HomeMy WebLinkAbout2021-05-19 PacketPage 1 of 6
City Council
Regular Meeting
AGENDA
Register for Ukiah City Council Regular Meeting at:
https://attendee.gotowebinar.com/rt/3862698010362077965
After registering, you will receive a confirmation email containing information about joining
the webinar. Alternatively, you may view the meeting (without participating) by clicking on the
name of the meeting at http://cityofukiah.com/meetings.
May 19, 2021 6:00 PM
1. ROLL CALL
2. PLEDGE OF ALLEGIANCE
3. PROCLAMATIONS/INTRODUCTIONS/PRESENTATIONS
PROCLAMATION of the UKIAH CITY COUNCIL RECOGNIZING MAY as BICYCLE MONTH
3.a. Proclamation of the Ukiah City Council Recognizing May as Bicycle Month.
Recommended Action: Present Proclamation
Attachments:
1.Bike Month Proclamaton 2021
4. PETITIONS AND COMMUNICATIONS
5. APPROVAL OF MINUTES
5.a. Approval of the Minutes for the May 5, 2021, Regular Meeting.
Recommended Action: Approve the Minutes of May 5, 2021, a Regular Meeting, as submitted.
Attachments:
1.20210505 Draft Minutes
6. 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.
7. 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.
Page 1 of 387
Page 2 of 6
7.a. Report of Disbursements for the Month of April 2021.
Recommended Action: Approve the Report of Disbursements for the Month of April 2021.
Attachments:
1.April 2021 Summary of Disbursements
2.Account Codes for Reference
3.Object codes for Reference
4.April 2021 Disbursement Detail
7.b. Award of Bid to Northwest Construction Inc. in the Amount of $42,244 for the Pedestrian
Access Improvements Project at the Crosswalk Across South Dora Street and Luce Avenue,
Specification No. 2016, and Approve Corresponding Budget Amendment.
Recommended Action: Award Bid to Northwest Construction Inc. in the Amount of $42,244 for
the Pedestrian Access Improvements Project at the Crosswalk Across South Dora Street and
Luce Avenue, Specification No. 2016, and approve corresponding budget amendment.
Attachments:
1.PLANS SPEC NO 2016
2.Bid Results
3.Northwest Construction BID
7.c. Annual Report on Mobilehome Park Stabilization Fees and Activities, and Consideration of
Approval to Waive Fees for the Fiscal Year 202021.
Recommended Action: Receive annual report on mobilehome park stabilization fees and
activities, and approve waiving fees for the fiscal year 202021.
Attachments:
1.ORDINANCE 1126 Mobilehome rent stabilization
2.RESOLUTION 202026 Arbitration and Admin Fees for Rent Stabiliation for
Mobilehome Parks Program
3.42721 Letter to Mobilehome Residents
7.d. Authorize the City Manager to Sign Federal Aviation Administration Reimbursement of PAPI and REIL Design for
Runway 1533 Grant No. 30602680182021 for Ukiah Municipal Airport in the Amount of $218,851
Recommended Action: Authorize the City Manager to sign Federal Aviation Administration
Reimbursement of PAPI and REIL Design for Runway 1533 Grant No. 30602680182021 for
Ukiah Municipal Airport in the Amount of $218,851.
Attachments:
1.Grant Agreement 30602680182021
2.ASR 11202019
3.UKI PAPI & REIL Design Scope of Services & Fees
4.Comparison PAPI vs VASI
Page 2 of 387
Page 3 of 6
7.e. Authorize the City Manager to Negotiate and Execute a Professional Services Agreement for
an Amount Not to Exceed $81,385 with The KPA Group for Design and Engineering Services
to Develop Building Plans/Specifications and a Cost Estimate for ADA Improvements at 501
South State Street, to be Funded through an Awarded CDBG Grant and Series 2020A Lease
Revenue Bond, and Approve Corresponding Budget Amendment.
Recommended Action: Authorize the City Manager to negotiate and execute a professional
services agreement for an amount not to exceed $81,385 with The KPA Group for design and
engineering services to develop building plans for barrier removal at 501 S State St, to be paid
from CDBG grant funding and Series 2020A Lease Revenue Bond, and approve corresponding
budget amendment.
Attachments:
1.RFP Develop Plans and Specs for Barrier Removal
2.KPA Group RFP Barrier Removal
3.Proposal Evaluation Summary Final Result
7.f. Adoption of Resolution Removing Approximately 220 Lineal Feet of OnStreet Parking at 1100
Hastings Road.
Recommended Action: Adopt resolution removing approximately 220 lineal feet of onstreet
parking at 1100 Hastings Road.
Attachments:
1.Resolution No. 2021x NO PARKING
2.Site Map
7.g. Adopt Resolution Identifying the 202021 Project Funded by SB 1: The Road Repair and
Accountability Act, and Approval of Corresponding Budget Amendment.
Recommended Action: Adopt resolution identifying the 202021 Project Funded by SB 1: The
Road Repair and Accountability Act, and approval of corresponding budget amendment.
Attachments:
1.League of California Cities RMRA information
2.Resolution Ukiah SB1 20202021 Project List
8. AUDIENCE COMMENTS ON NONAGENDA 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, 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.
9. COUNCIL REPORTS
10. CITY MANAGER/CITY CLERK REPORTS
11. PUBLIC HEARINGS (6:15 PM)
12. UNFINISHED BUSINESS
Page 3 of 387
Page 4 of 6
12.a. Receive Status Report and Consider Any Action or Direction Related to the Novel Coronavirus
(COVID19) Emergency Including Operational Preparedness and Response; Continuity of City
Operations and Services; Community and Business Impacts; and Any Other Related Matters.
Recommended Action: Receive status report and consider any action or direction related to the
Novel Coronavirus (COVID19) Emergency including operational preparedness and response;
continuity of City operations and services; community and business impacts; and any other
related matters.
Attachments: None
12.b. Update on Emergency Repair of the Yosemite Drive Water Main and Determine that
Emergency Conditions Continue to Require the Emergency Repair.
Recommended Action: Determine that emergency conditions continue to require the repair of the
Yosemite Drive Water Main without competitive bidding.
Attachments:
1.Resolution 202063 Yosemite Drive Water Main Emergency Work
12.c. City Council Primer on Budget Document and Review of Capital Improvement Program Budget
for the 202122 Fiscal Year.
Recommended Action: Receive presentation.
Attachments:
1.CIP 5 yearFYE 2022 In Progress ASR Attachment 051921
2.Vehicle & Heavy Equipment Justifications FY 2122
13. NEW BUSINESS
13.a. Consideration and Adoption of a Resolution Supporting an Application for Annexation of the
City of Ukiah into the Ukiah Valley Fire District, and Adjust the Fire District’s Sphere of
Influence to Encompass the City of Ukiah.
Recommended Action: Adopt a resolution supporting the Ukiah Valley Fire District’s application
to the Mendocino County Local Area Formation Commission (LAFCO) to annex the City of Ukiah
into the Fire District and adjust the Fire District’s Sphere of Influence (SOI) to include the City of
Ukiah.
Attachments:
1.Resolution in Support of Fire District Annexation and SOI Amendment (002)
13.b. Approval of Purchase of Elgin Single Engine Crosswind Street Sweeper from Owen Equipment
in the Amount of $298,071.44, and Approval of Corresponding Budget Amendment.
Recommended Action: Approve purchase of Elgin Single Engine Crosswind Street Sweeper from
Owen Equipment in the amount of $298,071.44, and approve corresponding budget amendment.
Attachments:
1.V2524 Street Sweeper Vehicle Justification Form
2.City of UkiahCrosswind1 September 2020 (1)
Page 4 of 387
Page 5 of 6
13.c. 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:
1.2021 City Council Special Assignments
14. CLOSED SESSION CLOSED SESSION MAY BE HELD AT ANY TIME DURING THE MEETING
14.a. Conference with Legal Counsel—Anticipated Litigation
(Government Code Section 54956.9(d)(2) & (4))
Significant exposure to litigation pursuant to paragraph (2) or (4) of subdivision (d) of Section
54956.9. Consideration of potential litigation arising from emergency drought declaration.
(Government Code Section 54956.9(e)(2)): (Number of potential cases: 1)
Recommended Action: Confer in Closed Session
Attachments: None
14.b. Conference with Legal Counsel—Anticipated Litigation
(Government Code Section 54956.9(d)(2 & 3))
Significant exposure to litigation pursuant to paragraph (2) or (3) of subdivision (d) of Section
54956.9: (Number of potential cases: 1)
Recommended Action: Confer in Closed Session
Attachments: None
14.c. Conference with Legal Counsel—Anticipated Litigation
(Government Code Section 54956.9(d)(2))
Significant exposure to litigation pursuant to Government Code Section 54956.9(d)(2)(Number
of potential cases: 2)
Recommended Action: Confer in Closed Session
Attachments: None
14.d. Conference with Legal Counsel – Existing Litigation
(Government Code Section 54956.9(d)(1))
Name of case: Gerardo Magdaleno, by and through his Guardian Ad Litem, Pedro Francisco
Magdaleno v. City of Ukiah, Justin Wyatt (Fed. Dist. Ct. N.D. Cal.) 3:212609 VC.
Recommended Action: Confer in Closed Session
Attachments: None
14.e. 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. SCUKCVPT201870200
Recommended Action: Confer in Closed Session
Attachments: None
Page 5 of 387
Page 6 of 6
14.f. 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. SCUKCVPT2074612
Recommended Action: Confer in Closed Session
Attachments: None
14.g. Conference with Legal Counsel – Existing Litigation
(Cal. Gov’t Code Section 54956.9(d)(1))
Name of case: City of Ukiah v. Questex, LTD, et al, Mendocino County Superior Court, Case
No. SCUK CVPT1566036
Recommended Action: Confer in Closed Session
Attachments: None
14.h. Conference with Real Property Negotiators
(Cal. Gov’t Code Section 54956.8)
Property: APN Nos: 15705003, 15706002, 15705004, 15705003, 15703002, 157050
01, 15705002, 15705010, 15705009, 15707001, 15707002, 00319001
Negotiator: Sage Sangiacomo, City Manager;
Negotiating Parties: Dave Hull and Ric Piffero
Under Negotiation: Price & Terms of Payment
Recommended Action: Confer in Closed Session
Attachments: None
14.i. Conference with Real Property Negotiators
(Cal. Gov’t Code Section 54956.8)
Property: APNs 1840900700 and 1841000400
Negotiator: Sean White, Water Resources Director and Sage Sangiacomo, City Manager;
Negotiating Parties: Noble Vineyard Management
Under Negotiation: Instruction to negotiator will concern price and terms of payment.
Recommended Action: Confer in Closed Session
Attachments: None
14.j. Conference with Labor Negotiator (54957.6)
Agency Representative: Sage Sangiacomo, City Manager
Employee Organizations: All Bargaining Units
Recommended Action: Confer in Closed Session
Attachments: None
15. ADJOURNMENT
Please be advised that the City needs to be notified 72 hours in advance of a meeting if any specific accommodations or interpreter services are needed
in order for you to attend. The City complies with ADA requirements and will attempt to reasonably accommodate individuals with disabilities upon
request. Materials related to an item on this Agenda submitted to the City Council after distribution of the agenda packet are available for public
inspection at the front counter at the Ukiah Civic Center, 300 Seminary Avenue, Ukiah, CA 95482, during normal business hours, Monday through
Friday, 8:00 am to 5:00 pm.
I hereby certify under penalty of perjury under the laws of the State of California that the foregoing agenda was posted on the bulletin board at the main
entrance of the City of Ukiah City Hall, located at 300 Seminary Avenue, Ukiah, California, not less than 72 hours prior to the meeting set forth on this
agenda.
Kristine Lawler, City Clerk
Dated: 5/14/21
Page 6 of 387
Page 1 of 2
Agenda Item No: 3.a.
MEETING DATE/TIME: 5/19/2021
ITEM NO: 2021-859
AGENDA SUMMARY REPORT
SUBJECT: Proclamation of the Ukiah City Council Recognizing May as Bicycle Month.
DEPARTMENT: Community Services PREPARED BY: Neil Davis, Community Services Director
PRESENTER: Mayor Orozco
ATTACHMENTS:
1. Bike Month Proclamaton 2021
Summary: Walk & Bike Mendocino is sponsoring a wide variety of events to celebrate the many benefits of
bicycling during National Bike Month this May. Community Services staff has agreed to partner to promote
these activities both with staff and residents. Council will present a proclamation recognizing May as Bike
Month.
Background: National Bike Month is a celebration of cycling held every May in the United States. It is
sponsored by the League of American Bicyclists and Ukiah’s local bike advocacy organization Walk & Bike
Mendocino. Celebrated in communities from coast-to-coast. National Bike Month was established in 1956 and
provides a chance to showcase the many benefits of bicycling and to encourage more folks to giving bicycling
a try. The City of Ukiah has been a frequent participant in bike month activities dating back many decades.
As part of National Bike Month, National Bike to Work Week is usually held the third week of May, with Bike to
Work Day being on that Friday. Walk & Bike Mendocino is planning a Bike FROM work day on Friday May
21st.
Discussion: The City of Ukiah has partnered with a variety of organizations over the years to celebrate Bike
Month. For a number of years, a Walk & Roll festival was held each May. Walk & Bike Mendocino is now the
foremost bike advocacy group in the area and since 2009 has been promoting the benefits of biking,
conducting safety education programs, and working with the City to advise on, and promote the installation of
bicycle friendly infrastructure.
Community Services staff and Walk & Bike Mendocino staff will be joining the League of American Bicyclists in
celebrating ways to #BikeThere during National Bike Month. For some, that will be joining Bike to Work Week
(and Day!) and for others, that will mean biking to coffee or around the block. With a focus on well-being and
connection, we’ll be highlighting how you can #BikeThere during Bike Month and benefit physical and mental
health. Whether you’re riding for fun, fitness or with family, or taking essential trips to work or shop, you are
part of our movement for safer streets, connected communities, a healthier planet, and happier people.
This year’s event will feature a month-long Bicycle Scavenger Hunt, Bike From Work Day, a Pop Up Traffic
Calming Project on North Oak St, and many opportunities for residents to comment on a draft update to
Ukiah’s Bike and Pedestrian Master Plan.
Staff has prepared a proclamation (Attachment 1) recognizing May as Bike Month.
Recommended Action: Present Proclamation
Page 7 of 387
Page 2 of 2
BUDGET AMENDMENT REQUIRED:
CURRENT BUDGET AMOUNT:
PROPOSED BUDGET AMOUNT:
FINANCING SOURCE:
PREVIOUS CONTRACT/PURCHASE ORDER NO.:
COORDINATED WITH:
Page 8 of 387
ROCLAMATION
CITY OF UKIAH
RECOGNIZING MAY AS BICYCLE MONTH IN THE CITY OF UKIAH
WHEREAS, bicycle commuting is an effective means to improve air quality, reduce traffic
congestion and noise, increase physical activity, and conserve energy; and
WHEREAS, bicycle commuting benefits both employees and employers through better
employee health and fitness; reduced commuting, parking, and health care costs; lower
employee absenteeism and turnover; and increased employee productivity; and
WHEREAS, bicycle commuting to school benefits children and families by promoting physical
activity, reducing car-related pollution and traffic hazards, and contributing to a cleaner, safer
and healthier community; and
WHEREAS, bus transit, carpooling, vanpooling, and bicycle lanes and paths are concepts
which should be embraced if we are to continue to enjoy the amenities that make Ukiah an
attractive place in which to live and earn a livelihood.
WHEREAS, touring cyclists pass through the City of Ukiah in ever-increasing numbers,
including the winter season, thereby improving the local economy; and
WHEREAS, the City of Ukiah is becoming a popular destination for cyclists, many of whom
eat at Ukiah’s local dining establishments and lodge in the City; and
WHEREAS, the City of Ukiah has taken an active role in improving bicycle transportation
routes and bicycle parking facilities, increasing bicycle safety, and educating the community
about benefits of bicycle transportation through its Safe Routes to School, and other grant
programs; and
WHEREAS, Ukiah has a growing population of cyclists who are actively involved in shaping
city, county, regional, and national transportation and community policies; and
WHEREAS, the month of May is “National Bike Month” which promotes the bicycle as a means
of transportation and recreation and May is also “Clean Air Month” which promotes air quality.
THEREFORE BE IT RESOLVED, that May 2021 is hereby designated as NATIONAL BIKE
MONTH throughout the City of Ukiah; and urge all citizens to support and participate in biking
and other activities that contribute to the health of the community and the environment.
Signed and sealed, this 19th day of May
in the year Two Thousand and Twenty-one.
____________________________
Juan V. Orozco
City Council, Mayor
ATTACHMENT 1
Page 9 of 387
AGENDA ITEM 5a
Page 1 of 5
CITY OF UKIAH
CITY COUNCIL MINUTES
Regular Meeting
https://attendee.gotowebinar.com/rt/9199312935703156493
Ukiah, CA 95482
May 5, 2021
6:00 p.m.
1. ROLL CALL
Ukiah City Council met at a Regular Meeting on May 5, 2021, having been legally noticed on April
30, 2021, and held virtually at https://attendee.gotowebinar.com/rt/9199312935703156493. Mayor
Orozco called the meeting to order at 6:00 p.m. Roll was taken with the following Councilmembers
Present: Douglas F. Crane, Mari Rodin, Josefina Dueňas, and Jim O. Brown. Councilmember
Absent by prearrangement: Juan V. Orozco. Staff Present: Sage Sangiacomo, City Manager;
David Rapport, City Attorney; and Kristine Lawler, City Clerk.
VICE MAYOR BROWN PRESIDING.
2. PLEDGE OF ALLEGIANCE
The Pledge of Allegiance was led by Sage Sangiacomo, City Manager.
3. PROCLAMATIONS/INTRODUCTIONS/PRESENTATIONS
a. Proclamation Recognizing May 15th as National Peace Officers Memorial Day.
Presenter: Vice Mayor Brown.
Proclamation was received by Noble Waidelich, Police Captain.
URGENCY ITEM
Consideration and Possible Approval of the Lease Purchase Financing of One (1) 2018
Braun/Chevy Type III Demo Ambulance from Red Sky Emergency Vehicles in the Amount of
$156,418.75 with Tax, and Approval of Corresponding Budget Amendments.
Presenter: Vice Mayor Sangiacomo.
Motion/Second: Crane/Rodin to accept Urgency Item and place as Agenda Item 13c. Motion
carried by the all votes: AYES: Crane, Rodin, Dueňas, and Brown. NOES: None. ABSENT: Orozco.
ABSTAIN: None.
4. PETITIONS AND COMMUNICATIONS
No correspondence received.
5. APPROVAL OF MINUTES
a. Approval of the Minutes for the April 21, 2020, Special Meeting.
b. Approval of the Minutes for the April 21, 2020, Regular Meeting.
Motion/Second: Crane/Dueňas to approve minutes of April 21, 2020, special and regular meetings,
as submitted. Motion carried by the following roll call votes: AYES: Crane, Rodin, Dueňas, and
Brown. NOES: None. ABSENT: Orozco. ABSTAIN: None.
6. RIGHT TO APPEAL DECISION
Page 10 of 387
City Council Minutes for May 5, 2021, Continued:
Page 2 of 5
7. CONSENT CALENDAR
a. Approval of Plans and Specifications for the 2021 Slurry Seal of Local Streets, and Authorize Staff
to issue Bids for Specifications No. 21-03 – Public Works.
b. Authorize the City Manager to Sign Federal Aviation Administration Airport Coronavirus Relief Grant
Offer, Grant No. 3-06-0268-019-2021 (COU No. 2021-202) for Ukiah Municipal Airport in the
Amount of $13,000 – Airport.
c. Report on Award of Professional Services Agreement (COU No. 2021-161) to On Duty Health for
Annual National Fire Protection Association (NFPA) Compliant Physical Exams for Fire Authority
Staff – Fire.
d. Approve the Purchase of an Algae Control System for the Recycled Water System from LG Sonic
US, LLC, Inc. of Scranton, PA in the Total Amount of $175,720, and Corresponding Budget
Amendment – Water Resources.
e. Consideration of Adoption of Resolution (2021-19) Nominating and Appointing a Member to the
Equity and Diversity Standing Committee – Administration.
f. Approval of a Budget Amendment for the Contract (COU No. 1314-231-A7) with Carollo Engineers
for the Design Efforts of the Recycled Water Phase 4 Project – Finance.
g. Approve Change Order #2 ((COU No. 2021-176-CO2) to Contract 2021-176 with Diamond D
Construction to Replace Two Valves in Fish Hatchery Water Line at Lake Mendocino Hydroelectric
Plant, and Authorize a Contract Budget Amendment in the Amount of $29,000 – Electric Utility.
h. Award Contract (COU No. 2021-203) to LACO and Associates for Soil Management, Geotechnical
and Materials Testing, and Inspection Services for the Electric Service Center Site Improvement
Project in the Amount of $41,500 – Electric Utility.
i. Approval of Budget Amendment in the Amount of $193,424.91 for Debt Payment of Ukiah Public
Financial Authority Lease Revenue Bond (FA LRB) Series 2020A to Bank of New York (BNY) Mellon
– Finance.
Motion/Second: Crane/Rodin to approve Consent Calendar Items 7a-7i, as submitted. Motion
carried by the following roll call votes: AYES: Crane, Rodin, Dueňas, and Brown. NOES: None.
ABSENT: Orozco. ABSTAIN: None.
8. AUDIENCE COMMENTS ON NON-AGENDA ITEMS
No public comment was received.
9. COUNCIL REPORTS
Presenters: Councilmembers Rodin and Duenas.
10. CITY MANAGER/CITY CLERK REPORTS
Presenters:
Update on Construction Projects – Tim Eriksen, Public Works Director / City Engineer.
Update on Drought and Water Conditions – Sean White, Water Resources Director.
LAFCo Applications – Sage Sangiacomo, City Manager and Councilmember Rodin.
Page 11 of 387
City Council Minutes for May 5, 2021, Continued:
Page 3 of 5
11. PUBLIC HEARINGS (6:15 PM)
12. UNFINISHED BUSINESS
a. Receive Status Report and Consider Any Action or Direction Related to the Novel
Coronavirus (COVID-19) Emergency Including Operational Preparedness and Response;
Continuity of City Operations and Services; Community and Business Impacts; and Any
Other Related Matters.
Presenter: Tami Bartolomei, Office of Emergency Services Coordinator.
Report was received.
b. Update on Emergency Repair of the Yosemite Drive Water Main and Determine that
Emergency Conditions Continue to Require the Emergency Repair.
Presenter: Tim Eriksen, Public Works Director/City Engineer.
Motion/Second: Crane/Rodin to determine that emergency conditions continue to require the repair
of the Yosemite Drive Water Main without competitive bidding. Motion carried by the following roll
call votes: AYES: Crane, Rodin, Dueňas, and Brown. NOES: None. ABSENT: Orozco. ABSTAIN:
None.
c. Receive and File Third Quarter 2020-21 Financial Report.
Presenter: Dan Buffalo, Finance Director.
Report was received.
d. Approve the Bid Withdrawal Request from the Lowest Bidder, FRC, Inc., and Award a
Contract to the Next Lowest Bidder, CWS Construction Group, Inc. in the Amount of
$2,693,933.50 for the Electric Service Center - Site Work, Specification 16-07, and Approve
Corresponding Budget Amendments.
Presenters: Mel Grandi, Electric Utility Director and Cindy Sauers, Assistant Electric Utility Director.
Motion/Second: Crane/Rodin to approve the bid withdrawal request from the lowest bidder, FRC,
Inc., and award a contract (COU No. 2021-204) to the next lowest bidder, CWS Construction Group,
Inc. in the amount of $2,693,933.50 for the Electric Service Center - Site Work, Specification 16-07,
and approve corresponding budget amendments. Motion carried by the following roll call votes:
AYES: Crane, Rodin, Dueňas, and Brown. NOES: None. ABSENT: Orozco. ABSTAIN: None.
13. NEW BUSINESS
a. Status Report on the Great Redwood Trail – Ukiah, and Request for Authorization for the
Mayor to Sign a Letter to the Northern California Railroad Authority (NCRA) in Support of
Rail Banking the NCRA Corridor from Cloverdale to Willits.
Presenter: Neil Davis, Community Services Administrator.
Motion/Second: Crane/Rodin to direct staff to work with Councilmember Rodin to make
modifications to the letter, and authorize the Mayor to sign the letter to North Coast Railroad Authority
(NCRA) in support of Rail Banking the NCRA corridor from Cloverdale to Willits. Motion carried by
the following roll call votes: AYES: Crane, Rodin, Dueňas, and Brown. NOES: None. ABSENT:
Orozco. ABSTAIN: None.
Page 12 of 387
City Council Minutes for May 5, 2021, Continued:
Page 4 of 5
b. 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).
No reports were received.
c. URGENCY ITEM: Consideration and Possible Approval of Purchase of One (1) 2018
Braun/Chevy Type III Demo Ambulance from Red Sky Emergency Vehicles in the Amount
of $156,418.75 with Tax, and Approval of Corresponding Budget Amendments.
Presenter: Doug Hutchison, Fire Chief.
Motion/Second: Crane/Dueňas to approve the purchase of a 2018 Braun/Chevy Type III Demo
ambulance from Red Sky Emergency Vehicles in the amount of $156,418.75 with tax, and approve
corresponding budget amendments. Motion carried by the all votes: AYES: Crane, Rodin, Dueňas,
and Brown. NOES: None. ABSENT: Orozco. ABSTAIN: None.
THE CITY COUNCIL ADJOURNED TO CLOSED SESSION AT 8:09 P.M.
14. CLOSED SESSION
a. Conference with Legal Counsel—Anticipated Litigation
(Government Code Section 54956.9(d)(2 & 3))
Significant exposure to litigation pursuant to Government Code Section 54956.9(d)(2)(Number
of potential cases: 1)
b. Conference with Legal Counsel—Anticipated Litigation
(Government Code Section 54956.9(d)(2))
Significant exposure to litigation pursuant to Government Code Section 54956.9(d)(2)(Number
of potential cases: 2)
c. Conference with Legal Counsel – Existing Litigation
(Government Code Section 54956.9(d)(1))
Name of case: Gerardo Magdaleno, by and through his Guardian Ad Litem, Pedro Francisco
Magdaleno v. City of Ukiah, Justin Wyatt (Fed. Dist. Ct. N.D. Cal.) 3:21-2609 VC.
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: Vichy Springs Resort v. City of Ukiah, Et Al; Case No. SCUK-CVPT-20-74612
f. Conference with Legal Counsel – Existing Litigation
(Cal. Gov’t Code Section 54956.9(d)(1))
Name of case: City of Ukiah v. Questex, LTD, et al, Mendocino County Superior Court, Case
No. SCUK- CVPT-15-66036
g. Conference with Real Property Negotiators
(Cal. Gov’t Code Section 54956.8)
Property: APN Nos: 157-050-03, 157-060-02, 157-050-04, 157-050-03, 157-030-02, 157-050-
01, 157-050-02, 157-050-10, 157-050-09, 157-070-01, 157-070-02, 003-190-01
Negotiator: Sage Sangiacomo, City Manager;
Negotiating Parties: Dave Hull and Ric Piffero
Under Negotiation: Price & Terms of Payment
Page 13 of 387
City Council Minutes for May 5, 2021, Continued:
Page 5 of 5
h. Conference with Labor Negotiator (54957.6)
Agency Representative: Sage Sangiacomo, City Manager
Employee Organizations: All Bargaining Units
Direction given to staff.
15. ADJOURNMENT
There being no further business, the meeting adjourned at 9:35 p.m.
________________________________
Kristine Lawler, City Clerk
Page 14 of 387
Page 1 of 2
Agenda Item No: 7.a.
MEETING DATE/TIME: 5/19/2021
ITEM NO: 2019-82
AGENDA SUMMARY REPORT
SUBJECT: Report of Disbursements for the Month of April 2021.
DEPARTMENT: Finance PREPARED BY: Candice Rasmason, Accounts Payable
PRESENTER: Consent Calendar
ATTACHMENTS:
1. April 2021 Summary of Disbursements
2. Account Codes for Reference
3. Object codes for Reference
4. April 2021 Disbursement Detail
Summary: The Council will review and consider approval of the Report of Disbursements for the month of
April 2021.
Background: Payments made during the month of April 2021 are summarized on the Report of
Disbursements. Further detail is supplied on the Schedule of Bills, representing the five (5) individual payment
cycles within the month.
Accounts Payable Check Numbers (City & UVFA):3042235-3042328; 3042329-3042404; 3042405-3042503;
3042504-3042570; 3042571-3042663
Accounts Payable Wire Transfers: N/A
Payroll Check Numbers:508772-508806; 508807-508848
Payroll Manual Check Numbers: N/A
Direct Deposit Numbers: 103573-103795; 103796-104021
Manual Direct Deposit Numbers: N/A
Void Check Numbers: 3042398
Void Direct Deposit Numbers: N/A
Discussion: This report is submitted in accordance with Ukiah City Code Division 1, Chapter 7, Article 1.
Attachment #1: April 2021 Summary of Disbursements
Attachment #2: Account Codes for Reference
Attachment #3: Object Codes for Reference
Attachment #4: April 2021 Disbursement Detail
Page 15 of 387
Page 2 of 2
Recommended Action: Approve the Report of Disbursements for the Month of April 2021.
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 16 of 387
Attachment 1
FUNDS:
100 General Fund $305,768.52 700 Sanitary Disposal Site Fund $2,259.04
101 GF-(Sub-Fund) Visit Ukiah 701 Landfill Corrective Fund
105 Measure S General Fund 702 Disposal Closure Reserve Fund $8,294.00
110 Special General Fund 704 Post Closure Fund - Solid Waste
120 Streets Capital Improvement $127,224.56 710 Ambulance Services Fund $4,004.11
200 City Adminstrative Services $128,580.16 720 Golf Fund $1,697.84
201 Worker's Comp Fund 730 Confernence Center Fund $3,752.54
202 Liability Fund 750 Visit Ukiah
203 Garage Fund $6,916.34 777 Airport Fund $59,875.90
204 Purchasing Fund $2,195.45 778 Airport Capital Improvement Fund $45,508.22
205 Billing & Collections Fund $19,955.30 779 Special Aviation Fund
206 Public Safety Dispatch Fund $3,492.47 800 Electric Fund $692,850.83
207 Payroll Posting Fund $20,505.87 801 Electric Capital Reserve Fund $19,446.31
208 Building Maintenance/Corp Yard Fund $180,357.66 803 Lake Mendocino Bond Reserve
209 IT Fund $42,663.36 805 Street Lighting Fund $13,121.53
220 Equipment Reserve Fund 806 Public Benefits Fund $4,682.98
249 City Housing Bond Proceeds 807 Electric Capital & Trade Fund
250 Special Revenue Fund $0.00 820 Water Fund $71,425.27
251 Special Projects Reserve Fund $9,754.86 822 Water Capital Improvement Fund $60,462.25
253 CITY PROP 172 $2,846.86 830 Recycled Water Fund $49,353.44
300 Park Development Fund 840 City/District Sewer Fund $110,019.49
301 Anton Stadium Fund $0.00 841 Sewer Contruction Fund
302 Observatory Park Fund 843 Sewer Capital Fund
304 Swimming Pool Fund $0.00 900 Special Deposit Trust $1,698.56
305 Riverside Park Fund $0.00 901 General Service (Accts Recv)$1,064.75
306 Skate Park Fund $0.00 902 U.S.W. Billing & Collection $45,017.18
310 Museum Grants 903 Public Safety - AB 109 $0.00
311 Alex Rorbaugh Recreation Center Fund $2,080.75 905 Federal Emergency Shelter Grant
312 Downtown Business Improvement Fund $11,738.57 905 Mendocino Emergency Service Authority
313 LMIHF Housing Asset Fund 911 Russian River Watershed Association $44,807.21
314 Winter Special Events 915 UVFD $7,143.81
315 Advanced Planning Fund $0.00 916 UVFD PROP 172 $2,846.84
500 2106 Gas Tax Fund $50,389.98 917 UVFD Measure B $16,954.81
501 2107 Gas Tax Fund 918 UVFD Mitigation $1,361.78
503 2105 Gas Tax Fund 940 Sanitation District Special Fund
505 Signalization Fund 942 Rate Stabilization - UVSD Fund
506 Bridge Fund 943 Sanitation District Capital Improvement Fund
507 1998 STIP Augmentation Fund 952 REDIP Sewer Enterprise Fund
508 SB325 Reimbursement Fund 960 Community Redevelopment Agency
509 S.T.P. Fund $2,702.96 961 RDA Housing Pass-Through
510 Trans-Traffic Congest Relief Fund 962 Redevelopment Housing Fund
511 Rail Trail Fund 963 Housing Debt
600 Community Development Block Grant 964 RDA Capital Pass-Through
601 EDBG 94-333 Revolving Loan 965 Redevelopment Capital Improvement Fund
602 Community Development Fund 966 Redevelopment Debt Service
603 08-HOME-4688 967 Housing Bond Proceeds
604 CDBG Grant 09-STBG-6417 968 Non-Housing Bond Proceeds
605 11-HOME-7654 Fund $0.00 969 RDA Obligation Retirement Fund $1,881.00
606 CDBG Grant 10-EDEF-7261 844/944 Sewer Capital Projects Fund $27,941.32
607 Prop 84 Grant Fund
609 13-CDBG-8940
610 City RDA Projects Fund
613 Home Program Activities
630 Asset Seizure Fund $400.00
631 Asset Seizure Fund (Drug/Alcohol)Retainage Withheld $20,827.03
633 H & S Education 11489(B)(2)(A1)611 CDBG 16-CDBG-11147
634 Federal Asset Seizure Grants
635 SUP Law Enforcement Service Fund
636 CBTHP Officer
637 Local Law Enforcement Block Grant
638 Asset Forfeiture 11470.2 H & S $783.73
639 Special Revenue - Police
640 Parking District Fund $694.76
691 Museum Fund
695 Transfer Station Fund
PAYROLL CHECK NUMBERS: 508772-508806
DIRECT DEPOSIT NUMBERS: 104022-104243 TOTAL DEMAND PAYMENTS- A/P CHECKS $2,237,350.20
PAYROLL PERIOD: 3/21/21-4/3/21 TOTAL DEMAND PAYMENTS- EFT's $124.00
PAYROLL CHECK NUMBERS: 508807-508848 TOTAL PAYROLL CHECKS & DIRECT DEPOSITS $939,069.69
DIRECT DEPOSIT NUMBERS: 104244-104464 TOTAL PAYROLL EFT's (TAXES, PERS, VENDORS)$558,631.75
PAYROLL PERIOD: 4/4/21-4/17/21 * vendor name( if applicable)
PAYROLL CHECK NUMBERS:
DIRECT DEPOST NUMBERS:
PAYROLL PERIOD:
VOID CHECK NUMBERS:
3042398 TOTAL PAYMENTS $3,735,175.64
N/A
WIRE TRANSFER NUMBERS:
N/A
CERTIFICATION OF CITY CLERK
This register of Payroll and Demand Payments was duly approved by the City Council on ____________________.
City Clerk
APPROVAL OF CITY MANAGER CERTIFICATION OF DIRECTOR OF FINANCE
I have examined this Register and approve same.I have audited this Register and approve for accuracy
and available funds.
____________________________________________________________________________________________
City Manager Director of Finance
MANUAL CHECK NUMBERS:
CITY OF UKIAH
REPORT OF DISBURSEMENTS
REGISTER OF PAYROLL AND DEMAND PAYMENTS
FOR THE MONTH OF APRIL
Page 17 of 387
Account Code Summary Attachment 2
10000000 General Fund 20524412 Water Department - Meter Readers
10020210 Patrol 20526430 Electric Department - Meter Readers
10020214 Police Reserves 20620231 Ukiah Dispatch
10020216 COPS Grant 20620232 Ft Bragg Dispatch
10020218 Police - CSO 20700000 Payroll Posting Fund
10020224 Police - Major Crimes Task Force 20822500 Building Maintenance
10021210 Fire Administration 20824300 Corporation Yard
10021312 Fire Volunteer Station 20913900 IT Fund
10022100 Parks 22013300 FA Replace - Finance UB
10022300 Aquatics 22020200 FA Replace - Police Operations
10022800 Recreation 22021210 FA Replace - Fire Administration
10022810 Recreation Administration 22022900 FA Replace - Information Technology
10022821 Adult Basketball 22024100 FA Replace - Garage
10022822 Adult Softball 22024220 FA Replace - Streets
10022824 Co-Ed Volleyball 22024413 FA Replace - Water Distribution Cap
10022831 Youth Basketball 22024414 FA Replace - Water Distribution O&M
10022832 Youth Softball 22024421 FA Replace - City Wastewater
10022840 Day Camp 25024210 Engineering Reserve
10022850 Classes & Clinics 25024300 Corporation Yard Reserve
10022860 Special Activities 25122900 CIP - IT
10023100 Community Planning 25123100 CIP - Planning
10023320 Building Inspection 25124210 CIP - Engineering
10024210 Engineering 25124220 CIP - Streets
10024214 Traffic Signals 25124410 CIP - Water
10024224 Storm Drains 25124421 CIP - City Wastewater
10024620 Streets 25126410 CIP - Electric
10112700 Visit Ukiah 30022200 Park Development
20010000 City Council 30122210 Anton Stadium
20012100 City Manger 30222220 Observatory Park
20012200 City-Wide Admin 30522250 Riverside Park
20012300 Community Outreach 30622260 Skate Park
20012500 City Clerk 30822280 Project Planning
20012600 Economic Development 31022700 Museum Grant
20012800 Emergency Management 31122000 Alex Rorabaugh Recreation Center
20013200 Budget Management 31217100 Downtown Business Improvement District
20013210 Accounts Payable 50524210 Engineering - Signalization Fund
20013220 Payroll 50624210 Capital Engineering
20013400 Accounting 50824210 SB325 - Engineering
20014000 City Attorney 50824220 SB325 - Streets
20015100 City Treasurer 50924210 STP - Engineering
20016100 Human Resources 50924220 STP - Streets
20112400 Worker's Compensation Fund 51024220 Trans - Traffic Slurry Seal
20212400 Liability Fund 510X9999 Trans -Traffic Project
20324100 Garage Fund 60217441 Grant - CDBG 602
20413500 Purchasing Fund 60317442 Grant - HOME 603
20513300 Billing and Collections 60417441 Grant - CDBG 604
20514000 Billing and Collections - City Attorney 60517442 Grant - HOME 605
Page 18 of 387
Account Code Summary Attachment 2
60517462 FTHB Activity Delivery 60517461 First Time Homebuyer Program
60517467 FTHB - PIR 80026130 Electric Substation
60600000 CDBG Grant 10-EDEF-7261 Fund 80026140 Reimbursable Work for Others
60617441 Grant - CDBG 606 80026200 Electric Metering
60617451 General Administration 80026300 Electric Generation
60617452 AD ED Direct Financial Assistance 80026312 Mendocino Hydro
60617453 ED Direct Financial Assistance 80026330 Hydro Electric
60717443 Grant Prop 84 80026400 Electric Administration
60724413 Prop 84 Water Distribution Cap 80026410 Electric General Administration
60900000 13-CDBG-8940 80026430 Interdepartmental Charges
60917458 13-CDBG-8940 80326330 Hydro Plant
63020210 Asset Seizure Expenditure 80526610 Street Lighting
63120210 Drug & Alcohol Education 80626500 Public Benefit
63320210 H&S Asset Seizure Expenditure 82027110 Water
63420250 Fed Asset Seizure Expenditure 82027111 Water - Production O&M
63520210 SLESF 82027113 Water - Distribution Capital
63820210 Asset Forfeiture 11470 82027114 Water - Distribution O&M
64020213 Parking Enforcement 82027115 Water - Production Capital
69122700 Museum 82227113 Water - Distribution Capital
70024500 Landfill 700 84027220 Wastewater
70224500 Landfill Closure 84027221 Wastewater City - O&M
70424500 Landfill Post closure 84027222 Wastewater City - Capital
72022400 Golf 84027225 Wastewater Treatment - O&M
73022600 Conference Center 84027226 Wastewater Treatment - Capital
75017110 Visit Ukiah 84227220 Wastewater
77725200 Airport Operations 84327222 Wastewater City - Capital
77817411 FAA Grant 84427221 Wastewater City Capital - O&M
80026100 Electric Administration 84427222 Wastewater City - Capital
80026110 Electric Overhead 90000000 Special Deposit Trust Fund
80026120 Electric Underground 91190100 Russian River Watershed Assoc
80100000 Infrastructure 96900000 Successor Agency
Page 19 of 387
12102 INVENTORY OF SUPPLIES 52526 FRAUD INVEST. ASSESSMENT
12103 STORES PURCHASES 52527 A.D.P. PREMIUM & DEDUCTIBLE
12104 INVENTORY - PURCHASES 52528 LIABILITY INSURANCE
12105 STORES ISSUES 52529 EARTHQUAKE & FLOOD PREMIUMS
51211 PERS UNFUNDED LIABILITY 52530 POLLUTION-ENVIRON INS PREMIUM
51280 OVERTIME/CALLOUT MEALS 52531 UMEMPLOY. INS EXPENSE
51285 CALLOUT MILEAGE REIMBURSEMENTS 52532 SAFETY & TRAINING SUPPORT
52100 CONTRACTED SERVICES 52600 RENT
52107 CONTRACTED SERVICES-EIR 52841 SUCCESSOR AGENCY ADMIN
52108 CONTRACT SERVICES-GPU 54100 SUPPLIES
52110 AMBULANCE BILLING 54101 POSTAGE
52111 MAINT. CONTRCTS - DEFIBRULATOR 54102 SMALL TOOLS
52112 M. S. OVERSIGHT 54105 PHOTOGRAPHIC EXPENSE
52113 PLANNING STUDIES 54106 SPECIALTY SUPPLIES
52114 COMPLIANCE STUDIES 54120 PW - SPECIAL SUPPLIES
52120 LABOR CHARGES FROM OTHER DEPAR 54121 PW - ASPHALT CONCRETE
52130 EDUCATIONAL & MARKETING MATL'S 54122 PW - AGGREGATE BASE
52131 ASSISTANCE TO SENIORS 54123 PW - CRACK SEALANT
52132 EMERGENCY ASSISTANCE 54124 PW - CONCRETE/SUPPLIES
52133 MONTHLY DISCOUNT PROGRAM 54125 PW - TRAFFIC PAINT
52134 CONTRACT ADMINISTRATION 54126 PW-PREMARKS
52135 ENERGY CONSERVATION PROGRAM 54127 PW - SIGN POSTS/SHEETING
52136 PHOTOVOLTAIC RATES/INCENTIVE 54128 PW - COLD PATCH MATERIAL
52137 PUBLIC BENEFITS PROGRAM MGMT 54129 PW - TACK OIL
52138 NCPA PUBLIC BENEFITS PROGRAM 54130 PW - SAFETY
52139 RESEARCH, DEVELOPMENT & DEMO 54131 PW - BARRICADES & CONES
52140 LITIGATION EXPENSES 54160 HR - CITY LIABILITY & CONTRACT
52145 DETACHMENT-SEWER-UVSD 54161 HR - BACKGROUND & PHYSICALS
52150 LEGAL SERVICES/EXPENSES 54162 HR - ADVERTISING
52151 AFLAC & PERS INSUR ADMIN FEES 54163 HR - INTERVIEW SUPPLIES
52170 UKIAH WASTE SOLUTIONS 54164 HR - FORMS & OTHER DIV. EXP.
52171 RESIDENTIAL BILLING CHARGE 54165 HR - NEW EMPLOYEE FINGERPRINT
52172 COMMERCIAL OVERSIGHT FEE 54166 HR - DOT TESTING PROGRAM
52180 SECURITY SERVICES 54167 HR - EMPLOYEE DEVELOPMENT
52301 PROPERTY TAX ADMIN FEE 54168 HR - REMIF SAFETY TRNG & SUPPO
52302 AMBULANCE FEES 54201 PRISONER EXPENSE
52303 REHIT SUPPORT 54202 MAJOR CRIME INVETIGATIONS
52304 LAFCO FEES AND PROP TAX EXP 54320 SOFTWARE
52500 TRUSTEE FEES 54330 COMPUTER AND TECHNOLOGY
52510 ADVERTISING & PROMOTION 54500 EQUIP RENTS AND LEASES
52515 ADVERTISING & PUBLICATION 54700 FINES & PENALTIES
52521 LIABILITY INSURANCE PREMIUM 55100 TELEPHONE
52522 LIABILITY INSURANCE DEDUCT 55200 PG&E
52523 BOILER/MACHINERY PREMIUMS 55210 UTILITIES
52524 PROPERTY INSURANCE 56100 VEHICLE & EQUIPMENT MAINT. & R
52525 WORKER'S COMP. EXPENSE 56110 CITY GARAGE - PARTS
Object Code Summary Attachment 3
Page 20 of 387
56121 R & M RADIO EQUIPMENT 56111 CITY GARAGE - LABOR
56122 R & M NON-AUTO EMS EQUIPMENT 56112 EQUIPMENT PARTS FOR RESALE
56123 R & M COMPUTERS 56120 EQUIPMENT MAINTENANCE & REPAIR
56124 MAINT CONTRACT DEFIBULATORS 80235 SYSTEM MAINTENANCE
56130 EXTERNAL SERVICES 80236 EMERGENCY/CONTINGENCY
56210 FUEL & FLUIDS 90100 LOAN PROCEEDS
56300 BUILDING MAINT. & REPAIR 90101 LOAN PAYMENT RECEIVED
56410 EQUIPMENT RENTAL - PRIVATE 90301 LOAN REPAYMENT
56504 FACILITY MAINTENANCE & REPAIR 90410 BOND PROCEEDS
56600 AIRFIELD MAINTENANCE & REPAIR
56700 LANDFILL CLOSURE EXPENSE
57100 CONFERENCE & TRAINING
57101 CONF & TRAINING-AQUATICS
57102 CONF & TRAINING-PARKS STAFF
57200 MEETINGS
57300 MEMBERSHIPS & SUBSCRIPTIONS
58101 NCPA PLANT GENERATION
58102 NCPA POWER PURCHASES
58103 NCPA TRANSMISSION
58104 NCPA MANAGEMENT SERVICES
58105 NCPA THIRD PARTY SALES
58106 NCPA PASS THROUGH COSTS
58107 NCPA COMMITMENTS ACTIVITY
58201 WATER PURCHASES
58202 WATER TREATMENT PLANT CHEMICAL
58401 AVIATION FUEL
58410 GARAGE LUBRICANTS & PARTS
58510 REIMBRSABLE JOBS
59100 PROPERTY TAXES PAID
59101 FEES
59102 FRANCHISE FEES
59350 PURCHASE DISCOUNTS TAKEN
59400 OTHER EXPENSES
70101 LOAN PAYMENTS MADE
70102 BOND INTEREST PAYMENTS
70110 BOND ISSUANCE COSTS
70201 LOAN PRINCIPAL PAYMENTS
70202 BOND PRINCIPAL PAYMENTS
80100 MACHINERY & EQUIPMENT
80200 BUILDINGS ACQUISITION
80210 LAND ACQUISITION
80220 BUILDING IMPROVEMENTS
80230 INFRASTRUCTURE
80231 RECYCLING STUDY 50% GRANT MATC
80232 LINE REPLACEMENTS
80233 MAIN REPLACEMENTS
80234 INFLOW/INFILTRATION
Page 21 of 387
ATTACHMENT 4
Page 22 of 387
Page 23 of 387
Page 24 of 387
Page 25 of 387
Page 26 of 387
Page 27 of 387
Page 28 of 387
Page 29 of 387
Page 30 of 387
Page 31 of 387
Page 32 of 387
Page 33 of 387
Page 34 of 387
Page 35 of 387
Page 36 of 387
Page 37 of 387
Page 38 of 387
Page 39 of 387
Page 40 of 387
Page 41 of 387
Page 42 of 387
Page 43 of 387
Page 44 of 387
Page 45 of 387
Page 46 of 387
Page 47 of 387
Page 48 of 387
Page 49 of 387
Page 50 of 387
Page 51 of 387
Page 52 of 387
Page 53 of 387
Page 54 of 387
Page 55 of 387
Page 56 of 387
Page 57 of 387
Page 58 of 387
Page 59 of 387
Page 60 of 387
Page 61 of 387
Page 62 of 387
Page 63 of 387
Page 64 of 387
Page 65 of 387
Page 66 of 387
Page 67 of 387
Page 68 of 387
Page 69 of 387
Page 70 of 387
Page 71 of 387
Page 72 of 387
Page 73 of 387
Page 74 of 387
Page 75 of 387
Page 76 of 387
Page 77 of 387
Page 78 of 387
Page 79 of 387
Page 80 of 387
Page 81 of 387
Page 82 of 387
Page 83 of 387
Page 84 of 387
Page 85 of 387
Page 86 of 387
Page 87 of 387
Page 88 of 387
Page 1 of 2
Agenda Item No: 7.b.
MEETING DATE/TIME: 5/19/2021
ITEM NO: 2021-840
AGENDA SUMMARY REPORT
SUBJECT: Award of Bid to Northwest Construction Inc. in the Amount of $42,244 for the Pedestrian Access
Improvements Project at the Crosswalk Across South Dora Street and Luce Avenue, Specification No. 20-16,
and Approve Corresponding Budget Amendment.
DEPARTMENT: Public Works PREPARED BY: Andrew Stricklin, Associate Engineer
PRESENTER: Consent Calendar
ATTACHMENTS:
1. PLANS - SPEC NO 20-16
2. Bid Results
3. Northwest Construction BID
Summary: Council will consider awarding a contract to Northwest Construction Inc. in the amount of $42,244
for the Pedestrian Access Improvements Project at the Crosswalk Across South Dora Street and Luce
Avenue, Specification No. 20-16, and approve corresponding budget amendment.
Background: As brought to the attention of City Council and the Public Works Department at the August 5,
2020 meeting, a request was made to provide safety improvements at the crosswalk across South Dora Street
and Luce Avenue. It was determined a traffic calming measure with higher pedestrian visibility could be
employed at this location.
This project will improve the crosswalk safety at the corner of Luce Avenue and South Dora Street adjacent to
the Mayacama Industries facility at 990 South Dora Street. Improvements include curb extensions on both
sides of the Dora Street crosswalk, median speed reducers and improved crosswalk striping.
Discussion: City Council approved the plans and specifications completed by Public Works staff at the May
17, 2021 meeting. Staff advertised the project for bid on April 21 and April 28, 2021, with a bid opening of May
12. The construction estimate for this project was $45,338.70 including a 10% contingency. A copy of the
Plans and Specifications is included as Attachment 1.
The City received two construction bids for this project on May 12, 2021 (Attachment 2). Northwest
Construction Inc. was the low bidder, with a bid amount of $42,244. A copy of Northwest Construction Inc. bid
is provided as Attachment 3.
It is Staff's recommendation to award the bid for Specification No. 20-16 for the Pedestrian Access
Improvements Project at the Crosswalk Across South Dora Street and Luce Avenue to Northwest Construction
Inc. in the amount of $42,244. Staff has change order of 10% or $5,000 (whichever greater) of the original
awarded bid amount. A budget amendment is requested for $47,244 to cover for base bid and change orders.
Recommended Action: Award Bid to Northwest Construction Inc. in the Amount of $42,244 for the
Pedestrian Access Improvements Project at the Crosswalk Across South Dora Street and Luce Avenue,
Specification No. 20-16, and approve corresponding budget amendment.
BUDGET AMENDMENT REQUIRED:Yes
Page 89 of 387
Page 2 of 2
CURRENT BUDGET AMOUNT: 12024200.80230.18273: $0
PROPOSED BUDGET AMOUNT: 12024200.80230.18273: $47,244
FINANCING SOURCE: Fund 120 Measure Y
PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A
COORDINATED WITH: Tim Eriksen, Director of Public Works/ City Engineer; Seth Strader, Buyer I
Page 90 of 387
ATTACHMENT 1
Page 91 of 387
CI
T
Y
O
F
U
K
I
A
H
Pr
o
j
e
c
t
Pl
a
n
30
0
S
e
m
i
n
a
r
y
A
v
e
n
u
e
Uk
i
a
h
,
C
A
9
5
4
8
2
JA
N
U
A
R
Y
2
0
2
1
S:
\
P
U
B
L
I
C
W
O
R
K
S
\
P
R
O
J
E
C
T
S
\
P
U
B
L
I
C
W
O
R
K
S
\
2
0
2
0
\
S
P
E
C
2
0
-
1
6
D
O
R
A
A
N
D
L
U
C
E
C
U
R
B
R
A
M
P
S
\
D
O
R
A
A
N
D
L
U
C
E
P
E
D
E
S
T
R
I
A
N
C
R
O
S
S
I
N
G
.
D
W
G
PE
D
E
S
T
R
I
A
N
A
C
C
E
S
S
I
M
P
R
O
V
E
M
E
N
T
S
SP
E
C
I
F
I
C
A
T
I
O
N
N
O
.
2
0
-
1
6
R5.0'
R5.0'
R10.0'
R5.0'
R5.0'2.0'
9.3'
1.3'1.3'
9.3'
5.0'
6.5'
5.0'
6.0'
5.3'
2.1'
10.5'
9.3'
1.0'
6.0'5.0'
6.0'
4.3'
6.5'
5.0'
L
U
C
E
A
V
E
N
U
E
S. DORA STREET
FL=100.35
FL=100.30
TC=100.33
FL=100.00
CONFORM TO (E)
TC=100.04
FL=99.54
TR=100.50
TR=100.55
TR=100.66 TR=100.61
FL=100.58
TC=100.98
FL=100.65
TC=100.93
FL=100.60
FL=100.53
TC=100.62
FL=100.12
CONFORM TO (E)
TC=100.15
FL=99.65
TR/FG=100.80TR/FG=100.87
BW=100.90 BW=100.8730 LF, 12"X3"
1/4" GALVANIZED STEEL TUBE
BOX DRAIN
CONFORM TO (E)
TC=101.06
FL=100.56
GUTTER DEPRESSION
W/ DRAIN OPENING, TYP
FL=100.52
TC=101.19
FL=100.69 TC=101.12
FL=100.62
CONFORM TO (E)
TC=100.30
FL=99.80
2.
6
'
2.
6
'
2.
6
'
2.
6
'
2.
6
'
2.
6
'
2.
6
'
2.
6
'
PARK-N-GUARD
TD11500
YELLOW
16.6'
CU
R
B
R
A
M
P
D
E
T
A
I
L
C-
1
0
0
CURB RAMP NOTES:
1. THE TRANSITION FROM RAMPS TO GUTTERS OR STREETS SHALL BE FLUSH AND
FREE OF ABRUPT CHANGES.
2. SLOPE OF SIDE FLARE SHALL BE (9%) MAXIMUM.
3. RAMP AND SIDE FLARE AREA SHALL BE CONSTRUCTED WITH A HEAVY BROOM
FINISH TRANSVERSE TO THE SLOPE OF THE RAMP.
4. DETECTABLE WARNING SURFACE SHALL CONSIST OF TRUNCATED DOMES
ALIGNED IN A SQUARE GRID PATTERN PER CALTRANS STD. A88A.
5. WEAKENED PLANE JOINTS:
1
8" WIDE X 1-1/2" DEEP.
6. REFER TO CITY STANDARD DRAWING 102 FOR APPLICABLE SIDEWALK, CURB AND
GUTTER DETAILS.
7. GUTTER AND ROAD SURFACE ADJACENT TO CURB RAMP SHALL NOT EXCEED 5%
RUNNING SLOPE OR 2% CROSS SLOPE UNLESS AS SPECIFIED IN PLANS IN
CONFORMING TO EXISTING CONDITIONS.
8. 4' X 4' LANDING AREA NOT TO EXCEED 2% SLOPE IN ANY DIRECTION.
9. ALL RAMPS SHALL BE INSTALLED PER CALTRANS STD. PLAN A88A, CITY OF UKIAH
STD. DWG.111, AND AS SHOWN ON PLANS.
10. WHERE PUBLIC UTILITY LINES OR EQUIPMENT MUST BE REMOVED OR
RELOCATED, OBTAIN THE NECESSARY APPROVALS FROM THE APPROPRIATE
DEPARTMENT PRIOR TO STARTING WORK.
11. EXPANSION JOINTS SHALL BE INSTALLED IN ACCORDANCE WITH CITY OF UKIAH
STD. DWG. 101, OR AS DIRECTED BY THE CITY ENGINEER.
12. WHENEVER FEASIBLE, CONCRETE TO BE REMOVED AND REPLACED TO CONFORM
4 FT. FROM RAMP OR EXISTING SCORE LINES. DETERMINATION MADE BY CITY
ENGINEER.
1"
=
5
'
Page 92 of 387
CI
T
Y
O
F
U
K
I
A
H
Pr
o
j
e
c
t
Pl
a
n
30
0
S
e
m
i
n
a
r
y
A
v
e
n
u
e
Uk
i
a
h
,
C
A
9
5
4
8
2
JA
N
U
A
R
Y
2
0
2
1
S:
\
P
U
B
L
I
C
W
O
R
K
S
\
P
R
O
J
E
C
T
S
\
P
U
B
L
I
C
W
O
R
K
S
\
2
0
2
0
\
S
P
E
C
2
0
-
1
6
D
O
R
A
A
N
D
L
U
C
E
C
U
R
B
R
A
M
P
S
\
D
O
R
A
A
N
D
L
U
C
E
P
E
D
E
S
T
R
I
A
N
C
R
O
S
S
I
N
G
.
D
W
G
PE
D
E
S
T
R
I
A
N
A
C
C
E
S
S
I
M
P
R
O
V
E
M
E
N
T
S
SP
E
C
I
F
I
C
A
T
I
O
N
N
O
.
2
0
-
1
6
(N) CLASS 2 AB
SUBGRADE
(N) 4" HMA
24"
6"
R 1
2"
2"
6"1.5'
PL
A
N
D
E
T
A
I
L
S
C-
2
0
0
1"
=
5
'
PLANTER CURB AND GUTTER
Page 93 of 387
CI
T
Y
O
F
U
K
I
A
H
Pr
o
j
e
c
t
Pl
a
n
30
0
S
e
m
i
n
a
r
y
A
v
e
n
u
e
Uk
i
a
h
,
C
A
9
5
4
8
2
JA
N
U
A
R
Y
2
0
2
1
S:
\
P
U
B
L
I
C
W
O
R
K
S
\
P
R
O
J
E
C
T
S
\
P
U
B
L
I
C
W
O
R
K
S
\
2
0
2
0
\
S
P
E
C
2
0
-
1
6
D
O
R
A
A
N
D
L
U
C
E
C
U
R
B
R
A
M
P
S
\
D
O
R
A
A
N
D
L
U
C
E
P
E
D
E
S
T
R
I
A
N
C
R
O
S
S
I
N
G
.
D
W
G
PE
D
E
S
T
R
I
A
N
A
C
C
E
S
S
I
M
P
R
O
V
E
M
E
N
T
S
SP
E
C
I
F
I
C
A
T
I
O
N
N
O
.
2
0
-
1
6
100.0'
4.0'
PER MUTCD 2009
PART 3 - FIG.3B-15
6.0'
L
U
C
E
A
V
E
N
U
E
S. DORA STREET
10.0'
INSTALL THERMOPLASTIC
CONTINENTAL CROSSWALK TYP.
ST
R
I
P
I
N
G
P
L
A
N
P-
1
0
0
Page 94 of 387
CITY OF UKIAH
MENDOCINO COUNTY, CALIFORNIA
SPECIAL PROVISIONS
FOR
PEDESTRIAN IMPROVEMENT PROJECT
SPECIFICATION NO. 20-16
CITY OF UKIAH
DEPARTMENT OF PUBLIC WORKS
300 Seminary Avenue
Ukiah, California 95482-5400
Bids Open: Wednesday, May 12th, 2021
2:00 p.m.
Office of City Clerk
Page 95 of 387
Page 96 of 387
PEDESTRIAN IMPROVEMENT PROJECT Spec No. 20-16
iii
CITY OF UKIAH
DEPARTMENT OF PUBLIC W ORKS
JANUARY 2021
TABLE OF CONTENTS
PAGE
NOTICE TO BIDDERS
INSTRUCTIONS TO BIDDERS .................................................................................................................... 4
GENERAL CONDITIONS
SECTION 1. PROPOSAL REQUIREMENTS AND GENERAL CONDITIONS ............................................ 6
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 ........................................................................ 8
2-01. Award of Contract
2-02. Return of Proposal Guaranties
2-03. Execution of Contract
SECTION 3. SCOPE AND INTENT OF CONTRACT ................................................................................. 8
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 ................................................................................................................................... 9
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 ..................................................... 10
5-01. Minimum Scope of Insurance
5-02. Minimum Limits of Insurance
Page 97 of 387
PEDESTRIAN IMPROVEMENT PROJECT Spec No. 20-16
iv
5-03. Deductibles and Self-Insured Retentions
5-04. Other Insurance Provisions
5-05. Acceptability of Insurers
5-06. Verification of Coverage
5-07. Subcontractors
SECTION 6. RESPONSIBILITIES AND RIGHTS OF CONTRACTOR..................................................... 11
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
6-24. Public Notification
SECTION 7. RESPONSIBILITIES AND RIGHTS OF CITY ...................................................................... 17
7-01. Authority of the Engineer
7-02. Inspection
7-03. Surveys
7-04. Rights-of-Way
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 ............................................................ 19
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 ................................................................................................. 19
Page 98 of 387
PEDESTRIAN IMPROVEMENT PROJECT Spec No. 20-16
v
9-01. Equipment and Methods
9-02. Time of Completion
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 ........................................................................................................................... 21
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 ............................................................................................................. 24
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 ................................................................................................ 27
12-01. Arrangement of Technical Specifications
12-02. Existing
12-03. Business Licenses
12-04. Permits
12-05. Standard Specifications and Standard Plans
12-06. Temporary Facilities
12-07. Public Convenience and Safety
12-08. Maintaining Traffic
12-09. Traffic Control System for Street Closure
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. Safety Requirements
SECTION 13. CONSTRUCTION DETAILS ............................................................................................... 30
Page 99 of 387
PEDESTRIAN IMPROVEMENT PROJECT Spec No. 20-16
vi
13-01. Location and Scope of Work
13-02. Preservation of Property
13-03. Watering
13-04. Saw Cut Asphalt Concrete
13-05. Portland Cement Concrete Removal
13-06. Asphalt Concrete Removal
13-07. Earthwork
13-08. Subgrade Preparation
13-09. Aggregate Base
13-10. Sign Relocation and Placement
13-11. Asphalt Concrete
13-12. Minor Concrete
13-13. Construction Surveying
13-14. Traffic Control System for Street Closure
SECTION 14. EXCLUSIONS FROM GENERAL CONDITIONS ............................................................... 34
14-01. Provisions to be Excluded from General Conditions
SECTION 15. AMENDMENTS TO GENERAL CONDITIONS .................................................................. 34
15-01. Provisions of General Conditions to be Amended
CERTIFICATES AND DOCUMENTS
BID SUBMITTAL CHECKLIST .................................................................................................................... 35
PROPOSAL ........................................................................................................................................... 36
BIDDING SCHEDULE ................................................................................................................................. 37
FAIR EMPLOYMENT PRACTICES CERTIFICATION ............................................................................... 40
WORKER'S COMPENSATION CERTIFICATE .......................................................................................... 41
CERTIFICATE OF NONDISCRIMINATION IN EMPLOYMENT ................................................................. 42
LIST OF PROPOSED SUBCONTRACTORS ............................................................................................. 43
STATEMENT OF EXPERIENCE OF BIDDER ............................................................................................ 44
SIGNATURE OF BIDDER ........................................................................................................................... 45
BIDDER'S BOND ........................................................................................................................................ 46
NON-COLLUSION AFFIDAVIT ................................................................................................................... 47
AGREEMENT ........................................................................................................................................... 48
INDEMNIFICATION AGREEMENT ............................................................................................................ 52
EXAMPLE BOND FORMS .......................................................................................................................... 53
DIRECTIONS FOR PREPARATION OF PERFORMANCE AND MATERIAL AND LABOR BOND .......... 57
DEFECTIVE MATERIAL AND W ORKMANSHIP (MAINTENANCE) BOND .............................................. 58
INSURANCE CERTIFICATES AND ENDORSEMENT FORMS
APPENDICES:
PLAN SHEETS - 4 PAGES
Page 100 of 387
PEDESTRIAN IMPROVEMENT PROJECT 2 Spec. NO. 20-16
CITY OF UKIAH, MENDOCINO COUNTY, CALIFORNIA
NOTICE TO BIDDERS FOR PEDESTRIAN IMPROVEMENT PROJECT SPECIFICATION NO. 20-16
NOTICE IS HEREBY GIVEN that sealed standard proposals for TRANSPORTATION IMPROVEMENTS FOR
GOBBI AND WAUGH TRAFFIC SIGNAL will be received at the Office of the City Clerk, Ukiah Civic Center
Annex –located at 411 West Clay Street, Ukiah California until 2:00 p.m. on May 12th, 2021. Bids shall be
addressed to the City Clerk and shall be endorsed PEDESTRIAN IMPROVEMENT PROJECT SPECIFICATION
NO. 20-16. Bids that are HAND DELIVERED must be placed in the Night Drop Box located to the right of the
front doors of the Ukiah Civic Center Annex, at the address listed above. As soon thereafter as possible, the
bids will be publicly opened via live streaming at http://www.cityofukiah.com/meetings/ and read. Bids are
required for the entire work described herein. No fax bids will be accepted.
ENGINEER'S ESTIMATE OF QUANTITIES
ITEM
NO. DESCRIPTION UNIT QUANTITY
1 TRAFFIC CONTROL LS 1
2 MOBILIZATION / DEMOBILIZATION LS 1
3 TRAFFIC STRIPE (MUTCD FIG.3B-15 -
PER PLAN) LS 1
4 APPLY 12" YELLOW THERMOPLASTIC
CONTINENTAL CROSSWALK LS 1
5 INSTALL 3"X12" GALVANIZED BOX
DRAIN LF 30
6 REMOVE CONCRETE (CURB &
GUTTER) LF 80
7 REMOVE CONCRETE (SIDEWALK) SF 178
8 MINOR CONCRETE (SIDEWALK) SF 547
9 MINOR CONCRETE (CURB AND
GUTTER) LF 70
10 MINOR CONCRETE (PLANTER CURB) LF 34
11 MINOR CONCRETE (PLANTER CURB
AND GUTTER) LF 26
12 MINOR CONCRETE (CURB RAMP) SF 265
13 PARK-N-GUARD TD11500 (YELLOW) LS 1
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 Seth Strader,
Buyer I at (707) 467-5719 or by email at sstrader@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.
No contractor or subcontractor may be listed on a bid proposal for a public works project 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(a). 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.
Page 101 of 387
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 the General Prevailing Wage Determination are
available on the Internet at web address: http://www.dir.ca.gov/DLSR/PWD/ 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.
Dated:________________________ ________________________________________
Kristine Lawler, City Clerk, City of Ukiah, California
PUBLISH TWO TIMES: April 21st & 28th, 2021
4/13/21
Page 102 of 387
PEDESTRIAN IMPROVEMENT PROJECT 4 Spec. NO. 20-16
INSTRUCTIONS TO BIDDERS
PEDESTRIAN IMPROVEMENT PROJECT 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 to 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 advert isement. Women will be afforded equal opportunity in all areas of
employment. However, the employment of women shall not diminish the standards o r requirements for the
employment of minorities.
All proposals or bids shall be accompanied by a cashier's ch eck 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 twenty (20) working days. The Contractor will pay to the City the sum of five
hundred ($500.00) dollars per day for each and every calendar day's 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.
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, difficulties and restrictions attending the
execution of the work under the Contract. Bidders shall thoroughly examine and be familiar wi th 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, 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.
Page 103 of 387
PEDESTRIAN IMPROVEMENT PROJECT 5 Spec. NO. 20-16
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 examination 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:
Seth Strader, Buyer I
Email: sstrader@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 are within the City of Ukiah.
Curb ramp construction locations are at the following location: West and east curb ramps (2) adjacent to
998 South Dora Street, Ukiah CA.
Page 104 of 387
PEDESTRIAN IMPROVEMENT PROJECT 6 Spec. NO. 20-16
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, S tandard Specifications, and Standard
Plans involved.
Page 105 of 387
PEDESTRIAN IMPROVEMENT PROJECT 7 Spec. NO. 20-16
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 authorize d 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 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 h is 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 unless registered with the Department of Industrial Relations pursuant to Labor Code secti on
1725.5 [with limited 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 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 financially 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 wh ich 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.
Page 106 of 387
PEDESTRIAN IMPROVEMENT PROJECT 8 Spec. NO. 20-16
(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.
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 payment of money, nor acceptance of any p art
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, such 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.
Page 107 of 387
PEDESTRIAN IMPROVEMENT PROJECT 9 Spec. NO. 20-16
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 subcontr actor 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 not sufficiently detailed or
explained in these contract documents, including the contract drawings, the Contract or 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 Pla ns.
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 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.
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 c ontract 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
Page 108 of 387
PEDESTRIAN IMPROVEMENT PROJECT 10 Spec. NO. 20-16
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:
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: $2,000,000 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: $2,000,000 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: th e 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, claim 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.
Page 109 of 387
PEDESTRIAN IMPROVEMENT PROJECT 11 Spec. NO. 20-16
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.
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 n otice 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 subject
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 may 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 nam ed 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.
Page 110 of 387
PEDESTRIAN IMPROVEMENT PROJECT 12 Spec. NO. 20-16
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 re presentative 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 imposed 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. The 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 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 Contractor, 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 contrac t 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.
Page 111 of 387
PEDESTRIAN IMPROVEMENT PROJECT 13 Spec. NO. 20-16
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 enjo ined 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 efficien cy,
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 s hall be adjusted as provided in the
contract for changes in the work. The contractor and 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 responsib ility
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.
Page 112 of 387
PEDESTRIAN IMPROVEMENT PROJECT 14 Spec. NO. 20-16
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 t he 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 Engine er. If
the work of the Contractor is 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.
Page 113 of 387
PEDESTRIAN IMPROVEMENT PROJECT 15 Spec. NO. 20-16
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
immediately 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 o r her bid and will not in any
circumstances be considered as the basis for a claim against the City.
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 must
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
Page 114 of 387
PEDESTRIAN IMPROVEMENT PROJECT 16 Spec. NO. 20-16
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
equipment.
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.
6-24. Public Notification. The contractor shall be responsible for all public notification regarding construction
work within the subject intersection, including detours, lane and street closures, hours of operation s, and
notification of effected commercial businesses 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 for pedestrian traffic. The contractor shall prepare public noticing via the newspaper,
radio announcements, notification of the emergency vehicle agencies, public transit, school buses, County of
Mendocino offices, the high school, junior high school, elementary schools effected by potential detours and
street closures, with recommended alternate routes of travel. Through street access from will be restricted to
businesses and residents only during construction days. All proposed detours, closures and traffic c ontrol
methods shall be submitted to the Engineer for approval prior to noticing the public. All public noticing shall be
performed a minimum of one 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 the intersection shall be noted 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.
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 t he classifications
and measurements of quantities and materials and the fulfillment of this contract and (4) shall have the power
Page 115 of 387
PEDESTRIAN IMPROVEMENT PROJECT 17 Spec. NO. 20-16
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.
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 dut y 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 co ntract
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 bench marks 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
Page 116 of 387
PEDESTRIAN IMPROVEMENT PROJECT 18 Spec. NO. 20-16
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 du ring 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 wh ich 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 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 a mounts 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 workmen 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
materials, 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 payment 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
Page 117 of 387
PEDESTRIAN IMPROVEMENT PROJECT 19 Spec. NO. 20-16
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 purpose of describing the material or equipment desired an d 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 wit h 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 draw ings 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 necessar y 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,
Page 118 of 387
PEDESTRIAN IMPROVEMENT PROJECT 20 Spec. NO. 20-16
any part of the Contractor's plant or equipment, or any of his or her methods of execution of the wor k, 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 increase 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 t ime herein
specified, (2) reasonable loss of time resulting from the necessity 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 dilige nce. Orders issued
by the City changing the amount 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 ab normal amounts of rainfall, temperatures or other weather
conditions for the location of the work and time of year may 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 avo idable 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 time extension based on unav oidable 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.
Page 119 of 387
PEDESTRIAN IMPROVEMENT PROJECT 21 Spec. NO. 20-16
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) continuous 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 t he 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 establish ed 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
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 meeting 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 am ount 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.
Page 120 of 387
PEDESTRIAN IMPROVEMENT PROJECT 22 Spec. NO. 20-16
(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 issue d 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, debent ures 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 reco gnized 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 million 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 Small Business
Administration or the United States Farmers Home Administration.
(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
Development, the Inter-American 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 satisfa ctory 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 performanc e
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.
Page 121 of 387
PEDESTRIAN IMPROVEMENT PROJECT 23 Spec. NO. 20-16
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 am ount of the payment at the rate of 6
percent per annum for the period of such delay. The terms 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 i nterest 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.
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, altera tions, 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 month
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 made. 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.
Page 122 of 387
PEDESTRIAN IMPROVEMENT PROJECT 24 Spec. NO. 20-16
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 m odifications
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 perfo rming extra work pursuant to the provisions
of Section 4-1.03 D,"Extra Work", and Section 9-1.03,"Force Account Payment" of the Standard Specifications.
This method of determining the price of work shall not apply to the performance of any work which is r equired
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 o f 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 hundred dollars ($500.00) 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.
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.
Page 123 of 387
PEDESTRIAN IMPROVEMENT PROJECT 25 Spec. NO. 20-16
b.
(A) Upon receipt of a claim pursuant to this section, the City sha ll 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 ent ity 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 t he 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 neutral third party to mediate with reg ard 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 b oard 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.
(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.
Page 124 of 387
PEDESTRIAN IMPROVEMENT PROJECT 26 Spec. NO. 20-16
(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 subc ontractor, 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 125 of 387
PEDESTRIAN IMPROVEMENT PROJECT 27 Spec. NO. 20-16
TECHNICAL SPECIFICATIONS
SECTION 12. GENERAL INFORMATION
12-01. 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
14 Exclusions from General Conditions
15 Amendments to General Conditions
12-02. Arrangement of Plans. The Plans consist of four (4) sheets numbered 1 through 4 and they are hereby
made a part of the Contract Documents.
12-03. 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.
12-04. Permits. The Contractor shall obtain and pay for all permits required to complete this work except the
required encroachment permit. The Contractor shall obtain an encroachment permit from the 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.
12-05. Standard Specifications and Standard Plans. The Standard Specifications and Standard Plans of
the California State Department of Transportation, 2010, are hereby made a part of these Technical
Specifications, and are hereinafter referred to as "Standard Specifications" and "Standard Plans."
Whenever the following terms are used in the Standard Specifications and the Standard Plans, they shall be
understood to mean and refer to the following:
Department or Department of Transportation - The City Council.
Director of Public Works - The City of Ukiah Director of Public Works/City Engineer.
Engineer - The Engineer, designated by the Director of Public Works, 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 to test materials and work involved in the
contract.
State - The City of Ukiah
Other terms appearing in the California Standard Specifications and the California Standard Plans shall have
the intent and meaning specified in Section I, Definition of Terms of the California 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 (Technical Specifications)
2. (City) Project Plans
3. City Standard Plans and Details
4. California Standard Plans
5. California Standard Specifications
12-06. Temporary Facilities. 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 Contr actor’s temporary
facilities.
12-07. Public Convenience and Safety. 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 through the work.
The Contractor shall post notice(s) at the job sites a minimum of 72 hours in advance of wo rking at the site,
indicating the date and times that street parking will be prohibited. This notice shall be placed in obvious
locations and be spaced no further than 250 feet apart along the length of the project site and on each side of
the affected street. The Contractor shall also provide and place door hangers at all houses adjacent to working
Page 126 of 387
PEDESTRIAN IMPROVEMENT PROJECT 28 Spec. NO. 20-16
area. The door hanger notification shall be in writing and it shall be submitted to the Engineer for approval a
minimum of 5 working days prior to the proposed public notification. Full cost for “Public Convenience and
Safety“ shall be considered as included in the various items of work and no additional compensation will be
made.
12-08. Maintaining Traffic. Attention is directed to Section 7-1.08, "Public Convenience," 7-1.09, "Public
Safety," 7-1.092, "Lane Closure," and 7-1.095, "Flagging Costs," of the California Standard Specifications.
Streets 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.
Full costs for "Maintaining Traffic", including "Flagging Costs", shall be considered as included in the various
items of work and no additional compensation will be made.
Street Closures shall conform to the provisions in the section of these Special Provisions entitled “Traffic Co ntrol
System for Street Closure.”
When leaving a work area and entering a roadway carrying public traffic, the Contractor’s equipment, whether
empty or loaded, shall in all cases yield to public traffic.
The full width of the traveled way shall be opened for use by public traffic on Saturdays, Sundays, and designated
City holidays, after 3:00 p.m. Fridays and the day preceding designated City holidays, and when construction
operations are not actively in progress.
Designated City holidays are: January 1st, the third Monday in January, the third Monday in February, the last
Monday in May, July 4th, the first Monday in September, the second Monday in October, the second Monday in
November, Thanksgiving Day, the day following Thanksgiving Day, December 24th, December 25th, December
30th, December 31st. When a designated City holiday falls on a Sunday, the following Monday shall be a
designated City holiday. When a designated City holiday falls on a Saturday, the preceding Friday shall be a
designated City holiday.
Minor deviations from the requirements of this section concerning hours of work which do not significantly
change the cost of the work may be permitted upon the written request of the Contractor if in the opinion of the
Engineer public traffic will be better served and the work expedited. Such deviations shall not be adopted until
the Engineer has indicated his written approval. All other modifications will be made by contract change order.
The fences, temporary railing (Type K), barricades, lights, signs, and other devices furnished a nd installed by
the Contractor, at his expense, to conform to the provisions in said Section 7-1.09, and in addition to any
construction area traffic control devices for which payment is provided for elsewhere in the specifications.
At the end of each working day if a difference in excess of 2 inches exists between the elevation of the existing
pavement between lines, the contractor shall furnish and place portable delineators along said drop -off. “Do Not
Pass” signs shall also be placed at 500 feet intervals when delineators are required. Full compensation for
furnishing and placing delineators and signs shall be considered as included in the various items of work and no
additional compensation will be allowed.
The fences, temporary railing (Type K), barricades, lights, signs, and other devices furnished and installed by
the Contractor, at his expense, to conform to the provisions in said Section 7-1.09, and in addition to any
construction area traffic control devices for which payment is provided for elsewhere in the specifications.
Payment. Full costs for “Maintaining Traffic”, including “Flagging Costs” shall be considered as part of the lump
sum payment for Traffic Control System and no additional compensation will be made.
12-09. 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.
Page 127 of 387
PEDESTRIAN IMPROVEMENT PROJECT 29 Spec. NO. 20-16
12-10. Stream Pollution. 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.
The Contractor’s attention is also directed to Section 7-1.01G, “Water Pollution,” of the Standard Specifications
and to Section 13, “Water Pollution Control”, of the Construction Details Section concerning the requirement for
submittal to the Engineer for approval a written program for the control of pollution to adjacent drainage courses
during the construction of the project. Said written program shall include the erosion control provisions required
by Section 13, “Temporary Erosion Control”, of these 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 year from the date of final acceptance. The Contractor shall
replace promptly and at his own expense any materials and/or workmanship that are faulty or defective during
this warranty period.
12-12. Utilities. The owner will not arrange water, sewer or electrical services for construction. It is the
Contractor's sole responsibility to arrange such services as necessar y with the applicable utility provider(s).
12-13. Dust Control. Dust control shall conform to the provisions of Section 10 of the Standard Specifications.
Full compensation for dust control shall be considered as included in the prices paid for the various contract
items and no additional compensation will be made therefore. This includes the application of water for the
purpose of controlling dust caused by public traffic within the project area. The Contractor may at his option use
dust palliative in accordance with the provisions of Section 18, “Dust Palliative’” of the Standard Specifications
except that the full compensation for applying dust palliative shall be considered as included in the prices paid
for the various contract items of work and no additional compensation will be made therefore.
All active construction areas shall be watered at least twice daily and more often during hot or windy periods.
The active areas adjacent to the apartment complexes 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 employee vehicles, staging
areas, and storage areas shall be paved or 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 r emove 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 7.1.01I, “Sound Control
Requirements", 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 n ot 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 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 construc tion 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
Page 128 of 387
PEDESTRIAN IMPROVEMENT PROJECT 30 Spec. NO. 20-16
shall be acoustically shielded when practical. The Contractor shall prohibit unnecessary idling of internal
combustion engines.
12-15. Watering. The application of water and the developing of a water supply sh all be performed in
accordance with the provisions of Section 17, “Watering,” of the Standard Specifications except as modified by
these Special Provisions. Full compensation for applying water where called for or as directed by the Engineer
and for developing the water supply shall be considered as included in the prices paid for the various contract
items and no additional compensation will be made therefore. The Contractor is advised that water may be
obtained from fire hydrants within the project area under permit with the City’s Public Works Department and
upon the payment of a meter deposit. Permit application and inquiry as to the water usage fees are to be made
at the City of Ukiah, 300 Seminary Avenue, phone (707) 463-6228.
12-16. Preconstruction Conference. 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 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 8-1.04, "Progress Schedule," of the Standard Specifications.
SECTION 13 - CONSTRUCTION DETAILS
13-01. Location and Scope of Work.
The work involves removing and constructing curb ramps in compliance with ADA standards.
Curb ramp construction locations are at the following locations:
West and east curb ramps adjacent to 998 South Dora Street, Ukiah CA.
The Contractor should familiarize himself with the local conditions of the project site. 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.
13-02. Preservation of Property. The contractor shall conform to the provisions of Section 7-1.11,
“Preservation of Property” of the Standard Specifications and to these Special Provisions. All costs to the
Contractor for protecting, removing, modifying, relocating and restoring existing improvements shall be
considered as included in the contract prices paid for the various items of work and no additional al lowances will
be made therefore.
Payment Full compensation for complying with this section of the Special Provisions shall be considered
as included in the prices paid for the various contract items of work, and no additional compensation will
be allowed therefore.
13-03. Watering. Developing water supply and applying shall conform to the provisions in Section 17 of the
Standard Specifications and these Special Provisions. Water shall not be obtained from any of the nearby
property owners without their written permission.
Payment. Full compensation for developing and applying water conforming to the above requirements
shall be considered as included in the prices paid for the various contract items of work requiring water,
and no additional compensation will be allowed therefore.
13-04. Saw Cut Asphalt Concrete. This work shall include saw cutting asphalt concrete pavement at the
locations shown on the Project Plans and at locations as directed by the Engineer. The asphalt concrete shall
be cut in a neat line to a minimum depth of 0.17 foot with a power driven saw before asphalt concrete is removed.
Payment. Full compensation for saw cutting asphalt concrete conforming to the above requirements
shall be considered as included in the prices paid for the various contract items of work requiring
construction of concrete ramps, and no additional compensation will be allowed therefore.
Page 129 of 387
PEDESTRIAN IMPROVEMENT PROJECT 31 Spec. NO. 20-16
13-05. Remove Concrete Sidewalk. Concrete curb and gutter, sidewalk, and valley gutters shall be removed
as indicated on the Project Plans and as directed by the Engineer. Dispos al of concrete shall be in accordance
with Section 13-02 “Existing Highway Facilities” of these Special Provisions.
Payment. Full compensation for Remove Concrete Sidewalk 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 existing concrete sidewalk,
pedestrian ramps and driveways, and miscellaneous flatwork, including but not li mited 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.
13-06. Asphalt Concrete Removal. Asphalt concrete pavement shall be removed as indicated on the Project
Plans and as directed by the Engineer. Disposal of asphalt concrete shall be in accordance with Section 13 -02
“Existing Highway Facilities” of these Special Provisions.
Payment. Full compensation for asphalt concrete removal conforming to the above requirements shall
be considered as included in the prices paid for the various contract items of work requiring construction
of concrete ramps, and no additional compensation will be allowed therefore.
13-07. Earthwork / Clearing & Grubbing. Earthwork shall conform to the provisions in Section 19 of the
Standard Specifications except as provided herein.
Payment. Full compensation for all vegetation removal, hauling, disposal of material, excavation,
grading, compaction of native material and Class 2 Aggregate Base material in the curb and gutter,
sidewalk, wheelchair ramp, valley gutter and roadway areas, finish ed to subgrade, shall be considered
as included in contract prices paid for the various contract items of work, and no additional compensation
will be allowed therefore. Contractor is responsible for restoring all irrigation disturbed du ring
construction of curb ramps or any necessary pruning of vegetation within the project limits as necessary
at no extra charge as included the related line item work.
13-08. Subgrade Preparation. Subgrade preparation shall conform to the provisions in Section 19 of the
Standard Specifications and these Special Provisions. Once Portland Cement Concrete and asphalt concrete
is removed, the underlying material shall be inspected by the Engineer and a determination will be made by the
Engineer as to whether or not the underlying material is suitable for the support of the new Portland Cement
Concrete or asphalt concrete.
Once material is determined to be suitable, the material shall be graded and com pacted to a minimum of 95%
relative compaction to the grades necessary for the placement of Portland Cement Concrete or asphalt
concrete. If additional material is needed to make these required grades, the material to be used shall be Class
2 Aggregate Base.
Payment. Full compensation for preparing subgrade including grading, compaction and the addition of
Class 2 Aggregate Base if necessary to make grade as specified herein shall be considered as included
in the contract prices paid for the various contract items of work to be placed on the subgrade, and no
additional compensation will be allowed therefore.
13-09. Aggregate Base. Aggregate base shall be Class 2 aggregate base and shall conform to the provisions
in Section 26 of the Standard Specifications for ¾ inch maximum size aggregate.
Payment. Full compensation for furnishing, and placing aggregate base shall be considered as included
in the prices paid for asphalt concrete, minor concrete (curb and gutter, sidewalks, wheelchair ramps,
and valley gutters), and no additional compensation will be allowed therefore.
Page 130 of 387
PEDESTRIAN IMPROVEMENT PROJECT 32 Spec. NO. 20-16
13-11. Asphalt Concrete. Asphalt concrete shall be 1/2 inch maximum, medium grade, Type B with PG 64 -
16 asphalt binder. Liquid asphalt used for paint binder shall be RS-1 or Emulsion SS-1 and shall conform to the
provisions in Section 39, 92, and 93 of the California Standard Specifications. Asphalt concrete shall be placed
at a minimum compacted thickness of three (3) inches, or the thickness of the existing asphalt plus one (1 ) inch,
whichever is greater, in the area between the existing pavement and lip of gutter after forms for the gutter have
been removed. Asphalt concrete pavement shall be replaced in lifts, each not to exceed two (2) inches
compacted thickness.
Payment. Full compensation for furnishing, and placing asphalt concrete shall be considered as
included in the prices paid for concrete curb ramps, minor concrete (curb and gutter, sidewalks,
wheelchair ramps, and valley gutters), and no additional compensation wil l be allowed therefore.
13-12. Minor Concrete. This work consists of constructing A1-6 curb, curb and gutter, sidewalks, wheelchair
ramps, and valley gutters. All concrete shall be Class B containing not less than 470 pounds of Portland cement
per cubic yard of concrete (5 Sack) as specified in Section 90 of the California Standard Specification.
Contractors attention is directed to the requirements of each ramp detail drawing and the following Standard
Drawings: No. 101 “Score Mark Details, Sidewalk, Curb and Gutter”, and No. 111 “Wheelchair Ramp Detail”.
Curb and Gutter. The contractor shall remove existing asphalt concrete to provide forms for the lip of
the gutter. Gutter width varies from site to site and Contractor should carefully review the Project Plans.
All curb and gutter shall be measured and paid for as if it were standard curb and gutter per Standard
Drawing No. 102. Curb and gutter shall not be poured monolithic with the sidewalk unless otherwise
approved by the Engineer.
Measurement. Curb and gutter will be measured by the linear foot, in place along the face of
curb.
Payment. The contract price paid per linear foot for curb and gutter shall include full
compensation for furnishing all labor, materials, tools, and equipment, and doing all the work
involved in constructing curb and gutter as specified including furnishing and placing aggregate
base, and preparing subgrade, and no additional compensation will be allowed therefore.
Curb ramps. Curb and gutter may be poured monolithic with the curb ramp.
Curb Ramp Detectable Warning Surface: Pedestrian ramp detectable warning surface shall consist of
raised truncated domes constructed with pedestrian ramps in conformance with the details shown on
the plans and these special provisions. The detectable warning surface shall be Armor-Tile cast-in-place
detectable warning surface or approved equal. The color of the detectable warning shall be yellow
conforming to Federal Standard 595B, Color No. 33538.
The finished surfaces of the detectable warning surface shall be free from blemishes. 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.
Full compensation for furnishing, constructing, and installing curb ramp detectable warning surfaces
shall be considered as included in the contract price paid for Wheelchair Ramp installation and no
additional allowance will be made therefor.
Measurement. Curb ramps will be measured by the square foot in place. Curb and gutter
adjacent to curb ramps will be measured and paid for as curb and gutter.
Payment. The contract price paid per square foot of curb ramps shall include full compensation
for furnishing all labor, materials, tools, and equipment, and doing all the work involved in
Page 131 of 387
PEDESTRIAN IMPROVEMENT PROJECT 33 Spec. NO. 20-16
constructing curb ramps as specified including furnishing and placing aggregate base, preparing
subgrade, and protecting existing traffic sign poles and foundations, and no additional
compensation will be allowed therefore.
Sidewalks. Sidewalks shall be constructed in accordance with City Standard Drawing No. 102.
Sidewalks shall not be poured monolithic with the curb and gutter unless otherwise approved by the
Engineer.
Measurement. Sidewalks will be measured by the square foot in place. Curb and gutter, or
vertical concrete retaining curb adjacent to sidewalks will be measured and paid for as curb and
gutter, or retaining curb.
Payment. The contract price paid per square foot for sidewalks shall include full compensation
for furnishing all labor, materials, tools, and equipment, and doing all the work involved in
constructing sidewalks as specified including furnishing and placing aggregate base, preparing
subgrade, and protecting existing traffic sign poles and foundations, and no additional
compensation will be allowed therefore.
Saw Cut Concrete. This work shall include saw cutting Portland Cement Concrete (PCC) sidewalks,
driveway approaches, curb and gutters, and valley gutters at the locations shown on the Project Plans
and at locations as directed by the Engineer. Except where the plans call for a full depth cut, the
concrete shall be cut in a neat line to a minimum depth of 0.17 foot with a power driven saw before
concrete is removed.
Payment. Full compensation for complying with this section of the Special Provisions shall be
considered as included in the prices paid for the various contract items of work, and no additional
compensation will be allowed therefore.
13-13. Construction Surveying. Construction surveying including horizontal and vertical control and staking
shall be the responsibility of the Contractor. Vertical and horizontal control is to be established from the
existing Control Points shown on the Plans. The City of Ukiah will provide control elevation staking points for
the contractor to reference in the field through independent or subcontracted survey staking. Vertical control
points will be provided at this time.
13-14. Traffic Control System for Street Closure. A traffic control system shall consist of closing streets in
accordance with the Caltrans Manual of Traffic Controls for Construction and Maintenance Work Zones, the
provisions of Section 12, “Construction Are a Traffic Control Devices,” of the Standard Specifications, and
provisions under “Maintaining Traffic” elsewhere in these Special Provisions.
The provisions in this section will not relieve the Contractor of their responsibilities that may be necessary to
comply with the provisions in Section 12-08, “Public Safety”, of the Standard Specifications.
The base material of construction area signs may be plywood in City Right -of-Way, but shall not be plywood in
the State Right-of Way.
The contractor shall develop and submit to the Engineer for approval a Traffic Control Plan a minimum of one
week before beginning construction. The Traffic Control Plan shall show the planned method of traff ic control
during construction.
The following information shall be included in the Traffic Control Plan:
Sequencing of construction
Street layout, with street names and direction of flow
Location and types of construction area signs (including pedestrian notification)
Locations of barriers or other traffic control devices
Location of flaggers
A contingency plan for how to handle emergency vehicles
Page 132 of 387
PEDESTRIAN IMPROVEMENT PROJECT 34 Spec. NO. 20-16
The Contractor shall not begin construction at the site until the Traffic Control Plan is reviewed and approved by
the Engineer. The City reserves the right to delay the contractor’s operations until such time that a Traffic
Control Plan has been reviewed and approved by the Engineer.
If any component in the traffic control system is damaged, displaced, or ceases to operate or function as
specified, from any cause, during the progress of the work, the Contractor shall immediately repair said
component to its original condition or replace said component and shall restore the component to its original
location.
When street closures are made for work periods only, at the end of each work period, all components of the
traffic control system shall be removed from the traveled way and shoulder. If the contractor so elects, said
components may be stored at select central locations, approved by the Engineer, within the limits of the street
right-of-way.
Payment. The contract lump sum price paid for traffic control shall include full compensation for furnishing a
Traffic Control Plan, furnishing all labor, materials (including signs), tools, equipment, and incidentals and for
doing all the work involved in placing, removing, storing, maintaining and moving to new locations, replacing,
and disposing of the components of the traffic control system as shown on the plans, as specified in the Standard
Specifications and these Special Provisions, and as directed by the Engineer.
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
excluded from the terms of the Notice to Bidders, Proposal, Agreement and other contract documents as th ough
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 133 of 387
PEDESTRIAN IMPROVEMENT PROJECT 35 Spec. NO. 20-16
BID SUBMITTAL CHECKLIST
The following is a checklist to assist 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 36)
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 Relations Public Works Contractor Registration Number
o Fair Employment Practices Certification (Page 40)
Filled out completely per instruction
o Worker’s Compensation Certificate (Page 41)
Filled out completely per instruction
o Certification of Non-Discrimination in Employment (Page 42)
Filled out completely per instruction
o List of Proposed Subcontractors (Page 43)
Filled out completely per instruction
o Statement of Experience (Page 44)
o Signature of Bidder (Page 45)
Filled out completely per instruction
Authorized signature provided
o Bidder’s Bond (Page 46)
Filled out completely per instruction
o Non-Collusion Affidavit (Page 47)
Filled out completely per instruction
Notarized
o Addenda Issued
Check the City website for any addenda issued: www.cityofukiah.com/purchasing.
Page 134 of 387
PEDESTRIAN IMPROVEMENT PROJECT 36 Spec. NO. 20-16
CITY OF UKIAH
MENDOCINO COUNTY, CALIFORNIA
PROPOSAL
FOR
PEDESTRIAN IMPROVEMENT PROJECT
SPECIFICATION NO. 20-16
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 135 of 387
PEDESTRIAN IMPROVEMENT PROJECT 37 Spec. NO. 20-16
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.
Page 136 of 387
PEDESTRIAN IMPROVEMENT PROJECT 38 Spec. NO. 20-16
NAME OF BIDDER:
SPEC #: 20-16
PROJECT NAME: PEDESTRIAN IMPROVEMENT PROJECT
ITEM
NO. DESCRIPTION UNIT QUANTITY UNIT PRICE EXTENDED PRICE
1 TRAFFIC CONTROL LS 1 $ $
2 MOBILIZATION LS 1 $ $
3 TRAFFIC STRIPE (MUTCD
FIG.3B-15 - PER PLAN) LS 1 $ $
4
APPLY 12" YELLOW
THERMOPLASTIC
CONTINENTAL CROSSWALK
LS 1 $ $
5 INSTALL 3"X12" GALVANIZED
BOX DRAIN LF 30 $ $
6 REMOVE CONCRETE (CURB
& GUTTER) LF 80 $ $
7 REMOVE CONCRETE
(SIDEWALK) SF 178 $ $
8 MINOR CONCRETE
(SIDEWALK) SF 547 $ $
9 MINOR CONCRETE (CURB
AND GUTTER) LF 70 $ $
10 MINOR CONCRETE
(PLANTER CURB) LF 34 $ $
11
MINOR CONCRETE
(PLANTER CURB AND
GUTTER)
LF 26 $ $
12 MINOR CONCRETE (CURB
RAMP) SF 265 $ $
13 PARK-N-GUARD TD11500
(YELLOW) LS 1 $ $
TOTAL BID $
Page 137 of 387
PEDESTRIAN IMPROVEMENT PROJECT 39 Spec. NO. 20-16
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 responsi ve 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 138 of 387
PEDESTRIAN IMPROVEMENT PROJECT 40 Spec. NO. 20-16
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 Prac tices requirements
of the Special Provisions contained herein.
PEDESTRIAN IMPROVEMENT PROJECT
________________________________________________________________
(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 139 of 387
PEDESTRIAN IMPROVEMENT PROJECT 41 Spec. NO. 20-16
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 _______________, 20____
Signature of Bidder, with Business Address:
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
Page 140 of 387
PEDESTRIAN IMPROVEMENT PROJECT 42 Spec. NO. 20-16
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 141 of 387
PEDESTRIAN IMPROVEMENT PROJECT 43 Spec. NO. 20-16
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 con tained 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 142 of 387
PEDESTRIAN IMPROVEMENT PROJECT 44 Spec. NO. 20-16
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 contrac t.
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
Page 143 of 387
PEDESTRIAN IMPROVEMENT PROJECT 45 Spec. NO. 20-16
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 a re 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 144 of 387
PEDESTRIAN IMPROVEMENT PROJECT 46 Spec. NO. 20-16
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 o f 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 May 12, 2021 for PEDESTRIAN IMPROVEMENT PROJECT, SPEC.
20-16.
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 145 of 387
PEDESTRIAN IMPROVEMENT PROJECT 47 Spec. NO. 20-16
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 PEDESTRIAN IMPROVEMENT PROJECT 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 146 of 387
PEDESTRIAN IMPROVEMENT PROJECT 48 Spec. NO. 20-16
CITY OF UKIAH
Mendocino County, California
AGREEMENT
FOR
PEDESTRIAN IMPROVEMENT PROJECT
SPECIFICATION NO. 20-16
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, overhe ad, expenses, all labor and expenses of whatever nature
necessary for completion of the work in conformity with the Special Provisions and other contract documents
hereto attached and according to such instructions as may be given by the Engineer. The Cont ractor shall
complete the work within twenty (20) 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 subm itted certificates of insurance that have been accepted and approved
by the Engineer
Page 147 of 387
PEDESTRIAN IMPROVEMENT PROJECT 49 Spec. NO. 20-16
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 be encountered in the prosecution of the work; for all risks of every description connecte d 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 compensation; 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 Pra ctices 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 Secti on 1429.
Page 148 of 387
PEDESTRIAN IMPROVEMENT PROJECT 50 Spec. NO. 20-16
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 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 const rued 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. Willfully 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 implement 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.
Page 149 of 387
PEDESTRIAN IMPROVEMENT PROJECT 51 Spec. NO. 20-16
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
7. Agreement
8. Contract Bonds
9. Contract Drawings and Construction Details
10. Standard Drawings
11. Indemnification Agreement
IN WITNESS WHEREOF, 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 150 of 387
PEDESTRIAN IMPROVEMENT PROJECT 52 Spec. NO. 20-16
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 151 of 387
PEDESTRIAN IMPROVEMENT PROJECT 53 Spec. NO. 20-16
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, executor s, 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 t he 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 152 of 387
PEDESTRIAN IMPROVEMENT PROJECT 54 Spec. NO. 20-16
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 $____________________________..
(The above is to be filled in by Surety Company). (Power of Attorney of person signing for Surety Company must
be attached).
(CERTIFICATE AS TO CORPORATE PRINCIPAL)
I,_________________________________________, certify that I am the
______________________________ Secretary of the corporation named as Principal in the foregoing bond;
that _______________________________________, who signed the said bond on behalf of the Principal, was
then ____________________________________________ of said corporation; that I know his signature, and
that his signature thereto is genuine; and that said bond was duly signed, sealed, and attested to for and in
behalf of said corporation by authority of its governing body.
____________________________________________ Affix Corporate Seal
Page 153 of 387
PEDESTRIAN IMPROVEMENT PROJECT 55 Spec. NO. 20-16
CITY OF UKIAH
Mendocino County, California
MATERIAL AND LABOR BOND
KNOW ALL MEN BY THESE PRESENTS,
That we the undersigned, ______________________________________________________
__________________________________________________________________________, AS PRINCIPAL,
and
__________________________________________________________________________
__________________________________________________________________________, AS SURETY,
are held firmly bound unto THE CITY OF UKIAH, hereinafter called the “City” in the penal sum of
dollars ($____________________) 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 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 154 of 387
PEDESTRIAN IMPROVEMENT PROJECT 56 Spec. NO. 20-16
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 Com pany 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 155 of 387
PEDESTRIAN IMPROVEMENT PROJECT 57 Spec. NO. 20-16
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 156 of 387
PEDESTRIAN IMPROVEMENT PROJECT 58 Spec. NO. 20-16
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 h eirs, 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 157 of 387
?K VWUJZIYOUTĀULĀ6TXZWGTIKĀ@KW[ OI KXĀ<LLOIK #6TI %Ā3UWS
"$.0(%(" 0$Ā,%Ā(+/1. +"$6@@B2Ā1.A2ĀĀĀĀ!:: &11&FF"
06AFĀ<3ĀB86.5
=?<1B02?A56@Ā02?A6360.A 2Ā<3Ā6; @B?.;02Ā6 @Ā;<AĀ.;Ā6;@B?.;02Ā=<96 0FĀ.;1Ā1<2@Ā;<A
.: 2;1#Ā2EA2;1Ā< ?Ā.9A2?ĀA52Ā0< C2?.4 2Ā.33<?121Ā/F ĀA52Ā=<9602@Ā/29<D %
",* - +($/ĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀ!$/05/Ā. 0(+&
0< : =.;F
92AA2?
0< : =.;F
92AA2?!
0< : =.;F
92AA2?"
0< : =.;F
92AA2?#
0< : =.;F
92AA2?$
6; @B?21
A56@Ā6@ĀA< Ā02?A 63FĀA5.A ĀA52 =< 96062@Ā< 3Ā6;@B?.;02Ā /29 < D Ā5.C2Ā /22 ;Ā 6@@B21ĀA<ĀA52Ā6; @B?21Ā;.: 21Ā./< C2Ā3<?ĀA52Ā=< 960FĀ=2?6<1Ā6;16 0 .A 21#Ā;<A D 6A5@A. ;16;4Ā . ;F
?2> B6?2: 2;A #ĀA2?: Ā<?Ā0<;16 A6<; Ā<3Ā.;FĀ 0<;A ?.0A Ā<?Ā<A52?Ā1<0B: 2;AĀD 6A5Ā?2@=20AĀA< ĀD 5605ĀA56@Ā02?A6360. A2Ā: . FĀ/ 2Ā6@@B21Ā<?Ā: . F =2 ?A.6;#ĀA52Ā6;@B?.;02Ā . 33<?121Ā/F
A52Ā=< 96062@Ā12@0?6/21Ā 52?26;Ā6@Ā@B/7 20AĀA< Ā.9 9ĀA52ĀA2?: @#Ā2E09 B@6<;@Ā.;1Ā0<;16A 6<;@Ā<3 Ā@B05Ā=<96062@%Ā96: 6A@Ā@5<D;Ā:.FĀ5.C2 /2 2;Ā?21B021Ā/FĀ =.61Ā09.6: @%
0<
9A?
%AF=2Ā<3Ā6;@B?.;02
=< 960F
;B: /2?
=<9 60F Ā23320A6C2
1.A 2Ā!: : &11&FF"
2E=6?.A6<; Ā1.A2
!: : &11&FF". 99Ā96: 6A@Ā6;ĀA5<B@. ;1@
42;2?.9Ā96 ./6 96AF
0<: : 2?06.9
09.6: @Ā:.12
<00B??2;02
<D ;2?_@Ā Ā0<;A ?.0A <?_@
=?< A%
<A52 ?
42 ;2 ?. 9Ā.44?2 4 . A2
Ȁ
=?<1B0A @Ā0<:=&<=@Ā.44?24.A 2
Ȁ
=2?@< ;.9 Ā Ā.1C2?A 6@6;4 Ā6;7B?F
Ȁ
2.05Ā<00B?.;02 Ȁ
36?2Ā1.: .42Ā!GT^ĀUTKĀLOWK"
Ȁ
: 2160.9 Ā2E=2;@2@Ā!GT^ĀUTKĀVKWXUT"
Ȁ
.BA <: <A6C2Ā96./6 96AF
.;F Ā.BA <
.99Ā<D ;21Ā.BA <@
@0521B921Ā.BA <@
56?21Ā.BA <@
;<;$ <D ;21Ā.BA <@
4. ?. 42 Ā96. / 696AF
0< : / 6;21Ā@6;4 92Ā96: 6A
Ȁ
/ <169FĀ6;7B?F ĀĀ!VKWĀVKWXUT"Ȁ
/ <169FĀ6;7B?F ĀĀ!VKWĀGIIOJKTY"Ȁ
=?< =2?A FĀ1.: .4 2 Ȁ
2E02@@Ā96./6 96AF
B: /?29 9.
<A52?ĀA5.;
B: /?29 9. Ā3<?:
2.05Ā<00B??2;02 Ȁ
.4 4 ?24 .A 2 Ȁ
D <?82?_@Ā0<: =2;@.A 6<;
.;1
2: =9<F2?_@96./6 96AF
@A.A BA<?F
2.05Ā.006 12;A Ȁ
16@2.@2$=<960FĀ96: 6A Ȁ
16@2.@2$2.05Ā2: =9<F22 Ȁ
=?< =2?A FĀ1.: .4 2
0<B?@2Ā<3Ā0<;@A?B0A 6<;
.: <B;A Ā<3Ā6; @B?.;02 Ȁ
12@0?6=A6<;Ā< 3Ā<=2?.A 6<;@&9<0.A 6<;@&C256092@&?2@A?60A6<;@&@=206.9 Ā6A2: @
0' $Ā%, ) ) , 3( +& Ā- ., 2(/( , +/Ā --) 4Ȁ
(% ; UTKĀULĀYNKĀGHU[K$JKXIWOHKJĀVUROI OKXĀ\ORRĀHKĀI GTI KRKJĀZTYORĀGLYKWĀ*' ĀJG^_XĀ\ WOYYKTĀTUYOIKĀNGXĀHKKTĀMO[KTĀYUĀYNKĀ0OY^ĀGYĀYNKĀGJJWKXXĀOTJOIGYKJĀHKRU\ %
)% ANKĀ0OY^#ĀOYXĀULLOIOGRX#ĀULLOIKWX#ĀKSVRU^KKX#ĀGTJĀ[URZTYKKWXĀGWKĀGJJKJĀGXĀOTXZWKJXĀUTĀGRRĀ9OGHOROY^Ā6TXZWGTI KĀ=UROIOKXĀROXYKJĀGHU[K%
*% 6YĀOXĀGMWKKJĀYNGYĀGT^ĀOTXZWGTIKĀUWĀXKRL$OTXZWGTIKĀSGOTYGOTKJĀH^ĀYNKĀ0OY^Ā\ ORRĀGVVR^ĀOTĀK]I KXXĀULĀGTJĀTUYĀIUTYWOHZYKĀ\OYN#ĀYNKĀOTXZWGTIKĀJKXIWOHKJĀGHU[K%
+% ANKĀ0OY^ĀOXĀTGSKJĀGĀRUXXĀVG^KKĀUTĀANKĀ=WUVKWY^Ā6TXZWGTIKĀ=UROIOKXĀJKXIWOHKJĀGHU[K#ĀOLĀGT^%
,% . RRĀWOMNYXĀULĀXZHWUMGYOUTĀZTJKWĀYNKĀ=WUVKWY^Ā6TXZWGTIKĀ=UROI ^ĀROXYKJĀGHU[KĀNG[KĀHKKTĀ\GO[ KJĀGMGOTXYĀYNKĀ0OY^%
-% ANKĀD UWQKW_XĀ0USVKTXGYOUTĀ6TXZWKWĀTGSKJĀGHU[K#OLĀGT^#ĀGMWKKXĀYUĀ\ GO[KĀGRRĀWOMNYXĀULĀXZHWUMGYOUTĀGMGOTXYĀYNKĀ0OY^ĀLUWĀOTPZWOKXĀYUĀKSVRU^KKXĀULĀYNKĀOTXZWKJĀWKXZRYOTMĀLWUSĀ\ UWQĀLUWĀYNKĀ0OY^ĀUWĀZXKĀULĀYNKĀ0OY^_X
VWKSOXKXĀUWĀLGI OROYOKX%
Page 158 of 387
<HSURGXFWLRQĀRIĀ6QVXUDQFHĀ=HUYLFHVĀ: IILFH!Ā6QF#Ā3RUP
69=?<2 <-0: 8 8 2<06.7 Ā429 2< .7 Ā76./676>B
;: 760BĀ9?8 /2< -3:<8 Ā04Ā&$Ā%$Ā%%Ā+)ĀȀ8:16 3621
29 1: <=28 29 >Ā9?8 /2< -
0' (/ Ā$+#,. / $* $+0Ā"'! +&$/ Ā0'$ Ā-,)("3ȀĀ- ) $! / $Ā. $! #Ā(0Ā" ! . $%1)) 3
! ##(0(,+ ! ) Ā(+/1.$# , 2+$./ȀĀ)$ / /$$/Ā ,.
",+0. ! "0,./
>KLVĀHQGRUVHPHQWĀPRGLILHVĀLQVXUDQFHĀSURYLGHGĀXQGHUĀWKHĀIROORZLQJ-
0: 882 <06.7Ā4 292< .7 Ā76. /676>BĀ0: @2<.4 2Ā; . <>
=0521?7 2
9DPHĀRIĀ.GGLWLRQDOĀ6QVXUHGĀ;HUVRQȀV
RUĀ:UJDQL] DWLRQȀV
7RFDWLRQȀV ĀRIĀ0RYHUHGĀ:SHUDWLRQV
0LW\ ĀRIĀ?NLDK!ĀLWVĀRIILFHUV!ĀRIILFLDOV!
HPSOR\ HHVĀDQGĀYROXQWHHUV
'$$ =HPLQDU\ Ā. YHQXH
?NLDK!Ā0.Ā,)( +&
6IĀQRĀHQWU\ DSSHDUVĀDERYH!ĀLQIRUPDWLRQĀUHTXLUHGĀWRĀFRPSOHWHĀWKLVĀHQGRUVHPHQWĀZLOOĀEHĀVKRZQĀLQ
1HFODUDWLRQVĀDVĀDSSOLFDEOHĀWRĀWKLVĀHQGRUVHPHQW#
=HFWLRQĀ66A 5: Ā6=Ā.9Ā69=? <21ĀLVĀDPHQGHGĀWRĀLQFOXGHĀDVĀDQDGGLWLRQDOLQVXUHGĀWKHĀSHUVRQȀV ĀRUĀRUJDQL]DWLRQȀV ĀVKRZQĀLQĀWKH
=FKHGXOH!ĀEXWĀRQO\ĀZLWKĀUHVSHFWĀWRĀOLDELOLW\IRUĀ_ERGLO\ĀLQMXU\`!Ā_SURSHUW\ĀGDPDJH`!ĀRUĀ_SHUVRQDOĀDQGĀDGYHUWLVLQJĀLQMXU\`ĀDULVLQJĀRXWĀRIĀ_\RXU
ZRUN`ĀSHUIRUPHGĀIRUĀWKDWĀLQVXUHG#
8RGLILFDWLRQVĀWRĀ6=: ĀIRUPĀ04 &$Ā%$Ā%%+)-
>KHĀLQVXUHGĀVFKHGXOHGĀDERYHĀLQFOXGHVĀWKHĀLQVXUHG^VĀHOHFWHGĀRUĀDSSRLQWHGĀRIILFHUV!ĀRIILFLDOV!ĀHPSOR\ HHVĀDQGĀYROXQWHHUV#
>KLVĀLQVXUDQFHĀVKDOOĀEHĀSULPDU\ĀDVĀUHVSHFWVĀWKHĀLQVXUHGĀVKRZQĀLQĀWKHĀVFKHGXOHĀDERYH!ĀRUĀLIĀH[FHVV!ĀVKDOOĀVWDQGĀLQĀDQ
XQEURNHQĀFKDLQRIĀFRYHUDJHĀH[FHVVĀRIĀWKHĀ9DPHGĀ6QVXUHG^VĀVFKHGXOHGĀXQGHUO\ LQJĀSULPDU\ĀFRYHUDJH#Ā6QĀHLWKHUĀHYHQW!ĀDQ\
RWKHUĀLQVXUDQFHĀPDLQWDLQHGĀE\ ĀWKHĀ6QVXUHGĀVFKHGXOHGĀDERYHĀVKDOOĀEHĀLQĀH[FHVVĀRIĀWKLVĀLQVXUDQFHĀDQGĀVKDOOĀQRWĀEHĀFDOOHG
XSRQĀWRĀFRQWULEXWHĀZLWKĀLW#
>KHĀLQVXUDQFHĀDIIRUGHGĀE\ ĀWKLVĀSROLF\ ĀVKDOOĀQRWĀEHĀFDQFHOHGĀH[FHSWĀDIWHUĀWKLUW\ ĀȀ' $ ĀGD\ VĀSULRUĀZULWWHQĀQRWLFHĀE\ ĀFHUWLILHG
PDLO!ĀUHWXUQĀUHFHLSWĀUHTXHVWHG!ĀKDVĀEHHQĀJLYHQĀWRĀWKHĀ0LW\ #
0RYHUDJHĀVKDOOĀQRWĀH[WHQGĀWRĀDQ\ ĀLQGHPQLW\ ĀFRYHUDJHĀIRUĀWKHĀDFWLYHĀQHJOLJHQFHRIĀWKHĀDGGLWLRQDOĀLQVXUHGĀLQĀDQ\ ĀFDVH
ZKHUHĀDQĀDJUHHPHQWĀWRĀLQGHPQLI\ ĀWKHĀDGGLWLRQDOĀLQVXUHGĀZRXOGĀEHĀLQYDOLGĀXQGHUĀ=XEGLYLVLRQĀȀE ĀRIĀ=HFWLRQĀ&*+&ĀRIĀWKH
0LYLOĀ0RGH#
CCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCC
=LJQDWXUH". XWKRUL]HGĀ<HSUHVHQWDWLYH
CCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCC
.GGUHVV
CCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCC
CCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCC
;K RQHĀ9XP EHU
04Ā&$%$Ā%%Ā+)Ā6QVXUDQFHĀ=HUYLFHVĀ:IILFH!Ā6QF#Ā3RUĀȀ8RGLILHG
Page 159 of 387
Ȁ. -) ') %&#Ā&%Ȁ %&%-/ Ā,*#!%Ȁ&Ā#(")+,#'#(-5XNY\] OWOX^Ā=Y$
$)+3S^cĀYPĀDUSKRĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀĀ ^ROĀe3S^cf!9]] _OĀ4K^O/
?A>4D35 A
COVOZRYXO/ĀĀ !
?> ; 93HĀ9=6> A< 1C9>=/
9X]_ \KXMOĀ3YWZKXc/
?YVSMcĀ=Y$/
?YVSMcĀ?O\SYN/Ā P\YW! ^Y!
; >BBĀ14: DBC<5= CĀ5G?5= B5 9XMV_NONĀSXĀVSWS^]
9XĀKNNS^SYXĀ^YĀVSWS^]
4ON_M^SLVO BOVPĀ9X] _\ONĀAO^OX^SYXĀ MROMUĀaRSMR!ĀYPĀȀ
=1< 54Ā9=BDA54 1??; 93129;9CH$ĀĀCRS] ĀSX]_ \KXMOĀZO\^KSX]Ā^YĀ^ROĀYZO\K^SYXĀKXN%Y\Ā^OXKXMcĀYP
^ROĀXKWONĀSX] _\ONĀ_XNO\ĀKVVĀa\S^^OXĀKQ\OOWOX^]ĀKXNĀZO\WS^] ĀSXĀPY\MOĀaS^RĀ^RO
3S^cĀ_XVO] ]ĀMROMUONĀRO\O SXĀaRSMRĀMK] OĀYXVcĀ^ROĀPYVVYaSXQĀ]ZOMSPSM
KQ\OOWOX^]ĀKXNĀZO\WS^]ĀaS^RĀ^ROĀ3S^cĀK\OĀMY`O\ON/
39CHĀ17A55< 5= CB%?5A < 9CB
CH?5 Ā>6Ā9=BDA1=3 5
3>< < 5A391;
2DB9=5BBĀ1DC>Ā?> ; 93H
>C85 A
>C85 AĀ?A>E9B9>=B
;9<9CĀ>6Ā;9129;9CH
Ȁ ZO\ĀKMMSNOX^"ĀPY\ĀLYNSVcĀSXT_\cĀKXNĀZ\YZO\^cĀNKWKQO
3; 19<B/ĀĀDXNO\a\S^O\d]Ā\OZ\O]OX^K^S`OĀPY\ĀMVKSW]ĀZ_\]_ KX^Ā^YĀ^RS] ĀSX]_\KXMO$
=KWO/
1NN\O]]/
COVOZRYXO/ĀĀ !
9XĀMYX]SNO\K^SYXĀYPĀ^ROĀZ\OWS_WĀMRK\QONĀKXNĀXY^aS^R]^KXNSXQĀKXcĀSXMYX]S] ^OX^Ā]^K^OWOX^ĀSXĀ^ROĀZYVS^cĀ^YĀaRSMRĀ^RS] ĀOXNY\]OWOX^ĀS] K^^KMRONĀY\ĀKXcĀOXNY\]OWOX^ĀXYaĀY\ĀRO\OKP^O\ĀK^^KMRONĀ^RO\O^Y"ĀS^ĀS] ĀKQ\OON
K]ĀPYVVYa] /
'$ 9=BDA54/ĀĀCROĀ3S^c"ĀS^]ĀYPPSMO\]"ĀYPPSMSKV] "ĀOWZVYcOO]ĀKXNĀ`YV_X^OO\]ĀK\OĀSXMV_NONĀK]ĀSX]_\ON]ĀaS^RĀ\OQK\NĀ^YĀNKWKQO]ĀKXNĀNOPOX]OĀYPĀMVKSW]ĀK\S]SXQĀP\YW/Ā^ROĀYaXO\]RSZĀYZO\K^SYX"ĀWKSX^OXKXMO"Ā_]O"
VYKNSXQĀY\Ā_XVYKNSXQĀYPĀKXcĀK_^YĀYaXON"ĀVOKNON"ĀRS\ONĀY\ĀLY\\Ya ONĀLcĀ^ROĀ=KWONĀ9X]_\ON"ĀY\ĀPY\ĀaRSMRĀ^ROĀ=KWONĀ9X]_\ONĀS] Ā\O]ZYX]SLVO$
( $ 3>=C A92DC9>=Ā=>CĀA5@D9A54/ĀĀ1]Ā\O]ZOM^]ĀaY\UĀZO\PY\WONĀLcĀ^ROĀ=KWONĀ9X]_\ONĀPY\ĀY\ĀYXĀLORKVPĀYPĀ^ROĀ3S^c"Ā^ROĀSX]_ \KXMOĀKPPY\NONĀLcĀ^RS]ĀZYVSMcĀ]RKVV/Ā K!ĀLOĀZ\SWK\cĀSX]_\KXMOĀK]Ā\O]ZOM^]Ā^RO
3S^c"ĀS^]ĀYPPSMO\]"ĀYPPSMSKV] "ĀOWZVYcOO]ĀKXNĀ`YV_X^OO\]0ĀY\Ā L!Ā] ^KXNĀSXĀKXĀ_XL\YUOXĀMRKSXĀYPĀMY`O\KQOĀObMO]]ĀYPĀ^ROĀ=KWONĀ9X]_\ONd]ĀZ\SWK\cĀMY`O\KQO$ĀĀ1XcĀSX]_\KXMOĀY\Ā]OVP#SX]_\KXMOĀWKSX^KSXONĀLcĀ^RO
3S^c"ĀS^]ĀYPPSMO\] "ĀYPPSMSKV] "ĀOWZVYcOO]"ĀKXNĀ`YV_X^OO\]Ā]RKVVĀLOĀObMO]]ĀYPĀ^ROĀ=KWONĀ9X]_\ONd]ĀSX]_ \KXMOĀKXNĀXY^ĀMYX^\SL_^OĀaS^RĀS^$
)$ 31 =35 ;;1 C9>=Ā=>C935/ĀĀF S^RĀ\O]ZOM^Ā^YĀ^ROĀSX^O\O]^]ĀYPĀ^ROĀ3S^c"Ā^RS] ĀSX]_\KXMOĀ]RKVVĀXY^ĀLOĀMKXMOVON"ĀObMOZ^ĀKP^O\Ā^RS\^cĀ ) &!ĀNKc]ĀZ\SY\Āa\S^^OXĀXY^SMOĀLcĀ\OMOSZ^ONĀNOVS`O\cĀRK]ĀLOOXĀQS`OXĀ^YĀ^ROĀ3S^c$
*$ B3>? 5Ā>6 Ā3>E5A17 5/ĀĀCRS]ĀZYVSMcĀKPPY\N]ĀMY`O\KQOĀK^ĀVOK]^ĀK]ĀL\YKNĀK]/
'!ĀĀ9PĀZ\SWK\c"ĀSX]_\KXMOĀBO\`SMO]Ā>PPSMOĀPY\WĀX_WLO\Ā31&&&'Ā 5N$Ā'%-,!"Ā3YNOĀ'Ā !KXcĀK_^Y !0ĀY\
( !ĀĀ9PĀObMO]]"ĀKPPY\N]ĀMY`O\KQOĀaRSMRĀS]ĀK^ĀVOK] ^ĀK]ĀL\YKNĀK]Ā^ROĀZ\SWK\cĀSX]_ \KXMOĀPY\W]Ā\OPO\OXMONĀSXĀ^ROĀZ\OMONSXQĀ]OM^SYXĀ ' !$
5bMOZ^ĀK]Ā]^K^ONĀKLY`OĀXY^RSXQĀRO\OSXĀ]RKVVĀLOĀROVNĀ^YĀaKS`O"ĀKV^O\ĀY\ĀOb^OXNĀKXcĀYPĀ^ROĀVSWS^] "ĀMYXNS^SYX]"ĀKQ\OOWOX^]ĀY\ĀObMV_] SYX]ĀYPĀ^ROĀZYVSMcĀ^YĀaRSMRĀ^RS] ĀOXNY\]OWOX^ĀS]ĀK^^KMRON$
5=4>A B5< 5=CĀ8>;4 5A
39CH
3S^cĀYPĀDUSKR
)&&ĀBOWSXK\cĀ1`OX_O
DUSKR"Ā3KVSPY\XSKĀĀ.+*-(# +*&&
1DC8>A9I54 2\YUO\%1QOX^DXNO\a\S^O\JJJJJJJJJ
A5?A 5B5= C1C9E5
9 Z\SX^%^cZOĀXKWO!"ĀaK\\KX^Ā^RK^Ā9
RK`OĀK_^RY\S^cĀ^YĀLSXNĀ^ROĀKLY`O#WOX^SYXONĀSX] _\KXMOĀMYWZKXcĀKXNĀLcĀWc
] SQXK^_\OĀRO\OYXĀNYĀ]YĀLSXNĀ^RS] ĀMYWZKXcĀ^YĀ^RS] ĀOXNY\]OWOX^$
BSQXK^_\O
Y\SQSXKV] SQXK^_\OĀ\O[_S\ON!
COVOZRYXO/ ĀĀĀĀĀĀĀĀĀ!4K^OĀ]SQXON/
Page 160 of 387
/*,&#,1-Ā!*(+#) - Ȁ.%*)ĀȀ)"Ā#(+'* 0 #,1-Ā'%Ȁ %'%.0Ā-+#!%Ȁ'Ā#)"*,-#(#).
$*,1NX] ĀSKĀ@ONFMĀĀĀĀĀ ĀXMJĀ_1NX]`!3RI SVWJQJRXĀ:S$
7WWYJĀ2FXJ.
<= ; 2@13=
?JPJTMSRJ.ĀĀ !
<; 871CĀ7:4; =9 /?7; : .
7RWYVFRHJĀ1SQTFR].
<SPNH]Ā:S$
<SPNH] Ā<JVNSI .ĀĀ KVSQ! XS!
:/ 9 32Ā7: >@=32 ; ?63=Ā<=;A 7>7;:>
18/ 79 >.Ā @RIJV[VNXJV^WĀVJTVJWJRXFXNZJĀKSVĀHPFNQWĀTYVWYFRXĀXSĀXMNW
NRWYVFRHJ$
:FQ J.
/ IIVJWW.
?JPJTMSRJ. ĀĀĀĀĀĀĀĀĀ!
39 <8; C3= >Ā87/ 0787?CĀ879 7?>
Ȁ 3FHMĀ/ HHNIJRX!
Ȁ 2NWJFWJ #<SPNH] Ā8NQNX!
Ȁ 2NWJFWJ #3FHMĀ3QTPS]JJ!
7RĀHSRWNIJ VFXNSRSKĀXMJĀTVJQNYQĀHMFVLJIĀFRIĀRSX[ NXMWXFRI NRLĀFR] ĀNRHSRWNWXJRXĀWXFXJQJRXĀNRĀXMJĀTSPNH] ĀXSĀ[ MNHMĀXMNWĀJRISVWJQJRXĀNWĀFXXFHMJIĀSVFR] ĀJRISVWJQJRXĀRS[ ĀSV
MJVJFKXJVĀFXXFHMJI ĀXMJVJXS"ĀNXĀNWĀFLVJJIĀFWĀKSPPS[ W.
'$ 1/ :13 88/ ?7;: Ā:;? 713.ĀĀ?MNWĀNRWYVFRHJĀWMFPPĀRSXĀGJĀHFRHJPJI "ĀJ\HJTXĀFKXJVĀXMNVX] Ā ) &!ĀIF ] WĀTVNSVĀ[ VNXXJRĀRSXNHJĀG] ĀVJHJNTXJIĀI JPNZJV] ĀMFWĀGJJRĀLNZJRĀXSĀXMJĀ1NX] $
( $ B / 7A3=Ā; 4Ā>@0=; 5 / ?7; : .ĀĀĀ?MNWĀ7RWYVFRHJĀ1SQTFR]ĀFLVJJWĀXSĀ[ FNZJĀFPPĀVNLMXWĀSKĀWYGVSLFXNSRĀFLFNRWXĀXMJĀ1NX] "ĀNXWĀSKKNHJV"ĀSKKNHNFPW"ĀJQTPS] JJW"FRIĀZSPYRXJJVWĀKSV
PSWWJWĀTFNI ĀYRIJVĀXMJĀXJVQWĀSKĀXMNWĀTSPNH] Ā[ MNHMĀFVNWJĀKVSQĀXMJĀ[ SVOĀTJVKSVQJI ĀG] ĀXMJĀ:FQJI Ā7RWYVJIĀKSVĀXMJĀ1NX] $
3\ HJTXĀFWĀWXFXJIĀFGSZJĀRSXMNRLĀMJVJNRĀWMFPPĀGJĀMJPIĀXSĀ[ FNZJ"ĀFPXJVĀSVĀJ\ XJRI ĀFR] ĀSKĀXMJĀPNQNXW"ĀHSRINXNSRW"ĀFLVJJQJRXW"ĀSVJ\ HPYWNSRWĀSKĀXMJĀTSPNH] ĀXSĀ[ MNHMĀXMNWĀJRISVWJQJRXĀNW
FXXFHMJI $
3:2;= >39 3: ?Ā6;82 3=
17?C
1NX]ĀSKĀ@ONFM
) &&Ā>JQ NRFV] Ā/Z JRYJ
@ONFM"Ā1FPNKSVRNFĀĀ-+* ,(# +*&&
/@?6 ; =7D32 0VSOJV%/ LJRX @RIJV[VNXJV
EEEEEEEEEE
=3<= 3>3: ?/ ?7A3
7 TVNRX%X]TJĀRFQJ!"Ā[FVVFRXĀXMFXĀ7
MFZJĀFYXMSVNX] ĀXSĀGNRIĀXMJĀFGSZJ#QJRXNSRJIĀNRWYVFRHJĀHSQTFR]ĀFRIĀG]ĀQ]
WNLRFXYVJĀMJVJSRĀI SĀWSĀGNRIĀXMNWHSQTFR]ĀXSĀXMNWĀJRISVWJQJRX$
>NLRFXYVJ
SVNLNRFPĀWNLRFXYVJĀVJUYNVJI!
?JPJTMSRJ. ĀĀĀĀĀĀĀĀĀ!2FXJĀWNLRJI .
Page 161 of 387
Item #Item Code Item Description Quantity Unit of Measure Unit Price Item Total Unit Price Item Total1TRAFFIC CONTROL 1 LS $2,000.00 $2,000.00 $7,500.00 $7,500.002MOBILIZATION1LS$4,500.00 $4,500.00 $2,500.00 $2,500.003TRAFFIC STRIPE (MUTCD FIG.3B-15 - PER 1 LS $3,740.00 $3,740.00 $4,114.00 $4,114.004APPLY 12" YELLOW THERMOPLASTIC 1 LS $3,740.00 $3,740.00 $4,114.00 $4,114.005INSTALL 3"X12" GALVANIZED 30 LF $60.00 $1,800.00 $102.00 $3,060.006REMOVE CONCRETE (CURB & GUTTER)80 LF $19.00 $1,520.00 $32.00 $2,560.007REMOVE CONCRETE (SIDEWALK)178 SF $10.00 $1,780.00 $15.00 $2,670.008MINOR CONCRETE (SIDEWALK)547 SF $12.00 $6,564.00 $19.00 $10,393.009MINOR CONCRETE (CURB AND GUTTER)70 LF $75.00 $5,250.00 $75.00 $5,250.0010MINOR CONCRETE (PLANTER CURB)34 LF $40.00 $1,360.00 $20.00 $680.0011MINOR CONCRETE (PLANTER CURB AND 26 LF $125.00 $3,250.00 $25.00 $650.0012MINOR CONCRETE (CURB RAMP)265 SF $16.00 $4,240.00 $22.00 $5,830.0013PARK-N-GUARD TD11500 (YELLOW)1 LS $2,500.00 $2,500.00 $900.00 $900.00
$42,244.00 $50,221.00
$42,244.00 $50,221.00
US US
PEDESTRIAN IMPROVEMENT PROJECT
Owner:City of Ukiah
Bid Opening:2021-05-12 * marks an allowance Northwest Construction Inc.Gregg Simpson Trucking
Bid Status:Valid Bid Status:Valid
9011 Colony Drive 11 Highland Street
Redwood Valley, CA 95470 Ukiah, CA 95482
Bid Item List
Bid List Total
Total Bid Amount
Listed Subs Fine Line Striping, Inc.
PO Box 1836
Rohnert Park, CA 94928
ATTACHMENT 2
Page 162 of 387
ATTACHMENT 3
Page 163 of 387
Page 164 of 387
Page 165 of 387
Page 166 of 387
Page 167 of 387
Page 168 of 387
Page 169 of 387
Page 170 of 387
Page 171 of 387
Page 172 of 387
Page 173 of 387
Page 174 of 387
Page 175 of 387
Page 176 of 387
Page 177 of 387
Page 1 of 2
Agenda Item No: 7.c.
MEETING DATE/TIME: 5/19/2021
ITEM NO: 2021-851
AGENDA SUMMARY REPORT
SUBJECT: Annual Report on Mobilehome Park Stabilization Fees and Activities, and Consideration of
Approval to Waive Fees for the Fiscal Year 2020-21.
DEPARTMENT: City Clerk PREPARED BY: Kristine Lawler, City Clerk
PRESENTER: Consent Calendar
ATTACHMENTS:
1. ORDINANCE 1126 Mobilehome rent stabilization
2. RESOLUTION 2020-26 - Arbitration and Admin Fees for Rent Stabiliation for Mobilehome Parks
Program
3. 4-27-21 Letter to Mobilehome Residents
Summary: Council will receive an annual report on the mobilehome park stabilization fees and activities, and
consider waiving fees for the fiscal year 2020-21.
Background: In October 2010, the City Council adopted Ordinance 1126 (Attachment 1) to provide
regulations surrounding mobilehome park rent increases and capital improvement pass-through costs. This
Ordinance works in tandem with an adopted resolution that sets the administrative fees associated with
Section 2715 of the Ordinance, and is reviewed annually. Last year, Council adopted Resolution 2020-26
(Attachment 2) that amended and updated the arbitration and administrative costs.
In 2018, Council gave direction to staff to charge the mobilehome park stabilization account each year to cover
the City administrative costs incurred to maintain the requirements laid out in the Resolution; only invoicing the
mobilehome park owners/residents when the balance in the account falls below the estimated costs for
arbitration and administrative activities. Staff was also directed to implement an annual educational program to
inform the tenants of their rights through the ordinance and resolution and include those actions and results in
the yearly report to Council.
As part of the educational program, a webpage was established and has been maintained on the City’s
website at:http://www.cityofukiah.com/mobile-home-park-rent-stabilization-2/. The webpage contains links to
the following: Ordinance 1126 and Resolution 2020-26 that govern the stabilization process and costs; the
December 20, 2017, staff report to Council that details how the fees are assessed; and the annual letter sent
to the mobilehome park owners regarding the October CPI, which dictates the amount that rent can be
increased. All correspondence and documents pertaining to the mobilehome park rent stabilization are added
on an on-going basis to this webpage.
In addition, a letter (Attachment 3) was sent out on April 27, 2021, to all mobilehome park residents to bring
their awareness to the website resource. Since the mailing of this letter, the Clerk’s office has received no
responses from park residents.
Discussion: The current before-year-end-close balance in the Mobilehome Rent Stabilization Trust Fund
(90000000.23251) is $24,515. The estimated administrative and educational outreach costs for the 20-21
Fiscal Year is $495, which would leave a remaining balance of $24,020. Per Resolution 2020-26, Exhibit A,
the total reasonable estimate for the annual cost to administer Chapter 8, including arbitrations is $11,300. As
Page 178 of 387
Page 2 of 2
the estimated remaining balance would still exceed the suggested reasonable estimate of costs, staff
recommends waiving the annual fee to the mobilehome parks for the fiscal year 2020-21.
Costs to implement the program shown on Exhibit A to Resolution 2020-26, have not changed, which has
been confirmed by JAMS (a high-end arbitration company). Therefore, staff is recommending to maintain
using Resolution 2020-26 with Exhibit A, and not make any changes at this time.
Recommended Action: Receive annual report on mobilehome park stabilization fees and activities, and
approve waiving fees for the fiscal year 2020-21.
BUDGET AMENDMENT REQUIRED: N/A
CURRENT BUDGET AMOUNT: $24,515
PROPOSED BUDGET AMOUNT: N/A
FINANCING SOURCE: Mobilehome Rent Stabilization Fund 90000000.23251
PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A
COORDINATED WITH: Olga Keough, Finance Controller
Page 179 of 387
ORDINANCE NO. 1126
ORDINANCE OF THE CITY COUNCIL OF THE CITY OF
UKIAH ADDING A NEW CHAPTER 8, ENTITLED:
MOBILEHOME RENT STABILIZATION," TO DIVISION 1
OF THE UKIAH CITY CODE.
SECTION ONE.
The City Council of the City of Ukiah hereby ordains that a new Chapter 8,
entitled "Mobilehome Rent Stabilization" is hereby added to Division 1 of the
Ukiah City Code to read as follows.
DIVISION 1 BUILDING
CHAPTER 8 MOBILEHOME RENT STABILIZATION
2700: FINDINGS AND PURPOSE.
A) The State of California has recognized, by the adoption of special
legislation regulating tenancies of mobilehome owners in mobilehome parks, that
there is a significant distinction between homeowners in mobilehome parks and
other dwelling units, and the State likewise has recognized that homeowners in
mobilehome parks, unlike apartment tenants or residents of other rental stock,
are in the unique position of having made a substantial investment in a
residence, the space for which is rented or leased as distinguished from owned.
The physical removal and relocation of a mobilehome from a rented or leased
space within a mobilehome park can be accomplished only at substantial cost
and inconvenience with a limited concurrent ability to find another location and, in
many instances, the removal requires a separation of the mobilehome unit from
appurtenances which have been made permanent, thus creating severe damage
and depreciation in value to the mobilehome.
Because of the limited availability of vacant spaces in mobilehome parks, the
age and condition of some mobilehomes and the cost of moving mobilehomes, it
is extremely difficult, if not impossible, to move a mobilehome from one park to
another within the City.
B) There is presently within the City and the surrounding areas a shortage
of sites for the placement of mobilehomes.
C) According to the Ukiah General Plan Housing Element, mobilehomes
presently constitute an important source of housing for persons of extremely low,
ATTACHMENT 1
Page 180 of 387
very low, low, and moderate income levels, who as a group are unable to afford
unreasonably large rent increases.
D) A large number of persons living in mobilehomes are elderly, some of
whom live on small fixed incomes. These persons may expend a substantial
portion of their income on rent and may not be able to afford other housing within
the City.
E) Rents for sites within mobilehome parks in the City have, prior to the
adoption of this chapter, increased substantially, with recent increases in one
park exceeding by a substantial amount the annual increase in the cost of living.
F) Space rent increases at the time of sale or other transfer of a mobilehome
within a park have been shown to be substantially over the pre-transfer rent.
Such large rent increases at the time of sale of a mobilehome may unfairly
depress the sales price of the mobilehome and work an economic hardship on
the mobilehome owner. The annual rent increases and vacancy control
provisions of this chapter prevent this economic hardship while protecting the
property rights of owners.
G) Because of the space shortage and potential for rapidly rising rents,
regulation is necessary to assure that economic hardship to a substantial number
of mobilehome owners in the City, many of whom are senior citizens on low fixed
incomes, does not occur.
H) It is the purpose of this chapter to establish a speedy and efficient method
of reviewing certain requested mobilehome space rent increases in mobilehome
parks to protect mobilehome owners from arbitrary, capricious or unreasonable
site rent adjustments while insuring owners and/or operators and investors a fair
and reasonable return on their investment in their mobilehome park.
2701: DEFINITIONS.
For the purpose of this chapter, the following words, terms and phrases shall
be defined as follows:
A) "Affected mobilehome owners" means those mobilehome owners whose
space is not covered by a valid lease meeting the requirements of section
798.17(b) of the California Civil Code or otherwise legally exempt from local rent
control regulation.
B) "Arbitrator" means a person who is neither a mobilehome owner nor has
an interest in a mobilehome park of a nature that would require disqualification
under the provisions of the Political Reform Act if the person were a designated
City employee, has experience in analysis of financial records, and meets one of
the following criteria:
2
Page 181 of 387
1) Licensed attorney or CPA who is qualified by experience or training to
conduct the arbitrations authorized by this chapter.
2) Membership in the American Arbitration Association with expertise in
rental dispute arbitration; or
3) Service as a judge in a state or federal court.
C) "Capital improvement" means those improvements which directly and
primarily benefit and serve the existing mobilehome owners by materially adding
to the value of the park or adapting it to new uses, and which are required to be
amortized over the useful life of the improvements pursuant to the provisions of
the Internal Revenue Code. "Capital improvement costs" means all costs
reasonably and necessarily related to the planning, engineering and construction
of capital improvements and shall include debt service costs, if any, incurred as a
direct result of the capital improvement. Capital improvement does not include
ordinary maintenance or repairs or Capital replacements.
D) "Capital replacement" means a capital expenditure as defined by the
Internal Revenue Code which replaces, upgrades or repairs an existing
improvement, such as, but not limited to, an on-site water or electrical distribution
or sewage collection system, a street, a parking area, or common facility, such as
a laundry, community kitchen or meeting room. If the expenditure qualifies for
treatment as a capital expenditure which must be depreciated under the Internal
Revenue Code, it is a capital replacement. If it can be fully deducted in one year
as a business expense, it does not qualify as a capital replacement.
E) "City" means the City of Ukiah, California.
F) "Clerk" means Clerk of the Ukiah Mobilehome Rent Stabilization
Program, who shall be an employee or independent contractor designated by the
City Manager as the Clerk and assigned the Clerk's duties as prescribed by this
chapter or as needed for the proper implementation of this chapter.
G) "Consumer Price Index" or "CPI" means the Consumer Price Index for all
urban consumers in the San Francisco/Oakland/San Jose area published by the
United States Bureau of Labor Statistics.
H) "Department" means the Department of Community Development of the
City of Ukiah.
1) " MRL" means the California Mobilehome Residency Law.
J) "Mobilehome" means
Page 182 of 387
1) a structure designed for human habitation and for being moved
on a street or highway under permit pursuant to Section 35790 of the Vehicle
Code, including a manufactured home, as defined in Section 18007 of the Health
and Safety Code, and a mobilehome, as defined in Section 18008 of the Health
and Safety Code, but, except as provided in subdivision (2), does not include a
recreational vehicle, as defined in Section 799.29 of the Civil Code and Section
18010 of the Health and Safety Code or a commercial coach as defined in
Section 18001.8 of the Health and Safety Code.
2) "Mobilehome," for purposes of this chapter, also includes trailers
and other recreational vehicles of all types defined in Section 18010 of the Health
and Safety Code, other than motor homes, truck campers, and camping trailers,
which are used for human habitation, if the occupancy criteria of either
paragraph (i) or (ii), as follows, are met:
i) The trailer or other recreational vehicle occupies a
mobilehome site in the park, on November 15, 1992, under a rental agreement
with a term of one month or longer, and the trailer or other recreational vehicle
occupied a mobilehome site in the park prior to January 1, 1991.
ii) The trailer or other recreational vehicle occupies a
mobilehome site in the park for nine or more continuous months commencing on
or after November 15, 1992.
Mobilehome" does not include a trailer or other recreational vehicle located in a
recreational vehicle park subject to Chapter 2.6 (commencing with Section
799.20) of the Civil Code.
K) "Mobilehome park" or "park" means any area of land within the City of
Ukiah where two or more mobilehome spaces are rented, or held out for rent, to
accommodate mobilehomes used for human habitation.
L) "Mobilehome space" means the site within a mobilehome park intended,
designed or used for the location or accommodation of a mobilehome and any
accessory structures or appurtenances attached thereto or used in conjunction
therewith.
M) "Mobilehome owner" means a person who is the owner of a mobilehome
and legally occupies the mobilehome within a mobilehome park. Unless
otherwise indicated, mobilehome owner includes tenants.
N) "Owner" means the owner or operator of a mobilehome park or an agent
or representative authorized to act on said owner's or operator's behalf in
connection with the maintenance or operation of such park.
4
Page 183 of 387
O) "Party" as used in this chapter refers to any affected mobilehome owner
and/or owner involved in proceedings under this chapter.
P) "Prospective mobilehome owner" means a person who is in the process
of negotiating a tenancy in a mobilehome park.
Q) "Rent" means the consideration paid for the use or occupancy of a
mobilehome space.
R) "Rent stabilization administration fee" means the fee established from
time to time by resolution of the City Council in accordance with the provisions of
the chapter.
S) "Rent increase" means any increase in base rent charged by an owner to
a mobilehome owner or offered to a prospective mobilehome owner.
T) "Tenant" means the person or persons who have signed a lease of a
mobilehome park space as the lessee of the space.
2702: BASE RENT.
Except as provided in this chapter, an owner shall not demand, accept or
retain rent for a mobilehome space exceeding the base rent which shall be the
rent in effect for that space on the date this section becomes effective (the
Effective Date"). If a previously rented mobilehome space was not rented on the
Effective Date, the base rent shall not exceed the rent in effect during the last
month the space was rented prior to that date, except as provided in this chapter.
For a mobilehome space first rented after the Effective Date, the owner shall
establish the base rent. For parks annexed into the City after the Effective Date,
the base rent shall be the rent charged on the effective date of a park's
annexation into the City.
2703: CONSUMER PRICE INDEX, UTILITIES AND OTHER PASS
THROUGHS.
A) Consumer Price Index. An owner, once in any 12-month period, may
impose a rent increase for a mobilehome space by 100 percent of the
percentage increase, if any, in the Consumer Price Index (CPI) during the most
recent 12-month period ending in October; provided, however, the rental
increase shall not exceed five percent of the previous rent charged for the space.
If an owner has obtained a rent increase under subsection 2704(B), the owner
may calculate the rent increase allowed by this subsection based upon the
approved comparable rent as allowed in subsection 2704(8) instead of upon the
actual rent in effect at the time of the increase.
Page 184 of 387
B) If the change in the CPI exceeds five percent for two consecutive years,
the Clerk shall review the maximum rent increase and recommend an ordinance
amendment if appropriate.
C) Government Mandated Expense Pass Through. An owner may pass
through to affected mobilehome owners any new or increase in government
mandated capital expenditures and operating expenses including taxes (other
than the two percent annual increase authorized by California Constitution Article
XIIIA, section 2(b)) and assessments, fees and mandated expenses due to code
changes subject to the following procedure:
1) Upon a petition signed by one adult mobilehome owner for each of 50
percent of the spaces subject to rent control in a mobilehome park or 50 spaces,
whichever is less, and filed with the Clerk within 30 days of the date the owner
gives notice of a government mandated expense pass through to every affected
mobilehome owner, the Arbitrator, in accordance with the meet and confer and
arbitration procedures provided in this chapter, may disallow or decrease the
proposed pass through based upon substantial evidence in the record that the
pass through is not legally proper, or is excessive, or that during the pass
through period the owner is including an unreasonably high financing cost and/or
return on the expense being passed through.
D) Utilities. If not billed by the utility directly to the mobilehome owner, an
owner may separately pass through to a mobilehome owner charges for all
utilities, including, but not limited to, sewer, water, garbage, cable TV., gas and
electricity, and any increases in such charges, subject to compliance with
Sections 3960-3963. Notwithstanding any provision to the contrary in this
section, the owner shall not pass through any charge or expense for gas or
electric service to the extent prohibited by section 739.5 of the California Public
Utilities Code.
E) Capital Improvement Pass Through. An owner may charge to the affected
mobilehome owner as additional rent the pro rata share of new service and
capital improvement costs including reasonable financing costs if, prior to
initiating the service or incurring the capital improvement cost, the owner has:
1) Consulted with the mobilehome owners prior to initiating construction of
the improvements or initiating the new service regarding the nature and purpose
of the improvements or services and the estimated cost of the improvements or
services;
2) Obtained the prior written consent of at least one adult mobilehome
owner in each of a majority of the mobilehome spaces which are occupied by the
mobilehome owner to the proposed service or capital improvement. Each space
shall have only one vote.
6
Page 185 of 387
F) Capital Replacement Pass Through. Notwithstanding the provision of
subsection E of this section, an owner may charge to the mobilehome owner as
additional rent the pro rata share of capital replacement costs including
reasonable financing costs, if not otherwise prohibited by law, subject to the
following procedure:
1) The owner may seek advance approval for the proposed pass through,
before undertaking the capital project, by following the procedures set forth in
Sections 2709 to 2711. If the increase is approved by the Arbitrator, it shall not
be effective until the next regularly scheduled annual rent increase date, provided
that the 90-day notice is issued, the expense is actually incurred and that proper
verification is submitted. This verification shall include, at a minimum, proof of
actual costs and payment to vendors or contractors. In the event that the actual
cost of the capital expense is less than the approved amount, the increase shall
be adjusted to reflect this decreased amount;
2) The owner shall give notice of the proposed pass through to each
affected mobilehome owner no later than 12 months after completion of the
capital replacement work;
3) Upon a petition signed by one adult mobilehome owner of each of 50
percent of the spaces subject to rent control in a park or 50 spaces subject to
rent control, whichever is less, and filed with the Clerk within 30 days of the date
the owner gives notice of the pass through to every affected mobilehome owner,
the Arbitrator, in accordance with the arbitration procedure provided in this
chapter, may disallow or decrease the pass through for capital replacements
based upon substantial evidence in the record that the capital replacement was
not necessary, or that the cost of the capital replacement was excessive, or that
during the pass through period, the owner is including an unreasonably high
financing cost and/or return on the expense being passed through. The owner
shall have the burden of proving the necessity for and reasonable cost of the
capital replacements. In determining whether the owner has met its burden of
proving the necessity for and reasonable cost of the capital replacement, the
Arbitrator may consider, among other factors, the reasonableness of the owner's
history of maintenance of the property or improvement to be replaced. The
Arbitrator's review will include, but not necessarily be limited to, the records
reflecting past maintenance work and the cost.
G) All charges passed through by the owner to the mobilehome owners
pursuant to subsection C and D of this section and additional rent charged
pursuant to subsections E and F of this section must be separate from the base
rent and listed separately. All billings used to calculate a pass through or
additional rent to mobilehome owners must be disclosed within a reasonable time
upon request by a mobilehome owner.
7
Page 186 of 387
H) Notice. A written notice of each rent increase or new or increased capital
improvement or capital replacement pass through charge made under the
provisions of this section shall be filed by the owner with the Clerk, and provided
to each affected mobilehome owner, at least 90 days before the rent increase
goes into effect or as required by the MRL. The notice shall identify the park and
shall specify the dollar amount of the increase, the percentage of the increase,
an itemization of all new or increased pass throughs and additional rent charges,
the specific space affected, the date the increase will go into effect, how each
increase was calculated, and the date the rent on each affected space was last
increased. The notice shall also advise each affected mobilehome owner of any
right to petition for review of a proposed rent increase and that a petition form
may be requested from the Clerk.
1) Whenever a time period is prescribed for filing an application or petition,
the application or petition shall be deemed filed when it is first filed with the Clerk,
even if the Clerk determines that the application or petition is not complete,
provided that the Clerk determines that application or petition is complete, as a
result of additional submissions by the applicant or petitioner, within thirty days of
the initial filing.
2704: IN-PLACE TRANSFER RENT INCREASES-ESTABLISHMENT OF
NEW BASE RENT.
A) Whenever either of the following events occurs, an owner shall be
permitted to charge a new base rent for the mobilehome space as provided in
this section:
1) The termination of the tenancy of the affected mobilehome owner in
accordance with the MRL (California Civil Code sections 798.55 through 798.60,
as amended, excepting section 798.59); or
2) The voluntary permanent removal of a mobilehome by a mobilehome
owner. A removal of the mobilehome from the space for the purpose of
performing rehabilitation or capital improvements to the space or for the purpose
of upgrading the mobilehome shall not constitute a voluntary removal of the
mobilehome.
B) Upon the sale of a mobilehome in-place, an owner may implement an
increase of the base rent for that space in an amount equal to 10% of the rent for
that space then in effect.
C) Except as provided in subsections (A) and (B), an owner may not
condition an in-place transfer of a mobilehome or condition assignment of an
existing lease to a prospective mobilehome owner, upon agreement to an
increased rent in anticipation of the in-place transfer. This subsection shall not
apply to specific conditions included in a lease exempt from rent control which
Page 187 of 387
allows an owner to condition assignment in a manner prohibited by this section.
For purposes of this subsection, "a lease exempt from rent control" means a
lease meeting, in all respects, the criteria of Civil Code section 798.17(b), as
such criteria are presently enacted or may hereafter be amended.
2705: FAIR RETURN RENT INCREASES.
If an owner presents evidence to the Arbitrator, including any financial records
requested by the Arbitrator, which proves that the owner is denied a fair return by
the rent control provisions of this chapter, the Arbitrator may authorize an
increase in rents as deemed appropriate by the Arbitrator to provide a fair return
to the owner. The Arbitrator shall use the method set forth in subsection 2711(C)
to determine the fair return.
2706: RENT FREEZE OR RENT ROLLBACK.
A) Upon the petition signed by one adult mobilehome owner of 50 percent of
the spaces subject to rent control in a park or 50 spaces subject to rent control,
whichever is less, the Arbitrator may prohibit future rent increases for spaces
governed by this chapter, upon its determination that maintenance by the owner
has been substantially reduced and is insufficient to adequately maintain the park
in a habitable condition. The determination shall be based upon substantial
evidence in the record. The prohibition may be continued until the Arbitrator
determines that maintenance by the owner has been restored to a reasonable
level.
B) Upon petition by one or more affected mobilehome owners, an Arbitrator
may prohibit future rent increases, or order a rollback of the existing rent as to
those petitioners, upon its determination that after the Effective Date, an owner
instituted a rent increase inconsistent with the criteria established by this chapter.
The determination shall be based upon substantial evidence in the record. The
prohibition may be continued until the Arbitrator determines that the rent has
become consistent with this chapter.
2707: TIME OF ALLOWED RENT INCREASE/ADJUSTMENT.
A) Once within a 12-month period, the owner may implement a CPI rent
adjustment (subsection 2703(A)), if any, or a fair return increase (Section 2703),
but not both.
B) A capital replacement pass through under subsection 2703(F) may only
be implemented on the effective date of the CPI or fair return rent adjustment.
C) The following increases or adjustments may be implemented at any time
during the year:
9
Page 188 of 387
1) Government mandated expense pass through (subsection 2703(C));
2) Utility pass throughs (subsection 2703(D));
3) Capital improvements (subsection 2703(E));
4) In-place transfer rent increases (Section 2704).
Any increases subject to arbitration shall be implemented after the final ruling
of the Arbitrator.
D) Rent freeze and rent rollbacks shall be implemented at the time they are
ordered (Section 2706).
2708: ARBITRATION.
A) Matters Subject to Arbitration.
1) An owner shall file with the Clerk:
a) An application seeking to increase space rents beyond 100 percent of the
CPI to provide a fair return to the owner as allowed by Section 2705.
2) Affected mobilehome owners may file with the Clerk:
a) A petition objecting to a government mandated expense pass through as
allowed by subsection 2703(C);
b) A petition objecting to a capital replacement pass through as allowed by
subsection 2703(F);
c) A petition for rent freeze as allowed by subsection 2706(A);
d) A petition for rent rollback as allowed by subsection 2706(B).
B) These petitions and applications shall be decided by the Arbitrator.
C) Cost of Arbitration. The cost of arbitration shall be paid by the Clerk out
of revenue from the rent stabilization administration fee. The Arbitrator may
reimburse the City by assessing the cost of the arbitration to either party if the
Arbitrator determines that the position taken by the party is frivolous.
2709: PROCEDURES FOR FAIR RETURN NOTICE AND APPLICATION AND
PETITION FORMS.
10
Page 189 of 387
A) Notice. At least 10 days prior to submission of a fair return application or
a petition to the Clerk, the applicant or petitioner shall mail or deliver a notice and
a copy of the application or petition to the owner and each affected mobilehome
owner in the park. The notice shall be on a form specified by the Clerk. The
at the park's office and shall be posted on the City's website. One copy of the
supporting documents shall be provided by the applicant or petitioner at no cost
to the other party. All fair return notices shall include the following information:
1) The amount of the rent increase both in dollars and as a percentage of
the existing rent, how it was calculated, an itemization of all pass throughs and
additional rent charges, information that explains and supports the level of
increase proposed including, at a minimum, a summary of the owner's net
operating income for the base year and the preceding 24 months and other
relevant information that supports the level of rent increase desired, the effective
date of the increase and that copies of the supporting documents shall be
provided by the owner at no cost to the mobilehome owners' representative and
be available to the mobilehome owners at the park's office for inspection and on
the City's website;
2) The name, address and telephone number of the Clerk or designee, a
statement to inform the mobilehome owners to contact the Clerk or designee for
an explanation of the provisions of this chapter, and that a roster of affected
mobilehome owners can be requested from the Clerk; and
3) A copy of the official petition form which is to be used for the process
established by this chapter.
B) Application/Petition Forms. The application or petition shall be filed with
the Clerk on the form prescribed by the Clerk and must be accompanied by all
supporting material necessary to support the request. The application and
petition shall contain the following declaration: "I declare under penalty of perjury
that the foregoing is true and correct." The application shall be dated and
subscribed by the applicant(s) and shall state the place of execution.
1) Within five working days of receipt, the Clerk shall complete a preliminary
review of the application or petition. Applications or petitions which are
incomplete will not be considered properly filed.
2) No further action shall take place on applications or petitions which are
not properly filed, and the Clerk may decline to accept such application and/or
return them to the petitioner immediately after the preliminary review with a
notice of the defects.
11
Page 190 of 387
3) When the Clerk determines that the application or petition is complete,
the Clerk shall send a written notice of confirmation of receipt of a completed
application or petition to the parties.
4) In capital replacement proceedings and in government mandated capital
expenditure and operating expense proceedings, affected mobilehome owners
shall have 30 calendar days after receipt of the confirmation of the completed
application to file with the Clerk a petition objecting to the rent increase signed by
one adult tenant in at least 50 percent of the mobilehome spaces subject to rent
control.
C) Insufficient Objection-Capital Replacement or Government-Mandated
Pass Through Proceeding-Clerk Action. If less than the required number of
affected mobilehome owners object to a proposed capital replacement or
government-mandated pass through, or if objection is withdrawn, including any
amendments, before or after the meet and confer process, the Clerk shall
approve the requested pass through.
2710: PROCEDURE FOR MEET AND CONFER.
Within 10 working days of the date of the Clerk's notice of a completed
application or petition and prior to assignment of an Arbitrator, affected
mobilehome owners and owners shall meet and confer with each other's
representatives. The time, place and date of the meeting shall be agreed to by
the parties or, if the parties cannot agree, determined by the Clerk. Written notice
of the scheduled meeting shall be given by the applicant or petitioner. At the
meeting, representatives of the parties shall exchange documentary evidence
that the parties, in good faith then know, will be used to support their respective
positions in an arbitration and discuss the issues in dispute. In the case of an
owner, all financial data upon which any proposed increase is claimed shall be
supplied to affected mobilehome owner representatives at the time of the meet
and confer meeting. The parties may request that the Clerk provide a mediator,
at no cost to the parties, to assist with the meet and confer process. The
Arbitrator may deny an application based on the applicant's failure to participate
in good faith in the meet and confer process.
2711: PROCEDURES FOR ARBITRATION.
A) The Clerk shall give written notice to the applicant or petitioners and
mobilehome owner representative that the application/petition has been referred
to arbitration.
1) An Arbitrator shall be appointed in the following manner:
a) The Clerk shall maintain a list of qualified arbitrators.
12
Page 191 of 387
b) Assignment of Arbitrator and Hearing Date. The Clerk shall choose three
possible Arbitrators and present them to the residents' representative and the
owner. Within five days each party may challenge one candidate. The one
remaining shall be the selected Arbitrator. If both parties challenge the same
candidate, the Clerk shall choose between the two remaining candidates. The
Clerk shall set a date for the arbitration hearing no sooner than 30 or no later
than 40 days after the Arbitrator is assigned. The owner and affected
mobilehome owners shall be notified immediately in writing by the Clerk of the
date, time and place of the hearing and this notice shall be served either in
person or by ordinary mail. The parties may agree, in writing, to extend these
times. The Arbitrator may extend the date for the arbitration hearing upon a
showing of good cause.
2) The Arbitrator shall conduct a hearing with the parties and/or their
representatives. During this hearing process, the concerns of each party shall be
discussed and the Arbitrator shall indicate the amount and nature of information
needed from any party in order to reach a determination. In fair return
proceedings in Section 2705, this shall include four years of the income and
expense portion of the general ledgers for the park. All information submitted
shall be in writing and shall be certified in the same manner as set forth in
subsection 2709(B).The applicant or petitioner shall have the burden of proof
unless other sections of this chapter specify otherwise. Each party shall comply
with the Arbitrator's request for information within seven days of the request.
Additional information provided to the Arbitrator shall be immediately available to
the owner or affected mobilehome owner representative which will have seven
days to give written comment to the Arbitrator. The Arbitrator may proceed under
this part regardless of whether any party defaults in providing any of the
requested information.
B) Arbitration Determination.
1) Within 21 days of the hearing, but no later than 90 days from the date of
the owner's rent increase notice, the Arbitrator shall deliver his or her decision on
the application or petition and a bill for services to the Clerk.
2) The rent increase in a fair return proceeding shall not exceed the
increase requested in the application.
3) The Clerk shall provide the result of the Arbitrator's decision to the
affected parties.
4) The Arbitrator's decisions are final and not appealable to the City
Council.
C) Method to Determine a Fair Return.
13
Page 192 of 387
1) The base year for the purpose of this section shall be the last full fiscal
year prior to the park becoming subject to this chapter. The Arbitrator may
establish an alternative base year if the owner is unable to produce records of
the last full fiscal year prior to the park becoming subject to rent control.
2) It shall be presumed that the net operating income produced by the
property during the base year provided a fair return. An owner shall be entitled to
rents to earn a just and reasonable return and to maintain and increase their
base year net operating income in accordance with subsection (C)(4) of this
section. This method is called maintenance of net operating income (MNOI) and
shall be included in all applications.
3) The applicant or the affected mobilehome owners may present evidence
to rebut the presumption of fair and reasonable return based upon the base year
net operating income. To make such a determination and in order to adjust to the
base year net operating income, the Arbitrator must make the following finding:
a) The owner's operating and maintenance expenses in the base year were
unusually high or low in comparison to other years. In such instances,
adjustments may be made in calculating such expenses so that the base year
operating expenses reflect average expenses for the property over a reasonable
period of time. In considering whether the base year net operating income
yielded more or less than a fair net operating income, the Arbitrator shall
consider the following factors:
i) Substantial repairs were made due to damage caused by uninsured
disaster or vandalism;
ii) Maintenance and repairs were below accepted standards so as to cause
significant deterioration of housing services;
iii) Other expenses were unreasonably high or low notwithstanding prudent
business practice; and
iv) The rent in the base year was disproportionately low due to the fact that it
was not established in an arms-length transaction or other peculiar
circumstances.
4) Fair Net Operating Income. The Arbitrator shall submit a determination
based on rental income which will provide the owner a net operating income
which shall be increased by 100 percent of the percentage increase in the CPI
over the base year's CPI index. The base year CPI shall be the CPI for the first
day of June. For purposes of this section, the current CPI shall be the CPI last
reported as of the date of the completed application.
14
Page 193 of 387
5) Net operating income of a mobilehome park means the gross income of
the park less the operating expenses of the park.
6) Gross income means the sum of the following:
a) Gross space rents computed as gross space rental income at 100
percent occupancy (but excluding rent attributed to a space occupied by a park
employee who receives the space rent free as part of the employee's
compensation); plus
b) Other income generated as a result of the operation of the park,
including, but not limited to, fees for services actually rendered; plus
c) All other pass through revenue received from mobilehome owners except
capital pass throughs and gas and electric; minus
d) Uncollected space rents due to vacancy and bad debts to the extent that
the same are beyond the owner's control. There is a rebuttable presumption that
uncollected space rents in excess of the average of the current and past three
years uncollected rents (each year's rent shall be adjusted by the change in the
CPI between that year and the final year of the four-year period) are excessive
and shall not be deducted from gross income.
7) Operating expenses means:
a) Real property taxes and assessment;
b) Advertising costs;
c) Management and administrative expenses including the compensation of
administrative personnel;
d) Repair and maintenance expenses for the grounds and common facilities
including, but not limited to, landscaping, cleaning and repair of equipment and
facilities;
e) In addition to the management expenses listed above, where the owner
performs onsite managerial or maintenance services which are uncompensated,
the owner may include the reasonable value of such services. Owner-performed
labor shall be limited to five percent of gross income unless the Arbitrator finds
that such a limitation would be substantially unfair in a given case. No credit for
such services shall be authorized unless an owner documents the hours utilized
in performing such services and the nature of the services provided;
f) Operating supplies such as janitorial supplies, gardening supplies,
stationery and so forth;
15
Page 194 of 387
g) Insurance premiums related to operation of the park prorated over the life
of the policy;
h) Payroll taxes, business, utility, license and permit fees;
i) Dues;
j) Consultant services for park operation and maintenance;
k) All operating expenses must be reasonable and necessary. Whenever a
particular expense exceeds the normal industry or other comparable standard,
the owner shall bear the burden of proving the reasonableness of the expense.
To the extent that an Arbitrator finds any expense to be unreasonable, the
Arbitrator shall adjust the expense to reflect the normal industry or other
comparable standard;
1) There is a rebuttable presumption that expenditures in the current year
are unreasonable to the extent that they substantially exceed the average of the
current and past three years (each year's expenses shall be adjusted by the
change in the CPI between that year and the final year of the four-year period);
m) Operating expenses shall not include the following:
i) Mortgage debt service expenses;
ii) Land-lease expenses;
iii) Depreciation;
iv) Income taxes;
v) Electric and gas expenses included in Section 739.5 of the California
Public Utility Codes;
vi) The cost of government mandated expenses (subsection 2703(C)),
capital improvements (subsection 2703(D)), or capital replacements (subsection
6-66.040(F)).
8) Notwithstanding any other provisions of the ordinance codified in this
chapter, the Arbitrator is authorized to approve any rent increase that is
constitutionally required by law to yield a fair return.
E) Subpoenas. The parties may obtain the issuance and service of a
subpoena for the attendance of witnesses or the production of other evidence at
the arbitration hearing. Subpoenas shall be issued and attested by the Clerk.
16
Page 195 of 387
Issuance of the subpoena must be obtained upon the filing with the Clerk of the
City of an affidavit or declaration, under oath, setting forth the name and address
of the proposed witness; specifying the exact things to be produced and the
relevancy to the issues involved; and stating that the witness as the desired
things in his/her possession or under his/her control.
Service of the subpoena on a witness to attend arbitration must be at least
five working days before the hearing. Service of a subpoena duces tecum must
be at least 21 days before the hearing. Any party served with a subpoena duces
tecum must produce copies of the requested items to the subpoenaing party no
later than 10 days before the hearing.
A subpoena need not be issued when the affidavit or declaration is defective
in any particular. No arbitration hearing may be continued due to the failure to file
a timely request, or to timely serve a subpoena. Any person who refuses, without
lawful excuse, to attend the arbitration or to produce relevant evidence as
required by a subpoena served upon that person shall be guilty of a
misdemeanor.
No subpoena shall issue until after the parties have met and conferred as
required in Section 2710.
F) Increases for Capital Expense. Increases attributed to a capital expense,
as approved by the Arbitrator to provide a park with a fair return, shall not be
included in base rent. These increases must be separately itemized on the
monthly rent invoice and terminate at the end of the approved amortized period.
Advance approval and effective date of the increase shall be as allowed in
subsection 2703(F)(1).
G) Rent Increase Effective Date. Rent increases approved by the Arbitrator,
as determined necessary to provide an owner with a fair return, shall be allowed
upon the effective date given by the applicant in the notice to the affected
mobilehome owners, required in section 798.30 of the California Civil Code.
2712: REFUSAL OF MOBILEHOME OWNER TO PAY ILLEGAL RENT.
An affected mobilehome owner may refuse to pay any rent in excess of the
maximum rent permitted by this chapter. The fact that such unpaid rent is in
excess of the maximum rent shall be a defense in any action brought to recover
possession of a mobilehome space for nonpayment of rent or to collect the illegal
rent.
2713: DISCLOSURES.
An owner shall disclose to each prospective tenant the current and proposed
base rent for the mobilehome space and the rental agreement options required
17
Page 196 of 387
by this section and Section 2714, provide each prospective tenant with a copy of
this chapter, and disclose to the prospective tenant that if the prospective tenant
signs a lease with a term of more than one year, that lease will be exempt from
rent control. The owner shall give the required disclosure and provide a copy of
this chapter to the prospective tenant at the time that the owner, or owner's
representative, receives the prospective tenant's application for tenancy. The
required disclosures shall be made in a form approved by the Clerk, and the
owner shall obtain a signature of the prospective tenant on the disclosure form
acknowledging receipt of the disclosures. An owner must retain the signed
disclosure form throughout the entire tenancy of the tenant. This signed form
shall be made available to the Clerk upon reasonable written notice.
2714: PROSPECTIVE MOBILEHOME OWNER-TENANCY 12 MONTHS OR
LESS.
All prospective tenants shall be offered the option of a tenancy of 12 months
or less upon terms consistent with the provisions of the ordinance codified in this
chapter. This section shall not apply to prevent a mutually agreed upon
assignment between an owner and an existing mobilehome owner of an existing
lease, provided any such assignment does not violate subsection 2704(C).
2715: RENT STABILIZATION ADMINISTRATION FEES.
All or any portion of the costs to administer this chapter may be collected by
the imposition of an annual rent stabilization administration fee established by
resolution of the City Council. The fee shall be chargeable against the total
number of mobilehome spaces in the City subject to rent control determined on a
date certain each year to be established by the City Council. The owner who
pays these fees may pass through to the mobilehome owners, subject to rent
control on the date established by the City Council, 50 percent of the fees
assessed against a mobilehome space. The fee shall be due on a date
established by the City Council but may be paid in quarterly installments by the
owners. Owners of parks annexed to the City after the Effective Date, shall be
charged the fee established by resolution beginning on the effective date of the
annexation.
2716: AMENDMENT.
Any amendment to this chapter shall require a prior public hearing before the
City Council with notice thereof published in a newspaper of general circulation in
the City at least 10 days prior to the hearing.
2717: VIOLATION.
18
Page 197 of 387
Every person who violates any provision of this chapter is guilty of a
misdemeanor. This section shall not apply to the Arbitrator or officers or
employees of the City.
SECTION TWO
1. COMPLIANCE WITH CEQA. The City Council finds that this ordinance is not
subject to the California Environmental Quality Act ("CEQA") pursuant to Sections
15060(c)(2) (the activity will not result in a direct or reasonably foreseeable indirect
physical change in the environment), 15061(b)(3) (there is no possibility the activity in
question may have a significant effect on the environment.)
2. SEVERABILITY. If any provision of this ordinance or the application thereof to any
person or circumstance is held invalid, the remainder of the ordinance and the
application of such provision to other persons or circumstances shall not be affected
thereby. The City Council hereby declares that it would have adopted this Ordinance
and any section, subsection, sentence, clause or phrase thereof irrespective of the fact
that any one or more sections, subsections, sentences, clauses or phrases be declared
unconstitutional or otherwise invalid.
3. EFFECTIVE DATE. This Ordinance shall be published as required by law in a
newspaper of general circulation in the City of Ukiah, and shall become effective thirty
30) days after its adoption.
4. MANDATORY REVIEW. The City Council shall review this ordinance at the next
regular City Council meeting occurring after the first anniversary of the Effective Date of
this ordinance. The review shall consider whether the ordinance should be amended or
repealed based on the City's experience of the implementation of the ordinance over
that one year period.
Introduced by title only on October 6, 2010, by the following roll call vote:
AYES: Councilmembers Landis, Rodin, Baldwin, and Mayor Thomas
NOES: Councilmember Crane
ABSENT: None
ABSTAIN: None
Adopted on October 20, 2010, by the following roll call vote:
AYES: Councilmembers Landis, Rodin, Baldwin, and Mayor Thomas
NOES: Councilmember Crane
ABSENT: None
ABSTAIN: None
s/ Benj Thomas, Mayor
ATTEST:
s/JoAnne M. Currie, City Clerk
19
Page 198 of 387
Re-adopted on January 5, 2011, by the following roll call vote:
AYES: Councilmembers Landis, Thomas, Baldwin, and Mayor Rodin
NOES: Councilmember Crane
ABSENT: None
ABSTAIN: one
Mari Rodin, Mayor
ATTEST:
foAnne Currie, City Clerk
20
Page 199 of 387
RESOLUTION NO. 2020-26
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF UKIAH AMENDING EXHIBIT A TO
RESOLUTION 2019-42 ADOPTING RENT STABILIZATION FEES FOR ARBITRATION AND
ADMINISTRATIVE COSTS TO CITY OF UKIAH MOBILEHOME PARKS
WHEREAS:
1. Ukiah City Code ("UCC") Section 2715, provides that "all or any portion of the costs to
administer this chapter [Division 2, Chapter 8 of the UCC ("Chapter 8")] may be collected
by the imposition of an annual rent stabilization administration fee established by
resolution of the City Council"; and
2. Costs to administer the program have been assessed and are shown in Exhibit A; and
3. With the elimination of redevelopment agencies by the State of California, all of the cost
to administer Chapter 8 is borne by the City's General Fund; and
4. Under UCC Section 2708.C, the cost of arbitrations must be paid from the rent stabilization
administration fee. Exhibit A states a reasonable estimate for the annual cost to administer
Chapter 8, including potential arbitrations; and
5. There are 382 mobilehome park spaces subject to rent control in the City of Ukiah, with
the final annual per space cost being determined each year based on occupied non-long-
term leased spaces; and
6. Under UCC Section 2715, the owner who pays these fees may pass through to the tenant
of the space 50 percent of the fees assessed for the space: and
7. Under UCC 2715, the resolution establishing the fee must specify the date by which the
fee is due, but the fee may be paid by the park owners in quarterly installments; and
8. There are six City of Ukiah mobilehome parks that are subject to the Rent Stabilization
Ordinance, including Circle Trailer Court (60 units), Manor Home Mobile Estates (137
units), Shady Grove Mobile Home Park (4 units subject to rent control), Modern Mobile
Home Park (26 units), Harold's Square Mobile Home Park (59 units), and Rancho Del Ray
Mobile Home Park (96 units).
NOW, THEREFORE, BE IT RESOLVED that:
1. The City Council of the City of Ukiah approves an annual administration fee an amount
equally divided between billable spaces subject to rent control to be paid by the City's six
mobilehome parks.
2. The fee is due on July 30 of each year, but may be paid in quarterly installments on July
30, October 30, January 30, and April 30.
3. The City Council shall review the administration costs, including the cost of any
arbitrations, on an annual basis, during budget preparation as part of the annual fee review
1
ATTACHMENT 2
Page 200 of 387
in May and June, and make any adjustments so that the fee does not exceed the cost to
administer Chapter 8.
4. This resolution supersedes resolution 2019-42.
PASSED AND ADOPTED at a regular meeting of the City Council held on May 20, 2020, by the
following roll call vote:
AYES: Councilmembers Mulheren, Brown, Scalmanini, Orozco, and Mayor Crane
NOES: None
ABSENT: None
ABSTAIN: None
Douglas F ran , Mayor
ATTEST:
Kri tine Lawler, City Clerk
2
Page 201 of 387
EXHIBIT A
2020 COST ASSESSMENT FOR IMPLEMENTING RESOLUTION 2020/2021 RENT STABILIZATION FEES
Estimated Arbitration Costs:
TOTAL -$9,450
The Northern California rates charged for arbitrations conduct by ADR Service, Inc., an alternate dispute resolution service that has rates in
the middle between JAMS at the high end and Ione arbitrators at the low end.
An arbitration through ADR includes a $450 administrative fee, plus the hourly or daily rate charged by the arbitrator and the fees charged
by ADR. ADR arbitrators are retired judges or attorneys. The hourly rates vary from $450 at the low end to $975 at the high end. The
average hourly rate is $712.50.
Assuming an arbitration hearing takes one 8-hour day and the arbitrator takes 4 hours to prepare a written decision, 12 hours @ $712.50 =
8,550+ $900 (admin fee, assuming only two parties) for a total of$9,450.
Estimated Administrative Costs:
TOTAL - $1,850 (Using the higher rate of the two invoiced rates below and rounding)
MHP = Mobile Home Park
Estimated Attorney Fees for Various Matters Pertaining to Mobilehome Parks: $1,000
Note. only the actual expenses would be billed to the account)
Educational Outreach Costs: $294 (rounded)
Draft Letter to Residents
Print, fold, label, and stuff envelopes
Postage to send letters
If MHP owners are invoiced: $556 (rounded and includes postage)
Includes:
Review CPI and write annual letter to MHP owners regarding the CPI.
Review MHP rent increase letters per Ordinance 1126. Section 2703(H)
Staff Report to Council
Send Letters to MHP owners requesting number of billable spaces
Prep invoices
Receive and process payments
Total divided by 382" spaces = $1.46 per space.
Page 202 of 387
If MHP owners are not invoiced: $201
Includes:
Review CPI and write annual letter to MHP owners regarding the CPI.
Review MHP rent increase letters per Ordinance 1126, Section 2703(H)
Staff Report to Council
Send post-Council decision to waive fee letters to MHP owners
Total divided by 382*spaces= .53 cents per space (rounded).
TOTAL REASONABLE ESTIMATE FOR THE ANNUAL COST TO ADMINISTER CHAPTER 8, INCLUDING POTENTIAL
ARBITRATIONS IS $11,300**.
Note— This is the number of spaces calculated in Ordinance 1126, however, the actual number of billable spaces is determined each year
depending on the number of occupied spaces by non-long-term leases.
Note— This number is comprised as follows.Arbitration= $9,450; MHP Owners invoiced= $556; Educational Outreach= $294;Attorney
Fees = $1,000.
Page 203 of 387
300 Seminary Avenue • Ukiah • CA • 95482-5400
Phone: (707) 463-6200 · Fax: (707) 463-6204 ·www.cityofukiah.com
April 27, 2021
SUBJECT: Mobilehome Park Rent Stabilization Resource Information
Dear Mobilehome Park Residents,
This letter is an educational outreach, so that you are aware of your rights – per ordinance
1126 and resolution 2018-22 - as a mobilehome park resident.
In 2011, the Ukiah City Council adopted an ordinance to establish a mobilehome park rent
stabilization. In an effort to assist mobilehome park residents to better understand how
the rent increases, fees, and pass-through charges operate, a webpage was created on
the City of Ukiah’s website, which can be found at: http://www.cityofukiah.com/mobile-
home-park-rent-stabilization-2/.
Mobilehome park residents are encouraged to explore the webpage, which contains the
full ordinance and resolution that explains how the rent stabilization works. There are also
links to annual correspondence sent to the mobilehome park owners regarding the
October CPI index that determines the amount that can be charged for rent increases,
and staff reports presented to the City Council explaining in detail how the yearly fees
operate.
On January 29, 2021, Governor Newsom signed legislation to extend the eviction
moratorium through June 30, 2021. For more information:
https://www.gov.ca.gov/2021/01/29/governor-newsom-signs-legislation-to-
extend-eviction-moratorium-and-assist-tenants-and-small-property-owners-
impacted-by-covid-19/
The City Clerk’s office is available to address any questions or concerns that you may
have, and can be reached by email at klawler@cityofukiah.com, or by calling 707-463-
6217.
Sincerely,
Kristine Lawler
City Clerk
ATTACHMENT 3
Page 204 of 387
Page 1 of 2
Agenda Item No: 7.d.
MEETING DATE/TIME: 5/19/2021
ITEM NO: 2021-855
AGENDA SUMMARY REPORT
SUBJECT: Authorize the City Manager to Sign Federal Aviation Administration Reimbursement of PAPI and REIL Design for
Runway 15-33 Grant No. 3-06-0268-018-2021 for Ukiah Municipal Airport in the Amount of $218,851
DEPARTMENT: Airport PREPARED BY: Greg Owen, Airport Manager
PRESENTER: Greg Owen, Airport Manager
ATTACHMENTS:
1. Grant Agreement 3-06-0268-018-2021
2. ASR 11202019
3. UKI PAPI & REIL Design Scope of Services & Fees
4. Comparison PAPI vs VASI
Summary: Authorize the City Manager to sign Federal Aviation Administration Reimbursement of PAPI and
REIL Design for Runway 15-33 Grant No. 3-06-0268-018-2021 for Ukiah Municipal Airport in the Amount
of $218,851.
Background: Currently, the Ukiah Municipal Airport utilizes a Visual Approach Slope Indicator (VASI), and will
be upgrading it to a Precision Approach Path Indicator (PAPI), with the understanding that the majority of the
costs will be reimbursed through a Federal Aviation Administration (FAA) grant (Attachment 1).
At the November 20, 2019 (Attachment 2) Council meeting, Council authorized the City Manager to execute
Design and Engineering Scope of Services Agreement (Attachment 3) with Mead and Hunt For New Precision
Approach Path Indicator (PAPI) and Runway End Identifier Lights (REIL) Replacement. This design work is to
update the Airport Visual Approach Slope Indicator (VASI), and this project will be upgrading it to a Precision
Approach Path Indicator (PAPI).(Attachment 4)
The VASI is a system of lights arranged to provide visual descent guidance information during the approach to
a runway. These lights are visible from three to five miles during the day, and up to 20 miles or more at night.
PAPI lights are a key part of the airfield ground lighting system used at airports. This type of visual aid on a
runway helps pilots to maintain the correct approach and land the airplane safely.
It warns the pilot about approaches that are too high or too low. Runway End Identifier Lights (REIL) system
provides rapid and positive identification of the end of the runway. The system consists of two synchronized,
unidirectional flashing lights. The lights are positioned on each corner of the runway landing threshold, facing
the approach area, and aimed at an angle of 10 to 15 degrees.
Discussion: Staff had anticipated a grant offer to reimburse the City for this work would be received in the
19/20 fiscal year, but the FAA was unable to provide the funding at that time. This design work needed to
move forward to meet with FAA deadlines.
Staff recommends that Council authorize the City Manager to sign Federal Aviation
Administration Reimbursement of PAPI and REIL Design for Runway 15-33 Grant No. 3-06-0268-018-2021.
This grant offer is to reimburse for design work already performed by Mead and Hunt. This grant will reimburse
90% of the cost of the design work. The airport operating budget will cover the remaining amount.
Page 205 of 387
Page 2 of 2
Recommended Action: Authorize the City Manager to sign Federal Aviation Administration Reimbursement
of PAPI and REIL Design for Runway 15-33 Grant No. 3-06-0268-018-2021 for Ukiah Municipal Airport in the
Amount of $218,851.
BUDGET AMENDMENT REQUIRED: No
CURRENT BUDGET AMOUNT: 77800000.43299.18159 - FAA Grant: -$356,715
PROPOSED BUDGET AMOUNT: N/A
FINANCING SOURCE: FAA Grant
PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A
COORDINATED WITH:
Page 206 of 387
3-06-0268-018-2021
1
U.S. Department of Transportation Federal Aviation Administration
Airports Division Western-Pacific Region California
FAA SFO ADO 1000 Marina Boulevard Suite 220 Brisbane, CA 94005
{{DateTime_es_:signer1:calc(now()):format(date," mmmm d, yyyy")}}
Mr. Greg Owen Airport Manager City of Ukiah 1403 S. State Street Ukiah, CA 95482
Dear Mr. Owen: We are transmitting to you for execution the Grant Offer for Airport Improvement Program (AIP) Project No. 3-06-0268-018-2021 at __Ukiah Municipal Airport in Ukiah, California__. This letter outlines expectations for success. Please read the conditions and assurances carefully. To properly enter into this agreement, you must do the following: a. The governing body must provide authority to execute the grant to the individual signing the b. signature no later than May 24, 2021 in order for the grant to be valid. c. attorney will automatically be sent via email the grant to provide their electronic signature. d. You may not make any modification to the text, terms or conditions of the grant offer. e. Followinattachment to an email. Subject to the requirements in 2 CFR §200.305, each payment request for reimbursement under this grant must be made electronically via the Delphi eInvoicing System. Please see the attached Grant Agreement for more information regarding the use of this System. The terms and conditions of this agreement require you to complete the project without undue delay. We will be monitoring your progress to ensure proper stewardship of these Federal funds. We expect you to submit payment requests for reimbursement of allowable incurred project expenses consistent with project progress. Should you fail to make draws on a regular basis, your grant may be placed in Until the grant is completed and closed, you are responsible for submitting formal reports as follows:
A signed/dated SF-270 (non-construction projects) or SF-271 or equivalent (construction projects) and SF-425 annually, due 90 days after the end of each federal fiscal year in which this grant is open (due December 31 of each year this grant is open); and Performance Reports, which are due within 30 days of the end of a reporting period as follows: 1. Non-construction project: Due annually at end of the Federal fiscal year.
Page 207 of 387
3-06-0268-018-2021
2
2. Construction project: Submit FAA form 5370-1, Construction Progress and Inspection Report at the end of each fiscal quarter. As a condition of receiving Federal assistance under this award, you must comply with audit requirements as established under 2 CFR part 200. Subpart F requires non-Federal entities that expend $750,000 or more in Federal awards to conduct a single or program specific audit for that year. Note that this includes Federal expenditures made under other Federal-assistance programs. Please take appropriate and necessary action to assure your organization will comply with applicable audit requirements and standards. Once the project(s) is completed and all costs are determined, we ask that you close the project without delay and submit the necessary final closeout documentation as required by your Region/Airports District Office. Barry Franklin, (650) 827-7614, is the assigned program manager for this grant and is readily available to assist you and your designated representative with the requirements stated herein. We sincerely value your cooperation in these efforts and look forward to working with you to complete this important project.
Sincerely, {{Sig_es_:signer1: signature}}
Laurie J. Suttmeier Manager
Page 208 of 387
3-06-0268-018-2021
3
U.S. Department of Transportation Federal Aviation Administration FAA Airport Improvement Program (AIP)
GRANT AGREEMENT Part I - Offer Federal Award Offer Date {{DateTime_es_:signer1:calc(now()):format(date," mmmm d, yyyy")}} Airport/Planning Area Ukiah Municipal Airport FY2021 AIP Grant Number 3-06-0268-018-2021 Unique Entity Identifier 152110466 TO: City of Ukiah (herein called the "Sponsor") FROM: The United States of America (acting through the Federal Aviation Administration, herein called the "FAA") WHEREAS, the Sponsor has submitted to the FAA a Project Application dated December 18, 2020, for a grant of Federal funds for a project at or associated with the Ukiah Municipal Airport, which is included as part of this Grant Agreement; and WHEREAS, the FAA has approved a project for the Ukiah Municipal Airport consisting of the following: Reimbursement of PAPI and REIL Design for Runway 15-33 which is more fully described in the Project Application. NOW THEREFORE, Pursuant to and for the purpose of carrying out the FAA Reauthorization Act of 2018 (Public Law Number 115-254); Title 49, United States Code (U.S.C.), Chapters 471 and 475; 49 U.S.C. §§ 40101 et seq., and 48103; the Department of Transportation Appropriations Act, 2021 (Public Law 116-260, Division L), as further amended by the American Rescue Plan Act of 2021 (Public Law 117-2); and
Offer; and (c) the benefits to accrue to the United States and the public from the accomplishment of the Project and compliance with the Grant Assurance and conditions as herein provided;
Page 209 of 387
3-06-0268-018-2021
4
THE FEDERAL AVIATION ADMINISTRATION, FOR AND ON BEHALF OF THE UNITED STATES, HEREBY OFFERS AND AGREES to pay 100 percent of the allowable costs incurred accomplishing the Project as the United States share of the Project. Assistance Listings Number (Formerly CFDA Number): 20.106 This Offer is made on and SUBJECT TO THE FOLLOWING TERMS AND CONDITIONS :
CONDITIONS
1. Maximum Obligation. The maximum obligation of the United States payable under this Offer is $218,851. The following amounts represent a breakdown of the maximum obligation for the purpose of establishing allowable amounts for any future grant amendment, which may increase the foregoing maximum obligation of the United States under the provisions of 49 U.S.C. § 47108(b): $ 0 for planning $ 218,851 airport development or noise program implementation; and, $ 0 for land acquisition. 2. Grant Performance. This Grant Agreement is subject to the following Federal award requirements: a. Period of Performance: 1. Shall start on the date the Sponsor formally accepts this Agreement and is the date signed by the last Sponsor signatory to the Agreement. The end date of the Period of Performance is 4 years (1,460 calendar days) from the date of acceptance. The Period of Performance end date shall not affect, relieve, or reduce Sponsor obligations and assurances that extend beyond the closeout of this Grant Agreement. 2. Means the total estimated time interval between the start of an initial Federal award and the planned end date, which may include one or more funded portions or budget periods. (2 Code of Federal Regulations (CFR) § 200.1). b. Budget Period: 1. For this Grant is 4 years (1,460 calendar days) and follows the same start and end date as the period of performance provided in Paragraph a.1. Pursuant to 2 CFR § 200.403(h), the Sponsor may charge to the Grant only allowable costs incurred during the Budget Period. 2. Means the time interval from the start date of a funded portion of an award to the end date of that funded portion during which the Sponsor is authorized to expend the funds awarded, including any funds carried forward or other revisions pursuant to § 200.308. c. Close Out and Termination 1. Unless the FAA authorizes a written extension, the Sponsor must submit all Grant closeout documentation and liquidate (pay-off) all obligations incurred under this award no later than 120 calendar days after the end date of the period of performance. If the Sponsor does not submit all required closeout documentation within this time period, the FAA will proceed to close out the grant within one year of the period of performance end date with the information available at the end of 120 days. (2 CFR § 200.344).
Page 210 of 387
3-06-0268-018-2021
5
2. The FAA may terminate this Grant, in whole or in part, in accordance with the conditions set forth in 2 CFR § 200.340, or other Federal regulatory or statutory authorities as applicable. 3. Ineligible or Unallowable Costs. The Sponsor must not include any costs in the project that the FAA has determined to be ineligible or unallowable. 4. Indirect Costs - Sponsor. The Sponsor may charge indirect costs under this award by applying the indirect cost rate identified in the project application as accepted by the FAA, to allowable costs for Sponsor direct salaries and wages. 5. Determining the Final Federal Share of Costs. will be made in accordance with 49 U.S.C. § 47109, the regulations, policies, and procedures of the
based upon the final audit of the total amount of allowable project costs and settlement will be made for any upward or downward adjustments to the Federal share of costs. 6. Completing the Project Without Delay and in Conformance with Requirements. The Sponsor must carry out and complete the project without undue delays and in accordance with this Agreement, 49 U.S.C. Chapters 471 and 475, and the regulations, policies, and procedures of the Secretary of
disengagement from performing the project that exceeds three months or a 25 percent reduction in time devoted to the project, and request prior approval from FAA. The report must include a reason for the project stoppage. The Sponsor also agrees to comply with the grant assurances, which are part of this Agreement. 7. Amendments or Withdrawals before Grant Acceptance. The FAA reserves the right to amend or withdraw this offer at any time prior to its acceptance by the Sponsor. 8. Offer Expiration Date. This offer will expire and the United States will not be obligated to pay any part of the costs of the project unless this offer has been accepted by the Sponsor on or before May 24, 2021, or such subsequent date as may be prescribed in writing by the FAA. 9. Improper Use of Federal Funds. The Sponsor must take all steps, including litigation if necessary, to recover Federal funds spent fraudulently, wastefully, or in violation of Federal antitrust statutes, or misused in any other manner for any project upon which Federal funds have been expended. For the purposes of this Grant Agreemendispersed by the Sponsor, that were originally paid pursuant to this or any other Federal grant agreement. The Sponsor must obtain the approval of the Secretary as to any determination of the amount of the Federal share of such funds. The Sponsor must return the recovered Federal share, including funds recovered by settlement, order, or judgment, to the Secretary. The Sponsor must furnish to the Secretary, upon request, all documents and records pertaining to the determination of the amount of the Federal share or to any settlement, litigation, negotiation, or other efforts taken to recover such funds. All settlements or other final positions of the Sponsor, in court or otherwise, involving the recovery of such Federal share require advance approval by the Secretary. 10. United States Not Liable for Damage or Injury. The United States is not responsible or liable for damage to property or injury to persons which may arise from, or be incident to, compliance with this Grant Agreement. 11. System for Award Management (SAM) Registration and Unique Entity Identifier (UEI).
Page 211 of 387
3-06-0268-018-2021
6
a. Requirement for System for Award Management (SAM): Unless the Sponsor is exempted from this requirement under 2 CFR 25.110, the Sponsor must maintain the currency of its information in the SAM until the Sponsor submits the final financial report required under this Grant, or receives the final payment, whichever is later. This requires that the Sponsor review and update the information at least annually after the initial registration and more frequently if required by changes in information or another award term. Additional information about registration procedures may be found at the SAM website (currently at http://www.sam.gov). b. Unique entity identifier (UEI) means a 12-character alpha-numeric value used to identify a specific commercial, nonprofit or governmental entity. A UEI may be obtained from SAM.gov at https://sam.gov/SAM/pages/public/index.jsf. 12. Electronic Grant Payment(s). Unless otherwise directed by the FAA, the Sponsor must make each payment request under this Agreement electronically via the Delphi eInvoicing System for Department of Transportation (DOT) Financial Assistance Awardees. 13. Informal Letter Amendment of AIP Projects. If, during the life of the project, the FAA determines that the maximum grant obligation of the United States exceeds the expected needs of the Sponsor by $25,000 or five percent (5%), whichever is greater, the FAA can issue a letter amendment to the Sponsor unilaterally reducing the maximum obligation. The FAA can also issue a letter to the Sponsor increasing the maximum obligation if there is an overrun in the total actual eligible and allowable project costs to cover the amount of the overrun
increase the maximum obligation does not apply to t The FAA can also issue an informal letter amendment that modifies the grant description to correct administrative errors or to delete work items if the FAA finds it advantageous and in the best interests of the United States. An informal letter amendment has the same force and effect as a formal grant amendment. 14. Air and Water Quality. The Sponsor is required to comply with all applicable air and water quality standards for all projects in this grant. If the Sponsor fails to comply with this requirement, the FAA may suspend, cancel, or terminate this Grant Agreement. 15. Financial Reporting and Payment Requirements. The Sponsor will comply with all Federal financial reporting requirements and payment requirements, including submittal of timely and accurate reports. 16. Buy American. Unless otherwise approved in advance by the FAA, in accordance with 49 U.S.C. § 50101, the Sponsor will not acquire or permit any contractor or subcontractor to acquire any steel or manufactured products produced outside the United States to be used for any project for which funds are provided under this grant. The Sponsor will include a provision implementing Buy American in every contract and subcontract awarded under this Grant. 17. Maximum Obligation Increase. In accordance with 49 U.S.C. § 47108(b)(3), as amended, the maximum obligation of the United States, as stated in Condition No. 1 of this Grant Offer: a. May not be increased for a planning project; b. May be increased by not more than 15 percent for development projects if funds are available; c. May be increased by not more than the greater of the following for a, land project, if funds are available:
Page 212 of 387
3-06-0268-018-2021
7
1. 15 percent; or 2. 25 percent of the total increase in allowable project costs attributable to acquiring an interest in the land. If the sponsor requests an increase, any eligible increase in funding will be subject to the United States Government share as provided in 49 U.S.C. § 47110, or other superseding legislation if applicable, for the fiscal year appropriation with which the increase is funded. The FAA is not responsible for the same Federal share provided herein for any amount increased over the initial grant amount. The FAA may adjust the Federal share as applicable through an informal letter of amendment. 18. Audits for Sponsors. PUBLIC SPONSORS. The Sponsor must provide for a Single Audit or program-specific audit in accordance with 2 CFR Part 200. The Sponsor must submit the audit reporting package to the Federal Audit Clearinghouse on the Fedhttp://harvester.census.gov/facweb/. Upon request of the FAA, the Sponsor shall provide one copy of the completed audit to the FAA. 19. Suspension or Debarment. 180.200, the Sponsor must: a. Verify the non-Federal entity is eligible to participate in this Federal program by: 1. Checking the excluded parties list system (EPLS) as maintained within the System for Award Management (SAM) to determine if the non-Federal entity is excluded or disqualified; or 2. Collecting a certification statement from the non-Federal entity attesting they are not excluded or disqualified from participating; or 3. Adding a clause or condition to covered transactions attesting individual or firm are not excluded or disqualified from participating. b. Require prime contractors to comply with 2 CFR § 180.330 when entering into lower-tier transactions (e.g. Sub-contracts). c. Immediately disclose to the FAA whenever the Sponsor (1) learns they have entered into a covered transaction with an ineligible entity or (2) suspends or debars a contractor, person, or entity. 20. Ban on Texting While Driving. a. In accordance with Executive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, October 1, 2009, and DOT Order 3902.10, Text Messaging While Driving, December 30, 2009, the Sponsor is encouraged to: 1. Adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers including policies to ban text messaging while driving when performing any work for, or on behalf of, the Federal government, including work relating to a grant or subgrant. 2. Conduct workplace safety initiatives in a manner commensurate with the size of the business, such as: a. Establishment of new rules and programs or re-evaluation of existing programs to prohibit text messaging while driving; and
Page 213 of 387
3-06-0268-018-2021
8
b. Education, awareness, and other outreach to employees about the safety risks associated with texting while driving. b. The Sponsor must insert the substance of this clause on banning texting while driving in all subgrants, contracts, and subcontracts funded with this Grant. 21. Trafficking in Persons. a. You as the recipient, your employees, suemployees may not 1. Engage in severe forms of trafficking in persons during the period of time that the Grant and applicable conditions are in effect; 2. Procure a commercial sex act during the period of time that the Grant and applicable conditions are in effect; or 3. Use forced labor in the performance of the Grant or any subgrants under this Grant. b. We as the Federal awarding agency, may unilaterally terminate this Grant, without penalty, if you or a subrecipient that is a private entity 1. Is determined to have violated a prohibition in paragraph a. of this condition; or 2. Has an employee who is determined by the agency official authorized to terminate the Grant to have violated a prohibition in paragraph a. of this condition through conduct that is either a. Associated with performance under this Grant; or b. Imputed to the subrecipient using the standards and due process for imputing the conduct of an individual to an organization that are provided in 2 CFR Part 18Guidelines to Agencies on Government-wide Debarment and Suspension c. You must inform us immediately of any information you receive from any source alleging a violation of a prohibition in paragraph a. of this condition. d. Our right to terminate unilaterally that is described in paragraph a. of this condition: i. Implements section 106(g) of the Trafficking Victims Protection Act of 2000 (TVPA), as amended (22 U.S.C. 7104(g)), and ii. Is in addition to all other remedies for noncompliance that are available to us under this Grant Agreement. 22. AIP Funded Work Included in a PFC Application. Within 90 days of acceptance of this Grant Agreement, the Sponsor must submit to the FAA an amendment to any approved Passenger Facility Charge (PFC) application that contains an approved PFC project also covered under this Grant Agreement as described in the project application. The airport sponsor may not make any expenditure under this Grant Agreement until project work addressed under this Grant Agreement is removed from an approved PFC application by amendment. 23. . 01/25/2016, is incorporated herein by reference or is submitted with the project application and made part of this Grant Agreement. 24. Employee Protection from Reprisal. a. Prohibition of Reprisals
Page 214 of 387
3-06-0268-018-2021
9
1. In accordance with 41 U.S.C. § 4712, an employee of a Sponsor, grantee, subgrantee, contractor, or subcontractor may not be discharged, demoted, or otherwise discriminated against as a reprisal for disclosing to a person or body described in sub-paragraph a.2. below, information that the employee reasonably believes is evidence of: i. Gross mismanagement of a Federal grant; ii. Gross waste of Federal funds; iii. An abuse of authority relating to implementation or use of Federal funds; iv. A substantial and specific danger to public health or safety; or v. A violation of law, rule, or regulation related to a Federal grant. 2. Persons and bodies covered. The persons and bodies to which a disclosure by an employee is covered are as follows: i. A member of Congress or a representative of a committee of Congress; ii. An Inspector General; iii. The Government Accountability Office; iv. A Federal employee responsible for contract or grant oversight or management at the relevant agency; v. A court or grand jury; vi. A management official or other employee of the Sponsor, contractor, or subcontractor who has the responsibility to investigate, discover, or address misconduct; or vii. An authorized official of the Department of Justice or other law enforcement agency. 3. Submission of Complaint A person who believes that they have been subjected to a reprisal prohibited by paragraph a of this grant term may submit a complaint regarding the reprisal to the Office of Inspector General (OIG) for the U.S. Department of Transportation. 4. Time Limitation for Submittal of a Complaint A complaint may not be brought under this condition more than three years after the date on which the alleged reprisal took place. 5. Required Actions of the Inspector General Actions, limitations, and exceptions of the 6. Assumption of Rights to Civil Remedy Upon receipt of an explanation of a decision not to conduct or continue an investigation by the Office of Inspector General, the person submitting a complaint assumes the right to a civil remedy under 41 U.S.C. § 4712(c).
SPECIAL CONDITIONS
25. Buy American Executive Orders. The Sponsor agrees to abide by applicable Executive Orders in effect at the time this Grant Agreement is executed, including Executive Order 14005, Ensuring the
Page 215 of 387
3-06-0268-018-2021
10
Tincorporated herein shall be evidenced by execution of this instrument by the Sponsor, as hereinafter provided, and this Offer and Acceptance shall comprise a Grant Agreement, constituting the contractual obligations and rights of the United States and the Sponsor with respect to the accomplishment of the Project and compliance with the Grant Assurances, terms, and conditions as provided herein. Such Grant Agreeme
Please read the following information: By signing this document, you are agreeing that you have reviewed the following consumer disclosure information and consent to transact business using electronic communications, to receive notices and disclosures electronically, and to utilize electronic signatures in lieu of using paper documents. You are not required to receive notices and disclosures or sign documents electronically. If you prefer not to do so, you may request to receive paper copies and withdraw your consent at any time. I declare under penalty of perjury that the foregoing is true and correct.1
UNITED STATES OF AMERICA FEDERAL AVIATION ADMINISTRATION
{{Sig_es_:signer1:signature:dimension(height=12mm, width=70mm}} (Signature)
{{N_es_:signer1:fullname }} (Typed Name)
{{*Ttl_es_:signer1:title }} (Title of FAA Official)
1 Knowingly and willfully providing false information to the Federal government is a violation of 18 U.S.C. Section 1001 (False Statements) and could subject you to fines, imprisonment, or both.
Page 216 of 387
3-06-0268-018-2021
11
Part II - Acceptance
The Sponsor does hereby ratify and adopt all assurances, statements, representations, warranties, covenants, and agreements contained in the Project Application and incorporated materials referred to in the foregoing Offer, and does hereby accept this Offer and by such acceptance agrees to comply with all of the Grant Assurances, terms, and conditions in this Offer and in the Project Application. Please read the following information: By signing this document, you are agreeing that you have reviewed the following consumer disclosure information and consent to transact business using electronic communications, to receive notices and disclosures electronically, and to utilize electronic signatures in lieu of using paper documents. You are not required to receive notices and disclosures or sign documents electronically. If you prefer not to do so, you may request to receive paper copies and withdraw your consent at any time. I declare under penalty of perjury that the foregoing is true and correct.2
Dated {{DateTime_es_:signer2:calc(now()):format(date," mmmm d, yyyy")}}
City of Ukiah (Name of Sponsor)
{{Sig_es_:signer2:signature:dimension(height=12mm, width=70mm}}
By: {{N_es_:signer2:fullname }} Title: {{*Ttl_es_:signer2:title }}
2 Knowingly and willfully providing false information to the Federal government is a violation of 18 U.S.C. Section 1001 (False Statements) and could subject you to fines, imprisonment, or both.
Page 217 of 387
3-06-0268-018-2021
12
I, {{N_es_:signer3: fullname}}, acting as Attorney for the Sponsor do hereby certify:
That in my opinion the Sponsor is empowered to enter into the foregoing Grant Agreement under the laws of the State of __California__. Further, I have examined the foregoing Grant Agreement and the
execute this Grant Agreement, which is in all respects due and proper and in accordance with the laws of the said State, the FAA Reauthorization Act of 2018 (Public Law Number 115-254); Title 49 U.S.C., Chapters 471 and 475; 49 U.S.C. §§ 40101, et seq., and 48103; and the Department of Transportation Appropriations Act, 2021 (Public Law 116-260, Division L), as further amended by the American Rescue Plan Act of 2021 (Public Law 117-2). In addition, for grants involving projects to be carried out on property not owned by the Sponsor, there are no legal impediments that will prevent full performance by the Sponsor. Further, it is my opinion that the said Grant Agreement constitutes a legal and binding obligation of the Sponsor in accordance with the terms thereof.
Please read the following information: By signing this document, you are agreeing that you have reviewed the following consumer disclosure information and consent to transact business using electronic communications, to receive notices and disclosures electronically, and to utilize electronic signatures in lieu of using paper documents. You are not required to receive notices and disclosures or sign documents electronically. If you prefer not to do so, you may request to receive paper copies and withdraw your consent at any time. I declare under penalty of perjury that the foregoing is true and correct.3
Dated at {{DateTime_es_:signer3:calc(now()):format(date," mmmm d, yyyy")}}
By: {{Sig_es_:signer3:signature:dimension(height=12mm, width=70mm}}
Page 218 of 387
3-06-0268-018-2021
Airport Sponsor Assurances 2/2020 Page 1 of 18
ASSURANCES AIRPORT SPONSORS
A. General. a. These assurances shall be complied with in the performance of grant agreements for airport development, airport planning, and noise compatibility program grants for airport sponsors. b. These assurances are required to be submitted as part of the project application by sponsors requesting funds under the provisions of Title 49, U.S.C., subtitle VII, as amended. As used herein, the term "public agency sponsor" means a public agency with control of a public-use airport; the term "private sponsor" means a private owner of a public-use airport; and the term "sponsor" includes both public agency sponsors and private sponsors. c. Upon acceptance of this grant offer by the sponsor, these assurances are incorporated in and become part of this grant agreement. B. Duration and Applicability. 1. Airport development or Noise Compatibility Program Projects Undertaken by a Public Agency Sponsor. The terms, conditions and assurances of this grant agreement shall remain in full force and effect throughout the useful life of the facilities developed or equipment acquired for an airport development or noise compatibility program project, or throughout the useful life of the project items installed within a facility under a noise compatibility program project, but in any event not to exceed twenty (20) years from the date of acceptance of a grant offer of Federal funds for the project. However, there shall be no limit on the duration of the assurances regarding Exclusive Rights and Airport Revenue so long as the airport is used as an airport. There shall be no limit on the duration of the terms, conditions, and assurances with respect to real property acquired with federal funds. Furthermore, the duration of the Civil Rights assurance shall be specified in the assurances.
2. Airport Development or Noise Compatibility Projects Undertaken by a Private Sponsor. The preceding paragraph 1 also applies to a private sponsor except that the useful life of project items installed within a facility or the useful life of the facilities developed or equipment acquired under an airport development or noise compatibility program project shall be no less than ten (10) years from the date of acceptance of Federal aid for the project.
3. Airport Planning Undertaken by a Sponsor. Unless otherwise specified in this grant agreement, only Assurances 1, 2, 3, 5, 6, 13, 18, 25, 30, 32, 33, and 34 in Section C apply to planning projects. The terms, conditions, and assurances of this grant agreement shall remain in full force and effect during the life of the project; there shall be no limit on the duration of the assurances regarding Exclusive Rights and Airport Revenue so long as the airport is used as an airport.
A. Sponsor Certification. The sponsor hereby assures and certifies, with respect to this grant that:
Page 219 of 387
3-06-0268-018-2021
Airport Sponsor Assurances 2/2020 Page 2 of 18
1. General Federal Requirements It will comply with all applicable Federal laws, regulations, executive orders, policies, guidelines, and requirements as they relate to the application, acceptance and use of Federal funds for this project including but not limited to the following:
FEDERAL LEGISLATION a. Title 49, U.S.C., subtitle VII, as amended. b. Davis-Bacon Act 40 U.S.C. 276(a), et seq.1 c. Federal Fair Labor Standards Act - 29 U.S.C. 201, et seq. d. Hatch Act 5 U.S.C. 1501, et seq.2 e. Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 Title 42 U.S.C. 4601, et seq.1 2 f. National Historic Preservation Act of 1966 Section 106 - 16 U.S.C. 470(f).1 g. Archeological and Historic Preservation Act of 1974 - 16 U.S.C. 469 through 469c.1 h. Native Americans Grave Repatriation Act - 25 U.S.C. Section 3001, et seq. i. Clean Air Act, P.L. 90-148, as amended. j. Coastal Zone Management Act, P.L. 93-205, as amended. k. Flood Disaster Protection Act of 1973 Section 102(a) - 42 U.S.C. 4012a.1 l. Title 49, U.S.C., Section 303, (formerly known as Section 4(f)) m. Rehabilitation Act of 1973 - 29 U.S.C. 794. n. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252) (prohibits discrimination on the basis of race, color, national origin); o. Americans with Disabilities Act of 1990, as amended, (42 U.S.C. § 12101 et seq.), prohibits discrimination on the basis of disability). p. Age Discrimination Act of 1975 - 42 U.S.C. 6101, et seq. q. American Indian Religious Freedom Act, P.L. 95-341, as amended. r. Architectural Barriers Act of 1968 -42 U.S.C. 4151, et seq.1 s. Power plant and Industrial Fuel Use Act of 1978 Section 403- 2 U.S.C. 8373.1 t. Contract Work Hours and Safety Standards Act - 40 U.S.C. 327, et seq.1 u. Copeland Anti-kickback Act - 18 U.S.C. 874.1 v. National Environmental Policy Act of 1969 - 42 U.S.C. 4321, et seq.1 w. Wild and Scenic Rivers Act, P.L. 90-542, as amended. x. Single Audit Act of 1984 - 31 U.S.C. 7501, et seq.2 y. Drug-Free Workplace Act of 1988 - 41 U.S.C. 702 through 706. z. The Federal Funding Accountability and Transparency Act of 2006, as amended (Pub. L. 109-282, as amended by section 6202 of Pub. L. 110-252).
Page 220 of 387
3-06-0268-018-2021
Airport Sponsor Assurances 2/2020 Page 3 of 18
EXECUTIVE ORDERS a. Executive Order 11246 Equal Employment Opportunity1 b. Executive Order 11990 Protection of Wetlands c. Executive Order 11998 Flood Plain Management d. Executive Order 12372 Intergovernmental Review of Federal Programs e. Executive Order 12699 Seismic Safety of Federal and Federally Assisted New Building Construction1 f. Executive Order 12898 Environmental Justice
FEDERAL REGULATIONS a. 2 CFR Part 180 OMB Guidelines to Agencies on Government-wide Debarment and Suspension (Non-procurement). b. 2 CFR Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards. [OMB Circular A-87 Cost Principles Applicable to Grants and Contracts with State and Local Governments, and OMB Circular A-133 - Audits of States, Local Governments, and Non-Profit Organizations].4, 5, 6 c. 2 CFR Part 1200 Non-procurement Suspension and Debarment. d. 14 CFR Part 13 Investigative and Enforcement Procedures e. 14 CFR Part 16 Rules of Practice For Federally Assisted Airport Enforcement Proceedings. f. 14 CFR Part 150 Airport noise compatibility planning. g. 28 CFR Part 35 Discrimination on the Basis of Disability in State and Local Government Services. h. 28 CFR § 50.3 U.S. Department of Justice Guidelines for Enforcement of Title VI of the Civil Rights Act of 1964. i. 29 CFR Part 1 Procedures for predetermination of wage rates.1 j. 29 CFR Part 3 Contractors and subcontractors on public building or public work financed in whole or part by loans or grants from the United States.1 k. 29 CFR Part 5 Labor standards provisions applicable to contracts covering federally financed and assisted construction (also labor standards provisions applicable to non-construction contracts subject to the Contract Work Hours and Safety Standards Act).1 l. 41 CFR Part 60 Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor (Federal and federally assisted contracting requirements).1 m. 49 CFR Part 18 Uniform administrative requirements for grants and cooperative agreements to state and local governments.3 n. 49 CFR Part 20 New restrictions on lobbying. o. 49 CFR Part 21 Nondiscrimination in federally-assisted programs of the Department of Transportation - effectuation of Title VI of the Civil Rights Act of 1964. p. 49 CFR Part 23 Participation by Disadvantage Business Enterprise in Airport Concessions.
Page 221 of 387
3-06-0268-018-2021
Airport Sponsor Assurances 2/2020 Page 4 of 18
q. 49 CFR Part 24 Uniform Relocation Assistance and Real Property Acquisition for Federal and Federally Assisted Programs.1 2 r. 49 CFR Part 26 Participation by Disadvantaged Business Enterprises in Department of Transportation Programs. s. 49 CFR Part 27 Nondiscrimination on the Basis of Handicap in Programs and Activities Receiving or Benefiting from Federal Financial Assistance.1 t. 49 CFR Part 28 Enforcement of Nondiscrimination on the Basis of Handicap in Programs or Activities conducted by the Department of Transportation. u. 49 CFR Part 30 Denial of public works contracts to suppliers of goods and services of countries that deny procurement market access to U.S. contractors. v. 49 CFR Part 32 Government-wide Requirements for Drug-Free Workplace (Financial Assistance). w. 49 CFR Part 37 Transportation Services for Individuals with Disabilities (ADA). x. 49 CFR Part 41 Seismic safety of Federal and federally assisted or regulated new building construction.
SPECIFIC ASSURANCES Specific assurances required to be included in grant agreements by any of the above laws, regulations or circulars are incorporated by reference in this grant agreement.
FOOTNOTES TO ASSURANCE C.1.
1 These laws do not apply to airport planning sponsors. 2 These laws do not apply to private sponsors. 3 49 CFR Part 18 and 2 CFR Part 200 contain requirements for State and Local Governments receiving Federal assistance. Any requirement levied upon State and Local Governments by this regulation and circular shall also be applicable to private sponsors receiving Federal assistance under Title 49, United States Code. 4 On December 26, 2013 at 78 FR 78590, the Office of Management and Budget (OMB) issued the Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards in 2 CFR Part 200. 2 CFR Part 200 replaces and combines the former Uniform Administrative Requirements for Grants (OMB Circular A-102 and Circular A-110 or 2 CFR Part 215 or Circular) as well as the Cost Principles (Circulars A-21 or 2 CFR part 220; Circular A-87 or 2 CFR part 225; and A-122, 2 CFR part 230). Additionally it replaces Circular A-133 guidance on the Single Annual Audit. In accordance with 2 CFR section 200.110, the standards set forth in Part 200 which affect administration of Federal awards issued by Federal agencies become effective once implemented by Federal agencies or when any future amendment to this Part becomes final. Federal agencies, including the Department of Transportation, must implement the policies and procedures applicable to Federal awards by promulgating a regulation to be effective by December 26, 2014 unless different provisions are required by statute or approved by OMB. 5 Cost principles established in 2 CFR part 200 subpart E must be used as guidelines for determining the eligibility of specific types of expenses. 6 Audit requirements established in 2 CFR part 200 subpart F are the guidelines for audits.
Page 222 of 387
3-06-0268-018-2021
Airport Sponsor Assurances 2/2020 Page 5 of 18
2. Responsibility and Authority of the Sponsor. a. Public Agency Sponsor: It has legal authority to apply for this grant, and to finance and carry out the proposed project; that a resolution, motion or similar action has been duly adopted or passed as an official act of the applicant's governing body authorizing the filing of the application, including all understandings and assurances contained therein, and directing and authorizing the person identified as the official representative of the applicant to act in connection with the application and to provide such additional information as may be required. b. Private Sponsor: It has legal authority to apply for this grant and to finance and carry out the proposed project and comply with all terms, conditions, and assurances of this grant agreement. It shall designate an official representative and shall in writing direct and authorize that person to file this application, including all understandings and assurances contained therein; to act in connection with this application; and to provide such additional information as may be required. 3. Sponsor Fund Availability. It has sufficient funds available for that portion of the project costs which are not to be paid by the United States. It has sufficient funds available to assure operation and maintenance of items funded under this grant agreement which it will own or control. 4. Good Title. a. It, a public agency or the Federal government, holds good title, satisfactory to the Secretary, to the landing area of the airport or site thereof, or will give assurance satisfactory to the Secretary that good title will be acquired. b. For noise compatibility program projects to be carried out on the property of the sponsor, it holds good title satisfactory to the Secretary to that portion of the property upon which Federal funds will be expended or will give assurance to the Secretary that good title will be obtained. 5. Preserving Rights and Powers. a. It will not take or permit any action which would operate to deprive it of any of the rights and powers necessary to perform any or all of the terms, conditions, and assurances in this grant agreement without the written approval of the Secretary, and will act promptly to acquire, extinguish or modify any outstanding rights or claims of right of others which would interfere with such performance by the sponsor. This shall be done in a manner acceptable to the Secretary. b. Subject to the FAA Act of 2018, Public Law 115-254, Section 163, it will not sell, lease, encumber, or otherwise transfer or dispose of any part of its title or other interests in the property shown on Exhibit A to this application or, for a noise compatibility program project, that portion of the property upon which Federal funds have been expended, for the duration of the terms, conditions, and assurances in this grant agreement without approval by the Secretary. If the transferee is found by the Secretary to be eligible under Title 49, United States Code, to assume the obligations of this grant agreement and to have the power, authority, and financial resources to carry out all such obligations, the sponsor shall insert in the contract or
Page 223 of 387
3-06-0268-018-2021
Airport Sponsor Assurances 2/2020 Page 6 of 18
document transferring or disposing of the sponsor's interest, and make binding upon the transferee all of the terms, conditions, and assurances contained in this grant agreement. c. For all noise compatibility program projects which are to be carried out by another unit of local government or are on property owned by a unit of local government other than the sponsor, it will enter into an agreement with that government. Except as otherwise specified by the Secretary, that agreement shall obligate that government to the same terms, conditions, and assurances that would be applicable to it if it applied directly to the FAA for a grant to undertake the noise compatibility program project. That agreement and changes thereto must be satisfactory to the Secretary. It will take steps to enforce this agreement against the local government if there is substantial non-compliance with the terms of the agreement. d. For noise compatibility program projects to be carried out on privately owned property, it will enter into an agreement with the owner of that property which includes provisions specified by the Secretary. It will take steps to enforce this agreement against the property owner whenever there is substantial non-compliance with the terms of the agreement. e. If the sponsor is a private sponsor, it will take steps satisfactory to the Secretary to ensure that the airport will continue to function as a public-use airport in accordance with these assurances for the duration of these assurances. f. If an arrangement is made for management and operation of the airport by any agency or person other than the sponsor or an employee of the sponsor, the sponsor will reserve sufficient rights and authority to insure that the airport will be operated and maintained in accordance Title 49, United States Code, the regulations and the terms, conditions and assurances in this grant agreement and shall insure that such arrangement also requires compliance therewith. g. Sponsors of commercial service airports will not permit or enter into any arrangement that results in permission for the owner or tenant of a property used as a residence, or zoned for residential use, to taxi an aircraft between that property and any location on airport. Sponsors of general aviation airports entering into any arrangement that results in permission for the owner of residential real property adjacent to or near the airport must comply with the requirements of Sec. 136 of Public Law 112-95 and the sponsor assurances. 6. Consistency with Local Plans. The project is reasonably consistent with plans (existing at the time of submission of this application) of public agencies that are authorized by the State in which the project is located to plan for the development of the area surrounding the airport. 7. Consideration of Local Interest. It has given fair consideration to the interest of communities in or near where the project may be located. 8. Consultation with Users. In making a decision to undertake any airport development project under Title 49, United States Code, it has undertaken reasonable consultations with affected parties using the airport at which project is proposed.
Page 224 of 387
3-06-0268-018-2021
Airport Sponsor Assurances 2/2020 Page 7 of 18
9. Public Hearings. In projects involving the location of an airport, an airport runway, or a major runway extension, it has afforded the opportunity for public hearings for the purpose of considering the economic, social, and environmental effects of the airport or runway location and its consistency with goals and objectives of such planning as has been carried out by the community and it shall, when requested by the Secretary, submit a copy of the transcript of such hearings to the Secretary. Further, for such projects, it has on its management board either voting representation from the communities where the project is located or has advised the communities that they have the right to petition the Secretary concerning a proposed project. 10. Metropolitan Planning Organization. In projects involving the location of an airport, an airport runway, or a major runway extension at a medium or large hub airport, the sponsor has made available to and has provided upon request to the metropolitan planning organization in the area in which the airport is located, if any, a copy of the proposed amendment to the airport layout plan to depict the project and a copy of any airport master plan in which the project is described or depicted. 11. Pavement Preventive Maintenance. With respect to a project approved after January 1, 1995, for the replacement or reconstruction of pavement at the airport, it assures or certifies that it has implemented an effective airport pavement maintenance-management program and it assures that it will use such program for the useful life of any pavement constructed, reconstructed or repaired with Federal financial assistance at the airport. It will provide such reports on pavement condition and pavement management programs as the Secretary determines may be useful. 12. Terminal Development Prerequisites. For projects which include terminal development at a public use airport, as defined in Title 49, it has, on the date of submittal of the project grant application, all the safety equipment required for certification of such airport under section 44706 of Title 49, United States Code, and all the security equipment required by rule or regulation, and has provided for access to the passenger enplaning and deplaning area of such airport to passengers enplaning and deplaning from aircraft other than air carrier aircraft. 13. Accounting System, Audit, and Record Keeping Requirements. a. It shall keep all project accounts and records which fully disclose the amount and disposition by the recipient of the proceeds of this grant, the total cost of the project in connection with which this grant is given or used, and the amount or nature of that portion of the cost of the project supplied by other sources, and such other financial records pertinent to the project. The accounts and records shall be kept in accordance with an accounting system that will facilitate an effective audit in accordance with the Single Audit Act of 1984. b. It shall make available to the Secretary and the Comptroller General of the United States, or any of their duly authorized representatives, for the purpose of audit and examination, any books, documents, papers, and records of the recipient that are pertinent to this grant. The Secretary may require that an appropriate audit be conducted by a recipient. In any case in which an independent audit is made of the accounts of a sponsor relating to the disposition of the proceeds of a grant or relating to the project in connection with which this grant was given or used, it shall file a certified copy of such audit with the Comptroller General of the United
Page 225 of 387
3-06-0268-018-2021
Airport Sponsor Assurances 2/2020 Page 8 of 18
States not later than six (6) months following the close of the fiscal year for which the audit was made. 14. Minimum Wage Rates. It shall include, in all contracts in excess of $2,000 for work on any projects funded under this grant agreement which involve labor, provisions establishing minimum rates of wages, to be predetermined by the Secretary of Labor, in accordance with the Davis-Bacon Act, as amended (40 U.S.C. 276a-276a-5), which contractors shall pay to skilled and unskilled labor, and such minimum rates shall be stated in the invitation for bids and shall be included in proposals or bids for the work. 15. Veteran's Preference. It shall include in all contracts for work on any project funded under this grant agreement which involve labor, such provisions as are necessary to insure that, in the employment of labor (except in executive, administrative, and supervisory positions), preference shall be given to Vietnam era veterans, Persian Gulf veterans, Afghanistan-Iraq war veterans, disabled veterans, and small business concerns owned and controlled by disabled veterans as defined in Section 47112 of Title 49, United States Code. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. 16. Conformity to Plans and Specifications. It will execute the project subject to plans, specifications, and schedules approved by the Secretary. Such plans, specifications, and schedules shall be submitted to the Secretary prior to commencement of site preparation, construction, or other performance under this grant agreement, and, upon approval of the Secretary, shall be incorporated into this grant agreement. Any modification to the approved plans, specifications, and schedules shall also be subject to approval of the Secretary, and incorporated into this grant agreement. 17. Construction Inspection and Approval. It will provide and maintain competent technical supervision at the construction site throughout the project to assure that the work conforms to the plans, specifications, and schedules approved by the Secretary for the project. It shall subject the construction work on any project contained in an approved project application to inspection and approval by the Secretary and such work shall be in accordance with regulations and procedures prescribed by the Secretary. Such regulations and procedures shall require such cost and progress reporting by the sponsor or sponsors of such project as the Secretary shall deem necessary. 18. Planning Projects. In carrying out planning projects: a. It will execute the project in accordance with the approved program narrative contained in the project application or with the modifications similarly approved. b. It will furnish the Secretary with such periodic reports as required pertaining to the planning project and planning work activities. c. It will include in all published material prepared in connection with the planning project a notice that the material was prepared under a grant provided by the United States. d. It will make such material available for examination by the public, and agrees that no material prepared with funds under this project shall be subject to copyright in the United States or any other country.
Page 226 of 387
3-06-0268-018-2021
Airport Sponsor Assurances 2/2020 Page 9 of 18
e. It will give the Secretary unrestricted authority to publish, disclose, distribute, and otherwise use any of the material prepared in connection with this grant. f. It will grant the Secretary the right to disapprove the sponsor's employment of specific consultants and their subcontractors to do all or any part of this project as well as the right to disapprove the proposed scope and cost of professional services. g. It will grant the Secretary the right to disapprove the use of the sponsor's employees to do all or any part of the project. h. It understands and agrees that the Secretary's approval of this project grant or the Secretary's approval of any planning material developed as part of this grant does not constitute or imply any assurance or commitment on the part of the Secretary to approve any pending or future application for a Federal airport grant. 19. Operation and Maintenance. a. The airport and all facilities which are necessary to serve the aeronautical users of the airport, other than facilities owned or controlled by the United States, shall be operated at all times in a safe and serviceable condition and in accordance with the minimum standards as may be required or prescribed by applicable Federal, state and local agencies for maintenance and operation. It will not cause or permit any activity or action thereon which would interfere with its use for airport purposes. It will suitably operate and maintain the airport and all facilities thereon or connected therewith, with due regard to climatic and flood conditions. Any proposal to temporarily close the airport for non-aeronautical purposes must first be approved by the Secretary. In furtherance of this assurance, the sponsor will have in effect arrangements for- 1. Operating the airport's aeronautical facilities whenever required; 2. Promptly marking and lighting hazards resulting from airport conditions, including temporary conditions; and 3. Promptly notifying airmen of any condition affecting aeronautical use of the airport. Nothing contained herein shall be construed to require that the airport be operated for aeronautical use during temporary periods when snow, flood or other climatic conditions interfere with such operation and maintenance. Further, nothing herein shall be construed as requiring the maintenance, repair, restoration, or replacement of any structure or facility which is substantially damaged or destroyed due to an act of God or other condition or circumstance beyond the control of the sponsor. b. It will suitably operate and maintain noise compatibility program items that it owns or controls upon which Federal funds have been expended. 20. Hazard Removal and Mitigation. It will take appropriate action to assure that such terminal airspace as is required to protect instrument and visual operations to the airport (including established minimum flight altitudes) will be adequately cleared and protected by removing, lowering, relocating, marking, or lighting or otherwise mitigating existing airport hazards and by preventing the establishment or creation of future airport hazards. 21. Compatible Land Use. It will take appropriate action, to the extent reasonable, including the adoption of zoning laws, to restrict the use of land adjacent to or in the immediate vicinity of the airport to activities and
Page 227 of 387
3-06-0268-018-2021
Airport Sponsor Assurances 2/2020 Page 10 of 18
purposes compatible with normal airport operations, including landing and takeoff of aircraft. In addition, if the project is for noise compatibility program implementation, it will not cause or permit any change in land use, within its jurisdiction, that will reduce its compatibility, with respect to the airport, of the noise compatibility program measures upon which Federal funds have been expended. 22. Economic Nondiscrimination. a. It will make the airport available as an airport for public use on reasonable terms and without unjust discrimination to all types, kinds and classes of aeronautical activities, including commercial aeronautical activities offering services to the public at the airport. b. In any agreement, contract, lease, or other arrangement under which a right or privilege at the airport is granted to any person, firm, or corporation to conduct or to engage in any aeronautical activity for furnishing services to the public at the airport, the sponsor will insert and enforce provisions requiring the contractor to- 1) furnish said services on a reasonable, and not unjustly discriminatory, basis to all users thereof, and 2) charge reasonable, and not unjustly discriminatory, prices for each unit or service, provided that the contractor may be allowed to make reasonable and nondiscriminatory discounts, rebates, or other similar types of price reductions to volume purchasers. c. Each fixed-based operator at the airport shall be subject to the same rates, fees, rentals, and other charges as are uniformly applicable to all other fixed-based operators making the same or similar uses of such airport and utilizing the same or similar facilities. d. Each air carrier using such airport shall have the right to service itself or to use any fixed-based operator that is authorized or permitted by the airport to serve any air carrier at such airport. e. Each air carrier using such airport (whether as a tenant, non-tenant, or subtenant of another air carrier tenant) shall be subject to such nondiscriminatory and substantially comparable rules, regulations, conditions, rates, fees, rentals, and other charges with respect to facilities directly and substantially related to providing air transportation as are applicable to all such air carriers which make similar use of such airport and utilize similar facilities, subject to reasonable classifications such as tenants or non-tenants and signatory carriers and non-signatory carriers. Classification or status as tenant or signatory shall not be unreasonably withheld by any airport provided an air carrier assumes obligations substantially similar to those already imposed on air carriers in such classification or status. f. It will not exercise or grant any right or privilege which operates to prevent any person, firm, or corporation operating aircraft on the airport from performing any services on its own aircraft with its own employees [including, but not limited to maintenance, repair, and fueling] that it may choose to perform. g. In the event the sponsor itself exercises any of the rights and privileges referred to in this assurance, the services involved will be provided on the same conditions as would apply to the furnishing of such services by commercial aeronautical service providers authorized by the sponsor under these provisions. h. The sponsor may establish such reasonable, and not unjustly discriminatory, conditions to be met by all users of the airport as may be necessary for the safe and efficient operation of the airport.
Page 228 of 387
3-06-0268-018-2021
Airport Sponsor Assurances 2/2020 Page 11 of 18
i. The sponsor may prohibit or limit any given type, kind or class of aeronautical use of the airport if such action is necessary for the safe operation of the airport or necessary to serve the civil aviation needs of the public. 23. Exclusive Rights. It will permit no exclusive right for the use of the airport by any person providing, or intending to provide, aeronautical services to the public. For purposes of this paragraph, the providing of the services at an airport by a single fixed-based operator shall not be construed as an exclusive right if both of the following apply: a. It would be unreasonably costly, burdensome, or impractical for more than one fixed-based operator to provide such services, and b. If allowing more than one fixed-based operator to provide such services would require the reduction of space leased pursuant to an existing agreement between such single fixed-based operator and such airport. It further agrees that it will not, either directly or indirectly, grant or permit any person, firm, or corporation, the exclusive right at the airport to conduct any aeronautical activities, including, but not limited to charter flights, pilot training, aircraft rental and sightseeing, aerial photography, crop dusting, aerial advertising and surveying, air carrier operations, aircraft sales and services, sale of aviation petroleum products whether or not conducted in conjunction with other aeronautical activity, repair and maintenance of aircraft, sale of aircraft parts, and any other activities which because of their direct relationship to the operation of aircraft can be regarded as an aeronautical activity, and that it will terminate any exclusive right to conduct an aeronautical activity now existing at such an airport before the grant of any assistance under Title 49, United States Code. 24. Fee and Rental Structure. It will maintain a fee and rental structure for the facilities and services at the airport which will make the airport as self-sustaining as possible under the circumstances existing at the particular airport, taking into account such factors as the volume of traffic and economy of collection. No part of the Federal share of an airport development, airport planning or noise compatibility project for which a grant is made under Title 49, United States Code, the Airport and Airway Improvement Act of 1982, the Federal Airport Act or the Airport and Airway Development Act of 1970 shall be included in the rate basis in establishing fees, rates, and charges for users of that airport. 25. Airport Revenues. a. All revenues generated by the airport and any local taxes on aviation fuel established after December 30, 1987, will be expended by it for the capital or operating costs of the airport; the local airport system; or other local facilities which are owned or operated by the owner or operator of the airport and which are directly and substantially related to the actual air transportation of passengers or property; or for noise mitigation purposes on or off the airport. The following exceptions apply to this paragraph: 1. If covenants or assurances in debt obligations issued before September 3, 1982, by the owner or operator of the airport, or provisions enacted before September 3, 1982, in governing statutes controlling the owner or operator's financing, provide for the use of the revenues from any of the airport owner or operator's facilities, including the airport, to support not only the airport but also the airport owner or operator's general debt obligations or other facilities, then this limitation on the use of all revenues generated by the airport (and, in the case of a public airport, local taxes on aviation fuel) shall not apply.
Page 229 of 387
3-06-0268-018-2021
Airport Sponsor Assurances 2/2020 Page 12 of 18
2. If the Secretary approves the sale of a privately owned airport to a public sponsor and
on the use of all revenues generated by the sale shall not apply to certain proceeds from the sale. This is conditioned on repayment to the Secretary by the private owner of an amount equal to the remaining unamortized portion (amortized over a 20-year period) of any airport improvement grant made to the private owner for any purpose other than land acquisition on or after October 1, 1996, plus an amount equal to the federal share of the current fair market value of any land acquired with an airport improvement grant made to that airport on or after October 1, 1996. 3. Certain revenue derived from or generated by mineral extraction, production, lease, or other means at a general aviation airport (as defined at Section 47102 of title 49 United States Code), if the FAA determines the airport sponsor meets the requirements set forth in Sec. 813 of Public Law 112-95. b. As part of the annual audit required under the Single Audit Act of 1984, the sponsor will direct that the audit will review, and the resulting audit report will provide an opinion concerning, the use of airport revenue and taxes in paragraph (a), and indicating whether funds paid or transferred to the owner or operator are paid or transferred in a manner consistent with Title 49, United States Code and any other applicable provision of law, including any regulation promulgated by the Secretary or Administrator. c. Any civil penalties or other sanctions will be imposed for violation of this assurance in accordance with the provisions of Section 47107 of Title 49, United States Code. 26. Reports and Inspections. It will: a. submit to the Secretary such annual or special financial and operations reports as the Secretary may reasonably request and make such reports available to the public; make available to the public at reasonable times and places a report of the airport budget in a format prescribed by the Secretary; b. for airport development projects, make the airport and all airport records and documents affecting the airport, including deeds, leases, operation and use agreements, regulations and other instruments, available for inspection by any duly authorized agent of the Secretary upon reasonable request; c. for noise compatibility program projects, make records and documents relating to the project and continued compliance with the terms, conditions, and assurances of this grant agreement including deeds, leases, agreements, regulations, and other instruments, available for inspection by any duly authorized agent of the Secretary upon reasonable request; and d. in a format and time prescribed by the Secretary, provide to the Secretary and make available to the public following each of its fiscal years, an annual report listing in detail: 1. all amounts paid by the airport to any other unit of government and the purposes for which each such payment was made; and 2. all services and property provided by the airport to other units of government and the amount of compensation received for provision of each such service and property.
Page 230 of 387
3-06-0268-018-2021
Airport Sponsor Assurances 2/2020 Page 13 of 18
27. Use by Government Aircraft. It will make available all of the facilities of the airport developed with Federal financial assistance and all those usable for landing and takeoff of aircraft to the United States for use by Government aircraft in common with other aircraft at all times without charge, except, if the use by Government aircraft is substantial, charge may be made for a reasonable share, proportional to such use, for the cost of operating and maintaining the facilities used. Unless otherwise determined by the Secretary, or otherwise agreed to by the sponsor and the using agency, substantial use of an airport by Government aircraft will be considered to exist when operations of such aircraft are in excess of those which, in the opinion of the Secretary, would unduly interfere with use of the landing areas by other authorized aircraft, or during any calendar month that a. Five (5) or more Government aircraft are regularly based at the airport or on land adjacent thereto; or b. The total number of movements (counting each landing as a movement) of Government aircraft is 300 or more, or the gross accumulative weight of Government aircraft using the airport (the total movement of Government aircraft multiplied by gross weights of such aircraft) is in excess of five million pounds. 28. Land for Federal Facilities. It will furnish without cost to the Federal Government for use in connection with any air traffic control or air navigation activities, or weather-reporting and communication activities related to air traffic control, any areas of land or water, or estate therein, or rights in buildings of the sponsor as the Secretary considers necessary or desirable for construction, operation, and maintenance at Federal expense of space or facilities for such purposes. Such areas or any portion thereof will be made available as provided herein within four months after receipt of a written request from the Secretary. 29. Airport Layout Plan. a. Subject to the FAA Reauthorization Act of 2018, Public Law 115-254, Section 163, it will keep up to date at all times an airport layout plan of the airport showing: 1. boundaries of the airport and all proposed additions thereto, together with the boundaries of all offsite areas owned or controlled by the sponsor for airport purposes and proposed additions thereto; 2. the location and nature of all existing and proposed airport facilities and structures (such as runways, taxiways, aprons, terminal buildings, hangars and roads), including all proposed extensions and reductions of existing airport facilities; 3. the location of all existing and proposed non-aviation areas and of all existing improvements thereon; and 4. all proposed and existinboundary. Such airport layout plans and each amendment, revision, or modification thereof, shall be subject to the approval of the Secretary which approval shall be evidenced by the signature of a duly authorized representative of the Secretary on the face of the airport layout plan. The sponsor will not make or permit any changes or alterations in the airport or any of its facilities which are not in conformity with the airport layout plan as approved by the Secretary and which might, in the opinion of the Secretary, adversely affect the safety, utility or efficiency of the airport.
Page 231 of 387
3-06-0268-018-2021
Airport Sponsor Assurances 2/2020 Page 14 of 18
a. Subject to the FAA Reauthorization Act of 2018, Public Law 115-254, Section 163, if a change or alteration in the airport or the facilities is made which the Secretary determines adversely affects the safety, utility, or efficiency of any federally owned, leased, or funded property on or off the airport and which is not in conformity with the airport layout plan as approved by the Secretary, the owner or operator will, if requested, by the Secretary (1) eliminate such adverse effect in a manner approved by the Secretary; or (2) bear all costs of relocating such property (or replacement thereof) to a site acceptable to the Secretary and all costs of restoring such property (or replacement thereof) to the level of safety, utility, efficiency, and cost of operation existing before the unapproved change in the airport or its facilities except in the case of a relocation or replacement of an existing airport facility due to a change in the 30. Civil Rights. It will promptly take any measures necessary to ensure that no person in the United States shall, on the grounds of race, creed, color, national origin, sex, age, or disability be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination in any activity conducted with, or benefiting from, funds received from this grant. a. Using the definitions of activity, facility and program as found and defined in §§ 21.23 (b) and 21.23 (e) of 49 CFR § 21, the sponsor will facilitate all programs, operate all facilities, or conduct all programs in compliance with all non-discrimination requirements imposed by, or pursuant to these assurances. b. Applicability 1. Programs and Activities. If the sponsor has received a grant (or other federal assistance) for any of the 2. Facilities. Where it receives a grant or other federal financial assistance to construct, expand, renovate, remodel, alter or acquire a facility, or part of a facility, the assurance extends to the entire facility and facilities operated in connection therewith. 3. Real Property. Where the sponsor receives a grant or other Federal financial assistance in the form of, or for the acquisition of real property or an interest in real property, the assurance will extend to rights to space on, over, or under such property. c. Duration. The sponsor agrees that it is obligated to this assurance for the period during which Federal financial assistance is extended to the program, except where the Federal financial assistance is to provide, or is in the form of, personal property, or real property, or interest therein, or structures or improvements thereon, in which case the assurance obligates the sponsor, or any transferee for the longer of the following periods: 1. So long as the airport is used as an airport, or for another purpose involving the provision of similar services or benefits; or 2. So long as the sponsor retains ownership or possession of the property.
Page 232 of 387
3-06-0268-018-2021
Airport Sponsor Assurances 2/2020 Page 15 of 18
d. Required Solicitation Language. It will include the following notification in all solicitations for bids, Requests For Proposals for work, or material under this grant agreement and in all proposals for agreements, including airport concessions, regardless of funding source: City of Ukiah), in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises and airport concession disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration e. Required Contract Provisions. 1. It will insert the non-discrimination contract clauses requiring compliance with the acts and regulations relative to non-discrimination in Federally-assisted programs of the DOT, and incorporating the acts and regulations into the contracts by reference in every contract or agreement subject to the non-discrimination in Federally-assisted programs of the DOT acts and regulations. 2. It will include a list of the pertinent non-discrimination authorities in every contract that is subject to the non-discrimination acts and regulations. 3. It will insert non-discrimination contract clauses as a covenant running with the land, in any deed from the United States effecting or recording a transfer of real property, structures, use, or improvements thereon or interest therein to a sponsor. 4. It will insert non-discrimination contract clauses prohibiting discrimination on the basis of race, color, national origin, creed, sex, age, or handicap as a covenant running with the land, in any future deeds, leases, license, permits, or similar instruments entered into by the sponsor with other parties: a. For the subsequent transfer of real property acquired or improved under the applicable activity, project, or program; and b. For the construction or use of, or access to, space on, over, or under real property acquired or improved under the applicable activity, project, or program. f. It will provide for such methods of administration for the program as are found by the Secretary to give reasonable guarantee that it, other recipients, sub-recipients, sub-grantees, contractors, subcontractors, consultants, transferees, successors in interest, and other participants of Federal financial assistance under such program will comply with all requirements imposed or pursuant to the acts, the regulations, and this assurance. g. It agrees that the United States has a right to seek judicial enforcement with regard to any matter arising under the acts, the regulations, and this assurance. 31. Disposal of Land. a. For land purchased under a grant for airport noise compatibility purposes, including land serving as a noise buffer, it will dispose of the land, when the land is no longer needed for such purposes, at fair market value, at the earliest practicable time. That portion of the proceeds of such disposition which is proportionate to the United States' share of acquisition of such land will be, at the discretion of the Secretary, (1) reinvested in another project at the airport, or (2)
Page 233 of 387
3-06-0268-018-2021
Airport Sponsor Assurances 2/2020 Page 16 of 18
transferred to another eligible airport as prescribed by the Secretary. The Secretary shall give preference to the following, in descending order, (1)reinvestment in an approved noise compatibility project, (2) reinvestment in an approved project that is eligible for grant funding under Section 47117(e) of title 49 United States Code, (3) reinvestment in an approved airport development project that is eligible for grant funding under Sections 47114, 47115, or 47117 of title 49 United States Code, (4) transferred to an eligible sponsor of another public airport to be reinvested in an approved noise compatibility project at that airport, and (5) paid to the Secretary for deposit in the Airport and Airway Trust Fund. If land acquired under a grant for noise compatibility purposes is leased at fair market value and consistent with noise buffering purposes, the lease will not be considered a disposal of the land. Revenues derived from such a lease may be used for an approved airport development project that would otherwise be eligible for grant funding or any permitted use of airport revenue. b. For land purchased under a grant for airport development purposes (other than noise compatibility), it will, when the land is no longer needed for airport purposes, dispose of such land at fair market value or make available to the Secretary an amount equal to the United States' proportionate share of the fair market value of the land. That portion of the proceeds of such disposition which is proportionate to the United States' share of the cost of acquisition of such land will, (1) upon application to the Secretary, be reinvested or transferred to another eligible airport as prescribed by the Secretary. The Secretary shall give preference to the following, in descending order: (1) reinvestment in an approved noise compatibility project, (2) reinvestment in an approved project that is eligible for grant funding under Section 47117(e) of title 49 United States Code, (3) reinvestment in an approved airport development project that is eligible for grant funding under Sections 47114, 47115, or 47117 of title 49 United States Code, (4) transferred to an eligible sponsor of another public airport to be reinvested in an approved noise compatibility project at that airport, and (5) paid to the Secretary for deposit in the Airport and Airway Trust Fund. c. Land shall be considered to be needed for airport purposes under this assurance if (1) it may be needed for aeronautical purposes (including runway protection zones) or serve as noise buffer land, and (2) the revenue from interim uses of such land contributes to the financial self-sufficiency of the airport. Further, land purchased with a grant received by an airport operator or owner before December 31, 1987, will be considered to be needed for airport purposes if the Secretary or Federal agency making such grant before December 31, 1987, was notified by the operator or owner of the uses of such land, did not object to such use, and the land continues to be used for that purpose, such use having commenced no later than December 15, 1989. d. Disposition of such land under (a) (b) or (c) will be subject to the retention or reservation of any interest or right therein necessary to ensure that such land will only be used for purposes which are compatible with noise levels associated with operation of the airport. 32. Engineering and Design Services. Engineering and Design Services. If any phase of such project has received Federal funds under Chapter 471 subchapter 1 of Title 49 U.S.C., it will award each contract, or sub-contract for program management, construction management, planning studies, feasibility studies, architectural services, preliminary engineering, design, engineering, surveying, mapping or related services in the same manner as a contract for architectural and engineering services is negotiated under Chapter 11 of Title 40 U. S. C., or an equivalent qualifications-based requirement prescribed for or by the sponsor of the airport.
Page 234 of 387
3-06-0268-018-2021
Airport Sponsor Assurances 2/2020 Page 17 of 18
33. Foreign Market Restrictions. It will not allow funds provided under this grant to be used to fund any project which uses any product or service of a foreign country during the period in which such foreign country is listed by the United States Trade Representative as denying fair and equitable market opportunities for products and suppliers of the United States in procurement and construction. 34. Policies, Standards, and Specifications. It will carry out any project funded under an Airport Improvement Program Grant in accordance with policies, standards, and specifications approved by the Secretary including, but not limited to, current FAA Advisory Circulars for AIP projects as of December 18, 2020. 35. Relocation and Real Property Acquisition. a. It will be guided in acquiring real property, to the greatest extent practicable under State law, by the land acquisition policies in Subpart B of 49 CFR Part 24 and will pay or reimburse property owners for necessary expenses as specified in Subpart B. b. It will provide a relocation assistance program offering the services described in Subpart C and fair and reasonable relocation payments and assistance to displaced persons as required in Subpart D and E of 49 CFR Part 24. c. It will make available within a reasonable period of time prior to displacement, comparable replacement dwellings to displaced persons in accordance with Subpart E of 49 CFR Part 24. 36. Access By Intercity Buses. The airport owner or operator will permit, to the maximum extent practicable, intercity buses or other modes of transportation to have access to the airport; however, it has no obligation to fund special facilities for intercity buses or for other modes of transportation. 37. Disadvantaged Business Enterprises. The sponsor shall not discriminate on the basis of race, color, national origin or sex in the award and performance of any DOT-assisted contract covered by 49 CFR Part 26, or in the award and performance of any concession activity contract covered by 49 CFR Part 23. In addition, the sponsor shall not discriminate on the basis of race, color, national origin or sex in the administration of its Disadvantaged Business Enterprise (DBE) and Airport Concessions Disadvantaged Business Enterprise (ACDBE) programs or the requirements of 49 CFR Parts 23 and 26. The sponsor shall take all necessary and reasonable steps under 49 CFR Parts 23 and 26 to ensure nondiscrimination in the award and administration of DOT-DBE and ACDBE programs, as required by 49 CFR Parts 26 and 23, and as approved by DOT, are incorporated by reference in this agreement. Implementation of these programs is a legal obligation and failure to carry out its terms shall be treated as a violation of this agreement. Upon notification to the sponsor of its failure to carry out its approved program, the Department may impose sanctions as provided for under Parts 26 and 23 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1936 (31 U.S.C. 3801). 38. Hangar Construction. If the airport owner or operator and a person who owns an aircraft agree that a hangar is to be
Page 235 of 387
3-06-0268-018-2021
Airport Sponsor Assurances 2/2020 Page 18 of 18
operator will grant to the aircraft owner for the hangar a long term lease that is subject to such terms and conditions on the hangar as the airport owner or operator may impose. 39. Competitive Access. a. If the airport owner or operator of a medium or large hub airport (as defined in section 47102 of title 49, U.S.C.) has been unable to accommodate one or more requests by an air carrier for access to gates or other facilities at that airport in order to allow the air carrier to provide service to the airport or to expand service at the airport, the airport owner or operator shall transmit a report to the Secretary that- 1. Describes the requests; 2. Provides an explanation as to why the requests could not be accommodated; and 3. Provides a time frame within which, if any, the airport will be able to accommodate the requests. b. Such report shall be due on either February 1 or August 1 of each year if the airport has been unable to accommodate the request(s) in the six month period prior to the applicable due date.
Page 236 of 387
3-06-0268-018-2021
19
Current FAA Advisory Circulars Required for Use in AIP Funded and PFC Approved Projects
https://www.faa.gov/regulations_policies/advisory_circulars/ Airports A/Cs are found in the 150 series. In addition Airspace A/Cs, found in the 70 series, also may apply for certain projects.
Page 237 of 387
Page 1 of 2
Agenda Item No: 7.h.
MEETING DATE/TIME: 11/20/2019
PEAK ITEM NO: 2019-110
AGENDA SUMMARY REPORT
SUBJECT: Authorize City Manager to Execute Design and Engineering Scope of Services Agreement
with Mead and Hunt For New Precision Approach Path Indicator (PAPI) and Runway End Identifier Lights
(REIL) Replacement.
DEPARTMENT:Airport PREPARED BY:Greg Owen, Airport Manager
ATTACHMENTS:
1.Design and Engineering Scope of Services agreement
2.Independent Fee Estimates Spreadsheet
Summary: The FAA has awarded the Airport with a construction grant for runway 15-33 pavement
rehabilitation and taxiway realignment. The FAA is now amending that construction agreement to add funds to
include the Design and Engineering Scope of Services. Mead and Hunt has submitted a contract to provide
Design and Engineering Scope of Services.
Background:
Currently, the Airport has a Visual Approach Slope Indicator (VASI), and this project will be upgrading it to a
Precision Approach Path Indicator (PAPI).
The VASI is a system of lights arranged to provide visual descent guidance information during the approach to
a runway. These lights are visible from three to five miles during the day, and up to 20 miles or more at night.
PAPI lights are a key part of the airfield ground lighting system used at airports. This type of visual aid on a
runway helps pilots to maintain the correct approach and land the airplane safely. It warns the pilot about
approaches that are too high or too low. Runway End Identifier Lights (REIL) system provides rapid and
positive identification of the end of the runway. The system consists of two synchronized, unidirectional
flashing lights. The lights are positioned on each corner of the runway landing threshold, facing the approach
area, and aimed at an angle of 10 to 15 degrees.
Discussion: Staff is requesting that the City Manager be authorized to execute the Design and Engineering
Scope of Services agreement (Attachment 1) with Mead & Hunt Inc. for the New Precision Approach Path
Indicator (PAPI) and Runway End Identifier Lights (REIL) Replacement.
As part of the of the grant process a fee estimate is required from an independent consulting firm. Staff
requested Independent Fee Estimates to perform the required review of this project. IFE Spreadsheet is
provided for as Attachment 2.
Staff has found Mead and Hunt total project cost are within the FAA allowable 10% of the independent fee
estimate. The cost of Mead and Hunt's contract is included in the total cost of the grant and has been
approved by the FAA.
Page 238 of 387
Page 2 of 2
Independent Fee Estimate Total Project Cost: $ 220,403.50
Mead & Hunt Total Project Cost: $218,850.73
Recommended Action: Authorize City Manager to Execute Design and Engineering Scope of Services
Agreement with Mead and Hunt For New Precision Approach Path Indicator (PAPI) and Runway End
Identifier Lights (REIL) Replacement in the amount of $218,850.73.
BUDGET AMENDMENT REQUIRED: No.
CURRENT BUDGET AMOUNT: 77825200.80230.18159: $600,000
PROPOSED BUDGET AMOUNT: N/A
FINANCING SOURCE: N/A
PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A
COORDINATED WITH: Mary Horger, Financial Services Manager
Page 239 of 387
Page 1 of 14 MEAD & HUNT, Inc.
X:\2112200\192335.01\CFEE\Proposal\UKI PAPI & REIL Design Scope of Services_final.docx
City of Ukiah – Ukiah Municipal Airport
New PAPI and REIL Replacement
Design Engineering Scope of Services
September 10, 2019
OVERVIEW
The City of Ukiah (CITY) has requested that Mead & Hunt, Inc. (CONSULTANT) provide a scope of services
to provide engineering design services to the CITY and the Federal Aviation Administration (FAA) for
improvements on Runway 15 and on Runway 33 at the Ukiah Municipal Airport (AIRPORT). The project
consists of a new four-box LED PAPI installation, removal of the existing VASI, and the replacement and
relocation of the existing REILs with new incandescent REILS. The design of this project will be accomplished
with close communication with, and review by, the FAA who owns the facilities.
This Project will be funded by an FAA AIP grant related to FAA Non-federal Reimbursable Agreement number
AJW -FN-WSA-18-WP-002564.
SCOPE OF SERVICES
This Scope of Services represents the work to be provided by the CONSULTANT to the CITY as part of their
agreement with the FAA entitled “Ukiah, CA (UKI) Engineering Design Review and Oversight Support for
Runway 15 VASI replacement and Runway 15 and 33 REIL relocation/replacement.” The services to be
provided by CONSULTANT consists of the preparation of the design and bidding documents of the New PAPI
and Runway 15-33 REIL Replacement Project to be bid and constructed during the Runway 15-33 Phase 2
Runway Width Reduction project.
Summary of Services
The CONSULTANT’s scope of services is divided into five phases as follows:
•Phase 1 – Contract Administration and Coordination
•Phase 2 – Preliminary Design
•Phase 3 – 60% Design
•Phase 4 – Final Design (90% and Final)
•Phase 5 – Bid Administration
The scope of services proposed to be provided by CONSULTANT is described in the phases and tasks as
follows:
PHASE I CONTRACT ADMINISTRATION AND COORDINATION
This phase involves those activities required for defining the scope of the Project, negotiating contract and
subcontracts, and general coordination and administration for the duration of the Project, including (but not
limited to) the following activities:
EXHIBIT A
Page 240 of 387
City of Ukiah – Ukiah Municipal Airport
New PAPI and REIL Replacement
Design Engineering Scope of Services
Page 2 of 14 MEAD & HUNT, Inc.
X:\2112200\192335.01\CFEE\Proposal\UKI PAPI & REIL Design Scope of Services_final.docx
1.0 PROJECT SCOPING
1.1 Preliminary Meetings with the CITY
CONSULTANT will confer with the FAA and the CITY to ascertain project requirements, finances,
schedules, and other pertinent matters and will arrive at a mutual understanding of such matters
with the FAA and CITY. The CITY shall provide the CONSULTANT with any environmental
documents available. It is anticipated that there will be three (3) meetings with the FAA and/or the
CITY, with one meeting occurring at the Project location.
1.2 Prepare Project Scope of Work and Proposal
This task includes preparing the scope of work and fee proposal and negotiating the contract with
the CITY. This task will include coordination with the FAA Project stakeholders and FAA
participation in the Project planning. Also included is coordination with subconsultants for scopes
and fees.
2.0 PREPARE CONTRACT AND SUB-CONTRACTS
This task includes preparation of the CONSULTANT-CITY contract and preparing CONSULTANT’s
subconsultant contracts if needed.
3.0 PROJECT COORDINATION (coordination with subconsultants, Design Team, CITY, FAA etc.)
CONSULTANT will coordinate with the subconsultants, CITY, FAA SSC for any work that may affect
existing FAA operational facilities, and other applicable agencies to complete the work elements in this
scope of services. Weekly progress meetings will be held with the design team and CITY (if needed)
along with quarterly reports to the FAA.
4.0 GENERAL ADMINISTRATION
Provide general administration during the design. A Project Manager will be assigned to this design
project to monitor production continuity during the work described in this scope. The Project Manager’s
responsibilities include the following:
a.Define tasks, schedules, and costs.
b.Monitor work progress and address issues that may arise.
c.Maintain up-to-date schedules.
d. Coordinate with the CITY to receive their input; address their concerns; keep them informed
regarding Project status; obtain their concurrence on Project scope, cost, and schedule; and obtain
their input and approval of concepts and final design.
e. Focus the efforts of the CONSULTANT and subconsultants to expedite the design of a quality Project
that meets the needs and budget of the CITY.
f. Maintain quality control on work of the CONSULTANT and subconsultants. Implement and monitor
a program of Quality Control (QC) and Quality Assurance (QA).
g. Prepare invoices to submit to the CITY in accordance with the CITY’s standard invoice requirements.
EXHIBIT A
Page 241 of 387
City of Ukiah – Ukiah Municipal Airport
New PAPI and REIL Replacement
Design Engineering Scope of Services
Page 3 of 14 MEAD & HUNT, Inc.
X:\2112200\192335.01\CFEE\Proposal\UKI PAPI & REIL Design Scope of Services_final.docx
5.0 GRANT APPLICATION AND ADMINISTRATION
CONSULTANT will assist the CITY with the preparation of the grant application before design has been
completed and revisions to the application after bids are accepted. Preparation of the application will
include the following:
a.Federal forms 424 and 5100, current forms.
b.Program narrative, discussing the purpose and need of the work and the method of accomplishment
c.Inclusion of current Exhibit A Property Map
d.An exhibit of proposed project area to be submitted with application
e.Project funding summary
f.Preliminary estimate
g.Schedule of work
h.Current Grant Assurances
i.Title VI Assurances.
j.Sponsor’s Certifications (7 Certifications)
The CONSULTANT will prepare an electronic “application package” in pdf. format and submit to the
CITY for approval and signatures. CITY will then send two (2) copies of the signed application package
to the FAA for further processing.
PHASE I DELIVERABLES
1)Final Scope of Services – Electronic (PDF)
2)Executed Contract – Electronic (PDF)
3)Grant Application – Electronic (PDF)
PHASE II PRELIMINARY DESIGN
6.0 TOPOGRAPHICAL SURVEYING
A topographical survey was previously performed for the runway reconstruction project at the AIRPORT.
This survey located the existing VASI and REIL facilities and provided topographic coverage of the future
PAPI and REIL locations. Additional surveying is anticipated to ensure that PAPI Obstacle Clearance
Surface is clear per FAA Order 6850.2b. CONSULTANT will also provide coordinates and elevations of the
existing and ultimate runway /taxiway configuration – including end of runway, landing threshold, and any
displaced threshold information. This includes topography along the runway centerline at 100-foot maximum
intervals for the length of the runway.
7.0 GEOTECHNICAL INVESTIGATION – NIC
A geotechnical investigation was previously performed for the runway reconstruction project. This
investigation provided geotechnical information in the vicinity of the future PAPI and REIL locations. It is
anticipated that no additional geotechnical investigation is anticipated for this design.
8.0 PREPARE PRELIMINARY DESIGN
8.1 Prepare a Project Layout Plan sheet that will depict the proposed improvements.
8.2 Prepare the Construction Safety and Phasing Plan sheets.
EXHIBIT A
Page 242 of 387
City of Ukiah – Ukiah Municipal Airport
New PAPI and REIL Replacement
Design Engineering Scope of Services
Page 4 of 14 MEAD & HUNT, Inc.
X:\2112200\192335.01\CFEE\Proposal\UKI PAPI & REIL Design Scope of Services_final.docx
8.3 Prepare Preliminary Project Plans
Plan sheets will be prepared depicting the proposed improvements as indicated under Project
Description.
8.4 Calculate Estimated Preliminary Quantities
The CONSULTANT will calculate necessary quantities for the various work items. Quantities will
be consistent with the Specifications and acceptable quantity calculation practices.
8.5 Prepare Preliminary OPCC
The CONSULTANT will provide a preliminary Opinion of Probable Construction Cost (OPCC)
based on record cost data and similar work. The OPCC shall include all costs for design,
construction, construction administration, and CITY administration, for grant application purposes.
The OPCC shall be included in the Preliminary Project Design Conce pt Report.
9.0 PREPARE PRELIMINARY DESIGN REPORT
The purpose of the report is to document the design approach and to summarize the existing systems
for FAA review and consideration and to obtain their concurrence with the design approach. As part of
this task, two field visits are anticipated to confirm existing power feed(s), circuit configurations, condition
of existing panels, controllers and other equipment. To document the results of this phase, a Preliminary
Design Report will be prepared. The report will include the summary of the following:
a. Project description and exhibits.
b. Determination of power feed(s).
c. Confirmation of circuit configurations.
d. Evaluation of existing equipment condition.
e. Evaluation of applicable electrical design.
f. Coordination with local power company to move existing FAA meter to new location.
g. Design of the new poser meter pedestal including rack to support power to Runway15 PAPI and
REIL.
h. Preliminary electrical design of FAA facilities, layout, distribution of work, sequencing and
scheduling.
i. Existing and ultimate dimensions of the runway and taxiway safety areas and object free areas.
j. Preliminary OPCC.
10.0 PHASE II PROJECT MEETINGS
The CONSULTANT will arrange and lead meetings with FAA staff prior to site investigation visits and
to review work progress to date, as described in the subtasks below. The CONSULTANT will produce
drawings and handouts, as needed, to conduct each meeting and will prepare minutes to document
the discussions.
10.1 Preliminary Meeting with FAA, Airport Staff and Site Visit
CONSULTANT will meet with AIRPORT staff to acquire information on existing systems, power
feed locations, etc. This meeting will be held in conjunction with the initial site investigation visit
to the AIRPORT.
10.2 Review Results of Field Investigation Review Design Concept Alternatives and Present
Recommendations to the FAA and CITY
EXHIBIT A
Page 243 of 387
City of Ukiah – Ukiah Municipal Airport
New PAPI and REIL Replacement
Design Engineering Scope of Services
Page 5 of 14 MEAD & HUNT, Inc.
X:\2112200\192335.01\CFEE\Proposal\UKI PAPI & REIL Design Scope of Services_final.docx
The CONSULTANT will prepare for and conduct a meeting with the FAA and CITY to present
the findings of the preliminary engineering phase and any alternatives and recommendations for
the Project. Recommendations from FAA will be incorporated into the CONSULTANT’S design
drawings and specifications where FAA-owned systems are impacted. The meeting will be held
at the AIRPORT.
PHASE II DELIVERABLES
At the completion of Phase II, the CONSULTANT will deliver the following information to the FAA:
1) Draft Preliminary Project Design Concept Report – Electronic submittal.
2) Drawings of only relevant FAA work delivered directly via PDF format.
3) Final Preliminary Project Design Concept Report – Electronic submittal.
PHASE III 60% DESIGN
11.0 PREPARE PLAN SHEETS FOR 60% SUBMITTAL
11.1 Prepare a Project Layout Plan sheet that will depict the proposed improvements.
11.2 Prepare the Construction Safety and Phasing Plan sheets.
11.3 Project Plans – 60%
Plan sheets will be prepared depicting the proposed improvements as indicated under Project
Description. The following is a general list of drawings that will be used as a guideline. Actual
number and title of drawings may be modified during the design process.
General:
G-001 Cover Sheet, Sheet Index and Symbols
G-002 Legend and Abbreviations
G-003 General Notes
G-021 Project Layout Plan
G-031 Survey Control Plan
G-041 Construction Safety and Phasing Plan
Geotechnical - NIC
Civil:
General
C-021 Erosion Control Plans
C-031 Erosion Control Details
Electrical:
E-001 Electrical Wiring Details
E-002 One Line Diagram
E-003 Electrical Vault Work
E-101 Electrical Removals
E-201 Electrical PAPI and REIL Plan
E-202 Electrical Layout Plan
E-601 Electrical Details
E-701 PAPI Sighting Plan
EXHIBIT A
Page 244 of 387
City of Ukiah – Ukiah Municipal Airport
New PAPI and REIL Replacement
Design Engineering Scope of Services
Page 6 of 14 MEAD & HUNT, Inc.
X:\2112200\192335.01\CFEE\Proposal\UKI PAPI & REIL Design Scope of Services_final.docx
E-702 PAPI Details
E-703 REIL Details
E-704 Duct Bank Details
E-705 Grounding Details
12.0 NOT USED.
13.0 PREPARE PRELIMINARY SURFACE DRAINAGE ANALYSIS - NIC
Existing surface drainage patterns will be maintained.
14.0 PREPARE 60% COST ESTIMATE
a. Calculate Estimated 60% Quantities. The CONSULTANT will calculate necessary quantities for the
various work items. Quantities will be consistent with the specifications and acceptable quantity
calculation practices.
b. Prepare 60% Cost Estimate. The CONSULTANT will provide a preliminary cost estimate based on
record cost data and similar work. Cost estimate shall be included in the Design Letter Report.
15.0 PREPARE 60% DESIGN LETTER REPORT
To document the results of a 60% design, a letter report will be prepared. The report will include the
summary of the Project scope, existing conditions, electrical design, construction phasing plans, and a
preliminary Project construction cost. The report will also contain details on alternative design concepts
that were investigated (if any) as part of the preliminary design effort and recommendations on which
alternatives to pursue. This report will discuss funding, budget, strategies for bidding the Project and
potential use of bid alternates. The information will be presented in letter report format for review by
the FAA.
16.0 PREPARE FAA FORM 7460
CONSULTANT will complete a notice of proposed construction or alteration as per FAA guidelines and
will send the form to the CITY for review prior to being submitted to the FAA.
17.0 REVIEW ENVIRONMENTAL DOCUMENTATION - NIC
Categorical Exclusion for this project was approved in December of 2018.
18.0 PHASE III PROJECT MEETINGS
The CONSULTANT will arrange and lead meetings to address Phase III work progress, as described
in the subtasks below. The CONSULTANT will produce drawings and handouts, as needed, to conduct
each meeting and will prepare minutes to document the discussions.
18.1 Present 60% Design Alternatives and Recommendations to FAA
The CONSULTANT will prepare for and conduct a meeting at the AIRPORT to present and
discuss the findings of the 60% engineering phase and any alternatives and recommendations
for the Project.
18.2 Coordination Meeting with FAA,
EXHIBIT A
Page 245 of 387
City of Ukiah – Ukiah Municipal Airport
New PAPI and REIL Replacement
Design Engineering Scope of Services
Page 7 of 14 MEAD & HUNT, Inc.
X:\2112200\192335.01\CFEE\Proposal\UKI PAPI & REIL Design Scope of Services_final.docx
The CONSULTANT will conduct coordination meetings by teleconference unless indicated
differently within this scope.
PHASE III DELIVERABLES
At the completion of Phase III, the CONSULTANT will deliver the following information to the FAA:
1) 60% Design Report – Electronic Submittal
2) Plans in support of 60% design – Electronic Submittal
3) FAA Form 7460 – Electronic Submittal
PHASE IV FINAL DESIGN (90% and Final)
19.0 PREPARE SPECIFICATIONS
The CONSULTANT will assemble the specifications and bid documents for CITY to use in obtaining
competitive bids for the work. All documents shall meet current FAA Standards for AIP funded projects.
19.1 Prepare Bidding and Contract Documents
The CONSULTANT will prepare bidding and contract documents using CITY-provided front end
documents (e.g. Bid Advertisement, Instructions to Bidders, and other CITY required documents.
CONSULTANT will prepare and include the FAA required documents as follows:
19.1.1 Required Federal Provisions
Federal laws and regulations require that specific contract provisions be included in
federally funded contracts, as established within the grant assurances. Consultant will
include the Required Federal Provisions in the bid documents. These requirements
cover items such as:
• Affirmative Action Plan
• Buy American Preferences
• Civil Rights
• Disadvantaged Business Enterprises
• Federal Fair Labor Standards Act (Minimum Wage)
• Lobbying and Influencing Federal Employees
• Occupational Safety and Health Act
• Davis Bacon Requirements
• Equal Employment Opportunity
• Non-segregated Facilities
19.1.2 FAA General Contract Provisions (Advisory Circular 150-5370-10H)
FAA requires these provisions be included and complied with for all projects funded with
federal grant monies through the Airport Improvement Program (AIP), as established
within the grant assurances. The CONSULTANT will include the FAA General Contract
Provisions and provide any Project specific information. These provisions cannot be
modified other than where noted in the document.
19.1.3 Prepare Special Provisions for Airport Construction
The CONSULTANT will prepare Special Provisions to address, or expand on, conditions
specific to construction on airports that require additional clarification. They will include,
but are not limited to information regarding the following items (as applicable):
EXHIBIT A
Page 246 of 387
City of Ukiah – Ukiah Municipal Airport
New PAPI and REIL Replacement
Design Engineering Scope of Services
Page 8 of 14 MEAD & HUNT, Inc.
X:\2112200\192335.01\CFEE\Proposal\UKI PAPI & REIL Design Scope of Services_final.docx
• General Safety Requirements, Airfield Safety and Traffic Control
• Record Drawings
• Time Limitations
• Liquidated Damages
• Barricades and Runway Closure Markers
• Radio Communication
• Access and Security
• Work Hour Limitations
• SWPPP Requirements and guidance for Contractor
19.1.4 Prepare Technical Specifications
The CONSULTANT will prepare Technical Specifications using FAA Standard
Specifications (AC 150-5370-10H) and FAA format. For work not covered by FAA
Standards, CITY or Caltrans Standard Specifications will be used.
20.0 PREPARE FINAL SURFACE DRAINAGE ANALYSIS – NIC
21.0 PREPARE FINAL LAYOUT AND CIRCUIT CALCULATIONS
Final conduit locations will be determined, and circuit calculations performed.
22.0 UPDATE AIRPORT SIGNING AND MARKING PLAN - NIC
23.0 EROSION CONTROL PLAN
The CONSULTANT will develop an Erosion Control Plan for the Project that is in general conformance
with BAT (Best Available Technology) management practices. The plan will detail types of erosion
control measures recommended for the site in addition to other information needed for the NPDES
permitting application. The Contractor shall prepare the SWPPP. This information shall include, but not
limited to:
a. Project Location
b. Size of Disturbance of Project
c. Amount of Impervious Surface
d. Hydrologic Classification of Site
e. Receiving Waters
f. Site Drainage Overview
24.0 PREPARE SPONSOR CERTIFICATIONS, JUSTIFICATIONS FOR MODIFICATIONS TO FAA
STANDARDS, AND MODIFICATION OF STANDARDS (if required)
24.1 Sponsor Certifications
The CONSULTANT will complete the required Sponsor Certifications verifying the Plans and
Specifications were developed in accordance with Federal guidelines, and the
Equipment/Construction certification, and send to SPONSOR for signatures.
24.2 Not Used
EXHIBIT A
Page 247 of 387
City of Ukiah – Ukiah Municipal Airport
New PAPI and REIL Replacement
Design Engineering Scope of Services
Page 9 of 14 MEAD & HUNT, Inc.
X:\2112200\192335.01\CFEE\Proposal\UKI PAPI & REIL Design Scope of Services_final.docx
24.3 Modification of Standards
If necessary, the CONSULTANT will prepare one Request for Modification to Standards, if
found to be necessary for the project.
25.0 PREPARE 90% SUBMITTAL
Based on FAA written review comments on the preliminary submittal, prepare 90% engineering design
documents of all improvements. This work shall include:
a. Perform internal QA/QC for all documents included in the 90% submittal.
b. Prepare and submit 90% plans.
c. Prepare and submit 90% specifications and bid documents.
d. Prepare and submit 90% cost estimate.
e. Conduct 90% review meeting with the FAA to go over submitted data and discuss schedule
for final submittals.
26.0 PREPARE AND SUBMIT FINAL CONTRACT DOCUMENTS
A final set of contract documents to be used for bidding will be prepared that will incorporate revisions,
modifications, and corrections determined during the FAA review of the ninety percent (90%) submittal.
27.0 PREPARE AND SUBMIT FINAL COST ESTIMATE
a. Calculate Estimated Final Quantities. Prepare Final Cost Estimate.
b. Using the final quantities calculated following the completion of the plans and specifications, the
CONSULTANT will prepare the final construction cost estimate. The estimate will be based on
information obtained from previous projects, contractors, material suppliers, and other databases
available.
28.0 PREPARE AND SUBMIT ENGINEER’S DESIGN REPORT
CONSULTANT will prepare the Engineer’s Design Report in conformance with FAA requirements. The
report will include a summary and explanation of the Project design including (as applicable)
geometrics, electrical design, phasing plans, and a Project schedule. The report will also contain any
alternative design concepts that were investigated and evaluated and a final Engineer's cost estimate.
The report shall include, but not be limited to, the following:
a. Project Scope
b. Design Standards
c. Design Geometrics (reference Federal Advisory Circular 150/5300-13A)
d. Drainage Considerations
e. Airport Operational Safety (reference Federal Advisory Circular 150/5370-2G)
f. Construction Estimate
g. Project Schedule and Construction Phasing
h. Construction Inspection and Testing Information
i. Justifications for any Deviations from FAA Standards
j. Sponsor Certification for Project Plans and Specifications
k. Sponsor Certification for Equipment/Construction Contract
EXHIBIT A
Page 248 of 387
City of Ukiah – Ukiah Municipal Airport
New PAPI and REIL Replacement
Design Engineering Scope of Services
Page 10 of 14 MEAD & HUNT, Inc.
X:\2112200\192335.01\CFEE\Proposal\UKI PAPI & REIL Design Scope of Services_final.docx
29.0 PREPARE CONSTRUCTION SAFETY AND PHASING PLAN
CONSULTANT will prepare a Construction Safety and Phasing Plan (CSPP) in conformance with FAA
Standards and AC 150/5370-2G, Operations on Airports During Construction. The CSPP will be
uploaded to the FAA online portal for review and approval. The final CSPP will b e included in the Bid
Document package and will include the following information:
a. Overview & Purpose
b. Construction Safety Responsibility of Each Party
c. Construction Phasing, including (but not limited to):
• Phasing and time limitations
• Areas and operations affected by construction
• Wildlife management
• Hazardous materials management
• Inspection requirements
• Marking and signs for access routes
• Protection of runway and taxiway critical areas
• Safety plan compliance document
d. Construction Safety and Phasing Plan Sheet(s)
30.0 PHASE IV PROJECT MEETINGS
The CONSULTANT will arrange and lead the meetings as described below. The CONSULTANT will
produce drawings and handouts, as needed, to conduct each meeting and shall issue minutes to
document the discussion. The following meetings shall be included in Phase IV:
30.1 Conduct 90% Submittal review meeting (1)
The CONSULTANT will prepare for and conduct a meeting at the AIRPORT to present the
results of the 90% engineering phase and any alternatives and recommendations for the
Project.
30.2 Conduct Final Submittal review meeting - NIC
A final review meeting is not anticipated for this project.
30.3 Coordination meetings with CITY and FAA (1)
The CONSULTANT will conduct one coordination meeting with the CITY and FAA prior to
finalizing the plans and specifications for bid by teleconference.
PHASE IV DELIVERABLES
During the Phase IV design effort, the CONSULTANT will deliver all of the following information to the
FAA:90% Contract Documents – Electronic file in PDF format
1) 90% Cost Estimates – Electronic files in PDF format
2) Final Contract Documents – Electronic files in PDF
3) Final Engineer’s Design Report – Electronic file in PDF format
4) Construction Safety and Phasing Plan – to be included in final bid documents.
EXHIBIT A
Page 249 of 387
City of Ukiah – Ukiah Municipal Airport
New PAPI and REIL Replacement
Design Engineering Scope of Services
Page 11 of 14 MEAD & HUNT, Inc.
X:\2112200\192335.01\CFEE\Proposal\UKI PAPI & REIL Design Scope of Services_final.docx
PHASE V BID ADMINISTRATION
31.0 PREPARE ADVERTISEMENT FOR BIDS
Required advertisement dates and bidding dates will be established. CONSULTANT will prepare the
advertisement in conformance with FAA and local standards and submit a copy of the advertisement to
the CITY. The CITY shall arrange for the legal advertising in conformance with local standards and
shall pay for the associated cost of advertising.
32.0 BID DOCUMENTS DISTRIBUTION
CITY will make the bidding documents available to potential bidders electronically. The CITY will keep
a current list of plan holders and distribute this to interested parties upon request. This task includes
CONSULTANT coordination required to facilitate these activities.
33.0 RESPOND TO BIDDERS QUESTIONS (RFIs)
During the bidding process, the CONSULTANT will be available to clarify up to four requests for
information (RFIs) regarding bidding issues / questoins and for consultation with the various entities
associated with the Project. This item also includes contacting bidders to generate interest in the
Project.
34.0 PREPARE AND DISTRIBUTE ADDENDA
CITY will issue up to Two (2) bid addenda as appropriate to interpret, clarify, or change the bidding
documents as required by the Sponsor or the FAA. Addenda will be made available to the plan holders
either through electronic mail or via bidding website. This task includes CONSULTANT coordination
required to respond to the addenda. Any addenda that are generated as a sole result of the CITY’s
error or omission, or FAA request, will be considered as extra services, and the CONSULTANT will be
reimbursed for this effort as an amendment to this contract.
35.0 PRE-BID CONFERENCE
CONSULTANT shall arrange for and conduct a Pre-Bid Conference. The Project Manager and/or
Project Engineer will attend and conduct the Pre-Bid Conference with potential contractors and the
CITY to review the project and answer questions. The conference will be conducted at the AIRPORT
and will include a site inspection. Meeting minutes will be prepared and distributed to attendees
electronically.
36.0 BID OPENING - NIC
37.0 BID REVIEW AND BID ABSTRACT
CONSULTANT will advise CITY as to the acceptability of any subcontractors, suppliers, and other
persons and organizations proposed by the bidders and as to the acceptability of substitute materials
and equipment proposed by bidders. The CONSULTANT will prepare a spreadsheet that includes all
bid items for the purpose of evaluating the lowest bidder. The CONSULTANT will input the as-bid unit
prices into the spreadsheet and verify mathematical computations of the bids. The CONSULTANT will
then provide recommendations to the CITY as to the name of the Apparent Low Bidder.
EXHIBIT A
Page 250 of 387
City of Ukiah – Ukiah Municipal Airport
New PAPI and REIL Replacement
Design Engineering Scope of Services
Page 12 of 14 MEAD & HUNT, Inc.
X:\2112200\192335.01\CFEE\Proposal\UKI PAPI & REIL Design Scope of Services_final.docx
38.0 PREPARE RECOMMENDATION FOR AWARD
The CONSULTANT will prepare a Recommendation of Award for the CITY to accept or reject the bids
as submitted. If rejection is recommended, the CONSULTANT will provide an explanation for their
recommendation and possible alternative actions that the CITY can pursue to complete the Project.
Once the Contract Award is made, the CONSULTANT will distribute the bid tabulations at request of
the CITY.
PHASE V DELIVERABLES
1) Bid Documents – Electronic files as required for bidding.
2) Bid Abstract –Electronic files.
3) Recommendation of Award –Electronic files.
DESIGN PARAMETERS
All designs and all work on the Project shall be in accordance with all applicable FAA Ad visory Circulars. All
Bidding Documents shall utilize the FAA standard construction specifications.
EXCLUDED SERVICES
The CITY and CONSULTANT agree that the following items shall be excluded from this Project and, if added
to the work, shall be considered as “Additional Services”:
1) Any environmental analysis beyond Categorical Exclusion already completed.
2) Any permitting or utility company fees.
3) Preparation of Storm Water Pollution Prevention Plan.
4) Construction services.
CITY’S RESPONSIBILITIES
1) The CITY shall provide all criteria and full information as to the CITY’s requirements for the Project
including: design objectives and constraints; space, capacity, and performance requirements,
flexibility, and expandability, and any budgetary limitations; furnish copies of all design and
construction standards that the CITY will require to be included in the drawings and specifications; a nd
furnish copies of the CITY’s standard forms, conditions, and related documents for CONSULTANT to
include in the bidding documents, where applicable.
2) Provide access to and make all provisions for the CONSULTANT to enter upon public and private
lands as required for the CONSULTANT to perform such work as surveys and inspections in the
development of the Project.
3) Furnish or otherwise make available such Project related information and data as is reasonably
required to enable CONSULTANT to complete services as described in this scope.
4) Advertise for proposals from bidders (legal advertisement), open proposals at the appointed time and
place, and pay all costs incidental of thereto.
5) Designate a CITY Representative with respect to the work to be performed under this Agreement as
the CONSULTANT’S point of contact. The CITY Representative shall have complete authority to
transmit instructions, receive information, and interpret and define the CITY's policy and decisions with
EXHIBIT A
Page 251 of 387
City of Ukiah – Ukiah Municipal Airport
New PAPI and REIL Replacement
Design Engineering Scope of Services
Page 13 of 14 MEAD & HUNT, Inc.
X:\2112200\192335.01\CFEE\Proposal\UKI PAPI & REIL Design Scope of Services_final.docx
respect to materials, equipment, elements, and systems pertinent to the work covered by this
Agreement.
6) Obtain approvals and permits from governmental agencies.
7) Advertising
ADDITIONAL SERVICES
If authorized in writing by CITY, the CONSULTANT may provide additional services of the types listed below ,
and CITY will compensate as stated under “Compensation for Services” section, “additional services” of this
scope.
1) Revisions to the drawings or specifications previously approved by the CITY.
2) Services in connection with changes in the scope, extent, or character of portions of the Project or its
design requirements.
3) Services in connection with Contract Change Orders requested by the CITY, and services to evaluate
changes or substitutions proposed by the contractor after award of the Construction Contract.
4) Services resulting from CITY’s request to evaluate additional alternative solutions beyond those
identified in scope of work or services required as a result of CITY providing incomplete or incorrect
Project information.
5) Services during construction of the Project.
6) Any miscellaneous services not specifically described in this “Scope of Services.”
SCHEDULE OF COMPLETION
1) The CONSULTANT will complete all work called for under Phase II – survey, Geotechnical and
Preliminary Design Concept Report within forty-five (45) working days from the date the CITY issues
the Notice to Proceed with the work.
2) The CONSULTANT will complete all work called for under Phase III – 60% Design within forty-five (45)
working days from the date the FAA issues comments on the Preliminary Design Concept Report.
3) The CONSULTANT will complete the 90% submittal detailed in Phase IV – Final Design within thirty
(30) working days of receipt of CITY’s review comments on the 60% submittal.
4) The CONSULTANT will complete the final Engineer’s Design Report and Final Contract Documents
detailed in Phase IV – Final Design, for use in bidding, upon receipt of CITY’s and FAA’s review
comments on the 90% submittal.
COMPENSATION FOR SERVICES
1) Payment for all work outlined in this Scope of Services shall be a fixed fee of Two Hundred Eighteen
Thousand Eight Hundred Fifty Dollars Seventy-three Cents ($218,850.73) XXX,XXX Dollars
($XXX,XXX.00). This fee shall include labor, materials, expenses, and incidentals necessary to
complete the work as described herein. An Engineering Services Cost Estimate is included as
Attachment 1 to this Scope of Services. Payments will be made monthly based on the percentage of
work complete.
2) Payment for any additional services requested by the CITY will be performed on a time-and-expense
basis in conformance with the Mead & Hunt, Inc. Billing Rate Schedule included as Attachment 2 to
this Scope of Services. The CONSULTANT will establish the budget for additional services prior to
EXHIBIT A
Page 252 of 387
City of Ukiah – Ukiah Municipal Airport
New PAPI and REIL Replacement
Design Engineering Scope of Services
Page 14 of 14 MEAD & HUNT, Inc.
X:\2112200\192335.01\CFEE\Proposal\UKI PAPI & REIL Design Scope of Services_final.docx
the start of work and may not exceed the budget without written authorization from the CITY. Any
additional services must be authorized in writing by the CITY.
EXHIBIT A
Page 253 of 387
Aviation Services Design Engineering Work scope
AIRPORT: PROJECT NUMBER:
LOCATION: DATE:
Reimbursable Agreement:REV. NO:
PROJECT DESCRIPTION:
PHASE I - CONTRACT ADMINISTRATION AND COORDINATION ENGINEERING FEES DIRECT SUB CONSULTANTS FEES
1.0 Project Scoping 15,381.19$ Additional Topographic Surveying (for Design) 15,000.00$
2.0 Prepare Contract and Sub-Contracts 1,555.82$ Additional Geotechnical Investigation (for Design) -$
3.0 Project Coordination 19,899.48$ Cultural and Biological Field Investigations -$
4.0 General Administration 14,387.94$ Expenses -$
5.0 Grant Application and Administration 3,472.10$ TOTAL DIRECT SUB CONSULTANTS 15,000.00$
Expenses 333.00$
TOTAL PHASE I - CONTRACT ADMINISTRATION & COORD.55,029.53$
PHASE II - PRELIMINARY DESIGN
6.0 Topographical Surveying 1,663.48$
7.0 Geotechnical Investigation - NIC -$
8.0 Prepare Preliminary Design 15,172.83$
9.0 Preliminary Project Design Concept Report 9,964.52$
10.0 Phase II Project Meetings 11,849.79$
Expenses 496.60$
TOTAL PHASE II - SURVEY, GEOTECHNICAL, DESIGN CONCEPT 39,147.22$
PHASE III - 60% DESIGN
11.0 Prepare Plan Sheets for 60% Submittal 38,403.69$
12.0 Not Used -$
13.0 Prepare Preliminary Surface Drainage Analysis - NIC -$
14.0 Prepare 60% Cost Estimate 2,387.19$
15.0 Prepare 60% Design Letter Report 2,248.23$
16.0 Prepare FAA Form 7460 1,171.52$
17.0 Review Environmental Documentation - NIC -$
18.0 Phase III Project Meetings 4,930.79$
Expenses 468.20$
TOTAL PHASE III - 60% DESIGN 49,609.62$
PHASE IV - FINAL DESIGN (90% and Final)
19.0 Prepare Specifications 3,466.75$
20.0 Prepare Final Surface Drainage Analysis - NIC -$
21.0 Prepare Final Layout and Circuit Calcs 1,586.87$
22.0 Update Airport Signing and Marking Plan - NIC -$
23.0 Erosion Control Plan 796.81$
24.0 Prepare Certification of Engineering & Mod to Stds. 1,702.26$
25.0 Prepare 90% Submittal 7,549.97$
26.0 Prepare and Submit Final Contract Documents 7,675.98$
27.0 Prepare and Submit Final Cost Estimate 743.57$
28.0 Prepare and Submit Engineer's Design Report 5,205.80$
29.0 Prepare Construction Safety and Phasing Plan 9,638.11$
30.0 Phase IV Project Meetings 5,634.01$
Expenses 468.20$
TOTAL PHASE IV - FINAL DESIGN (90% and Final)44,468.33$
PHASE V - BID ADMINISTRATION
31.0 Prepare Advertisement for Bids 444.77$
32.0 Bid Documents Distribution 985.50$
33.0 Respond to Bidders Questions (RFIs)2,862.82$
34.0 Prepare & Distribute Addenda 2,228.74$
35.0 Pre-bid Conference 6,729.81$
36.0 Bid Opening - NIC -$
37.0 Bid Review and Bid Abstract 1,383.75$
38.0 Prepare Recommendation for Award 692.44$
Expenses 268.20$
TOTAL PHASE V - BIDDING PHASE 15,596.03$
TOTAL MEAD & HUNT FEES 203,850.73$
TOTAL DIRECT SUBCONSULTANT FEES 15,000.00$
TOTAL PROJECT FEES 218,850.73$
City of Ukiah - Ukiah Municipal Airport
Mendocino County, CA
AJW-FN-WSA-18-WP-002564
New PAPI and Relocated/Replacement REILs
8/22/19
UKI PAPI & REIL Design Cost Spreadsheet RAC2 Page 1 City of Ukiah - Ukiah Municipal Airport
Attachment 1
Page 254 of 387
Senior
Associate
Senior Project
Engineer Senior Engineer Engineer III Engineer I Technician III Technician II Technician I
Administrative
Assistant Clerical
Total Cost
$318.56 $247.67 $217.28 $157.05 $114.85 $146.74 $117.52 $81.52 $98.55 $65.22 Hours Summary
PHASE I - CONTRACT ADMINISTRATION AND COORDINATION
1.0 Project Scoping
1.1 Preliminary meetings with the County and FAA 12 12 3 3 6,070.71$
1.2 Prepare project scope of work and proposal 1 14 14 12 6 2 9,310.48$
Estimated Total Man-hours 126260012009579
Summary Costs $318.56 $6,439.42 $5,649.28 $0.00 $0.00 $1,760.88 $0.00 $0.00 $886.95 $326.10 15,381.19$
2.0 Prepare Contract and Sub-Contracts
Estimated Total Man-hours 121 4210 1,555.82$
Summary Costs $318.56 $495.34 $217.28 $0.00 $0.00 $0.00 $0.00 $0.00 $394.20 $130.44 1,555.82$
3.0 Project Coordination
Estimated Total Man-hours 15 60 479 19,899.48$
Summary Costs $4,778.40 $14,860.20 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $260.88 19,899.48$
4.0 General Administration
Estimated Total Man-hours 54 64266 14,387.94$
Summary Costs $0.00 $13,374.18 $0.00 $0.00 $0.00 $0.00 $0.00 $489.12 $394.20 $130.44 14,387.94$
5.0 Grant Application and Administration
Estimated Total Man-hours 280 8119 3,472.10$
Summary Costs $637.12 $1,981.36 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $788.40 $65.22 3,472.10$
Expenses Rate
Subconsultant00000000000 Days75.00$ -$
Auto Rental 00000000000 Days75.00$ -$
Mileage 030000000000300 Miles 0.86$ 258.00$
Lodging 00000000000 Days150.00$ -$
Airline Costs 00000000000 Trips600.00$ -$
Meals030000000 0 3 25.00$ 75.00$
Trips000000000 0 0 Days 250.00$ -$
Miscellaneous 0000000000 200.00$ -$
Reproduction 00000000000 180.00$ -$
Other 00000000000 100.00$ -$
Other 00000000000 50.00$ -$
333.00$
PHASE I - CONTRACT ADMINISTRATION AND COORDINATION TOTAL 55,029.53$
Item
No.
Total Expenses
UKI PAPI & REIL Design Cost Spreadsheet RAC2 Page 2 City of Ukiah - Ukiah Municipal Airport
Attachment 1
Page 255 of 387
Senior
Associate
Senior Project
Engineer Senior Engineer Engineer III Engineer I Technician III Technician II Technician I
Administrative
Assistant Clerical
Total Cost
$318.56 $247.67 $217.28 $157.05 $114.85 $146.74 $117.52 $81.52 $98.55 $65.22 Hours Summary
Item
No.
PHASE II - SURVEY, GEOTECHNICAL INVESTIGATION, AND DESIGN CONCEPT REPORT
6.0 Topographical Surveying
Estimated Total Man-hours 04005000100 1,663.48$
Summary Costs $0.00 $990.68 $0.00 $0.00 $574.25 $0.00 $0.00 $0.00 $98.55 $0.00 1,663.48$
7.0 Geotechnical Investigation - NIC
Estimated Total Man-hours 00000000000 -$
Summary Costs $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 -$
8.0 Prepare Preliminary Design
8.1 Prepare Project Layout Plan 1280 1,735.69$
8.2 Prepare CSPP Plan Sheets 28 6 1,938.02$
8.3 Prepare Preliminary Project Plans 1 8 8 10 35 8,822.91$
8.4 Calculate Estimated Preliminary Quantities 28 4 1,353.36$
8.5 Prepare Preliminary OPCC 1142 1,322.85$
Estimated Total Man-hours 0 3 11 16 18 18 41 4 0 0 111
Summary Costs $0.00 $743.01 $2,390.08 $2,512.80 $2,067.30 $2,641.32 $4,818.32 $326.08 $0.00 $0.00 15,172.83$
9.0 Preliminary Project Design Concept Report
Estimated Total Man-hours 1240 4148 9,964.52$
Summary Costs $318.56 $495.34 $8,691.20 $0.00 $0.00 $0.00 $0.00 $0.00 $394.20 $65.22 9,964.52$
10.0 Phase II Project Meetings
10.1 Preliminary Meeting with Airport Staff and Site Visit 816 2 1 2 5,921.87$
10.2 Coordinate Meeting with FAA etc. to Review Results 816 4 5,927.92$
Estimated Total Man-hours 0 16 32 000601257
Summary Costs $0.00 $3,962.72 $6,952.96 $0.00 $0.00 $0.00 $705.12 $0.00 $98.55 $130.44 11,849.79$
Expenses Rate
Subconsultant00000000000 Days75.00$ -$
Auto Rental 00000000000 Days75.00$ -$
Mileage 04802900000000770 Miles 0.58$ 446.60$
Lodging 00000000000 Days150.00$ -$
Meals 00000000002 Days25.00$ 50.00$
Other 00000000000 50.00$ -$
496.60$
PHASE II - SURVEY, GEOTECHNICAL INVESTIGATION, AND DESIGN CONCEPT REPORT TOTAL 39,147.22$
Total Expenses
UKI PAPI & REIL Design Cost Spreadsheet RAC2 Page 3 City of Ukiah - Ukiah Municipal Airport
Attachment 1
Page 256 of 387
Senior
Associate
Senior Project
Engineer Senior Engineer Engineer III Engineer I Technician III Technician II Technician I
Administrative
Assistant Clerical
Total Cost
$318.56 $247.67 $217.28 $157.05 $114.85 $146.74 $117.52 $81.52 $98.55 $65.22 Hours Summary
Item
No.
PHASE III - 60% DESIGN PLANS
11.0 Prepare Plan Sheets for 60% Submittal
Electrical
11.1 E-201 Electrical Fixture & Sign Modifications 00000000000 -$
11.2 E-601 Electrical Details 00000000000 -$
11.3 Project Plans 60%
General
G-001 Cover Sheet, Sheet Index & Symbols 00002100003 376.44$
G-002 Legend & Abbreviations 00002100003 376.44$
G-003 General Notes 00001100000 261.59$
G-041 Construction Safety & Phasing Plan 01040100006 1,022.61$
Geotechnical - NIC
C-021 Erosion Control Plans 00004120007 841.18$
C-031 Erosion Control Details 00002120005 611.48$
Electrical
E-101 Electrical Removal Plan 00000000000 -$
E-001 Electrical Wiring Details 00400040008 1,339.20$
E-201 Electrical Layout Plan 00000000000 -$
E-002 One Line Diagram 00400040008 1,339.20$
E-003 Electrical Vault Work 0116000800025 4,664.31$
E-101 Electrical Removals Plan 0140001000015 2,291.99$
E-201 Electrical PAPI and REIL Plan 028000800018 3,173.74$
E-202 Electrical Layout Plan 0080002600034 4,793.76$
E-601 Electrical Details 004000600010 1,574.24$
E-701 PAPI Sighting Plan 0112000000022 3,605.95$
E-702 PAPI Details 014400800017 2,685.15$
E-703 REIL Details 014200800015 2,371.05$
E-704 Duct Bank Details 00200040006 904.64$
E-705 Grounding Details 00100040005 687.36$
Estimated Total Man-hours 0 10 61 42 19 13 102 0 0 0 62
Summary Costs $0.00 $2,476.70 $13,254.08 $6,596.10 $2,182.15 $1,907.62 $11,987.04 $0.00 $0.00 $0.00 38,403.69$
12.0 Not Used
11.1 Prepare Bidding and Contract Documents 00000000000 -$
Prepare FAA Required Provisions 00000000000 -$
17.3 Prepare General Provisions 00000000000 -$
17.4
Prepare Misc. Provisions for Airport Construction
00000000000 -$
17.5 Prepare Technical Specifications 00000000000 -$
Estimated Total Man-hours 00000000000 -$
Summary Costs $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 -$
13.0 Prepare Preliminary Surface Drainage Analysis - NIC
Estimated Total Man-hours 00000000000 -$
Summary Costs $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 -$
14.0 Prepare 60% Cost Estimate
Estimated Total Man-hours 016061000014 2,387.19$
Summary Costs $0.00 $247.67 $1,303.68 $0.00 $689.10 $146.74 $0.00 $0.00 $0.00 $0.00 2,387.19$
UKI PAPI & REIL Design Cost Spreadsheet RAC2 Page 4 City of Ukiah - Ukiah Municipal Airport
Attachment 1
Page 257 of 387
Senior
Associate
Senior Project
Engineer Senior Engineer Engineer III Engineer I Technician III Technician II Technician I
Administrative
Assistant Clerical
Total Cost
$318.56 $247.67 $217.28 $157.05 $114.85 $146.74 $117.52 $81.52 $98.55 $65.22 Hours Summary
Item
No.
15.0 Prepare 60% Design Letter Report
Estimated Total Man-hours 018000002112 2,248.23$
Summary Costs $0.00 $247.67 $1,738.24 $0.00 $0.00 $0.00 $0.00 $0.00 $197.10 $65.22 2,248.23$
16.0 Prepare FAA Form 7460
Estimated Total Man-hours 01040000308 1,171.52$
Summary Costs $0.00 $247.67 $0.00 $628.20 $0.00 $0.00 $0.00 $0.00 $295.65 $0.00 1,171.52$
17.0 Review Environmental Documentation - NIC
Estimated Total Man-hours 00000000000 -$
Summary Costs $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 -$
18.0 Phase III Project Meetings
18.1 Present 60% Design Alternatives to County 88000001118 3,883.37$
18.2 Coordination Meeting with FAA 2200010005 1,047.42$
Estimated Total Man-hours 0 10 10 000101123
Summary Costs $0.00 $2,476.70 $2,172.80 $0.00 $0.00 $0.00 $117.52 $0.00 $98.55 $65.22 4,930.79$
Expenses Rate
Subconsultant00000000000 Days75.00$ -$
Auto Rental 00000000000 Days75.00$ -$
Mileage 029000000000290 Miles 0.58$ 168.20$
Meals 02000000002 25.00$ 50.00$
Other 00000500005 50.00$ 250.00$
468.20$
PHASE III - 60% DESIGN PLANS TOTAL 49,609.62$
Total Expenses
UKI PAPI & REIL Design Cost Spreadsheet RAC2 Page 5 City of Ukiah - Ukiah Municipal Airport
Attachment 1
Page 258 of 387
Senior
Associate
Senior Project
Engineer Senior Engineer Engineer III Engineer I Technician III Technician II Technician I
Administrative
Assistant Clerical
Total Cost
$318.56 $247.67 $217.28 $157.05 $114.85 $146.74 $117.52 $81.52 $98.55 $65.22 Hours Summary
Item
No.
PHASE IV - FINAL DESIGN (90% and Final)
19.0 Prepare Specifications
19.1.1 Required Federal Provisions 0100000020 444.77$
19.1.2 FAA General Provisions 0100000020 444.77$
19.1.3 Special Provisions for Airport Construction 0100000020 444.77$
19.1.4 Technical Specifications 0080000040 2,132.44$
Estimated Total Man-hours 0380000010021
Summary Costs $0.00 $0.00 $1,738.24 $0.00 $0.00 $0.00 $0.00 $0.00 $394.20 $0.00 3,466.75$
20.0 Prepare Final Surface Drainage Analysis - NIC
Estimated Total Man-hours 00000000000 -$
Summary Costs $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 -$
21.0 Prepare Final Layout and Circuit Calcs
Estimated Total Man-hours 01400040009 1,586.87$
Summary Costs $0.00 $247.67 $869.12 $0.00 $0.00 $0.00 $470.08 $0.00 $0.00 $0.00 1,586.87$
22.0 Update Airport Signing and Marking Plan - NIC
Estimated Total Man-hours 00000000000 -$
Summary Costs $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 -$
23.0 Erosion Control Plan
Estimated Total Man-hours 01020020005 796.81$
Summary Costs $0.00 $247.67 $0.00 $314.10 $0.00 $0.00 $235.04 $0.00 $0.00 $0.00 796.81$
24.0 Prepare Certification of Engineering & Mod to Stds.
24.1 Sponsor Certifications 0.5 2 320.94$
24.2 Not Used -$
24.3 MODs to Standard 124 1,381.32$
Estimated Total Man-hours 1 0.5 240000209.5
Summary Costs $318.56 $123.84 $434.56 $628.20 $0.00 $0.00 $0.00 $0.00 $197.10 $0.00 1,702.26$
25.0 Prepare 90% Submittal
Estimated Total Man-hours 01168601600047 7,549.97$
Summary Costs $0.00 $247.67 $3,476.48 $1,256.40 $689.10 $0.00 $1,880.32 $0.00 $0.00 $0.00 7,549.97$
26.0 Prepare and Submit Final Contract Documents
Estimated Total Man-hours 02816001608454 7,675.98$
Summary Costs $0.00 $495.34 $1,738.24 $2,512.80 $0.00 $0.00 $1,880.32 $0.00 $788.40 $260.88 7,675.98$
27.0 Prepare and Submit Final Cost Estimate
Estimated Total Man-hours 0110100 115 743.57$
Summary Costs $0.00 $247.67 $217.28 $0.00 $114.85 $0.00 $0.00 $0.00 $98.55 $65.22 743.57$
28.0 Prepare and Submit Engineer's Design Report
Estimated Total Man-hours 0281600004131 5,205.80$
Summary Costs $0.00 $495.34 $1,738.24 $2,512.80 $0.00 $0.00 $0.00 $0.00 $394.20 $65.22 5,205.80$
29.0 Prepare Construction Safety and Phasing Plan
Estimated Total Man-hours 0 512240120 2 156 9,638.11$
Summary Costs $0.00 $1,238.35 $2,607.36 $3,769.20 $0.00 $1,760.88 $0.00 $0.00 $197.10 $65.22 9,638.11$
UKI PAPI & REIL Design Cost Spreadsheet RAC2 Page 6 City of Ukiah - Ukiah Municipal Airport
Attachment 1
Page 259 of 387
Senior
Associate
Senior Project
Engineer Senior Engineer Engineer III Engineer I Technician III Technician II Technician I
Administrative
Assistant Clerical
Total Cost
$318.56 $247.67 $217.28 $157.05 $114.85 $146.74 $117.52 $81.52 $98.55 $65.22 Hours Summary
Item
No.
30.0 Phase IV Project Meetings
30.1 90% Submittal Review Meeting 88 2 1 1 4,118.41$
30.2 Final Submittal Review Meeting - NIC -$
30.3 Coordination Meeting with City and FAA 14 2 1 1 1,515.60$
Estimated Total Man-hours 0 9 12 000402229
Summary Costs $0.00 $2,229.03 $2,607.36 $0.00 $0.00 $0.00 $470.08 $0.00 $197.10 $130.44 5,634.01$
Expenses Rate
Subconsultant00000000000 Days75.00$ -$
Auto Rental 00000000000 Days75.00$ -$
Mileage 029000000000290 Miles 0.58$ 168.20$
Meals 00200000102 25.00$ 50.00$
Other 00000500005 50.00$ 250.00$
468.20$
PHASE IV - FINAL DESIGN (90% and Final) TOTAL 44,468.33$
Total Expenses
UKI PAPI & REIL Design Cost Spreadsheet RAC2 Page 7 City of Ukiah - Ukiah Municipal Airport
Attachment 1
Page 260 of 387
Senior
Associate
Senior Project
Engineer Senior Engineer Engineer III Engineer I Technician III Technician II Technician I
Administrative
Assistant Clerical
Total Cost
$318.56 $247.67 $217.28 $157.05 $114.85 $146.74 $117.52 $81.52 $98.55 $65.22 Hours Summary
Item
No.
PHASE V - Bid Administration
31.0 Prepare Advertisement for Bids
Estimated Total Man-hours 01000000203 444.77$
Summary Costs $0.00 $247.67 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $197.10 $0.00 444.77$
32.0 Bid Documents Distribution
Estimated Total Man-hours 0000000010010 985.50$
Summary Costs $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $985.50 $0.00 985.50$
33.0 Respond to Bidders Questions (RFIs)
Estimated Total Man-hours 028000204016 2,862.82$
Summary Costs $0.00 $495.34 $1,738.24 $0.00 $0.00 $0.00 $235.04 $0.00 $394.20 $0.00 2,862.82$
34.0 Prepare & Distribute Addenda
Estimated Total Man-hours 024000404014 2,228.74$
Summary Costs $0.00 $495.34 $869.12 $0.00 $0.00 $0.00 $470.08 $0.00 $394.20 $0.00 2,228.74$
35.0 Pre-bid Conference
Estimated Total Man-hours 01216 00101131
6,729.81$
Summary Costs $0.00 $2,972.04 $3,476.48 $0.00 $0.00 $0.00 $117.52 $0.00 $98.55 $65.22 6,729.81$
36.0 Bid Opening - NIC
Estimated Total Man-hours 00000000000 -$
Summary Costs $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 -$
37.0 Bid Review and Bid Abstract
Estimated Total Man-hours 011080000010 1,383.75$
Summary Costs $0.00 $247.67 $217.28 $0.00 $918.80 $0.00 $0.00 $0.00 $0.00 $0.00 1,383.75$
38.0 Prepare Recommendation for Award
Estimated Total Man-hours 02000000204 692.44$
Summary Costs $0.00 $495.34 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $197.10 $0.00 692.44$
Expenses Rate
Subconsultant00000000000 Days75.00$ -$
Auto Rental 00000000000 Days75.00$ -$
Mileage 029000000000290 Miles 0.58$ 168.20$
Meals 02000000002 Miles25.00$ 50.00$
Other 00000000011 50.00$ 50.00$
268.20$
PHASE V - Bid Administration TOTAL 15,596.03$
Total Expenses
UKI PAPI & REIL Design Cost Spreadsheet RAC2 Page 8 City of Ukiah - Ukiah Municipal Airport
Attachment 1
Page 261 of 387
MEAD & HUNT, Inc.
California Standard Billing Rate Schedule
Effective January 1, 2019
Standard Billing Rates
Clerical ...................................................................................................................................... $79.00 / hour
Technical Editor ....................................................................................................................... $111.00 / hour
Senior Editor ............................................................................................................................ $162.00 / hour
Registered Land Surveyor ....................................................................................................... $125.00 / hour
Accounting, Administrative Assistant ...................................................................................... $104.00 / hour
Technician I, Technical Writer .................................................................................................. $97.00 / hour
Technician II, Surveyor - Instrument Person ........................................................................... $112.00 / hour
Technician III .......................................................................................................................... $120.00 / hour
Technician IV ........................................................................................................................... $138.00 / hour
Senior Technician .................................................................................................................... $166.00 / hour
Engineer I, Scientist I, Architect I, Interior Designer, Planner I .............................................. $125.00 / hour
Engineer II, Scientist II, Architect II, Interior Designer, Planner II .......................................... $135.00 / hour
Engineer III, Scientist III, Architect III, Interior Designer, Planner III ...................................... $145.00 / hour
Senior Engineer, Senior Scientist, Senior Architect, Senior Interior Designer,
Senior Planner, Senior Economist ..................................................................................... $171.00 / hour
Project Engineer, Project Scientist, Project Architect, Project Interior Designer,
Project Planner .................................................................................................................. $197.00 / hour
Senior Project Engineer, Senior Project Scientist, Senior Project Architect, Senior
Project Interior Designer, Senior Project Planner ............................................................... $230.00 / hour
Senior Associate, Principal, Senior Client/Project Manager .................................................... $311.00 / hour
Expenses
Geographic Information or GPS Systems ................................................................................ $100.00 / day
Total Station Survey Equipment ............................................................................................... $110.00 / day
Charges for other equipment may appear in a proposal
Out-Of-Pocket Direct Job Expenses ........................................................................................ cost plus 15%
Such as reproductions, sub-consultants / contractors, etc.
Travel Expense
Company or Personal Car Mileage .................................................................................... $ IRS rate / mile*
* the current IRS rate as of Jan. 1, 2019 is: 58 cents per mile
Air and Surface Transportation ................................................................................................ cost plus 15%
Lodging and Sustenance ......................................................................................................... cost plus 15%
Billing & Payment
Travel time is charged for work required to be performed out-of-office. A minimum of two hours will be billed for
any work out-of-office.
Invoicing is on a monthly basis for work performed. Payment for services is due within 30 days from the date of
the invoice. An interest charge of 1.5% per month is made on the unpaid balance starting 30 days after the date
of invoice.
This schedule of billing rates is effective January 1, 2019, and will remain in effect until December 31, 2019, unless
unforeseen increases in operational costs are encountered. We reserve the right to change rates to reflect such
increases.
Attachment 2
Page 262 of 387
Page 263 of 387
Page 1 of 2
Agenda Item No: 7.e.
MEETING DATE/TIME: 5/19/2021
ITEM NO: 2021-856
AGENDA SUMMARY REPORT
SUBJECT: Authorize the City Manager to Negotiate and Execute a Professional Services Agreement for an
Amount Not to Exceed $81,385 with The KPA Group for Design and Engineering Services to Develop Building
Plans/Specifications and a Cost Estimate for ADA Improvements at 501 South State Street, to be Funded
through an Awarded CDBG Grant and Series 2020A Lease Revenue Bond, and Approve Corresponding
Budget Amendment.
DEPARTMENT: Community
Development PREPARED BY: Matt Keizer, Building Official, Seth Strader,
Administrative Analyst
PRESENTER: Consent item
ATTACHMENTS:
1. RFP - Develop Plans and Specs for Barrier Removal
2. KPA Group RFP - Barrier Removal
3. Proposal Evaluation Summary - Final Result
Summary: Council will consider authorizing the City Manager to negotiate and execute a professional
services agreement with The KPA Group for design and engineering services to develop building
plans/specifications and a cost estimate for ADA improvements at 501 S State St, and approve corresponding
budget amendment. The total not to exceed cost of services is $81,385, and will be funded by an awarded
CDBG grant and Series 2020A Lease Revenue Bond.
Background: In 2020, the City purchased the former Bank of America building located at 501 S State Street
for future utilization as a centralized location for providing municipal services. Before primary renovations and
remodeling activities can begin on the building, the building must first be brought into compliance with the
2019 California Building Code (CBC) 11B and requirements within the Americans with Disabilities Act (ADA).
On May 6, 2020, the City Council adopted Resolution No. 2020-20 authorizing, among other applications,
submittal of a CDBG application for $50,000 to develop the design/specifications and complete a feasibility
study for ADA improvements at the 501 S State St building. The State Department of Housing and Community
Development (HCD) awarded the City the full $50,000 requested on February 26, 2021; and the City and HCD
executed the standard agreement, #20-CDBG-12036, for the CDBG grant on April 20, 2021.
After completing the CDBG-required Independent Cost Estimate, the City initiated a Request for Proposals
(RFP) process for architectural and engineering firms on March 19, 2021. The RFP (Attachment 1) was also
sent to regionally-based building exchanges. The City performed a non-mandatory site walk on April 14.
Proposals were due by 5:00 P.M. on April 29.
Discussion: Three proposals were received in response to the City's RFP from the following firms: The KPA
Group, Susan Oldroyd Architect, and DRAMS Architects. The City's Cost Proposal Review Committee,
consisting of the Building Official, Building Inspector ll, and a Planning Manager, completed a review and
evaluation of the proposals on May 11. The KPA Group was recommended by the Committee to be awarded a
contract. Please see Attachment 2 for a copy of The KPA Group's proposal and Attachment 3 for the proposal
evaluation summary.
Page 264 of 387
Page 2 of 2
Costs for all three proposals came in above the City's cost estimate and the total CDBG grant award for the
project. However, the three proposals listed not-to-exceed total project cost amounts, and it is expected the
actual cost of services will be less than the not-to-exceed maximum. Staff has identified funding through the
use of the Series 2020A Lease Revenue Bond to fund any differences between the CDBG grant award of
$50,000 and the total project cost.
Staff recommends Council authorize the City Manager to negotiate and execute a professional services
agreement with The KPA Group for a total not-to-exceed cost of $81,385 to develop plans/specifications and a
cost estimate for ADA improvements at 501 S State St, and approve corresponding budget amendment.
Recommended Action: Authorize the City Manager to negotiate and execute a professional services
agreement for an amount not to exceed $81,385 with The KPA Group for design and engineering services to
develop building plans for barrier removal at 501 S State St, to be paid from CDBG grant funding and Series
2020A Lease Revenue Bond, and approve corresponding budget amendment.
BUDGET AMENDMENT REQUIRED: Yes
CURRENT BUDGET AMOUNT: 20822500.80230.18176: $0
PROPOSED BUDGET AMOUNT: 20822500.80220.18176: $81,385
FINANCING SOURCE: 20-CDBG-12036;Series 2020A Lease Revenue Bond
PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A
COORDINATED WITH: Craig Schlatter, Community Development Director
Page 265 of 387
REQUEST FOR PROPOSAL
DESIGN AND ENGINEERING SERVICES
DEVELOP BUILDING PLANS
FOR BARRIER REMOVAL
Request Date: March 19, 2021
Deadline for Responses: April 16, 2021, 5:00 P.M. (PST)
ATTACHMENT 1
Page 266 of 387
City of Ukiah Page 2
Request for Proposals – Develop Building Plans for Barrier Removal
CITY OF UKIAH
Request for Proposal (RFP) –Design and Engineering Services
Develop Building Plans for Barrier Removal
1.0 INTRODUCTION & BACKGROUND
The City of Ukiah (City) is requesting proposals for the services of an architect, or engineer to perform
design and/or engineering services for the development of a complete set of building plans for barrier
removal on a newly purchased City owned building located at 501 South State Street, Ukiah. The goal
will be for the building to be fully compliant with 2019 CBC 11B and the ADA.
2.0 SCHEDULE OF EVENTS
The schedule for this procurement is as follows:
Distribute Request for Proposals: March 19, 2021
Deadline for Responses: April 16, 2021, 5:00 P.M. (Pacific Time)
City Evaluation of Proposals: By April 23, 2021
Interviews (if necessary) By April 30, 2021
City Council approval requested
for recommended firm: April 21, 2021
The City must receive proposals no later than the time and date specified above. Those proposals
received after this date and time will not be considered. Proposals will only be accepted electronically.
Send your proposals to the following:
Seth Strader
Buyer I
City of Ukiah
Email: sstrader@cityofukiah.com
Acceptable forms of electronic delivery are emailing the proposal directly, or providing a link to the
documents for download, as long as the email is received by the established deadline. It is highly
recommended to request a delivery receipt with the email to confirm that it has been received.
3.0 SCOPE OF WORK
The scope of services shall include tasks described below, as well as other elements or
modifications, which may be suggested by consultants presenting proposals to better meet the
needs of the City. All services shall be provided in accordance with the following attachments:
Attachment A – City of Ukiah Insurance Requirements; Attachment B – City of Ukiah Professional
Services Agreement; and Attachment C – the Federally required contract provisions for Community
Development Block Grant (CDBG) – Aided Consultant Contracts. City reserves the right to add
attachments upon award of the CDBG grant for this activity.
A. CASp Review/Inspection
CASp review/inspection shall be performed by a licensed firm for this work at the start of the
project. The sub-consultant shall be approved by the City.
B. Design
The Consultant shall work on the design development process and produce the final building plan
designs. The listing below is a brief summary of the design elements:
1. The design shall comply with the 2019 California Building Code, 2019 Plumbing Code,
Page 267 of 387
City of Ukiah Page 3
Request for Proposals – Develop Building Plans for Barrier Removal
2019 Electrical Code, 2019 California Mechanical Code, 2019 California Fire Code, 2019
California Energy Code, 2019 Title 24 California Energy Efficiency Standards, 2019
California Green Building Standards Code, and City of Ukiah Ordinances and
Amendments.
C. Production of Plans and Specifications
Upon the approval by the City of the final design, the Consultant shall prepare building plans and
technical specifications. Technical specifications are to include:
1. Specifications must give written instruction and procedures for the installation of the
various elements shown on the drawings.
2. Include mechanical, electrical, structural and building code requirements (including
seismic and safety codes).
3. Submit draft plans and specifications to City for review.
4. Receive comments on plans and specifications and prepare final documents. Final
documents must be sealed and signed by an architect or engineer licensed to practice in
California.
5. Provide one set of reproducible plans and one copy-ready set of specifications.
6. Provide one copy of plans and specifications in digital (PDF) format.
7. Provide a final construction cost opinion based upon 90% plans/specs.
D. Deliverables
The following is a list of project deliverables:
1. Preliminary Design Plan
2. Final Design Plan
3. Draft Building Plans and Specifications 50%
4. Draft Building Plans and Specifications 90%
5. Final construction cost opinion based upon 90% plans/specs. Cost opinion is to include
the schedule of values, and item descriptions that will be used in subsequent bid.
documents.
6. Final Plans & Specifications 100%
E. Project Schedule
Draft Building Plans and Specifications 90%: by August 1, 2021.
Final Plans & Specifications including final construction cost opinion: by September 1, 2021.
4.0 REQUIRED PROPOSAL CONTENT
Firms interested in providing the services described in the section above must submit a proposal
responding to all the questions below and providing all information requested in a format that
mirrors the RFP by section and order listed. Proposals shall include at a minimum:
A. Cover Letter
The cover letter should contain the name, address, and brief history of the firm. The cover letter
must be signed by an official authorized to bind the successful firm contractually and shall contain a
statement to the effect that the proposal is a firm offer for a minimum period of sixty (60) days after
the submittal date. The letter shall also provide the name, title, address, and telephone number of
individuals with the authority to negotiate a contract and bind the consultant to the terms of the
contract.
B. Project Understanding and Proposed Approach
Describe your firm’s understanding of the project and how your firm intends to structure the project
approach.
Page 268 of 387
City of Ukiah Page 4
Request for Proposals – Develop Building Plans for Barrier Removal
C. Project Team
Identify the key personnel to be assigned to this project, including the qualifications and experience
as related to the project. Resumes for each of the key personnel are to be provided. Identify any
sub-consultants/subcontractors that will be used, including their qualifications and experience, as
well as the work they will accomplish. Staff proposed to be in charge of the project must
demonstrate significant experience supervising similar work. Describe the proposed organizational
structure between consultant and sub-consultants/subcontractors, including current and previous
work assignments.
D. Experience and References
Provide descriptions of related project experience for at least three similar projects on which the
firm has performed work over the past ten years. For the sub-consultants/subcontractors that will
be used for more than 10% of the project budget, provide the same detail. Each project description
shall be limited to a maximum of 4 pages, including project images and must provide client
references and client contact information.
E. Minority or Women-Owned Business
Identification of the firm’s ownership as a minority or women-owned business and/or identification
of Section 3 hiring practices.
F. Fee Proposal
Provide a separate fee proposal based on an hourly rate schedule with a “not to exceed” maximum
cost for the work identified in the Scope of Services. Provide a tabulation of the project staff and
number of work hours for each task. Indicate if travel time, mileage, and per diem will be charged.
Include any sub-consultant cost. Additionally, please identify miscellaneous costs associated with
this proposal. Submit a copy of your firm’s current itemized hourly rate fee schedule.
G. Proposed Project Schedule
Provide a proposed schedule of completion for each task and list of task deliverables.
H. Exceptions
Identify any exceptions you are proposing with respect to the Scope of Services. Additionally, if
there are any exceptions to the City’s insurance requirements and/or the City’s draft professional
services agreement as shown in the attachments, the Consultant should list the exceptions in the
proposal.
5.0 PROPOSAL EVALUATION
The following evaluation criteria will be used in evaluating and selecting candidates:
A. Demonstration of understanding of the project. (30 points)
B. Clarity of submittal and responsiveness to the RFP. (20 points)
C. Qualifications, competence, technical ability and relevant experience of specific personnel
identified by the consultant. (30 points)
D. Quality of consultant’s related work experience: experience with similar projects, experience
with preparation of construction plans and specifications for a government agency, cost
estimates, and permitting. (20 points)
The City reserves the right to reject any and all proposals. The City reserves the right to award a
contract to the firm that presents the proposal, which in the sole judgment of the City best serves the
City’s interest. The City reserves the right to reject any or all proposals, to waive minor irregularities
in said proposals, and/or negotiate minor deviations with the successful firm.
Page 269 of 387
City of Ukiah Page 5
Request for Proposals – Develop Building Plans for Barrier Removal
6.0 CONTACT PERSON
Please contact Seth Strader, Buyer I, if you have questions or require additional information. Questions
must be submitted in writing via email. Contact information can be found below.
Seth Strader, Buyer I
City of Ukiah
(707) 467-5719
sstrader@cityofukiah.com
Communication between a proposing company and a member of the City staff, other than the
designated contact person, or between a proposing company and a non-designated City representative
regarding the selection of a proposing company or award of this contract is explicitly prohibited from the
time the RFP is advertised until the selection of a proposing company or award of the contract.
Questions pertaining to this RFP shall be addressed to the party specified above. Failure of a proposing
company, or any of its representatives, to comply with this paragraph will result in their proposal being
rejected.
7.0 ADDENDA
If it becomes necessary to revise any part of this Request for Proposal after it has 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 documents. Anyone who intends to submit a
proposal in response to this solicitation must check the website frequently for any posted addenda.
Anyone submitting a proposal will be deemed to have seen and agreed to be bound by the posted
addenda.
8.0 INSURANCE REQUIREMENTS
Provided as Attachment “A” are the City’s complete insurance requirements. Awarded firm, prior to
performing any work, shall procure and maintain for the duration of the contract insurance per the
attached requirements.
9.0 CITY BUSINESS LICENSE
Awarded firm will be required to maintain a City business license for the duration of the contract.
Information regarding the City business license can be found on the City website, at
www.cityofukiah.com/businesses.
10.0 PUBLIC RECORDS
All materials submitted in response to this RFP are property of the City and will not be returned. The
materials will be a public record subject to the disclosure provisions of the California Public Records
Act and any other related public law or provision of such laws.
11.0 FINANCIAL RESPONSIBLITY
The City accepts no financial responsibility for any costs incurred by a firm in responding to this RFP.
Submissions will become the property of the City and may be used by the City in any way deemed
appropriate.
Page 270 of 387
Page 1 of 2
ATTACHMENT A
INSURANCE REQUIREMENTS FOR CONSULTANTS
Consultant(s) shall procure and maintain for the duration of the contract insurance against claims for injuries
to persons or damages to property which may arise from or in connection with the performance of the work
hereunder by the Consultant(s), his agents, representatives, or employees.
I. Minimum Scope of Insurance
Coverage shall be at least as broad as:
A. Insurance Services Office Commercial General Liability coverage (Form No. CG 20 10 10 01 and
Commercial General Liability – Completed Operations Form No. CG 20 37 10 01).
B. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1
(any auto).
C. Workers’ Compensation insurance as required by the State of California and Employer’s Liability
Insurance.
D. Errors and Omissions liability insurance appropriate to the consultant’s profession. Architects’ and
engineers’ coverage is to be endorsed to include contractual liability.
II. Minimum Limits of Insurance
Consultant shall maintain limits no less than:
A. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage
including operations, products and completed operations, as applicable. If Commercial General
Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit
shall apply separately to this project/location or the general aggregate limit shall be twice the required
occurrence limit. Insurance must be written on an occurrence basis.
B. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. Insurance must
be written on an occurrence basis.
C. Workman’s Compensation Employer’s Liability: $1,000,000 per accident for bodily injury or disease.
D. Errors and Omissions liability: $1,000,000 per occurrence. If written on a claims-made basis,
insurance coverage must cover claims filed within 3 years after contract work completed.
III. Deductibles and Self-Insured Retentions
Any deductibles or self-insured retentions must be declared to and approved by the City. The City may
require the insurer to reduce or eliminate such deductibles or self -insured retentions with respect to the
City, its officers, officials, employees and volunteers; or the Consultant to provide a financial guarantee
satisfactory to the City guaranteeing payment of losses and related investigations, claim administration and
defense expenses; or to approve the deductible without a guarantee.
IV. REQUIRED Insurance Provisions
Proof of general liability and automobile liability policies are to contain, or be endorsed to
contain, the following provisions:
A. The City, its officers, officials, employees, and volunteers are to be covered as ADDITIONAL
INSURED with respect to liability arising out of automobiles owned, leased, hired or borrowed by or
on behalf of the contractor; and with respect to liability arising out of work or operations performed
by or on behalf of the Consultant including materials, parts or equipment, furnished in connection
with such work or operations. General liability coverage can be provided in the form of an
endorsement to the Consultant’s insurance, or as a separate owner’s policy.
Page 271 of 387
Page 2 of 2
B. The workers’ compensation policy is to be endorsed with a waiver of subrogation. The
insurance company, in its endorsement, agrees to waive all rights of subrogation against the City, its
officers, officials, employees and volunteers for losses paid under the terms of this policy which
arises from the work performed by the named insured for the City. NOTE: You cannot be added as
an additional insured on a workers’ compensation policy.
C. For any claims related to this project, the Consultant’s insurance coverage shall be primary
insurance with respect to the City, its officers, officials, employees, and volunteers. Any insurance
or self-insurance maintained by the City, its officers, officials, employees, or volunteers shall be in
excess of the Consultant’s insurance and shall not contribute with it.
D. Each insurance policy required by this clause shall be endorsed to state that coverage shall not
be canceled by either party, except after thirty (30) days’ prior written notice by certified mail, return
receipt requested, has been given to the City.
V. RATING - Acceptability of Insurers
Insurance is to be placed with admitted California insurers with a current A.M. Best’s rating of no less than
A- for financial strength, AA for long-term credit rating and AMB-1 for short-term credit rating.
VI. Verification of Coverage
Consultant shall furnish the City with original certificates and amendatory endorsements effecting coverage
required by this clause. The endorsements should be on forms provided by the City. If endorsements
are on forms other than the City’s forms, those endorsements must provide coverage that is equivalent to or
better than the forms requested by the City. All certificates and endorsements are to be received and
approved by the City before work commences. The City reserves the right to require complete, certified
copies of all required insurance policies, including endorsements affecting the coverage required by these
specifications at any time.
If you have questions regarding our insurance requirements contact:
Risk Manager
(707) 463-6287 or FAX (707) 463-6204
Revised: 11/20/08
Page 272 of 387
Building Plans for Barrier Removal - ProfSvcsAgreement- 2021 1
ATTACHMENT B - AGREEMENT FOR
PROFESSIONAL CONSULTING SERVICES
This Agreement, made and entered into this day of , 2021 (“Effective Date”),
by and between CITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" and
___________, a corporation organized and in good standing under the laws of the state of
California, hereinafter referred to as "Consultant".
RECITALS
This Agreement is predicated on the following facts:
a. City requires consulting services related to providing design and engineering services for
the development of building plans for barrier removal for a City owned building located at
501 South State Street, funded by Community Development Block Grant (CDBG) #20-
CDBG-_________.
b. Consultant represents that it has the qualifications, skills, experience and properly
licensed to provide these services, and is willing to provide them according to the terms
of this Agreement.
c. City and Consultant agree upon the Scope-of-Work and Work Schedule attached hereto
as Attachment "1", describing contract provisions for the project and setting forth the
completion dates for the various services to be provided pursuant to this Agreement.
TERMS OF AGREEMENT
1.0 DESCRIPTION OF PROJECT
1.1 The Project is described in detail in the attached Scope-of-Work (Attachment "1").
2.0 SCOPE OF SERVICES
2.1 As set forth in Attachment "1".
2.2. Additional Services. Additional services, if any, shall only proceed upon written
agreement between City and Consultant. The written Agreement shall be in the form of
an Amendment to this Agreement.
3.0 CONDUCT OF WORK
3.1 Time of Completion. Consultant shall commence performance of services as required
by the Scope-of-Work upon receipt of a Notice to Proceed from City and shall complete
such services by ____________. The term of this agreement may be extended up to an
additional _______ days/years, for a total of five (5) years, upon written approval by the
City of Ukiah. Consultant shall complete the work to the City’s reasonable satisfaction,
even if contract disputes arise or Consultant contends it is entitled to further
compensation.
Page 273 of 387
Building Plans for Barrier Removal - ProfSvcsAgreement- 2021 2
4.0 COMPENSATION FOR SERVICES
4.1 Basis for Compensation. For the performance of the professional services of this
Agreement, Consultant shall be compensated on a time and expense basis not to
exceed a guaranteed maximum dollar amount of $140,000. Labor charges shall be
based upon hourly billing rates for the various classifications of personnel employed by
Consultant to perform the Scope of Work as set forth in the attached Attachment 1,
which shall include all indirect costs and expenses of every kind or nature, except direct
expenses. The direct expenses and the fees to be charged for same shall be as set
forth in Attachment 2. Consultant shall complete the Scope of Work for the not-to-
exceed guaranteed maximum, even if actual time and expenses exceed that amount.
4.2 Changes. Should changes in compensation be required because of changes to the
Scope-of-Work of this Agreement, the parties shall agree in writing to any changes in
compensation. "Changes to the Scope-of-Work" means different activities than those
described in Attachment “1” and not additional time to complete those activities than the
parties anticipated on the date they entered this Agreement.
4.3 Sub-contractor Payment. The use of sub-consultants or other services to perform a
portion of the work of this Agreement shall be approved by City prior to commencement
of work. The cost of sub-consultants shall be included within guaranteed not-to-exceed
amount set forth in Section 4.1.
4.4 Terms of Payment. Payment to Consultant for services rendered in accordance with this
contract shall be based upon submission of monthly invoices for the work satisfactorily
performed prior to the date of the invoice less any amount already paid to Consultant,
which amounts shall be due and payable thirty (30) days after receipt by City. The
invoices shall provide a description of each item of work performed, the time expended
to perform each task, the fees charged for that task, and the direct expenses incurred
and billed for. Invoices shall be accompanied by documentation sufficient to enable City
to determine progress made and to support the expenses claimed.
5.0 ASSURANCES OF CONSULTANT
5.1 Independent Contractor. Consultant is an independent contractor and is solely
responsible for its acts or omissions. Consultant (including its agents, servants, and
employees) is not the City's agent, employee, or representative for any purpose.
It is the express intention of the parties hereto that Consultant is an independent
contractor and not an employee, joint venturer, or partner of City for any purpose
whatsoever. City shall have no right to, and shall not control the manner or prescribe the
method of accomplishing those services contracted to and performed by Consultant
under this Agreement, and the general public and all governmental agencies regulating
such activity shall be so informed.
Those provisions of this Agreement that reserve ultimate authority in City have been
inserted solely to achieve compliance with federal and state laws, rules, regulations, and
interpretations thereof. No such provisions and no other provisions of this Agreement
shall be interpreted or construed as creating or establishing the relationship of employer
and employee between Consultant and City.
Page 274 of 387
Building Plans for Barrier Removal - ProfSvcsAgreement- 2021 3
Consultant shall pay all estimated and actual federal and state income and self-
employment taxes that are due the state and federal government and shall furnish and
pay worker's compensation insurance, unemployment insurance and any other benefits
required by law for himself and his employees, if any. Consultant agrees to indemnify
and hold City and its officers, agents and employees harmless from and against any
claims or demands by federal, state or local government agencies for any such taxes or
benefits due but not paid by Consultant, including the legal costs associated with
defending against any audit, claim, demand or law suit.
Consultant warrants and represents that it is a properly licensed professional or
professional organization with a substantial investment in its business and that it
maintains its own offices and staff which it will use in performing under this Agreement.
5.2 Conflict of Interest. Consultant understands that its professional responsibility is solely
to City. Consultant has no interest and will not acquire any direct or indirect interest that
would conflict with its performance of the Agreement. Consultant shall not in the
performance of this Agreement employ a person having such an interest. If the City
Manager determines that the Consultant has a disclosure obligation under the City’s
local conflict of interest code, the Consultant shall file the required disclosure form with
the City Clerk within 10 days of being notified of the City Manager’s determination.
6.0 INDEMNIFICATION
6.1 Insurance Liability. Without limiting Consultant's obligations arising under Paragraph 6.2
Consultant shall not begin work under this Agreement until it procures and maintains for
the full period of time allowed by law, surviving the termination of this Agreement
insurance against claims for injuries to persons or damages to property, which may arise
from or in connection with its performance under this Agreement.
A. Minimum Scope of Insurance
Coverage shall be at least as broad as:
1. Insurance Services Office ("ISO) Commercial General Liability Coverage
Form No. CG 20 10 10 01 and Commercial General Liability Coverage –
Completed Operations Form No. CG 20 37 10 01.
2. ISO Form No. CA 0001 (Ed. 1/87) covering Automobile Liability, Code 1
"any auto" or Code 8, 9 if no owned autos and endorsement CA 0025.
3. Worker's Compensation Insurance as required by the Labor Code of the
State of California and Employers Liability Insurance.
4. Errors and Omissions liability insurance appropriate to the consultant’s
profession. Architects’ and engineers’ coverage is to be endorsed to
include contractual liability.
B. Minimum Limits of Insurance
Consultant shall maintain limits no less than:
Page 275 of 387
Building Plans for Barrier Removal - ProfSvcsAgreement- 2021 4
1. General Liability: $1,000,000 combined single limit per occurrence for
bodily injury, personal injury and property damage including operations,
products and completed operations. If Commercial General Liability
Insurance or other form with a general aggregate limit is used, the
general aggregate limit shall apply separately to the work performed
under this Agreement, or the aggregate limit shall be twice the prescribed
per occurrence limit.
2. Automobile Liability: $1,000,000 combined single limit per accident for
bodily injury and property damage.
3. Worker's Compensation and Employers Liability: Worker's compensation
limits as required by the Labor Code of the State of California and
Employers Liability limits of $1,000,000 per accident.
4. Errors and Omissions liability: $1,000,000 per occurrence.
C. Deductibles and Self-Insured Retentions
Any deductibles or self-insured retentions must be declared to and approved by
the City. At the option of the City, either the insurer shall reduce or eliminate
such deductibles or self-insured retentions as respects to the City, its officers,
officials, employees and volunteers; or the Consultant shall procure a bond
guaranteeing payment of losses and related investigations, claim administration
and defense expenses.
D. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, the following provisions:
1. General Liability and Automobile Liability Coverages
a. The City, it officers, officials, employees and volunteers are to be
covered as additional insureds as respects; liability arising out of
activities performed by or on behalf of the Consultant, products
and completed operations of the Consultant, premises owned,
occupied or used by the Consultant, or automobiles owned, hired
or borrowed by the Consultant for the full period of time allowed by
law, surviving the termination of this Agreement. The coverage
shall contain no special limitations on the scope-of-protection
afforded to the City, its officers, officials, employees or volunteers.
b. The Consultant's insurance coverage shall be primary insurance
as respects to the City, its officers, officials, employees and
volunteers. Any insurance or self-insurance maintained by the
City, its officers, officials, employees or volunteers shall be in
excess of the Consultant's insurance and shall not contribute with
it.
c. Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to the City, its officers, officials,
employees or volunteers.
Page 276 of 387
Building Plans for Barrier Removal - ProfSvcsAgreement- 2021 5
d. The Consultant's insurance shall apply separately to each insured
against whom claim is made or suit is brought, except with respect
to the limits of the insurer's liability.
2. Worker's Compensation and Employers Liability Coverage
The insurer shall agree to waive all rights of subrogation against the City,
its officers, officials, employees and volunteers for losses arising from
Consultant's performance of the work, pursuant to this Agreement.
3. Professional Liability Coverage
If written on a claims-made basis, the retroactivity date shall be the
effective date of this Agreement. The policy period shall extend through
the duration of the project.
4. All Coverages
Each Insurance policy required by this clause shall be endorsed to state
that coverage shall not be suspended, voided, canceled by either party,
reduced in coverage or in limits except after thirty (30) days prior written
notice by certified mail, return receipt requested, has been given to the
City.
E. Acceptability of Insurers
Insurance is to be placed with admitted California insurers with an A.M. Best's
rating of no less than A- for financial strength, AA for long-term credit rating and
AMB-1 for short-term credit rating.
F. Verification of Coverage
Consultant shall furnish the City with Certificates of Insurance and with original
Endorsements effecting coverage required by this Agreement. The Certificates
and Endorsements for each insurance policy are to be signed by a person
authorized by that insurer to bind coverage on its behalf. The Certificates and
Endorsements are to be on forms provided or approved by the City. Where by
statute, the City's Workers' Compensation - related forms cannot be used,
equivalent forms approved by the Insurance Commissioner are to be substituted.
All Certificates and Endorsements are to be received and approved by the City
before Consultant begins the work of this Agreement. The City reserves the right
to require complete, certified copies of all required insurance policies, at any
time. If Consultant fails to provide the coverages required herein, the City shall
have the right, but not the obligation, to purchase any or all of them. In that
event, the cost of insurance becomes part of the compensation due the
contractor after notice to Consultant that City has paid the premium.
G. Subcontractors
Consultant shall include all subcontractors or sub-consultants as insured under
its policies or shall furnish separate certificates and endorsements for each sub-
Page 277 of 387
Building Plans for Barrier Removal - ProfSvcsAgreement- 2021 6
contractor or sub-consultant. All coverage for sub-contractors or sub-consultants
shall be subject to all insurance requirements set forth in this Paragraph 6.1.
6.2 Indemnification. Notwithstanding the foregoing insurance requirements, and in addition
thereto, Consultant agrees, for the full period of time allowed by law, surviving the
termination of this Agreement, to indemnify the City for any claim, cost or liability that
arises out of, or pertains to, or relates to any negligent act or omission or the willful
misconduct of Consultant in the performance of services under this contract by
Consultant, but this indemnity does not apply to liability for damages for death or bodily
injury to persons, injury to property, or other loss, arising from the sole negligence, willful
misconduct or defects in design by the City, or arising from the active negligence of the
City.
“Indemnify,” as used herein includes the expenses of defending against a claim and the
payment of any settlement or judgment arising out of the claim. Defense costs include
all costs associated with defending the claim, including, but not limited to, the fees of
attorneys, investigators, consultants, experts and expert witnesses, and litigation
expenses.
References in this paragraph to City or Consultant, include their officers, employees,
agents, and subcontractors.
7.0 APPLICABLE STATE/FEDERAL GRANT PROVISIONS
7.1 Equal Opportunity.
1. The Civil Rights, Housing and Community Development, and Age Discrimination Acts
Assurances
During the performance of this Agreement, the Consultant assures that no otherwise
qualified person shall be excluded from the participation or employment, denied program
benefits, or be subjected to discrimination based on race, color, national origin, sex, age, or
handicap, under any program or activity funded by this contract, as required by Title VI of
the Civil Rights Act of 1964, Title I of the Housing and Community Development Act of 1974,
as amended, and the Age Discrimination Act of 1975, the Fair Housing Act of 1988, and all
implementing regulations.
2. Rehabilitation Act of 1973 and the “504 Coordinator”
The Consultant agrees to comply with the City’s implementation of the Rehabilitation Act of
1973, as amended, and its regulations, 24 CFR Part 8, including, but not limited to, the
local designation of a special person charged with local enforcement of this Act, as the
“504 Coordinator”.
3. The Training, Employment, and Contracting Opportunities Assurance of Compliance:
a. The work to be performed under this Agreement is on a project assisted under a
program providing direct federal financial assistance from the Department of Housing
and Urban Development and is subject to the requirements of Section 3 of the Housing
and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u. Section 3
requires that to the greatest extent feasible, opportunities for training and employment
be given lower income residents of the project area and contracts for Work in
Page 278 of 387
Building Plans for Barrier Removal - ProfSvcsAgreement- 2021 7
connection with the project be awarded to business concerns which are located in, or
owned in substantial part by persons residing in the area of the project.
b. The parties to this Agreement will comply with the provisions of said Section 3 and the
regulations issued pursuant thereto by the Secretary of Housing and Urban
Development set forth in 24 CFR Part 135, and all applicable rules and orders of the
Department issued thereunder prior to the execution of this contract. The parties to
this contract certify and agree that they are under no contractual or other disability,
which would prevent them from complying with these requirements.
c. The Consultant will send to each labor organization or representative of workers with
which he has a collective bargaining agreement or other contract or understanding, if
any, a notice advertising the said labor organization or worker's representative of his
commitments under this Section 3 clause and shall post copies of the notice in
conspicuous places available to employees and applicants for employment or training.
d. The Consultant will include these Section 3 clauses in every contract and subcontract
for Work in connection with the project and will, at the direction of the State, take
appropriate action pursuant to the contract upon a finding that any subcontractor is in
violation of regulations issued by the Secretary of Housing and Urban Development,
24 CFR Part 135 and, will not let any contract unless the Consultant has first provided
it with a preliminary statement of ability to comply with the requirements of these
regulations.
e. Compliance with the provisions of Section 3, the regulations set forth in 24 CFR Part
135, and all applicable rules and orders of the Department issued thereunder prior to
the execution of the Agreement shall be a condition of the federal financial assistance
provided to the project, binding upon the Consultant and its successors, and assigns to
those sanctions specified by the grant or contract through which federal assistance is
provided, and to such sanctions as are specified by 24 CFR Part 135.
4. State Nondiscrimination Clause:
a. During the performance of this contract, City, and Consultant shall not unlawfully
discriminate, harass, or allow harassment, against any employee or applicant for
employment because of race, religion, color, national origin, ancestry, physical
handicap, medical condition (cancer), physical disability (including HIV and AIDS),
marital status, age (over 40), sex, denial of family and medical leave, and denial of
pregnancy leave. Consultant shall insure that the evaluation and treatment of their
employees and applicants for employment are free of such discrimination and
harassment. Consultant shall comply with the provisions of the Fair Employment and
Housing Act (Government Code, Section 12900 et seq.) and the applicable regulations
promulgated thereunder (California Code of Regulations, Title 2, Section 7258.0 et
seq.) The applicable regulations of the Fair Employment and Housing Commission
implementing Government Code, Section 12990(a-f), set forth in Chapter 5, of Division
4 of Title 2 of the California Code of Regulations, are incorporated into this agreement
by reference and made a part hereof as if set forth in full. City, Consultant shall give
written notice of their obligations under this clause to labor organizations with which
they have a collective bargaining or other agreement.
b. City and Consultant shall include the nondiscrimination and compliance provisions of
this clause in all subcontracts to perform work under the contract.
Page 279 of 387
Building Plans for Barrier Removal - ProfSvcsAgreement- 2021 8
5. Americans with Disabilities Act (ADA) of 1990
By signing this agreement, the parties to this agreement assure the State that they will
comply with the Americans with Disabilities Act (ADA) of 1990, (42 USC 12101 et seq.),
which prohibits discrimination on the basis of disability as well as all applicable
regulations and guidelines issued pursuant to the ADA.
6. Assurance of Compliance with Requirements Placed on Construction Contracts of
$10,000 or More
The City and the Consultant hereby agree to place in every contract for construction
exceeding $10,000 the Notice of Requirement for Affirmative Action to ensure Equal
Employment Opportunity (Executive Order 11246), the Standard Equal Employment
Opportunity, Construction Contract Specifications. The City furthermore agrees to insert
the appropriate Goals and Timetables issued by the U.S. Department of Labor in such
contracts and subcontracts.
7.2 Monitoring and Audit. Consultant agrees to allow the Housing and Community
Development Department, Bureau of State Audits, HUD, or other State or federal
agencies or their representatives, upon reasonable notice, unrestricted access to all
relevant records, documents, books, accounts, and all other materials for grant
monitoring or auditing purposes, including the monitoring for conformity with any Grant
Agreement. City will monitor for conformity with its State contract.
7.3 Copeland Act. Consultant shall comply with the Copeland "Anti-Kickback" Act (18
U.S.C. §874) as supplemented in Department of Labor regulations (29 CFR Part 3).
7.4 Copyright. Any documents furnished by City or produced by Contractor in the
performance of this Contract belongs to City which shall own any and all intellectual
property and copyrights thereto. Any discovery or invention developed by City or
Consultant in the performance of this Contract shall belong to City which shall have the
exclusive right to seek patent protection therefor.
7.5 Access to Records. Consultant shall provide City, the U.S. Department of Housing and
Urban Development (“HUD”), the Comptroller General of the United States, or any of
their duly authorized representatives to any books, documents, papers, and records of
the Consultant which are directly pertinent to that specific contract for the purpose of
making audit, examination, excerpts, and transcriptions.
7.6 Retention of Records. Consultant shall retain all records related to its performance
under this Agreement and City’s payments hereunder for five years after final payment
has been made hereunder and all other pending matters are closed.
7.7. Environmental Compliance. Consultant shall comply with all applicable standards,
orders, or requirements issued under section 306 of the Clean Air Act (42 U.S.C.
§1857(h)), section 508 of the Clean Water Act (33 U.S.C.§1368), Executive Order
11738, and Environmental Protection Agency regulations (40 CFR part 15).
Page 280 of 387
Building Plans for Barrier Removal - ProfSvcsAgreement- 2021 9
7.8. Energy Efficiency. Consultant shall comply with all mandatory standards and policies
relating to energy efficiency which are contained in the state energy conservation plan
issued in compliance with the Energy Policy and Conservation Act (Pub. Law 94-163, 89
Stat. 871).
7.9. Anti-lobbying Requirements. The anti-lobbying certification attached hereto as Exhibit 1
is a material representation of fact upon which the City has relied in entering this
agreement.
8.0 CONTRACT PROVISIONS
8.1 Ownership of Work. All documents furnished to Consultant by City and all documents or
reports and supportive data prepared by Consultant under this Agreement are owned
and become the property of the City upon their creation and shall be given to City
immediately upon demand and at the completion of Consultant's services at no
additional cost to City. Deliverables are identified in the Scope-of-Work, Attachment “1”.
All documents produced by Consultant shall be furnished to City in digital format and
hardcopy. Consultant shall produce the digital format, using software and media
approved by City.
8.2 Governing Law. Consultant shall comply with the laws and regulations of the United
States, the State of California, and all local governments having jurisdiction over this
Agreement. The interpretation and enforcement of this Agreement shall be governed by
California law and any action arising under or in connection with this Agreement must be
filed in a Court of competent jurisdiction in Mendocino County.
8.3 Entire Agreement. This Agreement plus its Attachment(s) and executed Amendments
set forth the entire understanding between the parties.
8.4 Severability. If any term of this Agreement is held invalid by a court of competent
jurisdiction, the remainder of this Agreement shall remain in effect.
8.5 Modification. No modification of this Agreement is valid unless made with the agreement
of both parties in writing.
8.6 Assignment. Consultant's services are considered unique and personal. Consultant
shall not assign, transfer, or sub-contract its interest or obligation under all or any portion
of this Agreement without City's prior written consent.
8.7 Waiver. No waiver of a breach of any covenant, term, or condition of this Agreement
shall be a waiver of any other or subsequent breach of the same or any other covenant,
term or condition or a waiver of the covenant, term or condition itself.
8.8 Termination. This Agreement may only be terminated by either party: 1) for breach of
the Agreement; 2) because funds are no longer available to pay Consultant for services
provided under this Agreement; or 3) City has abandoned and does not wish to complete
the project for which Consultant was retained. A party shall notify the other party of any
alleged breach of the Agreement and of the action required to cure the breach. If the
breaching party fails to cure the breach within the time specified in the notice, the
contract shall be terminated as of that time. If terminated for lack of funds or
abandonment of the project, the contract shall terminate on the date notice of
termination is given to Consultant. City shall pay the Consultant only for services
Page 281 of 387
Building Plans for Barrier Removal - ProfSvcsAgreement- 2021 10
performed and expenses incurred as of the effective termination date. In such event, as
a condition to payment, Consultant shall provide to City all finished or unfinished
documents, data, studies, surveys, drawings, maps, models, photographs and reports
prepared by the Consultant under this Agreement. Consultant shall be entitled to
receive just and equitable compensation for any work satisfactorily completed
hereunder, subject to off-set for any direct or consequential damages City may incur as
a result of Consultant's breach of contract.
8.9 Duplicate Originals. This Agreement may be executed in duplicate originals, each
bearing the original signature of the parties. When so signed, each such document shall
be admissible in administrative or judicial proceedings as proof of the terms of the
Agreement between the parties.
9.0 NOTICES
Any notice given under this Agreement shall be in writing and deemed given when
personally delivered or deposited in the mail (certified or registered) addressed to the
parties as follows:
CITY OF UKIAH CONSULTANT
CITY MANAGER’S OFFICE CONTACT PERSON
300 SEMINARY AVE. ADDRESS
UKIAH, CA 95482 CITY, STATE, ZIP
10.0 SIGNATURES
IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date:
CONSULTANT
BY: __________________________ ____________________
Date
PRINT NAME: _________________
__________________
IRS IDN Number
CITY OF UKIAH
BY: ____________________
SAGE SANGIACOMO Date
CITY MANAGER
ATTEST
____________________
KRISTINE LAWLER Date
CITY CLERK
Page 282 of 387
Building Plans for Barrier Removal - ProfSvcsAgreement- 2021 11
ATTACHMENT 1
SCOPE OF WORK
The scope of services shall include tasks described below:
A. CASp Review/Inspection
CASp review/inspection shall be performed by a licensed firm for this work at the start of
the project. The sub-consultant shall be approved by the City.
B. Design
The Consultant shall work on the design development process and produce the final
building plan designs. The listing below is a brief summary of the design elements:
1. The design shall comply with the 2019 California Building Code, 2019 Plumbing
Code, 2019 Electrical Code, 2019 California Mechanical Code, 2019 California
Fire Code, 2019 California Energy Code, 2019 Title 24 California Energy
Efficiency Standards, 2019 California Green Building Standards Code, and City
of Ukiah Ordinances and Amendments.
C. Production of Plans and Specifications
Upon the approval by the City of the final design, the Consultant shall prepare building
plans and technical specifications. Technical specifications are to include:
1. Specifications must give written instruction and procedures for the installation of
the various elements shown on the drawings.
2. Include mechanical, electrical, structural and building code requirements
(including seismic and safety codes).
3. Submit draft plans and specifications to City for review.
4. Receive comments on plans and specifications and prepare final documents.
Final documents must be sealed and signed by an architect or engineer licensed
to practice in California.
5. Provide one set of reproducible plans and one copy-ready set of specifications.
6. Provide one copy of plans and specifications in digital (PDF) format.
7. Provide a final construction cost opinion based upon 90% plans/specs.
D. Deliverables
The following is a list of project deliverables:
1. Preliminary Design Plan
2. Final Design Plan
3. Draft Building Plans and Specifications 50%
4. Draft Building Plans and Specifications 90%
5. Final cost opinion based upon 90% plans/specs. Cost opinion is to include the
schedule of values, and item descriptions that will be used in subsequent bid.
6. Final Plans & Specifications 100%
Page 283 of 387
Building Plans for Barrier Removal - ProfSvcsAgreement- 2021 12
ATTACHMENT 2
FEE SCHEDULE
To be inserted after award of contract.
Page 284 of 387
Building Plans for Barrier Removal - ProfSvcsAgreement- 2021 13
ATTACHMENT 3
Anti-Lobbying Certification
The undersigned certifies to the best of his or her knowledge or belief that:
a. No Federal appropriated funds have been paid, or will be paid, by or on behalf of it, to any
person 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 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 of continuation, renewal, amendment or modification of any
Federal contract, grant loan, or cooperative agreement;
b. If any funds other the 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 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, it
will complete and submit Standard Form -LLL, “Disclosure Form to Report Lobbying” in
accordance with its instructions.
DATED: ___________ ____________________________________
Signature
____________________________________
Typed/Printed Name and Title
____________________________________
Company Name:
Page 285 of 387
1
ATTACHMENT C
REQUIRED CONTRACT PROVISIONS
FOR COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG)-AIDED CONTRACTS
Table of Contents
Section Page
1. General 2
2. Conflict of Interest 3
3. Nondiscrimination 3
4. Maintenance of Workers’ Compensation Insurance 3
5. Maintenance of Unemployment, Disability, and Liability Insurance 4
6. Equal Opportunity 4
7. Energy efficiency 4
8. Anti-Lobbying 5
FORM INCLUDED:
Contractor’s/Sub-Contractor’s Certification Concerning
Anti-Lobbying 6
Page 286 of 387
2
1. General Provisions
1.1. This project is funded wholly or in part by the State Community Development
Block Grant (CDBG) Program and is subject to both Federal and State regulatory
requirements. The Contractor and its sub-contractors agree to comply with all
State and Federal laws and regulations that pertain to construction, health and
safety, labor, fair employment practices, equal opportunity, and all other matters
applicable to the Contractor and any subcontractors. The Contractor further
agrees to comply with all Federal laws and regulations applicable to the CDBG
Program and with other Federal provisions as set forth below and as described in
24 CFR Part 570, including OMB Circular A-87 and applicable provisions of 24
CFR Part 85 for governmental entities, or OMB Circular A-122 and applicable
provisions of 24 CFR Part 84 for non-profit entities.
1.2. 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.
1.3. Except as otherwise provided for in each section, the Contractor shall insert in
each subcontract all of the stipulations contained in these Required Contract
Provisions for CDBG-Aided Contractor Contracts, and further require their
inclusion in any lower tier subcontract or purchase order that may in turn be
made. The Required Contract Provisions for CDBG-Aided Contractor Contracts
shall not be incorporated by reference in any case. The prime Contractor shall be
responsible for compliance by any sub-Contractor or lower tier sub-Contractor
with these Required Contract Provisions for CDBG-Aided Contractor Contracts.
1.4. The Contractor and its sub-Contractors shall perform the project in accordance
with Federal, State and local housing and building codes as are applicable.
1.5. The Contractor and its sub-Contractors shall retain all books, records, accounts,
documentation, and all other materials relevant to the agreement for a period of
five (5) years from date of final payment under this agreement; or five (5) years
from the date of termination of the City of Ukiah CDBG Grant Agreement; or five
(5) years from the conclusion or resolution of any and all audits or litigation
relevant to this agreement and/or to the CDBG Agreement and any amendments,
whichever is later.
1.6. The Contractor and its sub-Contractors shall permit the State, Federal
government, the Bureau of State Audits, the Department of Housing and
Community Development, the City of Ukiah and/or their representatives, upon
reasonable notice, the right to interview employees and unrestricted access to
any or all books, records, accounts, documentation, and all other materials
relevant to the agreement, for the purpose of monitoring, auditing, or otherwise
examining said materials.
Page 287 of 387
3
2. Conflict of Interest Provisions
2.1. Pursuant to 24 CFR 570.611, no member, officer, or employee of the Grantee, or
its designees or agents, no member of the governing body of the locality in which
the program is situated, an no other public official of such locality or localities
who exercise or have exercised any functions or responsibilities with respect to
CDBG activities assisted under this part, or who are in a position to participate in
a decision-making process or gain inside information with regard to such
activities, may obtain a financial interest or benefit from a CDBG-assisted activity,
or have a financial interest in any contract, subcontract or agreement with
respect to a CDBG-assisted activity or its proceeds, either for themselves or
those with whom they have business or immediate family ties, during their tenure
or for one (1) year thereafter.
3. Nondiscrimination
3.1. During the performance of this contract, Contractor and its subcontractors shall
not unlawfully discriminate, harass, or allow harassment against any employee or
applicant for employment because of the following: race, religion, color, national
origin, ancestry, disability, medical condition, marital status, age (over 40) or sex.
Contractors and subcontractors shall insure that the evaluation and treatment of
their employees and applicants for employment are free of such discrimination
and harassment. Contractors and subcontractors shall comply with the provisions
of the Fair Employment and Housing Act (Government Code, Section 12900 et
seq.) and the applicable regulations promulgated there under (California Code of
Regulations, Title 2, Section 7258.0 et seq.), the applicable regulations of the
Fair Employment and Housing Commission implementing Government Code,
Section 12990 (a-f), set forth in Chapter 5 of Division 4 of Title 2 of the California
Code of Regulations are incorporated into this contract by reference and made a
part hereof as if set forth in full, Contractor and its subcontractors shall give
written notice of their obligations under this clause to labor organizations with
which they have a collective bargaining or other agreement.
3.2. This Contractor shall include the nondiscrimination and compliance provisions of
this clause in all subcontracts to perform work under the contract.
4. Maintenance of Workers’ Compensation Insurance
The Contractor and its sub-Contractors shall maintain at least the minimum State-
required Worker’s Compensation Insurance for those employees who will perform the
contract activity(ies) or any part of it.
Page 288 of 387
4
5. Maintenance of Unemployment, Disability, and Liability Insurance
The Contractor and its sub-Contractors shall maintain, if so required by law,
unemployment insurance, disability insurance and liability insurance in an amount to be
determined by the State which is reasonable to compensate any person, firm, or
corporation who may be injured or damaged by the Contractor or any sub-Contractor in
performing the project or any part of it.
6. Equal Opportunity
6.1. The Civil Rights, Housing and Community Development, and Age Discrimination
Acts Assurances:
During the performance of this Agreement, the Contractor assures that no
otherwise qualified person shall be excluded from participation or employment,
denied program benefits, or be subjected to discrimination based on race, color,
national origin, sex, age, handicap, religion, familial status, or religious belief,
under any program or activity funded by this contract, as required by Title VI of
the Civil Rights Act of 1964, Title I of the Housing and Community Development
Act of 1974, as amended, the Age Discrimination Act of 1975, and the Fair
Housing Amendment Act (42 USC 3601-20) and all implementing regulations.
7. Energy Efficiency
The Contractor or subcontractor shall certify if its business or company will purchase
ENERGY STAR qualified products, where applicable, in implementing the services
outlined in the scope of work. Examples of ENERGY STAR qualified products can
include, but will not be limited to the following: CFLs, sealants and insulation, high
efficiency furnaces and air conditioning units, windows, doors, etc.
8. Anti-Lobbying
The Contractor shall complete and certify as to Contractor’s/Sub-Contractor’s
Certification Concerning Anti-Lobbying form provided below, and the Contractor
shall require that the language included in the Contractor’s/Sub-Contractor’s
Certification Concerning Anti-Lobbying form provided below shall be included in all
subcontracts entered into in connection with this activity and that Contractor and all
subContractors shall certify and disclose per the requirements of that form.
Page 289 of 387
5
CITY OF UKIAH
300 Seminary Avenue, Ukiah, CA 95482
CONTRACTOR’S/SUB-CONTRACTOR’S CERTIFICATION
CONCERNING ANTI-LOBBYING
The Contractor shall require that the language of this certification be included in all contracts or
subcontracts entered into in connection with this grant activity(ies) and that all subrecipients
shall certify and disclose accordingly. 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 no more than $100,000 for such failure.
"The undersigned certifies, to the best of his or her knowledge or belief, that:
A. No Federal appropriated funds have been paid or will be paid, by or on behalf of it, to any
person 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 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 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, it
will complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in
accordance with its instructions."
(Contractor/Sub-Contractor)
By __________________________________
Signature
__________________________________
Typed/Printed Name and Title
__________________________________
Date
Page 290 of 387
6
Approved by OMB
0348-0046
Disclosure of Lobbying Activities
Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352
(See reverse for public burden disclosure)
1. Type of Federal Action:
a. contract
____ b. grant
c. cooperative agreement
d. loan
e. loan guarantee
f. loan insurance
2. Status of Federal
Action:
a. bid/offer/application
_____ b. initial award
c. post-award
3. Report Type:
a. initial filing
_____ b. material change
For material change only:
Year _______ quarter _______
Date of last report___________
4. Name and Address of Reporting Entity:
____ Prime _____ Subawardee
Tier______, if Known:
Congressional District, if known:
5. If Reporting Entity in No. 4 is Subawardee,
Enter Name and Address of Prime:
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 Lobbying Registrant
(if individual, last name, first name, MI):
b. Individuals Performing Services (including address if
different from No. 10a)
(last name, first name, MI):
11. Information requested through this form is authorized by
title 31 U.S.C. section 1352. This disclosure of lobbying
activities is a material representation of fact upon which
reliance was placed by the tier above when this transaction
was made or entered into. This disclosure is required
pursuant to 31 U.S.C. 1352. This information will be reported
to the Congress semi-annually 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.
Signature: __________________________________
Print Name: _____
Title: _____
Telephone No.: ____________ Date: _______
Federal Use Only
Authorized for Local Reproduction
Standard Form - LLL (Rev. 7-97)
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 a covered Federal action, or a material change to a previous filing, pursuant to title 31
U.S.C. section 1352. The filing of a form is required for each payment or agreement to make payment to any
Page 291 of 387
7
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. 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 followup 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 submitted 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 1st 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
organizational 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 identified in item 1
(e.g., Request for Proposal (RFP) number; Invitations for Bid (IFB) number; grant announcement number;
the contract, grant, or loan award number; the application/proposal control number assigned by the Federal
agency). Included 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 commitment 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 registrant under the Lobbying
Disclosure Act of 1995 engaged by the reporting entity identified in item 4 to influence 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 (MI).
11. The certifying official shall sign and date the form, print his/her name, title, and telephone number.
According to the Paperwork Reduction Act, as amended, no persons are required to respond to a collection of information unless
it displays a valid OMB control Number. The valid OMB control number for this information collection is OMB No. 0348-0046.
Public reporting burden for this collection of information is estimated to average 10 minutes per response, including time for
reviewing instructions, 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, DC 20503
Page 292 of 387
PROPOSAL FOR
CITY OF UKIAH
DESIGN AND ENGINEERING SERVICES
DEVELOP BUILDING PLANS FOR BARRIER REMOVAL
APRIL 29, 2021
UKIAH, CA | THE KPA GROUP
ATTACHMENT 2
Page 293 of 387
TABLE OF CONTENTS
Cover Letter
Project Understanding and Proposed Approach
Project Team
Experience and References
Minority or Women-Owned Business
Proposed Project Schedule
Exceptions
Fee Proposal (Separate Document)
1
6
14
24
25
26
i
TABLE OF CONTENTS
Page 294 of 387
6700 KOLL CENTER PKWY #125, PLEASANTON, CA 94566
PHONE: (925) 223-8217 EXT. 207 WWW.THEKPAGROUP.COM
April 29, 2021
City of Ukiah
Attn: Seth Strader, Buyer I
Subject: RFP - Design and Engineering Services - Develop Building Plans for Barrier Removal
Dear Mr. Strader,
The KPA Group is interested in providing the City of Ukiah professional design and engineering services towards barrier
removal at the previous Bank of America building located at 501 South State Street. Founded in 1987, The KPA Group
is a full-service architectural and structural engineering firm located in Pleasanton. KPA is active in providing design
and assessment services to a number of cities and counties throughout California. Complexities of working towards an
effective barrier removal design scope are well understood and our team is committed to meeting your goals.
The City of Ukiah requires skilled leadership and a competent team to identify existing ADA barriers, design
improvements to barriers and otherwise ready the building for outfit as a facility to obtain payments. Project
considerations include: site improvements at both entrances; definition of an interior location for and design of an
accessible public restroom; changes to the mezzanine-level for compliant restrooms, fixtures and break equipment;
stairway improvements; and the provision of a patient lift or elevator system. Accessible path of travel must be defined
for public building users.
KPA’s consultation, recommendation and remediation efforts related to ADA improvements are unique. Services
provided to other public entities in California involve the production of ADA Transition Plans, ADA restroom and lobby
design, ADA site improvement concepts and cost estimating. We have completed building assessments for Humboldt
County, the City of Eureka, the City of Cupertino and the City of Tracy including accessibility assessments for all respective
public facilities during condition assessment and master planning projects. KPA’s experience with ADA improvements
continues daily through other design, renovation and planning projects where accessibility improvements must be
considered. Our proposed Project Manager, Paul Powers, has been working on accessibility-related improvement
projects prior to the implementation of the Americans with Disabilities Act.
KPA will engage mechanical and plumbing (Morrison Maierle, Inc.) and electrical (Pharis Engineering) sub-consultants
for restroom plumbing and electrical design. Our team will be supplemented with Bill Nagel, Certified Access Specialist,
to lead CASp review of all drawings. KPA is committed to assisting the City of Ukiah with their goal of equal access and is
willing to comply with procedures identified in the RFP. ADA improvements are a significant percentage of KPA’s annual
workload and the scope of your project aligns well with our experience and skill set. This proposal is effective for a period
of sixty (60) days from the date of submission.
Sincerely,
Paul W. Powers, AIA, NCARB
President
6700 Koll Center Pkwy, Suite 125
Pleasanton, CA 94566
Phone: (925) 872-0244
paulp@thekpagroup.com
Page 295 of 387
1PROJECT UNDERSTANDING AND PROPOSED APPROACH
CITY OF UKIAH DESIGN AND ENGINEERING SERVICES | DEVELOP BUILDING PLANS FOR BARRIER REMOVAL
CITY OF UKIAH, CA | THE KPA GROUP
VALUE POSITION
The KPA Group team brings to the City of Ukiah a team
of highly skilled, knowledgeable, enthusiastic and
committed experts that will collaborate with the City’s
staff and stakeholders to explore, design and deliver an
ADA compliant facility. Fundamental to our approach is
our commitment to true collaboration and team diversity.
We establish and nurture a dynamic partnership based
on trust, effective communication, transparency, and a
shared interest in delivering exceptional and accessible
architectural work.
OUR WORK PROCESS
On-Call Services
Understand client
needs &
expectations
Verify scope &
schedule
Team Setup
Identify & commit
KPA personnel
Maintain personnel
exibility
Provide backup plan
Schedule
Monthly &
weekly
schedules
Communication
Update client
communications
regularly
Timely reviews
Quality
Checked by
Principal
Bring matters to
client’s attention
Timely responses
& clarications
Construction
Site visits & reports
Additional
requested services
Project Understanding
The City of Ukiah has purchased the previous Bank of America facility with the intention of using the facility to house
public and employee work spaces. After purchase, it was decided to use the facility as a place to obtain payments from the
public for various City services. The general idea is that the public would be able to access the facility from either the South
State St. entrance or the South Main St. entrance to interact with employees behind the existing service counter. Overall
transactional efforts would be similar to those throughout the previous life of the facility as a bank.
Among the hurdles in occupying this building are its existing non-ADA compliant interior and site elements. Site elements
requiring consideration include revisions to the parking lot area including new ADA stalls, striping and signage; revisions
to the ramp adjacent to the Main Street entrance; definition of accessible routes; and incorporation of new work to
new construction at the State Street side. Interior elements requiring consideration include proper door hardware and
operation at entrance doors; the addition of an ADA compliant public restroom at the ground level; and changes to
employee spaces including break area and restrooms at the mezzanine level. The rehabilitation and reconfiguration of
interior furnishings, fixtures and materials for the remainder of building elements will be completed under a later project
scope or phase. This project scope is focused on making the facility and its existing components compliant with ADA.
Future use would involve public areas limited to the ground level with employee-only access to workspaces above.
The facility contains non-compliant elements in some key operational areas. No ADA compliant restrooms currently exist
in the building and the addition of a public restroom at the ground level is suggested to be located at the southwest corner
of the lobby. Accessibility changes related to employee use are more significant but feasible. The facility’s mezzanine-
style second story level contains multiple storage rooms, an office space, restrooms and a break area. Male and female
restrooms are accessed by vestibules with space capacity for restroom expansion and incorporation of ADA stalls and
Understanding of Scope of Work
Page 296 of 387
2PROJECT UNDERSTANDING AND PROPOSED APPROACH
CITY OF UKIAH DESIGN AND ENGINEERING SERVICES | DEVELOP BUILDING PLANS FOR BARRIER REMOVAL
CITY OF UKIAH, CA | THE KPA GROUP
features. The break room area contains an existing counter and sink that must be replaced with a unit providing compliant
operations and space for knee and toe clearance. Further investigation is required as to the future usability of the existing
dumbwaiter shaft and location to install an elevator or patient lift system.
KPA understands that design needs related to this renovation project will only take into account ADA needs improvements.
Because of the nature of a remodel requiring new fixtures, finishes, paint and other components, materials selected for use
at renovated areas will be tied into materials used during the remainder of the building’s renovation. This includes new
flooring and ceiling finishes, lighting, wall paint and other improvements that will be required and also may be part of this
project. An overview of components requiring consideration includes:
SHOULD BE WIDER THAN
EXISTING TO COMPLY
WITH ADA STANDARDS
INCLUDE ADA
ACCESSIBLE RAMP
TO ACCESS SIDEWALKRAMP MUST BE IMPROVED
TO BE ADA ACCESSIBLE
PROPOSED LOCATION OF
GROUND LEVEL RESTROOM
COMPLIANT STAFF AREA
COMPLIANT EMPLOYEES
RESTROOMS
CIRCULATION
ADA IMPROVEMENTS
INTERIOR RENOVATIONS - GROUND
INTERIOR RENOVATIONS -
MEZZANINE
STAIRWELL CONSIDERATIONS
N
• ADA path at rear parking lot
• Continuation of accessible path at new construction at
State Street side
• Definition of ADA path of travel for employees
• Definition of ADA path of travel for public
• Design for facility public restrooms at ground level
• Identification of plumbing tie in for restrooms
• Consideration of use for Vault area
• Modifications to interior stairs and handrails
• Modifications to break area
• Modifications to upper level employee restrooms
• New entrance doors
• Considerations for use of existing drive up window
• Area for personnel lift
Page 297 of 387
3PROJECT UNDERSTANDING AND PROPOSED APPROACH
CITY OF UKIAH DESIGN AND ENGINEERING SERVICES | DEVELOP BUILDING PLANS FOR BARRIER REMOVAL
CITY OF UKIAH, CA | THE KPA GROUP
SITE INVESTIGATION & EXISTING FLOOR PLAN
KPA proposes to begin this project with a thorough needs investigation related to your facility and the required changes.
Our team already has a detailed understanding of required changes from the site visit that took place on April 13th. We
need to obtain site dimensions and topography related to site plans and the production of an ADA compliant site design.
We also need to investigate the facility for use as a public payment obtaining area including considerations that may not
have been mentioned during the initial site visit. The investigation process will involve dimensioning of interior spaces in
order to create an existing floor plan document. Dimensions taken will be used to confirm areas requiring ADA compliance
and to produce CAD files of an existing floor plan for your facility.
PROJECT SET UP
After site investigation, KPA will have a better understanding of how the various components of the accessibility
renovation project and the standard finishes renovation will tie into each other. At this time we will produce a 4 to 5 page
document for the City of Ukiah outlining the project and future considerations that are required. Cost estimates will be
included for the remainder of project renovations after needs are discussed and defined with the City. This document can
be used in assistance related to defining the project or acquiring funding.
CONCEPT DIAGRAMS & SCHEMATIC DESIGN
KPA will prepare conceptual diagrams showing illustrations of facility areas of changes and specifics for individual ADA
compliance efforts and components. Concept diagrams presented will form the basis and direction for beginning the
Schematic Design phase. Concepts will be available for the City to review proposed design ideas and provide direction
or thoughts related to specifics of site or interior design. Options will be presented to assist in this process. Elements
selected from concept diagrams will be incorporated into the Schematic Design phase. Schematic Design will determine
the general extent and relationships among various work efforts to be completed. This is the opportunity to validate
program requirements and generate multiple options and solutions. During this phase, KPA will involve our mechanical
sub-consultant, Morrison-Maierle, Inc. (MMI) and electrical sub-consultant, Pharis Engineering, and familiarize the team
with project requirements and specific project scopes.
DESIGN DEVELOPMENT
The Design Development phase will focus on systems and material design being incorporated into the documents. Cross-
discipline coordination between architectural, structural, and MEP efforts will be updated to verify final scope including
for site changes, restrooms and other interior elements and aspects of space use interaction. Building code review will be
advanced at this stage. Stakeholder involvement with the City will include meetings led to explain project progress, details
and obtain additional input. Work will be coordinated to create a clear deliverable as to final facility configurations related
to accessibility including material selections for remodeled areas. The accessible path of travel will be defined at the
Design Development level. Design Development documents and specifications will be completed at 50% and 90% stages.
CONSTRUCTION DOCUMENTS
KPA will prepare 100% Construction Documents based upon the approved renovation design, and refine the extent,
configuration, location, relationships and dimensions of the work to be done. Construction Documents will contain site
and building plans, details, diagrams, finishes and schedules. Documentation and drawings will be coordinated between
disciplines, written specifications and other project requirements. The permitting process will include an over-the-
shoulder plan review with Building Department staff as well as applicable drawing revisions. Final 100% drawings and
specifications will be delivered.
COST ESTIMATING
KPA will provide a final construction cost for ADA improvements at the 90% Design Development stage. The cost
estimate will be able to be transformed into a bidding summary sheet. KPA will provide a cost estimate for potential
future improvements to the facility during production of the project considerations document. We will update the cost
estimate as the project is completed through schematic design, design development and final construction documents.
KPA Approach to ADA Design Services
Page 298 of 387
4PROJECT UNDERSTANDING AND PROPOSED APPROACH
CITY OF UKIAH DESIGN AND ENGINEERING SERVICES | DEVELOP BUILDING PLANS FOR BARRIER REMOVAL
CITY OF UKIAH, CA | THE KPA GROUP
MANAGEMENT PLAN
Project Manager Paul Powers will lead KPA’s team from Site Investigation through the completion of Construction
Documents. Certain project management duties will be delegated to the Project Associate. We plan to bring success
to this project starting with our experience of what comprises a successful ADA renovation. Clarifying questions will be
asked and alternative concepts will aid in management of a common vision. A goal of KPA project management efforts
are that deliverables, schedules land project costs are clearly understood by all team participants. As the design for ADA
compliance develops, we will review goals and objectives and bring to the City’s attention any pertinent matters. Our
project management process involves checklists and other processes used to review work, ensure quality and minimize
change orders during construction. Client feedback will be solicited to verify that expectations are met throughout the
design process. A well-organized and thoughtful approach helps alert the project team to necessary decisions regarding
evaluating alternatives, costs and schedules. The KPA Group has a stellar record in meeting the most stringent of project
schedules.
STAFF RESPONSIBILITIES
Paul Powers - Project Manager
A significant portion of Paul’s career has been providing communities with accessibility compliance solutions and
designs. He has managed KPA’s services for all similar projects completed over the last ten years. Paul is experienced
with coordinating design and project management services among staff and the remainder of the project team. Paul has
significant experience managing ADA-related projects. He will be responsible for performing architectural design and
planning services that are related to ADA improvements, plan review and other services to be provided. Paul will tailor
design oversight and procedures based on needs.
Jessica Tyler - Senior Architect
Jessica will be responsible for providing architectural design and oversight services related to compliance efforts.
Experience providing accessibility improvements for a variety of city, federal and state clients over her career has allowed
Jessica an understanding of what compliance issues Ukiah is facing at this facility. Jessica has worked closely with Paul
throughout much of her career. She will coordinate and schedule architectural design efforts with KPA staff and the
remainder of the project team.
Hratch Kouyoumdjian - Structural Engineer
Hratch will be responsible for leading required civil engineering services for accessibility improvement design and plan
review projects. Hratch has been an integral part of KPA’s accessibility renovations since inception. Additionally, Hratch
will lead any necessary structural work.
Staffing Approach
Marty Baker - Senior Technical Designer
Marty will lead the production of CADD drawings. Marty
has been responsible for leading the production of
quality construction drawings for over 30 years. Working
closely with Paul on hundreds of accessibility compliance
projects, Marty has developed an extreme understanding
of accessible design. He will lead KPA’s drafting team as
he has for previous projects.
Matthew Evans - Senior Project Associate
Matt will work closely with the design team and project
manager throughout this project. He has experience
directing client communications for a variety of
Page 299 of 387
5PROJECT UNDERSTANDING AND PROPOSED APPROACH
CITY OF UKIAH DESIGN AND ENGINEERING SERVICES | DEVELOP BUILDING PLANS FOR BARRIER REMOVAL
CITY OF UKIAH, CA | THE KPA GROUP
accessibility renovations including for the Los Altos City Hall, San Mateo County Safe Harbor Shelter, City of Tracy, City
of Cupertino and others. Matt understands codes, processes and capital improvement solutions well. He knows how to
work efficiently with the remainder of the project team for successful outcomes.
Agnes Gao - Senior Project Designer
Agnes will design options for accessibility renovations to illustrate Ukiah’s project possibilities and allow stakeholder
understanding of choices. Agnes is practiced in a diverse range of design criteria and is often directly involved with
every aspect of the design. She has worked closely with a number of clients to lead design workshops and meetings
with a large focus on accessibility solutions including for Humboldt County, Contra Costa County Airports and the City of
Cupertino.
Cindy Chen - Project Designer
Cindy leads the production of any required design reports and works closely with Agnes for concept portrayal of options
designed. Cindy has worked with a number of previous clients to produce 3-D renditions of design changes to facilities
or components of facilities including for the City of Tracy, San Jose State University and San Mateo County. Cindy is well-
versed in client communications and goes above and beyond to ensure client satisfaction.
Daniel Herms - Technical Designer
Dan will work closely with Marty on the production of CADD drawings. Dan has a professional understanding of code
requirements and design processes. Dan often comes up with alternate analyses or solutions that are in the client’s best
interest. He has been an integral aspect of accessibility renovations for the previous four years at KPA.
Bill Nagel - Certified Access Specialist
Bill will act as Certified Access Specialist (CASp) and be responsible for the certification of design drawings, plans,
specifications and other items to be delivered under this project. Bill will work closely with the design team through
plan review and design services. Bill is knowledgeable in ADA laws, regulations, standards and guidelines and will bring
his expertise to Humboldt County as he has on previous projects. He will act as Certified Accessibility Specialist per RFQ
requirements.
Keith Pharis - Electrical Engineer
Keith will act as Electrical Engineer for the project.
Keith has assisted KPA with a number of remodels
including changes or additions to electrical systems
for ADA requirements. Keith has assisted KPA in a
wide variety of improvements for cities and counties
across California. Keith is familiar with a wide variety
of electrical engineering topics and has enjoyed
working for numerous government sectors.
Jody Waverek - Mechanical Engineer
Jody will act as Mechanical and Plumbing Engineer
for the project. MMI and Jody have redesigned
plumbing systems for KPA on past projects related to
accessibility compliance. Jody has over fifteen years
of experience and specializes working on the western
United States. He is familiar with HVAC and plumbing
engineering as well as code review and structural
modeling.
Page 300 of 387
6PROJECT TEAM
CITY OF UKIAH DESIGN AND ENGINEERING SERVICES | DEVELOP BUILDING PLANS FOR BARRIER REMOVAL
CITY OF UKIAH, CA | THE KPA GROUP
Paul Powers | AIA, NCARB
Principal-in-Charge, Project Manager
30+ year exp.
The KPA Group
Matthew Evans
Senior Project Associate
8 years exp.
+ Additional Design and
Administrative Sta
(Key personnel resumes are
provided in Appendix.)
Agnes Gao
Senior Project Designer
7 years exp.
Hratch Kouyoumdjian
Senior Structural & Civil Engineer
40+ years exp.
Bill Nagel
Senior Civil Engineer & CASp
30+ years exp.
Jessica Tyler
Senior Architect
20+ years exp.
Daniel Herms
Technical Designer
4 years exp.
Marty Baker
Senior Technical Designer
30+ years exp.
Cindy Chen
Project Designer
5 years exp.
City of Fremont
SCOPE - FUNDING - BUDGET - VISIONSCOPE - FUNDING - BUDGET - VISION
CODE - UTILITIES - BUILDINGS - SUPPORTCODE - UTILITIES - BUILDINGS - SUPPORT
CIVIL - MECHANICAL - ELECTRICAL - PLUMBING - GEOTECHINAL - ENVIRONMENTALCIVIL - MECHANICAL - ELECTRICAL - PLUMBING - GEOTECHINAL - ENVIRONMENTAL
Sub-consultantsSub-consultants
The KPA Group will provide a team of experienced architectural and engineering professionals who have extensive
experience and knowledge of ADA standards and the California Building Code for the City of Ukiah’s ADA improvement
project. Our project team will include a project manager, project architect, Certified Access Specialist (CASp), civil,
structural and MEP engineers, technical staff and administrative personnel. Associated team member positions will be
kept the same throughout this on-call process. Any supplemental or replacement key personnel will be proposed to
the City in advance for approval. KPA’s president, Paul Powers, will organize and lead each task order and is supported
by experienced architectural and engineering professionals who have been working on and successfully delivering
numerous public projects together relative to ADA investigation, review, recommendation, improvement, design and
construction.
Project Team
The KPA Group partners with many sub-consulting professionals based upon specific project and task order needs.
Below are sub-consultants that KPA proposes collaboration with for this project.
For more than 70 years, Morrison-Maierle, Inc. (MMI) has been in the business of helping clients
create solutions that build better communities. MMI has completed Public projects throughout
the Northwest and West for the last 70 years. MMI has assisted clients in a wide array of services.
Jody Waverek, P.E. Mechanical Engineer 20 yrs CA #M32827
Pharis provides a full range of electrical engineering services to private, public and commercial
clients. Our services include lighting, security and safety, power, data and communicative
medium voltage systems and electronic solutions.
Keith Pharis, P.E., LEED AP Electrical Engineer 33 years CA #E17740
Page 301 of 387
7PROJECT TEAM
CITY OF UKIAH DESIGN AND ENGINEERING SERVICES | DEVELOP BUILDING PLANS FOR BARRIER REMOVAL
CITY OF UKIAH, CA | THE KPA GROUP
Paul Powers
Principal in Charge / Project Manager / Architect | C29713, AIA, NCARB
30+ Years of Experience | 10+ Years of Experience with KPA
Paul Powers has collaborated with dozens of cities and counties over the past 30 years
to complete a wide range of public projects. A highly-skilled project manager, Paul
is responsible for a broad range of professional services including master planning,
programming, analyzing existing buildings, space planning, project design, interior design
and the development of construction drawings and specifications. Paul has specialized skills
in ADA recommendation, correction and implementation. Prior to ADA release in 1992, Paul
evaluated numerous federal facilities accessibility using a document RE4, was the basis of
initial development of ADA requirements. Paul also assisted the state in early ADA detailing
and applications. Paul is an expert in terminal design and has offered numerous ADA
applications including ticket counter surface requirements and the invention of the baggage
retrieval system and passenger boarding bridges which as an ADA solution.
• Humboldt County-wide ADA
Modifications projects to remove
barriers at: Clam Beach, Freshwater
Park, Field’s Landing and the Public
Defender’s Office
• County of Humboldt Facilities Master
Planning and ADA Transition Plan,
Humboldt
• City of Cupertino Facilities Assessment,
Programming and CIP, Cupertino
• City of Tracy Citywide Facilities
Assessment and Master Planning, Tracy
• South Napa Shelter Improvement and
Renovation, Napa County
• City Hall Restroom, Lobby Renovation
and Accessibility Improvements, Los
Altos
“We appreciate Paul and KPA team’s work for the terminal
design and ADA improvements at Buchanan Field Airport.
Professional, responsible and considerate.”
“KPA and Paul are such a charm to work with. Paul can figure
out solutions to unsolvable problems and took pride in each
and every aspect of design and engineering.”
BETH LEE, Assistant Director of Airports
550 Sally Ride Drive, Concord, CA 94520
(844) 359-8687
PAM CHAMBERLIN, Airport Manager
101 Airport Road, Butte, MT 59701
(406) 494-3771
REFERENCE
REFERENCE
• VA Sunnyvale Building 1 Stairs ADA
Improvements, Sunnyvale
• United Postal Service ADA Improvements,
Multiple National Locations
• VA Palo Alto Upgrade Parking Lot and
Accessibility, Menlo Park
• Pacifica Fire Station Deck Replacement and
ADA Improvements, Pacifica
• SJSU, Relocation of Historic Associated
Students’ mansion, San Jose
• Contra Costa County Terminal Building &
ARFF, Buchanan Field Airport
• SFO Terminal 3, Boarding Area E Expansion,
San Francisco International Airport
• County of San Mateo Radio Shop
Assessment, Planning and Relocation,
Redwood City
Selected Relevant Public Sector Experience as Project Manger / Architect:
Page 302 of 387
8PROJECT TEAM
CITY OF UKIAH DESIGN AND ENGINEERING SERVICES | DEVELOP BUILDING PLANS FOR BARRIER REMOVAL
CITY OF UKIAH, CA | THE KPA GROUP
Bill Nagel
CASp #118 | Senior Civil Engineer | Structural Engineer | CA #43698, #3962
30+ Years of Experience
Bill Nagel is a California Licensed Civil Engineer and Structural Engineer with extensive
accessibility knowledge. He is a Certified Access Specialist (CASp) who has completed
work for various municipalities including preparing plans, calculations and specifications
for architectural, structural and civil design projects; performing CASp inspections and
associated compliance reports; and producing expert witness inspections and other written
reports. Bill has developed and implemented City Council objectives in the past. Bill
presents accurate and thorough reports related to accessibility compliance and values his
roles in working together with cities towards a common vision.
• ARFF CASp Review, California Redwood
Coast-Humboldt County Airport
• CASp Review, Contra Costa County
Airport Terminal and ARFF, Contra Costa
County
• CASp Review Radio Shop, Redwood City
• Training, Plan Review, Policy
Development and Consulting for
Accessibility Issues, City of Redding
• City Department Coordination Efforts,
City of Redding
• Supervised Commercial Plan Review, City
of Sacramento
• Accessibility, Life Safety and Structural
Requirements Plan Review, City of
Sacramento
• Humboldt County ADA Consulting on KPA
Projects, Humboldt County
• County of Humboldt Facilities Master
Planning and ADA Transition Plan,
Humboldt
Selected Relevant Public Sector Projects:
Hratch Kouyoumdjian
Senior Civil Engineer | Structural Engineer | CA #26783, #C2151
40+ Years of Experience with KPA | Former Principal of KPA
Hratch Kouyoumdjian is recognized for his creative and cost-effective structural solutions for
numerous prominent high-rise and mixed-use facilities in the Bay Area during the past 30
years, as well as major institutional, academic, industrial and healthcare facilities regionally
and internationally. He has developed several new and innovative design solutions for
structures, including a new moment connection developed after the Northridge earthquake.
This connection is currently in use in several structures and eliminates joint problems
noted in recent earthquakes. Mr. Kouyoumdjian has also directed the structural work for
several major projects in Europe, Asia and the Pacific Islands. Several of the projects that Mr.
Kouyoumdjian completed have been published and selected for presentation at national
and international conferences.
• Alameda County, East County Hall of
Justice, Dublin
• Transamerica Pyramid Structure, San
Francisco
• Richmond City Hall, Richmond
• California Medical Facility, “W” Wing
ADA Cell Upgrade, Vacaville
• State of California, Department of
Developmental Services, Master Planning
& Bldg. Evaluations, Sacramento
• Pacifica Fire Station Deck Replacement and
ADA Improvements, Pacifica
• Assessments and Studies for 13 Buildings &
7 Bridges, Walnut Creek
Selected Relevant Public Sector Experience as Structural Engineer:
Page 303 of 387
9PROJECT TEAM
CITY OF UKIAH DESIGN AND ENGINEERING SERVICES | DEVELOP BUILDING PLANS FOR BARRIER REMOVAL
CITY OF UKIAH, CA | THE KPA GROUP
Agnes Gao
Senior Project Designer | NCARB
7 Years of Experience | 5 Years of Experience with KPA
Agnes Gao brings to the team an extensive background in art and design which she
elegantly incorporates into the practical solutions provided for our clients. She provides
innovative modeling approaches and techniques to KPA’s design processes. Agnes is
involved in a diverse range of tasks and has proven herself an asset in all stages of the ADA
improvement project. Her commitment to exceed client expectations supports the long-
term partnerships that our team strives to maintain.
Selected Relevant Public Sector Projects:
• Humboldt County-wide ADA
Modifications projects to remove
barriers, Clam Beach, Freshwater Park,
Field’s Landing, Public Defender’s Office
• County of Humboldt Facilities Master
Planning and ADA Transition Plan,
Humboldt
• City of Cupertino Facilities Assessment,
Programming and CIP, Cupertino
• City of Tracy Citywide Facilities
Assessment and Master Planning, Tracy
• County of San Mateo 795 Skyway Road
Office Building Remodel, San Carlos
• Safe Harbor Shelter Space Programming
and Renovation, Redwood City
• VA Sunnyvale Office Retrofit and
Expansion, Sunnyvale
• Yolo County Central Library and Archives
Remodel, Woodland
• County of San Mateo Radio Shop
Feasibility Study and Renovation,
Redwood City
• Contra Costa County Airport Terminal and
ARFF, Contra Costa County
• VA Sunnyvale Building 1 Stairs ADA
Improvement, Sunnyvale
Jessica Tyler
Senior Architect | AIA, NCARB, LEED AP
25 Years of Experience | 10+ Years of Experience Working with Paul Powers
Jessica Tyler brings to the team over 20 years of project evaluation and code experience.
Jessica has dedicated her career to learning codes, standards and technical detailing to
improve project and building performance. Jessica has been the lead designer for award
winning and complex public and military projects. Jessica is an ADA code specialist and
regularly trains staff on code changes and applications. She works consistently to review
documents and plans, improve quality and clarity of accessibility design and solutions.
Selected Relevant Public Sector Projects:
• South Napa Shelter Improvement and
Renovation, Napa County
• VA Grand Junction Emergency
Department and Accessibility Upgrades,
Grand Junction
• VA Phoenix Hemodialysis Clinic
Remodeling, Phoenix
• Police Station Upgrades for Accessibility
and other improvements, Weston
• United States Postal Service ADA
Upgrades, Various locations
• Air National Guard Base Realignment and
Accessibility Study, CRTC Alpena
• Elver Park Shelter, Madison
• Sun Valley Airport, ADA Improvements,
Hailey
• Contra Costa County Airport Terminal and
ARFF, Contra Costa County
• County of San Mateo Safe Harbor Shelter
Interior Improvement, Redwood City
Page 304 of 387
10PROJECT TEAM
CITY OF UKIAH DESIGN AND ENGINEERING SERVICES | DEVELOP BUILDING PLANS FOR BARRIER REMOVAL
CITY OF UKIAH, CA | THE KPA GROUP
Marty Baker
Senior Technical Designer
30+ Years of Experience | 30 Years of Experience working with Paul Powers
Marty Baker has been leading the production of quality construction drawings for over
35 years. He has collaborated with Paul on hundreds of projects. He plays a critical role
in mentoring KPA’s design staff in technical resolution, design methodology and ADA
standards. Marty’s attention to detail and coordination of multiple building systems
supports KPA’s reputation for first class drawings, increasing contractor production, reducing
errors and providing a measure of control for construction costs.
Selected Relevant Public Sector Projects:
• Humboldt County-wide ADA
Modifications projects to remove
barriers, Clam Beach, Freshwater Park,
Field’s Landing, Public Defender’s Office
• County of San Mateo 795 Skyway Road
Office Building Remodel, San Carlos
• County of San Mateo Radio Shop
Relocation, Redwood City
• VA Sunnyvale Building 1 Stairs ADA
Improvement, Sunnyvale
• County of Humboldt Facilities Master
Planning and ADA Transition Plan,
Humboldt
• Pacifica Fire Station Deck Replacement and
ADA Improvement, City of Pacifica
• City Hall Restroom, Lobby Renovation and
Accessibility Improvements, Los Altos
• VA Sunnyvale Office Retrofit and
Expansion, Sunnyvale
• VA Accessibility Upgrade Parking, Menlo
Park
Matthew Evans
Senior Project Associate
8 Years of Experience | 8 Years of Experience with KPA
Matthew Evans leads field investigation teams, organizes team efforts and communicates
with client leads. Matt works closely with client project managers to meet project
expectations, schedule and budgets. Matt’s communication skills and respect for clients
privacy, comfort and convenience are traits necessary to lead teams throughout client
facilities to carry out assessments and field investigations. Matt works to provide cost
estimates and documentations on a regular basis. Matt’s knowledge of a wide variety of
services benefits the team on-site with trust and professionalism.
Selected Relevant Public Sector Projects:
• County of Humboldt Facilities Master
Planning and ADA Transition Plan,
Humboldt
• City of Cupertino Facilities Assessment,
Programming and CIP, Cupertino
• City of Tracy Citywide Facilities
Assessment and Master Planning, Tracy
• Humboldt County-wide ADA
Modifications projects to remove
barriers, Clam Beach, Freshwater Park,
Field’s Landing, Public Defender’s Office
• County of San Mateo 795 Skyway Road
Office Building Remodel, San Carlos
• County of San Mateo Radio Shop Planning
and Relocation, Redwood City
• VA Sunnyvale Building 1 Exterior and Roof,
Sunnyvale
• VA Sunnyvale Office Retrofit and
Expansion, Sunnyvale
• City Hall Restroom, Lobby Renovation and
Accessibility Improvements, Los Altos
• Yolo County Central Library and Archives
Remodel, Woodland
Page 305 of 387
11PROJECT TEAM
CITY OF UKIAH DESIGN AND ENGINEERING SERVICES | DEVELOP BUILDING PLANS FOR BARRIER REMOVAL
CITY OF UKIAH, CA | THE KPA GROUP
Daniel Herms
Technical Designer
4 Years of Experience | 4 Years of Experience with KPA
Daniel Herms is a field documentation expert. Dan’s expertise in accurately documenting
field data leads to successful project delivery. His contribution to design reviews, project
solution evaluations and alternative analysis brings value to every project. Dan works closely
with his team to visualize a mindful approach to collecting data, documenting findings and
translating that information into improvements that benefit employees and the public. Dan
understands the need to balance departmental wishes with broader project goals. Dan
explores potential alternatives and avenues to resolving design issues. He works closely with
the field leader and client maintenance staff to define project goals and expected outcomes.
Selected Relevant Public Sector Projects:
• Humboldt County-wide ADA
Modifications projects to remove
barriers, Clam Beach, Freshwater Park,
Field’s Landing, Public Defender’s Office
• County of Humboldt Facilities Master
Planning and ADA Transition Plan,
Humboldt
• City of Tracy Citywide Facilities
Assessment and Master Planning, Tracy
• City of Cupertino Facilities Assessment,
Programming and CIP, Cupertino
Selected Relevant Public Sector Projects:
• Humboldt County-wide ADA
Modifications projects to remove
barriers, Clam Beach, Freshwater Park,
Field’s Landing, Public Defender’s Office
• South Napa Shelter Feasibility Study
and Renovation, Napa County
• County of Humboldt Facilities Master
Planning and ADA Transition Plan,
Humboldt
• City of Cupertino Facilities Assessment,
Programming and CIP, Cupertino
Cindy Chen
Project Designer | NCARB, LEED AP
5 Years of Experience | 4 Years of Experience with KPA
Cindy Chen is a highly motivated designer and planner. She advances the delivery of
creative design solutions while prioritizing and aligning client’s expectations, visions and
goals. She has mastered various design tools that helps shape projects discovery, growth and
planning. Cindy develops ADA design and solutions with cutting edge graphical elements
that help visualize the project elements that allows easy understanding for stakeholders.
• VA Sunnyvale Office Retrofit and
Expansion, Sunnyvale
• VA Sunnyvale Building 1 Stair ADA
Improvement, Sunnyvale
• Cupertino Library Expansion Feasibility
Study and Concept & Budget Report,
Cupertino
• Pacifica Fire Station Deck Replacement and
ADA Improvement, Pacifica
• City Hall Restroom, Lobby Renovation and
Accessibility Improvements, Los Altos
• City of Tracy City-wide Facilities
Assessment and Master Planning, Tracy
• County of San Mateo Radio Shop,
Redwood City
• County of San Mateo 795 Skyway Road
Office Building, San Carlos
• City Hall Restroom, Lobby Renovation and
Accessibility Improvements, Los Altos
• VA Sunnyvale Office Retrofit and
Expansion, Sunnyvale
• VA Sunnyvale Building 1 Stair ADA
Improvements, Sunnyvale
Page 306 of 387
12PROJECT TEAM
CITY OF UKIAH DESIGN AND ENGINEERING SERVICES | DEVELOP BUILDING PLANS FOR BARRIER REMOVAL
CITY OF UKIAH, CA | THE KPA GROUP
Jody T. Waverek
Senior Mechanical Engineer | M. 32827
20 Years Experience | 8 Years Experience with KPA
Mr. Waverek is a registered Professional Engineer in multiple states and brings sixteen years
of mechanical engineering experience on various types of building and facilities throughout
Montana and the Western U.S. Mr. Waverek specializes in design of HVAC systems, energy
modeling, automatic fire sprinkler design plumbing engineering, structural modeling,
project management and building code plan review
Keith A. Pharis
President/Senior Electrical Engineer | E. 17740 | LEED AP
33 Years Experience | 11 Years Experience with KPA
Keith as more than 30 years’ of experience in electrical engineering, project management,
leading MEP teams, facility assessment/expert analysis, master planning and personnel
directing. Keith has a vast experience base with extensive electrical engineer skillset as well
as leadership and skills Technical expertise involves all aspects of electrical engineering
including power (high, medium and low voltage), emergency/standby generator systems
for both medical and mission critical/data facilities, lighting specifications/calculations/
selection. Keith’s expertise also covers low voltage systems such as fire alarm, security (CCTV,
access control, physical, etc), CATV, broadcast, cabling, data and telecommunication systems,
healthcare call systems, door monitoring, etc. Keith enjoyed working in design sector from
government, healthcare, housing, commercial, educational, industrial, etc.
Selected Relevant Public Sector Projects:
• St. Charles Hall & Performing Arts
Center
• USFS Rocky Mountain Research Station
Renovation & Addition
Selected Relevant Public Sector Projects:
• Pringle House – 40 Unit Seniors
Apartment Housing Development
• Brea’s Crossing – 44 Unit Seniors
Apartment Housing Development w/
Community Building
• Bardstown/Bashford Senior Assisted
Living/Memory Care
• Norton Healthcare
• VA Hospital –Louisville, Montrose,
Marion
• County of San Mateo 795 Skyway Road
Building Renovation, San Carlos
• Malmstrom Air-Force Base Building 1840
Fire Sprinkler System Analysis – Great Falls
• Churchill Downs
• Three Rivers Medical Center
• Hardin Memorial Hospital
• Epiphany Church
• University of Louisville Campus/Brown
Cancer Center
• Norton Hospital Emergency Department
Expansion
• Kindred Hospitals
Page 307 of 387
13PROJECT TEAM
CITY OF UKIAH DESIGN AND ENGINEERING SERVICES | DEVELOP BUILDING PLANS FOR BARRIER REMOVAL
CITY OF UKIAH, CA | THE KPA GROUP
KPA’s proposed sub-consultants have worked with us on multiple accessibility improvement, renovation and new
construction projects. Team members are well-versed in understanding of design processes and can be relied on to
meet responsibilities of their respective schedules. KPA communicates with sub-consultants multiple times per work to
provide project updates and coordinate designs. We anticipate a weekly meeting with sub-consultants related to Ukiah’s
ADA complaince project starting in the Schematic Design phase. Additionally, we will make sure that all team members
are knowledgeable of project goals in order to promote seamless communication and productivity and make the most
of the City of Ukiah’s funds. KPA has collaborated with MMI and Pharis Enginering sub-consultants on the following
architectural and engineering projects over the past year, each with a specific ADA focus:
• Arcata ARFF Facility
• City of Eureka Master Plan and Facility Assessments
• County of Humboldt Master Plan and Facility Assessments
• ADA Improvements - Clam Beach Park
• ADA Improvements - A.W. Way Park
• ADA Improvements - Fields Landing
• ADA Improvements - McKinleyville Sheriff Station
• SJSU - Move of Historic Associated Student House
• SJSU - Engineering Building Offices Remodel
• San Carlos Airport - New 795 Skyway Building
• Buchanan Field Airport - New Terminal and Fire Station
• Garberville Sheriff’s Office Barrier Removal
• Safe Harbor Shelter Renovations
• San Mateo County Radio Shop
• South Napa Shelter Renovations
• City of Tracy Master Plan and Facility Assessments
• City of Tracy Temporary Emergency Housing
The KPA Group has been completing public projects for federal, state and local governments for over 30 years. Our
professional staff and collaborating sub-consultants understand the commitment and organization required to fulfill
the services for this project. Our firm has availability to take on additional assignments. We can start working on and
dedicate staffing for your project as task orders are received.
Sub-Consultant Organizational Structure
Page 308 of 387
14EXPERIENCE AND REFERENCES
CITY OF UKIAH DESIGN AND ENGINEERING SERVICES | DEVELOP BUILDING PLANS FOR BARRIER REMOVAL
CITY OF UKIAH, CA | THE KPA GROUP
The KPA Group
6700 Koll Center Pkwy, Suite 125
Pleasanton, CA 94566
O: (925) 223-8217 ext. 207
M: (925) 872-0244
www.thekpagroup.com
Summary Description of Firm
The KPA Group is a certified Small Business Enterprise
(SBE) California Corporation centrally located in
Pleasanton, CA. The firm offers fully integrated
Engineering, Architecture, Planning and Project
Management services to both public and private sectors.
Our commitment to personal service throughout the
project delivery processes has established KPA as a strong
and reliable partner for facility improvements, feasibility
analyses, planning and other related services.
Areas of Services
The KPA Group is driven by passion for design and
expertise in technical services such as:
• Architectural design (schematic design to construction
documentation)
• Access compliance assessments
• ADA compliance and transition planning
• Building systems engineering
• Code analysis & application
• Community master planning
• Construction administration
• Cost estimating
• Environmental analysis & CEQA permitting support
• Facility assessments & management
• Facility master planning & CIP
• Field investigation & mapping
• Field topography surveys
• Historic preservation design
• Permitting & bidding support
• Procurement requirements
• Programming
• Renovation & rehabilitation design
• Seismic retrofit assessment & design
• Space planning & conceptual plans
• Structural engineering
Timeline
The KPA Group is proudly celebrating 34 years of
architectural engineering and design. KPA provides
innovative solutions and enjoys repeat business from a
variety of public clients.
Page 309 of 387
15EXPERIENCE AND REFERENCES
CITY OF UKIAH DESIGN AND ENGINEERING SERVICES | DEVELOP BUILDING PLANS FOR BARRIER REMOVAL
CITY OF UKIAH, CA | THE KPA GROUP
KPA’s Experience on Similar Projects
ADA Experience History
The KPA Group is well-practiced in directing focus to areas of need and has a thorough understanding of what ADA
consultation services include. KPA has over 30 years of experience with ADA evaluation, recommendation, plan review
and implementation of accessibility barrier removal services and has seen multiple projects come to fruition after
completing successful accessibility improvements. We performed our first accessibility consultation project in the
1990s for the Department of Developmental Services in Sacramento. Our project manager conducted accessibility
assessments as early as 1990, using RE-4 (Standards for Facility Accessibility by the Physically Handicapped) guidance.
KPA’s current and relevant experience in city and county-wide accessibility evaluation and recommendation with several
public entities gives us understanding as to what Ukiah is looking to accomplish. Our team is highly experienced in
accessibility consultation, plan check, ADA code and standard review, and in providing feasible recommendations and
solutions for realistic accessibility improvements. We propose to use the same team of professionals to implement our
successful approach and method for your project as we have on recent ADA improvement projects, ADA Transition Plan
and relevant public facilities ADA consultation and other accessibility-related services for the County of Humboldt, City of
Cupertino, City of Tracy, County of San Mateo, San Francisco VA and Palo Alto VA Medical Centers.
Public Experience
The KPA Group maintains relationships with the following public clients:
The KPA Group has worked with more than 40 public agencies on architectural design and project management services
related to ADA review, corrections and improvements throughout California. Selected relevant projects are provided on
the following pages.
Management Experience
KPA’s Principal, Paul Powers, has over 30 years of experience providing professional services to a range of clients. He
has an extensive background in a broad range of projects including institutional, healthcare, military, transportation,
commercial and educational sectors. Paul has assessed, designed and completed construction of over 500 buildings
throughout the United States. His project management skills include coordinating with consultants and a thorough
understanding of engineering. Paul had a unique advantage in regards to the Application of ADA having completed
numerous accessibility projects for the US Postal Service in the late 1980s and early 1990s using accessibility documents
that formed the basis of ADA. This allowed him to provide a wide variety of assessments, corrections and removal of
barriers for dozens of public clients throughout the 1990s. Paul designed the first fully accessible US Air Traffic Control
Tower and provided commentary to accessibility compliance research projects. Paul’s recent experience in assisting
California’s Veterans Administration Campuses has led to improved accessibility for thousands of VA patients. He works
closely with cities and counties to provide a tailored management style for specific client and project needs.
Page 310 of 387
16EXPERIENCE AND REFERENCES
CITY OF UKIAH DESIGN AND ENGINEERING SERVICES | DEVELOP BUILDING PLANS FOR BARRIER REMOVAL
CITY OF UKIAH, CA | THE KPA GROUP
Scope of Services
Review of ADA Transition
Plan and Documents
Facilities Condition
Assessment
ADA Assessment
Architectural Services
Civil Engineering
Cost Estimating
Project Management
Plan Check
Code Enforcement
County of Humboldt,
California (2018-2019)
Client Contact
County of Humboldt
Travis Smith, ADA
Compliance Team
(707) 476-2388
TSmith@co.humboldt.ca.us
County of Humboldt ADA Modifications
(Multiple Sites)
Page 311 of 387
17EXPERIENCE AND REFERENCES
CITY OF UKIAH DESIGN AND ENGINEERING SERVICES | DEVELOP BUILDING PLANS FOR BARRIER REMOVAL
CITY OF UKIAH, CA | THE KPA GROUP
Description
The KPA Group has provided ADA improvements to a variety of Humboldt County parks and park facilities including:
A.W. Way Park restrooms, pay phone access, and other path improvements; Clam Beach restroom remodel and campsite
improvements; Freshwater Park restrooms, drinking fountain and other ADA improvements; and the installation of an
accessible shower at the McKinleyville Animal Shelter. Parks compliance projects are part of a larger undertaking to assist
Humboldt County with accessibility compliance across the large land area the county covers. Our most recent completed
project related to ADA improvements for Humboldt County involved parking lot and accessible space design for the
Public Defender building in Eureka. This service is provided under an ADA on-call contract for Humboldt County.
Page 312 of 387
18EXPERIENCE AND REFERENCES
CITY OF UKIAH DESIGN AND ENGINEERING SERVICES | DEVELOP BUILDING PLANS FOR BARRIER REMOVAL
CITY OF UKIAH, CA | THE KPA GROUP
Scope of Services
Evaluation and Feasibility Study
Programming and Concept
Options
Architectural Services
Construction Administration
Cost Estimating
Structural Engineering
MEP Engineering
Permitting and Bidding Process
Napa, California
(2020-2021)
Client Contact
County of Napa
Sonja El-Wakil, P.E., Associate
Engineer
(707) 259-8383
Sonja.El-Wakil@countyofnapa.org
South Napa Shelter Renovation
and ADA Improvements
Page 313 of 387
19EXPERIENCE AND REFERENCES
CITY OF UKIAH DESIGN AND ENGINEERING SERVICES | DEVELOP BUILDING PLANS FOR BARRIER REMOVAL
CITY OF UKIAH, CA | THE KPA GROUP
Description
This project began with a Feasibility Study related to possibilities for the South Napa Shelter’s improvement. Items
considered included site landscaping upgrades, the addition of interior office space and other major renovations. Based
upon the results of the Feasibility Study, Napa County and Abode Health Services were able to define a final scope of
work with KPA’s assistance. The design phase of this project is currently underway and is focused on renovating both the
male and female dormitory restrooms and other interior improvements. Design consultation and conceptual options
were given for floor and wall material types for the dormitory restrooms as the County stressed the need for longevity
and resiliency. Coordination between Napa County, Abode Health Services and other community members has been a
large component of this project.
Page 314 of 387
20EXPERIENCE AND REFERENCES
CITY OF UKIAH DESIGN AND ENGINEERING SERVICES | DEVELOP BUILDING PLANS FOR BARRIER REMOVAL
CITY OF UKIAH, CA | THE KPA GROUP
Scope of Services
Review of Record Drawings
and Documents
Plan Check
Project Management
ADA Improvements
Site Improvements
Interior Renovation
Code Enforcement
Los Altos, California (2018)
Client Contact
City of Los Altos
Dave Brees
City Engineer
(650) 947-2888
DBrees@losaltosca.gov
City Hall Restroom and Lobby
ADA Improvements and Renovations
Page 315 of 387
21EXPERIENCE AND REFERENCES
CITY OF UKIAH DESIGN AND ENGINEERING SERVICES | DEVELOP BUILDING PLANS FOR BARRIER REMOVAL
CITY OF UKIAH, CA | THE KPA GROUP
Description
The KPA Group provided the Los Altos City Hall with general renovations to the lobby and three restrooms inside the
building. Surveying of the facility and staff took place in order to maximize needs met in designing improvements for
the small space available. The storefront glass was replaced and changes for better access were made to the ramp at the
building entrance. Temporary accommodations were set up as City Hall remained in operation throughout construction.
The Council Chambers area was reconfigured as the main entrance as part of the renovation. This project included ADA
improvements to two sets of restrooms and providing appropriate accessible routes and accessible parking.
Page 316 of 387
22EXPERIENCE AND REFERENCES
CITY OF UKIAH DESIGN AND ENGINEERING SERVICES | DEVELOP BUILDING PLANS FOR BARRIER REMOVAL
CITY OF UKIAH, CA | THE KPA GROUP
Scope of Services
Establish County’s First
Completed ADA Transition
Plan
Facilities Condition
Assessment
ADA Assessment and
Recommendations
Develop ADA Transition Plan
Evaluate Existing Standards
Public Outreach
Project Management
County of Humboldt,
California (2018-2019)
Client Contact
County of Humboldt
Karen Clower
ADA Coordinator
(707) 476-2383
KClower@co.humboldt.ca.us
Humboldt County ADA Transition Plan
HUMBOLDT ADA TRANSITION PLAN | COUNTY OF HUMBOLDT
FA
C
I
L
I
T
Y
A
D
A
T
R
A
N
S
I
T
I
O
N
P
L
A
N
20
80 Country Club rd SCHEDULE TABLE FOR BARRIER REMOVALS
Fi
e
l
d
D
a
t
e
Re
p
o
r
t
D
a
t
e
Lo
c
a
t
i
o
n
Co
d
e
R
e
f
Bu
i
l
d
i
n
g
N
a
m
e
Ba
r
r
i
e
r
#
Re
f
D
w
g
Pa
r
a
g
r
a
p
h
Ba
r
r
i
e
r
A
r
e
a
Ba
r
r
i
e
r
T
y
p
e
De
s
c
r
i
p
t
i
o
n
So
l
u
t
i
o
n
As
B
u
i
l
t
D
e
s
c
Se
v
e
r
i
t
y
Co
s
t
E
s
t
As
B
u
i
l
t
M
e
a
s
Ca
l
c
Pr
i
o
r
i
t
y
02-May-19 15-May-19
Parking Lot
-
Accessible
Stall 2 CBC 11B-502.6.2
Sheriff's Substation -
80 Country Club Rd,
Willow Creek
4
B
N/
A M.51 Parking
Accessible Stall
Sign - Fine Sign
An additional sign or info
below the ISA does not
state "Minimum Fine
$250."Provide required sign
No fine sign provided
at accessible stall 2
3
Hindr
ance 150 1 150 1
02-May-19 15-May-19
Parking Lot
-
Accessible
Stall 2
CA Vehicle Code
22511.9
Sheriff's Substation -
80 Country Club Rd,
Willow Creek
4
C
N/
A M.51 Parking
Accessible Stall
Sign -
Terminology
Parking stall sign or tow
sign uses "handicapped"
term in violation of CA
vehicle code Replace sign
"Handicapped" term
used on sign at
accessible stall 2
1
Neces
sary 325 1 325 1
02-May-19 15-May-19
Parking Lot
-
Accessible
Stall 2
CBC 11B-502.4
and ADAS 502.4
Sheriff's Substation -
80 Country Club Rd,
Willow Creek
4
D
N/
A M.51 Parking
Stall Surface -
Floor or Ground
Surfaces
Stall surface at stall
identified as accessible is
not firm, stable and slip-
resistant
Resurface to provide
compliant surface
Stall surface has grate
opening 1-5/8" x 3-
1/2" and
deteriorated asphalt
at accessible stall 2
2
Reco
mme
nded 12600 1 ####1
02-May-19 15-May-19
Parking Lot
-
Accessible
Stall 2
CBC 11B-
502.6.4.1
Sheriff's Substation -
80 Country Club Rd,
Willow Creek
4
E
N/
A M.51 Parking
Accessible Stall
Sign - ISA
Pavement Sign
ISA 3' x 3' (white/blue)
marking not within 6" of
stall center and bottom
edge not aligned with end
of stall
Repaint required
pavement ISA sign
Existing pavement
ISA sign is faded at
accessible stall 2
2
Reco
mme
nded 150 1 150 1
02-May-19 15-May-19
Accessible
route to
Main
Entrance
CBC 11B-403.4
and 2010 ADAS
403.4
Sheriff's Substation -
80 Country Club Rd,
Willow Creek
5
A
N/
A M.51
Accessible
Route -
Exterior
Change in Level -
1/4" to 1/2"
Change in level greater
than 1/4" in accessible
route with no bevel
Grind or repair to
remove trip hazard
Accessible route
surface is damaged
with 1/2" lip
1
Neces
sary 1500 6 250 1
02-May-19 15-May-19
Accessible
route to
Main
Entrance
CBC 11B-403.5.1
Exception 3 and
Caltrans
Highway Design
Manual 105.2
Sheriff's Substation -
80 Country Club Rd,
Willow Creek
5
B
N/
A M.51
Accessible
Route -
Exterior
Clear Width -
Accessible
Route with
Obstruction
Accessible route is not min.
48" wide where an
obstruction exists,
excluding the curb
Alter walkway to
provide min. 48"
accessible route
where doors block
existing path of travel
20" clear width due
to door swing. People
traveling to county
facility must travel
past these doors that
block the path
1
Neces
sary 625 5 125 1
02-May-19 15-May-19
Accessible
route to
Main
Entrance
CBC 11B-403.4
and 2010 ADAS
403.4
Sheriff's Substation -
80 Country Club Rd,
Willow Creek
5
C
N/
A M.51
Accessible
Route -
Exterior
Change in Level -
1/2" or Higher
Change in level greater
than 1/2" in accessible
route
Grind or repair to
remove trip hazard
1/2" lip in accessible
route surface in
multiple areas
1
Neces
sary 4500 18 250 1
02-May-19 15-May-19
Accessible
route to
Main
Entrance
CBC 11B-403.4
and 2010 ADAS
403.4
Sheriff's Substation -
80 Country Club Rd,
Willow Creek 6
N/
A M.51
Accessible
Route -
Exterior
Change in Level -
1/4" to 1/2"
Change in level greater
than 1/4" in accessible
route with no bevel
Grind or repair to
remove trip hazard
Accessible route
surface is damaged
with 1/2" lip
1
Neces
sary 750 3 250 1
02-May-19 15-May-19
Main
Entrance
CBC 11B-703.5.6
and 2010 ADAS
703.5.6
Sheriff's Substation -
80 Country Club Rd,
Willow Creek
7
A
1
of
1 M.51 Signage
Visual Signs -
Height
Visual characters not min.
40" above the finish floor
or ground.
Reposition sign or
provide new sign
ISA sign measured at
15" high and faded
2
Reco
mme
nded 250 1 250 4
Page 2 of 4
COUNTY OF HUMBOLDT
HUMBOLDT ADA TRANSITION PLAN
The KPA Group
www.thekpagroup.com
6700 Koll Center Pkwy, Suite 125
Pleasanton, CA 94566
Page 317 of 387
23EXPERIENCE AND REFERENCES
CITY OF UKIAH DESIGN AND ENGINEERING SERVICES | DEVELOP BUILDING PLANS FOR BARRIER REMOVAL
CITY OF UKIAH, CA | THE KPA GROUP
Description
Completion of the Humboldt County ADA Transition Plan was a significant effort. This project required the assessment
of more than 100 county-owned facilities alongside review of over 100 accessibility compliance reports completed by
a separate consulting firm, SZS Consulting. A Corrective Action Plan was created after data was compiled including a
20 year timeline for improvements with planned construction dates and associated costs. County departments were
evaluated for public use, program uniqueness, geographic distribution, use of public gathering space, community rights
and responsibilities, identified accessibility needs and long-term master plan affiliation.
The final ADA Transition Plan and Self-Evaluation included:
• Introduction
• Self-Evaluation of Facilities, Trails and Public R.O.W.
• Barrier Removal Considerations
• ADA Coordinator, Notice Policy, and Complaint Procedures
• Definitions
• Resources
Completed (type 1 in cell)
Delayed (type 0.5 in cell)
Cancelled (type 0 in cell)
D
e
p
t
.
Asset #Site Name & Address
O
w
n
e
r
s
h
i
p
Plan Total
Cost Estimate
P
r
e
2
0
1
9
2
0
1
9
2
0
2
0
2
0
2
1
2
0
2
2
2
0
2
3
2
0
2
4
2
0
2
5
2
0
2
6
2
0
2
7
2
0
2
8
2
0
2
9
2
0
3
0
P
o
s
t
2
0
3
0
D
43 Mental Health Center
720 Wood Street, Eureka, CA O Stay 10,050$
D
20 DHHS - Public Health - Health Moms Program
2910 H St, 15D, Eureka, CA O Move after
2030 53,031$
D
21 Case Management Building/ Hope Center
2933 H, Eureka, CA O Demo 48,000$
L
151 Humboldt County Main Library
1313 Third Street, Eureka, CA O Stay 10,000$
J
21 Humboldt County Correctional Facility (Jail)
901 5th Street, Eureka, CA O Stay 336,655$
J
85 Humboldt County Animal Shelter
980 Lycoming Avenue, Mckinleyville, CA O Stay 21,632$
J
170 Coroner'S Office -
3012 I St, Eureka, CA O Stay 31,560$
J
49 & 187 Humboldt County Courthouse
825 5th Street, Eureka, CA O Stay 10,790$
J
180, 183 Public Defender's Office
1001 4th St, Eureka, CA O Move after
2035 31,060$
P
89-90 Clam Beach Park
1100 Clam Beach Rd, Mckinleyville, CA O Stay 512,000$
P
148-149 Fields Landing Boat Ramp
160 Railroad Ave, Fields Landing, CA O Stay 26,190$
P
167-168 A.W. Way County Park
36625 Mattole Rd Petrolia, CA O Stay 246,066$
P
359-362 Freshwater Park
3100 Freshwater Road, Eureka, CA O Stay 469,800$
P
73 Veterans Hall
1100 Main Street, Ferndale, CA O Stay 4,324$
P
75-76 Veterans Memorial Hall
1426 Main Street, Fortuna, CA O Stay 250,625$
D
54 Eligibility/WIC/Child/Adult Mental Health
3306 Renner Drive, Fortuna, CA L Stay 3,000$
D
31, 158 Social Services Building C
445 W Washington, Eureka, CA L Move after
2035 13,750$
D
47 Social Services Branch
808 E Street, Eureka, CA L Move after
2035 13,475$
Instruction: Each project's planned year is highlighted as green with cost estimate. Use Excel file to track the progress and
update any change. Type 1 in cell to show check mark as "completed", tpye 0.5 in cell to show exclamation mark as
"delayed" or tpye 0 in cell to show cross mark as "cancelled".
Page 318 of 387
24MINORITY OR WOMEN-OWNED BUSINESS
CITY OF UKIAH DESIGN AND ENGINEERING SERVICES | DEVELOP BUILDING PLANS FOR BARRIER REMOVAL
CITY OF UKIAH, CA | THE KPA GROUP
Minority or Women-Owned Business
The KPA Group is not a minority or women-owned business.
Page 319 of 387
25PROPOSED PROJECT SCHEDULE
CITY OF UKIAH DESIGN AND ENGINEERING SERVICES | DEVELOP BUILDING PLANS FOR BARRIER REMOVAL
CITY OF UKIAH, CA | THE KPA GROUP
Proposed Project Schedule
Stakeholder
Meetings Stakeholder
Meetings
Stakeholder
Meetings
CASP Review/Inspection
Meetings
City Actions
Preliminary Design
Design Development
Construction
Documents
Notice to
Proceed
Review Existing
Documentation
CASP Review/
Insepection
Report
Preliminary
Design
Starts
Work
Plan
Preliminary
Design
Submittal
Site
Visit
Site
Visit
City Review
Comments
City Review
Comments
City Review
Comments
City Review
Comments
City Provides
Documentation
of Existing Site
and Building
Code
Review
Cost
Estimate
for
Design
Options
Concept
Design
Options
Code
Review
Updates
Code
Review
QA/QC
50% DD
Starts
Design
Develop-
ment
Starts
50% DD
Submittal
90% DD
Submittal
August 21
90% DD
Starts
100% CD
Starts
100% CD
Submittal
Kick-o
Meeting
Progress Meeting
with City
(Held bi-weekly until
design completion)
Stakeholder
Meetings
Stakeholder
Meetings
50%
Cost
Estimate
90%
Cost
Estimate
Finalize
Cost
Estimates
QA/QC
Final
Design
Submittal
Code
Review
Cost
Estimate
for
Preferred
Design
Revise
Preferred
Design
JUNE
2021
JULY AUGUST SEPTEMBER
Schedule Overview
KPA estimates approximately 60 days to complete preliminary design services, define a thorough project scope and
produce 50% Design Documents. 90% Design Development phase is expected to begin in August with submission of
90% Design Documents within 21 days. Construction Documents are expected to begin in late August and be complete
by the end of September 2021. The bidding process, contractor negotiation and other pre-construction activities are not
included in this project schedule but may be defined as part of the Construction Document phase. An estimated design
completion date of September 2021 aligns with completion of the 100% Construction Documents. Two week review
periods are provided for the City of Ukiah at various submittals throughout the schedule.
Page 320 of 387
26EXCEPTIONS
CITY OF UKIAH DESIGN AND ENGINEERING SERVICES | DEVELOP BUILDING PLANS FOR BARRIER REMOVAL
CITY OF UKIAH, CA | THE KPA GROUP
Exceptions
The KPA Group has no exceptions to the Scope of Services, the City’s insurance requirements or the City’s draft
professional services agreement.
Page 321 of 387
City of Ukiah
DESIGN AND ENGINEERING SERVICES FOR
DEVELOP BUILDING PLANS FOR BARRIER
REMOVAL
Proposal Evaluation Summary
Evaluation Criteria
Maximum
Points #1 #2 #3 #1 #2 #3 #1 #2 #3
Demonstration of understanding of the project.30 30 25 29 25 22 29 30 20 25
Clarity of submittal and responsiveness to the RFP.20 20 20 20 20 18 20 20 12 18
Qualifications, competence, technical ability and relevant
experience of specific personnel identified by the consultant.
30 30 25 30 25 25 25 28 20 18
Quality of consultant’s related work experience: experience
with similar projects, experience with preparation of
construction plans and specifications for a government agency,
cost estimates, and permitting.
20 20 18 19 10 20 17 15 12 15
Individual evaluator totals:100 100 88 98 80 85 91 93 64 76
Combined averaged totals for each consulting firm:
FINAL RANKING:
COST
Individual Evaluator
Ranking
The KPA Group Susan Oldroyd
Architect
Individual Evaluator
Ranking
95 85
DRAMS Architects
Individual Evaluator
Ranking
78
ATTACHMENT 3
Page 322 of 387
Page 1 of 1
Agenda Item No: 7.f.
MEETING DATE/TIME: 5/19/2021
ITEM NO: 2021-862
AGENDA SUMMARY REPORT
SUBJECT: Adoption of Resolution Removing Approximately 220 Lineal Feet of On-Street Parking at 1100
Hastings Road.
DEPARTMENT: Public Works PREPARED BY: Jason Benson, Senior Civil Engineer
PRESENTER: Consent Calendar
ATTACHMENTS:
1. Resolution No. 2021-x NO PARKING
2. Site Map
Summary: The City Council will consider adoption of resolution to remove approximately 220 lineal feet of on-
street parking at 1100 Hastings Road.
Background: The property owner at 1100 Hastings Road submitted a request to the City Engineer for a no-
parking zone on the curb section between the ARCO AM/PM convenient store's southern property line and the
driveway that provides access to the businesses at Elks Way, near Sack Concrete Construction, at 1150
Hasting Road.
Discussion: The request is for a no-parking zone on the curb section between the ARCO AM/PM convenient
store and the Elks Way driveway to businesses. This zone will prevent overnight and long term parking. Staff
has reviewed the request and the location. The adjacent businesses have adequate on-site parking and thus
do not require additional street parking to support their operations.
Staff recommends approval of the resolution (Attachment 1) to remove the no parking zone. An aerial photo of
the area and a street view photo are included as a site map for reference in Attachment 2.
Recommended Action: Adopt resolution removing approximately 220 lineal feet of on-street parking at 1100
Hastings Road.
BUDGET AMENDMENT REQUIRED: $0
CURRENT BUDGET AMOUNT: $0
PROPOSED BUDGET AMOUNT: N/A
FINANCING SOURCE: N/A
PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A
COORDINATED WITH: Tim Eriksen, Director of Public Works / City Engineer
Page 323 of 387
ATTACHMENT #1
RESOLUTION NO. 2021-
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF UKIAH
REMOVING 220 LINEAL FEET OF ON-STREET PARKING AT 1100 HASTINGS ROAD
WHEREAS, the City Council may by resolution designate portions of streets upon which the standing,
parking, or stopping of vehicles is prohibited or restricted pursuant to Article 11, Chapter 1, Division 8 of
the Ukiah City Code; and
WHEREAS, the City Engineer considered the request in April 2021, to establish the no parking zone
within the City of Ukiah; and
WHEREAS, the City Engineer recommends this request regarding the no parking zone.
NOW, THEREFORE, IT IS HEREBY RESOLVED, that the City Council of the City of Ukiah does establish a no
parking zone at 1100 Hastings Road at a location determined by the City Engineer.
PASSED AND ADOPTED this 19th day of May, 2021, by the following roll call vote:
AYES:
NOES:
ABSTAIN:
ABSENT:
____________________________
Juan V. Orozco, Mayor
ATTEST:
______________________________
Kristine Lawler, City Clerk
Page 324 of 387
ATTACHMENT #2
Page 325 of 387
Page 326 of 387
Page 1 of 2
Agenda Item No: 7.g.
MEETING DATE/TIME: 5/19/2021
ITEM NO: 2021-863
AGENDA SUMMARY REPORT
SUBJECT: Adopt Resolution Identifying the 2020-21 Project Funded by SB 1: The Road Repair and
Accountability Act, and Approval of Corresponding Budget Amendment.
DEPARTMENT: Public Works PREPARED BY: Jason Benson, Senior Civil Engineer
PRESENTER: Consent Calendar
ATTACHMENTS:
1. League of California Cities RMRA information
2. Resolution - Ukiah SB-1 2020-2021 Project List
Summary: The City Council will consider adopting a resolution to identify a street paving project on South
Dora Street from Beacon Lane to Washington Avenue which will utilize the Senate Bill 1, Road Maintenance
Rehabilitation Account funds and approve the corresponding budget amendment.
Background: With the adoption of Senate Bill 1, the Road Repair and Accountability Act of 2017 (SB 1) into
law, local agencies are required to submit a list of projects using the funding amount identified as the Road
Maintenance Rehabilitation Account (RMRA). For the City of Ukiah, the estimated RMRA funding amount
available for Fiscal Year 2020-2021 is $290,818. Further detailed information on RMRA funding can be found
in Attachment #1, an excerpt from the League of California Cities bulletin on transportation funding and the
Projected FY2020-21 Revenues.
Discussion: City Staff reviewed the City's Pavement Management Program and identified a list of streets for
asphalt concrete (AC) overlays to be constructed in 2021. Of the streets on this list, staff identified Dora Street
from Beacon Lane to Washington Avenue to be funded with RMRA funding.
As a condition to receive RMRA funding, cities are required to select a project through a City resolution
(Attachment #2) and to submit a copy of the resolution to the California Transportation Commission.
Recommended Action: Adopt resolution identifying the 2020-21 Project Funded by SB 1: The Road Repair
and Accountability Act, and approval of corresponding budget amendment.
BUDGET AMENDMENT REQUIRED: Yes
CURRENT BUDGET AMOUNT: N/A
PROPOSED BUDGET AMOUNT: $290,818 (RMRA funds)
FINANCING SOURCE: RMRA revenue authorized by Senate Bill 1 and Measure Y
PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A
COORDINATED WITH: Tim Eriksen, Director of Public Works / City Engineer
Page 327 of 387
Page 2 of 2
Page 328 of 387
Page 7 of 14
ATTACHMENT #1
20 January 2021
CaliforniaCityFinance.com
Road Maintenance and Rehabilitation Account (RMRA)
Revenue Allocations – Streets & Highways Code Sec 2031 “RMRA”
The Road Repair and Accountability Act of 2017 (SB1 Beall) represented a significant additional investment in
California’s transportation systems of over $5 billion per year. The Act increased per gallon fuel excise taxes,
diesel fuel sales taxes and vehicle registration taxes, stabilized the problematic price-based fuel tax rates and
provided for inflationary adjustments to rates in future years. The Act is more than doubling local streets and
road funds allocated through the Highway Users Tax Account (HUTA) and through the Road Maintenance and
Rehabilitation Account (RMRA) which it established.
The RMRA receives funds4 from the following new taxes imposed under the Road Repair and Accountability Act
of 2017:
A 12 cent per gallon increase to the gasoline excise tax effective November 1, 2017.
A 20 cent per gallon increase to the diesel fuel excise tax effective November 1, 2017, half of which will
be allocated to Trade Corridors Enhancement Account (TCEA) with the remaining half to the RMRA.
A new vehicle registration tax called the “transportation improvement fee,” effective January 1, 2018,
based on the market value of the vehicle.
An additional new $100 vehicle registration tax on zero emission vehicles model year 2020 and later
effective July 1, 2020.
Annual rate increases to these taxes beginning July
1, 2020 (July 1, 2021 for the ZEV fee), and every July
1 thereafter for the change in the California
Consumer Price Index. The first adjustment to be
made on July 1, 2020 will cover CPI change for two
years: November 1, 2017 through November 12,
2019.
4 In addition, funds from a 4 percent increase in the diesel sales tax to 5.75 percent from the prior 1.75 percent effective November
1, 2017 are allocated to the Public Transportation Account.
Effective Date
Vehicle Value Jan 2018 July 2020 July 2021
0 - $4,999 $ 25 $ 27 $ 27
$5,000 - $24,999 $ 52 $ 54 $ 55
$25,000 - $34,999 $ 105 $ 107 $ 110
$35,000 - $59,999 $ 157 $ 161 $ 165
$60,000 & over $ 183 $ 188 $ 192
SB1 Transportation Improvement Fee
Page 329 of 387
Page 8 of 14 20 January 2021
CaliforniaCityFinance.com
The Road Repair and Accountability Act directs the State Controller to allocate, on a monthly basis, fifty
percent of the revenues in the RMRA to the State Highway Operation and Protection Program (SHOP) in the
State Highway Account and half to cities and counties. But there are a series of specific program allocations,
subject to appropriation in the annual state budget, to be taken out first:
1. Administrative costs.
2. $200 million for the State-Local-Partnership Program for existing and aspiring self-help jurisdictions.
3. $100 million annually for the Active Transportation Program for the purpose of encouraging increased
use of active modes of transportation, such as biking and walking.
4. $400 million for state bridge and culvert maintenance and rehabilitation.
5. $25 million for the state’s Freeway Service Patrol program.
6. $5 million for five years through FY 2021-22 for pre-apprenticeship training programs of the California
Workforce Development Board.
7. $25 million for local planning grants to encourage local and regional planning.
8. $7 million for transportation research and transportation-related workforce education, training, and
development including $5 million to the University of California and $2 million to the California State
University.
Page 330 of 387
Page 9 of 14 20 January 2021
CaliforniaCityFinance.com
Use of Funds: RMRA [Streets and Highways Code Section 2030]
The use of RMRA local streets and roads funds is similar but, not identical, to HUTA use rules. Pursuant to Streets
and Highways Code Section 2030, RMRA local streets and roads allocations must be used for projects “that
include, but are not limited to,” the following
Road maintenance and rehabilitation
Safety projects
Railroad grade separations
Traffic control devices
Complete street components, “including active transportation purposes, pedestrian and bicycle safety
projects, transit facilities, and drainage and storm-water capture projects in conjunction with any other
allowable project.”
RMRA funds may also be used to satisfy a match requirement for projects eligible for state or federal funds.
SB1 also contains non-obligatory intent language regarding the use of funds. “To the extent possible and cost
effective,” cities and counties are to use a use:
advanced recycling techniques that reduce greenhouse gas emissions;
automotive technologies, ZEV fueling, infrastructure-to-vehicle;
communications autonomous vehicle systems;
Page 331 of 387
Page 10 of 14 20 January 2021
CaliforniaCityFinance.com
resiliency re climate change, fires, floods, sea level rise; and
complete street elements, access for bicycles, pedestrians.
If a city or county has an average Pavement Condition Index that meets or exceeds 80, the city or county may
spend its RMRA funds on transportation priorities other than these. [Streets and Highways Code Sec 2037]
Maintenance of Effort: RMRA [Streets and Highways Code Sec 2036]
The Road Repair and Accountability Act contains a local agency maintenance of effort (MOE) requirement that
applies to funds allocated through the RMRA. The Act states that the MOE requirement is to ensure that these
new roads funds do not supplant existing levels of city and county general revenue spending on streets and
roads. The MOE for the receipt of RMRA funds state that a city or county must maintain general fund spending
for street, road, and highway purposes at no less than average of 2009–10, 2010–11, and 2011–12 years. In
making this calculation an agency may exclude one-time funds. A city or county that fails to comply in a particular
year may make it up with in additional expenditures in the following year.
The Act provides that the State Controller may perform audits to ensure compliance with these MOE rules. If
the State Controller determines that a city or county has not met its MOE, the agency will be required to
reimburse the state for the funds it received during that fiscal year. However, a city or county that fails to comply
in a particular fiscal year may expend during that fiscal year and the following fiscal year a total amount that is
sufficient to comply. Any funds withheld or returned as a result of a failure to comply will be reapportioned to
the other counties and cities whose expenditures are in compliance.
For further guidance, see the State Controller’s “Guidelines Relating to Gas Tax Expenditures for Cities and
Counties.”
Spending Plans and Reports: RMRA [Streets and Highways Code Sec 2034]
The Road Repair and Accountability Act stipulates that, prior to receiving RMRA funds in a fiscal year, a city or
county must submit to the California Transportation Commission (CTC) a project list pursuant to an adopted
budget. The list must include for each project: description, location, schedule, useful life. [Streets and Highways
Code Sec 2034(a)]
The Road Repair and Accountability Act also requires that a city or county submit to the CTC an annual report of
project completion in order to receive RMRA funds. The report must include descriptions of all projects for which
RMRA funds were expended including: description, location, funds expended, completion date, estimated useful
life of the project.
There are no additional use or reporting requirements on Highway Users Tax Account funds (Streets and
Highways Code Sec 2103-2107) or on the three year transportation loan repayment funds.
Budgeting and Accounting for RMRA Funds: The ~60 Day Delay
The allocation of Road Maintenance and Rehabilitation Account (RMRA) revenues to cities and counties takes
many weeks. It takes the State Controller’s Office roughly 30 to 60 days from the time of revenue collection by
the state, through the various statutory set asides to distribute the funds to cities and counties in monthly
allocations. Consequently, the estimates shown in this report are for revenues collected for July through June
are not received on a cash basis by local agencies until September through August. That is, for example, the
FY2020-21 figure for your agency is revenues collected in and for July 2020 through June 2021 but distributed in
Page 332 of 387
Page 11 of 14 20 January 2021
CaliforniaCityFinance.com
monthly allocations September 2020 through August 2021. Cities and counties thus have two choices in the
budgeting and accounting of RMRA revenues:
1) apply a 60 day accrual policy to RMRA funds (recommended); or
2) adjust RMRA budgets (especially in FY2017-18) to reflect a distributed cash basis.
Local Streets and Roads (HUTA and RMRA) Revenue Estimates for
FY2020-21 and FY2021-22
We have computed revenue estimates for each city and county using a model reflecting the local allocation
formulas, latest population figures used by the State Controller for allocations and state Department of
Finance (DOF) estimates of statewide HUTA and RMRA tax revenues provided in the Governor’s Proposed
2021-22 Budget (released January 8, 2020) and analyses of SB1(Beall), The Road Repair and Accountability Act
of 2017.
To the surprise of no one, fuel consumption is down due to the COVID-19 pandemic. The price of fuel is also
down from prior years, but local streets and roads revenues are no longer related to fuel prices, only to fuel
consumption.
Substantially offsetting lower fuel consumption are the schedul ed rate increases stipulated in SB1 (described
above). Total 2019-20 LSR allocations (including HUTA, TCRF, and RMRA) were 4.0 percent above 2018-19. For
2020-21, estimated total LSR allocations are projected to be 5.0 percent over 2019-20. For the budget year
FY2021-22, the Department of Finance currently projects total LSR allocations to cities and counties to be 9.7
percent above the current FY2020-21 year.
Page 333 of 387
ATTACHMENT A
Local Streets and Roads - Projected FY2020-21 Revenues
Based on State Dept of Finance statewide revenue projections January 2021
Estimated January 2021 TOTAL Road Mntnc
Sec2103 (5)Sec2105 (3)Sec2106 (3)Sec2107 (3)Sec2107.5 (4)HUTA Rehab Acct
TOTALHighway Users Tax Acct (HUTA)(1) Streets & Highways Code
MADERA COUNTY
CHOWCHILLA 145,039 99,971 38,559 126,894 4,000 414,463 334,469 748,932
MADERA 513,999 354,284 124,436 449,693 7,500 1,449,912 1,185,312 2,635,225
MARIN COUNTY
BELVEDERE 16,623 11,458 12,073 14,543 1,000 55,696 38,333 94,030
CORTE MADERA 77,751 53,591 38,818 68,024 3,000 241,184 179,299 420,483
FAIRFAX 59,751 41,184 30,942 52,275 2,000 186,153 137,789 323,942
LARKSPUR 97,338 67,092 47,387 85,160 3,000 299,977 224,467 524,444
MILL VALLEY 113,566 78,278 54,488 99,358 3,000 348,689 261,890 610,579
NOVATO 418,782 288,654 188,026 366,388 7,500 1,269,350 965,735 2,235,085
ROSS 19,548 13,474 13,353 17,102 1,000 64,477 45,079 109,556
SAN ANSELMO 99,845 68,820 48,484 87,354 3,000 307,503 230,249 537,752
SAN RAFAEL 464,680 320,290 208,108 406,544 7,500 1,407,122 1,071,580 2,478,702
SAUSALITO 57,390 39,558 29,910 50,210 2,000 179,068 132,346 311,414
TIBURON 72,450 49,938 36,498 63,386 2,000 224,272 167,074 391,346
MARIPOSA COUNTY
MENDOCINO COUNTY
FORT BRAGG 57,870 39,888 30,361 50,630 2,000 180,749 133,452 314,201
POINT ARENA 3,583 2,470 6,383 3,135 1,000 16,570 8,263 24,833
UKIAH 126,110 86,924 60,501 110,333 4,000 387,869 290,818 678,687
WILLITS 38,663 26,649 21,877 33,826 1,000 122,014 89,159 211,173
MERCED COUNTY
ATWATER 243,538 167,863 76,743 213,069 6,000 707,213 561,613 1,268,826
DOS PALOS 42,880 29,556 17,467 37,516 2,000 129,419 98,885 228,304
GUSTINE 45,535 31,386 18,251 39,838 2,000 137,010 105,006 242,015
LIVINGSTON 114,618 79,003 38,659 100,279 3,000 335,559 264,317 599,876
LOS BANOS 324,238 223,487 100,582 283,672 6,000 937,979 747,711 1,685,690
MERCED 674,121 464,651 203,940 589,782 7,500 1,939,995 1,554,563 3,494,559
MODOC COUNTY
ALTURAS 21,877 15,079 11,430 20,621 1,000 70,009 50,451 120,459
MONO COUNTY
MAMMOTH LAKES 63,721 43,921 53,943 1,907,767 2,000 2,071,351 146,944 2,218,295
MONTEREY COUNTY
CARMEL-BY-THE-SEA 30,854 21,267 13,579 26,994 1,000 93,694 71,152 164,846
DEL REY OAKS 13,419 9,249 8,618 11,740 1,000 44,026 30,945 74,971
GONZALES 67,149 46,284 23,905 58,748 2,000 198,086 154,850 352,936
GREENFIELD 139,367 96,061 44,453 121,931 4,000 405,812 321,388 727,200
KING CITY 113,945 78,539 37,220 99,690 3,000 332,393 262,764 595,158
MARINA 177,658 122,454 55,348 155,431 5,000 515,892 409,690 925,582
MONTEREY 220,152 151,744 67,438 192,609 6,000 637,942 507,682 1,145,624
PACIFIC GROVE 122,914 84,721 39,772 107,537 4,000 358,944 283,448 642,392
SALINAS 1,259,843 868,372 363,252 1,102,225 10,000 3,603,692 2,905,272 6,508,964
SAND CITY 3,072 2,118 5,674 2,688 1,000 14,552 7,085 21,637
SEASIDE 261,384 180,164 79,169 228,682 6,000 755,399 602,766 1,358,164
SOLEDAD 201,819 139,107 62,222 176,569 6,000 585,717 465,405 1,051,122
20 January 2021 CaliforniaCityFinance.com Page 6 of 13
Page 334 of 387
ATTACHMENT #2
RESOLUTION NO. 2021-
RESOLUTION OF THE CITY OF UKIAH ADOPTING A PROJECT FOR FISCAL YEAR 2021-2022 FUNDED BY
SB 1: THE ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017
WHEREAS, Senate Bill 1 (SB 1), the Road Repair and Accountability Act of 2017 (Chapter 5, Statutes of
2017) was passed by the Legislature and Signed into law by the Governor in April 2017 in order to
address the significant multi-modal transportation funding shortfalls statewide; and
WHEREAS, SB 1 includes accountability and transparency provisions that will ensure the residents of our
City of Ukiah are aware of the projects proposed for funding in our community and which projects have
been completed each fiscal year; and
WHEREAS, the City of Ukiah must adopt a project proposed to receive funding from the Road
Maintenance and Rehabilitation Account (RMRA), created by SB 1 by resolution, which must include a
description and the location of each proposed project, a proposed schedule for the project’s
completion, and the estimated useful life of the improvement; and
WHEREAS, the City of Ukiah, will receive an estimated $290,818 in RMRA funding in Fiscal Year 2020-21
from SB 1; and
WHEREAS, this is the fifth year in which the City of Ukiah is receiving SB 1 funding and will enable the
City of Ukiah to continue essential road maintenance and rehabilitation projects, safety improvements,
repairing and replacing aging bridges, and increasing access and mobility options for the traveling public
that would not have otherwise been possible without SB 1; and
WHEREAS, the City of Ukiah used its Pavement Management System to identify the SB 1 project to
ensure revenues are being used on the most high-priority and cost-effective project that also meets the
community’s priorities for transportation investment; and
WHEREAS, the funding from SB 1 will help the City of Ukiah maintain and rehabilitate a key street this
year and with similar projects to follow in the future; and
WHEREAS, the 2020 California Statewide Local Streets and Roads Needs Assessment found that the City
of Ukiah’s streets and roads are in a “poor” condition and this revenue along with Measure “Y” street
maintenance sales tax revenue will help us increase the overall quality of our road system and over the
next decade will bring our streets and roads into a “fair” condition; and
WHEREAS, this SB 1 project and overall investment in our local streets and roads infrastructure with a
focus on basic maintenance and safety, investing in complete streets infrastructure, and using cutting-
edge technology, materials and practices, will have significant positive co-benefits statewide.
Page 335 of 387
ATTACHMENT #1
NOW, THEREFORE IT IS HEREBY RESOLVED, ORDERED AND FOUND by the City Council of the City of
Ukiah, State of California, as follows:
1. The foregoing recitals are true and correct.
2. The fiscal year 2021-22 project planned to be funded with Road Maintenance and Rehabilitation
Account revenues includes:
Description: Pavement Reconstruction; Location: South Dora Street from Beacon Lane to
Washington Avenue; Estimated Useful Life: 20 years; Anticipated Year of Construction: 2021.
PASSED AND ADOPTED this 19th day of May, 2021, by the following roll call vote:
AYES:
NOES:
ABSTAIN:
ABSENT:
____________________________
Juan V. Orozco, Mayor
ATTEST:
______________________________
Kristine Lawler, City Clerk
Page 336 of 387
Page 1 of 2
Agenda Item No: 12.a.
MEETING DATE/TIME: 5/19/2021
ITEM NO: 2020-352
AGENDA SUMMARY REPORT
SUBJECT: Receive Status Report and Consider Any Action or Direction Related to the Novel Coronavirus
(COVID-19) Emergency Including Operational Preparedness and Response; Continuity of City Operations and
Services; Community and Business Impacts; and Any Other Related Matters.
DEPARTMENT: City Manager /
Admin PREPARED BY: Tami Bartolomei, Office of Emergency
Management Coordinator
PRESENTER: Tami Bartolomei, Office of Emergency
Management Coordinator
ATTACHMENTS:
None
Summary: The City Council will receive a status report and consider any action or direction related to the
Novel Coronavirus (COVID-19) Emergency including operational preparedness and response; continuity of
City operations and services; community and business impacts; and any other related matters.
Background: On March 4, 2020, California Governor Gavin Newsom declared a State of Emergency in
California in response to the COVID-19 pandemic.
The County of Mendocino declared a State of Emergency related to the COVID-19 on March 4, 2020.
On March 17, 2020, the City Manager, acting as the Director of Emergency Services, declared the existence
of a local emergency.
On March 18, 2020, City Council approved a Resolution ratifying the proclamation declaring the existence of a
local emergency.
Since the onset of the emergency, the City of Ukiah has worked to respond to the public health and safety
needs of the community in cooperation with the County of Mendocino and other partners. The local response
for public health is lead regionally by the County of Mendocino and the County's Public Health Officer. In
addition, the City of Ukiah has worked to maintain the continuity of public services including public safety,
water, sewer, electric, airport, public works, and other essential activities.
Discussion: As the coronavirus “COVID-19” continues to evolve, the City of Ukiah continues to monitor the
situation and respond to emerging needs of the community. The City is in continued contact with local and
state agencies, as well as community partners, hospitals, schools, and neighboring cities to ensure we have
the most updated information pertaining to COVID-19 and are coordinating efforts.
Reports and/or information from the City of Ukiah's Emergency Operation Center (EOC) may include, as
necessary:
* Emergency Operation Center (EOC) Status
* COVID-19 Case Updates
* Public Information Officer
* Medical Services
Page 337 of 387
Page 2 of 2
* School/Education
* Public Safety (Police/Fire/EMS)
* Shelter in Place Monitoring and Compliance
* Community Service Groups
* Homeless Response
* Business Impacts/Services
* Public Infrastructure/Construction Status
* City Finance
* Recovery Efforts and Planning
* Other Related matters
Staff will provide a status report to City Council and will seek direction or action on operational preparedness
and response; continuity of City operations and services; community and business impacts; and any other
related matters.
Go to the City's website (www.cityofukiah.com) for direct access to information related to the Novel
Coronavirus (COVID-19) emergency including local updates, City Services, Community/Resident Information,
and Business Resources.
Recommended Action: Receive status report and consider any action or direction related to the Novel
Coronavirus (COVID-19) Emergency including operational preparedness and response; continuity of City
operations and services; community and business impacts; and any other related matters.
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
Page 338 of 387
Page 1 of 2
Agenda Item No: 12.b.
MEETING DATE/TIME: 5/19/2021
ITEM NO: 2020-669
AGENDA SUMMARY REPORT
SUBJECT: Update on Emergency Repair of the Yosemite Drive Water Main and Determine that Emergency
Conditions Continue to Require the Emergency Repair.
DEPARTMENT: Public Works PREPARED BY: Jarod Thiele, Public Works Management Analyst
PRESENTER: Tim Eriksen, Public Works Director/City Engineer
ATTACHMENTS:
1. Resolution 2020-63 Yosemite Drive Water Main Emergency Work
Summary: The City Council will review the status of the emergency award of contract to repair the Yosemite
Drive Water Main, to comply with Public Contract Code Section 22050.
Background: At their regular meeting of November 4, 2020, the City Council voted to adopt a resolution
finding that emergency conditions would not allow sufficient time to publicly bid the repair of the Yosemite
Drive Water Main. Please refer to Attachment 1 for a copy of the resolution.
The City Council awarded a contract to Wipf Construction under Public Contract Code Section 22050 to repair
the Yosemite Drive Water Main. That section allows such repairs without competitive bidding in an emergency,
if the City Council on a 4/5 vote makes specified finding. However, please note, that staff solicited quotes from
two additional companies before making the award recommendation.
Discussion: Under Public Contract Code 22050, Subsection (c)(1) the City Council is required to review the
emergency action taken on November 4th at every regularly scheduled meeting thereafter until the action is
terminated.
In reviewing the action, the City Council must determine whether the emergency conditions excusing
competitive bidding continue for the repair of the Yosemite Drive Water Main. It must make that finding by a
4/5 vote.
The water main, water services, and trench paving work are complete. The final work to reconstruct the
portion of the street damaged by the repeated water main breaks will commence as soon as weather and
contractor availability permit.
Recommended Action: Determine that emergency conditions continue to require the repair of the Yosemite
Drive Water Main without competitive bidding.
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: Tim Eriksen, Director of Public Works/City Engineer; Mary Horger, Financial Services
Manager
Page 339 of 387
Page 2 of 2
Page 340 of 387
1
RESOLUTION NO. 2020-63
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF UKIAH APPROVING PURSUANT TO
PUBLIC CONTRACT CODE SECTION 22050 THE EMERGENCY PROCUREMENT WITHOUT
PUBLIC BIDDING OF CONSTRUCTION SERVICES TO REPAIR THE WATER MAIN ON
YOSEMITE DRIVE
WHEREAS:
1.During normal operation of the City of Ukiah’s Water Distribution System, a portion of water
main failed repeatedly on Yosemite Drive; and
2.Without the normal operation of this water main, the City is unable to provide necessary and
immediate services to its residents which could lead to public health hazards; and
3.With damage caused to public property including streets, curb, gutter; and
4.With damage caused to private property including driveway aprons and driveways; and
5.The City Engineer estimates that it would take 120 days to develop plans and specifications to
bid the construction work required to repair the water main and damaged public and private
property, to advertise requests for bids, to award the bid and to commence construction and an
additional 2-3 weeks to complete the work; and
6.Under Public Contract Code Section 22050(a)(1) in the case of an emergency, the City,
pursuant to a four-fifths vote of the City Council, may repair or replace a public facility and
procure the necessary equipment, services, and supplies for those purposes, without giving
notice for bids to let contracts; and
7.Under Public Contract Code Section 22050(a)(2) before the City Council takes such action, it
must make a finding, based on substantial evidence set forth in the minutes of its meeting, that
the emergency will not permit a delay resulting from a competitive solicitation for bids, and that
the action is necessary to respond to the emergency;
NOW, THEREFORE, BE IT RESOLVED that:
1.Based on the foregoing recitals and information, the City Council finds that an emergency condition
exists that must be repaired to avoid public health hazards that could result, if the repair work was
put out for competitive bids in compliance with the procedures required by the Uniform Construction
Cost Accounting Act.
2.The City Council authorizes the procurement of construction services to repair the water main and
damaged public and private property without providing notice inviting bids.
3.The City Council authorizes the City Procurement Officer to contract with Wipf Construction to repair
the backwash basins at the WTP on the amount of $178,642.
ATTACHMENT 1
Page 341 of 387
2
4.Awarding a contract to repair the water main and damaged public and private property is
categorically exempt from environmental review under the California Environmental Quality Act as
a Class 2 categorical exemption, because it involves the replacement or reconstruction of existing
utility systems and/or facilities involving negligible or no expansion of capacity. (14 CCR §15302.)
5.The emergency action taken by this resolution shall terminate upon the City Council’s approval of a
certificate of completion for the water main and public and private property repair work.
PASSED AND ADOPTED this 4th day of November, 2020, by the following roll call vote:
AYES:
NOES:
ABSENT:
ABSTAIN:
Douglas F. Crane, Mayor
ATTEST:
Kristine Lawler, City Clerk
Councilmembers Mulheren, Brown, Scalmanini, Orozco, and Mayor Crane
None
None
None
Page 342 of 387
Page 1 of 2
Agenda Item No: 12.c.
MEETING DATE/TIME: 5/19/2021
ITEM NO: 2021-861
AGENDA SUMMARY REPORT
SUBJECT: City Council Primer on Budget Document and Review of Capital Improvement Program Budget for
the 2021-22 Fiscal Year.
DEPARTMENT: Finance PREPARED BY: Dan Buffalo, Finance Director
PRESENTER: Dan Buffalo, Finance Director (Budget primer)
Mary Horger, Financial Services Specialist (CIP)
ATTACHMENTS:
1. CIP -5 year-FYE 2022 - In Progress - ASR Attachment 051921
2. Vehicle & Heavy Equipment Justifications - FY 21-22
Summary: Council will receive a brief training and primer on the annual City budget document, including how
to navigate and use its functionality through the OpenGov platform. Council also will receive an update on the
Capital Improvement Program (CIP) budget for fiscal year 2021-22 and provide any input before the draft
budget is assembled and prepared for final presentation on June 2, 2021.
Background: In preparation for the draft budget presentation on June 2, 2021, the Finance Department
encourages all Council members to become acclimated and familiar with the budget document. This brief
training will provide all Council members with an opportunity to ask questions and familiarize themselves with
the budget presentation and the functionality it offers through the OpenGov platform.
Discussion: The Finance Department will use the current City budget for FY 2021 as a primer for the Council
to understand how information is organized, presented, and navigable. The current budget document can be
found here:
https://stories.opengov.com/ukiahca/published/hKmhwPewF
A copy of the most recent version of the 5-year CIP schedule in preparation of budget adoption for fiscal year
21-22 can be found as Attachment 1. The justifications for the vehicles and heavy equipment proposed are
provided for as Attachment 2.
Recommended Action: Receive presentation.
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 343 of 387
Page 2 of 2
Page 344 of 387
FIVE YEAR CAPITAL IMPROVEMENT PLAN*
JULY 2021
FACILITIES/BUILDINGS/LAND
COMMUNITY SERVICES DEPARTMENT
Start End 21/22 22/23 23/24 24/25 25/26
Todd Grove Park
Pathways Pathways deteriorating beyond repair, need to be replaced.Community
Services Parks 10022100.
80220 18102 N/A
Jarrod
Meyer
jmeyer@cityofu
kiah.com
511 Park
Boulevard
Facilities/
Buildings/Land Deferred 2021 2022 TBD No New
Revenues
Fiscal Year
Allocation TBD $‐
Moved from FYE 21 due to COVID‐19.
Prioritization and funding source(s) under
review. Estimated cost is $150k.
Reviewed
McGarvey Park
Pathways Pathways deteriorating beyond repair, need to be replaced.Community
Services Parks 10022100.
80220 18116 N/A
Jarrod
Meyer
jmeyer@cityofu
kiah.com
310 Dora
Street
Facilities/
Buildings/Land New 2024 2025 TBD No New
Revenues
Fiscal Year
Allocation TBD $‐
Moved from FYE 22. Moved from FYE 24.
Prioritization and funding source(s) under
review. Estimated cost is $75k.
Reviewed
McGarvey Park
Irrigation Replace Irrigation System Community
Services Parks 10022100.
80220 18103 N/A
Jarrod
Meyer
jmeyer@cityofu
kiah.com
310 Dora
Street
Facilities/
Buildings/Land New 2022 2024 TBD No New
Revenues
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 Parks 10022100.
80220 18012 N/A
Jarrod
Meyer
jmeyer@cityofu
kiah.com
511 Park
Boulevard
Facilities/
Buildings/Land Deferred 2021 2023 TBD No New
Revenues
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 Parks 30522250.
80220 18014 N/A
Jarrod
Meyer
jmeyer@cityofu
kiah.com
1281 East
Gobbi
Street
Facilities/
Buildings/Land
In
Progress 2018 2021 Grant Yes
New
Revenues Grant funded. $ 281,695 $ 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.
Budget
Adopted
Wagenseller
Park Plan Park master plan needed once a site is identified.Community
Services Parks 10022100.
80220 18063 N/A Neil Davis
ndavis@cityofu
kiah.com
Orchard
and Brush
Street
Facilities/
Buildings/Land New 2022 2023
Capital
Projects No New
Revenues
Potential for Prop
68 funding. $ 75,000 $ 75,000 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 Parks 10022100.
80220 18063 N/A Neil Davis
ndavis@cityofu
kiah.com
Orchard
and Brush
Street
Facilities/
Buildings/Land New 2023 2024
Capital
Projects No New
Revenues
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
Wall and
Parking Safety
Issues
Develop a conceptual design and maintenance plan for the wall, as well as addressing
parking safety issues around the park. The design would likely including low impact
development features to provide a buffer between vehicles and the wall. Thegoalistogeta
project ready for potential grant funding.
Community
Services Parks 10022100.
80220 18071 N/A
Jarrod
Meyer
jmeyer@cityofu
kiah.com
1281 East
Gobbi
Street
Facilities/
Buildings/Land New 2021 2022 General Yes
New
Revenues
Potential Water
Recharge Grant $ 12,000 $ 12,000
Council refers to Park & Recreation
Commission for review and consideration
for concept and funding for parking &
safety issues. Parks, Recreation and Golf
Committee provided staff with some
suggested action. Staff continues to
research the project. Moved from FYE 21.
Budget
Adopted
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
Parks/Aquatics/
Recreation
10022100.
80220 TBD N/A
Jake
Burgess
jburgess@cityof
ukiah.com
511 Park
Boulevard
Facilities/
Buildings/Land New 2021 2022
Grant
Funded No New
Revenues
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
$350k.
Reviewed
Civic Center
front of building
replacement of
tile, clean and
paint.
Tile missing and/or broken, front of building needs cleaning and painting.Community
Services
Building &
Grounds
Maintenance
20822500.
80220 18106 N/A
Kerry
Randall
krandall@cityof
ukiah.com
300
Seminary
Avenue
Facilities/
Buildings/Land
In
Progress 2021 2022 General Yes
New
Revenues
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.
Reviewed
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
Building &
Grounds
Maintenance
20822500.
80220 18107 N/A
Kerry
Randall
krandall@cityof
ukiah.com
300
Seminary
Avenue
Facilities/
Buildings/Land Deferred 2021 2022 General Yes
Current
Revenues
Utilizing Building
Fund Reserves. $ 35,000 $ 35,000 Moved to FYE 22 due to COVID‐19. 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
Building &
Grounds
Maintenance
20822500.
80220 18176 N/A
Shannon
Riley
sriley@cityofuki
ah.com
501 South
State Street
Facilities/
Buildings/Land
In
Progress 2020 2022
External
Financing Yes New
Revenues
Purchase
Completed FY
2021;
Rehabilitation
Costs TBD,
Funded by Series
2020A Bond
$ 762,562 $ 1,623,233 $ 1,623,233
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.
Reviewed
and
Supported
Security Fencing
at Ukiah Police
Department
Parking/Entranc
e/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 securityrisktothose
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
Building &
Grounds
Maintenance
20822500.
80220 18187 N/A
Kerry
Randall
krandall@cityof
ukiah.com
300
Seminary
Avenue
Facilities/
Buildings/Land New 2025 2026
New
Revenues No New
Revenues
Fiscal Year
Allocation TBD $‐
Prioritization and funding source(s) under
review; Department estimate/request is
$189,000; Project is contingent on the
identification of a non General Fund
source. Moved from FYE 21 due to
COVID‐19.
Reviewed
Project Name Project Description Department Division Org/Object
Project
Number
Allocation to
Multi‐funds
Project
Contact
Name
Comments City Council
Status
Estimated Cost per Fiscal Year
TotalsProject Contact
Email
Project
Location
Improvement
Type
Project
Status
Project
Timeline Funding
Source
Fu
n
d
i
n
g
Id
e
n
t
i
f
i
e
d
Funding
Type
Funding Type
Add'l Comments Costs to date
*Refer to last page of this document for definition of terms used.PAGE 1
ATTACHMENT 1
Page 345 of 387
FIVE YEAR CAPITAL IMPROVEMENT PLAN*
JULY 2021
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
Building &
Grounds
Maintenance
20822500.
80220 18176 N/A
Kerry
Randall
krandall@cityof
ukiah.com
300
Seminary
Avenue
Facilities/
Buildings/Land New 2021 2022
Internal
Service No New
Revenues
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.
Reviewed
Train Depot
HVAC Replace failing HVAC at the Train Depot.Community
Services
Building &
Grounds
Maintenance
20822500.
56120 18255 N/A
Kerry
Randall
krandall@cityof
ukiah.com
247 East
Perkins
Facilities/
Buildings/Land New 2021 2022 General No
New
Revenues $ 8,000 $ 8,000
Unit failed. Heating and air are not
working. Tenants are complaining.
Evaluation from contractor confirms
replacement necessary.
Reviewed
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 Parks 30022200.
80220 18013 N/A
Jarrod
Meyer
jmeyer@cityofu
kiah.com
600 Live
Oak Avenue
Facilities/
Buildings/Land New 2021 2022
Capital
Projects No New
Revenues
Utilizing Park
Development
funds. Will also
be seeking grant
funding.
$ 50,000 $ 50,000 Moved to FYE 22 due to COVID‐19. Budget
Adopted
Todd Grove Park
Play Equipment
Replacement
The State of California Health and Safety Code calls for all public agencies operating
playgrounds, shall upgrade their playgrounds by replacement or improvements as necessary.
Replacement is necessary due to the age of the equipment, the rising cost of replacement
pieces, and safety concerns.
Community
Services Parks 30322230.
80100 18009 N/A
Jarrod
Meyer
jmeyer@cityofu
kiah.com
600 Live
Oak Avenue
Facilities/
Buildings/Land Ongoing 2020 2021 Grant No
New
Revenues
$177k grant
funded; balance
General Fund
$ 230,000 $ 230,000 Prop 68 Per Capita Funding. Moved from
FYE 20. Moved from FYE 21.
Budget
Adopted
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 Parks 10022100.
80220 18010 N/A
Jarrod
Meyer
jmeyer@cityofu
kiah.com
500 Oak
Manor
Drive
Facilities/
Buildings/Land New 2022 2023 Grant No
New
Revenues
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
Softball Fields
Restroom
Concession
Building Roof
Replacement
Replace roof at softball fields Community
Services Parks 30122210.
80220 18110 N/A
Jarrod
Meyer
jmeyer@cityofu
kiah.com
901 River
Street
Facilities/
Buildings/Land New 2020 2021 TBD No New
Revenues
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.
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 Museum 10022700.
80220 18023 N/A
David
Burton
dburton@cityof
ukiah.com
431 South
Main Street
Facilities/
Buildings/Land Deferred 2022 2023 TBD No New
Revenues
Seek funding
assistance. $ 35,000 $ 35,000 Seek alternate funding. Moved from FYE
21.Reviewed
Security
Cameras at
Museum
Outdoor security cameras for protection of property.Community
Services Museum 10022700.
80220 18111 N/A Neil Davis
ndavis@cityofu
kiah.com
431 South
Main Street
Facilities/
Buildings/Land Deferred 2022 2023 TBD No New
Revenues
Seek funding
assistance. $ 20,000 $ 20,000
Seek alternate funding. Budget moved
from FYE 21, and increased from $14k.
Moved from FYE 22 due to higher
priorities in FYE 22.
Reviewed
New HVAC for
Sun House Current HVAC is 30 years old, failing beyond repair, and needs to be replaced.Community
Services Museum 10022700.
80220 TBD N/A
David
Burton
dburton@cityof
ukiah.com
431 South
Main Street
Facilities/
Buildings/Land New 2021 2022
Grant
Funded No New
Revenues
Seek funding
assistance. $ 45,000 $ 45,000
Unit was repaired in March 2020. It was
advised that it may no longer be
repairable and to begin budgeting for a
new unit. Cost shown is rough budget,
and will work to be more refined.
Not
Reviewed
Conference
Center Exterior
Painting
Building exterior needs painting Community
Services
Ukiah Valley
Conference
Center
73022600.
80220 18112 N/A
Kerry
Randall
krandall@cityof
ukiah.com
200 South
School
Street
Facilities/
Buildings/Land New 2024 2025 Enterprise No
New
Revenues $ 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
Ukiah Valley
Conference
Center
73022600.
80220 18113 N/A
Kerry
Randall
krandall@cityof
ukiah.com
200 South
School
Street
Facilities/
Buildings/Land Deferred 2024 2025 Enterprise Yes
Current
Revenues $ 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
Ukiah Valley
Conference
Center
73022600.
80220 18114 N/A
Kerry
Randall
krandall@cityof
ukiah.com
200 South
School
Street
Facilities/
Buildings/Land New 2024 2025 Enterprise No
New
Revenues $ 100,000 $ 100,000
Looking for funding. Split out cameras as
it's own project. Moved from FYE 23 due
to COVID‐19.
Reviewed
Conference
Center Security Security keyless door lock entry.Community
Services
Ukiah Valley
Conference
Center
73022600.
80220 18189 N/A
Kerry
Randall
krandall@cityof
ukiah.com
200 South
School
Street
Facilities/
Buildings/Land New 2024 2025 Enterprise No
New
Revenues $ 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
Ukiah Valley
Conference
Center
73022600.
80220 TBD N/A
Kerry
Randall
krandall@cityof
ukiah.com
200 South
School
Street
Facilities/
Buildings/Land New 2024 2025 Enterprise No
New
Revenues $ 25,000 $ 25,000 Moved from FYE 22 due to COVID‐19. Reviewed
1,044,257$ 2,921,238$ 285,000$ 875,000$ 215,000$ ‐$ 4,296,238$
ELECTRIC UTILITY DEPARTMENT
SUB‐TOTAL:
Start End 21/22 22/23 23/24 24/25 25/26
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 Administration 80126100.
80220 17023 N/A
Diann
Lucchetti
dlucchetti@city
ofukiah.com
1350
Hastings
Road
Facilities/
Buildings/Land
In
Progress 2017 2024 Enterprise Yes
Current
Revenues 100,000$ 350,000$ 150,000$ 10,000$ $ 510,000
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 $30k.
Reviewed
and
Supported
Renewable
Resource
Development ‐
Solar
Renewable energy development for the Utility’s resource portfolio in meeting the States
green energy mandates.
Electric Utility
Department Administration 80126100.
80220 ECC01 N/A Mel Grandi
mgrandi@cityof
ukiah.com
1350
Hasting
Road
Facilities/
Buildings/Land
In
Progress 2018 2025 Enterprise Yes
Current
Revenues 55,000$ 700,000$ 1,000,000$ 1,000,000$ 50,000$ $ 2,750,000
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 $1 mil.
Reviewed
and
Supported
Hydroelectric
Plant
Warehouse,
Shop and
Restroom
Needed to store hydro specialized plant materials, spare parts, provides staff workspace and
restroom/sink facilities.
Electric Utility
Department
Technical
Services
80126100.
80230 18038 N/A
James
O'Brien
jobrien@cityofu
kiah.com
1229 Lake
Mendocino
Drive
Facilities/
Buildings/Land
In
Progress 2018 2022 Enterprise Yes
Current
Revenues 190,000$ $ 190,000 Moved from FYE 21 due to COVID‐19. Reviewed
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
Technical
Services
80126100.
80230 18046 N/A Mel Grandi
mgrandi@cityof
ukiah.com TBD Facilities/
Buildings/Land New 2020 2023 Enterprise Yes
Current
Revenues 20,000$ 300,000$ $ 320,000 $20k moved from FYE 21, and $300k
from FYE 22 due to COVID‐19.Reviewed
Material
Storage Yard Purchase of land for material storage yard. Electric Utility
Department Administration 80126100.
80210 18263 N/A Mel Grandi
mgrandi@cityof
ukiah.com TBD Facilities/
Buildings/Land New 2021 2023 Enterprise Yes
Current
Revenues 150,000$ $ 150,000 Not
Reviewed
155,000$ 1,410,000$ 1,450,000$ 1,010,000$ 50,000$ ‐$ 3,920,000$
CommentsTotals City Council
Status
SUB‐TOTAL:
Project
Status
Project
Timeline Funding
Source
Fu
n
d
i
n
g
Id
e
n
t
i
f
i
e
d
Funding
Type
Funding Type
Add'l CommentsPr
oj
e
ct
Num
be
r
Allocation to
Multi‐funds
Project
Contact
Name (s)
Project Contact
Email (s)
Project
Location
Improvement
Type
Estimated Cost per Fiscal Year
Project Name Project Description Department Division
Org/Object Costs to date
*Refer to last page of this document for definition of terms used.PAGE 2
Page 346 of 387
FIVE YEAR CAPITAL IMPROVEMENT PLAN*
JULY 2021
FINANCE DEPARTMENT
Start End 21/22 22/23 23/24 24/25 25/26
Card Lock Phase
II
The Police Department is in need of providing a more controlled, secure environment for
their officers and employees. Card lock provides access security to all entrances and exits
using key fobs and access cards. This is already installed in the Civic Center and Annex and is
providing a high level of access security. This would provide additional Public Safety as well.
Finance IT
20822500.
80220 15019 N/A
Ryan
Burkhart
rburkhart@city
ofukiah.com
300
Seminary
Avenue
Facilities/
Buildings/Land Deferred 2021 2022
Internal
Service No Current
Revenues $ 85,000 $ 85,000
This would be an expansion to the
existing Card Lock system. Moved from
FYE 21 due to COVID‐19.
Reviewed
‐$ 85,000$ ‐$ ‐$ ‐$ ‐$ 85,000$ SUB‐TOTAL:
Totals Comments
Estimated Cost per Fiscal Year
Project Name Project Description Department Division Org/Object
Pr
oj
e
ct
Num
be
r
Allocation to
Multi‐funds
Project
Contact
Name (s)
Project Contact
Email (s)
Funding
Type
Funding Type
Add'l Comments Costs to dateProject
Location
Improvement
Type
Project
Status
Project
Timeline Funding
Source
Fu
n
d
i
n
g
Id
e
n
t
i
f
i
e
d
City Council
Status
FIRE AUTHORITY
Start End 21/22 22/23 23/24 24/25 25/26
Fire Station
Upgrades and
Retrofit
The Fire Stations are in dire need of an upgrade. At the South Station (due to the building's
layout and size), UVFA has currently outgrown the living space. The station needs to include
additional bedrooms, a bathroom with an extra shower, office space, and installing security
measures to protect the facility and fire equipment. This upgrade will maintain the building's
footprint utilizing a change in layout to accommodate the Department's current and future
needs. It will also comply with the current fire code by installing a sprinkler system. The
North Station is also in need of improvements to the grounds and security of the station.
The driveway and pad require repair, which would reduce the impact on department
equipment.
Fire Authority City/District TBD TBD N/A
Doug
Hutchison
dhutchison@cit
yofukiah.com
1500 South
Street/141
Lovers Lane
Facilities/
Buildings/Land New 2021 2022 TBD No
New
Revenues
Fiscal Year
Allocation TBD $ ‐
Prioritization and funding source(s) under
review; Need to explore grant funding;
Department estimate/request is
$250,000; Additional evaluation of North
Station Location is needed prior to
expending substantial funding on existing
location.
Not
Reviewed
Emergency
Standby
Generators
This project will include placing two external generators with automatic transfer capabilities
at the North and South Stations. The project also includes updates to the current electrical
system and panels to integrate the building's generators. These generators will allow for
power at the stations during an emergency or planned power outage. The facilities must be
able to operate and carry out the Authority's mission regardless of outsideinfluences,
making both stations self‐sufficient. As planned power outages are expected to continue for
the foreseeable future, along with sporadic emergency outages, the Authority must maintain
power for critical infrastructure needed to complete our mission.
Fire Authority City/District TBD TBD N/A
Doug
Hutchison
dhutchison@cit
yofukiah.com
1500 South
Street/141
Lovers Lane
Facilities/
Buildings/Land New 2021 2022 TBD No
New
Revenues
Fiscal Year
Allocation TBD $ ‐
Prioritization and funding source(s) under
review; Need to explore grant funding.
Department estimate/request is
$120,000
Not
Reviewed
‐$ ‐$ ‐$ ‐$ ‐$ ‐$ ‐$
Start End 21/22 22/23 23/24 24/25 25/26
HVAC Upgrade ‐
Garage
The garage's heating and air is inefficient, old and needs to be upgraded. An upgrade will
provide economical benefits in energy savings.Public Works Corporation
Yard
20824300.
80220 18018 N/A David Kirch
dkirch@cityofu
kiah.com
1320
Airport
Road
Facilities/
Buildings/Land Deferred 2020 2023
Internal
Service Yes Internal
Service $ 52,000 $ 52,000
Look for alternative energy sources as
part of the consideration of this project.
Moved from FYE 21 due to COVID‐19.
Reviewed
Corporation
Yard
Rehabilitation
Conduct a needs assessment to determine the best and most effective way to rehabilitate
the Corporation Yard for the Water, Sewer, Street and Fleet Maintenance.Public Works Corporation
Yard
20824300.
80220 18190 N/A David Kirch
dkirch@cityofu
kiah.com
1320
Airport
Road
Facilities/
Buildings/Land New 2021 2022
Internal
Service No New
Revenues $ 50,000 $ 50,000
Needs Assessment for Corp Yard Facility
Moved from FYE 21 due to COVID‐19.
Moved from FYE 23.
Reviewed
‐$ 50,000$ 52,000$ ‐$ ‐$ ‐$ 102,000$
Start End 21/22 22/23 23/24 24/25 25/26
Upgrade HVAC
Units on
Buildings ‐
WWTP
Upgrade HVAC units in Operations and Equipment Buildings due to parts being unavailable.Water
Resources
Wastewater
Treatment Plant
84027225.
56120 18129 N/A David Kirch
dkirch@cityofu
kiah.com
300 Plant
Road
Facilities/
Buildings/Land New 2021 2022 Enterprise Yes
Current
Revenues $ 150,000 $ 150,000 Reviewed
Machinery
Storage Cover Install a machinery cover area to protect equipment from weather.Water
Resources
Wastewater
Treatment Plant
84427222.
80220 18256 N/A Alan Hodge
ahodge@cityof
ukiah.com
300 Plant
Road
Facilities/
Buildings/Land New 2021 2022 Enterprise Yes
Current
Revenues $ 15,000 $ 15,000 Reviewed
Upgrade HVAC
Units on
Buildings ‐ WTP
Due to aging infrastructure upgrades are needed to the HVAC system at the Water
Treatment Plant
Water
Resources
Water
Treatment Plant
82027113.
56120 TBD N/A David Kirch
dkirch@cityofu
kiah.com
935 River
Street
Facilities/
Buildings/Land New 2022 2023 Enterprise Yes
Current
Revenues $ 70,000 $ 70,000 Reviewed
Well 3
Improvements Improve Well 3 building enclosure.Water
Resources
Water
Treatment Plant
82027113.
80220 TBD N/A Jarod Thiele
jthiele@cityofu
kiah.com
Vichy
Springs
Road
Facilities/
Buildings/Land New 2025 2026 Enterprise Yes
Current
Revenues $ 150,000 $ 150,000 Reviewed
‐$ 165,000$ 70,000$ ‐$ ‐$ 150,000$ 385,000$
1,199,257$ 4,631,238$ 1,857,000$ 1,885,000$ 265,000$ 150,000$ 8,788,238$
Project Name Project Description Department Division Org/Object
Pr
oj
e
ct
Num
be
r
Allocation to
Multi‐funds
Project
Contact
Name (s)
Project Contact
Email (s)
City Council
Status
Funding
Type
Funding Type
Add'l Comments Costs to date
PUBLIC WORKS DEPARTMENT
WATER RESOURCES DEPARTMENT
CommentsProject
Location
Improvement
Type
Project
Status
Project
Timeline Funding
Source
Fu
n
d
i
n
g
Id
e
n
t
i
f
i
e
d
Estimated Cost per Fiscal Year
City Council
Status
SUB‐TOTAL:
Totals
Project Name Project Description Department Division
Org/Object
Pr
oj
e
ct
Num
be
r
Allocation to
Multi‐funds
Project
Contact
Name (s)
Project Contact
Email (s)
Project
Location
Improvement
Type
Project
Status
Project
Timeline Funding
Source
Fu
n
d
i
n
g
Id
e
n
t
i
f
i
e
d
Funding
Type
Funding Type
Add'l Comments Costs to date
Estimated Cost per Fiscal Year
Totals Comments
SUB‐TOTAL:
SUB‐TOTAL:
Project
Timeline Funding
Source
Fu
n
d
i
n
g
Id
e
n
t
i
f
i
e
d
Funding
Type
Funding Type
Add'l Comments Costs to dateAllocation to
Multi‐funds
Project
Contact
Name (s)
Project Contact
Email (s)
Project
Location
Improvement
Type
Project
StatusProject Name Project Description Department Division Org/Object
Pr
oj
e
ct
Num
be
r
Totals Comments
City Council
Status
Estimated Cost per Fiscal Year
TOTALS FOR FACILITIES/BUILDINGS/LAND :
*Refer to last page of this document for definition of terms used.PAGE 3
Page 347 of 387
FIVE YEAR CAPITAL IMPROVEMENT PLAN*
JULY 2021
FINANCE DEPARTMENT
INFORMATION TECHNOLOGY
Start End 21/22 22/23 23/24 24/25 25/26
Core ‐ 4 Cisco
3750 Switches ‐
End of Life ‐
Replacements
These switches are the center core of our network infrastructure. They serve as data
conduits for all City of Ukiah operations. They are nearing end‐of‐life, as warranty and
support runs out during this time‐frame.
Finance IT
20913900.
80100 17044 N/A
Ryan
Burkhart
rburkhart@city
ofukiah.com
300
Seminary
Avenue
Information
Technology New 2019 2023
Internal
Service Yes Current
Revenues $ 54,399 $ 100,000 $ 100,000
Cisco extended the warranty of two of
the switches, so the cost ended up much
lower than originally anticipated. Costs
to date reflect encumbered funds.
Reviewed
Redundant
Internet
Gateway (Fall‐
over Load
Balancer)
Our current AT&T Internet gateway provides 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 IT
20913900.
80100 17046 N/A
Ryan
Burkhart
rburkhart@city
ofukiah.com
300
Seminary
Avenue
Information
Technology New 2021 2023
Internal
Service No Current
Revenues $ 83,400 $ 24,200 $ 107,600
Moved from FYE 21 due to COVID‐19.
Reduced FYE 22 amount from $166,800,
and FYE 23 from $48,400.
Reviewed
Dell Compellent
Storage ‐ 5 year
cyclic end of life
replacement
The Dell Compellent Storage serves as our main live data storage for the CityofUkiah. Itis
used in conjunction with our four Virtual Machine Hosts, which control and offer resources
to all of our virtual servers. This basically contains the majority of our production servers
upon which all City of Ukiah data services reside. In addition, our VMM (Virtual Machine
Manager) server operates as stated. It manages all of the virtual servers within the
infrastructure. Dell‐4 VM Hosts & Virtual Machine Manager Server ‐ 5 year cyclic ‐ end of life
‐ replacement (Refinance)) $290,000 at approximately $59,000/year x 5 years.
Finance IT
20913900.
80100 17047 N/A
Ryan
Burkhart
rburkhart@city
ofukiah.com
300
Seminary
Avenue
Information
Technology On‐going 2021 2026
Internal
Service No Current
Revenues $ 59,000 $ 59,000 $ 59,000 $ 59,000 $ 236,000
Department is exploring cloud storage
solution where a portion of this may not
be necessary. Added financing through
FYE 26. Moved to begin in FYE 23 as
project continues to be reviewed.
Reviewed
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 manufacture.
Finance IT
20913800.
80100 18100 N/A
Ryan
Burkhart
rburkhart@city
ofukiah.com
300
Seminary
Avenue
Information
Technology New 2022 2023
Internal
Service No Current
Revenues $ 180,000 $ 180,000 Reviewed
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 IT
20913900.
80100 TBD N/A
Ryan
Burkhart
rburkhart@city
ofukiah.com
300
Seminary
Avenue
Information
Technology New 2024 2025
Internal
Service No Current
Revenues $ 110,000 $ 110,000 Reviewed
54,399$ 83,400$ 363,200$ 59,000$ 169,000$ 59,000$ 733,600$
FIRE AUTHORITY
Project Name Project Description Department Division Org/Object
Pr
oj
e
ct
Num
be
r
Totals Comments
City Council
Status
Estimated Cost per Fiscal Year
SUB‐TOTAL:
Project
Timeline Funding
Source
Fu
n
d
i
n
g
Id
e
n
t
i
f
i
e
d
Funding
Type
Funding Type
Add'l Comments Costs to dateAllocation to
Multi‐funds
Project
Contact
Name (s)
Project Contact
Email (s)
Project
Location
Improvement
Type
Project
Status
Start End 21/22 22/23 23/24 24/25 25/26
Mobile Data
Terminals (MDT)
The Ukiah Valley Fire Authority has begun to modernize utilizing wireless data through
Mobile Data Terminals (MDT) to enhance safety, reduce repetitive radio communications,
and access live up‐to‐date data. In an ever‐changing environment in Fire Operations, the
need for mobile field data rises; these units will allow us to track and send out information
vital to the success of our mission. This equipment also allows us to have real‐time data on
the location of units to allow for a safer environment for our team members.Additionally,
these units will tie into the CalFire system allowing for better, faster, and more reliable
information to be passed between agencies in the field. The Terminals use Mobile Wireless,
GPS, & Satellite communications allowing for increased situational awareness in severe
operational environments.
Fire Authority City Fire Multiple 18271 N/A
Doug
Hutchison
dhutchison@cit
yofukiah.com
300
Seminary
Avenue
Information
Technology New 2021 2022 General Yes
Current
Revenues $ 121,800 $ 121,800 Funds to be used are 710, 100, 915 and
917.
Not
Reviewed
‐$ 121,800$ ‐$ ‐$ ‐$ ‐$ 121,800$ SUB‐TOTAL:
Project Name Project Description Department Division Org/Object
Pr
oj
e
ct
Num
be
r
Allocation to
Multi‐funds
Project
Contact
Name (s)
Project Contact
Email (s)
Project
Location
Improvement
Type
Project
Status
Project
Timeline Funding
Source
Fu
n
d
i
n
g
Id
e
n
t
i
f
i
e
d
Funding
Type
Funding Type
Add'l Comments Costs to date
Estimated Cost per Fiscal Year
Totals Comments
City Council
Status
POLICE DEPARTMENT
Start End 21/22 22/23 23/24 24/25 25/26
Mobile
Computer
Terminals and
Wireless
Routers
Replacement
The Ukiah Police Department has utilized Mobile Computer Terminals within Police vehicles
since 2006, to reduce radio communications and provide officers with access to enhanced
data. As reporting requirements increase and the need for field data entries rise the need for
this technology will increase as well. The Mobile Computer Terminals use a Mobile Wireless
Router to transmit and receive information including video and audio recordings captured by
the vehicle mounted cameras. The hardware and operating system currently in use were
deployed in 2015 and is at end of life and unsupported, failing more often, requiring
increased down time for repairs.
Police Police
10020210.
54330 18258 N/A
Justin
Wyatt
jwyatt@cityofu
kiah.com
300
Seminary
Avenue
Information
Technology New 2021 2022 General No
Current
Revenues
Grant funding
may be available. $ 85,000 $ 85,000
Moved from FYE 23 due to failing
equipment, and reduced amount from
$125k.
Reviewed
‐$ 85,000$ ‐$ ‐$ ‐$ ‐$ 85,000$
54,399$ 290,200$ 363,200$ 59,000$ 169,000$ 59,000$ 940,400$
Project Name Project Description Department Division Org/Object
Pr
oj
e
ct
Num
be
r
Allocation to
Multi‐funds
Project
Contact
Name (s)
Project Contact
Email (s)
Estimated Cost per Fiscal Year City Council
Status
SUB‐TOTAL:
Funding
Type
Funding Type
Add'l Comments Costs to date Totals Comments
Project
Location
Improvement
Type
Project
Status
Project
Timeline Funding
Source
Fu
n
d
i
n
g
Id
e
n
t
i
f
i
e
d
TOTALS FOR INFORMATION TECHNOLOGY :
*Refer to last page of this document for definition of terms used.PAGE 4
Page 348 of 387
FIVE YEAR CAPITAL IMPROVEMENT PLAN*
JULY 2021
INFRASTRUCTURE
AIRPORT
Start End 21/22 22/23 23/24 24/25 25/26
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 Airport
77825200.
80230 18032 N/A Greg Owen
gowen@cityofu
kiah.com
1403 South
State Street Infrastructure New 2021 2022 Enterprise Yes
New
Revenues
Contingent upon
FAA Grant
Funding.
$ 1,900,000 $ 1,900,000
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.
Budget
Adopted
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 Airport
77825200.
80230 18034 N/A Greg Owen
gowen@cityofu
kiah.com
1403 South
State Street Infrastructure New 2022 2023 Enterprise Yes
New
Revenues
Contingent upon
FAA Grant
Funding.
$ 148,385 $ 148,385
The FAA has made cost and project scope
adjustments. Moved from FY 21/22, and
increased by $88,385.
Reviewed
and
Supported
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 Airport
77825200.
80230 18035 N/A Greg Owen
gowen@cityofu
kiah.com
1403 South
State Street Infrastructure New 2024 2025 Enterprise Yes
New
Revenues
Contingent upon
FAA Grant
Funding.
$ 1,339,200 $ 1,339,200
The FAA has made cost and project scope
adjustments. Moved from FY 22/23, and
increased by $839,200.
Reviewed
and
Supported
‐$ 1,900,000$ 148,385$ ‐$ 1,339,200$ ‐$ 3,387,585$
ELECTRIC UTILITY DEPARTMENT
City Council
Status
SUB‐TOTAL:
Project
Timeline Funding
Source
Fu
n
d
i
n
g
Id
e
n
t
i
f
i
e
d
Funding
Type
Funding Type
Add'l Comments Costs to dateAllocation to
Multi‐funds
Project
Contact
Name
Project Name Project Description Department Division Org/Object
Pr
oj
e
ct
Num
be
r
Totals Comments
Improvement
Type
Project
Status
Estimated Cost per Fiscal YearProject
Location
Project Contact
Email
Start End 21/22 22/23 23/24 24/25 25/26
Upgrade fish
hatchery pumps
and controls
(Hydro)
Control upgrades to provide expanded abilities: 1. Remote control and monitoring from the
Fish Hatchery and 2. Emergency station light and power backup to the hydro plant.
Electric Utility
Department
Technical
Services
80126100.
80230 18037 N/A
James
O'Brien
jobrien@cityofu
kiah.com
1229 Lake
Mendocino
Drive
Infrastructure New 2020 2022 Enterprise Yes
Current
Revenues 200,000$ $ 200,000 Budget
Adopted
Automate Statio
n Light & Power,
Pump
& Generator
Controls (Hydro)
Hydro Plant control and power upgrades to automate emergency station light and power
and hatchery backup pumps.
Electric Utility
Department
Technical
Services
80126100.
80230 18118 N/A
James
O'Brien
jobrien@cityofu
kiah.com
1229 Lake
Mendocino
Drive
Infrastructure New 2020 2021 Enterprise Yes
Current
Revenues 120,000$ $ 120,000 Moved from FYE 21, and increased from
$80k.
Budget
Adopted
Community
Power
Management
Projects
Power pedestal replacement program goals includes reducing energy loss,improve
lighting/access control, safety and availability of power in public places.Includes charging
stations and power pedestals.
Electric Utility
Department Administration 80126100.
80230 18040 N/A
Cindy
Sauers
csauers@cityof
ukiah.com
Ukiah
Electric
System
Infrastructure On‐going 2018 2022 Enterprise Yes
Current
Revenues 60,000$ 60,000$ $ 60,000
Rebudgeted to reflect workforce
scheduling allocation due to the Oak
Manor Undergrounding project.
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 Distribution 80126100.
80230 18041 N/A
Cindy
Sauers
csauers@cityof
ukiah.com
Ukiah
Electric
System
Infrastructure In
Progress 2019 2024 Enterprise Yes
Current
Revenues 60,000$ 150,000$ 150,000$ 75,000$ $ 375,000
Rebudgeted to reflect workforce
scheduling allocation due to the Oak
Manor Undergrounding project. Reduced
amount for FYE 20 by $120k, and
changed funding in FYE 22 & 23. Moved
forward by 1 year, project completing
23/24.
Budget
Adopted
Substation and
Hydroelectric
Plant Control,
Protection and
Communication
Systems
Replacement
Replace the Mendocino Hydro control, protection and communication systems hardware,
program and coding for hydro specific automation control. The existing systems are
outdated with limited after‐market support and no new replacement part availability.
Electric Utility
Department
Technical
Services
80126100.
80230 18042 N/A
James
O'Brien
jobrien@cityofu
kiah.com
1229 Lake
Mendocino
Drive
Infrastructure In
Progress 2017 2024 Enterprise Yes
Current
Revenues 30,000$ 25,000$ 80,000$ $ 105,000
Reduced amount in FYE 20 by $105k,
added funding in FYE 21 & 22. Increased
FYE 21 from $175k. Engineering
complete, installation to start 3/2021.
Budget
Adopted
Underground
Capital System
Improvements
(<$50,000 each)
Transformer replacement and upgrades, wood pole testing and replacement,system
capacity improvements and protection, control, monitoring and communication
enhancements.
Electric Utility
Department Distribution 80126100.
80230 18043 N/A
Cindy
Sauers
csauers@cityof
ukiah.com
Ukiah
Electric
System
Infrastructure On‐going 2018 2025 Enterprise Yes
Current
Revenues 100,000$ 230,000$ 235,000$ 235,000$ 235,000$ $ 935,000 Budget
Adopted
Overhead
Capital System
Improvements
(<$50,000 each)
Transformer replacement and upgrades, system capacity improvements and protection,
control, monitoring and Communication enhancements.
Electric Utility
Department Distribution 80126100.
80230 18044 N/A
Cindy
Sauers
csauers@cityof
ukiah.com
Ukiah
Electric
System
Infrastructure On‐going 2018 2025 Enterprise Yes
Current
Revenues 310,000$ 250,000$ 250,000$ 250,000$ 250,000$ $ 1,000,000
Reduced FYE 20 by $140k, and reduced
all future years to $250k/yr. Increased
FYE 21 from $250k.
Budget
Adopted
Governor speed
control & Valve
Upgrades
(Hydro)
Upgrades to the governor sensing, controller and feedback transducers to improve
performance and reliability. Existing governor controls frequently are out of service due to
failure or adjustment.
Electric Utility
Department
Technical
Services
80126100.
80230 18047 N/A
James
O'Brien
jobrien@cityofu
kiah.com
1229 Lake
Mendocino
Drive
Infrastructure New 2020 2023 Enterprise Yes
Current
Revenues 350,000$ $ 350,000
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 $30k.
Reviewed
Oak Manor
Dr. Overhead to
Underground
Conversion
Install cable and associated equipment for replacing the overhead facilities Electric Utility
Department Distribution 80126100.
80230 18121 N/A
Scott
Bozzoli
sbozzoli@cityof
ukiah.com
Oak Manor
Dr.Infrastructure New 2021 2022 Enterprise Yes
Current
Revenues 200,000$ $ 200,000 Reduced amount from $500k, moved
from FYE 21. Moved from FYE 22.Reviewed
Policy and
Legislated
System
Modifications
System design, equipment and installation to conform to mandated industry standards.
Proposed fire mitigation requirements require selected equipment to bereplaced or
protected to reduce fire risk.
Electric Utility
Department Distribution 80126100.
80230 18124 N/A
Cindy
Sauers
csauers@cityof
ukiah.com Various Infrastructure New 2019 2025 Enterprise Yes
Current
Revenues 100,000$ 100,000$ 100,000$ 100,000$ $ 400,000 Reduced amount for FYE 20 from $80k,
and amounts from $200k FYE 22 onward.
Budget
Adopted
Hydroelectric
Plant Transfer
Trip Upgrade
Upgrade existing and provide redundancy for Hydro transfer trip circuit Electric Utility
Department
Technical
Services
80126100.
80230 18125 N/A
James
O'Brien
jobrien@cityofu
kiah.com Hydro Plant Infrastructure New 2019 2020 Enterprise Yes
Current
Revenues 3,000$ 195,000$ $ 195,000
Reduced amount for FYE 20 from $225k,
and added funds to FYE 21. Moved from
FYE 21.
Reviewed
Project Name Project Description Department Division Org/Object
Pr
oj
e
ct
Num
be
r
Allocation to
Multi‐funds
Project
Contact
Name (s)
Project Contact
Email (s)
City Council
Status
Funding
Type
Funding Type
Add'l Comments Costs to date Totals Comments
Project
Location
Improvement
Type
Project
Status
Project
Timeline Funding
Source
Fu
n
d
i
n
g
Id
e
n
t
i
f
i
e
d
Estimated Cost per Fiscal Year
*Refer to last page of this document for definition of terms used.PAGE 5
Page 349 of 387
FIVE YEAR CAPITAL IMPROVEMENT PLAN*
JULY 2021
State St.
Underground
Phase II, District
5: Overhead to
Underground
Relocates or underground overhead electric, phone and cable TV utilities ‐ Henry to Norton,
Mill to Gobbi.
Electric Utility
Department Distribution 80126100.
80230 18259 N/A
Cindy
Sauers
csauers@cityof
ukiah.com State Street Infrastructure New 2021 2022 Enterprise Yes
Current
Revenues 35,000$ 850,000$ $ 885,000 Not
Reviewed
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 Distribution 80126100.
80230 18260 N/A
Cindy
Sauers
csauers@cityof
ukiah.com
Clay St.,
Standley
St., Park
Blvd.,
Barnes and
Infrastructure New 2021 2023 Enterprise Yes
Current
Revenues 200,000$ 400,000$ 200,000$ 50,000$ $ 850,000 Not
Reviewed
563,000$ 1,890,000$ 2,210,000$ 940,000$ 635,000$ ‐$ 5,675,000$
PUBLIC WORKS DEPARTMENT
SUB‐TOTAL:
Start End 21/22 22/23 23/24 24/25 25/26
Corporation
Yard
Remediation
System Removal
This project will remove the Underground Storage Tank cleanup equipment. Public Works
Corporation
Yard
20824300.
52100 18261 N/A Dave Kirch
dkirch@cityofu
kiah.com
1320
Airport
Road
Infrastructure New 2021 2022 Enterprise Yes Insurance $ 150,000 $ 150,000 Reviewed
Corporation
Yard Security This project will improve security in order to prevent further break‐ins and theft. Public Works
Corporation
Yard
20824300.
80230 TBD N/A Dave Kirch
dkirch@cityofu
kiah.com
1320
Airport
Road
Infrastructure New 2021 2022 Enterprise Yes Current
Revenues
Fiscal Year
Allocation TBD $ ‐
Prioritization and funding source(s) under
review. Department estimate/request is
$100,000
Reviewed
Corporation
Yard
Rehabilitation
This project will upgrade the Corporation Yard Facilities. Public Works Corporation
Yard
20824300.
80230 TBD N/A Dave Kirch
dkirch@cityofu
kiah.com
1320
Airport
Road
Infrastructure New 2021 2022 Enterprise Yes Current
Revenues
Fiscal Year
Allocation TBD $ ‐
Prioritization and funding source(s) under
review. Department estimate/request is
$2,500,000 for existing location; Location
evaluation will need to be completed to
determine best long location for the yard
and/or continued use of existing site.
Reviewed
Landfill Closure This project will permanently close the Landfill Disposal site per Federal Mandates. Public Works Landfill
70224500.
80230 18025 N/A Tim Eriksen
teriksen@cityof
ukiah.com
3100 Vichy
Springs
Road
Infrastructure In
Progress 2021 2022 Enterprise Yes
Current
Revenues $ 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.
Budget
Adopted
‐$ 10,493,287$ ‐$ ‐$ ‐$ ‐$ 10,493,287$
Start End 21/22 22/23 23/24 24/25 25/26
Henderson Lane
Water Main
Replacement
Project is needed in order to upgrade a failing water main. This is needed in order to provide
potable water to the Water customers.
Water
Resources
Water
Treatment Plant
82227113.
80230 18051 N/A Jarod Thiele
jthiele@cityofu
kiah.com
Henderson
Lane Infrastructure In
Progress 2018 2022 Enterprise Yes
Current
Revenues $ 15,800 $ 70,000 $ 70,000
Design Complete. Moved from FYE 20 to
FYE 21 due to COVID‐19. Reduced
amount from $150k.
Budget
Adopted
Water Main
Replacements Plan for water main replacements throughout the City.Water
Resources
Water
Operations
82227113.
80230 18072 N/A Jarod Thiele
jthiele@cityofu
kiah.com Various Infrastructure On‐going 2020 2026 Enterprise No
Current
Revenues $ 1,500,000 $ 1,500,000 $ 1,500,000 $ 1,500,000 $ 1,500,000 $ 7,500,000 Added funding for FYE 25 and FYE 26.Budget
Adopted
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 Recycled Water 83027330.
80230 18052 N/A Sean White
swhite@cityofu
kiah.com
Brush
Street to
Golf Course
Infrastructure New 2024 2025 Enterprise Yes
New
Revenues
Will be funded by
grant/loan. $ 43,700 $ 18,500,000 $ 18,500,000
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.
Reviewed
and
Supported
Chlorine
Residual
Valve/Alarm on
Discharge
Engineering and installation. Critical safety valve to monitor the outflow of chlorinated
water into the river.
Water
Resources
Wastewater
Treatment Plant
84427221.
80230 18054 N/A David Kirch
dkirch@cityofu
kiah.com
300 Plant
Road Infrastructure New 2018 2022 Enterprise Yes
Current
Revenues $ 150,000 $ 150,000 Rebudgeting. Moved from FYE 20. Reviewed
This project will replace the sewer main on Dora Street from Mill Street to Grove Avenue as
well as all sewer laterals
Sewer
Operations
84427221.
80230 N/A Jarod Thiele
jthiele@cityofu
kiah.com Dora Street Infrastructure New 2022 2023 Enterprise Yes
Current
Revenues $ 400,000
This project will replace the water main on Dora Street from Mill Street to Grove Avenue as
well as all hydrant, valves and service connections
Water
Operations
82227111.
80230 N/A Jarod Thiele
jthiele@cityofu
kiah.com Dora Street Infrastructure New 2022 2023 Enterprise Yes
Current
Revenues $ 800,000
Replace Heat
Exchangers
This project will replace deteriorating heat exchangers for the operationoftheDigesterand
Boilers
Water
Resources
Wastewater
Treatment Plant
84427221.
80230 18131 N/A David Kirch
dkirch@cityofu
kiah.com
300 Plant
Road Infrastructure New 2023 2024 Enterprise Yes
Current
Revenues $ 750,000 $ 750,000 Moved from FYE 21 due to COVID‐19. Reviewed
Rehabilitation
of Zone 2
Booster Pump
Upgrade the enclosure and electrical components in the structure enclosing the booster
pump for Pressure Zone 2 to increase reliability and security
Water
Resources
Water
Operations
82227113.
80230 TBD N/A David Kirch
dkirch@cityofu
kiah.com Golf Course Infrastructure New 2024 2025 Enterprise Yes
Current
Revenues $ 50,000 $ 50,000 Moved from FYE 23 due to COVID‐19. Reviewed
Replace Water
Main on Low
Gap Street
Replace the 16 inch steel water main from North State Street to North Bush Street
concurrent with Phase 4 of the Recycled Water Project
Water
Resources
Water
Operations
82227113.
80230 TBD N/A Don Brown
dwbrown@city
ofukiah.com
Low Gap
Street Infrastructure New 2024 2025 Enterprise Yes
Current
Revenues $ 500,000 $ 500,000 Moved from FYE 22 due to COVID‐19. Reviewed
Replace Various
Water Mains Replace water mains on Clay Street, Pine Street, Spring Street, etc.Water
Resources
Water
Operations
82227113.
80230 18262 N/A Don Brown
dwbrown@city
ofukiah.com Various Infrastructure New 2021 2022 Enterprise Yes
Current
Revenues $ 400,000 $ 400,000
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.
Reviewed
Replace Sewer
Main on Low
Gap Street
Replace the 15 inch and 6 inch sewer main from North State Street to North Bush Street
concurrent with Phase 4 of the Recycled Water Project
Water
Resources
Sewer
Operations
84427222.
80230 TBD N/A Don Brown
dwbrown@city
ofukiah.com
Low Gap
Street Infrastructure New 2024 2025 Enterprise Yes
Current
Revenues $ 500,000 $ 500,000 Moved from FYE 22 due to COVID‐19. Reviewed
Reseal Wash
Water Basins Remove and Replace Seal on Wash Water Basins Water
Resources
Wastewater
Treatment Plant
84427221.
80230 18192 N/A Alan Hodge
ahodge@cityof
ukiah.com
300 Plant
Road Infrastructure New 2020 2021 Enterprise Yes
Current
Revenues $ 40,000 $ 40,000 Moved from FYE 21.Budget
Adopted
Upgrade PLC's Upgrade old Programmable Logic Controls.Water
Resources
Wastewater
Treatment Plant
84427221.
80230 TBD N/A Alan Hodge
ahodge@cityof
ukiah.com
300 Plant
Road Infrastructure New 2023 2025 Enterprise Yes
Current
Revenues $ 350,000 $ 350,000
Moved from FYE 22 due to COVID‐19.
Moved from FYE 24, and increased from
$200k.
Reviewed
WATER RESOURCES DEPARTMENT
City Council
Status
Estimated Cost per Fiscal Year
Project Name Project Description Department Division Org/Object
Pr
oj
e
ct
Num
be
r
Totals Comments
City Council
Status
Estimated Cost per Fiscal Year
SUB‐TOTAL:
Project
Timeline Funding
Source
Fu
n
d
i
n
g
Id
e
n
t
i
f
i
e
d
Funding
Type
Funding Type
Add'l Comments Costs to dateAllocation to
Multi‐funds
Project
Contact
Name (s)
Project Contact
Email (s)
Project
Location
Improvement
Type
Project
Status
Dora Street
Utility
Improvement
Project‐ Water
& Sewer
Water
Resources 18127 $ 1,200,000
Funding
Type
Funding Type
Add'l Comments Costs to date Totals Comments
Project
Location
Improvement
Type
Project
Status
Project
Timeline Funding
Source
Fu
n
d
i
n
g
Id
e
n
t
i
f
i
e
d
Project Name Project Description Department Division Org/Object
Pr
oj
e
ct
Num
be
r
Allocation to
Multi‐funds
Project
Contact
Name (s)
Project Contact
Email (s)
Reviewed
Contingent upon rate study. Moved from
FYE 21. Note that rate study based on
happening in FYE 21. Moved from FYE
22.
*Refer to last page of this document for definition of terms used.PAGE 6
Page 350 of 387
FIVE YEAR CAPITAL IMPROVEMENT PLAN*
JULY 2021
Sludge Lagoon
Remediation Prepare plans and specifications for the removal of sludge from the sludge lagoon.Water
Resources
Wastewater
Treatment Plant
84427222.
80230 18257 N/A Alan Hodge
ahodge@cityof
ukiah.com
300 Plant
Road
Facilities/
Buildings/Land New 2021 2023 Enterprise Yes
Current
Revenues $ 50,000 $ 400,000 $ 450,000 Reviewed
Recondition
Levees Recondition the levees on the Percolation Ponds.Water
Resources
Wastewater
Treatment Plant
84427221.
80230 TBD N/A Alan Hodge
ahodge@cityof
ukiah.com
300 Plant
Road Infrastructure New 2024 2025 Enterprise Yes
Current
Revenues $ 200,000 $ 200,000 Eliminated $200k for 2 prior years due to
COVID‐19. Reviewed
59,500$ 2,210,000$ 3,100,000$ 2,250,000$ 21,600,000$ 1,500,000$ 30,660,000$
622,500$ 16,493,287$ 5,458,385$ 3,190,000$ 23,574,200$ 1,500,000$ 50,215,872$
PUBLIC WORKS DEPARTMENT
SUB‐TOTAL:
TOTALS FOR INFRASTUCTURE :
STREETS & RIGHTS‐OF‐WAY
Start End 21/22 22/23 23/24 24/25 25/26
12024200.
80230 2022 2023
Special
Revenue Yes Current
Revenues Measure Y $ 2,000,000
50024220.
80230 2022 2023
Special
Revenue Yes Current
Revenues Gas Tax $ 700,000
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 Engineering
12024200.
80230 18128 No Tim Eriksen
teriksen@cityof
ukiah.com Clay Street Streets & Rights‐
of‐Way New 2024 2025
Special
Revenue No New
Revenues 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
Street Striping This will update striping on streets in selected areas. Public Works Engineering
12024200.
52100 18251 N/A Jarod Thiele
jthiele@cityofu
kiah.com
Various
Streets
Streets & Rights‐
of‐Way
Complete
d 2019 2026
Special
Revenue Yes Current
Revenues Measure Y $ 50,000 $ 60,000 $ 60,000 $ 60,000 $ 60,000 $ 290,000
Ongoing work. Eliminated FYE 21 due to
COVID‐19. Added funding to FYE 25 and
26.
Reviewed
Public Works Engineering
12024200.
80230 Yes Tim Eriksen
teriksen@cityof
ukiah.com
Orr Street
at Orr
Creek
Streets & Rights‐
of‐Way
In
Progress 2021 2022
Capital
Projects Yes New
Revenues CDBG Grant $ 150,000
Public Works Engineering
25124220.
80230 Yes Tim Eriksen
teriksen@cityof
ukiah.com
Orr Street
at Orr
Creek
Streets & Rights‐
of‐Way
In
Progress 2022 2023
Capital
Projects Yes New
Revenues $ 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 Engineering
50924210.
80230 15024 N/A Tim Eriksen
teriksen@cityof
ukiah.com
Low Gap
Road and N.
Bush St.
Streets & Rights‐
of‐Way
In
Progress 2021 2022
Special
Revenue Yes Current
Revenues
$110k Design
Funded,
Construction
Funding Not
Approved.
$ 750,000 $ 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.
Budget
Adopted
Slurry Seal
Project This project will improve the Streets network. Public Works Engineering 12024200.
52100 18252 N/A
Daniel
Flores
dflores@cityofu
kiah.com
Various
Streets
Streets & Rights‐
of‐Way
Complete
d 2019 2026
Special
Revenue Yes Current
Revenues Measure Y $ 426,000 $ 350,000 $ 400,000 $ 250,000 $ 250,000 $ 250,000 $ 1,500,000
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.
Budget
Adopted
Gobbi/Main
Traffic Signal This project will alleviate traffic for better vehicle flow. Public Works Traffic Signal
50724620.
80230 18073 N/A Jarod Thiele
jthiele@cityofu
kiah.com
Gobbi
Street/
Waugh
Lane
Streets & Rights‐
of‐Way New 2022 2023
Special
Revenue No New
Revenues
Will need to apply
for STIP funding. $ 800,000 $ 800,000 Moved from FYE 22 due to COVID‐19. Reviewed
Main Street
Reconstruction
Project
Reconstruct Main Street, from Gobbi to Mill. Public Works Engineering 12024200.
80230 TBD N/A
Andrew
Stricklin
astricklin@cityo
fukiah.com Main Street Streets & Rights‐
of‐Way New 2022 2023
Special
Revenue Yes Current
Revenues Measure Y $ 500,000 $ 500,000 Moved from FYE 22 due to COVID‐19. Reviewed
Clara Avenue
Reconstruction
Project
Reconstruct Clara Avenue, from State to Orchard. Public Works CDBG 12024200.
80230 TBD N/A
Jason
Benson
jbenson@cityof
ukiah.com
Clara
Avenue
Streets & Rights‐
of‐Way New 2021 2022 TBD Yes
New
Revenues TBD $ 2,000,000 $ 2,000,000
Moved from FYE 21. Moved from FYE 22.
Formerly thought to be eligible for CDBG
funding.
Reviewed
Leslie Street
Rehabilitation
Project
Rehabilitate Leslie Street, Gobbi to Perkins. Public Works CDBG
12024200.
80230 TBD N/A
Jason
Benson
jbenson@cityof
ukiah.com Leslie Street Streets & Rights‐
of‐Way New 2022 2023
Grant
Funded Yes New
Revenues
CDBG Funding
Opportunity $ 1,500,000 $ 1,500,000 Moved from FYE 21. 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 Streets
10024620.
80230 TBD N/A
Andrew
Stricklin
astricklin@cityo
fukiah.com
East Perkins
Street
Streets & Rights‐
of‐Way New 2022 2023
Special
Revenue No New
Revenues Measure Y $ 2,277,000 $ 2,277,000 Reviewed
South Ukiah
Rehabilitation
Project
This project will overlay S. Dora Street from Beacon Lane to Washington, and S. State Street
from Beacon Lane to Observatory, including ADA pedestrian improvements.Public Works Streets
12024200.
80230 18254 N/A
Andrew
Stricklin
astricklin@cityo
fukiah.com Dora/State Streets & Rights‐
of‐Way New 2021 2022
Special
Revenue No Current
Revenues Measure Y $ 2,200,000 $ 2,200,000 Reviewed
Great Redwood
Trail‐ Phase 4 This project will extend the Great Redwood Trail from Commerce Drive to Norgard Lane Public Works Engineering
51124210.
80230 18253 N/A
Jason
Benson
jbenson@cityof
ukiah.com
Railroad
ROW
Streets & Rights‐
of‐Way New 2021 2023
Grant
Funded Yes New
Revenues
Urban Greening
Grant $ 3,563,212 $ 3,563,212 Grant has been awarded. Moved full
project for completion in FYE 22.Reviewed
Great Redwood
Trail‐ Phase 5 This project will extend the Great Redwood Trail from Brush Street to Hensley Creek Road Public Works Engineering TBD TBD N/A
Jason
Benson
jbenson@cityof
ukiah.com
Railroad
ROW
Streets & Rights‐
of‐Way New 2022 2024
Grant
Funded No New
Revenues
Urban Greening
Grant $ 275,000 $ 8,000,000 $ 8,275,000 Reviewed
Gobbi Street
Reconstruction
Reconstruct Gobbi Street in 2 separate projects (US101 to State Street) and (State Street to
Dora Street)Public Works Engineering
12024200.
80230 TBD N/A
Andrew
Stricklin
astricklin@cityo
fukiah.com
Gobbi
Street
Streets & Rights‐
of‐Way New 2023 2024
Special
Revenue Yes Current
Revenues Measure Y $ 1,500,000 $ 1,500,000 Reviewed
426,000$ 7,063,212$ 8,766,438$ 9,810,000$ 1,060,000$ 2,310,000$ 29,009,650$
426,000$ 7,063,212$ 8,766,438$ 9,810,000$ 1,060,000$ 2,310,000$ 29,009,650$
Project Name Project Description Department Org/Object
Pr
oj
e
ct
Num
be
r
Totals Comments
City Council
Status
Funding
Type
Funding Type
Add'l Comments Costs to date
Estimated Cost per Fiscal YearProject
Timeline Funding
Source
Fu
n
d
i
n
g
Id
e
n
t
i
f
i
e
d
Allocation to
Multi‐funds
Project
Contact
Name (s)
Project Contact
Email (s)
Project
Location
Improvement
Type
Project
StatusDivision
Moved from FYE 21, and added $700k to
Measure Y cost. Moved from FYE 22.ReviewedJarod Thiele jthiele@cityofu
kiah.com Dora Street Streets & Rights‐
of‐Way New $ 2,700,000
Dora Street
Utility
Improvement
Project
This project will replace the water main, sewer main and reconstruct the street on Dora
Street from Mill Street to Grove Avenue.Public Works Engineering 18127 Yes
SUB‐TOTAL:
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.
Reviewed
*Refer to last page of this document for definition of terms used.PAGE 7
Page 351 of 387
FIVE YEAR CAPITAL IMPROVEMENT PLAN*
JULY 2021
AIRPORT
VEHICLES, MACHINERY & EQUIPMENT
Start End 21/22 22/23 23/24 24/25 25/26
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 Airport
77925200.
80100 15042 N/A Greg Owen
gowen@cityofu
kiah.com
1411 South
State Street
Vehicles,
Machinery &
Equipment
In
Progress 2021 2022 Enterprise Yes
Current
Revenues $ 150,000 $ 150,000
Moved from FYE 20. Current revenues
may not be adequate, external funding
may be necessary.
Reviewed
Water Tender ‐
Shared Cost
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 Airport
77925200.
80100 V2543
Shared with
100 Parks,
100 Streets,
820 Water,
and 840
Wastewater
David Kirch dkirch@cityofu
kiah.com
1320
Airport
Road
Vehicles,
Machinery &
Equipment
Deferred 2022 2023 Enterprise Yes
Current
Revenues $ 10,000 $ 10,000
Spent over $15k this past year for rental
of a unit. Moved from FYE 22. If new
Fire Tender is approved for FYE 22, the
replaced unit will become available for
other City departments, and this item will
then be eliminated.
Reviewed
‐$ 150,000$ 10,000$ ‐$ ‐$ ‐$ 160,000$
Start End 21/22 22/23 23/24 24/25 25/26
Replacement
Truck Replacement of vehicles that are no longer cost effective to repair.Community
Services Parks 10022100.
80100 V737 N/A
Jarrod
Meyer
jmeyer@cityofu
kiah.com
300
Seminary
Avenue
Vehicles,
Machinery &
Equipment
New 2022 2023 General No
Current
Revenues $ 40,000 $ 40,000 Moved to FYE 22. Moved to FYE 23.Reviewed
Replacement
Truck Replacement of vehicles that are no longer cost effective to repair.Community
Services Parks 10022100.
80100 18066 N/A
Jarrod
Meyer
jmeyer@cityofu
kiah.com
300
Seminary
Avenue
Vehicles,
Machinery &
Equipment
New 2023 2024 General No
Current
Revenues $ 55,000 $ 55,000 Moved to FYE 24 Reviewed
Replacement
Truck‐ Building
Maintenance
Replacement truck is necessary Community
Services
Building
Maintenance
20822500.
80100 V2642 N/A
Kerry
Randall
krandall@cityof
ukiah.com
300
Seminary
Avenue
Vehicles,
Machinery &
Equipment
Deferred 2022 2023 General No Reserves $ 48,000 $ 48,000 Moved to FYE 22. Moved to FYE 23.Reviewed
Bucket Truck
Replacement ‐
Shared Cost
There are currently two bucket trucks, Vehicle #2221, a 1992 Ford F450 which is being put
into surplus in fiscal year 2017/2018, and Vehicle #2230, a 1995 Ford F450, which will be kept
into service until it is replaced. It is used to trim street and park trees, and also assists in
hanging banners which promote City services and activities which benefit the community.
Two divisions share the cost: $100,000 total
Community
Services Parks 10022100.
80100 V2224 Shared with
100 Streets David Kirch dkirch@cityofu
kiah.com
1320
Airport
Road
Vehicles,
Machinery &
Equipment
Deferred 2022 2023 General No
Current
Revenues $ 55,000 $ 55,000 Look to match replacement with surplus
from Electric Utility. Moved to FYE 23.Reviewed
Water Tender ‐
Shared Cost
The current water tender no longer meets emission standards and is inoperable. Will be
used to water street trees, Riverside Park, fill Vactor trucks and be available to support
mowing and Fire operations. Five divisions share the cost: $150,000 total
Community
Services Parks 10022100.
80100 TBD
Shared with
100 Streets,
779 Airport,
820 Water,
and 840
Wastewater
David Kirch dkirch@cityofu
kiah.com
1320
Airport
Road
Vehicles,
Machinery &
Equipment
Deferred 2022 2023 Enterprise No
Current
Revenues $ 10,000 $ 10,000
Reduced amount from $10k to split cost
with Airport based on anticipated use.
Spent over $15k this past year for rental
of a unit. Moved from FYE 21 due to
COVID‐19. Moved from FYE 22. If new
Fire Tender is approved for FYE 22, the
replaced unit will become available for
other City departments, and this item will
then be eliminated.
Reviewed
Parks Service
Vehicle EV/Low Fuel/Hybrid Vehicle(s) for Service of Park Facilities.Community
Services Parks 10022100.
80100 V3765 N/A
Jarrod
Meyer
jmeyer@cityofu
kiah.com
300
Seminary
Avenue
Vehicles,
Machinery &
Equipment
New 2021 2022 General No
Current
Revenues $ 40,000 $ 40,000
Increasing park acreage requires increase
in Park staffing, which will also require an
additional vehicle.
Reviewed
Ice Skating Rink
Purchase of materials and supplies necessary to build a 40' x 100' ice skating rink. Will
include rink floor, all piping & hoses, dasherboards, access gates, board anchors, Ice Wizard
resurfacer, gas powered edger, 300 pairs of rental skates, ice skate sharpener, 95 black
rubber mats, vapor barrier, 500 gallons of glycol, ice skate racks and all other necessary ice
tools. Chiller and tent would be rented annually. The cost of this purchase is less than the
cost of renting the same materials for 2 years.
Community
Services Ice Rink 31422860.
80100 18193 N/A
Jake
Burgess
jburgess@cityof
ukiah.com
411 West
Clay Street
Vehicles,
Machinery &
Equipment
New 2021 2022 Enterprise Yes
Current
Revenues $ 150,000 $ 150,000
Purchase will has a positive rate of return
within two years. Moved from FYE 21 due
to COVID‐19. Moved from FYE 22.
Reviewed
‐$ 40,000$ 303,000$ 55,000$ ‐$ ‐$ 398,000$
Totals Comments
City Council
Status
SUB‐TOTAL:
Project
Timeline Funding
Source
Fu
n
d
i
n
g
Id
e
n
t
i
f
i
e
d
Funding
Type
Funding Type
Add'l Comments Costs to dateAllocation to
Multi‐funds
Project
Contact
Name (s)
Project Contact
Email (s)
Project
Location
Improvement
Type
CITY MANAGER DEPARTMENT
COMMUNITY SERVICES DEPARTMENT
Project Description Department Division Org/Object
Project
Number Estimated Cost per Fiscal Year
Project Name Project Description Department Division Org/Object
Project
Number
Allocation to
Multi‐funds
Project
Contact
Name (s)
Project Contact
Email (s)
Project
StatusProject Name
City Council
Status
Funding
Type
Funding Type
Add'l Comments Costs to date Totals Comments
Project
Location
Improvement
Type
Project
Status
Project
Timeline Funding
Source
Funding
Identified Estimated Cost per Fiscal Year
SUB‐TOTAL:
Start End 21/22 22/23 23/24 24/25 25/26
Parking Meter
Replacement Replacing parking meters. City Manager
Economic
Development
64012600.
80230 18165 N/A Traci Boyl
tboyl@cityofuki
ah.com Downtown
Vehicles,
Machinery &
Equipment
Deferred 2021 2022 Enterprise Yes
Current
Revenues 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.
Budget
Adopted
‐$ 400,000$ ‐$ ‐$ ‐$ ‐$ 400,000$
ELECTRIC UTILITY DEPARTMENT
Project Name Project Description Department Division Org/Object
Project
Number
Allocation to
Multi‐funds
Project
Contact
Name (s)
Project Contact
Email (s)
Project
Location
Improvement
Type Comments City Council
StatusTotals
Estimated Cost per Fiscal Year
SUB‐TOTAL:
Project
Status
Project
Timeline Funding
Source
Funding
Identified
Funding
Type
Funding Type
Add'l Comments Costs to date
Start End 21/22 22/23 23/24 24/25 25/26
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
Technical
Services
80126100.
80100 15080 N/A
Cindy
Sauers
csauers@cityof
ukiah.com ah Electric Sys
Vehicles,
Machinery &
Equipment
In
Progress 2018 2022 Enterprise Yes
Current
Revenues 1,000$ 500,000$ 2,000,000$ $ 2,500,000 Currently in the planning stage. Moved
from starting FYE 21.
Budget
Adopted
Lift Replaces a high capacity fork lift due to 1. Air quality standards to update/improve engine
emissions and 2. Due to the equipment’s condition and age.
Electric Utility
Department Distribution 80126100.
80100 E1721 N/A Tim Santo
tsanto@cityofu
kiah.com N/A
Vehicles,
Machinery &
Equipment
New 2021 2022 Enterprise Yes
Current
Revenues 125,000$ $ 125,000 Moved to FYE 22. Increased amount
from $70k.Reviewed
Project Name Project Description Department Division Org/Object
Project
Number
Totals Comments
City Council
Status
Project
Timeline Funding
Source
Funding
Identified
Funding
Type
Funding Type
Add'l Comments Costs to dateAllocation to
Multi‐funds
Project
Contact
Name (s)
Project Contact
Email (s)
Project
Location
Improvement
Type
Project
Status
Estimated Cost per Fiscal Year
*Refer to last page of this document for definition of terms used.PAGE 8
Page 352 of 387
FIVE YEAR CAPITAL IMPROVEMENT PLAN*
JULY 2021
Utility/Inspector
Truck Replaces 2003 F250 with EV Truck Electric Utility
Department Distribution 80126100.
80100 TBD N/A Tim Santo
tsanto@cityofu
kiah.com N/A
Vehicles,
Machinery &
Equipment
New 2022 2023 Enterprise Yes
Current
Revenues 90,000$ $ 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.
Reviewed
Trouble Truck Replaces V2233 Ford F‐550 AT40‐G Articulating Telescopic Aerial Lift Super cab.Electric Utility
Department Distribution 80126100.
80100 TBD N/A Tim Santo
tsanto@cityofu
kiah.com N/A
Vehicles,
Machinery &
Equipment
New 2024 2025 Enterprise Yes
Current
Revenues 200,000$ $ 200,000 Not
Reviewed
1,000$ 625,000$ 2,090,000$ 200,000$ ‐$ ‐$ 2,915,000$
FINANCE DEPARTMENT
SUB‐TOTAL:
Start End 21/22 22/23 23/24 24/25 25/26
Truck ‐ Utility
Service
Attendant
Current vehicle approaching the end of it's useful life. Finance Utility Billing
20513300.
80100 TBD N/A Lori Martin
lmartin@cityofu
kiah.com
300
Seminary
Avenue
Vehicles,
Machinery &
Equipment
New 2022 2023
Internal
Service No New
Revenues $ 35,000 $ 35,000 Reviewed
‐$ ‐$ 35,000$ ‐$ ‐$ ‐$ 35,000$
FIRE AUTHORITY
Project
Location
Improvement
Type
Project
Status
Project
Timeline Funding
Source
Funding
Identified
Funding
Type
Funding Type
Add'l Comments
SUB‐TOTAL:
Costs to date
Estimated Cost per Fiscal Year
Totals Comments
City Council
StatusProject Name Project Description Department Division Org/Object
Project
Number
Allocation to
Multi‐funds
Project
Contact
Name (s)
Project Contact
Email (s)
Start End 21/22 22/23 23/24 24/25 25/26
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 City Fire
10021210.
80100 V3165 N/A
Doug
Hutchison
dhutchison@cit
yofukiah.com
1500 South
State Street
Vehicles,
Machinery &
Equipment
New 2021 2022 General No
New
Revenues $ 75,000 $ 75,000
Moved from FYE 21 due to COVID‐19.
Increased the amount from $50k to
include vehicle outfitting. Moved from
FYE 21.
Reviewed
Auto Extrication
Equipment
It is recommended to replace our aging gas powered hydraulic auto extrication equipment,
commonly know as the "Jaws Of Life". Replacement units will consist of newer technology
battery operated E‐Hydraulic extrication equipment. These newer units will eliminate heavy
gas powered motors and associated hydraulic lines increasing mobility and range of use. This
will be a three year phased purchase to replace the units currently in service.
Fire Authority City/Valley Fire
91621400.
80100 &
25321210.
80100
18101 N/A
Doug
Hutchison
dhutchison@cit
yofukiah.com
1500 South
State Street
Vehicles,
Machinery &
Equipment
Ongoing 2019 2022
Special
Revenue Yes Current
Revenues Prop. 172 $ 57,274 $ 33,000 $ 33,000
The first set has been purchased and
placed into service. Second set has been
purchased. Final purchase set planned
for FYE 22.
Budget
Adopted
SCBA
Compressor
This specialized unit is necessary and mandatory to fill Self‐Contained Breathing Apparatus
Bottles crucial for the Ukiah Valley Fire Authority to carry out our mission of saving and
protecting life, property, and the environment. This unit will be housed at the Central
Station and will replace our current mobile air unit, which is currently out of service.
Fire Authority City Fire
10021210.
80100 18195 N/A
Doug
Hutchison
dhutchison@cit
yofukiah.com
1500 South
State Street
Vehicles,
Machinery &
Equipment
New 2021 2022 General No
New
Revenues $ 60,000 $ 60,000 This will require new funding. Moved
from FYE 21 due to COVID‐19. Reviewed
SCBA/Gear
Sanitizer
This unit is critical for sanitation of fire protection gear and equipment used and worn by
team members, due to the increasing awareness of cancer causing exposures faced by Fire
Personnel. The sanitation of gear and equipment has been proven to reduce the risk to
cancer(s). This promotes a safer and healthier work environment.
Fire Authority City Fire
10021210.
80100 18196 N/A
Doug
Hutchison
dhutchison@cit
yofukiah.com
1500 South
State Street
Vehicles,
Machinery &
Equipment
New 2021 2022 General No
New
Revenues $ 35,000 $ 35,000
This will require new funding. Moved
from FYE 21 due to COVID‐19. Increased
from $28k.
Reviewed
Water Tender
The Ukiah Valley Authority annual fleet replacement identified WT‐6892 for replacement.
Following industry standard NFPA guidelines recommends fire apparatus serve 10 years or
75,000 miles as a first out response vehicle, and an additional 5 to 10 years or 100,000 miles
in service as a reserve apparatus. WT‐6892 is a 2004 Peterbilt single‐axle 2,500 gallon water
tender. It was initially designed for construction, and was converted to a fire apparatus. It
does not have a fire rated pump, which the apparatus does not meet the demand for service.
The purchase of a new fire rated water tender is vital to the Fire Authority's mission while
working in the rural environment. Additionally, utilizing OES‐State contracts, the entire
purchase cost recovery would be completed over the next few years. WT‐6892 would not
only be placed in a reserve status for the Fire Department, other departments in the City
could utilize the water tender, adding additional cost savings to the City, as they have been
renting a water tender in the past several years.
Fire Authority City Fire
10021210.
80100 V2543 N/A
Doug
Hutchison
dhutchison@cit
yofukiah.com
1500 South
State Street
Vehicles,
Machinery &
Equipment
New 2021 2022 TBD No Reserves $ 325,000 $ 325,000 Not
Reviewed
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‐years or 100,000 miles
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 City Fire
10021210.
80100 TBD N/A
Doug
Hutchison
dhutchison@cit
yofukiah.com
1500 South
State Street
Vehicles,
Machinery &
Equipment
New 2025 2026 TBD No
New
Revenues
Fiscal Year
Allocation TBD $ 1,500,000 $ 1,500,000
Fiscal year allocation might move to out
years contingent on condition of the
vehicle.
Not
Reviewed
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 City Fire
10021210.
80100 TBD N/A
Doug
Hutchison
dhutchison@cit
yofukiah.com
1500 South
State Street
Vehicles,
Machinery &
Equipment
New 2022 2023 TBD No
New
Revenues
Fiscal Year
Allocation
TBD/Seek grant
funding.
$ ‐
Staff will actively pursue grants to
possibly offset some cost. Department
estimate/request is $60,000
Not
Reviewed
Radios
Due to the Federal Communications Commissions (FCC), all Fire Department Analog Radios
(currently all UVFA radio's are analog) are required to be replaced with Digital Radios. The
FCC's move from analog to digital increased and improved radio efficiency and met the radio
spectrum's increasing demand (Narrow banding). This is a two‐year phased purchase,
replacing the Hand‐Held Radio's in the first year and the Mobile Radio's (Vehicle Radio's) in
the second phase.
Fire Authority City Fire
10021210.
54100 18240 N/A
Doug
Hutchison
dhutchison@cit
yofukiah.com
1500 South
State Street
Vehicles,
Machinery &
Equipment
New 2021 2023 TBD No
New
Revenues
Seeking grant
funding. $ 225,000 $ 153,200 $ 378,200
Staff will continue to actively pursue
grants to possibly offset some of the cost
during the phased process.
Not
Reviewed
Ambulance
Patient
Transport Unit ‐
Chassis
Replacement
This ambulance will serve the greater Ukiah area for the growing demands of the Emergency
Medical Services. The Ukiah Valley Fire Authority has had to supplement/augment the
private ambulance industry to county‐wide ambulance shortage. M‐6823, a 2000 F‐350 Ford
Braun with current mileage of 78,908. M‐6823 is past recommended replacement life; to
extend its current life and as a cost‐saving measure, M‐6823's chassis will be replaced,
extending its life by 7 to 10 years. It is currently stationed at the North Station and is being
up‐staffed as needed. It is presently almost upstaffed daily due to the private ambulance
shortage, with the ambulance's use expected to increase exponentially in the near future. M‐
6823 will be renumbered to M‐6822 and placed in a reserve status for the Department.
Fire Authority City Fire
71021000.
80100 TBD N/A
Doug
Hutchison
dhutchison@cit
yofukiah.com
1500 South
State Street
Vehicles,
Machinery &
Equipment
New 2021 2022 TBD No
New
Revenues
Fiscal Year
Allocation TBD $ 150,000 $ 150,000 Not
Reviewed
57,274$ 753,000$ 303,200$ ‐$ ‐$ 1,500,000$ 2,556,200$
Project Name Project Description Department Division Org/Object
Project
Number
Allocation to
Multi‐funds
Project
Contact
Name (s)
Project Contact
Email (s)
City Council
Status
Funding
Type
Funding Type
Add'l Comments Costs to date Totals Comments
Project
Location
Improvement
Type
Project
Status
Project
Timeline Funding
Source
Funding
Identified Estimated Cost per Fiscal Year
SUB‐TOTAL:
*Refer to last page of this document for definition of terms used.PAGE 9
Page 353 of 387
FIVE YEAR CAPITAL IMPROVEMENT PLAN*
JULY 2021
POLICE DEPARTMENT
Start End 21/22 22/23 23/24 24/25 25/26
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 Police
10020210.
80100
V4209
&
V4215
N/A Justin
Wyatt
jwyatt@cityofki
ah.com
300
Seminary
Avenue
Vehicles,
Machinery &
Equipment
Ongoing 2021 2026 General No
New
Revenues
May explore
financing options. $ 100,000 $ 100,000 $ 100,000 $ 100,000 $ 100,000 $ 500,000
Two Dodge Charger Pursuits planned for
FYE 20 fiscal year deferred to FYE 21.
However, three vehicles over the past 1.5
years have been replaced by insurance
due to collisions. One vehicle
replacement was recommend by CM for
FYE 21, but both vehicles deferred to FYE
22 due to COVID‐19.
Reviewed
Replace Vehicle
Mounted Video
Cameras
The Ukiah Police Department has utilized vehicle mounted video cameras within Police
vehicles for approximately 20 years, to memorialize officer contacts, criminal conduct, and
investigative activities. These video and audio recordings are used as evidence in criminal
and civil cases, as well as for internal quality assurance. The current recording equipment has
been in use since 2015, and the recording hardware, software and operating system are
outdated and have become cumbersome and unreliable. The replacement system would
provide for evidentiary data storage and processing as well as technical,software, and
hardware support throughout a 5‐year purchasing plan.
Police Police
10020210.
54100 18241 N/A
Justin
Wyatt
jwyatt@cityofu
kiah.com
300
Seminary
Avenue
Vehicles,
Machinery, and
Equipment
New 2021 2026 General No
New
Revenues
Grant funding
may be available.14,604$ 32,000$ 25,000$ 25,000$ 25,000$ 25,000$ 132,000$ Reviewed
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 Police
10020210.
54100 TBD N/A
Justin
Wyatt
jwyatt@cityofu
kiah.com
300
Seminary
Avenue
Vehicles,
Machinery, and
Equipment
New 2022 2026 General No
New
Revenues
Grant funding
may be available.41,345$ 15,000$ 15,000$ 15,000$ 15,000$ 60,000$ Reviewed
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 Police
10020210.
54100 TBD N/A
Justin
Wyatt
jwyatt@cityofu
kiah.com
300
Seminary
Avenue
Vehicles,
Machinery, and
Equipment
New 2023 2026 General No
New
Revenues
Grant funding
may be available.98,037$ 35,000$ 22,000$ 22,000$ 79,000$ Reviewed
153,986$ 132,000$ 140,000$ 175,000$ 162,000$ 162,000$ 771,000$
PUBLIC WORKS DEPARTMENT
Project Name Project Description Department Division Org/Object
Project
Number
Totals Comments
City Council
Status
SUB‐TOTAL:
Project
Timeline Funding
Source
Funding
Identified
Funding
Type
Funding Type
Add'l Comments Costs to dateAllocation to
Multi‐funds
Project
Contact
Name (s)
Project Contact
Email (s)
Project
Location
Improvement
Type
Project
Status
Start End 21/22 22/23 23/24 24/25 25/26
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 Streets
10024620.
80100 E1001
Shared with
820 Water
and 840
Wastewater
David Kirch dkirch@cityofu
kiah.com
1320
Airport
Road
Vehicles,
Machinery &
Equipment
New 2021 2022 General Yes
Current
Revenues
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.Reviewed
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
Public Works Streets
10024620.
80100 E1612
Shared with
820 Water
and 840
Wastewater
David Kirch dkirch@cityofu
kiah.com
1320
Airport
Road
Vehicles,
Machinery &
Equipment
New 2023 2024 General Yes
Current
Revenues
Department plans
to set aside funds
for this
replacement.
$ 22,000 $ 22,000 Moved from FYE 23 due to COVID‐19. 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 Streets
10024620.
80100 E1812
Shared with
820 Water
and 840
Wastewater
David Kirch dkirch@cityofu
kiah.com
1320
Airport
Road
Vehicles,
Machinery &
Equipment
New 2023 2024 General Yes
Current
Revenues
Department plans
to set aside funds
for this
replacement.
$ 70,000 $ 70,000 Moved from FYE 23 due to COVID‐19. Reviewed
Bucket Truck
Replacement ‐
Shared Cost
There are currently two bucket trucks, Vehicle #2221, a 1992 Ford F450 which is being put
into surplus in fiscal year 2017/2018, and Vehicle #2230, a 1995 Ford F450, which will be kept
into service until it is replaced. It is used to trim street and park trees, and also assists in
hanging banners which promote City services and activities which benefit the community.
Two divisions share the cost. Total cost: $100,000
Public Works Streets
10024620.
80100 V2224 Shared with
100 Parks David Kirch dkirch@cityofu
kiah.com
1320
Airport
Road
Vehicles,
Machinery &
Equipment
New 2022 2023 General No
Current
Revenues $ 50,000 $ 50,000 Look to match replacement with surplus
from Electric Utility. Moved to FYE 23.Reviewed
Water Tender ‐
Shared Cost
The current water tender no longer meets emission standards and is inoperable. Will be
used to water street trees, Riverside Park, fill Vactor trucks and be available to support
mowing and Fire operations. Five divisions share the cost: $150,000 total
Public Works Streets
10024620.
80100 TBD
Shared with
100 Parks,
779 Airport,
820 Water,
and 840
Wastewater
David Kirch dkirch@cityofu
kiah.com
1320
Airport
Road
Vehicles,
Machinery &
Equipment
New 2022 2023 Enterprise Yes
Current
Revenues $ 50,000 $ 50,000
Moved to FYE 21. Spent over $15k this
past year for rental of a unit. Moved
from FYE 21 due to COVID‐19. Moved
from FYE 22. If new Fire Tender is
approved for FYE 22, the replaced unit
will become available for other City
departments, and this item will then be
eliminated.
Reviewed
Flat Rack Truck Replace existing Flat Rack Truck due to age and mileage. Public Works Streets
10024220.
80100 V2236 N/A David Kirch
dkirch@cityofu
kiah.com
1320
Airport
Road
Vehicles,
Machinery &
Equipment
New 2022 2023 General Yes
Current
Revenues $ 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 Streets
10024220.
80100 TBD N/A David Kirch
dkirch@cityofu
kiah.com
1320
Airport
Road
Vehicles,
Machinery &
Equipment
New 2023 2024 General Yes
Current
Revenues $ 102,000 $ 102,000 Moved from FYE 23 due to COVID‐19. Reviewed
Loader
Replacement Replace existing loader due to CARB requirements. Public Works Streets 10024620.
80100 E1413
Shared with
820 Water
and 840
Wastewater
David Kirch dkirch@cityofu
kiah.com
1320
Airport
Road
Vehicles,
Machinery &
Equipment
New 2021 2022 General Yes
Current
Revenues $ 110,000 $ 110,000 Reviewed
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 Corporation
Yard
20824300.
80100 18017 N/A David Kirch
dkirch@cityofu
kiah.com
1320
Airport
Road
Vehicles,
Machinery &
Equipment
New 2023 2024
Internal
Service Yes Current
Revenues
Department plans
to set aside funds
for this
replacement.
$ 500,000 $ 500,000
Moved from FYE 22 due to COVID‐19.
Reduced cost from $750k due to splitting
Loader to separate line.
Reviewed
‐$ 150,000$ 162,500$ 694,000$ ‐$ ‐$ 1,006,500$
Project Name Project Description Department Division Org/Object
Project
Number
Allocation to
Multi‐funds
Project
Contact
Name (s)
Project Contact
Email (s)
City Council
Status
Funding
Type
Funding Type
Add'l Comments Costs to date Totals Comments
Project
Location
Improvement
Type
Project
Status
Project
Timeline Funding
Source
Funding
Identified Estimated Cost per Fiscal Year
SUB‐TOTAL:
*Refer to last page of this document for definition of terms used.PAGE 10
Page 354 of 387
FIVE YEAR CAPITAL IMPROVEMENT PLAN*
JULY 2021
WATER RESOURCES DEPARTMENT
Start End 21/22 22/23 23/24 24/25 25/26
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
Water
Treatment Plant
82227113.
80100 V3754 N/A David Kirch
dkirch@cityofu
kiah.com
935 River
Street
Vehicles,
Machinery &
Equipment
New 2022 2023 Enterprise Yes
Current
Revenues $ 50,000 $ 50,000 Moved from FYE 23. Moved back to FYE
23.Reviewed
Convert
Chlorine Gas to
Liquid Chlorine
at Water
This project will replace chlorine gas at the Water Treatment Plant and convert to Liquid
Chlorine for safety reasons
Water
Resources
Water
Treatment Plant
82227113.
80100 18133 N/A
Michelle
Wagenet
mwagenet@cit
yofukiah.com
Water
Treatment
Plant
Infrastructure New 2020 2024 Enterprise Yes
Current
Revenues $ 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.
Budget
Adopted
Replace
Turbidimeters Replace Turbidimeters at Water Treatment Plant.Water
Resources
Water
Treatment Plant
82227113.
80100 TBD N/A
Michelle
Wagenet
mwagenet@cit
yofukiah.com
935 River
Street
Vehicles,
Machinery &
Equipment
New 2022 2023 Enterprise Yes
Current
Revenues $ 75,000 $ 75,000 Reviewed
Transfer Pump Purchase a transfer pump for emergency use at the Backwash Basins and Interties Water
Resources
Water
Treatment Plant
82227113.
80100 18242 N/A David Kirch
dkirch@cityofu
kiah.com
935 River
Street
Vehicles,
Machinery &
Equipment
New 2021 2022 Enterprise Yes
Current
Revenues $ 35,000 $ 35,000 Reviewed
Water Meter
Replacements Upgrade aged meter in order to provide increased service efficiency.Water
Resources
Water
Operations
82027114.
80100 18074 N/A Jarod Thiele
jthiele@cityofu
kiah.com Various
Vehicles,
Machinery &
Equipment
New 2020 2026 Enterprise Yes
Current
Revenues $ 50,000 $ 50,000 $ 50,000 $ 50,000 $ 50,000 $ 250,000
Ongoing ‐ reduced FYE 21 from $50k,
added $50k to FYE 24 due to COVID‐19.
Added funding for FYE 25 and 26.
Budget
Adopted
Water
Resources
Water
Operations
82227113.
80100 V3753 Shared with
840 Sewer David Kirch dkirch@cityofu
kiah.com
1320
Airport
Road
Vehicles,
Machinery &
Equipment
New 2022 2023 Enterprise Yes
Current
Revenues $ 30,000
Water
Resources
Sewer
Operations
84427222.
80100 V3753 Shared with
820 Water David Kirch dkirch@cityofu
kiah.com
1320
Airport
Road
Vehicles,
Machinery &
Equipment
New 2022 2023 Enterprise Yes
Current
Revenues $ 30,000
Water
Resources
Water
Operations
82227113.
80100 TBD Shared with
840 Sewer David Kirch dkirch@cityofu
kiah.com
1320
Airport
Road
Vehicles,
Machinery &
Equipment
New 2023 2024 Enterprise Yes
Current
Revenues $ 20,000
Water
Resources
Sewer
Operations
84427222.
80100 TBD Shared with
820 Water David Kirch dkirch@cityofu
kiah.com
1320
Airport
Road
Vehicles,
Machinery &
Equipment
New 2023 2024 Enterprise Yes
Current
Revenues $ 20,000
Water
Resources
Water
Operations
82227113.
80100
Shared with
100 Streets
and 840
Wastewater
David Kirch dkirch@cityofu
kiah.com
1320
Airport
Road
Vehicles,
Machinery &
Equipment
New 2021 2022 Enterprise Yes
Current
Revenues
Department plans
to set aside funds
for this
replacement.
$ 40,000
Water
Resources
Sewer
Operations
84427222.
80100
Shared with
100 Streets
and 820
Water
David Kirch dkirch@cityofu
kiah.com
1320
Airport
Road
Vehicles,
Machinery &
Equipment
New 2021 2022 Enterprise Yes
Current
Revenues
Department plans
to set aside funds
for this
replacement.
$ 40,000
Water
Resources
Water
Operations
82227113.
80100
Shared with
100 Streets
and 840
Wastewater
David Kirch dkirch@cityofu
kiah.com
1320
Airport
Road
Vehicles,
Machinery &
Equipment
New 2023 2024 Enterprise Yes
Current
Revenues
Department plans
to set aside funds
for this
replacement.
$ 22,000
Water
Resources
Sewer
Operations
84427222.
80100
Shared with
100 Streets
and 820
Water
David Kirch dkirch@cityofu
kiah.com
1320
Airport
Road
Vehicles,
Machinery &
Equipment
New 2023 2024 Enterprise Yes
Current
Revenues
Department plans
to set aside funds
for this
replacement.
$ 66,000
Water
Resources
Water
Operations
82227113.
80100
Shared with
100 Streets
and 840
Wastewater
David Kirch dkirch@cityofu
kiah.com
1320
Airport
Road
Vehicles,
Machinery &
Equipment
New 2023 2024 Enterprise Yes
Current
Revenues
Department plans
to set aside funds
for this
replacement.
$ 70,000
Water
Resources
Sewer
Operations
84427222.
80100
Shared with
100 Streets
and 820
Water
David Kirch dkirch@cityofu
kiah.com
1320
Airport
Road
Vehicles,
Machinery &
Equipment
New 2023 2024 Enterprise Yes
Current
Revenues
Department plans
to set aside funds
for this
replacement.
$ 70,000
Water
Resources
Water
Operations
82227113.
80100
Shared with
840
Wastewater
David Kirch dkirch@cityofu
kiah.com
1320
Airport
Road
Vehicles,
Machinery &
Equipment
New 2021 2022 Enterprise No
Current
Revenues $ 225,000
Water
Resources
Sewer
Operations
84427222.
80100
Shared with
820 Water David Kirch dkirch@cityofu
kiah.com
1320
Airport
Road
Vehicles,
Machinery &
Equipment
New 2021 2022 Enterprise No
Current
Revenues $ 225,000
Water
Resources
Water
Operations
82227113.
80100
Shared with
100 Parks,
100 Streets,
779 Airport
and 840
Wastewater
David Kirch dkirch@cityofu
kiah.com
1320
Airport
Road
Vehicles,
Machinery &
Equipment
New 2022 2023 Enterprise Yes
Current
Revenues $ 40,000
Water
Resources
Sewer
Operations
84427222.
80100
Shared with
100 Parks,
100 Streets,
779 Airport
and 820
Water
David Kirch dkirch@cityofu
kiah.com
1320
Airport
Road
Vehicles,
Machinery &
Equipment
New 2022 2023 Enterprise Yes
Current
Revenues $ 40,000
TBD
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
E1001 $ 80,000
Project Name Project Description Department Division Org/Object
Project
Number
Totals Comments
City Council
Status
Estimated Cost per Fiscal YearProject
Timeline Funding
Source
Funding
Identified
Funding
Type
Funding Type
Add'l Comments Costs to dateAllocation to
Multi‐funds
Project
Status
Water Tender ‐
Shared Cost
The current water tender no longer meets emission standards and is inoperable. Will be
used to water street trees, Riverside Park, fill Vactor trucks and be available to support
mowing and Fire operations. Five divisions share the cost: $150,000 total
$ 80,000
Vactor
Replacement ‐
Shared Cost
The existing vehicle, Vehicle #2515, a 2009 VacCon V350 LHA, will need to be replaced as it
will be soon reaching its end‐of‐life. This equipment assists in repairing and maintaining the
Water Distribution and Sewer Collection System in order to provide services to our rate
payers. Two divisions share the cost: $450,000 total
V2518 $ 450,000
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
Moved to FYE 21. Revised budget
amount from $35k. (Revision after rate
study.) Spent over $15k this past year for
rental of a unit. Moved from FYE 21 due
to COVID‐19. Moved from FYE 22. If new
Fire Tender is approved for FYE 22, the
replaced unit will become available for
other City departments, and this item will
then be eliminated.
Reviewed
Asphalt Zipper ‐
Shared Cost
Replace
Water/Sewer
Operations Call
Truck ‐ Shared
Cost
The current vehicle's useful is expected to be exceeded in future years and will need
replaced
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 $ 40,000
Reviewed $ 60,000
Project
Contact
Name (s)
Project Contact
Email (s)
Project
Location
Improvement
Type
Moved from FYE 23 due to COVID‐19.
Moved from FYE 24.Reviewed
Reviewed
Moved from FYE 23 due to COVID‐19. Reviewed
Moved from FYE 23 due to COVID‐19. Reviewed
Electric Utility Department needs will
also be considered. Revised budget
amount from $150k. (Revision after rate
study.) Moved from FYE 21 due to COVID‐
19. Moved from FYE 23. Moved from FYE
22.
Reviewed
*Refer to last page of this document for definition of terms used.PAGE 11
Page 355 of 387
FIVE YEAR CAPITAL IMPROVEMENT PLAN*
JULY 2021
Water
Resources
Water
Operations
82227113.
80100
Shared with
100 Streets
and 840
Wastewater
David Kirch dkirch@cityofu
kiah.com
1320
Airport
Road
Vehicles,
Machinery &
Equipment
New 2021 2022 Enterprise Yes
Current
Revenues $ 110,000
Water
Resources
Sewer
Operations
84427222.
80100
Shared with
100 Streets
and 820
Water
David Kirch dkirch@cityofu
kiah.com
1320
Airport
Road
Vehicles,
Machinery &
Equipment
New 2021 2022 Enterprise Yes
Current
Revenues $ 110,000
Ford/Orchard
Lift Station
Upgrade
This needs upgrading to change from single to three phase power, installing two new pumps,
the pump guides, and the discharge valves.
Water
Resources
Sewer
Operations
84027221.
80100 18134 N/A David Kirch
dkirch@cityofu
kiah.com
Ford/Orcha
rd
Vehicles,
Machinery &
Equipment
New 2021 2022 Enterprise Yes
Current
Revenues $ 200,000 $ 200,000
Moved from FYE 20 and revised budget
from $100k. (Revised since rate study.)
Moved from FYE 21 due to COVID‐19.
Budget
Adopted
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
Wastewater
Treatment Plant
84427222.
80100 E1718 N/A David Kirch
dkirch@cityofu
kiah.com
300 Plant
Road
Vehicles,
Machinery &
Equipment
New 2021 2022 Enterprise Yes
Current
Revenues $ 20,000 $ 20,000
Rebudgeted FYE 20. Moved from FYE 20
due to COVID‐19. Increased the amount
from $12k.
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 Wastewater Treatment Plant, which will in turn
decrease the City's energy cost at the plant.
Water
Resources
Wastewater
Treatment Plant
84427222.
80100 18135 N/A David Kirch
dkirch@cityofu
kiah.com
300 Plant
Road
Vehicles,
Machinery &
Equipment
New 2019 2025 Enterprise Yes
Current
Revenues
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
SCADA Upgrade
at Waste Water
Treatment Plant
Upgrade the ancient SCADA system at the Wastewater Treatment Plant.Water
Resources
Wastewater
Treatment Plant
84027225.
80100 18137 N/A David Kirch
dkirch@cityofu
kiah.com
Wastewater
Treatment
Plant
Vehicles,
Machinery &
Equipment
New 2021 2022 Enterprise Yes
Current
Revenues $ 300,000 $ 300,000
Move from FYE 20. (Revision after rate
study.) Moved from FYE 21. Increased
from $200k.
Budget
Adopted
VFD Installation
at Wastewater
Treatment Plant
This project will involve installing Variable Frequency Drives on various points in the
treatment process
Water
Resources
Wastewater
Treatment Plant
84427221.
80100 18138 N/A David Kirch
dkirch@cityofu
kiah.com
Wastewater
Treatment
Plant
Vehicles,
Machinery &
Equipment
New 2021 2022 Enterprise Yes
Current
Revenues $ 90,000 $ 90,000 Increased from $55,700. Reviewed
Replace Ford
Ranger Replace Ford Ranger at the Wastewater Treatment Plant.Water
Resources
Wastewater
Treatment Plant
84427222.
80100 V4544 N/A David Kirch
dkirch@cityofu
kiah.com
300 Plant
Road
Vehicles,
Machinery &
Equipment
New 2022 2023 Enterprise Yes
Current
Revenues $ 40,000 $ 40,000
(Not on CIP during rate study.) Moved
from FYE 21 due to COVID‐19. Moved to
FYE 23.
Reviewed
Recondition
Yardney Filters Recondition the filters that produce in‐house plant utility wash water.Water
Resources
Wastewater
Treatment Plant
84427222.
80100 18243 N/A Alan Hodge
ahodge@cityof
ukiah.com
300 Plant
Road
Vehicles,
Machinery &
Equipment
New 2021 2022 Enterprise Yes
Current
Revenues $ 65,000 $ 65,000 Reviewed
Install Flow
Sensors Install Flow Sensor on the effluent at the Chlorine Contact Basins.Water
Resources
Wastewater
Treatment Plant
84427222.
80100 18244 N/A Alan Hodge
ahodge@cityof
ukiah.com
300 Plant
Road
Vehicles,
Machinery &
Equipment
New 2021 2022 Enterprise Yes
Current
Revenues $ 20,000 $ 20,000 Reviewed
Belt Filter Press
Replacement
This project will replace the existing Belt Filter Press Equipment which has passed its useful
life.
Water
Resources
Wastewater
Treatment Plant
84427222.
80100 18130 N/A David Kirch
ahodge@cityof
ukiah.com
300 Plant
Road
Vehicles,
Machinery &
Equipment
New 2021 2022 Enterprise Yes
Current
Revenues $ 1,000,000 $ 1,000,000 Reviewed
Vibration
Monitoring
Equipment
Install vibration monitoring equipment on motors to identify bearing deterioration.Water
Resources
Wastewater
Treatment Plant
84427222.
80100 18245 N/A David Kirch
ahodge@cityof
ukiah.com
300 Plant
Road
Vehicles,
Machinery &
Equipment
New 2021 2022 Enterprise Yes
Current
Revenues $ 30,000 $ 30,000 Reviewed
Upgrade PLCs Upgrade old Programmable Logic Controls.Water
Resources
Wastewater
Treatment Plant
84427222.
80100 18246 N/A Alan Hodge
ahodge@cityof
ukiah.com
300 Plant
Road
Vehicles,
Machinery &
Equipment
New 2021 2022 Enterprise Yes
Current
Revenues $ 350,000 $ 350,000 Reviewed
Quick Connect
Pipe for
Recycled Water
Purchase pipe redirecting stored water in the Recycled Water Ponds.Water
Resources Recycled Water 83027330.
80100 18247 N/A Jarod Thiele
jthiele@cityofu
kiah.com
3495 Taylor
Drive
Vehicles,
Machinery &
Equipment
New 2021 2022 Enterprise Yes
Current
Revenues $ 25,000 $ 25,000 Not
Reviewed
DAFT
Replacement
Perform repairs to components of the Dissolved Air Flotation Thickener (DAFT) at the
Wastewater Treatment Plant.
Water
Resources
Wastewater
Treatment Plant
84427222.
80100 18248 N/A David Kirch
dkirch@cityofu
kiah.com
300 Plant
Road
Vehicles,
Machinery &
Equipment
New 2021 2022 Enterprise Yes
Current
Revenues $ 250,000 $ 250,000 Not
Reviewed
Vichy Springs
Lift Station
Upgrade
This needs upgrading to install two new pumps, the pump guides, and the discharge valves.Water
Resources
Sewer
Operations
84427222.
80100 TBD N/A David Kirch
dkirch@cityofu
kiah.com
Vichy
Springs
Road
Vehicles,
Machinery &
Equipment
New 2024 2026 Enterprise Yes
Current
Revenues $ 250,000 $ 250,000 Not
Reviewed
‐$ 2,785,000$ 805,000$ 588,000$ 1,550,000$ 300,000$ 6,028,000$
212,260$ 5,035,000$ 3,848,700$ 1,712,000$ 1,712,000$ 1,962,000$ 14,269,700$
SUB‐TOTAL:
TOTALS FOR VEHICLES, MACHINERY & EQUIPMENT :
Loader
Replacement Replace existing loader due to CARB requirements. $ 220,000 E1413 Reviewed
*Refer to last page of this document for definition of terms used.PAGE 12
Page 356 of 387
FIVE YEAR CAPITAL IMPROVEMENT PLAN*
JULY 2021
Project Name
Project
Description
Division
Org/Object
Project
Number
Allocation to
Multi‐funds
Project Status
Project
Timeline
Funding Source
Funding
Identified
Funding Type
Funding Type
Add 'l
Comments
Costs to date
Estimated
Costs per Fiscal
Year
Totals
Comments
City Council
Status
"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 plac
through either the full budget adoption process, or through a specific agendized item brought to Council
"Reserves" indicates it is, or is planned to be, transferred from a reserve account, "Current Revenues" means that the expenditure is anticipated to funded by existing revenues at the time of the purchase, "New Revenues" means that a funding source other than current revenues will be used, including or grant funding or fundraising.
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".
General calendar year "start" and "end" date.
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 unavailable.
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 project.
The specific division within the identified department where the expenditure will be made within the budget.
The proposed account code where the expense will be accounted for.
*Refer to last page of this document for definition of terms used.PAGE 13
Page 357 of 387
ESTIMATED COST: $330,000
FLEET MAINTENANCE SUPERVISOR
SIGNATURE DATE
EST. MILEAGE/HOURS PER YEAR
Last 10 Years‐ $21,000
ALTERNATE SOLUTIONS EXPLORED: Upgrade emissions to meet current CARB standards is not an option as the equipment is not available.
OTHER INDIRECT BENEFITS: N/A
COST/BENEFIT ANALYSIS: The current equipment does not meet CARB standards and is limited to use of 200 hours per year.
JUSTIFICATION/USE/NEED: This equipment will be used daily to operate the asphalt zipper, clean homeless encampments, to support water
and sewer projects, load waste bins and for maintenance of the Corporation Yard facility.
PROPOSED EQUIPMENT SPECIFICATIONS (ATTACH ADDITIONAL DOCUMENTATION IF NECESSARY): 2021 Cat Loader
MAINTENANCE COSTS TO DATE
PROPOSED BUDGETED AMOUNT FOR
EACH DEPT/DIV
ESTIMATED SALVAGE/RESALE VALUEESTIMATED LIFE IN
MILEAGE/HOURS
YEAR CITY EQUIPMENT #
ORIGINAL PURCHASE PRICE
1411
None
6,000
MODEL
CURRENT MILEAGE/HOURS
$110,000Streets E1413
PROPOSED VEHICLE OR HEAVY EQUIPMENT
5,000
NO
CURRENT CONDITION: Poor
$5,000.00
ESTIMATED OUT‐OF‐SERVICE TIME PARTS AVAILABLE
ADDITIONAL NEEDED REPAIRS ESTIMATE (IF APPLICABLE) MEET CARB STANDARDS?
82227113.80100Water E1413
Vehicle & Heavy Equipment Request & Justification
DIVISION(S)
PROJECT
CODE
ITEM: Loader
SUBMITTED BY: Dave Kirch, Fleet & Plant Maintenance Supervisor
FOR FISCAL YEAR: 2021/2022
1988 Case W20C
EXISTING VEHICLE OR EQUIPMENT REQUESTING TO BE REPLACED
ORG & OBJECT ACCOUNT CODE
$110,000
10024620.80100
DEPARTMENT(S)
ASSET USEFUL LIFE: 20 years
JAK0019261
VIN/SERIAL #
Sewer E1413
$110,000
NEW REQUEST OR REPLACEMENT OF EXISTING?: Replacement
84427222.80100
Public Works
Water Resources
Water Resources
DEPARTMENT HEAD
ADDITIONAL COMMENTS: N/A
200‐300 hours
1,500 hours Yes
REVIEWED & APPROVED BY:
ATTACHMENT 2
Page 358 of 387
ESTIMATED COST $125,000
FLEET MAINTENANCE SUPERVISOR
DEPARTMENT HEAD
ADDITIONAL COMMENTS: This unit does not comply with OSHA forklift standards.
ASSET USEFUL LIFE: 15‐20 years
J‐008281
VIN/SERIAL #
NEW REQUEST OR REPLACEMENT OF EXISTING?: Replacement
42 NO
FOR FISCAL YEAR: 2020/2021
????G3P‐150‐CFS‐158
EXISTING VEHICLE OR EQUIPMENT REQUESTING TO BE REPLACED
ORG & OBJECT ACCOUNT CODE
Vehicle & Heavy Equipment Request & Justification
DIVISION(S)
PROJECT
CODE
ITEM: Lift (Large capacity fork lift)
SUBMITTED BY: Tim Santo
REVIEWED & APPROVED BY:
Electric
DEPARTMENT(S)
PROPOSED VEHICLE OR HEAVY EQUIPMENT
1105
NO
CURRENT CONDITION: Poor
$500.00
ESTIMATED OUT‐OF‐SERVICE TIME PARTS AVAILABLE
ADDITIONAL NEEDED REPAIRS ESTIMATE (IF APPLICABLE) MEET CARB STANDARDS?
Brakes,Hyd. Pump
MODEL
CURRENT MILEAGE/HOURS
$125,000.0080126100.80100Utility E1721
JUSTIFICATION/USE/NEED: The current large lift capacity fork lift does not comply with OSHA fork lift standards. This unit is used for heavy
material handling including large electric distribution transformers.
PROPOSED EQUIPMENT SPECIFICATIONS (ATTACH ADDITIONAL DOCUMENTATION IF NECESSARY): The new unit will need to be capable of material handling
up to 16,000 lbs.
MAINTENANCE COSTS TO DATE
PROPOSED BUDGETED AMOUNT FOR
EACH DEPT/DIV
ESTIMATED SALVAGE/RESALE VALUEESTIMATED LIFE IN
MILEAGE/HOURS
YEAR CITY EQUIPMENT #
ORIGINAL PURCHASE PRICE
1720
SIGNATURE DATE
EST. MILEAGE/HOURS PER YEAR
???
$4,252.00
ALTERNATE SOLUTIONS EXPLORED:
OTHER INDIRECT BENEFITS:
COST/BENEFIT ANALYSIS:
Page 359 of 387
ESTIMATED COST: $325,000
FLEET MAINTENANCE SUPERVISOR
SIGNATURE DATE
EST. MILEAGE/HOURS PER YEAR
Unknown
Unknown
ALTERNATE SOLUTIONS EXPLORED: N/A
OTHER INDIRECT BENEFITS: WT‐6892 would not only be placed in a reserve status for the Fire Department. Other departments in the City could also utilize the
Water Tender, adding additional cost savings to the City as the City has been renting Water Tenders over the past decade for Public Works.
COST/BENEFIT ANALYSIS: Purchasing a new Fire Rated water tender is vital to the Ukiah Valley Fire Authority's mission while working in the rural
environment. Additionally, utilizing the OES‐State Contract, the entire purchase's cost recovery would be recovered over the next few years.
JUSTIFICATION/USE/NEED: The Ukiah Valley Fire Authority annual fleet replacement identified WT‐6892 for replacement. Following industry‐standard
NFPA guidelines recommends fire apparatus serve 10‐years or 75,000 miles as a first out response vehicle, and an additional 5 to 10‐years or 100,000 miles in
service as a reserve apparatus. WT‐6892 was initially designed for construction and converted to a fire apparatus; it currently does not have a fire‐rated pump.
The apparatus does not meet the demand for service.
PROPOSED EQUIPMENT SPECIFICATIONS (ATTACH ADDITIONAL DOCUMENTATION IF NECESSARY): New Water Tender ‐ 2‐door commercial cab and chassis
with a 2000 gallon water tank, 1000 gpm pump, and equipped to meet all the requirements of NFPA 1901 Standard on Motorized Fire Apparatus both as a
pumper and a mobile water supply apparatus.
MAINTENANCE COSTS TO DATE
PROPOSED BUDGETED AMOUNT FOR
EACH DEPT/DIV
ESTIMATED SALVAGE/RESALE VALUEESTIMATED LIFE IN
MILEAGE/HOURS
YEAR CITY EQUIPMENT #
ORIGINAL PURCHASE PRICE
WT‐6892
MODEL
CURRENT MILEAGE/HOURS
$325,00010021210.80100City Fire V2543
ESTIMATED OUT‐OF‐SERVICE TIME PARTS AVAILABLE
ADDITIONAL NEEDED REPAIRS ESTIMATE (IF APPLICABLE) MEET CARB STANDARDS?
N/A
REVIEWED & APPROVED BY:
Fire Authority
DEPARTMENT(S)
PROPOSED VEHICLE OR HEAVY EQUIPMENT
26,400 / 3961hrs
No
CURRENT CONDITION: Good
$40,000 ‐ $50,000
Vehicle & Heavy Equipment Request & Justification
DIVISION(S)
PROJECT
CODE
ITEM: Water Tender
SUBMITTED BY: Battalion Chief Eric Singleton
Unknown OEM
FOR FISCAL YEAR: 2021/2022
2004 Peterbilt
EXISTING VEHICLE OR EQUIPMENT REQUESTING TO BE REPLACED
ORG & OBJECT ACCOUNT CODE
DEPARTMENT HEAD
ADDITIONAL COMMENTS: N/A
ASSET USEFUL LIFE: 10‐20 years
2NPLHZ6X15M872544
VIN/SERIAL #
NEW REQUEST OR REPLACEMENT OF EXISTING?: New Request
Page 360 of 387
ESTIMATED COST: $75,000
FLEET MAINTENANCE SUPERVISOR
DEPARTMENT HEAD
ADDITIONAL COMMENTS: Due to the condition of the vehicle, it is to be decommissioned and placed as a surplus.
ASSET USEFUL LIFE: 10‐20 Years
1GCHK29UX6E172000
VIN/SERIAL #
NEW REQUEST OR REPLACEMENT OF EXISTING?: Replacement of existing.
430hrs Some OEM / Aftermarket
FOR FISCAL YEAR: 2021/2022
2006 Chevy 3/4 4X4
EXISTING VEHICLE OR EQUIPMENT REQUESTING TO BE REPLACED
ORG & OBJECT ACCOUNT CODE
Vehicle & Heavy Equipment Request & Justification
DIVISION(S)
PROJECT
CODE
ITEM: Command/Chief Vehicle
SUBMITTED BY: Battalion Chief Eric Singleton
REVIEWED & APPROVED BY:
UVFA
DEPARTMENT(S)
PROPOSED VEHICLE OR HEAVY EQUIPMENT
107,084 / 3963.3 Hours
YES
CURRENT CONDITION: This vehicle is in poor condition; the vehicle was involved in a collision in 2014 in which it had significant front‐end
damage. The vehicle was repaired and placed back into service. The vehicle's transmission is currently slipping and will need to be replaced in
a short amount of time.
$1,000 to $2,000
ESTIMATED OUT‐OF‐SERVICE TIME PARTS AVAILABLE
ADDITIONAL NEEDED REPAIRS ESTIMATE (IF APPLICABLE) MEET CARB STANDARDS?
Transmission needs to be replaced ($4,000)
100,000 / 6,000 Hours
MODEL
CURRENT MILEAGE/HOURS
$75,000.0010021210.80100City Fire V3165
JUSTIFICATION/USE/NEED: This vehicle will serve as a Command/Chief vehicle, perform vital daily duties, and serve during operational
incidents. Due to the transmission and other mechanical engine failures, this vehicle is unfit and unreliable, leaving team members in a
possibly unsafe or life‐threatening environment during fire suppression operations.
PROPOSED EQUIPMENT SPECIFICATIONS (ATTACH ADDITIONAL DOCUMENTATION IF NECESSARY): 2021 3/4 Tone 4X4 Pickup
MAINTENANCE COSTS TO DATE
PROPOSED BUDGETED AMOUNT FOR
EACH DEPT/DIV
ESTIMATED SALVAGE/RESALE VALUEESTIMATED LIFE IN
MILEAGE/HOURS
YEAR CITY EQUIPMENT #
ORIGINAL PURCHASE PRICE
3162
SIGNATURE DATE
EST. MILEAGE/HOURS PER YEAR
$36,500.00
ALTERNATE SOLUTIONS EXPLORED: N/A
OTHER INDIRECT BENEFITS: None
COST/BENEFIT ANALYSIS: Based on history, the vehicles' use should extend well beyond the standard useful life of 5‐10 years to most likely 15
‐20 years. Following NFPA standards, ten years serving as a front line vehicle and ten years as a reserve or utility vehicle. The vehicle's benefit
will allow staff to perform adequate fire operational needs/duties to the City and the District.
Page 361 of 387
ESTIMATED COST $40,000
FLEET MAINTENANCE SUPERVISOR
DEPARTMENT HEAD
ADDITIONAL COMMENTS: None
ASSET USEFUL LIFE: 10 years
N/A
VIN/SERIAL #
NEW REQUEST OR REPLACEMENT OF EXISTING?: New Request
N/A N/A
FOR FISCAL YEAR: 2021/2022
N/A N/A
EXISTING VEHICLE OR EQUIPMENT REQUESTING TO BE REPLACED
ORG & OBJECT ACCOUNT CODE
Vehicle & Heavy Equipment Request & Justification
DIVISION(S)
PROJECT
CODE
ITEM: Ford F‐150 Pick‐up
SUBMITTED BY: Dave Kirch, Fleet & Plant Maintenance Supervisor
REVIEWED & APPROVED BY:
Community Services
DEPARTMENT(S)
PROPOSED VEHICLE OR HEAVY EQUIPMENT
N/A
N/A
CURRENT CONDITION:
N/A
ESTIMATED OUT‐OF‐SERVICE TIME PARTS AVAILABLE
ADDITIONAL NEEDED REPAIRS ESTIMATE (IF APPLICABLE) MEET CARB STANDARDS?
N/A
N/A
MODEL
CURRENT MILEAGE/HOURS
$40,00010022100.80100Parks V3765
JUSTIFICATION/USE/NEED: New proposed Parks service worker/horticulturist.
PROPOSED EQUIPMENT SPECIFICATIONS (ATTACH ADDITIONAL DOCUMENTATION IF NECESSARY): F‐150 pick‐up hybrid or electric vehicle.
MAINTENANCE COSTS TO DATE
PROPOSED BUDGETED AMOUNT FOR
EACH DEPT/DIV
ESTIMATED SALVAGE/RESALE VALUEESTIMATED LIFE IN
MILEAGE/HOURS
YEAR CITY EQUIPMENT #
ORIGINAL PURCHASE PRICE
N/A
SIGNATURE DATE
EST. MILEAGE/HOURS PER YEAR
N/A
N/A
ALTERNATE SOLUTIONS EXPLORED: N/A
OTHER INDIRECT BENEFITS: N/A
COST/BENEFIT ANALYSIS: N/A
Page 362 of 387
ESTIMATED COST $50,000
FLEET MAINTENANCE SUPERVISOR
SIGNATURE DATE
EST. MILEAGE/HOURS PER YEAR
REVIEWED & APPROVED BY:
DEPARTMENT HEAD
ADDITIONAL COMMENTS: Original purchase price does not reflect total cost of fully outfitted vehicle for intended purpose and use.
ALTERNATE SOLUTIONS EXPLORED: N/A
OTHER INDIRECT BENEFITS: Reliability and availability will allow for better response times to calls.
COST/BENEFIT ANALYSIS: The vehicle will soon be past its useful life and estimated life in mileage. In addition, the out of service time is
substantial. The vehicle has extensive mechanical issues which would require and extensive amount of troubleshooting. The vehicle has
consistently had a lack of power and speed, topping out at 80 mph and additional unknown/undiagnosed engine problems.
JUSTIFICATION/USE/NEED: Police vehicles are equipped with safety equipment, radios, lights and sirens, provide transportation for police
services and are authorized for emergency response and pursuit activities. The department currently deploys as many as 4 uniformed patrol
officers a shift and 7 shared vehicles are currently within the fleet, to allow for scheduled maintenance activities, unanticipated mechanical
failures, and emergencies which may require the deployment of additional personnel.
PROPOSED EQUIPMENT SPECIFICATIONS (ATTACH ADDITIONAL DOCUMENTATION IF NECESSARY): 2021 Dodge Charger pursuit
PROPOSED BUDGETED AMOUNT FOR
EACH DEPT/DIV
ESTIMATED SALVAGE/RESALE VALUEESTIMATED LIFE IN
MILEAGE/HOURS
YEAR CITY EQUIPMENT #
ORIGINAL PURCHASE PRICE
4116
MODEL
CURRENT MILEAGE/HOURS
$50,00010020210.80100Police V4209
ESTIMATED OUT‐OF‐SERVICE TIME PARTS AVAILABLE
ADDITIONAL NEEDED REPAIRS ESTIMATE (IF APPLICABLE) MEET CARB STANDARDS?
Transmission replacement‐$4,000
100,000
Police
N/A
VIN/SERIAL #
$30,438.00
$12,200.00
MAINTENANCE COSTS TO DATE
PROPOSED VEHICLE OR HEAVY EQUIPMENT
90,000
Yes
CURRENT CONDITION: Both vehicles have significant mileage of high demand police activities. After 100,000 miles police vehicles begin to
suffer from cracked frames and other significant structural and suspension issues as well as repeated, significant mechanical failures.
$1,000.00
665 Limited quantities, harder to find due to age
2011 Ford Crown Victoria
EXISTING VEHICLE OR EQUIPMENT REQUESTING TO BE REPLACED
Vehicle & Heavy Equipment Request & Justification
DIVISION(S)
PROJECT
CODE
ITEM: POLICE CARS‐ANNUAL REPLACEMENT‐SUV
SUBMITTED BY: Lt. Andy Phillips
FOR FISCAL YEAR: 2021/2022
ORG & OBJECT ACCOUNT CODE
ASSET USEFUL LIFE: 5‐10 YEARS
NEW REQUEST OR REPLACEMENT OF EXISTING?:
DEPARTMENT(S)
Replacement of existing.
Page 363 of 387
ESTIMATED COST $50,000
FLEET MAINTENANCE SUPERVISOR
Vehicle & Heavy Equipment Request & Justification
DIVISION(S)
PROJECT
CODE
ITEM: POLICE CARS‐ANNUAL REPLACEMENT‐SUV
SUBMITTED BY: Lt. Andy Phillips
FOR FISCAL YEAR: 2021/2022
ORG & OBJECT ACCOUNT CODE
ASSET USEFUL LIFE: 5‐10 YEARS
NEW REQUEST OR REPLACEMENT OF EXISTING?:
DEPARTMENT(S)
MAINTENANCE COSTS TO DATE
PROPOSED VEHICLE OR HEAVY EQUIPMENT
90,000
Yes
CURRENT CONDITION: Both vehicles have significant mileage of high demand police activities. After 100,000 miles police vehicles begin to
suffer from cracked frames and other significant structural and suspension issues as well as repeated, significant mechanical failures.
$1,000.00
665 Limited quantities, harder to find due to age
2011 Ford Crown Victoria
EXISTING VEHICLE OR EQUIPMENT REQUESTING TO BE REPLACED
Police V4215
ESTIMATED OUT‐OF‐SERVICE TIME PARTS AVAILABLE
ADDITIONAL NEEDED REPAIRS ESTIMATE (IF APPLICABLE)MEET CARB STANDARDS?
Transmission replacement‐$4,000
100,000
Police
N/A
VIN/SERIAL #
$30,438.00
$12,200.00
PROPOSED EQUIPMENT SPECIFICATIONS (ATTACH ADDITIONAL DOCUMENTATION IF NECESSARY): 2021 Dodge Charger pursuit
PROPOSED BUDGETED AMOUNT FOR
EACH DEPT/DIV
ESTIMATED SALVAGE/RESALE VALUEESTIMATED LIFE IN
MILEAGE/HOURS
YEAR CITY EQUIPMENT #
ORIGINAL PURCHASE PRICE
4116
MODEL
CURRENT MILEAGE/HOURS
$50,00010020210.80100
SIGNATURE DATE
EST. MILEAGE/HOURS PER YEAR
REVIEWED & APPROVED BY:
DEPARTMENT HEAD
ADDITIONAL COMMENTS: Original purchase price does not reflect total cost of fully outfitted vehicle for intended purpose and use.
ALTERNATE SOLUTIONS EXPLORED: N/A
OTHER INDIRECT BENEFITS: Reliability and availability will allow for better response times to calls.
COST/BENEFIT ANALYSIS: The vehicle will soon be past its useful life and estimated life in mileage. In addition, the out of service time is
substantial. The vehicle has extensive mechanical issues which would require and extensive amount of troubleshooting. The vehicle has
consistently had a lack of power and speed, topping out at 80 mph and additional unknown/undiagnosed engine problems.
JUSTIFICATION/USE/NEED: Police vehicles are equipped with safety equipment, radios, lights and sirens, provide transportation for police
services and are authorized for emergency response and pursuit activities. The department currently deploys as many as 4 uniformed patrol
officers a shift and 7 shared vehicles are currently within the fleet, to allow for scheduled maintenance activities, unanticipated mechanical
failures, and emergencies which may require the deployment of additional personnel.
Replacement of existing.
Page 364 of 387
Page 1 of 3
Agenda Item No: 13.a.
MEETING DATE/TIME: 5/19/2021
ITEM NO: 2021-858
AGENDA SUMMARY REPORT
SUBJECT: Consideration and Adoption of a Resolution Supporting an Application for Annexation of the City of
Ukiah into the Ukiah Valley Fire District, and Adjust the Fire District’s Sphere of Influence to Encompass the
City of Ukiah.
DEPARTMENT: Fire PREPARED BY: Doug Hutchison, Fire Chief
PRESENTER: Doug Hutchison, Fire Chief and Dan Buffalo,
Finance Director
ATTACHMENTS:
1. Resolution in Support of Fire District Annexation and SOI Amendment (002)
2. 2021-05-19 Email Sent to Council with Recommended Modification to Resolution
Summary: The City Council will consider adopting a resolution supporting the application for annexation of the
City of Ukiah into the Ukiah Valley Fire District and adjust the Fire District’s Sphere of Influence (SOI) to
include the City of Ukiah.
Background: The City of Ukiah and Ukiah Valley Fire District entered into a joint powers agreement in 2017,
forming the Ukiah Valley Fire Authority, to facilitate a stronger and more stable funding and operational
structure for fire services in the greater Ukiah Valley service area. In doing so, both agencies identified
significant benefits, but they also identified significant financial challenges to ensure adequate fire services
could be maintained for the long term. New State mandates, worsening fire seasons, and more threatening fire
behavior, among other things, contribute to these challenges. Since the merger, the City Council, District
Board of Directors, and staff have worked toward potential solutions to meet this challenge.
The current arrangement for funding of the Fire Authority is a 50/50 split between the City and District in
operational costs, including, personnel; services, materials, and supplies; capital maintenance; and indirect
costs. Capital outlays are the responsibility of each agency independently as is any respective outstanding
debt service. The District was unable to participate in the arrangement financially given its available revenue
sources, so the City agreed to subsidize a portion of the District’s share for a limited duration until the District
could generate new revenues. As a result, the effective cost share has not been the agreed upon 50/50 split
but rather 70/30. And even at this de facto cost share, the District’s revenues have been insufficient, requiring
it to rely on its available reserves.
The City and District are fundamentally different governmental entities. The City is a general-purpose
government providing various municipal services deemed necessary and desirable by the City Council. Those
include public safety, such as police and fire services, public works (streets and public rights-of-way),
recreation and culture, building, and planning. To fund those services, it levies and collects within its
jurisdictional boundaries various sources of general revenues, including property and sales taxes. It also
provides proprietary utilities, including water, wastewater (sewer), and electric services. However, revenues
collected from utility rates, fees, and charges can only be used in the provision of those services and
cannot be used for fire or Emergency Medical Services (EMS). The District is a special-purpose governmental
entity to provide fire prevention, protection, and response services to the unincorporated areas of the Ukiah
Valley within its jurisdictional boundaries. All revenues it levies and collects can be used only in the provision
of fire services. Its primary revenue sources are property taxes and assessments.
Page 365 of 387
Page 2 of 3
These different revenue sources are not applied throughout the entire service area. Both the City and District
receive only minimal portions of the 1% ad valorem property tax and at different rates. Inside city limits,
sales tax is collected, with additional funds collected through Measure P, dedicated by the City Council to fund
public safety. Measure P funds are inadequate on their own to wholly fund the City’s contribution to the Fire
Authority requiring additional contribution of other City general fund dollars. In the District, no sales taxes are
collected by the District. Instead, the District relies on two special tax measures, Measures J and B, that
assess a flat amount per benefit unit on a given parcel. These two measures make up the bulk of the District’s
tax revenue. The number of benefit units varies based upon the development and use of the property. The
major weakness of these special District taxes is that they are flat assessments, without adjustments for
inflation, that have not increased since they were approved by voters and have lost considerable value due to
inflation. Additionally, Measure B can only be used for equipment and training, not additional staffing, which is
a critical need at this time.
Discussion: After careful consideration of multiple options to meet these financial challenges, Fire Authority
staff, including the City Manager and Finance Director, believe the best path forward is one in which the
District generates additional revenues with a broader application of its current special tax measures, J and B.
The proposal is for the District to annex fire services from the City, which effectively would overlay the District’s
Measures B and J, as well as their mitigation fees on properties within city limits. Conservative estimates put
the potential new revenue generation at between $800,000.00 and $900,000.00. To accomplish this requires
the submission of an application to the Mendocino County Local Area Formation Commission (LAFCO) for the
annexation and revision of the current Sphere of Influence.
In summary, the Ukiah Valley Fire District (“Fire District”) proposes to annex the City of Ukiah (“City”) for
provision of fire and emergency medical services (the “Fire Services Annexation”) and, because the City is
currently outside the Fire District’s Sphere of Influence (SOI), to amend the Fire District’s SOI to include the
City. The objectives of the Fire Services Annexation and Fire District Sphere Amendment are to:
- Further strengthen the operating relationship between the City and the Fire District.
- Establish a fair and equitable funding resource for fire and emergency medical services for all Ukiah citizens.
- Ensure fiscal stability of fire and emergency medical response services for the long-term benefit of the
citizens served by the Fire Authority.
The Fire District’s personnel are all City employees and all fire stations are located outside the City limits. The
same services will be provided by the same personnel from the same stations pre- and post-annexation.
On June 17, 2020, the annexation option was presented at a joint meeting of the City Council and Fire District
Board, and both bodies voted unanimously to direct staff to proceed with that option. It is a fair and equitable
application of revenue generation that would benefit the entire services area and ensure funding in the
intermediate term for adequate fire protection and response services for all served by the City and District.
Therefore, at this time, City and District Staff recommend the adoption of the attached resolution (Attachment
1) supporting the Ukiah Valley Fire District’s application to the Mendocino County Local Area Formation
Commission (LAFCO) to annex the City of Ukiah into the Fire District and adjust the Fire District’s Sphere of
Influence (SOI) to include the City of Ukiah.
Recommended Action: Adopt a resolution supporting the Ukiah Valley Fire District’s application to the
Mendocino County Local Area Formation Commission (LAFCO) to annex the City of Ukiah into the Fire District
and adjust the Fire District’s Sphere of Influence (SOI) to include the City of Ukiah.
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
Page 366 of 387
Page 3 of 3
COORDINATED WITH: N/A
Page 367 of 387
1
RESOLUTION NO. 2021-
RESOLUTION BY THE CITY OF UKIAH IN SUPPORT OF THE UKIAH VALLEY FIRE
PROTECTION DISTRICT’S APPLICATION TO INITIATE PROCEEDINGS FOR THE
ANNEXATION OF THE CITY OF UKIAH AND TO INTITIATE PROCEEDINGS TO AMEND THE
FIRE PROTECTION DISTRICT’S SPHERE OF INFLUENCE TO INCLUDE THE CITY OF UKIAH
WHEREAS:
1.The Ukiah Valley Fire Protection District (“District”) and the City of Ukiah (“City”) began the
process of consolidating the management and delivery of fire prevention and protection
services (collectively “Fire Services”) within their respective jurisdictions in 2017 by entering
and operating under an Agreemenmt for Shared Management of Fire Departments (“2017
JPA”), dated July 1, 2017; and
2.Pursuant to the 2017 JPA, the City and the District consolidated the provision of Fire Services
under the name “Ukiah Valley Fire Authority” by (1) sharing the use of District fire stations, (2)
making all fire protection personnel City employees, (3) combining the fire fighting equipment
and assets of the City and the District to provide Fire Services to the City and District under
one unified command structure, headed by a Fire Chief, serving both the City and the District;
(4) reducing District costs and taking advantage of economies of scale by having the City
provide the District with financial and general services, including accounts payable,
procurement, billing and accounts receivable, general accounting and reporting, budget
development and monitoring, human resources and clerical services as requested by the
District; and (5) creating an Executive Committee, consisting of two City Council members and
two District Board members, to coordinate decision-making by the governing bodies of the
City and the District; and
3.Under the 2017 JPA, upon the recommendation of the Executive Committee the City Council
and District Board of Directors adopt an annual budget for the combined operations of the
Ukiah Valley Fire Authority with the understanding that the annual shared costs of operation
should be shared equally by the District and the City; and
4.The District’s revenues consist exclusively of its share of property taxes imposed on property
within the District as determined by Division 1, Part 0.5, Chapter 6, beginning with Section 50
of the Revenue and Taxation Code and two special taxes adopted by 2/3 of District voters as
Measures J and B (collectively, “Measures J and B”); and
5.Subject to the lawful approval of the voters within the Fire District, the Fire District Board
adopted Resolution 97-1 on February 12, 1997, and adopted Ordinance 97-1, on March 12,
1997, (“Measure J”) which imposed a special tax of $50.00 per identified unit upon certain
parcles of property based on that parcel’s use; provided however, that in the event a subject
property has more than one actual use, only the single highest and best use of the property be
subject to the special tax.
6.The Fire District Board held a public hearing on another special tax on June 11, 2003
(“Measure B”). A hearing on Measure B was held on November 4, 2003, and, having been
approved by over 2/3 of District voters, Measure B was imposed and became effective on July
1, 2004. Measure B levies a rate of $10.00 per unit using the unfiorm schedules and rates
found in Section 7 of Ordinance 97-1, calls for Measure B to be collected in the same manner
and subject to the same penalty as, or with, other charges and taxes fixed and collected as
agreed to with Mendocino County, and provides that Measure B shall be levied in addition to
any other tax that the District is authorized by law to collect and receive.
ATTACHMENT 1
Page 368 of 387
2
5. The combined District revenue from property tax and Measures J and B do not produce
enough revenue for the District to pay its full share of the budgeted annual expenses and
required capital expenditures of the Ukiah Valley Fire Authority; and
6. On June 17, 2020, the District and the City entered an Amended and Restated Agreement for
Shared Management of Fire Departments (“2020 Amended JPA”), which only becomes
effective upon annexation of the City by the District; and
7. The 2020 Amended JPA can only be terminated by the mutual agreement of both the City and
the District. Accordingly, neither party can terminate the 2020 Amended JPA unless both
parties agree that termination will not prejudice the ability of the parties to provide fire
prevention and protection services after the agreement is terminated; and
8. Health and Safety Code (“HSC”) § 13810 expressly authorizes the District to annex territory
within the boundaries of the City; and
9. In 2005 the City voters approved Advisory Measure T which advises the City Council to use all
the proceeds from the half-cent sales tax enacted by Measure S to fund public safety
services, including police and fire services; and
10. HSC § 13911 empowered the District to levy the special taxes enacted as Measures J and B
pursuant to Government Code § 50075 et seq.; and
11. Under Gov Code §57330 any territory in the City annexed to the District will become subject to
the special taxes previously enacted within the District as Measures J and B; and
12. Annexation of the City by the District will provide necessary additional revenue to the District
to enable it to fund its share of the costs of providing Fire Services through the Ukiah Valley
Fire Authority to its residents and businesses and to enable the District and the City to staff
the Ukiah Valley Fire Authority, make needed capital improvements to the District’s fire
stations and facilities, and acquire much needed equipment to effectively provide Fire
Services and to better cope with the increasing risk of emergency; and
13. The District and the City have determined that the District is to serve as lead agency for
purposes of complying with the California Environmental Quality Act (“CEQA”); and
14. The City is not currently within the District’s Sphere of Influence (“SOI” ) and therefore, to
effect the Fire Services Annexation, the District’s SOI must be amended to include the City
(the “Fire District Sphere Amendment”); and
15. The City desires for the District to initiate the Fire Services Annexation and the Fire Services
Sphere Amendment.
NOW, THEREFORE, the Council of the City of Ukiah does hereby resolve and order as follows:
1. That the current circumstances, including the financial situation of the Ukiah Valley Fire
Authority and the hydrologic one along with the increased threat of fire, makes the Fire District
Annexation and Fire District Sphere Amendment a matter of paramount importance to the
health and safety of the residents of the Ukiah Valley.
Page 369 of 387
3
2. That, after review of the Fire District’s Justification of Proposal to Annex the City of Ukiah (the
“Fire Services Annexation Proposal”) the City supports the Fire District’s submittal of the Fire
District Annexation Proposal to Mendocino LAFCo,.
3. That, after review of the Fire District’s Justification of Proposal to Amend the Fire District’s
Sphere of Influence (the “Fire District Sphere Amendment Proposal”), the City supports the
Fire District’s submittal of the Fire District Sphere Amendment Proposal to Mendocino LAFCo.
4. The City understands that the Fire Services Annexation Proposal and the Fire District Sphere
Amendment Proposal are made, and requests that proceedings be taken, pursuant to the
Cortese/Knox/Hertzberg Local Government Reorganization Act of 2000, commencing with
section 56000 of the California Government Code.
5. A map of the territory proposed to be affected by the Fire District Annexation and the Fire
District Amendment is set forth in Attachment 1, attached hereto and incorporated herein, and
is inhabited, adjacent, and contiguous to the District’s boundaries.
6. The City understands that, once approved, the Fire District Annexation Proposal will be
consistent with the District’s amended Sphere of Influence.
7. The City requests that approval of the Fire Services Annexation be consistent with the terms
and conditions as set forth in the 2020 Amended JPA, attached hereto as Attachment 2.
8. The City consents to the levying of taxes, including Measures J and B, and to the allocation of
those taxes to the District for those taxes’ respective purposes and as will be determined by
the County Auditor pursuant to Revenue and Taxation Code Section 99(b)(2).
9. The City Manager and City staff and agents are hereby directed and authorized to take any
and all actions necessary to support the Fire District in effecting the Fire Services Annexation
and the Fire District Sphere Amendment, and are hereby directed to provide the City Council
with an update on the status of those efforts during the first regular City Council meeting of
every month.
PASSED AND ADOPTED by the Council of the City of Ukiah this 19th day of May 2021 by the
following roll call vote.
AYES:
NOES:
ABSENT:
ABSTAIN:
________________________________
Juan Orozco, Mayor
ATTEST:
______________________________
Kristine Lawler, City Clerk
Page 370 of 387
4
Page 371 of 387
1
Kristine Lawler
From:Kristine Lawler
Sent:Wednesday, May 19, 2021 7:49 PM
To:Doug Crane; Jim Brown; jorozco@cityofukiah.com; Josefina Dueňas
(jduenas@cityofukiah.com); Mari Rodin
Cc:Sage Sangiacomo; Shannon Riley
Subject:13a Modified Resolution
Attachments:Resolution in Support of Fire District Annexation and SOI Amendment (002) -
modified.pdf
Mayor and Councilmembers,
Please find attached a modified resolution for agenda item 13a, submitted by Councilmember Rodin.
~Kristine
Page 372 of 387
1
RESOLUTION NO. 2021-
RESOLUTION BY THE CITY OF UKIAH IN SUPPORT OF THE UKIAH VALLEY FIRE
PROTECTION DISTRICT’S APPLICATION TO INITIATE PROCEEDINGS FOR THE
ANNEXATION OF THE CITY OF UKIAH AND TO INTITIATE PROCEEDINGS TO AMEND THE
FIRE PROTECTION DISTRICT’S SPHERE OF INFLUENCE TO INCLUDE THE CITY OF UKIAH
WHEREAS:
1.The Ukiah Valley Fire Protection District (“District”) and the City of Ukiah (“City”) began the
process of consolidating the management and delivery of fire prevention and protection
services (collectively “Fire Services”) within their respective jurisdictions in 2017 by entering
and operating under an Agreemenmt for Shared Management of Fire Departments (“2017
JPA”), dated July 1, 2017; and
2.Pursuant to the 2017 JPA, the City and the District consolidated the provision of Fire Services
under the name “Ukiah Valley Fire Authority” by (1) sharing the use of District fire stations, (2)
making all fire protection personnel City employees, (3) combining the fire fighting equipment
and assets of the City and the District to provide Fire Services to the City and District under
one unified command structure, headed by a Fire Chief, serving both the City and the District;
(4) reducing District costs and taking advantage of economies of scale by having the City
provide the District with financial and general services, including accounts payable,
procurement, billing and accounts receivable, general accounting and reporting, budget
development and monitoring, human resources and clerical services as requested by the
District; and (5) creating an Executive Committee, consisting of two City Council members and
two District Board members, to coordinate decision-making by the governing bodies of the
City and the District; and
3.Under the 2017 JPA, upon the recommendation of the Executive Committee the City Council
and District Board of Directors adopt an annual budget for the combined operations of the
Ukiah Valley Fire Authority with the understanding that the annual shared costs of operation
should be shared equally by the District and the City; and
4.The District’s revenues consist exclusively of its share of property taxes imposed on property
within the District as determined by Division 1, Part 0.5, Chapter 6, beginning with Section 50
of the Revenue and Taxation Code and two special taxes adopted by 2/3 of District voters as
Measures J and B (collectively, “Measures J and B”); and
5.Subject to the lawful approval of the voters within the Fire District, the Fire District Board
adopted Resolution 97-1 on February 12, 1997, and adopted Ordinance 97-1, on March 12,
1997, (“Measure J”) which imposed a special tax of $50.00 per identified unit upon certain
parcles of property based on that parcel’s use; provided however, that in the event a subject
property has more than one actual use, only the single highest and best use of the property be
subject to the special tax.
6.The Fire District Board held a public hearing on another special tax on June 11, 2003
(“Measure B”). A hearing on Measure B was held on November 4, 2003, and, having been
approved by over 2/3 of District voters, Measure B was imposed and became effective on July
1, 2004. Measure B levies a rate of $10.00 per unit using the unfiorm schedules and rates
found in Section 7 of Ordinance 97-1, calls for Measure B to be collected in the same manner
and subject to the same penalty as, or with, other charges and taxes fixed and collected as
agreed to with Mendocino County, and provides that Measure B shall be levied in addition to
any other tax that the District is authorized by law to collect and receive.
ATTACHMENT 1
Page 373 of 387
2
5. The combined District revenue from property tax and Measures J and B do not produce
enough revenue for the District to pay its full share of the budgeted annual expenses and
required capital expenditures of the Ukiah Valley Fire Authority; and
6. On June 17, 2020, the District and the City entered an Amended and Restated Agreement for
Shared Management of Fire Departments (“2020 Amended JPA”), which only becomes
effective upon annexation of the City by the District; and
7. The 2020 Amended JPA can only be terminated by the mutual agreement of both the City and
the District. Accordingly, neither party can terminate the 2020 Amended JPA unless both
parties agree that termination will not prejudice the ability of the parties to provide fire
prevention and protection services after the agreement is terminated; and
8. Health and Safety Code (“HSC”) § 13810 expressly authorizes the District to annex territory
within the boundaries of the City; and
9. In 2005 the City voters approved Advisory Measure T which advises the City Council to use all
the proceeds from the half-cent sales tax enacted by Measure S to fund public safety
services, including police and fire services; and
10. HSC § 13911 empowered the District to levy the special taxes enacted as Measures J and B
pursuant to Government Code § 50075 et seq.; and
11. Under Gov Code §57330 any territory in the City annexed to the District will become subject to
the special taxes previously enacted within the District as Measures J and B; and
12. Annexation of the City by the District will provide necessary additional revenue to the District
to enable it to fund its share of the costs of providing Fire Services through the Ukiah Valley
Fire Authority to its residents and businesses and to enable the District and the City to staff
the Ukiah Valley Fire Authority, make needed capital improvements to the District’s fire
stations and facilities, and acquire much needed equipment to effectively provide Fire
Services and to better cope with the increasing risk of emergency; and
13. The District and the City have determined that the District is to serve as lead agency for
purposes of complying with the California Environmental Quality Act (“CEQA”); and
14. The City is not currently within the District’s Sphere of Influence (“SOI” ) and therefore, to
effect the Fire Services Annexation, the District’s SOI must be amended to include the City
(the “Fire District Sphere Amendment”); and
15. The City desires for the District to initiate the Fire Services Annexation and the Fire Services
Sphere Amendment.
NOW, THEREFORE, the Council of the City of Ukiah does hereby resolve and order as follows:
1.That the current circumstances, including the precarious financial situation of the Ukiah Valley
Fire Authority and the drought affecting water supply outside of the city limits during a time of
increased threat of fire, makes the Fire District Annexation and Fire District Sphere
Amendment a matter of paramount importance to the health and safety of the residents of the
Ukiah Valley.
Page 374 of 387
3
2. That, after review of the Fire District’s Justification of Proposal to Annex the City of Ukiah (the
“Fire Services Annexation Proposal”) the City supports the Fire District’s submittal of the Fire
District Annexation Proposal to Mendocino LAFCo,.
3. That, after review of the Fire District’s Justification of Proposal to Amend the Fire District’s
Sphere of Influence (the “Fire District Sphere Amendment Proposal”), the City supports the
Fire District’s submittal of the Fire District Sphere Amendment Proposal to Mendocino LAFCo.
4. The City understands that the Fire Services Annexation Proposal and the Fire District Sphere
Amendment Proposal are made, and requests that proceedings be taken, pursuant to the
Cortese/Knox/Hertzberg Local Government Reorganization Act of 2000, commencing with
section 56000 of the California Government Code.
5. A map of the territory proposed to be affected by the Fire District Annexation and the Fire
District Amendment is set forth in Attachment 1, attached hereto and incorporated herein, and
is inhabited, adjacent, and contiguous to the District’s boundaries.
6. The City understands that, once approved, the Fire District Annexation Proposal will be
consistent with the District’s amended Sphere of Influence.
7. The City requests that approval of the Fire Services Annexation be consistent with the terms
and conditions as set forth in the 2020 Amended JPA, attached hereto as Attachment 2.
8. The City consents to the levying of taxes, including Measures J and B, and to the allocation of
those taxes to the District for those taxes’ respective purposes and as will be determined by
the County Auditor pursuant to Revenue and Taxation Code Section 99(b)(2).
9. The City Manager and City staff and agents are hereby directed and authorized to take any
and all actions necessary to support the Fire District in effecting the Fire Services Annexation
and the Fire District Sphere Amendment, and are hereby directed to provide the City Council
with an update on the status of those efforts during the first regular City Council meeting of
every month.
PASSED AND ADOPTED by the Council of the City of Ukiah this 19th day of May 2021 by the
following roll call vote.
AYES:
NOES:
ABSENT:
ABSTAIN:
________________________________
Juan Orozco, Mayor
ATTEST:
______________________________
Kristine Lawler, City Clerk
Page 375 of 387
Page 1 of 2
Agenda Item No: 13.b.
MEETING DATE/TIME: 5/19/2021
ITEM NO: 2021-860
AGENDA SUMMARY REPORT
SUBJECT: Approval of Purchase of Elgin Single Engine Crosswind Street Sweeper from Owen Equipment in
the Amount of $298,071.44, and Approval of Corresponding Budget Amendment.
DEPARTMENT: Public Works PREPARED BY: Dave Kirch, Fleet Maintenance Supervisor, Jarod
Thiele, Public Works Management Analyst
PRESENTER: Consent Calendar
ATTACHMENTS:
1. V2524 - Street Sweeper Vehicle Justification Form
2. City of Ukiah-Crosswind1- September 2020 (1)
Summary: Council will consider approval of purchase of Elgin Single Engine Crosswind Street Sweeper from
Owen Equipment in the Amount of $298,071.44 and Approval of Corresponding Budget Amendment.
Background: The City is required as part of the Municipal Separate Sanitary Storm System Permit (MS4)
issued be the North Coast Regional Quality Control Board to operate a Street Sweeping Program. The City
currently owns two sweepers that operates five days per week.
Discussion: One of the existing sweepers, a 2008 Tymco, is at the end of its useful life. Staff originally
budgeted for the replacement of this unit for Fiscal Year 2021-2022. However, due to the condition of the
current unit and the expected price increase from the manufacturer at the end of May, it is being
recommended for purchase this Fiscal Year. Please refer to Attachment 1 for a copy of the Vehicle &
Equipment Justification form.
Staff requested a quote from Owen Equipment (Attachment 2) for a 2021 Elgin Single Engine Crosswind
Sweeper. The pricing is based on a Sourcewell contract. Sourcewell is a nationally recognized organization
that provides competitively awarded cooperative purchasing contracts for the use of public agencies. The new
unit is a single engine unit that will require less maintenance and will operate quieter than the unit that is being
replaced. The purchase of this unit at this time will avoid the need to rent a sweeper for leaf season this fall.
Staff has contacted the United States Department of Agriculture (USDA) Rural Development Department and
is applying for a Community Facilities Grant in the amount of $50,000 toward this purchase. The City will be
reimbursed for this amount once the new unit is received.
Recommended Action: Approve purchase of Elgin Single Engine Crosswind Street Sweeper from Owen
Equipment in the amount of $298,071.44, and approve corresponding budget amendment.
BUDGET AMENDMENT REQUIRED: Yes
CURRENT BUDGET AMOUNT: 10024224.80100.V2524: $0
PROPOSED BUDGET AMOUNT: 10024224.80100.V2524: $298,072
FINANCING SOURCE: Storm Drain Division
PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A
Page 376 of 387
Page 2 of 2
COORDINATED WITH: Tim Eriksen, Director of Public Works; Mary Horger, Financial Services Manager
Page 377 of 387
ESTIMATED COST $298,000
FLEET MAINTENANCE SUPERVISOR
NEW REQUEST OR REPLACEMENT OF EXISTING?: Replacement of existing.
$298,000
DEPARTMENT HEAD
ADDITIONAL COMMENTS: This unit is a single engine compared to the existing dual engine unit. This is beneficial as it is one less engine to services and
operates at a much quieter noise level.
1600
ASSET USEFUL LIFE: 10 years
1HTMMAAN28H679226
VIN/SERIAL #
Storm Water V2524
SUBMITTED BY: Dave Kirch, Fleet and Maintenance Supervisor
1384 Yes
FOR FISCAL YEAR: 2021/2022
2008 Tymco 600
EXISTING VEHICLE OR EQUIPMENT REQUESTING TO BE REPLACED
ORG & OBJECT ACCOUNT CODE
ESTIMATED OUT‐OF‐SERVICE TIME
Vehicle & Heavy Equipment Request & Justification
DIVISION(S)
PROJECT
CODE
ITEM: Street Sweeper
CURRENT MILEAGE/HOURS
REVIEWED & APPROVED BY:
DEPARTMENT(S)
Public Works
PROPOSED VEHICLE OR HEAVY EQUIPMENT
10,950 hours
No
CURRENT CONDITION: Poor
$10,000.00
JUSTIFICATION/USE/NEED: This Equipment is used daily for all Street Sweeping activities mandated by the Municipal Separate Sanitary Storm Sewer System
(MS4) Permit issued by the Regional Water Quality Control Board.
PROPOSED EQUIPMENT SPECIFICATIONS (ATTACH ADDITIONAL DOCUMENTATION IF NECESSARY): 2021 Elgin Crosswind 1 Single Engine
MAINTENANCE COSTS TO DATE
PARTS AVAILABLE
ADDITIONAL NEEDED REPAIRS ESTIMATE (IF APPLICABLE) MEET CARB STANDARDS?
Hopper needs replaced due to wear
6000 hours
MODEL
PROPOSED BUDGETED AMOUNT FOR
EACH DEPT/DIV
ESTIMATED SALVAGE/RESALE VALUEESTIMATED LIFE IN
MILEAGE/HOURS
YEAR CITY EQUIPMENT #
ORIGINAL PURCHASE PRICE
2522
10024224.80100
SIGNATURE DATE
EST. MILEAGE/HOURS PER YEAR
$182,500.00
ALTERNATE SOLUTIONS EXPLORED: Staff is in the process of applying for a USDA Rural Development Grant in the amounf ot $50,000 for this purchase.
OTHER INDIRECT BENEFITS: The Department rented a Sweeper last year at a cost of approximately $35,000 due to the unreliability of the existing unit
COST/BENEFIT ANALYSIS: N/A
ATTACHMENT 1
Page 378 of 387
Kelly McGrath
Tel: (707) 481-9849
Quote Number: 2019-34375 1 of 4
Presents a Proposal Summary
of the
Single Engine Crosswind
Single Engine Crosswind Regenerative Air Street Sweeper Mounted on a Freightliner Chassis
for
City of Ukiah
1320 Airport Road
Ukiah, CA 95482
USA
Attachment 2
Page 379 of 387
QuoteNumber:2019-34375 2 of 4
PRODUCT DESCRIPTION
PRODUCT DESCRIPTION
· Equipped with Memory Sweep;8.0 cu. Yd. Hopper, right and left side brooms, sweeper is powder coated from powder coatings chart
2003/N with powder coated gray undercarriage.
STANDARD FEATURES
· Alternator, 95 amp
· Backup Alarm, electric
· Blower, 20,000 CFM rating with linatex lined housing
· Brooms, hydraulic rotation
· Brooms, Dual with side broom lights for night operation
· Broom Measurement Ruler
· Camera, rear mounted
· Console, w/rocker switches for all sweep functions, including memory sweep with full gauge package including tachometer, en gine hour
meter, oil pressure indicator, coolant temperature, voltmeter and fuel lever indicator, water level gauge and warning lights for hopper
pressure controls and manual reset circuit breakers
· Doors, access fiberglass doors provide easy service and maintenance on auxiliary engine, hydraulic and electrical system
· Electronic Throttle, sweep resume/sweep transport/reverse pick-up
· Hopper rear door, hydraulically opened/closed and locked/unlocked with external controls.
· Hose, hydrant fill, 16' 8" with coupling
· In-Cab Hopper Dump
· LED Clearance Lights
· Lights, rear clearance and rear identification
· Manuals, operator and parts
· Pick-up head, hydraulically operated, 14” (355 mm) outside diameter pressure hose, 12 -3/4” (324mm) inside diameter suction hose with
quick disconnect on suctions side
· Spray nozzles, sixteen (16), seven (7) in the pick-up head, three (3) in the suction nozzle, three (3) at each side broom
· Side Broom Outer Position Stop
· Trans Oil Cooler
· Vacuum enhancer, in-cab operated
· Water tank, molded polyethylene, 240 gallons (907L)
· Water pre-filter, hydrant fill hose
· AM/FM/CD Radio
· Left and Right Hand Fender Mirror
· Right and Left Hand Heated And Remote Controlled Mirrors
· Sweeper Painted Standard White
· Chassis Painted Standard White
· Red Logo
· 1 Year Parts and Labor Warranty
· Sweeper - Operator Manual
· Sweeper Parts Manual
ADDITIONAL FEATURES
· 2020 M2 Dual Steer, with dual high back, air ride, vinyl seats
· 12" Convex Mirrors
· LED Stop/Tail/Turn
· In Cab Air Restriction Gauge for Chassis
· PM-10 Complaint
· Memory Sweep
· Side broom Tilt Option Right Hand
· Side broom Tilt Option Left Hand
· Right Hand Stainless Steel Door With Step & Handle
· 6" Hopper Drain
Page 380 of 387
QuoteNumber:2019-34375 3 of 4
· Front Spray Bar
· Vacuum Enhancer
· Leaf Curtain Lifter
· Quick Disconnect Water Fill
· (2) Rear Bumper Mounted Strobes
· Dual LED Side broom and Rear LED Flood Lights
· Wire/Mount Cab & Rear with LED Arrow board
· Individual Switches For Dual Side broom & Rear Flood Lights-LED
· Triangle Reflective Flares (3)
· Sweeper Service Manual
· Chassis Operators Manual
· Chassis Parts Manual
· Chassis Service Manual
Total Sourcewell Pricing, FOB Ukiah, CA ………………………………………………………………………………………………….$ 273,774.00
Sales Tax (8.875%)………………………….………………………………………………………………………………………………………. $ 24,297.44
GRAND TOTAL ………………………………………………………………………………..……………………………………………………… $ 298,071.44
THE PROPERTY HEREIN IS GUARANTEED BY MANUFACTURER'S WARRANTY ONLY AND SELLER MAKES NO WARRANTY EXPRESSED OR IMPLIED, OF MERCHANTABILITY OR OTHERWISE, OR OF FITNESS FOR ANY PARTICULAR PURPOSE, THAT EXTENDS BEYOND THE ABOVE DESCRIPTION OF THE EQUIPMENT.
NOTE: Price is good until October 30, 2020. Cost increases due to the addition of Government mandated safety or
environmental devices incurred after the date of this proposal, will be charged to you at our cost. Proof of such costs, if
any, will be documented.
TAXES: SALES TAX applicable at time of delivery will be shown on our invoice. FEDERAL EXCISE TAXES, if applicable, will
require payment unless a properly executed Exemption Certificate is submitted.
DELIVERY: 150-180 days ARO TERMS: Net 30 or Lease Terms.
If you have any questions please give me a call at (707) 481-9849.
Sincerely,
Kelly McGrath
Kelly McGrath
Territory Manager
______________________________________________ Date_____________
I accept all terms and conditions and authorize Owen
Equipment to order the above units.
Page 381 of 387
QuoteNumber:2019-34375 4 of 4
LIMITED WARRANTY
ELGIN SWEEPER COMPANY warrants each new machine manufactured by it against defects in material and workmanship provided the
machine is used in a normal and reasonable manner. This warranty is extended only to the original user -purchaser for a period of twelve
(12) months from the date of delivery to the original user -purchaser.
ELGIN SWEEPER COMPANY will cause to be repaired or replaced, as the Company, may elect, any part or part of such machine which
the Company's examination discloses to be defective in material or workmanship.
Repairs or replacements are to be made at the selling Elgin distributor's location or at other locations approved by ELGIN SWEEPER
COMPANY.
The ELGIN SWEEPER COMPANY warranty shall not apply to:
1. Major components or trade accessories such as but not limited to, trucks, engines, tires or batteries that have a separate warranty by
the original manufacturer.
2. Normal adjustments and maintenance services.
3. Normal wear parts such as but not limited to, broom filters, broom wire, shoe runners and rubber deflectors.
4. Failures resulting from the machine being operated in a manner or for a purpose not recommended by ELGIN SWEEPER
COMPANY.
5. Repairs, modifications or alterations without the consent of ELGIN SWEEPER COMPANY which, in the Company's sole
judgment, have adversely affected the machine's stability or reliability.
6. Items subjected to misuse, negligence, accident or improper maintenance.
The use in the product of any part other than parts approved by ELGIN SWEEPER COMPANY may invalidate this warranty.
ELGIN SWEEPER COMPANY reserves the right to determine, in its sole discretion, if the use of non -approved parts operates
to invalidate the warranty.
Nothing contained in this warranty shall make ELGIN SWEEPER COMPANY liable for loss, injury, or damage of an y kind
to any person or entity resulting from any defect or failure in the machine.
TO THE EXTENT LIMITED BY LAW, THIS WARRANTY IS IN LIEU OF ALL OTHER WARRANTIES, EXPRESS OR
IMPLIED, INCLUDING WITHOUT LIMITATION, ANY IMPLIED WARRANTIES OF MERCHANTABILITY AND
FITNESS FOR A PARTICULAR PURPOSE.
This warranty is also in lieu of all other obligations or liabilities on the part of ELGIN SWEEPER COMPANY, including but
not limited to, liability for incidental and consequential damages on the part of the Company or the seller.
ELGIN SWEEPER COMPANY makes no representation that the machine has the capacity to perform any functions other
than as contained in the Company's written literature, catalogs or specifications accompanying delivery of the machine.
No person or affiliated company representative is authorized to give any other warranties or to assume any other liability on
behalf of ELGIN SWEEPEAR COMPANY in connection with the sale, ser vicing or repair of any machine manufactured by
the Company.
ELGIN SWEEPER COMPANY reserves the right to make design changes or improvements in tis products without imposing
any obligation upon itself to change or improve previously manufactured products .
Page 382 of 387
Page 1 of 2
Agenda Item No: 13.c.
MEETING DATE/TIME: 5/19/2021
ITEM NO: 2019-62
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 Orozco and Various Councilmembers
ATTACHMENTS:
1. 2021 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.
Mayor Orozco requests the consideration of a new alternate for the Ukiah Valley Basin Groundwater
Sustainability Agency (GSA) due to an ongoing meeting conflict with his work schedule. Councilmember
Crane currently serves as the primary and Mayor Orozco as the alternate.
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
PROPOSED BUDGET AMOUNT: N/A
FINANCING SOURCE: N/A
PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A
COORDINATED WITH: N/A
Page 383 of 387
Page 2 of 2
Page 384 of 387
2021 CITY COUNCIL SPECIAL ASSIGNMENTS
COUNTY/REGIONAL
OnGoing One + Alternate MTG DATE/TIME MEETING LOCATION MAILING ADDRESS/CONTACT COMMITTEE FUNCTION ASSIGNED TO PRINCIPAL STAFF SUPPORT
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
Tami Bartolomei, Office of Emergency
Management Coordinator; 467-5765
tbartolomei@cityofukiah.com
Greater Ukiah Business & Tourism
Alliance
3rd Tuesday of
month, 11:30 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
Duenas
Rodin - 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
Brown
Rodin- Alternate
Tim Eriksen, Public Works Director/City
Engineer; 463-6280
teriksen@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
Orozco
Brown- Alternate
Sean White,Director of Water Resources;
463-5712 swhite@cityofukiah.com
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 Brown
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 Duenas
Orozco - Alternate
Tim Eriksen, Public Works Director/City
Engineer; 463-6280
teriksen@cityofukiah.com
North Coast Opportunities (NCO)4th Wednesday of
month, 2 p.m.
Alternating locations - Ukiah and
Lakeport
Ross Walker, Governing Board
Chair
North Coast Opportunities
413 North State Street
Ukiah, CA 95482
Assist low income and disadvantaged people to
become self reliant
Bartolomei
(appointed 12/19/18)
Tami Bartolomei, Community Services
Administrator; 467-5765
tbartolomei@cityofukiah.com
North Coast Rail Authority (NCRA)2nd Wednesday of
month, 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
Shannon Riley, Deputy
City Manager Shannon Riley,Deputy City Manager;
467-5793 sriley@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
Attn: Daria Isupov
425 South Main St., Sebastopol, CA
95472
508-3670
Consider issues related to Russian river - plans
projects and funding requests
Rodin
Brown- Alternate
Tim Eriksen, Public Works Director/City
Engineer; 463-6280
teriksen@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
Nicole French
501 Low Gap Rd., Rm. 1010
Ukiah, CA 95482
463-4441
GSA serves as the Groundwater Sustainability
Agency in the Ukiah Valley basin
Crane
Orozco- Alternate
Sean White, Director of Water Resources;
463-5712 swhite@cityofukiah.com
COUNTY/REGIONAL
One + Staff Alternate MTG DATE/TIME MEETING LOCATION MAILING ADDRESS/CONTACT COMMITTEE FUNCTION ASSIGNED TO PRINCIPAL STAFF SUPPORT
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
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
Continued -
COUNTY/REGIONAL
One + Staff Alternate
MTG DATE/TIME MEETING LOCATION MAILING ADDRESS/CONTACT COMMITTEE FUNCTION ASSIGNED TO PRINCIPAL STAFF SUPPORT
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, Patrol
Lieutenant
Cedric Crook, Patrol Lieutenant Nob; 463-
6771; ccrook@cityofukiah.com
Northern California Power Agency
(NCPA)
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 public utilities for electric generation and
dispatch
Crane
Grandi - Alternate
Mel Grandi, Electric Utility Director;
463-6295 mgrandi@cityofukiah.com
1 4/16/2021
Page 385 of 387
2021 CITY COUNCIL SPECIAL ASSIGNMENTS
LOCAL/COUNTY/REGIONAL/LIASONS
OnGoing One or Two Council and/or
Staff
MTG DATE/TIME LOCATION MAILING ADDRESS/CONTACT COMMITTEE FUNCTION ASSIGNED TO PRINCIPAL STAFF SUPPORT
Adventist Health Community Advisory
Council
Quarterly:
Aug. 27, 6:45 a.m.
Nov 5, 6:45 a.m.
275 Hospital Drive
Ukiah, CA 95482
275 Hospital Drive
Ukiah, CA 95482
707-463-7623
Allyne Brown -
Allyne.Brown@ah.org
Provides the Adventist Health Ukiah Valley (AHUV)
Governing Board and Administration with advice,
support, and suggestions on matter of importance to
Mendocino, Lake and Sonoma Counties.
Brown
Rodin - Alternate
Kristine Lawler, City Clerk, 463-6217
klawler@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
Rodin
Orozco-Alternate
Sage Sangiacomo, City Manager; 463-6221
ssangiacomo@cityofukiah.com
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 Kristine Lawler, City Clerk; 463-6217
klawler@cityofukiah.com
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
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 Supervisor Mulheren Kristine Lawler, City Clerk; 463-6217;
klawler@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
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
HHSA Advisory Board 2nd Wednesday of
month; 9:00 a.m.
Big Sur Room
County Department of Social
Services
Executive Director
Jackie Williams - 462-1934
c/o Ford St. Project
139 Ford St.
Ukiah CA 95482
Discussions and possible work on health and human
service issues Brown - Liaison Shannon Riley, Deputy City Manager; 467-
5793 sriley@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
(positions not active)
Crane
Rodin
Craig Schlatter, Director of Community
Development; 463-6219;
cschlatter@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
Owen/Schlatter
Greg Owen, Airport Manager; 467-2855;
gowen@cityofukiah.com
Craig Schlatter, Director of Community
Development; 463-6219;
cschlatter@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
Brown
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 Brown Shannon Riley, Deputy City Manager; 467-
5793 sriley@cityofukiah.com
LOCAL/COUNTY/REGIONAL/LIASONS
OnGoing One or Two Council and/or
Staff
MTG DATE/TIME LOCATION MAILING ADDRESS/CONTACT COMMITTEE FUNCTION ASSIGNED TO PRINCIPAL STAFF SUPPORT
Fire Executive Committee 2nd Wednesdays of
month, 3:45 p.m.
Ukiah Valley Conference Center,
200 S. School Street
Ukiah, CA
Stephanie Abba
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/Brown
Doug Hutchison, Fire Chief; 463-6263;
dhutchison@cityofukiah.com
STANDING COMMITTEES MTG DATE/TIME LOCATION MAILING ADDRESS/CONTACT COMMITTEE FUNCTION ASSIGNED TO PRINCIPAL STAFF SUPPORT
Equity and Diversity 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
2 4/16/2021
Page 386 of 387
COMMITTEE ASSIGNED TO PRINCIPAL STAFF SUPPORT
Electric Grid Operational Improvements Crane/Orozco Mel Grandi, Electric Utility Director;
463-6295 mgrandi@cityofukiah.com
Trench Cut Policy Development Crane/Brown Tim Eriksen, Public Works Director/City Engineer;
463-6280 teriksen@cityofukiah.com
Budget Development Best Practices and
Financial Policy For FY 21/22 Budget Crane/Brown
Dan Buffalo, Director of Finance;
463-6220 dbuffalo@cityofukiah.com
Sheri Mannion, Human Resource Director/Risk
Manager; 463-6272, smannion@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
Sage Sangiacomo, City Manager
463-6221 ssangiacomo@cityofukiah.com
Shannon Riley, Deputy City Manager
467-5793 sriley@cityofukiah.com
Craig Schlatter, Community Development Director
463-6219 cschlatter@cityofukiah.com
Sean White, Director of Water Resources;
463-5712 swhite@cityofukiah.com
Tim Eriksen, Public Works Director/City Engineer;
463-6280 teriksen@cityofukiah.com
Mel Grandi, Electric Utility Director;
463-6295 mgrandi@cityofukiah.com
Dan Buffalo, Director of Finance; 463-6220
dbuffalo@cityofukiah.com
2021 Electric Rate Study Crane/Duenas Mel Grandi, Electric Utility Director; 463‐6295
mgrandi@cityofukiah.com
Housing Element and Implementation Review Rodin/Orozco Craig Schlatter, Community Development Director
463-6219 cschlatter@cityofukiah.com
Planning Commissioner Appointment Process Crane/Rodin
Craig Schlatter,Community Development Director
463‐6219 cschlatter@cityofukiah.com
Darcy Vaughn, Assistant City Attorney
462‐6846 dvaughn@cityofukiah.onmicrosoft.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/Brown
Dan Buffalo, Director of Finance;
463‐6220 dbuffalo@cityofukiah.com
Sean White, Water Resources Director
463‐5712 swhite@cityofukiah.com
Upper Russian River Water Agency/City
Relations Crane/Brown Sean White, Director of Water Resources;
463‐5712 swhite@cityofukiah.com
2021 AD HOC COMMITTEES
3 4/16/2021
Page 387 of 387