Loading...
HomeMy WebLinkAbout2023-03-01 PacketPage 1 of 5 City Council Regular Meeting AGENDA (to be held both at the physical and virtual locations below) Civic Center Council Chamber ♦ 300 Seminary Avenue ♦ Ukiah, CA 95482 To participate or view the virtual meeting, go to the following link: https://zoom.us/j/97199426600 Or you can call in using your telephone only: • Call (toll free) 1-888-788-0099 • Enter the Access Code: 971 9942 6600 • To Raise Hand enter *9 • To Speak after being recognized: enter *6 to unmute yourself Or One tap mobile (for easy connection on smart phones): US: +16699009128,,97199426600# or +12532158782,,97199426600# Alternatively, you may view the meeting (without participating) by clicking on the name of the meeting at www.cityofukiah.com/meetings. March 1, 2023 - 6:00 PM 1. ROLL CALL 2. PLEDGE OF ALLEGIANCE 3. AB 2449 NOTIFICATIONS AND CONSIDERATIONS 4. PROCLAMATIONS/INTRODUCTIONS/PRESENTATIONS 4.a. Proclamation of the Ukiah City Council Recognizing March as Women’s History Month. Recommended Action: Issue a Proclamation of the Ukiah City Council recognizing March as Women's History Month. Attachments: 1. 2023 Women's History Month Proclamation 2. Flyer 5. PETITIONS AND COMMUNICATIONS 6. APPROVAL OF MINUTES 6.a. Approval of the Minutes for the February 15, 2023, Special Meeting. Recommended Action: Approve the minutes for the February 15, 2023, special meeting. Page 1 of 551 Page 2 of 5 Attachments: 1. 2023-02-15 Draft Minutes - Special Meeting 6.b. Approval of the Minutes for the February 15, 2023, Regular Meeting. Recommended Action: Approve the minutes for the February 15, 2023, regular meeting. Attachments: 1. 2023-02-15 Draft Minutes - Regular Meeting 7. RIGHT TO APPEAL DECISION Persons who are dissatisfied with a decision of the City Council may have the right to a review of that decision by a court. The City has adopted Section 1094.6 of the California Code of Civil Procedure, which generally limits to ninety days (90) the time within which the decision of the City Boards and Agencies may be judicially challenged. 8. CONSENT CALENDAR The following items listed are considered routine and will be enacted by a single motion and roll call vote by the 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 at the completion of all other items on the agenda. The motion by the City Council on the Consent Calendar will approve and make findings in accordance with Administrative Staff and/or Planning Commission recommendations. 8.a. Delegate City Manager Authority to Negotiate and Execute Addendum No. 1 to the License Agreement with Pacific Gas and Electric for the Public Safety Power Shutoff Resource Center to be Located at the Ukiah Valley Conference Center to Support Other Emergency Events. Recommended Action: Delegate City Manager Authority to Negotiate and Execute Addendum No. 1 to the License Agreement with Pacific Gas and Electric for the Public Safety Power Shutoff Resource Center to be Located at the Ukiah Valley Conference Center to Support Other Emergency Events. Attachments: 1. UVCC PGE PSPS License Agreement 2223-109 2. UVCC PGE PSPS Addendum 1 8.b. Consideration and Approval to Reclassify One Part-Time, 32-hour Administrative Assistant Position in the Police Department into a Full-Time Position. Recommended Action: Council to consider and possibly approve the reclassification of one part- time, 32-hour Administrative Assistant position in the Police Department into a full-time position. Attachments: None 9. AUDIENCE COMMENTS ON NON-AGENDA ITEMS The City Council welcomes input from the audience. If there is a matter of business on the agenda that you are interested in, you may address the Council when this matter is considered. If you wish to speak on a matter that is not on this agenda that is within the subject matter jurisdiction of the City Council, you may do so at this time. In order for 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. 10. COUNCIL REPORTS 11. CITY MANAGER/CITY CLERK REPORTS 12. PUBLIC HEARINGS (6:15 PM) 12.a. Possible Introduction by Title Only of Ordinance Adopting and Approving Ukiah Police Department Policy 708, Military Equipment Use Policy, in Compliance with California Assembly Bill No. 481. Recommended Action: Introduce by title only an Ordinance adopting and approving Ukiah Police Department Policy 708, Military Equipment Use Policy, in compliance with California Assembly Bill No. 481 Page 2 of 551 Page 3 of 5 Attachments: 1. MEU Policy Ordinance 13. UNFINISHED BUSINESS 13.a. Update on FEMA’s Effort To Adjust the Flood Maps that Affect the City of Ukiah Property Owners and Provide/Authorize Any Other Direction as Might be Deemed Necessary. Recommended Action: Receive Report and provide/authorized additional direction if necessary. Attachments: None 13.b. Status Update Regarding Phase 4 of the Ukiah Segment of the Great Redwood Trail. Recommended Action: Receive update. Attachments: None 14. NEW BUSINESS 14.a. Adoption of Resolution Authorizing Submittal of an Application to the California Department of Housing and Community Development for Funding under the Prohousing Incentive Pilot Program; and if Selected, the Execution of a Standard Agreement, Any Amendments Thereto, and Any Related Documents Necessary to Participate in the Prohousing Incentive Pilot Program, as well as Authorization of the Corresponding Budget Amendments. Recommended Action: Adopt resolution authorizing submittal of an application from the City of Ukiah to HCD for $455,000 in funding under the Prohousing Incentive Pilot Program; and if the City is selected for award, authorize the City Manager to execute the standard agreement, any amendments thereto, and any related documents necessary; and authorize any corresponding budget amendments. Attachments: 1. PIP Guidelines and NOFA 2. City of Ukiah PIP Resolution 14.b. Approve Plans and Specifications for the Downtown Streetscape and Road Diet Phase 2 Specification 21-01 and Authorize Staff to Issue Bids. Recommended Action: Approve Plans and Specifications for the Downtown Streetscape and Road Diet Phase 2 and Authorize Staff to Issue Bids for Specification Number 21-01. Attachments: 1. Ukiah Streetscape Ph II_100% Plans_2023 02-22 2. Ukiah Streetscape Ph II_100% Special Provisions 2023 02-22 3. Ukiah Phase II Eng Est - 100 4. Proj. Area 5. Street Layout 6. Median Example 14.c. Adoption of Resolution and Approval of Letter Opposing Initiative No. 21-0042A1. Recommended Action: Adopt Resolution and approve letter opposing initiative No. 21-0042A1. Attachments: 1. CC Reso 2022-13 - Opposing Initiative 21-0042A1 2. California Business Round Table (CBRT) Board Members 3. League of CA Cities Summary 4. Fiscal Analysis 5. Proposed Resolution 6. Draft Opposition Letter 14.d. Introduction and Overview of the Five-Year Capital Improvement Plan. Page 3 of 551 Page 4 of 5 Recommended Action: Receive a presentation, and provide Staff with further comments and direction. Attachments: 1. CIP -5 year-FYE 2023 - Final - Rev2023-02-24 14.e. Review and Update, if Warranted, the Ukiah City Council Strategic Plan. Recommended Action: Review the Ukiah City Council Strategic Plan and provide direction as may be warranted to update the document. Attachments: 1. City Council Strategic Plan 2023 DRAFT 14.f. 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 report(s). The Council will consider modifications to committee and ad hoc assignments along with the creation/elimination ad hoc(s). Attachments: 1. City Council Special Assignments 15. CLOSED SESSION - CLOSED SESSION MAY BE HELD AT ANY TIME DURING THE MEETING 15.a. Conference with Legal Counsel – Anticipated Litigation (Government Code Section 54956.9(d)(2)) Significant exposure to litigation pursuant to paragraph (2) of subdivision (d) of Section 54956.9: (1 case) 15.b. Conference with Legal Counsel – Anticipated Litigation (Government Code Section 54956.9(d)(2) or (3)) Significant exposure to litigation pursuant to paragraph (2) or (3) of subdivision (d) of Section 54956.9: (1 case)) 15.c. Conference with Legal Counsel – Existing Litigation (Government Code Section 54956.9(d)(1) Name of case: Roofing & Solar Construction, Inc. v. City of Ukiah et al., Mendocino County Superior Court Case No. 22CV00048 15.d. 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 15.e. Conference with Legal Counsel – Existing Litigation (Government Code Section 54956.9(d)(1)) Name of case: Russian River Keepers et al. v. City of Ukiah, Case No. SCUK-CVPT-20-74612 15.f. Conference with Real Property Negotiators (Cal. Gov’t Code Section 54956.8) Property: APN Nos: 003-260-01, 003-500-14 Negotiator: Sage Sangiacomo, City Manager; Negotiating Parties: Eric Crane and Francine Selim Under Negotiation: Price & Terms of Payment 15.g. Public Employee Performance Evaluation (Government Code Section 54956 Title: City Manager Page 4 of 551 Page 5 of 5 15.h. Conference with Labor Negotiator (54957.6) Agency Representative: Sage Sangiacomo, City Manager Employee Organizations: All Bargaining Units 16. 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, CMC Dated: 2/24/23 Page 5 of 551 Page 1 of 1 Agenda Item No: 4.a. MEETING DATE/TIME: 3/1/2023 ITEM NO: 2023-2409 AGENDA SUMMARY REPORT SUBJECT: Proclamation of the Ukiah City Council Recognizing March as Women’s History Month. DEPARTMENT: City Manager / Admin PREPARED BY: Kristine Lawler, City Clerk PRESENTER: Mari Rodin, City Council, Mayor ATTACHMENTS: 1. 2023 Women's History Month Proclamation 2. Flyer Summary: Council to issue a proclamation recognizing March as Women's History Month. Background: The City celebrates and honors women and their contribution to our community annually during the month of March. In March of 1983, the first Women's History Gala Celebration in Mendocino County was held at Anderson Valley High School. Thereafter, each year, until 2020, it has been held in the City of Ukiah, with the celebration this year marking its 38th anniversary. Discussion: At the March 1, 2023, Regular Meeting , the City Council will issue a Proclamation (Attachment 1) recognizing March as Women's History Month. In addition to the proclamation, the Mendocino Women's Political Coalition, AAUW-Ukiah, Ukiah Saturday Afternoon Club, and the Cloud Forest Institute will co- sponsor the 39th Annual Women's History Gala Celebration scheduled to take place at the Saturday Afternoon Clubhouse on March 5, 2023, at 12:00 p.m (Attachment 2). Recommended Action: Issue a Proclamation of the Ukiah City Council recognizing March as Women's History Month. BUDGET AMENDMENT REQUIRED: N/A 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 Page 6 of 551 ROCLAMATION CITY OF UKIAH RECOGNIZING MARCH: WOMEN’S HISTORY MONTH 39TH ANNUAL WOMEN’S HISTORY GALA CELEBRATION WHEREAS, in March 1983 the first Women’s History Gala Celebration in Mendocino County was held in the Anderson Valley High School. Thereafter, each year it has been held in the City of Ukiah, the seat of Mendocino County, with the March 5th Celebration marking its 39th anniversary; and WHEREAS, the Mendocino Women’s Political Coalition (MWPC) presents the Women’s History Gala Celebration with AAUW-Ukiah, Ukiah Saturday Afternoon Club, and the Cloud Forest Institute; and WHEREAS, the aforementioned women’s organizations continue to work to increase and acknowledge the roles of women at all levels of community and public service, and to become knowledgeable about issues that affect their equality and to foster networks that extend and expand the creative, social, and political strength of women; and WHEREAS, promoting and celebrating the equality and achievements of all women continue to be at the core of this 2023 celebration of Women’s History, and the tradition of the annual Women’s History Gala Celebration is to recognize and honor particular women who exemplify each year’s designated theme for contributions in their communities through their fields of work; and WHEREAS, on Sunday, March 5, 2023, the public is invited to attend the 39th Annual Women’s History Gala Celebration at 12:00 p.m., at the Saturday Afternoon Clubhouse. Women to be honored who embody this year’s theme, “Celebrating the Women Who Write Our Stories” are Ellen Weed, Dot Brovarney, Sarah Reith, Corine Pearce, and Buffie Schmidt. THEREFORE BE IT RESOLVED that I, Mari Rodin, Mayor and my fellow Ukiah City Councilmembers: Juan Orozco, Susan Sher, Doug Crane, and Josefina Duenas do hereby join other communities in the nation in proclaiming the month of March to be Women’s History Month and to recognize and celebrate March 5, 2023 as the: 39th Anniversary of the Women’s History Gala Celebration Signed and sealed, this 1st day of March in the year Two Thousand and Twenty-Three. ____________________________ Mari Rodin City Council, Mayor A T T A C H M E N T 1 Page 7 of 551 ATTACHMENT 2 Page 8 of 551 AGENDA ITEM 6a Page 1 of 1 CITY OF UKIAH CITY COUNCIL MINUTES Special Meeting CIVIC CENTER COUNCIL CHAMBERS 300 Seminary Avenue, Ukiah, CA 95482 Virtual Meeting Link: https://zoom.us/j/97199426600 Ukiah, CA 95482 February 15, 2023 4:00 p.m. 1. ROLL CALL AND PLEDGE OF ALLEGIANCE Ukiah City Council met at a Special Meeting on January 18, 2023, having been legally noticed on January 13, 2022. The meeting was held in person and virtually at the following link: https://zoom.us/j/97199426600. Mayor Rodin called the meeting to order at 4:03 p.m. Roll was taken with the following Councilmembers Present: Juan V. Orozco, Susan Sher, Douglas, F. Crane, Josefina Dueňas, and Mari Rodin. Staff Present: Sage Sangiacomo, City Manager; David Rapport, City Attorney (arriving at 4:16 p.m.) and Kristine Lawler, City Clerk. MAYOR RODIN PRESIDING. The Pledge of Allegiance was led by Mayor Rodin. 2. AUDIENCE COMMENTS ON NON-AGENDA ITEMS No public comment was received. 3. UNFINISHED BUSINESS 4. NEW BUSINESS a. Presentation of City's Audited Annual Comprehensive Financial Report (ACFR) and Audit Reports for the Year Ended June 30, 2022. Presenter: Dan Buffalo, Finance Director. The ACFR was received. b. Receive and File Second Quarter Financial Report. Presenter: Dan Buffalo, Finance Director. The report was received. c. Review and Update, if Warranted, the Ukiah City Council Strategic Plan. This item was continued to the next 4:00 p.m. special meeting. 5. ADJOURNMENT There being no further business, the meeting adjourned at 5:41 p.m. ________________________________ Kristine Lawler, City Clerk Page 9 of 551 AGENDA ITEM 6b Page 1 of 3 CITY OF UKIAH CITY COUNCIL MINUTES Regular Meeting CIVIC CENTER COUNCIL CHAMBERS 300 Seminary Avenue, Ukiah, CA 95482 Virtual Meeting Link: https://zoom.us/j/97199426600 Ukiah, CA 95482 February 15, 2023 6:00 p.m. 1. ROLL CALL Ukiah City Council met at a Regular Meeting on February 15, 2023, having been legally noticed on February 10, 2023. The meeting was held in person and virtually at the following link: https://zoom.us/j/97199426600. Mayor Rodin called the meeting to order at 6:03 p.m. Roll was taken with the following Councilmembers Present: Juan V. Orozco, Susan Sher, Douglas, F. Crane, Josefina Dueňas, and Mari Rodin. Staff Present: Sage Sangiacomo, City Manager; David Rapport, City Attorney; and Kristine Lawler, City Clerk. MAYOR RODIN PRESIDING. 2. PLEDGE OF ALLEGIANCE The Pledge of Allegiance was led by Councilmember Crane. 3. AB 2449 NOTIFICATIONS AND CONSIDERATIONS Clerk stated that there were no notifications. 4. PROCLAMATIONS/INTRODUCTIONS/PRESENTATIONS a. Proclamation Recognizing the Month of February as Teen Dating Violence Awareness and Prevention Month in the City of Ukiah. Presenters: Mayor Rodin and Vice Mayor Duenas Public Comment: Pinky Kushner. Proclamation was received by Jamie Pitman, Project Sanctuary. b. Presentation by Mendocino County Staff Regarding the County Museum Strategic Plan. Presenter: Karen Mattson, Mendocino County Museum Administrator. Presentation was received. c. Presentation from Greater Ukiah Business and Tourism Alliance Regarding Activities and Events. Presenters: Shannon Riley, Deputy City Manager and Katrina Kessen, Greater Ukiah Business and Tourism Alliance Executive Director. Presentation was received. 5. PETITIONS AND COMMUNICATIONS Page 10 of 551 City Council Minutes for February 15, 2023, Continued: Page 2 of 3 6. APPROVAL OF MINUTES a. Approval of the Minutes for the February 1, 2023, Regular Meeting. Motion/Second: Orozco/Sher to approve Minutes of February 1, 2023, a regular meeting, as submitted. Motion carried by the following roll call votes: AYES: Orozco, Sher, Crane, Dueňas, and Rodin. NOES: None. ABSENT: None. ABSTAIN: None. 7. RIGHT TO APPEAL DECISION 8. CONSENT CALENDAR a. Report of Disbursements for the Month of January 2023 - Finance. b. Adoption of Resolution (2023-10) Appointing William Hawkes and Tom Liden to the Design Review Board – City Clerk. c. Approve Change Order #1 (COU No. 2122-225-CO1) to Ghilotti Construction Company in the Amount of $185,898.65 for Additional Drain Inlets, Curb and Gutter Work, and Striping for Pedestrian/Bicycle Lanes for the Dora Street Utility Improvement Project Spec 19-01 – Public Works. d. Award of Purchase Order (PO No. 48259) for Smith & Loveless Pin Rack Assembly to Smith & Loveless Inc., in the Amount of $60,500.00 (plus tax and shipping) for New Bar Screen Assembly for Use at the Wastewater Treatment Plant – Water Resources. e. Approval of Contract Amendment (COU No. 2122-077-A1) in the Amount of $71,326.00 with Larry Walker and Associates for Technical Permitting Assistance Related to the City’s National Pollutant Discharge Elimination System (NPDES) Permit and Recycled Water Permit – Water Resources. Motion/Second: Crane/Sher to approve Consent Calendar Items 7a-7e, as submitted. Motion carried by the following roll call votes: AYES: Orozco, Sher, Crane, Dueňas, and Rodin. NOES: None. ABSENT: None. ABSTAIN: None. 9. AUDIENCE COMMENTS ON NON-AGENDA ITEMS Councilmember and Public Comment: Councilmember Sher – Consent Calendar, Great Redwood Trail; Pinky Kushner – Consent Calendar, Great Redwood Trail; Linda Sanders – Great Redwood Trail; Susan Knopf – Great Redwood Trail. Mayor Directive to Staff to agendize a discussion regarding the Great Redwood Trail. 10. COUNCIL REPORTS Presenters: Councilmember Sher and Mayor Rodin. 11. CITY MANAGER/CITY CLERK REPORTS Presenters:  League of California Cities City Manager Conference / Business Round Table Initiative for November Ballot – Sage Sangiacomo, City Manager.  FEMA Flood Map Update – Tim Eriksen, Public Works Director/City Engineer. Public Comment: Susan Knopf. 12. PUBLIC HEARINGS (6:15 PM) Page 11 of 551 City Council Minutes for February 15, 2023, Continued: Page 3 of 3 13. UNFINISHED BUSINESS 14. NEW BUSINESS a. 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). Councilmember and Staff Comments: Councilmember Sher, Mayor Rodin, and City Manager Sangiacomo. Council adjourned to Closed Session at 7:45 p.m. 15. CLOSED SESSION a. Conference with Legal Counsel – Anticipated Litigation (Government Code Section 54956.9(d)(2)) Significant exposure to litigation pursuant to paragraph (2) of subdivision (d) of Section 54956.9: (1 case) b. Conference with Legal Counsel – Anticipated Litigation (Government Code Section 54956.9(d)(2) or (3)) Significant exposure to litigation pursuant to paragraph (2) or (3) of subdivision (d) of Section 54956.9: (1 case) c. Conference with Legal Counsel – Existing Litigation (Government Code Section 54956.9(d)(1) Name of case: Roofing & Solar Construction, Inc. v. City of Ukiah et al., Mendocino County Superior Court Case No. 22CV00048 d. 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 e. Conference with Legal Counsel – Existing Litigation (Government Code Section 54956.9(d)(1)) Name of case: Russian River Keepers et al. v. City of Ukiah, Case No. SCUK-CVPT-20-74612 f. Conference with Real Property Negotiators (Cal. Gov’t Code Section 54956.8) Property: APN Nos: 003-260-01, 003-500-14 Negotiator: Sage Sangiacomo, City Manager; Negotiating Parties: Eric Crane and Francine Selim Under Negotiation: Price & Terms of Payment g. Conference with Labor Negotiator (54957.6) Agency Representative: Sage Sangiacomo, City Manager Employee Organizations: All Bargaining Units No action reported; direction provided to Staff. 16. ADJOURNMENT There being no further business, the meeting adjourned at 9:00 p.m. ________________________________ Kristine Lawler, City Clerk Page 12 of 551 Page 1 of 2 Agenda Item No: 8.a. MEETING DATE/TIME: 3/1/2023 ITEM NO: 2023-2380 AGENDA SUMMARY REPORT SUBJECT: Delegate City Manager Authority to Negotiate and Execute Addendum No. 1 to the License Agreement with Pacific Gas and Electric for the Public Safety Power Shutoff Resource Center to be Located at the Ukiah Valley Conference Center to Support Other Emergency Events. DEPARTMENT: City Manager / Admin PREPARED BY: Maya Simerson, Project & Grant Administrator PRESENTER: Maya Simerson, Project and Grant Administrator. ATTACHMENTS: 1. UVCC PGE PSPS License Agreement 2223-109 2. UVCC PGE PSPS Addendum 1 Summary: The City Council will consider delegating the City Manager authority to negotiate and execute an addendum to the license agreement with Pacific Gas and Electric for a Public Safety Power Shutoff Resource Center to be located at the Ukiah Valley Conference Center to support other emergency events. Background: In September of 2022, the City entered into an agreement with Pacific Gas and Electric (PG&E) to provide a public safety resource center at the Ukiah Valley Conference Center (UVCC). This agreement can be referenced in Attachment 1. Examples of Public Safety Power Shutoffs (PSPS) Events include, but are not limited to, red flag warnings issued by the United States National Weather Service, low humidity levels, high winds, and dry vegetation. Even when planned, power outages can cause significant risk to the health and safety of the community. It is for this reason that providing the community with a reliable customer resource center at the UVCC is beneficial to the health and safety of our entire community. Additionally, the City obtained a Community Development Block Grant to purchase a generator to be housed at the UVCC. The recently installed generator automatically turns on whenever power is cut, providing electric service to the UVCC. Discussion: For the purposes of this addendum to the License Agreement, an "Emergency Event" means an event, natural or human-caused, that requires an emergency response to protect life or property and is not a PG&E designated Public Safety Power Shutoff event. Examples of Emergency Events include but are not limited to a significant earthquake, wildland fire, major heat event or winter storm requiring a warming or cooling center, wind event of over forty (40) miles per hour, major gas leak or gas-related fire, cyber incident that slows system response times, or other events of this scale. PG&E may respond to any Emergency Event designated by the Mendocino County Office of Emergency Services that may affect Ukiah or its surrounding area. PG&E shall only respond to Emergency Events designated by the Mendocino County Office of Emergency Services. For an Emergency Event, PG&E shall be subject to the same PSPS Event terms and conditions set forth in the License. However, if notice is given by PG&E of an Emergency Event and the LICENSOR cancels events to accommodate the use of the facility PG&E will be responsible to reimburse the LICENSOR for any lost revenue up to and/or equivalent to a Use Day regardless of their use. City Staff recommends that the City Council authorize the City Manager to negotiate and execute Addendum No. 1 to the License Agreement with PGE at the UVCC (Attachment 2). Page 13 of 551 Page 2 of 2 Recommended Action: Delegate City Manager Authority to Negotiate and Execute Addendum No. 1 to the License Agreement with Pacific Gas and Electric for the Public Safety Power Shutoff Resource Center to be Located at the Ukiah Valley Conference Center to Support Other Emergency Events. BUDGET AMENDMENT REQUIRED: N/A CURRENT BUDGET AMOUNT: N/A PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: COORDINATED WITH: Jake Burgess, Community Services Supervisor and David Rapport, City Attorney's Office DIVERSITY-EQUITY INITIATIVES (DEI): N/A CLIMATE INITIATIVES (CI): N/A Page 14 of 551 COU Contract # 2223-109 1 of 7 LICENSE AGREEMENT PUBLIC SAFETY POWER SHUTOFF) This License Agreement ("License Agreement") is made and entered into this 15th day of September, 2022 (the "Effective Date") by CITY OF UKIAH, a California general law municipal corporation, hereinafter called "LICENSOR," and PACIFIC GAS AND ELECTRIC COMPANY, a California corporation, hereinafter called "PG&E." PG&E and LICENSOR are sometimes hereinafter each singularly referred to as “PARTY” and collectively as “PARTIES”. R E C I T A L S: A. LICENSOR owns the certain real property commonly known as Ukiah Valley Conference Center, located at 200 S School Street, Assessor's Parcel Number 002-261-09-00, hereinafter called the "Property," located in the City of Ukiah, County of Mendocino, State of California. The Property includes a parking lot ("Parking Lot") containing approximately 10+ parking spaces. B. PG&E desires to partner with LICENSOR in connection with a Public Safety Power Shutoff Event ("PSPS Event"). For purposes of this License Agreement, a "PSPS Event" means the existence of one or more environmental conditions creating extreme fire danger that results in the shutoff of power for public safety. Examples of PSPS Events include but are not limited to red flag warnings issued by the United States National Weather Service, low humidity levels, high winds, and dry vegetation. C. The PARTIES desire to memorialize this mutual understanding and agreement for making the Property available to PG&E in connection with a PSPS Event . NOW, THEREFORE, for good and valuable consideration, LICENSOR and PG&E agree as follows: 1. Grant of License. Subject to the terms and conditions set forth in this License Agreement, LICENSOR grants PG&E, and its employees, contractors, agents, and representatives ("PG&E's Representatives") and PG&E's customers the license to use the License Area described in EXHIBIT A attached hereto (the "License Area") and certain interior areas of the Property in connection with a PSPS Event, together with rights of ingress and egress to and from the License Area, and the right to use certain exterior areas of the Property as set forth below. All of the activities of PG&E and PG&E's Representatives and its Customers or any other persons who are present in the License Area or Staging Area to utilize said areas as a customer resource center during Use Days pursuant to this License Agreement are referred to herein as "PG&E's Activities." The License Area may be revised to use alternative rooms . within the Ukiah Valley Conference Center Building upon the mutual written agreement of PG&E and Licensor’s City Manager. Upon request of the City Manager PG&E shall promptly consider in good faith proposed revisions on a tempo rary or permanent basis considering the City’s requirements and PG&E’s space needs. 2. Use of License Area and Interior Common Areas of the Property. During Use Days (as defined in Section 5 below), PG&E and PG&E's Representatives and customers shall have the exclusive right to use the License Area as a customer resource center. Services to be ATTACHMENT 1 Page 15 of 551 COU Contract # 2223-109 2 of 7 provided in the License Area may include, among other things, providing PG&E customers with water and snacks and the ability to charge phones and get up -to-date information on outages. PG&E and PG&E's Representatives shall have the right to set up tables and chairs in the License Area. In addition to the exclusive use of the License Area, PG&E and PG&E's Representatives and customers shall have the nonexclusive right, during Use Days, to use lobbies, hallways, stairways, elevators (if operational), restrooms, and other interior common areas of the Property. PG&E and PG&E's Representatives shall also have the right to install temporary directional signage in the common areas of the Property. 3.Staging Area; Parking. a) Staging Area. During Use Days, PG&E and PG&E's Representatives shall have the exclusive right to use the exterior area of the Property shown on EXHIBIT A (the Staging Area") to support the operation of an indoor customer resource center in the case of a PSPS Event. PG&E and PG&E's Representatives shall have the right to set up tents, install trailers, portable toilets, fencing, and temporary signage, park mobile vehicle units and other vehicles, and deliver and stage equipment, supplies and materials in the Staging Area. b) Parking. PG&E and PG&E's Representatives and customers shall have the non-exclusive right to park vehicles in portions of the Parking Lot shown on EXHIBIT A during Use Days. c) Personnel. During Use Days PG&E shall have the exclusive right to use the License Area, up to twenty-four (24) hours per day. Hours for use to PG&E customers shall be from 8:00 am to 10:00 pm. On Use Days, the License Area shall be fully staffed by PG&E and its representatives, at PG&E’s sole cost and expense. PG&E shall provide uniformed unarmed security at its cost and expense to ensure the protection of its equipment, the safety of the public and to prevent any damage to the Property. 4.Generator and Transfer Switch. Subject to the terms and conditions of this Section 4, LICENSOR grants PG&E and PG&E's Representatives a license to install a n Automatic Transfer Switch (“Transfer Switch”) at the Property. LICENSOR hereby grants PG&E the right to use the existing generator owned by LICENSOR (the “Licensor Owned Generator”) located at the Property in the location depicted on EXHIBIT A (generator location) during Use Days. Except to the extent caused by the negligence or willful misconduct of PG&E or PG&E's Representatives, LICENSOR releases PG&E and PG&E’s Representatives from, and LICENSOR agrees to indemnify, defend, and hold PG&E and PG&E Representatives harmless from and against, any and all Claims (as defined in Section 12 below) relating directly or indirectly to the Licensor Owned Generator and Transfer Switch, including, but not limited to, any failure or malfunction thereof. Except during a PSPS Event, LICENSOR shall operate the Licensor-Owned Generator and Transfer Switch, and LICENSOR shall at all times remain responsible for maintaining and repairing the Licensor -Owned Generator and Transfer Switch in compliance with all applicable laws, including, but not limited to, maintaining any necessary permits. LICENSOR agrees that PG&E may operate the Licensor Owned Generator during a PSPS Event utilizing the Property, without payment of any additional fees or charges by PG&E. Page 16 of 551 COU Contract # 2223-109 3 of 7 5.Term. This License Agreement shall be for a term of ten (10) years, commencing on September 15, 2022 (the "Commencement Date"), and expiring on September 15, 2032 (the for "Termination Date"). Notwithstanding the term of this License Agreement, PG&E anticipates that it will use the License Area and the Staging Area on an occasional basis, if at all, for periods of approximately two (2) to ten (10) days at a time. The days (including any partial days) during which any of PG&E's Activities are occurring in or on the License Area or the Staging Area are referred to herein as "Use Days." During Use Days, PG&E shall have the exclusive right to use the License Area and the Staging Area twenty-four (24) hours per day. 6.Termination. Licensor has the right to terminate this License Agreement should PG&E fail to perform any of the covenants, conditions, or provisions of this License Agreement, where this failure continues for a period of thirty (30) days after written notice from LICENSOR to PG&E. However, if the nature of PG&E’s failure reasonably requires more than thirty (30) days for cure, PG&E shall not be deemed to be in default if PG&E commences to cure within the thirty (30) day period and thereafter diligently continues this cure to completion. 7.License Fee. PG&E shall pay a license fee ("License Fee") in the amount of the City Council approved rental rates at the facility in effect on the dates when Use Days occur. The rates in effect on the Commencement Date are set forth in the attached Exhibit B. Licensor shall send bills to PG&E by the tenth day of the month following the month in which license fees are incurred. Payments are due and will be considered delinquent, if not received by Licensor within thirty (30) days of the date on the bill. Licensor will provide written notice to PG&E when the rates are changed. License fees shall be made payable to City of Ukiah at the following address: 300 Seminary Ave., Ukiah, CA 95482. LICENSOR shall remit a W-9 to PG&E prior to issuance of the first bill for license fees. 8.Generator Fuel Cost. The LICENSOR shall maintain the generator fuel level and refill as needed. Fueling cost will be billed to PG&E at the amount the LICENSOR pays for the fuel. Invoices will be sent to PG&E for reimbursement of fuel costs with payment due within thirty (30) days of the date of the bill. 9.Priority Scheduling. PG&E shall give LICENSOR at least eight (8) hours' prior notice (the "PSPS Notice") of the dates and times that PG&E desires to access and use the Property in connection with a PSPS Event. Within four (4) hours after receipt of a PSPS Notice, LICENSOR shall confirm receipt of the PSPS Notice. PG&E's use of the Property in connection with a PSPS Event shall take priority over other uses and events. If another use or event is scheduled at the Property that would conflict with PG&E's use of the Property during the dates and times specified in the PSPS Notice, LICENSOR shall cancel such event and indemnify and defend PG&E from any and all Claims related to such cancellation. LICENSOR acknowledges that PG&E may give LICENSOR multiple PSPS Notices during any calendar year. 10.Use of License Area and Staging Area. a) As Is. PG&E accepts the License Area and the Staging Area "AS-IS," WHERE-IS" and "WITH ALL-FAULTS," subject to all applicable zoning, municipal, county and state laws, ordinances, and regulations governing and regulating the use of the License Area and the Staging Area. PG&E may request LICENSOR to perform alterations, repairs, or Page 17 of 551 COU Contract # 2223-109 4 of 7 improvements to the License Area and the Staging Area, but PG&E understands and agrees that LICENSOR shall not be obligated to make any such alterations, repairs or improvements at any time. Except in the event of an emergency, PG&E shall not make any alterations, repairs or improvements to the Property without the prior written consent of LICENSOR ’s City Manager which consent shall not be unreasonably withheld, conditioned or delayed in Licensor's sole discretion. b) Use. PG&E shall exercise reasonable care in the conduct of PG&E's Activities in the License Area and the Staging Area. Without limiting the generality of the preceding sentence, PG&E shall maintain the License Area and the Staging Area in reasonably neat and orderly condition during Use Days; provided, however, that LICENSOR, as part of the License Fee and without additional compensation, shall provide all necessary janitorial services to the License Area and common areas during Use Days, including, but not limited to, removing trash and stocking restrooms with supplies. PG&E shall not use the License Area or the Staging Area or permit anything to be done in or about the License Area or the Staging Area during Use Days that will in any way conflict with any law, statute, zoning restriction, ordinance or governmental rule or regulation or requirement relating to the use or occupancy of the License Area or the Staging Area. During Use Days, PG&E shall not allow the License Area or the Staging Area to be used for any unlawful or objectionable purpose, nor shall PG&E cause, maintain or permit any nuisance in, on or about the License Area or the Staging Area. c) Mechanic's Liens. PG&E shall keep the Property free and clear of all mechanic's liens arising, or alleged to arise, in connection with any work performed, labor or materials supplied or delivered, or similar activities performed by PG&E or at PG&E 's request or for PG&E's benefit. If any mechanic's liens are placed on the Property in connection with PG&E's use or PG&E's Activities, PG&E shall diligently pursue all necessary actions to remove such liens from title, either by payment or by recording a lien release bond in the manner specified in California Civil Code Section 8424 or any successor statute. d) Restoration. Upon PG&E's ceasing to use the License Area and the Staging Area in connection with a particular PSPS Event, PG&E shall remove all personal property of PG&E from the License Area, remove all vehicles, personal property, debris and waste material of PG&E and PG&E's Representatives from the Staging Area , and repair and restore the License Area and the Staging Area as nearly as reasonably possible to the condition that existed prior to PG&E's entry hereunder. e) Water Discharge. PG&E’s activities may require potable water-filled equipment, such as barrels or water barriers to weigh down tents or other equipment, or to delineate outside areas on the Property. All potable water-filled equipment shall be cleaned prior to use and filled with water from a potable water source only. Any water discharged from the water-filled equipment shall be discharged to onsite unpaved land (i.e., soil) only. PG&E and PG&E’s representatives shall ensure best management practices are implemented including but not limited to ensuring water is observed for any potential sediments, trash or other contaminants; the discharge area selected is 100 feet from a water body; and the discharge is done to avoid ponding and erosion. If the water needs to be discharged to a storm drain, PG&E will obtain local stormwater agency approval. This License Agreement authorizes the discharge Page 18 of 551 COU Contract # 2223-109 5 of 7 of potable water from water-filled equipment on to the Property as described above. PG&E shall notify LICENSOR if water discharge is necessary. 11. Notices. All notices under this License Agreement shall be sent by email to the addresses set forth in EXHIBIT C. In addition, LICENSOR will provide PG&E with telephone or cellphone numbers of staff in calling order to contact in an emergency as set forth in EXHIBIT C. EXHIBIT C shall be updated as needed to reflect current names and contact information. 12. Indemnity. Except to the extent caused by the sole and active negligence or willful misconduct of LICENSOR, its officers, agents, or employees, PG&E shall indemnify, defend and hold harmless LICENSOR and its governing body, officers, agents, and employees from and against all claims, losses, actions, demands, damages, costs, expenses (including, but not limited to, reasonable attorneys ' fees and court costs) (collectively, "Claims") that are caused by PG&E 's Activities, or the entry on, occupancy or use of, the Property by PG&E or PG&E's Representatives under this License Agreement, including, but not limited to, Claims relating to i) injury to or death of persons, including, but not limited to, employees of LICENSOR or PG&E; (ii) injury to the property of LICENSOR, and (iii) violation of any applicable federal, state, or local laws, statutes, regulations, or ordinances by PG&E or PG&E 's Representatives. At Licensor’s request PG&E shall furnish any required legal defense with competent and experienced attorneys approved by Licensor. In no event, however, shall PG&E be liable for any indirect or consequential damages or for loss of profits or other revenue, loss of goodwill, or loss of use claimed by LICENSOR, but this limitation shall not apply to claims by third parties, including Licensor’s officers or employees or their subrogees. The indemnification obligations of PG&E under this Section 12 shall survive the expiration or earlier termination of this License Agreement. 13. Insurance. PG&E shall at all times during the Term of this License Agreement, self-insure for PG&E's Activities pursuant to this License Agreement in accordance with EXHIBIT D. 14. Alterations to Property. LICENSOR hereby grants PG&E and PG&E's Representatives the right to perform, at PG&E's sole cost & expense, the alterations to the Property described in EXHIBIT E attached hereto. PG&E or PG&E's Representatives will coordinate the scheduling of the performance of such alterations with LICENSOR. 15. Miscellaneous. a) Governing Law. This License Agreement shall in all respects be interpreted, enforced, and governed by and under the laws of the State of California. b) Attorneys' Fees. Should either party bring an action against the other party, by reason of or alleging the failure of the other party with respect to any or all of its obligations hereunder, whether for declaratory or other relief, and including any appeal thereof, then the party which prevails in such action shall be entitled to its reasonable attorneys ' fees and expenses related to such action, in addition to all other recovery or relief. Page 19 of 551 COU Contract # 2223-109 6 of 7 c) No Waiver. Any waiver with respect to any provision of this License Agreement shall not be effective unless in writing and signed by the party against whom it is asserted. The waiver of any provision of this License Agreement by a party shall not be construed as a waiver of a subsequent breach or failure of the same term or condition or as a waiver of any other provision of this License Agreement. d) Counterparts. This License Agreement may be executed in identical counterpart copies, each of which shall be an original, but all of which taken together shall constitute one and the same agreement. e) Authority. Each party to this License Agreement warrants to the other that it has the right and authority to enter into and to perform its obligations under this License Agreement, without the consent of any third party, and that the person signing below is authorized to bind such party. f) Interpretation. This License Agreement shall be construed according to the fair meaning of its language. The rule of construction to the effect that ambiguities are to be resolved against the drafting party shall not be employed in interpreting this Agreement. g) Exhibits. The following exhibits are attached hereto and incorporated herein by this reference: EXHIBIT A – License Area Staging and Parking Lot Area Generator Site EXHIBIT B – Facility Rental Rates EXHIBIT C – Notices EXHIBIT D – Statement of Self-Insurance Program EXHIBIT E– ADA and Electrical Alterations h) Electronic Signatures. This License Agreement may be executed by electronic signatures (e.g., using DocuSign or e-SignLive) or signatures transmitted in portable document format ("pdf"), and copies of this License Agreement executed and delivered by means of electronic or pdf signatures shall have the same force and effect as copies hereof executed and delivered with original manually executed signatures. The parties may rely u pon electronic and pdf signatures as if such signatures were manually executed originals and agree that an electronic or pdf signature page may be introduced into evidence in any proceeding arising out of or related to this License Agreement as if it were an original manually executed signature page. i) Successors and Assigns. This License Agreement shall be binding upon and inure to the benefit of the heirs, personal representatives, successors , and assigns of each party. j) Entire Agreement . This License Agreement supersedes all previous oral and written agreements between and representations by or on behalf of the parties and constitutes the entire agreement of the parties with respect to the subject matter hereof. This License Agreement may not be amended, except by a written agreement executed by both parties. Page 20 of 551 COU Contract # 2223-109 7 of 7 IN WITNESS WHEREOF, the parties have executed this License Agreement as of the date set forth below each signature, effective upon the Effective Date first written above. PG&E" PACIFIC GAS AND ELECTRIC COMPANY, a California corporation By: Name: Donny Kennedy Its: Manager, Land Acquisition Date: LICENSOR" CITY OF UKIAH, a California general law municipal corporation By: Name: Sage Sangiacomo Its: City Manager Date: Sep 22, 2022 Page 21 of 551 EXHIBIT A Page 22 of 551 200 South School Street, Ukiah, CA 95482 Phone: (707) 463 – 6701 Fax: (707) 462 – 2088 1 Ukiah Valley Conference Center Facility Rental Rates Open Monday-Friday, 8am-5pm Evening rates apply after 5pm Non-Profit/Govt. rates apply only during business hours (M-F, 8am-5pm) Chardonnay, Riesling, Merlot, and Zinfandel Rooms Capacity: From 1-20 people Daily Rate: $200 Non-Profit/Govt. Rate: $175 Weekend/Evening Rate: $300 Chenin Blanc Room Capacity: 20-40 people Daily Rate: $400 Non-Profit/Govt. Rate: $300 Weekend/Evening Rate: $600 Cabernet 1 or Cabernet 2 Rooms Capacity: Up to 125 people (dining/classroom) or up to 175 people (theater/assembly) Daily Rate: $700 Non-Profit/Govt. Rate: $600 Weekend/Evening Rate: $1250 Red Rooms Capacity: From 125 up to 300 people (dining) or 400 people (theater/assembly) Daily Rate: $1750 Non-Profit/Govt. Rate: $1500 Weekend/Evening Rate: $3,000 All rates are subject to change due to a deposit, janitorial fees, & security requirements for large events. Kitchen Use Fee 300 minimum for the first 100 people (if you’re using our catering services fee is already included). EXHIBIT B Page 23 of 551 200 South School Street, Ukiah, CA 95482 Phone: (707) 463 – 6701 Fax: (707) 462 – 2088 2 Additional Services and Rentals In-House Catering: 1.Coffee/Tea Service $5.00 per person* Includes: organic coffee, tea, condiments, paper goods, & ice water. 2.Continental Breakfast $10.00/11.00 per person* Includes: assorted Danish, muffins, bagels, coffee, tea, fruit ($11), orange juice, & ice water. 3.Catered Lunch $19.75 per person* Includes: artisan sandwich w/assorted meat and cheese (vegetarian/gluten free options available upon request), mixed green OR Caesar salad, chips, cookies, soda, & ice water. 4.Afternoon Snack $7.00 per person* Includes: snack bars, cookies OR brownie bites, crackers OR chips, soda & ice water. Catering rates are subject to change upon customer’s request for additional/different food services. Local Catering Per quote Linen and Party Supply Rental Per quote Polycom Phone $75 per day LCD Projector $75 per day Sound System $200 per day Stage (8’ x 16’) $500 Dance Floor (20’ x 20’) $700 Wireless Internet Complimentary White Boards As requested Flip Charts $30 per chart Screens/AV Cart As requested Wireless Lavalier W/ Sound $250 Page 24 of 551 EXHIBIT C NOTICES TO LICENSOR: Any notice to Licensor, including the notice to be given pursuant to Section 9 of the License Agreement, shall be sent to Jacob Burgess at the following: Email address: Jacob Burgess; jburgess@cityofukiah.com Phone Number: 707-463-6201 In addition, in the event of an emergency, PG&E shall contact the following persons in the order set forth below: Neil Davis; ndavis@cityofukiah.com Phone: 707-467-5764 Michael Maldonado; mimaldonado@cityofukiah.com Phone: 707-463-6706 Weekends and After Hours: Jacob Burgess 707-391-3693 TO PG&E: Any notice to PG&E, including the notice pursuant to Section 9 of the License Agreement shall be sent to Jessica Melton at the following email address: Jessica.Melton@pge.com, cc’ing CRCHelp@pge.com. PG&E contacts for use during emergency use and post emergency for claims and reimbursements: CRC Help Line: 916-760-5369 Jessica Melton, Land Consultant, PG&E 925) 655-7085 – cell Jessica.Melton@pge.com – email Alex Grant, Program Manager, PG&E 707) 331-2466 – cell Alex.Grant@pge.com – email Page 25 of 551 9 of 10 Internal EXHIBIT D Page 26 of 551 10 of 10 Internal EXHIBIT E ADA AND ELECTRICAL ALTERATIONS ELECTRICAL SCOPE OF WORK: Install 800amp automatic transfer switch to interior wall of electrical room to power entire building (1-to-2-day outage to install new switch). Pour concrete pad Add receptacle for generator battery charger. ADA SCOPE OF WORK: Adjust the doors for the men's and women's restrooms Remove two parking stalls and replace with one concrete ADA Van Parking stall; paving required for remainder of removed stalls Remove old planter box, sawcut and install two curb cut ramps Stripe ADA Van parking stall, access aisle and path of travel Install one Van Parking Sign Page 27 of 551 Internal ADDENDUM #1 TO LICENSE AGREEMENT (PUBLIC SAFETY POWER SHUTOFF) This Addendum to the LICENSE AGREEMENT (PUBLIC SAFETY POWER SHUTOFF) License”) dated September 15, 2022 is entered into by and between THE CITY OF UKIAH LICENSOR”) and Pacific Gas and Electric Company, a California corporation, (“PG&E”). Through this Addendum, PG&E desires, and LICENSOR is willing, to modify the License regarding the certain real property commonly known as UKIAH VALLEY CONFERENCE CENTER, located at 200 S School Street, Assessor's Parcel Number 002-261-09-00, hereinafter called the Property," located in the City of Ukiah, County of Mendocino, State of California. The purpose of this Addendum is to grant to PG&E the right to use the License Area in connection with Emergency Events not related to a Public Safety Power Shutoff and designated by the Mendocino County Office of Emergency Services. As such, LICENSOR grants the additional rights as follows: LICENSOR grants to PG&E, PG&E’s Representatives, and PG&E’s customers the right to use the License Area and certain interior areas of the Property in connection with an Emergency Event if PG&E submits a request for the areas of use needed and are approved by the LICENSOR. For purposes of this License Agreement, an "Emergency Event" means an event, natural or human-caused, that requires an emergency response to protect life or property and is not a PG&E designated Public Safety Power Shutoff event. Examples of Emergency Events include but are not limited to a significant earthquake, wildland fire, major heat event or winter storm requiring a warming or cooling center, wind event of over forty (40) miles per hour, major gas leak or gas-related fire, cyber incident that slows system response times, or other events of this scale. PG&E may respond to any Emergency Event designated by the Mendocino County Office of Emergency Services that may affect Ukiah or its surrounding area. PG&E shall only respond to Emergency Events designated by the Mendocino County Office of Emergency Services. For an Emergency Event, PG&E shall be subject to the same PSPS Event terms and conditions set forth in the License. However, if notice is given by PG&E of an Emergency Event and the LICENSOR cancels event s to accommodate the use of the facility PG&E will be responsible to reimburse the LICENSOR for any lost revenue up to and/or equivalent to a Use Day regardless of their use. NOW, THEREFORE, PG&E and LICENSOR agree that the License shall be modified in the manner and to the extent hereinbefore stated and LICENSOR hereby grants to PG&E the rights necessary to effect such modification. Except as expressly set forth herein, this Addendum shall not in any way alter, modify, or terminate any provision of the License. ATTACHMENT 2 Page 28 of 551 Internal This Addendum may be executed by electronic signature(s) and transmitted either by facsimile or in a portable document format (“pdf”) version by email and such electronic signature(s) shall be deemed as original for purposes of this Addendum and shall have the same force and effect as a manually executed original. PG&E" PACIFIC GAS AND ELECTRIC COMPANY, a California corporation By: Name: Donald Kennedy Its: Manager, Land Acquisition Date: LICENSOR" CITY OF UKIAH, a California general law municipal corporation By: Name: Sage Sangiacomo Its: City Manager Date: __________________________ Page 29 of 551 Page 1 of 2 Agenda Item No: 8.b. MEETING DATE/TIME: 3/1/2023 ITEM NO: 2023-2382 AGENDA SUMMARY REPORT SUBJECT: Consideration and Approval to Reclassify One Part-Time, 32-hour Administrative Assistant Position in the Police Department into a Full-Time Position. DEPARTMENT: Police PREPARED BY: Rick Pintane, Administrative Lieutenant PRESENTER: Consent Calendar ATTACHMENTS: None Summary: Council is being asked to consider and possibly approve the reclassification of one part-time, 32- hour Administrative Assistant position into a full-time position. Background: In FY 2018/2019, the full-time Administrative Assistant position in the Ukiah Police Department was vacant and a decision was made to eliminate the position as a cost-savings budget measure. On February 24, 2019, the department received approval from the Council to reinstate and reclassify the Administrative Assistant into a part-time, 32-hour position. Since that time, the position has remained a part- time position and was filled until December 2022, when the employee gave notice of resignation. The department has been fortunate in that the former employee agreed to assist in the transition to cover the workload in the interim, and eventually assist in training a successor. Discussion: The position of Administrative Assistant in the Ukiah Police Department serves a crucial role in the day-to-day functions of the department. The duties of this role have increased significantly over the past couple of years, including most recently, assuming some of the duties of the vacant Crime Analyst position. The overall day-to-day duties include maintaining and submitting records related to the Peace Officer’s Standard’s and Training (POST), employee training and associated invoices, biweekly payroll, federal asset forfeiture report, Data Ticket reports, and necessary documents for the District Attorney’s Office, assisting with budget preparations, quarterly CCP invoice and redactions for Public Record Requests. Currently, the Administrative Assistant also assists in the Dispatch Center filling voids as needed due to shortages in staffing, as well as assisting the Record Clerks. Staff have continuously re-evaluated the position of Administrative Assistant and have found that the workload demands are more than what a part-time, 32-hour employee can adequately handle. These essential duties can be time sensitive, required at short notice, and can at times change, mid-project. This further supports the need for a full-time position for this role. Additionally, a full-time position is often easier to recruit for and retain qualified candidates. A full-time position is more desirable, and the City generally receives more applicants during a recruitment. From a succession planning perspective, having someone in this role benefits the department and the City. There is much “Institutional Knowledge” that is associated with this position. It is something that takes months--if not years-- to truly become proficient. Having and maintaining a full-time employee in this position eliminates the need to constantly retrain new employees, as well as prevents the loss of this “Institutional Knowledge” as the position is passed from one part-time employee to another. The full-time Administrative Assistant would be subject to the Operating Engineer, Local No. 3 Administrative Page 30 of 551 Page 2 of 2 and Maintenance Unit Memorandum of Understanding, with a current salary range of $3,851.38 - $4,681.38 per month. A budget amendment is not necessary for FY 2022/2023. The Ukiah Police Department has enough budget savings due to long-term vacancies. For the reasons identified above, Staff recommends the Council approve the reclassification of the part-time, 32- hour Administrative Assistant position into a full-time position. Human Resources and the City Manager's Office have evaluated the need and agree with the Department's recommendation. Recommended Action: Council to consider and possibly approve the reclassification of one part-time, 32- hour Administrative Assistant position in the Police Department into a full-time position. BUDGET AMENDMENT REQUIRED: N/A CURRENT BUDGET AMOUNT: PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: 10520210 PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: Sheri Mannion, Human Resources/Risk Management Director DIVERSITY-EQUITY INITIATIVES (DEI):N/A CLIMATE INITIATIVES (CI): N/A Page 31 of 551 Page 1 of 3 Agenda Item No: 12.a. MEETING DATE/TIME: 3/1/2023 ITEM NO: 2023-2384 AGENDA SUMMARY REPORT SUBJECT: Possible Introduction by Title Only of Ordinance Adopting and Approving Ukiah Police Department Policy 708, Military Equipment Use Policy, in Compliance with California Assembly Bill No. 481. DEPARTMENT: City Attorney PREPARED BY: Darcy Vaughn, Assistant City Attorney PRESENTER: Darcy Vaughn, Assistant City Attorney and Cedric Crook, Acting Police Chief ATTACHMENTS: 1. MEU Policy Ordinance 2. 12a Presentation given at meeting Summary: Council will consider introducing by title only the Ordinance adopting and approving Ukiah Police Department Policy 708, Military Equipment Use Policy, in compliance with California Assembly Bill No. 481. Background: Assembly Bill 481 ("AB 481") codified in Government Code sections 7070 through 7075, requires law enforcement agencies to obtain approval from the applicable governing body, via adoption of a Military Equipment Use Policy ("MEU Policy") by ordinance, prior to the agency funding, acquiring, or using military equipment. The Ukiah Police Department ("UPD") seeks City Council approval of the attached MEU Policy - Policy 708, in order to allow UPD to continue to use the vital equipment specified therein and continue to purchase said equipment as needed. The Ordinance Adopting and Approving Ukiah Police Department Policy 708, Military Equipment Use Policy, attached here as Attachment 1, adopts and approves Policy 708, which is attached as Exhibit A to the Ordinance. The term “military equipment”, as used in AB 481, in fact does not necessarily indicate equipment that has been used by the military. Pursuant to AB 481, items deemed to be “military equipment” include, but are not limited to, unmanned aerial or ground vehicles, armored vehicles, command and control vehicles, pepper balls, less lethal shotguns, less lethal 40mm projectile launchers, long range acoustic devices, and flashbangs. The UPD postponed seeking approval of an MEU Policy immediately after AB 481 went into effect on January 1, 2022, due to the fact that the UPD did not use or acquire any equipment that would have been classified as military equipment under AB 481. However, it is possible that UPD officers may need to use AB 481 categorized equipment owned by other local law enforcement agencies, such as the Mendocino County Sheriff's Department, when collaborating with these agencies. Furthermore, the UPD now intends to acquire and use certain items classified as military equipment under AB 481, i.e. training pistols, training ammunition, and unmanned aerial vehicles (aka drones). These items are listed in the Military Equipment Inventory Report attached to the MEU Policy. These items provide peace officers with the ability to safely resolve volatile situations which otherwise might rise to the level of a lethal force encounter. These tools have been tested in the field, and are used by LEAs to enhance citizen safety, officer safety. Loss of these items would jeopardize the welfare of citizens and peace officers within the UPD. Discussion: Standard for MEU Policy Approval By adopting the Ordinance, Council will affirm that the Ukiah Police Department Policy No. 708 “Military Equipment” Page 32 of 551 Page 2 of 3 meets the requirements of AB 481, as codified at Government Code § 7070(d).Specifically, the Council must make the following findings: • The military equipment identified in the MEU Policy is necessary because there is no reasonable alternative that can achieve the same objective of officer and civilian safety. • The proposed MEU Policy will safeguard the public’s welfare, safety, civil rights, and civil liberties. • If the UPD purchases the equipment identified in the MEU Policy, the equipment is reasonably cost effective compared to available alternatives that can achieve the same objective of officer and civilian safety. • Any prior military equipment use by the UPD complied with the military equipment use policy that was in effect at the time, or if prior uses did not comply with the accompanying military equipment use policy, corrective action has been taken to remedy nonconforming uses and ensure future compliance. Past and Proposed Military Equipment Acquisition and Use As mentioned above, the UPD does not currently use any military equipment. More than ten years ago, the UPD acquired Glock training pistols and ammunition, which are considered military equipment under AB 481. However, the training pistols have not been in use for the past four years. The UPD intends to resume the use of these training pistols in the next year. These training pistols are essentially paintball guns, which the UPD uses during active shooter training activities. Some time in the next year, the UPD intends to use unmanned aerial vehicles, or drones, currently owned by the City, and may seek to acquire additional drones if needed. These would be used to assist in investigations, such as searches for missing persons. Finally, in the past, UPD officers have used military equipment owned by other law enforcement agencies, primarily while acting in collaboration with the Mendocino County Sheriff's Office (MSCO) as members of the County SWAT team. The equipment used by the SWAT team is owned and maintained by MCSO. Any past use of MSCO equipment during agency collaboration was in accordance with the military equipment use policy in effect at the time. MSCO has adopted its own MEU Policy, Military Equipment Inventory, and Military Equipment Use Report, which can be found at: https://mendocinosheriff.org/sb-481-materials-2/ Any use of MCSO military equipment by UPD officers must comply with MSCO's MEU Policy. Actions Required by MEU Policy and Ordinance If Council adopts the Ordinance, UPD Staff will be authorized to request, seek funding for, acquire, collaborate with other jurisdictions about the deployment of, and use military equipment consistent with the MEU Policy. Pursuant to AB 481, and the Ordinance, the UPD will be required to post and maintain the MEU Policy on its webpage. AB 481 also requires the UPD to submit to the Council an annual Military Equipment Use Report for each type of military equipment approved by the Council within one year of approval of this Ordinance, and annually thereafter for as long as the military equipment is available for use. Furthermore, upon issuance of the Military Equipment Use Report, AB 481 and the Ordinance require the UPD to hold annually a well-publicized and conveniently located community engagement meeting regarding the MEU Policy, the Report, and the UPD's use of military equipment. After the Ordinance goes into effect, AB 481 requires that the Council annually review the Ordinance, the MEU Policy, and the annual Military Equipment Use Report and determine whether each type of military equipment identified in that Report has complied with the standards for approval set forth in the Ordinance. As part of this review process, Council must also determine by resolution whether to continue the Ordinance and MEU Policy, or to modify the Policy or initiate the repeal of the Ordinance. Staff recommends Council introduce the Ordinance in Attachment 1, by title only, which would approve and adopt the Ukiah Police Department's Military Equipment Use Policy. Once adopted, the City will be in compliance with AB 481. If Council introduces and proceeds to adopt the Ordinance, Staff recommends that Page 33 of 551 Page 3 of 3 review by Council of the Ordinance, MEU Policy, and annual Military Equipment Use Report be scheduled annually. Recommended Action: Introduce by title only an Ordinance adopting and approving Ukiah Police Department Policy 708, Military Equipment Use Policy, in compliance with California Assembly Bill No. 481 BUDGET AMENDMENT REQUIRED: N/A CURRENT BUDGET AMOUNT: N/A PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: Cedric Crook, Ukiah Police Department and Darcy Vaughn, City Attorney's Office DIVERSITY-EQUITY INITIATIVES (DEI):N/A CLIMATE INITIATIVES (CI):N/A Page 34 of 551 Page 1 of 3 ORDINANCE NO.X UNCODIFIED ORDINANCE OF THE CITY COUNCIL OF THE CITY OF UKIAH ADOPTING AND APPROVING UKIAH POLICE DEPARTMENT POLICY 708, MILITARY EQUIPMENT USE POLICY, IN COMPLIANCE WITH CALIFORNIA ASSEMBLY BILL NO. 481 The City Council of the City of Ukiah hereby ordains as follows: SECTION ONE. FINDINGS 1. Assembly Bill 481, approved September 30, 2021 (codified as Chapter 12.8 of the Government Code and commencing with Section 7070) requires a local law enforcement agency, which would include the Ukiah Police Department, to have a military equipment use policy approved by the City Council prior to requesting, seeking funding for, acquiring, collaborating with other jurisdictions about the deployment of, or using military equipment. 2. The Ukiah Police Department Policy 708, “Military Equipment Use Policy” (the “Policy”) is attached as Exhibit A and incorporated into this Ordinance. 3. The Policy has been posted on the City’s website for at least thirty (30) days starting on January 10, 2023. 4. The City Council has conducted a public hearing during a regularly scheduled City Council meeting on March 1, 2023 and considered all written and oral comments, as well as the report and presentation from staff. 5. The Ukiah Police Department Policy No. 708 “Military Equipment” meets the requirements of Government Code § 7070(d). 6. The City Council determines that: a. The military equipment identified in the Policy is necessary because there is no reasonable alternative that can achieve the same objective of officer and civilian safety. b. The proposed Policy attached as Exhibit A will safeguard the public’s welfare, safety, civil rights, and civil liberties. c. If purchasing the equipment identified in the Policy, the equipment is reasonably cost effective compared to available alternatives that can achieve the same objective of officer and civilian safety. d. Any prior military equipment use complied with the military equipment use policy that was in effect at the time, or if prior uses did not comply with the accompanying military equipment use policy, corrective action has been taken to remedy nonconforming uses and ensure future compliance. SECTION TWO. ADOPTION OF POLICY The City Council of the City of Ukiah approves and adopts the Ukiah Police Department Attachment 1 Page 35 of 551 Page 2 of 3 Policy 708, “Military Equipment Use Policy”, attached and incorporated as Exhibit A into this Ordinance. In doing so, the City Council directs that: 1. Staff is authorized to request, seek funding for, acquire, collaborate with other jurisdictions about the deployment of, and use military equipment consistent with this Policy. 2. The Policy shall be maintained on the Police Department’s website page. 3. Annually, the Police Department shall hold a well-publicized and conveniently located community engagement meeting regarding the Police Department’s Policy and use of military equipment, pursuant to Government Code § 7072 (b). 4. Annually, the City Council shall review this Ordinance, the Policy, and the annual military equipment report prepared by the Police Department pursuant to Government Code § 7072 and determine by resolution whether to continue the Ordinance and Policy or to modify such Policy or initiate the repeal of the Ordinance. 5. Annually, the City Council shall determine, based on the annual military equipment report submitted pursuant to Government Code § 7072, whether each type of military equipment identified in that report has complied with the standards for approval set forth in this Ordinance. SECTION THREE. 1. Publication: Within fifteen (15) days after its adoption, this Ordinance shall be published once in a newspaper of general circulation in the City of Ukiah. In lieu of publishing the full text of the Ordinance, the City may publish a summary of the Ordinance once 5 days prior to its adoption and again within fifteen (15) days after its adoption. 2. Effective Date: The ordinance shall become effective thirty (30) days after its adoption. 3. Severability: If any section, subsection, subdivision, paragraph, sentence, clause or phrase of this Ordinance, or its application to any person or circumstance, is for any reason held to be invalid or unenforceable, such invalidity or unenforceability shall not affect the validity or enforceability of the remaining sections, subsections, subdivisions, paragraphs, sentences, clauses or phrases of this Ordinance, or its application to any other person or circumstance. The City Council of the City of Ukiah hereby declares that it would have adopted each section, subsection, subdivision, paragraph, sentence, clause or phrase hereof, irrespective of the fact that any one or more other sections, subsections, subdivisions, paragraphs, sentences, clauses or phrases hereof be declared invalid or unenforceable. Introduced by title only on , 2023, by the following roll call vote: AYES: NOES: ABSENT: ABSTAIN: Adopted on , 2023, by the following roll call vote: Page 36 of 551 Page 3 of 3 AYES: NOES: ABSENT: ABSTAIN: Mari Rodin, Mayor ATTEST: Kristine Lawler, CMC/City Clerk Page 37 of 551 EXHIBIT A Page 38 of 551 Page 39 of 551 Page 40 of 551 Page 41 of 551 Page 42 of 551 Page 43 of 551 Page 44 of 551 Page 45 of 551 Page 46 of 551 Page 47 of 551 Page 48 of 551 Page 49 of 551 Page 1 of 2 Agenda Item No: 13.a. MEETING DATE/TIME: 3/1/2023 ITEM NO: 2023-2420 AGENDA SUMMARY REPORT SUBJECT: Update on FEMA’s Effort To Adjust the Flood Maps that Affect the City of Ukiah Property Owners and Provide/Authorize Any Other Direction as Might be Deemed Necessary. DEPARTMENT: Public Works PREPARED BY: Tim Eriksen, Public Works Director/City Engineer PRESENTER: Tim Eriksen, Public Works Director ATTACHMENTS: 1. 13a Presentation given at meeting Summary: The Council will get an update from Engineering Staff regarding the process that FEMA is undertaking to adjust the flood maps that affect properties in the City of Ukiah. Background: In 2020, the Federal Emergency Management Agency (FEMA) began the process of updating the flood plain elevations throughout the City of Ukiah. The first preliminary results were reported to the City Engineering team in 2021. The results were radically different than what currently exists in the city, the implications of which could have significant impacts on development and insurance rates throughout the city. Since that time, in order to protect the interests and investments of the community, City Staff has worked on solutions with FEMA staff to review the study results and discuss contradictions with observed historic flood events in the city. In short, City Staff have been concerned about the fact that the FEMA study does not reflect what City Staff has witnessed in the city, during significant flood events. The hydraulic modeling performed by FEMA and their consultants is a very specialized field of Civil Engineering and not something current engineering Staff is involved in on a regular basis. Public Works Staff brought an item to the City Council on July 20, 2022, to award a contract with GHD Engineering. GHD has experts in the hydraulic field in order to assist in the review of the FEMA results. Discussion: The FEMA process for adopting the new maps is very prescribed. The City is now in the 90-day appeal process. This process started December 15, 2022, and ends March 15, 2023. The appeals that are eligible to be heard by FEMA must be technical. There are two technical, significant areas of concern that are appealable. The first is a review of the modeling process that was used by the FEMA hydrologists; the second is the elevation input that was used. Willits faced this same issue several years prior to the City of Ukiah. The City of Willits generated a successful appeal and the proposed maps were not adopted in the City of Willits. City Staff contacted the consultant who did this analysis. His name is Jeff Anderson and he has a company, Northern Hydrology & Engineering, in McKinleyville. Engineering Staff has worked with Mr. Anderson and GHD and have identified possible issues for an appeal. This approach is developing as this report is being written and an update will be given at the presentation of this report. At the meeting, City Staff will present the proposed directions from the most current information and updates. The City has links to all the updated information on this process on our website in the "Projects + Information" tab. The webpage can be visit at https://cityofukiah.com/projects/. Recommended Action: Receive Report and provide/authorized additional direction if necessary. BUDGET AMENDMENT REQUIRED: NA CURRENT BUDGET AMOUNT: NA Page 50 of 551 Page 2 of 2 PROPOSED BUDGET AMOUNT: NA FINANCING SOURCE: NA PREVIOUS CONTRACT/PURCHASE ORDER NO.: NA COORDINATED WITH: Community Development and City Manager's Office DIVERSITY-EQUITY INITIATIVES (DEI): CLIMATE INITIATIVES (CI): 6c – Ensure that climate responsibility is integrated throughout the City’s departments and operations. Page 51 of 551 Proposed FEMA Flood Maps in Ukiah and Mendocino County The Federal Emergency Management Agency (FEMA) have proposed updated flood insurance rate maps (FIRM) for Mendocino County and Ukiah. These proposed updated maps greatly expand upon the existing floodplain areas, likely increasing the insurance requirements for many residents in these areas. Page 52 of 551 Current Floodplain North and South of Orrs Creek in the Wagensellar Neighborhood and along 101. Proposed Floodplain North and South of Orrs Creek in the Wagensellar Neighborhood and along 101. Page 53 of 551 Proposed Floodplain Between Orrs Creek and Gibson Creek. Current Floodplain Between Orrs Creek and Gibson Creek. Page 54 of 551 Page 1 of 2 Agenda Item No: 13.b. MEETING DATE/TIME: 3/1/2023 ITEM NO: 2023-2421 AGENDA SUMMARY REPORT SUBJECT: Status Update Regarding Phase 4 of the Ukiah Segment of the Great Redwood Trail. DEPARTMENT: City Manager / Admin PREPARED BY: Shannon Riley, Deputy City Manager PRESENTER: Shannon Riley, Deputy City Manager ATTACHMENTS: 1. 13b Corespondence Received - Eileen Mitro 2. 13b Corespondence Received - Jason Liles with Mike McGuire's Office Summary: City Staff has received approval from the Great Redwood Trail Agency and the California Natural Resources Agency to pause additional development of Phase 4 of the Rail Trail until a determination regarding railbanking is made. Background: The City of Ukiah was awarded a grant from the California Natural Resources Agency (CNRA) for the development of Phase 4 of the Ukiah Segment of the Great Redwood Trail (rail trail). At that time, it was assumed that the rails would be railbanked in Mendocino and Sonoma Counties and thus, the trail would be built on the ballast (in place of the rails). Building the trail on the ballast is far more cost effective than building alongside the tracks and has fewer environmental impacts. However, after the grant award, plans to begin the railbanking process were put on hold due to litigation related to the Skunk Train. Due to these unforeseen circumstances, CNRA allowed the City to modify the plans for the rail trail, and engineers proceeded to develop plans for a trail next to the rail. Unfortunately, the cost differential would result in a significantly shorter trail and would require the removal of a number of existing trees. Discussion: At the February 15, 2023 City Council meeting, Councilmembers requested the opportunity to re- review the plans and specifications for the trail that were previously presented and approved at the February 1, 2023 meeting. The request was prompted by additional community feedback related to the potential impacts to trees and habitat. Following the Council meeting, Staff met with representatives from the Great Redwood Trail Agency and CNRA to explore options related to the grant. Given the circumstances, City Staff and the two agencies were supportive of pausing progress on the trail at this time in hopes that railbanking may be permitted within the next year. This would allow the original vision for the trail--on the ballast--to occur. Grant funds must be expended by 2026, which still leaves two construction seasons to complete the work. This decision was presented to the Complete Streets Ad Hoc Committee (Mayor Rodin/Councilmember Crane) and a group of local stakeholders, all of whom are supportive of pausing the work. Staff will continue to work with the Complete Street Ad hoc and stakeholders to advocate and develop the various alternatives for the project. Recommended Action: Receive update. BUDGET AMENDMENT REQUIRED: n/a CURRENT BUDGET AMOUNT: n/a PROPOSED BUDGET AMOUNT: n/a FINANCING SOURCE: n/a Page 55 of 551 Page 2 of 2 PREVIOUS CONTRACT/PURCHASE ORDER NO.: n/a COORDINATED WITH: Tim Eriksen, Public Works Director and City Engineer and Neil Davis, Community Services Director DIVERSITY-EQUITY INITIATIVES (DEI): n/a CLIMATE INITIATIVES (CI): n/a Page 56 of 551 1 Kristine Lawler Subject:13b Correspondence Received - Eileen Mitro   From: Eileen Mitro <climateactionmendocino@gmail.com>   Sent: Sunday, February 26, 2023 3:30 PM  To: Meeting <meeting@cityofukiah.com>  Subject: Item 13b Phase 4 of the Great Redwood Trail    All I can say is thank goodness for people paying attention on the issue of extending the Rail Trail in phase 4. None of us want dozens of mature trees removed. When I heard about this idea I couldn’t figure out why no one in the City contacted the people in charge of the rail banking to pose the question about why the use of the rail corridor was unacceptable. It’s not like the rail will be used in the near future. If way, way into the future it is planned for use then the problem can be faced then. A huge thank you to all of those involved who questioned the plan to take down dozens of mature trees when another option was possible. And thank you to City staff and Council members who saw that this plan was not the optimal one. Respectfully, Eileen Mitro Climate Action Mendocino Page 57 of 551 1 Kristine Lawler Subject:FW: 13b Correspondence Received - Jason Liles with Mike McGuire's Office Attachments:GRTA Waiver filing, 02-28-23.pdf; GRTA Press Release 2-28-2023[1].pdf From: Liles, Jason <Jason.Liles@sen.ca.gov>   Sent: Tuesday, February 28, 2023 1:15 PM  Subject: Great Redwood Trail filing today    Good afternoon!    Today the Great Redwood Trail Agency filed the attached request with the federal Surface Transportation  Board.     In essence, it asks the STB to make a decision on whether the Mendocino Railroad/Skunk is actually a freight  rail operation or not.      From the GRTA press release:     “These filings will allow the STB to make a determination on the status of the Skunk train, which has  operated exclusively as a tourist excursion operation and not a freight line. Without ongoing freight  operations, STB jurisdiction should terminate, along with the connection to the interstate rail system.  This is a process that must be completed before the GRTA railbanking process can move forward. This  “adverse abandonment” application seeks a finding that because the Skunk line does not conduct  freight operations, and has been unable to run trains from Ft Bragg to Willits at all due to tunnel  collapses on the line, their connection to the long embargoed and shuttered GRTA line is not required,  paving the way for the full repurposing of the line to complete the Great Redwood Trail all the way  from Humboldt Bay to Sonoma County.”   As you remember, the MR/Skunk and Coal Trains both tried to interrupt the Railbanking process for the  section of rail between Willits and Humboldt Bay.  The STB resoundingly rejected both companies attempts,  saying of MR/Skunk that:  “MR does not have sufficient funds to cover the acquisition and rehabilitation costs,  let alone the cost of regular maintenance, which MR does not specifically address. Furthermore, MR offers no  specific plan for accessing the additional funds required to cover these costs. Based on the foregoing, MR has  failed to demonstrate that it is financially responsible to acquire, operate, and maintain the above‐mentioned  13‐mile rail segment.”    The STB’s determination on this freight issue will be critical to the next stage of the Railbanking process and  Trail building from Cloverdale to Willits.      The GRT Agency filing and press release are attached.     Please let me know if you have any questions and thank you for all your help with the Great Redwood Trail!    Jason      Page 58 of 551 2 Jason Liles, Senior Advisor  Mike McGuire, Senate Majority Leader  Jason.Liles@sen.ca.gov  916‐651‐4002    Page 59 of 551 ATTORNEYS AT LAW THE FOUNDRY BUILDING ♦ 1055 THOMAS JEFFERSON STREET, NW ♦ SUITE 620 ♦ WASHINGTON, D.C. 20007 TELEPHONE: 202-342-5200 ♦ FACSIMILE: 202-342-5299 PARTNERS: RICHARD BAR BRENDAN COLLINS DANIEL R. ELLIOTT OLIVER M. KRISCHIK DAVID K. MONROE TROY A. ROLF KEITH G. SWIRSKY RYAN D. SWIRSKY ASSOCIATES: RACHEL E. AMSTER JOHN H. KESTER _____________ OF COUNSEL: EDWARD D. GREENBERG WRITER’S DIRECT E-MAIL ADDRESS DELLIOTT@GKGLAW.COM WRITER’S DIRECT DIAL NUMBER 202-342-5248 February 28, 2023 VIA ELECTRONIC FILING Ms. Cynthia T. Brown Chief, Section of Administration Office of Proceedings Surface Transportation Board 395 E Street, S.W., Room 1034 Washington, DC 20423-0001 Re: Docket No. AB-1305 (Sub-No. 1) Great Redwood Trail Agency – Adverse Abandonment – Mendocino Railway in Mendocino County, California Dear Ms. Brown: Attached for filing in the above-captioned proceeding is the Petition for Partial Waiver of Abandonment Regulations and for Exemption from Statutory Requirements, dated February 28, 2023. The Great Redwood Trail Agency is a state agency established by the Great Redwood Trail Agency Act, Government Code § 93000 et seq., to develop and manage the Great Redwood Trail and discharge the duties of a rail common carrier before the Board. The fee for the Petition should be waived pursuant to 49 C.F.R. § 1002.2(e)(1). However, in the interest of time, the Great Redwood Trail Agency has paid the filing fee and will await the decision on the fee waiver. Should any questions arise regarding this filing, please feel free to contact me. Thank you for your assistance on this matter. Respectfully submitted, Page 60 of 551 /s/ Daniel R. Elliott Daniel R. Elliott Attorney for Great Redwood Trail Agency Page 61 of 551 1 BEFORE THE SURFACE TRANSPORTATION BOARD AB-1305 (Sub-No. 1) GREAT REDWOOD TRAIL AGENCY - ADVERSE ABANDONMENT - MENDOCINO RAILWAY IN MENDOCINO COUNTY, CA PETITION FOR PARTIAL WAIVER OF ABANDONMENT REGULATIONS AND FOR EXEMPTION FROM STATUTORY REQUIREMENTS Pursuant to 49 U.S.C. § 10502(a) and 49 C.F.R. § 1152.24(e)(5), the Great Redwood Trail Agency (“GRTA”) hereby respectfully requests that the Surface Transportation Board (“STB” or “Board”): (1) exempt it from requirements of certain statutory provisions whose application is not required to carry out the National Rail Policy, nor to protect shippers from abuse of market power; and (2) waive certain Board regulations whose application is not required in a proceeding in which a party is seeking adverse abandonment of a rail line. This proceeding is like Colorado Landowners – Adverse Abandonment – Great Western Railway of Colorado, LLC in Weld County, Colorado (“Colorado Landowners”), AB-857 (Sub- No. 2) (STB served Feb. 11, 2022), in which the Board granted exemptions from certain statutory provisions and waived certain regulatory requirements that normally apply when filing an application for abandonment authority, but are either unnecessary or would be difficult or impossible for a party without an ownership interest in the subject railroad to comply with if it Page 62 of 551 2 were to file an application for adverse abandonment. GRTA will be guided by that Board decision in its Petition in this case. IDENTITY AND INTEREST OF GREAT REDWOOD TRAIL AGENCY GRTA, formerly named North Coast Railroad Authority (“NCRA”),1 is an agency of the State of California, and requests that the Board exercise its authority under 49 U.S.C. § 10903 to abandon any and all railroad line owned by Mendocino Railway (“MR”) that extends between Milepost 0 at Fort Bragg and Milepost 40 in Willits, a total distance of approximately 40 miles in Mendocino County, California (“Line”). See Mendocino Railway–Acquisition Exemption–Assets of The California Western Railroad, FD 34465 (STB served Apr. 9, 2004).2 In 2018, legislation (Senate Bill 1029) provided that “the North Coast Rail Authority’s (NCRA) railroad tracks, rights-of-way (“ROW”), and other properties provide an opportunity to create a Great Redwood Trail for hiking, biking, and riding, that may be in the public and economic best interests of the north coast.” (Emphasis added). The legislation sought to assess the feasibility of turning the 316-mile historic rail line, known as the North Western Pacific (“NWP”) railroad corridor (“GRTA Line”), into a long-distance recreational trail to be known as the Great Redwood Trail (“Trail”). This legislation provided that the legacy railway could be used to create a multi-use trail that would serve communities along the North Coast that would run from the San Francisco Bay in Marin County through Sonoma, Mendocino, Trinity, and Humboldt Counties to Humboldt Bay in the north. It would traverse the California redwoods, run 1 The California Legislature through Senate Bill 69 renamed NCRA as GRTA, effective March 1, 2022. Cal. Gov. Code § 93010. 2 The Line is shaded in yellow on a map of MR that is attached to this Petition as Appendix 1. Page 63 of 551 3 next to oak woodlands and vineyards of Sonoma and Mendocino Counties, wind through the Eel River Canyon next to the designated Wild and Scenic Eel River, and follow the shoreline of Humboldt Bay. The Great Redwood Trail Agency Act3 provided GRTA with various tasks and duties. Under Cal. Gov. Code § 93022, the California Legislature tasked GRTA, as a public agency, with various duties, which include, but are not limited to, seeking to railbank the GRTA Line in accordance with STB rules and the National Trails System Act (“Trails Act”), 16 U.S.C. § 1247(d), providing an environmental assessment of the GRTA Line, constructing a trail on the GRTA Line (“Trail”), and conducting community engagement regarding the Trail. In addition, under Cal. Gov. Code § 93024, GRTA has the powers, expressed or implied, necessary to carry out the purposes and intent of the Act, including, but not limited to, acquisition of property, management of rail rights-of-way, and adoption and enforcement of rules and regulations for the administration, operation, use, and maintenance of trails, excursion rail service, and other recreational facilities and programs. Specifically, for purposes of this proceeding, GRTA must file for abandonment of the GRTA Line and seek to railbank it as part of GRTA’s statutory mandate. Stepping into the shoes of NCRA, GRTA, by this legislation, inherited the property rights to the GRTA Line from NCRA. Initially, those rights included the same rights that NCRA had acquired through a series of transactions authorized by the STB or Interstate Commerce Commission in the 1990s,4 which extended between milepost 295.5 near Arcata, California, and 3 Cal. Gov. Code § 93000 et seq. 4 North Coast Railroad Authority – Acquisition and Operation Exemption – Eureka Southern Railroad, FD 32052 (ICC served Apr. 23, 1992); North Coast Railroad Authority – Purchase Exemption – Southern Pacific Transportation Company, FD 32788 (STB served Mar. 20, 1996); Page 64 of 551 4 milepost 63.4 between Schellville and Napa Junction, California, as well as several branch lines. Importantly, the only location where the Line at issue here connects to the interstate rail network is in Willits, California on the GRTA Line. Just as importantly, the GRTA Line, MR’s only possible access to the interstate rail network, has been embargoed by the Federal Railroad Administration (“FRA”) for public safety reasons since 1998. Operations on the GRTA Line were ordered shut down by the FRA, by its Emergency Order No 21. Notice No. 1, issued November 25, 1998. 63 Fed. Reg. 67976 (Dec. 9, 1998). The GRTA Line has not been restored to serviceable condition since the embargo because of the expense of over $100,000,000 to rehabilitate it, the lack of any need for rail service on it, the instability and flooding of the land in the right-of-way, and various tunnel collapses. In the meantime, the FRA’s order remains in effect, and no interstate operations have been conducted on the GRTA Line in the last 24 years.5 As a result of this embargo, MR has absolutely no access to the interstate rail network. The FRA did grant partial relief from this emergency order embargoing the GRTA Line to allow the California Western Railroad (“CWR”), now MR,6 to operate approximately 1.5 miles between its junction with the GRTA track and the Willits Depot.7 64 Fed. Reg. 30557 North Coast Railroad Authority – Lease and Operation Exemption – California Northern Railroad Company, FD 33115 (STB served Sept. 27, 1996). 5 However, in May 2011, FRA lifted the embargo from Windsor (MP 62.9) south to the interchange at Lombard/Napa Junction. Because the interchange is located on a branch, which has a similar MP number to Windsor (interchange is at MP 63 .4), this can create confusion. This portion of the GRTA system is owned by the Sonoma-Marin Area Rail Transit District (“SMART”). 76 Fed. Reg. 27171 (May 11, 2011). 6 See Mendocino Railway – Acquisition Exemption—Assets of The California Western Railroad, supra. 7 In approximately, March 1999, CWR acquired the Willits Depot from NCRA and acquired some trackage rights “to operate over switching, yard, and other track that is excepted from this Page 65 of 551 5 (June 8, 1999) (emergency order no. 21, notice no. 2) (this modification permitted CWR, now MR, to operate its passenger excursion trains into the Willits Depot provided certain conditions were met.) In other words, GRTA is not only an adjacent landowner to the MR, but it is intricately involved in its tourist excursion passenger service on the Line as the owner of these tracks. GRTA has begun to implement the changes that the California Legislature envisioned in the Act to the 316-mile GRTA Line starting its transformation from rail to a scenic public trail. First, in accordance with the Act,8 SMART, a Class III rail carrier, filed a verified notice of exemption, which became effective shortly thereafter, under 49 C.F.R. § 1150.41 to acquire from NCRA and operate approximately 87.65 miles of the southern portion of the GRTA Line (the part of rail corridor in Sonoma and Marin Counties), consisting of: (1) the line of railroad and right-of-way in fee between the Sonoma/Mendocino County, California, border at NWP milepost 89 and Healdsburg, California, at NWP milepost 68.2; and (2) the freight rail operating easement between Healdsburg, at NWP milepost 68.2 and Lombard, California, at SP milepost 63.4.9 SMART will be responsible for rail-with-trail development for the southern segment of the Trail. GRTA also filed a verified notice of exemption under 49 C.F.R. part 1152 subpart F — Exempt Abandonments to abandon 175.84 miles of the GRTA Line from milepost 139.5 at Commercial Street in Willits to milepost 284.1 near Eureka, including appurtenant branch lines extending to milepost 267.72 near Carlotta, milepost 295.57 near Korblex, milepost 300.5 near Board’s licensing regulation within the meaning of 49 U.S.C. § 10906.” Northwestern Pacific R.R. Co. – Change in Operators Exemption – North Coast R.R. Auth., et al., FD 35073, slip op. at 3 (STB served Sept. 2, 2007). The depot and trackage rights are now owned by MR. 8 See Cal. Gov. Code § 93030. 9 Sonoma-Marin Area Rail Transit District—Acquisition and Operation Exemption— North Coast Railroad Authority, FD 36481 (STB served Feb. 18, 2021). Page 66 of 551 6 Samoa, and milepost 301.8 near Korbel, in Mendocino, Trinity and Humboldt Counties, California. Concurrently with the filing of its verified notice, GRTA filed a request for issuance of a notice of interim trail use or abandonment (NITU) to establish interim trail use/rail banking on this rail line under the Trails Act and 49 C.F.R § 1152.29. In this proceeding, MR filed an offer of financial assistance to purchase a 13-mile portion of the line extending from milepost 139.5 in Willits to milepost 152.5, which was denied by the Board for failure to demonstrate financial responsibility.10 On October 26, 2022, GRTA gave notice that GRTA consummated the interim trail/use railbanking authority as authorized by the Board.11 Consequently, GRTA now owns and has residual common carrier responsibility for this approximately 175.84 miles of the GRTA Line north of Willits railbanked in AB-1305X, and SMART now owns the portion of the GRTA Line in Sonoma and Marin Counties on the southern end. The remainder of the GRTA Line from Willits to NWP milepost 89 is still owned by GRTA and is subject to the jurisdiction of the STB. This is the portion of the GRTA Line where MR can connect to the interstate rail network by running south, via segments owned and operated by other carriers, eventually connecting to an interchange point with the Union Pacific Railroad in Fairfield, California. However, as noted, this part of the GRTA Line remains subject to the 1998 FRA embargo; consequently, it has not had any freight traffic on it in over twenty 10 Great Redwood Trail Agency – Abandonment Exemption – in Mendocino, Trinity, and Humboldt Counties, Cal. AB-1305X (STB served Oct. 21, 2022). Tellingly, MR provided no evidence of any need for rail service on the connected Line in relation to this request. 11 Great Redwood Trail Agency – Abandonment Exemption – in Mendocino, Trinity, and Humboldt Counties, Cal. AB-1305X, Filing ID 305567 (Oct. 26, 2022) (GRTA Consummation Notice). Page 67 of 551 7 years, and there is no realistic prospect for such use in the foreseeable future as shown in AB- 1305X. However, GRTA cannot seek abandonment of this remaining portion of the GRTA Line and railbank it in accordance with the Act based on STB precedent if it is attached to the MR in Willits; otherwise, it would leave the Line stranded from the interstate network.12 Therefore, GRTA cannot satisfy its statutory mandate to railbank the GRTA Line and continue with its plans to develop the Trail in the most efficient and effective manner until this matter is resolved. Moreover, GRTA, as the public agency designated to develop rail rights-of-way on the GRTA Line and examine other trail opportunities in the North Coast area, has the inherent role of protecting the public interest in California, especially in this region and on unused rail rights- of-way in the area.13 It is axiomatic that the Board considers the public interest in determining 12 Board precedent does not allow a segment of common carrier track to be "stranded" due to abandonment of an adjacent section of track: "It is well settled that so long as there is a common carrier obligation attached to a particular segment of track, the Board will not allow that segment to become isolated from the rail system as a result of the abandonment of the adjoining segment." R.J. Corman R.R. Property, LLL – Aban. Exemption – in Scott, Campbell, and Anderson Counties, Tenn. AB-1296X, slip op. at 3 (STB served Nov. 17, 2022) (cite omitted). 13 See, e.g., Chelsea Property Owners – Abandonment – Portion of the Consolidated Rail Corporation’s W. 30th St. Secondary Track in NY, NY, 8 ICC 2d 773 (ICC served August 28, 1992) (The line's abandonment and the viaduct's demolition would eliminate an obstacle to local development and appears otherwise to be consistent with the public interest. The statements of the four New York agencies, each responsible for the furtherance of the public interest in the State of New York, constitute strong evidence that the demolition of the viaduct would further the public interest in New York City. Because of the lack of an adequate showing that continued rail service here is feasible or likely to occur, there is no reason to allow our abandonment jurisdiction to interfere with the realization of these public interest objectives.); Consol. Rail Corp. v. ICC, 29 F.3d 706, 712 (D.C. Cir. 1994) (“the position of [the public agencies] in favor of abandonment was strong evidence that abandonment would serve the public interest because it would permit the possible development of other public projects”); Norfolk & W. Ry.—Aban. Exemption—In Cinn., Hamilton Cnty., Ohio, 3 S.T.B. 110, 118-20 (1998) (“[Board] will allow the displacement of rail service by other public purposes where the public interest justifies that end.”). Page 68 of 551 8 whether to authorize an adverse abandonment. In its weighing of the public interest in adverse abandonment proceedings, the Board does not allow its jurisdiction to be used as a bar to state law remedies in the absence of an overriding federal interest. See Kan. City Pub. Serv. Freight Oper.—Exemption—Aban. in Jackson Cty., Mo., 7 I.C.C. 2d 216 (1990). See also CSX Corp. & CSX Transp., Inc.—Adverse Aban. Application— Can. Nat'l Ry. & Grand Trunk W. R.R., AB-31 (Sub-No. 38) (STB served Feb. 1, 2002). If an adverse abandonment is granted, the decision removes the agency's jurisdiction, enabling the state or others to pursue other legal remedies or clarifying STB jurisdictional issues against the incumbent carrier, if necessary. See Consol. Rail Corp., 29 F.3d at\ 709; Modern Handcraftt Inc.— Abandonment in Jackson County, MO, FD 29330, 363 I.C.C 969, 972 (1981); Denver & Rio Grande Ry Historical Foundation – Adverse Aban. – in Mineral Cty., CO, AB-1014 (STB served May 21, 2008); Stewartstown R.R. Co. – Adverse Aban. – in York Cty., PA, AB-1071 (STB served Nov. 16, 2012). MR has abused its status as a rail carrier subject to STB jurisdiction in several ways. It has used the status to justify exercising eminent domain power to acquire property for purported freight rail uses, even though it has never shipped any freight on the Line.14 It has asserted its status as a freight carrier in order to evade applicable state law, asserting that state and local government entities cannot regulate its commercial developments on the basis of the status. MR's misuse of federal law to serve its non-rail commercial interests is in contravention to the public interest of the people of the state of California. A decision granting an adverse abandonment would serve the public interest by settling these questions of whether MR's actions in attempting 14 See, e.g., City of Fort Bragg v. Mendocino Railway, Case No. 21CV00850, Ruling on Demurrer (Superior Court of California, County of Mendocino, Apr. 28, 2022) (attached hereto as Appendix 2); Order of Condemnation, ¶ 2 (attached hereto as Appendix 3). Page 69 of 551 9 to take private property via eminent domain and avoid applicable state law in its real estate development activities are proper on the basis of preemption under 49 U.S.C. § 10501(b) and California law regarding railroad use of eminent domain, or, as GRTA asserts, abuses of their status as a rail carrier granted by STB.15 As a result, GRTA seeks a determination by the Board that, under these facts and circumstances, the public convenience and necessity (“PC&N”) require and permit abandonment of the Line, thereby extinguishing the federal interest in the Line. THE SUBJECT RAIL LINE As noted, the Line owned by MR extends between Milepost 0.0 at Fort Bragg to Milepost 40 at Willits, a distance of approximately 40 miles in Mendocino County, California. Verified Reply in Opposition to North Coast Railroad Authority’s Petition for Exemption from 49 U.S.C. § 10904, AB-1305X, Filing No. 302860 (Aug. 16, 2021), at 4. The Line is shaded in yellow on a map of MR that is attached to this Petition as Appendix 1. MR is a wholly owned subsidiary of Sierra Railroad Company, a non-operating railroad carrier. The Line passes along the Pudding Creek estuary and through two tunnels: Tunnel No. 1 and Tunnel No. 2. Tunnel No. 1 at Milepost 3.5 has been collapsed for over 7 years and would cost approximately $5,000,000 to reopen for rail service. MR owns the “Skunk Train,” which provides an intrastate tourist excursion service on the Line. The Line is strictly an excursion line 15 In addition, when weighing the public interest, the Board considers all relevant factors, including costs avoidable by abandonment (such as maintenance and rehabilitation costs) and the opportunity costs incurred by forgoing more profitable use of assets elsewhere. Kalo Brick, 450 U.S. 311, 321 (1981); see also 49 CFR part 1152. Here, an adverse abandonment decision would allow GRTA to abandon the remaining portion of the GRTA Line, permitting it to cease the loss of opportunity costs by utilizing the rail right-of-way for its highest and best use as a trail. Page 70 of 551 10 and has been nothing more for the entire time of ownership by MR.16 There has been no freight rail service on the Line in over twenty years. MR has attempted to paint itself as a bona fide freight operator. However, that is simply untrue based on the actual rail service on the Line. GRTA will submit evidence to show that MR has not provided Board-regulated rail transportation over the Line at any time during its ownership and cannot plausibly do so in the future based on the numerous insurmountable conditions that prohibit such an operation. Thus, the absence of rail traffic subject to Board jurisdiction over the Line for over 20 years is convincing evidence that the PC&N requires and permits abandonment of the Line. See Denver & Rio Grande Railway Historical Foundation, supra (PC&N required adverse abandonment where the subject rail line had not been used for Board-regulated rail transportation for more than 30 years). REGULATIONS TO BE WAIVED AND STATUTES TO BE EXEMPTED 1. System Diagram Map Waiver is sought of the provisions of 49 C.F.R. § 1152.22(a)(5), and the related provisions of 49 C.F.R. §§ 1152.10-14 and 49 C.F.R. § 1152.24(e)(1). Those provisions require reference to inclusion of the Line in the carrier’s System Diagram Map (SDM) and related provisions. Waiver of SDM requirements is customary in adverse abandonment proceedings because the noncarrier applicant generally does not have access to an SDM. See Colorado Landowners, slip op. at 3, and decisions there cited. Exemption from the SDM provisions of 49 16 GRTA does not intend to impact the tourist excursion service and railbikes on the Line by seeking abandonment in this proceeding. Page 71 of 551 11 U.S.C. § 10903(c)(2) is also sought, as set forth, infra, providing statutory grounds for exemption. See id. 2. Notice to Significant Users Waiver is sought of 49 C.F.R. § 1152.20(a)(2)(i) that requires that notice of intent to abandon be sent to significant users of the line on the ground that no shippers are using the Line. See Colorado Landowners, slip op. at 3, and the decisions there cited. Exemption is also sought from the related provisions at 49 U.S.C. § 10903(a)(3)(D). See id. 3. Notice to Amtrak Waiver is sought of 49 C.F.R. § 1152.20(a)(2)(x), which requires that a notice of intent be served on the National Railroad Passenger Corporation (“Amtrak”). Amtrak does not operate on the Line. See Colorado Landowners, slip op. at 3-4, and the decisions there cited. 4. Notice to Labor Organizations Waiver is sought of 49 C.F.R. § 1152.20(a)(2)(xii), which requires that a notice of intent be served on the headquarters of all duly qualified labor organizations that represent employees of the affected rail line, on the ground that there are no such labor organizations that represent employees on the Line. See Colorado Landowners, slip op. at 4, and the decisions there cited. 5. Posting Notice at Agency Stations or Terminals Waiver is sought of 49 C.F.R. § 1152.20(a)(3), which requires posting of the notice of intent at each agency station or terminal on the line to be abandoned, on the ground that there are Page 72 of 551 12 no agency stations on the Line at which the notice of intent could be posted. See Colorado Landowners, slip op. at 4, and the decisions there cited. Exemption is also sought from the related provisions of 49 U.S.C. § 10903(a)(3)(B). See id. 6. Content of the Notice of Intent Waiver is sought of the prescribed form of the Notice of Intent to abandon found at 49 C.F.R. § 1152.21, and approval of a modified Notice of Intent set out in Appendix 4 of this Petition. See Colorado Landowners, slip op. at 4-5, and the decisions there cited. Waiver is sought on the ground that the modified Notice of Intent is in substantial compliance with the regulation. Id. 7. Line Attributes Waiver is sought of 49 C.F.R. § 1152.22(b)-(d) and (e)(2)-(3), which require information regarding condition of the properties, service provided, revenue and cost data, and rural and community impact. That information is not typically available to adverse abandonment applicants or has otherwise not been required of them. See Colorado Landowners, slip op. at 5, and the decisions there cited. 9. Federal Register Notice Waiver is sought of 49 C.F.R. § 1152.22(i) which provides wording for the draft Federal Register Notice. GRTA proposes to use alternative wording for that Notice that is reasonably acceptable in adverse abandonments set forth in Appendix 5 of this Petition. The Board should find that the alternative wording substantially complies with the applicable regulation. See Colorado Landowners, slip op. at 6, and the decisions there cited. Page 73 of 551 13 10. Offers of Financial Assistance The Offer of Financial Assistance (“OFA”) regulations at 49 C.F.R. § 1152.27 should be waived, and the OFA provisions at 49 U.S.C. § 10904 should be exempted because if the Board were to find that PC&N requires or permits adverse abandonment of the Line, it would be fundamentally inconsistent with the rationale underlying adverse abandonment to grant an OFA. See Colorado Landowners, slip op. at 7, and the decisions there cited. 11. Exemptions Exemption of the provisions of 49 U.S.C. § 10903(c)(2)(A) and (B) (SDMs); 49 U.S.C. § 10903(a)(3)(D) (Notice to Shippers); 49 U.S.C. § 10903(a)(3)(B) (Posting), and 49 U.S.C. § 10904 (OFAs) is sought on the grounds that application of those provisions is not necessary to carry out the rail transportation policy (RTP) of 49 U.S.C. § 10101 and those provisions are not necessary to protect shippers from abuse of market power because the record indicates that no shippers are using the Line. See Colorado Landowners, slip op. at 7, and the decisions there cited. Page 74 of 551 14 CONCLUSION AND REQUESTED RELIEF WHEREFORE, for the reasons stated, the Board should waive compliance with the provisions of the cited regulations, and exempt compliance with the cited statutes. Respectfully submitted, __/s/ Daniel R. Elliott____________________ Daniel R. Elliott GKG Law, P.C. 1055 Thomas Jefferson St., NW Suite 620 Washington, DC 20007 (202) 342-5248 delliott@gkglaw.com Attorney for Great Redwood Trail Agency Dated: February 28, 2023 Page 75 of 551 15 Certificate of Service I certify that I have, on this 28th day of February 2023, served by email copies of the foregoing document on counsel for Mendocino Railway: William A. Mullins Baker & Miller PLLC Suite 300 2401 Pennsylvania Ave, N.W. Washington, D.C. 20037 (202) 663-7823 (Direct) wmullins@bakerandmiller.com _/s/ Daniel R Elliott___ Daniel R. Elliott Page 76 of 551 APPENDIX 1 Page 77 of 551 Mendocino Railway Page 78 of 551 APPENDIX 2 Page 79 of 551 Page 80 of 551 Page 81 of 551 Page 82 of 551 Page 83 of 551 Page 84 of 551 Page 85 of 551 Page 86 of 551 Page 87 of 551 Page 88 of 551 Page 89 of 551 Page 90 of 551 Page 91 of 551 Page 92 of 551 Page 93 of 551 APPENDIX 3 Page 94 of 551 2022-00526 Page 6 of 1401 /11 /2022 09:04:44 AM EXHIBIT "A" All that certain real property situated in the County of Mendocino, State of California, more particularly described as follows: Tract One: A parcel of land located in the City of Fort Bragg, County of Mendocino, State of California and being a portion of the West half of the Northwest quarter of the Northwest quarter of Section 18, Township 18 North, Range 17 West, Mount Diablo Base and Meridian, lying Westerly of California state Highway One, more particularly described as follows: Beginning at the Northwest comer of said Section 18; 1hence South 88' 17' 08" East, 283.93 feet along the Northerfy line of said Section 18 to a point on the Westerly boundary of said Highway One; said point is on a 5,949.72 foot (Record 5,950 foot) radius curve to the right, a tangent at said point bears South 06° 06' 14" West, proceeding along the arc of said curve for a distance of 295.88 feet through an angle of 2° 50' 58" along said Highway boundary to a 6" x 6" concrete right-of-way monument, a tangent at this point bears south 8° 57' 12• West; thence South 54° 55' oo• West, 55.87 feet (Record South 53° 32' 50" West, 55.85 feet) to a 6" x 6" concrete right-of-way monument; thence North 56° 24' 33" West, 18.69 feet to 3/4" rebar Vtdth a plastic cap stamped L.S. 5940 at the Westerly end of cyclone fence to 3/4" rebar with a plastic cap stamped LS. 5940 on the Westerly boundary of said Section 18; thence North 1° 18' 05" East, 194.68 feet along said Westerly boundary of Section 18 to the point of beginning. Basis of bearings are in terms of California State Grid Zone 2. All distances are horizontal ground distances. Excepting therefrom that portion described in the deed to the City of Fort Bragg recorded January 5, 2010 as Instrument No. 2010-00114, Mendocino County Records. APN: 018-120-50 Tract Two: A parcel of land located in the City of Fort Bragg, County of Mendocino, state of California and being a portion of the West half of the Southwest quarter of Section 7, Township 18 North, Range 17 West, Mount Diablo Base and Meridian, lying Westerly of California State Highway One, more particularly described as follows: Beginning at the Southwest comer of said Section 7; thence South 88° 17' oa• East 283.93 feet along the Southerly line of said Section 7 to a point on the Westerly boundary of said Highway One; said point is on a 5,949.72 foot (Record 5,950 foot) radius curve to the left, a tangent at said point bears North 06° 06' 14" East. proceeding along the arc of said curve tor a distance of 333,09 feet through an angle of 3° 12' 27" along said Highway boundary to a 6" x 6" concrete right-of-way monument; 1hence continuing along said Highway boundary North 2° 54' 12" East. 356.23 feet to a line 1hat is an extension of 1he Southerly line of Cypress street projected Westerly, thence along said projected line North 88° 41' 01" West, 312.49 feet to the West boundary of said Section 7; thence South 01 • 18' 01" West, 686.68 feet along said West boundary of Section 7 to the point of beginning. Basis of bearings of the hereinabove description are in terms of California State Grid, Zone 2. All distances are horizontal ground distances. APN: 018-040-52 Tract Three: Parcel One: All that real property situate in Sections 12 and 13, Township 18 North, Range 18 West, Mount Diablo Base and Meridian, County of Mendocino, Cafifornia, more particularly described as follows: Pieliminary Report Page8 20211534RB Page 95 of 551 2022-00526 Page 7 of 1401 /11 /2022 09:04:44 AM All of Lots 1, 2, 3, 4, and the East half of the East half of said Section 12, and that portion of Lot 1 of said Section 13 described as folows: Beginning at the northeast comer of said Section 13, said comer marked by a 3/4" rebar with plastic cap stamped L.S. 5940; thence North 88° 51' 40" West, 342.41 feet along the section line common to said Sections 12 and 13 to a 3/4" rebarwilh plastic cap stamped LS. 5940 in a cyclone fence; thence South 56° 18' 42" East65.93 feet along said fence to a 3/4" rebar with plastic cap stamped LS. 5940 at another fence comer; thence North 04 ° 05' 36" East, 23.80 feet along said fence to a 3/4" rebar with plastic cap stamped L.S. 5940 at another fence comer; thence South 55° 34' 22" East, 306.82 feet along said fence to a 3/4" rebar with plastic cap stamped LS. 5940 on the East boundary of said Section 13; thence North 01° 18' 05" East, 194.66 feet along said East boundary of Section 13 to the point of beginning. EXCEPTING ftom Lots 2 and 3 that part thereof conveyed to Charles Russell Johnson and Peter Lowe by Joint Tenancy Deed dated December 27, 1945, recorded November 15, 1946 in Volume 206 of Official Records, Page 51 et seq., Mendocino County Records. ALSO EXCEPTING from Lot 2 that part thereof as described in the Deed executed by Boise Cascade Corporation to Fort Bragg Municipal Improvement District Number One, dated November 3, 1970, recorded December 18, 1970 in Book 834 Official Records, Page 517, Mendocino County Records. ALSO EXCEPTING from the Northeast quarter of Section 12 that portion thereof deeded to Mendocino Coast Railways, Inc. recorded in Book 1656 Official Records, Page 378, Mendocino County Records. ALSO EXCEPTING THEREFROM that portion described in the Deed to the City of Fort Bragg, recorded January 5, 2010 as Instrument No. 2010-00114, Mendocino County Records. ALSO EXCEPTING those portions described in the Deeds to the City of Fort Bragg, recorded November 21, 2011 as Instrument No. 2011-16313 and recorded November 24,2015 as Instrument No. 2015-159TT, Official Records of Mendocino County. ALSO EXCEPTING all that portion desaibed as follows: Commencing at the section comer common to Sections 6 and 7, Township 18 North, Range 17 West, and Sections 1 and 12, Township 18 North, Range 18 West, Mount Diablo Meridian; thence South 01°18'24* West along the range line, a distance of 460.05 feet to the POINT OF BEGINNING; thence continuing South 01 °1s•24• West along the range line, a distance of 237.38 feet; thence leaving said range line North 88°58'07" West, a distance of 29.03 feet; thence North 1° 18'24* East, a distance of237 .53 feet; thence South 88°41' 11" East. a distance of 29.03 feet to the POINT OF BEGINNING. Parcel Two: That portion of the West half of the Northwest Quarter of Section 7, Township 18 North, Range 17 West, Mount Diablo Base and Meridian, described as follows: Beginning at the comer to Sections I and 12, Township 18 North, Range 18 West, and Sections 6 and 7, Tovmship 18 North, Range 17 West. Mount Diablo Base and Meridian; and running thence South along the Range line 2640 feet to a point in the City Limit on the South side of Fort Bragg, according to the "Map of the City of Fort Bragg, showing the To1Nl'l Lots" tiled February 15, 1910 in Map Case 1, Drawer 3, Page 44, Mendocino County Records; thence East along said City Limit 380 feet to a point in the West line of Main Street; thence North along said West line 1260 feet to a point in the South line of Oak Avenue; thence West along said South 6ne 200 feet; thence North 980 feet to a point in the North line of Redwood Avenue; thence East along the North line of Redwood Avenue 200 feet to the West line of Main Street; thence North along said West line 119.50 feet to the Northeast comer of a strip of land described in a Deed from Coast National Bank in Fort Bragg to Union Lumber Company, dated November 9, 1955, recorded in Book 413 of Official Records, Page 502, Mendocino County Records; thence West along said North line 121 feet to a point in the West line of a parcel of land described in a Deed from Union Lumber Company to Coast National Bank of Fort Bragg, dated November 3, 1955, recorded in Book 413 of Preliminary Report Page9 20211534RB Page 96 of 551 2022-00526 Page 8 of 1401 /11 /2022 09:04:44 AM Official Records. Page 500, Mendocino County Records; thence North along the West line of said parcel 38.50 feet to the Northwest comer thereof; thence East 121 feet to a point on the West line of Main Street and being the Northeast comer of a parcel of land described in a Deed from Union Lumber Company to the Bank of Fort Bragg, dated June 3, 1904, recorded in Book 97 of Deeds, Page 354, Mendocino County Records; thence North along the West line of Mein Street 161.5 feet to the Southeast corner of a parcel of land described in a Deed from Union Lumber Company to the City of Fort Bragg, dated October 31, 1912, recorded in Book 133 of Deeds, Page 421, Mendocino County Records; thence West along the South line of said last mentioned Parcel 56 feet to its Southwest comer; thence North along its West line 42.5 feet to a point in the South fine of a parcel of land described in a Deed from Union Lumber Company to Fort Bragg Commercial Bank, dated May 11, 1912, recorded in Book 131 of Deeds, Page 33, Mendocino County Records; thence West along the South line of said last mentioned Parcel 44 feet to its Southwest comer; thence North along its West line 35 feet to its Northwest corner; thence West 280 feet to the point of beginning. EXCEPTING THEREFROM the following: 1. That portion described in the Deed to City of Fort Bragg, recorded January 9, 1985, in Book 1489, Page 317, Mendocino County Records. 2. That portion described in the Deed to California Western RaUroad recorded November 19, 1987, in Book 1656 Official Records, Page 37 4, Mendocino County Records. 3. That portion described in the Deed to Mendocino Coast Railway recorded November 19, 1987, in Book 1656 Official Records, Page 378, Mendocino County Records. 4. Those portions described in the Deeds to Joe H. Mayfield, et ux, recorded October 31, 1984 in Book 1480 Official Records, Page 252 and recorded June 27, 1986 in Book 1566 Off1eial Records, Page 363, Mendocino County Records. 5. Parcel 1 as shown on that certain Parcel Map of Division No. 3-84 filed October 23, 1984 in Map Case 2, Drawer 42, Page 23, Mendocino County Records. 6. Parcels 1, 2 and 3 as numbered and designated on the certain Parcel Map of Division 4-01 filed September 23, 2005 in Drawer 72 of Maps, Page 79, Mendocino County Records. 7. Those portions described in the Deeds to the State of California recorded February 19, 1999 as Serial #1999-03294 and Serial #1999-03295, Mendocino County Records. 8. All that portion as described as follows: That certain real property situated in the City of Fort Bragg, County of Mendocino, State of California, and being a portion of the West one-half of the Northwest one-quarter of Section 7, Township 18 North, Range 17 West, Mount Diablo Meridian, more particularty described as follows: The bearings used in this description are in terms of the California State Grid, Zone 2. Beginning at a point where the West line of Main Street intersects the South line of Oak Avenue extended Westerly in the City of Fort Bragg, said point of beginning being 1380 feet South and 380 feet East of the section comer common to Sections 6 and 7, Township 18 North, Range 17 West. and Section 1 and 12, Township 18 North, Range 18 West, Mount Diablo Meridian: thence from said point of beginning and along the exterior boundary lines of the parcel of land to be described as follows: South 01 • 37' 54" West (Record= South) along the West line of said Main Street, 145.88 feet; thence leaving said street side Hne, North 85° 10' 18N West, 100.15; thence North 01° 37' 54" East (Record= North)'and ParaUel with the West line of said Main Street, 139.83 feet to a point in the South Une of said Oak Avenue extended Westerly; thence South 88° 38' oo• East (Record =East) along said Oak Avenue side line, 100.00 feet to the point of beginning. Ptefiminary Report Page 10 20211534RB Page 97 of 551 2022-00526 Page 9 of 1401 /11 /2022 09:04:44 AM 9. All that portion described as follows: Commencing at the section comer common to Sections 6 and 7, Township 18 North, Range 17 West, and Sections I and 12, Township 18 North, Range 18 West, Mount Diablo Meridian; thence South 01°18'24" West along the range Una, a distance of 460.05 feet to the POINT OF BEGINNING; thence leaving said range line, South 88°41'11" East, a distance of 179.92 feet; thence South 01 °21'03" West, a distance of 229.27 feet; thence North 87°51 '29" West. a distance of 12.77 feet; thence South oo• 17'51ff West, a distance of21.09 feet; thence North 89°10'25" West, a distance of 74.38 feet; thence North 00°41'57" East, a distance of 9.95 feet; thence North 88°17'22" West, a distance of 10.04 feet; thence North 60°27'42" West, a distance of 7.99 feet; thence North 88°58'07" West, a distance of 75. 78 feet to the range line; thence North 01 °18'24" East along the range line, a distance of237.38 feet to the POINT OF BEGINNING. Basis of Bearings: that certain Record of Survey filed in Drawer 72 of Maps at Pages 58-64, Mendocino County Records. EXCEPTING FROM PARCELS ONE AND TWO ALL THAT LAND LYING NORTHERLY OF THE FOLLOWING DESCRIBED LINE: COMMENCING AT THE SECTION CORNER COMMON TO SECTIONS 6 AND 7, TOWNSHIP 18 NORTH, RANGE 17 WEST, AND SECTIONS 1 AND 12, TOWNSHIP 18 NORTH, RANGE 18 WEST, MOUNT DIABLO MERIDIAN; THENCE SOUTH 13°42'42" EAST, A DISTANCE OF 414.22 FEET TO THE SOUTHWEST CORNER OF PARCEL ONE AS SHOWN ON "PARCEL MAP OF DIVISION NO. 5-84" FILED IN MAP CASE 2, DRAWER 42, PAGE 59 MENDOCINO COUNTY RECORDS AND BEING THE TRUE POINT OF BEGINNING; THENCE NORTH 88°41 '11~ WEST, A DISTANCE OF 1,809.58 FEET MORE OR LESS TO A POINT ON THE WEST BOUNDARY OF THE LANDS OF GEORGIA-PACIFIC CORPORATION. Basis of Bearings: That certain Record of SUl'Vey filed in Drawer 72 of Maps at Pages 58-64, Mendocino County Records. APN(s): 008-151-26, 008-161-08 and 008-171-07, 008-020-19, 008-430-21 and 008-430-22 Pmiminary Report Page 11 20211534RB Page 98 of 551 GP MIii Site Parcels OIHJll-11 oi.•»22 TOTAl 20,.41 -....... ,, •. ·•-··-•-.::- \,,,,_ . .,.,, ... -"-.~ 'I . Page 99 of 551 APPENDIX 4 Page 100 of 551 1 DRAFT NOTICE OF INTENT BEFORE THE SURFACE TRANSPORTATION BOARD AB-1305 (Sub-No. 1) GREAT REDWOOD TRAIL AGENCY - ADVERSE ABANDONMENT - MENDOCINO RAILWAY IN MENDOCINO COUNTY, CA The Great Redwood Trail Agency (''the Applicant") gives notice that on or about _____ __, 2023, it intends to file with the Surface Transportation Board (“STB” or “Board”), Washington, D.C. 20423, an Application for Adverse Abandonment of a line of railroad that extends between Milepost 0 at Fort Bragg and Milepost 40 in Willits, a total distance of approximately 40 miles in Mendocino County, California (“Line”), which traverses through United States Postal Service ZIP Codes 95437 and 95490. There are no stations on the Line. The reason for the proposed abandonment is to obtain a determination that public convenience and necessity require and permit abandonment of the federal interest in the Rail Line. Applicant owns land adjacent to the right-of-way of and connects to the subject Line. Applicant claims that the land has not been used for Board-regulated rail transportation for over 20 years. Applicant claims that there is no reasonable prospect for such use in the foreseeable future. A determination by the Board that public convenience and necessity permits and requires abandonment of the Line in those circumstances would extinguish the federal interest in the Line and make the prospect of a beneficial non-freight-rail use more probable. In addition, there are significant environmental health and safety concerns associated with the current use of the property because of MR’s abuse of its status as a rail carrier. Moreover, abandonment of the Line will make other public projects in the area more feasible. Page 101 of 551 2 There are no documents in Applicant’s possession that the Line contains federally granted rights-of-way. Any such documentation that might come into Applicant’s possession will be made available promptly to those requesting it. To the extent that any railroad employees would be adversely affected by this action, their interest would be protected by the conditions imposed in Oregon Short Line Railroad-Abandonment, Goshen Branch, 360 I.C.C. 91 (1979). The application will include the Applicant’s entire case for abandonment. The application, when filed, can be viewed on the Board’s webpage, www.stb.gov, or a copy can be secured from Applicant’s counsel, whose name and address appear below. Any interested person, after the application is filed on _____ __, 2023, may file with the STB written comments concerning the proposed abandonment or protests to it. These filings are due 45 days from the date of filing of the application. All interested persons should be aware that following any abandonment of rail service and salvage of the Line, the Line may be suitable for other public use, including interim trail use. Any request for a public use condition under 49 U.S.C. § 10905 (§ 1152.28 of the Board's rules) and any request for a trail use condition under 16 U.S.C. § 1247(d) (§1152.29 of the Board's rules) must also be filed within 45 days from the date of filing of the application. Persons who may oppose the abandonment but who do not wish to participate fully in the process by appearing at any oral hearings or by submitting verified statements of witnesses, containing detailed evidence, should file comments. Persons interested only in seeking public use or trail use conditions should also file comments. Persons opposing the proposed abandonment that do wish to participate actively and fully in the process should file a protest. Protests must contain that party's entire case in opposition (case in chief) including the following: (1) Protestant's name, address, and business. (2) A statement describing protestant's interest in the Page 102 of 551 3 proceeding including: (i) A description of protestant's use of the Line; (ii) If protestant does not use the Line, information concerning the group or public interest it represents; and (iii) If protestant's interest is limited to the retention of service over a portion of the Line, a description of the portion of the Line subject to protestant's interest (with milepost designations if available) and evidence showing that the applicant can operate the portion of the Line profitably, including an appropriate return on its investment for those operations. (3) Specific reasons why protestant opposes the application including information regarding protestant's reliance on the involved service [this information must be supported by affidavits of persons with personal knowledge of the fact(s)]. (4) Any rebuttal of material submitted by applicant. In addition, a commenting party or protestant may provide a statement of position and evidence regarding: (i) Environmental impact; (ii) Impact on rural and community development; (iii) Recommend provisions for protection of the interests of employees; (iv) Suitability of the properties for other public purpose pursuant to 49 U.S.C. § 10905; and (v) Prospective use of the right-of-way for interim trail use and rail banking under 16 U.S.C.§ 1247(d) and § 1152.29. Written comments and protests will be considered by the Board in determining what disposition to make of the application. The commenting party or protestant may participate in the proceeding as its interests may appear. If an oral hearing is desired, the requester must make a request for an oral hearing and provide reasons why an oral hearing is necessary. Oral hearing requests must be filed with the Board no later than 10 days after the application is filed. Those parties filing protests to the proposed abandonment should be prepared to participate actively either in an oral hearing or through the submission of their entire opposition Page 103 of 551 4 case in the form of verified statements and arguments at the time they file a protest. Parties seeking information concerning the filing of protests should refer to § 1152.25. Written comments and protests, including all requests for public use and trail use conditions, should indicate the proceeding designation STB No. AB-1305 (Sub-No. 1) Interested persons may file a written comment or protest with the Board to become a party to this abandonment proceeding. A copy of each written comment or protest shall be served upon the representative of the Applicant, Daniel Elliott, GKG Law, 1055 Thomas Jefferson Street, NW, Suite 620, Washington, DC 20007, delliott@gkglaw.com. The original and 10 copies of all comments or protests shall be filed with the Board with a certificate of service. Comments or protests need to be notarized or verified, and are required to be filed with the Chief, Section of Administration, Office of Proceedings, Surface Transportation Board, at 395 E Street, S.W., Washington, DC 20423, together with a certificate of service attesting that copies of the comments or protests have been served on Applicants' counsel in this matter, no later than ___ __, 2023. An environmental assessment (EA) (or environmental impact statement (EIS), if necessary) prepared by the Office of Environmental Analysis will be served upon all parties of record and upon any agencies or other persons who commented during its preparation. Any other persons who would like to obtain a copy of the EA (or EIS) may contact the Office of Environmental Analysis. EAs in these abandonment proceedings normally will be made available within 33 days of its service. The comments received will be addressed in the Board's decision. A supplemental EA or EIS may be issued where appropriate. Except as otherwise set forth in 49 C.F.R. § 1152, each document filed with the Board must be served on all parties to the abandonment proceeding. Comments and protests will be Page 104 of 551 5 considered by the Board in determining what disposition to make of the Application. A commenting party or protestant may participate in the proceeding as its interests may appear. Persons seeking further information concerning abandonment procedures may contact the Board's Rail Customer and Public Assistance program at (202) 245-0238 or refer to the text of the abandonment regulations at 49 C.F.R. part 1152. Page 105 of 551 APPENDIX 5 Page 106 of 551 1 DRAFT FEDERAL REGISTER NOTICE BEFORE THE SURFACE TRANSPORTATION BOARD AB-1305 (Sub-No. 1) GREAT REDWOOD TRAIL AGENCY - ADVERSE ABANDONMENT - MENDOCINO RAILWAY IN MENDOCINO COUNTY, CA On (insert date application was filed with the Board), Great Redwood Trail Agency (“Applicant”) filed with the Surface Transportation Board (“Board”), Washington, D.C. 20423, an application seeking adverse abandonment of the authority of Mendocino Railway (“MR”) to operate over its a line of railroad extending between Milepost 0 at Fort Bragg and Milepost 40 in Willits, a total distance of approximately 40 miles in Mendocino County, California. The Line traverses through United States Postal Service ZIP Codes 95437 and 95490. There is no documentation in Applicant’s possession that indicates that the Line contains federally granted rights-of-way. Any documentation in the Applicant's possession will be made available promptly to those requesting it. The application can be viewed on the Board’s webpage, www.stb.gov, or a copy can be obtained from Applicant’s counsel, whose name and address appear below. The applicant's entire case for abandonment was filed with the application. The interest of railroad employees will be protected by Oregon Short Line Railroad- Abandonment Portion Goshen Branch Between Firth and Ammon, in Bingham & Bonneville Counties, ID, 360 I.C.C. 91 (1979). Page 107 of 551 2 Any interested person may file with the Board written comments concerning the proposed abandonment or protests (including the protestant's entire opposition case), within 45 days after the application is filed. All interested persons should be aware that following any abandonment of rail service and salvage of the Line, the Line may be suitable for other public use, including interim trail use. Any request for a public use condition under 49 U.S.C. 10905 (§ 1152.28 of the Board's rules) and any request for a trail use condition under 16 U.S.C. 1247(d) (§ 1152.29 of the Board's rules) must be filed within 45 days after the application is filed. Persons who may oppose the abandonment but who do not wish to participate fully in the process by appearing at any oral hearings or by submitting verified statements of witnesses, containing detailed evidence should file comments. Persons interested only in seeking public use or trail use conditions should also file comments. Persons opposing the proposed abandonment or discontinuance that do wish to participate actively and fully in the process should file a protest. In addition, a commenting party or protestant may provide: (i) Recommended provisions for protection of the interests of employees; (ii) A request for a public use condition under 49 U.S.C. 10905; and (iii) A statement pertaining to prospective use of the right-of-way for interim trail use and rail banking under 16 U.S.C. 1247(d) and § 1152.29. Parties seeking information concerning the filing of protests should refer to § 1152.25. Written comments and protests, including all requests for public use and trail use conditions, must indicate the proceeding designation STB No. AB-1305 (Sub-No. 1) and should Page 108 of 551 3 be filed with the Chief, Section of Administration, Office of Proceedings, Surface Transportation Board, 395 E Street, S.W., Washington, DC 20423-0001, no later than 45 days after the date Applicant files its application. Interested persons may file a written comment or protest with the Board to become a party to this abandonment proceeding. A copy of each written comment or protest shall be served upon the representative of the Applicant Daniel Elliott, GKG Law, 1055 Thomas Jefferson Street, NW, Washington, D.C. 20007, phone: (703) 863-9670; email: delliott@gkglaw.com. Every comment or protest shall be filed with the Board with a certificate of service. Except as otherwise set forth in part 1152, every document filed with the Board must be served on all parties to the abandonment proceeding. 49 CFR § 1104.12(a). Persons seeking further information concerning abandonment procedures may contact the Surface Transportation Board or refer to the full abandonment regulations at 49 CFR part 1152. Questions concerning environmental issues may be directed to the Board's Office of Environmental Analysis. An environmental assessment (EA) (or environmental impact statement (EIS), if necessary) prepared by the Office of Environmental Analysis will be served upon all parties of record and upon any agencies or other persons who commented during its preparation. Any other persons who would like to obtain a copy of the EA (or EIS) may contact the Office of Environmental Analysis. EAs in these abandonment proceedings normally will be made available within 33 days of the filing of the application. The deadline for submission of comments on the EA will generally be within 30 days of its service. The comments received will be addressed in the Board's decision. A supplemental EA or EIS may be issued where appropriate. Page 109 of 551 Great Redwood Trail Agency 419 Talmage Road, Suite M Ukiah, CA 95482 707-463-3280 February 28, 2023 Today the Great Redwood Trail Agency (GRTA) took the next step in building out the world class Great Redwood Trail in an application filed with the federal Surface Transportation Board. “The State of California was very clear in its mandate that we are to build the trail from Cloverdale to Humboldt Bay, and this is the next step in that process,” said GRTA Interim Executive Director Karyn Gear. In order to convert the broken-down railway to a trail, the GRTA is working through the process to railbank the line with the federal government. This officially preserves the corridor for all time and allows for the public trail to be built along the right of way. Due to a multitude of serious safety concerns, GRTA’s dilapidated rail line was closed by the federal government 25 years ago and has not seen a freight train since. Last year the GRTA filed to railbank 176 miles of the rail line from Willits to Humboldt Bay, and the Surface Transportation Board (STB) approved the application after soundly rejecting attempts by the Skunk tourist train and others to take over critical portions of the public right-of-way. Today, the GRTA began the process of railbanking the second segment of its line from Willits to Cloverdale, so it can begin trail planning for that 50-mile portion which will run adjacent to scenic vineyard lands, through local communities and along portions of the Russian River. These filings will allow the STB to make a determination on the status of the Skunk train, which has operated exclusively as a tourist excursion operation and not a freight line. Without ongoing freight operations, STB jurisdiction should terminate, along with the connection to the interstate rail system. This is a process that must be completed before the GRTA railbanking process can move forward. This “adverse abandonment” application seeks a finding that because the Skunk line does not conduct freight operations, and has been unable to run trains from Ft Bragg to Willits at all due to tunnel collapses on the line, their connection to the long embargoed and shuttered GRTA line is not required, paving the way for the full repurposing of the line to complete the Great Redwood Trail all the way from Humboldt Bay to Sonoma County. “The Skunk does a great job on their tourist train rides and rail-biking operation, and neither this filing nor railbanking the entire GRTA corridor will in any way prevent those activities from continuing. We hope that they will concur that railbanking is in the best interest of their company and the North Coast,” said GRTA Chair Caryl Hart. “The STB’s rulings to date have paved the way for the establishment of the Great Redwood Trail, and we are asking for its approval now so we can continue to plan and build out this incredible trail system.” Page 110 of 551 GRTA – 419 Talmage Road, Suite M, Ukiah, CA 95482 PH 707-463-3280 FAX 707-463-3283 The GRTA has already begun their master planning process for the trail and is holding public forums this spring to discuss all aspects of the trail. Information and meeting schedules can be viewed here: https://greatredwoodtrailplan.org/ Several segments of the Great Redwood Trail are already built and open to the public in cities like Eureka, Arcata, and Ukiah and are underway in Willits, along Humboldt Bay, and more. Outdoor recreation is booming in California and trails create broad economic opportunities and environmental benefits for their surrounding communities. The Great Redwood Trail was created by the state of California, through the efforts of Senate Majority Leader Mike McGuire, who represents the North Coast. A copy of the STB application is attached. Page 111 of 551 Page 1 of 3 Agenda Item No: 14.a. MEETING DATE/TIME: 3/1/2023 ITEM NO: 2023-2383 AGENDA SUMMARY REPORT SUBJECT: Adoption of Resolution Authorizing Submittal of an Application to the California Department of Housing and Community Development for Funding under the Prohousing Incentive Pilot Program; and if Selected, the Execution of a Standard Agreement, Any Amendments Thereto, and Any Related Documents Necessary to Participate in the Prohousing Incentive Pilot Program, as well as Authorization of the Corresponding Budget Amendments. DEPARTMENT: Community Development PREPARED BY: Jim Robbins, Housing and Grants Manager PRESENTER: Craig Schlatter, Community Development Director; Jim Robbins, Grants Manager ATTACHMENTS: 1. PIP Guidelines and NOFA 2. City of Ukiah PIP Resolution Summary: Council will consider the adoption of a resolution authorizing submittal of an application to the California Department of Housing and Community Development (HCD) for $455,000 in funding under the Prohousing Incentive Pilot Program; and if the City is selected for award, authorize the City Manager to execute the Standard Agreement, any amendments thereto, and any related documents; and authorize the corresponding budget amendments. Background: On August 17, 2022, Council unanimously adopted Resolution No. 2022-57, authorizing an application to and participation in the Prohousing Designation Program. The Prohousing Designation Program (PDP) is a program created through the 2019-2020 Budget Act by the State Legislature and implemented by the Department of Housing and Community Development (HCD) to create incentives for jurisdictions that are compliant with state housing element requirements and that have enacted Prohousing local policies. Being awarded a Prohousing designation by HCD enables such jurisdictions to receive additional points or other preference during the scoring of competitive applications for specified housing and infrastructure funding opportunities. The minimum score a jurisdiction must attain to be designated a Prohousing jurisdiction is 30, out of a total of 60 points. Staff submitted the City's Prohousing application on October 21, 2022, and for the last approximately three months the application has been under review by HCD. On December 15, 2022, HCD announced the release of a Notice of Funding Availability (NOFA) and final Guidelines (Attachment 1) for approximately $25.7 million for the Prohousing Incentive Pilot (PIP) Program. According to HCD, the PIP Program "is a new investment the state is making to reward jurisdictions at the forefront in addressing California's housing crisis" and "is designed to reward local governments with Prohousing Designation with additional funding to accelerate affordable housing production and preservation." Eligible activities include: i. The development of low- and moderate-income multifamily rental housing. ii. Affordable rental and ownership housing for individuals and households with incomes up to 120 percent of area median income. iii. Matching portions of funds placed into local or regional housing trust funds. iv. Matching portions of funds available through the Low- and Moderate-Income Housing Asset Fund. Page 112 of 551 Page 2 of 3 v. Capitalized reserves for services connected to the creation of new permanent supportive housing, including, but not limited to, developments funded through the Veterans Housing and Homelessness Prevention Bond Act of 2014. vi. Assisting persons who are experiencing or at risk of homelessness. vii. Accessibility modifications. viii. Efforts to acquire and rehabilitate foreclosed vacant homes. ix. Homeownership opportunities, including, but not limited to, down payment assistance x. Fiscal incentives or matching funds to local agencies that approve new housing for low- and moderate- income households. Funding under the PIP NOFA and Guidelines follows a formula based on the population size of the local jurisdiction and bonus points based on an eligible applicant’s Prohousing Designation application score, plus an additional $10,000 for each point of the score. For example, an applicant with a Prohousing Designation application score of 35 points will be eligible to receive up to a $350,000 bonus award in addition to the base award. The bonus award amount shall not exceed $500,000. As a jurisdiction with a population of less than 20,000, the City's base award is $75,000. On February 1, 2023, HCD informed Staff that the City had received a preliminary score of 38 points and was expected to qualify for a formal designation of being a Prohousing jurisdiction prior to the PIP application deadline of March 15, 2023. HCD staff encouraged the City to submit an application for PIP funding. Based on the preliminary score of 38 points, the maximum funding the City can apply for is $455,000. Discussion: In response to the 2023 PIP NOFA, Staff is recommending Council authorize an application in the amount of $455,000 for one or both of the following eligible activities: 1) Development of low- and moderate-income multifamily rental housing Implementation Program 2d of the City's 2019-2027 Housing Element directs the City to "pursue additional funding sources to augment the Ukiah Housing Trust Fund, creating a permanent source of funding for affordable housing." An award of PIP funding would provide additional revenue the City could use, under the umbrella of the UHTF, to facilitate the construction of low- and moderate-income (affordable) multifamily housing. 2) Affordable rental and ownership housing for individuals and households with incomes up to 120 percent of area median income (AMI) Staff have continually sought funding to facilitate housing opportunities for the "missing middle." Although 120 percent of AMI is at the lower end of this income group, PIP funding could provide the City with an additional incentive to encourage housing production. In addition to Implementation Program 2d, an award of funding from the PIP program would meet two broader- based goals within the City's 2019-2027 Housing Element. Policy 2-2 under Goal H-2 notes the City should “encourage the development of a variety of different types of housing” and Policy 5-3 under Goal H-5 encourages Staff to “assume a leadership role in the development of all types of housing in the community.” Staff recommends Council adopt the Resolution in Attachment 2 authorizing submittal of an application to HCD for $455,000 in funding under the Prohousing Incentive Pilot Program; and if the City is selected for award, authorize the City Manager to execute the standard agreement, any amendments thereto, and any related documents necessary; and authorize any corresponding budget amendments. Recommended Action: Adopt resolution authorizing submittal of an application from the City of Ukiah to HCD for $455,000 in funding under the Prohousing Incentive Pilot Program; and if the City is selected for award, authorize the City Manager to execute the standard agreement, any amendments thereto, and any related documents necessary; and authorize any corresponding budget amendments. BUDGET AMENDMENT REQUIRED: Yes, if awarded. CURRENT BUDGET AMOUNT: N/A Page 113 of 551 Page 3 of 3 PROPOSED BUDGET AMOUNT: $455,000 FINANCING SOURCE: HCD Prohousing Incentive Pilot Program PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: Craig Schlatter, Community Development Director DIVERSITY-EQUITY INITIATIVES (DEI): Goal 5 – Instill diversity, equity, and inclusion as essential core elements of policy-making, accountability, and delivery of City services. CLIMATE INITIATIVES (CI): Page 114 of 551 STATE OF CALIFORNIA - BUSINESS, CONSUMER SERVICES AND HOUSING AGENCY GAVIN NEWSOM, Governor DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT DIVISION OF HOUSING POLICY DEVELOPMENT 2020 W. El Camino Avenue, Suite 500 Sacramento, CA 95833 (916)263-2911 / FAX (916) 263-7453 www.hcd.ca.gov December 15, 2022 MEMORANDUM FOR: ALL POTENTIAL APPLICANTS FROM: MEGAN KIRKEBY, DEPUTY DIRECTOR DIVISION OF HOUSING POLICY DEVELOPMENT SUBJECT: NOTICE OF FUNDING AVAILABILITY AND FINAL GUIDELINES – PROHOUSING INCENTIVE PILOT PROGRAM The Department of Housing and Community Development is pleased to release the Notice of Funding Availability (NOFA) for the Prohousing Incentive Pilot (PIP) Program. The PIP Program complements the Prohousing Designation Program and is designed to encourage cities and counties to obtain a Prohousing Designation. At least $25,705,545.65 will be is available for the 2022 funding round. The PIP Program is funded through Chapter 364, Statutes of 2017 (SB 2, Atkins), which established the Building Homes and Jobs Trust Fund. Five percent of annual collections are deposited in a fund to be used for an incentive program. The PIP Program awards funds based on jurisdiction size and Prohousing Designation Program score (as codified in the California Code of Regulations Title 25 Housing and Community Development, Division 1, Chapter 6, Subchapter 6.6, Sections 6600 through 6607, Consecutive Prohousing Designation Program). In order to be eligible for grant funding, an applicant must submit a completed application by email to: prohousingincentive@hcd.ca.gov. Applications will be accepted as of the date of this NOFA through March 15, 2023. In order to remain eligible for an award, applicants must obtain Prohousing Designation by March 30, 2023. The Department encourages early applications. Program applications, forms and instructions are available on the Department’s PIP website. If you have questions regarding this NOFA, please email the Department at prohousingincentive@hcd.ca.gov. For future notifications, please use the Department’s email notification sign up at Subscribe (ca.gov). ATTACHMENT 1 Page 115 of 551 Prohousing Incentive Pilot Guidelines State of California Governor Gavin Newsom Lourdes Castro Ramírez, Secretary Business, Consumer Services and Housing Agency Gustavo Velasquez, Director California Department of Housing and Community Development Megan Kirkeby, Deputy Director Division of Housing Policy Development 2020 West El Camino, Suite 500 Sacramento, CA 95833 Website: https://www.hcd.ca.gov/grants-and-funding/programs-active/prohousing-incentive-program Email: ProhousingIncentive@hcd.ca.gov December 2022 Page 116 of 551 Contents Section 100: Introduction ........................................................................................................... 1 Section 200: Eligibility ................................................................................................................ 2 Section 201: Eligible Applicants ................................................................................................................ 2 Section 202: Threshold Requirements ...................................................................................................... 2 Section 300: Application Requirements ................................................................................... 3 Section 301: Application Content ............................................................................................................. 3 Section 302: Application Submittal ........................................................................................................... 4 Section 400: Application Review ............................................................................................... 4 Section 401: Scoring Criteria ..................................................................................................................... 4 Section 500: Eligible Award Calculation ................................................................................... 6 Section 600: Uses of Funds ....................................................................................................... 7 Section 700: Administration ...................................................................................................... 8 Section 800: Right to Modify or Suspend and Final Decision-making ................................ 13 Attachment A: Enabling Legislation ....................................................................................... 14 Attachment B: Required Resolution Template ...................................................................... 20 Attachment C: Definitions ........................................................................................................ 21 Attachment D: Geographic Distribution ................................................................................. 22 Page 117 of 551 1 Prohousing Incentive Pilot Program Section 100: Introduction The California Department of Housing and Community Development (the Department) is pleased to release program guidelines (Guidelines) for funding through the Prohousing Incentive Pilot Program (Program). The Prohousing Incentive Pilot Program is designed to encourage cities and counties to obtain Prohousing Designation. The Program is funded through Chapter 364, Statutes of 2017 (SB 2, Atkins), which established the Building Homes and Jobs Trust Fund (Fund). The Fund utilizes real estate transaction fees collected at a county level to establish a permanent source of funding. Five percent of annual collections are deposited in a fund to be used for an incentive program. The Program awards funds based on the Eligible Applicant’s Prohousing Designation Program score (as codified in the California Code of Regulations Title 25 Housing and Community Development, Division 1, Chapter 6, Subchapter 6.6, Sections 6600 through 6607, Consecutive Prohousing Designation Program). This round of program funding provides awards for Eligible Applicants to use towards planning and implementation activities related to housing and community development. The content and structure of future rounds of Program funding is subject to change at the Department’s sole discretion. Section 101: Scope and Authority These Guidelines are authorized pursuant to Chapter 2.5 of Health and Safety Code (Sections 50470 to 50475). The Guidelines implement, interpret, and make specific provisions for purposes of implementing an incentive program pursuant to Health and Safety Code section 50470, subdivision (b)(2)(C)(i), (hereinafter “Prohousing Incentive Pilot Program” or “PIP”). The Guidelines provide the Department’s plan for the expenditure of PIP funds and the administration of the PIP program. As such, these Guidelines establish terms, conditions, forms, procedures, and other mechanisms as the Department deems necessary to exercise the powers and perform the duties conferred by Chapter 2.5. The matters set forth herein are regulatory mandates, and are adopted in accordance with the authorities set forth below: Section 50470 (d) of the Health and Safety Code states “In consultation with stakeholders, the department may adopt guidelines to implement this section, including to determine allocation methodologies. Any guideline, rule, policy, or standard of Page 118 of 551 2 general application employed by the department in implementing this chapter shall not be subject to the requirements of the Administrative Procedures Act.” Quasi-legislative regulations … have the dignity of statutes … [and]… delegation of legislative authority includes the power to elaborate the meaning of key statutory terms… Ramirez v. Yosemite Water Co., 20 Cal. 4th 785, 800 (1999) The Department reserves the right, at its sole discretion, to suspend or amend the provisions of these Guidelines, including, but not limited to, grant award amounts. Section 200: Eligibility Section 201: Eligible Applicants (A) Eligible Applicants are limited to cities, counties, and cities and counties. (B) Only Eligible Applicants may submit an application. (C) Eligible Applicants may partner through legally binding agreements with other forms of governments or entities. This includes, but is not limited to, partnerships with other localities, regional governments, housing authorities, school districts, special districts, community-based organizations, Tribal Entities or any duly constituted governing body of an Indian Reservation or Rancheria. (D) Eligible Applicants in partnerships may determine the amount of incentive payments between Eligible Applicants participating in the partnership in consultation with the Department. (E) Eligible Applicants forming partnerships must submit separate, completed and signed application packages, including resolutions and a copy of the signed agreement between partners to the Department in order to be awarded funds. Section 202: Threshold Requirements Eligible Applicants must meet all of the following threshold requirements for participation in the Program: (A) An adopted housing element in substantial compliance, as determined by the Department, pursuant to Housing Element Law (Article 10.6 of Gov. Code) in accordance with Government Code section 65585, subdivision (h). 1. Applicants not meeting housing element requirements may be considered to meet this threshold requirement at the discretion of the Department on Page 119 of 551 3 a case-by-case basis. Criteria for consideration include but are not limited to significant progress in meeting housing element requirements (e.g., a draft found to meet statute, rezoning near completion), proposing activities to meet housing element requirements (e.g., rezoning to accommodate housing needs pursuant to Gov. Code Section 65583(c)(1)) and adoption of a compliant element prior to the award of funds. (B) Housing Element Annual Progress Report submittal pursuant to Government Code Section 65400 for the current or prior year, as applicable. (C) Prohousing Designation: A completed Prohousing Designation Application (per the regulations codified in the California Code of Regulations Title 25 Housing and Community Development, Division 1, Chapter 6, Subchapter 6.6, Sections 6600 through 6607, Consecutive Prohousing Designation Program), with an authorizing resolution, must be submitted prior to or in conjunction with the Applicant’s PIP Application. PIP Awards cannot be made until Prohousing Designation is obtained, as determined by the Department. (D) A complete application as determined by the Department. (E) An authorizing resolution authorizing submittal of the application to the Program that materially comports with the Program’s requirements and is legally sufficient as determined in the Department’s reasonable discretion, including an authorized representative. See Attachment B for required resolution format. (F) Compliance with state and federal housing laws as determined by the sole discretion of HCD. (G) Demonstration of meeting threshold criteria shall be determined by the Department in its sole and absolute discretion. No documentation of meeting threshold requirements is required in the application unless requested by the Department. Section 300: Application Requirements Section 301: Application Content (A) Eligible Applicants may request an allocation of funds by submitting a complete application to the Department. (B) Application must utilize the forms and manner prescribed in the Department’s application. Page 120 of 551 4 (C) The application can be found on the Department’s website at https://www.hcd.ca.gov/grants-and-funding/programs-active/prohousing- incentive-program. (D) The Department may request additional information and documentation as appropriate. (E) The Department may consult with and gather relevant information from any individual, entity, or public agency. Section 302: Application Submittal (A) An applicant must submit a completed, signed original application in electronic form. (B) The Department encourages early applications and will accept applications up to the date and time noted on the cover letter of the Notice of Funding Availability (NOFA). (C) All applications must be submitted by email to: ProhousingIncentive@hcd.ca.gov. Section 400: Application Review Section 401: Application Process (A) Applications will be reviewed for completeness, eligibility, and for meeting threshold requirements. (B) Eligible Applicants will have until the date specified in the NOFA to obtain Prohousing Designation. After the specified date, HCD will rank applicants that met threshold requirements according to their Prohousing Designation score, as determined by the Department. (C) Ranked applications will be sorted by geographic category, as described in Section 404 of these Guidelines. Section 402: Base Award and Bonus Award Calculation (A) Eligible Applicants will receive a base award according to population size (see Section 500). In addition, applicants may receive a bonus award up to $500,000. (B) For the purpose of calculating the bonus award, an Eligible Applicant’s Prohousing Designation score will be multiplied by 10,000. For example, an Eligible Applicant with a Prohousing Designation score of 35 points will be Page 121 of 551 5 eligible to receive up to a $350,000 bonus award in addition to the base award. The bonus award amount shall not exceed $500,000. Section 403: Scoring – Tie Breaker (A) Eligible Applicants that submit complete applications that meet threshold requirements will be awarded in ranking order until funding is depleted. (B) In the event of a tie (i.e. two or more applicants have the same score), the Eligible Applicant with the smaller population size will receive funding priority. Section 404: Geographic Categories (A) Ranked applications will be considered for awards according to six geographic categories, as follows: 1. Southern California: Imperial, Los Angeles, Orange, Riverside, San Bernardino, Ventura, and San Diego 2. Bay Area: Alameda, Contra Costa, Marin, Napa, San Mateo, Santa Clara, Solano, Sonoma, San Francisco 3. San Joaquin Valley: Fresno, Kern, Kings, Madera, Merced, San Joaquin, Stanislaus, Tulare 4. Sacramento Area: Amador, El Dorado, Placer, Sacramento, Sutter, Yolo, Yuba 5. Central Coast: Monterey, San Benito, San Luis Obispo, Santa Barbara, Santa Cruz 6. North State and Sierra Nevada: Alpine, Butte, Calaveras, Colusa, Del Norte, Glenn, Humboldt, Inyo, Lake, Lassen, Mariposa, Mendocino, Modoc, Mono, Nevada, Plumas, Shasta, Sierra, Siskiyou, Tehama, Trinity, Tuolumne (B) Funds are made available to each geographic category based upon the percentage of 2030 population projections, as determined by the Department of Finance (Attachment D). (C) The total proportion of available funds in geographic categories will not exceed 75 percent of the total amount of the NOFA. (D) Awards will be funded from each geographic category’s total available funding amount until the funds for that category are depleted. If Eligible Applicants’ Page 122 of 551 6 awards exceed the funding available to a geographic category, applicants may qualify to fulfill their eligible award from the 25% residual set-aside in ranking order. 1. In the event of funds being depleted such that a partial award is indicated, the residual set-aside may be utilized to enhance the award at the discretion of the Department. (E) If both an Eligible Applicant’s geographic category and the residual set-aside have been depleted, that Eligible Applicant may be eligible for remaining funds at the sole discretion of the Department. Remaining funds will come from unutilized money from geographic categories only after applicants located in those geographic categories have been awarded. (F) When all funds have been depleted, the final Eligible Applicant in the ranking will only be eligible for the award amount that remains in the coffer. Applicants in this position may opt to pull their PIP Application until additional funds are made available to fulfill their eligible award amount in potential future funding rounds. Section 500: Eligible Award Calculation (A) This program will make funding available to jurisdictions as Prohousing Incentive grants as determined by the NOFA. (B) Maximum total award amounts will be no greater than $5,000,000 per Eligible Applicant. Total potential award amounts are determined by adding an Eligible Applicant’s base award amount with an Eligible Applicant’s bonus award amount, as established by the criteria described in section 402. (C) Base award amounts are based on population estimates as of January 1, 2021 1. The maximum amount that a jurisdiction may receive pursuant to this subdivision shall be as follows 2: 1 Population estimates, as of January 1, 2021, are based on the Department of Finance E-1 report: https://dof.ca.gov/Forecasting/Demographics/estimates-e1/ 2 Maximum and minimum award amounts may be adjusted by the Department based on demand for the Program. Page 123 of 551 7 Jurisdiction Size (in Population) Base Award Amount 750,000 or greater $4,500,000 300,000 to 749,999 $2,000,000 100,000 to 299,999 $1,150,000 50,000 to 99,999 $500,000 20,000 to 49,999 $250,000 Less than 20,000 $75,000 (D) Eligible applicants in partnerships with other cities or counties, as allowed by section 201(C) of these Guidelines, may qualify for up to the sum of individual applicant base award amounts. For example, two jurisdictions between 50,000 and 99,999 people could submit a proposal for up to $1,000,000 in base awards. Section 600: Uses of Funds Section 601: Eligible Uses (A) Eligible Applicants must use award funds towards any planning or implementation activities related to housing and community development including: 1. Any eligible uses pursuant to Health and Safety Code section 50470(b)(2)(D): i. The predevelopment, development, acquisition, rehabilitation, and preservation of multifamily, residential live-work, rental housing that is affordable to extremely low-, very low-, low-, and moderate- income households, including necessary operating subsidies. ii. Affordable rental and ownership housing that meets the needs of a growing workforce earning up to 120 percent of area median income, or 150 percent of area median income in high-cost areas. iii. Matching portions of funds placed into local or regional housing trust funds. Page 124 of 551 8 iv. Matching portions of funds available through the Low- and Moderate-Income Housing Asset Fund pursuant to subdivision (d) of Section 34176 of the Health and Safety Code. v. Capitalized reserves for services connected to the creation of new permanent supportive housing, including, but not limited to, developments funded through the Veterans Housing and Homelessness Prevention Bond Act of 2014. vi. Assisting persons who are experiencing or at risk of homelessness, including providing rapid rehousing, rental assistance, navigation centers, emergency shelters, and the new construction, rehabilitation, and preservation of permanent and transitional housing. vii. Accessibility modifications. viii. Efforts to acquire and rehabilitate foreclosed or vacant homes. ix. Homeownership opportunities, including, but not limited to, down payment assistance. x. Fiscal incentives or matching funds to local agencies that approve new housing for extremely low, very low, low-, and moderate- income households. Section 700: Administration Section 701: Fiscal Administration (A) Grant Execution and Term a. The Department will notify the grantee if they have been selected for a grant award; i. After the Standard Agreement has been drawn, the grantee will be provided instructions for signing all required documents. The grantee must submit all supporting materials and a signed Standard Agreement within the timeline provided in the instructions, or risk forfeiting the grant award; ii. The grant term begins on the day the Department and the grantee have fully executed the Standard Agreement. The Department will notify the grantee and partners when work Page 125 of 551 9 may proceed under the agreement. However, eligible activities that are approved by the Department may be retroactively reimbursed to the date of the Guidelines; and iii. The end of the grant term will be determined by the state based on the availability of grant funds and the administrative requirements for liquidation. (B) Payment and Accounting of Grant Funds a. Grant funds cannot be disbursed until the Standard Agreement has been fully executed. b. The grantee will be responsible for compiling and submitting all invoices and reporting documents. Grantees will submit for reimbursements to the Department based on actual cost incurred. c. The grantee must bill the state based on clear deliverables outlined in the Standard Agreement or budget timeline. Only approved and eligible costs incurred for work after the award date, and completed and processed prior to the expenditure deadline, will be reimbursable. Approved and eligible costs incurred prior to the NOFA date are ineligible. d. Work must be completed prior to requesting reimbursement. e. Grant fund payment will be made on a reimbursement basis. Project invoices will be submitted to the Department by the grantee on a quarterly basis or, if earlier, upon completion of deliverables. f. In unusual circumstances, the Department may consider alternative arrangements (e.g., advance payments) to reimbursement and payment methods based on documentation demonstrating cost burdens, including the inability to pay for work. g. Supporting documentation may include, but is not limited to, receipts, progress payments, subcontractor invoices, timecards or any other documentation as deemed necessary by the Department. h. Invoices must be accompanied by reporting materials where appropriate. Invoices without the appropriate reporting materials will not be paid. i. The Department recognizes that budgeted deliverable amounts are based upon estimates. Eligible Applicants may request, in writing, a budget adjustment across deliverables subject to written approval by Page 126 of 551 10 the Department, as long as the total budget does not exceed the maximum amount awarded to the Eligible Applicant. j. The Department may withhold 10 percent of the grant until grant terms have been fulfilled. k. Each recipient of funds under the Program shall expend those funds no later than June 30, 2025. Final invoices shall be submitted to the Department 3 months prior to the expenditure deadline. Section 702: Accounting Records, Audits, Remedies of Non-performance, and Reporting (A) Accounting Records a. The Eligible Applicant, its staff, contractors, and subcontractors shall establish and maintain an accounting system and reports that properly accumulate incurred project costs by line. The accounting system shall conform to Generally Accepted Accounting Principles (GAAP), enable the determination of incurred costs at interim points of completion, and provide support for payment vouchers and invoices. b. The Eligible Applicant must establish a separate ledger account for receipts and expenditures of grant funds and maintain expenditure details in accordance with the scope of work, project timeline and budget. Separate bank accounts are not required. c. The Eligible Applicant shall maintain documentation of its normal procurement policy and competitive bid process (including the use of sole source purchasing), and financial records of expenditures incurred during the project in accordance with GAAP. d. The Eligible Applicant agrees that the state or designated representative shall have the right to review and to copy any records and supporting documentation pertaining to the performance of the Standard Agreement. e. Subcontractors employed by the Eligible Applicant and paid with moneys under the terms of this Standard Agreement shall be responsible for maintaining accounting records as specified above. (B) Audits a. At any time during the term of the Standard Agreement, the Department may perform or cause to be performed a financial audit of all phases of the award. At the Department’s request, the grantee Page 127 of 551 11 shall provide, at its own expense, a financial audit prepared by a certified public accountant. The State of California has the right to review project documents and conduct audits during and over the project life. b. The grantee agrees that the Department or the Department’s designee shall have the right to review, obtain, and copy all records and supporting documentation pertaining to performance of this Agreement. c. The grantee agrees to provide the Department or the Department’s designee, with any relevant information requested. d. The grantee agrees to permit the Department or the Department’s designee access to its premises, upon reasonable notice, during normal business hours for the purpose of interviewing employees who might reasonably have information related to such records and inspecting and copying such books, records, accounts, and other material that may be relevant to a matter under investigation for the purpose of determining compliance with statutes, Program Guidelines, and the Standard Agreement. e. If a financial audit is required by the Department, the audit shall be performed by an independent certified public accountant. Selection of an independent audit firm shall be consistent with procurement standards contained in Exhibit D, Section 8 subsection A of the Standard Agreement. f. The grantee shall notify the Department of the auditor’s name and address immediately after the selection has been made. The contract for the audit shall allow access by the Department to the independent auditor’s working papers. g. The grantee is responsible for the completion of audits and all costs of preparing audits. h. If there are audit findings, the grantee must submit a detailed response acceptable to the Department for each audit finding within 90 days from the date of the audit finding report. i. The grantee agrees to maintain such records for possible audit after the final payment pursuant to Section 112, Part 2 of these Guidelines and Exhibit D, Section 3, subsection E of the Standard Agreement, unless a longer period of records retention is stipulated. j. If any litigation, claim, negotiation, audit, monitoring, inspection or other action has been started before the expiration of the required record retention period, all records must be retained by the grantee, contractors Page 128 of 551 12 and sub-contractors until completion of the action and resolution of all issues which arise from it. The grantee shall include in any contract that it enters into in an amount exceeding $10,000, the Department’s right to audit the contractor’s records and interview their employees. k. The grantee shall comply with the caveats and be aware of the penalties for violation of fraud and for obstruction of investigation as set forth in California Public Contracts Code Section 10115.10. l. The grantee shall retain all books and records relevant to this Agreement for a minimum of three (3) years after the end of the term of this Agreement. Records relating to any and all audits or litigation relevant to this Agreement shall be retained for five years after the conclusion or resolution of the matter. (C) Remedies of Non-performance a. In the event that it is determined, at the sole discretion of the Department, that the grantee is not meeting the terms and conditions of the Standard Agreement, the grantee shall cease all work under the Standard Agreement immediately upon receiving a written notice from the Department. The Department has the sole discretion to determine that the grantee meets the terms and conditions after a stop work order, and to deliver a written notice to the grantee to resume work under the Standard Agreement. b. Both the grantee and the Department have the right to terminate the Standard Agreement at any time upon 30 days written notice. The notice shall specify the reason for early termination and may permit the grantee or the Department to rectify any deficiency(ies) prior to the early termination date. The grantee will submit any requested documents to the Department within 30 days of the early termination notice. c. At any time, if the Department finds the applicant falsely proposed information in the application or as part of the application review, including documentation related to incentive payments (e.g., affordability, enhancements), the Department may require the repayment of funds. d. The Department may, as it deems appropriate or necessary, require the repayment of funds from a grantee, or pursue any other remedies available to it by law for failure to comply with Program requirements (Health and Safety Code section 50515.04(e). (D) Reporting Page 129 of 551 13 a. At any time during the term of the Standard Agreement, the Department may request a performance report that demonstrates satisfaction of all requirements identified in the Standard Agreement with emphasis on eligible activities, eligible uses, ineligible uses, and expenditures, according to timelines and budgets referenced in the Standard Agreement. b. Grantees shall submit a report, in the form and manner prescribed by the Department, by April 1 of the year following the receipt of funds, and annually thereafter until funds are expended. c. The Department may request additional information, as needed. d. Upon completion of all deliverables within the Standard Agreement and prior to processing final invoicing, the awardee shall submit a close out report. Section 800: Right to Modify or Suspend and Final Decision- making The Department reserves the right, at its sole discretion, to suspend, amend, or modify the provisions of these Guidelines at any time, including, without limitation, the amount of funds available hereunder. If such an action occurs, the Department will notify all interested parties and will post the revisions to the Department’s website. You may subscribe to the Department’s email list here: http://www.hcd.ca.gov/HCD_SSI/subscribe-form.html. The Department’s decision to approve or deny an application or request for funding pursuant to the Program, and its determination of the amount of funding to be provided, shall be final. Page 130 of 551 14 Attachment A: Enabling Legislation Building Homes and Jobs Act Chapter 2.5 of the Health and Safety Code (Sections 50470 – 50475) (Chapter 364, Statutes of 2017) Health and Safety Code 50470. (a) (1) There is hereby created in the State Treasury the Building Homes and Jobs Trust Fund. All interest or other increments resulting from the investment of moneys in the fund shall be deposited in the fund, notwithstanding Section 16305.7 of the Government Code. (2) Moneys in the Building Homes and Jobs Trust Fund shall not be subject to transfer to any other fund pursuant to any provision of Part 2 (commencing with Section 16300) of Division 4 of Title 2 of the Government Code, except to the Surplus Money Investment Fund. (b) Moneys in the Building Homes and Jobs Trust Fund shall be appropriated either through the annual Budget Act, or as provided in this subdivision, in accordance with the following: (1) Moneys collected on and after January 1, 2018, and until December 31, 2018, shall, upon appropriation by the Legislature, be allocated as follows: (A) Fifty percent of deposits into the fund shall be made available for local governments to update planning documents and zoning ordinances in order to streamline housing production, including, but not limited to, general plans, community plans, specific plans, sustainable communities strategies, and local coastal programs. Eligible uses also include new environmental analyses that eliminate the need for project-specific review and local process updates that improve and expedite local permitting. (i) Five percent of the funds specified by this subparagraph shall be available for technical assistance to jurisdictions updating specified planning documents. Technical assistance shall be provided by the department and the Governor’s Office of Planning and Research. (ii) The funds to be allocated pursuant to this subparagraph shall be held by the department until a local government submits a request for use. The request shall include a description of the proposed use of the funds in the interest of accelerating housing production. The proposed use of these funds shall be included in the local government’s funding plan and annual reports pursuant to subclauses (II) and (III) of clause (ii) of subparagraph (B) of paragraph (2). Each recipient of funds under the program shall encumber the funds by December 31, 2020, and shall expend those funds no later than December 31, 2023. Any of these funds not allocated by the department within the first two years that those funds are available shall be made available by the department for the Multifamily Housing Program (Chapter 6.7 (commencing with Section 50675)). (B) Fifty percent of deposits into the fund shall be made available to the department to assist persons experiencing or at risk of homelessness, Page 131 of 551 15 including, but not limited to, providing rapid rehousing, rental assistance, navigation centers, and the new construction, rehabilitation, and preservation of permanent and transitional rental housing. (C) The department shall ensure geographic equity in the distribution and expenditure of funds allocated pursuant to this paragraph. (2) Moneys collected on and after January 1, 2019, shall be allocated as follows: (A) Twenty percent of all moneys in the fund shall, upon appropriation by the Legislature, be expended for affordable owner-occupied workforce housing. (B) (i) Seventy percent of moneys deposited in the fund shall, upon appropriation by the Legislature, be made available to local governments as follows: (I) Ninety percent of the moneys specified in this subparagraph shall be allocated based on the formula specified in Section 5306 of Title 42 of the United States Code, in accordance with the distribution of funds pursuant to that formula for the federal Fiscal Year 2017, except that the portion allocated to nonentitlement areas pursuant to that section shall be distributed through a competitive grant program, administered by the department, as follows: (ia) The department shall award priority points to a county that has a population of 200,000 or less within the unincorporated areas of the county, to a local government that did not receive an award based on the formula specified in Section 5306 of Title 42 of the United States Code in 2016, and to a local government that pledges to use the money awarded pursuant to a competitive grant under this subclause to assist persons experiencing or at risk of homelessness, including, but not limited to, providing rapid rehousing, rental assistance, navigation centers, and the new construction, rehabilitation, and preservation of permanent and transitional rental housing. (ib) Moneys awarded to a local government pursuant to the competitive grant program shall be used for the purposes specified in subparagraph (D). (II) The remaining 10 percent of the moneys specified in this subparagraph shall be allocated equitably among local jurisdictions that are nonentitlement areas pursuant to the formula specified in Section 5306 of Title 42 of the United States Code for federal Fiscal Year 2017. (ii) To receive moneys pursuant to this subparagraph, local governments shall document minimum standards including the following: Page 132 of 551 16 (I) Submit a plan to the department detailing the manner in which allocated funds will be used by the local government in a manner consistent with this paragraph and to meet the local government’s unmet share of the regional housing needs allocation. (II) Have a compliant housing element with the state and submit a current annual report pursuant to Section 65400 of the Government Code. (III) Submit an annual report to the department that provides ongoing tracking of the uses and expenditures of any allocated funds. (IV) Funds may be expended for the uses listed in subparagraph (D). Two or more local governments that receive an allocation pursuant to this subparagraph may expend those moneys on a joint project that is an authorized use under subparagraph (D). (V) Prioritize investments that increase the supply of housing to households that are at or below 60 percent of area median income, adjusted for household size. (VI) If a local government does not have a documented plan to expend the moneys allocated to it pursuant to this subparagraph within five years of that allocation, those moneys shall be exempt from the allocation requirements in this paragraph and shall revert to, and be paid and deposited in, the Housing Rehabilitation Loan Fund established pursuant to Section 50661 to be used for the Multifamily Housing Program (Chapter 6.7 (commencing with Section 50675)) or for technical assistance for local governments. (VII) A local government may petition the department to return any moneys allocated to it pursuant to this subparagraph. Any moneys returned pursuant to this clause shall be used for the Multifamily Housing Program (Chapter 6.7 (commencing with Section 50675)). (C) Thirty percent of moneys deposited in the fund shall be made available to the department for use as follows: (i) Five percent of the moneys deposited in the fund shall, upon appropriation by the Legislature, be used for state incentive programs, including loans and grants administered by the department. If the department receives insufficient funding applications for incentive programs financed pursuant to this clause, the department shall make those funds available for the Multifamily Housing Program (Chapter 6.7 (commencing with Section 50675)). (ii) (I) Subject to subclause (II), 10 percent of the moneys deposited in the fund shall, upon appropriation by the Legislature, be used to address affordable homeownership Page 133 of 551 17 and rental housing opportunities for agricultural workers and their families. (II) On and after January 1, 2020, housing funded pursuant to this clause shall not be rented, sold, or subleased to an agricultural employer, as defined in Section 1140.4 of the Labor Code, or its agent, or a farm labor contractor, as defined in Section 1682 of the Labor Code, or its agent, who employs at least one H-2A worker, as defined in Section 50205, until the expiration of the regulatory agreement or affordability covenant, as applicable. A person or entity who receives funds made available pursuant to this clause on or after January 1, 2020, and expends any of those funds for the purpose of funding predevelopment of, developing, or operating any housing that is rented, sold, or subleased to an agricultural employer, as defined in Section 1140.4 of the Labor Code, or its agent, or a farm labor contractor, as defined in Section 1682 of the Labor Code, or its agent, and who employs at least one H-2A worker, as defined in Section 50205, until the expiration of the regulatory agreement or affordability covenant, as applicable, shall reimburse the department or other state agency that provided those funds, as provided in paragraph (2) of subdivision (b) of Section 50205. This subclause shall not apply to any contract entered into or any financial assistance provided pursuant to this clause prior to January 1, 2020. (III) A person or entity who receives funds made available pursuant to this section on and after January 1, 2020, and expends any of those funds for the purpose of funding predevelopment of, developing, or operating any housing shall submit a declaration to the department declaring the following: (ia) (Ia) The person or entity is not an agricultural employer, as defined in Section 1140.4 of the Labor Code, or its agent, or a farm labor contractor, as defined in Section 1682 of the Labor Code, or its agent, who employs at least one H-2A worker, as defined in Section 50205. (Ib) The person or entity will not rent, sell, or sublease any housing funded pursuant to this chapter to an agricultural employer, as defined in Section 1140.4 of the Labor Code, or its agent, or a farm labor contractor, as defined in Section 1682 of the Labor Code, or its agent, who employs at least one H-2A worker, as defined in Section 50205, until the expiration of Page 134 of 551 18 the regulatory agreement or affordability covenant, as applicable. (ib) The declaration described in sub-subclause (ia) can be met through the inclusion in a regulatory agreement or affordability covenant, as applicable, with the department that is signed by the person or entity receiving funds pursuant to this chapter. (iii) Fifteen percent of the moneys deposited in the fund shall, notwithstanding any other provision of this section or Section 13340 of the Government Code, be continuously appropriated to the California Housing Finance Agency for the purpose of creating mixed income multifamily residential housing for lower to moderate- income households pursuant to Chapter 6.7 (commencing with Section 51325) of Part 3. (D) The moneys in the fund allocated to local governments may be expended for the following purposes: (i) The predevelopment, development, acquisition, rehabilitation, and preservation of multifamily, residential live-work, rental housing that is affordable to extremely low, very low, low-, and moderate- income households, including necessary operating subsidies. (ii) Affordable rental and ownership housing that meets the needs of a growing workforce earning up to 120 percent of area median income, or 150 percent of area median income in high-cost areas. (iii) Matching portions of funds placed into local or regional housing trust funds. (iv) Matching portions of funds available through the Low and Moderate Income Housing Asset Fund pursuant to subdivision (d) of Section 34176 of the Health and Safety Code. (v) Capitalized reserves for services connected to the creation of new permanent supportive housing, including, but not limited to, developments funded through the Veterans Housing and Homelessness Prevention Bond Act of 2014. (vi) Assisting persons who are experiencing or at risk of homelessness, including providing rapid rehousing, rental assistance, navigation centers, emergency shelters, and the new construction, rehabilitation, and preservation of permanent and transitional housing. (vii) Accessibility modifications. (viii) Efforts to acquire and rehabilitate foreclosed or vacant homes. (ix) Homeownership opportunities, including, but not limited to, downpayment assistance. (x) Fiscal incentives or matching funds to local agencies that approve new housing for extremely low, very low, low-, and moderate-income households. (3) A state or local entity that receives an appropriation or allocation pursuant to this chapter shall use no more than 5 percent of that appropriation or allocation Page 135 of 551 19 for costs related to the administration of the housing program for which the appropriation or allocation was made. (c) Both of the following shall be paid and deposited in the fund: (1) Any moneys appropriated and made available by the Legislature for purposes of the fund. (2) Any other moneys that may be made available to the department for the purposes of the fund from any other source or sources. (d) In consultation with stakeholders, the department may adopt guidelines to implement this section, including to determine allocation methodologies. Any guideline, rule, policy, or standard of general application employed by the department in implementing this chapter shall not be subject to the requirements of the Administrative Procedure Act (Chapter 3.5 (commencing with Section 11340) of Part 1 of Division 3 of Title 2 of the Government Code). Page 136 of 551 20 Attachment B: Required Resolution Template RESOLUTION NO. [insert resolution number] A RESOLUTION OF THE [INSERT EITHER “CITY COUNCIL” OR “COUNTY BOARD OF SUPERVISORS”] OF [INSERT THE NAME OF THE CITY OR COUNTY] AUTHORIZING APPLICATION FOR, AND RECEIPT OF, Prohousing Incentive Pilot Program funds. WHEREAS, pursuant to Health and Safety Code 50470 et. Seq, the Department of Housing and Community Development (Department) is authorized to issue Guidelines as part of an incentive program (hereinafter referred to by the Department as the Prohousing Incentive Pilot Program or “PIP”); and WHEREAS, the [insert either “City Council” or “County Board of Supervisors”] of [insert the name of the City or County] desires to submit a PIP grant application package (“Application”), on the forms provided by the Department, for approval of grant funding for eligible activities toward planning and implementation activities related to housing and community development as a result of meeting eligibility criteria including but not limited to Prohousing Designation; and WHEREAS, the Department has issued Guidelines and Application on XXXXXXXXXXXXX in the amount of $xxxxxxxx for PIP; Now, therefore, the [insert either “City Council” or “County Board of Supervisors”] of [insert the name of the city or county] (“Applicant”) resolves as follows: SECTION 1. The [insert the authorized designee’s TITLE ONLY] is hereby authorized and directed to submit an Application to the Department in response to the NOFA, and to apply for the PIP grant funds in a total amount not to exceed $__________; SECTION 2. In connection with the PIP grant, if the Application is approved by the Department, the [insert the authorized designee’s TITLE ONLY] of the [insert the name of the City or County] is authorized and directed to enter into, execute, and deliver on behalf of the Applicant, a State of California Agreement (Standard Agreement) for the amount of [$ enter the dollar amount of the Applicant’s request], and any and all other documents required or deemed necessary or appropriate to evidence and secure the PIP grant, the Applicant’s obligations related thereto, and all amendments thereto; and SECTION 3. The Applicant shall be subject to the terms and conditions as specified in the Guidelines, and the Standard Agreement provided by the Department after approval. The Application and any and all accompanying documents are incorporated in full as part of the Standard Agreement. Any and all activities funded, information provided, and timelines represented in the Application will be enforceable through the fully executed Standard Agreement. Pursuant to the Guidelines and in conjunction with the terms of the Standard Agreement, the Applicant hereby agrees to use the funds for eligible uses and allowable expenditures in the manner presented and specifically identified in the approved Application. ADOPTED ON [insert the date of adoption], by the [insert either “City Council” or “County Board of Supervisors”] of [insert the name of the City or County] by the following vote count: AYES: NAYS: ABSENT: ABSTAIN: ATTEST: APPROVED AS TO FORM: [Signature of Attesting Officer] ___________________________________________APPROVED [Signature of approval] Page 137 of 551 21 Attachment C: Definitions Capitalized terms shall have the meanings set forth below: A. Department” means the California Department of Housing and Community Development. B. “Designated Program Year” means the designated time period as indicated in the Notice of Funding Availability (“NOFA”) issued by the Department for each funding round. C. “Eligible Applicant” means a city, county, or city and county that is in compliance with applicable housing laws as described in section 203 herein. D. “Extremely Low-Income Households” has the meaning set forth in Health and Safety Code Section 50106. E. “Low-Income Households” has the meaning set forth for lower-income households in Health and Safety Code Section 50079.5. F. “Preserved” means units preserved at affordable housing costs to lower-income households by acquisition of the units or the purchase of affordability covenants and restrictions as described in paragraph (2) of subdivision (c) of Section 65583.1 of the Government Code, except that the city, county, or city and county may have committed assistance at any time during the projection period. G. “Program” means the Prohousing Incentive Program implemented by these Guidelines. H. “Prohousing Designation” means the Eligible Applicant has fulfilled the criteria codified at CCR Title 25 HCD Div. 1, Chapter 6, Subchapter 6.6, Sections 6600 through 6607, consecutive prohousing-regulation-text.pdf (ca.gov). I. “Prohousing Designation Score” means the number of points allocated to a jurisdiction as part of the Prohousing Designation Program for the purpose of determining whether the jurisdiction receives designation, per the regulations codified in the California Code of Regulations Title 25 Housing and Community Development, Division 1, Chapter 6, Subchapter 6.6, Sections 6600 through 6607, Consecutive Prohousing Designation Program. J. “Substantially Rehabilitated” means units at imminent risk of loss to the housing stock which are substantially rehabilitated and therefore represent a net increase in the community’s affordable housing stock as described in paragraph (2) of subdivision (c) of Section 65583.1 of the Government Code, except that the city, county, or city and county may have committed assistance at any time during the projection period. K. “Very Low-Income Households” has the meaning set forth in Health and Safety Code Section 5015. Page 138 of 551 22 Attachment D: Geographic Distribution Geographic Region 2030 Population Projection Percent of 2030 State Population Percent of Overall Funds Available to Applicants in Region Southern California: Imperial, Los Angeles, Orange, Riverside, San Bernardino, San Diego and Ventura 23,251,836 55.6% 41.7% Bay Area: Alameda, Contra Costa, Marin, Napa, San Francisco, San Mateo, Santa Clara, Solano, Sonoma 8,272,525 19.8% 14.9% San Joaquin Valley: Fresno, Kern, Kings, Madera, Merced, San Joaquin, Stanislaus, Tulare 4,750,970 11.3% 8.5% Sacramento Area: Amador, El Dorado, Placer, Sacramento, Sutter, Yolo, Yuba 2,801,031 6.7% 5% Central Coast: Monterey, San Benito, San Luis Obispo, Santa Barbara, Santa Cruz 1,569,595 3.7% 2.8% North State and Sierra Nevada: Alpine, Butte, Calaveras, Colusa, Del Norte, Glenn, Humboldt, Inyo, Lake, Lassen, Mariposa, Mendocino, Modoc, Mono, Nevada, Plumas, Shasta, Sierra, Siskiyou, Tehama, Trinity, Tuolumne 1,214,592 2.9% 2.2% Totals 41,860,549 100% 75% Page 139 of 551 RESOLUTION NO. 2023-__ A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF UKIAH AUTHORIZING APPLICATION FOR, AND RECEIPT OF, PROHOUSING INCENTIVE PILOT PROGRAM FUNDS WHEREAS, pursuant to Health and Safety Code 50470 et. Seq, the Department of Housing and Community Development (Department) is authorized to issue Guidelines as part of an incentive program (hereinafter referred to by the Department as the Prohousing Incentive Pilot Program or “PIP”); and WHEREAS, the City Council of the City of Ukiah desires to submit a PIP grant application package (“Application”), on the forms provided by the Department, for approval of grant funding for eligible activities toward planning and implementation activities related to housing and community development as a result of meeting eligibility criteria including but not limited to Prohousing Designation; and WHEREAS, the Department has issued Guidelines and Application on December 15, 2022 in the amount of $25,705,545.65 for PIP; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF UKIAH AS FOLLOWS: 1. The City Manager is hereby authorized and directed to submit an Application to the Department in response to the NOFA, and to apply for the PIP grant funds in a total amount not to exceed $455,000; 2. In connection with the PIP grant, if the Application is approved by the Department, the City Manager of the City of Ukiah is authorized and directed to enter into, execute, and deliver on behalf of the Applicant, a State of California Agreement (Standard Agreement) for the amount of $455,000, and any and all other documents required or deemed necessary or appropriate to evidence and secure the PIP grant, the Applicant’s obligations related thereto, and all amendments thereto; and 3. The Applicant shall be subject to the terms and conditions as specified in the Guidelines, and the Standard Agreement provided by the Department after approval. The Application and any and all accompanying documents are incorporated in full as part of the Standard Agreement. Any and all activities funded, information provided, and timelines represented in the Application will be enforceable through the fully executed Standard Agreement. Pursuant to the Guidelines and in conjunction with the terms of the Standard Agreement, the Applicant hereby agrees to use the funds for eligible uses and allowable expenditures in the manner presented and specifically identified in the approved Application. ATTACHMENT 2 Page 140 of 551 PASSED AND ADOPTED at a regular meeting of the City Council of the City of Ukiah on this 1st day of March, 2023, by the following roll call vote: AYES: NOES: ABSENT: ABSTAIN: _____________________________ Mari Rodin, Mayor ATTEST: APPROVED AS TO FORM: ___________________________________________APPROVED Kristine Lawler, City Clerk Page 141 of 551 Page 1 of 3 Agenda Item No: 14.b. MEETING DATE/TIME: 3/1/2023 ITEM NO: 2023-2412 AGENDA SUMMARY REPORT SUBJECT: Approve Plans and Specifications for the Downtown Streetscape and Road Diet Phase 2 Specification 21-01 and Authorize Staff to Issue Bids. DEPARTMENT: Public Works PREPARED BY: Seth Strader, Administrative Analyst PRESENTER: Tim Eriksen, Director of Public Works ATTACHMENTS: 1. Ukiah Streetscape Ph II_100% Plans_2023 02-22 2. Ukiah Streetscape Ph II_100% Special Provisions 2023 02-22 3. Ukiah Phase II Eng Est - 100 4. Proj. Area 5. Street Layout 6. Median Example 7. 14b Presentation given at meeting Summary: Staff is requesting City Council Approval of Plans and Specifications for the Downtown Streetscape and Road Diet Phase 2, and authorize staff to issue bids for Specification Number 21-01. Background: The Downtown Streetscape and Road Diet Phase 2 (DTS Phase 2) project is the continuation of the Downtown Streetscape and Road Diet project that replaced utilities and renovated the street and pedestrian right of way facilities along State Street from Mill Street to Henry Street. Improvements included the replacement of water and sewer utilities, underground electrical, pedestrian bulbouts, landscaping features, benches and improved traffic signals. Phase 2 aims to expand and continue the project from Henry Street to Norton Street and from Mill Street to Gobbi Street, with an overlay continuing to Cherry Street. Discussion: City Staff and design consultant GHD Inc. have completed the plans (Attachment 1) and specifications (Attachment 2) for Spec. 21-01 Downtown Streetscape and Road Diet Phase 2 (Phase 2). The engineer's estimate for the project is $10,539,263.00 ($11,593,183 with 10% total contingency). See Attachment 3 for Engineer's Estimate. Phase 2 of the Downtown Streetscape Project will continue the improved downtown corridor north from Henry Street, including Scott Street and south from Mill Street. Phase 2 will include the replacement of water and sewer utilities, undergrounding of electrical utilities, pedestrian improvements and street reconstruction. Different lengths of the project will include variations in street and pedestrian features. See Attachment 4 for the entire proposed project area. Phase 2 includes lane changes similar to Phase 1, as well as the addition of small center medians in areas where width allows and where intersections would not be impacted. A detailed plan of one of these can be found in Attachment 5. See Attachment 6 for an example of a median between Norton St and Scott St. Two other medians will be featured between Gobbi and Mill Streets. The traffic signal at State Street and Norton Street will be replaced with a STOP sign on Norton Street. Scott Street will see water and sewer utility replacement due to aging and failing infrastructure in the area and the road will be rehabilitated rather than a full reconstruction. Page 142 of 551 Page 2 of 3 It is important to realize that the current complete street concepts are still being incorporated into the final plan sets, and all travel lanes are intended to be eleven feet in width. However, there are areas where aligning with the Phase 1 Streetscape will have transitions that will slightly vary as they merge to the eleven feet widths of this project. City staff will work with the Complete Streets Ad Hoc to modify and finalize all lane widths. Staff is recommending that Council approve the plan and specifications for Phase 2. If approved, the project will be sent out to bid. Staff would then prepare a report for council to review and approve the lowest qualified bidder to perform construction. Recommended Action: Approve Plans and Specifications for the Downtown Streetscape and Road Diet Phase 2 and Authorize Staff to Issue Bids for Specification Number 21-01. BUDGET AMENDMENT REQUIRED: Yes CURRENT BUDGET AMOUNT: Measure Y: $2,302,261; 2022 Bonds - Streets: $692,530; Electric general reserves: $883,261; Water general reserves: $1,752,731; Wastewater general reserves: $2,592,021; 2023 CalTrans Grant: $1,369,000 PROPOSED BUDGET AMOUNT: Measure Y: $2,627,512; 2022 Bonds - Streets: $1,468,658; Electric 2022 bonds: $883,261; Water general reserves: $1,489,821; 2022 water bonds: $262,910 Wastewater general reserves: $2,203,218; 2022 wastewater bonds: $388,803; 2023 CalTrans Grant: $1,669,000 FINANCING SOURCE: Measure Y, 2022 Bonds - Streets, Electric 2022 bonds, Water general reserves, 2022 water bonds, Wastewater general reserves, 2022 wastewater bonds, 2023 CalTrans Grant PREVIOUS CONTRACT/PURCHASE ORDER NO.: COORDINATED WITH: Finance Department DIVERSITY-EQUITY INITIATIVES (DEI): CLIMATE INITIATIVES (CI): 2b – Encourage active transportation as a viable alternative to automobiles. Page 143 of 551 Page 3 of 3 Page 144 of 551 20 2 3 - 0 2 - 2 2 5 : 2 4 P M J P A R K 2 N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - G E N - 0 0 0 1 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W w w w . g h d . c o m GH D I n c . Th i s d o c u m e n t a n d t h e i d e a s a n d d e s i g n s in c o r p o r a t e d h e r e i n , a s a n i n s t r u m e n t o f pr o f e s s i o n a l s e r v i c e , i s t h e p r o p e r t y o f G H D an d s h a l l n o t b e r e u s e d i n w h o l e o r i n p a r t fo r a n y o t h e r p r o j e c t w i t h o u t G H D ' s w r i t t e n au t h o r i z a t i o n . © 2 0 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTER E D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L G-001 1 TI T L E S H E E T AJP JS 29 29 UKIAH C L E A R 29 175 53 L A K E 20 20 DATE:APPROVED BY: NTS TIM ERIKSEN, PE DIRECTOR OF PUBLIC WORKS/CITY ENGINEER CITY OF UKIAH, CA PROJECT VICINITY CITY OF UKIAH UKIAH DOWNTOWN STREETSCAPE PHASE II PROJECT CONTRACT NO. 2021-179 FEBRUARY 2023 UPPER LAKE TO EUREKA LAKEPORT HOPLAND CLOVERDALE CLEARLAKE MORGAN VLY ROAD BUTTS C Y N . ROAD MIDDLETOWN TO SANTA ROSA CLEARLAKE OAKS VICINITY MAP 101 SOUTH STATE STREET NORTH STATE STREET SEMINARY AVENUE W CLAY STREET E GOBBI STREET W MILL STREET W GOBBI STRE E T E SMITH STREET E PERKINS STREET MA S O N S T R E E T N M A I N S T R E E T N O A K S T E CLAY STREET N S C H O O L S T S S C H O O L S T R E E T S O A K S T R E E T PROJECT LIMITS S M A I N S T R E E T N M A I N S T R E E T SCOTT ST NORTON S T R E E T W HENRY STREET W SMITH STREET W STANDLEY STREET W PERKINS STREET W CHURCH STREET FREITAS AVE CHER R Y S T PROJECT LIMITS ATTACHMENT 1 Page 145 of 551 WEST M I L L S T R E E T EAST MILL STREET SEMINAR Y A V E N U E WEST CLA Y S T R E E T S M A I N S T R E E T EAST CLA Y S T R E E T EAST CHU R C H S T R E E T EAST STE P H E N S O N S T R E E T WEST HEN R Y S T R E E T WEST SMI T H S T R E E T EAST SMI T H S T R E E T WEST G O B B I S T R E E T EAST G O B B I S T R E E T FREITA S A V E N U E WEST PER K I N S S T R E E T EAST PER K I N S S T R E E T WEST CHU R C H S T R E E T WEST STA N D L E Y S T R E E T EAST STA N D L E Y S T R E E T SCOTT STREET NORTON STREET CLARA AVENUE FORD STREET CHERRY STREET LUCE AVEN U E 20 2 3 - 0 2 - 2 2 5: 2 4 P M JP A R K 2 N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - G E N - 0 0 0 2 T H R U 0 0 0 3 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTER E D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L G-002 2 SH E E T I N D E X A N D K E Y M A P AJP JS CIVILC DISCIPLINE DISCIPLINELETTER G GENERAL D DEMOLITION C - 1 0 1 P STRIPING AND SIGNING DRAWING DESIGNATION: INDIVIDUAL DRAWING NUMBERSHEET TYPE SHEET TYPENUMBER 0 1 3 GENERAL SECTIONS 5 DETAILS 4 LARGE SCALE VIEWS PLANS AND TRAFFIC SIGNAL SCHEDULES A-A C-101 A C-101 DETAIL IDENTIFIER DWG ON WHICH DETAIL APPEARS SECTION IDENTIFIER DWG ON WHICH SECTION APPEARS SECTION IDENTIFICATION: DETAIL IDENTIFICATION: 100 C-101 CITY STANDARD IDENTIFIER DWG ON WHICH DETAIL APPEARS CITY STANDARD IDENTIFICATION: T TRAFFIC SIGNAL KEY MAP: SCALE EX EXISTING CONDITION EC EROSION CONTROL U UTILITY SIGNALS ELECTRICALE LANDSCAPE MATERIALS & FURNISHINGSLM IRRIGATIONIP LANDSCAPE PLANTINGLP 6 DIAGRAMS D-101 U-102 C-102 P-101 D-102 U-103 C-103 P-102 E-101 D-102 U-104 C-104 P-102 T-101 E-101 D-103 U-105 C-105 P-103 E-102 D-104 U-107 C-107 P-104 E-103 D-104 U-108 C-108 P-104 E-103 PROJECT SCOPE: WORK TO BE PERFORMED IS WITHIN THE CITY OF UKIAH AND GENERALLY CONSISTS OF TRANSPORTATION AND PEDESTRIAN IMPROVEMENTS ON STATE STREET BETWEEN GOBBI ST AND MILL ST AND BETWEEN HENRY ST AND NORTON ST. WORK INCLUDES DEMOLITION OF SIDEWALKS, CURB AND GUTTER AND COLD PLANING THE EXISTING ROADWAY SURFACE, ALONG WITH CONSTRUCTION OF NEW CURB AND GUTTER, BULB-OUTS, SIDEWALK, ACCESSIBLE CURB RAMPS, ASPHALT OVERLAY, SEWER AND WATER MODIFICATIONS, STREET LIGHTING, LANDSCAPING AND TRAFFIC SIGNAL MODIFICATIONS. APPLICABLE CODES: CITY OF UKIAH STANDARD PLANS 2015 STANDARD SPECIFICATIONS AND STANDARD PLANS STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION 2014 CALIFORNIA MANUAL ON UNIFORM TRAFFIC CONTROL DESIGN REVISION 4 (CA MUTCD REVISION 4) 2018 POLICY ON GEOMETRIC DESIGN OF HIGHWAYS AND STREETS MANUAL 2016 CALIFORNIA BUILDING CODE (CBC) CALIFORNIA CODE OF REGULATIONS (CCR) TITLE 24, PART 2 2016 CALIFORNIA ELECTRICAL CODE (CEC) CALIFORNIA CODE OF REGULATIONS (CCR) TITLE 24, PART 3 2010 AMERICANS WITH DISABILITIES ACT (ADA) STANDARDS FOR ACCESSIBLE DESIGN (ADAS) 2017 STORM WATER LOW IMPACT DEVELOPMENT TECHNICAL DESIGN MANUAL GOVERNING AGENCIES: DIVISION OF STATE ARCHITECT ACCESS COMPLIANCE SECTION (DSA/ACS) 1515 CLAY STREET, SUITE 1201 OAKLAND, CA 94612 (510) 622-3127 CITY OF UKIAH 300 SEMINARY AVE UKIAH, CA 95482 (707) 463-6200 CALTRANS DIVISION OF LOCAL ASSISTANCE, DISTRICT 1 PO BOX 3700 EUREKA, CA 95502 (707) 441-3977 CALIFORNIA WATER BOARDS NORTH COAST REGIONAL WATER QUALITY CONTROL BOARD 5550 SKYLANE BLVD. SUITE A SANTA ROSA, CA 95403 D-101 U-101 C-101 P-101 D-103 U-106 C-106 P-103 T-103 E-102 D-105 U-109 C-109 P-105 T-105 T-107 E-104 D-105 U-110 C-110 P-105 E-104 D-106 U-111 C-111 P-106 Sheet List Table Sheet Number Sheet Title Sheet Description GENERAL 1 G-001 TITLE SHEET 2 G-002 SHEET INDEX AND KEY MAP 3 G-003 NOTES, LEGEND AND ABBREVIATIONS 4 G-004 SURVEY CONTROL DIAGRAM 5 G-005 TYPICAL SECTIONS -1 6 G-006 TYPICAL SECTIONS -2 DEMOLITION PLAN 7 D-101 S STATE ST STA 193+00 - STA 200+50 8 D-102 S STATE ST STA. 200+50 - STA. 209+50 9 D-103 S STATE ST STA. 209+50 - STA. 218+50 10 D-104 N STATE ST STA. 237+50 - STA. 245+50 11 D-105 N STATE ST STA. 245+50 - STA. 249+50 12 D-106 SCOTT ST STA. 51+30 - STA. 55+50 UTILITY PLAN & PROFILE 13 U-101 S STATE ST STA. 193+00 - STA. 196+75 14 U-102 S STATE ST STA. 196+75 - STA. 200+50 15 U-103 S STATE ST STA. 200+50 - STA. 205+00 16 U-104 S STATE ST STA. 205+00 - STA. 209+50 17 U-105 N STATE ST STA. 209+50 - STA. 214+00 18 U-106 S STATE ST STA. 214+00 - STA. 218+50 19 U-107 N STATE ST STA. 237+50 - STA. 241+50 20 U-108 N STATE ST STA. 241+50 - STA. 245+50 21 U-109 N STATE ST STA. 245+50 - STA. 249+50 22 U-110 GOBBI ST STA. 100+00 TO STA. 103+50 23 U-111 SCOTT ST STA. 51+30 TO STA. 55+50 24 U-501 UTILITY DETAILS -1 25 U-502 UTILITY DETAILS -2 26 U-503 UTILITY DETAILS -3 27 U-504 UTILITY DETAILS - 4 28 U-505 UTILITY DETAILS - 5 CIVIL: LAYOUT PLAN & PROFILE 29 C-101 S STATE ST STA. 193+00 - STA. 196+75 30 C-102 S STATE ST STA. 196+75 - STA. 200+50 31 C-103 S STATE ST STA. 200+50 - STA. 205+00 32 C-104 S STATE ST STA. 205+00 - STA. 209+50 33 C-105 S STATE ST STA. 209+50 - STA. 214+00 34 C-106 S STATE ST STA. 214+00 - STA. 218+50 35 C-107 N STATE ST STA. 237+50 - STA. 241+50 36 C-108 N STATE ST STA. 241+50 - STA. 245+50 37 C-109 N STATE ST STA. 245+50 - STA. 249+50 38 C-110 SCOTT ST STA. 51+30 - STA. 55+50 CIVIL: CROSS SECTIONS 39 C-301 STA. 211+00 - STA. 213+50 40 C-302 STA 214+00 - STA 216+50 41 C-303 STA. 217+00 - 217+50 & STA. 241+00 42 C-304 STA 241+50 - STA 244+00 43 C-305 STA 244+50 - STA 247+00 44 C-306 STA 247+50 - STA 249+00 CIVIL: 10' - ROADWAY & SIDEWALK GRADING 45 C-401 CONSTRUCTION DETAILS - 1 46 C-402 CONSTRUCTION DETAILS - 2 47 C-403 CONSTRUCTION DETAILS - 3 48 C-404 CONSTRUCTION DETAILS - 4 49 C-405 CONSTRUCTION DETAILS - 5 50 C-406 CONSTRUCTION DETAILS - 6 51 C-407 CONSTRUCTION DETAILS - 7 52 C-408 CONSTRUCTION DETAILS - 8 CIVIL: 5' - CURB RAMPS 53 C-409 CONSTRUCTION DETAILS - 9 54 C-410 CONSTRUCTION DETAILS - 10 55 C-411 CONSTRUCTION DETAILS - 11 56 C-412 CONSTRUCTION DETAILS- 12 CIVIL: DETAILS 57 C-501 CIVIL DETAILS -1 58 C-502 CIVIL DETAILS - 2 59 C-503 CIVIL DETAILS - 3 STRIPING AND SIGNING 60 P-101 S STATE ST STA. 193+00 - STA. 200+50 61 P-102 S STATE ST STA. 200+50 - STA. 209+50 62 P-103 S STATE ST STA. 209+50 - STA. 218+50 63 P-104 N STATE ST STA. 237+50 - STA. 245+50 64 P-105 N STATE ST STA. 245+50 - STA. 253+50 65 P-106 SCOTT ST STA. 51+30 - STA. 55+50 66 P-501 DETAILS TRAFFIC SIGNAL 67 T-101 STATE STREET AT GOBBI STREET 68 T-102 STATE STREET AT GOBBI STREET 69 T-103 S STATE STREET AT MILL STREET 70 T-104 S STATE STREET AT MILL STREET 71 T-105 N STATE STREET AT SCOTT STREET 72 T-106 N STATE STREET AT SCOTT STREET ELECTRICAL 73 E-001 GENERAL ELECTRICAL 74 E-101 S STATE STREET - STA 209+50-STA 218+50 75 E-102 N STATE STREET - STA 237+50-STA 245+50 76 E-103 N STATE STREET - STA 245+50-STA 253+50 77 E-501 ELECTRICAL DETAILS -1 78 E-601 SINGLE LINE DIAGRAM & SCHEDULE LANDSCAPING AND IRRIGATION: MATERIALS & LAYOUT PLANS 79 80 LM-101 81 LM-102 82 LM-103 83 LM-104 84 LM-501 LANDSCAPING AND IRRIGATION: PLANTING PLANS 85 86 LP-101 87 LP-102 88 LP-103 89 LP-104 90 LP-105 91 LP-501 LANDSCAPING AND IRRIGATION: IRRIGATION PLANS 92 IP-101 93 IP-102 94 IP-103 95 IP-104 96 97 IP-501 98 IP-502 99 IP-503 IRRIGATION PLAN IRRIGATION PLAN IRRIGATION PLAN IRRIGATION PLAN IRRIGATION LEGEND AND NOTES IRRIGATION DETAILS IRRIGATION DETAILS U-111 UTILITY UNDERGROUNDING PLANS 100 101 102 103 ----- 104 105 106 107 NORTON TO HENRY & MILL TO GOBBI CONDUIT LAYOUT NORTON TO HENRY & MILL TO GOBBI NORTON TO HENRY & MILL TO GOBBI NORTON TO HENRY & MILL TO GOBBI NORTON TO HENRY & MILL TO GOBBI NORTON TO HENRY & MILL TO GOBBI NORTON TO HENRY & MILL TO GOBBI ----- ----- ----- ----- ----- ----- ----- LM-105 LP-502 IP-500 IRRIGATION DETAILS Page 146 of 551 20 2 3 - 0 2 - 2 2 5: 2 4 P M JP A R K 2 N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - G E N - 0 0 0 2 T H R U 0 0 0 3 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTER E D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L G-003 3 NO T E S , L E G E N D A N D AB B R E V I A T I O N S AJP JS GENERAL NOTES: 1.ALL CONSTRUCTION SHALL CONFORM TO THE 2018 CALTRANS STANDARD PLANS AND SPECIFICATIONS, CALIFORNIA MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD), CITY OF UKIAH SPECIFICATIONS, CITY OF UKIAH STANDARD DRAWINGS AND THE PROJECT CONTRACT DOCUMENTS. THE CONTRACTOR IS RESPONSIBLE FOR UNDERSTANDING ALL STANDARDS PERTAINING TO THIS PROJECT. 2.THE CONTRACTOR SHALL PROVIDE, PROCURE AND PAY FOR ALL PERMITS REQUIRED TO EXECUTE AND COMPLETE THE WORK. THESE INCLUDE, BUT ARE NOT LIMITED TO A CITY OF UKIAH ENCROACHMENT PERMITS, CURRENT CITY OF UKIAH BUSINESS LICENSE, AND A VALID AND PROPER CONTRACTOR'S CLASS "A" LICENSE. ENCROACHMENT PERMITS MUST BE LOCATED ON THE JOB SITE DURING WHICH TIME CONTRACTOR IS WORKING THERE. 3.LOCATION OF UNDERGROUND UTILITIES SHOWN ARE APPROXIMATE ONLY AND BASED ON THE BEST AVAILABLE INFORMATION. CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICE ALERT (U.S.A) A MINIMUM OF TWO WORKING DAYS PRIOR TO LOCATE ALL UTILITIES IN ADVANCE OF ANY EXCAVATION. DIAL (TOLL FREE) 811 OR 1-800-227-2600. 4.CONTRACTOR TO POTHOLE ALL UNDERGROUND UTILITIES A MINIMUM OF 5 WORKING DAYS IN ADVANCE OF ANY EXCAVATION PER THE REQUIREMENTS OF CALIFORNIA GOVERNMENT CODE 4216. THIS COST WILL BE INCLUDED IN THE PIPE INSTALLATION. THE POTHOLING REQUIRES A LOG SUBMITTED TO DETERMINE THE HORIZONTAL AND VERTICAL LOCATION OF THE UTILITY, TYPE, SIZE, PIPE MATERIAL, AND DEPTH TO THE BOTTOM AND TOP OF THE UTILITY. IF UNMARKED UTILITIES ARE ENCOUNTERED, OR IF UNABLE TO LOCATED A MARKED UTILITY AFTER POTHOLING, IMMEDIATELY NOTIFY THE OWNER AND ENGINEER. 5.CONTRACTOR SHALL NOTIFY ALL PUBLIC OR PRIVATE UTILITY COMPANIES 48 HOURS PRIOR TO COMMENCEMENT OF WORK ADJACENT TO EXISTING UTILITY LINES UNLESS ENCROACHMENT PERMIT SPECIFIES OTHERWISE. 6.THE CONTRACTOR SHALL PROTECT AND PRESERVE CITY MONUMENTS THAT ARE NOT SPECIFIED FOR REPLACEMENT. THE CONTRACTOR SHALL COORDINATE WITH THE ENGINEER 10 WORKING DAYS IN ADVANCE FOR REFERENCING OF EXISTING MONUMENTS TO BE DISTURBED. THE CONTRACTOR SHALL RECONSTRUCT DISTURBED MONUMENTS IN ACCORDANCE WITH CITY STANDARD DRAWING NO. 140. 7.CONSTRUCTION MATERIALS AND EQUIPMENT SHALL BE NEW AND OF A QUALITY EQUAL TO THAT SPECIFIED OR APPROVED. WORK SHALL BE COMPLETED IN A THOROUGH AND WORKMANLIKE MANNER. 8.WHENEVER ANY MATERIAL OR EQUIPMENT IS INDICATED OR SPECIFIED BY PATENT OR PROPRIETARY NAME OR BY THE NAME OF THE MANUFACTURER, SUCH SPECIFICATION SHALL BE CONSIDERED AS USED FOR DESCRIBING THE MATERIAL OR EQUIPMENT DESIRED AND SHALL BE CONSIDERED AS FOLLOWED BY THE WORDS "OR APPROVED EQUIVALENT". THE CONTRACTOR MAY OFFER A MATERIAL OR EQUIPMENT WHICH SHALL BE EQUIVALENT IN EVERY RESPECT TO THAT SPECIFIED; PROVIDED THAT WRITTEN APPROVAL FIRST IS OBTAINED FROM THE ENGINEER. 9.MATERIALS SHALL BE SO STORED TO ENSURE THE PRESERVATION OF THEIR QUALITY AND FITNESS FOR THE WORK. THEY SHALL BE SO LOCATED AND DISPOSED THAT PROMPT AND PROPER INSPECTION THEREOF MAY BE MADE. 10.THE CITY SHALL HAVE THE RIGHT TO TAKE POSSESSION OF AND USE ANY COMPLETED OR PARTIALLY COMPLETED PORTIONS OF THE WORK. NOT WITHSTANDING THE TIME FOR COMPLETING THE ENTIRE WORK OF SUCH PORTIONS WHICH MAY NOT HAVE EXPIRED; BUT SUCH TAKING POSSESSION AND USE SHALL NOT BE DEEMED AN ACCEPTANCE OF ANY WORK NOT COMPLETED IN ACCORDANCE WITH THE PROJECT CONSTRUCTION DOCUMENTS. IF SUCH PRIOR USE INCREASES THE COST OF OR DELAYS THE WORK, THE CONTRACTOR SHALL BE ENTITLED TO SUCH EXTRA COMPENSATION, OR EXTENSION OF TIME OR BOTH, AS THE ENGINEER MAY DETERMINE. 11.CONTRACTOR AGREES TO ASSUME SOLE AND COMPLETE RESPONSIBILITY FOR THE JOB SITE DURING THE COURSE OF CONSTRUCTION OF THIS PROJECT, INCLUDING SAFETY OF ALL PERSONS AND PROPERTY; THAT THIS REQUIREMENT SHALL APPLY CONTINUOUSLY AND NOT BE LIMITED TO NORMAL WORKING HOURS; AND THAT THE CONTRACTOR SHALL DEFEND, INDEMNIFY, AND HOLD THE CITY AND ITS REPRESENTATIVES HARMLESS FROM ANY AND ALL LIABILITY, REAL AND/OR ALLEGED, IN CONJUNCTION WITH THE PERFORMANCE OF THIS PROJECT. 12.ALL EXCAVATED MATERIAL SHALL BE DISPOSED OF AS GENERATED AND AT NO TIME SHALL THE CONTRACTOR PLACE EXCAVATED MATERIAL AT THE WORK SITE. 13.CONTRACTOR SHALL BE HELD RESPONSIBLE FOR ANY AND ALL DAMAGES TO EXISTING FEATURES, STRUCTURES AND UTILITIES DURING CONSTRUCTION. ALL DAMAGES SHALL BE REPAIRED/REPLACED AT THE CONTRACTOR'S EXPENSE AND TO THE SATISFACTION OF THE ENGINEER. 14.ALL CONCRETE SHALL BE SAW CUT AND REMOVED ALONG EXISTING SCORE LINES, UNLESS NOTED OTHERWISE. 15.ALL SEWER MANHOLES, MAINLINE CLEANOUTS AND WATER VALVES THAT ARE ON ACTIVE SYSTEMS SHALL BE ACCESSIBLE TO CITY PERSONNEL AT ALL TIMES AND SHALL BE BROUGHT TO FINISH GRADE WITHIN 48 HOURS OF PAVING. ANY DAMAGES TO THE CITY OR OTHER UTILITIES CAUSED BY CONTRACTOR OPERATIONS SHALL BE THE CONTRACTOR'S RESPONSIBILITY. 16.CONTRACTOR SHALL VERIFY LOCATIONS, LEVELS, DISTANCES, AND FEATURES THAT MAY AFFECT THE WORK. SHOULD EXISTING CONDITIONS DIFFER FROM THOSE SHOWN OR INDICATED, OR IF IT APPEARS THAT THESE PLANS, STANDARD SPECIFICATIONS, AND SPECIAL PROVISIONS DO NOT ADEQUATELY DETAIL THE WORK TO BE DONE, CONTRACTOR SHALL NOTIFY THE ENGINEER PRIOR TO CONTINUING WITH ANY RELATED WORK. NO ALLOWANCE WILL BE MADE IN HIS BEHALF FOR ANY EXTRA EXPENSE RESULTING FROM FAILURE OR NEGLECT IN DETERMINING THE CONDITIONS UNDER WHICH WORK IS TO BE PERFORMED. NOTED DIMENSIONS TAKE PRECEDENCE OVER SCALE. 17.ALL PIPE LENGTHS ARE MEASURED HORIZONTALLY FROM CENTER OF STRUCTURES. 18.CONTRACTOR SHALL PROVIDE AND MAINTAIN SUFFICIENT BARRICADES TO PROVIDE FOR THE SAFETY OF THE GENERAL PUBLIC TO THE SATISFACTION OF THE DIRECTOR OF PUBLIC WORKS. 19.CONTRACTOR SHALL NOTIFY THE ENGINEER AT LEAST 72 HOURS IN ADVANCE OF COMMENCEMENT OF ANY PART OF THE WORK. 20.CONTRACTOR SHALL MAINTAIN REASONABLE ACCESS TO ALL DRIVEWAYS DURING CONSTRUCTION PER SECTION 7-1.03 AND 7-1.04 OF THE STANDARD SPECIFICATIONS. 21.CAUTION SHALL BE EXERCISED WHEN EXCAVATING WITHIN THE DRIPLINE OF ANY TREE SHOWN ON THE PLANS TO BE PROTECTED. ROOTS LARGER THAN 2 INCHES SHALL NOT BE CUT WITHOUT PERMISSION FROM THE ENGINEER. 22.ALL LANDSCAPING AND IRRIGATION SYSTEMS OR OTHER PRIVATE OR PUBLIC IMPROVEMENTS DISTURBED BY THE CONTRACTOR SHALL BE REPAIRED OR REPLACED IN KIND AS DIRECTED BY THE ENGINEER. 23.CONTRACTOR SHALL PROVIDE RECORD DRAWINGS AT THE COMPLETION OF CONSTRUCTION PER CITY REQUIREMENTS. 24.COMPACT FILL AREAS AND TOP 6" OF CUT AREAS TO 95% OF MAXIMUM DENSITY AS MEASURED BY ASTM D1557. CONTRACTOR SHALL IMPORT ACCEPTABLE MATERIALS AS NECESSARY. 25.ALL GRADES SHOWN ARE FINISH GRADES. ALLOW FOR VARYING THICKNESS OF BASE, PAVING, AND CONCRETE IN PREPARING SUBGRADE. 26.CONTRACTOR SHALL OBTAIN A TRENCH SAFETY PERMIT FROM THE CALIFORNIA DIVISION OF INDUSTRIAL SAFETY PRIOR TO EXCAVATION OF ANY TRENCH GREATER THAN 5-FEET DEEP. EROSION CONTROL NOTES: 1.ALL EROSION CONTROL MEASURES SHALL CONFORM TO THE PROJECT SWPPP, THE STORMWATER POLLUTION PREVENTION PLAN AND WATER POLLUTION CONTROL PROGRAM PREPARATION MANUAL (JUNE 2011), THE CONSTRUCTION SITE BEST MANAGEMENT PRACTICES MANUAL AND THE CONSTRUCTION SITE MONITORING PROGRAM GUIDANCE MANUAL. 2.THE CONTRACTOR SHALL EXERCISE CARE DURING CLEARING AND GRADING OPERATIONS TO MINIMIZE EROSION AND SEDIMENT TRANSPORT OFF SITE. 3.THE CONTRACTION SHALL CONDUCT ALL OPERATIONS SO AS TO PREVENT ANY UNNECESSARY DISTURBANCE OF SOIL OR EXISTING VEGETATION. 4.THE CITY IS RESPONSIBLE FOR COMPLYING WITH THE NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES) GENERAL PERMIT NO. CAS000002 WASTE DISCHARGE REQUIREMENTS FOR DISCHARGES OF STORM WATER RUNOFF ASSOCIATED WITH CONSTRUCTION. CONSTRUCTION ACTIVITIES INCLUDE BUT ARE NOT LIMITED TO CLEARING, GRADING, EXCAVATION, STOCKPILING, AND RECONSTRUCTION OF EXISTING FACILITIES INVOLVING REMOVAL AND REPLACEMENT. IT IS THE CONTRACTOR'S RESPONSIBILITY TO ENSURE COMPLIANCE THROUGH THE DEVELOPMENT AND IMPLEMENTATION OF THE PROJECT SWPPP. TRAFFIC NOTES: 1.CONTRACTOR SHALL SUBMIT CONSTRUCTION TRAFFIC CONTROL PLAN TO THE CITY OF UKIAH FOR REVIEW AND APPROVAL A MINIMUM OF (2) WEEKS BEFORE BEGINNING ANY CONSTRUCTION ACTIVITY. THE TRAFFIC CONTROL PLAN SHALL BE IN ACCORDANCE WITH THE LATEST EDITION OF THE CALIFORNIA MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) AND PREPARED BY A LICENSED CIVIL OR TRAFFIC ENGINEER. 2.TRAFFIC SIGNAL(S) SHALL REMAIN FUNCTIONAL DURING CONSTRUCTION, EXCEPT WHEN REWIRING THE TRAFFIC SIGNAL TO ACCOMPLISH THE SIGNAL MODIFICATIONS AS SHOWN ON THE PLANS. TRAFFIC SIGNAL SHUT-DOWNS SHALL BE COORDINATED WITH THE CITY A MINIMUM OF FIVE (5) WORKING DAYS IN ADVANCE OF THE SHUT-DOWN. TRAFFIC SIGNAL SHUT-DOWNS SHALL BE APPROVED IN WRITING BY THE CITY. TRAFFIC SIGNAL SHUT-DOWNS AND RELATED WORK SHALL BE PERFORMED AT NIGHT BETWEEN THE HOURS 10:00 PM AND 6:00 AM. CONTRACTOR SHALL SUBMIT A LOCATION SPECIFIC TRAFFIC CONTROL PLAN AND PROVIDE ALL NECESSARY TEMPORARY TRAFFIC CONTROL EQUIPMENT, FLAGGERS, LIGHTING AND CONTROL DEVICES TO MAINTAIN TRAFFIC DURING TRAFFIC SIGNAL WORK. 3.ALL SIGNAL LOOP WIRING TO REMAIN IN SERVICE SHALL BE REPAIRED OR REPLACED IF SAWCUT OR DAMAGED. 4.CONTRACTOR SHALL COMPLY WITH ALL APPLICABLE PERMITS AND REGULATIONS LEGEND: EXISTING ABBREVIATIONS: NEW DRAIN INLET/CATCH BASIN SANITARY SEWER MANHOLE STORM DRAIN MANHOLE CULVERT WATER VALVE MISC UTILITY UTILITY BOX FIRE HYDRANT TRAFFIC SIGNAL POLE POWER POLE POLE WITH LIGHT GUY WIRE POST TREE MARSH CITY MONUMENT SIGN TRAFFIC SIGNAL TRANSFORMER ELECTRICAL VAULT CHAINLINK FENCE ESA FENCE ADA RAMP STORM DRAIN SUBDRAIN WATER WATER ABANDONED SEWER STORM DRAIN STORM DRAIN INLET GAS JOINT TRENCH COMMUNICATION UNDERGROUND ELECTRIC OVERHEAD UTILITY SIDEWALK, CURB, AND GUTTER GUTTER FLOW DIRECTION TOPOGRAPHIC CONTOUR RIGHT-OF-WAY PUBLIC UTILITY EASEMENT PUBLIC EASEMENT BORING LOCATION POTHOLE LOCATION FLAG POLE SLEEVE PARKING METER POST APN ASSESSOR'S PARCEL NUMBER BC BEGIN CURVE BFP BACK FLOW PREVENTER BOT BOTTOM BSW BACK OF SIDEWALK C CONDUIT CATV CABLE TELEVISION CB CATCH BASIN CHKD CHECKED CLSM CONTROLLED LOW-STRENGTH MATERIAL COM COMMUNICATION CR CURB RETURN D DISTANCE, DEPTH DI DROP INLET DEPT DEPARTMENT DRWN DRAWN DWG DRAWING DWY DRIVEWAY (E)EXISTING EB ELECTRIC BOX EC END CURVE EG EXISTING GRADE ELEC ELECTRICAL EP EDGE OF PAVEMENT EQ EQUIVALENT E.V.ELECTRICAL VAULT FG FINISHED GRADE FH FIRE HYDRANT FL FLOW LINE FS FINISHED SURFACE FT FOOT/FEET FSW FRONT OF SIDEWALK G GAS GB GRADE BREAK HDPE HIGH DESITY POLYETHYLENE HMA HOT MIX ASPHALT HP HINGE POINT I.D.INSIDE DIAMETER IN INCH/INCHES INV INVERT IRR IRRIGATION IP IRON PIPE JP JOINT POLE JP W/UG JOINT POLE WITH UNDERGROUND JT JOINT TRENCH L LEFT, LENGTH LG LIP OF GUTTER MH MANHOLE MON MONUMENT (N)NEW O.C.ON CENTER OFF OFFSET OH OVER HEAD ELECTRIC PB PULL BOX PERF PERFORATED POLY POLYETHYLENE PROJ PROJECT PUE PUBLIC UTILITY EASEMENT PVC POLYVINYLCHLORIDE R RADIUS, RIGHT R.C.RELATIVE COMPACTION SL STREET LIGHT SS SANITARY SEWER STD.STANDARD STD. XX CALTRANS STANDARD PLAN NUMBER STA STATION TC TOP OF CURB TEL TELEPHONE/TELECOMMUNICATION TYP TYPICAL UG UNDERGROUND VAR VARIES W WATER WM WATER METER WV WATER VALVE XFMR TRANSFORMER 585 585 ELECTRICAL NOTES: 1.ALL TRENCHING, BACKFILLING, AND INSTALLATION OF ELECTRIC STRUCTURES SHALL BE IN ACCORDANCE WITH CITY OF UKIAH ELECTRIC DEPARTMENT'S CURRENT STANDARD PRACTICES. THE CONTRACTOR SHALL INSTALL ALL CONDUITS, VAULTS, PULL BOXES AND PULL-IN TAPE, AND ALL ASSOCIATED MATERIAL. TRENCH ALIGNMENTS AND EXCAVATION LIMITS MAY BE ADJUSTED IN THE FIELD BY THE CITY TO AVOID EXISTING FACILITIES. 2.THE CONTRACTOR SHALL POTHOLE ALL UNDERGROUND UTILITIES LOCATIONS TO DETERMINE EXACT DEPTH PRIOR TO TRENCHING. CALL UNDERGROUND SERVICE ALERT (USA) 48 HOURS IN ADVANCE AT 811 OR 1-800-227-2600. 3.THE CONTRACTOR SHALL CALL THE CITY OF UKIAH ELECTRIC DEPARTMENT AT LEAST 48 HOURS IN ADVANCE FOR INSPECTIONS OF ALL CONDUIT, TRENCHING AND GROUNDING, PRIOR TO BACKFILL. NORMAL WORK HOURS ARE MONDAY THROUGH THURSDAY. CONTRACTOR SHALL PAY ALL OVERTIME PREMIUMS ASSOCIATED WITH INSPECTIONS OUTSIDE OF THE NORMAL WORKDAY/WORKWEEK. 4.ANY CHANGES TO THE APPROVED CONTRACT DOCUMENTS MUST BE APPROVED BY THE CITY OF UKIAH ELECTRIC DEPARTMENT REPRESENTATIVE IN WRITING (JIM LOZANO 707-467-2823). 5.THE CONTRACTOR SHALL SHORE ALL TRENCHES 5 FEET IN DEPTH OR GREATER. SHORING SHALL BE IN ACCORDANCE WITH THE CONSTRUCTION SAFETY ORDERS OF THE DIVISION OF OCCUPATIONAL SAFETY AND HEALTH. 6.THE CONTRACTOR IS RESPONSIBLE FOR REMOVING ALL WATER AND DEBRIS FROM NEWLY INSTALLED CONDUITS. CONDUITS SHALL BE FREE OF DIRT, ROCKS AND OTHER OBSTRUCTIONS, THAT MAY HINDER OR HARM THE INSTALLATION OF ELECTRICAL CONDUCTORS. ALL NEWLY INSTALLED CONDUITS SHALL BE PROVED WITH MANDREL AND PULL/MULE TAPE (NO SPLICES) INSTALLED WITH A MINIMUM OF 2500 LB OF TENSILE STRENGTH, APPROVED BY THE CITY. 7.THE CONTRACTOR IS RESPONSIBLE FOR CONDITION OF ALL SUBSTRUCTURES (FOR EXAMPLE, TRENCH SETTLEMENT, DAMAGED SUBSTRUCTURES ETC) UNTIL ONE YEAR AFTER THE DATE OF SUBSTANTIAL COMPLETION. NOTE:1.SOME ABBREVIATIONS MAY BE USED IN COMBINATION. 2.REFER TO CURRENT CALIFORNIA DEPARTMENT OF TRANSPORTATION STANDARD PLANS FOR ADDITIONAL ABBREVIATIONS NOT LISTED. B1 12" SD 10" SS NOTE: SEE LANDSCAPE PLANS FOR ADDITIONAL LEGEND INFO. PH1 PM SEWER CONSTRUCTION NOTES: 1.CONTRACTOR MUST LOCATE THE EXISTING SANITARY SEWER CLEANOUT AND PRIVATE/PUBLIC SANITARY SEWER LATERAL AT EACH PARCEL PRIOR TO SANITARY SEWER CONSTRUCTION. 2.NEW SEWER MAINS ARE TO BE CLEANED AND FREE OF DEBRIS, BY MEANS OF AN APPROVED METHOD (E.G. RUBBER BALL WASHED THROUGH, HYDRO-CLEANER ETC.) PRIOR TO TESTS FOR LEAKAGE AND DEFLECTION. 3.PIPE DEFLECTION SHALL BE TESTED BY USE OF A STEEL MANDREL WITH MAXIMUM ALLOWABLE DEFLECTION OF 5%. CONTRACTOR SHALL PROVIDE A STEEL MANDREL AT THE JOBSITE FOR EVERY DIAMETER OF SEWER MAIN CONSTRUCTED. SEE DETAIL 1 ON DRAWING U-502. 4.SEWER MAINS SHALL BE TESTED FOR SOUNDNESS AND TIGHTNESS (LEAKAGE) BY THE USE OF LOW-PRESSURE AIR TEST OR A HYDROSTATIC TEST WITH A MINIMUM OF 10' OF HEAD AND ANY PORTION OF THE MAIN TO BE TESTED. CONTRACTOR SHALL HAVE ON-SITE, A MEANS BY WHICH TO TEST THE MAIN. 5.MANHOLES SHALL BE COATED INSIDE WITH ONE (1) COAT OF THORO-SEAL, XPEX, OR APPROVED EQUAL. 6.MANHOLES SHALL BE SUBJECT TO HYDROSTATIC TESTS, BY FILLING WITH WATER AND MEASURING THE DROP IN WATER LEVEL OVER A 30 MINUTE PERIOD. PRIOR TO THE 30 MINUTE TEST, MANHOLES SHALL BE FILLED WITH WATER FOR A MINIMUM OF 24 HOUR PERIOD. 7.ALL TRENCHES SHALL BE BACKFILLED IN ACCORDANCE WITH STANDARD DRAWING NO. 220, PRIOR TO TESTS FOR LEAKAGE AND DEFLECTION. 8.INSTALL ALL (N) SEWER MAINS AND LATERALS IN TRENCHES IN ACCORDANCE WITH CITY STD 220. WATER CONSTRUCTION NOTES: 1.METER BOXES AND VAULTS SHALL BE SET SO THAT THE READING LIDS ARE ALIGNED OVER THE METER REGISTERS AS CLOSELY AS POSSIBLE. 2.INSTALL ALL (N) WATER MAINS IN TRENCHES IN ACCORDANCE WITH CITY STD 320. Page 147 of 551 193+00 194+00 195+00 196+00 197+00 198+00 199+00 200+00 201+00 202+00 203+00 204+00 205+00 206+00 207+00 208+00 209+00 210+00 211+00 212+00 213+00 214+00 215+00 216+00 217+00 218+00 219+00 W . M I L L S T R E E T E. M I L L S T R E E T 1 2 100 114 115 116 117 118 120 121 125 126 127 128 129 130131 182 80011 132 133 134 135 136 137 138 139 S. STATE STREET E . G O B B I S T R E E T CH E R R Y S T R E E T F R E I T A S A V E N U E N5°11'48"W 1968.3 7 ' L=262.16, R=20000.00 D=0°45'00" L=298.97, R=23000.00 D=0°44'40" N6°41'33"W 747.97' E . G O B B I S T R E E T PCC STA 203+46.94 PT STA 206+09.10 PC STA 200+47.97 N 2178893.10 E 6219678.80 STA 208+44.95 S STATE ST= STA 101+50.0 GOBBI ST 1 0 3 + 5 0 1 0 0 + 0 0 1 0 1 + 0 0 1 0 2 + 0 0 1 0 3 + 0 0 N 7 1 ° 5 7 ' 0 0 " E 3 5 0 . 0 0 ' N 2180490.89 E 6219702.06 N 2180382.45 E 6219369.29 239+00 240+00 241+00 242+00 243+00 244+00 245+00 246+00 247+00 248+00 249+00 250+00 251+00 252+00 253+00 254+00 254+70 51 + 0 0 52 + 0 0 53 + 0 0 54 + 0 0 55 + 0 0 56 + 0 0 HE N R Y S T R E E T N. STATE ST R E E T 3 4 5 6 58 59 60 61 85 9293 166 167 168 169 173 174 175 176 177 178 179 180 80004 80005 80006 80007 80008 80009 80010 140 141 SC O T T S T R E E T S87°57'17"E 393.18' L=136.35, R=900.00 D=8°40'50" N1°56'35"W 1 4 5 0 . 7 6 ' NO R T O N S T R E E T PC STA 238+82.89 PT STA 240+19.24 N 2185022.70 E 6219050.23 34 + 5 0 35 + 0 0 35 + 5 0 STA 240+49.89 N STATE ST= STA 35+50.00 HENRY ST STA 246+66.45 N STATE ST= STA 55+50.00 SCOTT ST STA 248+36.38 N STATE ST= STA 75+50.00 NORTON ST N 2184229.59 E 6218627.74 CL A R A A V E N U E POINT TABLE POINT NUMBER 1 2 3 4 5 6 58 59 60 61 85 92 93 100 114 115 116 117 118 120 121 125 126 127 128 129 130 131 132 133 NORTHING 2180576.401 2181346.109 2183720.772 2184364.263 2183563.854 2183557.260 2183756.335 2183606.509 2183603.439 2183542.840 2183552.981 2184219.608 2183873.074 2181183.699 2181316.228 2181016.455 2180830.813 2180639.844 2180356.771 2180502.696 2180434.779 2180886.125 2180761.827 2180363.758 2180566.639 2180482.594 2180723.056 2180691.748 2180169.905 2179957.985 EASTING 6219528.172 6219392.738 6219067.196 6219105.188 6219072.349 6218803.565 6219133.110 6219115.130 6219098.403 6219100.433 6218826.199 6219077.473 6219129.257 6219471.711 6219477.772 6219429.929 6219503.843 6219463.699 6219479.049 6219651.209 6219406.303 6219435.134 6219446.449 6219239.860 6219961.820 6219787.431 6220376.046 6220376.443 6219563.505 6219519.823 ELEVATION 612.94 618.77 625.81 624.94 627.13 628.88 626.08 626.10 626.42 628.14 628.21 624.94 629.10 617.09 618.79 614.95 613.77 613.14 613.00 610.64 614.18 614.01 613.68 616.80 605.95 609.31 602.82 601.94 613.55 616.35 DESCRIPTION SET CPI CTRL CUT 'X' SET CPI CTRL CUT 'X' SET CPI CTRL CUT 'X' SET CPI CTRL CUT 'X' SET CPI CTRL CUT 'X' SET CPI CTRL MAG NAIL FND BRASS TAG LS4518 FND MON FND CTRL MON FND MON FND 3/16" PIN IN WELL FND 3/4" COPPERWELD IN MON WELL FND BRASS TAG ON BRIDGE WALL SET CPI CTRL CUT 'X' SET CPI CTRL CUT 'X' SET CPI CTRL CUT 'X' SET CPI CTRL CUT 'X' SET CPI CTRL CUT 'X' SET CPI CTRL CUT 'X' SET CPI CTRL CUT 'X' SET CPI CTRL CUT 'X' FND BRASS TAG LS FND 1/2'' IRON PIPE LS7173 FND 1/2'' IRON PIPE LS8155 FND MON NO TAG1/8 FND 1/2'' IRON PIPE NO TAGW/ SET CPI CTRL CUT 'X' FND MON NO TAG2 SET CPI CTRL MAG NAIL SET CPI CTRL CUT 'X' POINT TABLE POINT NUMBER 134 135 136 137 138 139 140 141 166 167 168 169 173 174 175 176 177 178 179 180 182 80004 80005 80006 80007 80008 80009 80010 80011 NORTHING 2179780.810 2179556.358 2179390.771 2179196.712 2179078.063 2181385.835 2184241.989 2184246.468 2184528.751 2185020.660 2185020.093 2184088.116 2184423.207 2184377.548 2184203.884 2184244.673 2184279.787 2184189.718 2184189.727 2184136.010 2179646.061 2184343.865 2184823.175 2184191.799 2184008.306 2183966.838 2183607.178 2184419.872 2180248.086 EASTING 6219607.320 6219562.998 6219648.324 6219610.669 6219607.479 6219392.115 6218849.062 6218724.702 6219107.061 6219060.513 6219050.403 6219121.570 6219217.800 6219294.875 6218958.113 6218936.774 6219116.593 6219118.472 6219118.558 6219120.416 6219192.978 6219039.766 6219091.605 6219032.610 6219117.193 6219053.491 6219131.170 6219242.149 6219103.555 ELEVATION 615.82 616.50 615.13 615.39 615.95 618.97 626.37 626.81 625.06 625.89 625.47 625.29 622.55 621.76 626.38 625.81 625.12 625.52 625.53 625.68 620.78 625.13 625.61 626.03 625.56 625.53 626.69 622.88 620.66 DESCRIPTION SET CPI CTRL CUT 'X' SET CPI CTRL CUT 'X' SET CPI CTRL MAG NAIL SET CPI CTRL CUT 'X' FND 1/2'' IRON PIPE NO TAGYELLOW SET CPI CTRL CUT 'X' SET CPI CTRL CUT 'X' SET CPI CTRL CUT 'X' FND MON LEAD FND MON NO TAGWELL FND MON NO TAGWELL FND 3/4'' IRON PIPE NO TAG FND 1/2'' IRON PIPE LSLS SET 1/2'' IRON PIPE RCE FND 3/4'' IRON PIPE NO TAG FND 1/2'' IRON PIPE NO TAG FND 3/4'' IRON PIPE NO TAG FND 3/4'' IRON PIPE NO TAG FND 1/2'' IRON PIPE NO TAG FND BRASS TAG LSRCE FND PIN NO CAPWELL SET CPI CTRL CUT 'X' SET CPI CTRL CUT 'X' SET CPI CTRL CUT 'X' SET CPI CTRL CUT 'X' SET CPI CTRL CUT 'X' SET CPI CTRL CUT 'X' SET CPI CTRL CUT 'X' SET CPI CTRL CUT 'X' 20 2 3 - 0 2 - 2 2 5: 2 5 P M JP A R K 2 N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - C P I - 0 0 0 0 - D W G - C I - G E N - 0 0 0 4 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 G-004 4 SU R V E Y C O N T R O L D I A G R A M XXX XXX NOTES: 1.BENCHMARK: CINQUINI & PASSARINO CONTROL POINT NO. 1, BEING A SET CUT 'X' ON THE TOP OF CONCRETE CURB ON THE EASTERLY SIDE OF SOUTH STATE STREET, APPROXIMATELY 100± FEET NORTH OF E. GOBBI STREET AS SHOWN HEREON. ELEVATION = 612.93' (NAVD 88). THE ORTHOMETRIC ELEVATIONS SHOWN HEREON ARE BASED ON THE NORTH AMERICAN VERTICAL DATUM OF 1988 (NAVD 1988) AND WERE DETERMINED BY STATIC GPS TIES TO CGPS STATIONS HOPB, P189 & P190 WITH PUBLISHED ELLIPSOIDAL HEIGHTS OF HOPB =1160.485, P189 = 582.043' AND P190 = 666.932', IN ADDITION TO APPLYING THE NGS GEOID HEIGHT MODEL "GEOID2012B". 2.BASIS OF BEARINGS: THE BASIS OF BEARINGS FOR THIS SURVEY IS THE CALIFORNIA COORDINATE SYSTEM, ZONE II, NAD 83, EPOCH 2017.50 AS DETERMINED LOCALLY BY A LINE BETWEEN CONTINUOUS GLOBAL POSITIONING SYSTEMS (CGPS) STATION HOPB AND STATION P190; BEING NORTH 22°12'24” WEST AS DERIVED FROM GEODETIC VALUES PUBLISHED BY THE CALIFORNIA SPATIAL REFERENCE CENTER (CSRC). LEGEND: CONTROL POINT, CONTROL MONUMENT PARCEL LINE ROW N 0 200'100' N 0 200'100' ROW CENTERLINE PROJECT CENTERLINE PK NAIL OR MAG NAIL OR LEAD & TACK OR CUT "X" Page 148 of 551 (E) 35.0' EASEMENT WHERE PRESENT CONFORM AT (E) LIP OF GUTTER CL (E) 7" ± AC (E) 12" ± AB CONFORM AT (E) LIP OF GUTTER (E) 40.0' TO 75.0' R/W (E) 56.5' ± TRAVEL WAY (E) 6.8'± SIDEWALK (E) 11.8'± SIDEWALK 6' WIDE 2.5" EDGE GRIND 6' WIDE 2.5" EDGE GRIND (N) 2.5" HMA OVERLAY 6 6 3 C-503 3 C-503 (E) 70.0' TO 75.0' R/W (N) SIDEWALK & PLANTERS (N) SIDEWALK & PLANTERS SIDEWALK PER CITY STD DETAIL 102 MATCH (E) SIDEWALK OR LANDSCAPE SURFACE CURB AND GUTTER PER CITY STD DETAIL 102 2.0' TO 13.0' PLANTED MEDIAN CL (N) 15" AB (N) 6" HMA (N) 15" AB (N) 6" HMA MATCH (E) SIDEWALK OR LANDSCAPE SURFACE VARIES PER PLAN VARIES PER PLAN SIDEWALK PER CITY STD DETAIL 102 CURB AND GUTTER PER CITY STD DETAIL 102 MEDIAN CURB MEDIAN CURB SEE LM, LP, AND IP PLANS FOR CONTINUATION (E) 7" ± AC (E) 12" ± AB CONFORM AT (E) LIP OF GUTTER CONFORM AT (E) LIP OF GUTTER(E) 7" ± AC (E) 12" ± AB (N) GRIND & OVERLAY 2.5" HMA CL (E) 56.5' ± TRAVEL WAY (E) 35.0' EASEMENT WHERE PRESENT (E) 40.0' TO 75.0' R/W (E) 6.8'± SIDEWALK (E) 11.8'± SIDEWALK 20 2 3 - 0 2 - 2 2 5: 2 6 P M JP A R K 2 N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - G E N - 0 0 0 5 T H R U 0 0 0 6 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTER E D P R O F E SSIONAL E N G I N E E R STATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L G-005 5 TY P I C A L S E C T I O N S - 1 ME JS B GRIND & OVERLAY PAVEMENT - S STATE STREET STA 207+42.88 TO STA 210+72.60 NO SCALE A PAVEMENT OVERLAY - S STATE STREET STA 194+25.92 TO STA 207+42.88 NO SCALE C STRUCTURAL SECTION - S STATE STREET STA 210+72.60 TO STA 217+99.38 NO SCALE Page 149 of 551 (E) 80.0' R/W (N) 58' ± TRAVEL WAY (N) 12.9' ± SIDEWALK/DRIVEWAY/ LANDSCAPE CL 11.5' LANE 15.0' TWO WAY LEFT TURN LANE 10.0' PARKING LANE 11.5' LANE 10.0' PARKING LANE (N) 11.1' ± SIDEWALK/DRIVEWAY/ LANDSCAPE SIDEWALK PER CITY STD DETAIL 102 MATCH (E) SIDEWALK OR LANDSCAPE SURFACE CURB AND GUTTER PER CITY STD DETAIL 102 (N) 15" AB (N) 6" HMA VARIES PER PLAN VARIES PER PLAN SIDEWALK PER CITY STD DETAIL 102 MATCH (E) SIDEWALK OR LANDSCAPE SURFACE CURB AND GUTTER PER CITY STD DETAIL 102 (E) 10" PCC (E) 12" AB 2.7%4.1% 14.7' 14.7' (E ) BU I L D I N G WIDTH VARIES EG (E) 80.0' R/W 58' ± TRAVEL WAY 12' LANE 14.0' MEDIAN 10.0' LANE 12' LANE 10.0' LANE CL SIDEWALK PER CITY STD DETAIL 102 MATCH (E) SIDEWALK OR LANDSCAPE SURFACE CURB AND GUTTER PER CITY STD DETAIL 102 VARIES PER PLAN SIDEWALK PER CITY STD DETAIL 102 MATCH (E) SIDEWALK OR LANDSCAPE SURFACE CURB AND GUTTER PER CITY STD DETAIL 102 VARIES PER PLAN 9.3' ± SIDEWALK/DRIVEWAY/ LANDSCAPE VARIES PER PLAN 11.1' ± SIDEWALK/DRIVEWAY/ LANDSCAPE VARIES PER PLAN (E) 10" PCC (E) 12" AB (E) 10" PCC (E) 12" AB 2.1% 14.3' 13.4' 3.0% MEDIAN CURBMEDIAN CURB (N) 15" AB (N) 15" AB (N) 6" HMA (N) 6" HMA SEE LM, LP, AND IP PLANS FOR CONTINUATION EG 20 2 3 - 0 2 - 2 2 5: 2 6 P M JP A R K 2 N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - G E N - 0 0 0 5 T H R U 0 0 0 6 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTER E D P R O F E SSIONAL E N G I N E E R STATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L G-006 6 TY P I C A L S E C T I O N S - 2 ME JS E STRUCTURAL SECTION WITH MEDIAN - N STATE STREET STA 246+95.08 TO STA 248+75.03 NO SCALE D STRUCTURAL SECTION - N STATE STREET STA 240+35.35 TO STA 246+95.08 AND STA 248+02.50 TO STA 248+75.03 NO SCALE Page 150 of 551 197+00 198+00 199+00 200+00S STATE ST "ST-CL" LINE 6' 6' REMOVE CONCRETE CURB AND GUTTER, AND CONCRETE FLATWORK REMOVE (E) CONCRETE PANELS, AGGREGATE BASE, AND SUBGRADE TO REQUIRED DEPTH FOR (N) STRUCTURAL SECTION 0.20' MIN COLD PLANE (E) AC PAVEMENT CONFORM GRIND, PER REMOVE STRIPING REMOVE (E) ROADWAY STRUCTURAL SECTION TO REQUIRED DEPTH REMOVE TREE SAWCUT LINE EDGE GRIND, PER 3 C-503 1 C-503 REMOVE AC PAVEMENT 193+00 194+00 195+00 196+00 "ST-CL" 194+98.13, 23.10' R EDGE GRIND (E) PAVEMENT S STATE ST "ST-CL" LINE CH E R R Y S T "ST-CL" 194+25.92, 29.17' R CONFORM "ST-CL" 194+26.16, 28.89' L CONFORM "ST-CL" 194+56.14, 22.91' L EDGE GRIND (E) PAVEMENT 30' 6' 6' "ST-CL" 194+55.95, 23.14' R CONFORM "ST-CL" 194+43.48, 52.44' R CONFORM "ST-CL" 194+84.78, 54.38' R CONFORM VA R I E S 2 9 . 9 ' T O 3 1 . 3 ' 20 2 3 - 0 2 - 2 2 5: 3 4 P M JP A R K 2 N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - D E M - 0 1 0 1 T H R U 0 1 0 6 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTER E D P R O F E SSIONAL E N G I N E E R STATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L D-101 7 DE M O L I T I O N P L A N S S T A T E S T S T A 1 9 3 + 0 0 - S T A 2 0 0 + 5 0 RB JS - DEMOLITION PLAN S STATE STREET SCALE: 1" = 20' DEMOLITION PLAN S STATE STREET SCALE: 1" = 20' N 0 40'20'10' N 0 40'20'10' ST A 1 9 6 + 7 5 M A T C H L I N E S E E B E L O W ST A 2 0 0 + 5 0 M A T C H L I N E S E E S H E E T D - 1 0 2 1.REMOVE (E) CURB AND GUTTER. 2.REMOVE (E) SIDEWALK, DRIVEWAY AND CURB RAMPS. 3.REMOVE (E) PAVEMENT MARKINGS. 4.REMOVE (E) TREE AND/OR STUMP. 5.REMOVE TREE GRATE. 6.REMOVE (E) TRASH RECEPTACLE. 7.REMOVE OR ABANDON TRAFFIC LOOPS. SEE TRAFFIC SIGNAL PLANS FOR DETAILS. 8.REMOVE (E) STREET LIGHT. 9.REMOVE (E) VERTICAL CURB. 1.LOCATION OF EXISTING UTILITIES, STRUCTURES, AND OBSTACLES SHOWN ON THE PLANS ARE FROM AVAILABLE RECORD INFORMATION. EXACT LOCATION AND COMPLETENESS ARE NOT GUARANTEED. 2.CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICES ALERT (USA) AT (800) 227-2600 OR 811 A MINIMUM OF TWO WORKING DAYS PRIOR TO ANY EXCAVATION OR PLANNED WORK OPERATIONS FOR MARK OUTS OF EXISTING UNDERGROUND FACILITIES. 3.CONTRACTOR IS ADVISED OF THE PRESENCE OF SHALLOW STORM DRAINS THROUGHOUT THE PROJECT AREA. STORM DRAINS SHALL BE PROTECTED IN PLACE DURING ALL CONTRACT WORK. 4.CONTRACTOR TO VERIFY LOCATION OF UTILITIES PRIOR TO START OF WORK. 5.EXISTING FEATURES TO BE DEMOLISHED ARE DISPLAYED DARKER ON THIS PLAN. 6. SAWCUT LINES AND LIMITS OF DEMOLITION SHOWN ARE APPROXIMATE. CONTRACTOR MAY ADJUST SAWCUT LINES AND LIMITS OF DEMOLITION AS NECESSARY TO INSTALL PROPOSED IMPROVEMENTS AND CONFORM TO EXISTING MATCH POINTS. 7.SEE TRAFFIC SIGNAL PLANS FOR REMOVAL/OR RELOCATION OF EXISTING TRAFFIC SIGNAL FACILITIES UNLESS OTHERWISE NOTED. 8.SEE UTILITY PLANS FOR EXISTING UNDERGROUND UTILITY INFORMATION AS WELL AS WATER, SEWER, AND STORM DRAIN DEMOLITION LIMITS AND FOR EXISTING MANHOLES, VALVES, AND BOXES THAT NEED TO BE ADJUSTED TO FINISHED GRADE. 9.SEE ELECTRICAL PLANS FOR DETAILS REGARDING MODIFICATIONS TO THE EXISTING STREET LIGHT SYSTEM. STREET LIGHTS TO BE REMOVED SHALL BE SALVAGED AND DELIVERED TO THE CITY'S CORP YARD, REFER TO PROJECT SPECIFICATIONS FOR ADDITIONAL DETAILS. 10.MONUMENT BOXES TO BE ADJUSTED TO FINISHED GRADE PER LAYOUT PLAN & PROFILE SHEETS AND PER CITY STANDARDS (TYP). 11.REMOVE POLES, SEE UTILITY AND JOINT TRENCH PLANS FOR DETAILS. 12.CONTRACTOR IS RESPONSIBLE FOR PRESERVING THE INTEGRITY OF HARDSCAPE TO BE ADJOINED BY NEW IMPROVEMENTS DURING DEMOLITION ACTIVITIES. SHEET GENERAL NOTES DEMOLITION LEGEND SHEET KEYNOTES ST A 1 9 6 + 7 5 M A T C H L I N E S E E A B O V E Page 151 of 551 205+00 206+00 207+00 208+00 209+00S STATE ST E G O B B I S T W G O B B I S T "ST-CL" 207+42.88, 23.29' L EDGE GRIND (E) PAVEMENT "ST-CL" 209+20.61, 24.11' R SAWCUT "ST-CL" 208+75.78, 52.63' R SAWCUT "ST-CL" 209+19.06, 44.68' R "ST-CL" 209+07.23, 58.84' R "ST-CL" 208+91.12, 58.49' R"ST-CL" 208+79.79, 51.87' R BEG "ST-CL" 209+20.61, 28.69' R END "ST-CL" 209+19.04, 28.69' R 1 1 2 "ST-CL" LINE "ST-CL" 208+39.15, 48.87' R SAWCUT "ST-CL" 208+07.12, 26.99' R SAWCUT "ST-CL" 207+42.88, 22.94' R EDGE GRIND (E) PAVEMENT 2 2 "ST-CL" 208+07.12, 31.98' R BEG "ST-CL" 208+34.46, 50.12' R END 1 1 6' 6' "ST-CL" 208+38.06, 60.14' R SAWCUT/CONFORM "ST-CL" 208+61.62, 46.80' L CONFORM"ST-CL" 208+02.10, 48.51' L CONFORM 20 ' VA R I E S 2 7 . 6 ' T O 3 3 . 7 ' "ST-CL" 208+14.84, 49.98' R 2 2 30' 7(TYP) "ST-CL" 209+25.13, 28.77' L BEG 1 "ST-CL" 209+25.13, 35.15' L 2 "ST-CL" 208+01.36, 69.56' L SAWCUT "ST-CL" 208+26.92, 75.04' L SAWCUT "ST-CL" 208+32.35, 47.64' L SAWCUT/CONFORM REMOVE CONCRETE CURB AND GUTTER, AND CONCRETE FLATWORK REMOVE (E) CONCRETE PANELS, AGGREGATE BASE, AND SUBGRADE TO REQUIRED DEPTH FOR (N) STRUCTURAL SECTION 0.20' MIN COLD PLANE (E) AC PAVEMENT CONFORM GRIND, PER REMOVE STRIPING REMOVE (E) ROADWAY STRUCTURAL SECTION TO REQUIRED DEPTH REMOVE TREE SAWCUT LINE EDGE GRIND, PER 3 C-503 1 C-503 REMOVE AC PAVEMENT 201+00 202+00 203+00 204+00 205+00S STATE ST F R E I T A S A V E "ST-CL" LINE 6' 6' "ST-CL" 201+48.90, 49.17' L CONFORM "ST-CL" 201+84.29, 49.13' L CONFORM 26 ' "ST-CL" 208+88.56, 166.56' R SAWCUT "ST-CL" 208+80.72, 168.18' R SAWCUT "ST-CL" 208+61.98, 77.40' R SAWCUT "ST-CL" 208+42.31, 81.46' R SAWCUT "ST-CL" 208+65.46, 54.69' R SAWCUT/CONFORM 20 2 3 - 0 2 - 2 2 5: 3 4 P M JP A R K 2 N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - D E M - 0 1 0 1 T H R U 0 1 0 6 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTER E D P R O F E SSIONAL E N G I N E E R STATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L D-102 8 DE M O L I T I O N P L A N S S T A T E S T S T A . 2 0 0 + 5 0 - S T A . 2 0 9 + 5 0 RB JS - DEMOLITION PLAN S STATE STREET SCALE: 1" = 20' DEMOLITION PLAN S STATE STREET SCALE: 1" = 20' N 0 40'20'10' N 0 40'20'10' ST A 2 0 5 + 0 0 M A T C H L I N E S E E B E L O W ST A 2 0 9 + 5 0 M A T C H L I N E S E E S H E E T D - 1 0 3 1.REMOVE (E) CURB AND GUTTER. 2.REMOVE (E) SIDEWALK, DRIVEWAY AND CURB RAMPS. 3.REMOVE (E) PAVEMENT MARKINGS. 4.REMOVE (E) TREE AND/OR STUMP. 5.REMOVE TREE GRATE. 6.REMOVE (E) TRASH RECEPTACLE. 7.REMOVE OR ABANDON TRAFFIC LOOPS. SEE TRAFFIC SIGNAL PLANS FOR DETAILS. 8.REMOVE (E) STREET LIGHT. 9.REMOVE (E) VERTICAL CURB. 1.LOCATION OF EXISTING UTILITIES, STRUCTURES, AND OBSTACLES SHOWN ON THE PLANS ARE FROM AVAILABLE RECORD INFORMATION. EXACT LOCATION AND COMPLETENESS ARE NOT GUARANTEED. 2.CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICES ALERT (USA) AT (800) 227-2600 OR 811 A MINIMUM OF TWO WORKING DAYS PRIOR TO ANY EXCAVATION OR PLANNED WORK OPERATIONS FOR MARK OUTS OF EXISTING UNDERGROUND FACILITIES. 3.CONTRACTOR IS ADVISED OF THE PRESENCE OF SHALLOW STORM DRAINS THROUGHOUT THE PROJECT AREA. STORM DRAINS SHALL BE PROTECTED IN PLACE DURING ALL CONTRACT WORK. 4.CONTRACTOR TO VERIFY LOCATION OF UTILITIES PRIOR TO START OF WORK. 5.EXISTING FEATURES TO BE DEMOLISHED ARE DISPLAYED DARKER ON THIS PLAN. 6. SAWCUT LINES AND LIMITS OF DEMOLITION SHOWN ARE APPROXIMATE. CONTRACTOR MAY ADJUST SAWCUT LINES AND LIMITS OF DEMOLITION AS NECESSARY TO INSTALL PROPOSED IMPROVEMENTS AND CONFORM TO EXISTING MATCH POINTS. 7.SEE TRAFFIC SIGNAL PLANS FOR REMOVAL/OR RELOCATION OF EXISTING TRAFFIC SIGNAL FACILITIES UNLESS OTHERWISE NOTED. 8.SEE UTILITY PLANS FOR EXISTING UNDERGROUND UTILITY INFORMATION AS WELL AS WATER, SEWER, AND STORM DRAIN DEMOLITION LIMITS AND FOR EXISTING MANHOLES, VALVES, AND BOXES THAT NEED TO BE ADJUSTED TO FINISHED GRADE. 9.SEE ELECTRICAL PLANS FOR DETAILS REGARDING MODIFICATIONS TO THE EXISTING STREET LIGHT SYSTEM. STREET LIGHTS TO BE REMOVED SHALL BE SALVAGED AND DELIVERED TO THE CITY'S CORP YARD, REFER TO PROJECT SPECIFICATIONS FOR ADDITIONAL DETAILS. 10.MONUMENT BOXES TO BE ADJUSTED TO FINISHED GRADE PER LAYOUT PLAN & PROFILE SHEETS AND PER CITY STANDARDS (TYP). 11.REMOVE POLES, SEE UTILITY AND JOINT TRENCH PLANS FOR DETAILS. 12.CONTRACTOR IS RESPONSIBLE FOR PRESERVING THE INTEGRITY OF HARDSCAPE TO BE ADJOINED BY NEW IMPROVEMENTS DURING DEMOLITION ACTIVITIES. SHEET GENERAL NOTES DEMOLITION LEGEND SHEET KEYNOTES ST A 2 0 5 + 0 0 M A T C H L I N E S E E A B O V E ST A 2 0 0 + 5 0 M A T C H L I N E S E E S H E E T D - 1 0 1 E GOBBI ST LAYOUT PLAN - E GOBBI STREET SCALE: 1" = 20' 0 40'20'10' N E GOBBI ST MATCH LINE SEE ABOVE E G O B B I S T M A T C H L I N E SE E A B O V E Page 152 of 551 210+00 211+00 212+00 213+00 214+00 2 2 S STATE ST "ST-CL" 210+72.59, 26.10' L SAWCUT "ST-CL" 210+72.68, 26.13' R SAWCUT "ST-CL" 211+24.00, 37.50' R "ST-CL" 211+21.34, 35.00' L "ST-CL" 211+21.34, 28.32' L BEG "ST-CL" 211+23.84, 30.53' R BEG 1 2 2 1 "ST-CL" 211+78.87, 38.39' L SAWCUT "ST-CL" 212+26.24, 38.58' L SAWCUT "ST-CL" 213+37.29, 37.03' L SAWCUT "ST-CL" 213+63.61, 37.02' L SAWCUT "ST-CL" 213+94.51, 38.72' L SAWCUT "ST-CL" 211+44.21, 41.97' R SAWCUT "ST-CL" 211+81.84, 42.15' R SAWCUT "ST-CL" LINE 4 4 4 4 4 444444555555 5 5 5 5 5 5 5 7 (TYP) 8 45 8 "ST-CL" 210+31.93, 28.83' L END "ST-CL" 210+31.93, 35.12' L 1 2 PROTECT (E) SDMH "ST-CL" 210+83.94, 40.15' L "ST-CL" 210+63.30, 35.01' L 2 2 "ST-CL" 210+78.65, 44.60' R "ST-CL" 209+59.52, 36.04' R 2 2 E M I l l S T 214+00 215+00 216+00 217+00 218+00 2 2 S STATE ST "ST-CL" 217+91.66, 51.29' R SAWCUT "ST-CL" 217+84.59, 50.83' R END "ST-CL" 217+78.57, 50.49' R "ST-CL" 217+93.33, 24.60' R SAWCUT "ST-CL" 217+99.38, 24.06' R CONFORM "ST-CL" 217+76.49, 74.29' L CONFORM "ST-CL" 217+70.63, 73.04' L SAWCUT "ST-CL" 217+57.82, 70.32' L "ST-CL" 217+63.72, 71.57' L END 1 2 1 2 "ST-CL" 214+22.38, 38.78' L SAWCUT "ST-CL" 214+47.02, 38.14' L SAWCUT "ST-CL" 214+79.05, 38.05' L SAWCUT "ST-CL" 216+35.42, 38.21' L SAWCUT "ST-CL" 216+64.39, 38.14' L SAWCUT "ST-CL" 214+35.22, 42.20' R SAWCUT "ST-CL" 214+69.33, 42.10' R SAWCUT "ST-CL" 214+81.75, 39.10' R SAWCUT "ST-CL" 215+08.17, 37.01' R SAWCUT "ST-CL" 215+48.10, 37.02' R SAWCUT "ST-CL" 215+66.07, 37.03' R SAWCUT "ST-CL" 216+61.16, 36.96' R SAWCUT "ST-CL" 216+83.50, 36.95' R SAWCUT "ST-CL" 217+01.56, 36.95' R SAWCUT "ST-CL" 217+20.61, 36.96' R SAWCUT "ST-CL" LINE 4 4 4 4 4 4 4 4444 5 5 5 5 5 55 555 5 3 3 45 8 W M I L L S T PROTECT (E) PAVERS 6' "ST-CL" 217+97.65, 51.66' R CONFORM REMOVE CONCRETE CURB AND GUTTER, AND CONCRETE FLATWORK REMOVE (E) CONCRETE PANELS, AGGREGATE BASE, AND SUBGRADE TO REQUIRED DEPTH FOR (N) STRUCTURAL SECTION 0.20' MIN COLD PLANE (E) AC PAVEMENT CONFORM GRIND, PER REMOVE STRIPING REMOVE (E) ROADWAY STRUCTURAL SECTION TO REQUIRED DEPTH REMOVE TREE SAWCUT LINE EDGE GRIND, PER 3 C-503 1 C-503 REMOVE AC PAVEMENT 20 2 3 - 0 2 - 2 2 5: 3 5 P M JP A R K 2 N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - D E M - 0 1 0 1 T H R U 0 1 0 6 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTER E D P R O F E SSIONAL E N G I N E E R STATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L DEMOLITION PLAN S STATE STREET SCALE: 1" = 20' ST A 2 1 4 + 0 0 M A T C H L I N E S E E B E L O W N 0 40'20'10' ST A 2 0 9 + 5 0 M A T C H L I N E S E E S H E E T D - 1 0 2 ST A 2 1 4 + 0 0 M A T C H L I N E S E E A B O V E DEMOLITION PLAN S STATE STREET SCALE: 1" = 20' N 0 40'20'10' D-103 9 DE M O L I T I O N P L A N S S T A T E S T S T A . 2 0 9 + 5 0 - S T A . 2 1 8 + 5 0 RB JS - 1.REMOVE (E) CURB AND GUTTER. 2.REMOVE (E) SIDEWALK, DRIVEWAY AND CURB RAMPS. 3.REMOVE (E) PAVEMENT MARKINGS. 4.REMOVE (E) TREE AND/OR STUMP. 5.REMOVE TREE GRATE. 6.REMOVE (E) TRASH RECEPTACLE. 7.REMOVE OR ABANDON TRAFFIC LOOPS. SEE TRAFFIC SIGNAL PLANS FOR DETAILS. 8.REMOVE (E) STREET LIGHT. 9.REMOVE (E) VERTICAL CURB. 1.LOCATION OF EXISTING UTILITIES, STRUCTURES, AND OBSTACLES SHOWN ON THE PLANS ARE FROM AVAILABLE RECORD INFORMATION. EXACT LOCATION AND COMPLETENESS ARE NOT GUARANTEED. 2.CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICES ALERT (USA) AT (800) 227-2600 OR 811 A MINIMUM OF TWO WORKING DAYS PRIOR TO ANY EXCAVATION OR PLANNED WORK OPERATIONS FOR MARK OUTS OF EXISTING UNDERGROUND FACILITIES. 3.CONTRACTOR IS ADVISED OF THE PRESENCE OF SHALLOW STORM DRAINS THROUGHOUT THE PROJECT AREA. STORM DRAINS SHALL BE PROTECTED IN PLACE DURING ALL CONTRACT WORK. 4.CONTRACTOR TO VERIFY LOCATION OF UTILITIES PRIOR TO START OF WORK. 5.EXISTING FEATURES TO BE DEMOLISHED ARE DISPLAYED DARKER ON THIS PLAN. 6. SAWCUT LINES AND LIMITS OF DEMOLITION SHOWN ARE APPROXIMATE. CONTRACTOR MAY ADJUST SAWCUT LINES AND LIMITS OF DEMOLITION AS NECESSARY TO INSTALL PROPOSED IMPROVEMENTS AND CONFORM TO EXISTING MATCH POINTS. 7.SEE TRAFFIC SIGNAL PLANS FOR REMOVAL/OR RELOCATION OF EXISTING TRAFFIC SIGNAL FACILITIES UNLESS OTHERWISE NOTED. 8.SEE UTILITY PLANS FOR EXISTING UNDERGROUND UTILITY INFORMATION AS WELL AS WATER, SEWER, AND STORM DRAIN DEMOLITION LIMITS AND FOR EXISTING MANHOLES, VALVES, AND BOXES THAT NEED TO BE ADJUSTED TO FINISHED GRADE. 9.SEE ELECTRICAL PLANS FOR DETAILS REGARDING MODIFICATIONS TO THE EXISTING STREET LIGHT SYSTEM. STREET LIGHTS TO BE REMOVED SHALL BE SALVAGED AND DELIVERED TO THE CITY'S CORP YARD, REFER TO PROJECT SPECIFICATIONS FOR ADDITIONAL DETAILS. 10.MONUMENT BOXES TO BE ADJUSTED TO FINISHED GRADE PER LAYOUT PLAN & PROFILE SHEETS AND PER CITY STANDARDS (TYP). 11.REMOVE POLES, SEE UTILITY AND JOINT TRENCH PLANS FOR DETAILS. 12.CONTRACTOR IS RESPONSIBLE FOR PRESERVING THE INTEGRITY OF HARDSCAPE TO BE ADJOINED BY NEW IMPROVEMENTS DURING DEMOLITION ACTIVITIES. SHEET GENERAL NOTES DEMOLITION LEGEND SHEET KEYNOTES Page 153 of 551 238+00 239+00 240+00 241+00 238+00 239+00 240+00 241+00 3 W H E N R Y S T 2 "ST-CL" 240+33.60, 44.64' L SAWCUT "ST-CL" 240+52.92, 32.40' L SAWCUT "ST-CL" 240+35.35, 21.39' R SAWCUT "ST-CL" 240+41.41, 27.36' R BEG "ST-CL" 240+62.70, 49.00' L "ST-CL" 240+55.06, 47.86' L BEG "ST-CL" 240+40.97, 42.97' R 2 1 2 N STATE ST "ST-CL" LINE 4 4 1 "ST-CL" 240+41.10, 32.10' R BEG 1 4 4 4 4 4 4 5 5 "ST-CL" 240+35.35, 29.30' L SAWCUT "ST-CL" 240+53.46, 47.63' L SAWCUT 242+00 243+00 244+00 245+00 2 2 N STATE ST "ST-CL" LINE 4 4 4 4 4 4 4444 "ST-CL" 243+22.56, 32.18' R SAWCUT/END "ST-CL" 243+44.63, 32.52' R SAWCUT/BEG "ST-CL" 243+54.49, 32.21' L SAWCUT/BEG "ST-CL" 243+36.74, 32.19' L SAWCUT/END "ST-CL" 243+54.49, 38.87' L"ST-CL" 243+36.74, 38.89' L 2 2 1 1 1 1 6 "ST-CL" 243+17.39, 38.95' R 2 "ST-CL" 243+39.74, 38.92' R 2 PROTECT (E) BOX CULVERT 5 5 5 5 5 5 5 5 5 5 9 9 PROTECT (E) BRIDGE RAILING PROTECT (E) BRIDGE RAILING REMOVE CONCRETE CURB AND GUTTER, AND CONCRETE FLATWORK REMOVE (E) CONCRETE PANELS, AGGREGATE BASE, AND SUBGRADE TO REQUIRED DEPTH FOR (N) STRUCTURAL SECTION 0.20' MIN COLD PLANE (E) AC PAVEMENT CONFORM GRIND, PER REMOVE STRIPING REMOVE (E) ROADWAY STRUCTURAL SECTION TO REQUIRED DEPTH REMOVE TREE SAWCUT LINE EDGE GRIND, PER 3 C-503 1 C-503 REMOVE AC PAVEMENT 20 2 3 - 0 2 - 2 2 5: 3 5 P M JP A R K 2 N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - D E M - 0 1 0 1 T H R U 0 1 0 6 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTER E D P R O F E SSIONAL E N G I N E E R STATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L ST A 2 4 1 + 5 0 M A T C H L I N E S E E B E L O W ST A 2 4 5 + 5 0 M A T C H L I N E S E E S H E E T D - 1 0 5 ST A 2 4 1 + 5 0 M A T C H L I N E S E E A B O V E DEMOLITION PLAN N STATE STREET SCALE: 1" = 20' DEMOLITION PLAN N STATE STREET SCALE: 1" = 20' 0 40'20'10' 0 40'20'10' N N D-104 10 DE M O L I T I O N P L A N N S T A T E S T S T A . 2 3 7 + 5 0 - S T A . 2 4 5 + 5 0 RB JS - 1.REMOVE (E) CURB AND GUTTER. 2.REMOVE (E) SIDEWALK, DRIVEWAY AND CURB RAMPS. 3.REMOVE (E) PAVEMENT MARKINGS. 4.REMOVE (E) TREE AND/OR STUMP. 5.REMOVE TREE GRATE. 6.REMOVE (E) TRASH RECEPTACLE. 7.REMOVE OR ABANDON TRAFFIC LOOPS. SEE TRAFFIC SIGNAL PLANS FOR DETAILS. 8.REMOVE (E) STREET LIGHT. 9.REMOVE (E) VERTICAL CURB. 1.LOCATION OF EXISTING UTILITIES, STRUCTURES, AND OBSTACLES SHOWN ON THE PLANS ARE FROM AVAILABLE RECORD INFORMATION. EXACT LOCATION AND COMPLETENESS ARE NOT GUARANTEED. 2.CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICES ALERT (USA) AT (800) 227-2600 OR 811 A MINIMUM OF TWO WORKING DAYS PRIOR TO ANY EXCAVATION OR PLANNED WORK OPERATIONS FOR MARK OUTS OF EXISTING UNDERGROUND FACILITIES. 3.CONTRACTOR IS ADVISED OF THE PRESENCE OF SHALLOW STORM DRAINS THROUGHOUT THE PROJECT AREA. STORM DRAINS SHALL BE PROTECTED IN PLACE DURING ALL CONTRACT WORK. 4.CONTRACTOR TO VERIFY LOCATION OF UTILITIES PRIOR TO START OF WORK. 5.EXISTING FEATURES TO BE DEMOLISHED ARE DISPLAYED DARKER ON THIS PLAN. 6. SAWCUT LINES AND LIMITS OF DEMOLITION SHOWN ARE APPROXIMATE. CONTRACTOR MAY ADJUST SAWCUT LINES AND LIMITS OF DEMOLITION AS NECESSARY TO INSTALL PROPOSED IMPROVEMENTS AND CONFORM TO EXISTING MATCH POINTS. 7.SEE TRAFFIC SIGNAL PLANS FOR REMOVAL/OR RELOCATION OF EXISTING TRAFFIC SIGNAL FACILITIES UNLESS OTHERWISE NOTED. 8.SEE UTILITY PLANS FOR EXISTING UNDERGROUND UTILITY INFORMATION AS WELL AS WATER, SEWER, AND STORM DRAIN DEMOLITION LIMITS AND FOR EXISTING MANHOLES, VALVES, AND BOXES THAT NEED TO BE ADJUSTED TO FINISHED GRADE. 9.SEE ELECTRICAL PLANS FOR DETAILS REGARDING MODIFICATIONS TO THE EXISTING STREET LIGHT SYSTEM. STREET LIGHTS TO BE REMOVED SHALL BE SALVAGED AND DELIVERED TO THE CITY'S CORP YARD, REFER TO PROJECT SPECIFICATIONS FOR ADDITIONAL DETAILS. 10.MONUMENT BOXES TO BE ADJUSTED TO FINISHED GRADE PER LAYOUT PLAN & PROFILE SHEETS AND PER CITY STANDARDS (TYP). 11.REMOVE POLES, SEE UTILITY AND JOINT TRENCH PLANS FOR DETAILS. 12.CONTRACTOR IS RESPONSIBLE FOR PRESERVING THE INTEGRITY OF HARDSCAPE TO BE ADJOINED BY NEW IMPROVEMENTS DURING DEMOLITION ACTIVITIES. SHEET GENERAL NOTES DEMOLITION LEGEND SHEET KEYNOTES Page 154 of 551 246+00 247+00 248+00 249+00 SC O T T S T 55 + 0 0 56 + 0 0 "ST-CL" 248+75.03, 32.28' L SAWCUT/END "ST-CL" 248+75.03, 32.39' R SAWCUT/END "ST-CL" 248+53.52, 49.70' R SAWCUT/CONFORM"ST-CL" 248+21.61, 50.53' R SAWCUT/CONFORM "ST-CL" 248+12.43, 48.03' R "ST-CL" 246+50.79, 56.16' L "ST-CL" 246+57.88, 55.65' L SAWCUT "ST-CL" 246+82.78, 53.88' L SAWCUT "ST-CL" 246+90.27, 53.54' L "ST-CL" 246+84.33, 53.81' L BEG "ST-CL" 246+56.36, 55.76' L END "ST-CL" 248+75.03, 41.25' L "ST-CL" 248+17.46, 47.91' R END 2 2 2 2 11 1 2 2 2 N STATE ST "ST-CL" LINE "ST-CL" 248+57.56, 49.60' R BEG 1 "ST-CL" 248+62.36, 49.47' R "ST-CL" 248+75.03, 38.15' R 2 2 4 4 444 1 1 17 . 9 ' 5 5 5 5 57(TYP) 9 N MAIN ST N O R T O N S T 75 + 5 0 76 + 0 0 77 + 0 0 77 + 9 6 "N O - C L " L I N E "NO-CL" 77+68.10, 1.67' R "NO-CL" 77+04.69, 8.66' L "ST-CL" 248+75.03, 24.28' L SAWCUT "ST-CL" 248+50.02, 49.79' R SAWCUT/CONFORM "ST-CL" 248+34.73, 50.19' R CONFORM "NO-CL" 77+03.41, 17.75' L SAWCUT "NO-CL" 77+03.42, 11.75' L SAWCUT "ST-CL" 249+29.77, 41.29' L "NO-CL" 76+97.41, 25.19' L "NO-CL" 77+03.41, 25.21' L 2 2 2 "ST-CL" 248+89.21, 40.09' L "ST-CL" 248+98.38, 41.05' L 2 2 "ST-CL" 248+89.18, 32.27' L BEG "ST-CL" 249+29.79, 32.57' L BEG "ST-CL" 248+98.38, 32.28' L END 1 1 1 REMOVE CONCRETE CURB AND GUTTER, AND CONCRETE FLATWORK REMOVE (E) CONCRETE PANELS, AGGREGATE BASE, AND SUBGRADE TO REQUIRED DEPTH FOR (N) STRUCTURAL SECTION 0.20' MIN COLD PLANE (E) AC PAVEMENT CONFORM GRIND, PER REMOVE STRIPING REMOVE (E) ROADWAY STRUCTURAL SECTION TO REQUIRED DEPTH REMOVE TREE SAWCUT LINE EDGE GRIND, PER 3 C-503 1 C-503 REMOVE AC PAVEMENT 250+00 251+00 252+00 CL A R A A V E "ST-CL" 251+86.45, 0.00' N STATE ST "ST-CL" LINE "ST-CL" 249+60.25, 32.19' L SAWCUT/END "ST-CL" 249+60.25, 24.28' L SAWCUT "ST-CL" 249+60.28, 41.19' L 2 1 20 2 3 - 0 2 - 2 2 5: 3 5 P M JP A R K 2 N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - D E M - 0 1 0 1 T H R U 0 1 0 6 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTER E D P R O F E SSIONAL E N G I N E E R STATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L ST A 2 4 5 + 5 0 M A T C H L I N E S E E S H E E T D - 1 0 4 DEMOLITION PLAN N STATE STREET SCALE: 1" = 20' N 0 40'20'10' D-105 11 DE M O L I T I O N P L A N N S T A T E S T S T A . 2 4 5 + 5 0 - S T A . 2 4 9 + 5 0 RB JS - 1.REMOVE (E) CURB AND GUTTER. 2.REMOVE (E) SIDEWALK, DRIVEWAY AND CURB RAMPS. 3.REMOVE (E) PAVEMENT MARKINGS. 4.REMOVE (E) TREE AND/OR STUMP. 5.REMOVE TREE GRATE. 6.REMOVE (E) TRASH RECEPTACLE. 7.REMOVE OR ABANDON TRAFFIC LOOPS. SEE TRAFFIC SIGNAL PLANS FOR DETAILS. 8.REMOVE (E) STREET LIGHT. 9.REMOVE (E) VERTICAL CURB. 1.LOCATION OF EXISTING UTILITIES, STRUCTURES, AND OBSTACLES SHOWN ON THE PLANS ARE FROM AVAILABLE RECORD INFORMATION. EXACT LOCATION AND COMPLETENESS ARE NOT GUARANTEED. 2.CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICES ALERT (USA) AT (800) 227-2600 OR 811 A MINIMUM OF TWO WORKING DAYS PRIOR TO ANY EXCAVATION OR PLANNED WORK OPERATIONS FOR MARK OUTS OF EXISTING UNDERGROUND FACILITIES. 3.CONTRACTOR IS ADVISED OF THE PRESENCE OF SHALLOW STORM DRAINS THROUGHOUT THE PROJECT AREA. STORM DRAINS SHALL BE PROTECTED IN PLACE DURING ALL CONTRACT WORK. 4.CONTRACTOR TO VERIFY LOCATION OF UTILITIES PRIOR TO START OF WORK. 5.EXISTING FEATURES TO BE DEMOLISHED ARE DISPLAYED DARKER ON THIS PLAN. 6. SAWCUT LINES AND LIMITS OF DEMOLITION SHOWN ARE APPROXIMATE. CONTRACTOR MAY ADJUST SAWCUT LINES AND LIMITS OF DEMOLITION AS NECESSARY TO INSTALL PROPOSED IMPROVEMENTS AND CONFORM TO EXISTING MATCH POINTS. 7.SEE TRAFFIC SIGNAL PLANS FOR REMOVAL/OR RELOCATION OF EXISTING TRAFFIC SIGNAL FACILITIES UNLESS OTHERWISE NOTED. 8.SEE UTILITY PLANS FOR EXISTING UNDERGROUND UTILITY INFORMATION AS WELL AS WATER, SEWER, AND STORM DRAIN DEMOLITION LIMITS AND FOR EXISTING MANHOLES, VALVES, AND BOXES THAT NEED TO BE ADJUSTED TO FINISHED GRADE. 9.SEE ELECTRICAL PLANS FOR DETAILS REGARDING MODIFICATIONS TO THE EXISTING STREET LIGHT SYSTEM. STREET LIGHTS TO BE REMOVED SHALL BE SALVAGED AND DELIVERED TO THE CITY'S CORP YARD, REFER TO PROJECT SPECIFICATIONS FOR ADDITIONAL DETAILS. 10.MONUMENT BOXES TO BE ADJUSTED TO FINISHED GRADE PER LAYOUT PLAN & PROFILE SHEETS AND PER CITY STANDARDS (TYP). 11.REMOVE POLES, SEE UTILITY AND JOINT TRENCH PLANS FOR DETAILS. 12.CONTRACTOR IS RESPONSIBLE FOR PRESERVING THE INTEGRITY OF HARDSCAPE TO BE ADJOINED BY NEW IMPROVEMENTS DURING DEMOLITION ACTIVITIES. SHEET GENERAL NOTES DEMOLITION LEGEND SHEET KEYNOTES ST A 2 4 9 + 5 0 M A T C H L I N E S E E B E L O W L E F T ST A 2 4 9 + 5 0 M A T C H L I N E S E E A B O V E SEE SHEET D-106 DEMOLITION PLAN N STATE STREET SCALE: 1" = 20'0 40'20'10' N Page 155 of 551 REMOVE CONCRETE CURB AND GUTTER, AND CONCRETE FLATWORK REMOVE (E) CONCRETE PANELS, AGGREGATE BASE, AND SUBGRADE TO REQUIRED DEPTH FOR (N) STRUCTURAL SECTION 0.20' MIN COLD PLANE (E) AC PAVEMENT CONFORM GRIND, PER REMOVE STRIPING REMOVE (E) ROADWAY STRUCTURAL SECTION TO REQUIRED DEPTH REMOVE TREE SAWCUT LINE EDGE GRIND, PER 3 C-503 1 C-503 REMOVE AC PAVEMENT 2 4 6 + 0 0 2 4 7 + 0 0 2 4 6 + 0 0 2 4 7 + 0 0 52+00 53+00 54+00 55+00 56+00 "SC-CL" 51+80.07, 2.48' R SAWCUT "SC-CL" 51+80.38, 5.52' L SAWCUT "SC-CL" 54+95.11, 12.54' L SAWCUT "SC-CL" 54+95.08, 12.43' R SAWCUT SCOTT ST "SC-CL" LINE N S T A T E S T " S T - C L " L I N E N S C H O O L S T "SC-CL" 54+95.13, 1.06' L SAWCUT "SC-CL" 54+36.56, 8.27' L SAWCUT "SC-CL" 54+36.50, 12.65' L SAWCUT "SC-CL" 54+33.43, 19.98' L "SC-CL" 54+44.01, 20.02' L 2 2 20 2 3 - 0 2 - 2 2 5: 3 5 P M JP A R K 2 N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - D E M - 0 1 0 1 T H R U 0 1 0 6 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTER E D P R O F E SSIONAL E N G I N E E R STATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L DEMOLITION PLAN SCOTT STREET SCALE: 1" = 20'0 40'20'10' D-106 12 DE M O L I T I O N P L A N SC O T T S T S T A . 5 1 + 3 0 - S T A . 5 5 + 5 0 RB JS - 1.REMOVE (E) CURB AND GUTTER. 2.REMOVE (E) SIDEWALK, DRIVEWAY AND CURB RAMPS. 3.REMOVE (E) PAVEMENT MARKINGS. 4.REMOVE (E) TREE AND/OR STUMP. 5.REMOVE TREE GRATE. 6.REMOVE (E) TRASH RECEPTACLE. 7.REMOVE OR ABANDON TRAFFIC LOOPS. SEE TRAFFIC SIGNAL PLANS FOR DETAILS. 8.REMOVE (E) STREET LIGHT. 9.REMOVE (E) VERTICAL CURB. 1.LOCATION OF EXISTING UTILITIES, STRUCTURES, AND OBSTACLES SHOWN ON THE PLANS ARE FROM AVAILABLE RECORD INFORMATION. EXACT LOCATION AND COMPLETENESS ARE NOT GUARANTEED. 2.CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICES ALERT (USA) AT (800) 227-2600 OR 811 A MINIMUM OF TWO WORKING DAYS PRIOR TO ANY EXCAVATION OR PLANNED WORK OPERATIONS FOR MARK OUTS OF EXISTING UNDERGROUND FACILITIES. 3.CONTRACTOR IS ADVISED OF THE PRESENCE OF SHALLOW STORM DRAINS THROUGHOUT THE PROJECT AREA. STORM DRAINS SHALL BE PROTECTED IN PLACE DURING ALL CONTRACT WORK. 4.CONTRACTOR TO VERIFY LOCATION OF UTILITIES PRIOR TO START OF WORK. 5.EXISTING FEATURES TO BE DEMOLISHED ARE DISPLAYED DARKER ON THIS PLAN. 6. SAWCUT LINES AND LIMITS OF DEMOLITION SHOWN ARE APPROXIMATE. CONTRACTOR MAY ADJUST SAWCUT LINES AND LIMITS OF DEMOLITION AS NECESSARY TO INSTALL PROPOSED IMPROVEMENTS AND CONFORM TO EXISTING MATCH POINTS. 7.SEE TRAFFIC SIGNAL PLANS FOR REMOVAL/OR RELOCATION OF EXISTING TRAFFIC SIGNAL FACILITIES UNLESS OTHERWISE NOTED. 8.SEE UTILITY PLANS FOR EXISTING UNDERGROUND UTILITY INFORMATION AS WELL AS WATER, SEWER, AND STORM DRAIN DEMOLITION LIMITS AND FOR EXISTING MANHOLES, VALVES, AND BOXES THAT NEED TO BE ADJUSTED TO FINISHED GRADE. 9.SEE ELECTRICAL PLANS FOR DETAILS REGARDING MODIFICATIONS TO THE EXISTING STREET LIGHT SYSTEM. STREET LIGHTS TO BE REMOVED SHALL BE SALVAGED AND DELIVERED TO THE CITY'S CORP YARD, REFER TO PROJECT SPECIFICATIONS FOR ADDITIONAL DETAILS. 10.MONUMENT BOXES TO BE ADJUSTED TO FINISHED GRADE PER LAYOUT PLAN & PROFILE SHEETS AND PER CITY STANDARDS (TYP). 11.REMOVE POLES, SEE UTILITY AND JOINT TRENCH PLANS FOR DETAILS. 12.CONTRACTOR IS RESPONSIBLE FOR PRESERVING THE INTEGRITY OF HARDSCAPE TO BE ADJOINED BY NEW IMPROVEMENTS DURING DEMOLITION ACTIVITIES. SHEET GENERAL NOTES DEMOLITION LEGEND SHEET KEYNOTES N Page 156 of 551 EL E V A T I O N EL E V A T I O N 606 610 620 606 610 620 193+00 194+00 195+00 196+00 196+75 193+00 193+50 194+00 194+50 195+00 195+50 196+00 196+50 196+75 (N ) S S C O # 1 0 2 10 " O U T ( N ) I N V = 6 1 1 . 3 2 RI M E L = 6 1 5 . 4 3 (E) 6" SS (VC)TO BE ABANDONED (E) 6" SS (VC) TO BE ABANDO N E D (E ) S S C O # 1 0 1 6" O U T ( N ) I N V = 6 1 2 . 6 9 RI M E L = 6 1 5 . 8 5 (E ) S S C O # 1 0 3 6" O U T ( N ) I N V = 6 1 1 . 9 7 RI M E L = 6 1 5 . 6 2 344 LF OF 10" SS @ S=0.0050 (E ) 1 8 " S T O R M D R A I N SS10SS11 SS11 EG @ "ST-CL" LINE 6" M I N CH E R R Y S T CO CO CO D (TYP) (TYP) 10" SS 6" SS 6" SS "ST-CL" 194+72.13, 18.16' R (N) SSCO #102 "ST-CL" 195+20.92, 44.88' R (E) SSCO #103 "ST-CL" 194+68.83, 46.28' L (E) SSCO #101 S STATE ST "ST-CL" LINE CH E R R Y S T SS2 SS6 SS9 (TYP)SS8 193+00 194+00 195+00 196+00 SS11 SS11 SS11 SS12 SS12 18 " S D 18" SD 20 2 3 - 0 2 - 2 2 5: 0 4 P M JP A R K 2 N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - U T L - 0 1 0 1 T H R U 0 1 1 1 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTER E D P R O F E SSIONAL E N G I N E E R STATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L N 0 40'20'10' UTILITY PROFILE S STATE STREET SCALE: HORIZ 1"=20', VERT 1"=4' UTILITY PLAN S STATE STREET SCALE: 1" = 20' U-101 13 UT I L I T Y P L A N & P R O F I L E S S T A T E S T S T A . 1 9 3 + 0 0 - S T A . 1 9 6 + 7 5 AJP JS SHEET KEYNOTES SHEET GENERAL NOTES SD1.INSTALL (N) 48" STORM DRAIN MANHOLE SD2.INSTALL (N) CALTRANS PRECAST DRAINAGE INLET TYPE G0 PLAN D773E SD3.INSTALL (N) RCP STORM DRAIN PIPE, SEE SIZE ON PLANS SD4.INSTALL (N) 12" DOME GRATE PER DETAIL 5 & 6 ON SHEET U-505 SD5.INSTALL PRECAST 24X24 DI WITH CAST-IN-PLACE FRAME AND TRAFFIC RATED GRATE SD6.ADJUST (E) STORM DRAIN STRUCTURE TO FINISHED GRADE SD7.REMOVE (E) DRAINAGE INLET/CATCH BASIN AND/OR PIPE SD8.ABANDON (E) DRAINAGE INLET/CATCH BASIN AND/OR PIPE W1.ABANDON (E) WATER MAIN. REMOVE WHERE IN CONFLICT WITH THE (N) WATER MAIN. FILL WITH CONTROLLED LOW STRENGTH MATERIAL WHERE (E) WATER IS LOCATED UNDER BUILDINGS AND ROADWAYS. REMOVE (E) VALVES W2.INSTALL (N) 12" WATER MAIN W3.INSTALL (N) GATE VALVE PER CITY STD 307 W4.INSTALL (N) 45° BEND W5.REMOVE (E) 12" X 12" X 6" TEE W6.CONNECT TO (E) AC PIPE WITH "WIDE RANGE" STYLE COUPLING W7.CAP (E) WATER MAIN W8.REMOVE (E) WATER VALVE W9.INSTALL (N) 12" X 12" X 8" TEE W10.INSTALL (N) 6" X 6" X 12" TEE W11 INSTALL (N) 12" X 12" X 12" TEE W12.INSTALL (N) 12" X 12" X 6" TEE W13.INSTALL BLIND FLANGE W14.ADJUST (E) WATER VALVE TO FINISHED GRADE W15.INSTALL (N) FIRE HYDRANT AND LATERAL PER DETAIL 1 ON SHEET U-503. MAINTAIN MINIMUM 3' CLEARANCE FROM (N) HYDRANT TO OTHER ABOVE GRADE OBSTRUCTIONS. W16.PROVIDE SINGLE WATER SERVICE LATERAL PER CITY STD 301 W17.LOCATE AND CONNECT TO (E) SERVICE 1' FROM PROPERTY BOUNDARY W18.REMOVE (E) FIRE HYDRANT AND VALVE SS1.INSTALL (N) 48" SANITARY MANHOLE PER CITY STD 201 SS2.INSTALL (N) SDR 26 PVC SEWER MAIN, SEE SIZE ON PLANS SS3.INSTALL TEMPORARY (N) 48" SANITARY SEWER MANHOLE SS4.CONNECT TO (E) SEWER MAIN WITH COUPLING. CONTRACTOR TO LOCATE (E) SEWER IN FIELD AND MATCH (E) GRADES SS5.REMOVE (E) SANITARY SEWER MANHOLE AND/OR PIPE SS6.PROVIDE (N) 4" PVC SANITARY SEWER LATERAL PER CITY STD 213. REMOVE OR ABANDON (E) LATERAL SS7.ADJUST (E) SANITARY SEWER STRUCTURE TO FINISHED GRADE SS8.INSTALL (N) SS CLEANOUT PER DETAIL 2 ON SHEET U-502 SS9.LOCATE (E) SEWER LATERAL 1 FEET FROM PROPERTY BOUNDARY PER SECTION 77 OF THE SPECIAL PROVISIONS PRIOR TO INSTALLING WYE FOR (N) LATERAL. SS10.INSTALL (N) END-LINE SSCO PER CITY STD 203 SS11.ABANDON (E) END-LINE SSCO SS12.ABANDON (E) SANITARY SEWER MANHOLE AND/OR PIPE U1.SEE STREET LIGHT PLANS FOR STREET LIGHT CONSTRUCTION INFORMATION U2.(E) OVERHEAD LINE AND POLES TO BE REMOVED. SEE JOINT TRENCH PLANS FOR DETAILS U3.ADJUST (E) UTILITY TO FINISHED GRADE U4.SEE TRAFFIC SIGNAL PLANS FOR TRAFFIC POLES/BOXES CONSTRUCTION INFORMATION 1.LOCATION OF EXISTING UTILITIES, STRUCTURES AND OBSTACLES ARE APPROXIMATE IN PLAN AND PROFILE AND BASED ON BEST AVAILABLE INFORMATION. EXACT LOCATION AND COMPLETENESS ARE NOT GUARANTEED. THE CONTRACTOR IS RESPONSIBLE TO LOCATE ALL EXISTING UTILITIES TO SUCCESSFULLY COMPLETE THIS PROJECT. DAMAGE TO ANY EXISTING UTILITIES SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. 2.CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICES ALERT (USA) AT (800) 227-2600 OR 811 A MINIMUM OF TWO WORKING DAYS PRIOR TO ANY EXCAVATION OR PLANNED WORK OPERATIONS FOR MARK OUTS OF EXISTING UNDERGROUND FACILITIES. 3.CONTRACTOR IS ADVISED OF THE PRESENCE OF SHALLOW STORM DRAINS THROUGHOUT THE PROJECT AREA. STORM DRAINS SHALL BE PROTECTED IN PLACE DURING ALL CONTRACTOR WORK. 4.CONTRACTOR SHALL UNDERTAKE CCTV INSPECTION OF THE EXISTING SANITARY SEWER MAIN AND CONFIRM THE LOCATION OF ALL LIVE SANITARY SEWER LATERALS PRIOR TO CONSTRUCTION. 5.NOT ALL EXISTING UTILITIES ARE SHOWN ON PROFILE. REFER TO PLAN AND POTHOLE INFORMATION FOR APPROXIMATE LOCATION AND DEPTH OF (E) UTILITIES. 6.DO NOT EXCEED 80% OF THE MAX ALLOWABLE DEFLECTION AT PUSH-ON AND MECHANICAL JOINTS. MAX DEFLECTION AT PUSH-ON JOINTS IS 0.80°; MAX DEFLECTION AT MECHANICAL JOINTS AND COUPLINGS IS 4° OR AS PER MANUFACTURER'S REQUIREMENTS. 7.CONCRETE THRUST BLOCKS SHALL BE INSTALLED AT ALL LOCATIONS PER CITY STD 312. CONCRETE THRUST BLOCKS SHALL BE INSTALLED IN ADDITION TO RESTRAINED PIPE WHERE LOCATED AT OR NEAR A PIPE LOWERING/PIPE RAISING LOCATION. 8.CONTRACTOR TO LOCATE EXISTING SANITARY SEWER LATERALS AND CLEANOUTS PRIOR TO HARDSCAPE REMOVAL. CONTRACTOR TO REMOVE AND RESTORE EXISTING HARDSCAPE (SEE HATCH ON PLANS). CONTRACTOR TO NOTIFY ENGINEER FOR ANY CONFLICTS WITH NEW SANITARY SEWER LATERAL PRIOR TO CONSTRUCTION. CONFLICTS SHALL BE HANDLED ON-SITE DURING CONSTRUCTION. ST A 1 9 6 + 7 5 M A T C H L I N E S E E S H E E T U - 1 0 2 CONFIRM LOCATION(S) OF ACTIVE SEWER LATERALS AND TIE INTO (N) 10" SS MAIN IN ROADWAY Page 157 of 551 EL E V A T I O N EL E V A T I O N PROFILE VIEW OF STATE STREET CL 606 610 620 606 610 620 196+75 197+00 198+00 199+00 200+00 200+50 196+75 197+00 197+50 198+00 198+50 199+00 199+50 200+00 200+50 (N ) S S M H # 1 0 5 10 " I N ( S ) I N V = 6 0 9 . 6 0 10 " O U T ( N ) I N V = 6 0 9 . 6 0 RI M E L = 6 1 5 . 5 3 341 LF OF 10" SS @ S=0.0050 (E) 6" SS (VC) TO BE ABANDONED(E) 6" SS (VC) TO BE ABANDO N E D (E ) S S M H # 1 0 4 6" I N ( S ) I N V = 6 1 0 . 9 2 6" O U T ( N ) I N V = 6 1 0 . 9 4 RI M E L = 6 1 7 . 0 3 (E ) S S M H # 1 0 6 6" I N ( S ) I N V = 6 1 0 . 3 5 6" O U T ( N ) I N V = 6 1 0 . 3 2 RI M E L = 6 1 5 . 9 7 SS1 SS12SS12 EG @ "ST-CL" LINE S S D S SS2 SS6(TYP) SS8 SS9 (TYP) 10" SS 6" SS 6" SS "ST-CL" 198+16.51, 17.13' R (N) SSMH #105 "ST-CL" 198+21.32, 45.33' R (E) SSMH #106 "ST-CL" 197+58.73, 46.30' L (E) SSMH #104 S STATE ST "ST-CL" LINE 197+00 198+00 199+00 200+00 SS12 SS12 SS1 SS12 SS12 (TYP) 12" SD 12" SD 20 2 3 - 0 2 - 2 2 5: 0 4 P M JP A R K 2 N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - U T L - 0 1 0 1 T H R U 0 1 1 1 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTER E D P R O F E SSIONAL E N G I N E E R STATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L N 0 40'20'10' UTILITY PROFILE S STATE STREET SCALE: HORIZ 1"=20', VERT 1"=4' UTILITY PLAN S STATE STREET SCALE: 1" = 20' U-102 14 UT I L I T Y P L A N & P R O F I L E S S T A T E S T S T A . 1 9 6 + 7 5 - S T A . 2 0 0 + 5 0 AJP JS SHEET KEYNOTES SHEET GENERAL NOTES SD1.INSTALL (N) 48" STORM DRAIN MANHOLE SD2.INSTALL (N) CALTRANS PRECAST DRAINAGE INLET TYPE G0 PLAN D773E SD3.INSTALL (N) RCP STORM DRAIN PIPE, SEE SIZE ON PLANS SD4.INSTALL (N) 12" DOME GRATE PER DETAIL 5 & 6 ON SHEET U-505 SD5.INSTALL PRECAST 24X24 DI WITH CAST-IN-PLACE FRAME AND TRAFFIC RATED GRATE SD6.ADJUST (E) STORM DRAIN STRUCTURE TO FINISHED GRADE SD7.REMOVE (E) DRAINAGE INLET/CATCH BASIN AND/OR PIPE SD8.ABANDON (E) DRAINAGE INLET/CATCH BASIN AND/OR PIPE W1.ABANDON (E) WATER MAIN. REMOVE WHERE IN CONFLICT WITH THE (N) WATER MAIN. FILL WITH CONTROLLED LOW STRENGTH MATERIAL WHERE (E) WATER IS LOCATED UNDER BUILDINGS AND ROADWAYS. REMOVE (E) VALVES W2.INSTALL (N) 12" WATER MAIN W3.INSTALL (N) GATE VALVE PER CITY STD 307 W4.INSTALL (N) 45° BEND W5.REMOVE (E) 12" X 12" X 6" TEE W6.CONNECT TO (E) AC PIPE WITH "WIDE RANGE" STYLE COUPLING W7.CAP (E) WATER MAIN W8.REMOVE (E) WATER VALVE W9.INSTALL (N) 12" X 12" X 8" TEE W10.INSTALL (N) 6" X 6" X 12" TEE W11 INSTALL (N) 12" X 12" X 12" TEE W12.INSTALL (N) 12" X 12" X 6" TEE W13.INSTALL BLIND FLANGE W14.ADJUST (E) WATER VALVE TO FINISHED GRADE W15.INSTALL (N) FIRE HYDRANT AND LATERAL PER DETAIL 1 ON SHEET U-503. MAINTAIN MINIMUM 3' CLEARANCE FROM (N) HYDRANT TO OTHER ABOVE GRADE OBSTRUCTIONS. W16.PROVIDE SINGLE WATER SERVICE LATERAL PER CITY STD 301 W17.LOCATE AND CONNECT TO (E) SERVICE 1' FROM PROPERTY BOUNDARY W18.REMOVE (E) FIRE HYDRANT AND VALVE SS1.INSTALL (N) 48" SANITARY MANHOLE PER CITY STD 201 SS2.INSTALL (N) SDR 26 PVC SEWER MAIN, SEE SIZE ON PLANS SS3.INSTALL TEMPORARY (N) 48" SANITARY SEWER MANHOLE SS4.CONNECT TO (E) SEWER MAIN WITH COUPLING. CONTRACTOR TO LOCATE (E) SEWER IN FIELD AND MATCH (E) GRADES SS5.REMOVE (E) SANITARY SEWER MANHOLE AND/OR PIPE SS6.PROVIDE (N) 4" PVC SANITARY SEWER LATERAL PER CITY STD 213. REMOVE OR ABANDON (E) LATERAL SS7.ADJUST (E) SANITARY SEWER STRUCTURE TO FINISHED GRADE SS8.INSTALL (N) SS CLEANOUT PER DETAIL 2 ON SHEET U-502 SS9.LOCATE (E) SEWER LATERAL 1 FEET FROM PROPERTY BOUNDARY PER SECTION 77 OF THE SPECIAL PROVISIONS PRIOR TO INSTALLING WYE FOR (N) LATERAL. SS10.INSTALL (N) END-LINE SSCO PER CITY STD 203 SS11.ABANDON (E) END-LINE SSCO SS12.ABANDON (E) SANITARY SEWER MANHOLE AND/OR PIPE U1.SEE STREET LIGHT PLANS FOR STREET LIGHT CONSTRUCTION INFORMATION U2.(E) OVERHEAD LINE AND POLES TO BE REMOVED. SEE JOINT TRENCH PLANS FOR DETAILS U3.ADJUST (E) UTILITY TO FINISHED GRADE U4.SEE TRAFFIC SIGNAL PLANS FOR TRAFFIC POLES/BOXES CONSTRUCTION INFORMATION 1.LOCATION OF EXISTING UTILITIES, STRUCTURES AND OBSTACLES ARE APPROXIMATE IN PLAN AND PROFILE AND BASED ON BEST AVAILABLE INFORMATION. EXACT LOCATION AND COMPLETENESS ARE NOT GUARANTEED. THE CONTRACTOR IS RESPONSIBLE TO LOCATE ALL EXISTING UTILITIES TO SUCCESSFULLY COMPLETE THIS PROJECT. DAMAGE TO ANY EXISTING UTILITIES SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. 2.CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICES ALERT (USA) AT (800) 227-2600 OR 811 A MINIMUM OF TWO WORKING DAYS PRIOR TO ANY EXCAVATION OR PLANNED WORK OPERATIONS FOR MARK OUTS OF EXISTING UNDERGROUND FACILITIES. 3.CONTRACTOR IS ADVISED OF THE PRESENCE OF SHALLOW STORM DRAINS THROUGHOUT THE PROJECT AREA. STORM DRAINS SHALL BE PROTECTED IN PLACE DURING ALL CONTRACTOR WORK. 4.CONTRACTOR SHALL UNDERTAKE CCTV INSPECTION OF THE EXISTING SANITARY SEWER MAIN AND CONFIRM THE LOCATION OF ALL LIVE SANITARY SEWER LATERALS PRIOR TO CONSTRUCTION. 5.NOT ALL EXISTING UTILITIES ARE SHOWN ON PROFILE. REFER TO PLAN AND POTHOLE INFORMATION FOR APPROXIMATE LOCATION AND DEPTH OF (E) UTILITIES. 6.DO NOT EXCEED 80% OF THE MAX ALLOWABLE DEFLECTION AT PUSH-ON AND MECHANICAL JOINTS. MAX DEFLECTION AT PUSH-ON JOINTS IS 0.80°; MAX DEFLECTION AT MECHANICAL JOINTS AND COUPLINGS IS 4° OR AS PER MANUFACTURER'S REQUIREMENTS. 7.CONCRETE THRUST BLOCKS SHALL BE INSTALLED AT ALL LOCATIONS PER CITY STD 312. CONCRETE THRUST BLOCKS SHALL BE INSTALLED IN ADDITION TO RESTRAINED PIPE WHERE LOCATED AT OR NEAR A PIPE LOWERING/PIPE RAISING LOCATION. 8.CONTRACTOR TO LOCATE EXISTING SANITARY SEWER LATERALS AND CLEANOUTS PRIOR TO HARDSCAPE REMOVAL. CONTRACTOR TO REMOVE AND RESTORE EXISTING HARDSCAPE (SEE HATCH ON PLANS). CONTRACTOR TO NOTIFY ENGINEER FOR ANY CONFLICTS WITH NEW SANITARY SEWER LATERAL PRIOR TO CONSTRUCTION. CONFLICTS SHALL BE HANDLED ON-SITE DURING CONSTRUCTION. ST A 2 0 0 + 5 0 M A T C H L I N E S E E S H E E T U - 1 0 3 ST A 1 9 6 + 7 5 M A T C H L I N E S E E S H E E T U - 1 0 1 Page 158 of 551 EL E V A T I O N EL E V A T I O N 605 610 620 605 610 620 200+50 201+00 202+00 203+00 204+00 205+00 200+50 201+00 201+50 202+00 202+50 203+00 203+50 204+00 204+50 205+00 (N ) S S M H # 1 1 0 10 " I N ( S ) I N V = 6 0 7 . 9 0 10 " I N ( W ) I N V = 6 1 1 . 1 9 10 " O U T ( N ) I N V = 6 0 7 . 9 0 RI M E L = 6 1 5 . 9 5 338 LF OF 10" SS @ S=0.0050 (N ) S S M H # 1 1 3 10 " I N ( S ) I N V = 6 0 6 . 2 1 10 " O U T ( N ) I N V = 6 0 6 . 2 1 RI M E L = 6 1 4 . 7 2 (E) 6" SS (VC) TO BE ABANDONED (E) 6" SS (VC) TO BE ABANDONED (E ) S S M H # 1 0 7 6" I N ( S ) I N V = 6 0 9 . 1 2 6" O U T ( N ) I N V = 6 0 9 . 0 6 RI M E L = 6 1 7 . 0 5 (E ) S S M H # 1 0 8 6" I N ( S ) I N V = 6 0 8 . 7 0 6" O U T ( N ) I N V = 6 0 8 . 6 6 RI M E L = 6 1 6 . 0 1 (E ) S S M H # 1 1 1 6" I N ( S ) I N V = 6 0 7 . 7 6 6" O U T ( N ) I N V = 6 0 7 . 7 4 RI M E L = 6 1 6 . 9 5 (E ) S S D M H # 1 1 2 6" I N ( S ) I N V = 6 0 6 . 7 6 6" O U T ( N ) I N V = 6 0 6 . 7 6 RI M E L = 6 1 5 . 3 0 (E ) S S M H # 1 0 9 6" I N ( S ) I N V = 6 0 8 . 6 3 6" I N ( W ) I N V = 6 1 1 . 6 3 6" O U T ( N ) I N V = 6 0 8 . 5 5 10 " O U T ( E ) I N V = 6 1 1 . 6 3 RI M E L = 6 1 6 . 5 3 SS1 SS1SS12SS12 SS12 SS12 SS7 EG @ "ST-CL" LINE S S S S S D D S S (TYP) (TYP) 10" SS 6" SS 6" SS6" SS 1 0 " S S 6 " S S "ST-CL" 201+57.19, 15.49' R (N) SSMH #110 "ST-CL" 201+52.81, 45.59' L (E) SSMH #109 "ST-CL" 204+12.77, 45.50' L (E) SSMH #111 "ST-CL" 204+95.23, 15.93' R (N) SSMH #113 "ST-CL" 200+59.13, 45.46' L (E) SSMH #107 "ST-CL" 201+21.06, 45.23' R (E) SSMH #108 "ST-CL" 204+72.04, 44.87' R (E) SSDMH #112 "ST-CL" LINE S STATE ST F R E I T A S A V E SS2 SS9 SS6 201+00 202+00 203+00 204+00 205+00 SS12 SS7 SS12 SS1 SS12 SS12 SS12 SS12 SS12 (TYP)SS8 SS1 20 2 3 - 0 2 - 2 2 5: 0 4 P M JP A R K 2 N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - U T L - 0 1 0 1 T H R U 0 1 1 1 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTER E D P R O F E SSIONAL E N G I N E E R STATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L N 0 40'20'10' UTILITY PROFILE S STATE STREET SCALE: HORIZ 1"=20', VERT 1"=4' UTILITY PLAN S STATE STREET SCALE: 1" = 20' U-103 15 UT I L I T Y P L A N & P R O F I L E S S T A T E S T S T A . 2 0 0 + 5 0 - S T A . 2 0 5 + 0 0 AJP JS SHEET KEYNOTES SHEET GENERAL NOTES SD1.INSTALL (N) 48" STORM DRAIN MANHOLE SD2.INSTALL (N) CALTRANS PRECAST DRAINAGE INLET TYPE G0 PLAN D773E SD3.INSTALL (N) RCP STORM DRAIN PIPE, SEE SIZE ON PLANS SD4.INSTALL (N) 12" DOME GRATE PER DETAIL 5 & 6 ON SHEET U-505 SD5.INSTALL PRECAST 24X24 DI WITH CAST-IN-PLACE FRAME AND TRAFFIC RATED GRATE SD6.ADJUST (E) STORM DRAIN STRUCTURE TO FINISHED GRADE SD7.REMOVE (E) DRAINAGE INLET/CATCH BASIN AND/OR PIPE SD8.ABANDON (E) DRAINAGE INLET/CATCH BASIN AND/OR PIPE W1.ABANDON (E) WATER MAIN. REMOVE WHERE IN CONFLICT WITH THE (N) WATER MAIN. FILL WITH CONTROLLED LOW STRENGTH MATERIAL WHERE (E) WATER IS LOCATED UNDER BUILDINGS AND ROADWAYS. REMOVE (E) VALVES W2.INSTALL (N) 12" WATER MAIN W3.INSTALL (N) GATE VALVE PER CITY STD 307 W4.INSTALL (N) 45° BEND W5.REMOVE (E) 12" X 12" X 6" TEE W6.CONNECT TO (E) AC PIPE WITH "WIDE RANGE" STYLE COUPLING W7.CAP (E) WATER MAIN W8.REMOVE (E) WATER VALVE W9.INSTALL (N) 12" X 12" X 8" TEE W10.INSTALL (N) 6" X 6" X 12" TEE W11 INSTALL (N) 12" X 12" X 12" TEE W12.INSTALL (N) 12" X 12" X 6" TEE W13.INSTALL BLIND FLANGE W14.ADJUST (E) WATER VALVE TO FINISHED GRADE W15.INSTALL (N) FIRE HYDRANT AND LATERAL PER DETAIL 1 ON SHEET U-503. MAINTAIN MINIMUM 3' CLEARANCE FROM (N) HYDRANT TO OTHER ABOVE GRADE OBSTRUCTIONS. W16.PROVIDE SINGLE WATER SERVICE LATERAL PER CITY STD 301 W17.LOCATE AND CONNECT TO (E) SERVICE 1' FROM PROPERTY BOUNDARY W18.REMOVE (E) FIRE HYDRANT AND VALVE SS1.INSTALL (N) 48" SANITARY MANHOLE PER CITY STD 201 SS2.INSTALL (N) SDR 26 PVC SEWER MAIN, SEE SIZE ON PLANS SS3.INSTALL TEMPORARY (N) 48" SANITARY SEWER MANHOLE SS4.CONNECT TO (E) SEWER MAIN WITH COUPLING. CONTRACTOR TO LOCATE (E) SEWER IN FIELD AND MATCH (E) GRADES SS5.REMOVE (E) SANITARY SEWER MANHOLE AND/OR PIPE SS6.PROVIDE (N) 4" PVC SANITARY SEWER LATERAL PER CITY STD 213. REMOVE OR ABANDON (E) LATERAL SS7.ADJUST (E) SANITARY SEWER STRUCTURE TO FINISHED GRADE SS8.INSTALL (N) SS CLEANOUT PER DETAIL 2 ON SHEET U-502 SS9.LOCATE (E) SEWER LATERAL 1 FEET FROM PROPERTY BOUNDARY PER SECTION 77 OF THE SPECIAL PROVISIONS PRIOR TO INSTALLING WYE FOR (N) LATERAL. SS10.INSTALL (N) END-LINE SSCO PER CITY STD 203 SS11.ABANDON (E) END-LINE SSCO SS12.ABANDON (E) SANITARY SEWER MANHOLE AND/OR PIPE U1.SEE STREET LIGHT PLANS FOR STREET LIGHT CONSTRUCTION INFORMATION U2.(E) OVERHEAD LINE AND POLES TO BE REMOVED. SEE JOINT TRENCH PLANS FOR DETAILS U3.ADJUST (E) UTILITY TO FINISHED GRADE U4.SEE TRAFFIC SIGNAL PLANS FOR TRAFFIC POLES/BOXES CONSTRUCTION INFORMATION 1.LOCATION OF EXISTING UTILITIES, STRUCTURES AND OBSTACLES ARE APPROXIMATE IN PLAN AND PROFILE AND BASED ON BEST AVAILABLE INFORMATION. EXACT LOCATION AND COMPLETENESS ARE NOT GUARANTEED. THE CONTRACTOR IS RESPONSIBLE TO LOCATE ALL EXISTING UTILITIES TO SUCCESSFULLY COMPLETE THIS PROJECT. DAMAGE TO ANY EXISTING UTILITIES SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. 2.CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICES ALERT (USA) AT (800) 227-2600 OR 811 A MINIMUM OF TWO WORKING DAYS PRIOR TO ANY EXCAVATION OR PLANNED WORK OPERATIONS FOR MARK OUTS OF EXISTING UNDERGROUND FACILITIES. 3.CONTRACTOR IS ADVISED OF THE PRESENCE OF SHALLOW STORM DRAINS THROUGHOUT THE PROJECT AREA. STORM DRAINS SHALL BE PROTECTED IN PLACE DURING ALL CONTRACTOR WORK. 4.CONTRACTOR SHALL UNDERTAKE CCTV INSPECTION OF THE EXISTING SANITARY SEWER MAIN AND CONFIRM THE LOCATION OF ALL LIVE SANITARY SEWER LATERALS PRIOR TO CONSTRUCTION. 5.NOT ALL EXISTING UTILITIES ARE SHOWN ON PROFILE. REFER TO PLAN AND POTHOLE INFORMATION FOR APPROXIMATE LOCATION AND DEPTH OF (E) UTILITIES. 6.DO NOT EXCEED 80% OF THE MAX ALLOWABLE DEFLECTION AT PUSH-ON AND MECHANICAL JOINTS. MAX DEFLECTION AT PUSH-ON JOINTS IS 0.80°; MAX DEFLECTION AT MECHANICAL JOINTS AND COUPLINGS IS 4° OR AS PER MANUFACTURER'S REQUIREMENTS. 7.CONCRETE THRUST BLOCKS SHALL BE INSTALLED AT ALL LOCATIONS PER CITY STD 312. CONCRETE THRUST BLOCKS SHALL BE INSTALLED IN ADDITION TO RESTRAINED PIPE WHERE LOCATED AT OR NEAR A PIPE LOWERING/PIPE RAISING LOCATION. 8.CONTRACTOR TO LOCATE EXISTING SANITARY SEWER LATERALS AND CLEANOUTS PRIOR TO HARDSCAPE REMOVAL. CONTRACTOR TO REMOVE AND RESTORE EXISTING HARDSCAPE (SEE HATCH ON PLANS). CONTRACTOR TO NOTIFY ENGINEER FOR ANY CONFLICTS WITH NEW SANITARY SEWER LATERAL PRIOR TO CONSTRUCTION. CONFLICTS SHALL BE HANDLED ON-SITE DURING CONSTRUCTION. ST A 2 0 5 + 0 0 M A T C H L I N E S E E S H E E T U - 1 0 4 ST A 2 0 0 + 5 0 M A T C H L I N E S E E S H E E T U - 1 0 2 Page 159 of 551 EL E V A T I O N EL E V A T I O N 602 610 602 610 205+00 206+00 207+00 208+00 209+00 209+50 205+00 205+50 206+00 206+50 207+00 207+50 208+00 208+50 209+00 209+50 300 LF OF 12" SS @ S=0 . 0 0 8 5 30 LF OF 18" SS @ S=0.0050 (E) 6" SS (VC) TO BE ABANDONE D (E ) S S M H # 1 1 9 10 " I N ( S W ) I N V = 6 0 3 . 0 7 6" I N ( S ) I N V = 6 0 4 . 6 3 18 " O U T ( N W ) I N V = 6 0 4 . 9 6 18 " O U T ( E ) I N V = 6 0 3 . 0 7 RI M E L = 6 1 2 . 2 0 (N ) S S M H # 1 1 7 12 " I N ( N ) I N V = 6 0 3 . 6 7 18 " I N ( W ) I N V = 6 0 3 . 7 5 18 " O U T ( N E ) I N V = 6 0 3 . 5 0 RI M E L = 6 1 3 . 0 3 (E ) 1 0 " S S (E ) S D C B # 1 12 " O U T ( N ) I N V = 6 0 9 . 7 1 RI M E L = 6 1 2 . 8 1 (E ) S D M H # 2 12 " I N ( S ) I N V = 6 0 9 . 2 2 12 " I N ( N ) I N V = 6 0 9 . 2 2 8" I N ( S W ) I N V = 6 0 9 . 3 0 24 " O U T ( E ) I N V = 6 0 9 . 1 0 RI M E L = 6 1 3 . 1 1 (E ) S D C B # 3 24 " I N ( W ) I N V = 6 0 8 . 3 8 21 " O U T ( E ) I N V = 6 0 8 . 5 0 RI M E L = 6 1 2 . 2 8 (E ) S D M H # 4 12 " I N ( W ) I N V = 6 1 0 . 2 3 12 " O U T ( S ) I N V = 6 1 0 . 1 7 RI M E L = 6 1 2 . 4 5 (E ) S D C B # 5 12 " I N ( N W ) I N V = 6 1 0 . 2 5 12 " O U T ( E ) I N V = 6 1 0 . 2 7 RI M E L = 6 1 2 . 4 3 (E) 12" SD (E) 24" SD (E) 6" SS (VC) TO BE ABANDONED (N ) S S M H # 1 1 8 18 " I N ( S W ) I N V = 6 0 3 . 3 5 10 " I N ( S ) I N V = 6 0 4 . 5 0 18 " O U T ( E ) I N V = 6 0 3 . 2 5 RI M E L = 6 1 2 . 6 8 341 LF OF 10" SS @ S=0.0050 (E ) S S M H # 1 1 6 6" I N ( S ) I N V = 6 0 6 . 2 3 18 " I N ( W ) I N V = 6 0 6 . 1 8 10 " O U T ( N E ) I N V = 6 0 6 . 1 3 RI M E L = 6 1 3 . 0 4 (E ) S D D I # 6 12 " O U T ( S E ) I N V = 6 1 0 . 5 0 RI M E L = 6 1 3 . 0 9 (E) 12" SD (N ) S S M H # 1 1 5 18 " I N ( W ) I N V = 6 0 6 . 3 9 18 " I N ( S E ) I N V = 6 0 6 . 2 9 18 " O U T ( E ) I N V = 6 0 6 . 2 9 RI M E L = 6 1 3 . 3 5 (N ) S S M H # 1 2 1 18 " I N ( W ) I N V = 6 0 2 . 7 5 12 " I N ( S ) I N V = 6 0 2 . 7 3 18 " O U T ( E ) I N V = 6 0 2 . 7 5 RI M E L = 6 1 1 . 8 0 (E ) S S M H # 1 2 2 18 " I N ( S E ) I N V = 6 0 4 . 2 1 12 " I N ( W ) I N V = 6 0 4 . 6 9 RI M E L = 6 1 2 . 0 4 (E) 1 8 " S S (E) 12" SS (N ) 6 " F H 61 LF (N) 12" W14 LF (N) 12" W 5 8 L F (N ) 1 2 " W (E) 12" S D SD6 SS1 SD6 SS5SS1SS5SS5 EG @ "ST-CL" LINE 3' M I N SS3 SS3 W15 D D S S S C O CO S S S S 14 (TYP) (TYP) (TYP) 12" SD 2 4 " S D 12" S D 12 " S S 1 8 " S S 1 8 " S S 6" SS 6" SS 10" SS "ST-CL" 208+86.89, 66.16' L (E) SDDI #6 "ST-CL" 207+75.14, 32.28' L (E) SDCB #1 "ST-CL" 208+21.46, 46.68' L (E) SSMH #116 "ST-CL" 208+25.58, 22.50' L (E) SDMH #2 "ST-CL" 208+36.64, 15.88' R (N) SSMH #118 "ST-CL" 208+55.44, 38.37' R (E) SSMH #119 "ST-CL" 208+36.53, 60.41' R (E) SDCB #3 "ST-CL" 208+63.50, 45.32' L (E) SDCB #5 "ST-CL" 208+17.15, 6.98' L (N) SSMH #117 "ST-CL" 208+72.86, 32.70' R (E) SSMH #122 "ST-CL" 208+55.22, 26.71' L (E) SDMH #4W G O B B I S T E G O B B I S T S STATE ST "ST-CL" LINE SS2 W11 W2 U3 U3 W14 U3 U4 U3 U1 W15 W12 SS2 SS9 SS8 SS6 W4 W12 W1 W1 "ST-CL" 208+62.18, 73.75' R (N) SSMH #121 "ST-CL" 208+17.63, 68.01' L (N) SSMH #115 1 0 " S S 1 0 1 + 0 0 1 0 2 + 0 0 W14 1 8 " S S 1 8 " S S 205+00 206+00 207+00 208+00 209+00 (QTY 2) (N) SSCO SEE SHEET U-110 FOR MORE DETAILS INSTALL BLIND FLANGE FOR FUTURE CONNECTIONSS10 (N) SSCO SEE SHEET U-110 FOR MORE DETAILS SS10 W7 W7 (TYP) W3 12 " S D SS1 SD6 SS1 SS5 SS5 SS3 SD6 SS5 SS1 W3 (QTY 2) (QTY 3) (QTY 2) (N) FH "ST-CL" 209+16.61 29.61' R W16 U2 W17 SS12 SS12 20 2 3 - 0 2 - 2 2 5: 0 5 P M JP A R K 2 N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - U T L - 0 1 0 1 T H R U 0 1 1 1 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTER E D P R O F E SSIONAL E N G I N E E R STATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L UTILITY PROFILE STATE STREET SCALE: HORIZ 1"=20', VERT 1"=4' ST A 2 0 9 + 5 0 M A T C H L I N E S E E S H E E T U - 1 0 5 U-104 16 UT I L I T Y P L A N & P R O F I L E S S T A T E S T S T A . 2 0 5 + 0 0 - S T A . 2 0 9 + 5 0 AJP JS ST A 2 0 5 + 0 0 M A T C H L I N E S E E S H E E T U - 1 0 3 SHEET KEYNOTES SHEET GENERAL NOTES SD1.INSTALL (N) 48" STORM DRAIN MANHOLE SD2.INSTALL (N) CALTRANS PRECAST DRAINAGE INLET TYPE G0 PLAN D773E SD3.INSTALL (N) RCP STORM DRAIN PIPE, SEE SIZE ON PLANS SD4.INSTALL (N) 12" DOME GRATE PER DETAIL 5 & 6 ON SHEET U-505 SD5.INSTALL PRECAST 24X24 DI WITH CAST-IN-PLACE FRAME AND TRAFFIC RATED GRATE SD6.ADJUST (E) STORM DRAIN STRUCTURE TO FINISHED GRADE SD7.REMOVE (E) DRAINAGE INLET/CATCH BASIN AND/OR PIPE SD8.ABANDON (E) DRAINAGE INLET/CATCH BASIN AND/OR PIPE W1.ABANDON (E) WATER MAIN. REMOVE WHERE IN CONFLICT WITH THE (N) WATER MAIN. FILL WITH CONTROLLED LOW STRENGTH MATERIAL WHERE (E) WATER IS LOCATED UNDER BUILDINGS AND ROADWAYS. REMOVE (E) VALVES W2.INSTALL (N) 12" WATER MAIN W3.INSTALL (N) GATE VALVE PER CITY STD 307 W4.INSTALL (N) 45° BEND W5.REMOVE (E) 12" X 12" X 6" TEE W6.CONNECT TO (E) AC PIPE WITH "WIDE RANGE" STYLE COUPLING W7.CAP (E) WATER MAIN W8.REMOVE (E) WATER VALVE W9.INSTALL (N) 12" X 12" X 8" TEE W10.INSTALL (N) 6" X 6" X 12" TEE W11 INSTALL (N) 12" X 12" X 12" TEE W12.INSTALL (N) 12" X 12" X 6" TEE W13.INSTALL BLIND FLANGE W14.ADJUST (E) WATER VALVE TO FINISHED GRADE W15.INSTALL (N) FIRE HYDRANT AND LATERAL PER DETAIL 1 ON SHEET U-503. MAINTAIN MINIMUM 3' CLEARANCE FROM (N) HYDRANT TO OTHER ABOVE GRADE OBSTRUCTIONS. W16.PROVIDE SINGLE WATER SERVICE LATERAL PER CITY STD 301 W17.LOCATE AND CONNECT TO (E) SERVICE 1' FROM PROPERTY BOUNDARY W18.REMOVE (E) FIRE HYDRANT AND VALVE SS1.INSTALL (N) 48" SANITARY MANHOLE PER CITY STD 201 SS2.INSTALL (N) SDR 26 PVC SEWER MAIN, SEE SIZE ON PLANS SS3.INSTALL TEMPORARY (N) 48" SANITARY SEWER MANHOLE SS4.CONNECT TO (E) SEWER MAIN WITH COUPLING. CONTRACTOR TO LOCATE (E) SEWER IN FIELD AND MATCH (E) GRADES SS5.REMOVE (E) SANITARY SEWER MANHOLE AND/OR PIPE SS6.PROVIDE (N) 4" PVC SANITARY SEWER LATERAL PER CITY STD 213. REMOVE OR ABANDON (E) LATERAL SS7.ADJUST (E) SANITARY SEWER STRUCTURE TO FINISHED GRADE SS8.INSTALL (N) SS CLEANOUT PER DETAIL 2 ON SHEET U-502 SS9.LOCATE (E) SEWER LATERAL 1 FEET FROM PROPERTY BOUNDARY PER SECTION 77 OF THE SPECIAL PROVISIONS PRIOR TO INSTALLING WYE FOR (N) LATERAL. SS10.INSTALL (N) END-LINE SSCO PER CITY STD 203 SS11.ABANDON (E) END-LINE SSCO SS12.ABANDON (E) SANITARY SEWER MANHOLE AND/OR PIPE U1.SEE STREET LIGHT PLANS FOR STREET LIGHT CONSTRUCTION INFORMATION U2.(E) OVERHEAD LINE AND POLES TO BE REMOVED. SEE JOINT TRENCH PLANS FOR DETAILS U3.ADJUST (E) UTILITY TO FINISHED GRADE U4.SEE TRAFFIC SIGNAL PLANS FOR TRAFFIC POLES/BOXES CONSTRUCTION INFORMATION 1.LOCATION OF EXISTING UTILITIES, STRUCTURES AND OBSTACLES ARE APPROXIMATE IN PLAN AND PROFILE AND BASED ON BEST AVAILABLE INFORMATION. EXACT LOCATION AND COMPLETENESS ARE NOT GUARANTEED. THE CONTRACTOR IS RESPONSIBLE TO LOCATE ALL EXISTING UTILITIES TO SUCCESSFULLY COMPLETE THIS PROJECT. DAMAGE TO ANY EXISTING UTILITIES SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. 2.CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICES ALERT (USA) AT (800) 227-2600 OR 811 A MINIMUM OF TWO WORKING DAYS PRIOR TO ANY EXCAVATION OR PLANNED WORK OPERATIONS FOR MARK OUTS OF EXISTING UNDERGROUND FACILITIES. 3.CONTRACTOR IS ADVISED OF THE PRESENCE OF SHALLOW STORM DRAINS THROUGHOUT THE PROJECT AREA. STORM DRAINS SHALL BE PROTECTED IN PLACE DURING ALL CONTRACTOR WORK. 4.CONTRACTOR SHALL UNDERTAKE CCTV INSPECTION OF THE EXISTING SANITARY SEWER MAIN AND CONFIRM THE LOCATION OF ALL LIVE SANITARY SEWER LATERALS PRIOR TO CONSTRUCTION. 5.NOT ALL EXISTING UTILITIES ARE SHOWN ON PROFILE. REFER TO PLAN AND POTHOLE INFORMATION FOR APPROXIMATE LOCATION AND DEPTH OF (E) UTILITIES. 6.DO NOT EXCEED 80% OF THE MAX ALLOWABLE DEFLECTION AT PUSH-ON AND MECHANICAL JOINTS. MAX DEFLECTION AT PUSH-ON JOINTS IS 0.80°; MAX DEFLECTION AT MECHANICAL JOINTS AND COUPLINGS IS 4° OR AS PER MANUFACTURER'S REQUIREMENTS. 7.CONCRETE THRUST BLOCKS SHALL BE INSTALLED AT ALL LOCATIONS PER CITY STD 312. CONCRETE THRUST BLOCKS SHALL BE INSTALLED IN ADDITION TO RESTRAINED PIPE WHERE LOCATED AT OR NEAR A PIPE LOWERING/PIPE RAISING LOCATION. 8.CONTRACTOR TO LOCATE EXISTING SANITARY SEWER LATERALS AND CLEANOUTS PRIOR TO HARDSCAPE REMOVAL. CONTRACTOR TO REMOVE AND RESTORE EXISTING HARDSCAPE (SEE HATCH ON PLANS). CONTRACTOR TO NOTIFY ENGINEER FOR ANY CONFLICTS WITH NEW SANITARY SEWER LATERAL PRIOR TO CONSTRUCTION. CONFLICTS SHALL BE HANDLED ON-SITE DURING CONSTRUCTION. N 0 40'20'10' UTILITY PLAN S STATE STREET SCALE: 1" = 20' Page 160 of 551 EL E V A T I O N EL E V A T I O N 600 610 620 600 610 620 209+50 210+00 211+00 212+00 213+00 214+00 209+50 210+00 210+50 211+00 211+50 212+00 212+50 213+00 213+50 214+00 (N ) S S M H # 1 2 3 12 " I N ( N ) I N V = 6 0 6 . 8 4 12 " O U T ( S ) I N V = 6 0 6 . 8 4 RI M E L = 6 1 3 . 8 5 STA 213+25 0.33° DEFLECTION 372 LF OF 12" SS @ S=0 . 0 0 8 5 287 LF OF 12" SS @ S=0 . 0 0 8 5 (N ) S D D I # 1 1 15 " I N ( N ) I N V = 6 1 1 . 5 0 15 " O U T ( S ) I N V = 6 1 1 . 5 0 RI M E L = 6 1 3 . 8 0 (E ) S S M H # 1 2 4 10 " I N ( N ) I N V = 6 0 8 . 3 3 8" O U T ( S ) I N V = 6 0 8 . 3 3 RI M E L = 6 1 4 . 7 5 (E ) S D C B # 8 12 " I N ( S W ) I N V = 6 0 9 . 4 3 12 " I N ( N ) I N V = 6 0 9 . 4 3 15 " I N ( N ) I N V = 6 0 9 . 4 3 18 " O U T ( E ) I N V = 6 0 9 . 4 3 RI M E L = 6 1 2 . 8 4 (E ) S D C B # 9 18 " O U T ( E ) I N V = 6 1 0 . 4 0 RI M E L = 6 1 3 . 5 4 (E ) S D D I # 1 0 12 " I N ( N ) I N V = 6 1 1 . 4 3 12 " O U T ( S ) I N V = 6 1 1 . 4 3 RI M E L = 6 1 3 . 6 0 (E) 12" SD (E ) S D M H # 7 18 " I N ( W ) I N V = 6 0 8 . 0 7 36 " O U T ( E ) I N V = 6 0 8 . 0 7 RI M E L = 6 1 3 . 6 5 15" SD 221 LF @ S=0. 0 0 9 4 (E) 8" SS (VC) TO BE ABANDO N E D (N ) 6 " F H (N ) 6 " F H 53 LF (N) 12" W 43 LF (N) 12" W 9 LF (N) 12" W 9 LF (N) 12" W 9 LF (N) 12" W 83 LF (N) 12" W69 LF (N) 12" W 183 LF (N) 12" W SS1 SS5SD5 EG @ "ST-CL" LINE 3' M I N FG @ "ST-CL" LINE SD6SD6 W15 W15 3' M I N SD7 S D S JT JT JT JT JT JT JT JT JT JT JT JT J T JT 12" SD 12" SD 18 " S D "ST-CL" 211+27.44, 28.16' L (E) SDCB #8 "ST-CL" 211+39.33, 29.60' R (E) SDCB #9 "ST-CL" 213+48.55, 25.50' L (N) SDDI #11 "ST-CL" 213+48.50, 27.07' L (E) SDDI #10 "ST-CL" 213+83.23, 4.70' L (E) SSMH #124 "ST-CL" 211+89.56, 5.29' L (N) SSMH #123 "ST-CL" 211+15.76, 41.98' L (E) SDDI S STATE ST "ST-CL" LINE SS2 SS2 W2 W1 U1 U3 U1 U3 W18 U3 U2 U3 W16 W12 W12 SS8 SS9 SS6 12" SS JOINT TRENCH DESIGNED BY OTHERS (TYP) 210+00 211+00 212+00 213+00 214+00 "ST-CL" 211+26.08, 39.61' R (E) SDMH #7 15" SD SD3 12" SS (TYP) U2 U2 SS1 SS5 SD5 SD7 W15 W15 SD6 SD6 W18 U2 U3 1.2° HORIZ. DEFLECTION "ST-CL" 209+85.52, 19.88' L (N) FH "ST-CL" 210+64.68 29.77' L (N) FH "ST-CL" 213+79.11 29.77' R W16 W16 W16 W17 W17 W17 W17 W16 SD7 W8 (QTY 4) W8 20 2 3 - 0 2 - 2 2 5: 0 5 P M JP A R K 2 N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - U T L - 0 1 0 1 T H R U 0 1 1 1 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTER E D P R O F E SSIONAL E N G I N E E R STATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L UTILITY PROFILE S STATE STREET SCALE: HORIZ 1"=20', VERT 1"=4' ST A 2 0 9 + 5 0 M A T C H L I N E S E E S H E E T U - 1 0 4 ST A 2 1 4 + 0 0 M A T C H L I N E S E E S H E E T U - 1 0 6 U-105 17 UT I L I T Y P L A N & P R O F I L E N S T A T E S T S T A . 2 0 9 + 5 0 - S T A . 2 1 4 + 0 0 AJP JS N 0 40'20'10' UTILITY PLAN S STATE STREET SCALE: 1" = 20' SHEET KEYNOTES SHEET GENERAL NOTES SD1.INSTALL (N) 48" STORM DRAIN MANHOLE SD2.INSTALL (N) CALTRANS PRECAST DRAINAGE INLET TYPE G0 PLAN D773E SD3.INSTALL (N) RCP STORM DRAIN PIPE, SEE SIZE ON PLANS SD4.INSTALL (N) 12" DOME GRATE PER DETAIL 5 & 6 ON SHEET U-505 SD5.INSTALL PRECAST 24X24 DI WITH CAST-IN-PLACE FRAME AND TRAFFIC RATED GRATE SD6.ADJUST (E) STORM DRAIN STRUCTURE TO FINISHED GRADE SD7.REMOVE (E) DRAINAGE INLET/CATCH BASIN AND/OR PIPE SD8.ABANDON (E) DRAINAGE INLET/CATCH BASIN AND/OR PIPE W1.ABANDON (E) WATER MAIN. REMOVE WHERE IN CONFLICT WITH THE (N) WATER MAIN. FILL WITH CONTROLLED LOW STRENGTH MATERIAL WHERE (E) WATER IS LOCATED UNDER BUILDINGS AND ROADWAYS. REMOVE (E) VALVES W2.INSTALL (N) 12" WATER MAIN W3.INSTALL (N) GATE VALVE PER CITY STD 307 W4.INSTALL (N) 45° BEND W5.REMOVE (E) 12" X 12" X 6" TEE W6.CONNECT TO (E) AC PIPE WITH "WIDE RANGE" STYLE COUPLING W7.CAP (E) WATER MAIN W8.REMOVE (E) WATER VALVE W9.INSTALL (N) 12" X 12" X 8" TEE W10.INSTALL (N) 6" X 6" X 12" TEE W11 INSTALL (N) 12" X 12" X 12" TEE W12.INSTALL (N) 12" X 12" X 6" TEE W13.INSTALL BLIND FLANGE W14.ADJUST (E) WATER VALVE TO FINISHED GRADE W15.INSTALL (N) FIRE HYDRANT AND LATERAL PER DETAIL 1 ON SHEET U-503. MAINTAIN MINIMUM 3' CLEARANCE FROM (N) HYDRANT TO OTHER ABOVE GRADE OBSTRUCTIONS. W16.PROVIDE SINGLE WATER SERVICE LATERAL PER CITY STD 301 W17.LOCATE AND CONNECT TO (E) SERVICE 1' FROM PROPERTY BOUNDARY W18.REMOVE (E) FIRE HYDRANT AND VALVE SS1.INSTALL (N) 48" SANITARY MANHOLE PER CITY STD 201 SS2.INSTALL (N) SDR 26 PVC SEWER MAIN, SEE SIZE ON PLANS SS3.INSTALL TEMPORARY (N) 48" SANITARY SEWER MANHOLE SS4.CONNECT TO (E) SEWER MAIN WITH COUPLING. CONTRACTOR TO LOCATE (E) SEWER IN FIELD AND MATCH (E) GRADES SS5.REMOVE (E) SANITARY SEWER MANHOLE AND/OR PIPE SS6.PROVIDE (N) 4" PVC SANITARY SEWER LATERAL PER CITY STD 213. REMOVE OR ABANDON (E) LATERAL SS7.ADJUST (E) SANITARY SEWER STRUCTURE TO FINISHED GRADE SS8.INSTALL (N) SS CLEANOUT PER DETAIL 2 ON SHEET U-502 SS9.LOCATE (E) SEWER LATERAL 1 FEET FROM PROPERTY BOUNDARY PER SECTION 77 OF THE SPECIAL PROVISIONS PRIOR TO INSTALLING WYE FOR (N) LATERAL. SS10.INSTALL (N) END-LINE SSCO PER CITY STD 203 SS11.ABANDON (E) END-LINE SSCO SS12.ABANDON (E) SANITARY SEWER MANHOLE AND/OR PIPE U1.SEE STREET LIGHT PLANS FOR STREET LIGHT CONSTRUCTION INFORMATION U2.(E) OVERHEAD LINE AND POLES TO BE REMOVED. SEE JOINT TRENCH PLANS FOR DETAILS U3.ADJUST (E) UTILITY TO FINISHED GRADE U4.SEE TRAFFIC SIGNAL PLANS FOR TRAFFIC POLES/BOXES CONSTRUCTION INFORMATION 1.LOCATION OF EXISTING UTILITIES, STRUCTURES AND OBSTACLES ARE APPROXIMATE IN PLAN AND PROFILE AND BASED ON BEST AVAILABLE INFORMATION. EXACT LOCATION AND COMPLETENESS ARE NOT GUARANTEED. THE CONTRACTOR IS RESPONSIBLE TO LOCATE ALL EXISTING UTILITIES TO SUCCESSFULLY COMPLETE THIS PROJECT. DAMAGE TO ANY EXISTING UTILITIES SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. 2.CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICES ALERT (USA) AT (800) 227-2600 OR 811 A MINIMUM OF TWO WORKING DAYS PRIOR TO ANY EXCAVATION OR PLANNED WORK OPERATIONS FOR MARK OUTS OF EXISTING UNDERGROUND FACILITIES. 3.CONTRACTOR IS ADVISED OF THE PRESENCE OF SHALLOW STORM DRAINS THROUGHOUT THE PROJECT AREA. STORM DRAINS SHALL BE PROTECTED IN PLACE DURING ALL CONTRACTOR WORK. 4.CONTRACTOR SHALL UNDERTAKE CCTV INSPECTION OF THE EXISTING SANITARY SEWER MAIN AND CONFIRM THE LOCATION OF ALL LIVE SANITARY SEWER LATERALS PRIOR TO CONSTRUCTION. 5.NOT ALL EXISTING UTILITIES ARE SHOWN ON PROFILE. REFER TO PLAN AND POTHOLE INFORMATION FOR APPROXIMATE LOCATION AND DEPTH OF (E) UTILITIES. 6.DO NOT EXCEED 80% OF THE MAX ALLOWABLE DEFLECTION AT PUSH-ON AND MECHANICAL JOINTS. MAX DEFLECTION AT PUSH-ON JOINTS IS 0.80°; MAX DEFLECTION AT MECHANICAL JOINTS AND COUPLINGS IS 4° OR AS PER MANUFACTURER'S REQUIREMENTS. 7.CONCRETE THRUST BLOCKS SHALL BE INSTALLED AT ALL LOCATIONS PER CITY STD 312. CONCRETE THRUST BLOCKS SHALL BE INSTALLED IN ADDITION TO RESTRAINED PIPE WHERE LOCATED AT OR NEAR A PIPE LOWERING/PIPE RAISING LOCATION. 8.CONTRACTOR TO LOCATE EXISTING SANITARY SEWER LATERALS AND CLEANOUTS PRIOR TO HARDSCAPE REMOVAL. CONTRACTOR TO REMOVE AND RESTORE EXISTING HARDSCAPE (SEE HATCH ON PLANS). CONTRACTOR TO NOTIFY ENGINEER FOR ANY CONFLICTS WITH NEW SANITARY SEWER LATERAL PRIOR TO CONSTRUCTION. CONFLICTS SHALL BE HANDLED ON-SITE DURING CONSTRUCTION. Page 161 of 551 EL E V A T I O N EL E V A T I O N 605 610 620 605 610 620 214+00 215+00 216+00 217+00 218+00 218+50 214+00 214+50 215+00 215+50 216+00 216+50 217+00 217+50 218+00 218+50 300 LF OF 12" SS @ S=0 . 0 0 8 5 311 LF OF 12" SS @ S=0 . 0 0 8 5 (N ) S S M H # 1 2 5 12 " I N ( N ) I N V = 6 0 9 . 2 8 12 " O U T ( S ) I N V = 6 0 9 . 2 8 RI M E L = 6 1 5 . 8 3 (E) 10" SS (E) 12" W (E ) S D C B # 1 6 15 " O U T ( S ) I N V = 6 1 5 . 8 3 15 " O U T ( S ) I N V = 6 1 5 . 8 3 RI M E L = 6 1 9 . 0 1 (E ) S S M H # 1 2 6 10 " I N ( N ) I N V = 6 1 2 . 0 4 12 " O U T ( S ) I N V = 6 1 1 . 9 4 RI M E L = 6 1 8 . 9 9 (E ) S D C B # 1 2 15 " I N ( N ) I N V = 6 1 3 . 3 6 4" I N ( W ) I N V = 6 1 5 . 3 4 12 " O U T ( S ) I N V = 6 1 3 . 3 6 RI M E L = 6 1 6 . 7 4 (E ) S D C B # 1 4 15 " I N ( N ) I N V = 6 1 5 . 1 9 15 " O U T ( S ) I N V = 6 1 5 . 1 9 RI M E L = 6 1 8 . 7 2 (E) 15" SD (E) 12" SD (E) 15" SD (N ) S D I N # 1 5 15 " I N ( N ) I N V = 6 1 5 . 2 3 15 " O U T ( S ) I N V = 6 1 5 . 2 3 RI M E L = 6 1 8 . 7 0 (E) 12" W (E) 10" SS (VC) (N ) S D D I # 1 3 15 " I N ( N ) I N V = 6 1 3 . 5 2 15 " O U T ( S ) I N V = 6 1 3 . 5 2 RI M E L = 6 1 6 . 7 2 15" SD 215 LF @ S=0. 0 0 9 4 15" SD 182 LF @ S=0.0 0 9 4 15" SD 64 LF @ S=0.00 9 4 395 LF (N) 12" W 13 LF (N) 12" W 3 LF (N) 12" W 2 LF (N) 12" W SS1 SS7SD2SD7 EG @ "ST-CL" LINE FG @ "ST-CL" LINE 3' M I N SD5SD7 SS JT JT JT JT JT JT JT JT JT JT JT JT JT JT 12" SS "ST-CL" 214+76.97, 3.95' L (N) SSMH #125 "ST-CL" 215+63.44, 28.28' L (E) SDCB #12 "ST-CL" 217+45.68, 28.24' L (E) SDCB #14 "ST-CL" 217+88.43, 2.50' L (E) SSMH #126 "ST-CL" 218+09.24, 29.39' L (E) SDCB #16 S STATE ST W M I l l S T E M I l l S T "ST-CL" LINE SS2 W6 W2 W16 U1 W16 U3 W16 U3 U3 U3 U2 U4 W14 U4 U4 U3 U3 U3 W16 W1 JOINT TRENCH DESIGNED BY OTHERS (TYP) W16 214+00 215+00 216+00 217+00 218+00 "ST-CL" 217+45.67, 26.50' L (N) SDIN #15"ST-CL" 215+63.45, 26.50' L (N) SDDI #13 15" SD15" SD SD3 SD3 15" SD SS1 SD7 SD5 SD7 SS7 SD2 U2 U2 W17 W17W17 W17 SD7 SD7 SD7 W8W8 (QTY 3) (QTY 4) 20 2 3 - 0 2 - 2 2 5: 0 5 P M JP A R K 2 N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - U T L - 0 1 0 1 T H R U 0 1 1 1 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTER E D P R O F E SSIONAL E N G I N E E R STATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L UTILITY PROFILE S STATE STREET SCALE: HORIZ 1"=20', VERT 1"=4' U-106 18 UT I L I T Y P L A N & P R O F I L E S S T A T E S T S T A . 2 1 4 + 0 0 - S T A . 2 1 8 + 5 0 AJP JS SHEET KEYNOTES SHEET GENERAL NOTES SD1.INSTALL (N) 48" STORM DRAIN MANHOLE SD2.INSTALL (N) CALTRANS PRECAST DRAINAGE INLET TYPE G0 PLAN D773E SD3.INSTALL (N) RCP STORM DRAIN PIPE, SEE SIZE ON PLANS SD4.INSTALL (N) 12" DOME GRATE PER DETAIL 5 & 6 ON SHEET U-505 SD5.INSTALL PRECAST 24X24 DI WITH CAST-IN-PLACE FRAME AND TRAFFIC RATED GRATE SD6.ADJUST (E) STORM DRAIN STRUCTURE TO FINISHED GRADE SD7.REMOVE (E) DRAINAGE INLET/CATCH BASIN AND/OR PIPE SD8.ABANDON (E) DRAINAGE INLET/CATCH BASIN AND/OR PIPE W1.ABANDON (E) WATER MAIN. REMOVE WHERE IN CONFLICT WITH THE (N) WATER MAIN. FILL WITH CONTROLLED LOW STRENGTH MATERIAL WHERE (E) WATER IS LOCATED UNDER BUILDINGS AND ROADWAYS. REMOVE (E) VALVES W2.INSTALL (N) 12" WATER MAIN W3.INSTALL (N) GATE VALVE PER CITY STD 307 W4.INSTALL (N) 45° BEND W5.REMOVE (E) 12" X 12" X 6" TEE W6.CONNECT TO (E) AC PIPE WITH "WIDE RANGE" STYLE COUPLING W7.CAP (E) WATER MAIN W8.REMOVE (E) WATER VALVE W9.INSTALL (N) 12" X 12" X 8" TEE W10.INSTALL (N) 6" X 6" X 12" TEE W11 INSTALL (N) 12" X 12" X 12" TEE W12.INSTALL (N) 12" X 12" X 6" TEE W13.INSTALL BLIND FLANGE W14.ADJUST (E) WATER VALVE TO FINISHED GRADE W15.INSTALL (N) FIRE HYDRANT AND LATERAL PER DETAIL 1 ON SHEET U-503. MAINTAIN MINIMUM 3' CLEARANCE FROM (N) HYDRANT TO OTHER ABOVE GRADE OBSTRUCTIONS. W16.PROVIDE SINGLE WATER SERVICE LATERAL PER CITY STD 301 W17.LOCATE AND CONNECT TO (E) SERVICE 1' FROM PROPERTY BOUNDARY W18.REMOVE (E) FIRE HYDRANT AND VALVE SS1.INSTALL (N) 48" SANITARY MANHOLE PER CITY STD 201 SS2.INSTALL (N) SDR 26 PVC SEWER MAIN, SEE SIZE ON PLANS SS3.INSTALL TEMPORARY (N) 48" SANITARY SEWER MANHOLE SS4.CONNECT TO (E) SEWER MAIN WITH COUPLING. CONTRACTOR TO LOCATE (E) SEWER IN FIELD AND MATCH (E) GRADES SS5.REMOVE (E) SANITARY SEWER MANHOLE AND/OR PIPE SS6.PROVIDE (N) 4" PVC SANITARY SEWER LATERAL PER CITY STD 213. REMOVE OR ABANDON (E) LATERAL SS7.ADJUST (E) SANITARY SEWER STRUCTURE TO FINISHED GRADE SS8.INSTALL (N) SS CLEANOUT PER DETAIL 2 ON SHEET U-502 SS9.LOCATE (E) SEWER LATERAL 1 FEET FROM PROPERTY BOUNDARY PER SECTION 77 OF THE SPECIAL PROVISIONS PRIOR TO INSTALLING WYE FOR (N) LATERAL. SS10.INSTALL (N) END-LINE SSCO PER CITY STD 203 SS11.ABANDON (E) END-LINE SSCO SS12.ABANDON (E) SANITARY SEWER MANHOLE AND/OR PIPE U1.SEE STREET LIGHT PLANS FOR STREET LIGHT CONSTRUCTION INFORMATION U2.(E) OVERHEAD LINE AND POLES TO BE REMOVED. SEE JOINT TRENCH PLANS FOR DETAILS U3.ADJUST (E) UTILITY TO FINISHED GRADE U4.SEE TRAFFIC SIGNAL PLANS FOR TRAFFIC POLES/BOXES CONSTRUCTION INFORMATION 1.LOCATION OF EXISTING UTILITIES, STRUCTURES AND OBSTACLES ARE APPROXIMATE IN PLAN AND PROFILE AND BASED ON BEST AVAILABLE INFORMATION. EXACT LOCATION AND COMPLETENESS ARE NOT GUARANTEED. THE CONTRACTOR IS RESPONSIBLE TO LOCATE ALL EXISTING UTILITIES TO SUCCESSFULLY COMPLETE THIS PROJECT. DAMAGE TO ANY EXISTING UTILITIES SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. 2.CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICES ALERT (USA) AT (800) 227-2600 OR 811 A MINIMUM OF TWO WORKING DAYS PRIOR TO ANY EXCAVATION OR PLANNED WORK OPERATIONS FOR MARK OUTS OF EXISTING UNDERGROUND FACILITIES. 3.CONTRACTOR IS ADVISED OF THE PRESENCE OF SHALLOW STORM DRAINS THROUGHOUT THE PROJECT AREA. STORM DRAINS SHALL BE PROTECTED IN PLACE DURING ALL CONTRACTOR WORK. 4.CONTRACTOR SHALL UNDERTAKE CCTV INSPECTION OF THE EXISTING SANITARY SEWER MAIN AND CONFIRM THE LOCATION OF ALL LIVE SANITARY SEWER LATERALS PRIOR TO CONSTRUCTION. 5.NOT ALL EXISTING UTILITIES ARE SHOWN ON PROFILE. REFER TO PLAN AND POTHOLE INFORMATION FOR APPROXIMATE LOCATION AND DEPTH OF (E) UTILITIES. 6.DO NOT EXCEED 80% OF THE MAX ALLOWABLE DEFLECTION AT PUSH-ON AND MECHANICAL JOINTS. MAX DEFLECTION AT PUSH-ON JOINTS IS 0.80°; MAX DEFLECTION AT MECHANICAL JOINTS AND COUPLINGS IS 4° OR AS PER MANUFACTURER'S REQUIREMENTS. 7.CONCRETE THRUST BLOCKS SHALL BE INSTALLED AT ALL LOCATIONS PER CITY STD 312. CONCRETE THRUST BLOCKS SHALL BE INSTALLED IN ADDITION TO RESTRAINED PIPE WHERE LOCATED AT OR NEAR A PIPE LOWERING/PIPE RAISING LOCATION. 8.CONTRACTOR TO LOCATE EXISTING SANITARY SEWER LATERALS AND CLEANOUTS PRIOR TO HARDSCAPE REMOVAL. CONTRACTOR TO REMOVE AND RESTORE EXISTING HARDSCAPE (SEE HATCH ON PLANS). CONTRACTOR TO NOTIFY ENGINEER FOR ANY CONFLICTS WITH NEW SANITARY SEWER LATERAL PRIOR TO CONSTRUCTION. CONFLICTS SHALL BE HANDLED ON-SITE DURING CONSTRUCTION. ST A 2 1 4 + 0 0 M A T C H L I N E S E E S H E E T U - 1 0 5 N 0 40'20'10' UTILITY PLAN S STATE STREET SCALE: 1" = 20' Page 162 of 551 EL E V A T I O N EL E V A T I O N 618 620 630 618 620 630 237+50 238+00 239+00 240+00 241+00 241+50 237+50 238+00 238+50 239+00 239+50 240+00 240+50 241+00 241+50 44 LF (N) 12" W (E) 1 2 " S D (E) 12" SD (E) 1 2 " S D (E) 1 2 " S D (N ) S D I N # 2 4 12 " O U T ( W ) I N V = 6 2 4 . 5 5 RI M E L = 6 2 6 . 2 1 (E) 12" W (E) 1 2 " W (E) 1 2 " W (E ) S D C B # 2 3 RI M E L = 6 2 6 . 9 0 (E ) S D C B # 1 7 12 " O U T ( N ) I N V = 6 3 2 . 1 9 RI M E L = 6 3 4 . 5 0 (E ) S D I N # 1 8 12 " I N ( S ) I N V = 6 2 5 . 5 6 12 " O U T ( N ) I N V = 6 2 5 . 5 6 RI M E L = 6 2 7 . 4 6 (E ) S D M H # 1 9 12 " I N ( N W ) I N V = 6 2 4 . 6 1 12 " O U T ( N ) I N V = 6 2 4 . 6 8 18 " O U T ( E ) I N V = 6 2 4 . 7 3 RI M E L = 6 2 7 . 4 9 (E ) S D M H # 2 0 18 " I N ( W ) I N V = 6 2 4 . 6 1 12 " I N ( S ) I N V = 6 2 4 . 7 4 RI M E L = 6 2 7 . 5 2 (N ) S D D I # 2 2 12 " O U T ( N E ) I N V = 6 2 4 . 6 4 RI M E L = 6 2 6 . 7 9 12" SD 11 LF @ S=0.0060 (E ) S D C B # 2 1 12 " O U T ( S E ) I N V = 6 2 4 . 7 4 RI M E L = 6 2 6 . 7 3 (E) 12" SD (E) 12" SD 256 LF @ S=0 . 0 0 8 (E ) S S M H # 1 2 7 8" I N ( W ) I N V = 6 2 1 . 7 2 12 " O U T ( N ) I N V = 6 2 0 . 1 3 RI M E L = 6 2 6 . 7 2 328 LF OF 12" SS @ S=0.0060 11 LF (N) 12" W (N ) 6 " F H (N ) S D M H # 2 3 A 12 " I N ( S W ) I N V = 6 2 4 . 5 7 12 " I N ( S ) I N V = 6 2 4 . 5 7 12 " I N ( E ) I N V = 6 2 4 . 4 9 4" I N ( W ) I N V = 6 2 5 . 6 3 12 " O U T ( N ) I N V = 6 2 4 . 4 9 RI M E L = 6 2 6 . 9 0 SD2 SD7 SD4SS7 FG @ "ST-CL" LINE EG @ "ST-CL" LINE 3' M I N W15 SD1 S D D D JT JT 12" SS 12" SD 12" SD "ST-CL" 240+47.36, 15.02' R (E) SSMH #127 "ST-CL" 240+22.24, 33.95' L (E) SDMH #19 "ST-CL" 240+22.51, 29.19' L (E) SDMH #20 "ST-CL" 240+04.40, 30.02' L (E) SDIN #18 "ST-CL" 240+65.32, 35.82' L (E) SDCB #23 "ST-CL" 240+66.00, 24.69' L (N) SDIN #24 "ST-CL" 240+55.76, 41.67' L (N) SDDI #22 "ST-CL" 240+31.33, 42.99' L (E) SDCB #21 W H E N R Y S T N STATE ST "ST-CL" LINE W1 W4 W2 W15 W16 U2 W14 W16 U3 W12 SS2 U3 238+00 239+00 240+00 241+00 JOINT TRENCH DESIGNED BY OTHERS (TYP) (TYP) 8 " S S W14(QTY 4) SD2 SD7 SD4 "ST-CL" 240+65.32, 35.82' L (N) SDMH #23A SD1 W18 (N) FH "ST-CL" 241+00.08 32.07' R W16 20 2 3 - 0 2 - 2 2 5: 0 5 P M JP A R K 2 N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - U T L - 0 1 0 1 T H R U 0 1 1 1 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTER E D P R O F E SSIONAL E N G I N E E R STATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L UTILITY PROFILE N STATE STREET SCALE: HORIZ 1"=20', VERT 1"=4' N 0 40'20'10' UTILITY PLAN N STATE STREET SCALE: 1" = 20' U-107 19 UT I L I T Y P L A N & P R O F I L E N S T A T E S T S T A . 2 3 7 + 5 0 - S T A . 2 4 1 + 5 0 AJP JS ST A 2 4 1 + 5 0 M A T C H L I N E S E E S H E E T U - 1 0 8 SHEET KEYNOTES SHEET GENERAL NOTES SD1.INSTALL (N) 48" STORM DRAIN MANHOLE SD2.INSTALL (N) CALTRANS PRECAST DRAINAGE INLET TYPE G0 PLAN D773E SD3.INSTALL (N) RCP STORM DRAIN PIPE, SEE SIZE ON PLANS SD4.INSTALL (N) 12" DOME GRATE PER DETAIL 5 & 6 ON SHEET U-505 SD5.INSTALL PRECAST 24X24 DI WITH CAST-IN-PLACE FRAME AND TRAFFIC RATED GRATE SD6.ADJUST (E) STORM DRAIN STRUCTURE TO FINISHED GRADE SD7.REMOVE (E) DRAINAGE INLET/CATCH BASIN AND/OR PIPE SD8.ABANDON (E) DRAINAGE INLET/CATCH BASIN AND/OR PIPE W1.ABANDON (E) WATER MAIN. REMOVE WHERE IN CONFLICT WITH THE (N) WATER MAIN. FILL WITH CONTROLLED LOW STRENGTH MATERIAL WHERE (E) WATER IS LOCATED UNDER BUILDINGS AND ROADWAYS. REMOVE (E) VALVES W2.INSTALL (N) 12" WATER MAIN W3.INSTALL (N) GATE VALVE PER CITY STD 307 W4.INSTALL (N) 45° BEND W5.REMOVE (E) 12" X 12" X 6" TEE W6.CONNECT TO (E) AC PIPE WITH "WIDE RANGE" STYLE COUPLING W7.CAP (E) WATER MAIN W8.REMOVE (E) WATER VALVE W9.INSTALL (N) 12" X 12" X 8" TEE W10.INSTALL (N) 6" X 6" X 12" TEE W11 INSTALL (N) 12" X 12" X 12" TEE W12.INSTALL (N) 12" X 12" X 6" TEE W13.INSTALL BLIND FLANGE W14.ADJUST (E) WATER VALVE TO FINISHED GRADE W15.INSTALL (N) FIRE HYDRANT AND LATERAL PER DETAIL 1 ON SHEET U-503. MAINTAIN MINIMUM 3' CLEARANCE FROM (N) HYDRANT TO OTHER ABOVE GRADE OBSTRUCTIONS. W16.PROVIDE SINGLE WATER SERVICE LATERAL PER CITY STD 301 W17.LOCATE AND CONNECT TO (E) SERVICE 1' FROM PROPERTY BOUNDARY W18.REMOVE (E) FIRE HYDRANT AND VALVE SS1.INSTALL (N) 48" SANITARY MANHOLE PER CITY STD 201 SS2.INSTALL (N) SDR 26 PVC SEWER MAIN, SEE SIZE ON PLANS SS3.INSTALL TEMPORARY (N) 48" SANITARY SEWER MANHOLE SS4.CONNECT TO (E) SEWER MAIN WITH COUPLING. CONTRACTOR TO LOCATE (E) SEWER IN FIELD AND MATCH (E) GRADES SS5.REMOVE (E) SANITARY SEWER MANHOLE AND/OR PIPE SS6.PROVIDE (N) 4" PVC SANITARY SEWER LATERAL PER CITY STD 213. REMOVE OR ABANDON (E) LATERAL SS7.ADJUST (E) SANITARY SEWER STRUCTURE TO FINISHED GRADE SS8.INSTALL (N) SS CLEANOUT PER DETAIL 2 ON SHEET U-502 SS9.LOCATE (E) SEWER LATERAL 1 FEET FROM PROPERTY BOUNDARY PER SECTION 77 OF THE SPECIAL PROVISIONS PRIOR TO INSTALLING WYE FOR (N) LATERAL. SS10.INSTALL (N) END-LINE SSCO PER CITY STD 203 SS11.ABANDON (E) END-LINE SSCO SS12.ABANDON (E) SANITARY SEWER MANHOLE AND/OR PIPE U1.SEE STREET LIGHT PLANS FOR STREET LIGHT CONSTRUCTION INFORMATION U2.(E) OVERHEAD LINE AND POLES TO BE REMOVED. SEE JOINT TRENCH PLANS FOR DETAILS U3.ADJUST (E) UTILITY TO FINISHED GRADE U4.SEE TRAFFIC SIGNAL PLANS FOR TRAFFIC POLES/BOXES CONSTRUCTION INFORMATION 1.LOCATION OF EXISTING UTILITIES, STRUCTURES AND OBSTACLES ARE APPROXIMATE IN PLAN AND PROFILE AND BASED ON BEST AVAILABLE INFORMATION. EXACT LOCATION AND COMPLETENESS ARE NOT GUARANTEED. THE CONTRACTOR IS RESPONSIBLE TO LOCATE ALL EXISTING UTILITIES TO SUCCESSFULLY COMPLETE THIS PROJECT. DAMAGE TO ANY EXISTING UTILITIES SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. 2.CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICES ALERT (USA) AT (800) 227-2600 OR 811 A MINIMUM OF TWO WORKING DAYS PRIOR TO ANY EXCAVATION OR PLANNED WORK OPERATIONS FOR MARK OUTS OF EXISTING UNDERGROUND FACILITIES. 3.CONTRACTOR IS ADVISED OF THE PRESENCE OF SHALLOW STORM DRAINS THROUGHOUT THE PROJECT AREA. STORM DRAINS SHALL BE PROTECTED IN PLACE DURING ALL CONTRACTOR WORK. 4.CONTRACTOR SHALL UNDERTAKE CCTV INSPECTION OF THE EXISTING SANITARY SEWER MAIN AND CONFIRM THE LOCATION OF ALL LIVE SANITARY SEWER LATERALS PRIOR TO CONSTRUCTION. 5.NOT ALL EXISTING UTILITIES ARE SHOWN ON PROFILE. REFER TO PLAN AND POTHOLE INFORMATION FOR APPROXIMATE LOCATION AND DEPTH OF (E) UTILITIES. 6.DO NOT EXCEED 80% OF THE MAX ALLOWABLE DEFLECTION AT PUSH-ON AND MECHANICAL JOINTS. MAX DEFLECTION AT PUSH-ON JOINTS IS 0.80°; MAX DEFLECTION AT MECHANICAL JOINTS AND COUPLINGS IS 4° OR AS PER MANUFACTURER'S REQUIREMENTS. 7.CONCRETE THRUST BLOCKS SHALL BE INSTALLED AT ALL LOCATIONS PER CITY STD 312. CONCRETE THRUST BLOCKS SHALL BE INSTALLED IN ADDITION TO RESTRAINED PIPE WHERE LOCATED AT OR NEAR A PIPE LOWERING/PIPE RAISING LOCATION. 8.CONTRACTOR TO LOCATE EXISTING SANITARY SEWER LATERALS AND CLEANOUTS PRIOR TO HARDSCAPE REMOVAL. CONTRACTOR TO REMOVE AND RESTORE EXISTING HARDSCAPE (SEE HATCH ON PLANS). CONTRACTOR TO NOTIFY ENGINEER FOR ANY CONFLICTS WITH NEW SANITARY SEWER LATERAL PRIOR TO CONSTRUCTION. CONFLICTS SHALL BE HANDLED ON-SITE DURING CONSTRUCTION. Page 163 of 551 EL E V A T I O N EL E V A T I O N 612 620 630 612 620 630 241+50 242+00 243+00 244+00 245+00 245+50 241+50 242+00 242+50 243+00 243+50 244+00 244+50 245+00 245+50 1 4 L F ( N ) 1 2 " W 23 LF (N) 12" W 206 LF (N) 12" W (N ) S S M H # 1 2 8 12 " I N ( S ) I N V = 6 1 8 . 7 8 12 " O U T ( N ) I N V = 6 1 8 . 6 8 RI M E L = 6 2 5 . 7 8 (N ) S D D I # 2 8 12 " I N ( E ) I N V = 6 2 2 . 5 8 12 " O U T ( W ) I N V = 6 2 2 . 5 8 RI M E L = 6 2 5 . 5 8 (E ) S D I N # 2 9 RI M E L = 6 2 5 . 3 2 (E ) S D I N # 3 0 RI M E L = 6 2 5 . 2 2 (N ) S D D I # 3 5 12 " O U T ( N ) I N V = 6 2 3 . 1 2 RI M E L = 6 2 5 . 2 7 (N ) S D D I # 3 2 12 " O U T ( W ) I N V = 6 2 3 . 4 0 RI M E L = 6 2 5 . 4 2 285 LF OF 12" SS @ S=0.0048 38 LF OF 12" SS @ S=0.0029 (E ) S D I N # 3 1 12 " I N ( N ) I N V = 6 2 2 . 2 5 12 " O U T ( S ) I N V = 6 2 2 . 2 5 RI M E L = 6 2 6 . 7 3 (E) 12" SD 16 LF @ S=0.008 (N ) S D M H # 2 7 12 " I N ( S ) I N V = 6 2 2 . 5 5 12 " I N ( E ) I N V = 6 2 2 . 5 5 12 " O U T ( N ) I N V = 6 2 2 . 5 5 RI M E L = 6 2 5 . 6 5 (N ) S D M H # 3 3 12 " I N ( N ) I N V = 6 2 3 . 4 5 12 " I N ( E ) I N V = 6 2 3 . 3 4 12 " O U T ( S ) I N V = 6 2 3 . 4 5 RI M E L = 6 2 5 . 5 2 (E) 12" SD 73 L F @ S = 0 . 0 1 7 (E) 12" SD 2 9 L F @ S=0.018 (E ) S D C B # 3 4 12 " O U T ( S ) I N V = 6 2 3 . 9 6 RI M E L = 6 2 5 . 5 3 (E) 6" SS (VC) (N ) S D D I # 2 6 12 " O U T ( N ) I N V = 6 2 3 . 6 2 RI M E L = 6 2 6 . 0 7 (N ) S S M H # 1 2 8 A 12 " I N ( S ) I N V = 6 1 8 . 5 7 12 " O U T ( N ) I N V = 6 1 8 . 5 7 RI M E L = 6 2 5 . 8 3 12" SD 149 LF @ S=0.0050 (N ) S D M H # 2 8 A 12 " I N ( S ) I N V = 6 2 2 . 8 7 12 " O U T ( W ) I N V = 6 2 2 . 8 7 RI M E L = 6 2 5 . 4 1 (N ) 6 " F H 47 LF (N) 12" W 14 L F (N) 1 2 " W 302 LF OF 12" SS @ S=0.0020 137 LF (N) 12" W (N ) 6 " F H (E) 12" SD 256 LF @ S=0. 0 0 8 SS1 SD7SD2 SD2SD2 SD2 SD1 FG @ "ST-CL" LINE EG @ "ST-CL" LINE EXTENT OF EXISTING CULVERT JACK AND BORE 38 LF 18" STEEL CASING FOR (N) 12" W UNDER CREEK SD1 3' M I N SS1 6" M I N W15 W15 D D D S S JT JT JT JT JT JT JT JT JT JT JT JT 12" SS 12" SS 12" SD "ST-CL" 243+31.74, 5.40' R (N) SSMH #128 "ST-CL" 241+72.00, 29.00' R (N) SDDI #26 "ST-CL" 243+51.74, 31.91' L (E) SDIN #30 "ST-CL" 243+26.67, 31.92' R (E) SDIN #29 "ST-CL" 244+27.00, 29.00' L (N) SDDI #32 "ST-CL" 245+26.00, 29.00' R (N) SDDI #35 "ST-CL" 243+21.00, 29.00' L (N) SDDI #28 "ST-CL" 243+55.55, 43.54' L (E) SDIN #31 N STATE ST "ST-CL" LINE W2 SS2 SS2 W16 W16 W16 W14 W16 U3U3 W16 W14W16 W1 SD3 242+00 243+00 244+00 245+00 JOINT TRENCH DESIGNED BY OTHERS (TYP) "ST-CL" 243+21.03, 34.28' L (N) SDMH #27 "ST-CL" 244+27.70, 35.31' L (N) SDMH #33 "ST-CL" 244+56.26, 32.30' L (E) SDCB #34 SD3 SD3 SD3(E) LAMPHOLE TO BE ADJUSTED TO GRADE U2 SS1 "ST-CL" 243+69.49, 5.40' R (N) SSMH #128A SS1 SD2 12" SD 12 " S D SD3 SD2 U2 12" SD SD2 SD1 "ST-CL" 243+21.00, 28.16' R (N) SDMH #28A SD1 SD2 SD1 U2 SD7 SD7 U2 (N) FH "ST-CL" 244+08.31 32.22' R W18 (N) FH "ST-CL" 245+47.48 32.08' R W15W16 W16 W12 W15 20 2 3 - 0 2 - 2 2 5: 0 6 P M JP A R K 2 N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - U T L - 0 1 0 1 T H R U 0 1 1 1 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTER E D P R O F E SSIONAL E N G I N E E R STATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L UTILITY PROFILE N STATE STREET SCALE: HORIZ 1"=20', VERT 1"=4' N 0 40'20'10' UTILITY PLAN N STATE STREET SCALE: 1" = 20' U-108 20 UT I L I T Y P L A N & P R O F I L E N S T A T E S T S T A . 2 4 1 + 5 0 - S T A . 2 4 5 + 5 0 AJP JS ST A 2 4 5 + 5 0 M A T C H L I N E S E E S H E E T U - 1 0 9 ST A 2 4 1 + 5 0 M A T C H L I N E S E E S H E E T U - 1 0 7 SHEET KEYNOTES SHEET GENERAL NOTES SD1.INSTALL (N) 48" STORM DRAIN MANHOLE SD2.INSTALL (N) CALTRANS PRECAST DRAINAGE INLET TYPE G0 PLAN D773E SD3.INSTALL (N) RCP STORM DRAIN PIPE, SEE SIZE ON PLANS SD4.INSTALL (N) 12" DOME GRATE PER DETAIL 5 & 6 ON SHEET U-505 SD5.INSTALL PRECAST 24X24 DI WITH CAST-IN-PLACE FRAME AND TRAFFIC RATED GRATE SD6.ADJUST (E) STORM DRAIN STRUCTURE TO FINISHED GRADE SD7.REMOVE (E) DRAINAGE INLET/CATCH BASIN AND/OR PIPE SD8.ABANDON (E) DRAINAGE INLET/CATCH BASIN AND/OR PIPE W1.ABANDON (E) WATER MAIN. REMOVE WHERE IN CONFLICT WITH THE (N) WATER MAIN. FILL WITH CONTROLLED LOW STRENGTH MATERIAL WHERE (E) WATER IS LOCATED UNDER BUILDINGS AND ROADWAYS. REMOVE (E) VALVES W2.INSTALL (N) 12" WATER MAIN W3.INSTALL (N) GATE VALVE PER CITY STD 307 W4.INSTALL (N) 45° BEND W5.REMOVE (E) 12" X 12" X 6" TEE W6.CONNECT TO (E) AC PIPE WITH "WIDE RANGE" STYLE COUPLING W7.CAP (E) WATER MAIN W8.REMOVE (E) WATER VALVE W9.INSTALL (N) 12" X 12" X 8" TEE W10.INSTALL (N) 6" X 6" X 12" TEE W11 INSTALL (N) 12" X 12" X 12" TEE W12.INSTALL (N) 12" X 12" X 6" TEE W13.INSTALL BLIND FLANGE W14.ADJUST (E) WATER VALVE TO FINISHED GRADE W15.INSTALL (N) FIRE HYDRANT AND LATERAL PER DETAIL 1 ON SHEET U-503. MAINTAIN MINIMUM 3' CLEARANCE FROM (N) HYDRANT TO OTHER ABOVE GRADE OBSTRUCTIONS. W16.PROVIDE SINGLE WATER SERVICE LATERAL PER CITY STD 301 W17.LOCATE AND CONNECT TO (E) SERVICE 1' FROM PROPERTY BOUNDARY W18.REMOVE (E) FIRE HYDRANT AND VALVE SS1.INSTALL (N) 48" SANITARY MANHOLE PER CITY STD 201 SS2.INSTALL (N) SDR 26 PVC SEWER MAIN, SEE SIZE ON PLANS SS3.INSTALL TEMPORARY (N) 48" SANITARY SEWER MANHOLE SS4.CONNECT TO (E) SEWER MAIN WITH COUPLING. CONTRACTOR TO LOCATE (E) SEWER IN FIELD AND MATCH (E) GRADES SS5.REMOVE (E) SANITARY SEWER MANHOLE AND/OR PIPE SS6.PROVIDE (N) 4" PVC SANITARY SEWER LATERAL PER CITY STD 213. REMOVE OR ABANDON (E) LATERAL SS7.ADJUST (E) SANITARY SEWER STRUCTURE TO FINISHED GRADE SS8.INSTALL (N) SS CLEANOUT PER DETAIL 2 ON SHEET U-502 SS9.LOCATE (E) SEWER LATERAL 1 FEET FROM PROPERTY BOUNDARY PER SECTION 77 OF THE SPECIAL PROVISIONS PRIOR TO INSTALLING WYE FOR (N) LATERAL. SS10.INSTALL (N) END-LINE SSCO PER CITY STD 203 SS11.ABANDON (E) END-LINE SSCO SS12.ABANDON (E) SANITARY SEWER MANHOLE AND/OR PIPE U1.SEE STREET LIGHT PLANS FOR STREET LIGHT CONSTRUCTION INFORMATION U2.(E) OVERHEAD LINE AND POLES TO BE REMOVED. SEE JOINT TRENCH PLANS FOR DETAILS U3.ADJUST (E) UTILITY TO FINISHED GRADE U4.SEE TRAFFIC SIGNAL PLANS FOR TRAFFIC POLES/BOXES CONSTRUCTION INFORMATION 1.LOCATION OF EXISTING UTILITIES, STRUCTURES AND OBSTACLES ARE APPROXIMATE IN PLAN AND PROFILE AND BASED ON BEST AVAILABLE INFORMATION. EXACT LOCATION AND COMPLETENESS ARE NOT GUARANTEED. THE CONTRACTOR IS RESPONSIBLE TO LOCATE ALL EXISTING UTILITIES TO SUCCESSFULLY COMPLETE THIS PROJECT. DAMAGE TO ANY EXISTING UTILITIES SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. 2.CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICES ALERT (USA) AT (800) 227-2600 OR 811 A MINIMUM OF TWO WORKING DAYS PRIOR TO ANY EXCAVATION OR PLANNED WORK OPERATIONS FOR MARK OUTS OF EXISTING UNDERGROUND FACILITIES. 3.CONTRACTOR IS ADVISED OF THE PRESENCE OF SHALLOW STORM DRAINS THROUGHOUT THE PROJECT AREA. STORM DRAINS SHALL BE PROTECTED IN PLACE DURING ALL CONTRACTOR WORK. 4.CONTRACTOR SHALL UNDERTAKE CCTV INSPECTION OF THE EXISTING SANITARY SEWER MAIN AND CONFIRM THE LOCATION OF ALL LIVE SANITARY SEWER LATERALS PRIOR TO CONSTRUCTION. 5.NOT ALL EXISTING UTILITIES ARE SHOWN ON PROFILE. REFER TO PLAN AND POTHOLE INFORMATION FOR APPROXIMATE LOCATION AND DEPTH OF (E) UTILITIES. 6.DO NOT EXCEED 80% OF THE MAX ALLOWABLE DEFLECTION AT PUSH-ON AND MECHANICAL JOINTS. MAX DEFLECTION AT PUSH-ON JOINTS IS 0.80°; MAX DEFLECTION AT MECHANICAL JOINTS AND COUPLINGS IS 4° OR AS PER MANUFACTURER'S REQUIREMENTS. 7.CONCRETE THRUST BLOCKS SHALL BE INSTALLED AT ALL LOCATIONS PER CITY STD 312. CONCRETE THRUST BLOCKS SHALL BE INSTALLED IN ADDITION TO RESTRAINED PIPE WHERE LOCATED AT OR NEAR A PIPE LOWERING/PIPE RAISING LOCATION. 8.CONTRACTOR TO LOCATE EXISTING SANITARY SEWER LATERALS AND CLEANOUTS PRIOR TO HARDSCAPE REMOVAL. CONTRACTOR TO REMOVE AND RESTORE EXISTING HARDSCAPE (SEE HATCH ON PLANS). CONTRACTOR TO NOTIFY ENGINEER FOR ANY CONFLICTS WITH NEW SANITARY SEWER LATERAL PRIOR TO CONSTRUCTION. CONFLICTS SHALL BE HANDLED ON-SITE DURING CONSTRUCTION. Page 164 of 551 EL E V A T I O N EL E V A T I O N 612 620 630 612 620 630 245+50 246+00 247+00 248+00 249+00 249+50 245+50 246+00 246+50 247+00 247+50 248+00 248+50 249+00 249+50 116 LF (N) 12" W 27 LF OF 8" SS @ S=0.0050 (E) 12" SD 165 LF OF 12" SS @ S=0.0020 (E) 6" SS (VC) (E) 8" SS (VC) (E) 10" SS (VC) (N ) S S M H # 1 3 2 12 " I N ( S ) I N V = 6 1 7 . 5 4 8" I N ( N ) I N V = 6 1 7 . 5 4 12 " O U T ( E ) I N V = 6 1 7 . 4 4 RI M E L = 6 2 5 . 0 5 (E ) S S M H # 1 3 4 10 " I N ( N W ) I N V = 6 1 9 . 1 7 10 " O U T ( E ) I N V = 6 1 9 . 1 9 RI M E L = 6 2 4 . 4 5 (E ) S S M H # 1 3 3 10 " I N ( S ) I N V = 6 1 7 . 6 7 12 " I N ( W ) I N V = 6 1 7 . 3 2 8" I N ( N W ) I N V = 6 1 7 . 5 1 8" I N ( S ) I N V = 6 1 7 . 6 7 10 " O U T ( S E ) I N V = 6 1 9 . 2 0 8" O U T ( E ) I N V = 6 1 7 . 3 9 RI M E L = 6 2 4 . 6 6 (E ) S S M H # 1 2 9 6" I N ( S ) I N V = 6 1 8 . 9 5 10 " I N ( W ) I N V = 6 1 9 . 0 6 10 " O U T ( N ) I N V = 6 1 8 . 9 6 RI M E L = 6 2 5 . 2 2 (E ) S D C B # 3 7 RI M E L = 6 2 5 . 4 8 (E ) S S M H # 1 3 0 8" I N ( W ) I N V = 6 1 8 . 7 4 8" O U T ( N ) I N V = 6 1 8 . 8 2 RI M E L = 6 2 5 . 2 0 (N ) S S M H # 1 3 1 12 " I N ( W ) I N V = 6 1 8 . 8 5 12 " I N ( S ) I N V = 6 1 7 . 9 7 12 " O U T ( N ) I N V = 6 1 7 . 8 7 RI M E L = 6 2 5 . 2 3 (E ) S D C B # 4 3 12 " I N ( W ) I N V = 6 2 2 . 2 5 12 " O U T ( N ) I N V = 6 2 2 . 2 9 RI M E L = 6 2 5 . 2 6 (E ) S D C B # 4 5 12 " O U T ( S ) I N V = 6 2 3 . 0 6 RI M E L = 6 2 5 . 2 5 (N ) S D D I # 4 4 12 " O U T ( S W ) I N V = 6 2 2 . 6 9 RI M E L = 6 2 5 . 1 4 12" SD 7 LF @ S=0.1157 (E ) S D M H # 4 2 RI M E L = 6 2 5 . 2 1 12" SD 91 LF @ S=0.0050 (E) 12" W (E) 12" SD 12" SD 34 LF @ S=0.0050 12" SD 40 LF @ S=0.0050 (N ) S D I N # 3 8 12 " O U T ( W ) I N V = 6 2 3 . 2 8 RI M E L = 6 2 4 . 9 5 (N ) S D I N # 4 0 12 " I N ( S ) I N V = 6 2 2 . 4 6 12 " O U T ( N ) I N V = 6 2 2 . 4 6 RI M E L = 6 2 4 . 1 4 (N ) S D I N # 3 9 12 " I N ( S ) I N V = 6 2 2 . 6 6 12 " O U T ( N ) I N V = 6 2 2 . 6 6 RI M E L = 6 2 4 . 3 3 (N ) S D D I # 3 6 12 " O U T ( N ) I N V = 6 2 3 . 6 3 RI M E L = 6 2 5 . 3 1 12" SD 76 LF @ S=0.0050 (N ) S D D I # 4 1 12 " I N ( S ) I N V = 6 2 3 . 0 0 12 " O U T ( N ) I N V = 6 2 3 . 0 0 RI M E L = 6 2 4 . 7 0 (E) 8" SS (VC) 177 LF (N) 12" W (N ) S D M H # 3 7 A 12 " I N ( S ) I N V = 6 2 3 . 2 5 12 " I N ( E ) I N V = 6 2 3 . 2 5 8" I N ( W ) I N V = 6 2 3 . 2 9 12 " O U T ( N ) I N V = 6 2 3 . 2 5 RI M E L = 6 2 5 . 4 8 (N ) S D M H # 4 2 A 12 " I N ( S ) I N V = 6 2 2 . 6 3 12 " I N ( N E ) I N V = 6 2 1 . 8 8 12 " I N ( N ) I N V = 6 2 2 . 9 1 12 " O U T ( E ) I N V = 6 2 2 . 4 5 RI M E L = 6 2 3 . 8 0 (N ) S D M H # 4 3 A 12 " I N ( W ) I N V = 6 2 2 . 2 9 12 " I N ( S ) I N V = 6 2 2 . 2 9 12 " O U T ( E ) I N V = 6 2 2 . 2 9 RI M E L = 6 2 4 . 4 6 22 LF (N) 12" W 8 LF (N) 12" W SS1 SS1 SD1SD7SD2SD4SD4SD5 6" M I N 6" M I N SD4 SD7 SD1 SS7 SS7 FG @ "ST-CL" LINE EG @ "ST-CL" LINE 3' M I N SS5SS5SD1 SD6 S S S S D D D D S S JT JT JT JT JT JT JT JT JT JT JT JT JT JT 56 + 0 0 55 + 0 0 "ST-CL" 246+66.03, 11.34' R (E) SSMH #129 "ST-CL" 246+91.09, 33.51' R (E) SDCB #43 "ST-CL" 247+05.55, 33.04' L (E) SDCB #45 "ST-CL" 246+90.96, 33.82' L (E) SDMH #42 JOINT TRENCH DESIGNED BY OTHERS (TYP) SC O T T S T 10 " S S 8" S S 8" SS10" SS 12" SS "ST-CL" 248+36.93, 7.94' R (N) SSMH #132 "ST-CL" 248+36.93, 27.66' R (E) SSMH #133 "ST-CL" 248+29.51, 42.15' R (E) SSMH #134 "ST-CL" 245+55.00, 29.00' L (N) SDDI #36 N STATE ST NO R T O N S T "ST-CL" LINE W1 SS2 W2 SS2 W1 W3 W6 SS4 W4 W4 SS2 SS2 W14 W16 W16 W16 U4 U2 U4 U4 U3 U4 U1 U4 W14 W14 U4 U3 U3 U4U3 U3 U4 U4 U4 U3 W16 W14 U3 U2 W14 12 " S S 12 " S D 12" SD 12" SD 246+00 247+00 248+00 249+00 12" SD 12" SD "ST-CL" 246+30.82, 33.44' L (E) SDCB #37 "ST-CL" 246+30.83, 26.76' L (N) SDIN #38 "ST-CL" 246+71.85, 6.81' R (E) SSMH #130 "ST-CL" 246+96.00, 29.00' L (N) SDDI #44 "ST-CL" 246+17.21, 22.58' R (N) SDIN #39 "ST-CL" 246+57.34, 22.58' R (N) SDIN #40 SD3 SD3 12" SD W12SD2SS1 SS7 SS7 SD6SD4 SD4 SD2 "ST-CL" 246+30.82, 33.44' L (N) SDMH #37A "ST-CL" 246+55.86, 33.54' L (N) SDDI #41 SD4 SD1 SD7 SD5 SS5 SS5 12" SD 12" SD SS1 "ST-CL" 246+91.06, 22.58' R (N) SDMH #43A SD1 "ST-CL" 246+71.60, 11.23' R (N) SSMH #131 "ST-CL" 246+90.96, 33.82' L (N) SDMH #42A SD7 SD1 SD7 U2 U2 REPLACE (E) 6" AC PIPE WITH (N) 6" PVC W18 W3 (QTY 3) W17 W17 W16 W12 20 2 3 - 0 2 - 2 2 5: 0 6 P M JP A R K 2 N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - U T L - 0 1 0 1 T H R U 0 1 1 1 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTER E D P R O F E SSIONAL E N G I N E E R STATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L UTILITY PROFILE N STATE STREET SCALE: HORIZ 1"=20', VERT 1"=4' N 0 40'20'10'UTILITY PLAN N STATE STREET SCALE: 1" = 20' U-109 21 UT I L I T Y P L A N & P R O F I L E N S T A T E S T S T A . 2 4 5 + 5 0 - S T A . 2 4 9 + 5 0 AJP JS ST A 2 4 5 + 5 0 M A T C H L I N E S E E S H E E T C - 1 0 8 U-109 21 UT I L I T Y P L A N & P R O F I L E N S T A T E S T S T A . 2 4 5 + 5 0 - S T A . 2 4 9 + 5 0 AJP JS SHEET KEYNOTES SHEET GENERAL NOTES SD1.INSTALL (N) 48" STORM DRAIN MANHOLE SD2.INSTALL (N) CALTRANS PRECAST DRAINAGE INLET TYPE G0 PLAN D773E SD3.INSTALL (N) RCP STORM DRAIN PIPE, SEE SIZE ON PLANS SD4.INSTALL (N) 12" DOME GRATE PER DETAIL 5 & 6 ON SHEET U-505 SD5.INSTALL PRECAST 24X24 DI WITH CAST-IN-PLACE FRAME AND TRAFFIC RATED GRATE SD6.ADJUST (E) STORM DRAIN STRUCTURE TO FINISHED GRADE SD7.REMOVE (E) DRAINAGE INLET/CATCH BASIN AND/OR PIPE SD8.ABANDON (E) DRAINAGE INLET/CATCH BASIN AND/OR PIPE W1.ABANDON (E) WATER MAIN. REMOVE WHERE IN CONFLICT WITH THE (N) WATER MAIN. FILL WITH CONTROLLED LOW STRENGTH MATERIAL WHERE (E) WATER IS LOCATED UNDER BUILDINGS AND ROADWAYS. REMOVE (E) VALVES W2.INSTALL (N) 12" WATER MAIN W3.INSTALL (N) GATE VALVE PER CITY STD 307 W4.INSTALL (N) 45° BEND W5.REMOVE (E) 12" X 12" X 6" TEE W6.CONNECT TO (E) AC PIPE WITH "WIDE RANGE" STYLE COUPLING W7.CAP (E) WATER MAIN W8.REMOVE (E) WATER VALVE W9.INSTALL (N) 12" X 12" X 8" TEE W10.INSTALL (N) 6" X 6" X 12" TEE W11 INSTALL (N) 12" X 12" X 12" TEE W12.INSTALL (N) 12" X 12" X 6" TEE W13.INSTALL BLIND FLANGE W14.ADJUST (E) WATER VALVE TO FINISHED GRADE W15.INSTALL (N) FIRE HYDRANT AND LATERAL PER DETAIL 1 ON SHEET U-503. MAINTAIN MINIMUM 3' CLEARANCE FROM (N) HYDRANT TO OTHER ABOVE GRADE OBSTRUCTIONS. W16.PROVIDE SINGLE WATER SERVICE LATERAL PER CITY STD 301 W17.LOCATE AND CONNECT TO (E) SERVICE 1' FROM PROPERTY BOUNDARY W18.REMOVE (E) FIRE HYDRANT AND VALVE SS1.INSTALL (N) 48" SANITARY MANHOLE PER CITY STD 201 SS2.INSTALL (N) SDR 26 PVC SEWER MAIN, SEE SIZE ON PLANS SS3.INSTALL TEMPORARY (N) 48" SANITARY SEWER MANHOLE SS4.CONNECT TO (E) SEWER MAIN WITH COUPLING. CONTRACTOR TO LOCATE (E) SEWER IN FIELD AND MATCH (E) GRADES SS5.REMOVE (E) SANITARY SEWER MANHOLE AND/OR PIPE SS6.PROVIDE (N) 4" PVC SANITARY SEWER LATERAL PER CITY STD 213. REMOVE OR ABANDON (E) LATERAL SS7.ADJUST (E) SANITARY SEWER STRUCTURE TO FINISHED GRADE SS8.INSTALL (N) SS CLEANOUT PER DETAIL 2 ON SHEET U-502 SS9.LOCATE (E) SEWER LATERAL 1 FEET FROM PROPERTY BOUNDARY PER SECTION 77 OF THE SPECIAL PROVISIONS PRIOR TO INSTALLING WYE FOR (N) LATERAL. SS10.INSTALL (N) END-LINE SSCO PER CITY STD 203 SS11.ABANDON (E) END-LINE SSCO SS12.ABANDON (E) SANITARY SEWER MANHOLE AND/OR PIPE U1.SEE STREET LIGHT PLANS FOR STREET LIGHT CONSTRUCTION INFORMATION U2.(E) OVERHEAD LINE AND POLES TO BE REMOVED. SEE JOINT TRENCH PLANS FOR DETAILS U3.ADJUST (E) UTILITY TO FINISHED GRADE U4.SEE TRAFFIC SIGNAL PLANS FOR TRAFFIC POLES/BOXES CONSTRUCTION INFORMATION 1.LOCATION OF EXISTING UTILITIES, STRUCTURES AND OBSTACLES ARE APPROXIMATE IN PLAN AND PROFILE AND BASED ON BEST AVAILABLE INFORMATION. EXACT LOCATION AND COMPLETENESS ARE NOT GUARANTEED. THE CONTRACTOR IS RESPONSIBLE TO LOCATE ALL EXISTING UTILITIES TO SUCCESSFULLY COMPLETE THIS PROJECT. DAMAGE TO ANY EXISTING UTILITIES SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. 2.CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICES ALERT (USA) AT (800) 227-2600 OR 811 A MINIMUM OF TWO WORKING DAYS PRIOR TO ANY EXCAVATION OR PLANNED WORK OPERATIONS FOR MARK OUTS OF EXISTING UNDERGROUND FACILITIES. 3.CONTRACTOR IS ADVISED OF THE PRESENCE OF SHALLOW STORM DRAINS THROUGHOUT THE PROJECT AREA. STORM DRAINS SHALL BE PROTECTED IN PLACE DURING ALL CONTRACTOR WORK. 4.CONTRACTOR SHALL UNDERTAKE CCTV INSPECTION OF THE EXISTING SANITARY SEWER MAIN AND CONFIRM THE LOCATION OF ALL LIVE SANITARY SEWER LATERALS PRIOR TO CONSTRUCTION. 5.NOT ALL EXISTING UTILITIES ARE SHOWN ON PROFILE. REFER TO PLAN AND POTHOLE INFORMATION FOR APPROXIMATE LOCATION AND DEPTH OF (E) UTILITIES. 6.DO NOT EXCEED 80% OF THE MAX ALLOWABLE DEFLECTION AT PUSH-ON AND MECHANICAL JOINTS. MAX DEFLECTION AT PUSH-ON JOINTS IS 0.80°; MAX DEFLECTION AT MECHANICAL JOINTS AND COUPLINGS IS 4° OR AS PER MANUFACTURER'S REQUIREMENTS. 7.CONCRETE THRUST BLOCKS SHALL BE INSTALLED AT ALL LOCATIONS PER CITY STD 312. CONCRETE THRUST BLOCKS SHALL BE INSTALLED IN ADDITION TO RESTRAINED PIPE WHERE LOCATED AT OR NEAR A PIPE LOWERING/PIPE RAISING LOCATION. 8.CONTRACTOR TO LOCATE EXISTING SANITARY SEWER LATERALS AND CLEANOUTS PRIOR TO HARDSCAPE REMOVAL. CONTRACTOR TO REMOVE AND RESTORE EXISTING HARDSCAPE (SEE HATCH ON PLANS). CONTRACTOR TO NOTIFY ENGINEER FOR ANY CONFLICTS WITH NEW SANITARY SEWER LATERAL PRIOR TO CONSTRUCTION. CONFLICTS SHALL BE HANDLED ON-SITE DURING CONSTRUCTION. STA 54+70 MATCH LINE SEE SHEET U-110 Page 165 of 551 EL E V A T I O N EL E V A T I O N 600 610 620 600 610 620 99+50 100+00 101+00 102+00 103+00 104+00 99+50 100+00 100+50 101+00 101+50 102+00 102+50 103+00 103+50 104+00 50 L F O F 1 8 " S S @ S = 0 . 0 4 2 3 62 LF OF 18" SS @ S=0.0100 30 LF OF 18" SS @ S=0.0050 (E) 18" SS (VC) TO BE ABANDONED IN FUTURE IMPROV E M E N T S (E) 18" SS (VC) TO BE ABANDONED IN FUTURE IMPROVEMENTS (N ) S S M H # 1 1 7 12 " I N ( N ) I N V = 6 0 3 . 6 7 18 " I N ( W ) I N V = 6 0 3 . 7 5 18 " O U T ( N E ) I N V = 6 0 3 . 5 0 RI M E L = 6 1 3 . 0 3 (N ) S S M H # 1 1 8 18 " I N ( S W ) I N V = 6 0 3 . 3 5 10 " I N ( S ) I N V = 6 0 4 . 5 0 18 " O U T ( E ) I N V = 6 0 3 . 2 5 RI M E L = 6 1 2 . 6 8 (N ) S S C O # 1 1 4 18 " I N ( E ) I N V = 6 0 6 . 2 9 RI M E L = 6 1 2 . 9 9 (N ) S S M H # 1 2 1 18 " I N ( W ) I N V = 6 0 2 . 7 5 12 " I N ( S ) I N V = 6 0 2 . 7 3 18 " O U T ( E ) I N V = 6 0 2 . 7 5 RI M E L = 6 1 1 . 8 0 (N ) S S C O # 1 2 0 18 " I N ( W ) I N V = 6 0 2 . 6 3 RI M E L = 6 1 1 . 6 0 (N ) S S M H # 1 1 5 18 " I N ( W ) I N V = 6 0 6 . 3 9 18 " I N ( S E ) I N V = 6 0 6 . 2 9 18 " O U T ( E ) I N V = 6 0 6 . 2 9 RI M E L = 6 1 3 . 3 5 (E) 18" SS (VC) TO BE ABANDONED (E) 10" SS (VC) TO BE ABANDONED (E) 18" SS TO BE ABANDONED (E) 12" S D (E) 24" SD (E) 21" SD (E ) S S M H # 1 1 9 10 " I N ( S W ) I N V = 6 0 3 . 0 7 6" I N ( S ) I N V = 6 0 4 . 6 3 18 " O U T ( N W ) I N V = 6 0 4 . 9 6 18 " O U T ( E ) I N V = 6 0 3 . 0 7 RI M E L = 6 1 2 . 2 0 (E ) S S M H # 1 1 6 6" I N ( S ) I N V = 6 0 6 . 2 3 18 " I N ( W ) I N V = 6 0 6 . 1 8 10 " O U T ( N E ) I N V = 6 0 6 . 1 3 RI M E L = 6 1 3 . 0 4 58 LF (N) 12" W 10 LF (N) 12" W 12 LF (N) 12" W 164 LF (N) 12" W 10 LF OF 18" SS @ S=0.0423 SS10 SS10SS5SS5SS1SS1SS3 SS3 3' M I N D D S S S CO CO S S S S 14 100+00 101+00 102+00 103+00 103+50"ST-CL" 100+77.62, 11.51' R (N) SSMH #115 "ST-CL" 208+04.94, 65.73' L (N) SSCO #114 "ST-CL" 208+17.15, 6.98' L (N) SSMH #117 "ST-CL" 208+36.64, 15.88' R (N) SSMH #118 "ST-CL" 208+62.18, 73.75' R (N) SSMH #121 "ST-CL" 208+49.13, 76.61' R (N) SSCO #12020 8 + 0 0 20 9 + 0 0 "ST-CL" 208+21.46, 46.68' L (E) SSMH #116 "ST-CL" 208+55.44, 38.37' R (E) SSMH #119 SS2 SS2 SS2 SS2 W2 W7 W7 W3W11 12 " S S 18" SS 18" S S 18" SS 10 " S S (TYP) 4.28° HORIZ. DEFLECTION "ST-CL" 208+53.49, 4.55' L 4.99° HORIZ. DEFLECTION "ST-CL" 208+54.42, 5.41' R TIE (N) 12" W MAIN INTO (E) 12" W MAIN SS3 SS3 SS5 SS10 SS1 SS5 SS10SS1 TEMPORARY SSMH AND SSCO TO BE REMOVED AT TIME OF GOBBI ST IMPROVEMENTS (BY OTHERS) TEMPORARY SSMH AND SSCO TO BE REMOVED AT TIME OF GOBBI ST IMPROVEMENTS (BY OTHERS) (N) FH "ST-CL" 209+16.61 29.61' R 20 2 3 - 0 2 - 2 2 5: 1 6 P M JP A R K 2 N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - U T L - 0 1 0 1 T H R U 0 1 1 1 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTER E D P R O F E SSIONAL E N G I N E E R STATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L UTILITY PROFILE STATE STREET SCALE: HORIZ 1"=20', VERT 1"=4' U-110 22 UT I L I T Y P L A N & P R O F I L E GO B B I S T S T A . 1 0 0 + 0 0 T O S T A . 1 0 3 + 5 0 AJP JS SHEET KEYNOTES SHEET GENERAL NOTES SD1.INSTALL (N) 48" STORM DRAIN MANHOLE SD2.INSTALL (N) CALTRANS PRECAST DRAINAGE INLET TYPE G0 PLAN D773E SD3.INSTALL (N) RCP STORM DRAIN PIPE, SEE SIZE ON PLANS SD4.INSTALL (N) 12" DOME GRATE PER DETAIL 5 & 6 ON SHEET U-505 SD5.INSTALL PRECAST 24X24 DI WITH CAST-IN-PLACE FRAME AND TRAFFIC RATED GRATE SD6.ADJUST (E) STORM DRAIN STRUCTURE TO FINISHED GRADE SD7.REMOVE (E) DRAINAGE INLET/CATCH BASIN AND/OR PIPE SD8.ABANDON (E) DRAINAGE INLET/CATCH BASIN AND/OR PIPE W1.ABANDON (E) WATER MAIN. REMOVE WHERE IN CONFLICT WITH THE (N) WATER MAIN. FILL WITH CONTROLLED LOW STRENGTH MATERIAL WHERE (E) WATER IS LOCATED UNDER BUILDINGS AND ROADWAYS. REMOVE (E) VALVES W2.INSTALL (N) 12" WATER MAIN W3.INSTALL (N) GATE VALVE PER CITY STD 307 W4.INSTALL (N) 45° BEND W5.REMOVE (E) 12" X 12" X 6" TEE W6.CONNECT TO (E) AC PIPE WITH "WIDE RANGE" STYLE COUPLING W7.CAP (E) WATER MAIN W8.REMOVE (E) WATER VALVE W9.INSTALL (N) 12" X 12" X 8" TEE W10.INSTALL (N) 6" X 6" X 12" TEE W11 INSTALL (N) 12" X 12" X 12" TEE W12.INSTALL (N) 12" X 12" X 6" TEE W13.INSTALL BLIND FLANGE W14.ADJUST (E) WATER VALVE TO FINISHED GRADE W15.INSTALL (N) FIRE HYDRANT AND LATERAL PER DETAIL 1 ON SHEET U-503. MAINTAIN MINIMUM 3' CLEARANCE FROM (N) HYDRANT TO OTHER ABOVE GRADE OBSTRUCTIONS. W16.PROVIDE SINGLE WATER SERVICE LATERAL PER CITY STD 301 W17.LOCATE AND CONNECT TO (E) SERVICE 1' FROM PROPERTY BOUNDARY W18.REMOVE (E) FIRE HYDRANT AND VALVE SS1.INSTALL (N) 48" SANITARY MANHOLE PER CITY STD 201 SS2.INSTALL (N) SDR 26 PVC SEWER MAIN, SEE SIZE ON PLANS SS3.INSTALL TEMPORARY (N) 48" SANITARY SEWER MANHOLE SS4.CONNECT TO (E) SEWER MAIN WITH COUPLING. CONTRACTOR TO LOCATE (E) SEWER IN FIELD AND MATCH (E) GRADES SS5.REMOVE (E) SANITARY SEWER MANHOLE AND/OR PIPE SS6.PROVIDE (N) 4" PVC SANITARY SEWER LATERAL PER CITY STD 213. REMOVE OR ABANDON (E) LATERAL SS7.ADJUST (E) SANITARY SEWER STRUCTURE TO FINISHED GRADE SS8.INSTALL (N) SS CLEANOUT PER DETAIL 2 ON SHEET U-502 SS9.LOCATE (E) SEWER LATERAL 1 FEET FROM PROPERTY BOUNDARY PER SECTION 77 OF THE SPECIAL PROVISIONS PRIOR TO INSTALLING WYE FOR (N) LATERAL. SS10.INSTALL (N) END-LINE SSCO PER CITY STD 203 SS11.ABANDON (E) END-LINE SSCO SS12.ABANDON (E) SANITARY SEWER MANHOLE AND/OR PIPE U1.SEE STREET LIGHT PLANS FOR STREET LIGHT CONSTRUCTION INFORMATION U2.(E) OVERHEAD LINE AND POLES TO BE REMOVED. SEE JOINT TRENCH PLANS FOR DETAILS U3.ADJUST (E) UTILITY TO FINISHED GRADE U4.SEE TRAFFIC SIGNAL PLANS FOR TRAFFIC POLES/BOXES CONSTRUCTION INFORMATION 1.LOCATION OF EXISTING UTILITIES, STRUCTURES AND OBSTACLES ARE APPROXIMATE IN PLAN AND PROFILE AND BASED ON BEST AVAILABLE INFORMATION. EXACT LOCATION AND COMPLETENESS ARE NOT GUARANTEED. THE CONTRACTOR IS RESPONSIBLE TO LOCATE ALL EXISTING UTILITIES TO SUCCESSFULLY COMPLETE THIS PROJECT. DAMAGE TO ANY EXISTING UTILITIES SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. 2.CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICES ALERT (USA) AT (800) 227-2600 OR 811 A MINIMUM OF TWO WORKING DAYS PRIOR TO ANY EXCAVATION OR PLANNED WORK OPERATIONS FOR MARK OUTS OF EXISTING UNDERGROUND FACILITIES. 3.CONTRACTOR IS ADVISED OF THE PRESENCE OF SHALLOW STORM DRAINS THROUGHOUT THE PROJECT AREA. STORM DRAINS SHALL BE PROTECTED IN PLACE DURING ALL CONTRACTOR WORK. 4.CONTRACTOR SHALL UNDERTAKE CCTV INSPECTION OF THE EXISTING SANITARY SEWER MAIN AND CONFIRM THE LOCATION OF ALL LIVE SANITARY SEWER LATERALS PRIOR TO CONSTRUCTION. 5.NOT ALL EXISTING UTILITIES ARE SHOWN ON PROFILE. REFER TO PLAN AND POTHOLE INFORMATION FOR APPROXIMATE LOCATION AND DEPTH OF (E) UTILITIES. 6.DO NOT EXCEED 80% OF THE MAX ALLOWABLE DEFLECTION AT PUSH-ON AND MECHANICAL JOINTS. MAX DEFLECTION AT PUSH-ON JOINTS IS 0.80°; MAX DEFLECTION AT MECHANICAL JOINTS AND COUPLINGS IS 4° OR AS PER MANUFACTURER'S REQUIREMENTS. 7.CONCRETE THRUST BLOCKS SHALL BE INSTALLED AT ALL LOCATIONS PER CITY STD 312. CONCRETE THRUST BLOCKS SHALL BE INSTALLED IN ADDITION TO RESTRAINED PIPE WHERE LOCATED AT OR NEAR A PIPE LOWERING/PIPE RAISING LOCATION. 8.CONTRACTOR TO LOCATE EXISTING SANITARY SEWER LATERALS AND CLEANOUTS PRIOR TO HARDSCAPE REMOVAL. CONTRACTOR TO REMOVE AND RESTORE EXISTING HARDSCAPE (SEE HATCH ON PLANS). CONTRACTOR TO NOTIFY ENGINEER FOR ANY CONFLICTS WITH NEW SANITARY SEWER LATERAL PRIOR TO CONSTRUCTION. CONFLICTS SHALL BE HANDLED ON-SITE DURING CONSTRUCTION. N 0 40'20'10' UTILITY PLAN GOBBI STREET SCALE: 1" = 20' E GOBBI ST W GOBBI ST S S T A T E S T "S T - C L " L I N E Page 166 of 551 EL E V A T I O N EL E V A T I O N 614 620 630 614 620 630 51+50 52+00 53+00 54+00 55+00 56+00 51+50 52+00 52+50 53+00 53+50 54+00 54+50 55+00 55+50 56+00 (E ) S S M H # 1 3 5 8" I N ( W ) I N V = 6 2 2 . 1 4 6" I N ( S E ) I N V = 6 2 2 . 0 8 8" O U T ( E ) I N V = 6 2 2 . 0 8 12 " O U T ( E ) I N V = 6 2 2 . 0 8 RI M E L = 6 2 7 . 3 4 (E ) S S M H # 1 3 6 6" I N ( S ) I N V = 6 2 1 . 1 2 10 " O U T ( E ) I N V = 6 1 9 . 5 7 6" O U T ( N ) I N V = 6 1 8 . 5 7 6" O U T ( N W ) I N V = 6 2 1 . 1 7 RI M E L = 6 2 7 . 2 7 (E) 8" SS (VC) (N ) S S M H # 1 3 7 6" I N ( S ) I N V = 6 1 8 . 5 5 6" I N ( N ) I N V = 6 1 9 . 6 1 12 " I N ( W ) I N V = 6 2 2 . 0 5 12 " O U T ( E ) I N V = 6 2 2 . 0 5 RI M E L = 6 2 7 . 2 5 (N ) S S M H # 1 3 1 12 " I N ( W ) I N V = 6 1 8 . 8 5 12 " I N ( S ) I N V = 6 1 7 . 9 7 12 " O U T ( N ) I N V = 6 1 7 . 8 7 RI M E L = 6 2 5 . 2 3 (E ) S S M H # 1 3 0 8" I N ( W ) I N V = 6 1 8 . 7 4 8" O U T ( N ) I N V = 6 1 8 . 8 2 RI M E L = 6 2 5 . 2 0 (E ) S S M H # 1 2 9 6" I N ( S ) I N V = 6 1 8 . 9 5 10 " I N ( W ) I N V = 6 1 9 . 0 6 10 " O U T ( N ) I N V = 6 1 8 . 9 6 RI M E L = 6 2 5 . 2 2 383 LF OF 12" SS @ S = 0 . 0 0 8 4 (E) 10" SS (VC) EG @ "SC-CL" ST SS1 SS1 SS5SS5 SS5 SS5 S S D S S D D D S S J T J T J T JT JT 56+0052+00 53+00 54+00 55+00 "ST-CL" 246+93.30, 374.50' L (E) SSMH #135 "ST-CL" 246+89.53, 370.76' L (E) SSMH #136 SS2 "SC-CL" ST JOINT TRENCH DESIGN BY OTHERS (TYP) 10" SS 10 " S S 6 " S S 8" SS 6 " S S "ST-CL" 246+93.12, 371.30' L (N) SSMH #137 N S T A T E S T " S T - C L " L I N E 2 4 6 + 0 0 2 4 7 + 0 0 SCOTT ST12" SS 1 2 " S D SS12 SS5 SS1 SS5 20 2 3 - 0 2 - 2 2 5: 1 6 P M JP A R K 2 N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - U T L - 0 1 0 1 T H R U 0 1 1 1 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTER E D P R O F E SSIONAL E N G I N E E R STATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L UTILITY PROFILE N STATE STREET SCALE: HORIZ 1"=20', VERT 1"=4' 0 40'20'10'UTILITY PLAN SCOTT STREET SCALE: 1" = 20' U-111 23 UT I L I T Y P L A N & P R O F I L E SC O T T S T S T A . 5 1 + 3 0 T O S T A . 5 5 + 5 0 AJP JS N U-111 23 UT I L I T Y P L A N & P R O F I L E SC O T T S T S T A . 5 1 + 3 0 T O S T A . 5 5 + 5 0 AJP JS SHEET KEYNOTES SHEET GENERAL NOTES SD1.INSTALL (N) 48" STORM DRAIN MANHOLE SD2.INSTALL (N) CALTRANS PRECAST DRAINAGE INLET TYPE G0 PLAN D773E SD3.INSTALL (N) RCP STORM DRAIN PIPE, SEE SIZE ON PLANS SD4.INSTALL (N) 12" DOME GRATE PER DETAIL 5 & 6 ON SHEET U-505 SD5.INSTALL PRECAST 24X24 DI WITH CAST-IN-PLACE FRAME AND TRAFFIC RATED GRATE SD6.ADJUST (E) STORM DRAIN STRUCTURE TO FINISHED GRADE SD7.REMOVE (E) DRAINAGE INLET/CATCH BASIN AND/OR PIPE SD8.ABANDON (E) DRAINAGE INLET/CATCH BASIN AND/OR PIPE W1.ABANDON (E) WATER MAIN. REMOVE WHERE IN CONFLICT WITH THE (N) WATER MAIN. FILL WITH CONTROLLED LOW STRENGTH MATERIAL WHERE (E) WATER IS LOCATED UNDER BUILDINGS AND ROADWAYS. REMOVE (E) VALVES W2.INSTALL (N) 12" WATER MAIN W3.INSTALL (N) GATE VALVE PER CITY STD 307 W4.INSTALL (N) 45° BEND W5.REMOVE (E) 12" X 12" X 6" TEE W6.CONNECT TO (E) AC PIPE WITH "WIDE RANGE" STYLE COUPLING W7.CAP (E) WATER MAIN W8.REMOVE (E) WATER VALVE W9.INSTALL (N) 12" X 12" X 8" TEE W10.INSTALL (N) 6" X 6" X 12" TEE W11 INSTALL (N) 12" X 12" X 12" TEE W12.INSTALL (N) 12" X 12" X 6" TEE W13.INSTALL BLIND FLANGE W14.ADJUST (E) WATER VALVE TO FINISHED GRADE W15.INSTALL (N) FIRE HYDRANT AND LATERAL PER DETAIL 1 ON SHEET U-503. MAINTAIN MINIMUM 3' CLEARANCE FROM (N) HYDRANT TO OTHER ABOVE GRADE OBSTRUCTIONS. W16.PROVIDE SINGLE WATER SERVICE LATERAL PER CITY STD 301 W17.LOCATE AND CONNECT TO (E) SERVICE 1' FROM PROPERTY BOUNDARY W18.REMOVE (E) FIRE HYDRANT AND VALVE SS1.INSTALL (N) 48" SANITARY MANHOLE PER CITY STD 201 SS2.INSTALL (N) SDR 26 PVC SEWER MAIN, SEE SIZE ON PLANS SS3.INSTALL TEMPORARY (N) 48" SANITARY SEWER MANHOLE SS4.CONNECT TO (E) SEWER MAIN WITH COUPLING. CONTRACTOR TO LOCATE (E) SEWER IN FIELD AND MATCH (E) GRADES SS5.REMOVE (E) SANITARY SEWER MANHOLE AND/OR PIPE SS6.PROVIDE (N) 4" PVC SANITARY SEWER LATERAL PER CITY STD 213. REMOVE OR ABANDON (E) LATERAL SS7.ADJUST (E) SANITARY SEWER STRUCTURE TO FINISHED GRADE SS8.INSTALL (N) SS CLEANOUT PER DETAIL 2 ON SHEET U-502 SS9.LOCATE (E) SEWER LATERAL 1 FEET FROM PROPERTY BOUNDARY PER SECTION 77 OF THE SPECIAL PROVISIONS PRIOR TO INSTALLING WYE FOR (N) LATERAL. SS10.INSTALL (N) END-LINE SSCO PER CITY STD 203 SS11.ABANDON (E) END-LINE SSCO SS12.ABANDON (E) SANITARY SEWER MANHOLE AND/OR PIPE U1.SEE STREET LIGHT PLANS FOR STREET LIGHT CONSTRUCTION INFORMATION U2.(E) OVERHEAD LINE AND POLES TO BE REMOVED. SEE JOINT TRENCH PLANS FOR DETAILS U3.ADJUST (E) UTILITY TO FINISHED GRADE U4.SEE TRAFFIC SIGNAL PLANS FOR TRAFFIC POLES/BOXES CONSTRUCTION INFORMATION 1.LOCATION OF EXISTING UTILITIES, STRUCTURES AND OBSTACLES ARE APPROXIMATE IN PLAN AND PROFILE AND BASED ON BEST AVAILABLE INFORMATION. EXACT LOCATION AND COMPLETENESS ARE NOT GUARANTEED. THE CONTRACTOR IS RESPONSIBLE TO LOCATE ALL EXISTING UTILITIES TO SUCCESSFULLY COMPLETE THIS PROJECT. DAMAGE TO ANY EXISTING UTILITIES SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. 2.CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICES ALERT (USA) AT (800) 227-2600 OR 811 A MINIMUM OF TWO WORKING DAYS PRIOR TO ANY EXCAVATION OR PLANNED WORK OPERATIONS FOR MARK OUTS OF EXISTING UNDERGROUND FACILITIES. 3.CONTRACTOR IS ADVISED OF THE PRESENCE OF SHALLOW STORM DRAINS THROUGHOUT THE PROJECT AREA. STORM DRAINS SHALL BE PROTECTED IN PLACE DURING ALL CONTRACTOR WORK. 4.CONTRACTOR SHALL UNDERTAKE CCTV INSPECTION OF THE EXISTING SANITARY SEWER MAIN AND CONFIRM THE LOCATION OF ALL LIVE SANITARY SEWER LATERALS PRIOR TO CONSTRUCTION. 5.NOT ALL EXISTING UTILITIES ARE SHOWN ON PROFILE. REFER TO PLAN AND POTHOLE INFORMATION FOR APPROXIMATE LOCATION AND DEPTH OF (E) UTILITIES. 6.DO NOT EXCEED 80% OF THE MAX ALLOWABLE DEFLECTION AT PUSH-ON AND MECHANICAL JOINTS. MAX DEFLECTION AT PUSH-ON JOINTS IS 0.80°; MAX DEFLECTION AT MECHANICAL JOINTS AND COUPLINGS IS 4° OR AS PER MANUFACTURER'S REQUIREMENTS. 7.CONCRETE THRUST BLOCKS SHALL BE INSTALLED AT ALL LOCATIONS PER CITY STD 312. CONCRETE THRUST BLOCKS SHALL BE INSTALLED IN ADDITION TO RESTRAINED PIPE WHERE LOCATED AT OR NEAR A PIPE LOWERING/PIPE RAISING LOCATION. 8.CONTRACTOR TO LOCATE EXISTING SANITARY SEWER LATERALS AND CLEANOUTS PRIOR TO HARDSCAPE REMOVAL. CONTRACTOR TO REMOVE AND RESTORE EXISTING HARDSCAPE (SEE HATCH ON PLANS). CONTRACTOR TO NOTIFY ENGINEER FOR ANY CONFLICTS WITH NEW SANITARY SEWER LATERAL PRIOR TO CONSTRUCTION. CONFLICTS SHALL BE HANDLED ON-SITE DURING CONSTRUCTION. UTILITY PROFILE N STATE STREET SCALE: HORIZ 1"=20', VERT 1"=4' 0 40'20'10' N Page 167 of 551 20 2 3 - 0 2 - 2 2 5: 0 7 P M JP A R K 2 N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - U T L - 0 5 0 1 T H R U 0 5 0 3 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTER E D P R O F E SSIONAL E N G I N E E R STATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L U-501 24 UT I L I T Y D E T A I L S - 1 RB JS 201 SEWER MANHOLE NOT TO SCALE 203 SEWER CLEANOUT NOT TO SCALE 204 SEWER MANHOLE FRAME AND COVER NOT TO SCALE 1 TYPICAL MANHOLE BASE DETAIL NOT TO SCALE NOTES: 1.THE FLOW CHANNEL SHALL BE OPEN FOR THE FULL WIDTH OF MANHOLE D = I.D. OF PIPE. 2.THE SHELF (SLOPED 1" PER FT.) SHALL HAVE LIGHT BROOM FINISH. 3.FOR APPROVED MANHOLE FRAMES AND COVERS SEE STD MANHOLE FRAME & COVER DETAIL. 4.ALL PIPES SHALL BE SEALED IN WITH A 4" MORTAR FILLET. FOR PLASTIC PIPE, ONE WATERSTOP SHALL BE ADDED AT EACH PIPE PENETRATION. 5.ANY SIDE INLET SHALL ENTER MANHOLE WITH INVERT AT LEAST 0.10' ABOVE INVERT OF OUTLET. IF PIPE SIZE INCREASES THRU MANHOLE, MATCH CROWNS, A DROP MANHOLE IS REQUIRED WHERE I.G. OF INLET IS OVER 6" ABOVE CROWN OF OUTLET. 6.MAINTAIN FULL PIPE DIAMETER AROUND SWEEP. DO NOT FAN-OUT. PROVIDE SMOOTH TRANSITION. SLOPE 1"/FT 6" MIN 8" MIN D D 48" RCP MANHOLE SECTION SEE NOTE 4 CLASS A CONCRETE POUR ON UNDISTURBED EARTH HAND DETAILED GROUT (BRUSH FINISH) DIA OF SEWER PIPE DIA OF SEWER PIPE SLOPE 1":1' M I N FLOW AREAS THROUGH MANHOLES TO BE PIPE OR SMOOTH CONCRETE 39" M A X SEE NOTE 5 SEE NOTE 6 SEE NOTE 4 8" MIN D 6" MIN SLOPE 2"/FT D PERTAINS TO NON-PLASTIC PIPE ONLY 2 - 201 - 220 TRENCH DETAIL SERVICE LATERAL/SEWER MAIN NOT TO SCALE213SEWER SERVICE LATERAL PL TO BUILDING NOT TO SCALE 2 GROUTING DETAIL NOT TO SCALE Page 168 of 551 20 2 3 - 0 2 - 2 2 5: 0 7 P M JP A R K 2 N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - U T L - 0 5 0 1 T H R U 0 5 0 3 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTER E D P R O F E SSIONAL E N G I N E E R STATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L U-502 25 UT I L I T Y D E T A I L S - 2 RB JS 1 PLASTIC SEWER PIPE DEFLECTION MANDREL NOT TO SCALE 2 SEWER SERVICE LATERAL CLEANOUT NOT TO SCALE NOTES: 1.MARK ALL MANDRELS WITH ASTM SPECIFICATION NUMBER, SDR NUMBER AND DEFLECTION. 2.THE 1/2" BAR STOCK ON EDGE PROVIDES CLEARANCE TO PASS SMALL AMOUNTS OF SOIL WHICH MAY BE IN PIPE. **1.MANDREL DIA. HAS BEEN CALCULATED TO CORRECT CHORD LENGTH ERROR "E". ***2.MIN. PLATE DIAMETER 3.A PROVING RING OF THE SPECIFIED DIAMETER (D1) SHALL BE SUPPLIED WITH EACH DEFLECTION MANDREL. SDR35 PVC ASTM D 3034 ABS ASTM D 2751 D1**D2***NOM. DIA.L 15" 12" 10" 8" 6"6" 8" 10" 12" 15" 4.629 6.537 8.421 10.210 12.729 5% DEFLECTION 13.729 11.210 9.421 7.537 5.629 A - A - 40° D1 D2 1/4" PLATE, D2 DIA WITH 3/4" DIA HOLE 1/2" x 3/16" BAR STOCK E** 3 / 1 6 " ( T Y P ) 3/4" HEX NUT 30 ° ' 1 1/2"±L1 1/2"± 3/4" THREADED ROD 3/4" FERRULE LOOP INSERT SECTION A - A NOTES: 1.THE SEWER SERVICE LATERAL SHALL BE OF SUFFICIENT DEPTH TO ADEQUATELY SERVE THE BUILDING SITE, AND IN NO CASE SHALL BE LESS THAN 3 FT. IN DEPTH AT THE BACK OF THE P.U.E. UNLESS OTHERWISE AUTHORIZED BY THE CITY. 2.WHERE PROBLEMS ARE ANTICIPATED IN PROVIDING SEWER SERVICE TO A GIVEN BUILDING SITE, THE LATERAL INVERT AT THE BACK OF THE P.U.E. SHALL BE STAKED BY THE OWNER'S ENGINEER. 3.MINIMUM 2% EXCEPT WHERE A VARIATION IS SPECIFICALLY APPROVED BY THE CITY. 4.LOCATE (E) SS LATERAL AT PROPERY BOUNDARY PRIOR TO INSTALLING WYE FOR NEW LATERAL. VARIES CONCRETE G-5 CHRISTY BOX WITH LID MARKED SEWER. PLACE BOX IN 8" x 4" THICK CONC COLLAR PLASTIC MECHANICAL COMPRESSION PLUG WITH WING NUT (CHERNE OR EQUAL) 4" PVC RISER 4" ELOW 4" PVC WYE BRANCH 2% SLOPE TO MAIN. SEE NOTE 3 CONNECT TO (E) SEWER LATERAL 1 FT FROM PROPERTY BOUNDARY. CONNECT USING FLEXIBLE SEWER COUPLING (E) SIDEWALK Page 169 of 551 3. 4. CONTRACTOR SHALL MAKE FINAL TIE-IN UNDER THE INSPECTION OF A CITY UKIAH REPRESENTATIVE. CONNECT TO (E) MAIN WITH APPROVED COUPLING. NOTES: 2.TEMPORARY WOOD BLOCKING FOR THRUST RESTRAINT TO BE RATED TO EITHER 200PSI OR TEST PRESSURE PLUS 50PSI (WHICHEVER IS GREATER). THRUST BLOCKS SHALL EXTEND AGAINST UNDISTURBED GROUND. 1.END OF (N) MAIN TO BE ON SAME GRADE AS (E) MAIN WHERE POSSIBLE. PLAN ELEVATION WOOD BLOCKING. SEE NOTE 2 MJ PLUG TAPPED AT BOTTOM FOR BO. TRENCH SQUARE HEAD PLASTIC PLUG FINGER TIGHT. 2" BRASS GATE VALVE SOLID WEDGE TYPE WITH WHEEL HANDLE. FINISHED GRADE (N) WATER MAIN MJ PLUG TAPPED AT BOTTOM FOR BO. TEMPORARY WOOD BLOCKING SEE NOTE 2.2" GALVANIZED STEEL 20 2 3 - 0 2 - 2 2 5: 0 8 P M JP A R K 2 N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - U T L - 0 5 0 1 T H R U 0 5 0 3 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTER E D P R O F E SSIONAL E N G I N E E R STATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L U-503 26 UT I L I T Y D E T A I L S - 3 RB JS 301 TYPICAL WATER SERVICE NOT TO SCALE 305 FIRE HYDRANT LATERAL NOT TO SCALE 2 TEMP BLOW OFF NOT TO SCALE320TRENCH DETAIL FOR WATER LINE NOT TO SCALE312WATER - THRUST BLOCK LOCATIONS NOT TO SCALE 311 WATER - THRUST BLOCK AREAS REQUIRED NOT TO SCALE307WATER - GATE VALVE AND VALVE BOX NOT TO SCALE 383 BACKFLOW PREVENTION DETAILS NOT TO SCALE Page 170 of 551 20 2 3 - 0 2 - 2 2 5: 0 8 P M JP A R K 2 N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - U T L - 0 5 0 1 T H R U 0 5 0 3 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTER E D P R O F E SSIONAL E N G I N E E R STATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L U-504 27 UT I L I T Y D E T A I L S - 4 RB JS 1 TYPICAL INSTALLATION OF AIR RELEASE AND VACUUM VALVE NOT TO SCALE NOTES: 1. RELEASE VALVES SHALL HAVE 1" THREADED INLETS UNLESS OTHERWISE NOTED ON PLANS. 2.APPROVED COMBINATION VALVES: APCO NO.143C CRISPIN NO. U10. 3.AIR RELEASE AND VACUUM VALVE SHALL BE INSTALLED ON THE HIGH HIGH SIDE OF RIGHT-OF-WAY OR EASEMENT. SLOPE 12" MIN 4" MIN 18" DEEP - 1 1/2" DRAIN ROCK 8 1/2" 2" MAX INSECT SCREEN TO BE FLOW EZY FILTERS, INC. SUCTION SCREEN OR APPROVED EQUAL CHRISTY B-36 METER BOX WITH CHRISTY B36-61G STEEL COVER (OR APPROVED EQUAL) BRACKET (SEE DETAIL AT RIGHT) 1" COMBINATION AIR RELEASE VALVE AND VACUUM RELEASE VALVE, 1" BALL VALVE FORD NO. B11-444 OR EQUAL REDWOOD SUPPORT BLOCK 1" BRASS 90° STREET ELBOW METER BOX WALL 3/8" x 2 1/2" BOLT WITH PLATE WASHER (GALV) 2" x 1/4" STEEL BRACKET (GALV) BRACKET DETAIL 1" BRASS 90° EL-FIP X COMP. FORD NO. L14-44 OR EQUAL FORD FB400 BALLCORP STEEL CYLINDER PIPE - 1" THREADOLET WITH SADDLE PLATE WATER MAIN DUCTILE IRON 1" TAP 1" HDPE TUBING 1" F.I.P. SCHED 40 PVC TEE WITH 1" PVC PLUG EXTENSIONS AS REQ'D. 1/4" BRASS NIPPLE 1" FORD BALL VALVE BII-44 OR EQUAL 1" MIP XCOMP. 90° ELL JONES: J2619, FORD:L84-44, MCDONALD: 4779-MT 2 TYPICAL WATER MAIN LOWERING DETAIL NOT TO SCALE NOTES: 1. TO BE USED WITH THE APPROVAL OF THE CITY ENGINEER, UON. WHERE PIPE/ STRUCTURE TO BE CROSSED IS A SANITARY SEWER OR STORM DRAIN LINE, THIS INSTALLATION SHALL ONLY BE INSTALLED WHERE FIELD CONDITIONS DO NOT ALLOW FOR PROPER SEPARATIONS AS PER TITLE 22, SECTION 64572 "WATER MAIN SEPARATION" OF THE CALIFORNIA CODE OF REGULATIONS. 2.WHERE STRUCTURE TO BE CROSSED IS AN ELECTRICAL DUCT BANK PROVIDE APPROVED COUPLINGS AS SHOWN. COUPLINGS ARE NOT REQUIRED FOR ALL OTHER UTILITY CROSSINGS 3.PIPE SHALL BE DUCTILE IRON CLASS 350 AND WRAPPED IN POLYETHYLENE PER SPECIFICATIONS. 4.ALL BENDS SHALL BE 45° OR 22 1/2° FITTINGS. NO 90° BENDS ALLOWED. 5.MINIMUM 12" CLEARANCE UNLESS OTHERWISE SPECIFIED ON DRAWINGS. 6.ONLY RESTRAINED MECHANICAL JOINT FITTINGS MAY BE USED. 7.MAINTAIN MINIMUM DISTANCES AS FOLLOWS: a.2' FOR 4" AND 6" SANITARY SEWER LATERALS OR OTHER PIPE/STRUCTURE NOT CONVEYING NON-POTABLE FLUIDS. b.4' FOR SANITARY SEWER PIPE 8" TO 18" AND ANY SIZE STORM DRAIN PIPES. 8.CONCRETE ANCHOR BLOCKS SHALL BE INSTALLED BY THE CONTRACTOR WHERE SITE CONDITIONS DO NOT ALLOW FOR A "RESTRAINED JOINT SYSTEM". CONCRETE ANCHOR BLOCKS SHALL BE INSTALLED TO WITHSTAND EITHER 200 PSI OR TEST PRESSURE THRUST FORCE PLUS 50 PSI (WHICHEVER IS GREATER). PROVIDE: a.PIPE SIZE 6": ANCHOR BOLTS 5/8"; STEEL CLAMPS 3" X ¼” b.PIPE SIZE 8": ANCHOR BOLTS 3/4"; STEEL CLAMPS 3-1/4"X 1/4" c.PIPE SIZE 12": ANCHOR BOLTS 1-1/8"; STEEL CLAMPS 4"X1/2" SEE NOTE 7 MI N C O V E R 3 F T SEE NOTE 5 PIPE OR STRUCTURE IN CONFLICT WITH WATER MAIN SEE NOTE 7 PROVIDE MIN. RESTRAINED LENGTH. SEE DRAWINGS RESTRAINED MECHANICAL JOINT FITTING (TYP) PROVIDE MIN. RESTRAINED LENGTH. SEE DRAWINGS FINISHED GRADE PIPE BEDDING MATERIAL PER CITY STANDARD COUPLINGS (TYP) SEE NOTE 2 18" MIN (BOTH SIDES) COUPLINGS (TYP) SEE NOTE 2ANCHOR BLOCKS. SEE NOTE 8 3 TYPICAL WATER MAIN INSTALLATION OVER STRUCTURE NOT TO SCALE NOTES: 1.TO BE USED WITH THE APPROVAL OF THE CITY ENGINEER, UON. WHERE PIPE/ STRUCTURE TO BE CROSSED IS A SANITARY SEWER OR STORM DRAIN LINE, THIS INSTALLATION SHALL ONLY BE INSTALLED WHERE FIELD CONDITIONS DO NOT ALLOW FOR PROPER SEPARATIONS AS PER TITLE 22, SECTION 64572 "WATER MAIN SEPARATION" OF THE CALIFORNIA CODE OF REGULATIONS. 2.WHERE STRUCTURE TO BE CROSSED IS AN ELECTRICAL DUCT BANK PROVIDE APPROVED COUPLINGS AS SHOWN. COUPLINGS ARE NOT REQUIRED FOR ALL OTHER UTILITY CROSSINGS 3.PIPE SHALL BE DUCTILE IRON CLASS 350 AND WRAPPED IN POLYETHYLENE PER SPECIFICATIONS. 4.WHERE COVER IS LESS THAN MINIMUM 3FT, BACKFILL WITH LOW STRENGTH CEMENT SLURRY. 5.ALL BENDS SHALL BE 45° OR 22 1/2° FITTINGS. NO 90° BENDS ALLOWED. 6.ONLY RESTRAINED MECHANICAL JOINT FITTINGS MAY BE USED. 7.MAINTAIN MINIMUM DISTANCES AS FOLLOWS: a.2' FOR SANITARY SEWER LINES UP TO 18" DIA, ANY SIZE STORM DRAIN AND ANY OTHER PIPE/ STRUCTURE NOT CONVEYING NON-POTABLE FLUID b.4' FOR SANITARY SEWER LINES LARGER THAN 18" DIA. 8.CONCRETE ANCHOR BLOCKS SHALL BE INSTALLED BY THE CONTRACTOR WHERE SITE CONDITIONS DO NOT ALLOW FOR A "RESTRAINED JOINT SYSTEM". CONCRETE ANCHOR BLOCKS SHALL BE INSTALLED TO WITHSTAND EITHER 200 PSI OR TEST PRESSURE THRUST FORCE PLUS 50 PSI (WHICHEVER IS GREATER). PROVIDE: a.PIPE SIZE 6": ANCHOR BOLTS 5/8"; STEEL CLAMPS 3" X ¼” b.PIPE SIZE 8": ANCHOR BOLTS 3/4"; STEEL CLAMPS 3-1/4"X 1/4" c.PIPE SIZE 12": ANCHOR BOLTS 1-1/8"; STEEL CLAMPS 4"X1/2". SEE NOTE 7 MI N C O V E R 2 . 5 F T SE E N O T E 4 6" MIN PIPE OR STRUCTURE IN CONFLICT WITH WATER MAIN SEE NOTE 7 RESTRAINED MECHANICAL JOINT FITTING (TYP) FINISHED GRADE PIPE BEDDING MATERIAL PER CITY STANDARD ANCHOR BLOCKS. SEE NOTE 8 COUPLINGS SEE NOTE 2 COUPLINGS (TYP) SEE NOTE 2 2' - 0 " CL E A R OPE N I N G #6 BARS ( TOP AND BOTTOM) #4 @ 8" EACH WAY PLAN CORNER DETAIL A A SECTION A - A EXIST PIPE INVERT OUT INVERT IN PROPOSED INSTALL AND EPOXY #4 DOWELS @ 6" (5" EMBEDMENT) OR SAVE EXIST REBAR (12" MIN) & SPLICE TO NEW REBAR SEE CORNER DETAIL MORTAR ALL AROUND CAST IN PLACE CONCRETE RING 50" MAX THICKNESS MANHOLE FRAME & COVER PER TOWN STD 301 FG #4 HOOP TOTAL 2 TOP & BOTTOM 3' 2" 2" 3' 9" 6" 4" MIN REMOVE MIN 12" EXIST CATCH BASIN H = 0.20' 4 MODIFY EXISTING INLET (DI) TO MANHOLE NOT TO SCALE Page 171 of 551 DISSIMILAR MATERIALS ADAPTER STUB PVC INTO RCP PIPE (N) 12" RCP 12" PVC DOME GRATE TO PVC FITTING 12" DUCTILE IRON DOME GRATE 12" PVC 90 ° ELBOW GROUT ALL AROUND JOINT FINISHED GRADE PLANTER VA R I E S 4" 6" (N) BIO RETENTION SOIL (N) DRAIN ROCK (N) PIPE BEDDING MATERIALSTUB PVC INTO RCP PIPE (E) 12" RCP 12" PVC DOME GRATE TO PVC FITTING 12" DUCTILE IRON DOME GRATE CORE THROUGH (E) 12" STORM DRAIN (E) PIPE BEDDING FINISHED GRADE PLANTER SPRINGLINE (TYP) (N) BIO RETENTION SOIL VA R I E S 4" GROUT ALL AROUND JOINT 20 2 3 - 0 2 - 2 2 5: 0 8 P M JP A R K 2 N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - U T L - 0 5 0 1 T H R U 0 5 0 3 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTER E D P R O F E SSIONAL E N G I N E E R STATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L U-505 28 UT I L I T Y D E T A I L S - 5 RB JS JOINT DETAIL 2-1/2x1-1/2X3/16 K H J IN 2x3/16 IN K IN GRATES BEARING BARS 2-1/4x3/16 J IN 14-11/16 12-1/8 BANDING BARS V 1 D E IN SIDE BARE IN 12-3/8 DETAIL - 1 IN FRAMES FRAME ANGLE 12 12-3/8 NOTES : IN D 2x1/412 A B C 6" HE I G H T A S RE Q U I R E D IN B IN A HMA TYPE A - 1/2"PAVEMENT THICKNESS PER TYPICAL SECTIONS 2 PRECAST BASE SECTION FOR CURB INLET NOT TO SCALE 420 TRENCH DETAIL STORM DRAIN PIPE NOT TO SCALE412PRE-CAST CONCRETE DROP INLET NOT TO SCALE408PRECAST BASE SECTION FOR CURB INLET NOT TO SCALE NOTES: 1.WRAP ALL AROUND JOINT NON WOVEN GEOTEXTILE FABRIC, ENCASE FABRIC IN GROUT AS SHOWN. 2.STUB 12" PVC MINIMUM OF 6" INTO THE NEW RCP PIPE AS SHOWN. 3.SEE SHEET C-505 DETAIL 5 FOR PLANTING DETAILS AND PLAN VIEW. ELEVATION ELEVATION NOTES: 1.SEE SHEET C-505 DETAIL 5 FOR PLANTING DETAILS AND PLAN VIEW. 6 LID INLINE CONNECTION TO EXISTING RCP NOT TO SCALE5LID INLET TO NEW STORM DRAIN PIPE CONNECTION NOT TO SCALE Page 172 of 551 0.20' HMA PAVEMENT OVERLAY BIORETENTION AREA. SEE DETAILS ON SHEET C-502 AND LANDSCAPE PLANS FOR PLANTING, IRRIGATION, AND OTHER DETAILS SEE LANDSCAPE PLANS MINOR CONCRETE SIDEWALK AND DRIVEWAY PER CITY STD 101/102. SEE LANDSCAPE PLANS FOR SCORE MARKS AND FINISHES. STRUCTURAL SECTION 0.5' HMA/1.25' CLASS II AB 0.20'-0.30' HMA PAVEMENT VARIABLE OVERLAY MINOR CONCRETE MEDIAN PAVING 4" HMA PLUG OR MATCH (E) THICKNESS, WHICHEVER IS GREATER, ALLOW FOR FINAL LIFT THICKNESS UTILITY TRENCH RESTORATION, SEE DETAIL 5 ON SHEET C-503. CH E R R Y S T COCO 193+00 194+00 195+00 196+00S STATE ST "ST-CL" LINE CH E R R Y S T "ST-CL" 194+26.16, 28.89' L CONFORM "ST-CL" 194+25.92, 29.17' R CONFORM 58 ' "ST-CL" 194+43.48, 52.44' R CONFORM "ST-CL" 194+84.78, 54.38' R CONFORM EL E V A T I O N EL E V A T I O N 605 610 615 620 605 610 615 620 193+00 194+00 195+00 196+00 196+75 193+00 193+50 194+00 194+50 195+00 195+50 196+00 196+50 196+75 61 5 . 8 7 E G 61 5 . 7 8 E G 61 5 . 9 4 F G 61 5 . 7 6 E G 61 6 . 0 0 F G 61 5 . 7 9 E G 61 6 . 0 2 F G 61 5 . 8 4 E G 61 6 . 0 5 F G 61 5 . 8 4 E G 61 6 . 0 5 F G 61 5 . 8 3 E G 61 6 . 0 4 F G EL = 6 1 5 . 8 1 ST A = 1 9 4 + 2 6 . 0 4 EL = 6 1 5 . 9 7 ST A = 1 9 4 + 5 6 . 0 4 EL = 6 1 6 . 0 6 ST A = 1 9 6 + 1 6 . 3 7 0.55%0.05%-0.04% EG @ CL FG @ CL LOCATION OF EXISTING UTILITIES AND STRUCTURES ARE FROM AVAILABLE RECORD MAPS, EXACT LOCATION AND COMPLETENESS ARE NOT GUARANTEED. CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICE ALERT (USA) AT (800) 227-2600 OR DIAL 811 A MINIMUM OF 48 HOURS PRIOR TO ANY EXCAVATION AND POTHOLE FOR EXACT LOCATION. SHEET GENERAL NOTES 1.CONTRACTOR SHALL PERFORM ALL UNDERGROUND UTILITY WORK, CONCRETE WORK, SURFACE RESTORATION WORK, AND PERFORM ALL DIGOUT AND REPAIR WORK, SUCH AS PLACING LEVELING COURSE AND SEPARATION FABRIC, PRIOR TO FINAL HOT MIX PAVING. 2.APPLY TACK COAT TO ALL ADJACENT (E) AC IMPROVEMENTS OR CONCRETE SURFACES AND AT JOINT BETWEEN (E) AND (N) IMPROVEMENTS. 3.SEE SHEETS G-005 AND G-006 FOR TYPICAL SECTIONS. 4.SEE CONSTRUCTION DETAIL SHEETS C-401 TO C-412 FOR ROADWAY, SIDEWALK, DRIVEWAY AND CURB RAMP HORIZONTAL AND VERTICAL INFORMATION NOT SHOWN. 1.INSTALL CURB AND GUTTER PER MODIFIED CITY STANDARD 102 2.INSTALL SIDEWALK PER CITY STANDARD 102. 3.INSTALL DRIVEWAY APPROACH. 4.INSTALL 8" MEDIAN CURB. 5.INSTALL CURB RAMP PER CITY STANDARD 111. 6.RESET STREET MONUMENT PER CITY STANDARD 140. 7.TREE AND TREE WELL. SEE LANDSCAPE PLANS FOR DETAILS. 8.PRESERVE AND ADJUST EXISTING STREET MONUMENT TO GRADE. 9.REPLACE UNDER SIDEWALK DRAIN IN KIND, WITH CIRCULAR OR RECTANGULAR TYPE DRAIN PER CITY STANDARD 410. ENSURE POSITIVE DRAINAGE TO THE GUTTER. 10.NOT USED. 11.RESTORE UTILITY TRENCH PAVEMENT. 12. INSTALL 6" VERTICAL CURB. 4 C-503 SHEET KEYNOTES SHEET LEGEND 6 C-503 102 C-501 102 C-501 111 C-501 140 C-501 5 C-503 7 C-503 410 C-501 20 2 3 - 0 2 - 2 2 5: 3 1 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - P A P - 0 1 0 1 T H R U 0 1 1 0 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L C-101 29 LA Y O U T P L A N & P R O F I L E S S T A T E S T S T A . 1 9 3 + 0 0 - S T A . 1 9 6 + 7 5 AJP JS ST A 1 9 6 + 7 5 M A T C H L I N E S E E S H E E T C - 1 0 2 LAYOUT PLAN - S STATE STREET SCALE: 1" = 20'0 40'20'10' N LAYOUT PROFILE - S STATE STREET SCALE: HORIZ 1"=20', VERT 1"=2' Page 173 of 551 0.20' HMA PAVEMENT OVERLAY BIORETENTION AREA. SEE DETAILS ON SHEET C-502 AND LANDSCAPE PLANS FOR PLANTING, IRRIGATION, AND OTHER DETAILS SEE LANDSCAPE PLANS MINOR CONCRETE SIDEWALK AND DRIVEWAY PER CITY STD 101/102. SEE LANDSCAPE PLANS FOR SCORE MARKS AND FINISHES. STRUCTURAL SECTION 0.5' HMA/1.25' CLASS II AB 0.20'-0.30' HMA PAVEMENT VARIABLE OVERLAY MINOR CONCRETE MEDIAN PAVING 4" HMA PLUG OR MATCH (E) THICKNESS, WHICHEVER IS GREATER, ALLOW FOR FINAL LIFT THICKNESS UTILITY TRENCH RESTORATION, SEE DETAIL 5 ON SHEET C-503. SS 197+00 198+00 199+00 200+00 58 ' S STATE ST "ST-CL" LINE EL E V A T I O N EL E V A T I O N 605 610 615 620 605 610 615 620 196+75 197+00 198+00 199+00 200+00 200+50 196+75 197+00 197+50 198+00 198+50 199+00 199+50 200+00 200+50 61 5 . 8 3 E G 61 6 . 0 4 F G 61 5 . 8 3 E G 61 6 . 0 3 F G 61 5 . 9 0 E G 61 6 . 1 0 F G 61 5 . 9 4 E G 61 6 . 1 6 F G 61 5 . 9 9 E G 61 6 . 2 1 F G 61 6 . 0 5 E G 61 6 . 2 6 F G 61 6 . 0 5 E G 61 6 . 3 1 F G 61 6 . 1 6 E G 61 6 . 3 5 F G 61 6 . 1 7 E G 61 6 . 4 0 F G EL = 6 1 6 . 0 2 ST A = 1 9 7 + 1 4 . 5 4 EL = 6 1 6 . 1 2 ST A = 1 9 7 + 6 0 . 0 0 0.22% 0.10% EG @ CL FG @ CL LOCATION OF EXISTING UTILITIES AND STRUCTURES ARE FROM AVAILABLE RECORD MAPS, EXACT LOCATION AND COMPLETENESS ARE NOT GUARANTEED. CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICE ALERT (USA) AT (800) 227-2600 OR DIAL 811 A MINIMUM OF 48 HOURS PRIOR TO ANY EXCAVATION AND POTHOLE FOR EXACT LOCATION. SHEET GENERAL NOTES 1.CONTRACTOR SHALL PERFORM ALL UNDERGROUND UTILITY WORK, CONCRETE WORK, SURFACE RESTORATION WORK, AND PERFORM ALL DIGOUT AND REPAIR WORK, SUCH AS PLACING LEVELING COURSE AND SEPARATION FABRIC, PRIOR TO FINAL HOT MIX PAVING. 2.APPLY TACK COAT TO ALL ADJACENT (E) AC IMPROVEMENTS OR CONCRETE SURFACES AND AT JOINT BETWEEN (E) AND (N) IMPROVEMENTS. 3.SEE SHEETS G-005 AND G-006 FOR TYPICAL SECTIONS. 4.SEE CONSTRUCTION DETAIL SHEETS C-401 TO C-412 FOR ROADWAY, SIDEWALK, DRIVEWAY AND CURB RAMP HORIZONTAL AND VERTICAL INFORMATION NOT SHOWN. 1.INSTALL CURB AND GUTTER PER MODIFIED CITY STANDARD 102 2.INSTALL SIDEWALK PER CITY STANDARD 102. 3.INSTALL DRIVEWAY APPROACH. 4.INSTALL 8" MEDIAN CURB. 5.INSTALL CURB RAMP PER CITY STANDARD 111. 6.RESET STREET MONUMENT PER CITY STANDARD 140. 7.TREE AND TREE WELL. SEE LANDSCAPE PLANS FOR DETAILS. 8.PRESERVE AND ADJUST EXISTING STREET MONUMENT TO GRADE. 9.REPLACE UNDER SIDEWALK DRAIN IN KIND, WITH CIRCULAR OR RECTANGULAR TYPE DRAIN PER CITY STANDARD 410. ENSURE POSITIVE DRAINAGE TO THE GUTTER. 10.NOT USED. 11.RESTORE UTILITY TRENCH PAVEMENT. 12. INSTALL 6" VERTICAL CURB. 4 C-503 SHEET KEYNOTES SHEET LEGEND 6 C-503 102 C-501 102 C-501 111 C-501 140 C-501 5 C-503 7 C-503 410 C-501 20 2 3 - 0 2 - 2 2 5: 3 1 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - P A P - 0 1 0 1 T H R U 0 1 1 0 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L C-102 30 LA Y O U T P L A N & P R O F I L E S S T A T E S T S T A . 1 9 6 + 7 5 - S T A . 2 0 0 + 5 0 AJP JS ST A 2 0 0 + 5 0 M A T C H L I N E S E E S H E E T C - 1 0 3 LAYOUT PLAN - S STATE STREET SCALE: 1" = 20'0 40'20'10' N ST A 1 9 6 + 7 5 M A T C H L I N E S E E S H E E T C - 1 0 1 LAYOUT PROFILE - S STATE STREET SCALE: HORIZ 1"=20', VERT 1"=2' Page 174 of 551 S SSS 201+00 202+00 203+00 204+00 205+00S STATE ST "ST-CL" LINE 35.5' F R E I T A S A V E "ST-CL" 201+48.90, 49.17' L CONFORM "ST-CL" 201+84.29, 49.13' L CONFORM 58 ' 58 ' 0.20' HMA PAVEMENT OVERLAY BIORETENTION AREA. SEE DETAILS ON SHEET C-502 AND LANDSCAPE PLANS FOR PLANTING, IRRIGATION, AND OTHER DETAILS SEE LANDSCAPE PLANS MINOR CONCRETE SIDEWALK AND DRIVEWAY PER CITY STD 101/102. SEE LANDSCAPE PLANS FOR SCORE MARKS AND FINISHES. STRUCTURAL SECTION 0.5' HMA/1.25' CLASS II AB 0.20'-0.30' HMA PAVEMENT VARIABLE OVERLAY MINOR CONCRETE MEDIAN PAVING 4" HMA PLUG OR MATCH (E) THICKNESS, WHICHEVER IS GREATER, ALLOW FOR FINAL LIFT THICKNESS UTILITY TRENCH RESTORATION, SEE DETAIL 5 ON SHEET C-503. EL E V A T I O N EL E V A T I O N 605 610 615 620 605 610 615 620 200+50 201+00 202+00 203+00 204+00 205+00 200+50 201+00 201+50 202+00 202+50 203+00 203+50 204+00 204+50 205+00 61 6 . 1 7 E G 61 6 . 4 0 F G 61 6 . 2 6 E G 61 6 . 4 5 F G 61 6 . 2 8 E G 61 6 . 4 9 F G 61 6 . 2 2 E G 61 6 . 4 3 F G 61 6 . 1 8 E G 61 6 . 3 8 F G 61 6 . 0 9 E G 61 6 . 2 9 F G 61 5 . 8 9 E G 61 6 . 0 9 F G 61 5 . 6 1 E G 61 5 . 8 2 F G 61 5 . 3 5 E G 61 5 . 5 6 F G 61 5 . 0 8 E G 61 5 . 2 8 F G EL = 6 1 6 . 4 9 ST A = 2 0 1 + 4 5 . 1 5 EL = 6 1 6 . 3 4 ST A = 2 0 2 + 8 5 . 5 8 EL = 6 1 6 . 1 9 ST A = 2 0 3 + 3 2 . 3 2 EL = 6 1 5 . 3 0 ST A = 2 0 4 + 9 6 . 7 4 -0.32%-0.11% -0.54% EG @ CL FG @ CL 20 2 3 - 0 2 - 2 2 5: 3 2 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - P A P - 0 1 0 1 T H R U 0 1 1 0 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L C-103 31 LA Y O U T P L A N & P R O F I L E S S T A T E S T S T A . 2 0 0 + 5 0 - S T A . 2 0 5 + 0 0 AJP JS ST A 2 0 5 + 0 0 M A T C H L I N E S E E S H E E T C - 1 0 4 LAYOUT PLAN - S STATE STREET SCALE: 1" = 20' LOCATION OF EXISTING UTILITIES AND STRUCTURES ARE FROM AVAILABLE RECORD MAPS, EXACT LOCATION AND COMPLETENESS ARE NOT GUARANTEED. CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICE ALERT (USA) AT (800) 227-2600 OR DIAL 811 A MINIMUM OF 48 HOURS PRIOR TO ANY EXCAVATION AND POTHOLE FOR EXACT LOCATION. SHEET GENERAL NOTES 1.CONTRACTOR SHALL PERFORM ALL UNDERGROUND UTILITY WORK, CONCRETE WORK, SURFACE RESTORATION WORK, AND PERFORM ALL DIGOUT AND REPAIR WORK, SUCH AS PLACING LEVELING COURSE AND SEPARATION FABRIC, PRIOR TO FINAL HOT MIX PAVING. 2.APPLY TACK COAT TO ALL ADJACENT (E) AC IMPROVEMENTS OR CONCRETE SURFACES AND AT JOINT BETWEEN (E) AND (N) IMPROVEMENTS. 3.SEE SHEETS G-005 AND G-006 FOR TYPICAL SECTIONS. 4.SEE CONSTRUCTION DETAIL SHEETS C-401 TO C-412 FOR ROADWAY, SIDEWALK, DRIVEWAY AND CURB RAMP HORIZONTAL AND VERTICAL INFORMATION NOT SHOWN. 1.INSTALL CURB AND GUTTER PER MODIFIED CITY STANDARD 102 2.INSTALL SIDEWALK PER CITY STANDARD 102. 3.INSTALL DRIVEWAY APPROACH. 4.INSTALL 8" MEDIAN CURB. 5.INSTALL CURB RAMP PER CITY STANDARD 111. 6.RESET STREET MONUMENT PER CITY STANDARD 140. 7.TREE AND TREE WELL. SEE LANDSCAPE PLANS FOR DETAILS. 8.PRESERVE AND ADJUST EXISTING STREET MONUMENT TO GRADE. 9.REPLACE UNDER SIDEWALK DRAIN IN KIND, WITH CIRCULAR OR RECTANGULAR TYPE DRAIN PER CITY STANDARD 410. ENSURE POSITIVE DRAINAGE TO THE GUTTER. 10.NOT USED. 11.RESTORE UTILITY TRENCH PAVEMENT. 12. INSTALL 6" VERTICAL CURB. 4 C-503 SHEET KEYNOTES SHEET LEGEND 6 C-503 102 C-501 102 C-501 111 C-501 140 C-501 5 C-503 7 C-503 410 C-501 0 40'20'10' N ST A 2 0 0 + 5 0 M A T C H L I N E S E E S H E E T C - 1 0 2 LAYOUT PROFILE - S STATE STREET SCALE: HORIZ 1"=20', VERT 1"=2' Page 175 of 551 C O CO S S S S C O CO S S S S 205+00 206+00 207+00 208+00 209+00S STATE ST W G O B B I S T 2 "ST-CL" 208+75.78, 52.63' R SAWCUT/CONFORM "ST-CL" 209+20.61, 28.11' R END MATCH (E) C&G "ST-CL" 208+79.71, 51.88' R BEG MATCH (E) C&G "ST-CL" 208+81.13, 39.89' R CURB RAMP CL "ST-CL" 208+93.93, 28.88' R CURB RAMP CL 2 C-409 "ST-CL" LINE 58 . 2 ' "ST-CL" 209+19.04, 28.69' R MATCH (E) SIDEWALK "ST-CL" 208+91.12, 58.49' R MATCH (E) SIDEWALK "ST-CL" 208+29.82, 35.26' R CURB RAMP CL "ST-CL" 208+07.12, 26.98' R SAWCUT "ST-CL" 208+39.16, 48.87' R SAWCUT "ST-CL" 208+34.48, 49.96' R END MATCH (E) C&G "ST-CL" 208+07.12, 31.78' R BEG MATCH (E) C&G "ST-CL" 208+14.84, 49.98' R MATCH (E) SIDEWALK 1 C-409 "ST-CL" 208+38.06, 60.14' R CONFORM "ST-CL" 208+02.10, 48.51' L CONFORM "ST-CL" 208+61.62, 46.80' L CONFORM "ST-CL" 209+19.06, 44.68' R MATCH (E) SIDEWALK 2 2 "ST-CL" 209+25.13, 35.15' L MATCH (E) SIDEWALK "ST-CL" 209+25.13, 24.18' L SAWCUT "ST-CL" 209+25.13, 28.18' L BEG MATCH (E) C&G"ST-CL" 208+32.35, 47.64' L SAWCUT "ST-CL" 208+01.36, 69.56' L SAWCUT "ST-CL" 208+26.92, 75.04' L SAWCUT 1 1 5 5 1 1 5 1 "ST-CL" 209+07.23, 58.84' R MATCH (E) SIDEWALK "ST-CL" 208+96.62, 51.03' R MATCH (E) SIDEWALK 0.20' HMA PAVEMENT OVERLAY BIORETENTION AREA. SEE DETAILS ON SHEET C-502 AND LANDSCAPE PLANS FOR PLANTING, IRRIGATION, AND OTHER DETAILS SEE LANDSCAPE PLANS MINOR CONCRETE SIDEWALK AND DRIVEWAY PER CITY STD 101/102. SEE LANDSCAPE PLANS FOR SCORE MARKS AND FINISHES. STRUCTURAL SECTION 0.5' HMA/1.25' CLASS II AB 0.20'-0.30' HMA PAVEMENT VARIABLE OVERLAY MINOR CONCRETE MEDIAN PAVING 4" HMA PLUG OR MATCH (E) THICKNESS, WHICHEVER IS GREATER, ALLOW FOR FINAL LIFT THICKNESS UTILITY TRENCH RESTORATION, SEE DETAIL 5 ON SHEET C-503. EL E V A T I O N EL E V A T I O N 605 610 615 605 610 615 205+00 206+00 207+00 208+00 209+00 209+50 205+00 205+50 206+00 206+50 207+00 207+50 208+00 208+50 209+00 209+50 61 5 . 0 8 E G 61 5 . 2 8 F G 61 4 . 7 5 E G 61 4 . 9 5 F G 61 4 . 3 7 E G 61 4 . 5 8 F G 61 3 . 9 7 E G 61 4 . 1 7 F G 61 3 . 5 8 E G 61 3 . 8 1 F G 61 3 . 4 1 E G 61 3 . 5 6 F G 61 3 . 1 7 E G 61 2 . 8 3 E G 61 2 . 9 5 E G 61 3 . 1 6 E G EL = 6 1 5 . 1 3 ST A = 2 0 5 + 2 6 . 7 5 EL = 6 1 4 . 3 4 ST A = 2 0 6 + 3 2 . 3 0 EL = 6 1 3 . 8 8 ST A = 2 0 6 + 8 1 . 7 1 EL = 6 1 3 . 6 3 ST A = 2 0 7 + 4 2 . 8 8 EL = 6 1 3 . 3 1 ST A = 2 0 7 + 7 2 . 8 8 -1.07% -0.59% -0.40% -0.93% -0.75% EG @ CL FG @ CL CO S CO S "ST-CL" 208+88.56, 166.56' R CONFORM "ST-CL" 208+80.72, 168.18' R CONFORM "ST-CL" 208+65.46, 54.67' R SAWCUT "ST-CL" 208+42.31, 81.46' R CONFORM "ST-CL" 208+61.98, 77.40' R CONFORM 11 20 2 3 - 0 2 - 2 2 5: 3 2 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - P A P - 0 1 0 1 T H R U 0 1 1 0 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L C-104 32 LA Y O U T P L A N & P R O F I L E S S T A T E S T S T A . 2 0 5 + 0 0 - S T A . 2 0 9 + 5 0 AJP JS LAYOUT PLAN - S STATE STREET SCALE: 1" = 20' LOCATION OF EXISTING UTILITIES AND STRUCTURES ARE FROM AVAILABLE RECORD MAPS, EXACT LOCATION AND COMPLETENESS ARE NOT GUARANTEED. CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICE ALERT (USA) AT (800) 227-2600 OR DIAL 811 A MINIMUM OF 48 HOURS PRIOR TO ANY EXCAVATION AND POTHOLE FOR EXACT LOCATION. SHEET GENERAL NOTES 1.CONTRACTOR SHALL PERFORM ALL UNDERGROUND UTILITY WORK, CONCRETE WORK, SURFACE RESTORATION WORK, AND PERFORM ALL DIGOUT AND REPAIR WORK, SUCH AS PLACING LEVELING COURSE AND SEPARATION FABRIC, PRIOR TO FINAL HOT MIX PAVING. 2.APPLY TACK COAT TO ALL ADJACENT (E) AC IMPROVEMENTS OR CONCRETE SURFACES AND AT JOINT BETWEEN (E) AND (N) IMPROVEMENTS. 3.SEE SHEETS G-005 AND G-006 FOR TYPICAL SECTIONS. 4.SEE CONSTRUCTION DETAIL SHEETS C-401 TO C-412 FOR ROADWAY, SIDEWALK, DRIVEWAY AND CURB RAMP HORIZONTAL AND VERTICAL INFORMATION NOT SHOWN. 1.INSTALL CURB AND GUTTER PER MODIFIED CITY STANDARD 102 2.INSTALL SIDEWALK PER CITY STANDARD 102. 3.INSTALL DRIVEWAY APPROACH. 4.INSTALL 8" MEDIAN CURB. 5.INSTALL CURB RAMP PER CITY STANDARD 111. 6.RESET STREET MONUMENT PER CITY STANDARD 140. 7.TREE AND TREE WELL. SEE LANDSCAPE PLANS FOR DETAILS. 8.PRESERVE AND ADJUST EXISTING STREET MONUMENT TO GRADE. 9.REPLACE UNDER SIDEWALK DRAIN IN KIND, WITH CIRCULAR OR RECTANGULAR TYPE DRAIN PER CITY STANDARD 410. ENSURE POSITIVE DRAINAGE TO THE GUTTER. 10.NOT USED. 11.RESTORE UTILITY TRENCH PAVEMENT. 12. INSTALL 6" VERTICAL CURB. 4 C-503 SHEET KEYNOTES SHEET LEGEND 6 C-503 102 C-501 102 C-501 111 C-501 140 C-501 5 C-503 7 C-503 410 C-501 ST A 2 0 9 + 5 0 M A T C H L I N E S E E S H E E T C - 1 0 5 ST A 2 0 5 + 0 0 M A T C H L I N E S E E S H E E T C - 1 0 3 E G O B B I S T 0 40'20'10' N LAYOUT PROFILE - S STATE STREET SCALE: HORIZ 1"=20', VERT 1"=2' E GOBBI ST E GOBBI ST MATCH LINE SEE BELOW LAYOUT PLAN - E GOBBI STREET SCALE: 1" = 20' 0 40'20'10' N E G O B B I S T M A T C H L I N E SE E A B O V E Page 176 of 551 SS 210+00 211+00 212+00 213+00 214+00S STATE ST 2 2 "ST-CL" 211+21.34, 35.00' L MATCH (E) SIDEWALK "ST-CL" 211+21.34, 28.24' L BEG MATCH (E) C&G "ST-CL" 211+23.84, 30.53' R BEG MATCH (E) C&G "ST-CL" 212+03.50, 26.50' L DWY CL "ST-CL" 211+63.00, 26.50' R DWY CL "ST-CL" 213+49.00, 26.50' L DWY CL "ST-CL" 211+44.21, 41.97' R SAWCUT "ST-CL" 211+81.84, 42.15' R SAWCUT "ST-CL" 211+78.87, 38.39' L SAWCUT "ST-CL" 212+26.24, 38.58' L SAWCUT "ST-CL" 213+63.61, 37.02' L SAWCUT "ST-CL" 213+37.29, 37.03' L SAWCUT "ST-CL" 213+94.51, 38.72' L SAWCUT "ST-CL" LINE 6. 2 ' 6. 4 ' 7. 9 ' 12 . 9 ' 18 ' 18 ' 49 ' 52 . 2 ' "ST-CL" 209+19.06, 44.68' R "ST-CL" 210+31.93, 28.19' L END MATCH (E) C&G 13 ' 8' 12 . 9 ' 4 1 1 3 3 3 1 "ST-CL" 209+59.56, 23.62' R SAWCUT "ST-CL" 209+59.55, 28.76' R MATCH (E) SIDEWALK "ST-CL" 210+78.65, 38.71' R MATCH (E) SIDEWALK "ST-CL" 209+68.68, 23.66' R SAWCUT "ST-CL" 210+31.93, 23.62' L SAWCUT "ST-CL" 210+31.93, 28.83' L MATCH (E) SIDEWALK "ST-CL" 210+63.27, 23.60' L SAWCUT "ST-CL" 210+63.27, 28.78' L MATCH (E) SIDEWALK "ST-CL" 210+83.94, 40.15' L MATCH (E) SIDEWALK "ST-CL" 210+72.60, 23.60' L SAWCUT "ST-CL" 210+72.68, 26.13' R SAWCUT 9 EL E V A T I O N EL E V A T I O N 605 610 615 620 605 610 615 620 209+50 210+00 211+00 212+00 213+00 214+00 209+50 210+00 210+50 211+00 211+50 212+00 212+50 213+00 213+50 214+00 EL = 6 1 3 . 5 6 ST A = 2 1 0 + 7 2 . 6 4 EL = 6 1 3 . 6 9 ST A = 2 1 1 + 3 9 . 5 0 EL = 6 1 4 . 2 6 ST A = 2 1 3 + 2 5 . 0 0 61 3 . 1 6 E G 61 3 . 2 4 E G 61 3 . 4 8 E G 61 3 . 6 4 E G 61 3 . 6 1 F G 61 3 . 8 0 E G 61 3 . 7 2 F G 61 3 . 9 2 E G 61 3 . 8 8 F G 61 4 . 1 1 E G 61 4 . 0 3 F G 61 4 . 2 2 E G 61 4 . 1 8 F G 61 4 . 4 6 E G 61 4 . 4 7 F G 61 4 . 9 9 E G 61 4 . 9 0 F G 0.20% 0.30% EG @ CL FG @ CL 0.20' HMA PAVEMENT OVERLAY BIORETENTION AREA. SEE DETAILS ON SHEET C-502 AND LANDSCAPE PLANS FOR PLANTING, IRRIGATION, AND OTHER DETAILS SEE LANDSCAPE PLANS MINOR CONCRETE SIDEWALK AND DRIVEWAY PER CITY STD 101/102. SEE LANDSCAPE PLANS FOR SCORE MARKS AND FINISHES. STRUCTURAL SECTION 0.5' HMA/1.25' CLASS II AB 0.20'-0.30' HMA PAVEMENT VARIABLE OVERLAY MINOR CONCRETE MEDIAN PAVING 4" HMA PLUG OR MATCH (E) THICKNESS, WHICHEVER IS GREATER, ALLOW FOR FINAL LIFT THICKNESS UTILITY TRENCH RESTORATION, SEE DETAIL 5 ON SHEET C-503. 20 2 3 - 0 2 - 2 2 5: 3 3 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - P A P - 0 1 0 1 T H R U 0 1 1 0 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L C-105 33 LA Y O U T P L A N & P R O F I L E S S T A T E S T S T A . 2 0 9 + 5 0 - S T A . 2 1 4 + 0 0 AJP JS LAYOUT PROFILE - S STATE STREET SCALE: HORIZ 1"=20', VERT 1"=2' LAYOUT PLAN - S STATE STREET SCALE: 1" = 20' ST A 2 0 9 + 5 0 M A T C H L I N E S E E S H E E T C - 1 0 4 ST A 2 1 4 + 0 0 M A T C H L I N E S E E S H E E T C - 1 0 6 LOCATION OF EXISTING UTILITIES AND STRUCTURES ARE FROM AVAILABLE RECORD MAPS, EXACT LOCATION AND COMPLETENESS ARE NOT GUARANTEED. CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICE ALERT (USA) AT (800) 227-2600 OR DIAL 811 A MINIMUM OF 48 HOURS PRIOR TO ANY EXCAVATION AND POTHOLE FOR EXACT LOCATION. SHEET GENERAL NOTES 1.CONTRACTOR SHALL PERFORM ALL UNDERGROUND UTILITY WORK, CONCRETE WORK, SURFACE RESTORATION WORK, AND PERFORM ALL DIGOUT AND REPAIR WORK, SUCH AS PLACING LEVELING COURSE AND SEPARATION FABRIC, PRIOR TO FINAL HOT MIX PAVING. 2.APPLY TACK COAT TO ALL ADJACENT (E) AC IMPROVEMENTS OR CONCRETE SURFACES AND AT JOINT BETWEEN (E) AND (N) IMPROVEMENTS. 3.SEE SHEETS G-005 AND G-006 FOR TYPICAL SECTIONS. 4.SEE CONSTRUCTION DETAIL SHEETS C-401 TO C-412 FOR ROADWAY, SIDEWALK, DRIVEWAY AND CURB RAMP HORIZONTAL AND VERTICAL INFORMATION NOT SHOWN. 1.INSTALL CURB AND GUTTER PER MODIFIED CITY STANDARD 102 2.INSTALL SIDEWALK PER CITY STANDARD 102. 3.INSTALL DRIVEWAY APPROACH. 4.INSTALL 8" MEDIAN CURB. 5.INSTALL CURB RAMP PER CITY STANDARD 111. 6.RESET STREET MONUMENT PER CITY STANDARD 140. 7.TREE AND TREE WELL. SEE LANDSCAPE PLANS FOR DETAILS. 8.PRESERVE AND ADJUST EXISTING STREET MONUMENT TO GRADE. 9.REPLACE UNDER SIDEWALK DRAIN IN KIND, WITH CIRCULAR OR RECTANGULAR TYPE DRAIN PER CITY STANDARD 410. ENSURE POSITIVE DRAINAGE TO THE GUTTER. 10.NOT USED. 11.RESTORE UTILITY TRENCH PAVEMENT. 12. INSTALL 6" VERTICAL CURB. 4 C-503 SHEET KEYNOTES SHEET LEGEND 6 C-503 102 C-501 102 C-501 111 C-501 140 C-501 5 C-503 7 C-503 410 C-501 0 40'20'10' N Page 177 of 551 4.6 7 SS214+00 215+00 216+00 217+00 218+00S STATE ST 2 2 E M I L L S T "ST-CL" 217+84.68, 50.83' R END MATCH (E) C&G "ST-CL" 217+78.57, 50.49' R MATCH (E) SIDEWALK "ST-CL" 217+63.78, 71.58' L END MATCH (E) C&G "ST-CL" 217+57.82, 70.32' L MATCH (E) SIDEWALK "ST-CL" 217+99.38, 24.06' R AP, CONFORM "ST-CL" 217+93.33, 24.60' R AP, SAWCUT "ST-CL" 217+91.66, 51.29' R SAWCUT "ST-CL" 217+76.49, 74.29' L CONFORM "ST-CL" 217+77.93, 38.66' L SAWCUT "ST-CL" 217+70.63, 73.04' L SAWCUT W M I L L S T "ST-CL" 217+68.79, 30.21' L CURB RAMP CL "ST-CL" 217+81.73, 20.26' R CURB RAMP CL "ST-CL" 217+11.00, 26.50' R DWY CL "ST-CL" 216+72.50, 26.50' R DWY CL "ST-CL" 216+49.00, 26.50' L DWY CL "ST-CL" 215+56.50, 26.50' R DWY CL "ST-CL" 214+97.00, 26.50' R DWY CL "ST-CL" 214+63.00, 26.50' L DWY CL "ST-CL" 214+08.00, 26.50' L DWY CL "ST-CL" 214+52.00, 26.50' R DWY CL "ST-CL" 214+22.38, 38.78' L SAWCUT "ST-CL" 214+47.02, 38.14' L SAWCUT "ST-CL" 214+79.05, 38.05' L SAWCUT "ST-CL" 216+35.42, 38.21' L SAWCUT "ST-CL" 216+64.39, 38.14' L SAWCUT "ST-CL" 214+35.22, 42.20' R SAWCUT "ST-CL" 214+69.33, 42.10' R SAWCUT "ST-CL" 214+81.75, 39.10' R SAWCUT "ST-CL" 214+85.10, 37.15' R SAWCUT "ST-CL" 215+08.17, 37.01' R SAWCUT "ST-CL" 215+48.10, 37.02' R SAWCUT "ST-CL" 215+66.07, 37.03' R SAWCUT "ST-CL" 216+61.16, 36.96' R SAWCUT "ST-CL" 216+83.50, 36.95' R SAWCUT "ST-CL" 217+01.56, 36.95' R SAWCUT "ST-CL" 217+20.61, 36.96' R SAWCUT 3 C-410 4 C-410 "ST-CL" LINE 18 ' 18 ' 13 ' 7. 9 ' 8' 18 ' 29 ' 49 ' 5.5' 5.5' "ST-CL" 217+97.65, 51.66' R CONFORM 13 ' 8' 4 1 1 3 3 3 3 5 5 3 3 3 3 9 9 EL E V A T I O N EL E V A T I O N 610 615 620 625 610 615 620 625 214+00 215+00 216+00 217+00 218+00 218+50 214+00 214+50 215+00 215+50 216+00 216+50 217+00 217+50 218+00 218+50 61 4 . 9 9 E G 61 4 . 9 0 F G 61 5 . 5 7 E G 61 5 . 3 3 F G 61 6 . 1 9 E G 61 5 . 8 4 F G 61 6 . 7 8 E G 61 6 . 5 0 F G 61 7 . 3 5 E G 61 7 . 1 5 F G 61 7 . 8 7 E G 61 7 . 8 2 F G 61 8 . 3 5 E G 61 8 . 3 8 F G 61 8 . 6 9 E G 61 8 . 8 7 F G 61 8 . 9 6 E G 61 9 . 0 3 E G EL = 6 1 5 . 5 8 ST A = 2 1 4 + 8 0 . 0 0 EL = 6 1 7 . 5 4 ST A = 2 1 6 + 3 0 . 0 0 EL = 6 1 7 . 9 6 ST A = 2 1 6 + 6 0 . 0 0 EL = 6 1 8 . 8 3 ST A = 2 1 7 + 4 2 . 5 0 EL = 6 1 9 . 0 2 ST A = 2 1 7 + 8 0 . 3 5 EL = 6 1 8 . 9 7 ST A = 2 1 7 + 9 8 . 7 2 0.50%-0.30% 0.85% 1.05% 1.30% 1.40% EG @ CL FG @ CL 0.20' HMA PAVEMENT OVERLAY BIORETENTION AREA. SEE DETAILS ON SHEET C-502 AND LANDSCAPE PLANS FOR PLANTING, IRRIGATION, AND OTHER DETAILS SEE LANDSCAPE PLANS MINOR CONCRETE SIDEWALK AND DRIVEWAY PER CITY STD 101/102. SEE LANDSCAPE PLANS FOR SCORE MARKS AND FINISHES. STRUCTURAL SECTION 0.5' HMA/1.25' CLASS II AB 0.20'-0.30' HMA PAVEMENT VARIABLE OVERLAY MINOR CONCRETE MEDIAN PAVING 4" HMA PLUG OR MATCH (E) THICKNESS, WHICHEVER IS GREATER, ALLOW FOR FINAL LIFT THICKNESS UTILITY TRENCH RESTORATION, SEE DETAIL 5 ON SHEET C-503. 20 2 3 - 0 2 - 2 2 5: 3 3 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - P A P - 0 1 0 1 T H R U 0 1 1 0 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L C-106 34 LA Y O U T P L A N & P R O F I L E S S T A T E S T S T A . 2 1 4 + 0 0 - S T A . 2 1 8 + 5 0 AJP JS LAYOUT PROFILE - S STATE STREET SCALE: HORIZ 1"=20', VERT 1"=2' LAYOUT PLAN - S STATE STREET SCALE: 1" = 20' LOCATION OF EXISTING UTILITIES AND STRUCTURES ARE FROM AVAILABLE RECORD MAPS, EXACT LOCATION AND COMPLETENESS ARE NOT GUARANTEED. CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICE ALERT (USA) AT (800) 227-2600 OR DIAL 811 A MINIMUM OF 48 HOURS PRIOR TO ANY EXCAVATION AND POTHOLE FOR EXACT LOCATION. SHEET GENERAL NOTES 1.CONTRACTOR SHALL PERFORM ALL UNDERGROUND UTILITY WORK, CONCRETE WORK, SURFACE RESTORATION WORK, AND PERFORM ALL DIGOUT AND REPAIR WORK, SUCH AS PLACING LEVELING COURSE AND SEPARATION FABRIC, PRIOR TO FINAL HOT MIX PAVING. 2.APPLY TACK COAT TO ALL ADJACENT (E) AC IMPROVEMENTS OR CONCRETE SURFACES AND AT JOINT BETWEEN (E) AND (N) IMPROVEMENTS. 3.SEE SHEETS G-005 AND G-006 FOR TYPICAL SECTIONS. 4.SEE CONSTRUCTION DETAIL SHEETS C-401 TO C-412 FOR ROADWAY, SIDEWALK, DRIVEWAY AND CURB RAMP HORIZONTAL AND VERTICAL INFORMATION NOT SHOWN. 1.INSTALL CURB AND GUTTER PER MODIFIED CITY STANDARD 102 2.INSTALL SIDEWALK PER CITY STANDARD 102. 3.INSTALL DRIVEWAY APPROACH. 4.INSTALL 8" MEDIAN CURB. 5.INSTALL CURB RAMP PER CITY STANDARD 111. 6.RESET STREET MONUMENT PER CITY STANDARD 140. 7.TREE AND TREE WELL. SEE LANDSCAPE PLANS FOR DETAILS. 8.PRESERVE AND ADJUST EXISTING STREET MONUMENT TO GRADE. 9.REPLACE UNDER SIDEWALK DRAIN IN KIND, WITH CIRCULAR OR RECTANGULAR TYPE DRAIN PER CITY STANDARD 410. ENSURE POSITIVE DRAINAGE TO THE GUTTER. 10.NOT USED. 11.RESTORE UTILITY TRENCH PAVEMENT. 12. INSTALL 6" VERTICAL CURB. 4 C-503 SHEET KEYNOTES SHEET LEGEND 6 C-503 102 C-501 102 C-501 111 C-501 140 C-501 5 C-503 7 C-503 410 C-501 ST A 2 1 4 + 0 0 M A T C H L I N E S E E S H E E T C - 1 0 5 0 40'20'10' N Page 178 of 551 DD 239+00 240+00 241+00 2 W H E N R Y S T "ST-CL" 240+41.45, 27.29' R BEG MATCH (E) C&G "ST-CL" 240+35.35, 21.39' R SAWCUT "ST-CL" 240+54.97, 47.85' L BEG MATCH (E) C&G "ST-CL" 240+43.92, 46.44' L SAWCUT "ST-CL" 240+62.70, 49.00' L MATCH (E) SIDEWALK "ST-CL" 240+57.23, 30.21' L CURB RAMP CL "ST-CL" 241+29.00, 29.00' L DWY CL 5 C-410 44 ' 13 . 2 ' 7.2' 10 . 5 ' "ST-CL" 240+40.97, 42.97' R MATCH (E) SIDEWALK "ST-CL" 240+41.10, 32.10' R BEG MATCH (E) C&G "ST-CL" 240+63.69, 49.14' L SAWCUT "ST-CL" 240+64.88, 41.12' L SAWCUT "ST-CL" 240+74.29, 42.10' L SAWCUT "ST-CL" 240+71.29, 41.11' L SAWCUT "ST-CL" 240+35.35, 29.29' L SAWCUT 54 ' 10 . 4 ' 12 . 5 ' 8 1 1 5 3 1 3 5 + 0 0 3 5 + 5 0 N STATE ST "ST-CL" LINE " W H - C L " L I N E 9 EL E V A T I O N EL E V A T I O N 620 625 630 635 620 625 630 635 239+00 240+00 241+00 241+50 239+00 239+50 240+00 240+50 241+00 241+50 E G F G 63 0 . 4 8 E G 62 8 . 6 0 E G 62 7 . 1 3 E G 62 7 . 1 3 F G 62 6 . 4 1 E G 62 6 . 7 0 F G 62 6 . 3 1 E G 62 6 . 5 8 F G PVI STA = 240+80.03 PVI EL = 626.75 K = 49.19 L = 50.00' BV C S = 2 4 0 + 5 5 . 0 3 BV C E = 6 2 7 . 0 7 EV C S = 2 4 1 + 0 5 . 0 3 EV C E = 6 2 6 . 6 9 EL = 6 2 7 . 1 4 ST A = 2 4 0 + 4 9 . 8 9 -1.27% -0.25% EG @ CL FG @ CL 0.20' HMA PAVEMENT OVERLAY BIORETENTION AREA. SEE DETAILS ON SHEET C-502 AND LANDSCAPE PLANS FOR PLANTING, IRRIGATION, AND OTHER DETAILS SEE LANDSCAPE PLANS MINOR CONCRETE SIDEWALK AND DRIVEWAY PER CITY STD 101/102. SEE LANDSCAPE PLANS FOR SCORE MARKS AND FINISHES. STRUCTURAL SECTION 0.5' HMA/1.25' CLASS II AB 0.20'-0.30' HMA PAVEMENT VARIABLE OVERLAY MINOR CONCRETE MEDIAN PAVING 4" HMA PLUG OR MATCH (E) THICKNESS, WHICHEVER IS GREATER, ALLOW FOR FINAL LIFT THICKNESS UTILITY TRENCH RESTORATION, SEE DETAIL 5 ON SHEET C-503. EL E V A T I O N EL E V A T I O N 620 625 630 635 620 625 630 635 34+40 35+00 35+70 34+40 34+50 35+00 35+50 35+70 62 7 . 3 0 E G 62 7 . 3 0 F G 62 6 . 6 1 E G 62 6 . 6 1 F G E G F G -0.50% 1.17% EL = 6 2 6 . 6 2 ST A = 3 5 + 0 3 . 3 4 EL = 6 2 6 . 6 1 ST A = 3 5 + 0 5 . 1 0 EL = 6 2 7 . 1 4 ST A = 3 5 + 5 0 . 0 0 EG @ CL FG @ CL DD 24 0 + 0 0 24 1 + 0 0 W HENRY ST34+50 35+00 35+50 N S T A T E S T "S T - C L " L I N E "WH-CL" LINE "WH-CL" 35+03.43, 12.14' L MATCH (E) C&G "WH-CL" 35+03.43, 9.47' R SAWCUT 20 2 3 - 0 2 - 2 2 5: 3 4 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - P A P - 0 1 0 1 T H R U 0 1 1 0 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L C-107 35 LA Y O U T P L A N & P R O F I L E N S T A T E S T S T A . 2 3 7 + 5 0 - S T A . 2 4 1 + 5 0 AJP JS LAYOUT PROFILE - N STATE STREET SCALE: HORIZ 1"=20', VERT 1"=2' LAYOUT PLAN - N STATE STREET SCALE: 1" = 20' LOCATION OF EXISTING UTILITIES AND STRUCTURES ARE FROM AVAILABLE RECORD MAPS, EXACT LOCATION AND COMPLETENESS ARE NOT GUARANTEED. CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICE ALERT (USA) AT (800) 227-2600 OR DIAL 811 A MINIMUM OF 48 HOURS PRIOR TO ANY EXCAVATION AND POTHOLE FOR EXACT LOCATION. SHEET GENERAL NOTES 1.CONTRACTOR SHALL PERFORM ALL UNDERGROUND UTILITY WORK, CONCRETE WORK, SURFACE RESTORATION WORK, AND PERFORM ALL DIGOUT AND REPAIR WORK, SUCH AS PLACING LEVELING COURSE AND SEPARATION FABRIC, PRIOR TO FINAL HOT MIX PAVING. 2.APPLY TACK COAT TO ALL ADJACENT (E) AC IMPROVEMENTS OR CONCRETE SURFACES AND AT JOINT BETWEEN (E) AND (N) IMPROVEMENTS. 3.SEE SHEETS G-005 AND G-006 FOR TYPICAL SECTIONS. 4.SEE CONSTRUCTION DETAIL SHEETS C-401 TO C-412 FOR ROADWAY, SIDEWALK, DRIVEWAY AND CURB RAMP HORIZONTAL AND VERTICAL INFORMATION NOT SHOWN. 1.INSTALL CURB AND GUTTER PER MODIFIED CITY STANDARD 102 2.INSTALL SIDEWALK PER CITY STANDARD 102. 3.INSTALL DRIVEWAY APPROACH. 4.INSTALL 8" MEDIAN CURB. 5.INSTALL CURB RAMP PER CITY STANDARD 111. 6.RESET STREET MONUMENT PER CITY STANDARD 140. 7.TREE AND TREE WELL. SEE LANDSCAPE PLANS FOR DETAILS. 8.PRESERVE AND ADJUST EXISTING STREET MONUMENT TO GRADE. 9.REPLACE UNDER SIDEWALK DRAIN IN KIND, WITH CIRCULAR OR RECTANGULAR TYPE DRAIN PER CITY STANDARD 410. ENSURE POSITIVE DRAINAGE TO THE GUTTER. 10.NOT USED. 11.RESTORE UTILITY TRENCH PAVEMENT. 12. INSTALL 6" VERTICAL CURB. 4 C-503 SHEET KEYNOTES SHEET LEGEND 6 C-503 102 C-501 102 C-501 111 C-501 140 C-501 5 C-503 7 C-503 410 C-501 ST A 2 4 1 + 5 0 M A T C H L I N E S E E S H E E T C - 1 0 8 0 40'20'10' N LAYOUT PROFILE - W HENRY STREET SCALE: HORIZ 1"=20', VERT 1"=2' LAYOUT PLAN - W HENRY STREET SCALE: 1" = 20'0 40'20'10' N SEE SHEET TO THE LEFT Page 179 of 551 D D D S S D D D S S 242+00 243+00 244+00 245+00 2 2 N STATE ST "ST-CL" 241+88.00, 29.00' L DWY CL "ST-CL" 242+88.50, 29.00' L DWY CL "ST-CL" 243+87.50, 29.00' L DWY CL "ST-CL" 245+25.50, 29.00' L DWY CL "ST-CL" LINE 12 . 3 ' 54 ' 10 . 4 ' 8. 6 ' 6. 2 ' "ST-CL" 243+36.74, 38.89' L MATCH (E) SIDEWALK "ST-CL" 243+54.49, 38.87' L MATCH (E) SIDEWALK "ST-CL" 243+36.74, 32.10' L END MATCH (E) C&G "ST-CL" 243+54.49, 32.13' L BEG MATCH (E) C&G "ST-CL" 243+39.74, 38.92' R MATCH (E) SIDEWALK "ST-CL" 243+17.39, 38.95' R MATCH (E) SIDEWALK "ST-CL" 243+22.62, 32.09' R END MATCH (E) C&G "ST-CL" 243+44.69, 32.44' R BEG MATCH (E) C&G "ST-CL" 243+54.49, 27.00' L SAWCUT "ST-CL" 243+48.85, 27.00' R SAWCUT "ST-CL" 243+26.51, 27.00' R SAWCUT "ST-CL" 243+36.74, 27.00' L SAWCUT 8. 5 ' "ST-CL" 241+62.34, 41.89' L SAWCUT "ST-CL" 241+68.00, 41.89' L SAWCUT "ST-CL" 242+96.35, 42.18' L SAWCUT "ST-CL" 245+37.86, 42.11' L SAWCUT "ST-CL" 245+05.97, 42.14' L SAWCUT "ST-CL" 245+33.77, 40.16' R SAWCUT12 12 54 ' 10 . 4 ' 13 ' 9. 4 ' "ST-CL" 242+55.00, 29.00' L DWY CL3 3 3 3 3 1 1 11 9 9 EL E V A T I O N EL E V A T I O N 620 625 630 635 620 625 630 635 241+50 242+00 243+00 244+00 245+00 245+50 241+50 242+00 242+50 243+00 243+50 244+00 244+50 245+00 245+50 62 6 . 3 1 E G 62 6 . 5 8 F G 62 6 . 1 4 E G 62 6 . 4 4 F G 62 6 . 0 2 E G 62 6 . 2 6 F G 62 5 . 8 6 E G 62 6 . 0 9 F G 62 5 . 8 0 E G 62 5 . 8 0 F G 62 5 . 7 1 E G 62 6 . 0 6 F G 62 5 . 6 6 E G 62 5 . 9 8 F G 62 5 . 5 5 E G 62 5 . 9 1 F G 62 5 . 4 9 E G 62 5 . 8 3 F G EL = 6 2 6 . 4 8 ST A = 2 4 1 + 8 6 . 5 0 EL = 6 2 6 . 0 9 ST A = 2 4 3 + 0 0 . 0 0 EL = 6 2 5 . 8 1 ST A = 2 4 3 + 3 6 . 7 4 EL = 6 2 5 . 8 0 ST A = 2 4 3 + 5 4 . 4 9 EL = 6 2 6 . 0 6 ST A = 2 4 3 + 9 5 . 0 0 -0.06%0.65% -0.35% -0.75%-0.15% EG @ CL FG @ CL 0.20' HMA PAVEMENT OVERLAY BIORETENTION AREA. SEE DETAILS ON SHEET C-502 AND LANDSCAPE PLANS FOR PLANTING, IRRIGATION, AND OTHER DETAILS SEE LANDSCAPE PLANS MINOR CONCRETE SIDEWALK AND DRIVEWAY PER CITY STD 101/102. SEE LANDSCAPE PLANS FOR SCORE MARKS AND FINISHES. STRUCTURAL SECTION 0.5' HMA/1.25' CLASS II AB 0.20'-0.30' HMA PAVEMENT VARIABLE OVERLAY MINOR CONCRETE MEDIAN PAVING 4" HMA PLUG OR MATCH (E) THICKNESS, WHICHEVER IS GREATER, ALLOW FOR FINAL LIFT THICKNESS UTILITY TRENCH RESTORATION, SEE DETAIL 5 ON SHEET C-503. 20 2 3 - 0 2 - 2 2 5: 3 4 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - P A P - 0 1 0 1 T H R U 0 1 1 0 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L C-108 36 LA Y O U T P L A N & P R O F I L E N S T A T E S T S T A . 2 4 1 + 5 0 - S T A . 2 4 5 + 5 0 AJP JS LAYOUT PROFILE - N STATE STREET SCALE: HORIZ 1"=20', VERT 1"=2' LAYOUT PLAN - N STATE STREET SCALE: 1" = 20' LOCATION OF EXISTING UTILITIES AND STRUCTURES ARE FROM AVAILABLE RECORD MAPS, EXACT LOCATION AND COMPLETENESS ARE NOT GUARANTEED. CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICE ALERT (USA) AT (800) 227-2600 OR DIAL 811 A MINIMUM OF 48 HOURS PRIOR TO ANY EXCAVATION AND POTHOLE FOR EXACT LOCATION. SHEET GENERAL NOTES 1.CONTRACTOR SHALL PERFORM ALL UNDERGROUND UTILITY WORK, CONCRETE WORK, SURFACE RESTORATION WORK, AND PERFORM ALL DIGOUT AND REPAIR WORK, SUCH AS PLACING LEVELING COURSE AND SEPARATION FABRIC, PRIOR TO FINAL HOT MIX PAVING. 2.APPLY TACK COAT TO ALL ADJACENT (E) AC IMPROVEMENTS OR CONCRETE SURFACES AND AT JOINT BETWEEN (E) AND (N) IMPROVEMENTS. 3.SEE SHEETS G-005 AND G-006 FOR TYPICAL SECTIONS. 4.SEE CONSTRUCTION DETAIL SHEETS C-401 TO C-412 FOR ROADWAY, SIDEWALK, DRIVEWAY AND CURB RAMP HORIZONTAL AND VERTICAL INFORMATION NOT SHOWN. 1.INSTALL CURB AND GUTTER PER MODIFIED CITY STANDARD 102 2.INSTALL SIDEWALK PER CITY STANDARD 102. 3.INSTALL DRIVEWAY APPROACH. 4.INSTALL 8" MEDIAN CURB. 5.INSTALL CURB RAMP PER CITY STANDARD 111. 6.RESET STREET MONUMENT PER CITY STANDARD 140. 7.TREE AND TREE WELL. SEE LANDSCAPE PLANS FOR DETAILS. 8.PRESERVE AND ADJUST EXISTING STREET MONUMENT TO GRADE. 9.REPLACE UNDER SIDEWALK DRAIN IN KIND, WITH CIRCULAR OR RECTANGULAR TYPE DRAIN PER CITY STANDARD 410. ENSURE POSITIVE DRAINAGE TO THE GUTTER. 10.NOT USED. 11.RESTORE UTILITY TRENCH PAVEMENT. 12. INSTALL 6" VERTICAL CURB. 4 C-503 SHEET KEYNOTES SHEET LEGEND 6 C-503 102 C-501 102 C-501 111 C-501 140 C-501 5 C-503 7 C-503 410 C-501 ST A 2 4 5 + 5 0 M A T C H L I N E S E E S H E E T C - 1 0 9 ST A 2 4 1 + 5 0 M A T C H L I N E S E E S H E E T C - 1 0 7 0 40'20'10' N Page 180 of 551 14 . 0 0 11 . 5 0 12 . 0 0 10 . 0 0 D D D S S 11 3 3 3 5 3 5 5 5 D D D S S 246+00 247+00 248+00 249+00 NO R T O N S T 2 N STATE ST 55 + 0 0 56 + 0 0 "ST-CL" 248+75.03, 30.20' L SAWCUT "ST-CL" 248+21.25, 47.82' R SAWCUT "ST-CL" 248+23.29, 32.28' R SAWCUT "ST-CL" 248+17.54, 47.91' R END MATCH (E) C&G "ST-CL" 246+56.44, 55.75' L END MATCH (E) C&G "ST-CL" 246+57.88, 55.65' L SAWCUT "ST-CL" 246+84.25, 53.81' L BEG MATCH (E) C&G "ST-CL" 246+82.78, 53.88' L SAWCUT "ST-CL" 248+75.03, 32.20' L END MATCH (E) C&G "ST-CL" 246+90.27, 53.54' L MATCH (E) SIDEWALK "ST-CL" 246+50.79, 56.16' L MATCH (E) SIDEWALK "ST-CL" 246+42.22, 19.00' L CURB RAMP CL "ST-CL" 246+55.25, 39.00' L CURB RAMP CL "ST-CL" 246+83.58, 39.00' L CURB RAMP CL "ST-CL" 246+42.22, 19.00' R CURB RAMP CL "ST-CL" 248+09.00, 29.00' L CURB RAMP CL "ST-CL" 248+19.45, 38.50' R CURB RAMP CL "ST-CL" 245+81.50, 29.00' L DWY CL "ST-CL" 245+67.50, 29.00' R DWY CL "ST-CL" 247+23.50, 29.00' L DWY CL "ST-CL" 247+42.00, 29.00' R DWY CL "ST-CL" 247+88.50, 29.00' R DWY CL 9 C-412 10 C-412 "ST-CL" LINE 5.1' 5.4' 10 . 5 ' 8. 7 ' 20 ' 20 ' 54 ' 4.5' 10 . 5 ' 12 . 8 ' 8. 5 ' "ST-CL" 248+75.03, 41.25' L MATCH (E) SIDEWALK "ST-CL" 248+49.72, 32.41' R SAWCUT "ST-CL" 248+12.43, 48.03' R MATCH (E) SIDEWALK "ST-CL" 248+19.04, 50.59' R CONFORM "ST-CL" 248+57.47, 49.60' R BEG MATCH (E) C&G "ST-CL" 248+75.03, 32.31' R END MATCH (E) C&G "ST-CL" 248+62.36, 49.47' R MATCH (E) SIDEWALK "ST-CL" 248+75.03, 38.15' R MATCH (E) SIDEWALK "ST-CL" 248+75.03, 30.81' R SAWCUT "ST-CL" 248+53.41, 38.50' R CURB RAMP CL 11 C-412 4.3' 5. 3 ' "ST-CL" 248+53.97, 49.69' R SAWCUT/CONFORM "ST-CL" 246+32.60, 42.03' L SAWCUT "ST-CL" 245+58.94, 42.15' L SAWCUT "ST-CL" 248+15.69, 42.14' L SAWCUT "ST-CL" 248+02.91, 42.11' L SAWCUT "ST-CL" 247+09.70, 42.05' L SAWCUT "ST-CL" 247+36.61, 42.01' L SAWCUT "ST-CL" 248+07.02, 44.41' R SAWCUT "ST-CL" 247+83.99, 44.29' R SAWCUT "ST-CL" 247+32.50, 44.31' R SAWCUT "ST-CL" 247+25.91, 40.87' R SAWCUT "ST-CL" 245+86.04, 40.28' R SAWCUT 24.2' "ST-CL" 246+71.32, 54.62' L SAWCUT "ST-CL" 247+51.81, 44.35' R SAWCUT "ST-CL" 247+56.33, 40.00' R SAWCUT "ST-CL" 247+76.81, 40.32' R SAWCUT "ST-CL" 248+51.00, 43.23' L SAWCUT "ST-CL" 248+64.99, 43.25' L SAWCUT "ST-CL" 248+09.00, 29.00' R CURB RAMP CL 10 C-412 "ST-CL" 248+58.00, 29.00' L DWY CL SC O T T ST 2 8 C-411 6 C-411 6 C-411 7 C-411 11 12 8. 6 ' 34 ' 6 4 1 1 5 3 5 1 1 5 5 3 11 11 "ST-CL" 248+50.02, 49.79' R CONFORM 75 + 5 0 76 + 0 0 77 + 0 0 "NO-CL" 76+97.41, 25.00' L MATCH (E) SIDEWALK "NO-CL" 77+03.41, 25.00' L MATCH (E) SIDEWALK "NO-CL" 77+03.37, 11.75' L CONFORM "NO-CL" 77+03.41, 17.75' L CONFORM EL E V A T I O N EL E V A T I O N 620 625 630 620 625 630 245+50 246+00 247+00 248+00 249+00 249+50 245+50 246+00 246+50 247+00 247+50 248+00 248+50 249+00 249+50 EL = 6 2 5 . 7 7 ST A = 2 4 5 + 9 3 . 5 0 EL = 6 2 5 . 5 1 ST A = 2 4 6 + 6 6 . 4 5 EL = 6 2 5 . 6 0 ST A = 2 4 7 + 0 8 . 5 0 EL = 6 2 5 . 1 7 ST A = 2 4 8 + 5 0 . 0 0 EL = 6 2 4 . 9 4 ST A = 2 4 8 + 7 5 . 0 3 62 5 . 4 9 E G 62 5 . 8 3 F G 62 5 . 4 5 E G 62 5 . 7 5 F G 62 5 . 3 6 E G 62 5 . 5 7 F G 62 5 . 2 6 E G 62 5 . 5 8 F G 62 5 . 1 8 E G 62 5 . 4 7 F G 62 5 . 1 0 E G 62 5 . 3 2 F G 62 4 . 8 6 E G 62 5 . 1 7 F G 62 4 . 9 5 E G 62 4 . 8 6 E G EL = 6 2 5 . 7 7 ST A = 2 4 5 + 9 3 . 5 0 EL = 6 2 5 . 5 1 ST A = 2 4 6 + 6 6 . 4 5 EL = 6 2 5 . 6 0 ST A = 2 4 7 + 0 8 . 5 0 EL = 6 2 5 . 1 7 ST A = 2 4 8 + 5 0 . 0 0 EL = 6 2 4 . 9 4 ST A = 2 4 8 + 7 5 . 0 3 -0.90% -0.30%0.20%-0.35% EG @ CL FG @ CL 0.20' HMA PAVEMENT OVERLAY BIORETENTION AREA. SEE DETAILS ON SHEET C-502 AND LANDSCAPE PLANS FOR PLANTING, IRRIGATION, AND OTHER DETAILS SEE LANDSCAPE PLANS MINOR CONCRETE SIDEWALK AND DRIVEWAY PER CITY STD 101/102. SEE LANDSCAPE PLANS FOR SCORE MARKS AND FINISHES. STRUCTURAL SECTION 0.5' HMA/1.25' CLASS II AB 0.20'-0.30' HMA PAVEMENT VARIABLE OVERLAY MINOR CONCRETE MEDIAN PAVING 4" HMA PLUG OR MATCH (E) THICKNESS, WHICHEVER IS GREATER, ALLOW FOR FINAL LIFT THICKNESS UTILITY TRENCH RESTORATION, SEE DETAIL 5 ON SHEET C-503. 20 2 3 - 0 2 - 2 2 5: 3 5 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - P A P - 0 1 0 1 T H R U 0 1 1 0 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L C-109 37 LA Y O U T P L A N & P R O F I L E N S T A T E S T S T A . 2 4 5 + 5 0 - S T A . 2 4 9 + 5 0 AJP JS LAYOUT PROFILE - N STATE STREET SCALE: HORIZ 1"=20', VERT 1"=2' LAYOUT PLAN - N STATE STREET SCALE: 1" = 20' LOCATION OF EXISTING UTILITIES AND STRUCTURES ARE FROM AVAILABLE RECORD MAPS, EXACT LOCATION AND COMPLETENESS ARE NOT GUARANTEED. CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICE ALERT (USA) AT (800) 227-2600 OR DIAL 811 A MINIMUM OF 48 HOURS PRIOR TO ANY EXCAVATION AND POTHOLE FOR EXACT LOCATION. SHEET GENERAL NOTES 1.CONTRACTOR SHALL PERFORM ALL UNDERGROUND UTILITY WORK, CONCRETE WORK, SURFACE RESTORATION WORK, AND PERFORM ALL DIGOUT AND REPAIR WORK, SUCH AS PLACING LEVELING COURSE AND SEPARATION FABRIC, PRIOR TO FINAL HOT MIX PAVING. 2.APPLY TACK COAT TO ALL ADJACENT (E) AC IMPROVEMENTS OR CONCRETE SURFACES AND AT JOINT BETWEEN (E) AND (N) IMPROVEMENTS. 3.SEE SHEETS G-005 AND G-006 FOR TYPICAL SECTIONS. 4.SEE CONSTRUCTION DETAIL SHEETS C-401 TO C-412 FOR ROADWAY, SIDEWALK, DRIVEWAY AND CURB RAMP HORIZONTAL AND VERTICAL INFORMATION NOT SHOWN. 1.INSTALL CURB AND GUTTER PER MODIFIED CITY STANDARD 102 2.INSTALL SIDEWALK PER CITY STANDARD 102. 3.INSTALL DRIVEWAY APPROACH. 4.INSTALL 8" MEDIAN CURB. 5.INSTALL CURB RAMP PER CITY STANDARD 111. 6.RESET STREET MONUMENT PER CITY STANDARD 140. 7.TREE AND TREE WELL. SEE LANDSCAPE PLANS FOR DETAILS. 8.PRESERVE AND ADJUST EXISTING STREET MONUMENT TO GRADE. 9.REPLACE UNDER SIDEWALK DRAIN IN KIND, WITH CIRCULAR OR RECTANGULAR TYPE DRAIN PER CITY STANDARD 410. ENSURE POSITIVE DRAINAGE TO THE GUTTER. 10.NOT USED. 11.RESTORE UTILITY TRENCH PAVEMENT. 12. INSTALL 6" VERTICAL CURB. 4 C-503 SHEET KEYNOTES SHEET LEGEND 6 C-503 102 C-501 102 C-501 111 C-501 140 C-501 5 C-503 7 C-503 410 C-501 ST A 2 4 5 + 5 0 M A T C H L I N E S E E S H E E T C - 1 0 8 0 40'20'10' N STA 54+70 MATCH LINE SEE SHEET C-110 Page 181 of 551 0.20' HMA PAVEMENT OVERLAY BIORETENTION AREA. SEE DETAILS ON SHEET C-502 AND LANDSCAPE PLANS FOR PLANTING, IRRIGATION, AND OTHER DETAILS SEE LANDSCAPE PLANS MINOR CONCRETE SIDEWALK AND DRIVEWAY PER CITY STD 101/102. SEE LANDSCAPE PLANS FOR SCORE MARKS AND FINISHES. STRUCTURAL SECTION 0.5' HMA/1.25' CLASS II AB 0.20'-0.30' HMA PAVEMENT VARIABLE OVERLAY MINOR CONCRETE MEDIAN PAVING 4" HMA PLUG OR MATCH (E) THICKNESS, WHICHEVER IS GREATER, ALLOW FOR FINAL LIFT THICKNESS UTILITY TRENCH RESTORATION, SEE DETAIL 5 ON SHEET C-503. 11.50 12.0010.00 D D D S S D D D S S 2 4 6 + 0 0 2 4 7 + 0 0 52+00 53+00 54+00 55+00 56+00 "ST-CL" 245+81.50, 29.00' L 5. 1 ' 5. 4 ' SCOTT ST "SC-CL" LINE "SC-CL" 51+80.38, 5.52' L CONFORM "SC-CL" 51+80.07, 2.48' R CONFORM N S T A T E S T " S T - C L " L I N E "SC-CL" 54+95.11, 12.54' L SAWCUT "SC-CL" 54+95.08, 12.43' R SAWCUT N S C H O O L S T 24 . 2 ' 2. 6 ' 2. 6 ' "SC-CL" 54+95.12, 9.06' L CONFORM "SC-CL" 54+95.17, 1.06' L CONFORM 11 "ST-CL" 247+51.81, 44.35' R SAWCUT SAWCUT EL E V A T I O N EL E V A T I O N 620 625 630 635 620 625 630 635 51+30 52+00 53+00 54+00 55+00 56+00 51+30 51+50 52+00 52+50 53+00 53+50 54+00 54+50 55+00 55+50 56+00 62 7 . 2 0 E G 62 6 . 9 4 E G 62 6 . 7 4 E G 62 6 . 5 7 E G 62 6 . 3 2 E G 62 6 . 0 8 E G 62 5 . 8 1 E G 62 5 . 3 3 E G 62 5 . 3 4 F G 62 5 . 3 2 E G 62 5 . 5 1 F G PVI STA = 55+15.93 PVI EL = 625.00 K = 6.94 L = 25.00' BV C S = 5 5 + 0 3 . 4 3 BV C E = 6 2 5 . 2 6 EV C S = 5 5 + 2 8 . 4 3 EV C E = 6 2 5 . 1 9 EL = 6 2 5 . 4 4 ST A = 5 4 + 9 5 . 1 3 EL = 6 2 5 . 5 1 ST A = 5 5 + 5 0 . 0 0 -2.10%1.50% EG @ CL 20 2 3 - 0 2 - 2 2 5: 3 5 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - P A P - 0 1 0 1 T H R U 0 1 1 0 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L C-110 38 LA Y O U T P L A N & P R O F I L E SC O T T S T S T A . 5 1 + 3 0 - S T A . 5 5 + 5 0 AJP JS LAYOUT PLAN - SCOTT STREET SCALE: 1" = 20' LOCATION OF EXISTING UTILITIES AND STRUCTURES ARE FROM AVAILABLE RECORD MAPS, EXACT LOCATION AND COMPLETENESS ARE NOT GUARANTEED. CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICE ALERT (USA) AT (800) 227-2600 OR DIAL 811 A MINIMUM OF 48 HOURS PRIOR TO ANY EXCAVATION AND POTHOLE FOR EXACT LOCATION. SHEET GENERAL NOTES 1.CONTRACTOR SHALL PERFORM ALL UNDERGROUND UTILITY WORK, CONCRETE WORK, SURFACE RESTORATION WORK, AND PERFORM ALL DIGOUT AND REPAIR WORK, SUCH AS PLACING LEVELING COURSE AND SEPARATION FABRIC, PRIOR TO FINAL HOT MIX PAVING. 2.APPLY TACK COAT TO ALL ADJACENT (E) AC IMPROVEMENTS OR CONCRETE SURFACES AND AT JOINT BETWEEN (E) AND (N) IMPROVEMENTS. 3.SEE SHEETS G-005 AND G-006 FOR TYPICAL SECTIONS. 4.SEE CONSTRUCTION DETAIL SHEETS C-401 TO C-412 FOR ROADWAY, SIDEWALK, DRIVEWAY AND CURB RAMP HORIZONTAL AND VERTICAL INFORMATION NOT SHOWN. 1.INSTALL CURB AND GUTTER PER MODIFIED CITY STANDARD 102 2.INSTALL SIDEWALK PER CITY STANDARD 102. 3.INSTALL DRIVEWAY APPROACH. 4.INSTALL 8" MEDIAN CURB. 5.INSTALL CURB RAMP PER CITY STANDARD 111. 6.RESET STREET MONUMENT PER CITY STANDARD 140. 7.TREE AND TREE WELL. SEE LANDSCAPE PLANS FOR DETAILS. 8.PRESERVE AND ADJUST EXISTING STREET MONUMENT TO GRADE. 9.REPLACE UNDER SIDEWALK DRAIN IN KIND, WITH CIRCULAR OR RECTANGULAR TYPE DRAIN PER CITY STANDARD 410. ENSURE POSITIVE DRAINAGE TO THE GUTTER. 10.NOT USED. 11.RESTORE UTILITY TRENCH PAVEMENT. 12. INSTALL 6" VERTICAL CURB. 4 C-503 SHEET KEYNOTES SHEET LEGEND 6 C-503 102 C-501 102 C-501 111 C-501 140 C-501 5 C-503 7 C-503 410 C-501 0 40'20'10' N LAYOUT PROFILE - SCOTT STREET SCALE: HORIZ 1"=20', VERT 1"=2' Page 182 of 551 "ST-CL" LINE STATION 211+00 609 610 612 614 616 618 609 610 612 614 616 618 0 10 20 30 40 500-10-20-30-40-50 "ST-CL" LINE STATION 211+50 609 610 612 614 616 618 609 610 612 614 616 618 0 10 20 30 40 500-10-20-30-40-50 "ST-CL" LINE STATION 212+00 609 610 612 614 616 618 609 610 612 614 616 618 0 10 20 30 40 500-10-20-30-40-50 "ST-CL" LINE STATION 212+50 609 610 612 614 616 618 609 610 612 614 616 618 0 10 20 30 40 500-10-20-30-40-50 "ST-CL" LINE STATION 213+00 610 612 614 616 618 610 612 614 616 618 0 10 20 30 40 500-10-20-30-40-50 "ST-CL" LINE STATION 213+50 610 612 614 616 618 610 612 614 616 618 0 10 20 30 40 500-10-20-30-40-50 75' 35' R/WR/W 40' 8.4'26.6'26.6'13.4' FL 6 1 3 . 2 2 FL 6 1 3 . 3 1 TC 6 1 3 . 8 1 TC 6 1 3 . 7 2 75' 35' R/WR/W 40' 8.4'20.2'20.3'13.4' TC 6 1 3 . 8 7 TC 6 1 3 . 9 4 FL 6 1 3 . 4 4 FL 6 1 3 . 3 7 70' 35' R/WR/W 35' 8.4'20.2'20.3'8.4' FL 6 1 3 . 7 3 FL 6 1 3 . 7 3 TC 6 1 4 . 2 3 TC 6 1 3 . 7 7 TC 6 1 5 . 0 5 TC 6 1 5 . 0 0 TC 6 1 4 . 6 8 TC 6 1 4 . 7 0 12.7' 12.7' 75' 35' R/WR/W 40' 8.9'26.1'26.1'13.9' TC 6 1 3 . 0 7 TC 6 1 3 . 4 2 FL 6 1 3 . 0 3 FL 6 1 2 . 9 2 75' 35' R/WR/W 40' 7.5'27.5'26.6'13.4' 75' 35' R/WR/W 40' 26.58'26.6'13.4' 2' 3.5' FL 6 1 3 . 0 7 FL 6 1 3 . 1 7 TC 6 1 3 . 6 7 TC 6 1 3 . 1 2 CL FG 6 1 3 . 8 8 24 . 5 0 ' R FG 6 1 3 . 3 4 24 . 5 0 ' L FG 6 1 3 . 2 4 25 . 4 1 ' L FG 6 1 3 . 0 8 CL FG 6 1 3 . 7 2 24 . 5 0 ' R FG 6 1 3 . 2 0 CL FG 6 1 4 . 5 4 24 . 5 0 ' R FG 6 1 3 . 8 9 24 . 5 0 ' L FG 6 1 3 . 8 9 24 . 5 0 ' L FG 6 1 3 . 5 3 24 . 5 0 ' R FG 6 1 3 . 6 1 24 . 5 0 ' L FG 6 1 3 . 3 9 24 . 5 0 ' R FG 6 1 3 . 4 7 26 . 0 8 ' R FG 6 1 2 . 8 9 CL FG 6 1 3 . 6 1 26 . 1 3 ' L FG 6 1 2 . 8 3 12" EXISTING STORM DRAIN 12" EXISTING STORM DRAIN 12" EXISTING STORM DRAIN 12" EXISTING STORM DRAIN 12" EXISTING STORM DRAIN 12" EXISTING STORM DRAIN EG FG EG EG EG EG EG FG FG FG FG FG TC 6 1 4 . 5 2 TC 6 1 4 . 5 5 CL FG 6 1 4 . 6 9 CL FG 6 1 5 . 0 2 0 20'10' H: 1" = 10' 0 4'2' V: 1" = 2' 8.4' 2.6%2.2%1.7% 1.5%8.0% 1.7%2.5%2.2% 10.7% 1.5%3.3% 1.5%2.6%2.3% 1.5% 1.5%2.7% 0.2% 2.4% 1.7% 1.7%1.5% 11. 6 % 2.7% 0.4% 2.4% 1.4% 3.0%2.8% 0.2% 5.8% 20 2 3 - 0 2 - 2 2 5: 3 9 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - X S C - 0 3 0 1 T H R U 0 3 0 6 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L C-301 39 CR O S S S E C T I O N S ST A . 2 1 1 + 0 0 - S T A . 2 1 3 + 5 0 RB JS Page 183 of 551 "ST-CL" LINE STATION 214+00 611 612 614 616 618 620 611 612 614 616 618 620 0 10 20 30 40 500-10-20-30-40-50 "ST-CL" LINE STATION 214+50 611 612 614 616 618 620 611 612 614 616 618 620 0 10 20 30 40 500-10-20-30-40-50 "ST-CL" LINE STATION 215+00 612 614 616 618 620 612 614 616 618 620 0 10 20 30 40 500-10-20-30-40-50 "ST-CL" LINE STATION 215+50 612 614 616 618 620 612 614 616 618 620 0 10 20 30 40 500-10-20-30-40-50 "ST-CL" LINE STATION 216+00 613 614 616 618 620 622 613 614 616 618 620 622 0 10 20 30 40 500-10-20-30-40-50 "ST-CL" LINE STATION 216+50 614 616 618 620 622 614 616 618 620 622 0 10 20 30 40 500-10-20-30-40-50 70' 35' R/WR/W 35' FL 6 1 6 . 0 1 FL 6 1 5 . 8 7 TC 6 1 5 . 9 1 TC 6 1 6 . 5 1 8.4'20.3'20.3' TC 6 1 7 . 0 4 TC 6 1 7 . 0 3 FL 6 1 6 . 5 3 FL 6 1 6 . 5 4 70' 35' R/WR/W 35' 8.4'20.2'26.6'8.4' FL 6 1 7 . 1 4 FL 6 1 7 . 1 2 TC 6 1 7 . 6 4 TC 6 1 7 . 1 6 70' 35' R/WR/W 35' 8.4'22.7'30.5'8.4' 8.4' 70' 35' R/WR/W 35' 8.4'26.6'26.6'8.4' TC 6 1 4 . 0 8 TC 6 1 4 . 6 8 FL 6 1 4 . 1 8 FL 6 1 4 . 0 4 FL 6 1 4 . 5 7 FL 6 1 4 . 5 9 TC 6 1 4 . 6 3 TC 6 1 4 . 7 7 70' 35' R/WR/W 35' 8.4'26.6'26.6'8.4' TC 6 1 5 . 2 5 TC 6 1 5 . 7 2 FL 6 1 5 . 2 2 FL 6 1 5 . 2 1 70' 35' R/WR/W 35' 8.4'20.3'20.2'8.4' TC 6 1 6 . 4 1 TC 6 1 6 . 4 2 TC 6 1 7 . 1 2 TC 6 1 7 . 2 0 TC 6 1 7 . 9 0 TC 6 1 7 . 8 5 12.7' 6.3' 12.7' CL FG 6 1 5 . 3 2 24 . 5 0 ' L FG 6 1 5 . 3 9 24 . 5 0 ' R FG 6 1 5 . 3 8 24 . 5 0 ' L FG 6 1 4 . 7 4 24 . 5 0 ' L FG 6 1 4 . 2 0 24 . 5 0 ' R FG 6 1 4 . 3 5 24 . 5 0 ' R FG 6 1 6 . 0 4 24 . 5 0 ' L FG 6 1 6 . 1 8 24 . 5 0 ' L FG 6 1 6 . 7 1 24 . 5 0 ' R FG 6 1 6 . 6 9 24 . 5 0 ' L FG 6 1 7 . 2 8 24 . 5 0 ' R FG 6 1 7 . 3 1 12" EXISTING STORM DRAIN 12" EXISTING STORM DRAIN 12" EXISTING STORM DRAIN 12" EXISTING STORM DRAIN 12" EXISTING STORM DRAIN 12" EXISTING STORM DRAIN EG EG EG EG EG EG FG FG FG FG FG FG CL FG 6 1 6 . 4 2 CL FG 6 1 4 . 9 0 CL FG 6 1 7 . 8 2 CL FG 6 1 7 . 8 5 CL FG 6 1 7 . 1 6 24 . 5 0 ' R FG 6 1 4 . 7 6 0 20'10' H: 1" = 10' 0 4'2' V: 1" = 2' 1.5% 2.0% 0.1% 2.1% 11.8% 1.5% 1.5%4.5% 8.6 % 2.4%2.3% 9.8% 1.5% 2.5%1.5% 9.8 % 2.8%2.2%1.5% 1.5% 10. 0 % 3.0%2.1%1.1% 1.6%2.9%2.0% 0.8% 1.3% 1.5% 2.0% 0.7% 2.3% 11.8% 1.5% 0.6% 7.1% 5.0% 0.9% 20 2 3 - 0 2 - 2 2 5: 3 9 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - X S C - 0 3 0 1 T H R U 0 3 0 6 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L C-302 40 CR O S S S E C T I O N S ST A 2 1 4 + 0 0 - S T A 2 1 6 + 5 0 RB JS Page 184 of 551 "ST-CL" LINE STATION 240+70 622 624 626 628 630 622 624 626 628 630 0 10 20 30 40 500-10-20-30-40-50 "ST-CL" LINE STATION 241+00 622 624 626 628 630 622 624 626 628 630 0 10 20 30 40 500-10-20-30-40-50 80' 40' R/WR/W 40' 20.92'19.08'29.08'10.92' 80' 40' R/WR/W 40' 11'29.08'29.08'11' CL FG 6 2 6 . 7 0 27 . 0 0 ' L FG 6 2 6 . 1 2 27 . 0 0 ' R FG 6 2 5 . 9 5 TC 6 2 6 . 2 8 TC 6 2 6 . 0 0 TC 6 2 6 . 5 6 CL FG 6 2 6 . 9 0 TC 6 2 6 . 8 8 12" EXISTING STORM DRAIN 12" EXISTING STORM DRAIN 12" EXISTING WATER 12" EXISTING WATER EG EG FG FG FL 6 2 5 . 9 6 FL 6 2 5 . 7 8 FL 6 2 6 . 3 8 FL 6 2 6 . 0 6 17 . 0 0 ' L FG 6 2 6 . 5 5 27 . 0 0 ' R FG 6 2 6 . 2 3 1.5%6.4% 2.2%2.8%1.5% 10. 0 %2.0% 33. 6 % 1.0%1.3%2.1%2.5%1.5% 4.5% "ST-CL" LINE STATION 217+00 614 616 618 620 622 614 616 618 620 622 0 10 20 30 40 500-10-20-30-40-50 "ST-CL" LINE STATION 217+50 614 616 618 620 622 614 616 618 620 622 0 10 20 30 40 500-10-20-30-40-50 TC 6 1 8 . 7 5 TC 6 1 8 . 5 9 FL 6 1 8 . 0 9 FL 6 1 8 . 2 5 70' 35'35' 70' 35'35' R/WR/W R/WR/W TC 6 1 8 . 2 2 TC 6 1 8 . 2 0 FL 6 1 7 . 7 2 FL 6 1 7 . 7 0 8.4'26.6'26.6'8.4' 12'23'26.6'8.4' 24 . 5 0 ' L FG 6 1 8 . 4 1 24 . 5 0 ' R FG 6 1 8 . 2 6 24 . 5 0 ' L FG 6 1 7 . 8 7 24 . 5 0 ' R FG 6 1 7 . 8 9 CL FG 6 1 8 . 8 7 CL FG 6 1 8 . 3 8 12" EXISTING STORM DRAIN 12" EXISTING STORM DRAIN EG EG FG FG 0 20'10' H: 1" = 10' 0 4'2' V: 1" = 2' 1.5%1.9%2.5%1.5% 1.5%2.1%2.0%1.5% 20 2 3 - 0 2 - 2 2 5: 4 0 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - X S C - 0 3 0 1 T H R U 0 3 0 6 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L C-303 41 CR O S S S E C T I O N S ST A . 2 1 7 + 0 0 - 2 1 7 + 5 0 & S T A . 2 4 1 + 0 0 RB JS Page 185 of 551 "ST-CL" LINE STATION 241+50 622 624 626 628 630 622 624 626 628 630 0 10 20 30 40 500-10-20-30-40-50 "ST-CL" LINE STATION 242+00 622 624 626 628 630 622 624 626 628 630 0 10 20 30 40 500-10-20-30-40-50 "ST-CL" LINE STATION 242+50 621 622 624 626 628 630 621 622 624 626 628 630 0 10 20 30 40 500-10-20-30-40-50 "ST-CL" LINE STATION 243+00 621 622 624 626 628 630 621 622 624 626 628 630 0 10 20 30 40 500-10-20-30-40-50 "ST-CL" LINE STATION 243+50 621 622 624 626 628 630 621 622 624 626 628 630 0 10 20 30 40 500-10-20-30-40-50 "ST-CL" LINE STATION 244+00 621 622 624 626 628 630 621 622 624 626 628 630 0 10 20 30 40 500-10-20-30-40-50 80' 40' R/WR/W 40' 10.92'29.08'29.08'10.92' 80' 40' R/WR/W 40' 10.92'29.08'29.08'10.92' 80' 40' R/WR/W 40' 10.92'29.08'29.08'10.92' 80' 40' R/WR/W 40' 10.92'29.08'29.08'10.92' 80' 40' R/WR/W 40' 31.54'8.46' 80' 40' R/WR/W 40' 10.92'29.08'29.08'10.92' CL FG 6 2 6 . 2 6 27 . 0 0 ' L FG 6 2 5 . 5 3 27 . 0 0 ' R FG 6 2 5 . 7 2 CL FG 6 2 6 . 4 4 27 . 0 0 ' L FG 6 2 5 . 7 2 27 . 0 0 ' R FG 6 2 5 . 8 4 27 . 0 0 ' L FG 6 2 5 . 9 2 CL FG 6 2 6 . 5 8 27 . 0 0 ' R FG 6 2 5 . 8 0 27 . 0 0 ' L FG 6 2 5 . 3 3 CL FG 6 2 6 . 0 9 27 . 0 0 ' R FG 6 2 5 . 5 5 27 . 0 0 ' R FG 6 2 5 . 5 0 CL EG 6 2 5 . 8 0 27 . 0 0 ' L FG 6 2 5 . 2 2 CL FG 6 2 6 . 0 6 27 . 0 0 ' R FG 6 2 5 . 4 9 TC 6 2 6 . 1 3 TC 6 2 5 . 8 0 TC 6 2 5 . 6 0 TC 6 2 6 . 1 7 TC 6 2 5 . 4 0 TC 6 2 6 . 0 5 TC 6 2 5 . 3 2 TC 6 2 5 . 8 2 TC 6 2 5 . 8 8 TC 6 2 5 . 6 6 TC 6 2 5 . 8 8 12" EXISTING STORM DRAIN 12" EXISTING STORM DRAIN 12" EXISTING STORM DRAIN 12" EXISTING WATER 12" EXISTING WATER 12" EXISTING WATER 12" EXISTING WATER EG EG EG EG EG EG 10" EXISTING STORM DRAIN 12" EXISTING STORM DRAIN 12" EXISTING STORM DRAIN 12" EXISTING STORM DRAIN FG FG FG FG EG FG 12" EXISTING WATER FL 6 2 5 . 3 6 FL 6 2 5 . 5 5 FL 6 2 5 . 6 7 FL 6 2 5 . 5 6 FL 6 2 5 . 7 6 FL 6 2 5 . 6 3 FL 6 2 5 . 1 6 FL 6 2 5 . 3 8 FL 6 2 5 . 3 7 FL 6 2 5 . 3 2 FL 6 2 5 . 0 5 0 20'10' H: 1" = 10' 0 4'2' V: 1" = 2' 1.5% 10. 0 % 2.7%2.0%1.8% 1.5% 10. 0 % 2.6%2.2%0.8% 1.5%6.4% 2.4%2.9% 1.5%2.8%2.0% 1.3% 1.5%3.1%2.1%1.5%1.8% 8.0% 6.8%1.6% 7.5% 1.5% 20 2 3 - 0 2 - 2 2 5: 4 1 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - X S C - 0 3 0 1 T H R U 0 3 0 6 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L C-304 42 CR O S S S E C T I O N S ST A 2 4 1 + 5 0 - S T A 2 4 4 + 0 0 RB JS Page 186 of 551 "ST-CL" LINE STATION 244+50 621 622 624 626 628 630 621 622 624 626 628 630 0 10 20 30 40 500-10-20-30-40-50 "ST-CL" LINE STATION 245+00 621 622 624 626 628 630 621 622 624 626 628 630 0 10 20 30 40 500-10-20-30-40-50 "ST-CL" LINE STATION 245+50 621 622 624 626 628 630 621 622 624 626 628 630 0 10 20 30 40 500-10-20-30-40-50 "ST-CL" LINE STATION 246+00 621 622 624 626 628 630 621 622 624 626 628 630 0 10 20 30 40 500-10-20-30-40-50 "ST-CL" LINE STATION 246+50 620 622 624 626 628 620 622 624 626 628 0 10 20 30 40 500-10-20-30-40-50 "ST-CL" LINE STATION 247+00 621 622 624 626 628 630 621 622 624 626 628 630 0 10 20 30 40 500-10-20-30-40-50 80' 40' R/WR/W 40' 10.92'29.08'29.08'10.92' 80' 40' R/WR/W 40' 10.92'29.08'29.08'10.92' 80' 40' R/WR/W 40' 10.92'29.08'29.08'10.92' 80' 40' R/WR/W 40' 10.92'29.08'24.96'15.04' 80' 40' R/WR/W 40' 21.66'18.34'19.08'20.92' 80' 40' R/WR/W 40' 10.92'22.26'26.05'10.92' CL FG 6 2 5 . 8 3 27 . 0 0 ' L FG 6 2 5 . 0 0 27 . 0 0 ' R FG 6 2 5 . 0 3 27 . 0 0 ' L FG 6 2 5 . 2 1 CL FG 6 2 5 . 9 1 27 . 0 0 ' R FG 6 2 5 . 1 8 CL FG 6 2 5 . 9 8 27 . 0 0 ' L FG 6 2 5 . 1 5 27 . 0 0 ' R FG 6 2 5 . 3 4 27 . 0 0 ' L FG 6 2 5 . 1 5 CL FG 6 2 5 . 7 5 22 . 5 6 ' R FG 6 2 5 . 2 4 18 . 3 3 ' L FG 6 2 5 . 0 4 CL FG 6 2 5 . 5 7 17 . 0 0 ' R FG 6 2 5 . 1 0 27 . 0 0 ' L FG 6 2 4 . 8 2 27 . 0 0 ' R FG 6 2 5 . 0 0 TC 6 2 5 . 4 8 TC 6 2 5 . 6 7 TC 6 2 5 . 5 4 TC 6 2 5 . 5 1 TC 6 2 5 . 3 3 TC 6 2 5 . 2 9 TC 6 2 5 . 1 6 TC 6 2 5 . 3 3 TC 6 2 5 . 4 5 TC 6 2 5 . 4 8 TC 6 2 5 . 5 7 EG EG EG EG EG EG 12" EXISTING STORM DRAIN 12" EXISTING STORM DRAIN 12" EXISTING STORM DRAIN 12" EXISTING STORM DRAIN 12" EXISTING STORM DRAIN 12" EXISTING STORM DRAIN 12" EXISTING STORM DRAIN FG FG FG FG FG FG 12" EXISTING WATER 12" EXISTING WATER 12" EXISTING WATER 12" EXISTING WATER 12" EXISTING WATER FL 6 2 4 . 8 3 FL 6 2 4 . 8 6 FL 6 2 5 . 0 4 FL 6 2 5 . 0 1 FL 6 2 4 . 9 8 FL 6 2 5 . 1 7 FL 6 2 4 . 9 8 FL 6 2 5 . 0 7 FL 6 2 4 . 9 5 FL 6 2 4 . 6 6 FL 6 2 4 . 8 3 CL FG 6 2 6 . 1 8 TC 6 2 6 . 1 8 TC 6 2 6 . 1 8 9.86' 0 20'10' H: 1" = 10' 0 4'2' V: 1" = 2' 1.5%3.1%3.0%1.5% 1.0%2.6%2.7%1.3% 1.6%3.1%2.4%1.3%1.4%2.2%2.3%1.5%1.0% 2.9%2.8%0.9%1.3% 1.4%3.4%2.2%1.5%6.7% 0.4% 0.0% 20 2 3 - 0 2 - 2 2 5: 4 1 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - X S C - 0 3 0 1 T H R U 0 3 0 6 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L C-305 43 CR O S S S E C T I O N S ST A 2 4 4 + 5 0 - S T A 2 4 7 + 0 0 RB JS Page 187 of 551 "ST-CL" LINE STATION 247+50 621 622 624 626 628 630 621 622 624 626 628 630 0 10 20 30 40 500-10-20-30-40-50 "ST-CL" LINE STATION 248+00 621 622 624 626 628 630 621 622 624 626 628 630 0 10 20 30 40 500-10-20-30-40-50 "ST-CL" LINE STATION 248+50 620 622 624 626 628 620 622 624 626 628 0 10 20 30 40 500-10-20-30-40-50 "ST-CL" LINE STATION 249+00 620 622 624 626 628 620 622 624 626 628 0 10 20 30 40 500-10-20-30-40-50 80' 40' R/WR/W 40' 10.92'22.25'22.25'10.92' 80' 40' R/WR/W 40' 10.92'26.92'22.93'10.92' 80' 40' R/WR/W 40' 10.92'29.08'34.14'5.86' 80' 40' R/WR/W 40' 11'29'29'11' 27 . 0 0 ' L FG 6 2 4 . 5 1 CL FG 6 2 5 . 1 7 34 . 1 4 ' R FG 6 2 4 . 4 2 27 . 0 0 ' L FG 6 2 4 . 6 3 27 . 0 0 ' R FG 6 2 4 . 4 9 27 . 0 0 ' L FG 6 2 4 . 7 7 27 . 0 0 ' R FG 6 2 4 . 7 8 TC 6 2 5 . 1 0 TC 6 2 4 . 6 6 TC 6 2 4 . 9 7 TC 6 2 4 . 7 5 TC 6 2 4 . 5 4 EG EG EG EG 12" EXISTING STORM DRAIN 12" EXISTING WATER 12" EXISTING STORM DRAIN 12" EXISTING STORM DRAIN 12" EXISTING STORM DRAIN FG FG FG 12" EXISTING WATER 12" EXISTING WATER FL 6 2 4 . 3 5 FL 6 2 4 . 4 7 FL 6 2 4 . 3 2 FL 6 2 4 . 6 0 FL 6 2 4 . 6 2 TC 6 2 5 . 9 3 TC 6 2 5 . 7 9 CL FG 6 2 5 . 9 0 CL FG 6 2 6 . 0 1 8.31' TC 6 2 6 . 0 5 TC 6 2 5 . 9 7 13.67' 0 20'10' H: 1" = 10' 0 4'2' V: 1" = 2' 1.5% 9.4 % 2.4%2.2% 1.5%2.6% 2.0% 3.1%1.5% 0.7%3.1% 0.6% 2.6% 9.1% 1.5% 2.3%0.4% 2.2% 20 2 3 - 0 2 - 2 2 5: 4 2 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - X S C - 0 3 0 1 T H R U 0 3 0 6 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L C-306 44 CR O S S S E C T I O N S ST A 2 4 7 + 5 0 - S T A 2 4 9 + 0 0 RB JS Page 188 of 551 D S 210+00 211+00 212+00 "ST-CL" 211+21.34, 28.24' LT CONFORM, EL: 612.68 FL "ST-CL" 211+31.34, 28.20' LT AP, EL: 612.86 FL "ST-CL" 211+71.33, 26.50' LT AP, EL: 612.99 FL "ST-CL" 211+23.84, 28.09' RT CONFORM, EL: 612.80 FL "ST-CL" 211+36.74, 26.50' RT GB, AP, EL: 612.99 FL "ST-CL" 211+99.87, 26.50' RT GB, EL: 613.17 FL "ST-CL" 211+21.34, 35.00' LT CONFORM, EL: 613.37 PCC "ST-CL" 211+27.26, 35.06' LT AP, EL: 613.46 BSW "ST-CL" 211+82.50, 35.00' LT AP, EL: 613.64 BSW 34' "ST-CL" 211+86.50, 30.50' LT EL: 613.38 PCC "ST-CL" 211+86.50, 26.50' LT EL: 613.08 TC EL: 613.04 FL "ST-CL" 211+82.50, 26.50' LT EL: 613.02 FL 1. 5 % 7. 9 % 0.3% 4' "ST-CL" 211+86.50, 36.42' LT AP, EL: 613.47 BSW 34' "ST-CL" 211+24.00, 37.50' RT CONFORM, EL: 613.55 PCC "ST-CL" 211+27.90, 37.50' RT CONFORM, EL: 613.58 PCC "ST-CL" 211+27.90, 40.00' RT CONFORM, EL: 613.64 BSW "ST-CL" 211+46.00, 26.50' RT EL: 613.06 TC EL: 613.02 FL "ST-CL" 211+46.00, 32.00' RT EL: 613.60 PCC "ST-CL" 211+43.00, 26.50' RT EL: 613.01 FL "ST-CL" 211+80.00, 32.00' RT EL: 613.60 PCC "ST-CL" 211+80.00, 26.50' RT EL: 613.16 TC EL: 613.12 FL "ST-CL" 211+83.00, 26.50' RT EL: 613.12 FL "ST-CL" 211+44.12, 39.97' RT EL: 613.71 BSW 5. 5 ' 1. 5 % 8. 8 % "ST-CL" 211+99.87, 40.15' RT CONFORM, EL: 613.90 BSW "ST-CL" 211+23.84, 30.53' RT CONFORM, EL: 612.84 FC 1. 6 % 1. 5 % 1. 5 % S STATE ST "ST-CL" LINE "ST-CL" 211+81.84, 40.15' RT EL: 613.72 BSW "ST-CL" 209+25.13, 35.15' LT EL: 612.82 BSW "ST-CL" 209+52.15, 35.03' LT AP, EL: 612.90 BSW "ST-CL" 209+69.48, 28.28' LT CONFORM, EL: 612.26 FL "ST-CL" 209+25.13, 28.18' LT CONFORM, EL: 612.16 FL "ST-CL" 209+69.46, 39.16' LT CONFORM, EC, EL: 612.97 BSW "ST-CL" 209+57.06, 36.63' LT BC, EL: 612.91 BSW 4.8% 0.2% 0.8% 0.3% 0.3% (0.4%) 1.4% (0.3%)(0.3%)(0.2%) 0.3% L1 L2 L3 L5 "ST-CL" 210+31.93, 28.83' LT EL: 613.06 FSW "ST-CL" 210+31.93, 35.12' LT EL: 613.17 BSW "ST-CL" 210+18.68, 28.83' LT EL: 613.01 FSW "ST-CL" 210+18.68, 38.32' LT EL: 613.14 BSW "ST-CL" 210+63.28, 28.78' LT EL: 613.14 FSW "ST-CL" 210+63.30, 35.01' LT EL: 613.23 BSW "ST-CL" 209+59.55, 28.74' RT EL: 612.82 FSW "ST-CL" 209+59.47, 36.04' RT EL: 612.96 PCC "ST-CL" 210+78.65, 38.71' RT EL: 613.35 FSW "ST-CL" 210+78.65, 44.60' RT EL: 613.53 PCC "ST-CL" 210+72.59, 28.80' LT EL: 613.16 FSW "ST-CL" 210+72.58, 35.01' LT EL: 613.33 BSW "ST-CL" 211+27.45, 28.22' LT EL: 612.84 FL LINE TABLE LINE # L1 L2 L3 L5 LENGTH 44.35 10.00 40.03 13.51 BEARING S5°11'56"E N4°59'00"W N2°45'27"W N22°32'39"W 20 2 3 - 0 2 - 2 2 5: 4 5 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - D E T - 0 4 0 1 T H R U 0 4 0 8 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L N020'10' ST A 2 1 2 + 0 0 M A T C H L I N E S E E D W G C - 4 0 2 C-401 45 RO A D W A Y & S I D E W A L K G R A D I N G CO N S T R U C T I O N D E T A I L S - 1 RB JS CONSTRUCTION DETAILS - 1 SCALE: 1" = 10' CONSTRUCTION DETAIL SHEET NOTES: 1.FOR GRADING DETAILS AT BULBOUT LOCATIONS SEE CONSTRUCTION DETAIL SHEETS C-409 TO C-412. Page 189 of 551 212+00 213+00 214+00 "ST-CL" 212+35.00, 6.50' LT EC, EL: 613.81 AC "ST-CL" 212+35.00, 6.50' RT BC, EL: 613.83 AC "ST-CL" 213+05.36, 26.50' LT GB, EL: 613.38 FL "ST-CL" 213+93.00, 26.50' LT GB, EL: 613.96 FL "ST-CL" 213+25.79, 26.50' RT GB, EL: 613.51 FL "ST-CL" 212+20.50, 36.56' LT AP, EL: 613.59 BSW "ST-CL" 212+24.50, 35.08' LT AP, EL: 613.76 BSW 34' "ST-CL" 212+20.50, 30.50' LT EL: 613.50 PCC "ST-CL" 212+20.50, 26.50' LT EL: 613.18 TC EL: 613.13 FL "ST-CL" 212+24.50, 26.50' LT EL: 613.15 FL 8. 1 % 1. 5 % 0.3% 4' "ST-CL" 213+33.00, 26.50' LT EL: 613.63 FL "ST-CL" 213+65.00, 26.50' LT EL: 613.81 FL "ST-CL" 213+05.36, 35.08' LT CONFORM, EL: 614.00 BSW "ST-CL" 213+09.91, 34.95' LT CONFORM, EL: 613.99 BSW "ST-CL" 213+37.32, 35.03' LT AP, EL: 614.22 BSW "ST-CL" 213+62.00, 31.00' LT EL: 614.28 PCC "ST-CL" 213+92.15, 35.00' LT AP, EL: 614.57 BSW "ST-CL" 213+36.00, 26.50' LT GB, EL: 613.69 TC EL: 613.65 FL "ST-CL" 213+62.00, 26.50' LT EL: 613.83 TC EL: 613.79 FL 4. 5 ' 1. 5 % 10 . 3 % 0.5% 26' "ST-CL" 213+96.00, 26.50' LT EL: 614.04 TC EL: 613.99 FL "ST-CL" 213+36.00, 31.00' LT EL: 614.15 PCC "ST-CL" 213+96.00, 31.00' LT EL: 614.47 PCC "ST-CL" 212+10.99, 39.98' RT CONFORM, EL: 613.89 BSW "ST-CL" 213+19.81, 40.14' RT CONFORM, EL: 614.22 BSW "ST-CL" 213+25.79, 40.13' RT CONFORM, EL: 614.19 BSW 1. 5 % 1. 3 % 1. 6 % 1. 5 % S STATE ST "ST-CL" LINE "ST-CL" 212+30.00, 1.50' RT EC, EL: 613.93 AC "ST-CL" 212+30.00, 1.50' LT BC, EL: 613.93 AC "ST-CL" 212+30.00, 0.00' RT GB CROWN, EL: 613.93 AC "ST-CL" 213+85.00, 6.50' LT BC, EL: 614.61 AC "ST-CL" 213+85.00, 6.50' RT EC, EL: 614.66 AC "ST-CL" 213+90.00, 1.50' LT EC, EL: 614.78 AC "ST-CL" 213+90.00, 1.50' RT BC, EL: 614.81 AC "ST-CL" 213+90.00, 0.00' RT GB CROWN, EL: 614.81 AC "ST-CL" 213+94.25, 36.72' LT AP, EL: ??? BSW 1. 5 % 1. 8 % 1. 5 % 4.8% 0.3%0.9%0.5% 0.3%0.9% 1.1% C1 L7 C 2 L8 L9 C 3 L1 0 C4 "ST-CL" 213+36.00, 6.50' LT GB, EL: 614.29 AC "ST-CL" 213+05.36, 6.50' LT GB, EL: 614.03 AC "ST-CL" 213+25.79, 6.50' RT GB, EL: 614.11 AC CURVE TABLE CURVE # C1 C2 C3 C4 LENGTH 7.85 7.85 7.85 7.85 RADIUS 5.00 5.00 5.00 5.00 DELTA 90°00'00" 90°00'00" 90°00'00" 90°00'00" LINE TABLE LINE # L7 L8 L9 L10 LENGTH 3.00 150.00 150.00 3.00 BEARING N84°48'12"E S5°11'48"E N5°11'48"W S84°48'12"W 20 2 3 - 0 2 - 2 2 5: 4 6 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - D E T - 0 4 0 1 T H R U 0 4 0 8 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L N020'10' ST A 2 1 4 + 0 0 M A T C H L I N E S E E D W G C - 4 0 3 ST A 2 1 2 + 0 0 M A T C H L I N E S E E D W G C - 4 0 1 C-402 46 RO A D W A Y & S I D E W A L K G R A D I N G CO N S T R U C T I O N D E T A I L S - 2 RB JS CONSTRUCTION DETAILS - 2 SCALE: 1" = 10' Page 190 of 551 S214+00 215+00 216+00 "ST-CL" 215+67.40, 6.50' RT EC, EL: 616.68 AC "ST-CL" 215+88.61, 3.64' RT BC, EL: 617.01 FL "ST-CL" 214+48.00, 26.50' LT EL: 614.55 FL "ST-CL" 215+69.03, 26.50' LT GB, EL: 616.31 FL "ST-CL" 215+84.00, 26.50' LT GB, EL: 616.37 FL "ST-CL" 214+34.00, 26.50' RT GB, EL: 614.53 TC EL: 614.49 FL "ST-CL" 214+70.00, 26.50' RT GB, EL: 614.76 TC EL: 614.71 FL "ST-CL" 215+10.00, 26.50' RT GB, EL: 615.38 FL "ST-CL" 215+68.00, 26.50' RT GB, EL: 616.09 FL "ST-CL" 215+79.70, 26.50' RT GB, EL: 616.30 FL "ST-CL" 214+21.54, 36.77' LT AP, EL: 614.83 BSW "ST-CL" 214+23.36, 34.97' LT AP, EL: 614.90 BSW "ST-CL" 214+47.47, 35.15' LT AP, EL: 615.16 BSW "ST-CL" 214+49.03, 36.14' LT AP, EL: 615.15 BSW "ST-CL" 214+74.60, 36.07' LT AP, EL: 615.42 BSW "ST-CL" 214+76.28, 35.08' LT AP, EL: 615.47 BSW "ST-CL" 215+83.26, 35.08' LT AP, EL: 616.99 BSW "ST-CL" 215+85.46, 34.78' LT AP, EL: 616.96 BSW 4. 5 ' 1. 5 % 9. 8 % 1.1% 24' 5' 1. 5 % 9. 6 % 1.1% 24' "ST-CL" 214+20.00, 26.50' LT EL: 614.29 TC EL: 614.25 FL "ST-CL" 214+23.00, 26.50' LT EL: 614.28 FL "ST-CL" 214+51.00, 26.50' LT EL: 614.63 TC EL: 614.58 FL "ST-CL" 214+75.00, 26.50' LT EL: 614.88 TC EL: 614.84 FL "ST-CL" 214+78.00, 26.50' LT GB, EL: 614.87 FL "ST-CL" 214+20.00, 31.00' LT EL: 614.73 PCC "ST-CL" 214+51.00, 31.50' LT EL: 615.10 PCC "ST-CL" 214+75.00, 31.50' LT EL: 615.37 PCC 36' "ST-CL" 214+31.00, 26.50' RT EL: 614.46 FL "ST-CL" 214+34.00, 32.00' RT EL: 615.06 PCC "ST-CL" 214+70.00, 32.00' RT EL: 615.29 PCC "ST-CL" 214+73.00, 26.50' RT EL: 614.76 FL 5. 5 ' 1. 5 % 9. 8 % 0.6% "ST-CL" 214+84.00, 26.50' RT EL: 614.95 FL "ST-CL" 214+87.00, 26.50' RT EL: 615.04 TC EL: 615.00 FL "ST-CL" 215+07.00, 26.50' RT EL: 615.37 TC EL: 615.33 FL "ST-CL" 214+87.00, 31.00' RT EL: 615.56 PCC "ST-CL" 215+07.00, 31.00' RT EL: 615.89 PCC 20' 4. 5 ' 1. 5 % 11 . 8 % 1.7% 17' 4. 5 ' 1. 5 % 11 . 7 % 1.2% "ST-CL" 215+45.00, 26.50' RT EL: 615.81 FL "ST-CL" 215+48.00, 26.50' RT EL: 615.89 TC EL: 615.85 FL "ST-CL" 215+65.00, 26.50' RT EL: 616.10 TC EL: 616.06 FL "ST-CL" 215+48.00, 31.00' RT EL: 616.41 PCC "ST-CL" 215+65.00, 31.00' RT EL: 616.61 PCC "ST-CL" 215+68.01, 35.03' RT EL: 616.71 BSW "ST-CL" 214+84.55, 35.16' RT AP, EL: 615.58 BSW "ST-CL" 215+08.59, 35.01' RT AP, EL: 615.98 BSW "ST-CL" 215+79.70, 35.09' RT CONFORM, EL: 616.93 BSW 1. 5 % 1. 5 % 1. 5 % 1. 5 % 1. 6 % 1. 4 % 1. 5 % S STATE ST "ST-CL" LINE "ST-CL" 213+90.00, 1.50' LT EC, EL: 614.78 AC "ST-CL" 213+90.00, 1.50' RT BC, EL: 614.81 AC "ST-CL" 213+90.00, 0.00' RT GB CROWN, EL: 614.81 AC "ST-CL" 214+85.00, 6.50' LT EC, EL: 615.51 AC "ST-CL" 214+85.00, 6.50' RT BC, EL: 615.52 AC "ST-CL" 214+80.00, 1.50' RT EC, EL: 615.55 AC "ST-CL" 214+80.00, 1.50' LT BC, EL: 615.55 AC "ST-CL" 214+80.00, 0.00' RT GB CROWN, EL: 615.58 AC "ST-CL" 215+41.56, 35.02' RT EL: 616.39 BSW "ST-CL" 214+69.44, 40.10' RT EL: 615.40 BSW "ST-CL" 214+34.56, 40.20' RT EL: 615.19 BSW "ST-CL" 214+76.10, 40.08' RT AP, EL: 615.51 BSW 1.1%1.6%0.4%1.1% 0.6%1.7%1.2%1.8%1.1%0.9% L4 L6 L11 C5 L1 2 C6 L13 C7 "ST-CL" 215+10.00, 6.50' RT GB, EL: 615.91 AC "ST-CL" 215+69.03, 6.50' LT GB, EL: 616.84 AC CURVE TABLE CURVE # C5 C6 C7 LENGTH 7.85 7.85 21.47 RADIUS 5.00 5.00 80.00 DELTA 90°00'00" 90°00'00" 15°22'35" LINE TABLE LINE # L4 L6 L11 L12 L13 LENGTH 589.68 619.12 144.00 3.00 82.40 BEARING S5°11'48"E S5°11'48"E S5°11'48"E N84°48'12"E N5°11'48"W 20 2 3 - 0 2 - 2 2 5: 4 7 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - D E T - 0 4 0 1 T H R U 0 4 0 8 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L C-403 47 CO N S T R U C T I O N D E T A I L S - 3 RB JS N020'10' ST A 2 1 6 + 0 0 M A T C H L I N E S E E D W G C - 4 0 4 ST A 2 1 4 + 0 0 M A T C H L I N E S E E D W G C - 4 0 2 C-403 47 RO A D W A Y & S I D E W A L K G R A D I N G CO N S T R U C T I O N D E T A I L S - 3 RB JS CONSTRUCTION DETAILS - 3 SCALE: 1" = 10' Page 191 of 551 4.6 7 S216+00 217+00 218+00 "ST-CL" 215+88.61, 3.64' RT BC, EL: 617.01 FL "ST-CL" 216+11.74, 26.50' LT GB, EL: 616.67 FL "ST-CL" 217+10.00, 26.50' LT GB, EL: 617.82 FL "ST-CL" 217+61.01, 26.50' LT BC, EL: 618.37 FL "ST-CL" 217+70.80, 38.58' LT EC, EL: 618.68 FL "ST-CL" 217+63.78, 71.57' LT CONFORM, EL: 619.69 FL "ST-CL" 216+29.00, 6.50' LT BC, EL: 617.60 AC "ST-CL" 216+29.00, 4.50' LT PCC, EL: 617.63 AC"ST-CL" 216+07.79, 1.64' LT EC, EL: 617.30 AC "ST-CL" 216+37.43, 26.50' RT GB, EL: 616.94 FL "ST-CL" 216+61.00, 26.50' RT GB, EL: 617.36 TC EL: 617.31 FL "ST-CL" 217+01.00, 26.50' RT GB, EL: 617.74 FL "ST-CL" 217+21.00, 26.50' RT GB, EL: 617.83 FL "ST-CL" 217+55.86, 26.50' RT GB, BC, EL: 618.15 FL "ST-CL" 217+58.36, 25.83' RT EC, EL: 618.19 FL "ST-CL" 217+69.90, 19.17' RT BC, EL: 618.40 FL "ST-CL" 217+72.40, 18.50' RT EC, EL: 618.44 FL "ST-CL" 217+76.06, 18.50' RT GB, BC, EL: 618.50 FL "ST-CL" 217+86.04, 29.13' RT GB, EC, EL: 618.16 FL "ST-CL" 217+85.54, 37.06' RT GB, EL: 618.13 FL "ST-CL" 217+84.68, 50.82' RT CONFORM, EL: 617.86 FL "ST-CL" 216+34.65, 35.00' LT AP, EL: 617.55 BSW "ST-CL" 216+36.13, 36.21' LT AP, EL: 617.56 BSW "ST-CL" 217+57.82, 70.32' LT CONFORM, EL: 620.26 BSW 5' 1. 5 % 10 . 0 % 1.2% 24' "ST-CL" 216+34.00, 26.50' LT EL: 616.93 FL "ST-CL" 216+61.56, 36.15' LT AP, EL: 617.85 BSW "ST-CL" 216+62.97, 35.08' LT AP, EL: 617.89 BSW "ST-CL" 216+37.00, 26.50' LT EL: 617.01 TC EL: 616.97 FL "ST-CL" 216+61.00, 26.50' LT EL: 617.29 TC EL: 617.25 FL "ST-CL" 216+64.00, 26.50' LT EL: 617.28 FL "ST-CL" 216+37.00, 31.50' LT EL: 617.50 PCC "ST-CL" 216+61.00, 31.50' LT EL: 617.78 PCC 23' "ST-CL" 216+58.00, 26.50' RT EL: 617.27 FL 4. 3 3 ' 1. 5 % 10 . 9 % 1.1% "ST-CL" 216+61.00, 30.83' RT EL: 617.81 PCC "ST-CL" 216+84.00, 30.83' RT EL: 618.06 PCC "ST-CL" 216+87.00, 26.50' RT EL: 617.59 FL "ST-CL" 216+84.00, 26.50' RT EL: 617.60 TC EL: 617.56 FL "ST-CL" 217+04.00, 26.50' RT EL: 617.79 TC EL: 617.75 FL "ST-CL" 217+18.00, 26.50' RT EL: 617.85 TC EL: 617.81 FL 14' "ST-CL" 217+04.00, 30.83' RT EL: 618.30 PCC "ST-CL" 217+18.00, 30.83' RT EL: 618.37 PCC "ST-CL" 216+37.43, 34.99' RT CONFORM, EL: 617.56 BSW "ST-CL" 217+20.85, 34.96' RT EL: 618.44 BSW "ST-CL" 217+93.35, 24.34' RT AP, CONFORM, EL: 618.47 AC S STATE ST "ST-CL" LINE 1. 6 % 1. 5 % 1.5% 1. 4 % 1. 2 % 1. 5 % 1.4% 1. 5 % 1.5% "ST-CL" 216+30.00, 5.50' LT GB CROWN, EL: 617.65 AC "ST-CL" 217+00.00, 0.00' T GB CROWN, EL: 618.38 AC "ST-CL" 217+32.33, 35.09' RT CONFORM, EL: 618.54 BSW 4. 3 3 ' 1. 5 % 12 . 1 % 0.5% "ST-CL" 217+58.87, 65.43' LT EL: 620.11 BSW "ST-CL" 217+70.40, 40.44' LT GB, EL: 618.73 FL "ST-CL" 217+83.61, 21.94' RT GB, EL: 618.43 FL "ST-CL" 217+00.75, 34.94' RT EL: 618.35 BSW "ST-CL" 216+60.69, 34.96' RT EL: 617.87 BSW "ST-CL" 216+84.42, 34.95' RT EL: 618.13 BSW "ST-CL" 217+10.00, 35.08' LT EL: 618.44 BSW 1. 3 % W M I L L S T E M I L L S T 1.2%1.0% 1.6%1.1%0.5%0.9% 1.6% 0. 3 % 1.1%1.1% 1.1% 3 . 3 % 2. 0 % 3 . 6 % 0.7 % L14 C8 C 9 C10 L 1 5 C11 L16 C12 L17 C 1 3 L1 8 "ST-CL" 217+57.09, 35.10' LT EL: 618.94 BSW "ST-CL" 217+63.73, 42.50' LT EL: 619.33 BSW 1. 5 % 1.4% "ST-CL" 217+42.52, 26.50' LT GB, EL: 618.16 FL "ST-CL" 217+66.98, 28.47' LT EL: 618.45 FL "ST-CL" 217+70.12, 32.37' LT EL: 618.52 FL LINE TABLE LINE # L14 L15 L16 L17 L18 LENGTH 19.89 33.74 13.32 3.66 21.75 BEARING N20°34'23"W N72°48'00"E S35°11'48"E S5°11'48"E S88°23'24"W CURVE TABLE CURVE # C8 C9 C10 C11 C12 C13 LENGTH 21.47 3.14 17.80 2.62 2.62 16.33 RADIUS 80.00 1.00 10.00 5.00 5.00 10.00 DELTA 15°22'31" 180°00'00" 102°00'12" 30°00'00" 30°00'00" 93°35'12" 20 2 3 - 0 2 - 2 2 5: 4 8 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - D E T - 0 4 0 1 T H R U 0 4 0 8 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L C-404 48 CO N S T R U C T I O N D E T A I L S - 4 RB JS N020'10' ST A 2 1 6 + 0 0 M A T C H L I N E S E E D W G C - 4 0 4 C-404 48 RO A D W A Y & S I D E W A L K G R A D I N G CO N S T R U C T I O N D E T A I L S - 4 RB JS CONSTRUCTION DETAILS - 4 SCALE: 1" = 10' Page 192 of 551 S D D D 240+00 241+00 242+00 W H E N R Y S T "ST-CL" 240+54.98, 47.85' LT CONFORM, EL: 626.36 FL "ST-CL" 240+55.76, 41.67' LT LP, EL: 626.29 FL "ST-CL" 240+57.54, 27.73' LT BC, EL: 626.43 FL "ST-CL" 240+67.46, 19.00' LT EC, EL: 626.45 FL "ST-CL" 240+70.46, 19.00' LT BC, EL: 626.37 FL "ST-CL" 240+87.96, 28.33' LT BC, EL: 625.95 FL "ST-CL" 240+90.46, 29.00' LT EC, EL: 625.96 FL "ST-CL" 241+73.00, 29.00' LT EL: 625.67 FL "ST-CL" 242+03.00, 29.00' LT EL: 625.55 FL "ST-CL" 242+70.00, 29.00' LT 24' 6. 5 % 5. 5 ' 1. 5 % 0.5% N STATE ST "ST-CL" LINE 10 . 0 % 5. 5 ' 1. 5 % 0.4% 5. 5 ' "ST-CL" 242+67.00, 34.50' LT"ST-CL" 242+40.00, 29.00' LT EL: 625.40 FL "ST-CL" 242+43.00, 34.50' LT EL: 625.97 PCC "ST-CL" 242+00.00, 34.50' LT EL: 626.14 PCC "ST-CL" 241+76.00, 34.50' LT EL: 626.24 PCC "ST-CL" 241+63.00, 29.00' LT EL: 625.71 FL "ST-CL" 241+58.00, 34.50' LT EL: 626.11 PCC "ST-CL" 240+95.95, 29.00' LT GB, EL: 625.98 FL "ST-CL" 241+01.00, 34.50' LT EL: 626.34 PCC "ST-CL" 242+67.00, 29.00' LT"ST-CL" 242+43.00, 29.00' LT EL: 625.43 TC EL: 625.39 FL"ST-CL" 242+00.00, 29.00' LT EL: 625.60 TC EL: 625.56 FL "ST-CL" 241+76.00, 29.00' LT EL: 625.70 TC EL: 625.66 FL "ST-CL" 241+58.00, 29.00' LT EL: 625.77 TC EL: 625.73 FL "ST-CL" 241+01.00, 29.00' LT EL: 626.00 TC EL: 625.96 FL "ST-CL" 240+40.97, 42.97' RT CONFORM, EL: 627.21 BSW "ST-CL" 240+37.16, 46.71' RT EL: 627.49 PCC "ST-CL" 240+54.14, 42.84' RT EL: 626.95 BSW "ST-CL" 240+55.65, 52.05' RT EL: 627.14 PCC "ST-CL" 241+19.40, 42.21' RT EL: 626.42 BSW "ST-CL" 242+04.22, 42.65' RT CONFORMEL: 626.22 BSW "ST-CL" 241+70.93, 41.95' RT CONFORM, EL: 626.27 BSW "ST-CL" 242+31.54, 41.75' RT CONFORM, AP, EL: 626.28 BSW "ST-CL" 242+34.07, 41.77' RT CONFORM, AP, EL: 626.28 BSW "ST-CL" 241+87.50, 29.00' RT HP, EL: 625.70 FL "ST-CL" 241+72.00, 29.00' RT LP, EL: 625.57 FL "ST-CL" 240+91.00, 29.00' RT GB, EL: 625.81 FL "ST-CL" 240+54.00, 29.00' RT GB, EL: 626.26 FL "ST-CL" 240+45.73, 29.00' RT EL: 626.53 FL "ST-CL" 240+43.20, 28.31' RT BC, EL: 626.61 FL "ST-CL" 240+90.49, 40.06' LT EL: 626.62 BSW "ST-CL" 240+63.80, 19.69' LT HP, EL: 626.54 FL "ST-CL" 240+72.96, 19.67' LT EC, EL: 626.31 FL "ST-CL" 240+85.65, 27.00' LT LP, EL: 625.94 FL "ST-CL" 240+96.00, 40.05' LT EL: 626.64 BSW "ST-CL" 241+01.00, 40.04' LT EL: 626.42 BSW "ST-CL" 241+58.00, 39.90' LT EL: 626.19 BSW "ST-CL" 241+63.02, 39.89' LT EL: 626.37 BSW "ST-CL" 240+36.46, 42.94' RT CONFORM, EL: 627.32 BSW "ST-CL" 240+91.21, 42.48' RT EL: 626.50 BSW "ST-CL" 241+92.05, 41.92' RT CONFORM, EL: 626.36 BSW "ST-CL" 241+86.48, 41.90' RT CONFORM, EL: 626.35 BSW 1. 5 % 1. 5 % 1. 6 % 1. 3 % 1. 6 % 0. 7 % 1. 5 % 1. 6 % 1. 6 % 4.2%3.5% 1. 6 % 1. 6 % "ST-CL" 241+76.44, 41.91' RT CONFORM, EL: 626.27 BSW 1 . 0 % 3.3% 1 . 0 % 2.5% 1.2%0.3% 0.3%0.4% 0.9%0.2% L 1 9 C 1 4 L20 C15 L21 C16 L22 L2 3 C17 L24 LINE TABLE LINE # L19 L20 L21 L22 L23 L24 LENGTH 20.28 3.00 17.32 236.05 2.03 260.27 BEARING N80°46'59"E N1°56'35"W N31°56'35"W N1°56'35"W S28°26'57"W S1°56'35"E CURVE TABLE CURVE # C14 C15 C16 C17 LENGTH 14.44 2.62 2.62 2.65 RADIUS 10.00 5.00 5.00 5.00 DELTA 82°43'35" 30°00'00" 30°00'00" 30°23'32" 20 2 3 - 0 2 - 2 2 5: 4 9 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - D E T - 0 4 0 1 T H R U 0 4 0 8 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L C-405 49 CO N S T R U C T I O N D E T A I L S - 5 RB JS N020'10' ST A 2 4 2 + 5 0 M A T C H L I N E S E E D W G C - 4 0 6 SCOTT ST C-405 49 RO A D W A Y & S I D E W A L K G R A D I N G CO N S T R U C T I O N D E T A I L S - 5 RB JS CONSTRUCTION DETAILS - 5 SCALE: 1" = 10' Page 193 of 551 D D D S S 243+00 244+00 "ST-CL" 242+96.34, 40.18' LT CONFORM, AP, EL: 625.85 BSW "ST-CL" 243+36.74, 38.90' LT CONFORM, EL: 625.91 BSW "ST-CL" 243+54.49, 38.87' LT CONFORM, EL: 626.05 BSW "ST-CL" 243+57.71, 38.87' LT AP, EL: 625.99 BSW "ST-CL" 243+57.69, 40.00' LT AP, EL: 626.01 BSW "ST-CL" 244+23.09, 40.23' LT CONFORM, EL: 625.62 BSW "ST-CL" 242+70.00, 29.00' LT EL: 625.28 FL "ST-CL" 242+98.50, 29.00' LT EL: 625.17 FL "ST-CL" 243+21.00, 29.00' LT LP, EL: 625.08 FL "ST-CL" 243+26.52, 29.00' LT BC, EL: 625.11 FL BEG CURB HEIGHT TRANSITION "ST-CL" 243+31.24, 30.55' LT PRC, EL: 625.14 FL "ST-CL" 243+35.96, 32.10' LT EC, EL: 625.17 FL "ST-CL" 243+54.49, 32.13' LT CONFORM, EL: 625.27 FL "ST-CL" 243+54.99, 32.13' LT BC, EL: 625.27 FL "ST-CL" 243+59.75, 30.56' LT PRC, EL: 625.24 FL "ST-CL" 243+64.50, 29.00' LT EC, EL: 625.22 FL END CURB HEIGHT TRANSITION "ST-CL" 244+27.00, 29.00' LT LP, EL: 624.92 FL "ST-CL" 243+36.74, 32.10' LT CONFORM, EL: 625.17 FL 24'14'22' N STATE ST "ST-CL" LINE 9. 9 % 1. 5 % 0.4% 10 . 1 % 5. 5 ' 1. 5 % 0.4% 8. 6 % 5. 5 ' 1. 5 % 0.5% "ST-CL" 244+01.50, 29.00' LT EL: 625.04 FL "ST-CL" 243+98.50, 34.50' LT EL: 625.58 PCC"ST-CL" 243+73.50, 29.00' LT EL: 625.18 FL "ST-CL" 243+76.50, 34.50' LT EL: 625.70 PCC "ST-CL" 242+95.50, 34.50' LT EL: 625.77 PCC "ST-CL" 242+78.50, 29.00' LT EL: 625.25 FL "ST-CL" 242+81.50, 34.50' LT EL: 625.82 PCC "ST-CL" 242+67.00, 34.50' LT EL: 625.87 PCC "ST-CL" 243+98.50, 29.00' LT EL: 625.10 TC EL: 625.06 FL "ST-CL" 243+76.50, 29.00' LT EL: 625.20 TC EL: 625.16 FL "ST-CL" 242+95.50, 29.00' LT EL: 625.22 TC EL: 625.18 FL "ST-CL" 242+81.50, 29.00' LT EL: 625.28 TC EL: 625.24 FL "ST-CL" 242+67.00, 29.00' LT EL: 625.34 TC EL: 625.29 FL "ST-CL" 244+27.09, 40.26' LT CONFORM, EL: 625.61 BSW "ST-CL" 243+17.39, 38.95' RT CONFORM, EL: 625.89 BSW "ST-CL" 243+16.19, 38.95' RT AP, EL: 625.90 BSW "ST-CL" 242+61.39, 41.92' RT CONFORM, AP, EL: 626.21 BSW "ST-CL" 243+06.03, 42.01' RT AP, EL: 626.05 BSW "ST-CL" 243+47.73, 32.17' RT EL: 625.36 FL END CURB HEIGHT TRANSITION "ST-CL" 243+47.89, 38.82' RT CONFORM, EL: 625.95 BSW "ST-CL" 243+45.74, 38.86' RT EL: 626.06 BSW "ST-CL" 243+45.56, 40.02' RT EL: 626.07 BSW "ST-CL" 243+41.21, 40.07' RT EL: 626.07 BSW "ST-CL" 243+41.21, 38.92' RT EL: 626.05 BSW "ST-CL" 243+39.74, 38.92' RT CONFORM, EL: 626.02 BSW "ST-CL" 243+56.04, 38.11' RT CONFORM, EL: 625.97 BSW "ST-CL" 243+58.00, 29.00' RT EC, EL: 625.40 FL "ST-CL" 243+51.53, 30.72' RT PRC, EL: 625.38 FL "ST-CL" 243+44.86, 32.44' RT CONFORM, BC, EL: 625.35 FL "ST-CL" 243+22.70, 32.09' RT CONFORM, EL: 625.30 FL "ST-CL" 243+21.06, 32.07' RT EC, EL: 625.31 FL "ST-CL" 243+13.69, 30.54' RT PRC, EL: 625.33 FL "ST-CL" 243+06.00, 29.00' RT BC, EL: 625.36 FL "ST-CL" 242+69.98, 40.12' LT EL: 625.94 BSW "ST-CL" 243+01.36, 38.97' LT CONFORM, AP, EL: 625.80 BSW "ST-CL" 243+33.53, 38.91' LT EL: 625.88 BSW "ST-CL" 243+26.53, 38.92' LT EL: 625.75 BSW "ST-CL" 243+21.00, 38.93' LT EL: 625.72 BSW "ST-CL" 243+44.33, 40.03' RT EL: 626.13 BSW "ST-CL" 243+66.00, 29.00' RT HP, EL: 625.43 FL "ST-CL" 243+17.50, 31.69' RT EL: 625.32 FL BEG CURB HEIGHT TRANSITION "ST-CL" 242+72.72, 41.94' RT AP, EL: 626.17 BSW "ST-CL" 242+77.69, 41.95' RT AP, EL: 626.15 BSW "ST-CL" 242+60.00, 29.00' RT GB, EL: 625.52 FL 1. 5 % 1. 5 % "ST-CL" 242+50.36, 42.68' RT CONFORM, EL: 626.29 BSW 1. 5 % 1. 1 % 1. 1 % 1. 0 % 1. 6 % "ST-CL" 242+72.70, 49.31' RT CONFORM, EL: 626.61 PCC "ST-CL" 242+77.68, 49.30' RT CONFORM, EL: 626.62 PCC "ST-CL" 243+64.51, 40.05' LT EL: 625.89 BSW "ST-CL" 243+71.97, 40.10' LT CONFORM, EL: 625.86 BSW "ST-CL" 244+02.71, 40.20' LT CONFORM, EL: 625.66 BSW 1. 7 % 1. 2 % 1. 6 % "ST-CL" 244+58.81, 38.12' RT EL: 625.76 BSW "ST-CL" 243+65.99, 38.11' RT EL: 626.06 BSW 1. 6 % 1. 5 % 1. 3 % 1. 4 % 6.0%3.4% SEE NOTE 1 SEE NOTE 1 0.4%0.6% (0.6%) 0.5%0.3% 0.4%0.2% (0.2%) 0.4%0.3% C18 C19 L25 C20 C21 L26 L27 C22 C23 L28 C24 C25 LINE TABLE LINE # L25 L26 L27 L28 LENGTH 0.78 1.57 0.50 0.17 BEARING N2°01'01"W S1°02'38"E N2°01'01"W S1°02'38"E CURVE TABLE CURVE # C18 C19 C20 C21 C22 C23 C24 C25 LENGTH 5.07 5.06 7.89 7.57 5.10 5.09 6.97 6.77 RADIUS 8.00 8.00 20.00 20.00 8.00 8.00 13.00 13.00 DELTA 36°17'07" 36°12'41" 22°35'59" 21°42'02" 36°30'27" 36°26'01" 30°43'36" 29°49'39" 20 2 3 - 0 2 - 2 2 5: 5 0 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - D E T - 0 4 0 1 T H R U 0 4 0 8 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L C-406 50 CO N S T R U C T I O N D E T A I L S - 6 RB JS N020'10' ST A 2 4 4 + 5 0 M A T C H L I N E S E E D W G C - 4 0 7 ST A 2 4 2 + 5 0 M A T C H L I N E S E E D W G C - 4 0 5 C-406 50 RO A D W A Y & S I D E W A L K G R A D I N G CO N S T R U C T I O N D E T A I L S - 6 RB JS CONSTRUCTION DETAILS - 6 SCALE: 1" = 10' NOTES: 1.CURB HEIGHT TRANSITIONS FROM 6-IN TO 8-IN AT EXISTING BOX CULVERT SIDEWALK CONFORM Page 194 of 551 D D D S 245+00 246+00 247+00 SC O T T S T "ST-CL" 244+90.00, 29.00' LT HP, EL: 625.08 FL "ST-CL" 245+55.00, 29.00' LT LP, EL: 624.81 FL "ST-CL" 245+96.50, 29.00' LT EL: 624.99 FL "ST-CL" 246+23.61, 26.25' LT LP, BC, EL: 624.89 FL "ST-CL" 246+20.00, 28.33' LT EC, EL: 624.91 FL "ST-CL" 246+35.00, 19.67' LT BC, EL: 624.98 FL "ST-CL" 246+37.50, 19.00' LT HP, EC, EL: 624.99 FL "ST-CL" 246+44.51, 19.00' LT GB, BC, EL: 624.96 FL "ST-CL" 246+54.48, 28.29' LT EC, EL: 624.77 FL "ST-CL" 246+56.44, 55.75' LT CONFORM, EL: 624.94 FL 24'24' N STATE ST "ST-CL" LINE 9. 7 % 5. 5 ' 1. 5 % 0.4% 9. 6 % 5. 5 ' 1. 5 % 0.5%"ST-CL" 245+93.50, 34.50' LT EL: 625.57 PCC "ST-CL" 245+69.50, 34.50' LT EL: 625.44 PCC "ST-CL" 245+66.50, 29.00' LT EL: 624.87 FL"ST-CL" 245+40.50, 29.00' LT EL: 624.87 FL "ST-CL" 245+37.50, 34.50' LT EL: 625.45 PCC "ST-CL" 245+10.50, 29.00' LT EL: 625.00 FL "ST-CL" 245+13.50, 34.50' LT EL: 625.55 PCC "ST-CL" 245+93.50, 29.00' LT EL: 625.05 TC HP, EL: 625.00 FL "ST-CL" 245+69.50, 29.00' LT EL: 624.93 TC EL: 624.89 FL "ST-CL" 245+37.50, 29.00' LT EL: 624.93 TC EL: 624.88 FL "ST-CL" 245+13.50, 29.00' LT EL: 625.03 TC EL: 624.98 FL "ST-CL" 246+84.25, 53.81' LT CONFORM, EL: 625.00 FL "ST-CL" 246+83.59, 39.46' LT BC, EL: 624.74 FL "ST-CL" 246+93.58, 29.00' LT EC, EL: 624.64 FL "ST-CL" 246+96.00, 29.00' LT LP, EL: 624.64 FL "ST-CL" 246+81.51, 29.00' RT EC, EL: 624.77 FL "ST-CL" 246+79.00, 28.33' RT BC, EL: 624.76 FL "ST-CL" 246+64.00, 19.67' RT EC, EL: 624.87 FL "ST-CL" 246+61.50, 19.00' RT BC, EL: 624.90 FL "ST-CL" 246+11.50, 19.00' RT EC, EL: 625.12 FL "ST-CL" 246+09.00, 19.67' RT BC , EL: 625.11 FL"ST-CL" 245+94.00, 28.33' RT EC, EL: 625.04 FL "ST-CL" 245+91.50, 29.00' RT BC, EL: 625.03 FL "ST-CL" 245+26.00, 29.00' RT LP, EL: 624.77 FL "ST-CL" 244+95.70, 29.00' RT GB, EL: 625.05 FL "ST-CL" 244+63.50, 29.00' RT GB, EL: 625.13 FL "ST-CL" 246+98.56, 2.76' RT PCC, EL: 625.52 AC "ST-CL" 244+90.00, 40.16' LT CONFORM, EL: 625.66 BSW "ST-CL" 245+05.88, 40.14' LT CONFORM, EL: 625.65 BSW "ST-CL" 245+39.31, 40.11' LT CONFORM, EL: 625.52 BSW "ST-CL" 245+58.62, 40.08' LT EL: 625.47 BSW 1. 2 % 0. 7 % 1. 6 % 1. 5 % "ST-CL" 246+84.04, 36.00' LT GB, EL: 624.69 FL "ST-CL" 246+83.71, 42.00' LT GB, EL: 624.78 FL "ST-CL" 246+75.39, 26.24' RT LP, EL: 624.74 FL "ST-CL" 247+09.97, 38.26' RT EL: 625.49 BSW 1. 5 % 5' 9. 9 % 0.4% 30' "ST-CL" 245+86.00, 29.00' RT EL: 625.01 FL "ST-CL" 245+52.50, 34.00' RT EL: 625.40 PCC "ST-CL" 245+82.50, 34.00' RT EL: 625.52 PCC "ST-CL" 245+82.50, 29.00' RT EL: 625.03 TC EL: 624.99 FL "ST-CL" 245+52.50, 29.00' RT EL: 624.91 TC EL: 624.87 FL "ST-CL" 245+49.50, 29.00' RT EL: 624.86 FL "ST-CL" 245+86.06, 38.29' RT CONFORM, EL: 625.66 BSW 1. 4 % 1. 5 % "ST-CL" 245+33.46, 38.14' RT CONFORM, EL: 625.44 BSW "ST-CL" 244+95.69, 38.13' RT CONFORM, EL: 625.70 BSW "ST-CL" 245+82.50, 38.27' RT EL: 625.58 BSW "ST-CL" 245+49.48, 38.17' RT EL: 625.49 BSW "ST-CL" 245+52.50, 38.18' RT EL: 625.46 BSW "ST-CL" 244+63.50, 38.13' RT EL: 625.72 BSW "ST-CL" 244+58.81, 38.12' RT EL: 625.76 BSW 1. 0 % 1. 7 % "ST-CL" 245+93.50, 40.07' LT EL: 625.65 BSW "ST-CL" 245+69.50, 40.08' LT EL: 625.53 BSW "ST-CL" 245+96.50, 40.06' LT EL: 625.64 TC/BSW 2.0%0.8% 0.3%0.4%0.5%0.4% 0.6 % 0.5% 1.3 % 1. 5 % 0. 4 % 1. 8 % 1. 5 % 0.4 % 0.3%0.3%1.0%0.4% 0.4% 0.4% 1.0 % 0.3% C26 L3 1 C27 L32 C28 L3 3 C29 L34 C30 L35 C31 L3 6 C32 L37 L3 8 C 3 3 C3 4 L29 L30 "ST-CL" 246+54.86, 33.62' LT EL: 624.72 FL CURVE TABLE CURVE # C26 C27 C28 C29 C30 C31 C32 C33 C34 LENGTH 2.62 2.62 14.99 2.62 2.62 2.62 2.62 16.17 14.17 RADIUS 5.00 5.00 10.00 5.00 5.00 5.00 5.00 10.00 5.00 DELTA 30°00'00" 30°00'00" 85°54'43" 30°00'00" 30°00'00" 30°00'00" 30°00'00" 92°37'09" 162°21'10" LINE TABLE LINE # L29 L30 L31 L32 L33 L34 L35 L36 L37 L38 LENGTH 253.00 233.50 17.32 7.00 27.53 17.32 50.00 17.32 131.86 14.37 BEARING N1°56'35"W S1°56'35"E N28°03'25"E N1°56'35"W N87°51'18"W S31°56'35"E S1°56'35"E S28°03'25"W S1°56'35"E S89°19'26"E LINE TABLE LINE # L29 L30 L31 L32 L33 L34 L35 L36 L37 L38 LENGTH 253.00 233.50 17.32 7.00 27.53 17.32 50.00 17.32 131.86 14.37 BEARING N1°56'35"W S1°56'35"E N28°03'25"E N1°56'35"W N87°51'18"W S31°56'35"E S1°56'35"E S28°03'25"W S1°56'35"E S89°19'26"E 20 2 3 - 0 2 - 2 2 5: 5 0 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - D E T - 0 4 0 1 T H R U 0 4 0 8 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L N020'10' ST A 2 4 4 + 5 0 M A T C H L I N E S E E D W G C - 4 0 7 ST A 2 4 4 + 5 0 M A T C H L I N E S E E D W G C - 4 0 6 C-407 51 RO A D W A Y & S I D E W A L K G R A D I N G CO N S T R U C T I O N D E T A I L S - 7 RB JS CONSTRUCTION DETAILS - 7 SCALE: 1" = 10' Page 195 of 551 14 . 0 0 11 . 5 0 12 . 0 0 10 . 0 0 S S S 247+00 248+00 249+00 NO R T O N S T N STATE ST "ST-CL" LINE 9. 9 % 5. 5 ' 1. 5 % 0.2% "ST-CL" 248+75.03, 32.20' LT EC, CONFORM, EL: 624.28 FL 24'14' 6' "ST-CL" 248+48.00, 29.00' LT EL: 624.35 FL "ST-CL" 247+38.50, 29.00' LT EL: 624.63 FL "ST-CL" 247+35.50, 34.50' LT EL: 625.22 PCC "ST-CL" 247+08.50, 29.00' LT HP, EL: 624.70 FL "ST-CL" 247+11.50, 34.50' LT EL: 625.27 PCC "ST-CL" 248+65.00, 29.00' LT EL: 624.35 TC EL: 624.31 FL "ST-CL" 247+35.50, 29.00' LT EL: 624.68 TC EL: 624.64 FL "ST-CL" 247+11.50, 29.00' LT EL: 624.74 TC EL: 624.70 FL "ST-CL" 247+47.89, 39.99' LT CONFORM, EL: 625.18 BSW "ST-CL" 247+64.16, 40.04' LT CONFORM, EL: 625.17 BSW "ST-CL" 248+75.03, 41.25' LT CONFORM, EL: 625.01 BSW "ST-CL" 248+27.71, 41.24' LT EL: 625.08 BSW "ST-CL" 248+27.71, 40.18' LT EL: 625.07 BSW "ST-CL" 248+19.36, 34.84' RT EC, EL: 624.23 FL "ST-CL" 248+13.36, 29.00' RT BC, EL: 624.26 FL "ST-CL" 247+08.50, 29.00' RT HP, EL: 624.86 FL "ST-CL" 246+81.51, 29.00' RT "ST-CL" 246+79.00, 28.33' RT "ST-CL" 248+17.54, 47.91' RT BC, CONFORM, EL: 624.02 FL "ST-CL" 248+57.47, 49.60' RT CONFORM, EC, EL: 624.27 FL "ST-CL" 248+55.45, 45.13' RT PRC, EL: 624.29 FL "ST-CL" 248+53.44, 40.80' RT BC, EL: 624.30 FL "ST-CL" 248+53.40, 39.26' RT BC, EL: 624.30 FL "ST-CL" 248+63.40, 29.00' RT EC, EL: 624.35 FL "ST-CL" 248+66.01, 29.00' RT BC, HP, EL: 624.36 FL "ST-CL" 248+70.15, 30.65' RT PRC, EL: 624.31 FL "ST-CL" 248+75.03, 32.31' RT CONFORM, EL: 624.24 FL "ST-CL" 248+68.00, 29.00' LT BC, EL: 624.30 FL"ST-CL" 247+71.73, 7.00' LT BC, EL: 625.32 AC "ST-CL" 247+97.50, 7.00' RT EC, EL: 625.10 AC "ST-CL" 247+25.85, 7.00' RT BC, EL: 625.40 FL "ST-CL" 247+00.08, 7.00' LT EC, EL: 625.51 AC "ST-CL" 247+99.02, 2.77' LT PCC, EL: 625.25 AC "ST-CL" 248+69.97, 29.61' LT EC, EL: 624.29 FL "ST-CL" 248+72.87, 31.59' LT BC, EL: 624.29 FL "ST-CL" 248+51.00, 29.00' LT EL: 624.38 TC EL: 624.34 FL 1. 6 % 1. 6 % 1. 5 % 1. 5 % 9. 3 % "ST-CL" 248+68.00, 41.25' LT EL: 624.98 BSW "ST-CL" 248+51.00, 41.25' LT EL: 625.03 BSW "ST-CL" 247+99.48, 40.10' LT EL: 625.13 BSW "ST-CL" 248+17.97, 40.15' LT EL: 625.09 BSW 1. 4 % 0. 7 % 1. 1 % 1. 5 % "ST-CL" 248+74.26, 32.31' RT EC, EL: 624.25 FL "ST-CL" 248+19.52, 41.00' RT EC, EL: 624.21 FL "ST-CL" 248+18.53, 44.45' RT PRC, EL: 624.11 FL "ST-CL" 248+06.50, 29.00' RT GB, EL: 624.28 FL "ST-CL" 246+75.39, 26.24' RT 1. 5 % 5. 5 ' 8. 3 % 0.8% 18' 0. 8 % 1. 5 % "ST-CL" 248+00.50, 29.00' RT EL: 624.32 FL "ST-CL" 247+97.50, 29.00' RT EL: 624.38 TC EL: 624.34 FL "ST-CL" 247+79.50, 29.00' RT EL: 624.48 TC EL: 624.44 FL "ST-CL" 247+76.50, 29.00' RT EL: 624.46 FL 1. 5 % 5. 5 ' 9. 1 % 0.6% 18' "ST-CL" 247+54.00, 29.00' RT EL: 624.59 FL "ST-CL" 247+51.00, 29.00' RT EL: 624.65 TC EL: 624.61 FL "ST-CL" 247+33.00, 29.00' RT EL: 624.76 TC EL: 624.72 FL "ST-CL" 247+30.00, 29.00' RT EL: 624.73 FL 1. 3 % 1. 5 % "ST-CL" 247+33.00, 34.50' RT EL: 625.25 PCC "ST-CL" 247+51.00, 34.50' RT EL: 625.14 PCC "ST-CL" 247+25.54, 38.36' RT AP, EL: 625.40 BSW "ST-CL" 247+33.00, 42.31' RT AP, EL: 625.37 BSW "ST-CL" 247+51.00, 42.35' RT AP, EL: 625.26 BSW "ST-CL" 247+55.20, 38.27' RT AP, EL: 625.22 BSW "ST-CL" 247+77.28, 38.30' RT AP, EL: 625.09 BSW "ST-CL" 247+76.05, 38.21' RT AP, EL: 625.09 BSW "ST-CL" 247+84.51, 42.30' RT AP, EL: 625.03 BSW "ST-CL" 247+09.97, 38.26' RT EL: 625.49 BSW 0.5%0.3% 0.3%0.6%0.3% 2. 5 % 1.2 % 0.3% L39 L40 C35 L41 C36 C3 7 C 3 8 L4 2 C3 9 C4 0 C41 L43 C42 L44 C 4 3 C 4 4 L4 5 C45 L46 C46 C47 L47 LINE TABLE LINE # L39 L40 L41 L42 L43 L44 L45 L46 L47 LENGTH 174.42 71.65 71.65 6.16 3.51 0.18 1.54 2.61 0.76 BEARING N1°56'35"W S1°56'35"E N1°56'35"W S86°34'35"W N36°17'18"W N1°56'48"W S86°34'35"W N1°56'35"W N1°44'22"W CURVE TABLE CURVE # C35 C36 C37 C38 C39 C40 C41 C42 C43 C44 C45 C46 C47 LENGTH 27.72 27.72 14.17 9.27 3.65 3.64 2.10 2.10 4.89 4.91 15.97 4.56 4.54 RADIUS 90.00 90.00 5.00 6.00 6.00 6.00 3.50 3.50 6.00 6.00 10.00 6.00 6.00 DELTA 17°38'50" 17°38'47" 162°21'10" 88°31'10" 34°51'06" 34°44'37" 34°20'10" 34°20'30" 46°40'39" 46°54'54" 91°28'50" 43°34'36" 43°22'22" 20 2 3 - 0 2 - 2 2 5: 5 1 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - D E T - 0 4 0 1 T H R U 0 4 0 8 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L N020'10' ST A 2 4 7 + 0 0 M A T C H L I N E S E E D W G C - 4 0 7 C-408 52 RO A D W A Y & S I D E W A L K G R A D I N G CO N S T R U C T I O N D E T A I L S - 8 RB JS CONSTRUCTION DETAILS - 8 SCALE: 1" = 10' Page 196 of 551 S "ST-CL" 208+79.71, 51.88' RT BC, CONFORM, EL: 611.27 FL "ST-CL" 208+99.33, 28.13' RT EC, EL: 611.89 FL "ST-CL" 208+98.14, 34.61' RT EL: 612.26 PCC "ST-CL" 208+93.33, 35.96' RT EL: 612.20 PCC "ST-CL" 208+87.16, 45.37' RT EL: 612.01 PCC "ST-CL" 208+80.24, 42.24' RT EL: 611.44 TC/FL "ST-CL" 208+82.30, 37.68' RT EL: 611.50 TC/FL "ST-CL" 208+91.57, 29.70' RT EL: 611.79 TC/FL "ST-CL" 208+96.38, 28.35' RT EL: 611.85 TC/FL "ST-CL" 208+91.13, 58.48' RT CONFORM, EL: 611.81 PCC "ST-CL" 209+19.06, 44.68' RT CONFORM, EL: 612.58 PCC "ST-CL" 208+89.22, 40.81' RT EL: 612.07 PCC "ST-CL" 209+20.59, 28.11' RT CONFORM, EL: 612.49 FL "ST-CL" 209+19.04, 28.69' RT CONFORM, EL: 612.65 PCC 7.3 % 6 . 2 % 8.4% 5.7% 8.3% 7. 8 % 1.0% 0 . 6 % 1. 3 % 1. 0 % 1.2 % 1.2% 4.2 % 4 . 8 % 1.2 % 1.2% 8. 3 % 8.3% 8. 2 % "ST-CL" 208+86.66, 32.67' RT EL: 612.07 TC EL: 611.65 FL "ST-CL" 208+87.32, 32.15' RT EL: 612.09 TC EL: 611.67 FL "ST-CL" 208+78.40, 41.41' RT EL: 611.52 LG "ST-CL" 208+80.46, 36.85' RT EL: 611.58 LG "ST-CL" 208+91.02, 27.76' RT EL: 611.89 LG "ST-CL" 208+99.33, 28.13' RT EC, EL: 611.89 FL "ST-CL" 208+95.84, 26.41' RT EL: 611.94 LG "ST-CL" 209+03.13, 28.12' RT EL: 611.94 FL "ST-CL" 208+79.38, 47.12' RT EL: 611.35 FL 1.7% 1.5 % 5' 5' 3' (T Y P ) (0.4%) ( 3 . 6 % ) 1.3% 1. 7 % 2. 3 % "ST-CL" 209+07.23, 58.84' RT CONFORM, EL: 612.05 PCC "ST-CL" 208+96.62, 51.03' RT CONFORM, EL: 612.05 PCC S S "ST-CL" 208+32.34, 39.83' RT EC, EL: 612.00 FL "ST-CL" 208+31.18, 36.85' RT EL: 612.01 TC/FL "ST-CL" 208+28.35, 33.75' RT EL: 612.03 TC/FL "ST-CL" 208+33.36, 34.86' RT EL: 612.14 LG "ST-CL" 208+30.53, 31.76' RT EL: 612.15 LG "ST-CL" 208+14.84, 49.98' RT CONFORM, EL: 612.78 PCC 7.3% 4.2% 1. 4 % 0. 5 % 7.1% 7 . 2 % 8.3% 8. 3 % "ST-CL" 208+22.55, 31.90' RT BC, EL: 612.47 TC EL: 612.05 FL 1.6% 1.7% "ST-CL" 208+22.96, 38.68' RT EL: 612.54 PCC "ST-CL" 208+25.80, 41.78' RT EL: 612.56 PCC "ST-CL" 208+07.12, 31.78' RT CONFORM, EL: 612.11 FL "ST-CL" 208+34.48, 49.96' RT CONFORM, EL: 611.96 FL "ST-CL" 208+14.90, 31.90' RT EL: 612.08 FL 0. 6 % "ST-CL" 208+14.90, 41.83' RT CONFORM, EL: 612.63 PCC 1. 8 % "ST-CL" 208+32.98, 42.87' RT EL: 611.99 FL 4. 2 ' ( M I N ) 3' (T Y P ) (0.1%) ( 1 . 7 % ) 0.4% 0 . 4 % 20 2 3 - 0 2 - 2 2 8: 2 9 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - D E T - 0 4 0 9 T H R U 0 4 1 2 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L C-409 53 CU R B R A M P S CO N S T R U C T I O N D E T A I L S - 9 RB JS 2 NE CORNER OF S STATE STREET AND E GOBBI STREET SCALE: 1" = 5'-0" 1 SE CORNER OF S STATE STREET AND E GOBBI STREET SCALE: 1" = 5'-0" N020'10' N020'10' S S T A T E S T E G O B B I S T S S T A T E S T E G O B B I S T Page 197 of 551 "ST-CL" 217+55.86, 26.50' RT BC, EL: 618.15 FL "ST-CL" 217+58.36, 25.83' RT EC, EL: 618.19 FL "ST-CL" 217+69.90, 19.17' RT BC, EL: 618.40 FL "ST-CL" 217+72.40, 18.50' RT EC, EL: 618.44 FL "ST-CL" 217+76.06, 18.50' RT HP, BC, EL: 618.50 FL "ST-CL" 217+86.04, 29.13' RT EC, EL: 618.16 FL "ST-CL" 217+85.54, 37.06' RT GB, EL: 618.13 FL "ST-CL" 217+84.68, 50.82' RT CONFORM, EL: 617.86 FL "ST-CL" 217+69.85, 35.16' RT CONFORM, EL: 618.87 PCC "ST-CL" 217+76.86, 35.24' RT CONFORM, EL: 618.75 PCC "ST-CL" 217+79.34, 36.67' RT CONFORM, EL: 618.72 PCC "ST-CL" 217+78.57, 50.44' RT CONFORM, EL: 618.42 PCC "ST-CL" 217+74.00, 27.08' RT AP, EL: 618.78 PCC "ST-CL" 217+75.46, 24.96' RT EL: 618.75 TC/PCC 3.8 % 0. 8 % 4 . 1 % 4.2 % 8.3% 1.2% 8. 3 % "ST-CL" 217+79.49, 19.11' RT EL: 618.47 FL "ST-CL" 217+84.77, 20.25' RT EL: 618.52 LG 0. 8 % 1.2% 1.5% ?? ? 0. 4 % 1.5% "ST-CL" 217+79.58, 27.79' RT EL: 618.72 PCC "ST-CL" 217+80.65, 17.42' RT EL: 618.55 LG "ST-CL" 217+83.61, 21.94' RT EL: 618.43 TC/FL "ST-CL" 217+86.04, 27.88' RT EL: 618.20 FL "ST-CL" 217+54.26, 35.14' RT CONFORM, EL: 618.76 PCC "ST-CL" 217+69.85, 27.08' RT EL: 618.84 PCC 1.1% 3' ( T Y P ) 5' 0.9% 1.6% 3 . 5 % 0. 3 % 2. 0 % "ST-CL" 217+66.94, 28.45' LT GB, EL: 618.45 TC/FL "ST-CL" 217+70.14, 32.41' LT GB, EL: 618.52 TC/FL "ST-CL" 217+70.80, 38.58' LT EC, EL: 618.68 FL "ST-CL" 217+61.01, 26.50' LT BC, EL: 618.37 FL "ST-CL" 217+42.52, 26.50' LT GB, EL: 618.16 FL 6. 6 % 4. 2 % "ST-CL" 217+61.34, 33.52' LT EL: 618.96 PCC "ST-CL" 217+57.10, 35.08' LT AP, EL: 618.95 BSW "ST-CL" 217+63.74, 42.50' LT AP, EL: 619.34 BSW 1.5% 1. 5 % 1. 2 % 1. 5 %1.2% "ST-CL" 217+68.46, 27.09' LT EL: 618.53 LG "ST-CL" 217+71.69, 31.02' LT EL: 618.60 LG "ST-CL" 217+69.69, 43.76' LT GB, EL: 618.75 FL "ST-CL" 217+67.66, 43.33' LT EL: 619.28 PCC "ST-CL" 217+42.52, 35.08' LT EL: 618.78 BSW 4. 2 ' 3' ( T Y P ) 5.1' 1.0% 6.7% 3 . 3 % 8. 7 % "ST-CL" 217+64.68, 37.24' LT EL: 619.04 PCC "ST-CL" 217+66.87, 39.70' LT EL: 619.27 PCC "ST-CL" 217+68.35, 40.01' LT EL: 619.25 PCC 7.4 % "ST-CL" 217+58.21, 36.32' LT EL: 619.01 BSW "ST-CL" 217+61.55, 40.04' LT EL: 619.09 BSW "ST-CL" 217+70.40, 40.44' LT GB, EL: 618.73 FL 1.1% 1.1% 3 . 3 % 0 . 9 % 1. 5 % D "ST-CL" 240+57.62, 27.24' LT EL: 626.44 FL "ST-CL" 240+56.85, 33.19' LT EL: 626.38 TC/FL "ST-CL" 240+55.63, 26.99' LT EL: 626.52 LG "ST-CL" 240+54.86, 32.94' LT EL: 626.46 LG "ST-CL" 240+67.46, 19.00' LT EC, EL: 626.45 FL "ST-CL" 240+65.05, 28.19' LT EL: 626.83 TC/PCC "ST-CL" 240+64.29, 34.14' LT EL: 626.90 PCC "ST-CL" 240+54.97, 47.85' LT CONFORM, EL: 626.40 FL "ST-CL" 240+62.70, 49.00' LT CONFORM, AP, EL: 627.03 BSW "ST-CL" 240+64.02, 40.13' LT AP, EL: 626.95 BSW 5.9% 4.2%1 . 0 % 6 . 1 % 0 . 9 % 1.8% 1.7% 1. 2 % "ST-CL" 240+57.54, 27.73' LT BC, EL: 626.43 TC/FL 8.3% 8. 3 % 1. 7 % "ST-CL" 240+55.76, 41.67' LT LP, EL: 626.29 FL "ST-CL" 240+56.21, 38.15' LT EL: 626.33 FL "ST-CL" 240+70.46, 19.00' LT BC, EL: 626.37 FL "ST-CL" 240+72.96, 19.67' LT EC, EL: 626.31 FL "ST-CL" 240+63.80, 19.69' LT HP, EL: 626.54 FL "ST-CL" 240+85.65, 27.00' LT LP, EL: 625.94 FL CL CURB OPENING "ST-CL" 240+87.96, 28.33' LT BC, EL: 625.95 FL "ST-CL" 240+90.46, 29.00' LT EC, EL: 625.96 FL "ST-CL" 240+72.83, 29.18' LT BC, EL: 626.72 TC/PCC "ST-CL" 240+79.16, 29.58' LT EC, EL: 626.63 TC/PCC 1. 5 % "ST-CL" 240+86.81, 29.58' LT AP, EL: 626.51 TC/PCC "ST-CL" 240+63.61, 42.85' LT EL: 626.92 BSW "ST-CL" 240+90.49, 40.06' LT EL: 626.62 BSW "ST-CL" 240+95.01, 40.05' LT EL: 626.63 BSW "ST-CL" 240+58.04, 25.64' LT EL: 626.46 FL CL CURB OPENING 3' (TYP) 6 ' 1 . 0 % 1 . 0 % 2.5% 2.5% 0.4%0.2% 20 2 3 - 0 2 - 2 2 8: 3 0 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - D E T - 0 4 0 9 T H R U 0 4 1 2 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L C-410 54 CU R B R A M P S CO N S T R U C T I O N D E T A I L S - 1 0 RB JS 4 SE CORNER OF S STATE STREET AND E MILL STREET SCALE: 1" = 5'-0" N020'10' 3 SW CORNER OF S STATE STREET AND W MILL STREET SCALE: 1" = 5'-0" N020'10' 5 NW CORNER OF N STATE STREET AND W HENRY STREET SCALE: 1" = 5'-0" N020'10' S S T A T E S T W M I L L S T E M I L L S T S S T A T E S T W H E N R Y S T N S T A T E S T Page 198 of 551 D "ST-CL" 246+45.22, 19.03' LT EL: 624.96 TC/FL "ST-CL" 246+54.48, 28.29' LT EC, EL: 624.77 FL "ST-CL" 246+39.22, 19.00' LT EL: 624.99 FL "ST-CL" 246+37.50, 19.00' LT EC, HP, EL: 624.99 FL "ST-CL" 246+35.00, 19.67' LT BC, EL: 624.98 FL "ST-CL" 246+20.00, 28.33' LT EC, EL: 624.91 FL "ST-CL" 246+17.50, 29.00' LT BC, EL: 624.92 FL "ST-CL" 246+51.05, 21.44' LT EL: 624.87 FL "ST-CL" 246+39.22, 29.58' LT AP, EL: 625.45 TC/PCC "ST-CL" 246+33.29, 40.03' LT AP, EL: 625.55 BSW "ST-CL" 246+44.51, 19.00' LT BC, EL: 624.96 TC/FL "ST-CL" 246+39.22, 17.00' LT EL: 625.07 LG "ST-CL" 246+45.22, 17.05' LT EL: 625.04 LG 7. 5 % 0.4% 6.3% 4. 2 % 8.3 % 1. 1 % 1 . 6 % 7.5% 1. 5 % 7. 8 % 4.2% 8. 3 % 8.3% 1. 4 % 8. 4 % "ST-CL" 246+55.03, 36.00' LT EL: 624.74 TC/FL "ST-CL" 246+55.46, 42.00' LT EL: 624.83 TC/FL "ST-CL" 246+55.92, 48.44' LT EL: 624.92 FL "ST-CL" 246+57.04, 36.00' LT EL: 624.82 LG "ST-CL" 246+57.47, 42.00' LT EL: 624.92 LG "ST-CL" 246+46.68, 36.00' LT EL: 625.39 PCC "ST-CL" 246+46.68, 42.00' LT EL: 625.43 PCC "ST-CL" 246+50.61, 53.61' LT AP, EL: 625.52 BSW "ST-CL" 246+50.79, 56.16' LT CONFORM, EL: 625.58 BSW "ST-CL" 246+56.44, 55.75' LT CONFORM, EL: 624.94 FL "ST-CL" 246+23.61, 26.25' LT LP, EL: 624.89 FL CL CURB OPENING "ST-CL" 246+22.03, 29.58' LT AP, EL: 625.42 TC/PCC "ST-CL" 246+54.86, 33.62' LT LP, EL: 624.70 FL "ST-CL" 246+55.86, 47.60' LT GB, EL: 624.91 FL "ST-CL" 246+45.22, 25.10' LT EL: 625.41 PCC "ST-CL" 246+39.22, 25.10' LT EL: 625.44 TC/PCC "ST-CL" 246+54.60, 29.97' LT EL: 624.75 FL 0. 5 % "ST-CL" 246+17.51, 40.04' LT EL: 625.58 BSW 1.7% 1. 4 % 6' 3' ( T Y P ) 6' 3' (TYP) 0.4% 0.6 % 0.5% 1.3 % 0. 4 % (1 . 0 % ) D S "ST-CL" 245+91.50, 29.00' RT BC, EL: 625.03 FL "ST-CL" 245+94.00, 28.33' RT EC, EL: 625.04 FL "ST-CL" 246+09.00, 19.67' RT BC, EL: 625.11 FL "ST-CL" 246+11.50, 19.00' RT EC, HP, EL: 625.12 FL "ST-CL" 246+46.22, 29.58' RT AP, EL: 625.37 TC/PCC "ST-CL" 246+38.24, 19.00' RT EL: 625.00 FL "ST-CL" 246+46.21, 19.00' RT EL: 624.97 FL "ST-CL" 246+38.22, 17.00' RT EL: 625.08 LG "ST-CL" 246+46.22, 17.00' RT EL: 625.05 LG "ST-CL" 246+61.50, 19.00' RT BC, EL: 624.90 FL "ST-CL" 246+64.00, 19.67' RT EC, EL: 624.87 FL "ST-CL" 246+79.00, 28.33' RT BC, EL: 624.76 FL "ST-CL" 246+81.50, 29.00' RT EC, EL: 624.77 FL 4. 5 % 4. 2 % 0.4% 1. 3 % 0.3% "ST-CL" 246+75.39, 26.24' RT LP, EL: 624.74 FL CL CURB OPENING "ST-CL" 246+38.22, 24.58' RT EL: 625.33 TC/PCC "ST-CL" 246+46.22, 24.58' RT EL: 625.30 TC/PCC "ST-CL" 245+96.02, 29.58' RT AP, EL: 625.51 TC/PCC "ST-CL" 246+38.22, 29.58' RT AP, EL: 625.39 TC/PCC "ST-CL" 246+76.98, 29.58' RT AP, EL: 625.28 TC/PCC 0. 9 % 1. 5 % 8. 3 % 8. 3 % "ST-CL" 246+34.67, 38.21' RT CONFORM, EL: 625.50 BSW "ST-CL" 246+81.47, 38.21' RT EL: 625.40 BSW "ST-CL" 247+04.79, 38.27' RT EL: 625.48 BSW 1. 3 % "ST-CL" 245+86.06, 38.29' RT CONFORM, EL: 625.66 BSW "ST-CL" 245+97.18, 26.49' RT EL: 625.05 FL CL CURB OPENING "ST-CL" 246+35.64, 19.00' RT EL: 625.01 FL CL CURB OPENING "ST-CL" 246+24.57, 19.00' RT EL: 625.06 FL CL CURB OPENING "ST-CL" 246+64.86, 20.17' RT EL: 624.86 FL CL CURB OPENING "ST-CL" 246+48.81, 19.00' RT EL: 624.95 FL CL CURB OPENING3' ( T Y P ) 8' 0.4% 0.4% 0.4% 1.0 % 0.3% D "ST-CL" 246+83.71, 42.00' LT EL: 624.78 TC/FL "ST-CL" 246+81.71, 42.00' LT EL: 624.86 LG "ST-CL" 246+81.96, 36.00' LT EL: 624.78 LG "ST-CL" 246+84.04, 36.00' LT EL: 624.69 TC/FL "ST-CL" 246+83.59, 39.46' LT BC, EL: 624.74 TC/FL "ST-CL" 246+93.58, 29.00' LT EC, EL: 624.64 FL "ST-CL" 246+91.09, 36.00' LT EL: 625.22 PCC "ST-CL" 246+91.09, 42.00' LT EL: 625.31 PCC "ST-CL" 246+84.03, 49.02' LT EL: 624.91 FL "ST-CL" 246+87.30, 31.21' LT EL: 624.67 FL "ST-CL" 246+84.25, 53.81' LT CONFORM, EL: 625.00 FL "ST-CL" 246+90.27, 53.54' LT CONFORM, EL: 625.53 BSW "ST-CL" 246+90.09, 51.54' LT AP, EL: 625.48 BSW "ST-CL" 247+00.12, 40.06' LT AP, EL: 625.31 BSW 7.1% 1. 5 % 4.1% 1.5% 1.2% 8.9% "ST-CL" 246+96.00, 29.00' LT LP, EL: 624.64 FL "ST-CL" 247+08.50, 29.00' LT HP, EL: 624.70 FL "ST-CL" 247+09.69, 40.05' LT EL: 625.36 BSW 1. 4 % 1.4% 8 . 2 % 8. 4 % 3' (TYP) 6' 1. 8 % 1. 5 % 0.3% 0.5%0.3% (0 . 9 % ) 20 2 3 - 0 2 - 2 2 8: 3 1 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - D E T - 0 4 0 9 T H R U 0 4 1 2 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L C-411 55 CU R B R A M P S CO N S T R U C T I O N D E T A I L S - 1 1 RB JS 6 SW CORNER OF N STATE STREET AND SCOTT STREET SCALE: 1" = 5'-0" 8 EAST SIDE OF N STATE STREET AND SCOTT STREET SCALE: 1" = 5'-0" 7 NW CORNER OF N STATE STREET AND SCOTT STREET SCALE: 1" = 10'-0" 0 20'10'N 0 20'10'N N020'10' SC O T T S T N S T A T E S T N S T A T E S T SC O T T S T N S T A T E S T Page 199 of 551 S "ST-CL" 248+13.36, 29.00' RT BC, EL: 624.26 FL "ST-CL" 248+06.53, 29.05' RT EL: 624.29 TC/FL "ST-CL" 248+06.50, 36.00' RT EL: 624.80 PCC "ST-CL" 248+06.50, 41.00' RT EL: 624.86 PCC "ST-CL" 248+12.45, 48.01' RT CONFORM, EL: 624.56 BSW "ST-CL" 248+06.38, 42.40' RT AP, EL: 624.87 BSW "ST-CL" 248+19.39, 36.00' RT EL: 624.22 FL "ST-CL" 248+21.52, 41.00' RT EL: 624.29 LG 1.1% "ST-CL" 248+19.36, 34.84' RT EC, EL: 624.23 FL "ST-CL" 248+11.50, 29.00' RT EL: 624.27 FL "ST-CL" 248+11.50, 27.00' RT EL: 624.35 LG"ST-CL" 248+06.50, 27.00' RT EL: 624.37 LG "ST-CL" 248+00.50, 29.00' RT EL: 624.32 FL "ST-CL" 248+11.50, 41.00' RT EL: 624.81 PCC "ST-CL" 248+17.54, 47.90' RT BC, CONFORM, EL: 624.02 FL "ST-CL" 248+18.53, 44.45' RT PRC, EL: 624.11 FL "ST-CL" 248+19.52, 41.00' RT EC, EL: 624.21 TC/FL "ST-CL" 248+17.78, 46.07' RT EL: 624.07 FL "ST-CL" 248+21.39, 36.00' RT EL: 624.31 LG 8. 3 % 4. 2 % 8.3 % 4.2% 6.9 % 8.3% 1. 1 % 3. 4 % 1. 5 % 8.2% 6.7 % 7.1% 7. 3 % "ST-CL" 248+08.44, 44.29' RT EL: 624.80 BSW 1.0% "ST-CL" 248+11.50, 36.00' RT EL: 624.78 TC/PCC 0.4% 0. 3 % 3' (TYP) 5' 5' 3' ( T Y P ) 0.6% 0. 3 % 2. 5 % (1 . 2 % ) "ST-CL" 248+53.86, 36.00' RT EL: 624.31 FL "ST-CL" 248+57.47, 49.60' RT CONFORM, EL: 624.27 FL "ST-CL" 248+52.30, 36.00' RT EL: 624.37 LG "ST-CL" 248+51.95, 41.00' RT EL: 624.36 LG 7.0% 0. 5 % 0. 3 % 0 . 2 % 8 . 3 % 0.8% 0. 7 % 0.8% 1. 5 % "ST-CL" 248+61.16, 41.00' RT EL: 624.84 PCC "ST-CL" 248+66.16, 36.00' RT EL: 624.90 PCC "ST-CL" 248+61.19, 36.02' RT EL: 624.86 TC/PCC "ST-CL" 248+62.31, 47.93' RT AP, EL: 624.76 BSW "ST-CL" 248+72.03, 38.13' RT AP, EL: 625.04 BSW "ST-CL" 248+75.03, 38.15' RT CONFORM, EL: 625.06 BSW "ST-CL" 248+75.03, 32.31' RT CONFORM, EL: 624.24 FL "ST-CL" 248+62.36, 49.47' RT CONFORM, EL: 624.75 BSW "ST-CL" 248+57.47, 49.44' RT EC, EL: 624.27 FL "ST-CL" 248+55.45, 45.13' RT PRC, EL: 624.29 FL "ST-CL" 248+53.44, 40.80' RT BC, EL: 624.30 TC/FL "ST-CL" 248+53.45, 41.00' RT EL: 624.30 TC/FL "ST-CL" 248+53.40, 39.26' RT BC, EL: 624.30 TC/FL "ST-CL" 248+56.19, 45.91' RT EL: 624.28 FL 1.1% 8.1% 4.1% 8. 3 % 8. 1 % 8. 2 % "ST-CL" 248+63.40, 29.00' RT EC, EL: 624.35 FL "ST-CL" 248+66.01, 29.00' RT BC, HP, EL: 624.36 FL "ST-CL" 248+74.26, 32.31' RT EC, EL: 624.25 FL "ST-CL" 248+70.15, 30.65' RT PRC, EL: 624.98 TC EL: 624.31 FL 3' (TYP) 5' 0.3%1.2 % (0.2%) (0 . 1 % ) "ST-CL" 247+99.50, 29.00' LT EL: 624.47 FL "ST-CL" 248+06.00, 29.00' LT EL: 624.46 FL "ST-CL" 248+06.00, 27.00' LT EL: 624.54 LG "ST-CL" 248+12.00, 27.00' LT EL: 624.53 LG "ST-CL" 248+05.99, 35.13' LT EL: 624.92 PCC "ST-CL" 248+11.99, 35.13' LT EL: 624.91 PCC "ST-CL" 248+18.00, 29.00' LT EL: 624.43 FL 8. 3 % 7.2%7.3% 4. 1 % 8. 3 % "ST-CL" 248+12.00, 29.00' LT EL: 624.44 LG 1. 5 % 1. 6 % 1. 5 % "ST-CL" 247+99.48, 40.10' LT EL: 625.13 BSW "ST-CL" 248+17.97, 40.15' LT EL: 625.09 BSW 7. 5 % "ST-CL" 248+05.99, 40.12' LT EL: 624.99 BSW "ST-CL" 248+11.99, 40.13' LT EL: 624.98 BSW "ST-CL" 248+27.71, 41.24' LT EL: 625.08 BSW "ST-CL" 248+27.71, 40.18' LT EL: 625.07 BSW 2.2%1.8% 6' 3' ( T Y P ) 0.3% 20 2 3 - 0 2 - 2 2 8: 3 2 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - D E T - 0 4 0 9 T H R U 0 4 1 2 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L C-412 56 CU R B R A M P S CO N S T R U C T I O N D E T A I L S - 1 2 RB JS 10 SE CORNER OF N STATE STREET AND NORTON STREET SCALE: 1" = 5'-0"11 NE CORNER OF N STATE STREET AND NORTON STREET SCALE: 1" = 5'-0" 0 20'10'N 0 20'10'N 9 WEST SIDE OF N STATE STREET AND NORTON STREET SCALE: 1" = 5'-0" 0 20'10'N N S T A T E S T NO R T O N S T N S T A T E S T N S T A T E S T NO R T O N S T Page 200 of 551 20 2 3 - 0 2 - 2 2 5: 5 8 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - D E T - 0 5 0 1 T H R U 0 5 0 3 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L C-501 57 CI V I L D E T A I L S - 1 RB JS 101 SCORE MARK DETAILS FOR SIDEWALK CURB, CURB & GUTTER NTS 102 SIDEWALK, CURB AND GUTTER AND DRIVEWAY APPROACH NTS 111 ADA RAMP NOT TO SCALE 140 STREET MONUMENT NOT TO SCALE 403 CURB INLET GUTTER DEPRESSION NOT TO SCALE 410 UNDER SIDEWALK DRAIN NOT TO SCALE Page 201 of 551 ROADWAY STRUCTURAL SECTION, SEE TYPICAL SECTIONS 6" CLASS II AB 2" M I N I M U M F R E E B O A R D 4" P O N D I N G D E P T H 18 " M I N . VARIES, SEE CONSTRUCTION DETAILS 6" CLASS II AB SIDEWALK SECTION PER CITY STD 102 12" 1' BIORETENTION CURB AND GUTTER SEE DETAIL THIS SHEET TC FL ENGINEERED SOIL PER PROJECT SPECIFICATIONS BIORETENTION VERTICAL CURB, SEE DETAIL THIS SHEET 30 MIL IMPERMEABLE LNER, TYP 4" SUB-ROUNDED COBBLE (12" MIN) FINISH WITH ARBOR MULCH AROUND PLANTS PLANTER RAIL, SEE LANDSCAPE PLANS 12" PVC DOME GRATE TO PVC FITTING STORM DRAIN CONNECTION TYPE VARIES. SEE UTILITY PLANS FOR DETAILS 12" RCP STORM DRAIN ELEVATION PLAN 6" 0.5' TAPER (TYP)1' 1.0' 2.0' 0.5'0.5' BIORETENTION CURB & GUTTER BIORETENTION AREA TOP OF CURB FL ELEVATION PLAN 6" 1.0' 0.5' (TYP) 1.0' 2.0' 0.5'0.5' BIORETENTION CURB & GUTTER TOP OF CURB FL BIORETENTION AREA 6"24" 1" 10" 36 " 6" 1" 4" 6" 2" FACE OF CURB 2"R=1 2" R=12" R=1" #4 REBAR, 12" O.C. (HORIZ), 2" CLR MIN #4 REBAR, 12" O.C. (VERT), 2" CLR MIN #4 REBAR, 12" O.C. MONOLITHIC POUR NO JOINT AT FLOWLINE 6" 7" 36 " 6" 1" FACE OF CURB 2" R=1 2" #4 REBAR, 10" O.C. (HORIZ), 2" CLR MIN #4 REBAR, 10" O.C. (VERT), 2" CLR MIN WIDTH VARIES SEE CONSTRUCTION DETAIL SHEETS INFLOW PAYMENT LIMITS BIORETENTION CURB AND GUTTER WIDTH VARIES SEE CONSTRUCTION DETAIL SHEETS 4" SUB-ROUNDED COBBLE 12" DUCTILE IRON DOME GRATE INLET STRUCTURE. SEE UTILITY PLANS FOR EXACT LOCATION. SEE LANDSCAPE PLANTING PLAN FOR PLANT SELECTION CURB AND GUTTER PER CITY STD 102 SEE LANDSCAPE MATERIAL PLANS, TYP (N) OR (E) STORM DRAIN PIPE. SEE UTILITY PLANS FOR DETAILS. BIORETENTION VERTICAL CURB GUTTER DEPRESSION AT INFLOW CURB OPENING, SEE DETAIL THIS SHEET. MEDIAN SECTION WITH STAMPED CONCRETE VARIES, SEE CONSTRUCTION DETAILS 8" MEDIAN CURB 4" STAMPED MINOR CONCRETE MEDIAN PAVING CLASS 2 AB (MATCH DEPTH OF STRUCTURAL SECTION) MEDIAN SECTION WITH LANDSCAPING 1' 2' 8" MEDIAN CURB STAMPED MINOR CONCRETE MEDIAN PAVING EXCAVATED MATERIAL PLANTED MEDIAN, SEE LANDSCAPE PLANS CLASS 2 AB (MATCH DEPTH OF STRUCTURAL SECTION) 1' A B STAMPED MINOR CONCRETE MEDIAN PAVING, TYP. PLANTED MEDIAN, SEE LANDSCAPE PLANS 8" MEDIAN CURB 20 2 3 - 0 2 - 2 2 5: 5 8 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - D E T - 0 5 0 1 T H R U 0 5 0 3 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L C-502 58 CI V I L D E T A I L S - 2 RB JS 6 MEDIAN ISLAND DETAIL NOT TO SCALE 2 TYPICAL INFLOW CURB OPENING NOT TO SCALE 3 TYPICAL OVERFLOW CURB OPENING NOT TO SCALE 1 TYPICAL BIORETENTION WITH OVERFLOW STRUCTURE NOT TO SCALE 4 BIORETENTION CURB AND GUTTER NOT TO SCALE 5 BIORETENTION VERTICAL CURB NOT TO SCALE NOTES: 1.POUR TOP OF BIORETENTION VERTICAL CURB FLUSH WITH ADJACENT SIDEWALK. SEE CONSTRUCTION DETAILS FOR GRADING INFORMATION. 2.LOCATION OF DOME GRATE COVER VARIES, TO CONFIRM LOCATION SEE UTILITY SHEETS. 3.SEE DETAIL 5 SHEET U-505 FOR CONNECTING TO NEW STORM DRAIN. 4.SEE DETAIL 6 SHEET U-505 FOR CONNECTING TO EXISTING STORM DRAIN.TYPICAL SECTION PLAN PLAN CROSS SECTION A CROSS SECTION B Page 202 of 551 2.5" (E) AC TO BE REMOVED 6' EDGE GRIND (E) CURB & GUTTER WHERE PRESENT (E) SUBGRADE (E) AC (E) AC SURFACE FINISHED HMA OVERLAY (E) AB 4" LIFT 2.5" LIFT (N) 2.5" HMA OVERLAY NO JOINT (N) HMA PAVEMENT (E) AC PAVEMENT (E) SUBGRADE (E) AC (E) AB (N) HMA (N) CLASS 2 AB PAVING FABRIC CONFORM GRIND LENGTH PER PLAN 2.5" 6" (TYP) SUBGRADE ENHANCEMENT GEOTEXTILE (E) AC TO BE REMOVED 20 2 3 - 0 2 - 2 2 5: 5 9 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - D E T - 0 5 0 1 T H R U 0 5 0 3 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L C-503 59 CI V I L D E T A I L S - 3 RB JS (E) AB (E) AC PAVEMENT VARIES (8'-20') 2.5" FINAL LIFT (E) PAVEMENT(N) STRUCTURAL SECTION 2.5" HMA CONFORM OVERLAY NO JOINT 1 TYPICAL CONFORM GRIND NOT TO SCALE 6" (TYP) (N) PAVING FABRIC (N) PAVEMENT TO (E) PAVEMENT SUBGRADE ENHANCEMENT GEOTEXTILE (N) OVERLAY TO (E) PAVEMENT 2.5" CONFORM GRIND/HMA OVERLAY (E) AB (E) AC PAVEMENT(E) AC TO BE REMOVED (E) AC TO BE REMOVED 2 HMA PAVEMENT / HMA OVERLAY CONFORM NOT TO SCALE 3 EDGE GRIND NOT TO SCALE 2.5" GRIND/HMA OVERLAY 2.5" HMA OVERLAY CONFORM GRIND LENGTH PER PLAN 6" MIN T H I C K N E S S T Y P SECTION SEE NOTES SIDEWALK WIDTH VARIES-SEE PLANS 7" 6" 2'-0" CL 2 AB AT MIN 95% RELATIVE COMPACTION 1" LIP 3" 3' VARIES , S E E C O N S T R U C T I O N D E T A I L S DEEP J O I N T PLAN #4 REBAR AT 18" O.C. (EACH WAY) 2- 1 / 4 " GEOTEXTILE FABRIC CURB AND GUTTER 2% MAX 3" 4' MIN M A X 2 % 4' MIN CL 2 AB ROCK DEPTH UNDER THE CURB AND GUTTER SHALL BE EQUIVALENT TO THE STREET SECTION DEPTH AT MIN 95% RELATIVE COMPACTION TOP 6" OF SUBGRADE AT MIN 90% RELATIVE COMPACTION 5' MIN T O F I R E H Y D R A N T , STREE T L I G H T , S E W E R LATER A L , O R W A T E R S E R V I C E NOTES: 1. PORTLAND CEMENT CONCRETE SHALL CONFORM TO "MINOR CONCRETE" OF THE CALTRANS STANDARD SPECIFICATIONS. CEMENT CONTENT SHALL BE A MINIMUM OF 5 SACKS OF CEMENT PER CUBIC YARD OF CONCRETE. 2. UNLESS OTHERWISE PERMITTED, SAWCUT AND REPLACE EXISTING PAVEMENT A MINIMUM OF 18" BEYOND LIP OF GUTTER. 3. SCORE LINES SHALL BE 1/4" DEEP. 4. DEEP JOINTS SHALL BE 1" MIN DEEP EXTENDING THROUGH CURB AND GUTTER. 5. DEEP JOINTS SHALL ALSO BE LOCATED AT CURB RETURNS, AT EACH EDGE OF UTILITY BOXES, STREET LIGHTS, AND AT EACH END OF DRIVEWAYS AND CENTER OF DRIVEWAY. 6. ANY CURB, GUTTER AND SIDEWALK AREA TO BE REPLACED SHALL BE DOWELED TO EXISTING CURB WITH #4 REBAR AT 2' O.C., MIN 9" LONG WITH 3" MIN EMBEDMENT. 7. REMOVAL OF EXISTING SIDEWALK, CURB OR GUTTER TO BE MADE TO NEAREST SCORE LINE OR DEEP JOINT. 8. ANY UTILITY BOX OR LID WITHIN 5 FEET OF THE LIMITS OF THE DRIVEWAY SHALL BE TRAFFIC-RATED. SCORE L I N E 6" SEE GUTTER LIP DETAIL GUTTER LIP DETAIL AC 1/ 4 " 1" BATTER FL BO C BOC BACK OF CURB FL FLOWLINE ABBREVIATIONS CL 4 DRIVEWAY APPROACH NOT TO SCALE 1.FOR UTILITY TRENCHES WITHIN ROADWAY RECONSTRUCTION LIMITS, HMA AND AB DEPTHS SHALL MATCH THE PROPOSED STRUCTURAL SECTION SHOWN IN PLANS. 2.TACK COAT (ASPHALTIC EMULSION) SHALL BE APPLIED PRIOR TO PLACING HMA. 3.REMOVE ADDITIONAL PAVEMENT TO A PAINTED LINE STRIPE, A LIP OF GUTTER, A CURB, AN HMA SURFACE COURSE, AN (E) PAVEMENT PATCH, OR AN EDGE OF PAVEMENT, IF SUCH FEATURE IS WTHIN 3 FEET OF FINAL SAWCUT. 4.ALL MATERIALS, WORKMANSHIP, TESTING, AND INSPECTONS SHALL COMPLY WITH CALTRANS STANDARD SPECIFICATIONS AND PROJECT-SPECIFIC SPECIAL PROVISIONS. 5.REFER TO STD DETAIL 220/U-501 FOR SEWER MAIN TRENCH. REFER TO STD DETAIL 320/U-503 FOR WATER MAIN TRENCH. 6.MAIN TRENCHES REQUIRING RESTORATION INCLUDE BUT NOT LIMITED TO THOSE SHOWN IN THIS DETAIL. PERMANENT ROADWAY TRENCH RESTORATION DETAIL5 NOT TO SCALE 7" HMA OR PER PLANS TRENCH DETAIL PER CITY STD 220/320 (SEE NOTE 5) (E) HMA (VARIES 4" - 7" THICK) (SEE NOTE 1) (E) HMA (VARIES 4" - 7" THICK) (SEE NOTE 1) (E) AGG BASE (VARIES 12" THICK) (E) SUBGRADE(E) SUBGRADE (E) AGG BASE (VARIES 12" THICK) 24" MIN 24" MIN TRENCH WIDTH PER CITY STANDARD12"12" 6" MIN SCARIFY AND COMPACT SUBGRADE TO 95% RC (TYP) TACK COAT (SEE NOTE 2)EG (E) CLASS 2 AB THICKNESS OR 12" MIN, WHICHEVER IS GREATER, COMPACTED TO 95% RC (TYP) VERTICAL SAWCUT. CUT BACK EDGES & JOINTS HMA MIN DEPTH 0.2' NOTES: 6" VERTICAL CURB DETAIL7 NOT TO SCALE 6" 8" 16 " 8" 2" MEDIAN CURB DETAIL6 NOT TO SCALE R=12" SLOPE AC TOP 12" OF SUBGRADE AT MIN 90% RC CLASS 2 AB ROCK DEPTH UNDER THE CURB SHALL BE EQUIVALENT TO THE STREET SECTION DEPTH COMPACTED AT MIN 95% RC 1.SUBDRAINS MAY BE REQUIRED IN LANDSCAPE MEDIANS. 2.PORTLAND CEMENT CONCRETE SHALL CONFORM TO "MINOR CONCRETE" OF THE CALTRANS STANDARD SPECIFICATIONS. CEMENT CONTENT SHALL BE A MINIMUM OF 5 SACKS OF CEMENT PER CUBIC YARD OF CONCRETE. NOTES: 6 MIL. VISQUEEN MOISTURE BARRIER FG R=1/2" (TYP) 2" CLASS 2 AGGREGATE BASE FOR INSTALLATION ADJACENT TO CONCRETE SIDEWALK OR RAMP ONLY, NOT ADJACENT TO ASPHALT ROADWAY NOTES: 6" 6" 6" 12" Page 203 of 551 CH E R R Y S T STA: 195+13.06 LT R81(CA) R81B(CA) R26(CA) STA: 196+59.00 LT R26(CA) STA: 195+89.86 LT STA: 195+01.76 R R81(CA) R81A(CA) R26(CA) STA: 195+25.67 R STA: 196+65.94 R 193+00 194+00 195+00 196+00 STA: 194+93.53 LT STA: 194+93.53 LT STA: 194+93.53 LT STA: 194+93.53 R STA: 194+93.53 R STA: 194+93.53 R STA: 194+93.53 R 11 ' 6' 6' 11 ' 11 ' 182 LF 182 LF 158 LF 158 LF 182 LF 54 LF 54 LF S STATE ST "ST-CL" LINE 8 22 39 27B 8 39 27B 13 LF 27C10 LF27C STA: 195+03.48 LT STA: 195+56.17 R STA: 195+86.28 R STA: 196+39.44 R 63LF27B 63LF39 36 LF 27C 30 LF27C CH E R R Y S T 11 ' 4' 4' STA: 196+61.20 LT STA: 195+97.91 LT STA: 195+52.38 LT STA: 198+12.82 LT R26(CA) STA: 198+69.67 LT STA: 199+74.36 LT R26(CA)STA: 199+81.74 LT STA: 196+77.58 R R26(CA)STA: 198+18.42 R STA: 198+12.69 R R26(CA) STA: 197+20.47 LT STA: 199+39.90 R R26(CA) STA: 199+70.90 R STA: 200+36.25 R R81(CA) R81B(CA) W16-1P 197+00 198+00 199+00 200+00 6' 6' 11 ' 11 ' 11 ' 11 ' 100 LF 375 LF 50 LF 50 LF 375 LF 375 LF 11 ' 11 ' 11 ' 11 ' S STATE ST "ST-CL" LINE 39 22 39 27B 8 8 28 LF 100 LF 39 27B 57 LF27B 12 LF27C 18 LF27C STA: 196+87.04 LT STA: 197+14.72 LT STA: 197+31.94 LT STA: 198+32.26 LT STA: 198+68.33 LT STA: 198+89.16 LT STA: 199+24.51 LT STA: 199+98.46 LT 36 LF27C 21 LF 21 LF 39 27B 36 LF27C 74 LF 74 LF 39 27B 51 LF27C 57 LF39 16 LF 27C 90 LF 27B 90 LF 39 30 LF27C 24 LF27C 103 LF 27B 103 LF 39 10 LF 27C 4' 4' STA: 200+39.90 R STA: 199+37.17 R STA: 199+13.43 R STA: 198+64.71 R STA: 198+36.22 R STA: 197+31.73 R STA: 197+47.51 R STA: 198+09.78 LT STA: 198+15.72 R N 0 40'20'10' ST A 1 9 5 + 7 5 M A T C H L I N E S E E B E L O W ST A 2 0 0 + 5 0 M A T C H L I N E S E E S H E E T P - 1 0 2 ST A 1 9 5 + 7 5 M A T C H L I N E S E E A B O V E SHEET GENERAL NOTES 1.INSTALL 12" WHITE THERMOPLASTIC BASIC CROSSWALK PER CSP A24F 2.INSTALL CONTINENTAL CROSSWALK PER CSP A24F. 11' WIDE BARS @ 4' GAP 3.INSTALL 12" WHITE LIMIT LINE PER CSP A24E SHEET KEYNOTES 1.ALL STRIPING SHALL BE IN CONFORMANCE WITH THE LATEST EDITION OF THE CALTRANS STANDARD PLANS (CSP) AND CITY OF UKIAH STANDARDS. 2.ALL LEGENDS, CROSSWALKS, AND MARKINGS SHALL BE THERMOPLASTIC. 3.PAVEMENT MARKERS ARE TO BE REMOVED AND DISPOSED OF PRIOR TO COLD PLANING ASPHALT CONCRETE PAVEMENT. 4.ALL PAVEMENT THAT IS TO BE GROUND WILL HAVE STRIPING REPLACED AS SHOWN. 5.CONTRACTOR SHALL INVENTORY ALL PAINTED CURBS BEFORE EXISTING CURBS ARE DEMOLISHED. ALL GREEN, WHITE, RED, AND YELLOW CURB TO BE REMOVED IN THE STUDY AREA SHOULD BE REINSTALLED. 6.CONTRACTOR TO IDENTIFY ALL EXISTING FLAGPOLE SLEEVE LOCATIONS. XX LF TYPE VII(R) ARROW PER CSP A24A TYPE I 10'-0" ARROW PER CSP A24A TYPE IV(L) ARROW PER CSP A24A PROVIDE STRIPING PER DETAILS A20A TO A20D OF CSP SHEET LEGEND GREEN BIKE LANE DELINEATOR (COLOR E-F BIKE LANE GREEN) (METHYL METHACRYLATE) LIMIT OF STRIPING PATTERN CHANGE IN STRIPING PATTERN PARKING TEES, PER DETAIL EXISTING ROADSIDE SIGN TO BE REMOVED ROADSIDE SIGN - ONE POST, DETAIL BIKE LANE SYMBOL AND ARROW PER CALTRANS STD. A24C AND A24A SHARED ROADWAY BICYCLE MARKING PER CALTRANS STD. A24C TYPE III(B) ARROW PER CSP A24B 2' BUFFER, PER DETAIL 1 P-501 2 P-501 3 P-501 TYPE VI ARROW PER CSP A24A 20 2 3 - 0 2 - 2 2 6: 0 1 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - S T R - 0 1 0 1 T H R U 0 1 0 6 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L P-101 60 ST R I P I N G A N D S I G N I N G P L A N S S T A T E S T S T A . 1 9 3 + 0 0 - S T A . 2 0 0 + 5 0 RB JS STRIPING AND SIGNING PLAN S STATE STREET SCALE: 1" = 20' N 0 40'20'10' STRIPING AND SIGNING PLAN S STATE STREET SCALE: 1" = 20' Page 204 of 551 ALIGN SCORING WITH EXISTING ADJACENT SCORE PATTERN 1 0 1 + 0 0 1 0 2 + 0 0 STA: 205+99.93 LT STA: 206+97.49 R STA: 205+80.84 R STA: 208+02.18 LT STA: 208+88.06 LT STA: 208+97.86 LT STA: 206+29.39 R R81(CA) R81B(CA) R4-4 STA: 207+07.80 R R3-5(R) STA: 207+78.27 R R3-7(R) STA: 209+02.05 R R81(CA) R81A(CA) R26(CA) STA: 209+02.89 LT R3-7 STA: 207+66.35 LT R81(CA) R81A(CA) R26(CA) STA: 206+16.32 LT R26(CA) STA: 206+01.11 LT STA: 207+73.75 LT STA: 207+79.71 LTSTA: 205+53.97 R STA: 206+22.06 R STA: 206+97.44 R STA: 207+84.74 R STA: 207+89.32 R STA: 206+34.83 R STA: 207+96.13 LT STA: 207+95.67 R STA: 208+11.71 R STA: 208+91.53 R STA: 208+97.81 R STA: 209+23.63 R STA: 209+15.92 R STA: 209+08.13 LT 205+00 206+00 207+00 208+00 209+00 12 ' 12 ' 6' 6' 11 ' 12 ' 14 ' 12 ' 13 . 5 ' 5' 14 ' 18 . 2 ' 110 LF 58 LF 71 LF 64 LF 114 LF 303 LF 100 LF 90 LF 148 LF 52 LF 60 LF STA: 208+03.99 R STA: 208+97.51 LT 60 LF 20 LF32 LF STA: 100+72.57 R STA: 100+72.61 R STA: 100+90.48 R STA: 101+02.79 R STA: 101+04.25 R STA: 101+07.26 R STA: 100+88.56 R STA: 101+14.20 LT STA: 101+06.93 LT 7 LF STA: 208+79.37 LT S STATE ST E G O B B I S T W G O B B I S T "ST-CL" LINE 1 38 22 38 38 38 22 8 39 39 39 40 3 3839 39 40 3 3 75 LF27B 75 LF39 90 LF27B 35 LF27C 90 LF 39 90 LF 27B 120 LF 27B 120LF39 4' 11 ' 4' 2' 2' 4' STA: 205+74.19 LT STA: 205+95.22 LT STA: 206+81.36 LT STA: 207+13.77 LT STA: 205+16.25 R 102+00 103+00 STA: 101+99.95 LT STA: 102+08.14 LT STA: 101+97.76 LT STA: 103+08.85 LT STA: 102+04.18 R STA: 102+29.15 R STA: 102+28.90 R STA: 103+02.16 R STA: 102+11.38 LT STA: 204+70.49 R W74(CA) STA: 202+03.55 R R81(CA) R81A(CA) R26(CA) STA: 204+75.87 R STA: 203+61.94 R STA: 202+24.73 R STA: 204+61.89 LT R26(CA) STA: 203+12.49 LT R26(CA) STA: 200+70.01 R R26(CA) STA: 202+04.80 R STA: 202+04.80 R STA: 202+04.84 LT STA: 202+04.86 LT STA: 202+04.85 LT STA: 202+08.19 LT STA: 203+29.13 LT STA: 204+57.98 LT STA: 203+43.22 R STA: 201+26.66 LT R26(CA) STA: 201+12.34 LT STA: 204+88.92 R 201+00 202+00 203+00 204+00 205+00 10 ' 6' 6' 4' 6' 11 ' 11 ' 10 ' 297 LF297 LF 297LF 95 LF 160 LF 11 ' 11 ' 90 LF 90 LF90 LF 90 LF27 LF 65 LF STA: 201+34.83 LT W11-5 W16-7P BACK TO BACK FLUORESCENT GREEN BACKGROUND STA: 201+37.90 R W11-5 W16-7P BACK TO BACK FLUORESCENT GREEN BACKGROUND 100 LF11 ' 11 ' 11 ' 4' 11 ' 6' S STATE ST "ST-CL" LINE F R E I T A S A V 822 8 39 39 2 1 39A 822 827C 27B 39A 65 LF39 30 LF 39 30 LF 27B 35 LF 27C 50 LF 39 50 LF 27B 65 LF 27C 95 LF 27B 160 LF 27B 38LF 27C 11 ' 11 ' 11 ' 11 ' 4' 4' STA: 203+04.75 LT STA: 204+62.57 LT STA: 201+40.05 LT STA: 201+40.10 LT STA: 201+40.02 LT STA: 201+39.99 R STA: 201+39.99 R STA: 203+18.24 R STA: 203+82.44 R STA: 204+76.34 R STA: 200+75.92 LT STA: 202+34.78 R STA: 202+68.79 R STA: 203+10.51 R 20 2 3 - 0 2 - 2 2 6: 0 1 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - S T R - 0 1 0 1 T H R U 0 1 0 6 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L P-102 61 ST R I P I N G A N D S I G N I N G P L A N S S T A T E S T S T A . 2 0 0 + 5 0 - S T A . 2 0 9 + 5 0 RB JS N 0 40'20'10' N 0 40'20'10' ST A 2 0 5 + 0 0 M A T C H L I N E S E E B E L O W ST A 2 0 9 + 5 0 M A T C H L I N E S E E S H E E T P - 1 0 3 ST A 2 0 5 + 0 0 M A T C H L I N E S E E A B O V E SHEET GENERAL NOTES 1.INSTALL 12" WHITE THERMOPLASTIC BASIC CROSSWALK PER CSP A24F 2.INSTALL CONTINENTAL CROSSWALK PER CSP A24F. 11' WIDE BARS @ 4' GAP 3.INSTALL 12" WHITE LIMIT LINE PER CSP A24E SHEET KEYNOTES 1.ALL STRIPING SHALL BE IN CONFORMANCE WITH THE LATEST EDITION OF THE CALTRANS STANDARD PLANS (CSP) AND CITY OF UKIAH STANDARDS. 2.ALL LEGENDS, CROSSWALKS, AND MARKINGS SHALL BE THERMOPLASTIC. 3.PAVEMENT MARKERS ARE TO BE REMOVED AND DISPOSED OF PRIOR TO COLD PLANING ASPHALT CONCRETE PAVEMENT. 4.ALL PAVEMENT THAT IS TO BE GROUND WILL HAVE STRIPING REPLACED AS SHOWN. 5.CONTRACTOR SHALL INVENTORY ALL PAINTED CURBS BEFORE EXISTING CURBS ARE DEMOLISHED. ALL GREEN, WHITE, RED, AND YELLOW CURB TO BE REMOVED IN THE STUDY AREA SHOULD BE REINSTALLED. 6.CONTRACTOR TO IDENTIFY ALL EXISTING FLAGPOLE SLEEVE LOCATIONS. XX LF TYPE VII(R) ARROW PER CSP A24A TYPE I 10'-0" ARROW PER CSP A24A TYPE IV(L) ARROW PER CSP A24A PROVIDE STRIPING PER DETAILS A20A TO A20D OF CSP SHEET LEGEND GREEN BIKE LANE DELINEATOR (COLOR E-F BIKE LANE GREEN) (METHYL METHACRYLATE) LIMIT OF STRIPING PATTERN CHANGE IN STRIPING PATTERN PARKING TEES, PER DETAIL EXISTING ROADSIDE SIGN TO BE REMOVED ROADSIDE SIGN - ONE POST, DETAIL BIKE LANE SYMBOL AND ARROW PER CALTRANS STD. A24C AND A24A SHARED ROADWAY BICYCLE MARKING PER CALTRANS STD. A24C TYPE III(B) ARROW PER CSP A24B 2' BUFFER, PER DETAIL 1 P-501 2 P-501 3 P-501 TYPE VI ARROW PER CSP A24A ST A 2 0 0 + 5 0 M A T C H L I N E S E E S H E E T P - 1 0 1 STRIPING AND SIGNING PLAN S STATE STREET SCALE: 1" = 20' STRIPING AND SIGNING PLAN S STATE STREET SCALE: 1" = 20' 3 E G O B B I S T S E E B E L O W E GOBBI SEE ABOVE LEFT E GOBBI ST "GO-CL" LINE 10 LF39 3 25 LF22 112 LF38 36 LF39 Page 205 of 551 PA EXISTING ADJACENT SCORE STA: 210+05.33 LT STA: 210+05.33 LT STA: 210+61.58 LT STA: 210+72.63 LT STA: 211+36.84 LT STA: 211+19.10 R STA: 211+82.05 R STA: 211+99.78 LT STA: 211+81.92 LT STA: 212+25.09 LT STA: 210+63.93 R STA: 212+32.82 LT STA: 213+31.43 LT STA: 213+66.57 LT STA: 213+77.94 LT R26(CA) STA: 213+91.42 LT STA: 212+45.42 LT STA: 210+69.69 LT STA: 210+69.48 RSTA: 210+47.80 R R26(CA) STA: 211+46.00 R STA: 211+89.58 R STA: 211+92.29 R R2-1(25) R26(CA) STA: 212+94.35 R STA: 213+44.40 R R26(CA) STA: 212+32.82 R STA: 209+97.99 LT R3-5 STA: 210+73.96 LT R81(CA) R81B(CA) R4-4 STA: 212+32.02 LT R26(CA) 210+00 211+00 212+00 213+00 214+00 8' 6'6' 2' 12 ' 13 ' 12 ' 2' 6' 322 LF 215 LF 160 LF 125 LF 54 LF 54 LF 58 LF 160 LF 155 LF 155 LF 215 LF 196 LF 115 LF125 LF 116 LF117 LF 34 LF35 LF 44 LF 36 LF S STATE ST "ST-CL" LINE 27C 39 32 22 38 38 SP2 32 25 25 27B 39 6" YELLOW STRIPE AT 45 DEGREE ANGLE AT 20 FOOT INTERVALS (TYP) 27B39 3927B 3927B 27C 27CSP1 STA: 213+87.19 LT STA: 213+87.28 R 83 LF 32 STA: 210+63.36 LT STA: 211+62.39 LT STA: 213+05.13 R 97 LF 34 LF MATCH ADJACENT SCORE PATTERN ON MILL ST. PA PA PA STA: 214+24.60 LT STA: 214+46.42 LT STA: 214+79.55 LT STA: 216+32.40 LT STA: 216+65.58 LT STA: 217+42.52 LT STA: 217+66.18 LT STA: 216+30.00 LT STA: 217+16.32 LT STA: 214+49.65 LT STA: 217+50.00 R STA: 217+51.92 R STA: 216+75.01 R STA: 216+79.38 R STA: 216+55.37 R STA: 216+55.37 R STA: 215+69.50 R STA: 215+43.50 R STA: 215+11.58 R STA: 214+63.97 R STA: 214+29.00 R STA: 216+30.41 R R81(CA) R81B(CA) R26(CA) STA: 217+70.09 R REINSTALL EX SNS R3-4 STA: 215+11.94 R R26(CA) STA: 216+90.52 LT R2-1(25) R26(CA) STA: 217+39.92 LT R81(CA) R81A(CA) STA: 216+02.42 LT INSTALL NEW BUS SIGN STA: 215+27.85 LT R26(CA) STA: 217+69.13 R STA: 217+67.06 R 214+00 215+00 216+00 217+00 218+00 13 ' 6' 2' 6' 2' 12 ' 11 . 5 ' 12 ' 13 ' 13 ' 13 ' 6' 2' 8' STA: 214+59.58 LT 130 LF 43 LF 163 LF 162 LF148 LF 150 LF 100 LF 31 LF 34 LF 34 LF 34 LF 82 LF 135 LF 83 LF 26 LF 97 LF 42 LF 83 LF34 LF 32 LF 83 LF S STATE ST "ST-CL" LINE 38 1 27B 27B 3925 25 39A39 39 27C 27C 27C 39 22 27B 27C 27B 39 27C 39 27B 27B 32 5 LF1 STA: 214+15.53 LT STA: 214+82.82 LT STA: 214+82.82 R STA: 217+39.67 R STA: 217+74.65 R STA: 215+19.80 R STA: 214+03.96 R STA: 214+88.46 R 20 2 3 - 0 2 - 2 2 6: 0 2 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - S T R - 0 1 0 1 T H R U 0 1 0 6 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L SHEET GENERAL NOTES 1.INSTALL 12" WHITE THERMOPLASTIC BASIC CROSSWALK PER CSP A24F 2.INSTALL CONTINENTAL CROSSWALK PER CSP A24F. 11' WIDE BARS @ 4' GAP 3.INSTALL 12" WHITE LIMIT LINE PER CSP A24E SHEET KEYNOTES 1.ALL STRIPING SHALL BE IN CONFORMANCE WITH THE LATEST EDITION OF THE CALTRANS STANDARD PLANS (CSP) AND CITY OF UKIAH STANDARDS. 2.ALL LEGENDS, CROSSWALKS, AND MARKINGS SHALL BE THERMOPLASTIC. 3.PAVEMENT MARKERS ARE TO BE REMOVED AND DISPOSED OF PRIOR TO COLD PLANING ASPHALT CONCRETE PAVEMENT. 4.ALL PAVEMENT THAT IS TO BE GROUND WILL HAVE STRIPING REPLACED AS SHOWN. 5.CONTRACTOR SHALL INVENTORY ALL PAINTED CURBS BEFORE EXISTING CURBS ARE DEMOLISHED. ALL GREEN, WHITE, RED, AND YELLOW CURB TO BE REMOVED IN THE STUDY AREA SHOULD BE REINSTALLED. 6.CONTRACTOR TO IDENTIFY ALL EXISTING FLAGPOLE SLEEVE LOCATIONS. XX LF TYPE VII(R) ARROW PER CSP A24A TYPE I 10'-0" ARROW PER CSP A24A TYPE IV(L) ARROW PER CSP A24A PROVIDE STRIPING PER DETAILS A20A TO A20D OF CSP SHEET LEGEND GREEN BIKE LANE DELINEATOR (COLOR E-F BIKE LANE GREEN) (METHYL METHACRYLATE) LIMIT OF STRIPING PATTERN CHANGE IN STRIPING PATTERN PARKING TEES, PER DETAIL EXISTING ROADSIDE SIGN TO BE REMOVED ROADSIDE SIGN - ONE POST, DETAIL BIKE LANE SYMBOL AND ARROW PER CALTRANS STD. A24C AND A24A SHARED ROADWAY BICYCLE MARKING PER CALTRANS STD. A24C TYPE III(B) ARROW PER CSP A24B 2' BUFFER, PER DETAIL 1 P-501 2 P-501 3 P-501 TYPE VI ARROW PER CSP A24A ST A 2 1 4 + 0 0 M A T C H L I N E S E E B E L O W N 0 40'20'10' ST A 2 0 9 + 5 0 M A T C H L I N E S E E S H E E T P - 1 0 2 ST A 2 1 4 + 0 0 M A T C H L I N E S E E A B O V E W M I l l S T E M I l l S T N 0 40'20'10' P-103 62 ST R I P I N G A N D S I G N I N G P L A N S S T A T E S T S T A . 2 0 9 + 5 0 - S T A . 2 1 8 + 5 0 RB JS STRIPING AND SIGNING PLAN S STATE STREET SCALE: 1" = 20' STRIPING AND SIGNING PLAN S STATE STREET SCALE: 1" = 20' Page 206 of 551 PA C3 STA: 240+75.92 LT STA: 240+74.51 R STA: 240+97.15 STA: 240+82.14 R R2-1(25) R7-108(2HR) STA: 241+19.85 R STA: 241+13.25 LT STA: 240+78.77 LT 238+00 239+00 240+00 241+00 14 ' 74 LF 74 LF W H E N R Y S T N STATE ST "ST-CL" LINE 1 32 32 67 LF27B STA: 240+81.06 LT STA: 241+05.31 LT 12 ' 10 ' 12 ' 10 ' STA: 242+11.75 LT STA: 243+05.98 LT STA: 244+15.95 LT STA: 243+63.30 R STA: 242+18.26 LT INSTALL NEW BUS STOP SIGN ON NEW POLE STA: 241+69.76 LT R26(CA)STA: 243+30.88 LT R7-108(2HR) STA: 243+70.98 LT STA: 242+23.84 R R7-108(2HR) STA: 243+55.34 R R7-108(2HR) STA: 243+12.15 R STA: 245+28.29 R STA: 245+34.01 R STA: 245+42.79 R STA: 244+01.37 RSTA: 242+60.05 R STA: 243+65.98 LT STA: 245+27.31 LT STA: 244+95.93 LT STA: 245+42.77 LT STA: 242+36.75 LT STA: 242+53.36 LT STA: 243+94.68 LT242+00 243+00 244+00 245+00 393 LF 393 LF 7 LF N STATE ST "ST-CL" LINE 32 32 22 53 LF27B STA: 242+04.42 LT STA: 245+09.08 LT 40 LF 27B 10 ' 12 ' 14 ' 12 ' 10 ' 20 2 3 - 0 2 - 2 2 6: 0 2 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - S T R - 0 1 0 1 T H R U 0 1 0 6 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L SHEET GENERAL NOTES 1.INSTALL 12" WHITE THERMOPLASTIC BASIC CROSSWALK PER CSP A24F 2.INSTALL CONTINENTAL CROSSWALK PER CSP A24F. 11' WIDE BARS @ 4' GAP 3.INSTALL 12" WHITE LIMIT LINE PER CSP A24E SHEET KEYNOTES 1.ALL STRIPING SHALL BE IN CONFORMANCE WITH THE LATEST EDITION OF THE CALTRANS STANDARD PLANS (CSP) AND CITY OF UKIAH STANDARDS. 2.ALL LEGENDS, CROSSWALKS, AND MARKINGS SHALL BE THERMOPLASTIC. 3.PAVEMENT MARKERS ARE TO BE REMOVED AND DISPOSED OF PRIOR TO COLD PLANING ASPHALT CONCRETE PAVEMENT. 4.ALL PAVEMENT THAT IS TO BE GROUND WILL HAVE STRIPING REPLACED AS SHOWN. 5.CONTRACTOR SHALL INVENTORY ALL PAINTED CURBS BEFORE EXISTING CURBS ARE DEMOLISHED. ALL GREEN, WHITE, RED, AND YELLOW CURB TO BE REMOVED IN THE STUDY AREA SHOULD BE REINSTALLED. 6.CONTRACTOR TO IDENTIFY ALL EXISTING FLAGPOLE SLEEVE LOCATIONS. XX LF TYPE VII(R) ARROW PER CSP A24A TYPE I 10'-0" ARROW PER CSP A24A TYPE IV(L) ARROW PER CSP A24A PROVIDE STRIPING PER DETAILS A20A TO A20D OF CSP SHEET LEGEND GREEN BIKE LANE DELINEATOR (COLOR E-F BIKE LANE GREEN) (METHYL METHACRYLATE) LIMIT OF STRIPING PATTERN CHANGE IN STRIPING PATTERN PARKING TEES, PER DETAIL EXISTING ROADSIDE SIGN TO BE REMOVED ROADSIDE SIGN - ONE POST, DETAIL BIKE LANE SYMBOL AND ARROW PER CALTRANS STD. A24C AND A24A SHARED ROADWAY BICYCLE MARKING PER CALTRANS STD. A24C TYPE III(B) ARROW PER CSP A24B 2' BUFFER, PER DETAIL 1 P-501 2 P-501 3 P-501 TYPE VI ARROW PER CSP A24A 0 40'20'10' 0 40'20'10' N P-104 63 ST R I P I N G A N D S I G N I N G P L A N N S T A T E S T S T A . 2 3 7 + 5 0 - S T A . 2 4 5 + 5 0 RB JS ST A 2 4 1 + 5 0 M A T C H L I N E S E E B E L O W ST A 2 4 1 + 5 0 M A T C H L I N E S E E A B O V E ST A 2 4 5 + 5 0 M A T C H L I N E S E E S H E E T P - 1 0 5 N STRIPING AND SIGNING PLAN N STATE STREET SCALE: 1" = 20' STRIPING AND SIGNING PLAN N STATE STREET SCALE: 1" = 20' Page 207 of 551 82 LF PA PA C3 PA C3 PA C3 PA PA 56 + 0 0 55 + 0 0 77 + 9 6 75 + 5 0 76 + 0 0 77 + 0 0 STA: 246+75.50 R R2-1(25) R26(CA) STA: 245+92.77 R STA: 246+22.24 R STA: 246+23.36 R STA: 246+36.71 R STA: 246+36.71 R STA: 248+60.44 R R1-1 AND REINSTALL EX SNS STA: 248+43.84 R STA: 246+93.58 LT STA: 246+97.56 LT STA: 246+98.41 R STA: 247+95.98 R STA: 248+34.73 R 246+00 247+00 248+00 249+00 14 ' 12 ' 12 ' 14 ' 12 ' 12 ' 12 ' 87 LF 112 LF 86 LF 178 LF 44 LF NO R T O N S T N STATE ST "ST-CL" LINE 22 1 25 25 22 3 1 22 38 1 82 LF 27B STA: 246+31.46 LT 112 LF 27B STA: 248+03.34 R STA: 247+99.17 LT 1 138 LF 27B 82 LF27B 13 ' 27 . 4 ' 82 LF38 STA: 248+17.98 R W11-2 W16-7P BACK TO BACK FLUORESCENT GREEN BACKGROUND STA: 247+99.97 R W11-2 W16-7P BACK TO BACK FLUORESCENT GREEN BACKGROUND "N O - C L " L I N E STA: 77+71.60 LT STA: 246+94.43 LT STA: 248+03.50 LT STA: 246+66.73 R STA: 248+02.50 R STA: 248+68.00 LT STA: 248+68.00 LT STA: 248+82.24 LT STA: 248+68.01 R STA: 77+40.83 LT 12 ' 10 ' 10 ' 10 ' 22.5'17.6' 88 LF189 LF STA: 250+99.94 R STA: 251+86.25 LT STA: 251+86.89 R STA: 249+85.00 LT STA: 251+85.75 LT 250+00 251+00 252+00 35 LF N STATE ST "ST-CL" LINE 27B 8 22 CL A R A A V E 204 LF8 35 LF38 STA: 249+85.00 LT12 ' 12 ' 27 . 4 ' 12 ' 12 ' 20 2 3 - 0 2 - 2 2 6: 0 3 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - S T R - 0 1 0 1 T H R U 0 1 0 6 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L SHEET GENERAL NOTES 1.INSTALL 12" WHITE THERMOPLASTIC BASIC CROSSWALK PER CSP A24F 2.INSTALL CONTINENTAL CROSSWALK PER CSP A24F. 11' WIDE BARS @ 4' GAP 3.INSTALL 12" WHITE LIMIT LINE PER CSP A24E SHEET KEYNOTES 1.ALL STRIPING SHALL BE IN CONFORMANCE WITH THE LATEST EDITION OF THE CALTRANS STANDARD PLANS (CSP) AND CITY OF UKIAH STANDARDS. 2.ALL LEGENDS, CROSSWALKS, AND MARKINGS SHALL BE THERMOPLASTIC. 3.PAVEMENT MARKERS ARE TO BE REMOVED AND DISPOSED OF PRIOR TO COLD PLANING ASPHALT CONCRETE PAVEMENT. 4.ALL PAVEMENT THAT IS TO BE GROUND WILL HAVE STRIPING REPLACED AS SHOWN. 5.CONTRACTOR SHALL INVENTORY ALL PAINTED CURBS BEFORE EXISTING CURBS ARE DEMOLISHED. ALL GREEN, WHITE, RED, AND YELLOW CURB TO BE REMOVED IN THE STUDY AREA SHOULD BE REINSTALLED. 6.CONTRACTOR TO IDENTIFY ALL EXISTING FLAGPOLE SLEEVE LOCATIONS. XX LF TYPE VII(R) ARROW PER CSP A24A TYPE I 10'-0" ARROW PER CSP A24A TYPE IV(L) ARROW PER CSP A24A PROVIDE STRIPING PER DETAILS A20A TO A20D OF CSP SHEET LEGEND GREEN BIKE LANE DELINEATOR (COLOR E-F BIKE LANE GREEN) (METHYL METHACRYLATE) LIMIT OF STRIPING PATTERN CHANGE IN STRIPING PATTERN PARKING TEES, PER DETAIL EXISTING ROADSIDE SIGN TO BE REMOVED ROADSIDE SIGN - ONE POST, DETAIL BIKE LANE SYMBOL AND ARROW PER CALTRANS STD. A24C AND A24A SHARED ROADWAY BICYCLE MARKING PER CALTRANS STD. A24C TYPE III(B) ARROW PER CSP A24B 2' BUFFER, PER DETAIL 1 P-501 2 P-501 3 P-501 TYPE VI ARROW PER CSP A24A N 0 40'20'10' P-105 64 ST R I P I N G A N D S I G N I N G P L A N N S T A T E S T S T A . 2 4 5 + 5 0 - S T A . 2 5 3 + 5 0 RB JS ST A 2 4 5 + 5 0 M A T C H L I N E S E E S H E E T P - 1 0 4 ST A 2 4 9 + 5 0 M A T C H L I N E S E E B E L O W ST A 2 4 9 + 5 0 M A T C H L I N E S E E A B O V E 0 40'20'10' N STRIPING AND SIGNING PLAN N STATE STREET SCALE: 1" = 20' STRIPING AND SIGNING PLAN N STATE STREET SCALE: 1" = 20' SC O T T S T SEE SHEET P-106 Page 208 of 551 P A P A C 3 P A C 3 P A C 3 56+00 52+00 53+00 54+00 55+00 N S T A T E S T " S T - C L " L I N E "SC-CL" LINE N S C H O O L S T STA: 55+05.39STA: 52+07.17 300 LF1 2 4 6 + 0 0 2 4 7 + 0 0 14'12' 14 ' 14 ' STA: 54+84.07 LT STA: 54+96.23 R 20 2 3 - 0 2 - 2 2 6: 0 3 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - S T R - 0 1 0 1 T H R U 0 1 0 6 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L SHEET GENERAL NOTES 1.INSTALL 12" WHITE THERMOPLASTIC BASIC CROSSWALK PER CSP A24F 2.INSTALL CONTINENTAL CROSSWALK PER CSP A24F. 11' WIDE BARS @ 4' GAP 3.INSTALL 12" WHITE LIMIT LINE PER CSP A24E SHEET KEYNOTES 1.ALL STRIPING SHALL BE IN CONFORMANCE WITH THE LATEST EDITION OF THE CALTRANS STANDARD PLANS (CSP) AND CITY OF UKIAH STANDARDS. 2.ALL LEGENDS, CROSSWALKS, AND MARKINGS SHALL BE THERMOPLASTIC. 3.PAVEMENT MARKERS ARE TO BE REMOVED AND DISPOSED OF PRIOR TO COLD PLANING ASPHALT CONCRETE PAVEMENT. 4.ALL PAVEMENT THAT IS TO BE GROUND WILL HAVE STRIPING REPLACED AS SHOWN. 5.CONTRACTOR SHALL INVENTORY ALL PAINTED CURBS BEFORE EXISTING CURBS ARE DEMOLISHED. ALL GREEN, WHITE, RED, AND YELLOW CURB TO BE REMOVED IN THE STUDY AREA SHOULD BE REINSTALLED. 6.CONTRACTOR TO IDENTIFY ALL EXISTING FLAGPOLE SLEEVE LOCATIONS. XX LF TYPE VII(R) ARROW PER CSP A24A TYPE I 10'-0" ARROW PER CSP A24A TYPE IV(L) ARROW PER CSP A24A PROVIDE STRIPING PER DETAILS A20A TO A20D OF CSP SHEET LEGEND GREEN BIKE LANE DELINEATOR (COLOR E-F BIKE LANE GREEN) (METHYL METHACRYLATE) LIMIT OF STRIPING PATTERN CHANGE IN STRIPING PATTERN PARKING TEES, PER DETAIL EXISTING ROADSIDE SIGN TO BE REMOVED ROADSIDE SIGN - ONE POST, DETAIL BIKE LANE SYMBOL AND ARROW PER CALTRANS STD. A24C AND A24A SHARED ROADWAY BICYCLE MARKING PER CALTRANS STD. A24C TYPE III(B) ARROW PER CSP A24B 2' BUFFER, PER DETAIL 1 P-501 2 P-501 3 P-501 TYPE VI ARROW PER CSP A24A 0 40'20'10' P-106 65 ST R I P I N G A N D S I G N I N G P L A N SC O T T S T S T A . 5 1 + 3 0 - S T A . 5 5 + 5 0 RB JS SCOTT ST N STRIPING AND SIGNING PLAN SCOTT STREET SCALE: 1" = 20' Page 209 of 551 2' 1'1' 4" WHITE THERMOPLASTIC PAVEMENT MARKING TOTAL MARKING AREA = 1.5 SF 20' (TYPICAL) 18' (MINIMUM)22' (TYPICAL) 8' (TYPICAL) 7' (MINIMUM) FACE OF CURBDRIVEWAY 20 2 3 - 0 2 - 2 2 6: 0 4 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - S T R - 0 5 0 1 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L 45° (TYP) 15' (TYP) 39 27B 2' BUFFER BIKE LANE DIRECTION OF TRAVEL 3 2' BUFFER DETAIL NO SCALE 1 PARKING TEE DETAIL NO SCALE P-501 66 ST R I P I N G A N D S I G N I N G P L A N DE T A I L S RB JS 2 TYPICAL ROADSIDE SIGN INSTALLATION NO SCALE Page 210 of 551 12 6 3. 1 1 207+00 208+00 209+00 210+00 (E) 1-1/2"C (E) 1-1/2"C (E) 1-1/2"C (E) 1-1/2"C (E) 1-1/2"C (E) 1-1/2"C . Ø8PED Ø2PPB Ø4PED Ø2PPB Ø2PED Ø4PPB Ø4PED Ø4PPB Ø6PED Ø6PPB Ø6PPB dh dh dh dh Ø6PED Ø8PED Ø8PPB RS RS RS CB CB CB 3 3 4 4 AB DH LIMIT LINE 105' TO RC AB 2"C, 1 DLC 7 EXISTING SERVICE POINT (REMOVE EXISTING METER SERVICE) CB 2"C, 3#2 AB AB RC 7 5 6 RC AB CB LIMIT LINE 105' TO DH RC RCAB 2"C, 1 DLC 7 5 6 AB RC 5 6 Ø2PED RS 3 3 RC AB 7 RCAB 5 6 Ø8PPB CB CB RC 2 2 2 RS Ø6 Ø5 Ø2 Ø7 Ø7 Ø4 Ø4 Ø1 Ø1 Ø6 Ø6Ø3 Ø3 Ø8Ø8R/W R/W R/W R/W R/W R / W R / W R / W R / W Ø2 Ø5 Ø1 Ø6 Ø6 Ø5 Ø2 Ø2 Ø7 Ø4 Ø3 Ø8Ø8 R/W Ø2 2 20 2 3 - 0 2 - 2 2 6: 0 6 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - S I G - 0 1 0 1 T H R U 0 1 0 8 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L T-101 67 TR A F F I C S I G N A L M O D I F I C A T I O N P L A N ST A T E S T R E E T A T G O B B I S T R E E T RB JS N E G O B B I S T NOTE:LOCATION OF EXISTING UTILITIES AND STRUCTURES ARE FROM THE BEST INFORMATION AVAILABLE. EXACT LOCATION AND COMPLETENESS ARE NOT GUARANTEED. CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICES ALERT (800) 227-2600 A MINIMUM OF 48 HOURS PRIOR TO ANY EXCAVATION AND POTHOLE FOR EXACT LOCATION. 0 40'20'10' STEADY DEMAND SEQUENCE PHASE DIAGRAM 1.ALL PULL BOXES SHALL BE No.5 UNLESS NOTED ON PLAN. 2.POLES, PULL BOXES AND DETECTOR POSITIONS SHALL BE VERIFIED BY THE ENGINEER PRIOR TO INSTALLATION. 3.LOOP DETECTORS SHALL BE CENTERED IN EFFECTIVE LANE WIDTHS UNLESS OTHERWISE NOTED ON THE PLAN OR DIRECTED BY THE ENGINEER. 4.THE WORK ON THESE PLANS SHALL BE PERFORMED IN CONFORMANCE WITH THE LATEST EDITIONS OF THE CALTRANS STANDARD PLANS, STANDARD SPECIFICATIONS, SIGN SPECIFICATION SHEETS, CITY CONSTRUCTION STANDARDS, AND THE CALIFORNIA MUTCD. 5.THIS PLAN IS ACCURATE FOR ELECTRICAL WORK ONLY. 6.CONTRACTOR SHALL VERIFY OVERHEAD AND UNDERGROUND CLEARANCE WITH ALL UTILITY COMPANIES PRIOR TO START OF WORK. 7.PULL BOXES FOR SIGNAL STANDARDS SHALL BE LOCATED WITHIN FIVE FEET OF THE STANDARD. 8.ALL SIGNALS SHALL HAVE 12-INCH LED INDICATIONS, WITH TUNNEL VISORS AND BACKPLATES. 9.CONTRACTOR SHALL FURNISH AND INSTALL FOUNDATIONS AND ALL ANCILLARY HARDWARE (INCLUDING BOLTS, NUTS, MOUNTINGS, ETC.) FOR A COMPLETE SIGNAL INSTALLATION PER THESE PLANS. 10.RECORD DRAWINGS SHALL BE PROVIDED TO THE CITY OF UKIAH AT THE CLOSE OF THE PROJECT. 11.CONTRACTOR SHALL DELIVER ALL SALVAGED SIGNAL EQUIPMENT TO THE CITY OF UKIAH PUBLIC WORKS CORPORATION YARD AT 1320 AIRPORT ROAD. CONTACT (707) 463-6296 TO ARRANGE DELIVERY. 12.CONTRACTOR SHALL PAINT ALL POLE, SIGNAL HOUSINGS, VISORS AND BACK PLATES. GENERAL NOTES:PROJECT NOTES: 1 ABBREVIATIONS: PED PEDESTRIAN SIGNAL HEAD PPB PEDESTRIAN PUSH BUTTON VIDEO DETECTION ZONE CR O S S W A L K CENTERLINE OF LANE (LIMIT LINE DETECTION) STANDARD NOTES: DH DETECTOR HANDHOLE CB INSTALL CONDUIT INTO EXISTING PULL BOX AB ABANDON, IF APPLIED TO CONDUIT, REMOVE CONDUCTORS FA FOUNDATION TO BE ABANDONED RC EQUIPMENT OR MATERIAL TO BE REMOVED AND BECOME THE PROPERTY OF THE CONTRACTOR RS REMOVE AND SALVAGE EQUIPMENT S STATE ST THIS PLAN ACCURATE FOR ELECTRICAL WORK ONLY TRAFFIC SIGNAL - IMPROVEMENT PLAN SCALE: 1" = 20' LEGEND: NEW EXISTING SIGNAL EQUIPMENT STREET LIGHT ROAD SIGN CONTROLLER ASSEMBLY PEDESTRIAN HEAD SERVICE ENCLOSURE POLE AND PEDESTRIAN PUSH BUTTON PULL BOX TYPE "A" DETECTOR LOOP VIDEO VEHICLE DETECTION ZONE TRAFFIC SIGNAL CONDUIT STREET NAME SIGN DETECTOR HANDHOLE dhDH TYPE "D" DETECTOR LOOP VIDEO BYCYCLE DETECTION ZONE VIDEO DETECTION ZONE CAMERA 2 FURNISH AND INSTALL VIDEO DETECTION CAMERA ON SIGNAL MAST ARM. COORDINATE DETECTION ZONES WITH ENGINEER. 3 EXISTING DETECTOR LOOPS.AB (E)EXISTING R/W RIGHT OF WAY 4 INSTALL TYPE "A" DETECTOR. 5 ALL EXISTING PEDESTRIAN SIGNALS SHALL BE REPLACED. ALL PEDESTRIAN SIGNALS SHALL BE LED WITH COUNTDOWN HAND-MAN INDICATIONS. 6 ALL EXISTING PEDESTRIAN PUSH BUTTONS SHALL BE REPLACED. ALL PEDESTRIAN PUSH BUTTONS SHALL BE POLARA NAVIGATOR, OR APPROVED EQUAL. 7 EQUIPMENT TO BE REMOVED AND BECOME THE PROPERTY OF THE CONTRACTOR. 8 FURNISH AND INSTALL NEW TYPE III-AF SERVICE EQUIPMENT ENCLOSURE. Ø2 Ø2 PED Ø5 Ø6 Ø6 PED Ø1 Ø1 Ø5 Ø6 Ø2 Ø6PED Ø2 PED Ø4 P E D Ø8 P E D Ø4 Ø3 Ø7 Ø4 Ø4 P E D Ø7 Ø8 Ø8 P E D Ø3 Ø8 DETAIL A NOT TO SCALE 1 B B S BBS 8 9 2"C, 3#2 AB 2"C, 2#6 RW BACK OF SIDEWALK SEE DETAIL A EXISTING CONTROLLER CABINET AND EQUIPMENT COMPLETE. DISCONNECT ALL CABLES AND PULL BACK TO HOME RUN PULL BOX. RS 9 FURNISH AND INSTALL NEW 2070E CONTROLLER WITH 2033 SOFTWARE PROGRAM, NEW SIDE-MOUNTED BATTERY BACKUP SYSTEM, AND 332L CABINET. PULL ALL EXISTING CABLES TO NEW CABINET AND CONNECT PER INTENDED OPERATION. Page 211 of 551 20 2 3 - 0 2 - 2 2 6: 0 7 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - S I G - 0 1 0 1 T H R U 0 1 0 8 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L T-102 68 TR A F F I C S I G N A L S C H E D U L E T A B L E S ST A T E S T R E E T A T G O B B I S T R E E T RB JS NOTE:LOCATION OF EXISTING UTILITIES AND STRUCTURES ARE FROM THE BEST INFORMATION AVAILABLE. EXACT LOCATION AND COMPLETENESS ARE NOT GUARANTEED. CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICES ALERT (800) 227-2600 A MINIMUM OF 48 HOURS PRIOR TO ANY EXCAVATION AND POTHOLE FOR EXACT LOCATION. WATTAGE PED. SIGNAL Ø PPBMOUNTING POLE MOUNTING EQUIPMENT AND POLE SCHEDULE LUMINAIRE SPECIAL REQUIREMENTSLUM. MA (FEET)TYPE SIG. MA STANDARD (FEET) NO. VEHICLE SIGNAL MAST ARM (HPS) NOTE: NOTE: CONDUCTOR SCHEDULE #14 #8 DLC CONDUIT SIZE AWG CIRCUIT RUNS OR CABLE THIS PLAN ACCURATE FOR ELECTRICAL WORK ONLY RS FA RS FA RS FA RS FA RS FA Page 212 of 551 PM PM PM PM Ø2PED Ø4PED . EXIST. 2"C, 1 DLC EXIST. 2"C, 1 DLC EXIST. SERVICE POINT . Ø2PED Ø4PED. Ø2PPB Ø4PPB 216+00 217+00 218+00 219+00 Ø2PPB Ø4PPB2 RS Ø2PED Ø4PED Ø4PPB Ø2PPB RS Ø2PED Ø4PED Ø2PPB Ø4PPB 2 1 CB dh dh Ø4 Ø2 Ø2 Ø2 Ø4 Ø2 Ø2 R/W R/W R/WR/W R / W R / W R/ W R/ W Ø2 25 MPH 25 MPH Ø6 Ø6 Ø6 Ø2 Ø2Ø2 Ø 4 Ø4 Ø4 Ø4 RS RS EXISTING SERVICE EQUIPMENT RS 20 2 3 - 0 2 - 2 2 6: 0 7 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - S I G - 0 1 0 1 T H R U 0 1 0 8 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L T-103 69 TR A F F I C S I G N A L M O D I F I C A T I O N P L A N S S T A T E S T R E E T A T M I L L S T R E E T RB JS M I L L S T NOTE:LOCATION OF EXISTING UTILITIES AND STRUCTURES ARE FROM THE BEST INFORMATION AVAILABLE. EXACT LOCATION AND COMPLETENESS ARE NOT GUARANTEED. CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICES ALERT (800) 227-2600 A MINIMUM OF 48 HOURS PRIOR TO ANY EXCAVATION AND POTHOLE FOR EXACT LOCATION. S STATE ST THIS PLAN ACCURATE FOR ELECTRICAL WORK ONLY 0 40'20'10' TRAFFIC SIGNAL - IMPROVEMENT PLAN SCALE: 1" = 20' N1.ALL PULL BOXES SHALL BE No.5 UNLESS NOTED ON PLAN. 2.POLES, PULL BOXES AND DETECTOR POSITIONS SHALL BE VERIFIED BY THE ENGINEER PRIOR TO INSTALLATION. 3.LOOP DETECTORS SHALL BE CENTERED IN EFFECTIVE LANE WIDTHS UNLESS OTHERWISE NOTED ON THE PLAN OR DIRECTED BY THE ENGINEER. 4.THE WORK ON THESE PLANS SHALL BE PERFORMED IN CONFORMANCE WITH THE LATEST EDITIONS OF THE CALTRANS STANDARD PLANS, STANDARD SPECIFICATIONS, SIGN SPECIFICATION SHEETS, CITY CONSTRUCTION STANDARDS, AND THE CALIFORNIA MUTCD. 5.THIS PLAN IS ACCURATE FOR ELECTRICAL WORK ONLY. 6.CONTRACTOR SHALL VERIFY OVERHEAD AND UNDERGROUND CLEARANCE WITH ALL UTILITY COMPANIES PRIOR TO START OF WORK. 7.PULL BOXES FOR SIGNAL STANDARDS SHALL BE LOCATED WITHIN FIVE FEET OF THE STANDARD. 8.ALL SIGNALS SHALL HAVE 12-INCH LED INDICATIONS, WITH TUNNEL VISORS AND BACKPLATES. 9.CONTRACTOR SHALL FURNISH AND INSTALL FOUNDATIONS AND ALL ANCILLARY HARDWARE (INCLUDING BOLTS, NUTS, MOUNTINGS, ETC.) FOR A COMPLETE SIGNAL INSTALLATION PER THESE PLANS. 10.RECORD DRAWINGS SHALL BE PROVIDED TO THE CITY OF UKIAH AT THE CLOSE OF THE PROJECT. 11.CONTRACTOR SHALL DELIVER ALL SALVAGED SIGNAL EQUIPMENT TO THE CITY OF UKIAH PUBLIC WORKS CORPORATION YARD AT 1320 AIRPORT ROAD. CONTACT (707) 463-6296 TO ARRANGE DELIVERY. 12.CONTRACTOR SHALL PAINT ALL POLE, SIGNAL HOUSINGS, VISORS AND BACK PLATES. STEADY DEMAND SEQUENCE PHASE DIAGRAM GENERAL NOTES:PROJECT NOTES: 1 ABBREVIATIONS: BBS BATTERY BACKUP SYSTEM PED PEDESTRIAN SIGNAL HEAD PPB PEDESTRIAN PUSH BUTTON Ø2 Ø2 Ø2PED Ø2 PED Ø4 Ø4 P E D Ø4 Ø4 P E D Ø4 Ø4Ø2Ø2 VIDEO DETECTION ZONE CR O S S W A L K CENTERLINE OF LANE (LIMIT LINE DETECTION) STANDARD NOTES: DH DETECTOR HANDHOLE CB INSTALL CONDUIT INTO EXISTING PULL BOX RS REMOVE AND SALVAGE EQUIPMENT LEGEND: NEW EXISTING SIGNAL EQUIPMENT STREET LIGHT ROAD SIGN CONTROLLER ASSEMBLY PEDESTRIAN HEAD SERVICE ENCLOSURE POLE AND PEDESTRIAN PUSH BUTTON PULL BOX TYPE "A" DETECTOR LOOP VIDEO VEHICLE DETECTION ZONE TRAFFIC SIGNAL CONDUIT STREET NAME SIGN DETECTOR HANDHOLE dhDH TYPE "D" DETECTOR LOOP VIDEO BYCYCLE DETECTION ZONE VIDEO DETECTION ZONE CAMERA PROGRAM NEW VIDEO DETECTION ZONE AND ACTIVATE EXISTING CAMERA. 2 EXISTING PEDESTRIAN PUSH BUTTONS. ALL PEDESTRIAN PUSH BUTTONS SHALL BE POLARA NAVIGATOR, OR APPROVED EQUAL. DETAIL A NOT TO SCALE 3 BBS BBS4 CB5 3"C 2"C, 3#2 2"C, 2#6 RW BACK OF SIDEWALK CURB SEE DETAIL A 3 EXISTING CONTROLLER CABINET AND EQUIPMENT COMPLETE. DISCONNECT ALL CABLES AND PULL BACK TO HOME RUN PULL BOX. RS 4 FURNISH AND INSTALL NEW 2070E CONTROLLER WITH 2033 SOFTWARE PROGRAM, NEW SIDE-MOUNTED BATTERY BACKUP SYSTEM, AND 332L CABINET. PULL ALL EXISTING CABLES TO NEW CABINET AND CONNECT PER INTENDED OPERATION. 5 FURNISH AND INSTALL NEW TYPE III-BF SERVICE EQUIPMENT ENCLOSURE. 2"C, 3#2 RL Page 213 of 551 20 2 3 - 0 2 - 2 2 6: 0 7 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - S I G - 0 1 0 1 T H R U 0 1 0 8 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L T-104 70 TR A F F I C S I G N A L S C H E D U L E T A B L E S S S T A T E S T R E E T A T M I L L S T R E E T RB JS NOTE:LOCATION OF EXISTING UTILITIES AND STRUCTURES ARE FROM THE BEST INFORMATION AVAILABLE. EXACT LOCATION AND COMPLETENESS ARE NOT GUARANTEED. CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICES ALERT (800) 227-2600 A MINIMUM OF 48 HOURS PRIOR TO ANY EXCAVATION AND POTHOLE FOR EXACT LOCATION. WATTAGE PED. SIGNAL Ø PPBMOUNTING POLE MOUNTING EQUIPMENT AND POLE SCHEDULE LUMINAIRE SPECIAL REQUIREMENTS * LUM. MA (FEET)TYPE SIG. MA STANDARD (FEET) NO. VEHICLE SIGNAL MAST ARM (HPS) NOTE: CONDUCTOR SCHEDULE #14 #10 #8 DLC CONDUIT SIZE AWG CIRCUIT RUNS OR CABLE SIC THIS PLAN ACCURATE FOR ELECTRICAL WORK ONLY RL RS FA RL NOTE: RL RS FA RL RS FA RL RL RL Page 214 of 551 245+00 246+00 247+00 248+00 249+00 250+00 54 + 0 0 55 + 0 0 56 + 0 0 75 + 5 0 76 + 0 0 77 + 0 0 4 dh LIMIT LINE 105' TO 3 5DH RC AB AB 2"C, 1 DLC dh5 RC Ø4PED Ø4PPB21 RS SNS 8 6 Ø4PED Ø4PPB21 Ø6PED Ø6PPB21 RC AB 3 Ø6PED Ø6PPB21 3 8 EXISTING SERVICE POINT (REMOVE EXISTING METER SERVICE) RC CB CB RC RC AB RS AB RC AB AB AB RS RC RC RC AB RC RC RS AB RC ABRS RC AB RC Ø2 25 MPH Ø2 Ø5 Ø4 Ø6 Ø5 Ø2 Ø4 Ø2 Ø6 Ø6 Ø4 Ø6 Ø5 Ø66 R10-12(MOD) PROPOSED SERVICE POINT S-1(E) 20 2 3 - 0 2 - 2 2 6: 0 8 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - S I G - 0 1 0 1 T H R U 0 1 0 8 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L N T-105 71 TR A F F I C S I G N A L M O D I F I C A T I O N P L A N N S T A T E S T R E E T A T S C O T T S T R E E T RB JS SC O T T S T NOTE:LOCATION OF EXISTING UTILITIES AND STRUCTURES ARE FROM THE BEST INFORMATION AVAILABLE. EXACT LOCATION AND COMPLETENESS ARE NOT GUARANTEED. CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICES ALERT (800) 227-2600 A MINIMUM OF 48 HOURS PRIOR TO ANY EXCAVATION AND POTHOLE FOR EXACT LOCATION. 0 40'20'10' STEADY DEMAND SEQUENCE EXISTING PHASE DIAGRAM STEADY DEMAND SEQUENCE PROPOSED PHASE DIAGRAM 1.ALL PULL BOXES SHALL BE No.5 UNLESS NOTED ON PLAN. 2.POLES, PULL BOXES AND DETECTOR POSITIONS SHALL BE VERIFIED BY THE ENGINEER PRIOR TO INSTALLATION. 3.LOOP DETECTORS SHALL BE CENTERED IN EFFECTIVE LANE WIDTHS UNLESS OTHERWISE NOTED ON THE PLAN OR DIRECTED BY THE ENGINEER. 4.THE WORK ON THESE PLANS SHALL BE PERFORMED IN CONFORMANCE WITH THE LATEST EDITIONS OF THE CALTRANS STANDARD PLANS, STANDARD SPECIFICATIONS, SIGN SPECIFICATION SHEETS, CITY CONSTRUCTION STANDARDS, AND THE CALIFORNIA MUTCD. 5.THIS PLAN IS ACCURATE FOR ELECTRICAL WORK ONLY. 6.CONTRACTOR SHALL VERIFY OVERHEAD AND UNDERGROUND CLEARANCE WITH ALL UTILITY COMPANIES PRIOR TO START OF WORK. 7.PULL BOXES FOR SIGNAL STANDARDS SHALL BE LOCATED WITHIN FIVE FEET OF THE STANDARD. 8.ALL SIGNALS SHALL HAVE 12-INCH LED INDICATIONS, WITH TUNNEL VISORS AND BACKPLATES. 9.CONTRACTOR SHALL FURNISH AND INSTALL FOUNDATIONS AND ALL ANCILLARY HARDWARE (INCLUDING BOLTS, NUTS, MOUNTINGS, ETC.) FOR A COMPLETE SIGNAL INSTALLATION PER THESE PLANS. 10.RECORD DRAWINGS SHALL BE PROVIDED TO THE CITY OF UKIAH AT THE CLOSE OF THE PROJECT. 11.CONTRACTOR SHALL DELIVER ALL SALVAGED SIGNAL EQUIPMENT TO THE CITY OF UKIAH PUBLIC WORKS CORPORATION YARD AT 1320 AIRPORT ROAD. CONTACT (707) 463-6296 TO ARRANGE DELIVERY. 12.CONTRACTOR SHALL PAINT ALL POLE, SIGNAL HOUSINGS, VISORS AND BACK PLATES. GENERAL NOTES: PROJECT NOTES: 1 ABBREVIATIONS: BBS BATTERY BACKUP SYSTEM PED PEDESTRIAN SIGNAL HEAD PPB PEDESTRIAN PUSH BUTTON RA RED ARROW YA YELLOW ARROW FYA FLASHING YELLOW ARROW GA GREEN ARROW VIDEO DETECTION ZONE CR O S S W A L K CENTERLINE OF LANE (LIMIT LINE DETECTION) STANDARD NOTES: DH DETECTOR HANDHOLE CB INSTALL CONDUIT INTO EXISTING PULL BOX AB ABANDON, IF APPLIED TO CONDUIT, REMOVE CONDUCTORS FA FOUNDATION TO BE ABANDONED RC EQUIPMENT OR MATERIAL TO BE REMOVED AND BECOME THE PROPERTY OF THE CONTRACTOR RS REMOVE AND SALVAGE EQUIPMENT N STATE ST THIS PLAN ACCURATE FOR ELECTRICAL WORK ONLY NO R T O N S T TRAFFIC SIGNAL - IMPROVEMENT PLAN SCALE: 1" = 20' LEGEND: NEW EXISTING SIGNAL EQUIPMENT STREET LIGHT ROAD SIGN CONTROLLER ASSEMBLY PEDESTRIAN HEAD SERVICE ENCLOSURE POLE AND PEDESTRIAN PUSH BUTTON PULL BOX TYPE "A" DETECTOR LOOP VIDEO VEHICLE DETECTION ZONE TRAFFIC SIGNAL CONDUIT STREET NAME SIGN DETECTOR HANDHOLE dhDH TYPE "D" DETECTOR LOOP VIDEO BYCYCLE DETECTION ZONE VIDEO DETECTION ZONE CAMERA ALL EXISTING PEDESTRIAN SIGNALS SHALL BE REPLACED. ALL PEDESTRIAN SIGNALS SHALL BE LED WITH COUNTDOWN HAND-MAN INDICATIONS. Ø6 Ø6 PED Ø4 P E D Ø4Ø4 GA FYA YA RA DETAIL A 4-SECTION Ø2 Ø2 Ø6 Ø6 PED Ø2 Ø5 Ø6 Ø6 PED Ø2 Ø2 Ø4 P E D Ø4Ø4 2 ALL EXISTING PEDESTRIAN PUSH BUTTONS SHALL BE REPLACED. ALL PEDESTRIAN PUSH BUTTONS SHALL BE POLARA NAVIGATOR, OR APPROVED EQUAL. 3 EXISTING DETECTOR LOOPS. 4 INSTALL TYPE "A" DETECTOR. 5 EQUIPMENT TO BE REMOVED AND BECOME THE PROPERTY OF THE CONTRACTOR. 6 FURNISH AND INSTALL VIDEO DETECTION CAMERA ON SIGNAL POLE OR MAST ARM. COORDINATE DETECTION ZONES WITH ENGINEER. 7 FURNISH AND INSTALL NEW TYPE III-AF SERVICE EQUIPMENT ENCLOSURE. 8 FURNISH AND INSTALL 4-SECTION SIGNAL HEAD. SEE DETAIL A THIS SHEET. AB 9 REMOVE AND SALVAGE EXISTING CONTROLLER CABINET AND EQUIPMENT COMPLETE. DISCONNECT ALL CABLES AND PULL BACK TO HOME RUN PULL BOX. 10 FURNISH AND INSTALL NEW 2070E CONTROLLER WITH 2033 SOFTWARE PROGRAM, NEW SIDE-MOUNTED BATTERY BACKUP SYSTEM, AND 332L CABINET. PULL ALL EXISTING CABLES TO NEW CABINET AND CONNECT PER INTENDED OPERATION. DETAIL B NOT TO SCALE 10 RW 9 7 CB BBS BBS CURB 2"C, 3#2 2"C, 2#62"C, 3#2 BACK OF SIDEWALK RC AB SEE DETAIL B AB CB R10-12(MOD) LEFT TURN ON FLASHING YIELD Page 215 of 551 20 2 3 - 0 2 - 2 2 6: 0 8 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - S I G - 0 1 0 1 T H R U 0 1 0 8 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L T-106 72 TR A F F I C S I G N A L S C H E D U L E T A B L E S N S T A T E S T R E E T A T S C O T T S T R E E T RB JS NOTE:LOCATION OF EXISTING UTILITIES AND STRUCTURES ARE FROM THE BEST INFORMATION AVAILABLE. EXACT LOCATION AND COMPLETENESS ARE NOT GUARANTEED. CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICES ALERT (800) 227-2600 A MINIMUM OF 48 HOURS PRIOR TO ANY EXCAVATION AND POTHOLE FOR EXACT LOCATION. WATTAGE PED. SIGNAL Ø PPBMOUNTING POLE MOUNTING EQUIPMENT AND POLE SCHEDULE LUMINAIRE SPECIAL REQUIREMENTS *LUM. MA (FEET)TYPE SIG. MA STANDARD (FEET) NO. VEHICLE SIGNAL MAST ARM (HPS) NOTE: NOTE: CONDUCTOR SCHEDULE #14 #8 DLC CONDUIT SIZE AWG CIRCUIT RUNS OR CABLE #10 THIS PLAN ACCURATE FOR ELECTRICAL WORK ONLY RS FA RS FA RS FA RS FA RS FA RS FA Page 216 of 551 E1 5 5 8 0 12 / 3 1 / 1 7 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA RICH A R D P . GUG G I A N A E LEC T R I C A L 20 2 3 - 0 2 - 2 2 7: 0 9 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - E L - 0 0 0 1 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 E-001 73 GE N E R A L E L E C T R I C A L JJVL RPG ANNOTATION SWITCHING LIGHTING CONDUIT MAIN SWITCHBOARD DISTRIBUTION PANEL BOARD COMBINATION METER/MAIN SERVICE PANEL BRANCH CIRCUIT PANEL BOARD, SURFACE OR FLUSH MOUNTED LIGHTING CONTROL PANEL SIGNAL TERMINAL CABINET OR CONTROL PANEL SURFACE OR FLUSH MOUNTED SIGNAL TERMINAL BACKBOARD CONCRETE UNDERGROUND HAND HOLE (NUMBER DENOTES CHRISTY SIZE) TRANSFORMER EQUIPMENT OR OR N30 DENOTES # OF TELEPHONE JACKS DENOTES # OF DATA JACKS LL OR OR DENOTES HEIGHT IN INCHES AFF (INTERIOR) AFG (EXTERIOR) GENERAL ELECTRICAL NOTESELECTRICAL SYMBOLS LEGEND KEYNOTE RACEWAY, FEEDER OR CIRCUIT DESIGNATION (SEE SCHEDULE) LIGHTING FIXTURE TYPE DESIGNATION (SEE SCHEDULE) DETAIL INDICATOR SECTION INDICATOR MECHANICAL EQUIPMENT DESIGNATION (SEE SCHEDULE) CCTV CAMERA, CEILING MOUNT INTERCOM CALL IN SWITCH - MOUNTING HEIGHT: +44" AFF, UON TELEPHONE OUTLET FOR WALL MOUNTED TELEPHONE MOUNTING HEIGHT: +44" AFF UON DATA OUTLET - MOUNTING HEIGHT: +18" AFF UON TELEPHONE/DATA OUTLET, FLUSH TYPE UON MOUNTING HEIGHT: +18" AFF UON SURFACE RACEWAY WITH POWER AND TELEPHONE/DATA RECEPTACLES AS INDICATED CATV OUTLET - MOUNTING HEIGHT: +96" AFF UON AUDIO/VIDEO OUTLET - MOUNTING HEIGHT: +18" AFF UON CLOCK WITH BUZZER - MOUNTING HEIGHT: SEE PLANS BELL, STANDARD 6" - MOUNTING HEIGHT: SEE PLANS PA SYSTEM SPEAKER - WALL MOUNTED PA SYSTEM SPEAKER - CEILING MOUNTED PA SYSTEM HORN - MOUNTING HEIGHT: SEE PLANS DUPLEX RECEPTACLE, 20A 125V 2P 3W, GROUNDING TYPE, MOUNTING HEIGHT: +18" AFF UON DUPLEX RECEPTACLE - SPLIT WIRED, SWITCHED DUPLEX RECEPTACLE - EMERGENCY POWER DUPLEX RECEPTACLE - CEILING MOUNTED FLOOR RECEPTACLE, 20A 125V 2P 3W, GROUNDING TYPE, FLUSH TYPE UON DOUBLE DUPLEX RECEPTACLE, 20A 125V 2P 3W, GROUNDING TYPE, MOUNTING HEIGHT: +18" AFF UON SINGLE RECEPTACLE, 20A 125V 2P 3W, GROUNDING TYPE, MOUNTING HEIGHT: +18" AFF UON SPECIAL PURPOSE RECEPTACLE AS DESIGNATED SEE 'SPECIAL SYMBOLS' ON EACH SHEET DUAL SERVICE RECESSED FLOOR BOX WITH DUPLEX AND DATA RECEPTACLES JUNCTION BOX, CODE SIZED UON FLOOR JUNCTION BOX DISCONNECT SWITCH - FUSED WHERE APPLICABLE MOTOR STARTER, COMBINATION WITH DISCONNECT SWITCH MOTOR STARTER OR CONTROLLER MOTOR CONNECTION CEILING EXHAUST FAN WATER HEATER POWER POLE: P=POWER, T=TELEPHONE, D=DATA, C=COMBINATION TEST PORT GROUND ROD GUY WIRE AND ANCHOR THERMOSTAT (SEE MECHANICAL DRAWINGS) COORDINATE MOUNTING HEIGHT BYPASS TIMER OR TIME SWITCH PUSHBUTTON LIGHTING CONTACTOR CONDUIT INSTALLED ABOVE GRADE CONDUIT INSTALLED UNDERGROUND OR UNDER SLAB CONDUIT STUB-OUT WITH CAP FLEXIBLE CONDUIT WHIP TO LIGHT FIXTURE OR EQUIPMENT LIGHTING FIXTURE, RECESSED RECESSED DOWN LIGHT FIXTURE RECESSED DIRECTIONAL FIXTURE (ARROW INDICATES AIMING) LIGHTING FIXTURE, SURFACE MOUNTED SURFACE, PENDANT OR OTHER FIXTURE LARGE DIAMETER PENDANT, DEPICTING APPROXIMATE DIAMETER LIGHTING FIXTURE, WALL MOUNTED WALL-MOUNTED HID, INCANDESCENT, OR COMPACT FLUORESCENT FIXTURE LIGHTING FIXTURE, PENDANT OR CABLE HUNG LIGHT TRACK AND TRACK-MOUNTED FIXTURES BATH FAN WITH INTEGRAL LIGHT EXIT SIGN, SINGLE FACE WITH DIRECTIONAL ARROWS AS INDICATED EXIT SIGN, DOUBLE FACE WITH DIRECTIONAL ARROWS AS INDICATED EXIT SIGN, LOW LEVEL COMBINATION EXIT/EMERGENCY LIGHT FIXTURE MOUNTING HEIGHT: +8'-0" AFF, UON EMERGENCY FIXTURE MOUNTING HEIGHT: +8'-0" AFF, UON DENOTES FIXTURE CONNECTED TO EMERGENCY CIRCUIT ADJUSTABLE SPOT OR FLOOD (ARROW INDICATES AIMING) OUTDOOR SITE LIGHT, POLE MOUNTED LUMINAIRE ARROW INDICATES AIMING DIRECTION, IF APPLICABLE BOLLARD OR POST-TOP FIXTURE LIGHT SWITCH, SPST - MOUNTING HEIGHT: +44" AFF, UON LIGHT SWITCH, DPST - MOUNTING HEIGHT: +44" AFF, UON LIGHT SWITCH, 3-WAY - MOUNTING HEIGHT: +44" AFF, UON LOW VOLTAGE SWITCH, MOMENTARY CONTACT, 3-POS., CENTER-OFF, MOUNTING HEIGHT: +44" AFF, UON TIMER SWITCH - MOUNTING HEIGHT: +44" AFF, UON CIRCUIT AND SWITCH DESIGNATION FOR LIGHTING FIXTURE CIRCUIT AND RELAY DESIGNATION FOR LIGHTING FIXTURES (SEE CORRESPONDING LIGHTING CONTROL PANEL RELAY SCHEDULE) DIMMER SWITCH - MOUNTING HEIGHT: +44" AFF, UON OCCUPANCY SENSOR POWER PACK, 1-CIRCUIT, MOUNTED ABOVE CEILING OCCUPANCY SENSOR POWER PACK, 2-CIRCUIT MOUNTED ABOVE CEILING OCCUPANCY SENSOR, CEILING MOUNTED, LINE VOLTAGE OCCUPANCY SENSOR, CEILING MOUNTED, LOW VOLTAGE OCCUPANCY SENSOR, WALL MOUNTED, LINE VOLTAGE, 1-CIRCUIT MOUNTING HEIGHT: +44" AFF, UON OCCUPANCY SENSOR, WALL MOUNTED, LINE VOLTAGE, 2-CIRCUIT MOUNTING HEIGHT: +44" AFF, UON PHOTO CONTROL SWITCH - MOUNT ON BUILDING EXTERIOR TIME CLOCK FOR LIGHTING CONTROL 1a DENOTES SWITCH DENOTES CIRCUIT DENOTES SWITCH DENOTES TYPE DENOTES WATTS 6R5 DENOTES RELAY DENOTES CIRCUIT COMMUNICATION POWER #10 CONDUIT HOME RUN TO DESIGNATED PANEL, TERMINAL, OR CONTROL CABINET EXAMPLES: NOTE FOR CONDUIT: THE TIC MARKS INDICATE THE QUANTITY OF #12 AWG WIRES OR, IF INDICATED, THE QUANTITY OF OTHER SIZE WIRE OR CABLES. SEE THE SINGLE LINE DIAGRAM FOR FEEDER SIZES. EXAMPLES:= (3) #12 = (2) #10 L1-4 INDICATES BRANCH PANEL INDICATES CIRCUIT BREAKER I.D. COMMA INDICATES MULTIPLE SINGLE POLE CIRCUITS L1-6,8 L1-10/12 SLASH INDICATES MULTI-POLE CIRCUIT = (1) TYPE F1 CABLE. SEE CABLE SCHEDULE. DETAIL NUMBER SHEET NUMBER ON WHICH DETAIL APPEARS SECTION LETTER SHEET NUMBER ON WHICH SECTION APPEARS OR OR OR OBJECT LINES NEW OBJECTS (HEAVY CONTINUOUS LINES, UNDERGROUND CONDUIT HEAVY DASHED LINES) EXISTING OBJECTS TO REMAIN. MAY INCLUDE NEW CIRCUITING ETC. (FINE CONTINUOUS LINES, UNDERGROUND CONDUIT FINE DASHED LINES) EXISTING OBJECTS TO BE DEMOLISHED (EXTRA FINE DASHED LINES, SCREENED) ABBREVIATIONS (D)DEMOLISH (E)EXISTING (F)FUTURE (N)NEW A AMPERES AC ALTERNATING CURRENT AF AMP FRAME AFF ABOVE FINISHED FLOOR AFG ABOVE FINISHED GRADE AHU AIR HANDLING UNIT AIC AMPS INTERRUPTING CAPACITY ANN ANNUNCIATOR ATS AUTOMATIC TRANSFER SWITCH AWG AMERICAN WIRE GAUGE BAT BATTERY BFG BELOW FINISH GRADE CATV CABLE TELEVISION C CONDUIT CB CIRCUIT BREAKER CCTV CLOSED CIRCUIT TELEVISION CO CONDUIT ONLY CPT CONTROL POWER TRANSFORMER CT CURRENT TRANSFORMER CU COPPER DC DIRECT CURRENT EF EXHAUST FAN EGU ENGINE GENERATOR UNIT EM EMERGENCY EMT ELECTRICAL METALLIC TUBING ENT ELECTRICAL NON-METALLIC TUBING EP EXPLOSION PROOF FA FIRE ALARM FACP FIRE ALARM CONTROL PANEL FC FOOT CANDLE FU FUSE GND GROUND GFCI GROUND FAULT CIRCUIT INTERRUPTER GFI GROUND FAULT INTERRUPTER GFR GROUND FAULT RELAY HID HIGH INTENSITY DISCHARGE HOA "HAND-OFF-AUTO" SWITCH HP HORSEPOWER HPS HIGH PRESSURE SODIUM HVAC HEATING, VENTILATION & AIR-CONDITIONING IG ISOLATED GROUND JB JUNCTION BOX KAIC KILO-AMPS INTERRUPTING CAPACITY KV KILOVOLT KVA KILOVOLT-AMP KW KILOWATT KWH KILOWATT-HOUR LED LIGHT EMITTING DIODE LPS LOW PRESSURE SODIUM LV LOW VOLTAGE MCB MAIN CIRCUIT BREAKER MCC MOTOR CONTROL CENTER MCP MOTOR CIRCUIT PROTECTOR MFR MANUFACTURER MH METAL HALIDE MLO MAIN LUGS ONLY MV MEDIUM VOLTAGE N NEUTRAL NIC NOT IN CONTRACT NL NIGHT LIGHT NTS NOT TO SCALE OC ON CENTER P POLE PA PUBLIC ADDRESS PT POTENTIAL TRANSFORMER PVC POLYVINYL CHLORIDE PB PULL BOX, ELECTRICAL RECPT RECEPTACLE, OUTLET RGS RIGID GALVANIZED STEEL (CONDUIT) RVSS REDUCED VOLTAGE SOFT START RTU REMOTE TERMINAL UNIT TBD TO BE DETERMINED TV TELEVISION MONITOR (SET) TVSS TRANS. VOLT. SURGE SUPPRESSOR UF UNDER FLOOR UG UNDERGROUND UON UNLESS OTHERWISE NOTED UPS UNINTERRUPTIBLE POWER SUPPLY V VOLT VA VOLT-AMP VFD VARIABLE FREQUENCY DRIVE WP WEATHERPROOF WPI WEATHERPROOF IN USE XFMR TRANSFORMER 1.COORDINATE WITH CITY OF UKIAH ELECTRIC DEPARTMENT ON ALL ELECTRICAL IMPROVEMENTS. 2.PRIOR TO COMMENCING WORK ON EXISTING SYSTEMS OR WHERE EXISTING SYSTEMS REQUIRE SHUT DOWNS, COORDINATE WITH OWNERS REPRESENTATIVE. WHERE DISCONNECTING, MODIFYING OR WORKING ON EXISTING EQUIPMENT OR SYSTEMS, PROVIDE A WRITTEN METHOD OF PROCEDURE OUTLINING DATES, TIMES, DURATION AND DESCRIPTION OF PROPOSED WORK FOR APPROVAL PRIOR TO COMMENCING WORK . WORK ON EXISTING EQUIPMENT SHALL NOT COMMENCE UNTIL WRITTEN AUTHORIZATION IS GIVEN BY THE OWNERS REPRESENTATIVE. OR D1 PP2 PP1 CS1 CS2 W1 W2 PC TC L a T 3 2 1 J J JI 1 2 TV AV1 C B S S S 1 2 T A 180 WH 1 1 E-501 A E-301 10 F1 LC BT P WH WH T M J J C +48" Page 217 of 551 JT JT JT JT JT JT JT JT JT JT JT JT J T JT D D D 61 2 . 7 6 61 3 . 5 6 209+00 210+00 211+00 212+00 213+00 214+00 JT JT JT JT JT JT JT JT JT JT JT JT JT JT 214+00 215+00 216+00 217+00 218+00 E1 5 5 8 0 12 / 3 1 / 1 7 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA RICH A R D P . GUG G I A N A E LEC T R I C A L 20 2 3 - 0 2 - 2 2 7: 1 3 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - E L - 0 1 0 1 T H R U 0 1 0 4 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 E-101 74 EL E C T R I C A L P L A N S S T A T E S T S T A . 2 0 9 + 5 0 - S T A . 2 1 8 + 5 0 JJVL RPG ST A 2 1 4 + 0 0 M A T C H L I N E S E E B E L O W S STATE ST ST A 2 1 4 + 0 0 M A T C H L I N E S E E A B O V E S STATE ST W M I L L S T E M I L L S T N 0 40'20'10' SHEET KEYNOTES 1.PROVIDE FIXTURE, PHOTOCELL, POLE, CONCRETE POLE BASE, AND PULLBOX AS INDICATED. 2.PROVIDE TYPICAL STREET LIGHT FIXTURE. SEE LIGHT FIXTURE SCHEDULE ON E-601. 3.PROVIDE STREET LIGHTING SYSTEM PULLBOX. INTERCEPT AND CONNECT TO STREET LIGHTING CONDUIT. 4.PROVIDE 2 INCH TYPE 3 CONDUIT PER CALTRANS. SEE TYPICAL ELECTRICAL TRENCH DETAIL 1/E-501. 5.COORDINATE CONNECTION TO CITY OF UKIAH ELECTRIC DEPARTMENT SERVICE POINT. 6.COORDINATE CONNECTION TO CITY OF UKIAH ELECTRIC DEPARTMENT SECONDARY BOX. 7.COORDINATE CONNECTION TO CITY OF UKIAH ELECTRIC DEPARTMENT EXISTING SERVICE POINT. 1.COORDINATE ALL WORK AND SCHEDULE ALL POWER SHUTDOWNS W/ CITY OF UKIAH ELECTRICAL DEPARTMENT. 2.SEE STREET LIGHT WIRING DIAGRAM ON DETAIL 2/E-601 FOR EQUIPMENT RATINGS AND SIZES, CONDUIT AND CABLE SIZES. 3.SEE SINGLE LINE DIAGRAM ON SHEET E-601 FOR EQUIPMENT RATINGS AND SIZES, CONDUIT AND CABLE SIZES. SHEET GENERAL NOTES 1 2 A 37 TYP 1 2 A 37 TYP W G O B B I S T E G O B B I S T (E) TRAFFIC SIGNAL POLE AND COBRA HEAD STREET LIGHT TO REMAIN A 37 TYP 21 2 3 4 1 23 21 3 3 21 3 21 3321 3 21 3 1 23 1 23 3 1 23 1 23 1 23 1 2 4 4 4 4 4 4 4 4 4 3 21 21 3 3 21 3 21 3 21 1 2 3 1 23 3 3 21 3 1 2 3 21 3 4 4 4 4 4 SEE JOINT TRENCH PLANS SEE JOINT TRENCH PLANS SEE JOINT TRENCH PLANS 4 7 6 5 6 5 6 5 (E) TRAFFIC SIGNAL POLE AND COBRA HEAD STREET LIGHT TO REMAIN (E) TRAFFIC SIGNAL POLE AND COBRA HEAD STREET LIGHT TO REMAIN SHEET SPECIAL SYMBOL STREET LIGHT STREET LIGHT (E) COBRA HEAD LIGHT (E) TRAFFIC SIGNAL POLE AND COBRA HEAD STREET LIGHT TO REMAIN 4 4 3 21 4 21 1 4 4 4 4 4 4 4 4 4 4 4 4 4 Page 218 of 551 JT JT D D D 238+00 239+00 240+00 241+00 3 5 + 0 0 3 5 + 5 0 JT JT JT JT JT JT JT JT JT JT JT JT D D D 242+00 243+00 244+00 245+00 E1 5 5 8 0 12 / 3 1 / 1 7 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA RICH A R D P . GUG G I A N A E LEC T R I C A L 20 2 3 - 0 2 - 2 2 7: 1 3 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - E L - 0 1 0 1 T H R U 0 1 0 4 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 E-102 75 EL E C T R I C A L P L A N N S T A T E S T S T A . 2 3 7 + 5 0 - S T A . 2 4 5 + 5 0 JJVL RPG W H E N R Y S T ST A 2 4 1 + 5 0 M A T C H L I N E S E E B E L O W N STATE ST N STATE ST ST A 2 4 1 + 5 0 M A T C H L I N E S E E A B O V E ST A 2 4 5 + 5 0 M A T C H L I N E S E E D W G E - 1 0 4 0 40'20'10' N 1 2 A 37 (E) STREET LIGHTING TO REMAIN (E) STREET LIGHTING TO REMAIN 1 2 A 37 TYP A 37 TYP A 37 TYP (E ) C R E E K 21 1 23123 3 3 3 1 2 3 21 3 21 3 21 3 21 3 1 23 1 2 3 4 4 4 1 2 3 1 2 3 1 2 3 1 2 3 4 4 4 4 4 4 4 4 4 4 4 4 4 JOINT TRENCH (BY OTHERS) SEE JOINT TRENCH PLANS SEE JOINT TRENCH PLANS 6 5 4 SHEET KEYNOTES 1.PROVIDE FIXTURE, PHOTOCELL, POLE, CONCRETE POLE BASE, AND PULLBOX AS INDICATED. 2.PROVIDE TYPICAL STREET LIGHT FIXTURE. SEE LIGHT FIXTURE SCHEDULE ON E-601. 3.PROVIDE STREET LIGHTING SYSTEM PULLBOX. INTERCEPT AND CONNECT TO STREET LIGHTING CONDUIT. 4.PROVIDE 2 INCH TYPE 3 CONDUIT PER CALTRANS. SEE TYPICAL ELECTRICAL TRENCH DETAIL 1/E-501. 5.COORDINATE CONNECTION TO CITY OF UKIAH ELECTRIC DEPARTMENT SERVICE POINT. 6.COORDINATE CONNECTION TO CITY OF UKIAH ELECTRIC DEPARTMENT SECONDARY BOX. 7.COORDINATE CONNECTION TO CITY OF UKIAH ELECTRIC DEPARTMENT EXISTING SERVICE POINT. 1.COORDINATE ALL WORK AND SCHEDULE ALL POWER SHUTDOWNS W/ CITY OF UKIAH ELECTRICAL DEPARTMENT. 2.SEE STREET LIGHT WIRING DIAGRAM ON DETAIL 2/E-601 FOR EQUIPMENT RATINGS AND SIZES, CONDUIT AND CABLE SIZES. 3.SEE SINGLE LINE DIAGRAM ON SHEET E-601 FOR EQUIPMENT RATINGS AND SIZES, CONDUIT AND CABLE SIZES. SHEET GENERAL NOTES SHEET SPECIAL SYMBOL STREET LIGHT STREET LIGHT (E) COBRA HEAD LIGHT SEE JOINT TRENCH PLANS 1 2 3 4 Page 219 of 551 JT JT JT JT JT JT JT JT JT JT JT JT JT JT D D D 246+00 247+00 248+00 249+00 E1 5 5 8 0 12 / 3 1 / 1 7 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA RICH A R D P . GUG G I A N A E LEC T R I C A L 20 2 3 - 0 2 - 2 2 7: 1 4 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - E L - 0 1 0 1 T H R U 0 1 0 4 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 E-103 76 EL E C T R I C A L P L A N N S T A T E S T S T A . 2 4 5 + 5 0 - S T A . 2 5 3 + 5 0 JJVL RPG N 0 40'20'10' N STATE ST ST A 2 4 5 + 5 0 M A T C H L I N E S E E D W G E - 1 0 3 NO R T O N S T SC O T T S T 1 2 A 37 TYP 3 1 2 3 3 21 A 37 TYP213 4 4 4 SEE JOINT TRENCH PLANS 7 765 4 4 SHEET KEYNOTES 1.PROVIDE FIXTURE, PHOTOCELL, POLE, CONCRETE POLE BASE, AND PULLBOX AS INDICATED. 2.PROVIDE TYPICAL STREET LIGHT FIXTURE. SEE LIGHT FIXTURE SCHEDULE ON E-601. 3.PROVIDE STREET LIGHTING SYSTEM PULLBOX. INTERCEPT AND CONNECT TO STREET LIGHTING CONDUIT. 4.PROVIDE 2 INCH TYPE 3 CONDUIT PER CALTRANS. SEE TYPICAL ELECTRICAL TRENCH DETAIL 1/E-501. 5.COORDINATE CONNECTION TO CITY OF UKIAH ELECTRIC DEPARTMENT SERVICE POINT. 6.COORDINATE CONNECTION TO CITY OF UKIAH ELECTRIC DEPARTMENT SECONDARY BOX. 7.COORDINATE CONNECTION TO CITY OF UKIAH ELECTRIC DEPARTMENT EXISTING SERVICE POINT. 8.PROVIDE LIGHT FIXTURE. SEE TRAFFIC SIGNAL EQUIPMENT AND POLE SCHEDULE ON T-106. 1.COORDINATE ALL WORK AND SCHEDULE ALL POWER SHUTDOWNS W/ CITY OF UKIAH ELECTRICAL DEPARTMENT. 2.SEE STREET LIGHT WIRING DIAGRAM ON DETAIL 2/E-601 FOR EQUIPMENT RATINGS AND SIZES, CONDUIT AND CABLE SIZES. 3.SEE SINGLE LINE DIAGRAM ON SHEET E-601 FOR EQUIPMENT RATINGS AND SIZES, CONDUIT AND CABLE SIZES. SHEET GENERAL NOTES SHEET SPECIAL SYMBOL STREET LIGHT STREET LIGHT COBRA HEAD LIGHT (E) TRAFFIC SIGNAL POLE AND COBRA HEAD STREET LIGHT TO REMAIN 1 2 3 3 21 4 1 2 34 4 TRAFFIC SIGNAL POLE AND COBRA HEAD STREET LIGHT 8 Page 220 of 551 E1 5 5 8 0 12 / 3 1 / 1 7 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA RICH A R D P . GUG G I A N A E LEC T R I C A L 20 2 3 - 0 2 - 2 2 7: 3 5 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D E T - E L - 0 5 0 1 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 E-501 77 EL E C T R I C A L D E T A I L S - 1 JJVL RPG 2 INCH TYPE 1 CONDUIT ELBOW AS NECESSARY TO ACCOMMODATE TRENCH DEPTH FINISH GRADE COUPLING 6-INCH MIN COUPLING 2 INCH TYPE 1 CONDUIT 2 INCH TYPE 3 CONDUITNOTE: 1. MAINTAIN A MINIMUM VERTICAL SEPARATION OF 12" WHEN CROSSING UTILITIES. ROUTE CONDUIT EITHER ABOVE OR BELOW OTHER UTILITIES AS NECESSARY TO ACHIEVE THIS SEPARATION WHILE MAINTAINING THE MINIMUM BACKFILL COVERAGE. ROCK FREE NATIVE BACKFILL, 95% COMPACTION #4 MINIMUM SAND ALL AROUND REFER TO JOINT TRENCH PLAN 4 TYPICAL STREET LIGHT PULL BOX - HN1017 NO SCALE 24 " M I N . C O V E R 3" AS REQUIRED 15 " FOIL BACK WARNING TAPE 1 TYPICAL STREET LIGHT TRENCH NO SCALE 2 TYPICAL CONDUIT STUB-UP NO SCALE 98 1 10 2 11 5 7 12 3 14 15 6 13 3-INCH CLR 18'' MIN 1 1 / 2 - I N C H C L R 60 " 17 18 STANDARD HOOK 16 19 20 DETAIL KEYNOTES 1.POURED IN PLACE ROUND CONCRETE SUPPORT BASE. 2.4- NO. 6 VERTICAL BARS WITH NO. 3 TIES @ 8-INCH O.C. SEE NOTE 18. 3.ACCESS HAND-HOLE. 4.NOT USED. 5.GROUT IN ALL AROUND BETWEEN BOTTOM OF POLE BASE FOLLOWING POLE ERECTION AND FINAL LEVELING. 6.STUB CONDUIT UP INTO POLE BASE WIRING CAVITY. (IF TYPE 1 CONDUIT TERMINATE WITH GROUNDING BUSHING.) 7.PROVIDE SUPPORT AND LEVELING NUTS ON TOP AND BOTTOM OF POLE BASE MOUNTING PLATE. MOUNTING PLATE AND MOUNTING BOLTS SHALL BE PER MANUFACTURERS BOLT PATTERN, LENGTH SHALL BE PER MANUFACTURERS SPECIFICATIONS. WITH 2'-0" MIN. EMBEDMENT INTO CONCRETE POLE BASE. 8.TYPICAL TYPE 3 CONDUIT, 3/4-INCH MIN, WITH CONDUCTORS AS INDICATED ON DRAWINGS. 9.TYPICAL INCOMING EXTERIOR BRANCH CIRCUIT CONDUIT AND WIRING FROM U.G. CONDUITS. CONDUIT SHALL ENTER BOX AT 90-DEGREES 10.(1) #12 AWG BARE COPPER GROUND. COIL 30-INCH AT BOTTOM OF FOUNDATION. 11.TOP OF SIDEWALK AS INDICATED ON THE RESPECTIVE AREA SITE PLAN. SEE CIVIL DRAWINGS FOR SIDEWALK DETAILS. 12.BOLTED TYPE WIRE GROUND CONNECTOR. 13.REINFORCED, PRECAST GRADE MOUNTED STREET LIGHT PULL BOX, JENSEN H1017 OR EQUAL. PROVIDE WITH OPEN BOTTOM. ALL SPLICES SHALL BE MADE IN THE PULL BOX AND SHALL BE WATERPROOF, CAST TYPE. 14.WIRING TO LIGHT FIXTURE. CONNECT COMPLETE. 15.WATERPROOF IN-LINE FUSES. 16.COMPACTED AGGREGATE BASE FLOOR ON UNDISTURBED EARTH. 17.WHERE THERE ARE EXISTING POLE MOUNTED FIXTURES ON THE JOB SITE, MODIFY DIAMETER OF POLE BASE TO MATCH EXISTING. MINIMUM DIAMETER SHALL BE 18-INCH. 18.LATERAL REINFORCEMENT SHALL BE DISTRIBUTED WITHIN 5-INCHES OF THE TOP OF THE COLUMN AND SHALL CONSIST OF 2-NO. 4 OR 3-NO. 3 BARS. (PER ACI318 - 7.10.5.6) 19.PROVIDE BELL-END ON ALL CONDUITS. GROUT AND SEAL CONDUIT ENTRY INTO PULL BOX. 20.LABEL COVER WITH "STREETLIGHT" OR SIMILAR. SURFACE PAVEMENT PER CIVIL DRAWINGS 3 TYPICAL CONCRETE POLE BASE NO SCALE SIDEWALK CURB STREE T L I G H T 15 5 16" 193 4" 143 8" 97 8" 13 4" 12" LIFTING HOLELIFTING HOLE 10" x 17" (NOMINAL I.D.) DIRECT BOLT DOWN BRACKETS STANDARD. SNAP IN PLACE CLIPS AND NUTS PRE-INSTALLED ·ETCHED POLYPROPYLENE FACE ·FACE ANCHORED IN CONCRETE ·ULTRA-VIOLET INHIBITOR CONCRETE STEEL REINFORCED BOLT DOWN LID COVER BOX HN1017-B Page 221 of 551 LIGHTING FIXTURE SCHEDULE TYPE MARK MANUFACTURER MODEL FIXTURE DESCRIPTION MOUNTING LAMP TYPE COLOR TEMP WATTAGE A PHILIPS LUMEC DMS50-35W32LED3K-T-LE2S-UNV-DMG-SMA-PHXL-RC-BKTX DOMUS 50 15' POLE MOUNTED LED 3000 K 37 E1 5 5 8 0 12 / 3 1 / 1 7 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA RICH A R D P . GUG G I A N A E LEC T R I C A L 20 2 3 - 0 2 - 2 2 7: 1 5 P M RB E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - S L D - E L - 0 6 0 1 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 E-601 78 SI N G L E L I N E D I A G R A M & S C H E D U L E JJVL RPG 1 SINGLE LINE DIAGRAM - STANDARD STREET LIGHT SCALE: NOT TO SCALE TYPE C SPLICE PER CALTRANS ES-13A BREAKAWAY FUSE HOLDER IN LIGHT POLE #12 AWG #10 AWG TYPICAL STREET LIGHT PULL BOX TO NEXT STREET LIGHT PULL BOX STREET LIGHT FIXTURE 2 STREET LIGHT WIRING DIAGRAM SCALE: NOT TO SCALE TO NEXT STREET LIGHT PULL BOX NOTES: 1.STREET LIGHT WIRING IN 2" CONDUIT, UON. SECONDARY BOX TO NEXT STREET LIGHT 10A FUSE W/ BREAKAWAY FUSE HOLDER IN STREET LIGHT PULL BOX (TYP) #10 AWG (TYP) #12 AWG (TYP) TO NEXT STREET LIGHT TO NEXT STREET LIGHT STREET LIGHT PULL BOX (TYP) STREET LIGHT PULLBOX ACROSS THE STREET 30A SERVICE FUSE IN STREET LIGHT PULL BOX 30A FUSED TAP STREET LIGHT FEED IS ALWAYS: 1.FROM TRANSFORMER OR SECONDARY BOX - PROVIDED BY THE CITY OF UKIAH ELECTRICAL DEPARTMENT. 2.FUSED. STREET LIGHT PULL BOX: 1.INDIVIDUAL STREET LIGHT ARE FUSED IN ADJACENT STREET LIGHT PULL BOX. 2.STREET LIGHT CROSSING ARE FUSED. 3.STREET LIGHT FEED IS CONTINUOUS FUSE TO LUMINAIRE. (E) 240/120V SINGLE PHASE, 3W CITY OF UKIAH SERVICE STREET LIGHT FIXTURE (TYP) Page 222 of 551 206+00 207+00 208+00 209+00 210+00 1 0 1 + 0 0 1 0 2 + 0 0 ALIGN SCORING WITH EXISTING ADJACENT SCORE PATTERN STATE STREET STATE STREET W E S T G O B B I S T 20 2 3 - 0 2 - 2 2 11 : 0 6 A M YH U \\ W R T D E S I G N . C O M \ S F - L D R I V E \ 8 0 0 0 \ 8 3 3 3 . 0 2 U K I A H D O W N T O W N S T R E E T S C A P E P H A S E 2 \ 4 - D O C U M E N T S \ 4 - 9 5 % C D \ S H E E T S \ L M . 1 0 1 G O B B I S T R E E T . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R NIA C I V I L JER E M Y M . SC H M A L 10 0 % D E S I G N P L A N S NO T F O R C O N S T R U C T I O N GOBBI STREET LM.1010020'40' SCALE: 1" = 20' N MA T C H L I N E S E E S H E E T L M . 1 0 2 TRASH RECEPTACLE, SURFACE MOUNT TYPESYMBOL BIKE RACK, SURFACE MOUNT BENCH, SURFACE MOUNT PEDESTRIAN-LEVEL STREET LIGHT TYPE CIP PEDESTRIAN CONCRETE PAVING WITH MEDIUM BROOM FINISH, SCORE JOINT PER DETAIL CIP PEDESTRIAN CONCRETE PAVING WITH MEDIUM BROOM FINISH FINISH, 1.5'X3' SCORE JOINT GRID PER DETAIL PLANTER RAIL LANDSCAPE LAYOUT NOTES SYMBOLS AND ABBREVIATIONS SED (E) EQ PASEE ELECTRICAL DRAWINGS EXISTING EQUAL PLANTING AREA TYP TYPICAL OC ON CENTER AB AGGREGATE BASE 1.ALL LAYOUT WORK SHALL BE APPROVED BY THE ENGINEER PRIOR TO THE START OF ANY EXCAVATION. 2.ALL DIMENSIONS ON THE DRAWINGS ARE IN FEET AND INCHES. 3.REFER TO CIVIL HORIZONTAL CONTROL PLANS FOR CURB, GUTTER, SIDWALK CURB-RAMP AND DRIVEWAY DIMENSIONING INFORMATION, AND FOR TREE LOCATION STATION POINTS. 4.REFOR TO CIVIL GRADING PLANS FOR GRADING INFORMATION. 5.LIGHT FIXTURES SHOWN FOR REFERENCE. REFER TO CIVIL HORIZONTAL CONTROL PLANS FOR FIXTURE LOCATIONS. REFER TO ELECTRICAL LIGHTING PLANS FOR CIRCUITRY AND COMPLETE FIXTURE SPECIFICATIONS. 6.UNLESS SHOWN OTHERWISE THE FOLLOWING SHALL GOVERN THE ALIGNMENT OF PAVEMENT, HARDSCAPE AND SCORELINES: EDGES OF PAVING AND SCORING ARE PARALLEL OR PERPENDICULAR TO THE STRAIGHT LINE. FURNISHING SHALL BE INSTALLED PARALLEL OR PERPENDICULAR TO PAVING AND OTHER BUILT WORK. PAVEMENT AND HARDSCAPE WORK ARE TO BE PARALLEL OR PERPENDICULAR TO THE FACE OF BUILDING, EDGES OF PAVING AND SCORELINES SHALL ALIGN TO THE FACES OR CENTERLINES OF BUILDINGS, COLUMNS AND EXISTING HARDSCAPE ELEMENTS INDICATED TO REMAIN. 7.SCORELINES, EDGES OF PAVEMENT, CHANGES IN PAVEMENT COLOR AND TEXTURE, AND HARDSCAPE ELEMENTS SHALL ALIGN AS INDICATED. 8.INSTALL SCORE MARKS AT AN EVEN SPACING AS SHOWN IN THE PLAN. ADJUST 4'-0" X 4'-0" +/- GRID TO PROVIDE EVEN SPACING BETWEEN TREE WELLS AND TO ALIGN WITH EDGES OF PAVEMENT, AS SHOWN ON PLAN. 9.INSTALL EXPANSION JOINTS WITH SEALANT AT ALL BUILDING WALLS, EDGE OF STRUCTURE, COLUMNS, ETC. LOCATE EXPANSION JOINTS IN SIDEWALK AT INTERVAL CLOSEST TO 20 FEET BUT NO MORE THAN 30 FEET APART. PLACE EXPANSION JOINTS AT THOSE INTERVALS IN LIEU OF SCORE LINES SHOWN ON PLAN. 10.ELIMINATE SCORE LINES THAT WOULD OCCUR TWO INCHES OR LESS FROM AN EXISTING WALL OR THE LIMIT OF WORK. 11.THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE VERIFICATION OF THE LOCATIONS OF ALL UTILITIES IN THE FIELD. LOCATIONS SHOWN ON THE PLAN ARE APPROXIMATE AND FOR GENERAL INFORMATION ONLY. THE CONTRACTOR SHALL NOTIFY UTILITY SERVICES AT LEAST 48 HOURS PRIOR TO ANY EXCAVATION ON THIS PROJECT. 12.CONTRACTOR SHALL REPAIR AT HIS/HER OWN EXPENSE ANY DAMAGE, WHETHER INSIDE OR OUTSIDE OF THE LIMIT OF WORK LINE, TO UTILITY SYSTEMS, SURFACE PAVEMENTS, FIXTURES OR STRUCTURES THAT ARE NOT SPECIFICALLY INDICATED TO BE REMOVED OR RELOCATED AS PART OF THE PROJECT CONSTRUCTION. 13.THE CONTRACTOR SHALL EXERCISE PARTICULAR CARE WHILE WORKING IN THE VICINITY OF ACTIVE UTILITY AND DRAINAGE STRUCTURES. IN THE EVENT THAT ANY EXISTING STRUCTURES OR UTILITIES ARE DAMAGED AND THE SERVICES DISRUPTED, THE LINES SHALL BE IMMEDIATELY REPAIRED AND THE SERVICES RESTORED AS DIRECTED BY THE ENGINEER AT NO COST TO THE OWNER. (N)NEW CIP CAST IN PLACE LANDSCAPE LAYOUT LEGEND DETAIL EXISTING TREE TO REMAIN AND BE PROTECTED 2 LM.501 SED SCD SCD 3 LM.501 TREE PIT WITH DECOMPOSED GRANITE MULCH 3'X5' OR 5'X8' PER PLAN 6 LP.501 EXISTING UTILITY POLE, SCD EXISTING SPECIALTY PAVING TO REMAIN AND BE PROTECTED SCD SEE CIVIL DRAWINGS THERMOPLASTIC DECORATIVE TREATMENT AT CROSSWALKS SCD CIP VEHICULAR CONCRETE PAVING WITH MEDIUM BROOM FINISH, SCORE JOINT PER DETAIL SCD BRICK BAND, TYP. PA C3 PLANTING AREAPA BIORETENTION PLANTING AREA SCD 5 & 6 LM.501 5 & 6 LM.501 6 LM.501 4 & 5 LM.501 1 LM.501 Page 223 of 551 211+00 212+00 213+00 214+00 1+00 PA PASTATE STREETSTATE STREET 20 2 3 - 0 2 - 2 2 11 : 0 9 A M YH U \\ W R T D E S I G N . C O M \ S F - L D R I V E \ 8 0 0 0 \ 8 3 3 3 . 0 2 U K I A H D O W N T O W N S T R E E T S C A P E P H A S E 2 \ 4 - D O C U M E N T S \ 4 - 9 5 % C D \ S H E E T S \ L M . 1 0 2 U K I A H G A T E W A Y . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R NIA C I V I L JER E M Y M . SC H M A L 10 0 % D E S I G N P L A N S NO T F O R C O N S T R U C T I O N UKIAH GATEWAY LM.1020020'40' SCALE: 1" = 20' N MA T C H L I N E S E E S H E E T L M . 1 0 3 MA T C H L I N E S E E S H E E T L M . 1 0 1 TRASH RECEPTACLE, SURFACE MOUNT TYPESYMBOL BIKE RACK, SURFACE MOUNT BENCH, SURFACE MOUNT PEDESTRIAN-LEVEL STREET LIGHT TYPE CIP PEDESTRIAN CONCRETE PAVING WITH MEDIUM BROOM FINISH, SCORE JOINT PER DETAIL CIP PEDESTRIAN CONCRETE PAVING WITH MEDIUM BROOM FINISH FINISH, 1.5'X3' SCORE JOINT GRID PER DETAIL PLANTER RAIL LANDSCAPE LAYOUT NOTES SYMBOLS AND ABBREVIATIONS SED (E) EQ PASEE ELECTRICAL DRAWINGS EXISTING EQUAL PLANTING AREA TYP TYPICAL OC ON CENTER AB AGGREGATE BASE 1.ALL LAYOUT WORK SHALL BE APPROVED BY THE ENGINEER PRIOR TO THE START OF ANY EXCAVATION. 2.ALL DIMENSIONS ON THE DRAWINGS ARE IN FEET AND INCHES. 3.REFER TO CIVIL HORIZONTAL CONTROL PLANS FOR CURB, GUTTER, SIDWALK CURB-RAMP AND DRIVEWAY DIMENSIONING INFORMATION, AND FOR TREE LOCATION STATION POINTS. 4.REFOR TO CIVIL GRADING PLANS FOR GRADING INFORMATION. 5.LIGHT FIXTURES SHOWN FOR REFERENCE. REFER TO CIVIL HORIZONTAL CONTROL PLANS FOR FIXTURE LOCATIONS. REFER TO ELECTRICAL LIGHTING PLANS FOR CIRCUITRY AND COMPLETE FIXTURE SPECIFICATIONS. 6.UNLESS SHOWN OTHERWISE THE FOLLOWING SHALL GOVERN THE ALIGNMENT OF PAVEMENT, HARDSCAPE AND SCORELINES: EDGES OF PAVING AND SCORING ARE PARALLEL OR PERPENDICULAR TO THE STRAIGHT LINE. FURNISHING SHALL BE INSTALLED PARALLEL OR PERPENDICULAR TO PAVING AND OTHER BUILT WORK. PAVEMENT AND HARDSCAPE WORK ARE TO BE PARALLEL OR PERPENDICULAR TO THE FACE OF BUILDING, EDGES OF PAVING AND SCORELINES SHALL ALIGN TO THE FACES OR CENTERLINES OF BUILDINGS, COLUMNS AND EXISTING HARDSCAPE ELEMENTS INDICATED TO REMAIN. 7.SCORELINES, EDGES OF PAVEMENT, CHANGES IN PAVEMENT COLOR AND TEXTURE, AND HARDSCAPE ELEMENTS SHALL ALIGN AS INDICATED. 8.INSTALL SCORE MARKS AT AN EVEN SPACING AS SHOWN IN THE PLAN. ADJUST 4'-0" X 4'-0" +/- GRID TO PROVIDE EVEN SPACING BETWEEN TREE WELLS AND TO ALIGN WITH EDGES OF PAVEMENT, AS SHOWN ON PLAN. 9.INSTALL EXPANSION JOINTS WITH SEALANT AT ALL BUILDING WALLS, EDGE OF STRUCTURE, COLUMNS, ETC. LOCATE EXPANSION JOINTS IN SIDEWALK AT INTERVAL CLOSEST TO 20 FEET BUT NO MORE THAN 30 FEET APART. PLACE EXPANSION JOINTS AT THOSE INTERVALS IN LIEU OF SCORE LINES SHOWN ON PLAN. 10.ELIMINATE SCORE LINES THAT WOULD OCCUR TWO INCHES OR LESS FROM AN EXISTING WALL OR THE LIMIT OF WORK. 11.THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE VERIFICATION OF THE LOCATIONS OF ALL UTILITIES IN THE FIELD. LOCATIONS SHOWN ON THE PLAN ARE APPROXIMATE AND FOR GENERAL INFORMATION ONLY. THE CONTRACTOR SHALL NOTIFY UTILITY SERVICES AT LEAST 48 HOURS PRIOR TO ANY EXCAVATION ON THIS PROJECT. 12.CONTRACTOR SHALL REPAIR AT HIS/HER OWN EXPENSE ANY DAMAGE, WHETHER INSIDE OR OUTSIDE OF THE LIMIT OF WORK LINE, TO UTILITY SYSTEMS, SURFACE PAVEMENTS, FIXTURES OR STRUCTURES THAT ARE NOT SPECIFICALLY INDICATED TO BE REMOVED OR RELOCATED AS PART OF THE PROJECT CONSTRUCTION. 13.THE CONTRACTOR SHALL EXERCISE PARTICULAR CARE WHILE WORKING IN THE VICINITY OF ACTIVE UTILITY AND DRAINAGE STRUCTURES. IN THE EVENT THAT ANY EXISTING STRUCTURES OR UTILITIES ARE DAMAGED AND THE SERVICES DISRUPTED, THE LINES SHALL BE IMMEDIATELY REPAIRED AND THE SERVICES RESTORED AS DIRECTED BY THE ENGINEER AT NO COST TO THE OWNER. (N)NEW CIP CAST IN PLACE LANDSCAPE LAYOUT LEGEND DETAIL EXISTING TREE TO REMAIN AND BE PROTECTED 2 LM.501 SED SCD SCD 3 LM.501 TREE PIT WITH DECOMPOSED GRANITE MULCH 3'X5' OR 5'X8' PER PLAN 6 LP.501 EXISTING UTILITY POLE, SCD EXISTING SPECIALTY PAVING TO REMAIN AND BE PROTECTED SCD SEE CIVIL DRAWINGS THERMOPLASTIC DECORATIVE TREATMENT AT CROSSWALKS SCD CIP VEHICULAR CONCRETE PAVING WITH MEDIUM BROOM FINISH, SCORE JOINT PER DETAIL SCD BRICK BAND, TYP. PA C3 PLANTING AREAPA BIORETENTION PLANTING AREA SCD 5 & 6 LM.501 5 & 6 LM.501 6 LM.501 4 & 5 LM.501 1 LM.501 Page 224 of 551 W M I L L S T R E E T STATE STREET MATCH ADJACENT SCORE PATTERN ON MILL ST. PA PA STATE STREET W E S T M I L L S T 20 2 3 - 0 2 - 2 2 11 : 1 2 A M YH U \\ W R T D E S I G N . C O M \ S F - L D R I V E \ 8 0 0 0 \ 8 3 3 3 . 0 2 U K I A H D O W N T O W N S T R E E T S C A P E P H A S E 2 \ 4 - D O C U M E N T S \ 4 - 9 5 % C D \ S H E E T S \ L M . 1 0 3 M I L L S T R E E T . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R NIA C I V I L JER E M Y M . SC H M A L 10 0 % D E S I G N P L A N S NO T F O R C O N S T R U C T I O N MILL STREET LM.103 00 20'40' SCALE: 1" = 20' N MA T C H L I N E S E E S H E E T L M . 1 0 2 TRASH RECEPTACLE, SURFACE MOUNT TYPESYMBOL BIKE RACK, SURFACE MOUNT BENCH, SURFACE MOUNT PEDESTRIAN-LEVEL STREET LIGHT TYPE CIP PEDESTRIAN CONCRETE PAVING WITH MEDIUM BROOM FINISH, SCORE JOINT PER DETAIL CIP PEDESTRIAN CONCRETE PAVING WITH MEDIUM BROOM FINISH FINISH, 1.5'X3' SCORE JOINT GRID PER DETAIL PLANTER RAIL LANDSCAPE LAYOUT NOTES SYMBOLS AND ABBREVIATIONS SED (E) EQ PASEE ELECTRICAL DRAWINGS EXISTING EQUAL PLANTING AREA TYP TYPICAL OC ON CENTER AB AGGREGATE BASE 1.ALL LAYOUT WORK SHALL BE APPROVED BY THE ENGINEER PRIOR TO THE START OF ANY EXCAVATION. 2.ALL DIMENSIONS ON THE DRAWINGS ARE IN FEET AND INCHES. 3.REFER TO CIVIL HORIZONTAL CONTROL PLANS FOR CURB, GUTTER, SIDWALK CURB-RAMP AND DRIVEWAY DIMENSIONING INFORMATION, AND FOR TREE LOCATION STATION POINTS. 4.REFOR TO CIVIL GRADING PLANS FOR GRADING INFORMATION. 5.LIGHT FIXTURES SHOWN FOR REFERENCE. REFER TO CIVIL HORIZONTAL CONTROL PLANS FOR FIXTURE LOCATIONS. REFER TO ELECTRICAL LIGHTING PLANS FOR CIRCUITRY AND COMPLETE FIXTURE SPECIFICATIONS. 6.UNLESS SHOWN OTHERWISE THE FOLLOWING SHALL GOVERN THE ALIGNMENT OF PAVEMENT, HARDSCAPE AND SCORELINES: EDGES OF PAVING AND SCORING ARE PARALLEL OR PERPENDICULAR TO THE STRAIGHT LINE. FURNISHING SHALL BE INSTALLED PARALLEL OR PERPENDICULAR TO PAVING AND OTHER BUILT WORK. PAVEMENT AND HARDSCAPE WORK ARE TO BE PARALLEL OR PERPENDICULAR TO THE FACE OF BUILDING, EDGES OF PAVING AND SCORELINES SHALL ALIGN TO THE FACES OR CENTERLINES OF BUILDINGS, COLUMNS AND EXISTING HARDSCAPE ELEMENTS INDICATED TO REMAIN. 7.SCORELINES, EDGES OF PAVEMENT, CHANGES IN PAVEMENT COLOR AND TEXTURE, AND HARDSCAPE ELEMENTS SHALL ALIGN AS INDICATED. 8.INSTALL SCORE MARKS AT AN EVEN SPACING AS SHOWN IN THE PLAN. ADJUST 4'-0" X 4'-0" +/- GRID TO PROVIDE EVEN SPACING BETWEEN TREE WELLS AND TO ALIGN WITH EDGES OF PAVEMENT, AS SHOWN ON PLAN. 9.INSTALL EXPANSION JOINTS WITH SEALANT AT ALL BUILDING WALLS, EDGE OF STRUCTURE, COLUMNS, ETC. LOCATE EXPANSION JOINTS IN SIDEWALK AT INTERVAL CLOSEST TO 20 FEET BUT NO MORE THAN 30 FEET APART. PLACE EXPANSION JOINTS AT THOSE INTERVALS IN LIEU OF SCORE LINES SHOWN ON PLAN. 10.ELIMINATE SCORE LINES THAT WOULD OCCUR TWO INCHES OR LESS FROM AN EXISTING WALL OR THE LIMIT OF WORK. 11.THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE VERIFICATION OF THE LOCATIONS OF ALL UTILITIES IN THE FIELD. LOCATIONS SHOWN ON THE PLAN ARE APPROXIMATE AND FOR GENERAL INFORMATION ONLY. THE CONTRACTOR SHALL NOTIFY UTILITY SERVICES AT LEAST 48 HOURS PRIOR TO ANY EXCAVATION ON THIS PROJECT. 12.CONTRACTOR SHALL REPAIR AT HIS/HER OWN EXPENSE ANY DAMAGE, WHETHER INSIDE OR OUTSIDE OF THE LIMIT OF WORK LINE, TO UTILITY SYSTEMS, SURFACE PAVEMENTS, FIXTURES OR STRUCTURES THAT ARE NOT SPECIFICALLY INDICATED TO BE REMOVED OR RELOCATED AS PART OF THE PROJECT CONSTRUCTION. 13.THE CONTRACTOR SHALL EXERCISE PARTICULAR CARE WHILE WORKING IN THE VICINITY OF ACTIVE UTILITY AND DRAINAGE STRUCTURES. IN THE EVENT THAT ANY EXISTING STRUCTURES OR UTILITIES ARE DAMAGED AND THE SERVICES DISRUPTED, THE LINES SHALL BE IMMEDIATELY REPAIRED AND THE SERVICES RESTORED AS DIRECTED BY THE ENGINEER AT NO COST TO THE OWNER. (N)NEW CIP CAST IN PLACE LANDSCAPE LAYOUT LEGEND DETAIL EXISTING TREE TO REMAIN AND BE PROTECTED 2 LM.501 SED SCD SCD 3 LM.501 TREE PIT WITH DECOMPOSED GRANITE MULCH 3'X5' OR 5'X8' PER PLAN 6 LP.501 EXISTING UTILITY POLE, SCD EXISTING SPECIALTY PAVING TO REMAIN AND BE PROTECTED SCD SEE CIVIL DRAWINGS THERMOPLASTIC DECORATIVE TREATMENT AT CROSSWALKS SCD CIP VEHICULAR CONCRETE PAVING WITH MEDIUM BROOM FINISH, SCORE JOINT PER DETAIL SCD BRICK BAND, TYP. PA C3 PLANTING AREAPA BIORETENTION PLANTING AREA SCD 5 & 6 LM.501 5 & 6 LM.501 6 LM.501 4 & 5 LM.501 1 LM.501 Page 225 of 551 240+00 241+00 242+00 243+00 244+00 27+00 28+00 29+00 30+00 31+0031+00 PA C3 STATE STREET W E S T H E N R Y S T 20 2 3 - 0 2 - 2 2 11 : 1 5 A M YH U \\ W R T D E S I G N . C O M \ S F - L D R I V E \ 8 0 0 0 \ 8 3 3 3 . 0 2 U K I A H D O W N T O W N S T R E E T S C A P E P H A S E 2 \ 4 - D O C U M E N T S \ 4 - 9 5 % C D \ S H E E T S \ L M . 1 0 4 W H E N R Y S T R E E T . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R NIA C I V I L JER E M Y M . SC H M A L 10 0 % D E S I G N P L A N S NO T F O R C O N S T R U C T I O N W HENRY STREET LM.1040020'40' SCALE: 1" = 20' N TRASH RECEPTACLE, SURFACE MOUNT TYPESYMBOL BIKE RACK, SURFACE MOUNT BENCH, SURFACE MOUNT PEDESTRIAN-LEVEL STREET LIGHT TYPE CIP PEDESTRIAN CONCRETE PAVING WITH MEDIUM BROOM FINISH, SCORE JOINT PER DETAIL CIP PEDESTRIAN CONCRETE PAVING WITH MEDIUM BROOM FINISH FINISH, 1.5'X3' SCORE JOINT GRID PER DETAIL PLANTER RAIL LANDSCAPE LAYOUT NOTES SYMBOLS AND ABBREVIATIONS SED (E) EQ PASEE ELECTRICAL DRAWINGS EXISTING EQUAL PLANTING AREA TYP TYPICAL OC ON CENTER AB AGGREGATE BASE 1.ALL LAYOUT WORK SHALL BE APPROVED BY THE ENGINEER PRIOR TO THE START OF ANY EXCAVATION. 2.ALL DIMENSIONS ON THE DRAWINGS ARE IN FEET AND INCHES. 3.REFER TO CIVIL HORIZONTAL CONTROL PLANS FOR CURB, GUTTER, SIDWALK CURB-RAMP AND DRIVEWAY DIMENSIONING INFORMATION, AND FOR TREE LOCATION STATION POINTS. 4.REFOR TO CIVIL GRADING PLANS FOR GRADING INFORMATION. 5.LIGHT FIXTURES SHOWN FOR REFERENCE. REFER TO CIVIL HORIZONTAL CONTROL PLANS FOR FIXTURE LOCATIONS. REFER TO ELECTRICAL LIGHTING PLANS FOR CIRCUITRY AND COMPLETE FIXTURE SPECIFICATIONS. 6.UNLESS SHOWN OTHERWISE THE FOLLOWING SHALL GOVERN THE ALIGNMENT OF PAVEMENT, HARDSCAPE AND SCORELINES: EDGES OF PAVING AND SCORING ARE PARALLEL OR PERPENDICULAR TO THE STRAIGHT LINE. FURNISHING SHALL BE INSTALLED PARALLEL OR PERPENDICULAR TO PAVING AND OTHER BUILT WORK. PAVEMENT AND HARDSCAPE WORK ARE TO BE PARALLEL OR PERPENDICULAR TO THE FACE OF BUILDING, EDGES OF PAVING AND SCORELINES SHALL ALIGN TO THE FACES OR CENTERLINES OF BUILDINGS, COLUMNS AND EXISTING HARDSCAPE ELEMENTS INDICATED TO REMAIN. 7.SCORELINES, EDGES OF PAVEMENT, CHANGES IN PAVEMENT COLOR AND TEXTURE, AND HARDSCAPE ELEMENTS SHALL ALIGN AS INDICATED. 8.INSTALL SCORE MARKS AT AN EVEN SPACING AS SHOWN IN THE PLAN. ADJUST 4'-0" X 4'-0" +/- GRID TO PROVIDE EVEN SPACING BETWEEN TREE WELLS AND TO ALIGN WITH EDGES OF PAVEMENT, AS SHOWN ON PLAN. 9.INSTALL EXPANSION JOINTS WITH SEALANT AT ALL BUILDING WALLS, EDGE OF STRUCTURE, COLUMNS, ETC. LOCATE EXPANSION JOINTS IN SIDEWALK AT INTERVAL CLOSEST TO 20 FEET BUT NO MORE THAN 30 FEET APART. PLACE EXPANSION JOINTS AT THOSE INTERVALS IN LIEU OF SCORE LINES SHOWN ON PLAN. 10.ELIMINATE SCORE LINES THAT WOULD OCCUR TWO INCHES OR LESS FROM AN EXISTING WALL OR THE LIMIT OF WORK. 11.THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE VERIFICATION OF THE LOCATIONS OF ALL UTILITIES IN THE FIELD. LOCATIONS SHOWN ON THE PLAN ARE APPROXIMATE AND FOR GENERAL INFORMATION ONLY. THE CONTRACTOR SHALL NOTIFY UTILITY SERVICES AT LEAST 48 HOURS PRIOR TO ANY EXCAVATION ON THIS PROJECT. 12.CONTRACTOR SHALL REPAIR AT HIS/HER OWN EXPENSE ANY DAMAGE, WHETHER INSIDE OR OUTSIDE OF THE LIMIT OF WORK LINE, TO UTILITY SYSTEMS, SURFACE PAVEMENTS, FIXTURES OR STRUCTURES THAT ARE NOT SPECIFICALLY INDICATED TO BE REMOVED OR RELOCATED AS PART OF THE PROJECT CONSTRUCTION. 13.THE CONTRACTOR SHALL EXERCISE PARTICULAR CARE WHILE WORKING IN THE VICINITY OF ACTIVE UTILITY AND DRAINAGE STRUCTURES. IN THE EVENT THAT ANY EXISTING STRUCTURES OR UTILITIES ARE DAMAGED AND THE SERVICES DISRUPTED, THE LINES SHALL BE IMMEDIATELY REPAIRED AND THE SERVICES RESTORED AS DIRECTED BY THE ENGINEER AT NO COST TO THE OWNER. (N)NEW CIP CAST IN PLACE LANDSCAPE LAYOUT LEGEND DETAIL EXISTING TREE TO REMAIN AND BE PROTECTED 2 LM.501 SED SCD SCD 3 LM.501 TREE PIT WITH DECOMPOSED GRANITE MULCH 3'X5' OR 5'X8' PER PLAN 6 LP.501 EXISTING UTILITY POLE, SCD EXISTING SPECIALTY PAVING TO REMAIN AND BE PROTECTED SCD SEE CIVIL DRAWINGS THERMOPLASTIC DECORATIVE TREATMENT AT CROSSWALKS SCD CIP VEHICULAR CONCRETE PAVING WITH MEDIUM BROOM FINISH, SCORE JOINT PER DETAIL SCD BRICK BAND, TYP. PA C3 PLANTING AREAPA BIORETENTION PLANTING AREA SCD 5 & 6 LM.501 5 & 6 LM.501 6 LM.501 4 & 5 LM.501 1 LM.501 Page 226 of 551 245+00 246+00 247+00 248+00 249+00 55 + 0 0 56 + 0 0 PA PA C3 PA C3 PA C3 PA PA STATE STREET STATE STREET N O R T O N S T R E E T SC O T T S T R E E T 20 2 3 - 0 2 - 2 2 11 : 1 7 A M YH U \\ W R T D E S I G N . C O M \ S F - L D R I V E \ 8 0 0 0 \ 8 3 3 3 . 0 2 U K I A H D O W N T O W N S T R E E T S C A P E P H A S E 2 \ 4 - D O C U M E N T S \ 4 - 9 5 % C D \ S H E E T S \ L M . 1 0 5 N O R T O N S T R E E T . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R NIA C I V I L JER E M Y M . SC H M A L 10 0 % D E S I G N P L A N S NO T F O R C O N S T R U C T I O N NORTON ST LM.1050020'40' SCALE: 1" = 20' N MA T C H L I N E S E E S H E E T L M . 1 0 4 TRASH RECEPTACLE, SURFACE MOUNT TYPESYMBOL BIKE RACK, SURFACE MOUNT BENCH, SURFACE MOUNT PEDESTRIAN-LEVEL STREET LIGHT TYPE CIP PEDESTRIAN CONCRETE PAVING WITH MEDIUM BROOM FINISH, SCORE JOINT PER DETAIL CIP PEDESTRIAN CONCRETE PAVING WITH MEDIUM BROOM FINISH FINISH, 1.5'X3' SCORE JOINT GRID PER DETAIL PLANTER RAIL LANDSCAPE LAYOUT NOTES SYMBOLS AND ABBREVIATIONS SED (E) EQ PASEE ELECTRICAL DRAWINGS EXISTING EQUAL PLANTING AREA TYP TYPICAL OC ON CENTER AB AGGREGATE BASE 1.ALL LAYOUT WORK SHALL BE APPROVED BY THE ENGINEER PRIOR TO THE START OF ANY EXCAVATION. 2.ALL DIMENSIONS ON THE DRAWINGS ARE IN FEET AND INCHES. 3.REFER TO CIVIL HORIZONTAL CONTROL PLANS FOR CURB, GUTTER, SIDWALK CURB-RAMP AND DRIVEWAY DIMENSIONING INFORMATION, AND FOR TREE LOCATION STATION POINTS. 4.REFOR TO CIVIL GRADING PLANS FOR GRADING INFORMATION. 5.LIGHT FIXTURES SHOWN FOR REFERENCE. REFER TO CIVIL HORIZONTAL CONTROL PLANS FOR FIXTURE LOCATIONS. REFER TO ELECTRICAL LIGHTING PLANS FOR CIRCUITRY AND COMPLETE FIXTURE SPECIFICATIONS. 6.UNLESS SHOWN OTHERWISE THE FOLLOWING SHALL GOVERN THE ALIGNMENT OF PAVEMENT, HARDSCAPE AND SCORELINES: EDGES OF PAVING AND SCORING ARE PARALLEL OR PERPENDICULAR TO THE STRAIGHT LINE. FURNISHING SHALL BE INSTALLED PARALLEL OR PERPENDICULAR TO PAVING AND OTHER BUILT WORK. PAVEMENT AND HARDSCAPE WORK ARE TO BE PARALLEL OR PERPENDICULAR TO THE FACE OF BUILDING, EDGES OF PAVING AND SCORELINES SHALL ALIGN TO THE FACES OR CENTERLINES OF BUILDINGS, COLUMNS AND EXISTING HARDSCAPE ELEMENTS INDICATED TO REMAIN. 7.SCORELINES, EDGES OF PAVEMENT, CHANGES IN PAVEMENT COLOR AND TEXTURE, AND HARDSCAPE ELEMENTS SHALL ALIGN AS INDICATED. 8.INSTALL SCORE MARKS AT AN EVEN SPACING AS SHOWN IN THE PLAN. ADJUST 4'-0" X 4'-0" +/- GRID TO PROVIDE EVEN SPACING BETWEEN TREE WELLS AND TO ALIGN WITH EDGES OF PAVEMENT, AS SHOWN ON PLAN. 9.INSTALL EXPANSION JOINTS WITH SEALANT AT ALL BUILDING WALLS, EDGE OF STRUCTURE, COLUMNS, ETC. LOCATE EXPANSION JOINTS IN SIDEWALK AT INTERVAL CLOSEST TO 20 FEET BUT NO MORE THAN 30 FEET APART. PLACE EXPANSION JOINTS AT THOSE INTERVALS IN LIEU OF SCORE LINES SHOWN ON PLAN. 10.ELIMINATE SCORE LINES THAT WOULD OCCUR TWO INCHES OR LESS FROM AN EXISTING WALL OR THE LIMIT OF WORK. 11.THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE VERIFICATION OF THE LOCATIONS OF ALL UTILITIES IN THE FIELD. LOCATIONS SHOWN ON THE PLAN ARE APPROXIMATE AND FOR GENERAL INFORMATION ONLY. THE CONTRACTOR SHALL NOTIFY UTILITY SERVICES AT LEAST 48 HOURS PRIOR TO ANY EXCAVATION ON THIS PROJECT. 12.CONTRACTOR SHALL REPAIR AT HIS/HER OWN EXPENSE ANY DAMAGE, WHETHER INSIDE OR OUTSIDE OF THE LIMIT OF WORK LINE, TO UTILITY SYSTEMS, SURFACE PAVEMENTS, FIXTURES OR STRUCTURES THAT ARE NOT SPECIFICALLY INDICATED TO BE REMOVED OR RELOCATED AS PART OF THE PROJECT CONSTRUCTION. 13.THE CONTRACTOR SHALL EXERCISE PARTICULAR CARE WHILE WORKING IN THE VICINITY OF ACTIVE UTILITY AND DRAINAGE STRUCTURES. IN THE EVENT THAT ANY EXISTING STRUCTURES OR UTILITIES ARE DAMAGED AND THE SERVICES DISRUPTED, THE LINES SHALL BE IMMEDIATELY REPAIRED AND THE SERVICES RESTORED AS DIRECTED BY THE ENGINEER AT NO COST TO THE OWNER. (N)NEW CIP CAST IN PLACE LANDSCAPE LAYOUT LEGEND DETAIL EXISTING TREE TO REMAIN AND BE PROTECTED 2 LM.501 SED SCD SCD 3 LM.501 TREE PIT WITH DECOMPOSED GRANITE MULCH 3'X5' OR 5'X8' PER PLAN 6 LP.501 EXISTING UTILITY POLE, SCD EXISTING SPECIALTY PAVING TO REMAIN AND BE PROTECTED SCD SEE CIVIL DRAWINGS THERMOPLASTIC DECORATIVE TREATMENT AT CROSSWALKS SCD CIP VEHICULAR CONCRETE PAVING WITH MEDIUM BROOM FINISH, SCORE JOINT PER DETAIL SCD BRICK BAND, TYP. PA C3 PLANTING AREAPA BIORETENTION PLANTING AREA SCD 5 & 6 LM.501 5 & 6 LM.501 6 LM.501 4 & 5 LM.501 1 LM.501 Page 227 of 551 8 1 / 2 " 4" POST, 1 1/2" SQ HSS, POWDER COAT BLACK RAIL, 1" HSS, POWDER COAT BLACK. INSTALL AT 45 DEGREES TO HORIZONTAL, WELD TO POST. FLANGE, 1/4" THICK STEEL PLATE, WELD TO POST EXPANSION BOLT, 3/8" DIA X 3" EMBEDMENT, 3 PER POST AS SHOWN CONCRETE CURB OR THICKENED EDGE OF PAVEMENT PER CIVIL PLANS 2'-6" O.C. ELEVATIONSECTION 3 1 / 2 " 3 1/2" FINISH GRADE OF PLANTING AREA 3" 4" NOTE: CONTRACTOR TO PROVIDE SHOP DRAWINGS PER SPECIFICATIONS SHOWING ELEVATION OF EACH FENCE GALV. EXPANSION BOLT WITH ACORN HEAD, TYP. PLUS (2) TAMPER-RESISTANT ANCHORS. BASE PLATE SECTION 3'' MIN EMBED. NOTE: COORDINATE EXACT MOUNTING WITH MANUFACTURER BENCH LEG AND FOOT, TYP. BENCH PAD, CONCRETE PAVING PER CIVIL SS LEVELING NUT, TYP. MATCH W/ BENCH COLOR EPOXY GROUT IN PLACE, TYP. STAINLESS STEEL ANCHOR CAP MATCH W/ BENCH COLOR 3/8" DIAMETER, 3 1/2"LONG, STAINLESS STEEL EXPANSION ANCHOR FINISH GRADE MOUNTING AT BENCH PAD PLANTING AREA BENCH LEG AND FOOT, TYP. BACK OF WALK PER PLANS BENCH PER PLANS ALIGN FRONT OF BENCH WITH BACK OF WALK 2' - 3 " 6'-6" 3" MIN. TYP. BENCH PAD, CONCRETE PAVEMENT THICKNESS AND REINFORCEMENT PER CIVIL DRAWINGS BENCH PAD CONCRETE SIDEWALK PER CIVIL 3/8" MORTAR JOINT, TYP. 2" MORTAR SETTING BED AGGREGATE BASE BRICK CURB PER CIVIL PREPARED SUBGRADE W M I L L S T R E E T AL I G N EQUAL SPACING MIN 4', MAX 5' 3' - 0 " 5'-0" 1' - 6 " ALIGN 4' - 6 " T Y P . 3'-0" 1' - 6 " ALIGN 6 LP.500 3'X5' TREE WELL 4 --BRICK BANDSEE LANDSCAPE LAYOUT LEGEND FOR CONCRETE FINISHES TYP. 2 --BIKE RACK WASTE RECEPTACLE EQEQ 2'-6" 2' - 6 " 6" 2' - 6 " 2'-6" 5'X8' TREE WELL SEE LANDSCAPE LAYOUT LEGEND FOR CONCRETE FINISHES TYP. 4 --BRICK BAND 3'-0" 6" WASTE RECEPTACLE 8'-0" 2 EQUAL SPACES 3'-0" 1' - 6 " 1' - 6 " EQUAL SPACING MIN 4', MAX 5' ALIGN ALIGNALIGNAL I G N 2 --BIKE RACK 20 2 3 - 0 2 - 2 2 12 : 0 2 P M YH U \\ W R T D E S I G N . C O M \ S F - L D R I V E \ 8 0 0 0 \ 8 3 3 3 . 0 2 U K I A H D O W N T O W N S T R E E T S C A P E P H A S E 2 \ 4 - D O C U M E N T S \ 4 - 9 5 % C D \ S H E E T S \ L M . 5 0 1 M A T E R I A L S D E T A I L S . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 99 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R NIA C I V I L JER E M Y M . SC H M A L 10 0 % D E S I G N P L A N S NO T F O R C O N S T R U C T I O N MATERIALS DETAILS LM.501 TYPICAL CORNER HARDSCAPE LAYOUT5SCALE: 3/16"=1'-0"- BRICK BAND4SCALE: 1" = 1'-0"- BENCH PAD3SCALE: 1 1/2" = 1'-0"- BIKE RACK2SCALE: 3/4" = 1'-0"- PLANTER RAIL AT BIOSWALE 1 SCALE: 1 1/2" = 1'-0"- TYPICAL INTERIOR HARDSCAPE LAYOUT6SCALE: 3/16"=1'-0"- Page 228 of 551 206+00 207+00 208+00 209+00 210+00 1 0 1 + 0 0 1 0 2 + 0 0 STATE STREET STATE STREET W E S T G O B B I S T 206+00 207+00 208+00 209+00 210+00 1 0 1 + 0 0 1 0 2 + 0 0 STATE STREET STATE STREET W E S T G O B B I S T 20 2 3 - 0 2 - 2 2 11 : 2 3 A M YH U \\ W R T D E S I G N . C O M \ S F - L D R I V E \ 8 0 0 0 \ 8 3 3 3 . 0 2 U K I A H D O W N T O W N S T R E E T S C A P E P H A S E 2 \ 4 - D O C U M E N T S \ 4 - 9 5 % C D \ S H E E T S \ L P . 1 0 1 G O B B I S T R E E T . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R NIA C I V I L JER E M Y M . SC H M A L 10 0 % D E S I G N P L A N S NO T F O R C O N S T R U C T I O N 00 20'40' SCALE: 1" = 20' N GOBBI STREET LP.101 MA T C H L I N E S E E S H E E T L P . 1 0 2 PLANTING NOTES 1. CONTRACTOR SHALL BE RESPONSIBLE FOR MAKING HIM/HERSELF FAMILIAR WITH ALL UNDERGROUND UTILITIES, PIPES AND STRUCTURES. CONTRACTOR SHALL TAKE SOLE RESPONSIBILITY FOR ANY COST INCURRED DUE TO DAMAGE OF SAID UTILITIES. 2. CONTRACTOR SHALL NOT WILLFULLY PROCEED WITH CONSTRUCTION AS DESIGNED WHEN IT IS OBVIOUS THAT UNKNOWN OBSTRUCTIONS AND/OR GRADE DIFFERENCES EXIST THAT MAY NOT HAVE BEEN KNOWN DURING DESIGN. SUCH CONDITIONS SHALL BE IMMEDIATELY BROUGHT TO THE ATTENTION OF THE ENGINEER. THE CONTRACTOR SHALL ASSUME FULL RESPONSIBILITY FOR ALL NECESSARY REVISIONS DUE TO FAILURE TO GIVE SUCH NOTIFICATION. 3. CONTRACTOR SHALL BE RESPONSIBLE FOR ANY COORDINATION WITH SUBCONTRACTORS AS REQUIRED TO ACCOMPLISH PLANTING OPERATIONS. 4. SEE SPECIFICATIONS FOR PLANTING REQUIREMENTS, MATERIALS, EXECUTION, MAINTENANCE, AND ADDITIONAL INFO. 5. SEE DETAILS AND SPECIFICATIONS FOR PLANTING STAKING METHOD AND PLANTING SOIL REQUIREMENTS. 6. IF CONFLICTS ARISE BETWEEN SIZE OF AREAS AND PLANS, CONTRACTOR SHALL CONTACT ENGINEER FOR RESOLUTION. FAILURE TO MAKE SUCH CONFLICTS KNOWN WILL RESULT IN CONTRACTOR'S LIABILITY FOR MATERIALS RELOCATION. 7. GROUNDCOVERS SHALL BE SPACED PER DETAILS. SHRUBS, PERENNIALS AND GRASSES SHALL BE SPACED PER PLAN OR PER DETAIL AS REQUIRED. 8. TREE LOCATIONS MAY BE ADJUSTED IN THE FIELD TO SUIT SPECIFIC SITE REQUIREMENTS AS DIRECTED BY ENGINEER. STAKE ALL TREE PLANTING LOCATIONS FOR APPROVAL. 9. ALL WORK TO BE PERFORMED BY LICENSED (C27) CONTRACTORS AND EXPERIENCED WORKERS. 10. SEE PLANTING LEGEND, SPECS AND BID ALTERNATE NOTES FOR BID ALTERNATE PLANT MATERIAL AREAS. 11. SEE LANDSCAPE LAYOUT PLANS FOR GRAVEL VS. WOOD MULCH AREAS. 12. SEE CIVIL DRAWINGS FOR RAIN GARDEN AREAS. 13. FOR MULCH TYPE REFER TO LANDSCAPE LAYOUT PLANS. SYMBOL BOTANICAL NAME COMMON NAME ACE RUB ACER RUBRUM 'OCTOBER GLOW' OCTOBER GLOW RED MAPLE TREES EXISTING TREE TO REMAIN AND BE PROTECTED, SEE SPECIFICATIONS FOR TREE PROTECTION CER CAN CERCIS CANADENSIS EASTERN REDBUD KOE PAN KOELREUTERIA PANICULATA GOLDEN RAIN TREE PLA ACE PLATANUS X ACERIFOLIA LONDON PLANE TREE QUE WIS QUERCUS WISLIZANII INTERIOR LIVE OAK ROB AMB ROBINIA X AMBIGUA 'PURPLE ROBE' PURPLE ROBE LOCUST ULM PAR ULMUS PARVIFOLIA 'DRAKE' DRAKE CHINESE ELM RATING WUCOLS M M M M VL L L PIS CHI PISTACIA CHINENSIS CHINESE PISTACHE L SIZE RATINGSYMBOLBOTANICAL NAME COMMON NAME SHRUB AND GROUNDCOVER CONTAINER PLANTS AND MATERIALS WUCOLS SPACING ACHILLEA MILLEFOLIUM 'MOONSHINE' MOONSHINE YARROW L1 GAL ACHILLEA MILLEFOLIUM 'PAPRIKA' PAPRIKA YARROW L1 GAL CALAMAGROSTIS X ACUTIFLORA 'OVERDAM' OVERDAM FEATHER REED GRASS M1 GAL CEANOTHUS MARITIMUS 'VALLEY VIOLET' VALLEY VIOLET CALIFORNIA LILAC L1 GAL ERIGERON KARVINSKIANUS 'PROFUSION' PROFUSION SANTA BARBARA DAISY L1 GAL IRIS DOUGLASIANA DOUGLAS IRIS L1 GAL JUNCUS PATENS CALIFORNIA GRAY RUSH L1 GAL CAREX DIVULSA BERKELEY SEDGE M1 GAL LOMANDRA LONGIFOLIA 'BREEZE' BREEZE MAT RUSH L1 GAL STACHYS BYZANTINA LAMB'S EARS L1 GAL EPILOBIUM CANUM 'EVERETT'S CHOICE' EVERETT'S CHOICE CALIFORNIA FUCHSIA L1 GAL SANTOLINA CHAMAECYPARISSUS LAVENDER COTTON L1 GAL PER PLAN PLANTING LEGEND LAVANDULA PENDUNCULATA 'GHOSTLY PRINCESS' GHOSTLY PRINCESS SPANISH LAVENDER CALANDRINIA SPECTABILIS ROCK PURSLANE HEMEROCALLIS X 'MONOLD' STARBURST DOUBLE GOLD EVERGREEN DAYLILY L1 GAL M1 GAL Page 229 of 551 211+00 212+00 213+00 214+00 1+00 STATE STREETSTATE STREET 211+00 212+00 213+00 214+00 1+00 STATE STREETSTATE STREET 8 ACE RUB 24" BOX 5 ACE RUB 24" BOX 5 PLA ACE 24" BOX ENLARGEMENT 1 1 PIS CHI 24" BOX 213+00 214+00213+00 214+00 20 2 3 - 0 2 - 2 2 11 : 2 6 A M YH U \\ W R T D E S I G N . C O M \ S F - L D R I V E \ 8 0 0 0 \ 8 3 3 3 . 0 2 U K I A H D O W N T O W N S T R E E T S C A P E P H A S E 2 \ 4 - D O C U M E N T S \ 4 - 9 5 % C D \ S H E E T S \ L P . 1 0 2 U K I A H G A T E W A Y . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R NIA C I V I L JER E M Y M . SC H M A L 10 0 % D E S I G N P L A N S NO T F O R C O N S T R U C T I O N 00 20'40' SCALE: 1" = 20' N UKIAH GATEWAY LP.102 MA T C H L I N E S E E S H E E T L P . 1 0 3 MA T C H L I N E S E E S H E E T L P . 1 0 1 PLANTING NOTES 1. CONTRACTOR SHALL BE RESPONSIBLE FOR MAKING HIM/HERSELF FAMILIAR WITH ALL UNDERGROUND UTILITIES, PIPES AND STRUCTURES. CONTRACTOR SHALL TAKE SOLE RESPONSIBILITY FOR ANY COST INCURRED DUE TO DAMAGE OF SAID UTILITIES. 2. CONTRACTOR SHALL NOT WILLFULLY PROCEED WITH CONSTRUCTION AS DESIGNED WHEN IT IS OBVIOUS THAT UNKNOWN OBSTRUCTIONS AND/OR GRADE DIFFERENCES EXIST THAT MAY NOT HAVE BEEN KNOWN DURING DESIGN. SUCH CONDITIONS SHALL BE IMMEDIATELY BROUGHT TO THE ATTENTION OF THE ENGINEER. THE CONTRACTOR SHALL ASSUME FULL RESPONSIBILITY FOR ALL NECESSARY REVISIONS DUE TO FAILURE TO GIVE SUCH NOTIFICATION. 3. CONTRACTOR SHALL BE RESPONSIBLE FOR ANY COORDINATION WITH SUBCONTRACTORS AS REQUIRED TO ACCOMPLISH PLANTING OPERATIONS. 4. SEE SPECIFICATIONS FOR PLANTING REQUIREMENTS, MATERIALS, EXECUTION, MAINTENANCE, AND ADDITIONAL INFO. 5. SEE DETAILS AND SPECIFICATIONS FOR PLANTING STAKING METHOD AND PLANTING SOIL REQUIREMENTS. 6. IF CONFLICTS ARISE BETWEEN SIZE OF AREAS AND PLANS, CONTRACTOR SHALL CONTACT ENGINEER FOR RESOLUTION. FAILURE TO MAKE SUCH CONFLICTS KNOWN WILL RESULT IN CONTRACTOR'S LIABILITY FOR MATERIALS RELOCATION. 7. GROUNDCOVERS SHALL BE SPACED PER DETAILS. SHRUBS, PERENNIALS AND GRASSES SHALL BE SPACED PER PLAN OR PER DETAIL AS REQUIRED. 8. TREE LOCATIONS MAY BE ADJUSTED IN THE FIELD TO SUIT SPECIFIC SITE REQUIREMENTS AS DIRECTED BY ENGINEER. STAKE ALL TREE PLANTING LOCATIONS FOR APPROVAL. 9. ALL WORK TO BE PERFORMED BY LICENSED (C27) CONTRACTORS AND EXPERIENCED WORKERS. 10. SEE PLANTING LEGEND, SPECS AND BID ALTERNATE NOTES FOR BID ALTERNATE PLANT MATERIAL AREAS. 11. SEE LANDSCAPE LAYOUT PLANS FOR GRAVEL VS. WOOD MULCH AREAS. 12. SEE CIVIL DRAWINGS FOR RAIN GARDEN AREAS. 13. FOR MULCH TYPE REFER TO LANDSCAPE LAYOUT PLANS. SYMBOL BOTANICAL NAME COMMON NAME ACE RUB ACER RUBRUM 'OCTOBER GLOW' OCTOBER GLOW RED MAPLE TREES EXISTING TREE TO REMAIN AND BE PROTECTED, SEE SPECIFICATIONS FOR TREE PROTECTION CER CAN CERCIS CANADENSIS EASTERN REDBUD KOE PAN KOELREUTERIA PANICULATA GOLDEN RAIN TREE PLA ACE PLATANUS X ACERIFOLIA LONDON PLANE TREE QUE WIS QUERCUS WISLIZANII INTERIOR LIVE OAK ROB AMB ROBINIA X AMBIGUA 'PURPLE ROBE' PURPLE ROBE LOCUST ULM PAR ULMUS PARVIFOLIA 'DRAKE' DRAKE CHINESE ELM RATING WUCOLS M M M M VL L L PIS CHI PISTACIA CHINENSIS CHINESE PISTACHE L SIZE RATINGSYMBOLBOTANICAL NAME COMMON NAME SHRUB AND GROUNDCOVER CONTAINER PLANTS AND MATERIALS WUCOLS SPACING ACHILLEA MILLEFOLIUM 'MOONSHINE' MOONSHINE YARROW L1 GAL ACHILLEA MILLEFOLIUM 'PAPRIKA' PAPRIKA YARROW L1 GAL CALAMAGROSTIS X ACUTIFLORA 'OVERDAM' OVERDAM FEATHER REED GRASS M1 GAL CEANOTHUS MARITIMUS 'VALLEY VIOLET' VALLEY VIOLET CALIFORNIA LILAC L1 GAL ERIGERON KARVINSKIANUS 'PROFUSION' PROFUSION SANTA BARBARA DAISY L1 GAL IRIS DOUGLASIANA DOUGLAS IRIS L1 GAL JUNCUS PATENS CALIFORNIA GRAY RUSH L1 GAL CAREX DIVULSA BERKELEY SEDGE M1 GAL LOMANDRA LONGIFOLIA 'BREEZE' BREEZE MAT RUSH L1 GAL STACHYS BYZANTINA LAMB'S EARS L1 GAL EPILOBIUM CANUM 'EVERETT'S CHOICE' EVERETT'S CHOICE CALIFORNIA FUCHSIA L1 GAL SANTOLINA CHAMAECYPARISSUS LAVENDER COTTON L1 GAL PER PLAN PLANTING LEGEND LAVANDULA PENDUNCULATA 'GHOSTLY PRINCESS' GHOSTLY PRINCESS SPANISH LAVENDER CALANDRINIA SPECTABILIS ROCK PURSLANE HEMEROCALLIS X 'MONOLD' STARBURST DOUBLE GOLD EVERGREEN DAYLILY L1 GAL M1 GAL ENLARGEMENT 11SCALE: 1" = 10'-0"- Page 230 of 551 215+00 216+002+00 3+00215+00 216+002+00 3+00 215+00 216+00 217+00 218+00 219+002+00 3+00 4+00 5+00 6+00 MATCH ADJACENT SCORE PATTERN ON MILL ST. PA PA PA STATE STREET W E S T M I L L S T 215+00 216+00 217+00 218+00 219+002+00 3+00 4+00 5+00 6+00 MATCH ADJACENT SCORE PATTERN ON MILL ST. PA PA PA STATE STREET W E S T M I L L S T 3 PIS CHI 24" BOX 4 PLA ACE 24" BOX 2 CER CAN 24" BOX 1 CER CAN 24" BOX 3 ROE AMB 24" BOX 2 PIS CHI 24" BOX 2 KOE PAN 24" BOX ENLARGEMENT 2 ENLARGEMENT 3 20 2 3 - 0 2 - 2 2 11 : 2 9 A M YH U \\ W R T D E S I G N . C O M \ S F - L D R I V E \ 8 0 0 0 \ 8 3 3 3 . 0 2 U K I A H D O W N T O W N S T R E E T S C A P E P H A S E 2 \ 4 - D O C U M E N T S \ 4 - 9 5 % C D \ S H E E T S \ L P . 1 0 3 M I L L S T R E E T . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R NIA C I V I L JER E M Y M . SC H M A L 10 0 % D E S I G N P L A N S NO T F O R C O N S T R U C T I O N 00 20'40' SCALE: 1" = 20' N MILL STREET LP.103 MA T C H L I N E S E E S H E E T L P . 1 0 2 PLANTING NOTES 1. CONTRACTOR SHALL BE RESPONSIBLE FOR MAKING HIM/HERSELF FAMILIAR WITH ALL UNDERGROUND UTILITIES, PIPES AND STRUCTURES. CONTRACTOR SHALL TAKE SOLE RESPONSIBILITY FOR ANY COST INCURRED DUE TO DAMAGE OF SAID UTILITIES. 2. CONTRACTOR SHALL NOT WILLFULLY PROCEED WITH CONSTRUCTION AS DESIGNED WHEN IT IS OBVIOUS THAT UNKNOWN OBSTRUCTIONS AND/OR GRADE DIFFERENCES EXIST THAT MAY NOT HAVE BEEN KNOWN DURING DESIGN. SUCH CONDITIONS SHALL BE IMMEDIATELY BROUGHT TO THE ATTENTION OF THE ENGINEER. THE CONTRACTOR SHALL ASSUME FULL RESPONSIBILITY FOR ALL NECESSARY REVISIONS DUE TO FAILURE TO GIVE SUCH NOTIFICATION. 3. CONTRACTOR SHALL BE RESPONSIBLE FOR ANY COORDINATION WITH SUBCONTRACTORS AS REQUIRED TO ACCOMPLISH PLANTING OPERATIONS. 4. SEE SPECIFICATIONS FOR PLANTING REQUIREMENTS, MATERIALS, EXECUTION, MAINTENANCE, AND ADDITIONAL INFO. 5. SEE DETAILS AND SPECIFICATIONS FOR PLANTING STAKING METHOD AND PLANTING SOIL REQUIREMENTS. 6. IF CONFLICTS ARISE BETWEEN SIZE OF AREAS AND PLANS, CONTRACTOR SHALL CONTACT ENGINEER FOR RESOLUTION. FAILURE TO MAKE SUCH CONFLICTS KNOWN WILL RESULT IN CONTRACTOR'S LIABILITY FOR MATERIALS RELOCATION. 7. GROUNDCOVERS SHALL BE SPACED PER DETAILS. SHRUBS, PERENNIALS AND GRASSES SHALL BE SPACED PER PLAN OR PER DETAIL AS REQUIRED. 8. TREE LOCATIONS MAY BE ADJUSTED IN THE FIELD TO SUIT SPECIFIC SITE REQUIREMENTS AS DIRECTED BY ENGINEER. STAKE ALL TREE PLANTING LOCATIONS FOR APPROVAL. 9. ALL WORK TO BE PERFORMED BY LICENSED (C27) CONTRACTORS AND EXPERIENCED WORKERS. 10. SEE PLANTING LEGEND, SPECS AND BID ALTERNATE NOTES FOR BID ALTERNATE PLANT MATERIAL AREAS. 11. SEE LANDSCAPE LAYOUT PLANS FOR GRAVEL VS. WOOD MULCH AREAS. 12. SEE CIVIL DRAWINGS FOR RAIN GARDEN AREAS. 13. FOR MULCH TYPE REFER TO LANDSCAPE LAYOUT PLANS. SYMBOL BOTANICAL NAME COMMON NAME ACE RUB ACER RUBRUM 'OCTOBER GLOW' OCTOBER GLOW RED MAPLE TREES EXISTING TREE TO REMAIN AND BE PROTECTED, SEE SPECIFICATIONS FOR TREE PROTECTION CER CAN CERCIS CANADENSIS EASTERN REDBUD KOE PAN KOELREUTERIA PANICULATA GOLDEN RAIN TREE PLA ACE PLATANUS X ACERIFOLIA LONDON PLANE TREE QUE WIS QUERCUS WISLIZANII INTERIOR LIVE OAK ROB AMB ROBINIA X AMBIGUA 'PURPLE ROBE' PURPLE ROBE LOCUST ULM PAR ULMUS PARVIFOLIA 'DRAKE' DRAKE CHINESE ELM RATING WUCOLS M M M M VL L L PIS CHI PISTACIA CHINENSIS CHINESE PISTACHE L SIZE RATINGSYMBOLBOTANICAL NAME COMMON NAME SHRUB AND GROUNDCOVER CONTAINER PLANTS AND MATERIALS WUCOLS SPACING ACHILLEA MILLEFOLIUM 'MOONSHINE' MOONSHINE YARROW L1 GAL ACHILLEA MILLEFOLIUM 'PAPRIKA' PAPRIKA YARROW L1 GAL CALAMAGROSTIS X ACUTIFLORA 'OVERDAM' OVERDAM FEATHER REED GRASS M1 GAL CEANOTHUS MARITIMUS 'VALLEY VIOLET' VALLEY VIOLET CALIFORNIA LILAC L1 GAL ERIGERON KARVINSKIANUS 'PROFUSION' PROFUSION SANTA BARBARA DAISY L1 GAL IRIS DOUGLASIANA DOUGLAS IRIS L1 GAL JUNCUS PATENS CALIFORNIA GRAY RUSH L1 GAL CAREX DIVULSA BERKELEY SEDGE M1 GAL LOMANDRA LONGIFOLIA 'BREEZE' BREEZE MAT RUSH L1 GAL STACHYS BYZANTINA LAMB'S EARS L1 GAL EPILOBIUM CANUM 'EVERETT'S CHOICE' EVERETT'S CHOICE CALIFORNIA FUCHSIA L1 GAL SANTOLINA CHAMAECYPARISSUS LAVENDER COTTON L1 GAL PER PLAN PLANTING LEGEND LAVANDULA PENDUNCULATA 'GHOSTLY PRINCESS' GHOSTLY PRINCESS SPANISH LAVENDER CALANDRINIA SPECTABILIS ROCK PURSLANE HEMEROCALLIS X 'MONOLD' STARBURST DOUBLE GOLD EVERGREEN DAYLILY L1 GAL M1 GAL ENLARGEMENT 22SCALE: 1" = 10'-0"- ENLARGEMENT 33SCALE: 1" = 10'-0"- Page 231 of 551 240+00 241+00 242+00 243+00 244+00 27+00 28+00 29+00 30+00 31+0031+00 PA C3 STATE STREET W E S T H E N R Y S T 240+00 241+00 242+00 243+00 244+00 27+00 28+00 29+00 30+00 31+0031+00 PA C3 STATE STREET W E S T H E N R Y S T 1 KOE PAN 24" BOX 2 KOE PAN 24" BOX 4 ACE RUB 24" BOX 2 ROB AMB 24" BOX 1 PIS CHI 24" BOX 2 PIS CHI 24" BOX ENLARGEMENT 4 2 ULM PAR 24" BOX 2 CER CAN 24" BOX 1 ACE RUB 24" BOX 1 PIS CHI 24" BOX 20 2 3 - 0 2 - 2 2 11 : 3 2 A M YH U \\ W R T D E S I G N . C O M \ S F - L D R I V E \ 8 0 0 0 \ 8 3 3 3 . 0 2 U K I A H D O W N T O W N S T R E E T S C A P E P H A S E 2 \ 4 - D O C U M E N T S \ 4 - 9 5 % C D \ S H E E T S \ L P . 1 0 4 W H E N R Y S T R E E T . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R NIA C I V I L JER E M Y M . SC H M A L 10 0 % D E S I G N P L A N S NO T F O R C O N S T R U C T I O N 00 20'40' SCALE: 1" = 20' N W HENRY STREET LP.104 MA T C H L I N E S E E S H E E T L P . 1 0 5 PLANTING NOTES 1. CONTRACTOR SHALL BE RESPONSIBLE FOR MAKING HIM/HERSELF FAMILIAR WITH ALL UNDERGROUND UTILITIES, PIPES AND STRUCTURES. CONTRACTOR SHALL TAKE SOLE RESPONSIBILITY FOR ANY COST INCURRED DUE TO DAMAGE OF SAID UTILITIES. 2. CONTRACTOR SHALL NOT WILLFULLY PROCEED WITH CONSTRUCTION AS DESIGNED WHEN IT IS OBVIOUS THAT UNKNOWN OBSTRUCTIONS AND/OR GRADE DIFFERENCES EXIST THAT MAY NOT HAVE BEEN KNOWN DURING DESIGN. SUCH CONDITIONS SHALL BE IMMEDIATELY BROUGHT TO THE ATTENTION OF THE ENGINEER. THE CONTRACTOR SHALL ASSUME FULL RESPONSIBILITY FOR ALL NECESSARY REVISIONS DUE TO FAILURE TO GIVE SUCH NOTIFICATION. 3. CONTRACTOR SHALL BE RESPONSIBLE FOR ANY COORDINATION WITH SUBCONTRACTORS AS REQUIRED TO ACCOMPLISH PLANTING OPERATIONS. 4. SEE SPECIFICATIONS FOR PLANTING REQUIREMENTS, MATERIALS, EXECUTION, MAINTENANCE, AND ADDITIONAL INFO. 5. SEE DETAILS AND SPECIFICATIONS FOR PLANTING STAKING METHOD AND PLANTING SOIL REQUIREMENTS. 6. IF CONFLICTS ARISE BETWEEN SIZE OF AREAS AND PLANS, CONTRACTOR SHALL CONTACT ENGINEER FOR RESOLUTION. FAILURE TO MAKE SUCH CONFLICTS KNOWN WILL RESULT IN CONTRACTOR'S LIABILITY FOR MATERIALS RELOCATION. 7. GROUNDCOVERS SHALL BE SPACED PER DETAILS. SHRUBS, PERENNIALS AND GRASSES SHALL BE SPACED PER PLAN OR PER DETAIL AS REQUIRED. 8. TREE LOCATIONS MAY BE ADJUSTED IN THE FIELD TO SUIT SPECIFIC SITE REQUIREMENTS AS DIRECTED BY ENGINEER. STAKE ALL TREE PLANTING LOCATIONS FOR APPROVAL. 9. ALL WORK TO BE PERFORMED BY LICENSED (C27) CONTRACTORS AND EXPERIENCED WORKERS. 10. SEE PLANTING LEGEND, SPECS AND BID ALTERNATE NOTES FOR BID ALTERNATE PLANT MATERIAL AREAS. 11. SEE LANDSCAPE LAYOUT PLANS FOR GRAVEL VS. WOOD MULCH AREAS. 12. SEE CIVIL DRAWINGS FOR RAIN GARDEN AREAS. 13. FOR MULCH TYPE REFER TO LANDSCAPE LAYOUT PLANS. SYMBOL BOTANICAL NAME COMMON NAME ACE RUB ACER RUBRUM 'OCTOBER GLOW' OCTOBER GLOW RED MAPLE TREES EXISTING TREE TO REMAIN AND BE PROTECTED, SEE SPECIFICATIONS FOR TREE PROTECTION CER CAN CERCIS CANADENSIS EASTERN REDBUD KOE PAN KOELREUTERIA PANICULATA GOLDEN RAIN TREE PLA ACE PLATANUS X ACERIFOLIA LONDON PLANE TREE QUE WIS QUERCUS WISLIZANII INTERIOR LIVE OAK ROB AMB ROBINIA X AMBIGUA 'PURPLE ROBE' PURPLE ROBE LOCUST ULM PAR ULMUS PARVIFOLIA 'DRAKE' DRAKE CHINESE ELM RATING WUCOLS M M M M VL L L PIS CHI PISTACIA CHINENSIS CHINESE PISTACHE L SIZE RATINGSYMBOLBOTANICAL NAME COMMON NAME SHRUB AND GROUNDCOVER CONTAINER PLANTS AND MATERIALS WUCOLS SPACING ACHILLEA MILLEFOLIUM 'MOONSHINE' MOONSHINE YARROW L1 GAL ACHILLEA MILLEFOLIUM 'PAPRIKA' PAPRIKA YARROW L1 GAL CALAMAGROSTIS X ACUTIFLORA 'OVERDAM' OVERDAM FEATHER REED GRASS M1 GAL CEANOTHUS MARITIMUS 'VALLEY VIOLET' VALLEY VIOLET CALIFORNIA LILAC L1 GAL ERIGERON KARVINSKIANUS 'PROFUSION' PROFUSION SANTA BARBARA DAISY L1 GAL IRIS DOUGLASIANA DOUGLAS IRIS L1 GAL JUNCUS PATENS CALIFORNIA GRAY RUSH L1 GAL CAREX DIVULSA BERKELEY SEDGE M1 GAL LOMANDRA LONGIFOLIA 'BREEZE' BREEZE MAT RUSH L1 GAL STACHYS BYZANTINA LAMB'S EARS L1 GAL EPILOBIUM CANUM 'EVERETT'S CHOICE' EVERETT'S CHOICE CALIFORNIA FUCHSIA L1 GAL SANTOLINA CHAMAECYPARISSUS LAVENDER COTTON L1 GAL PER PLAN PLANTING LEGEND LAVANDULA PENDUNCULATA 'GHOSTLY PRINCESS' GHOSTLY PRINCESS SPANISH LAVENDER CALANDRINIA SPECTABILIS ROCK PURSLANE HEMEROCALLIS X 'MONOLD' STARBURST DOUBLE GOLD EVERGREEN DAYLILY L1 GAL M1 GAL ENLARGEMENT 44SCALE: 1" = 10'-0"- Page 232 of 551 245+00 246+00 247+00 248+00 249+00 55 + 0 0 56 + 0 0 PA PA C3 PA C3 PA C3 PA PA STATE STREET STATE STREET NO R T O N S T R E E T SC O T T S T R E E T 245+00 246+00 247+00 248+00 249+00 55 + 0 0 56 + 0 0 PA PA C3 PA C3 PA C3 PA PA STATE STREET STATE STREET NO R T O N S T R E E T SC O T T S T R E E T ENLARGEMENT 5 ENLARGEMENT 6 ENLARGEMENT 7 ENLARGEMENT 83ULM PAR 24" BOX 2 ROB AMB 24" BOX 3 QUE WIS 24" BOX 3 PIS CHI 24" BOX 4 PLA ACE 24" BOX 1 UL M PAR 24" BOX 1 CER CAN 24" BOX 1 ACE RUB 24" BOX 247+00 248+00247+00 248+00 20 2 3 - 0 2 - 2 2 11 : 3 6 A M YH U \\ W R T D E S I G N . C O M \ S F - L D R I V E \ 8 0 0 0 \ 8 3 3 3 . 0 2 U K I A H D O W N T O W N S T R E E T S C A P E P H A S E 2 \ 4 - D O C U M E N T S \ 4 - 9 5 % C D \ S H E E T S \ L P . 1 0 5 N O R T O N S T R E E T . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R NIA C I V I L JER E M Y M . SC H M A L 10 0 % D E S I G N P L A N S NO T F O R C O N S T R U C T I O N 00 20'40' SCALE: 1" = 20' N MA T C H L I N E S E E S H E E T L P . 1 0 4 NORTON STREET LP.105 ENLARGEMENT 55SCALE: 1" = 10'-0"- ENLARGEMENT 66SCALE: 1" = 10'-0"- ENLARGEMENT 77SCALE: 1" = 10'-0"- PLANTING NOTES 1. CONTRACTOR SHALL BE RESPONSIBLE FOR MAKING HIM/HERSELF FAMILIAR WITH ALL UNDERGROUND UTILITIES, PIPES AND STRUCTURES. CONTRACTOR SHALL TAKE SOLE RESPONSIBILITY FOR ANY COST INCURRED DUE TO DAMAGE OF SAID UTILITIES. 2. CONTRACTOR SHALL NOT WILLFULLY PROCEED WITH CONSTRUCTION AS DESIGNED WHEN IT IS OBVIOUS THAT UNKNOWN OBSTRUCTIONS AND/OR GRADE DIFFERENCES EXIST THAT MAY NOT HAVE BEEN KNOWN DURING DESIGN. SUCH CONDITIONS SHALL BE IMMEDIATELY BROUGHT TO THE ATTENTION OF THE ENGINEER. THE CONTRACTOR SHALL ASSUME FULL RESPONSIBILITY FOR ALL NECESSARY REVISIONS DUE TO FAILURE TO GIVE SUCH NOTIFICATION. 3. CONTRACTOR SHALL BE RESPONSIBLE FOR ANY COORDINATION WITH SUBCONTRACTORS AS REQUIRED TO ACCOMPLISH PLANTING OPERATIONS. 4. SEE SPECIFICATIONS FOR PLANTING REQUIREMENTS, MATERIALS, EXECUTION, MAINTENANCE, AND ADDITIONAL INFO. 5. SEE DETAILS AND SPECIFICATIONS FOR PLANTING STAKING METHOD AND PLANTING SOIL REQUIREMENTS. 6. IF CONFLICTS ARISE BETWEEN SIZE OF AREAS AND PLANS, CONTRACTOR SHALL CONTACT ENGINEER FOR RESOLUTION. FAILURE TO MAKE SUCH CONFLICTS KNOWN WILL RESULT IN CONTRACTOR'S LIABILITY FOR MATERIALS RELOCATION. 7. GROUNDCOVERS SHALL BE SPACED PER DETAILS. SHRUBS, PERENNIALS AND GRASSES SHALL BE SPACED PER PLAN OR PER DETAIL AS REQUIRED. 8. TREE LOCATIONS MAY BE ADJUSTED IN THE FIELD TO SUIT SPECIFIC SITE REQUIREMENTS AS DIRECTED BY ENGINEER. STAKE ALL TREE PLANTING LOCATIONS FOR APPROVAL. 9. ALL WORK TO BE PERFORMED BY LICENSED (C27) CONTRACTORS AND EXPERIENCED WORKERS. 10. SEE PLANTING LEGEND, SPECS AND BID ALTERNATE NOTES FOR BID ALTERNATE PLANT MATERIAL AREAS. 11. SEE LANDSCAPE LAYOUT PLANS FOR GRAVEL VS. WOOD MULCH AREAS. 12. SEE CIVIL DRAWINGS FOR RAIN GARDEN AREAS. 13. FOR MULCH TYPE REFER TO LANDSCAPE LAYOUT PLANS. SYMBOL BOTANICAL NAME COMMON NAME ACE RUB ACER RUBRUM 'OCTOBER GLOW' OCTOBER GLOW RED MAPLE TREES EXISTING TREE TO REMAIN AND BE PROTECTED, SEE SPECIFICATIONS FOR TREE PROTECTION CER CAN CERCIS CANADENSIS EASTERN REDBUD KOE PAN KOELREUTERIA PANICULATA GOLDEN RAIN TREE PLA ACE PLATANUS X ACERIFOLIA LONDON PLANE TREE QUE WIS QUERCUS WISLIZANII INTERIOR LIVE OAK ROB AMB ROBINIA X AMBIGUA 'PURPLE ROBE' PURPLE ROBE LOCUST ULM PAR ULMUS PARVIFOLIA 'DRAKE' DRAKE CHINESE ELM RATING WUCOLS M M M M VL L L PIS CHI PISTACIA CHINENSIS CHINESE PISTACHE L SIZE RATINGSYMBOLBOTANICAL NAME COMMON NAME SHRUB AND GROUNDCOVER CONTAINER PLANTS AND MATERIALS WUCOLS SPACING ACHILLEA MILLEFOLIUM 'MOONSHINE' MOONSHINE YARROW L1 GAL ACHILLEA MILLEFOLIUM 'PAPRIKA' PAPRIKA YARROW L1 GAL CALAMAGROSTIS X ACUTIFLORA 'OVERDAM' OVERDAM FEATHER REED GRASS M1 GAL CEANOTHUS MARITIMUS 'VALLEY VIOLET' VALLEY VIOLET CALIFORNIA LILAC L1 GAL ERIGERON KARVINSKIANUS 'PROFUSION' PROFUSION SANTA BARBARA DAISY L1 GAL IRIS DOUGLASIANA DOUGLAS IRIS L1 GAL JUNCUS PATENS CALIFORNIA GRAY RUSH L1 GAL CAREX DIVULSA BERKELEY SEDGE M1 GAL LOMANDRA LONGIFOLIA 'BREEZE' BREEZE MAT RUSH L1 GAL STACHYS BYZANTINA LAMB'S EARS L1 GAL EPILOBIUM CANUM 'EVERETT'S CHOICE' EVERETT'S CHOICE CALIFORNIA FUCHSIA L1 GAL SANTOLINA CHAMAECYPARISSUS LAVENDER COTTON L1 GAL PER PLAN PLANTING LEGEND LAVANDULA PENDUNCULATA 'GHOSTLY PRINCESS' GHOSTLY PRINCESS SPANISH LAVENDER CALANDRINIA SPECTABILIS ROCK PURSLANE HEMEROCALLIS X 'MONOLD' STARBURST DOUBLE GOLD EVERGREEN DAYLILY L1 GAL M1 GAL ENLARGEMENT 88SCALE: 1" = 10'-0"- Page 233 of 551 20 2 3 - 0 2 - 2 2 11 : 3 6 A M YH U \\ W R T D E S I G N . C O M \ S F - L D R I V E \ 8 0 0 0 \ 8 3 3 3 . 0 2 U K I A H D O W N T O W N S T R E E T S C A P E P H A S E 2 \ 4 - D O C U M E N T S \ 4 - 9 5 % C D \ S H E E T S \ L P . 5 0 1 P L A N T I N G D E T A I L S . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R NIA C I V I L JER E M Y M . SC H M A L 10 0 % D E S I G N P L A N S NO T F O R C O N S T R U C T I O N PLANTING DETAILS LP.501 Page 234 of 551 20 2 3 - 0 2 - 2 2 11 : 3 7 A M YH U \\ W R T D E S I G N . C O M \ S F - L D R I V E \ 8 0 0 0 \ 8 3 3 3 . 0 2 U K I A H D O W N T O W N S T R E E T S C A P E P H A S E 2 \ 4 - D O C U M E N T S \ 4 - 9 5 % C D \ S H E E T S \ L P . 5 0 2 P L A N T I N G D E T A I L S . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R NIA C I V I L JER E M Y M . SC H M A L 10 0 % D E S I G N P L A N S NO T F O R C O N S T R U C T I O N PLANTING DETAILS LP.502 Page 235 of 551 211+00 212+00 213+00 214+00 215+001+00 2+00 PA PASTATE STREETSTATE STREET 00 20'40' SCALE: 1" = 20' N X UKIAH GATEWAY IP.101 NOTES: 1.ONE BUBBLER SYMBOL IS SHOWN AT TREES FOR GRAPHIC CLARITY ONLY. INSTALL MINIMUM TWO BUBBLERS AT EACH TREE. INSTALL REQUIRED NUMBER OF BUBBLERS AS DETAILED. 2.IRRIGATION EQUIPMENT MAY BE SHOWN WITHIN HARDSCAPE FOR GRAPHIC CLARITY ONLY. INSTALL ALL IRRIGATION EQUIPMENT WITHIN PLANTED AREAS. IRRIGATION PIPE AND WIRE CROSSING BENEATH HARDSCAPE SURFACES SHALL BE CONTAINED WITHIN SLEEVING OR SCHEDULE 40 PVC CONDUIT. SLEEVING SIZE SHALL BE A MINIMUM OF TWO TIMES THE AGGREGATE DIAMETER OF ALL PIPES CONTAINED WITH SLEEVE. PROVIDE VERTICAL SWEEP FOR ALL ELECTRICAL CONDUIT ON EACH SIDE OF HARDSCAPE AND TERMINATE ENDS AT 12" MINIMUM DEPTH AND 12" FROM HARDSCAPE SURFACE. 3.UNSIZED LATERAL LINE PIPING LOCATED DOWN STREAM OF 1" PIPING SHALL BE 3/4" IN SIZE (TYPICAL). 4.SIZING OF LATERAL PIPE SHALL BE AS FOLLOWS: 0.75"0-6 GPM 1"7-12 GPM 1.25"13-20 GPM 1.5"21-32 GPM 5.SIZING OF LATERAL PIPE FOR DRIPLINE (12" O.C. GRID WITH 0.6 GPH OR LESS EMITTERS) SHALL BE AS FOLLOWS: 0.75 0-500 FT 1"501-1100 FT 1.25"1101-2000 FT MA T C H L I N E : S E E S H E E T I P . 1 0 2 IR R I G A T I O N P L A N 20 2 3 - 0 2 - 2 1 2: 1 6 P M DM U N G E R S: \ 2 0 2 2 \ 2 2 - 0 1 9 U K I A H S T R E E T S C A P E P H A S E 2 \ C A D \ 2 - 2 2 - 2 3 \ I R R I G A T I O N P L A N - 1 - 2 4 - 2 2 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTER E D P R O F E S SIONAL E N G I N E E R S TATE OF C A L I F O R NIA C I V I L JER E M Y M . SC H M A L 10 0 % D E S I G N P L A N S NO T F O R C O N S T R U C T I O N fa x 9 2 5 . 9 3 2 . 5 6 7 1 te l 9 2 5 . 9 3 9 . 3 9 8 5 ww w . r m a i r r i g a t i o n . c o m 27 6 0 C a m i n o D i a b l o Wa l n u t C r e e k , C A 9 4 5 9 7 t Ru s s e l l D . M i t c h e l l A s s o c i a t e s , I n c . Ir r i g a t i o n C o n s u l t a n t : Page 236 of 551 216+00 217+00 218+00 219+00 220+003+00 4+00 5+00 6+00 7+00 W M I L L S T R E E T STATE STREET PA PA STATE STREET W E S T M I L L S T 00 20'40' SCALE: 1" = 20' N X MILLS STREET IP.102 NOTES: 1.ONE BUBBLER SYMBOL IS SHOWN AT TREES FOR GRAPHIC CLARITY ONLY. INSTALL MINIMUM TWO BUBBLERS AT EACH TREE. INSTALL REQUIRED NUMBER OF BUBBLERS AS DETAILED. 2.IRRIGATION EQUIPMENT MAY BE SHOWN WITHIN HARDSCAPE FOR GRAPHIC CLARITY ONLY. INSTALL ALL IRRIGATION EQUIPMENT WITHIN PLANTED AREAS. IRRIGATION PIPE AND WIRE CROSSING BENEATH HARDSCAPE SURFACES SHALL BE CONTAINED WITHIN SLEEVING OR SCHEDULE 40 PVC CONDUIT. SLEEVING SIZE SHALL BE A MINIMUM OF TWO TIMES THE AGGREGATE DIAMETER OF ALL PIPES CONTAINED WITH SLEEVE. PROVIDE VERTICAL SWEEP FOR ALL ELECTRICAL CONDUIT ON EACH SIDE OF HARDSCAPE AND TERMINATE ENDS AT 12" MINIMUM DEPTH AND 12" FROM HARDSCAPE SURFACE. 3.UNSIZED LATERAL LINE PIPING LOCATED DOWN STREAM OF 1" PIPING SHALL BE 3/4" IN SIZE (TYPICAL). 4.SIZING OF LATERAL PIPE SHALL BE AS FOLLOWS: 0.75"0-6 GPM 1"7-12 GPM 1.25"13-20 GPM 1.5"21-32 GPM 5.SIZING OF LATERAL PIPE FOR DRIPLINE (12" O.C. GRID WITH 0.6 GPH OR LESS EMITTERS) SHALL BE AS FOLLOWS: 0.75 0-500 FT 1"501-1100 FT 1.25"1101-2000 FT CONTRACTOR TO POT HOLE AND LOCATE EXISTING 2" MAINLINE AND TWO WIRE CABLE. SAW CUT EXISTING MAINLINE AND INSTALL NEW 2" MAINLINE ,GATE VALVE, AND TWO WIRE CABLE FOR NEW IRRIGATION. MA T C H L I N E : S E E S H E E T I P . 1 0 1 MA T C H L I N E : S E E S H E E T I P . 1 0 3 IR R I G A T I O N P L A N 20 2 3 - 0 2 - 2 1 2: 1 7 P M DM U N G E R S: \ 2 0 2 2 \ 2 2 - 0 1 9 U K I A H S T R E E T S C A P E P H A S E 2 \ C A D \ 2 - 2 2 - 2 3 \ I R R I G A T I O N P L A N - 1 - 2 4 - 2 2 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTER E D P R O F E S SIONAL E N G I N E E R S TATE OF C A L I F O R NIA C I V I L JER E M Y M . SC H M A L 10 0 % D E S I G N P L A N S NO T F O R C O N S T R U C T I O N fa x 9 2 5 . 9 3 2 . 5 6 7 1 te l 9 2 5 . 9 3 9 . 3 9 8 5 ww w . r m a i r r i g a t i o n . c o m 27 6 0 C a m i n o D i a b l o Wa l n u t C r e e k , C A 9 4 5 9 7 t Ru s s e l l D . M i t c h e l l A s s o c i a t e s , I n c . Ir r i g a t i o n C o n s u l t a n t : Page 237 of 551 239+00 240+00 241+00 242+00 243+00 26+00 27+00 28+00 29+00 30+00 W H E N R Y S T R E E T STATE STREET PA C3 STATE STREET W E S T H E N R Y S T 00 20'40' SCALE: 1" = 20' N X W. HENRY STREET IP.103 NOTES: 1.ONE BUBBLER SYMBOL IS SHOWN AT TREES FOR GRAPHIC CLARITY ONLY. INSTALL MINIMUM TWO BUBBLERS AT EACH TREE. INSTALL REQUIRED NUMBER OF BUBBLERS AS DETAILED. 2.IRRIGATION EQUIPMENT MAY BE SHOWN WITHIN HARDSCAPE FOR GRAPHIC CLARITY ONLY. INSTALL ALL IRRIGATION EQUIPMENT WITHIN PLANTED AREAS. IRRIGATION PIPE AND WIRE CROSSING BENEATH HARDSCAPE SURFACES SHALL BE CONTAINED WITHIN SLEEVING OR SCHEDULE 40 PVC CONDUIT. SLEEVING SIZE SHALL BE A MINIMUM OF TWO TIMES THE AGGREGATE DIAMETER OF ALL PIPES CONTAINED WITH SLEEVE. PROVIDE VERTICAL SWEEP FOR ALL ELECTRICAL CONDUIT ON EACH SIDE OF HARDSCAPE AND TERMINATE ENDS AT 12" MINIMUM DEPTH AND 12" FROM HARDSCAPE SURFACE. 3.UNSIZED LATERAL LINE PIPING LOCATED DOWN STREAM OF 1" PIPING SHALL BE 3/4" IN SIZE (TYPICAL). 4.SIZING OF LATERAL PIPE SHALL BE AS FOLLOWS: 0.75"0-6 GPM 1"7-12 GPM 1.25"13-20 GPM 1.5"21-32 GPM 5.SIZING OF LATERAL PIPE FOR DRIPLINE (12" O.C. GRID WITH 0.6 GPH OR LESS EMITTERS) SHALL BE AS FOLLOWS: 0.75 0-500 FT 1"501-1100 FT 1.25"1101-2000 FT CONTRACTOR TO POT HOLE AND LOCATE EXISTING 2" MAINLINE AND TWO WIRE CABLE. SAW CUT EXISTING MAINLINE AND INSTALL NEW 2" MAINLINE ,GATE VALVE, AND TWO WIRE CABLE FOR NEW IRRIGATION. CONTRACTOR TO POT HOLE AND LOCATE EXISTING 2" MAINLINE AND TWO WIRE CABLE. SAW CUT EXISTING MAINLINE AND INSTALL NEW 2" MAINLINE ,GATE VALVE, AND TWO WIRE CABLE FOR NEW IRRIGATION. MA T C H L I N E : S E E S H E E T I P . 1 0 2 MA T C H L I N E : S E E S H E E T I P . 1 0 4 IR R I G A T I O N P L A N 20 2 3 - 0 2 - 2 1 2: 1 7 P M DM U N G E R S: \ 2 0 2 2 \ 2 2 - 0 1 9 U K I A H S T R E E T S C A P E P H A S E 2 \ C A D \ 2 - 2 2 - 2 3 \ I R R I G A T I O N P L A N - 1 - 2 4 - 2 2 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTER E D P R O F E S SIONAL E N G I N E E R S TATE OF C A L I F O R NIA C I V I L JER E M Y M . SC H M A L 10 0 % D E S I G N P L A N S NO T F O R C O N S T R U C T I O N fa x 9 2 5 . 9 3 2 . 5 6 7 1 te l 9 2 5 . 9 3 9 . 3 9 8 5 ww w . r m a i r r i g a t i o n . c o m 27 6 0 C a m i n o D i a b l o Wa l n u t C r e e k , C A 9 4 5 9 7 t Ru s s e l l D . M i t c h e l l A s s o c i a t e s , I n c . Ir r i g a t i o n C o n s u l t a n t : REPAIR AND REPLACE ANY EXISTING DAMAGED IRRIGATION DURING CONSTRUCTION. Page 238 of 551 244+00 245+00 246+00 247+00 248+00 249+00 31+0031+00 55 + 0 0 56 + 0 0 PA PA C3 PA C3 PA C3 PA PA STATE STREET STATE STREET NO R T O N S T R E E T SC O T T S T R E E T 00 20'40' SCALE: 1" = 20' N X NORTON STREET IP.104 NOTES: 1.ONE BUBBLER SYMBOL IS SHOWN AT TREES FOR GRAPHIC CLARITY ONLY. INSTALL MINIMUM TWO BUBBLERS AT EACH TREE. INSTALL REQUIRED NUMBER OF BUBBLERS AS DETAILED. 2.IRRIGATION EQUIPMENT MAY BE SHOWN WITHIN HARDSCAPE FOR GRAPHIC CLARITY ONLY. INSTALL ALL IRRIGATION EQUIPMENT WITHIN PLANTED AREAS. IRRIGATION PIPE AND WIRE CROSSING BENEATH HARDSCAPE SURFACES SHALL BE CONTAINED WITHIN SLEEVING OR SCHEDULE 40 PVC CONDUIT. SLEEVING SIZE SHALL BE A MINIMUM OF TWO TIMES THE AGGREGATE DIAMETER OF ALL PIPES CONTAINED WITH SLEEVE. PROVIDE VERTICAL SWEEP FOR ALL ELECTRICAL CONDUIT ON EACH SIDE OF HARDSCAPE AND TERMINATE ENDS AT 12" MINIMUM DEPTH AND 12" FROM HARDSCAPE SURFACE. 3.UNSIZED LATERAL LINE PIPING LOCATED DOWN STREAM OF 1" PIPING SHALL BE 3/4" IN SIZE (TYPICAL). 4.SIZING OF LATERAL PIPE SHALL BE AS FOLLOWS: 0.75"0-6 GPM 1"7-12 GPM 1.25"13-20 GPM 1.5"21-32 GPM 5.SIZING OF LATERAL PIPE FOR DRIPLINE (12" O.C. GRID WITH 0.6 GPH OR LESS EMITTERS) SHALL BE AS FOLLOWS: 0.75 0-500 FT 1"501-1100 FT 1.25"1101-2000 FT fa x 9 2 5 . 9 3 2 . 5 6 7 1 te l 9 2 5 . 9 3 9 . 3 9 8 5 ww w . r m a i r r i g a t i o n . c o m 27 6 0 C a m i n o D i a b l o Wa l n u t C r e e k , C A 9 4 5 9 7 t Ru s s e l l D . M i t c h e l l A s s o c i a t e s , I n c . Ir r i g a t i o n C o n s u l t a n t : MA T C H L I N E : S E E S H E E T I P . 1 0 3 IR R I G A T I O N P L A N 20 2 3 - 0 2 - 2 1 2: 1 7 P M DM U N G E R S: \ 2 0 2 2 \ 2 2 - 0 1 9 U K I A H S T R E E T S C A P E P H A S E 2 \ C A D \ 2 - 2 2 - 2 3 \ I R R I G A T I O N P L A N - 1 - 2 4 - 2 2 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTER E D P R O F E S SIONAL E N G I N E E R S TATE OF C A L I F O R NIA C I V I L JER E M Y M . SC H M A L 10 0 % D E S I G N P L A N S NO T F O R C O N S T R U C T I O N FOR VALVE C-19 CONTRACTOR TO INSTALL A MINIMUM OF TWO DRIP RINGS AROUND EACH TREE IN PLANTING AREA. Page 239 of 551 IP.500 X IR R I G A T I O N L E G E N D A N D N O T E S SYMBOL OPERATING PSIDESCRIPTION NOZZLE GPM OPERATING RADIUS (FEET) IRRIGATION LEGEND MODEL NUMBER DB-30-PC-CV TORO BUBBLER, MIN. 2 PER TREE. REFER TO BUBBLER DETAIL FOR QUANTITY OF BUBBLERS PER TREE SIZE. 0.5 30 TRICKLE 33 DNP SCHEDULE 40 PVC PLASTIC PIPE. COVER TO BE AS INDICATED IN SPECIFICATIONS OR AS INDICATED ABOVE FOR PIPE DEPTH OF COVER. 3/4" AND LARGER: 1120-SCHEDULE 40 PVC PLASTIC PIPE WITH SCHEDULE 40 PVC SOLVENT WELD FITTINGS. 12" COVER. REMOTE CONTROL VALVE SIZE (IN INCHES) LATERAL LINE: SLEEVING: FLOW (GPM) CONTROLLER AND STATION NUMBER RAIN BIRD QUICK COUPLING VALVE T-YD-500-34 TORO DRIPLINE AIR RELIEF VALVE WLT-0500-T NDS SCH 40 BALL VALVE OR APPROVED EQUAL 1.5" AND SMALLER: 1120-SCHEDULE 40 PVC PLASTIC PIPE WITH SCHEDULE 40 PVC SOLVENT WELD FITTINGS. 18" COVER. MAIN LINE: ASSOCIATED REMOTE CONTROL VALVE P-220-26 SERIES TORO REMOTE CONTROL VALVE --EXISTING RAIN MASTER EAGLE PLUS CONTROLLER IN A STAINLESS STEEL PEDESTAL ENCLOSURE TW-D-1 RAIN MASTER SINGLE STATION DECODER (1 PER VALVE) LGT-XX-SS LEEMCO STAINLESS STEEL GATE VALVE (LINE SIZE) DZK-700-MF TORO REMOTE CONTROL VALVE WITH A PRESSURE REGULATOR (40 PSI) AND A 1" FILTER TW-D-2 RAIN MASTER TWO STATION DECODER (USE WHEN MORE THAN 1 OR MORE VALVE IS CLUSTERED TOGETHER) ROUTE RAIN MASTER TWO WIRE CABLE TO ALL REMOTE CONTROL VALVES. SIZE #14AWG WIRE WITH A JACKETED 2-CONDUCTOR. PREFERRED WIRE MAKE AND MODEL IS TW-CAB-14. ALL SPLICING SHALL BE MADE WITH 3-M DBR/Y-6 WATERPROOF SPLICE KITS OR APPROVED EQUAL. INSTALL 2 WIRE CABLE WITHIN 1.25" SCH 40 ELECTRICAL CONDUIT. PULL BOXES SHALL BE LOCATED EVERY 200' NO SPLICES ARE ALLOWED BETWEEN VALVES. REFER TO DETAIL FOR INSTALLATION INSTRUCTIONS. NOT SHOWN ON PLANS 3/4" AND LARGER: 1120-SCHEDULE 40 PVC PLASTIC PIPE WITH SCHEDULE 40 PVC SOLVENT WELD FITTINGS. 12" COVER. DRIPLINE LATERAL LINE: DRIP ZONE:TORO DL2000 SERIES DRIPLINE WITH TRI-LOC FITTINGS, PART #RGP-212. TUBING TO BE INSTALLED 4" BELOW GRADE IN A 12" O.C. GRID ACCORDING TO DETAILS. SIZE EXHAUST HEADERS AS FOLLOWS: 1": 0-10 GPM, 1.25": 11-20 GPM. ALL EXHAUST HEADERS SHALL BE 1" SCH 40 PVC OR 1" SCH 40 FLEXIBLE PVC. USE SCH. 40 PVC SOLVENT WELD FITTINGS. EXTEND PVC HEADERS TO THE ENDS OF ALL DRIP ZONES TO BALANCE FLOW IF REQUIRED. SEE DETAILS FOR FURTHER INFORMATION. DRIPLINE REMOTE CONTROL VALVE APPROXIMATE CONNECTION POINT BETWEEN DRIPLINE TUBING AND PVC SUPPLY WHEN DRIP ZONE IS LESS THAN 3 GPM AND NO PVC SUPPLY/EXHUST HEADERS ARE NEEDED. REFER TO DRIPLINE TUBING CONNECTION DETAIL FOR MORE INFORMATION. DRIPLINE REMOTE CONTROL VALVE PVC LATERAL 1.THESE IRRIGATION DRAWINGS ARE DIAGRAMMATIC AND INDICATIVE OF THE WORK TO BE INSTALLED. ALL PIPING, VALVES, AND OTHER IRRIGATION COMPONENTS MAY BE SHOWN WITHIN PAVED AREAS FOR GRAPHIC CLARITY ONLY AND ARE TO BE INSTALLED WITHIN PLANTING AREAS. DUE TO THE SCALE OF THE DRAWINGS, IT IS NOT POSSIBLE TO INDICATE ALL OFFSETS, FITTINGS, SLEEVES, CONDUIT, AND OTHER ITEMS WHICH MAY BE REQUIRED. INVESTIGATE THE STRUCTURAL AND FINISHED CONDITION AFFECTING THE CONTRACT WORK INCLUDING OBSTRUCTIONS, GRADE DIFFERENCES OR AREA DIMENSIONAL DIFFERENCES. IN THE EVENT OF FIELD DISCREPANCY WITH CONTRACT DOCUMENTS, PLAN THE INSTALLATION WORK ACCORDINGLY BY NOTIFICATION AND APPROVAL OF THE OWNER'S AUTHORIZED REPRESENTATIVE AND ACCORDING TO THE CONTRACT SPECIFICATIONS. NOTIFY AND COORDINATE IRRIGATION CONTRACT WORK WITH APPLICABLE CONTRACTORS FOR THE LOCATION AND INSTALLATION OF PIPE, CONDUIT OR SLEEVES THROUGH OR UNDER WALLS, ROADWAYS, PAVING AND STRUCTURES BEFORE CONSTRUCTION. IN THE EVENT THESE NOTIFICATIONS ARE NOT PERFORMED, THE CONTRACTOR ASSUMES FULL RESPONSIBILITY FOR REQUIRED REVISIONS. 2.THE CONTRACTOR SHALL COMPLY WITH ALL APPLICABLE CODES, STANDARDS, AND REGULATIONS. ALL WORK AND MATERIALS SHALL BE IN FULL ACCORDANCE WITH THE LATEST RULES AND REGULATIONS OF THE NATIONAL ELECTRIC CODE; THE UNIFORM PLUMBING CODE, PUBLISHED BY THE WESTERN PLUMBING OFFICIALS ASSOCIATION; AND OTHER STATE OR LOCAL LAWS OR REGULATIONS. NOTHING IN THESE DRAWINGS IS TO BE CONSTRUED TO PERMIT WORK NOT CONFORMING TO THESE CODES OR REGULATIONS. THE CONTRACTOR SHALL FURNISH WITHOUT ANY EXTRA CHARGE, ANY ADDITIONAL MATERIAL AND LABOR WHEN REQUIRED BY THE COMPLIANCE WITH THESE CODES AND REGULATIONS. 3.THE CONTRACTOR SHALL COORDINATE INSTALLATION OF IRRIGATION SYSTEM WITH LAYOUT AND INSTALLATION OF THE PLANT MATERIALS TO INSURE THAT THERE WILL BE COMPLETE AND UNIFORM IRRIGATION COVERAGE OF PLANTING IN ACCORDANCE WITH THESE DRAWINGS, AND CONTRACT DOCUMENTS. THE IRRIGATION LAYOUT SHALL BE CHECKED BY THE CONTRACTOR AND OWNER'S AUTHORIZED REPRESENTATIVE PRIOR TO CONSTRUCTION TO DETERMINE IF ANY CHANGES, DELETIONS, OR ADDITIONS ARE REQUIRED. IRRIGATION SYSTEM SHALL BE INSTALLED AND TESTED PRIOR TO INSTALLATION OF PLANT MATERIAL. 4.THE INTENT OF THIS IRRIGATION SYSTEM IS TO PROVIDE THE MINIMUM AMOUNT OF WATER REQUIRED TO SUSTAIN GOOD PLANT HEALTH. 5.IT IS THE RESPONSIBILITY OF THE MAINTENANCE CONTRACTOR AND/OR OWNER TO PROGRAM THE IRRIGATION CONTROLLER(S) TO PROVIDE THE MINIMUM AMOUNT OF WATER NEEDED TO SUSTAIN GOOD PLANT HEALTH. THIS INCLUDES MAKING ADJUSTMENTS TO THE PROGRAM FOR SEASONAL WEATHER CHANGES, PLANT MATERIAL, WATER REQUIREMENTS, MOUNDS, SLOPES, SUN, SHADE AND WIND EXPOSURE. 6.INSTALL 3" DETECTABLE TAPE ABOVE ALL PRESSURIZED MAIN LINES AS DETAILED. USE CHRISTY MODEL #TA-DT-3-BIRR FOR POTABLE IRRIGATION SYSTEMS. 7.INSTALL 2-WIRE CABLE ALONG THE MAIN LINE. CONTACT CONTROLLER REPRESENTATIVE FOR A PRE-CONSTRUCTION MEETING. 8.INSTALL 2-WIRE CABLE WITHIN 1.25" CONDUIT WITH LONG SWEEPS IN AND OUT OF EACH VALVE BOX. SEAL ALL CONDUIT OPENINGS WITH WATERPROOF FOAM. 9.INSTALL A 14"X19" GREY ELECTRICAL PULL BOX EVERY 200' AND AT EVERY CHANGE IN DIRECTION. ONLY SPLICE TWO WIRE CABLE AT THREE WAY WIRE CONNECTIONS. 10.IRRIGATION CONTROL WIRES: SOLID COPPER WITH U.L. APPROVAL FOR DIRECT BURIAL IN GROUND. SIZE #14AWG WIRE WITH A JACKETED 2-CONDUCTOR. PREFERRED WIRE MAKE AND MODEL IS TW-CAB-14. ALL SPLICING SHALL BE MADE WITH 3-M DBR/Y-6 OR WATERPROOF SPLICE KIT. 11.DECODER GROUNDING SHALL BE PROVIDED EVERY 600 FEET, AT THE CONTROLLER AND AT THE LAST DECODER OR AT THE END OF THE 2 WIRE PATH., (ANY SPUR OVER 50 FEET AND AT THE ENDS OF COMMUNICATION WIRE PATHS). GROUND WITH A 5/8" X 8' COPPER CLAD GROUNDING ROD. #6 COPPER WIRE TO SURGE DEVICE/DECODER. INCLUDE A SURGE ARRESTOR AT EACH GROUNDING LOCATION. A SPLIT BOLT CONNECTION TO BE USED TO CONNECT THE SURGE DEVICE TO THE GROUND WIRE WITH A DBR/Y-6 WATERPROOF CONNECTOR. 12.SPLICING OF JACKETED 2-WIRE IS PERMITTED IN VALVE BOXES ONLY. LEAVE A 24" LONG COIL OF WIRE AT EACH SPLICE AND A 24" LONG EXPANSION LOOP IN ALL PULL BOXES. 13.INSTALL BLACK PLASTIC VALVE BOXES WITH BOLT DOWN, NON HINGED COVER MARKED "IRRIGATION". BOX BODY SHALL HAVE KNOCK OUTS. ACCEPTABLE VALVE BOX MANUFACTURER'S INCLUDE NDS, CARSON OR APPROVED EQUAL. 15.INSTALL REMOTE CONTROL VALVE BOXES 12" FROM WALK, CURB, BUILDING OR LANDSCAPE FEATURE. AT MULTIPLE VALVE BOX GROUPS, INSTALL EACH BOX AN EQUAL DISTANCE FROM THE WALK, CURB, BUILDING OR LANDSCAPE FEATURE AND PROVIDE 12" BETWEEN BOX TOPS. ALIGN THE SHORT SIDE OF RECTANGULAR VALVE BOXES PARALLEL TO WALK, CURB, BUILDING OR LANDSCAPE FEATURE. 16.VALVE LOCATIONS SHOWN ARE DIAGRAMMATIC. INSTALL IN GROUND COVER/SHRUB AREAS (AVOID LAWN AREAS WHERE POSSIBLE). 17.THE CONTRACTOR SHALL LABEL CONTROL LINE WIRE AT EACH REMOTE CONTROL VALVE WITH A 2 1/4" X 2 3/4" POLYURETHANE I.D. TAG, INDICATING IDENTIFICATION NUMBER OF VALVE (CONTROLLER AND STATION NUMBER). ATTACH LABEL TO CONTROL WIRE. THE CONTRACTOR SHALL PERMANENTLY STAMP ALL VALVE BOX LIDS WITH APPROPRIATE IDENTIFICATION AS NOTED IN CONSTRUCTION DETAILS. 18.FLUSH AND ADJUST IRRIGATION OUTLETS AND NOZZLES FOR OPTIMUM PERFORMANCE AND TO PREVENT OVER SPRAY ONTO WALKS, ROADWAYS, AND/OR BUILDINGS. SELECT THE BEST DEGREE OF THE ARC AND RADIUS TO FIT THE EXISTING SITE CONDITIONS AND THROTTLE THE FLOW CONTROL AT EACH VALVE TO OBTAIN THE OPTIMUM OPERATING PRESSURE FOR EACH CONTROL ZONE. 19.LOCATE BUBBLERS ON UPHILL SIDE OF PLANT OR TREE. 20.WHERE IT IS NECESSARY TO EXCAVATE ADJACENT TO EXISTING TREES, USE CAUTION TO AVOID INJURY TO TREES AND TREE ROOTS. EXCAVATE BY HAND IN AREAS WHERE TWO (2) INCH AND LARGER ROOTS OCCUR. BACK FILL TRENCHES ADJACENT TO TREE WITHIN TWENTY-FOUR (24) HOURS. WHERE THIS IS NOT POSSIBLE, SHADE THE SIDE OF THE TRENCH ADJACENT TO THE TREE WITH WET BURLAP OR CANVAS. 21.THE IRRIGATION SYSTEM DESIGN IS BASED ON THE MINIMUM OPERATING PRESSURE SHOWN ON THE IRRIGATION DRAWINGS. VERIFY WATER PRESSURE PRIOR TO CONSTRUCTION. REPORT ANY DIFFERENCE BETWEEN THE WATER PRESSURE INDICATED ON THE DRAWINGS AND THE ACTUAL PRESSURE READING AT THE IRRIGATION POINT OF CONNECTION TO THE OWNER'S AUTHORIZED REPRESENTATIVE. 22.IRRIGATION DEMAND: REFER TO PLANS. 23.PIPE SIZING SHOWN ON THE DRAWINGS IS TYPICAL. AS CHANGES IN LAYOUT OCCUR DURING STAKING AND CONSTRUCTION THE SIZE MAY NEED TO BE ADJUSTED ACCORDINGLY. 24.PIPE THREAD SEALANT COMPOUND SHALL BE RECTOR SEAL #5. 25.THE LANDSCAPE CONTRACTOR SHALL BE RESPONSIBLE FOR MINOR CHANGES IN THE IRRIGATION LAYOUT DUE TO OBSTRUCTIONS NOT SHOWN ON THE IRRIGATION DRAWINGS SUCH AS LIGHTS, FIRE HYDRANTS, SIGNS, ELECTRICAL ENCLOSURES, ETC. 26.THE LANDSCAPE CONTRACTOR SHALL BE RESPONSIBLE FOR CHANGES IN THE IRRIGATION LAYOUT AND VALVE ZONING DUE TO VARIATIONS IN THE EXISTING SITE CONDITIONS SUCH AS EXPOSURE FROM BUILDINGS, TRELLISES, TREES, ETC., AS WELL AS SLOPE AND SOIL CONDITIONS. THE CONTRACTOR SHALL NOTIFY THE LANDSCAPE ARCHITECT AND IRRIGATION CONSULTANT OF THE PROPOSED CHANGES PRIOR TO INSTALLATION FOR APPROVAL. 27.THE LANDSCAPE CONTRACTOR IS RESPONSIBLE FOR ADJUSTING THE IRRIGATION SYSTEM DESIGN IF THE PLANTING DESIGN CHANGES FROM THE ORIGINAL PLAN AND NEEDS TO ADAPT TO THE NEW PLANTING DESIGN. THE LANDSCAPE CONTRACTOR NEEDS TO NOTIFY THE LANDSCAPE ARCHITECT AND IRRIGATION CONSULTANT OF PROPOSED CHANGES PRIOR TO INSTALLATION FOR APPROVAL. 28.WHEN WORK OF THIS SECTION HAS BEEN COMPLETED AND SUCH OTHER TIMES AS MAY BE DIRECTED, REMOVE ALL TRASH, DEBRIS, SURPLUS MATERIALS AND EQUIPMENT FROM SITE. 29.CONTRACTOR SHALL BE RESPONSIBLE FOR SUPPLEMENTAL HAND WATERING OF ALL PLANT MATERIAL WITHIN DRIPLINE AREAS UNTIL THE PLANTS ARE SUFFICIENTLY ESTABLISHED. 30.VERIFY LOCATIONS OF ALL IRRIGATION COMPONENTS INSTALLED WITHIN A VALVE BOX WITH LANDSCAPE ARCHITECT PRIOR TO INSTALLATION. DO NOT INSTALL UNTIL LANDSCAPE ARCHITECT PROVIDES ACCEPTABLE LOCATIONS. PVC LATERAL CONTROLLER AND STATION NUMBER AREA (SQ. FT.) FLOW (GPM) REMOTE CONTROL VALVE SIZE (IN INCHES) ASSOCIATED REMOTE CONTROL VALVE -EXISTING RAIN BIRD QUICK COUPLING VALVE WATER CALCULATION: fa x 9 2 5 . 9 3 2 . 5 6 7 1 te l 9 2 5 . 9 3 9 . 3 9 8 5 ww w . r m a i r r i g a t i o n . c o m 27 6 0 C a m i n o D i a b l o Wa l n u t C r e e k , C A 9 4 5 9 7 t Ru s s e l l D . M i t c h e l l A s s o c i a t e s , I n c . Ir r i g a t i o n C o n s u l t a n t : 20 2 3 - 0 2 - 2 1 2: 1 7 P M DM U N G E R S: \ 2 0 2 2 \ 2 2 - 0 1 9 U K I A H S T R E E T S C A P E P H A S E 2 \ C A D \ 2 - 2 2 - 2 3 \ I P . 1 0 5 - I P . 1 0 7 I R R I G A T I O N L , N , D . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 99 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTER E D P R O F E S SIONAL E N G I N E E R S TATE OF C A L I F O R NIA C I V I L JER E M Y M . SC H M A L 10 0 % D E S I G N P L A N S NO T F O R C O N S T R U C T I O N 570Z-4P-PRX-COM/ SB-180-PC2 30TORO POP-UP STREAM BUBBLER (TREES IN DG) 2 PER TREE 0.46 STREAM 570-DRIP-IND TORO POP-UP DRIPLINE INDICATOR WITH SIDE INLET. Page 240 of 551 IP.501 X IR R I G A T I O N D E T A I L S SCALE: NONE 1 GATE VALVE SCALE: NONE REMOTE CONTROL VALVE (DRIPZONE)3 VALVE I.D. TAG (CONTROLLER AND STATION NUMBER). REMOTE CONTROL VALVE WITH FLOW CONTROL AND MANUAL BLEED (PRESSURE REGULATOR WHERE SHOWN ON PLANS). SCHEDULE 80 PVC 90° ELBOW (TxT). PVC MAIN LINE. PEA GRAVEL OR 3/4" DRAIN ROCK- 4" [100mm] DEEP BELOW VALVE (NO SOIL IN VALVE BOX). SCHEDULE 40 OR 80 PVC TEE. REFER TO LEGEND FOR TYPE. VALVE CONTROL WIRE- PROVIDE SEAL PACKS AT ALL SPLICES AND 3' [1m] OF EXCESS UF WIRE IN A 1" [25mm] DIAMETER COIL. REFER TO IRRIGATION SPECS. SCHEDULE 80 PVC THREADED UNION. PVC LATERAL LINE.BRICK-1 EACH CORNER. 19 GAUGE 1/2" [12mm] SQUARE WIRE MESH. SCHEDULE 80 PVC NIPPLE- LENGTH AS REQUIRED.FINISH GRADE. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 5 6 4 3 2 1 7 11 12 10 9 8 13 14 15 16 17 SCHEDULE 80 PVC UNION BALL VALVE (ONE PER VALVE). 18 18 SCHEDULE 80 PVC NIPPLE (3 TOTAL). 3" [75mm] MIN, 6" [150mm] MAX. 2 1 FINISH GRADE. 2 1 3 3 SCHEDULE 80 PVC UNION BALL VALVE (ONE PER VALVE). 4 SCHEDULE 80 PVC THREADED UNION. 5 REMOTE CONTROL VALVE DRIP ZONE KIT. (SHALL INCLUDE VALVE, FILTER AND A 40 PSI PRESSURE REDUCING VALVE) 5 6 6 VALVE I.D. TAG (CONTROLLER AND STATION NUMBER). SCHEDULE 40 MALE ADAPTER 7 7 PVC MAIN LINE. BRICK-1 EACH CORNER.8 9 8 910 10 SCHEDULE 80 PVC NIPPLE-(4-TOTAL) LENGTH AS REQUIRED. 11 11 12 12 PEA GRAVEL OR 3/4" [20mm] DRAIN ROCK - 4" [102mm] DEEP BELOW VALVE (NO SOIL IN VALVE BOX). 19 GAUGE 1/2" [13mm] SQUARE WIRE MESH. 13 13 14 SCHEDULE 80 PVC 90° ELBOW (TxT). 14 15 15 4 VALVE CONTROL WIRE- PROVIDE 3M-DBY SEAL PACKS AT ALL SPLICES AND 3' [1m] OF EXCESS UF WIRE IN A 1" [25mm] DIAMETER COIL. RECTANGULAR PLASTIC VALVE BOX WITH BOLT DOWN LID. ONE VALVE PER BOX- NO EXCEPTIONS. INSTALL BOX AS SHOWN IN BOX INSTALLATION DETAIL. SCALE: NONE 2 REMOTE CONTROL VALVE USE A NDS PRO SERIES 14" X 19" RECTANGULAR PLASTIC VALVE BOX WITH BOLT DOWN LID FOR 1" VALVES. FOR 1.5" AND LARGER VALVES INSTALL BALL VALVE WITHIN A SEPARATE 10" ROUND BOX OR ONE BALL VALVE PER MANIFOLD OF VALVES. GATE VALVE SIZE SHALL BE SAME AS LARGEST VALVE WITHIN MANIFOLD. ONE VALVE PER BOX- NO EXCEPTIONS. INSTALL BOX AS SHOWN IN BOX INSTALLATION DETAIL. 19 SCHEDULE 40 MALE ADAPTER19 SCHEDULE 40 OR 80 PVC TEE. REFER TO LEGEND FOR TYPE. 3" 10" ROUND PLASTIC VALVE BOX WITH BOLT DOWN LID. 8" CLASS 160 OR SCHEDULE 40 PVC PIPE (NOTCH TO FIT OVER MAIN LINE PIPE). PVC MAIN LINE. FINISH GRADE. PEA GRAVEL OR 3/4" DRAIN ROCK - 4" DEEP (NO SOIL IN VALVE BOX). BRICK-2 TOTAL. GATE VALVE WITH X-TOP HANDLE. MALE ADAPTER. REFER TO LEGEND FOR FITTING TYPE. 1 2 3 4 5 6 8 9 REFER TO IRRIGATION LEGEND 1 2 3 4 5 6 8 9 7 19 GAUGE 1/2" SQUARE WIRE MESH. WRAP UP SIDES OF BOX.7 SCALE: NONE 4 IRRIGATION TWO WIRE PULL BOX 1 2 3 5 3" 1 6 3 FINISH GRADE 24" LOOP OF TWO WIRE CABLE. SCHEDULE 40 U.L. LISTED PVC CONDUIT 8 PEA GRAVEL OR 3/4" [20mm] DRAIN ROCK - 4" [102mm] DEEP BELOW VALVE (NO SOIL IN VALVE BOX). 7 2 5 BRICK-ONE ON EACH CORNER 4 7 6 SEAL ALL CONDUIT OPENINGS WITH WATERPROOF FOAM. 8 9 GREY RECTANGULAR PLASTIC VALVE BOX WITH BOLT DOWN LID. HEAT BRAND "PB" INTO LID. 6 4 SCHEDULE 40 PVC SWEEP ELLS 18 GAUGE 1/2" [13mm] SQUARE STAINLESS STEEL WIRE MESH. 1 4 6 2 #14AWG TWO WIRE CABLE FROM CONTROLLER. REFER TO IRRIGATION NOTES FOR MODEL NUMBER OF WIRE. ALLOW A 24" SLACK PER DECODER. USE ELECTRICAL TAPE TO HOLD SLACK CABLES TOGETHER. DECODER TWO WIRE CABLE TO NEXT DECODER ALL DECODERS SHALL HAVE A VALVE NUMBER ADDRESSED AT CONTROLLER PRIOR TO INSTALLATION. NOTE: 1. 8 VALVE BOX. REFER TO REMOTE CONTROL VALVE DETAIL FOR INSTALLATION INSTRUCTIONS. 9 REMOTE CONTROL VALVE. REFER TO REMOTE CONTROL VALVE DETAIL FOR INSTALLATION INSTRUCTIONS. 3M DBR/Y-6 OR APPROVED EQUAL WATERPROOF SPLICE KIT (4 TOTAL) DECODER WIRING IN CONDUIT SCALE: NONE 2 1 6 7 3 3 9 8 6 DECODER USE U.F. SAFETY CABLE STRIPPER BY KING INNOVATION (MODEL NUMBER 46200) FOR ALL TWO-WIRE SPLICE CONNECTIONS. 2. A MAXIMUM OF 4" OF WIRE SHALL BE STRIPPED FROM TWO WIRE CABLE WHEN SPLICING AT DECODERS. 4 CONNECT CORRECT DECODER WIRES TO VALVE SOLENOID WIRES 7 5 5 CONNECT CORRECT DECODER WIRES TO TWO WIRE CABLES. 10 1.25" CONDUIT FOR 2 WIRE CABLE WITH LONG SWEEPS IN AND OUT OF EACH VALVE BOX. SEAL ALL CONDUIT OPENINGS WITH WATERPROFF FOAM. 7 SCALE: NONE TWO WIRE CABLE 10" ROUND VALVE BOX 2-WIRE SPLICE BOX AT MAIN LINE TEE OR 3 WAY WIRE BRANCH 3M DBR/Y-6 OR APPROVED EQUAL WATERPROOF CONNECTOR. SCALE: NONE 5 1 2 3 4 2-WIRE PATH JACKETED/ TWISTED TO NEXT DECODER 6 INSTALL 5/8" DIAMETER COPPER GROUND ROD OF 8' LENGTH. 7 NOTE: 2-WIRE PATH JACKETED/ TWISTED FROM CONTROLLER. ALLOW A 24" SLACK PER DECODER LIGHTNING ARRESTOR 1 2 3 4 7 5 1.25" CONDUIT FOR 2 WIRE CABLE WITH LONG SWEEPS IN AND OUT OF EACH VALVE BOX. SEAL ALL CONDUIT OPENINGS WITH WATERPROOF FOAM. CONDUIT FOR TWO WIRE CABLE. SEAL OPENINGS WITH WATERPROOF FOAM. FINISH GRADE 3M DBR/Y-6 OR APPROVED EQUAL WATERPROOF SPLICE KIT (4 TOTAL) 11 10 BRICK-ONE ON EACH CORNER11 8 BRICK-ONE ON EACH CORNER8 PEA GRAVEL BRICK-ONE ON EACH CORNER RAIN MASTER LIGHTNING ARRESTOR (MODEL TW-LA-1). 1 EVERY 600' FROM STARTING FROM CONTROLLER. TWO WIRE DECODER SYSTEMS MUST BE PROPERLY GROUNDED IN ORDER TO PROTECT AGAINST LIGHTNING SURGES. THE COMMUNICATION CABLE MUST BE GROUNDED NO FURTHER THAN 600' FROM ANY DECODER. THE SURGE DEVICE MUST BE A RAIN MASTER TW-LA-1. THE MINIMUM DISTANCE BETWEEN THE SURGE ARRESTOR AND THE GROUND ROD SHOULD BE 3' (91.4CM). RAIN MASTER RECOMMENDS A SPLIT BOLT CONNECTION TO BE USED TO CONNECT THE SURGE DEVICE TO THE GROUND WIRE WITH A 3M DBR/Y-6 WATERPROOF CONNECTOR. INSTALL EACH GROUND R0D 4 - 8' FROM LIGHTNING ARRESTOR. DO NOT INSTALL WITHIN 8' FROM ANOTHER DECODER. 9 9 GREY RECTANGULAR PLASTIC VALVE BOX WITH BOLT DOWN LID. HEAT BRAND "GR" INTO LID.5 18 GAUGE 1/2" [13mm] SQUARE STAINLESS STEEL WIRE MESH. 6 SCALE: NONE 8 TRENCHING 2 1 3 5 6 CLEAN BACKFILL MATERIAL. FINISH GRADE. LATERAL LINE. MAIN LINE. TWO WIRE CABLE IN CONDUIT 4 NOTES: 1.ALL MAIN SUPPLY LINES AND LATERAL LINES SHALL BE PLACED IN SLEEVES UNDER PAVED SURFACES. INSTALL LOW VOLTAGE WIRES WITHIN A SEPARATE CONDUIT UNDER PAVED SURFACES. DO NOT TAPE WIRES WITHIN CONDUIT. 2.REUSE SALVAGED EXCAVATED FILL AND COMPACT TO ORIGINAL DENSITY IN LANDSCAPE AREAS. ALL OTHER AREAS SHALL BE AT 95% COMPACTION. BACKFILL MATERIAL SHALL BE THE EARTH EXCAVATED FROM THE TRENCHES, FREE FROM ROCKS (ANYTHING LARGER THAN 2"), CONCRETE CHUNKS, AND OTHER FOREIGN OR COARSE MATERIALS. 3.WHEN 12" POP-UP SPRINKLER HEADS ARE USED, INCREASE THE DEPTH OF LATERAL TO 18" AT THE SPRINKLER LOCATION ONLY. 8"-12" MIN. LATERAL, MAIN, AND WIRES 6" MIN. MAIN AND WIRES ONLY LATERAL ONLY 6" MIN. MULTIPLE LATERALS 6"-12" MIN. 4" 18" 12" 4" 2 1 3 4 6 5 20 2 3 - 0 2 - 2 1 2: 1 7 P M DM U N G E R S: \ 2 0 2 2 \ 2 2 - 0 1 9 U K I A H S T R E E T S C A P E P H A S E 2 \ C A D \ 2 - 2 2 - 2 3 \ I P . 1 0 5 - I P . 1 0 7 I R R I G A T I O N L , N , D . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 99 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTER E D P R O F E S SIONAL E N G I N E E R S TATE OF C A L I F O R NIA C I V I L JER E M Y M . SC H M A L 10 0 % D E S I G N P L A N S NO T F O R C O N S T R U C T I O N fa x 9 2 5 . 9 3 2 . 5 6 7 1 te l 9 2 5 . 9 3 9 . 3 9 8 5 ww w . r m a i r r i g a t i o n . c o m 27 6 0 C a m i n o D i a b l o Wa l n u t C r e e k , C A 9 4 5 9 7 t Ru s s e l l D . M i t c h e l l A s s o c i a t e s , I n c . Ir r i g a t i o n C o n s u l t a n t : Page 241 of 551 IP.502 X IR R I G A T I O N D E T A I L S SCALE: NONE 1 WEATHERPROOF WIRE SPLICE ASSEMBLY SCALE: NONE 2 QUICK COUPLING VALVE SCALE: NONE 3 VALVE BOX INSTALLATION NOTE: SIDE VIEW TOP VIEW 1" [25mm] 10" ROUND PLASTIC VALVE BOX WITH BOLT DOWN LID. 1 1/4" x 1 1/4" x 3/16" [30mm x 30mm x 5mm] ANGLE IRON 30" [760mm] LONG W/2 STAINLESS STEEL STRAPS (ONE AROUND QCV). PVC MAIN LINE. 3" [75mm] LONG SCHEDULE 80 PVC THREADED NIPPLE. QUICK COUPLING VALVE. SCHEDULE 80 PVC THREADED NIPPLE. 10" [250mm] LONG SCHEDULE 80 PVC THREADED NIPPLE. UPC APPROVED SCHEDULE 40 PVC TEE OR ELBOW. SCHEDULE 80 PVC THREADED 90° ELL. 1 2 3 4 5 6 7 8 9 10 NIPPLES AND FITTINGS TO BE SAME SIZE AS VALVE IPT INLET THREAD SIZE. REFER TO IRRIGATION LEGEND 1 2 3 4 6 5 9 10 11 12 FINISH GRADE. 7 8 19 GAUGE 1/2" [13mm] SQUARE WIRE MESH. BRICK - 2 TOTAL. 11 12 PEA GRAVEL OR 3/4" DRAIN ROCK- 4" [100mm] DEEP BELOW VALVE (NO SOIL IN VALVE BOX). 13 13 INSTRUCTIONS: 1.STRIP WIRES APPROXIMATELY 1/2" FROM ENDS TO EXPOSE WIRE. 2.TWIST CONNECTOR AROUND WIRES CLOCKWISE UNTIL HAND TIGHT, DO NOT OVERTIGHTEN. 3.INSERT WIRE ASSEMBLY TO BOTTOM OF GEL-FILLED TUBE. CHECK TO MAKE SURE CONNECTOR HAS BEEN PUSHED PAST LOCKING FINGERS AND IS SEATED AT THE BOTTOM OF THE TUBE. 4.PLACE WIRES WHICH EXIT TUBE IN WIRE EXIT HOLES AND CLOSE CAP UNTIL IT SNAPS. 5.INSPECT FINAL SPLICE ASSEMBLY THAT IT IS SECURED. NOTE: MAXIMUM # OF WIRES PER CONNECTOR: ·3-#14 GAUGE ·2-#12 GAUGE STEP 5STEP 4 STEP 1 STEP 2 STEP 3 A1 12" TYPICAL INSTRUCTIONS: 1.CENTER VALVE BOX OVER REMOTE CONTROL VALVE TO FACILITATE SERVICING VALVE. 2.SET BOXES 1" ABOVE FINISH GRADE OR MULCH COVER IN GROUND COVER/SHRUB AREA AND FLUSH WITH FINISH GRADE IN TURF AREA. 3.SET RCV AND VALVE BOX ASSEMBLY IN GROUND COVER/SHRUB AREA WHERE POSSIBLE. INSTALL IN LAWN ONLY IF GROUND COVER DOES NOT EXIST ADJACENT TO LAWN. 4.SET BOXES PARALLEL TO EACH OTHER AND PERPENDICULAR TO EDGE OF LAWN, WALK, FENCE, CURB, ETC. 5.AVOID HEAVILY COMPACTING SOIL AROUND VALVE BOXES TO PREVENT COLLAPSE AND DEFORMATION OF VALVE BOX SIDES. 6.INSTALL EXTENSION BY VALVE BOX MANUFACTURER AS REQUIRED TO COMPLETELY ENCLOSE ASSEMBLY FOR EASY ACCESS. 12" 1 CONTROLLER ID. 3 RECTANGULAR VALVE BOX. ROUND VALVE BOX FOR QCV AND GATE VALVE. HEAT BRAND VALVE TYPE INTO INTO LID PER TABLE. EDGE OF LAWN, WALK, FENCE, CURB, ETC. 1 TREE 2 2 ALL TREE VALVES TO HAVE TREE BRANDED INTO LID. 3 VALVE IDENTIFICATION 12"12" 5 5 TOP VIEW OF BOXES 7 7 ITEMS TO BRAND:BRAND CODE GATE VALVE GV PRESSURE REDUCER PRV MASTER VALVE MV FLOW SENSOR FS SPLICE BOX SB QUICK COUPLER QC PULL BOX PB LIGHTNING ARRESTOR LA MAIN LINE AIR RELIEF ARV HYDROMETER HM GROUND ROD GR REMOTE CONTROL VALVE A___ XXA1 4 4 HEAT BRAND VALVE TYPE PER TABLE OR CONTROLLER ID AND STATION NUMBER INTO LID. 6 6 STATION NUMBER. SCALE: NONE 4 TREE AND SHRUB BUBBLER 2 SCALE: NONE 5 TREE BUBBLER WITHIN TREE GRATE NOTE: FOR INSTALLATION OF TREE BUBBLERS REFER TO TREE BUBBLER DETAIL. 1 ROOT BALL BACK FILL MIX CITY SIDEWALK TREE GRATE FRAME TREE GRATE BUBBLER 5 6 3 4 3 4 5 6 1 2 UPHILL TREE BUBBLER PLACEMENT EXAMPLES UPHILL LEVEL GRADESLOPED GRADE 1 4 5 6 7 8 BUBBLER (TO BE INSTALLED ON TOP OF ROOTBALL). FINISH GRADE. TREE OR SHRUB ROOTBALL. 1/2" IPS FLEXIBLE PVC. PVC TEE (SST), ELBOW (ST) OR FEMALE ADAPTER. PVC LATERAL LINE. TREE OR SHRUB. EDGE OF ROOTBALL (TYPICAL). 10 11 1 5 6 7 8 10 11 1/2" SCH. 40 MALE ADAPTER. 2 3 2 4 3 6" STAPLE. 9 TREE STAKES.9 1 NOTE: SUGGESTED QUANTITY OF BUBBLERS PER TREES AND SHRUBS SIZE: ·SHRUBS = 1 BUBBLER ·15 GAL OR 24" BOX = 2 BUBBLERS ·36" OR 48" BOX = 4 BUBBLERS REFER TO IRRIGATION LEGEND SCALE: NONE 6 TORO DL 2000 ISLAND LAYOUT PLAN 7 6 5 4 3 2 1 9 8 10 11 12 13 14 PVC TEE (SxSxS). PVC ELL (SxS). TORO TRI-LOC ELL (TL-E). TORO TRI-LOC TEE (TL-T). BLANK 5/8" [16mm] POLY TUBING AT SUPPLY AND FLUSH END OF EACH ISLAND. REFER TO DRIPLINE TO PVC CONNECTION DETAIL. AIR/VACUUM RELIEF VALVE PLUMBED TO TUBING AT HIGH POINT. DRIPLINE LATERAL. MANUAL FLUSH VALVE PLUMBED TO TUBING AT LOW POINT. DRIPLINE OPERATION INDICATOR LOCATED AT THE ENDS OF EACH DRIPLINE ZONE. ISLAND PERIMETER. PERIMETER LATERALS 2" [50mm] TO 4" [100mm] FROM EDGE. FV FV AV FV AV AV 14 12 13 4 3 2 1 5 6 7 89 10 11 NOTE: 1.THE TOTAL LENGTH OF A SINGLE DRIP LINE RUN SHALL NOT EXCEED 300 FT. 2.INSTALL DRIPLINE 2-4" BELOW GRADE AND STAKE DOWN EVERY 4' OR AS REQUIRED. PVC LATERAL LINE FROM VALVE. MINIMUM SIZE TO BE 1" UNLESS OTHERWISE NOTED. PVC FLUSH MANIFOLD. MINIMUM SIZE TO BE 1" UNLESS OTHERWISE NOTED. AV FV 7 6 5 4 3 2 1 8 9 10 4 7 11 NOTE: 1.THE TOTAL LENGTH OF ALL INTERCONNECTED DRIP LINE OFF A SINGLE PVC SUPPLY LINE CONNECTION OR A SINGLE RUN OF DRIPLINE SHALL NOT EXCEED 300 FT. 2.INSTALL DRIPLINE 2-4" BELOW GRADE AND STAKE DOWN EVERY 4' OR AS REQUIRED. SCALE: NONE 7 TORO DL2000 TRIANGULAR LAYOUT 11 10 8 9 1 2 3 4 5 6 7 FLUSH VALVE PLUMBED TO FLUSH MANIFOLD AT LOW POINT PVC LATERAL LINE FROM VALVE. MINIMUM SIZE TO BE 1" UNLESS OTHERWISE NOTED. PVC SUPPLY MANIFOLD. DRIPLINE LATERAL. PERIMETER LATERALS 2" [50mm] TO 4" [100mm] FROM EDGE. AREA PERIMETER. DRIPLINE OPERATION INDICATOR LOCATED AT THE ENDS OF EACH DRIPLINE ZONE. MANIFOLD-TO-ELBOW CONNECTION. TORO DL2000 AIR/VACUUM RELIEF VALVE (YD-500-34) PLUMBED TO SUPPLY MANIFOLD AT HIGH POINT. TORO TRI-LOC TEE (TL-T) PVC FLUSH MANIFOLD. MINIMUM SIZE TO BE 1" UNLESS OTHERWISE NOTED. AV FV NOT TO SCALE PLAN NOTE: 1.THE TOTAL LENGTH OF ALL INTERCONNECTED DRIP LINE OFF A SINGLE PVC SUPPLY LINE CONNECTION OR A SINGLE RUN OF DRIPLINE SHALL NOT EXCEED 300 FT. 2.INSTALL DRIPLINE 2-4" BELOW GRADE AND STAKE DOWN EVERY 4' OR AS REQUIRED. SCALE: NONE 8 TORO DL2000 ODD CURVE LAYOUT 10 8 9 1 2 3 4 5 6 7 FLUSH VALVE PLUMBED TO FLUSH MANIFOLD AT LOW POINT PVC SUPPLY LINE/HEADER FROM VALVE. MINIMUM SIZE TO BE 1" UNLESS OTHERWISE NOTED. DRIPLINE LATERAL. PERIMETER LATERALS 2" [50mm] TO 4" [100mm] FROM EDGE. AREA PERIMETER. DRIPLINE OPERATION INDICATOR LOCATED AT THE ENDS OF EACH DRIPLINE ZONE. MANIFOLD-TO-ELBOW CONNECTION. TORO DL2000 AIR/VACUUM RELIEF VALVE (YD-500-34) PLUMBED TO SUPPLY MANIFOLD AT HIGH POINT. TORO TRI-LOC TEE (TL-T) 12 3 4 5 6 7 9 8 4 10 PVC FLUSH MANIFOLD. MINIMUM SIZE TO BE 1" UNLESS OTHERWISE NOTED. 20 2 3 - 0 2 - 2 1 2: 1 7 P M DM U N G E R S: \ 2 0 2 2 \ 2 2 - 0 1 9 U K I A H S T R E E T S C A P E P H A S E 2 \ C A D \ 2 - 2 2 - 2 3 \ I P . 1 0 5 - I P . 1 0 7 I R R I G A T I O N L , N , D . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 99 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTER E D P R O F E S SIONAL E N G I N E E R S TATE OF C A L I F O R NIA C I V I L JER E M Y M . SC H M A L 10 0 % D E S I G N P L A N S NO T F O R C O N S T R U C T I O N fa x 9 2 5 . 9 3 2 . 5 6 7 1 te l 9 2 5 . 9 3 9 . 3 9 8 5 ww w . r m a i r r i g a t i o n . c o m 27 6 0 C a m i n o D i a b l o Wa l n u t C r e e k , C A 9 4 5 9 7 t Ru s s e l l D . M i t c h e l l A s s o c i a t e s , I n c . Ir r i g a t i o n C o n s u l t a n t : Page 242 of 551 IP.503 X IR R I G A T I O N D E T A I L S SCALE: NONE 1 TORO DL 2000 CENTER FEED MANIFOLD 1 2 3 4 5 6 7 8 9 ISOMETRIC 9 8 7 6 54 3 1 2 NOTE: THE TOTAL LENGTH OF A SINGLE DRIP LINE RUN SHALL NOT EXCEED 300 FT. FINISH GRADE. DEPTH OF TUBING PER IRRIGATION LEGEND. DEPTH OF PVC LATERAL LINE PER IRRIGATION LEGEND DRIPLINE TUBING. BLANK 5/8" [16mm] POLY TUBING, LENGTH AS NECESSARY. PVC TEE (SxSxT) WITH 1/2" [13mm] FPT OUTLET. PVC LATERAL LINE FROM REMOTE CONTROL VALVE. TORO TRI-LOC TEE (TL-T) SCALE: NONE 3 DRIPLINE MANIFOLD TO ELBOW CONNECTION 1 2 3 4 5 6FINISH GRADE TORO TRI-LOC MPT ADAPTER (TL-M50) DRIPLINE TUBING SECTION/ELEVATION NOT TO SCALE 1 8 2 3 6 TORO TRI-LOC ELBOW (TL-E) 5 7 4 DEPTH OF TUBING PER IRRIGATION LEGEND. 7 SCH 40 PVC TEE (SxSxT) WITH 1/2" FPT OUTLET. 8 DEPTH OF PVC LATERAL LINE PER IRRIGATION LEGEND TORO TRI-LOC MPT ADAPTER (TL-M50) NOT TO SCALE SECTION SCALE: NONE 2 REFER TO IRRIGATION LEGEND 4" 1 FINISH GRADE 1 2 3 4 6 7 5 8 2 CARSON 708 OR EQUAL. COLOR: BLACK. USE PURPLE FOR RECYCLED WATER SYSTEMS. 3 DRIPLINE TUBING 4 TORO TRI-LOC TEE 6 7 8 BRICK (1 OF 2) 8 PVC LATERAL LINE SUPPLY. MINIMUM SIZE TO BE 1" UNLESS SIZED DIFFERENTLY ON DRAWINGS. USE SCH 40 PVC 1"x1"x1/2" TEE OR 90° ELBOW. 5 TORO TRI-LOC MPT ADAPTER (TL-M50) SCH 40 PVC TEE (SxSxT) WITH 1/2" FPT OUTLET. BLANK 5/8" [16mm] POLY TUBING, LENGTH AS NECESSARY. BLANK 5/8" [16mm] POLY TUBING, LENGTH AS NECESSARY. DRIPLINE TO PVC CONNECTION-SINGLE SOURCE DRIP AREAS ONLY NOTE: USE ONLY WHEN THE TOTAL LENGTH OF DRIP LINE SERVICED FROM THIS PVC CONNECTION IS LESS THAN 300 FT. SCALE: NONE 5 TORO DL 2000 CENTER FEED LAYOUT SCALE: NONE 6 TORO DL 2000 END FEED LAYOUT 11 10 8 9 1 2 3 4 5 6 7 FLUSH VALVE PLUMBED TO FLUSH MANIFOLD AT LOW POINT MANIFOLD-TO-ELBOW CONNECTION (TYP). PVC LATERAL LINE FROM VALVE. MINIMUM SIZE TO BE 1" UNLESS OTHERWISE NOTED. MANIFOLD-TO-TEE CONNECTION. DRIPLINE LATERAL. AIR/VACUUM RELIEF LATERAL, BLANK POLY TUBING CENTERED ON MOUND OR BERM. AIR/VACUUM RELIEF PLUMBED TO BLANK 5/8" POLY TUBING AT EACH HIGH POINT. PERIMETER LATERALS 2" [50mm] TO 4" [100mm] FROM EDGE. AREA PERIMETER. 12 DRIPLINE OPERATION INDICATOR LOCATED AT THE ENDS OF EACH DRIPLINE ZONE. 11 10 8 9 1 2 3 4 5 6 7 MANIFOLD-TO-ELBOW CONNECTION (TYP). DRIPLINE LATERAL. AIR/VACUUM RELIEF VALVE PLUMBED TO BLANK 5/8" TUBING AT EACH HIGH POINT. AIR/VACUUM RELIEF LATERAL, BLANK 5/8" POLY TUBING CENTERED ON MOUND OR BERM. PERIMETER LATERALS 2" [50mm] TO 4" [100mm] FROM EDGE. AREA PERIMETER. DRIP OPERATION INDICATOR LOCATED AT THE ENDS OF EACH DRIPLINE ZONES. AUTOMATIC FLUSH VALVE PLUMBED TO FLUSH MANIFOLD AT LOW POINT. NOTE: 1.THE TOTAL LENGTH OF ALL INTERCONNECTED DRIP LINE OFF A SINGLE PVC SUPPLY LINE CONNECTION OR A SINGLE RUN OF DRIPLINE SHALL NOT EXCEED 300 FT. 2.INSTALL DRIPLINE 2-4" BELOW GRADE AND STAKE DOWN EVERY 4' OR AS REQUIRED. PVC FLUSH MANIFOLD. MINIMUM SIZE TO BE 1" UNLESS OTHERWISE NOTED. PVC LATERAL LINE FROM VALVE. MINIMUM SIZE TO BE 1" UNLESS OTHERWISE NOTED. SCALE: NONE DRIPLINE-FLUSH POINT7 3 7 5 4 2 1 BRICK (1 OF 2) NOTE: ALLOW A 12" MINIMUM OF PVC HOSE IN VALVE BOX IN ORDER TO DIRECT FLUSHED WATER OUTSIDE VALVE BOX. 2 4 5 1 6 6 7 1/2" SCH 40 THREADED BALL VALVE. PEA GRAVEL SUMP (6" DEEP). FINISH GRADE NOTE: 1.THE TOTAL LENGTH OF ALL INTERCONNECTED DRIP LINE OFF A SINGLE PVC SUPPLY LINE CONNECTION OR A SINGLE RUN OF DRIPLINE SHALL NOT EXCEED 300 FT. 2.INSTALL DRIPLINE 2-4" BELOW GRADE AND STAKE DOWN EVERY 4' OR AS REQUIRED. 3 1/2" SCH 40 MALE ADAPTER. PLAN FV FV AV PVC SUPPLY MANIFOLD. EXTEND TO END OF ZONE/EXHAUST HEADER. 1 2 3 4 5 6 7 8 9 10 11 1212 PLAN FV AV 10 9 8 7 6 5 4 3 2 1 11 PVC FLUSH MANIFOLD. MINIMUM SIZE TO BE 1" UNLESS OTHERWISE NOTED. PVC FLUSH MANIFOLD. MINIMUM SIZE TO BE 1" UNLESS OTHERWISE NOTED. 1" IPS PVC HOSE FROM EXHAUST HEADER OR BLANK DRIP TUBING. SCALE: NONE 4 AIR VACUUM RELIEF VALVE IN DRIPLINE 1 2 3 4 5 6 7 8 9 NOTE: USE ONE AIR/RELIEF VALVE FOR EVERY 7 GPM PER ZONE. LOCATE AT HIGH POINTS. 6" ROUND PLASTIC VALVE BOX. HEAT BRAND "AR" ON LID IN 1" HIGH CHARACTERS. TORO DL2000 AIR/VACUUM RELIEF VALVE (YD-500-34). TORO TRI-LOC TEE X 1/2" FPT ADAPTER (TL-T-F50) TORO DL2000 TUBING/ AIR-RELIEF LATERAL. BRICK SUPPORTS (2 COMMON BRICKS REQUIRED). FINISH GRADE. 1" ABOVE FINISH GRADE. PEA GRAVEL (4" DEEP). NATIVE SOIL PER SPECIFICATIONS. 20 2 3 - 0 2 - 2 1 2: 1 7 P M DM U N G E R S: \ 2 0 2 2 \ 2 2 - 0 1 9 U K I A H S T R E E T S C A P E P H A S E 2 \ C A D \ 2 - 2 2 - 2 3 \ I P . 1 0 5 - I P . 1 0 7 I R R I G A T I O N L , N , D . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 99 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTER E D P R O F E S SIONAL E N G I N E E R S TATE OF C A L I F O R NIA C I V I L JER E M Y M . SC H M A L 10 0 % D E S I G N P L A N S NO T F O R C O N S T R U C T I O N fa x 9 2 5 . 9 3 2 . 5 6 7 1 te l 9 2 5 . 9 3 9 . 3 9 8 5 ww w . r m a i r r i g a t i o n . c o m 27 6 0 C a m i n o D i a b l o Wa l n u t C r e e k , C A 9 4 5 9 7 t Ru s s e l l D . M i t c h e l l A s s o c i a t e s , I n c . Ir r i g a t i o n C o n s u l t a n t : SCALE: NONE 8 570 POP-UP DRIP OPERATION INDICATOR FINISH GRADE. 3 570 POP-UP DRIP OPERATION INDICATOR ASSEMBLY (TORO MODEL 570-DRIP-IND) INSTALLED AT FURTHEST POINT DOWNSTREAM OF ZONE VALVE. 2 1 PVC OR SWING PIPE SWING JOINT ASSEMBLY. 4 PVC DRIP ZONE FOOTER. 5 DEPTH OF PVC LINE PER SPECIFICATIONS. NOTE: TEFLON TAPE ALL THREADED JOINTS 1 2 3 4 5 Page 243 of 551 Page 244 of 551 Page 245 of 551 Page 246 of 551 Page 247 of 551 Page 248 of 551 Page 249 of 551 Page 250 of 551 Page 251 of 551 CITY OF UKIAH MENDOCINO COUNTY, CALIFORNIA SPECIAL PROVISIONS FOR DOWNTOWN STREETSCAPE, ROAD DIET AND UTILITIES PROJECT – PHASE II SPECIFICATION NO. 2021-179 CITY OF UKIAH DEPARTMENT OF PUBLIC WORKS 300 Seminary Avenue Ukiah, California 95482-5400 Bids Open: _____,_______, ____________ 2:00 p.m. Office of City Clerk ATTACHMENT 2 Page 252 of 551 CITY OF UKIAH MENDOCINO COUNTY, CALIFORNIA CITY COUNCIL: MARI RODIN– MAYOR JOSEFINA DUEÑAS– VICE-MAYOR DOUGLAS CRANE– COUNCIL MEMBER SUSAN SHER – COUNCIL MEMBER JUAN OROZCO– COUNCIL MEMBER SAGE SANGIACOMO – CITY MANAGER TIM ERIKSEN - DIRECTOR OF PUBLIC WORKS / CITY ENGINEER MARY HORGER – PROCUREMENT MANAGER KRISTINE LAWLER – CITY CLERK R. ALLEN CARTER - CITY TREASURER CITY OF UKIAH DEPARTMENT OF PUBLIC WORKS MARCH 2023 Page 253 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II iii Spec No.2021-179 TABLE OF CONTENTS PAGE NOTICE TO BIDDERS INSTRUCTIONS TO BIDDERS ...................................................................................................................... 1 GENERAL CONDITIONS SECTION 1. PROPOSAL REQUIREMENTS AND GENERAL CONDITIONS .............................................. 3 1-01. Definitions 1-02. Examinations of Plans, Special Provisions and Site of Work 1-03. Proposal 1-04. Withdrawal of Bids 1-05. Public Opening of Bids 1-06. Bid Guaranty 1-07. Qualification of Bidders 1-08. Disqualification of Bidders 1-09. Identification of Subcontractors 1-10. General Provisions of the Standard Specifications 1-11. Addenda SECTION 2. AWARD AND EXECUTION OF CONTRACT ........................................................................... 5 2-01. Award of Contract 2-02. Return of Proposal Guaranties 2-03. Execution of Contract SECTION 3. SCOPE AND INTENT OF CONTRACT .................................................................................... 5 3-01. Effect of Inspection and Payments 3-02. Effect of Extension of Time 3-03. Extra W ork 3-04. Assignment of Contract 3-05. Subcontractors 3-06. Interpretation of Special Provisions and Drawings 3-07. Addenda 3-08. Liability of City Officials 3-09. Dispute Resolution SECTION 4. BONDS ..................................................................................................................................... 6 4-01. Faithful Performance Bond 4-02. Material and Labor Bond 4-03. Defective Material and Workmanship Bond 4-04. Notification of Surety Companies SECTION 5. INSURANCE REQUIREMENTS FOR CONTRACTORS ......................................................... 6 5-01. Minimum Scope of Insurance 5-02. Minimum Limits of Insurance 5-03. Deductibles and Self-Insured Retentions 5-04. Other Insurance Provisions 5-05. Acceptability of Insurers Page 254 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II iv Spec No.2021-179 5-06. Verification of Coverage 5-07. Subcontractors SECTION 6. RESPONSIBILITIES AND RIGHTS OF CONTRACTOR ......................................................... 8 6-01. Legal Address of Contractor 6-02. Office of Contractor at Site 6-03. Attention to Work 6-04. Liability of Contractor 6-05. Protection of Persons and Property 6-06. Protection of City Against Patent Claims 6-07. Protection of Contractor's Work Property 6-08. Regulations and Permits 6-09. Construction Utilities 6-10. Approval of Contractor's Plans 6-11. Suggestions to the Contractor 6-12. Termination of Unsatisfactory Subcontracts 6-13. Preservation of Stakes and Marks 6-14. Assistance to Engineer 6-15. Removal of Condemned Materials and Structures 6-16. Proof of Compliance with Contract 6-17. Errors and Omissions 6-18. Cooperation 6-19. Right of Contractor to Stop Work 6-20. Hiring and Dismissal of Employees 6-21. Wage Rates 6-22. Cleaning Up 6-23. Guaranty SECTION 7. RESPONSIBILITIES AND RIGHTS OF CITY ........................................................................ 12 7-01. Authority of the Engineer 7-02. Inspection 7-03. Surveys 7-04. Rights-of-W ay 7-05. Retention of Imperfect Work 7-06. Changes in the Work 7-07. Additional Drawings by City 7-08. Additional and Emergency Protection 7-09. Suspension of Work 7-10. Right of City to Terminate Contract 7-11. Use of Completed Portions SECTION 8. WORKMANSHIP, MATERIALS AND EQUIPMENT .............................................................. 14 8-01. General Quality 8-02. Quality in Absence of Detailed Specifications 8-03. Materials and Equipment Specified by Name 8-04. Source of Materials 8-05. Storage of Materials 8-06. Drawings, Samples and Tests SECTION 9. PROSECUTION OF WORK ................................................................................................... 15 9-01. Equipment and Methods 9-02. Time of Completion Page 255 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II v Spec No.2021-179 9-03. Avoidable Delays 9-04. Unavoidable Delays 9-05. Notice of Delays 9-06. Extension of Time 9-07. Unfavorable Weather and Other Conditions 9-08. Saturday, Sunday, Holiday and Night Work 9-09. Hours of Labor SECTION 10. PAYMENT ............................................................................................................................. 17 10-01. Certification by Engineer 10-02. Progress Estimates and Payment 10-03. Substitution of Securities 10-04. Acceptance 10-05. Final Estimate and Payment 10-06. Delay Payments 10-07. Extra Work and Work Omitted 10-08. Compensation for Extra Work or Work Omitted 10-09. Compensation to the City for Extension of Time 10-10. Liquidated Damages for Delay SECTION 11. MISCELLANEOUS ............................................................................................................... 19 11-01. Notice 11-02. Computation of Time 11-03 Claims Procedure Required by Public Contract Code Section 9204 11-04. Litigation and Forum Selection 11-05. Waiver TECHNICAL SPECIFICATIONS SECTION 12. GENERAL INFORMATION .................................................................................................. 22 12-01. Location and Scope of Work 12-02. Arrangement of Technical Specifications 12-03. Arrangement of Plans 12-04. Business Licenses 12-05. Permits 12-06. Standard Specifications and Standard Plans 12-07. Temporary Facilities 12-08. Public Convenience and Safety 12-09. Maintaining Traffic 12-10. Stream Pollution 12-11. Warranties 12-12. Utilities 12-13. Dust Control 12-14. Noise Control 12-15. Watering 12-16. Preconstruction Conference 12-17. Progress Schedule 12-18. Progress Meetings 12-19. Safety Requirements 12-20. Public Notification SECTION 13. CONSTRUCTION DETAILS ................................................................................................. 26 Page 256 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II vi Spec No.2021-179 Standard Plan List Organization DIVISION I GENERAL PROVISIONS 1 General 2 Bidding 3 Contract Award and Execution 4 Scope of Work 5 Control of Work 6 Control of Materials 7 Legal Relations and Responsibility to the Public 8 Prosecution and Progress 9 Payment DIVISION II GENERAL CONSTRUCTION 10 General 11 Welding 12 Temporary Traffic Control 13 Water Pollution Control 14 Environmental Stewardship 15 Existing Facilities 16 Temporary Facilities DIVISION III EARTHWORK AND LANDSCAPE 17 General 18 Dust Palliative 19 Earthwork 20 Landscape 21 Erosion Control 22 Finishing Roadway DIVISION IV SUBBASES AND BASES 23 General 24 Stabilized Soils 25 Aggregate Subbases 26 Aggregate Bases 27 Cement Treated Bases 28 Concrete Bases 29 Treated Permeable Bases 30 Reclaimed Pavement 31 Reserved 32 Reserved 33 Reserved 34 Reserved 35 Reserved DIVISION V SURFACINGS AND PAVEMENTS 36 General 37 Bituminous Seals 38 Reserved Page 257 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II vii Spec No.2021-179 39 Asphalt Concrete 40 Concrete Pavement 41 Existing Concrete Pavement 42 Groove and Grind Concrete 43 Reserved 44 Reserved DIVISION VI STRUCTURES 45 General 46 Ground Anchors and Soil Nails 47 Earth Retaining Systems 48 Temporary Structures 49 Piling 50 Prestressing Concrete 51 Concrete Structures 52 Reinforcement 53 Shotcrete 54 Waterproofing 55 Steel Structures 56 Overhead Sign Structures, Standards, and Poles 57 Wood and Plastic Lumber Structures 58 Sound Walls 59 Structural Steel Coatings 60 Existing Structures DIVISION VII DRAINAGE 61 General 62 Reserved 63 Reserved 64 Plastic Pipe 65 Concrete Pipe 66 Corrugated Metal Pipe 67 Structural Plate Culverts 68 Subsurface Drains 69 Overside Drains 70 Miscellaneous Drainage Facilities 71 Existing Drainage Facilities DIVISION VIII MISCELLANEOUS CONSTRUCTION 72 Slope Protection 73 Concrete Curbs and Sidewalks 74 Pumping Equipment and Controls 75 Miscellaneous Metals 76 Wells 77 Local Infrastructure 78 Incidental Construction 79 Reserved 80 Fences DIVISION IX TRAFFIC CONTROL FACILITIES 81 Miscellaneous Traffic Control Devices Page 258 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II viii Spec No.2021-179 82 Signs and Markers 83 Railings and Barriers 84 Markings 85 Reserved DIVISION X ELECTRICAL WORK 86 General 87 Electrical Systems 88 Reserved – Undergrounding DIVISION XI MATERIALS 89 Aggregate 90 Concrete 91 Paint 92 Asphalt Binders 93 Reserved 94 Asphaltic Emulsions 95 Epoxy 96 Geosynthetics 97 Reserved 98 Reserved DIVISION XII BUILDING CONSTRUCTION 99 Building Construction SECTION 14. EXCLUSIONS FROM GENERAL CONDITIONS ............................................................... 155 14-01. Provisions to be Excluded from General Conditions SECTION 15. AMENDMENTS TO GENERAL CONDITIONS .................................................................. 155 15-01. Provisions of General Conditions to be Amended SECTION 16. FEDERAL REQUIREMENTS FOR FEDERAL-AID CONSTRUCTION PROJECTS ......... 156 CERTIFICATES AND DOCUMENTS BID SUBMITTAL CHECKLIST .................................................................................................................... 182 PROPOSAL ........................................................................................................................................... 183 BIDDING SCHEDULE ................................................................................................................................. 184 FAIR EMPLOYMENT PRACTICES CERTIFICATION ................................................................................ 195 WORKER'S COMPENSATION CERTIFICATE .......................................................................................... 196 CERTIFICATE OF NONDISCRIMINATION IN EMPLOYMENT ................................................................. 197 LIST OF PROPOSED SUBCONTRACTORS ............................................................................................. 198 STATEMENT OF EXPERIENCE OF BIDDER ............................................................................................ 199 Page 259 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II ix Spec No.2021-179 SIGNATURE OF BIDDER ........................................................................................................................... 200 BIDDER'S BOND ........................................................................................................................................ 201 NON-COLLUSION AFFIDAVIT ................................................................................................................... 202 EEO CERTIFICATION ………………………………………………………………………..…………………203 DEBARMENT AND SUSPENSION CERTIFICATION ………………………………………………………204 NONLOBBYING CERTIFICATION FOR FEDERAL AID CONTRACTS ………………………………….205 EXHIBIT 12-B BIDDER’S LIST OF SUBCONTRACTORS…………………………………………………..209 EXHIBIT 15-G CONSTRUCTION CONTRACT DBE COMMITMENT………………………………………211 EXHIBIT 15-H: PROPOSER/CONTRACTOR GOOD FAITH EFFORTS…………………………………..213 PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT…………………………………..…………216 PUBLIC CONTRACT CODE SECTION 10162 STATEMENT…………………………………….…………217 PUBLIC CONTRACT CODE SECTION 10232 STATEMENT……………………………………………….218 AGREEMENT .................................................................................................................................... .....219 INDEMNIFICATION AGREEMENT……………………………………………………………………………..223 EXAMPLE BOND FORMS ........................................................................................................................ 224 DIRECTIONS FOR PREPARATION OF PERFORMANCE AND MATERIAL AND LABOR BOND ......... 228 DEFECTIVE MATERIAL AND W ORKMANSHIP (MAINTENANCE) BOND ............................................. 229 INSURANCE CERTIFICATES AND ENDORSEMENT FORMS APPENDICES: APPENDIX 1: ADDITIONAL UNDERGROUNDING SPECIFICATIONS APPENDIX 2: DAVIS BACON FEDERAL WAGE RATES Page 260 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II x Spec No.2021-179 CITY OF UKIAH, MENDOCINO COUNTY, CALIFORNIA NOTICE TO BIDDERS FOR DOWNTOWN STREETSCAPE, ROAD DIET AND UTILITIES PROJECT – PHASE II SPECIFICATION NO. 2021-179 NOTICE IS HEREBY GIVEN that sealed standard proposals for DOWNTOWN STREETSCAPE, ROAD DIET AND UTILITIES PROJECT – PHASE II will be received at the Office of the City Clerk, Ukiah Civic Center, 300 Seminary Avenue, Ukiah California until 2:00 p.m. on _______, ____, 20___, at which time, or as soon thereafter as possible, they will be publicly opened and read. Bids shall be addressed to the City Clerk and shall be endorsed “DOWNTOWN STREETSCAPE, ROAD DIET AND UTILITIES PROJECT – PHASE II.” Bids are required for the entire work described herein. No fax bids will be accepted. ENGINEER'S ESTIMATE OF QUANTITIES Item No. Description Quantity Unit of Measure 1 Mobilization, Demobilization, and Final Cleanup 1 LS 2 Storm Water Pollution Prevention Plan (SWPPP) 1 LS 3 Storm Water Sampling and Analysis Day 10 EA 4 Temporary Water Pollution Control Measures 1 LS 5 Progress Schedule (Critical Path Method) 1 LS 6 Construction Area Signs 1 LS 7 Traffic Control System 1 LS 8 Positive Location (Potholing) 20 EA 9 Construction Survey 1 LS 10 Trench Bracing and Shoring 1 LS 11 Bypass Sewage Pumping 1 LS 12 Remove Traffic Stripe and Markings (Striping Conforms) 1 LS 13 Remove Existing Drainage Inlet 5 EA 14 Abandon Existing Storm Drain Pipe 800 LF 15 Remove/Replace Unsuitable Material - Miscellaneous Concrete 140 CY 16 Remove/Replace Unsuitable Material - Roadway Section 560 CY 17 Remove Concrete Curb and Gutter 4,100 LF 18 Remove Vertical Curb 130 LF 19 Remove Concrete Sidewalk, Driveways, and Curb Ramps 23,900 SF 20 Remove Concrete Roadway 52,000 SF 21 Remove/Salvage Trash Receptacle 1 EA 22 Remove Lighting Standard 2 EA 23 Remove Sanitary Sewer Manhole 6 EA 24 Abandon Sanitary Sewer Manhole 6 EA 25 Remove Sewer Main Line Cleanout 10 EA 26 Remove Existing Sanitary Sewer Main 2,900 EA 27 Abandon Existing Sanitary Sewer Main 2,660 LF 28 Abandon Existing Sanitary Sewer Lateral 50 EA 29 Abandon Existing Water Main 4,030 LF 30 Utility Conflict Resolution 1 LS 31 12" W ater Main (C900) 1,950 LF 32 12" Water Main (Ductile Iron) 80 LF 33 6" Steel Casing Pipe - Bore and Jack (Electric) 25 LF Page 261 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II xi Spec No.2021-179 34 8" Steel Casing Pipe - Bore and Jack (AT&T & CATV) 25 LF 35 18" Steel Casing Pipe - Bore and Jack (Water and SS) 76 LF 36 6" W ater Main (C900) 20 LF 37 4" Water Main (C900) 60 LF 38 1" Water Service (For 3/4" Meter) 32 EA 39 Fire Hydrant and Lateral 6 EA 40 Fire Service 6 EA 41 Air Relief Valve 3 EA 42 Backflow Preventer 2 EA 43 Cap Existing Water Main 4 EA 44 Water Tie-In 6 EA 45 Temporary Blow Off Valve 1 EA 46 12" Sanitary Sewer 2,260 LF 47 10" Sanitary Sewer 1,490 LF 48 8" Sanitary Sewer 30 LF 49 48" Sanitary Sewer Manhole 13 EA 50 Sewer Main Line Cleanout 3 EA 51 4" Sewer Lateral With Cleanout 50 EA 52 Drainage Inlet 10 EA 53 LID Storm Drain Inlet 3 EA 54 Under Sidewalk Drain 13 EA 55 15" RCP Storm Drain Pipe 700 LF 56 12" RCP Storm Drain Pipe 400 LF 57 48" Storm Drain Manhole 3 EA 58 Clearing and Grubbing 1 LS 59 Remove Tree and Stump 47 EA 60 Remove Tree Grate 43 EA 61 Conform Grind 10,500 SF 62 Edge Grind 14,900 SF 63 Cold Plane Asphalt Concrete Pavement 15,600 SF 64 Roadway Excavation (F) 6,900 CY 65 Class 2 Aggregate Base (F) 4,100 CY 66 Hot Mix Asphalt (Type A) 3,100 TON 67 Adjust Existing Sanitary Manhole Cover to Grade 12 EA 68 Adjust Existing Strom Drain Manhole Cover to Grade 6 EA 69 Adjust Existing AT&T Manhole Cover to Grade 2 EA 70 Adjust Existing Drainage Inlet to Grade 3 EA 71 Adjust Existing Street Monument Cover to Grade 2 EA 72 Adjust Existing Utility Cover to Grade (Sidewalk) 85 EA 73 Adjust Existing Valves to Grade 35 EA 74 Minor Concrete (Curb and Gutter) 3,100 LF 75 Minor Concrete (6" Vertical Curb) 130 LF 76 Minor Concrete (Driveway) 6,200 SF 77 Minor Concrete (Sidewalk) 19,700 SF 78 Minor Concrete (Curb Ramp) 13 EA 79 Minor Concrete (Detectable Warning Surface) 250 SF Page 262 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II xii Spec No.2021-179 80 Minor Concrete (8-inch Median Curb) 940 LF 81 Minor Concrete (Median Paving) 1,000 SF 82 Minor Concrete (Bioretention Curb & Gutter) 130 LF 83 Minor Concrete (Bioretention Vertical Curb) 170 LF 84 Irrigation System 1 LS 85 Street Tree 72 EA 86 Decomposed Granite Tree Well 1,210 SF 87 Brick Band 1,670 LF 88 Bench 6 EA 89 Bike Rack 13 EA 90 Planter Rail (Bioretention Area) 160 LF 91 Planting Area 4,600 SF 92 Plant Establishment Work 1 LS 93 Bioretention Area 800 SF 94 Survey Monument 2 EA 95 Flag Pole Sleeve 100 EA 96 Remove Roadside Sign 20 EA 97 Remove Roadside Sign Panel 2 EA 98 Thermoplastic Crosswalk and Pavement Marking 2,551 SF 99 Two-Way Blue Retroreflective Pavement Marker 9 EA 100 Metal Roadside Sign 84 EA 101 Roadside Sign - One Post 44 EA 102 Traffic Stripe (Detail 1) 330 LF 103 Traffic Stripe (Detail 8) 2,300 LF 104 Traffic Stripe (Detail 22) 4,000 LF 105 Traffic Stripe (Detail 27B) 4,000 LF 106 Traffic Stripe (Detail 27C) 920 LF 107 Traffic Stripe (Detail 32) 2,900 LF 108 Traffic Stripe (Detail 38) 750 LF 109 Traffic Stripe (Detail 39) 2,800 LF 110 Traffic Stripe (Detail 39A) 320 LF 111 Traffic Stripe (Detail 40) 120 LF 112 Green Bike Lane Pavement Markings 1,000 SF 113 Modify Signal (Gobbi St and S State St) 1 LS 114 Modify Signal (Mill St and S State St) 1 LS 115 Modify Signal (Scott St and N State St) 1 LS 116 Street Lighting System 1 LS 117 EXCAVATE, TRENCH, BACKFILL AND COMPACTION (12 INCH X 36 INCH TRENCH) 586 LF 118 EXCAVATE, TRENCH, BACKFILL AND COMPACTION (18 INCH X 48 INCH TRENCH) 224 LF 119 EXCAVATE, TRENCH, BACKFILL AND COMPACTION (24 INCH X 59 INCH TRENCH) 1,167 LF 120 1 INCH PVC SCH 40 CONDUIT (COMCAST) INCLUDING INSTALLATION 184 FT Page 263 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II xiii Spec No.2021-179 121 2 INCH PVC SCH 40 CONDUIT (COMCAST) INCLUDING INSTALLATION 3,364 FT 122 3 INCH PVC SCH 40 CONDUIT (COMCAST) INCLUDING INSTALLATION 80 FT 123 2 INCH PVC SCH 40 CONDUIT (AT&T) INCLUDING INSTALLATION 225 FT 124 4 INCH PVC SCH 40 CONDUIT (AT&T) INCLUDING INSTALLATION 1,991 FT 125 3 INCH PVC SCH 40 CONDUIT INCLUDING INSTALLATION (ELECTRIC) 442 FT 126 4 INCH PVC SCH 40 CONDUIT INCLUDING INSTALLATION (ELECTRIC) 3,152 FT 127 EXCAVATE, BACKFILL, COMPACT AND INSTALL CABLE SERVICE VAULTS B48 (COMCAST) 1 EA 128 EXCAVATE, BACKFILL, COMPACT AND INSTALL CABLE SERVICE VAULTS N36 (COMCAST) 14 EA 129 EXCAVATE, BACKFILL, COMPACT AND INSTALL CABLE SERVICE VAULTS N30 (COMCAST) 3 EA 130 EXCAVATE, BACKFILL, COMPACT AND INSTALL SERVICE VAULTS 17" X 30" X 24" (AT&T) 3 EA 131 EXCAVATE, BACKFILL, COMPACT AND INSTALL SERVICE VAULTS 2'6" X 4' X 3' (AT&T) 9 EA 132 EXCAVATE, BACKFILL, COMPACT AND INSTALL SERVICE VAULTS 3' X 5' X 4' (AT&T) 2 EA 133 EXCAVATE, BACKFILL, COMPACTION AND INSTALL PEDESTEL BOX PAD (CITY TO PROVIDE) 1 EA 134 EXCAVATE, BACKFILL, COMPACTION AND INSTALL 504LA VAULT (CITY TO PROVIDE) 1 EA 135 EXCAVATE, BACKFILL, COMPACTION AND INSTALL PPB PRIMARY JUNCTION BOX (CITY TO PROVIDE) 1 EA 136 EXCAVATE, BACKFILL, COMPACTION AND INSTALL TRANSFORMER BOX PAD (CITY TO PROVIDE) 5 EA 137 EXCAVATE, BACKFILL, COMPACTION AND INSTALL CONCRETE TRANSFORMER PAD (POUR IN PLACE) 1 EA 138 EXCAVATE, BACKFILL, COMPACTION AND INSTALL SECONDARY SERVICE BOX (CITY TO PROVIDE) 4 EA Page 264 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II xiv Spec No.2021-179 Plans and Special Provisions may be inspected and/or copies obtained from the City’s website at www.cityofukiah.com/purchasing. No bid will be considered unless it is made on the forms furnished by the City and is made in accordance with the details of the Special Provisions. Each bidder must be licensed as required by law. Further information regarding the work or these specifications can be obtained by calling Mary Horger, Procurement Manager at (707) 463-6233 or by email at mhorger@cityofukiah.com. The City Council reserves the right to reject any or all bids and to determine which proposal is, in its opinion, the lowest responsive bid by a responsible bidder and which it deems in the best interest of the City to accept. The City Council also reserves the right, but not the obligation, to waive any irregularity or failure to strictly comply with the bidding requirements, that the City determines in the reasonable exercise of its discretion does not provide the bidder with a competitive advantage over other bidders. This project is subject to the “Buy America” provisions of the Surface Transportation Assistance Act of 1982 as amended by the Intermodal Surface Transportation Efficiency Act of 1991. The City of Ukiah affirms that in any contract entered into pursuant to this advertisement, Disadvantaged Business Enterprises (DBE) will be afforded full opportunity to submit bids in response to this invitation. Bidders are advised that, as required by federal law, the City of Ukiah is implementing DBE requirements for this Project. Section 16 “Federal Requirements for Federal-Aid Construction Projects” under subsection titled “Disadvantaged Business Enterprises (DBE) covers these requirements. The DBE Contract goal is 8% No contractor or subcontractor may be listed on a bid proposal for a public works unless registered with the Department of Industrial Relations (“DIR”) pursuant to Labor Code section 1725.5 except as allowed. under Labor Code section 1771.1. The prime contractor shall be responsible for posting job site notices as prescribed by regulation. This project is subject to compliance monitoring and enforcement by the DIR. Pursuant to provisions of Section 1770, including amendments thereof, of the Labor Code of the State of California, the DIR Director has ascertained the general prevailing rate of wages for straight time, overtime, Saturdays, Sundays and Holidays including employer payment for health and welfare, vacation, pension and similar purposes for the City of Ukiah. Copies of his General Prevailing Wage Determination are available on the Internet at web address: http://www.dir.ca.gov/DLSR/PWD/. The Federal minimum wage rates for this project as predetermined by the United States Secretary of Labor are set forth in the Bid Book and in copies of this book that may be examined at the offices described above where project plans, special provisions, and bid forms may be seen. Addenda to modify the Federal minimum wage rates, if necessary, will be issued to holders of Bid book. Future effective general prevailing wage rates, which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates. Attention is directed to the Federal minimum wage rate requirements in the Bid book. If there is a difference between the minimum wage rates predetermined by the Secretary of Labor and the general prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, the Contractor and subcontractors shall pay not less than the higher wage rate. The Department will not accept lower State wage rates not specifically included in the Federal minimum wage determinations. This includes "helper" (or other classifications based on hours of experience) or any other classification not appearing in the Federal wage determinations. Where Federal wage determinations do not contain the State wage rate determination otherwise available for use by the Contractor and subcontractors, the Contractor and subcontractors shall pay not less than the Federal minimum wage rate, which most closely approximates the duties of the employees in question. The prime contractor for the work herein shall possess a current, valid State of California, Class A (General Engineering) Contractor's License. Pursuant to California Public Contract Code §22300, this contract includes provisions that allow substitutions of certain types of securities in lieu of the City withholding a portion of the partial payments due the Contractor to insure performance under this contract. By order of the City Council, City of Ukiah, County of Mendocino, State of California. Page 265 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II xv Spec No.2021-179 Dated:________________________ ________________________________________ Kristine Lawler, City Clerk, City of Ukiah, California PUBLISH TWO TIMES: Page 266 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 1 Spec No.2021-179 INSTRUCTIONS TO BIDDERS DOWNTOWN STREETSCAPE, ROAD DIET AND UTILITIES PROJECT – PHASE II shall be performed in accordance with the Plans and Special Provisions therefor adopted, to which special reference is hereby made. Each bidder must supply all the information required by the bid documents and Special Provisions. Minority business enterprises will be afforded full opportunity to submit bids in response t o this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award of any contract entered into pursuant to this advertisement. Women will be afforded equal opportunity in all areas of em ployment. However, the employment of women shall not diminish the standards or requirements for the employment of minorities. All proposals or bids shall be accompanied by a cashier's check or certified check payable to the order of the City of Ukiah amounting to 10 percent of the bid, or by a bond in said amount and signed by the bidder and a corporate surety, payable to said City. Said check shall be forfeited, or said bond shall become payable to said City in case the bidder depositing the same does not, within fifteen (15) days after written notice that the contract has been awarded to him: (a) enter into a contract with the City and (b) furnish certificates of insurance and endorsements, a bond of faithful performance and a payment bond as described in the Special Provisions. No bidder shall withdraw his or her bid for a period of thirty (30) calendar days after the date set by the City for the opening thereof. The Contractor and any subcontractors shall each possess a valid City of Ukiah Business License prior to the start of any work. The Contractor shall furnish a project schedule to the Engineer prior to the start of any work and start work as scheduled. The work is to be completed within 325 working days. The Contractor will pay to the City the sum of five thousand ($5000.00) dollars per day for each and every calendar day delay beyond the time prescribed. The staff shall notify a bidder by telephone, email or fax, if it intends to recommend the rejection of the bidder’s bid. Any bid protest must be filed with the City Clerk not more than five calendar days following the bid opening, or 2 calendar days following notice that staff is recommending the rejection of a bid. If any such timely written protest is filed, all bidders shall be provided a copy of the protest within 2 calendar days of its receipt, which may be delivered to the bidders as an email attachment or by fax. All such bidders may file with the City Manager a written objection or other response to the protest. All objections or responses filed not more than 5 days after receipt of the written protest will be presented to the City Council at its next regular meeting occurring not less than 12 calendar days following the bid opening. The City Council will resolve the bid protest at that meeting based on the written protest, any staff recommendation and all timely written objections and responses. In accordance with the Brown Act, any person may address the City Council on this item during the meeting. The City Council action on the protest shall represent a final decision by the City on the protest. The BIDDER is advised that this is a federal and state funded project, and as such subject to substantial special provisions and requirements. The BIDDER must ensure that all state and federal provisions are read, understood and complied with during the duration of the project, particularly regarding DBE (see definition, below) issues and related Good Faith effort. In the case of discrepancies between City of Ukiah and federal requirements, federal shall prevail. Examination of Site, Drawings, Etc. Each bidder shall visit the site of the proposed work and fully acquaint himself with local conditions, construction and labor required so that he or she may fully understand the facilities, diff iculties and restrictions attending the execution of the work under the Contract. Bidders shall thoroughly examine and be familiar with the Plans and Special Provisions. The failure of any bidder to receive or examine any form, instrument, addendum, or other document, or to visit the site and acquaint himself with conditions there existing, shall in no way relieve the bidder from any obligation with respect to his or her proposal or to the contract. The drawings for the work show conditions as they are supposed or believed by the Engineer to exist; but, it is neither intended nor shall it be inferred that the conditions as shown thereon constitute a representation by the Engineer, Page 267 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 2 Spec No.2021-179 the City or its officers that such conditions are actually existent, nor shall the City, the Engineer or any of their officers or representatives be liable for any loss sustained by the Contractor as a result of a variance between the conditions shown on the drawings and the conditions actually revealed during the progress of the work or otherwise. The bidder's attention is directed to the possible existence of obstructions and public improvements within the limits of the work or adjacent thereto, which may or may not be shown on the Drawings. Any bid shall take into consideration that conditions may exist underground or otherwise that are not known to the City or easily detected during a site inspection that could impact the time or cost of completing the project. The City expects the bids to anticipate such conditions so that it can know for budgeting and other purposes the total cost to complete the project before accepting a bid and undertaking the legal obligation to construct the project. In awarding the contract the City relies on the contractor’s representation that its bid anticipates differing site conditions and the additional time or cost that such conditions may necessitate. The bidder shall investigate to his or her satisfaction the conditions to be encountered, the character, quality and quantities of work to be performed and materials to be furnished and the requirements of the Plans, Special Provisions, Standard Specifications, Standard Plans, and Contract Documents. The submission of a proposal shall be considered conclusive evidence that the bidder has made such exam ination and has accepted the project workplace as a safe workplace to perform the work of the Contract. Bidder Inquiries and Questions Inquiries and questions must be submitted in writing via fax or email to the following designated contact person: Mary Horger, Procurement Manager Fax: (707) 313-3621 Email: mhorger@cityofukiah.com The City reserves the right to not respond to inquiries or questions submitted within 3 business days of the bid opening. Location of the Work All of the work to be performed is within the City of Ukiah on State Street from Cherry Street to Mill Street and Henry Street to Norton Street. Page 268 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 3 Spec No.2021-179 GENERAL CONDITIONS SECTION 1. PROPOSAL REQUIREMENTS AND GENERAL CONDITIONS 1-01. Definitions. Whenever any word or expression defined in this section, or pronoun used in its stead, occurs in these contract documents, it shall have and is mutually understood to have the meaning given: a. "City of Ukiah" or "City" shall mean the City of Ukiah, Mendocino County, California, acting through its City Council or any other board, body, official or officials to which or to whom the power belonging to the Council shall by virtue of any act or acts, hereafter pass or be held to appertain. b. "Engineer" shall mean the Engineer duly and officially appointed by the City to supervise and direct the work of construction under this contract, acting personally or through agents or assistants duly authorized by him, such agents or assistants acting within the scope of the particular duties entrusted to them. c. "Inspector" shall mean the engineering or technical inspector or inspectors duly authorized or appointed by the Engineer, limited to the particular duties entrusted to him or her or them. d. "Contractor" shall mean the party entering into contract with the City of Ukiah for the performance of work covered by this contract and his or her authorized agents or legal representatives. e. "Date of signing of contract" or words equivalent thereto, shall mean the date upon which this contract, with the signature of the Contractor affixed, together with the prescribed bonds, shall be or shall have been delivered to the City or its duly authorized representatives. f. "Day" or "days", unless herein otherwise expressly defined, shall mean a calendar day or days of twenty- four hours each. g. "The work" shall mean and include all the work specified, indicated, shown or contemplated in the contract to construct the improvement, including all alterations, amendments or extensions thereto made by contract change order or other written orders of the Engineer. h. "Contract drawings", "drawings", "plans" shall mean and include 1) all drawings or plans which may have been prepared by or on behalf of the City, as a basis for proposals, when duly signed and made a part of this contract by incorporation or reference, 2) all drawings submitted in pursuance of the terms of this contract by the successful bidder with his or her proposal and by the Contractor to the City if and when approved by the Engineer and 3) all drawings submitted by the Engineer to the Contractor during the progress of the work as provided for herein. i. Where "as shown", "as indicated", "as detailed" or words of similar import are used, it shall be understood that reference to the drawings accompanying these Special Provisions is made unless stated otherwise. Where "as directed", "as permitted", "approved" or words of similar import are used, it shall be understood that the direction, requirements, permission, approval or acceptance of the Engineer is intended unless stated otherwise. As used herein, "provide" or "install" shall be understood to mean "provide or install complete in place", that is, "furnish and install". "Shall" is mandatory; "may" is permissive. 1-02. Examination of Plans, Special Provisions and Site of Work. The bidder shall examine carefully the Proposal, Plans, Special Provisions, Contract forms and the site of the work contemplated therefor. It will be assumed that the bidder has investigated to his or her satisfaction the conditions to be encountered and the character, quality and requirements of all Plans, Special Provisions, Standard Specifications, and Standard Plans involved. 1-03. Proposal. Bids shall be made on the blank forms prepared by the City. All bids shall give the prices bid, both in writing and in figures and shall be signed by the bidder or his or her authorized representative, with his or her address. If the bid is made by an individual or partner, his or her name and the post office address of his or her business or partnership, along with his or her signature or the signature of one or more partners must be shown; if made by a corporation, the bid Page 269 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 4 Spec No.2021-179 shall show the name of the state under the laws of which the corporation is chartered, the name of the corporation and the title of the person who signs on behalf of the corporation. Each proposal shall be enclosed in a sealed envelope, endorsed as specified in the notice to bidders. Bidders are warned against making erasures or alterations of any kind and proposals which contain omissions, erasures, conditions, alterations, additions not called for, additional proposals or irregularities of any kind may be rejected. 1-04. Withdrawal of Bids. Any bid may be withdrawn at any time prior to the hour fixed in the notice to bidders for the openings of bids, provided that a request in writing, executed by the bidder or his or her duly authorized representative, for the withdrawal of such bid is filed with the City. The withdrawal of a bid will not prejudice the right of a bidder to file a new bid. 1-05. Public Opening of Bids. Bids will be opened and read publicly at the time and place indicated in the notice to bidders. Bidders or their agents are invited to be present. 1-06. Bid Guaranty. Each bid must be accompanied by a certified check, cashier's check or bidder's bond executed by an admitted surety insurer, payable to the order of the City of Ukiah in an amount not less than 10 percent of the bid as a guarantee that the bidder will enter into a contract, if awarded the work. 1-07. Qualification of Bidders. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with lim ited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. The prime contractor shall be responsible for posting job site notices as prescribed by regulation. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Each bidder shall be licensed under the provisions of Chapter 9, Division 3 of the Business and Professions Code and shall be skilled and regularly engaged in the general class or type of work called for under this contract. A statement setting forth this experience and business standing shall be submitted by each bidder on the form provided herewith. It is the intention of the City to award a contract only to a bidder who furnishes satisfactory evidence that he or she has the requisite experience and ability and that he or she has sufficient capital, facilities and equipment to enable him or her to prosecute the work successfully and promptly within the time and in the manner agreed. In determining the degree of responsibility to be credited to a bidder, the City may weigh evidence that the bidder or his or her personnel charged with the responsibility in the work, has performed satisfactorily other contracts of like nature and magnitude or comparable difficulty at similar rates of progress. 1-08. Disqualification of Bidders. More than one bid from an individual business, partnership, corporation or association, under the same or different names, will not be considered. Reasonable grounds for believing that any bidder is fi nancially interested in more than one bid for the work will cause the rejection of all bids in which he or she is so interested. If there is reason to believe that collusion exists among the bidders, none of the participants in such collusion will be considered. Bids in which the prices obviously are unbalanced may be rejected. 1-09. Identification of Subcontractors. All bids shall comply with the Subletting and Subcontracting Fair Practices Act (Public Contract Code Section 4100 and following) and shall set forth: (a) The name and the location of the place of business of each subcontractor who will perform work or labor, or render service to the prime contractor in or about the construction of the work, or to a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work according to detailed drawings contained in the plans and Special Provisions, in an amount in excess of one- half of 1 percent of the prime contractor's total bid. (b) The portion of the work which will be done by each such subcontractor. The prime contractor shall list only one subcontractor for each such portion defined by the prime contractor in his or her bid. 1-10. General Provisions of the Standard Specifications. All provisions of the General Provisions, Sections 1 through 11, of the Standard Specifications, shall be applicable to the contract except as modified by these Special Provisions. The Standard Specifications are set forth in Section 12-06 of these Special Provisions. Page 270 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 5 Spec No.2021-179 1-11. Addenda. If it becomes necessary to revise any part of these plans and specifications after they have been released, the City will issue an addendum containing the revision. All addenda will be posted on the City’s website at www.cityofukiah.com/purchasing with the rest of the bid documents. Anyone who intends to submit a bid in response to this Request for Bid must check the website frequently for any posted addenda. Anyone submitting a bid will be deemed to have seen and agreed to be bound by the posted addenda. SECTION 2. AWARD AND EXECUTION OF CONTRACT 2-01. Award of Contract. Award of the contract, if it be awarded, will be to the lowest responsible bidder whose bid complies with all the specified requirements. The award, if made, will be made within thirty (30) days after opening of the bids. The City reserves the right to reject any and all bids and to waive any irregularity in the proposal not pertaining to cost. 2-02. Return of Proposal Guaranties. All bid guaranties will be held until the contract has been fully executed, after which they will be returned upon request to the respective bidders whose bids they accompany. 2-03. Execution of Contract. The contract agreement shall be executed in duplicate by the successful bidder and returned, together with the contract bonds, insurance certificates and endorsements, within fifteen (15) days after written notice of the award of the contract. After execution by the City; one copy shall be filed with the City and one copy shall be returned to the Contractor. If the bidder fails or refuses to enter into the contract agreement within the required time, then the bid guaranty accompanying the bid shall be forfeited to the City. SECTION 3. SCOPE AND INTENT OF CONTRACT 3-01. Effect of Inspection and Payments. Neither the inspection by the Engineer or an inspector, nor any order, measurement or approved modification, nor certificate or paym ent of money, nor acceptance of any part or whole of the work, nor any extension of time, nor any possession by the City or its agents, shall operate as a waiver of any provision of this contract or of any power reserved therein to the City, or of any right to damages thereunder; nor shall any breach of this contract be held to be a waiver of any subsequent breach. All remedies shall be construed as cumulative. 3-02. Effect of Extension of Time. The granting of any extension of time on account of delays which, in the judgement of the City, are avoidable delays shall in no way operate as a waiver on the part of the City of its rights under this contract. 3-03. Extra Work. If extra work orders are given in accordance with provisions of this contract, suc h work shall be considered a part hereof and shall be subject to each and all of its terms and requirements. 3-04. Assignment of Contract. The contract may be assigned or sublet in whole or in part only upon the written consent of the City acting through its authorized agents. Consent will not be given to any proposed assignment which would relieve the original contractor or its surety of their responsibilities under the contract nor will the Engineer consent to any assignment of a part of the work under the contract. 3-05. Subcontractors. The Contractor shall be as fully responsible for the acts and omissions of his or her subcontractors and of persons either directly or indirectly employed by them, as he or she is for the acts and omissions of persons directly employed by him. The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to bind subcontractors to the terms of this Contract which are applicable to the work of subcontractors. Nothing contained in this contract shall be construed to create or shall be relied upon to create any contractual relationship between any subcontractor and the City and no action may be brought by any subcontractor against the City based on this contract. 3-06. Interpretation of Special Provisions and Drawings. The Special Provisions and the Contract Drawings are intended to be explanatory of each other. Any work indicated in the Contract Drawings and not in the Special Provisions, or vice versa, is to be executed as if indicated in both. In case of a discrepancy or conflict between the Technical Specifications and Contract Plans, the Technical Specifications shall govern. All work shown on the Contract Drawings, the dimensions of which are not figured, shall be accurately followed to the scale to which the drawings are made, but figured dimensions are in all cases to be followed, where given, though they differ from scaled measurements. Large scale drawings shall be followed in preference to small scale drawings. Should it appear that the work to be done, or any of the matters relative thereto, are Page 271 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 6 Spec No.2021-179 not sufficiently detailed or explained in these contract documents, including the contract drawings, the Contractor shall apply to the Engineer for such further explanations as may be necessary and shall conform thereto as part of this contract, so far as may be consistent with the terms of this contract. In the event of any doubt or questions arising respecting the true meaning of the Special Provisions, reference shall be made to the Engineer and his or her decision thereon shall be final. If the Contractor believes that a clarification or interpretation justifies an increase in the contract price or contract time, the Contractor must comply with the written notice provisions of Sections 9-05 and 10-07 of these Special Provisions. Contractor’s attention is directed to Section 12-06 of the Technical Specifications regarding the Standard Specifications and Standard Plans. 3-07. Addenda. If it becomes necessary to revise any part of these plans and specifications after they have been released, the City will issue an addendum containing the revision. All addenda will be posted on the City’s website at www.cityofukiah.com/purchasing with the rest of the bid documents. Anyone who intends to submit a bid in response to this Request for Bid much check the website frequently for any posted addenda. Anyone submitting a bid will be deemed to have seen and agreed to be bound by the posted addenda. 3-08. Liability of City Officials. No city official, nor the Engineer, nor any authorized assistant of any of them, shall be personally responsible for any liability arising under this contract. 3-09. Dispute Resolution. Claims of $375,000 or less by the Contractor that arise under this Contract are subject to the mandatory dispute resolutions provisions in Public Contract Code Sections 20104-20104.6. SECTION 4. BONDS 4-01. Faithful Performance Bond. As a part of the execution of this contract, the Contractor shall furnish a bond of a surety company or other securities providing equivalent protection such as cash, letter of credit, or certificates of deposit, acceptable to the City, conditioned upon the faithful performance of all covenants and stipulations under this contract. The amount of the bond shall be 100 percent of the total contract price, as this sum is set forth in the agreement. 4-02. Material and Labor Bond. As a part of the execution of this contract, the Contractor shall furnish a bond of a surety company or other securities providing equivalent protection such as cash, letter of credit or certificates of deposit acceptable to the City in a sum not less than 50 percent of the total contract price, as this sum is set forth in the agreement for the payment in full of all persons, companies or corporations who perform labor upon or furnish materials to be used in the work under this contract, in accordance with the provisions of Sections 3247 through 3252 inclusive of the Civil Code of the State of California and any acts amendatory thereof. 4-03. Defective Material and Workmanship Bond. As a condition precedent to the completion of this contract, the Contractor shall furnish a bond of a surety company acceptable to the City in an amount not less than 5 percent (5%) of the final contract price, to hold good for a period of one (1) year after the completion and acceptance of the work, to protect the City against the results of defective materials, workmanship and equipment during that time. This bond shall be delivered to the City before the final payment under this contract will be made. 4-04. Notification of Surety Companies. The surety companies shall familiarize themselves with all of the conditions and provisions of this contract and they waive the right of special notification of any change or modification of this contract or of extension of time, or decreased or increased work, or of the cancellation of the contract, or of any other act or acts by the City or its authorized agents, under the terms of this contract; and failure to so notify the aforesaid surety companies of changes shall in no way relieve the surety companies of their obligation under this contract. SECTION 5. INSURANCE REQUIREMENTS FOR CONTRACTORS (WITH CONSTRUCTION RISKS) Contractor 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 Contractor, his or her agents, representatives, employees or subcontractors. 5-01. Minimum Scope of Insurance Coverage shall be at least as broad as: Page 272 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 7 Spec No.2021-179 1. Insurance Services Office Commercial Liability Coverage (occurrence form CG 0001). 2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto). 3. Worker's Compensation insurance as required by the State of California and Employer's Liability Insurance. 4. Course of Construction insurance covering for “all risks” of loss. 5-02. Minimum Limits of Insurance Contractor shall maintain limits no less than: 1. General Liability: $1,000,000 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, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. 3. Employer's Liability: $1,000,000 per accident for bodily injury and property damage. 4. Course of Construction: Completed value of the project with no co-insurance penalty provisions. 5-03. Deductibles and Self-insured Retentions. 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 the City, its officers, officials, employees and volunteers; or the Contractor shall provide a financial guarantee satisfactory to the City guaranteeing payment of losses and related investigations, cla im administration and defense expenses. 5-04. Other Insurance Provisions The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: 1. 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 Contractor 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 Contractor's insurance, or as a separate owner's policy. 2. 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. 3. For any claims related to this project, the Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees or volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. 4. 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. 5. Coverage shall not extend to any indemnity coverage for the active negligence of the additional insured in any case where an agreement to indemnify the additional insured would be invalid under Subdivision (b) of Section 2782 of Civil Code. 6. Course of Construction policies shall contain the following provisions: a.) The City shall be named as loss payee. b.) The insurer shall waive all rights of subrogation against the City. Page 273 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 8 Spec No.2021-179 5-05. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best's rating of no less than the following: A++ VII A- VIII A+ VII B++ X A VII B+ X 5-06. Verification of Coverage. Contractor shall furnish the City with original certificates and amendatory endorsements effecting coverage required by this clause. The endorsements shall be on forms provided by the City or on other than the City's forms, provided those endorsements or policies conform to the requirements. All certificates and endorsements are to be received within 15 days from written notice of contract award, and the work shall not commence until the certificates and endorsements have been approved by the City. The City reserves the right to require complete certified copies of all required insurance policies, including endorsements affecting the coverage required by these Special Provisions at any time. 5-07. Subcontractors. Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subje ct to all of the requirements stated herein. SECTION 6. RESPONSIBILITIES AND RIGHTS OF CONTRACTOR 6-01. Legal Address of Contractor. Both the address given in the proposal and the Contractor's office in the vicinity of the work are hereby designated as places to either of which drawings, samples, notices, letters or other articles or communications to the Contractor m ay be mailed or delivered. The delivery at either of these places of any such thing from the City or its agents to the Contractor shall be deemed sufficient service thereof upon the Contractor and the date of such service shall be the date of such delivery. The address named in the proposal may be changed at any time by notice in writing from the Contractor to the City. Nothing herein contained shall be deemed to preclude or render inoperative the service of any drawing, sample, notice, letter or other article or communication to or upon the Contractor personally. 6-02. Office of Contractor at Site. During the performance of this contract, the Contractor shall maintain a suitable office at the site of the work which shall be the headquarters of a representative authorized to receive drawings and any such thing given to the said representatives or delivered at the Contractor's office at the site of work in his or her absence shall be deemed to have been given to the Contractor. 6-03. Attention to Work. The Contractor shall give his or her personal attention to and shall supervise the work to the end that it shall be prosecuted faithfully and when he or she is not personally present on the work, he or she shall at all reasonable times be represented by a competent superintendent or foreman who shall receive and obey all instructions or orders given under this contract and who shall have full authority to execute the same and to supply materials, tools and labor without delay and who shall be the legal representative of the Contractor. The Contractor shall be liable for the faithful observance of any instructions delivered to him or her or to his or her authorized representative. 6-04. Liability of Contractor. The Contractor shall do all of the work and furnish all labor, materials, tools and appliances, except as otherwise herein expressly stipulated, necessary or proper for performing and completing the work herein required in the manner and within the time herein specified. The mention of any specific duty or liability imposed upon the Contractor shall not be construed as a limitation or restriction of any general liability or duty imp osed upon the Contractor by this contract, said reference to any specific duty or liability being made herein merely for the purpose of explanation. The right of general supervision by the City shall not make the Contractor an agent of the City and the liability of the Contractor for all damages to persons or to public or private property, arising from the Contractor's execution of the work, shall not be lessened because of such general supervision. Until the completion and final acceptance by the City of all the work under and implied by this contract, the work shall be under the Contractor's responsible care and charge. T he Contractor shall rebuild, repair, restore and make good all injuries, damages, re-erections and repairs, occasioned or rendered necessary by causes of any nature whatsoever, excepting only acts of God and none other, to all or any portions of the work, except as otherwise stipulated. To the fullest extent permitted by law, Contractor shall indemnify and hold harmless the City and its officers, directors, agents and employees from and against all claims, damages, losses and expenses including but not limited to attorneys' fees, costs Page 274 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 9 Spec No.2021-179 of suit, expert witness fees and expenses and fees and costs of any necessary private investigators arising out of or resulting from the performance of the work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property, other than the work itself, including the loss of use resulting therefrom and (2) is caused in whole or in part by any act or omission of the Contractor, any subcontractor, or anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder, or by the negligence or omission of a party indemnified herein. In any and all claims against the City or any of its agents or employees by any employee of the Contracto r, any subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any subcontractor under workers' or workmen's compensation acts, disability benefit acts, or other employee benefit acts. The obligation to indemnify shall extend to and include acts of the indemnified party which may be negligent or omissions which may cause negligence. The City shall have the right to estimate the amount of such damage and to cause the City to pay the same and the amount so paid for such damage shall be deducted from the money due the Contractor under this contract; or the whole or so much of the money due or to become due the Contractor under this contract as may be considered necessary by the City, shall be retained by the City until such suits or claims for damages shall have been settled or otherwise disposed of and satisfactory evidence to that effect furnished to the City. 6-05. Protection of Persons and Property. The Contractor shall furnish such watchman, guards, fences, warning signs, walks and lights as shall be necessary and shall take all other necessary precautions to prevent damage or injury to persons or property. All property line fences and improvements in the vicinity of the work shall be protected by the Contractor and, if they are injured or destroyed, they and any other property injured by the Contractor, his or her employees or agents, shall be restored to a condition as good as when he or she entered upon the work. 6-06. Protection of City Against Patent Claims. All fees, royalties or claims for any patented invention, article or method that may be used upon or in any manner connected with the work under this contract shall be included in the price bid for the work and the Contractor and his or her sureties shall protect and hold the City, together with all of its officers, agents, servants and employees, harmless against any and all demands made for such fees or claims brought or made on account of this contract. The Contractor shall, if requested by the Engineer, furnish acceptable proof of a proper release from all such fees or classes. Should the Contractor, his or her agents, servants or employees, or any of them be enjoined from furnishing or using any invention, article, material or appliance supplied or required to be supplied or used under this contract, the Contractor shall promptly substitute other articles, materials or appliance, in lieu thereof, of equal efficiency, quality, finish, suitability and market value and satisfactory in all respects to the Engineer. Or, in the event that the Engineer elects, in lieu of such substitution, to have supplied and to retain and use, any such invention, article, material or appliance, as may by this contract be required to be supplied, in that event the Contractor shall pay such royalties and secure such valid licenses as may be requisite and necessary for the City, its officers, agents, servants and employees, or any of them, to use such invention, article, material or appliance without being disturbed or in any way interfered with by any proceeding in law or equity on account thereof. Should the Contractor neglect or refuse to make the substitution promptly, or to pay such royalties and secure such licenses as may be necessary, then in that event the Engineer shall have the right to make such substitution, or the City may pay such royalties and secure such licenses and charge the cost thereof against any money due to the Contractor from the City or recover the amount thereof from him or her and his or her sureties notwithstanding final payment under this contract may have been made. 6-07. Protection of Contractor's Work Property. The Contractor shall protect his or her work, supplies and materials from damage due to the nature of the work, the action of the elements, trespassers, or any cause whatsoever under his or her control, until the completion and acceptance of the work. Neither the City nor any of its agents assumes any responsibility for collecting indemnity from any person or persons causing damage to the work of the Contractor. 6-08. Regulations and Permits. The Contractor shall secure and pay for all permits, give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn and specified. If the Contractor observes that the Plans and Special Provisions are at variance therewith, he or she shall promptly notify the Engineer in writing and any necessary changes shall be adjusted as provided in the contract for changes in the work. The contractor and Page 275 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 10 Spec No.2021-179 any subcontractors shall each secure and maintain a valid City of Ukiah Business License. The City of Ukiah will issue a no fee encroachment permit to the Contractor allowing him or her to perform work within City right of way or within City property after the Contract Documents have been executed and insurance certificates and endorsements have been approved by the City. 6-09. Construction Utilities. The Contractor shall be responsible for providing for and in behalf of his or her work under this contract, all necessary utilities, such as special connection to water supply, telephones, power lines, fences, roads, watchmen, suitable storage places, etc. 6-10. Approval of Contractor's Plans. The approval by the Engineer of any drawing or any method of work proposed by the Contractor in accordance with paragraph 8-06 shall not relieve the Contractor of any of his or her responsibility for his or her errors therein and shall not be regarded as any assumption of risk or liability by the City or any officer or employee thereof and the Contractor shall have no claim under this contract on account of the failure or partial failure or inefficiency of any plan or method so approved. Such approval shall be considered to mean merely that the Engineer has no objection to the Contractor's using, upon his or her own full responsibility the plan or method approved. 6-11. Suggestions to the Contractor. Any plan or method of work suggested by the Engineer to the Contractor, but not specified or required, if adopted or followed by the Contractor in whole or in part, shall be used at the risk and responsibility of the Contractor; and the Engineer and the City shall assume no responsibility thereof. 6-12. Termination of Unsatisfactory Subcontracts. Should any subcontractor fail to perform in a satisfactory manner the work undertaken by him, such subcontract shall be terminated immediately by the Contractor upon notice from the Engineer. 6-13. Preservation of Stakes and Marks. The Contractor shall preserve carefully bench marks, reference points and stakes and in case of destruction he or she shall replace his or her stakes, reference points and bench marks and shall be responsible for any mistakes that may be caused by their unnecessary loss or disturbance. Contractor’s attention is directed to Section 7-03 of these Special Provisions. 6-14. Assistance to Engineer. At the request of the Engineer the Contractor shall provide men from his or her force and tools, stakes and other materials to assist the Engineer temporarily in making measurements and surveys and in establishing temporary or permanent reference marks. Payment for such materials and assistance will be made as provided for under the caption "Extra Work," provided, however, that the cost of setting stakes and marks carelessly lost or destroyed by the Contractor's employees will be assessed to the Contractor. 6-15. Removal of Condemned Materials and Structures. The Contractor shall remove from the site of the work, without delay, all rejected and condemned materials or structures of any kind brought to or incorporated in the work and upon his or her failure to do so, or to make satisfactory progress in so doing, within forty-eight (48) hours after the service of a written notice from the Engineer, the condemned material or work may be removed by the City and the cost of such removal shall be taken out of the money that may be due or may become due the Contractor on account of or by virtue of this contract. No such rejected or condemned material shall again be offered for use by the Contractor under this Contract. 6-16. Proof of Compliance with Contract. In order that the Engineer may determine whether the Contractor has complied with the requirements of this contract, not readily enforceable through inspection and tests of the work and materials, the Contractor shall, at any time when requested, submit to the Engineer properly authenticated documents or other satisfactory proofs as to his or her compliance with such requirements. 6-17. Errors and Omissions. If the Contractor, in the course of the work, finds any errors or omissions in plans or in the layout as given by survey points and instruction, or if he or she finds any discrepancy between the plans and the physical conditions of the locality, he or she shall immediately inform the Engineer, in writing and the Engineer shall promptly verify the same. Any work done after such discovery, until authorized, will be done at the Contractor's risk. 6-18. Cooperation. The Contractor shall cooperate with all other contractors who may be performing work in behalf of the City and workmen who may be employed by the City on any work in the vicinity of the work to be done under this contract with the work of such contractors or workmen. he or she shall make good promptly, at his or her own expense, any injury or damage that may be sustained by other contractors or employees of the City at his or her hands. Any difference or conflict which may arise between the Contractor and other contractors, or between the contractor and workmen of the City in regard to their work shall be adjusted and determined by the Engineer. If the work of the Contractor is Page 276 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 11 Spec No.2021-179 delayed because of any acts or omissions of any other contractor or of the City, the Contractor shall on that account have no claim against the City other than for an extension of time. 6-19. Right of Contractor to Stop Work. Under the following conditions the Contractor shall have the right, if he or she so desires, to stop the work and terminate the contract upon ten (10) days written notice to the Engineer and recover from the City payment for all work actually performed and for all satisfactory materials actually delivered to the site of the work for permanent incorporation therein, all as may be shown by the estimate of the Engineer. (1) If the work is stopped under an order of any court or other competent public authority for a period of time of three (3) months through no act or fault of the Contractor or of anyone employed by him. (2) If the Engineer fails to issue the monthly certificate for payment in accordance with the terms of this contract. (3) If the City fails to pay the Contractor within sixty (60) days after it shall have become due, as provided by the terms of this contract, any sum certified by the Engineer or awarded by the City. All provided that if such action to terminate the contract be not instituted by the Contractor within ten (10) days after the alleged existence of such condition and if written notice of such action be not at that time delivered to the City and the Engineer, then such right shall lapse until another occasion arises according to this section. 6-20. Hiring and Dismissal of Employees. The Contractor shall employ only such foremen, mechanics and laborers as are competent and skilled in their respective lines of work and whenever the Engineer shall notify the Contractor that any person on the work is, in his or her opinion, incompetent, unfaithful, intemperate or disorderly, or refuses to carry out the provisions of this contract, or uses threatening or abusive language to any person on the work representing the City, or is otherwise unsatisfactory, such person shall be discharged im mediately from the work and shall not be re-employed upon it except with the consent of the Engineer. 6-21. Wage Rates. 1. Contractor shall pay all mechanics and laborers employed or working upon the site of the work unconditionally and without subsequent deductions or rebate on any account the full amounts due at the time of payment at wage rates not less than those contained in the applicable prevailing wage determination, regardless of any contractual relationship which may be alleged to exist between the Contractor and subcontractors and such laborers and mechanics. 2. Contractor shall comply with the California Labor Code Section 1775. In accordance with said Section 1775, Contractor shall forfeit as a penalty to the Owner, $50.00 (or the higher minimum penalty as provided in Section 1775(B)(ii) – (iii)) for each calendar day or portion thereof, for each workman paid less than the stipulated prevailing rates for such work or craft in which such workman is employed for any work done under the Contract by him or her or by any subcontractor under him or her in violation of the provisions of the Labor Code and in particular, Labor Code Sections 1770 to 1780, inclusive. In addition to said penalty and pursuant to Section 1775, the difference between such stipulated prevailing wage rates and the amount paid to each workman for each calendar day or portion thereof for which each workman was paid less than the stipulated prevailing wage rate shall be paid to each workman by the Contractor. 3. Pursuant to the provision of Section 1770 of the Labor Code of the State of California, Owner has ascertained the general prevailing rate of wages (which rate includes employer payments for health and welfare, vacation, pension and similar purposes) applicable to the work to be done, for straight time work. The holiday wage rate listed shall be applicable to all holidays recognized in the collective bargaining agreement of the particular craft, classification or type of workmen concerned. Copies of the General Prevailing Wage Determination are available on the Internet at web address: http://www.dir.ca.gov/DLSR/PWD The Contractor shall post the wage determination at the site of work in a prominent place where it can easily be seen by the workers. 4. City will not recognize any claim for additional compensation because the Contractor has paid any rate in excess of the prevailing wage rate obtained by the Contractor. The possibility of wage increases is one of the elements to be considered by the Contractor in determining his or her bid and will not in any circumstances be considered as the basis for a claim against the City. Page 277 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 12 Spec No.2021-179 5. The Labor Commissioner through the Division of Labor Standards Enforcement (DLSE) may at any time require contractors and subcontractors to furnish electronic certified payroll records directly to DLSE. Commencing with contracts awarded or after April 1, 2015, all contractors and subcontractors m ust furnish electronic certified payroll records directly to the DLSE. 6. Travel and Subsistence Payments. Contractor shall make travel and subsistence payments to each workman needed to execute the work in accordance with the requirements in Section 1773.8 of the Labor Code (Chapter 880, Statutes of 1968). 7. Apprentices. Attention is directed to the provisions in Sections 1777.5 (Chapter 1411, Statutes of 1968) and 1777.6 of the California Labor Code concerning the employment of apprentices by the Contractor or any subcontractor under him. Contractor and any subcontractor under him or her shall comply with the requirements of said sections in the employment of apprentices. Information relative to apprenticeship standards, wage schedules and other requirements may be obtained from the Director of Industrial Relations, ex officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. 6-22. Cleaning Up. The Contractor shall not allow the site of the work to become littered with trash and waste material, but shall maintain the same in a neat and orderly condition throughout the construction period. The Engineer shall have the right to determine what is or is not waste material or rubbish and the place and manner of disposal. On or before the completion of the work, the Contractor shall without charge therefore carefully clean out all pits, pipes, chambers or conduits and shall tear down and remove all temporary structures built by him or her and shall remove rubbish of all kind from any of the grounds which he or she has occupied and leave them in first class condition. 6-23. Guaranty. All work shall be guarantied for a period of one year from the date of acceptance by the City. The Contractor shall promptly make all needed repairs arising out of defective materials, workmanship and equipm ent. The City is hereby authorized to make such repairs if within ten days after the mailing of a notice in writing to the Contractor or his or her agent, the Contractor shall neglect to make or undertake with due diligence the aforesaid repairs, provided, however, that in case of an emergency where, in the opinion of the City delay would cause serious loss or damage, repairs may be made without notice being sent to the Contractor and the Contractor shall pay the costs thereof. Pursuant to the provisions of Section 4-03 of these Special Provisions, the Contractor shall furnish a Defective Material and Workmanship Bond in an amount not less than 5 percent of the final contract price, which shall be effective for a period of one (1) year after the completion and acceptance of the work. SECTION 7. RESPONSIBILITIES AND RIGHTS OF CITY 7-01. Authority of the Engineer. All work done under this contract shall be done in a workmanlike manner and shall be performed to the reasonable satisfaction of the Engineer, who shall have general supervision of all work included hereunder. To prevent disputes and litigation, the Engineer (1) shall in all cases determine the amount, quality, acceptability and fitness of the several kinds of work and materials which are to be paid for under this contract, (2) shall decide all questions relative to the true construction, meaning and intent of the Special Provisions and Drawings, (3) shall decide all questions which may arise relative to the classifications and measurements of quantities and materials and the fulfillment of this contract and (4) shall have the power to reject or condemn all work or material which does not conform to the terms of this contract. his or her estimate and decision in all matters shall be a condition precedent to an appeal for arbitration, or the right of the Contractor to receive, demand, or claim any money or other compensation under this agreement and a condition precedent to any liability on the part of the City to the Contractor on account of this contract. Whenever the Engineer shall be unable to act, in consequence of absence or other cause, then such engineer as the Engineer or the City shall designate, shall perform any and all of the duties and be vested with any or all of the powers herein given to the Engineer. 7-02. Inspection. The City will provide engineering personnel for the inspection of the work. Page 278 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 13 Spec No.2021-179 The Engineer and his or her representatives shall at all times have access to the work whenever it is in preparation or progress and the Contractor shall provide proper facilities for such access and inspection. If the Special Provisions, the Engineer's instruction, laws, ordinances, or any public authority require any work to be specially tested or approved, the Contractor shall give the Engineer timely notice of its readiness for inspection and, if the inspection is by an authority other than the Engineer, of the date fixed for such inspection. Inspections by the Engineer shall be promptly made at the source of supply where practicable. If any work shall be covered up without approval or consent of the Engineer, it must, if required by the Engineer, be uncovered for examination and properly restored at the Contractor's expense. Re-examination of any work may be ordered by the Engineer and, if so ordered, the work must be uncovered by the Contractor. If such work is found to be in accordance with the contract documents, the City shall pay the cost of re- examination and replacement. If such work is not in accordance with the contract documents, the Contractor shall pay such cost. Properly authorized and accredited inspectors shall be considered to be the representatives of the City limited to the duties and powers entrusted to them. It will be their duty to inspect materials and workmanship of those portions of the work to which they are assigned, either individually or collectively, under instructions of the Engineer and to report any and all deviations from the Drawings, Special Provisions and other contract provisions which may come to their notice. Any inspector may be considered to have the right to order the work entrusted to his or her supervision stopped, if in his or her opinion such action becomes necessary, until the Engineer is notified and has determined and ordered that the work may proceed in due fulfillment of all contract requirements. 7-03. Surveys. Contractor shall furnish all land surveys, establish all base lines and benchmarks and make sufficient detailed surveys needed for working points, lines and elevations. The Contractor shall develop all slope stakes and batter boards. Contractor shall also develop all additional working points, lines and elevations as he or she may desire to facilitate his or her methods and sequence of construction. 7-04. Rights-of-Way. The City will provide all necessary rights-of-way and easements in or beneath which work will be performed by the Contractor under this contract. 7-05. Retention of Imperfect Work. If any portion of the work done or material furnished under this contract shall prove defective and not in accordance with the Plans and Special Provisions, and if the imperfection in the same shall not be of sufficient magnitude or importance to make the work dangerous or undesirable, the Engineer shall have the right and authority to retain such work instead of requiring the imperfect work to be removed and reconstructed, but he or she shall make such deductions therefor in the payments due or to become due the Contractor as may be just and reasonable. 7-06. Changes in the Work. The Engineer shall have the right, in writing, to order additions to, omissions from, or corrections, alterations and modifications in the line, grade, form, dimensions, plan, or kind or amount of work or materials herein contemplated, or any part thereof, either before or after the beginning of construction. However, the arithmetical sum of the cost to the City of additions and subtractions from the work under this contract shall not exceed 10 percent of original contract amount or $5,000, whichever is the greater, unless based upon a supplementary agreement to be made therefore. The order of such additions, omissions, corrections, alterations and modifications shall be in writing and signed by the Engineer and, in order, shall then be binding upon the Contractor. The Contractor shall proceed with the work as changed and the value of such change shall be determined as provided for in section 10-07 of these Special Provisions. Such alterations shall in no way affect, vitiate, or make void this contract or any part thereof, except that which is necessarily affected by such alterations and is clearly the evident intention of the parties to this contract. 7-07. Additional Drawings by City. The drawings made a part of this contract at the time of its execution are intended to be fairly comprehensive and to indicate in more or less detail the scope of the work. In addition to these drawings, however, the Engineer shall furnish such additional drawings from time to time during the progress of the work as are necessary to make clear or to define in greater detail the intent of the Special Provisions and the contract drawings and the Contractor shall make his or her work conform to all such drawings. 7-08. Additional and Emergency Protection. Whenever, in the opinion of the Engineer, the Contractor has not taken sufficient precautions for the safety of the public or the protection of the works to be constructed under this contract, or of adjacent structures or property which may be injured by the processes of construction on account of such neglect and whenever, in the opinion of the Engineer, an emergency shall arise and immediate action shall be considered necessary in Page 279 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 14 Spec No.2021-179 order to protect public or private, personal or property interest, then and in that event, the Engineer, with or without notice to the Contractor may provide suitable protection to the said interests by causing such work to be done and such material to be furnished as shall provide such protection as the Engineer may consider necessary and adequate. The cost and expense of such work and material so furnished shall be borne by the Contractor and, if the same shall not be paid on presentation of the bills therefor, then such costs shall be deducted from any amounts due or to become due the Contractor. The performance of such emergency work under the direction of the Engineer shall in no way relieve the Contractor from any damages which may occur during or after such precaution has been taken by the Engineer. 7-09. Suspension of Work. The City may at any time suspend the work or any part thereof by giving five (5) days written notice to the Contractor. The work shall be resumed by the Contractor within ten (10) days after the date fixed in the written notice from the City to the Contractor so to do. The City shall reimburse the Contractor for expense incurred by the Contractor in connection with the work under this contract as a result of such suspension. If the work, or any part thereof, shall be stopped by the notice in writing aforesaid and if the City does not give notice in writing to the Contractor to resume work at a date within ten (10) days of the date fixed in the written notice to suspend, then the Contractor may abandon that portion of the work so suspended and he or she will be entitled to the estimates and payments for all work done on the portions so abandoned, if any, plus 5 percent of the value of the work so abandoned, to compensate for loss of overhead, plant expense and anticipated profit. 7-10. Right of City to Terminate Contract. If the Contractor should be adjudged a bankrupt, or if he or she should make a general assignment for the benefit of his or her creditors, or if a receiver should be appointed on account of his or her insolvency, or if he or she should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to supply sufficient properly skilled workm en or proper materials, or if he or she should fail to make prompt payments to subcontractors or for material or labor, or persistently disregard laws, ordinances or the instructions of the Engineer, or otherwise be guilty of a substantial violation of any provision of the contract, then the City, upon the certificate of the Engineer that sufficient cause exists to justify such action, may, without prejudice to any other right or remedy and after giving the Contractor seven days written notice, terminate the employment of the Contractor and take possession of the premises and of all m aterials, tools and appliances and finish the work by whatever method the City may deem expedient. In such case, the Contractor shall not be entitled to receive any further paym ent until the work is finished. If the unpaid balance of the contract price shall exceed the expense of finishing the work, including compensation for additional managerial and administrative services, such excess shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor shall pay the difference to the City. The expense incurred by the City as herein provided and the damage incurred through the Contractor's default, shall be certified by the Engineer. 7-11. Use of Completed Portions. The City shall have the right to take possession of and use any completed or partially completed portions of the work, notwithstanding the time for completing the entire work or such portions which may not have expired; but such taking possession and using shall not be deemed an acceptance of any work not completed in accordance with the contract documents. If such prior use increases the cost of or delays the work, the Contractor shall be entitled to such extra compensation, or extension of time or both, as the Engineer may determine. SECTION 8. WORKMANSHIP, MATERIALS AND EQUIPMENT 8-01. General Quality. Materials and equipment shall be new and of a quality equal to that specified or approved. Work shall be done and completed in a thorough and workmanlike manner. 8-02. Quality in Absence of Detailed Specifications. Whenever under this contract it is provided that the Contractor shall furnish materials or manufactured articles or shall do work for which no detailed specifications are set forth, the materials or manufactured articles shall be of the best grade in quality and workmanship obtainable in the market from firms of established good reputation, or, if not ordinarily carried in stock, shall conform to the usual standards for first-class materials or articles of the kind required, with due consideration of the use to which they are to be put. In general, the work performed shall be in full conformity and harmony with the intent to secure the best standard of construction and equipment of the work as a whole or in part. 8-03. Materials and Equipment Specified by Name. Whenever any material or equipment is indicated or specified by patent or proprietary name or by the name of the manufacturer, such specification shall be considered as used for the Page 280 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 15 Spec No.2021-179 purpose of describing the material or equipment desired and shall be considered as followed by the words "or approved equal". The Contractor may offer any material or equipment which shall be equal in every respect to that specified, provided that written approval first is obtained from the Engineer. 8-04. Source of Materials. Price, fitness and quality being equal, preference shall be given by the Contractor for supplies grown, manufactured or produced in the State of California and, next, for such products partially produced in this State in accordance with Government Code Section 4332. 8-05. Storage of Materials. Materials shall be so stored to ensure the preservation of their quality and fitness for the work. They shall be so located and disposed that prompt and proper inspection thereof may be made. 8-06. Drawings, Samples and Tests. As soon as possible after execution of the contract, the Contractor shall submit to the Engineer, in quintuplicate, sufficient information including, if necessary, assembly and detail drawings to demonstrate fully that the equipment and materials to be furnished comply with the provisions and intent of these Special Provisions and Drawings. If the information thus submitted indicates the equipment or materials is acceptable, the Engineer will return one copy stamped with his or her approval; otherwise, one copy will be returned with an explanation of why the equipment or material is unsatisfactory. The Contractor shall have no claims for damages or for extension of time on account of any delay due to the revision of drawings or rejection of material. Fabrication or other work performed in advance of approval shall be done entirely at the Contractor's risk. After approval of equipment or material, the Contractor shall not deviate in any way from the design and specifications given without the written consent of the Engineer. When requested by the Engineer, a sample or test specimens of the materials to be used or offered for use in connection with the work shall be prepared at the expense of the Contractor and furnished by him or her in such quantities and sizes as may be required for proper examination and tests, with all freight charges prepaid and with information as to their sources. All samples shall be submitted before shipment and in ample time to permit the making of proper tests, analyses, or examination before the time at which it is desired to incorporate the material into the work. All tests of materials furnished by the Contractor shall be made by the Engineer. Samples shall be secured and tested whenever necessary to determine the quality of the material. SECTION 9. PROSECUTION OF WORK 9-01. Equipment and Methods. The work under this contract shall be prosecuted with all materials, tools, machinery, apparatus and labor and by such methods as are necessary to the complete execution of everything described, shown, or reasonably implied. If at any time before the beginning or during the progress of the work, any part of the Contractor's plant or equipment, or any of his or her methods of execution of the work, appear to the Engineer to be unsafe, inefficient, or inadequate to insure the required quality or the rate of progress of the work, he or she may order the Contractor to increas e or improve his or her facilities or methods and the Contractor shall comply promptly with such orders; but, neither compliance with such orders nor failure of the Engineer to issue such orders shall relieve the Contractor from his or her obligation to secure the degree of safety, the quality of the work and the rate of progress required of the Contractor. The Contractor alone shall be responsible for the safety, adequacy and efficiency of his or her plant, equipment and methods. 9-02. Time of Completion. The Contractor shall promptly begin the work under this contract and shall complete and make ready for full use all portions of the project made the subject of this contract within the time set forth in the agreement bound herewith. 9-03. Avoidable Delays. Avoidable delays in the prosecution or completion of the work shall include all delays which might have been avoided by the exercise of care, prudence, foresight and diligence on the part of the Contractor. The City will consider as avoidable delays within the meaning of this contract (1) delays in the prosecution of parts of the work, which may in themselves be unavoidable, but do not necessarily prevent or delay the prosecution of other parts of the work nor the completion of the whole work within the time herein specified, (2) reasonable loss of time resulting from the necess ity of submitting plans to the Engineer for approval and from the making of surveys, measurements, inspections, and testing and (3) such interruptions as may occur in the prosecution of the work on account of the reasonable interference of other contractors employed by the City which do not necessarily prevent the completion of the whole work within the time herein specified. 9-04. Unavoidable Delays. Unavoidable delays in the prosecution or completion of the work under this contract shall include all delays which may result, through cause beyond the control of the Contractor and which he or she could not have provided against by the exercise of care, prudence, foresight and diligence. Orders issued by the City changing the amount Page 281 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 16 Spec No.2021-179 of work to be done, the quantity of material to be furnished or the manner in which the work is to be prosecuted and unforeseen delays in the completion of the work of other contractors under contract with the City will be considered unavoidable delays, so far as they necessarily interfere with the Contractor's completion of the whole of the work. Delays due to normally adverse weather conditions will not be regarded as unavoidable delays. However, truly abnormal amounts of rainfall, temperatures or other weather conditions for the location of the work and time of year m ay be considered as unavoidable delays if those conditions necessarily cause a delay in the completion of the work. 9-05. Notice of Delays. Whenever the Contractor foresees any delay in the prosecution of the work and, in any event, immediately upon the occurrence of any delay which the contractor regards as an unavoidable delay, he or she shall notify the Engineer in writing of the probability of the occurrence of such delay and its cause, in order that the Engineer may take immediate steps to prevent, if possible, the occurrence or continuance of the delay, or, if this cannot be done, may determine whether the delay is to be considered avoidable or unavoidable, how long it continues and to what extent the prosecution and completion of the work are to be delayed thereby. 9-06. Extension of Time. Should any delays occur which the Engineer may consider unavoidable, as herein defined, the Contractor shall, pursuant to his or her application, be allowed an extension of time proportional to said delay or delays, beyond the time herein set forth, in which to complete this contract; and liquidated damages for delay shall not be charged against the Contractor by the City during an extension of time granted because of unavoidable delay or delays. Any claim by Contractor for a tim e extension based on unavoidable delays shall be based on written notice delivered to the Engineer within 15 days of the occurrence of the event giving rise to the claim. Failure to file said written notice within the time specified shall constitute a waiver of said claim. Notice of the full extent of the claim and all supporting data must be delivered to the Engineer within 45 days of the occurrence unless the Engineer specifies in writing a longer period. All claims for a time extension must be approved by the Engineer and incorporated into a written change order. 9-07. Unfavorable Weather and Other Conditions. During unfavorable weather and other conditions, the Contractor shall pursue only such portions of the work as shall not be damaged thereby. No portions of the work whose satisfactory quality or efficiency will be affected by any unfavorable conditions shall be constructed while these conditions remain, unless, by special means or precautions approved by the Engineer, the Contractor shall be able to overcome them. The Contractor shall be granted a time extension of one day for each unfavorable weather day which prevents him or her from placing concrete forms or placing and finishing concrete or asphalt concrete. Such unfavorable weather day is defined as a rain day where precipitation prevents the contractor from performing the work more than four (4) continuou s hours within the authorized work period or a temperature day where the ambient temperature is below that specified for the placement of materials associated with the controlling work item for more than four (4) continuous work hours of the authorized work period. 9-08. Saturday, Sunday, Holiday and Night Work. No work shall be done between the hours of 6 p.m. and 7 a.m., nor on Saturdays, Sundays or legal holidays except such work as is necessary for the proper care and protection of work already performed, or except in cases of absolute necessity and in any case only with the permission of the Engineer. It is understood, however, that night work may be established as a regular procedure by the Contractor if he or she first obtains the written permission of the Engineer and that such permission may be revoked at any time by the Engineer if the Contractor fails to maintain at night adequate force and equipment for reasonable prosecution and to justify inspection of the work. 9-09. Hours of Labor. Eight (8) hours of labor shall constitute a legal day's work and the Contractor or any subcontractor shall not require or permit more than eight hours of labor in a day from any person employed by him or her in the performance of the work under this contract, unless paying compensation for all hours worked in excess of eight (8) hours per day at not less than 1½ times the basic rate of pay. The Contractor shall forfeit to the City, as a penalty, the sum of twenty-five dollars ($25.00) for each workman employed in the execution of the contract by him or her or by any subcontractor, for each calendar day during which such laborer, workman, or mechanic is required or permitted to labor more than eight hours in violation of the provisions of Section 1810 to 1816, inclusive, (Article 3, Chapter 1, Part 7, Division 2) of the Labor Code of the State of California and any acts amendatory thereof. SECTION 10. PAYMENT Page 282 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 17 Spec No.2021-179 10-01. Certification by Engineer. All payments under this contract shall be made upon the presentation of certificates in writing from the Engineer and shall show that the work covered by the payments has been done and the payments thereof are due in accordance with this contract. 10-02. Progress Estimates and Payment. The Engineer shall, within the first seven (7) days of each month, make an estimate of the value of the work performed in accordance with this contract during the previous calendar month. The first estimate shall be of the value of the work satisfactorily completed in place and meetin g the requirements of the contract. And every subsequent estimate, except the final estimate, shall be of the value of the work satisfactorily completed in place since the last preceding estimate was made; provided, however, that should the Contractor fail to adhere to the program of completion fixed in this contract, the Engineer shall deduct from the next and all subsequent estimates the full calculated accruing amount of the liquidated damages to the date of said estimate, until such time as the compliance with the program has been restored. The estimate shall be signed by the Engineer and, after approval, the City shall pay or cause to be paid to the Contractor in the manner provided by law, an amount equal to 95 percent of the estimated value of the work satisfactorily performed and complete in place. 10-03. Substitution of Securities. 1. At such times that Pubic Contract Code Section 22300 is in effect Contractor may propose the substitution of securities of at least equal market value for any moneys to be withheld to ensure performance under the Contract. Market value shall be determined as of the day prior to the date such substitution is to take place. Such substitution shall be made at the request and expense of the Contractor. The securities shall be one or more of the following types: (a) Bonds or interest-bearing notes or obligations of the United States, or those for which the faith and credit of the United States are pledged for the payment of principal and interest. (b) Bonds or interest-bearing notes on obligations that are guaranteed as to principal and interest by a federal agency of the United States. (c) Bonds of the State of California, or those for which the faith and credit of the State of California are pledged for the payment of principal and interest. (d) Bonds or warrants, including, but not limited to, revenue warrants, of any county, city, metropolitan water district, California water district, California water storage district, irrigation district in the State of California, municipal utility district, or school district of the State of California, which are rated by Moody's or Standard and Poor as A or better. (e) Bonds, consolidated bonds, collateral trust debentures, consolidated debentures, or other obligations issued by federal land banks or federal intermediate credit banks established under the Federal Farm Loan Act, as amended; debentures and consolidated debentures issued by the Central Bank for Cooperatives and banks for cooperatives established under the Farm Credit Act of 1933, as amended; bonds, or debentures of the Federal Home Loan Bank Board established under the Federal Home Loan Bank Act; and stock, bonds, debentures and other obligations of the Federal National Mortgage Association established under the National Housing Act as amended and bonds of any Federal Home Loan Mortgage Corporation. (f) Commercial paper of "prime" quality as defined by a nationally recognized organization which rates such securities. Eligible paper is further limited to issuing corporations: (1) organized and operating within the United States; (2) having total assets in excess of five hundred m illion dollars ($500,000,000); and (3) approved by the Pooled Money Investment Board of the State of California. Purchases of eligible commercial paper may not exceed 180 days' maturity, nor represent more than 10 percent of the outstanding paper of an issuing corporation. (g) Bills of exchange or time drafts on and accepted by a commercial bank, otherwise known as bankers acceptances, which are eligible for purchase by the Federal Reserve System. (h) Certificates of deposits issued by a nationally or state-chartered bank or savings and loan association. (i) The portion of bank loans and obligations guaranteed by the United States Sm all Business Administration or the United States Farmers Home Administration. Page 283 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 18 Spec No.2021-179 (j) Student loan notes insured under the Guaranteed Student Loan Program established pursuant to the Higher Education Act of 1965, as amended (20 U.S.C. 1001, et seq.) and eligible for resale to the Student Loan Marketing Association established pursuant to Section 133 of the Education Amendments of 1972, as amended (20 U.S.C. 1087-2). (k) Obligations issued, assumed or guaranteed by International Bank for Reconstruction and D evelopment, the Inter-Am erican Development Bank, the Asian Development Bank, or the Government Development Bank of Puerto Rico. (l) Bonds, debentures and notes issued by corporations organized and operating within the United States. Such securities eligible for substitution shall be within the top three ratings of a nationally recognized rating service. 2. The securities shall be deposited with City or with any commercial bank as escrow agent, who shall arrange for transfer of such securities to the Contractor upon satisfactory completion of the contract. Any interest accrued or paid on such securities shall belong to the Contractor and shall be paid upon satisfactory completion of the contract. The market value of the securities deposited shall at all times be maintained in an amount at least equal, in the sole judgment of City, to the moneys to be withheld pursuant to the Contract Documents to ensure performance of the Contract. In order to comply with this condition, Contractor shall deposit additional securities as necessary upon request by City or the escrow agent. 3. Upon acceptance of any Proposal that includes substituting securities for amounts withheld to ensure performance, a separate escrow agreement satisfactory in form and substance to City shall be prepared and executed by City, the Contractor and the escrow agent, which may be City. The escrow agreement shall specify, among other matters, value of securities to be deposited; procedures for valuing the securities and for adding or withdrawing securities to maintain the market value of the deposited securities at least equal to the amount of moneys which would otherwise be withheld; the terms and conditions of conversion to cash in case of the default by the Contractor; and terms, conditions and procedure for termination of the escrow. City shall have no obligation to enter any such Agreement that does not provide the City with the unilateral right to convert securities to cash and to gain immediate possession of the cash. 10-04. Acceptance. The work must be accepted by vote of the City Council of the City of Ukiah when the whole shall have been completed satisfactorily. The Contractor shall notify the Engineer, in writing, of the completion of the work, whereupon the Engineer shall promptly, by personal inspection, satisfy himself as to the actual completion of the work in accordance with the terms of the contract and shall thereupon recommend acceptance by the City Council. 10-05. Final Estimate and Payment. The Engineer shall, as soon as practicable after the final acceptance of the work done under this contract, make a final estimate of the amount of work done thereunder and the value thereof. Such final estimate shall be signed by the Engineer, and after approval, the City shall pay or cause to be paid to the Contractor, in the manner provided by law, the entire sum so found to be due hereunder, after deducting therefrom all previous payments and such other lawful amounts as the terms of this contract prescribe. In no case will final payment be made in less than thirty-five (35) days after the filing of the notice of completion with the County Recorder. 10-06. Delay Payments. Should any payment due the Contractor or any estimate be delayed, through fault of the City beyond the time stipulated, such delay shall not constitute a breach of contract or be the basis for a claim for damages, but the City shall pay the Contractor interest on the amount of the payment at the rate of 6 percent per annum for the period of such delay. The term s for which interest will be paid shall be reckoned, in the case of any monthly or progress payment, from the twentieth day of the month next succeeding the month in which the work was performed to the date of payment of the estimate; and in the case of the final estimate, from the forty-fifth day after acceptance to the date of payment of the final estimate. The date of payment of any estimate shall be considered the day on which the payment is offered or mailed as evidenced by the records of the Treasurer of the City. If interest shall become due on any delayed payment, the amount thereof, as determined by the City, shall be added to a succeeding payment. If the interest shall become due on the final payment, it shall be paid on a supplementary voucher to interest or any sum or sums which, by the terms of this contract, the City is authorized to reserve or retain. Page 284 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 19 Spec No.2021-179 10-07. Extra Work and Work Omitted. Whenever corrections, alterations, or modifications of the work under this contract ordered by the Engineer and approved by the City increase the amount of work to be done, such added work shall be known as "extra work"; and when such corrections, alterations, or modifications decrease the amount of work to be done, such subtracted work shall be known as "work omitted". When the Contractor considers that any changes ordered involve extra work, he or she shall immediately notify the Engineer in writing and subsequently keep him or her informed as to when and where extra work is to be performed and shall make claim for compensation therefor each month not later than the first day of the m onth following that in which the work claimed to be extra work was performed and he or she shall submit a daily complete statement of materials and labor used and expenses incurred on account of extra work performed, showing allocation of all materials, labor and expenses. All such claims shall state the date of the Engineer's written order and the date of approval by the City authorizing the work on account of which claim is m ade. Unless such notification is made in writing within the time specified and unless complete statements of materials used and expenses incurred on account of such extra work are furnished as above required, the Contractor shall not be entitled to payment on account of extra work and Contractor shall be deemed to have waived the right to make any future claims for compensation for such extra work. When changes decrease the amount of work to be done, they shall not constitute a claim for damages on account of anticipated profits on the work that may be omitted. 10-08. Compensation for Extra Work or Work Omitted. Whenever corrections, additions, or modifications in the work under this contract change the amount of work to be done or the amount of compensation due the Contractor, excepting increases or decreases in contract items having unit contract prices for each measurable quantity installed in place, and such changes have been ordered in writing by the Engineer and approved by the City prior to the Contractor performing the extra work, then a price may be agreed upon. Failing such an agreement in price, the Contractor shall be compensated for performing extra work pursuant to the provisions of Section 4-1.05 "Changes and Extra Work", and Section 9-1.04,"Force Account" of the Standard Specifications. This method of determining the price of work shall not apply to the performance of any work which is required or reasonably implied to be performed or furnished under this contract. 10-09. Compensation to the City for Extension of Time. In case the work called for under this contract is not completed within the time limit stipulated herein, the City shall have the right as provided hereinabove, to extend the time of completion thereof. If the time limit be so extended, the City shall have the right to charge to the Contractor and to deduct from the final payment for the work the actual cost to the City of engineering, inspection, superintendence and other overhead expenses which are directly chargeable to the contract and which accrue during the period of such extension, except that the cost of final unavoidable delays shall not be included in such charges. 10-10. Liquidated Damages for Delay. It is agreed by the parties to the contract that time is of the essence and that, in case all the work is not completed before or upon the expiration of the time limit as set forth, damage, other than those cost items identified in section 10-09, will be sustained by the City and that it is and will be impracticable to determine the actual amount of damage by reason of such delay; and it is therefore agreed that the Contractor will pay to the City the sum of five thousand dollars ($5000.00) per day for each and every calendar day's delay beyond the time prescribed. SECTION 11. MISCELLANEOUS 11-01. Notice. Whenever any provision of the contract documents requires the giving of written notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. If mailed, the notice shall be deemed received on the date of delivery stated in the return receipt. 11-02. Computation of Time. When any period of time is referred to in the Contract Documents by days, it shall be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation. Page 285 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 20 Spec No.2021-179 11-03. Claims Procedure Required by Public Contract Code Section 9204. This section shall apply to any claim by the Contractor arising in connection with this project in accordance with Public Contract Code Section 9204. a. For purposes of this section "Claim" means a separate demand by the Contractor sent by registered mail or certified mail with return receipt requested, for one or more of the following: (A) A time extension, including, without limitation, for relief from damages or penalties for delay assessed by the City under this contract. (B) Payment by the City of money or damages arising from work done by, or on behalf of, the Contractor pursuant to this contract and payment for which is not otherwise expressly provided or to which the Contractor is not otherwise entitled. (C) Payment of an amount that is disputed by the City. b. (1) (A) Upon receipt of a claim pursuant to this section, the City shall conduct a reasonable review of the claim and, within a period not to exceed 45 days, shall provide the Contractor a written statement identifying what portion of the claim is disputed and what portion is undisputed. Upon receipt of a claim, a public entity and the contractor may, by mutual agreement, extend the time period provided in this subdivision. (B) The Contractor shall furnish reasonable documentation to support the claim . (C) If the City needs approval from its governing body to provide the Contractor a written statement identifying the disputed portion and the undisputed portion of the claim, and the governing body does not meet within the 45 days or within the mutually agreed to extension of time following receipt of a claim sent by registered mail or certified mail, return receipt requested, the City shall have up to three days following the next duly publicly noticed meeting of the governing body after the 45-day period, or extension, expires to provide the claimant a written statement identifying the disputed portion and the undisputed portion. (D) Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the City issues its written statement. If the City fails to issue a written statement, paragraph (3) shall apply. (2) (A) If the Contractor disputes the City's written response, or if the City fails to respond to a claim issued pursuant to this section within the time prescribed, the Contractor may demand in writing an informal conference to meet and confer for settlement of the issues in dispute. Upon receipt of a demand in writing sent by registered mail or certified mail, return receipt requested, the City shall schedule a meet and confer conference within 30 days for settlement of the dispute. (B) Within 10 business days following the conclusion of the meet and confer conference, if the claim or any portion of the claim remains in dispute, the City shall provide the claimant a written statement identifying the portion of the claim that remains in dispute and the portion that is undisputed. Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. Any disputed portion of the claim, as identified by the contractor in writing, shall be submitted to nonbinding mediation, with the City and the Contractor sharing the associated costs equally. The City and Contractor shall mutually agree to a mediator within 10 business days after the disputed portion of the claim has been identified in writing. If the parties cannot agree upon a mediator, each party shall select a mediator and those mediators shall select a qualified neutr al third party to mediate with regard to the disputed portion of the claim. Each party shall bear the fees and costs charged by its respective mediator in connection with the selection of the neutral mediator. If mediation is unsuccessful, the parts of the claim remaining in dispute shall be subject to applicable procedures outside this section. (C) For purposes of this section, mediation includes any nonbinding process, including, but not limited to, neutral evaluation or a dispute review board, in which an independent third party or board assists the parties in dispute resolution through negotiation or by issuance of an evaluation. Any mediation utilized shall conform to the timeframes in this section. Page 286 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 21 Spec No.2021-179 (D) Unless otherwise agreed to in writing by the City and the Contractor, the mediation conducted pursuant to this section shall excuse any further obligation under Public Contract Code Section 20104.4 to mediate after litigation has been commenced. (3) Failure by the City to respond to a claim from the Contractor within the time periods described in this subdivision or to otherwise meet the time requirements of this section shall result in the claim being deemed rejected in its entirety. A claim that is denied by reason of the public entity's failure to have responded to a claim, or its failure to otherwise meet the time requirements of this section, shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the Contractor. (4) Amounts not paid in a timely manner as required by this section shall bear interest at 7 percent per annum. (5) If a subcontractor or a lower tier subcontractor lacks legal standing to assert a claim against a public entity because privity of contract does not exist, the Contractor may present to the public entity a claim on behalf of a subcontractor or lower tier subcontractor. A subcontractor may request in writing, either on his or her own behalf or on behalf of a lower tier subcontractor, that the Contractor present a claim for work which was performed by the subcontractor or by a lower tier subcontractor on behalf of the subcontractor. The subcontractor requesting that the claim be presented to the public entity shall furnish reasonable documentation to support the claim. Within 45 days of receipt of this written request, the Contractor shall notify the subcontractor in writing as to whether the Contractor presented the claim to the public entity and, if the original contractor did not present the claim, provide the subcontractor with a statement of the reasons for not having done so. c. A waiver of the rights granted by this section is void and contrary to public policy, provided, however, that (1) upon receipt of a claim, the parties may mutually agree to waive, in writing, mediation and proceed directly to the commencement of a civil action or binding arbitration, as applicable; and (2) the City may prescribe reasonable change order, claim, and dispute resolution procedures and requirements in addition to the provisions of this section, so long as the contractual provisions do not conflict with or otherwise impair the timeframes and procedures set forth in this section. 11-04. Litigation and Forum Selection. Contractor and City stipulate and agree that any litigation relating to the enforcement or interpretation of this contract, arising out of Contractor's performance or relating in any way to the work shall be brought in Mendocino County and that venue will lie in Mendocino County. Except as otherwise expressly provided by law, the parties waive any objections they might otherwise have to the propriety of jurisdiction or venue in the state courts in Mendocino County and agree that California law shall govern any such litigation. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto and, in particular but without limitation, the warranties, guaranties and obligations imposed upon the Contractor and all of the rights and remedies available to the City thereunder, shall be in addition to and shall not be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by law or contract, by special warranty or guaranty, or by other provisions of the contract documents and the provisions of this paragraph shall be as effective as if repeated specifically in the contract documents in connection with each particular duty, obligation, right and remedy to which they apply. All warranties and guaranties made in the contract document shall survive final payment and termination or completion of this contract. The City disclaims an express or implied warranty that the plans and specifications identify all site conditions that could affect the time or cost to complete the Work. 11-05. Waiver. The Contractor shall strictly comply with all notices and other contract requirements. Waiver by the City of any failure of the Contractor to comply with any term of the contract, including the notice provisions, shall not be deemed a waiver of a subsequent breach. Page 287 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 22 Spec No.2021-179 TECHNICAL SPECIFICATIONS SECTION 12. GENERAL INFORMATION 12-01. Location and Scope of Work. All of the work to be performed is within the City of Ukiah and includes transportation and pedestrian improvements, sanitary sewer and water main replacements, and undergrounding overhead utilities on State Street between Cherry Street and Mill Street and Henry Street and Norton Street. The roadway/pedestrian work includes demolition of sidewalks, curb and gutter and cold planing the existing roadway surface, along with construction of new curb and gutter, bulb-outs, sidewalk, accessible curb ramps, asphalt overlay, storm drain modifications street lighting, landscaping and traffic signal modifications. The utility work includes potable water main, fire water and sanitary sewer utility improvements. Work includes abandoning existing water pipelines and service laterals, removal of existing hydrants and water meters, demolition of existing sanitary sewer main and sewer manholes, construct ion of new hydrant laterals and water hydrants, water meters, connection to existing water services and construction of sanitary sewer mains, sanitary sewer manholes and sanitary sewer laterals, cleanouts and connection to existing sanitary sewer building services and mains. The scope also includes repair of disturbed surfaces including existing roadway services and sidewalks. The undergrounding work involves trench, backfill, compact and install underground conduits for electric, AT&T and Comcast. Install vault(s), boxes, secondary service boxes for electric, AT&T and Comcast. Install electric box pads for switch, transformer(s) and pedestal(s) (installed by Contractor, provided by City) for underground duct system. The Contractor should familiarize himself with the local conditions of the project sites. Failure to do so will in no way relieve him of the responsibility for performing any of the work or operations required as a part of this contract. Further information regarding the work or these specifications can be obtained from Mary Horger at (707) 463-6233. 12-02. Arrangement of Technical Specifications. The Technical Specifications are arranged in sections covering the various phases of work as follows: Section No. Title 12 General Information 13 Construction Details (Special Provisions) 14 Exclusions from General Conditions 15 Amendments to General Conditions 12-03. Arrangement of Plans. General locations and linear quantities of the work are shown in on the Plans. The Plans consist of one hundred and seven (107) sheets numbered 1 through 107 and they are hereby made a part of the Contract Documents. 12-04. Business Licenses. The Contractor and any subcontractors shall each secure and maintain a valid City of Ukiah Business License prior to the start of any portion of the work. 12-05. Permits. The Contractor shall provide, procure, and pay for all permits required to complete this work. The Contractor shall obtain an encroachment permit from the City of Ukiah Public Works Department at no cost prior to the start of the Work. The encroachment permit will not be issued until the Contract Agreement and bonds have been executed, submitted, and accepted by the City and all insurance endorsements have been submitted to and accepted by the City’s Risk Manager. 12-06. Standard Specifications and Standard Plans. The Standard Specifications and Standard Plans of the California State Department of Transportation 2018, are hereby made a part of these special provisions, and are hereinafter referred to as "Standard Specifications" and "Standard Plans." These special provisions specify the qualitative technical requirements of the project. Whenever in the Standard Specifications and the Standard Plans the following terms are used, they shall be understood to mean and refer to the following: Department of Transportation - The City Council. Page 288 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 23 Spec No.2021-179 Director of Public Works - The City of Ukiah Director of Public Works/City Engineer. Engineer - The Engineer, designated by the City Council, acting either directly or through properly authorized agents, such agents acting within the scope of the particular duties entrusted to them. Laboratory - The designated laboratory authorized by the City of Ukiah and approved by Caltrans to test materials and work involved in the contract. State or Owner - The City of Ukiah Other terms appearing in the Standard Specifications and the Standard Plans shall have the intent and meaning specified in Section I, Definition of Terms of the Standard Specifications. In case of discrepancy between the contract documents, the order of precedence from the highest to lowest is as follows: 1. (City) Special Provisions 2. (City) Project Plans 3. City Standard Plans and Details 4. Standard Plans 5. Standard Specifications 12-07. Temporary Facilities. All temporary facilities are the responsibility of the Contractor. The removal of said facilities shall be the responsibility of the Contractor. The Contractor shall be responsible for any and all damages to existing facilities which are a result of the work. 12-08. Public Convenience and Safety. Attention is directed to Section 7-1.03, "Public Convenience," 7-1.04, "Public Safety" of the Standard Specifications. The Contractor shall conduct operations so as to cause the least possible obstruction and inconvenience to public traffic. The Contractor shall, at his or her expense, furnish such flag persons and furnish, erect, construct and maintain such fences, barriers, lights, signs, detours, pedestrian walkways, driveway ramps and bridging as may be necessary to give adequate warning to the public that work is in progress and that dangerous conditions exist, to provide access to abutting properties and to permit the flow of pedestrian and vehicular traffic to safely and expeditiously pass the work. 12-09. Maintaining Traffic. Attention is directed to Section 7-1.03, "Public Convenience," 7-1.04, "Public Safety," 12-1.01, “General,” and 12-3," Temporary Traffic Control Devices," of the Standard Specifications. Streets shall be open to through vehicular traffic during non-working hours. The Contractor shall provide temporary pavement, trench plates and any other methods shall be utilized to allow for a normal driver experience. The Contractor shall provide all applicable signage through the work zone to inform the public of the condition of the roadway through the site. During work hours public traffic shall be permitted to pass through the work with as little inconvenience and delay as possible. Access to abutting property, driveways and building entrances shall be maintained during the performance of the work. The Contractor is advised that commercial and residential businesses immediately abut the Project Area. The Contractor shall provide advance written notification of the work and of temporary closures of driveways to the abutting property owners or managers of the businesses at least 5 business days prior to the start of the Work or the temporary closure of the driveway to the respective business property. The format and content of the Notice by the Contractor shall be approved by the Engineer prior to its issuance to the public. The Contractor shall provide trench plates at driveways and left turn pockets after the trench and roadway excavation has been made at those particular locations. The Contractor shall maintain safe and accessible (ADA compliant) walkways to all business entrances within the Project Area for the duration of the project. Under no circumstances shall access to any business be blocked or closed without the written approval of the City and written consent of the business owner. 12.10. Stream Pollution. The Contractor shall exercise every reasonable precaution to prevent muddying or silting of live streams, and the Contractor's attention is called to the fact that the terms of this contract do not relieve him or her of responsibility for compliance with Sections 5650 and 12015 of the Fish and Game Code or other applicable statutes relating to pollution prevention or abatement. Page 289 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 24 Spec No.2021-179 The Contractor’s attention is also directed to Section 13, “Water Pollution Control,” of the Standard Specifications and to Section 13-3, “Storm Water Pollution Prevention Plan”, of the Standard Specifications concerning the requirement for submittal to the Engineer for approval a Storm Water Pollution Prevention Plan (SWPPP) for the control of pollution to adjacent drainage courses during the construction of the project. Said SWPPP shall include the erosion control provisions required by Section 13, “Water Pollution Control”, of the Construction Details. 12-11. Warranties. Unless otherwise indicated, the Contractor shall warrant all materials provided and work performed under this contract for a period of one (1) year from the date of final acceptance, except where longer warranties are specified herein. He shall replace promptly and at his own expense any materials and/or workmanship which fail during this warranty period. 12-12. Utilities. No water, sewer or electrical services will be provided by the owner. It is the Contractor's sole responsibility to arrange such services as necessary. 12-13. Dust Control. Dust control shall conform to the provisions of Section 18 “Dust Palliatives” of the Standard Specifications. Dust shall be managed all active construction areas by water at least twice daily and more often during hot or windy periods or use of a dust palliative. The active construction areas adjacent to businesses and residential areas shall be kept damp at all times. Hauling trucks shall be covered and at least a two-foot freeboard shall be maintained. Unpaved access roads, parking areas for construction equipment and construction employee vehicles, staging areas, and storage areas shall be paved with hot mix asphalt or have a stabilized access in accordance with the details of TC-1, “Stabilized Construction Entrance/Exit,” of the Caltrans Construction Site Best Management Practices Manual or Standard Plan T58. Unpaved construction staging areas shall receive the application of either water twice daily or a dust palliative. All paved roads, parking areas, staging areas, storage areas, and public roads impacted by the work of the project shall be swept daily with street sweepers equipped with water spray to remove soil materials that have been deposited on these surfaces by reason of the work. The Contractor shall enclose, cover, or water twice daily or apply non-toxic soil stabilizers or install erosion control blankets to or on exposed stockpiles, embankment slopes, and cut slopes. Traffic speeds on unpaved surfaces shall be limited to a maximum speed of 15 mph 12-14. Noise Control. The Contractor’s attention is directed to the provisions of Section 14-8.02, “Noise Control", of the Standard Specifications and Section 9.08, Saturday, Sunday, Holiday, and Night Work, of these General Conditions concerning the control of noise emissions and authorized work hours and days. Between 7:00 a.m. and 7:00 p.m., noise from Contractor’s operations shall not exceed limits established by applicable laws or regulations and in no event shall exceed 86 dB at a distance of 50 feet from the noise source. The Contractor shall notify all residents, businesses and property owners within a 500-foot radius of the construction site about the proposed construction schedule. The notification shall be in writing and it shall be developed by the Contractor and submitted to the City for approval a minimum of 5 working days prior to the proposed public notification. The City shall provide a Noise Disturbance Coordinator who shall be responsible for acting on any local complaints concerning the construction noise being generated by reason of the work of the project. The Contractor shall conspicuously post a telephone number for the Noise Disturbance Coordinator at the construction site and he shall include it in the construction schedule notice to be provided to the residents. The Noise Disturbance Coordinator shall investigate the noise complaint allegations and shall require the Contractor to implement reasonable measures to mitigate the noise level in accordance with the requirements of these General Conditions and of the Standard Specifications. The Contractor shall locate all stationary noise generating construction equipment such as air compressors and generators as far as practical from the nearby residences and other noise sensitive land uses. The noise source shall be acoustically shielded when practical. The Contractor shall prohibit unnecessary idling of internal combustion engines. 12-15. Watering. The application of water shall be performed in accordance with the provisions of Section 18, “Dust Palliatives,” of the Standard Specifications except as modified by these Special Provis ions. The Contractor is advised that water may be obtained from fire hydrants within the Project Area under permit with the City’s Public Utilities Department and Page 290 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 25 Spec No.2021-179 upon the payment of a meter deposit. Permit application and inquiry as to the water usage fee s are to be made at Public Utilities Department-Water Division Building within the City’s Corporation Yard located at 1320 Airport Road, (707) 463-6200. 12-16. Preconstruction Conference. A preconstruction conference shall be held before any work will be allowed to commence. This meeting will cover inspection, schedule for work and among other items, the responsibilities and procedures of each of the interested parties to assure that the project will be completed in accordance with the contract documents. 12-17. Progress Schedule. Progress schedules will be required for this contract and shall conform to the provisions in Section 8-1.02D, "Level 3 Critical Path Method Schedule," of the Standard Specifications. Critical Path Method (CPM) schedules shall be prepared using Microsoft Project software, or an equivalent software application approved by the Engineer. After baseline schedule is accepted by the Engineer, Contractor shall update and submit the CPM schedule to Engineer for review every 2 calendar weeks. 12-18. Progress Meetings. The Engineer shall schedule, arrange and conduct progress meetings. These meetings shall be conducted once per week, or as mutually agreed by Contractor and City, and shall be attended by the Contractor’s superintendent and representatives of all subcontractors, utilities, and others, who are active in the execution of the Work. The purpose of these meetings shall be to review the Contractor’s CPM schedule, resolve conflicts, and in general, coordinate and expedite the execution of the Work. Engineer will make arrangements for meetings, prepare agenda with copies for participants, preside at meetings and record the meeting minutes. 12-19. Safety Requirements. The Contractor shall comply with all pertinent provisions of the Department of Labor "Safety and Health Regulations for Construction (29 FCS Part 1518, 36 CFR 7340)", with additions or modifications thereto, in effect during construction of this project. 12-20. Public Notification. The Contractor shall be responsible for all public notification regarding construction work, including detours, lane and street closures, hours of operations, and notification of e ffected commercial businesses and residences within 1000 feet of the construction. For any business impacted by construction, the Contractor shall provide adequate sized on-site signage indicating that businesses are open during construction. The Contractor shall prepare public noticing via the newspaper, radio announcements, notification of the emergency vehicle agencies, public transit, Ukiah Unified School District, Ukiah Municipal Airport. At a minimum, Main Street, State Street, School Street, Perkins Street, and Gobbi Street will be affected by potential detours and street closures, with recommended alternate routes of travel. Access will be restricted to businesses and residents only during construction closures. Location of street closures signage shall be positioned to give motorists the ability to use alternate routes prior to coming to a dead end road closed for construction. All proposed detours, closures and traffic control methods shall be submitted to the Engineer for approval prior noticing to the public. All public noticing shall be performed a minimum of one (1) calendar week prior to instituting traffic control, and lane or street closures. The tentative construction schedule shall be included in the public noticing, and the use of temporary traffic signalization of intersections shall be noted. The Contractor shall submit all public notice language to the City Engineer for approval prior to publication of notices. All road closures, detour routes, and traffic control including temporary lane closure plans shall be submitted by the Contractor to the City Engineer for approval prior to public noticing and use. Page 291 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 26 Spec No.2021-179 SECTION 13 - CONSTRUCTION DETAILS STANDARD PLAN LIST The following Standard Plans are incorporated by reference: A3A A3B A3C A10A A10B A10C A10D A10E A10F A10G A20A A20B A20C A20D A24A A24B A24C A24E A24F A62D A62DA A88A A88B D71 D72 D74C D77B D78A T3A T3B T4 T5 T11 T12 T13 T53 T58 T59 T61 T62 T63 T64 RS2 S95 ES-1A ES-1B ES-1C ES-2B ES-2C ES-2D ES-3A ES-3C ES-4A ES-4B ES-4C ES-4D ES-4E ES-5A ES-5B ES-5C ES-5D ES-6A ES-6B ES-7A ES-7B ES-7D ES-7E ES-7M ES-7N ES-7Q ES-7R ES-8A ES-9A ES-10 ES-11 ES-13A ES-13B ORGANIZATION Special provisions are under headings that correspond with the main-section headings of the Standard Specifications. A main-section heading is a heading shown in the table of contents of the Standard Specifications. Each special provision begins with a revision clause that describes or introduces a revision to the Standard Specifications as revised by any revised standard specification. Any paragraph added or deleted by a revision clause does not change the paragraph numbering of the Standard Specifications for any other reference to a paragraph of the Standard Specifications. ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ DIVISION I GENERAL PROVISIONS 1 GENERAL No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 2 BIDDING Add to section 2-1.06B: The City makes the following supplemental project information available: Page 292 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 27 Spec No.2021-179 Supplemental Project Information Means Description Included in the Information Handout Available as specified in the Standard Specifications Included with the project plans Available for inspection at the Transportation Laboratory Available for inspection at the District Office Telephone no.: _____ Available for inspection at: City of Ukiah Public Works Dept. Telephone no.: (707) 463-6755 ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 3 CONTRACT AWARD AND EXECUTION Add to section 3-1.06: The Contractor and any subcontractors shall each secure and maintain a valid City of Ukiah Business License prior to the start of any portion of the work. ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 4 SCOPE OF WORK Replace section 4-1.03 with: The work involves transportation and pedestrian improvements, sanitary sewer and water main replacements, and undergrounding overhead utilities on State Street between Cherry Street and Mill Street and Henry Street and Norton Street. The roadway/pedestrian work includes demolition of sidewalks, curb and gutter and cold planing the existing roadway surface, along with construction of new curb and gutter, bulb-outs, sidewalk, accessible curb ramps, asphalt overlay, storm drain modifications street lighting, landscaping and traffic signal modifications. The utility work includes potable water main, fire water and sanitary sewer utility improvements. Work includes abandoning existing water pipelines and service laterals, removal of existing hydrants and water meters, demolition of existing sanitary sewer main and sewer manholes, construction of new hydrant laterals and water hydrants, water meters, connection to existing water services and construction of sanitary sewer mains, sanitary sewer manholes and sanitary sewer laterals, cleanouts and connection to existing sanitary sewer building services and mains. The scope also includes repair of disturbed surfaces including existing roadway services and sidewalks. The undergrounding work involves trench, backfill, compact and install underground conduits for electric, AT&T and Comcast. Install vault(s), boxes, secondary service boxes for electric, AT&T and Comcast. Install electric box pads for switch, transformer(s) and pedestal(s) (installed by Contractor, provided by City) for underground duct stem. ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 5 CONTROL OF WORK Add to section 5-1.20A: During the progress of the work under this Contract, work under the following contracts may be in progress at or near the job site of this Contract: Page 293 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 28 Spec No.2021-179 Coincident or Adjacent Contracts City Contract no. City–Route–Post Mile Location Type of work Replace section 5-1.26 with: Construction surveying including horizontal and vertical control and construction staking shall be the responsibility of the Contractor. Vertical and horizontal control is to be established from the existing Control Points established by the City and shown on the Plans. Vertical Control Points are shown on the Plans. Prior to the start of excavation work, the Contractor will be required to pothole existing utilities and other underground piping for the purpose of verifying location and depth a minimum of five (5) working days in advance of excavation. The limited utility information indicated on the Plans reflects a baseline sampling of potential utility conflicts identified during the design of the project. The Contractor is responsible for potholing at these locations at a minimum. Additional utility location efforts may be required by the Contractor to positively locate all utilities impacted by the project. As a part of the Work, the Contractor will be responsible for performing all survey and construction layout work and performing testing and quality control work. Add to section 5-1.36A: All temporary facilities are the responsibility of the Contractor and the removal of said facilities shall be the responsibility of the Contractor. The Contractor shall be responsible for any and all damages to existing facilities which are a result of the installation and removal of the Contractor’s temporary facilities. The City will not arrange temporary water, sewer or electrical services for construction. It is the Contractor's sol e responsibility to arrange such services as necessary with the applicable utility provider(s). ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 6 CONTROL OF MATERIALS Add to section 6-2.01A: The Contractor shall be responsible for controlling the quality of the materials incorporated into the work and of the work performed. The City shall perform material sampling and tes ting to verify the work meets the specified quality requirements (Quality Assurance). The City will perform soil and aggregate sampling and test ing using an independent testing laboratory firm licensed to perform such tests. Other requi red sampling and tes ting may be performed by the City’s independent laboratory certified to perform the type of sampling and testing assigned to or requested of the m. Should any City performed test result indicate a non-compliance with the requirements of the Contract Documents, the Contractor shall remove and reconstruct or rework the non -complying portion of work at no additional cost to the City. All reconstructed and reworked items of work shall be tested at the Contractor’s expense in the same manner a s required for the initial work at no additional cost to the City. Prior to any removal, reconstruction or rework of any work item already incorporated into the pr oject, the Contractor shall first obtain the approval of the Engineer as to the Contractor’s proposed meth ods for removal, reconstructio n or rework. Examples of Quality Control material tests required by the Contractor on this project include, but are not limited to, compaction and gradation of aggregate base, Portland cement concrete and hot mix asphalt, compaction on roadway subgrade, and gradation & durability on aggregate materials. The City reserves the right to test, at its own cost, any item of work that has been tested by the Contractor and any independent testing perform ed by the City shall not relieve the Contractor of his responsibility for sampling, testing, reporting and overall quality control required by the Contract Docum ents. Should any independent tests perform ed by the City indicate non-com pliance with the Contract Docum ents, upon notice of the Engineer, the Contractor shall retest that portion of the work not in com pliance to the independent test. The City will closely m onitor the Contractor’s retest. Should the Contractor’s retest indicate com pliance with the Contract Docum ents, the direct costs related to the retest shall be paid as extra work pursuant to the provisions provided in Section 9 of the Standard Specifications. Should the Contractor’s retest indicate non- com pliance, the Contractor shall rem ove, reconstruct, or rework the non-com plying portion of work and the cost of the replacement work and retest shall be borne by the Contractor. Page 294 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 29 Spec No.2021-179 The Contractor shall be responsible for all material and functional testing required for all electrical, lighting and traffic signal equipment as required by the Standard Specifications. Full compensation for performing all sampling, testing, reporting, retesting, if required, and overall quality control shall be considered as included in the prices paid for the various contract items of work and no additional compensation will be allowed therefor. ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC Add to section 7-1.03: The Contractor shall conduct operations so as to cause the least possible obstruc tion and inconvenience to public traffic and businesses. The Contractor shall, at his or her expense, furnish such flag persons and furnish, erect, construct and maintain such fences, barriers, lights, signs, detours, pedestrian walkways, driveway ramps and bridging as may be necessary to give adequate warning to the public that work is in progress and that dangerous conditions exist, to provide access to abutting properties and to permit the flow of pedestrian and vehicular traffic to safely and expeditiously pass through the work. Add to section 7-1.04: The Contractor shall comply with all pertinent provisions of the Department of Labor "Safety and Health Regulation s for Construction (29 FCS Part 1518, 36 CFR 7340)", with additions or modifications thereto, in effect during construction of this project. ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 8 PROSECUTION AND PROGRESS Add to section 8-1.02D(1): Level 3 Critical Path Method (CPM) Progress schedule will be required for this contract and shall conform to the provisions in Section 8-1.02D, "Level 3 Critical Path Method Schedule," of the Standard Specifications. After baseline schedule is accepted by the Engineer, Contractor shall update and submit CPM schedule to Engineer for review every 2 calendar weeks. Progress schedule will be paid for as described in Section 8-1.02D(10). Replace section 8-1.02E with: The Engineer shall schedule, arrange and conduct progress meetings. These meetings shall be conducted once per week, or as mutually agreed by Contractor and City, and shall be attended by the Contractor’s superintendent and representatives of all subcontractors, utilities, and others, who are active in the execution of the Work. The purpose of these meetings shall be to review the Contractor’s CPM schedule, resolve conflicts, and in general, coordinate and expedite the execution of the Work. Engineer will make arrangements for meetings, prepare agenda with copies for participants, preside at meetings and record the meeting minutes. Replace section 8-1.03 with: A preconstruction conference will be held before any work will be allowed to commence. This meeting will cover inspection, work schedule, and among other items, the responsibilities and procedures of each of the interested parties to assu re that the project will be completed in accordance with the contract documents. Engineer will prepare and distribute an agenda for the preconstruction conference. Add to section 8-1.04B: The Contractor shall obtain and pay for all permits required to complete this work except the required City of Ukiah encroachment permit for work within the City right-of-way. The Contractor shall obtain an encroachment permit from the City of Ukiah Public Works Department at no cost prior to the start of the Work. The encroachment permit will not be issued until the Contract Agreement and bonds have been executed, submitted, and accepted by the City and all insurance endorsements have been submitted to and accepted by the City’s Risk Manager. Page 295 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 30 Spec No.2021-179 Replace "Reserved" in section 8-1.04C with: Physical work on the site shall not commence until a “No Fee” encroachment permit is issued by the City of Ukiah to the Contractor. Do not start job site activities until the City authorizes or accepts your submittal for: 1. SWPPP 2. Traffic Control Plan 3. Traffic signal and lighting equipment Submit these items, submittals for other long lead-time items, within five (5) days after Notice to Proceed has been issued. Do not start other job site activities until all the submittals from the above list are authorized or accepted and the following information is received by the Engineer: 1. Notice of Materials To Be Used form. 2. Written statement from the vendor that the order for the sign panels has been received and accepted by the vendor. The statement must show the dates that the materials will be shipped. 3. Written statement from the vendor that the order for electrical material has been received and accepted by the vendor. The statement must show the dates that the materials will be shipped. ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 9 PAYMENT Ad d section 9-1.18: 9-1.18A Payment Item Descriptions 1. Payment for Mobilization, Demobilization and Final Cleanup will be made in two (2) equal payments at the lump sum allowance in the Bid Schedule, which price shall constitute full compensation for all such work. The scope of work for mobilization shall include, but not limited to, obtaining all bonds, insurance and permits, moving onto the site of all plant and equipment, submittal and approval of a schedule of values for lump sum items, and obtaining approval for all shop drawings and materials for signal equipment. Payment for demobilization and final cleanup shall occur when all required items per the Contract are fulfilled and the site is free of equipment and clean and ready for use by the public. The bid amount for Mobilization, Demobilization and Final Cleanup items shall not exceed 2.5% of the total construction contract base bid price. 2. Full compensation for preparation, implementation and maintenance of Storm Water Pollution Prevention Plan (SWPPP) and conforming to the requirements Section 13 shall be paid for at the contract lump sum price, which price shall include full compensation for furnishing all labor, materials, tools and equipment for doing all work involved in the preparation, submission, approval, implementation, maintenance, revising and amending of the approved SWPPP as specified herein, including CSMRP, REAP, site inspection reports and storm water annual report, and no additional allowance will be made therefor. The Engineer will retain an amount equal to 25 percent of the estimated value of the contract work performed during estimate periods in which the Contractor fails to conform to the requirements of this section "Storm Water Pollution Prevention Plan" as determined by the Engineer. Retentions for failure to conform to the requirements of this section "Water Pollution Control" shall be in addition to the other retentions provided for in the contract. The amounts retained for failure of the Contractor to conform to the requirements of this section will be released for payment on the next monthly estimate for partial payment following the date that a SWPPP has been implemented and maintained, and water pollution is adequately controlled, as determined by the Engineer. 3. Full compensation for preparation, implementation, sampling and reporting of Storm Water Sampling and Analysis Day and conforming to the requirements of this section shall be paid for at the contract unit price per each, which price shall include full compensation for furnishing all labor, materials, tools and equipment for doing all work involved in the preparation, implementation, sampling and reporting of each rain event as specified herein, and no additional allowance will be made therefor. Page 296 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 31 Spec No.2021-179 4. Full compensation to furnish, install and maintain Temporary Water Pollution Control Measures and conforming to the requirements of this section shall be paid for at the contract lump sum price, which price shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all work involved in the installation, construction, maintenance, removal and disposal of water pollution control practices, including non-storm water and waste management and materials pollution and water pollution control practices, except those shown on the plans for which there is a contract item of work and excluding developing, preparing, obtaining approval of, revising, and amending the SWPPP, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer, and no additional allowance will be made therefore.No adjustment of compensation will be made for any increase or decrease in the quantities of temporary water pollution control measures, regardless of the reason for the increase or decrease. The provisions in Section 9-1.06, "Changed Quantity Payment Adjustments," shall not apply to temporary water pollution control measures. 5. Full compensation for developing, updating and maintaining Progress Schedule (Critical Path Method) will be paid for at the contract lump sum price, which price shall include developing and submitting a CPM progress schedule, updating and submitting the schedule every 2 calendar weeks, and maintaining the schedule through the duration of the contract, as specified in these Construction Details, and no additional allowance will be made therefor. Payment for Progress Schedule (Critical Path Method) shall be as follows: • A total of 25 percent of the item total is paid upon completion of 5 percent of all work and acceptance of a schedule of values for each lump sum item in the bid schedule, • A total of 50 percent of the item total is paid upon completion of 25 percent of all work, • A total of 75 percent of the item total is paid upon completion of 50 percent of all work, and • A total of 100 percent of the item total is paid upon completion of all work. 6. Full compensation for furnishing, placing, maintaining, and removing the Construction Area Signs will be paid for at the contract lump sum price, which price shall include furnishing all labor, materials, tools, equipment and incidentals for doing all work involved in furnishing and installing temporary construction area signs including changeable message boards, arrow boards, tem porary relocation of regulatory signs, and for erecting or placing, maintaining (including covering and uncovering as needed) and when no longer required, removing construction area signs as specified in these Construction Details, and no additional allowance will be made therefor. 7. Full compensation for furnishing, placing, maintaining, and removing the temporary Traffic Control System will be paid for at the contract lump sum price, which price shall include furnishing all labor, materials, tools, equipment and incidentals for doing all work involved in furnishing traffic control system required for direction of public vehicular and pedestrian traffic through or around the work, including preparation and implementation of the traffic control plans, pedestrian routing plans, maintaining access to businesses, noticing, temporary facilities including temporary lighting, traffic control equipment, flaggers, signs, striping, walkways, plates, barriers, and temporary pavement marker tabs, and all other pedestrian and vehicular traffic control requirements as required or specified in these Construction Details, and no additional allowances will be made therefor. Payment for this item includes, but is not limited to, furnishing additional signage including those pertaining to the individual businesses affected, parking restrictions and pedestrian and bicycle routing. 8. Full compensation for Positive Location (Potholing) will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all labor, materials, tools, equipment, transportation and incidentals, and for doing all the work involved in positively locating utilities horizontally and vertically, tracking and conveying the information to the engineer and temporarily backfilling where required, and no additional allowances will be made therefor 9. Full compensation for Construction Survey will be measured and paid for at the contract lump sum price and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for performing all work involved in establishing and maintaining vertical control and horizontal control, staking, and related construction surveying required to perform the Work, and no additional allowances will be made therefor. 10. Full compensation for Trench Bracing and Shoring will be measured and paid for at the contract lump sum price, which price shall include full compensation for furnishing all labor, materials, tools and equipment, and doing all work involved in trench bracing and shoring, and no additional allowance will be made therefor. Page 297 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 32 Spec No.2021-179 11. Full compensation for Bypass Sewage Pumping will be measured and paid for at the contract lump sum price and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for performing all work involved in establishing, operating and demobilizing the bypass sewage pumping as specified in these Special Provisions and Construction Details, and no additional allowances will be made therefor. 12. Full compensation for Remove Traffic Stripe and Markings will be measured and paid for at the contract unit price per linear foot and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for performing all work involved in removal of paint and thermoplastic traffic striping and raised pavement markers, traffic markings and legends, including lead compliance plan, and handling, removal, and disposal of grinding or cold planing residue that is a nonhazardous waste, as specified in these Construction Details, and as shown on the Plans, and no additional allowances will be made therefor. Double yellow (4 inch) shall be measured as a single stripe. Striping and markings located within pavement removal and conform grinding limits shall be considered as included in those items, and no additional allowances will be made therefor. 13. Full compensation for Remove Existing Drainage Inlet will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all labor, materials, tools and equipment, and doing all the work involved in removing and demolishing existing storm drain inlets, and no additional allowance will be made therefor. 14. Full compensation for Abandon Existing Storm Drain Pipe will be measured and paid for at the contract unit price per linear foot, which price shall include full compensation for furnishing all labor, materials, tools and equipment, and doing all work involved in abandoning of system components identified on the plans including pumping applicable pipes with slurry per the specifications, and no additional allowance will be made therefor. 15. Full compensation for Remove/Replace Unsuitable Material – Miscellaneous Concrete will be measured and paid for at the contract unit price per cubic yard, which price shall include full compensation for furnishing all plant, labor, materials, tools, equipment, transportation, and incidentals for performing all work required for the removal and replacement of materials deemed unsuitable by the Engineer, including removing base, sub-base, subgrade, cutting and pruning tree roots encountered during excavation, spreading and compacting subgrade material to achieve required subgrade elevation, backfilling as required to achieve design subgrades and finish grades, and scarifying, moisture conditioning and compacting subgrade as specified in Section 19 of the Standard Specifications and these Construction Details, including, preparation of subgrade in miscellaneous concrete areas, proof rolling, scarification, moisture conditioning, and compaction and no additional allowances will be made therefor. 16. Full compensation for Remove/Replace Unsuitable Material – Roadway Section will be measured and paid for at the contract unit price per cubic yard, which price shall include full compensation for furnishing all plant, labor, materials, tools, equipment, transportation, and incidentals for performing all work required for the removal and replacement of materials deemed unsuitable by the Engineer, including removing base, sub-base, subgrade, cutting and pruning tree roots encountered during excavation, spreading and compacting subgrade material to achieve required subgrade elevation, backfilling as required to achieve design subgrades and finish grades, and scarifying, moisture conditioning and compacting subgrade as specified in Section 19 of the Standard Specifications and these Construction Details, including, preparation of subgrade in the roadway, proof rolling, scarification, moisture conditioning, and compaction and no additional allowances will be made therefor. 17. Full compensation for Remove Concrete Curb and Gutter will be measured and paid for at the contract unit price per linear foot and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for performing all work involved in the removal of existing concrete curb and gutter including but not limited to saw cutting, removal of concrete, sand and base rock, excavation, stockpiling removed materials, hauling and disposal of removed materials, and cleaning of materials, as specified in these Construction Details and shown on the Plans, and no additional allowances will be made therefor. 18. Full compensation for Remove Concrete Vertical Curb will be measured and paid for at the contract unit price per linear foot and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for performing all work involved in the removal of existing concrete curb including but not limited to saw cutting, removal of concrete, sand and base rock, excavation, stockpiling removed materials, hauling and disposal of removed materials, and cleaning of materials, as specified in these Construction Details and shown on the Plans, and no additional allowances will be made therefor. Page 298 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 33 Spec No.2021-179 19. Full compensation for Remove Concrete Sidewalk, Driveways, and Curb Ramps will be measured and paid for at the contract unit price per square foot and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for performing all work involved in the rem oval of existing concrete sidewalk, pedestrian ramps and driveways, including but not limited to saw cutting, removal of concrete, sand and base rock, excavation, stockpiling removed materials, hauling and disposal of removed materials, and cleaning of materials, as specified in these Construction Details and shown on the Plans, and no additional allowances will be made therefor. 20. Full compensation for Remove Concrete Roadway will be measured and paid for at the contract unit price per square foot and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for performing all work involved in the removal of the roadway surface, including but not limited to, removal of striping and markings within the limits, lowering utility covers, excavation, stockpiling removed materials, hauling and disposal of removed materials, cleaning of materials furnishing, the asphalt concrete for and constructing, maintaining, removing and disposing of temporary asphalt concrete tapers and generally preparing surface for asphalt concrete pavement, as specified in these Construction Details, shown on the Plans, and directed by the Engineer and no additional allowances will be made therefor. 21. Full compensation for Remove/Salvage Trash Receptacle will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all plant, labor, materials, tools and equipment and doing all the work involved in removing and salvaging the receptacle, as shown on the Plans and specified in these Construction Details, and no additional allowances will be made therefor. 22. Full compensation for Remove Lighting Standard will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all labor, materials, tools, equipment, transportation and incidentals, and for doing all the work involved in disconnecting lighting standard from lighting circuit, removing and abandoning junction boxes, removing existing lighting standards, bases and foundations as shown on the Plans and Standard Plans, and specified in the Standard Specifications and these construction details, and no additional allowances will be made therefor. 23. Full compensation for Remove Sanitary Sewer Manhole will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all labor, materials, tools and equipment, and doing all the work involved in removing, demolishing and disposal of existing sanitary sewer manhole, and no additional allowance will be made therefor. 24. Full compensation for Abandon Sanitary Sewer Manhole will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all labor, materials, tools and equipment, and doing all the work involved in removing, demolishing and disposal of existing sanitary sewer manhole that is in conflict with the roadway section grading plane and filling the remainder of the manhole with a suitable material, and no additional allowance will be made therefor. 25. Full compensation for Remove Existing Sewer Main Line Cleanout will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all labor, materials, tools and equipment, and doing all the work involved in removing, demolishing and disposing of existing sewer main line cleanout, and no additional allowance will be made therefor. 26. Full compensation for Remove Existing Sewer Main will be measured and paid for at the contract unit price per linear foot, which price shall include full compensation for furnishing all labor, materials, tools and equipment, and doing all work involved in demolition and disposal of redundant sewer main in conflict with the new construction, and no additional allowance will be made therefor. 27. Full compensation for Abandon Existing Sewer Main will be measured and paid for at the contract unit price per linear foot, which price shall include full compensation for furnishing all labor, materials, tools and equipment, and doing all work involved in abandoning the sewer main, including pumping applicable pipes with slurry per the size requirements in the specifications and no additional allowance will be made therefor. 28. Full compensation for Abandon Existing Sewer Lateral will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all labor, materials, tools and equipment, and doing all the work involved in removing, demolishing and disposing of existing sewer lateral where in conflict, and no additional allowance will be made therefor. 29. Full compensation for Abandon Existing Water Main will be measured and paid for at the contract unit price per linear foot, which price shall include full compensation for furnishing all labor, materials, tools and equipment, and doing all work Page 299 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 34 Spec No.2021-179 involved in demolition and disposal of redundant water main in conflict with the new construction, and pumping applicable pipes with slurry per the size requirements in the specifications and no additional allowance will be made therefor. 30. Full compensation for Utility Conflict Resolution shall be paid for on a Force Account basis up to the contract allowance price and shall include full compensation for furnishing all labor, materials, permits, tools and equipment, and for doing all the work involved as required to resolve all utility conflicts, and as directed by the Engineer, and no additional compensation will be allowed therefor. 31. Full compensation for 12” Water Main C900 will be measured and paid for at the contract unit price per linear foot, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in furnishing and installing water pipe including all pipe fittings and valves, concrete thrust blocks & pipe restraint as show on the plans, complete in place, all excavation & disposal of excavated material; hand digging to protect roots; root pruning; abandonment, temporary connections, removal and disposal of existing materials; connecting to new or existing pipe and service laterals; dewatering and ground water disposal; controlled low strength material if used; temporary and permanent trench paving; obtaining and disposing of construction water; temporary blow offs; swabbing, disinfecting and testing; and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications and no additional allowance will be made therefor. 32. Full compensation for 12” Water Main Ductile Iron Pipe will be measured and paid for at the contract unit price per linear foot, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in furnishing and installing water pipe including all pipe fittings and valves, concrete thrust blocks & pipe restraint as show on the plans, complete in place, all excavation & disposal of excavated material; hand digging to protect roots; root pruning; abandonment, temporary connections, removal and disposal of existing materials; connecting to new or existing pipe; dewatering and ground water disposal; controlled low streng th material if used; temporary and permanent trench paving; obtaining and disposing of construction water; swabbing, disinfecting and testing; and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications and no additional allowance will be made therefor. 33. Full compensation for 6" Steel Casing Pipe - Bore and Jack (Electric) will be measured and paid for at the contract unit price per linear foot, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in the installation of the steel casing pipe under the existing box culvert structure, complete, including, excavation of sending and receiving pits, casing spacers, bracing, welding, installation, backfill, compaction, sand filling of annular space, approved casing end caps and all labor, materials, tools and equipment required in performing the work required and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications and no additional allowance will be made therefor. 34. Full compensation for 8" Steel Casing Pipe - Bore and Jack (AT&T & CATV) will be measured and paid for at the contract unit price per linear foot, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in the installation of the steel casing pipe under the existing box culvert structure, complete, including, excavation of sending and receiving pits, casing spacers, bracing, welding, installation, backfill, compaction, sand filling of annular space, approved casing end caps and all labor, materials, tools and equipment required in performing the work required and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications and no additional allowance will be made therefor. 35. Full compensation for 18" Steel Casing Pipe - Bore and Jack (Water and SS) will be measured and paid for at the contract unit price per linear foot, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in the installation of the steel casing pipe under the existing box culvert structure, complete, including, excavation of sending and receiving pits, casing spacers, bracing, welding, installation, backfill, compaction, sand filling of annular space, approved casing end caps and all labor, materials, tools and equipment required in performing the work required and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications and no additional allowance will be made therefor. 36. Full compensation for 4” Water Main C900 will be measured and paid for at the contract unit price per linear foot, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in furnishing and installing water pipe including all pipe fittings and valves, concrete thrust blocks & pipe restraint as show on the plans, complete in place, all excavation & disposal of excavated material; hand digging to protect roots; root pruning; abandonment, temporary connections, removal and disposal of existing materials; connecting to new or existing pipe and service laterals; dewatering and ground water disposal; controlled low strength material if used; temporary and permanent trench paving; obtaining and disposing of construction water; temporary blow offs; swabbing, disinfecting and testing; and Page 300 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 35 Spec No.2021-179 any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications and no additional allowance will be made therefor. 37. Full compensation for 6” Water Main C900 will be measured and paid for at the contract unit price per linear foot, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in furnishing and installing water pipe including all pipe fittings and valves, concrete thrust blocks & pipe restraint as show on the plans, complete in place, all excavation & disposal of excavated material; hand digging to protect roots; root pruning; abandonment, temporary connections, removal and disposal of existing materials; connecting to new or existing pipe and service laterals; dewatering and ground water disposal; controlled low strength material if used; temporary and permanent trench paving; obtaining and disposing of construction water; temporary blow offs; swabbing, disinfecting and testing; and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications and no additional allowance will be made therefor. 38. Full compensation for all 1" Water Service (For 3/4" Meter) will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in furnishing and installing water lateral pipe, water meters and service connections including all pipe fittings, as show on the plans, complete in place; all excavation & disposal of excavated material; hand digging to protect roots; root pruning; abandonment, temporary connections, removal and disposal of existing materials; connecting to new or existing pipe; identifying, locating and connecting to the existing building water service connection 1-ft from the property boundary; dewatering and ground water disposal; controlled low strength material if used; temporary and permanent trench paving and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications and no additional allowance will be made therefor. 39. Full compensation for Fire Hydrant and Lateral will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in furnishing and installing fire hydrants including all pipe fittings, concrete thrust blocks & pipe restraint as show on the plans, complete in place, all excavation & disposal of excavated material; hand digging to protect roots; root pruning; abandonment, temporary connections, removal and disposal of existing materials; connecting to new or existing pipe; d ewatering and ground water disposal; controlled low strength material if used; temporary and permanent trench paving; testing; and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications and no additional allowance will be made therefor. 40. Full compensation for Fire Service will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in furnishing and installing fire services where they exist including all pipe fittings, concrete thrust blocks & pipe restraint as show on the plans, complete in place, all excavation & disposal of excavated material; hand digging to protect roots; root pruning; abandonment, temporary connections, removal and disposal of existing materials; connecting to new or e xisting pipe; dewatering and ground water disposal; controlled low strength material if used; temporary and permanent trench paving; testing; and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications and no additional allowance will be made therefor. 41. Full compensation for air relief valves will be measured and paid for at the contract unit price per item, which price shall include full compensation for furnishing all labor, materials, enclosures, labels, coatings, concrete pads, hardware, tools and equipment and doing all the work involved in furnishing and installing air relief valves including all pipe fittings, concrete thrust blocks & pipe restraint as shown on the plans, complete in place; all excavation & disposal of excavated material; hand digging to protect roots; root pruning; abandonment, temporary connections, removal and disposal of existing materials; connecting to new or existing pipe; dewatering and ground water disposal; controlled low strength material if used; temporary and permanent trench paving; testing; and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications and no additional allowance will be made therefor. 42. Full compensation for backflow preventers will be measured and paid for at the contract unit price per item, which price shall include full compensation for furnishing all labor, materials, enclosures, labels, coatings, concrete pads, hardware, tools and equipment and doing all the work involved in furnishing and installing backflow preventers including all pipe fittings, as shown on the plans, complete in place; all excavation & disposal of excavated material; hand digging to protect roots; root pruning; abandonment, temporary connections, removal and disposal of existing materials; connecting to new or existing pipe; dewatering and ground water disposal; controlled low strength material if used; temporary and permanent trench paving; and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications and no additional allowance will be made therefor. Page 301 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 36 Spec No.2021-179 43. Full compensation for Cap Existing Water Main will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all plant, labor, materials, tools, equipment, transportation, and incidentals for performing all work required to excavate, cut and remove and cap the existing water main and no additional allowances will be made therefor 44. Full compensation for Water Tie-In will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all plant, labor, materials, tools, equipment, transportation, and incidentals for performing all work required at the tie in locations to the existing main, including testing and acceptance and no additional allowances will be made therefor. 45. Full compensation for Temporary Blow Off will be measured and paid for at the contract unit price per item, which price shall include full compensation for furnishing all labor, materials, enclosures, labels, coatings, concrete pads, temporary thrust restraint, hardware, tools and equipment and doing all the work involved in furnishing and installing temporary blow offs including all pipe fittings, as shown on the plans, complete in place; all excavation & disposal of excavated material; hand digging to protect roots; root pruning; abandonment, temporary connections, removal and disposal of existing materials; connecting to new or existing pipe; dewatering and ground water disposal; controlled low strength material if used; testing; and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications and no additional allowance will be made therefor. 46. Full compensation for all 12” PVC Pipe Sanitary Sewer pipe will be measured and paid for at the contract unit price per linear foot, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in furnishing and installing the sanitary sewer pipe, including all pipe fittings, as shown on the plans, complete in place; all excavation & disposal of excavated materials; connecting to new or existing pipe or manholes; dewatering and groundwater disposal; controlled low strength material if used; temporary and permanent trench paving; testing; CCTV inspection; and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications, and no allowance will be made therefor. 47. Full compensation for all 10” PVC Pipe Sanitary Sewer pipe will be measured and paid for at the contract unit price per linear foot, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in furnishing and installing the sanitary sewer pipe, including all pipe fittings, as shown on the plans, complete in place; all excavation & disposal of excavated materials; connecting to new or existing pipe or manholes; dewatering and groundwater disposal; controlled low strength material if used; temporary and permanent trench paving; testing; CCTV inspection; and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications, and no allowance will be made therefor. 48. Full compensation for all 8” PVC Pipe Sanitary Sewer pipe will be measured and paid for at the contract unit price per linear foot, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in furnishing and installing the sanitary sewer pipe, including all pipe fittings, as shown on the plans, complete in place; all excavation & disposal of excavated materials; connecting to new or existing pipe or manholes; dewatering and groundwater disposal; controlled low strength material if used; temporary and permanent trench paving; testing; CCTV inspection; and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications, and no allowance will be made therefor. 49. Full compensation for all 48” sanitary sewer manhole will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in furnishing and installing the sanitary sewer manholes, as shown on the plans, complete in place; all excavation & disposal of excavated materials; connecting to new or existing pipe; dewatering and groundwater disposal; controlled low strength material if used; frames and covers; testing; and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications, and no allowance will be made therefor. 50. Full compensation for all Sewer Main Line Cleanout will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in furnishing and installing the sanitary sewer laterals and cleanouts, including all pipe fittings, as shown on the plans, complete in place; all excavation & disposal of excavated materials; connecting to new or existing sewer main; all cleanouts frames and covers; dewatering and groundwater disposal; controlled low strength material if used; temporary and permanent trench paving; testing; and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications, and no allowance will be made therefor. Page 302 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 37 Spec No.2021-179 51. Full compensation for all 4” Sewer Lateral with Cleanout will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in furnishing and installing the sanitary sewer laterals and cleanouts, including inspecting existing live laterals and marking the alignment back to the point of connection to the building; all pipe fittings, as shown on the plans, complete in place; all excavation & disposal of excavated materials; connecting to new or existing sewer main; all cleanouts frames and covers; dewatering and groundwater disposal; controlled low strength material if used; temporary and permanent trench paving; testing; and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications, and no allowance will be made therefor. 52. Full compensation for Drainage Inlet will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all labor, materials, tools and equipment, and doing all the work involved in providing area storm drain inlets, including that portion of pipe not paid for under pipe; excavation, subgrade preparation, providing all pipe fittings, grouting, furnishing, placing, & compacting backfill material, and controlled density fill where required; furnishing, installing, and any other items necessary to place the LID storm drain inlet on specified fill when required by the work or shown on the Plans, and other work not specifically enumerated in the Plans or these specifications, and no additional allowance will be made therefor. 53. Full compensation for LID Storm Drain Inlet will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all labor, materials, tools and equipment, and doing all the work involved in providing LID area storm drain inlets, including that portion of pipe not paid for under pipe; excavation, subgrade preparation, providing all pipe fittings, grouting, furnishing, placing, & compacting backfill material, and controlled density fill where required; furnishing, installing, and any other items necessary to place the LID storm drain inlet on specified fill when required by the work or shown on the Plans, and other work not specifically enumerated in the Plans or these specifications, and no additional allowance will be made therefor. 54. Full compensation for all Under Sidewalk Drains will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in furnishing and installing the storm drain pipe, including all pipe fittings, as shown on the plans, complete in place; all excavation & disposal of excavated materials; connecting to new or existing pipe or manholes; dewatering and groundwater disposal; controlled low strength material if used; and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications, and no allowance will be made therefor. 55. Full compensation for all 15” RCP Storm Drain Pipe will be measured and paid for at the contract unit price per linear foot, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in furnishing and installing the storm drain pipe, including all pipe fittings, as shown on the plans, complete in place; all excavation & disposal of excavated materials; connecting to new or existing pipe or manholes; dewatering and groundwater disposal; controlled low strength material if used; temporary and permanent trench paving; testing; CCTV inspection; and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications, and no allowance will be made therefor. 56. Full compensation for all 12” RCP Storm Drain Pipe will be measured and paid for at the contract unit price per linear foot, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in furnishing and installing the storm drain pipe, including all pipe fittings, as shown on the plans, complete in place; all excavation & disposal of excavated materials; connecting to new or existing pipe or manholes; dewatering and groundwater disposal; controlled low strength material if used; temporary and permanent trench paving; testing; CCTV inspection; and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications, and no allowance will be made therefor. 57. Full compensation for all 48” Storm Drain Manhole will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in furnishing and installing the manholes, as shown on the plans, complete in place; all excavation & disposal of excavated materials; connecting to new or existing pipe; dewatering and groundwater disposal; controlled low strength material if used; frames and covers; testing; and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications, and no allowance will be made therefor. 58. Full compensation for Clearing and Grubbing will be paid for at the contract lump sum price, which price shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for performing all work involved in Page 303 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 38 Spec No.2021-179 clearing and grubbing, including but not limited to tree removal, vegetation removal, and irrigation removal within the limits shown on the Plans and as specified in these Construction Details, and no additional allowances will be made therefor. 59. Full compensation for Remove Tree and Stump will be measured and paid for at the contract unit price per each, which price shall include full compensation for all labor, materials, tools and equipment and doing all the work involved in removing street trees, including excavation and removal and all other incidentals, as shown on the Plans and specified in these Construction Details, and no additional allowances will be m ade therefor. 60. Full compensation for Remove Tree Grate will be measured and paid for at the contract unit price per each, which price shall include full compensation for all labor, materials, tools and equipment and doing all the work involved in removing tree grates, including excavation and removal and all other incidentals, as shown on the Plans and specified in these Construction Details, and no additional allowances will be made therefor. 61. Full compensation for Conform Grinding will be measured and paid for at the contract unit price per square foot and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for performing all work involved in the asphalt concrete cold planning and grinding at conforms, including but not limited to, removal of striping and markings within conform grind limits, lowering utility covers, excavation, stockpiling removed materials, hauling and disposal of removed materials, cleaning of materials furnishing, the asphalt concrete for and constructing, maintaining, removing and disposing of temporary asphalt concrete tapers and generally preparing surface for asphalt concrete pavement, as specified in these Construction Details, shown on the Plans, and directed by the Engineer and no additional allowances will be made therefor. 62. Full compensation for Edge Grinding will be measured and paid for at the contract unit price per square foot and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for performing all work involved in the asphalt concrete cold planning and grinding at conforms, including but not limited to, removal of striping and markings within conform grind limits, lowering utility covers, excavation, stockpiling removed materials, hauling and disposal of removed materials, cleaning of materials furnishing, the asphalt concrete for and constructing, maintaining, removing and disposing of temporary asphalt concrete tapers and generally preparing surface for asphalt concrete pavement, as specified in these Construction Details, shown on the Plans, and directed by the Engineer and no additional allowances will be made therefor. 63. Full compensation for Cold Plane Asphalt Concrete Paving will be measured and paid for at the contract unit price per square foot and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for performing all work involved in the asphalt concrete cold planning, including but not limited to, removal of striping and markings within grind limits, lowering utility covers, excavation, stockpiling removed materials, hauling and disposal of removed materials, cleaning of materials furnishing, the asphalt concrete for and constructing, maintaining, removing and disposing of temporary asphalt concrete tapers and generally preparing surface for asphalt concrete pavement, as specified in these Construction Details, shown on the Plans, and directed by the Engineer and no additional allowances will be made therefor. 64. Full compensation for Roadway Excavation will be measured and paid for at the contract unit price per cubic yard (F) for the final pay quantity in the Engineer’s Estimate, which price shall include full compensation for furnishing all plant, labor, materials, tools, equipment, transportation, and incidentals for performing all work required for the roadway excavation and bioretention / LID area excavation as described in this section within the limits shown on the Plans, removing asphalt concrete pavement, base, sub-base, subgrade, cutting and pruning tree roots encountered during excavation, spreading and compacting subgrade material to achieve required subgrade elevation, backfilling as required to achieve design subgrades and finish grades, and scarifying, moisture conditioning and compacting subgrade as specified in Section 19 of the Standard Specifications and these Construction Details, including, preparation of subgrade in all roadway, curb and gutter, sidewalk, driveway and ramp areas, proof rolling, scarification, moisture conditioning, and compaction and no additional allowances will be made therefor. Removal of existing bituminous pavement and base materials will be paid for as roadway excavation. 65. Full compensation for Class 2 Aggregate Base will be measured and paid for at the contract unit price per cubic yard and shall include full compensation for furnishing all plant, labor, materials, tools, equipment, transportation, and incidentals for performing all work required for the hauling, constructing, placing, spreading, moisture conditioning and compacting of aggregate base, and Class 2 permeable material to finish grade or subgrade elevations within the limits shown on the Plans, as specified in Section 26 of the Standard Specifications and these Construction Details, and no additional allowances will be made therefor. Page 304 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 39 Spec No.2021-179 66. Full compensation for Hot Mix Asphalt (Type A) will be measured and paid for at the contract unit price per ton which price shall include full compensation for furnishing all plant, labor, materials, tools, equipment, transportation, and incidentals for performing all work under “Hot Mix Asphalt,” including but not limited fiber reinforced HMA, fiber reinforced leveling course, fiber reinforced HMA overlay, tack coat, subgrade proof rolling, compaction, testing and other incidentals as shown on the Plans and specified in the Standard Specification, these Construction Details, and as directed by the Engineer, and no additional allowances will be made therefor. 67. Full compensation for Adjust Existing Sanitary Manhole Cover to Grade will be measured and paid for at the contract unit price per each and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for performing all work involved in adjusting existing sanitary sewer manhole covers to new finish grades, including but not limited to excavation, backfill, concrete, grade rings, debris platforms, cleaning, asphalt or concrete pavement and mortar throughout the project limits and all other related work specified on the Plans, in these Construction Details, the Standard Specifications and as directed by the Engineer and no additional allowances will be made therefor. Lowering manhole covers prior to roadway removal/cold planing shall be paid for under those items of work as further described in these Construction Details. 68. Full compensation for Adjust Existing Storm Drain Manhole Cover to Grade will be measured and paid for at the contract unit price per each and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for performing all work involved in adjusting existing storm drain manhole covers to new finish grades, including but not limited to excavation, backfill, concrete, grade rings, debris platforms, cleaning, asphalt or concrete pavement and mortar throughout the project limits and all other related work specified on the Plans, in these Construction Details, the Standard Specifications and as directed by the Engineer and no additional allowances will be made therefor. Lowering manhole covers prior to roadway removal/cold planing shall be paid for under those items of work as further described in these Construction Details. 69. Full compensation for Adjust AT&T Manhole Cover to Grade will be measured and paid for at the contract unit price per each and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for performing all work involved in adjusting existing utility manhole covers to new finish grades, including but not limited to excavation, backfill, concrete, grade rings, debris platforms, cleaning, asphalt or concrete pavement and mortar throughout the project limits and all other related work specified on the Plans, in these Construction Details, the Standard Specifications and as directed by the Engineer and no additional allowances will be made therefor. Lowering manhole covers prior to roadway removal/cold planing shall be paid for under those items of work as further described in these Construction Details. 70. Full compensation for Adjust Existing Drainage Inlet to Grade will be measured and paid for at the contract unit price per each and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for performing all work involved in adjusting existing storm drain inlet to new finish grades, including but not limited to excavation, backfill, concrete, grade rings, debris platforms, cleaning, asphalt or concrete pavement and mortar throughout the project limits and all other related work specified on the Plans, in these Construction Details, the Standard Specifications and as directed by the Engineer and no additional allowances will be made therefor. Lowering manhole covers prior to roadway removal/cold planing shall be paid for under those items of work as further described in these Construction Details. 71. Full compensation for Ad just Existing Street Monument Cover to Grade will be measured and paid for at the contract unit price per each and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for performing all work involved in adjusting existing cover to new finish grades, including but not limited to excavation, backfill, concrete, grade rings, debris platforms, cleaning, asphalt or concrete pavement and mortar throughout the project limits and all other related work specified on the Plans, in these Construction Details, the Standard Specifications and as directed by the Engineer and no additional allowances will be made therefor. Lowering manhole covers prior to roadway removal/cold planing shall be paid for under those items of work as further described in these Construction Details. 72. Full compensation for Adjust Existing Utility Cover to Grade (Sidewalk) will be measured and paid for at the contract unit price per each and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for performing all work involved in adjusting existing utility and box covers in sidewalk areas, to new finish grades, including but not limited to excavation, backfill, concrete, grade rings, debris platforms, cleaning, concrete pavement and mortar throughout the project limits and all other related work specified on the Plans, in these Construction Details, the Standard Specifications and as directed by the Engineer and no additional allowances will be made therefor. Page 305 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 40 Spec No.2021-179 73. Full compensation for Adjust Existing Valves to Grade will be measured and paid for at the contract unit price per each and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for performing all work involved in adjusting existing valve covers and sanitary sewer cleanout covers, to new finish grades, including but not limited to excavation, backfill, concrete, grade rings, debris platforms, cleaning, asphalt or concrete pavement and mortar throughout the project limits and all other related work specified on the Plans, in these Construction Details, the Standard Specifications and as directed by the Engineer and no additional allowances will be made therefor. Lowering covers prior to roadway removal/cold planing shall be paid for under those items of work as further described in these Construction Details. 74. Full compensation for Minor Concrete (Curb and Gutter) will be measured and paid for at the contract unit price per linear foot, which price shall include full compensation for furnishing all plant, labor, materials, tools and equipment and doing all the work involved in constructing curb and gutter complete in place, including formwork, expansion joints, scoring, and all incidentals, as shown on the Plans and City of Ukiah Standard Plans, and specified in these Construction Details, and no additional allowances will be made therefor. 75. Full compensation for Minor Concrete (6” Vertical Curb) will be measured and paid for at the contract unit price per linear foot, which price shall include full compensation for furnishing all plant, labor, materials, tools and equipment and doing all the work involved in constructing the curb in place, including formwork, expansion joints, scoring, and all incidentals, as shown on the Plans and City of Ukiah Standard Plans, and specified in these Construction Details, and no additional allowances will be made therefor. 76. Full compensation for Minor Concrete (Driveway) will be measured and paid for at the contract unit price per square foot, which price shall include full compensation for furnishing all plant, labor, materials, tools and equipment and doing all the work involved in constructing driveway curb cut complete in place, including setting and verification of grade, placing rebar as shown in the detail, placing and finishing concrete, expansion joints, scoring, and all incidentals, as shown on the Plans and City of Ukiah Standard Plans, and specified in these Construction Details, and no additional allowances will be made therefor. 77. Full compensation for Minor Concrete (Sidewalk) will be measured and paid for at the contract unit price per square foot, which price shall include full compensation for furnishing all plant, labor, materials, tools and equipment and doing all the work involved in constructing sidewalk complete in place, including setting and verification of grade, placing and finishing concrete, retaining curbs behind sidewalks, expansion joints, scoring, and all incidentals, as shown on the Plans and City of Ukiah Standard Plans, and specified in these Construction Details, and no additional allowances will be made therefor. 78. Full compensation for Minor Concrete (Curb Ramp) will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all plant, labor, materials, tools and equipment and doing all the work involved in constructing curb ramps including setting and verification of grade, furnishing and placing concrete, expansion joints and all other incidentals, as shown on the Plans and City of Ukiah Standard Plans, and specified in these Construction Details, and no additional allowances will be made therefor. The work limits for Minor Concrete (Curb Ramp) shall include all concrete work up to the sidewalk border. Sidewalk area outside of the ramp will be paid for under Minor Concrete (Sidewalk). 79. Full compensation for Minor Concrete (Detectable Warning Surface) will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all plant, labor, materials, tools and equipment and doing all the work involved in installing the detectable warning surface including setting and verification of grade, and all other incidentals, as shown on the Plans and City of Ukiah Standard Plans, and specified in these Construction Details, and no additional allowances will be made therefor. 80. Full compensation for Minor Concrete (8” Median Curb) will be measured and paid for at the contract unit price per linear foot, which price shall include full compensation for furnishing all plant, labor, materials, tools and equipment and doing all the work involved in constructing 8” median curb complete in place, including formwork, expansion joints, scoring, and all incidentals, as shown on the Plans and City of Ukiah Standard Plans, and specified in these Construction Details, and no additional allowances will be made therefor. 81. Full compensation for Minor Concrete (Median Paving) will be measured and paid for at the contract unit price per linear foot, which price shall include full compensation for furnishing all plant, labor, materials, tools and equipment and doing all the work involved in constructing median paving complete in place, including formwork, expansion joints, scoring, Page 306 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 41 Spec No.2021-179 and all incidentals, as shown on the Plans and City of Ukiah Standard Plans, and specified in these Construction Details, and no additional allowances will be made therefor. 82. Full compensation for Minor Concrete (Bioretention Curb & Gutter) will be measured and paid for at the contract unit price per linear foot, which price shall include full compensation for furnishing all plant, labor, materials, tools and equipment and doing all the work involved in constructing the bioretention curb and gutter complete in place, including formwork, rebar, utility penetrations, waterproofing, expansion joints, scoring, and all incidentals, as shown on the Plans and City of Ukiah Standard Plans, and specified in these Construction Details, and no additional allowances will be made therefor. 83. Full compensation for Minor Concrete (Bioretention Vertical Curb) will be measured and paid for at the contract unit price per linear foot, which price shall include full compensation for furnishing all plant, labor, materials, tools and equipment and doing all the work involved in constructing the bioretention curb and gutter complete in place, including formwork, rebar, utility penetrations, waterproofing, expansion joints, scoring, and all incidentals, as shown on the Plans and City of Ukiah Standard Plans, and specified in these Construction Details, and no additional allowances will be made therefor. 84. Full compensation for Irrigation System will be paid for at the contract lump sum price, which price shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for performing all work involved in constructing the landscape irrigation system, including but not limited to piping, sleeves, fittings, valves, controls, emitter assemblies, sprinkler assemblies and all other irrigation work shown on the Plans and as specified in these Construction Details, and no additional allowances will be made therefor. 85. Full compensation for Street Tree will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all plant, labor, materials, tools and equipment and doing all the work involved in providing new street trees, including excavation, backfill, import planting soil, fertilizer, root barriers and all other incidentals, as shown on the Plans and specified in these Construction Details, and no additional allowances will be made therefor. 86. Full compensation for Decomposed Granite Tree Well will be measured and paid for at the contract unit price per square foot, which price shall include full compensation for furnishing all plant, labor, materials, tools and equipment and doing all the work involved in constructing decomposed granite pavement complete in place, including excavation, subgrade preparation, setting and verification of grade, compaction, placing material, finishing, and all incidentals, as shown on the Plans and City of Ukiah Standard Plans, and specified in these Construction Details, and no additional allowances will be made therefor. 87. Full compensation for Brick Band will be measured and paid for at the contract unit price per linear foot, which price shall include full compensation for furnishing all plant, labor, materials, tools and equipment and doing all the work involved in constructing the brick band complete in place, including setting and verification of grade, placing and the base material and bricks, and all incidentals, as shown on the Plans and City of Ukiah Standard Plans, and specified in these Construction Details, and no additional allowances will be made therefor. 88. Full compensation for Bench will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all plant, labor, materials, tools and equipment and doing all the work involved in providing new benches, including concrete anchors and all incidentals, as shown on the Plans and specified in these Construction Details, and no additional allowances will be made therefor. 89. Full compensation for Bike Rack will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all plant, labor, materials, tools and equipment and doing all the work involved in providing new bike racks, including concrete anchors and all incidentals, as shown on the Plans and specified in these Construction Details, and no additional allowances will be made therefor. 90. Full compensation for Planter Rail will be measured and paid for at the contract unit price per linear foot, which price shall include full compensation for furnishing all plant, labor, materials, tools and equipment and doing all the work involved in preparing and installing new planter rail along the bioretention area and all incidentals, as shown on the Plans and City of Ukiah Standard Plans, and specified in these Construction Details, and no additional allowances will be made therefor. 91. Full compensation for Planting Area will be measured and paid for at the contract unit price per square foot, which price shall include full compensation for furnishing all plant, labor, materials, tools and equipment and doing all the work involved in preparing and installing new landscape planting, including but not limited to preparation, excavation, soil placement, fertilizer, placing plants, and all incidentals, as shown on the Plans and City of Ukiah Standard Plans, and Page 307 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 42 Spec No.2021-179 specified in these Construction Details, and no additional allowances will be made therefor. 92. Full compensation for Plant Establishment Work will be paid for at the contract lump sum price, which price shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for performing all work involved in maintaining the new landscape planting for a 125 day plant establishment period starting after Notice of Substantial Completion of the contract, including but not limited to irrigation system maintenance, replacement of damaged or defective irrigation system components, and replacement of damaged plants and trees, trimming of plants and trees, fertilizing, removal of weeds, pest control, debris removal, and all incidentals, as shown on the Plans and City of Ukiah Standard Plans, and specified in these Construction Details, and no additional allowances will be made therefor. 93. Full compensation for Bioretention Area will be measured and paid for at the contract unit price per square foot, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in preparing and installing the amended soil and drain rock, including but not limited to preparation, excavation, soil placement, and all incidentals, as shown on the Plans and City of Ukiah Standard Plans, and specified in these Construction Details, and no additional allowances will be made therefor. 94. Full compensation for Survey Monument will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all plant, labor, materials, tools and equipment and doing all the work involved in providing survey monuments at the locations shown on Plans, including the City furnished survey marker disk, concrete, frames and covers, granular materials, coordination with the City, and all incidentals, as shown on the Plans and specified in these Construction Details, and no additional allowances will be made therefor. 95. Full compensation for Flagpole Sleeve will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all plant, labor, materials, tools and equipment and doing all the work involved in providing flag pole sleeves in sidewalks at the locations shown on Plans, including all incidentals, as shown on the Plans and specified in these Construction Details, and no additional allowances will be made therefor. 96. Full compensation for Remove Roadside Sign (M etal Post) will be measured and paid for at the contract unit price per each and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for performing all work involved in removal, salvage, relocation and disposal of roadside signs, including but not limited to poles, foundations, excavation, backfill, new metal posts, hardware, and concrete footings, as specified in these Construction Details and Standard Specifications, and shown on the Plans, and no additional allowances will be made therefor. 97. Full compensation for Remove Roadside Sign Panel will be measured and paid for at the contract unit price per each and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals for performing all work involved in removal, salvage, relocation and disposal of roadside signs mounted on existing poles including hardware, as specified in these Construction Details and Standard Specifications, and shown on the Plans, and no additional allowances will be made therefor. 98. Full compensation for Thermoplastic Crosswalk and Pavement Marking will be measured and paid for at the contract unit price per square foot, which price shall include full compensation for furnishing all plant, labor, materials, tools and equipment and doing all the work necessary for the installation of the pavement markings including but not limited to surface preparation, establishing layout and alignment, and temporary striping, as shown on the Plans and Standard Plans, and specified in the Standard Specifications and these Construction Details, and no additional allowances will be made therefor. Parking Tees are included in this item. 99. Full compensation for Two-Way Blue Retroreflective Pavement Marker will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all plant, labor, materials, tools and equipment and doing all the work necessary for the installation of retroreflective pavement markers which are not included in standard details, including but not limited to surface preparation, establishing layout and alignment, adhesive, markers, and temporary striping, as shown on the Plans and Standard Plans, and specified in the Standard Specifications and these Construction Details, and no additional allowances will be made therefor. 100. Full compensation for Metal Roadside Sign will be measured and paid for at the contract unit price per each Page 308 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 43 Spec No.2021-179 which price shall include full compensation for furnishing all plant, labor, materials, tools, equipment, transportation, and incidentals for installing new roadside signs on new and existing poles and on existing and new posts that already have a sign, including but not limited sign panels, brackets, braces, straps, screws, bolts, wash ers, nuts, and all other required hardware and other incidentals as shown on the Plans and specified in the Standard Specifications and these Construction Details, and as directed by the Engineer, and no additional allowances will be made therefor. 101. Full compensation for Roadside Sign – One Post will be measured and paid for at the contract unit price per each which price shall include full compensation for furnishing all plant, labor, materials, tools, equipment, transportation, and incidentals for installing new roadside signs on new posts and concrete foundations, including but not limited excavation, backfill, concrete, disposal, sign panels, brackets, braces, straps, screws, bolts, washers, nuts, and all other required hardware and other incidentals as shown on the Plans and specified in the Standard Specifications and these Construction Details, and as directed by the Engineer, and no additional allowances will be made therefor. 102. Full compensation for Traffic Stripe (Detail 1) will be measured and paid for at the contract unit price per linear foot, which price shall include full compensation for furnishing all plant, labor, materials, tools and equipment and doing all the work necessary for the installation of traffic stripe per the Standard Detail, including but not limited to surface preparation, establishing layout and alignm ent, thermoplastic, adhesive, pavement markers, and temporary striping, as shown on the Plans and Standard Plans, and specified in the Standard Specifications and these Construction Details, and no additional allowances will be made therefor. 103. Full compensation for Traffic Stripe (Detail 8) will be measured and paid for at the contract unit price per linear foot, which price shall include full compensation for furnishing all plant, labor, materials, tools and equipment and doing all the work necessary for the installation of traffic stripe per the Standard Detail, including but not limited to surface preparation, establishing layout and alignm ent, thermoplastic, adhesive, pavement markers, and temporary striping, as shown on the Plans and Standard Plans, and specified in the Standard Specifications and these Construction Details, and no additional allowances will be made therefor. 104 Full compensation for Traffic Stripe (Detail 22) will be measured and paid for at the contract unit price per linear foot, which price shall include full compensation for furnishing all plant, labor, materials, tools and equipment and doing all the work necessary for the installation of traffic stripe per the Standard Detail, including but not limited to surface preparation, establishing layout and alignm ent, thermoplastic, adhesive, pavement markers, and temporary striping, as shown on the Plans and Standard Plans, and specified in the Standard Specifications and these Construction Details, and no additional allowances will be made therefor. 105. Full compensation for Traffic Stripe (Detail 27B) will be measured and paid for at the contract unit price per linear foot, which price shall include full compensation for furnishing all plant, labor, materials, tools and equipment and doing all the work necessary for the installation of traffic stripe per the Standard Detail, including but not limited to surface preparation, establishing layout and alignment, thermoplastic, and temporary striping, as shown on the Plans and Standard Plans, and specified in the Standard Specifications and these Construction Details, and no additional allowances will be made therefor. 106. Full compensation for Traffic Stripe (Detail 27C) will be measured and paid for at the contract unit price per linear foot, which price shall include full compensation for furnishing all plant, labor, materials, tools and equipment and doing all the work necessary for the installation of traffic stripe per the Standard Detail, including but not limited to surface preparation, establishing layout and alignm ent, thermoplastic, adhesive, pavement markers, and temporary striping, as shown on the Plans and Standard Plans, and specified in the Standard Specifications and these Construction Details, and no additional allowances will be made therefor. 107. Full compensation for Traffic Stripe (Detail 32) will be measured and paid for at the contract unit price per linear foot, which price shall include full compensation for furnishing all plant, labor, materials, tools and equipment and doing all the work necessary for the installation of traffic stripe per the Standard Detail, including but not limited to surface preparation, establishing layout and alignment, thermoplastic, adhesive, pavement markers, and temporary striping, as shown on the Plans and Standard Plans, and specified in the Standard Specifications and these Construction Details, and no additional allowances will be made therefor. 108. Full compensation for Traffic Stripe (Detail 38) will be measured and paid for at the contract unit price per linear foot, which price shall include full compensation for furnishing all plant, labor, materials, tools and equipment and doing all the work necessary for the installation of traffic stripe per the Standard Detail, including but not limited to surface preparation, establishing layout and alignment, thermoplastic, adhesive, pavement markers, and temporary striping, as shown on the Page 309 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 44 Spec No.2021-179 Plans and Standard Plans, and specified in the Standard Specifications and these Construction Details, and no additional allowances will be made therefor. 109. Full compensation for Traffic Stripe (Detail 39) will be measured and paid for at the contract unit price per linear foot, which price shall include full compensation for furnishing all plant, labor, materials, tools and equipment and doing all the work necessary for the installation of traffic stripe per the Standard Detail, including but not limited to surface preparation, establishing layout and alignm ent, thermoplastic, adhesive, pavement markers, and temporary striping, as shown on the Plans and Standard Plans, and specified in the Standard Specifications and these Construction Details, and no additional allowances will be made therefor. 110. Full compensation for Traffic Stripe (Detail 39A) will be measured and paid for at the contract unit price per linear foot, which price shall include full compensation for furnishing all plant, labor, materials, tools and equipment and doing all the work necessary for the installation of traffic stripe per the Standard Detail, including but not limited to surface preparation, establishing layout and alignm ent, thermoplastic, adhesive, pavement markers, and temporary striping, as shown on the Plans and Standard Plans, and specified in the Standard Specifications and these Construction Details, and no additional allowances will be made therefor. 111. Full compensation for Traffic Stripe (Detail 40) will be measured and paid for at the contract unit price per linear foot, which price shall include full compensation for furnishing all plant, labor, materials, tools and equipment and doing all the work necessary for the installation of traffic stripe per the Standard Detail, including but not limited to surface preparation, establishing layout and alignment, adhesive, pavement markers, and temporary striping, as shown on the Plans and Standard Plans, and specified in the Standard Specifications and these Construction Details, and no additional allowances will be made therefor. 112. Full compensation for Green Bike Lane Pavement Markings will be measured and paid for at the contract unit price per square foot, which price shall include full compensation for furnishing all plant, labor, materials, tools and equipment and doing all the work necessary for the installation of the pavement markings including but not limited to surface preparation, establishing layout and alignment, and temporary striping, as shown on t he Plans and Standard Plans, and specified in the Standard Specifications and these Construction Details, and no additional allowances will be made therefor. 113. Full compensation for Modify Signal (Gobbi St and S State St) will be paid for at the contract lump sum price, which price shall constitute full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in furnishing and installing, modifying, and removing the traffic signal, including but not limited to all demolition, salvage and relocation work, conduit, conductors, pull boxes, cleaning existing conduits to remain, boxes and pull rope, excavation, backfill, compaction, signal poles and mast arms, cleaning and painting existing poles in place, painting of new poles, signal pole foundations, temporary traffic signals, luminaires, signs, signal heads, splicing, video detection system, functional testing and all other work required for a complete and operating system as shown on the Plans and Standard Plans, and specified in the Standard Specifications and these Construction Details, and no additional allowances will be made therefor. 114. Full compensation for Modify Signal (Mill St and S State St) will be paid for at the contract lump sum price, which price shall constitute full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in furnishing and installing, modifying, and removing the traffic signal, including but not limited to all demolition, salvage and relocation work, conduit, conductors, pull boxes, cleaning existing conduits to remain, boxes and pull rope, excavation, backfill, compaction, signal poles and mast arms, cleaning and painting existing poles in place, painting of new poles, signal pole foundations, temporary traffic signals, luminaires, signs, signal heads, splicing, video detection system, functional testing and all other work required for a complete and operating system as shown on the Plans and Standard Plans, and specified in the Standard Specifications and these Construction Details, and no additional allowances will be made therefor. 115. Full compensation for Modify Signal (Scott St and N State St) will be paid for at the contract lump sum price, which price shall constitute full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in furnishing and installing, modifying, and removing the traffic signal, including but not limited to all demolition, salvage and relocation work, conduit, conductors, pull boxes, cleaning existing conduits to remain, boxes and pull rope, excavation, backfill, compaction, signal poles and mast arms, cleaning and painting existing poles in place, painting of new poles, signal pole foundations, temporary traffic signals, luminaires, signs, signal heads, splicing, video detection system, functional testing and all other work required for a complete and operating system as shown on the Plans and Standard Plans, and specified in the Standard Specifications and these Construction Details, and no additional allowances will be made therefor. Page 310 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 45 Spec No.2021-179 116. Full compensation for Lighting System will be measured and paid for at the contract lump sum price, which price shall include full compensation for furnishing all labor, materials, tools, equipment, transportation and incidentals, and for doing all the work involved in furnishing and installing decorative street lighting standards, LED luminaires, photo cells and photo controls, foundations, pull boxes, electrical service connections, trenching, backfill, street light conduit, splicing, and conductors from luminaire to pull box, pole coating touchup, and coordination with the City of Ukiah Electric Department as shown on the Plans and Standard Plans, and specified in the Standard Specifications and these Construction Details, and no additional allowances will be made therefor. 117. Full compensation for EXCAVATE, TRENCH, BACKFILL AND COMPACTION (12 INCH X 36 INCH TRENCH) will be measured and paid for at the contract unit price per linear foot, which price shall include full compensation for furnishing full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in demolition of existing improvements, excavation, trench preparation, backfill and compaction of the utility joint trench including dewatering and groundwater disposal; hand digging to protect roots; root pruning; abandonment, backfill material, controlled low strength material if used; temporary and permanent trench paving; and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications, and no allowance will be made therefor. 118. Full compensation for EXCAVATE, TRENCH, BACKFILL AND COMPACTION (18 INCH X 48 INCH TRENCH) will be measured and paid for at the contract unit price per linear foot, which price shall include full compensation for furnishing full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in demolition of existing improvements, excavation, trench preparation, backfill and compaction of the utility joint trench including dewatering and groundwater disposal; hand digging to protect roots; root pruning; abandonment, backfill material, controlled low strength material if used; temporary and permanent trench paving; and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications, and no allowance will be made therefor. 119. Full compensation for EXCAVATE, TRENCH, BACKFILL AND COMPACTION (24 INCH X 59 INCH TRENCH) will be measured and paid for at the contract unit price per linear foot, which price shall include full compensation for furnishing full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in demolition of existing improvements, excavation, trench preparation, backfill and compaction of the utility joint trench including dewatering and groundwater disposal; hand digging to protect roots; root pruning; abandonment, backfill material, controlled low strength material if used; temporary and permanent trench paving; and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications, and no allowance will be made therefor. 120. Full compensation for all 1 INCH PVC SCH 40 CONDUIT (COMCAST) INCLUDING INSTALLATION will be measured and paid for at the contract unit price per foot, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in furnishing and installing the conduit including all fittings, complete in place, testing and acceptance and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications and no additional allowance will be made therefor. 121. Full compensation for all 2 INCH PVC SCH 40 CONDUIT (COMCAST) INCLUDING INSTALLATION will be measured and paid for at the contract unit price per foot, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in furnishing and installing the conduit including all fittings, complete in place, testing and acceptance and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications and no additional allowance will be made therefor. 122. Full compensation for all 3 INCH PVC SCH 40 CONDUIT (COMCAST) INCLUDING INSTALLATION will be measured and paid for at the contract unit price per foot, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in furnishing and installing the conduit including all fittings, complete in place, testing and acceptance and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications and no additional allowance will be made therefor. 123. Full compensation for all 2 INCH PVC SCH 40 CONDUIT (AT&T) INCLUDING INSTALLATION will be measured and paid for at the contract unit price per foot, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in furnishing and installing the conduit including all fittings, complete in place, testing and acceptance and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications and no additional allowance will be made therefor. Page 311 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 46 Spec No.2021-179 124. Full compensation for all 4 INCH PVC SCH 40 CONDUIT (AT&T) INCLUDING INSTALLATION will be measured and paid for at the contract unit price per foot, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in furnishing and installing the conduit including all fittings, complete in place, testing and acceptance and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications and no additional allowance will be made therefor. 125. Full compensation for all 3 INCH PVC SCH 40 CONDUIT (Electric) INCLUDING INSTALLATION will be measured and paid for at the contract unit price per foot, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in furnishing and installing the conduit including all fittings, complete in place, testing and acceptance and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications and no additional allowance will be made therefor. 126. Full compensation for all 3 INCH PVC SCH 40 CONDUIT (Electric) INCLUDING INSTALLATION will be measured and paid for at the contract unit price per foot, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in furnishing and installing the conduit including all fittings, complete in place, testing and acceptance and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications and no additional allowance will be made therefor. 127. Full compensation for all EXCAVATE, BACKFILL, COMPACT AND INSTALL CABLE SERVICE VAULTS B48 (COMCAST) will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in furnishing and installing the vaults, as shown on the plans, complete in place; all excavation & disposal of excavated materials; connecting to new or existing conduit; dewatering and groundwater disposal; controlled low strength material if used; frames and covers; testing; and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications, and no allowance will be made therefor. 128. Full compensation for all EXCAVATE, BACKFILL, COMPACT AND INSTALL CABLE SERVICE VAULTS N36 (COMCAST) will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in furnishing and installing the vaults, as shown on the plans, complete in place; all excavation & disposal of excavated materials; connecting to new or existing conduit; dewatering and groundwater disposal; controlled low strength material if used; frames and covers; testing; and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications, and no allowance will be made therefor. 129. Full compensation for all EXCAVATE, BACKFILL, COMPACT AND INSTALL CABLE SERVICE VAULTS N30 (COMCAST) will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in furnishing and installing the vaults, as shown on the plans, complete in place; all excavation & disposal of excavated materials; connecting to new or existing conduit; dewatering and groundwater disposal; controlled low strength material if used; frames and covers; testing; and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications, and no allowance will be made therefor. 130. Full compensation for all EXCAVATE, BACKFILL, COMPACT AND INSTALL SERVICE VAULTS 17" X 30" X 24" (AT&T) will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in furnishing and installing the vaults, as shown on the plans, complete in place; all excavation & disposal of excavated materials; connecting to new or existing conduit; dewatering and groundwater disposal; controlled low strength material if used; frames and covers; testing; and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications, and no allowance will be made therefor. 131. Full compensation for all EXCAVATE, BACKFILL, COMPACT AND INSTALL SERVICE VAULTS 2'6" X 4' X 3' (AT&T) will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in furnishing and installing the vaults, as shown on the plans, complete in place; all excavation & disposal of excavated materials; connecting to new or existing conduit; dewatering and groundwater disposal; controlled low strength material if used; frames and covers; testing; and any Page 312 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 47 Spec No.2021-179 other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications, and no allowance will be made therefor. 132. Full compensation for all EXCAVATE, BACKFILL, COMPACT AND INSTALL SERVICE VAULTS 3' X 5' X 4' (AT&T) will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in furnishing and installing the vaults, as shown on the plans, complete in place; all excavation & disposal of excavated materials; connecting to new or existing conduit; dewatering and groundwater disposal; controlled low strength material if used; frames and covers; testing; and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications, and no allowance will be made therefor. 133. Full compensation for all EXCAVATE, BACKFILL, COMPACTION AND INSTALL PEDESTEL BOX PAD (CITY TO PROVIDE) will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in installing the box, as shown on the plans, complete in place; all excavation & disposal of excavated materials; connecting to new or existing conduit; dewatering and groundwater disposal; controlled low strength material if used; frames and covers; testing; and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications, and no allowance will be made therefor. 134. Full compensation for all EXCAVATE, BACKFILL, COMPACTION AND INSTALL 504LA VAULT (CITY TO PROVIDE) will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in installing the vaults, as shown on the plans, complete in place; all excavation & disposal of excavated materials; connecting to new or existing conduit; dewatering and groundwater disposal; controlled low strength material if used; frames and covers; testing; and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications, and no allowance will be made therefor. 135. Full compensation for all EXCAVATE, BACKFILL, COMPACTION AND INSTALL PPB PRIMARY JUNCTION BOX (CITY TO PROVIDE) will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in installing the box, as shown on the plans, complete in place; all excavation & disposal of excavated materials; connecting to new or existing conduit; dewatering and groundwater disposal; controlled low strength material if used; frames and covers; testing; and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications, and no allowance will be made therefor. 136. Full compensation for all EXCAVATE, BACKFILL, COMPACTION AND INSTALL TRANSFORMER BOX PAD (CITY TO PROVIDE) will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in installing the pad, as shown on the plans, complete in place; all excavation & disposal of excavated materials; connecting to new or existing conduit; dewatering and groundwater disposal; controlled low strength material if used; frames and covers; testing; and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications, and no allowance will be made therefor. 137. Full compensation for all EXCAVATE, BACKFILL, COMPACTION AND INSTALL CONCRETE TRANSFORMER PAD (POUR IN PLACE) will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in installing the pad, as shown on the plans, complete in place; all excavation & disposal of excavated materials; connecting to new or existing conduit; dewatering and groundwater disposal; controlled low strength material if used; frames and covers; testing; and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications, and no allowance will be made therefor. 138. Full compensation for all EXCAVATE, BACKFILL, COMPACTION AND INSTALL SECONDARY SERVICE BOX (CITY TO PROVIDE) will be measured and paid for at the contract unit price per each, which price shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in installing the box, as shown on the plans, complete in place; all excavation & disposal of excavated materials; connecting to new or existing conduit; dewatering and groundwater disposal; controlled low strength material if used; frames and covers; testing; and any other items when required by the work or shown on the Plans, not specifically enumerated in the Plans or these specifications, and no allowance will be made therefor. Page 313 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 48 Spec No.2021-179 ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ DIVISION II GENERAL CONSTRUCTION 10 GENERAL No Changes. ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 11 WELDING No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 12 TEMPORARY TRAFFIC CONTROL Add to section 12-1.01: Prior to commencing construction which will affect existing traffic, the Contractor shall submit for review by the Engineer, a Traffic Control Plan on 11" x 17" paper which contains only information specifically related to work zone traffic control, including pedestrian traffic control. The plan will show which California MUTCD typical application is to be used for each work operation. If the Contractor proposed to use the current edition of the MUTCD in specific work operations, they shall submit in writing for consideration which Typical Application Diagram will be used for each work operation. A Traffic Control Plan or proposal shall be submitted to the Engineer for review at least two weeks prior to implementation. Upon request, the Contractor shall submit to the Engineer a sketch showing the proposed signing and barricading to be used in the project. The Traffic Control Plan shall be prepared by, sealed and signed a California licensed civil or traffic engineer and contain a title block which contains the Contractor's name, address, phone number, project superintendent's name, contract name, dates and hours traffic control will be in effect, and a space for review acknowledgment. The content of the Traffic Control Plan shall include, but is not limited to, the following: A. Show location and limits of the work zone. B. Give dimensions of lanes affected by traffic control that will be open to traffic. C. Indicate signing, cone placement, and other methods of delineation and reference to appropriate City or Caltrans standard. D. Dimension location of signs and cone tapers. E. Identify side streets and driveways affected by construction and show how they will be handled. F. Show how pedestrian access to businesses will be maintained through the construction site. G. Show how pedestrian traffic will be handled through the construction site. H. Show how public transit will be handled through the construction area. I. Demonstrate how two-way traffic will be maintained. J. Identify message board locations. A minimum of four (4) changeable message boards and four (4) arrow boards shall be required. No work except for installation of project identification signs will be allowed to commence prior to approval of the Work Zone Traffic Control Plan. Traffic shall be maintained at all times as provided in these Special Provisions except as otherwise approved by the Page 314 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 49 Spec No.2021-179 Engineer. The Contractor will be required to keep all residents and businesses notified of the work schedule as it affects their access. The Contractor shall maintain contact with the Ukiah Electric Utility Department dispatch office regarding start and completion of the following: • Construction activity that may impede emergency vehicles, school buses, etc. • Construction activity such as trenches or other excavation that prohibit access. • Construction activity that removes a fire hydrant from service. The Contractor shall provide the name and telephone number of a person directly responsible for the construction activity to the Ukiah Police and Fire Departments and Life Medical Paramedic Ambulance Service. The Contractor shall be responsible for supplying, installing and maintaining such fences, barriers, lights, signs and flaggers as are necessary to give adequate warning to the public at all times that the road or street is under construction and of any dangerous conditions to be encountered as a result thereof. All traffic control equipment shall be removed when it is no longer required Replace section 12-1.03 with: The Contractor shall be responsible for all costs of furnishing all flaggers, including transporting flaggers and furnishing all materials and equipment to provide passage of traffic through the work as specified in section 7-1.03 and 7-1.04. Add to section 12-3.01A(1): Construction area traffic control signs, equipment and devices shall be furnished, installed, maintained, and removed when no longer required in accordance with the provisions in Section 7-1.03 and Section 12 of the Standard Specifications, the latest edition of the California Manual on Uniform Traffic Control Devices (MUTCD), and as directed by the Engineer. Notify Underground Services Alert (USA) at (800) 227-2600 or 811 a minimum of two (2) working days prior to installing signposts. Attention is directed to Sections 7-1.03, "Public Convenience," 7-1.04, "Public Safety," and 12, "Temporary Traffic Control," of the Standard Specifications and to the Section entitled "Public Safety" elsewhere in these Special Provisions. Nothing in these Special Provisions shall be construed as relieving the Contractor from these responsibilities. Replace section 12-3.20D with: Attention is directed to "Public Safety" and "Order of Work" of these special provisions. Temporary railing (Type K) placed in conformance with the provisions in "Public Safety" of these special provisions will be neither measured nor paid for. The cost to provide temporary railing (Type K) is included in the various items of work . Add to section 12-3.32C: Start displaying the message on the portable changeable message signs 15 minutes before closing the lane. Provide four (4) portable changeable message signs. Place the portable changeable message signs in advance of the 1st warning sign for each: 1. Stationary lane closure 2. Detour Page 315 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 50 Spec No.2021-179 For 5 days, starting on the day of Notice of Substantial Completion, place 1 portable changeable message sign in each direction of travel located 300 feet in advance of the northern and southern project limits and display the following message: "CHANGED CONDITIONS AHEAD." Add to section 12-3.10: If it becomes necessary for the City of Ukiah to replace or place additional barricades in order to provide adequate safety to the public, the Contractor will be charged $1 per barricade per day or portion thereof plus the cost of placement and removal. The Contractor will also be charged for replacement of damaged City barricades. The Contractor shall furnish and place barricades within 3 working days. No removal charge will be made if the Contractor returns City barricades to the Municipal Service Center. Add to section 12-3.10: The contractor will provide and maintain ALL necessary signs and materials to ensure the public is aware of any limitation, including detours, on-way streets, street closure, turn movement restrictions, lane closures, and any other signage necessary. Contractor will also provide Business Open and similar signs as will be requested as part of the traffic plan approval. Add to section 12-4.02A: The Work Area shall be open to through vehicular traffic during non-working hours. All public traffic shall be permitted to pass through the work with as little inconvenience and delay as possible. Access to abutting property, businesses and driveways shall be maintained during the performance of the work. The Contractor is advised that commercial businesses abut the entire Project Area. The Contractor shall provide advance written notification of the work and of temporary closures of driveways to the abutting owners or managers of the business at least five (5) business days prior to the start of the Work or the temporary closure of the driveway to the respective business property. The format and content of the Notice by the Contractor shall be approved by the Engineer prior to its issuance to the public. The Contractor shall provide trench plates at driveways and left turn pockets after the trench and roadway excavation has been made at those particular locations. Full costs for "Traffic Control System," including "Flagging Costs" and providing and maintaining access to abutting property, shall be considered as included in the bid item for “Traffic Control System,” and no additional compensation will be made therefor. Designated holidays are shown in the following table: Designated Holidays Holiday Date observed New Year's Day January 1st Washington's Birthday 3rd Monday in February Memorial Day Last Monday in May Independence Day July 4th Labor Day 1st Monday in September Veterans Day November 11th Thanksgiving Day 4th Thursday in November Christmas Day December 25th If a designated holiday falls on a Sunday, the following Monday is a designated holiday. If November 11th falls on a Saturday, the preceding Friday is a designated holiday. Personal vehicles of your employees shall not be parked on the traveled way or shoulders, including sections closed to traffic. For all work, if work vehicles or equipment are parked within 6 feet of a traffic lane, close the shoulder area with Page 316 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 51 Spec No.2021-179 fluorescent orange traffic cones or portable delineators. Place the cones or delineators on a taper in advance of the parked vehicles or equipment and along the edge of the traveled way at 25-foot intervals to a point not less than 25 feet past the last vehicle or piece of equipment. Use at least 9 cones or delineators for the taper. Use a W20-1, "Road Work Ahead," W21-5b, "Right/Left Shoulder Closed Ahead," or C24(CA), "Shoulder Work Ahead," sign mounted on a crashworthy, portable sign support with flags. The sign must be 48 by 48 inches and placed as ordered by the Engineer. If a cone or delineator is displaced or overturned, immediately restore the device to its original position or location. No work shall commence until Contractor’s Traffic Control Plan has been approved by the Engineer. Exact locations of Project Identification signs and Advance Notice signs shall be determined in the field by the Engineer. Except as noted elsewhere, only one lane may be closed at a time and no lanes shall be closed at any other hours unless specifically approved by the Engineer. The Contractor shall maintain vehicle access to adjacent streets, homes, businesses and other properties at all times while work is in progress except when necessary construction precludes such access for reasonable periods of time as determined by the Engineer. When traffic cones or delineators are used to delineate a temporary edge of a traffic lane, the line of cones or delineators shall be considered to be the edge of the traffic lane, however, the Contractor shall not reduce the width of an existing lane to less than 12 feet without written approval from the Engineer. The Contractor will be required to maintain vehicle access to homes, businesses and other properties within the block where work is in progress. The Contractor shall maintain 2-way traffic for all work on State Street. The Contractor shall keep the City of Ukiah Fire Department informed regarding the closure of any traveled way. At a minimum, the Contractor shall call the Fire Departm ent at (707) 463-6261 daily to report any traveled way closure. This requirement applies imm ediately upon closure for that day and again immediately after removal of the closure. For closures over multiple days, the daily notification still applies. This requirement does not apply for single lane closures on multiple lane local streets. If the Contractor has been given an approved Traffic Control Plan that includes road closures, they will be required to maintain vehicular access to homes, businesses and other properties where work is in progress within the closure area. Existing and regulatory signs are to be temporarily relocated, as directed by the Engineer, until new traffic signals are in place and operable for two-way traffic. Seventy-two (72) hours prior to construction, the Contractor shall place a notice on each front door, and attempt to notify each owner or tenant verbally that work will be underway within his block between stated hours, and request that cars be parked out of the roadway by 9:00 a.m. Service of notice shall not bar use of cars within the block; however, as individual plans change and emergencies may arise. Cross streets will require maintenance of at least one-half (½) width of each street for traffic purposes, unless a parallel route is approved by the Engineer. Flagging will only be allowed between the hours of 9:00 a.m. and 3:00 p.m. Existing traffic signals shall remain in service at all times. Barricades and flaggers shall be positioned to allow safe turns at intersections. Replace section 12-4.02A(3)(b) with: Every Monday by noon, submit a closure schedule request of planned closures for the next week period. The next week period is defined as Friday midnight through the following Friday midnight. Submit a closure schedule request not less than 25 days and not more than 125 days before the anticipated start of any activity that reduces: 1. Horizontal clearances of traveled ways, including shoulders, to 2 lanes or less due to activities such as temporary barrier placement and paving Page 317 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 52 Spec No.2021-179 2. Vertical clearances of traveled way, including shoulders, due to activities such as pavement overlays, overhead sign installation, falsework, or girder erection Submit closure schedule amendments, including adding additional closures, by noon at least three (3) business days before a planned closure. Cancel closure requests by notifying the City at least 48 hours before the start time of the closure. You will be notified by the City of unauthorized closures or closures that require coordination with other parties as a condition for authorization. The Engineer may reschedule a closure cancelled due to unsuitable weather. If a closure is not opened to traffic by the specified time, suspend work. No further closures are allowed until the Engineer has reviewed and authorized a work plan submitted by you that ensures that future closures will be opened to traffic by the specified time. Allow 2 business days for review of your proposed work plan. The City does not compensate you for your losses due to the suspension of work resulting from the late opening of closures. Notify the Engineer of delays in your activities caused by: 1. Your closure schedule request being denied although your requested closures are within the specified time frame allowed for closures. The City does not compensate you for your losses due to amendments to the closure schedule that are not authorized. 2. Your authorized closure being denied. If you are directed to remove a closure before the time designated in the authorized closure schedule, you will be compensated for the delay. Replace section 12-4.02C(3)(f) with: Replace "Reserved" in section 12-4.02C(3)(j) with: Add to section 12-4.02C(7): 12-4.02C(7)(a) General Section 12-4.02C(7)(c) includes specifications for closing traffic lanes, with stationary lane closures on multilane highways. The traffic control system for a lane closure must comply with the details shown. Traffic control system includes signs. Each vehicle used to place, maintain, and remove components of a traffic control system on a multilane highway must be equipped with a Type II flashing arrow sign that must be in operation whenever the vehicle is being used for placing, maintaining, or removing the components. Vehicles equipped with a Type II flashing arrow sign not involved in placing, maintaining, or removing the components if operated within a stationary-type lane closure must display only the caution display mode. The sign must be controllable by the operator of the vehicle while the vehicle is in motion. If a flashing arrow sign is required for a lane closure, the flashing arrow sign must be operational before the lane closure is in place. Whenever components of the traffic control system are displaced or cease to operate or function as specified from any cause, immediately repair the components to the original condition or replace the components and restore the components to the original location. For a stationary lane closure made only for the work period, remove the components of the traffic control system from the traveled way and shoulder, except for portable delineators placed along open trenches or excavation adjacent to the traveled way at the end of each work period. You may store the components at selected central locations designated by the Engineer within the limits of the highway. Page 318 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 53 Spec No.2021-179 Add to section 12-4.04: The Contractor is directed to Chapter 6D, Pedestrian and Worker Safety, in the California MUTCD, the improvement Plans, and these special provisions. Pedestrians shall be provided with a safe, convenient and accessible path that, at a minimum, replicates the most desirable characteristics of the existing sidewalk, path or footpath and maintains pedestrian access to all businesses. The Contractor shall construct and maintain temporary pedestrian pathways through the work zone, where required, and to all businesses that shall be in compliance with the requirements of the Americans with Disabilities Act (ADA) and the MUTCD. Pedestrian routes shall not be impacted for the purposes of any non-construction activities such as parking of vehicles or equipment, or stock piling of materials. Pedestrians shall not be led into conflicts with work site vehicles, equipment or operations. ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 13 WATER POLLUTION CONTROL Add to section 13-1.01A: The Contractor shall exercise precaution to limit the muddying or silting of live streams and drainage channels to the maximum extent practicable, and the Contractor's attention is called to the fact that the terms of this contract do not relieve him or her of responsibility for compliance with Sections 5650 and 12015 of the Fish and Game Code or other applicable statutes relating to pollution prevention or abatement. Add to section 13-3.01A: The project is risk level 2. Discharges of stormwater from the project must comply with the permit issued by the North Coast RWQCB for National Pollutant Discharge Elimination System (NPDES) DWQ Construction General Permit, Permit No. 2009-0009. The North Coast RWQCB permit governs stormwater and non-stormwater discharges resulting from construction activities in the project area. The North Coast RWQCB permit may be viewed at 5550 Skylane Blvd., Suite A, Santa Rosa, CA 95403. Delete "for a risk level 2 or risk level 3 project" and "for a risk level 3 project" at every occurrence in section 13- 3. Whenever a qualifying rain event produces runoff, sampling and analysis work must comply with the Construction Site Monitoring and Reporting Program (CSMRP). A storm water annual report must cover the preceding period from October 16th to October 15th. Add to section 13-10.03A: You may place gravel-filled bags without Type K temporary railing in shoulder areas. ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 14 ENVIRONMENTAL STEWARDSHIP Add to section 14-1.02: When the Engineer determines that temporary fence (Type ESA) is no longer required, remove and dispose of it under Section 14-10, "Solid Waste Disposal and Recycling," of the Standard Specifications. Backfill and repair ground disturbance caused by the installation and removal of temporary fence (Type ESA), including holes and depressions, under Section 5-1.36, " Property and Facility Preservation," of the Standard Specifications. Replace section 14-2.03A with: Section 14-2.02 applies if archaeological resources are discovered at the job site. Archaeological resources include chipped or ground stone, historic debris, building foundations and human bone. Do not disturb the resources and immediately: Page 319 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 54 Spec No.2021-179 1. Stop all work within 100 feet of the discovery. 2. Protect the discovery area. 3. Notify the Engineer. The City of Ukiah will provide a qualified archaeologist to assess the significance of the find and, if necessary, develop appropriate treatment measures in consultation with the City and other appropriate agencies. Replace section 14-4.01 with: If human remains of Native American origin are discovered during project construction, it is necessary to comply with state laws relating to the disposition of Native American burials, which fall within the jurisdiction of the Native American Heritage Commission (NAHC) (PRC 5097). If any human remains are discovered or recognized in any location other than a dedicated cemetery, there will be no further excavation or disturbance of the site or any nearby area reasonably suspected to overlie adjacent human remains until: 1. The county coroner has been informed and has determined that no investigation of the cause of death is required; and 2. If the remains are of Native American origin, the descendants of the deceased Native Americans have made a recommendation to the landowner or the person responsible for the excavation work for means of treating or disposing of, with appropriate dignity, the human remains and any associated grave goods as provide in the PRC 5097.98. Or: 3. The NAHC was unable to identify a decedent, or the descendent failed to make a recommendation within 24 hours after being notified by the commission. If human remains are discovered during any demolition/construction activities, all ground-disturbing activities within a 330 foot radius of the remains shall be halted immediately, and the Mendocino County coroner shall be notified immediately, according to Section 5097.98 of the state Public Resources Code and Section 7050.5 of California’s Health and Safety Code. If the remains are determined by the County coroner to be Native American, the NAHC shall be notified within 24 hours, and the guidelines of the NAHC shall be adhered to in the treatment and disposition of the remains. The City shall consult with the Most Likely Descendant, if any, identified by the NAHC regarding the treatment and disposition of the remains. Should paleontological resources be identified at any project construction site, the Contractor shall cease operation within a 330 foot radius of the discovery and immediately notify the City. The City will provide a qualified paleontologist to provide an evaluation of the find and to prescribe mitigation measures to reduce impacts to a less-than-significant level. In considering any suggested mitigation proposed by the paleontologist, the City shall determine whether avoidance is necessary and feasible in light of factors such as the nature of the discovery, project design, costs, land use assumptions, and other considerations. If avoidance is unnecessary or infeasible, other appropriate measures shall be instituted. Work may proceed on other parts of the project site while mitigation for paleontological resources is carried out. Add to section 14-6.03B: Construction shall not cause nest abandonment of special-status species of birds or destruction of active nests of species protected by the Migratory Bird Treaty Act or Section 3503 of the California Department of Fish and Wildlife (CDFW) Code (protection of nesting passerines). The following measures shall be implemented to avoid disturbing any special status species nesting above ground. Vegetation removal conducted during the nesting period shall require a pre-construction survey for active bird nests, conducted by a qualified biologist. No known active nests shall be disturbed without a permit or other authorization from the U.S. Fish and Wildlife Service (USFWS) and the CDFW. 1. For earth-disturbing activities occurring during the breeding season (March 1 through September 1), a qualified biologist shall conduct pre-construction surveys of all potential nesting habitat for all birds within 500 feet of earth disturbing activities. 2. If active special status bird nests are found during pre-construction surveys: a. A 500 foot no-disturbance buffer shall be created around active raptor nests during the breeding season or until it is determined that all young have fledged. Page 320 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 55 Spec No.2021-179 b. A 250 foot buffer zone will be created around the nests of other special status birds and of all other birds that are protected by CDFW Code 3503. These buffer zones are consistent with CDFW avoidance guidelines; however, they may be modified in coordination with CDFW based on existing conditions at the project site. 3. If preconstruction surveys indicated that nests are inactive or potential habitat is unoccupied during the construction season, no further mitigation is required. Shrubs and trees that have been determ ined to be occupied by special status birds or that are located 500 feet from active nests may be removed. 4. If vegetation removal activities are delayed or suspended for more than two weeks after the pre-construction survey, the areas shall be resurveyed. The City of Ukiah will provide a qualified biologist. The Contractor shall coordinate with the City of Ukiah and the biologist and schedule all surveys sufficiently in advance so as to not cause delays in the Work. The Contractor shall anticipate and incorporate such surveys into the construction schedule. Replace the 2nd paragraph of section 14-8.02 with: The Contractor’s attention is directed to the provisions of Section 14-8, “Noise and Vibration", of the Standard Specifications and Section 9.08, Saturday, Sunday, Holiday, and Night Work, of the General Conditions concerning the control of noise emissions and authorized work hours and days. Do not exceed 86 dBA LMax at 50 feet from the job site activities from 7:00 p.m. to 7:00 a.m. except you may operate equipment within the project limits during these hours to: 1. Service traffic control facilities 2. Service construction equipment The Contractor shall notify all residents within a 500-foot radius of the construction site about the proposed construction schedule. The notification shall be in writing and it shall be developed by the Contractor and submitted to the Engineer for approval a minimum of 5 working days prior to the proposed public notification. The City shall provide a Noise Disturbance Coordinator who shall be responsible for acting on any local complaints concerning the construction noise being generated by reason of the work of the project. The Contractor shall conspicuously post a telephone number for the Noise Disturbance Coordinator at the construction site and he shall include it in the construction schedule notice to be provided to the residents. The Noise Disturbance Coordinator shall investigate the noise complaint allegations and shall require the Contractor to implement reasonable measures to mitigate the noise level in accordance with these requirements and of the Standard Specifications. The Contractor shall locate all stationary noise generating construction equipment such as air compressors and generators as far as practical from the nearby residences and other noise sensitive land uses. The noise source shall be acoustically shielded when practical. The Contractor shall prohibit unnecessary idling of internal combustion engines. Add to section 14-9.02: The Contractor shall comply with the Mendocino County Air Quality Management District Rules 1-410 and 4-130. Add to section 14-11.01: Bidder’s attention is directed to the fact that the proposed project is located in an area that contains no known subsurface petroleum hydrocarbon contamination. The contractor shall maintain awareness of potential signs of soil and groundwater contamination throughout the project limits and shall notify the City immediately upon discovery. Conditions indicative of contamination may be either visual (staining in soil, sheen on water surface) or olfactory (petroleum hydrocarbon odors.) Upon the discovery of suspected contaminated materials, the Contractor shall immediately provide 40-hour OSHA- HAZWOPER certified workers in the contaminated area. The Contractor shall also provide a field Site Safety Officer that is also an 8-hour OSHA-HAZWOPER Supervisor trained to directly oversee the contaminated materials removal and handling operation. All workers in this circumstance must have their initial and annual renewal refresher training, medical clearance and personal protection equipment in accordance with 8CCR Section 5192. Page 321 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 56 Spec No.2021-179 Soil: None of the excavated material shall be disposed of on the work site. All material excavated from trenches in the project area shall be the property of the Contractor. Prior to disposal of any excess material from the work site, the Contractor shall submit to the Engineer written authorization for such disposal and entry permission signed by the approved disposal site. Contractor shall comply with all disposal regulations such as City, County, and/or State permits and license, as may be required. Water: Groundwater may be encountered during the course of excavation. If it is encountered, the Contractor shall immediately notify the City. The Contractor shall remove all water which accumulates in the excavation during the progress of work until the pipe or other structures are installed and until backfilling has progressed to a sufficient height to anchor the work against possible flotation or leakage. At all times, the Contractor shall have a minimum of 2 working pumps available for immediate use at all times. Water accumulated in excavations shall be discharged to the sanitary sewer under the supervision of City staff. Said water shall be disposed of in a manner as to cause no injury to public or private property, or be a menace to public health. Sediment shall be removed from any water to be disposed of, prior to discharge, by placing the pump inlet hose into a sump filled with clean gravel, or a perforated bucket filled with clean gravel. The outlet of the pump shall have a filter sock installed to retain residual sediment. If any odor, sheen or other visual discrepancy is noted during excavation or discharge, stop pumping and immediately notify the Engineer. Pumped groundwater will not be allowed into any watercourse or storm drain system. Contractor shall be responsible for constructing, operating and maintaining all necessary features to complete the work including furnishing, installing and maintaining all pumping and other equipment required to dewater any trenches containing water as may be encountered during performance of the work. Dewatering plan for each occurrence shall be approved by the Engineer prior to implementation. At the permanent conclusion of dewatering operations, all dewatering equipment shall be removed from the job site. Add to section 14-11.08E: Dust control shall conform to the provisions of Section 14-11.08E and Section 18 of the Standard Specifications. In accordance with the recommendations contained in the certified Project EIR, all active construction areas shall be watered at least twice daily and more often during hot or windy periods. The active areas adjacent to businesses and residential areas shall be kept damp at all times. Hauling trucks shall be covered or at least a two-foot freeboard shall be maintained. Unpaved access roads, parking areas for construction equipment and construction employe e vehicles, staging areas, and storage areas shall be paved with hot mix asphalt or have a stabilized access in accordance with the Plans and referenced details. Unpaved construction staging areas shall receive the application of either water twice daily or non-toxic soil stabilizers. All paved access roads, parking areas, staging areas, storage areas, and public roads impacted by the work of the project shall be swept daily with street sweepers equipped with water spray to remove soil materials that have b een deposited on these surfaces by reason of the work. The Contractor shall enclose, cover, or water twice daily or apply non-toxic soil stabilizers or install erosion control blankets to or on exposed stockpiles, embankment slopes, and cut slopes. Traffic speeds on unpaved surfaces shall be limited to a maximum speed of 15 mph. Add after the 2nd paragraph of section 14-11.12A: This project includes removal of yellow thermoplastic that will produce hazardous waste residue. Add after the 1st paragraph of 14-11.12E: After the Engineer accepts the analytical test results, dispose of yellow thermoplastic and yellow paint hazardous waste residue at a Class 1 disposal facility located in California within 60 days after accumulating 220 lb of residue. If less than 220 lb of hazardous waste residue and dust is generated in total, dispose of it within 30 days after the start of accumulation of the residue. Page 322 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 57 Spec No.2021-179 ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 15 EXISTING FACILITIES Add to section 15-1.03A: All known obstructions to the work are indicated on the plans. However, the City cannot guarantee the accuracy of this information. The Contractor will be held responsible for the maintenance and protection of or damage to existing facilities, structures, obstructions and all underground facilities shown on the Plans or brought to the Contractor's attention during the course of the work. The Contractor shall notify owner agencies for locations of utilities or facilities prior to excavation. The owning utility shall be immediately notified of any damage which is caused by the operations of the Contractor to any facility, utility or structure. At the owning utility's discretion, repairs shall be made by the Contractor at the owning utility's direction or by the utility, all to the satisfaction of the Engineer. All pothole work to expose existing utilities shall be done by vacuum excavation methods. The preferre d method of excavation shall be by high pressure air. Use of water fluid for excavation shall only be by permission of the City Engineer. Maximum dimension of the pothole shall be 12 inches by 12 inches. All excavation material shall be removed and disposed of by the contractor. Backfill material shall be Class 2 aggregate base compacted to 90% relative compaction. Prior to paving, the pothole shall be cut to provide a clean vertical edge to pave against. The final dimension of the pothole prior to paving shall be 12 inches by 12 inches maximum. The asphalt concrete shall be a ½ inch mix having a depth of 4 inches. All pothole work shall comply with the Traffic Control provisions of Standard Specifications and these special provisions. Water and sewer assets including pipework, sewer manholes, valve boxes, hydrants and surface features including concrete sidewalk, curb ramp, shoulder and curb and gutter as well as other miscellaneous items designated on the Plans to be removed shall be removed by the Contractor. The Contractor shall dispose of all Asbestos Cement Pipe (ACP) in accordance with the Contractor’s State Licensing Law and all applicable laws and regulations. The Contractor shall dispose of all Portland cement concrete and asphalt concrete generated from removal or demolition activities on the project at a recycler for these materials. The Contractor shall provide receipts verifying delivery and approximate quantities (in tons) of the material delivered to a material recycler. All other excess materials from the project shall become the property of the Contractor and shall be disposed of by him at his expense. Add to section 15-1.03B: Concrete sidewalk, curb ramp, shoulder and curb and gutter designated on the Plans to be removed shall be removed by the Contractor. The Contractor shall dispose of all Portland cement concrete and asphalt concrete generated from removal or demolition activities on the project at a recycler for these materials. The Contractor shall provide receipts verifying delivery and approximate quantities (in tons) of the material delivered to a material recycler. All other excess materials f rom the project shall become the property of the Contractor and shall be disposed of by him at his expense. All portions of existing concrete to be removed shall be removed in a smooth, neat, vertical plane. Where expansion, contraction or construction joints are not present, the concrete shall be saw cut to a minimum depth of 1-1/2 inches. If an expansion, contraction or construction joint is within 3 feet of the concrete to be removed, the concrete shall be removed to that joint. Prior to final paving, all portions of existing pavement to be removed shall be cut on a neat, straight line. Pavement removed outside the removal line shall be cut parallel to and at right angles to the removal line. The face of the cut shall be smooth and shall not overhang the removal area. Drop hammers are not allowed. Jackhammers may be used if the cuts are overlapped and meet the above criteria. Where edges of remaining pavement are raised by the removal method used, they shall be flattened with a mechanical tamper prior to setting frames or replacing pavement. Where an excavation leaves less than 2 feet of pavement adjacent to the gutter, the remaining pavement shall be removed and replaced. All removed material, unless otherwise specified, shall become the propert y of the Contractor and shall be disposed of outside of the right-of-way. Page 323 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 58 Spec No.2021-179 ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 16 TEMPORARY FACILITIES No Changes. ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ DIVISION III EARTHWORK AND LANDSCAPE 17 GENERAL ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ Add to section 17-2.03A: This work shall consist of removing all objectionable material within the limits shown on the Plans and as directed by the Engineer. Clearing and grubbing shall be performed in advance of grading operations and in accordance with the requirements of these Special Provisions. Special care shall be taken by the Contractor to protect adjacent property, improvements, utilities facilities, lawns, landscape features and landscape irrigation and shrubbery from damage. Any such objects or improvements so damaged shall be replaced or restored in kind by the Contractor, at his own expense, to the satisfaction of the Engineer. All existing street designation and traffic control signs and posts within the limits of work shall be carefully removed, cleaned of excess earth and debris, and delivered to the City, except those that are required for traffic control as determined by the Engineer or as shown on the Plans to be relocated. The area to be cleared and grubbed shall be the area shown on the Plans, unless otherwise specified. All stumps, large roots, and other objectionable materials shall be removed to a depth of 3 feet below finished grade in the area between curbs, and to a depth of 12 inches below finished grade in the area between curb and public utility easement line. The resulting spaces shall be backfilled with suitable fill material placed and compacted in accordance with the applicable provisions of Section 19-6.03 of the Standard Specifications. Add to section 17-2.03B: The locations of trees planned for removal are shown on the Plans. The Engineer shall be contacted a minimum of 48 hours prior to any tree removal to perform an on-site inspection and clearance. Trees shall be removed in a manner satisfactory to the Engineer. Tree roots that are identified on the Plans to be removed that are in conflict with new facilities shall be removed in their entirety or to provide the minimum clearances to new facilities as indicated below, regardless of root diameter. No separate compensation will be paid for removing roots identified on the Plans. Where tree roots that are not identified on the Plans to be removed interfere with the construction or reconstruction of curb, gutter, sidewalk, pavement, utilities, other facilities, the Contractor shall excavate and expose the roots for inspection by the Engineer. Upon approval from the Engineer, the Contractor shall remove tree roots which are four (4) inches or less in diameter to provide a minimum clearance of six inches to any new facility. No separate compensation will be paid for removing roots not identified on the Plans. ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 18 DUST PALLIATIVE Add to section 18-1.01A: The application of water and the developing of a water supply shall be performed in accordance with the provisions of Section 18, “Dust Palliative,” of the Standard Specifications except as modified by these Special Provisions. The Contractor is advised that water may be obtained from fire hydrants within the project area under permit with the City’s Public Utilities Department and upon the payment of a meter deposit. Permit application and inquiry as to the water usage fees are to be made at Public Utilities Department-Water Division Building within the City’s Corporation Yard located at 1320 Airport Road, (707) 463-6200. Page 324 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 59 Spec No.2021-179 ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 19 EARTHWORK Add to section 19-1.03B: Unsuitable material shall be removed and replaced in accordance with the p rovisions of Section 19-1.03 of the Standard Specifications and these Special Provisions. Material below the natural ground surface in embankment areas, and basement material below the grading plane in excavation areas that is determined by the Engineer to be unsuitable for the planned use shall be excavated and disposed of as directed or approved by the Engineer. When unsuitable material is removed and disposed of, the resulting space shall be filled with material suitable for the planned use. Such suitable material shall be placed and compacted in layers as hereinafter specified for constructing embankments. Removal of existing bituminous pavement and base materials will be paid for as “Roadway Excavation” for the quantities involved and no additional allowance will be made therefor. Existing utilities exposed during subgrade excavation shall be immediately brought to the attention of the Engineer. Excess materials from the excavation shall become the property of the Contractor and shall be disposed of by the Contractor at the Contractor’s expense. In the event that the subgrade material is unstable and cannot be made stable by drying the top six inches as determined by the Engineer then the Contractor shall excavate an additional 12 inches, install subgrade enhancement geotextile and install 12 inches of Class 2 aggregate base. Subgrade enhancement geotextile shall be installed in accordance with the provisions of Section 19-8 of the Standard Specifications. Prior to the placement of subgrade enhancement geotextile, the Contractor shall remove all loose dirt as left from excavation activities, scarify the subgrade a minimum depth of 6 inches, and compact to 95% relative compaction. Subgrade enhancement geotextile shall be Class B1 per Section 96-1.02O of the Standard Specifications. Add to section 19-2.01A: Roadway excavation shall include all excavation, grading, bioretention area excavation, landscape and tree excavation and fill, subgrade preparation, disposal of excess material, and all other work as specified herein. Ad d to section 19-2.03A: The exposed subgrade surface shall be reviewed by the Geotechnical Engineer to confirm it is ready to receive improvements. Following Geotechnical Engineer review, the existing subgrade material below the new aggregate base shall be scarified to a depth of 6 inches, moisture conditioned to within 2 percent of optimum moisture content, and compacted to a minimum of 95 percent relative compaction. Add to section 19-7.02C: Imported borrow shall have a minimum Resistance Value (R-Value) of 20, rock particles no larger than 3 inches, and with 100% passing a 6-inch sieve, 85% minimum passing a 2.5-inch sieve, 30% minimum passing a No. 200 sieve. Atterberg limits: Plastic Limit PI < 20, Liquid Limit < 40. ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 20 LANDSCAPE Replace the 3rd paragraph of section 20-2.01A(4)(b)(i) with: Perform pressure testing using Method B to test supply lines (1) located on the discharge side of the valve, (2) installed by trenching and backfilling, or (3) completely visible after installation. Page 325 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 60 Spec No.2021-179 Replace section 20-2.01B(6) with: Unions must be injection molded PVC, schedule 80. Replace the 1st and 2nd paragraph of section 20-2.01B(7) with: Valve boxes must be HDPE with T-Cover bolt down lids, color Black. Replace item 1. in the 1st paragraph of section 20-2.02B(1) with: Backflow preventer including brass ball valves, brass unions, fittings and supports. Add to section 20-2.02B(3): The color of the backflow preventer blanket must be green. Add to section 20-2.05B: Flow sensor cable must be rated 600V and 194 degree F, be UL listed as Type TC, comply with specifications of ICEA/NEMA and: 1. Consist of 2 no. 16 minimum stranded copper conductors. Insulated conductor must be color coded with a PVC or nylon jacket. 2. Include a tinned cooper braid or aluminized polyester film shield. Where the film is used, a no. 18 or larger, stranded or no. 16 solid, tinned, copper drain wire must be placed between the insulated conductors and the shield and in contact with the conductive surface of the shield. 3. Include a black PVC jacket with a minimum nominal thickness of either 50 mils or 48 mils where capacitance of conductors to other conductors and the shield is 87 pF/ft or better. The cable jacket must be marked with the insulation type designation, conductor size, and voltage and temperature ratings. 4. Have an outside diameter of 0.19 to 0.20 inch. 5. Be UV resistant and direct burial type. Replace the 1st paragraph of section 20-2.10B(2) with: Each ball valve must be injection molded PVC, schedule 80. Replace the section 20-2.10B(4) 2.1.1 with: Can withstand a working pressure of 120 PSI. Replace item 2 in the list in the 1st paragraph of section 20-2.10B(10)(a) with: 2. Be glass-filled nylon. add item 12 in the list in the 1st paragraph of section 20-2.10B(10)(a) with: 2. Each valve requires a decoder for communication with controller. Add to section 20-10.02C(4): An existing irrigation system is present within the project area. Remove all irrigation facilities when encountered during the course of the Work and in excavations. Remove and dispose of irrigation controller, backflow preventer, water meter, enclosure, foundation and related irrigation facilities. Plug abandoned irrigation pipes with concrete at the exposed limits of excavations prior to backfilling, Replace section 20-3 with: 20-3.01 GENERAL 20-3.01A General Conditions Drawings and General Provisions of the Contract, including General and Supplementary Conditions shall apply to all Work in this Section with the same force and effect as though repeated in full herein. Site shall be free of weeds, native grasses, Bermuda grass, and Kikuyu grass prior to any planting or soil amendment placement. Page 326 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 61 Spec No.2021-179 All rock and other growth or debris accumulated throughout the duration of the project shall be removed from the Project Site by the Contractor. Prior to excavation for planting or placing of plant materials, the Contractor shall locate all underground utility lines still in use and take proper precautions to avoid damage to such improvements. In the event of a conflict between such lines and plant material locations, the Contractor shall notify the Engineer who shall arrange for the relocation of one or the other. The Contractor assumes all responsibility for making any or all repairs for damages resulting from Work as specified herein. Grading and soil preparation work shall be performed only during the period when beneficial and optimum results may be obtained. If the moisture content of the soil should reach such a level that working it would destroy soil structure or cause compaction, spreading and grading operations shall be suspended until, in the opinion of the Engineer, the moisture content is increased or reduced to acceptable levels and the desired results are likely to be obtained. Contractor shall coordinate all drainage work with the other trades. Established site drainage shall be maintained by the Contractor during all phases of landscape construction. Grade all areas by filling and/or removing surplus soil as needed to ensure proper grades and drainage as indicated on the plans. Unless otherwise noted, soil finish grades shall be below hardscape areas as follows: Two inches (2”) for all planting areas without decomposed granite. All undulations and irregularities in the planting surfaces resulting from tillage, rototilling, and all other operations, and all ridges and rises which are visually evident and would affect the maintenance of any planting area, shall be leveled and floated out before planting operations are initiated. Final finish grades shall insure positive drainage of the Project Site with all surface drainage away from buildings, walls, and toward driveways, drain inlets, and catch basins. Final grades shall be acceptable to the Engineer before planting operations will be allowed to commence. The above conditions shall also apply to the final finish grade at the time of project completion. Actual planting shall be performed during those periods when weather and soil conditions are suitable in accordance with locally-accepted horticultural practice as approved by the Engineer. All scaled dimensions are approximate. Before proceeding with any Work, the Contractor shall carefully check and verify all dimensions and shall immediately notify the Engineer of any discrepancy between the Contract Drawings and/or Contract Specifications and the actual Project Site conditions. Quantities of plant materials are shown for the Contractor’s convenience only and are not guaranteed. The Contractor shall check and verify count and shall furnish a sufficient number of plant materials as needed to fulfill the intent and complete the Work as shown in the Contract Drawings. Plan plant symbol quantities shall take precedence over quantities indicated in the Plant List and Plan callouts. Contractor shall make arrangements to have a complete set of Contract Drawings and Contract Specifications at the Project Site at all times during Work under this Section. As-Built Plans shall be prepared by the Contractor indicating any deviations in Work described herein and on the Contract Drawings, with respect to changes in materials, plant species, sizes, locations, and alignments. As-Built Plans shall be prepared by marking the changes on a conformed set of diazo prints in red ink. Provide As-Built Plans to the Engineer at the end of the contracted Maintenance Period. 20-3.01A(1) Summary This Section includes all materials, labor, transportation, services, and equipment necessary to install landscape planting and landscape construction items as shown on the Contract Drawings, and as specified herein this Section. This Section includes the following Scope of Work: Page 327 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 62 Spec No.2021-179 Fine Grading Soil Preparation Pre-Planting Weed Control Tree, Shrub and Groundcover planting Staking and Tying Planting Soil Import Rain-garden Soil Soil Conditioners, Amendments, and Fertilizers Mulches (wood products, aggregates) Decorative Stone 20-3.01A(2)(a) Definitions “Engineer” in this Section shall refer to the Agent designated by the City of Mill Valley. Acceptance: Wherever the terms “acceptance”, “approved”, “acceptable” or “directed” are used herein, they mean acceptance by the Engineer in writing. Plant Material(s) refers to all living plants, inclusive of trees, palms, shrubs, groundcovers, vines, turf, and grasses. Planting Area (P.A.) as indicated on the Contract Drawings, shall mean all areas to be installed with plant material(s), or as areas where existing trees and/or vegetation shall be protected. ASTM – American Society for Testing Materials. USDA – United States Department of Agriculture. ANSI – American National Standards Institute. Plant Height: Measurement of main body height, not measurement to branch tip. Plant Spread: Measurement of main body diameter, not measurement from branch tip to branch tip. Finish Grade: Elevation of finished surface of planting soil. Topsoil: Naturally occurring soil from the A horizon (top layer). Planting Soil: Topsoil which has been amended to meet the specification for planting soil in this section. Import soil that meets the specification for planting soil in this section. Planting soil may also be referred to as Manufactured Topsoil. Subsoil: Native soil below topsoil, native soil remaining after construction excavation or fill or backfill material in place after completion of excavation and rough grading, before placement of planting soil. Bioretention: A planting area that will be receive stormwater runoff. Per the plans, these planters have a unique plant palette, boulders, and a soil mixture with a higher percolation rate in addition to regular planting soil. Planter: Isolated area of planting soil for trees, shrubs, and groundcover. May be raised and or partially surrounded by concrete sidewalk. 20-3.01A(2)(b) Reference Standards All plant material shall be true to botanical and common name as indicated in the following: Sunset Western Garden Book, Sunset Publishing Corporation, 2001. American Standard for Nursery Stock, ANSI Z60.1-1966, edition approved November 6, 1996, American Association of Nurserym en, and American National Standards Institute. All plant material shall conform to the California State Department of Agriculture’s regulations for nursery inspections, rules, and ratings. Page 328 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 63 Spec No.2021-179 20-3.01A(3) Submittals Submit each item in this Article according to the Conditions of the Contract and this Specification Section. Contractor shall submit no later than thirty (30) days after award of Contract, four (4) bound booklets. Each booklet under this Section shall be tabbed into specific sections, containing clearly identified (through yellow highlighter or other identification methods) and legible information on the following landscape information indicated in this Article: Product certificates, legible, signed by manufacturer, certifying that their products comply with specified requirements. Certificates shall include grades, analysis, amount, supplier, species, type, size, and quantity where applicable. Manufacturer's certified analysis for standard products. Analysis for other materials by a recognized laboratory made according to methods established by the Association of Official Analytical Chemists, where applicable. Label data substantiating that plants, trees, shrubs, and planting materials comply with specified requirements. Soil amendment receipts containing analytical data. Receipts from the soil supplier of all soil mixes specified in this Section. Soil analysis and testing for soil fertility with recommendations and percolation tests by independent laboratory. List of all proposed landscape materials indicated by description, manufacturer, and model number. Include catalog cuts and manufacturer’s current printed instructions of all material items described herein this Section. List of all trees, shrubs and ground covers, indicated by botanical name, common name, height, spread, caliper, container size, nursery, and location, contact person at nursery, and any specific remarks (i.e. “unable to locate”, “photo submitted”, etc.) Color photographs of each tree type. Include a person or tape measurer in each photograph for scale purposes. Digital photographs may be acceptable or preferred. Approval of photographs does not indicate acceptance of plant material on site. Planting schedule, indicating anticipated dates and locations for each type of planting. The Contractor shall submit no later than thirty (30) days after the award of Contract the following two (2) sets of physical samples sent to the Engineer in resealable, labeled plastic bags (as applicable): One (1) tree tie and/or tree guy of each type used. ½ cubic foot each of landscape mulch materials, i.e. shredded bark mulch, aggregate, etc. ½ cubic foot of planting soil. ½ cubic foot of import bioswale soil. Qualification data for firms and persons specified in the "Quality Assurance" Article to demonstrate their capabilities and experience. Include lists of completed projects with project names and addresses, names and address of architects and owners, and other information specified. Soils Analyses and Testing: Contractor shall submit agronomic analyses of existing soil if proposed to be used as planting soil, import soil if proposed to be used as planting soil, and raingarden soil as follows. Analyses shall be performed by independent testing agency. Page 329 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 64 Spec No.2021-179 Stockpiled Existing Soil and Import Soil before placement: Analysis of existing soil prior to application of amendment indicating soluble salts, pH, texture, and organic matter content. Analysis shall state recommended amendments and procedures required to create planting soil that meets this specification. Amendment recommendations shall prioritize use of Organic Compost and other organic amendments as needed. Analysis shall describe any other topsoil qualities which may be detrimental to plant growth and health. Provide one test per source. Planting Soil after placement and amendment: Immediately following site fine grading (placement, integration, and grading of planting soil) and prior to commencing landscape planting, Contractor shall provide horticultural soils fertility test and percolation test results to the Engineer to verify that installed planting soil meets specifications. Provide (5) samples at the locations designated by the Engineer. 20-3.01A(4) Quality Assurance Installer Qualifications for all items indicated herein this Section: Licensed Landscape Contractor, C-27, in the State of California. Engage an experienced, licensed Contractor who has completed landscaping work similar in material, design, and extent to that indicated for this Project and with a record of successful landscape establishment. Installer's Field Supervision: Contractor shall maintain an experienced, full-time landscape supervisor/superintendent at the Project Site during times that landscaping operations identified herein the Contract are in progress. Superintendent shall be fluent in English and satisfactory to the Engineer. Superintendent shall not be changed except with the consent of the Engineer and shall be authorized to represent the Contractor. Testing Agency Qualifications: To qualify for acceptance, an independent testing agency must demonstrate to Engineer's satisfaction, based on evaluation of agency-submitted criteria conforming to ASTM E 699, that it has the experience and capability to satisfactorily conduct the testing indicated without delaying the Work. Provide quality, size, genus, species, and variety of trees and shrubs indicated, complying with applicable requirements of ANSI Z60.1 "American Standard for Nursery Stock." Selection of trees and shrubs purchased under allowances will be made by Engineer, who has the option to tag stock at their place of growth before the plant m aterial is prepared for transplanting. At least one (1) plant of each species delivered to the project site shall have an identification tag from supplying nursery showing botanical and common name of plant. Measurements: Measure trees and shrubs according to ANSI Z60.1 with branches and trunks or canes in their normal position. Do not prune to obtain required sizes. Take caliper measurements six inches (6”) above ground for trees up to four-inch (4”) size, and twelve inches (12”) above ground for larger sizes. Prior to installation of any items presented within this Measure main body of tree or shrub for height and spread; do not measure branches or roots tip-to-tip. Pre-Installation Conference: Section or as indicated on the Contract Drawings, the Contractor shall conduct a Pre- Installation Conference at the Project Site. Meeting minutes from the conference shall be the responsibility of the Contractor and shall be distributed to all parties in attendance for review and subsequent approval of the conference discussion items. Regulatory Requirements: Contractor shall meet the requirements of applicable laws, codes, and regulations as required by the authorities having jurisdiction over the Work. Page 330 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 65 Spec No.2021-179 Manufacturer’s Directions: Follow manufacturer’s directions and drawings in all cases where the manufacturer’\s of articles used in this Section furnish directions covering points not shown in the Contract Drawings and Contract Specifications. Permits, Fees, Bonds, and Inspections: The Contractor shall arrange and pay for any and all permits, fees, bonds, and inspections necessary to perform and complete his portion of the Work. Contract Drawings and Contract Specifications: Comply with the intent and meaning of Contract Drawings and Contract Specifications taken as a whole, not taking advantage of any readily perceived error or omission shall any exist. Figures and dimensions on Contract Drawings shall take precedence over measurements by scale, and detailed drawings shall take precedence over general drawings. Refer any errors and discrepancies in or between plans, specifications, lists, or notes to the Engineer for adjustments or clarification before proceeding with the Work. In the event of errors or discrepancies, the Contractor shall assume responsibility for work performed without referring to the Engineer for clarification. The Engineer shall interpret the meaning of the Contract Drawings and Contract Specifications in the event of conflict, and his/her decision shall be final. 20-3.01A(5) Delivery, Storage and Handling Packaged Materials: Deliver packaged materials in containers showing weight, analysis, and name of manufacturer. Protect materials from deterioration during delivery and while stored at site. Anti-Dessicant: Spray plant materials in full leaf immediately before transporting with anti-dessicant. Meet requirements of anti-dessicant manufacturer’s current printed application instructions. Trees and Shrubs: Do not prune before delivery. Protect bark, branches, and root systems from sun scald, drying, sweating, whipping, and other handling and tying damage. Do not bend or bind-tie trees or shrubs in such a manner as to destroy natural shape. Provide protective covering during delivery. Handling Plant Materials Handle plant materials grown in containers only by their containers. DO NOT handle plant materials by their trunks or stems. DO NOT drop any plant materials. DO NOT bind or handle plants with wire or rope. Pad trunk and branches whenever using hoisting cables, chains, or straps. Should the Contractor engage in handling any of the plant material(s) by any unacceptable method(s), then the Engineer shall reserve the right to reject any of the mishandled plant material(s). The Contractor shall replace all rejected plant material(s) with approved plant material(s) at no additional cost to the Owner. Deliver trees, shrubs, ground covers, and plants after preparations for planting have been completed and install immediately. If planting is delayed more than six (6) hours after delivery, set planting materials in shade, protect from weather and mechanical damage, and keep roots moist. Anchor plants to prevent damage from winds. DO NOT remove container-grown stock from containers before time of planting. Water root systems of trees and shrubs stored on site with a fine-mist spray. Water as often as necessary to maintain root systems in a moist condition. 20-3.01A(6) Project Conditions Utilities: Determine location of above grade and underground utilities and perform Work in a manner which will avoid damage. Hand excavate, as required. Maintain grade stakes until removal is mutually agreed upon by parties concerned. Page 331 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 66 Spec No.2021-179 Excavation: When conditions detrimental to plant growth are encountered, such as rubble fill, adverse drainage conditions, or obstructions, cease planting operations and notify Engineer for further direction. Installation: Perform planting operations only when weather and soil conditions are suitable in accordance with locally accepted practices. 20-3.01A(7) Coordination, Scheduling, and Observation Coordinate installation of planting materials during normal planting seasons for each type of plant material required. Coordinate with other trades on Project Site. 20-3.01A(7)(a) Permits Contractor shall be responsible for obtaining all permits necessary to com plete and install Work as specified herein. 20-3.01A(7)(b) Observation Site observation for Scope of Work specified herein this Section shall be made by the Engineer. The Contractor shall request, in writing, at least one (1) week in advance of the time that observation is required. The Contractor and Engineer shall be in attendance at the Project Site at the time of each scheduled observation. Observation shall be required for the following Scope of Work: Pre-Construction Meeting. Placing of planting soil after rough grading and incorporation of planting soil into top layer of sub-soil as described in this section. Upon completion of fine grading operations and prior to planting operations, verification of finish grades. Inspection and approval of plant material. Spotting trees prior to excavation of planting holes. Placement of gravel mulch and stones. Tree staking/guying. 20-3.01A(7)(c) Punch List Preparation When planting and all other Work as specified in the Contract Drawings and Specifications is 100% complete and ready for Punch List Preparation, the Contractor shall seek acceptance of the installed Work by requesting an on-site visual inspection by the Engineer. A “Punch List Preparation Request” shall be addressed to the Engineer, requesting a time and date for generating the Punch List Preparation: Contractor shall provide written notification requesting the presence of the Engineer at least one (1) week prior to the scheduled date of the Punch List Preparation. The Punch List Preparation Request shall be in the form of a letter, dated and signed by the Contractor, on letterhead. The letter shall state as follows: “Work installed within Scope of Work identified on the Contract Drawings and Contract Specifications, prepared by the Landscape Architect, is 100% complete and ready for Punch List Preparation at the Project Site by the Engineer.” Should the Contractor’s Work as installed at the Project Site is found to be incomplete during the Punch List Preparation (at the discretion of the Engineer upon observation at the Project Site), then the Engineer shall reserve the right to postpone the Punch List Preparation until a time when the Contractor fully executes and completes the Work as identified on the Contract Drawings and Specifications. Page 332 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 67 Spec No.2021-179 Should the Punch List Preparation be postponed due to the incomplete Work, then the Engineer reserves the right to charge the Contractor for the Engineer’s time on an hourly basis, at the Engineer’s current standard billing rate, plus expenses. Should the Contractor be charged for time as indicated herein this Article, the Engineer reserves the right to withhold final approval of the Project until the Contractor provides full compensation to the Engineer accordingly. Punch List Field Verification & Pre-Maintenance Review: Following the Punch List Preparation, the Contractor shall request an on-site visual observation by the Engineer to verify completion of outstanding items identified in the Punch List for acceptance of the installed Work and subsequent commencement of the Maintenance Period. A “Punch List Field Verification Request” shall be addressed to the Engineer, requesting a time an d date for field review of the items identified in the Punch List Preparation. Contractor shall provide written notification requesting the presence of the Engineer at least one (1) week prior to the scheduled date of the Punch List Field Verification. The Punch List Field Verification Request shall be in the form of a letter, dated and signed by the Contractor, on letterhead. The letter shall state as follows: “Work installed within Scope of Work identified on the Contract Drawings and Contract Specifications, prepared by the Landscape Architect, is 100% complete and ready for Punch List Field Verification Review at the Project Site by the Owner and Engineer.” Should the Contractor’s Work as installed at the Project Site is found to be incomplete during the Punch List Field Verification (at the discretion of the Engineer upon observation at the Project Site), then the Engineer shall reserve the right to postpone the Punch List Field Verification until an time when the Contractor fully executes the Work identified in the Punch List Preparation. Should the Punch List Field Verification be postponed due to the incomplete Work, then the Engineer reserves the right to charge the Contractor for the Engineer’s time on an hourly basis, at the Engineer’s current standard billing rate, plus expenses. Should the Contractor be charged for time as indicated herein this Article, the Engineer reserves the right to withhold final approval of the Project until the Contractor provides full compensation to the Engineer accordingly. Observation and subsequent written acceptance shall establish “Substantial Completion”, and marks the commencement date of the Maintenance Period. Duration of the Maintenance Period shall be as specified herein this Section. This is not a final observation nor final acceptance of Work, and it does not relieve the Contractor from any of the responsibilities in the Contract Drawings and Contract Specifications for the Project. 20-3.01A(7)(d) Final Review Following the completion of the scheduled Maintenance Period as indicated in Section Landscape Maintenance and Plant Establishment, the Contractor shall request a Final Review by the Owner and Engineer to verify, through on-site visual observation, the completion of Work as indicated in the Contract Drawings and Contract Specifications, and final acceptance of the installed Work. A “Final Review Request” shall be addressed to the Owner and Engineer, requesting a time and date for final field review of the completed Work Contractor shall provide written notification requesting the presence of the Owner and Engineer at least one (1) week prior to the scheduled date of the Final Review. The Final Review Request shall be in the form of a letter, dated and signed by the Contractor, on letterhead. Page 333 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 68 Spec No.2021-179 The letter shall state as follows: “Work installed within Scope of Work identified on the Contract Drawings and Contract Specifications, prepared by the Landscape Architect, is 100% complete and ready Final Review at the Project Site by the Owner and Engineer.” Should the Contractor’s Work as installed at the Project Site is found to be incomplete during the Final Review (at the discretion of the Engineer upon observation at the Project Site), then the Engineer shall reserve the right to postpone the Final Review until an time when the Contractor fully executes the Work. Should the Final Review be postponed due to the incomplete Work, then the Engineer reserves the right to charge the Contractor for the Engineer’s time on an hourly basis, at the Engineer’s current standard billing rate, plus expenses. Should the Contractor be charged for time as indicated herein this Article, the Engineer reserves the right to withhold final approval of the Project until the Contractor provides full compensation to the Engineer accordingly. 20-3.01A(8) Guarantee Guarantee: Contractor shall guarantee installed landscape as outlined in Section 20-4 “Plant Establishment”. 20-3.01A(9) Maintenance Maintenance: Contractor shall maintain installed landscape as outlined in Section 20-4 “Plant Establishment”. 20-3.01A(10) Samples and Tests The Engineer reserves the right to take and analyze selected samples of plant material and/or products for conformity to the requirements as outlined in this Section at any time from the Project Site. Rejected plant materials and/or products shall be immediately removed from the Project Site by the Contractor at no cost to the Owner. Laboratory soil tests are described in other sections. 20-3.01A(11) Substitutions Specific reference to manufacturer’s names and products specified herein are used as standards of quality. This implies no right to the Contractor to substitute other materials without prior written approval by the Engineer for Work under this Section. Any materials substituted and installed by the Contractor, without written approval by the Engineer may be rejected. Contractor shall not be entitled to be compensated by the Owner where the Contractor has installed rejected substitutions without receiving prior written approval. Proposed substitutions shall be explicitly identified in the submittal documentation. Approval of a submittal package that contains multiple products or materials without explicit approval of a substitution does not imply approval of the substitution. If an approval is granted for a substitution, adjustment in the Contract amount shall be made in accordance with the Contract Conditions. 20-3.01B MATERIALS 20-3.01B(1) General Immediately upon award of Contract for Work, the Contractor shall locate and purchase or hold for purchase all plant material as required. Trees may be purchased and contract grown to ensure pruning practices are met. Contractor shall verify with Engineer of any plant material stock that has been nursery contract grown by Owner for use within Work of this Contract. Contractor shall review the condition of the plant material with the Engineer at the nursery maintaining the plant material, and at the time of delivery at the Project Site. Page 334 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 69 Spec No.2021-179 All plants shall have a growth habit typical for variety and species, symmetrical, with tightly knit branching, so trained or favored in development and appearance as to be superior in form, number of branches, compactness and symmetry, healthy, vigorous in growth. Plant materials shall also be free from insect pests, eggs and larvae, plant diseases, sun scalds, fresh bark abrasions, excessive abrasions, windburn, saltburn, or other objectable disfigurements or conditions as determined by the Engineer. Container stock shall be grown in containers in which delivered for at least six (6) months, but not over two (2) years. Pruning of trees as grown at the nursery shall meet the requirements outlined by the International Society of Arboriculture’s “Tree Pruning Standards.” Leaders of trees shall not have been pruned by the nursery. It is the contractor’s responsibility to ensure these specifications are met regardless of practices by nurseries. All plant material shall be subject per the California State Department of Agriculture Regulations for Nursery Inspections of Rules and Grading. Quantity and size of all plant shall be No. 1 Grade of Pinto Tag stock, or equal. Pinto tags shall be submitted to the Engineer upon delivery of the plant material to the Project Site. All plant material shall have normal, well-developed branch systems, and vigorous, fibrous root systems, which are neither root- nor pot-bound, and are free of kinked, gnarled, or girdling roots. 20-3.01B(2) Plant Material 20-3.01B(2)(a) General Furnish nursery-grown trees and shrubs conforming to ANSI Z60.1, with healthy root systems developed by transplanting or root pruning. Provide well-shaped, fully branched, proportional, healthy, vigorous stock free of disease, insects, eggs, larvae, and defects such as knots, sunscald, injuries, abrasions, and disfigurement. All trees shall be heavy caliper specimens, devoid of wounds, scars, or uncharacteristic blemishes on their trunks. Refer to the Plant List on the Contract Drawings for the specified plant material species, varieties, types, sizes, forms, and minimum required heights, spreads, calipers, and other requirements. Grade: Provide plant material of sizes and grades conforming to ANSI Z60.1 for type of plant material required. Plant material of a larger size may be used if acceptable to the Engineer, with a proportionate increase in size of roots or balls. Label each plant material of each variety with a securely attached, waterproof tag bearing legible designation of botanical and common name. Plant Material shall have grown in boxed or containers for sufficient time to permit full rooting within the specified container to bind the planting soil, but not so long as to create a “rootbound” condition. No boxed or container plant material shall be planted which have cracked or broken balls of earth when separated f rom their boxes or containers. No plant material shall be planted with damaged roots, broken root balls, or which are found to be “rootbound” when separated from their containers. 20-3.01B(2)(a)(i) Plant Material Review and Tagging At the discretion of the Engineer, trees and other plant material will be reviewed, photographed, and tagged by the Engineer at the nursery, or other place of growth prior to delivery of plant material to the Project Site. Contractor shall verify with the Engineer if tagging operations are required. Tagging of plant material at the nursery or place of growth does not cancel the right of the Engineer to reject plant material at the Project Site, if damaged or unacceptable conditions are found that were not detected at the nursery, place of growth, or in the submitted photographs. 20-3.01B(3)(b) Shade and Flowering Trees Shade Trees: Single-stem trees with straight trunk, well-balanced crown, and intact leader, of height and caliper indicated, conforming to ANSI Z60.1 for type of trees required. Container-grown trees will be acceptable and shall be subject to meeting ANSI Z60.1 limitations for container stock. Branching Height: 1/3 to 1/2 of tree height, or as indicated. Page 335 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 70 Spec No.2021-179 Small Trees: Small upright or spreading type, branched or pruned naturally according to species and type, and with relationship of caliper, height, and branching recommended by ANSI Z60.1, Container-grown trees will be acceptable and shall be subject to meeting ANSI Z60.1 limitations for container stock. Stem form shall be as follows: Form: Single stem, unless otherwise indicated. 20-3.01B(3)(c) Ground Covers Provide ground covers and plants established and well rooted in removable containers or integral peat pots and with not less than the minimum number and length of runners required by ANSI Z60.1 for the pot size indicated. 20-3.01B(3) Planting Soil For all planting areas except where Import Bioswale Soil is placed. Planting Soil Characteristics: pH: 6 to 7 Organic content: 4-6 percent Soluble salts: less than 2 dS/m Texture: 40-65% Sand, 25-60% Silt, 5-20% Clay. Soil shall be free of stones and clods larger than 1/2”, roots, trash, and other deleterious material not suitable for healthy plant growth. Planting Soil Source: Existing topsoil from existing planting areas, stockpiled for use in new planting areas. Existing topsoil may require amendment according to soil fertility laboratory test to meet these specifications. Import topsoil from local, off-site retail source or manufactured site topsoil. Available import topsoil may require amendment according to soil fertility laboratory test to meet these specifications. Approved Planting Soil Supplier: American Soils Products, Richmond, CA. Placement Depth: 24” plus transition layer. Provide recent laboratory soil test. 20-3.01B(4) Soil Amendments Organic Compost: Composted organic soil amendment, “Soil Conditioner”, manufactured by American Soils Products, Richmond, CA, or equal as approved by the Engineer. Organic compost soil amendment shall be mature, stable, weed free, and produced by aerobic decomposition of organic matter. Compost feedstock may include: agricultural, food or industrial residuals; yard trimmings. The product must not contain any visible refuse or other physical contaminants, substances toxic to plants, or over 5% sand, silt, clay or rock material by dry weight. The product shall possess no objectionable odors. The moisture level shall be such that no visible water or dust is produced when handling the material. The material shall be certified by the US Composting Council. Biosolids shall not be included. Contractor shall submit proof of the soil conditioner compost product use by providing a sample as identified herein this Section, and the most recent lab analysis. Substitution for “Soil Conditioner” must be requested in writing by the Contractor and approved in writing by the Engineer at least 30 days prior to installation. The organic amendment shall have (at a minimum) the following properties: pH 6.0 – 8.5 Total Nitrogen (N) 1.0% Phosphorus (as P2O5) 2.0% Potassium (as K2O) 0.2% Carbon-to-Nitrogen Ratio <25-to-1 Soluble Salt Concentration <10dS/m Page 336 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 71 Spec No.2021-179 Moisture 30-65% dry weight analysis Organic Matter 30-65% dry weight analysis Screen Analysis 98% passing 3/4” screen or smaller Bulk Density 1,000 to 1,100 pounds/cubic yard Stability >80% relative to positive control Maturity >80% relative to positive control Lime: ASTM C 602, Class T, agricultural limestone, containing a minimum 80% calcium carbonate equal, with a minimum 99 percent passing a No. 8 sieve and a minimum 75 percent passing a No. 60 sieve. Provide lime in the form of dolomitic limestone. Aluminum Sulfate: Commercial grade, unadulterated. Sand: Clean, washed, natural or manufactured sand, free of toxic materials. Perlite: Horticultural perlite, soil amendment grade, 6.5 to 7.5 pH. Peat Humus: Finely divided or granular texture, with a pH range of 6 to 7.5, composed of partially decomposed moss peat (other than sphagnum), peat humus, or reed-sedge peat. Peat Humus: For acid-tolerant trees and shrubs, provide moss peat, with a pH range of 3.2 to 4.5, coarse fibrous texture, medium-divided sphagnum moss peat or reed-sedge peat. Sawdust or Ground-Bark Humus: Decomposed, nitrogen-treated, of uniform texture, free of chips, stones, sticks, soil, or toxic materials. When site treated, mix with at least 0.15 lb of ammonium nitrate or 0.25 lb of ammonium sulfate per cu. ft. loose sawdust or ground bark. Manure: Well-rotted, unleached stable or cattle manure containing not more than 25 percent by volume of straw, sawdust, or other bedding materials; free of toxic substances, stones, sticks, soil, weed seed, and material harmful to plant growth. Herbicides: EPA registered and approved, of type recommended by manufacturer. Use only as approved by Engineer. Water: Clean, fresh, and potable. Gypsum: Commercially processed and packaged agricultural-grade (CaSO4) Calcium Sulfate Product, 92.0% minimum, pH at 7.1. Ninety percent (90%) shall pass through a 50-mesh screen. The acceptable commercial grade product used shall be Domtar Gypsum, or equal as approved by the Engineer. Iron Sulfate: Ferric or ferrous sulfate in dry application, pelleted or granular form, containing not less than 20% metallic iron, and 10% sulfur. It shall conform to the Agricultural Code of the State of California. The acceptable commercial grade product used shall be Cal Iron Plus, or equal as approved by the Engineer. Soil Sulfur: Elemental Sulphur (99%) commercially manufactured. Sizing on stacked screen shall be approximately: 8- mesh 4.3%; 20-mesh 7.8%; 50-mesh 46.9%; 100-mesh 39.3%; 200-mesh 1.7%. The acceptable commercial grade product used shall be Wil-Gro, Union Chemicals, or equal as approved by the Engineer. Iron Oxide: 45% iron (expressed as metallic iron) derived from iron oxide with micronutrients. Sulfate of Potash: Agricultural grade product containing 50% to 53% of water-soluble potash. Single Superphosphate: Commercial grade product containing 20% to 25% available phosphoric acid. Ammonium Sulfate: Commercial grade product containing approximately 21% ammonia. Ammonium Nitrate: Commercial grade product containing approximately 34% ammonia nitrogen. Iron: Commercial grade product containing approximately 45% Iron (Fe), non-staining, Gro-Power Premium Green Iron, or equal as approved by the Engineer. Page 337 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 72 Spec No.2021-179 Volcanic Rock: Clean, free of materials toxic to plant growth, 60 lbs. per cubic foot maximum damp weight, 0 to 1/4” diameter. Water Storing Polymer: “Broadleaf P4”, as manufactured by Broadleaf Industries, Chula Vista, CA 619-585-5000, or equal as approved by the Engineer. Soil Conditioner: Composted organic soil amendment, “Soil Conditioner”, manufactured by American Soils Products, Richmond, CA or equal as approved by the Engineer. 20-3.01B(5) Fertilizers Composition: Nitrogen (N), phosphorous (P), and potassium (K) content. Fertilizer shall be furnished in amounts recommended from the soil analysis, as reported from a qualified soil-testing agency. Refer to previous section. Steamed Bone Meal: OMRI-certified, commercial, raw, finely ground; minimum of 4 percent nitrogen and 20 percent phosphoric acid. Blood Meal: OMRI-certified, or equal. Feather Meal: OMRI-certified, commercial, supplied mixed with chicken manure to encourage decomposition, pelletized; minimum of 12% nitrogen. Mycorrhizal Inoculum for Plant Materials from Container Stock: In addition to providing Fertilizer, provide a dual soil- conditioning biological inoculum system of endo-and ecto- Mycorrhizal to further aid the plants ability to efficiently uptake available soil nutrients and also increase resistance to drought. Approved suppliers include: 7-gram Myco-Pak, Tri-C Enterprises LLC, Chino, CA, 800-927-3311 4 oz. Packet - Roots 1 Step, Roots, Inc., Independence, MO, 800-342-6173 Or approved equal. 20-3.01B(6) Structural Soil The Contractor shall provide and place structural soil in the location as shown in the Plans. You shall coordinate the installation with the provisions of Section 11.24 CONCRETE WORK of these Special Provisions. Structural Soil shall comply with the following: ASTM: American Society of Testing and Materials USDA: United States Department of Agriculture AASHTO: American Association of State Highway and Transportation Officials Provide Structural Soil, complete as shown and specified. Contractor shall submit certificates for clay loam soil and crushed stone components of Structural Soil. Certificates shall be prepared by an independent testing laboratory. Certificates shall state: name and address of laboratory, physical properties of material, and chemical properties of material. Supplier of Structural Soil mix shall supply certificate of testing. Certificate shall be prepared by an independent testing laboratory. Certificates shall state: name and address of laboratory, California Bearing Ratio of 50 or greater (ASTM D1883; AASHTO T 193), and dry weight of stone in blend. The clay loam soil shall have the following physical properties and proportions by volume compared to the USDA Soil Classification System: Gravel, less than 1% Sand, 20-50% Silt 20-50% Clay 20-40% Page 338 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 73 Spec No.2021-179 Chemical analysis to meet following criteria: pH 5.5-7.5 Organic matter 2-5% by dry weight Free of toxic elements and compounds Soluble salt less than 1.0 millimho per cm. Fertilizers of types and in proportions recommended by soils report generated by the manufacturers of the structural soil. The crushed stone shall be angular crushed stone of a clean hard dense character that can withstand compaction without crumbling and will not disintegrate in water. Size of stones shall be between ¾” and 1½” and specific gravity between 2.5 and 3. Sieve analysis: 2” 100% 1½” 94% 1” 43% ¾” 12% ½” 7% 3/8” 4% #4 2% Hydrogel shall be a potassium copolymer, with properties that will adhere soil to stone, such as Gelscape (manufactured by Amereq,Inc, New York, NY; phone: 800 832 8788) or Broadleaf P4 (manufactured by Broadleaf Industries, Costa Mesa, CA; phone: 800 628-7374). A certified company shall blend the Structural Soil consisting of clay loam, crushed stone, tackifier and water in following proportions by volume: Crushed stone 100 units Clay loam soil 20 units Tackifier 0.03 units Water As needed for soil to adhere to stone Obtain a uniform mixture without clumps. Obtain a mixture within 1% of optimum moisture content as measured by AASHTO T 99 (ASTM D 698). The Engineer offers the following companies who can mix the Structural Soil: American Soil & Stone (Richmond Annex), 2121 San Joaquin Street, Bldg.A Richmond, CA 94804; (510) 292- 3000 TMT Enterprises, 1996 Old Oakland Road, San Jose, CA; contact Matt Moore at (408) 432-9040 Gail Materials, 1256 Magnolia, Corona, CA; contact Nick Leinen at (909) 279-1095 Axner Excavating, Inc., 2900 Old Oregon Trail, Redding, CA; contact Ed Axner, Jr. at (530) 222-0539 20-3.01B(7) Weed Control Barrier / Filter Fabric Type: Permeable weed barrier fabric, “Style 0040” by Amoco Fabrics and Fibers Company, or “Typar 3401” by Reemay, or equal as approved by the Engineer. 20-3.01B(8) Stakes Page 339 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 74 Spec No.2021-179 Trees without grate and at Tree Grate Type 2: Two lodgepole pine tree stakes, 3’ diameter, driven into soil outside of the tree’s rootball area. One pair of flexible black vinyl tree ties for each pair of tree stakes, attached with 11/4” galvanized screws. Tree ties: Cinch-Tie (V.I.T. Products, Inc, 800-729-1314, www.vitproducts.com). Or approved equal. Trees at Tree Grate Type 1: Mega Grate Stake system, bolt-on steel stake with adjustable height ‘T’ bar, UV resistant vinyl tubing, powder-coated black. Supplier: J. R. Partners, 47410 Via Florence, La Quinta, CA 92253, 209-634-7791. 20-3.01B(9) Miscellaneous Materials Anti-Desiccant: W ater-insoluble emulsion, permeable moisture retarder, film forming, for trees and shrubs. Deliver in original, sealed, and fully labeled containers and mix according to manufacturer's instructions. (Aquatrols Corporation, Cherry Hill, NJ (609) 751-0309, or equal as approved by the Engineer). Water: Clean, fresh, and potable. Stress Reducing Agent: Roots Concentrate, as manufactured by Roots, Inc., New Haven, CT 203-786-5295, or equal as approved by the Engineer. Wetting Agent and Soil Penetrant: Roots NoBurn, as manufactured by Roots, Inc., New Haven, CT 203-786-5295, or equal as approved by the Engineer. 20-3.01C Construction 20-3.01C(1) General Installation practices of the landscape plant materials shall be performed during those periods when weather and soil conditions are suitable and in accordance with locally accepted horticultural practice, as approved by the Engineer. Contractor shall notify the Engineer in writing the anticipated commencement date and length of duration of the landscape installation. Examine areas to receive landscaping for compliance with requirements and for conditions affecting performan ce of Work of this Section. Do not proceed with installation until unsatisfactory conditions have been corrected. No planting shall be done in any areas until they have been satisfactorily prepared in accordance with this Section. Soil moisture level prior to planting shall be no less than 75% of field capacity. The determination of adequate soil moisture for planting shall be the sole judgment of the Engineer, and their decision shall be final. If the soil moisture level is found to be insufficient for planting, all planting pits shall be filled with water and allowed to drain before commencing planting operations. No more plants shall be distributed in the planting area on any day than can be planted and watered on that day. All plants shall be planted and watered as specified herein immediately after the removal of their containers. Containers shall not be cut prior to placing the plants in the planting area. Lay out individual tree and shrub locations and areas for multiple plantings. Stake locations, outline areas, and secure Engineer’s acceptance before the start of planting work. Make minor adjustments as may be required. Prior to Work in this Section, Contractor shall examine previously installed Work from other trades and verify that such Work is complete and as required, to the point where the installation of the landscape may commence properly. Planting areas, which become compacted in excess of 85% relative compaction due to construction activities, shall be tilled and thoroughly cross-ripped to a minimum depth of 9” to alleviate the condition, taking care to avoid all existing subsurface utilities, drainage, etc. 20-3.01C(1) Protection of site Contractor shall protect existing and new improvements and systems installed prior to planting installation. Maintain protection in place until completion of Work and maintenance period. Page 340 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 75 Spec No.2021-179 Protect concrete paving, headers, and drainage from staining due to contact with wet nitrogen stabilized mulch/sawdust or contact with chelated iron. Correct any stained concrete. 20-3.01C(2) Agronomic Soils Report Recommendation Planting operations shall not commence until the results of the Agronomic Soils Report are reviewed by the Engineer. The Agronomic Soils Report Recommendation shall take precedence over the amendment and fertilizer application rates specified herein or on the Contract Documents. 20-3.01C(1) Percolation Tests Prior to installing any plant material, the Contractor shall perform a minimum of four (4) percolation tests in representative areas of the project site to verify acceptable natural drainage for the planting pits of the plant material. The Contractor shall verify the locations of the percolation tests through the direction of the Engineer. Each test shall be performed as follows: Dig a hole 2’-0” wide x 2’-0” long x 2’-0” deep. Fill the hole with water to top and cover with plywood and barricade. Allow hole to drain and fill again to top. Make daily observations, noting the depth of water each day. Report findings, in writing, to the Engineer. Include the length of time the water takes to drain completely from each hole, date of test, location, and other information, which may be useful in providing further recommendations. Based on the combined results of the Soil Fertility Test and the Percolation Test, the Contractor may be required to install additional tree drainage sumps or other drainage methods at each planting pit for trees larger than 15-gallon container stock. Should additional tree drainage sumps or other methods are needed, based on the results of the soil fertility and percolation tests, per the direction of Engineer, then fair and adequate compensation shall be awarded to the Contractor to provide these additional measures. 20-3.01D Payment Not used. 20-3.02 PLANTING WORK 20-3.02A General Section 20-3.02 includes specifications for planting plants. 20-3.02B Materials Not used. 20-3.02C Construction 20-3.02C(1) Preparing Planting Areas Planting Soil Depth: Full depth of 24” plus transition layer wherever planting occurs. Excavate and remove existing soil to 2’ depth from final finish grade. Loosen subgrade of planting bed areas to a depth of 8”. Hand-scarify existing site soil on sides of planting beds to encourage lateral root growth. Spread planting soil mixture in 6” lifts to depth required meeting thickness, grades, and elevations shown, after light rolling and natural settlement. Place first lift of planting soil mixture and work into the top 6” of loosened subgrade to create a 1’ transition layer and then place remainder of planting soil mixture. If amendment is required after placement of planting soil, spread amendments evenly on surface and incorporate using mechanical rotary and hand tools to achieve depth required meeting thickness, grades, and elevations shown, a fter light rolling and natural settlement. Page 341 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 76 Spec No.2021-179 Incorporate mycorrhizal inoculum into planting soil. Where excavation and bed preparation practices are determined by the Engineer to cause damage to roots of existing trees to remain, a revised depth of 6”-12” for planting soil plus transition layer may be approved. 20-3.02C(2) Finish Grading Finish grading shall be as indicated on the Civil Engineer Drawings, unless otherwise noted on the Contract Drawings prepared by the Engineer or noted herein this Section. Contractor shall report discrepancies (if any) to the Engineer and Civil Engineer for clarification and resolution. Finish grades shall be measured at the top surface of surface materials. The finish grade below adjacent paving, curbs, or headers shall be two inches (2”) in shrub and/or groundcover areas. Remove all rocks two inches (2”) and larger to a depth of four (4”) inches below finish grade of shrub and groundcover areas and all other growth or debris from the site. Fill gullies or ruts in excess of one (1”) inch deep on areas to be planted with shrubs and groundcovers using adjacent soil, and compact soil to adjacent finish grade of soil. Contractor shall take every precaution to protect and avoid damage to sprinkler heads, irrigation lines, drainage lines, improvements by other trades, and all underground utilities during grading and conditioning operations. The Contractor shall maintain established site grades and drainage during all stages of landscape construction. The finish grading shall be smooth, uniform, and free from abrupt grade changes and depressions to insure positive drainage of the site. All surface drainage shall drain away from buildings, walls, and walks, and shall drain towards roadways, streets, gutters, drains, and catch basins. Final grades shall be acceptable to the Engineer before commencement of planting operations. Planting or other landscape site construction improvements installed without prior approval of finish grades by the Engineer shall be re- installed under requirements of this Section and other Sections of the Contract Specifications, with no additional cost to the Owner. 20-3.02C(3) Planting Plants 20-3.02C(3)(a) Excavation for Trees and Shrubs Pits and Trenches: Excavate with vertical sides and with bottom of excavation slightly raised at center to assist drainage. Loosen hard subsoil in bottom of excavation. Container-Grown Trees and Shrubs: Excavate to three times (3x) the container width and depth, plus the following setting-layer depth, or as further directed by the Engineer: Setting Layer: Allow three (3”) inches of planting soil. Set top of rootball even with finish grade. Dispose of subsoil removed from landscape excavations. Do not mix with planting soil or use as backfill. Obstructions: Notify Engineer if unexpected rock or obstructions detrimental to trees or shrubs are encountered in excavations. Drill twelve-inch (12”) diameter holes three feet (3’) deep, or to water table, whichever is less, and backfill with planting soil. Drainage: Notify Engineer if subsoil conditions evidence unexpected water seepage or retention in tree or shrub pits. Fill excavations with water and allow to percolate out, before placing setting layer and positioning trees and shrubs. 20-3.02C(3)(b) Planting Trees and Shrubs Page 342 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 77 Spec No.2021-179 Set container-grown stock plumb and in center of pit or trench with top of ball raised above adjacent finish grades as indicated. Carefully remove containers so as not to damage root balls. Place stock on setting layer of compacted planting soil. Place backfill around ball in layers, tamping to settle backfill and eliminate voids and air pockets. When pit is approximately 1/2 backfilled, water thoroughly before placing remainder of backfill. Repeat watering until no more is absorbed. Water again after placing and tamping final layer of backfill. Dish and tamp top of backfill to form a three inch (3”) high mound around the rim of the pit. Do not cover top of root ball with backfill. Plant Settling: Any tree or shrub that has settled deeper than the surrounding grade shall be raised to the correct level, to the satisfaction of the Engineer. 20-3.02C(3)(b)(i) Pruning Plant Material At no time shall any plant material be pruned, trimmed, thinned, shaped, or topped prior to delivery. Any pruning, trimming, thinning, shaping, or topping of plant material shall be only conducted on the Project Site, and under the presence and direction of the Engineer. Any plant material that has been pruned and delivered to the Project Site without prior approval by the Engineer or approved Certified Arborist shall be rejected. When directed by the Engineer or an approved certified Arborist, Contractor shall prune, thin, and shape plant material according to standard horticultural practice to preserve the natural character of the plant material. Prune trees to retain required height and spread. Unless otherwise directed by the Engineer or Certified Arborist, do not cut tree leaders; remove only injured or dead branches from flowering trees. All pruning and remedial work shall be done under continuous supervision of the Engineer or approved Certified Arborist, and per ANSI A-300 Pruning Standards. The Arborist shall be certified by the International Society of Arborists (ISA); or the Certified Arborist who is a member of the American Society of Consulting Arborists, in compliance with ISA and ANSI Standards. Provide pruning, cabling and bracing, irrigation, pest and disease control and other remedial treatments as recommended by the Engineer or approved Certified Arborist, as required, to assure the long-term health of the trees and existing vegetation, and the safety of persons and property. 20-3.02C(3)(b)(ii) Tree Staking and Tying Upright Staking and Tying: Stake all trees unless directed otherwise by Owner’s Authorized Representative. Install Mega Stake per manufacturer’s specifications. Orient tree with nursery stake on sam e side as Mega Stake. Remove nursery stake. Provide additional tree ties, as directed by the Engineer, to tree trunks and stakes, to firmly support tree trunk and canopy. 20-3.02C(3)(c) Groundcovers and Plants Spacing: Space ground cover and plants at spacing indicated on the Contract Drawings. Plants shall be triangular spaced, or as indicated on the Contract Drawings. Dig holes large enough to allow spreading of roots and backfill with planting soil. Work soil around roots to eliminate air pockets and leave a slight saucer indentation around plants to hold water. Water thoroughly after planting, taking care not to cover plant crowns with wet soil. Plant Settling: Any groundcover or other plant that has settled deeper than the surrounding grade shall be raised to the correct level. 20-3.02C(3)(d) Installation of Miscellaneous Materials Page 343 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 78 Spec No.2021-179 When deciduous trees or shrubs are moved in full-leaf, spray with anti-desiccant at nursery before moving and again two (2) weeks after planting. Apply anti-desiccant using power spray to provide an adequate film over trunks, branches, stems, twigs, and foliage. 20-3.02C(3)(e) Cleanup and Protection During landscaping operations, keep pavements clean and Work area in an orderly and safe condition. Contractor shall remove all trash caused from his Work on a weekly basis throughout the duration of the Work. Protect landscaping from damage due to landscape operations, operations by other Contractors and trades, and trespassers. Maintain protection during installation and maintenance periods. Treat, repair, or replace damaged landscape work as directed. Upon completion of his Work under this Section, the Contractor shall remove all rubbish, waste, debris, excess construction materials, and other items resulting from construction operations offsite as described herein this Section and directed by the Engineer. All scars, ruts, or other marks in the ground caused by the Contractor’s Work shall be repaired. Remove all equipment and implements of service and leave the entire Project Site area in a neat, clean, and Owner- approved condition. All sidewalks, driveways, pavements, and site areas shall receive a broom -clean treatment or other cleaning treatment as directed by the Engineer. 20-3.02C(3)(f) Disposal of Surplus and Waste Materials Disposal: Contractor shall remove surplus soil and waste material, including excess subsoil, unsuitable soil, trash, and debris, and legally dispose of it off the Owner's property. 20-3.02C(3)(g) Final Review A Final Review shall be performed upon completion of the Maintenance Period. Contractor shall request attendance at the review by the Owner, Engineer, and other parties designated by the Owner of not less than one (1) week prior to the end of the Maintenance Period. At the time of Final Review, planting areas shall be free of weeds and neatly cultivated. Contractor shall perform all necessary corrective work and replacement of materials as identified. Work requiring corrective measures by the sole judgment of the Engineer shall be completed within ten (10) days of the Final Review. Corrective Work and materials replacement shall be in accordance with the Contract Drawings and Contract Specifications and shall be made at no expense to the Owner. Maintenance Period shall be continued at no expense to the Owner as determined by the Engineer until final acceptance of the completed Work is accomplished. Contractor shall request a review upon completion of corrective Work and materials replacement. If, after review, the Engineer finds the Work has been performed in accordance with the Contract Drawings and Contract Specifications, and plant materials are in satisfactory growing condition, a written notice of acceptance at the end of the Maintenance Period shall be issued by the Engineer. 20-3.02D Payment Not used. Replace section 20-4 with: 20-4.01 GENERAL Page 344 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 79 Spec No.2021-179 General Landscape Maintenance: Work Specified in this Section- furnish all labor, material, equipment and services required to maintain the landscape as specified herein for a period of one (1) year (365 days). General Landscape maintenance includes providing an operable irrigation service. Tree Maintenance: Work Specified in this Section- furnish all labor, material, equipment and services required to maintain the trees as specified herein for a period of two (2) years. Tree maintenance includes providing an operable irrigation service. The Contractor shall continuously maintain all areas involved in this Contract during the progress of the work. Improper maintenance or possible poor condition of any planting at the termination of the scheduled maintenance period may cause postponement of the final completion date of the Contract. Maintenance shall be continued by the Contractor until all work is accepted by the Engineer. Start of Maintenance Criteria - Maintenance Period shall not start until all elements of construction, planting, and irrigation for the entire project are completed and accepted in writing. The Contractor shall request an inspection to begin the plant maintenance period after all planting and related work has been completed in accordance with the Contract documents. All groundcover areas shall be planted. If such criteria are met to the satisfaction of the Engineer, a field notification will be issued to the Contractor to establish the effective beginning date of the period. The Contractor’s Maintenance Period will be extended if the provisions required within the plans and specifications are not filled. Prior to start of maintenance period, the Contractor shall submit a schedule of all activities planned during the maintenance period. This shall be accepted by the Engineer prior to the start of maintenance. All schedule changes shall be documented and accepted by the Engineer. The Contractor shall provide protection of all planting areas against traffic or other damage by erecting fencing or other protection devices immediately after planting is completed. Warning signs, flags, and/or barricades shall be placed in high-traffic areas. Damaged areas shall be repaired immediately by the Contractor at no cost to the Owner. All plant material installed under the Contract shall be guaranteed against any and all poor, inadequate or inferior materials and/or workmanship for a period of one (1) year. Any plant found to be dead or in poor condition due to faulty materials or workmanship, as determined by the Engineer, shall be replace by the Contractor at his expense. General Landscape: The start of the Guarantee Period shall commence upon completion of the 1-year Maintenance Period. Tree Maintenance: The start of the Guarantee Period shall commence upon completion of the 2-year Maintenance Period. Any materials found to be dead, missing, or in poor condition during the maintenance period shall be replaced immediately. The Engineer shall be the sole judge as to the condition of the material. Material to be replaced within the Maintenance Period shall be replaced by the Contractor within fifteen (15) days of written notification by the Engineer. Replacement trees covered by the Discretionary Tree Replacement shall be installed in or near the project area within twenty-one (21) days’ notice at the direction of the Engineer. Normal progress inspection shall be requested by the Contractor from the Engineer at least seven (7) working days in advance of an anticipated inspection. Inspections shall be at the commencement and completion of the maintenance period. All conditions noted in Landscape Planting section shall apply herein. 20-4.02 MATERIALS All materials used shall either conform to Landscape Planting specifications in other sections Page 345 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 80 Spec No.2021-179 or shall otherwise be acceptable to the Engineer. The Engineer shall be given monthly record of all herbicides, insecticides, and disease control chemicals used. 20-4.02A Maintenance Fertilizer Commercial grade complete fertilizer of neutral character, consisting of fast and slow release nitrogen. Uniform "beaded” homogeneous mixture, 100% passing through #4 mesh screen, composition suitable for application with approved equipment and shall contain the following minimum available percentages by weight of plant food. Chemical analysis shall include 50% Humus, 15% Humic Acids, 1% Soluble Metalic Iron, and soil bacteria. Nitrogen 5% minimum Phosphoric acid 3% minimum Potash 1% minimum 20-4.02B Controlled Release Fertilizer Commercial grade complete fertilizer of neutral character, consisting of fast and slow release nitrogen. Uniform "beaded” homogeneous mixture, 100% passing through #4 mesh screen, composition suitable for application with approved equipment and shall contain the following minimum available percentages by weight of plant food. Chemical analysis shall include 25% Humus, 5% Humic Acids, and 2% Iron Nitrogen 12% minimum Phosphoric acid 8% minimum Potash 8% minimum 20-4.02C Irrigation Provide replacement irrigation parts per irrigation plans as necessary. 20-4.03 CONSTRUCTION 20-4.03A Maintenance All areas shall be kept free of debris and all planted areas shall be weeded and cultivated at intervals of not more than ten (10) days. Watering, mowing, rolling, edging, trimming, fertilization, spraying, and pest control, as may be required, shall be included in the Maintenance Period. The Contractor shall be responsible for maintaining adequate protection of the planting areas. Damaged areas shall be repaired at the Contractor’s expense. 20-4.03B Shrub and Groundcover Care 20-4.03B(1) Watering Ensure proper irrigation system operation. If required for supplemental watering, provide and maintain a large enough water basin around plants so that enough water can be applied to establish moisture through the major root zone. When hand watering, use a water wand to break the water force. Use mulches to reduce evaporation and frequency of watering. 20-4.03B(2) Weed Control Keep basins and areas between plants free of weeds using hand and tool methods. Avoid frequent soil cultivation that destroys shallow roots. Use mulches to help prevent weed seed germination. Non-toxic treatments such as white vinegar may be used to control weeds in cracks. Use recommended legally approved herbicides only with written approval of the Engineer. Use of herbicides is discouraged in accordance with Alameda County Bay Friendly guidelines. 20-4.03B(3) Insect and Disease Control Apply non-toxic insecticidal soaps and other natural treatments. Refer to the Alameda County Bay Friendly guidelines for appropriate treatments. If infestation persists, maintain a reasonable control with insecticides after receipt of written approval by Engineer. 20-4.03B(4) Fertilization Fertilize all planting areas with the following: At the end of the maintenance period: 20 lbs. per 1,000 sf. of controlled release top-dress fertilizer. Page 346 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 81 Spec No.2021-179 Avoid applying fertilizer to the root ball and base of main stem; rather, spread evenly under plant to drip line. Replacement of Plants: Replace dead, dying, and missing plants with plants of a size, condition, and variety acceptable to Engineer at Contractor’s expense. 20-4.03C Tree Care 20-4.03C(1) Watering Ensure proper irrigation system operation. If required for supplemental watering, provide and maintain a 3 foot diameter or larger water basin around trees so that enough water can be applied to establish moisture through the major root zone. When hand watering, use a water wand to break the water force. Use mulches to reduce evaporation and frequency of watering. 20-4.03C(2) Weed Control Keep basins and areas below tree free of weeds using hand and tool methods. Avoid frequent soil cultivation that destroys shallow roots. Use mulches to help prevent weed seed germination. Use recommended legally approved herbicides only with written approval of the Engineer. Use of herbicides is discouraged in accordance with Alameda County Bay Friendly guidelines. 20-4.03C(3) Insect and Disease Control Apply non-toxic insecticidal soaps and other natural treatments. Refer to the Alameda County Bay Friendly guidelines for appropriate treatments. If infestation persists, maintain a reasonable control with insecticides after receipt of written approval by Engineer. 20-4.03C(4) Fertilizing Fertilize as specified under Shrub care. 20-4.03C(5) Pruning Pruning shall be performed only under the supervision of a certified arborist. The following on-line information is useful: http://www.urbantree.org/index.html 20-4.03C(6) Maintenance Every Three Months Inspect for and remedy any wear on trunk and branches against stakes, tree grate, or other item near tree. Inspect tree stake and ties. Check irrigation to each tree for clogging, flooding, erosion, breakage, or other harmful conditions. During fall and winter seasons, provide selective pruning of trees under the direction of a certified arborist to eliminate poor branching structure, broken branch stubs, and branches below six feet that conflict with vehicular/pedestrian access and visibility. Do not prune leaders. 20-4.03C(7) Tree Stakes Provide additional staking of trees as required to prevent leaning and damage. Material costs shall be reimbursed by the Owner. Relocate stakes to better brace tree against wind and to provide proper support. Provide additional or replacement ties for tree stakes. Remove tree stakes from each tree as directed by the Engineer. Deliver stakes to County corporation yard as directed. 20-4.03D Final Acceptance of the Project Prior to the date of the Final Inspection, the Contractor shall acquire from the Engineer approved, reproducible prints and final record from the job record set of all changes made to the all plans during construction, label said prints “As- Builts”, and deliver to the Engineer and as required to any Local Agency. Prior to the date of Final Inspection, the Page 347 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 82 Spec No.2021-179 Contractor shall deliver to the Engineer the “Landscape and Irrigation Guarantee” as required. Said guarantee shall be on the Contractor’s letterhead and dated the final acceptance date. All turn-over items noted in other specification sections shall be delivered prior to a Final Inspection. 20-4.04 PAYMENT Not used. Replace section 20-5.03C(2) with: Gravel mulch must be: Type: To be selected by Engineer. Bid shall include “Pea Gravel” or similar. Size: 3/8” Color: Gray, uniform color Shall be from only 1 source. Suppliers: American Soils Products, Richmond, CA; Lynsgo Construction Materials, San Carlos, CA; Or equal. Replace the first sentence of section 20-5.03C(3) with: Apply 2” of Gravel Mulch to entire planting area indicted for Gravel Mulch and compact it by rolling. Replace sections 20-5.04B(2) through 20-5.04B(4) with: 20-5.04B(2) Organic Mulch Organic Mulch shall be well composted. Suitable as a top dressing of trees, shrubs and groundcovers, consisting of following: Type: Shredded recycled wood products consisting of 100% recycled, hand sorted, chipped and screened urban lumber. Color stained to dark brown using UV resistant organic mineral. Mulch shall be graded to average dimensions of one-half inches (1/2”) to two inches (2”) in length, and flat in cross section. Coverage depth shall be a minimum of two inches (2”), or as indicated on the Contract Drawings. Acceptable Products & Manufacturers: Dark Brown Decorative Mulch, American Soils Products, Richmond, CA, or equal. Replace item 1 in the list in the 1st paragraph of section 20-5.03D(2)(a) with: 1. Uniform tan color Replace section 20-5.05 with: 20-5.05 SITE FURNISHINGS 20-5.05A General 20-5.05A(1) Summary This Section includes all materials, labor, transportation, services, and equipment necessary for and reasonably incidental to perform the installation of site and street furnishings as shown on the Contract Drawings, and as specified herein this Section. The Work under this Section consists of furnishing and installing the following: Trash Receptacle Bicycle Rack Bench Tree Grate Type 1 Tree Grate Type 2 Planter Rail 20-5.05A(2) Quality Assurance Page 348 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 83 Spec No.2021-179 Installer Qualifications: Engage an experienced Installer who has completed in the last five (5) years and at least five (5) installations similar in material, design, and extent to that indicated for this Project. Installer will assign mechanics from these earlier applications to this Project, of which one will serve as lead mechanic. Single-Source Responsibility: Obtain each type of unit of furnishings from a single source with resources to provide products and materials of consistent quality in appearance and physical properties without delaying the Work. 20-5.05A(3) Submittals Contractor shall submit shop drawings to show component parts, fabrication, installation, and dimensions for all units indicated herein this Section. Show vandal resistant mounting hardware. Submit shop drawings for review by the Engineer. Submit manufacturer’s product data for review by the Engineer. For installed products indicated to comply with design loads, include structural analysis data signed and sealed by the qualified professional engineer responsible for their preparation. Submit samples for each material and finish. Provide powdercoat sample for each separate manufacturer. 20-5.05A(4) Coordination The Contractor shall coordinate the installation of all furnishings in this Section with all other related Work of this Contract. The Contractor shall be responsible for verifying the dimensions and required hardware of the furnishings prior to commencing installation Work. Particular attention shall be given to coordinating furnishing footings with utility locations to avoid any conflicts. 20-5.05A(5) Storage and Handling All new furnishings shall be stored as necessary to prevent damage and shall be in new condition when ready for installation. It shall be the responsibility of the Contractor to install “factory condition” furnishings 20-5.05B Materials 20-5.05B(1) Trash Receptacle Approved Manufacturer: Victor Stanley. (Representative: Rebecca Casey, 800.430.6206x1313, email rebeccac@landcapeforms.com) Approved Design: RSDC-45. Provide shop drawings or manufacturer’s cut-sheet. Powdercoat Color: per plans, or equal manufacturer’s standard powdercoat color if approved by Engineer. Surface mount. 20-5.05B(2) Bicycle Rack Custom bicycle rack per drawings. Manufacturer: Creative Pipe, Inc. P.O. Box 2458, Rancho Mirage, California 92270-1087, 800.644.8467, Email: sales@creativepipe.com, or equal. Color and Finish: powdercoat color per plans, or equal manufacturer’s standard powdercoat color if approved by Engineer. 20-5.05B(3) Bench Approved Manufacturer: Victor Stanley. (Representative: Rebecca Casey, 800.430.6206x1313, email rebeccac@landcapeforms.com) Page 349 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 84 Spec No.2021-179 Approved Design: FM-324 6-ft length. Provide shop drawings or manufacturer’s cut-sheet. Powdercoat Color: per plans, or equal manufacturer’s standard powdercoat color if approved by Engineer. Surface mount. 20-5.05B(4) Tree Grate Type 1 Each Grate Unit of all types shall consist of the complete assembly, including the frame, grate (2 pieces), and anchor bolts Approved Manufacturer: Neenah Foundry, Inc. (Representative: Park Pacific, Ted Jonsson, 888.460.7275, ted@parkpacific.com ) Approved Design: Avenue Collection R-8810. Size 36” x 60” with 16” dia. tree opening. Shall include City of Ukiah Logo, approx. 10” diameter, cast into 2 diagonally opposite corners of grate. Provide shop drawings or manufacturer’s cut- sheet.Refer to plans for all types. Material – Ferrous castings content shall range from 75% post industrial metal (scrap castings, industrial steel scrap) to 100% post consumer scrap (old engine blocks, brake drums, flywheels, etc). Castings – shall be free of blow holes, flashing, grind marks, and other surface blemishes. Castings shall be per ASTM A-45 class 35 or better ADA Compliancy- castings shall have holes no greater than ½” in the dominant direction of motion, no vertical rise of greater than ¼”, and minimum coefficient of .6 or better in wet or dry conditions. Sustainability: manufacturer shall comply with MACT (Maximum Achievable Control Technology) standards, which mandate the use of the latest air filtration technology in the manufacturing process. Production shall include recycled content as described herein. Color and Finish: Frame – Steel, painted black with rust resistant flat finish. Grate – raw finish. Contractor shall coordinate delivery so that grates may be seasoned to develop patina in advance of installation. Or equal (no known equal). 20-5.05B(5) Tree Grate Type 2 Each Grate Unit of all types shall consist of the complete assembly, including the frame, grate (4 pieces), and anchor bolts Approved Manufacturer: Neenah Foundry, Inc. (Representative: Park Pacific, Ted Jonsson, 888.460.7275) Approved Design: Boulevard Collection R-8816. Size 60” x 96” with 24” dia. tree opening. Shall include City of Ukiah Logo, approx. 10” diameter, cast into 2 diagonally opposite corners of grate on extension pieces. Provide shop drawings or manufacturer’s cut-sheet.Refer to plans for all types. Material – Ferrous castings content shall range from 75% post industrial metal (scrap castings, industrial steel scrap) to 100% post consumer scrap (old engine blocks, brake drums, flywheels, etc). Castings – shall be free of blow holes, flashing, grind marks, and other surface blem ishes. Castings shall be per ASTM A-45 class 35 or better ADA Compliancy- castings shall have holes no greater than ½” in the dominant direction of motion, no vertical rise of greater than ¼”, and minimum coefficient of .6 or better in wet or dry conditions. Page 350 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 85 Spec No.2021-179 Sustainability: manufacturer shall comply with MACT (Maximum Achievable Control Technology) standards, which mandate the use of the latest air filtration technology in the manufacturing process. Production shall include recycled content as described herein. Color and Finish: Frame – Steel, painted black with rust resistant flat finish. Grate – raw finish. Contractor shall coordinate delivery so that grates may be seasoned to develop patina in advance of installation. Or equal (no known equal). 20-5.05B(6) Planter Rail Brackets, Flanges, and Anchors: Same metal and finish as tubing, unless otherwise indicated. Stainless Steel: Tubing: ASTM A 554, Grade MT 316L. Pipe: ASTM A 312/A 312M, Grade TP 316L. Plate and Sheet: ASTM A 666, Type 316L. Bars and Shapes: ASTM A 276, Type 316L. Steel and Iron: Tubing: ASTM A 500 (cold formed) or ASTM A 513, Type 5 (mandrel drawn), as approved. Bars: Hot-rolled, carbon steel complying with ASTM A 29/A 29M, Grade 1010. Plates, Shapes, and Bars: ASTM A 36/A 36M. Castings: Either gray or malleable iron, unless otherwise indicated. Gray Iron: ASTM A 48/A 48M, Class 30, unless another class is indicated or required by structural loads. Malleable Iron: ASTM A 47/A 47M. Fasteners: Provide concealed fasteners, unless otherwise indicated. Stainless-Steel Components: Type 316 stainless-steel fasteners. Steel Components: Plated-steel fasteners complying with ASTM B 633, Class Fe/Zn 25 for electrodeposited zinc coating. Anchors: Provide cast-in-place or torque-controlled expansion anchors, fabricated from corrosion-resistant materials with capability to sustain, without failure, a load equal to six times the load imposed when installed in unit masonry and equal to four times the load imposed when installed in concrete, as determined by testing per ASTM E 488. Universal Shop Primer: Fast-curing, lead- and chromate-free, universal modified-alkyd primer complying with MPI#79. Zinc-Rich Primer: Complying with SSPC-Paint 20 or SSPC-Paint 29 and compatible with topcoat. Shop Primer for Galvanized Steel: Zinc-dust, zinc-oxide primer compatible with finish paint systems indicated and complying with SSPC-Paint 5. Grout and Anchoring Cement: Factory-packaged, nonshrink, nonmetallic grout complying with ASTM C 1107, or water- resistant, nonshrink, anchoring cement; recommended by manufacturer for exterior use. Provide rails capable of withstanding the effects of gravity loads and the following loads and stresses within limits and under conditions indicated: Uniform load of 50 lbf/ ft. (0.73 kN/m) applied in any direction. Page 351 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 86 Spec No.2021-179 Concentrated load of 200 lbf (0.89 kN) applied in any direction. Uniform and concentrated loads need not be assumed to act concurrently. Control of Corrosion: Prevent galvanic action and other forms of corrosion by insulating metals and other materials from direct contact with incompatible materials. Finishes: shall be powdercoated, color per plans. 20-5.05C Construction 20-5.05C(1) Inspection Examine the areas and conditions under which site furnishing units are to be installed and remedy any conditions detrimental to the proper and timely completion of the Work. Do not proceed with the Work until unsatisfactory conditions have been corrected in a manner acceptable to the Engineer. 20-5.05C(2) Installation Unit(s) shall be furnished and located as shown on the Contract Drawings, and as directed by the Contract Specifications. Use actual Unit(s) to establish all dimensions for installation. Erect and install Unit(s) in accordance with manufacturer's instructions and recommendations. Install unit(s) plumb, accurately, and in the correct orientation and relationship with other site furnishings, elements, and/or paving as shown on the Contract Drawings. Verify prior to installation with the Engineer. Install all footings, anchorage, and mounting hardware, as applicable, in strict accordance with manufacturer's instructions and contract drawings. Use vandal resistant hardware or industry standard epoxy resin application to nut. 20-5.05C(3) Protection Protect all furnishings against damage throughout the duration of the construction period, complying with manufacturer's directions. Touch-up Painting (if applicable): Immediately after erection, clean field welds, bolted connections, and abraded areas of the work. Paint exposed areas with paint or galvanizing material as supplied by the manufacturer. Apply by brush, to thickness recommended by paint manufacturer. 20-5.05C(4) Planter Rail 20-5.05C(4)(a) Fabrication General: Fabricate railings to comply with design, dimensions, and details indicated, but not less than that required to support structural loads. Form ornamental metal true to line and level with true curves and accurate angles and surfaces. Finish exposed surfaces to smooth, sharp, well-defined lines and arris. Welded Connections: Cope components at connections to provide close fit, or use fittings designed for this purpose. Weld all around at connections, including at fittings. Comply with AWS for recommended practices in shop welding. Clean exposed welded joints of flux, and dress exposed and contact surfaces. Mechanical Connections: Connect members with concealed mechanical fasteners and fittings. Form changes in direction by bending. Form curves by bending in jigs to produce uniform curvature; maintain cross section of member throughout bend without cracking or otherwise deforming exposed surfaces. Close exposed ends of hollow railing members. 20-5.05C(4)(b) Installation Page 352 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 87 Spec No.2021-179 Perform cutting, drilling, and fitting required for installing railings. Set railings accurately in location, alignment, and elevation. Set posts plumb within a tolerance of 1/16 inch in 3 feet (2 mm in 1 m). Align rails so variations from level for horizontal members and variations from parallel with rake of steps and ramps for sloping members do not exceed 1/4 inch in 12 feet (5 mm in 3 m). Anchor posts in concrete by inserting into formed or core-drilled holes and grouting annular space. Provide anchorage devices and fasteners where necessary for securing to in-place construction. 20-5.05D Payment Not used. Add after section 20-5.10: 20-5.11 BRICK PAVING 20-5.11A General 20-5.11A(1) Summary Section 20-5.11 includes general specifications for constructing and installing brick paving. 20-5.11A(2) Quality Assurance Source Limitations: Obtain each type of brick paver and setting material from one source with resources to provide materials and products of consistent quality in appearance and physical properties. Mockups: Build one 5’ x 5’ (minimum size) mockup for each paver type and pattern to verify selections made under sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. Mockups may become part of final work if approved by Architect. Preinstallation Conference: Conduct conference at Project site to with Engineer. 20-5.11A(3) Submittals Contractor shall submit the following for review by the Engineer: Product data Sieve analysis for aggregate setting-bed materials, according to ASTM C 136 Samples for initial selection by the Engineer, including full-size units of brick pavers. 20-5.11A(4) Delivery, Storage, and Handling Store pavers on elevated platforms in a dry location. If units are not stored in an enclosed location, cover tops and sides of stacks with waterproof sheeting, securely tied. Store aggregates where grading and other required characteristics can be maintained and contamination avoided. 20-5.11B Materials 20-5.11B(1) Brick Pavers McNear Brick and Block, Commercial Series Clay Brick Color: To be selected by Engineer from a range of standard colors. Dimension: “Standard Solid Paver” 3 7/8" x 8 1/8" x 2 7/16" Or equal. 20-5.11B(2) Aggregate Setting-Bed Materials Page 353 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 88 Spec No.2021-179 20-5.11B(2)(a) Graded Aggregate for Base Sound, crushed stone or gravel complying with requirements in Division 2 Section "Earthwork" for base course. 20-5.11B(2)(b) Sand for Leveling Course Sound, sharp, washed natural sand or crushed stone complying with gradation requirements in ASTM C 33 for fine aggregate. 20-5.11B(2)(c) Sand for Joints Fine, sharp, washed natural sand or crushed stone with 100 percent passing No. 16 (1.18-mm) sieve and no more than 10 percent passing No. 200 (0.075-mm) sieve. 20-5.11B(3)(d) Separation Geotextile Woven geotextile fabric, manufactured for separation applications; made from polyolefins or polyesters, with elongation less than 50 percent; complying with AASHTO M 288 and the following, measured per test methods referenced: Survivability: Class 2; AASHTO M 288. Apparent Opening Size: No. 60 (0.250-mm) sieve, maximum; ASTM D 4751. Permittivity: 0.02 per second, minimum; ASTM D 4491. UV Stability: 50 percent after 500 hours' exposure; ASTM D 4355. 20-5.11B(2)(e) Herbicide Commercial chemical for weed control, registered with the EPA. Provide in granular, liquid, or wettable powder form. 20-5.11C Construction 20-5.11C(1) Examination Examine areas indicated to receive paving, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance. Proceed with installation only after unsatisfactory conditions have been corrected. 20-5.11C(2) Preparation Proof-roll prepared subgrade according to requirements in Division III Section 19 "Earthwork" to identify soft pockets and areas of excess yielding. Proceed with unit paver installation only after deficient subgrades have been corrected and are ready to receive base course for unit pavers. 20-5.11C(3) Installation 20-5.11C(3)(a) General Do not use unit pavers with chips, cracks, voids, discolorations, and other defects that might be visible in finished work. Mix pavers from several pallets or cubes, as they are placed, to produce uniform blend of colors and textures. Cut unit pavers with motor-driven masonry saw equipment to provide clean, sharp, unchipped edges. Cut units to provide pattern indicated and to fit adjoining work neatly. Use full units without cutting where possible. Hamm er cutting is not acceptable. Joint Pattern: As indicated on contract drawings. Tolerances: Do not exceed 1/32-inch (0.8-mm) unit-to-unit offset from flush (lippage) nor 1/8 inch in 10 feet (3 mm in 3 m) from level, or indicated slope, for finished surface of paving. Expansion and Control Joints: Provide joint filler at locations and of widths indicated. Install joint filler before setting pavers. Make top of joint filler flush with top of pavers. 20-5.11C(3)(b) Aggregate Setting-Bed and Paver Installation Compact soil subgrade uniformly to at least 95 percent of ASTM D 698 laboratory density. Page 354 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 89 Spec No.2021-179 Proof-roll prepared subgrade to identify soft pockets and areas of excess yielding. Excavate soft spots, unsatisfactory soils, and areas of excessive pumping or rutting, as determined by Owner’s Authorized Representative, and replace with compacted backfill or fill as directed. Place separation geotextile over prepared subgrade, overlapping ends and edges at least 12 inches (300 mm). Place aggregate base, compact to 95 percent of ASTM D 1557 maximum laboratory density, and screed to depth indicated. Place leveling course and screed to a thickness of 1 to 1-1/2 inches (25 to 38 mm), taking care that moisture content remains constant and density is loose and constant until pavers are set and compacted. Treat leveling course with herbicide to inhibit growth of grass and weeds. Set pavers with a minimum joint width of 1/16 inch (1.5 mm) and a maximum of 1/8 inch (3 mm), being careful not to disturb leveling base. Use string lines to keep straight lines. Vibrate pavers into leveling course with a low-amplitude plate vibrator capable of a 3500- to 5000-lbf (16- to 22-kN) compaction force at 80 to 90 Hz. Perform at least three passes across paving with vibrator. Vibrate under the following conditions: After edge pavers are installed and there is a completed surface or before surface is exposed to rain. Before ending each day's work, fully compact installed concrete pavers to within 36 inches (900 mm) of the laying face. Cover pavers that have not been compacted, and leveling course on which pavers have not been placed, with nonstaining plastic sheets to protect them from rain. Spread dry sand and fill joints immediately after vibrating pavers into leveling course. Vibrate pavers and add sand until joints are completely filled, then remove excess sand. Leave a slight surplus of sand on the surface for joint filling. Do not allow traffic on installed pavers until sand has been vibrated into joints. Repeat joint-filling process 30 days later. 20-5.11C(3)(d) Repairing and Cleaning Remove and replace unit pavers that are loose, chipped, broken, stained, or otherwise damaged or that do not match adjoining units. Provide new units to match adjoining units and install in same manner as original units, with same joint treatment and with no evidence of replacement. Cleaning: Remove excess grout from exposed paver surfaces; wash and scrub clean. 20-5.11D Payment Not used. ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 21 EROSION CONTROL Add to section 21-2.02G: Fertilizer shall have a guaranteed chemical analysis of 10 percent nitrogen, 10 percent phosphoric acid and 10 percent water soluble potash. Add to section 21-2.03A: Remove sediment deposits from inside of existing storm drains and culverts shown on the Plans. Page 355 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 90 Spec No.2021-179 ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 22 FINISHING ROADWAY Add to section 22-1.03: Upon completion of the work, and prior to requesting final inspection, the work area shall be thoroughly cleaned of all rubbish, construction forms, stakes, excess material, and equipment, and all portions of the work shall be left in a neat and orderly condition. The final inspection will not be made until this has been accomplished. ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ DIVISION IV SUBBASES AND BASES 23 GENERAL No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 24 STABILIZED SOILS No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 25 AGGREGATE SUBBASES No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 26 AGGREGATE BASES Add to section 26-1.02A: Aggregate base shall be Class 2 3/4" inch maximum. Aggregate base shall be placed, moisture conditioned, graded, and compacted to the grades or limits shown on the Plans. Add to section 26-1.02B: Construction of the new aggregate base shall conform to Section 26 of the Standard Specifications. Grading shall comply with the requirements of Section 19 of the Standard Specifications and these special provisions. During any grading operations, the Contractor is directed to Section 7, “Legal Relations and Responsibility to the Public”. The Contractor shall protect any items, facilities, or improvements, as necessary, in order to avoid causing damage. The existing subgrade material below the new aggregate base shall be prepared as described in Section 19 of these special provisions. ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 27 CEMENT TREATED BASES No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 28 CONCRETE BASES No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 29 TREATED PERMEABLE BASES No Changes Page 356 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 91 Spec No.2021-179 ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 30 RECLAIMED PAVEMENT No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 31–35 RESERVED No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ DIVISION V SURFACINGS AND PAVEMENTS 36 GENERAL No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 37 BITUMINOUS SEALS No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 38 RESERVED No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 39 ASPHALT CONCRETE Add to section 39-2.01A(1): Test method Year of publication AASHTO T322 - Standard Method of Test for Determining the Creep Compliance and Strength of Hot Mix Asphalt (HMA) Using the Indirect Tensile Test Device 2007 AASHTO TP 79 - Standard Method of Test for Determining the Dynamic Modulus and Flow Number for Asphalt Mixtures Using the Asphalt Mixture Performance Tester (AMPT) 2018 ASTM D2172 - Standard Test Methods for Quantitative Extraction of Bitumen from Bituminous Paving Mixtures 2017 ASTM D6433 - Standard Practice for Roads and Parking Lots Pavement Condition Index Surveys 2018 Extraction of Aramid Fibers from Fiber Reinforced Asphalt Concrete – Special Test Method (Attached) 2014 Add to section 39-2.01A(2): reinforcing fibers: High tensile strength aramid fiber blend specially formulated to reinforce hot mix asphalt. fiber reinforced asphalt concrete (FRAC): A mixture of hot mix asphalt and reinforcing fibers that has greater resistance to rutting, thermal cracking, fatigue cracking, and reflective cracking as compared to convention al non-fiber asphalt mixes. Aramid Dispersion State Ratio (ADSR): A measure of the dispersion efficiency of the Reinforcing Fibers within Page 357 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 92 Spec No.2021-179 asphalt mixes. ADSR is calculated by comparing the mass of aramid in the individual state to the total mass of extracted aramid fibers, expressed as a percentage. Add to section 39-2.01A(3)(b)(i): 5. Representative fiber product sample. 6. Fiber product data sheet and certification from the Manufacturer that the fiber product supplied meets the requirements of this specification. 7. Manufacturer’s instructions and general recommendations. 8. Performance results of ADSR testing from a minimum of three (3) separate laboratory trials to validate Dispersion Efficiency. a. Perform ADSR test based on modified ASTM D2172 procedures as provided in the document entitled “Extraction of Aramid Fibers from Fiber Reinforced Asphalt Concrete – Special Test Method”. A copy of the modified extraction methodology can be obtained by making an inquiry to the Pavement and Materials Laboratory at Arizona State University at NCE@asu.edu. b. To validate ADSR results, average extracted aramid fiber quantity must equal 0.007 percent by total sample weight with no individual result less than 0.005 percent of the total sample weight. c. All tested fiber mixes must achieve a minimum ADSR of 85%. 9. Performance results of Pavement Condition Index (PCI) testing from a minimum of three (3) separate side-by- side field trials with a minimum in-service pavement age of four (4) years to validate Cracking Resistance. a. PCI surveys shall be performed according to ASTM D6433. b. Tests results shall include a control and a fiber reinforced pavement section. FRAC mix shall be identical to control mix except for the inclusion of fibers added at the same dosage as proposed on the project. c. In field performance sections shall be subject to the same environmental and traffic conditions. A minimum surface area of 500 yd2 per FRAC and control section is required. d. PCI results from fiber sections shall show a minimum 10 PCI points greater than the contr ol section after a minimum of 4 years. 10. Performance results of FN testing from a minimum of three (3) separate laboratory trials to validate Rutting Resistance. **NOTE: Testing is NOT required on samples from the job mix, submit previously completed lab testing only. a. Perform FN tests using the protocol from AASHTO TP79. b. Tests results shall include a control and a fiber reinforced mix. FRAC mix shall be identical to control mix except for the inclusion of fibers added at the same dosage as proposed on the project. c. Results from fiber specimens shall each show an average FN increase of at least 75% over control specimens. 11. Submit a minimum of five (5) public project examples within the State of California with references (name, phone number and email address) where the reinforcing fiber product was used. All historical test results submitted to validate the fiber’s performance in asphalt mixes shall be from previously completed laboratory and field trials using plant-produced FRAC from a documented source only. Results from lab- produced FRAC or FRAC from an undocumented source will not be accepted. Page 358 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 93 Spec No.2021-179 Fiber dosage rate in all submitted test reports must be equal to the rate proposed for this project. Only testing performed by an AASHTO accredited laboratory or nationally recognized university testing lab will be considered. Add to section 39-2.01A(4)(b): In the Engineer's presence and from the same production run, take the following samples: 1. Aramid Dispersion Visual Test: Collect a 10kg sample of mix from the discharge chute during first 50 tons of production. Visually assess the state of aramid fibers in the sample according AASHTO TP79 and rate the sample as “Pass” or “Fail”. a. “Pass” = All fibers exist in an Individual State and no Undistributed Clips or Agitated Bundles of fiber are detected. b. “Fail” = One or more Undistributed Clips or Agitated Bundles are detected. 2. If a sample is rated as “Fail”, adjust mixing operations to improve fiber dispersion and repeat Step 1 above. 3. If Visual Test results in three consecutive “Fail” ratings, plant mix samples should be sent to a third party laboratory for complete ADSR testing before production is allowed to commence. 4. In addition to Visual Test, use a shovel to inspect FRAC mix in the back of first three (3) trucks and every tenth truck thereafter to confirm adequate blending of the fiber. 5. Remove any observed fiber bundles from placed mixture and adjust operations per the manufacturer’s recommendation to eliminate future fiber bundle development, and repeat Steps 1 through 3 above to confirm adequate aramid fiber dispersion. New section 39-2.01B(6) Reinforcing Fibers Provide a reinforcing fiber blend of Virgin Polyolefins and Virgin Aramids that meets the requirements in the tables below. Reinforcing Fiber Material Properties Property Test Method Polyolefin Aramid Form Manufacturer Certification Serrated Monofilament Nominal Specific Gravity ASTM D276 0.91 1.44 Tensile Strength (psi) ASTM D7269 NA1 400,000 Length (in) Manufacturer Certification 0.75 0.75 Reinforcing Fiber Performance Properties Performance Measure Test Method Standard Requirement Dispersion Efficiency Aramid Dispersion State Ratio (ADSR) Modified ASTM D2172 ≥ 85% Field Performance Cracking Resistance Pavement Condition Index ASTM D6433 ≥ 10 PCI Points Increase, Minimum 4 Years Page 359 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 94 Spec No.2021-179 Resistance to Permanent Deformation (Rutting) Flow Number (FN) AASTHO TP79 ≥ 75% increase Reinforcing fibers shall be FORTA-FI®, provided by the Forta Corporation, or an approved equivalent product and meets the specified submittal, performance and material properties outlined in these Special Provisions. Replace section 39-2.01B(3) with: Asphalt binder used in HMA Type A must be Grade PG 64-16. Replace section 39-2.01B(10) with: Tack Coat shall be Grade PG 64-16, conforming to the provisions of Sections 39 and 92 of the Standard Specifications and shall be used between layers of each lift of HMA, and on curbs, gutters and construction joints. Replace the 2nd paragraph in section 39-2.02A(1) with: Produce and place HMA Type A. Add to section 39-2.02B(4): Aggregate used in HMA Type A must comply with the 3/4-inch HMA Types A gradation for initial course. Aggregate used in HMA Type A must comply with the 1/2-inch HMA Types A gradation for final course. Add to section 39-2.01B(8)(a): Deliver fiber-reinforcement in sealed, undamaged containers with labels intact and legible, indicating material name and lot number. Deliver fiber-reinforcement to location where it will be added to each batch or loaded into the mixer. Store materials covered and off the ground. Keep sand and dust out of boxes and do not allow boxes to become wet. Add aramid and polyolefin reinforcing fiber blends at a dosage rate of one (1) pound fiber per one (1) ton of asphalt. Add alternative aramid fiber blends at a rate proposed by the manufacturer that achieves the ADSR, PCI, and FN results required by Section D. A fiber manufacturer’s representative shall be on site during mixing and production. This requirement may be waived by the City if fiber manufacturer and asphalt producer can supply evidence of manufacturer’s brand of fiber being successfully produced a minimum of three (3) times at the asphalt plant to be used for the project. Batch Plant. When a batch plant is used, add fiber to the aggregate in the weigh hopper and increase both dry and wet mixing times. Ensure that the fiber is uniformly distributed before the injection of asphalt cement into the mixture. Drum Plant: Inject fibers through the RAP collar manually or by feeding them with a metered air blown system to promote rapid and complete fiber dispersion. Rate the feeding of fibers with the rate the plant is producing asphalt mix. If there is any evidence of fiber bundles at the discharge chute, increase the mixing time and/or temperature or change the angle of the fiber feeder line to increase dry mixing time. 1. Add fibers continuously and in a steady uniform manner. Provide automated proportioning devices and control delivery within ±10% of the mass of the fibers required. Perform an equipment calibration to the satisfaction of the fiber manufacturer’s representative to show that the fiber is being accurately metered and uniformly distributed into the mix. 2. Include the following with the air blown system: a. Low level indicators Page 360 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 95 Spec No.2021-179 b. No-flow indicators c. A printout of feed rate status in pounds/minute d. A section of transparent pipe in the fiber supply line for observing consistency of flow or feed. e. Manufacturer’s representative’s approval of fiber addition system Replace section 39-2.01C(3)(g) with: Where shown, place geosynthetic pavement interlayer over a coat of asphalt binder and in compliance with the manufacturer's instructions. Do not place the interlayer on a wet surface. If the interlayer, in compliance with the manufacturer’s instructions, does not require asphalt binder, do not apply asphalt binder before placing the interlayer. Before placing the interlayer or asphalt binder: 1. Repair cracks 1/4 inch and wider, spalls, and holes in the pavement. This repair is included in the work. 2. Clean the pavement of loose and extraneous material. If the interlayer requires asphalt binder, immediately before placing the interlayer, apply asphalt binder at a rate specified by the interlayer manufacturer; at 0.25±0.03 gal per square yard of interlayer; or at a rate that just saturates the interlayer; whichever is greater. Apply asphalt binder the width of the interlayer plus 3 inches on each side. At an interlayer overlap, apply asphalt binder on the lower interlayer the same overlap distance as the upper interlayer. If asphalt binder tracked onto the interlayer or brought to the surface by construction equipment causes interlayer displacement, cover it with a small quantity of HMA. If the interlayer placement does not require asphalt binder, apply tack coat prior to placing HMA at the application rates specified under section 39-2.01C(3)(f) based on the condition of the underlying surface on which the interlayer was placed. Align and place the interlayer with no overlapping wrinkles, except a wrinkle that overlaps may remain if it is less than 1/2 inch thick. If the overlapping wrinkle is more than 1/2 inch thick, cut the wrinkle out and overlap the interlayer no more than 2 inches. Overlap the interlayer borders between 2 to 4 inches. In the direction of paving, overlap the following roll with the preceding roll at any break. You may use rolling equipment to correct distortions or wrinkles in the interlayer. Before placing HMA on the interlayer, do not expose the interlayer to: 1. Traffic, except for crossings under traffic control and only after you place a small HMA quantity 2. Sharp turns from construction equipment 3. Damaging elements Pave HMA on the interlayer during the same work shift. The minimum HMA thickness over the interlayer must be 0.12 foot including at conform tapers. Add to section 39-2.01B(11): HMA shall be 1/2-inch Type A. The minimum asphalt binder content must be 6.0 percent for 1/2-inch aggregate. Asphalt binder shall be PG 64-16. Page 361 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 96 Spec No.2021-179 Add to section 39-2.02C: During the entire construction period, the Contractor shall take care to protect existing pavement and concrete surfaces. Surfaces scarred by cleanup or equipment shall be repaired in a manner satisfactory to the Engineer. Any and all damage caused by the Contractor's operations to existing roads and streets shall be repaired by the Contractor to at least the original condition and to the satisfaction of the Engineer, at no additional cost to the City. If pavement is damaged (excessive loading, grouser marking, scarring/scraping of pavement, etc.) outside the limits of the work, a full lane width grinding and overlay will be required as directed by the Engineer at no additional compensation to the Contractor. Ensure the area is clean and dry. All material accumulations which would interfere with the adhesion of the tack coat or with the placing and performance of the HMA shall be removed, including dust, loose aggregate, soil, leaves, and pieces or lumps of other foreign material deposited on the surface. A tack coat shall be applied to existing pavement including planed surfaces, between HMA layers, and to vertical surfaces of curbs, gutters and construction joints at the minimum residual rates specified in Section 39-2.01C(3)(f) “Tack Coat” of the Standard Specifications. Before placing HMA, a tack coat shall be furnished and applied uniformly to contact surfaces of all cold pavement joints, curbs, gutters, pavement reinforcing fabric and all existing pavement to be surfaced in conformance with Section 39 of the Standard Specifications. Tack coat shall be applied to any course in advance of spreading the next course unless the surface temperature is at least 140 °F. Hot mix asphalt shall not be placed until tack coat has cured. Immediately in advance of placing HMA, apply additional tack coat to damaged areas or where loose or extraneous material is removed. Close areas receiving tack coat to traffic. Do not track tack coat onto pavement surfaces beyond the job site. Placing HMA shall be done under suitable weather conditions for such operations. Rain, snow or other inclement weather will be cause for discontinuing paving Work. The Engineer shall have the authority for determining whether weather conditions are sufficient cause to postpone work. Spreading and compacting shall be performed in accordance with Section 39-2.01C and Section 39-2.02C of the Standard Specifications. HMA shall be transferred from the trucks into the hopper of the paving machine by means of a shoulder machine equipped with a conveyor belt. Any equipment used to transfer asphalt concrete to the paving machine shall not exceed the load capacity of any surface it is driven over and, therefore, shall not produce rutting or pumping of the existing roadway surface or newly placed HMA at any time. No trucks or other rubber tired construction equipment are allowed on the subgrade at any time except when proofrolling in the presence of the Engineer. Longitudinal joints in the top layer must match specified lane edges shown on the striping Plans. Longitudinal joints in lower HMA layers shall be offset at least 0.5 feet from each side of the specified lane edges. Finish rolling shall be completed before pavement surface temperature is below 150 degrees F. Traffic shall not be allowed on HMA until mid-depth temperature is below 160 degrees F and the pavement surface temperature is below 140 degrees F. The com pleted surfacing shall be true to grade and cross section, of uniform sm oothness and texture, com pacted firm ly and free from depressions, hum ps or irregularities. Dik es shall be shaped and com pacted with equipm ent capable of shaping and com pacting the m aterial to the required cross section. Page 362 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 97 Spec No.2021-179 Add to section 39-3.04: 39-3.04 Cold Planing Asphalt Concrete Pavement 39-3.04A General Existing asphalt concrete pavement shall be removed by cold-plane methods at the locations and to the dimensions shown on the Plans, including conform grinding. Striping and markings located within cold-plane limits shall be removed with cold planed asphalt concrete. Conform grinding asphalt concrete pavement shall be performed by the cold pl aning method. Planing of the asphalt concrete pavement shall not be done by the heater planing method. Cold planing machines shall be equipped with a cutter head not less than 30 inches in width and shall be operated so as not to produce fumes or smoke. The cold planing machine shall be capable of planing the pavement without requiring the use of a heating device to soften the pavement during or prior to the planing operation. The depth, width and shape of the cut shall be as indicated on the typical cros s-sections, details, or as directed by the Engineer. The final cut shall result in a uniform surface conforming to the typical cross-sections and details. The outside lines of the planed area shall be neat and uniform. Planing asphalt concrete pavement operations shall be performed without damage to the surfacing to remain in place. Planed widths of pavement shall be continuous except for intersections at cross-streets where the planing shall be carried around the corners and through the conform lines. Following planing operations, a drop-off of more than 0.15-foot will not be allowed at any time between adjacent lanes open to public traffic. When transverse joints are planed in the pavement at conform lines, no drop-off shall remain between the existing pavement and planed area when the pavement is opened to pubic traffic. If asphalt concrete has not been placed to the level of existing pavement before the pavement is to be opened to public traffic, temporary asphalt concrete tapers shall be constructed. Asphalt concrete for temporary tapers shall be placed to the level of the existing pavement and tapers on a slope of 30:1, or flatter, to the level of the planed area. Asphalt concrete for temporary tapers shall be commercial quality and may be spread and compacted by any method that will produce a smooth riding surface. Temporary asphalt concrete tapers shall be completely removed, including the removal of all loose material from the underlying surface, before placing the permanent surfacing. Such rem oved material shall be disposed of outside the highway right-of-way in accordance with the provisions of Section 14-10, “Solid Waste Disposal and Recycling,” of the Standard Specifications. Operations shall be scheduled such that not more than seven (7) days shall elapse between the time when transverse joints are planed in the pavement at the conform lines and the permanent surfacing is placed at such conform lines. The material planed from the roadway surface, including material deposited in existing gutters or on the adjacent traveled way, shall be removed and disposed of outside the right-of-way in accordance with the provisions in Section 14-10, “Solid Waste Disposal and Recycling,” of the Standard Specifications. Removal operations of cold-planed material shall be concurrent with planing operations and follow within 50 feet of the planer, unless otherwise directed by the Engineer. A cold planer may not be used for recycling asphalt concrete pavement into aggregate base. Any concrete rings (i.e., at manholes) within the roadway shall be adjusted to cleanly accommodate new HMA pavement. Schedule cold planing activities so that not more than 3 days elapses between the time the pavement is cold planed and the HMA is placed. 39-3.04B Materials Use the same quality of HMA for temporary tapers that is used for the HMA overlay or comply with the specifications for minor HMA in Section 39. 39-3.04C Construction 39-3.04C(1) General The machine used for planing shall have performed satisfactorily on similar work and shall meet the following requirements herein. Page 363 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 98 Spec No.2021-179 The planing machine shall be specifically designed and built for the planing of bituminous pavements without the addition of heat. The machine shall be capable of being operated at speeds of zero to forty feet per minute, it shall be self-propelled, and have the capability of spraying water at the cutting drum to minimize dust. The machine shall be operated in such a way so that no fumes or smoke will be produced. The machine shall be capable of removing the paving material next to curbs or gutters and be designed such that the operator thereof can at all times observe the planing operation without leaving the controls. The machine shall be adjustable for slope and depth and shall be equipped with sonic sensing devices for controlling depth. Prior to cold planing, all utility facilities shall be lowered to below the grinding planes. Limits of cold planing are shown on the Plans. The depths and dimensions of the cold planing and edge grinds are designated on the Plans and may vary as required to achieve design finish grades. Cold planing may require removal of existing asphalt concrete above gutter lips, in addition to the required depth below the gutter lip. Pavement to be cold planed may contain pavement fabric. Prior to cold planning, on streets to have a uniform depth of the existing surface removed, all utility covers shall be lowered such that the cutting teeth of the planing machine passes over the adjusted lid without causing damage to the lid or frame. Contractor will be responsible for maintaining any temporary asphalt fill material over these facilities until the final paving surface is installed. The Contractor shall clearly mark or reference lowered sanitary sewer manholes, storm drain manholes, and water valves in case emergency access is required by the agency responsible for operation of those systems. All pavement areas designated for rem oval and replacement shall be cold planed to the full width of the roadway. Pavement against curb faces shall be removed to the full depth designated for that particular section of roadway. If pavement against curb faces cannot be removed by the planing machine, the Contractor shall use other means to remove this material. If tear-out to the underlying layers occurs during the cold planing operation, the Contractor shall adjust his operation to minimize tear-out. Corrections shall include changing operation speed and replacing cutting teeth. Changes in cold planing depth shall only be made with approval of the Engineer. Areas torn out by lack of diligence on the Contractor’s part shall be corrected by placement of asphalt concrete conforming to the requirements of these special conditions. Areas torn out due to pre-existing adhesion problems in the existing asphalt concrete shall be corrected at the City’s expense as directed by the Engineer. Remove cold planed material concurrent with planing activities so that removal does not lag more than 50 feet behind the planer. During the cold planing operation, the Contractor shall sweep the roadway with mechanical equipment and remove all loosened material from the project site until completion of the removal work. All material removed shall be considered the property of the Contractor and shall be removed and disposed of in accordance with Section 14-10, “Solid Waste Disposal and Recycling,” and all applicable laws at the Contractor’s expense. Contractor shall dispose of all asphalt concrete generated from removal or demolition activities on the project at a recycler for these materials. The Contractor shall provide receipts verifying delivery and approximate quantities (in tons) of the material delivered to a material recycler. All other excess materials from the project shall become the property of the Contractor and shall be disposed of by him at his expense. In addition to removing the cold planned asphalt concrete, the Contractor shall remove any slurry seal or asphalt concrete which is adhered to the top of the adjacent gutter, cross gutter, or spandrel. The Contractor shall take all necessary measures to avoid the dispersion of dust. Attention is directed to section 18, “Dust Palliatives,” of the Standard Specifications and these special provisions. Page 364 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 99 Spec No.2021-179 Add to section 39-3.05C: Asphalt and concrete removal operations shall be performed without damage to any structure or facility that is to remain in place, and the Contractor shall, at his own expense, repair any such damage to the satisfaction of the Engineer. Where no joint exists between concrete or asphalt concrete to be removed and concrete or asphalt concrete to remain in place, the concrete or asphalt concrete shall be cut in a neat line to a minimum depth of 0.25-foot with a power driven saw before the concrete or asphalt concrete is removed. Asphalt shall be removed along clean, straight lines and may be cut by any method which will not damage existing pavement, base or subgrade to remain in place. Edges of asphalt broken down during the making of subgrade shall be recut and removed before surfacing material or new as phalt pavement is placed, and no additional compensation will be made therefor. Sections of asphalt outside the lines and limits of removal shown on the Plans or established by the Engineer that are removed, broken or damaged by the action of the Contract or, or through his negligence or operations, shall be replaced by the Contractor at his own expense to the satisfaction of the Engineer. Striping and markings located within asphalt pavement removal limits shall be removed as part of asphalt concrete removal. The Contractor shall dispose of all Portland cement concrete and asphalt concrete generated from removal or demolition activities on the project at a recycler for these materials and in accordance with Section 14-10, “Solid Waste Disposal and Recycling,” of the Standard Specifications. The Contractor shall provide receipts verifying delivery and approximate quantities (in tons) of the material delivered to a material recycler. All other excess materials from the project shall become the property of the Contractor and shall be disposed of by him at his expense. ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 40 CONCRETE PAVEMENT No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 41 EXISTING CONCRETE PAVEMENT No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 42 GROOVE AND GRIND CONCRETE No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 43–44 RESERVED No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ DIVISION VI STRUCTURES 45 GENERAL No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 46 GROUND ANCHORS AND SOIL NAILS No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 47 EARTH RETAINING SYSTEMS No Changes Page 365 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 100 Spec No.2021-179 ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 48 TEMPORARY STRUCTURES No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 49 PILING No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 50 PRESTRESSING CONCRETE No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 51 CONCRETE STRUCTURES No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 52 REINFORCEMENT No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 53 SHOTCRETE No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 54 WATERPROOFING No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 55 STEEL STRUCTURES No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 56 OVERHEAD SIGN STRUCTURES, STANDARDS, AND POLES No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 57 WOOD AND PLASTIC LUMBER STRUCTURES No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 58 SOUND WALLS No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 59 STRUCTURAL STEEL COATINGS No Changes Page 366 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 101 Spec No.2021-179 ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 60 EXISTING STRUCTURES No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ DIVISION VII DRAINAGE 61 GENERAL No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 62-63 RESERVED No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 64 PLASTIC PIPE No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 65 CONCRETE PIPE No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 66 CORRUGATED METAL PIPE No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 67 STRUCTURAL PLATE CULVERTS No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 68 SUBSURFACE DRAINS No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 69 OVERSIDE DRAINS No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 70 MISCELLANEOUS DRAINAGE FACILITIES No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 71 EXISTING DRAINAGE FACILITIES Add to section 71-5.03B: The concrete around all adjusted frames, covers, grates and manholes shall be left one and one-half (1-1/2”) inches lower than the adjacent pavement. The concrete surface shall be tack coated with 0.10 gallons per square yard and paved with ½ inch Type A HMA. Immediately after placement, the surface shall be sand sealed. The surface adjusted facilities shall be true to the new pavement surface to within one-eighth inch (1/8”) deviation. This Page 367 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 102 Spec No.2021-179 tolerance shall apply in a single direction only, either up or down. In addition, the adjusted facility shall not vary by the high tolerance on one side and the low tolerance on the other (i.e. the total aggregated tolerance on both sides shall be limited to the 1/8” inch variation). This variation shall apply to the adjacent patch paving around the facility as well such that neither the paving nor the facility vary by more than the stated tolerance. ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ DIVISION VIII MISCELLANEOUS CONSTRUCTION 72 SLOPE PROTECTION No Changes. ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 73 CONCRETE CURBS AND SIDEWALKS Add to section 73-1.02A: Flag pole sleeves shall be Schedule 40 PVC pipe. Replace section 73-1.02B with: Pedestrian curb ramp detectable warning surface shall consist of raised truncated domes constructed with pedestrian ramps in conformance with the details shown on the Plans and described in these special provisions. The detectable warning surface shall be Vitrified Polymer Composite (VPC) Cast In Place Detectable/Tactile Warning Surface Tiles, and shall be an epoxy polymer composition with an ultra violet stabilized coating employing aluminum oxide particles in the truncated domes. Detectable warning surface shall be Armor-Tile cast-in-place detectable warning surface or approved equal. Submit manufacturer’s literature describing products, specifications, installation procedures and routine maintenance. Install in strict accordance with manufacturer’s written installation procedures. The color of the detectable warning shall be yellow conforming to Federal Standard 595B, Color No. 33538. The finish surface of the detectable warning surface shall be free from blemishes. No cutting of the tiles will be allowed. Installation will be per manufacturer’s instructions or as directed by the Engineer. The manufacturer shall provide a written 5-year warranty for prefabricated detectable warning surfaces, guaranteeing replacement when there is a defect in the dome shape, color, fastness, sound-on-cane acoustic quality, resilience, or attachment. The warranty period shall begin upon final acceptance of the project. Prior to constructing the cast-in-place detectable warning surface, the Contractor shall demonstrate the ability to produce a detectable warning surface conforming to the details shown on the Plans and these special provisions by constructing a 24" x 24" test panel. Add before the 1st paragraph in section 73-3.03: Before placing concrete, verify that forms and site constraints allow the required dimensioning and slopes shown. Immediately notify the Engineer if you encounter site conditions that will not accommodate the design details. Modifications ordered by the Engineer are change order work. Before placing concrete, verify that flag pole sleeves are installed in the locations shown on the Plans. Replace section 73-4.01C with: Submit the manufacturer data for the curing and finishing compounds for each type of concrete finish. Replace section 73-4.01D(1) with: Installer Qualifications: Engage an experienced Installer who has completed in the last three (3) years at least ten (10) concrete installations similar in material, design, and extent to that indicated for this Project, and whose work has resulted in construction with a record of successful in-service performance. The installer shall be able to document examples of completed work. Page 368 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 103 Spec No.2021-179 Specifications and recommended practices of American Concrete Institute (ACI), American Society for Testing and Materials (ASTM), and The Uniform Building Code are referred to in this Specification, with their individual designations are to be considered part of this Specification. Single-Source Responsibility: Obtain each color, type, and variety of concrete, aggregates, sand, joint materials, and other materials, from a single source with resources to provide products and materials of consistent quality in appearance and physical properties without delaying the Work. Add after the last paragraph in section 73-4.01D(2): Exposed Aggregate Finish: Provide three different applications of light exposed aggregate to test density. Light exposed aggregate finish shall be similar appearance to light sandblast finish. Use Grace Top-Cast Grades 05 and 15 as required to provide range of densities. Add after the last paragraph in section 73-4-02: Welded wire fabric, of a size and type appropriate for use, shall be placed in conformance to the provisions in Section 52, "Reinforcement," of the Standard Specifications. Curing compound shall be used in conformance to the provisions in Section 90-1.03B(3), "Curing Compound Method," of the Standard Specifications. 73-4.02A Exposed Aggregate Finish Concrete Surface Set Retarder: Ready-to-use, water-based solution, non-staining, non-corrosive, non-flammable, non- toxic, specifically formulated to retard the set of fresh concrete surfaces to expose the aggregates in the concrete mix. Surface retarder shall be available in a range of grades to provide the desired level of exposure. Products & Manufacturers: Subject to compliance with requirements, provide products by one (1) of the following: Grace Top-Cast Surface Retarder, Grace or equal. Provide grade to match approved mockup. Add after the last paragraph in section 73-4.03: 73-4.03A Exposed Aggregate Finish Match approved samples, to compare for color, texture, finish, and other characteristics relating to aesthetic effects. Locate as indicated on plans. All work shall conform to CAL OSHA /MSDS for application and clean up procedures. Work shall confirm to manufacturer’s written instructions. The depth of exposure shall be dependent upon the grade of retarder, concrete mix and surface porosity per the manufacturer’s written instructions. ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 74 PUMPING EQUIPMENT AND CONTROLS No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 75 MISCELLANEOUS METAL No Changes Page 369 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 104 Spec No.2021-179 ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 76 WELLS No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 77 LOCAL INFRASTRUCTURE Add to section 77: 77-1 SANITARY SEWER SYSTEM 77-1.01 GENERAL 77-1.01A Summary Section 77-1 includes general specifications for constructing sanitary system components and related items. Excavation, backfill and shaped bedding must comply with Section 19-3. Work shall be constructed in accordance with these Special Provisions, Standard Specifications, Plans and as directed by the Engineer. Any proposed deviations must first be approved in writing by the City Engineer. The Contractor shall provide all means necessary, to the satisfaction of the Engineer, to ensure continuous service to all existing customers during and after work hours, weekends and holidays, including the installation of temporary lines and/or temporary pumping equipment. Sewage shall be controlled in a pipeline at all times and flows or leaks in the street or open ditches shall not be allowed. Paving (permanent and temporary) shall not take place until all underground work is finished, except as otherwise noted, and the Engineer has given written notice of acceptance to the Contractor The Contractor shall provide a full size set of sanitary sewer system "record plans" for their project to the Engineer within 7 calendar days from the final connection to the City's sanitary sewer system. All deviations from the improvement plans shall be recorded on the plans in red ink. 77-1.01B Definitions NOT USED 77-1.01C Submittals The Contractor shall submit to the Engineer, in writing, a list of all materials proposed to be used on the project, showing manufacturer's name, product trade name, type, grade, and weight. Materials list shall be submitted and approved before any installation occurs. Supporting documentation and/or samples may be requested to allow the Engineer to make an informed decision on acceptance or rejection of the material. The Contractor shall provide submittals to the Engineer for all manhole components and their proposed construction prior to the start of the work. Manholes shall be constructed per an accepted submittal and any request and approval for alteration must be made in writing. The Contractor shall submit evidence of manufacturer's warranty on the product and a certificate showing compliance with applicable ASTM Standards. All bracing and shoring shall conform to the Division of Industrial Safety Construction Safety Orders. Prior to the excavation of trenches five feet or more in depth, the Contractor shall submit to the City Engineer, a detailed plan prepared by a licensed Civil or Structural Engineer showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during the excavation of such trenches. A permit must be obtained from the Page 370 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 105 Spec No.2021-179 State of California, Division of Industrial Safety and shall be submitted to the Engineer prior to starting the trench work. Proof of such permit shall be submitted to the Engineer prior to starting the trench work. Prior to disposal of any materials or operation of any equipment on sites provided by the Contractor for disposal of excess trench excavation owned by him, the Contractor shall submit to the Engineer written authorization for such disposal of materials and entry permission signed by the owners of the disposal site and the required permits The Contractor shall submit a bypass pumping and/or diversion plan for review by the Engineer at least 10 working days prior to planned commencement of bypass pumping and/or diversion. The Engineer shall approve the bypass pumping plan before commencing any bypass pumping work. The Contractor shall notify the Engineer 2 working days prior to commencing with the bypass pumping operation. The bypass pumping plan shall include design flow, documentation of pump and discharge line capacities, manufacturer, and age. Bypass pumping plan shall also include shop drawings that identify pumping location(s) and methods with sufficient detail to assure that the work can be accomplished without sewage spills. The plans shall include an emergency discharge response plan to be followed in the event of a failure of the bypass pumping system. The Contractor shall submit a flow blockage plan, for review by the Engineer, identifying at a minimum the following: 1. What devices and/or material will be used, 1. Depth of upstream manhole(s), 3. Location of existing lateral cleanouts and how they will be monitored, 4. Address of all parcels along with name and operating hours of all businesses located upstream of blockage to the next upstream manhole. Television inspection reports and video tapes made prior to and after pipe insertion. 77-1.01D Quality Assurance 77-1.01D(1) Contractor Experience Fusion equipment shall be operated only by technicians who have been certified by the pipe manufacturer or supplier who have a minimum of two (2) years of experience fusion welding 4 -inch or larger diameter pipelines. The technician’s experience shall be documented in the HDPE pipe material. The bidder, or his/her Sub-contractor, shall be properly licensed and trained to perform pipe bursting, having at least 10,000 lineal feet of successful installation in the United States within the last 2 years, in pipelines ranging from 4 t o 12 inches. Documentation of the experience and details of two years minimum training of the on-site foreman and the installers who will perform the actual pipe bursting system, shall be provided with the bid. 77-1.01D(2) Materials The City reserves the right to reject any material that may be supplied for use. If the City obtains information indicating that a listed item is not performing satisfactorily or is found to be defective, that item will be rejected and the Contracto r shall submit a replacement for review at no additional cost to the City. Any pipe delivered to the job site that, in the opinion of the Engineer, shows signs of contamination, damage and/or defect, may result in the rejection of any pipe that was delivered to the supplier on the same shipment. Controlled Low Strength Material (if used) must comply with Section 19-3 of the Standard Specifications. 77-1.01D(3) Quality Control 77-1.01D(3)a Testing of Sewer Manholes Testing of all portions of the sewer including manholes is required, and it's the Contractor's responsibility to coordinate all testing and inspections with the Engineer. The Contractor, at their option, may conduct testing at any time during construction, however, final inspection and testing for acceptance shall take place only after all sewer facilities have been installed and all trenches backfilled and compacted, including roadway base rock as specified in the Standard Specifications Page 371 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 106 Spec No.2021-179 Manholes, after all inlets and outlets have been plugged, shall be filled with water to the rim of the frame casting and shall lose no more than 2 inches over a period of 30 minutes. Even though the test for leakage is within the prescribed limits, the Contractor shall repair any obvious leaks. In lieu of the water test, testing of sewer manholes may be done by vacuum testing as specified herein. If the vacuum testing method is used, all manholes shall be tested for leakage in accordance with ASTM C 1244-93 as modified herein. Vacuum testing shall not take place until all paving is complete. Installation and operation of vacuum equipment and indicating devices must be in accordance with manufacture's recommendations and performance specifications, which must be provided by the manufacturer and approved by the Engineer. The equipment must be capable of testing the entire manhole, including the cast iron frame and grade adjustment rings. All new or rehabilitated sanitary sewer manholes shall be tested unless otherwise directed by the Engineer. If the manhole fails the test, the manhole shall be repaired and retested at the Contractor's expense. If manhole joint sealants are compromised during the vacuum test, the manhole must be disassembled and the joint sealants replaced. If there is reason to believe that the manhole has been disturbed after the initial vacuum test, additional tests may be requested by the Engineer and performed at the Contractor's expense. The Contractor may pre-test manholes at any time during construction. Any pre-test results are solely for the Contractor's use and shall not be accepted as the final test. Testing shall be done in the following manner: 1. All lift holes and joints shall be grouted and the entire manhole, including grade rings, sealed prior to testing. 2. All pipes entering the manhole shall be temporarily plugged, taking care to securely brace the pipes and plugs to prevent them from being drawn into the manhole. 3. The test head shall be placed in accordance with the manufacturer's recommendations. The test unit shall be braced against the manhole frame and not the grade ring(s) or taper. 4. The vacuum gauge and test equipment used for this test shall be supplied by the Contractor and shall be operated per manufacturer's specifications by qualified personnel. Accuracy and calibration of the gauge shall be certified by a reliable testing firm at six month intervals, or when requested by the Engineer. 5. A vacuum of 10 inches Hg ( 4.91 PS I) of mercury shall be drawn on the manhole, the valve on the vacuum line of the test head closed, and the vacuum pump shut off. The time it takes the indicator gauge to drop from 10 inches Hg (4.91 PSI) to 9 inches Hg (4.4 PSI) shall be measured. The manhole will pass the vacuum test if the time is greater than shown in the following table: Minimum Test Time Based On 48” Manhole Diameter (sec.) Manhole Depth in Feet Time in Seconds 0-4 10 4-8 20 8-12 30 12-16 40 16-20 50 20-24 59 24-30 74 After the vacuum test, manholes shall be visually inspected for leaks and defects and repaired as required by the Engineer. 77-1.01D(3)b Testing of Sewer Pipelines Page 372 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 107 Spec No.2021-179 For either exfiltration or infiltration test on sewer lines, the maximum leakage shall not exceed 250 gallons per inch of pipe diameter per mile per 24 hours as measured over a period of 30 minutes minimum. Should the leakage exceed the maximum allowable rate, the contractor shall repair, overhaul, or rebuild the defective portion of the sewer line to the satisfaction of the Engineer at no additional cost to the City. After repairs have been completed by the Contractor, the line shall be retested as specified above, all at no cost to the City. In the event that the exfiltration test prescribed above is impractical due to wet trench conditions, these portions of the sewer line where such conditions are encountered will be tested for infiltration. The Engineer shall determine whether the exfiltration or infiltration test will be used. Low pressure air testing may be used on sewer lines in lieu of water testing at the option of the Contractor. Water testing may still be required by the Engineer for certain installations. The following procedure shall be used for low pressure air testing: 1. Clean pipe to be tested by propelling a snug fitting inflated rubber ball through the pipe with water. Remove any debris. 2. Plug all pipe outlets with suitable test plugs. Brace each plug securely. 3. If the pipe to be tested is submerged in ground water, insert a pipe probe, by boring or jetting, into the backfill matetial adjacent to the center of the pipe, and detennine the pressure in the probe when air passes slowly through it. This is the back pressure due to ground water submergence over the end of the probe. All gauge pressures in the test should be increased by th.is amount. 4. Add air slowly to the portion of the pipe installation under test until the internal pressure is raised to 5.0 p.s.i.g. 5. Check exposed pipe and plugs for abnonnal leakage by coating with a soap solution. If any leakage is observed, bleed off air and make necessary repairs. 6. After an internal pressure of 5.0 p.s.i.g. is obtained, allow at least two minutes for air temperature to stabilize, adding only the amount of air required to maintain pressure. 7. After the two-minute period, disconnect the air supply and start stopwatch. The pressure of 5.0 p.s.i.g. shall be maintained for 5 minutes. 8. As an alternate, the Contractor may request the air testing procedure as presented in Section 306- 1.4.4 of the 2012 edition of the "Greenbook" Standard Specifications. After pipe installation and placement and compaction of backfill, but prior to placement of pavement, all PVC pipe shall be cleaned and then mandrel tested for obstructions, such as, but not limited to, deflections, joint offsets and lateral pipe intrusions. A rigid mandrel, as shown on the drawings shall be pulled through the pipe by hand. The minimum length of the circular portion of the mandrel shall be equal to the nominal diameter of the pipe. All obstructions encountered by the mandrel shall be corrected by the Contractor. Obstructions due to deflection shall be corrected by replacement of the over-deflected pipe. Mechanical re-rounding is not permitted. If a section of pipe fails to meet the mandrel test and is reinstalled and fails the second time, said section(s) of pipe sha ll be replaced with an approved rigid pipe material. The contractor shall furnish mandrel as shown on the Standard Drawings. The Contractor shall retest PVC pipe using a mandrel as shown on the drawings after eleven (11) months of operation. Any pipe which fails to pass the mandrel test shall be replaced at the expense of the Contractor. The City reserves the right to determine the longitudinal limits of any pipe that is required to be replaced. Pipe replacement shall be guaranteed by the project maintenance bond. 77-1.01D(3)c Television Inspection Prior to scheduling televising inspection work, all sanitary sewer construction, and any other underground work which, in the opinion of the City Engineer, has the potential to impact sanitary sewer work, shall be installed, their trenches compacted, Page 373 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 108 Spec No.2021-179 and all other testing and inspections completed and accepted. Final paving over the work shall not take place until all underground work, including television inspection, is completed and accepted by the Engineer. The Contractor shall hire an independent television inspection service to perform a closed circuit television inspection of all newly constructed sewers lines, including laterals from the main to the cleanout, and if lateral line is a replacement, from cleanout to connection point of the existing lateral. The Contractor shall notify the Engineer in writing 2 working days in advance of the date for television inspection. The Engineer or their authorized representative shall be given the opportunity to be present during the inspection. Upon receipt of the completed televising inspection digital video files and written logs, the Engineer shall be allowed 10 working days to review the video records and logs before giving written notice of acceptance and/or deficiencies of the lines to the Contractor. The Contractor shall supply plans and specifications for this work to the televising subcontractor with manhole and mainline cleanout numbers, street names, addresses and any other information required to facilitate the work. During this inspection, the Contractor or their authorized representative shall be present to observe the televising inspection. Acceptance of any portion of the sanitary sewer work shall not be given in the field at the time of televising. The Engineer shall only receive video and written logs for areas not known by the Contractor to need correction. If while conducting the initial television inspection in the field, the General Contractor or their authorized representative discovers areas that need correction, these connections shall be made and the area televised again prior to submitting the logs to the Engineer for review. If footage of video that is not required for inspection, such as; areas known to need repair, stationary video footage in sanitary sewer lines other than where required and footage not of sanitary sewer facilities, the submittal will be rejected. Any damage to facilities or obstruction to service caused by the televising operations shall be connected immediately by the Contractor at no cost to the City. The Contractor shall obtain permission from the Engineer prior to the removal of any manmade or natural obstruction needed to complete this work. Any item removed shall be replaced in kind to the satisfaction of the Engineer, and will be done at the Contractor's expense. All lines shall be flushed clean with a high-pressure commercial sewer flusher unit or by balling prior to televising. If required to televise an existing line it may be necessary to remove roots, grease or other obstructi ons prior to flushing per these Special Provisions. The equipment shall be appropriate for the type of obstruction being removed and shall not damage the pipe in any way. All debris shall be trapped at the first downstream manhole and removed. Debris will be hauled to an appropriate disposal site at the Contractor's expense. After flushing and prior to televising, an approved source of water will be discharged into the upstream manhole or mainline cleanout until water flows out of the downstream manhole. This is to be done no more than 24 hours before the video inspection takes place. High pressure flushing of the line is not to be considered as a substitute for this requirement. This shall be done to insure that all dips or sags are filled before televising, if the sanitary sewer has live flow, the Engineer may waive this requirement. Live flows that are greater than the depth of the gauge shall be temporarily plugged upstream and bypass pumped to allow for proper televising. The televising of all lines shall be recorded in a digital color format that does not require the use of specialized equipment and/or programs not already in use by the City's Engineering Department. Video files shall be on non-rewritable DVD disc(s) or flash drive(s), and shall be delivered to the Engineer along with computer program generated written inspection logs. The video files and written logs shall become the property of the City of Ukiah. Every televised run (manhole to manhole, manhole to mainline cleanout, and laterals) shall be recorded as a separate video file, with the name of the file being the manhole and/or mainline cleanout numbers for the main, and the property address for the lateral. A lateral file shall consist of the run from the clean out to the connection at the main and the run from the clean out to the connection of the existing lateral. A pan and tilt color camera shall be used for all video inspection of main lines and shall be one specifically designed and constructed for such inspections. The camera shall be mounted on adjustable skids, a tractor, or when approved by the Page 374 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 109 Spec No.2021-179 Engineer, a raft to keep it in the center of the pipe. Lighting for the camera shall be supplied by a lamp on the camera, capable of being dimmed or brightened remotely from the control panel. The lighting system shall be capable of lighting the entire periphery of the pipe. The camera shall be operative in 100% humidity conditions and shall have a minimum of 330 lines of resolution. The camera equipment shall produce a continuously monitored color picture, which will have the resolution capability to discern small hairline cracks and other minor and major defects in the sanitary sewer line. The camera equipment shall be capable of producing digital still pictures for permanent record as required. The camera shall be self-propelled or pulled by a cable winch from the downstream manhole, through the line along the axis of the pipe, at a uniform rate of l/2 foot per second maximum. Where infiltration in the sanitary sewer line is suspected, the camera shall be stopped for at least 30 seconds in the area of question and the camera shall pan and/or tilt as needed to ascertain that infiltration is occurring and the possible cause. The camera shall stop at all lateral connections, defects, sags, etc. for a period of at least 10 seconds and the camera shall pan and/or tilt as needed so that all portions of the connection or defect that is visible from with.in the main line can be completely inspected. Each pipe run between manholes being inspected may be required to be isolated from the remainder of the line by the use of a line plug to insure total viewing of the inside periphery of the pipe. The inspection shall be performed in a forward and/or backward direction according to line conditions at the time of the inspection. Every effort shall be made by the Contractor to televise in the same direction as the flow, especially during live flow conditions. The Engineer must approve any video inspection that goes against the flow. Televising subcontractor personnel shall be in constant communication during the televising operation. The Contractor shall keep a copy of the written logs on site that clearly show the exact location, in relation to the startin g manhole/mainline cleanout or lateral cleanout, of each following item discovered during the television inspection; infiltration points, lateral locations, cracks, open/pulled joints, roots, broken or collapsed sections, grease, debris, location of dips (starting and ending footage plus depth), and any other discernible features. In addition to the items noted, the video and written logs shall also note; name of project, general contractor, date, line size, length of section, manhole condition and live flow. Measurement for location of defects shall be at ground level by means of a metering device. Markings on the cable, or the like, which would require interpolation for depth of manhole or lateral cleanout will not be allowed. Measurement meters will be accurate to plus or minus one foot in a thousand and must show on video. A one-inch depth gauge pulled or pushed in front of the camera is required for all main lines up to and including 12 inch. For any line larger the Contractor shall verify required gauge size with the Engineer prior to scheduling television inspection. Measurement of laterals must be recorded on video and written log from bottom of cleanout to main and bottom of cleanout to connection at existing lateral. The following conditions shall exist prior to the television inspection: 1. All sewer lines shall be in installed, backfilled and compacted; 2. All structures shall be in place, all channeling complete and all pipelines accessible from structures; 3. All other underground facilities, utility piping and conduit within two feet of the sewer main, shall be installed, backfilled and compacted; 4. Pipelines to be video inspected shall have been flushed, and all other testing completed and accepted, including the mandrel test; 5. Immediately before the television inspection, turn fresh water into the sewer until it passes through the downstream manhole. All work performed must meet the quality and clarity standards set by the City of Ukiah and is subject to City review and rejection. Deficiencies revealed by the television inspection, in the opinion of the Engineer, shall be repaired by the Contractor to the satisfaction of the Engineer. After all required repairs are completed the areas of repair shall be televised again at the Contractor's expense. The Contractor shall be notified in writing of any deficiencies revealed by the television inspection that will require repair, following which, the Contractor shall excavate and make the necessary repairs and perform a television re -inspection. Television re-inspection shall be at the Contractor's expense. Although the final determination for required repairs will be made by the Engineer, the following observations are typical defects found in the construction of the sewer pipelines and will require corrections prior to acceptance whether or not there is a passing air test: Page 375 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 110 Spec No.2021-179 1. Off grade - deviation "down" from grade (sag) of 1" or more, unless otherwise allowed on mains larger than 12" in diameter. Any sag in the line greater than 15 linear feet, unless otherwise approved on specific installations. Any deviation "up" from grade, unless coming out of sag of less than 1" deep; 2. Separations in mainline pipe joints connected by a coupling shall be no more than l" in length on mainline sizes of 12" or smaller, and no more than 2" on trunks 15" or larger; 3. Separations over l/2" in lateral pipes connected by a coupling; 4. Any bell & spigot joint not installed per the pipe manufacturer's installation recommendations; 5. Offset joints; 6. Chips in pipe ends - none more than 1/4" deep; 7. Cracked or damaged pipe or evidence of the presence of an external object bea1ing upon the pipe (rocks, roots, etc.); 8. Infiltration; 9. Debris or other foreign objects; 10. Other obvious deficiencies when compared to Approved Plans and Specifications, these Standards and Standard Drawings. The above list is not a complete list of items that may be considered as deficiencies. The final determination for any required repair shall be made by the Engineer. 77-1.02 MATERIALS The City reserves the right to reject any material that may be supplied for use. If the City obtains information indicating that a listed item is not performing satisfactorily or is found to be defective, that item will be rejected and the Contractor shall submit a replacement for review at no additional cost to the City. Any pipe that is delivered to the job site that, in the opinion of the Engineer, shows signs of contamination, damage and/or defect, may result in the rejection of any pipe that was delivered to the supplier on the same shipment. The pipe manufacturer shall legibly mark pipe materials. Name and/or trademark of manufacturer, nominal pipe size and manufacturing standard reference number shall be printed on the pipe at 3 foot-intervals or less. Pipe sizes for pipes other than High Density Polyethylene (HDPE) are nominal inside diameter (ID) unless otherwise noted. Pipe sizes for HDPE pipes are specified by outer diameter (OD). The Contractor shall use a single manufacturer for pipe, fittings, manhole components, lateral cleanout plug unless otherwise approved by the Engineer. All materials delivered to the job site shall be new and free from defects. 77-1.02A Polyvinyl Chloride (PVC) Pipe Sewer pipe shall be SDR 26 polyvinyl chloride (PVC) pipe PVC solid wall sewer pipe and fittings for gravity sewers shall be made from all new, rigid, unplasticized polyvinyl chloride in accordance with AWWA C900, ASTM D-3034 and ASTM F-679 and shall have a minimum pipe stiffness of 46 psi. Joints shall be gasketed and conform to the requirements of ASTM D-3212 and ASTM F-477. Individual pipe lengths shall not exceed twenty (20) feet in length. All pipe shall have a manufacturer marked insertion line to indicate proper insertion of the spigot into the bell when the joint is made. Bevel and lubricate all field cut PVC pipe per manufacturer's instructions before joining. Where field cutting of pipe removes the manufacturer's insertion line, the cut pipe shall be remarked per manufacturer instructions prior to installation. All pipe, fittings, gaskets, joint lubricants and cements/solvents shall be supplied by the manufacturer and installed per the manufacturer’s specifications and recommendations. Pipe joints that are not installed per manufacturer's instructions may be required to be removed and relayed at the discretion of the engineer. All PVC pipe entering or leaving a concrete structure shall have an approved manhole gasket firmly fitted around the pipe exterior and cast into the structure base or near the structure wall center as a water stop. Page 376 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 111 Spec No.2021-179 77-1.02B HDPE 77-1.02B(1) HDPE Pipe and fittings High Density Polyethylene (HDPE) pipe is permitted for sewer lateral rehabilitation projects installed by pipe bursting. HDPE pipe is not permitted for gravity sewer installed by open cut. Pipe-bursting may be used for lateral rehabilitation/ replacement and shall conform to the latest editions of the UPC (IAPMO IS 26-2003) and the following requirements. Pipe sizes for HDPE on the Plans are specified by outer diameter (OD). All pipe shall be made from virgin grade material Only HDPE SDR 17 shall be used for pipe-bursting applications. Butt-fusion joints are not permitted. Connections to existing laterals shall be made with a watertight non-shear coupling. HDPE pipe shall be made to diameter and tolerances in accordance with ASTM D 3035. . The pipe shall be of the diameter as shown on the plans and furnished complete with all fittings, and other appurtenances as necessary for a complete and functional system. Pipe and fittings shall be made in conformance with ASTM F 714 and ASTM D 3261 as modified for the specified material. The pipe shall contain no recycled compound except that generated in the manufacturer's own plant from resin of the same specification from the same raw material pipe All HDPE pipes to be used shall not be black or any dark color in the interior. The inner wall shall be white, light green or natural. The outer wall shall be black, light green or natural. Orange, red, magenta or blue color are not acceptable. Pipe shall be marked at 3-foot intervals or less with the manufacturer’s name (or trade mark), the designation ASTM D3350 and ASTM 714, including the year of issue, the letters “PE” followed by the cell classification number of the raw material compound used, the nominal pipe size in inches, the dimensional ratio, and the manufacturer’s code identifying the resin manufacturer, lot number, and date of manufacture. Pipe shall be color identified by stripes, a color shell, or solid color. Fittings shall be marked with the following: ASTM D3261 (Butt type); manufacturer’s name or trademark; material designation; date of manufacture or manufacturing code; size (including the sizing system used, such as IPS, CTS or OD). Where the fitting size does not allow complete marking, marking may be omitted in the following sequence: size, date of manufacture, material designation, manufacturer’s name and trademark. The pipes shall be stored and handled in accordance with the manufacturer’s recommendations and shall be less than two (2) years old at the time of installation. Pipe and fittings shall be homogeneous throughout and free of serious abrasion, cutting, or gouging of the outside surface extending to more than 10 percent of the wall thickness in depth. The pipe and fittings shall be free of cracks, kinking (generally due to excessive or abrupt bending), flattening, holes, blisters or other injurious defects 77-1.03 CONSRUCTION 77-1.03A General The Contractor shall provide the equipment, materials and personnel to maintain continuous sanitary sewer service to all customers, 24 hours a day and 7 days a week during construction, including but not limited to the installation of temporary lines and pumping equipment at no additional cost to the City unless otherwise specified. Any deviation from this requirement must first be approved by the Engineer. Where ground water occurs, pumping shall continue until back filling has progressed to a sufficient height to prevent flotation of the pipe. Water shall be disposed of in such a manner as to cause no property damage or not be a hazard to public health. Any proposed temporary main connection that may be in place longer than 24 hours, shall be submitted to the Engineer for approval prior to installation. Page 377 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 112 Spec No.2021-179 Both new and existing mains shall have the ability to be accessed individually for maintenance and emergency response by City personnel at all times. All temporary connection material shall be fully removed after its intended use. 77-1.03B Excavation Excavation, backfill and shaped bedding must comply Standard Drawing No. 220, “Trench Detail Service Lateral/ Sewer Main” and Section 19-3 of these Special Provisions. Trench resurfacing shall conform to Standard Drawing No. 220, “Trench Detail Service Lateral/ Sewer Main” and the Standard Specifications. If existing utility crossings or other potential conflicts are shown on the plans or specified in other c ontract documents, the Contractor shall pot hole said areas as well as proposed connection points to the City's sanitary sewer system prior to the start of pipe laying. If conflicts are discovered during this investigation the Engineer shall be notified immediately. It is the Contactor's responsibility to ensure that sewer components are laid and bedded on sound, stable material. All existing material that has been disturbed shall be removed from the trench prior to installation of new material. The Contractor shall promptly notify the Engineer of any field conditions that may affect alignment and/or grade. Abandoned utilities found to reside in a common trench with sewer components shall be removed and disposed of prior to the installation of any new sewer facility unless otherwise directed by the Engineer. Any exposed pipe ends on abandoned lines that remain shall be plugged with Controlled Low Strength Material. All excavations shall be able to accommodate equipment and personnel required for backfilling and compaction testing. If, in the opinion of the Engineer, typical compaction methods cannot be used, the Engineer may require the use of a pneumatic Pogo Stick/Powder Puff type compactor at no additional cost to the City. Excavations around new and existing manholes shall be a minimum of 24 inches wider than the outside of the barrel section. Blasting shall not be permitted unless first approved of, in writing, by the City of Ukiah. Controlled low-strength material shall be placed at the locations shown on the plans and where cover is less than 3 feet, unless otherwise specified herein, on the plans, or approved by the City of Ukiah. Controlled low-strength material shall conform to Section 19, 19-3.02G “Controlled low-strength material”, and a material submittal is required for approval. All excavations in a traveled way with controlled low strength material backfill shall be plated or otherwise safely covered to allow for safe passage during curing. All stumps and large roots encountered during trenching operations shall be removed to the satisfaction of the Engineer. Trenching operations shall be conducted in such a manner that will not disturb existing facilities. The Contractor shall incur all costs associated with repairs needed, in the opinion of and to the satisfaction of the Engineer, by any such damage due to their operations. The trench shall be opened sufficiently ahead of the pipe laying operations to reveal obstructions. Trench crossings shall be provided as necessary to accommodate public travel and to provide convenient access to adjacent properties. Flow shall be maintained in any sanitary sewers, storm drains, water lines, or water courses encountered in trenching. Cutting of Asbestos Cement Pipe (ACP) shall be done utilizing a Pipe Cutter (snapper), of the proper type and size for the intended use. A ratcheting hand snapper shall only be used on ACP sizes of 6 inch and smaller. The "snapper", and all appurtenances shall have been inspected by the Contractor to ensure that it is in good working order prior to use. If field conditions require an alternative method for cutting the ACP, the alternative method shall comply with all laws and requirements as specified by OSHA, the Contractor's State Licensing Board, and any other governing body for this type of work. All related disposal costs shall be borne by the Contractor. In all cases, cutting, handling and disposal shall be done per the governing bodies. Cut pipe shall be properly enclosed as soon as possible after removed from the trench. Page 378 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 113 Spec No.2021-179 Unless otherwise specified, excess material from excavation shall become the property of the Contractor and shall be disposed of to the satisfaction of the Engineer. The excess material shall be removed from the site daily unless it has been preapproved for reuse. All excavated material shall be removed from the jobsite at the end of each day unless otherwise approved by the Engineer. Five days prior to cutting into any traffic detector loop the Contractor shall notify and coordinate with the Engineer. 77-1.03C Trench Bracing and Shoring All bracing and shoring shall conform to the Division of Industrial Safety Construction Safety Orders. Prior to the excavation of trenches five feet or more in depth, the Contractor shall submit to the City Engineer, a detailed plan prepared by a licensed Civil or Structural Engineer showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during the excavation of such trenches. A permit must be obtained from the State of California, Division of Industrial Safety and shall be submitted to the Engineer prior to starting the trench work. The Contractor shall take all necessary measures to protect the workers and adjacent areas and structures from the hazards of the trenching or excavation operations. Trench sheeting or boxes shall be withdrawn in such a manner as to prevent caving at the walls of excavations or damage to piping or other structures. Sheeting shall be completely removed from the trench and no backfill shall be installed against the sheeting before it is removed. Trenching operations shall be conducted in such a manner that will not disturb the existing curb, gutter and existing utilities that are to remain in place. 77-1.03D Pipe Laying Prior to start of pipe laying, the Contractor shall expose the end(s) of existing main(s) to determine individual lines and grades. New mains shall begin eight (8) feet from and on the same line and grade as the existing main. New mains shall be installed at minimum standard cover conforming to the requirements of the City Water System Design Standards, or as shown on the plans. Where construction consists of constructing a new main or extension of an existing main, the downstream end of the new main shall be securely closed with a tight fitting plug until the construction is accepted by the Engineer. Sewer pipe shall be installed on the alignment and grade as shown on the plans and in accordance with Special Provisions and the Standard Specifications, or as directed by the Engineer. Existing sewer laterals shall be removed and replaced at the locations shown on the plans, or as directed by the Engineer. Sewer pipe shall be laid in straight lines and on uniform rates of grade between points where changes in alignment or grade are shown on the plans. The interior of the pipe shall be free of foreign matter before lowering into the trench. If proper separation between new sewer lines and water mains, per the latest guidelines from the California State Water Resources Control Board cannot be maintained, the Contractor shall inf orm the Engineer immediately to get direction. The pipe manufacturer's written instructions covering the installation of their pipe, and any related materials, shall be closely followed unless otherwise directed or approved in writing by the Engineer. The trench shall not be backfilled until authorized by the Engineer. Pipe laying shall proceed upgrade with the spigots pointing in direction of flow. The invert of the pipe shall be set at required line and grade as determined from batter boards set not over 25 feet apart. Electro-optical grade setting devices may be used provided that the device will be operated by a person proficient in its operation. Any section of pipe found to be defective or which has had grade or joints disturbed shall be re-laid by the Contractor at their expense. Proper implements, tools and facilities satisfactory to the Engineer shall be provided and used by the Contractor for the safe and efficient execution of the work. All pipe, fittings and accessories shall be carefully lowered into the trench by means of Page 379 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 114 Spec No.2021-179 derrick, ropes, or other suitable equipment in such a manner as to prevent damage to pipe and fittings. Under no circumstances shall pipe or accessories be dropped or dumped into the trench. The pipe and accessories shall be inspected for visible defects prior to lowering into trench. Any visibly defective or unsound pipe shall be replaced. The line and grade of existing utilities shall not be altered. Any leakage caused in existing utilities by reason of the Contractor's operations shall be immediately repaired at the Contractor's expense. Existing storm drains shall be supported or removed and replaced at the Contractor's option and at no additional cost to the City. In any case, the Contractor shall be responsible for maintaining the existing line and grade of the storm drains. If the Contractor elects to remove and replace, it shall be done in conformance with all applicable Special Provisions, Standard Specifications and to the satisfaction of the Engineer. Existing water lines shall be supported in place with service maintained during construction. The Contractor shall be responsible for any damage to the water lines during construction and any damage resulting from improper backfilling. Existing sewer lines shall be supported in place with service maintained during construction. The Contractor may, at their option, remove and replace any sewer laterals which are not in use during construction. The Contractor shall be responsible for damage to sewer lines during construction and any damage resulting from improper backfilling. Sewer lateral inverts shall be set above the midpoint of the sewer main unless otherwise directed by the Engineer in writing. Any lateral invert installed below the midpoint of the main without prior written approval shall be replaced and the lateral relayed at the Contractor's expense. Any temporary connections between new and existing sewer mains and/or manholes required for the progress of work shall be made with approved rigid piping and sheer band and/or gasketed couplings. If bends are required to make the connection, the bends shall be long radius bends unless otherwise approved. 77-1.03E Sewer Laterals The estimated locations of the existing laterals that are shown on the Plans are based on record information, television inspection, and field evidence. This information is available for review upon request. The City assumes no responsibility for the accuracy of this information or the inadvertent omission of any such information. Not all existing sewer laterals are guaranteed to be located through these means, the Contractor may, therefore encounter sewer laterals not shown on the Plans. The Contractor shall have the sole responsibility for determining the exact location for all existing laterals. Du ring sewer mainline construction but prior to the installation of each individual new sewer wye on the main, the Contractor shall determine the exact location of the existing sewer lateral 1 ft from the building property boundary. The acceptable method for locating a sewer lateral at the back of sidewalk is to insert a metallic electrician's "fish tape" into the existing lateral pipe after the pipe is exposed during sewer main excavation and tracing the "fish tape" to the back of sidewalk using a pipe and cable metal locator. The Contractor shall confirm the current alignment with the Engineer. If the existing alignment and grades are acceptabl e, the pipe shall be constructed via use of a trenchless method approved by the Engineer. If not acceptable the new sewer lateral shall be installed via open cut trench or other method approved by the Engineer. Typically, each active sewer lateral found to exist shall be replaced, unless specifically deleted by the Engineer. If a sewer lateral shown to be replaced appears to be inactive the Contractor shall notify the Engineer and then attempt to verify their conclusion. Sewer laterals already constructed and parallel to the existing main sanitary sewer line may be constructed by use of a trenchless method approved by the Engineer, unless otherwise specified. New pipe constructed by trenchless methods shall maintain a thirty inch (30”) minimum clearance for parallel utilities, sixty inch (60”) for parallel high risk utilities, and a twelve inch (12’) minimum vertical clearance for perpendicular (or crossing) utilities. Sewer laterals not already constructed parallel to the existing main sanitary sewer line may be constructed via open cut methods. Due to the hazards associated with pipe-bursting near natural gas lines, all natural gas lines, including but not limited to distribution mains, transmission mains, and service lines, marked within four feet (4’) of the existing sewer main, shall be uncovered (pot-holed) to confirm the required clearance exists. If the existing gas line is installed parallel and within Page 380 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 115 Spec No.2021-179 four feet (4’) horizontally to the existing sewer main, the gas line shall be uncovered a minim um of once every one- hundred (100) feet along the length of the sewer main. Boreholes shall be only large enough to allow for the size of pipe to be installed. If the Contractor's operations disturb the supporting soil, the Engineer may require the removal and replacement of any undermined curb, gutter or culvert; and/or the use of controlled low-strength material backfill at the Contractor's expense. The limits of the curb and gutter replacement and any required dowelling will be at the discretion of the Engineer at the Contractor's expense. Excavation of launch pits shall be situated to provide minimum inconvenience to residents, businesses or traffic. Launch pits shall not be located in private property without permission of the homeowner and engineer. A sump hole in the base of excavations may be required to allow for pumping of water from the excavation. Sewer laterals shall be replaced at the locations shown on the Plans and in accordance with City Standards. The sewer lateral shall be replaced up to the location indicated on the Plans. Connections to existing laterals shall be located 1 ft from the property boundary. All sewer laterals shall be installed perpendicular to the main sanitary sewer line unless otherwise shown on the Plans or approved by the Engineer. Any change in alignment shall be accomplished using long radius bends. Any use of short bends in this area must first be approved by the City. After the pipe has been installed, allow pipe manufacturer’s recommended amount of time, but not less than four (4) hours, for cooling and relaxation due to tensile stressing prior to reconnecting to the lateral or sewer. Any lateral that is not installed perpendicular to the curb shall tracer wire installed in the following manner: 1. Wrap wire two times around wye connection at main and secure. 2. Lay both ends on top of and along the lateral to the cleanout and up the cleanout riser. Both ends of wire shall extend approximately 6 inches beyond riser. 3. Secure wire to top of lateral pipe at approximately 5 foot intervals. Ends of wire must be easily accessible inside the cleanout box. For tracer wire specifications see Sanitary Sewer System Design Standards. Connections to existing laterals shall be made as shown on the Project Plans 1-ft from the property boundary unless otherwise specified herein or depicted on the Project Plans. Active sewer laterals are to remain in service at all times, to facilitate this when removing and replacing an existing main the Contractor shall install a temporary connection between the new wye and the existing lateral until the new sewer lateral is constructed. Plastic flex pipe may be used for temporary connections between active existing sewer laterals and the new wyes on the main. The flex pipe shall be the same size as the existing lateral pipe and shall be connected to the new wye and the existing lateral by means of an approved flexible sewer coupling. Squeezing the flex pipe and inserting it into the cut end of the existing lateral or into the lateral opening of the wye will not be allowed. All temporary connection material shall be removed from the trench prior to final compaction. Temporary sewer lateral connections shall be replaced with permanent laterals after installation of the sewer mainline is completed for each block, or at a maximum of 20 calendar days, whichever is sooner. Provide 1-foot minimum clearance between wyes on all sewer mains as measured between adjacent bell ends. Sewer wyes installed at incorrect locations shall be removed and replaced with a 4-foot minimum length of pipe and approved couplings. Capping of wyes installed at incorrect locations will not be allowed. Prior to installing wyes on the main, the Contractor shall investigate to ensure that the proposed alignment of new laterals will not be in conflict with any other facilities, existing or proposed. The Contractor shall promptly notify the Engineer of any field conditions that prohibit installing the wye in accordance with City Specifications and/or Standards. Page 381 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 116 Spec No.2021-179 A minimum separation of 3 feet shall exist between new sewer laterals and existing water services. If this separation requirement cannot be met the Contractor shall notify the Engineer immediately for direction prior to continuing work on this lateral. In all cases, a minimum of 5 feet separation is required between new sewer laterals and new water services. If open cut construction is required to realign an existing sewer lateral, the Contractor shall remove and replace existing sidewalk and concrete planter strips for the installation of sewer laterals to the nearest transverse score mark on both sides of the lateral. All concrete removed shall be backfilled and compacted level with temporary asphalt concrete or covered with I inch thick plywood, laid flat with ADA compliant tapers on both ends. Where an excavation for a new sewer lateral occurs within the drip line of any tree the Contractor shall hand dig to protect tree roots as directed by the Engineer. Root pruning shall be done only when directed by the Engineer and shall be accomplished by use of sharp tools appropriate for the size of the root to be cut. Each cut shall be clean with no bark or splintered wood remaining on the root. At no time shall roots be pulled on by excavating equipment. Existing irrigation facilities not shown on the plans may be encountered during sewer lateral installation. The Contractor shall repair any damage to existing irrigation facilities caused by their operations. The Contractor shall notify and coordinate the replacement of individual sewer laterals with the effected resident or business. 77-1.03F Bypass Pumping and/or Diversion System When bypass pumping and/or flow diversion is required to keep existing services active, the Contractor shall provide a system that furnishes and maintains all personnel, equipment, tools, power, piping and incidentals required to maintain existing sewer flows and services without interruption. The Contractor shall submit a bypass pumping and/or diversion plan for review by the Engineer at least 10 working days prior to planned commencement of bypass pumping and/or diversion. The Engineer shall approve the bypass pumping plan before commencing any bypass pumping work. The Contractor shall notify the Engineer 2 working days prior to commencing with the bypass pumping operation. Any proposed flow diversion plan that includes a temporary connection to existing sewer components shall also comply with other requirements stated herein. The bypass pumping plan shall include design flow, documentation of pump and discharge line capacities, manufacturer, and age. Bypass pumping plan shall also include shop drawings that identify pumping location(s) and methods with sufficient detail to assure that the work can be accomplished without sewage spills. The plans shall include an emergency discharge response plan to be followed in the event of a failure of the bypass pumping system. All components of the bypass pumping system shall be sound attenuated and produce noise emissions in accordance with City noise ordinances. All pumps shall be set into or surrounded by spill containment devices. Bypass pumping shall be done in such a manner as not to damage private or public property or create a nuisance or public menace. The pumped sewage shall be in an enclosed hose or pipe system that is adequately protected from traffic and shall be redirected into the sewer system. The Contractor shall take all necessary precautions including constant monitoring of bypass pumping to ensure that no private residences or properties are subjected to sewage backup or spills. Dumping, leaks or free flow of sewage onto private property, gutters, streets, sidewalks, or into storm sewers or waterways is strictly prohibited. Except as otherwise specified herein for testing purposes, the Contactor must receive written approval from the Engineer prior to the use of pneumatic test plugs or any other means for blockin g sewer flows. The Contractor shall submit a flow blockage plan, for review by the Engineer, identifying at a minimum the following: 1. What devices and/or material will be used, 2. Depth of upstream manhole(s), 3. Location of existing lateral cleanouts and how they will be monitored, 4. Address of all parcels along with name and operating hours of all businesses located upstream of blockage to the next upstream manhole. Page 382 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 117 Spec No.2021-179 The Contractor shall also provide name and cell phone number of the employee(s) that will have the sole duty of monitoring all active blockages. If multiple lines are simultaneously blocked, the Contractor's submittal must show how each blockage is to be continuously monitored. For multiple blockages, and at no additional cost to the City, the Engineer may also require devices for each blockage to give audible and/or visual ala1m of a pending overflow. The Contractor shall be liable for all cleanup, damages and resultant fines in the event of a spill. Subsequent to removal of bypass pumping and/or diversion system, the Contractor shall verify existing sewer flows are restored to pre-existing condition. The Contractor shall allow up to 10 working days for response from the City for any request regarding sewer system flows. 77-1.03G Sewer Structures All active manholes shall be considered as confined spaces. Manholes shall be constructed per an accepted submittal and any request and approval for alteration must be in writing. Manholes shall be standard precast concrete manholes as detailed on City Standard 401. Manhole bases may be poured-in-place concrete on undisturbed earth. The bases shall be poured full thickness against the side of the manhole excavation or to dimensions shown on City Standard 401. The manhole excavation site shall be dewatered before pouring. Pre-cast manhole bases, conforming to City Standard 401 in dimensions and the requirements outlined below for materials may be used. Such pre-cast bases shall be placed on a minimum 6- inch-thick cushion of drain rock. The drain rock shall extend a minimum of 6 inches beyond the outside edges of the base. Precast manhole bases shall be constructed per ASTM C478. Concrete for cast-in-place manhole bases shall be Portland cement concrete in compliance with Section 90 of the Standard Specifications If a new manhole is to be installed on an existing asbestos cement main, the Contractor shall remove all asbestos cement piping to a minimum of 12 inches beyond the manhole trench and into the mainline trench, any visible joints up to 36 inches beyond the manhole trench shall also be removed. All replacement materials shall be per City Standards, and all removed asbestos cement material shall be disposed of in accordance with all laws and regulations. Except as noted below, or where otherwise specified, all manholes regardless of diameter shall have concentric tapered sections. Eccentric tapered sections shall be installed when the installation of an inside drop is required. Where a manhole has a single drop structure the opening of the eccentric tapered section shall be directly over the drop. When multiple drops are required, the alignment of the opening shall be determined by the City Engineer. Where the constructed height of a precast base does not allow for the installation of a tapered section due to rim to invert elevation constraints, the Contractor shall submit for a cast-in-place base for review. Slab sections shall only be considered where the height of a cast-in-place base will not allow for the installation of a tapered section. Where steel reinforcement is required in manhole base construction, such reinforcement shall be furnished and placed as shown on the plans and in accordance with the applicable provisions of Section 52 of the Standard Specifications. The base slab and initial riser section shall be connected with integrally poured concrete to create a watertight joint. Flow channels shall be constructed as shown on the plans. Changes in size and/or grade shall be made gradually in constructed channels, and changes in direction shall have smooth curves with proper radiuses that direct flow toward the outlet pipe and minimizes turbulence. All finished surfaces shall be smoothly troweled with a steel trowel. All manhole barrels and taper section shall be precast concrete sections using Type V Portland cement complying with ASTM Designation: C 150 or low- alkali Type II cement meeting the requirements for Type V cement. Page 383 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 118 Spec No.2021-179 The 48-inch diameter barrels and taper sections shall be constructed in accordance with the applicable provisions of ASTM Designation: C 478 and shall be inspected by the Engineer to determine that the interior surfaces are smooth and free of pockets or depressions. Manhole frames and covers shall be EJ 24” Black Composite Water Resistant Manhole Cover and Frame with two (2) Stainless Steel Titus Twistlift Security Lock System with “Sanitary Sewer” imprinted. Tops of manhole frames and covers shall be set accurately to finished grade in paved streets and 1 foot above finished grade in unimproved areas. The frames shall be evenly set on the manhole on a Portland cement mortar bed. Where manholes are set above finished grade, the earth shall be mounded up around the manhole in a neat and acceptable manner to the satisfaction of the Engineer. The entire interior surface of all new manholes, and existing manhole being connected to, shall be coated including the flow channel down to the spring line after all cracks and/or chips have been patched and existing surfaces prepared. Xypex concrete waterproofing coating (or approved equivalent) shall be applied to the entire interior of all sewer manholes. Coating and patching materials shall be submitted to the City for approval and shall be applied in accordance with the manufacturer's recommendations Each manhole shall be sealed with an external rubber sleeve similar to the Infi-Shield Gator Wrap as manufactured by Sealing Systems, Inc. (763-478-2057) or approved equivalent. The seal shall be made of a Stretchable, Self-Shrinking, Intra-Curing Halogenated Based Rubber with a minimum thickness of 30 mils. The back side of each unit shall be coated with a cross-linked re-enforced butyl adhesive. The butyl adhesive shall be non-hardening sealant, with a minimum thickness of 30 mils. The seal shall be designed to stretch around the substrate then overlapped creating a cross-link and fused bond between the rubber and butyl adhesive. The application shall form a continuous rubber seal that applies inward pressure on the protected area for the life of the application. The butyl adhesive and the inward pressure exerted on the substrate shall prevent the intrusion of water and soil through the joint sections of the manhole. A sealing system shall be provided to prevent leakage of water into the manhole through the frame joint area and through the adjustment ring area. The sealing system shall be a Uni-Band sealing system as manufactured by Sealing Systems, Inc. (800-478-2054) or approved equivalent. The Uni-Band seal sealing system shall be installed according to the manufacturer’s recommendations. The top section of the seal shall extend 3” attaching to the casting base/flange with the side section covering over the entire grade adjustment ring area and onto the cone section a minimum of 2”. All joints in manholes shall be sealed by means of a preformed, self-bonding, self-sealing gasket and be approved by the City prior to use. Ram-Nek joint sealant (or approved equivalent) shall be applied between manhole sections. Joint seals shall be installed in full compliance with the manufacturer's current recommendations. The interior surface of all sanitary sewer main line cleanouts (area under frame and cover and around pipe), shall be troweled and brushed smooth and free of pockets or depressions. Except as otherwise specified, all manholes on active mains shall be accessible at all times. After placing the surface course of asphalt concrete, all manholes and cleanouts shall be located and marked with white paint before the close of that work day. Within two working days of paving, all manholes and cleanouts shall be adjusted to grade and inspected. 77-1.03H Abandon or Remove Existing Sanitary Sewer System Components 77-1.03H(1) General Abandonment of existing sewer components shall conform to direction provided on the Drawings, applicable City Standards, and any modifications specified in the Contract Documents. Existing sewer system components shall be removed where shown on the Plans or to facilitate the progress of work. The Contractor must receive written approval from the Engineer prior to removing any component, fully or in part, that is active during construction. Any removed components from an active system shall be replaced with approved materials to the satisfaction of the Engineer. 77-1.04 PAYMENT Page 384 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 119 Spec No.2021-179 Refer to Section 9 77-2 WATER DISTRIBUTION SYSTEM 77-2.01 GENERAL 77-2.01A Summary Section 77-2 includes general specifications for constructing water components and related items. Excavation, backfill and shaped bedding must comply with Section 19-3. Work shall be constructed in accordance with these Special Provisions, Standard Specifications, the Plans and as directed by the Engineer. Any proposed deviations must first be approved in writing by the City of Ukiah Director of Public Works/ City Engineer. The Contractor shall provide all means necessary, to the satisfaction of the Engineer, to ensure continuous service to all existing customers during and after work hours, weekends and holidays. Paving (permanent and temporary) shall not take place until all underground work is finished, except as otherwise noted, and the Engineer has given written notice of acceptance to the Contractor The Contractor shall provide a full size set of water distribution system "record plans" for their project to the Engineer within 7 calendar days from the final connection to the City's water distribution system. All deviations from the improvement plans shall be recorded on the plans in red ink. 77-2.01B Definitions NOT USED 77-2.01C Submittals The Contractor shall submit to the Engineer, in writing, a list of all materials proposed to be used on the project, showing manufacturer's name, product trade name, type, grade, and weight. Material list shall be submitted and approved before any installation occurs. Supporting documentation and/or samples may be requested to allow the Engineer to make an informed decision on acceptance or rejection of the material. Submittals are required for all couplings. The Contractor shall submit manufacturer's warranty on products and a certificate showing compliance with applicable ASTM Standards Controlled Low Strength Material (if used) must comply with Section 19-3 of the Standard Specifications. All bracing and shoring shall conform to the Division of Industrial Safety Construction Safety Orders. Prior to the excavation of trenches five feet or more in depth, the Contractor shall submit to the City Engineer, a detailed plan prepared by a licensed Civil or Structural Engineer showing the design of shoring, bracing, sloping, or other provis ions to be made for worker protection from the hazard of caving ground during the excavation of such trenches. A permit must be obtained from the State of California, Division of Industrial Safety and shall be submitted to the Engineer prior to starting the trench work. Proof of such permit shall be submitted to the Engineer prior to starting the trench work. Prior to disposal of any materials or operation of any equipment on sites provided by the Contractor for disposal of excess trench excavation owned by him, the Contractor shall submit to the Engineer written authorization for such disposal of materials and entry permission signed by the owners of the disposal site and the required permits The Contactor shall submit the installation location for any proposed use of flange fittings. Use of flanged fittings other than those already specified herein must be approved by the City of Ukiah Director of Public Works/ City Engineer. Methods and equipment used for hydrostatic testing shall be submitted to the Engineer for approval. Methods, material and equipment used for disinfection of the water system shall be submitted to the Engineer for approval Page 385 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 120 Spec No.2021-179 The Contractor shall submit a separate written request to the Engineer to schedule each individual shutdown required to facilitate a tie-in connection or any other work where a shutdown may be necessary. 77-2.01D Quality Assurance 77-2.01D(1) Materials The City reserves the right to reject any material that may be supplied for use.. If the City obtains information indicating that a listed item is not performing satisfactorily or is found to be defective, that item will be rejected and the Contractor shall submit a replacement for review at no additional cost to the City. Any pipe that is delivered to the job site that, in the opinion of the Engineer, shows signs of contamination, damage and/or defect, may result in the rejection of any pipe that was delivered to the supplier on the same shipment. 77-2.01D(2) Quality Control 77-2.01D(2)a Hydrostatic Testing Prior to being allowed to connect to the City of Ukiah's water distribution system, except where otherwise specified, all newly constructed water mains, and their appurtenances, shall be hydrostatically tested in accordance with AWWA C600, and any modifications herein. Water service laterals 4" and larger that are installed on an existing water main by cut-in or hot tap requires that the disinfection and bacteria test sampling shall take place prior to hydrostatic testing. The Contractor shall request, and the Engineer shall provide the proper procedures for this operation. Methods and equipment used for hydrostatic testing shall be submitted to the Engineer for approval. The Contractor, at their option, may test the system at any time during construction. However, the final test, which will be witnessed by the City for acceptance, shall take only place after the system is fully constructed and trenches backfilled and compacted, but prior to final paving. Each valved section of the system, or combined sections, as approved by the Engineer, shall be hydrostatically tested to a pressure of not less than 150 psi measured at the highest point along the section to be tested. Where the static pressure in the City's distribution system to be connected to is greater than 100 psi, the test pressure shall be 1.5 times the static pressure of the City's distribution system. If complying with the above requirements it appears that the specified test pressure may exceed the new system's designed thrust restraint, valving or joint pressures at the lowest elevation, the Contractor shall request direction from the City Engineer. Except where otherwise specified or approved by the City Engineer, pressure testing against closed gate valves shall not take place. Where testing against a closed gate valve is approved, the valves supplied by the Contractor shall be rated to exceed the specified test pressure. Any damage to gate valves shall be the responsibility of the Contractor and must be corrected to the satisfaction of the City Engineer, including up to full replacement. Each section of the new system shall be slowly filled with water, and all air expelled through an opening(s) located at the highest point(s) of the system. If necessary, tap the main at point(s) of the highest elevation(s) and install corporation stops to assist in expelling during filling of the system. Unless the taps are located where combination air and vacuum valves have been designed into the system, the penetrations shall be sealed with stainless-steel full circle clamps once all air is expelled. All caps, plugs, fittings and any other appurtenance shall be properly braced prior to pressurizing the system. After all air is expelled, the specified test pressure (150 psi) shall be applied by means of an approved pump connected to the new system in a manner approved of by the Engineer. The pump, connection fittings, pressure gauge and measuring devices and all other necessary apparatus shall be furnished by the Contractor. The Contractor shall construct all openings into the new system required for filling and expelling air, and shall furnish all necessary assistance for conducting the tests. Before applying the test pressure, all air shall be expelled from the pipe. Page 386 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 121 Spec No.2021-179 The gauge(s) used to measure pressure for the test shall be a liquid filled gauge with increments no greater than 5psi. The duration of each pressure test shall be 2 hours, and the test pressure shall not vary by more than ±5psi. The pressure shall be maintained within this tolerance by adding makeup water through the approved test pump into the system. The makeup water shall be accurately measured in gallons by a meter or by pumping from an approved vessel of known volume, and shall not exceed the applicable testing allowance as specified in Table 1. Table 1 - Hydrostatic testing makeup water allowances per 100 ft of pipeline. Gallons per hour Nominal Pipe Diameter Avg. Test Pressure (psi) 4” 6” 8” 10” 12” 14” 16” 18” 20” 24” 150 0.033 0.050 0.066 0.083 0.099 0.116 0.132 0.149 0.166 0.199 175 0.036 0.054 0.072 0.089 0.107 0.125 0.143 0.161 0.179 0.215 200 0.038 0.057 0.076 0.096 0.115 0.134 0.153 0.172 0.191 0.229 225 0.041 0.061 0.081 0.101 0.122 0.142 0.162 0.182 0.203 0.243 250 0.043 0.064 0.085 0.107 0.128 0.150 0.171 0.192 0.214 0.256 275 0.045 0.067 0.090 0.112 0.134 0.157 0.179 0.202 0.224 0.269 300 0.047 0.070 0.094 0.117 0.140 0.164 0.187 0.211 0.234 0.281 Leakage is defined as the quantity of water to be supplied into the newly constructed water system, or any valved section thereof, necessary to maintain the specified test pressure. If at any time during the pressure and leakage testing the specified test pressure can be maintained ±3psi for a consecutive 30 minutes without adding makeup water, the test can be discontinued and the system considered as passing. Should any test of combined or individual sections of the new system show leakage greater than the specified limit, the Contractor shall, at their own expense, locate the cause and repair the defect until the leakage is within the specified allowance. Regardless of test results, the Contractor shall repair any leaks detected. 77-2.01D(2)b Water Main Cleaning and flushing Cleaning and flushing of new water system components purposed to be connected to the City of Ukiah's Water Distribution System shall conform to AWWA C651, all applicable City Standards, and any modifications herein and/or on the plans. To ensure the sanitary integrity of the new water system the Contractor shall practice proper sanitary technics during storage, handling and construction of the new water system. All new water mains 4" and larger, installed with the intention of being dedicated to the City or being installed by contract for the City shall be cleaned and flushed prior to chlorination and sanitation. During the installation of new water line(s), the Contractor shall insert an appropriately sized flexible polyurethane foam sweeping or cleaning style swab, with a density of 2 pounds per cubic foot, complete with polyurethane drive seal, into the beginning or ending segment of each pipe run. The swab shall stay in place until utilized for cleaning operations as specified. Where tees or crosses are installed as part of the new system, swabs shall be placed where practical so both the run and branch segments are able to be swabbed. If determined by the Engineer that sanitary technics were practiced during construction, the Engineer may, at their discretion, allow segments of new pipe 80 linear feet or less to be cleaned by line flushing only. The City will not be responsible for extra time for locating lost swabs. Unless otherwise approved by the City Engineer cleaning and flushing of all mainline pipes shall be accomplished by propelling the swab down the pipeline to an approved exit point (temporary or permanent blow-off) -with an approved source of potable water. After removal of the swab(s) a unidirectional flush of the new system shall continue until the Page 387 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 122 Spec No.2021-179 water is completely clear. All temporary blow off assemblies installed for the purpose of removing foam swabs required for water main cleaning shall be constructed as shown on the drawings with a "same size as main" elbow and vertical stand pipe to prevent trench and dispelled water from flowing back into the main. The contractor shall provide the excavation and backfilling required to establish any temporary pig flush assemblies. The contractor shall be responsible for requesting and coordinating all utility locations prior to excavation. The pit shall be constructed in su ch a manner, and the temporary flush removed, so as to prevent the backflow of dirty water into the new main. It shall be the responsibility of the contractor under the supervision of City of Ukiah to flush the pig through. Any excavation, main removal and repair required to extricate a trapped swab shall be the responsibility of the contractor. During the time any excavation is left open, the contractor shall provide all required safety barriers and fencing. When unattended, the area shall be surrounded with poly fencing. Taping off the excavated area is not considered sufficient. After the swab is removed the end of the pipe shall be sealed watertight and all parts restrained to allow for testing. All temporary material shall be removed during operations to connect to the City's distribution system. In its place the contractor shall install a standard D.E. cap and flush After swabbing, as specified above, is complete, any segment that may have been allowed to be omitted by the Engineer, and every lateral, shall be flushed until clean and free of air and debris. Flushing shall be continued until the water leaving the system is clear and acceptable to the City of Ukiah, but in no case shall the flushing be performed for less than 10 minutes. Water used for flushing shall be considered contaminated after exiting the new system and shall not be allowed to re-enter the system. If, in the opinion of the Engineer, the new system becomes contaminated the Contractor shall be required to re- disinfect the system, all or in part, at no additional cost to the City. The Contractor shall provide a storage tank large enough to store the flushing water. Refer to Section 77-2.01D(2)d "Disposal of water used for flushing and chlorination", for discharge of water used for flushing. 77-2.01D(2)c Water Main Disinfection Disinfection of new water system components purposed to be connected to the City of Ukiah's Water Distribution System shall conform to AWWA C651, all applicable City Standards, and any modifications herein and/or on the plans. To ensure the sanitary integrity of the new water system the Contractor shall practice proper sanitary technics during storage, handling and construction of the new water system. Except as otherwise specified or permitted by the City Engineer, disinfection of the new system shall only take place after all lines have been cleaned and flushed, and each required hydrostatic test has been accepted by the Engineer. All laterals, 2" and larger, including fire lines, installed on an existing main shall be disinfected and bacteriological test samples taken as specified herein. All 1" and 1-1/2" service laterals components installed on an existing main shall be thoroughly swabbed with a 1 percent liquid chlorine solution during construction. All laterals shall be thoroughly flushed just prior to being put into service. Methods, material and equipment used for disinfection of the water system shall be submitted to the Engineer for approval. Sodium hypochlorite (liquid chlorine) of 10%, 12.5% or 15% shall be utilized for disinfection operations and shall be applied as stated herein. The use of household bleach is not permitted for disinfection at any time. The point of application of the disinfectant shall be through a permanent or tem porary blow-off, or through a new fire hydrant installed as part of the new system. If none of the aforementioned components are available or practical for use, the Contractor may use a corporation stop of an approved size, if approved by the Engineer. Adequate venting must be allowed, and both filling and venting port elevations shall be a minimum of 6 inches higher than all components to be Page 388 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 123 Spec No.2021-179 disinfected. Water from the City's existing distribution system shall be used to fill the new mains at a slow controlled rate of flow during the application of the disinfectant; this rate of flow shall not exceed the limits of any openings used to expel water and/or air, including installed air release valves. Precautions shall be taken to prevent back pressure causing a reversal of flow into the City's water distribution system. In the process of disinfecting, all valves and other appurtenances on the new water system shall be operated in such a way to allow the disinfectant solution to be fully distributed to all components of the new water system. The rate of disinfectant feed shall be in such proportion to the rate of water entering the pipe that the disinfectant dose applied shall be between 100ppm and 200ppm. The disinfectant solution shall be retained in the pipe for a period of at least 24 hours but no longer than 72 hours. After 24 hours, disinfectant levels shall not be less than 50% of the initial dosage, as recorded by the Inspector. If the disinfectant level is less than 50% of the initial dosage, the syst em shall be flushed and the above disinfection procedures repeated. When disinfectant levels are acceptable after the retention period, the chlorinated water shall then be discharged as specified in Section 77-2.01D(2)d "Disposal of water used for flushing and chlorination", and all new mains and laterals shall be given a final flush and then filled with water from the City's distribution system. While the final flush of the new system is taking place the Engineer, or their representative, will take a chlorine residual reading from the City's distribution system and note it. If the reading is higher than 0.5 ppm, the new system shall be flushed until residual readings taken at all locations, as determined by the Engineer, are between the residual noted from the City's distribution system and 1 ppm, but no higher. If the residual taken from the City's distribution system is less than 0.05 ppm, the new water system shall be flushed until all locations are between 0.5 ppm and 1 ppm. After the disinfectant is flushed from the new water system and all residual readings are as specified, an initial set, consisting of two bacteria test samples per location, shall be taken where specified by the Engineer per one of the following methods; Method A: Take a first set of sample tests just after flushing is complete, and the second after a minimum of 16 hours, but not more than 72 hours after flushing. Method B: After flushing is complete let the system sit a minimum of 16 hours without any use, then collect both sets of sample tests from the same locations 15 minutes apart while allowing the sample port to maintain a slight flow in between samples. The method used shall be determined by the Engineer at the time of sampling. All residual readings and bacteria test samples specified herein shall be taken by the Engineer, or their designee, and witnessed by the Contractor. The Engineer must receive written test results showing that all samples from both sets taken are negative for contamination prior to scheduling connection(s) to the City's water distribution system. If bacteria test results indicate contamination the new water system shall be flushed and sampling shall take place again as specified above. If any results from the additional sampling still show indication of contamination the new system shall be disinfected and flushed again prior to any additional bacteria test sampling taking place. Unless otherwise approved by City Engineer, the initial two sets of bacteria tests will be considered valid for up to 14 calendar days after the second set has been taken. All other sets taken will be valid for up to 10 calendar days. If more time passes than those specified before connecting to the City's distribution system, additional passing bacteria test samples will be required before connections are approved. Costs for the collection and analysis of the initial sets of bacteria test samples will be paid for by the City. The exact location and quantity of the samples will be determined in the field by the Engineer. There shall not be more than 1200 feet between sample points. Samples taken from fire hydrants, new or existing, shall be avoided where possible, if samples must be taken from a fire hydrant the hydrant shall first receive a high-volume flush to clean the interior. Page 389 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 124 Spec No.2021-179 The City will pay labor and analytical fees for collecting and analyzing up to two additional sets of bacteria test samples. If additional testing is required, costs shall be borne by the Contractor. The City shall collect the samples and send it to their approved laboratory for testing at the Contractor’s expense. If deemed necessary by the City Engineer, due to unsanitary or other construction practices, as determined by the Engineer, the Contractor may be required to do additional sampling with satisfactory results prior to connecting to the City's distribution system. 77-2.01D(2)d Disposal of water used for flushing and chlorination Water used for flushing and disinfection of newly constructed water systems is the property of the Contractor and its disposal is the responsibility of the Contractor. Chlorinated water used to disinfect the new mains shall be disposed of in accordance with AWWA C655, all laws and regulations, and any modifications herein or specified on other contract doc uments. Discharge to the storm drain system or a waterway is not permitted without a permit from the North Coast Regional Water Quality Control Board. Discharges may be allowed to be disposed of into the sanitary sewer system . 77-2.01D(2)e Epoxy Coating Tests All applied epoxy coating systems shall be tested for thickness and flaws by the Coating Inspector. Coating Inspector shall perform the visual inspection, dry film thickness measurement and the holiday detection. If there is sign of coating defe ct, Coating Inspector shall notify the Engineer and perform additional testing such as adhesion testing. Contractor shall touch up areas, where coating inspection were performed, to the satisfactory of the Engineer. Test results shall be made available for inspection by the City. When directed by the City, additional testing shall be conducted by the Contractor under the supervision of the District Inspector at the job site. The decision of the City regarding test results will be final. Tests for flaws and holidays in the coating system shall be conducted using a low voltage wet sponge device acceptable to the City at a voltage setting which shall be properly adjusted to detect any coating holiday. The voltage setting may be performed as follows: • Contractor shall make a known holiday (a tiny hole) on the coated surface. • Slowly increase voltage setting of the holiday detector as recommended by NACE RP0188. • The maximum voltage setting on the holiday detector, which does not burn through the coating, and the alarm, which comes on at the known holiday, will be the correct voltage setting. • Repair the known holiday and conduct the high voltage holiday detection, any coating defect shall be repaired as specified below. All areas failing to pass the electrical inspection shall be repaired at no expense to the City. In addition, any visible damage to the coating shall be repaired regardless of whether it passes the electrical detector test 77-2.02 MATERIALS All materials used shall be lead free per California Health & Safety code, Section 116875. The Contractor shall use a single manufacturer for pipe, fittings, valves, meter boxes (per sizes) unless otherwise approved by the Engineer. All materials delivered to the job site shall be new and free from defects. 77-2.02A Pipe Materials 77-2.02A(1) Polyvinyl Chloride Pressure (PVC) Pipe Polyvinyl Chloride (PVC) Pipe, 4" through 12", shall be new pipe, with a minimum pressure class (PC) rating of PC165, DR 25 conforming to the requirements of AWWA C900 "Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4" through 12" for Water Transmission and Distribution. Page 390 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 125 Spec No.2021-179 All PVC pipe shall be 20 foot laying lengths, unless otherwise shown on the Drawings. The pipe manufacturer shall legibly mark pipe materials. Name and/or trademark of manufacturer, nominal pipe size in inches and OD base, Dimensional Ratio, AWWA Pressure Class, Test pressure for hydrotested pipe, AWWA Designation Number, and manufacturer’s name and/or standard reference number shall be printed on the pipe at 3 foot- intervals or less. An affidavit shall be provided that all delivered materials comply with the requirements of AWWA C900 and these specifications. 77-2.02A(2) Ductile Iron Pipe (DIP) Ductile Iron Pipe (DIP) shall be cement lined, new pipe conforming to AWWA Standard C151, pressure class 350. The pipe shall be furnished with either "Tyton Joints" or Mechanical Joints unless otherwise approved by the City. All Ductile Iron pipe buried underground shall be encased with 8 mil (minimum) polyethylene film in tube form. Polyethylene material and installation procedure for the encasement shall conform to AWWA C105 or most recent issue. 77-2.02B Pipe Joints and Fittings In general, and unless otherwise specified or allowed by the City Engineer, all new water distribution system installations of 4" and larger shall be restrained with the use of thrust blocks. In lieu of, or in addition to concrete thrust blocks, approved mechanical restraint devices and/or harnesses may be used to restrain the system. 77-2.02B(1) PVC Pipe Joints Joining of PVC pipe shall be with either elastomeric-gasket bell ends or couplings and shall comply with AWWA C900 pipe for 6-inch through 12-inch. Elastomeric-Gasket Bell Ends: The bell ends shall be an integral thickened bell end (IB). When measured in accordance with ASTM D2122, the dimensions of the integral bell wall thickness at any point shall conform to the dimension ratio of the pipe except in the annular gasket ring groove and bell entry portions where the wall shall be at least the thickness of the pipe barrel. All elastomeric gaskets shall be furnished by the PVC pipe manufacturer. PVC Pipe Couplings: PVC pipe couplings shall be compatible with the PVC pipe. Couplings shall be furnished together with 2 elastomeric gaskets. All elastomeric gaskets shall be furnished by the coupling manufacturer. Marking on the pipe couplings shall include the nominal size OD Base, PVC, AWWA Pressure Class, AWWA Designation Number, Manufacturer’s name and/or standard reference number, seal of the testing agency verifying the suitability of the coupling/ fitting for potable water service (e.g. NSF 61). 77-2.02B(1)a PVC Joint Lubricants Joint lubricants shall be compatible with the pipe and elastomeric gaskets materials. Lubricants shall be non-toxic and shall not support the growth of bacteria, impart a taste or odor to the pipe or adversely affect in any way the quality of water transported by the pipe when used in accordance with AWWA C605. Lubricants shall be certified to NSF 61 for use with potable water. Lubricant containers shall be labeled with the following trade name of the lubricant; lubricant manufacturer’s name; NSF 61 Certification mark. 77-2.02B(2) Fittings All fittings for use with PVC pipe (except tees and crosses) shall be either thrust retrained using appropriately sized and designed concrete thrust blocks or mechanically restrained. Ductile-iron or gray-iron fittings may be used. The rubber rings shall be furnished by the manufacturer of the fitting. Page 391 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 126 Spec No.2021-179 All tees and crosses used with PVC pipe shall have all flanged ends. Reducers and elbows shall have flanged ends at connections to another fitting or to a valve and shall have mechanical restrained fittings to PVC pipe. Flanged ends shall be flat-faced and shall conform to AWWA C110. All fittings with flanged ends shall be made of ductile iron. No PVC fittings with flanged ends shall be allowed. 77-2.02B(2)b Ductile Iron Fittings Ductile-iron fittings for PVC pipe shall conform to either AWWA C110 (standard-style) or AWWA C153 (compact-style) except as herein modified and shall be compatible with the type and pressure class of pipe used. Ductile iron fittings shall be coated with an approximately 1 mil thick standard petroleum-asphaltic material on the exterior and cement-mortar lined on the interior and in accordance with ANSI/AWWA C104/A21.4. Unless otherwise approved herein, or by the City of Ukiah all ductile iron fittings shall be mechanical joint type. Flanged fittings shall only be used on above ground installations or on tees or crosses when attached to a flange (FL) x mechanical joint (MJ) valve or approved fitting, or as otherwise approved by the City of Ukiah. Ductile-iron fittings with flange-joint ends shall be rated for 250 psi working pressure, minimum. Ductile-iron fittings with mechanical restraint devices shall have a minimum working pressure of 350 psi. Cast markings on ductile-iron fittings shall include the AWWA Designation Number (e.g., for compact fittings, ANSI/AWWA C153/A21.53); pressure rating; nominal diameters of openings; manufacturer’s identification; country where cast; the letters “DI” or “Ductile”; number of degrees or fraction of the circle on all bends. Restraint devices for mechanical joint fittings and appurtenances shall conform to either ANSI/AWWA C111/A21.11 or ANSI/AWWA C153/A2153. Mechanical joint restraint for PVC pipe such as “EBAA-Iron Series 2000V” manufactured by EBAA-Iron, or approved equivalent may be used for restrained joints. All restrained devices for mechanical joint fittings must be compatible by the pipe manufacturer. Requests and submittals for use shall be accompanied by supporting documentation. Information provided shall include, at a minimum, specifications of product, manufacturer's installation instructions, and compatibility acceptance from the pipe manufacturer. All non-stainless-steel bolts, nuts and threads shall be coated with bitumastic paint or Permatex spray-on heavy duty rubberized under-coating or an approved equivalent. All nuts shall be fully tightened and surfaces to be coated dried prior to application. The use of an anti-galling agent is required on all stainless-steel bolts. 77-2.02B(2)c Steel Fittings Steel fittings shall not be used with PVC pipe. To transition from PVC pipe to steel pipe, ductile-iron flange joint adapters shall be used. 77-2.02C Cut-in Tee or Cross Contractor shall install a new tee or cross on an existing main, with or without valve(s), by "cut-in" at the location(s) shown on the Plans. In general, and to mitigate the necessity for prolonged shutdown times, the "cut-in assembly" shall be assembled as much as possible prior to shutting down the City's distribution system. Connection to the existing mains shall be by approved couplings as noted herein unless otherwise approved by the City Engineer. 77-2.02D Tracer Wire Tracer wire shall be 12 AWG solid copper wire with a blue type lJF 60 mil insulation that is designed for use in the detection of underground utilities. Fasten the wire to the top of the pipe so as not to be displaced during backfilling operations, (one method of accomplishing this is to affix the wire to the top of the pipe with duct tape at approximately 10 feet intervals). Where splicing is required only watertight connectors shall be used, and shall be either Copperhead Snakebite, 3M DBR, or an approved equivalent. 77-2.02E High Density Polyethylene (HDPE) Water Service Tubing Page 392 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 127 Spec No.2021-179 All HDPE water service tubing shall be blue copper tubing size (CTS) SDR9 tubing, and shall conform to both AWWA C90I and ASTM D273 7, and shall be either PE3608 -200psi tubing or PE4710 -250psi tubing. Tubing shall be continuously marked at a minimum with; manufacturer, size, specification information and manufacturing codes. If soil contamination is suspected during construction the Contractor shall notify the Engineer prior to the installation of HDPE material. Use of HDPE material within or adjacent to areas of known contaminated soils is strictly prohibited. 77-2.02F Couplings Connections to cast iron (Cl), polyvinyl chloride (PVC), or ductile iron (DI) pipe shall be made with mechanical joint solid sleeves. When connecting to asbestos cement (AC) and/or "over-sized" cast iron pipe, "wide range" style couplings from Ford, Smith-Blair, Romac or an approved equivalent shall be used. Submittals are required for all couplings. 77-2.02G Gate Valves Gate valves shall have ductile iron bodies and bonnets and resilient seated gates, and shall conform to AWWA Standard C509 and/or AWWA Standard C515 of the latest revisions. All gate valves, unless otherwise specified, shall be non-rising stem (NRS) type with O-Ring stem seals. Gate valves installed above grade or in vaults shall be equipped with an approved hand wheel. Outside screw and yoke (OS&Y) rising stem type gate valves shall only be installed where specified or approved by the Water Department. All gate valves shall open in the counter clockwise direction. Where elevations on buried installations will not allow a minimum of six inches of cover over the valve nut, the Contractor shall submit for approval, by the Water Department, the installation of a horizontally installed gate valve with manufacturer installed bevel gearing. Bonnet direction of horizontally installed gate valves must be approved by the City and shall be recorded on the record plans. The working pressure rating of gate valves shall meet or exceed the pressure rating of the pipe [C900 Class 165 (DR25)] Gate valve bolts and nuts shall be stainless-steel, and joint connection bolts and nuts shall be 304 stainless- steel or coated as specified herein. Gate valves shall be mechanical joint for AWWA C900 PVC Pipe unless otherwise approved by the Engineer. New gate valves shown to be installed by "cut-in" on an existing main shall be done by removing a section of the existing main and installing the required gate valve, pipe and couplers. Sections of pipe used shall be at least 18 inches in length. All exposed valve surfaces shall be coated with fusion bonded epoxy coated in accordance with AWWA C116. Valves shall be certified to NSF 61 to be suitable for contact with potable water. All wetted materials shall be suitable for service with line content containing chlorine or chloramines. When any part of the new water system is pressurized, all affected gate valves shall be at grade and accessible to City personnel at all times. Valves that require "valve stem risers" shall not be considered accessible unless the riser is in place and operational. 77-2.02H Valve Boxes, Vaults and Pits Each gate valve shall be covered by a precast 8" valve box set flush with street surface with cast iron ring and cover marked "WATER". Valve box riser pipe shall be installed centered over and plumb with the valve nut prior to final paving. If riser pipe needs to be lowered for paving it shall be cut by hand perpendicular to the axis of the pipe and free of jagged edges.The riser pipe shall extend into the bottom of the valve box a minimum of 2 inches and the upper section shall be no shorter than 1-foot in length. If valve stem risers are required they shall be installed and checked for operation prior to paving. Page 393 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 128 Spec No.2021-179 All meter boxes, vaults and pits shall be bedded on 3" minimum thick, 3/4" drain rock, or other approved clean material with minimum sand equivalent percent of 20, uncontaminated by native soil, against compacted or undisturbed base. The gravel bed shall extend to a 4" minimum beyond all sides of the meter box. Box shall be set flush with top of curb, sidewalk or ground, whichever is applicable. Addresses shall be clearly marked on top side lip of meter box with a permanent marking pen. Meter boxes and vaults shall be set so that the reading lids are aligned over the meter registers as closely as possible. 77-2.02I Fire hydrants and Lateral Assembly Unless stationing is specifically called out fire hydrant locations, as shown on the plans, are approximate and shall be field located with the Engineer's approval. No bends are allowed in fire hydrant laterals without approval of the City of Ukiah. Fire hydrants shall have two (2) 2-/1/2” hose outlets and one (1) 4-1/2” steamer outlet. All hydrants shall be Clow No. 76, or approved equivalent. Fire hydrants shall be provided with a break -off check valve Clow Model LBI 400A or approved equivalent. Before a public fire hydrant may be placed in service, a high velocity flushing of the hydrant lateral shall be witnessed and approved by City of Ukiah engineering personnel. 77-2.02J Air Release Valve Air release valves and air and vacuum release valves shall be combination air valves (air valves) and conform to AWWA C512 and requirements shown on the contract drawings. All air valves shall be submitted for engineer’s approval. 77-2.02K Coatings 77-2.02K(1) Gate Valves All exposed valve and fitting surfaces shall be coated with fusion bonded epoxy in accordance with AWWA C116 except that the coating requirements specified therein shall apply to both interior and exterior surfaces. Fusion bonded epoxy coating shall be certified to NSF 61 for use with potable water. Coating dry film thickness shall be 8 mils minimum, 16 mils maximum. Coated flange faces shall be uniformly coated and free of runs, blisters or other irregularities so as to not interfere with gasket sealing surfaces. Rejection of such valves shall be at the sole discretion of the City 77-2.02K(2) Hydrants Hydrant interior surfaces shall be coated with fusion bonded epoxy in accordance with AWWA C550. Fusion bonded epoxy coating shall be certified to NSF 61 for use with potable water. Coating thickness shall be 8 mils minimum, 15 mils maximum. Hydrant buries and break-off spools with epoxy lining and coating shall be lined and coated in accordance with AWWA C116. Epoxy coating shall be certified to NSF 61 for use with potable water. Paint all hydrants white. 77-2.02K(3) Air Valves The interior shall be coated with fusion bonded epoxy in accordance with AWWA C550. Fusion bonded epoxy coating shall be certified to NSF 61 for use with potable water. Coating thickness shall be 8 mils minimum, 20 mils maximum. 77-2.02K(4) Ductile Iron Pipe Buried ductile iron pipe shall be coated with an approximately 1 mil thick standard asphaltic material on the exterior and cement-mortar lined on the interior and in accordance with ANSI/AWWA C104/A21.4 Page 394 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 129 Spec No.2021-179 77-2.03 CONSTRUCTION 77-2.03A General 77-2.03B Excavation, Trenching, Backfill and Pipe Laying 77-2.03B(1) Excavation All existing material that has been disturbed shall be removed from the trench prior to installation of new material. The Contractor shall promptly notify the Engineer of any field conditions that may affect alignment and/or grade. All stumps and large roots encountered during trenching operations shall be removed to the satisfaction of the Engineer. Where excavations occur within the drip line of any tree, the Contractor shall hand dig to protect tree roots. If necessary for installations, roots one inch in diameter or smaller may be cut neat by hand tool. Unless otherwise specified, cutting roots larger than one inch in diameter shall only be done with City approval. It is the Contactor's responsibility to ensure that water system components are laid and bedded on sound, stable material. Where the bottom of the trench is found to be unstable, to consist of rock or boulders, or to include material which, in the opinion of the Engineer, is unsuitable for proper bedding of the main, the Contractor shall over-excavate and remove such unsuitable material to the width and depth ordered by the Engineer. Before the main is laid, a new subgrade shall be prepared by backfilling with an approved material in layers of not more than 6-inches in uncompacted depth. Unless otherwise specified, excess material from excavation shall become the property of the Contractor and shall be disposed of to the satisfaction of the Engineer. If the work is in existing City streets the excess material shall be removed from the site daily unless it has been preapproved for reuse. Prior to disposal of any materials or operation of any equipment on sites provided by the Contractor for disposal of excess trench excavation owned by him, the Contractor shall submit to the Engineer written authorization for such disposal of materials and entry permission signed by the owners of the disposal site and the required permits. All excavations shall be able to accommodate any typical compaction and testing equipment and personnel used to backfill the trench. If, in the opinion of the Engineer, typical methods cannot be used, the Engineer may require the use of a pneumatic Pogo Stick/Powder Puff type compactor at no additional cost to the City. Blasting shall not be permitted unless fist approved of, in writing, by the City of Ukiah. 77-2.03B(2) Trenching, Backfill and Resurfacing All trenching, backfill and resurfacing required for installation of water distribution system facilities shall be in accordance with all applicable City Standards, specifically Standard 320 and Section 19-3 of these Special Provisions or as modified on the plans, and approved by the City of Ukiah. Trench resurfacing shall conform to Standard Drawing No. 320, the contract drawings and the Standard Specifications. If existing utility crossings or other potential conflicts are shown on the plans or specified in other contract documents , the Contractor shall pot hole said areas prior to the start of pipe laying. If conflicts are discovered during this investigation the Engineer shall be notified immediately. An air gap shall be in use at all times when dewatering to the sanitary sewer system. The trench shall be opened sufficiently ahead of the pipe laying operations to reveal obstructions. Trench crossings shall be provided as necessary to accommodate public travel and to provide convenient access to adjacent properties. Flow shall be maintained in any sanitary sewers, storm drains, water lines, or water courses encountered in trenching. All lateral services constructed under curb, gutter and driveway culverts shall be accomplished by use of a trenchless method approved by the Engineer, unless not practical due to existing utilities and other constraints in the field. Boring Page 395 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 130 Spec No.2021-179 under sidewalks and/or concrete filled planter strips will not be allowed. Boreholes shall be only large enough to allow for the size of pipe to be installed. If the Contractor's operations disturb the supporting soil, the Engineer may require the removal and replacement of any undermined sidewalk, curb, gutter or culvert; and/or the use of temporary HMA patch at the Contractor's expense. The limits of curb and gutter replacement and any required doweling will be at the discretion of the Engineer. Controlled low-strength material shall be placed at the locations shown on the plans and where cover is less than 3 feet unless otherwise specified herein, on the plans, or approved by the City of Ukiah. Controlled low-strength material shall conform to Section 19, 19-3.02G “Controlled low-strength material”, and a material submittal is required for approval. All excavations in a traveled way with controlled low-strength material backfill shall be plated or otherwise safely covered to allow for safe passage during curing. Trenching operations shall be conducted in such a manner that will not disturb existing facilities. Existing utilities shall be supported in place with service maintained during construction. The Contractor shall incur all costs associated with repairs needed, in the opinion of and to the satisfaction of the Engineer, by any such damage due to their operations. Five days prior to cutting into any traffic detector loop the Contractor shall notify and coordinate with the Engineer. 77-2.03B(3) Trench Bracing and Shoring All bracing and shoring shall conform to the Division of Industrial Safety Construction Safety Orders. Prior to the excavation of trenches five feet or more in depth, the Contractor shall submit to the City Engineer, a detailed plan prepared by a licensed Civil or Structural Engineer showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during the excavation of such trenches. A permit must be obtained from the State of California, Division of Industrial Safety and shall be submitted to the Engineer prior to starting the trench work. The Contractor shall take all necessary measures to protect the workers and adjacent areas and structures from the hazards of the trenching or excavation operations. Trench sheeting or boxes shall be withdrawn in such a manner as to prevent caving at the walls of excavations or damage to piping or other structures. Sheeting shall be completely removed from the trench and no backfill shall be installed against the sheeting before it is removed. Trenching operations shall be conducted in such a manner that will not disturb the existing curb, gutter and existing utilities that are to remain in place. 77-2.03B(4) Removal of Water Contractor shall provide and maintain at all times during construction ample means and devices with which to promptly remove and properly dispose of all water entering the excavations. Where ground water occurs, pumping shall continue until back filling has progressed to a sufficient height to prevent flotation of the pipe. No main, valves, appurtenances, concrete foundations, or thrust blocks shall be laid in water. Water shall not be allowed to rise over concrete foundations or thrust blocks until the concrete has set not less than 24 hours. No water shall be drained into work built or under construction without prior consent of the City. Water shall be disposed of in such a manner as to cause no property damage or not be a hazard to public health 77-2.03D(5) Pipe Laying Prior to start of pipe laying, the Contractor shall expose the ends of the existing mains to determine individual lines and grades. New mains shall begin approximately 8 feet from and on the same line and grade as the existing main unless otherwise shown or approved. New mains shall be installed at minimum standard cover of 3 ft, or as shown on the Plans. Where, in the opinion of the Engineer, new mains cannot start on the same lines and grades and the existing main, restrained fittings shall be used to make grade and/or alignment transitions for tie-ins to existing mains. This does not eliminate the requirement for thrust blocking unless specifically specified elsewhere. Tracer wire shall be laid on the top of and along the entire length of all water pipe and HDPE tubing and shall be extended to the surface at all valve locations, blow-offs and meter boxes sufficiently for locator equipment to be Page 396 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 131 Spec No.2021-179 attached. Except where otherwise directed by the City Engineer, fasten the wire to the top of the pipe so as not to be displaced during backfilling operations, (one method of accomplishing this is to affix the wire to the top of the pipe with duct tape at approximately 10 feet intervals). Where splicing is required only watertight connectors shall be used, and shall be either Copperhead Snakebite, 3M DBR, or an approved equivalent. All pipe stockpiled on the job shall be stored with the ends covered to prevent the entrance of foreign matter. The Engineer may reject stockpiled pipe with exposed ends. Proper implements, tools, and facilities satisfactory to the Engineer shall be provided and used by the Contractor for safe, convenient, and workmanlike prosecution of the work. All pipe fittings and valves shall be carefully lowered into the trench in such a manner as to prevent damage to pipe coatings. Under no circumstances shall pipe or accessories be dropped or clumped into the trench. Before lowering and while suspended, the pipe shall be inspected for defects and the cast iron pipe rung with a light hammer to detect cracks. Any defective, damaged, or unsound pipe shall be rejected and sound material furnished. Cutting of pipe for inserting valves, fittings, or closure pieces shall be done in a neat and workmanlike manner without damage to pipe. All pipe stockpiled on the job shall be stored with the ends covered to prevent the entrance of foreign matter. Installation of all pipe joints shall be per manufacturer's recommendations and installation instructions, and all PVC bell and spigot joints, up to and including 8 inches, shall be assembled using the bar and block method. At any time and at no additional cost to the City the Engineer may require the use of a device to prevent "over-insertion" such as a Mega- Stop Series 5000 from EBAA Iron, or an approved equivalent. All joints that are, in the opinion of the Engineer, over- inserted, shall be pulled back to the proper insertion point or removed and replaced at the Engineer's discretion. Any adjacent joint that may have been disturbed due to the over-insertion shall be allowed to be inspected by the Engineer and if required shall be pulled back or removed and replaced. Whenever it is necessary either in vertical or horizontal plane, to avoid obstructions or when long radius curves are permitted, the amount of deflection shall not exceed the m aximum recommended by the pipe manufacturer or that required for satisfactory jointing. Each length of pipe shall be free of any visible evidence of contamination, dirt, and foreign material before it is lowered into its position in the trench, and it shall be kept clean by approved means during and after laying. Whenever pipe laying is not in progress, the open ends of installed pipe shall be closed watertight by mechanical plug, cap or other means approved by the Engineer to prevent the entrance of foreign material or small animals. Trench water shall not be permitted to enter the pipe. If proper separation between water mains and non-potable pipelines, per the latest guidelines from the California State Water Resources Control Board cannot be maintained, the Contractor shall inform the Engineer immediately to get direction, unless direction has been already provided in the contract documents. Proposed water main elevations may need to be adjusted in the field to allow for the required separation between non- potable pipelines and other facilities. If water system components are proposed to be installed prior to sanitary sewer or storm drain components, the Contractor shall investigate for the possibility of conflicts or inadequate separation of facilities. The Contractor shall perform this investigation prior to water system installation and provide all relevant information in writing to the Engineer immediately upon discovery of any conflict. 77-2.03D(6) Water Main Lowering/ Over-Structure Where shown on the Plans or as directed by the Engineer to lower or raise the alignment of the water main or 3" or larger service lateral using fittings, the alignment change shall be done in accordance with the drawings. The lowering shall be installed as shown on the drawings and shall include restrained joints beyond the lowering to a calculated distance as directed by the Engineer. The flame cutting of pipe by means of oxyacetylene torch shall not be allowed. 77-2.03E Water Service Laterals The Contractor shall install new water service laterals per applicable City Standards at the locations shown on the Plans. Page 397 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 132 Spec No.2021-179 Service laterals other than those shown or noted on the plans shall not be installed prior to obtaining approval from the City of Ukiah. Service laterals encountered in construction that will not be used shall be abandoned. If a new water service lateral is replacing an existing lateral, the work shall include abandoning the old service lateral pipe or tubing, removal of curb stop valve(s), removal and disposal of old meter boxes, and removal, disposal and replacement of any existing sidewalk, curb and gutter as needed. The Contractor shall locate the lateral and service connection in the field. HDPE water services shall be one continuous length (no splices), from the water distribution main to the water meter. For water service laterals of other material types, the Contractor shall minimize joints as much as possible. Water service connections to existing building service lines of 3/4" or 1" in size shall be HDPE as per Contract Drawings. When an existing service line is found to be galvanized iron, an approved dielectric fitting shall be required. The use of PVC material as dielectric protection is not acceptable. Except as required to comply with City Standards, bends and/or fittings shall not be installed under sidewalk or concrete planter strips. Connections to existing water service lines shall be made 1 ft from building boundary. Submittals are required on all material used for service tie-ins. Submittals are required for all angle meter ball valve,, and the meter box shall be per Standard 301. After the new water system is connected to the existing City water distribution system the Contractor shall purge the new service of air and sediment prior to new meter installation or the transferring of the existing water meter. Prior to transferring an existing water meter, the Contractor shall notify the affected customer before shutting down their service. The Contractor shall coordinate this work to provide minimum customer out-of-service time and inconvenience. All existing water m eter transfers and service tie-ins shall be witnessed by the field Inspector, and it is the Contractor's responsibility to coordinate this inspection. The Contractor shall shut off any available property side valve on the existing service prior to cutting into the line and after the meter transfer, but prior to activating the new service, the Contractor shall notify the customer that the water is coming back on, then open the property side valve and flush the new service for a minimum of 5 minutes and until the water is clear and free of all air and foreign matter. The existing building service line to be connected to may be metal or plastic and may not be the same size as the new service. The Contractor shall provide couplings, adapters and fittings as necessary to complete the connection to the new water service line. 77-2.03F Backflow Device Installation The Contractor shall install new backflow prevention devices and enclosures at the location shown on the Plans or as directed by the Engineer. The backflow preventer shall be Wilkins 975XL or Febco 825Y or approved equivalent. The backflow preventer enclosure shall be Strong Box Model SBBC-30AL or SBBC-30SS or approved equivalent. Backflow prevention devices shall be installed per Manufacturer’s requirements. The Contractor shall purge the water service at the meter of air and sediment, prior to installation. Submittals shall be required for all backflow devices and related materials. After installation, the backflow prevention device shall be certified and tested by the City. Page 398 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 133 Spec No.2021-179 77-2.03G Concrete Thrust Blocks Unless other arrangements are made that are acceptable to the Engineer, the Contractor shall coordinate notification, and allow for visual inspection by the City, of all concrete thrust blocks. Regardless of restrained joint requirements specified elsewhere or actual installation, concrete thrust blocks shall be installed behind all tees, when connecting to any existing line larger than 2" in diameter, and all other locations shown on the construction drawings. .. Concrete thrust blocks and/or harnesses shall also be installed per applicable City Standard, and in addition to restrained joints, where the water main is 12" in diameter or larger and the static water pressure in the distribution system is 90 psi or greater. Permanent concrete thrust blocks and/or harnesses restraints shall be installed at least 24 hours prior to reactivation of the water system when reactivation is required immediately after completion of any operation where a water system shut down is needed and temporary blocking is not feasible. If a joint restraint system can be installed to alleviate the need for concret e thrust blocks and protects the existing and new water systems, it shall be used in place of this requirement. Wherever concrete thrust blocking is required, it shall be installed per City Standards 311 and 312 unless otherwise specified on the plans. 77-2.03H Abandon or Removal of Water Distribution System Components Water mains and service laterals larger than 1-1/2" shown on the plans to be abandoned shall be abandoned with concrete plug (8” min thick), compacted earth (12” min thick). . If the end of the pipe to be abandoned is connected in any way to an active main and allowed to stay in place with the approval from the City Engineer, the abandonment shall consist of a watertight cap or plug and proper restraint, and the location shall be recorded on the plans. Existing water system components shall be removed where shown on the Plans, or to facilitate the progress of work. The Contractor must first receive written approval from the City Engineer prior to removing any component, fully or in part, that is active during construction, and the removed material shall be replaced to the satisfaction of the Water Department. Prior to abandoning an existing main that will be replaced with a new main, all water services shall be transferred to the new and active main. Leaded joints encountered on water mains that are to stay active within the limits of excavations shall be removed by the Contractor as directed by the Engineer. The Contractor shall remove the joints by cutting out the section of pipe containing the exposed joint and installing ductile iron pipe and approved couplers. The removed joint shall be handled, and disposed of according to the Contractor's State Licensing Law and all other applicable laws and regulations. Tees or crosses shown to be removed on water mains that will remain in service, shall have the tee or cross, any related valves and thrust blocking removed, and the main shall be repaired with ductile iron pipe and approved couplers. Barrels of existing fire hydrants to be removed shall be carefully separated from risers and buries by the Contractor, and the bury, if left in the ground, shall be capped or plugged in an acceptable manner. The hydrant only shall be delivered to the City's Public Works Corporation Yard located at 1320 Airport Road, unless the Contractor has obtained specific written approval by the City to otherwise dispose of the materials. Remove all valve boxes and risers on abandoned mains and backfill and resurface using temporary AC. If any portion of a gate valve that is to be abandoned is in the structural section of the street, the valve must be fully removed and the pipe ends abandoned. Any valves not in the structural section of the street may be abandoned in place in the fully closed position. All system components located behind curb and gutter, or edge of pavement where there is no curb or gutter, on laterals to be abandoned shall be fully removed to a minimum of 1' below grade, unless otherwise directed or approved by the Engineer. All voids shall be backfilled per City Standards and surfaced in an acceptable manner to match the surrounding area. Any sidewalk that must be replaced shall be temporarily patched with HMA Type A. After a new water service lateral is installed on an existing main and the meter is transferred, the old service lateral shall be abandoned as specified herein. Page 399 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 134 Spec No.2021-179 Any abandonment that requires a system shutdown, such as removing an old water service from an active main, shall be done under inspection by authorized City personnel. 77-2.03I Water main connections and Shutdown/ Service Notifications Upon completion of construction and testing of new water mains, service laterals and other appurtenances, tie-in connection(s) can be made by the Contractor under inspection by authorized City personnel. Connections to the City's distribution system will not be scheduled until the Engineer has received documentation of all required passing bacteria tests. 77-2.03I(1) Notifications The Contractor shall make a schedule request, to the Engineer, for any work which requires a City water distribution system shutdown, including, but not limited to, connection to the City's distribution system or a service hot tap. The Contractor shall submit a separate written request to the Engineer to schedule each individual shutdown required to facilitate a tie-in connection or any other work where a shutdown may be necessary. The Contractor shall submit written shut down requests at least 2 working days, and 3 working days in advance for residential and commercial shutdowns respectively. The City of Ukiah will attempt to facilitate shutdowns within these timeframes; however, extenuating circumstances may result in response times in excess of those mentioned above. Under such conditions, no claims related to work delays shall be considered. All shutdowns and valve turning operations shall be performed by authorized City personnel only. Authorized City personnel must be present during any operation requiring a shutdown unless otherwise approved by the City Engineer and provided to the Contractor in writing. Connections to the City's distribution system shall not be performed without prior authorization by the Engineer. Individual hot taps may be requested a minimum of 2 working days in advance, if the request is for multiple hot taps to be done on the same day the request shall be made a minimum of 5 working days in advance. The City will attempt to facilitate hot taps within these timeframes; however, extenuating circumstances may result in response times in excess of those mentioned herein. Under such conditions, no claims related to hot tap delays will be considered. 4" and larger hot taps or any size cut-in shall not be allowed within 4' of a joint unless first receiving written approval from the City Engineer. 4" and larger hot taps that are within 4' of a joint shall be replaced with a cut-in tee. Any existing joint that is not specified to be replaced and is disturbed by the Contractor's operations may be require by the City Engineer to be removed and replaced with approved pipe and couplings under City inspection, and at no additional cost. Excavations for individual tie-in connections and hot taps shall be completed as much as possible without causing damage to new or existing facilities and plated a minimum of 1 working day in advance of the scheduled work. If this requirement is not met the scheduled work will be cancelled. All connection materials shall be on site for inspection at the tie-in location the morning of the scheduled work. Contractors who fail to keep field appointments shall be billed for City personnel and equipment tim e used, and the contractor shall bear the costs incurred by the City for notification of its customers for the subsequent appointment. Interruption of service to commercial customers shall, as much as practical, be coordinated with the customer's needs. After notification by the Contractor for such a need, the City will contact commercial customers for service interruption needs and will inform the Contractor accordingly. Contractors requiring work of any kind by City forces shall request such services a minimum of 48 hours in advance of the time such services are desired. Work requests, which will involve City forces for more than 8 hours or an extensive number of City supplied parts, shall be requested a minimum of 7 calendar days in advance. Page 400 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 135 Spec No.2021-179 If it is necessary to terminate service to any customer, the contractor shall make the request for such work an additional 72- hours (three additional working days for a total of five working days advance notice) in advance of the time such services are desired to allow the customers affected to have a minimum 72-hour notice. 77-2.03I(2) Tie-ins 77-2.03I(2)a General When installing a cut-in-tee or cross that is larger than the existing pipe, the new assembly shall be installed at the depth appropriate to the size of the "cut-in" tee or cross, and shall include all fittings, pipe and couplers required to make the change in grade and connections unless otherwise directed by the Engineer. Depth shall also be sufficient to allow any valve(s) that may be part of the assembly to remain below the subgrade of the street. When a connection is required to an existing water pipe, the contractor shall provide all excavation, shoring, backfill and trench resurfacing per Section 77-2.03B. All joints of a tie-in connection to the City's distribution system shall be mechanically restrained. Where the connection is to be a "hot tap", the contractor shall provide and install the tapping valve and sleeve, and any other hardware required. Full circle tapping saddles shall be used when hot tapping 10" and Larger PVC pipe with a static pressure of 85psi or higher. Where a "cut-in" tee or cross and valve(s) assembly is required to be installed, the contractor shall provide and install the entire assembly (including valves), and any other hardware necessary under City inspection, and shall provide all other work and materials necessary to complete the installation to City Standards. During the work, the Contractor shall exercise all necessary precautions to prevent the entrance of trench water or any other foreign material into the water main and appurtenances and shall conduct all operations in accordance with the most stringent sanitation practices. The interior of all appurtenances being installed, as well as the exterior of t he pipe that will come into contact with the distribution water, shall be thoroughly swabbed with a 1 percent liquid chlorine solution prior to installation. When connecting to an existing water main the Contractor shall install temporary and pe rmanent thrust blocking, as necessary, for restraint and to allow for reenergizing of the water main immediately after all plumbing is complete. When installing new components by "cut-in" to an existing PVC or ductile iron main, all new joints shall be mechanical ly restrained. Pipe and fittings furnished for tie-ins shall be no smaller than the existing water main to which each tie-in is made. 77-1.03I(2)b Asbestos Cement Pipe (ACP) Cutting of Asbestos Cement Pipe (ACP) shall be done utilizing a Pipe Cutter (snapper), of the proper type and size for the intended use. A ratcheting hand snapper shall only be used on ACP sizes of 6 inch and smaller. The "snapper", and all appurtenances shall have been inspected by the Contractor to ensure that it is in good work ing order prior to use. If field conditions require an alternative method for cutting the ACP, the alternative method shall comply with all laws and requirements as specified by OSHA, the Contractor's State Licensing Board, and any other governing body for this type of work. In all cases, cutting, handling and disposal shall be done per the above stated governing bodies. Cut pipe shall be properly enclosed as soon as possible after removed from the trench. 77-2.03J Construction Water All water required for the performance of work shall be legally obtained and furnished by the Contractor. Construction water for the work under this contract will not be furnished by the City. Page 401 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 136 Spec No.2021-179 Construction water shall be obtained from the City water system only at the point(s) designated by the Engineer. Contractors are prohibited from operating gate valves or fire hydrants on the City system. At no time shall water trucks or any other unapproved vessel be used in the application of loading water mains unless first approved of by the City. Prior to obtaining water from the City's water system the Contractor shall obtain a Water Use Permit and rent a hydrant. This can be done by contacting the Public Works Department. The Contractor is responsible for any deposits required, permits and moving fees, and the cost of all water used. Deposits shall be refunded upon removal of the meter by City forces, less any charges for water used. Any damage to the meter may result in forfeiture of all or part of the deposit. Unmetered connections are not permitted to the City of Ukiah water system. Such connections shall be severed by the Water Department and will result in penalties including payment of fines and estimated water usage fees. Use of water obtained from unmetered fire hydrants or other facilities is a violation of City ordinance and State law. Use of construction water from sources other than the City Water System must be approved by Engineer. Citations and fines will be levied for violation of these and other utility regulations and deductions will be made from progress payments if necessary. 77-2.01K Payment Refer to Section 9 ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 78 INCIDENTAL CONSTRUCTION Add to section 78-2.01: Survey monument adjustments shall conform to the provisions in Section 78-2, “Survey Monuments,” of the Standard Specifications, and these Construction Details. This item of work shall consist of resetting cast-in-place Portland cement concrete survey monument at the location shown on the Plans, as directed by the Engineer, and these Construction Details. The survey marker disk for the survey monument will be furnished by the City at the site of the project. The exact location of the monuments will be established by the Engineer and upon completion, the monuments will be checked and the center point stamped by the Engineer. Waste materials generated by resetting survey monuments shall be disposed of in accordance with the requirements of Section 14-10, “Solid Waste Disposal and Recycling,” of the Standard Specifications. The concrete portion of monuments shall be constructed in accordance with the provisions in Section 51, “Concrete Structures,” and Section 90, “Portland Cement Concrete.” Concrete shall be minor concrete. A one-inch maximum aggregate shall be used. Any monuments which will or may be disturbed by construction activities or are replaced as part of the project must be tied out and corner record filed prior to construction. The Contractor will not be required to file corner records. The Contractor MUST receive clearance from the Engineer in writing prior to disturbing any monument. All work associated with resetting survey monuments is the responsibility of the Contractor, including any costs associated with the work. ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 79 RESERVED No Changes Page 402 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 137 Spec No.2021-179 ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 80 FENCES No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ DIVISION IX TRAFFIC CONTROL FACILITIES 81 MISCELLANEOUS TRAFFIC CONTROL DEVICES No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 82 SIGNS AND MARKERS Add to section 82-9.03A: In paved areas, the metal post shall be removed, the foundation removed to 4 inches below grade, and the surface repaired. In unpaved areas, metal posts and foundations shall be removed in their entirety and the hole backfilled where the post and foundation has been removed. Relocate roadside signs to locations shown on the Plans. New and relocated signs shall be installed on removable posts per City Drawing No. 120. New sign panels shall conform to the requirements in the California Manual on Uniform Traf fic Control Devices, latest edition. Signage shall conform to Section 56 in the Caltrans Standard Specifications, 2018 Edition. ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 83 RAILINGS AND BARRIERS No Changes. ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 84 MARKINGS Add to section 84-2.01A: All pavement legends and traffic striping shall conform to the forms and dimensions in the Caltrans Standard Plans and Specification, 2018 Edition, and the California Manual on Uniform Traffic Control Devices, latest edition, including CA Traffic Control Devices Committee additions regarding green bike lanes, and be thermoplastic, unless otherwise noted. Add to section 84-2.01B: Green Colored Pavement Markings: Delineation used to enhance the conspicuity of locations where vehicle/cyclist conflicts may occur. May refer to areas of bicycle lanes, extensions of bicycle lanes and bicycle detection boxes. Add to section 84-2.01C: For Green Colored Pavement Markings, submit Certificate of compliance, including the product name, lot or batch number, and manufacture date. Add section 84-2.02I: Green Colored Pavement Markings Green markings shall be color E-F Bike Lane Green. Markings shall conform to standards for Durable Liquid Pavement Marking (DLPM) and be Methyl Methacrylate (MMA). Add to section 84-2.03A: The Contractor shall physically tie down the location of the beginning and ending of each paint or thermoplastic marking type in the adjacent curb top. The marking location shall not exceed fifty square inches each. Any locations exceeding this limit Page 403 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 138 Spec No.2021-179 shall be removed by the Contractor prior to acceptance of the work. The Contractor shall contact the Engineer for review of tie downs. The Contractor shall be responsible for accurately referencing out and replacing the lines and pos itions of all traffic lines, directional lines, arrows, and other markings in accordance with the Plans. Temporary tab markers shall be placed not more than six (6’) feet apart on curves nor more than twelve (12’) feet apart on straight segments. Temporary tab markers (floppies) shall be the same color as the permanent traffic stripe that they are replacing, shall measure two (2”) inches tall by three and one-half (3-1/2”) inches wide, and have a reflective lens across the width of the marker. Temporary tab markers shall be placed before the lane is opened to traffic, unless otherwise approved by the Inspector. Cat tracking shall consist of stretching a rope on a straight line between control points on tangent alignment and on a true arc through control points on curved alignment and placing spots of paint along the rope. Prior to application of permanent striping and markers, the Contractor shall call for review and approval of the proposed striping by the Engineer. The Engineer shall have the right to make changes in the location and alignment of line stripes. Striping and traffic markings shall not be applied until after approval is granted by the Engineer. The Contractor shall allow a minimum of three (3) working days for review of the layout by the Engineer. Permanent traffic striping and markings including legends and arrows shall be placed within twenty-one (21) days after paving or surfacing, unless otherwise directed by the Engineer. Temporary marking tape or temporary tab markers denoting crosswalks shall be placed the same day that the pavement surfacing is placed. Temporary tab markers denoting crosswalks or limit lines shall be placed at intervals not to exceed three (3’) feet. Failure to comply with these requirements shall result in a liquidated damage of $150 per day for each street that has not received permanent installation of the required raised pavement markers, traffic striping, and markings. Add to section 84-2.03B: In areas adjacent to the reconstructed surfacing where existing striping must be changed to conform to a revised striping pattern, conflicting striping shall be removed by sand blasting, grinding, or other methods as specified in the Standard Specifications or by the Engineer. Removal of existing striping and markings shall not materially damage the underlying pavement. Existing striping and markings that are to remain in place shall be protected from damage in accordance with Section 84- 1.03B of the Standard Specifications. The Contractor shall replace all striping which has been damaged or obliterated by or during the work. This shall include striping replacement completely across the street even in the event that the Contractor’s work may not extend that far. Both lines of each crosswalk shall be completely repainted even if only a portion of a line has been obliterated. When the Contractor’s work removes or reduces the visual appearance of a lane or center line, the Contractor shall replace all striping between the adjacent intersections in both directions. Where a median exists, this work will be required only in the roadway where the work has occurred, unless a detour which altered the pavement markings occurred in the other roadway. In such cases, the striping will be replaced in both directions. Add to section 84-2.03C(2)(a): No primer or thermoplastic shall be installed within forty-eight (48) hours from the last measurable rain report as provided by the Engineer. Add to section 84-2.03C(5) Green Colored Pavement Markings Install per product manufacturers recommendations. Page 404 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 139 Spec No.2021-179 Primer is needed on any Portland cement concrete areas receiving green markings. ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 85 RESERVED No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ DIVISION X ELECTRICAL WORK 86 GENERAL Add to section 86-1.02B: The conduit in a foundation and between a foundation and the nearest pull box shall be Type 1. All primary electrical conduit shall be Type 3 for all conduit and fittings. All elbows and sweeps shall be a minimum 36” radius. Long Line Couplings shall be used. Flex adapters or PVC Flexible Couplings shall not be used. All street light conduit shall be Type 3 for all conduit and fittings. All elbows and sweeps shall be minimum 24” radius. Existing street light conduit may require splice with Type 3 conduit, with elbows and sweeps to be a minimum 24” radius. Add to section 86-1.02C: All existing pull boxes to receive new conductors and/or conduits shall be cleaned out, all existing grout removed, and the bottoms re-grouted with a drain hole or the boxes replaced to meet current State Standards. All street light pull boxes / junction boxes shall be No. 5 (17”x30”x18”) with penta head coil nuts and bolts. All street light pull box / junction box covers shall be labeled “Electric.” Add to section 86-1.02F(2)(c)(iii): Loop wire shall be Type 2. Add to section 86-1.02J: Type 1 standard pole shall be 15’ tall decorative aluminum post and casted in one-piece. The 18 ¼” wide octagonal cast aluminum base shall have flat sides with eight recessed panels in the base. It shall taper into the shaft and gently transition into flared top section. It shall be made of heavy wall, 356 alloy cast aluminum. It shall have a 1” thick floor cast as an integral part of the base. The model shall be Sternberg Lighting Number #9300TO. The pole shall be U.L. or E.T.L. listed in U.S. Four ¾” diameter, hot-dipped galvanized “L” type anchor bolts shall be provided with the post for anchorage. It shall be secured with tamper proof, stainless steel hardware. Post shall be provided with a grounding stud mounted on the base floor opposite the access door. Type 2 standard pole shall be 16’ tall decorative extruded aluminum post and made from one-piece. Pole shall be seamless 4” round tube of extruded aluminum and welded over a 8 5/8” round seamless extruded-aluminum pole base. The assembly is welded to both the top abd bottom of a cast aluminum anchor plate. A 4 ½” by 10” maintenance opening is complete with cover and copper ground lug. The Decorative base cover made from cast-aluminum pieces mechanically assembled together with stainless steel hardware around base of the pole. The model shall be Phillips Lumec RA61. Paint equipment as follows: a. All traffic signal poles and equipment (with the exception of video detection, dome-style cameras, and other items noted below) furnished and installed by the Contractor shall be painted as noted on the plans, per these specifications. If electrical equipment is installed by the Contractor, the equipment shall be factory painted. Existing equipment worked on by the contractor, or noted as to be painted shall be painted. Page 405 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 140 Spec No.2021-179 b. All painted equipment which has been relocated shall be painted as directed by the City. All paint used on the job site shall be provided in the original container identifying the grade, trade name, number and manufacturer, and shall conform to the requirements of specifications on painting, or as directed by the City. c. All paint shall be applied evenly and smoothly by skilled craftsmen by either hand brushing or approved spraying equipment, allowing no surplus to accumulate, except that no spraying shall be done at the job site. The work shall be done in a neat and workmanlike manner, and the use of brushes for the application of paint shall be required when paint spraying proves to be unsatisfactory or otherwise objectionable. Poor workmanship resulting in spotting, peeling, cloudiness, discolorations, etc., shall be rejected and re-done by the Contractor at no cost to the City. d. The thickness of each paint coat (two required) shall be limited to that which will result in uniform drying throughout the paint film. Skips, holes, thin areas, or other deficiencies in any one coat of paint shall be corrected before the succeeding coat is applied. e. The final coat of paint shall present a sags or excessive brush rnarks, smooth surface, uniform in color, free of runs. f. Prime Painting 1. First Coat: One application of a zinc dust-zinc oxide paint conforming to the requirements of Federal Specification TT-P641, Type II, applied immediately following the completion of all prepainted preparations. 2. Second Coat: One application of a pre-treatment vinyl wash primer conforming to the requirements of the 2010 Caltrans Standard Specifications Section 86-2.16. The vinyl wash primer shall be applied by spraying or brushing to produce a uniform wet surface. g. Finish Painting 1. Two separate and complete applications of finish paint shall be applied, unless otherwise noted on the plans or in these specifications. Paint for the first application shall be tinted with a compatible coloring agent to slightly contrast with the color of the final application. 2. The finish paint color for all signal heads and visors shall be Dark Olive Green color (Caltrans Color Chip No. 68) in accordance with the 2010 Caltrans Standard Specifications Section 86- 2.16. 3. The inside of visors and louver vanes shall be painted a luster black in accordance with Caltrans Standard Specification. 4. Steel signal standards and signal arms shall be painted, as noted on the plans, or these specifications. 5. All poles shall be painted “Black” as selected by the Engineer. 6. Contractor shall submit a paint sample to the Engineer for approval prior to ordering of factory- painted poles or application of paint to existing poles on State Street. Replace section 86-1.02K(2) with: Type 1 standard light fixture is a Sternberg Lighting Main Street Series Part Number: PT-MS805B-3-XRLED-12L35T4- MDL14-FHD. It shall be appointed with a cast aluminum 6 ½” spiked finial. The fixture shall be provided with a heavy wall cast aluminum fitter that can accept a 3”, 4”, 5”, 6”, or 7” OD pole. The fitter shall be attached by setscrew to the pole top. Type 2 standard light fixture is a Philips Lumec Domus with mounting arm Part Number: DMS50-35W32LED3K-T- ACDR-240-DMG-PHXL-JR. Housing shall be round shape made of cast A380 aluminum with a watertight grommet. It shall mechanically assembled to the bracket with four bolts 5/16 18 UNC. T his suspension system permits for full rotation of the luminaire in 90 degrees increments. Mounting arm shall feature two 2” by 3” rectangular aluminum extrusions, welded on both sides to the central pole adaptor and to the luminaire adaptor. Mounting arm shall have 4” OD extruded aluminum luminaire adaptor welded to the arm for luminaire mounting. LED luminaire must: 1. Be self-contained, not requiring assembly. Page 406 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 141 Spec No.2021-179 2. Comply with UL 1598 for luminaires in wet locations. 3. Have a power supply with: 3.1. ANSI/IEC rating of at least IP65. 3.2. 2 leads to accept standard 0-10 V(dc). 3.3. Dimming control compatible with IEC 60929, Annex E. If the control leads are open or the analog control signal is lost, the circuit must default to 100-percent power. 3.4. Case temperature self rise of 77 degrees F or less above ambient temperature in free air with no additional heat sinks. 4. Weigh no more than 40 lb. 5. Have a minimum operating life of 63,000 hours when operated for an average time of 11.5 hours at an average temperature of 70 degrees F. 6. Be designed to operate over a temperature range from -40 to 130 degrees F. 7. Be operationally compatible with photoelectric controls. 8. Have a correlated color temperature range from 3,500 to 6,500 K and a color rendering index of 65 or greater. 9. Have a maximum-effective projected area of 1.4 sq ft when viewed from either side or end. 10. Be finished in the manufacturer’s standard bronze polyester powdercoat. 11. Be provided with a color-matched twin-arm pole-top mount suitable for a round pole. 12. Be provided with a color-matched round, straight pole, height as scheduled. 13. Comply with LM-79, LM-80 and California Test 611. The individual LEDs must be connected such that a catastrophic loss or a failure of 1 LED does not result in the loss of more than 20 percent of the luminous output of the luminaire. The luminaire must be permanently marked inside the unit and outside of its packaging box. Marking consists of: 1. Manufacturer's name or trademark 2. Month and year of manufacture 3. Model, serial, and lot numbers 4. Rated voltage, wattage, and power in VA An LED luminaire's onboard circuitry must include a surge protection device to withstand high-repetition noise transients caused by utility line switching, nearby lightning strikes, and other interferences. The device must protect the luminaire from damage and failure due to transient voltages and currents as defined in Tables 1 and 4 of ANSI/IEEE C64.41.2 for location category C-High. The surge protection device must comply with UL 1449 and ANSI/IEEE C62.45 based on ANSI/IEEE C62.41.2 definitions for standard and optional waveforms for location category C-High. An LED luminaire and its associated onboard circuitry must comply with the Class A emission limits under 47 CFR 15(B) for the emission of electronic noise. The fluctuations of line voltage must have no visible effect on the luminous output. The operating voltage may range from 120 to 480 V(ac), 60 ± 3 Hz. Luminaire must operate over the entire voltage range or the voltage range must be selected from one of the following: 1. Luminaire must operate over a voltage range from 95 to 277 V(ac). The operating voltages for this option are 120 V(ac) and 240 V(ac). 2. Luminaire must operate over a voltage range from 347 to 480 V(ac). The operating voltage for this option is 480 V(ac). LED luminaire must have a power factor of 0.90 or greater. The total harmonic distortion, current, and voltage induced into a power line by a luminaire must not exceed 20 percent. The L70 of the luminaire must be the minimum operating life or greater. Illuminance measurements must be calibrated to standard photopic calibrations. An LED luminaire and its internal components must be able to withstand mechanical shock and vibration. If the components are mounted on a down-opening door, the door must be hinged and secured to the luminaire's housing separately from the refractor or flat lens frame. The door must be secured to the housing to prevent accidental opening. A safety cable must mechanically connect the door to the housing. Page 407 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 142 Spec No.2021-179 An LED luminaire must have a barrier-type terminal block secured to the housing to connect field wires. The terminal screws must be captive and equipped with wire grips for conductors up to no. 6. The conductors and terminals must be identified and marked. Add to section 86-1.02M: The photoelectric unit shall be installed on light standards. Photoelectric control shall be Type IV. Add section 86-1.02V Video Detection: Each video vehicle detector system (V VDS) shall consist of one or m ore video detection devices mounted on traffic signal or luminaire mast arms as shown on the Plans; and including all wires, cables, connections, video detection processor (VDP), cabinet interface ICC modules in a standard detector rack, a pointing device, and related appurtenances for a complete and functioning system. The system shall include software that detects vehicles and bicycles in multiple lanes using only the video image. Detection zones shall be defined using only an on board video menu and a pointing device to place the zones on a video image. Up to 8 detection zones per system shall be available. A separate computer shall not be required to program the detection zones. 86-1.02V(1) Functional Capabilities. Each video vehicle detector system (VVDS) shall be GRIDSMART System manufactured by GRIDSMART Technologies, Inc. The City of Ukiah has standardized around the GRIDSMART System VVDS. The VVDS shall consist of one or more video detection devices mounted on traffic signal or luminaire mast arms as shown on the Plans; and including all wires, cables, connections, video detection processor (VDP), cabinet interface ICC modules in a standard detector rack, a pointing device, and related appurtenances for a complete and functioning system. A VVDS for a single intersection must consist of ether 1 or 2 fixed focal length omnidirectional view cameras and the VDP. The system is composed of these principal items: the camera(s), the field communications link consisting of a single CAT5e cable between each camera and the VDP, add the VDP along with a PC, video monitor or associated equipment required to setup the VDP and software to communicate to the VDP. The VDP must be either NEMA TS 2 Type 1 or Type 2. Type 2 must have RS 485 SDLC. The VDP must have at least four (4) processing cores of 2.8GHz or greater, a minimum of 3GB random access memory (RAM), and at least 32GB of onboard storage. The system shall include software that detects vehicles and bicycles in multiple lanes using only the video image. Detection zones shall be defined using only an on board video menu and a pointing device to place the zones on a video image. Up to 8 detection zones per system shall be available. 86-1.02V(2) Definitions. VVDS Processor. The electronic unit that converts the video image provided by the cameras, generate vehicle detection for defined zones and collects vehicular data as specified. Central Control. A remotely located control center, which communicates with the VVDS Processor. The VVDS operator at the central control has the ability to monitor the operation and odify detector placement and configuration parameters. The equipment that constitutes central control is comprised of a workstation microcomputer along with the associated peripherals as described in this special specification. Field Setup Computer. A portable microcomputer used to set up and monitor the operation of the VVDS Processor. If required to interface with the VVDS processor unit, the field setup computer with the associated peripherals described in this special specification and a video monitor, also described in this special specification, must be supplied as part of the VVDS. Field Communications Link. The communications connection between the camera(s) and the VVDS Processor. This link will consist of one CAT5e cable for each omnidirectional camera. Page 408 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 143 Spec No.2021-179 Remote Communications Link. The communications connection between the VVDS Processor and the central control. Camera Assembly. The complete camera or optical device assembly used to collect the visual image. The camera assembly consists of a CMOS camera, environmental enclosure, temperature control mechanism, and all necessary mounting hardware. Occlusion. The phenomenon when a vehicle passes through the detection zone but the view from the sensor is obstructed by another vehicle. This type of occlusion results in the vehicle not being detected by the sensor. Or When a vehicle in one lane passes through the detection zone of an adjacent lane. This type of occlusion can result in the same vehicle being counted in more than one lane. Detection Zone. The detection zone is an area selected through the VVDS Processor that when occupied by a vehicle, sends a vehicle detection to the traffic controller or freeway management system. Detection Accuracy. The measure of the basic operation of a detection system (shows detection when a vehicle is in the detection zone and shows no detection when there is not a vehicle in the detection zone). Live Video. Video being viewed or processed at 5 to 10 frames per second. Lux. The measure of light intensity at which the camera may operate. A unit of illumination equal to one lumen per square meter or to the illumination of a surface uniformly one meter distant from a point source of one candle. 86-1.02V(3) Functional Capabilities. The system must be able to detect either approaching or departing vehicles in multiple traffic lanes. A minimum of 24 detector outputs per VVDS Processor. Each zone and output must be user definable through graphics by drawing arbitrarily shaped polygons using the Field Setup Computer or Central Control. The user must be able to redefine previously defined detection zones. The VVDS Processor must provide real time vehicle detection (within 500 milliseconds (ms) of vehicle arrival). The system must be able to detect the presence of vehicles in up to 64 detection zones per camera. Detection zones must be provided that are sensitive to direction of vehicle travel. The direction at be detected by each detection zone must be user programmable. The VSDS Processor unit must compensate for minor camera movement (up to 2% of the field of view at 400 feet) without falsely detecting vehicles. The camera movement must be measurable on the unprocessed video input to the VSDS Processor. The camera must operate while directly connected to VSDS Processor Unit. Once the detector configuration has been downloaded or saved into the VSDS Processor, the video detection system m ust operate with the monitoring equipment (monitor and/or laptop) disconnected or on-line. When the monitoring equipment is directly connected to the VSDS Processor, it must be possible to view vehicle detections in real time as they occur on the field setup computer’s color VGA display or the video monitor. The VSDS Processor must support 1 or 2 omnidirectional view cameras. If equipped with 1 omnidirectional view camera, the VSDS processor must also be capable of simultaneously supporting up to four (4) more traditional view cameras for special needs such as advance detection or underpass detection. 86-1.02V(4) Vehicle Detection. Detection Zone Placement. The video detection system must provide flexible detection zone placement anywhere within the combined field of view of the image sensors. Preferred presence detector configurations shall be arbitrarily shaped polygons, including simple boxes drawn across lanes of traffic or placed in line with lanes of traffic. A single detector must be able to replace one or more conventional detector loops. Page 409 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 144 Spec No.2021-179 Detection Zone Programming. Placement of detection zones must be by means of graphical interface using the video image of the roadway. The monitor must show images of the detection zones superimposed on the video image of the traffic while the VVDS Processor is running. The displayed zones, when operating, must be able to be displayed outlined or filled, with a visible change indicating detection. The detection zones must be created by using the mouse or keypad to draw detection zones on the monitor. The detection zones must be capable of being sized and shaped to provide optimal road coverage and detection. It must be possible to upload detector configurations to the VVDS Processor and to retrieve the detector configuration that is currently running in the VVDS Processor. The mouse or keypad may be used to edit previously defined detector configurations so as to fine tune the detection zone placement size and shape. Once a detection configuration has been created, the system must provide a graphic display of the new configuration on its monitor. While this fine-tuning is being done, the detection must continue to operate from the detector configuration that is currently called. When a vehicle occupies a detection zone, the detection zone on the live video must indicate the presence of a vehicle, thereby verifying proper operation of the detection system. With the absence of video, the VVDS Processor must have a display that will indicate proper operation of the detection zones. Detection zones must be provided that are sensitive to the direction of vehicle travel. The direction to be detected by each direction zone must be user programmable. The vehicle detection zone should not activate if a vehicle traveling any direction other than the one specified for detection occupies the detection zone. Cross-street and wrong way traffic should not cause a detection. Detection zones must have the option for the user to define that can be made with a side entrance (90 ° or less angled entrance). Design Field of View. The video detection system must reliably detect vehicle presence in the design field of view. The design field of view must be defined as the sensor view when the image sensor is mounted 30-feet or higher above the roadway, when the camera is adjacent (within 15 feet) to the edge of the nearest vehicle travel lane, and when the length of the detection area is not greater than 5 times the mounted height of the image sensor. Within this design field of view, the VVDS Processor unit must be capable of setting up a single detection zone for point detection (equivalent to the operation of a 6 foot by 6 foot inductive loop). A single camera, placed at the proper mounting height, must be able to monitor up to and including 5 traffic lanes simultaneously. A single omnidirectional camera, placed at the proper mounting height, must be able to monitor detection zones in at least intersection approaches. Detection Performance. Detection accuracy of the video detection system must be comparable to properly operating inductive loops. Detection accuracy must include the presence of any vehicle in the defined detection zone regardless of the lane, which the vehicle is occupying. Occlusion produced by vehicles in the same or adjacent lanes must not be considered a failure of the VVDS Processor, but a limitation of the camera placement. Detection accuracy (a minimum of 95%) must be enforced for the entire design field of view on a lane by lane and on a time period basis. When specified in the plans, furnish up to 24 continuous hours of recorded video of all installed intersection cameras within the 30 day test period for verification of proper camera placement, field of view, focus, detection zone placement, processor setup and operation. The video from each camera must show vehicle detections for all zones. Equipment failure, either camera or VVDS Processor, must result in constant vehicle detection on affected detection zones. 86-1.02V(5) VSDS Processor. Cabinet Mounting – The VSDS Processor must be shelf mountable. Environmental Requirements – The VSDS Processor must be designed to operate reliably in the adverse environment found in the typical roadside traffic cabinet. It must meet the environmental requirements set fourth by the latest NEMA (National Electric Manufacturers Association) TS1 and TS2 standards as well as the environmental requirements for Type 170, Type 179 and 2070 controllers. Operating temperature must be from -30°F to +165°F at 0% to 95% relative humidity, non- condensing. Electrical – The VSDS Processor must have a modular electrical design. Page 410 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 145 Spec No.2021-179 The VSDS Processor must operate within a range of 89 to 135 VACm 60 Hz single phase. Power to the VSDS Processor must be from the transient protected side of the AC power distribution system in the traffic control cabinet in which the VSDS Processor is installed. Communications to the field setup computer must be through an Ethernet port. This port must be able to download the real time detection information needed to show detector actuations. The VSDS Processor must have an Ethernet connection on the front of the unit for the connection to the 1st camera. If a second camera is installed at the intersection, the camera will connect with the VSDS Processor through a connector mounted on the side of the Processor. The unit must be equipped with a single VGA video output. This output must be capable of displaying the operations and detections of the VSDS Processor. The change log for all Software upgrades and/or changes must be presented on a readily assessable internet site with unencumbered public access. The unit software and the supervisor software must include diagnostic software to allow testing of the VSDS functions. This must include the capability to set up and clear individual detector outputs and display the status of inputs to enable setup and troubleshooting in the field. 86-1.02V(6) Camera Assembly. Camera. The video detection system must use high resolution, color image sensors as the video source for real time vehicle detection. The cameras must be approved for use with the VSDS Processor unit by te supplier of the VSDS. As a minimum, each camera must provide the following capabilities: Images must be produced with a CMOS sensing element with horizontal resolution of at least 2580 lines and vertical resolution of at least 1920 lines. Images must be output in digital format as MJPEG image. Useable video and resolvable features in the video image must be produced when those features have luminance levels as low 1.0 lux for color, for night use. Useable video and resolvable features in the video image must be produced when those features have luminance levels as high as 10,00 lux during the day. The camera must include an electronic shutter control based upon average scene luminance and must be equipped with fixed field of view and fixed focus lens which does not require opening the camera enclosure. The fixed focus lens must be always in focus without any required end-user adjustments. Camera and Lens Assembly. The camera and lens assembly must be housed in an environment enclosure that provides the following capabilities: The enclosure must be waterproof and dust tight to the latest NEMA 4 specifications. The enclosure must allow the camera to operate satisfactorily over an ambient temperature range from -30°F to +165°F while exposed to precipitation as well as direct sunlight. The enclosure must include a provision for connection of the CAT5e cable. Input power to the environmental enclosure must be included in the Ethernet interface. A thermostatically controlled heater must be a the front of the enclosure to prevent the formation of ice and condensation. The heater must not interfere with the operation of the camera electronics, and it must not cause interference with the video signal. The enclosure must be light colored or unfinished and must be designed to minimize solar heating. Any plastics used in the enclosure must include ultra violet inhibitors. Page 411 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 146 Spec No.2021-179 The total weight of the image sensor in the environmental enclosure must be less than 10 lb. Use waterproof, quick disconnect connectors to the camera for the CAT5e connection. A camera interface panel capable of being mounted to sidewalls of a controller cabinet must be provided for protection of the VSDS Processor, camera CAT5e connection. The panel must consist of, as a minimum, 2 CAT5e cable surge protection connections. When the connection between the camera and the VSDS Processor is CAT5e cable, the cable used must be suited for outdoor installation. Camera mounting hardware must allow for vertical or horizontal mounting to the camera enclosure. 86-1.02V(7) Field Communication Link. The field communication link must be a two way communications connection from the camera to the VSDS Processor. The primary communications link media must be burial grade CAT5e cable. The following requirements must govern for the various types of field communications link media described on the plans. CAT5e Cable. In locations where the plans indicate CAT5e cable is required as the primary communications link, this cable must be burial grade as well as suitable for above ground applications. All connection cables must be continuous from the equipment cabinet to the camera connector. Install lighting and transient surge suppression devices on the processor side of the field communications link to protect the peripheral devices. The suppression devices must be all solid state. The devices must present high impedance to, and must not interfere with, the communications lines during normal operation. The suppression devices must not allow the peak voltage on any line to exceed 300% of normal operating peak voltage at any time. The response time of the devices must not exceed 5 nanoseconds. 86-1.02V(8) VSDS Set-Up System. The minimum VSDS set-up system, as needed for detector setup viewing of vehicle detections, must consist of a field setup computer and Windows-based interface software (if required) for a video monitor with interface software built-in to the VSDS Processor. Live video (5 frames per second) must be available on the field setup computer to determine proper operation of detectors. The field set-up computer as a minimum, must have a network connection. If a field setup computer is required for system set-up, it must be supplied by the supplier of the VSDS Processor. The field setup computer must include all necessary cabling and a Windows-based program to interface with the VSDS Processor. This software must provide an easy to use graphical user interface and support all models/versions of the supplied VSDS. Live video with the detection overlaid is required for field verification of the system. 86-1.02V(9) Temporary Use and Retesting. When shown on the plans, the VSDS equipment must be used to provide vehicle detection on a temporary basis. When the permanent vehicle detection system and related equipment are installed and made operational, the VSDS equipment must be carefully removed and delivered to the location shown on the plans. 86-1.02V(10) Operation from Central Control. The central control must transmit and receive all information needed for detector setup, monitor the vehicle detection, view the vehicle traffic flow and interrogate all required stored data. The remote communications link between the VSDS Processor and central control may be dial-up (telephone or ISDN lines) or dedicated twisted wire pair communications cable which may be accompanied with coaxial cable or fiber-optic cable, as shown on the plans. Communications with central control must not interfere with the on-street detection of the VSDS Processor. 86-1.02V(11) Installation and Training. The manufacturer’s representative of the video detection system must be present on site to supervise the installation and testing of the video and computer equipment. Page 412 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 147 Spec No.2021-179 Instruction personnel are required to be certified by the equipment manufacturer. The User’s Guide is not an adequate substitute for practical, classroom training and formal certification by an approved agency. Formal levels of factory authorized training are required for installers, contractors and system operators. All training must be certified by the manufacturer. 86-1.02V(12) Warranty, Maintenance and Support. The video detection system must be warranted to be free of defects in material and workm anship for a period of 3 years from date of shipment from the supplier’s facility. During the warranty period, the supplier must repair with new or refurbished materials, or replace at no charge, any product containing warranty defect provided the product is returned FOB to the suppliers factory with transportation prepaid. During the warranty period, technical support shall be available from the supplier via telephone within 4 hours of the time a call is made by a user, and this support shall be available from factory-certified personnel or factory- certified installers. During the warranty period, standard updates of the VSDS Processor and supervisor software shall be available from the supplier without charge. The supplier must maintain a program for technical support and software updates following expiration of the warranty period. ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 87 ELECTRICAL SYSTEMS Add to section 87-1.03B: Conduit runs shown on the Plans to be located behind curbs may be installed in the street, within 3 feet of and parallel to the face of the curb, by the trenching in pavement method described in Section 86-2.05C of the Standard Specifications. All pull boxes shall be located behind the curb or at the locations shown on the Plans. After conductors have been installed, the ends of conduits terminating in pull boxes and in service and controller cabinets shall be sealed with an approved type of sealing compound. At locations where conduit is required to be installed under pavement and existing underground facilities require special precautions, conduit shall be placed by the "Trenching in Pavement Method." At other locations where conduit is required to be installed in the traveled way and if delay to any vehicle will not exceed 5 minutes, conduit may be installed by the "Trenching in Pavement Method" as described below: When the Trenching in Pavement Method is used, the existing asphalt concrete shall be cut with a power driven saw or ground to a depth of not less than 1/15 foot, a minimum of 6 inches beyond either side of the trench, in order to provide a neat and true edge with no shatter outside the removal area. If the trench is within 3 feet of a gutter edge, only one saw cut will be required (on the side of the trench opposite of the gutter) and the asphalt surfacing shall be replaced all the way to the gutter edge. A tack coat shall be applied to the vertical edges just prior to place the asphalt concrete used to cap the trench. Damage to pavement that is to remain in place shall be repaired to a condition satisfactory to the Engineer, or the damaged pavement shall be removed and replaced with new asphalt concrete if ordered by the Engineer. Repairing or removing and replacing pavement damaged outside the limits of pavement to be replaced shall be at the Contractor's expense. If the Contractor elects to use Directional Boring, the conduit shall be installed between a minimum depth of 24" and a maximum depth of 60" unless directed otherwise by the Engineer. Add to section 87-1.03E: No native material shall be used as trench backfill within paved areas. All trench spoils shall be removed from the work area by the Contractor as they are generated at the Contractor’s expense. Where conduit containing conductors of 100 volts or less is installed parallel and adjacent to the existing gutter lip, the trench shall be approximately 2 inches wider than the outside diameter of the conduit and shall not exceed 6 inches in width. Trench Page 413 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 148 Spec No.2021-179 depth shall not exceed conduit trade-diameter plus 10 inches, except that at pull boxes the trench may be hand dug to required depth. The conduit shall be placed in the bottom of the trench with the top of the conduit a minimum of 9 inches below finish grade. When conduit containing conductors of 100 volts or less is not installed adjacent to the lip of gutter it shall be installed with a minimum of 24 inches of cover. All conduit containing conductors of more than 100 volts shall be installed with a minimum of 24 inches of cover. Where existing facilities prevent installing conduit with 24 inches of cover, the Contractor shall depress the new conduit under the existing facilities without exception. The Contractor shall pothole and record the depth of all existing utilities which are within the area to be trenched or excavated. Where excavation occurs within the drip line of any street tree the contractor shall hand dig to protect tree roots as directed by the Engineer. Root pruning shall be done only when directed by the Engineer and shall be accomplished by use of sharp tools appropriate for the size of root to be cut. Each cut shall be clean with no torn bark or splintered wood remaining on the root. At no time shall roots be pulled on by excavating equipment. Add to section 87-1.03J: Field paint all new and existing signal poles with polyurethane coating in accordance with Section 91. Add to section 87-1.03V(2): In lieu of the requirements in the fourth paragraph of Section 86-5.01A(4), "Installation Details," of the State Standard Specifications, slots in asphalt concrete pavement shall be filled as follows: After conductors are installed in the slots cut in the pavement, paint binder shall be applied to all vertical surfaces of slots in accordance with the provisions in Section 94, "Asphaltic Emulsions", of the State Standard Specifications. The slots shall then be filled with asphaltic concrete sealants using hot melt loop sealant. Temperature of sealant material during installation shall be above 70 degrees Fahrenheit. Air temperatures during installation shall be above 50 degrees Fahrenheit. Hot melt sealant placed in the slots shall be compacted by use of an eight (8”) inch diameter by one-eighth (1/8”) inch thick steel hand roller or other tool approved by the Engineer. Compacted sealant shall be flush with the pavement surface. Minimum conductor coverage shall be five-eighths (5/8”) inch. Excess sealant remaining after rolling shall not be reused. Traffic may be released immediately over compacted material. The Contractor shall test all detectors with a motor-driven cycle, as defined in the California Vehicles Code, which is licensed for street use by the Department of Motor Vehicles of the State of California. The unladen weight of the vehicle shall not exceed 220 pounds and the engine displacement shall not exceed 100 cubic centimeters. Special features, components or vehicles designed to activate the detector will not be permitted. The Contractor shall provide an operator who shall drive the motor-driven cycle through the response or detection area of the detector at not less than 3 miles per hour nor m ore than 7 miles per hour. Detectors will be disconnected or connected by the Contractor. The Contractor shall notify the City 24 hours prior to any detector being disconnected or connected. Timing adjustments shall be made by City traffic personnel. Traffic signal loops damaged due to grinding, cold planing, digouts, paving or any other related construction shall be replaced within 2 weeks following the damage. Add section 87-1.03V(4): 87-1.03V(4) Video Detection System. The cable to be used between the VDP and the ICC in the traffic cabinet shall be three (3) twisted pairs. Various styles of cable including IMSA 39-2 are suitable for correct operation. The cable shall be a continuous unbroken run from the VDP to the ICC. This cable shall be suitable for installation in conduit or overhead with appropriate span wire. Pluggable connectors or terminal blocks should be used at both the VDP and ICC ends. The cable and installation tools shall be approved by the supplier of the video detection system, and the manufacturer's instructions must be followed to ensure proper connection. Page 414 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 149 Spec No.2021-179 The video detection system shall be installed by factory certified installers and shall be IMSA Level II Traffic Signal Technician certified. Proof of certifications shall be provided. Add to section 87-2.03A: Existing electrical equipment to remain which is damaged by the Contractor, shall be replaced by the Contractor at their expense. Contractor’s attention is directed to Section 15, “Existing Highway Facilities” and Section 86-7.01, “Removing Electrical Equipment” of the Standard Specifications. Removal shall include disconnection from lighting circuit, removal of lighting standard, base and foundation to the depth shown on the Plans. Protect lighting standard from damage during removal. Return lighting standard and luminaire to City. ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 88 RESERVED Add section 88: 88 UNDERGROUNDING Add to section 88-1.01A Section 88 includes work for constructing new underground electric, AT&T and Comcast conduits. The Contractor shall be responsible for furnishing all labor, materials, equipment, tools and incidentals necessary for trenching, backfilling and compacting, provide and install conduits for electric, AT&T and Comcast. Install vault(s), box pads and secondary service boxes (furnished by City), install cable vaults and AT&T boxes, blacktopping, sidewalk, curb and gutter removal and replacement, as specified, and other incidental and related work, all as shown on the plans and specifications. Location of the work will be on State Street generally between Gobbi Street and Mill Street and between Henry Street and Norton Street. Excavation, backfill and shaped bedding must comply with Section 19-3. Work shall be constructed in accordance with these Special Provisions, Standard Specifications, Plans and as directed by the Engineer. Any proposed deviations must first be approved in writing by the City Engineer. The Contractor shall provide a full size Undergrounding "record plans" for their project to the Engineer within 7 calendar days from completion. All deviations from the improvement plans shall be recorded on the plans in red ink. See Appendix 1 of these Standard Specifications for additional specifications and standard drawings. Add section 88-1.01A(1) Quantities The preliminary estimate of the quantities of work to be done and materials to be furnished shown in the proposal are approximate only, being given as a basis for the comparison of bids. The City of Ukiah does not expressly or by implication agree that the actual amount of work will correspond therewith, but reserves the right to increase or decrease the amount of any class or portion of work or to omit portions of the work that may be deemed necessary or expedient by the City. Upon completion of successful bid, the Contractor shall furnish to the Engineer a cost break-down for each contract lump sum item. The contractor shall determine the quantities of the items required to complete all work shown on the plans. Such quantities and their values (including labor, equipment and materials) shall be included in the cost break-down submitted to the Engineer for approval. The sum of the quantity units times the unit price shall equal the contract quantities and values used in the cost break-down submitted for approval. Unbalancing of the unit prices will not be allowed. Overhead, profit, bond premium, temporary construction facilities, and other such items shall be included in each individual unit listed in the cost break-down, however, costs for traffic control system shall not be included. Page 415 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 150 Spec No.2021-179 No adjustment of the compensation will be made in the contract lump sum prices paid for various work items due to any differences between quantities shown in the cost break-down furnished by the Contractor and the quantities required to complete the work as shown on the plans and as specified in these Special Provisions. The cost break-down shall be submitted to the Engineer within 10 working days after the contract has been approved. The cost break-down shall be approved by the Engineer, in writing, before any partial payments for the items of work will be made. The approved cost break-down will be used to determine partial payments during the progress of the work and as the basis of calculating the adjustment of compensation for the items(s) of work due to the chan ges ordered by the Engineer. When an ordered change increases or decreases the quantities of an approved cost break -down, the adjustment in the compensation will be determined in the same manner specified for increases and decreases in the quantity of a contract item of work in accordance with increases and decreases in the quantity of a contract item of work in accordance with the Contractor bid price. Additions or deletions in the quantity of work as set forth in these specifications and accompanying drawings for lump sum items may be ordered by the Engineer after the contract price has been adjusted accordingly to the satisfaction of both the Contractor and the City of Ukiah, and they have been accepted in writing by the Engineer. Add section 88-1.02 Materials shall be new and of merchantable grade, free from defect. Contractor shall be responsible for providing any and all materials necessary for the completion of the project, which include, but are not limited to, all conduits, conduit sweeps and conduit fittings. Conduit sizes shall be as specified on the plans. PVC conduit, elbows and sweeps shall meet NEMA TC-2, TC-3 and UL 651 (Conduit) and 514b (Fittings) specifications for type Sch 40 and Sch 80. Rigid steel conduit at all riser pole locations shall be U.L. 6 listed and meet ANSI C80.1 specifications. The ¾” NPT threads (ANSI B1.20.1) shall be full cut and hot galvanized after cutting. All elbows and sweeps shall be minimum 48” radius for 6” conduit, minimum 36” radius for 4” conduit and minimum 24” for 2” conduit. Long line couplings shall be used. Five degrees angle couplings, flexible adapters and PVC flexible couplings shall not be used. Standard type duct spacers which proved for a 2” air space between conduits shall be throughout the project on electric duct system. All conduits shall be proved in a manner acceptable to the Electric Utility Department. Conduit shall be free of dirt, rocks or other obstructions which could prevent, hinder or harm the installation of electric cable. Mule Tape must be installed in each conduit. The open end of all conduits must be protected in such a manner that it prohibits dirt and debris from entering. The ends of all stub conduit shall be securely capped. Below ground at capped location, one Greenlee Unimarker electronic marker shall be placed for each type of conduit using the uniform color code. Insulated bonding bushings will be required on metal conduit. No substitutions shall be permitted from the original specifications unless bidder obtains prior written approval. Add to section 88-1.03A WHERE INTERRUPTION OF ELECTRIC SERVICE WILL RESULT DURING THE INSTALLATION OF A SECONDARY SERVICE JUNCTION BOX, TRANSFORMER BOX PAD, AND PRIMARY PEDESTAL BOX PAD THE CONTRACTOR SHALL COORDINATE THIS WORK WITH CITY OF UKIAH ELECTRIC UTILITY DEPARTMENT (UEUD). UEUD WILL TURN OFF POWER TO EQUIPMENT AND ASSIST THE CONTRACTOR WITH THE INSTALLATION OF CONDUITS INTO EQUIPMENT. CUSTOMER SERVICE OUTAGE TIME SHALL BE CUT TO A MINIMUM AND SHALL NOT EXCEED ONE WORK DAY. The Contractor shall maintain existing signal and lighting systems in accordance with Section 88-21.03B “Maintaining Existing Electrical Systems” and these Special Provisions. Prior to disconnecting traffic loops, temporary traffic cameras are required to be installed at all signalized intersection for any approach that is affected by cut traffic loops to keep signal performance at the optimum operational level for the duration of the project. Upon completion, new traffic loops shall be installed for each cut location. Three locations are anticipated. Add section 88-1.03A(1) Vacuum Excavation All pothole work to expose existing utilities shall be done by vacuum excavation methods. Add to section 88-1.03B(3)(b) Aggregate base for trench backfilling shall conform to the provisions of Section 26 "Aggregate Bases" of the California Standard Specifications and these Special Provisions. Slurry cement per Caltrans Specification 19.3.02E shall be used when Page 416 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 151 Spec No.2021-179 more than on conduit layer is present or conduits are placed in spacers. Asphalt concrete and the placing thereof shall conform to the requirements of Section 39, “Asphalt Conc rete,” of the Standard Specifications, and these Special Provisions. Final asphalt concrete trench paving shall be 12” outside either side of the trench width. Asphalts: Temporary paving on all trenches shall be hot mix asphalt concrete installed a minim um 2” thick placed each day over the work. The amount of asphalt binder to be mixed with the aggregate will be specified by the Engineer at the time of paving. A different asphalt binder content may be specified for each lift and each location. General Requirements: The Contractor shall provide compaction of backfill and base material as the job progresses, each day. Temporary paving will be placed over the work, each day, leaving not more than 100 feet unpaved. This temporary paving shall be removed for final trench paving. The balance of the trench shall be covered with skid resistant steel plates (with a coefficient of friction of 0.35 or greater per CTM342), capable of sustaining normal (H20) traffic loads without shifting or bouncing, and shall be secured per Caltrans requirements. Hot Mix asphalt concrete shall be placed and compacted around all edges of steel plates with a sufficient width and gradual slope in order to provide a smooth transition to existing pavement. Finished asphalt trench paving shall be even, smooth riding and have an appearance that is compatible to the surrounding surface, unless proper written approval has been provided by the Engineer. The Engineer may require additional paving beyond the minimum dimensions shown in STD. 220 (36” beyond the trench wall), or as shown on the plans, where records indicate that the existing pavement or structural section is as shown on the plans. ALL TRENCH PAVING ON STATE STREET SHALL BE TEMPORARY PAVEMENT 2” THICK. ALL CONCRETE SIDEWALK REPAIR ON STATE STREET BETWEEN CLAY STREET AND MILL STREET SHALL BE HAVE TEMPORARY HOT ASPHALT PAVEMENT 2” THICK. ALL CONCRETE SIDEWALK ON MILL STREET SHALL BE REPAIRD OR RECONSTRUCTED PER CITY OF UKIAH STANDARDS. Curb, gutter, sidewalk, driveways, alley approaches and any other miscellaneous concrete structures shall be constructed as shown on the plans, and applicable City of Ukiah Standard Plans, and shall conform to the provisions in Section 73 "Concrete Curbs and Sidewalks" of the Standard Specifications and these Special Provisions. Any damage to curbs, sidewalks and other concrete as a result of construction activities are the responsib ility of the Contractor to repair to pre- damaged condition. Add to section 88-1.03B(6) Trench depth and location may have to be adjusted slightly in the field to avoid existing facilities. Sewer and water laterals will be encountered. They will have to be worked around and any damage caused by construction activities are the responsibility of the Contractor. The Contractor shall pothole all underground utility locations to determine exact depth prior to trenching. Any damages to City or other utilities caused by trenching or other project operations shall be the Contractor’s responsibility to repair to pre-damaged condition. All conduits shall be mandrelled from both directions according to the conduit size. Add to section 88-1.03E(1) Excavation Safety shall conform to the provisions in Section 7-1.02K(6)(b) “Excavation Safety” of the Standard Specifications and these Special Provisions. In making excavations for the project, the Contractor shall be fully responsible for providing and installing adequate sheeting, shoring and bracing as may be necessary as a precaution against slides or cave-ins and to fully protect all existing improvements of any kind from damage. The Contractor shall obtain a permit from the Division of Industrial Safety and shall submit a copy of the approved permit to Page 417 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 152 Spec No.2021-179 the Engineer prior to the start of any excavation greater than 5 foot in depth. The cost of the permit shall be included in the total bid cost. If the shoring and bracing plan varies from the shoring system standards es tablished by the Construction Safety Orders, the plan shall be prepared by a registered civil or structural engineer. The criteria given by the California Department of Industrial Relations are MINIMA for the conditions shown thereon. In addition to shoring the excavation as specified, it shall be the Contractor's responsibility to provide any and all additional shoring required to support the sides of the excavation against the effects of loads which may exceed those derived by using the criteria set forth by said governing agency. The Contractor shall be solely responsible for any damages which may result from failure to provide adequate shoring to support the excavations under any or all of the conditions of loading which may exist or which may arise during the construction project. Add to section 88-1.03E(2) Excavation and backfill for pipe, manholes and miscellaneous structures shall conform to the provisions in Section 19-3 "Structure Excavation and Backfill" of the Standard Specifications, and these Special Provisions. Pavement and concrete removal shall conform to "Removal Methods" of these Special Provisions. All excavation shall be made to the lines and grades shown on the Plans. Trench edges shall be no closer than 1 foot to the toe of the gutter unless otherwise approved by the Engineer. Where mud, peat or any unstable or objectionable material is encountered at or within 6 inches of the bottom of any excavation, such material shall be removed to a depth of at least 12 inches below the established grade and the trench brought to grade by placing a suitable material thoroughly compacted in place, all as approved by the Engineer. Trench width, bedding and backfill for pipe shall conform to "Pipe Bedding and Backfill Requirements", as shown on plans. Ponding or jetting of backfill is not allowed unless specifically shown on the Plans. Trench backfill shall attain a relative compaction of 90 percent around conduit duct bank and 95 percent within 30” of finish grade. Backfill compaction within the structural section shall be as shown on the Plans. Structural backfill around all structures and manholes shall attain a relative compaction of 92 percent. The Contractor shall be responsible for scheduling compaction testing per City requirements (required every 50 lineal feet of trench). The cost for compaction testing shall be included in the total bid cost. Backfill in street areas shall be brought to subgrade and the existing surfacing shall be replaced with the structural section shown on the Plans. Trench backfill shall be accomplished as soon as possible after the pipe has been installed. The Contractor shall conduct the construction operations so that trench backfill at all intersections is sufficiently adequate to allow 2-way traffic in both directions during all phases of construction unless otherwise specified. Traffic stripes and pavement markings shall be temporary and conform to the applicable provisions of Section 12-6.03D of the Standard Specifications, City of Ukiah Standards, and these Special Provisions and shall be placed at the locations shown on the approved temporary traffic control plans. Existing stripes and pavement markings outside of the work area which are damaged by the work shall be replaced. Replacement striping shall match existing. Add to section 88-1.03Y Primary Junction Box, Transformer, and Pedestal Box Pads shall be provided by the City and installed by the Contractor. Primary Junction Box grade shall be equal to or slightly (maximum 0.5”) above adjacent grade. Asphaltic vault sealant shall be installed between the junction box cover and the extension ring (if used) and between the extension ring (if used) and the junction box. Bottom of the primary junction box excavation shall be compacted to 90% compaction prior to installation of drain rock and junction box. Where “term -a duct” conduit ends are not installed in the vault, bell ends shall be installed on the conduit ends and grouted in flush with the vault surface. Grounding shall be installed per Ukiah Electric Uti lity Department specifications at each primary junction box and primary pedestal location. Primary Pedestals shall be installed per Ukiah Electric Utility Department specifications. Page 418 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 153 Spec No.2021-179 ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ DIVISION XI MATERIALS 89 AGGREGATE No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 90 CONCRETE No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 91 PAINT Replace Reserved in section 91-2.02C with: Single-component, semi-gloss, aliphatic, moisture-cured polyurethane coating must comply with the requirements shown in the following table: Quality characteristic Test method Requirement Nonvolatile content (min, percent) ASTM D2369 72 VOC content (max, g/L) ASTM D3960 300 Dry times: Set to touch (max, hours) Dry hard (max, hours) ASTM D1640 ASTM D1640 2 16 ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 92 ASPHALT BINDERS No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 93 RESERVED No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 94 ASPHALTIC EMULSIONS No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 95 EPOXY No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 96 GEOSYNTHETICS Add to section 96-1.02B: Filter fabric shall be Class A. Add to section 96-1.02E: Silt fence fabric shall be nonwoven. Add to section 96-1.02O: Subgrade enhancement geotextile shall be Class B1. Page 419 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 154 Spec No.2021-179 ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 97–98 RESERVED No Changes ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ DIVISION XII BUILDING CONSTRUCTION 99 BUILDING CONSTRUCTION No Changes Page 420 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 155 Spec No.2021-179 SECTION 14. EXCLUSIONS FROM GENERAL CONDITIONS 14-01. Provisions to be Excluded from General Conditions. The following designated provisions of the General Conditions are hereby determined to be inapplicable to the proposed work and, therefore, are hereby e xcluded from the terms of the Notice to Bidders, Proposal, Agreement and other contract documents as though entirely omitted from said General Conditions: (1) Section 6-02. Office at the Site (2) Section 7-03. Surveys No other exclusions. SECTION 15. AMENDMENTS TO GENERAL CONDITIONS 15-01. Sections of General Conditions to be Amended. The following designated sections of the Special Provisions are hereby amended to read as follows: No amendments. Page 421 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 156 Spec No.2021-179 SECTION 16. FEDERAL REQUIREMENTS FOR FEDERAL-AID CONSTRUCTION PROJECTS 1. DISADVANTAGED BUSINESS ENTERPRISES (DBE) The contractor, subrecipient or subcontractor shall take necessary and reasonable steps to ensure that DBEs have opportunity to participate in the contract (49 CFR 26). To ensure equal participation of DBEs provided in 49 CFR 26.5, the Agency shows a contract goal for DBEs. The prime contractor shall make work available to DBEs and select work parts consistent with available DBE subcontractors and suppliers. The prime contractor shall meet the DBE goal shown elsewhere in these special provisions or demonstrate that they made adequate good faith efforts to meet this goal. It is the prime contractor’s responsibility to verify that the DBE firm is certified as a DBE on the date of bid opening by using the California Unified Certification Program (CUCP) database and possesses the most specific available North American Industry Classification System (NAICS) codes and Work Code applicable to the type of work the firm will perform on the contract. Additionally, the prime contractor is responsible to document this verification by printing out the CUCP data for each DBE firm . A list of DBEs certified by the CUCP can be found at: https://dot.ca.gov/programs/civil-rights/dbe-search. All DBE participation will count toward the California Department of Transportation’s federally mandated statewide overall DBE goal. Credit for materials or supplies the prime contractor purchases from DBEs counts towards the goal in the following manner: • 100 percent counts if the materials or supplies are obtained from a DBE manufacturer. • 60 percent counts if the materials or supplies are obtained from a DBE regular dealer. • Only fees, commissions, and charges for assistance in the procurement and delivery of materials or supplies count if obtained from a DBE that is neither a manufacturer nor regular dealer. 49 CFR 26.55 defines "manufacturer" and "regular dealer." The prime contractor receives credit towards the goal if they employ a DBE trucking company that performs a commercially useful function as defined in 49 CFR 26.55(d) as follows: • The DBE must be responsible for the management and supervision of the entire trucking operation for which it is responsible on a particular contract, and there cannot be a contrived arrangement for the purpose of meeting DBE goals. • The DBE must itself own and operate at least one fully licensed, insured, and operational truck used on the contract. • The DBE receives credit for the total value of the transportation services it provides on the Contract using trucks it owns, insures, and operates using drivers it employs. • The DBE may lease trucks from another DBE firm, including an owner-operator who is certified as a DBE. The DBE who leases trucks from another DBE receives credit for the total value of the transportation services the lessee DBE provides on the Contract. • The DBE may also lease trucks from a non-DBE firm, including from an owner-operator. The DBE that leases trucks equipped with drivers from a non-DBE is entitled to credit for the total value of transportation services provided by non-DBE leased trucks equipped with drivers not to exceed the value of transportation services on the contract provided by DBE-owned trucks or leased trucks with DBE employee drivers. Additional participation by non-DBE owned trucks equipped with drivers receives credit only for the fee or commission it receives as a result of the lease arrangement. • The DBE may lease trucks without drivers from a non-DBE truck leasing company. If the DBE leases trucks from a non-DBE truck leasing company and uses its own employees as drivers, it is entitled to credit for the total value of these hauling services. • A lease must indicate that the DBE has exclusive use of and control over the truck. This does not preclude the leased truck from working for others during the term of the lease with the consent of the DBE, so long as the lease gives the DBE absolute priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE. Page 422 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 157 Spec No.2021-179 Page 423 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 158 Spec No.2021-179 A. Nondiscrimination Statement The contractor, subrecipient or subcontractor will never exclude any person from participation in, deny any person the benefits of, or otherwise discriminate against anyone in connection with the award and performance of any contract covered by 49 CFR 26 on the basis of race, color, sex, or national origin. In administering the Local Agency components of the DBE Program Plan, the contractor, subrecipient or subcontractor will not, directly, or through contractual or other arrangements, use criteria or methods of administration that have the effect of defeating or substantially impairing accomplishment of the objectives of the DBE Program Plan with respect to individuals of a particular race, color, sex, or national origin. B. Contract Assurance Under 49 CFR 26.13(b): The contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR 26 in the award and administration of federal-aid contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: (1) Withholding monthly progress payments; (2) Assessing sanctions; (3) Liquidated damages; and/or (4) Disqualifying the contractor from future bidding as non-responsible. C. Prompt Progress Payment The prime contractor or subcontractor shall pay to any subcontractor, not later than seven days after receipt of each progress payment, unless otherwise agreed to in writing, the respective amounts allowed the contractor on account of the work performed by the subcontractors, to the extent of each subcontractor’s interest therein. In the event that there is a good faith dispute over all or any portion of the amount due on a progress payment from the prime contractor or subcontractor to a subcontractor, the prime contractor or subcontractor may withhold no more than 150 percent of the disputed amount. Any violation of this requirement shall constitute a cause for disciplinary action and shall subject the licensee to a penalty, payable to the subcontractor, of 2 percent of the amount due per month for every month that payment is not made. In any action for the collection of funds wrongfully withheld, the prevailing party shall be entitled to his or her attorney’s fees and costs. The sanctions authorized under this requirement shall be separate from, and in addition to, all other remedies, either civil, administrative, or criminal. This clause applies to both DBE and non- DBE subcontractors. D. Prompt Payment of Withheld Funds to Subcontractors The Agency may hold retainage from the prime contractor and shall make prompt and regular incremental acceptances of portions, as determined by the Agency, of the contract work, and pay retainage to the prime contractor based on these acceptances. The Agency shall designate one of the methods below in the contract to ensure prompt and full payment of any retainage kept by the prime contractor or subcontractor to a subcontractor. The Agency shall include either Method 1, Method 2, or Method 3 below and delete the other two. Method 1: No retainage will be held by the Agency from progress payments due to the prime contractor. Prime contractors and subcontractors are prohibited from holding retainage from subcontractors. Any delay or postponement of payment may take place only for good cause and with the Agency’s prior written approval. Any violation of these provisions shall subject the violating contractor or subcontractor to the penalties, sanctions, and other remedies specified in Section 7108.5 of the California Business and Professions Code and Section 10262 of the California Public Contract Code. This requirement shall not be construed to limit or impair any contractual, administrative or judicial remedies, otherwise available to the contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the contractor, deficient subcontractor performance and/or noncompliance by a subcontractor. This clause applies to both DBE and non-DBE subcontractors. Method 2: No retainage will be held by the Agency from progress payments due to the prime contractor. Any retainage kept by the prime contractor or by a subcontractor must be paid in full to the earning subcontractor within seven (7) days after the subcontractor’s work is satisfactorily completed. Any delay or postponement of payment may take place only for good cause and with the Agency’s prior written approval. Page 424 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 159 Spec No.2021-179 Any violation of these provisions shall subject the violating contractor or subcontractor to the penalties, sanctions, and remedies specified in Section 7108.5 of the California Business and Professions Code and Section 10262 of the California Public Contract Code. This requirement shall not be construed to limit or impair any contractual, administrative or judicial remedies, otherwise available to the contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the contractor, deficient subcontractor performance and/or noncompliance by a subcontractor. This clause applies to both DBE and non-DBE subcontractors. Method 3: The Agency shall hold retainage from the prime contractor and shall m ake prompt and regular incremental acceptances of portions, as determined by the Agency of the contract work and pay retainage to the prime contractor based on these acceptances. The prime contractor or subcontractor shall return all monies withheld in retention from all subcontractors within seven (7) days after receiving payment for work satisfactorily completed and accepted including incremental acceptances of portions of the contract work by the Agency. Any delay or postponement of payment may take place only for good cause and with the Agency’s prior written approval. Any violation of these provisions shall subject the violating prime contractor or subcontractor to the penalties, sanctions, and other remedies specified in Section 7108.5 of the California Business and Professions Code and Section 10262 of the California Public Contract Code. This requirement shall not be construed to limit or impair any contractual, administrative or judicial remedies otherwise available to the contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the contractor; deficient subcontractor performance and/or noncompliance by a subcontractor. This clause applies to both DBE and non-DBE subcontractors. Any violation of these provisions of Prompt Progress Payment and Prompt Payment of Withheld Funds to Subcontractors shall subject the violating prime contractor or subcontractor to the penalties, sanctions and other remedies specified therein. These requirements shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise available to the prime contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the prime contractor, deficient subcontract performance, or noncompliance by a subcontractor. E. Termination and Substitution of DBE Subcontractors The prime contractor shall utilize the specific DBEs listed to perform the work and supply the materials for which each is listed unless the contractor obtains the Agency’s written consent. The prime contractor shall not terminate or substitute a listed DBE for convenience and perform the work with their own forces or obtain materials from other sources without prior written authorization from the Agency. Unless the Agency’s prior written consent is provided, the contractor shall not be entitled to any payment for work or material unless it is performed or supplied by the listed DBE on the Exhibit 15-G Construction Contract DBE Commitment form, included in the Bid. The Agency authorizes a request to use other forces or sources of materials if the bidder shows any of the following justifications: 1. Listed DBE fails or refuses to execute a written contract based on plans and specifications for the project. 2. The Local Agency stipulated that a bond is a condition of executing the subcontract and the listed DBE fails to meet the Local Agency’s bond requirements. 3. Work requires a contractor's license and listed DBE does not have a valid license under Contractors License Law. 4. Listed DBE fails or refuses to perform the work or furnish the listed materials (failing or refusing to perform is not an allowable reason to remove a DBE if the failure or refusal is a result of bad faith or discrimination). 5. Listed DBE's work is unsatisfactory and not in compliance with the contract. 6. Listed DBE is ineligible to work on the project because of suspension or debarment. 7. Listed DBE becomes bankrupt or insolvent. 8. Listed DBE voluntarily withdraws with written notice from the Contract 9. Listed DBE is ineligible to receive credit for the type of work required. 10. Listed DBE owner dies or becomes disabled resulting in the inability to perform the work on the Contract. Page 425 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 160 Spec No.2021-179 11. The Agency determines other documented good cause. The prime contractor shall notify the original DBE of the intent to use other forces or material sources and provide the reasons, allowing the DBE 5 days to respond to the notice and advise the prime contractor and the Agency of the reasons why the use of other forces or sources of materials should not occur. The prime contractor’s request to use other forces or material sources must include: 1. One or more of the reasons listed in the preceding paragraph. 2. Notices from the prime contractor to the DBE regarding the request. 3. Notices from the DBEs to the prime contractor regarding the request. If the Agency authorizes the termination or substitution of a listed DBE, the prime contractor must make good faith efforts to find another DBE to substitute for the original DBE. The substitute DBE must (1) perform at least the same amount of work as the original DBE under the contract to the extent needed to meet or exceed the DBE goal, and (2) be certified as a DBE with the most specific available NAICS codes and work codes applicable to the type of work the DBE will perform on the contract at the time of the prime contractor’s request for substitution. The prime contractor shall submit their documentation of good faith efforts within 7 days of their request for authorization of the substitution. The Agency may authorize a 7-day extension of this submittal period at the prime contractor’s request. More guidance can be found at 49 CFR 26 app A regarding evaluation of good faith efforts to meet the DBE goal. F. Commitment and Utilization Note: In the Agency’s reports of DBE participation to Caltrans, the Agency must display both commitments and attainments. The Agency’s DBE program must include a monitoring and enforcement mechanism to ensure that DBE commitments reconcile to DBE utilization. The bidder shall submit the Exhibit 15-G Construction Contract DBE Commitment, included in the Bid book. This exhibit is the bidder’s DBE commitment form. If the form is not submitted with the bid, the bidder must remove the form from the Bid book before submitting their bid. The bidder shall complete and sign Exhibit 15-G Construction Contract DBE Commitment included in the contract documents regardless of whether DBE participation is reported. The bidder shall provide written confirmation from each DBE that the DBE is participating in the Contract. A copy of a DBE's quote serves as written confirmation. If a DBE is participating as a joint venture partner, the bidder shall submit a copy of the joint venture agreement. If the DBE Commitment form, Exhibit 15-G, is not submitted with the bid, it must be completed and submitted by all bidders to the Agency within five (5) days of bid opening. If the bidder does not submit the DBE Commitment form within the specified time, the Agency will find the bidder’s bid nonresponsive. The prime contractor shall use each DBE subcontractor as listed on Exhibit 12-B Bidder’s List of Subcontractors (DBE and Non-DBE), and Exhibit 15-G Construction Contract DBE Commitment form unless they receive authorization for a substitution. The Agency shall request the prime contractor to: 1. Notify the Resident Engineer or Inspector of any changes to its anticipated DBE participation 2. Provide this notification before starting the affected work 3. Maintain records including: • Name and business address of each 1st-tier subcontractor • Name and business address of each DBE subcontractor, DBE vendor, and DBE trucking company, regardless of tier • Date of payment and total amount paid to each business (see Exhibit 9-F Monthly Disadvantaged Business Enterprise Payment) If the prime contractor is a DBE contractor, they shall include the date of work performed by their own forces and the corresponding value of the work. Page 426 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 161 Spec No.2021-179 Before the 15th of each month, the prime contractor shall submit a Monthly DBE Trucking Verification (LAPM Exhibit 16- Z1) form. If a DBE is decertified before completing its work, the DBE must notify the prime contractor in writing of the decertification date. If a business becomes a certified DBE before completing its work, the business must notify the prime contractor in writing of the certification date. The prime contractor shall submit the notifications. Upon work completion, the prime contractor shall complete a Disadvantaged Business Enterprises (DBE) Certification Status Change, Exhibit 17-O, form and submit the form within 30 days of contract acceptance. Upon work completion, the prime contractor shall complete Exhibit 17-F Final Report – Utilization of Disadvantaged Business Enterprises (DBE), First-Tier Subcontractors and submit it within 90 days of contract acceptance. The Agency will withhold $10,000 until the form is submitted. The Agency releases the withhold upon submission of the completed form. G. DBE RUNNING TALLY OF ATTAINMENTS After submitting an invoice for reimbursement that includes a payment to a DBE, but no later than the 10th of the following month, the prime contractor/consultant shall complete and email the Exhibit 9- F: Disadvantaged Business Enterprise Running Tally of Payments to business.support.unit@dot.ca.gov with a copy to the Agency. 2. BID OPENING The Agency publicly opens and reads bids at the time and place shown on the Notice to Contractors. 3. BID RIGGING The U.S. Department of Transportation (DOT) provides a toll-free hotline to report bid rigging activities. Use the hotline to report bid rigging, bidder collusion, and other fraudulent activities. The hotline number is (800) 424-9071. The service is available 24 hours 7 days a week and is confidential and anonymous. The hotline is part of the DOT's effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General. 4. CONTRACT AWARD If the Agency awards the contract, the award is made to the lowest responsible and responsive bidder. 5. CONTRACTOR LICENSE The Contractor must be properly licensed as a contractor from contract award through Contract acceptance (Public Contract Code §10164). 6. CHANGED CONDITIONS A. Differing Site Conditions 1. During the progress of the work, if subsurface or latent physical conditions are encountered at the site differing materially from those indicated in the contract or if unknown physical conditions of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in the work provided for in the contract, are encountered at the site, the party discovering such conditions shall promptly notify the other party in writing of the specific differing conditions before the site is disturbed and before the affected work is performed. 2. Upon written notification, the engineer will investigate the conditions, and if it is determined that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any work under the contract, an adjustment, excluding anticipated profits, will be made and the contract modified in writing accordingly. The engineer will notify the contractor of the determination whether or not an adjustment of the contract is warranted. 3. No contract adjustment which results in a benefit to the contractor will be allowed unless the contractor has provided the required written notice. 4. No contract adjustment will be allowed under this clause for any effects caused on unchanged work. [This provision may be omitted by the Local Agency, at their option.] B. Suspensions of Work Ordered by the Engineer 1. If the performance of all or any portion of the work is suspended or delayed by the engineer in writing for an unreasonable period of time (not originally anticipated, customary, or inherent to the construction industry) and the contractor believes that additional compensation and/or contract time is due as a result of such suspension or delay, the contractor shall submit to the engineer in writing a request for adjustment within 7 calendar days of receipt of the notice to resume work. The request Page 427 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 162 Spec No.2021-179 shall set forth the reasons and support for such adjustment. 2. Upon receipt, the engineer will evaluate the contractor's request. If the engineer agrees that the cost and/or time required for the performance of the contract has increased as a result of such suspension and the suspension was caused by conditions beyond the control of and not the fault of the contractor, its suppliers, or subcontractors at any approved tier, and not caused by weather, the engineer will make an adjustment (excluding profit) and modify the contract in writing accordingly. The contractor will be notified of the engineer's determination whether or not an adjustment of the contract is warranted. 3. No contract adjustment will be allowed unless the contractor has submitted the request for adjustment within the time prescribed. 4. No contract adjustment will be allowed under this clause to the extent that performance would have been suspended or delayed by any other cause, or for which an adjustment is provided or excluded under any other term or condition of this contract. C. Significant Changes in the Character of Work 1. The engineer reserves the right to make, in writing, at any time during the work, such changes in quantities and such alterations in the work as are necessary to satisfactorily complete the project. Such changes in quantities and alterations shall not invalidate the contract nor release the surety, and the contractor agrees to perform the work as altered. 2. If the alterations or changes in quantities significantly change the character of the work under the contract, whether such alterations or changes are in themselves significant changes to the character of the work or by affecting other work cause such other work to become significantly different in character, an adjustment, excluding anticipated profit, will be made to the contract. The basis for the adjustment shall be agreed upon prior to the performance of the work. If a basis cannot be agreed upon, then an adjustment will be made either for or against the contractor in such amount as the engineer may determine to be fair and equitable. 3. If the alterations or changes in quantities do not significantly change the character of the work to be performed under the contract, the altered work will be paid for as provided elsewhere in the contract. 4. The term “significant change” shall be construed to apply only to the following circumstances: • When the character of the work as altered differs materially in kind or nature from that involved or included in the original proposed construction; or • When a major item of work, as defined elsewhere in the contract, is increased in excess of 125 percent or decreased below 75 percent of the original contract quantity. Any allowance for an increase in quantity shall apply only to that portion in excess of 125 percent of original contract item quantity, or in case of a decrease below 75 percent, to the actual amount of work performed. 7. BEGINNING OF WORK, TIME OF COMPLETION AND LIQUIDATED DAMAGES The Contractor shall begin work within 15 calendar days after the issuance of the Notice to Proceed. This work shall be diligently prosecuted to completion before the expiration of WORKING DAYS beginning on the fifteenth calendar day after the date shown on the Notice to Proceed. The Contractor shall pay to the City/County the sum of $ per day, for each and every calendar days’ delay in finishing the work in excess of the number of working days prescribed above. 8. BUY AMERICA Furnish steel and iron materials to be incorporated into the work with certificates of compliance and certified mill test reports. Mill test reports must indicate where the steel and iron were melted and manufactured. Steel and iron materials must be produced in the U.S. except: 1. Foreign pig iron and processed, pelletized, and reduced iron ore may be used in the domestic production of the steel and iron materials [60 Fed Reg 15478 (03/24/1995)]; 2. If the total combined cost of the materials does not exceed the greater of 0.1 percent of the total bid or Page 428 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 163 Spec No.2021-179 $2,500, materials produced outside the U.S. may be used. Production includes: 1. Processing steel and iron materials, including smelting or other processes that alter the physical form or shape (such as rolling, extruding, machining, bending, grinding, and drilling) or chemical composition; 2. Coating application, including epoxy coating, galvanizing, and painting, that protects or enhances the value of steel and iron materials. 9. QUALITY ASSURANCE The Local Agency uses a Quality Assurance Program (QAP) to ensure a material is produced to comply with the Contract. The Local Agency may examine the records and reports of tests the prime contractor performs if they are available at the job site. Schedule work to allow time for QAP. 10. PROMPT PAYMENT FROM THE AGENCY TO THE CONTRACTORS The Agency shall make any progress payment within 30 days after receipt of an undisputed and properly submitted payment request from a contractor on a construction contract. If the Agency fails to pay promptly, the Agency shall pay interest to the contractor, which accrues at the rate of 10 percent per annum on the principal amount of a money judgment remaining unsatisfied. Upon receipt of a payment request, the Agency shall act in accordance with both of the following: 1. Each payment request shall be reviewed by the Agency as soon as practicable after receipt for the purpose of determining that it is a proper payment request. 2. Any payment request determined not to be a proper payment request suitable for payment shall be returned to the contractor as soon as practicable, but not later than seven (7) days, after receipt. A request returned pursuant to this paragraph shall be accompanied by a document setting forth in writing the reasons why the payment request is not proper. 11. FORM FHWA-1273 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONTRACTS [The following 12 pages must be physically inserted into the contract without modification. Excluding ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS] Page 429 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 164 Spec No.2021-179 FHWA-1273 -- Revised July 5, 2022 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS I. General II. Nondiscrimination III. Non-segregated Facilities IV. Davis-Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion XI. Certification Regarding Use of Contract Funds for Lobbying XII. Use of United States-Flag Vessels: ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only) I. GENERAL 1. Form FHWA-1273 must be physically incorporated in each construction contract funded under title 23, United States Code, as required in 23 CFR 633.102(b) (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). 23 CFR 633.102(e). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. 23 CFR 633.102(e). Form FHWA-1273 must be included in all Federal-aid design- build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services) in accordance with 23 CFR 633.102. The design- builder shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in solicitation-for-bids or request-for-proposals documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower-tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). 23 CFR 633.102(b). 2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 23 CFR 633.102(d). 3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA. 4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal-aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. 23 U.S.C. 114(b). The term Federal-aid highway does not include roadways functionally classified as local roads or rural minor collectors. 23 U.S.C. 101(a). II. NONDISCRIMINATION (23 CFR 230.107(a); 23 CFR Part 230, Subpart A, Appendix A; EO 11246) The provisions of this section related to 23 CFR Part 230, Subpart A, Appendix A are applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR Part 60, 29 CFR Parts 1625-1627, 23 U.S.C. 140, Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794), Title VI of the Civil Rights Act of 1964, as amended (42 U.S.C. 2000d et seq.), and related regulations including 49 CFR Parts 21, 26, and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60- 1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR Part 60, and 29 CFR Parts 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with 23 U.S.C. 140, Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794), and Title VI of the Civil Rights Act of 1964, as amended (42 U.S.C. 2000d et seq.), and related regulations including 49 CFR Parts 21, 26, and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR Part 230, Subpart A, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. Page 430 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 165 Spec No.2021-179 1. Equal Employment Opportunity: Equal Employment Opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (see 28 CFR Part 35, 29 CFR Part 1630, 29 CFR Parts 1625-1627, 41 CFR Part 60 and 49 CFR Part 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140, shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR Part 35 and 29 CFR Part 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract. 23 CFR 230.409 (g)(4) & (5). b. The contractor will accept as its operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, sexual orientation, gender identity, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre- apprenticeship, and/or on-the-job training." 2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action or are substantially involved in such action, will be made fully cognizant of and will implement the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer or other knowledgeable company official. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions. c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, sexual orientation, gender identity, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to ensure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action Page 431 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 166 Spec No.2021-179 within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs (i.e., apprenticeship and on-the-job training programs for the geographical area of contract performance). In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a). c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. 23 CFR 230.409. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below: a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment. b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, sexual orientation, gender identity, national origin, age, or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, sexual orientation, gender identity, national origin, age, or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency. 8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established thereunder. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, sexual orientation, gender identity, national origin, age, or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. a. The contractor shall notify all potential subcontractors, suppliers, and lessors of their EEO obligations under this contract. b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10. Assurances Required: a. The requirements of 49 CFR Part 26 and the State DOT’s FHWA-approved Disadvantaged Business Enterprise (DBE) program are incorporated by reference. b. The contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: (1) Withholding monthly progress payments; (2) Assessing sanctions; (3) Liquidated damages; and/or (4) Disqualifying the contractor from future bidding as non- responsible. c. The Title VI and nondiscrimination provisions of U.S. DOT Order 1050.2A at Appendixes A and E are incorporated by reference. 49 CFR Part 21. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA. a. The records kept by the contractor shall document the following: Page 432 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 167 Spec No.2021-179 (1) The number and work hours of minority and non- minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women. b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project indicating the number of minority, women, and non- minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July. III. NONSEGREGATED FACILITIES This provision is applicable to all Federal-aid construction contracts and to all related construction subcontracts of more than $10,000. 41 CFR 60-1.5. As prescribed by 41 CFR 60-1.8, the contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, sexual orientation, gender identity, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location under the contractor's control where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single-user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV. DAVIS-BACON AND RELATED ACT PROVISIONS This section is applicable to all Federal-aid construction projects exceeding $2,000 and to all related subcontracts and lower-tier subcontracts (regardless of subcontract size), in accordance with 29 CFR 5.5. The requirements apply to all projects located within the right-of-way of a roadway that is functionally classified as Federal-aid highway. 23 U.S.C. 113. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. 23 U.S.C. 101. Where applicable law requires that projects be treated as a project on a Federal-aid highway, the provisions of this subpart will apply regardless of the location of the project. Examples include: Surface Transportation Block Grant Program projects funded under 23 U.S.C. 133 [excluding recreational trails projects], the Nationally Significant Freight and Highway Projects funded under 23 U.S.C. 117, and National Highway Freight Program projects funded under 23 U.S.C. 167. The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 “Contract provisions and related matters” with minor revisions to conform to the FHWA- 1273 format and FHW A program requirements. 1. Minimum wages (29 CFR 5.5) a. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph 1.d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph 1.b. of this section) and the Davis-Bacon poster (WH–1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. b. (1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (ii) The classification is utilized in the area by the construction industry; and Page 433 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 168 Spec No.2021-179 (iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding (29 CFR 5.5) The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally- assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records (29 CFR 5.5) a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis- Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. b. (1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH–347 is available for this purpose from the Wage and Hour Division Web site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency. (2) Each payroll submitted shall be accompanied by a “Statement of Compliance,” signed by the contractor or Page 434 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 169 Spec No.2021-179 subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (i) That the payroll for the payroll period contains the information required to be provided under 29 CFR 5.5(a)(3)(ii), the appropriate information is being maintained under 29 CFR 5.5(a)(3)(i), and that such information is correct and complete; (ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in 29 CFR part 3; (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH–347 shall satisfy the requirement for submission of the “Statement of Compliance” required by paragraph 3.b.(2) of this section. (4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under 18 U.S.C. 1001 and 31 U.S.C. 231. c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and trainees (29 CFR 5.5) a. Apprentices (programs of the USDOL). Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. b. Trainees (programs of the USDOL). Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the Page 435 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 170 Spec No.2021-179 corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. d. Apprentices and Trainees (programs of the U.S. DOT). Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal-aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. 23 CFR 230.111(e)(2). The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract as provided in 29 CFR 5.5. 6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. 7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the Davis- Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract as provided in 29 CFR 5.5. 9. Disputes concerning labor standards. As provided in 29 CFR 5.5, disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of eligibility (29 CFR 5.5) a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT Pursuant to 29 CFR 5.5(b), the following clauses apply to any Federal-aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. 1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 29 CFR 5.5. 2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph 1 of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph 1 of this section, in the sum currently provided in 29 CFR 5.5(b)(2)* for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph 1 of this section. 29 CFR 5.5. * $27 as of January 23, 2019 (See 84 FR 213-01, 218) as may be adjusted annually by the Department of Labor; pursuant to the Federal Civil Penalties Inflation Adjustment Act of 1990). Page 436 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 171 Spec No.2021-179 3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 2 of this section. 29 CFR 5.5. 4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs 1 through 4 of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs 1 through 4 of this section. 29 CFR 5.5. VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal-aid construction contracts on the National Highway System pursuant to 23 CFR 635.116. 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116). a. The term “perform work with its own organization” in paragraph 1 of Section VI refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (based on longstanding interpretation) (1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees; (2) the prime contractor remains responsible for the quality of the work of the leased employees; (3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and (4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. 23 CFR 635.102. 2. Pursuant to 23 CFR 635.116(a), the contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. Pursuant to 23 CFR 635.116(c), the contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. (based on long- standing interpretation of 23 CFR 635.116). 5. The 30-percent self-performance requirement of paragraph (1) is not applicable to design-build contracts; however, contracting agencies may establish their own self-performance requirements. 23 CFR 635.116(d). VII. SAFETY: ACCIDENT PREVENTION This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR Part 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 23 CFR 635.108. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR Part 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 29 CFR 1926.10. 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance Page 437 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 172 Spec No.2021-179 with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal- aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal-aid highway project (23 CFR Part 635) in one or more places where it is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved July 11, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both." IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (42 U.S.C. 7606; 2 CFR 200.88; EO 11738) This provision is applicable to all Federal-aid construction contracts in excess of $150,000 and to all related subcontracts. 48 CFR 2.101; 2 CFR 200.326. By submission of this bid/proposal or the execution of this contract or subcontract, as appropriate, the bidder, proposer, Federal-aid construction contractor, subcontractor, supplier, or vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal Highway Administration and the Regional Office of the Environmental Protection Agency. 2 CFR Part 200, Appendix II. The contractor agrees to include or cause to be included the requirements of this Section in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. 2 CFR 200.326. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal-aid construction contracts, design-build contracts, subcontracts, lower-tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more – as defined in 2 CFR Parts 180 and 1200. 2 CFR 180.220 and 1200.220. 1. Instructions for Certification – First Tier Participants: a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. 2 CFR 180.320. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. 2 CFR 180.325. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 2 CFR 180.345 and 180.350. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are def ined in 2 CFR Parts 180, Subpart I, 180.900-180.1020, and 1200. “First Tier Covered Transactions” refers to any covered transaction between a recipient or subrecipient of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant Page 438 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 173 Spec No.2021-179 who has entered into a covered transaction with a recipient or subrecipient of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. 2 CFR 180.330. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. 2 CFR 180.220 and 180.300. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. 2 CFR 180.300; 180.320, and 180.325. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. 2 CFR 180.335. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the System for Award Management website (https://www.sam.gov/). 2 CFR 180.300, 180.320, and 180.325. i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph (f) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. 2 CFR 180.325. * * * * * 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency, 2 CFR 180.335;. (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property, 2 CFR 180.800; (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification, 2 CFR 180.700 and 180.800; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. 2 CFR 180.335(d). (5) Are not a corporation that has been convicted of a felony violation under any Federal law within the two-year period preceding this proposal (USDOT Order 4200.6 implementin g appropriations act requirements); and (6) Are not a corporation with any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability (USDOT Order 4200.6 implementing appropriations act requirements). b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant should attach an explanation to this proposal. 2 CFR 180.335 and 180.340. 3. Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders, and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200). 2 CFR 180.220 and 1200.220. a. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. 2 CFR 180.365. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180, Subpart I, 180.900 – 180.1020, and 1200. You may contact the person to which this proposal is Page 439 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 174 Spec No.2021-179 submitted for assistance in obtaining a copy of those regulations. “First Tier Covered Transactions” refers to any covered transaction between a recipient or subrecipient of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a recipient or subrecipient of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 2 CFR 1200.220 and 1200.332. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. 2 CFR 180.220 and 1200.220. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the System for Award Management website (https://www.sam.gov/), which is compiled by the General Services Administration. 2 CFR 180.300, 180.320, 180.330, and 180.335. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 2 CFR 180.325. * * * * * Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Participants: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals: (a) is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency, 2 CFR 180.355; (b) is a corporation that has been convicted of a felony violation under any Federal law within the two-year period preceding this proposal (USDOT Order 4200.6 implementing appropriations act requirements); and (c) is a corporation with any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (USDOT Order 4200.6 implementing appropriations act requirements) 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant should attach an explanation to this proposal. * * * * * XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000. 49 CFR Part 20, App. A. 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier Page 440 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 175 Spec No.2021-179 subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. XII. USE OF UNITED STATES-FLAG VESSELS: This provision is applicable to all Federal-aid construction contracts, design-build contracts, subcontracts, lower-tier subcontracts, purchase orders, lease agreements, or any other covered transaction. 46 CFR Part 381. This requirement applies to material or equipment that is acquired for a specific Federal-aid highway project. 46 CFR 381.7. It is not applicable to goods or materials that come into inventories independent of an FHWA funded-contract. When oceanic shipments (or shipments across the Great Lakes) are necessary for materials or equipment acquired for a specific Federal-aid construction project, the bidder, proposer, contractor, subcontractor, or vendor agrees: 1. To utilize privately owned United States-flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to this contract, to the extent such vessels are available at fair and reasonable rates for United States-flag commercial vessels. 46 CFR 381.7. 2. To furnish within 20 days following the date of loading for shipments originating within the United States or within 30 working days following the date of loading for shipments originating outside the United States, a legible copy of a rated, ‘on-board’ commercial ocean bill-of-lading in English for each shipment of cargo described in paragraph (b)(1) of this section to both the Contracting Officer (through the prime contractor in the case of subcontractor bills-of-lading) and to the Office of Cargo and Commercial Sealift (MAR-620), Maritime Administration, Washington, DC 20590. (MARAD requires copies of the ocean carrier's (master) bills of lading, certified onboard, dated, with rates and charges. These bills of lading may contain business sensitive information and therefore may be submitted directly to MARAD by the Ocean Transportation Intermediary on behalf of the contractor). 46 CFR 381.7. Page 441 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 176 Spec No.2021-179 ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS (23 CFR 633, Subpart B, Appendix B) This provision is applicable to all Federal-aid projects funded under the Appalachian Regional Development Act of 1965. 1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on-site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph (1c) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below. 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which the participant estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, the participant shall promptly notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4. If, within one week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1c) above. 5. The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region. 6. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on-site work. Page 442 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 177 Spec No.2021-179 2. FEMALE AND MINORITY GOALS To comply with Section II, "Nondiscrimination," of "Required Contract Provisions Federal-Aid Construction Contracts," the following are for female and minority utilization goals for Federal-aid construction contracts and subcontracts that exceed $10,000: The nationwide goal for female utilization is 6.9 percent. The goals for minority utilization [45 Fed Reg 65984 (10/3/1980)] are as follows: MINORITY UTILIZATION GOALS Economic Area Goal (Percent) 174 Redding CA: Non-SMSA (Standard Metropolitan Statistical Area) Counties: CA Lassen; CA Modoc; CA Plumas; CA Shasta; CA Siskiyou; CA Tehama 6.8 175 Eureka, CA Non-SMSA Counties: CA Del Norte; CA Humboldt; CA Trinity 6.6 San Francisco-Oakland-San Jose, CA: 28.9 25.6 19.6 14.9 9.1 17.1 23.2 SMSA Counties: 7120 Salinas-Seaside-Monterey, CA CA Monterey 7360 San Francisco-Oakland CA Alameda; CA Contra Costa; CA Marin; CA San Francisco; CA San Mateo 7400 San Jose, CA 176 CA Santa Clara, CA 7485 Santa Cruz, CA CA Santa Cruz 7500 Santa Rosa CA Sonoma 8720 Vallejo-Fairfield-Napa, CA CA Napa; CA Solano Non-SMSA Counties: CA Lake; CA Mendocino; CA San Benito 177 Sacramento, CA: SMSA Counties: 6920 Sacramento, CA CA Placer; CA Sacramento; CA Yolo Non-SMSA Counties CA Butte; CA Colusa; CA El Dorado; CA Glenn; CA Nevada; CA Sierra; CA Sutter; CA Yuba 16.1 14.3 Stockton-Modesto, CA: SMSA Counties: 5170 Modesto, CA 12.3 178 CA Stanislaus 8120 Stockton, CA 24.3 CA San Joaquin Non-SMSA Counties 19.8 CA Alpine; CA Amador; CA Calaveras; CA Mariposa; CA Merced; CA Tuolumne Fresno-Bakersfield, CA SMSA Counties: 179 0680 Bakersfield, CA 19.1 CA Kern 2840 Fresno, CA 26.1 Page 443 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 178 Spec No.2021-179 CA Fresno Non-SMSA Counties: CA Kings; CA Madera; CA Tulare 23.6 Los Angeles, CA: 11.9 28.3 21.5 19.0 19.7 24.6 SMSA Counties: 0360 Anaheim-Santa Ana-Garden Grove, CA CA Orange 4480 Los Angeles-Long Beach, CA CA Los Angeles 180 6000 Oxnard-Simi Valley-Ventura, CA CA Ventura 6780 Riverside-San Bernardino-Ontario, CA CA Riverside; CA San Bernardino 7480 Santa Barbara-Santa Maria-Lompoc, CA CA Santa Barbara Non-SMSA Counties CA Inyo; CA Mono; CA San Luis Obispo San Diego, CA: 16.9 18.2 SMSA Counties 181 7320 San Diego, CA CA San Diego Non-SMSA Counties CA Imperial For the last full week July during which work is performed under the contract, you and each non material- supplier subcontractor with a subcontract of $10,000 or more must complete Form FHWA PR-1391 (Appendix C to 23 CFR 230). Submit the forms by August 15. 3. TITLE VI ASSURANCES During the performance of this Agreement, the contractor, for itself, its assignees and successors in interest (hereinafter collectively referred to as CONTRACTOR) agrees as follows: 1. Compliance with Regulations: CONTRACTOR shall comply with the regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation, Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the REGULATIONS), which are herein incorporated by reference and made a part of this agreement. 2. Nondiscrimination: CONTRACTOR, with regard to the work performed by it during the AGREEMENT, shall not discriminate on the grounds of race, color, sex, national origin, religion, age, or disability in the selection and retention of sub-applicants, including procurements of materials and leases of equipment. CONTRACTOR shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the agreement covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Sub-agreements, Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by CONTRACTOR for work to be performed under a Sub- agreement, including procurements of materials or leases of equipment, each potential sub-applicant or supplier shall be notified by CONTRACTOR of the CONTRACTOR’S obligations under this Agreement and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports: CONTRACTOR shall provide all information and reports required by the Regulations, or directives issued pursuant thereto, and shall permit access to its books, records, Page 444 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 179 Spec No.2021-179 accounts, other sources of inform ation, and its facilities as may be determined by the California Department of Transportation or FHWA to be pertinent to ascertain compliance with such Regulations or directives. Where any information required of CONTRACTOR is in the exclusive possession of another who fails or refuses to furnish this information, CONTRACTOR shall so certify to the California Department of Transportation or the FHWA as appropriate, and shall set forth what efforts CONTRACTOR has made to obtain the information. a. Sanctions for Noncompliance: In the event of CONTRACTOR’s noncompliance with the nondiscrimination provisions of this agreement, the California Department of Transportation shall impose such agreement sanctions as it or the FHWA may determine to be appropriate, including, but not limited to: i. withholding of payments to CONTRACTOR under the Agreement within a reasonable period of time, not to exceed 90 days; and/or ii. cancellation, termination or suspension of the Agreement, in whole or in part. b. Incorporation of Provisions: CONTRACTOR shall include the provisions of paragraphs (1) through (6) in every sub-agreement, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. CONTRACTOR shall take such action with respect to any sub-agreement or procurement as the California Department of Transportation or FHWA may direct as a means of enforcing such provisions including sanctions for noncompliance, provided, however, that, in the event CONTRACTOR becomes involved in, or is threatened with, litigation with a sub-applicant or supplier as a result of such direction, CONTRACTOR may request the California Department of Transportation enter into such litigation to protect the interests of the State, and, in addition, CONTRACTOR may request the United States to enter into such litigation to protect the interests of the United States. 4. USE OF UNITED STATES-FLAG VESSELS (CARGO PREFERENCE ACT) The CONTRACTOR agrees- 1. To utilize privately owned United States-flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carries, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to this contract, to the extent such vessels are available at fair and reasonable rates for United States-flag commercial vessels. 2. To Furnish within 20 days following the date of loading for shipments originating within the United State or within 30 working days following the date of loading for shipments originating outside the United States, a legible copy of a rated “on-board” commercial ocean bill-of-lading in English for each shipment of cargo described in paragraph (1) of this section to both the Contracting Officer (through the prime contractor in the case of subcontractor bills-of-lading) and to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590. 3. To insert the substance of the provisions of this clause in all subcontracts issued pursuant to this contract. 5. FEDERAL TRAINEE PROGRAM For the Federal training program, the number of trainees or apprentices is 3. This section applies if a number of trainees or apprentices is specified in the special provisions. As part of your equal opportunity affirmative action program, provide on-the-job training to develop full journeymen in the types of trades or job classifications involved. You have primary responsibility for meeting this training requirement. If you subcontract a contract part, determine how many trainees or apprentices are to be trained by the subcontractor. Include these training requirements in your subcontract. Where feasible, 25 percent of apprentices or trainees in each occupation must be in their 1st year of apprenticeship or training. Page 445 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 180 Spec No.2021-179 Distribute the number of apprentices or trainees among the work classifications on the basis of your needs and the availability of journeymen in the various classifications within a reasonable recruitment area. Before starting work, submit to the City of Ukiah: 1. Number of apprentices or trainees to be trained for each classification 2. Training program to be used 3. Training starting date for each classification Obtain the City of Ukiah’s approval for this submitted information before you start work. The City of Ukiah credits you for each apprentice or trainee you employ on the work who is currently enrolled or becomes enrolled in an approved program. The primary objective of this section is to train and upgrade minorities and women toward journeymen status. Make every effort to enroll minority and women apprentices or trainees, such as conducting systematic and direct recruitment through public and private sources likely to yield minority and women apprentices or trainees, to the extent they are available within a reasonable recruitment area. Show that you have made the efforts. In making these efforts, do not discriminate against any applicant for training. Do not employ as an apprentice or trainee an employee: 1. In any classification in which the employee has successfully completed a training course leading to journeyman status or in which the employee has been employed as a journeyman 2. Who is not registered in a program approved by the US Department of Labor, Bureau of Apprenticeship and Training Ask the employee if the employee has successfully completed a training course leading to journeyman status or has been employed as a journeyman. Your records must show the employee's answers to the questions. In your training program, establish the minimum length and training type for each classification. The City of Ukiah and FHWA approves a program if one of the following is met: 1. It is calculated to: ▪ Meet the your equal employment opportunity responsibilities ▪ Qualify the average apprentice or trainee for journeyman status in the classification involved by the end of the training period 2. It is registered with the U.S. Department of Labor, Bureau of Apprenticeship and Training, and it is administered in a way consistent with the equal employment responsibilities of Federal-aid highway construction contracts Obtain the State's approval for your training program before you start work involving the classification covered by the program. Provide training in the construction crafts, not in clerk-typist or secretarial-type positions. Training is allowed in lower level management positions such as office engineers, estimators, and timekeepers if the training is oriented toward construction applications. Training is allowed in the laborer classification if significant and meaningful training is provided and approved by the division office. Off- site training is allowed if the training is an integral part of an approved training program and does not make up a significant part of the overall training. The City of Ukiah reimburses you 80 cents per hour of training given an employee on this contract under an approved training program: 1. For on-site training 2. For off-site training if the apprentice or trainee is currently employed on a Federal-aid project and you do at least one of the following: ▪ Contribute to the cost of the training ▪ Provide the instruction to the apprentice or trainee ▪ Pay the apprentice's or trainee's wages during the off-site training period 3. If you comply this section. Each apprentice or trainee must: 1. Begin training on the project as soon as feasible after the start of work involving Page 446 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 181 Spec No.2021-179 the apprentice's or trainee's skill 2. Remain on the project as long as training opportunities exist in the apprentice's or trainee's work classification or until the apprentice or trainee has completed the training program Furnish the apprentice or trainee: 1. Copy of the program you will comply with in providing the training Page 447 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 182 Spec No.2021-179 BID SUBMITTAL CHECKLIST The following is a checklist to assi st you in your submission of your bid documents. Please make sure you include the following when submitting your bid documents to reduce the risk of having your bid rejected: Did you include?... o Proposal (Page ___) ➢ Unit prices filled out clearly. ➢ Extended prices filled out clearly and calculated correctly ➢ Total bid amount filled out clearly and calculated correctly ➢ Sign the proposal, and provide complete information ➢ CLSB No. and expiration date ➢ Department of Industrial Relat ions Public Works Contractor R egistration Number o Fair Employment Practices Certif ication (Page ___) ➢ Filled out completely per instruction o Worker’s Compensation Certificate (Page ____) ➢ Filled out completely per instruction o Certification of Non -Discrimination in Employment (Page ___) ➢ Filled out completely per instruction o List of Proposed Subcontractors (Page _____) ➢ Filled out completely per ins truction o Statement of Experience (Page ____) o Signature of Bidder (Page _____) ➢ Filled out completely per ins truction ➢ Authorized signature provided o Bidder’s Bond (Page _____) ➢ Filled out completely per instruction o Non-Collusion Affidavit (Page _____) ➢ Filled out completely per instruction ➢ Notarized o Addenda Issued ➢ Signed and Returned Page 448 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 183 Spec No.2021-179 CITY OF UKIAH MENDOCINO COUNTY, CALIFORNIA PROPOSAL FOR DOWNTOWN STREETSCAPE AND ROAD DIET Specification No. 1819-173 The undersigned, as bidder, declares that he or she has examined thoroughly all of the contract documents herein contained, that this proposal is made without collusion with any other person, firm or corporation and that all laws and ordinances relating to the interest of public officers in this contract have been complied with in every respect. AND he or she proposes and agrees, if this proposal is accepted, 1) that he or she will contract with the City of Ukiah, Mendocino County, California, in the form of the copy of the agreement herein contained a) to provide all necessary machinery, tools, apparatus and other means of construction; b) to furnish all materials; c) to provide all superintendence, overhead expenses and all labor and expenses of whatever nature necessary to complete the job in conformity with the specifications and drawings and other contract provisions herein or reasonably implied hereby or as necessary to complete the work in the manner and within the time named herein and according to the requirements and to the reasonable satisfaction of the City Engineer; d) to pay all charges of freight transportation and hauling; 2) that he or she indemnifies the City against any loss or damage arising from any act of the undersigned as Contractor; and 3) that he or she will accept as full payment therefor the following sums: Page 449 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 184 Spec No.2021-179 BIDDING SCHEDULE In the case of any discrepancy between the unit price and the total set forth for the item, the unit price shall prevail; provided, however, that if the amount set forth as a unit price is ambiguous, unintelligible or uncertain for any reason, or is omitted, or in the case of lump sum items, is not the same amount as the entry in the “Total” column, then the amount set forth in the “Total” column for the item shall prevail in accordance with the following: 1. As to lump sum items, the amount set forth in the “Total” column shall be the unit price; 2. As to unit basis items, the amount set forth in the “Total” column shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price. The Total Base Bid shall be the sum of the items in the “Total” column. In case of discrepancy between the sum of the items in the “Total” column and the amount entered as Total Base Bid, the sum of the “Total” column items shall prevail. The bid comparison will be based on the sum of the items in the “total” column for each bidder. The Unit prices for the various Construction Items below include all costs associated with the General Conditions, Special Provisions, Requirements of the Construction Contract, and represent the total, complete, in-place cost for each specific Construction Item in accordance with the Construction Documents, including all elements, work components, accessories, and connections, shown in applicable details or required to yield a complete, sound and functional component or system appropriate for its intended function, whether or not such is specifically described or listed in any description of measurement or payment. The total amount of the Construction items below shall represent the total and complete cost of the fully functional Project. All work not specifically listed below be required to complete the work of the various construction items and the cost of such shall be considered as included throughout the various unit prices indicated. Lowest bid will be based on the lowest Base Bid, not including the add alternate bid item. Page 450 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 185 Spec No.2021-179 NAME OF BIDDER: SPEC #: 2021-179 PROJECT NAME: DOWNTOWN STREETSCAPE PHASE II PROJECT Item # Description Unit of Measure Quantity Unit Price Total 1 Mobilization, Demobilization, and Final Cleanup LS 1 $__________ $_____________ 2 Storm Water Pollution Prevention Plan (SWPPP) LS 1 $__________ $_____________ 3 Storm Water Sampling and Analysis Day EA 10 $__________ $_____________ 4 Temporary Water Pollution Control Measures LS 1 $__________ $_____________ 5 Progress Schedule (Critical Path Method) LS 1 $__________ $_____________ 6 Construction Area Signs LS 1 $__________ $_____________ 7 Traffic Control System LS 1 $__________ $_____________ 8 Positive Location (Potholing) EA 20 $__________ $_____________ 9 Construction Survey LS 1 $__________ $_____________ 10 Trench Bracing and Shoring LS 1 $__________ $_____________ 11 Bypass Sewage Pumping LS 1 $__________ $_____________ 12 Remove Traffic Stripe and Markings (Striping Conforms) LS 1 $__________ $_____________ 13 Remove Existing Drainage Inlet EA 5 $__________ $_____________ 14 Abandon Existing Storm Drain Pipe LF 800 $__________ $_____________ 15 Remove/Replace Unsuitable Material - Miscellaneous Concrete CY 140 $__________ $_____________ Page 451 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 186 Spec No.2021-179 16 Remove/Replace Unsuitable Material - Roadway Section CY 560 $__________ $_____________ 17 Remove Concrete Curb and Gutter LF 4,100 $__________ $_____________ 18 Remove Vertical Curb LF 130 $__________ $_____________ 19 Remove Concrete Sidewalk, Driveways, and Curb Ramps SF 23,900 $__________ $_____________ 20 Remove Concrete Roadway SF 52,000 $__________ $_____________ 21 Remove/Salvage Trash Receptacle EA 1 $__________ $_____________ 22 Remove Lighting Standard EA 2 $__________ $_____________ 23 Remove Sanitary Sewer Manhole EA 6 $__________ $_____________ 24 Abandon Sanitary Sewer Manhole EA 6 $__________ $_____________ 25 Remove Sewer Main Line Cleanout EA 10 $__________ $_____________ 26 Remove Existing Sanitary Sewer Main EA 2,900 $__________ $_____________ 27 Abandon Existing Sanitary Sewer Main LF 2,660 $__________ $_____________ 28 Abandon Existing Sanitary Sewer Lateral EA 50 $__________ $_____________ 29 Abandon Existing Water Main LF 4,030 $__________ $_____________ 30 Utility Conflict Resolution LS 1 $__________ $_____________ 31 12" Water Main (C900) LF 1,950 $__________ $_____________ 32 12" Water Main (Ductile Iron) LF 80 $__________ $_____________ Page 452 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 187 Spec No.2021-179 33 6" Steel Casing Pipe - Bore and Jack (Electric) LF 25 $__________ $_____________ 34 8" Steel Casing Pipe - Bore and Jack (AT&T & CATV) LF 25 $__________ $_____________ 35 18" Steel Casing Pipe - Bore and Jack (Water and SS) LF 76 $__________ $_____________ 36 6" Water Main (C900) LF 20 $__________ $_____________ 37 4" Water Main (C900) LF 60 $__________ $_____________ 38 1" Water Service (For 3/4" Meter) EA 32 $__________ $_____________ 39 Fire Hydrant and Lateral EA 6 $__________ $_____________ 40 Fire Service EA 6 $__________ $_____________ 41 Air Relief Valve EA 3 $__________ $_____________ 42 Backflow Preventer EA 3 $__________ $_____________ 43 Cap Existing Water Main EA 4 $__________ $_____________ 44 Water Tie-In EA 6 $__________ $_____________ 45 Temporary Blow Off Valve EA 1 $__________ $_____________ 46 12" Sanitary Sewer LF 2,260 $__________ $_____________ 47 10" Sanitary Sewer LF 1,490 $__________ $_____________ 48 8" Sanitary Sewer LF 30 $__________ $_____________ 49 48" Sanitary Sewer Manhole EA 13 $__________ $_____________ Page 453 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 188 Spec No.2021-179 50 Sewer Main Line Cleanout EA 3 $__________ $_____________ 51 4" Sewer Lateral With Cleanout EA 50 $__________ $_____________ 52 Drainage Inlet EA 10 $__________ $_____________ 53 LID Storm Drain Inlet EA 3 $__________ $_____________ 54 Under Sidewalk Drain EA 13 $__________ $_____________ 55 15" RCP Storm Drain Pipe LF 700 $__________ $_____________ 56 12" RCP Storm Drain Pipe LF 400 $__________ $_____________ 57 48" Storm Drain Manhole EA 3 $__________ $_____________ 58 Clearing and Grubbing LS 1 $__________ $_____________ 59 Remove Tree and Stump EA 47 $__________ $_____________ 60 Remove Tree Grate EA 43 $__________ $_____________ 61 Conform Grind SF 10,500 $__________ $_____________ 62 Edge Grind SF 14,900 $__________ $_____________ 63 Cold Plane Asphalt Concrete Pavement SF 15,600 $__________ $_____________ 64 Roadway Excavation (F) CY 6,900 $__________ $_____________ 65 Class 2 Aggregate Base (F) CY 4,100 $__________ $_____________ 66 Hot Mix Asphalt (Type A) TON 3,100 $__________ $_____________ Page 454 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 189 Spec No.2021-179 67 Adjust Existing Sanitary Manhole Cover to Grade EA 12 $__________ $_____________ 68 Adjust Existing Strom Drain Manhole Cover to Grade EA 6 $__________ $_____________ 69 Adjust Existing AT&T Manhole Cover to Grade EA 2 $__________ $_____________ 70 Adjust Existing Drainage Inlet to Grade EA 3 $__________ $_____________ 71 Adjust Existing Street Monument Cover to Grade EA 2 $__________ $_____________ 72 Adjust Existing Utility Cover to Grade (Sidewalk) EA 85 $__________ $_____________ 73 Adjust Existing Valves to Grade EA 35 $__________ $_____________ 74 Minor Concrete (Curb and Gutter) LF 3,100 $__________ $_____________ 75 Minor Concrete (6" Vertical Curb) LF 130 $__________ $_____________ 76 Minor Concrete (Driveway) SF 6,200 $__________ $_____________ 77 Minor Concrete (Sidewalk) SF 19,700 $__________ $_____________ 78 Minor Concrete (Curb Ramp) EA 13 $__________ $_____________ 79 Minor Concrete (Detectable Warning Surface) SF 250 $__________ $_____________ 80 Minor Concrete (8-inch Median Curb) LF 940 $__________ $_____________ 81 Minor Concrete (Median Paving) SF 1,000 $__________ $_____________ 82 Minor Concrete (Bioretention Curb & Gutter) LF 130 $__________ $_____________ 83 Minor Concrete (Bioretention Vertical Curb) LF 170 $__________ $_____________ Page 455 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 190 Spec No.2021-179 84 Irrigation System LS 1 $__________ $_____________ 85 Street Tree EA 72 $__________ $_____________ 86 Decomposed Granite Tree Well SF 1,210 $__________ $_____________ 87 Brick Band LF 1,670 $__________ $_____________ 88 Bench EA 6 $__________ $_____________ 89 Bike Rack EA 13 $__________ $_____________ 90 Planter Rail (Bioretention Area) LF 160 $__________ $_____________ 91 Planting Area SF 4,600 $__________ $_____________ 92 Plant Establishment Work LS 1 $__________ $_____________ 93 Bioretention Area SF 800 $__________ $_____________ 94 Survey Monument EA 2 $__________ $_____________ 95 Flag Pole Sleeve EA 100 $__________ $_____________ 96 Remove Roadside Sign EA 20 $__________ $_____________ 97 Remove Roadside Sign Panel EA 2 $__________ $_____________ 98 Thermoplastic Crosswalk and Pavement Marking SF 2,551 $__________ $_____________ 99 Two-Way Blue Retroreflective Pavement Marker EA 9 $__________ $_____________ 100 Metal Roadside Sign EA 84 $__________ $_____________ Page 456 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 191 Spec No.2021-179 101 Roadside Sign - One Post EA 44 $__________ $_____________ 102 Traffic Stripe (Detail 1) LF 330 $__________ $_____________ 103 Traffic Stripe (Detail 8) LF 2,300 $__________ $_____________ 104 Traffic Stripe (Detail 22) LF 4,000 $__________ $_____________ 105 Traffic Stripe (Detail 27B) LF 4,000 $__________ $_____________ 106 Traffic Stripe (Detail 27C) LF 920 $__________ $_____________ 107 Traffic Stripe (Detail 32) LF 2,900 $__________ $_____________ 108 Traffic Stripe (Detail 38) LF 750 $__________ $_____________ 109 Traffic Stripe (Detail 39) LF 2,800 $__________ $_____________ 110 Traffic Stripe (Detail 39A) LF 320 $__________ $_____________ 111 Traffic Stripe (Detail 40) LF 120 $__________ $_____________ 112 Green Bike Lane Pavement Markings SF 1,000 $__________ $_____________ 113 Modify Signal (Gobbi St and S State St) LS 1 $__________ $_____________ 114 Modify Signal (Mill St and S State St) LS 1 $__________ $_____________ 115 Modify Signal (Scott St and N State St) LS 1 $__________ $_____________ 116 Street Lighting System LS 1 $__________ $_____________ 117 EXCAVATE, TRENCH, BACKFILL AND COMPACTION (12 INCH X 36 INCH TRENCH) LF 586 $__________ $_____________ Page 457 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 192 Spec No.2021-179 118 EXCAVATE, TRENCH, BACKFILL AND COMPACTION (18 INCH X 48 INCH TRENCH) LF 224 $__________ $_____________ 119 EXCAVATE, TRENCH, BACKFILL AND COMPACTION (24 INCH X 59 INCH TRENCH) LF 1,167 $__________ $_____________ 120 1 INCH PVC SCH 40 CONDUIT (COMCAST) INCLUDING INSTALLATION FT 184 $__________ $_____________ 121 2 INCH PVC SCH 40 CONDUIT (COMCAST) INCLUDING INSTALLATION FT 3,364 $__________ $_____________ 122 3 INCH PVC SCH 40 CONDUIT (COMCAST) INCLUDING INSTALLATION FT 80 $__________ $_____________ 123 2 INCH PVC SCH 40 CONDUIT (AT&T) INCLUDING INSTALLATION FT 225 $__________ $_____________ 124 4 INCH PVC SCH 40 CONDUIT (AT&T) INCLUDING INSTALLATION FT 1,991 $__________ $_____________ 125 3 INCH PVC SCH 40 CONDUIT INCLUDING INSTALLATION (ELECTRIC) FT 442 $__________ $_____________ 126 4 INCH PVC SCH 40 CONDUIT INCLUDING INSTALLATION (ELECTRIC) FT 3,152 $__________ $_____________ 127 EXCAVATE, BACKFILL, COMPACT AND INSTALL CABLE SERVICE VAULTS B48 (COMCAST) EA 1 $__________ $_____________ 128 EXCAVATE, BACKFILL, COMPACT AND INSTALL CABLE SERVICE VAULTS N36 (COMCAST) EA 14 $__________ $_____________ 129 EXCAVATE, BACKFILL, COMPACT AND INSTALL CABLE SERVICE VAULTS N30 (COMCAST) EA 3 $__________ $_____________ 130 EXCAVATE, BACKFILL, COMPACT AND INSTALL SERVICE VAULTS 17" X 30" X 24" (AT&T) EA 3 $__________ $_____________ 131 EXCAVATE, BACKFILL, COMPACT AND INSTALL SERVICE VAULTS 2'6" X 4' X 3' (AT&T) EA 9 $__________ $_____________ 132 EXCAVATE, BACKFILL, COMPACT AND INSTALL SERVICE VAULTS 3' X 5' X 4' (AT&T) EA 2 $__________ $_____________ Page 458 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 193 Spec No.2021-179 133 EXCAVATE, BACKFILL, COMPACTION AND INSTALL PEDESTEL BOX PAD (CITY TO PROVIDE) EA 1 $__________ $_____________ 134 EXCAVATE, BACKFILL, COMPACTION AND INSTALL 504LA VAULT (CITY TO PROVIDE) EA 1 $__________ $_____________ 135 EXCAVATE, BACKFILL, COMPACTION AND INSTALL PPB PRIMARY JUNCTION BOX (CITY TO PROVIDE) EA 1 $__________ $_____________ 136 EXCAVATE, BACKFILL, COMPACTION AND INSTALL TRANSFORMER BOX PAD (CITY TO PROVIDE) EA 5 $__________ $_____________ 137 EXCAVATE, BACKFILL, COMPACTION AND INSTALL CONCRETE TRANSFORMER PAD (POUR IN PLACE) EA 1 $__________ $_____________ 138 EXCAVATE, BACKFILL, COMPACTION AND INSTALL SECONDARY SERVICE BOX (CITY TO PROVIDE) EA 4 $__________ $_____________ TOTAL BASE BID➔ $_____________________________ Page 459 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 194 Spec No.2021-179 We, the undersigned, acknowledge that the City Council has reserved the right to reject any or all bids and to determine which proposal is, in its opinion, the lowest responsive bid from a responsible bidder and that which it deems in the best interest of the City to accept. We, the undersigned, further agree, if this proposal shall be accepted, to sign the agreement and to furnish the required bonds with satisfactory surety, or sureties, within fifteen (15) calendar days after written notice that the contract is ready for signature; and, if the undersigned shall fail to contract, as aforesaid, it shall be understood that he or she has abandoned the contract and that, therefore, this proposal shall be null and void and the proposal guaranty accompanying this proposal, or the amount of said guaranty, shall be forfeited to and become the property of the City. Otherwise, the proposal guaranty accompanying this proposal shall be returned to the undersigned. Witness our hands this day of ___________________, 20____. Licensed in accordance with an act providing for the registration of California Contractors License No. ______________, expiration date ________________. THE CONTRACTOR'S LICENSE NUMBER AND EXPIRATION DATE STATED HEREIN ARE MADE UNDER PENALTY OF PERJURY. Department of Industrial Relations Public Works Contractor Registration Number:_____________________ Signature of bidder or bidders, with business name, address, phone number and fax number: _________________________________________________________________ _________________________________________________________________ _________________________________________________________________ _________________________________________________________________ Notice: In the case of a corporation, give below the addresses of the principal office thereof and names and addresses of the President, Secretary, Treasurer. _________________________________________________________________ _________________________________________________________________ _________________________________________________________________ Page 460 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 195 Spec No.2021-179 FAIR EMPLOYMENT PRACTICES CERTIFICATION TO:_____________________________________________________________ ________________________________________________________________ The undersigned, in submitting a bid for performing the following work by Contract, hereby certifies that he or she has or will meet the standards of affirmative compliance with the Fair Employment Practices requirements of the Special Provisions contained herein. DOWNTOWN STREETSCAPE AND ROAD DIET ________________________________________________________________ (Signature of Bidder) Business Mailing Address: _________________________________________________ _________________________________________________ _________________________________________________ Business Location: _________________________________________________ _________________________________________________ (The bidder shall execute the certification of this page prior to submitting his or her proposal.) Page 461 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 196 Spec No.2021-179 WORKER'S COMPENSATION CERTIFICATE I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for Worker's Compensation or undertake self-insurance in accordance with the provisions of that code and I will comply with such provisions before commencing the performance of the work of this contract. Witness my hand this________ day of _______________, 200____ Signature of Bidder, with Business Address: __________________________________________________ __________________________________________________ __________________________________________________ __________________________________________________ Page 462 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 197 Spec No.2021-179 CERTIFICATION OF NONDISCRIMINATION IN EMPLOYMENT The bidder represents that he or she has/has not, participated in a previous contract or subcontract subject to either the equal opportunity clause herein or the clause contained in Section 301 of Executive Order 10925; that he or she has/has not, filed all required compliance reports; and that representations indicating submission of required compliance prior to subcontract awards. Signature and address of Bidder: __________________________________________________ Date_____________ __________________________________________________ __________________________________________________ __________________________________________________ (This certification shall be executed by the bidder in accordance with Section 60-1.6 of the Regulations of the President's Committee on Equal Employment Opportunity for implementing Executive Orders 10925 and 11114.) Page 463 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 198 Spec No.2021-179 LIST OF PROPOSED SUBCONTRACTORS In compliance with the provisions of Sections 4100-4108 of the California Public Contract Code and any amendments thereof, each bidder shall set forth (a) the name and location of the place of business of each subcontractor who will perform work or labor or render service in or about the construction site or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications in an amount in excess of one-half of 1 percent of the total bid and (b) the California Contractor License Number for each subcontractor, and (c) the portion of the work to be done by each subcontractor.(See General Conditions Section 1- 09.) Include with the name of each sub-contractor their Department of Industrial Relations Public Works Contractor Registration Number. SUBCONTRACTOR NAME SUBCONTRACTOR LICENSE NUMBER SUBCONTRACTOR DIR REGISTRATION NUMBER SUBCONTRACTOR BUSINESS ADDRESS DESCRIPTION OF WORK Page 464 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 199 Spec No.2021-179 STATEMENT OF EXPERIENCE OF BIDDER The bidder is required to state below what work of similar magnitude or character he or she has done and to give references that will enable the City Council to judge of his or her experience, skill and business standing and his or her ability to conduct work as completely and rapidly as required under the terms of the contract. ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ Page 465 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 200 Spec No.2021-179 SIGNATURE(S) OF BIDDER Accompanying this proposal is ___________________________________ (insert the words "cash ($)", "cashier's check" or "bidder's bond", as the case may be) in an amount equal to at least 10 percent of the bid. The names of all persons interested in the foregoing proposal as principals are as follows: IMPORTANT NOTICE: If bidder or other interested person is a corporation, provide the legal name of corporation and also the names of the president, secretary, treasurer and manager thereof. If a co-partnership, provide the true name of firm and also the names of all individual co-partners composing the firm. If bidder or other interested person is an individual, provide the first and last names in full. _________________________________________________________________ _________________________________________________________________ _________________________________________________________________ Licensed in accordance with an act providing for the registration of Contractors: License No. ______________________________, License Expiration Date . Signature(s) of Bidder: ______________________________________________ ______________________________________________ ______________________________________________ NOTE: If bidder is a corporation, the legal name of the corporation shall be set forth above together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation; if bidder is a co-partnership, the true name of the firm shall be set forth above together with the signature of the partner or partners authorized to sign contracts in behalf of the co-partnership; and if bidder is an individual, his or her signature shall be placed above. If a member of a partnership, a Power of Attorney must be on file with the Department prior to opening bids or submitted with the bid; otherwise, the bid will be disregarded as irregular and unauthorized. Business address: ___________________________________________________ ___________________________________________________ Place of residence: ___________________________________________________ ___________________________________________________ Dated: __________________ Page 466 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 201 Spec No.2021-179 CITY OF UKIAH Mendocino County, California BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, ______________________________________________________________ ________________________________________________________________, as PRINCIPAL and ________________________________________________________________ ________________________________________________________________, as SURETY, are held and firmly bound unto the City of Ukiah in the penal sum of 10 PERCENT OF THE TOTAL AMOUNT OF THE BID of the Principal above named, submitted by said Principal to the City of Ukiah, as the case may be, for the work described below, for the payment of which sum in lawful money of the United States, well and truly to be made, to the City Clerk to which said bid was submitted, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. In no case shall the liability of the surety hereunder exceed the sum of $____________________ THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas the Principal has submitted the above mentioned bid to the City of Ukiah, as aforesaid, for certain construction specifically described as follows, for which bids are to be opened at the Office of the City Clerk, Ukiah Civic Center, Ukiah, California, on <<DATE OF BID OPENING>> for DOWNTOWN STREETSCAPE AND ROAD DIET NOW, THEREFORE, If the aforesaid Principal is awarded the contract and, within the time and manner required under the specifications, after the prescribed forms are presented to him or her for signatures, enters into a written contract, in the prescribed form, in accordance with the bid and files two bonds with the City of Ukiah, one to guarantee faithful performance and the other to guarantee payment for labor and materials, as required by law, then this obligation shall be null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF, we have hereunto set our hands and seals on this ______ day of ________________, A.D. 20_____. __________________________________________________(Seal) __________________________________________________(Seal) __________________________________________________(Seal) Principal __________________________________________________(Seal) __________________________________________________(Seal) __________________________________________________(Seal) Surety Address: __________________________________________________________ __________________________________________________________ __________________________________________________________ Page 467 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 202 Spec No.2021-179 NON-COLLUSION AFFIDAVIT Note: Bidder shall execute the affidavit on this page prior to submitting his or her bid. To City Council, City of Ukiah: The undersigned in submitting a bid for performing DOWNTOWN STREETSCAPE AND ROAD DIET by contract, being duly sworn, deposes and says: that he or she has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such contract. __________________________________________________ __________________________________________________ __________________________________________________ Signature(s) of Bidder Business Address:__________________________________________________ __________________________________________________ __________________________________________________ Place of Residence:__________________________________________________ __________________________________________________ __________________________________________________ NOTARIZATION Subscribed and sworn to before me this ______ day of _________, 20____. __________________________________________________ Notary Public in and for the County of______________________________, State of California. My Commission Expires ________________________, 20 ____. Page 468 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 203 Spec No.2021-179 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder_________________________________________________________________, proposed subcontractor ______________________________________________, hereby certifies that he has ___ , has not , participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. ____________________________________________________________ Page 469 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 204 Spec No.2021-179 DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, manager: • is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any Federal agency; • has not been suspended, debarred, voluntarily excluded or determined ineligible by any Federal agency within the past 3 years; • does not have a proposed debarment pending; and • has not been indicted, convicted, or had a civil judgm ent rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Notes: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. _________________________________________________________ Page 470 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 205 Spec No.2021-179 NONLOBBYING CERTIFICATION FOR FEDERAL-AID CONTRACTS The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (l) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in conformance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. Page 471 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 206 Spec No.2021-179 DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: a. contract a. bid/offer/application a. initial b. grant b. initial award b. material change c. cooperative agreement c. post-award d. loan For Material Change Only: e. loan guarantee year quarter f. loan insurance date of last report 4. Name and Address of Reporting Entity 5. If Reporting Entity in No. 4 is Subawardee, Enter Name and Address of Prime: Prime Subawardee Tier , if known Congressional District, if known Congressional District, if known 6. Federal Department/Agency: 7. Federal Program Name/Description: CFDA Number, if applicable 8. Federal Action Number, if known: 9. Award Amount, if known: 10. a. Name and Address of Lobby Entity b. Individuals Performing Services (including (If individual, last name, first name, MI) address if different from No. 10a) (last name, first name, MI) (attach Continuation Sheet(s) if necessary) 11. Amount of Payment (check all that apply) 13. Type of Payment (check all that apply) $ actual planned a. retainer b. one-time fee 12. Form of Payment (check all that apply): c. commission a. cash d. contingent fee b. in-kind; specify: nature value e deferred f. other, specify 14. Brief Description of Services Performed or to be performed and Date(s) of Service, including officer(s), employee(s), or member(s) contacted, for Payment Indicated in Item 11: (attach Continuation Sheet(s) if necessary) 15. Continuation Sheet(s) attached: Yes No 16. Information requested through this form is authorized by Title 31 U.S.C. Section 1352. This disclosure of lobbying reliance was placed by the tier above when his transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This information will be reported to Congress semiannually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Federal Use Only: Signature: Print Name: Title: Telephone No.: Date: Authorized for Local Reproduction Standard Form – LLL Rev. 09-12-97 Page 472 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 207 Spec No.2021-179 INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U.S.C. section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered Federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence, the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously subm itted report by this reporting entity for this covered Federal action. 4. Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. 5. If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address, city, state and zip code of the prime Federal recipient. Include Congressional District, if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organization level below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identification in item 1 (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or loan award number, the application/proposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP-DE-90-001." 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10.(a) Enter the full name, address, city, state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action. (b) Enter the full names of the individual(s) performing services and include full address if different from 10 (a). Enter Last Name, First Name and Middle Initial (Ml). 11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (item 4) to the lobbying entity (item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made. 12. Check the appropriate box. Check all boxes that apply. If payment is made through an in-kind contribution, specify the nature and value of the in-kind payment. 13. Check the appropriate box. Check all boxes that apply. If other, specify nature. 14. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s) of any services rendered. Include all preparatory and related activity not just time spent in actual contact with Federal officials. Identify the Federal officer(s) or employee(s) contacted or the officer(s) employee(s) or Member(s) of Congress that were contacted. 15. Check whether or not a continuation sheet(s) is attached. 16. The certifying official shall sign and date the form, print his/her name title and telephone number. Page 473 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 208 Spec No.2021-179 Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, D.C. 20503. SF-LLL-Instructions Rev. 06-04-90 Page 474 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 209 Spec No.2021-179 Exhibit 12-B Bidder’s List of subcontractor (DBE and Non-DBE) Part 1 As of March 1, 2015 Contractors (and sub-contractors) wishing to bid on public works contracts shall be registered with the State Division of Industrial Relations and certified to bid on Public Works contracts. Please register at: https://efiling.dir.ca.gov/PWCR/ActionServlet?action=displayPWCRegistrationForm In accordance with Title 49, Section 26.11 of the Code of Federal Regulations, and Section 4104 of the Public Contract Code of the State of California, as amended, the following information is required for each sub-contractor who will perform work amounting to more than one half of one percent (0.5%) of the Total Base Bid or $10,000 (whichever is greater). Photocopy this form for additional firms. Federal Project Number: HSIPL-5049(026) Subcontractor Name and Location Line Item & Description Subcontract Amount Percentage of Bid Item Sub- contracted Contractor License Number DBE (Y/N) DBE Cert Number Annual Gross Receipts DIR Reg Number Name: City, State: <$1 million <$5 million <$10 million <$15 million Age of Firm: ___ yrs. Name: City, State: <$1 million <$5 million <$10 million <$15 million Age of Firm: ___ yrs. Name: City, State: <$1 million <$5 million <$10 million <$15 million Age of Firm: ___ yrs. Name: City, State: <$1 million <$5 million <$10 million <$15 million Age of Firm: ___ yrs. Name: City, State: <$1 million <$5 million <$10 million <$15 million Age of Firm: ___ yrs. Name: City, State: <$1 million <$5 million <$10 million <$15 million Age of Firm: ___ yrs. Distribution: 1) Original-Local Agency File 2) Copy-DLAE w/ Award Package Page 475 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 210 Spec No.2021-179 Exhibit 12-B Bidder’s List of subcontractor (DBE and Non-DBE) Part 2 In accordance with Title 49, Section 26 of the Code of Federal Regulations, the Bidder shall list all subcontractor who provide a quote or bid but were not selected to participate as a subcontractor on this project. Photocopy this form for additional firms. Subcontractor Name and Location Line Item & Description Subcontract Amount Percentage of Bid Item Sub- contracted Contractor License Number DBE (Y/N) DBE Cert Number Annual Gross Receipts DIR Reg Number Name: City, State: <$1 million <$5 million <$10 million <$15 million Age of Firm: ___ yrs. Name: City, State: <$1 million <$5 million <$10 million <$15 million Age of Firm: ___ yrs. Name: City, State: <$1 million <$5 million <$10 million <$15 million Age of Firm: ___ yrs. Name: City, State: <$1 million <$5 million <$10 million <$15 million Age of Firm: ___ yrs. Name: City, State: <$1 million <$5 million <$10 million <$15 million Age of Firm: ___ yrs. Name: City, State: <$1 million <$5 million <$10 million <$15 million Age of Firm: ___ yrs. Distribution: 1) Original-Local Agency File 2) Copy-DLAE w/ Award Package Page 476 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 211 Spec No.2021-179 Exhibit 15-G Construction Contract DBE Commitment 1. Local Agency: City of Ukiah 2. Contract DBE Goal: 3. Project Description: 4. Project Location: 5. Bidder's Name: 6. Prime Certified DBE:  7. Bid Amount: 8. Total Dollar Amount for ALL Subcontractors: 9. Total Number of ALL Subcontractors: DISTRIBUTION: 1. Original – Local Agency 2. Copy – Caltrans District Local Assistance Engineer (DLAE). Failure to submit to DLAE within 30 days of contract execution may result in de-obligation of federal funds on contract. 3. Include additional copy with award package. ADA Notice: For individuals with sensory disabilities, this document is available in alternate formats. For information call (916) 654-6410 or TDD 10. Bid Item Number 11. Description of Work, Service, or Materials Supplied 12. DBE Certification Number 13. DBE Contact Information (Must be certified on the date bids are opened) 14. DBE Dollar Amount Local Agency to Complete this Section upon Execution of Award 15. TOTAL CLAIMED DBE PARTICIPATION $ 21. Local Agency Contract Number: 22. Federal-Aid Project Number: % 23. Bid Opening Date: 24. Contract Award Date: IMPORTANT: Identify all DBE firms being claimed for credit, regardless of tier. Names of the First Tier DBE Subcontractors and their respective item(s) of work listed above must be consistent, where applicable with the names and items of the work in the "Subcontractor List" submitted with your bid. Written confirmation of each listed DBE is required. Local Agency certifies that all DBE certifications are valid and information on this form is complete and accurate. 26. Local Agency Representative's Signature 27. Date 16. Preparer's Signature 17. Date 28. Local Agency Representative's Name 29. Phone 18. Preparer's Name 19. Phone 30. Local Agency Representative's Title 20. Preparer's Title 25. Award Amount: ________________________________________________________ Page 477 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 212 Spec No.2021-179 (916) 654-3880 or write Records and Forms Management, 1120 N Street, MS-89, Sacramento, CA 95814. Page 478 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 213 Spec No.2021-179 INSTRUCTIONS – CONSTRUCTION CONTRACT DBE COMMITMENT CONTRACTOR SECTION 1. Local Agency - Enter the name of the local agency that is administering the contract. 2. Contract DBE Goal - Enter the contract DBE goal percentage as it appears on the project advertisement. 3. Project Location - Enter the project location(s) as it appears on the project advertisement. 4. Project Description - Enter the project description as it appears on the project advertisement (Bridge Rehab, Seismic Rehab, Overlay, Widening, etc). 5. Bidder’s Name - Enter the contractor’s firm name. 6. Prime Certified DBE - Check box if prime contractor is a certified DBE. 7. Bid Amount - Enter the total contract bid dollar amount for the prime contractor. 8. Total Dollar Amount for ALL Subcontractors – Enter the total dollar amount for all subcontracted contractors. SUM = (DBEs + all Non-DBEs). Do not include the prime contractor information in this count. 9. Total number of ALL subcontractors – Enter the total number of all subcontracted contractors. SUM = (DBEs + all Non-DBEs). Do not include the prime contractor information in this count. 10. Bid Item Number - Enter bid item number for work, services, or materials supplied to be provided. 11. Description of Work, Services, or Materials Supplied - Enter description of work, services, or materials to be provided. Indicate all work to be performed by DBEs including work performed by the prime contractor’s own forces, if the prime is a DBE. If 100% of the item is not to be performed or furnished by the DBE, describe the exact portion to be performed or furnished by the DBE. See LAPM Chapter 9 to determine how to count the participation of DBE firms. 12. DBE Certification Number - Enter the DBE’s Certification Identification Number. All DBEs must be certified on the date bids are opened. 13. DBE Contact Information - Enter the name, address, and phone number of all DBE subcontracted contractors. Also, enter the prime contractor’s name and phone number, if the prime is a DBE. 14. DBE Dollar Amount - Enter the subcontracted dollar amount of the work to be performed or service to be provided. Include the prime contractor if the prime is a DBE. See LAPM Chapter 9 for how to co unt full/partial participation. 15. Total Claimed DBE Participation - $: Enter the total dollar amounts entered in the “DBE Dollar Amount” column. %: Enter the total DBE participation claimed (“Total Claimed DBE Participation Dollars” divided by item “Bid Amount”). If the total % claimed is less than item “Contract DBE Goal,” an adequately documented Good Faith E ffort (GFE) is required (see Exhibit 15-H DBE Information - Good Faith Efforts of the LAPM). 16. Preparer’s Signature - The person completing the DBE commitment form on behalf of the contractor’s firm must sign their name. 17. Date - Enter the date the DBE commitment form is signed by the contractor’s preparer. 18. Preparer’s Name - Enter the name of the person preparing and signing the contractor’s DBE commitment form. 19. Phone - Enter the area code and phone number of the person signing the contractor’s DBE commitment form. 20. Preparer’s Title - Enter the position/title of the person signing the contractor’s DBE commitment form. LOCAL AGENCY SECTION 21. Local Agency Contract Number - Enter the Local Agency contract number or identifier. 22. Federal-Aid Project Number - Enter the Federal-Aid Project Number(s). 23. Bid Opening Date - Enter the date contract bids were opened. 24. Contract Award Date - Enter the date the contract was executed. 25. Award Amount – Enter the contract award amount as stated in the executed contract. 26. Local Agency Representative’s Signature - The person completing this section of the form for the Local Agency must sign their name to certify that the information in this and the Contractor Section of this form is complete and accurate. 27. Date - Enter the date the DBE commitment form is signed by the Local Agency Representative. 28. Local Agency Representative’s Name - Enter the name of the Local Agency Representative certifying the contractor’s DBE commitment form. 29. Phone - Enter the area code and phone number of the person signing the contractor’s DBE commitment form. 30. Local Agency Representative Title - Enter the position/title of the Local Agency Representative certifying the contractor’s DBE commitment form. Page 479 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 214 Spec No.2021-179 Exhibit 15-H: Proposer/Contractor Good Faith Efforts Federal-aid Project No(s). _________________ Bid Opening Date ___________________ The City of Ukiah established a Disadvantaged Business Enterprise (DBE) goal of 10% for this contract. The information provided herein shows the required good faith efforts to meet or exceed the DBE contract goal. Proposers or bidders submit the following information to document their good faith efforts within five (5) business days from bid opening. Proposers and bidders are recommended to submit the following information even if the Exhibit 10-O1: Consultant Proposal DBE Commitments or Exhibit 15-G: Construction Contract DBE Commitment indicate that the proposer or bidder has met the DBE goal. This form protects the proposer’s or bidder’s eligibility for award of the contract if the administering agency determines that the bidder failed to meet the goal for various reasons, e.g., a DBE firm was not certified at bid opening, or the bidder made a mathematical error. The following items are listed in the Section entitled “Submission of DBE Commitment” of the Special Provisions, please attach additional sheets as needed: A. The names and dates of each publication in which a request for DBE participation for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement _________________________________________________________________ _________________________________________________________________ _________________________________________________________________ B. The names and dates of written notices sent to certified DBEs soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Names of DBEs Solicited Date of Initial Solicitation Follow Up Methods and Dates ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ __________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ Page 480 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 215 Spec No.2021-179 C. The items of work made available to DBE firms including those unbundled contract work items into economically feasible units to facilitate DBE participation. It is the bidder's responsibility to demonstrate that sufficient work to facilitate DBE participation in order to met or exceed the DBE contract goal. Items of Work Bidder Normally Performs Item (Y/N) Breakdown of Items Amount ($) Percentage Of Contract _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's rejection of the DBEs, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each DBE if the selected firm is not a DBE: Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection of the DBEs: _________________________________________________________________________ _________________________________________________________________________ _________________________________________________________________________ _________________________________________________________________________ Names, addresses and phone numbers of firms selected for the work above: _________________________________________________________________________ _________________________________________________________________________ _________________________________________________________________________ _________________________________________________________________________ E. Efforts (e.g. in advertisements and solicitations) made to assist interested DBEs in obtaining information related to the plans, specifications and requirements for the work which was provided to DBEs: _________________________________________________________________________ _________________________________________________________________________ _________________________________________________________________________ _________________________________________________________________________ Page 481 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 216 Spec No.2021-179 F. Efforts (e.g. in advertisements and solicitations) made to assist interested DBEs in obtaining bonding, lines of credit or insurance, necessary equipment, supplies, materials, or related assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate: _________________________________________________________________________ _________________________________________________________________________ _________________________________________________________________________ _________________________________________________________________________ G. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting and using DBE firms (please attach copies of requests to agencies and any responses received, i.e., lists, Internet page download, etc.): Name of Agency/Organization Method/Date of Contact Results __________________________________________________________________________________ __________________________________________________________________________________ __________________________________________________________________________________ __________________________________________________________________________________ __________________________________________________________________________________ H. Any additional data to support a demonstration of good faith efforts: _________________________________________________________________________ _________________________________________________________________________ Page 482 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 217 Spec No.2021-179 PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In accordance with Public Contract Code Section 10285.1 (Chapter 376, Stats, 1986), The bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has___, has not___ been convicted within the preceding three years of any offenses referred to in th at section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The bidder must place a check mark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Proposal. Signing the Contractor’s Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making false certification may subject the certifier to criminal prosecution. Page 483 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 218 Spec No.2021-179 PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In accordance with Public Contract Code Section 10162, The Bidder shall complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes _____ No ______ If the answer is "Yes," explain the circumstances in the follo wing space. Page 484 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 219 Spec No.2021-179 PUBLIC CONTRACT SECTION 10232 STATEMENT In accordance with Public Contract Code Section 10232, the Contractor hereby states under penalty of perjury that no more than one fina l unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two year period because of the Contract or's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board. Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Page 485 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 220 Spec No.2021-179 CITY OF UKIAH Mendocino County, California AGREEMENT FOR DOWNTOWN STREETSCAPE Phase II Specification No.xxxxxxx THIS AGREEMENT, made this ______ day of ___________________, 20____, by and between the City of Ukiah, Mendocino County, California, hereinafter called the City and _______________________ hereinafter called the Contractor, WITNESSETH: WHEREAS, the City has caused to be prepared in accordance with law, specifications, drawings and other contract documents for the work herein described and shown and has approved and adopted these contract documents, specifications and drawings and has caused to be published in the manner and for the time required by law a notice to bidders inviting sealed proposals for doing the work in accordance with the terms of this contract and WHEREAS, the Contractor, in response to the notice to bidders, has submitted to the City a sealed proposal accompanied by a proposal guaranty in an amount of not less than 10 percent of the bid price for the construction of the proposed work in accordance with the terms of this contract and WHEREAS, the City, in the manner prescribed by law, has publicly opened, examined and canvassed the proposals submitted and as a result has determined and declared the Contractor to be the lowest and best regular responsible bidder for the work and for the sums named in the proposal, NOW, THEREFORE, THIS AGREEMENT WITNESSETH: Article 1. Work to be Done and Contract Days Allowed. That the Contractor shall provide all necessary machinery, tools, apparatus and other means of construction; shall furnish all materials, superintendence, overhead, expenses, all labor and expenses of whatever nature necessary for completion of the work in conform ity with the Special Provisions and other contract documents hereto attached and according to such instructions as may be given by the Engineer. The Contractor shall complete the work within 250 WORKING days. Contract days shall be counted starting with the 10th day following receipt of notice that the contract has been executed by the City. Contractor, at his or her option, may begin work prior to start of counting contract days, however, in no event shall the Contractor start work without giving notification to the Engineer at least 72 hours prior to the start of work, without obtaining an encroachment permit from the City, or without having submitted certificates of insurance that have been accepted and approved by the Engineer. Article II. Contract Prices. That the City shall pay the Contractor the prices stated in the proposal submitted by the Contractor, for complete performance of the contract by the Contractor. The Contractor hereby agrees to accept the prices as full compensation for all material and appliances necessary to the work, for all labor and use of tools and other implements necessary to execute the work contemplated in this contract; for all loss or damage arising out of the nature of the work or from the action of the elements, or from any unforeseen obstructions or difficulties which may Page 486 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 221 Spec No.2021-179 be encountered in the prosecution of the work; for all risks of every description connected therewith; for all expenses of the work, as herein specified; for all liability and other insurance, for all overhead and other expenses incident to the work; all according to the Contract Drawings, the Special Provisions, the Details, the instructions and the requirements of the City. Article III. Labor Discrimination. Attention is directed to Section 1735 of the Labor Code, which reads as follows: "No discrimination shall be made in the employment of persons upon public works because of the race, color, national origin or ancestry, or religion of such persons and every contractor for public works violating this section is subject to all the penalties imposed for a violation of this chapter." In connection with the performance of work under this contract, the Contractor agrees as follows: (a) The Contractor will not willfully discriminate against any employee or an applicant for employment because of race, color, religion, ancestry, or national origin. The Contractor will take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, religion, ancestry, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of c ompensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the awarding authority setting forth the provisions of this Fair Employment Practice section. (b) The Contractor will send to each labor union or representative of workers with which he or she has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the awarding authority, advising the said labor union or worker's representative of the Contractor's commitments under this section, to employees and applicants for employment. (c) The Contractor will permit access to his or her records of employment, employment advertisements, application forms and other pertinent data and records by the Fair Employment Practices Commission, City of Ukiah or any other appropriate agency of the State of California designated by the awarding authority, for the purposes of investigation to ascertain compliance with the Fair Employment Practices section of this contract. (d) A finding of willful violation of the Fair Employment Practices section of this Contract or of the Fair Employment Practices Act shall be regarded by the awarding authority as a basis for determining the Contractor to be not a "responsible bidder" as to future contracts for which such Contractor may submit bids, for revoking the Contractor's pre-qualification rating, if any and for refusing to establish, reestablish or renew a pre-qualification rating for the Contractor. The City of Ukiah shall deem a finding of willful receipt of written notice from the Fair Employment Practices Act to have occurred upon that it has investigated and determined that the Contractor has violated the Fair Employment Practices Act and has issued an order under Labor Code Section 1426 or obtained an injunction under Labor Code Section 1429. Upon receipt of such written notice from the Fair Employment Practices Commission, the City shall notify the Contractor that unless he or she demonstrates to the satisfaction of the awarding authority within a stated period that the violation has been corrected, his or her pre-qualification rating will be revoked at the expiration of such period. (e) The Contractor agrees that should the City determine that the Contractor has not complied with the Fair Employment Practices section of this Contract, then pursuant to Labor Code Section 1735 and 1775 the Contractor shall, as a penalty to the City, forfeit for each calendar day or portion thereof, for Page 487 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 222 Spec No.2021-179 each person who was denied employment as a result of such non-compliance, the penalties provided in the Labor Code for violation of prevailing wage rates. Such monies may be recovered from the Contractor. The City may deduct any such damages from any monies due the Contractor. (f) Nothing contained in this Fair Employment Practices section shall be construed in any manner of fashion so as to prevent the City or the State of California from pursuing any other remedies that may be available at law. (g) Prior to awarding the Contract, the Contractor shall certify to the awarding authority that he or she has or will meet the following standards for affirmative compliance, which shall be evaluated in each case by the awarding authority: (1) The Contractor shall provide evidence, as required by the City that he or she has notified all supervisors, foremen and other personnel officers in writing of the content of the anti-discrimination clause and their responsibilities under it. (2) The Contractor shall provide evidence, as required by the City, that he or she has notified all sources of employees’ referrals (including unions, employment agencies, advertisements, Department of Employment) of the content of the anti-discrimination clause. (3) The Contractor shall file a basic compliance report, as required by the City. Willf ully false statements made in such reports shall be punishable as provided by law. The compliance report shall also spell out the sources of the work force and who has the responsibility for determining whom to hire, or whether or not to hire. (4) Personally, or through his or her representatives, the Contractor shall, through negotiations with the unions with whom he or she has agreements, attempt to develop an agreement which will: a. Spell out responsibilities for nondiscrimination in hiring, referral, upgrading and training. b. Otherwise im plement an affirmative anti-discrimination program in terms of the unions' specific areas of skill and geography to the end that qualified minority workers will be available and given and equal opportunity for employment. (5) The Contractor shall notify the City of opposition to the anti-discrimination clause by individuals, firms or organizations during the period of its pre-qualification. (h) The Contractor will include the provisions of the foregoing paragraphs 1 through 5 in every first tier subcontract so that such provisions will be binding upon each such subcontractor. (i) The "Fair Employment Practices Certification" must be completed and signed prior to the time of submitting the bid. Article IV. Parts of the Contract. That the complete contract consists of the following documents, all of which shall be considered a part of this agreement. 1. Notice to Bidders 2. Wage Rates 3. General Conditions 4. Technical Specifications 5. Proposal 6. Fair Employment Practices Certification Page 488 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 223 Spec No.2021-179 7. Agreement 8. Contract Bonds 9. Contract Drawings and Construction Details 10. Standard Drawings 11. Indemnification Agreement IN WITNESS W HEREOF, this contract being executed in duplicate and the parties having caused their names to be signed by authority of their duly authorized office this _____ day of _____________, 20____. CITY OF UKIAH, MENDOCINO COUNTY, CALIFORNIA By: ______________________________________________________________ CITY MANAGER, CITY OF UKIAH Attest: ______________________________________________________________ CITY CLERK, CITY OF UKIAH By: ______________________________________________________________ CONTRACTOR Attest: ______________________________________________________________ Title: ______________________________________________________________ The foregoing contract is approved as to form and legality this ______ day of ______________, 20 ____. __________________________________________________ CITY ATTORNEY, CITY OF UKIAH Page 489 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 224 Spec No.2021-179 INDEMNIFICATION AGREEMENT This Indemnification Agreement is made and entered in Ukiah, California, on _________________, 20____, by and between the City of Ukiah (Ukiah) and ______________________________________ (Contractor). Contractor is _________________________________________________________________________________ ___________________________________________ for Ukiah. As a condition of issuing the work order, attached hereto, Ukiah requires assurance that Contractor will protect Ukiah from damage or damage claims which arise from its performance of the work. Accordingly, Contractor agrees as follows: 1. Indemnification. Contractor shall indemnify and hold harmless Ukiah and its officers, agents, and employees from and against any claim, loss, or damage, including the legal and other costs of defending against any claim of damage or loss which arises out of the Contractor’s negligent or wrongful performance under the work order attached hereto, except for claims, losses, or damages resulting from the sole and exclusive negligence or other wrongful conduct of Ukiah or its officers, agents and employees. CONTRACTOR BY: _______________________________________________ TITLE: _______________________________________________ Page 490 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 225 Spec No.2021-179 CITY OF UKIAH Mendocino County, California FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That we the undersigned, ______________________________________________________________ __________________________________________________________________________________, AS PRINCIPAL , and __________________________________________________________________________________, AS SURETY, are held firmly bound unto THE CITY OF UKIAH, hereinafter called the “City”, in the penal sum of dollars ($____________________) for the payment of which sum we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally. WHEREAS, the Principal has entered into a certain Contract with the City, dated __________, 20_____, a copy of which is hereto attached and made a part hereof, NOW, THEREFORE, the condition of this obligation is such that if the Principal shall in all respects fully perform the Contract and all duly authorized modifications thereof, during its original term and any extensions thereof that may be granted and during any guaranty period for which the Contract provides, and if the Principal shall fully satisfy all claims, arising out of the prosecution of the work under the Contract and shall fully indemnify the City for all expenses which it may incur by reason of such claims, including its attorney's fees and court costs, and if the Principal shall make full payment to all persons supplying labor, services, materials, or equipment in the prosecution of the work under the Contract, in default of which such persons shall have a direct right of action hereupon; and if the Principal shall pay or cause to be paid all sales and use taxes payable as a result of the performance of the Contract as well as payment of gasoline and special motor fuels taxes in the performance of the Contract and all motor vehicle fees required for commercial motor vehicles used in connection with the performance of the Contract, then this obligation shall be void; otherwise, it shall remain in full force and effect. No modification of the Contract or extension of the term thereof, nor any forbearance on the part of the City shall in any way release the Principal or the Surety from liability hereunder. Notice to the Surety of any such modification, extension, or forbearance is hereby waived. IN WITNESS WHEREOF, the aforesaid Principal and Surety have executed this instrument and affixed their seals hereto, this ________ day of _______________,20_______. In the presence of: WITNESS: _________________________________ ________________________________(SEAL) (Individual Principal) ___________________________________ (Business Address) ___________________________________ (City/State/Zip Code) Page 491 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 226 Spec No.2021-179 WITNESS: ____________________________________ ______________________________(SEAL) (Corporate Principal) ___________________________________ (Business Address) ___________________________________ (City/State/Zip Code) ATTEST: ________________________________ (Corporate Principal) Affix Corporate Seal ___________________________________ (Business Address) ___________________________________ (City/State/Zip Code) ATTEST: ____________________________ ________________________________ Affix (Corporate Surety) Corporate Seal ___________________________________ (Business Address) ___________________________________ (City/State/Zip Code) The rate of premium on this bond is $___________________________ per thousand. The total amount of premium charges is $____________________________.. (The above is to be filled in by Surety Company). (Power of Attorney of person signing for Surety Company must be attached). (CERTIFICATE AS TO CORPORATE PRINCIPAL) I,_________________________________________, certify that I am the ______________________________ Secretary of the corporation named as Principal in the foregoing bond; that _______________________________________, who signed the said bond on behalf of the Principal, was then ____________________________________________ of said corporation; that I know his signature, and that his signature thereto is genuine; and that said bond was duly signed, sealed, and attested to for and in behalf of said corporation by authority of its governing body. ____________________________________________ Affix Corporate Seal Page 492 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 227 Spec No.2021-179 CITY OF UKIAH Mendocino County, California MATERIAL AND LABOR BOND KNOW ALL MEN BY THESE PRESENTS, That we the undersigned, ______________________________________________________ __________________________________________________________________________, AS PRINCIPAL, and __________________________________________________________________________ __________________________________________________________________________, AS SURETY, are held firmly bound unto THE CITY OF UKIAH, hereinafter called the “City” in the penal sum of dollars ($____________________) for the payment of which sum we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally. WHEREAS, the Principal has entered into a certain Contract with the City, dated _________________, 20_____, a copy of which is hereto attached and made a part hereof, NOW, THEREFORE, the condition of this obligation is such that if the Principal shall in all respects fully perform the Contract and all duly authorized modifications thereof, during its original term and any extensions thereof that may be granted and during any guaranty period for which the Contract provides, and if the Principal shall fully satisfy all claims, arising out of the prosecution of the work under the Contract and shall fully indemnify the City for all expenses which it may incur by reason of such claims, including its attorney's f ees and court costs, and if the Principal shall make full payment to all persons supplying labor, services, m aterials, or equipment in the prosecution of the work under the Contract, in default of which such persons shall have a direct right of action hereupon; and if the Principal shall pay or cause to be paid all sales and use taxes payable as a result of the performance of the Contract as well as payment of gasoline and special motor fuels taxes in the performance of the Contract and all motor vehicle fees required for commercial motor vehicles used in connection with the performance of the Contract, then this obligation shall be void; otherwise, it shall remain in full force and effect. No modification of the Contract or extension of the term thereof, nor any forbearance on the part of the City shall in any way release the Principal or the Surety from liability hereunder. Notice to the Surety of any such modification, extension, or forbearance is hereby waived. IN WITNESS WHEREOF, the aforesaid Principal and Surety have executed this instrument and affixed their seals hereto, this ________ day of _______________,20_______. In the presence of: WITNESS: ____________________________________ ________________________________(SEAL) (Individual Principal) ___________________________________ (Business Address) ___________________________________ (City/State/Zip Code) Page 493 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 228 Spec No.2021-179 WITNESS: ____________________________________ ______________________________(SEAL) (Corporate Principal) ___________________________________ (Business Address) ___________________________________ (City/State/Zip Code) ATTEST: ________________________________ (Corporate Principal) Affix Corporate Seal ___________________________________ (Business Address) ___________________________________ (City/State/Zip Code) ATTEST: ____________________________ ________________________________ Affix (Corporate Surety) Corporate Seal ___________________________________ (Business Address) ___________________________________ (City/State/Zip Code) The rate of premium on this bond is $___________________________ per thousand. The total amount of premium charges is $____________________________.. (The above is to be filled in by Surety Company). (Power of Attorney of person signing for Surety Company must be attached). (CERTIFICATE AS TO CORPORATE PRINCIPAL) I,_________________________________________, certify that I am the ______________________________ Secretary of the corporation named as Principal in the foregoing bond; that _______________________________________, who signed the said bond on behalf of the Principal, was then ____________________________________________ of said corporation; that I know his signature, and that his signature thereto is genuine; and that said bond was duly signed, sealed, and attested to for and in behalf of said corporation by authority of its governing body. ____________________________________________ Affix Corporate Seal Page 494 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 229 Spec No.2021-179 DIRECTIONS FOR PREPARATION OF PERFORMANCE AND MATERIAL AND LABOR BOND 1. Individual sureties, partnerships, or corporations not in the surety business will not be acceptable. 2. The name of the Principal shall be shown exactly as it appears in the Contract. 3. The penal sum shall not be less than required by the Specifications. 4. If the Principals are partners or joint venturers, each member shall execute the bond as an individual and state his place of residence. 5. If the Principal is a corporation, the bond shall be executed under its corporate seal. If the corporation has no corporate seal, it shall so state and affix a scroll or adhesive seal following the corporate name. 6. The official character and authority of the person(s) executing the bond for the Principal, if a corporation, shall be certified by the Secretary or Assistant Secretary thereof under the corporate seal, or copies attached to such records of the corporation as will evidence the official character and authority of the officer signing, duly certified by the Secretary or Assistant Secretary, under the corporate seal, to be true copies. 7. The current power-of-attorney of the person signing for the surety company must be attached to the bond. 8. The date of the bond must not be prior to the date of the Contract. 9. The following information must be placed on the bond by the surety company: a. The rate of premium in dollars per thousand; and b. The total dollar amount of premium charged. 10. The signature of a witness shall appear in the appropriate place attending to the signature of each party of the bond. 11. Type or print the name underneath each signature appearing on the bond. 12. An executed copy of the bond must be attached to each copy of the Contract (original counterpart) intended for signing. Page 495 of 551 DOWNTOWN STREETSCAPE PROJECT PHASE II 230 Spec No.2021-179 CITY OF UKIAH Mendocino County, California DEFECTIVE MATERIAL AND WORKMANSHIP (MAINTENANCE) BOND KNOW ALL MEN BY THESE PRESENTS, That we, _____________________________________________________________________ __________________________________________________________________, as PRINCIPAL and__________________________________________________________________________ ___________________________________________________________________, as SURETY, are held and firmly bound unto the City of Ukiah as Obligee, in the penal sum of ___________________________________________________________________________________ _________________________________________________________($____________________), (5 PERCENT OF THE FINAL CONTRACT AMOUNT) to which payment well and truly to be made, we do bind ourselves, our and each of our heirs, executors, administrators, successors and assigns jointly and severally, firmly by these presents. WHEREAS, the said Principal entered into a Contract with the City Of Ukiah dated_________________________ for _________________________________________________________________________________ ____________________________________________________________________________________ WHEREAS, said Contract has been completed, and was approved on the ______ day of ___________, _________, NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal shall guarantee that the work will be free of any defective materials or workmanship which become apparent during the period of one (1) year following completion of the Contract, then this obligation shall be void, otherwise to remain in full force and effect, provided however, any additional warranty or guarantee whether expressed or implied is extended by the Principal or Manufacturer only, and the surety assumes no liability for such a guarantee. Signed, sealed, and dated this __________ day of ____________, 20_____. __________________________________________________(Seal) BY:_______________________________________________(Seal) __________________________________________________(Seal) Principal __________________________________________________(Seal) BY:_______________________________________________(Seal) __________________________________________________(Seal) Surety Page 496 of 551 Bid Item No.Item Description Total Quantity Unit Unit Price Total 1 Mobilization, Demobilization, and Final Cleanup 1 LS 501,870$ 501,870$ 2 Storm Water Pollution Prevention Plan (SWPPP)1 LS 16,000$ 16,000$ 3 Storm Water Sampling and Analysis Day 10 EA 1,500$ 15,000$ 4 Temporary Water Pollution Control Measures 1 LS 30,000$ 30,000$ 5 Progress Schedule (Critical Path Method)1 LS 8,000$ 8,000$ 6 Construction Area Signs 1 LS 20,000$ 20,000$ 7 Traffic Control System 1 LS 200,000$ 200,000$ 8 Positive Location (Potholing)20 EA 500$ 10,000$ 9 Construction Survey 1 LS 35,000$ 35,000$ 10 Trench Bracing and Shoring 1 LS 50,000$ 50,000$ 11 Remove Traffic Stripe and Markings (Striping Conforms)1 LS 6,500$ 6,500$ 12 Remove Existing Drainage Inlet 5 EA 2,000$ 10,000$ 13 Abandon Existing Storm Drain Pipe 800 LF 100$ 80,000$ 14 Remove/Replace Unsuitable Material - Miscellaneous Concrete 140 CY 250$ 35,000$ 15 Remove/Replace Unsuitable Material - Roadway Section 560 CY 250$ 140,000$ 16 Remove Concrete Curb and Gutter 4,100 LF 25$ 102,500$ 17 Remove Vertical Curb 130 LF 20$ 2,600$ 18 Remove Concrete Sidewalk, Driveways, and Curb Ramps 23,900 SF 4$ 95,600$ 19 Remove Concrete Roadway 52,000 SF 6$ 312,000$ 20 Remove/Salvage Trash Receptacle 1 EA 250$ 250$ 21 Remove Lighting Standard 2 EA 1,500$ 3,000$ 22 Remove Sanitary Sewer Manhole 6 EA 2,400$ 14,400$ 23 Abandon Sanitary Sewer Manhole 6 EA 1,800$ 10,800$ 24 Remove Sewer Main Line Cleanout 10 EA 1,200$ 12,000$ 25 Remove Existing Sanitary Sewer Main 2,900 EA 8$ 23,200$ 26 Abandon Existing Sanitary Sewer Main 2,660 LF 5$ 13,300$ 27 Abandon Existing Sanitary Sewer Lateral 50 EA 1,000$ 50,000$ 28 Abandon Existing Water Main 4,030 LF 12$ 48,360$ 29 Utility Conflict Resolution 1 LS 20,000$ 20,000$ 30 12" Water Main (C900)1,950 LF 260$ 507,000$ 31 12" Water Main (Ductile Iron)80 LF 360$ 28,800$ 32 6" Steel Casing Pipe - Bore and Jack (Electric)25 LF 2,100$ 52,500$ 33 8" Steel Casing Pipe - Bore and Jack (AT&T & CATV)25 LF 2,100$ 52,500$ 34 18" Steel Casing Pipe - Bore and Jack (Water and SS)76 LF 2,700$ 205,200$ 35 6" Water Main (C900)20 LF 240$ 4,800$ 36 4" Water Main (C900) 60 LF 225$ 13,500$ 37 1" Water Service (For 3/4" Meter)32 EA 8,000$ 256,000$ 38 Fire Hydrant and Lateral 6 EA 15,000$ 90,000$ 39 Fire Service 6 EA 12,000$ 72,000$ 40 Cap Existing Water Main 4 EA 500$ 2,000$ 41 Water Tie-In 6 EA 10,000$ 60,000$ 42 Temporary Blow Off Valve 1 EA 2,500$ 2,500$ 43 12" Sanitary Sewer 2,260 LF 240$ 542,400$ 44 10" Sanitary Sewer 1,490 LF 205$ 305,450$ 45 8" Sanitary Sewer 30 LF 205$ 6,150$ 46 48" Sanitary Sewer Manhole 13 EA 12,000$ 156,000$ 47 Sewer Main Line Cleanout 3 EA 800$ 2,400$ 48 4" Sewer Lateral With Cleanout 50 EA 8,000$ 400,000$ 49 Drainage Inlet 10 EA 10,000$ 100,000$ 50 LID Storm Drain Inlet 3 EA 12,000$ 36,000$ 51 Under Sidewalk Drain 13 EA 1,000$ 13,000$ 52 15" RCP Storm Drain Pipe 700 LF 205$ 143,500$ 53 12" RCP Storm Drain Pipe 400 LF 195$ 78,000$ 54 48" Storm Drain Manhole 3 EA 12,000$ 36,000$ 55 Clearing and Grubbing 1 LS 40,000$ 40,000$ 56 Remove Tree and Stump 47 EA 850$ 39,950$ 57 Remove Tree Grate 43 EA 500$ 21,500$ 58 Conform Grind 10,500 SF 2$ 21,000$ 59 Edge Grind 14,900 SF 2$ 29,800$ 60 Cold Plane Asphalt Concrete Pavement 15,600 SF 2$ 31,200$ 61 Roadway Excavation (F)6,900 CY 40$ 276,000$ 62 Class 2 Aggregate Base (F)4,100 CY 115$ 471,500$ 63 Hot Mix Asphalt (Type A)3,100 TON 160$ 496,000$ 64 Adjust Existing Sanitary Manhole Cover to Grade 12 EA 2,000$ 24,000$ 65 Adjust Existing Strom Drain Manhole Cover to Grade 6 EA 2,000$ 12,000$ 66 Adjust Existing AT&T Manhole Cover to Grade 2 EA 2,500$ 5,000$ 67 Adjust Existing Drainage Inlet to Grade 3 EA 2,500$ 7,500$ 68 Adjust Existing Street Monument Cover to Grade 2 EA 3,000$ 6,000$ 69 Adjust Existing Utility Cover to Grade (Sidewalk)85 EA 1,000$ 85,000$ 70 Adjust Existing Valves to Grade 35 EA 1,000$ 35,000$ 71 Minor Concrete (Curb and Gutter)3,100 LF 45$ 139,500$ 72 Minor Concrete (6" Vertical Curb)130 LF 40$ 5,200$ 73 Minor Concrete (Driveway)6,200 SF 18$ 111,600$ 74 Minor Concrete (Sidewalk)19,700 SF 12$ 236,400$ 75 Minor Concrete (Curb Ramp)13 EA 5,000$ 65,000$ 76 Minor Concrete (Detectable Warning Surface) 250 SF 70$ 17,500$ 77 Minor Concrete (8-inch Median Curb)940 LF 65$ 61,100$ 78 Minor Concrete (Median Paving)1,000 SF 75$ 75,000$ 79 Minor Concrete (Bioretention Curb & Gutter)130 LF 150$ 19,500$ 80 Minor Concrete (Bioretention Vertical Curb)170 LF 100$ 17,000$ 81 Irrigation System 1 LS 250,000$ 250,000$ 82 Street Tree 72 EA 850$ 61,200$ 83 Decomposed Granite Tree Well 1,210 SF 8$ 9,680$ 84 Brick Band 1,670 LF 35$ 58,450$ 85 Bench 6 EA 3,000$ 18,000$ 86 Bike Rack 13 EA 1,000$ 13,000$ 87 Planter Rail (Bioretention Area)160 LF 50$ 8,000$ 88 Planting Area 4,600 SF 20$ 92,000$ 89 Plant Establishment Work 1 LS 20,000$ 20,000$ 90 Bioretention Area 800 SF 19$ 15,200$ 91 Survey Monument 2 EA 3,000$ 6,000$ 92 Flag Pole Sleeve 100 EA 175$ 17,500$ 93 Remove Roadside Sign 20 EA 150$ 3,000$ 94 Remove Roadside Sign Panel 2 EA 85$ 170$ 95 Thermoplastic Crosswalk and Pavement Marking 2,551 SF 8$ 20,408$ 96 Two-Way Blue Retroreflective Pavement Marker 9 EA 40$ 360$ 97 Metal Roadside Sign 84 EA 75$ 6,300$ 98 Roadside Sign - One Post 44 EA 400$ 17,600$ 99 Traffic Stripe (Detail 1)330 LF 5$ 1,650$ 100 Traffic Stripe (Detail 8)2,300 LF 5$ 11,500$ 101 Traffic Stripe (Detail 22)4,000 LF 5$ 20,000$ 102 Traffic Stripe (Detail 27B)4,000 LF 5$ 20,000$ 103 Traffic Stripe (Detail 27C)920 LF 5$ 4,600$ 104 Traffic Stripe (Detail 32)2,900 LF 7$ 21,518$ 105 Traffic Stripe (Detail 38)750 LF 5$ 3,750$ 106 Traffic Stripe (Detail 39)2,800 LF 5$ 14,000$ 107 Traffic Stripe (Detail 39A)320 LF 5$ 1,600$ 108 Traffic Stripe (Detail 40)120 LF 6$ 720$ Preliminary Opinion of Probable Construction Costs February 24, 2023 ENR Construction Cost Index (February 2023): 14269.40 100% Submittal (Final) Engineer's Opinion of Probable Construction Costs GHD Job No. 11225278 City of Ukiah Ukiah Downton Streetscape Phase II ATTACHMENT 3 Page 497 of 551 Bid Item No.Item Description Total Quantity Unit Unit Price Total Preliminary Opinion of Probable Construction Costs February 24, 2023 ENR Construction Cost Index (February 2023): 14269.40 100% Submittal (Final) Engineer's Opinion of Probable Construction Costs GHD Job No. 11225278 City of Ukiah Ukiah Downton Streetscape Phase II 109 Green Bike Lane Pavement Markings 1,000 SF 30$ 30,000$ 110 Modify Signal (Gobbi St and S State St)1 LS 253,850$ 253,850$ 111 Modify Signal (Mill St and S State St)1 LS 83,900$ 83,900$ 112 Modify Signal (Scott St and N State St)1 LS 190,300$ 190,300$ 113 Street Lighting System 1 LS 1,200,000$ 1,200,000$ 114 EXCAVATE, TRENCH, BACKFILL AND COMPACTION (12 INCH X 36 INCH TRENCH)586 LF 97$ 56,725$ 115 EXCAVATE, TRENCH, BACKFILL AND COMPACTION (18 INCH X 48 INCH TRENCH)224 LF 111$ 24,969$ 116 EXCAVATE, TRENCH, BACKFILL AND COMPACTION (24 INCH X 59 INCH TRENCH)1,167 LF 137$ 160,035$ 117 1 INCH PVC SCH 40 CONDUIT (COMCAST) INCLUDING INSTALLATION 184 FT 21$ 3,864$ 118 2 INCH PVC SCH 40 CONDUIT (COMCAST) INCLUDING INSTALLATION 3,364 FT 22$ 74,008$ 119 3 INCH PVC SCH 40 CONDUIT (COMCAST) INCLUDING INSTALLATION 80 FT 25$ 2,000$ 120 2 INCH PVC SCH 40 CONDUIT (AT&T) INCLUDING INSTALLATION 225 FT 22$ 4,950$ 121 4 INCH PVC SCH 40 CONDUIT (AT&T) INCLUDING INSTALLATION 1,991 FT 25$ 49,775$ 122 3 INCH PVC SCH 40 CONDUIT INCLUDING INSTALLATION (ELECTRIC)442 FT 25$ 11,050$ 123 4 INCH PVC SCH 40 CONDUIT INCLUDING INSTALLATION (ELECTRIC)3,152 FT 25$ 78,800$ 124 EXCAVATE, BACKFILL, COMPACT AND INSTALL CABLE SERVICE VAULTS B48 (COMCAST)1 EA 6,000$ 6,000$ 125 EXCAVATE, BACKFILL, COMPACT AND INSTALL CABLE SERVICE VAULTS N36 (COMCAST)14 EA 3,200$ 44,800$ 126 EXCAVATE, BACKFILL, COMPACT AND INSTALL CABLE SERVICE VAULTS N30 (COMCAST)3 EA 3,200$ 9,600$ 127 EXCAVATE, BACKFILL, COMPACT AND INSTALL SERVICE VAULTS 17" X 30" X 24" (AT&T)3 EA 4,150$ 12,451$ 128 EXCAVATE, BACKFILL, COMPACT AND INSTALL SERVICE VAULTS 2'6" X 4' X 3' (AT&T)9 EA 8,974$ 80,768$ 129 EXCAVATE, BACKFILL, COMPACT AND INSTALL SERVICE VAULTS 3' X 5' X 4' (AT&T)2 EA 11,838$ 23,676$ 130 EXCAVATE, BACKFILL, COMPACTION AND INSTALL PEDESTEL BOX PAD (CITY TO PROVIDE)1 EA 2,878$ 2,878$ 131 EXCAVATE, BACKFILL, COMPACTION AND INSTALL 504LA VAULT (CITY TO PROVIDE)1 EA 4,200$ 4,200$ 132 EXCAVATE, BACKFILL, COMPACTION AND INSTALL PPB PRIMARY JUNCTION BOX (CITY TO PROVIDE)1 EA 3,500$ 3,500$ 133 EXCAVATE, BACKFILL, COMPACTION AND INSTALL TRANSFORMER BOX PAD (CITY TO PROVIDE)5 EA 3,500$ 17,500$ 134 EXCAVATE, BACKFILL, COMPACTION AND INSTALL CONCRETE TRANSFORMER PAD (POUR IN PLACE)1 EA 4,960$ 4,960$ 135 EXCAVATE, BACKFILL, COMPACTION AND INSTALL SECONDARY SERVICE BOX (CITY TO PROVIDE)4 EA 2,042$ 8,169$ Streetscape & Utilities Project Construction Subtotal (Bid Items) = 9,736,298$ Undergrounding Project Construction Subtotal (Bid Items) = 802,965$ Project Construction Subtotal (Bid Items) = 10,539,263$ Streetscape & Utilities Recommended Contingency (10%)973,630$ Undergrounding Recommended Contingency (10%)80,296$ Total Recommended Contingency (10%)1,053,926$ Streetscape & Utilities Project Construction Total (with Contingency)10,709,927$ Undergrounding Project Construction Total (with Contingency)883,261$ Project Construction Total (with Contingency)11,593,189$ Summary Page 498 of 551 ATTACHMENT 4 Page 499 of 551 (E) 35.0' EASEMENT WHERE PRESENT CONFORM AT (E) LIP OF GUTTER CL (E) 7" ± AC (E) 12" ± AB CONFORM AT (E) LIP OF GUTTER (E) 40.0' TO 75.0' R/W (E) 56.5' ± TRAVEL WAY (E) 6.8'± SIDEWALK (E) 11.8'± SIDEWALK 6' WIDE 2.5" EDGE GRIND 6' WIDE 2.5" EDGE GRIND (N) 2.5" HMA OVERLAY 6 6 3 C-503 3 C-503 (E) 70.0' TO 75.0' R/W (N) SIDEWALK & PLANTERS (N) SIDEWALK & PLANTERS SIDEWALK PER CITY STD DETAIL 102 MATCH (E) SIDEWALK OR LANDSCAPE SURFACE CURB AND GUTTER PER CITY STD DETAIL 102 2.0' TO 13.0' PLANTED MEDIAN CL (N) 15" AB (N) 6" HMA (N) 15" AB (N) 6" HMA MATCH (E) SIDEWALK OR LANDSCAPE SURFACE VARIES PER PLAN VARIES PER PLAN SIDEWALK PER CITY STD DETAIL 102 CURB AND GUTTER PER CITY STD DETAIL 102 MEDIAN CURB MEDIAN CURB SEE LM, LP, AND IP PLANS FOR CONTINUATION (E) 7" ± AC (E) 12" ± AB CONFORM AT (E) LIP OF GUTTER CONFORM AT (E) LIP OF GUTTER(E) 7" ± AC (E) 12" ± AB (N) GRIND & OVERLAY 2.5" HMA CL (E) 56.5' ± TRAVEL WAY (E) 35.0' EASEMENT WHERE PRESENT (E) 40.0' TO 75.0' R/W (E) 6.8'± SIDEWALK (E) 11.8'± SIDEWALK 20 2 3 - 0 2 - 2 2 5 : 2 6 P M J P A R K 2 N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - G E N - 0 0 0 5 T H R U 0 0 0 6 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W w w w . g h d . c o m GH D I n c . Th i s d o c u m e n t a n d t h e i d e a s a n d d e s i g n s in c o r p o r a t e d h e r e i n , a s a n i n s t r u m e n t o f pr o f e s s i o n a l s e r v i c e , i s t h e p r o p e r t y o f G H D an d s h a l l n o t b e r e u s e d i n w h o l e o r i n p a r t fo r a n y o t h e r p r o j e c t w i t h o u t G H D ' s w r i t t e n au t h o r i z a t i o n . © 2 0 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTER E D P R O F E SSIONAL E N G I N E E R STATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L G-005 5 TY P I C A L S E C T I O N S - 1 ME JS B GRIND & OVERLAY PAVEMENT - S STATE STREET STA 207+42.88 TO STA 210+72.60 NO SCALE A PAVEMENT OVERLAY - S STATE STREET STA 194+25.92 TO STA 207+42.88 NO SCALE C STRUCTURAL SECTION - S STATE STREET STA 210+72.60 TO STA 217+99.38 NO SCALE ATTACHMENT 5 Page 500 of 551 (E) 80.0' R/W (N) 58' ± TRAVEL WAY (N) 12.9' ± SIDEWALK/DRIVEWAY/ LANDSCAPE CL 11.5' LANE 15.0' TWO WAY LEFT TURN LANE 10.0' PARKING LANE 11.5' LANE 10.0' PARKING LANE (N) 11.1' ± SIDEWALK/DRIVEWAY/ LANDSCAPE SIDEWALK PER CITY STD DETAIL 102 MATCH (E) SIDEWALK OR LANDSCAPE SURFACE CURB AND GUTTER PER CITY STD DETAIL 102 (N) 15" AB (N) 6" HMA VARIES PER PLAN VARIES PER PLAN SIDEWALK PER CITY STD DETAIL 102 MATCH (E) SIDEWALK OR LANDSCAPE SURFACE CURB AND GUTTER PER CITY STD DETAIL 102 (E) 10" PCC (E) 12" AB 2.7%4.1% 14.7' 14.7' (E ) BU I L D I N G WIDTH VARIES EG (E) 80.0' R/W 58' ± TRAVEL WAY 12' LANE 14.0' MEDIAN 10.0' LANE 12' LANE 10.0' LANE CL SIDEWALK PER CITY STD DETAIL 102 MATCH (E) SIDEWALK OR LANDSCAPE SURFACE CURB AND GUTTER PER CITY STD DETAIL 102 VARIES PER PLAN SIDEWALK PER CITY STD DETAIL 102 MATCH (E) SIDEWALK OR LANDSCAPE SURFACE CURB AND GUTTER PER CITY STD DETAIL 102 VARIES PER PLAN 9.3' ± SIDEWALK/DRIVEWAY/ LANDSCAPE VARIES PER PLAN 11.1' ± SIDEWALK/DRIVEWAY/ LANDSCAPE VARIES PER PLAN (E) 10" PCC (E) 12" AB (E) 10" PCC (E) 12" AB 2.1% 14.3' 13.4' 3.0% MEDIAN CURBMEDIAN CURB (N) 15" AB (N) 15" AB (N) 6" HMA (N) 6" HMA SEE LM, LP, AND IP PLANS FOR CONTINUATION EG 20 2 3 - 0 2 - 2 2 5: 2 6 P M JP A R K 2 N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - G E N - 0 0 0 5 T H R U 0 0 0 6 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W ww w . g h d . c o m GH D I n c . Th i s do c u m e n t an d th e id e a s an d de s i g n s in c o r p o r a t e d he r e i n , as an in s t r u m e n t of pr o f e s s i o n a l se r v i c e , is th e pr o p e r t y of GH D an d sh a l l no t be re u s e d in wh o l e or in pa r t fo r an y ot h e r pr o j e c t wi t h o u t GH D ' s wr i t t e n au t h o r i z a t i o n . © 20 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTER E D P R O F E SSIONAL E N G I N E E R STATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L G-006 6 TY P I C A L S E C T I O N S - 2 ME JS E STRUCTURAL SECTION WITH MEDIAN - N STATE STREET STA 246+95.08 TO STA 248+75.03 NO SCALE D STRUCTURAL SECTION - N STATE STREET STA 240+35.35 TO STA 246+95.08 AND STA 248+02.50 TO STA 248+75.03 NO SCALE Page 501 of 551 14 . 0 0 11 . 5 0 12 . 0 0 10 . 0 0 S S S 247+00 248+00 249+00 NO R T O N S T N STATE ST "ST-CL" LINE 9. 9 % 5. 5 ' 1. 5 % 0.2% "ST-CL" 248+75.03, 32.20' LT EC, CONFORM, EL: 624.28 FL 24'14' 6' "ST-CL" 248+48.00, 29.00' LT EL: 624.35 FL "ST-CL" 247+38.50, 29.00' LT EL: 624.63 FL "ST-CL" 247+35.50, 34.50' LT EL: 625.22 PCC "ST-CL" 247+08.50, 29.00' LT HP, EL: 624.70 FL "ST-CL" 247+11.50, 34.50' LT EL: 625.27 PCC "ST-CL" 248+65.00, 29.00' LT EL: 624.35 TC EL: 624.31 FL "ST-CL" 247+35.50, 29.00' LT EL: 624.68 TC EL: 624.64 FL "ST-CL" 247+11.50, 29.00' LT EL: 624.74 TC EL: 624.70 FL "ST-CL" 247+47.89, 39.99' LT CONFORM, EL: 625.18 BSW "ST-CL" 247+64.16, 40.04' LT CONFORM, EL: 625.17 BSW "ST-CL" 248+75.03, 41.25' LT CONFORM, EL: 625.01 BSW "ST-CL" 248+27.71, 41.24' LT EL: 625.08 BSW "ST-CL" 248+27.71, 40.18' LT EL: 625.07 BSW "ST-CL" 248+19.36, 34.84' RT EC, EL: 624.23 FL "ST-CL" 248+13.36, 29.00' RT BC, EL: 624.26 FL "ST-CL" 247+08.50, 29.00' RT HP, EL: 624.86 FL "ST-CL" 246+81.51, 29.00' RT "ST-CL" 246+79.00, 28.33' RT "ST-CL" 248+17.54, 47.91' RT BC, CONFORM, EL: 624.02 FL "ST-CL" 248+57.47, 49.60' RT CONFORM, EC, EL: 624.27 FL "ST-CL" 248+55.45, 45.13' RT PRC, EL: 624.29 FL "ST-CL" 248+53.44, 40.80' RT BC, EL: 624.30 FL "ST-CL" 248+53.40, 39.26' RT BC, EL: 624.30 FL "ST-CL" 248+63.40, 29.00' RT EC, EL: 624.35 FL "ST-CL" 248+66.01, 29.00' RT BC, HP, EL: 624.36 FL "ST-CL" 248+70.15, 30.65' RT PRC, EL: 624.31 FL "ST-CL" 248+75.03, 32.31' RT CONFORM, EL: 624.24 FL "ST-CL" 248+68.00, 29.00' LT BC, EL: 624.30 FL"ST-CL" 247+71.73, 7.00' LT BC, EL: 625.32 AC "ST-CL" 247+97.50, 7.00' RT EC, EL: 625.10 AC "ST-CL" 247+25.85, 7.00' RT BC, EL: 625.40 FL "ST-CL" 247+00.08, 7.00' LT EC, EL: 625.51 AC "ST-CL" 247+99.02, 2.77' LT PCC, EL: 625.25 AC "ST-CL" 248+69.97, 29.61' LT EC, EL: 624.29 FL "ST-CL" 248+72.87, 31.59' LT BC, EL: 624.29 FL "ST-CL" 248+51.00, 29.00' LT EL: 624.38 TC EL: 624.34 FL 1. 6 % 1. 6 % 1. 5 % 1. 5 % 9. 3 % "ST-CL" 248+68.00, 41.25' LT EL: 624.98 BSW "ST-CL" 248+51.00, 41.25' LT EL: 625.03 BSW "ST-CL" 247+99.48, 40.10' LT EL: 625.13 BSW "ST-CL" 248+17.97, 40.15' LT EL: 625.09 BSW 1. 4 % 0. 7 % 1. 1 % 1. 5 % "ST-CL" 248+74.26, 32.31' RT EC, EL: 624.25 FL "ST-CL" 248+19.52, 41.00' RT EC, EL: 624.21 FL "ST-CL" 248+18.53, 44.45' RT PRC, EL: 624.11 FL "ST-CL" 248+06.50, 29.00' RT GB, EL: 624.28 FL "ST-CL" 246+75.39, 26.24' RT 1. 5 % 5. 5 ' 8. 3 % 0.8% 18' 0. 8 % 1. 5 % "ST-CL" 248+00.50, 29.00' RT EL: 624.32 FL "ST-CL" 247+97.50, 29.00' RT EL: 624.38 TC EL: 624.34 FL "ST-CL" 247+79.50, 29.00' RT EL: 624.48 TC EL: 624.44 FL "ST-CL" 247+76.50, 29.00' RT EL: 624.46 FL 1. 5 % 5. 5 ' 9. 1 % 0.6% 18' "ST-CL" 247+54.00, 29.00' RT EL: 624.59 FL "ST-CL" 247+51.00, 29.00' RT EL: 624.65 TC EL: 624.61 FL "ST-CL" 247+33.00, 29.00' RT EL: 624.76 TC EL: 624.72 FL "ST-CL" 247+30.00, 29.00' RT EL: 624.73 FL 1. 3 % 1. 5 % "ST-CL" 247+33.00, 34.50' RT EL: 625.25 PCC "ST-CL" 247+51.00, 34.50' RT EL: 625.14 PCC "ST-CL" 247+25.54, 38.36' RT AP, EL: 625.40 BSW "ST-CL" 247+33.00, 42.31' RT AP, EL: 625.37 BSW "ST-CL" 247+51.00, 42.35' RT AP, EL: 625.26 BSW "ST-CL" 247+55.20, 38.27' RT AP, EL: 625.22 BSW "ST-CL" 247+77.28, 38.30' RT AP, EL: 625.09 BSW "ST-CL" 247+76.05, 38.21' RT AP, EL: 625.09 BSW "ST-CL" 247+84.51, 42.30' RT AP, EL: 625.03 BSW "ST-CL" 247+09.97, 38.26' RT EL: 625.49 BSW 0.5%0.3% 0.3%0.6%0.3% 2. 5 % 1.2 % 0.3% L39 L40 C35 L41 C36 C3 7 C 3 8 L4 2 C3 9 C4 0 C41 L43 C42 L44 C 4 3 C 4 4 L4 5 C45 L46 C46 C47 L47 LINE TABLE LINE # L39 L40 L41 L42 L43 L44 L45 L46 L47 LENGTH 174.42 71.65 71.65 6.16 3.51 0.18 1.54 2.61 0.76 BEARING N1°56'35"W S1°56'35"E N1°56'35"W S86°34'35"W N36°17'18"W N1°56'48"W S86°34'35"W N1°56'35"W N1°44'22"W CURVE TABLE CURVE # C35 C36 C37 C38 C39 C40 C41 C42 C43 C44 C45 C46 C47 LENGTH 27.72 27.72 14.17 9.27 3.65 3.64 2.10 2.10 4.89 4.91 15.97 4.56 4.54 RADIUS 90.00 90.00 5.00 6.00 6.00 6.00 3.50 3.50 6.00 6.00 10.00 6.00 6.00 DELTA 17°38'50" 17°38'47" 162°21'10" 88°31'10" 34°51'06" 34°44'37" 34°20'10" 34°20'30" 46°40'39" 46°54'54" 91°28'50" 43°34'36" 43°22'22" 20 2 3 - 0 2 - 2 2 5 : 5 1 P M R B E L T R A N N: \ U S \ S A N T A R O S A \ P R O J E C T S \ 5 6 1 \ 1 1 2 2 5 2 7 8 \ D I G I T A L _ D E S I G N \ A C A D 2 0 2 0 \ S H E E T S \ 1 1 2 2 5 2 7 8 - G H D - 0 0 0 0 - D W G - C I - D E T - 0 4 0 1 T H R U 0 4 0 8 . D W G SHEET DRWN: PROJ NO: 0 1" BA R I S O N E I N C H O N OR I G I N A L D R A W I N G OF DE S C R I P T I O N DA T E MA R K IS S U E CHKD: RE U S E O F D O C U M E N T S 22 3 5 M e r c u r y W a y , S u i t e 1 5 0 Sa n t a R o s a , C a l i f o r n i a 9 5 4 0 7 , U S A T 1 7 0 7 5 2 3 1 0 1 0 F 1 7 0 7 5 2 7 8 6 7 9 W w w w . g h d . c o m GH D I n c . Th i s d o c u m e n t a n d t h e i d e a s a n d d e s i g n s in c o r p o r a t e d h e r e i n , a s a n i n s t r u m e n t o f pr o f e s s i o n a l s e r v i c e , i s t h e p r o p e r t y o f G H D an d s h a l l n o t b e r e u s e d i n w h o l e o r i n p a r t fo r a n y o t h e r p r o j e c t w i t h o u t G H D ' s w r i t t e n au t h o r i z a t i o n . © 2 0 2 3 G H D 11225278 CI T Y O F U K I A H DO W N T O W N S T R E E T S C A P E A N D RO A D D I E T P R O J E C T - P H A S E I I 107 C8 7 1 9 2 9/ 3 0 / 2 3 No . Ex p . REGISTERE D P R O F E SSIONAL E N G I N E E R S TATE OF C A L I F O R N IA C I V I L JER E M Y M . SC H M A L N020'10' ST A 2 4 7 + 0 0 M A T C H L I N E S E E D W G C - 4 0 7 C-408 52 RO A D W A Y & S I D E W A L K G R A D I N G CO N S T R U C T I O N D E T A I L S - 8 RB JS CONSTRUCTION DETAILS - 8 SCALE: 1" = 10' ATTACHMENT 6 Page 502 of 551 Ukiah Downtown Streetscape Improvement Plan –The Sequel City Council Meeting March 1, 2023 Page 503 of 551 Final Ukiah Downtown Streetscape Improvement Plan Page 504 of 551 Page 505 of 551 Existing Conditions Page 506 of 551 Page 507 of 551 Design Features •Lane reduction •Wider sidewalks •Provide room for new street trees •On-street bicycle lanes •Center turn lanes and medians •Modifying traffic signal phasing •Upgrading traffic signals Page 508 of 551 Page 509 of 551 Page 1 of 2 Agenda Item No: 14.c. MEETING DATE/TIME: 3/1/2023 ITEM NO: 2023-2411 AGENDA SUMMARY REPORT SUBJECT: Adoption of Resolution and Approval of Letter Opposing Initiative No. 21-0042A1. DEPARTMENT: City Clerk PREPARED BY: Kristine Lawler, City Clerk, Dan Buffalo, Finance Director, Sage Sangiacomo, City Manager PRESENTER: Sage Sangiacomo, City Manager ATTACHMENTS: 1. CC Reso 2022-13 - Opposing Initiative 21-0042A1 2. California Business Round Table (CBRT) Board Members 3. League of CA Cities Summary 4. Fiscal Analysis 5. Proposed Resolution 6. Draft Opposition Letter Summary: Council will consider adopting a resolution and approving a letter opposing Initiative No. 21- 0042A1, which would significantly restrict local control. Background: In 2018, the “Tax Fairness, Transparency and Accountability Act” or (AG# 17-0050 Amdt. #1), was being circulated to qualify for the November 2018 ballot. This initiative would have drastically limited local revenue authority and significantly impacted local governments' ability to provide vital services. Through the successful work and advocacy of the League of California Cities (Cal Cities) and its coalition, the measure’s proponents withdrew the initiative from the ballot in June 2018. On Jan. 4, 2022, the California Business Roundtable filed the Taxpayer Protection and Government Accountability Act or AG# 21-0042A1. This measure is far more detrimental to cities than the measure filed in 2018, because it will decimate vital local and state services to the benefit of wealthy corporations. The League of California Cities, along with a broad coalition of local governments, labor and public safety leaders, infrastructure advocates, and businesses strongly oppose this initiative. The California Business Roundtable which is the proponent of the Initiative is an association representing some of California’s wealthiest corporations and developers as listed in Attachment #2 from the League of California Cities. On February 16, 2022, Council adopted Resolution No. 2022-13 (Attachment 1) opposing initiative 21- 0042A1. After some delay, the initiative has since qualified for the November 2024 ballot. Discussion: The proposed measure (Initiative 21-0042A1) limits voter input, adopts new and stricter rules for raising taxes and fees, and makes it more difficult to hold state and local law violators accountable by limiting voter authority and accountability, restricting local fee authority to provide local services, restricting authority of State and local governments to issue fines and penalties for violations of law, and restricting local tax authority to provide local services. In addition, the initiative puts billions of dollars currently dedicated to local services at risk and could force cuts to fire and emergency response, law enforcement, public health, parks, libraries, affordable housing, services to support homeless residents, mental health services, and more. Furthermore, the initiative would significantly limit the City of Ukiah's ability to annex and partner for services through Page 510 of 551 Page 2 of 2 consolidation. Refer to Attachments 3 and 4 for impact and fiscal analyses provided by the League of California Cities. Opposition of Initiative 21-0042A1 is consistent with the City of Ukiah's 2023 Advocacy Platform. While the Council has already taken a position of opposition in 2022, Staff wanted to ensure the current City Council has the opportunity to consider reaffirming its position with the now seated members and has an opportunity to receive updated information related to the significance of this initiative. Staff recommends Council's adoption of the resolution (Attachment 5) and approval of the letter (Attachment 6) in opposition to Initiative 21-0042A1. Recommended Action: Adopt Resolution and approve letter opposing initiative No. 21-0042A1. BUDGET AMENDMENT REQUIRED: N/A CURRENT BUDGET AMOUNT: N/A PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: League of CA Cities DIVERSITY-EQUITY INITIATIVES (DEI): N/A CLIMATE INITIATIVES (CI): N/A Page 511 of 551 RESOLUTION 2022-13 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF UKIAH OPPOSING INITIATIVE 21- 0042A1 WHEREAS, an association representing California's wealthiest corporations is behind a deceptive proposition aimed for the November 2022 statewide ballot; and WHEREAS, the measure creates new constitutional loopholes that allow corporations to pay far less then their fair share for the impacts they have on our communities, including local infrastructure, our environment, water quality, air quality, and natural resources; and WHEREAS, the measure includes undemocratic provisions that would make it more difficult for local voters to pass measures needed to fund local services and infrastructure, and would limit voter input by prohibiting local advisory measures where voters provide direction on how they want their local tax dollars spent; and WHEREAS, the measure makes it much more difficult for state and local regulators to issue fines and levies on corporations that violate laws intended to protect our environment, public health and safety, and our neighborhoods; and WHEREAS, the measure puts billions of dollars currently dedicated to state and local services at risk, and could force cuts to public schools, fire and emergency response, law enforcement, public health, parks, libraries, affordable housing, services to support homeless residents, mental health services, and more; and WHEREAS, the measure would also reduce funding for critical infrastructure like streets and roads, public transportation, drinking water, new schools, sanitation, and utilities. THEREFORE, BE IT RESOLVED that the City of Ukiah opposes Initiative 21-0042A1. THEREFORE, BE IT FURTHER RESOLVED, that the City of Ukiah will join the NO on Initiative 21- 0042A1 coalition, a growing coalition of public safety, labor, local government, infrastructure advocates, and other organizations throughout the state. We direct staff to email a copy of this adopted resolution to the League of California Cities at Bal IotMeasures@calcities.oLg. PASSED AND ADOPTED by the City Council of the City of Ukiah on February 16, 2022, by the following vote: AYES: Councilmembers Orozco, Crane, Rodin, Duenas, and Mayor Brown NOES: None ABSENT: None ABSTAIN: None 0 Jim Brown, Mayor ATTEST: LL Kristine Lawler, CMC/City Clerk ATTACHMENT #1 Page 512 of 551 Business Roundtable Board Aera Energy Albertsons Altria (tobacco) Anthem Blue Cross Automobile Club of Southern California Bittle Enterprises (Enterprise Rent-a-car) Blackstone Caruso Management (Rick Caruso) Chevron C.J. Segerstrom & Sons Dart Container DLA Piper (Law Firm) Douglas Emmett Eli Lilly & Company Exxon Farmers Group (Insurance) Fivepoint (Developer) Global Medical Response Solution Grimmway Farms Irvine Company KB Homes Kilroy Realty LevatoLaw Majestic Realty Marathon Petroleum Corp. McKinsey & Company National CORE PepsiCo PhRMA Sempra State Farm Sutter Health Union Pacific Railroad United Airlines UPS Valero Western National Group Wells Fargo Wellpoint (insurance) Western National Group ATTACHMENT 2 Page 513 of 551 1 The Taxpayer Protection and Government Accountability Act Initiative No. 21-0042A1 1 Feb. 1, 2023 Effective date: Any new or increased tax or fee adopted by the Legislature, a city council, or the local voters after January 1, 2022, must comply with the Act’s new rules. Voters •Local advisory measures are prohibited. No measure may appear on the ballot asking for approval of a general tax that would allow the voters to express a preference for how the revenue from the general tax will, could, or should be used. •Overturns Upland decision which upheld a special tax that had been placed on the ballot by the voters to be approved by a majority vote. Taxes proposed by initiative will be subject to the same rules as taxes placed on the ballot by a city council. •Voters may not amend a city charter to impose, extend, or increase a tax or fee. Local taxes •Requires voter approval in order to apply an existing tax: o to territory that is annexed. o to a new service or product, for example when a utility user tax is applied to a new service. •All new or increased taxes adopted after Jan. 1, 2022, must include a sunset date. State taxes •All new or increased state taxes require statewide voter approval. •Prohibits a property tax “surcharge” (increase). Prohibits any allocation of property tax to the state. 1 This is a summary of some of the more significant provisions of the Act. Please review the Act for a complete understanding of the changes it makes to the Constitution. ATTACHMENT 3 Page 514 of 551 2 Fees and charges • Fees and charges for services and permits may not exceed the “actual cost” of providing the product or service for which the fee is charged. “Actual cost” is the “minimum amount necessary.” Examples include planning services, excavation and encroachment permits, preparation of candidate statement, and permit parking. • State and cities have the burden of proving by “clear and convincing evidence” that a fee/charge is not a tax, that the amount is reasonable, and that it does not exceed “actual cost.” • Franchise fees — historically considered fees, not taxes — will more likely be considered taxes due to the elimination of an existing category of “fee” and the requirement that charges to entrance, purchase, rental, or lease of government property be “reasonable.” The state and cities issue franchises to oil companies, utilities, gas companies, railroads, garbage companies, cable companies, and other corporations. • No fee or charge or exaction regulating vehicle miles traveled can be imposed as a condition of property development or occupancy. Fines and penalties (administrative enforcement of state law and municipal codes) • May require voter approval of fines and penalties for corporations and property owners that violate state and local laws unless a new, undefined adjudicatory process is used to impose the fines and penalties. Examples include nuisance abatement, organic waste reduction requirements, and failure to maintain a vacant property. Page 515 of 551 CaliforniaCityFinance.Com Fiscal and Program Effects of Initiative 21-0042A1 on Local Governments If Initiative 21-0042A1 is placed on the ballot and passed by voters, it will result in: Over $20 billion of local government fee and charge revenues over 10 years placed at heightened legal peril. Related public service reductions across virtually every aspect of city, county, special district, and school services especially for drinking water, sewer sanitation, and public health and safety. About $2 billion of revenues each year from fees and charges adopted after January 1, 2021 subject to legal peril.1 Over $2 billion dollars of annual revenues from dozens of tax measures approved by voters between January 1, 2022 and the effective date of the act2 subject to additional voter approval if not in compliance with the initiative. Indeterminable legal and administrative burdens and costs on local government from new and more empowered legal challenges, and bureaucratic cost tracking requirements. The delay and deterrence of municipal annexations. Substantially higher legal and administrative cost of public infrastructure financing which will delay and deter new residential and commercial development. Service and infrastructure declines including in fire and emergency response, law enforcement, public health, drinking water, sewer sanitation, parks, libraries, public schools, affordable housing, homelessness prevention and mental health services. 1. Local Government Taxes and Services Threatened With regard to taxes, Initiative 21-0042A1: Prohibits advisory, non-binding measures as to use of tax proceeds on the same ballot. o Voters may be less informed and more likely to vote against measures. Eliminates the ability of special tax measures proposed by citizen initiative to be enacted by majority voter approval (Upland).3 o Because the case law regarding citizen initiative special taxes approved by majority vote (Upland) is so recent, it is unknown how common these sorts of measures might be in the future. This initiative would prohibit such measures after the effective date of the initiative. Any such measures adopted after January 1, 2022 through the effective date of the Act should it pass would be void a year after the effective date of the initiative. Requires that tax measures include a specific duration of time that the tax will be imposed. This seems to require that all tax increases or extensions contain a sunset (end date). o This would require additional tax measures to extend previously approved taxes. A city charter may not be amended to impose, extend, or increase a tax might interfere with the ability of cities that do not already have such authority in their charters to adopt Property Transfer Taxes. o There are no more than a few of these every few years, but it is a valuable tax for those that adopt it. 1 Assumes fee increases since January 1, 2022 would be subject to possible legal challenge if not adopted in compliance with the Initiative. 2 The effective date of the initiative would be sometime in December 2024, the date the California Secretary of State certifies the election results of the November 5, 2024 election. 3 Unlike the initiative 17-0050, this initiative does not eliminate that ability of cities and counties to adopt general taxes by majority voter approval. 2217 Isle Royale Lane • Davis, CA • 95616-6616 Phone: 530.758.3952 • Fax: 530.758.3952 ATTACHMENT 4 Rev. January 14, 2023 Page 516 of 551 – 2 – rev January 14, 2023 CaliforniaCityFinance.com  Requires that a tax measure adopted after January 1, 2022 and before the effective date of the initiative that was not adopted in accordance with the measure be readopted in compliance with the measure or will be void twelve months after the effective date of the initiative. o If past election patterns and elections in 2022 are an indication, over 200 tax measures approving more than $2 billion annual revenues to support local public services would not be in compliance and would be subject to reenactment. Most will be taxes without a specific end date and special taxes (including parcel taxes). Because there is no regularly scheduled election within the 12 months following the effective date of the initiative, the measures would each require declaration of emergency and unanimous vote of the governing board to be placed on a special election ballot within a year for approval or the tax will be void after that date. I would expect most to succeed, but some will not, in particular citizen initiative majority vote special taxes which would have to meet a higher voter approval threshold to continue.  Requires voter approval to expand an existing tax to new territory (annexations). This would require additional tax measures and would deter annexations and land development in cities. o If a tax is "extended" to an annexed area without a vote after January 1, 2022, it will be void 12 months later until brought into compliance. Because there is no regularly scheduled election within the 12 months following the effective date of the initiative, such extensions would each require unanimous vote of the agency board to be placed on a special election ballot or would be void a year later. 1.a. Number of Measures and Value of Local Taxes at Risk4 Over a hundred local measures were approved in 2022 that likely do not comply with the provisions of Initiative 21-0042A1. Nearly $2 billion of annual revenues from these voter approved measures will cease a year after the effective date of the measure, reducing the local public services funded by these measures. We can expect a similar volume of measures in 2024 and a similar volume of non-compliance. So the combined total of annual local funding directly affected by Initiative 21-0042A1 due to its retroactivity provision is about $4 billion. Citizen Initiative Special Taxes in 2022. Special taxes placed on the ballot by citizen initiative and approved after January 1, 2022 by a majority but less than two-thirds of the voters are out of compliance with Initiative 21-0042A1. On June 7, 2022, there were three local special tax measures placed on the ballot by citizen initiative. Two failed to get majority voter approval. A one percent transactions and use tax (sales tax) for the John C. Fremont Healthcare District in Mariposa County received 69.6 percent approval, over the two thirds needed for any special tax under California Constitution Article XIIIC. So this measure was passed in compliance with Initiative 21- 0042A1. On November 8, 2022, there were 14 local special taxes placed on the ballot by citizen initiative. Seven of these 4 Source: Compilation and summary of data from County elections offices. June 2022 Initiative Special Taxes - majority voter approval Agency Name County Tax/Fee Rate Estimated Annual Revenue Use Sunset YES% John C. Fremont Healthcare District Mariposa Measure N Transactions & Use Tax 1 cent $ 150,000 hospital 40yrs 69.6%PASS County of Kings Kings Measure F Transactions & Use Tax 1/2 cent $ 11,700,000 fire none 37.6%FAIL Manhattan Beach USD Los Angeles Measure A School Parcel Tax $1095/yr $ 12,000,000 schools 12yrs 31.2%FAIL Page 517 of 551 – 3 – rev January 14, 2023 CaliforniaCityFinance.com measures failed with less than majority voter approval. The other seven measures received majority, but less than two-thirds, voter approval. These measures passed under current law but are out of compliance with Initiative 21- 0042A1. Taken together these seven taxes will provide estimated annual revenues of from $900,000 to $1.4 billion in support of parks and recreation, zoo, library, affordable housing, transportation, homelessness prevention, and schools in these communities. Non-Specific Tax Durations in 2022 Voters approved 106 measures in June 2022 (10) and November 2022 (96) that do not provide a specific duration of time that the tax will be imposed (end date). Typically, the ballot titles for these measures state that the tax would be imposed “until ended by voters.” Four of these measures also did not include any estimate of the annual revenues that the tax would generate, another violation of initiative 21-0042A1. Taken together, these approved local measures generate $561 million per year that will expire a year after the effective date of the initiative if Initiative 21-0042A1 passes. November 2022 Initiative Special Taxes - majority voter approval Agency Name County Tax/Fee Rate Estimated Annual Revenue Use Sunset YES% Crockett Community Services District Contra Costa Measure L Parcel Tax $50/parcel $ 60,000 parks/recr none 62.8%PASS Oakland Alameda Measure Y Parcel Tax $68/parcel $ 12,000,000 zoo 20yrs 62.5%PASS County of Mendocino Measure O Transactions & Use Tax 1/8 cent then 1/4 cent in 2027 $ 4,000,000 library none 60.8%PASS Los Angeles Los Angeles Measure ULA Property Transfer Tax 4% if >$5m, 5.5% if >$10m $600 m to $1.1 b affordable housing none 57.3%PASS County of Sacramento Measure A Transactions & Use Tax same 1/2 cent $ 212,512,500 transportati on 40yrs 55.3%PASS San Francisco Proposition M Business Operations Tax $2500-$5000/ vacant resid unit $ 20,000,000 housing 30yrs 54.5%PASS Santa Monica Los Angeles Measure GS Property Transfer Tax $56/$1000 if >$8m $ 50,000,000 schools, homelessne ss, afford. housing none 53.3%PASS Total $900,000 to $1.4 billion Agency Name County Tax/Fee Rate Estimated Annual Revenue Use Sunset YES% County of Calaveras Measure A Transactions & Use Tax 1 cent $ 5,000,000 fire none 49.4%FAIL South San Francisco (for Schools)San Mateo Measure DD School Parcel Tax $2.50/sf $ 55,900,000 schools none 47.2%FAIL County of Fresno (for CSU ) Measure E Transactions & Use Tax 1/5 ct, 1/40 ct (Reedley) $ 36,000,000 Calif State Univ 20yrs 46.9%FAIL Santa Cruz Santa Cruz Measure N Parcel Tax $6k/v acant SFU xxx vacant property xxx 44.2%FAIL County of Monterey Measure Q Parcel Tax $49/parcel $ 5,500,000 childcare 10yrs 41.1%FAIL San Francisco City College San Francisco Measure O School Parcel Tax $150/sfu $ 37,000,000 schools 10yrs 36.7%FAIL Morro Bay San Luis Obispo Measure B Parcel Tax $120+/parcel $ 680,000 harbor none 36.0%FAIL Inverness Public Utility District Marin Measure O Parcel Tax $0.20/sf, $150/vacant $ 276,000 fire none 27.0%FAIL Page 518 of 551 – 4 – rev January 14, 2023 CaliforniaCityFinance.com Measures in 2022 with Non-Specific Durations Agency Name County Tax/Fee Rate Annual Revenue Use Sunset YES% Oakland Alameda Measure T Business Tax General various $ 20,900,000 none 71.4%PASS Culver City Los Angeles Measure BL Business Tax General various $ 10,000,000 none 60.5%PASS El Segundo Los Angeles Measure BT Business Tax General various $ 3,000,000 none 51.2%PASS Pico Rivera Los Angeles Measure AB Business Tax General various $ 5,800,000 none 75.5%PASS Santa Ana Orange Measure W Business Tax General various neutral none 64.8%PASS Tracy San Joaquin Measure B Business Tax General various $ 3,200,000 none 72.6%PASS Burlingame San Mateo Measure X Business Tax General various $ 2,500,000 none 75.1%PASS Los Gatos Santa Clara Measure J Business Tax General various $ 1,100,000 none 53.4%PASS Santa Clara Santa Clara Measure H Business Tax General $45/employee, $15/rental unit $ 6,000,000 none 59.5%PASS Brisbane San Mateo Measure O Business Tax lodging busn $2.50/rm/day $ 250,000 none 69.2%PASS East Palo Alto San Mateo Measure L Business Tax resid. rentals 2.5% grossRcpts $ 1,480,000 none 69.9%PASS County of Santa Cruz Unincorporated Measure C Busn Tax - disp cups 12.5cents/cup $ 700,000 none 68.2%PASS South Lake Tahoe El Dorado Measure G Busn Tax Cannabis 6% retail, manufacturing $ 950,000 none 62.9%PASS McFarland Kern Measure O Busn Tax Cannabis 8% of gross receipts retail, $ 1,800,000 none 63.5%PASS Avenal Kings Measure C Busn Tax Cannabis $25+/sf or 15% gr rcpts $ 600,000 none 61.8%PASS Baldwin Park Los Angeles Measure CB Busn Tax Cannabis 4% grossRcpts $ 300,000 none 51.3%PASS Claremont Los Angeles Measure CT Busn Tax Cannabis 4%-7% gr rcpts, $1- $ 500,000 none 61.1%PASS County of Los Angeles Unincorporated Measure C Busn Tax Cannabis 4% gross receipts retail, $ 15,170,000 none 60.1%PASS Cudahy Los Angeles Measure BA Busn Tax Cannabis 15% grossRcpts $ 3,600,000 none 54.0%PASS El Segundo Los Angeles Measure Y Busn Tax Cannabis 10% GrossRcpt, $ 1,500,000 none 72.8%PASS Hermosa Beach Los Angeles Measure T Busn Tax Cannabis 10% GrossRcpt, $ 1,500,000 none 67.6%PASS Lynwood Los Angeles Measure TR Busn Tax Cannabis 5%to10% $ 3,000,000 none 66.4%PASS Santa Monica Los Angeles Measure HM Busn Tax Cannabis 10% gross Rcpts $ 5,000,000 none 66.4%PASS South El Monte Los Angeles Measure CM Busn Tax Cannabis 6% special excise tax on $ 126,000 none 53.7%PASS Monterey Monterey Measure J Busn Tax Cannabis 6% grossRcpt $ 1,300,000 none 65.2%PASS Pacific Grove Monterey Measure N Busn Tax Cannabis 6% grossRcpt $ 300,000 none 70.8%PASS Huntington Beach Orange Measure O Busn Tax Cannabis 6% retail, 1% other $ 600,000 none 54.7%PASS Page 519 of 551 – 5 – rev January 14, 2023 CaliforniaCityFinance.com Notes ?= Ballot measure title did not include an estimate of annual revenues, also not in compliance with Initiative 21-0042A1. n/a*= Arcadia Measure SW passed but sports betting remains illegal after the failure of Propositions 26 and 27 on the November statewide ballot. Measures in 2022 with Non-Specific Durations Agency Name County Tax/Fee Rate Annual Revenue Use Sunset YES% Laguna Woods Orange Measure T Busn Tax Cannabis 4%-10% o f gross receipts $ 750,000 none 61.1%PASS Corona Riverside Measure G Busn Tax Cannabis 9% of gross receipts for $ 5,000,000 none 61.6%PASS Montclair San Bernardino Measure R Busn Tax Cannabis 7% grossRcpts $ 3,500,000 none 70.3%PASS County of San Diego Unincorporated Measure A Busn Tax Cannabis 6% retail, 3% distribution, $ 5,600,000 none 57.4%PASS Encinitas San Diego Measure L Busn Tax Cannabis 4% to 7% of gross receipts $ 1,400,000 none 65.1%PASS Healdsburg Sonoma Measure M Busn Tax Cannabis 8% grossRcpt $ 500,000 none 72.7%PASS Exeter Tulare Measure B Busn Tax Cannabis 10% retail and other, $10/sf ? none 66.5%PASS Tulare Tulare Measure Y Busn Tax Cannabis 10% retail and other, $10/sf ? none 65.2%PASS Woodland Yolo Measure K Busn Tax Cannabis 10% grossRcpts ? none 66.2%PASS Redlands San Bernardino Measure J Busn Tax Distrib centers from $0.047/sf to $0.105/sf $ 530,000 none 53.5%PASS Arcadia Los Angeles Measure SW Busn Tax Sports Betting 5% grossRcpts n/a* none 63.9%PASS Albany Alameda Measure K ParcelTax $0.074+/sf $ 1,950,000 fire/EMS none76.0%PASS Cameron Park Airport District El Dorado Measure J ParcelTax by $600 to $900/parcel $ 117,900 airport/ streets none 78.2%PASS Highlands Village Lighting Benefit Zone El Dorado Measure L ParcelTax $140+/parcel $ 10,920 streets none 86.3%PASS Knolls Property Owners CSD El Dorado Measure P ParcelTax by $300+ to $600+/parcel $ 8,400 streets none 75.5%PASS Sundance Trail Zone of Benefit El Dorado Measure C ParcelTax $600+/yr $ 24,000 roads none 73.2%PASS South Pasadena Los Angeles Measure LL ParcelTax xxx ? library none 86.2%PASS River Delta Fire District Sacramento Measure H ParcelTax $90/yr $ 130,000 fire none 72.1%PASS Emeryville Alameda Measure O PropTransfTax $15/$1000 if $1m-$2m, $ 5,000,000 none 71.6%PASS San Mateo San Mateo Measure CC PropTransfTax by 1% to 1.5% if >$10m $ 4,800,000 none 71.8%PASS Alameda Alameda Measure F TOT by 4% to 14% $ 910,000 none 59.2%PASS Clovis Fresno Measure B TOT by 2% to 12% $ 500,000 none 69.7%PASS Kerman Fresno Measure G TOT 10% $ 40,000 none 62.3%PASS Trinidad Humboldt Measure P TOT by 4% to 12% $ 65,000 none 77.6%PASS Imperial Imperial Measure G TOT by 4% to 12% $ 600,000 none 56.2%PASS Arcadia Los Angeles Measure HT TOT by 2% to 12% $ 730,000 none 54.1%PASS Santa Monica Los Angeles Measure CS TOT by 1%, 3% home shares $ 4,100,000 none 73.7%PASS Page 520 of 551 – 6 – rev January 14, 2023 CaliforniaCityFinance.com Measures in 2022 with Non-Specific Durations Agency Name County Tax/Fee Rate Annual Revenue Use Sunset YES% Anaheim Orange Measure J TOT online travel companies $ 3,000,000 none 59.2%PASS La Palma Orange Measure P TOT by 4% to 12% $ 200,000 none 71.1%PASS Colfax Placer Measure B TOT by 2% to10% $ 29,000 none 73.5%PASS Rocklin Placer Measure F TOT by 2% to 10% $ 300,000 none 59.8%PASS Roseville Placer Measure C TOT by 4% to 10% $ 3,000,000 none 73.0%PASS Big Bear Lake San Bernardino Measure P TOT by 2% to 10% $ 1,300,000 none54.4%PASS Grand Terrace San Bernardino Measure M TOT new 10% $ 250,000 none 51.9%PASS Yucca Valley San Bernardino Measure K TOT by 5% to 12% $ 1,300,000 none 71.9%PASS Imperial Beach San Diego Measure R TOT by 4% to 14% $ 400,000 none 67.4%PASS El Paso de Robles San Luis Obisp oMeasure F TOT by 1% to 11% $ 750,000 none 61.2%PASS Belmont San Mateo Measure K TOT by 2% to 14% $ 600,000 none 79.3%PASS Millbrae San Mateo Measure N TOT by 2% to 14% $ 1,500,000 none 75.8%PASS County of Humboldt Unincorporated Measure J TOT by 2% to 12% $ 3,080,000 none 63.3%PASS County of Placer - North Tahoe TOT Area Measure A TOT by 2% to 10% $ 4,000,000 none 90.0%PASS County of Santa Cruz Unincorporated Measure B TOT by 1% to 12% $ 2,300,000 none 69.2%PASS County of El Dorado - East Slope Tahoe Measure S TOT 2/3 by 4% to 14% $ 2,500,000 none 81.8%PASS Chico Butte Measure H TrUT 1 cent $ 24,000,000 none 52.4%PASS Mendota Fresno Measure H TrUT 1.25 cent $ 493,498 none 57.2%PASS Blue Lake Humboldt Measure R TrUT 1 cent $ 30,000 none 55.4%PASS Rio Dell Humboldt Measure O TrUT 3/4cent $ 400,000 none 53.3%PASS County of Kern unincorporated areas Measure K TrUT 1 cent $ 54,000,000 none 50.8%PASS McFarland Kern Measure M TrUT 1 cent $ 579,662 none 62.2%PASS Tehachapi Kern Measure S TrUT 1 cent $ 4,000,000 none 57.2%PASS Avenal Kings Measure A TrUT 1 cent $ 500,000 none 72.5%PASS Susanville Lassen Measure P TrUT 1 cent $ 1,750,000 none 54.7%PASS Baldwin Park Los Angeles Measure BP TrUT 3/4 cent $ 6,000,000 none 58.1%PASS Malibu Los Angeles Measure MC TrUT 1/2 cent $ 3,000,000 none 52.6%PASS Monterey Park Los Angeles Measure MP TrUT 3/4 cent $ 6,000,000 none 58.5%PASS Torrance Los Angeles Measure SST TrUT 1/2 cent $ 18,000,000 none 55.0%PASS Larkspur Marin Measure G TrUT 1/4 cent $ 700,000 none 59.4%PASS Sand City Monterey Measure L TrUT by 1/2cent to 1.5cents $ 1,400,000 none 68.7%PASS Hemet Riverside Measure H TrUT same 1 cent $ 15,000,000 none 58.0%PASS Elk Grove Sacramento Measure E TrUT 1 cent $ 21,000,000 none 54.1%PASS Galt Sacramento Measure Q TrUT 1 cent $ 3,600,000 none 52.4%PASS Colton San Bernardino Measure S TrUT 1 cent $ 9,500,000 none 66.8%PASS Ontario San Bernardino Measure Q TrUT 1 cent $ 95,000,000 none 53.2%PASS Solana Beach San Diego Measure S TrUT 1 cent $ 3,000,000 none 66.7%PASS Brisbane San Mateo Measure U TrUT 1/2 cent $ 2,000,000 none 63.9%PASS Goleta Santa Barbara Measure B TrUT 1 cent $ 10,600,000 none 64.7%PASS Solvang Santa Barbara Measure U TrUT 1 cent $ 1,600,000 none 63.1%PASS Page 521 of 551 – 7 – rev January 14, 2023 CaliforniaCityFinance.com Co-temporal Advisory Measures in 2022 At the November 2022 election, there was just one local general tax measure that was accompanied by an advisory measure as to the use of funds. The City of Santa Monica’s Measure DT property transfer tax failed with just 34 percent approval as voters instead chose the citizen initiative Measure GS. There was also just one such tax use advisory measure on the June 2022 election. Susanville’s voters passed Measure P, a 1 percent transactions and use (sales) tax that generates $1.75 million per year5 for general city services. The measure was accompanied by advisory Measure Q, accompanied the city’s It asked, “If Measure P passes, should the revenues be used to balance the budget to maintain and enhance existing public safety services (police and fire), and provide funding to support street infrastructure improvements and provide funding to support economic development efforts designed to increase businesses, jobs and visitors to Susanville?” Both measures passed. Under Initiative 21-0042A1, the tax will expire a year after the effective date of the initiative (i.e., in December 2025). 1.b. Additional Costs and Public Service Effects of the Tax Provisions Assuming a similar volume of local measures through 2024 as we saw in 2022, there will be over 200 local measures that will need to be redrafted to comply with the Initiative and placed back on the ballot for the taxes to continue after December 2025. The costs of re-drafting, re-placing and re-voting on these measures, previously legally approved by voters, will be in the tens of millions in total statewide. 2. “Exempt Charges” (fees and charges that are not taxes) and Services Threatened With regard to fees and charges adopted after January 1, 2022, Initiative 21-0042A1:  Subjects new fees and charges for a product or service to a new "actual and reasonable test."  Subjects fees and charges for entrance to local government property; and rental and sale of local government property to a new, undefined, “reasonable” test.  Allows legal challenge to any tax adopted before the effective date of the initiative and after January 1, 5 The Susanville measure also did not include a specific end date and so is included in the list and totals of those measures. Measures in 2022 with Non-Specific Durations Agency Name County Tax/Fee Rate Annual Revenue Use Sunset YES% Watsonville Santa Cruz Measure R TrUT 1/2 cent $ 5,000,000 none 64.4%PASS Vallejo Solano Measure P TrUT 7/8 cent $ 18,000,000 none 54.7%PASS Modesto Stanislaus Measure H TrUT 1 cent $ 39,000,000 none 62.8%PASS County of Colusa Measure A TrUT 2/3 1/2 cent $ 2,400,000 EMS none 69.4%PASS Atwater Merced Measure B TrUT 2/3 same 1 cent $ 4,000,000 police/fire none 73.7%PASS Truckee Nevada Measure U TrUT 2/3 by 1/4 cent to 1/2 cent $ 3,000,000 open space / trails none 76.4%PASS Palo Alto Santa Clara Measure L UtilityTransfer 18% gas $ 7,000,000 none 77.7%PASS Santa Clara Santa Clara Measure G UtilityTransfer 5 % $ 30,000,000 none 84.2%PASS Hercules Contra Costa Measure N UUT 8% $ 3,600,000 none 69.3%PASS Carson Los Angeles Measure UU UUT 2% electr, gas $ 8,000,000 none 78.4%PASS Sebastopol Sonoma Measure N UUT 3.75% (same) $ 700,000 none 83.5%PASS Page 522 of 551 – 8 – rev January 14, 2023 CaliforniaCityFinance.com 2022. Such a lawsuit could enjoin (stop) the enactment of the tax pending the outcome of the legal challenge.  Subjects a challenged fee to new, higher burdens of proof if legally challenged. 2.a. Value on New Local Government Fees and Charges at Risk6 Virtually every city, county, and special district must regularly (e.g., annually) adopt increases to fee rates and charges and revise rate schedules to accommodate new users and activities. Most of these would be subject to new standards and limitations under threat of legal challenge. Based on the current volume of fees and charges imposed by local agencies and increases in those fees simply to accommodate inflation, the amount of local government fee and charge revenue placed at risk is about $2 billion per year including those adopted since January 1, 2022. Of $2 billion, about $900 million (45 percent) is for special districts, $800 million (40 percent) is cities, and $300 million (15 percent) is counties.7 Major examples of affected fees and charges are: 1. Certain water, sanitary sewer, wastewater, garbage, electric, gas service fees. 2. Nuisance abatement charges - such as for weed, rubbish and general nuisance abatement to fund community safety, code enforcement, and neighborhood cleanup programs. 3. Emergency response fees - such as in connection with DUI. 4. Advanced Life Support (ALS) transport charges. 5. Business improvement district charges. 6. Fees for processing of land use and development applications such as plan check fees, use permits, design review, environmental assessment, plan amendment, subdivision map changes. 7. Document processing and duplication fees. 8. Facility use charges, parking fees, tolls. 9. Fines, penalties. 10. Fees for parks and recreation services. 2.b. Additional Costs and Public Service Effects of the Fee/Charge Provisions In addition to service delays and disruptions due to fee and charge revenues placed at greater legal risk, there would be substantial additional costs for legal defense. The risk to fees and charges will make infrastructure financing more difficult and will deter new residential and commercial development. *********** mc 6 Source: California State Controller Annual Reports of Financial Transactions concerning cities, counties and special districts, summarized with an assumed growth due to fee rate increases (not population) of 2 percent annually. 7 School fees are also affected but the amount is negligible by comparison. Page 523 of 551 RESOLUTION NO. 2023-XX RESOLUTION OF THE CITY OF UKIAH TO OPPOSE INITIATIVE 21-0042A1 WHEREAS, an association representing California’s wealthiest corporations and developers is spending millions to push a deceptive proposition aimed for the November 2024 statewide ballot; and WHEREAS, the measure includes undemocratic provisions that would make it more difficult for local voters to pass measures needed to fund local services and infrastructure, and would limit voter input by prohibiting local advisory measures where voters provide direction on how they want their local tax dollars spent; and WHEREAS, the measure creates new constitutional loopholes that allow corporations to pay far less than their fair share for the impacts they have on our communities, including local infrastructure and our environment; and WHEREAS, the measure may make it much more difficult for state and local regulators to issue fines and levies on corporations that violate laws intended to protect our environment, public health and safety, and our neighborhoods; and WHEREAS, the measure puts billions of dollars currently dedicated to local services at risk and could force cuts to fire and emergency response, law enforcement, public health, parks, libraries, affordable housing, services to support homeless residents, mental health services, and more. NOW, THEREFORE BE IT RESOLVED, that the City Council of the City of Ukiah opposes Initiative 21-0042A1. BE IT FURTHER RESOLVED, that the City of Ukiah will join the No on Initiative 21-0042A1 coalition, a growing coalition of public safety, education, labor, local government, and infrastructure groups throughout the state. We direct staff to email a copy of this adopted resolution to the League of California Cities at BallotMeasures@calcities.org. PASSED, ADOPTED and APPROVED this 1st day of March, 2023 by the following vote on roll call vote: AYES: NOES: ABSTAIN: ABSENT: _______________________________ Mari Rodin, Mayor ATTEST: _______________________________ Kristine Lawler, City Clerk Page 524 of 551 ATTACHMENT 6  300 Seminary Avenue • Ukiah • CA • 95482-5400 Phone: (707) 463-6200 · Fax: (707) 463-6204 ·www.cityofukiah.com March 1, 2023 Bismarck Obando Director of Public Affairs, League of California Cities 1400 K Street, Suite 400 Sacramento, CA 95814 RE: Letter Opposing Initiative 21-0042A1 On March 1, 2023, the City of Ukiah voted to oppose Initiative 21-0042A1, a deceptive, developer-sponsored proposition aimed for the November 2024 statewide ballot that would significantly jeopardize cities’ ability to provide essential services and infrastructure for our residents. The measure includes undemocratic provisions that would make it more difficult for local voters to pass measures needed to fund local services and projects and would limit voter input by prohibiting local advisory measures where voters can express a preference on how they want their local tax dollars spent. This measure creates new constitutional loopholes that allow corporations to pay far less than their fair share for the impacts they have on our communities, including impacts on local infrastructure and our environment. This measure also may make it much more difficult for state and local regulators to issue fines and levies on corporations that violate laws intended to protect our environment, public health and safety, and our neighborhoods. Unless defeated, the measure puts billions of dollars currently dedicated to local services at risk, and could force cuts to fire and emergency response, law enforcement, public health, parks, libraries, affordable housing, services to support homeless residents, mental health services, and more. This measure will jeopardize the City’s efforts to annex surrounding areas for the purpose of offering and enhancing services where there is a critical need. This would include the provision of water, wastewater, and public safety services. Financial resources planned to support those services may become unavailable. Franchise fees collected by the City related to curbside solid waste collection and disposal services, and used to maintain core City services – including streets and rights-of-way maintenance – would be eliminated. Further, recent annexations, such as that of fire protection and response services from the City of Ukiah by the Ukiah Valley Fire Protection District may be stripped of essential revenues making the provision of those services untenable. The measure benefits wealthy corporations and real estate developers while decimating our local communities and neighborhoods. Page 525 of 551     300 Seminary Avenue • Ukiah • CA • 95482-5400 Phone: (707) 463-6200 · Fax: (707) 463-6204 ·www.cityofukiah.com   You may list the City of Ukiah in formal opposition to Initiative #21-0042A1 and include our city as part of the growing coalition of public safety, labor, local government, infrastructure advocates, and other organizations throughout the state opposed to this deceptive proposition. Sincerely, Mari Rodin Mayor, City Council City of Ukiah  Page 526 of 551 Page 1 of 2 Agenda Item No: 14.d. MEETING DATE/TIME: 3/1/2023 ITEM NO: 2023-2417 AGENDA SUMMARY REPORT SUBJECT: Introduction and Overview of the Five-Year Capital Improvement Plan. DEPARTMENT: Finance PREPARED BY: Mary Horger, Financial Services Manager PRESENTER: Mary Horger, Financial Services Manager ATTACHMENTS: 1. CIP -5 year-FYE 2023 - Final - Rev2023-02-24 Summary: The Council will be presented with an introduction and overview of the five-year Capital Improvement Plan (CIP) as part of the development of the 2023-24 fiscal year budget. This is the initial review of the plan. Background: The City Council adopts a five-year CIP during the budget approval process and adoption for the following fiscal year. The plan is a fluid, living document which is subject to further revisions by the Council during the course of the budget year and each subsequent fiscal year. Projects are approved by the Council on a case-by-case basis. Even though the plan is adopted each year, it is not an automatic authorization for Staff to proceed with a purchase or project, unless it is part of the formal budget adoption of that budget year or brought to Council for approval during the course of the year. Further, formal procurement protocols still apply to all capital acquisitions and projects. Discussion: Included with this report as Attachment 1 is a copy of the adopted five-year CIP worksheet for the current 2022/2023 fiscal year. This will be a general introduction and overview of the five-year CIP worksheet. This document is a cornerstone for developing the capital improvement plans in the 2023-24 fiscal year budget. Department Budget Teams have been working to provide updates and adjustments to the worksheet for future Council review during their individual departmental presentations. The Council may take this time to provide feedback on anything they may want any or all departments to focus on while preparing their updates and recommendations. Recommended Action: Receive a presentation, and provide Staff with further comments and direction. BUDGET AMENDMENT REQUIRED: N/A 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; Dan Buffalo, Finance Director Page 527 of 551 Page 2 of 2 Page 528 of 551 FIVE YEAR CAPITAL IMPROVEMENT PLAN* JULY 2022 Airport FACILITIES/BUILDINGS/LAND 22/23 23/24 24/25 25/26 26/27 Fencing at Airport Fencing is needed at the North East corner of the airport property.Airport 77725200.52100 18348 N/A 1403 South State Street New Airport Fund Yes  $                30,000  $              30,000 Reviewed X ‐$                30,000$                ‐$                  ‐$                  ‐$                ‐$                30,000$                Sh o v e l   R e a d y       SUB‐TOTAL: Project Name Project Description Dept.Org/Obj Project # Allocation to  Multi‐funds Project Location Project Status Funding Source Funding  Identified Funding Source Add'l Comments Costs to date Totals Comments City Council Status COMMUNITY SERVICES DEPARTMENT 22/23 23/24 24/25 25/26 26/27 McGarvey Park Pathways Pathways deteriorating beyond repair, need to be replaced.Community  Services 30022200.80220 18116 N/A 310 Dora Street New TBD No Fiscal Year Allocation TBD  $‐   Moved from FYE 22.  Moved from FYE 24. Prioritization and funding source(s) under review.  Estimated cost  is $75k.  Exploring the Urban Greening Grant for possible funding.Reviewed X McGarvey Park Irrigation Replace Irrigation System Plan Community  Services 30022200.80220 18103 N/A 310 Dora Street New TBD No Fiscal Year Allocation TBD  $                10,000  $              10,000  Moved from FYE 24.  Moved from FYE 22.  Suggest $10k for new landscape plan before moving irrigation  and repaving paths. Prioritization and funding source(s) under review.  Estimated cost is $10k for new  landscape/irrigation plan, $100k for construction of irrigation, plantings, and repaving paths.  $10k  recommended for now. Reviewed Pool Pump House The pool pump house pool is in need of replacement due to age and general deterioration of the building.Community  Services 10022100.80220 18012 N/A 511 Park Boulevard Deferred TBD No Fiscal Year Allocation TBD  $‐   Project was formerly called "Pool Block House". Looking for funding. Moved from starting FYE 21.  Prioritization and funding source(s) under review.  Estimated cost is $250k.Reviewed Riverside Park State grant to provide some grading, flood surveying, debris removal and planting.Community  Services 30522250.80220 18014 N/A 1281 East Gobbi Street In Progress Grant Yes Grant funded.  $       179,592   $              832,005  $            832,005  RFP for design process is complete 12/2018;  Hydrology studies and CEQA complete. Work expected to start  in late spring or early summer, with expectation of project completion in FYE 22. Most recent schedule  indicates bidding in the fall of 21.  Moved from FYE 22.  Master plan complete, CEQA review close to  finished.  Construction anticipated to start in Summer with project completion due 12/31/22. Reviewed Wagenseller Park Plan Park master plan needed once a site is identified.Community  Services 30022200.80220 18063 N/A Orchard and Brush  Street New Capital Projects No Potential for Prop 68 funding. $‐   Location and funding source(s) under review; Need to explore grant funding. Department estimate/request  is $3‐5 million.Reviewed Wagenseller Park  Development In 2017 the Community Development Department began work on a Wagenseller Park Feasibility Analysis. It has been determined through the analysis and other surveys a park is needed in the Wagenseller area. Extensive landscaping, equipment purchase and installation needed. Community  Services 30022200.80220 18063 N/A Orchard and Brush  Street New Capital Projects No Staff will continue to seek grant  funding for development.   Potential for Prop 68 funding.  $          875,000  $            875,000 Working with RCHDC to determine location along with seeking grant funding.  Reduced the amount from  $950k, to break out the Master Plan into a separate line item.  Moved from FYE 23.Reviewed Todd Grove Park and Pool  Recreation Facility Addition of Recreation Building to the Pool Facility where the unusable kiddie pool is. This will eliminate the Splash Pad and Day Camp Office projects from this CIP list. Facility will serve Day Camp, Recreation Classes, Facility Rentals, Trainings, Meetings, Youth Sports Practices and Green Room for Concerts.  Community  Services 30022200.80220 TBD N/A 511 Park Boulevard New Grant Funded No Fiscal Year Allocation TBD  $‐   New project which will eliminate duplication and serve multiple divisions and functions.  Prioritization and  funding source(s) under review.  Estimated cost is $1 million.Reviewed Civic Center Front of Building  Eeplacement of Tile, Clean and  Paint Tile missing and/or broken, front of building needs cleaning and painting.Community  Services 20824700.80220 18106 N/A 300 Seminary Avenue In Progress General Yes Utilizing Building Fund Reserves. $                80,000  $              80,000  The Civic Center Buildings have been power washed/cleaned.  Project deferred. Moved $45k from FYE 20,  and moved $35k from FYE 21 due to COVID‐19.  Combined budget for FYE 22 and FYE 23 into one budget  for FYE 22.  Moved from FYE 22. Reviewed X Civic Center Bathroom Tile The tiles in the bathrooms at the Civic Center have come loose and are creating a tripping hazard.  Tile needs to be removed and replaced.  Cement floor needs to be treated to exclude calcium intrusion.Community  Services 20824700.80220 18107 N/A 300 Seminary Avenue Deferred General Yes Utilizing Building Fund Reserves. $                35,000  $              35,000 Moved to FYE 22 due to COVID‐19.  Moved from FYE 22.Reviewed Civic Center Roof Replacement Roof and skylights are showing signs of failure.  Failed over dispatch and a temporary tarp roof was implemented.Community  Services 20822500.80220 18319 N/A 300 Seminary Avenue New Internal  Allocations Yes Indirect cost allocation. $              100,000   $          100,000   $          100,000   $       100,000  $            400,000 Department estimates roof replacement/repair cost at $400,000; Capitalize costs over the next 4 years.    Reviewed Civic Center Police Parking  Cover Insulation Replacement The insulation in the exterior parking cover has failed that cover the public safety vehicles.  To protect police vehicles and improve aesthetics.Community  Services 20824700.56300 18320 N/A 300 Seminary Avenue New Internal  Allocations No 35,000$                  $              35,000  Reviewed X Civic Center HVAC Replacement HVAC units are aging and failures are imminent.  Community  Services 20822500.56300 TBD N/A 300 Seminary Avenue New Internal  Allocations No  $            50,000   $            50,000   $         50,000   $         50,000  $            150,000 Replace two units per year Reviewed Civic Center Lunch Room Floor  Replacement Replace floor in lunch room due to water intrusion from bathroom leak.Community  Services 20822500.56300 TBD N/A 300 Seminary Avenue New Internal  Allocations No  $            10,000  $              10,000 Reviewed Bank of America Building  Acquisition, Renovation, and  Services Relocation Procurement of BofA building on S. State, rehabilitation, service relocation, and reconfiguration of Civic Center.Community  Services 20824700.80220 18176 N/A 501 South State Street In Progress External  Financing Yes Purchase Completed FY 2021;  Rehabilitation Costs TBD, Funded  by Series 2020A Bond  $       762,562  $           1,326,679  $         1,326,679  Council has approved acquisition of building and is aware of estimated rehab costs.  Council still needs to  review master plan, including transfer of services and reconfiguration of Civic Center admin.  Moved from  FYE 22.  Revised amount from $1,623,233 due to current available bond funds. Reviewed Security Fencing at Ukiah Police  Department  Parking/Entrance/Exit Areas Currently the Ukiah Police Department parks their vehicles, enters and exits the station on the south side of the Civic Center. This area is unsecured and a high security risk to those entering and exiting the building & vehicles. Securing the area with fencing and gates that only UPD and Staff have access to will provide the necessary safety needed for the UPD. Fencing and a gate would be installed near the entrance at Oak Street, follow the driveway to the Civic Center building.  An additional gate would be installed near the Fire bay doors closer to Dora Street and run down the driveway back toward Oak Street.   Community  Services 20822500.80220 18187 N/A 300 Seminary Avenue New New Revenues No Fiscal Year Allocation TBD  $‐    Prioritization and funding source(s) under review; Department estimate/request is $200,000; Project is  contingent on the identification of a non General Fund source.  Moved from FYE 21 due to COVID‐19.  Moved from FYE 22 due to COVID‐19 and funding restriction. Reviewed Carpet Replacement ‐ Police  Department Offices The carpet in the Police Department offices is extremely worn with spots that can no longer be removed, along with some areas that are torn.Community  Services 20822500.80220 18176 N/A 300 Seminary Avenue New Internal Service Yes Funded by Series 2020A Bond  $                51,000  $              51,000 Moved from FYE 21 due to COVID‐19. Part of larger Civic Center service relocation and reconfiguration  project. Moved from FYE 22.Reviewed Observatory House Sewer  Lateral Replace sewer lateral connection at the Observatory House.Community  Services 30222220.56300 18321 N/A 432 Observatory  Avenue New General Yes  $                15,000  $              15,000 Existing sewer lateral has a 90 degree turn and is causing regular sewage backups.Reviewed Observatory House and  Buildings Exterior Paint Paint, repair and replace trim as needed.Community  Services 30222220.56300 18322 N/A 432 Observatory  Avenue New General Yes  $                20,000  $              20,000 House paint has deteriorated and must be repainted to retain the integrity of the wood siding and trim.   Historic Observatory also in need of maintenance.Reviewed Observatory House ADA Ramp Replace temporary ADA ramp built ten years ago with a permanent ADA ramp.Community  Services 30222220.56300 18323 N/A 432 Observatory  Avenue New General Yes  $            15,000  $              15,000 Priority item for building code compliance.Reviewed X Picnic Area at Todd Grove Park The Todd Grove picnic area is in need of replacing the asphalt surface area, barbeque and tables.  There is currently $50,000 in Park Development Funds 25100000.39044 to begin planning and design of the area. Community  Services 30022200.80220 18013 N/A 600 Live Oak Avenue New Capital Projects Yes Utilizing Park Development funds  and General Funds.  Will also be  seeking grant funding.  $              100,000  $            100,000 Moved to FYE 22 due to COVID‐19. Increased from $50k.  Moved to FY23 due to potential funding  exploration with CalTrans Clean CA Grant. Reviewed Playground Equipment  Replacement ‐ Oak Manor Replacement of this equipment is necessary, due to the age and high usage of this equipment, as well as safety concerns.  Staff will be seeking grant funds to assist with the cost.  Community  Services 30322230.80100 18010 N/A 500 Oak Manor Drive New Grant No Seeking grant funding. $              100,000  $            100,000 Staff applied for Prop 68 funds for park renovations including new playground equipment. Awards have not  been announced.Reviewed X Softball Fields Restroom  Concession Building Roof  Replacement Replace roof at softball fields.Community  Services 30022210.80220 18110 N/A 901 River Street New TBD No Fiscal Year Allocation TBD  $‐    Prioritization and funding source(s) under review.  Roof currently has some leakage and panels are pealing  up.   Staff is currently evaluating the project.  Need to explore grant funding. Department estimate/request  is $50,000 Reviewed Softball Fields Irrigation  Replacement Replace irrigation at softball fields.Community  Services 30022200.80220 TBD N/A 901 River Street New TBD No Seeking grant funding. $‐    Irrigation system is inefficient and difficult to control coverage to maintain healthy turf.  Needed to remain  competitive for tournaments and reduce liability. Need to explore grant funding. Department  estimate/request is $500,000. Reviewed Skate Park Security Fence Replace front‐facing fence with an equally decorative, less vandalism prone, more secure fencing.Community  Services 30022200.80220 18324 N/A 901 River Street New TBD No Seeking grant funding. $‐   Current fence easily broken to allow after‐hour access.  Frequent repairs and lack of security with current  fence.  Department estimates project cost at $40,000.Reviewed Skate Park Phase 2 ‐ Back Lot  Development Develop additional area for meeting, band stand, viewing platforms.  Install lighting.Community  Services 30022200.80220 TBD N/A 901 River Street New TBD No Seeking grant funding. $‐   Prioritization and funding source(s) under review; Need to explore grant funding. Department  estimate/request is $250,000 Reviewed Museum Exterior Painting Museum exterior is in need of painting to ensure on‐going protection of the wood surface. According to staff it has been close to ten years since last exterior painting. Major benefits include the protection of a major City asset and the maintaining of the beauty of the building for the public. Community  Services 10022700.56300 18023 N/A 431 South Main Street Deferred TBD No Seek funding assistance. $                40,000  $              40,000  Seek alternate funding.  Moved from FYE 21. Increased from $35k.  This maintenance needs to happen this  year.  Trim around windows and doors are going to fail and need to be replaced if maintenance is deferred. Reviewed X Security Cameras at Museum Outdoor security cameras for protection of property.Community  Services 10022700.54100 18111 N/A 431 South Main Street Deferred TBD No Seek funding assistance. $            20,000  $              20,000 Seek alternate funding.  Budget moved from FYE 21, and increased from $14k.  Moved from FY 22 and  again in FYE 23 due to higher priorities.Reviewed Conference Center Exterior  Painting Building exterior needs painting Community  Services 73022600.56300 18112 N/A 200 South School Street New Enterprise No  $            45,000  $              45,000 Funding not secured, planning for routine maintenance. Moved from FYE 21.  Moved from FYE 23.Reviewed Conference Center Floor Repair Lobby tiles are loose and missing, becoming a safety hazard, need to be replaced.Community  Services 73022600.56300 18113 N/A 200 South School Street Deferred Enterprise Yes  $            15,000  $              15,000 A lime intrusion has lifted tiles from conference center foyer. Moved from FYE 20 due to COVID‐19. Moved  from FYE 22 due to COVID‐19.Reviewed Conference Center Security  Cameras Install new security cameras inside and outside the building.Community  Services 73022600.54100 18114 N/A 200 South School Street New Enterprise No  $            25,000  $              25,000 Looking for funding.  Split out cameras as it's own project.  Moved from FYE 23 due to COVID‐19.  Reduced  amount from $100k, and moved to FYE 24.Reviewed Conference Center Security Security keyless door lock entry.Community  Services 73022600.80220 18189 N/A 200 South School Street New Enterprise No  $            30,000  $              30,000 Recent theft and safety concerns. Split out the cardlock from the cameras. Moved from FYE 21 due to  COVID‐19. Moved from FYE 22 due to COVID‐19.Reviewed Conference Center Bathroom  Repair Replace bathroom counter tops and sinks.Community  Services 73022600.56300 TBD N/A 200 South School Street New Enterprise No  $            25,000  $              25,000 Moved from FYE 22 due to COVID‐19.Reviewed Conference Center HVAC  Replacement Replace aging HVAC at the UVCC before they fail and the rooms are unusable or emergency repairs become prohibitively expensive.Community  Services 73022600.56300 18326 N/A 200 South School Street New Enterprise No  $                35,000  $              35,000 Reviewed X Conference Center Kitchen  Grease Trap Interceptor Install grease trap interceptor to meet code requirements.Community  Services 73022600.56300 18327 N/A 200 South School Street New Enterprise No  $                15,000  $              15,000 Reviewed X 942,154$       2,794,684$           1,085,000$      275,000$          150,000$       50,000$         4,304,684$          ELECTRIC UTILITY DEPARTMENT Project Name Project Description Dept.Org/Obj Project # Allocation to  Multi‐funds Shovel Ready    Comments City Council StatusTotalsProject Location Project Status Funding Source Funding  Identified Funding Source Add'l Comments Costs to date SUB‐TOTAL: 22/23 23/24 24/25 25/26 26/27 Electric Utility Service Center ‐  Remodel & Facility  Improvements Provides offices and warehouse facilities for the Electric Utility Dept. to better serve the community. Currently offices are located in 40 year old temporary modular buildings with no foundation. The electrical construction  and maintenance materials are stored  in an  uninsulated unsealed tin building.   Electric Utility  Department 80126100.80220 17023 N/A 1350 Hastings Road In Progress Enterprise Yes Mostly covered by Series 2022  Electric Revenue Bonds 3,033,405$     750,000$                $            750,000  Expanded scope including re‐roof task.  Reduced FYE 20 by $1.550 mil and moved into FYE 21.  Project is  currently out to bid.  Increased FYE 22 from $120k, and FYE 23 from $30k. Project is 60% complete.  Supply  chain issues with electrical equipment.  Delayed.  Moved $750k to FYE 23 for interior improvements. Reviewed X Renewable Resource  Development ‐ Solar Renewable energy development for the Utility’s resource portfolio in meeting the States green energy mandates.Electric Utility  Department 80126100.80220 ECC01 N/A 1350 Hasting Road  In Progress  Enterprise Yes 2,000,000$            1,500,000$       1,000,000$       1,000,000$      $         5,500,000  Rebudgeted to insure replacement roofing system meets building, solar and grading requirements. Moved  $1.2 mil out of FYE 20, and moved into FYE 21.  Increased FYE 22 and FYE 24 from $50k, reduced FYE 25  from $1 mil. Pushed to 22/23 fiscal year, and increased overall amount from $2,750,000 due to size of  Hasting solar system. Reviewed X Hydroelectric Plant Warehouse,  Shop and Restroom Needed to store hydro specialized plant materials, spare parts, provides staff workspace and restroom/sink facilities.Electric Utility  Department 80126100.80230 18038 N/A 1229 Lake Mendocino  Drive  In Progress  Enterprise Yes Series 2022 Electric Revenue  Bonds 225,000$                $            225,000 Moved from FYE 21 due to COVID‐19. Received approval from Army Corp to tie into water line.  Pushed to  22/23 FY and increased funding due to inflation.Reviewed X Substation Site Development Evaluate the need and sites available to construct a future electrical substation to serve future loads based on planning forecasts of the City's growth.Electric Utility  Department 80126100.80230 18046 N/A TBD  New  Enterprise Yes 300,000$           $            300,000 $20k moved from FYE 21, and $300k from FYE 22 due to COVID‐19.  Moved to 23/24 due to heavy  workload.Reviewed Material Storage Yard Purchase of land for material storage yard. Electric Utility  Department 80126100.80210 18263 N/A TBD  New  Enterprise Yes 150,000$                $            150,000 Moved from FYE 22.      Reviewed X 3,033,405$    3,125,000$           1,800,000$      1,000,000$      1,000,000$    ‐$                 6,925,000$          Shovel Ready    Org/Obj CommentsTotals City Council Status SUB‐TOTAL: Project Status Funding Source Funding  Identified Funding Source Add'l Comments Project # Allocation to  Multi‐funds Project LocationProject Name Project Description Dept.Costs to date *Refer to last page of this document for definition of terms used.PAGE 1 ATTACHMENT 1 Page 529 of 551 FIVE YEAR CAPITAL IMPROVEMENT PLAN* JULY 2022 FIRE AUTHORITY 22/23 23/24 24/25 25/26 26/27 South Station Replacement The South Station (Station‐681)has surpassed its useful life span as the facilityinfrastructure no longer meets the needs of the UVFA as current staffing levels have outgrown the existing living space. Station‐681, initially a California Highway Patrol station, was converted into a fire station and designed to house one full‐time staffmember; UVFA currently staffsthe station with three full‐time team members per day (24‐hours). Additionally, as UVFA grows, it is anticipated that a full‐time ambulance with another two full‐time team members will be there per day in the foreseeable future. Station‐681's current footprint would not be equitable or appropriate for use or a remodel due to size. Complete replacement of the station is necessary, also a consideration for station location, selecting a strategic location to give the most optimal service to the Ukiah Valley. Fire Authority 91521400.80220 18334 N/A 1500 South Street/141  Lovers Lane New TBD No Seeking grant funding. $                       ‐   Prioritization and funding source(s) under review; Need to explore grant funding. Department  estimate/request is $10 million.Reviewed North Station Replacement The North Station (Station‐683) has surpassed its useful life span as the facility infrastructure no longer meets the needs of the UVFA as current staffing levels have outgrown the existing living space and equipment storage. Station‐683was purchased as a temporary solution to have equipment and personnel stationed in the north end of Ukiah Valley for strategicplanning and deployment of services. UVFA currently staffs the station with three full‐time team members per day (24‐hours). As with all other UVFA stations,it is anticipated that a full‐time ambulance with another two full‐time team members will be there per day in the foreseeable future. Station‐683's current footprint would not be equitable or appropriate for use or a remodel due to size. Complete replacement of the station is necessary, also a consideration for station location, selecting a strategic location to give the most optimal service to the Ukiah Valley. Fire Authority 91521400.80220 18335 N/A 1500 South Street/141  Lovers Lane New TBD No Seeking grant funding. $                       ‐   Prioritization and funding source(s) under review; Need to explore grant funding. Department  estimate/request is $10 million.Reviewed Central Station Retrofit The Central Fire Station (Station‐682) is in need of upgrades and retrofit. Station‐682, until recently, was used as equipment storage and base of operations for volunteers, along with housing the On‐Duty Duty Officer. It currently is staff with the Duty Officer and one full‐time ambulance staffed by two team members per day (24‐hours). Retrofits and upgrades are needed for bedrooms, bathrooms, office space, kitchen, living space, apparatus bay, the exterior (including roof repairs), heating and cooling systems, and installing security measures to protect the facility and fire equipment. These upgrades/retrofits will maintain the building's footprint utilizing a change in layout to accommodate the Department's current and future needs as it is anticipated that additional staffing (fire/EMS) will be added in the foreseeable future. Fire Authority 10021210.80220 18336 N/A 1500 South Street/141  Lovers Lane New TBD No Seeking grant funding. $                       ‐   Prioritization and funding source(s) under review; Need to explore grant funding. Department  estimate/request is $850,000 Reviewed Training Tower Grounds The County of Mendocino received a large sum of funds from PG&E as part of the restitution settlement. As part of the settlement agreement, the County has set aside funds for fire service training; thus, the County of Mendocino is purchasing a sizeable 5‐story training tower for the Fire Services in Mendocino County. An MOU is currently being created between the County of Mendocino and Ukiah City to maintain the training facility. This facility and grounds have the ability to serve multiple departments within the municipality (Fire, Police, Utilities, etc.) for training purposes. With the placement of the tower, the grounds (i.e., pavement, water system, electric, additional training props, etc.) will be the city's responsibility. Fire Authority 10021210.80220 18337 N/A 1500 South Street/141  Lovers Lane New TBD No $399,971 from PG&E Settlement  Funds for Tower  $       399,971   $                25,000  $            424,971   The $399,971 for the tower purchase is covered by the grant and $25k is for initial site work to prepare the  site for installation.   **Additional site work and improvements will likely be necessary depending on final  location and needs.**    Reviewed X Training Room ‐ Central Station The Training Room and the Central Fire Station (Station‐682) require upgrades and retrofitting. The central training room is currently the primary training classroom; it also serves as the Emergency Center of Operations (EOC) in a catastrophic event for the city or surrounding area. As technology has rapidly changed, the room needs to be upgraded to match the changes to give our team members the tools needed to complete our mission. Additionally, UVFA identified an issue with the availability or lack of training relying on outside resources. After identifying the problem, strategic planning was put into place to bring our team members the necessary and required training in‐house, thus requiring upgrades. Upgrades include tables, chairs, audio, video, internet accessibility, phone systems (including 911 operability), internal & external communication capabilities, whiteboards, planning boards, etc.    Fire Authority 10021210.80220 18338 N/A 1500 South Street/141  Lovers Lane New TBD No Seeking grant funding. $                       ‐   Prioritization and funding source(s) under review; Need to explore grant funding. Department  estimate/request is $50,000.Reviewed 399,971$        25,000$                 ‐$                   ‐$                   ‐$                 ‐$                 424,971$              PUBLIC WORKS DEPARTMENT City Council Status SUB‐TOTAL: Project Name Project Description Dept.Org/Obj Project # Allocation to  Multi‐funds Project Location Project Status Shovel Ready     Funding Source Funding  Identified Funding Source Add'l Comments Costs to date Totals Comments 22/23 23/24 24/25 25/26 26/27 Corporation Yard Renovation  Project Complete renovation of existing Corporation Yard, teardown of all accessory buildings and build new structures for Streets, Water & Sewer staff and whatever else is deemed necessary from study. Public Works 20824300.80220 18190 N/A 1320 Airport Road New Series 2022  Lease Revenue  Bonds Yes  $         13,500,000  $       13,500,000 Needs Assessment for Corp Yard Facility  Moved from FYE 21 due to COVID‐19. Moved from FYE 23.   Estimated cost in 21/22 is for plans and specs/study work.Reviewed ‐$                 13,500,000$          ‐$                   ‐$                   ‐$                 ‐$                 13,500,000$        Funding  Identified Shovel Ready      Project Name Project Description Dept.Org/Obj Project # Allocation to  Multi‐funds City Council StatusFunding Source Add'l Comments CommentsProject Location Project Status WATER RESOURCES DEPARTMENT TotalsCosts to date SUB‐TOTAL: Funding Source 22/23 23/24 24/25 25/26 26/27 Upgrade HVAC Units on  Buildings ‐ WTP Due to aging infrastructure upgrades are needed to the HVAC system at the Water Treatment Plant Water  Resources 82027111.56300 18349 N/A 935 River Street New Enterprise Yes  $                70,000  $              70,000 Reviewed X Well 3 Improvements Improve Well 3 building enclosure.Water  Resources 82227113.80220 TBD N/A Vichy Springs Road New Enterprise Yes  $       150,000  $            150,000 Reviewed Replace Roof at WTP Replace roof at the Water Treatment Plant.Water  Resources 82227113.80220 TBD N/A 935 River Street New Enterprise Yes  $       100,000  $            100,000 Reviewed Replace Roof at Pump Station Roof replacement at the high service pump station.Water  Resources 82227113.80220 TBD N/A 935 River Street New Enterprise Yes  $         50,000  $              50,000 Reviewed ‐$                 70,000$                 ‐$                   ‐$                   250,000$        50,000$          370,000$              4,375,530$     19,544,684$          2,885,000$       1,275,000$       1,400,000$     100,000$        25,554,655$        Org/Obj Project # Totals Comments City Council Status Shovel Ready    FINANCE DEPARTMENT INFORMATION TECHNOLOGY Funding Source Funding  Identified Funding Source Add'l Comments Costs to date Allocation to  Multi‐funds Project Location Project Status SUB‐TOTAL: Project Name Project Description Dept. TOTALS FOR FACILITIES/BUILDINGS/LAND : 22/23 23/24 24/25 25/26 26/27 Redundant Internet Gateway  (Fall‐over Load Balancer) Our current AT&T Internet gatewayprovides service to all of the City of Ukiah departments for Internet access, as well as Public Safety access to law enforcement websites and other important services. If service fails, we do not have a failover scenario in place. A failover scenario would involve an additional Internet Gateway with a different Internet service provider (ISP). If one ISP fails, the gateway would failover to the alternate one available.  This would ensure service availability, virtually 100% of the time.    Finance 20913900.80100 17046 N/A 300 Seminary Avenue Ongoing Internal Service Yes  $                24,200  $              24,200  Moved from FYE 21  due to COVID‐19. Reduced FYE 22 amount from $166,800, and FYE 23 from $48,400.   This is contingent on our Cloud Data and Server Migration in 21/22, which will determine necessary  bandwidth for our current gateway. Reviewed X Cisco Access Switch EOL  Replacement These switches connect the City's computers, phones, printers, and Wi‐Fi units into the core infrastructure. The switches allow these devices to connect to the Internet and internal servers. They will be End‐Of‐Life and will no longer be supported by the manufacturer.Finance 20913800.80100 18100 N/A 300 Seminary Avenue In Progress Internal Service No  $                90,000   $            90,000  $            180,000 Reviewed X Cisco Nexus Switch EOL  Replacement These switches are the center core of our network infrastructure. They serve as data conduits for all City of Ukiah operations. They will be end‐of‐life, as warranty and support runs out during this time‐frame. Finance 20913900.80100 TBD N/A 300 Seminary Avenue New Internal Service No  $          110,000  $            110,000 Reviewed X Broadband for All City Sites Full City broadband connectivity expected by the end of the fiscal year 2023.Finance 20913900.54320 TBD N/A 300 Seminary Avenue New Internal Service Yes Seeking grant funding  $                       ‐   Prioritization and funding source(s) under review; Need to explore grant funding. Department  estimate/request is not known at this time.   Reviewed Network Routers for All City  Sites End of Life Routers at all City sites need to be replaced, as these constitute security breaches from old firmware, etc.  Also, support is not available in case of outages. Finance 20913900.54330 18328 N/A 300 Seminary Avenue New Internal Service Yes  $                20,000  $              20,000 Reviewed Wireless Mesh This will provide a broadband wireless communication network for our Police Department across the Ukiah Valley, as well as provide Wi‐fi access for other departments and divisions. Site surveys will be required to establish back‐haul points which will accommodate multi‐point wireless antennas. A pilot site will begin Phase I, to establish the first back‐haul point for testing purposes. Phase II will establish the installation of additional multi‐point wireless antennas, followed by the Wi‐Fi implementation that will supplement other City department projects. Finance 20913900.54330 18329 N/A 300 Seminary Avenue New Internal Service Yes Seeking grant funding  $                       ‐   Reviewed ‐$                 134,200$               90,000$             110,000$           ‐$                 ‐$                 334,200$              Shovel Ready     Project Name Project Description Dept.Org/Obj Project # Totals Comments City Council StatusFunding Source Funding  Identified Funding Source Add'l Comments Costs to date Allocation to  Multi‐funds Project Location Project Status SUB‐TOTAL: POLICE DEPARTMENT 22/23 23/24 24/25 25/26 26/27 Police Department Computer  Aided Dispatch & Mobile Digital  Terminal Software The Ukiah Police Department has been using the same Computer Aided Dispatch (CAD) platform since 1998. The provider of this CAD system changed ownership multiple times, since our initial purchase. Currently there are only 6 agencies in the state using this system and it does not have standard functionality such as mapping. It is likely that this CAD system will be discontinued in the future. Fortunately, the current owner of this old system is our Records Management System provider and offers a modernization upgrade. This would allow for the seamless flow of information from our CAD system, Records Management System and our MDT’s. This modernization software would also provide a mapping component to our CAD and MDT software which is an industry standard now.  Police 10020210.54330/.543 20 TBD N/A 300 Seminary Avenue New General May explore financing options.  $            90,325   $          180,651   $       220,617  $            491,593 Cost of project per Fiscal year may vary depending on start date, but total cost is identified.  Reviewed Police Department Server Room  Battery Backup The Ukiah Police Department maintains a universal power supply, which is failing and past its life cycle. This UPS is a battery backup systemwhich is needed to maintain phone and radio communications in our Emergency Dispatch Center in the event of a power outage and generator failure.  Police 10020210.54100 18330 N/A 300 Seminary Avenue New General    $                28,727  $              28,727 Cost of project includes equipment and on site service and setup.  Reviewed X ‐$                 28,727$                 90,325$             180,651$           220,617$        ‐$                 520,320$              ‐$                 162,927$               180,325$           290,651$           220,617$        ‐$                 854,520$              Project Name Shovel Ready    Project Description Dept.Org/Obj Project # Allocation to  Multi‐funds City Council Status SUB‐TOTAL: Funding Source Add'l Comments Costs to date Totals CommentsProject Location Project Status Funding Source Funding  Identified TOTALS FOR INFORMATION TECHNOLOGY : *Refer to last page of this document for definition of terms used.PAGE 2 Page 530 of 551 FIVE YEAR CAPITAL IMPROVEMENT PLAN* JULY 2022 INFRASTRUCTURE AIRPORT 22/23 23/24 24/25 25/26 26/27 Runway 15‐33 Pavement  Reduction (Construction Phase  2)  Runway 15‐33 is currently 4,423 feet long and 150 feet wide. The project will reduce width to 75 feet. New pavement marking will be applied. New LED runway lighting will be installed, which was formerly identified as PC 18159.Airport 77825200.8 18032 N/A 1403 South State Street In Progress Enterprise Yes Contingent upon FAA Grant  Funding. $      2,760,433.00  $         2,760,433  The FAA has made cost and project scope adjustments. 90% FAA Grant, 5% Caltrans. Moved from FY 19/20  due to FAA funding timing. Moved from 20/21. FAA funding not currently available for this project.  Increased from $1.9M. Moved from FYE 22 due to delay in grant award. Budget Adopted X Pavement Rehabilitation of  Taxiways A, A3 and A5 ‐ Design This project is for the design of Taxiways A (4,540'x55'), A3 (250'x45'), and A5 (250'x45') pavement rehabilitation assumed to be a crack fill, seal and slurry. Airport 77825200.80230 18034 N/A 1403 South State Street   New   Enterprise Yes Contingent upon FAA Grant  Funding. $          250,000  $            250,000 The FAA has made cost and project scope adjustments. Moved from FY 21/22, and increased by $88,385.   Moved from FY 22/23, and increased from $148,385.Reviewed X Pavement Rehabilitation of  Taxiways A, A3 and A5 ‐  Construction This project will cover construction to rehabilitate pavements of Taxiways A (4,540'x55'), A3 ( 250'x45') and A5 (250'x45').Airport 77825200.80230 18035 N/A 1403 South State Street   New   Enterprise Yes Contingent upon FAA Grant  Funding. $    2,850,000  $         2,850,000 The FAA has made cost and project scope adjustments. Moved from FY 22/23, and increased by $839,200.   Moved from FY 24/25, and increased from $1,339,200.Reviewed Airport Apron Slurry Seal As an ongoing maintenance item, slurry seal on airport aprons.Airport 77725200.56600 18332 N/A 1403 South State Street  New  Enterprise Yes Airport Operations Budget  $                10,000  $              10,000 As an ongoing maintenance item, slurry seal on airport aprons. Budget Adopted X Master Plan The Master Plan would focus on updating aviation activity forecasts, runway length analysis, long‐term development plans, and financial self‐sufficiency/revenue generation. Airport 77825200.52100 TBD N/A 1403 South State Street  New  Enterprise Yes Contingent upon FAA Grant  Funding. $          450,000  $            450,000 Conduct study in FY 23/24 and complete in FY 24/25. Reviewed ‐$                 2,770,433$            700,000$           ‐$                   ‐$                 2,850,000$     6,320,433$          ELECTRIC UTILITY DEPARTMENT Shovel Ready    Allocation to  Multi‐funds Project StatusProject LocationProject Name Project Description Dept.Org/Obj Project # Totals Comments City Council Status SUB‐TOTAL: Funding Source Funding  Identified Funding Source Add'l Comments Costs to date 22/23 23/24 24/25 25/26 26/27 Upgrade fish hatchery pumps  and controls (Hydro)Upgrade fish hatchery pumps and flow meters.Electric Utility  Department 80126100.80230 18037 N/A 1229 Lake Mendocino  Drive  New  Enterprise Yes  $              260,000  $            260,000 Spec complete for pump replacement.  Changed description to clarify scope.  Moved from FYE 22, and  added $60k.Budget Adopted X Automate Station Light &  Power, Pump & Generator  Controls (Hydro) Replace station light & power, upgrade station service switchgear.Electric Utility  Department 80126100.80230 18118 N/A 1229 Lake Mendocino  Drive  In Progress  Enterprise Yes 150,000$                $            150,000 Moved from FYE 21, and increased from $80k.  Design to be outsourced, engineering budgeted for 21/22.   Pushed to 22/23 and increased budget from $120k due to inflation.Budget Adopted Fairgrounds 4160 to 12,000 volt  Conversion Replaces existing low voltage (4160V) system with 12,000 Volt primary rated cable and transformers and secondary conductor. Fairgrounds to provide USERC specified metering and underground duct. Removes existing low voltage (4160V) system. Electric Utility  Department 80126100.80230 18041 N/A Ukiah Electric System In Progress Enterprise Yes 2,551$             225,000$                150,000$           75,000$             $            450,000  Rebudgeted to reflect workforce scheduling allocation due to the Oak Manor Undergrounding  project. Reduced amount for FYE 20 by $120k, and changed funding in FYE 22 & 23.  Moved forward by 1  year, project completing 23/24.  Pushed out one year, waiting on agreement with Fairgrounds.  Budget  increased due to inflation and inclusion of labor in construction costs. Budget Adopted X Oak Manor Circuit Balancing Install 3 phase into Oak Manor with special equipment to balance circuits.Electric Utility  Department 8012610.80230 TBD N/A Ukiah Electric System New Enterprise Yes 30,000$             300,000$           $            330,000 New project to balance feeder circuits. Reviewed X Replace Accumulators at Hydro  for Tainter Operation Replace accumulators for redundancy of tainter operation.Electric Utility  Department 8012610.80230 TBD N/A 1229 Lake Mendocino  Drive New Enterprise Yes 100,000$           $            100,000 Replace accumulators for redundancy of tainter valve operation.Reviewed Underground Capital System  Improvements (<$50,000 each)Transformer replacement and upgrades, wood pole testing and replacement, system capacity improvements and protection, control,  monitoring and communication enhancements.Electric Utility  Department 80126100.80230 18043 N/A Ukiah Electric System  On‐going  Enterprise Yes 872,861$         235,000$                235,000$           235,000$           235,000$         235,000$         $         1,175,000 UG Capital Projects >$10,000  Added funding for FYE 26 and 27. Budget Adopted X Overhead Capital System  Improvements (<$50,000 each)Transformer replacement and upgrades, system capacity improvements and protection, control,  monitoring and Communication enhancements.Electric Utility  Department 80126100.80230 18044 N/A Ukiah Electric System  On‐going  Enterprise Yes 617,845$         250,000$                250,000$           250,000$           250,000$         250,000$         $         1,250,000 Reduced FYE 20 by $140k, and reduced all future years to $250k/yr.  Increased FYE 21 from $250k.  Added  funding for FYE 26 and 27.Budget Adopted X Governor speed control & Valve  Upgrades (Hydro)Upgrades to the governor sensing, controller and feedback transducers to improve performance and reliability.  Existing governor controls frequently are out of service due to failure or adjustment.   Electric Utility  Department 80126100.80230 18047 N/A 1229 Lake Mendocino  Drive  New  Enterprise Yes 20,000$             300,000$           $            320,000 Moved from beginning FYE 21  due to COVID‐19.  Project was spread between FYE 22 and FYE 23.   Combined into FYE 22 and reduced by $30k. Moved to 23/24‐24/25 due to workload.Reviewed Oak Manor Dr.  Overhead to  Underground Conversion Install cable and associated equipment for replacing the overhead facilities Electric Utility  Department 80126100.80230 18121 N/A Oak Manor Dr.  New  Enterprise Yes 800,000$           $            800,000  Reduced amount from $500k, moved from FYE 21.  Moved from FYE 22.  Increased amount from $200k.   Funding from 2022 bonds, funding increased to include AT&T and Comcast for joint trench project, approx.  40% to be reimbursed by AT&T and Comcast. Reviewed System Modifications for Fire  Mitigation Efforts System design, equipment and installation to conform to mandated industry standards. Proposed fire mitigation requirements require selected equipment to be replaced or protected to reduce fire risk. Electric Utility  Department 80126100.80230 18124 N/A Various  New  Enterprise Yes 50,000$                  50,000$             50,000$             50,000$           50,000$           $            250,000 Reduced amount for FYE 20 from $80k, and amounts from $200k FYE 22 onward.  Shifted budget forward  from FYE 22, and reduced yearly amount from $100k.Budget Adopted X Hydroelectric Plant Transfer  Trip Upgrade Upgrade existing and provide redundancy for Hydro transfer trip circuit Electric Utility  Department 80126100.80230 18125 N/A Hydro Plant  New  Enterprise Yes 3,000$             275,000$                50,000$             50,000$             $            375,000  Reduced amount for FYE 20 from $225k, and added funds to FYE 21.  Moved from FYE 21.  Moved budget  from FYE 22, increased overall amount from $195k due to inflation, and added budget to subsequent years  to include radio redundancy. Budget Adopted X State St. Underground Phase II,  District 5:  Overhead to  Underground Relocates or underground overhead electric, phone and cable TV utilities ‐ Henry to Norton, Mill to Gobbi.  Will be part of the overall Streetscape project.Electric Utility  Department 80126100.80230 18259 N/A State Street  New  Enterprise Yes Approximately 40% Reimbursed  by AT&T and Comcast, balance  Series 2022 Electric Revenue  Bonds 2,400,000$             $         2,400,000 Budget increased from $885k to fund complete joint trench project.  Approximately 40% to be reimbursed  by AT&T and Comcast, balance covered by Series 2022 Electric Revenue Bonds.Budget Adopted Fire Mitigation Grant Matching Matching 25% funds for FEMA HMG for fire mitigation undergrounding, vegetation management and design services.  Electric equipment and wire.Electric Utility  Department 80126100.80230 18260 N/A Clay St., Standley St.,  Park Blvd., Barnes and  Jones  New  Enterprise Yes 75% Covered by FEMA Hazard  Mitigation Grant 1,500,000$             1,500,000$        1,000,000$        $         4,000,000 Increased overall amount from $850k.  Moved from FYE 22.  Grant received Feb. 2022, 25% grant matching  funds.Budget Adopted Western Hills Electrical infrastructure for Western Hills development.Electric Utility  Department 80126100.80230 18350 N/A Western Hills  Development  New  Enterprise Yes Series 2022 Electric Revenue  Bonds 525,000$                $            525,000 Budget Adopted Gobbi St. UG Service  Installation Installation of wire for individual parcel services.Electric Utility  Department 80126100.80230 18351 N/A Gobbi Street, Marshall  & Leslie  New  Enterprise Yes Series 2022 Electric Revenue  Bonds 350,000$                $            350,000  Service infrastructure installation to parcels.  Following completion of the main line installation, staffing  pulled to State Street UG project.  Service installation required to complete conversion and removal of  overhead. Budget Adopted Cherry Circuit (102) Extension  Across 101 Extend Cherry Circuit (102) to back feed 303 Circuit to provide redundancy to southeast Ukiah.Electric Utility  Department 80126100.80230 TBD N/A Southeast Ukiah  New  Enterprise Yes 800,000$         $            800,000 Reviewed Replace 6 Solid Conductor Replace aging copper conductor.Electric Utility  Department 80126100.80230 TBD N/A Various Locations  New  Enterprise Yes 20,000$             100,000$           100,000$         $            220,000 Reviewed Fiber Optic Cable Extension Extend fiber optic to Electric Service Center for Substation Visibility and Hydroelectric Control.Electric Utility  Department 80126100.80230 TBD N/A 1350 Hastings Road  New  Enterprise Yes 20,000$             500,000$         $            520,000 Reviewed Pole Replacement Project Replace poles identified by the 2022 10‐year pole inspection.Electric Utility  Department 80126100.80230 TBD N/A Various Locations  New  Enterprise Yes 850,000$           $            850,000 Reviewed Upgrade to 3 Phase on  Observatory to Redwood  Avenue Add additional phase for future generation project on Western Hills.Electric Utility  Department 80126100.80230 18352 N/A Observatory to  Redwood Avenue  New  Enterprise Yes 75,000$                  $              75,000 Budget Adopted New Substation Design and build new substation.Electric Utility  Department 80126100.80230 TBD N/A TBD  New  Enterprise Yes 200,000$         2,500,000$      $         2,700,000 Reviewed Gobbi Street 202 Circuit  Extension Install equipment and facilities to extend the 202 circuit and provide switching capability on East Gobbi.Electric Utility  Department 80126100.80230 18358 N/A Gobbi Street   New Enterprise Yes Series 2022 Electric Revenue  Bonds  $              100,000  $            100,000 Budget Adopted 1,496,257$     6,395,000$            3,255,000$       3,180,000$       1,335,000$     3,835,000$     18,000,000$        Shovel Ready    Project Name Project Description Dept.Org/Obj Project # Allocation to  Multi‐funds SUB‐TOTAL: City Council StatusFunding Source Add'l Comments Costs to date Totals CommentsProject Location Project Status Funding Source Funding  Identified POLICE DEPARTMENT 22/23 23/24 24/25 25/26 26/27 Ukiah Gun Range Berm Mining The Ukiah Police Department has maintained a Gun Range at the end of Vichy Springs Road adjacent the old dump property for more than 50 years. In previous years,staff identified the need to perform what is known as berm mining prior to any future improvements and had previous budgeted monies in the Fiscal Year 19/20, which was cut due to COVID, but still remains a priority.Police 10020210.80230 18331 N/A End of Vichy Springs  Road New General No  $                30,000  $         30,000.00 Currently there are a number of improvements at the facility that need to be made, however none of these  can be accomplished, until this can occur. Budget Adopted X ‐$                 30,000$                 ‐$                   ‐$                   ‐$                 ‐$                 30,000$                PUBLIC WORKS DEPARTMENT SUB‐TOTAL: Project Name Project Description Dept.Org/Obj Project # Allocation to  Multi‐funds Project Location Project Status Funding Source Funding  Identified Funding Source Add'l Comments Costs to date Totals Comments City Council Status Shovel Ready     22/23 23/24 24/25 25/26 26/27 Landfill Closure This project will permanently close the Landfill Disposal site per Federal Mandates.Public Works 70224500.80230 18025 N/A 3100 Vichy Springs Road In Progress Enterprise Yes  $         10,343,287  $       10,343,287  Project specifics will require additional Council review.  Moved from FYE 20 to FYE 21.  EIR Litigation in  progress.  Construction projected for FYE 22 so moved from FYE 21.  Moved from FYE 22 ‐ ongoing  litigation. Budget Adopted ‐$                 10,343,287$          ‐$                   ‐$                   ‐$                 ‐$                 10,343,287$        Shovel Ready    Project Name Project Description Dept.Org/Obj Project # Totals Comments City Council StatusFunding Source Funding  Identified Funding Source Add'l Comments Costs to date Allocation to  Multi‐funds Project Location Project Status SUB‐TOTAL: WATER RESOURCES DEPARTMENT 22/23 23/24 24/25 25/26 26/27 Water Main Replacements Plan for water main replacements throughout the City, performed in conjunction with street improvement projects.Water  Resources 82227113.80230 18072 N/A Various On‐going Enterprise Yes  $      1,500,000   $      1,500,000   $    1,500,000  $         4,500,000 Added funding for FYE 25 and  FYE 26. Reduced FYE 22 from $1.5M.  Removed $1.5M for FYE 23, as funds  will be used for this purpose in Streetscape Ph 2 programmed for next year.Reviewed X Phase 4 Recycled Water This project will provide an additional irrigation source for City Parks, Golf Course, Cemetery and Schools. This will reduce the demand on the potable water system and reduce discharge to the Russian River Water  Resources 83027330.80230 18052 N/A Brush Street to Golf  Course New Enterprise Yes Will be funded  by grant/loan.  $         43,700   $    27,000,000   $    27,000,000  $       54,043,700  Environmental documentation is complete. Design began in December, 2018. Modified funding comments  to eliminate a shared cost with Sewer.  Moved budget from FYE 21.  Moved from FYE 22  due to COVID‐19 ‐  feasibility still under review. Increased amount in FYE 25 from $25M, and added $27M to FYE 24. Reviewed Replace Heat Exchangers This project will replace deteriorating heat exchangers for the operation of the Digester and Boilers Water  Resources 84027225.80230 18131 N/A 300 Plant Road New Enterprise Yes  $          750,000  $            750,000 Moved from FYE 21  due to COVID‐19. Moved from FYE 24 due to forecasted workload for staff with Phase  4.Reviewed X Funding Type Add'l Comments Costs to date Totals CommentsProject Location Project Status Funding Source Funding  Identified Project Name Project Description Dept.Org/Obj Project # Allocation to  Multi‐funds Shovel Ready    City Council Status *Refer to last page of this document for definition of terms used.PAGE 3 Page 531 of 551 FIVE YEAR CAPITAL IMPROVEMENT PLAN* JULY 2022 Rehabilitation of Zone 2 Booster  Pump Station Upgrade the enclosure and electrical components in the structure enclosing the booster pump for Pressure Zone 2 to increase reliability and security Water  Resources 82227113.80230 TBD N/A Golf Course New Enterprise Yes  $            50,000  $              50,000 Moved from FYE 23  due to COVID‐19. Reviewed Water Main Replacement Set‐ aside  Set‐aside for main replacement(s) caused by an unanticipated event.Water  Resources 82227113.80230 18262 N/A Various New Enterprise Yes  $              250,000   $          250,000   $          250,000   $       250,000  $       250,000  $         1,250,000  Removed budget from FYE 21  due to COVID‐19. Increased budget from $250k in FYE 22, and eliminated  $250k in FYE 23, 24 and 25.  Moved to FYE 23, and added amounts to future years.  Reduced from $400k.   This is a set‐aside for unanticipated event(s) causing the need for replacement(s). Budget Adopted 84427222.80230  $          500,000  82227113.80230  $          500,000  Reseal Wash Water Basins Remove and Replace Seal on Wash Water Basins Water  Resources 84027225.80230 18192 N/A 300 Plant Road New Enterprise Yes  $                60,000  $              60,000 Moved from FYE 21.  Moved from FYE 22, and increased from $40k due to inflation. Budget Adopted X Recondition Levees Recondition the levees on the Percolation Ponds.Water  Resources 84027225.80230 TBD N/A 300 Plant Road New Enterprise Yes  $          200,000  $            200,000 Eliminated $200k for 2 prior years  due to COVID‐19.  Reviewed X 84427221.80230  $           2,556,547  82227113.80230  $           1,717,257  43,700$          4,583,804$            28,750,000$     30,750,000$     1,750,000$     250,000$        66,127,504$        1,539,957$     24,122,524$          32,705,000$     33,930,000$     3,085,000$     6,935,000$     100,821,224$      New Enterprise Yes  $         1,000,000 Moved from FYE 22 due to COVID‐19. Merged the water and sewer replacement on Low Gap to one  project.ReviewedReplace Water and Sewer Main  on Low Gap Street Replace the 16" steel water main, and 15"  and 6" sewer main from North State Street to North Bush Street concurrent with Phase 4 of the Recycled Water Project Water  Resources TBD N/A Low Gap Street SUB‐TOTAL: TOTALS FOR INFRASTUCTURE : Downtown Streetscape Phase 2  Construction Water and Sewer Utility Replacement, total street reconstruction, ADA accessibility.$11M construction cost overall, shared with Funds 120 and 800.  Currently nearing end of design with GHD,  and planned to go to bid in summer, with construction planned to begin in the fall.Budget AdoptedYes:  120, 844,  820 and 800 Henry to Norton, Mill to  Gobbi New Current Yes Water  Resources 18234  $         4,273,804  *Refer to last page of this document for definition of terms used.PAGE 4 Page 532 of 551 FIVE YEAR CAPITAL IMPROVEMENT PLAN* JULY 2022 STREETS & RIGHTS‐OF‐WAY PUBLIC WORKS DEPARTMENT 22/23 23/24 24/25 25/26 26/27 East Clay Street Improvement  Project This project will improve East Clay Street from Main Street to the Railroad Crossing in order to facilitate the development of the new Courthouse site. This project includes water,sewer, pedestrian facilities and drainage facilities as well as reconstruction of the street section.Public Works 12024200.80230 18128 No Clay Street New Special Revenue No Measure Y  $          750,000  $            750,000 Introduced and discussed at the January 16, 2019 Council meeting.  Moved from FYE 21. Moved from FYE  23.Reviewed X Street Striping This will update striping on streets in selected areas.Public Works 12024200.52100 18251 N/A Various Streets Completed Special Revenue Yes Measure Y  $                60,000   $            60,000   $            60,000   $         60,000   $         70,000  $            310,000 Ongoing work. Eliminated FYE 21  due to COVID‐19. Added funding to FYE 25 and 26.  Removed $50k from  FYE 22, no striping performed, as it occurred in the fall, and was pushed back due to COVID‐19.Budget Adopted X Public Works 12024200.80230 Yes Orr Street at Orr Creek In Progress Capital Projects Yes CDBG Grant  $       150,000  Public Works 25124220.80230 Yes Orr Street at Orr Creek In Progress Capital Projects Yes  $          254,438  Low Gap Road and North Bush  Street Roundabout This project will complete the environmental, ROW, and design phases for a roundabout at Low Gap Road and N. Bush St.  Construction phase not currently funded. Public Works 50924210.80230 15024 N/A Low Gap Road and N.  Bush St.In Progress Special Revenue Yes $110k Design Funded,  Construction Funding Not  Approved.  $              300,000   $          450,000  $            750,000  Design authorized, but project requires additional Council review. Moved from FYE 22, and reduced from  $1.5 mil  due to COVID‐19.  Moved from FYE 21. Moved from FYE 22 to FYE 23 and FYE 24 due to delays in  grant processing. Slurry Seal Project This project will improve the Streets network. Public Works 12024200.52100 18332 N/A Various Streets Completed Special Revenue Yes Measure Y  $       426,000   $                         ‐     $          400,000   $          400,000   $       400,000  $         1,200,000  Going out to bid.  Budget will be utilizing FYE 21 anticipated revenue.  Had utilized this year's budget for  other projects.  Increased budget from $200k FYE 22.  Increased budget from $400k FYE 21,  from $200k in  FYE 23, and from $200k in FYE 24. Added budget in FYE 25 and 26.  Increased budget in FYE 24, 25, and 26  from $250k each due to increasing funding sources, expanding scope, and inflation.  Bid for FYE 23 is  anticipated to be awarded prior to end of this fiscal year, so increasing this year's budget from $350k, and  not budgeting anything for FYE 23. Main Street Reconstruction  Project Reconstruct Main Street, from Gobbi to Mill Norton.Public Works 25224220.80230 18343 N/A Main Street New Special Revenue Yes Series 2022 Lease Revenue Bonds  $      6,000,000  $         6,000,000 Moved from FYE 22  due to COVID‐19. Increased amount from $500k.  RFP for design was awarded to  Coastland in February of 2022.  Funding source has changed from Measure Y.Reviewed X Clara Avenue Reconstruction  Project Reconstruct Clara Avenue, from State to Orchard.Public Works 12024200.80230 TBD N/A Clara Avenue New Special Revenue Yes Possibly CDBG or Series 2022  Lease Revenue Bonds  $      3,500,000  $         3,500,000  Moved from FYE 21.  Moved from FYE 22.  Formerly thought to be eligible for CDBG funding.  Possible  CDBG Funding opportunity.  This funding is not yet secured but will be applied for closer to project  construction.  Increased estimated project cost from $2M, and moved from FYE 26. Reviewed X Leslie Street Rehabilitation  Project Rehabilitate Leslie Street, Gobbi to Perkins.Public Works 12024200.80230 TBD N/A Leslie Street New Grant Funded Yes CDBG Funding Opportunity  $    1,500,000  $         1,500,000 Moved from FYE 21. Moved from FYE 22 due to a number of various projects, timelines, and severity of  street conditions.Reviewed Perkins Street Storm Drain and  Widening Project This project will add a storm drain on East Perkins Street and widen the intersection at Orchard Avenue to add another East Bound through lane. Public Works  25224220.80230 18308 N/A East Perkins Street New Special Revenue No Series 2022 Lease Revenue Bonds  $           2,277,000  $         2,277,000 Request for Proposal completed and contract awarded to BKF in February of 2022. Budget Adopted South Ukiah Rehabilitation  Project This project will overlay S. Dora Street from Beacon Lane to Washington, and S. State Street from Beacon Lane to Cherry, including ADA pedestrian improvements. Public Works  25224220.80230 18254 N/A Dora/State New Special Revenue Yes Series 2022 Lease Revenue Bonds  $           1,800,000  $         1,800,000 Reduced budget amount from $2.2M, and changed scope from ending at Observatory, now to Cherry St.   Moved to FYE 23, anticipate bid award in July 2022.Budget Adopted X Great Redwood Trail‐ Phase 4 This project will extend the Great Redwood Trail from Commerce Drive to Norgard Lane Public Works 51124210.80230 18253 N/A Railroad ROW New Grant Funded Yes Urban Greening Grant  $           3,563,212  $         3,563,212 Grant has been awarded. Moved full project for completion in FYE 22.  Moved from FYE 22. Budget Adopted Great Redwood Trail‐ Phase 5 This project will extend the Great Redwood Trail from Brush Street to Hensley Creek Road Public Works TBD TBD N/A Railroad ROW New Grant Funded No Urban Greening Grant  $          275,000   $    8,000,000  $         8,275,000 Moved project back from beginning FYE 23. Reviewed Gobbi Street Utility  Improvement Project Reconstruct Gobbi Street in 2 separate projects (US101 to State Street) and (State Street to Dora Street) (was formerly called street reconstruction project) Public Works 12024200.80230 18290 Yes Gobbi Street New Special Revenue Yes Measure Y  $      6,200,000  $         6,200,000 Engineering contract awarded to BKF September 2021.  Includes funds 822 and 844.  Increased from $1.5M,  added construction budget.Reviewed Talmage Road Rehabilitation  Project This project will replace the water main, sewer main and include reconstruction and paving of the overlay, additional sidewalks and ADA accessibility. Public Works 25224220.80230 18310 N/A Talmage Rod New Special Revenue Yes Series 2022 Lease Revenue Bonds  $           1,000,000  $         1,000,000 RFP completed and contract awarded to GHD for design in February of 2022. Budget Adopted Traffic Signal Cabinet/Camera  Update Bring traffic signals at State and Washington/Talmage/Low Gap/Hospital Drive up to date with new traffic signal controller software.Public Works 50024220.80230 TBD N/A State and  Washington/Talmage/L ow Gap/Hospital Drive New Special Revenue Yes Gas Tax  $          400,000  $            400,000 Reviewed Downtown Streetscape Phase 2  Construction Water and Sewer Utility Replacement, total street reconstruction, ADA accessibility.Public Works 12024200.80230 18234 Yes:  120, 844,  820 and 800 Henry to Norton, Mill to  Gobbi New Current/Special Yes Measure Y and Grant Funds  $           5,410,396  $         5,410,396  $11M construction cost overall, shared with Funds 844, 820 and 800.  Currently nearing end of design with  GHD, and planned to go to bid in summer, with construction planned to begin in the fall.  CalTrans grant of  $1.3M to offset some cost. Budget Adopted X 576,000$        14,410,608$          13,764,438$     4,985,000$       8,460,000$     1,570,000$     43,340,046$        576,000$        14,410,608$          13,764,438$     4,985,000$       8,460,000$     1,570,000$     43,340,046$        Project Name Project Description Dept.Org/Obj Project # SUB‐TOTAL: Totals Comments City Council StatusFunding Source Add'l Comments Costs to dateFunding Source Funding  Identified Allocation to  Multi‐funds Project Location Project Status TOTALS FOR STREETS & RIGHTS‐OF‐WAY : Orr Street Bridge This project will improve the bridge on Orr Street at Orr Creek.  18065  $            404,438  The City has received $150k to fund a planning study for Orr Street Bridge and the Orr Street transportation  corridor. Activities include completion of a study to analyze existing conditions of the street, including the  transportation corridor and bridge, as well as the completion of a plan and preparation of plans and  specifications and an Engineer's Cost Estimate to be used for a future public improvement project.  Request  for Proposal completed and awarded to GHD November 2021, study has begun.  Moved  construction to  FYE 24 as this work is completed. Reviewed Budget Adopted Shovel Ready    *Refer to last page of this document for definition of terms used.PAGE 5 Page 533 of 551 FIVE YEAR CAPITAL IMPROVEMENT PLAN* JULY 2022 VEHICLES, MACHINERY & EQUIPMENT AIRPORT 22/23 23/24 24/25 25/26 26/27 Replace 20,000 gallon fuel tank  with 20,000 gallon Jet A tank Current tank is a split fuel system, containing both Jet A fuel and Avgas.  Conversion to Jet A is necessary to maximize the fuel sources for the airport, and provide better service to its customers. Airport 77925200.80100 15042 N/A 1411 South State Street   In Progress   Enterprise Yes  $          150,000  $            150,000 Moved from FYE 20. Current revenues may not be adequate, external funding may be necessary.  Moved  from FYE 22.Reviewed ‐$                 ‐$                        150,000$           ‐$                   ‐$                 ‐$                 150,000$              Allocation to  Multi‐funds Project LocationProject Description Dept.Org/Obj Project # SUB‐TOTAL: Funding Source Funding  Identified Shovel Ready   Project StatusProject Name COMMUNITY SERVICES DEPARTMENT Totals Comments City Council StatusFunding Source Add'l Comments Costs to date 22/23 23/24 24/25 25/26 26/27 Replacement Truck Replacement of vehicles that are no longer cost effective to repair.Community  Services 10022100.80100 V737 N/A 300 Seminary Avenue New General No  $                60,000  $              60,000 Moved to FYE 22.  Moved to FYE 23.  Replace with electric vehicle and increased cost from $40k. Budget Adopted X Replacement Truck Replacement of vehicles that are no longer cost effective to repair.Community  Services 10022100.80100 18066 N/A 300 Seminary Avenue New General No  $            55,000  $              55,000 Moved to FYE 24 Reviewed Replacement Truck‐ Building  Maintenance Replacement truck is necessary Community  Services 20824700.80100 V2642 N/A 300 Seminary Avenue Deferred General No  $                60,000  $              60,000 Moved to FYE 22.  Moved to FYE 23.  Replace with electric vehicle and increase cost from $48k to $60k. Budget Adopted X Mini Street Sweeper Parks are maintaining two miles of the Great Redwood Trail (GRT), up from less than one mile. Will soon be expanded to four miles. Parks team spent over 600 hours leaf blowing in calendar year 2021. Manual leaf blowing of GRT and parking lots is inefficient and not the best use of Park worker's time. There is deferred maintenance at all City parks and staffcan't get to these projects as they are spending their time blowing leaves in parking lots.  Complete Streets efforts will see additional infrastructure installed that will require a smaller sweeper. Community  Services 10022100.80100 TBD N/A 1325 Airport Road New Enterprise No      $         50,000  $              50,000 Consider as a future purchase as additional paved trails are built.     Reviewed ‐$                 120,000$               55,000$             ‐$                   50,000$          ‐$                 225,000$              CITY MANAGER DEPARTMENT Funding  Identified Project Name Project Description Dept.Org/Obj Project # Allocation to  Multi‐funds Shovel Ready    Funding Source Add'l Comments Costs to date Totals CommentsProject Location Project Status Funding Source SUB‐TOTAL: City Council Status 22/23 23/24 24/25 25/26 26/27 Parking Meter Replacement Replacing parking meters.  City Manager 64012600.80230 18165 N/A Downtown Deferred Enterprise Yes 400,000$           $            400,000  Funded by line of credit loan proceeds being secured by Finance as part of a larger capital improvement  funding strategy.  Moved from FYE 20 year.  Installation will coincide with Streetscape Project.  Funding  secured through bond issuance; project put on hold due to COVID‐19 and will resume when market  conditions allow.  Moved from FYE 21.  Project put on hold due to COVID‐19 and will resume when market  conditions allow.  Moved from FYE 22. Reviewed ‐$                 ‐$                        ‐$                   400,000$           ‐$                 400,000$              Shovel Ready    Project Status Funding Source Funding  Identified Funding Source Add'l Comments Costs to date TotalsProject Name Project Description Dept.Org/Obj Project # Allocation to  Multi‐funds Project Location SUB‐TOTAL: ELECTRIC UTILITY DEPARTMENT City Council StatusComments 22/23 23/24 24/25 25/26 26/27 Electric Meter Replacements Electric Meter Replacement and cloud based data management system improving customer access to outage information, usage data and provide customer selectable notifications.Electric Utility  Department 80126100.80100 15080 N/A Ukiah Electric System In Progress Enterprise Yes 18,706$           150,000$           2,000,000$        $         2,150,000 Currently in the planning stage.  Moved from starting FYE 21.  Eliminated $500k from FYE 22, and $2M from  FYE 23.  Added amounts to FYE 24 and 25.Reviewed Utility/Inspector Truck Replaces 2003 F250 with EV Truck Electric Utility  Department 80126100.80100 TBD N/A N/A  New  Enterprise Yes 90,000$             $              90,000 EV options will hit market in FYE 21/22; Planned for FYE 22/23 to ensure quality of vehicle outside of 1st  Generation models. Moved from FYE 23.Reviewed Trouble Truck Replaces V2233 Ford F‐550 AT40‐G Articulating Telescopic Aerial Lift Super cab.Electric Utility  Department 80126100.80100 V2224 N/A N/A  New  Enterprise Yes 30,000$             $              30,000 Moved budget forward from FYE 24 due to 2+ year leadtime, and order has been placed.  Planning for  outfitting in FYE 24.Reviewed Technical Services Vehicle Replaces 2007 Ford E150 Van.Electric Utility  Department 80126100.80100 TBD N/A N/A  New  Enterprise Yes 60,000$             $              60,000 Replace with an electric vehicle Reviewed 18,706$          ‐$                        330,000$           2,000,000$       ‐$                 ‐$                 2,330,000$         SUB‐TOTAL: Funding Source Funding  Identified Funding Source Add'l Comments Costs to date Allocation to  Multi‐funds Project Location Project StatusProject Name Project Description Dept.Org/Obj Project # Totals Comments City Council Status Shovel Ready    FINANCE DEPARTMENT 22/23 23/24 24/25 25/26 26/27 Truck ‐ Utility Service Attendant Current vehicle approaching the end of it's useful life.Finance  20513300.80100 TBD N/A 300 Seminary Avenue New Internal Service No      $            35,000  $              35,000 Moved from FYE 23 to allow for more EV options; Electric vehicle  Reviewed ‐$                 ‐$                        35,000$             ‐$                   ‐$                 ‐$                 35,000$                Project Location Project Status Funding Source Funding  Identified Funding Source Add'l Comments SUB‐TOTAL: Costs to date Totals Comments City Council StatusProject Name Project Description Dept.Org/Obj Project # Allocation to  Multi‐funds Shovel Ready   FIRE AUTHORITY 22/23 23/24 24/25 25/26 26/27 Command/ Chief Vehicle This new Command/Chief vehicle would serve as a Division Chief's vehicle.It will replace C‐6805, a 2006 Chevy 2500 HD, with current mileage of 106,495. The vehicle transmission is currently failing, leaving the vehicle unfit, unreliable, and leaving team members in a possibly unsafe or life‐threatening environment during fire suppression activities. However, the vehicle can be repurposed as a non‐suppression utility vehicle for the department. Fire Authority 25321210.80100 V3165 N/A 1500 South State Street  In Progress  General Yes  $         53,021   $                22,000  $              75,000   Moved from FYE 21 due to COVID‐19. Increased the amount from $50k to include vehicle outfitting.   Moved from FYE 21.  Vehicle is on order, with delayed delivery.  Rebudgeting remaining amount for  outfitting into next fiscal year.   Reduced amount in FYE 22 from $75k and placed remaining amount in FYE  23. Budget Adopted X Command/ Chief Vehicle This new Command/Chief vehicle will serve as a Command/Chief vehicle.  It will replace D‐6802, a 2007 Chevy 2500 HD with 84,072 miles. This vehicle's transmission is also currently failing along with multiple other problems, leaving the vehicle unfit, unreliable, leaving team members in a possibly unsafe or life‐threatening environment during fire suppression activities.  This vehicle will be decommissioned and placed as surplus.  Fire Authority 91721400.80100 18277 N/A 1500 South State Street  In Progress  District Yes  $         52,454   $                22,546  $              75,000  Purchase cost covers Fire Service Emergency Vehicle outfitting (Lights, Siren, Radio's, etc.,)  Vehicle is on  order, with delayed delivery.  Rebudgeting remaining amount for outfitting into next fiscal year.  Reduced  amount in FYE 22 from $75k and placed remaining amount in FYE 23. Budget Adopted X Quint Aerial Apparatus The Ukiah Valley Fire Authority annual fleet replacement identified T‐6852 for replacement. Following industry‐standard NFPA guidelines recommends fire engines serve 10‐years or 75,000 miles as a first out response vehicle, and an additional 5 to 10‐yearsor 100,000miles in service as a reserve apparatus. T‐6852 is a 2009 Pierce Quint Aerial Apparatus with a 75‐ft.ladder with a current mileage of 47,536. With a continually growing city in size and height, revised truck's specifications will need to be considered to meet future demands.  T‐6852 will be placed in a reserve status for the Department.    Fire Authority 10021210.80100 TBD N/A 1500 South State Street New TBD No Fiscal Year Allocation TBD  $    1,500,000  $         1,500,000 Fiscal year allocation might move to out years contingent on condition of the vehicle. Reviewed X Active Shooter Safety  Equipment Due to the current events happening around the United States and the world, it is unfortunate but imperative that we prepare and be equipped for any and all situations the UVFA may face. We are taking a proactive  instead of a reactive stance in protecting and providing our team members with the equipment they need to handle even the direst situations.  Following industry‐standard (NFPA‐3000 Active Shooter) equipment to be  purchased will include Flak Jackets, Kevlar Helmets, Medical Triage Bags, and Medical Triage Equipment.   Fire Authority 10021210.80100 18339 N/A 1500 South State Street New TBD No Funded by Mendocino County  PG&E settlement funds. $                50,910      $              50,910 Funding for 16 ballistic safety vests.    Budget Adopted X Command/Chief Vehicle This vehicle will serve as a Command/Chief vehicle. It will replace the current District‐Owned C‐6804. C‐6804 will be placed as reserve status as a station utility until its end of useful service. This is the final phase of  purchasing command vehicles for the foreseeable future.   Fire Authority 91721400.80100 TBD N/A 1500 South State Street New District Yes      $         75,000  $              75,000 Purchase cost covers Fire Service Emergency vehicle outfitting (lights, siren, radios, etc.) Reviewed X Hydraulic Battery Operated  Rams These units serve as the final piece in replacing our auto extrication equipment.  Three units are requested and will be battery operated, with the batteries being interchangeable with our current equipment  (cutters/spreaders).  These units will be placed on the three Type I engines that provide primary emergency response.  Rams are utilized in a number of rescue situations, including separating material during extrications,  i.e. separating a crushed metal frame of a vehicle to get to a victim. Fire Authority 91721400.80100 18344 N/A 1500 South State Street New District Yes  $                45,000  $              45,000 Budget Adopted X Lift Air Bags UVFA's Lift Air Bags are currently past the end‐of‐life expiration date.  This item includes 3 lift bag kits that will be equipped on the three Type I Engines that provide primary emergency response.  Lift bags are used to lift  heavy objects including but not limited to vehicles, boulders, building collapse, confined space rescue, etc.Fire Authority 25321210.54102 18340 N/A 1500 South State Street New District Yes  $                15,000  $              15,000 Budget Adopted X Medical Equipment Inventory  Control System Operative IQ interrogates these with our current medical equipment tracking and supply system.  These units help track usage, expiration dates, and resupply needs.  Additionally, the up‐to‐date tracking of all current  supplies will minimize excess equipment or spoilage by expiration, saving additional funds.Fire Authority 71021100.80100 18341 N/A 1500 South State Street New District Yes  $                35,000  $              35,000  The Ukiah Valley Fire Authority is already utilizing the corresponding software utilized by the machines.     The $35k is the one time cost for two inventory tracking machines.   These are similar systems utilized by  hospitals for inventory control of medications and supplies.    Budget Adopted X Utility Transport Vehicle Due to the increasing number of rescues in the wilderness areas, along with Low Gap Park & the Western Hills Trails.  UFVA needs a vehicle capable of traversing these areas to optimize our rescue capabilities, as well as  moving equipment and personnel in a timely manner.Fire Authority 91721400.80100 TBD N/A 1500 South State Street New District No  $                40,000  $              40,000 Budget Adopted X 105,475$        230,456$               ‐$                   ‐$                   1,575,000$     ‐$                 1,910,910$          Project Name Project Description Dept.Org/Obj Project # Allocation to  Multi‐funds Funding Source Add'l Comments Costs to date Totals CommentsProject Location Project Status Funding Source Funding  Identified SUB‐TOTAL: POLICE DEPARTMENT City Council Status Shovel Ready    22/23 23/24 24/25 25/26 26/27 Annual Police Car Replacement Annually the Police Department schedules the replacement of two patrol cars. Typically, a patrol car lasts about 3 years before it reaches the end of it's service life. It takes the department about a year to order, receive and outfit a car for patrol use. By scheduling regular replacement of cars, the department ensures we have enough cars available for use. Police 10020210.80100 V4209 &  V4215 N/A 300 Seminary Avenue Ongoing General No May explore financing options.  $              150,000   $          150,000   $          150,000   $       150,000  $            600,000  The Department has maintained a vehicle replacement plan of two vehicles per year, which was previously  reduced due to COVID‐19.  The budget has been increased from $100k yearly, as current vehicle  replacement actual cost exceeds prior budgeted amounts.  This is also a consideration of inflation. Budget Adopted X Replace Tasers The Ukiah Police Department has deployed Tasers since 2018,utilizing a 5‐year purchasing program to maintain current equipment and which provides support for hardware, supplies, and technology through the term of the agreement. The current agreement with Axon expires in 2022.   Police 10020210.54100 18345 N/A 300 Seminary Avenue New General No Grant funding may be available. 41,345$           32,000$                  32,000$             32,000$             32,000$           32,000$          160,000$               As explained in our prior CIP plan, the department has maintained a purchasing plan to support our tasers,  which is expiring this year.  Unless renewed, equipment will not be repairable or supported.  Yearly pricing  has increased from $15k.  Budget Adopted X Replace Body Cameras The Ukiah Police Department has deployed body‐cameras to memorialize officer contacts, criminal conduct, and investigative activities for more than 10 years. These video and audio recordings are used as evidence in criminal and civil cases, as well as for internal quality assurance. The current purchasing program expires in 2023, and provides for evidence storage, current and reliable equipment, and support for hardware and software for the term of the agreement.   Police 10020210.54100 18346 N/A 300 Seminary Avenue New General No Grant funding may be available. 98,037$           52,000$                  52,000$             52,000$             52,000$           52,000$          260,000$              As explained in our prior CIP plan, the department has maintained a purchasing plan to support our body  worn cameras, which is expiring in May of 2023.  Unless renewed, equipment will not be repairable or  supported, essentially making them inoperable.  Due to the fact that our tasers are also due for renewal,  the department is exploring a bundling option as a cost saving measure.  Overall cost has increased from  $79k. Budget Adopted X 139,382$        234,000$               234,000$           234,000$           234,000$        84,000$          1,020,000$          Project Name Project Description Dept.Org/Obj Project # Totals Comments City Council Status Shovel Ready     SUB‐TOTAL: Funding Source Funding  Identified Funding Source Add'l Comments Costs to date Allocation to  Multi‐funds Project Location Project Status *Refer to last page of this document for definition of terms used.PAGE 6 Page 534 of 551 FIVE YEAR CAPITAL IMPROVEMENT PLAN* JULY 2022 PUBLIC WORKS DEPARTMENT 22/23 23/24 24/25 25/26 26/27 Asphalt Zipper ‐ Shared Cost The current equipment is Equipment #1000, a 1994 Wirgten W500 Grinder. This is a CARB Tier 0, and a retrofit for this unit is unavailable. This equipment assists in the ongoing maintenance of the Streets network in order to provide upgraded facilities for our residents. Three divisions will contribute: $120,000 total Public Works 10024620.80100 E1001 Shared with 820  Water and 840  Wastewater 1320 Airport Road New General Yes Department plans to set aside  funds for this replacement. $                40,000  $              40,000  Moved from FYE 23 due to COVID‐19. Moved from FYE 24.  Working with Fleet Maintenance staff on  evaluation. Moving to FYE 23. Continued evaluation and validation of justification required prior to  purchase.   Budget Adopted X Asphalt  Roller ‐Shared Cost The current equipment is Equipment #1611, a 1995 CAT CB214C Roller. This is CARB Tier 0, and a retrofit for this unit is unavailable. This equipment assistsin the ongoing maintenance of the Streets network in order to provide upgraded facilities for our residents. Three divisions will contribute: $66,000 total Public Works 10024620.80100 E1612 Shared with 820  Water and 840  Wastewater 1320 Airport Road New General Yes Department plans to set aside  funds for this replacement. $            22,000  $              22,000 Moved from FYE 23 due to COVID‐19. Working with Fleet Maintenance staff on evaluation. Reviewed Asphalt Paver  ‐ Shared Cost The current equipment is Equipment #1811, a 1998 LeeBoy Model 1000B Paver.This is a CARB Tier 0, and a retrofit for this unit is unavailable. This equipment assists in the ongoing maintenance of the Streets network in order to provide upgraded facilities for our residents. Three divisions will contribute: $210,000 total Public Works 10024620.80100 E1812 Shared with 820  Water and 840  Wastewater 1320 Airport Road New General Yes Department plans to set aside  funds for this replacement. $            70,000  $              70,000 Moved from FYE 23 due to COVID‐19. Working with Fleet Maintenance staff on evaluation. Reviewed Flat Rack Truck  Replace existing Flat Rack Truck due to age and mileage.Public Works 10024620.80100 V2236 N/A 1320 Airport Road New General Yes      $         62,500  $              62,500 Moved from FYE 22 due to COVID‐19.  Reviewed 3‐Yard Dump Truck Replace existing 3‐yard dump truck due to age and mileage.Public Works 10024620.80100 TBD N/A 1320 Airport Road New General Yes  $          102,000  $            102,000 Moved from FYE 23 due to COVID‐19.  Reviewed Loader Replacement Replace existing loader due to CARB requirements.Public Works 10024620.80100 E1413 Shared with 820  Water and 840  Wastewater 1320 Airport Road New General Yes  $              110,000  $            110,000 Working with Fleet on evaluation.  Continued evaluation and validation of justification required prior to  purchase.  Moved from FYE 22.Budget Adopted X Dump Truck Replacement Dump Truck Replacement for 3 years. This equipment is used to maintain and repair the Infrastructure for our citizens.  Total cost:  $500,000 Public Works 20824300.80100 18017 N/A 1320 Airport Road New Internal Service Yes Department plans to set aside  funds for this replacement. $          500,000  $            500,000 Moved from FYE 22 due to COVID‐19. Reduced cost from $750k due to splitting Loader to separate line. Reviewed Snap‐On Toolsets Snap‐On Tools, Master Set Tool set and Fleet Pro Set.Public Works 20324100.54102 18347 N/A 1320 Airport Road New Internal Service Yes  $                60,000  $              60,000 Garage Tool Sets Budget Adopted X ‐$                 210,000$               694,000$           ‐$                   62,500$          ‐$                 966,500$              WATER RESOURCES DEPARTMENT Totals CommentsProject Location Project Status Funding Source Funding  Identified Project Name Project Description Dept.Org/Obj Project # Allocation to  Multi‐funds Funding Source Add'l Comments Costs to date Shovel Ready    SUB‐TOTAL: City Council Status 22/23 23/24 24/25 25/26 26/27 Replace Water Treatment Plant  Service Truck The current vehicle's useful is expected to be exceeded in future years and will need to be replaced.Water  Resources 82227113.80100 V3754 N/A 935 River Street New Enterprise Yes  $                70,000  $              70,000 Moved from FYE 23.  Moved back to FYE 23.  Increased amount from $50k due to revising to a 3/4 ton with  lift gate, as well as inflation; EV is not an option at this time due to the heavy duty needs.Budget Adopted X Convert Chlorine Gas to Liquid  Chlorine at Water Treatment  Plant This project will replace chlorine gas  at the Water Treatment Plant and convert to Liquid Chlorine for safety reasons Water  Resources 82227113.80100 18133 N/A Water Treatment Plant New Enterprise Yes  $                50,000   $          270,000  $            320,000 Was budgeted FYE 20, moved to start in FYE 21  due to COVID‐19.  Moved $270k from FYE 22.  Moved $50k  from FYE 21.  Moved $50k from FYE 22.Budget Adopted X Replace Turbidimeters Replace Turbidimeters at Water Treatment Plant.Water  Resources 82227113.80100 18353 N/A 935 River Street New Enterprise Yes  $                75,000  $              75,000 Budget Adopted X Water Meter Replacements Upgrade aged meter in order to provide increased service efficiency.Water  Resources 82027114.80100 18074 N/A Various New Enterprise Yes  $            50,000   $            50,000  $            100,000  Ongoing ‐ reduced FYE 21 from $50k, added $50k to FYE 24 due to COVID‐19.  Added funding for FYE 25  and 26.  Removed $50k from FYE 22, FYE 23, and FYE 26.  Scope being re‐evaluated against other projects  going on. Reviewed Water  Resources 82027114.80100 Shared with 840  Sewer 1320 Airport Road New Enterprise Yes  $                40,000  Water  Resources 84027221.80100 Shared with 820  Water 1320 Airport Road New Enterprise Yes  $                40,000  Water  Resources 82027114.80100 TBD Shared with 840  Sewer 1320 Airport Road New Enterprise Yes  $            22,500  Water  Resources 84027221.80100 TBD Shared with 820  Water 1320 Airport Road New Enterprise Yes  $            22,500  Water  Resources 82027114.80100 Shared with 100  Streets and 840  Wastewater 1320 Airport Road New Enterprise Yes Department plans to set aside  funds for this replacement. $                40,000  Water  Resources 84027221.80100 Shared with 100  Streets and 820  Water 1320 Airport Road New Enterprise Yes Department plans to set aside  funds for this replacement. $                40,000  Water  Resources 82027114.80100 Shared with 100  Streets and 840  Wastewater 1320 Airport Road New Enterprise Yes Department plans to set aside  funds for this replacement. $            22,000  Water  Resources 84027221.80100 Shared with 100  Streets and 820  Water 1320 Airport Road New Enterprise Yes Department plans to set aside  funds for this replacement. $            66,000  Water  Resources 82027114.80100 Shared with 100  Streets and 840  Wastewater 1320 Airport Road New Enterprise Yes Department plans to set aside  funds for this replacement. $            70,000  Water  Resources 84027221.80100 Shared with 100  Streets and 820  Water 1320 Airport Road New Enterprise Yes Department plans to set aside  funds for this replacement. $            70,000  Water  Resources 82027114.80100 Shared with 100  Streets and 840  Wastewater 1320 Airport Road New Enterprise Yes  $              110,000  Water  Resources 84027221.80100 Shared with 100  Streets and 820  Water 1320 Airport Road New Enterprise Yes  $              110,000  Telescoping Lift This equipment is needed at the Wastewater Treatment Plant to assist in maintaining the facility which provides Waste Water Treatment for the City and the Ukiah Valley Sanitation District.Water  Resources 84027225.80100 E1718 N/A 300 Plant Road New Enterprise Yes      $            20,000  $              20,000 Rebudgeted FYE 20.  Moved from FYE 20 due to COVID‐19.  Increased the amount from $12k. Moved from  FYE 22.Reviewed Digester Rehabilitation and  Methane Scrubber Methane Scrubbers are needed in order to clean the methane gas to provide an alternate energy source to operate the boilers at the WastewaterTreatment Plant, which will in turn decrease the City's energy cost at the plant.   Water  Resources 84027225.80100 18135 N/A 300 Plant Road New Enterprise Yes Cost will be offset by saving in the  purchase of natural gas  $      1,500,000  $         1,500,000 Moved from FYE 22 due to COVID‐19. Reviewed Replace Ford Ranger Replace Ford Ranger at the Wastewater Treatment Plant.Water  Resources 84027225.80100 TBD N/A 300 Plant Road New Enterprise Yes  $                40,000  $              40,000 (Not on CIP during rate study.) Moved from FYE 21 due to COVID‐19. Moved to FYE 23.  Electric vehicle  option will be evaluated.   Budget Adopted X Recondition Yardney Filters Recondition the filters that produce in‐house plant utility wash water.Water  Resources 84027225.80100 18243 N/A 300 Plant Road New Enterprise Yes  $              100,000  $            100,000 Moved from FYE 22, and increased from $65k. Budget Adopted X Install Flow Sensors Install Flow Sensor on the effluent at the Chlorine Contact Basins.Water  Resources 84027225.80100 18244 N/A 300 Plant Road New Enterprise Yes  $                20,000  $              20,000 Moved from FYE 22.Budget Adopted X Belt Filter Press Replacement This project will replace the existing Belt Filter Press Equipment which has passed its useful life.Water  Resources 84027225.80100 18130 N/A 300 Plant Road In Progress Enterprise Yes  $              825,000  $            825,000  Purchase approved in amount of $432,729 for the equipment.  Amount for FYE 22 also reflects $269,326 for  engineering and project management services, going to Council approval in May. Rebudgeting $825k for  FYE  23 for installation/construction. Budget Adopted DAFT Replacement Perform repairs to components of the Dissolved Air Flotation Thickener (DAFT) at the Wastewater Treatment Plant.Water  Resources 84027225.80100 18248 N/A 300 Plant Road In Progress Enterprise Yes  $              725,000  $            725,000  Award was approved by Council this May for equipment.  Amount changed from original budget of $250k.   The increase also reflects $252,752 for engineering and project management services, going to Council  approval in May, and an additional $725k budgeted for next year for installation/construction. Budget Adopted X Vichy Springs Lift Station  Upgrade This needs upgrading to install two new pumps, the pump guides, and the discharge valves.Water  Resources DISTRICT TBD N/A Vichy Springs Road New Enterprise Yes  $       250,000  $            250,000 Reviewed VFD Replacements A total of five Variable Frequency Drive replacements at high service pump station and raw water pump station.Water  Resources 82027111.56120 18355 N/A Various New Enterprise Yes  $              100,000   $          200,000   $            20,000  $            320,000 Budget Adopted X ‐$                 2,385,000$            813,000$           1,570,000$       250,000$        ‐$                 5,018,000$          263,563$        3,179,456$            2,311,000$       4,204,000$       2,171,500$     84,000$          12,055,410$        Funding Source Add'l Comments Costs to date Allocation to  Multi‐funds Project Status TOTALS FOR VEHICLES, MACHINERY & EQUIPMENT : The current equipment is  Equipment #1000, a 1994 Wirgten W500 Grinder. This is a CARB Tier 0, and a retrofit for this unit is unavailable.  This equipment assists in the ongoing maintenance of the Streets network in  order to provide upgraded facilities for our residents. Three divisions will contribute: $120,000 total SUB‐TOTAL: Replace Water/Sewer  Operations Lead Worker Truck ‐  Shared Cost The current vehicle's useful life is expected to be exceeded in future years and will need replaced  $              45,000  Budget AdoptedIncreased amounts in both Water and Sewer from $30k each due to inflation.  EV is not an option at this  time due to the heavy duty needs. $              80,000  Project Location The current vehicle's useful is expected to be exceeded in future years and will need replaced Asphalt  Roller ‐Shared Cost The current equipment is  Equipment #1611, a 1995 CAT CB214C Roller. This is CARB Tier 0, and a retrofit for this unit is unavailable.  This equipment assists in the ongoing maintenance of the Streets network in order to  provide upgraded facilities for our residents. Three divisions will contribute: $66,000 total E1612  $              88,000  Asphalt Paver  ‐ Shared Cost The current equipment is Equipment #1811, a 1998 LeeBoy Model 1000B Paver.  This is a CARB Tier 0, and a retrofit for this unit is unavailable.  This equipment assists in the ongoing maintenance of the Streets network  in order to provide upgraded facilities for our residents. Three divisions will contribute: $210,000 total E1812  $            140,000  Loader Replacement Replace existing loader due to CARB requirements. V3753 Replace Water/Sewer  Operations Call Truck ‐ Shared  Cost Moved from FYE 23 due to COVID‐19.  Moved from FYE 24.  Working with PW and Fleet on evaluation.   Moving to FYE 23. Continued evaluation and validation of justification required prior to purchase.  Budget Adopted Increased amounts in both Water and Sewer from $20k each due to inflation.    Electric vehicle.   Reviewed Moved from FYE 23 due to COVID‐19.  Working with PW and Fleet on evaluation. Reviewed Moved from FYE 23 due to COVID‐19. Working with PW and Fleet on evaluation. Reviewed Working with Fleet on evaluation.  Continued evaluation and validation of justification required prior to  purchase.  Moved from FYE 22.Budget Adopted $            220,000 E1413 Asphalt Zipper ‐ Shared Cost E1001  $              80,000  Shovel Ready    Project Name Project Description Dept.Org/Obj Project # Totals Comments City Council StatusFunding Source Funding  Identified X *Refer to last page of this document for definition of terms used.PAGE 7 Page 535 of 551 FIVE YEAR CAPITAL IMPROVEMENT PLAN* JULY 2022 Project Name Project Description Org/Object Project Number Allocation to Multi‐funds Project Status Funding Source Funding Identified Funding Source Add'l  Comments Costs to date Estimated Costs per Fiscal  Year Totals Comments City Council Status Shovel Ready "Not Reviewed"‐ First time that Council has been presented the project; "Reviewed" ‐ Council has been presented the project during an agendized meeting; "Explore" ‐ Council has reviewed and has asked staff to further explore; "Reviewed and Supported" ‐ Council has reviewed and supports the placement of the project on the CIP Plan; "Budget Adopted" ‐ Council has approved the project through the Council action that takes place through either the full budget adoption process, or through a specific agendized item brought to  Project is ready to be sent out to bid. To further explain, as necessary, the funding type used selected.  Costs spent on the project. Costs estimated to be spent in each of the fiscal years. The sum of the five year estimate for each project Additional information as  needed The number assigned to track all expenses related to the project Indicates if the cost of the proposed cost is shared.  In this case, here it will state what other funds are sharing the cost.  This indicates whether the project is "NEW", "IN PROGRESS", "ONGOING" or "COMPLETED" The Fund the actual expense will come out of "Yes" indicating funding has been identified and will be available, "No" indicating funding has not yet been identified and is unavailab Definition of terms used: The name of the project. Provides a description and additional narrative to assist in the understanding of the need and value of the proposed projec The proposed account code where the expense will be accounted for *Refer to last page of this document for definition of terms used.PAGE 8 Page 536 of 551 Page 1 of 2 Agenda Item No: 14.e. MEETING DATE/TIME: 3/1/2023 ITEM NO: 2023-2418 AGENDA SUMMARY REPORT SUBJECT: Review and Update, if Warranted, the Ukiah City Council Strategic Plan. DEPARTMENT: City Manager / Admin PREPARED BY: Traci Boyl, City Manager's Office Senior Analyst PRESENTER: Sage Sangiacomo, City Manager ATTACHMENTS: 1. City Council Strategic Plan 2023 DRAFT Summary: Each year during the annual budget process, the Ukiah City Council reviews and updates the City's Strategic Plan. Background: The Strategic Plan provides a framework that prioritizes focus on core functions and ensures City Departments are working together to meet the needs of our residents and businesses as directed by the City Council. The priorities identified in the plan will guide decision-making to desired outcomes through strategies and specific actions. The priorities, strategies, and actions that make up the strategic plan evolve over time with the changing needs of the community and organization. • Priorities are broad guiding statements that describe the hopes of the community for the future. A priority may never be completely attainable, but it is used as a point towards which to strive. • Strategies describe what is needed to move the City in the direction of completing each priority. • Actions outline specific steps to be taken to achieve the strategy. Actions are further defined, detailed, and assigned as objectives within each departmental budget. Throughout the annual budget process, the City Council reviews and modifies the Plan as necessary and sets annual objectives for all departments (within departmental budgets) that are in line with the City's priorities. Discussion: The City Council will review and discuss the Strategic Plan (Attachment #1). The plan includes updates and edits (in redline) to reflect the Council's recent policy changes and priorities over the previous year, including the following updates: • City of Ukiah Climate Initiatives (Resolution 2022-44) • Ukiah 2040 General Plan • Updated sphere of influence (SOI) and relevant annexation policies and applications • Partnerships with Ukiah Valley water agencies • Downtown Streetscape Improvement Plan • Great Redwood Trail Page 537 of 551 Page 2 of 2 Recommended Action: Review the Ukiah City Council Strategic Plan and provide direction as may be warranted to update the document. BUDGET AMENDMENT REQUIRED: n/a 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 DIVERSITY-EQUITY INITIATIVES (DEI): Goal 2 – Eliminate internal and external barriers to Diversity, Equity, and Inclusion within the systems of our organization. Goal 5 – Instill diversity, equity, and inclusion as essential core elements of policy-making, accountability, and delivery of City services. CLIMATE INITIATIVES (CI): 6c – Ensure that climate responsibility is integrated throughout the City’s departments and operations. Page 538 of 551 Ukiah City Council Strategic Plan The Strategic Plan provides a comprehensive framework that prioritizes focus on core functions and ensures City Departments are working together to meet the needs of our residents and businesses. The priorities identified in the Plan will guide decision-making to desired outcomes through strategies and specific actions. The priorities, strategies and actions that make up the strategic plan evolve over time with the changing needs of the community and organization. During the annual budget process, the City Council reviews and modifies the Plan as necessary and sets annual objectives for all departments that are in line with the City’s priorities. In addition, successful development and implementation of the Strategic Plan requires continued engagement, collaboration, and review with our commissions and citizens. Outcomes The primary outcomes for the Strategic Planning Process are threefold: 1.Create alignment among Councilmembers, City Staff, and the Community about the top strategic priorities for the City of Ukiah. 2.Develop a set of operational principles that will guide the practices and decisions of the Council in focusing the strategic priorities. 3.Identify specific mechanisms for tracking these strategic priorities over time that will allow the Council and City Staff to make the necessary adjustments to achieve the strategic priorities. General Principles A set of accepted guidelines formed to capture values and priorities that transcend broadly to the strategic plan. Our strategies and approaches maintain or enhance the positive characteristics of our community. Our decisions reflect fiscal responsibility, reliability, sustainability, and affordability with an understanding and consideration of impacts to the entire organization. We look to partner with our community members to promote greater ownership and involvement in their services. We look for strategies that increase efficiencies while enhancing customer service. Where applicable, we adjust rates and fees to reflect changes in the economy and cost of services. Components of the Plan Priorities are guiding statements that describe desired outcomes for our community and organization. A priority may not be completely attainable, but it is used as a point towards which to strive. Strategies describe what is needed to move the City in the direction of completing each priority. Actions outline specific steps to be taken to achieve the strategy. Actions are further defined, detailed, and assigned as objectives within each departmental budget. Strategic Plan Priorities Enhance Our Neighborhoods: Foster a sense of small-town life by embracing our diversity and providing our residents with quality accessible services and vibrant places that reflect the diversity of cultures within our community (People, Places, & Services)  Attachment 1 Page 539 of 551 Develop Quality Infrastructure: Evaluate strategies and best practices to develop and implement a prioritized plan for maintaining and improving public infrastructure and utilities Plan for the Future: Utilize sound principles for valley-wide planning that include a focused approach on identifying and leveraging partnerships for service delivery to increase efficiencies, capabilities, and resiliency. Grow our Businesses: Facilitate the development of a sound local economy that attracts investment, promotes economic diversity, supports businesses, creates employment opportunities, and generates public revenues Value our Team: Ensure Council and staff work together to create a more diverse, inclusive, responsive, and effective workplace environment Page 540 of 551 Recommended Strategy: Build neighborhoods that provide access for all to a compatible balance of housing, employment, commercial, medical, education, and recreational resources. Actionable Items: •Implement a housing plan that works to support the development of sustainable all types of housing for all income levels •Responsively Actively engage with our neighborhoods to align services with changing needs •Seek funding opportunities and partnerships to update and add park and recreational facilities •Work to preserve, conserve, and protect the natural resources/features of the Ukiah Valley and open space •Develop a Complete Streets transportation network that enables safe access for all users, including pedestrians, bicyclists, motorists, and transit riders of all ages and abilities. Recommended Strategy: Provide services that support a high quality of life for all residents Actionable Items: Ensure the safety of our community through proactive and responsive community policing and fire services with a focus on ensuring that our team members have the appropriate training and resources Promote healthy neighborhoods with access for all to quality recreational opportunities Engage and conduct community-wide surveys to identify gaps and opportunities for changes or additions to our services and programs Continue to wWork with partnering agencies and stakeholders to identify and address the needs of the community’s most underrepresented Recommended Strategy: Embrace new technology, set policy, and evaluate critical infrastructure to encourage and support environmentally sustainable community. Actionable Items: Provide ongoing education and active engagement of City staff, members of committees and commissions, contractors, consultants, residents, and independent community groups in alignment with the goals of improving environmental standards and promoting sustainable policies Enhance Our Neighborhoods Foster a sense of small town life by embracing our diversity and providing our residents with quality, accessible services and vibrant places that reflect the diversity of cultures within our community (People, Places, Services) Page 541 of 551      Address the climate implications of all policies and actions that come before the Ukiah City Council that have the potential to impact greenhouse gas emissions, carbon sequestration, and disaster preparedness within the City  Implement the City of Ukiah Climate Initiatives (Resolution 2022-44) Identify and consider a list of actions to restore a safe climate Page 542 of 551     Recommended Strategy: Continue the development and maintenance of a comprehensive Capital Improvement Plan.   Actionable Items:  Determine current conditions, needs and opportunities, and focus on specific capital improvement projects for the following areas: o Streets o Water o Sewer o Electric o Storm drains o Landfill Recommended Strategy: Identify and/or develop funding for essential and vital infrastructure for the long-term. Actionable Items:  Conduct regular evaluation of utility rates to ensure sustainability of services  Explore and seek grant funding  Evaluate a potential trench cut fee to protect the community’s investment Develop Quality Infrastructure Evaluate strategies and best practices to develop and implement a prioritized plan for maintaining and improving public infrastructure and utilities Page 543 of 551     Recommended Strategy: Review and revise land use planning documents to be reflective of the long-term vision for the community Actionable Items:  Implement the goals, policies, and programs in Update the Ukiah 2040 General Plan  Update the City of Ukiah’s sphere of influence (SOI)  Prepare and adopt submit annexation applications in alignment with the City of Ukiah’s updated sphere of influence (SOI) and annexation policiespolicies  Evaluate and amend the city zoning code to improve efficiencies/public service and protect natural resources Recommended Strategy: Analyze and consider opportunities for regional partnerships that support or improve the delivery of municipal services Actionable Items:  Develop tax sharing agreement with the County of Mendocino  Support and iImplement the participation agreement with the Ukiah Valley Sanitation District  Continue the development of a plan for the delivery of fire services for the Ukiah Valley  Support newly-dDeveloped partnerships with Ukiah Valley water agencies and finalize agreements to explore consolidated services for improved efficiency, capability and resiliency   Plan for the Future Utilize sound principles for valley-wide planning that include a focused approach on identifying and leveraging partnerships for service delivery to increase efficiencies, capabilities, and resiliency. Page 544 of 551     Recommended Strategy: Identify and remove barriers to economic development while leveraging economic opportunities Actionable Items:  Leverage partnerships with other local agencies and stakeholders to provide economic development resources and services for the retention and recruitment of businesses.  Identify and support the development of public infrastructure needed to support growth Recommended Strategy: Develop and preserve the historic downtown as a regional center of civic and economic activity. Actionable Items:  Develop a plan to identify and attract anchor tenants to the downtown core  Continue efforts to affect positive change with the Palace Hotel  Coordinate with the County and State for a reuse plan for the Courthouse  Evaluate and implement Downtown Streetscape Improvement Plan (Phase II anticipated summer of 2023pending)  Support public infrastructure development at the Perkins Street Depot site in support of the courthouse development and buildout of the property.  Develop and implement an improved downtown parking plan  Continue to engage insupport the development of the Great Redwood Trail (Phase IV anticipated summer of 2023) Grow Our Businesses Facilitate the development of a sound local economy that attracts investment, promotes economic diversity, supports businesses, creates employment opportunities, and generates public revenues. Page 545 of 551     Recommended Strategy: Promote the core values that are embedded in the operational culture of the organization. Actionable Items:  Develop organizational practices to embed the core values (Professionalism, Service, Teamwork, Innovation, and Safety) and improve diversity, equity, transparency, and justice Recommended Strategy: Develop open communication and workflow practices that cultivate invested team members and community awareness/involvement Actionable Items:  Support the implementation of the City’s Equity Action Plan  Develop and expand a public education and outreach plan  Continue to redesign City Council workflow calendaring and ad-hoc/committee files Value our Team Ensure Council and staff work together to create a more diverse, inclusive, responsive, and effective workplace environment Page 546 of 551 Page 1 of 2 Agenda Item No: 14.f. MEETING DATE/TIME: 3/1/2023 ITEM NO: 2023-2413 AGENDA SUMMARY REPORT SUBJECT: 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). DEPARTMENT: City Clerk PREPARED BY: Kristine Lawler, City Clerk PRESENTER: Mayor Rodin and Various Councilmembers ATTACHMENTS: 1. City Council Special Assignments Summary: City Council members will provide reports and updates on their committee and ad hoc assignments. If necessary, the Council may consider modifications. Background: City Council members are assigned to a number of committees and ad hoc activities. These assignments are included as Attachment 1. Discussion: Previously, the City Council discussed having more time allocated to reporting on committee and ad hoc 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 assignments, this item is being placed on the agenda to provide the City Council members an expanded opportunity to report on assignments and modify assignments as necessary. Special considerations for the March 1, 2023, discussion include: • Councilmember Orozco has two conflicting assignments, and is looking for a councilmember who would like to take on the Sun House Guild assignment. • One of the first programs directed by the recently adopted 2040 General Plan is development and adoption of a municipal Climate Action Plan (CAP). The Community Development Director, Craig Schlatter, will be overseeing development of this plan and has proposed the creation of both a Council ad hoc and CAP working group to guide this process. Due to the urgency expressed within the Council's Climate Initiatives Resolution, No. 2022-44, Staff will be recommending the CAP working group reflect a diverse group of stakeholders in the community including the following categories: two members from the local climate action group, one member from the Ukiah business community, and the City's Electric Utility Director. The Council Ad Hoc will coordinate with the Community Development Director to identify and assign representation to each of the identified categories. The Council Ad Hoc will also coordinate with the Community Development Director and the CAP working group related to other outreach efforts during the development of the draft document which will be presented for Council's consideration upon completion. Recommended Action: Receive report(s). The Council will consider modifications to committee and ad hoc assignments along with the creation/elimination ad hoc(s). BUDGET AMENDMENT REQUIRED: No CURRENT BUDGET AMOUNT: N/A Page 547 of 551 Page 2 of 2 PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: N/A DIVERSITY-EQUITY INITIATIVES (DEI): Goal 1 – Create and sustain a diverse, equitable, and inclusive workplace and workforce that reflects, values, and celebrates the diverse community we serve. CLIMATE INITIATIVES (CI): 6c – Ensure that climate responsibility is integrated throughout the City’s departments and operations. Page 548 of 551 2023 CITY COUNCIL SPECIAL ASSIGNEMENTS LOCAL / UKIAH VALLEY MTG DATE/TIME MEETING LOCATION MAILING ADDRESS/CONTACT COMMITTEE FUNCTION ASSIGNED TO PRINCIPAL STAFF SUPPORT Investment Oversight Committee Varies Civic Center 300 Seminary Ave. Ukiah, CA 95482 Civic Center 300 Seminary Ave. Ukiah, CA 95482 Reviews City investments, policies, and strategies Crane Orozco - Alternate Alan Carter, Treasurer Dan Buffalo, Director of Finance; 463-6220 dbuffalo@cityofukiah.com Disaster Council Shall meet a minimum of once a year at a time and place designated upon call of the chair Place designated upon call of the chair or, if she/he is unavailable or unable to call such meeting, the first vice chair and then the City Manager or her/his designee. Office of Emergency Management 300 Seminary Ave. Ukiah, CA 95482 467-5765 - Tami Bartolomei Develop any necessary emergency and mutual aid plans, agreements, ordinances, resolutions, rules, and regulations. Orozco Duenas- Alternate Traci Boyl, City Manager's Office Management Analyst; 467-5720; tboyl@cityofukiah.com Greater Ukiah Business & Tourism Alliance (GUPTA) 4th Monday of month, 10:00 a.m. 200 S School St. Ukiah, CA 95482 200 S School St. Ukiah, CA 95482 Promotes tourism and works to strengthen and promote the historic downtown and businesses within the greater Ukiah area Rodin Duenas - Alternate Shannon Riley, Deputy City Manager; 467-5793 sriley@cityofukiah.com Mendocino County Inland Water and Power Commission (IWPC) 2nd Thursday of month, 6:00 p.m. Civic Center 300 Seminary Avenue conference room 5 IWPC Staff P.O. Box 1247 Ukiah, CA 95482 391-7574 - Candace Horsley Develops coordination for water resources and current water rights: Potter Valley project - Eel River Diversion Rodin Orozco- Alternate Sean White, Director of Water Resources; 463-5712 swhite@cityofukiah.com North Coast Opportunities (NCO)4th Wednesday of month, 2 p.m. Alternating locations - Ukiah and Lakeport Governing Board Chair North Coast Opportunities 413 North State Street Ukiah, CA 95482 Assist low income and disadvantaged people to become self reliant Burgess Jake Burgess, Community Services Supervisor; 463-6201 jburgess@cityofukiah.com Sun House Guild ex officio 2nd Tuesday of month, 4:30 p.m. Sun House 431 S. Main St. Ukiah, CA 431 S. Main Street Ukiah, CA 95482 467-2836 Support and expand Grace Hudson Museum Orozco Neil Davis - Alternate David Burton, Museum Director; 467-2836 dburton@cityofukiah.com Ukiah Valley Basin Groundwater Sustainability Agency (GSA) 2nd Thursday of month, 1:30 p.m. Board of Supervisors Chambers; 501 Low Gap Road Ukiah, CA County Executive Office 501 Low Gap Rd., Rm. 1010 Ukiah, CA 95482 463-4441 GSA serves as the Groundwater Sustainability Agency in the Ukiah Valley basin Crane Duenas - Alternate Sean White, Director of Water Resources; 463-5712 swhite@cityofukiah.com MENDOCINO COUNTY MTG DATE/TIME MEETING LOCATION MAILING ADDRESS/CONTACT COMMITTEE FUNCTION ASSIGNED TO PRINCIPAL STAFF SUPPORT City Selection Committee Called as required by the Clerk of the Board BOS Conference Room 501 Low Gap Rd. Rm. 1090 Ukiah, CA C/O: BOS 501 Low Gap Rd., Rm 1090 Ukiah, CA 95482 463-4441 Makes appointments to LAFCO and Airport Land Use Commission (Mayor - Primary; Vice Mayor - Alternate) Mayor Rodin Vice Mayor Duenas - Alternate Kristine Lawler, City Clerk; 463-6217 klawler@cityofukiah.com Economic Development & Financing Corporation (EDFC) 2nd Thursday of month, 2:00 p.m. Primarily 631 S. Orchard Street (location varies) Executive Director 631 South Orchard Avenue Ukiah, CA 95482 467-5953 Multi-agency co-op for economic development and business loan program Riley (appointed 12/19/18) Shannon Riley, Deputy City Manager; 467-5793 sriley@cityofukiah.com Library Advisory Board 3rd Wednesdays of alternate months; 1:00 p.m. Various Mendocino County Libraries Ukiah County Library 463-4491 Review library policy and activities Duenas Kristine Lawler, City Clerk; 463-6217; klawler@cityofukiah.com Mendocino County 1st District Liaison Monthly; TBD Civic Center Annex conference room #5 411 West Clay St. Ukiah, CA 95482 Civic Center 300 Seminary Ave. Ukiah, CA 95482 To coordinate activities and policy development with the City's 1st District Supervisor Rodin Crane - Alternate Sage Sangiacomo, City Manager; 463-6221; ssangiacomo@cityofukiah.com Mendocino County 2nd District Liaison 1st Wednesdays of month, 8:00 a.m. Civic Center Annex conference room #5 411 West Clay St. Ukiah, CA 95482 Civic Center 300 Seminary Ave. Ukiah, CA 95482 To coordinate activities and policy development with the County's 2nd District Supervisor Rodin Duenas - Alternate Shannon Riley, Deputy City Manager; 467-5793 sriley@cityofukiah.com Mendocino Council of Governments (MCOG) 1st Monday of month, 1:30 p.m. Board of Supervisors Chambers 501 Low Gap Road Ukiah, CA Executive Director 367 N. State Street, Ste. 206 Ukiah, CA 95482 463-1859 Plan and allocate State funding, transportation, infrastructure and project County wide Duenas Sher - Alternate Tim Eriksen, Public Works Director/City Engineer; 463-6280 teriksen@cityofukiah.com Mendocino County Airport Land Use Commission As needed BOS Conference Room 501 Low Gap Rd., Rm. 1090, Ukiah, CA Mendocino County Executive Office 501 Low Gap Rd. Rm. 1010 Ukiah, CA 95482 To formulate a land use compatibility plan, provide for the orderly growth of the airport and the surrounding area, and safeguard the general welfare of the inhabitants within the vicinity Liaisons: Owen/Schlatter Greg Owen, Airport Manager; 467-2855; gowen@cityofukiah.com Craig Schlatter, Director of Community Development; 463-6219; cschlatter@cityofukiah.com Mendocino County Local Area Formation Commission (LAFCO) 1st Monday of month, 9:00 a.m.Board of Supervisors Chambers Executive Director 200 S. School Street, Ste. 2 Ukiah, CA 95482 463-4470 Required by legislation - planning spheres of influence, annexation, service areas, and special districts Rodin Crane - Desired Alternate if appointment becomes available with City Selection Committee Craig Schlatter, Director of Community Development; 463-6219; cschlatter@cityofukiah.com 2/22/2023 ATTACHMENT 1 Page 549 of 551 2023 CITY COUNCIL SPECIAL ASSIGNEMENTS MENDOCINO COUNTY Continued MTG DATE/TIME MEETING LOCATION MAILING ADDRESS/CONTACT COMMITTEE FUNCTION ASSIGNED TO PRINCIPAL STAFF SUPPORT Mendocino Solid Waste Management Authority (MSWMA) 3rd Thursday of every other month (varies), 10:00 a.m. Willits Council Chambers Solid Waste Director 3200 Taylor Drive Ukiah, CA 95482 468-9710 County-wide Solid Waste JPA Crane Duenas- Alternate Tim Eriksen, Public Works Director/City Engineer; 463-6280 teriksen@cityofukiah.com Mendocino Transit Authority (MTA) Board of Directors Last Wednesday of month, 1:30 p.m. Alternating locations - Ukiah Conference Center or Fort Bragg, or Point Arena Executive Director 241 Plant Road Ukiah, CA 95482 462-1422 County-wide bus transportation issues and funding Sher Duenas - Alternate Tim Eriksen, Public Works Director/City Engineer; 463-6280 teriksen@cityofukiah.com Mendocino Youth Project JPA Board of Directors 3rd Wednesday of month, 7:45 a.m. 776 S. State Street Conference Room Mendocino Co. Youth Project 776 S. State Street, Ste. 107 Ukiah, CA 95482 707-463-4915 Targets all youth with a focus on drug and alcohol prevention, healthy alternatives and empowering youth to make healthy choices Cedric Crook, Police Captain Duenas - Alternate Cedric Crook, Police Captain 463-6771; ccrook@cityofukiah.com Russian River Flood Control District (RRFCD) Liaison 1st Monday of month, 5:30 p.m. 151 Laws Ave.,Suite D Ukiah, CA 151 Laws Ave., Ukiah, CA 95482; rrfc@pacific.net; 462-5278 Proactively manage the water resources of the upper Russian River for the benefit of the people and environment of Mendocino County White/Orozco Sean White, Director of Water Resources; 463-5712 swhite@cityofukiah.com Ukiah Players Theater Board of Directors 3rd Tuesday of month, 6:00 p.m 1041 Low Gap Rd Ukiah, CA 95482 462-1210 1041 Low Gap Rd Ukiah, CA 95482 462-1210 To oversee the activities, organization and purpose of the Ukiah Players Theater Greg Owen, Airport Manager (appointed 12/19/18) Kristine Lawler, City Clerk; 463-6217 klawler@cityofukiah.com Ukiah Unified School District (UUSD) Committee Quarterly 511 S. Orchard, Ste. D Ukiah, CA 95482 511 S. Orchard Ukiah, CA 95482 Information exchange with UUSD Board Chair, Mayor, Superintendent, and City Manager Mayor, City Manager and Police Chief Sage Sangiacomo, City Manager; 463-6221 ssangiacomo@cityofukiah.com REGIONAL MTG DATE/TIME LOCATION MAILING ADDRESS/CONTACT COMMITTEE FUNCTION ASSIGNED TO PRINCIPAL STAFF SUPPORT Great Redwood Trail Agency Bi-monthly, 3rd Thursdays, 10:30 a.m.Various Locations - announced 419 Talmage Road, Suite M Ukiah, CA 95482 463-3280 Provides a unified and revitalized rail infrastructure meeting the freight and passenger needs of the region Rodin Duenas - Alternate Neil Davis, Community Services Director 467-5764 ndavis@cityofukiah.com League of California Cities Redwood Empire Legislative Committee Prior to Division Meetings, meets 3x in person and then via conference call Various locations that are announced Redwood Empire League President; Public Affairs Program Manager (916) 658-8243 Elected city officials and professional city staff attend division meetings throughout the year to share what they are doing and advocate for their interests in Sacramento Orozco Duenas -Alternate Sage Sangiacomo, City Manager; 463-6221 ssangiacomo@cityofukiah.com Russian River Watershed Association (RRWA) 4th Thursday of month, 9:00 a.m. (only 5 times a year) Windsor Town Hall Russian River Watershed Association 425 South Main St., Sebastopol, CA 95472 508-3670 Consider issues related to Russian river - plans projects and funding requests Rodin Sher - Alternate Tim Eriksen, Public Works Director/City Engineer; 463-6280 teriksen@cityofukiah.com Northern California Power Agency (NCPA) Commission 4th Thursday of month, 9:00 a.m. (see NCPA calendar) Roseville, CA and other locations 651 Commerce Drive Roseville, CA 95678 916-781-4202 Pool of State and local power utilities developing and operating power generation, providing scheduling and related energy services and providing regulatory and legislative support. Crane - Commissioner Sauers - Alternate and Commissioner in absence of Commissioner Crane Cindi Sauers - Electric Utility Director; 463-6286 csauers@cityofukiah.com Northern California Power Agency (NCPA) – Lodi Energy Center (LEC) Appointment 2nd Monday of  month, 10:00 AM Lodi, CA and other locations 651 Commerce Drive Roseville, CA 95678 916-781-4299 Committee oversees the operation, maintenance and  expenditures of the LEC 300 MW generating project. Sauers – Project Participate  Appointee Cindy Sauers, Electric Utility Director, 463‐6286, csauers@cityofukiah.com Transmission Agency of Northern California (TANC) 4th Wednesday of month, 10 a.m. 35 Iron Point Circle Suite 225 Folsom, CA 35 Iron Point Cir #225 Folsom, CA 95630 916-852-1673; info@tanc.us Provide electric transmission to its Member utilities through transmission line ownership or contract arrangements. Crane Sauers - Alternate Cindi Sauers - Electric Utility Director; 463-6286 csauers@cityofukiah.com STANDING COMMITTEES MTG DATE/TIME LOCATION MAILING ADDRESS/CONTACT COMMITTEE FUNCTION ASSIGNED TO PRINCIPAL STAFF SUPPORT Diversity and Equity TBD Virtual Meeting Room (link to be created) Civic Center 300 Seminary Ave. Ukiah, CA 95482 Improve diversity and equity in the City’s workforce and municipal services Orozco/Duenas Traci Boyl, City Manager's Office Management Analyst; 467-5720; tboyl@cityofukiah.com Fire Executive Committee 2nd Tue, every other month beginning in January; 5:00 p.m. Ukiah Valley Conference Center, 200 S. School Street Ukiah, CA Civic Center 300 Seminary Ave. Ukiah, CA 95482 sabba@cityofukiah.com Per the recently adopted agreement between the City of Ukiah and the Ukiah Valley Fire Protection District Orozco/Sher Doug Hutchison, Fire Chief; 463-6263; dhutchison@cityofukiah.com Countywide Oversight Board to the RDA Successor Agencies 4th Thursday of January, 4:00 p.m.; meets annually Ukiah Valley Conference Center, 200 S. School Street Ukiah, CA City of Ukiah ATTN: City Clerk 300 Seminary Ave. Ukiah, CA 95482 707-463-6217 oversee and direct the Successor Agencies of the former redevelopment agencies Crane Dan Buffalo, Director of Finance; 463-6220 dbuffalo@cityofukiah.com Kristine Lawler, City Clerk; 463-6217, klawler@cityofukiah.com 2/22/2023 Page 550 of 551 COMMITTEE ASSIGNED TO PRINCIPAL STAFF SUPPORT Electric Grid Operational Improvements Crane/Orozco Cindy Sauers, Electric Utility Director; 463-629586 csauers@cityofukiah.com Trench Cut Policy Development Crane Tim Eriksen, Public Works Director/City Engineer; 463-6280 teriksen@cityofukiah.com Advance Planning & Policy for Sphere of Influence (SOI), Municipal Service Review (MSR), Annexation, Tax Sharing, Detachment, and Out of Area Service Agreements Crane/Rodin Craig Schlatter, Community Development Director 463-6219 cschlatter@cityofukiah.com UVSD/ City Relations Ad hoc committee to address specific issues with the Ukiah Valley Sanitation District, including discussion of overall sewer system service delivery policies, operating policy revisions, potential revisions to the current Operating Agreement, and cost sharing Crane/Orozco Dan Buffalo, Director of Finance;  463‐6220 dbuffalo@cityofukiah.com Sean White, Water Resources Director 463‐5712 swhite@cityofukiah.com  Orr Street Bridge Corridor Rodin/Sher Tim Eriksen, Public Works Director/City Engineer; 463-6280 teriksen@cityofukiah.com Complete Streets Rodin/Crane Tim Eriksen, Public Works Director/City Engineer; 463-6280 teriksen@cityofukiah.com Shannon Riley, Deputy City Manager 467-5793 sriley@cityofukiah.com Neil Davis, Community Services Director 467-5764 ndavis@cityofukiah.com Special Districts (Water District Consolidation)Orozco/Crane Shannon Riley, Deputy City Manager 467‐5793 sriley@cityofukiah.com Corp Yard Planning Crane/Orozco Jason Benson, Senior Civil Engineer  463‐6284 jbenson@cityofukiah.com Police Chief Recruitment Rodin/Sher Shannon Riley, Deputy City Manager 467‐5793 sriley@cityofukiah.com City/District Review of 2019/22 Proposed Fire Code Crane/Orozco Doug Hutchison, Fire Chief 463‐6263 dhutchison@cityofukiah.com Mendocino County Courthouse Project and Reuse Sher/Orozco Shannon Riley, Deputy City Manager 467‐5793 sriley@cityofukiah.com 2023 AD HOC COMMITTEES 1/13/2023 Page 551 of 551