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