Loading...
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