HomeMy WebLinkAboutItem 5c. Amend Subrecipient Agreement for Welcome Home Village and Execute a Reimbursement Agreement with SLO County for Sewer Main Improvements Item 5c
Department: Community Development
Cost Center: 4008
For Agenda of: 3/4/2025
Placement: Consent
Estimated Time: N/A
FROM: Timmi Tway, Community Development Director
Aaron Floyd, Utilities Director
Prepared By: Daisy Wiberg, Homelessness Response Manager
Shawna Scott, Special Projects Manager, Public Utilities
SUBJECT: AUTHORIZE AMENDMENTS TO ENCAMPMENT RESOLUTION FUND
SUBRECIPIENT AGREEMENT WITH THE COUNTY OF SAN LUIS
OBISPO FOR IMPLEMENTATION OF THE WELCOME HOME VILLAGE
PROJECT AND EXECUTION OF A REIMBURSEMENT AGREEMENT
WITH THE COUNTY OF SAN LUIS OBISPO FOR SEWER MAI.
RECOMMENDATION
1. Authorize staff to amend the Encampment Resolution Fund Subrecipient Agreement
with the County of San Luis Obispo for implementation of the Welcome Home Village
Project; and
2. Authorize the City Manager to execute a Reimbursement Agreement with the County
of San Luis Obispo for the City’s construction of the Bishop Street sewer main
extension (Sierra Way Sewer Replacement Project, Specification No. 2000539
Additive Alternate A) to serve the Welcome Home Village Project, not to exceed
$357,000; and
3. Authorize the Finance Director to appropriate up to $71,400 from the Capital Projects
Reserve LRM Fund to the Sierra Way Sewer Replacement Project, Specification No.
2000539, in support of Contract Change Orders associated with the Sierra Way Sewer
Replacement Project, Specification No. 2000539, Additive Alternate A; and
4. Authorize the City Engineer to approve Contract Change Orders associated with the
Sierra Way Sewer Replacement Project, Specification No. 2000539, Additive
Alternate A up to the available project budget, including subsequently approved
budget approved by the Finance Director up to $428,400; and
5. Find the actions exempt from the California Environmental Quality Act (CEQA).
Page 21 of 717
Item 5c
POLICY CONTEXT
Housing Policies
The recommended action is in alignment with the City of San Luis Obispo’s Major City
Goal for Housing and Homelessness, which directs staff to collaborate with local nonprofit
partners, non-governmental agencies, the county, the state, and the federal gove rnment
to advocate for increased funding and implementation of comprehensive and effective
strategies to prevent and reduce homelessness.
Additionally, the City’s Homelessness Response Strategic Plan includes key components
for Regional Collaboration and Engagement and Funding Opportunities that directly
support the recommended action. Supporting actions include:
Objective 1: Strategically apply for funding opportunities for homelessness
response in coordination with the County and non-profit partners to secure funding
that may become available through Federal and State, and other sources.
Objective 2: Support efforts to establish emergency, transitional, and perma nent
supportive housing for key beneficiary groups including chronically homeless
individuals, medically vulnerable individuals, and families.
The City’s General Plan 6th Cycle Housing Element (HE) includes Safety as Goal 1, and
Program 1.7 states “Continue to support local and regional solutions to homelessness by
funding supportive programs services and housing solutions.”
HE Goal 6 is Housing Production, which specifically states “Plan for new housing to meet
the full range of community housing needs.” Program 6.20 states:
Continue to financially assist in the development of housing affordable to extremely
low, very-low-, low- or moderate-income households during the planning period
using State, Federal and local funding sources, with funding priority given to
projects that result in the maximum housing benefits for the lowest household
income levels.
Goal 8 in the HE is Special Housing Needs and includes the following policies:
8.1 – Encourage housing development that meets a variety of special needs,
including large families, single parents, disabled persons, the elderly, students,
veterans, farmworkers, the homeless, or those seeking congregate care, group
housing, single-room occupancy, or cohousing accommodations, utilizing
universal design.
8.8 – Continue to support regional efforts to address homelessness.
8.10 – Assist the homeless and those at risk of becoming homeless by supporting
shelters, temporary housing, and transitional housing.
8.11 – Continue to provide resources that support local and regional solutions to
meet the needs of the homeless and continue to support, jointly with other
agencies, shelters and programs, such as Housing First and Rap id Rehousing, for
the homeless and for displaced individuals and families.
Page 22 of 717
Item 5c
Proposition 218 and Water/Wastewater Policies
In 1996, California Proposition 218 amended the California Constitution by adding Article
XIII D. Proposition 218 and the State Constitution require that sewer fees and charges
are fairly and equitably distributed among ratepayers. Therefore, money from the City’s
Sewer Fund (ratepayers), cannot be applied to a public project that only benefits one
property owner. Sierra Way Sewer Replacement Project Additive Alternate A is solely
necessary to serve the Welcome Home Village Project.
Water and Wastewater Element Policy B2.2.3 states that new development shall pay its
“fair share” of expanded treatment and collection system capacity and upgrades , and new
development will only be permitted if adequate capacity is available within the wastewater
collection system and/or Water Resource Recovery Facility.
Therefore, the proposed Reimbursement Agreement and the requested General Fund
allocation for contingency are recommended to ensure wastewater service to the
Welcome Home Village Project can be provided consistent with the General Plan and
California Constitution.
REPORT-IN-BRIEF
The County of San Luis Obispo was awarded an Encampment Resolution Fund (ERF)
grant by the California Interagency Council on Homelessness on June 14, 2023, to
resolve encampments in the Bob Jones Bike Trail Encampment Corridor in partnership
with the City of San Luis Obispo and Good Samaritan Shelter. The grant award included
funding for outreach services, development of an 80-unit interim and permanent
supportive housing community, and on-site services. The project budget included a
$574,109.80 funding allocation for the City of SLO to provide outreach and services for
the encampment area, in coordination with the County and Good Samaritan Shelter.
The San Luis Obispo County Board of Supervisors approved the Welcome Home Village
(WHV) Project on May 21, 2024, and on June 4, 2024, City Council approved the
Encampment Resolution Fund Subrecipient Agreement with the County of San Luis
Obispo for implementation of the Welcome Home Village Project.
Due to unanticipated project expenses, the Welcome Home Village project team
subsequently reduced the number of housing units and adjusted the project’s footprint to
maintain the ERF grant funding requirements.
On January 14, 2025, the San Luis Obispo County Board of Supervisors approved the
amended Welcome Home Village project, consisting of 40 permanent supportive
residential housing units and 14 interim supportive housing residential units located at the
corner of Johnson Ave. and Bishop St. in the City of San Luis Obispo. In addition to the
reduction in units, County staff presented an amended project budget and timeline in
alignment with the ERF grant funding requirements to expend all grant funds by June 30,
2026.
Page 23 of 717
Item 5c
The project timeline for the City’s outreach efforts was updated from a 24-month timeline
to a 12-month timeline covering the period of July 1, 2025 to June 30, 2026. As a result
of the reduced timeline for the City outreach’s responsibilities, the allocated funding for
the City of San Luis Obispo was reduced to $311,718.21.
The amendments to the City’s Subrecipient Agreement are outlined below and are
reflected in the updated Draft Subrecipient Agreement included as Attachment A.
1. Funding Allocation (Page 1, Recital No. 6) – Updated the City of San Luis Obispo
funding allocation amount from $574,109.80 to $311,718.21.
2. Term of Contract (Page 2, No. 2) – Updated the contract term from October 1,
2023 through March 31, 2027 to July 1, 2025 through June 30, 2026.
3. City of San Luis Obispo Signatory (Page 9) – Updated the City of San Luis Obispo
City Manager from Derek Johnson to Whitney McDonald.
4. Funding Award Amount (Page 10, Exhibit A, Scope of Services) – Updated the
City of San Luis Obispo funding allocation amount from $574,109.80 to
$311,718.21.
5. Project Description (Page 10, Exhibit A, Scope of Services) – Updated the unit
count for the Interim Supportive Housing units from 34 to 14 and the Permanent
Supportive Housing units from 46 to 40 in alignment with the updated project
scope. Minor modifications were also made to clarify the City’s outreach role and
the data collection process with Good Samaritan Shelter.
6. Performance Outcomes (Pages 10-11, Exhibit A, Scope of Services) – A footnote
was included for the Performance Outcomes stating that, “The Parties
acknowledge and agree that these Performance Outcomes are aspirational but,
due to a variety of known and unknown factors including those outside the control
of either Party, may not be achieved. Should any of these Performance Outcomes
not be met during the Term of this Agreement, any such non -fulfillment shall not
constitute a breach of this Agreement by either party.”
7. Funding Award Amount (Page 11, Exhibit B, Compensation & Billing) – Updated
the City of San Luis Obispo funding allocation amount from $574,109.80 to
$311,718.21. Removed reference to the project budget (Exhibit B -1), which was
removed from the Subrecipient Agreement.
8. Reporting Requirements (Page 18, Exhibit D, Program Requirements) – Removed
the reference to HMIS data entry as the City of San Luis Obispo’s outrea ch
requirements will not include HMIS data entry.
9. Data and Confidentiality Terms (Pages 23-25, Exhibit D, Program Requirements)
– Updated the data and confidentiality terms to more accurately reflect the City’s
outreach and data collection responsibilities. The City will not be required to enter
outreach data into HMIS, but will work with Good Samaritan Shelter who will be
the primary HMIS data entry manager for the Welcome Home Village project.
Page 24 of 717
Item 5c
The County of San Luis Obispo’s Welcome Home Village proje ct will require connection
to City water and sewer services. During review of the County’s project in June 2024, City
staff identified that the additional wastewater flow from the Welcome Home Village project
would impact a capacity-constrained sewer system and require a new sewer main
extension within Bishop Street. A City sewer main replacement project in the immediate
area (the Sierra Way Sewer Replacement Project), had been designed and was
scheduled for Council’s consideration of bid authorization in July 2024. City staff paused
the authorization request to allow for time to design the new sewer main extension within
Bishop Street and update the bid package to include the new 350 -foot extension as
“Additive Alternate A”. The Sierra Way Sewer Replacement project, including Additive
Alternate A, was authorized for advertisement by the City Council on September 3, 2024.
As noted in the September 3, 2024 Council Agenda Report for the Sierra Way Sewer
Replacement project, future cost recovery for the construction of Additive Alternate A was
planned to be determined once the construction bids were received. The City would not
authorize the construction of Additive Alternate A until the cost recovery was established.
As this additional segment’s sole purpose would be to serve and provide the necessary
sewer capacity for the Welcome Home Village Project, construction canno t be funded by
the Sewer Fund. Therefore, consistent with General Plan policy and Proposition 218, a
Reimbursement Agreement is proposed that requires the County to reimburse the City
up to $357,000 (contractor’s bid price) for the construction of Additive Alternate A. In
addition, City staff recommends authorizing the Finance Director to appropriate a 20%
contingency, $71,400, as change orders are approved by the City Engineer from the
Capital Project Reserve Funds to the project account, Specification No. 2000539. Staff is
recommending that this continency, if needed, is funded by the City because the County
has limited grant funding to implement the Welcome Home Village project, and the City
supports and collaborates with the County as our regional partne r and as outlined in the
Subrecipient Agreement.
DISCUSSION – SUBRECIPIENT AGREEMENT
Background
In February 2023, the County of San Luis Obispo submitted an application to the
California Interagency Council on Homelessness for an Encampment Resolution Fund
(ERF) grant. The City was included as a project partner on the application, along with the
project’s service provider, Good Samaritan Shelter, and the project developer,
DignityMoves. The County’s proposal identified the Bob Jones Bike Trail Encampment
Corridor in the City of SLO as the priority encampment area in need of resolution. The
funding request included outreach services, development of an 80-bed interim and
permanent supportive housing community, and on-site services.
On June 14, 2023, the County was announced as a recipient of the ERF grant and was
awarded $13,361,999.19 to implement the Welcome Home Village pr oject. The funding
was officially accepted by the San Luis Obispo County Board of Supervisors on July 11,
2023.
Page 25 of 717
Item 5c
On May 21, 2024, the San Luis Obispo County Board of Supervisors approved the
Welcome Home Village (WHV) project, consisting of 46 permanent supportive residential
housing units and 34 interim supportive residential housing units located at the corner of
Johnson Ave. and Bishop St. in the City of San Luis Obisp o, to reduce homelessness
along the Bob Jones Bike Trail encampment corridor.
The Board of Supervisors’ approval included authorizing the Director of the Department
of Social Services to execute the Subrecipient Agreement with the City of San Luis Obispo
at a future date once final project costs are determined so long as total project costs do
not exceed total amount of the ERF award.
On June 4, 2024, City Council approved the Encampment Resolution Fund Subrecipient
Agreement with the County of San Luis Obispo for implementation of the Welcome Home
Village Project.
Following the Board of Supervisors approval, County staff worked with the project’s
developer, DignityMoves, to finalize the project scope and site plan. Due to unanticipated
project expenses and higher construction costs driven by inflation, the Welcome Home
Village project team made the decision to reduce the number of housing units and adjust
the project’s footprint to maintain the ERF grant funding requirements.
On January 14, 2025, the San Luis Obispo County Board of Supervisors approved the
amended Welcome Home Village project, which consists of 40 permanent supportive
residential housing units and 14 interim supportive housing residential units located at the
corner of Johnson Ave. and Bishop St. in the City of San Luis Obispo. In addition to the
reduction in units, County staff presented an amended project budget and timeline in
alignment with the ERF grant funding requirements to expend all grant funds by June 30,
2026.
As a result of the changes to the project scope and timeline, the allocated funding for the
City of San Luis Obispo was reduced from $574,109.80 to $311,718.21. The project
timeline for the City’s outreach efforts was updated from a 24 -month timeline to a 12-
month timeline covering the period of July 1, 2025 to June 30, 2026. There are no
anticipated impacts for the City with this reduction in funding as the funding was not
included in budget projections for FY25-26.
Encampment Resolution
The objectives of the ERF program are to resolve encampments of critical concern
throughout California and transition individuals living in those encampments into safe and
stable housing. The Bob Jones Bike Trail Encampment Corridor was proposed by the
City and County for the following reasons:
Health and safety concerns for encampment inhabitants,
Risks of unmitigated fires and floods for inhabitants and neighboring residents and
businesses,
Environmental hazards in a fragile riparian area, and
A chronically large volume of emergency incident calls related to the encampment
corridor and its inhabitants.
Page 26 of 717
Item 5c
Subrecipient Funding Allocation
The County allocated $311,718.21 of the $13,361,999.19 ERF award for the City of San
Luis Obispo, under the terms outlined in the Subrecipient Agreement. The City’s funding
allocation was designated for street outreach personnel costs, temporary restroom and
trash services, and administrative costs.
Amendments to the Subrecipient Agreement are summarized below and are reflect ed in
the updated Draft Subrecipient Agreement included as Attachment A.
1. Funding Allocation (Page 1, Recital No. 6) – Updated the City of San Luis Obispo
funding allocation amount from $574,109.80 to $311,718.21.
2. Term of Contract (Page 2, No. 2) – Updated the contract term from October 1,
2023 through March 31, 2027 to July 1, 2025 through June 30, 2026.
3. City of San Luis Obispo Signatory (Page 9) – Updated the City of San Luis Obispo
City Manager from Derek Johnson to Whitney McDonald.
4. Funding Award Amount (Page 10, Exhibit A, Scope of Services) – Updated the
City of San Luis Obispo funding allocation amount from $574,109.80 to
$311,718.21.
5. Project Description (Page 10, Exhibit A, Scope of Services) – Updated the unit
count for the Interim Supportive Housing units from 34 to 14 and the Permanent
Supportive Housing units from 46 to 40 in alignment with the updated project
scope. Minor modifications were also made to clarify the City’s outreach role and
the data collection process with Good Samaritan Shelter.
6. Performance Outcomes (Pages 10-11, Exhibit A, Scope of Services) – A footnote
was included for the Performance Outcomes stating that, “The Parties
acknowledge and agree that these Performance Outcomes are aspirational but,
due to a variety of known and unknown factors including those outside the control
of either Party, may not be achieved. Should any of these Performance Outcomes
not be met during the Term of this Agreement, any such non -fulfillment shall not
constitute a breach of this Agreement by either party.”
7. Funding Award Amount (Page 11, Exhibit B, Compensation & Billing) – Updated
the City of San Luis Obispo funding allocation amount from $574,109.80 to
$311,718.21. Removed reference to the project budget (Exhibit B -1), which was
removed from the Subrecipient Agreement.
8. Reporting Requirements (Page 18, Exhibit D, Program Requirements) – Removed
the reference to HMIS data entry as the City of San Luis Obispo’s outreach
requirements will not include HMIS data entry.
9. Data and Confidentiality Terms (Pages 23-25, Exhibit D, Program Requirements)
– Updated the data and confidentiality terms to more accurately reflect the City’s
outreach and data collection responsibilities. The City will not be required to enter
outreach data into HMIS, but will work with Good Samaritan Shelter who will be
the primary HMIS data entry manager for the Welcome Home Village project.
Page 27 of 717
Item 5c
Scope of Services
As outlined in the Subrecipient Agreement, the City will work collaboratively with the
County and Good Samaritan Shelter to provide intensive outreach for individuals residing
at the Bob Jones Bike Trail (BJBT) encampment corridor with the goal of connecting
individuals with Interim and Permanent Supportive Housing services. Good Samaritan
Shelter (GSS) will deploy an outreach team that will work in collaboration with the City of
SLO’s Field Team consisting of the Fire Department’s Mobile Crisis Unit (MCU), the
Police Department’s Community Action Team (CAT), and Parks and Recreation Ranger
Service.
During the first 4-6 months of the outreach engagement plan, outreach staff will engage
individuals at the BJBT encampment to build trust. The City of SLO’s Field Team will
collaborate with Good Samaritan Shelter to collect and share outreach data that GSS
outreach staff will input into the County’s Homeless Information Management System
(HMIS). Through HMIS, GSS outreach staff will document client data and outreach efforts
for individuals residing in the encampment area. Individuals in the BJBT encampment
area will be prioritized for referrals to the interim supportive housing units at the Welcome
Home Village. The City and Good Samaritan Shelter will work closely with CAPSLO, the
Coordinated Entry System (CES) Manager for the County, on outreach implementation
including the Coordinated Entry referral process.
The Welcome Home Village will include 14 interim supportive housing units that will follow
a non-congregate shelter model. Interim housing will be provided for an average of 6–12
months to assist residents in connecting to services, providing stabilization, and ensuring
that they have all needed documentation to transition into permanent housing. The
Welcome Home Village will also include 40 permanent supportive housing units for
individuals transitioning out of homelessness or interim housing.
In addition to encampment outreach, the City of SLO will provide portable restroom and
trash services for the Bob Jones Bike Trail Encampment Corridor during the term of the
Subrecipient Agreement. The City will also provide temporary storage for individuals who
are transitioning out of the encampment and request to have personal belongings stored
for up to 90 days per the City’s Temporary Storage Guidelines. Good Samaritan Shelter
will work with clients to consolidate belongings and prioritize which personal items they
will take to the WHV site.
During the term of the Subrecipient Agreement, City staff will schedule periodic cleanups
of the encampment area to address health and safety concerns, debris, fire and flood
mitigation, and maintenance of the trail and creek system. City staff will notify the County
and Good Samaritan Shelter of all scheduled cleanups and will follow the City’s
Compassionate Assistance, Mitigation and Prevention (CAMP) Standards.
Performance outcomes for the City’s Subrecipient Agreement include:
1. Reduce those experiencing unsheltered homelessness by 50% in the Bob
Jones Bike Trail (BJBT) encampment by 6/30/2026.
2. Provide outreach to 200 individuals in the BJBT encampment by 6/30/2026.
Page 28 of 717
Item 5c
3. Out of the 200 to be served by outreach, transition 100 into interim housing by
6/30/2026.
4. Decrease calls by 50% to City of San Luis Obispo Law Enforcement and Fire
Department regarding BJBT by 6/30/2026.
The performance outcomes have remained the same despite the reduced project scope.
The term of the agreement will commence on July 1, 2025 and will terminate on June 30,
2026, unless the scope of work is completed prior to that date or unless terminated for
other causes.
DISCUSSION – REIMBURSEMENT AGREEMENT
Background
The County’s Welcome Home Village project, located within City limits on property owned
by the County, will require connection to City water and sewer services. During review of
the County’s project, City staff identified that the existing 1952 vitrified clay sewer main
located along the site’s eastern boundary and extending to the south is capacity
constrained, and the additional wastewater flow from the Welcome Home Village would
require a new sewer main extension within Bishop Street. In absence of this connection,
the flows from Welcome Home Village would exceed the existing capacity constrained
area and possibly cause a wastewater overflow during or following a storm event.1
A City sewer main replacement project proposed in the immediate area (the Sierra Way
Sewer Replacement Project), had been designed and was scheduled for Council’s
consideration of bid authorization in July 2024. City staff paused the authorization request
to allow for time to design the new sewer main extension within Bishop Street and update
the bid package to include the new 350 -foot extension as “Additive Alternate A”. The
Sierra Way Sewer Replacement project, including Additive Alternate A, was authorized
for advertisement by the City Council on September 3, 2024.
Additive Alternate A is solely necessary to serve the Welcome Home Village Project. The
City will not authorize the construction of Additive Alternate A until cost recovery for this
specific segment is established. Proposition 218 and the California Constitution require
that sewer fees and charges are fairly and equitably distributed among ratepayers;
therefore, money from the City’s Sewer Fund (ratepayers), cannot be applied to a public
project that only benefits one property owner. As noted in the September 3, 2024 Council
Agenda Report for the Sierra Way Sewer Replacement project, future cost recovery for
the construction of Additive Alternate A was planned to be determined once construction
bids were received. Following receipt of competitive bids consistent with the City’s
processes, the City awarded the Sierra Way Sewer Replacement project construction
contract to Specialty Construction.
1 This is true for the County’s revised and reduced Welcome Home Village Project, as well.
Page 29 of 717
Item 5c
City and County staff successfully negotiated a Reimbursement Agreement (Attachment
C) that requires the County reimburse the City up to $357,000 (contractor’s line-item bid)
for the construction of Additive Alternate A. As the Welcome Home Village project will be
implemented by the County with limited grant funding, and the City supports and
collaborates with the County as our regional partner and as outlined in the Subrecipient
Agreement and summarized above, staff is requesting authorization for the City Finance
Director to allocate $71,500 from the Capital Projects Reserve Funds to cover potential
change orders that may arise during construction. These funds are only to be used toward
change orders pertaining to the construction of Additive Alternate A. Upon authorization
from City Council and subsequent County approval, the Reimbursement Agreement
would be executed and City staff will continue coordinating with the County regarding the
timing of Additive Alternate A construction, and additional permit requirements and water
and sewer improvements to serve the Welcome Home Village project.
Previous Council or Advisory Body Action
On May 8, 2024, the City’s Planning Commission made a General Plan Conformity
determination for the Welcome Home Village project. The Planning Commission
unanimously voted to adopt Resolution No. PC-1084-246 determining General Plan
conformance for the General Plan Conformity Report for the purposes of developing
interim and supportive housing.
On June 4, 2024, the City Council approved the Encampment Resolution Fund
Subrecipient Agreement with the County of San Luis Obispo for implementation of the
Welcome Home Village Project.
The Sierra Way Sewer Replacement project, including Additive Alternate A, was
authorized for advertisement by the City Council on September 3, 2024.
Public Engagement
In partnership with the County of SLO, City staff have participated in community outreach
efforts for the Welcome Home Village project, including joint news releases, targeted
outreach to neighboring businesses and residents, addressing email and phone inquiries
about the Welcome Home Village, and two community meetings that were held on August
30, 2023, and May 1, 2024.
The General Plan Conformity Report agenda item for the May 8, 2024, City Planning
Commission meeting followed all required postings and notifications. The public had the
opportunity to comment on the item at and before the meeting.
The June 4, 2024 and September 3, 2024 City Council meetings followed all required
postings and notifications and the public had the opportunity to comment on the item at
and before the meeting. The Sierra Way Sewer Replacement projec t was publicly
advertised and awarded consistent with City policies, codes, and construction bid legal
requirements.
Page 30 of 717
Item 5c
This item is on the agenda for the March 4, 2025, City Council meeting and will follow all
required postings and notifications. The public may have the opportunity to comment on
this item at or before the meeting.
CONCURRENCE
The Homelessness Response Steering Committee concurs with the recommended
approval of the Subrecipient Agreement. The draft agreement has been reviewed and
approved by the City Attorney’s Office and San Luis Obispo County Counsel.
San Luis Obispo County staff concur with the recommended language in the
Reimbursement Agreement. The City Public Works and Finance Departments concur
with the recommended Reimbursement Agreement and proposed General Fund
allocation. The City Attorney’s Office has approved the form of the Reimbursement
Agreement.
ENVIRONMENTAL REVIEW
Subrecipient Agreement
The California Environmental Quality Act does not apply to the recommended actions in
this report because the actions do not constitute a “Project” under CEQA Guidelines
Section 15378.
Additionally, on May 21, 2024, the County of San Luis Obispo found that the County
actions to approve the Welcome Home Village project are exempt from the California
Environmental Quality Act (“CEQA”).
Reimbursement Agreement and General Fund Allocation
On September 3, 2024, the City Council found the Sierra Way Sewer Replacement
Project (including Additive Alternate A) categorically exempt from the California
Environmental Quality Act (CEQA), pursuant to State CEQA Guidelines Sections 15303
(New Construction or Conversion of Small Structures) and 15304 (Minor Alterations of
Land). The proposed Reimbursement Agreement and General Fund allocation are
consistent with this determination because the actions solely provide and clarify the
funding mechanism for Additive Alternate A and would not result in any changes to the
approved project.
FISCAL IMPACT
Budgeted: No Budget Year: 2024-25, 2025-26
Funding Identified: Yes
Page 31 of 717
Item 5c
Fiscal Analysis:
Funding Sources
Total Budget
Available
Current
Funding
Request
Remaining
Balance
Annual
Ongoing
Cost
Capital Projects
Reserve Funds (LRM)
$1,654,387
$71,400 $1,582,987 --
State
Federal
Fees
Other: Encampment
Resolution Funding
$311,718.21 $0
Other: Sierra Way
Sewer Replacement
Project Additive
Alternate A
(Reimbursement)
$357,0001 $0 $0 --
Total $2,323,105.21 $71,400 $1,582,987
1 Proposed Reimbursement maximum from County of San Luis Obispo
City’s Council’s approval of the amended Encampment Resolution Fund (ERF)
Subrecipient Agreement will have a positive fiscal impact. The City will be reimbursed for
personnel and non-personnel expenditures made from the General Fund. The total
funding amount assumes full allocation of ERF subrecipient funds allocated for the City
of San Luis Obispo. City matching funds are not required for this funding opportunity.
As authorized by Council on September 3, 2024, the Sierra Way Sewer Replacement
was funded via the Sewer Fund (Project Specification No. 2000539). As noted in the
September 3, 2024 Council Agenda Report for the Sierra Way Sewer Replacement
project, future cost recovery for the construction of Additive Alternate A was planned to
be determined once construction bids were received. As described above, City staff
recommend executing a Reimbursement Agreement with the County of San Luis Obispo,
which would require the County to reimburse the City up to $357,000 (contractor’s bid
price), for the construction of Additive Alternate A.
Additionally, staff recommend authorizing the Finance Director to appropriate up to
$71,400 from the Capital Projects Reserve Fund to the project account (Specification No.
2000539) in support of Additive Alternative A. This amount represents a 20% contingency
of the reimbursement agreement amount and will ensure the project can proceed without
delays should unforeseen circumstances arise. The Finance Director is authorized to
transfer these funds as needed, upon approval of Contract Change Orders by the City
Engineer. There are sufficient funds in the Capital Projects Reserve Fund to support this
contingency.
Page 32 of 717
Item 5c
ALTERNATIVES
1. Council could request revisions to the Subrecipient Agreement with the County
of San Luis Obispo. This alternative may lead to project delays as the Welcome
Home Village project is already underway with construction and outreach is scheduled
to commence in the spring and summer of 2025.
2. Council could decide not to approve the Subrecipient Agreement with the
County of San Luis Obispo. Under this alternative, the City would not be able to fulfill
its obligations as outlined on the ERF grant application. Staff does not recommend
this alternative.
3. Council could decide not to approve the Reimbursement Agreement. The City
was included as a project partner on the County’s Encampment Resolution Fund
(ERF) grant, County staff have concurred with the language and requirements
stipulated in the proposed Reimbursement Agreement, and execution of the
Reimbursement Agreement is necessary to fund the construction of critical sewer
infrastructure to serve the Welcome Home Village Project. Under this alternative, the
City would not be able to issue permits for a sewer lateral connection and would not
be able to provide wastewater service to the Welcome Home Village Project without
the necessary funding from the County of San Luis Obispo. This would likely result in
delays, and potentially termination of the Welcome Home Village Project.
4. Council could decide to approve or amend the Reimbursement Agreement but
not approve the appropriation of Capital Projects Reserve funds for
construction contingency. If Capital Project Reserve Funds (LRM) are not
authorized for allocation as contingency funds, any potential change orders could not
be supported by the Sewer Fund and substantial Welcome Home Village project
delays could occur. The identified contingency is recommended to be funded by the
City because the County has limited grant funding to implement the Welcom e Home
Village project, and the City supports and collaborates with the County as our regional
partner and as outlined in the Subrecipient Agreement. Therefore, this alternative
would require subsequent discussions with County staff to increase the
reimbursement amount by the identified contingency amount ($71,400) and would
necessitate the County to secure the additional funding. If the contingency funding is
not stipulated in the Reimbursement Agreement, the County’s implementation of the
Welcome Home Village project could be delayed or terminated as the project would
not be able to connect to the City’s sewer collection system.
ATTACHMENTS
A - Draft ERF Subrecipient Agreement with County of San Luis Obispo
B - Draft Reimbursement Agreement with County of San Luis Obispo
Page 33 of 717
Page 34 of 717
City of San Luis Obispo ERF-2-R Allocation
SUBRECIPIENT AGREEMENT FOR ENCAMPMENT RESOLUTION FUNDING PROGRAM ROUND 2
BETWEEN THE COUNTY OF SAN LUIS OBISPO
AND THE CITY OF SAN LUIS OBISPO
This Agreement for the provision of Encampment Resolution Funding Program Round 2 funding
for homeless services (herein referred to as the “Agreement”), is made and entered into this
date _________________ by and between the County of San Luis Obispo, hereinafter called the
"COUNTY," and the City of San Luis Obispo, hereinafter called the "SUBRECIPIENT".
RECITALS
WHEREAS, the State of California has established the Encampment Resolution Funding Program
(“ERF” or “Program”) pursuant to Chapter 7 (commencing with Section 50250) of Part 1 o f Division 31 of
the Health and Safety Code. Amended by SB 197 (Statutes of 2022, Chapter 70, Sec.3 -8, effective June
30, 2022); and
WHEREAS, the Program is administered by the California Interagency Council on Homelessness
(“Cal ICH”) in the Business, Consumer Services and Housing Agency (“Agency”). ERF provides one-time,
competitive grant funds to Continuums of Care and / or Local Jurisdictions as defined below. To date, there
have been two rounds of the Encampment Resolution Funding Program. This Agre ement governs the
Rolling Disbursement in Round 2 of the ERF Program (“ERF -2-R”). For this Agreement, ERF-2-R is
synonymous with “ERF” or “Program”.” and refers to programs and grantees under Health and Safety Code
50252.1(c)(1); and
WHEREAS, the County applied to the Agency for an Encampment Resolution Project which targets
the Bob Jones Encampment in the County of San Luis Obispo and in the City of San Luis Obispo; and
WHEREAS, on July 11, 2023, the County of San Luis Obispo Board of Supervisors approved a
grant allocation agreement with Cal ICH for the Encampment Resolution Funding rolling grant; and
WHEREAS, the COUNTY entered into Standard Agreement Number 23-ERF-2-R-10004 with the
Agency, dated August 8, 2023, and attached hereto as Exhibit “D”; and
WHEREAS, the COUNTY desires to allocate a total sum of $ 311,718.21 of the $13,361,999.19
award to SUBRECIPIENT for the project; and
NOW THEREFORE, the parties mutually agree as follows:
1. Scope of Services. COUNTY hereby engages SUBRECIPIENT to perform, and
SUBRECIPIENT hereby agrees to perform, the services set forth in Exhibit “A”, attached hereto and
incorporated herein by reference, pursuant to the terms and conditions hereinafter set forth.
Page 35 of 717
City of San Luis Obispo ERF-2-R Allocation
2. Term of Contract. The term of this Agreement shall commence on the effective date of
July 1, 2025, and shall terminate June 30, 2026, unless said work is completed prior to that date or unless
sooner terminated as hereinafter provided.
3. Compensation. SUBRECIPIENT shall be compensated by COUNTY for performing said
services in accordance with the terms set forth in Exhibit “B”, attached hereto and incorporated herein by
reference.
4. Non-Exclusivity. Nothing in this Agreement is intended or shall be construed as creating
any exclusive arrangement between the COUNTY and SUBRECIPIENT. This Agreement shall not restrict
the COUNTY or any of its departments from acquiring similar, equal or like goods and/or services from
other entities or sources, nor is SUBRECIPIENT restricted from performing similar services outside the
project scope.
5. Termination of Contract for Convenience of Either Party . Either party may terminate
this Agreement at any time by giving to the other party THIRTY (30) days' prior written notice of such
termination. Termination shall have no effect upon the rights and obligations of the parties arising out of
any transaction occurring prior to the effective date of such termination. SUBRECIPIENT shall be paid for
all accepted goods and work satisfactorily completed and accepted by COUNTY, and for all goods and
work reasonably planned for or prepared, prior to the effective date of the termination. Termination of this
Agreement may be effectuated by the Director of Department of Social Services without the need for action,
approval or ratification of the Director of the Department of Central Services or the Board of Supervisors.
6. Termination of Contract for Cause. If SUBRECIPIENT (1) fails to perform
SUBRECIPIENT's duties to the satisfaction of the COUNTY, or (2) fails to fulfill in a timely and professional
manner SUBRECIPIENT's obligations under this Contract, or (3) violates any of the terms or provisions of
this Contract, then COUNTY shall notify the SUBRECIPIENT in writing of such failure or violation. This
notice must give SUBRECIPIENT at least ten calendar days (the “cure period”) to perform the work or cure
the deficiency. If SUBRECIPIENT has not performed the work or cured the deficiency within the cure period,
COUNTY shall have the right to terminate this Contract effective immediately upon expiration of the cure
period. Termination shall have no effect upon the rights and obligations of the parties arising out of any
transaction occurring prior to the effective date of such termination. SUBRECIPIENT shall be paid for all
work satisfactorily completed and accepted by the COUNTY prior to the effective date of such termination.
If COUNTY's termination of SUBRECIPIENT for cause is defective for any reason, including but not limited
to COUNTY's reliance on erroneous facts concerning SUBRECIPIENT's performance, or any defect in
notice thereof, COUNTY's maximum liability, if any, shall not exceed the amount payable to
SUBRECIPIENT under this Contract, plus any compensation for damages actually suffered by
SUBRECIPIENT due to COUNTY’s defective termination for cause.
7. Suspension of Performance. Independent of any right to terminate this Agreement, the
authorized representative of the COUNTY department or agency for which SUBRECIPIENT’S services are
to be performed, may immediately suspend performance by SUBRECIPIENT, in whole or in part, in
response to exigent health, safety or financial circumstances, or a failure or refusal by SUBRECIPIENT to
comply with the provisions of this Agreement, until such time as the cause for suspension is resolved, or a
notice of termination becomes effective. Additionally, SUBRECIPIENT may immediately suspend
Page 36 of 717
City of San Luis Obispo ERF-2-R Allocation
performance, in whole or in part, in response to exigent health, safety or financial circumstances, until such
time as the cause for suspension is resolved or a notice of termination becomes effective.
8. Nondiscrimination. SUBRECIPIENT agrees that it will abide by all applicable federal,
state, and local laws, rules and regulations concerning nondiscrimination and equal opportunity in
contracting. Such laws include, but are not limited to, the following: Title VII of the Civil Rights A ct of 1964
as amended; the Americans with Disabilities Act of 1990; the Rehabilitation Act of 1973; California Fair
Employment and Housing Act; and California Labor Code sections 1101 and 1102. SUBRECIPIENT shall
not discriminate against any employee, subc ontractor, or applicant for employment because of race, age,
color, ancestry, religion, sex/gender, sexual orientation, mental disability, physical disability, national origin,
political beliefs, organizational affiliations, or marital status in the recruitment, selection for training, hiring,
employment, utilization, promotion, playoff, rates of pay or other forms of compensation. SUBRECIPIENT
shall not discriminate in providing the goods or services under this Contract because of age, race, color,
national origin, ancestry, religion, sex/gender, sexual orientation, mental disability, physical disability,
medical condition, political beliefs, organizational affiliations, marital status, or other category protected
under the law. If COUNTY finds that any of these provisions have been violated, such violation shall
constitute a material breach of contract upon which COUNTY may determine to cancel, terminate, or
suspend this Contact. In addition to an independent finding by COUNTY of such violation, a finding by the
State of California or by the United States of a violation shall constitute a finding by COUNTY of such
violation.
9. Assignment, Delegation or Subcontracting of Contract . SUBRECIPIENT may contract
with businesses for trash receptacle placement, portable restrooms, and removal of trash and debris in
accordance with City purchasing practices and encampment clean up guidelines. SUBRECIPIENT shall
not assign any of SUBRECIPIENT’s rights, delegate any of SUBRECIPIENT’s duties, or subcontract any
other portion of SUBRECIPIENT’s obligations under this Contract without the prior written consent of the
COUNTY. No assignment, delegation or subcontracting will release SUBRECIPIENT from any of its
obligations or alter any of its obligations to be perform ed under this Contract. Any attempted assignment,
delegation or subcontracting in violation of this provision is voidable at the option of the COUNTY. If
subcontracting is approved by the COUNTY, SUBRECIPIENT shall remain primarily liable for all of its
obligations under the Contract. SUBRECIPIENT is responsible for payment to subcontractors and must
monitor, evaluate, and account for the subcontractor(s) services and operations.
10. Authority of Subrecipient. If SUBRECIPIENT is a corporation or a limited liability
company and is performing services within California, SUBRECIPIENT represents and warrants that it is
and will remain, throughout the term of this Contract, either a duly organized, validly existing California
corporation or limited liability company in good standing under the laws of the State of California or a duly
organized, validly existing foreign corporation or limited liability company in good standing in the state of
incorporation or organization and authorized to transact business in the State of California and have an
agent for service of process in California. SUBRECIPIENT warrants that it has full power and authority to
enter into and perform this Contract, and the person(s) signing this Contract warrant that he or she has
been properly authorized and empowered to enter into this Contract.
Page 37 of 717
City of San Luis Obispo ERF-2-R Allocation
11. Governing Law and Venue. This Contract has been executed and delivered in the State
of California and the validity, enforceability and interpretation of any of the clau ses of this Contract shall be
determined and governed by the laws of the State of California. All duties and obligations of the parties
created hereunder are performable in San Luis Obispo County and such County shall be the venue for any
action or proceeding that may be brought or arise out of, in connection with or by reason of this Contract.
The parties will submit to the jurisdiction of the Superior Court of the County of San Luis Obispo,
notwithstanding Code of Civil Procedure section 394, as may be amended from time to time.
12. Independent Contractor Status. SUBRECIPIENT shall, during the entire term of the
Contract, be construed to be an independent contractor. Nothing in this Contract is intended or shall be
construed to create an employer-employee relationship, a joint venture relationship, or to allow COUNTY
to exercise discretion or control over the professional manner in which SUBRECIPIENT performs the
services which are the subject matter of this Contract; provided always however that the services to be
provided by SUBRECIPIENT shall be provided in a manner consistent with all applicable standards ,
regulations and Contract terms governing such services. SUBRECIPIENT understands and agrees that
SUBRECIPIENT's personnel are not and will not be eligible for membership in or any benefits from any
COUNTY group plan for hospital, surgical or medical insurance or for membership in any COUNTY
retirement program or for paid vacation, paid sick leave, or other leave, with or without pay or for any other
benefit which accrues to a COUNTY employee.
13. Warranty of Contractor. SUBRECIPIENT warrants that SUBRECIPIENT and each of the
personnel employed or otherwise retained by SUBRECIPIENT are properly certified licensed and insured
under the laws and regulations of the State of California to provide the special services under this Contract.
SUBRECIPIENT further agrees that it shall keep in full force and effect during the entire term o f this
Contract, all permits, registrations, and licenses, if required by law or contract, to accomplish the work
specified herein.
14. Mutal Indemnification. To the fullest extent permitted by law, SUBRECIPIENT shall
indemnify, defend, and hold harmless the COUNTY and its officers, agents, employees, and volunteers
from and against all claims, demands, damages, liabilities, loss, costs, and expense (including attorney’s
fees and costs of litigation) of every nature arising out of this Contract to the extent caused by the negligent
performance or attempted performance or the provisions hereof, including any willful or negligent act or
omission to act on the part of the SUBRECIPIENT or its agents or employees or independent contractors.
This indemnity will not extend to any claims or losses arising out of the negligence or willful misconduct of
the COUNTY.
To the fullest extent permitted by law, COUNTY shall indemnify, defend, and hold harmless SUBRCIPIENT
and its officers, agents, employees, and volunteers from and against all claims, demands, damages,
liabilities, loss, costs, and expense (including attorney’s fees and costs of litigation) of every nature arising
out of this Contract to the extent caused by the negligent performance or attempted performance or the
provisions hereof, including any willful or negligent act or omission to act on the part of the COUNTY or its
agents or employees or independent contractors. This indemnity will not extend to any claim s or losses
arising out of the negligence or willful misconduct of the SUBRECIPIENT.
Page 38 of 717
City of San Luis Obispo ERF-2-R Allocation
15. Insurance. SUBRECIPIENT, at its sole cost and expense, shall purchase and maintain
the insurance policies set forth in Exhibit “C”.
16. Records. SUBRECIPIENT shall keep complete and accurate records of the services
performed under this Contract, including personnel timecards and invoices for services. The
SUBRECIPIENT shall allow the COUNTY Auditor to inspect and audit any and all books, and records
maintained by SUBRECIPIENT and subcontractors pertaining to the services under this Contract at any
reasonable time during normal business hours. Books and records include, without limitation, all physi cal
records originated or prepared pursuant to the performance under this Contract including work papers,
reports, financial records and books of account. Upon request, at any time during the period of this
Contract, and for a period of three years thereafter, the SUBRECIPIENT shall furnish any such record, or
copy thereof, to the COUNTY Auditor.
17. Audit Rights Pursuant to Government Code section 8546.7, every contract involving the
expenditure of public funds in excess of $10,000 is subject to examination and audit of the State auditor, at
the request of the public entity or as part of any audit of the public entity, for a period of three years after
final payment under the Contract. SUBRECIPIENT shall permit the State Auditor to have access to any
pertinent books, documents, papers and records for the purpose of said audit. COUNTY shall advise
SUBRECIPIENT if it becomes aware of such audit at least fourteen (14) days prior to the commencement
of the audit, or within five (5) days of COUNTY becoming aware of the audit, whichever date is earlier. All
payments made under this Contract shall be subject to an audit at COUNTY’s option, and shall be adjusted
in accordance with said audit. The SUBRECIPIENT shall be responsible for receiving, replying to, and
complying with any audit exceptions set forth in any COUNTY audits. This provision is in addition to any
other inspection and access rights set forth in this Contract.
18. Accounting. SUBRECIPIENT shall adhere to the accounting requirements, financial
reporting, and internal control standards as described in the Auditor-Controller Contract Accounting and
Administration Handbook, (Handbook) which contains the minimum required procedures and controls that
must be employed by SUBRECIPIENT’s accounting and financial reporting system, and which is
incorporated herein by reference. SUBRECIPIENT shall require subcontractors to adhere to the Handbook
for any services funded through this contract, unless otherwise agreed upon in writing by COUNTY. The
Handbook is available at https://www.slocounty.ca.gov/Departments/Auditor-Controller-Treasurer-Tax-
Collector-Public-/Forms-Documents/Resources-for-Vendors/Contract-Accounting-Handbook.pdf or at the
Auditor-Controller's Office,
1055 Monterey Street Room D220, County Government Center, San Luis Obispo, California, 93408.
19. Cost Disclosure - Documents and Written Reports. Pursuant to Government Code
section 7550, if the total cost of this Contract is over Five Thousand Dollars ($5,000), the SUBRECIPIENT
shall include in all documents and in all written reports falling within section 7550, a written summary of
costs, which shall set forth the numbers and dollar amounts of all contracts and subcontracts relating to the
preparation of such documentation or written report. The contract and subcontract numbers and dollar
amounts shall be contained in a separate section of such document or written report.
Page 39 of 717
City of San Luis Obispo ERF-2-R Allocation
20. Copyright. Any reports, maps, documents or other materials produced in whole or part
under this Contract shall be the property of the COUNTY and shall not be subject to an application for
copyright by or on behalf of SUBRECIPIENT.
21. Findings Confidential. No reports, maps, information, documents, or any other materials
given to or prepared by SUBRECIPIENT under this Contract shall be made available to any individual or
organization by SUBRECIPIENT without the prior written approval of COUNTY, unless disclosure is
required by law. SUBRECIPIENT will notify COUNTY in advance of any such disclosure .
22. Equipment and Supplies. SUBRECIPIENT will provide all necessary equipment and
supplies in order to carry out the terms of this Contract.
23. Conflict of Interest. SUBRECIPIENT acknowledges that SUBRECIPIENT is aware of and
understands the provisions of Sections 1090 et seq. and 87100 et seq. of the Government Code, which
relate to conflict of interest of public officers and employees. SUBRECIPIENT certifies that SUBRECIPIENT
is unaware of any financial or economic interest of any public officer or employee of the COUNTY relating
to this Contract. SUBRECIPIENT agrees to comply with applicable requirements of Government Code
section 87100 et seq. during the term of this Contract.
24. Time is of the Essence. Time is of the essence in the delivery of the goods and/or
services by SUBRECIPIENT under this Contract. COUNTY reserves the right to refuse any goods or
services and to cancel all or any part of the good not conforming to applicable specifications, drawings,
samples, or descriptions, or services that do not conform to the prescribed scope of work. Acceptance of
any part of the order for goods or services shall not bind COUNTY to accept future goods and services.
25. Waiver. The acceptance by COUNTY of late or partial performance of any goods or
services with or without objection or reservation shall not waive the right to claim damage for such breach
and shall not constitute a waiver of the rights or requirements for the complete and timely performance of
any obligation remaining to be performed by the SUBRECIPIENT, or of any other claim, right or remedy of
the COUNTY.
26. Enforceability. If any term, covenant, condition or provision of this Contract is held by a
court of competent jurisdiction to be invalid, void or unenforceable, the remainder of the pro visions hereof
shall remain in full force and effect and shall in no way be affected, impaired or invalidated thereby.
27. Entire Agreement and Modification. This Contract supersedes all previous contracts
between the parties related to the services and/or goods which are the subject of this Contract. It constitutes
the entire understanding of the parties with respect to the goods and services. SUBRECIPIENT shall be
entitled to no other benefits than those specified herein. No changes, amendments or alterat ions shall be
effective unless in writing and signed by both parties. SUBRECIPIENT specifically acknowledges that in
entering into and executing this Contract, SUBRECIPIENT relies solely upon the provisions contained in
this Contract and no others. This Contract may be executed via facsimile or pdf e-mail, and in any number
of counterparts, each of which shall be considered an original and all of which, taken together, shall
constitute one and the same instrument.
28. Notices. Any notice required to be given pursuant to the terms and provisions of this
Contract shall be in writing and shall be sent by first class mail, posted prepaid, through the United States
Postal Service, to the COUNTY at:
Page 40 of 717
City of San Luis Obispo ERF-2-R Allocation
Homeless Services Division
Department of Social Services
County of San Luis Obispo
PO Box 8119
San Luis Obispo, CA 93403
and to the SUBRECIPIENT:
City of San Luis Obispo
990 Palm Street
San Luis Obispo, CA 93401
or given by personal delivery. Mailed notices shall be deemed to have been given, delivered and received
three (3) business days after the date of such notice or other communication is posted by the United States
Postal Service.
Page 41 of 717
City of San Luis Obispo ERF-2-R Allocation
IN WITNESS THEREOF, COUNTY and SUBRECIPIENT have executed this Contract on the day and
year first hereinabove set forth
CITY OF SAN LUIS OBISPO
By: By:
WHITNEY MCDONALD CHRISTINE DIETRICK
City Manager City Attorney
Dated: Dated:
COUNTY OF SAN LUIS OBISPO
Department of Social Services
By: Dated:
DEVIN DRAKE
Director
APPROVED AS TO FORM AND LEGAL EFFECT:
RITA L. NEAL
County Counsel
By: Dated:
Deputy County Counsel
Page 42 of 717
City of San Luis Obispo ERF-2-R Allocation
EXHIBIT A
SCOPE OF SERVICES
ENCAMPMENT RESOLUTION FUNDING PROGRAM ROUND 2 (ERF-2-R) GRANT
Organization Name: City of San Luis Obispo
Project Name: Encampment Resolution Funding Program
Project Address: 3451 South Higuera Street, San Luis Obispo, CA 93401
Amount of ERF-2-R funding award: $ 311,718.21
Project Description:
The City of San Luis Obispo will work collaboratively with the County and Good Samaritan Shelter to provide
intensive outreach for individuals residing at the Bob Jones Bike Trail encampment area outlined in the
ERF application with the goal of connecting individuals with Interim and Permanent Supportive Housing
(PSH) services. Good Samaritan Shelter (GSS) will deploy an outreach team that will work in collaboration
with the City of SLO Field Teams consisting of the Fire Departme nt’s Mobile Crisis Unit (MCU), the Police
Department’s Community Action Team (CAT), and Parks and Recreation Ranger Service. During the first
4-6 months of the outreach engagement plan, teams will engage individuals at the BJBT encampment to
build trust. The City of SLO’s Field Team will track encampment outreach efforts using GIS encampment
mapping software, Survey123, and they will provide GSS with outreach data that GSS outreach staff will
input into HMIS. The HMIS database system will help to track individuals who are already residing in the
area and will feed into the Coordinated Entry System (CES). Through CES, residents of the BJBT
encampment will be identified and offered Interim Supportive Housing (ISH) at the Welcome Home Village
(“the Village”). The Village will consist of 14 ISH units that will follow a Non-Congregate Shelter model. ISH
will be provided for an average of 6–12 months to assist residents in connecting to services, providing
stabilization, and becoming document ready to transition to permanent housing. The Village will also consist
of 40 Single Room Occupancy individual units that will provide PSH for individuals as they transition from
ISH into PSH.
In addition to encampment outreach, the City of SLO will provide portable restro om and trash services for
the Bob Jones Bike Trail Encampment Corridor. The City will also provide temporary storage for individuals
who are transitioning out of the encampment and request to have personal belongings stored for up to 90
days per the City’s Temporary Storage Guidelines.
During the grant period, City staff will schedule periodic cleanups of the encampment area to address health
and safety concerns, debris, fire and flood mitigation, and maintenance of the trail and creek system. City
staff will notify the County and GSS of all scheduled cleanups and will follow the City’s Compassionate
Assistance, Mitigation and Prevention (CAMP) Standards.
Performance Outcomes:1
1. Reduce those experiencing unsheltered homelessness by 50% in BJBT encampment by 6/30/2026
2. Provide outreach to 200 individuals in the BJBT encampment by 6/30/2026
3. Out of the 200 to be served by outreach, transition 100 into interim housing by 6/30/2026
4. Decrease calls by 50% to City of San Luis Obispo Law Enforcement and Fire Department regarding
BJBT by 6/30/2026.
1 The Parties acknowledge and agree that these Performance Outcomes are aspirational but, due to a variety of
known and unknown factors including those outside the control of either Party, may not be achieved. Should any
of these Performance Outcomes not be met during the Term of this Agreement, any such non -fulfillment shall not
constitute a breach of this Agreement by either Party.
Page 43 of 717
City of San Luis Obispo ERF-2-R Allocation
Page 44 of 717
City of San Luis Obispo ERF-2-R Allocation
EXHIBIT B
COMPENSATION AND BILLING
ENCAMPMENT RESOLUTION FUNDING PROGRAM ROUND 2 (ERF-2-R) GRANT
1. Compensation: County shall pay to Subrecipient as compensation in full for all services performed
by Subrecipient pursuant to this Agreement, the following sum(s) in the following manner:
a. County’s Maximum Cost: Subrecipient understands that the Contractor shall not expend more
than $311,718.21 for all services under this Agreement.
b. Subrecipient shall be reimbursed for all necessary and reasonable costs incurred on behalf of
the County within the limits obligated by the Agreement and established by the budget. Any
costs incurred by the Subrecipient over and above the sums obligated by the Agreement or set
out in the budget shall be at the sole risk and expense of the Subrecipient.
2. Billing:
a. Subrecipient shall submit to the County, by the 20th of each month, an itemized
statement/invoice of services performed during that preceding period utilizing a form provided
by the County. Additionally, final June invoices shall be received no later than the 5th business
day of July in order to meet County fiscal year-end deadlines.
b. The invoice shall include a monthly total and itemization of all costs by budget line item,
arranged in the same order as the approved budget. The invoice shall be accompanied by
appropriate documentation as proof of and/or justification for each expendit ure made. Please
use the last date of the service period as the invoice date.
c. All fiscal reports and billing shall be submitted to George Solis, Department of Social Services,
Homeless Services Division, PO Box 8119, San Luis Obispo, CA 93403 or via email at
SS_homelessgrants@co.slo.ca.us.
d. In addition to withholding payment due to disputed charges on an invoice, County shall have
the right to withhold payment to Subrecipient under the following conditions:
i. If, in the County’s opinion, as issued in writing by the County of San Luis Obispo
Director of Department of Social Services, Subrecipient’s performance, in whole or in
part, has not been carried out. County shall notify Subrecipient of any perceived failure
of performance pursuant to the terms of the Agreement between Subrecipient and
County.
ii. If Subrecipient has not documented or has not sufficiently documented Subrecipient’s
services according to client records standards of the industry and any special
requirements needed by third party payor(s) or St ate or Federal funding agencies.
Page 45 of 717
City of San Luis Obispo ERF-2-R Allocation
iii. If Subrecipient has failed or refused to furnish information or cooperate with any
inspection, review or audit of the Program or County’s use of Program. This includes
interviews or reviews of records in any form of inform ation storage.
iv. Any payment withheld pursuant to this subsection (d) shall be promptly paid to
Subrecipient upon Subrecipient’s good faith and timely correction of the condition
giving rise to withholding the payment.
3. Payments: County shall, within thirty (30) days after the receipt of an approved itemized statement
from Subrecipient meeting all criteria in this Agreement, pay the undisputed charges on the invoice.
If there are any disputed charges on the invoice, County shall include an explanation of the nature
of the dispute with the payment for the undisputed charges. The parties shall exchange any
information needed to resolve the dispute within a reasonable time.
4. Expenditure Requirements: In accordance with the California Interagency Council on
Homelessness Notice of Funding Availability all ERF-2-R grant funds (100 percent) must be
expended by June 30, 2026. Any funds not expended by that date shall revert to the fund of origin.
(Health & Safety Code, § 50253, (e)(5).)
5. Budget Adjustments:
a. Subrecipient agrees to adhere to this budget. Requests for budget adjustments to reallocate
funds among budget categories contained in Exhibit B-1 shall be requested in advance, in
writing, with a showing of good cause that advances the overall purpose of the
Agreement. The County of San Luis Obispo Director of Social Services (Director) or designee
shall, in advance and in writing, approve and execute any budget adjustment before
Subrecipient may render any services pursuant to said budget adjustments. Services
rendered pursuant to any budget adjustment that has not first been requested in writing, and
approved by the Director or designee in writing, shall not be payable under this Agreement or
any later Agreement amendment.
b. The Board of Supervisors expressly grants to the County of San Luis Obispo Director of Social
Services or designee the authority to approve said budget adjustments provided the change
does not increase the maximum compensation under this Agreement or any other burden of
the County under this Agreement.
c. Subject to prior review and approval of the County of San Luis Obispo Director of Social
Services or designee, budget category shifts of up to twenty-five percent (25%) are allowed,
so long as the Agreement total neither increases nor decreases. Budget category shifts
meeting criterion shall not require a formal Agreement amendment. Budget category shifts not
meeting this criterion shall require a formal Agreement amendment.
Page 46 of 717
City of San Luis Obispo ERF-2-R Allocation
EXHIBIT C
INSURANCE REQUIREMENTS
ENCAMPMENT RESOLUTION FUNDING PROGRAM ROUND 2 (ERF-2-R) GRANT
INSURANCE Coverage
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, its agents, representatives, or employees.
MINIMUM SCOPE AND LIMIT OF INSURANCE
Coverage shall be at least as broad as:
1. Commercial General Liability (CGL): Insurance Services Office (ISO) Form CG 00 01 covering
CGL on an "occurrence" basis for bodily injury and property damage, including products -
completed operations, personal injury and advertising injury, with limits no less than $1,000,000
per occurrence. If a general aggregate limit applies, 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: ISO Form Number CA 0001 covering, Code 1 (any auto), or if Contractor
has no owned autos, Code 8 (hired) and 9 (non -owned), with limit no less than $1,000,000 per
accident for bodily injury and property damage. Automobile liability coverage may be included in
Contractor’s general liability policy.
3. Workers' Compensation insurance as required by the State of California, with Statutory Limits,
and Employer's Liability Insurance with limit of no less than $1,000,000 per accident for bodily
injury or disease. If Contractor will provide leased employees, or, is an employee leasing or
temporary staffing firm or a professional employer organization (PEO), coverage shall also include
an Alternate Employer Endorsement (providing scope of coverage equivalent to ISO policy form
WC 00 03 01 A) naming the County as the Alternate Employer, and the endorsement form shall
be modified to provide that County will receive not less than thirty (30) days advance written notice
of cancellation of this coverage provision. If applicable to Cont ractor’s operations, coverage also
shall be arranged to satisfy the requirements of any federal workers or workmen’s compensation
law or any federal occupational disease law.
If the Contractor maintains higher limits than the minimums shown above, the County requires and shall
be entitled to coverage for the higher limits maintained by the contractor.
OTHER INSURANCE Provisions
The insurance policies are to contain, or be endorsed to contain the following provisions:
Additional Insured Status
The County, its officers, officials, employees, and volunteers are to be covered as insureds on the auto
policy with respect to liability arising out of automobiles owned, leased, hired or borrowed by or on behalf
of the Contractor; and on the CGL policy 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 (at least as broad as ISO Form CG 20 10, 11 85 or both CG 20 10 and CG 23 37
forms if later revisions used).
Primary Coverage
For any claims related to this contract, the Contractor's insurance coverage shall be primary insurance
as respects the County, its officers, officials, employees, and volunteers. Any insurance or self -insurance
Page 47 of 717
City of San Luis Obispo ERF-2-R Allocation
maintained by the County, its officers, officials, employees, or volunteers shall be excess of the
Contractor's insurance and shall not contribute with it.
Notice of Cancellation
Each insurance policy required above shall provide that coverage shall not be canceled, except with notice
to the County.
Failure to Maintain Insurance
Contractor’s failure to maintain or to provide acceptable evidence that it maintains the required insurance
shall constitute a material breach of the Contract, upon which the County immediately may withhold
payments due to Contractor, and/or suspend or terminate this Contract. The County, at its sole discretion,
may obtain damages from Contractor resulting from said breach.
Waiver of Subrogation
Contractor hereby grants to County a waiver of any right to subrogation which any insurer of said
Contractor may acquire against the County by virtue of the payment of any loss under such insurance.
Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation,
but this provision applies regardless of whether or not the County has received a waiver of subrogation
endorsement from the insurer.
Deductibles and Self-Insured Retentions
Any deductibles or self-insured retentions must be declared to and approved by the County. The County
may require the Contractor to provide proof of ability to pay losses and related investigations, claim
administration, and defense expenses within the retention.
Acceptability of Insurers
Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII, unless
otherwise acceptable to the County.
Claims Made Policies
If any of the required policies provide coverage on a claims-made basis:
1. The Retroactive Date must be shown and must be before the date of the contract or the beginning of
contract work.
2. Insurance must be maintained and evidence of insurance must be provided for at least five (5) years
after completion of the contract of work.
3. If coverage is canceled or non-renewed, and not replaced with another claims-made policy form
with a Retroactive Date prior to the contract effective date, the Contractor must purchase "extended
reporting" coverage for a minimum of five (5) years after completion of contract work.
Separation of Insureds
All liability policies shall provide cross-liability coverage as would be afforded by the standard ISO
(Insurance Services Office, Inc.) separation of insureds provision with no insured versus insured
exclusions or limitations.
Verification of Coverage
Contractor shall furnish the County with original certificates and amendatory endorsements or copies of
the applicable policy language effecting coverage required by this clause. All certificates and
endorsements are to be received and approved by the County before work commences. However, failure
to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to
provide them. The County reserves the right to require complete, certified copies of all required insurance
policies, including endorsements required by these specifications, at any time.
Certificates and copies of any required endorsements shall be sent to:
County of San Luis Obispo
Department of Social Services – Homeless Services Division
Page 48 of 717
City of San Luis Obispo ERF-2-R Allocation
PO Box 8119
San Luis Obispo CA 93403
Subcontractors
Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements
stated herein.
Special Risks or Circumstances
County reserves the right to modify these requirements, including limits, based on the nature of th e risk,
prior experience, insurer, coverage, or other special circumstances.
Page 49 of 717
City of San Luis Obispo – ERF-2-R Allocation
EXHIBIT D
ENCAMPMENT RESOLUTION FUNDING PROGRAM ROUND 2 (ERF-2-R) GRANT
PROGRAM REQUIREMENTS
1. Ineligible Costs
ERF-2-R funds shall not be used for costs associated with activities in violation, conflict, or
inconsistent with HSC Sections 50250-50254, other applicable laws, the terms and conditions of
this agreement, Cal ICH guidance or directives, the NOFA under which the County applied,
representations contained in the County’s application, and the Purpose of the Program .
Costs shall not be used for any use or activity that is in violation, conflict, or inconsistent with the
legislative intent of the authorizing statute to ensure the safety and wellness of people ex periencing
homelessness in encampments.
Moreover, no parties to this contract nor their agents shall directly or indirectly use ERF awards for
any use or activity that is in violation, conflict, or inconsistent with the legislative intent of the
authorizing statute to ensure the safety and wellness of people experiencing homelessness in
encampments. ERF funded activities that cause a traumatic effect are inconsistent with ensuring
the safety and wellness of people experiencing homelessness in encampments.
Cal ICH, at its sole and absolute discretion, shall make the final determination regarding the
allowability of ERF expenditures.
Cal ICH and the County reserves the right to request additional clarifying information to determine
the reasonableness and eligibility of all uses of the funds made available by this Agreement. If the
County or Subrecipient use ERF funds to pay for ineligible activities, the County and Subrecipient
shall be required to reimburse these funds to Cal ICH at an amount and timeframe determined by
Cal ICH.
An expenditure which is not authorized by this Agreement, or by written approval of Cal ICH, or
which cannot be adequately docum ented, shall be disallowed, and must be reimbursed to Cal ICH
by the County and Subrecipient at an amount and timeframe determined by Cal ICH.
Program funds shall not be used to supplant existing local funds for homeless housing, assistance,
prevention, or encampment resolution including site restoration or waste management.
Unless expressly approved by Cal ICH in writing reimbursements are not permitted for any Program
expenditures prior to this Agreement’s date of execution.
2. Reporting Requirements
a) Timing and Format of Reports
The County and Subrecipient are required to provide Cal ICH or its agents with all data and
outcomes that may inform an assessment of the funded proposal. The County and Subrecipient
shall report quarterly and have one Final Work Product submitted prior to this Agreement’s
termination.
The quarterly reports shall be submitted on a template to be provided by Cal ICH at least 90
days prior to the first reporting deadline. Cal ICH may request interim reports as needed and
will provide no less than 30 days’ notice to the County and Subrecipient.
Page 50 of 717
City of San Luis Obispo – ERF-2-R Allocation
b) Required Data
The County and Subrecipient will be required to provide:
Outreach and service path data at the anonymized, individual level;
Current housing status of persons served in the aggregate;
Status of funding as presented in the Cal ICH approved, standardized budget; and
Cal ICH’s discretion in identifying which information shall be included in these reports is final.
c) Cal ICH Usage of Reports
Pursuant to HSC Section 50254(b)(4), Council staff may use information reported directly from
grantees and through statewide Homeless Data Integration System for the purposes of
research and evaluation of grant performance, service pathways, and outcomes for people
served.
d) Failure to Report
If the County and Subrecipient fails to provide any such report, Cal ICH may recapture any
portion of the amount authorized by this Agreement with a 14-day written notification.
3. Evaluation
a) At Cal ICH’s discretion, the County and Subrecipient shall participate in a program evaluation
regarding their implementation of ERF-2-R awards. To support this effort, Cal ICH will contract
a third party to complete the evaluation.
b) County and Subrecipient are expected to be close partners with Cal ICH for this program
evaluation and for all evaluative aspects of this Program. This means timely and accurate
reporting, candid communication of success or challenges, and availability of persons,
information, or materials. More specifically, the County must cooperate with Cal ICH or its
designee as reasonably required to implement an evaluation plan. This includes providing or
facilitating the collection of data and materials as reasonably requested by Cal ICH or its
designee.
c) For the purpose of evaluation, Cal ICH or its designee may visit sites related to the project and
film, tape, photograph, interview, and otherwise document the County’s and Subrecipient’s
operations during normal business hours and with reasonable advance notice. Cal ICH will
comply with the County’s and Subrecipient’s site visit terms during any site visits.
d) County and Subrecipient should maintain active data, documents, and filings in anticipation of
this evaluation. Special care should be taken to organize and preserve internal work produc ts
that guided implementation by the County or Subrecipient.
e) County shall notify Cal ICH and provide copies of any reports or findings if the County conducts
or commissions any third-party research or evaluation regarding their funded project.
f) All terms and conditions that apply to reporting similarly apply to evaluation.
4. Inspection Subrecipient and Retention of Records
a. Record Inspection
The Subrecipient agrees that County or its designee shall have the right to review, obtain, and
copy all records and supporting documentation pertaining to performance under this
Agreement. The Subrecipient agrees to provide County, or its designee, with any relevant
information requested. The Subrecipient agrees to give County or its designee access to its
premises, upon reasonable notice and during normal business hours, for the purpose of
interviewing employees who might reasonably have information related to such records, and
Page 51 of 717
City of San Luis Obispo – ERF-2-R Allocation
of inspecting and copying such books, records, accounts, and other materials that may be
relevant to an investigation of compliance with ERG laws, Cal ICH guidance or directives, and
this Agreement.
In accordance with Health and Safety Code section 50220.5, Subdivision (l), if upon inspection
of records COUNTY identifies noncompliance with grant requirements COUNTY retains the
right to impose a corrective action plan on the SUBRECIPIENT.
b. Record Retention
The Subrecipient agrees to retain all records described in subparagraph a for a minimum period
of five (5) years after the termination of this Agreement.
If any litigation, claim, negotiation, audit, monitoring, inspection or other action has been
commenced before the expiration of the required record retention period, all rec ords must be
retained until completion of the action and resolution of all issues which arise from it.
5. Nondiscrimination
During the performance of this Agreement, Subrecipients shall not unlawfully discriminate, harass,
or allow harassment against any employee or applicant for employment because of sex (gender),
sexual orientation, gender identity, gender expression, race, color, ancestry, religion, creed,
national origin (including language use restriction), pregnancy, physical disability (including HIV
and AIDS), mental disability, medical condition (cancer/genetic characteristics), age (over 40),
genetic information, marital status, military and veteran status, and denial of medical and family
care leave or pregnancy disability leave. Subrecipients shall ensure that the evaluation and
treatment of their employees and applicants for employment are free from such discrimination and
harassment. Subrecipients shall comply with the provisions of California's laws against
discriminatory practices relating to specific groups: the California Fair Employment and Housing
Act (FEHA) (Gov. Code,
§ 12900 et seq.); the regulations promulgated thereunder (Cal. Code Regs., tit. 2, § 11000 et seq.);
and the provisions of Article 9.5, Chapter 1, Part 1, Division 3, Title 2 of the Government Code
(Gov. Code, §§ 11135 - 11139.5). Subrecipients shall give written notice of their obligations under
this clause to labor organizations with which they have a collective bargaining or other agreement.
6. Conflict of Interest
All Subrecipients are subject to state and federal conflict of interest laws. For instance, Health and
Safety Code section 50220.5, subdivision (i) states, "For purposes of Section 1090 of the
Government Code, a representative of a county serving on a board, committ ee, or body with the
primary purpose of administering funds or making funding recommendations for applications
pursuant to this chapter shall have no financial interest in any contract, program, or project voted
on by the board, committee, or body on the basis of the receipt of compensation for holding public
office or public employment as a representative of the county."
Failure to comply with these laws, including business and financial disclosure provisions, will result
in the application being rejected and any subsequent contract being declared void. Other legal
action may also be taken. Additional applicable statutes include, but are not limited to, Government
Code section 1090 and Public Contract Code sections 10410 and 10411.
a. Current State Employees: No State officer or employee shall engage in any employment,
activity, or enterprise from which the officer or employee receives compensation or has a
financial interest, and which is sponsored or funded by any State County, unless the
employment, activity, or enterprise is required as a condition of regular State employment.
No State officer or employee shall contract on his or her own behalf as an independent
Subrecipient with any State County to provide goods or services.
b. Former State Employees: For the two-year period from the date he or she left State
employment, no former State officer or employee may enter into a contract in which he or
Page 52 of 717
City of San Luis Obispo – ERF-2-R Allocation
she engaged in any of the negotiations, transactions, planning, arrangements, or any part
of the decision-making process relevant to the contract while employed in any capacity by
any State County. For the twelve-month period from the date he or she left State
employment, no former State officer or employee may enter into a contract with any State
County if he or she was employed by that State County in a policy-making position in the
same general subject area as the proposed contract within the twelve -month period prior
to his or her leaving State service.
c. Employees of the Subrecipient: Employees of the Subrecipient shall comply with all
applicable provisions of law pertaining to conflicts of interest, including but not limited to
any applicable conflict of interest provisions of the Political Reform Act of 197 4 (Gov. Code,
§ 81000 et seq.).
d. Representatives of a County: A representative of a county serving on a board, committee,
or body with the primary purpose of administering funds or making funding
recommendations for applications pursuant to this chapter shall have no financial interest
in any contract, program, or project voted on by the board, committee, or body on the basis
of the receipt of compensation for holding public office or public employment as a
representative of the county.
7. Drug-Free Workplace Certification
Certification of Compliance: By signing this Agreement, Subrecipient hereby certifies, under penalty
of perjury under the laws of State of California, that it will comply with the requirements of the Drug-
Free Workplace Act of 1990 (Gov. Code, § 8350 et seq.) and have or will provide a d rug-free
workplace by taking the following actions:
a. Publish a statement notifying employees and subrecipients that unlawful manufacture,
distribution, dispensation, possession, or use of a controlled substance is prohibited and
specifying actions to be tak en against employees, or Subrecipients for violations, as
required by Government Code section 8355, subdivision (a)(1).
b. Establish a Drug-Free Awareness Program, as required by Government Code section
8355, subdivision (a)(2) to inform employees, or Subrec ipients about all of the following:
i. The dangers of drug abuse in the workplace;
ii. Subrecipient's policy of maintaining a drug-free workplace;
iii. Any available counseling, rehabilitation, and employee assistance program; and
iv. Penalties that may be imposed upon employees, and Subrecipients for drug abuse
violations.
c. Provide, as required by Government Code section 8355, subdivision (a)(3), that every
employee and/or subrecipient that works under this Agreement:
i. Will receive a copy of Subrecipients drug-free policy statement, and
ii. Will agree to abide by terms of subrecipient's condition of employment or subcontract.
8. Child Support Compliance Act
For any Contract Agreement in excess of $100,000, the Subrecipient acknowledges in accordanc e
with Public Contract Code 7110, that:
a. The Subrecipient recognizes the importance of child and family support obligations and
shall fully comply with all applicable state and federal laws relating to child and family
support enforcement, including, but not limited to, disclosure of information and compliance
with earnings assignment orders, as provided in Chapter 8 (commencing with section
5200) of Part 5 of Division 9 of the Family Code; and
b. The Subrecipient, to the best of its knowledge is fully complying with the earnings
assignment orders of all employees and is providing the names of all new employees to
the New Hire Registry maintained by the California Employment Development Department.
Page 53 of 717
City of San Luis Obispo – ERF-2-R Allocation
9. Special Conditions - Subrecipients
The Subrecipient agrees to comply with all conditions of this Agreement including the Special
Terms and Conditions set forth in Section 11. These conditions shall be met to the satisfaction of
County prior to disbursement of funds. The Subrecipient shall ensure that all Sub subrecipients are
made aware of and agree to comply with all the conditions of this Agreement and the applicable
State requirements governing the use of ERF-2-R funds. Failure to comply with these conditions
may result in termination of this Agreement.
a. The Agreement between the Subrecipient and any Sub subrecipient shall require the
Subrecipient and its Sub subrecipient, if any, to:
i. Perform the work in accordance with Federal, State and Local housing and building
codes, as applicable.
ii. Maintain at least the minimum State-required worker's compensation for those
employees who will perform the work or any part of it.
iii. Maintain, as required by law, unemployment insurance, disability insurance, and
liability insurance in an amount that is reasonable to compensate any person, firm or
corporation who may be injured or damaged by the Subrecipient or any Sub
subrecipient in performing the Work or any part of it.
iv. Agree to include all the terms of this Agreement in each subcontract.
10. Compliance with State and Federal Laws, Rules, Guidelines and Regulations
The Subrecipient agrees to comply with all state and federal laws, rules and regulations that pertain
to construction, health and safety, labor, fair employment practices, environmental protection, equal
opportunity, fair housing, and all other matters app licable and/or related to the ERF-2-R program,
the subrecipients, and all eligible activities.
Subrecipient shall also be responsible for obtaining any and all permits, licenses, and approvals
required for performing any activities under this Agreement, including those necessary to perform
design, construction, or operation and maintenance of the activities. Subrecipient shall be
responsible for observing and complying with any applicable federal, state, and local laws, rules or
regulations affecting any such work, specifically those including, but not limited to, environmental
protection, procurement, and safety laws, rules, regulations, and ordinances. Subrecipient shall
provide copies of permits and approvals to County upon request.
11. Inspections
a. Subrecipient shall inspect any work performed hereunder to ensure that the work is being
and has been performed in accordance with the applicable federal, state and/or local
requirements, and this Agreement.
b. County reserves the right to inspect any work performed hereunder to ensure that the work
is being and has been performed in accordance with the applicable federal, state and/or
local requirements, and this Agreement.
c. Subrecipient agrees to require that all work that is determined based on such inspections
not to conform to the applicable requirements be corrected and to withhold payments to
the subrecipient until it is corrected.
12. Special Terms and Conditions
Per Health and Safety Code Section 50220.5 (g), any housing -related activities funded with ERF-
2-R funds, including but not limited to emergency shelter, rapid-rehousing, rental assistance,
transitional housing and permanent supportive housing, must be in compliance or otherwise aligned
with the core components of Housing First, as described in Welfare and Institutions Code section
8255, subdivision (b). Individuals and families assisted with these funds must not be required to
receive treatment or perform any other prerequisite activities as a condition for receiving shelter,
housing, or other services for which these funds are used. In addition, ERF-2-R funding shall be
Page 54 of 717
City of San Luis Obispo – ERF-2-R Allocation
used to adopt a Housing First approach within the entire local homelessness response system.
Including outreach and emergency shelter, short-term interventions like rapid re-housing, and
longer-term interventions like supportive housing.
13. Data & Confidentiality – Use of Homeless Management Information System or Equivalent
Database
a. Client Participation/Client Data Collection. Pursuant to HSC Section 50254(b)(3), during
the term of this Agreement, the Subrecipient shall maintain a list of all persons receiving
benefits from the program and collect all other required data elements for the Subrecipient’s
internal tracking system. The Subrecipient will not have access to HMIS and will not be
responsible for entering any client data into HMIS. The Subrecipient will coordinate with GSS,
which will be responsible for entering all client data into HMIS, in accordance with HMIS
guidelines, policies and rules. The Subrecipients shall ensure all data shared with GSS is
complete and accurate for the purpose of entry into HMIS, in preparation for the year-end
Annual Performance Report (APR) by no later than 30 days after grant close.
b. Data Entry and Use. The Subrecipient will not have access to or interact with HMIS. GSS
shall collect and enter all required data per the most current HMIS Data Standards into HMIS,
pursuant to HSC Section 50254, including, but not limited to, health information, in a manner
consistent with state and federal law, for tracking in the statewide Homeless Data Integration
System. GSS will be soley responsible for entering client data into HMIS and ensuring
compliance with all applicable HMIS policies. The Subrecipient will use Release of Information
(ROI) forms for each client to share information with GSS as necessary for case coordination
and service delivery.
c. Coordinated Assessment at Entry. For projects that are required to use Coordinated Entry,
the Subrecipient will assist in client assessment and referral to GSS for entry into the program.
GSS will use the Coordinated Entry Assessment form and the assessment tool that has been
identified in the Coordinated Entry Policies and Procedures. The Subrecipient will not have
access to the Coordinated Entry data in HMIS, therefore ROI forms will be used to facilitate the
sharing of information between the Subrecipient and GSS, as necessary, to ensure clients are
appropriately assessed and referred. GSS shall enter all coordinated assessment client scores
into HMIS no later than three (3) business days after client program entry, unless otherwise
notified by the County.
d. Validation Studies. The County may periodically conduct formal validation studies
of HMIS Data (the "Validation Studies"). GSS will ensure the validity of the information
entered into HMIS and will provide access to the County for review, as needed, to
verify the accuracy of the data reported in the HMIS database. The Subrecipient will
not be involved in this process as they do not have access to HMIS data.
e. Data Quality. GSS shall ensure all required data in HMIS meets the data quality standards as
outlined in the most current CoC HMIS Data Quality Plan. The Subrecipient is not responsible
for data quality in HMIS and will rely on GSS to ensure that data entered into HMIS meets the
required standards.
f. Aggregate Data and Reports. Aggregate HMIS Data received from the GSS and other
agencies providing Homeless Services affiliated with the County and included in
the HMIS database shall be utilized by the County to produce reports regarding utilization of
housing and homelessness services, track program outcomes, and provide accountability for
entities that receive funds for use in providing housing and homelessness services The
Subrecipient will not be involved in the production of these reports, as they will not have access
to individual -level HMIS data.
Page 55 of 717
City of San Luis Obispo – ERF-2-R Allocation
g. Inter-Agency Data Sharing. The HMIS program is designed to permit sharing of Data
between the County’s affiliated agencies. The Subrecipient will not directly share data via
HMIS. Instead, the Subrecipient will work with GSS, and client-level data may be shared
between GSS and the Subrecipient for case conferencing and service coordination, provided
such sharing is in accordance with applicable confidentiality laws and with signed ROIs in place
for each client.
h. Confidentiality (HMIS). The County shall ensure the protection of client data within HMIS,
taking all reasonable action that it deems necessary and appropriate to prevent unauthorized
use or disclosure of the data. The Subrecipient will only share client information with GSS or
other partners in cases where signed ROI forms are in place, ensuring that client consent is
obtained before any information is shared.
i. Point in Time Count: Subrecipient shall take an active role in the County Wide Homeless
Point in Time Count. Additionally, when applicable, Subrecipient shall provide demographic
client emergency shelter and/or transitional housing data, as required by the US Department
of Housing and Urban Development (HUD).
Page 56 of 717
City of San Luis Obispo – ERF-2-R Allocation
EXHIBIT E
STANDARD AGREEMENT NUMBER 23-ERF-2-R-10004 WITH THE
CALIFORNIA INTERAGENCY COUNCIL ON HOMELESSNESS
Page 57 of 717
Page 58 of 717
1
REIMBURSEMENT AGREEMENT
Wastewater Line at Bishop Street
THIS REIMBURSEMENT AGREEMENT (“Agreement”) is made and effective this
________day of______________, 2025, (the “Effective Date”) by and between the City of San
Luis Obispo, a municipal corporation, hereinafter referred to as “City,” and the County of San
Luis Obispo, a political subdivision of the State of California, hereinafter referred to as “County.”
City and County are sometimes referred to here as the “party” or collectively as the “parties.”
RECITALS
WHEREAS, the County owns certain real property which is commonly referred to as the “County
Health Agency Campus” and includes the real property with the following APNs: 003-601-007;
003-703-060; -061; -063; 003-781-033; 073-371-006 (the “County Property”). The County
Property has various County offices and facilities including the County Probation Department
building, Health Agency building, and Psychiatric Health Facility. The County Property is
partially within the City limits and the County’s offices and facilities receive wastewater service
from the City; and
WHEREAS, the County intends to construct additional facilities or expand facilities that currently
exist on County Property in the future. The City has notified County that its current wastewater
infrastructure which serves the County Property has insufficient capacity to accommodate any
additional wastewater discharged from County Property; and
WHEREAS, the City proposes to construct or replace under Bishop Street and within the City’s
right of way, a wastewater main capable of serving current and planned future wastewater
discharge from County Property, including the proposed relocated Probation Department Building,
and the Welcome Home Village Project. The location of the new wastewater line is shown on the
attached Exhibit A (the “Wastewater Line”); and
WHEREAS, to accommodate the above-described planned future wastewater needs for the
County Property, the City included Bid Alternate A in their larger Sierra Way Sewer Replacement
Project (the “Project”) as an additive bid item to construct an eight-inch (8”) Wastewater Line to
serve additional wastewater from County Property provided the County reimburses the City for
construction costs of Alternate A; and
WHEREAS, the City of San Luis Obispo has received bids for the Project and has awarded a
construction contract to Specialty Construction (“Contractor”) for the Sierra Way Sewer
Replacement Project including Bid Alternate A. The County hereby agrees to reimburse the City
to cover the construction costs for Bid Alternate A up to and not to exceed $357,000 (Exhibit B,
Contractor’s Bid); and
WHEREAS, once the Wastewater Line is constructed it will be owned and maintained in
perpetuity by the City of San Luis Obispo; and
Page 59 of 717
2
WHEREAS, by this Agreement, the Parties wish to set forth the terms and conditions regarding
the County’s reimbursement for the City’s construction of Wastewater Line (Bid Alternate A).
NOW, THEREFORE, the parties hereto agree as follows:
A. Recitals. The above recitals are incorporated herein by reference as though fully set forth
herein.
B. Construction of Wastewater Line. Upon the Effective Date of this agreement, City agrees
to notify Contractor for the Sierra Way Sewer Replacement Project, that it elects for Contractor to
construct Bid Alternate A (“Wastewater Line”). Once the Wastewater Line is constructed, the City
shall notify County in writing of the completion of the Project, specifically the completion of
Alternate A and the final cost from Contractor, along with the City’s certification that Bid Alternate
A was constructed in accordance with the City’s approved plans and specifications.
C. Reimbursement to City by County. County shall reimburse City its actual costs paid to
Contractor by City for construction of Bid Alternate A, up to and not to exceed $357,000 when
construction of the Wastewater Line is complete (the “Reimbursement Amount”). The County
shall provide the Reimbursement Amount prior to City issuance of an encroachment permit for the
construction of a sewer lateral to serve County Property, and connection to the City’s sewer main,
resulting in the introduction of additional wastewater flows from County Property into the sewer
main above wastewater flows that existed from County Property prior to this Agreement. The
Reimbursement Amount shall be invoiced to County based on an open book accounting. County’s
reimbursement obligations herein shall not include soft costs (costs outside contractor construction
costs).
D. Acknowledgement of Capacity. City hereby acknowledges that with the installation of the
Wastewater Line, the City’s wastewater infrastructure is able to accommodate current and planned
future development on County Property inclusive of existing development, the proposed relocated
Probation Department Building, and the Welcome Home Village Project.
E. General Provisions
1. This Agreement shall not be changed or modified except upon written consent of the
parties hereto.
2. Non-enforcement of any term, covenant or provision of the Agreement by either party
shall not be considered a waiver by that party of rights under that Agreement or a waiver of any
breach of the Agreement. To the extent any conduct of a party is construed as a waiver, the party’s
waiver of the breach of any one term, covenant or provision of this Agreement shall not be a
waiver or a subsequent breach of the same term, covenant or provision of this Agreement or of
the breach of any other term, covenant or provision of this Agreement.
3. This Agreement has been executed and delivered in, and shall be interpreted, construed,
and enforced pursuant to and in accordance with the laws of the State of California. All duties
and obligations of the parties created hereunder are performable in the County of San Luis
Obispo; and such County shall be that venue for any action or proceeding that may be brought or
arise out of, in connection with, or by reason of, this Agreement.
Page 60 of 717
3
4. If any term, covenant, condition, or provision of this Agreement is held by a court of
competent jurisdiction to be invalid, void, or unenforceable, the remainder of the provisions
hereof shall remain in full force and effect and shall in no way be affected, impaired, or invalidated
thereby.
5. Unless otherwise provided, all notices herein required shall be in writing, and delivered
in person or sent by United States first class mail, postage prepaid. Notices required to be given
to County shall be addressed as follows:
Department of Public Works
Attn: Public Works Director
976 Osos Street STE 207
San Luis Obispo, CA 93408
Notices required to be given to City shall be addressed as follows:
City of San Luis Obispo
Attn: Utilities Director
879 Morro Street
San Luis Obispo, CA 93401
6. This Agreement is intended by the parties as a final expression of their understanding
with respect to the matters contained herein and is a complete and exclusive statement of the
terms and conditions thereof.
7. The time for the parties to commence and/or complete their obligations required by this
Agreement shall be extended for such period reasonably necessary to take into account any delays
caused by riots, insurrections, martial law, civil commotion, war, flood, earthquakes or other acts
of God.
8. The parties acknowledge that each party and its attorneys have reviewed, negotiated
and revised this Agreement; and that the normal rule of construction to the effect that any
ambiguities are to be resolved against the drafting party shall not be employed in the interpretation
of this Agreement or any document executed and delivered by any party in connection with the
transactions contemplated by this Agreement.
Page 61 of 717
4
IN WITNESS WHEREOF, the parties hereto have executed the Agreement as of the day
and year first above written.
COUNTY CITY
BY: _____________________________ BY: ___________________________
Chairperson of the Board of Supervisors Whitney McDonald
County of San Luis Obispo City Manager
State of California
BY:_____________________________
J. Christine Dietrick
City Attorney
ATTEST: ATTEST:
______________________________ ______________________________
Clerk of the Board of Supervisors Secretary to the Board
APPROVED AS TO FORM
Interim County Counsel
BY: ________________________
Interim County Counsel
Dated: _______________________
Page 62 of 717
EXHIBIT A
Page 63 of 717
index to plans
sheet no. description
san luis obispo county, california
SPECIFICATION NO.DATE SHEET
2000539 FILE NO./LOCATION 11of1
SIERRA WAY
SEWER REPLACEMENT
SEPTEMBER 2024
DEAD OR UNUSED SEWER LATERAL, VERIFY
CONDITION. ABANDON IN PLACE IF DEAD,
UNUSED, OR CAPPED.
CONNECT SEWER LATERALS AND MARK TOP OF
CURB WITH THE LETTER "S" PER ENG. STD. 6810.
DSDS
SS SS
1. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR OR PERMITTEE TO CONTACT
"UNDERGROUND SERVICE ALERT U.S.A." TOLL FREE AT 1-800-227-2600 FORTY-EIGHT (48)
HOURS PRIOR TO START OF CONSTRUCTION, FOR LOCATION OF POWER, TELEPHONE, OIL
AND NATURAL GAS UNDERGROUND FACILITIES. CONTRACTOR OR PERMITEE SHALL ALSO
CONTACT THE APPROPRIATE AGENCY FOR THE LOCATION OF CABLE T.V., WATER, SEWER,
DRAINAGE OR UNDERGROUND FACILITIES.
2. THE CONTRACTOR SHALL POSSESS A CLASS "A" OR "C-34" LICENSE AT THE TIME OF BID
OPENING.
3. TIE OUT CENTERLINE MONUMENTS BEFORE WORK AND REPLACE IF DISTURBED IN
ACCORDANCE WITH THE LAND SURVEYORS ACT, AND SECTION 5-1.36E, REPLACE
MONUMENT AND WELL PER ENG. STD. 9020.
4. THE CONTRACTOR MUST REPLACE ALL PAVEMENT STRIPES, MARKINGS, AND MARKERS
DISTURBED DURING CONSTRUCTION. ALL PAVEMENT STRIPES AND MARKINGS WITHIN 5
FEET OF THE DISTURBED AREA MUST BE REPLACED. ALL STRIPING IS PER STATE
STANDARD PLANS AND PER PER ENGINEERING STANDARD SPECIFICATION 84-1.01A.
5. SEWER MAIN WITH LESS THAN 1% SLOPE MUST BE INSTALLED WITH FLOAT ROCK AS
BEDDING AND INITIAL BACKFILL. SEE ENG. STD. 6020, NOTE 10 FOR ADDITIONAL
REQUIREMENTS.
6. CONNECT EXISTING VCP SEWER MAIN TO NEW MANHOLE WITH 3 FOOT PVC STUB AND
STRONG BACK RC COUPLINGS.
7. CONNECT EXISTING HDPE SEWER MAIN TO NEW MANHOLE WITH 3 FOOT HDPE STUB AND
FUSED COUPLINGS OR BUTT FUSION.
8. CONNECT EXISTING PVC SEWER MAIN TO NEW MANHOLE WITH 3 FOOT PVC STUB AND PVC
COUPLINGS.
9. ALL PVC AND HDPE PIPE CONNECTIONS MUST BE MADE WITH POLY-CAM SERIES 731
COUPLINGS OR APPROVED EQUAL.
10. ALL PIPE LENGTHS ARE APPROXIMATE. THE CONTRACTOR IS RESPONSIBLE FOR VERIFYING
ALL PIPE LENGTHS.
11. APPROXIMATE LOCATION OF LATERALS ARE SHOWN ON PLANS. LOCATING LATERALS IS
THE RESPONSIBILITY OF THE CONTRACTOR AND ANY DAMAGE TO A LATERAL MUST BE
REPAIRED IMMEDIATELY AND AT NO COST TO THE CITY.
12. ALL NEW MANHOLE AND EXISTING MANHOLE TO REMAIN MUST BE COATED PER SECTION
77-3.03D OF THE PROJECT SPECIAL PROVISIONS.
13. IT IS THE CONTRACTOR'S RESPONSIBILITY TO COORDINATE WITH SOCALGAS WHEN
WORKING WITHIN PROXIMITY OF HIGH PRESSURE GAS LINES.
Reference Documents:
City Standard Specifications - 2020 Edition
City Engineering Standards - 2020 Edition
1
2
3
4
5
6
7
8
9
10
11
COVER SHEET
HENRY STREET
GEORGE STREET
RUTH STREET
ELLA STREET
ELLA STREET
SIERRA WAY
SIERRA WAY
SIERRA WAY
BISHOP STREET
BISHOP STREET
SEWER MANHOLE FLOW DIAGRAM
SCHEMATIC. TROUGH VARIES WITH PIPE
LAYOUT. ARROWS INDICATE FLOW DIRECTION.
(E) STORM DRAIN
(E) SEWER
(E) WATER
(E) GAS
(E) OIL
SDSD
SSSS
WW
GG
OO
(E) TELEPHONE
(E) FIBER OPTIC
ABANDONED SEWER
ABANDONED WATER
TT
FOFO
ASAS
AWAW
Project Locations
APPROVED BY
No. C 79870
BR I A N A .NELS
O
N
CIV I L
Brian A. Nelson, City Engineer R.C.E. C79870 Approved Date
SIZE & INV
SIZE & INV
Page 64 of 717
250
255
260
265
270
275
280
250
255
260
265
270
275
280
59+75 60+00 60+25 60+50 60+75 61+00 61+25 61+50 61+75 62+00 62+25
STA. 62+04.89
(N) L10-37
RIM = 275.89'
10" IN 267.50' (NE)
8" IN 267.50' (SW)
10" OUT 267.40' (NW)
STA. 60+09.68
(N) SSMH L10-28
RIM = 256.75'
10" IN 249.80' (SE)
6" IN 249.80' (NE)
8" OUT 249.70' (NW)
(E) 8" H
D
P
E
P
i
p
e
(N) 19
6
'
-
1
0
"
H
D
P
E
S
E
W
E
R
,
S
=
9
.
0
2
%
BY OP
E
N
T
R
E
N
C
H
I
N
G
&
R
E
M
O
V
E
(
E
)
6
"
V
C
P
S
E
W
E
R
(E) 8" PVC WATER
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
SDSDSDSD
SD
SD
SD
SD
SD
SD
SD
W
W
WW
W
SSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSS
SS
SS
SS
SS
SS
SS
SS
SS
SSSSSSSS
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
W W W W
AW AW AW AW
W W W W W W W W W W W W W W W W W
AW AW AW AW AW AW AW AW AW AW AW AW AW AW
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
DU
DU
DU
DU
SS
SS
DU
DU
DU
DU
SS
SS
DU
DU
SS
SSSS
SS
SS
GG
GGG
G
G G G G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
+60 00 +61 00 +62 00(N) 196' - 10" HDPE SEWER
STA 60+09.68
(N) SSMH L10-28
RIM = 256.75'
STA 62+04.89
(N) L10-37
RIM = 275.89'
(N
)
1
8
9
'
-
8
"
H
D
P
E
S
E
W
E
R
HENRY ST
GE
O
R
G
E
S
T
(E) 8" HDPE SEWER
(E
)
2
"
G
A
S
(E
)
8
"
P
V
C
W
A
T
E
R
(E
)
6
"
V
C
P
S
E
W
E
R
ABANDONED (E) 4" WATER
(E) 8" DI WATER
(E) 12" SD
AB
A
N
D
O
N
E
D
(
E
)
2
"
W
A
T
E
R
(E
)
8
"
P
V
C
W
A
T
E
R
(E
)
2
"
G
A
S
AB
A
N
D
O
N
E
D
(
E
)
2
"
W
A
T
E
R
(E
)
8
"
P
V
C
W
A
T
E
R
(E
)
2
"
G
A
S
(N
)
4
9
0
'
-
1
0
"
H
D
P
E
S
E
W
E
R
40
'
6'
14
'
20
'
(E)
U
N
D
E
R
D
R
A
I
N
REMOVE AND REPLACE
SSMH L10-28
PER ENG. STD. 6610
10" IN 249.808" OUT 249.70
6" IN 249.80
REMOVE AND REPLACE
SSMH L10-37
PER ENG. STD. 6610
10" OUT 267.40
10" IN 267.50
8" IN 267.50
STA. 68+11.18
(N) SSCO L10-42
RIM = 281.00'
8" OUT 275.70' (NE)
(N) 189' -
8
"
H
D
P
E
S
E
W
E
R
,
S
=
4
.
3
4
%
BY OPEN
T
R
E
N
C
H
I
N
G
&
R
E
M
O
V
E
(
E
)
6
"
V
C
P
S
E
W
E
R
STA. 70+00.00
(N) L10-37
RIM = 275.89'
10" IN 267.50' (NE)
8" IN 267.50' (SW)
10" OUT 267.40' (NW)
(N) 490' - 10" HDPE SEWER, S = 1.12%
BY OPEN TRENCHING & REMOVE (E) 6"
V
C
P
S
E
W
E
R
(E) STORM
UNDERDRAIN(E) 8" DI WATER
260
265
270
275
280
285
290
68+00 68+25 68+50 68+75 69+00 69+25 69+50 69+75 70+00 70+25 70+50 70+75 71+00
G G G G G G G G G G G G G G G G G G G G G G G G G G G G
S
D
S
D
S
D
S
D
S
D
S
D
S
D
WWW
SS
SS
SS
SS
SS
SS
SS
SS
SS
AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW
W
W
W
W
W
W
W
W
AW
AW
AW
AW
AW
AW
AW
AW
W
W
W
W
W
W
W
W
W
AW
AW
AW
AW
AW
AW
AW
W W W W W W W W W W W W W W W W W W W W W W W W W W W W W
SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS
DU DU
SS SS
DU DU
SS SS
DU DU
DU SS SS SS SSSS
DU
DU
DU
DU
SSSS
GG GG
+00 +69 00 +70 00 +71
(N
)
1
9
6
'
-
1
0
"
H
D
P
E
S
E
W
E
R
(N) 189' - 8" HDPE SEWER
STA 68+11.18
(N) SSCO L10-42
RIM = 281.00'
STA 70+00.00
(N) L10-37
RIM = 275.89'
GEORGE ST
HE
N
R
Y
S
T
AB
A
N
D
O
N
E
D
(
E
)
4
"
W
A
T
E
R
(E
)
8
"
D
I
W
A
T
E
R
AB
A
N
D
O
N
E
D
(
E
)
4
"
W
A
T
E
R
(E
)
8
"
D
I
W
A
T
E
R
ABANDONED (E) 2" WATER
(E) 8" PVC WATER
(E) 2" GAS
ABANDONED (E) 2" WATER
(E) 8" PVC WATER
(E) 2" GAS
(N) 490' - 10" HDPE SEWER
(E
)
U
N
D
E
R
D
R
A
I
N
32
'
7'
4'
6'
13
'
3'
REMOVE AND REPLACE
SSMH L10-37
PER ENG. STD. 6610
8" IN 267.50
10" OUT 267.40
10" IN 267.50
REMOVE AND REPLACE
SSCO L10-42
PER ENG. STD. 6710
8" OUT 275.70
REPLACE (E) CROSS
GUTTER PER ENG. STD. 4310
REPLACE (E) CROSS
GUTTER PER ENG. STD. 4310
0
SCALE IN FEET
20 40
HE
N
R
Y
S
T
R
E
E
T
2
HORIZ1" = 20'
VERT 1" = 4'
SEE SHEET 3
SEE RIGHT
0
SCALE IN FEET
20 40
SEE LEFT
MA
T
C
H
L
I
N
E
-
S
T
A
.
7
1
+
0
0
.
0
0
:
S
E
E
S
H
E
E
T
3
MA
T
C
H
L
I
N
E
-
S
T
A
.
7
1
+
0
0
.
0
0
:
S
E
E
S
H
E
E
T
3
CITY SPECIFICATION NO.
DATE:
PR
O
J
E
C
T
T
I
T
L
E
:
SH
E
E
T
T
I
T
L
E
:
of
SHEET NO.
DESIGNED BY:
DRAWN BY:
CHECKED BY:
APPROVED BY:
SCALE:
PLAN FILE NO. / LOCATION
HN
SI
E
R
R
A
W
A
Y
S
E
W
E
R
R
E
P
L
A
C
E
M
E
N
T
HN
JY
BN
SEPTEMBER 2024
2000539
11
APPROVED: SEPT. 6, 2024
CIV I L
No. C 84733
HAI-L O N G Q.NG
U
Y
E
N
Page 65 of 717
G
G
G
G
G
G
G
G
G G G G
G
G
G
G
G
G
G
G
G
G
G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G
SS
SS
SS
SS
SS
SS
SS
SS
SSSSSSSS
SS
SS
SSSSSSSSSS
W W W
AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW A
W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
WSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSS SS SS SS SS
SSSS
SS
SS
DU
DU
SS DU
DU
DUDUDU
G G G G G G
G
G
G
G
G
G
G
GGG
GG
G G
DU
DU
SS
SS
DU
DU
DU
DU
SS
SS
SS
SS
DU
DU
SS DU SSSSSS DU SS DU SS SS
(E) 2" GAS
+00 +72 00 +73 00 +74 00 +75 00
(N) 490' - 10" HDPE SEWER
STA 74+89.84
(N) SSMH L10-23
RIM = 279.43'
(N
)
1
9
2
'
-
8
"
H
D
P
E
S
E
W
E
R
GEORGE ST
RU
T
H
S
T
32
'
7'
4'
6'
13
'
3'
32
'
7'
4'
6'
13
'
3'
ABANDONED (E) 2" WATER
(E) 8" PVC WATER
(E) 2" GAS
ABANDONED (E) 2" WATER
(E) 8" PVC WATER
(E) 2" GAS
(N) 490' - 10" HDPE SEWER (N) 295' - 8" HDPE SEWER
ABANDONED (E) 2" WATER
(E) 8" PVC WATER
(E
)
8
"
P
V
C
W
A
T
E
R
AB
A
N
D
O
N
E
D
(
E
)
4
"
W
A
T
E
R
(E
)
8
"
V
P
C
S
E
W
E
R
(E
)
2
"
G
A
S
(E
)
8
"
P
V
C
W
A
T
E
R
AB
A
N
D
O
N
E
D
(
E
)
4
"
W
A
T
E
R
(E
)
2
"
G
A
S
REMOVE AND REPLACE
SSMH L10-23
PER ENG. STD. 6610
10" OUT 273.00
8" IN 273.10
8" IN 273.10
REPLACE (E) CROSS
GUTTER PER ENG.
STD. 4310
(N) 490' - 10" HDPE SEWER, S = 1.12%
BY OPEN TRENCHING & REMOVE (E) 6"
V
C
P
S
E
W
E
R
(N) 295' - 8" HDPE SEWER, S = 0.95%
BY OPEN TRENCHING & REMOVE (E) 6" VCP S
E
W
E
R
STA. 74+89.84
(N) SSMH L10-23
RIM = 279.43'
8" IN 273.10' (NE)
8" IN 273.10' (SE)
10" OUT 273.00' (SW)
(E) 2" GAS
(E) 8" PVC WATER
265
270
275
280
285
290
295
71+00 71+25 71+50 71+75 72+00 72+25 72+50 72+75 73+00 73+25 73+50 73+75 74+00 74+25 74+50 74+75 75+00 75+25 75+50
0
SCALE IN FEET
20 40
GE
O
R
G
E
S
T
R
E
E
T
3
HORIZ1" = 20'
VERT 1" = 4'
SEE SHEET 4
MA
T
C
H
L
I
N
E
-
S
T
A
.
7
5
+
5
0
.
0
0
:
S
E
E
S
H
E
E
T
4
MA
T
C
H
L
I
N
E
-
S
T
A
.
7
1
+
0
0
.
0
0
:
S
E
E
S
H
E
E
T
2
MA
T
C
H
L
I
N
E
-
S
T
A
.
7
5
+
5
0
.
0
0
:
S
E
E
S
H
E
E
T
4
MA
T
C
H
L
I
N
E
-
S
T
A
.
7
1
+
0
0
.
0
0
:
S
E
E
S
H
E
E
T
2
CITY SPECIFICATION NO.
DATE:
PR
O
J
E
C
T
T
I
T
L
E
:
SH
E
E
T
T
I
T
L
E
:
of
SHEET NO.
DESIGNED BY:
DRAWN BY:
CHECKED BY:
APPROVED BY:
SCALE:
PLAN FILE NO. / LOCATION
HN
SI
E
R
R
A
W
A
Y
S
E
W
E
R
R
E
P
L
A
C
E
M
E
N
T
HN
JY
BN
SEPTEMBER 2024
2000539
11
APPROVED: SEPT. 6, 2024
CIV I L
No. C 84733
HAI-L O N G Q.NG
U
Y
E
N
Page 66 of 717
STA. 77+85.05
(N) SSMH L10-14
RIM = 280.25'
6" IN 276.00' (NE)
8" OUT 275.90' (SW)
(N) 295' - 8" HDPE SEWER, S = 0.95%
BY OPEN TRENCHING & REMOVE (E) 6" VCP SEW
E
R
REMOVE (E)
MH L10-17
(E) 6" VCP
SEWER
(E) 6" VCP
G G G G G G G G G G G G G G G G G G
SD
SD
SD
SD
S
D
SD
S
D
SD
SSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSS
W W W W W W W W W W W W W W W W W W W W
AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW
SS
SS
SS
SS
SS
SS
SS
W
W
W
W
W
W
W
W
DU
DU
SS
SS
SS DU SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS SS
G G G
G
G
G
G
G
G
G
G
+76 00 +77 00 +78 00
STA 77+85.05
(N) SSMH L10-14
RIM = 280.25'
(N) 295' - 8" HDPE SEWER
REMOVE (E)
MH L10-17
GEORGE ST
ABANDONED (E) 2" WATER
(E) 8" PVC WATER
(E) 2" GAS
32
'
7'
4'
6'
13
'
3'
REMOVE AND REPLACE
SSMH L10-14
PER ENG. STD. 6610
8" OUT 275.90 6" IN 276.00
(E
)
8
"
V
C
P
S
E
W
E
R
75+50 75+75 76+00 76+25 76+50 76+75 77+00 77+25 77+50 77+75 78+00
270
275
280
285
290
295
300
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G G G G G G G G G G G G G G G G G G
G
G
G
G
G
G
G
G
G
G G G G
G
G
G
G
G
G
G
G
G
SS SS SS SS SS SS SS SS SS SS
G
G
G
G
G
G
G
G
G
T
T
T
T
T
SS
SS
SS
SS
SS
SS
SS
SS
SS
W
W
W
W
W
W
W
W
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
AW
AW
AW
AW
AW
AW
AW
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AWAWAW
W W W W W W W W W W W W W W W W W W W W W W W
W W
W W
W W
WWW
W
W
W
W W
W W
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
DUDU
SS
DU
SS
SSDU
SS
SS
SS
DU
DU
DU
G
G
GG
G
G
G
G
G
G
G
G G
G G
G G
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
DU DU DU
SS SS SS
SS SS SS
SS SS SS
SS SS SS
SS SS SS
SS SS SS
SS SS SS
DU DU
DU DU
DUDU
SS
SS
(E
)
2
"
G
A
S
+90 00 +91 00 +92 00
(N) 192' - 8" HDPE SEWER
STA 91+96.87
(N) SSMH L10-27
RIM = 297.63'
RUTH ST
GE
O
R
G
E
S
T
EL
L
A
S
T
AB
A
N
D
O
N
E
D
(
E
)
2
"
W
A
T
E
R
(E
)
8
"
P
V
C
W
A
T
E
R
(E
)
2
"
G
A
S
(N
)
4
9
0
'
-
1
0
"
H
D
P
E
S
E
W
E
R
(N
)
2
9
5
'
-
8
"
H
D
P
E
S
E
W
E
R
AB
A
N
D
O
N
E
D
(
E
)
2
"
W
A
T
E
R
(E
)
8
"
P
V
C
W
A
T
E
R
(E) 8" PVC WATER
ABANDONED (E) 4" WATER
(E) 2" GAS
(N) 192' - 8" HDPE SEWER
(E) 8" PVC WATER
ABANDONED (E) 4" AC WATER
(E) 2" GAS
40
'
10
'
14
'
11
'
5'
STA 90+05.22
(N) SSMH L10-23
RIM = 279.43'
(E
)
1
0
"
H
P
G
A
S
(E
)
3
"
G
A
S
(E
)
8
"
D
I
W
A
T
E
R
(N
)
4
1
1
'
-
8
"
H
D
P
E
S
E
W
E
R
(N
)
2
5
0
'
-
8
"
H
D
P
E
S
E
W
E
R
(E
)
1
0
"
H
P
G
A
S
(E
)
3
"
G
A
S
(E
)
8
"
D
I
W
A
T
E
R
(E
)
1
2
"
P
V
C
W
A
T
E
R
AB
A
N
D
O
N
E
D
(
E
)
6
"
W
A
T
E
R
REMOVE (E) SSCO
REMOVE AND REPLACE
SSMH L10-23
PER ENG. STD. 6610
10" OUT 273.00
8" IN 273.10
INSTALL (N) SSMH L10-27
PER ENG. STD. 6620 (TYPE A)
8" OUT 282.95
8" IN 292.00
283.05 (DROP)
8" IN 273.10
8" IN 283.05
REMOVE INTERFERING
PORTION OF ABANDONED
(E) 4" AC WATER
275
280
285
290
295
300
305
275
280
285
290
295
300
305
90+00 90+25 90+50 90+75 91+00 91+25 91+50 91+75 92+00 92+25
STA. 90+05.22
(N) SSMH L10-23
RIM = 279.43'
8" IN 273.10' (NE)
8" IN 273.10' (SE)
10" OUT 273.00' (SW)
(N) 192' - 8
"
H
D
P
E
S
E
W
E
R
,
S
=
5
.
1
4
%
BY OPEN
T
R
E
N
C
H
I
N
G
&
R
E
M
O
V
E
(
E
)
6
"
V
C
P
S
E
W
E
R
STA. 91+96.87
(N) SSMH L10-27
RIM = 297.63'
8" IN 292.00' (SW)
8" IN 283.05' (NE)
8" OUT 282.95' (NW)
REMOVE (E)
SSCO L10-27
8" IN 283.05' (DROP),
(E) 2" GAS
(E) 10" HP GAS
(E) TELE
270
275
280
285
290
295
300
0
SCALE IN FEET
20 40
RU
T
H
S
T
R
E
E
T
4
HORIZ1" = 20'
VERT 1" = 4'
MA
T
C
H
L
I
N
E
-
S
T
A
.
7
5
+
5
0
.
0
0
:
S
E
E
S
H
E
E
T
3
MA
T
C
H
L
I
N
E
-
S
T
A
.
7
5
+
5
0
.
0
0
:
S
E
E
S
H
E
E
T
3
0
SCALE IN FEET
20 40
SEE SHEET 5
CITY SPECIFICATION NO.
DATE:
PR
O
J
E
C
T
T
I
T
L
E
:
SH
E
E
T
T
I
T
L
E
:
of
SHEET NO.
DESIGNED BY:
DRAWN BY:
CHECKED BY:
APPROVED BY:
SCALE:
PLAN FILE NO. / LOCATION
HN
SI
E
R
R
A
W
A
Y
S
E
W
E
R
R
E
P
L
A
C
E
M
E
N
T
HN
JY
BN
SEPTEMBER 2024
2000539
11
APPROVED: SEPT. 6, 2024
CIV I L
No. C 84733
HAI-L O N G Q.NG
U
Y
E
N
SEE SHEET 3
SEE LEFT
SEE SHEET 5
Page 67 of 717
STA. 97+56.30
(N) SSMH L10-27
RIM = 297.63'
8" IN 292.00' (SW)
8" IN 283.05' (NE)
8" OUT 282.95' (NW)
STA. 93+45.15
(N) SSCO L10-43
RIM = 301.64'
8" OUT 294.00' (NE)
(N) 250' - 8" HDPE SEWER, S = 0.50%
BY OPEN TRENCHING & REMOVE (E) 6" VCP SEWER
(N) 411' - 8" HDPE SEWER, S = 0.49%
BY OPEN TRENCHING & REMOVE (E) 6" VCP SEWER
, 8" IN 283.05' (DROP)
(E) 2" GAS
(E) 8" PVC WATER
G G G G G G G G G G
G G G G G G G G G G
G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G
G
G
G
G
G
G
G
G
G
SS
G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G
T T T T T T
W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W
AW AW AW AW AW AW AW AW
W W W W W W W W W
AW
AW
AW
AW
AW
AW
AW
AW
AW
W
W
W
W
W
W
W
W
W
W
W
W
W
W W W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS
SS
SSSSSS
G G
G G G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
GGGTTTTTTTTTTTTTTTTTTTTTT T T T T T T T T T T T T T T T T T T T T T T T
T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T
DU
DU
SS
SS
SS
SS
DU
DU
SS
SS
DU
DU
DU
DU
SS
SS
SS
SS
SS
SS
SS
SS
DU
DU
SS
SS
DU
DU
DU
DU
DU
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
DU
DU
DU
DU
DU
DU
DU
DU
DU
DU
SS
SS
DU
DU
SS
SS
DU
DU
DU
DU
+94 00 +95 00 +96 00 +97 00 +98 00
STA 93+45.15
(N) SSCO L10-43
RIM = 301.64'
STA 97+56.30
(N) SSMH L10-27
RIM = 297.63'
ELLA ST
RU
T
H
S
T
(N
)
1
9
2
'
-
8
"
H
D
P
E
S
E
W
E
R
(E
)
8
"
P
V
C
W
A
T
E
R
AB
A
N
D
O
N
E
D
(
E
)
4
"
A
C
W
A
T
E
R
(E
)
2
"
G
A
S
REPLACE (E) SPEED TABLE
PER ENG. STD. 7325
(N) 411' - 8" HDPE SEWER
(E) 10" HP GAS
(E) 3" GAS
(E) 8" DI WATER
(E) 10" HP GAS
(E) 3" GAS
(E) 8" DI WATER
(N) 411' - 8" HDPE SEWER
40
'
5'
12
'
10
'
13
'
(N) 250' - 8" HDPE SEWER
(E) 10" HP GAS
(E) 3" GAS
(E) 8" DI WATER
(E) 12" PVC WATER
ABANDONED (E) 6" WATER
REMOVE AND REPLACE
SSCO L10-43
PER ENG. STD. 6710
8" OUT 294.00
INSTALL (N) SSMH L10-27
PER ENG. STD. 6620 (TYPE A)
8" OUT 282.95
8" IN 292.00
283.05 (DROP)8" IN 283.05
93+25 93+50 93+75 94+00 94+25 94+50 94+75 95+00 95+25 95+50 95+75 96+00 96+25 96+50 96+75 97+00 97+25 97+50 97+75 98+00 98+25 98+50 98+75
280
285
290
295
300
305
310
0
SCALE IN FEET
20 40
EL
L
A
S
T
R
E
E
T
5
HORIZ1" = 20'
VERT 1" = 4'
SEE SHEET 4
MA
T
C
H
L
I
N
E
-
S
T
A
.
9
8
+
7
5
.
0
0
:
S
E
E
S
H
E
E
T
6
MA
T
C
H
L
I
N
E
-
S
T
A
.
7
1
+
0
0
.
0
0
:
S
E
E
S
H
E
E
T
2
MA
T
C
H
L
I
N
E
-
S
T
A
.
9
8
+
7
5
.
0
0
:
S
E
E
S
H
E
E
T
6
MA
T
C
H
L
I
N
E
-
S
T
A
.
7
1
+
0
0
.
0
0
:
S
E
E
S
H
E
E
T
2
CITY SPECIFICATION NO.
DATE:
PR
O
J
E
C
T
T
I
T
L
E
:
SH
E
E
T
T
I
T
L
E
:
of
SHEET NO.
DESIGNED BY:
DRAWN BY:
CHECKED BY:
APPROVED BY:
SCALE:
PLAN FILE NO. / LOCATION
HN
SI
E
R
R
A
W
A
Y
S
E
W
E
R
R
E
P
L
A
C
E
M
E
N
T
HN
JY
BN
SEPTEMBER 2024
2000539
11
APPROVED: SEPT. 6, 2024
CIV I L
No. C 84733
HAI-L O N G Q.NG
U
Y
E
N
Page 68 of 717
STA. 101+06.83
(N) SSMH L10-21
RIM = 290.66'
8" IN 285.00' (NE)
8" IN 285.00' (E)
8" OUT 284.90' (SW)
STA. 103+86.74
(N) SSMH L10-13
RIM = 295.00'
8" IN 286.50' (SE)
6" IN 290.60' (NE)
8" OUT 286.40' (SW)
(N) 280' - 8" HDPE SEWER, S = 0.50%
BY OPEN TRENCHING & REMOVE (E) 6" VCP SEWER
STA. 100+05.85
(N) SSMH L10-24
RIM = 293.03'
8" IN 284.40' (NE)
8" IN 287.90' (SE)
8" OUT 284.30' (SW)
REMOVE
(E) MH
REMOVE (E)
MH
(N) 101' - 8" HDPE SEWER, S = 0.50%
BY OPEN TRENCHING & REMOVE (E) 6" VCP SEWER
(
REMOVE (E) MH
CONNECT TO (E)
6" PVC SEWER
(E) 38"X48"
BOX CULVERT
6" IN 286.50' (DROP),
, 8" IN 284.40' (DROP)
(E) 8" PVC
STORM
G G G G G G G G G G G
G
G
G
G
G
G
G
G
G
G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G GGGGGGGGGG
T T T T T T T T T T T T T T T T T T T T T T T T T
T T T T T T T T T T T T T T T T T T
AW
AW
AW
AW
AW
SD
SD
SD
SD
SD
SD
SD
S
D
S
D
S
D
S
D
S
D
S
D
S
D
S
D
S
D
SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD SD
SD
SD
SD
SD
SD
SD
SD
SS SS SS SSSSSSSSSS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SSSSSSSSSSSSSSSSSSSS SS SS SS SS SS
SS
SS
SS
SS
S
S
SS
SS
SS
S
S
E
E
E
E
T T T T
T
T
T
T
T
T T T
G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G
G G G
G G G G G G
W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W
AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW
W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W
W W W W W W W W W
AW AW AW AW AW AW AW AW AW AW
W W W W W W W W W W W
W
W
W
W
W
W
W
W
SS
SS
SS
SS
SS
SS
SS
SS
S
WWWW
AW
AW
AW
AW
G
G
G
G
G
G
G
G
G
G
SS
SS
SS
SS
SS
SS
SS
SS
S
W
W
W
W
W
W
W
W
WW
W
W
W
W
W
W
W
G
G
G
W
W
SS
W
W
W
W
W
W
W
W
SS
SS
SS
SS
DU
DU
DU
DU
DU
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
DU
DU
DU
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
GG
T
T
T
T
T
T
T
T T T T T T T T T T T T T T T T T T T
TT
SD SD SD SD SD SD SD SD SD SD SD
SD SD SD
S
D
S
D
S
D
G
G
G
G
G
G
G
DU
DU
DU
DU
DU
SS
SS
+99 00 +100 00 +101 00 +102 00 +103 00 +104 00
+
11
0
00
1
STA 101+06.83
(N) SSMH L10-21
RIM = 290.66'
(N) 280' - 8" HDPE SEWER
STA 103+86.74
(N) SSMH L10-13
RIM = 295.00'
(
N
)
2
4
2
'
-
8
"
H
D
P
E
S
E
W
E
R
STA 100+05.85
(N) SSMH L10-24
RIM = 293.03'
REMOVE
(E) MH
(N) 8" SSCO. REPLACE 4'X4'
SIDEWALK PER ENG. STD. 4110
RIM 291.55
INV 283.25
ABANDON (E) 8" VCP SEWER
(E) 8" VCP SEWER TO REMAIN
REMOVE (E) MH
ELLA ST
B
I
N
N
S
C
T
S
I
E
R
R
A
W
A
Y
REPLACE (E) SPEED TABLE
PER ENG. STD. 7325
(N) 250' - 8" HDPE SS
(E) 10" HP GAS
(E) 3" GAS
(E) 8" DI WATER
(E) 12" PVC WATER
ABANDONED (E) 6" WATER
(N) 101' - 8" HDPE SEWER
REMOVE (E) MH
(E) 3" GAS
(E) 10" DI WATER
(E) 10" HP GAS
(E) 12" PVC WATER
ABANDONED (E) 6" WATER
(E) 3" GAS
(E) 10" DI WATER
(E) 10" HP GAS
(E) 12" PVC WATER
ABANDONED (E) 6" WATER
(E) 38"X48"
BOX CULVERT
REPLACE (E) SPEED TABLE
PER ENG. STD. 7325
(E) 24" RCP
(E) 2" GAS
(E) 10" DI WATER (2024)
(E) 10" HP GAS
(E) 12" PVC WATER
(E) 8" PVC STORM
(N) 280' - 8" HDPE SEWER
(E) 10" HP GAS
(E) 12" PVC WATER
ABANDONED (E) 6" WATER
(E) 10" DI WATER (2024)
(E) 2" GAS
(E) 6" PVC SEWER
39
'
11
'
10
'
18
'
(E
)
2
"
G
A
S
AB
A
N
D
O
N
E
D
(
E
)
8
"
P
V
C
W
A
T
E
R
(
E
)
1
0
"
P
V
C
W
A
T
E
R
(
E
)
3
"
G
A
S
(
E
)
8
"
P
V
C
W
A
T
E
R
(E
)
2
4
"
R
C
P
INSTALL (N) SSCO L10-22
PER ENG. STD. 6710
RIM 291.55
INV 8" OUT 283.25
REMOVE AND REPLACE
SSMH L10-24
PER ENG. STD. 6620 (TYPE A)
8" IN 284.40
8" IN 287.90
284.40 (DROP)
8" OUT 284.30
REMOVE AND REPLACE
(N) SSMH L10-13
PER ENG. STD. 6620 (TYPE A)
6" IN 290.60
286.50 (DROP)
8" IN 286.50
8" OUT 286.40
REMOVE AND REPLACE
SSMH L10-21
PER ENG. STD. 6610
8" IN 285.00
8" IN 285.00
8" OUT 284.90
(E
)
8
"
V
C
P
S
E
W
E
R
(E
)
8
"
V
C
P
S
E
W
E
R
T
O
R
E
M
A
I
N
98+75 99+00 99+25 99+50 99+75 100+00 100+25 100+50 100+75 101+00 101+25 101+50 101+75 102+00 102+25 102+50 102+75 103+00 103+25 103+50 103+75 104+00 104+25 104+50
280
285
290
295
300
305
310
0
SCALE IN FEET
20 40
EL
L
A
S
T
R
E
E
T
6
HORIZ1" = 20'
VERT 1" = 4'
MA
T
C
H
L
I
N
E
-
S
T
A
.
9
8
+
7
5
.
0
0
:
S
E
E
S
H
E
E
T
5
MA
T
C
H
L
I
N
E
-
S
T
A
.
9
8
+
7
5
.
0
0
:
S
E
E
S
H
E
E
T
6
SEE SHEET 7
CITY SPECIFICATION NO.
DATE:
PR
O
J
E
C
T
T
I
T
L
E
:
SH
E
E
T
T
I
T
L
E
:
of
SHEET NO.
DESIGNED BY:
DRAWN BY:
CHECKED BY:
APPROVED BY:
SCALE:
PLAN FILE NO. / LOCATION
HN
SI
E
R
R
A
W
A
Y
S
E
W
E
R
R
E
P
L
A
C
E
M
E
N
T
HN
JY
BN
SEPTEMBER 2024
2000539
11
APPROVED: SEPT. 6, 2024
CIV I L
No. C 84733
HAI-L O N G Q.NG
U
Y
E
N
Page 69 of 717
STA. 109+98.11
(N) SSMH L10-13
RIM = 295.00'
8" IN 286.50' (SE)
6" IN 290.60' (NE)
8" OUT 286.40' (SW)
STA. 114+80.17
(N) SSMH 01
RIM = 317.50'
8" IN 303.63' (S)
8" OUT 303.53' (NW)
STA. 115+03.15
(N) SSMH 02
RIM = 317.10'
8" IN 304.02' (SW)
8" OUT 303.92' (N)
(N) 30' - 8" HDPE SEWER, S = 1.00%
BY OPEN TRENCHING
(N) 307' - 8" HD
P
E
S
E
W
E
R
,
S
=
4
.
6
3
%
BY OPEN TRE
N
C
H
I
N
G
(N) 127' - 8" HDPE SEWER, S = 1.00%
BY OPEN TRENCHING
(N) 50' - 8" HDPE SEWER
BY OPEN TRENCHING
ST
A
.
1
1
1
+
2
5
.
0
0
IN
V
:
2
8
7
.
7
7
ST
A
.
1
1
1
+
7
5
IN
V
:
2
8
9
.
3
1
,6" IN 286.50' (DROP)
(E) 10" DI
WATER
(E) 2" GAS
(E) 8" PVC
STORM
G
G
G
G
G
G
T
T
T
T
T
T
T
T
T
T
T
T
T
W
W
AW
A
W
AW
AW
AW
AW
AW
AW
AW
AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW
S
D
SD
SD
SD
SD
SD
SD
W
W
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SSSS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
G
G
G
G
G
G
G
G
G
G G G G G G
E
E
E
E
T
T
T
T
T
T
T
T
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
AW
AW
AW
AW
AW
AW
AW
AW
AW
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
AW
AW
AW
AW
W
W
G
G
G
W
W
W
W
G
G
G
W
G
G
G
W W
W
W
G
G
G
W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
S
S
D
U
S
S
S
S
G
G
G
G
G
G
G
G
G
G
G
W
W
W
W
W
W
W
SD
SD
SD
SD
SD
SD
SD
SD
SD
SD
SD
SD
SD
G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G
SS
SS
X
X
X
X
SS SS SS SS SS
(N) 242' - 8" HDPE SEWER
(E) 24
"
R
C
P
(E
)
3
6
"
H
D
P
E
(E) 24
"
H
D
P
E
(
E
)
1
8
"
H
D
P
E
REPLACE DRIVEWAY PER
DETAIL A, THIS SHEET
(672 SF). ALL CONCRETE
CURBING AND STEPS
MUST BE REPLACED
SIERRA WAY
EL
L
A
S
T
REPLACE
DRIVEWAY RAMP
PER ENG. STD. 2110
(E
)
2
"
G
A
S
(E
)
1
0
"
D
I
W
A
T
E
R
(
2
0
2
4
)
(E
)
1
0
"
H
P
G
A
S
(E
)
1
2
"
P
V
C
W
A
T
E
R
(E
)
8
"
P
V
C
S
T
O
R
M
(N
)
2
8
0
'
-
8
"
H
D
P
E
S
E
W
E
R
(E
)
1
0
"
H
P
G
A
S
(E
)
1
2
"
P
V
C
W
A
T
E
R
AB
A
N
D
O
N
E
D
(
E
)
6
"
W
A
T
E
R
(E
)
1
0
"
D
I
W
A
T
E
R
(
2
0
2
4
)
(E
)
2
"
G
A
S
(E
)
6
"
P
V
C
S
E
W
E
R
(E) 2" GAS
ABANDONED (E) 8" PVC WATER
(E) 10" PVC WATER ABANDONED (E) 8" PVC WATER
(E) 2" GAS
(E) 10" PVC WATER34
'
13
.
5
'
11
'
9.
5
'
STA 114+80.17
(N) SSMH 01
RIM = 317.50'
STA 115+03.15
(N) SSMH 02
RIM = 317.10'
ABA
N
D
O
N
(
E
)
6
"
V
C
P
S
E
W
E
R
REMOVE
(E) MH
(E
)
1
0
"
D
I
W
A
T
E
R
AB
N
D
8
"
C
I
W
A
T
E
R
(E) SSMH L10-31
TO BE COATED
RIM 312.51
INV 307.29 (E) 6"
V
C
P
S
E
W
E
R
T
O
R
E
M
A
I
N
(E)
6
"
V
C
P
S
E
W
E
R
T
O
R
E
M
A
I
N
STA 109+98.11
(N) SSMH L10-13
RIM = 295.00'
REPLACE (E) CROSS GUTTER
PER ENG. STD. 4310
(E) 6" VCP SEWER
(N
)
3
0
'
-
8
"
H
D
P
E
(N
)
1
2
0
'
-
8
"
H
D
P
E
S
E
W
E
R
REMOVE (E) MH
(N) 90' - 8" HDPE SEWER
R992'
7'9'16'
REMOVE AND REPLACE
(N) SSMH L10-13
PER ENG. STD. 6620
6" IN 290.60
286.50 (DROP)
8" IN 286.50
8" OUT 286.40
INSTALL (N) SSMH 01
PER ENG. STD. 6610
8" IN 305.63
8" OUT 303.53
INSTALL (N) SSMH 02
PER ENG. STD. 6610
8" IN 304.02
8" OUT 303.92
(N) 152' - 8" HDPE SEWER
11
'
13
.
5
'
9.
5
'
REMOVE INTERFERING
PORTION OF ABANDONED
(E) 8" PVC WATER (TYP.)
REMOVE INTERFERING
PORTION OF ABANDONED
(E) 8" PVC WATER (TYP.)
(N) 62' - 4" HDPE SS LAT
(N) SSCO PER
ENG. STD. 6710
REPLACE LANDSCAPING IN KIND IF
REMOVED/DAMAGED DURING
CONSTRUCTION (TYP.)
REPLACE FENCE IN KIND (20 LF)
TO ACCESS SSMH L10-31
(N) SSCO PER
ENG. STD. 6710
GRO
U
T
S
O
L
I
D
W
I
T
H
C
L
S
M
(
7
5
L
F
)
REMOVE
INTERFERING
PORTION OF SD
JUNCTION BOX
109+75 110+00 110+25 110+50 110+75 111+00 111+25 111+50 111+75 112+00 112+25 112+50 112+75 113+00 113+25 113+50 113+75 114+00 114+25 114+50 114+75 115+00 115+25
285
290
295
300
305
310
315
320
325
0
SCALE IN FEET
20 40
SI
E
R
R
A
W
A
Y
7
HORIZ1" = 20'
VERT 1" = 5'
SEE SHEET 6 SEE SHEET 8
MA
T
C
H
L
I
N
E
-
S
T
A
.
1
1
5
+
2
5
.
0
0
:
S
E
E
S
H
E
E
T
8
SCALE: NTS
DRIVEWAYA
6" CONCRETE
(CLASS 2)
#4 @ 24" O.C.,
CONTINUOUS BOTH WAYS
WIDTH PER PLAN
BROOM FINISH
CLASS 2 BASE
6" MIN. DEPTH
(95% COMPACTION)
NOTES
INSTALL 1/2" SMOOTH DOWEL BARS AT SAWCUT, 15" LONG AT 24" O.C.,
ONE END MUST BE SLEEVED OR GREASED
CITY SPECIFICATION NO.
DATE:
PR
O
J
E
C
T
T
I
T
L
E
:
SH
E
E
T
T
I
T
L
E
:
of
SHEET NO.
DESIGNED BY:
DRAWN BY:
CHECKED BY:
APPROVED BY:
SCALE:
PLAN FILE NO. / LOCATION
HN
SI
E
R
R
A
W
A
Y
S
E
W
E
R
R
E
P
L
A
C
E
M
E
N
T
HN
JY
BN
SEPTEMBER 2024
2000539
11
APPROVED: SEPT. 6, 2024
CIV I L
No. C 84733
HAI-L O N G Q.NG
U
Y
E
N
Page 70 of 717
(N) 120' - 8" HDPE SEWER, S = 1.00%
BY OPEN TRENCHING
REMOVE (E)
MH
(N) 22' - 8" HDPE SEWER, S = 5.75%
BY OPEN TRENCHING
(N) 476' - 8
"
H
D
P
E
S
E
W
E
R
,
S
=
5
.
7
5
%
BY OPEN T
R
E
N
C
H
I
N
G
&
R
E
M
O
V
E
(
E
)
6
"
V
C
P
S
E
W
E
R
STA. 116+13.53
(N) SSMH 03
RIM = 318.59'
8" IN 310.76' (S)
8" OUT 305.22' (NE)
STA. 116+30.32
(N) SSMH 04
RIM = 320.36'
8" IN 315.18' (SE)
8" OUT 312.02' (N)
(E) 42" HDPE
(E) 24" RCP
REMOVE (E)
MH
8" IN 312.12' (DROP),
(E) 18"
PVC SD
8" IN 305.32' (DROP),
AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW
AW
AW
AW
AW
AW
S
D
SD
SD
SD
SD
SD
SD
SD
SD
SD
SDSDSDSDSDSDSDSDSDSDSD
SD
SD
SD
SD
SD
SD
SD
SD
SD
SD
SD
SD
SD
SD
SD
SD
SD
SD
SD
SD
SD
SS
SS
SS
SS SS SS SS SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS
SS
G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G
SD
SD
SD
SD
W W
W
W
W
W
W
W
W
W
W
W
W
W
W
S
S
SS
SS
SS
SS SS
SS
DU
GG G G G G G G
W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W
W
W
W
W
W
W
W
W
W
W
A
W
A
W
A
W
A
W
A
W
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
X
X
X
X
X
X
(E) 1
8
"
H
D
P
E
+
1
1
6
00
+117 00 +118 00 +119 00 +120 00
(E) 24
"
R
C
P
(E
)
3
6
"
H
D
P
E
(E) 24
"
H
D
P
E
(
E
)
1
8
"
H
D
P
E
(E
)
4
2
"
S
D
(E
)
1
2
"
H
D
P
E
(E) 18" PVC
S
T
O
R
M
SIERRA WAY
(E
)
1
0
"
D
I
W
A
T
E
R
AB
N
D
8
"
C
I
W
A
T
E
R
(E) 6"
V
C
P
S
E
W
E
R
T
O
R
E
M
A
I
N
MAIN
(N
)
1
2
0
'
-
8
"
H
D
P
E
S
E
W
E
R
(
N
)
2
2
'
-
8
"
H
D
P
E
(N) 476' - 8" HDPE SEWER
STA 116+13.53
(N) SSMH 03
RIM = 318.59'
STA 116+30.32
(N) SSMH 04
RIM = 320.36'
ABAN
D
O
N
(
E
)
6
"
V
C
P
S
E
W
E
R
REMOVE (E) MH
(E) 10" PVC WATER
ABANDONED (E) 8" PVC WATER
(E) 2" GAS
REMOVE INTERFERING PORTION OF
ABANDONED (E) 6" VCP SEWER (TYP.)
REMOVE (E) MH
30
'
10
'
4'
16
'
7'9'16'
SEE SHEET 7
INSTALL (N) SSMH 03
PER ENG. STD. 6620 (TYPE A)
8" IN 310.76
305.32 (DROP)
8" OUT 305.22
INSTALL (N) SSMH 03
PER ENG. STD. 6620 (TYPE A)
8" IN 315.18
312.12 (DROP)
8" OUT 312.02
ABAN
D
O
N
(
E
)
6
"
V
C
P
S
E
W
E
R
GROU
T
S
O
L
I
D
W
I
T
H
C
L
S
M
(
1
6
0
L
F
)
(N) SSCO PER
ENG. STD. 6710
REPLACE LANDSCAPING IN
KIND IF REMOVED/DAMAGED
DURING CONSTRUCTION (TYP.)
115+25 115+50 115+75 116+00 116+25 116+50 116+75 117+00 117+25 117+50 117+75 118+00 118+25 118+50 118+75 119+00 119+25 119+50 119+75 120+00 120+25 120+50 120+75
305
310
315
320
325
330
335
340
345
350
0
SCALE IN FEET
20 40
SI
E
R
R
A
W
A
Y
8
HORIZ1" = 20'
VERT 1" = 5'
SEE SHEET 7
MA
T
C
H
L
I
N
E
-
S
T
A
.
1
2
0
+
7
5
.
0
0
:
S
E
E
S
H
E
E
T
9
MA
T
C
H
L
I
N
E
-
S
T
A
.
1
2
0
+
7
5
.
0
0
:
S
E
E
S
H
E
E
T
9
MA
T
C
H
L
I
N
E
-
S
T
A
.
1
1
5
+
2
5
.
0
0
:
S
E
E
S
H
E
E
T
7
CITY SPECIFICATION NO.
DATE:
PR
O
J
E
C
T
T
I
T
L
E
:
SH
E
E
T
T
I
T
L
E
:
of
SHEET NO.
DESIGNED BY:
DRAWN BY:
CHECKED BY:
APPROVED BY:
SCALE:
PLAN FILE NO. / LOCATION
HN
SI
E
R
R
A
W
A
Y
S
E
W
E
R
R
E
P
L
A
C
E
M
E
N
T
HN
JY
BN
SEPTEMBER 2024
2000539
11
APPROVED: SEPT. 6, 2024
CIV I L
No. C 84733
HAI-L O N G Q.NG
U
Y
E
N
Page 71 of 717
STA. 121+00.23
(N) SSMH L10-53
RIM = 347.08'
8" IN 342.60' (SE)
8" OUT 342.50' (NW)(N) 412' - 8" HDP
E
S
E
W
E
R
,
S
=
3
.
6
7
%
BY OPEN TRENC
H
I
N
G
&
R
E
M
O
V
E
(
E
)
6
"
V
C
P
S
E
W
E
R
STA. 125+12.17
(N) SSMH M11-9
RIM = 363.67'
8" IN 357.80' (NE)
8" OUT 357.70' (NW)
REMOVE (E)
MH
(E) 3" GAS
(E) TELE
(E) 12 DI
WATER(E) 16 DI WATER
AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW
SS
SS
SS
SSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSS
SS
SS
SS
SS
SS
SS
SS
SS
SS
G G
G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G
G
G
G
G
G
G
G
G
G
G
W
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
W
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
G
G
G
G
G
G
G
G
GW
W
W
W
W
W
W
W
W
W
W
W
SS SSSSSSSSSSSS
SS
SS
SS
SS
W
G G
G
G G G G
G G G G
G G G G
G G G G
G G G G
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
+121 00 +122 00 +123 00 +124 00 +125 00
SIERRA WAY
BI
S
H
O
P
S
T
(N) 412' - 8" HDPE SEWER
STA 125+12.17
(N) SSMH M11-9
RIM = 363.67'
STA 121+00.23
(N) SSMH L10-53
RIM = 347.08'
30
'
10
'
4'
16
'
(E) 10" PVC WATER
ABANDONED (E) 8" PVC WATER
(E) 2" GAS
(N) 412' - 8" HDPE SEWER
(E) 10" PVC WATER
ABANDONED (E) 8" PVC WATER
(E) 2" GAS
(N
)
2
9
7
'
-
8
"
H
D
P
E
S
E
W
E
R
AB
A
N
D
O
N
(
E
)
6
"
V
C
P
S
E
W
E
R
(E
)
1
2
"
D
I
W
A
T
E
R
AB
A
N
D
O
N
E
D
(
E
)
1
6
"
C
I
W
A
T
E
R
(E
)
4
-
2
"
D
U
C
T
B
A
N
K
(E
)
3
"
G
A
S
AB
A
N
D
O
N
E
D
(
E
)
6
"
C
I
W
A
T
E
R
REMOVE AND REPLACE
SSMH L10-53
PER ENG. STD. 6610
8" IN 342.608" OUT 342.50
REMOVE AND REPLACE
SSMH M11-9
PER ENG. STD. 6610
8" IN 357.80
8" OUT 357.70
(E
)
1
6
"
D
I
W
A
T
E
R
(
2
0
2
4
)
(E
)
4
"
P
R
I
V
A
T
E
S
E
W
E
R
(E
)
6
"
V
C
P
P
R
I
V
A
T
E
S
E
W
E
R
335
340
345
350
355
360
365
370
375
120+75 121+00 121+25 121+50 121+75 122+00 122+25 122+50 122+75 123+00 123+25 123+50 123+75 124+00 124+25 124+50 124+75 125+00 125+25 125+50 125+75
0
SCALE IN FEET
20 40
SI
E
R
R
A
W
A
Y
9
HORIZ1" = 20'
VERT 1" = 5'
SEE SHEET 10
MA
T
C
H
L
I
N
E
-
S
T
A
.
1
2
0
+
7
5
.
0
0
:
S
E
E
S
H
E
E
T
8
MA
T
C
H
L
I
N
E
-
S
T
A
.
1
2
0
+
7
5
.
0
0
:
S
E
E
S
H
E
E
T
8
CITY SPECIFICATION NO.
DATE:
PR
O
J
E
C
T
T
I
T
L
E
:
SH
E
E
T
T
I
T
L
E
:
of
SHEET NO.
DESIGNED BY:
DRAWN BY:
CHECKED BY:
APPROVED BY:
SCALE:
PLAN FILE NO. / LOCATION
HN
SI
E
R
R
A
W
A
Y
S
E
W
E
R
R
E
P
L
A
C
E
M
E
N
T
HN
JY
BN
SEPTEMBER 2024
2000539
11
APPROVED: SEPT. 6, 2024
CIV I L
No. C 84733
HAI-L O N G Q.NG
U
Y
E
N
Page 72 of 717
STA. 129+97.33
(N) SSMH M11-9
RIM = 363.67'
8" IN 357.80' (NE)
8" OUT 357.70' (NW)
STA. 133+97.20
(N) SSMH 05
RIM = 390.76'
8" IN 381.89' (N)
8" OUT 381.79' (SW)
(N) 297' - 8
"
H
D
P
E
S
E
W
E
R
,
S
=
6
.
0
0
%
BY OPEN T
R
E
N
C
H
I
N
G
STA. 134+07.67
(N) SSMH 06
RIM = 390.75'
8" IN 383.56' (NE)
8" OUT 383.46' (S)
(N) 231' - 8
"
H
D
P
E
S
E
W
E
R
,
S
=
6
.
5
0
%
BY OPEN
T
R
E
N
C
H
I
N
G
(N) 26' - 8" HDPE SEWER, S = 6.00%
BY OPEN TRENCHING
(E) TS
(E) TELEPHONE
(E) 2" GAS
(E) 16" DI WATER
(E) 10" PVC WATER
(E) 12" DI WATER
(E) 6" FH
(E) TELEPHONEELHE
(E) 16" DI WATERE" W
(N) 104' - 8
"
H
D
P
E
S
E
W
E
R
,
S
=
6
.
0
0
%
BY OPEN T
R
E
N
C
H
I
N
G
STA. 132+93.49
(N) SSCO M11-4
RIM = 384.28'
8" IN 375.57' (NE)
8" OUT 375.57' (SW)
DO NOT INSTALL SSCO M11-4
IF ADDITIVE ALTERNATIVE "A"
IS AWARDED
AW
AW
AW
AW
AW
AW
AW
AW
SS
SDSDSDSDSD
S
D
S
D
SD
SD SD SD SD SD SD
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS
SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS
G
G
G
G
G
G
G
G
G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G
W
AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW
AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW AW
AW
AW
AW
AW
AW
SS SS SS
W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
W
W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W
GGGG
W W W W W W
WW
SSSS
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
G
T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T
W
W
W
W
W
W
T T T T
T
T
T
T
W
W
W
W
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
AW
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
WW
W
W
W
W
WW
W
W
W
W
W
W
W
W
W
G G G G G G G G G G G G G G G G G G G G
W
SD
SD
SD
SD
W W W
W W W W W W W W W W W W
TS TS TS TS TS TS
TS
TS
TS
TS
TS
TS TS TS TS TS TS
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T
T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T T
T T T T T
WWWWW
W
SS
SS
SS
SS
+130 00 +131 00 +132 00 +133 00 +134 00 +135 00
REPLACE DRIVEWAY RAMP
PER ENG. STD. 2110REMOVE (E) MH.
REPLACE (E) SIDEWALK,
CURB & GUTTER PER
ENG. STD. 4110
BISHOP ST
S
I
E
R
R
A
W
A
Y
REPLACE (E) CROSS
GUTTER PER ENG.
STD. 4310
REPLACE (E) SIDEWALK,
CURB & GUTTER PER
ENG. STD. 4110 (TYP.)
REPLACE DRIVEWAY RAMP
PER ENG. STD. 2110
REPLACE DRIVEWAY RAMP
PER ENG. STD. 2110
(N
)
4
1
2
'
-
8
"
H
D
P
E
S
E
W
E
R
(E
)
1
0
"
P
V
C
W
A
T
E
R
AB
A
N
D
O
N
E
D
(
E
)
8
"
P
V
C
W
A
T
E
R
(E
)
2
"
G
A
S
STA 129+97.33
(N) SSMH M11-9
RIM = 363.67'
ADD ALT. "A"
STA 133+97.20
(N) SSMH 05
RIM = 390.76'
(N) 297' - 8" HDPE SEWER
ABANDON (E) 6" VCP SEWER
(E) 12" DI WATER
ABANDONED (E) 16" CI WATER
(E) 4-2" DUCT BANK
(E) 3" GAS
(N) 297' - 8" HDPE SEWER
ABANDONED (E) 16" CI WATER
(E) 4-2" DUCT BANK
(E) 3" GAS
ABANDONED (E) 6" CI WATER ABANDONED (E) 6" CI WATER
3'
11
'
26
'
40
'
REMOVE AND REPLACE
SSMH M11-9
PER ENG. STD. 6610
8" IN 357.80
8" OUT 357.70
ABANDON
(E) SSCO
(E) 16" DI WATER (2024)
(E) 12" DI WATER
(E) 16" DI WATER (2024)
(E
)
1
6
"
D
I
W
A
T
E
R
(
2
0
2
4
)
AB
A
N
D
O
N
E
D
(
E
)
1
2
"
C
I
W
A
T
E
R
(E
)
1
0
"
P
V
C
W
A
T
E
R
(
1
9
9
9
)
(E) 12" DI WATER (1981)
(E) 3" GAS
(E
)
1
0
"
P
V
C
W
A
T
E
R
(
1
9
9
9
)
(E
)
3
"
G
A
S
AB
A
N
D
O
N
E
D
(
E
)
6
"
C
I
W
A
T
E
R
ADD ALT. "A"
STA 134+07.67
(N) SSMH 06
RIM = 390.75'
(N) 231' - 8" HDPE SEWER
ADDITIVE ALTERNATIVE "A"
(N) 26' - 8" HDPE SEWER
(E
)
1
6
"
D
I
W
A
T
E
R
(
2
0
2
4
)
AB
A
N
D
O
N
E
D
(
E
)
1
6
"
C
I
W
A
T
E
R
(
1
9
5
6
)
(E
)
2
"
G
A
S
AB
A
N
D
O
N
E
D
(
E
)
6
"
C
I
W
A
T
E
R
BISHOP ST
JO
H
N
S
O
N
A
V
E
5'
5.
7
'
7.
3
'
18
'
(E
)
T
E
L
E
P
H
O
N
E
(E
)
T
E
L
E
P
H
O
N
E
(E) 4" PRIVATE SEWER
ADDITIVE ALTERNATIVE "A"
REPLACE DAMAGED LOOP DETECTOR PER CALTRANS STANDARD
ES-5B. DAMAGED LOOP DETECTORS MUST BE REPLACED WITHIN 72
HOURS PER CALTRANS SPECIFICATIONS.
(E) TS LOOP
INSTALL (N) SSMH 05
PER ENG. STD. 6610
8" IN 381.89
8" OUT 381.79
INSTALL (N) SSMH 06
PER ENG. STD. 6610
8" IN 383.56
8" OUT 383.46
(E) 18" PVC STORM (2
0
2
4
)
(N) 104' - 8" HDPE SEWER
ADDITIVE ALTERNATIVE "A"
ADDITIVE ALTERNATIVE "A"
REMOVE AND REPLACE
SSCO M11-4
PER ENG. STD. 6710
8" OUT 375.57
STA 132+93.49
(N) SSCO M11-4
RIM = 384.28'
129+75 130+00 130+25 130+50 130+75 131+00 131+25 131+50 131+75 132+00 132+25 132+50 132+75 133+00 133+25 133+50 133+75 134+00 134+25 134+50 134+75 135+00 135+25 135+50
360
365
370
375
380
385
390
395
400
0
SCALE IN FEET
20 40
BI
S
H
O
P
S
T
R
E
E
T
10
HORIZ1" = 20'
VERT 1" = 5'
SEE SHEET 9
CITY SPECIFICATION NO.
DATE:
PR
O
J
E
C
T
T
I
T
L
E
:
SH
E
E
T
T
I
T
L
E
:
of
SHEET NO.
DESIGNED BY:
DRAWN BY:
CHECKED BY:
APPROVED BY:
SCALE:
PLAN FILE NO. / LOCATION
HN
SI
E
R
R
A
W
A
Y
S
E
W
E
R
R
E
P
L
A
C
E
M
E
N
T
HN
JY
BN
SEPTEMBER 2024
2000539
11
APPROVED: SEPT. 6, 2024
CIV I L
No. C 84733
HAI-L O N G Q.NG
U
Y
E
N
MA
T
C
H
L
I
N
E
-
S
T
A
.
1
3
5
+
5
0
.
0
0
:
S
E
E
S
H
E
E
T
1
1
MA
T
C
H
L
I
N
E
-
S
T
A
.
1
3
5
+
5
0
.
0
0
:
S
E
E
S
H
E
E
T
1
1
Page 73 of 717
STA. 136+38.71
(N) SSMH M10-11
RIM = 404.41'
6" IN 399.00' (NE)
8" OUT 398.54' (SW)
(E) 2" GAS
(N) 231' - 8
"
H
D
P
E
S
E
W
E
R
,
S
=
6
.
5
0
%
BY OPEN
T
R
E
N
C
H
I
N
G
20.02729.9519
SDSDSDSD
D
SD
SD
SD
SD
SD
SD
SSSSSSSSSS
G G G G G G
G
G
G
G
G
G
G
G
G
G
W W W W W W W W W W W W W
W
W
SS
SS
SS
SS
SS
SS
SS
SS
+136 00
+137
AB
A
N
D
O
N
(
E
)
6
"
V
C
P
S
E
W
E
R
(E
)
2
"
G
A
S
(E) 6" PVC SEWER (1999)
ADD ALT "A"
STA 136+38.71
(N) SSMH M10-11
RIM = 404.41'
INSTALL (N) SSMH M10-11
PER ENG. STD. 6610
6" IN 399.008" OUT 398.54
(N) 231' - 8" HDPE SEWER
(E) 3" GAS5'
5.
7
'
7.
3
'
18
'
(E) 12" DI WATER (1981)
ADDITIVE ALTERNATIVE "A"
135+50 135+75 136+00 136+25 136+50 136+75 137+00
380
385
390
395
400
405
410
415
420
0
SCALE IN FEET
20 40
BI
S
H
O
P
S
T
R
E
E
T
11
HORIZ1" = 20'
VERT 1" = 5'
CITY SPECIFICATION NO.
DATE:
PR
O
J
E
C
T
T
I
T
L
E
:
SH
E
E
T
T
I
T
L
E
:
of
SHEET NO.
DESIGNED BY:
DRAWN BY:
CHECKED BY:
APPROVED BY:
SCALE:
PLAN FILE NO. / LOCATION
HN
SI
E
R
R
A
W
A
Y
S
E
W
E
R
R
E
P
L
A
C
E
M
E
N
T
HN
JY
BN
SEPTEMBER 2024
2000539
11
APPROVED: SEPT. 6, 2024
CIV I L
No. C 84733
HAI-L O N G Q.NG
U
Y
E
N
MA
T
C
H
L
I
N
E
-
S
T
A
.
1
3
5
+
5
0
.
0
0
:
S
E
E
S
H
E
E
T
1
0
MA
T
C
H
L
I
N
E
-
S
T
A
.
1
3
5
+
5
0
.
0
0
:
S
E
E
S
H
E
E
T
1
0
Page 74 of 717
EXHIBIT B
Page 75 of 717
BID FORMS
All bid forms must be completed and submitted with your bid. Failure to submit these
forms and required bid bond is cause to reject the bid as nonresponsive. Staple all bid
forms together.
THE UNDFRSIGNED, agrees that they have carefully examined:
'1. the location of the proposed work
2. the plans and specifications
3. read the accompanying instructions to bidders
and propose to furnish all:
4. materials
5. labor
to complete allthe required work satisfactorily in compliance with
6. plans
7. specifications
8. special provisions
for the prices set forth in the bid item list:
BID ITEM LIST FOR SIERRA WAY SEWER REPLAGEMENT,
SPECIFICATION NO. 2000539
Item
No SSrt
Item
Description
Unit of
Measure
Estimated
Quantitv
Item Price
{ln fiqures)
Total
(in fioures)
1 7
TRAFFIC CONTROL PLAN AND
IMPLEMENTATION
LS 1 6Z,oog
2 77 POTHOLING UTILITIES L5 L A d. rvtt,
3 84 REPLACE TRAFFIC STRIPIN6 &
MARKERS
LS 1 II. Laer
4 7
COMPLY WITH NIGHT WORK
PERMIT
LS 1 ).1<o
5 7 COMPLY WITH OSHA LS 1 CLA o nb
6 77 ABANDON SEWERLINE,
MANHOLES AND FACILITIES
LS 7 6,*on
7 77 SEWER BYPASS PUMPING LS 1 51. too
8 77 GROUT (E) 6' SEWERLINE WITH
CLSM
LF 235 9o 2,t t50
g*19 ROCK EXCAVATION CY 1,000 19 11,oao
10 5,15 REPLACE MONUMENTAND
WELL
EA 6 2.Soo t5,ooo
L1 77
REMOVE EXISTIN6 SEWERLINE
AND INSTALL NEW 10' HDPE
SEWERLINE BY OPEN
TRENCHING
LF 686
3tt 2t1,346
BID FORMS
A
Page 76 of 717
BID FORMS
Item
No.SSrt
Item
Descriotlon
Unit of
Measure
Estimated
Ouantitv
Item Prics
{in fioures)
Total
(in fioures)
L2 77
REMOVE EXISTING SEWERLINE
AND INSTALL NEW 8" HDPE
SEWERLINE BY OPEN
TRENCHING
LF 3,559
3b6 1,27o,96Ll
r.3 77 INSTALL NEW SEWER MANHOLE EA 13 l3.9oo 11s,9'p^0
L4 77
INSTALL COATING ON SEWER
MANHOLE
EA t4 1.%o 1?.ooo
I)77 REMOVE EXISTING MANHOLE EA 15 3,6oo s2.5C/c,
16 77 REMOVE EXISTING AND INSTALL
NEW CLEANOUT
EA 7 Z. Aoo 25, zoo
L7 77
CONNECT EXISTING SEWER
LATERAL (4" DlA.lTO SEWER
MAIN
EA 94
I t'oo l1/,w
L8 77
CONNECT EXIsTING SEWER
LATERAL (5" TO 8" DtA.)TO
SEWER MAIN
EA 3
3,qoo I D, ZOO
t9 73 RgPLACE DRIVEWAY RAMP PER
ENG, STD.2110
SQFT 450 9t t9, qgo
20 73
REPLACE DRIVEWAY PER DETAIL
A, SHEET 7
SQFT 672 z1 t4.tqq
7t 73 REPLACE SIDEWALK PER ENG.
sTD,4110
SQFT 136 zal t ,9).1
22 73
REPLACE CURB AND GUTTER
PER ENG. STD.4O3O
LF 68 t18 lZt to q
23 73 REPLACE SPEED TAELE PER ENG
sTD, 7325
SQFT 1,200 ,s t4,mo
24 73
REPLACE CROSS GUTTER PER
ENG. STD.4310 SQFT L80 51 I at 6LO
25 77
REMOVE EXISTING AND INSTALL
NEW 4" SEWER LATERAL (2049
SIERRA WAY}
LF 62
tg6 1,etz
26 77 REPLACE (E) FENCE t2049
SIERRA WAY}
LF z0 Locl 4 .o(r>
27 2A
RESTORE (E} LANDSCAPING AND
tRRTGATTON {2049 SIIBRA WAY)
LS 1 4, toct
28*77 RE-GRADE SEWER LATERAL
BEYOND 5 FEET
LF 200 loo '?D,6o
29*39,96 PAVING GRID SQYD 100 5z 6,zno
Base Bld $ 2,4o7, (64
30 7
TRAFFIC CONTROL PLAN AND
IMPLEMENTATION
LS L 39,w
31 77 POTHOLING UTILITIES LS 1 2a e)O
BID FORMS
B
Page 77 of 717
BID FORMS
Item
No.SSrrr
Item
Descilption
Unit of
Msasure
Estirnated
QuantiCI
Item Price
{in floures)
Total
{in fiqures}
32 84 REPLACE TRAFFIC STRIPIN6 &
MARKTRS
LS L 7, 9.oet
33 7
COMPLYWITH NIGHTWORK
PERMIT
LS L 7,1oo
34 7 COMPLY WITH OSHA LS 1 4, too
35 77 ABANDON SEWERLINE,
MANHOLES AND FACILITIES
LS L 8.zoo
36 77 SEWER BYPASS PUMPING LS L I 4. Coo
37 77
REMOVE EXISTING SEWERLINE
AND INSTALL N€W 8'' HDPE
SEWERLINE BY OPEN
TRENCHING
LF 351
9t"s 203, 1 66
38 77 INSTALL NEW SEWER MANHOLE EA 3 12,6oo 77.%O
39 77 INSTALL COATING ON SEWER
MANHOLE
EA 3 3,1oo ll . too
40 77 REMOVE EXISTING MANHOLE EA 1 3, Soo 3,5oo
41 84 REPLACE LOOP DECTECTORS EA 2 l.'19c ?, soo
Additlve Alternative A $ 396, l Le
Total Project Bid = (Base Bid + Additive Alternative A)$ 2,-7c6,/q?
Company Name: Specialty Construction, Inc.
to section in the Standard in the Special required
work.
* Bid ilem exempt from Section S-1 .068 and 9-1.06C of the Standard Speciflcations. The unlt price wlll not be adiusted
regardless of the final bid item quantity.
BID FORMS
C
Page 78 of 717
BID FORMS
LIST OF SUBCONTRACTORS
Pursuant to Section 4100 of the Public Contracts Code and section 2-1.33C of the
standard specifications, the Bidder is required to furnish the following information for each
Subcontractor performing more than 112 percent (0.5%) of the total base bid. Do not list
alternative subcontractors for the same work. Subcontracting must not total more than
fifty percent (50%) of the submitted bid except as allowed in section 5-1.13 of the standard
specifications.
For Streets & Highways projects, subcontractors performing less than ten thousand dollars
($10,000) worth of work need not be mentioned. Subcontractors required to pay
prevailing wage, must be registered with the Department of lndustrial Relations
pursuant to Labor Code section 1725.5 to be listed.
NOTE: lf there are no subcontractors, write "NONE" and submit with bid.
License Number
774055
DIR Public
Works
Reglskatlon
Number
1000008879
Address and Phone
Numberof Office, Mill or
Shop
5841 Engineer Drive
Specific
Description of
Subcontract
manhole lining
a/a of
Toial
Base
gid
Name Under Whlch
Subcontractor is Licensed
Sancon Technologies, lnc.
Cell-Crete Corporation 243404 1 000000262
Huntington Beach CA 92649
714-891-2323
135 E Railroad Avenue grout sewer line less than 1%
Monrovia, CA 91016
626-357-3500
Toste Construction, lnc.879465 1 000001 378 2651 Green Place striping less than 1olo
Arroyo Grande CA 93420
Attach additional sheets as needed.
BID FORMS
D
Page 79 of 717
BID FORMS
PUBLIC CONTRACT CODE SECTION {0285.1 STATEMENT
ln compliance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the
bidder hereby declares under penalty of perjury under the laws of the $tate of California
that the bidder, or any subcontractor to be engaged by the bidder, has
-,
has not
x been convicted within the preceding three years of any offenses referred to in that
section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in
violation of any state or federal antitrust law in connection with the bidding upon, award
of, or performance of, any public works contract, as defined in Public Contract Code
Section 1101, with any publicentity, as defined in Public Contract Code Section 1100,
including the Regents of the University of California or the Trustees of the California State
University. The term "bidder" is understood to include any partner, member, officer,
director, responsible managing officer, or responsible managing employee thereof, as
referred to in Section 10285.1.
NOTE: The bidder must place a check mark after "has" or "has not" in one of the blank
spaces provided. The above Statement is part of the Bid. Signing this Bid on the signature
portion constitute signature of this Statement. Bidders are cautioned that making a false
certification may subject the certifier to crirninal prosecution.
PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE
ln compliance with Public Contract Code Section 10162, the Bidder must complete, under
penalty o{ perjury, the following questionnaire:
Has the bidder, any officer of the bidder, or any employee of the bidder who has a
proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented
from bidding on, or completing a federal, stiate, or local government project because of a
violation of law or a safety regulation?
_Yes * No
lf the answer is yes, attach a letter explaining the circumstances
PUBLIC CONTRACT COOE SECTION 10232 STATEMENT
ln compliance with Public Contract Code Section 1Q232, you hereby state under penal$ of
perjury, that no more than one final unappealable finding of contempt of court by a federal
court has been issued against you within the immediately preceding two-year period
because of your failure to comply with an order of a federal court which orders you to comply
with an order of the National Labor Relations Board.
LABOR CODE SECTION 1725,5 STATEMENTS
The bidder has delinquent liability to an employee or the state for any assessment of back
wages or related damages, interest, fines, or penalties pursuant to any final judgment,
order, or determination by a court or any federal, state, or local administrative agency,
including a'confirmed arbitration award. Any judgment, order, or determination that is
BID FORMS
E
Page 80 of 717
BID FORMS
under appeal is excluded, provided that the contractor has secured the payment of any
amount eventually found due through a bond or other appropriate means.
Yes No
The bidder is currently debarred under Section 1777.1or under any other federal or state
law providing for the debarment of contractors from public works.
Yes No
NOTE: The above Statements and Questionnaire are part of the Bid. Signing this Bid on
the signature portion constitute signature of this Statement and Questionnaire. Bidders are
cautioned that making a false certification may subject the certifier to criminal prosecution.
BID FORMS
F
x
x
Page 81 of 717
BID FORMS
N ON.COLLUSION DECLARATION
t,C. Bachmann declare that
lam President/Secretary of Soecialw Construction, Inc.
the pafi making the foregoing bid that the bid is not made in the interest of, or on behalf
of, any undisclosed person, partnership, company, a$sociation, organization, or
corporation; that the bid is genuine and not collusive or sham; that the bidder has not
directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and
has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or
anyone else to put in a sham bid, or that anyone refrained from bidding; that the bidder has
not in any manner, directly or indirectly, sought by agreement, communication, or
conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any
overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure
any advantage against the public body awarding the contract of anyone interested in the
proposed contract; that all statements contained in the bid are true; and, further, that the
bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof,
or the contents thereof, or divulged information or data relative thereto, or paid, and will not
pay, any fee to any corporation, partnership, company association, organization, bid
depository, or to any member or agent thereof to effectuate a collusive or sham bid.
Executed ofl october 2 ,20?q ., i;'1 San Luis obispo, California
I declare under penalty of perjury under the laws of the State of California that the foregoing
is true and correct.
(Signature and Title of Declarant)
isHAr-]
Subscribed and sworn to before me
this day of
-,24--
SEE ATTACHED ruRAT
Notary Public
Company Noll1ol Specialty Construction, Inc..
BID FORMS
G
Page 82 of 717
CALIFORIII,A JUFAT IIUITH AFFIAI{T STATEMEilT GOVERNMENT CODE S 8202
E See Attached Document (Notary to cross out lines 1-6 below)I See Statement Below (Lines 1-6 to be completed only by document signer[s], nof Notary)
I
i;
-""
)t
Signature of Document Eigner No. 1 Srgnature of Document Signer No. 2 (if any)
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California Subscribed and sworn to (or affirmed) before me
County e1 f,an Luis Obispo
on this Znd day of October ,
Month
20_4.*
Year
@"
by Date
(1 1 Rudolph C. Bachmann
(and (2) N/A. ),
Name(s) of Signe(s)
proved to me on the basis of satisfactory evidence
to be the person(s) who appeared before me.
SHERIA. SIIAflSIIN
Notary Public - Crlilornlr
San Lulr Oblrpo County
Commls3lon I X15Zr12
Comm. Expker llar 21, 7025
Signature
Signature of Public
Sea/
Place Notary SealAbove
- OPNANA
Though fhis secfion is optional, compteting this informatian can deter altention of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached DR""uB?,TI"n
Declaration (Sierra way sewer
Title or Type Of DOCUment: Bgplegqmqnt, City of San Luis Obispo)
(
Number of Pages: 1 Signer(s) OtherThan Named Above:N/A.
Document Date:r010212024
Page 83 of 717
BID FORMS
BIDDER ACKNOWLEDGEMENTS
By signing below, the bidder acknowledges and confirms that this bid is based on the informalion contained
in all contradt documents, including lhe notice to bidders, plans, specifications, special provisions, and
addendum number(s) . (Note: You are responslble to verify the number of
addenda prior to the bid opening.)
The undersigned further agrees that in case of default in executing the required contract, with necessary
bonds, within eight days, (not including Saturdays, Sundays, and legal holidays), after having received a
mailed notice lhat the contract is ready for signature, the proceeds of the check or bond accompanying his
bid will become the property of the City of San Luis Obispo.
Licensed in accordance with an act providing for the registration of contractors, License Ns.61936! Expiration
Date 2/2812025
The above slatement is made under penalty of perjury, and any bid not containing this information "will be
considered non-responsive and will be rejected" by the Ci$.
Signature of Bidder \
Rudolph C.President/Secretary
(Print Name and Title of Bidder)
DIR- Public Works
Registration Nor looooool28
Business Name (DBA):Specialty Construction, Inc.
Ownerilegal Name: SpecialtyConstruction,Inc.
lndicateOne: -!$qle-Brgprieter . l--l^Partnership EOorporation
Rudolph C. Bachlnam, President / Secretary
List Partners/Corporate Officers
Jeffery W. Martin, Senior Vice President
Dominic DePalma. Vice President / Ooerations SrnfA RArhara Office
Name Title
Kirk Wheeler, Vice President / Operations Mmager, San Luis Obispo Office
Nathan L. Agin, Vice President / Business Development Manager
Thomas A, Seidel, Vice President / Civil Division Manager
Name Title
Thomas J. McBryde, Vice President / Telecomunications Division Manager
Rnrce Rav ChiefFinanciql Officer
Name Title
Business Address 645 Clarion Ct., San Luis Obispo, CA 93401
Street Address 645 Clarion Ct., San Luis Obispo, CA 93401
Mailing Address 645 Clarion Ct.
City, State, Zip Code San Luis Obispo, CA 93401
Phone Number (805) 543-1706
Fax Number (80s) s43-1722
Address tseidel@speciatlvconstruction.comEmail
Date 101312024
BID FORMS
H
Page 84 of 717
BID FORMS
QUALIFICATIONS
Failure to furnish cornplete reference information ON THIS FORM, as specified in this
project's Notice to Bidders and indicated below, is cause to reject the bid. Additional
information may be attached but is not a substitute for this form.
N 1
Reference Number 2
Reference Number 3
Customer Name & Contact lndividual
City of San Luis / Dan VanBeveren
.org
Email
783-77|s I
ress):
Jennifer Street Sewer Line
Project Name (Site
Did this project install a minimum of
1,500 LF of sewerline by open
lrenching within public roadways?Yesm Non
Was this contract for a public agency?Yesm Non
Describe the services provided and how this project is similar io
that which is being bid:
Abandonment of existing municipal sanitary sewer lines and installation
of a new sewer gravity line.
Date project completed: 09t20t7
Customer Narne & Contact lndividual
City of Atascadero / Ryan Hayes
Telephone & Email
(805) 47 0-3424 / rhayes@atascadero.org
Project Name (Site Address):
Traffic Way Sewer Improvements
Did this project install a minirnum of
1,500 LF of sewerline by open
trenching within public roadways?
Yesm Noa
Describe the services provided and how this project is similar to
that which is being bid: Construction of approximately 5,500 linear feet of
new sanitary sewer, ranging in size from 8- to 2l-inches in diameter, within the
public right of way of Traffic Way, and on properties owned by the City of
Atascadero including the Lift Station No. 6 site, and the Colony Park
Community Center. The project also includes abandonment of existing sewers
and partial resurfacing of paved roads along the project alignment.
Date proiect completed: 09 129 12022
Was this contract for a public agency?
Yesu Nou
Customer Narne & Contact lndividual
City of Bakersfield / Gilbed Vega
Telephone & Email
(661) 326-3459 / gvega@bakersfi eldcity.us
Project Name (Site Address):
Sanitary Sewer Relocation for Centennial Conidor
Did this project install a minimum of
1,500 LF of sewerline by open
trenching within public roadways?
Yess Noo
Describe the services provided and how this project is similar to
that which is being bid:Relocation and removal of sewer facilities
necessary to accommodate the Centennial Corridor Project and
installation of new facilities as needed to complete the sewer system
based on a new configuration.
Date proiect completed: 4/20 I 8
Was this contract for a public agency?Yesm Non
BID FORMS
I
Page 85 of 717
BID FORMS
AfiACH BIDDER'S BOND TO ACCOMPANY BID
Know all rnen by these presents:
That we Snecialtv Construction. Lrc.AS PRINCIPAL, and
Harco National Insurance Companv AS SURETY, are held and firmly
bound unto the City of San Luis Obispo in the sum of:
ten percent of the amount bid---------- Dollars 10%--------to be paid to
said City or its certain attomey, its successors and assigns; for wh ich payment, well and truly to be made, we
bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by
these presents:
THE CONDITION OF THIS OBLIGATION lS SUCH, that if the certain bid of the above
bounden Specialty Construction, Inc.
to construct Sierra Way Sewer Rep]qeqqglt, QpgciJication No. 20!@39
(insert name of street and limits to be improved or project)
dated October 3,2024 is accepted by the City of San Luis Obispo, and if the above
bounden SpecialtyConstruction,Inc., his heirs , executors,
administrators, successors, and assigns shall duly enter into and execute a contract for such construction and
shall execute and deliver the two bonds described within ten (10) days (not including Saturdays, Sundays, or
legal holidays) after the above bounden,
Specialty Construction, [nc., has received notice by and from the
said City of San Luis Obispo that said contract is ready for execution, then this obligation shall become null
and void; othenvise, it shall be and remain in full force and virtue.
tN wtTNESs wHEREoF, we hereunto set our hands and seals thisltlbo"v o?"t*bi'zo4-
Bldder Principal: Specialty Construction, Inc.
T<p3\ff-1.0/2/2024
Signatu(eludolph C. Bachmann
Title; P rYsid ent/S ecretary
Surety:
Date
hrsurance Company
Charles M. Griswold, Attorney-Lr-Fact
Bidde/s signature is not required to be notarized. Surety's signature must be notarized
Equivalent form may be substituted
(Rdv.6-3G14)
BID FORMS
J
Page 86 of 717
CALIFORNIA ALL.PURPOSE AGKI{OWLEDGISETIT ctvtl coDE s 1189
A notary publlc or other oflicer completlng thls csllflcate vsrlfl€o only the ldentlty of ths lndlvidual who signed the
docurnent to whlch this certificate ls attached, and not the truthfulness, accuracy, or validity of that docurnent.
State of Galifornia
County of Santa Clara
On September 78,2024 before me,P. K. Simicich, Notarv Public
Date
personally appeared
Herc lnsert Name and Title of the Officer
Charles M. Griswold
Narne(s) of Sigrre(s)
who proved to me on the basis of satisfactory widence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowldged to me that he/she/they executed the same in
hiVher/their authorized capacity(es), and that by hiVher/their signature(s) on the instrument the person(s),
or the entity upon behalf of which the person(s) ac'ted, executed the instrument.
I certiff under PENALTY OF PERJURY under the laws
of the State of Galifornia that the foregoing paragraph
is true and correct.
@_
P. K. SlMlclcH W|'|-NESS my hand
4
Signature
Signatue of Nobry Public
Plae Notary Seal Above
OPfi'ONAL
Though lhrb secfibn is optional, completing this information can deter altention of the document or
fmudulent rcattachmqtt of this form to an uninEnded document.
Descriplion of Attached Document
Title or Type of Document:Document Date:
Number of Pages: Signe(s) Other Than Named Above:
Capcity(ies) Glaimed by Signe(s)
Signer's Name:Signer's Name:
tr Corporate Officer - Title(s):n Corporate Officer - Title(s):
E Partner - tl Limited flGeneral tr Partner - I Limited E General
tr lndividual tr Attorney in Fact tr lndividual n Attorney in Fact! Trustee ! Guardian or Gonservator flTrustee ! Guardian or Conservator
tr Other:! Other:
Signer ls Repreeenting Signer ls Representing
@2014 National Notary Association . www.NationalNotary.org . 1-800-US NOTARY (1-800-876-6824 ltem #5907
Page 87 of 717
POWER OF ATTORNEY
HARCO NATIONAL INSURANCE COMPANY
INTERNATIONAL FIDELITY INSURANCE COMPANY
Member companies of IAT lnsurance Group, Headquartered: 702 Oberlin Road, Raleigh, North Garolina 27605
KNOW ALL MEN BY THESE PRESENTS: That HARCO NATIONAL INSURANCE COMPANY, a corporation organized and existing under the laws of
the State of lllinois, and INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing under the laws of the State of New
Jersey, and having their principal offices located respectively in the cities of Rolling Meadows, lllinois and Newark, New Jersey, do hereby constitute and
appoint
VINCENT M. SCOLARI, DAVID J. BACHAN, CHARLES M, GRISWOLD, WENDY R. PASTORA, PATRICIA K,
SIMICICH, YESENIA RIVERA
Watsonville, CA
their true and lavvful attorney(s)-in-fact to execute, seal and deliver for and on its behall as surety, any and all bonds and undertakings, contracts of
indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract
or otherwise, and lhe execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL
INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had
been duly executed and acknowledged by their regularly elected officers at lheir principal offices.
This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By-Laws of HARCO NATIONAL INSURANCE COMPANY
and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of
Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 1 3th day of December, 2018 and by the Board of
Directors of HARGO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December, 2018.
"RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President, Senior Vice President, Vice President, or Secretary of the
Corporation shall have the power to appoint, and to revoke the appointments of, Attorneys-in-Fact or agents with power and authority as defined or limited
in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporalion's seal thereto, bonds, undertakings,
recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and (2) any such Offlcers of the Corporation
may appoint and revoke the appointments ofjoint-control custodians, agents for acceptance of process, and Attorneys-in-fact with authority to execute
waivers and consents on behalf of the Corporation; and (3) the signature of any such Officer of the Corporation and the Corporation's seal may be affixed
by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written
obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the
Corporation as the original signature of such ofiicer and the original seal of the Corporation, to be valid and binding upon lhe Corporation with the same
force and effect as though manually affixed."
IN WTNESS WHEREOF, HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL
FIDELIW INSURANCE COMPANY have each executed and attested these presents
on this 31st day of December, 2018
Bond # Bid Bond
STATE OF NEW JERSEY
County of Essex
STATE OF ILLINOIS
County of Cook
t
Executive Vice President, Harco National lnsurance Company
and lnternational Fidelity lnsurance Company
On this 31st day of December, 2018 , before me came the individual who executed the preceding instrument, to me personally known, and,
being by me duly sworn, said he is the therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and
INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies; that the
said Corporate Seals and his signature were duly affixed by order of lhe Boards of Directors of said Companies.
*ta:i*$gs:j
lN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark,
New Jersey the day and year first above written.
Jt"fuL.0*j
Shirelle A. outley a Notary Public of New Jersey l/
My Commission Expires April 4,2023
CERTIFICATION
l, the undersigned officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certi!
that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the By-Laws of said Companies as set
forth in said Power of Atlorney, with lhe originals on file in the home office of said companies, and thal the same are correct transcripts thereol and of the
whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect.
lN TESTIMONY WHEREOF, I have hereunlo set my hand on this day, September 18,2024
ETIl
tcH
SEAL
I 0ta
A01756
lrene Martins, Assistant SecretaryPage 88 of 717
BID FORMS
ATTACH BIDDER'S BOND TO ACCOMPANY BID
Know all men by these presents:
That we , AS PRINCIPAL, and
AS SUREry, are held and firmly
bound unto the City of San Luis Obispo in the sum of:
Dollars to be paid to
said City or its certain attorney, its successors and assigns; forwhich paynent, well and truly to be made, we
bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, flrmly by
these presents:
THE CONDITION OF THIS OBLIGATION lS SUCH, that if the certain bid of the above
bounden
to construct
dated
-
is accepted by the City of San Luis Obispo, and if the above
bounden , his heirs, executors,
administrat for such construction and
shall execute and deliver the two bonds described within ten (10) days (not including Saturdays, Sundays, or
legal holidays) afterthe above bounden,
has received nolice by and fom the
said City of San Luis Obispo that said contract is ready for execution, then this obligation shall become null
and void; othenruise, it shall be and remain in full force and virtue.
lN WITNESS WHEREOF, we hereunto set our hands and seals this
-
day of
-,
20-'
Bidder Principal:
Signature Date
Surety:
Bidde/s signature is not required to be notarized. Surety's
Equivalent fom may be substituted
(Rev.6-3&14)
Title
BID FORMS
J
Page 89 of 717
sF:clALrY c0l{srRucrroN
Unanimous Written Consent of Directors
ln Lieu of Meeting of The Board of Directors
Specialty Construction, lnc.
The undersigned, being the directors of the corporation, acting pursuant to the
authority of section 307 of the California General Corporations Law, hereby adopt
the following recitals and resolutions, effective on the date set forth below.
WHEREAS, it is contemplated that the corporation will enter into contracts
with third parties in conducting the business of the corporation, it is
RESOLVED, that Rudolph C. Bachmann, President of corporation, is
hereby authorized to sign any and all contracts for and on behalf of the
corporation.
Rudolp Bachmann
Director
Dated: January 1,2014
License A, B 619361
645 Clarion Court * San Luis Obispo, CA 93401
Telephone: 805/543-1706 * Administrative Fax:8051543-1712 * Estimating Fax:8151543-1722
Page 90 of 717
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certification is attached, and not the truthfulness, accuracy, or validity ofthat document.
State of California
County of San Luis Obispo
)
)
AnMay 25.2017 before me, Traci L Huss, notary public, personally appeared Rudolph C.
Bachmann, who proved to me on the basis of satisfactory evidence to be the pemon whose n:rme
is subssribed to the within inskument and acknowledged to me that he exesuted the same in his
authorized capacity and that by his signature on the instrument the person, or the entity upon
behalf of which the person acted, executed the instrument.
I eertify under PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph is true and correct.
WITNESS my hand and official seal.
L.
Commlsslor # 2099360
ilotary Pub[c - oalllornia
San luls 0blspo Counly
Comni.Fab
Notary Signature
Unanimous Written Consent of Directors dated 0I/01/2014
Page 91 of 717
T.-;: CONTRACTORSI-II_.d STATE LICENSE BOARD
F.."**rrtc€dF {116 ACTIVE LICENSE
i-rcensee Slgna&te
@
4.w9Hffi
***n**6{9361 **coRP
B!'d",N.- SPECIALTY CONSTRUCTION INC
"**u*,rA B HAZ
ErDdrsod.AZl28i2A25 www.cslb.cagov
Any change of bug,ness address/nafre must be reporied tc the Regisfar within 90 days.Iiis liBenss iE not ransfearable. and shall be returnsd to th€Regislrarupon demand when $usp€ndad,rcvoted. or invalidatod for any rcason.this pocket cald ts valid the expimtion date only.throitgh
ii founci, orop in any maiilDx,
P6tag€ g0aranFed bvr
Csntracbrs State Ltense i3oard
P.O. Bor 26@0, Sacrarnento CA 95826
Page 92 of 717