Loading...
HomeMy WebLinkAbout2015-12-16 PacketCITY OF UKIAH CITY COUNCIL AGENDA Regular Meeting CIVIC CENTER COUNCIL CHAMBERS 300 Seminary Avenue Ukiah, CA 95482 December 16, 2015 6:00 p.m. ROLL CALL 2. PLEDGE OF ALLEGIANCE 3. PROCLAMATIONS /INTRODUCTIONS /PRESENTATIONS a. Outgoing Mayor Presentation and Dais Seating Changes. 4. PETITIONS AND COMMUNICATIONS 5. APPROVAL OF MINUTES a. Minutes of December 2, 2015, a Regular Meeting. 6. RIGHT TO APPEAL DECISION Persons who are dissatisfied with a decision of the City Council may have the right to a review of that decision by a court. The City has adopted Section 1094.6 of the California Code of Civil Procedure, which generally limits to ninety days (90) the time within which the decision of the City Boards and Agencies may be judicially challenged. 7. CONSENT CALENDAR The following items listed are considered routine and will be enacted by a single motion and roll call vote by the City Council. Items may be removed from the Consent Calendar upon request of a Councilmember or a citizen in which event the item will be considered at the completion of all other items on the agenda. The motion by the City Council on the Consent Calendar will approve and make findings in accordance with Administrative Staff and /or Planning Commission recommendations. a. Report of Disbursements for the Month of November 2015. b. Proposed Increase in Hourly Rates for Boutin Jones, Inc., Special Counsel to the City in UVSD v. Ukiah. c. Adoption of Resolution Authorizing Contract for Bond and Disclosure Counsel Services and Underwriter Services for the Upcoming Refunding of 2005 Water Bonds. d. Authorization to Contract for an Administrative Hearing Officer as Defined in Section 3451 and 3456A of the Ukiah City Code for Appeals of Abatement of Public Nuisances. e. Notification of Acquisition of Professional Services from Emmett Jones in the Amount Not to Exceed $19,500 for Management Advisory Services Related to the 2017 Solid Waste Rate Setting. f. Award of a Two Year Contract to Ukiah Waste Solutions, Inc. for Biosolids Removal from the Waste Water Treatment Plant. 8. AUDIENCE COMMENTS ON NON - AGENDA ITEMS The City Council welcomes input from the audience. If there is a matter of business on the agenda that you are interested in, you may address the Council when this matter is considered. If you wish to speak on a matter that is not on this agenda, you may do so at this time. In order for everyone to be heard, please limit your comments to three (3) minutes per person and not more than ten (10) minutes per subject. The Brown Act regulations do not allow action to be taken on audience comments in which the subject is not listed on the agenda. 9. COUNCIL REPORTS 10. CITY MANAGER /CITY CLERK REPORTS 11. PUBLIC HEARINGS (6:15 PM) 12. UNFINISHED BUSINESS a. Receive Status Report, Consider Alternatives and Provide Direction Regarding the Sphere of Influence Update Project. b. Approve the City Council's Strategic Plan and Schedule Workshops Related to Public Infrastructure. c. Authorize the Director of Public Works /City Engineer to Execute the Settlement Agreement and Stipulation for Entry of Administrative Civil Liability Complaint for the North Coast Regional Water Quality Control Board for Fines Levied at the Waste Water Treatment Plant. d. Reject Bids Received for the Installation of Replacement Well 4 and New Water Well 9, Specification No. 14 -05. 13. NEW BUSINESS a. Appointments and Discussion Regarding 2016 Council Assignments; and Consideration of Disbandments and Modifications to City Council Committees and Ad Hocs. b. Facility Security and Access (Cardlock) Control System Phase I Capital Project Authorization to Purchase System and Installation from Gaynor Telesystems, Inc. in the Amount of $33,453 and Approve Corresponding Budget Amendment. c. Consideration of Phase Two of Reorganization Plan for the City Manager Transition and Approve the Corresponding Budget Adjustments to be Incorporated into the Fiscal Year 15/16 Budget at Mid -Year Along with Authorization to Recruit a Community Services Administrator. d. Award Purchase of A New Vactor Truck to Owen Equipment for the Water and Sewer Departments in the Total Amount of $423,110.94 and Approve Corresponding Budget Amendment and Transfer. e. Approve Purchase of EMC Isilon "NAS" for Local Police Archival Video Storage and to Microsoft Azure, Using Native Isilon Cloud Pool Technology in the Amount of $86,852, Payable To EMC Corporation and Approve Purchase of Additional Storage for Pelco Video Security Surveillance System, in the Amount of $33,273, Payable to Gaynor Telesystems Inc. f. Award of Bid for Renovation of the Oak Manor Park Picnic Area in the Amount of $84,200 to Siri Grading & Paving, Inc. Funded by the Prop 1 c Housing Related Parks Program Grant. 14. CLOSED SESSION — Closed Session may be held at any time during the meeting. a. Conference with Legal Counsel — Anticipated Litigation Significant exposure to litigation pursuant to Gov't Code 54956.9 (1 case) b. Conference with Legal Counsel — Existing Litigation (Cal. Gov't Code Section 54956.9(d)(1)) Name of case: City of Ukiah v. Questex, LTD, et al, Mendocino County Superior Court, Case No. SCUK- CVPT -15 -66036 c. Conference with Legal Counsel — Existing Litigation (Government Code Section 54956.9(d)(1)) Name of case: Ukiah Valley Sanitation District v. City of Ukiah, Mendocino County Superior Court Case No. SCUK- CVC -13 -63024 d. Conference with Labor Negotiator (Government Code Section 54957.6) Agency Representative: Sage Sangiacomo, City Manager Employee Organizations: All Bargaining Units 15. ADJOURNMENT Please be advised that the City needs to be notified 72 hours in advance of a meeting if any specific accommodations or interpreter services are needed in order for you to attend. The City complies with ADA requirements and will attempt to reasonably accommodate individuals with disabilities upon request. Materials related to an item on this Agenda submitted to the City Council after distribution of the agenda packet are available for public inspection at the front counter at the Ukiah Civic Center, 300 Seminary Avenue, Ukiah, CA 95482, during normal business hours, Monday through Friday, 8:00 am to 5:00 pm. I hereby certify under penalty of perjury under the laws of the State of California that the foregoing agenda was posted on the bulletin board at the main entrance of the City of Ukiah City Hall, located at 300 Seminary Avenue, Ukiah, California, not less than 72 hours prior to the meeting set forth on this agenda. Dated this 11th day of December, 2015. Kristine Lawler, City Clerk Agenda Item 5a CITY OF UKIAH CITY COUNCIL MINUTES Regular Meeting CIVIC CENTER COUNCIL CHAMBERS 300 Seminary Avenue Ukiah, CA 95482 December 2, 2015 6:00 p.m. 1. ROLL CALL Ukiah City Council met at a Regular Meeting on December 2, 2015, having been legally noticed on November 25, 2015. Mayor Crane called the meeting to order at 6:04 p.m. Roll was taken with the following Councilmembers Present: Maureen Mulheren, Kevin Doble, Jim O. Brown, Vice Mayor Scalmanini and Mayor Crane. Staff Present: Sage Sangiacomo, City Manager; David Rapport, City Attorney; Kristine Lawler, City Clerk; and Ashley Cocco, Deputy City Clerk. MAYOR CRANE PRESIDING. 2. PLEDGE OF ALLEGIANCE 3. PROCLAMATIONS /INTRODUCTIONS /PRESENTATIONS a. Review the City Council's Strategic Plan and Process — Public Works, Planning and Community Development, and Administration. Presenters: Sage Sangiacomo, City Manager and Shannon Riley, Senior Management Analyst. Report was received. 4. PETITIONS AND COMMUNICATIONS Presenter: Mayor Crane. 5. APPROVAL OF MINUTES a. Minutes of November 12, 2015, a Special Meeting. b. Minutes of November 18, 2015, a Regular Meeting. Motion /Second: Mulheren /Brown to approve the minutes of November 12, 2015, a Special Meeting, and November 18, 2015, a Regular Meeting, as submitted. Motion carried by the following roll call votes: AYES: Mulheren, Doble, Brown, Scalmanini, and Crane. NOES: None. ABSENT: None. ABSTAIN: None. 6. RIGHT TO APPEAL DECISION 7. CONSENT CALENDAR a. Approval of Contract (COU No. 1516 -139) with Jack Henry & Associates, Inc., Profit Stars Division, for RemitPlus Software and Services — Finance. Staff Comment: Jan Newell, Finance Controller. Motion /Second: Brown /Dobleto approve Consent Calendar Items 7a, as submitted. Motion carried by the following roll call votes: AYES: Mulheren, Doble, Brown, Scalmanini, and Crane. NOES: None. ABSENT: None. ABSTAIN: None. 8. AUDIENCE COMMENTS ON NON - AGENDA ITEMS Wage 1 of 4 City Council Minutes for December 2, 2015, Continued: Page 2 of 4 9. COUNCIL REPORTS Presenters: Councilmembers Mulheren, Brown, and Vice Mayor Scalmanini. 10. CITY MANAGER /CITY CLERK REPORTS Presenters: Sage Sangiacomo, City Manager and Sean White, Water and Sewer Director. 11. PUBLIC HEARINGS — 6:15 P.M. 12. UNFINISHED BUSINESS a. Award Contract to Gregg Simpson Trucking in the Amount of $136,734.63 for the Construction of the Crosswalk and Pedestrian Improvements on North State Street at Garrett Drive and Authorize Corresponding Budget Amendment — Public Works. Presenters: Tim Eriksen, Public Works Director /City Engineer and Mary Horger, Purchasing Supervisor. Motion /Second: Brown /Scalmanini to award contract (COU No. 1516 -140) to Gregg Simpson Trucking in the amount of $136,734.63 for the construction of the crosswalk and pedestrian improvements on North State Street at Garrett Drive and authorize corresponding budget amendment. Motion carried by the following roll call votes: AYES: Mulheren, Doble, Brown, Scalmanini, and Crane. NOES: None. ABSENT: None. ABSTAIN: None. b. Approve Plans and Specifications for Grace Hudson Museum Outdoor Classroom and Boardwalk Spec No. 15 -16 — Community Services. Presenters: Katie Marsolan, Project Analyst and Sherri Smith - Ferri, Museum Director. Motion /Second: Doble /Brown to approve plans and specifications for Grace Hudson Museum Outdoor Classroom and Boardwalk Spec No. 15 -16. Motion carried by the following roll call votes: AYES: Mulheren, Doble, Brown, Scalmanini, and Crane. NOES: None. ABSENT: None. ABSTAIN: None. C. Award of Contract to SHN Engineers and Geologists for Construction Management and Inspection Services for the North State Sewer Main Improvement Project in the Amount of $29,815 and Corresponding Budget Amendment — Public Works. Presenter: Tim Eriksen, Public Works Director /City Engineers. Motion /Second: Doble /Brown to award contract (COU No. 1516 -141) to SHN Engineers and Geologists for construction management and inspection services for the North State Sewer Main Improvement Project in the amount of $29,815 and corresponding budget amendment. Motion carried by the following roll call votes: AYES: Mulheren, Doble, Brown, Scalmanini, and Crane. NOES: None. ABSENT: None. ABSTAIN: None. 13. NEW BUSINESS a. Appointment of New Mayor and Vice Mayor — City Clerk Presenter: Kristine Lawler, City Clerk. Motion /Second: Crane /Mulheren to nominate and appoint the positions of Mayor Scalmanini and Vice Mayor Brown for 2016 for seating at the December 16, 2015, Regular Council Meeting. Motion carried by the following roll call votes: AYES: Mulheren, Doble, Brown, Scalmanini, and Crane. City Council Minutes for December 2, 2015, Continued: NOES: None. ABSENT: None. ABSTAIN: None. Page 3 of 4 Staff Comment: City Manager Sangiacomo announced the Mayor's Reception is to take place at 5:30 p.m., December 16, 2015, in the Civic Center Lobby. b. Status Report Regarding the Work of the Shopping Cart Ad -Hoc Committee — Planning and Community Development. Presenters: Councilmembers Mulheren and Brown. Motion /Second: Doble /Scalmanini to approve disbandment of the Shopping Cart Ad Hoc. Motion carried by the following roll call votes: AYES: Mulheren, Doble, Brown, Scalmanini, and Crane. NOES: None. ABSENT: None. ABSTAIN: None. d. Adoption of Resolution Approving 2015 -2018 Memoranda of Understanding for the Miscellaneous, Water Utilities- Mechanics, and Department Head Bargaining Units — Department of Human Resources and Administration. Presenter: Melody Harris, Human Resources Director. Motion /Second: Brown / Doble to adopt Resolution (2015 -48) approving 2015 -2018 Memoranda of Understanding for the Miscellaneous, Water Utilities /Mechanics, and Department Head Bargaining Units. Motion carried by the following roll call votes: AYES: Mulheren, Doble, Brown, Scalmanini, and Crane. NOES: None. ABSENT: None. ABSTAIN: None. THE CITY COUNCIL ADJOURNED TO CLOSED SESSION AT 7:46 P.M. 14. CLOSED SESSION a. Conference with Legal Counsel — Existing Litigation (Cal. Gov't Code Section 54956.9(d)(1)) Name of case: City of Ukiah v. Questex, LTD, et al, Mendocino County Superior Court, Case No. SCUK- CVPT -15 -66036 b. Conference with Legal Counsel — Existing Litigation (Government Code Section 54956.9(d)(1)) Name of case: Ukiah Valley Sanitation District v. City of Ukiah, Mendocino County Superior Court Case No. SCUK- CVC -13 -63024 C. Conference with Labor Negotiator (Government Code Section 54957.6) Agency Representative: Sage Sangiacomo, City Manager Employee Organizations: All Bargaining Units No action was taken on Closed Session items. City Council Minutes for December 2, 2015, Continued: 15. ADJOURNMENT There being no further business, the meeting adjourned at 8:20 p.m. Ashley 1 Page 4 of 4 4 City of ukjak ITEM NO.: 7a MEETING DATE: December 16, 2015 _ AGENDA SUMMARY REPORT SUBJECT: REPORT OF DISBURSEMENTS FOR THE MONTH OF NOVEMBER 2015 Summary: Payments made during the month of NOVEMBER 2015, are summarized on a Report of Disbursements, which is being presented to Council. Further detail is supplied on a Schedule of Bills, representing the three (3) individual payment cycles within the month, which is attached to the report. Background: Accounts Payable check numbers: 3014326 — 3014413, 3014414 — 30014508, 3014509 - 3014621 Accounts Payable Wire Transfer numbers: Payroll Check numbers: 503381 — 503407, 503408 — 503429 Payroll Manual check numbers: Void check numbers: Discussion: This report is submitted in accordance with Ukiah City Code Division 1, Chapter 7, Article 1. FISCAL IMPACT: Budgeted Amount in g New Appropriation Source of Funds Account Number Budget Amendment 15 -16 FY Title & No. Required See Attached N/A See Attached Yes No RECOMMENDED A_ CTION(S): Approve the Report of Disbursements for the month of NOVEMBER 2015 ALTERNATIVES: N/A Citizens advised: N/A Requested by. City Manager Prepared by: Administrative Analyst — Finance Department Coordinated with. Finance Director and City Manager Presenters: Attachments: Report of Disbursements COUNCIL ACTION DATE: : ❑ Approved ❑ Continued to RECORDS APPROVED: ❑ Agreement: ❑ Resolution: i'n7c Please u rite Agreement i V in upper right corner of agreement when drafted. Approved: a e angi omo, City Manager _❑ Other _ ❑ Ordinance: CITY OF UKIAH REPORT OF DISBURSEMENTS REGISTER OF PAYROLL AND DEMAND PAYMENTS FOR THE MONTH OF NOVEMBER FUNDS: 100 General Fund $130,632 75 700 Sanitary Disposal Site Fund $25,21754 105 Measure S General Fund $91,876.62 701 Landfill Corrective Fund 110 Special General Fund 702 Disposal Closure Reserve Fund $1,08700 201 Worker's Comp Fund $44880 704 Post Closure Fund - Solid Waste $000 202 Liability Fund 720 Golf Fund $21228 203 Garage Fund $1,311.12 730 Confismence Center Fund $7,42599 204 Purchasing Fund $3,511.51 750 Visit Ukiah $000 205 Billing & Collections Fund $12,088.88 777 Airport Fund $5.69120 206 Public Safety Dispatch Fund $4,253.56 778 Airport Capital Improvement Fund 207 Payroll Posting Fund $9,657.08 779 Special Aviation Fund 208 Building Maintenance/Corp Yard Fund $19,014.16 800 Electric Fund 5884,366 73 209 IT Fund $18,141.80 801 Electric Capital Reserve Fund $26,12891 220 Equipment Reserve Fund $6,043.21 803 Lake Mendocino Bond Int(Red $171,057.80 250 Special Revenue Fund $7,435.49 803 Lake Mendocino Bond Reserve 251 Special Projects Reserve Fund $23,445.10 805 Street Lighting Fund $112,46344 300 Park Development Fund $2,900.00 806 Public Benefits Fund $3,66526 301 Anton Stadium Fund $0.00 820 Water Fund $59,939 55 302 Observatory Park Fund 822 Water Capital Improvement Fund $9,51238 304 Swimming Pool Fund $0.00 840 City/District Sewer Fund $69,266.37 305 Riverside Park Fund $0.00 841 Sewer Contruction Fund 306 Skate Park Fund $0.00 843 Sewer Capital Fund 310 Museum Grants 900 Special Deposit Trust $9,88131 311 Alex Rorbaugh Recreation Center Fund $6,513.68 901 General Service (Accts Recv) $88386 312 Downtown Business Improvement Fund 902 U.S.W Billing 8 Collection $30,30054 500 2106 Gas Tax Fund 903 Public Safety - AB 109 $0.00 501 2107 Gas Tax Fund 905 Federal Emergency Shelter Grant 503 2105 Gas Tax Fund 905 Mendocino Emergency Service Authority 505 Signalization Fund 911 Russian River Watershed Association 506 Bridge Fund 940 Sanitation District Special Fund 507 1998 STIP Augmentation Fund 943 Sanitation District Capital Improvement Fund 508 SB325 Reimbursement Fund 952 REDIP Sewer Enterprise Fund 509 S.T.P. Fund 960 Community Redevelopment Agency 510 Trans - Traffic Congest Relief Fund 961 RDA Housing Pass -Through 600 Community Development Block Grant 962 Redevelopment Housing Fund 601 EDBG 94-333 Revolving Loan 963 Housing Debt 602 Community Development Fund 964 RDA Capital Pass - Through 603 08- HOME -4688 965 Redevelopment Capital Improvement Fund 604 CDBG Grant 09STBG-6417 966 Redevelopment Debt Service $1,079,672 50 605 11 -HOME -7654 Fund $0.00 967 Housing Band Proceeds 606 CDBG Grant 10 -EDEF -7261 968 Non - Housing Bond Proceeds 607 Prop 84 Grant Fund 969 RDA Obligation Retirement Fund $5.31431 610 City RDA Projects Fund 844/944 Sewer Capital Projects Fund $45,58722 630 Asset Seizure Fund $1,406.06 Retainage Withheld $7,17698 631 Asset Seizure Fund (Drug/Alcohol) 633 H & S Education 11489(B)(2)(A1) 634 Federal Asset Seizure Grants 635 SUP Law Enforcement Service Fund $2,500.00 637 Local Law Enforcement Block Grant 638 Asset Forfeiture 11470.2 H 8 S 639 Special Revenue - Police $0.00 640 Parking District Fund $782.01 691 Museum Fund $3,129.73 PAYROLL CHECK NUMBERS: 503381 - 503407 TOTAL DEMAND PAYMENTS -A/P CHECKS $2,899,942 73 DIRECT DEPOSIT NUMBERS: 73828 -74015 TOTAL DEMAND PAYMENTS - WIRES' 8 EFTS $121.00 PAYROLL PERIOD: 10/25115-11/07/15 TOTAL PAYROLL CHECKS & DIRECT DEPOSITS $683,89466 PAYROLL CHECK NUMBERS: 503408 - 503429 TOTAL PAYROLL EFTS (TAXES, PERS, VENDORS) $540.70003 DIRECT DEPOSIT NUMBERS: 74016 - 74205 • vendor name( If applicable) PAYROLL PERIOD: 11/16/15-11/19/15 PAYROLL CHECK NUMBERS: DIRECT DEPOST NUMBERS: PAYROLL PERIOD: VOID CHECK NUMBERS: TOTAL PAYMENTS $4,124,658 42 MANUAL CHECK NUMBERS: WIRE TRANSFER NUMBERS: CERTIFICATION OF CITY CLERK This register of Payroll and Demand Payments was duly approved by the City Council on APPROVAL OF CITY MANAGER I have examined this Register and approve same. City Manager City Clerk CERTIFICATION OF DIRECTOR OF FINANCE I have audited this Register and approve for accuracy and available funds. Director of Finance Account Code Summary 10000000 General Fund 20526430 Electric Department - Meter Readers 10010000 City Council 20620231 Ukiah Dispatch 10011100 City Clerk 20620232 Ft Bragg Dispatch 10011300 Elections 20700000 Payroll Posting Fund 10012100 City Manager 20822500 Building Maintenance 10012200 Administrative Support 20824300 Corporation Yard 10012400 Miscellaneous General Government 20922900 IT Fund 10013400 Finance Department 22013300 FA Replace - Finance UB 10014000 City Attorney 22020200 FA Replace - Police Operations 10015100 Treasury Management 22021210 FA Replace - Fire Administration 10016100 Human Resources 22022900 FA Replace - Information Technology 10017100 Economic Development 22024100 FA Replace - Garage 10018000 Community Outreach 22024220 FA Replace - Streets 10020217 Animal Control 22024413 FA Replace - Water Distribution Cap 10022100 Parks 22024414 FA Replace - Water Distribution O &M 10022300 Aquatics 22024421 FA Replace - City Wastewater 10022800 Recreation 25024210 Engineering Reserve 10022810 Recreation Administration 25024300 Corporation Yard Reserve 10022821 Adult Basketball 25122900 CIP - IT 10022822 Adult Softball 25123100 CIP - Planning 10022824 Co -Ed Volleyball 25124210 CIP - Engineering 10022831 Youth Basketball 25124220 CIP - Streets 10022832 Youth Softball 25124410 CIP - Water 10022840 Day Camp 25124421 CIP - City Wastewater 10022850 Classes & Clinics 25126410 CIP - Electric 10022860 Special Activities 30022200 Park Development 10023100 Community Planning 30122210 Anton Stadium 10023320 Building Inspection 30222220 Observatory Park 10024210 Engineering 30522250 Riverside Park 10024214 Traffic Signals 30622260 Skate Park 10024220 Streets 30822280 Project Planning 10024224 Storm Drains 31022700 Museum Grant 10514000 Police - City Attorney 31122870 Alex Rorabaugh Recreation Center 10520210 Patrol 31217100 Downtown Business Improvement District 10520214 Police Reserves 50524210 Engineering - Signalization Fund 10520216 COPS Grant 50624210 Capital Engineering 10520218 Police - CSO 50824210 SB325 - Engineering 10520224 Police - Major Crimes Task Force 50824220 SB325 - Streets 10521210 Fire Administration 50924210 STP - Engineering 10521312 Fire Volunteer Station 50924220 STP - Streets 20112400 Worker's Compensation Fund 51024220 Trans - Traffic Slurry Seal 20212400 Liability Fund 510X9999 Trans - Traffic Project 20324100 Garage Fund 60217441 Grant - CDBG 602 20413500 Purchasing Fund 60317442 Grant - HOME 603 20513300 Billing and Collections 60417441 Grant - CDBG 604 20514000 Billing and Collections - City Attorney 60517442 Grant - HOME 605 20524412 Water Department - Meter Readers 60517461 First Time Homebuyer Program List of Checks Presented for Approval on 11/6/2015 The following list of bills payable was reviewed and approved for payment. nature Invoices ADAMSON POLICE PRODUCTS INV192937 SUPPLIES AIMEE SHIELDS NOV 15 TRANSCRIPTION SERVICES ALHAMBRA NATIONAL WATER 12926652 DRINKING WATER SERVICES, 102815 FYE 2 ALLEN JAMES DV102615 INSTRUCTOR ALONZO FRIAS DV102615 REIMBURSE FOR D2 EXAM FEE AND CERTIFICATE FEE AMADOU CAMARA DV103015 INSTRUCTOR $117.90 90000000 -23252 DISTRICT USE TAX - LIBRARIES ($0.12) 20324100 -58510 REIMBRSABLE JOBS $0.12 20324100 -58510 REIMBRSABLE JOBS $117.90 --------------- Vendor Total: $117.90 $2,500.00 63520210 -52100 CONTRACTED SERVICES $2,500.00 -------- Vendor Total: ------- $2,500.00 $134.07 10520210 -54100 SUPPLIES $67.04 20620231 -54100 SUPPLIES $67.03 --------------- Vendor Total: $134.07 $700.00 10022850 -52100 CONTRACTED SERVICES $700.00 --------- Vendor Total: -- - -- - $700.00 $125.00 82024411 -57300 MEMBERSHIPS & $125.00 SUBSCRIPTIONS --------------- Vendor Total: $125.00 $179.20 10022850 -52100 CONTRACTED SERVICES $179.20 --------- Vendor Total: - - --- - $179.20 List of Checks Presented for Approval on 11/6/2015 AMERICAN WATER WORKS ASSOCIATION IT;T;ii]Tipl1Q1 0,1LN AT &T DV102615 ANNUALDUES 75183 FENCING OCT 15 911 SYSTEM 000007148628 TELEPHONE Invoices $1,993.00 82024411 -57300 MEMBERSHIPS & $1,993.00 SUBSCRIPTIONS --------------- Vendor Total: $1,993.00 $1,000.00 77725200 -56300 BUILDING MAINT. & REPAIR $1,000.00 --------------- Vendor Total: $1,000.00 $223.51 20620231 -52100 CONTRACTED SERVICES $223.51 $5,981.61 10022100 -52180 SECURITY SERVICES $244.48 10010000 -55100 TELEPHONE $43.44 10011100 -55100 TELEPHONE $22.63 10012100 -55100 TELEPHONE $84.19 10012200 -55100 TELEPHONE $58.03 10013400 -55100 TELEPHONE $53.63 10014000 -55100 TELEPHONE $21.98 10016100 -55100 TELEPHONE $45.25 10022100 -55100 TELEPHONE $18.37 10022300 -55100 TELEPHONE $21.29 10022810 -55100 TELEPHONE $98.54 10022840 -55100 TELEPHONE $9.65 10023100 -55100 TELEPHONE $51.94 10023320 -55100 TELEPHONE $22.63 10024210 -55100 TELEPHONE $61.58 10024220 -55100 TELEPHONE $46.14 10520210 -55100 TELEPHONE $1,596.16 List of Checks Presented for Approval on 11/6/2015 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail AT&T 000007148628 TELEPHONE $5,981.61 10521210 -55100 TELEPHONE $371.50 20324100 -55100 TELEPHONE $56.43 20413500 -55100 TELEPHONE $27.44 20513300 -55100 TELEPHONE $142.69 20620231 -55100 TELEPHONE $134.28 20822500 -55100 TELEPHONE $40.56 20824300 -55100 TELEPHONE $185.11 20922900 -55100 TELEPHONE $42.29 64020213 -55100 TELEPHONE $13.01 69122700 -55100 TELEPHONE $395.73 70024500 -55100 TELEPHONE $12.99 72022400 -55100 TELEPHONE $211.10 73022600 -55100 TELEPHONE ($0.01) 73022600 -55100 TELEPHONE $350.51 77725200 -55100 TELEPHONE $118.00 80026130 -55100 TELEPHONE $213.04 80026330 -55100 TELEPHONE $220.98 80026400 -55100 TELEPHONE $208.97 82024410 -55100 TELEPHONE $78.37 82024410 -55100 TELEPHONE $245.84 82024411 -55100 TELEPHONE $68.45 84024420 -55100 TELEPHONE $45.89 84024425 -55100 TELEPHONE $298.51 List of Checks Presented for Approval on 11/6/2015 Invoices CA PEACE OFFICERS ASSOC DV102815 ANNUAL MEMBERSHIP DUES CAROLLO ENGINEERS INC 0144444 DESIGN PHASES I &II RECYCLED WA 0143662 DESIGN PHASES I &II RECYCLED WA CEDRIC CROOK 06880D REIMBURSE MEETING SUPPLIES CHARLES LEBAK SF -D 9187 IN HOUSE INVESTIGATION CLEARS INC DV102815 MEMBERSHIP RENEWAL COMCAST OCT 15 INTERNET SERVICES COMPUTER OPTIONS INC BILL36785 IT SERVICES BILL36879 IT SERVICES COUNTY OF MENDOCINO NOV 15 SPANISH MTN SUBLEASE MO RENT -N CRAIG CARSON SR DV102815 INSTRUCTOR Vendor Total: $6,205.12 $625.00 10520210 -57300 MEMBERSHIPS & $625.00 SUBSCRIPTIONS --------------- Vendor Total: $625.00 $3,112.60 84424422 -80230 INFRASTRUCTURE $3,112.60 $11,345.78 84424422 -80230 INFRASTRUCTURE $11,345.78 ------ Vendor Total: - - ------ - $14,458.38 $117.11 10520210 -57300 MEMBERSHIPS & $117.11 SUBSCRIPTIONS - ---------- Vendor Total: --- - $117.11 $300.00 10520210 -54202 MAJOR CRIME INVETIGATIONS $300.00 --------- Vendor Total: -- - -- - $300.00 $50.00 20620231 -57100 CONFERENCE & TRAINING $50.00 --------------- Vendor Total: $50.00 $146.98 73022600 -55100 TELEPHONE $146.98 --------- Vendor Total: -- ---- $146.98 $1,800.00 20922900 -52100 CONTRACTED SERVICES $1,800.00 $2,475.00 20922900 -52100 CONTRACTED SERVICES $2,475.00 --------------- Vendor Total: $4,275.00 $50.00 20620231 -52100 CONTRACTED SERVICES $50.00 --------------- Vendor Total: $50.00 $224.00 10022850 -52100 CONTRACTED SERVICES $224.00 --------- Vendor Total: -- ---- $224.00 List of Checks Presented for Approval on 11/6/2015 DANIEL STEEL & MACHINE INC 13169 13171 DAPHINE HARRIS- PETTY CASH 110515 PARTS EQUIPMENT REPAIR I¢I11�d►IF9Crl:k a Wiley-&-i 1. Invoices $648.69 $103.95 $186.68 DEEP VALLEY SECURITY 285301. SECURITY SYSTEM AT $39.95 OBSERVATORY 285301 ALARM SERVICES AS REQUIRED, $479.45 FY 10521210 -56130 EXTERNAL SERVICES $648.69 84024425 -56130 EXTERNAL SERVICES $103.95 -- --- VendorTotal: ---- - - ---- $752.64 90000000 -23226 CONCERT SERIES $25.17 10024210 -57100 CONFERENCE & TRAINING $13.71 73022600 -56120 EQUIPMENT MAINTENANCE & $20.54 REPAIR 90000000 -23243 FAMILY FUN IN THE SUN $5.25 90000000 -23243 FAMILY FUN IN THE SUN $6.47 10016100 -54160 HR - CITY LIABILITY & $17.97 CONTRACT 10016100 -54163 HR - INTERVIEW SUPPLIES $6.75 10016100 -54163 HR - INTERVIEW SUPPLIES $15.10 90000000 -23242 JULY 4TH PICNIC IN THE PARK $9.79 10016100 -54101 POSTAGE $4.77 10022832 -54100 SUPPLIES $21.61 10022832 -54100 SUPPLIES $21.74 20513300 -54100 SUPPLIES $1.69 73022600 -54100 SUPPLIES $13.12 84024420 -54100 SUPPLIES $3.00 --------------- Vendor Total: $186.68 10022100 -52180 SECURITY SERVICES $39.95 10022100 -52180 SECURITY SERVICES $56.90 List of Checks Presented for Approval on 11/6/2015 Invoices DEEP VALLEY SECURITY 285301 ALARM SERVICES AS REQUIRED, $479.45 10022822 -52180 SECURITY SERVICES $22.95 FY 20822500 -52180 SECURITY SERVICES $42.95 20824300 -52180 SECURITY SERVICES $27.25 69122700 -52180 SECURITY SERVICES $85.90 73022600 -52180 SECURITY SERVICES $41.90 73022600 -52180 SECURITY SERVICES $74.90 80026400 -52180 SECURITY SERVICES $24.50 82024410 -52180 SECURITY SERVICES $28.62 82024411 -52180 SECURITY SERVICES $44.95 84024421 -52180 SECURITY SERVICES $28.63 --------------- Vendor Total: $519.40 DEPT OF FORESTRY & FIRE 130060 PUBLIC WORKS AND RELATED $2,479.18 10024220 -52100 CONTRACTED SERVICES $2,479.18 PROT SERVI --------------- Vendor Total: $2,479.18 DONALD KNIGHT 18654 SIGNAGE AS NEEDED $8.61 90000000 -23237 DISTRICT USE TAX - MEASURE S ($0.04) 84024425 -56130 EXTERNAL SERVICES $0.04 84024425 -56130 EXTERNAL SERVICES $8.61 --------------- Vendor Total: $8.61 EEL RIVER FUELS 431836 MISC FUEL AND OIL AS NEEDED, $74.97 84024425 -56210 FUEL & FLUIDS $74.97 F --------------- Vendor Total: $74.97 GRILL BROS PARTNERSHIP 189425 -1 EQUIPMENT & MACHINERY $770.80 10024220 -52100 CONTRACTED SERVICES $770.80 RENTAL A --------- Vendor Total: -- ---- $770.80 List of Checks Presented for Approval on 11/6/2015 23429 Invoices $2,073.75 80026400 -52100 CONTRACTED SERVICES Vendor Detail and Allocation Detail HARTFORD RETIREE PREMIUM 50011- NOV -15 RETIREE HEALTH INSURANCE $3,076.50 20700000 -20524 NON - EMPLOYEE HEALTH $3,076.50 ACCT CONFERENCE & TRAINING $45.00 INS.PREM --------- - ----- --------------- Vendor Total: $45.00 Vendor Total: $3,076.50 HD SUPPLY POWER SOLUTIONS 2908923 -00 SUPPLIES $133.00 80000000 -12104 INVENTORY- PURCHASES $133.00 LTD PORTLAND --------------- -- ---- $297.50 KAREN POPLAWSKI DV102215 INSTRUCTOR $154.70 Vendor Total: $133.00 HOME ENERGY ASSISTANCE 101612 -0 UTILITY REFUND $88.12 90100000 -10421 UTILITY RECEIVABLES CLEARING $88.12 PROGRAM $154.70 --------------- --------- Vendor Total: -- - -- - $309.40 KARIN RONK Vendor Total: $88.12 ICMA FY 15/16 MEMBERSHIP DUES $1,292.24 10012400 -57300 MEMBERSHIPS & $1,292.24 --------------- Vendor Total: SUBSCRIPTIONS -- Vendor Total: ----- -------- $1,292.24 INTERWEST CONSULTING 23803 GIS SERVICES - ON -CALL AND AS $1,785.00 80026400 -52100 CONTRACTED SERVICES $1,785.00 GROUP INC 23429 GIS SERVICES - ON -CALL AND AS $2,073.75 80026400 -52100 CONTRACTED SERVICES $2,073.75 ------ Vendor Total: --------- $3,858.75 JARROD MEYER 11/19/15 TRAVEL ADVANCE $45.00 10022100 -57100 CONFERENCE & TRAINING $45.00 --------------- Vendor Total: $45.00 KAREN JACOBSON TODD DV102615 INSTRUCTOR $297.50 10022850 -52100 CONTRACTED SERVICES $297.50 --------- Vendor Total: -- ---- $297.50 KAREN POPLAWSKI DV102215 INSTRUCTOR $154.70 10022850 -52100 CONTRACTED SERVICES $154.70 DV102715 INSTRUCTOR $154.70 10022850 -52100 CONTRACTED SERVICES $154.70 --------- Vendor Total: -- - -- - $309.40 KARIN RONK 11/16-11/19/15 TRAVEL ADVANCE $450.14 20620231 -57100 CONFERENCE & TRAINING $450.14 --------------- Vendor Total: $450.14 List of Checks Presented for Approval on 11/6/2015 Invoices KEVIN MURRAY UA102815 UNIFORM ALLOWANCE KHADER ASFOUR STMT 9/30/15 CAR WASHES & INTERIOR CLEANING KIMBALL MIDWEST 4510221 SUPPLIES LYNN PEAVEY COMPANY SF -D 9181 SUPPLIES MARGARET AGNEW DV102715 INSTRUCTOR MATHESON TRI -GAS INC 12073719 OXYGEN & MISC AS NEEDED, FYE 2 MENDOCINO ANIMAL HOSPITAL 102927 VETERNARY SERVICES MENDOCINO COUNTY DV110615 CONTRIBUTION TOWARD OPENING, OPERATION OF SHELTER DV90815 ENCROACHMENT PERMIT FEE MENDOCINO COUNTY TAX DV103015 PROPERTY TAXES COLLECTOR $284.36 1 10520210 -51270 U UNIFORM ALLOWANCE $ $284.36 --------- -- - -- - $413.00 2 20324100 -52100 C CONTRACTED SERVICES $ $23.00 10520210 -56130 E EXTERNAL SERVICES $ $390.00 --------------- Vendor Total: $ $413.00 $15.25 8 84024421 -56130 E EXTERNAL SERVICES $ $15.25 --------- - -- -- - $134.94 1 10520210 -54201 P PRISONER EXPENSE $ $134.94 --------- - - --- - $154.70 1 10022850 -52100 C CONTRACTED SERVICES $ $154.70 --------- - -- ---- List of Checks Presented for Approval on 11/6/2015 MENDOCINO SOLID WASTE MANAGEMENT AUTHORITY MICHELLE MORSE 10211 ACIDS & BASES PER GALLON 11/15-11/20/15 TRAVEL ADVANCE MICROFLEX CORP #774353 IN1612255 SUPPLIES Invoices $27.50 84024425 -54100 $955.31 10520210 -57100 $338.97 10520210 -54201 MORRS 126833 MISC POOL SUPPLIES AS ($240.00) 82024411 -58202 WATER TREATMENT PLANT NEEDED, CHEMICAL 126697 MISC POOL SUPPLIES AS ($130.00) 82024411 -58202 WATER TREATMENT PLANT NEEDED, CHEMICAL 126462 MISC POOL SUPPLIES AS ($100.00) 82024411 -58202 WATER TREATMENT PLANT NEEDED, CHEMICAL 126626 MISC POOL SUPPLIES AS $161.75 82024411 -58202 WATER TREATMENT PLANT NEEDED, CHEMICAL 126481 MISC POOL SUPPLIES AS $188.40 82024411 -58202 NEEDED, 126820 MISC POOL SUPPLIES AS $212.58 82024411 -58202 NEEDED, 126484 MISC POOL SUPPLIES AS $352.58 82024411 -58202 NEEDED, 126695 MISC POOL SUPPLIES AS $352.58 82024411 -58202 NEEDED, 126857 MISC POOL SUPPLIES AS $776.03 82024411 -58202 NEEDED, NIXLE LLC MNX01630 Application Service Provider ( $8,500.00 20922900 -54320 SUPPLIES $27.50 Vendor Total: $27.50 CONFERENCE & TRAINING $955.31 Vendor Total: $955.31 PRISONER EXPENSE $338.97 Vendor Total: $338.97 WATER TREATMENT PLANT ($240.00) CHEMICAL WATER TREATMENT PLANT ($130.00) CHEMICAL WATER TREATMENT PLANT ($100.00) CHEMICAL WATER TREATMENT PLANT $161.75 CHEMICAL WATER TREATMENT PLANT $188.40 CHEMICAL WATER TREATMENT PLANT $212.58 CHEMICAL WATER TREATMENT PLANT $352.58 CHEMICAL WATER TREATMENT PLANT $352.58 CHEMICAL WATER TREATMENT PLANT $776.03 CHEMICAL Vendor Total: $1,573.92 SOFTWARE $8,500.00 Vendor Total: $8,500.00 List of Checks Presented for Approval on 11/6/2015 Invoices NOBLE WAIDELICH WIN:111 II LT, Idt9_\'1T1d.I11ZiI:1 OREN THOMPSON UA102215 UNIFORM ALLOWANCE 113503 -7 UTILITY REFUND 112503 -8 UTILITY REFUND 112204 -3 UTILITY REFUND 111590 -6 UTILITY REFUND 76567 -7 UTILITY REFUND 112487 -4 UTILITY REFUND 01- 019333 -04 MISC PARTY RENTALS & SUPPLIES PAUL & HING CHAN FAMILY ENT NOV 15 RENTAL FACILITY LP PG &E CO OCT 15 UTILITIES POWER INDUSTRIES INC 694512 PARTS PUBLIC FINANCIAL PFM -60099 FINANCIAL ADVISORY SERVICES MANAGEMENT $146.37 10520210 -51270 UNIFORM ALLOWANCE $146.37 Vendor Total: $146.37 $6.00 90100000 -10421 UTILITY RECEIVABLES CLEARING $6.00 $18.84 90100000 -10421 UTILITY RECEIVABLES CLEARING $18.84 $47.13 90100000 -10421 UTILITY RECEIVABLES CLEARING $47.13 $143.69 90100000 -10421 UTILITY RECEIVABLES CLEARING $143.69 $157.00 90100000 -10421 UTILITY RECEIVABLES CLEARING $157.00 $178.55 90100000 -10421 UTILITY RECEIVABLES CLEARING $178.55 - ---------- Vendor Total: - -- - $551.21 $324.38 90000000 -23219 PUMPKINFEST $324.38 --------- Vendor Total: -- $3---- 24.38 $1,365.00 10022100 -52600 RENT $1,365.00 ----------- Vendor Total: ---- $1,365.00 $3,095.72 31122870 -55210 UTILITIES $3,095.72 --------------- Vendor Total: $3,095.72 $5.43 84024425 -56130 EXTERNAL SERVICES $5.43 --------------- Vendor Total: $5.43 $5,823.72 10015100 -52100 CONTRACTED SERVICES $5,823.72 --- ------------ Vendor Total: $5,823.72 List of Checks Presented for Approval on 11/6/2015 Invoices RAU & ASSOCIATES INC 201500207 Surveyor Services, Land $2,900.00 30022200 -52100 CONTRACTED SERVICES $2,900.00 - ------------ Vendor Total: -- $2,900.00 REDWOOD COAST FUELS 1742855.1 CARDLOCK FUEL PURCHASES, $694.42 10024210 -56210 FUEL & FLUIDS $35.47 FYE 2 10520210 -56210 FUEL & FLUIDS $31.48 10520210 -56210 FUEL & FLUIDS $81.31 10520224 -56210 FUEL & FLUIDS $227.89 20324100 -56210 FUEL & FLUIDS $120.81 20822500 -56210 FUEL & FLUIDS $197.46 °-------- Vendor Total: -- $6---- 94.42 REOA LTD 1008 OFFICIATING OF ADULT $6,165.00 10022822 -52100 CONTRACTED SERVICES $6,165.00 SOFTBALL --------------- Vendor Total: $6,165.00 REXEL INC H906611 MISC ELECTRICAL SUPPLIES AS $65.20 82024411 -56300 BUILDING MAINT. & REPAIR $65.20 NE H590644 MISC ELECTRICAL SUPPLIES AS $122.14 90000000 -23237 DISTRICT USE TAX - MEASURE S ($0.57) NE 80000000 -12104 INVENTORY - PURCHASES $0.57 80000000 -12104 INVENTORY - PURCHASES $122.14 H618294 MISC ELECTRICAL SUPPLIES AS $146.35 90000000 -23237 DISTRICT USE TAX - MEASURE S ($0.68) NE 80100000 -80230 INFRASTRUCTURE $0.68 80100000 -80230 INFRASTRUCTURE $146.35 H918425 MISC ELECTRICAL SUPPLIES AS $71.88 80100000 -80230 INFRASTRUCTURE $71.88 NE H905917 MISC ELECTRICAL SUPPLIES AS $4.47 20824300 -54100 SUPPLIES $4.47 NE --------------- Vendor Total: $410.04 List of Checks Presented for Approval on 11/6/2015 Invoices RICHARD THORNTON DBA 7777 BUILDING MAINTENANCE, TELECOM INSTALLA ROBERT RAMSEIER UA102215 UNIFORM ALLOWANCE RONALD DONOHUE 10/18.. REIMBURSE TRAVEL EXPENSE 10/29/15. --------- Vendor Total: SCOTT SHAVER 291968 REIMBURSE SUPPLIES SHERI MANNION 10/25- REIMBURSE TRAVEL EXPENSE 10/28/15. $174.03 SILVA SEPTIC INC 61085 PORTABLE RENTAL $26.66 60746 PORTABLE RESTROOM /LINE --------------- Vendor Total: $26.66 CLEANING SLAM DUNK PIZZA DV102815 EUD MEETING /LUNCHEON STATE WATER RESOURCES 92659 PREPARATION OF ESTIMATION CONTROLBOARD LETTER LW- 1001836 DRINKING WATER PROGRAM FEES DV103015 CERTIFICATION RENEWAL FEE $1,102.50 20620231 -54100 SUPPLIES $1,102.50 --------------- Vendor Total: $1,102.50 $246.22 10521210 -51270 UNIFORM ALLOWANCE $246.22 --------- Vendor Total: -- -- - - $246.22 $174.03 10520210 -57100 CONFERENCE & TRAINING $174.03 --------------- Vendor Total: $174.03 $26.66 20922900 -54100 SUPPLIES $26.66 --------------- Vendor Total: $26.66 $10.47 10016100 -57100 CONFERENCE &TRAINING $10.47 --------------- Vendor Total: $10.47 $173.00 10024220 -52100 CONTRACTED SERVICES $173.00 $551.31 10024220 -52100 CONTRACTED SERVICES $551.31 --------- Vendor Total: -- ---- $724.31 $192.02 80026110 -54100 SUPPLIES $192.02 --------- Vendor Total: - - --- - $192.02 $61.30 10012400 -52100 CONTRACTED SERVICES $61.30 $11,684.93 82024411 -59101 FEES $11,684.93 $300.00 84024425 -57300 MEMBERSHIPS & $300.00 SUBSCRIPTIONS ------- Vendor Total: -- -- - -; $12,046.23 TARGET SOLUTIONS TRINIDAD ARTEAGA List of Checks Presented for Approval on 11/6/2015 Invoices INV0000001015 PREMIER MAMBERSHIP ANNUAL 4 RENE 342120 TOOLS 341890 TOOLS TYLER TECHNOLOGIES INC 045 - 121121. Software Maintenance /Support 045 - 126537 Data Recovery Services $1,394.00 10521210 -57100 CONFERENCE & TRAINING $1,394.00 --------------- Vendor Total: $1,394.00 $51.85 20324100 -54102 SMALL TOOLS $51.85 $125.26 20324100 -54102 SMALL TOOLS $125.26 - -------°-- Vendor Total: --- - $177.11 $10,877.06 10013400 -52100 CONTRACTED SERVICES $2,175.41 10016100 -52100 CONTRACTED SERVICES $335.01 10023100 -52100 CONTRACTED SERVICES $978.93 20413500 -52100 CONTRACTED SERVICES $1,305.25 20513300 -52100 CONTRACTED SERVICES $2,719.27 77713400 -52100 CONTRACTED SERVICES $217.54 77716100 -52100 CONTRACTED SERVICES $4.35 80013400 -52100 CONTRACTED SERVICES $1,087.71 80016100 -52100 CONTRACTED SERVICES $52.21 82013400 -52100 CONTRACTED SERVICES $978.94 82016100 -52100 CONTRACTED SERVICES $21.75 84013400 -52100 CONTRACTED SERVICES $978.94 84016100 -52100 CONTRACTED SERVICES $21.75 $12,545.40 10013400 -52100 CONTRACTED SERVICES $6,272.70 10016100 -52100 CONTRACTED SERVICES $501.82 10023100 -52100 CONTRACTED SERVICES $1,129.09 20413500 -52100 CONTRACTED SERVICES $1,505.45 List of Checks Presented for Approval on 1116/2015 Invoices TYLER TECHNOLOGIES INC 045 - 126537 Data Recovery Services UKIAH DAILY JOURNAL UKIAH FORD INC UKIAH OXYGEN UKIAH PAPER SUPPLY $12,545.40 20513300 -52100 5582080 NEWSPAPER PUBLICATION $88.89 10011100 -52150 SERVICES 5571713 NEWSPAPER PUBLICATION $109.72 10011100 -52150 SERVICES FOCS129043 PARTS & SERVICE REPAIRS AS NEE 417391 EQUIPMENT MAINTENANCE 417377 EQUIPMENT MAINTENANCE 1448724 JANITORIAL SUPPLIES, MISC AS -- ------- - N 448910 JANITORIAL SUPPLIES, MISC AS LEGAL SERVICES /EXPENSES $ N 447998 JANITORIAL SUPPLIES, MISC AS N 1448939 JANITORIAL SUPPLIES, MISC AS N 1447622 JANITORIAL SUPPLIES, MISC AS N 1447879 JANITORIAL SUPPLIES, MISC AS N 448993 JANITORIAL SUPPLIES, MISC AS N 1438899 JANITORIAL SUPPLIES, MISC AS N 1448185 JANITORIAL SUPPLIES, MISC AS N $315.04 10024220 -56130 $85.11 $1,025.43 $17.18 $314.99 $679.91 $81.73 $87.95 $138.08 $43.24 $415.84 $122.01 84024425 -52100 84024425 -52100 10520210 -54201 90000000 -23219 90000000 -23219 10022100 -54100 10022100 -54100 31122870 -54100 73022600 -54100 73022600 -54100 77725200 -54100 CONTRACTED SERVICES $ $3,136.34 -- ------- - - - - - -- LEGAL SERVICES /EXPENSES $ $88.89 LEGAL SERVICES /EXPENSES $ $109.72 - --------- - - List of Checks Presented for Approval on 11/6/2015 Invoices UKIAH PAPER SUPPLY 1448005 JANITORIAL SUPPLIES, MISC AS $347.96 77725200 -54100 SUPPLIES $347.96 N 1448685 JANITORIAL SUPPLIES, MISC AS $253.24 80026400 -54100 SUPPLIES $253.24 N 1449060 JANITORIAL SUPPLIES, MISC AS $271.48 84024425 -54100 SUPPLIES $271.48 N --------------- Vendor Total: $2,773.61 VERIZON WIRELESS 9754220683 CELL PHONES $941.85 10023100 -54100 SUPPLIES $38.01 10024210 -55100 TELEPHONE $63.35 10024220 -55100 TELEPHONE $25.21 10520210 -55100 TELEPHONE $76.02 20922900 -55100 TELEPHONE $308.48 77725200 -55100 TELEPHONE $38.01 80026400 -55100 TELEPHONE $152.04 82024410 -55100 TELEPHONE $25.34 82024410 -55100 TELEPHONE $38.01 82024411 -55100 TELEPHONE $38.01 84024420 -55100 TELEPHONE $25.34 84024421 -55100 TELEPHONE $114.03 --------- Vendor Total: - ----- $941.85 WALMART COMMUNITY 00009 MISC ITEMS AS NEEDED, FYE $4.29 90000000 -23219 PUMPKINFEST $4.29 2016 07346 MISC ITEMS AS NEEDED, FYE $17.47 90000000 -23219 PUMPKINFEST $11.03 2016 10022840 -54100 SUPPLIES $6.44 03124 MISC ITEMS AS NEEDED, FYE $29.72 90000000 -23219 PUMPKINFEST $14.72 2016 10022840 -54100 SUPPLIES $15.00 List of Checks Presented for Approval on 11/6/2015 Invoices WALMART COMMUNITY 01432 MISC ITEMS AS NEEDED, FYE $86.24 90000000 -23219 PUMPKINFEST $43.12 2016 10022840 -54100 SUPPLIES $43.12 03123 MISC ITEMS AS NEEDED, FYE $92.97 90000000 -23219 PUMPKINFEST $92.97 2016 09713 MISC ITEMS AS NEEDED, FYE $141.03 63020210 -54100 SUPPLIES $141.03 2016 --------------- Vendor Total: $371.72 WECO INDUSTRIES LLC 0035112 -IN SUPPLIES $173.05 84024421 -54100 SUPPLIES $173.05 --------------- Vendor Total: $173.05 WESTERN HILLS HOMEOWNERS 1131 MEMBER DUES BY QTR $225.00 10012400 -52100 CONTRACTED SERVICES $225.00 ASSOC --------- Vendor Total: -- $2---- 25.00 WILLOW COUNTY WATER DIST OCT 15 WATER SERVICES $20.00 31122870 -55210 UTILITIES $20.00 OCT15 WATER SERVICES $27.61 31122870 -55210 UTILITIES $27.61 OCT 15. WATER SERVICES $23.68 84024425 -58201 WATER PURCHASES $23.68 --------------- Vendor Total: $71.29 INVOICE TOTAL: $158,168.30 List of Checks Presented for Approval on 11/13/2015 The following list of bills payable was reviewed and approved for payment. Signature Invoices ACME RIGGING & SUPPLY CO 273997 MISC RENTAL & SUPPLIES AS NEED AFLAC GROUP INSURANCE A059399100 NOV 2015 CRITICAL CARE INS ALSMATSKY 19 DESIGN, ENGINEERNG & CONSULTAN $89.07 84024421 -56130 $563.38 20700000 -20538 $8,426.53 80026400 -52100 ALPHA ANALYTICAL 5102693 -UKIAH MISCELLANEOUS LAB WORK AS $44.00 82024411 -52100 LABORATORIES INC --------------- Vendor Total: NEED CONTRACTED SERVICES $8,426.53 ------- Vendor Total: 5103020- MISCELLANEOUS LAB WORK AS $271.00 84024425 -52100 $271.00 UKIAHSTP NEED CONTRACTED SERVICES $679.00 ------ Vendor Total: 5103411- MISCELLANEOUS LAB WORK AS $271.00 84024425 -52100 $194.86 UKIAHSTP NEED --------------- Vendor Total: $422.67 5101944- MISCELLANEOUS LAB WORK AS $679.00 84024425 -52100 UKIAHSTP NEED ALSCO- AMERICAN LINEN LSRO846875 LAUNDRY AND LINIEN SERVICES $31.00 20324100 -52100 DIVISION LSRO862975 LAUNDRY AND LINEN SERVICES $194.86 20324100 -52100 LSRO859917 LAUNDRY AND LINEN SERVICES $196.81 20324100 -52100 EXTERNAL SERVICES $89.07 --------------- Vendor Total: $89.07 AFLAC CRITICAL ILLNSS POLICY $563.38 --------------- Vendor Total: $563.38 CONTRACTED SERVICES $8,426.53 ------- Vendor Total: -- --- --- $8,426.53 CONTRACTED SERVICES $44.00 CONTRACTED SERVICES $271.00 CONTRACTED SERVICES $271.00 CONTRACTED SERVICES $679.00 ------ Vendor Total: ----- ---- $1,265.00 CONTRACTED SERVICES $31.00 CONTRACTED SERVICES $194.86 CONTRACTED SERVICES $196.81 --------------- Vendor Total: $422.67 List of Checks Presented for Approval on 11/ 13/ 2015 Invoices Vendor 173083 Detail and Allocation Detail NEEDED, AT BATTERY CO SF -D 18555 WWTP BATTERY $185.74 84024425 -56120 EQUIPMENT MAINTENANCE & $185.74 FYE REPAIR 173025 MISC MATERIALS AS --------- Vendor Total: -- ---- $185.74 B & B INDUSTRIAL SUPPLY INC 173558 MISC MATERIALS AS NEEDED, $5.40 20822500 -56300 BUILDING MAINT. & REPAIR $5.40 FYE 173588 MISC MATERIALS AS NEEDED, ($20.10) 82024411 -56300 BUILDING MAINT. & REPAIR ($20.10) EXTERNAL SERVICES FYE FYE 173478 MISC MATERIALS AS NEEDED, $20.10 82024411 -56300 BUILDING MAINT. & REPAIR $20.10 MISC MATERIALS AS FYE $30.57 10520210 -56130 EXTERNAL SERVICES 173098 MISC MATERIALS AS NEEDED, $15.16 20324100 -56120 EQUIPMENT MAINTENANCE & $15.16 FYE REPAIR 173083 MISC MATERIALS AS NEEDED, $3.18 10022100 -56130 EXTERNAL SERVICES $3.18 FYE 173025 MISC MATERIALS AS NEEDED, $6.34 10520210 -56130 EXTERNAL SERVICES $6.34 FYE 173651 MISC MATERIALS AS NEEDED, $6.49 10520210 -56130 EXTERNAL SERVICES $6.49 FYE 173618 MISC MATERIALS AS NEEDED, $30.57 10520210 -56130 EXTERNAL SERVICES $30.57 FYE 172937 MISC MATERIALS AS NEEDED, $81.98 10024220 -54120 PW- SPECIAL SUPPLIES $81.98 FYE 173470 PIPE, TUBING, AND $3,070.32 10024220 -54120 PW- SPECIAL SUPPLIES $3,070.32 ACCESSORIES 173594 MISC MATERIALS AS NEEDED, $10.86 82024414 -54100 SUPPLIES $10.86 FYE --------- ------ Vendor Total: $3,230.30 BELKORP AG 197731 PARTS $45.99 10022100 -56130 EXTERNAL SERVICES $45.99 197770 PARTS $82.46 10022100 -56130 EXTERNAL SERVICES $82.46 196816 PARTS $116.24 10022100 -56130 EXTERNAL SERVICES $116.24 --------- Vendor Total: -- ---- $244.69 BORIS PROKOP UKIAH- 2015 -03 ASSIST EUD WITH REGULATORY $14,080.00 80026400 -52100 CONTRACTED SERVICES $14,080.00 &M ------- ------ -- Vendor Total: $14,080.00 List of Checks Presented for Approval on 11/13/2015 Invoices • .. .- 6- BOUTIN JONES INC 87491 LEGAL RETAINER FOR UVSD $4,468.71 84424422 -52100 CONTRACTED SERVICES $4,468.71 LITIGA --------------- Vendor Total: $4,468.71 BUSINESS CARD SF -18664 PURCHASING CREDIT CARD, $80.66 84024425 -56300 BUILDING MAINT. & REPAIR $5.58 MISC P 84024425 -56300 BUILDING MAINT. & REPAIR $80.66 90000000 -23252 DISTRICT USE TAX - LIBRARIES ($0.09) 90000000 -23237 DISTRICT USE TAX - MEASURE S ($0.35) 90000000 -23013 STATE USE TAX LIABILITY ($5.14) 10/6 -10/7/15 PURCHASING CREDIT CARD, $230.69 20413500 -57100 CONFERENCE & TRAINING $230.69 MISC P SF -15852 PURCHASING CREDIT CARD, $2774 90000000 -23252 DISTRICT USE TAX- LIBRARIES ($0.03) MISC P 90000000 -23237 DISTRICT USE TAX- MEASURE S ($0.13) 90000000 -23013 STATE USE TAX LIABILITY ($1.86) 80026400 -54100 SUPPLIES $2.02 80026400 -54100 SUPPLIES $27.74 SF -18663 PURCHASING CREDIT CARD, $127.04 90000000 -23252 DISTRICT USE TAX - LIBRARIES ($0.15) MISC P 90000000 -23237 DISTRICT USE TAX - MEASURE S ($0.58) 90000000 -23013 STATE USE TAX LIABILITY ($8.62) 84024425 -54100 SUPPLIES $9.35 84024425 -54100 SUPPLIES $127.04 R3121577 PURCHASING CREDIT CARD, $206.03 90000000 -23252 DISTRICT USE TAX - LIBRARIES ($0.26) MISC P 90000000 -23237 DISTRICT USE TAX - MEASURE S ($1.03) 90000000 -23013 STATE USE TAX LIABILITY ($15.46) List of Checks Presented for Approval on 11/13/2015 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail BUSINESS CARD R3121577 PURCHASING CREDIT CARD, $206.03 20922900 -54100 SUPPLIES $16.75 MISC P 20922900 -54100 SUPPLIES $206.03 SF -18654 PURCHASING CREDIT CARD, $771.25 90000000 -23252 DISTRICT USE TAX - LIBRARIES ($0.94) MISC P 90000000 -23237 DISTRICT USE TAX - MEASURE S ($3.75) 84024425 -56120 EQUIPMENT MAINTENANCE & $60.94 REPAIR 84024425 -56120 EQUIPMENT MAINTENANCE & $771.25 REPAIR 90000000 -23013 STATE USE TAX LIABILITY ($56.25) SF -18662 PURCHASING CREDIT CARD, $1,009.97 90000000 -23252 DISTRICT USE TAX - LIBRARIES ($1.27) MISC P 90000000 -23237 DISTRICT USE TAX - MEASURE S ($5.05) 90000000 -23013 STATE USE TAX LIABILITY ($75.75) 63020210 -54100 SUPPLIES $82.07 63020210 -54100 SUPPLIES $1,009.97 ORD285847 CLOTHING: ATHLETIC. CASUAL, $1,360.75 90000000 -23252 DISTRICT USE TAX - LIBRARIES ($1.70) DR 90000000 -23237 DISTRICT USE TAX- MEASURE S ($6.81) 90000000 -23013 STATE USE TAX LIABILITY ($102.06) 10022300 -54100 SUPPLIES $110.57 10022300 -54100 SUPPLIES $1,360.75 E34729 COMPUTER HARDWARE AND $5,589.08 90000000 -23252 DISTRICT USE TAX - LIBRARIES ($6.99) PERIPHER 90000000 -23237 DISTRICT USE TAX - MEASURE S ($27.95) 22022900 -80100 MACHINERY & EQUIPMENT $454.13 22022900 -80100 MACHINERY & EQUIPMENT $5,589.08 90000000 -23013 STATE USE TAX LIABILITY ($419.19) List of Checks Presented for Approval on 11/13/2015 Invoices Vendor ---- Vendor Total: -- ---- ----- $10,985.90 .- .- 10024220 -54120 BUSINESS CARD SF -18665 PURCHASING CREDIT CARD, $172.86 84024425 -56120 EQUIPMENT MAINTENANCE & $172.86 $456.49 MISC P PIN - SPECIAL SUPPLIES $456.49 REPAIR SF -18666 PURCHASING CREDIT CARD, $202.85 20922900 -54100 SUPPLIES $202.85 MISC P --------- Vendor Total: -- ---- $250.00 $42,934.00 10520210 -51211 112- 4808427- PURCHASING CREDIT CARD, $954.33 20922900 -54100 SUPPLIES $954.33 8329045 MISC P --------------- Vendor Total: $66,197.00 $20,035.94 84424422 -80230 107 - 3999107- PURCHASING CREDIT CARD, $124.18 80026400 -54100 SUPPLIES $124.18 1642659 MISC P CONFERENCE & TRAINING $457.40 107 - 6932588- PURCHASING CREDIT CARD, $128.47 80026400 -54100 SUPPLIES $128.47 1601869 MISC P --------------- Vendor Total: $175.00 CA CONTRACTORS SUPPLIES CR 73867 INC T 43867 T 1223 CA PEACE OFFICERS ASSOC 2696584 RETURNED SUPPLIES SUPPLIES SUPPLIES CLASS REGISTRATION FEE CALPERS 1000000146476 UNFUNDED ACCRUED LIABILITY 81 1000000146476 UNFUNDED ACCRUED LIABILITY 71 CAROLLO ENGINEERS INC 0144791 DESIGN PHASES I&II RECYCLED WA CINDY SAUERS TER 10126 - TRAVEL REIMBURSEMENT 10/28/15 CITY CLERKS ASSOC DV110515 TRAINING REGISTRATION FEE ---- Vendor Total: -- ---- ----- $10,985.90 ($260.95) 10024220 -54120 PIN - SPECIAL SUPPLIES ($260.95) $260.95 10024220 -54120 PIN - SPECIAL SUPPLIES $260.95 $456.49 10024220 -54120 PIN - SPECIAL SUPPLIES $456.49 --------- Vendor Total: --- --- $456.49 $250.00 10520210 -57100 CONFERENCE & TRAINING $250.00 --------- Vendor Total: -- ---- $250.00 $42,934.00 10520210 -51211 PERS UNFUNDED LIABILITY $42,934.00 $23,263.00 10521210 -51211 PERS UNFUNDED LIABILITY $23,263.00 --------------- Vendor Total: $66,197.00 $20,035.94 84424422 -80230 INFRASTRUCTURE $20,035.94 Vendor Total: $20,035.94 $457.40 80026400 -57100 CONFERENCE & TRAINING $457.40 --------------- Vendor Total: $457.40 $175.00 10011100 -57100 CONFERENCE & TRAINING $175.00 --------------- Vendor Total: $175.00 List of Checks Presented for Approval on 11/ 13/ 2015 Invoices CLARK PEST CONTROL 17585873 PEST CONTROL SVCS COMPUTER OPTIONS INC BILL36959 IT SERVICES COOPER COMPLIANCE 1320 COMPLIANCE RPT SVCS TO CORPORATION MEET FE CRAWFORD & ASSOC INC 508 ENGINEERING SERVICES - HYDROELE CUES 444846 PARTS DAVID RAPPORT 6307 LEGAL SERVCIES FOR FY 15/16 6308 LEGAL SERVCIES FOR FY 15/16 $90.00 82024410 -52100 CONTRACTED SERVICES $90.00 --------------- Vendor Total: $90.00 $2,250.00 20922900 -52100 CONTRACTED SERVICES $2,250.00 Vendor Total: $2,250.00 $2,666.67 80026400 -52100 CONTRACTED SERVICES $2,666.67 ---- Vendor Total: ----- -- -- -- $2,666.67 $3,334.15 80026330 -52100 CONTRACTED SERVICES $3,334.15 --------------- Vendor Total: $3,334.15 $522.97 84024421 -56130 EXTERNAL SERVICES $522.97 --------- Vendor Total: - ----- $522.97 $17,974.44 84424422 -52100 CONTRACTED SERVICES $1,046.44 10014000 -52150 LEGAL SERVICES /EXPENSES $11,006.93 20414000 -52150 LEGAL SERVICES /EXPENSES $302.47 20514000 -52150 LEGAL SERVICES /EXPENSES $1,459.65 80014000 -52150 LEGAL SERVICES /EXPENSES $275.64 82014000 -52150 LEGAL SERVICES /EXPENSES $973.27 84014000 -52150 LEGAL SERVICES/EXPENSES $1,022.05 90214000 -52150 LEGAL SERVICES /EXPENSES $1,746.51 90214000 -52140 LITIGATION EXPENSES $141.48 $326.00 96995669 -52100 CONTRACTED SERVICES $326.00 --------- Vendor Total: ------ $18,300.44 List of Checks Presented for Approval on 11/13/2015 Invoices DC CUSTOMS INC 181981 EQUIPMENT MAINTANCE DE NORA WATER 1678209 PUMPING EQUIPMENT AND TECHNOLOGIES ACCESSOR DIANN LUCCHETTI DV110415 KEY REIMBURSEMENT EBA ENGINEERING 28451 CORP YARD QTRLY REMEDIATION SY EDDIE VEDOLLA JR DV110215 INSTRUCTOR EFAX CORPORATE C/O J2 700476 EFAX SERVICES GLOBAL COMMUNICATIONS ELLIES MUTT HUT 628447 INTERVIEW LUNCHEON EVERGREEN JOB & SAFETY 373 JOB AND SAFETY TRAINING TRAINING INC PROGRA 372 JOB AND SAFETY TRAINING PROGRA $259.32 90000000 -23237 DISTRICT USE TAX - MEASURE S ($1.21) 10520210 -56130 EXTERNAL SERVICES $1.21 10520210 -56130 EXTERNAL SERVICES $259.32 --------- Vendor Total: -- - -- - $259.32 $3,720.92 84024425 -56120 EQUIPMENT MAINTENANCE & $3,720.92 REPAIR ---- Vendor Total: ----------- $3,720.92 $10.72 80026400 -54100 SUPPLIES $10.72 --------------- Vendor Total: $10.72 $2,106.25 25024300 -52100 CONTRACTED SERVICES $2,106.25 --------------- Vendor Total: $2,106.25 $234.50 10022850 -52100 CONTRACTED SERVICES $234.50 --------- Vendor Total: -- ---- $234.50 $129.90 10012200 -55100 TELEPHONE $129.90 --------------- Vendor Total: $129.90 $49.18 10016100 -54163 HR - INTERVIEW SUPPLIES $49.18 --------------- Vendor Total: $49.18 $927.68 80026400 -57100 CONFERENCE & TRAINING $927.68 $2,028.00 80026400 -57100 CONFERENCE & TRAINING $2,028.00 -- ------------- Vendor Total: $2,955.68 List of Checks Presented for Approval on 11/13/2015 GEARY, SHEA, O'DONNELL, GRATTAN, & MITCHELL GHD INC GINA GRECO GOVERNMENT FINANCE OFFICERS ASSOC GRAINGER INC GRANITE CONSTRUCTION COMPANY 40024 TRIAL COUNSEL IN UVSD VS, COU 53521 TRANSPORTATION IMPROVEMENTS RE DV103015 INSTRUCTOR 0131001.15/16 MEMBERSHIP RENEWAL 9879360742 EQUIPMENT SUPPLIES 896105 893057 898592 231992 Invoices MISC ROCK & ROAD PATCH MTLS AS MISC ROCK & ROAD PATCH MTLS AS MISC ROCK & ROAD PATCH MTLS AS RENTAL OR PURCHASE OF MISC EQU GRAPHIC ENTERPRISES INC 51757 BUSINESS CARDS $3,677.75 84424422 -52100 CONTRACTED SERVICES $3,677.75 - --- Vendor Total: -- --------- $3,677.75 $668.50 25024210 -80230 INFRASTRUCTURE $668.50 --------- Vendor Total: - ----- $668.50 $1,461.60 10022850 -52100 CONTRACTED SERVICES $1,461.60 - -------- Vendor Total: - ----- $1,461.60 $190.00 10013400 -57300 MEMBERSHIPS & $190.00 SUBSCRIPTIONS --------- Vendor Total: -- - --- $190.00 $102.08 82024411 -54100 SUPPLIES $102.08 --------- Vendor Total: - - --- - $102.08 $1,388.72 82024411 -56300 BUILDING MAINT. & REPAIR $1,388.72 $2,417.85 82024411 -56300 BUILDING MAINT. & REPAIR $2,417.85 $628.58 10024220 -54122 PW - AGGREGATE BASE $628.58 $138.02 82024414 -54100 SUPPLIES $138.02 --------------- Vendor Total: $4,573.17 $161.05 10016100 -54160 HR - CITY LIABILITY & $40.27 CONTRACT 10024210 -54100 SUPPLIES $13.42 80026400 -54100 SUPPLIES $80.52 82024410 -54100 SUPPLIES $13.42 List of Checks Presented for Approval on 11/13/201S GRAPHIC ENTERPRISES INC 51757 GREEN VALLEY CONSULTING 7600 ENGINEERS GRILL BROS PARTNERSHIP 192627 -2 BUSINESS CARDS SUMMER 2015 STREET RECONSTRUCT EQUIPMENT & MACHINERY RENTAL A Invoices HOPLAND FIRE PROTECTION 110315 SERVICES OF FIRE CHIEF JOHN DIST BA INDUSTRIAL SAFETY SUPPLY 1025467 ALUMINUM CYLINDER INTEGRITY SHRED 53422 DOCUMENT SHREDDING INTERCOUNTY MECHANICAL & 4850 ELECTRICAL INC EQUIPMENT REPAIRS JEFF BASILI DV111215 REIBURSMENT FOR D -2 CERTIFICATE RENEWAL $161.05 84024420 -54100 SUPPLIES $13.42 - -- Vendor Total: ------ -- - -- - $161.05 $26,419.00 25124421 -80230 INFRASTRUCTURE $15,371.00 82224413 -80230 INFRASTRUCTURE $9,148.00 84424422 -80230 INFRASTRUCTURE $1,900.00 ------ Vendor Total: - - ------- $26,419.00 $13.00 82024414 -54100 SUPPLIES $13.00 --------------- Vendor Total: $13.00 $3,500.00 10521210 -52100 CONTRACTED SERVICES $3,500.00 ------ Vendor Total: ------- -- $3,500.00 $283.88 84024425 -54100 SUPPLIES $283.88 --------------- Vendor Total: $283.88 $57.00 10520210 -54100 SUPPLIES $28.50 20620231 -54100 SUPPLIES $28.50 --------------- Vendor Total: $57.00 $198.86 20822500 -56300 BUILDING MAINT. & REPAIR $198.86 --------- Vendor Total: - - --- - $198.86 $80.00 82024414 -57100 CONFERENCE & TRAINING $80.00 --------------- Vendor Total: $80.00 List of Checks Presented for Approval on 11/13/2015 10022850 -54100 SUPPLIES $485.54 --------------- Vendor Total: $611.93 LYNCOLE GROUNDING 0295013 -IN CONDUCT SOIL RESISTIVITY $4,490.00 80026330 -52100 CONTRACTED SERVICES $4,490.00 SOLUTIONS LLE TESTI --- ------ - - - - -- Vendor Total: $4,490.00 MARTIN BRADLEY 10/8 - 10/12/15 REIMBURSE TRAVEL EXPENSE $300.00 10022100 -57100 CONFERENCE & TRAINING $150.00 10022810 -57100 CONFERENCE & TRAINING $150.00 --------------- Vendor Total: $300.00 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail JOHN M PHILLIPS 101516 TREE RISK ASSESSMENT $150.00 10022500 -52100 CONTRACTED SERVICES $150.00 --------- Vendor Total: -- ---- $150.00 KEN FOWLER 92477 MISC AUTOMOTIVE PARTS AS $37.61 10520210 -56130 EXTERNAL SERVICES $37.61 NEEDE 92076 MISC AUTOMOTIVE PARTS AS $70.04 10520210 -56130 EXTERNAL SERVICES $70.04 NEEDE 93493 MISC AUTOMOTIVE PARTS AS $101.01 10520210 -56130 EXTERNAL SERVICES $101.01 NEEDE 92009 MISC AUTOMOTIVE PARTS AS ($438.61) 10521210 -56130 EXTERNAL SERVICES ($438.61) NEEDE 92750 MISC AUTOMOTIVE PARTS AS $27.95 10521210 -56130 EXTERNAL SERVICES $27.95 NEEDE 92148 MISC AUTOMOTIVE PARTS AS $100.48 10521210 -56130 EXTERNAL SERVICES $100.48 NEEDE 93505 MISC AUTOMOTIVE PARTS AS $143.59 80026400 -56130 EXTERNAL SERVICES $143.59 NEEDE --------------- Vendor Total: $42.07 KENNETH STEELY 20151017 -A PUMPKINFEST SOUND AND $3,000.00 90000000 -23219 PUMPKINFEST $3,000.00 STAGE -------- ------- Vendor Total: $3,000.00 LORELEI SCOTT 3271 BANNER INSERTS $611.93 90000000 -23226 CONCERT SERIES $126.39 10022850 -54100 SUPPLIES $485.54 --------------- Vendor Total: $611.93 LYNCOLE GROUNDING 0295013 -IN CONDUCT SOIL RESISTIVITY $4,490.00 80026330 -52100 CONTRACTED SERVICES $4,490.00 SOLUTIONS LLE TESTI --- ------ - - - - -- Vendor Total: $4,490.00 MARTIN BRADLEY 10/8 - 10/12/15 REIMBURSE TRAVEL EXPENSE $300.00 10022100 -57100 CONFERENCE & TRAINING $150.00 10022810 -57100 CONFERENCE & TRAINING $150.00 --------------- Vendor Total: $300.00 List of Checks Presented for Approval on 11/13/2015 Invoices MATHESON TRI -GAS INC 11725295 OXYGEN & MISC AS NEEDED, $27.12 80026130 -54100 SUPPLIES $27.12 FYE 2 --------------- Vendor Total: $27.12 MENDOCINO COUNTY AUDITOR- DV 110315 PARKING CITATION REVENUE $1,992.00 90000000 -23070 COUNTY SURCHG, PKG $498.00 CONTROLLER ENFORCE 90000000 -23070 COUNTY SURCHG, PKG $1,494.00 ENFORCE - -- Vendor Total: ----------- $1,992.00 MENDOCINO COUNTY GENERAL 201510 -4 RADIO MAINT SVC - SPANISH $385.00 20620231 -52100 CONTRACTED SERVICES $385.00 SVGS MOUN --------------- Vendor Total: $385.00 MUNICIPAL MAINTENANCE 0104284 -IN MISCELLANEOUS PARTS AS $393.14 10520210 -56130 EXTERNAL SERVICES $393.14 EQUIPMENT NEEDED, 0105039 -IN MISCELLANEOUS PARTS AS $177.97 84024421 -56130 EXTERNAL SERVICES $177.97 NEEDED, --------------- Vendor Total: $571.11 NORTHERN AGGREGATES INC 47987 MISC ROCK & ROAD PATCH $358.46 10024220 -54122 PW - AGGREGATE BASE $358.46 MAT'LS 48198 MISC ROCK & ROAD PATCH $345.46 10024220 -54120 PIN - SPECIAL SUPPLIES $345.46 MAT'LS ............... Vendor Total: $703.92 ONE TIME PAY VENDOR DV 110315 CANCELLED CLASS REFUND $40.00 10022800 -44915 RECREATION PROGRAM INCOME $40.00 DV 110415 CANCELLED CLASS REFUND $40.00 10022800 -44915 RECREATION PROGRAM INCOME $40.00 DV110415 CLASS REFUND $40.00 10022800 -44915 RECREATION PROGRAM INCOME $40.00 --------------- Vendor Total: $120.00 OREN THOMPSON 103015 MISC PARTY RENTALS & $67.00 10022840 -54100 SUPPLIES $67.00 SUPPLIES 102715 MISC PARTY RENTALS & $182.73 73022600 -54100 SUPPLIES $182.73 SUPPLIES --------- -- ---- Vendor Total: $249.73 List of Checks Presented for Approval on 11/13/2015 Invoices PETER HOYLE UA 110515 UNIFORM ALLOWANCE PG &E CO OCT 15 UTILITIES PHILLIPS SEABROOK 5531 STRUCT ENGNG /PLAN ASSOCIATES UTILITIES CHCK/SUBSTIT R EMMETT JONES OCT15 MANAGEMENT ADVISORY -- --- $3,032.18 $1,215.00 SERVICES F RAU & ASSOCIATES INC 201500203 PHASE 2 ENG FOR RAILROAD --------- Vendor Total: CENTE REDWOOD EMPIRE MUNICIPAL DEC -15 REMIF LIFE, LTD & EAP INSURANCE FUND INSURANCE REDWOOD EMPIRE TITLE 20151820DN PRELILMINARY REPORT FEE COMPANY WELL #9 REDWOOD TREE SERVICE STMT 9/30/15 CAR WASHES & INTERIOR STATIONS INC CLEANING STMT 10/31/15 CAR WASHES & INTERIOR CLEANING $615.55 10520210 -51270 UNIFORM ALLOWANCE $615.55 --------------- Vendor Total: $615.55 $3,032.18 31122870 -55210 UTILITIES $3,032.18 ---------- Vendor Total: -- --- $3,032.18 $1,215.00 10023320 -52100 CONTRACTED SERVICES $1,215.00 --------- Vendor Total: - ----- $1,215.00 $1,087.00 70224500 -52100 CONTRACTED SERVICES $1,087.00 --- Vendor Total: ------------ $1,087.00 $7,675.40 25124210 -52100 CONTRACTED SERVICES $7,675.40 --- Vendor Total: -- ---------- $7,675.40 $3,250.20 20700000 -20523 P/R DEDUCT -LTD $2,606.20 20700000 -20512 REMIF LIFE $195.20 20112400 -52525 WORKER'S COMP. EXPENSE $448.80 -- -- Vendor Total: ----------- $3,250.20 $360.00 82024410 -59101 FEES $360.00 --------- Vendor Total: -- - - -- $360.00 $413.00 20324100 -52100 CONTRACTED SERVICES $23.00 10520210 -56130 EXTERNAL SERVICES $390.00 $1,029.50 20324100 -52100 CONTRACTED SERVICES $36.00 10520210 -56130 EXTERNAL SERVICES $993.50 --------------- Vendor Total: $1,442.50 List of Checks Presented for Approval on 11/13/201S Invoices REXEL INC 1011958 MISC ELECTRICAL SUPPLIES AS $142.73 NE RICHARD SEANOR 10/18- TRAVEL EXPENSE 10024210 -57100 10/21/15. REIMBURSMENT RICHARD THORNTON DBA 0000007838 TELEPHONE PARTS AS NEEDED, TELECOM $508.82 FYE RINO PACIFIC CL11940 FUEL AS NEEDED CL11811 FUEL AS NEEDED ROBERT PERKOWSKI 13510 STAFF UNIFORMS SBOE SALES & USE TAX OCT 15 PRE -PAID SALES AND USE TAX SEAN KAESER UA 110515 UNIFORM ALLOWANCE $142.73 20822500 -56300 BUILDING MAINT. & REPAIR $142.73 --------- Vendor Total: -- ---- $142.73 $4.51 10024210 -57100 CONFERENCE & TRAINING $4.51 ---- VendorTotal: -- --- - - - --- $4.51 $508.82 20620231 -54100 SUPPLIES $508.82 --------------- Vendor Total: $508.82 $43.35 82024414 -56210 FUEL & FLUIDS $23.41 84024421 -56210 FUEL & FLUIDS $19.94 $164.30 82024414 -56210 FUEL & FLUIDS $75.58 82024414 -56210 FUEL & FLUIDS $88.72 --------------- Vendor Total: $207.65 $774.39 84024425 -54100 SUPPLIES $774.39 --------------- Vendor Total: $774.39 $3,875.00 77725200 -58401 AVIATION FUEL $750.00 90000000 -23252 DISTRICT USE TAX - LIBRARIES $52.00 90000000 -23237 DISTRICT USE TAX- MEASURE S $241.00 90000000 -23013 STATE USE TAX LIABILITY $2,832.00 ----- Vendor Total: ---- - ----- $3,875.00 $637.56 10520210 -51270 UNIFORM ALLOWANCE $637.56 - ------ VendorTotal: -- -- - --- $637.56 List of Checks Presented for Approval on 11/13/2015 Invoices •- .. Description Invoice AMt Invoice Account .- SHAMROCK SCIENTIFIC 259614 PD EVIDENCE LABELS $107.40 10520210 -54201 PRISONER EXPENSE $107.40 SPECIALTY SYSTEMS INC -- - - - - -- - - Vendor Total: $1,07.407.4 0 STACY ROWE DV110315 INSTRUCTOR $352.00 10022850 -52100 CONTRACTED SERVICES $64.00 10022850 -52100 CONTRACTED SERVICES $108.00 10022850 -52100 CONTRACTED SERVICES $180.00 --------- Vendor Total: -- $3---- 52.00 STAPLES ADVANTAGE 3280201061 SUPPLIES $9.70 10013400 -54100 SUPPLIES $9.70 3280201060 SUPPLIES $876.76 10013400 -54100 SUPPLIES $876.76 3280201062 SUPPLIES $58.81 10017100 -54100 SUPPLIES $58.81 3280201065 RECREATOPM SUPPLIES $39.24 10022810 -54100 SUPPLIES $39.24 3280201063 SUPPLIES $98.77 10022810 -54100 SUPPLIES $14.34 10022810 -54100 SUPPLIES $14.37 10022810 -54100 SUPPLIES $22.27 10022810 -54100 SUPPLIES $47.79 3280201064 SUPPLIES $54.05 20513300 -54100 SUPPLIES $54.05 3280201059 SUPPLIES $96.27 73022600 -54100 SUPPLIES $96.27 3280201058 SUPPLIES $465.53 73022600 -54100 SUPPLIES $465.53 --- Vendor Total: -- ---- - - - - -- $1,699.13 STAPLES CARD 31361 OFFICE SUPPLIES, MISC AS $28.60 80026400 -54101 POSTAGE $28.60 NEEDE 60161 OFFICE SUPPLIES, MISC AS $47.00 90000000 -23220 PUMPKINFEST (CC VENDOR $47.00 NEEDE PMTS) List of Checks Presented for Approval on 11/13/2015 Invoices STAPLES CARD 59714 OFFICE SUPPLIES, MISC AS $58.38 10024220 -54120 $86.49 SUPPLIES NEEDE SUPPLIES $15.76 SUPPLIES 59286 OFFICE SUPPLIES, MISC AS $30.28 10012200 -54100 $29.16 SUPPLIES NEEDE SUPPLIES $95.60 SUPPLIES 29479 OFFICE SUPPLIES, MISC AS $86.49 10013400 -54100 $64.00 FINGERPRINT NEEDE --------------- Vendor Total: $64.00 MEMBERSHIPS & 57584 OFFICE SUPPLIES, MISC AS $25.93 10520210 -54100 $300.00 MOVIES IN THE PLAZA NEEDE --------------- Vendor Total: $301.00 UNIFORM ALLOWANCE 57076 OFFICE SUPPLIES, MISC AS $15.76 75017110 -54100 NEEDE 59091 OFFICE SUPPLIES, MISC AS $23.73 77725200 -54100 NEEDE 62681 OFFICE SUPPLIES, MISC AS $75.68 77725200 -54100 NEEDE 56982 OFFICE SUPPLIES, MISC AS $29.16 82024411 -54100 NEEDE 61104 OFFICE SUPPLIES, MISC AS $123.76 82024411 -54100 NEEDE 31518 OFFICE SUPPLIES, MISC AS $95.60 84024421 -54100 NEEDE 59014 OFFICE SUPPLIES, MISC AS $28.09 84024425 -54100 NEEDE STATE OF CALIFORNIA 130242 FINGERPRINTING $64.00 10016100 -54165 STATE WATER RESOURCES DV101515 WWTP OPERATOR CERTIFICATE $300.00 84024425 -57300 CONTROLBOARD RENEWAL SWANK MOTION PICTURES INC RG 2113596 RENTAL OR LEASE SUPPLIES OF $301.00 90000000 -23235 AP THOMAS CORNING JR UA 110115 UNIFORM ALLOWANCE $992.94 10520210 -51270 PW - SPECIAL SUPPLIES $58.38 SUPPLIES $30.28 SUPPLIES $86.49 SUPPLIES $25.93 SUPPLIES $15.76 SUPPLIES $23.73 SUPPLIES $75.68 SUPPLIES $29.16 SUPPLIES $123.76 SUPPLIES $95.60 SUPPLIES $28.09 --------- Vendor Total: -- - -- - $668.46 HR - NEW EMPLOYEE $64.00 FINGERPRINT --------------- Vendor Total: $64.00 MEMBERSHIPS & $300.00 SUBSCRIPTIONS --------------- Vendor Total: $300.00 MOVIES IN THE PLAZA $301.00 --------------- Vendor Total: $301.00 UNIFORM ALLOWANCE $992.94 --------------- Vendor Total: $992.94 List of Checks Presented for Approval on 11/13/2015 Invoices Vendor Description Invoice Amt Invoice Account Detail and Allocation Detail THURSTON AUTO PLAZA 185581 PARTS & SERVICE REPAIRS AS $34.19 90000000 -23237 DISTRICT USE TAX - MEASURE S ($0.15) NEE 10022500 -56130 EXTERNAL SERVICES $0.15 10022500 -56130 EXTERNAL SERVICES $34.19 185790 PARTS & SERVICE REPAIRS AS $36.83 90000000 -23237 DISTRICT USE TAX - MEASURE S ($0.17) NEE 80026400 -56130 EXTERNAL SERVICES $0.17 80026400 -56130 EXTERNAL SERVICES $36.83 185789 PARTS & SERVICE REPAIRS AS $121.07 90000000 -23237 DISTRICT USE TAX- MEASURE S ($0.56) NEE 80026400 -56130 EXTERNAL SERVICES $0.56 80026400 -56130 EXTERNAL SERVICES $121.07 --------- Vendor Total: -- ---- $192.09 TIM POMA DV11062015 SHIRT REIMBURSEMENT $21.62 20524412 -54100 SUPPLIES $21.62 --------------- Vendor Total: $21.62 TROY MILANI 7594 INSTALL DOOR AT ANTON $975.00 30122210 -54100 SUPPLIES $975.00 STATIUM --------------- Vendor Total: $975.00 UKIAH ROUND TREE GLASS 151863 EQUIPMENT REPAIRS $260.00 10520210 -56130 EXTERNAL SERVICES $260.00 --------- Vendor Total: -- ---- $260.00 UKIAH WASTE SOLUTIONS INC 10012015 CONTAMINATION CHARGE $33.85 77725200 -56300 BUILDING MAINT. & REPAIR $33.85 --------------- Vendor Total: $33.85 UNITED ROTARY BRUSH CORP CI176929 MISC. SUPPLIES AS NEEDED, $751.94 10024220 -56130 EXTERNAL SERVICES $751.94 FYE --------------- Vendor Total: $751.94 List of Checks Presented for Approval on 11/13/2015 Invoices UNITED SITE SERVICES 114- 3314447 PORTABLE TOILET RENTAL $136.29 80026330 -52100 US BANK TRUST NA DV111215 SEMI - ANNUAL INTEREST $171,057.80 80326330 -70102 POSTAGE $3,500.00 PAYMENT - --- - -- $3,500.00 AMBULANCE BILLING ($2.21) AMBULANCE BILLING $51.28 AMBULANCE BILLING 80300000 -10260 US POST OFFICE DV111215 POSTAGE FOR PERMIT #243 $3,500.00 20513300 -54101 WITTMAN ENTERPRISES LLC 1507044 AMBULANCE BILLING SERVICES ($2.21) 10521210 -52110 CONTRACTED SERVICES 1509044 AMBULANCE BILLING SERVICES $51.28 10521210 -52110 $83.61 1506044 AMBULANCE BILLING SERVICES ($29.28) 10521330 -52110 1508044 AMBULANCE BILLING SERVICES $0.32 10521330 -52110 XEROX CORP 082039697 COPIER LEASE -SEE ADD'L $724.39 20822500 -52100 DESCRIP 082039702 COPIER LEASE -SEE ADD'L $1,395.67 20822500 -52100 DESCRIP 082039701 COPIER LEASE -SEE ADD'L $183.59 69122700 -52100 DESCRIP 082039700 COPIER LEASE -SEE ADD'L $347.74 73022600 -52100 DESCRIP 082039699 COPIER LEASE -SEE ADD'L $238.89 10520210 -94500 DESCRIP 10521210 -94500 20620231 -94500 64020213 -94500 CONTRACTED SERVICES $136.29 --------- Vendor Total: -- ---- $136.29 BOND INTEREST PAYMENTS $171,406.25 CASH WITH FISCAL AGENT ($348.45) --- Vendor Total: ------ --- --- $171,057.80 POSTAGE $3,500.00 -------- Vendor Total: - --- - -- $3,500.00 AMBULANCE BILLING ($2.21) AMBULANCE BILLING $51.28 AMBULANCE BILLING ($29.28) AMBULANCE BILLING $0.32 --------------- Vendor Total: $20.11 CONTRACTED SERVICES $724.39 CONTRACTED SERVICES $1,395.67 CONTRACTED SERVICES $183.59 CONTRACTED SERVICES $347.74 LEASE PAYMENTS $131.40 LEASE PAYMENTS $83.61 LEASE PAYMENTS $11.94 LEASE PAYMENTS $11.94 List of Checks Presented for Approval on 11/13/2015 Invoices XEROX CORP 082039698 COPIER LEASE -SEE ADUL $509.80 10520210 -94500 LEASE PAYMENTS $280.39 DESCRIP 10521210 -94500 LEASE PAYMENTS $178.43 20620231 -94500 LEASE PAYMENTS $25.49 64020213 -94500 LEASE PAYMENTS $25.49 --------------- Vendor Total: $3,400.08 INVOICE TOTAL: $431,855.49 List of Checks Presented for Approval on 11/20/2015 The following list of bills payable was reviewed and approved for payment. //�- '.PC, Signature Invoices ACCOUNTEMPS 44335629 A/P BACKFILL - JOANNA MONTES $1,120.00 10013400 -52100 CONTRACTED SERVICES $1,120.00 44327989 A/P BACKFILL - JOANNA MONTES $1,146.25 10013400 -52100 CONTRACTED SERVICES $1,146.25 --------------- Vendor Total: $2,266.25 ALHAMBRA NATIONAL WATER 5109554 DRINKING WATER SERVICES, $102.92 69122700 -54100 SUPPLIES $7.00 110615 FYE 2 77725200 -54100 SUPPLIES $29.20 84024425 -54100 SUPPLIES $66.72 --------- Vendor Total: - - --- - $102.92 ALL PHASE EXCAVATING & UKIAH2015 LOW GAP TO DESPINA 200/600 $38,392.26 80026120 -80230 INFRASTRUCTURE $38,392.26 CONSTRUCTION AMP UKIAHDOOLAN CONSTRUCTION SERVICES, $25,910.00 80100000 -80230 INFRASTRUCTURE $25,910.00 GENERAL -- ------ ------- Vendor Total: $64,302.26 ALPHA ANALYTICAL 5102619- MISCELLANEOUS LAB WORK AS $271.00 84024425 -52100 CONTRACTED SERVICES $271.00 LABORATORIES INC UKIAHSTP NEED 5101984- MISCELLANEOUS LAB WORK AS $772.00 84024425 -52100 CONTRACTED SERVICES $772.00 UKIAHSTP NEED 5102684- ENVIRONMENTAL AND $1,728.00 84024425 -52100 CONTRACTED SERVICES $1,728.00 UKIAHSTP ECOLOGICAL S 5081322 -UKIAH MISCELLANEOUS LAB WORK AS $35.00 82024411 -54100 SUPPLIES $35.00 NEED -- ------ Vendor Total: ---- --- $2,806.00 List of Checks Presented for Approval on 11/20/2015 Invoices ANTONIO MUNOZ CFM102015 HEALTH RELATED SERVICES $333.33 10521210 -57100 CONFERENCE & TRAINING $333.33 (FOR H --------------- Vendor Total: $333.33 ARAMARK UNIFORM SERVICES 702475895 MAT & TOWEL SERVICES $93.75 20822500 -56300 BUILDING MAINT. & REPAIR $93.75 (PLEASE S 702495726 MAT & TOWEL SERVICES $93.75 20822500 -56300 BUILDING MAINT. & REPAIR $93.75 (PLEASE S 702475894 MAT & TOWEL SERVICES $73.75 73022600 -56300 BUILDING MAINT. & REPAIR $73.75 (PLEASE S 702495725 MAT & TOWEL SERVICES $73.75 73022600 -56300 BUILDING MAINT. & REPAIR $73.75 (PLEASE S 702463227 MAT & TOWEL SERVICES $46.75 31122870 -56120 EQUIPMENT MAINTENANCE & $46.75 (PLEASE S REPAIR 702483057 MAT & TOWEL SERVICES $46.75 31122870 -56120 EQUIPMENT MAINTENANCE & $46.75 (PLEASE S REPAIR 702463246 UNIFORM SVC - AIRPORT FYE $70.31 77725200 -54100 SUPPLIES $70.31 2016 702483076 UNIFORM SVC - AIRPORT FYE $70.31 77725200 -54100 SUPPLIES $70.31 2016 702492918 UNIFORM SVC - AIRPORT FYE $70.31 77725200 -54100 SUPPLIES $70.31 2016 702473068 UNIFORM SVC - AIRPORT FYE $72.11 77725200 -54100 SUPPLIES $72.11 2016 --------------- Vendor Total: $711.54 ASBURY ENVIRONMENTAL SVCS 130536340 DISPOSAL OF MISC PRODUCTS $65.00 20324100 -52100 CONTRACTED SERVICES $65.00 AS N --------------- Vendor Total: $65.00 BEST BEST & KRIEGER LLP 759749 RDA LEGAL SERVICES AS $93.60 96995669 -52100 CONTRACTED SERVICES $93.60 NEEDED 759750 RDA LEGAL SERVICES AS $4,894.71 96995669 -52100 CONTRACTED SERVICES $4,894.71 NEEDED ----- Vendor Total: ---------- $4,988.31 List of Checks Presented for Approval on 11/20/2015 Invoices BIO REMEDIATION 10 -13- 2015 -1 TREATMENT SUPPLIES $920.00 84024425 -58202 WATER TREATMENT PLANT $920.00 CHEMICAL --------- Vendor Total: -- ---- $920.00 BTS EMBROIDERY 12184 EMBROIDERY SERVICES $281.72 10022100 -54100 SUPPLIES $281.72 --------------- Vendor Total: $281.72 BLUEPRINTS & COPIES 51817 PAPER,DRAFTING SUPPLIES, $324.38 82224413 -80230 INFRASTRUCTURE $324.38 COME 51822 PAPER,DRAFTING SUPPLIES, $137.86 20413500 -54100 SUPPLIES $137.86 COME --------- Vendor Total: -- $4---- 62.24 BNY WESTERN TRUST CO DV10615 RDA INTEREST AND PRINCIPAL $396,303.75 96695604 -70102 BOND INTEREST PAYMENTS $76,303.75 PAYMENT 96695604 -70202 BOND PRINCIPAL PAYMENTS $320,000.00 DV100615 RDA INTEREST AND PRINICPAL $683,368.75 96695604 -70102 BOND INTEREST PAYMENTS $103,368.75 PAYMENT 96695604 -70202 BOND PRINCIPAL PAYMENTS $580,000.00 -------- Vendor Total: ------- $1,079,672.50 BSN SPORTS 97292372 SPORTING GOODS, ATHLETIC $2,995.02 10022831 -54100 SUPPLIES $2,995.02 EQUIP --------------- Vendor Total: $2,995.02 BUSINESS CARD 0200509 FINANCE CREDIT CARD, MISC $40.00 10013400 -57100 CONFERENCE & TRAINING $40.00 PURC 02776z FINANCE CREDIT CARD, MISC $93.63 10013400 -57100 CONFERENCE & TRAINING $93.63 PURC 07629J HR/RISK MGMT CREDIT CARD, $39.07 10016100 -57100 CONFERENCE & TRAINING $39.07 MISC 11/1 - 11/2 HR/RISK MGMT CREDIT CARD, $146.45 10016100 -57100 CONFERENCE & TRAINING $146.45 MISC 1120512718079 HR/RISK MGMT CREDIT CARD, $404.40 10016100 -57100 CONFERENCE & TRAINING $404.40 MISC 052180 HR/RISK MGMT CREDIT CARD, $700.00 10016100 -57100 CONFERENCE & TRAINING $700.00 MISC List of Checks Presented for Approval on 11/20/2015 Invoices BUSINESS CARD 16461372 POLICE CREDIT CARD, MISC $138.39 10520210 -57100 CONFERENCE & TRAINING $138.39 PURCH 10/25 -10/30 POLICE CREDIT CARD, MISC $275.00 10520210 -57100 CONFERENCE & TRAINING $275.00 PURCH SF -9189 POLICE CREDIT CARD, MISC $445.00 10520210 -57100 CONFERENCE & TRAINING $295.00 PURCH 10520210 -57300 MEMBERSHIPS & $150.00 SUBSCRIPTIONS 12/3/15 POLICE CREDIT CARD, MISC $570.00 10520210 -57100 CONFERENCE & TRAINING $190.00 PURCH 10520210 -57100 CONFERENCE & TRAINING $190.00 20620232 -57100 CONFERENCE & TRAINING $190.00 113- 8531646- POLICE CREDIT CARD, MISC $15.98 90000000 -23252 DISTRICT USE TAX - LIBRARIES ($0.02) 0215418 PURCH 90000000 -23237 DISTRICT USE TAX - MEASURE S ($0.08) 90000000 -23013 STATE USE TAX LIABILITY ($1.20) 10520210 -54100 SUPPLIES $1.30 10520210 -54100 SUPPLIES $15.98 113 - 2685109- POLICE CREDIT CARD, MISC $18.98 90000000 -23252 DISTRICT USE TAX - LIBRARIES ($0.03) 4039457 PURCH 90000000 -23237 DISTRICT USE TAX - MEASURE S ($0.10) 90000000 -23013 STATE USE TAX LIABILITY ($1.43) 10520210 -54100 SUPPLIES $1.56 10520210 -54100 SUPPLIES $18.98 26281 FIRE CREDIT CARD, MISC $45.16 90000000 -23252 DISTRICT USE TAX - LIBRARIES ($0.06) PURCHAS 90000000 -23237 DISTRICT USE TAX - MEASURE S ($0.23) 90000000 -23013 STATE USE TAX LIABILITY ($3.39) 64020213 -54100 SUPPLIES $3.68 64020213 -54100 SUPPLIES $45.16 BUSINESS CARD List of Checks Presented for Approval on 11/20/201S Invoices 113 - 2185789- POLICE CREDIT CARD, MISC $399.90 90000000 -23252 DISTRICT USE TAX - LIBRARIES ($0.50) 3595446 PURCH 90000000 -23237 DISTRICT USE TAX - MEASURE S ($2.00) 90000000 -23013 STATE USE TAX LIABILITY ($30.00) 10520210 -54100 SUPPLIES $32.50 10520210 -54100 SUPPLIES $399.90 SF -9186 FIRE CREDIT CARD, MISC $864.29 90000000 -23252 DISTRICT USE TAX - LIBRARIES ($1.08) PURCHAS 90000000 -23237 DISTRICT USE TAX - MEASURE S ($4.33) 90000000 -23013 STATE USE TAX LIABILITY ($64.83) 10520210 -54100 SUPPLIES $70.24 10520210 -54100 SUPPLIES $864.29 12715 HR/RISK MGMT CREDIT CARD, $6.48 10016100 -54164 HR - FORMS & OTHER DIV. EXP. $6.48 MISC 06764J HR/RISK MGMT CREDIT CARD, $24.35 10016100 -54164 HR - FORMS & OTHER DIV. EXP. $24.35 MISC 113- 4887129- POLICE CREDIT CARD, MISC $359.74 10520210 -54202 MAJOR CRIME INVETIGATIONS $359.74 0510619 PURCH 04120 CITY MGR DEPARTMENT CREDIT $95.00 10012100 -57300 MEMBERSHIPS & $95.00 CAR SUBSCRIPTIONS 051630 HR/RISK MGMT CREDIT CARD, $150.00 10016100 -57300 MEMBERSHIPS & $150.00 MISC SUBSCRIPTIONS 152240 FIRE CREDIT CARD, MISC $76.68 10520210 -54201 PRISONER EXPENSE $76.68 PURCHAS 56786 FINANCE CREDIT CARD, MISC $16.21 10013400 -54100 SUPPLIES $16.21 PURC 07170j FINANCE CREDIT CARD, MISC $27.02 10013400 -54100 SUPPLIES $27.02 PURC 794z FINANCE CREDIT CARD, MISC $80.27 10013400 -54100 SUPPLIES $80.27 PURC SF -9191 POLICE CREDIT CARD, MISC $55.40 10520210 -54100 SUPPLIES $55.40 PURCH 103609 POLICE CREDIT CARD, MISC $64.66 10520210 -54100 SUPPLIES $64.66 PURCH List of Checks Presented for Approval on 11/20/2015 Invoices Tendor Rame Invoice # Invoice Description BUSINESS CARD sf -9184 POLICE CREDIT CARD, MISC $88.65 10520214 -54100 SUPPLIES $88.65 PURCH 9729937459 FIRE CREDIT CARD, MISC $172.99 63020210 -54100 SUPPLIES $172.99 PURCHAS 112015 PURCHASING CREDIT CARD, $119.88 69122700 -54100 SUPPLIES $119.88 MISC P sf -15854 PURCHASING CREDIT CARD, $745.08 80026400 -54100 SUPPLIES $745.08 MISC P --------------- Vendor Total: $6,278.66 CANON SOLUTIONS AMERICA 4017463159 LEASE AND COPIER USAGE $930.82 10012200 -56120 EQUIPMENT MAINTENANCE & $611.87 INC REPAIR 10012200 -54100 SUPPLIES $318.95 --------- Vendor Total: --- - - - $930.82 CHEVRON AND TEXACO 45854589 FUEL $558.32 10520210 -56210 FUEL & FLUIDS $558.32 BUSINESS CARD SVCS --------------- Vendor Total: $558.32 CITY OF CLOVERDALE 6384 REIMBURSEMENT FOR PINER $679.76 84024420 -54100 SUPPLIES $679.76 PRINTING --------------- Vendor Total: $679.76 CLARK PEST CONTROL 17694408 PEST CONTROL SVCS $95.00 80026400 -52100 CONTRACTED SERVICES $95.00 --------------- Vendor Total: $95.00 COASTSIDE CONCRETE 7 PERKINS ST UNDERGROUNDING $105,147.29 80526610 -80230 INFRASTRUCTURE $105,147.29 PROJ --------------- Vendor Total: $105,147.29 COMCAST NOV15 INTERNET SERVICE $246.98 10011100 -55100 TELEPHONE $2.35 10012100 -55100 TELEPHONE $9.41 10012200 -55100 TELEPHONE $7.06 10013400 -55100 TELEPHONE $10.58 10016100 -55100 TELEPHONE $4.70 COMCAST List of Checks Presented for Approval on 11/20/2015 Invoices NOV15 INTERNET SERVICE $246.98 10017100 -55100 TELEPHONE 10022100 -55100 10022810 -55100 10023100 -55100 10023320 -55100 10024210 -55100 10024220 -55100 10520210 -55100 10521210 -55100 20413500 -55100 20513300 -55100 20620231 -55100 20922900 -55100 64020213 -55100 69122700 -55100 70024500 -55100 72022400 -55100 73022600 -55100 77725200 -55100 80026400 -55100 82024410 -55100 82024411 -55100 84024425 -55100 TELEPHONE TELEPHONE TELEPHONE TELEPHONE TELEPHONE TELEPHONE TELEPHONE TELEPHONE TELEPHONE TELEPHONE TELEPHONE TELEPHONE TELEPHONE TELEPHONE TELEPHONE TELEPHONE TELEPHONE TELEPHONE TELEPHONE TELEPHONE TELEPHONE TELEPHONE $2.36 $1.18 $7.06 $9.41 $2.35 $9.41 $2.35 $58.80 $25.87 $2.35 $22.35 $7.06 $9.41 $2.35 $7.06 $2.35 $1.18 $4.70 $4.70 $16.47 $7.06 $4.70 $2.35 List of Checks Presented for Approval on 11/20/2015 10520210 -56130 Invoices $0.70 10520210 -56130 Vendor $150.68 Description Invoice Arnt Invoice Account Detail and Allocation Detail $3,528.06 80626500 -52137 PUBLIC BENEFITS PROGRAM $3,528.06 LLC P Vendor Total: $246.98 COMPUTER OPTIONS INC BILL37040 IT SERVICES $1,350.00 20922900 -52100 CONTRACTED SERVICES $1,350.00 $1,356.10 NAME --------------- Vendor Total: $1,350.00 DANIEL STEEL & MACHINE INC 13223 MATERIALS $170.21 84024421 -54100 SUPPLIES $170.21 --------- Vendor Total: - - ---- $170.21 DAVID MCQUEARY 1213/15 TRAVEL ADVANCE $35.00 10520210 -57100 CONFERENCE & TRAINING $35.00 --------------- Vendor Total: $35.00 DEEP VALLEY SECURITY 283544 ALARM SERVICES AS REQUIRED, $65.00 69122700 -52180 SECURITY SERVICES $65.00 FY --------------- Vendor Total: $65.00 DELL MARKETING LP XJT395X77 Microcomputers, Desktop or Tow $1,393.45 10011100 -54100 SUPPLIES $1,393.45 --------------- Vendor Total: $1,393.45 DIANN LUCCHETTI 12/7 -12/12/15 TRAVEL ADVANCE $1,388.85 80026400 -57100 CONFERENCE & TRAINING $1,388.85 --------------- Vendor Total: $1,388.85 DONALD KNIGHT 018678 SIGNAGE AS NEEDED $150.68 90000000 -23237 DISTRICT USE TAX - MEASURE S ($0.70) 10520210 -56130 EXTERNAL SERVICES $0.70 10520210 -56130 EXTERNAL SERVICES $150.68 --------------- Vendor Total: $150.68 EFFICIENCY SERVICES GROUP 916 ADMIN OF EUD PUBLIC BENEFITS $3,528.06 80626500 -52137 PUBLIC BENEFITS PROGRAM $3,528.06 LLC P MGMT --- --- Vendor Total: --- - - - - -- $3,528.06 ENTENMANN -ROVIN CO 0113334 -IN BADGES, AWARDS, EMBLEMS, $1,356.10 10016100 -54167 HR- EMPLOYEE DEVELOPMENT $1,356.10 NAME List of Checks Presented for Approval on 11/20/201S Invoices ENTENMANN -ROVIN CO 0112589 -IN SUPPLIES ERNEST WIPF 37573 NURSERY (PLANTS) STOCK, EQUIPM 37609 DELIVERY OF VARIOUS MATERIALS EVOQUA WATER TECHNOLOGIES 902396647 EQUIPMENT MAINT SUPPLIES LLC FASTENAL CAUKA17929 SUPPLIES CAUKA18027 SUPPLIES FRIEDMANS HOME 35282086 MISC ITEMS AS NEEDED, FYE IMPROVEMENT 2016 35298785 MISC ITEMS AS NEEDED, FYE SUPPLIES 2016 35284632 MISC ITEMS AS NEEDED, FYE EQUIPMENT MAINTENANCE & 2016 35291796 MISC ITEMS AS NEEDED, FYE --------- Vendor Total: 2016 35304398 MISC ITEMS AS NEEDED, FYE REPAIR 2016 35298784 MISC ITEMS AS NEEDED, FYE --------------- Vendor Total: 2016 35278786 MISC ITEMS AS NEEDED, FYE BUILDING MAINT. & REPAIR 2016 35301394 MISC ITEMS AS NEEDED, FYE BUILDING MAINT. & REPAIR 2016 35293075 MISC ITEMS AS NEEDED, FYE BUILDING MAINT. & REPAIR 2016 $24.33 10520210 -54100 $2,170.00 10022100 -54100 $543.84 84024421 -54100 $108.13 84024425 -56120 $19.37 $6.10 $31.78 $51.22 $87.42 $120.68 $147.79 $161.57 $162.98 $30.02 $185.46 84024425 -56120 10024220 -54120 20822500 -56300 20822500 -56300 20822500 -56300 20822500 -56300 20822500 -56300 20822500 -56300 20822500 -56300 77725200 -56300 77725200 -56300 SUPPLIES $24.33 --------------- Vendor Total: $1,380.43 SUPPLIES $2,170.00 SUPPLIES $543.84 --------------- Vendor Total: $2, 713.84 EQUIPMENT MAINTENANCE & $108.13 REPAIR --------- Vendor Total: - - --- - $108.13 EQUIPMENT MAINTENANCE & $19.37 REPAIR PW - SPECIAL SUPPLIES $6.10 --------------- Vendor Total: $25.47 BUILDING MAINT. & REPAIR $31.78 BUILDING MAINT. & REPAIR $51.22 BUILDING MAINT. & REPAIR $87.42 BUILDING MAINT. & REPAIR $120.68 BUILDING MAINT. & REPAIR $147.79 BUILDING MAINT. & REPAIR $161.57 BUILDING MAINT. & REPAIR $162.98 BUILDING MAINT. & REPAIR $30.02 BUILDING MAINT. & REPAIR $185.46 List of Checks Presented for Approval on 11/20/2015 Invoices FRIEDMANS HOME 35278266 MISC ITEMS AS NEEDED, FYE $338.45 77725200 -56300 BUILDING MAINT. & REPAIR $338.45 IMPROVEMENT 2016 35299230 MISC ITEMS AS NEEDED, FYE $6.51 82024411 -56300 BUILDING MAINT. & REPAIR $6.51 2016 35306538 MISC ITEMS AS NEEDED, FYE $7.57 82024411 -56300 BUILDING MAINT & REPAIR $7.57 2016 35309161 MISC ITEMS AS NEEDED, FYE $11.86 82024411 -56300 BUILDING MAINT. & REPAIR $11.86 2016 35299457 MISC ITEMS AS NEEDED, FYE $36.47 82024411 -56300 BUILDING MAINT. & REPAIR $36.47 2016 35290610 MISC ITEMS AS NEEDED, FYE $22.14 20324100 -56120 EQUIPMENT MAINTENANCE & $22.14 2016 REPAIR 35277804 MISC ITEMS AS NEEDED, FYE ($26.74) 82024411 -56120 EQUIPMENT MAINTENANCE & ($26.74) 2016 REPAIR 35294051 MISC ITEMS AS NEEDED, FYE $17.78 82024411 -56120 EQUIPMENT MAINTENANCE & $17.78 2016 REPAIR 35283603 MISC ITEMS AS NEEDED, FYE $89.36 82024411 -56120 EQUIPMENT MAINTENANCE & $89.36 2016 REPAIR 35283537 MISC ITEMS AS NEEDED, FYE $176.10 82024411 -56120 EQUIPMENT MAINTENANCE & $176.10 2016 REPAIR 35277797 MISC ITEMS AS NEEDED, FYE $342.59 82024411 -56120 EQUIPMENT MAINTENANCE & $342.59 2016 REPAIR 35306227 MISC ITEMS AS NEEDED, FYE $21.20 80026120 -80230 INFRASTRUCTURE $21.20 2016 35305527 MISC ITEMS AS NEEDED, FYE $137.09 80026120 -80230 INFRASTRUCTURE $137.09 2016 35305393 MISC ITEMS AS NEEDED, FYE $425.82 80026120 -80230 INFRASTRUCTURE $425.82 2016 35292940 MISC ITEMS AS NEEDED, FYE $42.80 90000000 -23219 PUMPKINFEST $42.80 2016 35285283 MISC ITEMS AS NEEDED, FYE $200.85 90000000 -23219 PUMPKINFEST $200.85 2016 35277735 MISC ITEMS AS NEEDED, FYE $21.21 10024220 -54120 PIN - SPECIAL SUPPLIES $21.21 2016 35292131 MISC ITEMS AS NEEDED, FYE $49.81 84024421 -54102 SMALL TOOLS $49.81 2016 35285135 MISC ITEMS AS NEEDED, FYE ($12.96) 10022100 -54100 SUPPLIES ($1296) 2016 List of Checks Presented for Approval on 11/20/2015 Invoices FRIEDMANS HOME 35308265 MISC ITEMS AS NEEDED, FYE $12.94 10022100 -54100 SUPPLIES $12.94 IMPROVEMENT 2016 35285497 MISC ITEMS AS NEEDED, FYE $17.56 10022100 -54100 SUPPLIES $17.56 2016 35280745 MISC ITEMS AS NEEDED, FYE $20.38 10022100 -54100 SUPPLIES $20.38 2016 35277589 MISC ITEMS AS NEEDED, FYE $25.69 10022100 -54100 SUPPLIES $25.69 2016 35284640 MISC ITEMS AS NEEDED, FYE $64.19 10022100 -54100 SUPPLIES $64.19 2016 35282941 MISC ITEMS AS NEEDED, FYE $116.99 10022100 -54100 SUPPLIES $116.99 2016 35286562 MISC ITEMS AS NEEDED, FYE $25.01 10023320 -54100 SUPPLIES $25.01 2016 35282156 MISC ITEMS AS NEEDED, FYE $119.54 10520210 -54100 SUPPLIES $119.54 2016 35300364 MISC ITEMS AS NEEDED, FYE ($41.88) 20824300 -54100 SUPPLIES ($41.88) 2016 35298760 MISC ITEMS AS NEEDED, FYE $30.04 20824300 -54100 SUPPLIES $30.04 2016 35291397 MISC ITEMS AS NEEDED, FYE $34.92 20824300 -54100 SUPPLIES $34.92 2016 35300374 MISC ITEMS AS NEEDED, FYE $36.69 20824300 -54100 SUPPLIES $36.69 2016 35283029 MISC ITEMS AS NEEDED, FYE $154.45 20824300 -54100 SUPPLIES $154.45 2016 35304874 MISC ITEMS AS NEEDED, FYE $194.95 80026110 -54100 SUPPLIES $194.95 2016 35301040 MISC ITEMS AS NEEDED, FYE $8.24 80026130 -54100 SUPPLIES $8.24 2016 35304295 MISC ITEMS AS NEEDED, FYE $3.81 80026200 -54100 SUPPLIES $3.81 2016 35282929 MISC ITEMS AS NEEDED, FYE $11.42 80026400 -54100 SUPPLIES $11.42 2016 35296872 MISC ITEMS AS NEEDED, FYE $12.49 80026400 -54100 SUPPLIES $12.49 2016 35300392 MISC ITEMS AS NEEDED, FYE $30.82 80026400 -54100 SUPPLIES $30.82 2016 List of Checks Presented for Approval on 11/20/2015 Invoices FRIEDMANS HOME 35293216 MISC ITEMS AS NEEDED, FYE $49.00 80026400 -54100 IMPROVEMENT 2016 SUPPLIES $24.13 35292725 MISC ITEMS AS NEEDED, FYE $52.33 80026400 -54100 SUPPLIES 2016 SUPPLIES $37.75 35282260 MISC ITEMS AS NEEDED, FYE $129.58 80026400 -54100 SUPPLIES 2016 SUPPLIES $3.32 35308029 MISC ITEMS AS NEEDED, FYE $24.13 80526610 -54100 DISTRICT USE TAX- MEASURE S 2016 EXTERNAL SERVICES $1.14 35292490 MISC ITEMS AS NEEDED, FYE $23.02 82024414 -54100 EXTERNAL SERVICES 2016 EXTERNAL SERVICES $204.89 35299022 MISC ITEMS AS NEEDED, FYE $26.44 82024414 -54100 2016 35282131 MISC ITEMS AS NEEDED, FYE $37.59 82024414 -54100 2016 352982800 MISC ITEMS AS NEEDED, FYE $37.75 82024414 -54100 2016 35284211 MISC ITEMS AS NEEDED, FYE $55.49 82024414 -54100 2016 35284094 MISC ITEMS AS NEEDED, FYE $65.70 82024414 -54100 2016 35291806 MISC ITEMS AS NEEDED, FYE $66.92 82024414 -54100 2016 35283604 MISC ITEMS AS NEEDED, FYE $3.32 84024421 -54100 2016 35285571 MISC ITEMS AS NEEDED, FYE $39.85 84024421 -54100 2016 GCR 851 -30270 TIRES,TUBES,REPAIR & LABOR $299.34 90000000 -23237 AS 10520210 -56130 10520210 -56130 851 -30328 TIRES,TUBES,REPAIR & LABOR $409.78 90000000 -23237 AS 82024414 -56130 82024414 -56130 SUPPLIES $49.00 SUPPLIES $52.33 SUPPLIES $129.58 SUPPLIES $24.13 SUPPLIES $23.02 SUPPLIES $26.44 SUPPLIES $37.59 SUPPLIES $37.75 SUPPLIES $55.49 SUPPLIES $65.70 SUPPLIES $66.92 SUPPLIES $3.32 SUPPLIES $39.85 -- -- Vendor Total: ----- - - ---- $4,376.20 DISTRICT USE TAX- MEASURE S ($1.14) EXTERNAL SERVICES $1.14 EXTERNAL SERVICES $299.34 DISTRICT USE TAX - MEASURE S ($0.51) EXTERNAL SERVICES $0.25 EXTERNAL SERVICES $204.89 List of Checks Presented for Approval on 11/20/2015 Invoices GCR 851 -30328 TIRES,TUBES,REPAIR & LABOR $409.78 84024421 -56130 ($3.65) AS $3.65 EXTERNAL SERVICES $904.32 DISTRICT USE TAX - MEASURE S ($4.66) EXTERNAL SERVICES $2.33 84024421 -56130 851 -30241 TIRES,TUBES,REPAIR & LABOR $904.32 90000000 -23237 EXTERNAL SERVICES AS EXTERNAL SERVICES $515.62 EXTERNAL SERVICES $290.41 - ------- Vendor Total: - -- -- -- $3,843.10 INFRASTRUCTURE 10022100 -56130 INFRASTRUCTURE $1,862.25 INFRASTRUCTURE $2,480.00 10022100 -56130 851 -30275 TIRES,TUBES,REPAIR & LABOR $999.30 90000000 -23237 AS 82024414 -56130 82024414 -56130 84024421 -56130 84024421 -56130 851 -30239 TIRES,TUBES,REPAIR & LABOR $424.33 10022100 -56130 AS 851 -30592 TIRES,TUBES,REPAIR & LABOR $515.62 10024220 -56130 AS 851 -30591 TIRES,TUBES,REPAIR & LABOR $290.41 10520210 -56130 AS GHD INC 54706 DOWNTOWN STREETSCAPE & $290.00 25024210 -80230 TRANSPO 54704 TRANSPORTATION $1,862.25 25024210 -80230 IMPROVEMENTS RE 53750 TRANSPORTATION $2,480.00 25024210 -80230 IMPROVEMENTS RE GOLDEN GATE BRIDGE TOLL 1691402825424 BRIDGE TOLL $7.25 10016100 -57100 EXTERNAL SERVICES $0.26 EXTERNAL SERVICES $204.89 DISTRICT USE TAX - MEASURE S ($3.65) EXTERNAL SERVICES $3.65 EXTERNAL SERVICES $904.32 DISTRICT USE TAX - MEASURE S ($4.66) EXTERNAL SERVICES $2.33 EXTERNAL SERVICES $499.65 EXTERNAL SERVICES $2.33 EXTERNAL SERVICES $499.65 EXTERNAL SERVICES $424.33 EXTERNAL SERVICES $515.62 EXTERNAL SERVICES $290.41 - ------- Vendor Total: - -- -- -- $3,843.10 INFRASTRUCTURE $290.00 INFRASTRUCTURE $1,862.25 INFRASTRUCTURE $2,480.00 -- -- Vendor Total: -- -- ------- $4,632.25 CONFERENCE & TRAINING $7.25 --------------- Vendor Total: $7.25 List of Checks Presented for Approval on 11/20/2015 GRANITE CONSTRUCTION 898602 COMPANY GRAPHIC ENTERPRISES INC 51994 51945 HD SUPPLY POWER SOLUTIONS 3012257 -00 LTD BENICIA 3015473 -00 3015473 -01 3015470 -00 2940508 -01 IDEXX DISTRIBUTION INC INTEGRITY SHRED Invoices MISC ROCK & ROAD PATCH MTLS AS BUSINESS CARDS BUSINESS CARDS ELECTRICAL EQUIPMENT AND SUPPL ELECTRICAL EQUIPMENT AND SUPPL ELECTRICAL EQUIPMENT AND SUPPL ELECTRICAL EQUIPMENT AND SUPPL ELECTRICAL EQUIPMENT AND SUPPL 294654889 SUPPLIES 53158 DOCUMENT SHREDDING 53064 DOCUMENT SHREDDING $1,920.04 10024220 -54121 PW- ASPHALT CONCRETE $1,920.04 ----- Vendor Total: ------ - - -- $1,920.04 $115.97 10520210 -54100 SUPPLIES $115.97 $206.94 10520210 -54100 SUPPLIES $206.94 Vendor Total: $322.91 $170.30 80000000 -12104 INVENTORY- PURCHASES $170.30 $621.72 80000000 -12104 INVENTORY- PURCHASES $621.72 $653.72 80000000 -12104 INVENTORY - PURCHASES $653.72 $673.08 80000000 -12104 INVENTORY- PURCHASES $673.08 $2,178.50 80000000 -12104 INVENTORY- PURCHASES $2,178.50 --------------- Vendor Total: $4,297.32 $26.90 90000000 -23252 DISTRICT USE TAX - LIBRARIES ($0.03) 82024411 -54100 SUPPLIES $0.03 82024411 -54100 SUPPLIES $26.90 ------------ Vendor Total: - -- $26.90 $28.50 10016100 -52100 CONTRACTED SERVICES $28.50 $57.00 10520210 -54100 SUPPLIES $28.50 20620231 -54100 SUPPLIES $28.50 --------------- Vendor Total: $85.50 List of Checks Presented for Approval on 11/20/2015 Invoices J & M LOCK 31521 DUPLICATE KEYS, REPAI RS, &M ISC., 31525 DUPLICATE KEYS, REPAIRS, &M ISC., 31528 DUPLICATE KEYS, REPAIRS, &M ISC. , JAROD THIELE 11/20-11/21/15 TRAVEL ADVANCE 15 -16805 RECORDING FEE JENSEN INSTRUMENT CO 16643 SUPPLIES JOHN DEERE FINANCIAL 196816 EQUIPMENT RENTAL KATIE MARSOLAN DV081815 TRAVEL REIMBURSEMENT KATIE MASON 11/01- TRAVEL REIMBURSEMENT 11/06/2015 KEOUGH'S LANDSCAPING INC 14626 LANDSCAPE MAINT.- ORCHARD SUBST $21.46 1 10022100 -54100 S SUPPLIES $ $21.46 $15.89 1 10520210 -54100 S SUPPLIES $ $15.89 $24.87 1 10520210 -54100 S SUPPLIES $ $24.87 ---------- - - ---- $144.10 8 82024410 -57100 C CONFERENCE & TRAINING $ $144.10 $40.00 8 82224413 -80230 I INFRASTRUCTURE $ $40.00 - ---------- - - List of Checks Presented for Approval on 11/20/2015 Invoices KEOUGH'S LANDSCAPING INC 14661 LANDSCAPE MAINT.- ORCHARD $1,080.00 80026130 -52100 CONTRACTED SERVICES $1,080.00 SUBST --------------- Vendor Total: $1,480.00 LES SCHWAB TIRE CENTER 64000206974 MISCELLANEOUS TIRE $56.25 10024220 -56130 EXTERNAL SERVICES $56.25 SERVICES AS 64000207754 MISCELLANEOUS TIRE $397.27 20824300 -56130 EXTERNAL SERVICES $397.27 SERVICES AS 64000207753 MISCELLANEOUS TIRE $827.53 20824300 -56130 EXTERNAL SERVICES $827.53 SERVICES AS 64000204694 MISCELLANEOUS TIRE $194.59 77725200 -56130 EXTERNAL SERVICES $194.59 SERVICES AS --------------- Vendor Total: $1,475.64 LEXISNEXIS RISK DATA MGMNT 1410964- LEXIS NEXIS LE PLUS $79.80 10520210 -54202 MAJOR CRIME INVETIGATIONS $79.80 20151031 SEARCHING --------------- Vendor Total: $79.80 LORELEI SCOTT 3154 VINYL BANNER $103.80 69122700 -54100 SUPPLIES $103.80 --------- Vendor Total: -- ---- $103.80 MARTA DIAZ 18812 MISCELLANEOUS SERVICES, NO. $1,120.00 73022600 -54100 SUPPLIES $1,120.00 1 --------------- Vendor Total: $1,120.00 MARTIN BRADLEY DV 101715 TRAINING REIMBURSEMENT $74.00 10018000 -52510 ADVERTISING & PROMOTION $14.00 FEES 10022810 -57100 CONFERENCE & TRAINING $40.00 10022810 -54100 SUPPLIES $20.00 --------------- Vendor Total: $74.00 MATHESON TRI -GAS INC 12308059 OXYGEN & MISC AS NEEDED, $124.68 90000000 -23237 DISTRICT USE TAX - MEASURE S ($0.58) FYE 2 82024414 -54100 SUPPLIES $0.58 82024414 -54100 SUPPLIES $124.68 List of Checks Presented for Approval on 11/20/2015 Invoices MATHESON TRI -GAS INC 12287897 OXYGEN & MISC AS NEEDED, FYE 2 12308066 OXYGEN & MISC AS NEEDED, FYE 2 MAUREEN MULHEREN DV 111615 TRAVEL RERMBURSEMENT MEL GRANDI DV 111215 MILEAGE REIMBURSEMENT FOR PERSONAL VEHICLE MICHELLE CHOWN DV 110515 INSTRUCTOR NATIONAL BUSINESS FURNITURE MK450044 -TDQ FURNITURE: OFFICE NCPA NOV15 NCPA NOVEMBER 2015 NCS OFFICE DEPOT 61 SUPPLIES 796507724001 OFFICE SUPPLIES & MISC. AS NEE $67.07 10024220 -54120 PIN - SPECIAL SUPPLIES $67.07 $129.34 84024421 -54102 SMALL TOOLS $129.34 --------------- Vendor Total: $321.09 $174.38 10010000 -57100 CONFERENCE & TRAINING $174.38 --------- Vendor Total: - - --- - $174.38 $452.53 80026400 -57100 CONFERENCE & TRAINING $452.53 --------- Vendor Total: -- ---- $452.53 $308.00 10022850 -52100 CONTRACTED SERVICES $308.00 Vendor Total: $308.00 $2,430.44 20822500 -54100 SUPPLIES $2,430.44 --------------- Vendor Total: $2,430.44 $788,390.00 80026300 -58104 NCPA MANAGEMENT SERVICES $44,560.00 80026300 -58101 NCPA PLANT GENERATION $173,596.00 80026300 -58102 NCPA POWER PURCHASES $443,700.00 80026300 -58105 NCPA THIRD PARTY SALES ($4,595.00) 80026300 -58103 NCPA TRANSMISSION $131,129.00 -- --- Vendor Total: - --- -- - --- $788,390.00 $309.10 80526610 -54100 SUPPLIES $309.10 --------------- Vendor Total: $309.10 $28.52 10022810 -52100 CONTRACTED SERVICES $9.70 10022810 -54100 SUPPLIES $4.49 10022810 -54100 SUPPLIES $14.33 List of Checks Presented for Approval on 11/20/2015 Invoices OFFICE DEPOT 802966976001 OFFICE SUPPLIES & MISC. AS $80.87 10016100 -54160 HR - CITY LIABILITY & $80.87 NEE CONTRACT 797472909001 OFFICE SUPPLIES & MISC. AS $29.70 10011100 -54100 SUPPLIES $7.99 NEE 10013400 -54100 SUPPLIES $21.71 802267998001 OFFICE SUPPLIES & MISC. AS $3.71 10012200 -54100 SUPPLIES $3.71 NEE 803178906001 OFFICE SUPPLIES & MISC. AS $5.72 10012200 -54100 SUPPLIES $5.72 NEE 800203714001 OFFICE SUPPLIES & MISC. AS $9.73 10012200 -54100 SUPPLIES $9.73 NEE 800204455001 OFFICE SUPPLIES & MISC. AS $32.43 10012200 -54100 SUPPLIES $32.43 NEE 800950978001 OFFICE SUPPLIES & MISC. AS $60.85 10012200 -54100 SUPPLIES $60.85 NEE 79635836002 OFFICE SUPPLIES & MISC. AS $65.20 10012200 -54100 SUPPLIES $65.20 NEE 801053275001 OFFICE SUPPLIES & MISC. AS $122.68 10012200 -54100 SUPPLIES $122.68 NEE 799291918001 OFFICE SUPPLIES & MISC. AS $147.44 10012200 -54100 SUPPLIES $147.44 NEE 800466234001 OFFICE SUPPLIES & MISC AS $1.069.76 10012200 -54100 SUPPLIES $918.79 NEE 10013400 -54100 SUPPLIES $150.97 797881464001 OFFICE SUPPLIES & MISC. AS ($2.05) 10013400 -54100 SUPPLIES ($2.05) NEE 797882188001 OFFICE SUPPLIES & MISC. AS $2.43 10013400 -54100 SUPPLIES $2.43 NEE 802267998 -001 OFFICE SUPPLIES & MISC. AS $3.71 10013400 -54100 SUPPLIES $3.71 NEE 802267444001 OFFICE SUPPLIES & MISC. AS $26.77 10013400 -54100 SUPPLIES $26.77 NEE 797472779001 OFFICE SUPPLIES & MISC. AS $265.49 10013400 -54100 SUPPLIES $4.36 NEE 10013400 -54100 SUPPLIES $8.29 10013400 -54100 SUPPLIES $9.71 OFFICE DEPOT List of Checks Presented for Approval on 11/20/2015 Invoices 797472779001 OFFICE SUPPLIES & MISC. AS $265.49 10013400 -54100 SUPPLIES $95.04 NEE 10024210 -54100 SUPPLIES $10.65 20513300 -54100 SUPPLIES $1.09 20513300 -54100 SUPPLIES $1.63 20513300 -54100 SUPPLIES $19.27 20513300 -54100 SUPPLIES $43.24 20513300 -54100 SUPPLIES $50.91 82024410 -54100 SUPPLIES $10.65 84024420 -54100 SUPPLIES $10.65 802360406001 OFFICE SUPPLIES & MISC. AS $4.91 10520210 -54100 SUPPLIES $4.91 NEE 801646682001 OFFICE SUPPLIES & MISC. AS $25.93 10520210 -54100 SUPPLIES $25.93 NEE 80236054001 OFFICE SUPPLIES & MISC. AS $26.59 10520210 -54100 SUPPLIES $26.59 NEE 801052284001 OFFICE SUPPLIES & MISC. AS $30.25 10520210 -54100 SUPPLIES $30.25 NEE 801647161001 OFFICE SUPPLIES & MISC. AS $50.57 10520210 -54100 SUPPLIES $50.57 NEE 799181272001 OFFICE SUPPLIES & MISC. AS $66.28 10520210 -54100 SUPPLIES $66.28 NEE 800103696001 OFFICE SUPPLIES & MISC. AS $100.51 10520210 -54100 SUPPLIES $100.51 NEE 8028013366001 OFFICE SUPPLIES & MISC. AS $101.21 10520210 -54100 SUPPLIES $101.21 NEE 801052183001 OFFICE SUPPLIES & MISC. AS $248.33 10520210 -54100 SUPPLIES $248.33 NEE 801316368001 OFFICE SUPPLIES & MISC. AS $661.18 10520210 -54100 SUPPLIES $661.18 NEE 801311353001 OFFICE SUPPLIES & MISC. AS $2.51 80026400 -54100 SUPPLIES $2.51 NEE 801311354001 OFFICE SUPPLIES & MISC. AS $4.64 80026400 -54100 SUPPLIES $4.64 NEE List of Checks Presented for Approval on 11/20/2015 Invoices OFFICE DEPOT 801311209001 OFFICE SUPPLIES & MISC. AS $21.61 80026400 -54100 SUPPLIES $21.61 NEE 798182833001 OFFICE SUPPLIES & MISC. AS $29.83 80026400 -54100 SUPPLIES $29.83 NEE 801273825001 OFFICE SUPPLIES & MISC. AS $37.80 80026400 -54100 SUPPLIES $37.80 NEE 798182688001 OFFICE SUPPLIES & MISC. AS $63.26 80026400 -54100 SUPPLIES $63.26 NEE 801273475001 OFFICE SUPPLIES & MISC. AS $461.24 80026400 -54100 SUPPLIES $461.24 NEE 802421489001 OFFICE SUPPLIES & MISC. AS $82.15 82024410 -54100 SUPPLIES $82.15 NEE 800295806001 OFFICE SUPPLIES & MISC. AS $280.50 82024410 -54100 SUPPLIES $140.25 NEE 84024420 -54100 SUPPLIES $140.25 797105973001 OFFICE SUPPLIES & MISC. AS $291.93 82024410 -54100 SUPPLIES $145.96 NEE 84024420 -54100 SUPPLIES $145.97 802421201001 OFFICE SUPPLIES & MISC. AS $60.99 84024420 -54100 SUPPLIES $60.99 NEE - ------- Vendor Total: --- - - -- $4,605.18 ONE TIME PAY VENDOR DV110915 CANCELLED CLASS REFUND $40.00 10022800 -44915 RECREATION PROGRAM INCOME $40.00 DV 11172015 YOUTH BASKETBALL REFUND $60.00 10022831 -44915 RECREATION PROGRAM INCOME $60.00 DV110915. JOB RECONCILIATION $122.03 90000000 -23200 REFUNDABLE DEPOSITS TRUST $275.00 10000000 -44830 REIMBURSABLE JOBS ($25.50) 10500000 -44831 REIMBURSABLE JOBS - POLICE ($127.47) 112158 -1 UTILITIES REFUND $63.35 90100000 -10421 UTILITY RECEIVABLES CLEARING $63.35 107339 -4 UTILITY REFUND $79.49 90100000 -10421 UTILITY RECEIVABLES CLEARING $79.49 List of Checks Presented for Approval on 11/20/2015 Invoices ONE TIME PAY VENDOR 113618 -3 UTILITY REFUND ONESOURCE DISTRIBUTORS LLC S4887082.001 ELECTRICAL EQUIPMENT AND SUPPL ONLINE INFORMATION SRVS INC 676489 UTILITY EXCHANGE REPORTING FY1 OPERATING ENGINEER PUBLIC& DV111715 HEALTH INSURANCE DEC 2015 MISC EMPLOYEES PACE SUPPLY CORPORATION 023032106 MISCELLANEOUS ITEMS AS NEEDED, PETERSON CAT PC060127251 MISC PARTS AS NEEDED, FYE 2016 PC060127567 MISC PARTS AS NEEDED, FYE 2016 PC060127301 MISC PARTS AS NEEDED, FYE 2016 PC060127626 MISC PARTS AS NEEDED, FYE 2016 PETERSON TRUCKS INC 249122P PARTS $101.69 90100000 -10421 UTILITY RECEIVABLES CLEARING $101.69 --------- Vendor Total: -- ---- $466.56 $2,811.96 80000000 -12104 INVENTORY- PURCHASES $2,811.96 -------- Vendor Total: ------- $2,811.96 $262.20 20513300 -52100 CONTRACTED SERVICES $262.20 Vendor Total: $262.20 $3,164.00 20700000 -20524 NON - EMPLOYEE HEALTH $3,164.00 INS.PREM --------------- Vendor Total: $3,164.00 $22.55 90000000 -23237 DISTRICT USE TAX - MEASURE S ($0.10) 84024425 -56210 FUEL & FLUIDS $0.10 84024425 -56210 FUEL & FLUIDS $22.55 --------------- Vendor Total: $22.55 $101.83 90000000 -23237 DISTRICT USE TAX - MEASURE S ($0.47) 10024220 -56130 EXTERNAL SERVICES $0.47 10024220 -56130 EXTERNAL SERVICES $101.83 $119.06 10520210 -56130 EXTERNAL SERVICES $119.06 $123.04 10520210 -56130 EXTERNAL SERVICES $123.04 $123.04 10520210 -56130 EXTERNAL SERVICES $123.04 --------------- Vendor Total: $466.97 $28.09 20324100 -56120 EQUIPMENT MAINTENANCE & $28.09 REPAIR List of Checks Presented for Approval on 11/20/2015 PETERSON TRUCKS INC PG &E CO PHYSIO- CONTROL INC PLEASANT VIEW DAIRY Invoices 249986P PARTS NOV 2015 UTILITIES 116054116 EQUIPMENT SUPPLIES 5020042354 PRE -PAID LEGAL SERVICES INC DV 111715 PROVIDE MISC GOODS AS NEEDED, PRE -PAID LEGAL SERVICE NOV 2015 $203.69 20324100 -58510 $4,644.92 10024220 -56210 84024425 -55200 10022100 -55210 10022300 -55210 20822500 -55210 69122700 -55210 70024500 -55210 73022600 -55210 73022600 -55210 77725200 -55210 82024411 -55210 84024421 -55210 $486.56 20822500 -54100 84024425 -54100 $45.00 73022600 -54100 $51.80 20700000 -20526 REIMBRSABLE JOBS $203.69 --------- Vendor Total: -- ---- $231.78 FUEL & FLUIDS $29.60 PG &E $462.63 UTILITIES $11.09 UTILITIES $7.84 UTILITIES $132.42 UTILITIES $15.12 UTILITIES $457.20 UTILITIES $42.28 UTILITIES $49.11 UTILITIES $53.53 UTILITIES $3,305.40 UTILITIES $78.70 --------- Vendor Total: ------ $4,644.92 SUPPLIES $243.28 SUPPLIES $243.28 --------------- Vendor Total: $486.56 SUPPLIES $45.00 --------------- Vendor Total: $45.00 PREPAID LEGAL - AFLAC $51.80 --------------- Vendor Total: $51.80 List of Checks Presented for Approval on 11/20/2015 PUBLIC SERVICE DEPARTMENT 9/09 - 10/08/15 UTILITIES SEPT 2015 UTILITIES Invoices $89,507.91 80626500 -52133 MONTHLY DISCOUNT PROGRAM $137.20 10012400 -55210 UTILITIES $321.80 10017100 -55210 UTILITIES $120.36 10022100 -55210 UTILITIES $18,303.38 10022300 -55210 UTILITIES $3,070.95 10024220 -55210 UTILITIES ($6,315.13) 10026630 -55210 UTILITIES $641.05 20620231 -55210 UTILITIES $62.84 20822500 -55210 UTILITIES $6,384.15 20824300 -55210 UTILITIES $828.32 25024300 -55210 UTILITIES $28.49 64020213 -55210 UTILITIES $680.38 69122700 -55210 UTILITIES $1,592.43 73022600 -55210 UTILITIES $2,429.13 77725200 -55210 UTILITIES $1,841.08 80026400 -55210 UTILITIES $1,444.08 80526610 -55210 UTILITIES $12,240.29 82024410 -55210 UTILITIES $339.09 82024411 -55210 UTILITIES $20,215.63 84024421 -55210 UTILITIES $83.78 84024425 -55210 UTILITIES $25,058.61 $106.59 31122870 -55210 UTILITIES $106.59 -- ------- Vendor Total: - - ---- $89,614.50 List of Checks Presented for Approval on 11/20/2015 Invoices RAINBOW AGRICULTURAL 5248063 PARTS & MISC SUPPLIES AS $61.56 90000000 -23219 SERVICES SUPPLIES NEEDE SUPPLIES $205.41 SUPPLIES 5247580 PARTS & MISC SUPPLIES AS $243.22 10022100 -54102 $79.50 SUPPLIES NEEDE SUPPLIES $108.10 ---------- Vendor Total: 5247912 PARTS & MISC SUPPLIES AS $21.34 10022100 -54100 .. ......... $60.00 SUPPLIES NEEDE --------- Vendor Total: - - ---- $2,790.74 EQUIPMENT MAINTENANCE & 5253100 PARTS & MISC SUPPLIES AS $135.13 10022100 -54100 $105.00 CONFERENCE & TRAINING NEEDE --------- Vendor Total: -- $3---- 26.60 5252330 PARTS & MISC SUPPLIES AS $205.41 10022100 -54100 NEEDE 5250653 PARTS & MISC SUPPLIES AS $43.24 10520210 -54100 NEEDE 5246130 PARTS & MISC SUPPLIES AS $60.10 10520210 -54100 NEEDE 5251376 PARTS & MISC SUPPLIES AS $79.50 10520210 -54100 NEEDE 5250170 PARTS & MISC SUPPLIES AS $108.10 10520210 -54100 NEEDE 5252546 PARTS & MISC SUPPLIES AS $108.10 10520210 -54100 NEEDE REMY MOOSE MANLEY LLP 101371 RETAIN TO REP CITY IN $60.00 90000000 -21111 LAWSUIT REXEL INC H507298 ELECTRICAL EQUIPMENT AND $2,790.74 20822500 -54100 SUPPL RICHARD THORNTON DBA 0000007866 TROUBLESHOOTING LABOR $105.00 69122700 -56120 TELECOM RONALD DONOHUE 12102 - 12/04/15 TRAVEL ADVANCE $326.60 10520210 -57100 PUMPKINFEST $61.56 SMALL TOOLS $243.22 SUPPLIES $21.34 SUPPLIES $135.13 SUPPLIES $205.41 SUPPLIES $43.24 SUPPLIES $60.10 SUPPLIES $79.50 SUPPLIES $108.10 SUPPLIES $108.10 ---------- Vendor Total: - ---- $1,065.70 PLANNING PERMIT ESCROW $60.00 . ... Vendor Total: .. ......... $60.00 SUPPLIES $2,790.74 --------- Vendor Total: - - ---- $2,790.74 EQUIPMENT MAINTENANCE & $105.00 REPAIR --------------- Vendor Total: $105.00 CONFERENCE & TRAINING $326.60 --------- Vendor Total: -- $3---- 26.60 List of Checks Presented for Approval on 11/20/2015 Invoices SALLIE PALMER SEAN KAESER SEAN WHITE SEBASTOPOL BEARING & HYDRAULIC CO INC DV110915 INSTRUCTOR 12/03/2015 TRAVEL ADVANCE 11/20- TRAVEL ADVANCE 11/21/2015 1850250 SEW EURODRIVE #KA77BR67DRS71M4 SHAPIRO, GALVIN, SHAPIRO & 20567 LEGAL REPRESENTATION IN MORAN PERSON SHIFT CALENDERS SF -D 9193 ANNUAL SHIFT CALENDERS 2016 SHORELINE ENVIRONMENTAL 1086 HAZ WASTE BIN RENTAL AND RESOURCES INC DISPO SIERRA CHEMICAL SLS 10027852 CHLORINE PRODUCTS AS PER CONTR SLS 100227882 LIQUID SODIUM HYPOCHLORITE FOR SOLID WASTES SYSTEMS INC OCT -15 RESIDENTIAL GARBAGE FEES $1,050.00 10022850 -52100 CONTRACTED SERVICES $1,050.00 -------- Vendor Total: --- -- -- $1,050.00 $35.00 10520210 -57100 CONFERENCE & TRAINING $35.00 --------------- Vendor Total: $35.00 $144.10 82024410 -57100 CONFERENCE & TRAINING $144.10 --------- Vendor Total: - - - -- - $144.10 $2,337.12 84024425 -56120 EQUIPMENT MAINTENANCE & $2,337.12 REPAIR ---------- Vendor Total: - - --- $2,337.12 $315.00 10016100 -52100 CONTRACTED SERVICES $315.00 --------------- Vendor Total: $315.00 $114.65 10521210 -54100 SUPPLIES $114.65 --------- Vendor Total: - - --- - $114.65 $372.00 80026400 -52100 CONTRACTED SERVICES $372.00 --------------- Vendor Total: $372.00 $2,253.50 82024411 -58202 WATER TREATMENT PLANT $2,253.50 CHEMICAL $3,181.86 84024425 -58202 WATER TREATMENT PLANT $3,181.86 CHEMICAL --------------- Vendor Total: $5,435.36 $28,412.55 90200000 -52170 UKIAH WASTE SOLUTIONS $28,412.55 - ------- Vendor Total: ----- -- $28,412.55 List of Checks Presented for Approval on 11/20/2015 SONOMA MEDIA INVESTMENTS 2720052 LLC STAPLES ADVANTAGE 3283028276 3283028280 3283028282 3283028278 Invoices EMPLOYMENT AD RETURNED SUPPLIES CREDIT SUPPLIES SUPPLIES SUPPLIES STAPLES CARD 13335 OFFICE SUPPLIES, MISC AS NEEDE STATE CONTROLLER'S OFFICE DV112015 WARRANTS ISSUED LISTING STATE OF CALIFORNIA 130115 SERVICE FEES STATE WATER RESOURCES WD- 0108624 SWRCB ANNUAL PERMIT FEE CONTROLBOARD WD- 0114338 SWRCB ANNUAL PERMIT FEE WD- 0114349 SWRCB ANNUAL PERMIT FEE WD- 0109888 SWRCB ANNUAL PERMIT FEE TGIF REPAIRS INC 4723 EQUIPMENT MAINTENCE $586.20 10016100 -54162 HR - ADVERTISING $586.20 --------------- Vendor Total: $586.20 ($230.14) 10013400 -54100 SUPPLIES ($230.14) $221.83 10013400 -54100 SUPPLIES $221.83 $652.88 20513300 -54100 SUPPLIES $652.88 $358.82 73022600 -54100 SUPPLIES $358.82 ---- Vendor Total: ----------- $1,003.39 $104.62 69122700 -54100 SUPPLIES $104.62 --------- Vendor Total: - - --- - $104.62 $100.00 10013400 -52100 CONTRACTED SERVICES $100.00 ----- Vendor Total: ------ -- -- $100.00 $943.00 10020000 -44420 FINGERPRINT FEES $943.00 --------------- Vendor Total: $943.00 $24,745.00 70024500 -59101 FEES $24,745.00 $2,088.00 84024421 -59101 FEES $2,088.00 $2,088.00 84024421 -59101 FEES $2,088.00 $12,124.00 84024425 -59101 FEES $12,124.00 - ----- Vendor Total: -- - -- - - -- $41,045.00 $140.00 82024414 -52100 CONTRACTED SERVICES $70.00 List of Checks Presented for Approval on 11/20/2015 Invoices TGIF REPAIRS INC 4723 EQUIPMENT MAINTENCE $140.00 84024421 -52100 THANKSGIVING COFFEE 0368430 MISC COFFEE SUPPLIES AS $96.50 73022600 -54100 COMPANY -- ---- $166.76 NEEDED $35.00 CONFERENCE & TRAINING TIM ERIKSEN 11/20- 11/21/15 TRAVEL ADVANCE $166.76 82024410 -57100 TRACEY PORTER 12/03/15 TRAVEL ADVANCE $35.00 20620232 -57100 $61.11 12/06- TRAVEL ADVANCE $892.95 20620232 -57100 SUPPLIES 12/11/2015 SUPPLIES $13.11 ---- Vendor Total: TRACTOR SUPPLY CREDIT PLAN 300180649 MISCELLANEOUS SUPPLIES AS $227.04 82024411 -54100 NEED UKIAH DAILY JOURNAL 0005592254 NEWSPAPER PUBLICATION $604.61 10016100 -54162 SERVICES 0005601601 NEWSPAPER PUBLICATION $61.11 10011100 -52150 SERVICES 0005596940 NEWSPAPER PUBLICATION $109.72 10011100 -52150 SERVICES 0005592111 NEWSPAPER PUBLICATION $59.72 10016100 -54100 SERVICES 0005592300 NEWSPAPER PUBLICATION $183.33 10023100 -54100 SERVICES 0005583882 NEWSPAPER PUBLICATION $1111 10520210 -54100 SERVICES UKIAH VALLEY ASSOCIATION IN16981 JANITORIAL SVCS -CORP YARD & $425.00 20824300 -52100 FOR HABILITATION INC WW CONTRACTED SERVICES $70.00 --------------- Vendor Total: $140.00 SUPPLIES $96.50 --------------- Vendor Total: $96.50 CONFERENCE & TRAINING $166.76 --------- Vendor Total: -- ---- $166.76 CONFERENCE & TRAINING $35.00 CONFERENCE & TRAINING $892.95 --------- Vendor Total: -- ---- $927.95 SUPPLIES $227.04 --------------- Vendor Total: $227.04 HR - ADVERTISING $604.61 LEGAL SERVICES /EXPENSES $61.11 LEGAL SERVICES /EXPENSES $109.72 SUPPLIES $59.72 SUPPLIES $183.33 SUPPLIES $13.11 ---- Vendor Total: ---- -- - -- -- $1,031.60 CONTRACTED SERVICES $425.00 List of Checks Presented for Approval on 11/20/201S UKIAH VALLEY ASSOCIATION FOR HABILITATION INC ULINE US CELLULAR USA BLUEBOOK WAGEWORKS INC Invoices IN17096 JANITORIAL SVCS -CORP YARD & WW IN17185 JANITORIAL SVCS -CORP YARD & WW 72151584 SUPPLIES 0109178035 PHONE SERVICE 778703 PARTS AS NEEDED DV 111715 ADMINISTRATION FEES WECO INDUSTRIES LLC 0035113 -IN SUPPLIES WEST YOST ASSOCIATED 2028500 PREP OF 2015 URBAN WATER MGMT ZAB ENTERPRISES INC CH183885 PROVIDE MISC. FOOD DISHES AS N CH177760 PROVIDE MISC. FOOD DISHES AS N $425.00 20824300 -52100 CONTRACTED SERVICES $425.00 $800.00 84024425 -52100 CONTRACTED SERVICES $800.00 -- ------ Vendor Total: - -- ---- $1,650.00 $380.21 84024425 -54100 SUPPLIES $380.21 --------------- Vendor Total: $380.21 $165.86 80026400 -55100 TELEPHONE $40.98 80026400 -55100 TELEPHONE $62.60 82024410 -55100 TELEPHONE $17.26 84024421 -55100 TELEPHONE $17.26 84024425 -55100 TELEPHONE $27.76 --------- Vendor Total: - - --- - $165.86 $3.44 84024425 -56120 EQUIPMENT MAINTENANCE & $3.44 REPAIR --------------- Vendor Total: $3.44 $93.20 10016100 -52151 AFLAC & PERS INSUR ADMIN $93.20 FEES --------------- Vendor Total: $93.20 $86.25 84024421 -54100 SUPPLIES $86.25 --------------- Vendor Total: $86.25 $7,815.00 82024410 -52100 CONTRACTED SERVICES $7,815.00 -------- Vendor Total: ------- $7,815.00 $10.65 73022600 -54100 SUPPLIES $10.65 $13.10 73022600 -54100 SUPPLIES $13.10 List of Checks Presented for Approval on 11/20/2015 Invoices ZAB ENTERPRISES INC CH197998 PROVIDE MISC. FOOD DISHES AS $19.00 73022600 -54100 SUPPLIES N CH2O3495 PROVIDE MISC. FOOD DISHES AS $48.93 73022600 -54100 SUPPLIES N CH2O2830 PROVIDE MISC. FOOD DISHES AS $50.40 73022600 -54100 SUPPLIES N CH194876 PROVIDE MISC. FOOD DISHES AS $65.30 73022600 -54100 SUPPLIES N CH189306 PROVIDE MISC. FOOD DISHES AS $73.76 73022600 -54100 SUPPLIES N CH198605 PROVIDE MISC. FOOD DISHES AS $193.41 73022600 -54100 SUPPLIES N CH197297 PROVIDE MISC FOOD DISHES AS $200.36 73022600 -54100 SUPPLIES N CH194586 PROVIDE MISC. FOOD DISHES AS $258.75 73022600 -54100 SUPPLIES N ZERO WASTE USA 89125 SUPPLIES $533.06 10022100 -54100 SUPPLIES $19.00 $48.93 $50.40 $65.30 $73.76 $193.41 $200.36 $258.75 Vendor Total: $933.66 $533.06 Vendor Total: --------- -- $5---- 33.06 INVOICE TOTAL: $2,310,909.70 ITEM NO.: 7b MEETING DATE. December 16, 2015 City of vkiak AGENDA SUMMARY REPORT SUBJECT: PROPOSED INCREASE IN HOURLY RATES FOR BOUTIN JONES, INC., SPECIAL COUNSEL TO THE CITY IN UVSD V. UKIAH Summary: Council will consider fee increases for special counsel in the Ukiah Valley Sanitation District v. City of Ukiah litigation case. Background: On November 20, 2013, the City Council approved a retainer agreement with the Sacramento law firm Boutin Jones, Inc. to represent the City in Ukiah Valley Sanitation District v. City of Ukiah. Michael E. Chase, a shareholder in the firm, has provided the services under the contract, assisted by an associate, Bashar Ahmad. When the retainer agreement was entered, the firm agreed to charge $325 /hour for Mr. Chase's services and $200 /hour for the services of Mr. Ahmad. At that time, the firm normally billed $375 /hour for Mr. Chase's services and $275 /hour for Mr. Ahmad's services. As indicated in the attached letter from Mike Chase, starting January 1, the firm's rate for Mike's services will increase to $410 /hour and $345 /hour for Bashar's services. As indicated in that attached letter, Mike proposes an increase to $355 for his time and $250 /hour for Bashar's time. The attached retainer agreement allows the firm to periodically review and adjust its rates. It agreed not to increase rates before the end of 2014. They have kept the original rates in effect for an additional year beyond that date. The firm has done excellent work and services will continue to be needed, although it is expected that a substantial portion of the work will transfer over time to Steve Mitchell at Geary, Shea, O'Donnell, Grattan & Mitchell, PLC, which has also been retained. The recommendation is to approve the fee increase, effective January 1, 2016. FISCAL IMPACT: Budget New Appropriation Authorization in Source of Funds Account Number Budget Amendment Required 15 -16 FY CIP (Title & No.) $300,000 City Sewer CIP 84424422.52100 Yes ❑ No RECOMMENDED ACTION(S): Approve the proposed fee increase of $355 /hour for Michael E. Chase and $250 /hour for Bashar Ahmad. ALTERNATIVES: Not approve the proposed fee increase or counter -offer a lower hourly rate increase. Citizens advised: N/A Requested by: David J. Rapport, City Attorney. Prepared by: David J. Rapport, City Attorney. Coordinated with: Sage Sangiacomo, City Manager. Presenter: David J. Rapport, City Attorney. Attachments: 1 — November 20, 2015, letter from Michael E. Chase 2 - Retainer agreement with Boutin Jones, Inc. COUNCIL ACTION DATE: : ❑ Approved ❑ Continued to ❑ Other RECORDS APPROVED. ❑ Agreement: ❑ Resolution: ❑ Ordinance: Note: Please irate Agreement No. in upper right corner of agreement it hen drafted 4 Approved: S e SaadUc5orno, City Manager Attachment 1 BoutinJoneslINC ATTORNEYS AT LAW Michael E. Chase Attorney mchase @boutinjones.com November 20, 2015 Via Email (drapport a(�pacbell.neo and U.S. Mail David J. Rapport, Esq. Rapport and Marston 405 W. Perkins Street Ukiah, California 95482 Re: City of Ukiah Dear Dave: I write to ensure we have the assent of the City of Ukiah ( "the City ") to adjust our hourly rates in connection with the Ukiah Valley Sanitation District v. City of Ukiah litigation. When the City engaged our firm in 2013, you will recall that we agreed to work at reduced hourly rates. When we were engaged, my customary hourly rate was $375 and the customary hourly rate for our associate Bashar Ahmad was $275. However, we agreed to work in this case at reduced hourly rates of $325 and $200, respectively. Those reduced rates were 86.6% of my customary rate and 72.7% of Bashar's customary rate. In our engagement letter, we addressed our need to intermittently increase our rates: Like all business people, we are not immune from increasing costs. From time to time, therefore, we must review and revise our rates and charges in order to keep pace with such demands. The revised rates and charges then will be applied to the services rendered thereafter on your behalf. While we will make every effort to notify you in advance of any increase, any increase will be reflected in our billings to you, and your receipt of such billings will constitute notice of any increase in our rates or charges. However, we agree that the reduced hourly rates we are offering in this case will not increase before the end of 2014. Our firm has increased my and Bashar's customary rates since 2013, but we have not adjusted our hourly rates in this case. Starting January 1, 2016, my and Bashar's customary rates will increase to $410 and $345, respectively. 555 Capitol Mall Tel / 915.321.4444 Suite 1500 Fax / 916.441.7597 Sacramento, CA 95814 BOUTINJONES.COM outinjones,NC ATTORNEYS AT LAW David J. Rapport, Esq. Re: City of Ukiah November 20, 2015 Page 2 Assuming the City agrees, we plan to increase our hourly rates in this case to achieve similar percentage discounts to those we provided in 2013, starting January 1, 2016. We would increase my and Bashar's reduced hourly rates in this case to $355 and $250, respectively. Please let me know if the City is agreeable to these rate adjustments, or if you have any questions regarding this matter. Very truly yours, BOUTIN JONES INC. Michael E. Chase Attachment 2 BoutipjQnes Nc ATTORNEYS AT LAW Michael E. Chase Attorney mchase @boutinjones.com November 18, 2013 Via Email Only (drapport @pacbell.net) City of Ukiah c/o David J. Rapport, City Attorney Rapport and Marston 405 W. Perkins Street Ukiah, California 95482 Re: Engagement for Legal Services Dear David: We are pleased to represent the City of Ukiah in connection with its defense against the lawsuit brought by Ukiah Valley Sanitation District in the matter Ukiah Valley Sanitation District v. City of Ukiah, Mendocino County Superior Court, Case No. SC UK CVG 1363024. In addition, we will provide other ongoing legal services, if any, requested or directed by you from time to time. Le ag 1 Fees We have agreed to undertake representation of the City of Ukiah (hereinafter, "you ") and also agreed to reduce our standard hourly rates. For this case, my hourly rate will be $325.00. Bashar Ahmad will also provide services to you on this matter. His reduced hourly rate will be $200.00. Our firm includes lawyers with a variety of skills and experience, and we draw upon each other's skills to provide cost - effective legal services to you. When appropriate, we will assign certain portions of the work to persons with lower billing rates in order to minimize your legal costs. If we propose to assign work to other firm personnel, we will discuss that with you in advance and agree on the rates to be charged for their work. All work not performed by the firm's shareholders, however, will be completed under a shareholder's direct supervision, and Boutin Jones Inc. assumes full responsibility for all work performed. We cannot precisely determine the full nature and extent of the legal services that may be necessary. Much of what will be done depends upon the responses of other parties or the actions of the courts. Consequently, compensation for our services is not a fixed fee. Our fees are based upon the time devoted to your representation, including time spent on telephone calls, negotiations, factual investigations and analysis, legal research and analysis, conferring with other attorneys in the office, document preparation and revision, travel away from the office, and all other items related to your representation. 555 Capitol Mall Tel / 916.321.4444 Suite 1500 Fax / 916.441.7597 Sacramento, CA 95814 B 0 U T I N J 0 N E S. C 0 M Boutinjones ,NC ATTORNEYS AT LAW Costs City of Ukiah Re: Engagement for Legal Services November 18, 2013 Page 2 of 8 In addition to our legal fees, we charge for costs we incur on your behalf. We separately itemize certain costs such as filing fees, process service fees, court reporter fees, messenger and other delivery fees, travel, and charges for computerized legal research. We may send the invoices for some of these costs directly to you for payment, and we may ask that you pay such costs in advance. Itemization is not practical for other costs such as photocopying, long- distance telephone, postage and facsimile charges. To cover these costs, we add to each bill an administrative charge of 4% of the legal fees charged each month. We welcome a free and open discussion about our fee structure or any particular statement or charge. We respect the importance which our clients attach to the significant matter of fees. Retainer It is the policy of our firm to ask for a retainer from all new clients and from existing clients in connection with all new matters. Schedule of Payment We request that you pay our invoice within thirty (30) days following your receipt of our invoice, and we reserve the right to withdraw from your representation for nonpayment of our fees. Delinquencies of thirty (30) days or more from the date of the invoice will be subject to a late charge to cover additional costs that we incur. Standard Provisions Attached The enclosed Boutin Jones Inc. Standard Terms Regarding Services further clarify terms and conditions of our representation. Together with this letter, the Standard Terms contain our agreement for legal services. I encourage you to contact me if you have any questions regarding our representation or our fees. If these terms are acceptable, please sign the Acceptance attached to this letter and return a copy to me. This will confirm your agreement to the terms of our engagement as described in this letter and the Standard Terms. You may keep the original for your files. Boutinjones,N, ATTORNEYS AT LAW City of Ukiah Re: Engagement for Legal Services November 18, 2013 Page 3 of 8 Thank you for the opportunity to represcnt the City of Ukiah. We look forward to working with you. Very truly yours, BOUTIN JONES INC. By. j Michael E. Chase MEC /jws Enclosure Boutinjones. ^TTORNCTff AT -AW ACCEPTANCE City of Ukiah Re: Engagement for Legal Services November 18, 2013 Page 4 of 8 The undersigned accepts the agreement for legal services contained in this letter and the attached Standard Terms. Dated: ///( g))4t CITY OF UKIAH. a General Law City By: Name Its: l�yiA- �III� —ti �L Boutinjones ,NC ATTORNEYS AT LAW ATTACHMENT 00tk ND • I5114 - Ilona City of Ukiah Re: Engagement for Legal Services November 18, 2013 Page 5 of 8 BODUTIN JONES INC. STANDARD TERMS REGARDING LEGAL SERVICES These Standard Terms, together with the fee engagement letter, constitute the Agreement for Legal Services ( "Agreement ") between City of Ukiah and Boutin Jones Inc. 1. Effective Date. This Agreement is effective as of the date we first perform services on your behalf. If we perform legal services at your request while we are waiting for you to sign and return this Agreement, you will still be required to pay for those services even if you decide not to sign and return this Agreement. 2. Conflicts of Interest. We have conducted a search of our files to determine if any conflicts exist that would make it impossible for us to represent you in this matter. A conflict occurs when we are asked to represent a party against a former or present client. We are prohibited from providing services where a conflict exists unless all affected parties give us permission in writing. If a conflict arises in the future, we may not be able to continue to represent you with respect to this matter unless we obtain the appropriate waivers. At this time we do not see any conflicts of this nature. If we discover any such conflicts during the course of our representation, we will bring them to your attention immediately. 3. Attorney Time. Our lawyers and paralegals bill in minimum units of 0.10 hours (six minutes) for any task. We will charge for all telephone calls relating to your case, including, but not limited to, calls with you and opposing counsel. Our legal personnel may confer among ourselves about your matter, as required. When we do confer, each person will charge for the time expended. If more than one of our legal personnel attends a meeting or other proceeding, each will charge for his or her time. We will charge for waiting time and for travel time, both local and out of town. We will also charge for legal research and analysis, review of documents, drafting of documents, and negotiation. All of the charges will be at the rates in effect when the services are rendered. 4. Out of Pocket Costs and Administrative Charge. In addition to our legal fees, we charge for costs we incur on your behalf. We separately itemize certain costs such as filing fees, process service fees, court reporter fees, messenger and other delivery fees, document recordation fees, travel, and charges for computerized legal research. We may send the invoices for some of these costs directly to you for payment, and we may ask that you pay such costs in advance. Itemization is not practical for other costs such as photocopying, long- distance telephone, postage and facsimile charges. To cover these costs, we add to each bill an administrative charge of 4% of the legal fees charged each month. Boutinjones,N. ATTORNEYS AT LAM/ City of Ukiah Re: Engagement for Legal Services November 18, 2013 Page 6 of 8 S. Extraordinary Compensation. In matters requiring great urgency, unusual complexity or special sophistication or training, the American Bar Association's Rules of Professional Conduct allow for these factors to be considered in formulating fees, and we would propose to do so in such instances. For example, in the course of our representation, we may be asked to render a legal opinion to a third party on your behalf. Where such an opinion is rendered by our firm, we may include a reasonable additional charge over and above the time spent on the matter by firm personnel. The amount of such additional charge will be determined by consideration of the following factors: (1) the complexity, novelty and difficulty of the questions involved and the skill, experience and professional judgment required for the opinion; (2) the amount involved in the transaction and the firm's responsibility to the recipient of the opinion rendered; (3) the time limitations imposed by the circumstances; and (4) the scope of the diligence and investigation appropriate to the transaction. 6. Retainers. It is our standard practice to request a retainer from you prior to rendering any legal services on your behalf. We will ask that this retainer be replenished from time to time. All retainer funds will be held in our client trust account. We will apply the retainer amount to our fees and costs. Any retainer r2maining in the client trust account at the conclusion of our representation, after payment of all fees and costs, will be returned to you absent any agreement otherwise. Failure to pay our fees and costs on a timely basis, or failure to replenish the retainer as requested from time to time, will be cause for Boutin Jones Inc. to withdraw from your representation. 7. Billing Statements. We will bill you on a monthly basis. Our invoices will state the date of each service, the name and hourly rate of the professional performing the service, a description of the service performed, and the amount of time devoted to each item. Our out -of- pocket costs will be itemized. We invite you to discuss with us at any time any questions you may have regarding our invoices or the status of your matter. You agree to inform us in writing within 30 days if you dispute any part of an invoice, and you agree that any invoice not disputed within that time is accurate. 8. Late Payment. Payment of our invoices is due within ten (10) days following your receipt of our invoice. If payment is not received within thirty (30) days from the date of the invoice, you agree to pay simple interest of 0.75% (3/4 %) per month on the outstanding fees and costs. This interest covers additional costs that we incur as a result of late payment. 9. Notice of Change in Rates and Charges. The hourly rates quoted to you in the fee engagement letter are those currently used by our firm. Like all business people, we are not immune from increasing costs. From time to time, therefore, we must review and revise our Boutinjones,N� ♦TTORNCt9 Al LAW City of Ukiah Re: Engagement for Legal Services November 18, 2013 Page 7of8 rates and charges in order to keep pace with such demands. The revised rates and charges then will be applied to the services rendered thereafter on your behalf. While we will make every effort to notify you in advance of any increase, any increase will be reflected in our billings to you, and your receipt of such billings will constitute notice of any increase in our rates or charges. However, we agree that the reduced hourly rates we are offering in this case will not increase before the end of 2014. 10. Additional Services. We will provide other ongoing legal services as may be agreed upon between us from time to time. This Agreement shall apply to any such additional services. 11. Client Responsibilities. You agree to be truthful with us, to cooperate, to keep us informed of developments that relate to our services, to comply with this Agreement, to pay our bills on time, and to keep us advised of your current address, telephone number, and place of employment. You also agree to respond promptly, fully, and accurately to requests for information or documents and to other requests for assistance made by Boutin Jones Inc. We may communicate with you by email at any email address you provide to us from time to time. 12. Litigation. We cannot precisely determine the full nature and extent of the legal services that may be necessary. Much of what will be done depends upon the responses of other parties or the actions of the courts. Consequently, compensation for our services is not a fixed fee. Our fees are based upon the time devoted to your representation, including time spent on telephone calls, negotiations, factual investigations and analysis, legal research and analysis, conferring with other attorneys or staff in the office, document preparation and revision, travel away from the office, and all other items related to your representation. 13. Experts. To prepare or present your case or legal position, we may need expert witnesses, consultants, or investigators. We will select and engage them and you are responsible for their bills. When feasible we will consult with you before completing the engagement. 14. Settlement. If we are hired to pursue or defend a claim on your behalf, Boutin Jones Inc. will not settle the claim without your approval, and you have the absolute right to accept or reject any offer of settlement. We will notify you promptly of the terms of any settlement proposal that we receive on your behalf. 15. Liens. You grant Boutin Jones Inc. a lien on any and all claims or causes of action that are the subject of our representation and on any retainer held in our client trust account on your behalf. Our lien is for any sums owing to us for any unpaid costs or attorneys' fees. The lien attaches to any recovery you obtain. Boutxnjones,N. City of Ukiah ATTORNEYS AT LAW Re: En17aRement for Legal Services November 18, 2013 Page 8of8 16. Disclaimer of Guaranty. Boutin Jones Inc. can make no promises or guarantees about the outcome of this representation. Our comments about the outcome of your matter are expressions of opinion only. 17. Termination of Representation. You have the right to terminate our representation of you at any time. We have the same right, subject to our ethical obligation to provide you with reasonable notice to arrange for alternative representation. If requested by you will we return your file to you, or to a substitute attorney of your choice at your written direction. You agree to pay our actual costs of transfer, including but not limited to copying costs. 18. Negotiated Agreement. This is a negotiated agreement that can be accepted or rejected by the parties. The terms of this Agreement are not set by law. You may consult independent counsel before entering into this Agreement. 19. Attorneys' Fees. In the event that suit or arbitration is brought to enforce or interpret any part of this engagement agreement, the prevailing party will be entitled to recover, in addition to the amount of any judgment or award, a sum as and for reasonable attorneys' fees and costs incurred. If collection is undertaken by the firm's attorneys or staff, and if we are determined to be the prevailing party, we shall be entitled to reimbursement for our time based on our hourly billing rates then in effect. 20. Entire Agreement. This Agreement constitutes the entire agreement between you and Boutin Jones Inc. No other agreement or statement made on or before the effective date of this Agreement is binding. If any provision of this Agreement is held to be unenforceable, the remaining provisions shall continue in full force and effect. This Agreement may be modified only in writing signed by both parties. This Agreement is deemed to be entered into at our principal office in Sacramento, California. The laws of the State of California shall apply to this Agreement. 572996.1 City of Ukiah ITEM NO.: 7c MEETING DATE: December 16, 2015 AGENDA SUMMARY REPORT SUBJECT: ADOPTION OF RESOLUTION AUTHORIZING CONTRACT FOR BOND AND DISCLOSURE COUNSEL SERVICES AND UNDERWRITER SERVICES FOR THE UPCOMING REFUNDING OF 2005 WATER BONDS. Summary: Council to consider recommendations for Bond and Disclosure Counsel and underwriting services for the upcoming refunding of the 2005 Water Bonds. PFM recommends Stradling Yocca Carlson and Rauth, P.C. as Bond Counsel and Raymond James & Associates, Inc. as the Underwriter based on their competency and fit for the transaction. Background: Staff has been working with Bob Gamble at PFM, the City's financial advisor, to analyze the refinancing of the City's 2005 Water Bonds ($11,845,000 outstanding). Based upon the volatility in the financial markets, City Staff believes it's prudent to proceed with the refinancing in order to avoid the risk, to the extent possible, of interest rates rising in the coming months. To that end, City Staff requested that PFM help assemble a financing team which includes Bond Counsel and underwriting services. PFM, in conjunction with the staff, conducted an RFP (Request for Proposal) process involving multiple prospective Bond Counsel firms and Underwriter firms. A thorough selection process was employed by PFM to identify the recommended firms for the refunding transaction. Documents appointing a Bond Counsel and Underwriter would need to be approved by Council on December 16, 2015, in order to meet the February deadline for refunding. The attached resolution (Attachment #1) provides for the hiring of these firms. Discussion: Based on current market conditions, the potential to refinance appears to be economically advantageous to the City and its rate payers. Through a refinancing, the City is anticipated to save approximately $35,000 per year from lower interest rates through the final maturity in 2035. After the _Continued on Page 2 RECOMMENDED ACTION(S): Staff recommends that Council adopt the resolution authorizing the Finance Director to execute a contract with Stradling Yocca Carlson and Rauth, P.C., a professional law corporation, for Bond Counsel and Disclosure Counsel Services and with Raymond James & Associates, Inc., for underwriting services related to refunding of 2005 Water Bonds. ALTERNATIVES: Do not adopt the resolution. Citizens advised: N/A Requested by: N/A Prepared by: Karen Scalabrini, Finance Director. Coordinated with: Sean White, Water and Sewer Director. Presenter: Karen Scalabrini, Finance Director. Attachments: 1. Resolution 2. Response to Bond and Disclosure Counsel RFP 3. Summary of Underwriter Responses 4. Response to Underwriter RFQ 5. Financing Schedule COUNCIL ACTION DATE: : ❑ Approved ❑ Continued to ❑ Other RECORDS APPROVED' ❑ Agreement: ❑ Resolution. ❑ Ordinance: Approved: age n c o, City er Page 2 of 3 preliminary savings analysis, the next step in the process is appointing other key participants of the financing team for the transaction. This was done via an RFP process. The RFP for Bond Counsel services was issued on November 19, 2015, to the five firms listed below: 1. Hawkins Delafield & Wood LLP 2. Jones Hall P.C. 3. Orrick, Herrington & Sutcliffe LLP 4. Sidley Austin LLP 5. Stradling Yocca Carlson & Rauth P.C. The RFP clearly defined the scope of services expected from Bond and Disclosure Counsel. Also, it clearly outlined a list of pertinent information being requested from the firms including the potential team of attorneys for the City's engagement along with their relevant experience, proposed fee structure, most recent client references and disclosure of any potential conflicts. A period of one week was allowed for the firms to reply to the RFP with final responses expected no later than November 25, 2015. The City received three responses in total from Hawkins Delafield & Wood LLP, Orrick, Herrington & Sutcliffe LLP, and Stradling Yocca Carlson & Rauth P.C. All the responses were objectively analyzed by PFM employing straightforward selection criteria focused on the firm's qualifications, experience with utilities, and proposed fee structure. After careful consideration, PFM recommended Stradling Yocca Carlson and Rauth, P.C. (Attachment #2), as Bond Counsel based on their demonstrated ability to provide legal counsel to utilities; their understanding of the City's Water System credit along with past experience with similar credits; and lowest proposed fees for their services. The RFP for underwriting services was issued on June 19, 2015, to multiple firms. The RFP clearly defined the scope of services expected from Underwriters. Also, it clearly outlined a list of pertinent information being requested from the firms including the potential team of professionals for the City's engagement along with the firm's relevant experience, recommended bond structure, sales and marketing strategy, proposed underwriting fee, and most recent client references. A period of one week was allowed for the firms to reply to the RFP with final responses expected no later than June 26, 2015. The City received four responses in total from the following firms: 1. Stifel, Nicolaus & Company, Incorporated 2. Piper Jaffray & Co. 3. Raymond James & Associates, Inc. 4. Southwest Securities, Inc. All the responses were objectively analyzed by PFM employing straightforward selection criteria focused on the firms' experience with utilities, marketing plan, bond distribution capabilities, pricing view, proposed fee structure, and overall approach to underwriting the refunding bonds. See summary of Underwriter Responses (Attachment #3.) After careful comparison of the various strategies and their trade -offs, PFM recommended Raymond James & Associates, Inc. (Attachment #4) as the Underwriter based on their strong pricing desk, understanding of the City's Water System credit along, and lowest proposed fee for their services. Impact on City Resources: The not -to- exceed amount with Stradling Yocca Carlson and Rauth, P.C. consists of $40,000 for Bond and Disclosure Counsel Services. These funds will be paid out of the Page 3 of 3 proceeds of the refinancing transaction and do not represent a direct cost to the City of Ukiah. The estimated fees for Raymond James & Associates, Inc. is $36,817 including the fees for Underwriter's Counsel. These funds will also be paid out of the proceeds of the refinancing transaction and do not represent a direct cost to the City of Ukiah. Through a refinancing, the City's water enterprise is anticipated to save approximately $35,000 annually through 2035 from lower interest rates. This represents present value savings of approximately $543,800. The savings will improve the City's water bond coverage ratio and improve the annual cash flow for additional capital projects. As all costs related to a refinancing are contingent upon a successful closing, with the exception of a credit rating review by Standard & Poor's, no financial risk will accrue should refinancing meeting the City's requirements not occur. After Bond Counsel and an Underwriter is selected, this expedited process will then develop the necessary financing and investor disclosure documentation and proceed towards presenting the credit of the water enterprise to Standard & Poor's. As outlined in the attached schedule (Attachment #5), resolutions, financing, and investor disclosure documentation would be brought to the City Council for approval at its February 17, 2016, meeting. Assuming City Council approval, the bond issuance would be finalized and bonds would be marketed to investors. Once acceptable rates, terms, and conditions are secured, and a bond purchase agreement signed between the City and Underwriter, a notice of redemption will be sent to the 2005 Bonds' bondholders notifying them of intent to redeem. This redemption notice must occur prior to February 13th (since this is a Saturday, notice can be no later than Friday, February 12th). At this point the bonds issue would be finalized with an expected closing on or about March 14, 2016. The attached resolution (Attachment #1) stipulates the benefits from the proposed refunding, and provides for the hiring of the Bond Counsel and Underwriting Firm in order to accomplish these benefits. FISCAL IMPACT: Budgeted New Appropriation Amount in 14 -15 Source of Funds Account Number Budget Amendment FY Required (Title & No.) N/A N/A N/A Yes ❑ No Attachment #1 Page 1 RESOLUTION NO. 2015- A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF UKIAH APPROVING ACTIONS IN CONNECTION WITH A POTENTIAL REFUNDING OF WATER REVENUE BONDS WHEREAS, in accordance with Articles 10 and 11 of Chapter 3 of Part 1 of Division 2 of Title 5 of the California Government Code (commencing with Section 53550 thereof) (the "Refunding Law "), the City of Ukiah (the "City ") is authorized to issue its bonds for the purpose of refunding its bonds; and WHEREAS, the Association of Bay Area Governments (the "Authority ") issued 2005 Water and Wastewater Revenue Bonds, Series A (the "2005 Water Bonds ") on behalf of the City to finance the acquisition and construction of capital improvements to water and/or wastewater systems of the City in the principal amount of $17,900,000, of which $11,845,000 is presently outstanding; and WHEREAS, the City entered into an Installment Purchase Agreement (the "2005 Installment Purchase Agreement "), dated as of September 1, 2005, between the City and the Authority, pursuant to which the City made installment payments to the Authority in the amounts sufficient to make debt service payments on the 2005 Water Bonds; and WHEREAS, the City wishes at this time to issue Water Revenue Refunding Bonds, Series 2016 (the "Series 2016 Refunding Bonds ") for the purpose of refunding the 2005 Water Bonds in order to realize cash flow savings; and WHEREAS, prepaying the 2005 Water Bonds is reasonably expected to result in anticipated net cash flow savings of approximately $35,000 in annual debt service from lower interest rates through the final maturity in 2035 or total estimated present value savings of approximately $543,800 over the life of the bonds which will result an in improved bond coverage ratio for the City's water system; and WHEREAS, the Series 2016 Refunding Bonds, upon issuance, will be payable from the net revenues derived from the City's water system available after payment of operation and maintenance costs of the water system; and WHEREAS, the City has solicited proposals from Bond and Disclosure Counsel and Underwriters, whose services will be required for the execution of the refunding transaction; and S:Wdministration\Agendas & ASRs 12 -16 -15 Regular Meeting 12 -16 -15 7c l UKIAH RESOLUTION RE BOND COUNSEL AND UNDERWRITERS Attachment I.docx Attachment #1 Page 2 WHEREAS, the City has received proposals for Bond and Disclosure Counsel and for Underwriter services which were evaluated based on the quality of response and the proposed cost of services; and WHEREAS, based on these evaluations, the City has determined to contract with Stradling Yocca Carlson and Rauth, P.C. as Bond and disclosure Counsel and Raymond James & Associates, Inc. as the Underwriter for Series 2016 Refunding Bonds; and WHERAS, the proceeds from the issuance of the 2016 Refunding Bonds andbr discounts provided in connection with the issuance of the bonds will be lawfully used to pay the fees and expenses of Bond and Disclosure Counsel and the Underwriter; NOW, THEREFORE, BE IT RESOLVED, by the City Council of the City of Ukiah as follows: Section 1. The City Manager is hereby authorized and directed to enter into contracts with Stradling Yocca Carlson and Rauth, P.C. as Bond and Disclosure Counsel and Raymond James & Associates, Inc. as the Underwriter for the refunding transaction, provided the terms of such contracts are consistent with the provisions of this Resolution and the fees and /or discounts called for in said contracts are approved by the City Council. Section 2. This Resolution shall take effect immediately upon its adoption. PASSED AND ADOPTED this 16t1i day of December 2015, by the following roll call vote: AYES: NOES: ABSTAIN: ABSENT: Steve Scalmanini, Mayor ATTEST: City Clerk S: Administmtion\Agendas & ASRs 12 -16 -15 Regular Meeting 12 -16 -15 7c I UKIAH RESOLUTION RE BOND COUNSEL AND UNDERWRITERS Attachment l.docx STRADLING YOCCA CARLSON & RAUTH, P.C. 660 NEWPORT CENTER DRIVE, SUITE 1600 NEWPORT BEACH, CA 92660 -6422 SYCR.COM November 25, 2015 Mary Horger, Purchasing Supervisor City of Ukiah 300 Seminary Avenue Ukiah, CA 95842 Attachment 2 Re: Response of Stradling Yocca Carlson & Rauth to Request for Proposals - Fee Structure and Estimate -- Bond and Disclosure Counsel Services CALIFORNIA NEWPORT BEACH SACRAMENTO SAN DIEGO SAN FRANCISCO SANTA BARBARA SANTA MONICA COLORADO DENVER NEVADA RENO WASHINGTON SEATTLE Stradling Yocca Carlson & Rauth, a Professional Corporation (the "Firm "), is pleased to submit this proposal to serve as bond and disclosure counsel to the City of Ukiah (the "City") in connection with the issuance of Revenue Refunding Bonds to refund the 2005 Water and Wastewater Revenue Bonds, Series A. The Firm is well qualified, and is committed to devoting the resources necessary, to serve the City as bond and disclosure counsel. The Firm has extensive experience serving as bond and disclosure counsel to municipal water and wastewater utilities throughout California. In 2014, the Firm was ranked as the number two bond counsel in California by dollar amount and number of issues, and as the number two disclosure counsel in the United States by dollar amount. The Firm is fully capable of drafting bond authorizing and closing documents to accommodate the issuance of the Refunding Revenue Bonds on an accelerated financing calendar, providing opinions as to the validity and tax status of bonds and providing opinions as to the satisfaction of defeasance requirements in connection with the refunding. The Firm is also committed to advising the City on an ongoing basis with respect to tax matters, appearances before the rating agencies, the preparation of disclosure documents and the preparation of continuing disclosure undertakings. Further information with respect to the Firm is set forth in Appendix A. 1. Team Cyrus Torabi would be primarily responsible for Iegal services on this engagement. Brian Forbath would also work on this engagement as necessary. Contact information for Messrs. Torabi and Forbath is set forth below and their resumes are set forth in Appendix B. Cyrus Torabi, Shareholder 660 Newport Center Drive, Suite 1600 Newport Beach, CA 92660 (949) 725 -4265 ctorabi @sycr.com DOCSOC/ 1730576v 1/029999 -0000 Brian Forbath, Shareholder 660 Newport Center Drive, Suite 1600 Newport Beach, CA 92660 (949) 725 -4193 bforbath @sycr.com November 25, 2015 Page Two 2. Fee Structure The Firm proposes the below not -to- exceed fixed fees in connection with the engagement, in each case fully contingent on the issuance of the Revenue Refunding Bonds. There are no limitations or conditions on such fees. 3. References Carrie Corder Assistant General Manager /CFO Cucamonga Valley Water District 10440 Ashford Street Rancho Cucamonga, CA 91730 (909) 483 -7435 carriec @cvwdwater.com 4. Other Requirements Charles Turner Director of Finance Eastern Municipal Water District 2270 Trumble Road Perris, CA 92570 (951) 928 -3777 x4363 turnerc @emwd.org Daniel A. Bills Finance Director Sacramento Suburban Water District 3701 Marconi Avenue, Suite 100 Sacramento, CA 95821 (916) 679 -3970 dbills @sswd.org The Firm has reviewed the insurance requirements set forth in the Request for Proposals and can maintain and provide evidence of the required insurance naming the City as an additional insured. The Firm affirms that it would have no conflict of interest in representing the City. The Firm has reviewed and signed the addenda to the Request for Proposals, which are attached. Cyrus Torabi, a shareholder of the Firm, is authorized to make representations for the Firm in connection with this response. This proposal is valid for 120 days from the date hereof. Best regards, r 7� STRADLING YOCCA CARLSON & RAUTH, P.C. DOCSOG1730576v 1/029999 -0000 APPENDIX A INFORMATION ABOUT STRADLING YOCCA CARLSON & RAUTH Stradling Yocca Carlson & Rauth (the "Firm ") was founded in Newport Beach in 1975 and has had a municipal finance practice since its inception. The Finn's 122 attorneys practice public finance, public law, corporate law, securities litigation, business litigation, intellectual property litigation, bankruptcy, corporate taxation and white collar criminal defense. The Finn maintains offices in Newport Beach, San Diego, San Francisco, Sacramento, Santa Monica, Santa Barbara, Reno, Denver and Seattle. The Firm's size offers an advantage to clients for many reasons. First, the Firm has expertise in areas such as real estate, corporate securities /litigation and general public law that can be useful in analyzing all relevant issues for a bond financing. Second, the Firm's size provides stability and assurance to clients that the Firm will be in practice to follow up on matters related to the services it renders. This is critical to public agencies in an environment where bond issues require ongoing monitoring for federal securities and tax law compliance. The Firm is not an international firm, so its cost structure allows it to provide bond counsel and disclosure counsel services more cost - effectively than other firms. Public finance is an extremely important focus of the Firm. 31 lawyers in the Firm practice in the areas of public finance and general public law. 16 shareholders, 7 associates and 5 paralegals devote substantially all of their efforts to the public finance practice. 2 shareholders of the Firm restrict their practice exclusively to the tax aspects of public finance, advising clients on the structuring of transactions and representing clients in the event that a transaction is audited by the Internal Revenue Service. Members of the public law department are often called upon to speak at seminars for public agencies and municipal finance specialists, including those held by the Association of California Water Agencies, the California Special District Association, the California Redevelopment Association, the National Association of Bond Lawyers, the California Debt and Investment Advisory Commission, the California League of Cities, The Bond Buyer and others. Members of the Firm are also recognized experts in federal securities law matters that will directly impact the City's financings. The depth and breadth of the Firm's experience as bond counsel and disclosure counsel is underscored its recent bond counsel and disclosure counsel rankings as set forth below. CALIFORNIA BOND AND DISCLOSURE COUNSEL RANKINGS Year Bond Counsel Ran kbt s Disclosure Counsel Rankin -as $ Volume Zillions Rank Number of Transactions $ Volume Millions Rank Number of Transactions 2014 $8,391 2 139 183 $6,611 9,304 2 2 135 194 2013 9,761 1 2012 5,978 2 1 141 5,813 1 2 143 2011 4,184 2 130 5,198 2 129 In the past two years, Cyrus Torabi has acted as bond counsel and disclosure counsel with respect to water and wastewater financings for the Cities of Escondido, Oceanside, Salinas and Fountain Valley, and as disclosure counsel to the Cities of Ventura, Santa Paula and Corona. Mr. Torabi also serves as bond counsel to Eastern Municipal Water District, West Basin Municipal Water District, Castaic Lake Water Agency, Westlands Water District, Santa Clara Valley Water District, Orange County Water District, Sacramento Suburban Water District, San Juan Water District and El Dorado Irrigation District, among many others. As a specialist in water and wastewater financings, Mr. Torabi has extensive experience interpreting the California Water Code and California Government Code provisions relating to bond issuances. The following pages list the water and wastewater financings for which the Firm has served as bond counsel and disclosure counsel, respectively, since January 1, 2011. A -1 DOCSOC/ 1730588vl/029999 -0000 Stradling Focca Carlson & Rauth Bond Counsel Closings - 1/1/2011 to Present Water and Wastewater Financings Closing Date Issuer 1/25/2011 Porterville Irrigation District 6/21/2011 South Coast Water District 717/2011 San Bernardino Valley Municipal Water District 7/1312011 Ripon Public Financing Authority 7/20/2011 Eastern Municipal Water District 7/22/2011 Eastern Municipal Water District 7/22/2011 Eastern Municipal Water District 9/15/2011 Upper Santa Clara Valley Joint Powers Authority 9/22/2011 Coachella Sanitary District 9/22/2011 West Basin Municipal Water District 1 111 71201 1 West Basin Municipal Water District 12/13/2011 Nevada Irrigation District Joint Powers Authority 2/22/2012 City of Salinas 4/4/2012 Escondido Joint Powers Financing Authority 4/4/2012 Escondido Joint Powers Financing Authority * Mr. Torabi served as bond counsel on this financing. DOCSOC/1727458v2/029999 -0000 Total $2,514,076,700 Total Deals: 71 Project Name Principal Amount Revenue Certificates of Participation, Series 2011A* $5,190,000 Refunding General Obligation Bonds, Series 2011A* $2,965,000 Revenue Certificates of Participation, Series 2011A* $8,565,000 Installment Purchase Agreement* $2,195,000 Refunding Water and Sewer Revenue Bonds, Series 2011A $56,255,000 Water and Sewer Revenue Refunding Variable Rate Certificates of Participation, Series $45,175,000 2008D (REMARKETING) Water and Sewer Revenue Refunding Variable Rate Certificates of Participation, Series $48,645,000 2008E (REMARKETING) Refunding Revenue Bonds, Series 2011A (Santa Clarita Water Division)* $52,290,000 Installment Purchase Agreement (Wastewater Treatment Project- USDA Loan) $3,000,000 Refunding Revenue Bonds, Series 2011A* $34,190,000 Refunding Revenue Bonds, Series 2011 B* $60,275,000 (Nevada and Placer Counties, California) Revenue Bonds, Series 2011A* $25,970,000 Sanitary Sewer System Revenue Bonds, Series 2012* $17,995,000 Revenue Bonds (Wastewater System Financing), Series 2012* $27,390,000 Revenue Bonds (Water System Financing), Series 2012* $31,660,000 4/12/2012 West Basin Municipal Water District Refunding Revenue Bonds, Series 2012A* $50,325,000 4/1912012 Sacramento Suburban Water District Refunding Revenue Bonds, Series 2012A* $29,200,000 4/26/2012 West Stanislaus Irrigation District Revenue Certificates of Participation, Series 2012A* $15,215,000 5/3/2012 South San Joaquin Irrigation District Refunding Revenue Bonds, Series 2012A* $17,975,000 5116/2012 San Juan Water District Refunding Revenue Bonds (San Juan and Citrus Heights Project), $15,195,000 Series $15,900,000 2012A and $705,000 Series 2012E (Taxable)* 5/30/2012 City of Santa Monica Wastewater Refunding Revenue Bonds Series 2012A $8,955,000 6/1/2012 Eastern Municipal Water District Water and Sewer Revenue Refunding Variable Rate Certificates of Participation, Series $53,355,000 2008C (REMARKETING) 6/1 912 01 2 City of Santa Maria Water and Wastewater Revenue Refunding Bonds, $48,064,492.80 Series 2012A (Tax $50,119,493 Exempt) and $2,055,000.00 Series 2012B (Taxable)* 6/21/2012 Eastern Municipal Water District Water and Sewer Revenue Variable Rate Certificates of Participation, Series 2008G $50,000,000 (REMARKETING) 6/28/2012 Santa Clara Valley Water District Commercial Paper Certificates, Series A (Tax- Exempt) and Series B (Taxable)* $100,000,000 7/2/2012 Santa Clara Valley Water District 2012 -2013 Taxable Tax and Revenue Anticipation Notes* $60,000,000 7/2/2012 Santa Clara Valley Water District 2012 -2013 Tax and Revenue Anticipation Notes* $40,000,000 7/12/2012 El Dorado Irrigation District Refunding Revenue Bonds $48,935,000 Series 2012A and $1,750,000 Series 2012B $50,685,000 (Taxable) 7/19/2012 Eastern Municipal Water District Refunding Water and Sewer Revenue Bonds, Series 2012A $50,000,000 9/19/2012 Yorba Linda Water District Refunding Revenue Bonds, Series 2012A* $8,330,000 9/20/2012 City of Ripon Water Revenue Refunding Bonds Series 2012 (Bank Qualified) $3,350,000 10125/2012 Westlands Water District Refunding Revenue Bonds, Series 2012A* $77,000,000 11/20/2012 Dinuba Financing Authority Lease Revenue Refunding Bonds (Public Works Projects) Issue of 2012 $11,270,000 11/20/2012 Palmdale Water District 2012 Installment Purchase Agreement Re Prepayment of Refunding Revenue $12,765,208 Certificates of Participation Series 1998 * Mr. Torabi served as bond counsel on this financing. DOCSOC/1727458v2/029999 -0000 11120/2012 City of Dinuba Wastewater Revenue Refunding Bonds Series 2012 $8,145,000 12/4/2012 Lindsay Financing Authority Taxable Lease Revenue Refunding Bonds Issue of 2012 $1,835,000 12/20/2012 Napa Sanitation District Revenue Certificates of Participation, Series 2012A $37,845,000 3/25/2013 Eastern Municipal Water District Refunding Water and Sewer Revenue Bonds, Series 2013A* $54,575,000 5/8/2013 Oceanside Public Financing Authority Sewer Revenue Refunding Bonds, Series 2013A $15,135,000 5/23/2013 West Basin Municipal Water District Refunding Revenue Bonds, Series 2013A* $17,165,000 5/30/2013 Palmdale Water District Public Financing Authority Water Revenue Bonds, Series 2013At $44,350,000 6/4/2013 Orange County Water District Refunding Revenue Bonds Series 2013A $53,000,000 61512013 Otay Water District 2013 Water Revenue Refunding Bonds (Bank Qualified) $7,735,000 6/1912013 East Valley Water District Financing Authority Revenue Bonds, Series 2013A* $12,085,000 6/25/2013 San Luis & Delta- Mendota Water Authority Refunding Revenue Bonds (DHCCP Development Project), Series 2013A* $37,550,000 6/27/2013 Western Riverside Water and Wastewater Financing Local Agency Revenue Refunding Bonds $52,335,000 2013 Series A -1 and $1,840,000 $54,175,000 Authority 2013 Series A -2 6/2712013 Western Riverside Water and Wastewater Financing Local Agency Revenue Refunding Bonds 2013 Series B $24,750,000 Authority 6/1512013 West Stanislaus Irrigation District Revenue Certificates of Participation, Series 2013A* $12,755,000 9/25/2013 Ontario Public Financing Authority 2013 Water Revenue Bonds* $74,545,000 1/22/2014 Goleta Water District Refunding Revenue Certificates of Participation, Series 2014A* $19,050,000 3/5/2014 El Dorado Irrigation District Refunding Revenue Bonds, Series 2014A* $121,190,000 6/4/2014 Mojave Water Agency Refunding Revenue Bonds, Series 2014A $13,155,000 611112014 Eastem Municipal Water District Refunding Water and Wastewater Revenue Bonds, Series 2014A* $48,645,000 6/17/2014 Castaic Lake Water Agency Refunding Revenue Bonds, Series 2014A $16,750,000 6/26/2014 City of Riverside Variable Rate Sewer Revenue Bonds, issue of 2014A $50,000,000 * Mr. Torabi served as bond counsel on this financing. DOCSQC/1727458v2/029999 -0000 8121/2014 Merced Irrigation District Water and Hydroelectric System Refunding Revenue Bonds Series 2014A $30,685,000 8/21/2014 Merced Irrigation District Water and Hydroelectric System Refunding Revenue Bonds Series 2014B (Taxable) $725,000 10/8/2014 Eastern Municipal Water District Refunding Water and Wastewater Revenue Bonds, Series 2014B* $45,175,000 10/30/2014 Eastern Municipal Water District Refunding Water and Wastewater Revenue Bonds, Series 2014C* $54,765,000 12/17/2014 Fountain Valley Public Financing Authority Revenue Bonds, Series 2014A* $13,695,000 2/24/2015 Western Riverside Water and Wastewater Financing Local Agency Revenue Refunding Bonds, Series 2015A $19,976,000 Authority 2/26/2015 Yucaipa Valley Water District Water System Refunding Revenue Bonds Series 2015A $30,810,000 4/7/2015 Emerald Bay Service District 2015 Installment Sale Agreement* $7,000,000 4/28/2015 Upper Santa Clara Valley Joint Powers Authority Revenue Bonds, Series 2015A $64,000,000 5/13/2015 City of Malibu Refunding Certificates of Participation $11,940,000 2015A (Taxable) and $8,895,000 $20,835,000 20158 (Tax Exempt) 5114/2015 City of Escondido Refunding Revenue Bonds (Wastewater System) $14.645,000 Series 2015A and $19,705,000 $5,060,000 Series 2015E (Taxable)* 6/10/2015 City of Riverside Sewer Revenue Bonds, Series 2015A $200.030,000 6/1812015 Eastern Municipal Water District Financing Authority Water and Wastewater Revenue Bonds, Series 2015B* $74,430,000 6/23/2015 Eastern Municipal Water District Refunding Water and Wastewater Revenue Bonds, Series 2015A* $50,000,000 8/27/2015 Olivenhain Municipal Water District Water System Refunding Revenue Bonds Series 2015A $23,455,999 10/112015 City of Garden Grove Water Revenue Refunding Bonds, Series 2015* $8,150,000 * Mr. Torabi served as band counsel an this financing. DOCSOC/172745 b2/029999 =U000- Stradling Yocca Carlson & Rauth Disclosure Counsel Closings - 1/1/2011 to Present Water and Wastewater Financings ClosirtgDate Issuer 6/2112011 South Coast Water District 7/7/2011 San Bernardino Valley Municipal Water District 7/20/2011 Eastern Municipal Water District 911512011 Upper Santa Clara Valley Joint Powers Authority 9122/2011 West Basin Municipal Water District 11/17/2011 West Basin Municipal Water District 12/13/2011 Nevada Irrigation District Joint Powers Authority 2/22/2012 City of Salinas 4/4/2012 Escondido Joint Powers Financing Authority 414/2012 Escondido Joint Powers Financing Authority 4/1 212 01 2 West Basin Municipal Water District 5/30/2012 City of Santa Monica 7/19/2012 Eastern Municipal Water District 8/1/2012 Corona Utility Authority 1 013 01201 2 Cucamonga Valley Water District Financing Authority 11/13/2012 City of San Buenaventura Public Facilities Financing $34,355,000 2012 Water Revenue Bonds, Series B* Authority 11/15/2012 City of San Buenaventura Mr. Torabi served as disclosure counsel on this financing. 5OC2O5i 727458v2/029999 -0000 Total $1,234,280,999 Total Deals: 36 Project Name Principal Amouizi Refunding General Obligation Bonds, Series 2011 A* $2,965,000 Revenue Certificates of Participation, Series 2011A* $8,565,000 Refunding Water and Sewer Revenue Bonds, Series 2011A $56,255,000 Refunding Revenue Bonds, Series 2011A (Santa Clarita Water Division)* $52,290,000 Refunding Revenue Bonds, Series 2011A* $34,190,000 Refunding Revenue Bonds, Series 2011 B* $60,275,000 (Nevada and Placer Counties, California) Revenue Bonds, Series 2011A* $25,970,000 Sanitary Sewer System Revenue Bonds, Series 2012* $17,995,000 Revenue Bonds (Water System Financing), Series 2012* $31660.000 Revenue Bonds (Wastewater System Financing), Series 2012* $27,390,000 Refunding Revenue Bonds, Series 2012A* $50,325,000 Wastewater Refunding Revenue Bonds Series 2012A $8,955,000 Refunding Water and Sewer Revenue Bonds, Series 2012A $50,000,000 2012 Water Revenue Bonds (Water Projects)* $35,880,000 Water Revenue Bonds, Series 2012* $37,885,000 $11,095,000 2012 Taxable Water Revenue Bonds, Series A and $45,450,000 $34,355,000 2012 Water Revenue Bonds, Series B* $2,560,000 2012 Taxable Wastewater Revenue Refunding Bonds, Series A $18,475,000 and $15,915,000 2012 Wastewater Revenue Refunding Bonds, Series B* 12/4/2012 Lindsay Financing Authority Taxable Lease Revenue Refunding Bonds Issue of2012 $1,835,000 12/20/2012 Napa Sanitation District Revenue Certificates of Participation, Series 2012A $37,845,000 3/25/2013 Eastern Municipal Water District Refunding Water and Sewer Revenue Bonds, Series 2013A* $54,575,000 3/28/2013 City of Sacramento Water Revenue Bonds, Series 2013 $215,195,000 5/8/2013 Oceanside Public Financing Authority Sewer Revenue Refunding Bands, Series 2013A $15,135,000 5/30/2013 Palmdale Water District Public Financing Authority Water Revenue Bonds, Series 2013A $44,350,000 615/2013 Otay Water District 2013 Water Revenue Refunding Bonds (Bank Qualified)- $7,735,000 6/19/2013 East Valley Water District Financing Authority Revenue Bonds, Series 2013A* $12,085,000 6/26 /2013 Corona Utility Authority 2013 Wastewater Revenue Bonds (Wastewater Projects)* $20,890,000 612712013 City of Sacramento Wastewater Revenue Bonds, Series 2013 $30,855,000 7/2/2014 Cucamonga Valley Water District Financing Authority Water Revenue Bonds, Series 2014* $12,150,000 11/4/2014 City of San Buenaventura Public Facilities Financing 2014 Wastewater Revenue Bonds, Series C` $22,730,000 Authority 11/4/2014 City of San Buenaventura Public Facilities Financing 2014 Water Revenue Bonds, Series C* $16,645,000 Authority 12/17/2014 Fountain Valley Public Financing Authority Revenue Bonds, Series 2014A* $13,695,000 2/26/2015 Yucaipa Valley Water District Water System Refunding Revenue Bonds Series 2015A $30,810,000 4/30/2015 Santa Paula Utility Authority 2015 Wastewater Enterprise Revenue Bonds $67,195,000 Series A and $69,230,000 $2,035,000 Taxable Series B* 5/13/2015 City of Malibu Refunding Certificates of Participation $11,940,000 2015A (Taxable) and $8,895,000 $20,835,000 2015B (Tax Exempt) 5/14/2015 City of Escondido Refunding Revenue Bonds (Wastewater System) $14,645,000 Series 2015A and $19,705,000 $5,060,000 Series 20156 (Taxable)* 8/27/2015 Olivenhain Municipal Water District Water System Refunding Revenue Bonds Series 2015A $23,455,999 * Mr. Torabi served as disclosure counsel on this financing. DOCSOC/172745gv2/029999 -0000 APPENDIX B RESUME Cyrus Torabi Georgetown University Law Center, Washington, D.C., Juris Doctor, 2002 University of California, Davis, Davis, CA, Bachelor of Arts, International Relations, 1998 • Regents Scholar; Graduated with High Honors Stradling, Yocca, Carlson & Rauth, Newport Beach, California, June 2008 — present Representative clients: West Basin Municipal Water District, Eastern Municipal Water District, Orange County Water District, South Coast Water District, Castaic Lake Water Agency, State of California, Citigroup Global Markets Inc., El Dorado Irrigation District, City of San Diego • Bond counsel and disclosure counsel representing water and wastewater agencies in connection with new money and refunding financings, including bonds and certificates of participation secured by lease revenues, installment payments and net operating revenues, index tender notes, variable rate demand obligations and commercial paper notes • Disclosure counsel representing State of California in connection with multibillion dollar bond issuance secured by property tax receivables from 1,300 local agencies • Special counsel representing state industrial development authority with respect to exchange and remarketing of bonds secured by Pacific Gas & Electric revenues • Bond counsel and disclosure counsel representing city with respect to issuance of bonds secured by wastewater system revenues and related withdrawal from pooled bond offering • Underwriter's counsel representing municipal bond underwriters with respect to issuance of tax - exempt municipal securities Orrick, Herrington & Sutcliffe LLP, Los Angeles, California, March 2007 May 2008 Representative clients: Wells Fargo Bank, RREEF, Hackman Capital Partners, Los Angeles County Employees Retirement Association, Lennar Cotporation • Real estate counsel representing commercial lenders with respect to loan funding and refinancing transactions, including title analysis for secured properties, drafting and negotiating mortgages and assignments of leases and rents and negotiating title insurance policies • Real estate counsel representing pension funds and real estate investment funds with respect to formation of joint ventures, real property investments and commercial real estate loans • Real estate counsel representing commercial landlords and tenants, including technology and biotechnology startup companies and nationally recognized retailers, with respect to negotiation and drafting of commercial leases and amendments and renewals thereof Riggs, Fletcher & Mack LLP, San Diego, California, July 2003 — February 2007 Representative clients: The Corky McMillin Companies, Lowe's Honie Improvement Warehouse, Viejas Band of Kunieyaay Indians, San Diego Unified School District • Real estate counsel representing land developers, restaurant developers, and commercial lenders • Real estate counsel representing Native American tribe in various aspects of off - reservation property acquisitions, development, landlord - tenant issues, and real property litigation • Real estate counsel representing city with respect to transition of 500 -space mobilehome park on to recreational use United States Army Corps of Engineers, Cincinnati, Ohio, September 2002 — June 2003 B -1 DOCSOC /1730588v 1/029999 -0000 Brian Forbath PRACTICE BACKGROUND AND RELATED EXPERIENCE: Practices in the area of public law, specializing in municipal finance Judicial Extern, Honorable Barry Russell, U.S. Central District Bankruptcy Court EDUCATION: J.D., Loyola Law School, Los Angeles, CA, 1998 B.A. University of California -Santa Barbara, Santa Barbara, CA, 1994 (Partly earned at the Universidad de Valencia, Valencia, Spain) SPECIAL HONORS AND MEMBERSHIPS: State Bar of California Federal Bar Association American Bar Association Orange County Bar Association National Association of Bond Lawyers Barry Russell Scholarship Award, Los Angeles Chapter - Federal Bar Association Drafted published opinion In Re Jones, 208 B.R. 935 (Bankr. 9th Cir. 1997) TASK FORCE: National Association of Bond Lawyers Task Force on drafting Disclosure Roles of Counsel in State and Local Government Securities Offerings (3`d Edition, 2008) LECTURER: National Association of Bond Lawyers, Bond Attorneys' Workshop, Chicago 2007 California Debt and Investment Advisory Commission California Society of Municipal Finance Officers DOCSOC /1730588v 1/029999 -0000 i RFP BOND AND DISCLOSURE COUNSEL SERVICES Addendum No.1 November 20, 2015 The following is Addendum No. 1to RFP —BOND AND DISCLOSURE COUNSEL SERVICES, IF YOU SUBMIT A PROPOSAL, ACKNOWLEDGMENT OF THIS ADDENDUM MUST BE SHOWN ON THIS ADDENDUM. IN ADDITION, THIS SIGNED ACKNOWLEDGMENT MUST BE SUBMITTED WITH YOUR PROPOSAL, OR IT MAY BE DEEMED AS NON - RESPONSIVE. This Addendum is hereby made part of the Contract Documents to the same extent as though it were originally included therein. The following are questions asked and their corresponding answers: Q 1: When is the expected closing date? Al: The expected closing date is April 1, 2016. Q2: Will the bonds be sold by underwriters through a negotiated sale or to a bank in a direct purchase transaction? A2: Through a negotiated sale. Q3: Will the proceeds be used only to refund the 2005 bonds and pay costs of issuance? A3: Yes. All other terms and conditions remain in full force and effect. Nary -V. Horger Mary V. Horger Purchasing Supervisor ACKNOWLEDGMENT I hereby acknowledge that I have received this Addendum No. 1 and have reviewed and considered it before submitting Tyroposal. Signed: 41) Date: 2�s Alen Z-O)5 Company Name: �LtufK hj Aci4; Page 1 of 1 Addendum 1 dated 11/20/15 c� 411 W1 .:r RFP BOND AND DISCLOSURE COUNSEL SERVICES Addendum No. 2 November 23, 2015 The following is Addendum No. 2 to RFP — BOND AND DISCLOSURE COUNSEL SERVICES. IF YOU SUBMIT A PROPOSAL, ACKNOWLEDGMENT OF THIS ADDENDUM MUST BE SHOWN ON THIS ADDENDUM. IN ADDITION, THIS SIGNED ACKNOWLEDGMENT MUST BE SUBMITTED WITH YOUR PROPOSAL, OR IT MAY BE DEEMED AS NON - RESPONSIVE. This Addendum is hereby made part of the Contract Documents to the same extent as though it were originally included therein. The following are questions asked and their corresponding answers: Q1: What entity will be the issuer of the bonds: ABAG, City or another entity? Al: It will likely be the City. All other terms and conditions remain in full force and effect. Nary "V. 9-forger Mary V. Horger Purchasing Supervisor ACKNOWLEDGMENT I hereby acknowledge that I have received this Addendum No. 2 and have reviewed and considered it before submitting posal. Signed: (� Date: Z S A' ye" lr 2o I-5 Company Name: �olC9 6144', _&'A Page 1 of 1 Addendum 2 dated 11/23/15 City of Ukiah Water Revenue Refunding Bonds Underwriter RFP Summary of Proposals Attachment 3 al In senior managed new Issues by transactions and g2 in senior managed new issues by transactions 1,113 transactions in 2014, 25% more than the nearest cop ged Issues totaling $288.&M since 1013 CaWorl1le paramount 10competitors SL 3S3 issues totaling $7.98 7re._,eu_-fi,.n,.. 91 in senior managed new Issues by transactions '.9 issues totaling S341M since 2012 (Senior Manager+ #1 In senior managed issues in 2014 by transactions ue credits totaling $31+8, Caplernle Placement Agency) rked on 6 similar waterlsewer Weter/Sewer 70 issues totaling $175 14 senior managed issues since 2012 totaling $438M s, completed 20 issues totaling $360M since Potential Issuer Options. ABAG, Other C. ondwt, City, Credit Streneth: essential water utility service despite Recommend bond insurance: Recommend getting rating from only S&P City-m ntrolled JPA narrow local economy: comparable water rates to BAM /AGM (low end- Insurance 20 bps; surety 175 bps) or 5Lrengih water nghts,5600+ connections, lack of 5trone Metrics three years of financial operations, neighboring cities, volumetric rate structure and future National 112 bps and 100 bps) concentration of top consumers, stable local economy strong m,verage, strong liquidity support <AA ratings rate increazes,' S22M capital improvement plan; with adequate Income levels, modest growth. best h IS a lenge: concern with 2730 and 2011 historicaq management; legal bond framework to be developed Would evaluate issuing without DSRF pending credit small town In CA and g6 in the USA Challenge: small size cf service area rating, but insurance /surety Increases savings by Challenge moderately high unemployment rate No value in bond insurance and no DSRF needed if AA Overall Rating Estimate. "A' Category 559K/$44K Overall Rating Estimate A+ /AA- depends on legal ratings coverage rent and current status of local economy DSRF needed given limited local economy and service Recommend 1.2x debt service coverage and rate area; or consider surety bonds policy to address stabilization fund Structured w,to bond insurance (but keep this option negative arbitrage open] No need for DSRF Consider bond insurance from BAM (25 -30 bps Pill premium and 175 200 bps surety) or AGM (25 -35 bps P &1 premium and 200 bps surety) NPV Savings: $1.02 million with first P &1 payment from Not discussed Refunding (2005 ABAG Bonds). Refunding 2005 Bonds: NPV Savings $640K assuming current revenues; $9921, without contribution NPV Savings assuming a high A rating- A+ rating; S740K assuming AA- Uninsured:$b34K, Insured: $878K Consider forgoing initial First payment contribution to New Money Recommend private placement (less significant fund new money portion 11 Use refunding savings for funding new project - savings, but could lock in an Interest rate within 3 or 4 negatively impact ratings weeks and an early closing) Consider refunding SRF loan to reduce administrative 11 Apply first debt service contribution to fund the burden ($50k savings) majority of the new project instead of for the refunding - negatively impact savings 3) Layer $BOOK on top of refunding to produce aggregate level debt service - 2035 final maturity refunding Short -Term: separately managed amounts, trust Piper Jaffrey's advantages: Tap the top institutional investors who like water credits; Tier 1: tax- exempt bond funds, large cap corporations, departments Piper Jaffray has complete and focused attention for Bifurcate maturities (premiums for institutions, par -ish insurance companies Medium Term: individual retail and money manager bond issues less than $25M; coupons for retail); Titer Il, regionally based mid -cap corporations, bank accounts Focus on Tier Ili III institutional and pooled retail Post POS and rating reports early; trust departments, large regional money managers, Target. recent essential service investors investors Run pre -sale ads to stimulate local retail demand; Tier 111: money managers, bank trust departments, Marketing Pan Follow up with any "hold out" investors and resolve their investment advisers, privates managerd wrap accounts To achieve the lowest merest rates possible: concerns Maintain couponmg flexibility: work with retail Short -term (1st 15 years) Institutional driven with tier distribution platforms to stimulate demand from retail ll /III investor base; post POS and rating reports early; Long -term (15.30 yearsj: investor mix retail driven disseminate internal deal summary to sales force not discussed Institutional: 24 Municipal lnstritutional sales professionals 30 offices nationwide; strong coverage of large Tier 1 accounts; 93 Institutional lay Fixed income generalists 3000+ combined retail sales individuals, with 100 in CA; sales professionals; supplementary focus on mid -tier 7,000 retail brokers, with 350 in CA 171K customer accounts; Baird institutional account coverage 56 institutional sales people; pbGibutloe Retail: Provides securities clearing services to 170+ security gapgygpy over 5 7M accounts worth $5006 (547K CA accounts brokage firms employing 2500 brokers worth $540); strong coverage of professional retail accounts through regional sales hubs Lead Guillermo Garcia Dennis McGuire Wing -See Fax ^� Mike Cavanaugh Ralph Holmes Tony Rapnta Tom Inns Marribefs Stephanie Aranda UnderwriWsg Betsy Klehn Christopher Bessette Parker Colvin Jeff Harris Morgan HIII Financing Authority, Steve Rymer La Habra Utility Authority, )m Sadro City of El Centro, Leticia Salado Pajam Valley Water Management Agency- Mary Silicon Valley Clean Water. Dan Child Palmdale Water District, Dennis LaMoreaux City of Fountain Valley, David Cain 13 -mster Eastern Municipal Water District, Debby Cherney City of Davis, Herb Niederberger Humboldt Community Services, David Hull Crty of Woodland, Kim McKinney City of West Sacramento. Paul Blumberg Esdartated see other spreadsheet see other spreadsheet see other spreadsheet see other spreadsheet sole maroagetnent - AvgTakadowe $400 ;4,50 $1.95 $4 62 Btpemes $1,33 $1.41 126 $1 Total SA.331 $S.92 $3.21 _ _ _ _ SL M M O A u Attachment 4 City of Ukiah CITY OF UKIAH Underwriter Request for Qualifications 2015 Water Revenue Refunding Bonds June 26, 2015 Raymond James & Associates, Inc. One Embarcadero Center, 6th Floor San Francisco, California 94111 (415) 616 -8021 RAYMOND JAIVIESM June 26, 2015 Eric Scriven, Principal NHA Advisors eric @NHAadvisors.com Rob Schmidt, Vice President NHA Advisors rob @NHAadvisors.com Dear Eric and Rob: On behalf of Raymond James & Associates, Inc. ( "RJA" or the "Firm "), we are pleased to submit our proposal to serve as sole managing underwriter to the City of Ukiah (the "City ") with respect to the City's planned bond issuance to refund its outstanding 2005 ABAG Water Revenue Bonds and integrate $800,000 of new money proceeds to fund an initial phase of its recycled water project. We appreciate your review of our full response and highlight a few distinguishing factors below: ,/TOP CALIFORNIA WATER CREDENTIALS AND A TEAM THAT'S EASY TO WORK WITH. Wing -See Fox, covering California cities, is a California native and has excelled in both the public finance and nonprofit sectors to serve the needs of local cities and communities. Tom Innis, Manager of the Firm's Western Utilities Practice, has over 16 years of experience in the California public finance industry, including recent and comparable senior managed issues for the Humboldt Community Services District, the City of Fountain Valley and the City of El Centro. Our San Francisco -based California underwriter, Parker Colvin, has priced more California municipal issues than anyone in the industry over the past nine years. Together, we find great satisfaction in providing exceptional service to California cities and will deliver first class results with minimal interruption to your management of other key responsibilities. ✓ DEMONSTRATED ABILITY TO SELL MUNICIPAL BONDS AT THE LOWEST INTEREST RATES. In addition to excellent coverage of the Tier 1 institutional accounts, Raymond James provides unsurpassed coverage of Tier 2 and Tier 3 institutional buyers with the largest middle market sales force in the US fixed income business. Additionally, we have 350 California retail brokers with $17.2 billion in assets under management. We have an office in Ukiah with over 1,000 customer accounts and over $112 million in assets under management. ✓REAL TIME MARKET INTELLIGENCE FROM THE TOP UNDERWRITER IN THE MARKET. Raymond James is the most active underwriter in America, participating in 25% more transactions in 2014 than the nearest top 10 competitor. Last year, Raymond James underwrote 1,113 municipal bond transactions, meaning we were in the market, on average, with 21 deals a week. The firm was also the #1 underwriter for number of water utility financings in the Nation and in California in 2014. This continuous presence in the market provides us with the most accurate knowledge of investors' trading patterns and fund flows, and we leverage this real -time market intelligence into superior pricing for our issuer clients. Thank you for inviting Raymond James to compete for this important assignment. Please do not hesitate to contact any of us if you have any questions about our proposal or credentials. Sincerely, WAV_5_� Wing -See Fox Vice President (415) 616 -8021 YI t" L.vw✓�- Tom Innis Managing Director (415) 616 -8025 't w, A 1�_ Parker Colvin Managing Director (415) 616 -8025 s M Y D 4— O A U TransmittalLetter .................................................................................................................. ..............................i Proposal Content 1. Recent Experience with Similar Utility Revenue Credits ....... ..................................... ..............................1 2. Recommended Structuring Ideas ............................................................................... ..............................1 3. Sales Approach /Marketing Strategy ........................................................................... ..............................2 4. Assigned Professional Team and References ............................................................. ..............................4 5. Estimated Pricing ........................................................................................................ ..............................5 6. Proposed Underwriting Fee ....................................................................................... ..............................5 t M Y D 4— O A V CALIFORNIA WATER UTILITY EXPERIENCE. Raymond James emerged as a prominent player in the public finance industry after acquiring Morgan Keegan in 2012. With immense capital, backing impeccable public finance resumes from our California bankers and a superior underwriting resume from our dedicated California underwriter, we are uniquely positioned to deliver top notch banking service and the lowest cost of borrowing to the City. With regard to recent and relevant experience, below is a list of Raymond James' experience as senior managing underwriter for California -based water utility revenue bond transactions since the acquisition in 2012. Pending San Luis Obispo County 01/07/15 Sausalito Financing Auth 12/17/14 Adelanto Public Utility Auth 12/04/14 El Centro Financing Authority 12/04/14 El Centro Financing Authority 12/03/14 Fountain Valley Public Fin Auth 11/06/14 Humboldt Community Services District 09/18/14 San Dieguito Water District 07/15/14 Santa Cruz City - California 07/08/14 Santa Cruz City - California 05/21/14 Contra Costa Water District 05/20/14 Burbank City- California 06/27/13 Contra Costa Water District 11/29/12 Chino Hills Financing Auth Nacimiento Water Project Rev. Ref. Bonds 100.0 Sewer Revenue Bonds 6.750 Water and Wastewater Revenue Bonds 14.130 Wastewater Revenue Bonds 20.450 Water Revenue Refunding Bonds 31.980 Water Revenue Bonds 13.695 Wastewater Revenue Bonds 8.500 Water Revenue Refunding Bonds 5.870 Storm Water Revenue Ref Bonds 4.520 Water Revenue Refunding Bonds 11.260 Water Revenue Refunding Bonds 99.405 Wastewater Ref Revenue Bonds 10.575 Water Revenue Refunding Bonds 91.670 Water Revenue Bonds 19.975 While we are proud to be have senior managed more California water utility financings than any other firm in 2014 and have seen the Raymond James name grow significantly in California, the last few years' accomplishments do not fully reflect the team's extensive experience with California utilities. Tom Innis and Parker Colvin have combined to senior manage 75 negotiated California water utility issues over the past 5 years, totaling approximately $1.9 billion in par. REFUNDING OPPORTUNITY. Based on current market conditions, we evaluated the City's outstanding 2005 ABAG Water Revenue Bonds for refunding opportunities assuming a high A category rating from 5 &P. We believe this credit could obtain an A +, maybe even AA- rating based on the strong projected coverage levels from moderate rate increases shown in the provided Water Rate Study. This also reflects our Refunding Results Summary 2005 ABAG Water Revenue Bonds Uninsured Insured Par Amount 11,475,000.00 11,435,000.00 All -in TIC 3.49% 3.42% Refunded Par Amount 11,845,000.00 11,845,000.00 Bond Insurance Premiurn N/A 20 bps Average Annual Savings 58,052.55 61,049.16 Total Gross Savings 1,220,983.23 1,220,983.23 Net PV Savings 834,049.07 878,613.29 % Savings 7.04% 7.42% judgement from recent experience with a comparable A+ rated City water system. As recommended by NHA Advisors, we also recommend an insured, level savings structure which would produce significant debt service savings as summarized in the adjacent table. We note that the refunding results do not incorporate the proposed new money proceeds which we discuss below. NEW MONEY PROCEEDS. There are a few alternative ideas to consider for funding the $800,000 initial phase of the recycled water project. One would be to structure the refunding for up -front savings and apply those savings for funding the project to avoid incurring additional debt. An up -front savings structure would generate approximately $860,000 in the first 2 years that could be used to fund the project assuming all the proceeds weren't needed in the first year. We note, however, that up -front savings structures are met with great scrutiny in the credit community and may negatively impact ratings. Assuming that would be the case, the up -front savings numbers might not be as robust as presented. Another alternative, pending tax counsel approval, would be to apply the 9/1/15 debt service contribution that would normally be set aside for the refunding, to fund the majority of the new money project up- front. If this were permissible, it would have a significant negative impact to savings. While these ideas enable the City to avoid additional debt and would be recommended if the City's coverage projections were stressed or we were in a high rate environment, neither of those two facts apply in the City's case. As a result, we xAYMorry JANM -s .0 t0 M 4- O V recommend layering the additional $800,000 on top of the refunding to produce aggregate level debt service and achieve the City's goals of level debt service with a final maturity of 2035. Issuing in conjunction with a refunding is the best opportunity for new money proceeds of minimal size to take advantage of historically low borrowing rates. The City would be very challenged to issue $800,000 on a stand -alone basis as it would not attract investors. In fact, given the City's capital improvement needs in the next few years, combined with the drought, the City may consider including a few of the projects in this bond issuance rather than tapping the Rate Stabilization Fund should a Stage 2 water shortage be declared. Additionally, the City could consider wrapping the additional new money debt so that the principal associated with the new money amortizes following the refunding portion, but this wouldn't meet the goal of a 2035 final maturity and would result in a higher borrowing rate for the additional proceeds. An issuer may consider that structure if it were trying to alleviate debt service coverage pressure brought on by the additional borrowing; however in the City's case the additional borrowing is minimal and it faces no coverage pressure based on the healthy projections reflected in the Water Rate Study provided. While we pride ourselves on providing innovative ideas, we take greater pride in providing ideas that are most appropriate for our clients. In this case, simple is better and layering the additional borrowing in a level structure on top of the level debt service of the refunding is the most effective and efficient idea for the City. BOND INSURANCE. Based on our assumption of a high A rating and our recent work with a similar credit, we expect insurance /surety quotes from BAM, AGM, and National with the low end of indications being 20 basis points for insurance and 175 basis points for a surety, which we incorporated into our analysis. National Public Finance Guarantee (formerly MBIA) has recently reentered the municipal insurance business. Rated AA + /AA - /A3 (Kroll /S &P /Moody's), National has not yet achieved pricing parity with BAM and AGM. However, National has provided very aggressive insurance and surety indications of 12 basis points and 100 basis points, respectively. As National increases its market share, we would be able to provide the City with data points on their trading differential to evaluate the economics as we get closer to pricing based on current market conditions. From our analyis, insurance from BAM or AGM appears to be cost effective for all of the maturities, as reflected in the table provided in our response to Question 5. Given the low cost of the surety, we have also incorporated a surety bond in lieu of a fully funded reserve as investment rates for the reserve would be very low in the current market. As we move forward we would evaluate issuing without a reserve pending credit rating; however, we wanted to include that credit feature to be conservative. Insuring the transaction increases gross ratepayer savings by $59,932, or $44,564, NPV based on current market conditions. ABT AND RATE COVENANT PROVISIONS. We have recent and relevant experience for providing a recommendation that sets the City up with ABT and rate covenant provisions that will be viewed positively by the credit community and investors. From that experience, we recommend 1.20x debt service coverage from net revenues both for the ABT to issue additional bonds and also as a rate covenant to fix and prescribe rates to the fullest extent permitted by law. We further note that the Rate Stabilization Fund will serve as a strong credit enhancement and be well received by the investor community. MARKET BACKDROP. Following a brutal May and beginning of June, when municipal interest rates jumped approximately 50 basis points on the long end, the market has regained a firmer footing in the last week. Still, investors remain very selective (anticipating they will have plenty of offerings from which to pick in the weeks ahead), and deals which have been launched too aggressively have been forced to re -price at substantially higher yields. This is not an environment in which the City wants to be in the position of "chasing the market." MARKETING STRATEGIES. Accordingly, in the current "defensive" market, where investors are positioning for higher yields, we recommend launching at yields supported by pre -sale price discovery, building a strong book of orders and adjusting yields downward where warranted by oversubscription. In our recent experience this is the best way to stimulate competition among the widest possible universe of investors to drive down the City's cost of borrowing and maximize refunding savings. The specific marketing tactics we recommend include: 1) Tap the top Institutional Investors who like water credits. The most logical place to begin the effort to build abroad base of investors is to look at the existing top holders of California water and wastewater bonds, who are shown in the table on the next page. We would approach these investors as soon as we are engaged by the City and initiate conversations with them about the upcoming financing and the City's BOND JAXM9 s _M Y D 4- O A v credit fundamentals. We would further expand the City's investor base among the thousands of Tier 2 and Top CA Water & wastewater Bondholders Tier 3 accounts covered by Raymond James' Middle Rank Name Amount Market sales force. These accounts are generally too small to support in -house credit analysts and rely on 1 vanguard Group 1,618,170 dealers' credit professionals and bankers to educate 2 Franklin Templeton Investments 1,527,765 them on the salient credit issues. 3 BlackRock Investment Management 1,019,099 4 PIMCO 1,010,062 2) Bifurcate Coupons. The City should be prepared to 5 PineBridge Investments 703,125 bifurcate maturities (premiums for institutions, par -ish 6 Nuveen Asset Management 692,397 coupons for retail) to reach as many investors as 7 Metlife 614,890 possible. Tailoring various coupons in each maturity will 8 BlackRock Financial Management 505,387 encourage greater investor participation and achieve as 9 State Farm Insurance Companies 448,045 low of a cost as possible. Incorporating 3 %, 3.5% and 4% 10 Guggenheim Investments 315,376 coupons, versus the currently more typical 5 %s, will boost the City's savings, because savings are calculated on a yield -to- maturity basis. Recently, we have seen strong demand for long discounts (bonds priced below par) from retail and trading accounts. 3) Post a Clear and Accurate Preliminary Official Statement at least 7 Business Days Prior to Pricing. We recommend posting the POS at least a week prior to pricing, then allowing 3 -4 business days for our sales forces to talk the deal up with investors, prior to moving into the price discovery phase. We also will need to include complete disclosure on the City's PIERS situation, since pension costs are O &M (senior to debt service), and investors know they are rising. 4) Allow Time for S &P to Publish Their Report. Despite investors "looking through" ratings and wanting time to do their own credit analysis, we have seen a strong desire by investors to have the rating reports in hand —not just the ratings -3 -4 days prior to pricing. 5) Run Pre -sale Advertisements to Stimulate Local Retail Demand and Allow Ratepayers to become Investors. Local retail investors have a common sense attraction to water credits because they appreciate the essentiality of the service. Running pre -sale ads in newspapers, such as the Ukiah Daily Journal, the weekend prior to the sale date will help us build a base of orders and presents the City a good ratepayer relations opportunity by allowing its ratepayers to invest in the System. 6) Leverage Raymond James Credit Research. Our desk based credit analysts are extremely well respected on the buy - side. Our plan is to coordinate with our sales manager to identify any "hold out" investors who haven't approved the credit, and then have our credit professionals follow up specifically with them to explain the security features and help resolve their concerns about pending headline issues like the drought. RAYMOND JAMES' DISTRIBUTION CHANNELS. Raymond James brings the broadest nationwide municipal sales system in the municipal market with a significant California presence: 400 California institutional accounts exceeding $1.6 trillion in assets under management and 350 California retail brokers with $17.2 billion in assets under management. Raymond James' Comprehensive Investor Coverage. Raymond James has - OF the most complete distribution Sales apparatus in the muni business. We're a leading national firm with leading Tier 1 coverage; we are the best in the INS11TUTIONAL BUYERS _411111111 OF TAX-EXEMPTS AND TAXABLES business at middle markets; and we have 7,000 retail brokers. These resources will be expertly coordinated Fixed income `'° Generalists by our underwriter, Parker Colvin, in a comprehensive marketing effort that - SMALLER INSnTU7rIONAL BUYERS maximizes the leverage gained by stimulating competition among every investor segment currently operating in ,,, today's market. I Retail One of the unique distinguishing strengths that we bring to the City is our middle market sales force. "Middle markets" refers to smaller institutional buyers including regional insurance ] RAYMOND NAMES' t M D 4m O U companies, smaller banks, money managers, and others — virtually any fixed income portfolio in the country of material size. This is the core of our fixed income franchise and our unique strength. With over 200 fixed income institutional generalists, Raymond James is the dominant fixed income middle markets firm. Every firm has a call into the largest funds when they have bonds to sell. Raymond James makes calls into thousands of Tier 2 and Tier 3 institutional investors. With Raymond James on your finance team, you significantly broaden the distribution of the City's bonds by providing direct and focused access to thousands of institutions across the country. Extensive Retail Distribution Capabilities. With 2,300 retail locations and approximately 7,000 financial advisors covering 2.3 million customer accounts ($389 billion of investable assets), Raymond James has one of the largest retail distribution networks in the Country. The Firm currently employs 350 retail brokers operating in 159 offices (including an office in Ukiah) throughout California. Wing -See Fox, Vice President, will serve as principal contact and will have overall responsibility for this engagement and serve as the day -to -day contact. Tom Innis, Managing Director, who leads our California utility practice, will contribute his utility sector expertise to our efforts. Our pricing and distribution will be led by our dedicated California underwriter, Parker Colvin, Managing Director, who, like all our team, is based in San Francisco. Please see contact information for each team member below. Full Name, Title Telephone Email Address Wing -See Fox, Vice President (415) 616 -8021 Wing- See.Fox @raymondiames.com Tom Innis, Managing Director (415) 616 -8939 Tom.Innis @raymondoames.com Stephanie Aranda, Vice President (415) 616 -8018 Stephanie.Aranda @raymondiames.com Parker Colvin, Managing Director (415) 616 -8020 Parker.Colvin @raymondiames.com Wing -See Fox, Vice President. Wing -See Fox joined the firm in November 2014 after six years as the Chief Executive Officer of Prevent Blindness Northern California, a nonprofit organization focused on vision health. Prior to that, she spent a year in West Africa as a business development consultant for 100% African -owned small and medium -sized enterprises. From 2004 -2007, Wing -See worked for the Municipal Securities Group at UBS Investment Bank in New York where she covered New England municipalities. She also has experience in nonprofit management as the Outreach Program Director for the Palo Alto Family YMCA. Wing -See received a Master of Business Administration degree from Columbia Business School, a Master of Social Work degree from Columbia University School of Social Work, and a Bachelor of Arts degree in Psychology from Stanford University. Tom Innis, Managing Director. Tom Innis manages Raymond James' utility practice for the Western Region. He joined the firm after leading Stifel /Stone & Youngberg's utility practice for over five years. Prior to that, Tom worked at UBS for over 10 years, developing its utility practice in the West. Tom's senior - managed water utility experience includes work with the water and wastewater systems for the Cities of Adelanto, Corona, El Centro, Fountain Valley and San Diego, as well as for the Metropolitan Water District of Southern California (MWD), Eastern Municipal Water District, Sacramento Regional County Sanitation District, Sacramento County Water City, Central Basin Municipal Water District, and the Southern California Public Power Authority. Prior to his work in municipal finance, Tom served as an officer in the United States Army. Tom received his M.B.A. in Finance from the Wharton School at the University of Pennsylvania and his B.S. in Engineering from the United States Military Academy at West Point. Parker Colvin, Managing Director, Underwriting. Parker Colvin joined our California team as an underwriter in November 2013. Most recently, Parker managed the California /Arizona underwriting desk for Stifel. Prior to that, he served as head of trading and underwriting for Stone & Youngberg. Parker has priced more California municipal issues over the past nine years than anyone in the industry. Born and raised on the Iron Range of Minnesota, Parker earned a degree in mathematics and played ice hockey at Wheaton College (IL). Parker is a past president of the San Francisco Municipal Bond Club and is currently Vice President of the Moraga (CA) School District Governing Board. References for the 3 Raymond James' transactions most comparable to the City's proposed transaction are: Leticia Salcido Director of Finance City of El Centro Phone: 760-337-4550 Email: Isaicido @ci.el- centro.ca.us Senior Manager. $52,430,000 2014 Water and Wastewater Revenue Refunding Bonds David Cain Finance Director /City Treasurer City of Fountain Valley Phone: 714-593-4501 Email: david.cain @fountainvallev.org Sole Manager: $13,695,000 2014 Water Revenue Bonds David Hull General Manager Humboldt Community Services District Phone: 707-443-4550 Email: dhull @humboldtcsd.com Sole Manager: $8,500,000 2014 Wastewater Revenue Bonds s M Y w- O U Maturity Par Amount Coupon Yield MMD Spread Insur. Benefit 9/1/16 405,000 2.00% 0.50% 0.40% 0.10% 0.02% 9/1/17 425,000 2.00% 0.91% 0.76% 0.15% 0.02% 9/1/18 430,000 3.00% 1.25% 1.05% 0.20% 0.03% 9/1/19 445,000 3.00% 1.51% 1.26% 0.25% 0.03% 9/1/20 450,000 3.00% 1.80% 1.50% 0.30% 0.04% 9/1/21 470,000 4.00% 2.08% 1.75% 0.33% 0.04% 9/1/22 485,000 4.00% 2.33% 1.96% 0.37% 0.05% 9/1/23 505,000 4.00% 2.49% 2.09% 0.40% 0.05% 9/1/24 530,000 4.00% 2.66% 2.23% 0.43% 0.06% 9/1/25 550,000 4.00% 2.80% 2.35% 0.45% 0.06% 9/1/26 570,000 4.00% 3.03% 2.48% 0.55% 0.07% 9/1/27 595,000 3.00% 3.24% 2.59% 0.65% 0.07% 9/1/28 615,000 3.13% 3.42% 2.67% 0.75% 0.08% 9/1/29 635,000 3.38% 3.58% 2.73% 0.85% 0.08% 9/1/30 655,000 3.50% 3.70% 2.80% 0.90% 0.08% 9/1/31 680,000 3.63% 3.81% 2.86% 0.95% 0.08% 9/1/32 705,000 3.63% 3.88% 2.91% 0.97% 0.08% 9/1/33 735,000 3.75% 3.95% 2.96% 0.99% 0.08% 9/1/34 760,000 4.00% 4.00% 3.00% 1.00% 0.08% 9/1/35 790,000 4.00% 4.04% 3.04% 1.00% 0.08% Raymond James proposes the following underwriter's discount to serve as sole manager. Takedowns by Maturity Maturity $/Bond 2016 1.25 2017 1.50 2018 2019 -2035 1.75 2.00 Total Underwriter's Discount Our fees include an estimate for underwriter's counsel assuming the City retains its own disclosure counsel. For underwriter's counsel, we propose Jacqui Jennings from Schiff Hardin LLP and have negotiated a fee of $10,000. The table below assumes an estimated par amount of $11,435,000, level debt service savings, and includes funding the new money portion. CUSIP 0.0743 852.50 CDIAC 0.1614 1,852.00 Miscellaneous Total 3.2085 36,817.04 RAYMOND JAMES" Average Takedown 1.9456 22,326.25 Management Fee Expenses Underwriter's Counsel 0.8715 10,000.00 Ipreo Book Running 0.0618 709.16 Ipreo Electronic Order 0.0150 172.13 Ipreo Wire Charges 0.0092 105.00 DTC Charges 0.0697 800.00 CUSIP 0.0743 852.50 CDIAC 0.1614 1,852.00 Miscellaneous Total 3.2085 36,817.04 RAYMOND JAMES" t M Y D 4- O V The information contained herein is solely intended to facilitate discussion of potentially applicable financing applications and is not intended to be a specific buy /sell recommendation, nor is it an official confirmation of terms. Any terms discussed herein are preliminary until confirmed in a definitive written agreement. While we believe that the outlined financial structure or marketing strategy is the best approach under the current market conditions, the market conditions at the time any proposed transaction is structured or sold may be different, which may require a different approach. The analysis or information presented herein is based upon hypothetical projections and /or past performance that have certain limitations. No representation is made that it is accurate or complete or that any results indicated will be achieved. In no way is past performance indicative of future results. Changes to any prices, levels, or assumptions contained herein may have a material impact on results. Any estimates or assumptions contained herein represent our best judgment as of the date indicated and are subject to change without notice. Examples are merely representative and are not meant to be all- inclusive. Raymond James shall have no liability, contingent or otherwise, to the recipient hereof or to any third party, or any responsibility whatsoever, for the accuracy, correctness, timeliness, reliability or completeness of the data or formulae provided herein or for the performance of or any other aspect of the materials, structures and strategies presented herein. Raymond James is neither acting as your financial advisor nor Municipal Advisor (as defined in Section 15B of the Exchange Act of 1934, as amended), and expressly disclaims any fiduciary duty to you in connection with the subject matter of this Proposal. Municipal Securities Rulemaking Board ( "MSRB ") Rule G -17 requires that we make the following disclosure to you at the earliest stages of our relationship, as underwriter, with respect to an issue of municipal securities: the underwriter's primary role is to purchase securities with a view to distribution in an arm's - length commercial transaction with the issuer and it has financial and other interests that differ from those of the issuer. Raymond James does not provide accounting, tax or legal advice; however, you should be aware that any proposed transaction could have accounting, tax, legal or other implications that should be discussed with your advisors and /or legal counsel. Raymond James and affiliates, and officers, directors and employees thereof, including individuals who may be involved in the preparation or presentation of this material, may from time to time have positions in, and buy or sell, the securities, derivatives (including options) or other financial products of entities mentioned herein. In addition, Raymond James or affiliates thereof may have served as an underwriter or placement agent with respect to a public or private offering of securities by one or more of the entities referenced herein. This Proposal is not a binding commitment, obligation, or undertaking of Raymond James. No obligation or liability with respect to any issuance or purchase of any Bonds or other securities described herein shall exist, nor shall any representations be deemed made, nor any reliance on any communications regarding the subject matter hereof be reasonable or justified unless and until (1) all necessary Raymond James, rating City or other third party approvals, as applicable, shall have been obtained, including, without limitation, any required Raymond James senior management and credit committee approvals, (2) all of the terms and conditions of the documents pertaining to the subject transaction are agreed to by the parties thereto as evidenced by the execution and delivery of all such documents by all such parties, and (3) all conditions hereafter established by Raymond James for closing of the transaction have been satisfied in our sole discretion. Until execution and delivery of all such definitive agreements, all parties shall have the absolute right to amend this Proposal and /or terminate all negotiations for any reason without liability therefor. RAYMOND JAMES City of Ukiah Water Revenue Refunding Bonds, Series 2016 Owullim FINANCING SCHEDULE As of November 17, 2015 S M T W T F S 29 _ City Coumdl Meeting Widay Attachment 5 Date Activity Responsible Party Wednesday, November 18 Send Bond Counsel RFP FA Wednesday, November 25 Week of November 23 Week of November 30 Week of December 7 Wednesday, December 16 Week of January 4 Week of January 11 Week of January 18 Week of January 25 Week of February 1 Week of February 8 Friday, February 12 Tuesday, February 16 Receive Bond Counsel Proposals Distribute Underwriter Proposal Summary Meeting or Conference Call to review Bond Counsel and Underwriter Proposals Finalize Bond Counsel and Underwriter City of Ukiah Council Meeting to approve new Bond Counsel and Underwriter Circulate 151 draft of Bond Documents and POS Conference Call to review Bond Documents and POS Circulate 151 draft of credit presentation Circulate 2nd draft of Bond Documents and POS Conference Call to review 151 draft of credit presentation Conference Call to review Bond Documents and POS Circulate 2nd draft of credit presentation Conference Call to review 2nd draft of credit presentation Distribute final drafts of Bond Documents and POS Submit credit package to rating agency Credit Rating Meetings /Calls Submit Bond Documents and POS to City for City Council meeting Receive ratings Final comments due on POS for posting FA, City FA FA, City FA, City City BC /DC ALL FA /U W BC /DC ALL ALL FA /U W ALL BC /DC FA /UW City /FA /U W BC /DC /City ALL Page 1 of 2 City of Ukiah Water Revenue Refunding Bonds, Series 2016 FINANCING SCHEDULE As of November 17, 2015 City coi=il Meeting �Fbllday S M T W T F S 1 2 3 4 5 6 7 8 9 17 24.25 31 Date Activity Responsible Party Wednesday, February 17 City of Ukiah Council Meeting to approve POS and bond City /BC /DC documents Tuesday, February 18 Print and post POS DC /P Week of February 22/29 Marketing UW Week of February 29 Pricing City /FA /UW Week of March 7 Print and post final OS BC /DC /P Circulate closing documents for review Week of March 14 Pre - Closing ALL Closing and delivery of the Bonds ALL Role Participant Abbreviation Issuer City of Ukiah City Financial Advisor Public Financial Management, Inc. FA Bond Counsel TBD BC Disclosure Counsel TBD DC Underwriter TBD UW Underwriter's Counsel TBD UC Trustee /Escrow Agent TBD T Printer TBD P Page 2 of 2 ITEM NO: 7d MEETING DATE: December 16, 2015 City of ukiah AGENDA SUMMARY REPORT SUBJECT: AUTHORIZATION TO CONTRACT FOR AN ADMINISTRATIVE HEARING OFFICER AS DEFINED IN SECTION 3451 AND 3456A OF THE UKIAH CITY CODE FOR APPEALS OF ABATEMENT OF PUBLIC NUISANCES. Summary: The City has been increasing focus on Community Quality of Life Compliants related to Public Nuisances. In order to utilize our existing Ordinances to resolve some of these issues when appropriate we are required to have an independent and impartial Administrative Hearing Officer to conduct a variety of administrative hearings in order to afford due process to those formally noticed by the City pursuant to our ordinances to resolve issues in a timely manner. Background and Discussion: In 2012, the City Council enacted Division 3 Chapter 12 Sections 3450 — 3467 creating a legal process for the Abatement of Public Nuisances. As part of that process those served with a Notice of Abatment have the opportunity to file an appeal before a hearing officer so that there is an impartial review of the circumstances requiring abatement before the City conducts the abatement. On September 16, 2015, the City Council Authorized a budget amendment of $30,000 to fund clean up activities and associated administraitive tasks, including contracting, as required by the ordinance, for an Administrative Hearing Officer. The code specifically requires that the Hearing Officer be appointed by the City Manager and be qualified by training, education and /or experience to conduct the hearings, shall be impartial, and have no other personal or business relationship with the City. Soon after the the ordinance was enacted the Police Department conducted the first Abatement using the new ordinance. The property owner filed a timely appeal and the City was able to obtain the services of a local attorney, Matthew Finnegan, who successfully and thoroughly conducted the hearing as a donation of time to the City. Finnegan issued a thorough written ruling and as a result the nuisances were successfully abated. His work for the city in that case demonstrated his ability and qualifications to conduct such services. The Police Department is currently working on several siginificant coummunity quality of life issues that may be effectively resolved using the nuisance abatement process and an Admistrative Hearing Officer will be immediately needed to address any appeal if we were to serve a 10 Day Notice to Abate. We Recommended Action(s): Authorize the City Manager to execute a contractual agreement with Matthew Finnegan for Administrative Hearing Officer Services. Alternatives: Provide staff with alternate direction. Citizens advised: N/A Requested by: Trent Taylor, Police Captain. Prepared by: Trent Taylor, Police Captain. Coordinated with: David Rapport, City Attorney; Sage Sangiacomo, City Manager; and Chris Dewey, Chief of Police. Presenter: Chris Dewey, Chief of Police. Attachment: Draft Contratual Agreement with Matthew Finnegan. COUNCIL ACTION DATE: : ❑ Approved ❑ Continued to ❑ Other RECORDS APPROVED: ❑ Agreement: ❑ Resolution: ❑ Ordinance. Note: Please it-rite Agreement No in tipper right corner ojagreement when drafted Approved: S e S ngi omo, City Manager cannot predict how many appeals we may receive and we have to assume that every case has the potential to have an appeal as an appeal hearing must be afforded to everyone that is served a Notice to Abate. We predict that the overall annual costs for these hearings, based on their low frequency, will be minimal, and our ordinances allow for the recovery of these costs when the case is resolved. As such, Mr. Finnegan's services will be utilized as needed and billed on a time /material basis. A draft contract in substantial form is included as Attachment #1. Fiscal Impact: FISCAL IMPACT: Budgeted New Appropriation Budget Previous Contract Amount in General Fund Account Number Amendment or Purchase Order 15 -16 FY Required No. $30,000 N/A Abatement Fund -TBD Yes El No Ej N/A Attachment 1 AGREEMENT FOR ADMINISTRATIVE HEARING OFFICER SERVICES This Agreement is made and entered into this day of December, 2015, by and between the CITY OF UKIAH (hereinafter "CITY "), and Matthew J. Finnegan, Attorney at Law (SB# 209682)(hereinafter "CONTRACTOR "). RECITALS WHEREAS, Various provisions of the Ukiah City Code provide for administrative hearings for, including, but not limited to, abatement of abandoned vehicles, abatement of public nuisance condition on private property, business licensing, arbitration under City's mobile home rent control ordinance and impounding animals; and WHEREAS, Matthew J. Finnegan ( "Contractor ") represents that he is qualified and competent to provide the services of Administrative Hearing Officer for administrative hearings. AGREEMENT NOW, THEREFORE, the parties hereby agree as follows: 1. DESIGNATED REPRESENTATIVES. A. CITY. The City Manager or his: /her designee shall be the representative of the CITY for all purposes under this Agreement. B. CONTRACTOR. Matthew J. Finnegan is the authorized representative for Contractor. 2. DUTIES OF CONTRACTOR. CONTRACTOR shall perform the duties and/or provide services as described in Exhibit "A" attached hereto and incorporated herein. 3. DUTIES OF CITY. In addition to compensating CONTRACTOR as provided in Section 4 below, the CITY shall furnish a suitable place at which hearings conducted by CONTRACTOR shall be held, and access to all City ordinances, resolutions, and other City materials required in the conduct of administrative hearings. The Ukiah City Code is available on -line at Attachment 1 www.codepublishing.com/ca/ukiah/. 4. COMPENSATION. In consideration of the performance by CONTRACTOR of all the services set forth in this Agreement, CITY agrees to compensate CONTRACTOR at the hourly rate of $225 dollars. In addition, if CONTRACTOR is required to travel other than within the City of Ukiah or from Contractor's home or office to a hearing location. CITY shall pay for travel time at the same $225/hr. rate. CITY also agrees to reimburse CONTRACTOR for mailing costs related to CONTRACTOR's duties as a hearing officer. Payment will be made upon receipt by City Manager:'Attorney of itemized invoices submitted by CONTRACTOR. TERM OF AGREEMENT. The term of this Agreement shall be from December , 2015 to November 30, 2016, inclusive, subject to the provisions of Section 6 of this Agreement. 6. TERMINATION. A. Discretionary. CONTRACTOR OR CITY may terminate this Agreement without cause upon thirty (30) days written notice mailed or personally delivered to the other party. B. Effect of Termination. Upon receipt of notice of termination, neither party shall incur additional obligations under any provision of this Agreement without the prior written consent of the other. C. Return of Documents. Upon termination, any and all CITY documents or materials provided to CONTRACTOR and any and all of CONTRACTOR's documents and materials prepared for or relating to the performance of its duties under this Agreement, shall be delivered to CITY as soon as possible, but not later than thirty (30) days after termination. 7. OWNERSHIP OF DOCUMENTS. The written documents and materials prepared by the CONTRACTOR in connection with the performance of its duties under this Agreement shall be the sole property of CITY. INSPECTION AND AUDIT. Upon reasonable notice, CONTRACTOR shall make available to CITY, or its agent, for inspection and audit, all documents and materials maintained by CONTRACTOR in connection with its performance of its duties under this Agreement. CONTRACTOR shall fully cooperate 2 Attachment 1 with CITY or its agent in any such audit or inspection. 9. ASSIGNABILITY. The parties agree that they shall not assign or transfer any interest in this Agreement nor the perfonnance of any of their respective obligations hereunder, without the prior written consent of the other party, and any attempt to so assign this Agreement or any rights, duties or obligations arising hereunder shall be void and of no effect. 10. NONDISCRIMINATION. CONTRACTOR shall not discriminate, in any way, against any person on the basis of age, sex, race, color, religion, ancestry, national origin or disability in connection with or related to the performance of its duties and obligations under this Agreement. 11. COMPLIANCE WITH ALL LAWS. CONTRACTOR. shall observe and comply with all applicable federal, state and local laws, ordinances, codes and regulations, in the performance of its duties and obligations under this Agreement. CONTRACTOR shall perform all services under this Agreement in accordance with these laws, ordinances, codes and regulations. 12. NO THIRD PARTY BENEFICIARIES. CITY and CONTRACTOR do not intend, by any provision of this Agreement, to create in any third party, any benefit or right owed by one party, under the terms and conditions of this Agreement, to the other party. 13. NOTICES. Except as otherwise provided herein, all notices and other communications required or permitted to be given under this Agreement, including any notice of change of address, shall be in writing and given by personal delivery, or deposited with the United States Postal Service, postage prepaid, addressed to the parties intended to be notified. Notice shall be deemed given as of the date of personal delivery, or if mailed, upon the date of deposit with the United States Postal Service. Notice shall be given as follows: CITY: City Manager PHONE: (707) 463 -6262 City of Ukiah FAX: (707) 462 -6068 300 Seminary Avenue Ukiah, CA 95482 CONTRACTOR: Matthew J. Finnegan Attorney at Law SB #209682 PO Box 1426 116 South State St. Ukiah CA 95482 14. INDEPENDENT CONTRACTOR. Attachment 1 PHONE: (707) 462 -1524 FAX: ( 707) 468 -1609 For the purposes, and for the duration, of this Agreement, CONTRACTOR, its officers, agents and employees shall act in the capacity of an Independent Contractor, and not as employees of the CITY. CONTRACTOR and CITY expressly intend and agree that the status of CONTRACTOR, its officers, agents and employees be that of an Independent Contractor and not that of an employee of CITY. 15. INDEMNIFICATION. 15.1 Insurance Liability. Without limiting Contractor's obligations arising under Paragraph 6.2 Contractor shall not begin work under this Agreement until he procures and maintains for the full period of time allowed by law, surviving the termination of this Agreement insurance against claims for injuries to persons or damages to property, which may arise from or in connection with its performance under this Agreement. A. Minimum Scope of Insurance Coverage shall be at least as broad as: Insurance Services Office ( "ISO) Commercial General Liability Coverage Form No. CG 20 10 10 01 and Commercial General Liability Coverage — Completed Operations Form No. CG 20 37 10 01. 2. ISO Form No. CA 0001 (Ed. 1'87) covering Automobile Liability, Code "any auto" or Code 8, 9 if no owned autos and endorsement CA 0025. Worker's Compensation Insurance as required by the Labor Code of the State of California and Employers Liability Insurance, if Contractor has any employees. 4. Malpractice insurance as provided in the Lawyers Professional Liability Policy Declarations, attached hereto as Exhibit B. B. Minimum Limits of Insurance 2 Attachment 1 Contractor shall maintain limits no less than: 1. General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage including operations, products and completed operations. If Commercial General Liability Insurance or other form with a general aggregate limit is used, the general aggregate limit shall apply separately to the work performed under this Agreement, or the aggregate limit shall be twice the prescribed per occurrence limit. 2. Automobile Liability: $300,000 combined single limit per accident for bodily injury and property damage. 3. Worker's Compensation and Employers Liability: Worker's compensation limits as required by the Labor Code of the State of California and Employers Liability limits of $1,000,000 per accident. 4. Errors and Omissions liability: $250,000 per occurrence. C. Deductibles and Self- Insured Retentions Any deductibles or self - insured retentions must be declared to and approved by the City. At the option of the City, either the insurer shall reduce or eliminate such deductibles or self - insured retentions as respects to the City, its officers, officials, employees and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. D. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: 1. General Liability and Automobile Liability Coverages a. The City, it officers, officials, employees and volunteers are to be covered as additional insureds as respects; liability arising out of activities performed by or on behalf of the Contractor, products and completed operations of the Contractor, premises owned, occupied or used by the Contractor, or automobiles owned, hired or borrowed by the Contractor for the full period of time allowed by law, surviving the termination of this Agreement. The coverage shall contain no special limitations on the scope -of- protection Attachment I afforded to the City, its officers, officials, employees or volunteers. b. The Contractor's insurance coverage shall be primary insurance as respects to the City, its officers, officials, employees and volunteers. Any insurance or self - insurance maintained by the City, its officers, officials, employees or volunteers shall be in excess of the Contractor's insurance and shall not contribute with it. C. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officers, officials, employees or volunteers. d. The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 2. Worker's Comp nsation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from Contractor's performance of the work, pursuant to this Agreement. 3. Professional Liability Covers e If written on a claims -made basis, the retroactivity date shall be the effective date of this Agreement. The policy period shall extend from the Effective Date to a date which is one year from the termination of this Agreement. 4. All Coverages Each Insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. E. Acceptability of Insurers Insurance is to be placed with admitted California insurers with an A.M. Best's rating of no less than A- for financial strength, AA for long -term credit rating and AMB -1 for short-term credit rating. 0 Attachment 1 F. Verification of Coverage Contractor shall furnish the City with Certificates of Insurance and with original Endorsements effecting coverage required by this Agreement. The Certificates and Endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Certificates and Endorsements are to be on forms provided or approved by the City. All Certificates and Endorsements are to be received and approved by the City before Contractor begins the work of this Agreement. The City reserves the right to require complete, certified copies of all required insurance policies, at any time. If Contractor fails to provide the coverages required herein, the City shall have the right, but not the obligation, to purchase any or all of them. In that event, after notice to Contractor that City has paid the premium, the cost of insurance may be deducted from the compensation otherwise due the contractor under the terms of this Contract. G. Subcontractors Contractor shall include all sub - contractors or sub - Contractors as insured under its policies or shall furnish separate certificates and endorsements for each sub- contractor or sub - Contractor. All coverage for sub - contractors or sub - Contractors shall be subject to all insurance requirements set forth in this Paragraph 15.1. 15.2 Indemnification. Notwithstanding the foregoing insurance requirements, and in addition thereto, Contractor agrees, for the full period of time allowed by law, surviving the termination of this Agreement, to indemnify the City for any claim, cost or liability caused by any negligent act or omission or the willful misconduct of Contractor and its agents in the performance of services under this contract, but this indemnity does not apply to liability for damages for death or bodily injury to persons, injury to property, or other loss, arising from the sole negligence, willful misconduct or defects in design by the City, or arising from the active negligence of the City. "Indemnify," as used herein includes paying the expenses of defending against a claim and the payment of any settlement or judgment arising out of the claim. Defense costs include all costs associated with defending the claim, including, but not limited to, the fees of attorneys, investigators, Contractors, experts and expert witnesses, and litigation expenses. References in this paragraph to City or Contractor, include their officers, employees, agents, and subcontractors. 16. ENTIRE AGREEMENT -- AMENDMENTS. 7 Attachment 1 A. The terms and conditions of this Agreement, all exhibits attached, and all documents expressly incorporated by reference, represent the entire Agreement of the parties with respect to the subject matter of this Agreement. B. This written Agreement shall supersede any and all prior agreements, oral or written, regarding the subject matter between the CONTRACTOR and the CITY. C. No other agreement, promise or statement, written or oral, relating to the subject matter of this Agreement, shall be valid or binding, except by way of a written amendment to this Agreement. D. The terms and conditions of this Agreement shall not be altered or modified except by a written amendment to this Agreement signed by the CONTRACTOR and the CITY. E. If any conflicts arise between the terms and conditions of this Agreement, and the terms and conditions of the attached exhibits or the documents expressly incorporated by reference, the terms and conditions of this Agreement shall control. 17. SET -OFF AGAINST DEB CONTRACTOR agrees that CITY may deduct from any payment due to CONTRACTOR under this Agreement, any monies which CONTRACTOR owes CITY under any ordinance, agreement, contract or resolution for any unpaid taxes, fees, licenses, assessments, unpaid checks or other amounts. 18. WAIVERS. The waiver by either party of any breach or violation of any term, covenant or condition of this Agreement, or of any ordinance, law or regulation, shall not be deemed to be a waiver of any other term, covenant, condition, ordinance, law or regulation, or of any subsequent breach or violation of the same or other teen, covenant, condition, ordinance, law or regulation. The subsequent acceptance by either party of any fee, performance, or other consideration which may become due or owing under this Agreement, shall not be deemed to be a waiver of any preceding breach or violation by the other party of any term, condition, covenant of this Agreement or any applicable law, ordinance or regulation. 19. CITY BUSINESS LICENSE OTHER TAXES. CONTRACTOR shall obtain and maintain during the duration of this Agreement, a CITY business license as required by the Ukiah Municipal Code. CONTRACTOR shall pay any and all state and federal taxes and any other applicable taxes. CONTRACTOR's taxpayer Attachment 1 identification number is 27- 3423159, and CONTRACTOR certifies under penalty of perjury that said taxpayer identification number is correct. 20. APPLICABLE LAW. The laws of the State of California shall govern this Agreement. 21. STATEMENT OF ECONOMIC INTERESTS If CITY determines that CONTRACTOR must file a Statement of Economic Interests form as required by the CITY Conflict of Interest Code. CONTRACTOR shall file a Form 700 - Statement of Economic Interests with the City Clerk's office and CONTRACTOR shall file an Assuming Office Statement within thirty (30) days of execution of this contract, annual statements on or before April 1 of each year and a Leaving Office Statement within thirty (30) days after termination of CONTRACTOR'S contract or any extensions thereto. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month and year first above written. CITY OF UKIAH City Manager APPROVED AS TO FORM: City Attorney 9 CONTRACTOR Matthew J. Finnegan Attachment 1 Attachment "A" HEARING OFFICER SERVICES Pre - Administrative Hearing Duties. A. In consultation with CONTRACTOR the Planning and Community Development and other City departments will schedule administrative hearings as required in the administration of the City ordinances and state laws that authorize or require the City to offer or conduct administrative hearings requiring the use of a Hearing Officer. In consultation with CONTRACTOR, City staff will schedule the specific day and time upon which each administrative hearing will occur. B. At least Ten (10) days prior to the scheduled day of the administrative hearing, staff shall mail to CONTRACTOR a copy of pertinent documents with respect to the hearing. C. Prior to the day of the administrative hearing on a contested matter, CONTRACTOR shall review pertinent documents, and shall research if necessary, all relevant CITY rules, regulations, ordinances, and/or policies governing the subject matter of the hearing. 2. Administrative Hearing Duties. A. CONTRACTOR shall conduct the administrative hearings and make determinations in accordance with the Ukiah Municipal Code, any applicable requirements of state law, and any adopted by the CITY and the CITY's Code enforcement procedures, as applicable, as well as other CITY codes that may apply. B. CONTRACTOR shall conduct each administrative hearing in a professional manner and be respectful, courteous, patient and responsive to all parties. 3. Post - Administrative Hearing Duties. A. CONTRACTOR shall conduct any additional research necessary to fully and properly adjudicate any issues not resolved on the day of the administrative hearing. B. The time required by applicable law not to exceed within forty -five (45) days of an administrative hearing, CONTRACTOR shall complete and snail to the parties to the hearing, including any appellant and City representatives a written Decision containing the information required by the Ukiah Municipal Code, applicable Code enforcement procedures Manual, and case law governing administrative hearings. C. CONTRACTOR shall mail to the City Manager or his/her designee, a copy of 10 Attachment 1 the Decision together with a Proof of Service on the parties, at the same time as the Decision is mailed to the parties. D. CONTRACTOR shall endeavor to reach his or her decision within ten (10) days of the administrative hearing and in no event shall exceed 45 days. CONTRACTOR shall return all exhibits and materials submitted at the hearing to the City Manager at the time his or her decision is submitted in final form. 4. General Duties. A. CONTRACTOR shall be available to work up to ten (10) hours per month, as determined by the CITY to be necessary based on need. CITY shall determine on what days of the month, and at what times of the day, between 8:00 a.m. and 5:00 p.m., administrative hearings shall be scheduled and conducted. B. CONTRACTOR shall conduct the administrative hearing described in this Agreement at the location determined by the CITY. C. CONTRACTOR shall maintain all records in the manner determined by the CITY. D. CONTRACTOR shall perform any other tasks required to effectively implement the CITY's Administrative Hearings. ITEM NO.: 7e MEETING DATE: April 15, 2015 City of Vk ah AGENDA SUMMARY REPORT SUBJECT: NOTIFICATION OF ACQUISITION OF PROFESSIONAL SERVICES FROM EMMETT JONES IN THE AMOUNT NOT TO EXCEED $19,500 FOR MANAGEMENT ADVISORY SERVICES RELATED TO THE 2017 SOLID WASTE RATE SETTING. Summary: Council is being given notification of acquisition of professional services from Emmett Jones for Solid Waste Rate Setting. Background: Per Section 1522 of the Municipal Code staff is reporting to City Council the acquisition of professional services to Emmett Jones in the amount of $19,500 for Management Advisory Services for the 2017 Solid Waste Rate Setting. Discussion: Mr. Jones will be providing recommendations and comments regarding solid waste, recycling and mixed organic waste disposal rates, calculations, costs and analysis for the 2017 Solid Waste Rate setting process. Mr. Jones has assisted staff in prior rate adjustments, litigation support services in the matter being heard in Mendocino Superior Court between the County Mendocino and the City's Transfer Station operator in which the City is named as a third party, as well as, the landfill closure project and the financial assurances required by the state for that project. The City will be invoiced for actual time spent for this work. FISCAL IMPACT: Budgeted New Appropriation Budget Previous Contract Amount in Source of Funds Account Number Amendment or Purchase Order 14 -15 FY (Title & No.) Required No. $200,000 N/A 70024500.52100 Yes ❑ No ® N/A RECOMMENDED ACTION(S): Receive report. ALTERNATIVES: N/A Citizens advised: N/A Requested by: Tim Eriksen, Public Works Director /City Engineer. Prepared by: Jarod Thiele, Public Works Project Analyst. Coordinated with: N/A Presenter(s): N/A Attachment: 1 i Enaaaement Letter COUNCIL ACTION DATE: : ❑ Approved ❑ Continued to ❑ Other RECORDS APPROVED: ❑ Agreement: Approved: : � Ss Age San como, City Manager ❑ Resolution: ❑ Ordinance: R. EIviixii= JONES CERTIFIED PUBLIC ACCOUNTANT CGMA November 16, 2015 Mr. Sage Sangiacomo City Manager City Of Ukiah 300 Seminary Avenue Ukiah, California 95482 Dear Mr. Sangiacomo, Attachment 1 P O BOX 1639 UKIAH. CALIFORNIA 95482-1839 TELEPHONE 170714152-1180 EMAIL cpa@paclfic net This letter will confirm our understanding of the arrangements for the Management Advisory Services (Engagement) that I will provide to the City of Ukiah (City) related to the January 1, 2017 City of Ukiah Rate Setting and related issues. You have represented to me that you have the authority, under the City procurement rules, to engage me and approve the terms and conditions detailed below. I will provide you with my recommendations and comments based upon my reading and study of City solid waste, recycling and mixed organic waste disposal collection rates, and any related supporting financial information, calculations, costs, disposal rates, data and City Staff analysis. You and City Staff will make such rate schedules, financial information, calculations, costs, disposal rates, data, analysis and related underlying information available to me, and City Staff will interact with me as needed during this rate setting process so that I can make my recommendations and comments. I will respond to City Staff questions and requests when directed to do so by you. Because of the imprecise nature of estimates and projections, no estimated amount or projection can be verified in advance. Nevertheless, it is understood that the estimates adopted by City Staff during the rate setting process, based upon reasonable extrapolation of historical data, and estimations or projections of future events are necessary to complete the rate setting process. The recommendations that I make to you will be advisory. Final recommendations to the City Council will be the responsibility of the City Management and Staff. My advice will be informal and will be reported to you verbally. No written summary will be prepared unless you specifically request one in writing. In topics connected to law, I cannot offer advice, and you should of course consult an Attorney skilled in the area under question. You recognize that my recommendations must be supported by the opinion of an experienced legal professional to be viable, and that you will seek such opinions to the extent you feel necessary. The City fully indemnifies me and holds me harmless in any claim, accusation, complaint, hearing, adjudication or legal action that might arise related to the services that I provide in this Engagement, and the City will pay all costs of my defense in any and all such actions using an Attorney acceptable to me. This Engagement is limited to my providing only Management Advisory Services to the City relating to the topic described above. I am licensed by the California Board of Accountancy, but this Engagement does not include any Compilation, Review or Audit services. Accordingly, I will not issue any Compilation or Review report, nor issue any Audit opinion, nor does this Engagement include the preparation of any financial statements. In addition, no Federal, California or other tax advice or return preparation, or regulatory or compliance services are contemplated as being part of this Engagement. Mr. Sage Sangiacomo November 16, 2015 Page Two During this Engagement, but only as you direct, in order for me to obtain information, it may be necessary for me to contact or correspond with various people and agencies which may include but are not limited to City Staff, legal counsel, engineers and other professionals, elected officials, franchise holders, banks, vendors, creditors as well as various government agencies, and others. You authorize these contacts in the scope of these Management Advisory Services. However, professionals, that I may contact or consult with, are not authorized to charge the City for their time or services without the prior written consent of the City Manager, or his designee. All my communication seeking direction during this Engagement will be with you as the representative of the City, or your designee. You will provide me with information in the areas under discussion, and will give me direction as to the City's priorities, so that I may efficiently provide these Management Advisory Services The City will be responsible for assigning the costs of my services to any specific Fund, Program, Grant, or Department of the City. Fees will be billed based upon the actual time that I spend in providing these services at my normal hourly rate of one hundred and fifty ($150.00) dollars per hour, plus pre- approved direct out of pocket expense. My travel time, if requested by the City, will be charged at one third (1/3) of my normal hourly billing rate. The City will not be obligated to pay more than nineteen thousand -five hundred dollars ($19,500.00) maximum fees and costs for this project under this Engagement letter, without the prior written authorization of the City Manager. Amounts will be billed on a monthly basis as the work progresses, and are due thirty (30) days after presentation. As you know I have provided services to the City in the past. I look forward to again providing services to the City in this Engagement. If this letter correctly expresses your understanding in regard to the above - mentioned Management Advisory Services, please indicate your acceptance by signing, dating and returning the original to me. A copy is enclosed for your file. If you have any questions, now or in the future, please call me. Yours very truly, R. Emmett Jones ACCEPTED: City of Ukiah By: age Sa A iacomo, City Manager Date. i s— 14, - t S R. EMMETT JONES • CERTIFIED PUBLIC ACCOUNTANT ITEM NO.: 7f MEETING DATE: 12/16/15 City of uklah AGENDA SUMMARY REPORT SUBJECT: AWARD OF A TWO -YEAR CONTRACT TO UKIAH WASTE SOLUTIONS, INC. FOR BIOSOLIDS REMOVAL FROM THE WASTE WATER TREATMENT PLANT. Summary: Council will consider awarding a contract to Ukiah Waste Solutions, Inc. for the removal of biosolids at the Waste Water Treatment Plant. Background: The City of Ukiah's Wastewater Treatment Plant treats and processes approximately 1,600 tons of biosolids annually. Biosolids produced at the treatment plant facility are treated to meet Class "B" requirements per EPA 40 CFR, 503. Biosolids are dewatered on a belt filter press with solids content 18% or greater. The biosolid hauling services consist of leaving a trailer or drop box at the treatment plant to allow loading at staff's convenience. When the container is full, the contractor is called to remove and route the biosolids to an accepting, pre- approved disposal site. Discussion: A request for bids was sent to nine companies. Two bids were received. The following is a summary of the bid results: Company 1) Ukiah Waste Solutions, Inc. Ukiah, CA 2) Industrial Carting Rohnert Park, CA Total Hauling Per Ton 1 yr @ approx. 1600 tons $48.00 2 yr @ approx. 3200 tons $48.00 1 yr @ approx. 1600 tons $75.00 2 yr @ approx. 3200 tons $77.00 Extended $ 76,800 $153,600 $120,000 $246,400 It is Staff's recommendation to award a contract to Ukiah Waste Solutions, Inc. for a two -year period at the unit price of $48.00 for an approximate total contract amount of $153,600. Final contract amount will vary, and will be based on actual tonnage hauled. Ukiah Waste Solutions is the current provider of this service, and the price that has been bid is the same price that the City has currently been paying. Funds for this purchase are included in the Fiscal Year 15 -16 Adopted Budget in account 84024425.52100. FISCAL IMPACT: Budgeted Amount in 15 -16 FY New Appropriation Source of Funds (Title & No.) Account Number Budget Amendment Required Previous Contract or Purchase Order No. $617,500 N/A 84024425.52100 Yes ❑ No ® N/A RECOMMENDED ACTION(S): Approve award of a two -year Biosolid Removal Contract to Ukiah Waste Solutions, Inc. for a unit price contract of $48.00 per ton. ALTERNATIVES: Do not approve recommended action, and provide alternate direction to staff. Citizens advised: N/A Requested by: Tim Eriksen, Public Works Director /City Engineer. Prepared by: Mary Horger, Purchasing Supervisor; and Jarod Thiele, Public Works Analyst. Coordinated with: Sean White, Water and Sewer Director; and Andy Luke, WWTP Supervisor. Presenter: Sean White, Water and Sewer Director. Attachment: N/A _ COUNCIL ACTION DATE: : ❑ Approved ❑ Continued to ❑ Other RECORDS APPROVED: ❑ Agreement: ❑ Resolution: ❑ Ordinance: Note Please write Agreement No. in upper right corner of agreement when drafted f Approved: S e S lac I ager 4 City of vk ak ITEM NO.: 12a MEETING DATE: December 16. 2015 AGENDA SUMMARY REPORT SUBJECT: RECEIVE STATUS REPORT, CONSIDER ALTERNATIVES AND PROVIDE DIRECTION REGARDING THE SPHERE OF INFLUENCE UPDATE PROJECT Summary: As directed by the City Council, staff recently filed an application with the Local Agency Formation Commission (LAFCo) to update the City's Sphere of Influence. That application is currently under review. At the November 12, 2015, City Council Strategic Planning meeting, staff reported that based on a number of factors, a discussion regarding alternatives for proceeding with the application is warranted. Council is being presented an agenda item intended to initiate that discussion and to give staff direction on how to proceed. What is the Sphere of Influence (SOI)? The California Government Code defines a Sphere of Influence as, "a plan for the probable physical boundaries and service area of a local government agency ". It is intended to "serve as an essential planning tool to combat urban sprawl and provide well planned efficient urban development patterns, giving appropriate consideration to preserving prime agricultural and other open -space lands ". State law requires the City to have an adopted SOI in order to annex property into the City limits. The City has an adopted SOI that was approved by LAFCo in the early 1980's and is still valid today. It essentially includes the entire Ukiah Valley (see attachment 1). 1995 General Plan: The 1995 General Plan included a recommended new Sphere of Influence for the City. It is dramatically smaller than the current adopted SOI. In 1995, this smaller SOI represented a more logical area for City expansion, and in both 2007 and 2013, the City Council determined it was still valid and represented the logical area for near term expansion. As directed by the Council, an application to update and reduce the SOI was recently filed with the Local Agency Formation Commission to reduce the current SOI to be consistent with the recommended General Plan SOL LAFCo SOI Update: LAFCo is required by law to update the City's Sphere of Influence (SOI) every 5 years. Due to various factors it has missed the last two update cycles. Even though the current application proposes to significantly reduce the City's SOI, a number of local agencies have expressed strong interest and /or concern about the project. These agencies include the Ukiah Valley Sanitation District (Law offices of John Sharp), Ukiah Valley Fire District, Cal Fire, Mendocino County Farm Bureau, ■ RECOMMENDED ACTION(S): 1) Receive status report on the Sphere of Influence Update Project; and 2) Direct staff to withdraw the current SOI application on file with LAFCo, and focus efforts on reviewing and updating the General Plan. ■ ALTERNATIVES: Do not receive reDort. Citizens advised: N/A Requested by: Charley Stump, Director of Planning and Community Development. Prepared by: Charley Stump, Director of Planning and Community Development. Coordinated with: Sage Sangiacomo, City Manager and David Rapport, City Attorney. Presenter: Charley Stump, Director of Planning and Community Development. Attachment. 1)SOI Map: Existing SOI and 1995 Recommended SOI's COUNCIL ACTION DATE: : ❑ Approved ❑ Continued to ❑ Other RECORDS APPROVED: ❑ Agreement: ❑ Resolution: ❑ Ordinance: Approved: Sag San to o, City Manager Y Page 2 of 2 and Mendocino County. Based on this interest and concern, it is possible that when LAFCo approves a new SOI for the City, it could be legally challenged. General Plan Update Project: As discussed at the recent Strategic Planning meeting, an update of the 20- year -old General Plan is a high priority project. The process of updating the General Plan may include establishing a planning area and /or new SOI to ensure a logical and appropriate approach to regional valley -wide planning. It is anticipated that the General Plan update project will begin in fiscal year 2016- 2017. Alternatives for the SOI Update Project: Staff has identified a number of alternatives for the SOI update project. These include: 1) Continue with the current application; 2) Amend the application to modify the boundaries of the proposed SOI; and 3) Withdraw the application until the General Plan update is complete. As a result of City Council discussions additional alternatives may be identified. A. Continuinq with the current SOI application: The City could continue with the current application. This would involve continued financing of the environmental impact report (estimate: $67,100) and continuing payment of LAFCo application fees ($8,000 thus far). As indicted above, even after certification of the EIR and action on the new SOI, there could be a legal challenge, which would require additional expenditures. B. Modifying the current SOI application: On a number of occasions since 1995, the City Council has discussed amending the General Plan and modifying the recommended SOI. These discussions have involved potentially enlarging the recommended SOI primarily to the north and south. If this alternative is selected and the current SOI update application is modified to enlarge the proposed SOI, it would likely draw strong concern from the same agencies concerned about the current proposal. This alternative would require the same expenditures as continuing with the current application described above. C. Withdrawing the current SOI application: The City could withdraw the current SOI update application and not incur the expected expenditures outlined in the alternatives discussed above. This may be prudent because of the upcoming General Plan update project where "planning area" and SOI public discussions could occur in a more thorough framework. The General Plan update project is expected to begin in fiscal year 2016 -2017. Additionally, legal counsel has recently advised that if the City desired, it could pursue annexations of properties if they are located within both the current adopted SOI and the 1995 General Plan recommended SOI. This means the City could pursue select annexations prior to updating its existing SOI and General Plan. RECOMMENDATION: 1) Receive status report on the Sphere of Influence Update Project; and 2) Direct staff to withdraw the current SOI application on file with LAFCo, and focus efforts on reviewing and updating the General Plan. FISCAL IMPACT: Budgeted Amount g in Current FY New Appropriation Source of Funds Account Number Budget Amendment Title & No. Required NIA N/A N/A Yes El No Attachment # Uklah Valley General Plan and Growth Management Program City of Ukiah * Mendocino County , California 11.1. What is a General Plan? # Page 6 - -� -- — - - -- -- —r - - -• — —• ^•••••••••••� p-i—wu my ury vanarrn main TorLAYGo approval Adopted by the City Counc9• December 6, 1995 Excerpt from the 1995 General Plan ITEM NO.: 12b MEETING DATE:. December 16, 2015 City of ukfah AGENDA SUMMARY REPORT SUBJECT: APPROVE THE CITY COUNCIL'S STRATEGIC PLAN AND SCHEDULE WORKSHOPS RELATED TO PUBLIC INFRASTRUCTURE Summary: Over the past three months, the City Council has held a series of workshops to review and develop a Strategic Plan that provides focus on critical priorities and actionable items. A draft of the plan was presented at the December 2n, City Council meeting, where both the public and the Council had an opportunity to review and comment. Background: Beginning in 2007, the City Council worked to develop a strategic planning process and plan. Steve Zuieback of Synectics: Creative Management Strategies facilitated the process which included extensive work study sessions with the Council, staff, and the public. The primary outcomes for this process were threefold: 1. Create alignment among the Councilmembers about the top strategic priorities for the City of Ukiah. 2. Develop a set of operational principles that will guide the practices and decisions of the Council in focusing the strategic priorities. 3. Identify specific mechanisms for tracking these strategic priorities over time that will allow the Council and City staff to make the necessary adjustments to achieve the desired results. Through the process, four strategic planning areas were developed. Those four areas were accepted and edited by the current Council: • Develop a prioritized plan for maintaining and improving public infrastructure. • Planning Valley -Wide takes place based on sound planning principles. • Facilitate the development of a sound local economy that attracts investment, promotes economic diversity, supports businesses, creates employment opportunities, and generates public revenues. • Council and staff work together to create a more responsive and effective workplace environment. Continued on Pale 2 RECOMMENDED ACTION(S): Approve the City Council's Strategic Plan as presented and schedule three workshops related to public infrastructure. _ ALTERNATIVES: N/A Citizens advised: N/A Requested by: City Council Prepared by: Sage Sangiacomo, City Manager and Shannon Riley, Senior Management Analyst. Coordinated with: Mayor Crane and Councilmember Doble (Strategic Planning Ad -hoc) Presenter: Shannon Riley, Senior Management Analyst, Attachments: 2007 -2010 Strategic Planning Notes /Presentations can be referenced at: https:Hcitvofukiah.box.com /2007- 10strategicplan 1. Draft Strategic Plan COUNCIL ACTION DATE: : ❑ Approved ❑ Continued to ❑ Other RECORDS APPROVED: ❑ Agreement: ❑ Resolution: ❑ Ordinance: Note: Please write Agreement No. in upper right corner ofagreement when drafted Approved: r S ge San mo, City N anager Page 2 of 2 A detailed history of the process and work product are outlined in the notes and presentations available at https:Hcitvofukiah.box.com/2007-1 Ostrategicplan. Discussion: Per Council's direction, a preface was added to the planning document to provide an overview and identify review points. In addition to the midterm and year -end reviews identified in the plan, the soon- to -be- drafted implementation schedule for the actionable items will detail and track development and progress. Staff is recommending Council's approval of the attached strategic plan, which reflects no additional modifications since the presentation at the December 2, 2016 Council meeting. Additionally, Staff is recommending that three workshops be scheduled related to the public infrastructure areas: Streets and Storm Drains, Electric Utility, and Water and Sewer. Each workshop will include a description of current conditions in that area, needs and opportunities, and specific capital improvement projects. In order to ensure that there is adequate time for presentation and discussion, Staff is requesting separate workshops, each lasting 1.5 - 2.5 hours. Conference Center availability has been checked for the following dates: Thursday, January 21St, Thursday, January 28th, and Thursday, February 11th. Council is being requested to check schedules and determine whether these dates are suitable and, if not, select alternative dates. FISCAL IMPACT: Budgeted Amount in 15 -16 FY New Appropriation Source of Funds (Title & No.) Account Number Budget Amendment Required Previous Contract or Purchase Order No. N/A N/A N/A Yes El No 0 N/A Attachment 1 City of Ukiah Ukiah City Council Strategic Plan 2015 The Ukiah City Council, through a strategic process of discussion, observation, and education, has developed the following set of focused priorities and actionable items. These four areas are in no way all- encompassing of the City's scope of work nor are they finite; rather, the strategic planning process is evolutionary and often vision - based. Some goals can be accomplished in 1 -3 years, where others will be addressed over a much longer time span. All of these areas work to further promote the vibrancy and sustainability of the Ukiah community and the organization. In order to maintain focus and momentum on the strategic areas, the plan will be reviewed by the City Council twice per year at the midterm and yearend. Actionable elements will be considered throughout the year as the work product and /or specific items mature. Outcomes The primary outcomes for the Strategic Planning Process are threefold: 1. Create alignment among the Councilmembers about the top strategic priorities for the City of Ukiah. 2. Develop a set of operational principles that will guide the practices and decisions of the council in focusing the strategic priorities. 3. Identify specific mechanisms for tracking these strategic priorities over time that will allow the Council and City Staff to make the necessary adjustments to achieve the strategic priorities. General Principles A set of accepted guidelines formed to capture values and priorities that transcend broadly to the strategic plan. • Our strategies and approaches maintain or enhance the unique positive characteristics of our community. • Our decisions reflect fiscal responsibility, reliability, sustainability, and affordability with an understanding and consideration of impacts to the entire organization. • We look to partner with our community members to promote greater ownership and involvement in their services. • We look for strategies that increase efficiencies while enhancing customer service. • Where applicable, we adjust rates and fees to reflect changes in the economy and cost of services. Attachment 1 Strategic Planning Areas in Detail Strategic Planning Area: Develop a prioritized plan for maintaining and improving public infrastructure. Recommended Strategy: Continue the development and maintenance of a comprehensive Capital Improvement Plan. Actionable Items: Participate in workshops for the following areas to determine current conditions, needs and opportunities, and focus on specific capital improvement projects: Streets Water Sewer Storm drains Electric Recommended Strategy: Identify and /or develop funding for essential and vital infrastructure for the long -term. Actionable Items: • Conduct an evaluation of rates • Explore and seek Prop 84 funding • Council approved the submittal of a funding application for the recycled water system (November 4, 2015 CC mtg) • Evaluate potential street funding Strategic Planning Area: Planning Valley -Wide takes place based on sound planning principles. Recommended Strategy: Review and revise land use planning documents to be reflective of the long -term vision for the community Actionable Items: • Update the Ukiah General Plan • Update the City of Ukiah's sphere of influence (S01) • Prepare and adopt annexation policies • Evaluate and amend the city zoning code to improve efficiencies /public service and protect natural resources Recommended Strategy: Analyze and consider opportunities for regional partnerships that support or improve the delivery of municipal services Actionable Items: • Develop Tax Sharing Agreement with the County of Mendocino • Redefine participation agreement with the Ukiah Valley Sanitation District • Develop a plan for the delivery of Fire Services Attachment 1 Strategic Planning Area: Facilitate the development of a sound local economy that attracts investment, promotes economic diversity, supports businesses, creates employment opportunities, and generates public revenues. Recommended Strategy: Identify and remove barriers to economic development while leveraging economic opportunities Actionable Items: • Leverage partnerships with other local agencies and stakeholders to provide economic development resources and services for the retention and recruitment of businesses. • Improve housing stock with an emphasis on matching housing projects to existing needs and future industry • Implement the Redwood Business Park Infrastructure Improvement Project Recommended Strategy: Develop and preserve the downtown historic place as a regional center of civic and economic activity. Actionable Items: • Develop a plan to identify and attract anchor tenants to the downtown core • Continue efforts to affect positive change with the Palace Hotel • Coordinate with the County and State for a reuse plan for the Courthouse • Evaluate and implement Downtown Streetscape Improvement Plan • Plan and coordinate public infrastructure at the Perkins Street Depot site • Develop and implement an improved downtown parking plan Strategic Planning Area: Council and staff work together to create a more responsive and effective workplace environment. Recommended Strategy: Promote core values that are embedded in the operational culture of the organization Actionable Items: • Develop and articulate core values with team members • Redefine organizational practices to embed core values Recommended Strategy: Develop open communication and workflow practices that cultivate invested team members and community awareness /involvement Actionable Items: • Develop a public education and outreach plan • Redesign City Council workflow calendaring and ad- hoc /committee files city of ukiah ITEM NO.: 12c MEETING DATE: December 16, 2015 AGENDA SUMMARY REPORT SUBJECT: AUTHORIZE THE DIRECTOR OF PUBLIC WORKS /CITY ENGINEER TO EXECUTE THE SETTLEMENT AGREEMENT AND STIPULATION FOR ENTRY OF ADMINISTRATIVE CIVIL LIABILITY COMPLAINT FOR THE NORTH COAST REGIONAL WATER QUALITY CONTROL BOARD FOR FINES LEVIED AT THE WASTE WATER TREATMENT PLANT. Summary: Council will consider authorizing the Director of Public Works to enter into a settlement agreement with the North Coast Regional Water Quality Control Board for fines levied at the Waste Water Treatment Plant. Background: On January 21, 2015, staff presented to Council an Administrative Civil Liability Complaint (ACLC) issued against the Waste Water Treatment Plant (WWTP) from the North Coast Regional Water Quality Control Board (RWQCB) for fines as a result of discharging effluent to the Russian River that exceeded final effluent limitations for constituents listed in Exhibit A and B of the Settlement Agreement which is listed as Attachment 1. Discussion: Since that time, the two following items have changed: 1) City staff worked with RWQCB staff to establish an Enhanced Compliance Action Project (ECA) that will be performed in lieu of 50% of the fines. Originally, City staff proposed to develop a Sewer System Master Plan which was approved by Board Staff. Since that time, RWQCB staff has informed City staff that since the penalties are Mandatory Minimum Penalties they misdirected us in regards to the type of project that can be performed in lieu of a portion of the fines. Given this circumstance, City staff has submitted a Supplemental Environmental Project (SEP) which will involve performing a Source Control Study of the collection system to evaluate areas of high Biochemical Oxygen Demand (BOD) discharge to the system. RWQCB Staff has approved this project as well as an extended project schedule from what was originally proposed due to the amount of time it took them to prepare the Settlement Order, which is listed as Attachment 1. 2) The original ACLC covered fines from the period of February 1, 2012, through December 11, 2012, but was amended to include fines for the period of November 4, 2014, to May 31, 2015. There were no effluent violation or river discharge for the period between the two previously listed. The total amount of Continued on Page 2 RECOMMENDED ACTION(S): Authorize the Director of Public Works /City Engineer to execute the settlement agreement for the Administrative Civil Liability Complaint for fines levied at the Waste Water Treatment Plant. ALTERNATIVES: Do not authorize execution of the ACLC and Drovide direction to staff. Citizens advised: N/A Requested by: Tim Eriksen, Director of Public Works /City Engineer. Prepared by: Jarod Thiele, Public Works Project Analyst. Coordinated with: Sage Sangiacomo, City Manager; Tim Eriksen, Director of Public Works /City Engineer; and Sean White, Director of Water and Sewer. Presenters: Tim Eriksen, Director of Public Works /City Engineer; and Sean White, Director of Water and Sewer. Attachment: 1) Settlement Agreement and Stipulation for Entry of Order; ACLC No. 2015 -0069. COUNCIL ACTION DATE: : ❑ Approved ❑ Continued to ❑ Other RECORDS APPROVED: ❑ Agreement: ❑ Resolution: ❑ Ordinance: Note. Please write Agreement No. in upper right corner of agreement when drafted.. Approved: 5 e Sang o-mo, City Manager Page 2 of 2 fines for both time periods is $63,000. In addition, a large number of the fines are exempt from penalties as the City is under interim effluent limitations for nitrate and ammonia. The amount of fines paid to the State Water Board will be $24,000 and the remaining $39,000 will be applied toward the proposed Source Control Study of the collection system. These funds were budgeted in the current Fiscal Year. FISCAL IMPACT: Budgeted New Appropriation Budget Previous Amount in Source of Funds Account Number Amendment Contract or Purchase Order 15 -16 FY (Title & No.) Required No. $50,000 N/A 84024425.94700 Yes ❑ No ® N/A 00120::: aWater Boards North Coast Regional Water Quality Control Board October 27, 2015 Tim Eriksen, Director of Public Works /City Engineer City of Ukiah 300 Seminary Avenue Ukiah, CA 95482 Dear Mr. Eriksen: Attachment 1 Q10EOYUnO G. BAOwH JR. aovcAloR MAIIHEW ROOA O,:LS ENYVIONU T4. OMnOYYERTAI MORCTWN Subject: Settlement Agreement and Stipulation for Entry of Order; Administrative Civil Liability Order No. R1 -2015 -0069 File: City of Ukiah, Wastewater Treatment Facility WDID 1B84029OMEN; NPDES Permit No. CA0022888 On October 31, 2014, the Assistant Executive Officer issued Administrative Civil Liability (ACL) Complaint No. R1- 2014 -0058 (hereinafter "Complaint ") to the City of Ukiah, for 17 effluent limit violations associated with discharges from its Wastewater Treatment Facility (hereinafter "Discharger "). The Complaint alleged that the Discharger had incurred violations of Waste Discharge Requirements (hereinafter "WDRs ") Orders No. 111-2006 - 0049 and R1- 2012 -0068 (NPDES Permit No. CA0022888), for which mandatory minimum penalties must be imposed. The Complaint proposed that the Discharger be assessed administrative civil liability in the amount of $51,000 in mandatory minimum penalties (MMPs). After further review of the effluent limit violations contained in the Complaint, Regional Water Board staff has determined that two of the alleged effluent limit violations for acute toxicity had been included in error, as they are receiving water limit violations subject to discretionary penalties rather than MMPs. Accordingly, the enclosed Stipulated Order identifies 15 MMP violations occurring during the Complaint Period ending May 31, 2014, with a corresponding penalty amount of $45,000. The Stipulated Order also identifies 6 additional effluent limit violations that have occurred since the end of the Complaint Period (May 31, 2014) through May 31, 2015 that are subject to MMPs. The total MMP amount for these additional six effluent limit violations is $18,000. JOHN W CORRFTT, CHAIR I MATTHIAS ST. JOHN, EXECUTIVE OFFICER 5550 Skyline Blvd., Suite A. Santo Ross, CA 95407 1 w waterbowds.aa.gov /norlheoest CJ RE'vCLEa r.PEn October 27, 2015 Enclosed is a Settlement Agreement and Stipulation for Entry of Administrative Civil Liability Order (hereinafter "Stipulated Order ") for your review, covering MMPs for the period from February 1, 2012 through May 31, 2015. If adopted by the Regional Water Board, this Stipulated Order shall represent a final and binding resolution and settlement of the violations of WDRs Orders No. R1- 2006 -0049 and R1- 2012 -0068 (NPDES Permit No. CA0024473), subject to mandatory minimum penalties, as alleged in the Complaint and the Stipulated Order. Based on the above information, the enclosed Stipulated Order addresses 21 effluent violations that are subject to MMPs and assess a civil liability of $63,000. The Stipulated Order acknowledges that the Discharger will pay $24,000 to the State Water Resources Control Board Cleanup and Abatement Account and that up to $39,000 of the remaining balance shall be suspended pending the completion of Supplemental Environmental Project as set forth in the attachments to the Stipulated Order. If you accept the terms of the Stipulated Order, please sign the enclosed copy, and return it to the Regional Water Board. Once the signed copy is received, I will sign it in counterpart. Staff will then publicly notice the Stipulated Order for a period of at least 30 days on our website. After the 30 -day period, if no significant comments are received on the agreement, a copy signed by the Regional Water Board Executive Officer will be returned to you and the draft will become a final Order. You may contact Cecile Morris at (707) 576 -2347 or by email at Cecile. Morris( a �waterboards.ca.gov if you have any questions regarding the Stipulated Order. Sincerely, D by I corta 5.10.27 6:12: 2 - 07'00' Water lloar s Shin -Roei Lee Assistant Executive Officer 151027 CNM eF Ukiah WWTf Stip0rder_Transltr Enc: 1) Settlement Agreement and Stipulation for Entry of Administrative Civil Liability Order No. RI -2015 -0069 2) Attachments to the Stipulation - Exhibit A (Table of violations from February 1, 2012 to May 31, 2014) Exhibit B (Table of violations from June 1, 2014 through May 31, 2015) Exhibit C (Revised SEP) Certified - Return Receipt Requested CALIFORNIA REGIONAL WATER QUALITY CONTROL BOARD NORTH COAST REGION In the matter of: ) City of Ukiah, WWTF ) Complaint No. R1- 2014 -0058 for ) Administrative Civil Liability ) Attn: Mr. Tim Eriksen, Director of ) Public Works /City Engineer ) WDID No.1BB40290MEN ) NPDES Permit No. CA0022888 Section Is Introduction Order R1- 2015 -0069 SETTLEMENT AGREEMENT AND STIPULATION FOR ENTRY OF ADMINISTRATIVE CIVIL LIABILITY ORDER This Settlement Agreement and Stipulation for Entry of Administrative Civil Liability Order (Stipulation, Order, or Stipulated Order) is entered into by and between the Assistant Executive Officer of the Regional Water Quality Control Board, North Coast Region (Regional Water Board), on behalf of the Regional Water Board Prosecution Team (Prosecution Team) and the City of Ukiah (the Discharger) (collectively Parties) and is presented to the Regional Water Board for adoption as an Order, by settlement, pursuant to Government Code section 11415.60. This Stipulation and Order are in reference to an adjudicative proceeding initiated by the issuance of Administrative Civil Liability (ACL) Complaint No. R1- 2014 -0058 (Complaint), dated October 31, 2014, to the Discharger. Section II: Recitals 1. The Discharger owns and operates the Ukiah WWTF located at 300 Plant Road, Ukiah, California in Mendocino County. The WWTF serves 15,000 residential, commercial, and institutional users in the City of Ukiah and 5,000 residential users served by the Ukiah Valley Sanitation District. Disinfected, tertiary treated wastewater can be discharged to the Russian River, a water of the United States, as needed during winter months (October 1 to May 14). Year - round, disinfected secondary wastewater is discharged to percolation ponds adjacent to the Russian River. The Russian River meets the definition of waters of the state. 2. On September 20, 2006, the Regional Water Board adopted Order No. R1- 2006 -0049 to regulate discharges from the Discharger's WWTF to the Russian River. Order No. 111- 2006-0049 became effective on November 9, 2006 and remained in effect until October 1, 2012 whereupon Order No. R1 -2012 -0068 became effective and serves as an NPDES permit under the Federal Clean Water Act. 3. On October 31, 2014, the Prosecution Team issued Administrative Civil Liability (ACL) Complaint No. R1- 2014 -0058 (Complaint) to the Discharger. The Complaint alleged that the Discharger exceeded the effluent limits for dichlo rob romomethane, copper and Acute Toxicity as set forth in WDRs Order No. 111- 2006 -0049, and dichlorobromomethane and cyanide as set forth in WDRs Order No. R1- 2012 -0068 on seventeen (17) occasions during the period from February 1, 2012 through May 31, 2014. During the Complaint Period, the Discharger was subject to the waste discharge requirements established in Order No. R1- 2006 -0049 until October 1, 2012 whereupon Order No. R1- 2012 -0068 became effective. The Complaint proposed to assess $51,000 in mandatory minimum penalties (MMPs) pursuant to Water Code section 13385, subdivisions (h) and (i). Order R1.- 201.5 -0061 2 Stipulated Administrative Civil Liability Order City of Ukiah, ww,rF 4. After further review of the effluent violations identified in the Complaint, Regional Water Board staff has determined that two of the alleged effluent violations for acute toxicity had been identified in error as being subject to MMPs. Rather, these two violations are receiving water violations subject to discretionary penalties, so will not be included or considered for penalties at this time. Accordingly, Exhibit A of this Order identifies fifteen (15) MMP violations occurring during the period from February 1, 2012 through May 31, 2014, with a corresponding penalty amount of forty-five thousand dollars ($45,000). S. Six (6) additional effluent violations have occurred since the end of the Complaint Period (May 31, 2014) through May 31, 2015 as shown in Exhibit B, attached and made a part of this Stipulation. The Discharger exceeded the effluent limits for dichlorobromomethane and bromochloromethane as set forth in WDRs Order No. R1- 2012 -0068. These effluent violations are subject to MMPs pursuant to Water Code section 13385, subdivisions (h) and (i). The total MMP amount for the six effluent violations is $18,000. 6. This Stipulation addresses twenty-one (21) effluent violations as identified in paragraphs 4 and 5 above that are subject to MMPs, and the total civil liability amount assessed for the effluent violations is $63,000. 7. The Parties have engaged in settlement negotiations and agree to settle the matter without administrative or civil litigation and by presenting this Stipulation to the Regional Water Board for adoption as an Order pursuant to Government Code section 11415.60. To resolve by consent and without further administrative proceedings all alleged violations of Water Code section 13385 set forth in the Complaint, the Parties have agreed to the imposition of administrative civil liability in the amount of sixty-six thousand dollars ($63,000) in mandatory minimum penalties against the Discharger. The Parties have further agreed that the Discharger will apply a portion of these penalties toward the cost to complete a Supplemental Environmental Project (SEP), in accordance with the terms of this Stipulation and Order. 8. The resolution of the alleged violations is fair and reasonable and fulfills its enforcement objectives and meets the requirements under Water Code section 13385, subdivisions (h) and (i), and the Enforcement Policy, so that no further action is warranted concerning the specific violations alleged in the Complaint except as provided in this Stipulation, and that this Stipulation is in the best interest of the public. 9. Pursuant to Water Code section 13385, subdivision (1), the Regional Water Board may, in lieu of assessing a portion of mandatory minimum penalties pursuant to Water Code section 13385, subdivisions (h) and (i), allow a publicly owned treatment works to spend a portion of mandatory minimum penalties towards the completion of an SEP proposed by the publicly owned treatment works. The SEP must conform to the requirements specified in the State Water Board Water Quality Enforcement Policy (Enforcement Policy), Section IX. 10. On November 17, 2009, the State Water Board adopted Resolution No. 2009 -0083 amending the Water Quality Enforcement Policy (Enforcement Policy). The Enforcement Policy was approved by the Office of Administrative Law and became effective on May 20, 2010. The policy can be found at: -policy fina1111709„� Order R1 -2015 -0069 - 3 - Stipulated Administrative Civil Liability Order City of Ukiah, WWTF Section III: Stipulations The Parties stipulate to the following: 11. Jurisdiction: The Regional Water Board has subject matter jurisdiction over the matters alleged in this action and personal jurisdiction over the Parties to this Stipulation. 12. Administrative Civil Liability: The Discharger is subject to administrative civil liability in the amount of sixty-three thousand dollars ($63,000) in mandatory minimum penalties. The Discharger shall pay within 30 days of issuance of this Order $24,000 to the State Water Resources Control Board Cleanup and Abatement Account. The remaining $39,000 shall be suspended (Suspended Liability) pending completion of an SEP, as set forth herein and described in Exhibit C attached hereto, and incorporated by this reference. 13.SEP Description: The purpose of the SEP is to benefit surface water quality by identifying areas of high Biochemical Oxygen Demand (BOD) within the Discharger's collection system. With the technical assistance from an engineering consulting firm, the Discharger will complete a source control study including sampling and data collection, and develop a plan to reduce BOD within its collection system. The SEP includes the following tasks and schedule: TASK DESCRIPTION DEADLINE 1 Request for Proposals (RFP) & Proposals Due 1/14/2016 2 Award Contract to Engineering Consultant 2/17/2016 3 Quarterly Report 1 3/1/20 6 4 Begin Sampling & Data Collection 4/1/2016 5 Receive Draft Plan 7/1/2016 6 Quarterly Report 2 7 1 2016 7 City Submits Comments to Consultant 7 15 2015 8 Receive Final Plan 9/1/2016 9 SEP Completion & Final Report 12/31/2016 14.The Costs: The Discharger has estimated the cost to be approximately $60,000 to complete Tasks 1- 9. The amount of the liability to be suspended upon completion of the SEP is $39,000 in mandatory minimum penalties, as authorized by Water Code section 13385, subdivision (1). No additional liability above and beyond the $39,000 shall be suspended for costs incurred to complete the SEP. 15.SEP Reports & Completion Date: The SEP shall be concluded by December 31, 2016 (SEP Completion Date). The Discharger must submit quarterly reports to the Regional Water Board as shown in paragraph 13. A final report certifying the completion of the SEP shall be provided to the Regional Water Board and the State Water Resources Control Board's Division of Financial Assistance by December 31, 2016, as described in paragraph 18. 16. Failure to Complete the SEP: Except as provided for in paragraph 20, if the SEP as described in this Order is determined to be infeasible, or if the Discharger fails to complete the SEP by the SEP Completion Date, the Regional Water Board shall issue a Notice of Violation (NOV). As a consequence, the Discharger shall be liable to pay the State Water Pollution Cleanup and Abatement Account the Suspended Liability within 30 days of receipt of the NOV. Order R-1- 2015 -0069 -4- Stipulated Administrative Civil Liability Order City of Ukiah, WWTF 17.SEP Oversight: The Discharger will oversee implementation of the SEP. Additional oversight will be provided by the Regional Water Board. The Discharger is solely responsible for paying all reasonable oversight costs incurred by the Regional Water Board to oversee the SEP. The SEP oversight costs are in addition to the total administrative civil liability imposed against the Discharger and are not credited toward the Discharger's obligation to implement and complete the SEP. Reasonable oversight tasks to be performed by the Regional Water Board include but are not limited to, reviewing and evaluating progress, reviewing the final report, and verifying completion of the SEP. 18. Representation of the Discharger: As a material consideration for the Regional Water Board's acceptance of this Stipulation, the Discharger represents that it will utilize the funds as described in Finding 12 to implement the SEP in accordance with the implementation schedule set forth above. The Discharger understands that its obligation to implement the SEP, in its entirety and in accordance with the schedule for implementation, is a material condition of this settlement of liability between the Discharger and the Regional Water Board. 19. Representations and Agreements of the Discharger to Implement and Complete, Report, and Guarantee Implementation of the SEP: As a material consideration for the Regional Water Board's acceptance of this Stipulation, the Discharger represents and agrees that (1) it will implement and complete the SEP as described in this Stipulation and Order; (2) it will provide certifications and written reports to the Designated Regional Water Board Representative consistent with the terms of this Stipulation detailing the implementation of the SEP; and (3) it will guarantee implementation of the SEP identified in Paragraph 11 and Exhibit C by remaining liable for the Suspended Liability until the SEP is completed and accepted by the Regional Water Board in accordance with the terms of this Stipulation. The Discharger agrees that the Regional Water Board has the right to require an audit of the funds expended by it to implement the SEP. 20. Certification of Completion of SEP: On or before December 31, 2016, the Discharger shall provide a certified statement of completion of the SEP (Certification). The Certification shall be submitted by a responsible official under penalty of perjury under the laws of the state of California, to Regional Water Board staff. The Certification shall include the following: a. Certification that the SEP has been completed in accordance with the terms of this Stipulation and Order. Such documentation may include plans, invoices, receipts, certifications, and other materials reasonably necessary for the Regional Water Board to evaluate the completion of the SEP and the costs incurred by the Discharger. b. Certification documenting the expenditures by the Discharger during the completion period for the SEP. Expenditures may include, but are not limited to, payments to outside consultants, vendors or contractors implementing the SEP. The Discharger shall provide any additional information requested by the Regional Water Board staff that is reasonably necessary to verify SEP expenditures. c. Certification that the Discharger followed all applicable environmental laws and regulations in the implementation of the SEP including but not limited to the California Environmental Quality Act (CEQA), the Federal Clean Water Act, and the Porter - Cologne Act. Order R1- 2015 -0069 Stipulated Administrative Civil Liability Order City of Ukiah, WW'IT' 21.Third Party Financial Audit of SEP: At the written request of Regional Water Board staff, the Discharger, at its sole cost, shall submit a report prepared by an independent third party(ies) acceptable to the Regional Water Board staff providing such party's(ies') professional opinion that the Discharger has expended money in the amounts claimed by the Discharger. The written request shall specify the reasons why the audit is being requested. The audit report shall be provided to Regional Water Board staff within three (3) months of notice from Regional Water Board staff to the Discharger of the need for an independent third party audit. The audit need not address any costs incurred by the Regional Water Board for oversight. 22.Failure to Expend the Entire Suspended Liability on the Approved SEP: In the event that the Discharger is not able to demonstrate to the reasonable satisfaction of the Regional Water Board staff that the entire suspended liability of $39,000 has been spent for the completed SEP, the Discharger shall pay the difference between the suspended liability of $39,000 and the amount the Discharger can demonstrate was actually spent on the SEP, as administrative civil liability. The Discharger shall be liable to pay the State Water Board Cleanup and Abatement Account the additional administrative civil liability within 30 days of receipt of notice of the Regional Water Board staffs determination that the Discharger failed to demonstrate that the entire SEP Amount was spent to complete the SEP. 23.Extension of the Implementation Schedule Deadlines: If, given written justification from the Discharger and the Regional Water Board staff determines that a delay in the SEP implementation schedule is beyond the reasonable control of the Discharger, the Executive Officer may revise the implementation schedule as appropriate. Written justification must be received by the Designated Regional Water Board Representative before the specific due date occurs, must describe circumstances causing the delay, and must state when each task of the SEP will be completed. If any extension of the implementation schedule is granted, the Regional Water Board staff shall provide the Discharger a new implementation schedule in writing, which shall include the date the SEP will be completed (Revised SEP Completion Date). 24. Completion of the SEP to the Regional Water Board Staffs Satisfaction: Upon the Discharger's satisfaction of its SEP obligations under this Stipulation and completion of the SEP and any audit requested by the Regional Water Board, Regional Water Board staff shall send the Discharger a letter recognizing satisfactory completion of its obligations under the SEP. Receipt of this letter shall terminate any further SEP obligations of the Discharger and result in the dismissal of the Suspended Liability. 25.Compliance with Applicable Laws: The Discharger understands that payment of administrative civil liability in accordance with the terms of this Order or compliance with the terms of this Order is not a substitute for compliance with applicable laws, and that continuing violations of the type alleged in the Complaint may subject it to further enforcement, including additional administrative civil liability. 26.Effect of Stipulated Order: Except as expressly provided in this Stipulated Order, nothing in this Stipulated Order is intended nor shall it be construed to preclude the Prosecution Team or any state agency, department, board or entity or any local agency from exercising its authority under any law, statute, or regulation. 27.No Waiver of Right to Enforce: The failure of the Prosecution Team or Regional Water Board to enforce any provision of this Stipulated Order shall in no way be deemed a waiver of such provision, or in any way affect the validity of this Stipulated Order. The failure of the Prosecution Team or Regional Water Board to enforce any such provision shall not preclude it from later enforcing the same or any other provision of this Order R1.- 2015 -0069 E> Stipulated Administrative Civil Liability Order City of [Jkiah, WW'rP Stipulated Order. No oral advice, guidance, suggestions or comments by employees or officials of any Party regarding matters covered under this Stipulated Order shall be construed to relieve any Party regarding matters covered in this Stipulated Order. The Regional Water Board reserves all rights to take additional enforcement actions, including without limitation the issuance of administrative civil liability complaints or orders for violations other than those addressed by this Order. 28.Party Contacts for Communications related to Stipulation /Order: For the Regional Water Board: Cecile Morris Water Resource Control Engineer North Coast Regional Water Quality Control Board 5550 Skylane Boulevard, Suite A Santa Rosa, CA 95403 (707) 576 -2347 For the Discharger: Tim Eriksen, Director of Public Works /City Engineer City of Ukiah 300 Seminary Avenue Ukiah, CA 95482 (707) 463 -6280 29.Attorney's Fees and Costs: Each Party shall bear all attorneys' fees and costs arising from the Party's own counsel in connection with the matters set forth herein. 30. Public Notice: The Discharger understands that this Stipulation and Order will be noticed for a 30 -day public comment period prior to consideration by the Regional Water Board. In the event objections are raised during the public comment period, the Regional Water Board or the Executive Officer may, under certain circumstances, require a public hearing regarding the Stipulation and Order. In that event, the Parties agree to meet and confer concerning any such objections, and may agree to revise or adjust the Stipulation and Order as necessary or advisable under the circumstances. If the Regional Water Board Assistant Executive Officer or other Prosecution Staff receives significant new information that reasonably affects the propriety of presenting this Stipulated Order to the Regional Water Board for adoption, the Regional Water Board Assistant Executive Officer may unilaterally declare this Stipulated Order void and decide not to present the Order to the Regional Water Board. The Discharger agrees that it may not rescind or otherwise withdraw its approval of this Stipulated and Order. 31.Addressing Objections Raised During Public Comment Period: The Parties agree that the procedure contemplated for adopting the Order by the Regional Water Board and review of this Stipulation by the public is lawful and adequate. In the event procedural objections are raised prior to the Order becoming effective, the Parties agree to meet and confer concerning any such objections, and may agree to revise or adjust the procedure as necessary or advisable under the circumstances. 32. Interpretation: This Stipulation and Order shall be construed as if the Parties prepared it jointly. Any uncertainty or ambiguity shall not be interpreted against any one Party. 33. Modification: This Stipulation and Order shall not be modified by any of the Parties by oral representation made before or after its execution. All modifications must be in writing, signed by all Parties, and approved by the Regional Water Board or its Executive Officer. Order 121 -201.5 -0069 - 7 Stipulated Administrative Civil Liability Order City of Ukiah, wwri: 34.Integration: This Stipulated Order constitutes the entire agreement between the Parties and may not be amended or supplemented except as provided for in this Stipulated Order. 35.I1 Order Does Not Take Effect: In the event that this Order does not take effect because it is not approved by the Regional Water Board or is vacated in whole or in part by the State Water Board or a court, the Parties acknowledge that they expect to proceed to a contested evidentiary hearing before the Regional Water Board to determine whether to assess administrative civil liabilities for the underlying alleged violations, unless the Parties agree otherwise. The Parties agree that all oral and written statements and agreements made during the course of settlement discussions will not be admissible as evidence in the hearing. The Parties agree to waive any and all objections based on settlement communications in this matter, including, but not limited to: a. Objections related to prejudice or bias of any of the Regional Water Board members or their advisors and any other objections that are premised in whole or in part on the fact that the Regional Water Board members or their advisors were exposed to some of the material facts and the Parties' settlement positions as a consequence of reviewing the Stipulation and /or the Order, and therefore may have formed impressions or conclusions prior to any contested evidentiary hearing on the Complaint in this matter; or b. Laches or delay or other equitable defenses based on the time period for administrative or judicial review to the extent this period has been extended by these settlement proceedings. 36. Waiver of Hearing: The Discharger has been informed of the rights provided by Water Code section 13323, subdivision (b), and hereby waives its right to a hearing before the Regional Water Board prior to the adoption of the Order. 37. Waiver of Right to Petition: The Discharger hereby waives its right to petition the Regional Water Board's adoption of the Order for review by the State Water Board, and further waives its rights, if any, to appeal the same to a California Superior Court and /or any California appellate level court. 38.Regional Water Board is Not Liable: Neither the Regional Water Board members nor the Regional or State Water Board staff, attorneys, or representatives shall be liable for any injury or damage to persons or property resulting from acts or omissions by the Discharger its directors, officers, employees, agents, representatives or contractors in carrying out activities pursuant to this Stipulation and /or Order nor shall the Regional Water Board, its members or staff be held as parties to or guarantors of any contract entered into by the Discharger, its directors, officers, employees, agents, representatives, or contractors in carrying out activities pursuant to this Stipulation and Order. 39.Covenant Not to Sue: Upon the effective date of this Stipulated Order, Discharger shall and does release, discharge, and covenant not to sue or pursue any civil or administrative claims against the Regional Water Board, including its officers, agents, directors, employees, contractors, subcontractors, attorneys, representatives, predecessors -in- interest, and successors and assigns for any and all claims or causes of action, of every kind and nature whatsoever, in law and equity, whether known or unknown, suspected or unsuspected, foreseen or unforeseen, which arise out of or are related to this action. Order R9 -2015-0069 -8 Stipulated Adininistrative Civil Liability Order City of Ukiah, ww r 40.Necessity for Written Approvals: All approvals and decisions of the Regional Water Board under the terms of this Order shall be communicated to the Discharger in writing. No oral advice, guidance, suggestions, or comments by employees or officials of the Regional Water Board regarding submissions or notices shall be construed to relieve the Discharger of its obligation to obtain any final written approval required by this Order. 41.Authority to Bind: Each person executing this Stipulation in a representative capacity represents and warrants that he or she is authorized to execute this Stipulation on behalf of and to bind the entity on whose behalf he or she executes the Stipulation. 42.Severability: This Stipulations and Order are severable; should any provision be found invalid the remainder shall remain in full force and effect. 43.No Third Party Beneficiaries: This stipulation is not intended to confer any rights or obligations on any third party or parties, and no third party or parties shall have any right of action under this Stipulation for any cause whatsoever. 44.Counterpart Signatures: This Stipulation may be executed and delivered in any number of counterparts, each of which when executed and delivered shall be deemed to be an original, but such counterparts shall together constitute one document. Further, this Stipulation may be executed by facsimile or electronic signature, and any such facsimile or electronic signature by any Party hereto shall be deemed to be an original signature and shall be binding on such Party to the same extent as if such facsimile or electronic signature were an original signature. 45. Effective Date: This Stipulation is effective and binding on the Parties upon the entry of this Order by the Regional Water Board, which incorporates the terms of this Stipulation. IT 1S SO STIPULATED. Date: California Regional Water Quality Control Board, North Coast Region Prosecution Team By Shin -Roei Lee Assistant Executive Officer City of Ukiah, WWTF By: Tim Eriksen Director of Public Works /City Engineer Order R1. -2015 -0069 �} - Stipulated Administrative Civil Liahility Order City of Ukiah, WWTF Findings of the Regional Water Board: IT IS HEREBY ORDERED: 46.The Parties believe that settlement of this matter is in the best interest of the People of the State. Therefore, to settle the Complaint, the Discharger hereby agrees to comply with the terms and conditions of this Order. 47.The Regional Water Board finds that the Recitals set forth herein in Section II of the Stipulation are true. 48.This is an action to enforce the laws and regulations administered by the Regional Water Board. The Regional Water Board finds that issuance of this Order is exempt from the provisions of the California Environmental Quality Act (Public Resources Code, sections 21000 et seq.), in accordance with section 15321(a)(2), Title 14, of the California Code of Regulations. 49. The Executive Officer of the Regional Water Board is authorized to refer this matter directly to the Attorney General for enforcement if the Dischargers fail to perform any of its obligations under the Order. SO. Fulfillment of the Discharger's obligations under this Order constitutes full and final satisfaction of any and all liability for the matters alleged in the Stipulation in accordance with the terms of the Order. Pursuant to Water Code section 13323 and Government Code section 11415.60, IT IS HEREBY ORDERED on behalf of the California Regional Water Quality Control Board, North Coast Region. Matthias St. John Executive Officer Enc: Exhibit A (Table of violations during period February 1, 2012 through May 31, 2014) Exhibit B (Table of violations during period June 1, 2014 through July 31, 2015) Exhibit C (Revised SEP) 15_0069_Ukiah WWTFStipOrdcr Order No. Ri- 2015 -0069 City of Ukiah WWTF ALLEGED VIOLATIONS EXHIBIT A Violation Group No. 1, Effluent Limitations: According to quarterly monitoring reports submitted by the Discharger for the period from February 1, 2012 through May 31, 2014, the Discharger had seventeen (15) effluent limitation exceedances, of which all are subject to mandatory minimum penalties. One exceedance was a non - serious (chronic) effluent violation, and sixteen exceedances were serious effluent violations. The mandatory minimum penalty amount for these violations is $45,000 as shown in the following table: Table 1: Violations of Effluent Limitations (Mandatory Minimum Penalties Pursuant to CWC section 13385 (h) and (i)) Mandatory CWIQS Date Parameter Reported Permit Units Violation Minimum No. (Waste Stream) Value Limit Type Penalty Waste Discharge Requirements Order No. R1- 2006 -0049 920763 2/1/12 Copper Monthly Avg. Mean 16 5.64 ug /L Serious $3,000 920764 2/1/12 Copper 16 11.33 ug /L Serious $3,000 Daily Maximum 924360 3/6/12 Copper Monthly Avg. Mean 21 5.64 ug /L Serious $3,000 944561 3/6/12 Copper Daily Maximum 21 11.33 ug /L Serious $3,000 926286 4/3/12 Copper 15 7.96 ug /L Serious $3,000 Daily Maximum 926287 4/30/12 Copper Monthly Avg. Mean 15 3.97 ug /L Serious $3,000 944553 5/1/12 Dichlorobromomethane 2.30 0.56 ug /L Serious $3,000 927852 5/31/12 Monthl Avg. 927854 1 5/1/12 Dichlorobromomethane 2.30 1.1 ug /L Serious $3,000 Daily Maximum 944567 5/2/12 Copper 19 5.98 ug /L Serious $3,000 927853 5/31/12 Monthl Avg. 927855 5/2/12 Copper Daily Maximum 19 11.99 ug /L Serious $3,000 Waste Discharge Requirements Order No. R1- 2012 -0068 941264 11/6/12 Dichlorobromomethane 1.95 0.56 ug /L Serious $3,000 Monthl Av .Mean 941263 11/6/12 Dichlorobromomethane 1.95 1.1 ug /L Serious $3,000 - 2- EXHIBIT A 15010'27 CNM ct Ilki,iliWW'1'FSCil)Order I:xhihit A Mandatory CWIQS Date Parameter Reported Permit Units Violation Minimum No. (Waste Stream) Value Limit Type Penalty Daily Maximum 942382 12/11/12 D ichlorobromom ethane 5.24 0.56 ug /L Serious $3,000 Monthly Avg. Mean 1 942380 12/11/12 Dichlorobromo methane 5.24 1.1 ug /L Serious $3,000 Daily Maximum 942381 12/11/12 Cyanide 4.5 4.3 ug /L Chronic $3,000 Monthly Avg. No Discharge to Russian River or Effluent Violations from 5/15/2013 through 5/30/2014 TOTA $45,000 15010'27 CNM ct Ilki,iliWW'1'FSCil)Order I:xhihit A MANDATORY PENALTY ADMINISTRATIVE CIVIL LIABILITY Ukiah City Ukiah City WWTP WDID No. 1B840290MEN NPDES No. CA0022986 Effluent Limitation Violations Requiring Mandatory Minknum Penalties EXHIBIT 8 9 Violation Number Violation Dale Constituent Pollutant Group LknRation Period Limit Resutl/ Average Units Exampled from MMP? Exempt Reason or othmwlse not subject to MMPs % Over Limit Date 150 Days Prior Serious or Chronic Violation? No. of Violations within 180 days Mandatory Fine? Water Code Penally 1 989745 11KW2014 Ammonia, Total (as N) Group 1 Daily Maximum 8.6 8.6 mg/L Y b N/A 05106/2014 Exempt WA N 30 2 989746 11/11/2014 Ammonia, Total (as N) Group 1 Daily Maximum 8.8 9 m91L Y b WA 0511512014 Exempt WA N so 3 989763 11/30/2014 Nitrate, Total (as N) Group 1 Monthly Average 10 13.5 M91L Y b WA 08103/2014 Exempt WA N $ 0 4 989758 11130!2014 Ammonia, Total (as N) Group 1 Monthly Average 3,5 655 m91L Y b WA 0010312014 Exempt WA N so 5 1 989747 0112WM15 Am;Wr Total (as N) Group 1 Daly Maximum 6,8 7 mg/L Y b WA 07/24/2014 Exempt WA N $ 0 8 989748 01/27/2015 Ammonia, Total (as N) Group 1 Daily Maximum 6.8 11 mg/L Y b WA 07/31/2014 Exempt WA N $ 0 7 989757 0113112015 Ammonia. Total (es N) Group 1 Monthly Average 3,5 5.89 mg/L Y b WA 081042014 Exempt WA N $ 0 8 989749 02/03/2015 Ammonia, Total (ee N) Group 1 Dally Maximum 6.6 12 mofL Y b WA 118/072014 Exempt WA N $ 0 9 989758 022812015 Ammonia, Total (es N) Group 1 Monthly Average 3.5 4.53 mg/L Y b WA 09/012014 Exempt WA N $0 10 990200 0310312015 Brornochloromelharte Group 2 Daily Maximum 1.1 1.77 ug /L N 61% DW0412014 Serious Serious, C1 Y 13365(0 $ 3,000 11 990201 032312015 Total CoOform Other Monthly Maximum 240 240 MPNI100 Y e N/A 091242014 WA C2 N $ 0 12 990202 03/31/2015 Bromochloromelhene Group 2 Monthly Average 0.56 1.34 ugR. N 139% 101022014 Serious Serious, C3 Y 13385(0 $ 3,000 13 991552 041072015 Dichlorobromomelhane Group 2 Dally Maximum 1.1 1.19 ug/L N 8% 109WM14 Chronic >C3 Y 13385(() $ 3,000 14 991554 041072015 DIchiorobromomethene Group 2 Monthly Average 0.58 1.19 ug/L N 113% 1010 92 014 Serious Serious Y 13385(1) $ 3,000 15 991553 04/3012015 Nitrate, Total (as N) Group 1 Monthly Average 10 14 mg/L Y b WA 111012014 Exempt WA N so 16 992346 05/05/201s Dlchiorobromomelhane Group 2 Daily Maximum 1.1 1.61 u9IL N 85% 11A W2014 Serious Serious Y 13385(1) $ 3,000 17 992346 05105/2015 DMNombromornethano Group 2 Monthly Average 0.58 1.01 ugIL N 223% 11/06/2014 Serious Serious Y 13385(0 $ 3,000 18 992347 05131/2016 Ammonia, Total (es N) Group 1 Monthly Average 3.5 44 mglL Y b WA 12/022014 Exempt WA N $ 0 19 992345 05131/2015 Nitrate. Total (as N) I Group 1 Monthly Average 10 15 L Y b WA 121022014 1 Exempt WA N $ 0 rota! Penalty: $ 18,000 Table Legend: a The first three vrolavons in a six month period sha'1 not receive MMP assessment unless n :s sencus. b Compliance with CDO No R1- 2013 -0069 interim effluent L,mitation. 1 - Violation occurs on sample dole or Iasi date of averaging period. 2 - For Group I pollutants. a violation is serous when the limit is exceeded by more than 40% - For Group 11 pollutants, a violation is serious when the Omit is exceeded by more than 20% 3 - When a serious violation occurs on the some day as a chronic, the serous violation Is only assessed an MMP once and Is counted lest for the day when dolerminxtg the number of chronic violations to be assessed a penalty Violation period ending the lost day of May 2016 Group I Violations Assessed MMP: 0 Group II Violations Assessed MMP: 6 Other Effluent Violations Assessed MMP: 0 Vlokdions Exempt from MMP: 13 Total Violations Accessed MMP: 6 Mandatory Minimum Penalty a (6 Serious Violations ♦ 1 Non-Serious Violations) x $3,000 = $18,000 EXHIBIT C City of Ukiah August 13, 2015 North Coast Regional Water Quality Control Board Attn: Cecile Morris 5550 Skylane Blvd, Suite A Santa Rosa, CA 95403 Transmitted Electronically to: NorthCoastO- waterboards.ca.aov and CMords(aD-waterboards.ca.00v Re: Revised Supplemental Environmental Project (SEP) for Administrative Civil Liability Complaint No R1- 2014 -0058 Dear Ms. Morris, In response to your email dated June 15, 2015, the City respectfully submits the following revised SEP. The City would like to propose a source control study of the collection system to evaluate potential high areas of BOD. This meets the requirements of the SEP Final Policy by performing a study that could benefit surface water quality, and the beneficial uses of water of the State by identifying source identification. The goals for this project will be to issue a Request for Proposals (RFP) to engineering firms for technical assistance. The City is anticipating to include language in the RFP that requires a fixed amount of sample intervals in locations recommended by the selected firm. The City is planning to release the RFP and have proposals due in September with the following project schedule: • September 30, 2015 - Proposals Due • October 21, 2015 - Award Contract • On or before December 1, 2015 — begin sampling and data collection with engineering firm • April 1, 2016 - Receive Draft Plan • April 15, 2016 - Submit comments to Consultant • June 1, 2016 - Receive Final Plan The estimated cost for the Source Control Study is estimated to be $60,000. The City has additional funds budgeted should they be needed. The City will provide reports to the Regional Board identifying progress in regards to the Study. Please let me know if you have questions or would like further information. Sincerely, Ja od L. Thiele Project Analyst 300 Seminary Avenue - Ukiah - CA - 95482 -5400 Phone: (707)463 -6200 - Fax: (707)463 -6204 -www.cityofukiah.com ITEM NO.: 12d MEETING DATE: December 16, 2016 City of, vkiah AGENDA SUMMARY REPORT SUBJECT: REJECT BIDS RECEIVED FOR THE INSTALLATION OF REPLACEMENT WELL 4 AND NEW WATER WELL 9, SPECIFICATION NO. 14 -05. Summary: City Council will consider rejecting the bids received for the installation of replacement well 4 and new water well 9. Background: On October 21, 2015, Council approved the plans and specifications and directed staff to advertise for bids for the installation of replacement well 4 and new water well 9, Specification No. 14 -05. This project consists of the abandonment of existing well 4, the installation of replacement well 4, monitoring well #MW4A, drilling and potential installation of new well 9, and installation of monitoring well #MW9A. The Purchasing Department released bids on November 5, 2015. The Notice to bidders was published in the Ukiah Daily Journal on November 10th and 17th, 2015. A copy of the notice to bidder was sent to five C -57 Well Drilling Classification Contractors listed on the City's Qualified Bidder's list, as well as the Builders Exchanges. Specifications were also posted on the City's website. A mandatory pre -bid meeting was held on November 19, 2015, with five potential bidders in attendance. Discussion: Bids were received until 2:00 p.m. on Wednesday, December 9, 2015, at which time two bids were received and opened by the City Clerk. The bid tabulation is shown as "Attachment 1". Bids were received from Weeks Drilling & Pump Co. in the amount of $725,040 (attachment #2), and from Norcal Pump & Well Drilling, Inc. in the amount of $1,084,331 (attachment #3). After careful review of the bids received, irregularities were discovered in the bids submitted by both bidders. When considering whether or not an irregularity can be waived, the question is, if the irregularity was waived, would it provide the bidder in question an unfair bidding advantage over the other bidders. With this in mind, it was determined that there was one bid irregularity that could not be waived in the bid that Weeks Drilling & Pump Co. submitted. On their bid proposal, they marked bid items 12 and 25 with double asterisks, referring to a note they wrote on the last page (Please see "attachment #2 ", Page 6). The note states the following, "We agree to follow bid specification but cannot control flow rate, specific capacity and /or hydraulic well efficiency (Reference Public Water Supply Wells Section 33 21 13 — Continued on Paae 2 RECOMMENDED ACTION(S): Reject bids received for Spec No. 14 -05 Installation of Replacement Well 4 and New Well 9 and authorize staff to rebid. ALTERNATIVES: Do not reject bids and provide alternate direction to staff. Citizens advised: N/A Requested by: Tim Eriksen, Public Works Director /City Engineer. Prepared by: Mary Horger, Purchasing Supervisor; and Jarod Thiele, Public Works Project Analyst. Coordinated with: Sean White, Water and Sewer Director; and David Rapport, City Attorney. Presenter: Tim Eriksen, Public Works Director /City Engineer. Attachments: 1) Bid Tabulation, 2) Bid from Weeks, 3) Bid from Norcal, 4) Excerpt from technical specification COUNCIL ACTION DATE: : ❑ Approved ❑ Continued to ❑ Other RECORDS APPROVED: ❑ Agreement: ❑ Resolution: ❑ Ordinance: Vore. Please write Agreement -, in upper right corner of agreement when drafted. Approved: Salre Sangia mo, City Manager Page 2 of 2 Performance Requirements) ". Weeks was referring to a performance requirement in the technical specifications of the bid specification (please see "attachment #4 "). This condition or irregularity, if accepted, would be an unfair bidding advantage over the other bidder, as it does not conform to the technical specifications as written, and would allow for lesser performance requirements than what the other bidder had agreed. Since this is an irregularity that can't be waived, this bid will need to be rejected. Given the price difference between the two bids received, it is staff's recommendation to reject both bids at this time. Staff will perform some slight modifications to incorporate addenda that were issued, as well as the performance concern, and re -bid as soon as possible. FISCAL IMPACT: Budgeted New Appropriation Budget Previous Contract Amount in Source of Funds Account Number Amendment or Purchase Order 15 -16 FY (Title & No.) Required No. 2,900,000 N/A 82224413.80230 PC 15070 and 15074 Yes ❑ No ® N/A Attachment 1 BID RESULTS - SPEC 14 -05 Installation of Replacement Well 4 and New Well 9 Owner: City of Ukiah Bid Opening: 12/09/15 Weeks Drilling & Pump Co Norcal Pump & Well Drilling, Inc. Prepared by Mary Harger, Purchasing Supervisor 6100 HWY 12 Sebastopoll, CA 95472 Bidder Status: Under Review 1325 Barry Road Yuba City, CA 95993 Bidder Status: Under Review BASE BID Item K 11tem Description QTY UOM Unit Prke Total Unit Price Item Total 1 MOBILIZATION DEMOBILIZATION MONITORING WELL MW 4A 1 LS 22,000.00 00.00 24,507.00 24,507.00 2 GENERAL NPDES PERMIT WELL 4 SITE 1 L5 0.00 000 1,50000 1,500.00 3 DRILL MONITORING WELL BORING MW 4A 225 LF 102.00 50 j37,8001 15000 33,7500 4 MONITORING WELL CONSTRUCTION MW 4A 210 LF 180.00 195.00 40,950.00 5 MONITORING WELL DEVELOPMENT MW 4A 1 LS 13,500.00 00.00 12,50 .00 12,500.00 6 MONITORING WELLZONE TESTING MW 4A 1 LS 8,000.00 00.00 18,000.00 7 MOBILIZATION DEMOBILIZATION REPLACEMENT WELL4 1 LS 17,500.00 00.00 $64,710.00 $64,710.00 8 DRILL REPLACEMENT WELL 4 BORING 220 LF $120.00 $26,400.00 $195.00 42,900.00 9 26 -INCH CONDUCTOR CASING REPLACEMENT WELL 4 51 LF $415.00 $21,165.00 $450.00 $22,950.00 10 REPLACEMENT WELL WELL CONSTRUCTION 223 LF 500.00 111,500.00 796.00 5177,508.00 11 REPLACEMENT WELL DEVELOPMENT 1 LS 22,000.00 22,000.00 28,740.00 28,740.00 12 AQUIFER PUMP TESTING REPLACEMENT WELL 4 1 LS 23,000.00 23,000.00 7,400.00 7,400.00 13 ABANDONMENT OF EXISTING WELL AND DEMOLITION 1 LS 23,000.00 23,000.00 64,832.00 64,832.00 14 MOBILIZATION DEMOBILIZATION MONITORING WELL MW 9A 1 LS 543,000.00 $43,000.00 43,421.00 $43,421.00 15 GENERAL NPDES PERMIT WELL 9 SITE 1 LS $0.00 $0.00 $1,500.00 $1,500.00 16 DRILL MONITORING WELL MW 9A BORING 260 LF $96.00 $24,960.00 $150.00 539,000.00 17 MONITORING WELL 9A CONSTRUCTION 263 LF $42,080.00 $195.00 551,285.00 18 MONITORING WELL 9A DEVELOPMENT 1 LS 13,500.00 13,500.00 $15,814.00 $15,814.00 19 MONITORING WELL 9A ZONE TESTING 1 LS 9,000.00 T9, 000.00 18,000.00 $18,000.00 20 MOBILIZATION DEMOBILIZATION NEW WELL9 1 LS 19,000.00 19,000.00 59,874.00 59,874.00 21 IDRILL NEW WELL 9 BORING 260 LF $102.00 $26,520ROU 195.00 50,700.00 22 26 -INCH CONDUCTOR CASING NEW WELL 9 51 LF 415.0 21,165.00 450.00 22,950.00 23 INM WELL9 CONSTRUCTION 260 LF 500.00 130,000.00 790.00 205,400.00 24 NEW WELL 9 DEVELOPMENT 1 LS 23,000.00 23,000.00 28,740.00 28,746.00 25 JAQUIFER PUMP TESTING NEW WELL 1 LS 24,000.00 24,000.00 7,400.00 7,400.00 Total Bid Amount $725,040.00 $1,084,331.00 Listed Subs JOHN PAHLOW CONSTRUCTION 1645 LUDWIG AVENUE SANTA ROSA,CA RENWOOD FENCE CO. 2380 Bluebell Drive Santa Rosa, CA WARREN E. GOMES EXCAVATING 551 Ai RPORT ROAC RIC] VISTA. CA WEST COAST WELL LOGGING PO BOX 2797 RANCHO CORDOVA, CA WIPF CONSTRUCTION PO Box 234 Ukiah, CA 95482 NONE LISTED Attachment 2 CITY OF UKIAH MENDOCINO COUNTY, CALIFORNIA PROPOSAL FOR Installation of Replacement Well 4 and New Well 9 Specification No. 14 -05 The undersigned, as bidder, declares that he or she has examined thoroughly all of the contract documents herein contained, that this proposal is made without collusion with any other person, firm or corporation and that all laws and ordinances relating to the interest of public officers in this contract have been complied with in every respect. AND he or she proposes and agrees, if this proposal is accepted, 1) That he or she will contract with the City of Ukiah, Mendocino County, California, in the form of the copy of the agreement herein contained a) To provide all necessary machinery, tools, apparatus and other means of construction; b) To fumish all materials; c) To provide all superintendence, overhead expenses and all labor and expenses of whatever nature necessary to complete the job in conformity with the specifications and drawings and other contract provisions herein or reasonably implied hereby or as necessary to complete the work in the manner and within the time named herein and according to the requirements and to the reasonable satisfaction of the City Engineer; d) To pay all charges of freight transportation and hauling; 2) That he or she indemnifies the City against any loss or damage arising from any act of the undersigned as Contractor; and 3) That he or she will accept as full payment therefore the following sums: BIDDING SCHEDULE In case of discrepancy between words and figures, the words shall prevail. In any discrepancy between unit prices and extended amounts for a bid item using unit prices (specified unit price multiplied by specified quantity for bid item does not equal the extended amount for the item), the specified unit price will control and will be used by the City to compare bids in selecting the lowest bid and in awarding the contract. If the specified total bid amount does not equal the total of the extended amounts for all bid items, the City will use the total of the extended amounts for each bid item (adjusted, if necessary, so that the extended amount equals the specified unit price multiplied by the specified quantity for that bid item) to compare bids in selecting the lowest bid. The Unit prices for the various Construction Items below include all costs associated with the General Conditions, Special Provisions, Requirements of the Construction Contract, and represent the total, complete, in -place cost for each specific Construction Item in accordance with the Construction Documents, including all elements, work, components, accessories, and connections, shown in applicable details or required to yield a complete, sound, and functional component or system appropriate for its intended function, whether or not such is specifically described or listed in any description of measurement or payment. The total amount of the Construction items below shall represent the total and complete cost of the fully functional Project. All work not specifically listed below be required to complete the work of the contract documents and yield a fully functional project shall be considered as incidental to the various construction items and the cost of such shall be considered as included throughout the various unit prices indicated. Lowest bid will be based on the lowest Base Bid. BASE BID ITEM NO. QUANTITY UNIT DESCRIPTION AND UNIT PRICE BID EXTENDED (in words and in figures) AMOUNT FOR ITEM (in figures) Mobilization /Demobilization Monitoring 1 1 LS Well MW 4A, for the lump sum price of Twenty Two Thousand & no /100 $ 22,000.00 ($22,000.00 ) General NPDES Permit Well 4 Site, for 2 1 LS the lump sum price of $ N/A ($ ) Drill Monitoring Well Boring MW 4A, for 3 225 LF the price per linear foot of One Hundred Two & no /100 $ 22,950.00 ($102.00 ) Monitoring Well Construction MW 4A for 4 210 LF the price per linear foot of One Hundred Eighty & no /100 $ 37,800.00 ($ 180.00 ) M Monitoring Well Development MW 4A, for 5 1 LS the lump sum price of Thirteen Thousand Five Hundred $ 13,500.00 & no /100 ($ 13,500.00 ) Monitoring Well Zone Testing MW 4A, for 6 1 LS the lump sum price of _Eight Thousand & no /100 $ 8,000.00 ($ 8,000.00 ) Mobilization /Demobilization Replacement 7 1 LS Well 4, for the lump sum price of Seventeen Thousand Five Hundred $ 17,500.00 & no /100 ($17,500.00 ) Drill Replacement Well 4 Boring for the 8 220 LF Price per linear foot of One Hundred Twenty & no /100 $ 26,400.00 ($ 29-0-0-1 26 -inch Conductor Casing Replacement 9 51 LF Well 4 for the price per linear foot of Four Hundred Fifteen & no /100 $ 21,165.00 415.00 Replacement Well 4 Well Construction 10 223 LF for the price per linear foot of Five Hundred & no /100 $ 111,500.00 ($ 500.00 ) Replacement Well 4 Development for the 11 1 LS lump sum price of Twenty Two Thousand & no /100 $ 22,000.00 ($ 22,000.00) Aquifer Pump Testing Replacement Well 12 1 LS 4 for the lump sum price of Twenty Three Thousand & no /100 $ 23,000.00 ($ 23,000.00 ) Abandonment of Existing Well 4 and 13 1 LS Demolition for the lump sum price of Twenty Three Thousand & no /100 $ 23,000.00 23,099--00-1— Mobilization /Demobilization Monitoring 14 1 LS Well MW 9A for the lump sum price of _Forty Three Thousand & no /100 $ 43,000.00 ($ 43,000.00) M General NPDES Permit Well 9 Site for 15 1 LS the lump sum price of $ N/A Drill Monitoring Well MW 9A Boring for 16 260 LF the price per linear foot of $ 24,960.00 Ninety Six & no /100 ($ 96.00 ) Monitoring Well 9A Construction for the 17 263 LF price per linear foot of $ 42,080.00 One Hundred Sixty & no /100 ($ 160.00 1 Monitoring Well 9A Development for the 18 1 LS lump sum price of Thirteen Thousand Five Hundred $ 13,500.00 & no /100 ($13,500.00 ) Monitoring Well 9A Zone Testing for the 19 1 LS lump sum price of $ 9,000.00 Nine thousand & no /100 ($ 9,000.00 ) Mobilization /Demobilization New Well 9 20• 1 LS for the lump sum price of $ 19,000.00 Nineteen Thousand & no /100 ($19,000.00 ) Drill New Well 9 Boring for the price per linear foot of $ 26,520.00 21` 260 LF One Hundred Two & no /100 ($ 102.00 ) 26 -inch Conductor Casing New Well 9 for 22` 51 LF the price per linear foot of $ 21,165.00 Four Hundred Fifteen & no /100 415.00 New Well 9 Construction for the price per linear foot of $ 130,000.00 23' 260 LF Five Hundred & no /100 ($ 500.00 ) New Well 9 Development for the lump sum price of $ 23,000.00 24` 1 LS Twenty Three Thousand & no /100 ($ 23,000.00 ) 25* 1 LS Aquifer Pump Testing New Well 9 for the lump sum price of Twenty Four Thousand & no /100 $ 24,000.00 ($ 24,000.00) Total Base Bid Amount in Words: Total Base Bid Amount in Figures: Seven Hundred Twenty Five Thousand $ 725,040.00 Forty and no /100 *Note: Production Well 9 may not be installed if the City, in the exercise of its discretion, determines that the test results from Monitor Well MW 9A do not support the construction of the production Well 9 In addition, there may be a multi -week delay between the installation of Monitor Well MW 9A and the final decision to proceed with new Well 9. The compensation for the bid items marked by an asterisk will not be increased due to any such delay and will not be paid if the City decides not to proceed with new Well 9 and the bid amounts associated with Well 9 will not be part of the Contract (Per Specification Section 01 20 00 — Price and Payment Procedures). We, the undersigned, acknowledge that the City Council has reserved the right to reject any or all bids, and to determine which proposal is, in its opinion, the lowest responsible bid of a responsible bidder and that which it deems in the best interest of the City to accept. We, the undersigned, further agree, if this proposal shall be accepted, to sign the agreement and to furnish the required bonds with satisfactory surety, or sureties, within fifteen (15) calendar days after written notice that the contract is ready for signature; and, if the undersigned shall fail to contract, as aforesaid, it shall be understood that he or she has abandoned the contract and that, therefore, this proposal shall be null and void and the proposal guaranty accompanying this proposal, or the amount of said guaranty, shall be forfeited to and become the property of the City. Otherwise, the proposal guaranty accompanying this proposal shall be returned to the undersigned. Witness our hands this day of 2015. Licensed in accordance with an act providing for the registration of California Contractors License No. 177681 , expiration date 9/30116 THE CONTRACTOR'S LICENSE NUMBER AND EXPIRATION DATE STATED HEREIN ARE MADE UNDER PENALTY OF PERJURY. Department of Industrial Relations Public Works Contractor Registration Number: 1000003541 Signature of bidder or bidders, with business name, address, phone number and fax number: JaJ - < SIGN HERE Weeks Drilling & Pump Co. Phone: 707 - 823 -3184 P.O. Box 176, Sebastopol, Ca. 95473 Fax: 707 - 823 -4258 Notice: In the case of a corporation, give below the addresses of the principal office thereof and names and addresses of the President, Secretary, Treasurer. CEO /President - Chris Thompson Secretary/Treasurer - Phil Thompson 6100 Highway 12, Sebastopol, Ca. 95472 ** Note: We agree to follow bid specification but cannot control flow rate, specific capacity and /or hydraulic well efficiency (Reference Public Water Supply Wells Section 33 21 13 - Performance Requirements). FAIR EMPLOYMENT PRACTICES CERTIFICATION TO:_ City of Ukiah Mendocino County, California The undersigned, in submitting a bid for performing the following work by Contract, hereby certifies that he or she has or will meet the standards of affirmative compliance with the Fair Employment Practices requirements of the Special Provisions contained herein. Installation of Replacement Well 4 and New Well 9 Business Name and Mailing Address: Weeks Drilling & Pump Co. P.O. Box 176 Sebastopol, Ca. 95473 Business Location: 6100 Highway 12 Sebastopol, Ca. 95472 (The bidder shall execute the certification of this page prior to submitting his or her proposal.) Installation of Replacement Well 4 And New Well 9 139 Spec. No. 14 -05 WORKER'S COMPENSATION CERTIFICATE I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for Worker's Compensation or undertake self- insurance in accordance with the provisions of that code and I will comply with such provisions before commencing the performance of the work of this contract. Witness my hand this 9th day of December , 2015 Signature of Bidder, with Business Address: r 6100 Highway 12 Sebastopol, Ca. 95472 Installation of Replacement Well 4 And New Well 9 140 Spec. No. 14 -05 CERTIFICATION OF NONDISCRIMINATION IN EMPLOYMENT The bidder represents that he or she has /has not, participated in a previous contract or subcontract subject to either the equal opportunity clause herein or the clause contained in Section 301 of Executive Order 10925; that he or she has /has not, filed all required compliance reports; and that representations indicating submission of required compliance prior to subcontract awards. Signature and address of Bidder: 6100 Highway 12 Sebastopol, Ca. 95472 (This certification shall be executed by the bidder in accordance with Section 60 -1.6 of the Regulations of the President's Committee on Equal Employment Opportunity for implementing Executive Orders 10925 and 11114.) Installation of Replacement Well 4 And New Well 9 141 Spec No. 14 -05 LIST OF PROPOSED SUBCONTRACTORS In compliance with the provisions of Sections 4100 -4108 of the State Government Code and any amendments thereof, each bidder shall set forth (a) the name and location of the place of business of each subcontractor who will perform work or labor or render service to the Contractor in or about the construction site in an amount in excess of one -half of 1 percent of the total bid and (b) the portion of the work to be done by each subcontractor. Include with the name of each sub - contractor their Department of Industrial Relations Public Works Contractor Registration . Wipf Construction Sitework DIR #1000008057 1300 Hastings Rd, Ukiah John Pahlow Construction Sitework DIR #1000021422 1645 Ludwig Ave, Santa Rosa Warren E. Gomes Excavating, Inc. Fluid Hauling DIR #1000011438 551 Airport Rd, Rio Vista West Coast Well Locoing Services Geophysical DIR #1000003552 P.O. Box 2797, Rancho Cordova Kenwood Fence Co. Fencing DIR #1000010457 2380 Bluebell Drive, Santa Rosa Installation of Replacement Well 4 And New Well 9 142 Spec. No. 14 -05 STATEMENT OF EXPERIENCE BIDDER The bidder is required to state below what work of similar magnitude or character he or she has done and to give references that will enable the City Council to judge of his or her experience, skill and business standing and his or her ability to conduct work as completely and rapidly as required under the terms of the contract. Washington Hospital Healthcare Destruct/Construct New Well 2000 Mowrey Ave, Fremont - John Merriam (323) 314 -3734 City of Petaluma Construct New City Wells - Drill /Develop /Pump Professional Dr & McDowell Blvd, Petaluma - Dan Herrera (707) 778 -4589 Willowbrook Court, Petaluma - Dan Herrera (707) 778 -4589 City of Willits Construct Elias Replacement Well - Drill /Develop 1200 ae►,nfer Plant Rd. Willits - Andrea Trincado (70Z)-9724220 Installation of Replacement Well 4 And New Well 9 143 Spec. No. 14 -05 Accompanying this proposal is SIGNATURES) OF BIDDER a Bidder's Bond (insert the words "cash ($) ", "cashier's check" or "bidder's bond ", as the case may be) in an amount equal to at least 10 percent of the bid. The names of all persons interested in the foregoing proposal as principals are as follows: IMPORTANT NOTICE: If bidder or other interested person is a corporation, provide the legal name of corporation and also the names of the president, secretary, treasurer and manager thereof. If a co- partnership, provide the true name of firm and also the names of all individual co- partners composing the firm. If bidder or other interested person is an individual, provide the first and last names in full. Weeks Drilling & Pump Company CEO /President Chris Thompson Secretary/Treasurer Phillip Thompson Licensed in accordance with an act providing for the registration of Contractors: License No. C -57 177681 , License Expiration Date 9/30/16 Signature(s) of Bidder: e NOTE: If bidder is a corporation, the legal name of the corporation shall be set forth above together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation; if bidder is a co- partnership, the true name of the firm shall be set forth above together with the signature of the partner or partners authorized to sign contracts in behalf of the co- partnership; and if bidder is an individual, his or her signature shall be placed above. If a member of a partnership, a Power of Attorney must be on file with the Department prior to opening bids or submitted with the bid; otherwise, the bid will be disregarded as irregular and unauthorized. Business address: 6100 Highway 12 Sebastopol, Ca. 95472 Place of residence: Same as above Dated: 1 ?-A,9\\-45— Installation of Replacement Well 4 And New Well 9 144 Spec. No. 14 -05 NON - COLLUSION AFFIDAVIT Note: Bidder shall execute the affidavit on this page prior to submitting his or her bid. To City Council, City of Ukiah: The undersigned in submitting a bid for performing INSTALLATION OF REPLACEMENT WELL 4 AND NEW WELL 9 by contract, being duly sworn, deposes and says: that he or she has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such contract. ure(s) of Bier Business Address: 6100 Highway 12 Sebastopol, Ca. 95472 Place of Residence: Same as above NOTARIZATION Subscribed and sworn to before me this day of , 201_ Notary Public in and for the County of , State of California. My Commission Expires 1201 _ t� Installation of Replacement Well 4 And New Well 9 146 Spec No. 14-05 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 INxH�,O . �a+ntm:Wn�,,�.= .nasrrrt ��nx�;�y; ., .^ w. �. �. n�nrq�r .✓.- .,�.w.�uRSro�nsc�acn,� _ trn . � — + � _ � 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 Califomia ) County of On r , 2i`5 before me, �� C UI Y t-I fluk I Date Here Insert Name and Titl of the Officer personally appeared _OAAL[S :10OVY4 4S Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. KATHRYN OAINELB Commiseion # 2098334 Notary Pub Nc - CNHornh Sonoma County • My Comm. E M Jon 9, f019 I certify 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. Signature - .0p, - `'�D 1X �- Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attomey in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General • Individual ❑ Attorney in Fact • Trustee ❑ Guardian or Conservator • Other: Signer Is Representing: 02014 National Notary Association • www.NationalNotary.org • 1- 800 -US NOTARY (1- 800 - 876 -6827) Item #5907 CITY OF UKIAH Mendocino County, California BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, Weeks Drilling & Pump Company Nationwide Mutual Insurance Company , as PRINCIPAL and as SURETY, are held and firmly bound unto the City of Ukiah in the penal sum of 10 PERCENT OF THE TOTAL AMOUNT OF THE BID of the Principal above named, submitted by said Principal to the City of Ukiah, as the case may be, for the work described below, for the payment of which sum in lawful money of the United States, well and truly to be made, to the City Clerk to which said bid was submitted, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. In no case shall the liability of the surety hereunder exceed the sum of $ —Ten Percent (10 %) of the Total Amount Bid— THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas the Principal has submitted the above mentioned bid to the City of Ukiah, as aforesaid, for certain construction specifically described as follows, for which bids are to be opened at the Office of the City Clerk, Ukiah Civic Center, Ukiah, California, on December 9, 2015 for INSTALLATION OF REPLACEMENT WELL 4 AND NEW WELL 9. NOW, THEREFORE, If the aforesaid Principal is awarded the contract and, within the time and manner required under the specifications, after the prescribed forms are presented to him or her for signatures, enters into a written contract, in the prescribed form, in accordance with the bid and files two bonds with the City of Ukiah, one to guarantee faithful performance and the other to guarantee payment for labor and materials, as required by law, then this obligation shall be null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF, we have hereunto set our hands and seals on this 8th day of December , A.D. 20 15. Weeks Drilling & Pump Company (Seal) By: (Seal) r r r (Seal) Principal Nationwide VW41 Inprance Company tsean By: Surety Address: Nationwide Mutual Insurance Company 1100 Locust St., Dept 2006 Des Moines, IA 50391 -2006 Installatlon of Replacement Well 4 And New Well 9 145 Spec. No. 14 -05 ACKNOWLEDGMENT 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 County of SONOMA On December 8, 2015 before me, MARY DAVERIN, Notary Public (insert name and title of the officer) personally appeared Jennifer Lelouarn, Attorney -In -Fact who proved to me on the basis of satisfactory evidence to be the person(e) whose name(s) is /afe subscribed to the within instrument and acknowledged to me that #e /she /they executed the same in Is4/herAJ4& authorized capacity(ies), and that by #is /her /theif signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify 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. Signature MARY DAVERIN Commission # 2053517 a . "O % Notary Public - California Z 'V Sonoma County My Comm Expires Jan 22, 2018 KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company, an Ohio corporation Farmland Mutual Insurance Company, an Iowa corporation Nationwide Agribusiness Insurance Company, an Iowa corporation Power of Attorney AMCO Insurance Company, an Iowa corporation Allied Property and Casualty Insurance Company, an Iowa corporation Depositors Insurance Company, an Iowa corporation hereinafter referred to severally as the "Company" and collectively as the "Companies," each does hereby make, constitute and appoint: PAUL RAMATICI JENNIFER A. LELOUARN PETALUMA CA each in their individual capacity, its true and lawful attorney- in -fact, with full power and authority to sign, seal, and execute on its behalf any and all bonds and undertakings, and other obligatory Instruments of similar nature, in penalties not exceeding the sum of ONE MILLION FIVE HUNDRED THOUSAND AND NO 1100 DOLLARS S 1 ,500,000.00 and to bind the Company thereby, as fully and to the same extent as If such instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: "RESOLVED, that the president, or any vice president be, and each hereby Is, authorized and empowered to appoint attorneys -in -fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recogrrzances, transfers, contracts of Indemnity, policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other writings obligatory in nature that the business of the Company may require; and to modify or revoke, with or without cause, any such appointment or authority; provided, however, that the authority granted hereby shall In no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company." -RESOLVED FURTHER, that such attorneys -in -fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them, and to affix the seal of the Company thereto: provided, however, that said seal shall not be necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents, Instruments, contracts, or other papers in connection with the operation of the business of the company in addition to the chairman of the board, the chief executive officer, president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved, or stamped on any approved document, contract, Instrument, or other papers of the Company. IN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duly attested by the signature of Its officer the 1 r day of February .2014. 4a), I� ����\ �j +� / S/ I:.!'•' °40.x' / 0 Terrance Williams, President and Chief Operating Officer of Nationwide Agribusiness Insurance Company and Farmland Mutual Insurance Company; and Vice President of Nationwide Mutual Insurance Company, 0 S� y /,:SEALi AMCO Insurance Company, Allied Property and Casualty Insurance Company, and Depositors Insurance Company ,a40 � �• �, �� '.� ACKNOWLEDGMENT STATE OF IOWA, COUNTY OF POLK: • ss On this 13'h day of February 2014, before me came the above -named officer for the Companies aforesaid, to /,:SEAT.; + /:SF.Aj,� me personally known to be the officer described in and who executed the instrument, he / * "•. preceding and acknowledged the execution of the same, being by me duly deposes ,� and sworn, and says, that he is the officer Companies of the aforesaid, that the seals affixed hereto are the corporate seals of said Companies, and the said corporate seals and his signature were duly affixed and subscribed to said Incstrruumentbythe authority and .�\ .�v�°\ �aT' raw,' +, direction of said Companies. Sandy Min / f or :� SEAL' / SEAL Commlq / = , / VIN.. ,,\� � ton Namhcr 13278.5 My Cnmmitvton Expires March, 24, 2017 Notary Public My Commission Expires CERTIFICATE March 24, 2017 I, Robert W Horner III, Secretary of the Companies, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney issued by the Company; thatthe resolution Included therein is a true and correct transcript from the minutes of the meetings of the boards of directorsand the same has notbeen revoked or amended in any manner; that said Terrance Williams was on the date of the execution of the foregoing power of attorney the duly elected officer of the Companies, and the corporate seals and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board of directors; andthe foregoing power of attorney is still in full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the corporate seals of said Companies this 8th day of`7ecember Secretary This Power of Attorney Expires 07/31/17 BDJ 1(03 -14) 00 07141 Attachment 3 CITY OF UKIAH MENDOCINO COUNTY, CALIFORNIA PROPOSAL FOR Installation of Replacement Well 4 and New Well 9 Specification No. 14-05 The undersigned, as bidder, declares that he or she has examined thoroughly all of the contract documents herein contained, that this proposal is made without collusion with any other person, firm or corporation and that all laws and ordinances relating to the interest of public officers in this contract have been complied with in every respect. AND he or she proposes and agrees, if this proposal is accepted, 1) That he or she will contract with the City of Ukiah, Mendocino County, California, in the form of the copy of the agreement herein contained a) To provide all necessary machinery, tools, apparatus and other means of construction; b) To furnish all materials; c) To provide all superintendence, overhead expenses and all labor and expenses of whatever nature necessary to complete the job in conformity with the specifications and drawings and other contract provisions herein or reasonably Implied hereby or as necessary to complete the work In the manner and within the time named herein and according to the requirements and to the reasonable satisfaction of the City Engineer, d) To pay all charges of freight transportation and hauling; 2) That he or she indemnifies the City against any loss or damage arising from any act of the undersigned as Contractor, and 3) That he or she will accept as full payment therefore the following sums: BIDDING SCHEDULE In case of discrepancy between words and figures, the words shall prevail. In any discrepancy between unit Prices and extended amounts for a bid item using unit prices (specified unit price multiplied by specified quantity for bid item does not equal the extended amount for the item), the specified unit price will control and will be used by the City to compare bids in selecting the lowest bid and in awarding the contract If the specified total bid amount does not equal the total of the extended amounts for all bid items, the City will use the total of the extended amounts for each bid item (adjusted, if necessary, so that the extended amount equals the specified unit price multiplied by the specified quantity for that bid item) to compare bids in selecting the lowest bid. The Unit prices for the various Construction Items below Include all costs associated with the General Conditions, Special Provisions, Requirements of the Construction Contract, and represent the total, complete, in -place cost for each specific Construction Item in accordance with the Construction Documents, including all elements, work, components, accessories, and connections, shown in applicable details or required to yield a complete, sound, and functional component or system appropriate for its intended function, whether or not such is specifically described or listed In any description of measurement or payment The total amount of the Construction items below shall represent the total and complete cost of the fully functional Project. All work not specifically listed below be required to complete the work of the contract documents and yield a fully functional project shall be considered as incidental to the various construction items and the cost of such shall be considered as included throughout the various unit prices indicated. Lowest bid will be based on the lowest Base Bid. BASE BID ITEM NO. QUANTITY UNIT DESCRIPTION AND UNIT PRICE BID On words and in figures) EXTENDED AMOUNT FOR ITEM (in figures) 1 1 LS Mobilization/Demobilization Monitoring Well MW 4A, for the lump sum price of Twenty Four Thousand $ 24507. Five Hundred Seven (&_24507. General NPDES Permit Well 4 Site, for 2 1 LS the lump sum price of Fifteen Hundred $ 1500. ($1500. Drill Monitoring Well Boring MW 4A, for 3 225 LF the price per linear foot of One Hundred Fifty $33750. ($150. Monitoring Well Construction MW 4A for 4 210 LF the price per linear foot of One Hundred Ninety Five $ 40950. ($ 195. Hundred Twenty One ($43421. Monitoring Well Development MW 4A, for 5 1 LS the lump sum price of Twelve Thousand Five Hundred $ 12500• ($12500 Monitoring Well Zone Testing MW 4A, for 6 1 LS the lump sum price of Eighteen Thousand $ 18000. ($ 18000. Mobilization /Demobilization Replacement 7 1 LS Well 4, for the lump sum price of Sixty Four Thousand $64710. Seven Hundred Ten (s 64710. 1 Drill Replacement Well 4 Boring for the g 220 LF price per linear foot of One Hundred Ninety Five $ 42900. ($ 195. 26 -inch Conductor Casing Replacement 9 61 LF Well 4 for the price er linear foot of Four Hundred Fif y $ 22950. 450. Replacement Well 4 Well Construction 10 223 LF for the price per linear foot of Seven Hundred Ninety Six $177508. ($796. Replacement Well 4 Development for the 11 1 LS luTwenty�E price Seven $ 28740. Hundred Forty (s 28790. Aquifer Pump Testing Replacement Well 12 1 LS 4 for the lumg sum a pf Seventy F H ur e $ 7400. (s 7400. Abandonment of Uisting Well 4 and 13 1 LS Demolition for the lump sum price of Sixty Four Thousand Eight $ 64832. Hundred Thirty Two S64832. Mobilization /Demobilization Monitoring 14 1 LS Well MW 9A for the lump sum price of $ 43421. Forty Three Thousand Four Hundred Twenty One ($43421. 15 1 LS General NPDES Permit Well 9 Site for the lump sum price of Fifteen Hundred $1500. ($1500. ) 16 260 LF Drill Monitoring Well MW 9A Boring for the One HundrednFifty OtOf $ 39000. 17 263 LF Monitoring Well 9A Construction for the price per linear foot of One Hundred Ninety Five 51285 $ ($ 195. 18 1 LS Monitoring Well 9A Development for the lump sum price of Fifteen Thousand Eight Hundred $ 15814. 18000. $ Fourteen ($15814. ) 19 1 LS Monitoring Well 9A Zone Testing for the lump sum price of Eighteen Thousand ($18000. ) 20` 1 LS Mobilization/Demobilization New Well 9 for the lump sum price of Fifty Nine Thousand Eight $ 59874. Hundred Seventy Four ($59874. ) 21' 260 LF Drill New Well 9 Boring for the price per linear foot of One Hundred Ninety Five $ 50700. ($195. 22` 51 LF 26 -inch Conductor Casing New Well 9 for the price per linear foot of Four Hundred Fifty $ 22950. 950. 23' 260 LF New Well 9 Construction for the price per linear foot of Seven Hundred Ninety $ 205400. ($ 790. ) 24` 1 LS New Well 9 Development for the lump sum price of Twenty Eight Thousand Seven $28740. Hundred Forty (s28740. ) 25 I 1 I (Aquifer Pump Testing New Well 9 for the lump sum price of $ 7400. LS Seven Thousand Four Hundred ($ 7400. Total Base Bid Amount in Words: Total Base Bid Amount One Million Eighty Four Thousand in Figures: Three Hundred Thirty One I $1,084,331. 'Note: Production Weli 9 may not be installed if the Citv in the exercise of its discretion tarm neS that the test results from Mondor Well MW 9A do not support the construction of the production Well 9 In 90ftn. there may be a multi week delay between the Installation of Monitor Well MW 9A and the final decision to proceed with new WPu p Tho r.,,.,nan —.,— f—&&.- L.-] —__. . . _. 20 00 — Price and Payment Procedures). We, the undersigned, acknowledge that the City Council has reserved the right to reject any or all bids, and to determine which proposal is, in its opinion, the lowest responsible bid of a responsible bidder and that which it deems in the best interest of the City to accept We, the undersigned, further agree, if this proposal shall be accepted, to sign the agreement and to furnish the required bonds with satisfactory surety, or sureties, within fifteen (15) calendar days after written notice that the contract is ready for signature; and, If the undersigned shall fail to contract, as aforesaid, it shall be understood that he or she has abandoned the contract and that, therefore, this proposal shall be null and void and the proposal guaranty accompanying this proposal, or the amount of said guaranty, shall be forfeited to and become the property of the City. Otherwise, the proposal guaranty accompanying this proposal shall be returned to the undersigned. Witness our hands this day of December 8 20 15 Licensed in accordance with an act providing for for the registration of California Contractors License No 908591 expiration date 1/3 THE CONTRACTOR'S LICENSE NUMBER AND EXPIRATION DATE STATED HEREIN ARE MADE UNDER PENALTY OF PERJURY. Department of Industrial Relations Public Works Contractor Registration Number. 1000012947 Signature of bidder or bidders, with business name, address, phone number and fax number. < SIGN HERE Nor -Cal Pump and Well Drilling 1325 Barry Road Yuba City, CA 95993 Phone 530 - 674 -5861 Fax 530 - 674 -1525 Notice: In the case of a corporation, give below the addresses of the principal office thereof and names and addresses of the President, Secretary, Treasurer. 1325 Barry Road Yuba City, CA 95993 Nar Heer - President,Treasurer Harkrishan Heer Vice President Secretary FAIR EMPLOYMENT PRACTICES CERTIFICATION TO: City of Ukiah The undersigned, in submitting a bid for performing the following work by Contract, hereby certifies that he or she has or will meet the standards of affirmative compliance with the Fair Employment Practices requirements of the Special Provisions contained herein. Installation of Replacement Well 4 and New Well 9 (Signature of Bidder) y Business Name and Mailing Address: Nor -Cal Pump and Well Drilling 1325 Barry Road Yuba City, CA 95993 Business Location: 1325 Barry Road Yuba City, CA 95993 (The bidder shall execute the certification of this page prior to submitting his or her proposal.) Installatlon of Replacement Well 4 And New Well 9 139 Spec. No 14-05 WORKER'S COMPENSATION CERTIFICATE I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be Insured against liability for Worker's Compensation or undertake self- insurance in accordance with the provisions of that code and I will comply with such provisions before commencing the performance of the work of this contract. Witness my hand this 8th day of December 201 5 Sig ature of Bidder, with Business Address: Nor -Cal Pump and Well Drilling 1325 Barry Road Yuba City, CA 95993 Installeflon of Replacement Well 4 And New Well 9 140 Spec No 14-05 CERTIFICATION OF NONDISCRIMINATION IN EMPLOYMENT The bidder represents that he or she has/has not, participated In a previous contract or subcontract subject to either the equal opportunity clause herein or the clause contained in Section 301 of Executive Order 10925; that he or she has/has not, filed all required compliance reports; and that representations indicating submission of required compliance prior to subcontract awards. Signature and address of Bidder: Date 12/08/2015 Nor -Cal Pump and Well Drilling 1325 Barry Road Yuba City, CA 95997 (This certification shall be executed by the bidder in accordance with Section 60 -1.6 of the Regulations of the President's Committee on Equal Employment Opportunityfor implementing Executive Orders 10925 and 11114.) Installation of Replacement Well 4 And New Well 9 141 Speer No 14-05 LIST OF PROPOSED SUBCONTRACTORS In compliance with the provisions of Sections 4100-4108 of the State Government Code and any amendments thereof, each bidder shall set forth (a) the name and location of the place of business of each subcontractor who will perform work or labor or render service to the Contractor in or about the construction site in an amount in excess of one -half of 1 percent of the total bid and (b) the portion of the work to be done by each subcontractor. Include With the name of each sub - contractor their Department of Industrial Relations Public Works Contractor Registmilon Number None Installation of Replacement Well 4 And New Well 9 142 Spec. No. 14-05 STATEMENT OF EXPERIENCE BIDDER The bidder is required to state below what work of similar magnitude or character he or she has done and to give references that will enable the City Council to judge of his or her experience, skill and business standing and his or her ability to conduct work as completely and rapidly as required under the terms of the contract Installation of Replacement Well 4 And New Well 9 143 Spec. No. 14-05 Nor -Cal Pump & Well Drilling, Inc_. List of Experience & Qualifications Project Name: Reclamation District #784 Location: 1594 Broadway Rd. Contact Person/Phone #: John Mallen- MHM Engineering 530- 742 -6485 Start Date: 05115/2015 End Date: 08/20/2015 Scope of Work: Relief Well Pump Testing Project Cost: $256,000.00 Project Name: Live Oak Soccer Park Location: Ida St. Live Oak, CA Contact Person/Phone #: Shawn Rohrbacker- Melton Design Group Start Date: 05/12/2014 End Date: 08/27/14 Scope of Work: Well & Pump Installation Project Cost: $179,282.00 Project Name: Ducks Unlimited Location: 3074 Gold canal Dr. Contact Person/Phone #: Jessee Ross, D. E. Engineering- 916- 852 -2000 Start Date: 06/05/14 End Date: 09/22/2014 Scope of Work: Grey Lodge Wildlife Area Wetland Enhancement Well. Project Cost: $189,000.00 Project Name: City Of Manteca Location: 1001 W. Center St. Suite E Contact Person/Phone #: Fernando Lilloa, P.E. Engineer- 5209- 456 -8427 Start Date: 07/02/14 End Date: 10/18/2014 Scope of Work: Drilling, Casing, Developing Project Cost: $489,850.00 Project Name: Yuba City Unified school District Location: Yuba City, CA Contact Person/Phone #: Julie A. Smith (Wood Roger Inc.) 916- 341 -7760 Start Date: 09/22/2013 End Date: 12/18/2013 Scope of Work: Construction & Testing Well Project Cost: $46,007.00 Project Name: Red Bluff Pumping Plant- WBB #305 Project #: Bureau of Reclamation Location: Red Bluff, CA Contact Person/Phone #: Bureau O Reclamation 916 - 979 -2180 Start Date: 05/20/2011 End Date: 08/30/2011 Engineer: Bill Spoon - 530 -527 -0023 Phone #: 530 -527 -0023 Scope of Work: Installation of (7) Dewatering Wells to avoid contamination of Fish Ladder passage during construction Project Cost: 32,596.00 Project Name: Trust Well FLH — Butte Co. Housing Authority Project #: Butte County Housing Authority Location: Gridley, CA -- Butte County Contact Person/Phone #: Ken Worster- 530- 204 -5214 Start Date: 01/26/2011 End Date: 04/30/2011 Engineer: Brown & Cladwell Phone #: 530- 204 -5214 Scope of Work: Drilling, Development & Installation of Test Well Project Cost: N/A Project Name: USDA Well Rehabilitation Project Project #: City of Biggs Location: Biggs, CA Contact Person/Phone #: City of Biggs- 530 -868 -5493 Start Date: 06/05/2010 End Date: 09/10/2010 Engineer: California Engineering, G. Michael Vasquez Phone #: 530- 751 -0952 Scope of Work: Drilling, Development, Installation, Testing & Well Rehabilitation, Install Hydro- Pneumatic Tank & Upgrade existing Electrical Controls Project Cost: $537,676.00 Project Name: S.A.F.C.A: #4007, Levee Improvement Project (McGuire & Hester) Project #: Sacramento Flood Control Agency Location: Garden Hwy, Nicolaus & Sacramento, CA Contact Person/Phone #: S.A.F.C.A. — 916- 874 -7606 Start Date: 01/03/2010 End Date: 04/01/2010 Engineer: Parsons Brinkerhoff -Janice Reynolds Phone #: 916 -567 -2592 Scope of Work: Drilling, Development & Pump Installation of (2) — 16" Water Wells Project Cost: 721,486.95 Project Name: 09 -001— Monitoring Well - WWTP Project #: City of Yuba City, CA Location: Northgate Blvd., Yuba City, CA Contact Person/Phone #: Ian Pietz/ John Greathouse- 530- 822 -7685 Start Date: 07/12/2009 End Date: 10/16/2009 Engineer: Ian Pietz- Phone #: 530- 822 -7685 Scope of Work: Drilling, Development & Installation of Monitoring Well for City's water Supply Project Cost: 65,000.00 Project Name: City of Merced- Well #19 Project #: Parsons Ave. Merced, CA Location: Merced, CA Contact Person/Phone #: Maria Nannette Suico, Assistant Engineer- 209 - 385 -6219 Start Date: 01/18/2009 End Date: 04/24/2009 Engineer: Kenneth D Schmidt & Associates- Cheryl Lassotovitch Phone #: 559- 285 -4310 Scope of Work: Drilling, Development & Testing of a 16 ", 620' Municipal Water Well Project Cost: $360,300.00 Project Name: Cal - Trans /CC Myers Project # Rte. 5/50 Project Location: Sacramento Contact Person/Phone #: Fred Velasco (916) 919 -2430 Start Date: 07/2008 End Date: 11 -10 -2008 Engineer: CC Myers Phone #: (916) 919 -2430 Address: Scope of Work: Drilling, Developing. Casing Project Cost: $357,000 Project Name: City of Stockton -Well 1OR Project #: Well l OR Location: Stockton Contact Person/Phone M Bobby Mamsaang or Ali Gharegozloo Start Date: 02/14/2008 End Date: 10/31/2008 Engineer: Ali Gharegozloo Phone M (209) 937 -8753 Address: 2600 Navy Drive, Stockton, CA Scope of Work: Drilling, Casing, Developing 20" Well Project Cost: $1.2 million Project Name: Woodside Homes Project M Woodside Homes Location: Linda, CA Contact Person/Phone #: Andrew Zinniger (916) 608 -9600 Start Date: 04/2006 End Date: 08/2006 Scope of Work: Well Development, Drilling, Casing Project Cost: $276,819 Project Name: CalTrans- Dunnigan Project #: 03A1212 — 03- Yol -5 -KP 26.41 Project Address: Dunnigan, CA Location: Dunnigan, CA Contact Person/Phone #: Narayan (916) 263 -5652 Start Date: 6/2006 End Date: 9/2006 Engineer: Narayan P. Slewal Phone #: (916) 263 -5652 Address: 3951 Performance Drive, Suite E, Sacramento, CA 95838 Scope of Work: Well and Water System development Project Cost: $120,000 Project Name: Weller Brothers Project #: Weller Brothers, Colusa Location: Colusa, CA Contact Person/Phone #: Buck Weller -(530) 624 -4421 Start Date: 03/2008 End Date: 05/30/2008 Scope of Work: Drilling, Developing/Installation of Pump Project Cost: $90,000 Project Name: Villa Ticino Project -City of Manteca Project #: Project Address: East of Geneva & Louise, CA 95827 Location: Manteca, CA Contact Person/Phone #: Keith Conarroe -(209) 825 -2577 Start Date: 09/2006 End Date: 11 /2006 Engineer: Keith Conarroe Associate Civil Engineer, City of Manteca Phone #: (209) 825 -2577 Address: 1001 West Center St., Manteca, CA 95337 Scope of Work: Drill a 12" diameter test hole to a depth of 600'. Project Name: Bear River Setback Levee Construction Project Project #: PH3- 2005 -06 -02 Location: Erle Rd., Yuba County Contact Person/Phone #: John Hick @ Nordic Industries -(530) 742 -7124 Start Date: 04/2006 End Date: 10/2006 Engineer: GEI Consultants Address: 2201 Broadway, Ste. #321, Oakland, CA 94612 Scope of Work: Levee Construction & Repair Project Project Name: Sutter Extension Water District I & II Project #: Contract #E90027 Location: I -off of Franklin Rd. -Yuba City & II -off Butte House Rd.- Yuba City Contact Person/Phone #: Lynn Russell -(530) 673 -7138 Start Date: 11/2006 End Date: 01/2007 Engineer: GEI Consultants Address: 2201 Broadway, Ste. #321, Oakland, CA 94612 Scope of Work: Construction & Development of (2) -20" gravel packed 610' Production Test Wells Project Name: City of Redding -Test Well No. EW -25 Project #: 2285 -30 Location: 3401 Knighton Rd., Redding, CA Contact Person/Phone #: Barry Tippin -(530) 225 -4170 Start Date: End Date: August 2006 Engineer: City of Redding - Engineering Department Phone #: (530) 225 -4170 Address: 777 Cypress Ave., Redding, CA 96049 Scope of Work: Construction & Development of a 5 ", gravel pack, 500' Test Well Project Name: City of Cottonwood -Rio Alto Water District - Construction of Municipal Water Well No. 5 Project #: #7224 Location: 22131 Lake California Drive, Cottonwood, CA 96022 Contact Person/Phone #: Roger Shergill -(530) 347 -3835 Start Date: End Date: May 2002 Engineer: Ray Rolls of Rolls, Anderson & Rolls Phone #: (530) 895 -1422 Address: 115 Yellow Stone Drive, Chico, CA 95973 Scope of Work: Construction & Development of a 16 ", gravel pack, 650' Municipal Well Project Cost: Project Name: Linda County Water District - Edgewater Ranch Development, Water Test Hole Drilling, Testing & Abandonment Project #: #022522.00 Location: 1280 Scales Rd., Linda, CA 95901 Contact Person/Phone #: Doug Lofton -(530) 743 -2043 Start Date: End Date: October 2002 Engineer: Keith Durkin & Mike Godinho - Kennedy @ Jenks Construction Phone #: (916) 362 -3251 Address: 3336 Bradshaw Road, Suite 140, Sacramento, CA 95827 Scope of Work: Construction & Development of a 20 ", gravel pack, 650' Municipal Well Project Name: Plumas Lake - Construction of New Wells Project #: Plumas Lake -New Wells Location: 735 Sunrise Ave., Suite 155, Roseville, CA 95661 -4568 Contact Person/Phone #: Ken McDermott-(9l 6) 772 -3680 Start Date: End Date: December 2002 Engineer: Ken Worster @ Brown & Caldwell Phone #: (530) 747 -0650 x114 Address: 202 Cousteau Place, Suite 170, Davis, CA 95616 Scope of Work: Construction & Development of (2) 16 ", gravel pack, 600' Municipal Wells Project Name: Sacrmento Regional County Sanitation District- Natomas Pumping Station Project #: #3687 Location: Public Works Agency -827 71h Street, Room 304, Sacramento, CA 95814 Contact Person/Phone #: Allen Brenenstall -(916) 874 -7959 Start Date: End Date: November 2002 Engineer: Elizabeth Velasco Phone #: (916) 875 -2700 Address: 3030 Explorer Drive, Suite 5, Sacramento, CA 95827 Scope of Work: Construction & Development of a 16 ", gravel pack, 600' Municipal Well Project Name: City of Sacramento- Aaggin Oaks Drainage/Irrigation Project -Well 48 Replacement Project #: #01356 Location: 1391 35`h Ave., Sacramento, CA 95822 Contact Person/Phone #: Dan Arnold -(916) 804 -2758 Start Date: End Date: March 2000 Engineer: Alex Peterson @ Kennedy/ Jenks Consultants Phone #: (916) 362 -3251 Address: 3336 Bradshaw Rd., Suite 140, Sacramento, CA 95827 Scope of Work: Construction & Development of a 16 ", gravel pack, 400' Municipal Well Project Name: Sacramento County Sewer Plant -Water System Improvement, Phase I Project #: #FCC1 03 -02 Location: 639 E. Lockford St., Lodi, CA 95240 -2406 Contact Person/Phone #: Nick Jones @ Ford Construction -(209) 333 -1116 Start Date: End Date: March 2002 Engineer: Kennedy /Jenks Consultants Phone #: (916) 362 -3251 Address: 5190 Neal Road, Suite 210, Reno, NV 89502 Scope of Work: Construction & Development of a 16 ", gravel pack, 400' Municipal Well Project Name: Oakland Metropolitan Golf Course Project #: Location: 9 Stone Tree Lane, Suite A, Novato, CA 94945 Contact Person/Phone #: Kristine Freitas -(415) 209 -1173 Start Date: End Date: June 2002 Engineer: Jim Ulrick @ Ulrick & Associates Phone #: (510) 848 -3721 Address: 1400 Grand View Drive, Berkley, CA 94705 Scope of Work: Construction & Development of a 12 ", gravel pack, 640' Municipal Well and Installation of Pump System Project Name: City of Petaluma Project #: #9795 Location: 202 N. McDowell Blvd., Petaluma, CA 94954 Contact Person/Phone #: T.J. Wood (707) 778 -4392 Start Date: End Date: March 2002 Engineer: N/A Phone #: N/A Address: NIA Scope of Work: Construction & Development of (3) approximate 500' Municipal Wells & Destruction Project Name: Stinson Beach - Construction of Replacement Well Project #: Location: 3785 Shoreline Hwy, Stinson Beach, CA 94970 Contact Person/Phone #: Start Date: End Date: March 2003 Engineer: David Abbott @ Todd Engineers Phone #: (510) 595 -2120 x 106 Address: 2200 Powell Street, Suite 225, Emeryville, CA 94608 -1809 Scope of Work: Construction & Development of a 12", 67' (Special Type) Well Project Cost: Project Name: City of Porterville Project #: #97/98 -1306 Location: 555 North Prospect, Porterville, CA 93257 Contact Person/Phone #: Richard Bartlett Start Date: End Date: May 2002 Engineer: Richard Bartlett Phone #: (559) 782 -7520 Address: 555 North Prospect, Porterville, CA 93257 Scope of Work: Construction & Development Project Cost: Project Name: Franklin High School/Toby Middle School Project #: 31 -00 -101 Location: Lathrop/Roebbelen 6400 Poppy ridge Road, Elk Grove, CA 95758 Contact Person/Phone #: Robert McClean-(916) 691 -9014 Start Date: End Date: January 2002 Engineer: Pat Dunn @ Jacobson Helgoth Consultants Phone #: (916) 985 -3353 Address: 718 Sutter Street, Suite 208, Folsom, CA 95630 Scope of Work: Construction & Development of a 16 ", gravel, 400' Municipal Well Project Cost: Project Name: City of Redding- Construction of Well #'s 12 & 13 Project #: 2129 Location: 777 Cypress Avenue, Redding, CA 96001-2718 Contact Person/Phone #: Williams J. Goodwin -(530) 225 -4170 Start Date: End Date: June 2000 Engineer: Bonnie Lampley- Lawrence & Associates Phone #: (530) 244 -9703 Address: 2001 Market Street, Room 253, Redding, CA 96001 -1927 Scope of Work: Construction & Development of (2) 16 ", gravel pack, 600' Municipal Wells Project Cost: Project Name: City of Anderson Project #: #27.15 Location: 1887 Howard Street, Anderson, CA 96007 Contact Person/Phone #: Rich Barcus -(530) 378 -6640 Start Date: End Date: June 2002 Engineer: Bruce Crom -Pace Civil Engineers, Inc. Phone #: (530) 244 -0202 Address: 1730 South Street, Redding, CA 96001 Scope of Work: Construction & Development of a 14 ", gravel pack, 400' Municipal Well Project Cost: Project Name: City of Red Bluff- Municipal Well No. 6 Project #: City Account # 50- 50- 531 -551 -(559) Location: 555 Washington Street, Red Bluff, CA 96080 Contact Person/Phone #: Tim Wood -(530) 527 -2605 Start Date: End Date: May 1998 Engineer: Public Works Phone #: (530) 527 -2605 Address: 555 Washington Street, Red Bluff, CA 96080 Scope of Work: Construction & Development of a 12 ", gravel pack, 400' Municipal Well and Pump System Project Cost: Project Name: City of Gerber - Gerber Water Project -Phase I Project #: #575.32A Location: 327 San Benito Ave., Gerber, CA 96035 Contact Person/Phone #: Start Date: End Date: February 1999 Engineer: Sam Smith Phone #: (530) 244 -0202 Address: 1730 South Street, Redding, CA 96001 Scope of Work: Construction & Development of a 12 ", gravel pack, 400' Municipal Well & Pump System Project Cost: Project Name: Chico Unified School District -Well Modification at Chico High School, Well No. 45 Project #: Bid# 104 -98 -99 Location: 2455 Carmichael Drive, Chico, CA 95928 Contact Person/Phone #:Kip Hansen -(530) 891 -3095 Start Date: End Date: 03/05/1999 Engineer: Bill Bergmann - Kleinfelder Phone #: (530) 224 -7203 Address: 1522 Charles Drive, Redding, CA 96003 Scope of Work: Repair Existing Well Project Cost: Project Name: City of Stockton - Construction, Development & Testing of Water Well SSS #8, Project Mud 99 -06 Project #: #SSS #8 Project Mud 99 -06 Location: Dept. of Municipal Utilities, 2500 N Accompanying this proposal is SIGNATUREW OF BIDDER bidders bond (insert the words "cash ($) ", "cashier's check" or "bidder's bond', as the case may be) in an amount equal to at least 10 percent of the bid. The names of all persons interested in the foregoing proposal as principals are as follows. IMPORTANT NOTICE: If bidder or other Interested person is a corporation, provide the legal name of corporation and also the nam as of the president, secretary, treasurer and manager thereof. If a co- partnership, provide the true name of firm and also the names of all Individual co- partners composing the firm. If bidder or other interested person Is an individual, provide the first and last names in full. Nar Heer - President, Treasurer Harkrishan Heer - Secretary, Vice President Licensed in accordance with an act providing for the registration of Contractors: License No. 908591 1/31/2016 License Expiration Date Signature(s) of Bidder. NOTE: If bidder is a corporation, the legal name of the corporation shall be set forth above together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation: If bidder is a co- partnership, the true name of the firm shall be set forth above together with the signature of the partner or partners authorized to sign contracts in behalf of the co- partnership; and if bidder is an individual, his or her signature shall be placed above. If a member of a partnership, a Power of Attorney must be on file with the Department prior to opening bids or submitted with the bid; otherwise, the bid will be disregarded as irregular and unauthorized. Business address: 1325 Barry Road Place of residence: Dated: Yuba City, CA 95993 1325 Barry Road Yuba City, CA 95993 12/8/2015 Installation of Replacement Well 4 And New Well 9 144 Spec No. 1405 CITY OF UKIAH Mendocino County, California BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, Nor -Cal Pump & Well Drilling, Inc. Developers Surety and Indemnity Company as PRINCIPAL and as SURETY, are held and firmly bound unto the City of Ukiah In the penal sum of 10 PERCENT OF THE TOTAL AMOUNT OF THE BID of the Principal above named, submitted by said Principal to the City of Ukiah, oaths case maybe, for the work described below, for the payment of which sum In lawful money of the United States, well and truly to be made, to the City Clerk to which said bid was submitted, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. In no case shall the liabilityof the surety hereunder exceed the sum of $10% of Bid. THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas the Principal has submitted the above mentioned bid to the City of Ukiah, as aforesaid, for certain construction specifically described as follows, for which bids are to be opened at the Office of the City Clerk, Ukiah Civic Center, Ukiah, California, on December 9, 2015 for INSTALLATION OF REPLACEMENT WELL 4 AND NEW WELL 9. NOW, THEREFORE, If the aforesaid Principal is awarded the contract and, within the time and manner required under the specifications, after the prescribed forms are presented to him or her for signatures, enters into a written contract, In the prescribed form, in accordance with the bid and files two bonds with the City of Ukiah, one to guarantee faithful performance and the other to guarantee payment for labor and materials, as required by law, then this obligation shall be null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF, we have hereunto set our hands and seals on this 2nd day of December A.D. 2015 . Nor -Cal Pump & Well Drilling. Inc. Seal) C£a (Seal) (Seal) Principal Developers Surety and Indemnity Company (Seal) (Seal) Katjhy Ra el, Attome - -Fact (Seal) Surety Address: P. O. Box 19725 Irvine, CA 92623 -9725 Instellatlon of Replacement Weft 4 And New Well 9 146 Spea No- 14-05 ACKNOWLEDGMENT 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 County of Placer On December 2, 2015 before me, Jana B. Pilgard, Notary Public (insert name and title of the officer) personally appeared Kathy Rangel who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify 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. ' Signature / 4 JANA B. PILGARD r COMM. # 2007077 NOTARY PUBLIC • CALIFORNIA n PLACER COUNTY Comm. Exp. MARCH 8, 2017 (Seal) POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725, IRVINE, CA 92623 (949) 263 -3300 KNOW ALL BY THESE PRESENTS that except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do each hereby make, constitute and appoint: 'Dona Lisa Buschmann, Robert D. Laux, J. Buschmann, Jana B. Pilgard, Kathy Rangel, jointly or severally`{* as their true and lawful Attomey(s }in -Fad, to make, execute, deliver and acknowledge, for and on behalf of said corporations, as sureties, bonds, undertakings and contracts of suretyship giving and granting unto said Attomey(s }in -Fact full power and authority to do and to perform every ad necessary, requisite or proper to be done in connection therewith as each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of the acts of said Attomey(s) -in -Fad, pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of January 1st, 2008. RESOLVED, that a combination of any two of the Chairman of the Board, the President, Executive Vice- President, Senior Vice- President or any Vice President of the corporations be, and that each of them hereby is, authorized to execute this Power of Attorney, qualifying the attomey(s) named in the Power of Attorney to execute, on behalf of the corporations, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of either of the corporations be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Paver of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by their respective officers and attested by their respective Secretary or Assistant Secretary this January 19, 2015. B / G� MD ,..,N By: ,�t:� o / o °•. y ' � V� kPAN Y q O O �ptPa'' •Daniel Young, Senior Vice- President O ptPO j� O F 9� 6 010T �? = OCT.S -a By: = o 11936 : a : ul 1967 O Mark Lansdon, Vice- President =� °.._ ,,,,.,t, ..•'as ` �2_ �'a. .�Q 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 documenL State of California County of Orange On January, 29.2015 before me, Lucille Raymond Notary Public Data Hem Invert Name and Title or the Office personally appeared Daniel Young and Mark Landon Nma(,) of sYpw(e) lipPe LUCILLE RAYMOND Commlest(fxt rR 20a1g45 Notary Pubbc - CaIlfornla Orange County M Comm. Ex Tres Oct 13, 2018 Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/herAheir authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify 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. Signature Lucilltoyifiond, Notary Public CERTIFICATE The undersigned, as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY OF CALIFORNIA, does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked and, furthermore, that the provision of the resolution of the respective Boards of Directors of said corporations set forth in the Power of Attorney are in force as of the date of this Certificate. f This Certificate is executed in the City of Irvine, Califomia, this 2nd day of December , 2015 By. 9t.C.• - Cassfe J. msford, Assistant Secptary ID- 1380(Rex01/15) 4UILAA INSTALLATION OF REPLACEMENT WELL 4 AND NEW WELL 9 SPEC. NO. 14.05 Addendum No. 3 �r 1, 26#5 The following is Addendum No. 3 to SPEC. NO. 14-05 — INSTALLATION OF REPLACEMENT WELL 4 AND NEW WELL 9. IF YOU SUBMIT A BID, ACKNOWLEDGMENT OF THIS ADDENDUM MUST BE SHOWN ON THIS ADDENDUM. IN ADDITION, THIS SIGNED ACKNOWLEDGMENT MUST BE SUBMITTED WITH YOUR BID, OR YOUR BID MAY BE DEEMED AS NON - RESPONSIVE. This Addendum is hereby made part of the Contract Documents to the same extent as though it were originally Included therein. The following are questions asked, and their corresponding answers: Q1: In regards to the disposal of soil, it came up in the pre -bid meeting that we would be able to take receipt at our Corporation Yard. Al: The City will provide a location for disposal. The address will be 3495 Taylor Drive, Ukiah. Contractor will be required to make initial arrangements with the City for access. 0 ,2: Construction Water Meter... in order for the contractor to use water out of the hydrant, will they be required to get a water meter permit? If so, what are the associated fees? A2: Technical Specification, Section 12 states that it is the Contractor's responsibility to arrange for utility services (12 -12), and that the Contractor must pay a fee to the City for a hydrant meter (12 -15). See also: Section 0140 00, paragraph 2.1- The Contractor shall coordinate with the City for the use of potable water. The City will provide potable water to the site with a minimum one (1) inch service line. The contractor shall dispose of any water which is not needed for construction by the means of • Well 9 water disposal will be to ground using BMPs • Replacement Well 4 water disposal will be to the ditch using BMPs A Sanitary Sewer connection will not be available at the Well Sites. Section 0150 00, paragraph 3.1.D -1) The City will provide potable water to the site with a minimum one (1) inch service line. The contractor will be responsible for connection to the service line. The City will meter the water but the contractor will Page 1 of 2 Spec 14 -05 - Addendum 3 dated 12/01/15 not be required to pay for either the meter, or the potable water used during the project. Section 02 0110, paragraph 1.4.F- Water Service Coordination, City of Ukiah- Call: (707) 463 -6755 All other terms and conditions remain in full force and effect. L---- Mary V. Horg g - �r ACKNOWLEDGMENT I hereby acknowledge that I have received this Addendum No. 3 and have reviewed and considered it before submitting my bid. Signed: Date: Company Name: r W t / ` �1 Page 2 of 2 Spec 14 -05 - Addendum 3 dated 12/01/15 I 411 W UILAK INSTALLATION OF REPLACEMENT WELL 4 AND NEW WELL 9 SPEC. NO. 14-05 Addendum No. 2 November 24, 2015 The following is Addendum No. 2 to SPEC. NO. 14 -05 — INSTALLATION OF REPLACEMENT WELL 4 AND NEW WELL 9. IF YOU SUBMIT A BID, ACKNOWLEDGMENT OF THIS ADDENDUM MUST BE SHOWN ON THIS ADDENDUM. IN ADDITION, THIS SIGNED ACKNOWLEDGMENT MUST BE SUBMITTED WITH YOUR BID, OR YOUR BID MAY BE DEEMED AS NON - RESPONSIVE. This Addendum is hereby made part of the Contract Documents to the same extent as though it were originally Included therein. 1. Revisions to Plans: a. REVISE Drawing No. C -142 as follows: Keynote 2: If encountered, remove all light oil off of water table within well. Abandon (E) Well 4 in accordance with California Well Standards. Keynote 3: City has demolished existing buildings and equipment. Contractor shall demolish existing concrete slab foundations. Backfill with Class 2 aggregate base. 2. Revisions to Technical Specifications: a. ADD the following to Specification Section 01 50 00 "Construction Facilities and Temporary Controls ", Paragraph 3.1.1): 4.Construction water at the Well #4 site is available from a fire hydrant located outside of the well site access gate. S.Construction water at the Well #9 site is available from a fire hydrant located at the intersection of North Orchard Avenue and Ford Street and at the intersection of Brush Street and Orr Street. b. ADD the following to Specification Section 31 25 00 "Erosion Controls ", Paragraph 1.3.A.1: Page 1 of 2 Spec 14 -05 - Addendum 2 dated 11/24/15 d. A stabilized vehicular entrance /exit at the Well #9 site shall be provided in accordance with Detail TC -1 of the Caltrans Construction Site Best Management Practices Manual. Detail TC -1 is attached to this addendum for reference. 3. Clarifications: a. Erosion and sediment control measures, including silt fences, fiber rolls and other acceptable measures shall be used to control and contain sediment laden water within water disposal areas designated on the Drawings. Contractor shall maintain all BMP's for the duration of the contract. Water containing sediment above acceptable levels Identified in-the NDPES-permit shall not be-allowed-to-enter Orr Creek or-other sensitive water courses. b. All cleared and grubbed materials shall be removed from the project sites and disposed of by the Contractor. Refer to Specification Section 02 4110 "Demolition, Salvage and Abandonment' for additional details and requirements. All other terms and cortditions remain in full force and effect. Mary V. ACKNOWLEDGMENT I hereby acknowledge that I have received this Addendum No. 2 and have reviewed and considered it before submitting my bid. Signed: _ _ _ —11 ! _ D Date:. Company Name: No r C 6 1111 Page 2 of 2 Spec 14 -05 - Addendum 2 dated 11/24/15 Stabilized Construction Entrance /Exit 4M1 io C co L Standard Symbol BMP Objectives C -1 o Sediment Control • Tracking Control • Wind Erosion Control o Non -Storm Water Management o Materials and Waste Management Definition and A stabilized construction access is defined by a point of entrance /exit to a Purpose construction site that is stabilized to reduce the tracking of mud and dirt onto public roads by construction vehicles. Appropriate ■ Use at construction sites: Applications — Where dirt or mud can be tracked onto public roads. — Adjacent to water bodies. — Where poor soils are encountered. — Where dust is a problem during dry weather conditions. ■ This BMP may be implemented on a project -by- project basis in addition to other BMPs when determined necessary and feasible by the Resident Engineer (RE). Limitations ■ Site conditions will dictate design and need. Standards and ■ Limit the points of entrance`exit to the construction site. Specifications ■ Limit speed of vehicles to control dust. ■ Properly grade each construction entrance /exit to prevent runoff from leaving the construction site. ■ Route runoff from stabilized entrances /exits through a sediment - trapping device before discharge. ■ Design stabilized entrance /exit to support the heaviest vehicles and equipment that will use it. Caitrans Storm Water Quality Handbooks Section 6 Construction Site Best Management Practices Manual Stabilized Construction Entrance /Exit TC -1 aos,r March 1, 2003 1 of 4 Stabilized Construction Entrance /Exit TC -1 ■ Select construction access stabilization (aggregate, asphaltic concrete, concrete) based on longevity, required performance, and site conditions. The use of asphalt concrete (AC) grindings for stabilized construction access /roadway is not allowed. ■ Use of constructed/manufactured steel plates with ribs for entrance /exit access is allowed with written approval from the RE. ■ If aggregate is selected, place crushed aggregate over geotextile fabric to at least 300 mm (12 in) depth, or place aggregate to a depth recommended by the RE. Crushed aggregate greater than 75 mm (3 inches) and smaller than 150 mm (6 inches) shall be used. ■ Designate combination or single purpose entrances and exits to the construction site. ■ Implement BUT SC -7, "Street Sweeping and Vacuuming" as needed and as required. ■ Require all employees, subcontractors, and suppliers to utilize the stabilized construction access. ■ All exit locations intended to be used continuously and for a period of time shall have stabilized construction entrance /exit BMPs (TC -1 "Stabilized Construction Entrance/Exit" or TC -3 "Entrance /Outlet Tire Wash "). Maintenance and ■ Inspect routinely for damage and assess effectiveness of the BMP. Remove Inspection aggregate, separate and dispose of sediment if construction entrance "exit is clogged with sediment or as directed by the RE. ■ Keep all temporary roadway ditches clear. ■ Inspect for damage and repair as needed. Caltrans Storm Water Quality Handbooks Section 6 Construction Site Best Management Practices Manual Stabilized Construction Entrance /Exit TC -1 Q�lbaRS March 1, 2003 2 of 4 Stabilized Construction Entrance /Exit C.1 3 0 Q 01 o- 0 w a a_ 0 Zi P LO l X w Crushed aggregate greater than 75 mm (3 in) but smaller than 150 mm (6 in) Filter fabric Original grade 300 mm (12 in) Min, unless otherwise specified by a soils engineer SECTION B —B NTS st of NOTE: Construct sediment barrier and channelize runoff to sediment trapping device Width as required to accomodate anticipated traffic as needed r -- or Tour times the clrcumterence of the largest construction vehicle tire, greater Match whichever is Existing Grade PLAN wrs-- Stabilized Contraction Entrance /Exit (Type 1) Caltrans Storm Water Quality Handbooks Section 6 Construction Site Best Management Practices Manual Stabilized Construction Entrance /Exit TC•1 l�t6mra March 1, 2003 3 of 4 Stabilized Construction Entrance /Exit C -1 Crushed aggregate greater than 75 mm (3 in) but smaller than 150 mm (6 in) Filter fabric Original grade 300 mm (12 in) Min, unless otherwise specified by a soils engineer 19KOVIlus 91M Crushed aggregate greater than 75 mm Corrugated steel panels (3 in) but smaller than 150 mm (6 In) Filter fabric Original grade 0 L-111 300 mm (12 1n) Min, unless otherwise specified by a soils engineer NOTE: Construct sediment barrier and channelize runoff to sediment trapping device r 3 D Q O D Q a_ 0 Z I= X W W. J--4 .� Q- ° I SECTION A —A NOT TO SCALE Sediment trapping device Corrugated panels C i. ��• N�iliyy• I• i• • 'J• •• •I.T•• as required to accomodate anticipated traffic, whichever is greater. V.r LB 15 m Min J r.•i � �T•1`• .ji �Y: • ✓i %IIIIIIIIIIIII'IIIII II�II'IIIIIIIIIII�Ii •`%� i�� :••� i•. �,�• •••7•�f ' •� }_LLillllllliL W11�WtWI�1�1I�L ,�••i i irk• 1:. i�. y or of • • construction Match —Iter is grea • PLAN TS Stabilized Construction Entrance /Exit (Type 2) Caltrans Storm Water Quality Handbooks Section 6 Construction Site Best Management Practices Manual Stabilized Construction Entrance /Exit TC -1 March 1, 2003 4 of 4 i 95482 INSTALLATION OF REPLACEMENT WELL 4 AND NEW WELL 9 SPEC. NO. 14 -05 !7d ndum No.1 The following is Addendum No. 1 to SPEC. NO. 14 -05 — INSTALLATION OF REPLACEMENT WELL 4 AND NEW WELL 9. IF YOU SUBMIT A BID, ACKNOWLEDGMENT OF THIS ADDENDUM MUST BE SHOWN ON THIS ADDENDUM. IN ADDITION, THIS SIGNED ACKNOWLEDGMENT MUST BE SUBMITTED WITH YOUR BID, OR YOUR BID MAY BE DEEMED AS NON - RESPONSIVE. This Addendum is hereby made part of the Contract Documents to the same extent as though it were originally included therein. 1. Bid Notice Advertisement Dates have been revised as follows: November 10, 2015 and November 17, 2015. Revised Notice is attached. 2. Plan Sheets — Replace Plan Sheets with revised sheets titled: "Final Plans — Well Construction — Add 1 ", attached. Difference: original plan sheets distributed electronically had only the first sheet stamped. The revised sheets have all plan sheets stamped. All other erms and conditions remain in full force and effect. Mary V. Horger Purchasing Supervi r ACKNOWLEDGMENT I hereby acknowledge that I have received this Addendum No. 1 and have reviewed and considered it before submitting my bid. Signed: Date: Company Name: 17---, Page 1 of 1 Spec 14 -05 - Addendum 1 dated 11/10/15 CITY OF UKIAH, MENDOCINO COUNTY, CALIFORNIA NOTICE TO BIDDERS FOR INSTALLATION OF REPLACEMENT WELL 4 AND NEW WELL 9 SPECIFICATION NO. 14-06 NOTICE IS HEREBY GIVEN that sealed standard proposals for INSTALLATION OF REPLACEMENT WELL 4 AND NEW WELL 9 will be received at the Office of the City Clerk, Ukiah Civic Center, 300 Seminary Avenue, Ukiah California unti12:00 p.m. on December 9. 2015, at which time, or as soon thereafter as possible, they will be publicly opened and read. Bids shall be addressed to the City Clerk and shall be endorsed "INSTALLATION OF REPLACEMENT WELL 4 AND NEW WELL 9." Bids are required for the entire work described herein. No fax bids will be accepted. A mandatory pre -bid meeting will be held on Thursday, November 19, 2015 at 1:00 PM at the Well 4 site, 56 Lorraine Street, Ukiah, CA 95482. ESTIMATE OF QUANTITIES Item No. Description Quantity Unit 1 Mobilization /Demobilization Monitoring Well MW 4A 1 LS 2 _ General NPDES Permit Well 4 Site 1 LS 3 _ Drill Monitoring Well Boring MW 4A 225 LF Monitoring Well Construction MW 4A 210 LF 5 Monitoring Well Development MW 4A 1 LS 6 Monitoring Well Zone Testing MW 4A 1 LS 8 Mobilization /Demobilization Replacement Well 4 1 LS Drill Replacement Well 4 Boring 220 LF .9 _ 6 -inch Conductor Casing Replacement Well 4 51 LF 10 Replacement Well 4 Well Construction 223 LF 11 12 Replacement Well 4 Development 1 LS Aquifer Pump Testing Replacement Well 4 1 LS 13 Abandonment of Existing Well 4 and Demolition 1 LS 14 Mobilization /Demobilization Monitoring Well MW 9A 1 LS 15 General NPDES Permit Well 9 Site 1 LS 16 Drill Monitoring Well MW 9A Boring 260 LF 17 Monitoring Well 9A Construction 260 LF 18 Monitoring Well 9A Development 1 LS 19 Monitoring Well 9A Zone Testing 1 LS 0* Mobilization /Demobilization New Well 9 1 LS 1* Drill New Well 9 Boring 260 LF 2* 6 -inch Conductor Casing New Well 9 51 LF 3* New Well 9 Construction 260 LF 4* New Well 9 Development 11 LS 5* quifer Pump Testing New Well 9 11 LS *Note: Production Well 9 may not be installed if the City, in the exercise of its discretion determines that the test results from Monitor Well MW 9A do not support the construction of the production Well 9 In addition, there may be a multi -week delay between the zone testing of Monitor Well MW 9A and the final decision to proceed with construction of new Well 9 Durino this delay period the Contractor may be directed to mobilize to and proceed with the contract work at the Well 4 site The compensation for the bid items marked by an asterisk will not be increased due to any such delay and will not be paid, d if the City decides not to oroceed with new Well 9 and the bid amounts associated with Well 9 will not be part of the Contract (Per Specification Section 0120 00 — Price and Payment Procedures) Plans and Special Provisions may be inspected and /or copies obtained for a non - refundable fee of $60 at the receptionist's station, Ukiah City Hall Annex, City of Ukiah, 411 West Clay Street, Ukiah, California 95482 -5400. Plans and Special Provisions may also be downloaded at no charge from the City's website at www.cityofukiah.com /purchasing. No bid will be considered unless it is made on the forms furnished by the City and is made in accordance with the details of the Special Provisions. Each bidder must be licensed as required by law. Further information regarding the work or these specifications can be obtained by calling Mary Horger at (707) 463 -6233 or at fax phone (707) 313- 3621. The City Council reserves the right to reject any or all bids and to determine which proposal is, in its opinion, the lowest responsible bid of a responsible bidder and which it deems in the best interest of the City to accept. The City Council also reserves the right to waive any information not material to cost or performance in any proposal or bid. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2014) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. The prime contractor shall be responsible for posting job site notices as prescribed by regulation. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Pursuant to provisions of Section 1770, including amendments thereof, of the Labor Code of the State of California, the Director of the Department of Industrial Relations, State of California, has ascertained the general prevailing rate of wages for straight time, overtime Saturdays, Sundays and Holidays including employer payment for health and welfare, vacation, pension and similar purposes. Copies of the General Prevailing Wage Determination (applicable to the work), for the locality in which the work is to be done are available on the Internet atweb address: http: / /www.dir.ca.gov /DLSR /PWD/ The prime contractor for the work herein shall possess a current, valid State of California, Class C57 (Well Drilling) Contractor's License. Pursuant to Section 4590 of the California Government Code, this contract includes provisions that allow substitutions of certain types of securities in lieu of the City withholding a portion of the partial payments due the Contractor to insure performance under this contract. By order of the City Council, City of Ukiah, County of Mendocino, State of California. Dated: Kristine Lawler, City Clerk, City of Ukiah, California PUBLISH TWO TIMES: November 10, 2015 and November 17, 2015 City of Ukiah Installation of Replacement Well 4 and New Well 9 5. Well Screen appropriate for filter pack. 6. Blank Well Casing. 7. Clay seals between screen sections as shown in drawing. 8. Stainless steel centralizers as specified. 9. Grout seal (inclusive of 5 -foot thick hydrated bentonite). 10. Stove pipe well head enclosure, 3 feet above grade. 11. Total well depth: 260 feet deep. E. Production well as shown in drawings at Well 9 site: 1. Drill Hole for conductor casing. 2. Install conductor casing. 3. Drill Hole to 260 feet'bgs max. 4. Filter pack appropriate for aquifer formation. 5. Well Screen with slot size appropriate for filter pack. 6. Blank Well Casing. 7. Grout Seal (inclusive of 5 -foot thick hydrated bentonite). 8. Total Well Depth: 260 feet deep. 9. Develop well as specified. 10. Perform dual -view CCTV video inspection of well. 11. Perform pumping /aquifer test as specified 1.5 PERFORMANCE REQUIREMENTS Attachment 4 October 2015 Spec Number 14-05 A. Two water wells capable of producing design flow rate of a minimum of 800 gallons of water per minute (each) with a specific capacity of no less than 25 gpm /ft after 8 hours of continuous pumping (measured during Constant Rate Test). B. Minimum hydraulic well efficiency of 75 percent measured at the end of the well development. C. Clear water which is visually free of turbidity: Turbidity is to be measured at the target design capacity of the well or as agreed to by Engineer. Turbidity is to be measured at the end of well development, 5 minutes after start of well pumping, and is not to exceed five (5) NTU. D. Sand production less than 5 ppm average of three measurements measured at the end of development at the design flow rate during a 10 minute period using a "Rossum" sand sampler 1.6 SUBMITTALS A. Section Submittal Procedures: 1. Sequentially number transmittal forms. Mark revised submittals with original number and sequential alphabetic suffix Identify Project, Contractor, subcontractor and supplier; pertinent drawing and detail number, appropriate to submittal. 2. Apply Contractor's stamp, signed or initialed certifying that review, approval, verification of products required, field dimensions, adjacent construction Work, and coordination of information is in accordance with requirements of the Work and Contract Documents. 3. Schedule submittals to expedite Project, and deliver to Engineer at GHD Inc., 2235 Mercury Way, Suite 150, Santa Rosa, California, 95407. Coordinate submission of related items. 4. CCTV Video Inspection of Well: a. The purpose of the CCTV video inspection is to confirm successful well development and verify that screened sections are free of bentonite, 8411192 PUBLIC WATER SUPPLY WELLS 332113 -3 ITEM NO.: 13a MEETING DATE: December 16, 2015 AGENDA SUMMARY REPORT city of ukfah SUBJECT: APPOINTMENTS AND DISCUSSION REGARDING 2016 COUNCIL ASSIGNMENTS; AND CONSIDERATION OF DISBANDMENTS AND MODIFICATIONS TO CITY COUNCIL COMMITTEES AND AD HOCS. Summary: The new mayor will make his recommendations for the 2016 Council special assignments to Boards, Commissions, and Committees. Additionally, Council will consider disbandment of the City Council Courthouse Public Advisory Committee, Exploration with City Hauler of Solid Waste Disposal Alternatives Ad Hoc, and Capital Budget 2015/16 Ad Hoc; and renaming of the Mendocino County Health & Human Advisory Board to Health & Human Services Liaisons. Background and Discussion: City of Ukiah Councilmembers take an active role in various commissions and committees that are part of city, county, regional, and state wide governance and interests. Each year, the Mayor leads a discussion and makes annual appointments for members assigned to the various groups. The assignments are broken out into 4 categories as follows: County /Regional Ongoing: County /Regional Ongoing: with Staff Alternate: Local /County /Regional Liaisons Ongoing One or Two Council and /or Staff: The City takes part in decision making by these groups and is represented by an appointed member, who has a designated alternate. These assignments require attendance at a monthly meeting. The City takes part in discussions, may be a member of the Board, or have ex officio status (observer). City staff is active with these groups and serves as an alternate or single representative for the City. These groups have monthly meetings. This group varies, some meetings are regularly scheduled and others are arranged occasionally as needed. This group includes appointments that may from time to time include a Board seat for a City Council member. RECOMMENDED ACTION(S): Discuss Mayor's recommended assignments and Staff's recommendations, and finalize the 2016 Council Specianments List. _ ALTERNATIVES: N/A Citizens advised: N/A Requested by: Annual Procedures Prepared by: Kristine Lawler, City Clerk Coordinated with: Sage Sangiacomo, City Manager Presenter: Mayor Scalmanini Attachment: 1. 2015 Special Assignment List COUNCIL ACTION DATE: : ❑ Approved ❑ Continued to ❑ Other RECORDs APPROVED' ❑ Agreement: ❑ Resolution: ❑ Ordinance: Note: Please write Agreement No. in upper right corner ojagreement when draJied.. Approved: ..r S e Sangi omo, City Manager Page2 of 2 Current Ad Hoc Committees: The City Council may establish and appoint Ad Hoc members at any time throughout the year. Ad Hoc committees are for specific issues, and do not carry over year to year unless that specific issue remains under discussion. Note: Although the Council Ad Hoc Committees are a part of the Council Special Assignment List, they are officially appointed by the Council at various meetings, and are subject to Council approval for any changes. Staff Recommendations: In addition to the Mayor and Council discussion regarding Council assignments, Staff recommends the following changes be made to the Council Special Assignment List: • Disband the Courthouse Public Advisory Committee, which was formulated to study possible locations for the new courthouse and is no longer active. • Create a `Depot Infrastructure Development' Committee to review and advise regarding public infrastructure improvements in and around the railroad depot property and area. • Disband the Exploration with City Hauler of Solid Waste Disposal Alternatives Ad Hoc (Crane /Scalmanini), as a solution is being implemented. • Disband the Capital Budget 2015/16 Ad Hoc (Crane /Doble), as this process is now complete for Fiscal Year 2015/16. • Rename the Mendocino County Health & Human Advisory Board to Health & Human Services Liaisons, which better describes the function of the positions. • Alter various staff assignments shown in strikethrough and blue on Attachment 1. FISCAL IMPACT: Budgeted New Appropriation Budget Previous Contract Amount in Source of Funds Account Number Amendment or Purchase Order 15 -16 FY (Title & No.) Required No. N/A N/A N/A Yes ❑ No ® N/A 2015 COUNCIL ASSIGNMENTS County /Regional OnGoing MEETING MAILING One + Alternate MTG DATE/TIME LOCATION ADDRESS /CONTACT COMMITTEE FUNCTION ASSIGNED TO PRINCIPAL STAFF SUPPORT Civic Center, Executive Director Plan and allocate State funding, Shannon Riley, Senior Mgmt Analyst; 467 - Mendocino Council of Governments 1st Monday of 300 Seminary Ave., 367 N. State Street, Ste. 206 transportation, infrastructure and project Scalmanini Rick Seanor, Deputy Director of Public Works; (MCOG) month, 1:30 p.m. Ukiah Ukiah, CA 95482 County wide. Brown - Alternate 463 -6296 rseanor(LDcitvofukiah.com 2nd Thursday of Chambers 463 -1859 Economic Development & Financing month. month. 2:00 -4:30 Civic Center IWPC Staff Develops coordination for water resources Mulheren Shannon Riley, Senior Mgmt Analyst; 467 - Mendocino County Inland Water and 2nd Thursday of 300 Seminary Ave. P.O. Box 1247 and current water rights: Potter Valley Doble Sean White, Water /Sewer Director; 463 -5712 Power Commission month, 7:00 p.m. Conf. Room 5 Ukiah, CA 95482 project - Eel River Diversion Brown - Alternate swhite @cityofukiah.com Greater Ukiah Chamber of Commerce Conference Center 391 -7574 - Candace Horslev Doble Shannon Riley, Senior Mgmt Analyst; 467 -5793 Liaison 3rd Thur. of every 200 S School Street S. , Solid Waste Director To represent and set policy for Chamber Saflg }acomo' Alternate sriley @cityofukiah.com; Mendocino Solid Waste Mgmt. other month Willits 3200 Taylor Dr. County -wide Solid Waste JPA Brown Tim Eriksen, Public Works Director /City Authority (MSWMA) (varies) 10:00 a.m. Council Chambers Ukiah, CA 95482 Doble - Alternate Engineer; 463 -6280 teriksen @cityofukiah.com Main Street Program Board of 1st Thursday S. School Street, 468 -9710 Develops activities for downtown Mulheren Directors Alternating locations - Executive Director Ukiah, CA 95482 economic development program Sangtacomo - Alternate Mendocino Transit Authority (MTA) 2nd Thursday of Ukiah Conf. Ctr. Ft. 241 Plant Road County -wide bus transpiration issues and Doble Tim Eriksen, Public Works Director /City Board of Directors month, 1:30 p.m. Bragg, or Pt . Arena na Ukiah, CA 95482 funding Brown - Alternate Engineer; 463 -6280 teriksen @cityofukiah.com Maya Simerson, Community Services Supervisor; Sun House Guild ex officio month, 4:30 - 6:30 462 -1422 Ukiah, CA 95482 Support and expand Grace Hudson Doble 367 -0699 msimerson @cityofukiah.com; Ukiah 467 The City Selection Committee Sangiacomo - Alternate Sherrie Smith - Ferri, Museum Director /Cultural Arts; 2nd Wednesday of Various Locations 419 Talmage Road, Suite M Provides a unified & revitalized rail (composed of Mayors within Shannon Riley, Senior Mgmt Analyst; 467 - North Coast Rail Authority (NCRA) month, 10:30 a.m. announced Ukiah CA 95482 463 infrastructure meeting the freight and the County) has filled the open 5793 Briley @cityofukiah.com Mendocino Youth Project JPA Board of the month, 7:45 3280 passenger needs of the region seat with a Willits Brown Chris Dewey, Police Chief; 463 -6245 Directors Conference Room Ukiah, CA 95482 representative at this time. Chief Dewey - Alternate cdewey @cityofukiah.com 4th Thursday of a.m. Russian River Watershed 707 - 463 -4915 choices. Russian River Watershed Association month, 9:00 a.m. Windsor Town Hall Association Attn: Daria Isupov Consider issues related to Russian river - Doble Sean White, Water /Sewer Director; 463 -5712 (only 5 times a month, 9:00 a.m. 425 South Main St., Sebastopol, plans projects and funding requests Brown - Alternate swhite @cityofukiah.com Mel Grandi, Electric Utility Director; 463 -6295 year) (See calendar from CA 95472 916- 781 -4200 2 generation and dispatch Grande - Alternate County /Regional OnGoing MEETING MAILING One + Staff Alternate MTG DATE /TIME LOCATION ADDRESS /CONTACT COMMITTEE FUNCTION ASSIGNED TO PRINCIPAL STAFF SUPPORT 300 Seminary Ave. Review and advise regarding public Shannon Riley, Senior Mgmt Analyst; 467 - Depot Infrastructure Development TBD TBD Ukiah, iah, CA 95482 infrastructure improvements in and around 5793 sriley @cityofukiah.com (no alternate necessary) the railroad depot property and area 2nd Thursday of Primarily 631 S. Executive Director Economic Development & Financing month. month. 2:00 -4:30 Orchard St., but 631 South Orchard Multi- agency co -op for economic Mulheren Shannon Riley, Senior Mgmt Analyst; 467 - Corp. (EDFC) Ukiah, CA 95482 development and business loan program Riley - Alternate 5793 sriley @cityofukiah.com varies 467 -5953 Greater Ukiah Chamber of Commerce Conference Center 200 S. School Street Doble Shannon Riley, Senior Mgmt Analyst; 467 -5793 Liaison 4th Wednesday of 200 S School Street S. , Ukiah CA 95482 , To represent and set policy for Chamber Saflg }acomo' Alternate sriley @cityofukiah.com; ex officio month, 9:00 a.m. Ukiah 462 -4705 and area businesses. Riley Kerry Randall, Facilities Admin; 463 -6706 KRANDALL(@citvofukiah.com Main Street Program Board of 1st Thursday S. School Street, 200 S. School St. Develops activities for downtown Mulheren Directors month 8:00 a. . , m. Uki ah Ukiah Ukiah, CA 95482 economic development program Sangtacomo - Alternate Shannon Riley, Sr. Mgmt. Analyst; 467 -5793 ex officio 463 -6729 Riley Kerry Randall, Facilities Admin; 463 -6706 2nd Tuesday of Sun House, 431 S. Main Street Maya Simerson, Community Services Supervisor; Sun House Guild ex officio month, 4:30 - 6:30 431 S. Main St. Ukiah, CA 95482 Support and expand Grace Hudson Doble 367 -0699 msimerson @cityofukiah.com; Ukiah 467 Museum Sangiacomo - Alternate Sherrie Smith - Ferri, Museum Director /Cultural Arts; p.m. -2836 467 -2836 sherrie @gracehudsonmuseum.org 3rd Wednesday of Mendocino Co. Youth Project targets all youth with a focus on drug and Mendocino Youth Project JPA Board of the month, 7:45 776 S. State Street 776 S. State Street, Ste. 107 alcohol prevention, healthy alternatives Brown Chris Dewey, Police Chief; 463 -6245 Directors Conference Room Ukiah, CA 95482 and empowering youth to make healthy Chief Dewey - Alternate cdewey @cityofukiah.com a.m. 707 - 463 -4915 choices. 4th Thursday of 651 Commerce Drive Northern California Power Agency month, 9:00 a.m. Roseville, CA Roseville, 95678 Pool of public utilities for electric Crane Mel Grandi, Electric Utility Director; 463 -6295 (NCPA) (See calendar from and other locations 916- 781 -4200 2 generation and dispatch Grande - Alternate mgrandi @cityofukiah.com NCPA) 12/14/2015 2015 COUNCIL ASSIGNMENTS Local /County /Regional Liasons OnGoing One or MTG DATE /TIME LOCATION MAILING COMMITTEE FUNCTION ASSIGNED TO Principal Staff Support ADDRESS /CONTACT Two Council and /or Staff Prior to Division Redwood Empire League Elected city officials and professional city League of California Cities Redwood Meetings, meets 3x Various locations that President; Public staff attend division meetings throughout Mulheren Sage Sangiacomo, City Manager; 463 -6221 Empire Legislative Committee p� 9 in person and then p are announced. Affairs Program Mgr. 9 9 the year to share what the are doing and Y Y 9 ssan iacomo cit ofukiah.com 9 @ Y via conference call. (916) 658 -8243 advocate for their interests in Sacramento Called as required BOS Conf. Room 501 C /O: BOS 501 Low Gap, Rm 1090 Makes appointments to LAFCO and Kristine Lawler, City Clerk; 463 -6217 City Selection Committee by the Clerk of the Low Gap Rd. Rm. Ukiah, CA 95482 Airport Land Use Commission Mayor klawler @cityofukiah.com Board 1090, Ukiah 463 -4441 Civic Center Civic Center 300 Reviews City investments, policies, and Crane Karen Scalabrini, Director of Finance; 463 - Investment Oversight Committee Varies 300 Seminary Ave. Seminary Ave. Ukiah, strategies Alan Carter, Treasurer 6220 kscalabrini @cityofukiah.com Ukiah, CA 95482 CA 95482 Library Advisory Board 3rd Thursday of Various Mendo County Ukiah County Library Review library policy and activities Thomas Kristine Lawler, City Clerk; 463 -6217; month, 1:00 p.m. Libraries 463 -4491 klawler @cityofukiah.com Ukiah Players Theater Board of 3rd Tuesday of 1041 Low Gap Rd 1041 Low Gap Rd To oversee the activities, organization and Sangiacomo Kristine Lawler, City Clerk; 463 -6217 Directors month, 6:00 p.m Ukiah, CA 95482 Ukiah, CA 95482 purpose of the Ukiah Players Theater. Greg Owen, Airport Mgr. klawler @cityofukiah.com 462 -1210 462 -1210 Ukiah Unified School District (UUSD) 511 S. Orchard, Ste. D 511 S. Orchard Information exchange with UUSD Board Sage Sangiacomo, City Manager; 463 -6221 Committee Quarterly Ukiah, CA 95482 Ukiah, CA 95482 Chair, Mayor, Superintendent and City Mayor ssangiacomo @cityofukiah.com Manager Proactively manage the water resources of Russian River Flood Control District 2nd Monday of the 151 Laws Ave., 151 Laws Ave. Ukiah, the upper Russian River for the benefit of Doble Sean White, Water /Sewer Director; 463 -5712 (RRFCD) month, 5:00 p.m. Suite D CA 95482 the people and environment of Mendocino swhite @cityofukiah.com County. Executive Director Health & Human 2nd Wednesday; Big Sur Room in Co. Jackie Williams - 462 -1934 Discussions and possible work on health Brown - Liaison Sage Sangiacomo, City Manager; 463 -6221; Advisory Beard Services Liaisons 9:00 - 11:00 P.M. Dept. of Social Svcs. c/o Ford St. Project 139 Ford St., and human service issues Mulheren - Liaison ssangiacomo @cityofukiah.com Ukiah CA 95482 Executive Director Required by legislation - planning spheres Mendocino County Local Area 1st Monday of Board of Supervisors 200 S. School Street, Ste. 2 of influence, annexation, service areas, Doble Charley Stump, Director of Planning; 463 - Formation Commission ( LAFCO) month, 10:00 a.m. Chambers Ukiah, CA 95482 and special districts 6219 cstump @cityofukiah.com 463 -4470 DISBAND Public Advisory (Courthouse) AS needed Ukiah z atieR i anA9Hnned• 954$2 house Brawn Mulheren Alternate Guy MWIs, Project & Grant Adm n; 467-5719 ley@G tyehik 463 6213 6F ah.GePR,' Mendocino County Executive To formulate a land use compatibility plan, Mendocino County Airport Land Use BOS Conf' Room 501 Office 501 provide for the orderly growth of the airport None from Ukiah Council Kristine Lawler, City Clerk; 463 -6217 Commission as needed Low Gap Rd. Rm. Low Gap Rd. 1010 and the surrounding area, and safeguard currently klawler @cityofukiah.com 1090, Ukiah Ukiah, CA 954482 82 the general welfare of the inhabitants within the vicinity. 12/14/2015 2015 AD HOC COMMITTEES COMMITTEE ASSIGNED TO PRINCIPAL STAFF SUPPORT DISBAND Exploration w/City Hauler of Solid Waste Disposal Alternatives Cranp/ S-n2knanono Tom EFiks ,.. o blin \Necks Dire ter4G'ty ERgi. 463 628 r; Electric Grid Operational Improvements Crane / Scalmanini Mel Grandi, Electric Utility Director; 463 -6295 mgrandi @cityofukiah.com Oversight Review of Public Works Work and Process in relation to Calvert Crane / Scalmanini Tim Eriksen, Public Works Director /City Engineer; 463 -6280 and Willow Project (Spec. 13 -02) teriksen @cityofukiah.com e ran y ectnc Utility Director, 5 mgrandi @cityofukiah.com; Tim Eriksen, Public Works Director /City Engineer; 463 -6280 Rate Studies for Electric, Water, Sewer Crane / Doble teriksen @cityofukiah.com; Sean White, Water /Sewer Director; 463 -5712 swh ite @cityofu kiah. com; Karen Scalabrini, Director of Finance 463 -6220 Sage Sangiacomo, City Manager; 463 -6221 ssangiacomo @cityofukiah.com; Sales Tax Sharing Crane / Doble Guy Mills, Project & Grant Admin; 467 -5719 gmills @cityofukiah.com; David Rapport, City Attorney; 467 -2800 drapport(a)cityofukiah.com DISBAND Capital Budget 2015116 KaFp., Scalabrini Direct. of Finance; 062 6220 ksea'abr0n0@GityGfUkiah.G0 Ukiah Valley Sanitation District Crane / Doble Tim Eriksen, Public Works Director /City Engineer; 463 -6280 Mediation teriksen @cityofukiah.com John Bartlett, Fire Chief;462 -7921 x400 Fire District Merger Discussion Doble /Brown jartlett@cityofukiah.com; Sage Sangiacomo, City Manager; 463 -6221 ssan iacomo cit ofukiah.com Sales Tax Measure for Street Scalmanini /Mulheren Tim Eriksen, Public Works Director /City Engineer; 463 -6280 Improvements teriksen @cityofukiah.com Groundwater Sustainability Crane /Doble Sean White, Water /Sewer Director; 463 -5712 swhite @cityofukiah.com Development Impact Fee Deferral Mulheren /Doble Shannon Riley, Senior Mgmt Analyst; 467 -5793 Program sriley @cityofukiah.com Marijuana Legislation and Policy Mulheren /Brown Chris Dewey, Police Chief; 463 -6245 cdewey@cityofukiah.com Strategic Planning Crane /Doble Sage Sangiacomo, City Manager; 463 -6221 ssangiacomo @cityofukiah.com Landfill Closure Crane /Scalmanini Tim Eriksen, Public Works Director /City Engineer; 463 -6280 teriksen @cityofukiah.com Five Year Rate Review Process Brown /Mulheren Karen Scalabrini, Director of Finance 463 -6220 kscalabrini @cityofukiah.com 12/14/2015 City of Vk>!ah ITEM NO.: 13b MEETING DATE: December 16, 2015 AGENDA SUMMARY REPORT SUBJECT: FACILITY SECURITY AND ACCESS (CARDLOCK) CONTROL SYSTEM PHASE I CAPITAL PROJECT AUTHORIZATION TO PURCHASE SYSTEM AND INSTALLATION FROM GAYNOR TELESYSTEMS, INC. IN THE AMOUNT OF $33,453 AND APPROVE CORRESPONDING BUDGET AMENDMENT. Summary: Council will consider the purchase of a facility security and access system for the Civic Center and Annex to ensure a safer and more efficient work environment for our employees and the public as per the approved capital projects budget for FY15/16. Background: The implementation of a facility security and access system has been a goal for the Civic Center for a number of years. This item was adopted as a capital project in the FY15/16 budget. The Civic Center facility has been using a standard key system since its establishment. While the traditional key method provides for a secure facility when the building is locked, retrieving keys from past employees and renters is not always accomplished, and leaves the building exposed to unauthorized access. During team meetings it was decided that Phase I would convert the administration side of the Civic Center and the Civic Center Annex (Attachment 1). Phase II would address the Ukiah Police Department and Phase III would encompass the Fire Department. These final two phases will be proposed for the next fiscal year. Note: The Police and Fire areas are currently secured with older keyless hardware. Discussion: The justification for installing card readers is that we can take advantage of increased security for our employees, and add efficiency to our facility key system. The advantages of electronic access control include: • High levels of security by tracking and controlling who has access (and when). • Provides a log of valid and attempted entries through controlled access doors. • Mitigates the need for rekeying (a user's access privileges can simply be turned off). • Saves the cost of rekeying doors and the inconvenience of distributing new keys. • Allows buildings to be locked and unlocked on a timed program. • Offers security or building automation alarm monitoring and automatic notification of events through e-mail and other tools. • Allows temporary cards to be issued to facility renters. __ Continued on Pace 2 _AC__ - — -- RECOMMENDED ACTION(S): Authorize the purchase of Phase I Capital Project Facility Security and Access (Cardlock) Control System and installation from Gaynor Telesystems, Inc., in the amount of $33,453 and approve corresponding budget amendment. ALTERNATIVES: Do not authorize, and provide alternate direction to staff. Citizens advised: N/A Requested by: N/A Prepared by: Scott Shaver, IT Coordinator and Maya Simerson, Community Services Supervisor. Coordinated with: Sage Sangiacomo, City Manager. Presenters: Scott Shaver, IT Coordinator and Maya Simerson, Community Services Supervisor. Attachments: 1. Door locations 2. Quote COUNCIL ACTION DATE: : ❑ Approved ❑ Continued to ❑ Other RECORDS APPROVED: ❑ Agreement: ❑ Resolution: ❑ Ordinance: Vote. Please tent Agreement %o on upper right corner of agreement when drafted. Approved: 91 e a acomo, City Manager Page 2 of 2 All of these advantages make a significant positive impact on the operation of our facility. In 2010 security cameras were installed in some locations and over the last few years more have been added. At this point, there are active cameras at each of the main entrances to both the Civic Center and Annex. These cameras were placed with the intent to synchronize the video footage with time and date stamped data correlating to the card locked doors. The camera vendor provides a platform that links with the proposed security system. It is for this reason that the purchase is being requested as a sole- source requisition from the company that provides this compatibility. The detailed quotes for the project are attached for your review as Attachment 2. The first phase of this project was budgeted in this fiscal year as a capital project for the IT Department in the amount of $15,000. In order to maximize efficiencies and complete more of the project during the first phase the Building Reserve fund would need to contribute $18,453 by a budget amendment. FISCAL IMPACT: Budgeted Amount in 15 -16 FY New Appropriation Source of Funds (Title & No.) Account Number Budget Amendment Required Previous Contract or Purchase Order No. $15,000 Equipment Reserve: com uter support reserve 22022900.80100 Yes ❑ No ® N/A $18,453 Building Maintenance Reserve 22022500.80220 Yes ® No ❑ N/A N1 III ttachm -J CN e� #1 e� NT 14.- CELEBRATING 41 YEARS! 1974-2015 Attachment #2 GAYNOR CORPORATE HEADQUARTERS Created By: Jack Stevenson 9650 Tanqueray Court Redding, CA 96003 530 - 223 -2979 eat 135 PH: (530) 223 -2979 ext. 135 Cell: 530 - 510 -9751 FAX: (530) 224 -9236 www,GaynorTelesys.com City of Ukiah 1213115 Attn: Scott Shaver, Sane San Ig acomo, Chris Dewey, and Cody Jennings SCHEDULE "A" — Civic Center Access Control System: 1 each Nett Software. Net2 Software Net2 software is designed to feel immediately familiar to any Windows user. It will organize and report on thousands of users and hundreds of doors. Nett standard software contains all of the basic access control features to control access privileges and report on users. Other features include multiple workstations, time and attendance monitoring, video integration, site graphics and control of remote sites using TCP /IP or modems. Nett professional software contains all of the features of Net2 standard but with the addition of fire alarm integration, roll call /muster reporting and anti - passback. 1 each Nett desktop enrollment reader. USB UL approved. 4 each Net2 plus small ABS housing and Nett plus controller. Nett is a PC based security system for controlling access through doors. Nett allows users to be given access to particular areas at certain times. Because the system is networked, all administration on can be done from a central point. Nett plus is one of three control units for the Nett system. It is the most advanced control unit, employing the latest technology and offering huge potential for future expansion. As security technology develops, Nett plus can take full advantage. Using Nett plus ensures that the investment in access control is safe no matter how the system requirements change. Nett plus has on -board TCP /IP to allow direct connect on to a computer network. This can save me, money and result in a better, more resilient system. Nett plus control units can also be connected together using a dedicated RS485 network. This reduces the number of TCP /IP network points required for larger systems. As with all Nett control units, Nett plus is designed to work seamlessly in the event of communications failure. It will continue to permit or deny access to users as appropriate. Once communications are re- established the activity is reported back to the PC. SACRAMENTO YUBA CITY EUREKA CHICO REDDING 916- 927 -1500 530- 741 -2044 707445 -3204 530- 895 -8442 530- 223 -2979 Parts list included within this quote: 1 1 Pelco Power Supply 50va PAXTON Parts 2 Reader POE Starter Kit; Includes (2) Net2PIus, Enrollment Reader Net2 PLUS INTELLIGENT IP1485 DUAL TECHNOLOGY CONTROLLERS 4 Net2 Plus; POE input power supply, (2)12Vdc outputs, metal cabinet, UL approved PROXIMITY CARD READERS 4 PROXIMITY P75 Reader, UL approved KEYPAD READERS 4 75 series backbox adaptor kit CREDENTIALS /TOKENS 25 Nett proximity keyfobs, box of 10 MISCELLANEOUS ACCESSORIES 4 Request to exit PIR sensors 4 Readers 250 each keyfobs nm SACRAMENTO YUBA CITY EUREKA CHICO REDDING 916 - 927 -1500 530- 741 -2044 707 -445 -3204 530- 895 -8442 530- 223 -2979 4 each request to exit PIR sensors. Investment for installed mcess control Paxton parts: $5,903 Cat 6 and electronic strike cabling for the doors: 400 CAT6 Bulk Cable - MIG+ U /UTP CMR 23AWG 250 22/4 Security cable Shielded CMR 100 22/8 Security cable Shielded CMR 8 Keystone Jack - CAT6, MIG +, Data Grade 1 Patch Panel - CAT6, 24 Port 110 -IDC, 19' xl %' H xi %'(D), UL 4 Allen Tel 1 port faceplate 4 CAT6 Patch Cord -1', Sna less, Mold - Injection, UTP - Blue 4 CAT6 Patch Cord - 3' Sna less Mold - Injection, UTP - Blue Investment for cabling and installation of cabling: $500 Door Hardware: 12 Pair Glass Doors with Wide Styles No Mullion between pair Jackson Concealed Vertical Rod Exit Devices Auto Open Closer on active side Concealed Closer on inactive side 9,10 Pair Glass Doors with Wide Styles No Mullion between pair Jackson Concealed Vertical Rod Exit Devices Concealed Closers SACRAMENTO YUBA CITY 916- 927 -1500 530- 741 -2044 EUREKA CHICO REDDING 707 -445 -3204 530- 895 -8442 530- 223 -2979 it Pair Glass Doors with Wide Styles No Mullion between pair Concealed Closers Investment for door hardware: $4,300 Labor for proiect: $5,965 Insurance and Subrogation $1,600 Total investment for access control hardware, cabling, door hardware and installation: Civic Center $18,268 plus $869.62 tax Prices are good until 12131115. If you have any questions, please contact Jack Stevenson 530 -510 -9751. SACRAMENTO YUBA CITY EUREKA CHICO REDDING 916 - 927 -1500 530- 741 -2044 707 -445 -3204 530- 895 -8442 530- 223 -2979 CELEBRATING 41 YEARS! 1974-2015 GAYNOR CORPORATE HEADQUARTERS Created By: Jack Stevenson 9650 Tanqueray Court Redding, CA 96003 530 -223 -2979 ext. 135 PH: (530) 223 -2979 ext. 135 Cell. 530 -510 -9751 FAX: (530) 224 -9236 www.GavnorTelesys.coin City of Ukiah 1213115 Attn: Scott Shaver, Sage Sanglacomo, Chris Dewey, and Cody Jennings SCHEDULE "A" — Civic Annex Access Control System: 1 each Nett Software. Net2 Software Nett software is designed to feel immediately familiar to any Windows user. It will organize and report on thousands of users and hundreds of doors. Nett standard software contains all of the basic access control features to control access privileges and report on users. Other features include multiple workstations, time and attendance monitoring, video integration, site graphics and control of remote sites using TCP /IP or modems. Net2 professional software contains all of the features of Nett standard but with the addition of fire alarm integration, roll call /muster reporting and anti - passback. 1 each Nett desktop enrollment reader. USB UL approved. 3 each Net2 plus small ABS housing and Net2 plus controller. Nett is a PC based security system for controlling access through doors. Nett allows users to be given access to particular areas at certain times. Because the system is networked, all administration on can be done from a central point. Nett plus is one of three control units for the Nett system. It is the most advanced control unit, employing the latest technology and offering huge potential for future expansion. As security technology develops, Nett plus can take full advantage. Using Nett plus ensures that the investment in access control is safe no matter how the system requirements change. Nett plus has on -board TCP /IP to allow direct connect on to a computer network. This can save me, money and result in a better, more resilient system. Nett plus control units can also be connected together using a dedicated RS485 network. This reduces the number of TCP /IP network points required for larger systems. As with all Nett control units, Nett plus is designed to work seamlessly in the event of communications failure. It will continue to permit or deny access to users as appropriate. Once communications are re- established the activity is reported back to the PC. SACRAMENTO YUBA CITY EUREKA CHICO REDDING 916- 927 -1500 530- 741 -2044 707-445-3204 530- 895 -8442 530- 223 -2979 Parts list included within this quote: 3 Readers LJ 3 each request to exit PIR sensors. SACRAMENTO YUBA CITY EUREKA CHICO REDDING 916- 927 -1500 530- 741 -2044 707 -445 -3204 530- 895 -8442 530- 223 -2979 Nett PLUS INTELLIGENT IP1485 DUAL TECHNOLOGY CONTROLLERS 3 Nett Plus; POE input power supply, (2)12Vdc outputs, metal cabinet, UL approved PROXIMITY CARD READERS 3 PROXIMITY P75 Reader, UL approved KEYPAD READERS 3 75 series backbox adaptor kit MISCELLANEOUS ACCESSORIES 3 Request to exit PIR sensors 3 Readers LJ 3 each request to exit PIR sensors. SACRAMENTO YUBA CITY EUREKA CHICO REDDING 916- 927 -1500 530- 741 -2044 707 -445 -3204 530- 895 -8442 530- 223 -2979 Investment for installed recess control Paxton parts: $2,746 Cat 6 and electronic strike cabling for the doors: 500 CAT6 Bulk Cable - MIG+ U /UTP CMR, 23AWG 250 22/4 Security cable Shielded CMR 100 22/8 Security cable Shielded CMR 6 Keystone Jack - CAT6, MIG +, Data Grade 1 Patch Panel - CAT6 24 Port 110 -I1DC, 19' W x1' /+' H x1'/.' D , UL 3 Allen Tel 1 port faceplate 3 CAT6 Patch Cord -1', Sna less, Mold - Injection, UTP - Blue 3 CAT6 Patch Cord - 3', Sna less, Mold - Injection, UTP - Blue Investment for cabling and installation of cabling: $400 Door Hardware: 2 Pair Glass Doors with Wide Styles No Mullion between pair Jackson Concealed Vertical Rod Exit Devices Auto Open Closer on active side Concealed Closer on inactive side 1,8 Pair Glass Doors with Wide Styles No Mullion between pair Jackson Concealed Vertical Rod Exit Devices Concealed Closers Investment for door hardware: $4,200 Labor for project: $5,122 Insurance and Subrogation $1,250 Total investment for access control hardware, cabling, door hardware and installation: Civic Annex $13,718 plus $596.86 tax Prices are good until 12131115. If you have any questions, please contact Jack Stevenson 530 -510 -9751. SACRAMENTO YUBA CITY EUREKA CHICO REDDING 916 - 927 -1500 530- 741 -2044 707 -445 -3204 530- 895 -8442 530- 223 -2979 City of Ukiah ITEM NO.: 13c MEETING DATE: December 16, 2015 AGENDA SUMMARY REPORT SUBJECT: CONSIDERATION OF PHASE TWO OF REORGANIZATION PLAN FOR THE CITY MANAGER TRANSITION AND APPROVAL OF THE CORRESPONDING BUDGET ADJUSTMENTS TO BE INCORPORATED INTO THE FISCAL YEAR 15/16 BUDGET AT MID -YEAR ALONG WITH AUTHORIZATION TO RECRUIT A COMMUNITY SERVICES ADMINISTRATOR. Summary: Following the appointment of Sage Sangiacomo from Assistant City Manager to City Manager, a reorganization of positions was initiated to focus resources, adequately address workload, and achieve a higher level of efficiency. Staff will present Council with an item that continues that discussion. Background: This past June, Sage Sangiacomo was promoted from Assistant City Manager to City Manager. The change in position and role necessitated an organizational review of functions to ensure ongoing coverage of tasks and responsibilities. At the July 151 Council meeting, the first phase of a reorganization plan was discussed and approved. The outcome was to add a part-time Community Services Supervisor, a Senior Management Analyst position to the City Manager's Office (eliminating the 32 -hour Grant & Project Administrator), and a full -time Deputy City Clerk/Administrative Assistant position, along with the elimination of the Assistant City Manager position. Discussion: Initially, Phase II of the transitional plan would include additional support to the Business, Economic, Grant and Housing Services Department. However, the Planning Department and the Senior Management Analyst, along with our partnerships with other agencies like the Community Development Commission, have been shouldering this responsibility successfully and effectively addressing the current workload. Furthermore, the existing budget includes a 20 -hr Project Analyst position in Economic Development. The current part-time Community Services Supervisor Maya Simerson would assume that role. In doing so we increase efficiencies for Economic Development, and provide for continuity and support for Community Services during the transition. No additional changes to the Community Services Department were initially recommended. However, this department includes a diverse operational group including: General Government Buildings, Parks, Continued on Page 2 RECOMMENDED ACTION(s): Consideration of Phase II reorganization plan for the City Manager transition and approval of the corresponding budget adjustments to be incorporated into the Fiscal Year 15/16 Budget at midyear along with authorization to recruit a Community Services Administrator. ALTERNATIVES: Provide additional direction to the City Manager regarding the requested reorganization. Citizens advised: N/A Requested by: Sage Sangiacomo, City Manager. Prepared by: Maya Simerson, Community Services Administrator. Coordinated with: Sage Sangiacomo, City Manager; Melody Harris, Director of Human Resources; Sheri Mannion, Senior Management Analyst; and Shannon Riley, Senior Management Analyst. Presenters: Maya Simerson, Community Services Analyst and Sage Sangiacomo, City Manager. Attachment: 1. Draft Job Description for Community Services Administrator. COUNCIL ACTION DATE: : ❑ Approved ❑ Continued to ❑ Other RECORDS APPROVED: ❑ Agreement: ❑ Resolution: ❑ Ordinance: Approved: Sa Sangiac anager Page 2 of 2 Recreation, Golf, Museum, Conference Center, Facilities, and Information Technology. After continued analysis during this transition period, Staff has determined that the workload, assets, and supervision requirements associated with managing the Community Services Department warrant a full -time leadership position. Previously, the Department was managed with the support of a full -time supervisor position under the direction of the Assistant City Manager. Neither of these positions currently exist. Over the years, the City has made significant progress to empower departments with a greater level of management autonomy. The results include supervisors and team members taking a higher level of responsibility for the operations of their respective departments. However, the part-time Community Services Supervisor supports such a wide range of departments and projects that, despite the highly efficient work being done by the division supervisors and team members, the department is not operating at its most effective level. There remains the need for full -time department level supervision for personnel matters, asset and financial management, project needs and general oversight. Furthermore, this department relies heavily on grants to help keep the programs sustainable; having time dedicated to grant applications and implementation is a jeopardized necessity and should not be compromised. While in most municipal operations the department would be under the management of a director level position, Ukiah's department has been successfully run by a Community Services Administrator. This position is specifically responsible for the planning, directing, supervising, and coordination of recreation activities, park and golf facilities, management of City facilities, and special events. Additionally, the position oversees the department budget and the staff, which varies seasonally from 32.6 FTE to 42.6 FTE. By reinstating this position to a Community Services Administrator, the high level of efficiency for the department will be restored. The following matrix revisits the Phase I transitional plan approved by Council last July and incorporates in the Phase II proposal. As shown below the impact to the General Fund is still realizing an overall savings. Staff recommends Council authorize the recruitment of a Community Services Administrator (Draft job description is Attachment 1) and approval of the corresponding budget amendment to be incorporated in the mid -year adjustments. Final Fiscal Im act: Reorganized Position Reorganization Eliminated Position Eliminated Costs Costs Item #1 Community Services $136,004 _ Assistant City Manager $202,500 Administrator Item #2 FT Senior Management $144,321 Project Analyst (Community $48,270 Analyst to the CM Services Item #3 Deputy City $83,804 Community Services $53,642 Clerk/Administrative Supervisor (part time) Assistant 32hr Project & Grant $97,665 Administrator Total: $364,129 Total: $402,077 For the purpose of evaluating fiscal impacts, costs are calculated at the top step within each range and are fully loaded including wages and benefits. Additionally please note that the Community Services Administrator is allocated to all the divisions it oversees, some of which are not General Fund accounts, therefore it does not fully impact the General Fund. JOB DESCRIPTION COMMUNITY SERVICES ADMINISTRATOR (Exempt /Management Position) Attachment 1 DEFINITION Under administrative direction of the City Manager, or designee, to serve as Community Services Administrator with specific responsibility for the planning, directing, supervising, and coordinating of recreation activities, park and golf facilities, management of City facilities, and special events; to provide highly responsible staff assistance to the City Manager's Office on special projects and programs, and do related work as assigned. EXAMPLES OF DUTIES: (These examples are intended only as illustrations of the various types of work performed. The examples of work performed are neither restricted to nor all- encompassing of the duties to be performed under this job title.) (E= Essential Duty; M =Major Portion of Time) • Plan, supervise, and coordinate a comprehensive program of recreation, park, rental facilities, and golf activities. (E -M) • Identify, plan, and implement community recreation /park programs and special events based on community needs and long -range planning. (E -M) • Supervise, plan, and coordinate the maintenance and repair of City owned and /or operated facilities including, the Civic Center, Conference Center, Sun House Museum, City parks, Alex Rorabaugh Recreation Center, golf course and other various facilities. (E, M) • Develop and implement departmental goals, objectives, policies, budgets, and priorities. (E -M) • Oversee, inspect, and track rates of contractor performance and progress according to industry standards and contract specifications (E, M). • Develop, review, and implement standard operating procedures for special events, recreation programs, and facilities (E). • Provide or coordinate staff training; supervises and evaluates employees; works with employees to correct performance deficiencies. (E, M) • Develop and coordinate sponsorship and marketing plans for various programs and divisions within the Community Services Department. (E) • Actively solicit sponsorships and coordinates fundraising activities and volunteers. (E) • Directs daily financial expenditures and monitors accounting and financial summaries; prepares purchase requisitions; prepares written reports, as necessary and /or assigned (E, M). • Provide staff assistance to the Park, Golf and Recreation Commission, Paths, Open Space, and Creeks Commission and various other commissions and committees as assigned. (E) • Prepare grant applications, monitor and perform grant reporting, and coordinate with various granting agencies. (E, M) • Coordinate and administer capital improvement projects for the Department including the coordination of staff, volunteers, and contractors. (E, M) • Plan, supervise, and coordinate the design, contractor bidding and construction of new or remodeled City facilities. (E -M) • Negotiate and implement contracts with various contractors and vendors providing services or improvements to the City. (E) • Represent the City in the community, at professional meetings, and to other governmental agencies as required. (E) • Coordinate activities with other City departments and divisions, community groups, and outside agencies. (E) • Responds to questions from citizens and provides information to the public, investigating complaints and recommending or taking corrective action as necessary to resolve complaints. (E) • Prepares and presents reports to the City Council (E, M) 300 SEMINARY AVENUE UKIAH, CA 95482 -5400 Phone# (707) 463 -6200 Fax# (707) 463 -6204 Web Address: www.cityofukiah.com • Work flexible hours. (E) • Perform other duties as assigned. QUALIFICATIONS Knowledge of: • Principles, practices, and techniques of organizational administration, budget, and personnel management. • Principles, procedures, and requirements used in developing and administering a coordinated community service program adapted to the particular needs of the community, including youth and cultural activities. • Principles of supervision, training, and performance evaluations. • City operations, rules, policies, and methods. • Project planning, development, and construction including basic concepts of public works project bidding and construction techniques. • Park, Golf Course, and facilities planning, development, and maintenance. • Concepts, objectives, and requirements of parks and recreation programs. • Research methodology and methods of report preparation and presentation • Pertinent Federal, State, and local laws, codes, and regulations. • Modern office procedures, methods, and computer equipment. • Business letter writing and basic report preparation. • Recent developments, current literature, and sources of information related to leisure services planning and administration. • Public relations principles and techniques. • Other special projects as assigned. Ability to: • Plan, organize, and supervise citywide programs for golf, parks, and city facilities. • Communicate clearly and concisely, both orally and in writing. • Work well in a fast - paced, often hectic environment, and meet established deadlines. • Perform responsible and difficult work involving the use of independent judgment and personal initiative. • Properly interpret and make decisions in accordance with laws, regulations, and policies. • Supervise, train, and evaluate staff. • Research analyze, interpret, and evaluate new service delivery methods, procedures, and techniques. • Negotiate business and vendor contracts. • Work cooperatively with other departments, City officials, and outside agencies to analyze issues, identify alternative solutions, project consequences of proposed actions, and implement recommendations in support of goals. • Generate support and enthusiasm of leaders, participants, groups, and agencies in recreation programs. • Read and interpret construction plans and specifications. • Operate and use a computer and appropriate software programs for long periods of time. • Type 40 words per minute. • Work flexible hours, including evenings, weekends, and holidays. EXPERIENCE /EDUCATION Any combination of education and experience equivalent to a Bachelors Degree in program /project development and implementation, recreation, public administration, or closely related field, and four years of responsible administrative or supervisory experience, preferably in recreation development and implementation, and educational work in recreation or a related field. SPECIAL REQUIREMENT Possession of a valid Class C California Driver's License. 300 SEMINARY AVENUE UKIAH, CA 95482 -5400 Phone# (707) 463 -6200 Fax# (707) 463 -6204 Web Address: www.cityofukiah.com S: \Human Resources \Human Resources \COU JOB DES Files\ COMMUNITYSERVICES \ComServGenServDirector JobDeS.doc 300 SEMINARY AVENUE UKIAH, CA 95482 -5400 Phone# (707) 463 -6200 Fax# (707) 463 -6204 Web Address: www.cityofukiah.com ITEM NO.: 13d MEETING DATE: December 16, 2015 City of ukiahz AGENDA SUMMARY REPORT SUBJECT: AWARD PURCHASE OF A NEW VACTOR TRUCK TO OWEN EQUIPMENT FOR THE WATER AND SEWER DEPARTMENTS IN THE TOTAL AMOUNT OF $423,110.94 AND APPROVE CORRESPONDING BUDGET AMENDMENT AND TRANSFER. Summary: Council will consider awarding the purchase of a new Vactor Truck for the Water and Sewer Departments. Background: During the course of the budget adoption process for Fiscal Year 2015 -2016, Council approved the inclusion of funds for the purchase of a new Vactor truck for the Water and Sewer Operations Department in the amount of $400,000 split equally between the two funds. Discussion: Submitted for the City Council's consideration and action is Staff's recommendation to award the purchase of a new Vactor Truck with a 10 -cubic yard capacity, single engine dual stage fan unit with 1000 gallons of water, mounted on a 2017 Kenworth T440 4x2 with Cummins ISL 370 HP Engine, Allison 3000 RDS Transmission in the amount of $391,316.48 plus tax of $31,794.46 for a total of $423,110.94 to Owen Equipment. Owen Equipment provided a quote on December 10, 2015, based on the National Joint Powers Alliance (NJPA Contract #022014 -FSC), which is a national, competitively bid cooperative purchasing agreement (Attachment #1). As per Municipal Code Section 1522, purchases may be made through cooperative purchasing agreements such as NJPA or HGAC -Buy. This purchase would replace the existing 2000 VacCon Combination Jet/Vac truck (Attachment #2) which is used for maintenance of the water distribution and sewer collection systems. This equipment has both pumping and jetting capabilities and is used to keep all of the sewer main lines free from blockages. It is also used for cleaning of lift stations and catch basins where heavy grit, sediment, sludge, and other semi- solid and wet solid removal is needed. This is an essential piece of equipment, necessary in an emergency, for clearing any blockage, and for cleaning up the area to help reduce any potential fines. Continued on Page 2 RECOMMENDED ACTION(S): Award purchase of one new Vactor truck as described above to Owen Equipment for the Water and Sewer Departments in the total amount of $423,110.94 and approve corresponding budget amendment and transfer. _ALTERNATIVES: Do not award purchase. Citizens advised: N/A Requested by: Don Brown, Water /Sewer Leadworker. Prepared by: Jarod Thiele, Public Works Project Analyst. Coordinated with: Tim Eriksen, Public Works Director /City Engineer; Dan Hunt, Water /Sewer /Streets Maintenance Supervisor; Mary Horger, Purchasing Supervisor; Mary Williamson, Buyer. Presenter: N/A Attachments: 1. Owen Equipment Quote, dated December 10, 2015. 2. Vactor Replacement Justification COUNCIL ACTION DATE: : ❑ Approved ❑ Continued to ❑ Other RECORDS APPROVED: ❑ Agreement: ❑ Resolution: ❑ Ordinance: Note Please write Agreement No. in upper right corner ofagreement when drafted Approved: -TV Sang mo, City Manager Page 2 of 2 FISCAL IMPACT: Budgeted New Appropriation Budget Previous Amount in Source of Funds Account Number Amendment Contract or Purchase Order 15 -16 FY (Title & No.) Required No. Water Fund Balance - $200,000 $11,555.48 82224413.80100 Yes ® No ❑ N/A $200,000 Waste Water Fund 84024421.80100 Balance- $11,555.47 Attachment 1 Z&AL=r7 �Qui�amEnT Environmental Sales • Service • Parts • Rentals December 10, 2015 City of Ukiah 1320 Airport Road Ukiah, CA 95482 Mr. Don Brown, In accordance with your request, we are pleased to submit the following NJPA quote (Contract #022014 -FSC) for your consideration and approval: One (1) New VACTOR 10 -Cubic Yard Capacity, Single Engine Dual Stage Fan unit with 1000 Gallons of Water, mounted on a 2017 Kenworth T440 4 X 2 with Cummins ISL 370 HP Engine, Allison 3000 RDS Transmission. Equipped with all Standard and Optional Equipment as listed: Standard Options Included: ✓ One Alum Tool Box - Weather Proof Lockable - 48 x 22 x 24 Passenger Side, Sub frame ✓ Aluminum Fenders ✓ Mud Flaps ✓ Electric /Hydraulic Four Way Boom ✓ Color Coded Sealed Electrical System ✓ Remote Pendant Control With 35' Cord ✓ Double Acting Hydraulic Dump Hoist Cylinder ✓ 2" Y Strainer with 25' Fill Hose ✓ Handgun Assembly And 1/2" X 35' Hose, With Quick Disconnect ✓ Ex -Ten Steel Cylindrical Debris Tank ✓ Flexible Hose Guide ✓ (3) Nozzles With Carbide Inserts And Nozzle Rack ✓ Suction Tube Storage: Curbside 2 Pipe, Rear Door 2 Pipe ✓ 1" Nozzle Pipe ✓ Flat Rear Door With Hydraulic Locks And Door Power Up, Power Down, Open /Close. ✓ Dua11o" SS Float Shut Off System /Rear Mounted ✓ SS Micro Strainer Prior to Blower ✓ Debris Body Vacuum Relief System ✓ Debris Deflector Plate ✓ Liquid Float Level Indicator ✓ Blower Air Shift Controls ✓ Low Water Light & Alarm ✓ 3" Y Strainer At Water Pump W /3" Drain Valve ✓ Midship Handgun Coupling ✓ 600' of 1" Sewer Hose, 2500 PSI ✓ Side Mount Water Pump ✓ Hose Wind Guide, Dual Roller ✓ Hose Footage Counter, Mechanical ✓ Hose Reel Manual Hyd Extend /Retract ✓ Hose Reel Chain Cover (Full) ✓ Hydraulic Extending 15" Hose Reel (l000' Capacity) ✓ Tachometer /Chassis Engine ✓ Circuit Breakers ✓ LED Lights, Clearance, Back Up, Stop, Tail and Turn ✓ Tow Hooks Front and Rear ✓ Electronic Back Up Alarm ✓ Module -Wet On Wet DuPont Paint ✓ 8" Vacuum Pipe Package — 40' Vacuum Pipe ✓ Emergency Flare Kit ✓ Fire Extinguisher - 5# ✓ 48" Dump Height (l000 Gallons) ✓ Vansco- Electronic Package ✓ Performance Package: Hyd Variable Flow, Dual Hyd Pumps ✓ Boom Transport Cradle Portland 13101 NE Whitaker Way I PO Box 30959 1 Portland, OR 97294 1 (503) 255 -9055 1 (800) 992 -3656 1 fax (503) 256 -3880 Kent 8721 South 218th Street I Kent, WA 98031 1 (253) 852 -5819 1 (800) 422 -2059 1 fax (253) 852 -8913 Fairfield 1085 Horizon Drive I Fairfield, CA 95838 1 (800) 992 -3656 1 fax (707) 422 2444 www.owenequipment.com C FliEn EquiPmEnr Environmental Sales • Service • Parts • Rentals Optional Items Included ✓ Debris Body Flush Out System ✓ Fan Housing Washout System ✓ Debris Body Vacuum Relief System with Debris Body Load Limit Alarm ✓ (1) 6" Knife Valve Rear Door @ 6:oo (1) 6" Knife Valve Rear Door @ 3:00 ✓ FULL DOOR Decant Screen ✓ Centrifugal Separators ✓ Fold Down Pipe Rack, Curbside • Fold Down Pipe Rack, Street Side • i set 8" -6" Pipe Rack Reducers ✓ Splash Shield Bolted to Body Flange /Rear Door • Lube Manifold • Low Water Alarm with Warning Light • Laval Water Separator • 1o' Telescopic Boom with 18o- Degree Rotation • Joystick Control for Boom Function ✓ 5o GPM /3000 PSI Water System In Lieu of Standard Water System • i,000' of 3/4" Rodder Hose • Digital Hose Counter • Accumulator System for Water Pump • Front and Rear Handgun Couplers • Retractable Hand Gun Hose Reel • Hydro Excavation Package w /Retractable reel 50'X3/8„ • Telescoping /Rotating Hose Reel with Dual Controls • Automatic Hose Level Wind Guide • Hydraulic Shut -Off Valves at Suction, Return and Filter line (3) • Hydraulic Oil High Temp Alarm & Light • Heavy Duty Elbow on Boom • Rodder Pump Drain Valves (2) • Hand light with Bumper Plug • Whelen Model #MPBB Micro Pioneer Super - LED Work light, for Operator Station ✓ Whelen Model #MPBB Micro Pioneer Super - LED Work lights, (2) LED Rear Door ✓ Whelen Model #MPBB Micro Pioneer Super - LED Work lights (2) LED on Telescopic Boom ✓ Camera System -Front & Rear • 3" Y strainer @ fill ILO 2" w/25" fill hose • Wireless Belly Pack Remote • Owen LED Light Package, Title 13 compliant (2) Mirror Mounted Strobes (4) Surface mounted LED strobes (1) LED Arrowstick mounted on rear door • Long handle tool storage • Lay Flat Drain Hose Storage at rear • Vactor Manuals • Dupont Imron Elite Paint • Safety Cone (18" style) Storage Rack -Plate Style • Lights in tool boxes • Mount all Vactor Controls in dash • Chassis includes driver and passenger, vinyl air ride seats, electronic doors and windows • Maximize Toolbox Storage • Behind Cab Toolbox • Trip to Vactor for 2 Ukiah Personnel • Vanguard Anti- Bacterial System TOTAL LIST PRICE F.O.B. Ukiah, Ca: ........................................ $437,764-48+Tax NJPADiscount .............................................. ............................... ($46,440) TOTAL NJPA PRICE F.O.B Ukiah, Ca .......... ............................... $391,316.48 +Tax LICENSING AND REGISTRATION ................ ............................... INCLUDED Portland 13101 NE Whitaker Way I PO Box 30959 1 Portland, OR 97294 (503) 255 -9055 1(800)992-3656 1 fax (503) 256 -3880 Kent 8721 South 218"' Street I Kent, WA 98031 1 (253) 852 -5819 1 (800) 422 -2059 1 fax (253) 852 -8913 Fairfield 1085 Horizon Drive I Fairfield, CA 95838 1 (800) 992 -3656 1 fax (707) 422 2444 www.owenequipment.com CuEn EQLJ /�7'/TiEiiT Environmental Sales • Service • Parts • Rentals THE PROPERTY HEREIN IS GUARANTEED BY MANUFACTURER'S WARRANTY ONLY AND SELLER MAKES NO WARRANTY EXPRESSED OR IMPLIED, OF MERCHANTABILITY OR OTHERWISE, OR OF FITNESS FOR ANY PARTICULAR PURPOSE, THAT EXTENDS BEYOND THE ABOVE DESCRIPTION OF THE EQUIPMENT. NOTE: Price is good until December 16 201 . Cost increases due to the addition of Government mandated safety or environmental devices incurred after the date of this proposal, will be charged to you at our cost. Proof of such costs, if any, will be documented. TAXES: SALES TAX applicable at time of delivery will be shown on our invoice. FEDERAL EXCISE TAXES, if applicable, will require payment unless a properly executed Exemption Certificate is submitted. DELIVERY: Approximately .goo Days ARO TERMS: Net 10 Days We appreciate the opportunity to present this proposal and look forward to being of further and continued service. If you have questions, please contact me at (916) 717 -0873. Since, ` 56A E&o Scott Elrod Territory Manager Portland 13101 NE Whitaker Way I PO Box 30959 1 Portland, OR 97294 1 (503) 255 -9055 1 (800) 992 -3656 1 fax (503) 256 -3880 Kent 8721 South 2181' Street I Kent, WA 98031 1 (253) 852 -5819 1 (800) 422 -2059 1 fax (253) 852 -8913 Fairfield 1085 Horizon Drive I Fairfield, CA 95838 1 (800) 992 -3656 1 fax (707) 422 2444 www.owenequipment.com Attachment 2 1. City of Ukiah Vactor Replacement Justification Proposed Vehicle: 2017 Freightliner 114SD 4X2 with Cummins ISL 370 HP Engine, Allison 3000 RDS Transmission, 10 -Cubic Yard Capacity, Single Engine Dual Stage Fan unit with 1,000 Gallons Water Capacity, or equal. Department: Public Works. Area of use: Water and Sewer Operations Division. Prepared by: Jarod Thiele, Public Works Project Analyst and Dave Kirch, Lead Equipment Mechanic. 1 VEHICLE PURPOSE a Need for Vehicle within Department Fleet This vehicle will be used daily for all of the Water and Sewer Division maintenance of the water distribution and wastewater collection systems. 2 REPLACEMENT JUSTIFICATION 2.1 Current Vehicle Description, Mileage, Funding Source and Market Value The vehicle being replaced is #2514. It was purchased in 2000. Currently it has 8,000 hours on it. This vehicle is in fair to poor condition, however, there is a large amount of repairs needed. Funding: Equipment Reserve (fund 220) Estimated Value: $45,000. 2.2 Maintenance Costs Overall Condition, Maintenance Costs, Out of Service Time, Parts Availability, and Associated Safety Issues Overall Mechanical Condition: This vehicle is in fair to poor mechanical condition. Currentlq, this vehicle is in need of a new Heui injection system on the main engine and fan blower assembly. The estimated cost of these repairs is $20,000. Maintenance Costs: For the past year this vehicle has incurred approximately $11,000 in parts and labor costs. Out of Service Time: This vehicle was out of service for 71 hours over the last fiscal year. In addition, this vehicle will be used minimally after the end of 2015 due to diesel emission requirements. In order for it to comply with California Air Resources Board (CARB) standards, it would cost approximately $150,000 to re -power both engines in addition to the repairs mentioned above. Parts Availability: Yes, most parts are available from the factory. Associated Safety Issues: None 2.3 Shared Resources Define any Resources Currently Available within the City of Ukiah Fleet which could be Utilized for this Purpose. This vehicle will have to be sold out of state as it will not comply with CARB emissions standards. 3 PROPOSED VEHICLE SPECIFICATIONS Proposed Vehicle Specifications 10 -Cubic Yard Capacity, Single Engine Dual Stage Fan unit with 1000 Gallons of Water, mounted on a 2016 Freightliner 114SD 4X2 with Cummins ISL 370 HP Engine, Allison 3000 RDS Transmission, or equal. COST - $400,000 4 ALTERNATIVE FUEL AND CARB REGULATIONS 4.1 Alternative Fuels Availability Proposed Vehicle Alternative Fuels Availability Alternative fueled vehicles for this type of use are not available. 4.2 CARB STANDARDS CARB STANDARDS The purchase will comply with all CARB regulations. City aj Ukiah ITEM NO.: 13e MEETING DATE: 12/16/15 AGENDA SUMMARY REPORT SUBJECT: AWARD OF BID FOR RENOVATION OF THE OAK MANOR PARK PICNIC AREA IN THE AMOUNT OF $84,200 TO SIRI GRADING & PAVING, INC. FUNDED BY THE PROP 1C HOUSING RELATED PARKS PROGRAM GRANT. Summary: The Council will consider awarding a contract to Siri Grading & Paving, Inc. in the amount of $84,200 for Spec No. 15 -18, Oak Manor Park. Background: In November of 2014 the City secured grant funding from the Prop 1C Housing Related Parks Program. The grant funds are restricted for use in a Qualifying Park Project location only. Oak Manor Park meets the requirements set forth in the grant guidelines. Once the park location was determined, staff met with the Parks Recreation and Golf Commission (PRGC) to evaluate the needs in the park. Oak Manor Park is one of our most heavily used parks for private events. The existing picnic area has limited seating and often does not adequately address the needs of our community. Many times you will find users bringing in their own tables and chairs, which is inconvenient for our residents and can be damaging to the park facility itself. This project will provide two picnic areas and improve pathways. Discussion: Plans and specifications for this project were done by Gates and Associates. They worked with staff to draft a Request for Bid (see attachment #1) that fell within the amount of grant funding available to us and that would be realistic to accomplish within the grant's timeline. The existing picnic area will be replaced with new picnic tables in two pods that will accommodate 100 people. It will also have a serving table and 3 barbeques. Additionally, one of these two groups of tables will have a shade cloth covered structure to provide relief from the sun during the middle of the day. A second, smaller picnic area will be installed to the northwest of the children's play structure for a group of approximately 30 people. This second picnic area will have two barbeques, and be tucked up close enough to the existing trees to be shaded the majority of the time. Continued on Paae 2 RECOMMENDED ACTION(S): Award of bid for Spec. No. 15 -18 Oak Manor Park in the amount of $84,200 to Siri Grading & Paving, Inc., funded by the Prop 1 C Housing Related Parks Project. ALTERNATIVES: Reject the bid and provide alternate direction to staff. Citizens advised: N/A Requested by: N/A Prepared by: Mary Horger, Purchasing Supervisor; and Maya Simerson, Community Services Supervisor. Coordinated with: Sage Sangiacomo, City Manager. Presenters: Mary Horger, Purchasing Supervisor; and Maya Simerson, Community Services Supervisor. Attachments: 1. Request for Bid 2. Bid tabulation results COUNCIL ACTION DATE: ❑ Approved ❑ Continued to RECORDS APPROVED: ❑ Agreement: ❑ Resolution: Note: Please write Agreement No. in upper right corner of agreement when drafted.. ti Approved: S e Sangi omo, City Manager ❑ Other ❑ Ordinance: Page 2 of 2 The bid notice was distributed to those listed contractors on the Qualified Bidder's list that held a Class A — General Engineering, Class B — General Building, and /or C27 — Landscaping Contractor's License. The bids were also distributed to Builders Exchanges, and posted on the City's website. Bids were opened on December 1011, 2015. Five bids were received. Siri Grading & Paving was the lowest, responsible bid at a Base Bid of $84,200, and an Additive Alternate 1 price of $8,000.00. Please see attachment #2 for the full bid tabulation. Due to grant funding limitations, Staff recommends awarding the Base Bid only to Siri Grading & Paving in the amount of $84,200. Note: As a cost and time saving measure, the site furnishings for this project are being purchased by the City and supplied to the contractor. FISCAL IMPACT: Budgeted New Appropriation Budget Previous Contract Amount in Source of Funds Account Number Amendment or Purchase Order 15 -16 FY (Title & No.) Required No. $142,800 Oak Manor Park Renovation 30022200.802300 Yes ❑ No ® N/A Attachment 1 CITY OF UKIAH MENDOCINO COUNTY, CALIFORNIA SPECIAL PROVISIONS FOR OAK MANOR PARK SPECIFICATION NO. 15 -18 CITY OF UKIAH DEPARTMENT OF COMMUNITY SERVICES 300 Seminary Avenue Ukiah, California 95482 -5400 Bids Open: December 10, 2015 2:00 p.m. Office of City Clerk CITY OF UKIAH MENDOCINO COUNTY, CALIFORNIA CITY COUNCIL: DOUGLAS CRANE — MAYOR STEVE SCALMANINI — VICE MAYOR JIM BROWN — COUNCIL MEMBER KEVIN DOBLE — COUNCIL MEMBER MAUREEN MULHEREN — COUNCIL MEMBER SAGE SANGIACOMO — CITY MANAGER TIM ERIKSEN - DIRECTOR OF PUBLIC WORKS / CITY ENGINEER MARY HORGER — PURCHASING SUPERVISOR KRISTINE LAWLER — CITY CLERK R. ALLEN CARTER - CITY TREASURER CITY OF UKIAH DEPARTMENT OF COMMUNITY SERVICES November 2015 NOTICE TO BIDDERS INSTRUCTIONS TO BIDDERS. TABLE OF CONTENTS GENERAL CONDITIONS SECTION 1. PROPOSAL REQUIREMENTS AND GENERAL CONDITIONS..... 1 -01. Definitions 1 -02. Examinations of Plans, Special Provisions and Site of Work 1 -03. Proposal 1 -04. Withdrawal of Bids 1 -05. Public Opening of Bids 1 -06. Bid Guaranty 1 -07. Qualification of Bidders 1 -08. Disqualification of Bidders 1 -09. Identification of Subcontractors 1 -10. General Provisions of the Standard Specifications SECTION 2. AWARD AND EXECUTION OF CONTRACT 2 -01. Award of Contract 2 -02. Return of Proposal Guaranties 2 -03. Execution of Contract SECTION 3. SCOPE AND INTENT OF CONTRACT.... 3 -01. Effect of Inspection and Payments 3 -02. Effect of Extension of Time 3 -03. Extra Work 3 -04. Assignment of Contract 3 -05. Subcontractors 3 -06. Interpretation of Special Provisions and Drawings 3 -07. Liability of City Officials 3 -08. Dispute Resolution SECTION 4. BONDS ............. ............................... 4 -01. Faithful Performance Bond 4 -02. Material and Labor Bond 4 -03. Defective Material and Workmanship Bond 4 -04. Notification of Surety Companies SECTION 5. INSURANCE REQUIREMENTS FOR CONTRACTORS 5 -01. Minimum Scope of Insurance 5 -02. Minimum Limits of Insurance 5 -03. Deductibles and Self- Insured Retentions 5 -04. Other Insurance Provisions 5 -05. Acceptability of Insurers 5 -06. Verification of Coverage 5 -07. Subcontractors PAGE ..........................1 3 5 5 .............. ..............................7 OAK MANOR PARK IN Spec No. 15-18 VA SECTION 6. RESPONSIBILITIES AND RIGHTS OF CONTRACTOR ............. ..............................9 6 -01. Legal Address of Contractor 6 -02. Office of Contractor at Site 6 -03. Attention to Work 6 -04. Liability of Contractor 6 -05. Protection of Persons and Property 6 -06. Protection of City Against Patent Claims 6 -07. Protection of Contractor's Work Property 6 -08. Regulations and Permits 6 -09. Construction Utilities 6 -10. Approval of Contractor's Plans 6 -11. Suggestions to the Contractor 6 -12. Termination of Unsatisfactory Subcontracts 6 -13. Preservation of Stakes and Marks 6 -14. Assistance to Engineer 6 -15. Removal of Condemned Materials and Structures 6 -16. Proof of Compliance with Contract 6 -17. Errors and Omissions 6 -18. Cooperation 6 -19. Right of Contractor to Stop Work 6 -20. Hiring and Dismissal of Employees 6 -21. Wage Rates 6 -22. Cleaning Up 6 -23. Guaranty SECTION 7. RESPONSIBILITIES AND RIGHTS OF CITY ............................. .............................14 7 -01. Authority of the Engineer 7 -02. Inspection 7 -03. Surveys 7 -04. Rights -of -Way 7 -05. Retention of Imperfect Work 7 -06. Changes in the Work 7 -07. Additional Drawings by City 7 -08. Additional and Emergency Protection 7 -09. Suspension of Work 7 -10. Right of City to Terminate Contract 7 -11. Use of Completed Portions SECTION 8. WORKMANSHIP, MATERIALS AND EQUIPMENT ................... .............................17 8 -01. General Quality 8 -02. Quality in Absence of Detailed Specifications 8 -03. Materials and Equipment Specified by Name 8 -04. Source of Materials 8 -05. Storage of Materials 8 -06. Drawings, Samples and Tests SECTION 9. PROSECUTION OF WORK ......................................................... .............................18 9 -01. Equipment and Methods 9 -02. Time of Completion 9 -03. Avoidable Delays 9 -04. Unavoidable Delays OAK MANOR PARK v Spec No. 15-18 9 -05. Notice of Delays 9 -06. Extension of Time 9 -07. Unfavorable Weather and Other Conditions 9 -08. Saturday, Sunday, Holiday and Night Work 9 -09. Hours of Labor SECTION 10. PAYMENT ............................. ............................... 10 -01. Certification by Engineer 10 -02. Progress Estimates and Payment 10 -03. Substitution of Securities 10 -04. Acceptance 10 -05. Final Estimate and Payment 10 -06. Delay Payments 10 -07. Extra Work and Work Omitted 10 -08. Compensation for Extra Work or Work Omitted 10 -09. Compensation to the City for Extension of Time 10 -10. Liquidated Damages for Delay SECTION 11. MISCELLANEOUS...... 11 -01. Notice 11 -02. Computation of Time 11 -03. Litigation and Forum Selection 11 -04. Waiver TECHNICAL SPECIFICATIONS SECTION 12. GENERAL INFORMATION ............... 12 -01. Location and Scope of Work 12 -02. Arrangement of Technical Specifications 12 -03. Arrangement of Plans 12 -04. Business Licenses 12 -05. Permits 12 -06. Standard Specifications and Standard Plans 12 -07. Temporary Facilities 12 -08. Public Convenience and Safety 12 -09. Maintaining Traffic 12 -10. Stream Pollution 12 -11. Warranties 12 -12. Utilities 12 -13. Preconstruction Conference 12 -14. Safety Requirements SECTION 13. CONSTRUCTION DETAILS 13 -01. Tree Preservation and Pruning 13 -02. Cleaning, Grubbing and Miscellaneous Demolition 13 -03. Stabilized Crush Stone Walks 13 -04. Site Furnishings and Accessories SECTION 14. EXCLUSIONS FROM GENERAL CONDITIONS 14 -01. Provisions to be Excluded from General Conditions 20 .......23 ......25 ...... .............................28 ...... .............................40 OAK MANOR PARK v Spec No. 15 -18 SECTION 15. AMENDMENTS TO GENERAL CONDITIONS ......................... .............................40 15 -01. Provisions of General Conditions to be Amended CERTIFICATES AND DOCUMENTS PROPOSAL.................................................................................................... .............................41 BIDDINGSCHEDULE ........................................................................................ .............................42 FAIR EMPLOYMENT PRACTICES CERTIFICATION ...................................... .............................45 WORKER'S COMPENSATION CERTIFICATE ................................................. .............................46 CERTIFICATE OF NONDISCRIMINATION IN EMPLOYMENT ........................ .............................47 LIST OF PROPOSED SUBCONTRACTORS .................................................... .............................48 STATEMENT OF EXPERIENCE OF BIDDER ................................................... .............................49 SIGNATUREOF BIDDER .................................................................................. .............................50 BIDDER'S BOND ................................................................................................ .............................51 NON - COLLUSION AFFIDAVIT .......................................................................... .............................53 AGREEMENT.................................................................................................... .............................54 INDEMNIFICATION AGREEMENT .................................................................... .............................59 EXAMPLE BOND FORMS ................................................................................. .............................60 DIRECTIONS FOR PREPARATION OF PERFORMANCE AND MATERIAL AND LABOR BOND66 DEFECTIVE MATERIAL AND WORKMANSHIP (MAINTENANCE) BOND ..... .............................67 INSURANCE CERTIFICATES AND ENDORSEMENT FORMS PLAN SHEETS — 4 sheets total OAK MANOR PARK vi Spec No. 15 -18 CITY OF UKIAH, MENDOCINO COUNTY, CALIFORNIA NOTICE TO BIDDERS FOR OAK MANOR PARK SPECIFICATION NO. 15 -18 NOTICE IS HEREBY GIVEN that sealed standard proposals for Oak Manor Park will be received at the Office of the City Clerk, Ukiah Civic Center, 300 Seminary Avenue, Ukiah California until 2:00 p.m. on December 10, 2015, at which time, or as soon thereafter as possible, they will be publicly opened and read. Bids shall be addressed to the City Clerk and shall be endorsed "OAK MANOR PARK." Bids are required for the entire work described herein. No fax bids will be accepted. The work in general consists of building picnic area in Oak Manor Park. Existing turf would be removed and replaced with new paving. Equipment including shade structures and picnic tables shall be installed. Plans and Special Provisions may be inspected and /or copies obtained for a non - refundable fee of 23.00 at the receptionist's station, Ukiah City Hall Annex, City of Ukiah, 411 West Clay Street, Ukiah, CA 95482. Plans and Special Provisions may also be downloaded at no charge from the City's website at www.citvofukiah.com. No bid will be considered unless it is made on the forms furnished by the City and is made in accordance with the details of the Special Provisions. Each bidder must be licensed as required by law. Further information regarding the work or these specifications can be obtained by calling Mary Horger at (707) 463 -6233 or at fax phone (707) 313 -3621. The City Council reserves the right to reject any or all bids and to determine which proposal is, in its opinion, the lowest responsible bid of a responsible bidder and which it deems in the best interest of the City to accept. The City Council also reserves the right to waive any information not material to cost or performance in any proposal or bid. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. No contractor or subcontractor maybe awarded a contract for public work on a public works project (awarded on or after April 1, 2014) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. The prime contractor shall be responsible for posting job site notices as prescribed by regulation. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Pursuant to provisions of Section 1770, including amendments thereof, of the Labor Code of the State of California, the Director of the Department of Industrial Relations, State of California, has ascertained the general prevailing rate of wages for straight time, overtime, Saturdays, Sundays and Holidays including employer payment for health and welfare, vacation, pension and similar purposes. Copies of the General Prevailing Wage Determination (applicable to the work), for the locality in which the work is to be done are available on the Internet at web address: http: / /www.dir.ca.gov /DLSR /PWD/ The prime contractor for the work herein shall possess a current, valid State of California, Class A (General Engineering), Class B (General Building) or Class C -27 (Landscaping) Contractor's License. Pursuant to California Public Contract Code §22300, this contract includes provisions that allow substitutions of certain types of securities in lieu of the City withholding a portion of the partial payments due the Contractor to insure performance under this contract. By order of the City Council, City of Ukiah, County of Mendocino, State of California. Dated: Kristine Lawler, City Clerk, City of Ukiah, California PUBLISH TWO TIMES: November 15, 2015 and November 22, 2015 INSTRUCTIONS TO BIDDERS OAK MANOR PARK shall be performed in accordance with the Plans and Special Provisions therefor adopted, to which special reference is hereby made. Each bidder must supply all the information required by the bid documents and Special Provisions. Minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award of any contract entered into pursuant to this advertisement. Women will be afforded equal opportunity in all areas of employment. However, the employment of women shall not diminish the standards of requirements for the employment of minorities. All proposals or bids shall be accompanied by a cashier's check or certified check payable to the order of the City of Ukiah amounting to 10 percent of the bid, or by a bond in said amount and signed by the bidder and a corporate surety, payable to said City. Said check shall be forfeited, or said bond shall become payable to said City in case the bidder depositing the same does not, within fifteen (15) days after written notice that the contract has been awarded to him: (a) enter into a contract with the City and (b) furnish certificates of insurance and endorsements, a bond of faithful performance and a payment bond as described in the Special Provisions. No bidder shall withdraw his or her bid for a period of thirty (30) calendar days after the date set by the City for the opening thereof. The Contractor and any subcontractors shall each possess a valid City of Ukiah Business License prior to the start of any work. The Contractor shall furnish a project schedule to the Engineer prior to the start of any work and start work as scheduled. The work is to be completed within fifty -four (54) calendar days. The Contractor will pay to the City the sum of five hundred ($500.00) dollars per day for each and every calendar day's delay beyond the time prescribed. The staff shall notify a bidder by telephone, email or fax, if it intends to recommend the rejection of the bidder's bid. Any bid protest must be filed with the City Clerk not more than five calendar days following the bid opening, or 2 calendar days following notice that staff is recommending the rejection of a bid. If any such timely written protest is filed, all bidders shall be provided a copy of the protest within 2 calendar days of its receipt, which may be delivered to the bidders as an email attachment or by fax. All such bidders may file with the City Manager a written objection or other response to the protest. All objections or responses filed not more than 5 days after receipt of the written protest will be presented to the City Council at its next regular meeting occurring not less than 12 calendar days following the bid opening. The City Council will resolve the bid protest at that meeting based on the written protest, any staff recommendation and all timely written objections and responses. In accordance with the Brown Act, any person may address the City Council on this item during the meeting. The City Council action on the protest shall represent a final decision by the City on the protest. Examination of Site, Drawings, Etc. Each bidder shall visit the site of the proposed work and fully acquaint himself with local conditions, construction and labor required so that he or she may fully understand the facilities, difficulties and restrictions attending the execution of the work under the Contract. Bidders shall thoroughly examine and OAK MANOR PARK 1 Spec, No. 15 -18 be familiar with the Plans and Special Provisions. The failure of any bidder to receive or examine any form, instrument, addendum, or other document, or to visit the site and acquaint himself with conditions there existing, shall in no way relieve the bidder from any obligation with respect to his or her proposal or to the contract. The drawings for the work show conditions as they are supposed or believed by the Engineer to exist; but, it is neither intended nor shall it be inferred that the conditions as shown thereon constitute a representation by the Engineer, the City or its officers that such conditions are actually existent, nor shall the City, the Engineer or any of their officers or representatives be liable for any loss sustained by the Contractor as a result of a variance between the conditions shown on the drawings and the conditions actually revealed during the progress of the work or otherwise. The bidder's attention is directed to the possible existence of obstructions and public improvements within the limits of the work or adjacent thereto, which may or may not be shown on the Drawings. The bidder shall investigate to his or her satisfaction the conditions to be encountered, the character, quality and quantities of work to be performed and materials to be furnished and the requirements of the Plans, Special Provisions, Standard Specifications, Standard Plans, and Contract Documents. The submission of a proposal shall be considered conclusive evidence that the bidder has made such examination and has accepted the project workplace as a safe workplace to perform the work of the Contract. Location of the Work All of the work to be performed is within the City of Ukiah. Project is located at Oak Manor Park, located on Oak Manor Drive, Ukiah, California 95482. OAK MANOR PARK 2 Spec. No. 15 -18 GENERAL CONDITIONS SECTION 1. PROPOSAL REQUIREMENTS AND GENERAL CONDITIONS 1 -01. Definitions. Whenever any word or expression defined in this section, or pronoun used in its stead, occurs in these contract documents, it shall have and is mutually understood to have the meaning given: a. "City of Ukiah" or "City" shall mean the City of Ukiah, Mendocino County, California, acting through its City Council or any other board, body, official or officials to which or to whom the power belonging to the Council shall by virtue of any act or acts, hereafter pass or be held to appertain. b. "Engineer" shall mean the Engineer duly and officially appointed by the City to supervise and direct the work of construction under this contract, acting personally or through agents or assistants duly authorized by him, such agents or assistants acting within the scope of the particular duties entrusted to them. C. "Inspector" shall mean the engineering or technical inspector or inspectors duly authorized or appointed by the Engineer, limited to the particular duties entrusted to him or her or them. d. "Contractor" shall mean the party entering into contract with the City of Ukiah for the performance of work covered by this contract and his or her authorized agents or legal representatives. e. "Date of signing of contract" or words equivalent thereto, shall mean the date upon which this contract, with the signature of the Contractor affixed, together with the prescribed bonds, shall be or shall have been delivered to the City or its duly authorized representatives. "Day" or "days ", unless herein otherwise expressly defined, shall mean a calendar day or days of twenty -four hours each. g. "The work" shall mean and include all the work specified, indicated, shown or contemplated in the contract to construct the improvement, including all alterations, amendments or extensions thereto made by contract change order or other written orders of the Engineer. h. "Contract drawings ", "drawings ", "plans" shall mean and include 1) all drawings or plans which may have been prepared by or on behalf of the City, as a basis for proposals, when duly signed and made a part of this contract by incorporation or reference, 2) all drawings submitted in pursuance of the terms of this contract by the successful bidder with his or her proposal and by the Contractor to the City if and when approved by the Engineer and 3) all drawings submitted by the Engineer to the Contractor during the progress of the work as provided for herein. Where "as shown ", "as indicated ", "as detailed" or words of similar import are used, it shall be understood that reference to the drawings accompanying these Special Provisions is made unless stated otherwise. Where "as directed ", "as permitted ", "approved" or words of similar import are used, it shall be understood that the direction, requirements, permission, approval or acceptance of the Engineer is intended unless stated otherwise. OAK MANOR PARK 3 Spec. No. 15 -18 As used herein, "provide" or "install" shall be understood to mean "provide or install complete in place ", that is, "furnish and install ". "Shall" is mandatory; "may" is permissive. 1 -02. Examination of Plans, Special Provisions and Site of Work. The bidder shall examine carefully the Proposal, Plans, Special Provisions, Contract forms and the site of the work contemplated therefor. It will be assumed that the bidder has investigated to his or her satisfaction the conditions to be encountered and the character, quality and requirements of all Plans, Special Provisions, Standard Specifications, and Standard Plans involved. 1 -03. Proposal. Bids shall be made on the blank forms prepared by the City. All bids shall give the prices bid, both in writing and in figures and shall be signed by the bidder or his or her authorized representative, with his or her address. If the bid is made by an individual or partner, his or her name and the post office address of his or her business or partnership, along with his or her signature or the signature of one or more partners must be shown; if made by a corporation, the bid shall show the name of the state under the laws of which the corporation is chartered, the name of the corporation and the title of the person who signs on behalf of the corporation. Each proposal shall be enclosed in a sealed envelope, endorsed as specified in the notice to bidders. Bidders are warned against making erasures or alterations of any kind and proposals which contain omissions, erasures, conditions, alterations, additions not called for, additional proposals or irregularities of any kind may be rejected. 1 -04. Withdrawal of Bids. Any bid may be withdrawn at anytime prior to the hour fixed in the notice to bidders for the openings of bids, provided that a request in writing, executed by the bidder or his or her duly authorized representative, for the withdrawal of such bid is filed with the City. The withdrawal of a bid will not prejudice the right of a bidder to file a new bid. 1 -05. Public Opening of Bids. Bids will be opened and read publicly at the time and place indicated in the notice to bidders. Bidders or their agents are invited to be present. 1 -06. Bid Guaranty. Each bid must be accompanied by a certified check, cashier's check or bidder's bond executed by an admitted surety insurer, payable to the order of the City of Ukiah in an amount not less than 10 percent of the bid as a guarantee that the bidder will enter into a contract, if awarded the work. 1 -07. Qualification of Bidders. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. The prime contractor shall be responsible for posting job site notices as prescribed by regulation. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Each bidder shall be licensed under the provisions of Chapter 9, Division 3 of the Business and Professions Code and shall be skilled and regularly engaged in the general class or type of work called for under this contract. A statement setting forth this experience and business standing shall be submitted by each bidder on the form provided herewith. It is the intention of the City to award a contract only to a bidder who furnishes satisfactory evidence that he or she has the requisite experience and ability and that he or she has sufficient capital, facilities and equipment to enable him or her to prosecute the work successfully and promptly within the time and in the manner agreed. In determining the degree of responsibility to be credited to a bidder, the City may weigh evidence that the bidder or his or her personnel charged with the responsibility in the work, has performed satisfactorily other contracts of like nature and magnitude or comparable difficulty at similar rates of progress. OAK MANOR PARK 4 Spec. No. 15-18 1 -08. Disqualification of Bidders. More than one bid from an individual business, partnership, corporation or association, under the same or different names, will not be considered. Reasonable grounds for believing that any bidder is financially interested in more than one bid for the work will cause the rejection of all bids in which he or she is so interested. If there is reason to believe that collusion exists among the bidders, none of the participants in such collusion will be considered. Bids in which the prices obviously are unbalanced may be rejected. 1 -09. Identification of Subcontractors. All bids shall comply with the Subletting and Subcontracting Fair Practices Act (Public Contract Code Section 4100 and following) and shall set forth: (a) The name and the location of the place of business of each subcontractor who will perform work or labor, or render service to the prime contractor in or about the construction of the work, or to a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work according to detailed drawings contained in the plans and Special Provisions, in an amount in excess of one -half of 1 percent of the prime contractor's total bid. (b) The portion of the work which will be done by each such subcontractor. The prime contractor shall list only one subcontractor for each such portion defined by the prime contractor in his or her bid. 1 -10. General Provisions of the Standard Specifications. All provisions of the General Provisions, Sections 1 through 11, of the Standard Specifications, shall be applicable to the contract except as modified by these Special Provisions. The Standard Specifications are set forth in Section 12 -06 of these Special Provisions. SECTION 2. AWARD AND EXECUTION OF CONTRACT 2 -01. Award of Contract. Award of the contract, if it be awarded, will be to the lowest responsible bidder whose bid complies with all the specified requirements. The award, if made, will be made within thirty (30) days after opening of the bids. The City reserves the right to reject any and all bids and to waive any irregularity in the proposal not pertaining to cost. 2 -02. Return of Proposal Guaranties. All bid guaranties will be held until the contract has been fully executed, after which they will be returned upon request to the respective bidders whose bids they accompany. 2 -03. Execution of Contract. The contract agreement shall be executed in duplicate by the successful bidder and returned, together with the contract bonds, insurance certificates and endorsements, within fifteen (15) days after written notice of the award of the contract. After execution by the City; one copy shall be filed with the City and one copy shall be returned to the Contractor. If the bidder fails or refuses to enter into the contract agreement within the required time, then the bid guaranty accompanying the bid shall be forfeited to the City. SECTION 3. SCOPE AND INTENT OF CONTRACT 3 -01. Effect of Inspection and Payments. Neither the inspection by the Engineer or an inspector, nor any order, measurement or approved modification, nor certificate or payment of money, nor acceptance of any part or whole of the work, nor any extension of time, nor any possession by the City or its agents, shall operate as a waiver of any provision of this contract or of any power reserved therein to the City, or of any right to damages thereunder; nor shall any breach of this contract be held to be a waiver of any subsequent breach. All remedies shall be construed as cumulative. OAK MANOR PARK 5 Spec. No. 15 -18 3 -02. Effect of Extension of Time. The granting of any extension of time on account of delays which, in the judgement of the City, are avoidable delays shall in no way operate as a waiver on the part of the City of its rights under this contract. 3 -03. Extra Work. If extra work orders are given in accordance with provisions of this contract, such work shall be considered a part hereof and shall be subject to each and all of its terms and requirements. 3 -04. Assignment of Contract. The contract may be assigned or sublet in whole or in part only upon the written consent of the City acting through its authorized agents. Consent will not be given to any proposed assignment which would relieve the original contractor or its surety of their responsibilities under the contract nor will the Engineer consent to any assignment of a part of the work under the contract. 3 -05. Subcontractors. The Contractor shall be as fully responsible for the acts and omissions of his or her subcontractors and of persons either directly or indirectly employed by them, as he or she is for the acts and omissions of persons directly employed by him. The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to bind subcontractors to the terms of this Contract which are applicable to the work of subcontractors. Nothing contained in this contract shall be construed to create or shall be relied upon to create any contractual relationship between any subcontractor and the City and no action may be brought by any subcontractor against the City based on this contract. 3 -06. Interpretation of Special Provisions and Drawings. The Special Provisions and the Contract Drawings are intended to be explanatory of each other. Any work indicated in the Contract Drawings and not in the Special Provisions, or vice versa, is to be executed as if indicated in both. In case of a discrepancy or conflict between the Technical Specifications and Contract Plans, the Technical Specifications shall govern. All work shown on the Contract Drawings, the dimensions of which are not figured, shall be accurately followed to the scale to which the drawings are made, butfigured dimensions are in all cases to be followed, where given, though they differ from scaled measurements. Large scale drawings shall be followed in preference to small scale drawings. Should it appear that the work to be done, or any of the matters relative thereto, are not sufficiently detailed or explained in these contract documents, including the contract drawings, the Contractor shall apply to the Engineer for such further explanations as may be necessary and shall conform thereto as part of this contract, so far as may be consistent with the terms of this contract. In the event of any doubt or questions arising respecting the true meaning of the Special Provisions, reference shall be made to the Engineer and his or her decision thereon shall be final. If the Contractor believes that a clarification or interpretation justifies an increase in the contract price or contract time, the Contractor must comply with the written notice provisions of Sections 9 -05 and 10 -07 of these Special Provisions. Contractor's attention is directed to Section 12 -06 of the Technical Specifications regarding the Standard Specifications and Standard Plans. 3 -07. Liability of City Officials. No city official, nor the Engineer, nor any authorized assistant of any of them, shall be personally responsible for any liability arising under this contract. 3 -08. Dispute Resolution. Claims of $375,000 or less by the Contractor that arise under this Contract are subject to the mandatory dispute resolutions provisions in Public Contract Code Sections 20104- 20104.6. OAK MANOR PARK 6 Spec. No. 15 -18 SECTION 4. BONDS 4 -01. Faithful Performance Bond. As a part of the execution of this contract, the Contractor shall furnish a bond of a surety company or other securities providing equivalent protection such as cash, letter of credit, or certificates of deposit, acceptable to the City, conditioned upon the faithful performance of all covenants and stipulations under this contract. The amount of the bond shall be 100 percent of the total contract price, as this sum is set forth in the agreement. 4 -02. Material and Labor Bond. As a part of the execution of this contract, the Contractor shall furnish a bond of a surety company or other securities providing equivalent protection such as cash, letter of credit or certificates of deposit acceptable to the City in a sum not less than 50 percent of the total contract price, as this sum is set forth in the agreement for the payment in full of all persons, companies or corporations who perform labor upon or furnish materials to be used in the work under this contract, in accordance with the provisions of Sections 3247 through 3252 inclusive of the Civil Code of the State of California and any acts amendatory thereof. 4 -03. Defective Material and Workmanship Bond. As a condition precedent to the completion of this contract, the Contractor shall furnish a bond of a surety company acceptable to the City in an amount not less than 5 percent (5 %) of the final contract price, to hold good for a period of one (1) year after the completion and acceptance of the work, to protect the City against the results of defective materials, workmanship and equipment during that time. This bond shall be delivered to the City before the final payment under this contract will be made. 4 -04. Notification of Surety Companies. The surety companies shall familiarize themselves with all of the conditions and provisions of this contract and they waive the right of special notification of any change or modification of this contract or of extension of time, or decreased or increased work, or of the cancellation of the contract, or of any other act or acts by the City or its authorized agents, under the terms of this contract; and failure to so notify the aforesaid surety companies of changes shall in no way relieve the surety companies of their obligation under this contract. SECTION 5. INSURANCE REQUIREMENTS FOR CONTRACTORS (WITH CONSTRUCTION RISKS) Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. 5 -01. Minimum Scope of Insurance Coverage shall be at least as broad as: 1. Insurance Services Office Commercial Liability Coverage (occurrence form CG 0001). 2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto). 3. Worker's Compensation insurance as required by the State of California and Employer's Liability Insurance. 4. Course of Construction insurance covering for "all risks" of loss. 5 -02. Minimum Limits of Insurance Contractor shall maintain limits no less than: OAK MANOR PARK 7 Spec. No. 15 -18 General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage including operations, products and completed operations. If Commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. 3. Employer's Liability: $1,000,000 per accident for bodily injury and property damage. 4. Course of Construction: Completed value of the project with no co- insurance penalty provisions. 5 -03. Deductibles and Self- insured Retentions. Any deductibles or self- insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects the City, its officers, officials, employees and volunteers; or the Contractor shall provide a financial guarantee satisfactory to the City guaranteeing payment of losses and related investigations, claim administration and defense expenses. 5 -04. Other Insurance Provisions The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: 1. The City, its officers, officials, employees and volunteers are to be covered as Additional Insured with respect to liability arising out of automobiles owned, leased, hired or borrowed by or on behalf of the contractor; and with respect to liability arising out of work or operations performed by or on behalf of the Contractor including materials, parts or equipment furnished in connection with such work or operations. General liability coverage can be provided in the form of an endorsement to the Contractor's insurance, or as a separate owner's policy. 2. The workers' compensation policy is to be endorsed with a waiver of subrogation. The insurance company, in its endorsement, agrees to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses paid under the terms of this policy which arises from the work performed by the named insured for the City. 3. For any claims related to this project, the Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees or volunteers. Any insurance or self- insurance maintained by the City, its officers, officials, employees or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. 4. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. 5. Coverage shall not extend to any indemnity coverage for the active negligence of the additional insured in any case where an agreement to indemnify the additional insured would be invalid under Subdivision (b) of Section 2782 of Civil Code. 6. Course of Construction policies shall contain the following provisions: a.) The City shall be named as loss payee. b.) The insurer shall waive all rights of subrogation against the City. OAK MANOR PARK 8 Spec. No. 15 -18 5 -05. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best's rating of no less than the following: A ++ VII A- VIII A+ VII B ++ X A VII B+ X 5 -06. Verification of Coverage. Contractor shall furnish the City with original certificates and amendatory endorsements effecting coverage required by this clause. The endorsements shall be on forms provided by the City or on other than the City's forms, provided those endorsements or policies conform to the requirements. All certificates and endorsements are to be received within 15 days from written notice of contract award, and the work shall not commence until the certificates and endorsements have been approved by the City. The City reserves the right to require complete certified copies of all required insurance policies, including endorsements affecting the coverage required by these Special Provisions at any time. 5 -07. Subcontractors. Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. SECTION 6. RESPONSIBILITIES AND RIGHTS OF CONTRACTOR 6 -01. Legal Address of Contractor. Both the address given in the proposal and the Contractor's office in the vicinity of the work are hereby designated as places to either of which drawings, samples, notices, letters or other articles or communications to the Contractor may be mailed or delivered. The delivery at either of these places of any such thing from the City or its agents to the Contractor shall be deemed sufficient service thereof upon the Contractor and the date of such service shall be the date of such delivery. The address named in the proposal may be changed at any time by notice in writing from the Contractor to the City. Nothing herein contained shall be deemed to preclude or render inoperative the service of any drawing, sample, notice, letter or other article or communication to or upon the Contractor personally. 6 -02. Office of Contractor at Site. During the performance of this contract, the Contractor shall maintain a suitable office at the site of the work which shall be the headquarters of a representative authorized to receive drawings and any such thing given to the said representatives or delivered at the Contractor's office at the site of work in his or her absence shall be deemed to have been given to the Contractor. 6 -03. Attention to Work. The Contractor shall give his or her personal attention to and shall supervise the work to the end that it shall be prosecuted faithfully and when he or she is not personally present on the work, he or she shall at all reasonable times be represented by a competent superintendent or foreman who shall receive and obey all instructions or orders given under this contract and who shall have full authority to execute the same and to supply materials, tools and labor without delay and who shall be the legal representative of the Contractor. The Contractor shall be liable for the faithful observance of any instructions delivered to him or her or to his or her authorized representative. 6 -04. Liability of Contractor. The Contractor shall do all of the work and furnish all labor, materials, tools and appliances, except as otherwise herein expressly stipulated, necessary or proper for performing and completing the work herein required in the manner and within the time herein specified. The mention of any specific duty or liability imposed upon the Contractor shall not be construed as a limitation or restriction of any general liability or duty imposed upon the Contractor by this contract, said reference to any specific duty or liability being made herein merely for the purpose of explanation. OAK MANOR PARK 9 Spec. No. 15 -18 The right of general supervision by the City shall not make the Contractor an agent of the City and the liability of the Contractor for all damages to persons or to public or private property, arising from the Contractor's execution of the work, shall not be lessened because of such general supervision. Until the completion and final acceptance by the City of all the work under and implied by this contract, the work shall be under the Contractor's responsible care and charge. The Contractor shall rebuild, repair, restore and make good all injuries, damages, re- erections and repairs, occasioned or rendered necessary by causes of any nature whatsoever, excepting only acts of God and none other, to all or any portions of the work, except as otherwise stipulated. To the fullest extent permitted by law, Contractor shall indemnify and hold harmless the City and its officers, directors, agents and employees from and against all claims, damages, losses and expenses including but not limited to attorneys' fees, costs of suit, expert witness fees and expenses and fees and costs of any necessary private investigators arising out of or resulting from the performance of the work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property, otherthan the work itself, including the loss of use resulting therefrom and (2) is caused in whole or in part by any act or omission of the Contractor, any subcontractor, or anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder, or by the negligence or omission of a party indemnified herein. In any and all claims against the City or any of its agents or employees by any employee of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any subcontractor under workers' or workmen's compensation acts, disability benefit acts, or other employee benefit acts. The obligation to indemnify shall extend to and include acts of the indemnified party which may be negligent or omissions which may cause negligence. The City shall have the right to estimate the amount of such damage and to cause the City to pay the same and the amount so paid for such damage shall be deducted from the money due the Contractor under this contract; or the whole or so much of the money due or to become due the Contractor under this contract as may be considered necessary by the City, shall be retained by the City until such suits or claims for damages shall have been settled or otherwise disposed of and satisfactory evidence to that effect furnished to the City. 6 -05. Protection of Persons and Property. The Contractor shall furnish such watchman, guards, fences, warning signs, walks and lights as shall be necessary and shall take all other necessary precautions to prevent damage or injury to persons or property. All property line fences and improvements in the vicinity of the work shall be protected by the Contractor and, if they are injured or destroyed, they and any other property injured by the Contractor, his or her employees or agents, shall be restored to a condition as good as when he or she entered upon the work. 6 -06. Protection of City Against Patent Claims. All fees, royalties or claims for any patented invention, article or method that may be used upon or in any manner connected with the work under this contract shall be included in the price bid for the work and the Contractor and his or her sureties shall protect and hold the City, together with all of its officers, agents, servants and employees, harmless against any and all demands made for such fees or claims brought or made on account of this contract. The Contractor shall, if requested by the Engineer, furnish acceptable proof of a proper release from all such fees or classes. OAK MANOR PARK 10 Spec. No. 15 -18 Should the Contractor, his or her agents, servants or employees, or any of them be enjoined from furnishing or using any invention, article, material or appliance supplied or required to be supplied or used under this contract, the Contractor shall promptly substitute other articles, materials or appliance, in lieu thereof, of equal efficiency, quality, finish, suitability and market value and satisfactory in all respects to the Engineer. Or, in the event that the Engineer elects, in lieu of such substitution, to have supplied and to retain and use, any such invention, article, material or appliance, as may by this contract be required to be supplied, in that event the Contractor shall pay such royalties and secure such valid licenses as may be requisite and necessary for the City, its officers, agents, servants and employees, or any of them, to use such invention, article, material or appliance without being disturbed or in any way interfered with by any proceeding in law or equity on account thereof. Should the Contractor neglect or refuse to make the substitution promptly, or to pay such royalties and secure such licenses as may be necessary, then in that event the Engineer shall have the right to make such substitution, orthe City may pay such royalties and secure such licenses and charge the cost thereof against any money due to the Contractor from the City or recover the amount thereof from him or her and his or her sureties notwithstanding final payment under this contract may have been made. 6 -07. Protection of Contractor's Work Property. The Contractor shall protect his or her work, supplies and materials from damage due to the nature of the work, the action of the elements, trespassers, or any cause whatsoever under his or her control, until the completion and acceptance of the work. Neither the City nor any of its agents assumes any responsibility for collecting indemnity from any person or persons causing damage to the work of the Contractor. 6 -08. Regulations and Permits. The Contractor shall secure and pay for all permits, give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn and specified. If the Contractor observes that the Plans and Special Provisions are at variance therewith, he or she shall promptly notify the Engineer in writing and any necessary changes shall be adjusted as provided in the contract for changes in the work. The contractor and any subcontractors shall each secure and maintain a valid City of Ukiah Business License. The City of Ukiah will issue a no fee encroachment permit to the Contractor allowing him or her to perform work within City right of way or within City property after the Contract Documents have been executed and insurance certificates and endorsements have been approved by the City. 6 -09. Construction Utilities. The Contractor shall be responsible for providing for and in behalf of his or her work under this contract, all necessary utilities, such as special connection to water supply, telephones, power lines, fences, roads, watchmen, suitable storage places, etc. 6 -10. Approval of Contractor's Plans. The approval by the Engineer of any drawing or any method of work proposed by the Contractor in accordance with paragraph 8 -06 shall not relieve the Contractor of any of his or her responsibility for his or her errors therein and shall not be regarded as any assumption of risk or liability by the City or any officer or employee thereof and the Contractor shall have no claim under this contract on account of the failure or partial failure or inefficiency of any plan or method so approved. Such approval shall be considered to mean merely that the Engineer has no objection to the Contractor's using, upon his or her own full responsibility the plan or method approved. 6 -11. Suggestions to the Contractor. Any plan or method of work suggested by the Engineer to the Contractor, but not specified or required, if adopted or followed by the Contractor in whole or in part, shall be used at the risk and responsibility of the Contractor; and the Engineer and the City shall assume no responsibility thereof. 6 -12. Termination of Unsatisfactory Subcontracts. Should any subcontractor fail to perform in a satisfactory manner the work undertaken by him, such subcontract shall be terminated immediately by the Contractor upon notice from the Engineer. OAK MANOR PARK 11 Spec. No. 15 -18 6 -13. Preservation of Stakes and Marks. The Contractor shall preserve carefully bench marks, reference points and stakes and in case of destruction he or she shall replace his or her stakes, reference points and bench marks and shall be responsible for any mistakes that may be caused by their unnecessary loss or disturbance. Contractor's attention is directed to Section 7 -03 of these Special Provisions. 6 -14. Assistance to Engineer. At the request of the Engineer the Contractor shall provide men from his or her force and tools, stakes and other materials to assist the Engineer temporarily in making measurements and surveys and in establishing temporary or permanent reference marks. Payment for such materials and assistance will be made as provided for under the caption "Extra Work," provided, however, that the cost of setting stakes and marks carelessly lost or destroyed by the Contractor's employees will be assessed to the Contractor. 6 -15. Removal of Condemned Materials and Structures. The Contractor shall remove from the site of the work, without delay, all rejected and condemned materials or structures of any kind brought to or incorporated in the work and upon his or her failure to do so, or to make satisfactory progress in so doing, within forty -eight (48) hours after the service of a written notice from the Engineer, the condemned material or work may be removed by the City and the cost of such removal shall be taken out of the money that may be due or may become due the Contractor on account of or by virtue of this contract. No such rejected or condemned material shall again be offered for use by the Contractor under this Contract. 6 -16. Proof of Compliance with Contract. In order that the Engineer may determine whether the Contractor has complied with the requirements of this contract, not readily enforceable through inspection and tests of the work and materials, the Contractor shall, at any time when requested, submit to the Engineer properly authenticated documents or other satisfactory proofs as to his or her compliance with such requirements. 6 -17. Errors and Omissions. If the Contractor, in the course of the work, finds any errors or omissions in plans or in the layout as given by survey points and instruction, or if he or she finds any discrepancy between the plans and the physical conditions of the locality, he or she shall immediately inform the Engineer, in writing and the Engineer shall promptly verify the same. Any work done after such discovery, until authorized, will be done at the Contractor's risk. 6 -18. Cooperation. The Contractor shall cooperate with all other contractors who may be performing work in behalf of the City and workmen who may be employed by the City on any work in the vicinity of the work to be done under this contract with the work of such contractors or workmen. he or she shall make good promptly, at his or her own expense, any injury or damage that may be sustained by other contractors or employees of the City at his or her hands. Any difference or conflict which may arise between the Contractor and other contractors, or between the contractor and workmen of the City in regard to their work shall be adjusted and determined by the Engineer. If the work of the Contractor is delayed because of any acts or omissions of any other contractor or of the City, the Contractor shall on that account have no claim against the City other than for an extension of time. 6 -19. Right of Contractor to Stop Work. Under the following conditions the Contractor shall have the right, if he or she so desires, to stop the work and terminate the contract upon ten (10) days written notice to the Engineer and recover from the City payment for all work actually performed and for all satisfactory materials actually delivered to the site of the work for permanent incorporation therein, all as may be shown by the estimate of the Engineer. OAK MANOR PARK 12 Spec. No. 15 -18 (1) If the work is stopped under an order of any court or other competent public authority for a period of time of three (3) months through no act or fault of the Contractor or of anyone employed by him. (2) If the Engineer fails to issue the monthly certificate for payment in accordance with the terms of this contract. (3) If the City fails to pay the Contractor within sixty (60) days after it shall have become due, as provided by the terms of this contract, any sum certified by the Engineer or awarded by the City. All provided that if such action to terminate the contract be not instituted by the Contractor within ten (10) days after the alleged existence of such condition and if written notice of such action be not at that time delivered to the City and the Engineer, then such right shall lapse until another occasion arises according to this section. 6 -20. Hiring and Dismissal of Employees. The Contractor shall employ only such foremen, mechanics and laborers as are competent and skilled in their respective lines of work and whenever the Engineer shall notify the Contractor that any person on the work is, in his or her opinion, incompetent, unfaithful, intemperate or disorderly, or refuses to carry out the provisions of this contract, or uses threatening or abusive language to any person on the work representing the City, or is otherwise unsatisfactory, such person shall be discharged im mediately from the work and shall not be re- employed upon it except with the consent of the Engineer. 6 -21. Wage Rates. Contractor shall pay all mechanics and laborers employed or working upon the site of the work unconditionally and without subsequent deductions or rebate on any account the full amounts due at the time of payment at wage rates not less than those contained in the applicable prevailing wage determination, regardless of any contractual relationship which may be alleged to exist between the Contractor and subcontractors and such laborers and mechanics. 2. Contractor shall comply with the California Labor Code Section 1775. In accordance with said Section 1775, Contractor shall forfeit as a penalty to the Owner, $50.00 (or the higher minimum penalty as provided in Section 1775(B)(ii) — (iii)) for each calendar day or portion thereof, for each workman paid less than the stipulated prevailing rates for such work or craft in which such workman is employed for any work done under the Contract by him or her or by any subcontractor under him or her in violation of the provisions of the Labor Code and in particular, Labor Code Sections 1770 to 1780, inclusive. In addition to said penalty and pursuant to Section 1775, the difference between such stipulated prevailing wage rates and the amount paid to each workman for each calendar day or portion thereof for which each workman was paid less than the stipulated prevailing wage rate shall be paid to each workman by the Contractor. 3. Pursuant to the provision of Section 1770 of the Labor Code of the State of California, Owner has ascertained the general prevailing rate of wages (which rate includes employer payments for health and welfare, vacation, pension and similar purposes) applicable to the work to be done, for straight time work. The holiday wage rate listed shall be applicable to all holidays recognized in the collective bargaining agreement of the particular craft, classification or type of workmen concerned. Copies of the General Prevailing Wage Determination are available on the Internet at web address: http: / /www.dir.ca.gov /DLSR /PWD The Contractor shall post the wage determination at the site of work in a prominent place where it can easily be seen by the workers. 4. City will not recognize any claim for additional compensation because the Contractor has paid any rate in excess of the prevailing wage rate obtained by the Contractor. The possibility of wage increases is one of the elements to be considered by the Contractor in determining his or her bid and will not in any circumstances be considered as the basis for a claim against the City. OAK MANOR PARK 13 Spec. No. 15 -18 5. The Labor Commissioner through the Division of Labor Standards Enforcement (DLSE) may at any time require contractors and subcontractors to furnish electronic certified payroll records directly to DLSE. Commencing with contracts awarded or after April 1, 2015, all contractors and subcontractors must furnish electronic certified payroll records directly to the DLSE. 6. Travel and Subsistence Payments. Contractor shall make travel and subsistence payments to each workman needed to execute the work in accordance with the requirements in Section 1773.8 of the Labor Code (Chapter 880, Statutes of 1968). 7. Apprentices. Attention is directed to the provisions in Sections 1777.5 (Chapter 1411, Statutes of 1968) and 1777.6 of the California Labor Code concerning the employment of apprentices by the Contractor or any subcontractor under him. Contractor and any subcontractor under him or her shall comply with the requirements of said sections in the employment of apprentices. Information relative to apprenticeship standards, wage schedules and other requirements maybe obtained from the Director of Industrial Relations, ex officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. 6 -22. Cleaning Up. The Contractor shall not allow the site of the work to become littered with trash and waste material, but shall maintain the same in a neat and orderly condition throughout the construction period. The Engineer shall have the right to determine what is or is not waste material or rubbish and the place and manner of disposal. On or before the completion of the work, the Contractor shall without charge therefore carefully clean out all pits, pipes, chambers or conduits and shall tear down and remove all temporary structures built by him or her and shall remove rubbish of all kind from any of the grounds which he or she has occupied and leave them in first class condition. 6 -23. Guaranty. All work shall be guarantied for a period of one year from the date of acceptance by the City. The Contractor shall promptly make all needed repairs arising out of defective materials, workmanship and equipment. The City is hereby authorized to make such repairs if within ten days after the mailing of a notice in writing to the Contractor or his or her agent, the Contractor shall neglect to make or undertake with due diligence the aforesaid repairs, provided, however, that in case of an emergency where, in the opinion of the City delay would cause serious loss or damage, repairs may be made without notice being sent to the Contractor and the Contractor shall pay the costs thereof. Pursuant to the provisions of Section 4 -03 of these Special Provisions, the Contractor shall furnish a Defective Material and Workmanship Bond in an amount not less than 5 percent of the final contract price, which shall be effective for a period of one (1) year after the completion and acceptance of the work. SECTION 7. RESPONSIBILITIES AND RIGHTS OF CITY 7 -01. Authority of the Engineer. All work done under this contract shall be done in a workmanlike manner and shall be performed to the reasonable satisfaction of the Engineer, who shall have general supervision of all work included hereunder. To prevent disputes and litigation, the Engineer (1) shall in all OAK MANOR PARK 14 Spec, No. 15 -18 cases determine the amount, quality, acceptability and fitness of the several kinds of work and materials which are to be paid for under this contract, (2) shall decide all questions relative to the true construction, meaning and intent of the Special Provisions and Drawings, (3) shall decide all questions which may arise relative to the classifications and measurements of quantities and materials and the fulfillment of this contract and (4) shall have the power to reject or condemn all work or material which does not conform to the terms of this contract. his or her estimate and decision in all matters shall be a condition precedent to an appeal for arbitration, or the right of the Contractor to receive, demand, or claim any money or other compensation under this agreement and a condition precedent to any liability on the part of the City to the Contractor on account of this contract. Whenever the Engineer shall be unable to act, in consequence of absence or other cause, then such engineer as the Engineer or the City shall designate, shall perform any and all of the duties and be vested with any or all of the powers herein given to the Engineer. 7 -02. Inspection. The City will provide engineering personnel for the inspection of the work. The Engineer and his or her representatives shall at all times have access to the work whenever it is in preparation or progress and the Contractor shall provide proper facilities for such access and inspection. If the Special Provisions, the Engineer's instruction, laws, ordinances, or any public authority require any work to be specially tested or approved, the Contractor shall give the Engineer timely notice of its readiness for inspection and, if the inspection is by an authority other than the Engineer, of the date fixed for such inspection. Inspections by the Engineer shall be promptly made at the source of supply where practicable. If any work shall be covered up without approval or consent of the Engineer, it must, if required by the Engineer, be uncovered for examination and properly restored at the Contractor's expense. Re- examination of any work may be ordered by the Engineer and, if so ordered, the work must be uncovered by the Contractor. If such work is found to be in accordance with the contract documents, the City shall pay the cost of re- examination and replacement. If such work is not in accordance with the contract documents, the Contractor shall pay such cost. Properly authorized and accredited inspectors shall be considered to be the representatives of the City limited to the duties and powers entrusted to them. It will be their duty to inspect materials and workmanship of those portions of the work to which they are assigned, either individually or collectively, under instructions of the Engineer and to report any and all deviations from the Drawings, Special Provisions and other contract provisions which may come to their notice. Any inspector may be considered to have the right to order the work entrusted to his or her supervision stopped, if in his or her opinion such action becomes necessary, until the Engineer is notified and has determined and ordered that the work may proceed in due fulfillment of all contract requirements. 7 -03. Surveys. Contractor shall furnish all land surveys, establish all base lines and bench marks and make sufficient detailed surveys needed for working points, lines and elevations. The Contractor shall develop all slope stakes and batter boards. Contractor shall also develop all additional working points, lines and elevations as he or she may desire to facilitate his or her methods and sequence of construction. 7 -04. Rights -of -Way. The City will provide all necessary rights -of -way and easements in or beneath which work will be performed by the Contractor under this contract. 7 -05. Retention of Imperfect Work. If any portion of the work done or material furnished under this contract shall prove defective and not in accordance with the Plans and Special Provisions, and if the imperfection in the same shall not be of sufficient magnitude or importance to make the work dangerous or undesirable, the Engineer shall have the right and authority to retain such work instead of requiring the OAK MANOR PARK 15 Spec. No. 15 -18 imperfect work to be removed and reconstructed, but he or she shall make such deductions therefor in the payments due or to become due the Contractor as may be just and reasonable. 7 -06. Changes in the Work. The Engineer shall have the right, in writing, to order additions to, omissions from, or corrections, alterations and modifications in the line, grade, form, dimensions, plan, or kind or amount of work or materials herein contemplated, or any part thereof, either before or after the beginning of construction. However, the arithmetical sum of the cost to the City of additions and subtractions from the work under this contract shall not exceed 10 percent of original contract amount or $5,000, whichever is the greater, unless based upon a supplementary agreement to be made therefore. The order of such additions, omissions, corrections, alterations and modifications shall be in writing and signed by the Engineer and, in order, shall then be binding upon the Contractor. The Contractor shall proceed with the work as changed and the value of such change shall be determined as provided for in section 10 -07 of these Special Provisions. Such alterations shall in no way affect, vitiate, or make void this contract or any part thereof, except that which is necessarily affected by such alterations and is clearly the evident intention of the parties to this contract. 7 -07. Additional Drawings by City. The drawings made a part of this contract at the time of its execution are intended to be fairly comprehensive and to indicate in more or less detail the scope of the work. In addition to these drawings, however, the Engineer shall furnish such additional drawings from time to time during the progress of the work as are necessary to make clear or to define in greater detail the intent of the Special Provisions and the contract drawings and the Contractor shall make his or her work conform to all such drawings. 7 -08. Additional and Emergency Protection. Whenever, in the opinion of the Engineer, the Contractor has not taken sufficient precautions for the safety of the public or the protection of the works to be constructed under this contract, or of adjacent structures or property which may be injured by the processes of construction on account of such neglect and whenever, in the opinion of the Engineer, an emergency shall arise and immediate action shall be considered necessary in order to protect public or private, personal or property interest, then and in that event, the Engineer, with or without notice to the Contractor may provide suitable protection to the said interests by causing such work to be done and such material to be furnished as shall provide such protection as the Engineer may consider necessary and adequate. The cost and expense of such work and material so furnished shall be borne by the Contractor and, if the same shall not be paid on presentation of the bills therefor, then such costs shall be deducted from any amounts due or to become due the Contractor. The performance of such emergency work under the direction of the Engineer shall in no way relieve the Contractor from any damages which may occur during or after such precaution has been taken by the Engineer. 7 -09. Suspension of Work. The City may at any time suspend the work or any part thereof by giving five (5) days written notice to the Contractor. The work shall be resumed bythe Contractor within ten (10) days after the date fixed in the written notice from the City to the Contractor so to do. The City shall reimburse the Contractor for expense incurred by the Contractor in connection with the work under this contract as a result of such suspension. If the work, or any part thereof, shall be stopped by the notice in writing aforesaid and if the City does not give notice in writing to the Contractor to resume work at a date within ten (10) days of the date fixed in the written notice to suspend, then the Contractor may abandon that portion of the work so suspended and he or she will be entitled to the estimates and payments for all work done on the portions so OAK MANOR PARK 16 Spec. No. 15 -18 abandoned, if any, plus 5 percent of the value of the work so abandoned, to compensate for loss of overhead, plant expense and anticipated profit. 7 -10. Right of City to Terminate Contract. If the Contractor should be adjudged a bankrupt, or if he or she should make a general assignment for the benefit of his or her creditors, or if a receiver should be appointed on account of his or her insolvency, or if he or she should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to supply sufficient properly skilled workmen or proper materials, or if he or she should fail to make prompt payments to subcontractors or for material or labor, or persistently disregard laws, ordinances or the instructions of the Engineer, or otherwise be guilty of a substantial violation of any provision of the contract, then the City, upon the certificate of the Engineer that sufficient cause exists to justify such action, may, without prejudice to any other right or remedy and after giving the Contractor seven days written notice, terminate the employment of the Contractor and take possession of the premises and of all materials, tools and appliances and finish the work by whatever method the City may deem expedient. In such case, the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the contract price shall exceed the expense of finishing the work, including compensation for additional managerial and administrative services, such excess shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor shall pay the difference to the City. The expense incurred by the City as herein provided and the damage incurred through the Contractor's default, shall be certified by the Engineer. 7 -11. Use of Completed Portions. The City shall have the right to take possession of and use any completed or partially completed portions of the work, notwithstanding the time for completing the entire work or such portions which may not have expired; but such taking possession and using shall not be deemed an acceptance of any work not completed in accordance with the contract documents. If such prior use increases the cost of or delays the work, the Contractor shall be entitled to such extra compensation, or extension of time or both, as the Engineer may determine. SECTION 8. WORKMANSHIP, MATERIALS and EQUIPMENT 8 -01. General Quality. Materials and equipment shall be new and of a quality equal to that specified or approved. Work shall be done and completed in a thorough and workmanlike manner. 8 -02. Quality in Absence of Detailed Specifications. Whenever under this contract it is provided that the Contractor shall furnish materials or manufactured articles or shall do work for which no detailed specifications are set forth, the materials or manufactured articles shall be of the best grade in quality and workmanship obtainable in the market from firms of established good reputation, or, if not ordinarily carried in stock, shall conform to the usual standards for first -class materials or articles of the kind required, with due consideration of the use to which they are to be put. In general, the work performed shall be in full conformity and harmony with the intent to secure the best standard of construction and equipment of the work as a whole or in part. 8 -03. Materials and Equipment Specified by Name. Whenever any material or equipment is indicated or specified by patent or proprietary name or by the name of the manufacturer, such specification shall be considered as used for the purpose of describing the material or equipment desired and shall be considered as followed by the words "or approved equal ". The Contractor may offer any material or equipment which shall be equal in every respect to that specified, provided that written approval first is obtained from the Engineer. 8 -04. Source of Materials. Price, fitness and quality being equal, preference shall be given by the Contractor for supplies grown, manufactured or produced in the State of California and, next, for such products partially produced in this State in accordance with Government Code Section 4332. OAK MANOR PARK 17 Spec. No. 15 -18 8 -05. Storage of Materials. Materials shall be so stored to ensure the preservation of their quality and fitness for the work. They shall be so located and disposed that prompt and proper inspection thereof may be made. 8 -06. Drawings, Samples and Tests. As soon as possible after execution of the contract, the Contractor shall submit to the Engineer, in quintuplicate, sufficient information including, if necessary, assembly and detail drawings to demonstrate fully that the equipment and materials to be furnished comply with the provisions and intent of these Special Provisions and Drawings. If the information thus submitted indicates the equipment or materials is acceptable, the Engineer will return one copy stamped with his or her approval; otherwise, one copy will be returned with an explanation of why the equipment or material is unsatisfactory. The Contractor shall have no claims for damages orfor extension of time on account of any delay due to the revision of drawings or rejection of material. Fabrication or other work performed in advance of approval shall be done entirely at the Contractor's risk. After approval of equipment or material, the Contractor shall not deviate in any way from the design and specifications given without the written consent of the Engineer. When requested by the Engineer, a sample or test specimens of the materials to be used or offered for use in connection with the work shall be prepared at the expense of the Contractor and furnished by him or her in such quantities and sizes as may be required for proper examination and tests, with all freight charges prepaid and with information as to their sources. All samples shall be submitted before shipment and in ample time to permit the making of proper tests, analyses, or examination before the time at which it is desired to incorporate the material into the work. All tests of materials furnished by the Contractor shall be made by the Engineer. Samples shall be secured and tested whenever necessary to determine the quality of the material. SECTION 9. PROSECUTION OF WORK 9 -01. Equipment and Methods. The work under this contract shall be prosecuted with all materials, tools, machinery, apparatus and labor and by such methods as are necessary to the complete execution of everything described, shown, or reasonably implied. If at any time before the beginning or during the progress of the work, any part of the Contractor's plant or equipment, or any of his or her methods of execution of the work, appear to the Engineer to be unsafe, inefficient, or inadequate to insure the required quality or the rate of progress of the work, he or she may order the Contractor to increase or improve his or her facilities or methods and the Contractor shall comply promptly with such orders; but, neither compliance with such orders nor failure of the Engineer to issue such orders shall relieve the Contractor from his or her obligation to secure the degree of safety, the quality of the work and the rate of progress required of the Contractor. The Contractor alone shall be responsible for the safety, adequacy and efficiency of his or her plant, equipment and methods. 9 -02. Time of Completion. The Contractor shall promptly begin the work under this contract and shall complete and make ready for full use all portions of the project made the subject of this contract within the time set forth in the agreement bound herewith. 9 -03. Avoidable Delays. Avoidable delays in the prosecution or completion of the work shall include all delays which might have been avoided by the exercise of care, prudence, foresight and diligence on the part of the Contractor. The City will consider as avoidable delays within the meaning of this contract (1) delays in the prosecution of parts of the work, which may in themselves be unavoidable, but do not necessarily prevent or delay the prosecution of other parts of the work nor the completion of the whole work within the time herein specified, (2) reasonable loss of time resulting from the necessity of submitting plans to the Engineer for approval and from the making of surveys, measurements, inspections, and testing and (3) such interruptions as may occur in the prosecution of the work on OAK MANOR PARK 18 Spec. No. 15 -18 account of the reasonable interference of other contractors employed by the City which do not necessarily prevent the completion of the whole work within the time herein specified. 9 -04. Unavoidable Delays. Unavoidable delays in the prosecution or completion of the work underthis contract shall include all delays which may result, through cause beyond the control of the Contractor and which he or she could not have provided against by the exercise of care, prudence, foresight and diligence. Orders issued by the City changing the amount of work to be done, the quantity of material to be furnished or the manner in which the work is to be prosecuted and unforeseen delays in the completion of the work of other contractors under contract with the City will be considered unavoidable delays, so far as they necessarily interfere with the Contractor's completion of the whole of the work. Delays due to normally adverse weather conditions will not be regarded as unavoidable delays. However, truly abnormal amounts of rainfall, temperatures or other weather conditions forthe location of the work and time of year may be considered as unavoidable delays if those conditions necessarily cause a delay in the completion of the work. 9 -05. Notice of Delays. Whenever the Contractor foresees any delay in the prosecution of the work and, in any event, immediately upon the occurrence of any delay which the contractor regards as an unavoidable delay, he or she shall notify the Engineer in writing of the probability of the occurrence of such delay and its cause, in order that the Engineer may take immediate steps to prevent, if possible, the occurrence or continuance of the delay, or, if this cannot be done, may determine whether the delay is to be considered avoidable or unavoidable, how long it continues and to what extent the prosecution and completion of the work are to be delayed thereby. 9 -06. Extension of Time. Should any delays occur which the Engineer may consider unavoidable, as herein defined, the Contractor shall, pursuant to his or her application, be allowed an extension of time proportional to said delay or delays, beyond the time herein set forth, in which to complete this contract; and liquidated damages for delay shall not be charged against the Contractor by the City during an extension of time granted because of unavoidable delay or delays. Any claim by Contractor for a time extension based on unavoidable delays shall be based on written notice delivered to the Engineer within 15 days of the occurrence of the event giving rise to the claim. Failure to file said written notice within the time specified shall constitute a waiver of said claim. Notice of the full extent of the claim and all supporting data must be delivered to the Engineer within 45 days of the occurrence unless the Engineer specifies in writing a longer period. All claims for a time extension must be approved by the Engineer and incorporated into a written change order. 9 -07. Unfavorable Weather and Other Conditions. During unfavorable weather and other conditions, the Contractor shall pursue only such portions of the work as shall not be damaged thereby. No portions of the work whose satisfactory quality or efficiency will be affected by any unfavorable conditions shall be constructed while these conditions remain, unless, by special means or precautions approved by the Engineer, the Contractor shall be able to overcome them. The Contractor shall be granted a time extension of one day for each unfavorable weather day which prevents him or her from placing concrete forms or placing and finishing concrete or asphalt concrete. Such unfavorable weather day is defined as a rain day where precipitation prevents the contractor from performing the work more than four (4) continuous hours within the authorized work period or a temperature day where the ambient temperature is below that specified for the placement of materials associated with the controlling work item for more than four (4) continuous work hours of the authorized work period. 9 -08. Saturday, Sunday, Holiday and Night Work. No work shall be done between the hours of 6 p.m. and 7 a.m., nor on Saturdays, Sundays or legal holidays except such work as is necessary forthe proper care and protection of work already performed, or except in cases of absolute necessity and in any case only with the permission of the Engineer. OAK MANOR PARK 19 Spec. No. 15 -18 It is understood, however, that night work maybe established as a regular procedure by the Contractor if he or she first obtains the written permission of the Engineer and that such permission may be revoked at any time by the Engineer if the Contractor fails to maintain at night adequate force and equipment for reasonable prosecution and to justify inspection of the work. 9 -09. Hours of Labor. Eight (8) hours of labor shall constitute a legal day's work and the Contractor or any subcontractor shall not require or permit more than eight hours of labor in a day from any person employed by him or her in the performance of the work under this contract, unless paying compensation for all hours worked in excess of eight (8) hours per day at not less than 1 Y2 times the basic rate of pay. The Contractor shall forfeit to the City, as a penalty, the sum of twenty -five dollars ($25.00) for each workman employed in the execution of the contract by him or her or by any subcontractor, for each calendar day during which such laborer, workman, or mechanic is required or permitted to labor more than eight hours in violation of the provisions of Section 1810 to 1816, inclusive, (Article 3, Chapter 1, Part 7, Division 2) of the Labor Code of the State of California and any acts amendatory thereof. SECTION 10. PAYMENT 10 -01. Certification by Engineer. All payments under this contract shall be made upon the presentation of certificates in writing from the Engineer and shall show that the work covered by the payments has been done and the payments thereof are due in accordance with this contract. 10 -02. Progress Estimates and Payment. The Engineer shall, within the first seven (7) days of each month, make an estimate of the value of the work performed in accordance with this contract during the previous calendar month. The first estimate shall be of the value of the work satisfactorily completed in place and meeting the requirements of the contract. And every subsequent estimate, except the final estimate, shall be of the value of the work satisfactorily completed in place since the last preceding estimate was made; provided, however, that should the Contractor fail to adhere to the program of completion fixed in this contract, the Engineer shall deduct from the next and all subsequent estimates the full calculated accruing amount of the liquidated damages to the date of said estimate, until such time as the compliance with the program has been restored. The estimate shall be signed by the Engineer and, after approval, the City shall pay or cause to be paid to the Contractor in the manner provided by law, an amount equal to 95 percent of the estimated value of the work satisfactorily performed and complete in place. 10 -03. Substitution of Securities. 1. At such times that Pubic Contract Code Section 22300 is in effect Contractor may propose the substitution of securities of at least equal market value for any moneys to be withheld to ensure performance under the Contract. Market value shall be determined as of the day prior to the date such substitution is to take place. Such substitution shall be made at the request and expense of the Contractor. The securities shall be one or more of the following types: (a) Bonds or interest - bearing notes or obligations of the United States, or those for which the faith and credit of the United States are pledged for the payment of principal and interest. (b) Bonds or interest - bearing notes on obligations that are guaranteed as to principal and interest by a federal agency of the United States. (c) Bonds of the State of California, or those for which the faith and credit of the State of California are pledged for the payment of principal and interest. OAK MANOR PARK 20 Spec. No. 15 -18 (d) Bonds or warrants, including, but not limited to, revenue warrants, of any county, city, metropolitan water district, California water district, California water storage district, irrigation district in the State of California, municipal utility district, or school district of the State of California, which are rated by Moody's or Standard and Poor as A or better. (e) Bonds, consolidated bonds, collateral trust debentures, consolidated debentures, or other obligations issued by federal land banks or federal intermediate credit banks established under the Federal Farm Loan Act, as amended; debentures and consolidated debentures issued by the Central Bank for Cooperatives and banks for cooperatives established under the Farm Credit Act of 1933, as amended; bonds, or debentures of the Federal Home Loan Bank Board established under the Federal Home Loan Bank Act; and stock, bonds, debentures and other obligations of the Federal National Mortgage Association established under the National Housing Act as amended and bonds of any Federal Home Loan Mortgage Corporation. (f) Commercial paper of "prime" quality as defined by a nationally recognized organization which rates such securities. Eligible paper is further limited to issuing corporations: (1) organized and operating within the United States; (2) having total assets in excess of five hundred million dollars ($500,000,000); and (3) approved by the Pooled Money Investment Board of the State of California. Purchases of eligible commercial paper may not exceed 180 days' maturity, nor represent more than 10 percent of the outstanding paper of an issuing corporation. (g) Bills of exchange or time drafts on and accepted by a commercial bank, otherwise known as bankers acceptances, which are eligible for purchase by the Federal Reserve System. (h) Certificates of deposits issued by a nationally or state - chartered bank or savings and loan association. (i) The portion of bank loans and obligations guaranteed by the United States Small Business Administration or the United States Farmers Home Administration. Q) Student loan notes insured under the Guaranteed Student Loan Program established pursuant to the Higher Education Act of 1965, as amended (20 U.S.C. 1001, et seq.) and eligible for resale to the Student Loan Marketing Association established pursuant to Section 133 of the Education Amendments of 1972, as amended (20 U.S.C. 1087 -2). (k) Obligations issued, assumed or guaranteed by International Bank for Reconstruction and Development, the Inter - American Development Bank, the Asian Development Bank, or the Government Development Bank of Puerto Rico. (1) Bonds, debentures and notes issued by corporations organized and operating within the United States. Such securities eligible for substitution shall be within the top three ratings of a nationally recognized rating service. 2. The securities shall be deposited with City or with any commercial bank as escrow agent, who shall arrange for transfer of such securities to the Contractor upon satisfactory completion of the contract. Any interest accrued or paid on such securities shall belong to the Contractor and shall be paid upon satisfactory completion of the contract. The market value of the securities deposited shall at all times be maintained in an amount at least equal, in the sole judgment of City, to the moneys to be withheld pursuant to the Contract Documents to ensure performance of the Contract. In order to comply with this condition, Contractor shall deposit additional securities as necessary upon request by City or the escrow agent. 3. Upon acceptance of any Proposal that includes substituting securities for amounts withheld to ensure performance, a separate escrow agreement satisfactory in form and substance to City shall be prepared OAK MANOR PARK 21 Spec. No. 15 -18 and executed by City, the Contractor and the escrow agent, which may be City. The escrow agreement shall specify, among other matters, value of securities to be deposited; procedures for valuing the securities and for adding or withdrawing securities to maintain the market value of the deposited securities at least equal to the amount of moneys which would otherwise be withheld; the terms and conditions of conversion to cash in case of the default by the Contractor; and terms, conditions and procedure for termination of the escrow. City shall have no obligation to enter any such Agreement that does not provide the City with the unilateral right to convert securities to cash and to gain immediate possession of the cash. 10 -04. Acceptance. The work must be accepted by vote of the City Council of the City of Ukiah when the whole shall have been completed satisfactorily. The Contractorshall notifythe Engineer, in writing, of the completion of the work, whereupon the Engineer shall promptly, by personal inspection, satisfy himself as to the actual completion of the work in accordance with the terms of the contract and shall thereupon recommend acceptance by the City Council. 10 -05. Final Estimate and Payment. The Engineer shall, as soon as practicable after the final acceptance of the work done under this contract, make a final estimate of the amount of work done thereunder and the value thereof. Such final estimate shall be signed by the Engineer, and after approval, the City shall pay or cause to be paid to the Contractor, in the manner provided by law, the entire sum so found to be due hereunder, after deducting therefrom all previous payments and such other lawful amounts as the terms of this contract prescribe. In no case will final payment be made in less than thirty-five (35) days after the filing of the notice of completion with the County Recorder. 10 -06. Delay Payments. Should any payment due the Contractor or any estimate be delayed, through fault of the City beyond the time stipulated, such delay shall not constitute a breach of contract or be the basis for a claim for damages, but the City shall pay the Contractor interest on the amount of the payment at the rate of 6 percent per annum forthe period of such delay. The terms for which interest will be paid shall be reckoned, in the case of any monthly or progress payment, from the twentieth day of the month next succeeding the month in which the work was performed to the date of payment of the estimate; and in the case of the final estimate, from the forty-fifth day after acceptance to the date of payment of the final estimate. The date of payment of any estimate shall be considered the day on which the payment is offered or mailed as evidenced by the records of the Treasurer of the City. If interest shall become due on any delayed payment, the amount thereof, as determined by the City, shall be added to a succeeding payment. If the interest shall become due on the final payment, it shall be paid on a supplementary voucher to interest or any sum or sums which, by the terms of this contract, the City is authorized to reserve or retain. 10 -07. Extra Work and Work Omitted. Whenever corrections, alterations, or modifications of the work under this contract ordered by the Engineer and approved by the City increase the amount of work to be done, such added work shall be known as "extra work "; and when such corrections, alterations, or modifications decrease the amount of work to be done, such subtracted work shall be known as "work omitted ". When the Contractor considers that any changes ordered involve extra work, he or she shall immediately notify the Engineer in writing and subsequently keep him or her informed as to when and where extra work is to be performed and shall make claim for compensation therefor each month not later than the first day of the month following that in which the work claimed to be extra work was performed and he or OAK MANOR PARK 22 Spec. No. 15 -18 she shall submit a daily complete statement of materials and labor used and expenses incurred on account of extra work performed, showing allocation of all materials, labor and expenses. All such claims shall state the date of the Engineer's written order and the date of approval by the City authorizing the work on account of which claim is made. Unless such notification is made in writing within the time specified and unless complete statements of materials used and expenses incurred on account of such extra work are furnished as above required, the Contractor shall not be entitled to payment on account of extra work and Contractor shall be deemed to have waived the right to make any future claims for compensation for such extra work. When changes decrease the amount of work to be done, they shall not constitute a claim for damages on account of anticipated profits on the work that may be omitted. 10 -08. Compensation for Extra Work or Work Omitted. Whenever corrections, additions, or modifications in the work under this contract change the amount of work to be done or the amount of compensation due the Contractor, excepting increases or decreases in contract items having unit contract prices for each measurable quantity installed in place, and such changes have been ordered in writing by the Engineer and approved by the City prior to the Contractor performing the extra work, then a price may be agreed upon. Failing such an agreement in price, the Contractor shall be compensated for performing extra work pursuant to the provisions of Section 4 -1.03 D, "Extra Work ", and Section 9- 1.03, "Force Account Payment" of the Standard Specifications. This method of determining the price of work shall not apply to the performance of any work which is required or reasonably implied to be performed or furnished under this contract. 10 -09. Compensation to the City for Extension of Time. In case the work called for under this contract is not completed within the time limit stipulated herein, the City shall have the right as provided hereinabove, to extend the time of completion thereof. If the time limit be so extended, the City shall have the right to charge to the Contractor and to deduct from the final payment for the work the actual cost to the City of engineering, inspection, superintendence and other overhead expenses which are directly chargeable to the contract and which accrue during the period of such extension, except that the cost of final unavoidable delays shall not be included in such charges. 10 -10. Liquidated Damages for Delay. It is agreed by the parties to the contract that time is of the essence and that, in case all the work is not completed before or upon the expiration of the time limit as set forth, damage, other than those cost items identified in section 10 -09, will be sustained by the City and that it is and will be impracticable to determine the actual amount of damage by reason of such delay; and it is therefore agreed that the Contractor will pay to the City the sum of five hundred dollars ($500.00) per day for each and every calendar day's delay beyond the time prescribed. SECTION 11. MISCELLANEOUS 11 -01. Notice. Whenever any provision of the contract documents requires the giving of written notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. If mailed, the notice shall be deemed received on the date of delivery stated in the return receipt. 11 -02. Computation of Time. When any period of time is referred to in the Contract Documents by days, it shall be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation. OAK MANOR PARK 23 Spec. No. 15 -18 11 -03. Litigation and Forum Selection. Contractor and City stipulate and agree that any litigation relating to the enforcement or interpretation of this contract, arising out of Contractor's performance or relating in any way to the work shall be brought in Mendocino County and that venue will lie in Mendocino County. The parties waive any objections they might otherwise have to the propriety of jurisdiction or venue in the state courts in Mendocino County and agree that California law shall govern any such litigation. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto and, in particular but without limitation, the warranties, guaranties and obligations imposed upon the Contractor and all of the rights and remedies available to the City thereunder, shall be in addition to and shall not be construed in anyway as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by law or contract, by special warranty or guaranty, or by other provisions of the contract documents and the provisions of this paragraph shall be as effective as if repeated specifically in the contract documents in connection with each particular duty, obligation, right and remedy to which they apply. All warranties and guaranties made in the contract document shall survive final payment and termination or completion of this contract. 11 -04. Waiver. The Contractor shall strictly comply with all notices and other contract requirements. Waiver by the City of any failure of the Contractor to comply with any term of the contract, including the notice provisions, shall not be deemed a waiver of a subsequent breach. OAK MANOR PARK 24 Spec. No. 15 -18 TECHNICAL SPECIFICATIONS SECTION 12. GENERAL INFORMATION 12 -01. Location and Scope of Work. All of the work to be performed is within the City of Ukiah and consists of building picnic area in Oak Manor Park. Existing turf would be removed and replaced with new paving. Equipment including shade structures and picnic tables shall be installed. Irrigation adjustments and turf damaged approximately 6 -8' from construction shall be replaced by Contractor. General locations of the work are within the borders of Oak Manor Park in Ukiah. The Contractor should familiarize himself with the local conditions of the project sites. Failure to do so will in no way relieve him of the responsibility for performing any of the work or operations required as a part of this contract. Further information regarding the work or these specifications can be obtained from Alan Hasty at (707) 463 -6282. 12 -02. Arrangement of Technical Specifications. The Technical Specifications are arranged in sections covering the various phases of work as follows: Section No. Title 12 General Information 13 Construction Details 14 Exclusions from General Conditions 15 Amendments to General Conditions 12 -03. Arrangement of Plans. General locations and linear quantities of the work are shown in Appendix "A ". A map will be provided to the successful bidder showing the exact locations of the work to be done. 12 -04. Business Licenses. The Contractor and any subcontractors shall each secure and maintain a valid City of Ukiah Business License prior to the start of any portion of the work. 12 -05. Permits. The Contractor shall provide, procure, and pay for all permits required to complete this work. 12 -06. Standard Specifications and Standard Plans. The Standard Specifications and Standard Plans of the California State Department of Transportation, May, 2006, are hereby made a part of these Special Provisions and are hereinafter referred to as "California Standard Specifications" and "California Standard Plans." Whenever in the California Standard Specifications and the California Standard Plans the following terms are used, they shall be understood to mean and refer to the following: Department of Transportation - The City Council. Director of Public Works - The City of Ukiah Director of Public Works. Engineer - The Engineer, designated by the City Council, acting either directly or through properly authorized agents, such agents acting within the scope of the particular duties entrusted to them. Laboratory - The designated laboratory authorized by the City of Ukiah to test materials and work involved in the contract. OAK MANOR PARK 25 Spec. No. 15 -18 State - The City of Ukiah Other terms appearing in the California Standard Specifications and the California Standard Plans shall have the intent and meaning specified in Section I, Definition of Terms of the California Standard Specifications. In case of discrepancy between the contract documents, the order of precedence from the highest to lowest is as follows: 1. (City) Special Provisions 2. (City) Project Plans 3. City Standard Plans and Details 4. California Standard Plans 5. California Standard Specifications 12 -07. Temporary Facilities. All temporary facilities are the responsibility of the Contractor. The removal of said facilities shall be the responsibility of the Contractor. The Contractor shall be responsible for any and all damages to existing facilities which are a result of the work. 12 -08. Public Convenience and Safety. The Contractor shall conduct operations so as to cause the least possible obstruction and inconvenience to public traffic. The Contractor shall, at his or her expense, furnish such flag persons and furnish, erect, construct and maintain such fences, barriers, lights, signs, detours, pedestrian walkways, driveway ramps and bridging as may be necessary to give adequate warning to the public that work is in progress and that dangerous conditions exist, to provide access to abutting properties and to permit the flow of pedestrian and vehicular traffic to safely and expeditiously pass the work. 12 -09. Maintaining Traffic. Attention is directed to Section 7 -1.08, "Public Convenience," 7 -1.09, "Public Safety," 7- 1.092, "Lane Closure," and 7- 1.095, "Flagging Costs," of the California Standard Specifications. Streets shall be open to through vehicular traffic during non - working hours. All public traffic shall be permitted to pass through the work with as little inconvenience and delay as possible. Full costs for "Maintaining Traffic ", including "Flagging Costs ", shall be considered as included in the various items of work and no additional compensation will be made. 12.10. Stream Pollution. The Contractor shall exercise every reasonable precaution to prevent muddying or silting of live streams, and the Contractor's attention is called to the fact that the terms of this contract do not relieve him or her of responsibility for compliance with Sections 5650 and 12015 of the Fish and Game Code or other applicable statutes relating to pollution prevention or abatement. 12 -11. Warranties. Unless otherwise indicated, the Contractor shall warrant all materials provided and work performed under this contract for a period of one year from the date of final acceptance. He shall replace promptly and at his own expense any materials and /or workmanship which fail during this warranty period. 12 -12. Utilities. No water, sewer or electrical services will be provided by the owner. It is the Contractor's sole responsibility to arrange such services as necessary. 12 -13. Preconstruction Conference. A preconstruction conference will be held before any work will be allowed to commence. This meeting will cover inspection, schedule for work, and among other items, OAK MANOR PARK 26 Spec. No. 15 -18 the responsibilities and procedures of each of the interested parties to assure that the project will be completed in accordance with the contract documents. 12 -14. Safety Requirements. The Contractor shall comply with all pertinent provisions of the Department of Labor "Safety and Health Regulations for Construction (29 FCS Part 1518, 36 CFR 7340) ", with additions or modifications thereto, in effect during construction of this project. OAK MANOR PARK 27 Spec. No. 15 -18 SECTION 13 - CONSTRUCTION DETAILS 13 -01. Tree Preservation and Pruning PART 1 - General 1.01 Description A. Work Included: Furnish all labor, materials, equipment and apparatus not specifically mentioned herein or noted on the plans, but which are incidental and necessary to complete the work specified for the protection, preservation and /or repair of trees, including care, pruning, and trimming (limbs and roots) as required to construct improvements. B. Contractor shall protect from damage all existing vegetation determined by the City of Ukiah to remain on the project site and also on adjacent property (for trees overhanging the project site). Contractor shall be responsible for the repair any damage, including that to the adjacent property resulting from failure to comply with the requirements of the Contract Documents or failure to exercise reasonable care in performing the Work. If Contractor fails or refuses to repair the damage promptly and according to the City of Ukiah directions, the City may have the necessary work performed and charge the cost to Contractor. Tree and Plant Protection includes, but is not limited to the following: a. The protection of the above and below - ground portions of trees including roots, trunks, branches and foliage. Protection of roots includes reduction and /or prevention of soil compaction caused by vehicles, equipment, materials or foot traffic. b. Protective Fencing and Signage surrounding the Tree Protection Zone around the tree or group of trees. C. Pre - Demolition and Construction meetings on site with the City of Ukiah. d. Pre -work Clearance Pruning for demolition and construction e. Organic mulch placed in tree protection zones f. Irrigation of trees before and during demolition and construction. g. Dealing with protection and preservation of tree roots relative to soil grubbing, grading, structure or pavement removal, excavations, etc. h. Ongoing updating and consultation with the City of Ukiah regarding site work and potential tree impacts C. Monthly Tree Protection Inspections and Reports by the City of Ukiah, if needed. D. Related Work: 1. Section 13.02 — Clearing, Grubbing and Misc. Demolition 2. Section 13.03 — Stabilized Crushed Stone Walks 3. Section 13.04 — Site Furnishing and Accessories 1.02 Related Documents A. The General and Supplementary Conditions and General Requirements apply to the work herein specified. B. References: 1. Arboriculture: The care of trees and shrubs by Dr. Richard Harris 2. Best Management Practices, Tree Pruning. 2008. International Society of Arboriculture, PO Box 3129, Champaign, IL 61826 -3129. 217 - 355 -9411 3. ANSI A300 Pruning Standards. 2008 Edition. Ibid. (Covers tree care methodology). OAK MANOR PARK 28 Spec. No. 15 -18 4. ANSI Z133.1 Safety Requirements for Arboricultural Operations. 2006 Edition. Ibid. (Covers safe 1.03 Definitions 1. Certified Arborist: An Arborist certified through the ISA (international Society of Arboriculture) after passing a test demonstrating basic knowledge about urban trees and their management, fulfilling an ongoing continuing education requirement and paying regularly scheduled certification fees. 2. Dripline (tree): The area under the total branch spread of the tree, all around the tree. 3. Existing tree: The trees existing on property prior to any demolition or construction for a project. 4. Neighboring tree: Existing trees on adjacent private property not owned by the City, but the dripline of which overhangs the City property. 5. Qualified Tree Service: A tree service with a supervising arborist who has the minimum certification level of ISA (International Society of Arboriculture) Certified Arborist, in a supervisory position on the job site during execution of the tree work. The tree service shall adhere to the most current of the following arboricultural industry tree care standards. 6. Tree: a woody perennial plant usually having one dominant trunk and a mature height greater than 15 feet. Multiple -trunk trees have more than one trunk. 7. Tree Protection Zone (TPZ): The area inside the Tree Protection Fencing shall contain the tree or tree trunks and the area below, some or, the entire canopy of the tree or, beyond the canopy as directed by the City. The TPZ and Tree Protection Fencing remain in place prior to any work on site (including demolition) until the construction project is fully completed. 8. Tree Service: A company that performs tree pruning and tree removals as their main business. 1.04 Quality Assurance A. All tree protection, preservation and pruning performed shall be executed by a Qualified Tree Service company having, in full -time employment, an Arborist certified by the International Society of Arboriculture (ISA). Certification must be verified. The Arborist must be directly responsible for decisions made and should visit the work sites daily when trimming of tree limbs and roots are to be performed. B. Pruning shall be performed to the standards of the International Society of Arborists Pruning guidelines, and to ANSI A -300. C. Tree pruning shall not occur without first securing a pruning permit. Permit applications shall be submitted to the City, if needed. D. Preconstruction Tree Preservation Meeting 1. Contractor to provide 36 hour notice for Preconstruction Tree Preservation Meeting at Project site with the Project Manager and Landscape Architect prior to start of construction, including demolition. 1.05 Submittals A. Arborist certification B. Tree Pruning Schedule (provided by Qualified Tree Service Contractor): and extent of pruning of trees to remain and that interfere with or construction. Written schedule detailing scope are affected by demolition or OAK MANOR PARK 29 Spec. No. 15 -18 1.06 Tagging of Trees to be Preserved A. All preserved trees shall be flagged with a distinctive colored ribbon prior to Preconstruction Tree Preservation Meeting. After flagging and prior to commencement of any work, the Contractor shall notify the City of Ukiah Arborist who will verify that the correct trees are flagged. 1.07 Job Conditions A. The Contractor will be held responsible for any damage to trees or other plants, which are to remain during construction, including limb or branch breakage, tearing of bark along trunk or excessive root damage. Large roots greater that 3" in diameter and less than 12" below ground level shall not be cut without the City of Ukiah approval. B. The following practices are prohibited within Tree Protection Zones: 1. Storage of construction materials, debris, or excavated material. 2. Parking vehicles or equipment. 3. Placement of outhouses 4. Foot traffic. 5. Erection of sheds or structures. 6. Impoundment of water. 7. Equipment wash down. 8. Grubbing of soil surface to remove organic matter. 9. Disposal of chemicals, petroleum products, or other detrimental substances. 10. Excavation, grading or other soil disturbance unless otherwise indicated. 11. Attachment of signs to or wrapping materials around trees unless otherwise indicated on plans. PART 2 - Products 2.01 Tree Protection — Zone Fencing Fencing fixed in position and meeting the following requirements: A. Snow Fencing Protection -Zone Fencing: Orange plastic fencing, 4' height with steel stake posts with tie wires, hog ring ties, and other accessories for a complete fence system. 2.02 Mulch A. Per tree protection notes. PART 3 - Execution 3.01 Examination and Preparation A. If at any time the Contractor judges that the protection of a tree designated to be saved is incompatible with work required, or if operations necessary threaten the health or structural stability of a tree, notify immediately the City of Ukiah and do no further work affecting the tree until a written agreement is reached concerning acceptable procedures. OAK MANOR PARK 30 Spec. No. 15 -18 B. Erosion and Sedimentation Control: Examine the site to verify that temporary erosion -and sedimentation - control measures are in place. Verify that flows of water redirected from construction areas or generated by construction activity do not enter or cross tree protection zones. C. Protect tree root systems from damage caused by runoff or spillage of noxious materials while mixing, placing, or storing construction materials. Protect root systems from ponding, eroding, or excessive wetting caused by dewatering operations. D. Contractor shall install 8 or 9 inch diameter straw wattling roll on the uphill side of the protective fence to divert runoff from the construction site to the protected trees. The wattle shall be maintained until protective fence is removed from the project site. E. Under no circumstances shall the Contractor remove existing trees that are indicated not to be removed. F. Tree removal may not damage existing trees or vegetation to remain; consult with Owner's Representative regarding any conflicts. 3.02 Tree Protection Zone A. Protection -Zone Fencing: Install Tree Protection Fencing along edges of Tree Protection Zones in a manner that will prevent people from easily entering protected area except for arborist inspection and tree maintenance. An 18 -inch wide gap for arborist access and tree maintenance will be provided in each fenced off area. 1. Snow Fencing: Install per detail and manufacturer's recommendations. 2. Posts: Set or drive posts into ground one -third the total height of the fence without concrete footings. Where a post is located on existing paving or concrete to remain, provide appropriate means of post support acceptable to City of Ukiah Arborist. 3. Access Gap in Fencing: Provide an 18 -inch wide gap, with a standard steel post on each side of the gap, overlap fence fabric to close gap. B. Protection -Zone Signage: Install by Contractor - specified Tree Protection for each independent fenced area, 6 inches from the top of the fence. Signs must be securely attached to fence with 4 plastic wire ties; one tie in each corner. Tree Protection Signs must be aluminum or corrugated plastic. C. Contractor shall repair or replace protected trees, and other vegetation indicated to remain or be relocated that are damaged by construction operations at no additional cost to contract or the City of Ukiah. The City Representative shall specify any repair work or replacement value for damaged trees. D. Maintain Tree Protection Fencing and signage in good condition as acceptable to the City of Ukiah Arborist and remove when construction operations are complete and equipment and materials have been removed from the site. At sites where the excavation has taken place near trees to remain, and many living roots remain exposed to the air, the Contractor shall cover the exposed roots within 2 hours with sand, soil, moist burlap or other means acceptable to the City. E. Construction materials, debris, and supplies shall not be stored within the drip line or protective fencing area under any tree. F. Vehicles shall not be parked within the drip line or protective fencing area. G. Woodchips or another cushioning surface material approved by the City shall be placed over areas where roots are present and construction traffic occurs. 3.03 Excavation A. General: Hand or air spade excavate at edge of Tree Protection Zones for grading, trenches and other soil disturbance adjacent to existing trees. OAK MANOR PARK 31 Spec, No. 15 -18 B. No rototilling or other soil disturbance shall take place within Tree Protection Zones, before, during, or after demolition or construction, unless designated within construction documents. C. Trenching near Trees: Where utility trenches are required within or adjacent to Tree Protection Zones, air spade or hand excavate under or around tree roots or tunnel under the roots by drilling, auger boring, or pipe jacking. Do not cut large (e.g. 2 inches in diameter or greater) roots; cut only smaller roots that interfere with installation of utilities. D. Open trenches are not to be routed beneath the dripline of trees that are to be preserved unless this is impossible to avoid; in which case damage may be reduced by careful placement by air spading or hand - digging of trenches to avoid large roots by tunneling under rather than cutting roots greater than 2 inches or greater in diameter. 3.04 Tree Pruning A. Remove branches that are in the path of temporary and permanent construction, or within the work zone margin beyond that construction. Where trees are concerned, minimize the work zone margin to the minimum possible to accomplish demolition or construction work. Any pruning will be completed by a Qualified Tree Service, but it is the contractor's responsibility to notify the City of any pruning that is necessary. B. Tree pruning shall be performed to balance the crown and eliminate hazards. The main work performed shall be to reduce the sail effect through thinning, reducing end weights, shortening long heavy limbs, removing deadwood, weak limbs and sucker growth. Limbs shall be pruned back to an appropriate lateral branch. C. All final cuts shall be made at the outer edge of the branch collar. The pruning work shall be performed in a safe and proper manner, adhering to CAL -OSHA and ANSI Standards D. The Contractor shall be responsible for the preservation of all public and private property. Pruning includes the cutting of limbs, cleanup, removal and disposal of cuttings and debris. Elm logs must be properly disposed of per State Quarantine. Work shall be performed by a two- person crew with one climber, one ground person, a dumping chipper truck and chipper, and any other necessary saws, lines, tools and safety equipment. The work area shall have appropriate cones and signs for safe pedestrian and vehicle traffic. 3.05 Root Pruning A. Tree roots greater than 3" in diameter and less than 12" below ground level shall not be cut without approval of the City. B. Roots shall be cut clearly, as far from the trunk of the tree as possible. Root pruning shall be to a depth of 18 ". C. Root pruning shall be performed using a Vermeer Root Cutting Machine. Alternate equipment or techniques must be approved by the City. D. Root pruning shall be completed prior to base or subgrade preparation, or to any excavation adjacent to the tree. E. Root Pruning Prior to root cutting air spade or hand dig a trench along the edge of the excavation facing the protected tree(s), to the depth of the excavation. The trench must be at least 12 inches wide. Cut exposed roots that need to be removed cleanly back to the trench wall with sharp pruning tools. Do not break, tear, chop, or slant the cuts. Do not use a backhoe or other equipment that rips, tears, or pulls roots. Heavy equipment maybe used to continue soil work but the equipment must OAK MANOR PARK 32 Spec No. 15 -18 not contact the roots that have been cut at the edge of the trench, or any soil or roots on the tree - side of the trench. 2. Exposed roots must be covered with 2 layers of natural burlap or organic mulch that is kept moist until backfilled. The exposed trench wall must be sprayed with water and thoroughly moistened with water prior to placement of burlap. 3. Backfill around exposed roots as soon as possible. Exposed roots shall not be left overnight without protection and City approval. Wet the backfill soil thoroughly as it is placed in the trench. 3.06 Regrading A. Lowering Grade: Where new finish grade is indicated below existing grade around trees, slope grade beyond the protection zone. Maintain existing grades within the protection zone. B. Raising Grade: Where new finish grade is indicated above existing grade around trees, slope grade beyond the protection zone. Maintain existing grades within the protection zone. 3.07 Disposal of Surplus and Waste Materials A. Disposal: Remove excess excavated material, displaced trees, trash and debris, and legally dispose of them off City's property. 13 -02. Cleaning, Grubbing and Miscellaneous Demolition PART 1 - General 1.01 Related Documents A. The General Conditions of the Contract, including General and Special Provisions and General Requirements apply to the work in this section. 1.02 Description A. Work Included: Furnish all labor, materials, equipment, facilities, transportation and services to complete all clearing and demolition and related work as shown on the drawings and /or specified herein. 1. Clearing and Grubbing 2. Removal and Disposal of Miscellaneous Construction Items and Debris PART 2 - Material 2.01 Equipment A. Equipment shall be suitable for the work to be done and shall be in first -class condition. Equipment operators and workmen to be skilled in operations and to be supervised by a competent superintendent. OAK MANOR PARK 33 Spec. No. 15 -18 PART 3 - Execution 3.01 General A. Clear and grub future planting and paved areas as shown on Plans or as specified herein. Grubbing shall include clearing the entire root systems of all plants, weeds, and grasses. B. Remove and dispose of wire mesh fencing; including posts and footings, and miscellaneous deleterious materials, such as, asphalt, aggregate base, concrete, where shown on plans. Contractor shall finish off edges at limit of fence to remain as directed by the City inspector. C. Dust Control: At all times during the operations, prevent the formation of an airborne dust nuisance by watering and /or treating the site of the work in such a manner that will confine dust particles to the immediate area of the work. D. Debris: 1. Remove debris as it accumulates, except as otherwise specified. Do not store or permit debris to accumulate on the site. If contractor fails to remove excess debris promptly, the City reserves the right to cause same to be removed at Contractor's expense. 2. Materials requiring removal and demolition shall become the property of the contractor and shall be removed completely from site, unless noted otherwise on plans, and shall be disposed of at an approved site outside the city limits. 3. If unforeseen items are encountered during clearing and demolition work, the Contractor shall notify the City Inspector prior to removal or demolition. 13 -03. Stabilized Crush Stone Walks PART 1 - General 1.01 Description A. The work of this section consists of constructing universally accessible crushed stone walks on a prepared subgrade. 1.02 Submittals (As specified in Section 8 -06. and as follows): A. Submit sieve analysis of proposed material to ensure it meets grading requirements. B. Submit sample of crushed aggregate screenings for approval to ensure color will be compatible with project site. Sample shall be sufficiently large to illustrate clearly the functional characteristics and full range of color and texture of the material. C. The Contracting Officer shall approve sieve analysis and color of crushed aggregate screening in writing before any material is delivered to the project site. Sample shall be sufficiently large to illustrate clearly the functional characteristics and full range of color and texture of the material. D. Prepare a sample finished paving section using all specified materials and edging. Sample section shall be min. 2 sq. ft. Sample section shall be approved in writing by the Contracting Officer before the project Stabilized Crushed Stone Walk is constructed. OAK MANOR PARK 34 Spec. No. 15 -18 1.03 Project Conditions A. Use lightweight hauling equipment. Exercise care in using equipment, avoiding damage to adjacent plant and tree growth. PART 2 - Products 2.01 Crushed Aggregate Screenings A. TerraPave resin system including Terra Coat stabilizer and sealer. B. Clean, hard, durable particles or fragments of select brown /gold crushed granite, river rock or basalt. Fines shall be evenly mixed throughout the aggregate. When produced from gravel, 50% by weight of the material retained on a No. 4 sieve shall have one fractured face. Color to be approved by Contracting Officer. C. The portion retained on the No. 4 sieve shall have a maximum percentage of wear of 50 at 500 revolutions as determined by AASHTO T96 -77. D. The portion passing a No. 40 sieve shall have a maximum liquid limit of 25 and a maximum plasticity index of 7, as determined by AASHTO T89 -81 and AASHTO T90 -81. E. The crushed aggregate screenings shall be free from clay lumps, vegetable matter and deleterious material. 2.02 Grading Requirements Percentage of Weight Passing a Square Mesh Sieve AASHTO T -11 -82 and T27 -82 Sieve Designation % Passing Sieve Designation % Passing 3/8" 100 No. 30 40 -50 No. 4 95 -100 No. 50 25 -35 No. 8 75 -80 No. 100 20 -25 No. 16 55 -65 No. 200 5 -15 2.03 Soil Stabilizer A. Stabilizer, a non - toxic, colorless, odorless, non - staining, non - petroleum based product that binds soil and crushed aggregate screenings together, creating a natural appearing, firm paving surface. Stabilizer shall be TerraPave product as manufactured and distributed by Wheeler Zamaroni, 3500 Petaluma Hill Rd, Santa Rosa, CA 95404. Tel: 707 - 543 -8400, Fax: 707 - 575 -3584. 2.04 Forms A. Redwood landscape edging, which is to serve as a permanent edging material, will be used in lieu of forms. Edging shall be realigned as needed in the event it is deformed during placement and compaction. OAK MANOR PARK 35 Spec. No. 15 -18 PART 3 - Execution 3.01 Cleaning and Grubbing A. See Section 13.02 3.02 Tools Preparation A. TerraPave is a decorative product. As such, it is important that proper construction practices to insure against contamination of the finished material do not occur. The truck box needs to be clean and free of contaminants. Just prior to loading, it is beneficial to wet the truck box down with water so the material comes out easily. If placement is being accomplished by means of a paving machine, the equipment must be clean and free of loose material. Excess solvent used for cleaning must be removed. After the TerraPave installation, a quick cleaning with normal solvent is all that is necessaryfor preparation for the next asphalt installation. Hand tools can be cleaned with water prior to the material setting up. Otherwise, a solvent will work very well. 3.03 Ground Surface Preparation A. Strip the top 3 inches of topsoil within the designated paving areas. B. TerraPave must be installed when temperatures are above 55° Fahrenheit and overnight temperatures will not fall below 32° Fahrenheit. Installation should not occur when rain is possible anytime within five (5) days after installation. 3.04 Subgrade Preparation A. Prior to placing crushed aggregate screening, shape, fill, grade and compact the subgrade to 90% R.C. B. Material generally needs to be placed between 1/2" to 1" above finished grade prior to compaction. Depth of placement is a variable depending on equipment used for both placement and compaction. It is the responsibility of the installer to determine correct height for placement. Finished grade after compaction should be 1/8" above edging material to assure proper drainage. 3.05 Forms A. Install landscape edging in lieu of forms, the full depth of paving, curving as required and securely stake in place to hold firmly to line and grade required. 3.06 Soil Stabilizer A. Thoroughly pre -blend TerraPave with the crushed aggregate screening, prior to arrival at job site. B. TerraPave shall not be applied during, just prior to or immediately following rainfall. 3.07 Placing Crushed Aggregate Screenings A. After placement, it may be a couple of hours before initial rolling can take place. In most cases, you will see a distinct color change in the material. That is an indication that the material is ready for compaction. Like asphalt, best results are obtained by edge compacting with a plate compactor and then rolling with a steel drum roller. The drum roller should be used in static (not vibratory) mode only. Usage of water on the compaction equipment is generally not necessary or recommended. For those contractors that are used to installing asphalt, two significant differences in installing TerraPave should be noted. First, the OAK MANOR PARK 36 Spec. No. 15 -18 tendency is to over compact the material. Two passes are usually all that is necessary. Second, resist the temptation to start compaction too early. Generally, you can begin initial compaction as soon as mix will bear roller without undo displacement. If the installed material gives the indication it is drying out prior to compaction, it can be lightly misted with water. 3.08 Compaction A. A final compaction is done, usually at the end of the day, or the following day depending on moisture content, to remove roller marks. This final compaction is solely to remove roller marks and smooth the finish somewhat. If doing this compaction causes more marks than it removes, you are attempting it too soon. Do not be concerned if final compaction has to wait until the following day, as the pavement will still be flexible enough to properly finish. Small imperfections in the surface can be corrected by hand tamping or even by a smooth soled shoe. The emphasis on the final compaction is not to over - compact or overwork the surface 3.09 Seal Coat Application A. Apply the seal coat no earlier than 24 hours after compaction. Seal coat can be applied using pump type garden sprayers or various types of mechanical spray units. B. Allow seal coated surface to dry at least 48 hours prior to allowing traffic on pavement. 3.10 Finishing A. Landscape edging is to remain in place, securely staked to hold firmly to approved line and grade. After finished compacted trail surface has been achieved, finish adjacent shoulders by backfilling back of edging with stockpiled topsoil, compacted to match existing undisturbed ground and slope to required grade and cross section. 3.11 Inspection A. Finished surface of paving shall be smooth, uniform and solid, with no evidence of chipping or cracking. Dried, compacted material shall be firm all the way through with no spongy areas. Loose material shall not be present on the surface initially. B. Loose gravel on the surface or unconsolidated crushed aggregate screenings below the surface, is evidence of improper bonding and the work will require remediation or replacement at the contractor expense. C. Unconsolidated areas shall be dug out, and be replaced with new TerraPave installation. Patched areas then shall be thoroughly blended into the adjacent areas to the satisfaction of the owner. D. Any significant irregularities shall be smoothed out prior to final acceptance of work. Smoothing shall be accomplished by re- wetting /saturating rough areas thoroughly, and then rolling the trail again with a heavy roller (1000 -1500 pounds powered walk behind or small rider). Wackers are not recommended. PART 4 - MEASUREMENT AND PAYMENT 4.01 CRUSHED STONE WALKS A. Measurement will be the number of square feet of actual length and specified width measured along the centerline of trail. Payment will include soil Stabilizer and crushed aggregate screenings. Payment will be made at the contract unit price. OAK MANOR PARK 37 Spec. No. 15 -18 13 -04. Site Furnishing and Accessories PART 1 - General 1.01 Summary A. The General Conditions and all other Contract Documents for this project are complementary and applicable to this Section of the Specifications. B. Work Included: Furnish all labor, materials, equipment and services necessary to provide and construct, repair, or install the site elements, complete in place, as shown and specified, including, but not limited to: 1. Picnic tables 2. Redwood Header 3. Shade Structure 4. Grills 5. Serving Table C. Related Work: 1. Section 13.03: Stabilized Crushed Stone Walks 1.02 Submittals A. Submit shop drawings where noted to the City for approval before installing any manufactured items. Plans shall include dimensions, color, finish, structural design (custom items), and connection details. B. Submit catalog cuts, samples and manufacturers literature of all manufactured items in this section to the City for approval before installation. 1. Provide color samples, brushouts, or charts for all items. Final colors to be selected by City and a sample submitted for approval. PART 2 - Products 2.01 Manufactured Items A. Picnic Tables: Per Plans B. Shade Structure: Per Plans C. Grills: Per Plans D. Serving Table: Per Plans 2.02 Non - Manufactured Items A. Redwood Header: per plans, submit one quart sample and analysis for City approval. 2.03 Miscellaneous Materials A. All other materials for site elements shall be as specified on the plans and these specifications. OAK MANOR PARK 38 Spec No. 15 -18 PART 3 - Execution 3.01 Installation A. Examination: Verify that conditions are satisfactory for installation of each item of site elements. If unsatisfactory conditions exist, do not begin installation until such conditions have been corrected. B. Picnic Tables, Benches and Trash Receptacles 1. Install directly onto concrete. Use manufacturer's recommended adhesive. 3.02 Guarantee A. At completion of project, Contractor shall provide City with written guarantee from each manufacturer identifying the nature of warranty for each product component. B. Contractor shall provide City with two (2) bound maintenance manuals identifying each piece of equipment on manufacturer's recommended maintenance program including, but not limited to, daily, weekly, and monthly check lists. C. Contractor to provide City with minimum of two (2) gallons each type and color of paint used on apparatus with recommended surface preparation and application guidelines. PART 4 - Measurement and Payment The contract price paid for SITE FURNISHINGS AND ACCESSORIES shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, for doing all the work involved in the site furnishings and accessories on the project site, as necessary for the progress and completion of the work, as shown on the Project Plans, as specified in the Contract Documents, and as directed by the Engineer. A. Picnic Tables shall be per each B. Shade Structure shall be per each C. Grills shall be per each D. Serving Table shall be per each OAK MANOR PARK 39 Spec. No. 15 -18 SECTION 14. EXCLUSIONS FROM GENERAL CONDITIONS 14 -01. Provisions to be Excluded from General Conditions. The following designated provisions of the General Conditions are hereby determined to be inapplicable to the proposed work and, therefore, are hereby excluded from the terms of the Notice to Bidders, Proposal, Agreement and other contract documents as though entirely omitted from said General Conditions: (1) Section 6 -02. Office at the Site (2) Section 7 -03. Surveys No other exclusions. SECTION 15. AMENDMENTS TO GENERAL CONDITIONS 15 -01. Sections of General Conditions to be Amended. The following designated sections of the Special Provisions are hereby amended to read as follows: No amendments. OAK MANOR PARK 40 Spec No. 15 -18 CITY OF UKIAH MENDOCINO COUNTY, CALIFORNIA PROPOSAL FOR OAK MANOR PARK Specification No. 15 -18 The undersigned, as bidder, declares that he or she has examined thoroughly all of the contract documents herein contained, that this proposal is made without collusion with any other person, firm or corporation and that all laws and ordinances relating to the interest of public officers in this contract have been complied with in every respect. AND he or she proposes and agrees, if this proposal is accepted, 1) that he or she will contract with the City of Ukiah, Mendocino County, California, in the form of the copy of the agreement herein contained a) to provide all necessary machinery, tools, apparatus and other means of construction; b) to furnish all materials; c) to provide all superintendence, overhead expenses and all labor and expenses of whatever nature necessary to complete the job in conformitywith the specifications and drawings and other contract provisions herein or reasonably implied hereby or as necessary to complete the work in the manner and within the time named herein and according to the requirements and to the reasonable satisfaction of the City Engineer; d) to pay all charges of freight transportation and hauling; 2) that he or she indemnifies the City against any loss or damage arising from any act of the undersigned as Contractor; and 3) that he or she will accept as full payment therefor the following sums: OAK MANOR PARK 41 Spec. No. 15 -18 BIDDING SCHEDULE In case of discrepancy between words and figures, the words shall prevail. In any discrepancy between unit prices and extended amounts for a bid item using unit prices (specified unit price multiplied by specified quantity for bid item does not equal the extended amount for the item), the specified unit price will control and will be used by the City to compare bids in selecting the lowest bid and in awarding the contract. If the specified total bid amount does not equal the total of the extended amounts for all bid items, the City will use the total of the extended amounts for each bid item (adjusted, if necessary, so that the extended amount equals the specified unit price multiplied by the specified quantity for that bid item) to compare bids in selecting the lowest bid. The Unit prices for the various Construction Items below include all costs associated with the General Conditions, Special Provisions, Requirements of the Construction Contract, and represent the total, complete, in -place cost for each specific Construction Item in accordance with the Construction Documents, including all elements, work components, accessories, and connections, shown in applicable details or required to yield a complete, sound and functional component or system appropriate for its intended function, whether or not such is specifically described or listed in any description of measurement or payment. The total amount of the Construction items below shall represent the total and complete cost of the fully functional Project. All work not specifically listed below be required to complete the work of the various construction items and the cost of such shall be considered as included throughout the various unit prices indicated. Lowest bid will be based on the lowest Base Bid. BASE BID ITEM NO. DESCRIPTION AND UNIT PRICE BID (in words and in figures) MULTI- PLIED BY QUANTITY EQUALS EXTENDED AMOUNT FOR ITEM (in figures) Demo, Cleaning and Grubbing, for the square foot price of 1 x 4,000.00SF = Fine Grading, for the square foot price of 2 X 4,000.00SF = Paving, for the square foot price of 3 X 4,000.00SF - Installation of Site Accessories, for the each price of 4 X 1 E = Turf & Irrigation repair* (6 -8' from paved area), for the lump sum price of 5 a 1LS = $ OAK MANOR PARK 4:� Spec. No. 15 -18 TOTAL BASE BID AMOUNT IN FIGURES4 Total Base Bid amount in words: $ Dollars ADD ALT #1 TOTAL ADD ALT #1 AMOUNT IN FIGURES4 Total Add Alt #1 amount in words: $ Dollars We, the undersigned, acknowledge that the City Council has reserved the right to reject any or all bids and to determine which proposal is, in its opinion, the lowest responsible bid of a responsible bidder and that which it deems in the best interest of the City to accept. We, the undersigned, further agree, if this proposal shall be accepted, to sign the agreement and to furnish the required bonds with satisfactory surety, or sureties, within fifteen (15) calendar days after written notice that the contract is ready for signature; and, if the undersigned shall fail to contract, as aforesaid, it shall be understood that he or she has abandoned the contract and that, therefore, this proposal shall be null and void and the proposal guaranty accompanying this proposal, or the amount of said guaranty, shall be forfeited to and become the property of the City. Otherwise, the proposal guaranty accompanying this proposal shall be returned to the undersigned. Witness our hands this day of , 20 Licensed in accordance with an act providing for the registration of California Contractors License No. , expiration date THE CONTRACTOR'S LICENSE NUMBER AND EXPIRATION DATE STATED HEREIN ARE MADE UNDER PENALTY OF PERJURY. Department of Industrial Relations Public Works Contractor Registration Number: Signature of bidder or bidders, with business name, address, phone number and fax number: OAK MANOR PARK 43 Spec. No. 15 -18 Installation of north shade structure, for the each price of 6 x 1 E = TOTAL ADD ALT #1 AMOUNT IN FIGURES4 Total Add Alt #1 amount in words: $ Dollars We, the undersigned, acknowledge that the City Council has reserved the right to reject any or all bids and to determine which proposal is, in its opinion, the lowest responsible bid of a responsible bidder and that which it deems in the best interest of the City to accept. We, the undersigned, further agree, if this proposal shall be accepted, to sign the agreement and to furnish the required bonds with satisfactory surety, or sureties, within fifteen (15) calendar days after written notice that the contract is ready for signature; and, if the undersigned shall fail to contract, as aforesaid, it shall be understood that he or she has abandoned the contract and that, therefore, this proposal shall be null and void and the proposal guaranty accompanying this proposal, or the amount of said guaranty, shall be forfeited to and become the property of the City. Otherwise, the proposal guaranty accompanying this proposal shall be returned to the undersigned. Witness our hands this day of , 20 Licensed in accordance with an act providing for the registration of California Contractors License No. , expiration date THE CONTRACTOR'S LICENSE NUMBER AND EXPIRATION DATE STATED HEREIN ARE MADE UNDER PENALTY OF PERJURY. Department of Industrial Relations Public Works Contractor Registration Number: Signature of bidder or bidders, with business name, address, phone number and fax number: OAK MANOR PARK 43 Spec. No. 15 -18 Notice: In the case of a corporation, give below the addresses of the principal office thereof and names and addresses of the President, Secretary, Treasurer. OAK MANOR PARK 44 Spec. No. 15 -18 FAIR EMPLOYMENT PRACTICES CERTIFICATION TO: The undersigned, in submitting a bid for performing the following work by Contract, hereby certifies that he or she has or will meet the standards of affirmative compliance with the Fair Employment Practices requirements of the Special Provisions contained herein. OAK MANOR PARK (Signature of Bidder) Business Mailing Address: Business Location: (The bidder shall execute the certification of this page prior to submitting his or her proposal.) OAK MANOR PARK 45 Spec. No. 15 -18 WORKER'S COMPENSATION CERTIFICATE I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for Worker's Compensation or undertake self- insurance in accordance with the provisions of that code and I will comply with such provisions before commencing the performance of the work of this contract. Witness my hand this day of , 200, Signature of Bidder, with Business Address: OAK MANOR PARK 46 Spec. No. 15 -18 CERTIFICATION OF NONDISCRIMINATION IN EMPLOYMENT The bidder represents that he or she has /has not, participated in a previous contract or subcontract subject to either the equal opportunity clause herein or the clause contained in Section 301 of Executive Order 10925; that he or she has /has not, filed all required compliance reports; and that representations indicating submission of required compliance prior to subcontract awards. Signature and address of Bidder: Date (This certification shall be executed by the bidder in accordance with Section 60 -1.6 of the Regulations of the President's Committee on Equal Employment Opportunity for implementing Executive Orders 10925 and 11114.) OAK MANOR PARK 47 Spec. No. 15 -18 LIST OF PROPOSED SUBCONTRACTORS In compliance with the provisions of Sections 4100 -4108 of the California Public Contract Code and any amendments thereof, each bidder shall set forth (a) the name and location of the place of business of each subcontractor who will perform work or labor or render service in or about the construction site or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications in an amount in excess of one -half of 1 percent of the total bid and (b) the portion of the work to be done by each subcontractor. (See General Conditions Section 1 -09.) Include with the name of each sub - contractor their Department of Industrial Relations Public Works Contractor Registration Number. OAK MANOR PARK 48 Spec. No. 15 -18 STATEMENT OF EXPERIENCE OF BIDDER The bidder is required to state below what work of similar magnitude or character he or she has done and to give references that will enable the City Council to judge of his or her experience, skill and business standing and his or her ability to conduct work as completely and rapidly as required under the terms of the contract. OAK MANOR PARK 49 Spec. No. 15 -18 SIGNATURES) OF BIDDER Accompanying this proposal is (insert the words "cash ($) ", "cashier's check" or "bidder's bond ", as the case may be) in an amount equal to at least 10 percent of the bid. The names of all persons interested in the foregoing proposal as principals are as follows: IMPORTANT NOTICE: If bidder or other interested person is a corporation, provide the legal name of corporation and also the names of the president, secretary, treasurer and manager thereof. If a co- partnership, provide the true name of firm and also the names of all individual co- partners composing the firm. If bidder or other interested person is an individual, provide the first and last names in full. Licensed in accordance with an act providing for the registration of Contractors: License No. , License Expiration Date Signature(s) of Bidder: NOTE: If bidder is a corporation, the legal name of the corporation shall be set forth above together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation; if bidder is a co- partnership, the true name of the firm shall be set forth above together with the signature of the partner or partners authorized to sign contracts in behalf of the co- partnership; and if bidder is an individual, his or her signature shall be placed above. If a member of a partnership, a Power of Attorney must be on file with the Department prior to opening bids or submitted with the bid; otherwise, the bid will be disregarded as irregular and unauthorized. Business address: Place of residence: Dated: OAK MANOR PARK 50 Spec. No 15 -18 CITY OF UKIAH Mendocino County, California BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, and as PRINCIPAL as SURETY, are held and firmly bound unto the City of Ukiah in the penal sum of 10 PERCENT OF THE TOTAL AMOUNT OF THE BID of the Principal above named, submitted by said Principal to the City of Ukiah, as the case may be, for the work described below, for the payment of which sum in lawful money of the United States, well and truly to be made, to the City Clerk to which said bid was submitted, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. In no case shall the liability of the surety hereunder exceed the sum of THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas the Principal has submitted the above mentioned bid to the City of Ukiah, as aforesaid, for certain construction specifically described as follows, forwhich bids are to be opened at the Office of the City Clerk, Ukiah Civic Center, Ukiah, California, on December 10, 2015 for Oak Manor Park, Spec. 15- 18. NOW, THEREFORE, If the aforesaid Principal is awarded the contract and, within the time and manner required under the specifications, after the prescribed forms are presented to him or her for signatures, enters into a written contract, in the prescribed form, in accordance with the bid and files two bonds with the City of Ukiah, one to guarantee faithful performance and the other to guarantee payment for labor and materials, as required by law, then this obligation shall be null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF, we have hereunto set our hands and seals on this day of , A.D. 20 Seal) Seal) (Seal) Principal 107_0:4AJ_VIs] 79173 (Seal) (Seal) (Seal) 51 Spec. No. 15 -18 Surety Address: OAK MANOR PARK 52 Spec. No. 15 -18 NON - COLLUSION AFFIDAVIT Note: Bidder shall execute the affidavit on this page prior to submitting his or her bid. To City Council, City of Ukiah: The undersigned in submitting a bid for performing Oak Manor Park Spec 15 -18 by contract, being duly sworn, deposes and says: that he or she has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such contract. Signature(s) of Bidder Business Address: Place of Residence: l i [oil id : rI /_% 9 IQ ] i ! i Subscribed and sworn to before me this day of , 20 Notary Public in and for the County of My Commission Expires 20 State of California. OAK MANOR PARK 53 Spec. No. 15 -18 CITY OF UKIAH Mendocino County, California AGREEMENT FOR OAK MANOR PARK Specification No. 15 -18 THIS AGREEMENT, made this day of , 20 , by and between the City of Ukiah, Mendocino County, California, hereinafter called the City and hereinafter called the Contractor, WITNESSETH: WHEREAS, the City has caused to be prepared in accordance with law, specifications, drawings and other contract documents for the work herein described and shown and has approved and adopted these contract documents, specifications and drawings and has caused to be published in the manner and for the time required by law a notice to bidders inviting sealed proposals for doing the work in accordance with the terms of this contract and WHEREAS, the Contractor, in response to the notice to bidders, has submitted to the City a sealed proposal accompanied by a proposal guaranty in an amount of not less than 10 percent of the bid price for the construction of the proposed work in accordance with the terms of this contract and WHEREAS, the City, in the manner prescribed by law, has publicly opened, examined and canvassed the proposals submitted and as a result has determined and declared the Contractor to be the lowest and best regular responsible bidder for the work and for the sums named in the proposal, NOW, THEREFORE, THIS AGREEMENT WITNESSETH: Article 1. Work to be Done and Contract Days Allowed. That the Contractor shall provide all necessary machinery, tools, apparatus and other means of construction; shall furnish all materials, superintendence, overhead, expenses, all labor and expenses of whatever nature necessary for completion of the work in conformity with the Special Provisions and other contract documents hereto attached and according to such instructions as may be given by the Engineer. The Contractor shall complete the work within fifty -four (54) calendar days. Contract days shall be counted starting with the 10th day following receipt of notice that the contract has been executed by the City. Contractor, at his or her option, may begin work prior to start of counting contract days, however, in no event shall the Contractor start work without giving notification to the Engineer at least 72 hours prior to the start of work, without obtaining an encroachment permit from the City, or without having submitted certificates of insurance that have been accepted and approved by the Engineer OAK MANOR PARK 54 Spec. No. 15 -18 Article II. Contract Prices. That the City shall pay the Contractor the prices stated in the proposal submitted by the Contractor, for complete performance of the contract by the Contractor. The Contractor hereby agrees to accept the prices as full compensation for all material and appliances necessary to the work, for all labor and use of tools and other implements necessary to execute the work contemplated in this contract; for all loss or damage arising out of the nature of the work or from the action of the elements, or from any unforeseen obstructions or difficulties which may be encountered in the prosecution of the work; for all risks of every description connected therewith; for all expenses of the work, as herein specified; for all liability and other insurance, for all overhead and other expenses incident to the work; all according to the Contract Drawings, the Special Provisions, the Details, the instructions and the requirements of the City. Article III. Labor Discrimination. Attention is directed to Section 1735 of the Labor Code, which reads as follows: "No discrimination shall be made in the employment of persons upon public works because of the race, color, national origin or ancestry, or religion of such persons and every contractor for public works violating this section is subject to all the penalties imposed for a violation of this chapter." In connection with the performance of work under this contract, the Contractor agrees as follows: (a) The Contractor will not willfully discriminate against any employee or an applicant for employment because of race, color, religion, ancestry, or national origin. The Contractor will take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, religion, ancestry, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection fortraining, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the awarding authority setting forth the provisions of this Fair Employment Practice section. (b) The Contractor will send to each labor union or representative of workers with which he or she has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the awarding authority, advising the said labor union or worker's representative of the Contractor's commitments under this section, to employees and applicants for employment. (c) The Contractor will permit access to his or her records of employment, employment advertisements, application forms and other pertinent data and records by the Fair Employment Practices Commission, City of Ukiah or any other appropriate agency of the State of California designated by the awarding authority, for the purposes of investigation to ascertain compliance with the Fair Employment Practices section of this contract. (d) A finding of willful violation of the Fair Employment Practices section of this Contract or of the Fair Employment Practices Act shall be regarded by the awarding authority as a basis for determining the Contractor to be not a "responsible bidder" as to future contracts for OAK MANOR PARK 55 Spec No. 15 -18 which such Contractor may submit bids, for revoking the Contractor's pre - qualification rating, if any and for refusing to establish, reestablish or renew a pre - qualification rating for the Contractor. The City of Ukiah shall deem a finding of willful receipt of written notice from the Fair Employment Practices Act to have occurred upon that it has investigated and determined that the Contractor has violated the Fair Employment Practices Act and has issued an order under Labor Code Section 1426 or obtained an injunction under Labor Code Section 1429. Upon receipt of such written notice from the Fair Employment Practices Commission, the City shall notify the Contractor that unless he or she demonstrates to the satisfaction of the awarding authority within a stated period that the violation has been corrected, his or her pre - qualification rating will be revoked at the expiration of such period. (e) The Contractor agrees that should the City determine that the Contractor has not complied with the Fair Employment Practices section of this Contract, then pursuant to Labor Code Section 1735 and 1775 the Contractor shall, as a penalty to the City, forfeit for each calendar day or portion thereof, for each person who was denied employment as a result of such non - compliance, the penalties provided in the Labor Code for violation of prevailing wage rates. Such monies may be recovered from the Contractor. The City may deduct any such damages from any monies due the Contractor. (f) Nothing contained in this Fair Employment Practices section shall be construed in any manner of fashion so as to prevent the City or the State of California from pursuing any other remedies that may be available at law. (g) Prior to awarding the Contract, the Contractor shall certify to the awarding authority that he or she has or will meet the following standards for affirmative compliance, which shall be evaluated in each case by the awarding authority: (1) The Contractor shall provide evidence, as required bythe Citythat he orshe has notified all supervisors, foremen and other personnel officers in writing of the content of the anti- discrimination clause and their responsibilities under it. (2) The Contractor shall provide evidence, as required by the City, that he or she has notified all sources of employees' referrals (including unions, employment agencies, advertisements, Department of Employment) of the content of the anti - discrimination clause. (3) The Contractor shall file a basic compliance report, as required by the City. Willfully false statements made in such reports shall be punishable as provided by law. The compliance report shall also spell out the sources of the work force and who has the responsibility for determining whom to hire, or whether or not to hire. (4) Personally, or through his or her representatives, the Contractor shall, through negotiations with the unions with whom he or she has agreements, attempt to develop an agreement which will: a. Spell out responsibilities for nondiscrimination in hiring, referral, upgrading and training. OAK MANOR PARK 56 Spec. No. 15 -18 b. Otherwise implement an affirmative anti - discrimination program in terms of the unions' specific areas of skill and geography to the end that qualified minority workers will be available and given and equal opportunity for employment. (5) The Contractor shall notify the City of opposition to the anti - discrimination clause by individuals, firms or organizations during the period of its pre - qualification. (h) The Contractor will include the provisions of the foregoing paragraphs 1 through 5 in every first tier subcontract so that such provisions will be binding upon each such subcontractor. (i) The "Fair Employment Practices Certification" must be completed and signed prior to the time of submitting the bid. Article IV. Parts of the Contract. That the complete contract consists of the following documents, all of which shall be considered a part of this agreement. 1. Notice to Bidders 2. Wage Rates 3. General Conditions 4. Technical Specifications 5. Proposal 6. Fair Employment Practices Certification 7. Agreement 8. Contract Bonds 9. Contract Drawings and Construction Details 10. Standard Drawings 11. Indemnification Agreement IN WITNESS WHEREOF, this contract being executed in duplicate and the parties having caused their names to be signed by authority of their duly authorized office this day of 401 CITY OF UKIAH, MENDOCINO COUNTY, CALIFORNIA By: Attest: CITY MANAGER, CITY OF UKIAH CITY CLERK, CITY OF UKIAH OAK MANOR PARK 57 Spec. No. 15 -18 By: CONTRACTOR Attest: Title: The foregoing contract is approved as to form and legality this day of , 20 CITY ATTORNEY, CITY OF UKIAH OAK MANOR PARK 58 Spec. No. 15 -18 INDEMNIFICATION AGREEMENT This Indemnification Agreement is made and entered in Ukiah, California, on 20 , by and between the City of Ukiah (Ukiah) and Contractor is (Contractor). for Ukiah. As a condition of issuing the work order, attached hereto, Ukiah requires assurance that Contractor will protect Ukiah from damage or damage claims which arise from its performance of the work. Accordingly, Contractor agrees as follows: 1. Indemnification. Contractor shall indemnify and hold harmless Ukiah and its officers, agents, and employees from and against any claim, loss, or damage, including the legal and other costs of defending against any claim of damage or loss which arises out of the Contractor's negligent or wrongful performance under the work order attached hereto, except for claims, losses, or damages resulting from the sole and exclusive negligence or other wrongful conduct of Ukiah or its officers, agents and employees. CONTRACTOR BY: TITLE: OAK MANOR PARK 59 Spec. No. 15 -18 CITY OF UKIAH Mendocino County, California FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That we the undersigned, AS PRINCIPAL, and AS SURETY, are held firmly bound unto THE CITY OF UKIAH, hereinafter called the "City", in the penal sum of dollars ($ for the payment of which sum we bind ourselves, our heirs, executors, administrators, and successors jointly and severally. WHEREAS, the Principal has entered into a certain Contract with the City, dated , 201 a copy of which is hereto attached and made a part hereof, NOW, THEREFORE, the condition of this obligation is such that if the Principal shall in all respects fully perform the Contract and all duly authorized modifications thereof, during its original term and any extensions thereof that may be granted and during any guaranty period for which the Contract provides, and if the Principal shall fully satisfy all claims, arising out of the prosecution of the work under the Contract and shall fully indemnify the City for all expenses which it may incur by reason of such claims, including its attorney's fees and court costs, and if the Principal shall make full payment to all persons supplying labor, services, materials, or equipment in the prosecution of the work under the Contract, in default of which such persons shall have a direct right of action hereupon; and if the Principal shall pay or cause to be paid all sales and use taxes payable as a result of the performance of the Contract as well as payment of gasoline and special motor fuels taxes in the performance of the Contract and all motor vehicle fees required for commercial motor vehicles used in connection with the performance of the Contract, then this obligation shall be void; otherwise, it shall remain in full force and effect. No modification of the Contract or extension of the term thereof, nor any forbearance on the part of the City shall in any way release the Principal or the Surety from liability hereunder. Notice to the Surety of any such modification, extension, or forbearance is hereby waived. IN WITNESS WHEREOF, the aforesaid Principal and Surety have executed this instrument and affixed their seals hereto, this day of ,20 OAK MANOR PARK 60 Spec, No. 15 -18 In the presence of: WITNESS: WITNESS: ATTEST: ATTEST: The rate of premium on this bond is $ SEAL) (Individual Principal) (Business Address) (City /State /Zip Code) (SEAL) (Corporate Principal) (Business Address) (City /State /Zip Code) (Corporate Principal) Affix Corporate Seal (Business Address) (City /State /Zip Code) (Corporate Surety) (Business Address) (City /State /Zip Code) _ Affix Corporate Seal per thousand. OAK MANOR PARK 61 Spec. No. 15 -18 The total amount of premium charges is $ (The above is to be filled in by Surety Company). (Power of Attorney of person signing for Surety Company must be attached). (CERTIFICATE AS TO CORPORATE PRINCIPAL) I, , certify that I am the Secretary of the corporation named as Principal in the foregoing bond; that , who signed the said bond on behalf of the Principal, was then of said corporation; that I know his signature, and that his signature thereto is genuine; and that said bond was duly signed, sealed, and attested to for and in behalf of said corporation by authority of its governing body. Affix Corporate Seal OAK MANOR PARK 62 Spec. No. 15 -18 CITY OF UKIAH Mendocino County, California MATERIAL AND LABOR BOND KNOW ALL MEN BY THESE PRESENTS, That we the undersigned, AS PRINCIPAL, and AS SURETY, are held firmly bound unto THE CITY OF UKIAH, hereinafter called the "City' in the penal sum of dollars ($ ) for the payment of which sum we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally. WHEREAS, the Principal has entered into a certain Contract with the City, dated , 20 , a copy of which is hereto attached and made a part hereof, NOW, THEREFORE, the condition of this obligation is such that if the Principal shall in all respects fully perform the Contract and all duly authorized modifications thereof, during its original term and any extensions thereof that may be granted and during any guaranty period for which the Contract provides, and if the Principal shall fully satisfy all claims, arising out of the prosecution of the work under the Contract and shall fully indemnify the City for all expenses which it may incur by reason of such claims, including its attorney's fees and court costs, and if the Principal shall make full payment to all persons supplying labor, services, materials, or equipment in the prosecution of the work under the Contract, in default of which such persons shall have a direct right of action hereupon; and if the Principal shall pay or cause to be paid all sales and use taxes payable as a result of the performance of the Contract as well as payment of gasoline and special motor fuels taxes in the performance of the Contract and all motor vehicle fees required for commercial motor vehicles used in connection with the performance of the Contract, then this obligation shall be void; otherwise, it shall remain in full force and effect. No modification of the Contract or extension of the term thereof, nor any forbearance on the part of the City shall in any way release the Principal or the Surety from liability hereunder. Notice to the Surety of any such modification, extension, or forbearance is hereby waived. IN WITNESS WHEREOF, the aforesaid Principal and Surety have executed this instrument and affixed their seals hereto, this day of ,20 OAK MANOR PARK 63 Spec. No. 15 -18 In the presence of: WITNESS: WITNESS: ATTEST: ATTEST: The rate of premium on this bond is $ SEAL) (Individual Principal) (Business Address) (City /State /Zip Code) (SEAL) (Corporate Principal) (Business Address) (City /State /Zip Code) (Corporate Principal) Affix Corporate Seal (Business Address) (City /State /Zip Code) (Corporate Surety) (Business Address) (City /State /Zip Code) _ Affix Corporate Seal per thousand. OAK MANOR PARK 64 Spec. No. 15 -18 The total amount of premium charges is $ (The above is to be filled in by Surety Company). (Power of Attorney of person signing for Surety Company must be attached). (CERTIFICATE AS TO CORPORATE PRINCIPAL) I, , certify that I am the Secretary of the corporation named as Principal in the foregoing bond; that , who signed the said bond on behalf of the Principal, was then of said corporation; that I know his signature, and that his signature thereto is genuine; and that said bond was duly signed, sealed, and attested to for and in behalf of said corporation by authority of its governing body. Affix Corporate Seal OAK MANOR PARK 65 Spec. No. 15 -18 DIRECTIONS FOR PREPARATION OF PERFORMANCE AND MATERIAL AND LABOR BOND 1. Individual sureties, partnerships, or corporations not in the surety business will not be acceptable. 2. The name of the Principal shall be shown exactly as it appears in the Contract. 3. The penal sum shall not be less than required by the Specifications. 4. If the Principals are partners or joint venturers, each member shall execute the bond as an individual and state his place of residence. 5. If the Principal is a corporation, the bond shall be executed under its corporate seal. If the corporation has no corporate seal, it shall so state and affix a scroll or adhesive seal following the corporate name. 6. The official character and authority of the person(s) executing the bond for the Principal, if a corporation, shall be certified by the Secretary or Assistant Secretary thereof underthe corporate seal, or copies attached to such records of the corporation as will evidence the official character and authority of the officer signing, duly certified by the Secretary or Assistant Secretary, under the corporate seal, to be true copies. 7. The current power -of- attorney of the person signing for the surety company must be attached to the bond. 8. The date of the bond must not be prior to the date of the Contract. 9. The following information must be placed on the bond by the surety company: a. The rate of premium in dollars per thousand; and b. The total dollar amount of premium charged. 10. The signature of a witness shall appear in the appropriate place attending to the signature of each parry of the bond. 11. Type or print the name underneath each signature appearing on the bond. 12. An executed copy of the bond must be attached to each copy of the Contract (original counterpart) intended for signing. OAK MANOR PARK 66 Spec. No. 15 -18 CITY OF UKIAH Mendocino County, California DEFECTIVE MATERIAL AND WORKMANSHIP (MAINTENANCE) BOND KNOW ALL MEN BY THESE PRESENTS, That we, as PRINCIPAL a as SURETY, are held and firmly bound unto the City of Ukiah as Obligee, in the penal sum of (5 PERCENT OF THE FINAL CONTRACT AMOUNT) to which payment well and truly to be made, we do bind ourselves, our and each of our heirs, executors, administrators successors and assigns jointly and severally, firmly by these presents. WHEREAS, the said Principal entered into a Contract with the City Of Ukiah dated for WHEREAS, said Contract has been completed, and was approved on the day of , NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal shall guarantee that the work will be free of any defective materials or workmanship which become apparent during the period of one (1) year following completion of the Contract, then this obligation shall be void, otherwise to remain in full force and effect, provided however, any additional warranty or guarantee whether expressed or implied is extended by the Principal or Manufacturer only, and the surety assumes no liability for such a guarantee. Signed, sealed, and dated this day of , 20 (Seal) BY: (Seal) Principal (Seal) OAK MANOR PARK 67 Spec. No. 15 -18 Avs Surety Seal) eal) OAK MANOR PARK 68 Spec. No. 15 -18 OAK MANOR PARK UKIAH, CA LOCATION MAP GENERAL NOTES LAYOUT NOTES TREE PROTECTION NOTES: N S. I THECOWT CtMAGREQTSMTINACCOPlY. NC EIMTHMNEPALLYACLEPTEDCONSTPLCnON CSICQ THE CONTRACTOR WALL BE REQUIRED TO ASSUME SOLE ARID CO MMETE R13P0131NUTYFM,2TECONDITIONS S CONTMROR5144LLVEPIfTALL VSIUTIQ,GMDQ E% DRNGOUNDRIOhSANDDIM "11ONSINTHENELD 7 DURINGTHE COURSED CONSTRUCTION OFTME PROJECT INCW(X G.FETYOFALLPERSO - DMIOPERtt THS REQUIREMENTSHALBE MADE TO APPLYC ONSINUOUSLYAND NOT BE UMTED TO NORIMLWARNNG HOURS THE PNORTOCOMMNCINGWORK ALLDISCKEPMOESORQUFSDOM— MBEBRWGHTTOTHE ATTENTION OF THE LANDYAPEARCHTER FORRESOLUTION I MSDNGTRES YATHNTHE UITi30f WONLSIMLLBEPNOTELTED PERTHE OTYTME MANAGEMENT GUIDELINES AND PgSOQ 1 CONTRACTOR FURTHER AGREES TO DEFEND INDEMHfY MID HIXD OWMERAND ENGINEER FNIVILESS FROM ANY Y l �\ MIDALLLABIUTY REALOR AUEGEONCONNECTON WITH THE PERFORMANCE OFWdtK ON THD PROJECT EXEMPTING UASILRY ARISING FROM THE SOLE NEGULENCE O ENGINEER 1 ALLW'NTTENDIMEIyONSPIERCEDEAL SCALED DISTANCES AND DIMENSIONS CIMENSIOMSHOW,IARE FROM THE FACE OF THE BUILDING, WALL BACK O CURB, EDGE OF WALK PROPERTY UNE OR CENTESWNE 2 PRIOR TO INITIATING ANY CONSTRM71MACITVITY IN THE AREA, INCLUDING GRAD FIG. TEMPORARY PROTECTIVE FENCING SHALL BE INSTALLED AT EACH SITE �A 2 E %GVATIONS 5!641 BEAOEQLATELY SHORED BMCEDAND SHEETED SOTINT THE EA0.TM WILL NOT SURE OR OP COLUMN UNLESS OTHERWISE NOTED ON THE DRAWINGS TREE FENaMSR4LBELOGTEDATORDE DTHEGNOPYDNPUN SO THAT 100960 THE DRIP UNE WALL BE PPOTERFO BY fENQNG TO REDUCE SCIl ,S SETTLE SOTHXTALL FROM 3 ALL DIMENSIONS AT BMILDINGAR TO FACE OF BUILDING ALLDIMENSIONSAT ROADWAYARETO FACE OF COMPACTION FROM EQUIPMENT LACKOWROVEMENQ REIN. UACNANDSHETINGSRED E THE RESPONSIBILITY DAMSGE RESULTING D E S K LL EDE MATE � W UPAIRS M M D SHEETNG STALL BE THE ILESPON51BRltt SHALL OWNIXH TITHETHEEX )IAMB 3 TIE CONTAACTO0.S PEQUIRD TO WATER, FEDIIIZE ANDATTENOTO OTHER r V TION FOR UITRNEC .ARYRFAIRSORREM FIVE FEET OR MORE .THE OR CONTRACTOR SMALL PRO FOR ACONOUIT SHEETING. NCIRINGAUCTUREING OR EETORMORFN HOD FM CONTRACTORSHALLPFOVIDEA ESHEETING,SH 4 Ny ANGLES ARE AS L'ECgFE vh DECREE OR 125 DEGREE UNLESS OTHERWISE NOTED RECOMM NCENEEDSOMAINAIN TEALTHYGOWrM THROUGHOUT MNNTMN HEALTHYMMMU THROUGHWTTHE - TO IONTMETMOO,FORTHE OTMADUC"U SAFETTOPDFRS OF THE CH HE PRISIONONOFUTWLSAF HESTA S ALL CURVES AND ALL TRANSITIONS BETWEEN CURVES AND STRAIGHT EDGES SHALL BE SMOOTH CONSTR )TIM PERITO SI %fEETCAMETER 1 / TYOF EOFCAUFOFI HECONTR )TORS SMALL DMARE OF NDUSTNALSAFETY OFTHE STATE OF OVIFOPMA. THECONTMCTORSMMLL ALWAYS COMPLY WITH BENSS 5HIA HE FEACH EETOf NCIICNNRH BERMS COMTR STRUCM TREETOFIN v /7` OSHA REQUpEMEMS 6 ALL RETURLJMW MIDNMDAtAAl1ETe FACE OF CURB HEO6T WATM DUN TEMPORMATMDNGBWMb TOWEAT ER- ONR_ERE(M M TREES TREES SHALLBEWATERED WEAODCHI „ 3 T BTNN PERMTSNKESSAFY TO PERORM THE WORA SHOWNIN NTMNCI I WHENEVER OF WALL LBW)ELEVATION IS GIVEN, RIS FINISH PAVEMENT OR GRACE ELEVATION AT APPROVED MULCH F1.21N HSTO STREEREQUIRMEMS MLL BEME'4aM ENEPLANSFROM THE APPROPRIATE ROPRIA ES THESE PLANS FROM THEARROPRIATE AGENCIES FACE Oi WALL OF DEPTH OF41 WMEE DEX2 VAOMISTD INCHES NITERS ND IXGVATIDN S TO OCNRIN THE VICINTY O ¢ A THE TAKE QFECIIVE PREVENT THFAILURETION OF MINPBOPNE DUST NUISANCE 6 p SMALL BESFACE-TO EEE20 HE VAOTHOF THE WALKWAY, UNU3E OTHERWSE SHOWN THE TREES TO BE PROTECTED TREES F AND SHALL BE RESPONSBIE FORANY GMMG RESULTING F0.0M HSFNLU0.E TOWSO DSC B(.MMMO GERBULTI EXP SHOWN IXPMISIONJgNTSIN SIDEWALKS SMALL BE ICI ON CENTE0.YAJOMNM. ]a 1 POSTS NOV/NERVFENCE [WITH OIMMOVABLE CO POSTS THEFNO ACH EGRESS FOR PRIVATE PROPERTY ADJACENT TO WONT S THE�ONTUT 9 EXPANSION JgNTS INCONCRETE WALLSRWLpEATgOC MAXIMUM INTO THE DRIPLIENTRY TREE ANYENCROACHMENT INTOTIE DRIPLLNE FCII FEINTS AROUND EACH THEE ANRPOSE' 1 HE PERIOD OFOESTRINGRESAAD THROUGHOUT � HE PERIOD O CONSTRUCTION MLL O FENCING ORCONSTRUCTON FURPCBES SHALL NOT BE PERMITTED I 6 THE CONTMCTORSNALLPROVIDEALLUGHTS BARRICADES, FIAGGERS MOTHER:EICU NECQSARYTO IB. BUILDING UYOUT AND LOCATION. SIDEWALK CURS AND GUTTER GMDINGAND DRAINAGE S USED ON S LOWHAfNGING LIMBS OF SAVED TREES 5HALLBE PRNEDPRIORTOGPADING .51✓ PROVIDE FORSAFETY DRAWINGS PREPARED BYTHEARLHRERANDTHE CIVIL ENGINEER .M Pry EQUMgNTMONLOATIONONWE THENRPOSEOFTHSREOUREMENTIS / f THE CONTMROLLOMGENCYTEMONENUMR.I.UCE.RMUCE.IITN OSE AGENOQRESPONSIBLEFORMWNTENANCEOFUTIUTMINT HEAaN OJOBSITE II MAV IDANUMBSBYHAWEQUIMENT ALLUMBlM PRWED SHALLBESUPDMSED BYTHEAR90NSTOFRECOPDFORTHEIO. WA 8 ANY EMPA cOMTRUCTION STAKING NECESSITATED SOLELY BYTHE CONTRACTORS NEGUGEN�E LLBE CHARGED 12. ANYEURACOMSTRLICM, NSTA4NGNKURTATEDSOLELYBYTHEMO MRORSNECUGENCEMUDE 6 THIS FENCING SHALLSELVEASA BWNERTOPREVENT DRIP LINE ENCMOACIRMENT O ANYTYPE Of CONSTRUCTION ACTIVITIESAND EQUIPMENT TO -HE COMRARCII ONATIMEAND EXPENSES BESISAND PAID FOR BY THE CONTRACTOR CHARGED TO THE CONTMRORONATIMEAND EWENSQ BASS AND PAID i00. BYTHE COMPACTOR NOCIU GASCHEMCA.SUQQ WASTE,SWDWNTECONSTR ON STAND FRORCONSTRJRION FMTENALSSHRALL BE STORED ORALLOWED TO v 9 EXISTING UNDEPORWAD UTILITIES AND IMPROVEMENTS ARE SHOWN IN THRRAPPRO XIMATE LOCATIONS BASED UPON RECORD IWORMATIONAVNUBLE TO THE ENGINEERAT THE TIME OF PREPARATION Cl THESE PLANS 13 SEE IRRIGATION DRAWINGS FOR GENERAL SYSTEM REQUIREMENTS AND MR LOCATION OF IRRIGATION STAND FOR PENWOFTIMEWTHNTHEDNPLNEWTH ETREEFURTHER NOONESHMLENTERTHE FENCE PENMETERFORANY REASON EXCEPT MAINE LOGTONSMAYNOT HM VESEENVENREONTHENEMANDNOGUARANTEEISIAOEMTOTHE ACCUMCYOR MAINLINE PIPING. SLEEVES TO ACCOMMOUKTE IRRIGATION PIPING, SIZED AS NEEDED, SMALL BE IN MACE PURPOSE OFM ONNGTHEHEALTHWTKTREF. CODEMALDM UM COMPLETENESS OF THE INFORMATION SHOWN THECONTMCTORSHALL NOTIFY UILITYCOMPANIESATLEAST UMFNANDTHPDUGISLABSANDWALLE , PNOPTOPOUING BAIRIC RODS CROWN, OR 18185 MAY INCREASE POTENTIAL FOR FUTURE DECLINE THREE-3: WORKING DAYS IN ADVANCE CF COMTRUCTION TO FIELD LOCATE UTILITIES CAU UNDERCAM ND SERA IEALERTIUSAI.AT600217-26W IT SHALL SE THE RESPONLNUTY OF THE CONTRACT=RTO DETERMINE THE EXISTENCE AND LOCATION OF THOSE UTIURES MOWN ON THESE PUNS OR INDICATED IN THE FIELD BY LOCATING H PROVIDECOMNU A HEADERSAT THE EDGES OFALLAC PAVING, SHRUBAPEAS. LAVMAREAS, DECOMPOSED GRANITE WHERE R IS NOT CONSTRAINED BY A CONCRETE PAVNG OR MOW RAND 7 CONTRACTORS AND SUBCONTRACTORS SHALL DIRECT ALL EQUIPMENT AND PERSONNEL TO REMAIN OUTSIDE THE FENCED AREA AND AT ALL TIMES UNTIL SERVI CES ADDMIc LCMTSINCURR MARQULTOFCOMMRORSFNLUMT'] VFNFTLOCATIOMOF PROJECT IS COMPLETE AND SHALL INSTRUCT EMPLOYEES N TO THE PURPOSE LAYOUT LEGEND S=ING UTILITIES PRIOR TO BEGINNING OF CONSTRUCTION IN THEIR VICINITY SMALL BE BORNE BY THE IS ALLCONCPETEPAVEMEMSSHWLBEDOWELEOIMOCUPSS .gD ALPS ANDBULDNGFMINDATIONS MIDIMNRTANCEOFFENONG CONTRACTCKMDAESIJMED INCLUDED AND MERGED IN THE CONTRACT UNIT PRICE 10 ALL EASING LTIUTIES AND IMPROVEMENTS THAT BECOME DAMAGED WRING CONSTRUCTION SHALL BE 16 RFERTOGEOT C M LUMUFMADDMONALINFORMMTION .SECTTONS.PilWORCEMENt AND PREPARATION NCNEOFDI5CREPANCYTHEGEOTECHNICALRPORTSMALLGO M B ARREEPROTECRONZO e5lG SNMLLBEI'OSTEDATEACHTREEINDIGTING THE PURPOSE OF THE FENCING COMPLETELY RESTORED TO THE SATISFACTION OF THE CITY ENGINEER OA UTILITY AGENCY REPRESENTATIVE, AT THE STAB RUSHED ST E I CONTRACTORS SOLE EXPENSE. 17 ALLTYPICAL DETAILS SHA LLAPPLY UNLESS NOTED OTHERWISE 9 THE ARBONST OF RECORD FORTHEJOB ORTHE CITYARBONST SHALL BE TEPMPAVE SYSTEM U I RUPONS91LE FORINSPECTION AND APPROVAL O THE FENCING PIOR TO ANY AVNIABIE FORM WHEELERZAMAROM (707) 513444 II ANY RELOCATION OF PUBLIC UTILITIES SHALL BE CONDUCTED IN ACCORDANCE WITH ANY AND ALL REQUIREMENTS OFTHEUTILITY COMPANYMPRQENTATIVEINCLUDING FEES BONDS. PEAMTSAND WORKINGCONDITIONSETCTHIS MOMSHALLBEDONEATNOD SPENSETOTHEUTIUW COMPANY THE ONNERSHALLPAYTHECOSTOFALL SUCH 18 ANY AND ALL WORK WITHIN CRY RIGHT OF WAY SHALL CONFORM TO ALL CITY STANDARD DETAILS AND SPEOFICATIONS. LTADINGOPERATDNS 10 FENCNG MUST REMWN IN PACE AND SHALL NOT BE REMOVED UNTILALL ftDVNOO, 6 RELOCADONWORKINCLUDING FEES, BONDS, PERMITS, ETC 19 CONCRETEFO TINWIMTALLEDFMR LSITEFUMBSHNGSS"TSEQUPBNT ETC INDECOMTIVE MVEMENI ASPMALTPAWNG.DECOMPOSEDGRANRE CONCRETE PANNG,AND RANTERS SHML BE HEIR CONSTAUCTIONACTINTIESARECOMPLETED THIS SHALL INCLUDE GRADING ANOCONWACTIONACTIWUES INSTASATIONOF UNDERGROUND.ALL IATENALCCMWE EIGIT.FOOT T UI 12 IFARCHEOLOGICALIATEIYAUARUNCOVEREDDURINGGMDING ,TRENCHNGOROTHEREKGVATION BELOWGRADE COMTRUCTIONACTMDESANDANI ' OTHER WNSTRUUCION ORACRHTY MANUFACTURED BYCOUNTYOFS ONONA jMTI56SB900 EARiH1VOP %WITHNMFEETOFTHESENMTENALS - UREVWPEDUN7ILAPROFESSIONALARCHAEM =TYPO VMOIBSCHEOIAED MVOROI UNDSCARIMMk.LAION MATERIAL SUPPLED BY CITY IS CERTIFIED BY THE SOCIETY OF CAUFORNIAARCHAEOLOGT AN OR THE SOCIETY PROESSIONAL NSW DI M ALL EXISTING RENTS TD ANYDAMAGEDREMSSMOWFI FULLY AM ACCESSIBLE REDWOOD CNC TABLE 6 APLHAEOLOGYITGPNON HAS MEASURES, OPPORTUNITY THEY THE SIGNIFICANCE OF THE PINp AND SUGGEST APPROPRIATE MITIGATIONMEASURES,IFTHEY ARE DEEMED NECESSARY AT7HE COW RATORSEXPENSE TO THE REPASSED OR REPLACED ATTME CONTRACTORS EXPENSE TOTHE FULLSATISfACTION OF THE OVMFR II ROOTSOFSNGLESTM DRIREQOFTE FUNCTIOUPTOTNREETMES THE DISTANCEOI�T DNPUNEANTI FUNCTION PRIMAI9LYN THEY UPTAKE .S MATERIAL RIREDVA]OO, BGHTSOOT 3' UI AARCWATER UNESAPIYTRARVE7REHEALH MANUFACTURED BY COUNTYC SON CWA(707)56i8900 UREDBY 13. THE USE ORNSTALUTIONOANY MATERIAL OR EQUMEMWHICH ISIADE FROM, ORWHCH CONTAINS ASBESTOS 11 CONTRACTOR SHALL BE RESPONSBIF FORAM COORDINADON YATHSUKONTMCTOREMREQIARD TO MINVTNENR TO AS LLYNE AS MNHUM ROOT APIA GHE MHATERULLSUPPUEDBYgTY FOR WEN THE CONSTRUCTION OF THESE IMPROVEMENMISNEITHERSPEanEDNORRCOMMENDED ANY PALSY INSTAWNGORUSING ANTARTYSU01MATERIALSOREQ UMENTSHALLSESOLELYRESPONSIBLEFORALLIMUNES, ACCOMPLISH OPERATIONS CIRCUMFERENCE THE SOLKID HAVE MUCH AREA AROUND THE gRNMEERENCFOTHE TREE S >IOUDHAVE MNIMUMINrWUS TOFURTHERINSURETREESUUNVALANDHEALTH SERVING DAMAGES, OR LLAW71ES OF ANY KIND, CAUSED BY THE WE OF SUCH MATERIALS OR EQUIPMENT 11 ALL QUANTITIES AND PAY ITEMS AM AND VALL BE BASED ON HOWZONTALMEASURMENTS 0 NATURE SETT E SERIES PICMCTABLE SQWD •MULTI)IN-GRALB TOP I] TREE SEPLACTMENT EQlNLTO RSOSLCBJELOT.AS IP4KIND ONLY TOP ONLY ISMWNTING HEIGHT (TABLE ONLY) IN-GROUND II THE CONTMRO0.5WLLL MET AND FOLLOW ALLNPOQ REQUREHEMSIN EFFECT AT THE TINE OF CONSTRUCTION 13 ALLPATTERNS,LINE TYPQ,ANO SRIBIXSSHOWN WiTHNT1E PUN5Ef REFERENCE THE UY01lT LEGEND THE VALUE Of THE MATURE PFSWPLE 406T,M DETERMINED BYTHE OTT THE VALUE TURE DETERMINED" THE COLOR AND PATTERN- PERFORATED, BROWN IS THE NOT SUCH FRTHER LED MDARE PART OF THE SCOPE OF WONT CALLOITS ARE SHOWN FORCSANHGTION OF WORK BUT DO Il ME THE AVAILABLE FROM WABASH VALLEY MFG. IWO)2S3-0619 ORULORMPFNTHES NTRACTOISMALL CONTACT CITYETHERETOIS OREAN4TIO ONTHESE PIECESSIE CONTMRORSWJ.L CONTACT Cfi1'ENGINEER AT FOR SUCH FURTHER NOT INDICATE EVERYAND ALL INSTANCES OFSUCHVIO0.K THECOMRARORS HMLLREQUEST ANY MAMSMULL BE BY ND. AIRPADECTION ZONE ANY E%CACOFA FREWPEDSHALL BE BY ORBY ZONE EXPANADONS NIAYBENKESNRt CUNFIGTONTOMSYTTEMSONCLUDINGBUTNMUMTEDTOFAWNG W M.FIMWO CUM UBERERS O VACUUM RATING OF ANY FOOTS OVER?ON SIINLBE RENEWED RYAN LARGE NUFAC CHARCOAL GALL fURED BY PILOT ROCK MOD A U I 16 DURING NCRATE R THE SAFETYAND SAFETY OF THE CONTMRdHAU. FENCING. FOUNTAINS POTS, AND SITE FURNITURE) NOT CLEARLY IDENTIFIED TO BE PART OF THE SCOPE OF WORK PNORTO ND �OPISP 13 MW)762- - SERIES G STRUCRLSCTION, P OMIDE A CADB, T STRUCTURES THE CONTMR0R SHALL PROVIDE CO ER FIC CON HI TEE7REPRSERVATION SPEOfiGTIONi FORADgiIONAL INFONATION INSTALPERMKR INANCSHONNGS, ACING BRACING AND GUYS IN ACCORDANCE NTH ALL NATIONAL STATE SPECS AND LOCAL SAFETY ORDINANCES STATES ECSANDLOC LOCAL N CITYMPROVIDETHEFOLL MATE ALSLIP MATERIAL SUPPLED BTgTY MALLBE MADE AVATENALSCR THE CONTRACTOR PICK FCRTHECONTMROITO RACK UP AT THE CITY FAgLIi1' IS THE WITH ARSOMT AS 17 ALLAPR1IOPA REQUIY CALIFORNIA CONSTRUCTION AND GENERAL SAFETY ERRORS. THE CONTACT MAYA MMERSOEMADEAVNU FOR COMDWOODPCNETABLEST136]•06M FORCOORgNATION REDWOOD PICNIC TABLES SURE PRMROREHEALT IFMR OR CITY ARIOEDTO UNSURE P110PERTREEHEALTRIFAPHgN 'ERARBORIST OIQTYAPBORIST HAS SMALL CHARCOAL GRILL S AND HELTHACTAND OCCLPADONAL SAFETY AND HEALTH ACT AND THE CONSTRUCTION SAFETY ACT SMALL BE YET TSMALL BE ME MIS) ACCESSIBLE REDWOOD RCN) TABLES NOT BEEN CONTRACTED AVNLAB FROM %LOT ROCK MODEL B•21 SERIES UI IB ALLCONSTRUCTION PROCEWRES SIWLCONFORHTO CALOSIA STANDARDS ANY DFMTON MUST BEM'PROVEO ([JAM (3)SMAU'CINNCOLL GALL (800) 762500{ INSTAL PER MFR BY CALOSHIA PNORTO CO STRUCTION. (A LARGE CHARCOALGNLL (U NORTH LOCATION SHADE STRURUR (BASE RIO IMTERIALSVPNED BY CITY MIAOE 19 ALLSTTE VAMSHALL CONFORM TOOttOUKWI STANDARD SPEQFIGTONS FOR PUBLIC WORKS CONSTRUCTION III SODMtDCADON SHADE STRUCTURE RADD ALT A) STRICTURE ) i I I SERVING TABLE MODELNUMSER 1532. [?HEXAGONAL SHADE UI 30 ALL UNOSCAPE IMPROVEMENTSSHALLSECONSTN MINACCO0.OMN CEWITHTHEWRREWCTIORDI -N ES FARRICCGOR ARIZONA POST COLOR BROWN AND STANOAM PANS AND WITH STATE 3TANGRDSPEQiK :ETIONf THE LWDSGPEIMPROVEI 'LENTS ARE SUBJECT TO THE INSPECTION ANDMPROVAL O THE NBUC MONO DEPARTMENT INSPECTIONS SHALL BE SCHEDULED W TH ]A COfTRgRQRTO N1CSpFYANO ADJUST INVGDON AFTER GRADING ANTI PARING AVAILABLE FROM CAME TIME THE PUBLIC WORD DEPARTMENT AT LEAST TWO WORKING DAYS PPORTOTHE START O CONSTRUCTION AND (SM23S•2MO PRIMTOREOIREDIMPERION 21 CONTRACTOR TO SEED AND MAINTAIN LAWN THROUGH ESTABUSHMENT MSE BID -SOUTH LOGTI "N ADD ALT II• NORTH LOCATION 21 ALL SIGNS TOTHESEPANS MUST BE APPROVED BYTHE CITYENGINEER PRIORM CONSTRUCTIONOF THE ll SEECIVILENGINEERSPIANS FORADWiDNALINFORIMDON REVISION SE 21 RECOMDMMNS-SONMri THEUND3CAPEPANS INCLUQNGALLCM GQMADEDUNNGCONSfN ON NAME RAU AND ASSOCIATES INC SHOVEL EDGE AT TURF SHALL BE PROVIDED TO THE CITY ENOWERAT THE COMPLETION OF THE PROJECT STREET ADDRESS 100 NORTH PINE STREET CITY UKIAH G 95182 SP SPACING 23 CRY ACCEPTANCE SHALL BE MADE AT FINAL ACCEPTANCE PROVIDED ALL CORRECTIVE WORK HAS BEEN COMPLETED PHONE 7071626536 +POB PANT OFBEQNNING N ALLMATENALSANDWORKMMASHPSA SEWARMWME RAPENODOFWEU )YFARAFTERTHEDATEOFaY FOB FACE OF BUILDING ACCEPTANCE UNLESS SPECKED OTHERWISE. DEMOLITION NOTES TYP TYPICAL EQ I MIN MINIMUM CITYT' iREMOVE AND SALVAGE EXISTING PICNIC TABLES AND BBQPRI ORTO CONTRACTOR MOBJUUTION INDEX CUR CLEARANCE 2 CONTRACTOR TO STVIS ID IRRIGATION AS NEEDED AND FIELD ADJUST HEADS AS PART O BASE CON TRACT _SHEET - CONT CONTIIV` S AUTOMTICIRNGTION SMALL BEFULYOPEMTIONAL AND PROVIDE HEAD ,TO, HEAD COVERAGE FORALL TEAR NUDE WITH MIMMALOVERSMAY NCONTIAUORSALL MAINTAIN DMTINGAOJACENT IAWNTO LO.I COVER SHEET& NOTES AND LEGEND SCO SEECMLSDRANINGS REMNNN QUALD'CONIXTIONTHROUGIODUFTHE CONSTRUCTION PERIOD LI.I DEMO PLAN SAD SEE ARCHITECTS DRAWINGS L2.1 LAYOUT AND GRADING PLAN SED SEE ELECTRICAL DRAWINGS SIM SIMILAR L3.1 CONSTRUCTION DETAILS R RADIUS - ALL RADII GIVEN FORWALLSARE DIMENSIONED TO DOJI5 3E OF WALLS PV ALIGN CL CENTERLINE EI E%PANSIONJOINT PA PLANTINGAREA GATES +ASSOCIATES LANDSCAPE ARCHITECTURE LAND PLANNING • URBAN DESIGN ]671 CPOVI CANYON Rp SAN MMON G HSlI OAK MANOR PARK -low e �? N>t ISSUE DESOBm_ DATE: ISSUE 1 1 WBMTTAL I0R2/15 ISSUE 2 1 W MTTAL 1077115 ISSUE3 3SUBMITTAL IMAMS PROJECT NUMBER 196501 DMWME MM GIE x TY DATE I0'0YMI5 SC V-21Y& Io JB�I�B 21' COVER SHEET & NOTES AND LEGEND L0.1 I , 4 7 �1 r LEGEND: — — — APPROXIMATE UMIT OF WORK ® EXISTING TURF TO BE REMOVED BY CONTRACTOR/ EXCAVATE 145 AND OFFHAUL SPOILS AS NEEDED MMJN EXISTING PAVING TO BE REMOVED BY THE CITY 4WREDWOOD APPROXIMATE LIMIT OFTURF/ GRADING REPAIR TYP. EXISTING TREE TO REMAIN, TYP. I EXISTING TREE INVENTORY TREE I TREE ME nn 145 I DA'00 MMJN 149 4WREDWOOD REMNN 152 W REDWOOD MVN N6 720 CAK REMNN IBD WORK REMVN K N• 368 64T OAK RE N TNEE1PROTECf10N ZONE rvn nrm�rvn� yr nrv, wro i nv�, i ivn n� i m i iea, m � rnn i ne I° GATES +ASSOCIATES LANDSCAPE ARCHITECTURE LAND PLANNING • URBAN DESIGN 1631 OYYN GMON RD' MN MM GN563 OAK MANOR PARK a e e 4 ISSUE DESOLATION: DATE MM I IWBHTTAL 14911:3 MUEZ aSUBMTTAL 14'7]/13 SWE3 3A7&STfAL l :pd :3 PROTECT NUMBER: X96581 oR.wrc nn OIEOL n DATE IQM17615 s[AlE 1 o Iv av 6v ,11 Ia j I 1 . I 1 I m1 I j1 j i I I I j I �► I I j 0I I 1 GATES +ASSOCIATES LANDSCAPE ARCHITECTURE LAND PLANNING • URBAN DESIGN 1631 OYYN GMON RD' MN MM GN563 OAK MANOR PARK a e e 4 ISSUE DESOLATION: DATE MM I IWBHTTAL 14911:3 MUEZ aSUBMTTAL 14'7]/13 SWE3 3A7&STfAL l :pd :3 PROTECT NUMBER: X96581 oR.wrc nn OIEOL n DATE IQM17615 s[AlE r.av-v o Iv av 6v DEMO PLAN L1.1 2 4 GATES +ASSOCIATES LANDSCAPE ARCHITECTURE LAND PLANNING • URBAN DESIGN _63 Qp`Nf W:' RU SAN MMON CA W93 OAK MANOR PARK UKIAH 0 Of I ISSUE OESCWPTION: OATS ISSUE I I SUBMTIAL Ig9Ll3 ISSUES 2SUBMTfAL IND /IS m I a 3 3W3 AL I it IINd15 I I �I PROJECT NUMBER 58 o DMWIt mlE IOATS OS§9k`rS Sre,c B'MkT.L` LAYOUT PLAN - - L2.1 3 4 A 0 DECOMPOSED GRANITE PAVIR CONCRETE FINISH GRADE REDWOOD HEA OU SHEET L31 F00. T4CF-00lpWG LOCATION -�6a6 M aN1 A STANDARD 6• CEMENT BLCK](IS WELDED ASRE FABPoC PLACEDAT THE BOTTOM OF THE HOLE CIRCUUR CAGE TO SPACE THE COLUMN UP N T 5 SECTION" SHADE STRUCTURE FOOTING SCALE IM'. 11-R ca SHADE STRUCTURE SCALE I /B'. IW AND 1 �ONCAETE BASE ' I II \ ELEVATI -!N - ; \ ADD 1• MULCH DYER B O ZONE FROM TREE TPo1NK FENCING PERIMETER SPECIFIC FOR EACH TREE AND TO BE APPROVED BY CITYARBOPoST PLAN F- REFER TO TREE PROTECTION NOTES I' MIN FOR ADDITIONAL INFORMATION, SHEET LDI i1 REDWOOD PICNIC TABLE EXISTING TREE PROTECTVE FENCING lJ SCALE I•. I'•Tr J SCALE IM'•I'� _.. 5 SMALL CHARCOAL GRILL FoonN m 1 � A �� 1 LO FOR MODEL AND MANUFACTURE ITIONS MAY REQUIRE STA�RtU�ZED CRUSHED 5;_.� / NOTE. 1 S-NON.LETTEPED HOLES, TO ENSURE REDWODDPICNIC II�11= II- 11= 11= II= 1l= II-II- II= II- IL =,1 -' 11= II= 11= 11= 11= 11= 11= 11= 11= �1 =tl =,( PROVIDE BY THE CITY TABLDADAACCESSIBLE CONCRETE PLFA.SE REFER COMPACTIEDSUBGRAD MR SEE SOILS REPGAT REDWOOD RCNIC TABLE, GALVANIIED EYE BOLT I/420K! IN SEE PLANS FOR LOCATION, SEE LEGEND SHEET LB I FORMODELAND _STABILIZED O I LOCALSOILOONDITIONSMAYREQUIRE MANUFACTURE .� EXISTING TREE TO REMW N CRUSHED STONE / DRIPUNE / STEEL STAKE B-OO C — i MAX 1 �ONCAETE BASE ' I II \ ELEVATI -!N - ; \ ADD 1• MULCH DYER B O ZONE FROM TREE TPo1NK FENCING PERIMETER SPECIFIC FOR EACH TREE AND TO BE APPROVED BY CITYARBOPoST PLAN F- REFER TO TREE PROTECTION NOTES I' MIN FOR ADDITIONAL INFORMATION, SHEET LDI i1 REDWOOD PICNIC TABLE EXISTING TREE PROTECTVE FENCING lJ SCALE I•. I'•Tr J SCALE IM'•I'� _.. 5 SMALL CHARCOAL GRILL FoonN m 1 � A �� 1 LO FOR MODEL AND MANUFACTURE ITIONS MAY REQUIRE STA�RtU�ZED CRUSHED 5;_.� / NOTE. 1 S-NON.LETTEPED HOLES, TO ENSURE �' _ II�11= II- 11= 11= II= 1l= II-II- II= II- IL =,1 -' 11= II= 11= 11= 11= 11= 11= 11= 11= �1 =tl =,( i�' •I CONCRETE PLFA.SE REFER COMPACTIEDSUBGRAD MR SEE SOILS REPGAT OY MN NOTES COMPONENTS I-TA SHEETO EACH 1RENGTONENTS INSTALLATION SHEETS 2 ST�NGTH (90 mph WIND /1016 SHEETS _STABILIZED O I LOCALSOILOONDITIONSMAYREQUIRE A LARGER FOOTING LARGE CHARCOAL GRILL 4 SCALE 3/P. I'-P GATES +ASSOCIATES LANDSCAPE ARCHITECTURE LAND PLANNING • URBAN DESIGN 2671C VCANTONRD SANFAMON CAMSM OAK MANOR PARK �Mr � OPEN ISSUE DEsmPTIDN: DATE mm I I SUBMITTAL 16CLI5 ISSUE 25U&9TTAL 1677/15 ISSUE 3SUBPYTTAL IIAWIS 2 RNSII GRADE AT SOD AREA TERRAPAVE SYSTEM MTH CRUSHED STONE PERSPEu INSTALLINI172.1AYERS,EAOILAYER MOJECTNUMBER: 196561 CZMPACTED9 PER— UFACTURER omw MM SPECWUnONSAND RECOMMENDATIONS CHECK. TY DATE 140=15 SCALE GEOTEXTI E FAA "PAR I4CN OR APPROVED EOLAL .' I � �� P11= P11- 'PI1= P11= PI1= PIIyJl= P1�L'�II�I= COVER SHEET II�11= II- 11= 11= II= 1l= II-II- II= II- IL =,1 -' 11= II= 11= 11= 11= 11= 11= 11= 11= �1 =tl =,( CONSTRUCTION DETAI _ = II- II= II= II= II- II- 'U= II =11 = „� CLASS U AGGREGATE BASE "% RELATIVE COMPACTI� COMPACTIEDSUBGRAD MR SEE SOILS REPGAT B CRUS.HED STONE _STABILIZED O Attachment 2 BID RESULTS - SPEC 15 -18 - Oak Manor Park Owner: City of Ukiah Bid Opening: 12/10/15 Sid Grading & Paving, Inc. Pacific Underground Services Neary Landscape Inc. Johnson's Custom Landscape Gregg Simpson Trucking Prepared by Mary Horger, Purchasing Supervisor PO Box 3638 Santa Rosa, CA 95402 3881 Martha Drive Martinez, CA 94553 PO Box 249 Cotati, CA 94931 591 Riverside Dr Ukiah, CA 95482 11 Highland Ct Ukiah, CA 95482 Base Bid Item N Item Description QTY UOM Unit Price Item Total Unft Prke Item Total Un/t Prke Item Toro/ Unit Prke Item 7ota1 Unit Prke Item iota/ 1 DEMO, CLEANING AND GRUBBING 4000 SF 4.00 $16,000.00 $5.00 $20,00000 $5.00 $20,000.00 $5.40 $21,600.00 $8.50 34,000.00 2 FINE GRADING 4000 SF 2.25 $9,000.00 1.00 4,000.00 0.50 2,000.00 4.40 17,600.00 $6.SO 26,000.00 3 PAVING 4000 SF 59.00 $36,000.00 9.00 36,000.00 $10.00 $40,000.00 $9.80 39,200.00 $10.251 $41,000.00 4 INSTALLATION 1 EA 12,500.00 12,500.00 26,420.00 26,420.00 20,000.00 $20,000.00 $26,609.00 $26,609.00 $13,848.00 13,848.00 5 TURF & IRRIGATION REPAIR 1 LS 10,700.00 10,700.00 2,000.00 2,000.00 16,300.00 16,300.00 $3,216.00 3,216.00 10,200.00 10,200.00 Bid List $84,200.00 $88,420.00 $98,300.00 $108,225.00 $125,048.00 ADD ALT 1 Item p Item Description QTY UDM Unit Price Item Total Unit Price Item Total Unit Price Item Total Unit Price Item Total Unit Price Item Total 6 INSTALLATION OF NORTH SHADE STRUCTURE 1 EA 8,000.00 8,000.00 8,000.00 8,000.00 12,000.00 12,000.00 10,420.00 10,420.00 577.00 577.00 Bid List $8,000.00 $8,000.00 $12,000.00 $10,420.00 $577.00 Total Bid Amount $92,200.00 $ %,420.00 $110,300.00 $118,645.00 $125,625.00 Listed Subs Fieldstone Construction Company 5915 Faught Rd Santa Rosa, CA 95403 NONE LISTED NONE LISTED NONE LISTED A to Z Construction 4300 N State Street Ukiah, CA Fine Line Striping, Inc. 3831 Mt Vernon Road Sebastopol, CA