HomeMy WebLinkAbout2021-05-05 PacketPage 1 of 6
City Council
Regular Meeting
AGENDA
Register for Ukiah City Council Regular Meeting at:
https://attendee.gotowebinar.com/rt/9199312935703156493
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 www.cityofukiah.com/meetings.
May 5, 2021 6:00 PM
1. ROLL CALL
2. PLEDGE OF ALLEGIANCE
3. PROCLAMATIONS/INTRODUCTIONS/PRESENTATIONS
3.a. Proclamation Recognizing May 15th as National Peace Officers Memorial Day.
Recommended Action: Present Proclamation.
Attachments:
1.Proclamation
4. PETITIONS AND COMMUNICATIONS
5. APPROVAL OF MINUTES
5.a. Approval of the Minutes for the April 21, 2021, Special Meeting.
Recommended Action: Approve the Minutes of April 21, 2021, a Special Meeting, as submitted.
Attachments:
1.20210421 Draft Minutes Special Meeting
5.b. Approval of the Minutes for the April 21, 2021, Regular Meeting.
Recommended Action: Approve the Minutes of April 21, 2021, a Regular Meeting, as submitted.
Attachments:
1.20210421 Draft Minutes Regular Meeting
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.
Page 1 of 270
Page 2 of 6
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.
7.a. Approval of Plans and Specifications for the 2021 Slurry Seal of Local Streets, and Authorize
Staff to Issue Bids for Specifications No. 2103.
Recommended Action: Approve Plans and Specifications for the 2021 Slurry Seal of Local
Streets, and authorize staff to issue bids for Specification No. 2103.
Attachments:
1.Plans 2103 2021 Slurry Seal of Local Streets
2.Spec No 2103 Slurry Seal of Local Streets
7.b. Authorize the City Manager to Sign Federal Aviation Administration Airport Coronavirus Relief
Grant Offer, Grant No. 30602680192021 for Ukiah Municipal Airport in the Amount of
$13,000.
Recommended Action: Authorize the City Manager to sign Federal Aviation Administration
Airport Coronavirus Relief Grant Offer, Grant No. 30602680192021 for Ukiah Municipal Airport,
in the amount of $13,000.
Attachments:
1.Federal Aviation Administration Airport Coronavirus Relief Grant Offer, Grant No. 306
02680192021
7.c. Report on Award of Professional Services Agreement to On Duty Health for Annual National
Fire Protection Association (NFPA) Compliant Physical Exams for Fire Authority Staff.
Recommended Action: Receive notification of award of Professional Services Agreement to On
Duty Health in the amount of $11,603 for National Fire Protection Association (NFPA) compliant
physical exams for Fire Authority staff.
Attachments:
1.Agreement with OnDuty Health
7.d. Approve the Purchase of and 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.
Recommended Action: 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 $175,720.00, and
corresponding budget amendment.
Attachments:
1.LG Sonic Proposal City of Ukiah CA
2.Quote City of Ukiah (002)
Page 2 of 270
Page 3 of 6
7.e. Consideration of Adoption of Resolution Nominating and Appointing a Member to the Equity
and Diversity Standing Committee.
Recommended Action: Adopt Resolution Nominating and Appointing a Member to the Equity and
Diversity Standing Committee.
Attachments:
1.CC Reso 202059 Establishing Equity and Diversity Standing Committee
2.Resolution making appointment
3.Application for Equity and Diversity Committee
7.f. Approval of a Budget Amendment for the Contract with Carollo Engineers for the Design Efforts
of the Recycled Water Phase 4 Project.
Recommended Action: Approve a budget amendment in the amount of $1,181,863 for the
contract with Carollo Engineers for the design efforts of the Recycled Water Phase 4 project.
Attachments:
1.Agenda Item No. 12.c. 091620
2.Agenda Item 12e_1172018
7.g. Approve Change Order #2 to Contract 2021176 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.
Recommended Action: Approve Change Order #2 to Contract 2021176 with Diamond D
Construction to replace valves in Fish Hatchery water line at Lake Mendocino Hydroelectric Plant,
and authorize budget amendment in the amount of $29,000.
Attachments:
1.2021176 Diamond D Construction Replace 12inch Water Line fully executed
7.h. Award Contract 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.
Recommended Action: Award Contract 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.
Attachments:
1.LACO Proposal Soils, Geotech and Materials Electric Service Center
7.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.
Recommended Action: Approve 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.
Attachments:
1.BNY MELLON Ukiah FA LRB Series 2020 A Invoice (003)
Page 3 of 270
Page 4 of 6
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
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. Receive and File Third Quarter 202021 Financial Report.
Recommended Action: Receive and file report.
Attachments: None
12.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 1607, and Approve Corresponding
Budget Amendments.
Recommended Action: 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 1607, and approve
corresponding budget amendments.
Attachments:
1.Bid Tabulation Spec 1607
2.FRC Bid 04272021
3.FRC Inc. Bid Withdraw Clerical Error Letter
4.CWS Bid 04272021
13. NEW BUSINESS
Page 4 of 270
Page 5 of 6
13.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.
Recommended Action: Receive report on status of Great Redwood Trail, and authorize the Mayor
to sign a letter to North Coast Railroad Authority (NCRA) in support of Rail Banking the NCRA
corridor from Cloverdale to Willits.
Attachments:
1.Att 1_L_NCRARailBankAppeal
13.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).
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 & 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.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)
Recommended Action: Confer in Closed Session
Attachments: None
14.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.) 3:212609 VC.
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: Vichy Springs Resort v. City of Ukiah, Et Al; Case No. SCUKCVPT201870200
Recommended Action: Confer in Closed Session
Attachments: None
Page 5 of 270
Page 6 of 6
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. SCUKCVPT2074612
Recommended Action: Confer in Closed Session
Attachments: None
14.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 CVPT1566036
Recommended Action: Confer in Closed Session
Attachments: None
14.g. 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.h. 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: 4/30/21
Page 6 of 270
Page 1 of 2
Agenda Item No: a.
MEETING DATE/TIME: 5/5/2021
ITEM NO: 2021-841
AGENDA SUMMARY REPORT
SUBJECT: 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.
DEPARTMENT: Fire PREPARED BY: Doug Hutchison, Fire Chief
PRESENTER: Doug Hutchison, Fire Chief.
ATTACHMENTS:
1. Demers Proposal - Stock Braun Express Type III - #7944 & Demers MXP150s - Ukiah Valley - 2021
0426
Summary: Council will consider authorizing the purchase of one (1) 2018 Braun/Chevy Type III Demo
Ambulance from Red Sky Emergency Vehicles for $156,418.75, including tax, and approving corresponding
budget amendments.
Background: The Fire Authority has long identified the need to replace their old, well used ambulances. Their
current units have 8912 and 9850 hours each on them. That is the equivalent of 213,888 and 236,400 miles
each respectively.
Discussion: In preparing next fiscal year’s budget and updating the Capital Improvement Project budget with
the City Manager’s office, the Fire Authority had planned to purchase two (2) new units next fiscal year as well
as exploring the possibility of remounting the box of one of their current units onto a new chassis.
Originally, the Department initially looked for available demonstrator and/or stock units to see if there were any
units immediately available that would meet the Fire Authority’s needs. Due in large part to CARES Act
funding, and some chassis shortages/delays, there were no possibilities outside of ordering new units and/or
remounting existing units.
In working with the manufacturer regarding the remounting of one of the Fire Authority's current units, the
manufacturer had a 2018 demonstrator unit with 17,289 miles that became available, and has offered it up for
a price of $156,518.75 with tax as specified in Attachment 1. This is substantially less than a new unit and
was also less than the estimated costs of a remount that was under consideration. The purchase of the
demonstrator unit will allow the Fire Authority to place a newer unit in service quicker and at a lower cost,
versus waiting several months for a remount to be performed or new unit to be built, both of which could easily
and likely be affected by chassis and/or parts shortages.
As the Fire Authority continues to see increasing need for their ambulances given current demand and lack of
units from other providers, the need for newer, reliable, up to date units is critical.
The purchase is planned to be funded by the City's existing Line of Credit through Umpqua Bank. The
Municipal Lease Agreement and corresponding resolution for this purchase will be presented to Council for
approval at a later date. Alternatively, the Finance Department might be able to consider the application of
federal stimulus dollars for the purchase.
Page 7 of 270
Page 2 of 2
Recommended Action: 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.
BUDGET AMENDMENT REQUIRED: N/A
CURRENT BUDGET AMOUNT: 71000000.90100 (Loan Proceeds):$0; 71021100.80100 (Vehicle &
Equipment): $0
PROPOSED BUDGET AMOUNT: 71000000.90100 (Loan Proceeds):$156,418.75; 71021100.80100 (Vehicle
& Equipment): $156,418.75
FINANCING SOURCE: Municipal Equipment Lease and/or federal stimulus funding
PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A
COORDINATED WITH: Doug Hutchison- Fire Chief
Page 8 of 270
11366 Amalgam Way, Suite G, Rancho Cordova, CA 95670
RedSky Emergency Vehicles 916.382.4497 O / 916.244.7088 F redskyemergency.com
STOCK AMBULANCES April 28, 2021
BRAUN EXPRESS TYPE III / DEMERS MXP150 TYPE I
Ukiah Valley Fire Authority
1500 South State Street
Ukiah, CA 95482-6709
Re: Proposal for Stock Braun Express Type III & Demers MXP150 Type I Stock Ambulances
Dear Chief Hutchison:
Given the crazy state of chassis deliveries – delays, factory shut downs, parts shortages, I wanted propose two
options that may be a good fit for Ukiah Valley Fire Authority. The first is a Braun Express Type III ambulance demo
that is currently available. I thought this might an expeditious way to get a replacement for your existing Type III,
rather than waiting for remount with longer-than-usual chassis lead time in order to update your fleet. The
second alternative is one of several Demers MXP150 Type I ambulances on Ford F450 4x4s that are scheduled to
complete production in late May / early June Each has been quoted with installation of a customer-supplied
PowerLoad, a wrap to match your fleet and provision / installation of an iPad mount and docking station in the
cab console.
The Braun Express Type III has demo miles logged on it, and has been used as a demo for about three years. It
features a 2018 chassis. For that reason, it has been discounted by $18,000 to incentivize purchase. A spec
summary, drawings and configuration highlights sheet are attached.
The Braun Express features their trademark design and construction attributes:
• All aluminum SolidBody™ break-formed construction for exceptional durability and lifetime structural
warranty
• Roof and side load testing that exceeds the required load capacity by 300%
• Industry first rollover and side-impact crash testing for the Braun module design for added assurance of
occupant safety. See videos.
• Arched roof design allows for more internal headroom, gives added strength across the top, and eliminates
water and snow pooling.
• Sprayed foam insulation on the ceiling, walls, doors, and entire underside of body provides superior acoustical
and thermal insulation
• EZ Glide™ sliding door for added safety. Braun was the innovator that developed, introduced and perfected
the sliding door to the ambulance market.
In the case of Demers, they also have a number of defining features that make them very attractive:
§ Outstanding separate, independent air conditioning / heat systems, with individually ducted AC for even-flow
distribution from front to rear
§ All-aluminum & composite interior with powder-coated surfaces
§ Keyless Anti-Theft system so crews can leave the engine (and air conditioning) on, take the key and lock the
unit without having to worry that someone might drive it away
§ DEMS multiplex electrical system with remote diagnostics from the factory, reducing downtime
§ All aluminum cabinetry structure
§ Strongest warranties in the industry
§ Pull-testing of all installed features and options
Page 9 of 270
11366 Amalgam Way, Suite G, Rancho Cordova, CA 95670
RedSky Emergency Vehicles 916.382.4497 O / 916.244.7088 F redskyemergency.com
Pricing
Description Price
One (1) Braun Express Type III Ambulance, 2018 Chevy G3500 cutaway van,
gasoline-powered, per the attached specifications.
$163,000.00
Demo Discount -$18,000.00
Sub-Total $145,000.00
California Tire Fee, $1.75 / tire included
Sales Tax, California and Mendocino County, Unincorporated, 7.875% $11,418.75
Total $156,418.75
One (1 Demers MXP150 Type I Ambulance, 2020 Ford F450 4x4 diesel-powered
chassis, per the attached specifications.
$201,500.00*
California Tire Fee, $1.75 / tire included
Sales Tax, California and Mendocino County, Unincorporated, 7.875% $15,868.00
Total $217,368.00
*Includes Ford rebate of -$5,689 based on Ukiah Valley Fire Authority having an active Ford FIN code at time of
invoicing. Changes or elimination of the Ford FIN code rebate will cause adjust to final price.
Please note that Proposed prices doe not include California DMV registration or titling fees, based on assumption that Ukiah
Valley Fire Authority is exempt.
Terms:
Payment Terms: Payment shall be made directly to RedSky Emergency Vehicles or as directed by RedSky
Emergency Vehicles. Payment is due at time of delivery.
Delivery: Braun Express Type III: Available for installation of PowerLoad and ipad mount; delivery to follow
immediately thereafter
Demers MXP150 Type Is: Scheduled to complete production late May / early June.
The Seller shall not be liable for failure to deliver or for any delay in delivering the motor vehicles
covered by this agreement where such failure or delay is due, in whole or in part, to any cause
beyond the control or without the fault or negligence of the Seller. Delays from the chassis
manufacturer will result in extended delivery time, as will changes to this contract once the order
has been placed with Demers Ambulance. Additions or deletions may be made if the vehicle has
not passed that point in production at the time of change.
Contingencies: RedSky Emergency Vehicles will not be liable for any delay, failure to make delivery, or other
default due to strikes, labor unrest, war, riot, federal, state or local government action, fire,
flood, pandemic, or other disaster or acts of God, accidents, breakdown of machinery, lack of
or inability to obtain materials, parts or supplies, or any other causes or circumstances
beyond the reasonable control of Company which prevent or hinder Company’s delivery of
the vehicle or apparatus.
Delivery Terms: FOB Ukiah, CA
Page 10 of 270
11366 Amalgam Way, Suite G, Rancho Cordova, CA 95670
RedSky Emergency Vehicles 916.382.4497 O / 916.244.7088 F redskyemergency.com
Sales & Use Taxes: The price for the motor vehicle specified in this agreement does not include Sales Taxes and Use
Taxes (Federal, State, or Local) unless expressly stated.
Validity: First come, first served
Thank you for allowing us the opportunity to earn your business. We look forward to future discussions about your
ambulance needs. Please do not hesitate to contact me with any questions.
With best regards,
Kirsten Skyba
VP – Operations & Customer Service; Co-Owner
Page 11 of 270
Page 1 of 2
Agenda Item No: 3.a.
MEETING DATE/TIME: 5/5/2021
ITEM NO: 2020-391
AGENDA SUMMARY REPORT
SUBJECT: Proclamation Recognizing May 15th as National Peace Officers Memorial Day.
DEPARTMENT: Police PREPARED BY: Justin Wyatt, Police Chief
PRESENTER: Ukiah City Council
ATTACHMENTS:
1. Proclamation
Summary: The City Council will consider issuing a proclamation recognizing May 15th as National Peace
Officers Memorial Day.
Background: In 1962, President John F. Kennedy signed a bill into law designating May 15th of each year as
National Peace Officers Memorial Day, and the week in which it falls as National Police Week. Each year
during National Police Week, communities across the United States have gathered to hold memorial services
in tribute to the more than 22,000 law enforcement officers who have made the supreme sacrifice for their
communities.
There are currently 22,611 names engraved on the walls of the National Law Enforcement Officers Memorial
in Washington D.C., including the names of local law enforcement officers killed in the line of duty. There were
113 law enforcement officers killed in the United States in 2020, and in 2021 thus far, 49 officers have lost
their lives while serving their communities.
Discussion: Currently more than 800,000 law enforcement officers proudly serve their communities across
the nation, including the dedicated officers of the Ukiah Police Department and in Mendocino County.
To honor fallen officers since 1982, the Annual National Peace Officers Memorial Service is held May 15th at
the U.S. Capitol, in Washington D.C. This day is designated as National Peace Officers Memorial Day in
recognition of the fallen officers and their families. This year the ceremonies during National Police Week to
honor those fallen officers whose names that have been recently added to the Memorial will be held virtually,
as will the 33rd annual Candlelight Vigil on May 13th. In-person events are planned for October 13-17, 2021 in
Washington, DC to offer the same respect, honor, remembrance, and community support as National Police
Week, while allowing law enforcement, survivors, and citizens to gather and pay tribute to those who gave
their lives in the line of duty.
As May 15th is designated as National Peace Officers Memorial Day in recognition of the fallen officers and
their families, U.S. flags should be flown at half-staff. The proclamation recognizing May 15th as National
Peace Officers Memorial Day, is attached.
Recommended Action: Present Proclamation.
BUDGET AMENDMENT REQUIRED: N/A
CURRENT BUDGET AMOUNT: N/A
PROPOSED BUDGET AMOUNT: N/A
FINANCING SOURCE: N/A
Page 12 of 270
Page 2 of 2
PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A
COORDINATED WITH: N/A
Page 13 of 270
ROCLAMATION
CITY OF UKIAH
RECOGNIZING MAY 15, 2021, AS NATIONAL
PEACE OFFICERS MEMORIAL DAY
WHEREAS, in 1962 President John F. Kennedy signed a bill into law designating May 15th of
each year as National Peace Officers Memorial Day, and the week in which it falls as National
Police Week; and
WHEREAS, each year during National Police Week, communities across the United States
hold memorial services in tribute to the more than 22,000 law enforcement officers who have
made the supreme sacrifice for their communities; and
WHEREAS, there are currently more than 800,000 law enforcement officers proudly serving
their communities across the nation, including the dedicated officers of the Ukiah Police
Department and in Mendocino County; and
WHEREAS, there are currently 22,611 names engraved on the walls of the National Law
Enforcement Officers Memorial in Washington DC, including the names of local law
enforcement officers killed in the line of duty; and
WHEREAS, there were 113 law enforcement officers killed in the United States in 2020, and in
2021 thus far 49 officers have lost their lives while serving their communities; and
WHEREAS, this year the ceremonies during National Police Week to honor those fallen
officers whose names that have been recently added to the Memorial will be held virtually, as
will the 33rd annual Candlelight Vigil on May 13th; and
WHEREAS, in-person events are planned for October 13-17, 2021 in Washington, DC to offer
the same respect, honor, remembrance, and community support as National Police Week, while
allowing law enforcement, survivors, and citizens to gather and pay tribute to those who gave
their lives in the line of duty; and
WHEREAS, May 15th is designated as National Peace Officers Memorial Day in recognition of
the fallen officers and their families, and U.S. flags should be flown at half-staff.
THEREFORE BE IT RESOLVED that the City Council of the City of Ukiah hereby
proclaims May 15, 2021, part of National Police Week, as
National Peace Officers Memorial Day
And publicly salutes the service of law enforcement officers in our community and across the
nation.
Signed and sealed, this 5th day of May
in the year Two Thousand and Twenty One.
____________________________
Juan Orozco
City Council, Mayor
ATTACHMENT 1
Page 14 of 270
AGENDA ITEM 5a
Page 1 of 1
CITY OF UKIAH
CITY COUNCIL MINUTES
Special Meeting
Virtual Meeting Link: https://attendee.gotowebinar.com/rt/3862698010362077965
Ukiah, CA 95482
April 21, 2021
4:00 p.m.
1. ROLL CALL AND PLEDGE OF ALLEGIANCE
Ukiah City Council met at a Special Meeting on April 21, 2021, having been legally noticed on April
16, 2021. The meeting was held virtually at the following link:
https://attendee.gotowebinar.com/rt/3862698010362077965. Mayor Orozco called the meeting
to order at 4:03 p.m. Roll was taken with the following Councilmembers Present: Douglas F. Crane,
Mari Rodin, Josefina Duenas (arriving at 4:30 p.m.), Jim O. Brown, and Juan V. Orozco. Staff
Present: Sage Sangiacomo, City Manager; and Kristine Lawler, City Clerk.
MAYOR OROZCO PRESIDING.
The Pledge of Allegiance was led by Councilmember Crane.
2. AUDIENCE COMMENTS ON NON-AGENDA ITEMS
No public comment was received.
3. UNFINISHED BUSINESS
a. Mid-year Budget Report and Mid-Year Departmental Budget and Objectives Progress
Review or Fiscal Year 2020-21 and Review of Draft Objectives for Fiscal Year 2021-22.
Presenter: Dan Buffalo, Finance Director.
DEPARTMENT REPORTS:
Public Works – Tim Eriksen, Public Works Director/City Engineer
Fleet and Plant Maintenance (aka Garage) (4:07 p.m.)
Engineering (4:09 p.m.)
Corp Yard (4:23 p.m.)
Landfill (4:30 p.m.)
Streets (4:38 p.m.)
Police – Justin Wyatt, Police Chief (4:49 p.m.)
Councilmember Duenas logged out between 5:01 – 5:11 p.m. due to technical difficulties.
RECESS: 5:12 – 5:17 P.M. due to technical difficulties.
4. NEW BUSINESS
5. ADJOURNMENT
There being no further business, the meeting adjourned at 5:25 p.m.
________________________________
Kristine Lawler, City Clerk
Page 15 of 270
AGENDA ITEM 5b
Page 1 of 3
CITY OF UKIAH
CITY COUNCIL MINUTES
Regular Meeting
Virtual Meeting Link: https://attendee.gotowebinar.com/rt/3862698010362077965
Ukiah, CA 95482
April 21, 2021
6:00 p.m.
1. ROLL CALL AND PLEDGE OF ALLEGIANCE
Ukiah City Council met at a Regular Meeting on April 21, 2021, having been legally noticed on April
16, 2021. 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, Jim O. Brown, and
Juan V. Orozco. Staff Present: Sage Sangiacomo, City Manager; David Rapport, City Attorney;
and Kristine Lawler, City Clerk.
MAYOR OROZCO PRESIDING.
The Pledge of Allegiance was led by Vice Mayor Brown.
3. PROCLAMATIONS/INTRODUCTIONS/PRESENTATIONS
a. Proclamation Recognizing April 19-25, 2021, as Teacher Appreciation Week.
Presenter: Mayor Orozco.
Proclamation was received by Emily Selim, River Oak Charter School Superintendent/Principal and
Nicole Glentzer, Ukiah Unified School District.
4. PETITIONS AND COMMUNICATIONS
No petitions or communications were received.
5. APPROVAL OF MINUTES
a. Approval of the Minutes for the April 6, 2021, Special Meeting.
b. Approval of the Minutes for the April 7, 2021, Special Meeting.
c. Approval of the Minutes for the April 7, 2021, Regular Meeting.
Motion/Second: Rodin/Brown to approve Minutes of April 6, 2021, a special meeting; and the
Minutes of April 7, 2021, special and regular meetings, as submitted. Motion carried by the following
roll call votes: AYES: Crane, Rodin, Duenas, and Orozco. NOES: None. ABSENT: None. ABSTAIN:
Brown.
6. RIGHT TO APPEAL DECISION
7. CONSENT CALENDAR
a. Report of Disbursements for the Month of March 2021 - Finance.
b. Adopt a Resolution (2021-18) Authorizing Participation in the California Intergovernmental Risk
Authority (CIRA), with Regard to the Workers' Compensation Program, Effective 7/01/2021 – Human
Resources/Risk Management.
c. Consider Approval of Budget Amendment in the Amount of $75,000 for the Yokayo Court Electrical
Infrastructure Improvement Project – Electric Utility.
Page 16 of 270
City Council Minutes for April 21, 2021, Meeting Continued:
Page 2 of 3
d. Notification of Purchase Order #47128 issued to JM Integration, to furnish and install one PowerEdge
T640 Tower Server for the Wastewater Treatment Plant in the Amount of $16,095.31 – Water
Resources.
e. Council will Consider Approval of Budget Amendment in the Amount of $250,000, for the State Street
Electric Utility Underground Project – Electric Utility.
f. Notification of Purchase Order #47143 issued to Bartley Pump PM, LLC to Provide Emergency
Trouble Shooting and Repair at Well #4 for the Water Resources Department in the Amount of
$19,693, and Authorize Additional Repairs as Needed – Water Resources.
g. Requesting Approval of an Amended and Restated Agreement (COU No. 2021-193) with the County
of Mendocino, for Sharing Financing Costs of the Animal Shelter Construction and for Sharing Cost
of Animal Shelter Services, and Approval of a Settlement Agreement (COU No. 2021-195), in the
Total Amount of $150,930.50 - Administration.
Motion/Second: Brown/Crane to approve Consent Calendar Items 7a-7g, as submitted. Motion
carried by the following roll call votes: AYES: Crane (abstaining from agenda item 7c only), Rodin,
Duenas, Brown, and Orozco. NOES: None. ABSENT: None. ABSTAIN: Councilmember Crane for
Agenda Item 7c only.
8. AUDIENCE COMMENTS ON NON-AGENDA ITEMS
No public comments were given.
9. COUNCIL REPORTS
Presenter: Mayor Orozco.
10. CITY MANAGER/CITY CLERK REPORTS
Presenters: Sage Sangiacomo, City Manager; and:
Update of Drought and Water Conditions – Sean White, Water Resources Director.
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: Traci Boyl, City Manager Office Management Analyst.
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: Brown/Crane 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, Duenas, Brown, and Orozco. NOES: None. ABSENT: None.
ABSTAIN: None.
Page 17 of 270
City Council Minutes for April 21, 2021, Meeting Continued:
Page 3 of 3
13. NEW BUSINESS
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.
COUNCIL ADJOURNED TO CLOSED SESSION AT 6:32 P.M.
14. CLOSED SESSION
a. 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: 3)"
b. Conference with Legal Counsel—Anticipated Litigation
(Government Code Section 54956.9(d)(4))
Deciding whether to initiate litigation pursuant to paragraph (4) of subdivision (d) of Government
Code Section 54956.9 (Potential Cases: 1)"
c. 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
d. 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
e. Conference with Labor Negotiator (54957.6)
Agency Representative: Sage Sangiacomo, City Manager
Employee Organizations: All Bargaining Units
f. 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
Direction was given to staff.
15. ADJOURNMENT
There being no further business, the meeting adjourned at 7:12 p.m.
________________________________
Kristine Lawler, City Clerk
Page 18 of 270
Page 1 of 2
Agenda Item No: 7.a.
MEETING DATE/TIME: 5/5/2021
ITEM NO: 2021-816
AGENDA SUMMARY REPORT
SUBJECT: Approval of Plans and Specifications for the 2021 Slurry Seal of Local Streets, and Authorize Staff
to Issue Bids for Specifications No. 21-03.
DEPARTMENT: Public Works PREPARED BY: Daniel Flores, Engineer Technician
PRESENTER: Consent Calendar
ATTACHMENTS:
1. Plans - 21-03 2021 Slurry Seal of Local Streets
2. Spec No 21-03 Slurry Seal of Local Streets
Summary: Staff is requesting Council's approval of Plans and Specification No. 21-03 for the 2021 Slurry Seal
of Local Streets
Background: Per section 22039 of the Public Contracts Code, Staff is requesting Council's approval of Plans
and Specification number 21-03 for the Slurry Seal of Local Streets. The engineer's estimate, for construction
contract items only, for this project is $306,623.25. Please refer to Attachment 1, Plans 21-03 - 2021 Slurry
Seal of Local Streets, and Attachment 2, Specification 21-03 - 2021 Slurry Seal of Local Streets.
Discussion: The proposed project will rehabilitate pavement with slurry of various local Ukiah streets, as
listed in the plans and specifications.
Slurry seal is the application of a mixture of water, asphalt emulsion, aggregate (very small crushed rock), and
additives to an existing asphalt pavement surface. Slurry seal is applied in order to help preserve and protect
the underlying pavement structure and provide a new driving surface. It is typically applied to streets in
relatively good condition in order to preserve them and prevent more costly reconstruction efforts, and is the
most cost-effective way to extend a street's lifespan.
Other Measure Y-funded projects that are scheduled for this year include the installation of a traffic signal at
Gobbi and Waugh Streets and the rehabilitation of South State Street and South Dora Street.
Recommended Action: Approve Plans and Specifications for the 2021 Slurry Seal of Local Streets, and
authorize staff to issue bids for Specification No. 21-03.
BUDGET AMENDMENT REQUIRED: No
CURRENT BUDGET AMOUNT: $0
PROPOSED BUDGET AMOUNT: N/A
FINANCING SOURCE: N/A
PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A
COORDINATED WITH: Sage Sangiacomo, City Manager; Tim Eriksen, Director of Public Works / City
Engineer
Page 19 of 270
Page 2 of 2
Page 20 of 270
SLURRY SEAL OF LOCAL STREETSSPECIFICATION NUMBER 21-03
UKIAH, CALIFORNIAVARIOUS LOCATIONS WITHIN
APRIL 2021UKIAH VICINITY MAPNO SCALE
GENERAL NOTES:
ALL MATERIALS, WORKMANSHIP AND CONSTRUCTION SHALL CONFORM TOTHE 2010 EDITION OF THE CALTRANS STANDARD PLANS AND SPECIFICATIONS,THESE IMPROVEMENT PLANS AND THE PROJECT SPECIAL PROVISIONS.
CONTRACTOR WILL BE REQUIRED TO ASSUME SOLE AND COMPLETERESPONSIBILITY FOR JOB SITE CONDITIONS DURING THE COURSE OF THEPROJECT, INCLUDING SAFETY OF ALL PROPERTY; THIS REQUIREMENT SHALL BEMADE TO APPLY CONTINUOUSLY AND NOT BE LIMITED TO NORMAL WORKINGHOURS.
CONTRACTOR SHALL CONFINE HOURS OF CONSTRUCTION OPERATION TO 7 A.M.TO 6 P.M. MONDAY THROUGH FRIDAY, UNLESS OTHERWISE APPROVED BY THEENGINEER. CONTRACTOR SHALL REFERENCE EXISTING STRIPING AND MARKINGSPRIOR TO BEGINNING WORK AND SHALL RESTRIPE TO MATCHPRE-CONSTRUCTION STRIPING. SEE TABLE 1 FOR QUANTITIES.
QUANTITIES NOTED FOR SLURRY SEAL ARE BASED ON FIELD MEASUREMENTSAND ARE SHOWN IN TABLE 1.
SLURRY SELECTION
INCLINE
EMPIRE
HOMEWOOD CAPPS
BUSH LOCKWOOD
IRVINGTON
GARRETT
ELM
OAKPINE
WALNUT
BUSH
RAIL TRAIL
STELLA
RAIL TRAIL
SOUTH ST.
S. OAK ST.
OAK PARK AVE
BARBARAMAE
CAROLYN
MULBERY ST.
BEACONBERKLEY
RANEE
MCPEAK
MENDOCINO DR.
HILLVIEW
GARDENS
SCALE:CITY APPROVAL BY:DRAWN BY:NOT TO SCALE D.F.DATE:CHECKED BY:APRIL 2021
SPECIFICATION NUMBER:TIM ERIKSEN21-03 DIRECTOR OF PUBLIC WORKS/CITY ENGINEER DRAWING NUMBER:DRAWING FILE:S:\Public Works\PROJECTS\Public Works\2021\Spec No 21-03 Slurry Seal Local Streets
SLURRY SEAL OF LOCAL STREETSCOVER SHEET
J.T.
1 OF 3
CITY OF UKIAH
ATTACHMENT 1
Page 21 of 270
SLURRY SEAL OF L OCAL STREETSSPECIFICATION NUMBER 21-03
UKIAH, CALIFORNIAVARIOUS LOCATIONS WITHIN
APRIL 2021
TABLE 1: QUANTITIES
CONTRACTOR IS RESPONSIBLE FOR REPLACING EXISTING ADA HATCHED ACCESS AISLES NEAR ADA PARKING SPACES.
SPECIFICATION NUMBER:21-03 DRAW ING NU MBER:2 O F 3
C I T Y O F U K I A H
S LURRY SEAL O F LO CAL S TREETSTABLES
S:\Publ i c Works\P ROJECTS\Publ i c Works\2021\Spe c N o 21-03 Sl urry Se al Local Stre e ts
BIKE L ANE (EA)STOP M ARKING (EA.)SCHOOL XING
ADA PARKING STALL
PARKING ST AL L
WHITE WHITE YELLOW --
B arbara St.N. S ID E MA E S . S ID E W. MILL S T.533 38 2250 2 3 -1 ---X 2Beacon Way N. S ID E B E A C ON LN.E ND 360 28 1120 1 2 ------B erkley w ay N. S ID E B E A C ON LN.E ND 369 35 1435 1 2 ------B ush S t. N. S ID E LOW GA P S SID E E MP IRE 2783 47 14533 5 26 6 5 ----
B ush S t. N. S ID E N. C LA Y S . S ID E W. STE P HE NS ON S T.202 44 988 0 1 -2 ----
B ush S t. N. S ID E W. STE PHE NS ON S T.S . S ID E W. C HURC H S T 211 43 1008 0 0 -2 ----B ush S t. N. S ID E W. C HURC H S . S ID E W P E RK INS 201 43 960 0 1 -2 ----B ush S t. N. S ID E W. PE RK INS S . S ID E WA LNUT 201 43 960 3 12 -8 ----B ush S t. N. S ID E WA LNUT S . S ID E GROVE 329 45 1645 0 3 -2 ----B ush S t. S . S ID E LOW GA P N. S ID E GROVE 2106 46 10764 13 20 6 3 2 ---C arolyn S t.N. S ID E MA E S . S ID E W. MILL S T.482 38 2035 0 4 -1 ---X 2Capps L n W. S ID E HOME WOOD D R.W. S ID E N. BUS H S T.545 35 2119 3 9 -1 ----Elm S t.N. S ID E GA RRE TT S . S ID E E MP IRE 958 35 3726 3 7 -2 ----Elm S t.S . S ID E GA RRE TT N. S ID E MA GNOLIA 1,322 36 5288 6 13 -1 ----Empire D r.E . S ID E D E SP INA W. S ID E STA TE 2,960 36 11840 11 26 -5 ----Gardens Ave.N. S ID E ME ND OC INO D R.S SID E ME ND OC INO D R.944 37 3881 3 4 --2 ---Garrett D r.E . S ID E E LM W. S ID E STA TE 333 34 1258 0 1 -1 ----H illview Ave.W. S ID E GA RD E NS A V E.E SID E ME ND OC INO D R.820 37 3371 2 3 ------H illview Ave.E . S ID E ME ND OC INO D R.E ND 120 37 493 -1 ------H omew ood D r.S . S ID E E MP IRE W. S ID E C A P PS LN 521 44 2547 1 7 -2 ----Incline N. S ID E EMP IRE E ND 144 56 896 1 2 -1 ----Irving to n D r.S . S ID E E MP IRE W. S ID E ELM 1,092 40 4853 3 4 -1 ---X 2Lockwood D r.S . S ID E E MP IRE N. S ID E GA RRE TT 942 36 3768 2 3 -1 ----Lockw o od D r.S . S ID E GA RRE TT N. S ID E A RLINGTON D R 740 35 2878 2 8 -2 ----Mae S t.W. S ID E MA E E . S ID E MA E 270 46 1380 2 2 -----X 2Mendocino D r.W. S ID E S. SP RING S T.E ND OF MA RK ON STREE T 2,040 36 8160 5 10 ------McPeak S T.N. ME ND OC INO D R.S SID E W. MILL S T.248 28 772 ---1 ----Mulbery St.S . OB S E RV ATORY B E GINNING C RE EK S ID E S T.862 36 3448 7 16 ------N . P ine S T. N. S ID E LOW GA P S . S ID E A RLINGTON 1,099 36 4396 3 11 -2 -1 --Oak Park N SID E JONE S S T S . S ID E C LA Y S T.740 34 2796 1 9 -1 ----
Oak St.N. S ID E MILL ST.S . S ID E C LA Y S T.850 40 3778 2 9 -2 --20 -Oak St.S . S ID E MA GNOLIA N. S ID E LOW GA P 770 32 2738 2 4 -1 ----R ail T rail (TYP E I S LU R R Y)S . S ID E C LA RA N. S ID E GOB BI 4,032 11 4928 ------R anee Ln N. S ID E B E A C ON LN.E ND 348 28 1083 1 2 ------So uth S t.N. S ID E OB SE RV A TORY S . S ID E LUC E 230 40 1022 ---2 ----So uth S t.N. S ID E LUC E P ROP E RTY LIMITS 115 40 511 ---1 ----Stella D r.W S ID E S . ORC HA RD E SID E WA RREN D R.870 36 3480 2 4 -1 ----Walnut E . S ID E D ORA W. S ID E N PINE 514 36 2,056 1 3 -1 ----32,206 1,427 125,165 88 232 12 55 4 1 20 451
-
2
-
-
11
31
-
1
-
21
-
2
-
1122
432-2
06112
51013
T OTAL
P AV EMENT MARKERS
V AL V E / M ON. / SCO (EA)
P AV EMENT MARKI NGS
REFL ECTIV E M ARKERS (EA)
ST REET SECT IO NS
FIEL D LENGTH (FT )V ARIABLE WIDTH (FT )
SLURRY SEAL AREA (SY)
BL UE
000
DOUBLE SLURRYMH (EA)
QUANTI TI ES
STREET NAM E FROM TO
Page 22 of 270
SLURRY SEAL OF L OCAL STREETSSPECIFICATION NUMBER 21-03
UKIAH, CALIFORNIAVARIOUS LOCATIONS WITHIN
APRIL 2021
TABLE 2: QUANTITIES
CONTRACTOR IS RESPONSIBLE FOR REPLACING EXISTING ADA HATCHED ACCESS AISLES NEAR ADA PARKING SPACES.
SOLID 4" (LF)SOL ID 8" (L F)
SOLID DOUBLE 4" (LF)
BROKEN 4" (L F)
BIKE L ANE 4" (L F)
CROSSWALK (L F)CROSSWALK (LF)DIRECT IONAL ARROW STOP BAR (L F)
LADDER XWALK (SF)YEL LOW WHIT E YELL OW YELL OW WHIT E WHITE YELLOW WHIT E WHITE YEL L OWBarbara S t.N. S ID E MA E S . S ID E W. MILL S T.533 38 2250 --------19 -B eaco n Way N. S ID E B E A C ON LN.E ND 360 28 1120 ----------B erkley N. S ID E B E A C ON LN.E ND 369 35 1435 ----------B ush S t. N. S ID E LOW GAP S S ID E E MP IRE 2783 47 14533 176 106 329 2117 9448 -292 3 27 -B ush S t. N. S ID E N. C LA Y S . S ID E W. S TEP HE NS ON S T.202 44 988 -----44 88 ---B ush S t. N. S ID E W. S TE P HE NS ON S T.S . S ID E W. C HURC H S T 211 43 1008 -----86 ----
B ush S t. N. S ID E W. C HURC H S . S ID E W P E RK INS 201 43 960 -----86 ----B ush S t. N. S ID E W. P E RK INS S . S ID E WA LNUT 201 43 960 -----258 --86 -B ush S t. N. S ID E WA LNUT S . S ID E GROV E 329 45 1645 109 --180 --90 -21 -B ush S t. S . S ID E LOW GAP N. S ID E GROV E 2106 46 10764 50 80 220 1660 7522 -244 1 -688Carolyn S t.N. S ID E MA E S . S ID E W. MILL S T.482 38 2035 --------19 -
C apps L n W. S ID E HOME WOOD D R.W. S ID E N. B US H S T.545 35 2119 -----114 ----
Elm S t.N. S ID E GA RRE TT S . S ID E E MPIRE 958 35 3726 --------35 -Elm S t.S . S ID E GA RRE TT N. S ID E MA GNOLIA 1,322 36 5288 50 543 ----26Empire D r.E . S ID E D E S P INA W. S ID E S TATE 2,960 36 11840 609 -500 1323 -72 -2 70 -Gardens Ave.N S ID E ME ND OC INO D R.S S ID E MEND OC INO D R.944 37 3881 --------18.5 370Garrett D r.E . S ID E E LM W. S ID E S TATE 333 34 1258 ------68 ---H illview Ave.W. S ID E GARD ENS A V E .E S ID E MEND OC INO D R.820 37 3371 ----------H illview Ave.E . S ID E ME ND OC INO D R.E ND 120 37 493 ----------H omew o od D r.S . S ID E E MP IRE W. S ID E C A P P S LN 521 44 2547 482 ---------Incline N. S ID E E MP IRE E ND 144 56 896 --------24 -Irvington D r.S . S ID E E MP IRE W. S ID E E LM 1,092 40 4853 --------20 -Lockw ood D r.S . S ID E E MP IRE N. S ID E GA RRE TT 942 36 3768 --------25 -Lockw ood D r.S . S ID E GA RRE TT N. S ID E A RLINGTON D R 740 35 2878 --------35 -Mae W. S ID E MA E E . S ID E MA E 270 46 1380 ---------Men docino D r.W. S ID E S . S P RING ST.E ND OF MA RK ON S TRE E T 2,040 36 8160McPeak S t.N. S ID E ME ND OC INO D R.S S ID E W. MILL S T.248 28 772 --------14 -Mulbery S t.S . OB SE RV A TORY B E GINNING C RE E K S ID E ST.862 36 3448 ----------N . P IN E S T .N. S ID E LOW GAP S . S ID E A RLINGTON D R.1,099 36 4396 200 --445 ---40 -Oak Park N S ID E JONE S S T S . S ID E C LA Y S T.740 34 2796 -----80 ----Oak St.N. S ID E MILL S T.S . S ID E C LA Y S T.850 40 3778 110 --540 -240 --20 -Oak St.S . S ID E MA GNOLIA N. S ID E LOW GA P 770 32 2738 --------16 -
R ail Trail (TYP E I SLU R R Y)S . S ID E C LA RA N. S ID E GOBB I 4,032 11 4928 ----------
R anee Ln N. S ID E B E A C ON LN.E ND 348 28 1083 ----------So uth S t.N. S ID E OB S E RV ATORY S . S ID E LUC E 230 40 1022 --------40 -
So uth S t.N. S ID E LUC E P ROP E RTY LIMITS 115 40 511 --------20 -Stella D r.W S ID E S . ORC HARD E S ID E WA RRE N D R.870 36 3480 --------18 -Waln ut E . S ID E D ORA W. S ID E N P INE 514 36 2,056 90 --324 -68 --19 -32,206 1,427 125,165 1,876 186 1,049 7,132 16,970 1,048 782 6 613 1,058
THERMOP LASTI C PAV EMENT MARKI NGS
TOTAL
ST REET SECT IO NS FIEL D LENGT H (FT)
V ARIABL E WIDT H (FT)
SL URRY SEAL AREA (SY)
TRAFFI C STRI P I NG
ST REET NAM E FROM T O
SPECIFICATION NUMBER:21-03 DRAW ING NU MBER:3 O F 3
C I T Y O F U K I A H
S LURRY SEAL O F LO CAL S TREETSTABLES
S:\Publ i c Works\P ROJECTS\Publ i c Works\2021\Spe c N o 21-03 Sl urry Se al Local Stre e ts
Page 23 of 270
CITY OF UKIAH
MENDOCINO COUNTY, CALIFORNIA
SPECIAL PROVISIONS
FOR
SLURRY SEAL OF LOCAL STREETS
SPECIFICATION NO. 21-03
CITY OF UKIAH
DEPARTMENT OF PUBLIC WORKS
300 Seminary Avenue
Ukiah, California 95482-5400
Bids Open: XXXX
2:00 p.m.
Office of City Clerk
Page 24 of 270
SLURRY SEAL OF LOCAL STREETS Spec NO. 21-xx
ii
CITY OF UKIAH
MENDOCINO COUNTY, CALIFORNIA
CITY COUNCIL:
JUAN OROZCO – MAYOR
JIM BROWN – VICE MAYOR
DOUG CRANE – COUNCIL MEMBER
MARI RODIN– COUNCIL MEMBER
JOSEFINA DUENAS – COUNCIL MEMBER
SAGE SANGIACOMO – CITY MANAGER
TIM ERIKSEN - DIRECTOR OF PUBLIC WORKS / CITY ENGINEER
MARY HORGER – PROCUREMENT MANAGER
KRISTINE LAWLER – CITY CLERK
R. ALLEN CARTER - CITY TREASURER
Approved by:
_______________________________
Tim Eriksen
Director of Public W orks / City Engineer
Page 25 of 270
SLURRY SEAL OF LOCAL STREETS Spec NO. 21-xx
iii
CIT Y OF UKIAH
DEPART MENT OF PUBLIC W ORKS
APRIL 2021
TABLE OF CONTENTS
PAGE
NOTICE TO BIDDERS
INSTRUCTIONS TO BIDDERS .................................................................................................................... 1
GENERAL CONDITIONS
SECTION 1. PROPOSAL REQUIREMENTS AND GENERAL CONDITIONS ............................................ 5
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
SECTION 2. AWARD AND EXECUTION OF CONTRACT ........................................................................ 7
2-01. Award of Contract
2-02. Return of Proposal Guaranties
2-03. Execution of Contract
SECTION 3. SCOPE AND INTENT OF CONTRACT ................................................................................. 7
3-01. Effect of Inspection and Payments
3-02. Effect of Extension of Time
3-03. Extra Work
3-04. Assignment of Contract
3-05. Subcontractors
3-06. Interpretation of Special Provisions and Drawings
3-07. Liability of City Officials
3-08. Dispute Resolution
SECTION 4. BONDS ................................................................................................................................... 8
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 ....................................................... 9
5-01. Minimum Scope of Insurance
5-02. Minimum Limits of Insurance
5-03. Deductibles and Self-Insured Retentions
5-04. Other Insurance Provisions
Page 26 of 270
SLURRY SEAL OF LOCAL STREETS Spec NO. 21-xx
iv
5-05. Acceptability of Insurers
5-06. Verification of Coverage
5-07. Subcontractors
SECTION 6. RESPONSIBILITIES AND RIGHTS OF CONTRACTOR..................................................... 10
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 ...................................................................... 16
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 ............................................................ 18
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 27 of 270
SLURRY SEAL OF LOCAL STREETS Spec NO. 21-xx
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 ........................................................................................................................... 20
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 ............................................................................................................. 23
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. Arrangement of Plans
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 ............................................................................................... 31
Page 28 of 270
SLURRY SEAL OF LOCAL STREETS Spec NO. 21-xx
vi
13-01. Location and Scope of Work
13-02. Existing Highway Facilities
13-03. Preservation of Property
13-04. Watering
13-05. Utility Boxes
13-06. Slurry Seal (TYPE I)
13-07. Slurry Seal (TYPE II)
13-08. General – Slurry Seal
13-09. Traffic Striping
13-10. Removal of Stripes and Markings
13-11. Thermoplastic Pavement Markings
13-12. Pavement Markings
13-13. Pavement Markers
13-14. Reflective Pavement Markers (Blue)
SECTION 14. EXCLUSIONS FROM GENERAL CONDITIONS ............................................................... 36
14-01. Provisions to be excluded from General Conditions
SECTION 15. AMENDMENTS TO GENERAL CONDITIONS .................................................................. 36
15-01. Provisions of General Conditions to be Amended
CERTIFICATES AND DOCUMENTS
BID SUBMITTAL CHECKLIST .................................................................................................................... 37
PROPOSAL ........................................................................................................................................... 38
BIDDING SCHEDULE ................................................................................................................................. 39
FAIR EMPLOYMENT PRACTICES CERTIFICATION ............................................................................... 41
WORKER'S COMPENSATION CERTIFICATE .......................................................................................... 42
CERTIFICATE OF NONDISCRIMINATION IN EMPLOYMENT ................................................................. 43
LIST OF PROPOSED SUBCONTRACTORS ............................................................................................. 44
STATEMENT OF EXPERIENCE OF BIDDER ............................................................................................ 45
SIGNATURE OF BIDDER ........................................................................................................................... 46
BIDDER'S BOND ........................................................................................................................................ 47
NON-COLLUSION AFFIDAVIT ................................................................................................................... 48
AGREEMENT ........................................................................................................................................... 49
INDEMNIFICATION AGREEMENT ............................................................................................................ 53
EXAMPLE BOND FORMS .......................................................................................................................... 54
DIRECTIONS FOR PREPARATION OF PERFORMANCE AND MATERIAL AND LABOR BOND .......... 59
Page 29 of 270
SLURRY SEAL OF LOCAL STREETS Spec NO. 21-xx
vii
DEFECTIVE MATERIAL AND W ORKMANSHIP (MAINTENANCE) BOND .............................................. 60
INSURANCE CERTIFICATES AND ENDORSEMENT FORMS
APPENDICES:
Page 30 of 270
CITY OF UKIAH, MENDOCINO COUNTY, CALIFORNIA
NOTICE TO BIDDERS FOR SLURRY SEAL OF LOCAL STREETS SPECIFICATION NO. 20-03
NOTICE IS HEREBY GIVEN that sealed standard proposals for SLURRY SEAL OF LOCAL STREETS will be
received at the Office of the City Clerk, Ukiah Civic Center, 300 Seminary Avenue, Ukiah California until 2:00
p.m. on XXXX at which time, or as soon thereafter as possible, they will be publicly opened and read. Bids shall
be addressed to the City Clerk and shall be endorsed SLURRY SEAL OF LOCAL STREETS” Bids are required
for the entire work described herein. No fax bids will be accepted.
ENGINEER'S ESTIMATE OF QUANTITIES
ITEM NO. DESCRIPTION QUANTITY UNIT
1 Traffic Control 1 LS
2 Slurry Seal 125,165 SY
3 Solid Yellow 4" Traffic Stripe 1,876 LF
4 Solid Double Yellow 4" Traffic Stripe 1,049 LF
5 Broken Yellow 4" Traffic Stripe 7,132 LF
6 Bike Lane 4" White Traffic Stripe 16,970 LF
7 Solid White 8” Stripe 186 LF
8 Thermoplastic White Crosswalk 1048 LF
9 Thermoplastic Yellow Crosswalk 782 LF
10 Thermoplastic Ladder Crosswalk 1058 SF
11 Thermoplastic Stop Bar 613 LF
12 Thermoplastic Pavement Markings 1 LS
13 Pavement Markings 1 LS
14 Pavement Markers 1 LS
Plans and Special Provisions may also be downloaded at no charge from the City’s website at
www.cityofukiah.com/purchasing. Contact Mary Horger, Procurement Manager, City of Ukiah, 300 Seminary
Avenue, Ukiah, California 95482-5400. No bid will be considered unless it is made on the forms furnished by
the City and is made in accordance with the details of the Special Provisions. Each bidder must be licensed as
required by law. Further information regarding the work or these specifications can be obtained by calling Mary
Horger at (707) 463-6233 or at fax phone (707) 313-3621.
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 31 of 270
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:
INSTRUCTIONS TO BIDDERS
SLURRY SEAL OF LOCAL STREETS 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 advertisement. Women will be afforded equal opportunity in all areas of
employment. However, the employment of women shall not diminish the standards or requirements for the
employment of minorities.
All proposals or bids shall be accompanied by a cashier's check or certified check payable to the order of the
City of Ukiah amounting to 10 percent of the bid, or by a bond in said amount and signed by the bidder and a
corporate surety, payable to said City. Said check shall be forfeited, or said bond shall become payable to said
City in case the bidder depositing the same does not, within fifteen (15) days after written notice that the contract
has been awarded to him: (a) enter into a contract with the City and (b) furnish certificates of insurance and
endorsements, a bond of faithful performance and a payment bond as described in the Special Provisions.
No bidder shall withdraw his or her bid for a period of thirty (30) calendar days after the date set by the City for
the opening thereof.
The Contractor and any subcontractors shall each possess a valid City of Ukiah Business License prior to the
start of any work.
The Contractor shall furnish a project schedule to the Engineer prior to the start of any work and start work as
scheduled.
The work is to be completed within fifteen (15) calendar 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.
Page 32 of 270
SLURRY SEAL OF LOCAL STREETS 10 Spec NO. 21-01
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 with the Plans and
Special Provisions. The failure of any bidder to receive or examine any form, instrument, addendum, or other
document, or to visit the site and acquaint himself with conditions there existing, shall in no way relieve the
bidder from any obligation with respect to his or her proposal or to the contract. The drawings for the work show
conditions as they are supposed or believed by the Engineer to exist; but, it is neither intended nor shall it be
inferred that the conditions as shown thereon constitute a representation by the Engineer, the City or its officers
that such conditions are actually existent, nor shall the City, the Engineer or any of their officers or
representatives be liable for any loss sustained by the Contractor as a result of a variance between the conditions
shown on the drawings and the conditions actually revealed during the progress of the work or otherwise.
The bidder's attention is directed to the possible existence of obstructions and public improvements within the
limits of the work or adjacent thereto, which may or may not be shown on the Drawings. Any bid shall take into
consideration that conditions may exist underground or otherwise that are not known to the City or easily
detected during a site inspection that could impact the time or cost of completing the project. The City expects
the bids to anticipate such conditions so that it can know for budgeting and other purposes the total cost to
complete the project before accepting a bid and undertaking the legal obligation to construct the project. In
awarding the contract the City relies on the contractor’s representation that its bid anticipates differing site
conditions and the additional time or cost that such conditions may necessitate.
The bidder shall investigate to his or her satisfaction the conditions to be encountered, the character, quality and
quantities of work to be performed and materials to be furnished and the requir ements 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:
Mary Horger, Procurement Manager
Fax: (707) 313-3621
Email: mhorger@cityofukiah.com
The City reserves the right to not respond to inquiries or questions submitted within 3 business days of the bid
opening.
Location of the Work
All of the work to be performed is within the City of Ukiah.
Page 33 of 270
SLURRY SEAL OF LOCAL STREETS 11 Spec NO. 21-01
STREET NAME FROM TO
Barbara St. N. SIDE MAE S. SIDE W. MILL ST.
Beacon Way N. SIDE BEACON LN. END
Berkley way N. SIDE BEACON LN. END
Bush St. N. SIDE LOW GAP S SIDE EMPIRE
Bush St. N. SIDE N. CLAY S. SIDE W. STEPHENSON ST.
Bush St. N. SIDE W. STEPHENSON ST. S. SIDE W. CHURCH ST
Bush St. N. SIDE W. CHURCH S. SIDE W PERKINS
Bush St. N. SIDE W. PERKINS S. SIDE WALNUT
Bush St. N. SIDE WALNUT S. SIDE GROVE
Bush St. S. SIDE LOW GAP N. SIDE GROVE
Carolyn St. N. SIDE MAE S. SIDE W. MILL ST.
Capps Ln W. SIDE HOMEWOOD DR. W. SIDE N. BUSH ST.
Elm St. N. SIDE GARRETT S. SIDE EMPIRE
Elm St. S. SIDE GARRETT N. SIDE MAGNOLIA
Empire Dr. E. SIDE DESPINA W. SIDE STATE
Gardens Ave. N. SIDE MENDOCINO DR. S SIDE MENDOCINO DR.
Garrett Dr. E. SIDE ELM W. SIDE STATE
Hillview Ave. W. SIDE GARDENS AVE. E SIDE MENDOCINO DR.
Hillview Ave. E. SIDE MENDOCINO DR. END
Homewood Dr. S. SIDE EMPIRE W. SIDE CAPPS LN
Incline N. SIDE EMPIRE END
Irvington Dr. S. SIDE EMPIRE W. SIDE ELM
Lockwood Dr. S. SIDE EMPIRE N. SIDE GARRETT
Lockwood Dr. S. SIDE GARRETT N. SIDE ARLINGTON DR
Mae St. W. SIDE MAE E. SIDE MAE
Mendocino Dr. W. SIDE S. SPRING ST. END OF MARK ON STREET
McPeak ST. N. MENDOCINO DR. S SIDE W. MILL ST.
Mulbery St. S. OBSERVATORY BEGINNING CREEKSIDE ST.
N. PINE ST. N. SIDE LOW GAP S. SIDE ARLINGTON
Oak Park N SIDE JONES ST S. SIDE CLAY ST.
Oak St. N. SIDE MILL ST. S. SIDE CLAY ST.
Oak St. S. SIDE MAGNOLIA N. SIDE LOW GAP
Rail Trail (TYPE I
SLURRY) S. SIDE CLARA N. SIDE GOBBI
Ranee Ln N. SIDE BEACON LN. END
South St. N. SIDE OBSERVATORY S. SIDE LUCE
Page 34 of 270
SLURRY SEAL OF LOCAL STREETS 12 Spec NO. 21-01
South St. N. SIDE LUCE PROPERTY LIMITS
Stella Dr. W SIDE S. ORCHARD E SIDE WARREN DR.
Walnut E. SIDE DORA W. SIDE N PINE
Page 35 of 270
SLURRY SEAL OF LOCAL STREETS 13 Spec NO. 21-01
GENERAL CONDITIONS
SECTION 1. PROPOSAL REQUIREMENTS AND GENERAL CONDITIONS
1-01. Definitions. Whenever any word or expression defined in this section, or pronoun used in its stead, occurs
in these contract documents, it shall have and is mutually understood to have the meaning given:
a. "City of Ukiah" or "City" shall mean the City of Ukiah, Mendocino County, California, acting
through its City Council or any other board, body, official or officials to which or to whom the
power belonging to the Council shall by virtue of any act or acts, hereafter pass or be held to
appertain.
b. "Engineer" shall mean the Engineer duly and officially appointed by the City to supervise and
direct the work of construction under this contract, acting personally or through agents or
assistants duly authorized by him, such agents or assistants acting within the scope of the
particular duties entrusted to them.
c. "Inspector" shall mean the engineering or technical inspector or inspectors duly authorized or
appointed by the Engineer, limited to the particular duties entrusted to him or her or them.
d. "Contractor" shall mean the party entering into contract with the City of Ukiah for the
performance of work covered by this contract and his or her authorized agents or legal
representatives.
e. "Date of signing of contract" or words equivalent thereto, shall mean the date upon which this
contract, with the signature of the Contractor affixed, together with the prescribed bonds, shall
be or shall have been delivered to the City or its duly authorized representatives.
f. "Day" or "days", unless herein otherwise expressly defined, shall mean a calendar day or days
of twenty-four hours each.
g. "The work" shall mean and include all the work specified, indicated, shown or contemplated in
the contract to construct the improvement, including all alterations, amendments or extensions
thereto made by contract change order or other written orders of the Engineer.
h. "Contract drawings", "drawings", "plans" shall mean and include 1) all drawings or plans which
may have been prepared by or on behalf of the City, as a basis for proposals, when duly signed
and made a part of this contract by incorporation or reference, 2) all drawings submitted in
pursuance of the terms of this contract by the successful bidder with his or her proposal and by
the Contractor to the City if and when approved by the Engineer and 3) all drawings submitted
by the Engineer to the Contractor during the progress of the work as provided for herein.
i. Where "as shown", "as indicated", "as detailed" or words of similar import are used, it shall be
understood that reference to the drawings accompanying these Special Provisions is made
unless stated otherwise.
Where "as directed", "as permitted", "approved" or words of similar import are used, it shall be
understood that the direction, requirements, permission, approval or acceptance of the Engineer
is intended unless stated otherwise.
As used herein, "provide" or "install" shall be understood to mean "provide or install complete
in place", that is, "furnish and install". "Shall" is mandatory; "may" is permissive.
1-02. Examination of Plans, Special Provisions and Site of Work. The bidder shall examine carefully the
Proposal, Plans, Special Provisions, Contract forms and the site of the work contemplated therefor. It will be
assumed that the bidder has investigated to his or her satisfaction the conditions to be encountered and the
character, quality and requirements of all Plans, Special Provisions, Standard Specifications, and Standard
Plans involved.
Page 36 of 270
SLURRY SEAL OF LOCAL STREETS 14 Spec NO. 21-01
1-03. Proposal. Bids shall be made on the blank forms prepared by the City. All bids shall give the prices bid,
both in writing and in figures and shall be signed by the bidder or his or her authorized representative, with his
or her address. If the bid is made by an individual or partner, his or her name and the post office address of his
or her business or partnership, along with his or her signature or the signature of one or more partners must be
shown; if made by a corporation, the bid shall show the name of the state under the laws of which the corporation
is chartered, the name of the corporation and the title of the person who signs on behalf of the corporation.
Each proposal shall be enclosed in a sealed envelope, endorsed as specified in the notice to bidders. Bidders
are warned against making erasures or alterations of any kind and proposals which contain omissions, erasures,
conditions, alterations, additions not called for, additional proposals or irregularities of any kind may be rejected.
1-04. Withdrawal of Bids. Any bid may be withdrawn at any time prior to the hour fixed in the notice to bidders
for the openings of bids, provided that a request in writing, executed by the bidder or his or her duly authorized
representative, for the withdrawal of such bid is filed with the City. The withdrawal of a bid will not prejudice the
right of a bidder to file a new bid.
1-05. Public Opening of Bids. Bids will be opened and read publicly at the time and place indicated in the
notice to bidders. Bidders or their agents are invited to be present.
1-06. Bid Guaranty. Each bid must be accompanied by a certified check, cashier's check or bidder's bond
executed by an admitted surety insurer, payable to the order of the City of Ukiah in an amount not less than 10
percent of the bid as a guarantee that the bidder will enter into a contract, if awarded the work.
1-07. Qualification of Bidders. No contractor or subcontractor may be listed on a bid proposal for a public
works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations
pursuant to Labor Code section 1725.5 [with 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 (awarded on or after April 1, 2015) unless registered with the Department of Industrial
Relations pursuant to Labor Code section 1725.5. The prime contractor shall be responsible for posting job site
notices as prescribed by regulation. This project is subject to compliance monitoring and enforcement by the
Department of Industrial Relations.
Each bidder shall be licensed under the provisions of Chapter 9, Division 3 of the Business and Professions
Code and shall be skilled and regularly engaged in the general class or type of work called for under this contract.
A statement setting forth this experience and business standing shall be submitted by each bidder on the form
provided herewith. It is the intention of the City to award a contract only to a bidder who furnishes satisfactory
evidence that he or she has the requisite experience and ability and that he or she has sufficient capital, facilities
and equipment to enable him or her to prosecute the work successfully and promptly within the time and in the
manner agreed.
In determining the degree of responsibility to be credited to a bidder, the City may weigh evidence that the bidder
or his or her personnel charged with the responsibility in the work, has performed satisfactorily other contracts
of like nature and magnitude or comparable difficulty at similar rates of progress.
1-08. Disqualification of Bidders. More than one bid from an individual business, partnership, corporation or
association, under the same or different names, will not be considered. Reasonable grounds for believing that
any bidder is 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 which the prices obviously are unbalanced may be
rejected.
1-09. Identification of Subcontractors. All bids shall comply with the Subletting and Subcontracting Fair
Practices Act (Public Contract Code Section 4100 and following) and shall set forth:
(a) The name and the location of the place of business of each subcontractor who will perform work or
labor, or render service to the prime contractor in or about the construction of the work, or to a
subcontractor licensed by the State of California who, under subcontract to the prime contractor,
Page 37 of 270
SLURRY SEAL OF LOCAL STREETS 15 Spec NO. 21-01
specially fabricates and installs a portion of the work according to detailed drawings contained in the
plans and Special Provisions, in an amount in excess of one-half of 1 percent of the prime contractor's
total bid.
(b) The portion of the work which will be done by each such subcontractor. The prime contractor shall
list only one subcontractor for each such portion defined by the prime contractor in his or her bid.
1-10. General Provisions of the Standard Specifications. All provisions of the General Provisions, Sections
1 through 11, of the Standard Specifications, shall be applicable to the contract except as modified by these
Special Provisions. The Standard Specifications are set forth in Section 12-06 of these Special Provisions.
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 part
or whole of the work, nor any extension of time, nor any possession by the City or its agents, shall operate as a
waiver of any provision of this contract or of any power reserved therein to the City, or of any right to damages
thereunder; nor shall any breach of this contract be held to be a waiver of any subsequent breach. All remedies
shall be construed as cumulative.
3-02. Effect of Extension of Time. The granting of any extension of time on account of delays which, in the
judgment 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 38 of 270
SLURRY SEAL OF LOCAL STREETS 16 Spec NO. 21-01
Nothing contained in this contract shall be construed to create or shall be relied upon to create any contractual
relationship between any subcontractor and the City and no action may be brought by any subcontractor against
the City based on this contract.
3-06. Interpretation of Special Provisions and Drawings. The Special Provisions and the Contract Drawings
are intended to be explanatory of each other. Any work indicated in the Contract Drawings and not in the Special
Provisions, or vice versa, is to be executed as if indicated in both. In case of a discrepancy or conflict between
the Technical Specifications and Contract Plans, the Technical Specifications shall govern. All work shown on
the Contract Drawings, the dimensions of which are not figured, shall be accurately followed to the scale to
which the drawings are made, but figured dimensions are in all cases to be followed, where given, though they
differ from scaled measurements. Large scale drawings shall be followed in preference to small scale drawings.
Should it appear that the work to be done, or any of the matters relative thereto, are not sufficiently detailed or
explained in these contract documents, including the contract drawings, the Contractor shall apply to the
Engineer for such further explanations as may be necessary and shall conform thereto as part of this contract,
so far as may be consistent with the terms of this contract. In the event of any doubt or questions arising
respecting the true meaning of the Special Provisions, reference shall be made to the Engineer and his or her
decision thereon shall be final. If the Contractor believes that a clarification or interpretation justifies an increase
in the contract price or contract time, the Contractor must comply with the written notice provisions of Sections
9-05 and 10-07 of these Special Provisions. Contractor’s attention is directed to Section 12-06 of the Technical
Specifications regarding the Standard Specifications and Standard Plans.
3-07. 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.
3-08. Dispute Resolution. Claims of $375,000 or less by the Contractor that arise under this Contract are
subject to the mandatory dispute resolutions provisions in Public Contract Code Sections 20104-20104.6.
SECTION 4. BONDS
4-01. Faithful Performance Bond. As a part of the execution of this contract, the Contractor shall furnish a
bond of a surety company or other securities providing equivalent protection such as cash, letter of credit, or
certificates of deposit, acceptable to the City, conditioned upon the faithful performance of all covenants and
stipulations under this contract. The amount of the bond shall be 100 percent of the total contract price, as this
sum is set forth in the agreement.
4-02. Material and Labor Bond. As a part of the execution of this contract, the Contractor shall furnish a bond
of a surety company or other securities providing equivalent protection such as cash, letter of credit or certificates
of deposit acceptable to the City in a sum not less than 50 percent of the total contract price, as this sum is set
forth in the agreement for the payment in full of all persons, companies or corporations who perform labor upon
or furnish materials to be used in the work under this contract, in accordance with the provisions of Sections
3247 through 3252 inclusive of the Civil Code of the State of California and any acts amendatory thereof.
4-03. Defective Material and Workmanship Bond. As a condition precedent to the completion of this contract,
the Contractor shall furnish a bond of a surety company acceptable to the City in an amount not less than 5
percent (5%) of the final contract price, to hold good for a period of one (1) year after the completion and
acceptance of the work, to protect the City against the results of defective materials, workmanship and
equipment during that time. This bond shall be delivered to the City before the final payment under this contract
will be made.
4-04. Notification of Surety Companies. The surety companies shall familiarize themselves with all of the
conditions and provisions of this contract and they waive the right of special notification of any change or
modification of this contract or of extension of time, or decreased or increased work, or of the cancellation of the
contract, or of any other act or acts by the City or its authorized agents, under the terms of this contract; and
failure to so notify the aforesaid surety companies of changes shall in no way relieve the surety companies of
their obligation under this contract.
Page 39 of 270
SLURRY SEAL OF LOCAL STREETS 17 Spec NO. 21-01
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: the insurer shall reduce or eliminate such
deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers; or
the Contractor shall provide a financial guarantee satisfactory to the City guaranteeing payment of losses and
related investigations, 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.
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.
Page 40 of 270
SLURRY SEAL OF LOCAL STREETS 18 Spec NO. 21-01
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 notice of contract award, and the
work shall not commence until the certificates and endorsements have been approved by the City. The City
reserves the right to require complete certified copies of all required insurance policies, including endorsements
affecting the coverage required by these Special Provisions at any time.
5-07. Subcontractors. Contractor shall include all subcontractors as insured’s under its policies or shall furnish
separate certificates and endorsements for each subcontractor. All coverage’s 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 named in the
proposal may be changed at any time by notice in writing from the Contractor to the City. Nothing herein
contained shall be deemed to preclude or render inoperative the service of any drawing, sample, notice, letter
or other article or communication to or upon the Contractor personally.
6-02. Office of Contractor at Site. During the performance of this contract, the Contractor shall maintain a
suitable office at the site of the work which shall be the headquarters of a representative authorized to receive
drawings and any such thing given to the said representatives or delivered at the Contractor's office at the site
of work in his or her absence shall be deemed to have been given to the Contractor.
6-03. Attention to Work. The Contractor shall give his or her personal attention to and shall supervise the work
to the end that it shall be prosecuted faithfully and when he or she is not personally present on the work, he or
she shall at all reasonable times be represented by a competent superintendent or foreman who shall receive
Page 41 of 270
SLURRY SEAL OF LOCAL STREETS 19 Spec NO. 21-01
and obey all instructions or orders given under this contract and who shall have full authority to execute the
same and to supply materials, tools and labor without delay and who shall be the legal representative of the
Contractor. The Contractor shall be liable for the faithful observance of any instructions delivered to him or her
or to his or her authorized representative.
6-04. Liability of Contractor. The Contractor shall do all of the work and furnish all labor, materials, tools and
appliances, except as otherwise herein expressly stipulated, necessary or proper for performing and completing
the work herein required in the manner and within the time herein specified. The mention of any specific duty or
liability imposed upon the Contractor shall not be construed as a limitation or restriction of any general liability
or duty 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 contract as may be
considered necessary by the City, shall be retained by the City until such suits or claims for damages shall have
been settled or otherwise disposed of and satisfactory evidence to that effect furnished to the City.
6-05. Protection of Persons and Property. The Contractor shall furnish such watchman, guards, fences,
warning signs, walks and lights as shall be necessary and shall take all other necessary precautions to prevent
damage or injury to persons or property.
All property line fences and improvements in the vicinity of the work shall be protected by the Contractor and, if
they are injured or destroyed, they and any other property injured by the Contractor, his or her employees or
agents, shall be restored to a condition as good as when he or she entered upon the work.
6-06. Protection of City against Patent Claims. All fees, royalties or claims for any patented invention, article
or method that may be used upon or in any manner connected with the work under this contract shall be included
in the price bid for the work and the Contractor and his or her sureties shall protect and hold the City, together
Page 42 of 270
SLURRY SEAL OF LOCAL STREETS 20 Spec NO. 21-01
with all of its officers, agents, servants and employees, harmless against any and all demands made for such
fees or claims brought or made on account of this contract. The Contractor shall, if requested by the Engineer,
furnish acceptable proof of a proper release from all such fees or classes.
Should the Contractor, his or her agents, servants or employees, or any of them be enjoined from furnishing or
using any invention, article, material or appliance supplied or required to be supplied or used under this contract,
the Contractor shall promptly substitute other articles, materials or appliance, in lieu thereof, of equal efficiency,
quality, finish, suitability and market value and satisfactory in all respects to the Engineer. Or, in the event that
the Engineer elects, in lieu of such substitution, to have supplied and to retain and use, any such invention,
article, material or appliance, as may by this contract be required to be supplied, in that event the Contractor
shall pay such royalties and secure such valid licenses as may be requisite and necessary for the City, its
officers, agents, servants and employees, or any of them, to use such invention, article, material or appliance
without being disturbed or in any way interfered with by any proceeding in law or equity on account thereof.
Should the Contractor neglect or refuse to make the substitution promptly, or to pay such royalties and secure
such licenses as may be necessary, then in that event the Engineer shall have the right to make such
substitution, or the City may pay such royalties and secure such licenses and charge the cost thereof against
any money due to the Contractor from the City or recover the amount thereof from him or her and his or her
sureties notwithstanding final payment under this contract may have been made.
6-07. Protection of Contractor's Work Property. The Contractor shall protect his or her work, supplies and
materials from damage due to the nature of the work, the action of the elements, trespassers, or any cause
whatsoever under his or her control, until the completion and acceptance of the work. Neither the City nor any
of its agents assumes any responsibility for collecting indemnity from any person or persons causing damage to
the work of the Contractor.
6-08. Regulations and Permits. The Contractor shall secure and pay for all permits, give all notices and comply
with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn and specified. If the
Contractor observes that the Plans and Special Provisions are at variance therewith, he or she shall promptly
notify the Engineer in writing and any necessary changes shall be adjusted as provided in the contract for
changes in the work. The contractor and any subcontractors shall each secure and maintain a valid City of Ukiah
Business License. The City of Ukiah will issue a no fee encroachment permit to the Contractor allowing him or
her to perform work within City right of way or within City property after the Contract Documents have been
executed and insurance certificates and endorsements have been approved by the City.
6-09. Construction Utilities. The Contractor shall be responsible for providing for and in behalf of his or her
work under this contract, all necessary utilities, such as special connection to water supply, telephones, power
lines, fences, roads, watchmen, suitable storage places, etc.
6-10. Approval of Contractor's Plans. The approval by the Engineer of any drawing or any method of work
proposed by the Contractor in accordance with paragraph 8-06 shall not relieve the Contractor of any of his or
her responsibility for his or her errors therein and shall not be regarded as any assumption of risk or liability by
the City or any officer or employee thereof and the Contractor shall have no claim under this contract on account
of the failure or partial failure or inefficiency of any plan or method so approved. Such approval shall be
considered to mean merely that the Engineer has no objection to the Contractor's using, upon his or her own full
responsibility the plan or method approved.
6-11. Suggestions to the Contractor. Any plan or method of work suggested by the Engineer to the Contractor,
but not specified or required, if adopted or followed by the Contractor in whole or in part, shall be used at the
risk and responsibility of the Contractor; and the Engineer and the City shall assume no responsibility thereof.
6-12. Termination of Unsatisfactory Subcontracts. Should any subcontractor fail to perform in a satisfactory
manner the work undertaken by him, such subcontract shall be terminated immediately by the Contractor upon
notice from the Engineer.
6-13. Preservation of Stakes and Marks. The Contractor shall preserve carefully bench marks, reference
points and stakes and in case of destruction he or she shall replace his or her stakes, reference points and
bench marks and shall be responsible for any mistakes that may be caused by their unnecessary loss or
disturbance. Contractor’s attention is directed to Section 7-03 of these Special Provisions.
Page 43 of 270
SLURRY SEAL OF LOCAL STREETS 21 Spec NO. 21-01
6-14. Assistance to Engineer. At the request of the Engineer the Contractor shall provide men from his or her
force and tools, stakes and other materials to assist the Engineer temporarily in making measurements and
surveys and in establishing temporary or permanent reference marks. Payment for such materials and
assistance will be made as provided for under the caption "Extra Work," provided, however, that the cost of
setting stakes and marks carelessly lost or destroyed by the Contractor's employees will be assessed to the
Contractor.
6-15. Removal of Condemned Materials and Structures. The Contractor shall remove from the site of the
work, without delay, all rejected and condemned materials or structures of any kind brought to or incorporated
in the work and upon his or her failure to do so, or to make satisfactory progress in so doing, within forty-eight
(48) hours after the service of a written notice from the Engineer, the condemned material or work may be
removed by the City and the cost of such removal shall be taken out of the money that may be due or may
become due the Contractor on account of or by virtue of this contract. No such rejected or condemned material
shall again be offered for use by the Contractor under this Contract.
6-16. Proof of Compliance with Contract. In order that the Engineer may determine whether the Contractor
has complied with the requirements of this contract, not readily enforceable through inspection and tests of the
work and materials, the Contractor shall, at any time when requested, submit to the Engineer properly
authenticated documents or other satisfactory proofs as to his or her compliance with such requirements.
6-17. Errors and Omissions. If the Contractor, in the course of the work, finds any errors or omissions in plans
or in the layout as given by survey points and instruction, or if he or she finds any discrepancy between the plans
and the physical conditions of the locality, he or she shall immediately inform the Engineer, in writing and the
Engineer shall promptly verify the same. Any work done after such discovery, until authorized, will be done at
the Contractor's risk.
6-18. Cooperation. The Contractor shall cooperate with all other contractors who may be performing work in
behalf of the City and workmen who may be employed by the City on any work in the vicinity of the work to be
done under this contract with the work of such contractors or workmen. He or she shall make good promptly, at
his or her own expense, any injury or damage that may be sustained by other contractors or employees of the
City at his or her hands.
Any difference or conflict which may arise between the Contractor and other contractors, or between the
contractor and workmen of the City in regard to their work shall be adjusted and determined by the Engineer. If
the work of the Contractor is delayed because of any acts or omissions of any other contractor or of the City, the
Contractor shall on that account have no claim against the City other than for an extension of time.
6-19. Right of Contractor to Stop Work. Under the following conditions the Contractor shall have the right, if
he or she so desires, to stop the work and terminate the contract upon ten (10) days written notice to the Engineer
and recover from the City payment for all work actually performed and for all satisfactory materials actually
delivered to the site of the work for permanent incorporation therein, all as may be shown by the estimate of the
Engineer.
(1) If the work is stopped under an order of any court or other competent public authority for a period
of time of three (3) months through no act or fault of the Contractor or of anyone employed by
him.
(2) If the Engineer fails to issue the monthly certificate for payment in accordance with the terms of
this contract.
(3) If the City fails to pay the Contractor within sixty (60) days after it shall have become due, as
provided by the terms of this contract, any sum certified by the Engineer or awarded by the City.
All provided that if such action to terminate the contract be not instituted by the Contractor within ten (10) days
after the alleged existence of such condition and if written notice of such action be not at that time delivered to
the City and the Engineer, then such right shall lapse until another occasion arises according to this section.
Page 44 of 270
SLURRY SEAL OF LOCAL STREETS 22 Spec NO. 21-01
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 or 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
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.
Page 45 of 270
SLURRY SEAL OF LOCAL STREETS 23 Spec NO. 21-01
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 guaranteed 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 operations, and
notification of affected 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 control
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,
Page 46 of 270
SLURRY SEAL OF LOCAL STREETS 24 Spec NO. 21-01
quality, acceptability and fitness of the several kinds of work and materials which are to be paid for under this
contract, (2) shall decide all questions relative to the true construction, meaning and intent of the Special
Provisions and Drawings, (3) shall decide all questions which may arise relative to the classifications and
measurements of quantities and materials and the fulfillment of this contract and (4) shall have the power to
reject or condemn all work or material which does not conform to the terms of this contract. his or her estimate
and decision in all matters shall be a condition precedent to an appeal for arbitration, or the right of the Contractor
to receive, demand, or claim any money or other compensation under this agreement and a condition precedent
to any liability on the part of the City to the Contractor on account of this contract. Whenever the Engineer shall
be unable to act, in consequence of absence or other cause, then such engineer as the Engineer or the City
shall designate, shall perform any and all of the duties and be vested with any or all of the powers herein given
to the Engineer.
7-02. Inspection. The City will provide engineering personnel for the inspection of the work.
The Engineer and his or her representatives shall at all times have access to the work whenever it is in
preparation or progress and the Contractor shall provide proper facilities for such access and inspection.
If the Special Provisions, the Engineer's instruction, laws, ordinances, or any public authority require any work
to be specially tested or approved, the Contractor shall give the Engineer timely notice of its readiness for
inspection and, if the inspection is by an authority other than the Engineer, of the date fixed for such inspection.
Inspections by the Engineer shall be promptly made at the source of supply where practicable. If any work shall
be covered up without approval or consent of the Engineer, it must, if required by the Engineer, be uncovered
for examination and properly restored at the Contractor's expense.
Re-examination of any work may be ordered by the Engineer and, if so ordered, the work must be uncovered
by the Contractor. If such work is found to be in accordance with the contract documents, the City shall pay the
cost of re-examination and replacement. If such work is not in accordance with the contract documents, the
Contractor shall pay such cost.
Properly authorized and accredited inspectors shall be considered to be the representatives of the City limited
to the duties and powers entrusted to them. It will be their duty to inspect materials and workmanship of those
portions of the work to which they are assigned, either individually or collectively, under instructions of the
Engineer and to report any and all deviations from the Drawings, Special Provisions and other contract
provisions which may come to their notice. Any inspector may be considered to have the right to order the work
entrusted to his or her supervision stopped, if in his or her opinion such action becomes necessary, until the
Engineer is notified and has determined and ordered that the work may proceed in due fulfillment of all contract
requirements.
7-03. Surveys. Contractor shall furnish all land surveys, establish all base lines and 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
Page 47 of 270
SLURRY SEAL OF LOCAL STREETS 25 Spec NO. 21-01
contract shall not exceed 10 percent of original contract amount or $5,000, whichever is the greater, unless
based upon a supplementary agreement to be made therefore.
The order of such additions, omissions, corrections, alterations and modifications shall be in writing and signed
by the Engineer and, in order, shall then be binding upon the Contractor. The Contractor shall proceed with the
work as changed and the value of such change shall be determined as provided for in section 10-07 of these
Special Provisions.
Such alterations shall in no way affect, vitiate, or make void this contract or any part thereof, except that which
is necessarily affected by such alterations and is clearly the evident intention of the parties to this contract.
7-07. Additional Drawings by City. The drawings made a part of this contract at the time of its execution are
intended to be fairly comprehensive and to indicate in more or less detail the scope of the work. In addition to
these drawings, however, the Engineer shall furnish such additional drawings from time to time during the
progress of the work as are necessary to make clear or to define in greater detail the intent of the Special
Provisions and the contract drawings and the Contractor shall make his or her work conform to all such drawings.
7-08. Additional and Emergency Protection. Whenever, in the opinion of the Engineer, the Contractor has
not taken sufficient precautions for the safety of the public or the protection of the works to be constructed under
this contract, or of adjacent structures or property which may be injured by the processes of construction on
account of such neglect and whenever, in the opinion of the Engineer, an emergency shall arise and immediate
action shall be considered necessary in order to protect public or private, personal or property interest, then and
in that event, the Engineer, with or without notice to the Contractor may provide suitable protection to the said
interests by causing such work to be done and such material to be furnished as shall provide such protection as
the Engineer may consider necessary and adequate.
The cost and expense of such work and material so furnished shall be borne by the Contractor and, if the same
shall not be paid on presentation of the bills therefor, then such costs shall be deducted from any amounts due
or to become due the Contractor.
The performance of such emergency work under the direction of the Engineer shall in no way relieve the
Contractor from any damages which may occur during or after such precaution has been taken by the Engineer.
7-09. Suspension of Work. The City may at any time suspend the work or any part thereof by giving five (5)
days written notice to the Contractor. The work shall be resumed by the Contractor within ten (10) days after the
date fixed in the written notice from the City to the Contractor so to do. The City shall reimburse the Contractor
for expense incurred by the Contractor in connection with the work under this contract as a result of such
suspension.
If the work, or any part thereof, shall be stopped by the notice in writing aforesaid and if the City does not give
notice in writing to the Contractor to resume work at a date within ten (10) days of the date fixed in the written
notice to suspend, then the Contractor may abandon that portion of the work so suspended and he or she will
be entitled to the estimates and payments for all work done on the portions so abandoned, if any, plus 5 percent
of the value of the work so abandoned, to compensate for loss of overhead, plant expense and anticipated profit.
7-10. Right of City to Terminate Contract. If the Contractor should be adjudged a bankrupt, or if he or she
should make a general assignment for the benefit of his or her creditors, or if a receiver should be appointed on
account of his or her insolvency, or if he or she should persistently or repeatedly refuse or should fail, except in
cases for which extension of time is provided, to supply sufficient properly skilled 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
Page 48 of 270
SLURRY SEAL OF LOCAL STREETS 26 Spec NO. 21-01
shall exceed such unpaid balance, the Contractor shall pay the difference to the City. The expense incurred by
the City as herein provided and the damage incurred through the Contractor's default, shall be certified by the
Engineer.
7-11. Use of Completed Portions. The City shall have the right to take possession of and use any completed
or partially completed portions of the work, notwithstanding the time for completing the entire work or such
portions which may not have expired; but such taking possession and using shall not be deemed an acceptance
of any work not completed in accordance with the contract documents. If such prior use increases the cost of or
delays the work, the Contractor shall be entitled to such extra compensation, or extension of time or both, as the
Engineer may determine.
SECTION 8. WORKMANSHIP, MATERIALS and EQUIPMENT
8-01. General Quality. Materials and equipment shall be new and of a quality equal to that specified or
approved. Work shall be done and completed in a thorough and workmanlike manner.
8-02. Quality in Absence of Detailed Specifications. Whenever under this contract it is provided that the
Contractor shall furnish materials or manufactured articles or shall do work for which no detailed specifications
are set forth, the materials or manufactured articles shall be of the best grade in quality and workmanship
obtainable in the market from firms of established good reputation, or, if not ordinarily carried in stock, shall
conform to the usual standards for first-class materials or articles of the kind required, with due consideration of
the use to which they are to be put. In general, the work performed shall be in full conformity and harmony with
the intent to secure the best standard of construction and equipment of the work as a whole or in part.
8-03. Materials and Equipment Specified by Name. Whenever any material or equipment is indicated or
specified by patent or proprietary name or by the name of the manufacturer, such specification shall be
considered as used for the purpose of describing the material or equipment desired and shall be considered as
followed by the words "or approved equal". The Contractor may offer any material or equipment which shall be
equal in every respect to that specified, provided that written approval first is obtained from the Engineer.
8-04. Source of Materials. Price, fitness and quality being equal, preference shall be given by the Contractor
for supplies grown, manufactured or produced in the State of California and, next, for such products partially
produced in this State in accordance with Government Code Section 4332.
8-05. Storage of Materials. Materials shall be so stored to ensure the preservation of their quality and fitness
for the work. They shall be so located and disposed that prompt and proper inspection thereof may be made.
8-06. Drawings, Samples and Tests. As soon as possible after execution of the contract, the Contractor shall
submit to the Engineer, in quintuplicate, sufficient information including, if necessary, assembly and detail
drawings to demonstrate fully that the equipment and materials to be furnished comply with the provisions and
intent of these Special Provisions and Drawings. If the information thus submitted indicates the equipment or
materials is acceptable, the Engineer will return one copy stamped with his or her approval; otherwise, one copy
will be returned with an explanation of why the equipment or material is unsatisfactory. The Contractor shall
have no claims for damages or for extension of time on account of any delay due to the revision of drawings or
rejection of material. Fabrication or other work performed in advance of approval shall be done entirely at the
Contractor's risk. After approval of equipment or material, the Contractor shall not deviate in any way from the
design and specifications given without the written consent of the Engineer.
When requested by the Engineer, a sample or test specimens of the materials to be used or offered for use in
connection with the work shall be prepared at the expense of the Contractor and furnished by him or her in such
quantities and sizes as may be required for proper examination and tests, with all freight charges prepaid and
with information as to their sources.
All samples shall be submitted before shipment and in ample time to permit the making of proper tests, analyses,
or examination before the time at which it is desired to incorporate the material into the work. All tests of materials
furnished by the Contractor shall be made by the Engineer. Samples shall be secured and tested whenever
necessary to determine the quality of the material.
Page 49 of 270
SLURRY SEAL OF LOCAL STREETS 27 Spec NO. 21-01
SECTION 9. PROSECUTION OF WORK
9-01. Equipment and Methods. The work under this contract shall be prosecuted with all materials, tools,
machinery, apparatus and labor and by such methods as are necessary to the complete execution of everything
described, shown, or reasonably implied. If at any time before the beginning or during the progress of the work,
any part of the Contractor's plant or equipment, or any of his or her methods of execution of the work, appear to
the Engineer to be unsafe, inefficient, or inadequate to insure the required quality or the rate of progress of the
work, he or she may order the Contractor to 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 time 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 diligence. 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 abnormal 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 avoidable or unavoidable,
how long it continues and to what extent the prosecution and completion of the work are to be delayed thereby.
9-06. Extension of Time. Should any delays occur which the Engineer may consider unavoidable, as herein
defined, the Contractor shall, pursuant to his or her application, be allowed an extension of time proportional to
said delay or delays, beyond the time herein set forth, in which to complete this contract; and liquidated damages
for delay shall not be charged against the Contractor by the City during an extension of time granted because
of unavoidable delay or delays.
Any claim by Contractor for a time extension based on unavoidable delays shall be based on written notice
delivered to the Engineer within 15 days of the occurrence of the event giving rise to the claim. Failure to file
said written notice within the time specified shall constitute a waiver of said claim. Notice of the full extent of the
claim and all supporting data must be delivered to the Engineer within 45 days of the occurrence unless the
Page 50 of 270
SLURRY SEAL OF LOCAL STREETS 28 Spec NO. 21-01
Engineer specifies in writing a longer period. All claims for a time extension must be approved by the Engineer
and incorporated into a written change order.
9-07. Unfavorable Weather and Other Conditions. During unfavorable weather and other conditions, the
Contractor shall pursue only such portions of the work as shall not be damaged thereby. No portions of the work
whose satisfactory quality or efficiency will be affected by any unfavorable conditions shall be constructed while
these conditions remain, unless, by special means or precautions approved by the Engineer, the Contractor
shall be able to overcome them.
The Contractor shall be granted a time extension of one day for each unfavorable weather day which prevents
him or her from placing concrete forms or placing and finishing concrete or asphalt concrete. Such unfavorable
weather day is defined as a rain day where precipitation prevents the contractor from performing the work more
than four (4) 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 the controlling work item for
more than four (4) continuous work hours of the authorized work period.
9-08. Saturday, Sunday, Holiday and Night Work. No work shall be done between the hours of 6 p.m. and 7
a.m., nor on Saturdays, Sundays or legal holidays except such work as is necessary for the proper care and
protection of work already performed, or except in cases of absolute necessity and in any case only with the
permission of the Engineer.
It is understood, however, that night work may be established as a regular procedure by the Contractor if he or
she first obtains the written permission of the Engineer and that such permission may be revoked at any time by
the Engineer if the Contractor fails to maintain at night adequate force and equipment for reasonable prosecution
and to justify inspection of the work.
9-09. Hours of Labor. Eight (8) hours of labor shall constitute a legal day's work and the Contractor or any
subcontractor shall not require or permit more than eight hours of labor in a day from any person employed by
him or her in the performance of the work under this contract, unless paying compensation for all hours worked
in excess of eight (8) hours per day at not less than 1½ times the basic rate of pay. The Contractor shall forfeit
to the City, as a penalty, the sum of twenty-five dollars ($25.00) for each workman employed in the execution of
the contract by him or her or by any subcontractor, for each calendar day during which such laborer, workman,
or mechanic is required or permitted to labor more than eight hours in violation of the provisions of Section 1810
to 1816, inclusive, (Article 3, Chapter 1, Part 7, Division 2) of the Labor Code of the State of California and any
acts amendatory thereof.
SECTION 10. PAYMENT
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 amount of the liquidated damages to the date
of said estimate, until such time as the compliance with the program has been restored.
The estimate shall be signed by the Engineer and, after approval, the City shall pay or cause to be paid to the
Contractor in the manner provided by law, an amount equal to 95 percent of the estimated value of the work
satisfactorily performed and complete in place.
10-03. Substitution of Securities.
Page 51 of 270
SLURRY SEAL OF LOCAL STREETS 29 Spec NO. 21-01
1. At such times that Pubic Contract Code Section 22300 is in effect Contractor may propose the substitution
of securities of at least equal market value for any moneys to be withheld to ensure performance under the
Contract. Market value shall be determined as of the day prior to the date such substitution is to take place.
Such substitution shall be made at the request and expense of the Contractor. The securities shall be one or
more of the following types:
(a) Bonds or interest-bearing notes or obligations of the United States, or those for which the faith and
credit of the United States are pledged for the payment of principal and interest.
(b) Bonds or interest-bearing notes on obligations that are guaranteed as to principal and interest by a
federal agency of the United States.
(c) Bonds of the State of California, or those for which the faith and credit of the State of California are
pledged for the payment of principal and interest.
(d) Bonds or warrants, including, but not limited to, revenue warrants, of any county, city, metropolitan
water district, California water district, California water storage district, irrigation district in the State of
California, municipal utility district, or school district of the State of California, which are rated by Moody's
or Standard and Poor as A or better.
(e) Bonds, consolidated bonds, collateral trust debentures, consolidated debentures, or other
obligations issued by federal land banks or federal intermediate credit banks established under the
Federal Farm Loan Act, as amended; debentures and consolidated debentures issued by the Central
Bank for Cooperatives and banks for cooperatives established under the Farm Credit Act of 1933, as
amended; bonds, or debentures of the Federal Home Loan Bank Board established under the Federal
Home Loan Bank Act; and stock, bonds, debentures and other obligations of the Federal National
Mortgage Association established under the National Housing Act as amended and bonds of any
Federal Home Loan Mortgage Corporation.
(f) Commercial paper of "prime" quality as defined by a nationally recognized organization which rates
such securities. Eligible paper is further limited to issuing corporations: (1) organized and operating
within the United States; (2) having total assets in excess of five hundred 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 banker’s
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.
Page 52 of 270
SLURRY SEAL OF LOCAL STREETS 30 Spec NO. 21-01
2. The securities shall be deposited with City or with any commercial bank as escrow agent, who shall arrange
for transfer of such securities to the Contractor upon satisfactory completion of the contract. Any interest accrued
or paid on such securities shall belong to the Contractor and shall be paid upon satisfactory completion of the
contract.
The market value of the securities deposited shall at all times be maintained in an amount at least equal, in the
sole judgment of City, to the moneys to be withheld pursuant to the Contract Documents to ensure performance
of the Contract. In order to comply with this condition, Contractor shall deposit additional securities as necessary
upon request by City or the escrow agent.
3. Upon acceptance of any Proposal that includes substituting securities for amounts withheld to ensure
performance, a separate escrow agreement satisfactory in form and substance to City shall be prepared and
executed by City, the Contractor and the escrow agent, which may be City. The escrow agreement shall specify,
among other matters, value of securities to be deposited; procedures for valuing the securities and for adding or
withdrawing securities to maintain the market value of the deposited securities at least equal to the amount of
moneys which would otherwise be withheld; the terms and conditions of conversion to cash in case of the default
by the Contractor; and terms, conditions and procedure for termination of the escrow. City shall have no
obligation to enter any such Agreement that does not provide the City with the unilateral right to convert securities
to cash and to gain immediate possession of the cash.
10-04. Acceptance. The work must be accepted by vote of the City Council of the City of Ukiah when the whole
shall have been completed satisfactorily. The Contractor shall notify the Engineer, in writing, of the completion
of the work, whereupon the Engineer shall promptly, by personal inspection, satisfy himself as to the actual
completion of the work in accordance with the terms of the contract and shall thereupon recommend acceptance
by the City Council.
10-05. Final Estimate and Payment. The Engineer shall, as soon as practicable after the final acceptance of
the work done under this contract, make a final estimate of the amount of work done thereunder and the value
thereof.
Such final estimate shall be signed by the Engineer, and after approval, the City shall pay or cause to be paid
to the Contractor, in the manner provided by law, the entire sum so found to be due hereunder, after deducting
therefrom all previous payments and such other lawful amounts as the terms of this contract prescribe.
In no case will final payment be made in less than thirty-five (35) days after the filing of the notice of completion
with the County Recorder.
10-06. Delay Payments. Should any payment due the Contractor or any estimate be delayed, through fault of
the City beyond the time stipulated, such delay shall not constitute a breach of contract or be the basis for a
claim for damages, but the City shall pay the Contractor interest on the amount of the payment at the rate of 6
percent per annum for the period of such delay. The 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 interest shall become
due on the final payment, it shall be paid on a supplementary voucher to interest or any sum or sums which, by
the terms of this contract, the City is authorized to reserve or retain.
10-07. Extra Work and Work Omitted. Whenever corrections, alterations, or modifications of the work under
this contract ordered by the Engineer and approved by the City increase the amount of work to be done, such
added work shall be known as "extra work"; and when such corrections, alterations, or modifications decrease
the amount of work to be done, such subtracted work shall be known as "work omitted".
Page 53 of 270
SLURRY SEAL OF LOCAL STREETS 31 Spec NO. 21-01
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.
When changes decrease the amount of work to be done, they shall not constitute a claim for damages on
account of anticipated profits on the work that may be omitted.
10-08. Compensation for Extra Work or Work Omitted. Whenever corrections, additions, or modifications in
the work under this contract change the amount of work to be done or the amount of compensation due the
Contractor, excepting increases or decreases in contract items having unit contract prices for each measurable
quantity installed in place, and such changes have been ordered in writing by the Engineer and approved by the
City prior to the Contractor performing the extra work, then a price may be agreed upon. Failing such an
agreement in price, the Contractor shall be compensated for performing extra work pursuant to the provisions
of Section 4-1.03 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 required
or reasonably implied to be performed or furnished under this contract.
10-09. Compensation to the City for Extension of Time. In case the work called for under this contract is not
completed within the time limit stipulated herein, the City shall have the right as provided hereinabove, to extend
the time of completion thereof. If the time limit be so extended, the City shall have the right to charge to the
Contractor and to deduct from the final payment for the work the actual cost to the City of engineering, inspection,
superintendence and other overhead expenses which are directly chargeable to the contract and which accrue
during the period of such extension, except that the cost of final unavoidable delays shall not be included in such
charges.
10-10. Liquidated Damages for Delay. It is agreed by the parties to the contract that time is of the essence
and that, in case all the work is not completed before or upon the expiration of the time limit as set forth, damage,
other than those cost items identified in section 10-09, will be sustained by the City and that it is and will be
impracticable to determine the actual amount of damage by reason of such delay; and it is therefore agreed that
the Contractor will pay to the City the sum of five hundred dollars ($500.00) per day for each and every calendar
days delay beyond the time prescribed.
SECTION 11. MISCELLANEOUS
11-01. Notice. Whenever any provision of the contract documents requires the giving of written notice, it shall
be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an
officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage
prepaid, to the last business address known to the giver of the notice. If mailed, the notice shall be deemed
received on the date of delivery stated in the return receipt.
11-02. Computation of Time. When any period of time is referred to in the Contract Documents by days, it
shall be computed to exclude the first and include the last day of such period. If the last day of any such period
falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such
day shall be omitted from the computation.
Page 54 of 270
SLURRY SEAL OF LOCAL STREETS 32 Spec NO. 21-01
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.
(1)
(A) Upon receipt of a claim pursuant to this section, the City shall conduct a reasonable review
of the claim and, within a period not to exceed 45 days, shall provide the Contractor a written statement
identifying what portion of the claim is disputed and what portion is undisputed. Upon receipt of a claim, a public
entity and the contractor may, by mutual agreement, extend the time period provided in this subdivision.
(B) The Contractor shall furnish reasonable documentation to support the claim.
(C) If the City needs approval from its governing body to provide the Contractor a written
statement identifying the disputed portion and the undisputed portion of the claim, and the governing body does
not meet within the 45 days or within the mutually agreed to extension of time following receipt of a claim sent
by registered mail or certified mail, return receipt requested, the City shall have up to three days following the
next duly publicly noticed meeting of the governing body after the 45-day period, or extension, expires to provide
the claimant a written statement identifying the disputed portion and the undisputed portion.
(D) Any payment due on an undisputed portion of the claim shall be processed and made within
60 days after the City issues its written statement. If the City fails to issue a written statement, paragraph (3)
shall apply.
(2)
(A) If the Contractor disputes the City's written response, or if the City fails to respond to a claim
issued pursuant to this section within the time prescribed, the Contractor may demand in writing an informal
conference to meet and confer for settlement of the issues in dispute. Upon receipt of a demand in writing sent
by registered mail or certified mail, return receipt requested, the City shall schedule a meet and confer
conference within 30 days for settlement of the dispute.
(B) Within 10 business days following the conclusion of the meet and confer conference, if the
claim or any portion of the claim remains in dispute, the City shall provide the claimant a written statement
identifying the portion of the claim that remains in dispute and the portion that is undisputed. Any payment due
on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues
its written statement. Any disputed portion of the claim, as identified by the contractor in writing, shall be
submitted to nonbinding mediation, with the City and the Contractor sharing the associated costs equally. The
City and Contractor shall mutually agree to a mediator within 10 business days after the disputed portion of the
claim has been identified in writing. If the parties cannot agree upon a mediator, each party shall select a
mediator and those mediators shall select a qualified neutral third party to mediate with regard to the disputed
portion of the claim. Each party shall bear the fees and costs charged by its respective mediator in connection
with the selection of the neutral mediator. If mediation is unsuccessful, the parts of the claim remaining in dispute
shall be subject to applicable procedures outside this section.
Page 55 of 270
SLURRY SEAL OF LOCAL STREETS 33 Spec NO. 21-01
(C) For purposes of this section, mediation includes any nonbinding process, including, but not
limited to, neutral evaluation or a dispute review board, in which an independent third party or board assists the
parties in dispute resolution through negotiation or by issuance of an evaluation. Any mediation utilized shall
conform to the timeframes in this section.
(D) Unless otherwise agreed to in writing by the City and the Contractor, the mediation
conducted pursuant to this section shall excuse any further obligation under Public Contract Code Section
20104.4 to mediate after litigation has been commenced.
(3) Failure by the City to respond to a claim from the Contractor within the time periods described in
this subdivision or to otherwise meet the time requirements of this section shall result in the claim being deemed
rejected in its entirety. A claim that is denied by reason of the public entity's failure to have responded to a claim,
or its failure to otherwise meet the time requirements of this section, shall not constitute an adverse finding with
regard to the merits of the claim or the responsibility or qualifications of the Contractor.
(4) Amounts not paid in a timely manner as required by this section shall bear interest at 7 percent per
annum.
(5) If a subcontractor or a lower tier subcontractor lacks legal standing to assert a claim against a public
entity because privacy of contract does not exist, the Contractor may present to the public entity a claim on
behalf of a subcontractor or lower tier subcontractor. A subcontractor may request in writing, either on his or her
own behalf or on behalf of a lower tier subcontractor, that the Contractor present a claim for work which was
performed by the subcontractor or by a lower tier subcontractor on behalf of the subcontractor. The subcontractor
requesting that the claim be presented to the public entity shall furnish reasonable documentation to support the
claim. Within 45 days of receipt of this written request, the Contractor shall notify the subcontractor in writing as
to whether the Contractor presented the claim to the public entity and, if the original contractor did not present
the claim, provide the subcontractor with a statement of the reasons for not having done so.
c. A waiver of the rights granted by this section is void and contrary to public policy, provided, however, that
(1) upon receipt of a claim, the parties may mutually agree to waive, in writing, mediation and proceed directly
to the commencement of a civil action or binding arbitration, as applicable; and (2) the City may prescribe
reasonable change order, claim, and dispute resolution procedures and requirements in addition to the
provisions of this section, so long as the contractual provisions do not conflict with or otherwise impair the
timeframes and procedures set forth in this section.
11-04. Litigation and Forum Selection. Contractor and City stipulate and agree that any litigation relating to
the enforcement or interpretation of this contract, arising out of Contractor's performance or relating in any way
to the work shall be brought in Mendocino County and that venue will lie in Mendocino County.
Except as otherwise expressly provided by law, the parties waive any objections they might otherwise have to
the propriety of jurisdiction or venue in the state courts in Mendocino County and agree that California law shall
govern any such litigation.
The duties and obligations imposed by these General Conditions and the rights and remedies available
hereunder to the parties hereto and, in particular but without limitation, the warranties, guaranties and obligations
imposed upon the Contractor and all of the rights and remedies available to the City thereunder, shall be in
addition to and shall not be construed in any way as a limitation of, any rights and remedies available to any or
all of them which are otherwise imposed or available by law or contract, by special warranty or guaranty, or by
other provisions of the contract documents and the provisions of this paragraph shall be as effective as if
repeated specifically in the contract documents in connection with each particular duty, obligation, right and
remedy to which they apply. All warranties and guaranties made in the contract document shall survive final
payment and termination or completion of this contract. The City disclaims an express or implied warranty that
the plans and specifications identify all site conditions that could affect the time or cost to complete the Work.
11-05. Waiver. The Contractor shall strictly comply with all notices and other contract requirements. Waiver by
the City of any failure of the Contractor to comply with any term of the contract, including the notice provisions,
shall not be deemed a waiver of a subsequent breach.
Page 56 of 270
SLURRY SEAL OF LOCAL STREETS 34 Spec NO. 21-01
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, 2015, 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 Contractor’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 working 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 57 of 270
SLURRY SEAL OF LOCAL STREETS 35 Spec NO. 21-01
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 Control
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 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. 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 Area 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 traffic 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 58 of 270
SLURRY SEAL OF LOCAL STREETS 36 Spec NO. 21-01
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.
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 necessary 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 remove soil
materials that have been deposited on these surfaces by reason of the work.
Page 59 of 270
SLURRY SEAL OF LOCAL STREETS 37 Spec NO. 21-01
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 da ys.
Between 7:00 a.m. and 7:00 p.m., noise from Contractor’s operations shall not exceed limits established by
applicable laws or regulations and in no event shall exceed 86 dB at a distance of 50 feet from the noise source.
The City shall provide a Noise Disturbance Coordinator who shall be responsible for acting on any local
complaints concerning the construction noise being generated by reason of the work of the project. The
Contractor shall conspicuously post a telephone number for the Noise Disturbance Coordinator at the
construction site and he shall include it in the construction schedule notice to be provided to the residents. The
Noise Disturbance Coordinator shall investigate the noise complaint allegations and shall require the Contractor
to implement reasonable measures to mitigate the noise level in accordance with the requirements of these
General Conditions and of the Standard Specifications.
The Contractor shall locate all stationary noise generating construction equipment such as air compressors and
generators as far as practical from the nearby residences and other noise sensitive land uses. The noise source
shall be acoustically shielded when practical. The Contractor shall prohibit unnecessary idling of internal
combustion engines.
12-15. Watering. The application of water and the developing of a water supply shall 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.
12-18. 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 60 of 270
SLURRY SEAL OF LOCAL STREETS 38 Spec NO. 21-01
SECTION 13 - CONSTRUCTION DETAILS
13-01. Location and Scope of Work.
STREET NAME FROM TO
Barbara St. N. SIDE MAE S. SIDE W. MILL ST.
Beacon Way N. SIDE BEACON LN. END
Berkley way N. SIDE BEACON LN. END
Bush St. N. SIDE LOW GAP S SIDE EMPIRE
Bush St. N. SIDE N. CLAY S. SIDE W. STEPHENSON ST.
Bush St. N. SIDE W. STEPHENSON ST. S. SIDE W. CHURCH ST
Bush St. N. SIDE W. CHURCH S. SIDE W PERKINS
Bush St. N. SIDE W. PERKINS S. SIDE WALNUT
Bush St. N. SIDE WALNUT S. SIDE GROVE
Bush St. S. SIDE LOW GAP N. SIDE GROVE
Carolyn St. N. SIDE MAE S. SIDE W. MILL ST.
Capps Ln W. SIDE HOMEWOOD DR. W. SIDE N. BUSH ST.
Elm St. N. SIDE GARRETT S. SIDE EMPIRE
Elm St. S. SIDE GARRETT N. SIDE MAGNOLIA
Empire Dr. E. SIDE DESPINA W. SIDE STATE
Gardens Ave. N. SIDE MENDOCINO DR. S SIDE MENDOCINO DR.
Garrett Dr. E. SIDE ELM W. SIDE STATE
Hillview Ave. W. SIDE GARDENS AVE. E SIDE MENDOCINO DR.
Hillview Ave. E. SIDE MENDOCINO DR. END
Homewood Dr. S. SIDE EMPIRE W. SIDE CAPPS LN
Incline N. SIDE EMPIRE END
Irvington Dr. S. SIDE EMPIRE W. SIDE ELM
Lockwood Dr. S. SIDE EMPIRE N. SIDE GARRETT
Lockwood Dr. S. SIDE GARRETT N. SIDE ARLINGTON DR
Mae St. W. SIDE MAE E. SIDE MAE
Mendocino Dr. W. SIDE S. SPRING ST. END OF MARK ON STREET
McPeak ST. N. MENDOCINO DR. S SIDE W. MILL ST.
Mulbery St. S. OBSERVATORY BEGINNING CREEKSIDE ST.
N. Pine ST. N. SIDE LOW GAP S. SIDE ARLINGTON
Oak Park N SIDE JONES ST S. SIDE CLAY ST.
Oak St. N. SIDE MILL ST. S. SIDE CLAY ST.
Oak St. S. SIDE MAGNOLIA N. SIDE LOW GAP
Rail Trail (TYPE I
SLURRY) S. SIDE CLARA N. SIDE GOBBI
Ranee Ln N. SIDE BEACON LN. END
South St. N. SIDE OBSERVATORY S. SIDE LUCE
Page 61 of 270
SLURRY SEAL OF LOCAL STREETS 39 Spec NO. 21-01
South St. N. SIDE LUCE PROPERTY LIMITS
Stella Dr. W SIDE S. ORCHARD E SIDE WARREN DR.
Walnut E. SIDE DORA W. SIDE N PINE
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. Existing Highway Facilities. The work performed in connection with various existing highway facilities
shall conform to the provisions in Section 15 of the Standard Specifications and these Special Provisions.
All existing highway facilities to be removed shall be disposed of at locations outside the highway right-of-way.
Such disposal shall conform to the provisions in Section 7-1.13, “Disposal of Material outside the Highway
Right-of-Way.”
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. 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 allowances 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.
13-04. 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.
13-05. Utility Boxes. Prior to commencing the slurry seal operation, all surface utilit y covers including but
not limited to survey monuments, manholes, water valves, etc. shall be protected by thoroughly covering the
surface with an appropriate adhesive and oiled or plastic paper. No adhesive material shall be permitted to
cover, seal or fill the joint between the frame and cover of the structure. Covers are to be uncovered and
cleaned of slurr y material by the end of the same work day. The Contractor shall take precautions to remove
any slurry that may cover these appurtenances.
13-06 Slurry Seal (TYPE I). The slurry seal on streets and facilities, shall be furnished and applied in
accordance with the provisions for description, materials, proportioning, mixing, spreading equipment and
placing of slurry seal, Section 37-3 of the California Standard Specifications and these Specifications.
(A) Aggregate. Aggregate for Slurry Seal shall conform to the percentage composition by dry weight
of the aggregate to the following graduation:
(B)
GRADATION – TYPE I SLURRY
SIEVE SIZE PERCENTAGE PASSING
3/8 “ -
No. 4 100
Page 62 of 270
SLURRY SEAL OF LOCAL STREETS 40 Spec NO. 21-01
No. 8 90 - 100
No. 16 60 - 90
No. 30 40 - 65
No. 200 10 - 20
The aggregate shall also conform to the following quality requirements:
TEST CALIFORNIA TEST REQUIREMENTS
Sand Equivalent 217 45 Minimum
Durability Index 229 55 Minimum
(C) Asphaltic Emulsion. Asphaltic emulsion shall be a quick setting type Grade QS1h anionic or
Grade CQS1h cationic as specified in the standard specifications.
(D) Water. Water shall be such quality that the asphalt will not separate from the emulsion before the
slurry seal is in place in the work.
(E) Proportioning. Asphaltic emulsion shall be added at a rate of 17 percent by weight of the dry
aggregate.
If necessary for workability, a retarding agent, that will not adversely affect the seal, may be used.
Water and retarder if used, shall be the minimum amount necessary to ensure proper workability but shall
not exceed 20 percent, by volume, of asphalt emulsion used or adding 3 percent, by volume, to the
aggregate / asphalt emulsion mixture, and
(a) Will permit uncontrolled traffic on the slurry seal no more than 3 hours after placement without
the occurrence of bleeding, raveling, separation or other distress; and
(b) Will prevent development of bleeding, raveling, separation or other distress within 7 days after
placing the slurry seal. Unless otherwise specified in the special provisions or by the
Engineer, slurry seal shall be spread at a rate of 12 pounds of dry aggregate per square yard.
The spread rate may not vary more than 10 percent above or below the determined rate.
(F) Measurement. Slurry seal will be measured by the square yard. The quantity of slurry seal to be
paid will be based on a spread rate for weight of the dry aggregate of 12 pounds per square yard
and the asphalt emulsion added at 17 percent of the dry aggregate spread rate.
(G) Payment. The contract price paid per square yard for Slurry Seal shall include full compensation
for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work
involved in constructing the slurry seal, complete in place, including cleaning the surface, mixing
water with asphaltic emulsion for coating pavement, and protecting the seal until it has set, all as
shown on the plans, and as specified in these specifications and the special provisions, and as
directed by the Engineer.
13-07 Slurry Seal (TYPE II). The slurry seal on streets and facilities, shall be furnished and applied in
accordance with the provisions for description, materials, proportioning, mixing, spreading equipment and
placing of slurry seal, Section 37-3 of the California Standard Specifications and these Specifications.
(H) Aggregate. Aggregate for Slurry Seal shall conform to the percentage composition by dry weight
of the aggregate to the following graduation:
(I)
GRADATION – TYPE II SLURRY
SIEVE SIZE PERCENTAGE PASSING
3/8 “ 100
No. 4 94 - 100
No. 8 65 - 90
No. 16 40 - 70
Page 63 of 270
SLURRY SEAL OF LOCAL STREETS 41 Spec NO. 21-01
No. 30 25 - 50
No. 200 5 - 15
The aggregate shall also conform to the following quality requirements:
TEST CALIFORNIA TEST REQUIREMENTS
Sand Equivalent 217 55 Minimum
Durability Index 229 55 Minimum
(J) Asphaltic Emulsion. Asphaltic emulsion shall be a quick setting type Grade QS1h anionic or
Grade CQS1h cationic as specified in the standard specifications.
(K) Water. Water shall be such quality that the asphalt will not separate from the emulsion before the
slurry seal is in place in the work.
(L) Proportioning. Asphaltic emulsion shall be added at a rate of 17 percent by weight of the dry
aggregate.
If necessary for workability, a retarding agent, that will not adversely affect the seal, may be used.
Water and retarder if used, shall be the minimum amount necessary to ensure proper workability but shall
not exceed 20 percent, by volume, of asphalt emulsion used or adding 3 percent, by volume, to the
aggregate / asphalt emulsion mixture, and
(c) Will permit uncontrolled traffic on the slurry seal no more than 3 hours after placement without
the occurrence of bleeding, raveling, separation or other distress; and
(d) Will prevent development of bleeding, raveling, separation or other distress within 7 days after
placing the slurry seal. Unless otherwise specified in the special provisions or by the
Engineer, slurry seal shall be spread at a rate of 12 pounds of dry aggregate per square yard.
The spread rate may not vary more than 10 percent above or below the determined rate.
(M) Measurement. Slurry seal will be measured by the square yard. The quantity of slurry seal to be
paid will be based on a spread rate for weight of the dry aggregate of 12 pounds per square yard
and the asphalt emulsion added at 17 percent of the dry aggregate spread rate.
(N) Payment. The contract price paid per square yard for Slurry Seal shall include full compensation
for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work
involved in constructing the slurry seal, complete in place, including cleaning the surface, mixing
water with asphaltic emulsion for coating pavement, and protecting the seal until it has set, all as
shown on the plans, and as specified in these specifications and the special provisions, and as
directed by the Engineer.
13-08. General - Slurry Seal. The Slurry Seal to be constructed under this contract shall be placed over a
subgrade consisting of an existing asphalt concrete pavement, as herein required.
City of Ukiah forces will perform all necessary street sweeping of the surface upon which the slurry seal is to
be applied.
The Contractor shall furnish a project schedule to the Engineer, prior to the start of any work and start work as
scheduled upon approval of the Engineer.
The Contractor shall attend a pre-construction conference as scheduled by the City representatives.
13-09. Traffic Striping. This work shall consist of applying painted and thermoplastic traffic stripes (traffic lines)
and pavement markings at the locations and in conformance with the details shown on the plans or designated
by the Engineer, and as specified in these specifications and the special provisions.
The kind of material, paint or thermoplastic, to be applied will be designated in the contract item, specified in the
special provisions, or shown on the plans.
For the purposes of this Section, traffic stripes (traffic lines) are defined as longitudinal centerlines and lane lines
which separate traffic lanes in the same or opposing direction of travel, and longitudinal edge lines which mark
the edge of the traveled way or the edge of the lanes at gore areas separating traffic at exit and entrance ramps.
Pavement markings are defined as transverse markings which include, but are not limited to, word and symbol
Page 64 of 270
SLURRY SEAL OF LOCAL STREETS 42 Spec NO. 21-01
markings, limit lines (stop lines), crosswalk lines, shoulder markings, parking stall markings and railroad grade
crossing markings.
Control of Alignment and Layout. All work necessary to establish satisfactory alignment for stripes and all
layout work required for pavement markings shall be performed by the Contractor with any device or method
that will not damage the pavement nor conflict with other traffic control devices.
Tolerances and Appearance. Traffic stripes and pavement markings shall conform to the dimensions and
details shown on the plans.
Completed traffic stripes shall have clean and well-defined edges without running or deformation, shall be
uniform, shall be straight on tangent alignment and shall be on a true arc on curved alignment. The widths of
completed traffic stripes shall not deviate more than 1/4 inch on tangent nor more than 1/2 inch on curves from
the widths shown on the plans. Broken traffic stripes shall also conform to the following requirements:
A. The lengths of the gaps and individual stripes that form broken traffic stripes shall not deviate more
than 2 inches from the lengths shown on the plans.
B. The lengths of the gaps and individual stripes shall be of such uniformity throughout the entire length
of each broken traffic stripe that a normal striping machine will be able to repeat the pattern and
superimpose additional stripes upon the traffic stripe being applied.
The completed pavement markings shall have clean and well-defined edges without running or deformation and
shall conform to the dimensions shown on the plans, except that minor variations may be accepted by the
Engineer.
Drips, overspray, improper markings and paint and thermoplastic material tracked by traffic shall be immediately
removed from the pavement surface by methods approved by the Engineer. All this removal work shall be at the
Contractor's expense.
Protection from Damage. The Contractor shall take special care to protect existing reflective pavement
markers and shall, at the Contractor's expense, replace all coated markers.
Newly placed traffic stripes and pavement markings shall be protected from damage by public traffic or other
causes until the paint is thoroughly dry or the thermoplastic material has sufficiently hardened.
13-10. Removal of Stripes and Markings. Sandblasting of traffic stripes shall not be permitted. Removal of
traffic stripes shall be by grinding, or by other methods approved in writing by the Engineer. Drain inlets
adjacent to areas to be ground shall be protected from grindings entering the storm drain system. For removal
of pavement markings, a rectangular area shall be ground to prevent ghosting of the original marking and be
covered with rectangular area of Type II slurry. Conflicting striping shall be removed completely. Type II slurry
of conflicting striping is required when it crosses the new traveled lane. When this occurs, the entire lane shall
be slurried from lane line to lane line over the entire length of the conflicting striping. This requirement will not
apply to ceramic markers unless specified on the plans.
13-11. Thermoplastic Pavement Markings. This work shall consist of furnishing and applying thermoplastic
pavement markings, including glass beads in accordance with Section 84-2 “Thermoplastic Traffic Stripes and
Pavement Markings” and these Special Provisions.
Measurement. Thermoplastic pavement markings are a lump sum item.
Payment. The lump sum contract price paid for thermoplastic traffic markings of the widths and patterns
designated in the project plans and as specified herein, shall include full compensation for furnishing all
labor, materials, tools, equipment, and incidentals, and for doing all the work involved in removing
existing thermoplastic traffic markings, applying thermoplastic traffic markings, complete in place,
including establishing alignment for markings, as shown on the plans, as specified in these specifications
and the Special Provisions, and as directed by the Engineer.
Page 65 of 270
SLURRY SEAL OF LOCAL STREETS 43 Spec NO. 21-01
13-12. Pavement Markings. Pavement markings which include crosswalks, parking stalls, ADA markings,
STOP bars, and “STOP” markings shall be painted and shall have glass beads applied as per the plans in
accordance with Section 84, “Traffic Stripes and Pavement Markings” of the Standard Specifications except as
provided herein, the Standard Plans, and these Special Provisions. Contractor shall reference all existing
pavement markings prior to any slurry seal taking place on those streets that have pavement markings.
All pavement crosswalks and markings shall be applied in thermoplastic unless otherwise noted.
Measurement. Painting pavement markings are a lump sum item.
Payment. The lump sum contract price paid for painted traffic markings of the widths and patterns
designated in the project plans and as specified herein for painted pavement markings, shall include
full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all
the work involved in painting pavement markings(regardless of the number, widths and patterns of
individual markings involved at each location) including removal of existing painted traffic markings,
establishing alignment for markings, complete in place, as shown on the plans, as specified in these
specifications and the Special Provisions, and as directed by the Engineer.
13-13. Pavement Markers. All pavement markers are reflective pavement markers shall be installed as
described in the following respective sections.
Measurement. Placing reflective and non-reflective pavement markers are a lump sum item.
Payment. The lump sum contract price paid per reflective and non-reflective pavement markers shall
include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for
doing all the work involved in placing pavement markers.
13-14. Reflective Pavement Markers (Blue). Blue raised reflective pavement markers shall be placed on
streets to mark fire hydrants. Blue reflective pavement markers shall be placed 6 inches from the centerline
stripe, or approximate center of the pavement where there is no centerline stripe, on the side nearest the fire
hydrant. All pavement makers shall conform to the provisions in Section 85 of the California Standard
Specifications. Pavement Adhesive used to install pavement markers shall conform to the requirements of
Section 85 of the California Standard Specifications
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 though
entirely omitted from said General Conditions:
(1) Section 6-02. Office at the Site
(2) Section 7-03. Surveys
No other exclusions.
SECTION 15. AMENDMENTS TO GENERAL CONDITIONS
15-01. Sections of General Conditions to be Amended.
The following designated sections of the Special Provisions0+are hereby amended to read as follows:
No amendments.
Page 66 of 270
SLURRY SEAL OF LOCAL STREETS 44 Spec NO. 21-01
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 35)
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 37)
Filled out completely per instruction
o Worker’s Compensation Certificate (Page 38)
Filled out completely per instruction
o Certification of Non-Discrimination in Employment (Page 39)
Filled out completely per instruction
o List of Proposed Subcontractors (Page 40)
Filled out completely per instruction
o Statement of Experience (Page 41)
o Signature of Bidder (Page 42)
Filled out completely per instruction
Authorized signature provided
o Bidder’s Bond (Page 43)
Filled out completely per instruction
o Non-Collusion Affidavit (Page 44)
Filled out completely per instruction
Notarized
o Addenda Issued
Signed and Returned
Page 67 of 270
SLURRY SEAL OF LOCAL STREETS 45 Spec NO. 21-01
CITY OF UKIAH
MENDOCINO COUNTY, CALIFORNIA
PROPOSAL
FOR
SLURRY SEAL OF LOCAL STREETS
Specification No.20-01
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 paym ent therefor the following sum
Page 68 of 270
SLURRY SEAL OF LOCAL STREETS 46 Spec NO. 21-01
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 69 of 270
SLURRY SEAL OF LOCAL STREETS 47 Spec NO. 21-01
NAME OF BIDDER:
SPEC #: 21-03
PROJECT NAME: SLURRY SEAL OF LOCAL STREETS
ITEM
NO. DESCRIPTION QUANTITY UNIT UNIT PRICE EXTENDED PRICE
1 Traffic Control 1 LS $____________ $_________________________
2 Slurry Seal 125,165 SY $____________ $_________________________
3 Solid Yellow 4" Traffic
Stripe 1,876 LF $____________ $_________________________
4 Solid Double Yellow 4"
Traffic Stripe 1,049 LF $____________ $_________________________
5 Broken Yellow 4"
Traffic Stripe 7,132 LF $____________ $_________________________
6 Bike Lane 4" White
Traffic Stripe 16,970 LF $____________ $_________________________
7 Solid White 8” Stripe 186 LF $____________ $_________________________
8 Thermoplastic White
Crosswalk 1,048 LF $____________ $_________________________
9 Thermoplastic Yellow
Crosswalk 782 LF $____________ $_________________________
10 Thermoplastic Ladder
Crosswalk 1,058 SF $____________ $_________________________
11 Thermoplastic Stop
Bar 613 LF $____________ $_________________________
12 Thermoplastic
Pavement Markings 1 LS $____________ $_________________________
13 Pavement Markings 1 LS $____________ $_________________________
14 Pavement Markers 1 LS $____________ $_________________________
We, the undersigned, acknowledge that the City Council has reserved the right to reject any or all bids and to
determine which proposal is, in its opinion, the lowest responsive bid from a responsible bidder and that which
it deems in the best interest of the City to accept. We, the undersigned, further agree, if this proposal shall be
accepted, to sign the agreement and to furnish the required bonds with satisfactory surety, or sureties, within
fifteen (15) calendar days after written notice that the contract is ready for signature; and, if the undersigned
shall fail to contract, as aforesaid, it shall be understood that he or she has abandoned the contract and that,
therefore, this proposal shall be null and void and the proposal guaranty accompanying this proposal, or the
amount of said guaranty, shall be forfeited to and become the property of the City. Otherwise, the proposal
guaranty accompanying this proposal shall be returned to the undersigned.
Witness our hands this day of ___________________, 20____.
Licensed in accordance with an act providing for the registration of California Contractors License No.
___________, expiration date _____________.
THE CONTRACTOR'S LICENSE NUMBER AND EXPIRATION DATE STATED HEREIN ARE MADE UNDER
PENALTY OF PERJURY.
Department of Industrial Relations Public Works Contractor Registration Number: _____________________
Page 70 of 270
SLURRY SEAL OF LOCAL STREETS 48 Spec NO. 21-01
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.
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
FAIR EMPLOYMENT PRACTICES CERTIFICATION
TO: _____________________________________________________________
________________________________________________________________
The undersigned, in submitting a bid for performing the following work by Contract, hereby certifies that he or
she has or will meet the standards of affirmative compliance with the Fair Employment Practices requirements
of the Special Provisions contained herein.
SLURRY SEAL OF LOCAL STREETS
________________________________________________________________
(Signature of Bidder)
Business Mailing Address:
_________________________________________________
_________________________________________________
_________________________________________________
Business Location:
_________________________________________________
_________________________________________________
Page 71 of 270
SLURRY SEAL OF LOCAL STREETS 49 Spec NO. 21-01
(The bidder shall execute the certification of this page prior to submitting his or her proposal.)
WORKER'S COMPENSATION CERTIFICATE
I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured
against liability for Worker's Compensation or undertake self-insurance in accordance with the provisions of that
code and I will comply with such provisions before commencing the performance of the work of this contract.
Witness my hand this________ day of _______________, 200____
Signature of Bidder, with Business Address:
__________________________________________________
__________________________________________________
__________________________________________________
__________________________________________________
Page 72 of 270
SLURRY SEAL OF LOCAL STREETS 50 Spec NO. 21-01
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 73 of 270
SLURRY SEAL OF LOCAL STREETS 51 Spec NO. 21-01
LIST OF PROPOSED SUBCONTRACTORS
In compliance with the provisions of Sections 4100-4108 of the California Public Contract Code and any
amendments thereof, each bidder shall set forth (a) the name and location of the place of business of each
subcontractor who will perform work or labor or render service in or about the construction site or a subcontractor
licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and
installs a portion of the work or improvement according to detailed drawings contained in the plans and
specifications in an amount in excess of one-half of 1 percent of the total bid and (b) the California Contractor
License Number for each subcontractor, and (c) the portion of the work to be done by each subcontractor.(See
General Conditions Section 1-09.) Include with the name of each sub-contractor their Department of Industrial
Relations Public Works Contractor Registration Number.
SUBCONTRACTOR
NAME
SUBCONTRACTOR
LICENSE NUMBER
SUBCONTRACTOR
DIR
REGISTRATION
NUMBER
SUBCONTRACTOR
BUSINESS
ADDRESS
DESCRIPTION
OF WORK
Page 74 of 270
SLURRY SEAL OF LOCAL STREETS 52 Spec NO. 21-01
STATEMENT OF EXPERIENCE OF BIDDER
The bidder is required to state below what work of similar magnitude or character he or she has done and to
give references that will enable the City Council to judge of his or her experience, skill and business standing
and his or her ability to conduct work as completely and rapidly as required under the terms of the contract.
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
Page 75 of 270
SLURRY SEAL OF LOCAL STREETS 53 Spec NO. 21-01
SIGNATURE(S) OF BIDDER
Accompanying this proposal is ___________________________________
(insert the words "cash ($)", "cashier's check" or "bidder's bond", as the case may be) in an amount equal to at
least 10 percent of the bid.
The names of all persons interested in the foregoing proposal as principals are as follows:
IMPORTANT NOTICE: If bidder or other interested person is a corporation, provide the legal name of
corporation and also the names of the president, secretary, treasurer and manager thereof. If a co-partnership,
provide the true name of firm and also the names of all individual co-partners composing the firm. If bidder or
other interested person is an individual, provide the first and last names in full.
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
Licensed in accordance with an act providing for the registration of Contractors:
License No. ______________________________, License Expiration Date .
Signature(s) of Bidder: ______________________________________________
______________________________________________
______________________________________________
NOTE: If bidder is a corporation, the legal name of the corporation shall be set forth above together with
the signature of the officer or officers authorized to sign contracts on behalf of the corporation; if bidder
is a co-partnership, the true name of the firm shall be set forth above together with the signature of the
partner or partners authorized to sign contracts in behalf of the co-partnership; and if bidder is an
individual, his or her signature shall be placed above. If a member of a partnership, a Power of Attorney
must be on file with the Department prior to opening bids or submitted with the bid; otherwise, the bid
will be disregarded as irregular and unauthorized.
Business address: ___________________________________________________
___________________________________________________
Place of residence: ___________________________________________________
___________________________________________________
Dated: __________________
Page 76 of 270
SLURRY SEAL OF LOCAL STREETS 54 Spec NO. 21-01
CITY OF UKIAH
Mendocino County, California
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, ______________________________________________________________
________________________________________________________________, as PRINCIPAL and
________________________________________________________________
________________________________________________________________, as SURETY,
are held and firmly bound unto the City of Ukiah in the penal sum of 10 PERCENT OF THE TOTAL AMOUNT
OF THE BID of the Principal above named, submitted by said Principal to the City of Ukiah, as the case may be,
for the work described below, for the payment of which sum in lawful money of the United States, well and truly
to be made, to the City Clerk to which said bid was submitted, we bind ourselves, our heirs, executors,
administrators and successors jointly and severally, firmly by these presents. In no case shall the liability of the
surety hereunder exceed the sum of $____________________
THE CONDITION OF THIS OBLIGATION IS SUCH,
That whereas the Principal has submitted the above mentioned bid to the City of Ukiah, as aforesaid, for certain
construction specifically described as follows, for which bids are to be opened at the Office of the City Clerk,
Ukiah Civic Center, Ukiah, California, on XXXXXXX for SLURRY SEAL OF LOCAL STREETS.
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 77 of 270
SLURRY SEAL OF LOCAL STREETS 55 Spec NO. 21-01
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 SLURRY SEAL OF LOCAL STREETS 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 78 of 270
SLURRY SEAL OF LOCAL STREETS 56 Spec NO. 21-01
CITY OF UKIAH
Mendocino County, California
AGREEMENT
FOR
SLURRY SEAL OF LOCAL STREETS
SPECIFICATION NO. 20-03
THIS AGREEMENT, made this ______ day of ___________________, 20____, by and between the City of
Ukiah, Mendocino County, California, hereinafter called the City and _______________________ hereinafter
called the Contractor,
WITNESSETH:
WHEREAS, the City has caused to be prepared in accordance with law, specifications, drawings and other
contract documents for the work herein described and shown and has approved and adopted these contract
documents, specifications and drawings and has caused to be published in the manner and for the time required
by law a notice to bidders inviting sealed proposals for doing the work in accordance with the terms of this
contract and
WHEREAS, the Contractor, in response to the notice to bidders, has submitted to the City a sealed proposal
accompanied by a proposal guaranty in an amount of not less than 10 percent of the bid price for the construction
of the proposed work in accordance with the terms of this contract and
WHEREAS, the City, in the manner prescribed by law, has publicly opened, examined and canvassed the
proposals submitted and as a result has determined and declared the Contractor to be the lowest and best
regular responsible bidder for the work and for the sums named in the proposal,
NOW, THEREFORE, THIS AGREEMENT WITNESSETH:
Article 1. Work to be Done and Contract Days Allowed.
That the Contractor shall provide all necessary machinery, tools, apparatus and other means of construction;
shall furnish all materials, superintendence, overhead, expenses, all labor and expenses of whatever nature
necessary for completion of the work in conformity with the Special Provisions and other contract documents
hereto attached and according to such instructions as may be given by the Engineer. The Contractor shall
complete the work within fifteen (15) calendar days. Contract days shall be counted starting with the 10th day
following receipt of notice that the contract has been executed by the City. Contractor, at his or her option, may
begin work prior to start of counting contract days, however, in no event shall the Contractor start work without
giving notification to the Engineer at least 72 hours prior to the start of work, without obtaining an encroachment
permit from the City, or without having submitted certificates of insurance that have been accepted and approved
by the Engineer
Page 79 of 270
SLURRY SEAL OF LOCAL STREETS 57 Spec NO. 21-01
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 connected therewith;
for all expenses of the work, as herein specified; for all liability and other insurance, for all overhead and other
expenses incident to the work; all according to the Contract Drawings, the Special Provisions, the Details, the
instructions and the requirements of the City.
Article III. Labor Discrimination.
Attention is directed to Section 1735 of the Labor Code, which reads as follows:
"No discrimination shall be made in the employment of persons upon public works because of the race,
color, national origin or ancestry, or religion of such persons and every contractor for public works
violating this section is subject to all the penalties imposed for a violation of this chapter."
In connection with the performance of work under this contract, the Contractor agrees as follows:
(a) The Contractor will not willfully discriminate against any employee or an applicant for employment
because of race, color, religion, ancestry, or national origin. The Contractor will take affirmative
action to ensure that applicants are employed and that employees are treated during employment
without regard to their race, color, religion, ancestry, or national origin. Such action shall include,
but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay or other forms of 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 Practices section of this Contract or of the Fair
Employment Practices Act shall be regarded by the awarding authority as a basis for determining
the Contractor to be not a "responsible bidder" as to future contracts for which such Contractor
may submit bids, for revoking the Contractor's pre-qualification rating, if any and for refusing to
establish, reestablish or renew a pre-qualification rating for the Contractor.
The City of Ukiah shall deem a finding of willful receipt of written notice from the Fair Employment
Practices Act to have occurred upon that it has investigated and determined that the Contractor
Page 80 of 270
SLURRY SEAL OF LOCAL STREETS 58 Spec NO. 21-01
has violated the Fair Employment Practices Act and has issued an order under Labor Code Section
1426 or obtained an injunction under Labor Code Section 1429.
Upon receipt of such written notice from the Fair Employment Practices Commission, the City shall
notify the Contractor that unless he or she demonstrates to the satisfaction of the awarding
authority within a stated period that the violation has been corrected, his or her pre-qualification
rating will be revoked at the expiration of such period.
(e) The Contractor agrees that should the City determine that the Contractor has not complied with the
Fair Employment Practices section of this Contract, then pursuant to Labor Code Section 1735 and
1775 the Contractor shall, as a penalty to the City, forfeit for each calendar day or portion thereof,
for each person who was denied employment as a result of such non-compliance, the penalties
provided in the Labor Code for violation of prevailing wage rates. Such monies may be recovered
from the Contractor. The City may deduct any such damages from any monies due the Contractor.
(f) Nothing contained in this Fair Employment Practices section shall be construed in any manner of
fashion so as to prevent the City or the State of California from pursuing any other remedies that
may be available at law.
(g) Prior to awarding the Contract, the Contractor shall certify to the awarding authority that he or she
has or will meet the following standards for affirmative compliance, which shall be evaluated in
each case by the awarding authority:
(1) The Contractor shall provide evidence, as required by the City that he or she has notified all
supervisors, foremen and other personnel officers in writing of the content of the anti-discrimination
clause and their responsibilities under it.
(2) The Contractor shall provide evidence, as required by the City, that he or she has notified all
sources of employees’ referrals (including unions, employment agencies, advertisements,
Department of Employment) of the content of the anti-discrimination clause.
(3) The Contractor shall file a basic compliance report, as required by the City. 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 Cit y 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.
Page 81 of 270
SLURRY SEAL OF LOCAL STREETS 59 Spec NO. 21-01
(i) The "Fair Employment Practices Certification" must be completed and signed prior to the time of
submitting the bid.
Article IV. Parts of the Contract.
That the complete contract consists of the following documents, all of which shall be considered a part of this
agreement.
1. Notice to Bidders
2. Wage Rates
3. General Conditions
4. Technical Specifications
5. Proposal
6. Fair Employment Practices Certification
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 82 of 270
SLURRY SEAL OF LOCAL STREETS 60 Spec NO. 21-01
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 83 of 270
SLURRY SEAL OF LOCAL STREETS 61 Spec NO. 21-01
CITY OF UKIAH
Mendocino County, California
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS,
That we the undersigned, ______________________________________________________________
__________________________________________________________________________________,
AS PRINCIPAL, and
__________________________________________________________________________________,
AS SURETY,
are held firmly bound unto THE CITY OF UKIAH, hereinafter called the “City”, in the penal sum of
dollars ($____________________)
for the payment of which sum we bind ourselves, our heirs, executors, administrators, and successors, jointly
and severally.
WHEREAS, the Principal has entered into a certain Contract with the City, dated __________, 20_____,
a copy of which is hereto attached and made a part hereof,
NOW, THEREFORE, the condition of this obligation is such that if the Principal shall in all respects fully perform
the Contract and all duly authorized modifications thereof, during its original term and any extensions thereof
that may be granted and during any guaranty period for which the Contract provides, and if the Principal shall
fully satisfy all claims, arising out of the prosecution of the work under the Contract and shall fully indemnify the
City for all expenses which it may incur by reason of such claims, including its attorney's fees and court costs,
and if the Principal shall make full payment to all persons supplying labor, services, materials, or equipment in
the prosecution of the work under the Contract, in default of which such persons shall have a direct right of action
hereupon; and if the Principal shall pay or cause to be paid all sales and use taxes payable as a result of the
performance of the Contract as well as payment of gasoline and special motor fuels taxes in the performance of
the Contract and all motor vehicle fees required for commercial motor vehicles used in connection with the
performance of the Contract, then this obligation shall be void; otherwise, it shall remain in full force and effect.
No modification of the Contract or extension of the term thereof, nor any forbearance on the part of the City shall
in any way release the Principal or the Surety from liability hereunder. Notice to the Surety of any such
modification, extension, or forbearance is hereby waived.
IN WITNESS WHEREOF, the aforesaid Principal and Surety have executed this instrument and affixed their
seals hereto, this ________ day of _______________, 20_______.
In the presence of:
WITNESS:
_________________________________
________________________________
(SEAL)
(Individual Principal)
___________________________________
(Business Address)
___________________________________
Page 84 of 270
SLURRY SEAL OF LOCAL STREETS 62 Spec NO. 21-01
(City/State/Zip Code)
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 $____________________________...
(The above is to be filled in by Surety Company). (Power of Attorney of person signing for Surety Company must
be attached).
Page 85 of 270
SLURRY SEAL OF LOCAL STREETS 63 Spec NO. 21-01
(CERTIFICATE AS TO CORPORATE PRINCIPAL)
I,_________________________________________, certify that I am the
______________________________ Secretary of the corporation named as Principal in the foregoing bond;
that _______________________________________, who signed the said bond on behalf of the Principal, was
then ____________________________________________ of said corporation; that I know his signature, and
that his signature thereto is genuine; and that said bond was duly signed, sealed, and attested to for and in
behalf of said corporation by authority of its governing body.
____________________________________________ Affix Corporate Seal
Page 86 of 270
SLURRY SEAL OF LOCAL STREETS 64 Spec NO. 21-01
CITY OF UKIAH
Mendocino County, California
MATERIAL AND LABOR BOND
KNOW ALL MEN BY THESE PRESENTS,
That we the undersigned, ______________________________________________________
__________________________________________________________________________, AS PRINCIPAL,
and
__________________________________________________________________________
__________________________________________________________________________, AS SURETY,
are held firmly bound unto THE CITY OF UKIAH, hereinafter called the “City” in the penal sum of
dollars ($____________________)
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)
Page 87 of 270
SLURRY SEAL OF LOCAL STREETS 65 Spec NO. 21-01
___________________________________
(City/State/Zip Code)
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.
Page 88 of 270
SLURRY SEAL OF LOCAL STREETS 66 Spec NO. 21-01
____________________________________________ Affix Corporate Seal
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 89 of 270
SLURRY SEAL OF LOCAL STREETS 67 Spec NO. 21-01
CITY OF UKIAH
Mendocino County, California
DEFECTIVE MATERIAL AND WORKMANSHIP (MAINTENANCE) BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, _____________________________________________________________________
__________________________________________________________________, as PRINCIPAL
and__________________________________________________________________________
___________________________________________________________________, as SURETY,
are held and firmly bound unto the City of Ukiah as Obligee, in the penal sum of
___________________________________________________________________________________
_________________________________________________________($____________________),
(5 PERCENT OF THE FINAL CONTRACT AMOUNT)
to which payment well and truly to be made, we do bind ourselves, our and each of our heirs, executors,
administrators, successors and assigns jointly and severally, firmly by these presents.
WHEREAS, the said Principal entered into a Contract with the City of Ukiah
dated_________________________
for _________________________________________________________________________________
____________________________________________________________________________________
WHEREAS, said Contract has been completed, and was approved on the ______ day of ___________,
_________,
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal shall guarantee
that the work will be free of any defective materials or workmanship which become apparent during the period
of one (1) year following completion of the Contract, then this obligation shall be void, otherwise to remain in full
force and effect, provided however, any additional warranty or guarantee whether expressed or implied is
extended by the Principal or Manufacturer only, and the surety assumes no liability for such a guarantee.
Signed, sealed, and dated this __________ day of ____________, 20_____.
__________________________________________________ (Seal)
BY :_______________________________________________( Seal)
__________________________________________________ (Seal)
Principal
__________________________________________________ (Seal)
BY :_______________________________________________( Seal)
__________________________________________________ (Seal)
Surety
Page 90 of 270
Page 1 of 2
Agenda Item No: 7.b.
MEETING DATE/TIME: 5/5/2021
ITEM NO: 2021-821
AGENDA SUMMARY REPORT
SUBJECT: Authorize the City Manager to Sign Federal Aviation Administration Airport Coronavirus Relief
Grant Offer, Grant No. 3-06-0268-019-2021 for Ukiah Municipal Airport in the Amount of $13,000.
DEPARTMENT: Airport PREPARED BY: Greg Owen, Airport Manager
PRESENTER: Consent Calendar
ATTACHMENTS:
1. Federal Aviation Administration Airport Coronavirus Relief Grant Offer, Grant No. 3-06-0268-019-2021
Summary: Council will consider authorizing the City Manager to Sign Federal Aviation Administration Airport
Coronavirus Relief Grant Offer, Grant No. 3-06-0268-019-2021 for Ukiah Municipal Airport in the amount of
$13,000. These funds will be used to support the airport operating budget.
Background: The Airports Coronavirus Response Grant Program (herein called “ACRGP”), is provided in
accordance with the Coronavirus Response and Relief Supplemental Appropriations Act (CRRSA Act or “the
Act”), Division M of Public Law 116-260, to provide eligible sponsors with funding for costs related to
operations, personnel, cleaning, sanitization, janitorial services, combating the spread of pathogens at the
airport, and debt service payments.
Discussion: Staff recommends that Council authorize the City Manager to sign the Federal Aviation
Administration Airport Coronavirus Relief Grant Offer, Grant No. 3-06-0268-019-2021 (Attachment 1). The
purpose of this ACRGP Grant is to prevent, prepare for, and respond to coronavirus. Funds provided under
this ACRGP Grant Agreement must only be used for purposes directly related to the airport. Such purposes
can include the reimbursement of an airport’s operational and maintenance expenses or debt service
payments in accordance with the limitations prescribed in the Act. ACRGP Grants may be used to reimburse
airport operational and maintenance expenses directly related to Ukiah Municipal incurred April 21, 2021 3-06-
0268-019-2021 no earlier than January 20, 2020. ACRGP Grants also may be used to reimburse a Sponsor’s
payment of debt service where such payments occur on or after December 27, 2020. Funds provided under
this ACRGP Grant Agreement will be governed by the same principles that govern “airport revenue.” New
airport development projects not directly related to combating the spread of pathogens and approved by the
FAA for such purposes, may not be funded with this Grant.
Recommended Action: Authorize the City Manager to sign Federal Aviation Administration Airport
Coronavirus Relief Grant Offer, Grant No. 3-06-0268-019-2021 for Ukiah Municipal Airport, in the amount of
$13,000.
BUDGET AMENDMENT REQUIRED: Yes
CURRENT BUDGET AMOUNT: 77700000.43290.18270: $0
PROPOSED BUDGET AMOUNT:
FINANCING SOURCE: FAA
PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A
Page 91 of 270
Page 2 of 2
COORDINATED WITH:
Page 92 of 270
3-06-0268-019-2021
1
U.S. Department of TransportationFederal Aviation Administration
Airports Division Western-Pacific RegionCalifornia
FAA SFO ADO 1000 Marina BoulevardSuite 220 Brisbane, CA 94005
CRRSA Transmittal Letter
{{DateTime_es_:signer1:calc(now()):format(date," mmmm d, yyyy")}}
Mr. Greg Owen Airport Manager City of Ukiah 1403 S. State StreetUkiah, CA 95482
Dear Mr. Owen: Please find the following electronic Airport Coronavirus Response Grant Program (ACRGP) Grant Offer, Grant No. 3-06-0268-019-2021 for Ukiah Municipal Airport. This letter outlines expectations for success.Please read and follow the instructions 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 grant; b.certification, no later than May 6, 2021 in order for the grant to be valid.c.You may not make any modification to the text, terms or conditions of the grant offer.d. attorney. Once the attorney has digitallyattested to the grant, an email with the executed grant will be sent to all parties. Subject to the requirements in 2 CFR §200.305, each payment request for reimbursement under thisgrant 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 drawdown and expend these funds within four years. An airport sponsor may use these funds for costs related to operations, personnel, cleaning, sanitization,janitorial services, combating the spread of pathogens at the airport, and debt service payments. Please refer to the ACRGP Frequently Asked Questions for further information. With each payment request you are required to upload an invoice summary directly to Delphi. The invoice summary should include enough detail to permit FAA to verify compliance with the CoronavirusResponse and Relief Supplemental Appropriations Act (Public Law 116-260). For the final payment request, in addition to the requirement listed above for all payment requests, youare required to upload directly to Delphi: A final financial report summarizing all of the costs incurred and reimbursed, andAn SF-425, and. A closeout report (A sample report is available here).
Page 93 of 270
3-06-0268-019-2021
2
Until the grant is completed and closed, you are responsible for submitting a signed/dated 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). 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. I am readily available to assist you and your designated representative with the requirements stated herein. We sincerely value your cooperation in these efforts.
Sincerely, {{Sig_es_:signer1: signature}}
Laurie J. Suttmeier Manager
Page 94 of 270
3-06-0268-019-2021
3
U.S. Department of Transportation Federal Aviation Administration
AIRPORT CORONAVIRUS RELIEF GRANT PROGRAM (ACRGP)
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 ACRGP Grant Number 3-06-0268-019-2021 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 WHEREAS, the Sponsor has submitted to the FAA an Airports Coronavirus Response Grant Program February 3, 2021, for a grant of Federal funds at or associated with the Ukiah Municipal Airport, which is included as part of this ACRGP Grant Agreement; and WHEREAS, the Sponsor has accept WHEREAS, in consideration of the promises, representations and assurances provided by the Sponsor, the FAA has approved the ACRGP Application for the Ukiah Municipal Airport This ACRGP Grant is provided in accordance with the Coronavirus Response and Relief Supplemental -260, as described below, to provide eligible Sponsors with funding for costs related to operations, personnel, cleaning, sanitization, janitorial services, combating the spread of pathogens at the airport, and debt service payments. ACRGP Grant amounts to specific airports are derived by legislative formula (See Division M, Title IV of the Act). The purpose of this ACRGP Grant is to prevent, prepare for, and respond to coronavirus. Funds provided under this ACRGP Grant Agreement must only be used for purposes directly related to the airport. Such purposeservice payments in accordance with the limitations prescribed in the Act. ACRGP Grants may be used to reimburse airport operational and maintenance expenses directly related to Ukiah Municipal incurred
Page 95 of 270
3-06-0268-019-2021
4
debt service where such payments occur on or after December 27, 2020. Funds provided under this ACRGP Grant Agreemenairport development projects not directly related to combating the spread of pathogens and approved by the FAA for such purposes, may not be funded with this Grant. NOW THEREFORE, in accordance with the applicable provisions of the CRRSA Act, Public Law 116-260,
acceptance of this Offer; and, (b) the benefits to accrue to the United States and the public from the accomplishment of the Grant and in compliance with the conditions as herein provided, 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 as a result of and in accordance with this Grant Agreement. 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 $13,000, allocated as follows: $13,000 Non Primary KU2021 2. Grant Performance. This ACRGP Grant Agreement is subject to the following federal award requirements: a. The 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. The Budget Period: 1. The budget period for this ACRGP Grant is 4 years (1,460 calendar days). 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
Page 96 of 270
3-06-0268-019-2021
5
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) 2. The FAA may terminate this ACRGP 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. Unallowable Costs. The Sponsor shall not seek reimbursement for any costs that the FAA has determined to be unallowable under the CRRSA Act. 4. Indirect Costs - Sponsor. The Sponsor may charge indirect costs under this award by applying the indirect cost rate identified in the Grant Application as accepted by the FAA, to allowable costs for Sponsor direct salaries and wages only. 5. Final Federal Share of Costs. costs is 100%. 6. Completing the Grant without Delay and in Conformance with Requirements. The Sponsor must carry out and complete the Grant without undue delays and in accordance with this ACRGP Grant Agreement, the CRRSA Act, and the regulations, policies, standards, and procedures of the
report to the FAA any disengagement from funding eligible expenses under the Grant that exceeds three months or a 25 percent reduction in time devoted to the Grant, and request prior approval from FAA. The report must include a reason for the stoppage. The Sponsor agrees to comply with the attached assurances, which are part of this agreement and any addendum that may be attached hereto at a later date by mutual consent. 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 unless this offer has been accepted by the Sponsor on or before May 6, 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, including uses that violate this ACRGP Grant Agreement, the CRRSA Act or other provision of applicable law. For the purposes of this ACRGP Grant Agreement, the term
pursuant to this or any other Federal grant agreement(s). 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 relate to this ACRGP Grant Agreement, including, but not limited to, any action taken by a Sponsor related to or arising from, directly or indirectly, this ACRGP Grant Agreement. 11. System for Award Management (SAM) Registration and Unique Entity Identifier (UEI).
Page 97 of 270
3-06-0268-019-2021
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. 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 agreement. 14. 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. 15. Buy American. Unless otherwise approved in advance by the FAA, in accordance with 49 United States Code (U.S.C.) § 50101 the Sponsor will not acquire or permit any contractor or subcontractor to acquire any steel or manufactured goods 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. 16. 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 Fhttp://harvester.census.gov/facweb/ . Upon request of the FAA, the Sponsor shall provide one copy of the completed audit to the FAA. 17. 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 the entity is not excluded or disqualified from participating; or 3. Adding a clause or condition to covered transactions attesting the individual or firm is 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).
Page 98 of 270
3-06-0268-019-2021
7
c. Immediately disclose to the FAA whenever the Sponsor (1) learns the Sponsor has entered into a covered transaction with an ineligible entity, or (2) suspends or debars a contractor, person, or entity. 18. 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 this ACRGP Grant or subgrant funded by this Grant. 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 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 by this ACRGP Grant. 19. Trafficking in Persons. a. employees may not 1. Engage in severe forms of trafficking in persons during the period of time that the award is in effect; 2. Procure a commercial sex act during the period of time that the award is in effect; or 3. Use forced labor in the performance of the award or subawards under the ACRGP Grant. b. The FAA as the Federal awarding agency may unilaterally terminate this award, 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 ACRGP Grant Agreement term; or 2. Has an employee who is determined by the agency official authorized to terminate the ACRGP Grant Agreement to have violated a prohibition in paragraph A.1 of this ACRGP Grant term through conduct that is either A. Associated with performance under this ACRGP grant; or B. Imputed to the subrecipient using the standards and due process for imputing the conduct of an individual Guidelines 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 during this ACRGP Grant Agreement.
Page 99 of 270
3-06-0268-019-2021
8
d. Our right to terminate unilaterally that is described in paragraph A of this section: 1. Implements section 106(g) of the Trafficking Victims Protection Act of 2000 (TVPA), as amended (22 U.S.C. § 7104(g)), and 2. Is in addition to all other remedies for noncompliance that are available to the FAA under this ACRGP Grant. 20. Employee Protection from Reprisal. a. Prohibition of Reprisals 1. In accordance with 41 U.S.C. § 4712, an employee of a grantee or subgrantee 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), information that the employee reasonably believes is evidence of: a. Gross mismanagement of a Federal grant; b. Gross waste of Federal funds; c. An abuse of authority relating to implementation or use of Federal funds; d. A substantial and specific danger to public health or safety; or e. 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: a. A member of Congress or a representative of a committee of Congress; b. An Inspector General; c. The Government Accountability Office; d. A Federal office or employee responsible for oversight of a grant program; e. A court or grand jury; f. A management office of the grantee or subgrantee; or g. A Federal or State regulatory enforcement agency. 3. Submission of Complaint A person who believes that they have been subjected to a reprisal prohibited by paragraph A of this ACRGP Grant Agreement 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 subsection 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). 21. Limitations. Nothing provided herein shall be construed to limit, cancel, annul, or modify the terms of any Federal grant agreement(s), including all terms and assurances related thereto, that have been entered into by the Sponsor and the FAA prior to the date of this ACRGP Grant Agreement. 22. Face Coverings Policy. The sponsor agrees to implement a face-covering (mask) policy to combat the spread of pathogens. This policy must include a requirement that all persons wear a mask, in accordance with Centers for Disease Control (CDC) and Transportation Security Administration (TSA)
Page 100 of 270
3-06-0268-019-2021
9
requirements, as applicable, at all times while in all public areas of the airport property, except to the extent exempted under those requirements. This special condition requires the airport sponsor continue to require masks until Executive Order 13998, Promoting COVID-19 Safety in Domestic and International Travel, is no longer effective.
SPECIAL CONDITIONS FOR USE OF ACRGP FUNDS
CONDITIONS FOR ROLLING STOCK/EQUIPMENT - 1. Equipment or Vehicle Replacement. The Sponsor agrees that when using funds provided by this grant to replace equipment, the proceeds from the trade-in or sale of such replaced equipment shall be classified and used as airport revenue. 2. Equipment Acquisition. The Sponsor agrees that for any equipment acquired with funds provided by this grant, such equipment shall be used solely for purposes directly related to the airport. 3. Low Emission Systems. The Sponsor agrees that vehicles and equipment acquired with funds provided in this grant: a. Will be maintained and used at the airport for which they were purchased; and b. Will not be transferred, relocated, or used at another airport without the advance consent of the FAA. The Sponsor further agrees that it will maintain annual records on individual vehicles and equipment, project expenditures, cost effectiveness, and emission reductions.
CONDITIONS FOR UTILITIES AND LAND - 4. Utilities Proration. operations and maintenance costs, the allowable cost of utilities incurred by the Sponsor to operate and maintain airport(s) included in the Grant must not exceed the percent attributable to the capital or operating costs of the airport. 5. Utility Relocation in Grant. The Sponsor understands and agrees that: a. The United States will not participate in the cost of any utility relocation unless and until the Sponsor has submitted evidence satisfactory to the FAA that the Sponsor is legally responsible for payment of such costs; b. FAA participation is limited to those utilities located on-airport or off-airport only where the Sponsor has an easement for the utility; and c. The utilities must serve a purpose directly related to the Airport. 6. Land Acquisition. Where funds provided for by this grant are used to acquire land, the Sponsor shall record the grant agreement, including the grant assurances and any and all related requirements, encumbrances, and restrictions that shall apply to such land, in the public land records of the jurisdiction in which the land is located.
Page 101 of 270
3-06-0268-019-2021
10
incorporated herein shall be evidenced by execution of this instrument by the Sponsor. The Offer and Acceptance shall comprise an ACRGP Grant Agreement, as provided by the CRRSA Act, constituting the contractual obligations and rights of the United States and the Sponsor with respect to this Grant. The effective date of this ACRGP Grant Agreement is the date of the Sponsor's acceptance of this Offer.
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. Dated {{DateTime_es_:signer1:calc(now()):format(date," mmmm d, yyyy")}}
UNITED STATES OF AMERICA FEDERAL AVIATION ADMINISTRATION {{Sig_es_:signer1: signature}}
(Signature)
{{N_es_:signer1: fullname}} (Typed Name)
{{*Ttl_es_:signer1: title}} (Title of FAA Official)
Page 102 of 270
3-06-0268-019-2021
11
Part II - Acceptance The Sponsor does hereby ratify and adopt all assurances, statements, representations, warranties, covenants, and agreements contained in the ACRGP Grant Application and incorporated materials referred to in the foregoing Offer under Part I of this ACRGP Grant Agreement, and does hereby accept this Offer and by such acceptance agrees to comply with all of the terms and conditions in this Offer and in the ACRGP Grant Application and all applicable terms and conditions provided for in the CRRSA Act and other applicable provisions of Federal law. 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 Dated {{DateTime_es_:signer2:calc(now()):format(date," mmmm d, yyyy")}}
City of Ukiah (Name of Sponsor)
{{Sig_es_:signer2: signature}}
By: {{N_es_:signer2: fullname}}
Title: {{*Ttl_es_:signer2: title}}
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 103 of 270
3-06-0268-019-2021
12
CERTIFICATE OF SPONSOR'S ATTORNEY
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
the execution thereof is in all respects due and proper and in accordance with the laws of the said State and the CRRSA Act. The Sponsor understands funding made available under this Grant Agreement may only be used to reimburse for airport operational and maintenance expenses, and debt service payments. The Sponsor further understands it may submit a separate request to use funds for new airport/project development purposes, subject to additional terms, conditions, and assurances. 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. Dated at {{DateTime_es_:signer3:calc(now()):format(date," mmmm d, yyyy")}}
By: {{Sig_es_:signer3: signature}} (Signature of Sponsor's Attorney)
Page 104 of 270
3-06-0268-019-2021
13
AIRPORT CORONAVIRUS RELIEF GRANT PROGRAM (ACRGP) ASSURANCES AIRPORT SPONSORS
A. General. 1. These Airport Coronavirus Relief Grant Program (ACRGP) Assurances are required to be submitted as part of the application by sponsors requesting funds under the provisions of the
-260. 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. 2. Upon acceptance of this ACRGP Grant offer by the sponsor, these assurances are incorporated into and become part of this ACRGP Grant Agreement. B. Sponsor Certification. The sponsor hereby assures and certifies, with respect to this ACRGP Grant that: 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 ACRGP Grant including but not limited to the following:
FEDERAL LEGISLATION a. 49 U.S.C. Chapter 471, as applicable b. Davis-Bacon Act 40 U.S.C. 276(a), et. seq. 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. f. National Historic Preservation Act of 1966 Section 106 16 U.S.C. 470(f). g. Archeological and Historic Preservation Act of 1974 16 U.S.C. 469 through 469c. 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. 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).
Page 105 of 270
3-06-0268-019-2021
14
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. s. Power plant and Industrial Fuel Use Act of 1978 Section 403- 2 U.S.C. 8373. t. Contract Work Hours and Safety Standards Act 40 U.S.C. 327, et. seq. 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. 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).
EXECUTIVE ORDERS a. Executive Order 11246 Equal Employment Opportunity 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 Construction f. Executive Order 12898 Environmental Justice g. Executive Order 14005 Ensuring the Future Is Made in All of America by All of America's Workers.
FEDERAL REGULATIONS a. 2 CFR Part 180 OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement). b. 2 CFR Part 200 Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards. 3, 4 c. 2 CFR Part 1200 Nonprocurement Suspension and Debarment. d. 28 CFR Part 35 Discrimination on the Basis of Disability in State and Local Government Services. e. 28 CFR § 50.3 U.S. Department of Justice Guidelines for Enforcement of Title VI of the Civil Rights Act of 1964. f. 29 CFR Part 1 Procedures for predetermination of wage rates. 1 g. 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
Page 106 of 270
3-06-0268-019-2021
15
h. 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 i. 41 CFR Part 60 Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor (Federal and Federally assisted contracting requirements). 1 j. 49 CFR Part 20 New restrictions on lobbying. k. 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. l. 49 CFR Part 23 Participation by Disadvantage Business Enterprise in Airport Concessions. m. 49 CFR Part 26 Participation by Disadvantaged Business Enterprises in Department of Transportation Program. n. 49 CFR Part 27 Nondiscrimination on the Basis of Handicap in Programs and Activities Receiving or Benefiting from Federal Financial Assistance. 1 o. 49 CFR Part 28 Enforcement of Nondiscrimination on the Basis of Handicap in Programs or Activities conducted by the Department of Transportation. p. 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. q. 49 CFR Part 32 Government-wide Requirements for Drug-Free Workplace (Financial Assistance). r. 49 CFR Part 37 Transportation Services for Individuals with Disabilities (ADA). s. 49 CFR Part 41 Seismic safety of Federal and Federally assisted or regulated new building construction.
FOOTNOTES TO ASSURANCE ACRGP ASSURANCE B.1.
1 These laws do not apply to airport planning sponsors. 2 These laws do not apply to private sponsors. 3 Cost principles established in 2 CFR Part 200 subpart E must be used as guidelines for determining the eligibility of specific types of expenses 4 Audit requirements established in 2 CFR Part 200 subpart F are the guidelines for audits.
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. 1. Purpose Directly Related to the Airport It certifies that the reimbursement sought is for a purpose directly related to the airport. 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 grant; that an oof the application, including all understandings and assurances contained therein, and directing
Page 107 of 270
3-06-0268-019-2021
16
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 Grant 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. Good Title. 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. 4. 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. 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 this Grant Agreement. c. 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 and conditions of this Grant Agreement. 5. Consistency with Local Plans. Any project undertaken by this Grant Agreement is reasonably consistent with plans (existing at the time of submission of the ACGRP 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. 6. Consideration of Local Interest. It has given fair consideration to the interest of communities in or near where any project undertaken by this Grant Agreement may be located. 7. Consultation with Users. In making a decision to undertake any airport development project undertaken by this Grant Agreement, it has undertaken reasonable consultations with affected parties using the airport at which project is proposed.
Page 108 of 270
3-06-0268-019-2021
17
8. Pavement Preventative Maintenance. With respect to a project undertaken by this Grant Agreement 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, including ACRGP funds provided under this Grant Agreement. It will provide such reports on pavement condition and pavement management programs as the Secretary determines may be useful. 9. Accounting System, Audit, and Record Keeping Requirements. a. It shall keep all Grant accounts and records which fully disclose the amount and disposition by the recipient of the proceeds of this Grant, the total cost of the Grant in connection with which this Grant is given or used, and the amount or nature of that portion of the cost of the Grant supplied by other sources, and such other financial records pertinent to the Grant. 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 Grant 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 States not later than six (6) months following the close of the fiscal year for which the audit was made. 10. 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. 11. 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. 12. 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
Page 109 of 270
3-06-0268-019-2021
18
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. 13. 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. 14. 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 purposes compatible with normal airport operations, including landing and takeoff of aircraft. 15. Exclusive Rights. The sponsor shall not grant an exclusive right to use an air navigation facility on which this Grant has been expended. However, providing services at an airport by only one fixed-based operator is not an exclusive right if a. it is unreasonably costly, burdensome, or impractical for more than one fixed-based operator to provide the services; and b. allowing more than one fixed-based operator to provide the services requires a reduction in space leased under an agreement existing on September 3, 1982, between the operator and the airport. 16. Airport Revenues. a. This Grant shall be available for any purpose for which airport revenues may lawfully be used to prevent, prepare for, and respond to coronavirus. Funds provided under this ACRGP Grant Agreement will only be expended 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(s) subject to this agreement and all applicable addendums for costs related to
Page 110 of 270
3-06-0268-019-2021
19
operations, personnel, cleaning, sanitization, janitorial services, combating the spread of pathogens at the airport, and debt service payments as prescribed in the Act b. For airport development, 49 U.S.C. § 47133 applies. 17. 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. 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. 18. 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. 19. 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. boundary. 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
Page 111 of 270
3-06-0268-019-2021
20
as approved by the Secretary and which might, in the opinion of the Secretary, adversely affect the safety, utility or efficiency of the airport. b. 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 Secredesign standards beyond the control of the airport sponsor. 20. 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 Part 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)
spons 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. d. Required Solicitation Language
Page 112 of 270
3-06-0268-019-2021
21
It will include the following notification in all solicitations for bids, Requests for Proposals for work, or material under this Grant 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 for 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 for an a 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, grant, 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, grant, or program. C. 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. D. 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. 21. Foreign Market Restrictions. It will not allow funds provided under this Grant to be used to fund any activity that 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.
Page 113 of 270
3-06-0268-019-2021
22
22. Policies, Standards and Specifications. It will carry out any project funded under an Airport Coronavirus Relief 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 February 3, 2021, included in this grant, and in accordance with applicable state policies, standards, and specifications approved by the Secretary. 23. 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. 24. 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). 25. Acquisition Thresholds. The FAA deems equipment to mean tangible personal property having a useful life greater than one year and a per-unit acquisition cost equal to or greater than $5,000. Procurements by micro-purchase means the acquisition of goods or services for which the aggregate dollar amount does not exceed $10,000, unless authorized in accordance with 2 CFR § 200.320. Procurement by small purchase procedures means those relatively simple and informal procurement methods for securing goods or services that do not exceed the $250,000 threshold for simplified acquisitions.
Page 114 of 270
3-06-0268-019-2021
23
Current FAA Advisory Circulars Required for Use in AIP Funded and PFC Approved Projects
View the most current Series 150 Advisory Circulars (ACs) for Airport Projects at http://www.faa.gov/airports/resources/advisory_circulars and http://www.faa.gov/regulations_policies/advisory_circulars
Page 115 of 270
Page 1 of 2
Agenda Item No: 7.c.
MEETING DATE/TIME: 5/5/2021
ITEM NO: 2021-829
AGENDA SUMMARY REPORT
SUBJECT: Report on Award of Professional Services Agreement to On Duty Health for Annual National Fire
Protection Association (NFPA) Compliant Physical Exams for Fire Authority Staff.
DEPARTMENT: Fire PREPARED BY: Doug Hutchison, Fire Chief
PRESENTER: Consent Calendar
ATTACHMENTS:
1. Agreement with OnDuty Health
Summary: The Council will receive a report of award of a Professional Services Agreement with On Duty
Health in the amount of $11,603 to provide National Fire Protection Association (NFPA) required physical
exams for Fire Authority staff.
Background: The National Fire Protection Association's (NFPA) Standards 1500 and 1582 require annual
medical screening of personnel assigned to firefighting duties.
Discussion: Firefighting is an arduous and dangerous task. Besides the dangers posed by the fire itself,
firefighters are endangered by extreme physiological stressors. In fact, most firefighter Line of Duty Deaths
(LODDs) are attributed to medical conditions rather than smoke inhalation, burns, etc. As such, screening for
any underlying medical conditions becomes vitally important to try to prevent injuries and deaths.
Both National Fire Protection Association (NFPA) Standard 1500 and 1582 require annual medical screening
of personnel, and in fact the lack of such required screenings is often cited as a contributing factor in National
Institute of Occupational Safety and Health (NIOSH) Firefighter Line of Duty Death (LODD) reports.
These types of exams have a proven track record of identifying underlying medical conditions, often before
serious symptoms occur, as well as identifying areas of potential injury, thus allowing for preventive
actions/measures to be taken.
City purchasing staff solicited qualified providers on behalf of the Fire Authority, and On Duty Health was
selected as the provider. Attachment 1 is the Professional Services Agreement with On Duty Health to provide
National Fire Protection Association (NFPA).
Recommended Action: Receive notification of award of Professional Services Agreement to On Duty Health
in the amount of $11,603 for National Fire Protection Association (NFPA) compliant physical exams for Fire
Authority staff.
BUDGET AMENDMENT REQUIRED: No
CURRENT BUDGET AMOUNT: 10021210.54161: $5,801.50 ;91521400.54161: $5,801.50
PROPOSED BUDGET AMOUNT: N/A
FINANCING SOURCE: N/A
PREVIOUS CONTRACT/PURCHASE ORDER NO.: 2021-161
COORDINATED WITH: Doug Hutchison- Fire Chief
Page 116 of 270
Page 2 of 2
Page 117 of 270
ATTACHMENT 1
Page 118 of 270
Page 119 of 270
Page 120 of 270
Page 121 of 270
Page 122 of 270
Page 123 of 270
Page 124 of 270
QVSDIBTF!PSEFS!'!
NBTUFS!UFSNT!'!DPOEJUJPOT
QVSDIBTF!PSEFS
EftdsjqujpoDsfxVoju!QsjdfDptu
Tuboebse!OGQB.26930XGJ!Bttfttnfou 27%6::/11%:-695/11
Dpnqsfifotjwf!Mbct!'!Vsjobmztjtjodm
Gvmm!Qiztjdbm!Bttfttnfoujodm
Usfbenjmm!Tusftt!Uftu!xjui!USVF!WP3!Nby!Uftujohjodm
Vmusbtpvoe!Foibodfe!Dbodfs!Tdsffojohjodm
Gjuoftt!Bobmztjtjodm
Cfibwjpsbm!Ifbmui!Bttfttnfoujodm
RvboujGFSPO!Hpme!UC!Uftu 27%5:/11%895/11
Ib{Nbu!Uftujoh!)Ifbwz!Nfubmt!Qspgjmf!JJ!,! 6%259/11%851/11Dipmjoftufsbtf*
6!zfbs!diftu!y.sbz!)ftujnbufe!206ui!pg!dsfx*6%::/11%5:6/11
Ftujnbufe!Upubm%22-714/11
Dpoujohfodz%691/26
Ftujnbufe!Upubm;!Uijt!upubm!nbz!jodsfbtf!ps!efdsfbtf!efqfoejoh!po!uif!ovncfs!pg
gjsfgjhiufst!evf!gps!uifjs!6!zfbs!diftu!y.sbz-!nfejdbm!ejsfdups!sfwjfx!bt!joejdbufe!)tvdi!bt!
sfwjfx!pg!bcopsnbm!FLH!gjoejoht!xjui!pvs!Dbsejpmphjtu-!ps!sfwjfx!pg!bcopsnbm!
vmusbtpvoe!gjoejoht!xjui!pvs!Sbejpmphjtu*-!gvsuifs!uftujoh!bt!joejdbufe-!ps!puifs!gbdupst/!
Fyqfdu!b!6&!wbsjbodf/
B!csfblepxo!pg!uif!bcpwf!jufnt!jt!qspwjefe!po!uif!ofyu!qbhf/
Page 125 of 270
BREAKDOWN OFSERVICES
OGQB.26930XGJ!Tuboebse!Boovbm!Gjsfgjhiufs!Gjuoftt!Bttfttnfout
JufnEftdsjqujpoQsjdjoh
Dpnqsfifotjwf! VsjobmztjtjodmMbct
DCD!)Dpnqmfuf!Cmppe!Dpvou!x0ejggfsfoujbm*jodm
DNQ!)Dpnqsfifotjwf!Nfubcpmjd!Qbofm*jodm
Mjqje!Qbofm!xjui!MEM0IEM!Sbujpjodm
B2D!!)Hmvdptf0Ifnphmpcjo!Ejbcfuft!Uftu*jodm
UTI!)Uizspje!Tujnvmbujoh!Ipsnpof*jodm
QTB!)Qsptubuf!Tqfdjgjd!Boujhfo!.!Nfo*!\\jodmvefe!pwfs!51^jodm
GJU!)Gfdbm!Pddvmu!Cmppe!Dpmpsfdubm!Dbodfs!Tdsffojoh*!\\jodmvefe!pwfs!51^jodm
Qiztjdbm! Dpnqsfifotjwf!QiztjdbmjodmBttfttnfou
Wjubm!Tjhotjodm
Wjtjpo!Uftu!'!Bvejpnfusz!Fybnjodm
Tljo!Dbodfs!Bttfttnfoujodm
Qfstpobm!Dpotvmu!xjui!Sfwjfx!pg!Sftvmutjodm
Qfstpobmj{fe!Ifbmui!Qmbo!xjui!Ovusjujpo!'!Fyfsdjtf!Sfdpnnfoebujpotjodm
Cfibwjpsbm!Ifbmui!Bttfttnfou!xjui!Rvftujpoobjsft!'!Psbm!Fybnjobujpojodm
Gjuoftt! Qvmnpobsz!Gvodujpo!Uftu!)po!ipme!gps!DPWJE.2:*jodmBttfttnfou
Sftujoh!FLHjodm
Usfbenjmm!Tusftt!Uftu!xjui!FLH!)XGJ!Qspupdpm*jodm
USVF!WP3!Nby!Uftujohjodm
Nfubcpmjd!Bobmztjt!x0!Cpez!Dpnqptjujpojodm
Nvtdvmbs!Foevsbodf!Fwbmvbujpojodm
Nvtdvmbs!Tusfohui!Fwbmvbujpojodm
Gmfyjcjmjuz!Fwbmvbujpojodm
Vmusbtpvoe Jodmveft!vmusbtpvoe!jnbhjoh!pg!uif!ifbsu!xjui!gvodujpo-!bpsub!'!bpsujd!wbmwft-!
Foibodfe!Dbodfs!dbspuje!bsufsjft-!uizspje-!mjwfs-!qbodsfbt-!hbmm!cmbeefs-!tqmffo-!ljeofzt-!cmbeefs-!jodm
Tdsffojoh qfmwjd!)xpnfo*-!uftujdvmbs!boe!qsptubuf!)nfo*/
Mvoh!dbodfs!'!UC!tdsffojoh!sfdpnnfoefe!fwfsz!6!zfbst/!Sfwjfxfe!cz! Diftu!Y.sbz%::!fbsbejpmphjtu/!Gps!gjsfgjhiufst!evf!gps!uijt-!beejujpobm!gff!mjtufe!bqqmjft
Page 126 of 270
Page 1 of 2
Agenda Item No: 7.d.
MEETING DATE/TIME: 5/5/2021
ITEM NO: 2021-833
AGENDA SUMMARY REPORT
SUBJECT: 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.
DEPARTMENT: Water Resources PREPARED BY: Sean White, Water Resources Director
PRESENTER: Consent Calendar
ATTACHMENTS:
1. LG Sonic Proposal - City of Ukiah CA
2. Quote - City of Ukiah (002)
Summary: Council will consider approving 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 $175,720.00, and corresponding
budget amendment.
Background: Due to high nutrient content and local climate, the water quality of recycled water within the
storage reservoirs can become negatively impacted by algal blooms. Algae can become problematic once it is
in the distribution system and lead to clogging of filters or irrigation equipment.
Although the Recycled Water System was designed with a recirculation system to help alleviate this problem,
it has proven to be incompatible with the sustained demand being placed on the system as the recirculation
system and distribution systems share the same pumping facilities.
Currently algae is being managed via chemical treatment. Although this has been moderately effective, the
Water Resources Department does not see the long-term use of intensive chemical treatment as a sustainable
practice in keeping with the goals of this project.
As algal growth is a common issue with the storage of recycled water, particularly in warmer climates, we
checked with industry peers for systems with a proven track record in similar circumstances. Several water
utilities in Southern California have experienced excellent results using sonic control via LG Sonic Buoys. The
buoys control algae by emitting sonic vibrations that interrupt the lifecycle of certain species of algae while
being inert to all other forms of aquatic organisms including birds and water fowl. The buoys also transmit
real-time water quality data that is used to manage settings to measure and optimize effectiveness. While it
may be necessary to use some chemical treatment even after buoy deployment, all users have experienced a
significant decrease in amounts and frequency.
The purchase of this equipment was programmed on the CIP for FY 21/22. In light of the current drought, and
expected pressure on the Recycled Water System, the Water Resources Department is accelerating this
purchase. A proposal and quote for a buoy array was received from LG Sonic US LLC, Inc in April of 2021
(attachments 1 and 2) . There are no other alternative sources for this equipment.
Discussion: Receive the report of 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 $175,720.00.
Page 127 of 270
Page 2 of 2
Recommended Action: 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 $175,720.00, and corresponding budget
amendment.
BUDGET AMENDMENT REQUIRED: Yes
CURRENT BUDGET AMOUNT: 83027330.80100.18249: $0
PROPOSED BUDGET AMOUNT: 83027330.80100.18249: $175,720.00
FINANCING SOURCE: Fund 820
PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A
COORDINATED WITH: Jarod Thiele, Mary Horger
Page 128 of 270
Algae Control Proposal
City of Ukiah
Prepared by
Greg Ei ert
g.ei ert@lgsonic.com
570.677.9554
28th March 2021
LG Sonic US
201 Lackawanna Ave.
Suite 222
Scranton, PA 18503
Attachment 1
Page 129 of 270
LG Sonic Algae Control Proposal
Executive summary
In this proposal you will nd an installation advice for monitoring and controlling algae in 3 reservoirs .
Bene ts for ultrasonic algae control
Reduce algal blooms by up to 70-90%*
Prevent growth of algae
Reduce chemical use
Ultrasound technology
In all water bodies, a basic level of algae is present. These algal concentrations belong to the normal lake ecology
and are also important for the ecological balance within the water. However, when a speci c algal type starts
growing exponentially, it can su ocate other organisms within the water that are important for a balanced lake
ecology. The ultrasonic algae control devices from LG Sonic emit speci c ultrasonic parameters to control algae in
lakes, reservoirs, and industrial applications. Ultrasound waves create a sound layer in the top layer of the water,
which has a direct impact on the buoyancy of the algae. The algae cells will sink to the deeper and darker layers of
the water column and are unable to photosynthesise, thus will eventually die due to a lack of light.
The advantages of ultrasound technology
No release of toxins
Environmentally friendly
Safe for sh, plants, zooplankton and insects
Project proposal
Based on the dimensions the Water Re-Use Reservoirs , we advise to install a total of 3 systems MPC-Buoy, one per
reservoir. The system MPC-Buoy is a oating, solar powered, platform that combines continuous online water
quality monitoring, web-based software, and ultrasonic technology to e ectively control harmful algal blooms in
large water surfaces, such as lakes and larger ponds.
Similar projects
*In optimal conditions, depends on the speci c water quality characteristics.
Page 130 of 270
LG Sonic Algae Control Proposal
Table of contents
1. Treatment proposal
1.1. Proposed solution
1.2. Proposed installation
1.3. Initial costs
1.4. Maintenance and annual service costs
2. Speci cations
2.1. Concept: monitor, predict and control algae
2.2. Key system elements
2.3. Technical speci cations
3. Delivery and warranty
3.1. Delivery method
3.2. Warranty
4. LG Sonic company pro le
4.1. Testimonials
4.2. Results
Page 131 of 270
LG Sonic Algae Control Proposal
1.Treatment proposal
The algae control systems developed by LG Sonic o er an environmentally friendly solution to control algae by
making use of ultrasound waves.
1.1.Proposed solution
Based on the dimensions of 3 reservoirs , we advise the installation of 3 MPC-Buoy systems.
One MPC-Buoy system can treat large surface areas up to 1600ft/50 acres in diameter coverage. The MPC-Buoy is
anchored in the centre of the water body, ensuring correct coverage of the ultrasound waves.
Page 132 of 270
LG Sonic Algae Control Proposal
1.2.Proposed installation
Below you will nd an installation proposal to reduce the algae level in 3 reservoirs . A total of 3 MPC Buoys, one
per chamber, as diagramed below.
Page 133 of 270
LG Sonic Algae Control Proposal
FAQ
Is ultrasound harmful for sh, plants, zooplankton, or insects?
No. The e ects of LG Sonic products have been tested by various universities and are proven to be safe for sh,
plants, zooplankton, and insects.
What happens to the algae after the ultrasonic treatment?
The ultrasound creates a sound layer in the top layer of the water. This ultrasonic sound barrier prevents the algae
from rising to the surface and absorbing light for photosynthesis. Therefore, algae are no longer capable of
growing further. The algae will die while the cell wall remains intact, preventing the release of toxins from the
algae into the water. The algae will sink to the bottom of the water reservoir and are degraded by the bacteria
present.
Does the algae release toxins in the water?
Algae control by ultrasound is based on the interference with their buoyancy and hence preventing their
photosynthetic activity. Ultrasound does not break or lyse the cells, and as such toxins are not released into the
water. As the ultrasound process is generally a longer process (3-4 weeks) and growth of new algae is being
prevented, you can see a gradual reduction in toxin concentration once ultrasound is introduced.
How is the system installed?
The MPC-Buoy is anchored in the water reservoir. Each system has 4 ultrasonic transmitters ensuring complete
360-degree sound coverage.
Do you want to receive more information or have any other questions? Please contact your account manager.
Page 134 of 270
LG Sonic Algae Control Proposal
1.3.Initial costs
Table 1: Total project costs
Grand total $175,720.00
Product details List price Quantity Subtotal
MPC Buoy Pro $50,100.00 3 $150,300.00
MPC Anchoring Systems $3,640.00 3 $10,920.00
Sim Card - Annual Data $300.00 3 $900.00
Transport $4,800.00 1 $4,800.00
Remote Installation assistance & Startup $2,950.00 1 $2,950.00
Low Water Level Stands $1,950.00 3 $5,850.00
Table 2: Product/service description
Product/Service Amount Included
MPC-Buoy 3 Ultrasonic treatment
Water quality sensor package
Solar panels
1-year of interactive algae control
services
Web-based software package
Floating buoy construction
MPC-Buoy Lite 0 Ultrasonic treatment
Solar panels
1-year of interactive algae control
services Web-based software package
Floating buoy construction
The MPC-Buoy lite receives ultrasonic
program updates from the MPC-Buoy in
lakes where more than one buoy is
required
Installation 1 Installation supervision and start-up of
Page 135 of 270
LG Sonic Algae Control Proposal
the software
Page 136 of 270
LG Sonic Algae Control Proposal
Recommended by LG Sonic
Table 3: Recommended product/service description
Product/Service Amount Included
Anchor system 3 Complete anchor system incl. anchor,
D-shackles, marine rope, sinker,
galvanized, chains and swivels
Sim Card - Data 3 Annual Download
Solar-powered warning light Optional Marking of algae control systems in lakes
and reservoirs
Page 137 of 270
LG Sonic Algae Control Proposal
1.4.Maintenance and annual service costs
The sensors and ultrasonic transmitters on the MPC-Buoy are all equipped with wipers to ensure they stay clean.
This keeps the e ciency and speci city of the MPC-Buoy optimal and makes frequent maintenance to the system
redundant.
Besides that, the technical status of the system can also be monitored through the MPC-View software,
minimizing visits to the MPC-Buoy itself. What is left for maintenance is the calibration of the sensors. LG Sonic
can do this for you simply by you sending the sensor package to us once a year.
We recommend performing an on-site physical inspection bi-monthly to check the state of all the parts
comprising the MPC–Buoy.
Table 4: Maintenance and annual service costs
Type Included Costs
Interactive algae control
services
Interactive algae control
services
Data management
Web hosting
Setup of server
Software licensing
The rst 12 months are included in the
price. After 12 months, use can be paid for
on a yearly basis:
Project service costs of €5100/year +
Each MPC-Buoy Pro: $1080/year
Each MPC-Buoy Lite: $360/year
Calibration of the water
quality sensors
Fluorobrobe (phycocyanin,
turbidity, Chlorophyll a)
DO sensor
Replacement of pH cartridge
Revision of sensor wiper
engine
$3,600 / three years
Page 138 of 270
LG Sonic Algae Control Proposal
Table 5: Interactive algae control service - annual cost starting from the second year of the project
Subtotal $9,360.00
Grand total $9,360.00
Product details Price price Quantity Subtotal
Project service costs $6,120.00 1 $6,120.00
MPC-Buoy Pro $1,080.00 3 $3,240.00
MPC-Buoy Lite $360.00 0 $0.00
Page 139 of 270
LG Sonic Algae Control Proposal
2.Speci cations
2.1.Concept: monitor, predict and control algae
The MPC-Buoy is specially designed for large water surfaces and combines online water quality monitoring, web-
based software and ultrasound technology to provide complete and cost-e ective treatment against algae in lakes,
ponds and drinking water reservoirs.
1. Monitor water quality
The MPC-Buoy provides a complete overview of the water quality by collecting the following parameters every 10
minutes: Chlorophyll α (green algae), Phycocyanin (blue-green algae), pH, Turbidity, Dissolved Oxygen, and
Temperature.
2. Predict algal blooms
The collected data is delivered in real time via radio, GPRS, or 3G to web-based software. Based on our developed
algorithm we are able to modify the ultrasonic program to the speci c water conditions and predict algal blooms a
few days ahead.
3. Control algae
Based on the received information, the ultrasonic program can be activated according to the water conditions and
type of algae present. In this way, it is possible to eliminate existing algae and prevent the growth of new algae.
Page 140 of 270
LG Sonic Algae Control Proposal
2.2.Key system elements
1. Ultrasonic treatment
2. Water quality sensor package
3. Solar panels
4. Floating construction anchored at the bottom of a lake
5. Data communication for remote control
6. Water quality software package
Page 141 of 270
LG Sonic Algae Control Proposal
1. Ultrasonic treatment for algae control
The MPC-Buoy is equipped with 4 ultrasonic transmitters for 360-degree algae control. Each transmitter has an
ultrasonic treatment range of 1600ft/50 acres in diameter. Based on the measured water quality data, the system
can remotely activate the right ultrasonic program. Web-based software (MPC-View) allows users to visually track
the water quality and the progress of the ultrasonic treatment.
The transmitters send ultrasonic sound waves of several speci c frequencies, amplitudes, waveforms and
durations into the water. The speci c ultrasonic waves create a sound layer in the top layer of the water, which has
a direct impact on the buoyancy of the algae. The algae cells will sink to the deeper and darker layers of the water
column and are not able to photosynthesize and will eventually die due to a lack of light. However, for the
e ciency of the technology it is important that speci c frequency programs are used, based on the algae that
require a control strategy.
A ected algae cells will sink to the bottom of the water reservoir, where they will be degraded by the bacteria
present in the soil. After 3 to 4 weeks, the LG Sonic® devices control the growth of new algae from 70% to
90%. The LG Sonic products are not based on cavitation; the LG Sonic technology uses low-power ultrasound to
control algae growth. This prevents the release of algal toxins into the water.
4 ultrasonic transmitters for complete 360-degree algae control
Treatment range of 1600ft/50 acres in diameter
Integrated Aquawiper™, an automatic cleansing system for the ultrasonic transmitters
Chameleon Technology™, adjusts the ultrasonic program to the speci c water conditions
Page 142 of 270
LG Sonic Algae Control Proposal
2. Water quality sensors for e ective algae control
The MPC-Buoy is equipped with a set of sensors that monitor important parameters of your water quality in real
time. The basic set of sensors are:
Chlorophyll a (Algae)
Phycocyanin (Blue-green algae)
Dissolved Oxygen
Turbidity
Temperature
pH
*Optional sensors are available based your needs and preferences.
These sensors can be used to provide a good overview of the concentration and type of algae present in your water
reservoir. Besides that, levels of pH, temperature and turbidity can be used to predict the formation of new algal
blooms and anticipate them before any problems arise. Levels of Dissolved oxygen provides you with vital
information about the health of your water and condition of sh and plants within the lake.
In-situ water quality sensors to provide real-time water quality data
Monitors chlorophyll α, phycocyanin, DO, turbidity, temperature and pH
Automatic antifouling wiper ensures optimal readings
Optional sensors are available according to your needs and preferences
Page 143 of 270
LG Sonic Algae Control Proposal
3. Solar panels for power supply
The MPC-Buoy is equipped with 3 solar panels of 195 Wp and 40-amp lithium batteries for autonomous power
supply. The device has a power consumption of 5-20 Watts. The MPC-Buoy can provide power all year round
anywhere around the world. During low battery charge, the device automatically powers o the ultrasonic
transmitters. Furthermore, the device automatically switches to an energy-saving program during periods of low
sun radiation.
Solar panels for autonomous power supply
3x 195 Wp high-quality solar panels that provide power, all year round in any country
1x 24 Volt, 40 AMP lithium battery
Switches to energy-saving program during periods of low sun radiation
Solar regulator
Page 144 of 270
LG Sonic Algae Control Proposal
4. UV- resistant buoy construction
The MPC-Buoy system consists of three unsinkable oats that carry the weight of the system. The aluminium
powder coated frame is both UV and corrosion resistant. Because the construction is relatively light (250 kg), you
only need a small boat to drag the device to the required installation spot, where the unit can be installed and
moored.
Floating construction anchored to the bottom of a lake
Aluminium powder-coated frame
UV and corrosion resistant construction
Unsinkable oats
Page 145 of 270
LG Sonic Algae Control Proposal
5. Data communication for remote control
The LG Sonic data logger is designed speci cally for its application in a watery environment, where monitored data
needs to be continuously delivered. The LG Sonic datalogger will communicate with the online software from LG
Sonic (MPC-View) through a 3G data connection. Other data connections are available on request (GPRS, Satellite).
Smart communication system for remote control
3G (CDMA, Radio, GPS and Iridium Satellite optional)
Real-time water quality data with the MPC-View software
Integrated alarm functions
Page 146 of 270
LG Sonic Algae Control Proposal
6. Water quality software package: MPC-View
The MPC-View software allows you to visually track the water quality in your lake or reservoir. The software
receives its data from advanced water quality sensors that are integrated into the MPC-Buoy.
You can log in to the software where you will nd a personal dashboard displaying an overview of your algae
control projects. The software provides insight into the water quality, algae trends, and the progress of the
ultrasonic treatment. Furthermore, the software displays technical parameters, such as the status of the ultrasonic
transmitters, signal strength, and battery strength. This way, customers and employees of LG Sonic can remotely
monitor to see whether the devices are working properly. Generated reports can be exported to Excel or converted
to PDF, and from there they can be shared or published.
MPC-View
Dashboard with an overview of the water quality
Set up alarms for changing water conditions and maintenance activities
Visual insight into various parameters at a speci c moment in time
Page 147 of 270
LG Sonic Algae Control Proposal
Dashboard with an overview of the algae control project
Visual insight into various parameters at a speci c moment in time
Page 148 of 270
LG Sonic Algae Control Proposal
2.3.Technical speci cations
Frame Aluminum framed polyethylene buoy
Material: Rotationally-moulded UV-stabilized HDPE polyethylene
Filling: Closed-cell polyurethane foam
Buoy frame: Anodized aluminum
Weight: 15 kg
Size: 1200x600x200mm
Buoyancy capacity 95 kg
Solar panels (3x)Solar cell: Monocrystalline cell
Rated Power (Pmax): 200Wp
Weight: 16 kg
Connectors IP67
Size: 1580x808x35mm
Battery 1 x 24 volt lithium lifepo4
Capacity: 40 Ah
Weight: 15kg
Data acquisition system 4 x analog channel (user-con gurable for either 4-20mA)
1 x RS485 port for instruments
1 x high frequency pulse counting channel
1 SDI-12 input
3X RS232
Telemetry 3G
Quadband (850/ 900 /1800 / 1900 MHz )
CDMA optional
Radio (UHF/VHF)
Solar Charge Controller Overcharge and Deep discharge protection
Ip68 Protection
Page 149 of 270
LG Sonic Algae Control Proposal
Water quality sensor package
Fluorescence, including anti-fouling Wiper:
chlorophyll a, phycocyanin, turbidity
470nm – Chlorophyll a
610nm – Phycocyanin
685nm Turbidity
Dissolved Oxygen
Optical measure by
luminescence
Measure ranges:
0.00 to 20.00 mg/L
0.00 to 20.00 ppm
0-200%
pH
Combined electrode
(pH/ref):
special glass, Ag/AgCI ref.
Gelled electrolyte (KCI)
Range 0 – 14 pH
Resolution 0,01 pH
Accuracy +/- 0,1 pH
Temperature
Technology CTN
Range 0.00 °C à + 50.00°C
Resolution 0,01 °C
Accuracy ± 0,5 °C
Response time < 5 s
Page 150 of 270
LG Sonic Algae Control Proposal
3.Delivery and warranty
3.1.Delivery method
Sea cargo/airfreight/road
Method of shipment: Delivery at Place (DAP)
Delivery time
The products will be shipped within 6 weeks after receiving payment. Shipping time depends on shipping method:
1 and 3 weeks
3.2.Warranty
LG Sonic BV, the producer, has great con dence in its products and guarantees the quality of assembly and
materials used. The warranty is limited to materials and faulty construction and covers terms of ONE, TWO, THREE
or FIVE YEARS after purchase date for di erent parts of the MPC-Buoy.
The system speci cations and the assigned years of warranty coverage are listed in the table below:
System element Includes Years of warranty
Ultrasonic system Up to 4 LG Sonic e-line XXL
transmitters connected to one
control box
Treatment range of 1600ft in
diameter
Ultrasonic treatment coverage of
360°
3
Water quality sensor package Water quality sensors: pH, dissolved
oxygen,temperature, redox, turbidity,
chlorophyll a, phycocyanin.
1
Solar system 3x 200 WP solar panels
2x 12 Volt, 40 AMP lithium batteries
Solar regulator
5
2
2
Buoy construction Aluminum-framed polyethylene
buoy
Stainless steel construction for solar
panel mount
HDPE enclosure for electronic box
and batteries
3
Page 151 of 270
LG Sonic Algae Control Proposal
4.LG Sonic company pro le
LG Sonic is a highly innovative algae control solutions provider based in the Netherlands. Since 2011, the company
has dedicated itself to development of environmentally friendly solutions to treat algal blooms in lakes and large
reservoirs.
Environmental pollution
(Harmful) algal blooms have a tremendous negative impact on wildlife, domestic animals and humans living near
infected lakes. While the problem is annually increasing globally, the severity of the consequences of algal blooms
are becoming clear to public and regulators. At its source, lies years of environmental pollution.
Our vision
LG Sonic believes that solutions for severe environmental degradation do not lie in the addition of more chemicals
or other components that pollute our lakes further. Instead, solutions should be used that support our lake’s
ecology, to establish a healthy aquatic ecosystem.
Our solutions
LG Sonic has established a line of water treatment solutions based on ultrasound technology. Combined with a line
of smart water quality sensors, Remote Sensing (satellite imaging) to monitor water quality from space, and
e cient aerating solutions based on Nanobubbles, LG Sonic’s solutions work together to recover the ecology of a
water body.
What we have accomplished so far
Active in over 50 countries around the world
Successful long-term treatment of lakes from 20 hectares to many square kilometres
Winner of several awards such as Aquatech Innovation Award and Shell LiveWIRE Award.
Four o ces worldwide: the Netherlands, United States, United Arab Emirates and Brazil
Solution provider to water utilities, (nuclear) power generation industry, recreational lakes and wastewater
treatment plants.
Page 152 of 270
LG Sonic Algae Control Proposal
4.1.Testimonials
“Extensive testing conducted during 2014 showed that the buoys had a signi cant impact on the algae, allowing
the plant to reduce chemical consumption by more than 20 percent, and reducing the concentration of undesirable
taste and odor causing compounds in the treated water delivered to customers”.
Orren Schneider, Manager Water Technology
“We were using both an algaecide (quaternary amine) and a UV-blocker at all our cooling towers. By the end of the
season we eliminated using the UV-blocker chemical and we reduced the algaecide by 25%. We intend to reduce
more in 2020 [with MPC-Buoy]. You have a quality product [MPC-Buoy] that has potential to help many customers
such as ourselves. We enjoy working with quality people.“
Brian Snyder – Senior Chemical & Environmental Specialist, NIPSCO
“The device performed excellently when dealing with blue-green algae.
[Reducing chemical costs by 27% in the rst year]“.
Cathy Willets, Emmitsburg Town Manager
Page 153 of 270
LG Sonic Algae Control Proposal
4.2.Results
Before (left) and after (right) since using MPC-Buoy systems in a recreational lake in the Netherlands.
Before (left) and after (right) picture of an irrigation reservoir in Australia since using LG Sonic ultrasound.
Page 154 of 270
Quote
Quote Number
Our reference:
Payment Term
Date
BILL TO SHIP TO
Ukiah, CA
Product code Qty List Price
10100 3
10100CS 3
7636 3
10020 3
Company details
LG Sonic US, LLC
201 Lackawanna Ave. Suite 222
Scranton, PA 18503
833-LGSonic
www.lgsonic.us
$900.00
$5,850.00
$4,800.00
TOTAL $175,720.00
$2,950.00
$10,920.00
Product Name
300.00$
3,640.00$
Sim-Card - Annual Data
MPC Buoy Anchoring System
Shipping
MPC Buoy Pro
MPC Buoy Low Water Stand 1,950.00$
25057058US
50,100.00$
20th April 2021
City of Ukiah Water Plant
Total
$150,300.00
City of Ukiah
Attn: Sean White
Remote Installation & Startup Service
Attachment 2
Page 155 of 270
Page 1 of 2
Agenda Item No: 7.e.
MEETING DATE/TIME: 5/5/2021
ITEM NO: 2021-690
AGENDA SUMMARY REPORT
SUBJECT: Consideration of Adoption of Resolution Nominating and Appointing a Member to the Equity and
Diversity Standing Committee.
DEPARTMENT: City Clerk PREPARED BY: Traci Boyl, City Manager's Office Senior Analyst
PRESENTER: Consent Calendar
ATTACHMENTS:
1. CC Reso 2020-59 - Establishing Equity and Diversity Standing Committee
2. Resolution making appointment
3. Application for Equity and Diversity Committee
Summary: Council will review and consider adopting a resolution making a nomination and appointment to
the Equity and Diversity Standing Committee.
Background: On July 1, 2020, the City Council established an Equity and Diversity Ad Hoc committee
consisting of Vice-Mayor Orozco, Councilmember Mulheren, and support staff from the City Manager’s Office,
to ensure a comprehensive approach to continue the forward progress and evolution of our agency and
service to our community. The Ad Hoc reviewed research and analysis regarding community demographics,
and City staff diversity demographics, and internal policies and procedures. The Ad Hoc concluded that a
Standing Committee would be the most effective and efficient mechanism to ensure extensive ongoing
community engagement from the diversity of demographic groups within the City of Ukiah, successful plan
development and implementation, and to provide a process for annual review, oversight, and updates as
necessary.
On October 7, 2020, the City Council adopted Resolution 2020-59 to establish an eleven (11) member Equity
and Diversity Standing Committee, and set forth the procedure for filling vacancies (Attachment 1). The
structure of the standing committee is designed to ensure optimal representation from the diverse
demographic groups represented in the population of the City of Ukiah and the larger community living and
working in the Ukiah Valley. The Standing Committee consists of eleven (11) members. The members consist
of two members of the City Council and nine members the City of Ukiah or the Ukiah Valley, including
Redwood and Potter Valleys who serve or represent: individuals and families who are low income, persons
with physical or mental disabilities, persons from the LGBTQA community, members of Native American tribes
and communities in Mendocino County, members of the Hispanic/Latino community, persons of color, people
whose primary language is not English, youth ages 21 and younger, and seniors 65 years and older.
On February 17, 2020, the Ukiah City Council appointed seven (7) applicants to the Equity and Diversity
Committee which had been vetted to meet the position requirements. The appointed applicants filled the seats
representing the following demographic categories: Persons with lived experience of poverty (currently or
formerly living at or below the poverty level), Persons with physical or mental disabilities, Persons from the
LGBTQA community, Native American tribes and communities in Mendocino County, Persons from the
Hispanic/Latino community, Persons of color, and Youth 21 years and younger. Additionally, Councilmember
Duenas replaced former Councilmember Mulheren as a Councilmember representative.
Page 156 of 270
Page 2 of 2
On March 3, 2021, the Ukiah City Council appointed applicant Corrine Jones to represent the demographic
group, Seniors 65 years or older.
Discussion: The Clerk's office has continued to solicit community members for the remaining vacant
committee seat since March 3, 2021. One application was received that has been vetted to meet the position
requirements. Staff is recommending that Council adopt the proposed resolution (Attachment 2) nominating
and appointing the following individual to the Equity and Diversity Standing Committee (see Attachment 3).
NAME POSITION
Sonu Upadhyay People Whose Primary Language is not English
Recommended Action: Adopt Resolution Nominating and Appointing a Member to the Equity and Diversity
Standing Committee.
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 157 of 270
ATTACHMENT 1
Page 158 of 270
Page 159 of 270
Page 160 of 270
RESOLUTION NO. 2021-XX
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF UKIAH MAKING NOMINATIONS AND
APPOINTMENTS TO THE DIVERSITY AND EQUITY STANDING COMMITTEE
WHEREAS, on October 7, 2020, the City Council adopted Resolution 2020-59 to establish an eleven
(11) member Equity and Diversity Standing Committee, and set forth the procedure for filling
vacancies; and
WHEREAS, the vacancies for the new committee have been noticed since October 7, 2020; and
WHEREAS, the City Clerk’s office received one application, which was vetted and determined to
meet the position requirements.
NOW, THEREFORE, BE IT RESOLVED, that the Ukiah City Council does hereby appoint the
following persons and terms:
BOARD/
COMMISSION
NAME POSITION TERM
ENDING
Equity and Diversity
Standing Committee Persons Whose Primary Lanauge is not English 5/5/2025
PASSED AND ADOPTED this 5th day of May, 2021, by the following roll call vote:
AYES:
NOES:
ABSTAIN:
ABSENT:
_______________________________
Juan V. Orozco, Mayor
ATTEST:
__________________________________
Kristine Lawler, City Clerk
ATTACHMENT 2
Sonu Upadhyay
Page 161 of 270
ATTACHMENT 3
Page 162 of 270
Page 163 of 270
Page 1 of 2
Agenda Item No: 7.f.
MEETING DATE/TIME: 5/5/2021
ITEM NO: 2021-835
AGENDA SUMMARY REPORT
SUBJECT: Approval of a Budget Amendment for the Contract with Carollo Engineers for the Design Efforts of
the Recycled Water Phase 4 Project.
DEPARTMENT: Finance PREPARED BY: Mary Horger, Financial Services Manager
PRESENTER: Consent Calendar
ATTACHMENTS:
1. Agenda Item No. 12.c. 09-16-20
2. Agenda Item 12e_11-7-2018
Summary: Council will consider approval of a corrective budget amendment in the amount of $1,181,863 for
the contract with Carollo Engineers for the design efforts of the Recycled Water Phase 4 project which was
reviewed and approved by the City Council on September 16, 2020.
Background: On September 16, 2020, Council approved a contract amendment No. 7 with Carollo Engineers
in support of the design efforts of the Recycled Water Phase 4 Project. Carollo Engineers had prepared a
revised Scope of Work and the necessary actions to perform remaining tasks. This included a No Cost
Change Order for the additional work for Task 1-6 outlined in the revised scope. The added cost was
augmented by the cost reduction of Task 9: Construction Management, that will be performed by City Staff.
Along with the scope, Carollo Engineers prepared a revised budget for the remaining and modified Tasks to
complete at $1,860,781.22, which is within the original contract budget of $2,627,484.75. Please refer to
Attachment 1 for a copy of the Agenda Summary Report (ASR).
Discussion: Due to a misunderstanding during Finance's review of the amendment award ASR back in
September 2020, a corrective budget amendment is necessary. Staff is therefore requesting approval of a
budget amendment in the amount of $1,181,863. The original Phase 4 design estimate was $2,642,484.75.
This is reflected in the original documents and approved by Council November 7, 2018 (Attachment 2). Design
of the project is being fast tracked in order to be "shovel ready" for stimulus funds that are predicted to be
available in the near future. It is anticipated that construction engineering services such as Bid Support and
other engineering services during construction will require additional funds and future amendments. However,
it is not appropriate to encumber those funds at this time.
Recommended Action: Approve a budget amendment in the amount of $1,181,863 for the contract with
Carollo Engineers for the design efforts of the Recycled Water Phase 4 project.
BUDGET AMENDMENT REQUIRED: Yes.
CURRENT BUDGET AMOUNT: 83027330.80230.15062: $9,009.45
PROPOSED BUDGET AMOUNT: 82000000.95830 (Transfer to Recycled Water Fund): $1,181,863;
83000000.91820 (Transfer from Water Fund): $1,181,863; 83027330.80230.15062: Increase by $1,181,863
FINANCING SOURCE: Water Fund 820
PREVIOUS CONTRACT/PURCHASE ORDER NO.: 1314-231
COORDINATED WITH: Jason Benson, Senior Civil Engineer
Page 164 of 270
Page 2 of 2
Page 165 of 270
Page 1 of 2
Agenda Item No: 12.c.
MEETING DATE/TIME: 9/16/2020
ITEM NO: 2020-564
AGENDA SUMMARY REPORT
SUBJECT: Approval of Contract Amendment with Carollo Engineers for the Design Efforts of the Recycled
Water Phase 4 Project.
DEPARTMENT:Public
Works PREPARED BY:Jason Benson, Senior Civil Engineer, Tim Eriksen, Public
Works Director/City Engineer
PRESENTER: Tim Eriksen, Director of Public Works/City Engineer
ATTACHMENTS:
1.Amendment No 7_9Sept2020
Summary: The City Council will consider giving approval of a Contract Amendment with Carollo Engineers for
the design efforts of the Recycled Water Phase 4 project.
Background: The City Council approved Contract Amendments and the budget required for Carollo
Engineers to continue with Recycled Water Phase 4 Design on November 7, 2018. The items issued in the
Scope of Work to perform are Tasks 1-9: Project Management, Funding, Preliminary Design, Permitting and
Easement, Field Investigation Services and Hydraulics, Bid Support, Engineering Services during
Construction, and Construction Management. This work is to be completed with the issued budget of
$2,627,484.75.
Two amendments, numbers 5 and 6, have been issued to the Carollo Contract 1314231 for Phase 4 design
work. Amendment 5 for Tasks 1-3: Project Management, Funding, Preliminary Design; and, Amendment 6 for
Task 5: Field Investigation Services and Hydraulics. These amendments were approved 1/16/2019 and
5/3/2019, respectively. The four prior amendments approved for this contract work were for: additional
geotechnical and environmental work, Recycled Water Phase 3 design, Chlorine Contact Basin (CCB) design,
and additional CCB and Recycled Water Phase 3 design.
The 30% Design drawings and the Preliminary Design Report (PDR) were completed and submitted to the
City in August 2019. This information was used by Carollo to submit an application for the State Revolving
Fund (SRF) funding and coordination with the State.
Discussion: The overall recycled water pipeline layout and the appurtenances of it have been revised since
the last submittal of deliverables (August 2019). The revision includes: eliminating the storage ponds at the
golf course, a storage tank and pump station designed for the golf course, the pipeline alignment adjusted to
not pass through the golf course, design a pipe/pedestrian bridge for Pomolita Field, and submit an additional
design package (60% design) for review.
Carollo Engineers has prepared a revised Scope of Work and the necessary actions to perform Task 1-9. This
includes a No Cost Change Order for the additional work for Task 1-6. The added cost is augmented by the
cost reduction of Task 9: Construction Management, that will be performed by City Staff. Carollo Engineers
has prepared a revised budget for the remaining and modified Tasks to complete at $1,860,781.22, which is
within the original contract budget of $2,627,484.75 (Attachment 1).
ATTACHMENT 1
Page 166 of 270
Page 2 of 2
Recommended Action: Approve Contract Amendment Seven with Carollo Engineeers for the Design Efforts
of the Recycled Water Phase 4 Project.
BUDGET AMENDMENT REQUIRED: $0
CURRENT BUDGET AMOUNT: 83027330.80230.15062: $2,627,484.75
PROPOSED BUDGET AMOUNT: N/A
FINANCING SOURCE: Water Fund- 82000000.30007
PREVIOUS CONTRACT/PURCHASE ORDER NO.: Carollo - COU No. 1314-231
COORDINATED WITH: Tim Eriksen, Director of Public Works/City Engineer
Page 167 of 270
RECOMMENDED ACTION:Approval of Contract Amendments for Preliminary Design and Environmental
Compliance for Phase 4 of the Recycled Water System and Corresponding Budget Amendment.
BUDGET AMENDMENT REQUIRED: Yes
CURRENT BUDGET AMOUNT: $0- 83027330.80230
PROPOSED BUDGET AMOUNT: $2,642,484.75- 83027330.80230 PC 15062
FINANCING SOURCE: Water Fund- 82000000.30007
PREVIOUS CONTRACT/PURCHASE ORDER NO.: Carollo- 1314231; SMB- 1718183
COORDINATED WITH: Sean White, Director of Water Resources
Agenda Item No.: 12e
MEETING DATE/TIME: 11/7/2018
PEAK ITEM NO: COU-513-2017
AGENDA SUMMARY REPORT
SUBJECT: Approval of Contract Amendments for Preliminary Design and Environmental Compliance for
Phase 4 of the Recycled Water System and Corresponding Budget Amendment.
DEPARTMENT:Water Resources PREPARED BY: Jarod Thiele
ATTACHMENTS:
Attachment 1 - TSO
Attachment 2 - Phase 4 Scope Doc 2018-11-01
Attachment 3 - SMB Environmental Addendum 3 - Scope of Work
Summary: Council will Consider Approval of Contract Amendments for Preliminary Design and Environmental
Compliance for Phase 4 of the Recycled Water System and Corresponding Budget Amendment.
Background: Since 2016, the City has been working with Larry Walker and Associates (LWA) for renewal of
the NPDES Permit (Operation of the Wastewater Treatment Plant) and Enrollment in the State Water
Resources Control Board (Operation of the Recycled Water System).
The City has recently completed both of the permitting tasks. Previously, the City’s Wastewater Treatment
Plant (WWTP) was operating under a Cease and Desist Order (CDO). Under its new NPDES Permit the City
is no longer operating under a CDO but instead a Time Schedule Order (TSO). In order to comply with the new
permit, the TSO (Attachment 1) establishes a number of milestones for plant operations that must be met by
specific dates.
1
ATTACHMENT #2
Page 168 of 270
2
Discussion: The TSO requires the City to construct and operate a Recycled Water System. The City has
already complied with Task A on page 11 of the TSO by constructing Phases one through three. Task C of the
TSO is a requirement to obtain funding for Phase Four of the Recycled Water System by March 1, 2021. The
State’s funding cycle for 2019 has already lapsed, and the funding cycle for 2020 closes December 31, 2018.
Staff would like to prepare and submit funding applications by the end of the year. In order to have a complete
and competitive application, the submittal will need to include preliminary design and final environmental
compliance.
Carollo Engineers has prepared a Scope of Work to prepare funding applications, the necessary preliminary
design, final plans, specifications and Engineer’s Estimate. (Attachment 2). SMB Environmental has prepared a
Scope of Work (Attachment 3) to amend the existing environmental documentation to include new
infrastructure not anticipated in the original CEQA document such as ponds at the golf course.
The majority of these funds will only be spent if the City is awarded funding from the State.
2
Page 169 of 270
Page 1 of 2
Agenda Item No: 7.g.
MEETING DATE/TIME: 5/5/2021
ITEM NO: 2021-837
AGENDA SUMMARY REPORT
SUBJECT: Approve Change Order #2 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.
DEPARTMENT: Electric Utility PREPARED BY: Cindy Sauers, Electric Utility Director
PRESENTER: Consent Calendar
ATTACHMENTS:
1. 2021-176 Diamond D Construction - Replace 12-inch Water Line - fully executed
Summary: Staff is requesting approval for a change order to replace two valves in the Fish Hatchery water
line at Lake Mendocino Hydroelectric Plant, and approval of a corresponding contract budget amendment in
the amount of $29,000.
Background: Lake Mendocino Hydroelectric Plant (Plant) has been in operation since 1986 and provides up
to 10% of the City's energy needs with clean, renewable energy. The Plant is located adjacent to the Lake
Mendocino Fish Hatchery. As a condition of the Plant's operation, the City is required to provide, operate and
maintain a water supply system as outlined in Article 35 of the Federal Energy Regulatory Commission
(FERC) license.
On February 17, 2021, the Ukiah City Council approved the award of contract (Attachment 1) for the
replacement of the 12-inch water line that serves as the primary source of water for the Hatchery to Diamond
D Construction for $197,000. One change order has been issued to repair connecting penstock flanges that
have corroded in the amount of $18,102. This results in a $1,598 contract balance.
Discussion: In the Electric Utility's Capital Improvement Plan, the valves are identified and scheduled for
replacement in FY 21/22. Due to recent issues with the valves not closing and leaking and with Diamond D
Construction working on the same piping system, this provides an opportunity to replace the valves at a
significant cost savings. The additional work is estimated to cost $20,564.
Staff recommends replacing the valves in conjunction with work currently being performed, as Change Order
#2, and authorize a contract budget amendment in the amount of $29,000 for additional work and funds
necessary to complete the project.
Recommended Action: Approve Change Order #2 to Contract 2021-176 with Diamond D Construction to
replace valves in Fish Hatchery water line at Lake Mendocino Hydroelectric Plant, and authorize budget
amendment in the amount of $29,000.
BUDGET AMENDMENT REQUIRED: Yes
CURRENT BUDGET AMOUNT: 80026220.80230.18236; $220,000
PROPOSED BUDGET AMOUNT: 80026220.80230.18236; $249,000
FINANCING SOURCE: 800 Fund
PREVIOUS CONTRACT/PURCHASE ORDER NO.: 2021-176
COORDINATED WITH: Mel Grandi, Electric Utility Director
Page 170 of 270
Page 2 of 2
Page 171 of 270
Page 172 of 270
Page 173 of 270
Page 174 of 270
Kristine Lawler (Mar 24, 2021 11:54 PDT)
Kristine Lawler
Page 175 of 270
Page 176 of 270
Page 1 of 2
Agenda Item No: 7.h.
MEETING DATE/TIME: 5/5/2021
ITEM NO: 2021-839
AGENDA SUMMARY REPORT
SUBJECT: Award Contract 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.
DEPARTMENT: Electric Utility PREPARED BY: Cindy Sauers, Electric Utility Director
PRESENTER: Consent Calendar
ATTACHMENTS:
1. LACO Proposal Soils, Geotech and Materials Electric Service Center
Summary: Council will consider awarding a Contract 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.
Background: On August 5, 2020, Council adopted the Plans and Specifications for the Electric Service
Center Site Improvements that will provide access modifications, roof replacement and grading on the
property. The Electric Service Center will centralize electric operations for Engineering, Construction and
Technical Services.
In 2014, when the property was purchased, a Geotechnical Exploration Report and an Environmental Site
Assessment were completed and found low levels of hydrocarbons in the soil. An updated Geotechnical
Report is required to determine handling of the soil as well as a Soil Management Plan. In addition, the
grading and construction contract will require soil management oversight, compaction testing and and soil
testing services to ensure a quality project and safe handling of the materials.
Discussion: Staff reached out to three firms to discuss the scope of the project. Two of the three firms stated
that they were unable to provide a proposal due to workload.
Staff recommends awarding the contract to LACO and Associates in the amount of $41,500. Funds are
budgeted and available in 80126100.80220.17023. Attachment 1 is the LACO Proposal for Soil Management,
Geotechnical and Materials Testing and Inspection Services.
Recommended Action: Award Contract 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.
BUDGET AMENDMENT REQUIRED: No
CURRENT BUDGET AMOUNT: 80126100.80220.17023; $1,800,000.
PROPOSED BUDGET AMOUNT: N/A
FINANCING SOURCE: N/A
PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A
COORDINATED WITH: Mel Grandi, Electric Utility Director, Mary Williamson, Buyer II
Page 177 of 270
Page 2 of 2
Page 178 of 270
21 W. Fourth Street
Eureka, CA 95501
707 443-5054 – Fax 707 443-0553
776 S. State Street, Suite 103
Ukiah, CA 95482
707 462-0222 – Fax 707 462-0223
3490 Regional Parkway, Suite A
Santa Rosa, CA 95403
707 525-1222 – Fax 707 545-7821
932 B W. Eighth Avenue
Chico, CA 95926
530 801-6170 – Fax 707 462-0223
Toll Free 800 515-5054 lacoassociates.com
April 9, 2021
6883.45
City of Ukiah Electric Utility Department
C/O L.S. Mitchell Architect, Inc.
135 West Gobbi Suite 203
Ukiah, California 95482
Attention: Ms. Cindy Sauers and Mr. Lawrence Mitchell
Subject: Proposal for Soil Management, Geotechnical and Materials Testing and Inspection
Services
Ukiah Electric Utility Field Operations Center
1350 Hasting Road, Ukiah, California 95482
Dear Ms. Sauers and Mr. Mitchell:
LACO Associates (LACO) is pleased to provide this proposal to the City of Ukiah (Client) to provide soil
management, geotechnical, and materials testing and inspection services for the proposed grading
operations planned for the new Ukiah Electric Utility Field Operations Center located at 1350 Hastings
Road in Ukiah, California (hereafter referred to as “Site”). In preparing this proposal, we have reviewed
our reports and the Plans prepared by L.S. Mitchell Architect, Inc., dated June 14, 2019.
PROJECT DESCRIPTION
The Site is a 2.8-acre, relatively flat, rectangular shaped parcel that is developed with an L-shaped
building, gravel parking area and two gravel driveways. This scope for this phase of development
includes grading in the vicinity of existing buildings, conduit work, drainage improvements, a new
concrete-sidewalk, and an asphalt-paved commercial driveway and parking lot. We understand that
no retaining walls are planned for this phase of the project. Included with the improvement will be
installation of a gate and a fence along the Site perimeter. Based on the provided Plans and
information provided by the Client, we anticipated that approximately 1,000-cubic yards of soil will be
exported from the Site to achieve the desired grades to another City of Ukiah property during grading
operations. Based on our previous explorations and evaluations performed at the Site, it is known that
contaminated soils are present, and that soil management will be necessary for any soil exported from
the Site.
SCOPE OF SERVICES
LACO will provide services on a time-and-materials basis. Accordingly, based on our review of project
documents and experience with similar projects, we recommend a budget of $41,500 be established
for our services on this project, as summarized in the table below. Our scope and fee are based on an
approximately 5-week construction schedule.
Page 179 of 270
Proposal
Ukiah Electric Utility Field Operations Center
1350 Hastings Road, Ukiah, California
City of Ukiah; LACO Project No. 6883.45
April 9, 2021
Page 2
PHASE DESCRIPTION ESTIMATED
FEE
100 Project Management $2,300
200 Soil Management Contingency Plan $3,750
300 Berm Profiling $4,600
400 Stockpile Profiling $3,350
500 Plan Review Letter(s) $2,000
500 Updated Geotechnical Soils Report $2,500
600 Materials Testing and Inspection Services $23,000
Total Estimated Fee: $41,500
Phase 100: Project Management
LACO will provide project management, invoice and budget reviews, and coordination of field work.
Phase 200: Soil Management Contingency Plan
LACO prepared a Phase I Environmental Site Assessment (ESA) of the Site on November 4, 2014. Results
of the Phase I ESA identified potential recognized environmental conditions (RECs) at the Site. A Phase II
ESA was prepared on November 26, 2014, and a supplemental Phase II ESA was prepared on January
28, 2015, to evaluate the presence or absence of REC findings. Results from the Phase II ESAs showed
the presence of total petroleum hydrocarbons (TPH) as motor oil, TPH as diesel, the pesticide
dichlorodiphenyldichloroethylene (4,4’-DDE), lead, arsenic, naphthalene, and polyaromatic
hydrocarbons (PAHs) in shallow soils at the Site. The Phase II ESA also confirmed the following RECs for
the Site based on the analytical results:
• The former open liquid waste pond;
• The former and current orchards due to the presence of the pesticide 4,4’-DDE in soil;
• Hydraulic hoist in Unit A2;
• Storage of drums and hazardous material storage in Unit A2;
• Former storage of chemicals, paints, and equipment in Units B and C;
• The former vehicle maintenance shop;
• The potential storage and use of paints and solvents associated with the former Cabinet Shop
in Unit A4; and
• The Former paint booth in Unit A3.
LACO will prepare a soil management contingency plan (SMCP) to inform contractor operations
during grading and subgrade preparation. The intent of the Soil Management Plan is to provide general
guidance to workers regarding impacted soils at the Site, the hazards associated with the impacts,
appropriate methods of minimizing personal exposure to impacts, and guide disposal activities.
PHASE 200 UNIT RATE EST. FEE
Soil Management Contingency Plan 1 $3,750 $3,750
Total Estimated Fee for Phase 200: $3,750
Deliverable: One electronic pdf copy of a SMCP report signed by a qualified environmental
professional.
Page 180 of 270
Proposal
Ukiah Electric Utility Field Operations Center
1350 Hastings Road, Ukiah, California
City of Ukiah; LACO Project No. 6883.45
April 9, 2021
Page 3
Phase 300: Berm Sampling
The Client has requested sampling of the existing berm, estimated to contain 1,000 cubic yards of soil
and located along the eastern portion of the Site, for characterization prior to implementation of
grading work. We understand that this material is planned to be exported from the Site and used at
another City of Ukiah property. To identify the presence or absence of impacts, soil samples will be
collected based on the RECs identified and constituents detected in the Phase II ESA reports. The
number of samples collected will follow the soil compositing schedule presented in Recology’s
Sampling Requirement and Acceptance Criteria dated June 2016 (Criteria). Therefore, LACO has
budgeted to collect up to four, four-to-one (4:1) composite soil samples from the berm via hand auger.
The samples will be stored individually in an ice-filled cooler pending transportation to a state-certified
analytical facility to undergo compositing and analysis of the following: TPH as diesel TPH motor oil by
EPA Method 8015, TPH as gasoline by EPA Method 8015, volatile organic compounds (VOCs) by EPA
Method 8260, semi-volatile organic compounds (SVOCs) by EPA Method 8270 and leaking
underground fuel tank (LUFT) five metals by EPA Method 6010. The samples will be analyzed on a
standard (1 week) turnaround basis.
Following receipt of analytical reports, LACO will review the results to determine if constituents are
below Class III landfill waste accepting criteria. If so, they may be stored and used at another City of
Ukiah facility depending on site use. If the results are above Class III landfill waste accepting criteria,
additional analyses may be needed to determine the appropriate facility. Based on the Criteria, the
soil samples would be analyzed for the following:
• PCBs by EPA Method 8082, and pesticides by EPA Method 8081 for estimated fee of
$133/sample.
• If pentachlorophenol (PCP) is present in the analytical results, the landfill requires a sample to
be analyzed for dioxins and furans by EPA Method 8280 for a fee of $660 per sample.
• Additionally, if any of the analyzed constituents exceed 10 times the soluble threshold limit
concentration (STLC) value, a waste extraction test is to be performed at an estimated fee of
$40 per sample.
The analysis of PCBs, pesticides, dioxins and furans, or a waste extraction test were not included in the
Phase 400 budget; however, they can be run at the fees presented above if warranted and including
the additional time to collect the soil samples. If the soil needs to be transported to a landfill, the City
will provide a copy of the compete analytical results to the contractor. The contractor will generate a
waste profile with a landfill and have the stockpiled material transported by a certified hazardous
waste hauler to an appropriate waste-accepting landfill under standard bill of lading or manifest.
PHASE 300 UNIT RATE EST. FEE
Perform Sampling 6 $170 $1,020
Sample Coordination, bottle order and delivery of results 3 $135 $405
Vehicle charge per half day 1 $35 $35
Analytical Fee per Sample 4 $430 $1,720
Review of Analytical Results and Preparation of Letter 1 $1,000 $1,000
Professional engineering/management at10% - - $418
Total Estimated Fee for Phase 300: $4,600
Page 181 of 270
Proposal
Ukiah Electric Utility Field Operations Center
1350 Hastings Road, Ukiah, California
City of Ukiah; LACO Project No. 6883.45
April 9, 2021
Page 4
Deliverable: One brief one-page letter with a copy of analytical results. The letter will provide
recommendations if the soil can remain on a City of Ukiah property or needs to be transported to an
appropriate waste-accepting landfill.
Phase 400: Stockpile Sampling
Exported soil generated during the grading phase of this project will need to be stockpiled on plastic
and sampled to identify if impacts are present in soil. This phase does not include the berm soil under
Phase 300, but the additional soil exported from the Site during grading operations. To identify the
presence or absence of impacts, soil samples will be collected based on the RECs identified and
constituents detected in the Phase II ESA reports. The number of samples collected will follow the soil
compositing schedule presented in Recology’s Sampling Requirement and Acceptance Criteria dated
June 2016. LACO has budgeted to collect up to four, four-to-one (4:1) composite soil samples from the
stockpiled soil which is estimated based on the assumption that an additional 1,000 cubic yards of soil
will be exported. Additional samples can be collected on a time and materials basis.
The soil samples will be stored individually in an ice-fill cooler pending transportation to a state-certified
analytical facility to undergo compositing and analysis of the following: TPH as diesel TPH motor oil by
EPA Method 8015, semi-volatile organic compounds (SVOCs) by EPA Method 8270 and leaking
underground fuel tank (LUFT) 5 metals by EPA Method 6010. The samples will be analyzed on a standard
(1 week) turnaround basis.
Following receipt of analytical reports, LACO will review the results to determine if constituents are
below Class III landfill waste accepting criteria. If they are below Class III landfill waste accepting
criteria, they may be stored and used at another City of Ukiah facility provided it is not residential,
school, or a health facility. If the results are above Class III landfill waste accepting criteria, additional
analyses will need to be run on the soil samples to meet the waste acceptance criteria for a Class II
landfill. Based on Recology’s Sampling Requirement and Acceptance Criteria dated June 2016, the
soil samples would need to be analyzed for the following additional analyses:
• TPH as gasoline by EPA Method 8015 and volatile organic compounds (VOCs) by EPA Method
8260 for an estimated fee of $110/sample; and,
• PCBs by EPA Method 8082, and pesticides by EPA Method 8081 for an estimated fee of
$133/sample.
If pentachlorophenol (PCP) is present in the analytical results, the landfill requires a sample to be
analyzed for dioxins and furans by EPA Method 8280 for a fee of $660 per sample.
Additionally, if any of the analyzed constituents exceed 10 times the soluble threshold limit
concentration (STLC) value, a waste extraction test is to be performed at an estimated fee of $40 per
sample.
The analysis of PCBs, pesticides, dioxins and furans, or a waste extraction test were not included in the
Phase 400 budget; however, they can be run at the fees presented above if warranted and including
the additional time to collect the soil samples. If the soil needs to be transported to a landfill, the City
will provide a copy of the compete analytical results to the contractor. The contractor will generate a
waste profile with a landfill and have the stockpiled material transported by a certified hazardous
waste hauler to an appropriate waste-accepting landfill under standard bill of lading or manifest.
Page 182 of 270
Proposal
Ukiah Electric Utility Field Operations Center
1350 Hastings Road, Ukiah, California
City of Ukiah; LACO Project No. 6883.45
April 9, 2021
Page 5
PHASE 400 UNIT RATE EST. FEE
Perform Sampling 2 $170 $340
Sample Coordination, bottle order and delivery of results 3 $135 $405
Vehicle charge per half day 1 $35 $35
Analytical Fee per Sample 4 $317 $1,268
Review of Analytical Results and Preparation of Letter 1 $1,000 $1,000
Professional engineering/management at10% - - $430
Total Estimated Fee for Phase 400: $3,350
Deliverable: One brief one-page letter with a copy of analytical results. The letter will provide
recommendations if the soil can remain on a City of Ukiah property or needs to be transported to an
appropriate waste-accepting landfill.
Phase 500: Plan Review Letter(s)
LACO shall review Plans dated June 14, 2019, for conformance to our geotechnical soil report and
prepare a brief letter summarizing our conclusions. LACO has allowed for two plan reviews. A
breakdown in fees for Phase 500 is provided in the table below.
PHASE 500 UNIT RATE EST. FEE
Plan Review Letter 2 $1,000 $2,000
Total Estimated Fee for Phase 500: $2,000
Phase 600: Updated Geotechnical Soils Report
LACO prepared a geotechnical exploration report for the Site on October 10, 2016. LACO will update
the report to reflect current building code requirements and will provide clarification and supplemental
recommendation for the gravel and asphaltic concrete sections.
PHASE 600 UNIT RATE EST. FEE
Updated Geotechnical Soils Report 1 $2,500 $2,500
Total Estimated Fee for Phase 600: $2,500
Deliverable: A updated geotechnical exploration report signed by a qualified professional.
Phase 700: Materials Testing and Inspection Services
During mass grading and subgrade preparation, aggregate base placement, and compaction
operations, we will be present to observe soil compaction activities and perform density tests at
representative locations following ASTM D6938 guidelines and LACO’s geotechnical exploration report
dated October 10, 2016, and any subsequent updates provided in the proposed updated
geotechnical soils report (Phase 600 of the proposal). Representative samples of fill and aggregate
materials will be tested in our laboratory in general accordance with ASTM D1557 test procedures as a
basis for estimating relative compaction.
Page 183 of 270
Proposal
Ukiah Electric Utility Field Operations Center
1350 Hastings Road, Ukiah, California
City of Ukiah; LACO Project No. 6883.45
April 9, 2021
Page 6
We will provide the services of qualified and certified technicians to perform the work described above
on an as-requested basis. We should be notified at least 24 hours in advance to adequately schedule
our services. Any workmanship or product discrepancies with construction elements that we are
requested to observe and/or test will be brought to the immediate attention of the contractor(s). Field
reports and laboratory test results will be forwarded to the owner and designated others.
LACO will provide the services of our Special Inspectors on a time-and-materials basis with no minimum
charges at a rate of $170 per hour. Other charges will be in accordance with our Schedule of Rates.
Accordingly, based on our review of project documents, and experience with similar projects, we
recommend that an estimated budget of $23,000 be established for our services on this project, as
detailed in the table below:
PHASE 700 HOURS VISIT/
UNITS RATE EST. FEE
Inspection and compaction testing of mass
grading 4 18 $170 $12,240
Inspection and compaction testing of subgrade 4 3 $170 $2,040
Inspection and compaction testing of baserock 4 3 $170 $2,040
Nuclear Gauge charge per hour 96 $15 $1,440
Laboratory soil compaction curve (estimate) - 4 $278 $1,112
Vehicle charge per half day - 24 $35 $840
Site observations by Geotechnical Engineer 3 1 $235 $705
Professional engineering/management @10% - - - $2,084
Reporting clerical 4 - $105 $420
Total Estimated Fee for Phase 700: $23,000
Should more detailed information or a contractor’s schedule become available, we can provide an
updated cost evaluation. Please be advised the actual construction schedule and progress of
individual contractors control the number of site visits required for observation and testing and that our
total fees may vary from our cost estimate. If testing or travel beyond the scope presented herein is
required, we will provide those services at the hourly rates quoted herein and/or as indicated on the
Schedule of Rates (attached). However, we will not exceed the contract budget without the owner’s
prior authorization.
FEE
LACO will invoice Client for services rendered based on time and materials. The estimated fee for the
above referenced scope is: $41,500.
*This is an estimate of the anticipated costs associated with the services we are proposing to provide.
An estimate is made with our best, professional judgment but we cannot anticipate everything that will
happen during the course of completing your project and there are often unforeseen circumstances
or conditions that result in a greater commitment of staff resources than the originally estimated
amount. Additional fees will not be incurred without written notice to the CLIENT.
Page 184 of 270
Proposal
Ukiah Electric Utility Field Operations Center
1350 Hastings Road, Ukiah, California
City of Ukiah; LACO Project No. 6883.45
April 9, 2021
Page 7
SPECIAL CONDITIONS AND / OR ASSUMPTIONS
• LACO does not make any guarantee of the viability of the project, the date upon which
approvals will be received, or the successful completion of the project. LACO does not possess
any control over the discretionary approval process employed by any involved government
agency, or the timely processing of application submittals.
• The project qualifies as prevailing wage as set forth by California Department of Industrial
Relations.
• The actual sequencing of work by the contractor has the potential to significantly change the
final cost of the services LACO will provide for this project. Costs may increase or decrease
depending on contractor performance.
• Observation performed by LACO shall not be relied upon as acceptance of the work, and in
no way relieves the Contractor of their obligation to perform the work in accordance with the
requirements of the Contract Documents, including commonly accepted industry practices.
• LACO requests CLIENT or CLIENT representative assist in providing safe access during on-site
visits to facilitate required field testing and sampling.
• The Client will be responsible for clearance of private utilities not covered by USA within the
proposed development area. LACO will not be responsible for unmarked underground utilities
that may become damaged during the course of our investigation.
• LACO assumes that a site-specific ground motion analysis is not necessary. Should Client or
building design team decide, or should site conditions dictate otherwise, LACO can provide
one under a separate agreement.
• LACO assumes free and unrestricted access to the site during the subsurface exploration.
• Tasks not specifically identified in the Scope of Services are excluded.
• If any of the stated assumptions prove to incorrect, the basis for the estimated fee shall be
considered changed and will require a fee adjustment; additionally, our ability to complete
the project in a timely manner may also be affected. LACO will notify the CLIENT immediately
if changes to the proposed Scope of Services and/or Fee are determined to be necessary.
• LACO is not responsible for damage to asphalt, vegetation, landscaping, or unmarked
utilities that may result through the course of our field exploration.
• The actual sequencing of work by the contractor has the potential to significantly change the final
cost of the services LACO will provide for this project. Costs may increase or decrease depending
on contractor performance.
• LACO will rely on others (owner or contractor authorized representative) to coordinate the total
number of site visits needed to meet the quality assurance and testing requirements of the project.
• Material testing or observation performed by LACO shall not be relied upon as acceptance of the
work, and in no way relieves the Contractor of their obligation to perform the work in accordance
with the requirements of the Contract Documents, including commonly accepted industry practices.
Please contact Kelsey McLaughlin at (707) 953-2000 with any questions.
Sincerely,
LACO Associates
Page 185 of 270
Initials: LACO _______ CLIENT_______
Revised: 01/01/2021
LACO SOUTH
2021 SCHEDULE OF RATES
HOURLY RATES
Senior Principal Engineer ............................................................................................................................. $260.00 per hour
Senior Geotechnical Engineer, Senior Managing Engineer .......................................................................... $235.00 per hour
Principal Engineer ........................................................................................................................................ $225.00 per hour
Principal Land Surveyor ................................................................................................................................ $210.00 per hour
Principal Planner, Principal Geologist, Senior Project Manager .................................................................. $185.00 per hour
Senior Engineer ............................................................................................................................................ $180.00 per hour
Senior Geologist ........................................................................................................................................... $170.00 per hour
Senior Planner, Senior Surveyor, Project Manager ...................................................................................... $155.00 per hour
Associate Engineer ....................................................................................................................................... $150.00 per hour
Laboratory Manager .................................................................................................................................... $140.00 per hour
Senior Special Inspector, Associate Geologist .............................................................................................. $135.00 per hour
Staff Engineer, Associate Planner, Associate Surveyor ................................................................................ $130.00 per hour
Staff Planner, Staff Geologist, Staff Surveyor............................................................................................... $120.00 per hour
Senior Technician ......................................................................................................................................... $110.00 per hour
Assistant Engineer, Assistant Planner, Assistant Geologist, Assistant Surveyor .......................................... $105.00 per hour
Senior Project Coordinator ............................................................................................................................ $90.00 per hour
Project Coordinator ........................................................................................................................................ $80.00 per hour
HOURLY PREVAILING WAGE FIELD INSPECTION RATES
Group 1: Masonry, Group 2: Welding / Construction Inspections ............................................................... $175.00 per hour
Group 3: Soils, Group 4: Concrete................................................................................................................ $170.00 per hour
HOURLY SURVEY RATES*
Marking Borings / USA Marking Humboldt / Sonoma / Napa (Prevailing Wage Qualifying) ....................... $201.00 per hour
Marking Borings / USA Marking Mendocino / Lake (Prevailing Wage Qualifying) ...................................... $150.00 per hour
One-Man Survey .......................................................................................................................................... $150.00 per hour
One-Man Survey (Prevailing Wage Qualifying) ............................................................................................ $200.00 per hour
Two-Man Survey .......................................................................................................................................... $275.00 per hour
Two-Man Survey (Prevailing Wage Qualifying) ............................................................................................ $350.00 per hour
Three-Man Survey ........................................................................................................................................ $350.00 per hour
Three-Man Survey (Prevailing Wage Qualifying) ......................................................................................... $475.00 per hour
*Hourly survey rates are charged for travel time to and from job site and on-site time.
EXPERT WITNESS SERVICES**
Principal Professional Expert........................................................................................................................ $475.00 per hour
Senior Professional Expert ........................................................................................................................... $365.00 per hour
**Expert witness services include, but are not limited to, preparation for and attendance at depositions or court by
Principal or Senior Professionals. Other staff support will be billed at regular hourly rates.
ANNUAL RATE INCREASE
LACO Associates anticipates an annual hourly rate increase of 3% to 5% effective January 1st of each new year without prior
notice. For projects that span multiple years, an updated Schedule of Rates will be sent with the first invoice that reflects
the annual increase.
NOTES
1. The above rates are regular hourly rates and include payroll costs, overhead, and profit. If overtime is requested by
the client, it will be charged at 130% of the above hourly rates.
2. Outside services, including, but not limited to, consultants and laboratories, will be billed at Cost plus 15%.
3. Subsistence and per diem will be calculated at Cost plus 15%.
4. All travel time will be charged at the regular hourly rates.
Page 186 of 270
Initials: LACO _______ CLIENT_______
Revised: 01/01/2021
TRANSPORTATION
Automobile and pickup:*
Trip charge per day (half-day minimum charge) ......................................... $70.00 per day ($35 minimum charge)
Over 80 miles .............................................................................................................. Federal Rate + $0.10 per mile
Other transportation, air travel, etc. ................................................................................................................... $Cost + 15%
MATERIALS
Survey hubs, stakes, lath, or guineas ..................................................................................................................... $1.00 each
Survey markers, plain iron pipe ............................................................................................................................. $5.00 each
Plan copies per sheet (11x17) ........................... black & white $0.25 ........................................................... color $2.50 each
Plan copies per sheet (24x36) ........................... black & white $5.00 ................... mylar $20.00 ................ color $21.25 each
All other materials or printing ............................................................................................................................. $ Cost + 15%
RATES FOR MATERIALS AND SOILS TESTING
Laboratory tests are performed on samples delivered to our lab in Santa Rosa, California. Sample pick-up, special tests, and unusual
sample preparation are billed at the applicable hourly rate. Faxes of reports and duplicate mailings are available for $5 each. Reports
requiring review and signature will be billed at the applicable rate.
A. AGGREGATE AND SOILS TESTING
100. Sieve Analysis – Coarse and Fine, Caltrans 202, ASTM C-136 ....................................................................... $186.00
101. Sieve Analysis – Coarse, Caltrans 202, ASTM C-136 ....................................................................................... $93.00
102. Sieve Analysis – Fine, Caltrans 202, ASTM C-136 ............................................................................................ $93.00
103. Finer than #200, ASTM C-117 ......................................................................................................................... $80.00
104. Particle Size Analysis, ASTM D-422 ............................................................................................................... $192.00
105. Cleanness Value, Caltrans 227 ...................................................................................................................... $186.00
106. Atterberg Limit - Wet .................................................................................................................................... $220.50
107. Hydrometer Analysis....................................................................................................................................... $90.00
108. Bulk Density of Soils ........................................................................................................................................ $53.00
109. Atterberg Limits, LL-PL-PI, ASTM 4318 ......................................................................................................... $171.00
110. Sand Equivalent, Caltrans 217, ASTM D-2419 .............................................................................................. $186.00
111. Specific Gravity – Coarse, Caltrans 206, ASTM C-127 ................................................................................... $141.00
112. Specific Gravity – Fine, Caltrans 207, ASTM C-128 ....................................................................................... $155.00
113. Maximum Density of Soils, Caltrans 216, ASTM D-698 or D-1557 ............................................................... $278.00
114. Maximum Density of Soils with Rock Correction, ASTM D-4718 .................................................................. $300.00
301. Nuclear Density Gauge (hourly), Caltrans 231, ASTM D6938 ** .................................................................... $15.00
302. Nuclear Density Gauge (daily), Caltrans 231, ASTM D6938 ** ....................................................................... $85.00
116. Organic Impurities, ASTM C-40 ....................................................................................................................... $80.00
117. Moisture Content of Soils In Place, ASTM D-2216 .......................................................................................... $25.00
118. Density of Soils In Place, ASTM 2937 .............................................................................................................. $50.00
119. Percent Crushed Particles, Caltrans 205, ASTM D-5821 ............................................................................... $186.00
120. Durability Index – Coarse, Caltrans 229, ASTM D-3744 ................................................................................ $150.00
121. Durability Index – Fine, Caltrans 229, ASTM D-3744 .................................................................................... $150.00
122. Concrete Slab Relative Humidity Test ............................................................................................................. $98.00
123. Unconfined Compressive Strength ................................................................................................................. $80.00
124. CBR Soils Test with Compaction ................................................................................................................... $550.00
125. Consolidation, 3" dia., ASTM D-2435 ............................................................................................................ $280.00
126. Consolidation Test – Additional Points ........................................................................................................... $45.00
127. Direct Shear, ASTM D-3080 (3 points) .......................................................................................................... $275.00
128. Direct Shear, ASTM D-3080 (per additional point) ......................................................................................... $69.00
129. Sample Preparation ........................................................................................................................................ $35.00
130. Expansion Index, ASTM D-4829 .................................................................................................................... $351.00
131. Pocket Penetrometer...................................................................................................................................... $20.00
135. Unit Weight, ASTM C-29 ............................................................................................................................... $186.00
139. CBR Soils Test Without Compaction ............................................................................................................. $350.00
166. Max. Theoretical Specific Gravity (RICE), ASTM D2041 ................................................................................ $175.00
167. Moisture % of Bituminous Mixtures, CAL370 ................................................................................................. $75.00
Page 187 of 270
Initials: LACO _______ CLIENT_______
Revised: 01/01/2021
168. Bulk Specific Gravity of Compacted Asphalt Mixtures, ASTM D2726 ............................................................. $65.00
169. Marshall Compaction, Density, 3 specimens, ASTM D6926, D2726 ............................................................. $345.00
170. Marshall Stability & Flow, 3 specimens, ASTM D6927 ................................................................................. $230.00
171. % Binder Content, NCAT Ignition Oven,ASTM D6307 .................................................................................. $150.00
172. NCAT Calibration, ASTM D6307 .................................................................................................................... $380.00
For other testing not listed, please inquire.
B. CONCRETE AND FIELD TESTING
150. Concrete/Grout Compressive Strength (curing, testing & disposal), Caltrans 521, ASTM C-39 ..................... $35.00
151. Concrete Compressive Strength, Caltrans 521, ASTM C-39 ............................................................................ $35.00
152. Specimen Processing and Curing, ASTM C-31 ....................................................................................... (each) $8.00
153. Disposable Concrete Molds ................................................................................................................... (each) $4.00
154. Concrete Mix Design, Preparation, Review, and Adjustment ....................................................................... $200.00
156. Percent Entrained Air (Method ASTM C-231 or C-173)** .............................................................................. $20.00
157. Shrinkage Test, ASTM C-157 (3 bars) ............................................................................................ (per test) $300.00
158. Concrete Rebound Test, ASTM C-805** ......................................................................................... (per day) $25.00
159. Coring; Concrete, CMUs and AC, 4-inch core **...................................................................... $3.00 per inch length
161. Coring; Concrete, CMUS and AC, 6-inch core ** ..................................................................... $3.00 per inch length
163. Splitting Tensile Strength, ASTM C-496 .......................................................................................... (per test) $90.00
164. Voltage Meter ................................................................................................................................. (per day) $35.00
C. SPECIAL EQUIPMENT
258. Coating Thickness Gauge ................................................................................................................ (per Day) $25.00
246. Skidmore ** .................................................................................................................................... (per day) $60.00
303. Core Drilling Machine** ................................................................................................................. (per day) $75.00
333. Load Cell ** .................................................................................................................................... (per hour) $15.00
334. Torque Wrench ** ......................................................................................................................... (per hour) $10.00
320. Photoionization Hydrocarbon Vapor Detector * .......................................................................... (per day) $100.00
450. Field Lab Analysis (Hanby) .............................................................................................................. (per test) $25.00
332. Turbidity Meter * ............................................................................................................................ (per day) $40.00
352. Dissolved Oxygen Meter * .............................................................................................................. (per day) $40.00
245. pH/T/K Meter * ............................................................................................................................... (per day) $40.00
247. Water Level Meter .......................................................................................................................... (per day) $25.00
321. Bladder Pump/2” Submersible Pump * .......................................................................................... (per day) $45.00
224. Cam/Portable Pump (12-volt) ........................................................................................................... (per well) $5.00
336. Pressure Washer * .......................................................................................................................... (per day) $45.00
323. Steam Cleaner * .............................................................................................................................. (per day) $75.00
456. Rotary Hammer Boring System................................................................................................... (per boring) $25.00
452. Hydro Punch .............................................................................................................................. (per sample) $30.00
454. Continuous Core Sampler .................................................................................................................(per foot) $5.00
354. Hand Auger * .................................................................................................................................. (per day) $25.00
22. Traffic Control Cones (25) * .............................................................................................................. (per day) $8.00
23. Passive Skimmer (1 liter)............................................................................................................... (per week) $15.00
24. Electric Skimmer ......................................................................................................................... (per week) $125.00
326. Submersible Pump * ....................................................................................................................... (per day) $45.00
322. Centrifugal Pump * ....................................................................................................................... (per day) $100.00
252. Confined Space Multi-Gas Meter (LEL, Oxygen, PID, Hydrogen Sulfate, CO) ................................. (per day) $90.00
661. Calcium Chloride Kits ........................................................................................................................... (each) $25.00
* Minimum charge of 1/2-day on all equipment billed on daily basis
** Plus Technician Rate
*** Sample preparation not included
Page 188 of 270
Page 1 of 2
Agenda Item No: 7.i.
MEETING DATE/TIME: 5/5/2021
ITEM NO: 2021-832
AGENDA SUMMARY REPORT
SUBJECT: 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.
DEPARTMENT: Finance PREPARED BY: Brenda Stacy, Associate Accountant
PRESENTER: Consent Calendar
ATTACHMENTS:
1. BNY MELLON Ukiah FA LRB Series 2020 A Invoice (003)
Summary: The Council will consider approval of a 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, including bond issuance expense.
Background:
On August 19, 2020, the City Council had discussions and approved the issuance of a municipal tax-exempt
bond (Series 2020A Lease Revenue Bonds - Ukiah Community Facilities Acquisition and Improvement
Project)
to reimburse the City for the cost to purchase the Bank of America Building (“Facility”) and to pay the costs
associated with renovating and preparing the building for service, as well as the roof replacement project for
the museum (collectively, the “Ukiah Community Facilities Acquisition and Improvement Project.” or “Project”).
This proposed series of tax-exempt bonds is currently estimated to have an all-in cost of financing around 1.95
percent and amortized over 20 years.
Discussion: Please refer to Attachment #1 for a copy of the Bank of New York Mellon invoice. Staff is
recommending the approval of a budget amendment in the amount of $193,424.91 for the debt payment of
Ukiah FA LRB Series 2020A to BNY Mellon with the following detail:
Bond Interest Expense: $28,007.78
Bond Principal Payments: $150,000.00
Bond Issuance Expense: $15,417.13
Recommended Action: Approve 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.
BUDGET AMENDMENT REQUIRED: YES
CURRENT BUDGET AMOUNT: 20800000.70102: $0; 20800000.70202:$0; 20813400.70110: $0
PROPOSED BUDGET AMOUNT: 20800000.70102: $28,007.78; 20800000.70202: $150,000.00;
20813400.70110: $15,417.13
FINANCING SOURCE: Bond Proceeds
PREVIOUS CONTRACT/PURCHASE ORDER NO.:
COORDINATED WITH: Olga Keough
Page 189 of 270
Page 2 of 2
Page 190 of 270
ATTACHMENT 1
Page 191 of 270
Page 1 of 2
Agenda Item No: 12.a.
MEETING DATE/TIME: 5/5/2021
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 192 of 270
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 193 of 270
Page 1 of 2
Agenda Item No: 12.b.
MEETING DATE/TIME: 5/5/2021
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 194 of 270
Page 2 of 2
Page 195 of 270
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 196 of 270
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 197 of 270
Page 1 of 1
Agenda Item No: 12.c.
MEETING DATE/TIME: 5/5/2021
ITEM NO: 2020-609
AGENDA SUMMARY REPORT
SUBJECT: Receive and File Third Quarter 2020-21 Financial Report.
DEPARTMENT: Finance PREPARED BY: Dan Buffalo, Finance Director
PRESENTER: Dan Buffalo, Finance Director
ATTACHMENTS:
None
Summary: The City Council will receive a report on the fiscal year 2020-21 third quarter financial report for the
City of Ukiah.
Background: The report provides readers with a summary of the City's financial position and activities
through the fiscal year period ending March 31, 2021.
Discussion: The following link will direct readers to the report on the City's OpenGov platform, which is a
dynamic and navigable presentation allowing readers to drill down into data to explore more detail than the
former report offered.
https://stories.opengov.com/ukiahca/published/edlZyU2UL
The report is meant to be viewed through the OpenGov platform via a web browser, preferably Google
Chrome.
Recommended Action: Receive and file report.
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 198 of 270
Page 1 of 2
Agenda Item No: 12.d.
MEETING DATE/TIME: 5/5/2021
ITEM NO: 2021-836
AGENDA SUMMARY REPORT
SUBJECT: 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.
DEPARTMENT: Electric Utility PREPARED BY: Mary Williamson, Buyer II
PRESENTER: Consent Calendar
ATTACHMENTS:
1. Bid Tabulation Spec 16-07
2. FRC Bid 04272021
3. FRC Inc. Bid Withdraw -Clerical Error Letter
4. CWS Bid 04272021
Summary: Council will consider approving 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.
Background: On August 5, 2020, the City Council adopted the plans and specifications for the Electric
Service Center Site Improvement Project. The project consists of grading, fencing and roofing for the 2.8 acre
property, and continued renovation of an existing 15,800 square foot building which will centralize
construction, engineering and technical services for the Utility. Staff's estimate for the project is $2.7M.
The project will enable the department to fully secure the site and manage material storage at the
facility. Phase 2 of the project will include the addition of public solar generation facilities to make Ukiah more resilient to power
outages and reduce our dependency on carbon based generation resources. Currently, Ukiah electric customers receive energy that
is, on average, greater than 70 percent carbon free. Compared to the State’s requirement of 44 percent by 2024, we have exceeded
the 2024 requirement by 26 percent 4 years ahead of schedule.
Discussion: On March 11, 2021, a bid notice for the project was released to eighty-nine (89) contractors from
the City's Qualified Bidders list, and twelve (12) Northern California Builders Exchanges and posted to the
City's website.
Bids were opened on April 27, 2021, with three (3) bidders responding. A copy of the bid tabulation is
provided as Attachment 1.
The apparent low bidder was FRC, Inc. at $2,442.587. A copy of their bid is provided as Attachment 2. The
bid they submitted had a total bid amount of $2,707,885. However, discrepancies were discovered while
reviewing their bid between the unit prices and the extended amounts on some of their line items. Following
the instructions of the specification's Bidding Schedule which states that in these circumstances the unit price
prevails, it resulted in an overall reduction of FRC's bid by $265,298.
A letter was received on April 28, 2021, stating that due to clerical errors, FRC, Inc. requested to withdraw
their bid. A copy of the letter is provided as Attachment 3. Per Public Contract Code Section 5103, if the
revisions made to the bid line items make the bid materially different than the bidder intended, then the bidder
Page 199 of 270
Page 2 of 2
may submit a bid withdrawal request. It is staff's recommendation to approve this request.
Therefore, staff recommends awarding the bid to the second lowest bidder, CWS Construction Group, Inc. in
the amount of $2,693,933.50, and approve a budget amendments. A copy of their bid is provided for as
Attachment 4. Note: The bid amount is below the engineer's estimate of $2.7M which was presented and
reviewed with the plans/specs at the August 5, 2020 City Council meeting.
Recommended Action: 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.
BUDGET AMENDMENT REQUIRED: Yes
CURRENT BUDGET AMOUNT: 80126100.80220.17023; $1,808,718 - Site Improvement; 80700000.30007;
$685,294.72 - Preparation work related to solar
PROPOSED BUDGET AMOUNT: 80126100.80220.17023; Add $1,226,295 - Site Improvement;
80700000.95801.17023 - Transfer to 801: $685,295; 80100000.91807.17023 - Transfer from 807: $685,295;
80000000.95801 - Transfer to 801: $541,000; 80100000.91800 - Transfer from 800: $541,000
FINANCING SOURCE: Funds 800 and 807
PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A
COORDINATED WITH: Mary Horger, Financial Services Manager; David Rapport, City Attorney; Cindy
Sauers, Assistant Electric Utility Director; Mel Grandi, Electric Utility Director
Page 200 of 270
Item # Item Description Quantity UOM Unit Price Item Total Unit Price Item Total Unit Price Item Total
1 PERFORM ALL SITE GRADING ACCORDING TO THE PLANS AND SPECIFICATIONS 1LS $94,283.00 $94,283.00 $310,000.00 $310,000.00 $108,089.15 $108,089.15
2 ASPHALT CONCRETE REMOVAL 5680 SF $3.00 $17,040.00 $2.50 $14,200.00 $2.01 $11,416.80
3 NEW ASPHALT CONCRETE FOR PARKING AREA (3" AC ON 15" AB) ACCORDING TO SOILS REPORT 4000 SF $14.00 $56,000.00 $15.00 $60,000.00 $13.64 $54,560.00
4 NEW ASPHALT CONCRETE FOR YARD AREA (3" AC ON 12" AB) ACCORDING TO SOILS REPORT 35000 SF $8.00 $280,000.00 $10.00 $350,000.00 $8.16 $285,600.00
5 CONCRETE REMOVAL 3500 SF $3.00 $10,500.00 $3.02 $10,580.15 $3.51 $12,285.00
6 NEW CONCRETE WALKWAYS, GENERATOR PAD, TRASH ENCLOSURE PAD, EQUIPMENT PADS 6000 SF $32.00 $192,000.00 $19.21 $115,260.00 $22.31 $133,860.00
7 INSTALL VALLEY GUTTER 1750 SF $36.00 $63,000.00 $18.93 $33,127.50 $21.98 $38,465.00
83' RETAINING WALL, STACK STONE 220 FT $459.00 $100,980.00 $311.00 $68,420.00 $510.81 $112,378.20
9 PROVIDE AND INSTALL LANDSCAPING ‐ PLANTS, TREES, SHRUBS AND IRRIGATION 1 LS $156,488.00 $156,488.00 $118,500.00 $118,500.00 $148,059.38 $148,059.38
10 BIOSWALE & RETENTION POND 1LS $142,056.00 $142,056.00 $100,000.00 $100,000.00 $88,255.00 $88,255.00
11 INSTALLATION OF STORM DRAIN AND TRAFFIC GRATES 600 FT $73.00 $43,800.00 $37.13 $22,275.00 $43.11 $25,866.00
12 PROVIDE AND INSTALL PROPERTY FENCING 900 FT $3.14 $2,826.00 $270.00 $243,000.00 $281.28 $253,152.00
13 PROVIDE AND INSTALL SINGLE LEAF VEHICLE GATE WITH CONTROLLER 1EA $45,567.00 $45,567.00 $47,250.00 $47,250.00 $55,740.00 $55,740.00
14 PROVIDE AND INSTALL DOUBLE LEAF VEHICLE GATE WITH TWO CONTROLLERS 1EA $55,161.00 $55,161.00 $67,580.00 $67,580.00 $65,030.00 $65,030.00
15 PROVIDE AND INSTALL MAN GATES 4EA $4,197.00 $16,788.00 $5,150.00 $20,600.00 $30,192.50 $120,770.00
16 PROVIDE AND INSTALL PRIVACY FENCING FOR METERS AND TRASH ENCLOSURE 66 FT $181.00 $11,946.00 $95.00 $6,270.00 $175.35 $11,573.10
17 DEMO AND DISPOSE OF CROSS FENCES ON WEST SIDE OF BUILDING 1 LS $2,664.00 $2,664.00 $15,000.00 $15,000.00 $5,806.25 $5,806.25
18 RELOCATE MAILBOX TO NEW LOCATION 1LS $2,098.00 $2,098.00 $2,000.00 $2,000.00 $1,161.25 $1,161.25
19 REMOVE AND REPLACE EXISTING ROOFING ON FIRST FLOOR 12400 SF $30.00 $372,000.00 $35.00 $434,000.00 $33.60 $416,640.00
20 REMOVE AND REPLACE EXISTING ROOFING ON SECOND FLOOR 1600 SF $39.00 $62,400.00 $35.00 $56,000.00 $28.82 $46,112.00
21 REMOVE AND REPLACE EXISTING GUTTERS 710 FT $37.00 $26,270.00 $21.12 $14,995.20 $44.08 $31,296.80
22 PROVIDE AND INSTALL NEW DOWNSPOUTS 18 EA $349.00 $6,282.00 $1,000.00 $18,000.00 $1,272.21 $22,899.78
23 PROVIDE AND INSTALL NEW COVERED ENTRY 1LS $96,568.00 $96,568.00 $40,000.00 $40,000.00 $83,410.27 $83,410.27
24 PROVIDE AND INSTALL TRELLIS COVERED PATIO 1 LS $35,769.00 $35,769.00 $25,000.00 $25,000.00 $19,694.80 $19,694.80
25 DIESEL GENERATOR, 125KW, 120/240V, 3 PHASE, DELTA CONNECTED 1EA $93,170.00 $93,170.00 $90,000.00 $90,000.00 $100,736.12 $100,736.12
26 ATS‐ NEMA 3R, 1000A, 120/240V, 3 PHASE, 4 WIRE. 65KAIC 1EA $18,905.00 $18,905.00 $22,000.00 $22,000.00 $21,790.86 $21,790.86
27 PROVIDE AND INSTALL 1000A SERVICE ENTRANCE PANEL ‐ NEMA 3R, 120/240V, 3 PHASE, 4 WIRE. 65KAIC 1EA $85,775.00 $85,775.00 $75,000.00 $75,000.00 $94,676.71 $94,676.71
28 EXCAVATE, TRENCH, BACKFILL AND COMPACTION (24"X36" TRENCH)1400 FT $37.00 $51,800.00 $35.25 $49,350.00 $89.30 $125,020.00
29 5 INCH PVC SCH 40 CONDUIT INCLUDING INSTALLATION 525 FT $23.00 $12,075.00 $48.69 $25,562.25 $56.54 $29,683.50
30 4 INCH PVC SCH 40 CONDUIT INCLUDING INSTALLATION 830 FT $15.00 $12,450.00 $33.98 $28,203.40 $39.46 $32,751.80
31 2 INCH PVC SCH 40 CONDUIT INCLUDING INSTALLATION 1600 FT $14.00 $22,400.00 $24.00 $38,400.00 $27.87 $44,592.00
32 EXCAVATE, BACKFILL, COMPACTION AND INSTALLATION OF SECONDARY SERVICE BOX (CITY TO PROVIDE)10 EA $570.00 $5,700.00 $1,500.00 $15,000.00 $819.03 $8,190.30
33 STREETLIGHT FOUNDATIONS 8EA $1,853.00 $14,824.00 $1,545.00 $12,360.00 $1,794.13 $14,353.04
34 REMOVE CLEAN SOIL TO CITY PROPERTY SOUTH OF AIRPORT 5000 YD $16.00 $80,000.00 $9.20 $46,000.00 $10.68 $53,400.00
35 REMOVE CONTAMINATED SOIL TO LANDFILL USING CERTIFIED HAZARDOUS WASTE HAULER 50 YD $600.00 $30,000.00 $100.00 $5,000.00 $116.13 $5,806.50
36 DELETED 0N/A $0.00 $0.00 $0.00 $0.00 $0.00 $0.00
37 CLASS II AB FOR MATERIAL STORAGE AND TRUCK PARKING 1200 YD $85.00 $102,000.00 $62.50 $75,000.00 $72.58 $87,096.00
38 CURBS 380 LF $43.00 $16,340.00 $50.00 $19,000.00 $29.03 $11,031.40
39 DOUBLE SWING CHAIN LINK GATE WITH TWO 6' LEAFS AND DROP ROD, PRIVACY SLATS TO MATCH EXISTING 1 EA $4,662.00 $4,662.00 $1,000.00 $1,000.00 $4,514.94 $4,514.94
Total $2,442,587.00 $2,693,933.50 $2,785,763.95
Arrow Fencing
po box 385
Calpella, CA 95418
License No: 585041
FENCING
BKF Engineers
200 4th Street Ste 300
Santa Rosa, CA 95401
SURVEYING
Coastal Mountain Electric
PO Box 678
Lower Lake, CA 94547
License No: 507105
ELECTRICAL
Cornerstone Roofing, Inc.
PO Box 2059
Sebastopol, CA 95473
License No: 909400
ROOFING
Devincenzi Concrete
3276 Dutton Avenue
Santa Rosa, CA 95407
License No: 326998
CONCRETE
Johnson's Custom Landscaping,
Inc.
591 Riverside Dr.
Ukiah, CA 95482
License No: 748725
LANDSCAPE
Masonry Contractor Installers,
Inc.
PO Box 6024
Santa Rosa, CA 95406
Li N 757926
Coastal Mountain Electric
PO Box 678
Lower Lake, CA 94547
License No: 507105
Electric, Gen Bldg Contactor
Cupples Excavating
501 A St Marys Ave
Hopland, CA 95449
License No: 999200
Trenching, Earthwork and Paving
Devincenzi Concrete
3276 Dutton Avenue
Santa Rosa, CA 95407
License No: 326998
Concrete
Humbolt Fence Company
Fortuna, CA 95540
License No: 808339
Fencing, Doors, Gates, &
Activating Devices
Johnson's Custom Landscaping,
Inc.
591 Riverside Dr.
Ukiah, CA 95482
License No: 748725
Landscaping
Solano County Roofing Inc
4349 Cordelia Road
Fairfield, CA 94534
License No: 495355
Roofing, insulation and
acoustical, sheet metal
Arrow Fencing
po box 385
Calpella, CA 95418
License No: 585041
fencing
B & L GLASS
SANTA ROSA, CA 95403
License No: 1058949
GLAZING
Coastal Mountain Electric
PO Box 678
Lower Lake, CA 94547
License No: 507105
ELECTRIC
Crusader Fence Co.
3115 Gold Valley DDr.
Rancho Cordova, CA 95742
License No: 1056652
fencing
Cupples Excavating
501 A St Marys Ave
Hopland, CA 95449
License No: 999200
Earthwork
Devincenzi Concrete
3276 Dutton Avenue
Santa Rosa, CA 95407
License No: 326998
concrete
Dunn Right Painting, Inc
75 KUNZLER RANCH RD STE D
UKIAH, CA 95482
License No: 691040
painting
Listed Subs
REVISED BID ITEM LIST SPEC #16‐07
9680 Old Redwood Hwy 42 Digital Drive Suite 1 221 G Olive Lane
Windsor, CA 95492807 Novato, CA 94949 Ukiah, CA 95482
BID RESULTS ‐ SPECIFICATION 16‐07 UKIAH ELECTRIC UTILITY FIELD OPERATION CENTER ‐ SITE WORK
City of Ukiah
Bid Opening: 2021‐04‐27 FRC INC ‐ WITHDRAWN CWS Construction Group Inc Cupples & Sons Construction
ATTACHMENT 1
Page 201 of 270
Attachment 2
Page 202 of 270
Page 203 of 270
Page 204 of 270
Page 205 of 270
Page 206 of 270
Page 207 of 270
Page 208 of 270
Page 209 of 270
Page 210 of 270
Page 211 of 270
Page 212 of 270
Page 213 of 270
Page 214 of 270
Page 215 of 270
Page 216 of 270
Page 217 of 270
Page 218 of 270
Page 219 of 270
Page 220 of 270
Page 221 of 270
Page 222 of 270
Page 223 of 270
Page 224 of 270
Attachment 3
Page 225 of 270
Attachment 4
Page 226 of 270
Page 227 of 270
Page 228 of 270
Page 229 of 270
Page 230 of 270
Page 231 of 270
Page 232 of 270
Page 233 of 270
Page 234 of 270
Page 235 of 270
Page 236 of 270
Page 237 of 270
Page 238 of 270
Page 239 of 270
Page 240 of 270
Page 241 of 270
Page 242 of 270
Page 243 of 270
Page 244 of 270
Page 245 of 270
Page 246 of 270
Page 247 of 270
Page 248 of 270
Page 249 of 270
Page 250 of 270
Page 251 of 270
Page 252 of 270
Page 253 of 270
Page 254 of 270
Page 255 of 270
Page 256 of 270
Page 257 of 270
Page 258 of 270
Page 259 of 270
Page 260 of 270
Page 261 of 270
Page 1 of 3
Agenda Item No: 13.a.
MEETING DATE/TIME: 5/5/2021
ITEM NO: 2021-831
AGENDA SUMMARY REPORT
SUBJECT: 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.
DEPARTMENT: Community Services PREPARED BY: ,
PRESENTER: Neil Davis, Community Services Program
Administrator
ATTACHMENTS:
1. Att 1_L_NCRARailBankAppeal
Summary: Council will receive a status Report on the Great Redwood Trail – Ukiah, and consider approving a
letter to the North Coast Railroad Authority (NCRA) in support of rail banking the NCRA Corridor from
Cloverdale to Willits.
Background: The NCRA railroad corridor that bisects the City of Ukiah and the Ukiah Valley has been non-
operational for over twenty years. The City has made great strides in turning the corridor from a blighted eye-
sore into the Great Redwood Trail-Ukiah Linear Park, an active transportation corridor. Current conditions are
ripe for a quick conversion of the rail line into a trail that will create economic, health, and recreation benefits
estimated at over $20 million per year. This can be done while preserving the corridor for future transportation
needs through the legal process of Rail Banking. Rail banking allows rail infrastructure to be removed and for
the corridor to be converted to a trail, but preserves the corridor for future potential transportation needs. The
federal Surface Transportation Board has the sole authority to initiate Rail Banking.
The City of Ukiah was developed along an industrial corridor defined by the railroad which provided freight and
passenger service dating back to the late 1800s. However, no regular passenger service has operated since
1942 and freight service was discontinued in the early 1990s. The North Coast Railroad Authority (NCRA) was
created by the California legislature in 1989 with a mission to maintain and operate freight rail service between
the Bay Area and Humboldt Bay. Declining industry revenue, deferred maintenance, and catastrophic storm
damage completely shut down rail operations north of Windsor, Sonoma County, in 19981.
Between 2016 and 2019, in response to community pressure, and in an effort to capture the best possible
benefit of the corridor, City of Ukiah staff obtained permission from the NCRA and found funding to create
three rail with trails2 projects. These projects created two miles of multi-use, non-motorized path from Hastings
Ave to Brush St.
In 2018, after 20 years of unsuccessful attempts by the NCRA to restore financially viable rail services,
Senator Mike McGuire introduced legislation to convert the mission of the NCRA and the corridor north of
Cloverdale to focus on trail development. This legislation has now passed and the NCRA is in the process of
transitioning from a rail authority to a trail authority.
In mid-2020, the City designated the rail corridor as a public park and adopted the Great Redwood Trail –
Ukiah Park Master Plan. Additionally, City of Ukiah staff applied for and have been notified, this last month
Page 262 of 270
Page 2 of 3
(April 2021), of funding from the CA Natural Resources Agency to extend the trail another two miles to the
south from Hastings to Taylor Drive south of the Ukiah City limits. This section of trail will be a rail to trail3
project with the trail built on top of the existing rails.
Although great progress has been made, and great potential exists, current efforts to improve the corridor are
stymied by the presence of unused rail infrastructure including rails, sidings, ties, and a variety of transfer and
utility boxes and sheds. A short cyclone fence separates the trail side of the corridor from the rail side of the
corridor. Although a variety of park improvements have been initiated on the trail side of the corridor, on the
rail side of the fence, the existing unused rail infrastructure creates a barrier to park development and
continues to be an eyesore.
Earlier this year, the NCRA voted in support of rail banking4 from Willits north but made no recommendation
on the status of the corridor from Cloverdale to Willits. The federal Surface Transportation Board is the final
arbiter in any decision to railbank.
Footnotes:
1. Assessment of the North Coast Railroad Authority and Viability of a Great Redwood Trail (2020.
2. Rails With Trails - A project that establishes a trail immediately adjacent to an existing rail line with or
without active rail service.
3. Rail To Trails - A project that removes rail or builds on top or rails but uses the existing rail bed to convert a
rail corridor to a trail.
4. Rail Banking - Established in 1983 as an amendment to Section 8(d) of the National Trails System Act, is a
voluntary agreement between a railroad company and a trail agency to use an out-of-service rail corridor as a
trail until a railroad might need the corridor again for rail service. Rail banking allows the corridor to be
converted to a trail but preserves the corridor for future potential transportation needs.
Discussion: The City of Ukiah has a license agreement with the NCRA allowing the city to use of the corridor
as a public park and create and maintain a trail for recreation and active transportation. However, without full
site control, including the unrestricted ability to remove rail infrastructure where warranted and desired, it will
be difficult to impossible to fully realize the public benefit of the corridor. With the rails removed, Parks crews
can quickly and efficiently mow the corridor to control fire risk with a driving mower. With the rails in place, staff
will need to use hand held weed whackers to cut the weeds at much greater cost. Additionally, with the rails
removed, a wide variety of public amenities can be added at very low cost. Volunteers could likely install dog
parks, community gardens, bicycle “pump tracks,” and public art.
The removal of the rails may possibly provide a source of revenue for the NCRA that could be used to expand
on these opportunities. With the current high cost of steel, a railroad salvage company is paying seventy-five
thousand dollars per mile in New York for salvage rights of an out-of-use railway. These salvage operations
leave a rough road bed that, with the addition of a little base rock, would meet the needs of hikers and
mountain bikers. The corridor from Hopland to Redwood Valley would be between twenty and twenty-five
miles and could generate between $1.5 and $1.875 million in salvage. Additionally, Alta Planning estimates
opening the corridor from Hopland to Redwood Valley would yield over $20 million dollars per year in
economic, recreation, and health benefits to the community.
The Mendocino Railway Company (MRC) operates the excursion Skunk Train with short out-and-back runs
from Willits and Fort Bragg, and very limited freight operations, on an out of county rail line. The MRC is the
only known opposition to railbanking and have not presented an accepted business plan for using this corridor
before or after the NCRA’s conversion from a rail authority to a trail authority. The proposed Rail Banking
would not interfere with the MRC’s existing business.
One of the few ways for the City of Ukiah to influence the decision of the federal Surface Transportation Board
is through a letter to the NCRA. A recommendation for Rail Banking this corridor from the NCRA is imperative
to obtaining rail banking status from the Surface Transportation Board. Staff has drafted a letter (Attachment
Page 263 of 270
Page 3 of 3
#1) to the NCRA in favor of rail banking for the Council’s consideration with a recommendation it be signed by
the Mayor and forwarded to the NCRA.
Recommended Action: Receive report on status of Great Redwood Trail, and authorize the Mayor to sign a
letter to North Coast Railroad Authority (NCRA) in support of Rail Banking the NCRA corridor from Cloverdale
to Willits.
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 264 of 270
300 Seminary Avenue • Ukiah • CA • 95482-5400
Phone: (707)463-6200 · Fax: (707)463-6204 ·www.cityofukiah.com
May 5, 2021
Re: Clearing the path for the Great Redwood Trail
To the NCRA Board:
On behalf of the City of Ukiah, I am writing to request you extend your recommendation to the
Surface Transportation Board for rail banking of the NCRA corridor to include the section from
Willits south to Cloverdale.
Despite decades of investigation, we have seen no evidence of a realistic business plan that
would allow for rail service in this section of the corridor. We have however experienced the
financial, cultural, health, and lost opportunity costs of living with an effectively abandoned
railway through the center of the Ukiah Valley.
While those interested in restoring rail service have failed to obtain funding, trail advocates are
successfully moving forward obtaining funding and completing trail projects. The City of Ukiah
has completed two miles of trail, and just this last month we were awarded funding from the
California Natural Resources Agency to extend the trail another two miles to the south.
The presence of volunteer and non-profits working to complement these projects is concrete
evidence of the level of community support for the use of this corridor to its best public benefit
through the creation of trails and linear parks. Additionally, CA State Parks fact finder website
(www.parksforcalifornia.org/communities/) provides an easy way to see how the corridor
creates a strip of poverty and an anchor to the economic development of Ukiah. With the rails
in place, maintaining the corridor is problematic and unnecessarily expensive. Even simple
weed control is difficult as the presence of rail infrastructure necessitates the use of weed
whackers instead of riding mowers. This of course leads to increased fire risk and homeless
encampments hidden by high weeds.
While the current state of the railway corridor acts as an economic anchor, the conversion of
the corridor to a linear park and active transportation corridor would be an economic boon to
the community. Alta Planning has estimated the annual recreational, health, and economic
benefit at over twenty million dollars per year. Further, with the current high cost of steel,
there is a very realistic possibility the NCRA could actually make money to support trail projects
through salvage.
Rail operators have been given more than enough time, and failed, to demonstrate the viability
of re-introducing rail service, and rail banking does not preclude them from doing so in the
future. The City of Ukiah has stepped up and taken on maintenance of the corridor through the
Attachment 1
Page 265 of 270
center of town. Please help us harvest the benefit of this resource and put it to the best
possible available public use by recommending rail banking from Cloverdale north.
Regards,
Juan Orozco
Mayor
Page 266 of 270
Page 1 of 1
Agenda Item No: 13.b.
MEETING DATE/TIME: 5/5/2021
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.
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 267 of 270
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 268 of 270
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 269 of 270
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 270 of 270