HomeMy WebLinkAbout2016-03-16 PacketCITY OF UKIAH
CITY COUNCIL AGENDA
Regular Meeting
CIVIC CENTER COUNCIL CHAMBERS
300 Seminary Avenue
Ukiah, CA 95482
March 16, 2016
6:00 p.m.
ROLL CALL
2. PLEDGE OF ALLEGIANCE
3. PROCLAMATIONS /INTRODUCTIONS /PRESENTATIONS
4. PETITIONS AND COMMUNICATIONS
5. APPROVAL OF MINUTES
a. Minutes of February 17, 2016, a Regular Meeting.
b. Minutes of February 18, 2016, a Special Meeting.
c. Minutes of March 2, 2016, 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 February.
b. Notification to City Council for the Purchase of a Sullivan - Palatek Portable Air Compressor to
Paco of Sacramento, California for the Water and Sewer Operations Department in the Amount
of $21,582.65 as Approved in the Capital Budget.
c. Approval of Purchase of a 12,000 USG Avgas Fuel System from Bryant Fuel Technologies in
the Amount of $149,694.
d. Report Purchase of California Conservation Corps Services in an Amount of $16,000 for Work
Performed at Grace Hudson Project.
e. Award of Bid for Purchase of Two Police Vehicles in the Amount of $78,319.08 from Ukiah
Ford, as Approved in the Capital Budget.
Page 1 of 3
f. Award Purchase of One New 2016 Ford F- 350 -XI Standard Cab with Custom Scelzi Service
Body to Towne Ford Sales in Redwood City for the Water and Sewer Operations Department in
the Total Amount of $45,943.17 as Approved in the Capital Budget.
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)
a. Consideration of Resolution Amending City of Ukiah Community Development Block Grant
(CDBG) Single - Family Housing Rehabilitation Guidelines, to Update Language Regarding
Mobile and Manufactured Home Repairs and Replacements.
12. UNFINISHED BUSINESS
a. Consideration and Discussion of Interest in Developing a Local Preference Purchasing Policy
and Corresponding Ad Hoc Committee if Desired.
b. Discussion and Direction Regarding Solicitation of a Feasibility Analysis for a Downtown Hotel.
c. Approval of Amendment #2 to the Contract with Carollo Engineers for Design of Phase 3 of the
Recycled Water System, Completion of a Water Balance Analysis to Determine the Feasibility
of Achieving Zero Discharge, Authorize the City Manager to Execute Amendment #2 and
Approval of a Budget Amendment in the Amount of $697,629.00 from the City Sewer Capital
Fund.
13. NEW BUSINESS
a. Status of Utility Billing Software Project and Approval for Plan Moving Forward, Including
Authorization for the City Manager to Negotiate and Execute an Agreement with TMG
Consulting in an Amount not to Exceed $15,000.
b. Authorize the City Manager to Negotiate and Execute an Amendment to the Management
Agreement for the Alex Rorabaugh Recreation Center with the Ukiah Valley Cultural and
Recreation Center for a Month to Month Extension of the Agreement Until an Updated
Management Agreement Can Be Negotiated and Brought Forward to Council.
c. Award Purchase of an Electric Service Truck; 2016 Ford F- 350 -XI Super Cab and Chassis Only
per Specification #E32805 with Scelzi Service Body to Towne Ford Sales, Redwood City for
the Electric Utility Department (EUD) in the Total Amount of $43,924.93 Including Tax and
Delivery Charges and Approve Corresponding Budget Amendment in the Amount of $3,924.93.
Page 2 of 3
d. Award Purchase of One New 2016 Ford F- 450 -XI Standard Cab with Custom Scelzi Service
Body to Towne Ford Sales in Redwood City for the Fleet Maintenance Department in the Total
Amount of $113,974.91 and Approve Corresponding Budget Amendment in the Amount of
$13,974.91.
e. Award Purchase of One New 2016 Ford F- 350 -XI Standard Cab with Custom Scelzi Service
Body to Towne Ford Sales in Redwood City for the Water Treatment Plant in the Total Amount
of $45,943.17 and Approve Corresponding Budget Amendment in the Amount of $943.17.
14. CLOSED SESSION — Closed Session may be held at any time during the meeting.
a. Conference with Legal Counsel — Existinq 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 — Existinq 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 Legal Counsel — Existinq Litigation
(Cal. Gov't Code Section 54956.9(d)(1))
Name of case: County of Mendocino v. Solid Waste System, Inc. et al., Mendocino County
Superior
Court, Case No. SCUK- CVG -11 -59459
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 March, 2016.
Kristine Lawler, City Clerk
Page 3of3
CITY OF UKIAH
CITY COUNCIL MINUTES
Regular Meeting
CIVIC CENTER COUNCIL CHAMBERS
300 Seminary Avenue
Ukiah, CA 95482
February 17, 2016
6:00 p.m.
ROLL CALL
Agenda Item 5a
Ukiah City Council met at a Regular Meeting on February 17, 2016, having been legally noticed on
February 12, 2016. Mayor Scalmanini called the meeting to order at 6:01 p.m. Roll was taken with
the following Councilmembers Present: Douglas Crane, Maureen Mulheren, Kevin Doble, Vice
Mayor Brown, and Mayor Scalmanini. Staff Present: Sage Sangiacomo, City Manager; David
Rapport, City Attorney; and Ashley Cocco, Deputy City Clerk.
MAYOR SCALMANINI PRESIDING.
2. PLEDGE OF ALLEGIANCE
3. PROCLAMATIONS /INTRODUCTIONS /PRESENTATIONS
4. PETITIONS AND COMMUNICATIONS
5. APPROVAL OF MINUTES
a. Minutes of January 28, 2016, a Special Meeting
b. Minutes of February 3, 2016, a Regular Meeting
c. Minutes of February 8, 2016, a Special Meeting
Motion /Second: Brown /Mulheren to approve the minutes of January 28, 2016, a Special Meeting
as submitted; February 3, 2016, a Regular Meeting, as submitted; and February 8, 2016, a Special
meeting as submitted. Motion carried by the following roll call votes: AYES: Crane, Mulheren,
Doble, Brown, and Scalmanini. NOES: None. ABSENT: None. ABSTAIN: None.
6. RIGHT TO APPEAL DECISION
7. CONSENT CALENDAR
a. Report of Disbursements for the Month of January 2016.
b. Approve Notice of Completion for Grace Hudson Museum Building Improvements Spec
No. 15 -08, Funded by Proposition 84 Nature Education Facilities Grant Program.
c. Approval of Notice of Completion for the Low Gap to Despina 200/600 Amp Loop
Project, Specification No. 15 -04 and Approval of Final Payment of the 5% Retention to
All Phase Excavating and Construction, Inc. (EUD).
d. Report Contractual Staffing Services with Accountemps in the Amount of $19,499.55,
and Approval for an Additional $25,200, for a Final Estimated Contract Amount Not to
Exceed $44,699.55 for the Backfill of a Vacant Accounting Assistant Position.
Motion /Second: Crane /Brown to approve Consent Calendar Item 7a -d, as submitted. Motion
carried by the following roll call votes: AYES: Crane, Mulheren, Doble, Brown and Scalmanini.
NOES: None. ABSENT: None. ABSTAIN: None.
8. AUDIENCE COMMENTS ON NON - AGENDA ITEMS
9. COUNCIL REPORTS
Presenter: Councilmember Mulheren.
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.
a. Public Hearing to Review Draft General Plan Housing Element — Planning and community
Development.
Presenter: Kevin Thompson, Principal Planner.
PUBLIC HEARING OPENED AT 6:48 P.M.
Public Comment: No public comment was received.
PUBLIC HEARING CLOSED AT 6:54 P.M.
Report was received.
12. UNFINISHED BUSINESS
a. Receive Water Rate Study Presentation, Approve the Final Draft Water Rate Study,
Authorize City Manager to Mail Proposition 218 Notices and Schedule a Public Hearing
on Proposed Water Utility Rate Changes — Public Works.
Presenters: Karen Scalabrini, Finance Director; Bob Reed, from the Reed Group, Inc., and Sean
White, Water and Sewer Director.
Report was received.
Public Comment: Kari Hartmann, James Green, and Roger Vincent.
Motion /Second: Crane /Brown to receive update on Water Rate Study, authorize City Manager to
mail Proposition 218 notices and schedule a public hearing on proposed water utility rate changes.
Motion carried by the following roll call votes: AYES: Crane, Mulheren, Doble, Brown, and
Scalmanini. NOES: None. ABSENT: None. ABSTAIN: None.
RECESS: 8:19 — 8:27 P.M.
b. Receive Update on Current and Future Municipal Solid Waste Solutions for Ukiah
Curbside Solid Waste — Public Works.
Presenter: Tim Eriksen, Director of Public Works /City Engineer.
Report was received.
c. Approval of Engagement Letters with Moss - Adams, LLP for Financial Review of Ukiah
Waste Solutions and Solid Waste Systems and Corresponding Budget Amendment in
the Amount of $30,000 — Public Works.
Presenter: Tim Eriksen, Director of Public Works /City Engineer.
Public Comment: Roger Vincent.
Motion /Second: Brown /Mulheren to approve Engagement Letters with Moss - Adams, LLP for
financial review of the Statement of Operations of Ukiah Waste Solutions, Inc. and Solid Waste
Systems, Inc. and corresponding budget amendment in the amount of $30,000. Motion carried by
the following roll call votes: AYES: Crane, Mulheren, Doble, Brown, and Scalmanini. NOES: None.
ABSENT: None. ABSTAIN: None.
13. NEW BUSINESS
a. Award Contract to Infosend for Providing Data Processing Print and Mail Services for
the Finance Department, Utility Billing Division — Finance.
Presenters: Jan Newell, Finance Controller and Mary Horger, Purchasing Supervisor.
Public Comment: Roger Vincent.
Motion /Second: Doble /Mulheren to award the unit price contract to InfoSend for providing data
processing print and mail services for the Finance Department, Utility Billing Division. Motion
carried by the following roll call votes: AYES: Crane, Mulheren, Doble, Brown, and Scalmanini.
NOES: None. ABSENT: None. ABSTAIN: None.
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 Legal Counsel — Existing Litigation
(Cal. Gov't Code Section 54956.9(d)(1))
Name of case: County of Mendocino v. Solid Waste System, Inc. et al., Mendocino County
Superior
Court, Case No. SCUK- CVG -11 -59459
d. Conference with Labor Negotiator
(Government Code Section 54957.6)
Agency Representative: Sage Sangiacomo, City Manager
Employee Organizations: All Bargaining Units
e. Public Employee Performance Evaluation
Government Code Section 5495
Title: City Manager
Government Code Section 5495
Title: City Manager
No action was taken on Closed Session items.
15. ADJOURNMENT
There being no further business, the meeting adjourned at 9:59 p.m.a
Ashley Cocco, Deputy City Clerk
Agenda Item 5b
CITY OF UKIAH
CITY COUNCIL MINUTES
Special Meeting
Ukiah Valley Conference Center
200 S. School Street
Ukiah, CA 95482
February 18, 2016
5:30 p.m.
1. ROLL CALL
Ukiah City Council met at a Special Meeting on February 18, 2016, having been legally noticed on
February 12, 2016. Mayor Scalmanini called the meeting to order at 5:32 p.m. Roll was taken with
the following Councilmembers Present: Douglas F. Crane, Maureen Mulheren, Kevin Doble, Jim
O. Brown, and Mayor Stephen G. Scalmanini.
2
3.
Staff Present: Sage Sangiacomo, City Manager; David Rapport, City Attorney; Tim Eriksen,
Public Works Director /City Engineer; Sean White, Water and Sewer Director; Jarod Thiele, Public
Works Project Analyst; Andy Luke, Wastewater Treatment Plant Supervisor; Karen Scalabrini,
Finance Director; Mel Grandi, Electric Utility Director; Kerry Randall, Facilities Administrator;
Melody Harris, Human Resources Director; Charley Stump, Planning Director; and Ashley Cocco,
Deputy City Clerk.
CLOSED SESSION
No Closed Session was held.
STRATEGIC PLANNING WORKSHOP (5:30 p.m.)
a. Overview and Discussion of the City of Ukiah's Waste Water
Presenters: Sean White, Water and Sewer Director; Tim Eriksen, Public Works Director /City
Engineer; and Andy Luke, Wastewater Treatment Plant Supervisor.
Water and Sewer Director, Sean White showed a PowerPoint presentation (attached), which gave
an overview of the Waste Water Treatment Plant and collection system, followed by system ratings
of the Waste Water Treatment Plant, budget, rates, needs of the Waste Water Treatment Plant and
the collection system, and opportunities like improving the relationship with Ukiah Valley Sanitation
District and the recycled water project. In conclusion, Director White emphasized the priorities are
to optimize strategies around discharge compliance, update the rate structure, improve
governance, and investigate opportunities for power generation.
A discussion ensued addressing management of the collection system inflow of laterals to mains,
lateral policy, to consider who is responsible for the connection, and where the boundary is in
regard to the city street and property line.
Director White offered to present Council with a water balance analysis, once completed, in
connection with the recycled water project. In response to questions posed regarding the
installation of the purple pipe; City Manager Sangiacomo suggested a cost benefit analysis of the
installation and the life of the city street.
The meeting concluded with Councilmember Doble expressing appreciation to the Public Works
Department for providing an effective conversational structure that began with identifying the City's
needs, addressing physical actions, then planning and making policy decisions to create stability.
4. PUBLIC COMMENT
ADJOURNMENT
There being no further business, the meeting adjourned at 7:08 p.m.
Ashley Cocco, Deputy City Clerk
Agenda Item 5c
CITY OF UKIAH
CITY COUNCIL MINUTES
Regular Meeting
CIVIC CENTER COUNCIL CHAMBERS
300 Seminary Avenue
Ukiah, CA 95482
March 2, 2016
6:00 p.m.
1. ROLL CALL
Ukiah City Council met at a Regular Meeting on March 2, 2016, having been legally noticed on
February 26, 2016. Vice Mayor Brown called the meeting to order at 6:00 p.m. Roll was taken with
the following Councilmembers Present: Douglas F. Crane, Maureen Mulheren, Kevin Doble, Vice
Mayor Jim O. Brown, and Mayor Stephen G. Scalmanini. Staff Present: Sage Sangiacomo, City
Manager; David Rapport, City Attorney; and Kristine Lawler, City Clerk.
VICE MAYOR BROWN PRESIDING (Mayor Scalmanini, due to a lost voice, sat as a regular
Councilmember).
Shannon Riley, Senior Management Analyst, announced that the Public Hearing concerning the
Community Development Block Grant (CDBG) Program that was noticed for this meeting would be
agendized and continued to the City Council Meeting on March 16, 2016, at 6:15 p.m.
2. PLEDGE OF ALLEGIANCE
3. PROCLAMATIONS /INTRODUCTIONS /PRESENTATIONS
a. Proclamation of Women's History Month, 33rd Annual Women's History Gala Celebration
— Administration.
Presenter: Councilmember Mulheren.
Public Comment: Katarzyna Rolzinski.
b. Presentation of Recognition to Three Recipients of the Miss Mendocino County
Scholarship Program — Community Services.
Presenter: Stephanie Young, Recreational Supervisor.
Public Comment: Verna Jacobs, Miss Mendocino County Scholarship Program Executive
Director.
c. Dispatch Service Contract with CalFire — Fire.
Presenters: Chief Bartlett and Chris Rowney, CalFire Unit Chief.
d. Receive and Discuss Presentation from the Staff of the Mendocino Council of
Governments on "City Road Conditions and Funding for Corrective Maintenance" —
Public Works.
Page 1 of 5
4.
5.
6.
7.
0
Presenters: Tim Eriksen, Public Works Director /City Engineer; Phil Dow, Mendocino Council of
Governments (MCOG) Executive Director; and Nephele Barrett, MCOG Program Manager.
Public Comment: Tom Fletcher and Linda Sanders.
PETITIONS AND COMMUNICATIONS
APPROVAL OF MINUTES
RIGHT TO APPEAL DECISION
CONSENT CALENDAR
a. Authorization to Execute a Restated and Amended License Agreement between the City of
Ukiah and New Singular Wireless PCS, LLC (COU No. 1415 - 193 -A1) for the Civic Center
Cellular Tower and Supporting Structures — Police.
b. Adoption of Resolution (2016 -13) for User Fees at Ukiah Regional Airport — Airport.
c. Award a Three -Year Agreement (COU No. 1516 -170) for Electric Utility Line Tree Trimming at
Various Locations in the City of Ukiah to Utility Tree Service, Inc. — Electric.
Motion /Second: Crane / Doble to approve Consent Calendar Item 7a -c, as submitted. Motion
carried by the following roll call votes: AYES: Crane, Mulheren, Doble, Scalmanini and Brown.
NOES: None. ABSENT: None. ABSTAIN: None.
AUDIENCE COMMENTS ON NON - AGENDA ITEMS
9. COUNCIL REPORTS
Presenter: Mayor Scalmanini.
10. CITY MANAGER /CITY CLERK REPORTS
Presenters: Sage Sangiacomo, City Manager;
Kristine Lawler, City Clerk.
11. PUBLIC HEARINGS — 6:15 P.M.
12. UNFINISHED BUSINESS
Sean White, Water and Sewer Director; and
a. Review Response to Request for Proposals for the Development of the City Owned
Parcel at Norton and Main Street Properties, and Provide Direction to Staff — Planning.
Presenters: Kevin Thompson, Principal Planner.
Motion /Second: Crane / Doble to approve entering an exclusive negotiating agreement (COU No.
1516 -172) with Guillon Construction to pursue the entitlement and construction of the market -rate
project. Motion carried by the following roll call votes: AYES: Crane, Mulheren, Doble, Scalmanini
and Brown. NOES: None. ABSENT: None. ABSTAIN: None.
b. Adopt an Amended Resolution Authorizing the Exception to the 180 -Day Wait Period
and Authorizing the City's Retired Police Captain to Work on a Temporary Basis as an
Extra Help Captain Pursuant to Government Code Sections 7522.56 and 21224 — Police.
Presenter: Chris Dewey, Police Chief.
Motion /Second: Crane / Doble to adopt amended resolution (2016 -14) authorizing the exception to
the 180 -day wait period and employ Trent Taylor as an extra help retired annuitant Captain for the
Ukiah Police Department. Motion carried by the following roll call votes: AYES: Crane, Mulheren,
Doble, Scalmanini, and Brown. NOES: None. ABSENT: None. ABSTAIN: None.
c. Approval of Amendment #1 to City of Ukiah Agreement 1415 -166 with Rau and
Associates and Corresponding Budget Amendment for Additional Scope of Work in
Phase Two Engineering for the Site of the New Ukiah Courthouse, Not to Exceed
$11,959, and Authorize the City Manager to Execute Agreement — Administration.
Presenter: Shannon Riley, Senior Management Analyst.
Public Comment: Linda Sanders.
Motion /Second: Crane / Doble to approve Amendment #1 (COU No. 1415 - 166 -A1) to City of Ukiah
Agreement 1415 -166 with Rau and Associates for Phase Two Engineering at the new courthouse
site in the amount of $11,959 and corresponding budget amendment and authorize the City
Manager to execute. Motion carried by the following roll call votes: AYES: Crane, Mulheren, Doble,
Scalmanini, and Brown. NOES: None. ABSENT: None. ABSTAIN: None.
13. NEW BUSINESS
a. Discussion and Possible Approval of Request by Ukiah Main Street Program to Install
Dedication Monument in Downtown Ukiah — Administration.
Presenter: Shannon Riley, Senior Management Analyst.
Public Comment: Rick Hansen Mainstreet Program Executive Director.
Motion /Second: Crane /Mulheren to approve of request for placement of monument for Judy
Pruden in Alex Thomas Plaza; and if approved, direct Ukiah Main Street Program to coordinate
installation with the Parks Department. Motion carried by the following roll call votes: AYES: Crane,
Mulheren, Doble, Scalmanini, and Brown. NOES: None. ABSENT: None. ABSTAIN: None.
RECESS: 8:10 — 8:18 P.M.
f. The City Council will Consider and Possibly Approve a Letter to the County of
Mendocino to Negotiate an Agreement with the City on the Terms and Conditions for
Including the City in an Ambulance EOA (Exclusive Operating Area) — Administration.
Presenters: David Rapport, City Attorney; John Bartlett, Fire Chief; and Sage Sangiacomo, City
Manager.
Motion /Second: Crane /Mulheren to approve letter to the Executive Office of Mendocino County
and authorize and direct the Mayor to sign on behalf of the City Council. Motion carried by the
following roll call votes: AYES: Crane, Mulheren, Doble, Scalmanini, and Brown. NOES: None.
ABSENT: None. ABSTAIN: None.
b. Award Bid for the Installation of Replacement Well 4 and New Water Well 9,
Specification No. 16 -01 to NorCal Pump and Well Drilling in the Amount of $702,558 —
Public Works.
Presenters: Sean White, Water and Sewer Director and Jarod Thiele, Public Works Project
Analyst.
Motion /Second: Crane /Mulheren to award bid (COU No. 1516 -173) for the installation of
Replacement Well 4 and new Well 9, Specification No. 16 -01 to NorCal Pump and Well Drilling in
the amount of $702,558. Motion carried by the following roll call votes: AYES: Crane, Mulheren,
Doble, Scalmanini, and Brown. NOES: None. ABSENT: None. ABSTAIN: None.
c. Approve Plans and Specifications for the Site Development for Well 4 and 9 and
Authorize Staff to Issue Bids for Specification Number 16 -02 — Public Works.
Presenter: Sean White, Water and Sewer Director.
Motion /Second: Crane / Doble to approve plans and specifications for the site development for
Well 4 and 9 and authorize staff to issue bids for Specification Number 16 -02. Motion carried by
the following roll call votes: AYES: Crane, Mulheren, Doble, Scalmanini, and Brown. NOES: None.
ABSENT: None. ABSTAIN: None.
d. Review and Consider Providing Comments on the Mendocino Local Agency Formation
Commission 2016 -2017 Budget — Planning.
Presenter: Charley Stump, Director of Planning and Community Development.
Report was received.
e. Approval of Purchase of 2016 Toyota Prius in the Amount of $26,073.17 for the
Wastewater Treatment Plant and Amendment of the Fiscal Year 2015 -2016 Capital
Budget to Reflect the Change in Vehicle Type — Public Works.
Presenters: Sean White, Director of Water and Sewer and Jarod Thiele, Public Works Project
Analyst.
Motion /Second: Crane /Mulheren to approve purchase of a 2016 Toyota Prius for the Wastewater
Treatment Plant in the amount of $26,073.17 and amendment of the Fiscal Year 2015 -2016
Capital Budget to reflect the change in vehicle type. Motion carried by the following roll call votes:
AYES: Crane, Mulheren, Doble, Scalmanini, and Brown. NOES: None. ABSENT: None. ABSTAIN:
None.
g. Discussion and Approval of Budget Amendment to Transfer Funds from Disposal Site
Enterprise Funds to the Closure Maintenance Fund in Accordance with CalRecycle
Financial Assurance Requirements for the Landfill Closure Project and Possible
Adoption of a Resolution — Finance.
Presenters: Tim Eriksen, Public Works Director /City Engineer and Karen Scalabrini, Finance
Director.
Motion /Second: Crane / Doble to approve of budget amendment to transfer funds from disposal
site enterprise funds to the closure maintenance fund in accordance with CalRecycle financial
assurance requirements for the landfill closure project and adoption of a resolution (2016 -15) with
the suggested modifications to the title and balance. Motion carried by the following roll call votes:
AYES: Crane, Mulheren, Doble, Scalmanini, and Brown. NOES: None. ABSENT: None. ABSTAIN:
None.
Doble — request for change to balance correction
Title of reso — last portion and authorize city manager, to `obtain' a letter of credit...
h. Consideration and Discussion of Interest in Developing a Genetically Modified
Organism (GMO) Ban and Corresponding Ad Hoc Committee if Desired — Administration.
Presenter: Steve Scalmanini, Mayor.
Council Consensus directs staff to work with Mayor Scalmanini to research the issue of a
genetically modified organism (GMO) ban, and then bring back to Council depending on findings.
CITY COUNCIL ADJOURNED TO CLOSED SESSION AT 9:24 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 Legal Counsel — Existing Litigation
(Cal. Gov't Code Section 54956.9(d)(1))
Name of case: County of Mendocino v. Solid Waste System, Inc. et al., Mendocino County
Superior
Court, Case No. SCUK- CVG -11 -59459
d. 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.
15. ADJOURNMENT
There being no further business, the meeting adjourned at 9:55 p.m.
Kristine Lawler, City Clerk
ITEM NO.: 7a
MEETING DATE: March 16, 2016
t'ity of'Uk}ah
AGENDA SUMMARY REPORT
SUBJECT: REPORT OF DISBURSEMENTS FOR THE MONTH OF FEBRUARY
Summary:
Payments made during the month of FEBRUARY 2016, are summarized on the attached Report of
Disbursements. Further detail is supplied on the attached Schedule of Bills, representing the four (4)
individual payment cycles within the month.
Background:
Accounts Payable check numbers: 3015399 — 3015478, 3015479 — 3015568,
3015569 — 3015676, 3015677 - 3015805
Accounts Payable Wire Transfer numbers: 9
Payroll Check numbers: 503555 — 503605, 503606 — 503655
Payroll Manual check numbers: 503606, 503607
Void check numbers: 3012318, 3014837, 3014947, 3015420, 3015607
Discussion: This report is submitted in accordance with Ukiah City Code Division 1, Chapter 7, Article 1.
FISCAL IMPACT:
Budgeted Amount in New Appropriation
g Source of Funds Account Number Budget Amendment
15 -16 FY Title & No.) Required
See Attached N/A See Attached Yes No
Continued on Page 2
RECOMMENDED ACTION(S): Approve the Report of Disbursements for the month of FEBRUARY 2016 _
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 ❑ Other
RECORDS APPROVED: ❑ Agreement: ❑ Resolution: ❑ Ordinance:
Vote: Please write Agreement No. in upper right corner of agreement when drafted
Approved:
a Sangiac o, City Manager
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
Account Code Summary
60517462
FTHB Activity Delivery
80026130
Electric Substation
60517467
FTHB - PIR
80026140
Reimbursable Work for Others
60600000
CDBG Grant 10 -EDEF -7261 Fund
80026200
Electric Metering
60617441
Grant - CDBG 606
80026300
Electric Generation
60617451
General Administration
80026312
Mendocino Hydro
60617452
AD ED Direct Financial Assistance
80026330
Hydro Electric
60617453
ED Direct Financial Assistance
80026400
Electric Administration
60717443
Grant Prop 84
80026410
Electric General Administration
60724413
Prop 84 Water Distribution Cap
80026430
Interdepartmental Charges
60900000
13 -CDBG -8940
80326330
Hydro Plant
60917458
13 -CDBG -8940
80526610
Street Lighting
63020210
Asset Seizure Expenditure
80626500
Public Benefit
63120210
Drug & Alcohol Education
82024410
Water
63320210
H &S Asset Seizure Expenditure
82024411
Water - Production O &M
63420250
Fed Asset Seizure Expenditure
82024413
Water - Distribution Capital
63520210
SLESF
82024414
Water - Distribution O &M
63820210
Asset Forfeiture 11470
82024415
Water - Production Capital
64020213
Parking Enforcement
82224413
Water - Distribution Capital
69122700
Museum
84024420
Wastewater
70024500
Landfill 700
84024421
Wastewater City - O &M
70224500
Landfill Closure
84024422
Wastewater City - Capital
70424500
Landfill Post closure
84024425
Wastewater Treatment - O &M
72022400
Golf
84124426
Wastewater Treatment - Capital
73022600
Conference Center
84224420
Wastewater
75017110
Visit Ukiah
84324422
Wastewater City - Capital
77725200
Airport Operations
84424421
Wastewater City Capital - O &M
77817411
FAA Grant
84424422
Wastewater City - Capital
80026100
Electric Administration
90000000
Special Deposit Trust Fund
80026110
Electric Overhead
91190100
Russian River Watershed Assoc
80026120
Electric Underground
96900000
Successor Agency
CITY OF UKIAH
REPORT OF DISBURSEMENTS
REGISTER OF PAYROLL AND DEMAND PAYMENTS
FOR THE MONTH OF FEBRUARY
FUNDS:
100
General Fund
$150,51126
700
Sanitary Disposal Site Fund
$9,973.55
105
Measure S General Fund
$150,039.48
701
Landfill Corrective Fund
110
Special General Fund
702
Disposal Closure Reserve Fund
$1,91250
201
Worker's Comp Fund
$432.48
704
Post Closure Fund - Solid Waste
$0.00
202
Liability Fund
720
Golf Fund
$120
203
Garage Fund
$3,994.68
730
Confemence Center Fund
$9,64321
204
Purchasing Fund
$2,892.68
750
Visit Ukiah
$000
205
Billing & Collections Fund
$2,508.26
777
Airport Fund
$20.65825
206
Public Safety Dispatch Fund
$6,632.22
778
Airport Capital Improvement Fund
207
Payroll Posting Fund
$227,218.79
779
Special Aviation Fund
208
Building Maintenance/Corp Yard Fund
$21,609.85
600
Electric Fund
$629,35705
209
IT Fund
$84,639.17
801
Electric Capital Reserve Fund
$4.45600
220
Equipment Reserve Fund
$56,250.86
803
Lake Mendocino Bond Reserve
250
Special Revenue Fund
$10,142.27
805
Street Lighting Fund
$9,091.04
251
Special Projects Reserve Fund
$27,176.00
806
Public Benefits Fund
$10578
300
Park Development Fund
$38.275.34
820
Water Fund
$47,95791
301
Anton Stadium Fund
$0.00
822
Water Capital Improvement Fund
$254,008.58
302
Observatory Park Fund
840
City/District Sewer Fund
$264,11278
304
Swimming Pool Fund
$0.00
841
Sewer Contruction Fund
$3,400,733 40
305
Riverside Park Fund
$0.00
843
Sewer Capital Fund
306
Skate Park Fund
$0.00
900
Special Deposit Trust
$26.77321
310
Museum Grants
$79,665.10
901
General Service (Accts Recv)
$3,27885
311
Alex Rorbaugh Recreation Center Fund
$3,582.76
902
U.S.W. Billing & Collection
$24,91621
312
Downtown Business Improvement Fund
903
Public Safety - AB 109
$0.00
500
2106 Gas Tax Fund
905
Federal Emergency Sheller Grant
501
2107 Gas Tax Fund
905
Mendocino Emergency Service Authority
503
2105 Gas Tax Fund
911
Russian River Watershed Association
$25,46375
505
Signalization Fund
940
Sanitation District Special Fund
506
Bridge Fund
943
Sanitation District Capital Improvement Fund
507
1998 STIP Augmentation Fund
952
REDIP Sewer Enterprise Fund
508
SB325 Reimbursement Fund
960
Community Redevelopment Agency
509
S.T.P. Fund
961
RDA Housing Pass - Through
510
Trans- Traffic Congest Relief Fund
962
Redevelopment Housing Fund
600
Community Development Block Grant
963
Housing Debt
601
EDBG 94 -333 Revolving Loan
964
RDA Capital Pass- Through
602
Community Development Fund
965
Redevelopment Capital Improvement Fund
603
08- HOME4688
966
Redevelopment Debt Service
604
CDBG Grant 09STBG-6417
967
Housing Bond Proceeds
605
11- HOME -7654 Fund
501)0
968
Non - Housing Bond Proceeds
606
CDBG Grant 10 -EDEF- 7261
969
RDA Obligation Retirement Fund
$2,891 19
607
Prop 84 Grant Fund
844/944 Sewer Capital Projects Fund
$43,53817
610
City RDA Projects Fund
Retainage Withheld
$5,55665
630
Asset Seizure Fund
$11,084.54
Void check/Contract Correction
-$4,90500
631
Asset Seizure Fund (Drug /Alcohol)
Wire Transfer Fund 820
$91,00635
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 & S
639
Special Revenue - Police
$0.00
640
Parking District Fund
$501.67
691
Museum Fund
$3,91381
PAYROLL CHECK NUMBERS 503555 - 503605
TOTAL DEMAND PAYMENTS - A/P CHECKS
$5,754,103 85
DIRECT DEPOSIT NUMBERS 75020 - 75205
TOTAL DEMAND PAYMENTS - WIRES• & EFTs
$4600
PAYROLL PERIOD: 1/17/16-1/30/16
TOTAL PAYROLL CHECKS & DIRECT DEPOSITS
$737,080 76
PAYROLL CHECK NUMBERS 503606-503655
TOTAL PAYROLL EFTs (TAXES, PERS, VENDORS)
$565,33583
DIRECT DEPOSIT NUMBERS 75206-75419
vendor
name( if applicable)
PAYROLL PERIOD: 1/31/16 - 2/13/16
PAYROLLCHECKNUMBERS
DIRECT DEPOST NUMBERS
PAYROLL PERIOD:
VOID
CHECK NUMBERS:
TOTAL PAYMENTS
$7,056,566 44
3012318, 3014837, 3014947,
3015420,3015607
MANUAL CHECK NUMBERS
503606,503607
WIRE TRANSFER NUMBERS
CERTIFICATION OF CITY CLERK
This register of Payroll and Demand Payments was duly approved by the City Council on
City Clerk
APPROVAL OF CITY MANAGER CERTIFICATION OF DIRECTOR OF FINANCE
I have examined this Register and approve same. I have audited this Register and approve for accuracy
and available funds
City Manager
Director of Finance
List of Checks Presented for Approval on 2/5/2016
The following list of bills payable was reviewed and approved for payment.
A_r
iature
Invoices
ADAMSON POLICE PRODUCTS INV200106 EQUIPMENT MAINTENANCE &
REPAIR
INV2196614 EQUIPMENT MAINTENANCE &
REPAIR
AIMEE SHIELDS FEB16 TRANSCRIPTION SERVICES
ALHAMBRA NATIONAL WATER 1292665201201 DRINKING WATER SERVICES,
6 FYE 2
$319.31 90000000 -23252
10521210 -56130
10521210 -56130
$628.62 90000000 -23252
10521210 -56130
10521210 -56130
$2.500.00 63520210 -52100
$201.09 10520210 -54100
20620231 -54100
ALPHA ANALYTICAL 5111691-
MISCELLANEOUS LAB WORK AS
$250.00
70024500 -52100
LABORATORIES INC UKIAHLP
NEED
DISTRICT USE TAX - LIBRARIES
($0.72)
5111501-
MISCELLANEOUS LAB WORK AS
$271.00
84024425 -52100
UKIAHSTP
NEED
CONTRACTED SERVICES
$2,500.00
5112164-
MISCELLANEOUS LAB WORK AS
$271.00
84024425 -52100
UKIAHSTP
NEED
---------------
Vendor Total:
$201.09
5121032-
MISCELLANEOUS LAB WORK AS
$271.00
84024425 -52100
UKIAHSTP
NEED
CONTRACTED SERVICES
$271.00
DISTRICT USE TAX- LIBRARIES
($0.36)
EXTERNAL SERVICES
$0.36
EXTERNAL SERVICES
$319.31
DISTRICT USE TAX - LIBRARIES
($0.72)
EXTERNAL SERVICES
$0.72
EXTERNAL SERVICES
$628.62
---------
Vendor Total:
-- ----
$947.93
CONTRACTED SERVICES
$2,500.00
-- -------------
Vendor Total:
$2,500.00
SUPPLIES
$100.55
SUPPLIES
$100.54
---------------
Vendor Total:
$201.09
CONTRACTED SERVICES
$250.00
CONTRACTED SERVICES
$271.00
CONTRACTED SERVICES
$271.00
CONTRACTED SERVICES
$271.00
List of Checks Presented for Approval on 2/5/2016
Invoices
ALPHA ANALYTICAL
5122096-
MISCELLANEOUS LAB WORK AS
LABORATORIES INC
UKIAHSTP
NEED
ALPINE AWARDS
5508520
YOUTH BASEBALL T- SHIRTS
BEST BEST & KRIEGER LLP
5508442
YOUTH BASEBALL T- SHIRTS
APPLE INC
4372224221
COMPUTER HARDWARE AND
$6,383.20
763585
PERIPHER
ASSOC OF BAY AREA GOVTS dv 020116 ABAG ADMIN FEE
AT &T
JAN 2316
911 SYSTEM
AVIATION FUEL HANDLING
993
BUILDING MAINTENANCE &
TECHNOLOGY
REPAIR
BEST BEST & KRIEGER LLP
762131
RDA LEGAL SERVICES AS
SUPPLIES
NEEDED
$6,383.20
763585
RDA LEGAL SERVICES AS
$6,383.20
NEEDED
762132
RDA LEGAL SERVICES AS
$6,530.23
$1,033.19
NEEDED
BLUEPRINTS & COPIES
51952
PAPER,DRAFTING SUPPLIES,
CORE
$271.00
84024425 -52100
CONTRACTED
SERVICES
$271.00
----
Vendor Total:
-----------
$1,334.00
$147.03
10022831 -54100
SUPPLIES
$147.03
$6,383.20
10022831 -54100
SUPPLIES
$6,383.20
---------------
Vendor Total:
$6,530.23
$1,033.19
20822500 -54100
SUPPLIES
$1,033.19
---------
Vendor Total:
--- ---
$1,033.19
$6,485.00
84124426 -52500
TRUSTEE FEES
$6,485.00
---------------
Vendor Total:
$6,485.00
$223.51
20620231 -52100
CONTRACTED
SERVICES
$223.51
---------
Vendor Total:
-- ----
$223.51
$977.02
77725200 -56300
BUILDING MAINT. & REPAIR
$977.02
---------
Vendor Total:
-- $9----
77.02
$343.20
96995669 -52100
CONTRACTED
SERVICES
$343.20
$461.49
96995669 -52100
CONTRACTED
SERVICES
$461.49
$1.593.30
96995669 -52100
CONTRACTED
SERVICES
$1,593.30
---------------
Vendor Total:
$2,397.99
$214.09
20413500 -54100
SUPPLIES
$214.09
---------------
Vendor Total:
$214.09
List of Checks Presented for Approval on 2/5/2016
Invoices
CA RURAL WATER ASSOC DV 092711 WATER DISTRIBUTION
CERTIFCATION
CHEM DRY OF MENDOCINO 15309 CARPET CLEANING SERVICES
COUNTY (SEE
CITY CLERKS ASSOC 1143 MEMBERSHIP & SUBSCRIPTIONS
CLARK PEST CONTROL 17943001 PEST CONTROL SVCS
COMCAST JAN16 TELEPHONE
COUNTY OF MENDOCINO FEB16 SPANISH MTN SUBLEASE MO
RENT -N
COUNTY OF SONOMA 720 Picnic Tables
DEEP VALLEY SECURITY 289428 ALARM SERVICES AS REQUIRED,
FY
4973 ALARM SERVICES AS REQUIRED,
FY
DEPT OF CONSUMER AFFAIRS DV 020316 LICENSE RENEWAL
$750.00
82024414 -57100
CONFERENCE & TRAINING
$750.00
---------------
Vendor Total:
$750.00
$1,075.00
69122700 -56300
BUILDING MAINT. & REPAIR
$1,075.00
----
Vendor Total:
-- -- -------
$1,075.00
$185.00
10011100 -57300
MEMBERSHIPS &
$185.00
SUBSCRIPTIONS
---------
Vendor Total:
-- ----
$185.00
$95.00
80026400 -52100
CONTRACTED SERVICES
$95.00
---------------
Vendor Total:
$95.00
$152.32
73022600 -55100
TELEPHONE
$152.32
---
Vendor Total:
----- - ---- --
$152.32
$50.00
20620231 -52100
CONTRACTED SERVICES
$50.00
---------------
Vendor Total:
$50.00
$12,364.09
30022200 -54100
SUPPLIES
$12,364.09
---------------
Vendor Total:
$12,364.09
$65.00
82024411.52100
CONTRACTED SERVICES
$65.00
$48.66
20824300 -52180
SECURITY SERVICES
$48.66
---------------
Vendor Total:
$113.66
$115.00
10024210 -57300
MEMBERSHIPS &
$115.00
SUBSCRIPTIONS
---------
Vendor Total:
- - --- -
$115.00
List of Checks Presented for Approval on 2/5/2016
Invoices
:Vendor Name
Invoice #
Invoice Description
Invoice Amt
Invoice Account
Detail and Allocation
Detail-----
FEDERAL EXPRESS
5- 288 -53078
MAILING & SHIPPING SERVICES $344.04
10023320 -54101
POSTAGE
$35.86
10023320 -54101
POSTAGE
$35.86
10023320 -54101
POSTAGE
$35.86
10023320 -54101
POSTAGE
$37.53
10023320 -54101
POSTAGE
$39.03
10023320 -54101
POSTAGE
$70.92
10520210 -54101
POSTAGE
$16.00
10520210 -54101
POSTAGE
$18.81
10520210 -54101
POSTAGE
$31.18
82024410 -54101
POSTAGE
$22.99
---------
Vendor Total:
-- ----
$344.04
FRC INC
GHM 1.25.16
SPEC 15 -08 - GHM BUILDING
$25,444.00
31022700 -80230
INFRASTRUCTURE
$25,444.00
IMPR
GHM 1.26.16
SPEC 15 -08 - GHM BUILDING
$58,414.00
31022700 -80230
INFRASTRUCTURE
$58,414.00
IMPR
----
Vendor Total:
---- --- - - --
$83,858.00
GHD INC
58190
DESIGN OF WELL #9
$4,033.00
82024410 -52100
CONTRACTED SERVICES
$4,033.00
----
Vendor Total:
-----------
$4,033.00
GINA GRECO
DV 020216
INSTRUCTOR
$1.445.50
10022850 -52100
CONTRACTED SERVICES
$1,445.50
----
Vendor Total:
-------- ---
$1,445.50
GLENMOUNT GLOBAL
AIS40685EV00
TELECOMMUNICATION
$4,500.00
82024411 -52100
CONTRACTED SERVICES
$4,500.00
SOLUTIONS INC
3
EQUIPMENT, A
--
Vendor Total:
--- -- ------ --
$4,500.00
GRANICUS INC
70830
SOFTWARE & SERVICES
$201.66
20922900 -54320
SOFTWARE
$201.66
AGREEMENT
List of Checks Presented for Approval on 2/5/2016
GRANICUS INC 70790
GRAPHIC ENTERPRISES INC 51961
SOFTWARE & SERVICES
AGREEMENT
BUSINESS CARDS
HACH COMPANY 9753207 BUILDING MAINT & REPAIR
HANSEL TOYOTAISCION 187237 PARTS
HOME DEPOT CREDIT SERVICES 5013637
7013925
5100531
1032636
2021391
4012952
2174926
9182658
Invoices
MISCELLANEOUS SUPPLIES AS
NEED
MISCELLANEOUS SUPPLIES AS
NEED
MISCELLANEOUS SUPPLIES AS
NEED
MISCELLANEOUS SUPPLIES AS
NEED
MISCELLANEOUS SUPPLIES AS
NEED
MISCELLANEOUS SUPPLIES AS
NEED
MISCELLANEOUS SUPPLIES AS
NEED
MISCELLANEOUS SUPPLIES AS
NEED
$6,794.53 20922900 -54320
$46.75 82024410 -54100
84024420 -54100
$45.18 82024411 -56300
$142.56 10022500 -56130
10520210 -56130
$25.92
20822500 -56300
$166.30
-------
$6,996.19
20822500 -56300
$129.07
SUPPLIES
82024411 -56120
$17.87
$46.75
10022100 -54100
$172.74
---------------
Vendor Total:
10022100 -54100
$195.40
$71.28
73022600 -54100
$44.92
---------------
Vendor Total:
80026330 -54100
$30.71
$25.92
80026400 -54100
SOFTWARE
$6,794.53
--------
Vendor Total:
-------
$6,996.19
SUPPLIES
$23.38
SUPPLIES
$23.37
---------------
Vendor Total:
$46.75
BUILDING MAINT. & REPAIR
$45.18
---------------
Vendor Total:
$45.18
EXTERNAL SERVICES
$71.28
EXTERNAL SERVICES
$71.28
---------------
Vendor Total:
$142.56
BUILDING MAINT. & REPAIR
$25.92
BUILDING MAINT. & REPAIR
$166.30
EQUIPMENT MAINTENANCE &
$129.07
REPAIR
SUPPLIES
$17.87
SUPPLIES
$172.74
SUPPLIES
$195.40
SUPPLIES
$44.92
SUPPLIES
$30.71
---------------
Vendor Total:
$782.93
List of Checks Presented for Approval on 2/5/2016
Invoices
INTEGRITY SHRED 55152
INTERCOUNTY MECHANICAL & 4992
ELECTRICAL INC
5018
INTERWEST CONSULTING
GROUP INC
JOHN CRANE INC
KIMBALL MIDWEST
25297
3169487
4658555
4658717
4658557
DOCUMENT SHREDDING
SERVICES
EQUIPMENT MAINTENANCE &
REPAIR
EQUIPMENT MAINTENANCE &
REPAIR
GIS SERVICES - ON -CALL AND AS
EQUIPMENT MAINTENANCE &
REPAIR
SUPPLIES
SUPPLIES
SUPPLIES
LACO ASSOCIATES 0036685 EVAL WATER RESOURCES @
UKIAH G
LEXISNEXIS RISK DATA MGMNT 80024475 2016 PENAL CODE BOOK
$57.00
10520210 -54100
SUPPLIES
$28.50
20620231 -54100
SUPPLIES
$28.50
---------------
Vendor Total:
$57.00
$220.00
82024411 -52100
CONTRACTED SERVICES
$220.00
$330.00
82024411 -56120
EQUIPMENT MAINTENANCE &
$330.00
REPAIR
---------------
Vendor Total:
$550.00
$1,942.50
25124210 -54320
SOFTWARE
$1,312.50
25124410 -54320
SOFTWARE
$367.50
25124421 -54320
SOFTWARE
$262.50
--------
Vendor Total:
- ------
$1,942.50
$899.66
82024411 -56120
EQUIPMENT MAINTENANCE &
$899.66
REPAIR
---------
Vendor Total:
-- - -- -
$899.66
$27.57
20324100 -56120
EQUIPMENT MAINTENANCE &
$27.57
REPAIR
$59793
20324100 -56120
EQUIPMENT MAINTENANCE &
$597.93
REPAIR
$269.23
20324100 -54100
SUPPLIES
$269.23
---------------
Vendor Total:
$894.73
$1,053.75
82224413 -80230
INFRASTRUCTURE
$1,053.75
--------
Vendor Total:
-------
$1,053.75
$710.07
10520210 -57300
MEMBERSHIPS &
$710.07
SUBSCRIPTIONS
---------------
Vendor Total:
$710.07
List of Checks Presented for Approval on 2/5/2016
Invoices
MARY WILLIAMSON
1016 - 10/7115
TRAVEL ADVANCE
$20.00
80026400 -57100
MCMASTER -CARR SUPPLY CO
47908271
EQUIPMENT MAINTENANCE &
$29.08
84024425 -56120
EQUIPMENT MAINTENANCE &
$596.37
REPAIRS
---------------
Vendor Total:
MCR TECHNOLOGIES
35306
EQUIPMENT MAINTENANCE &
$596.37
84024425 -56120
PROPERTY TAXES PAID
$289.92
REPAIR
$760.07
PROPERTY TAXES PAID
MENDOCINO COUNTY TAX
156 - 240 -0200
PROPERTY TAXES
$95.54
10022100 -59100
COLLECTOR
$Z028.17
PROPERTY TAXES PAID
$2,172.75
--------
Vendor Total:
-------
$12,840.75
156- 240 -1300
PROPERTY TAXES
$577.50
10022100 -59100
178 - 210 -01
PROPERTY TAXES
$289.92
70024500 -59100
178 - 130 -0100
PROPERTY TAXES
$760.07
70024500 -59100
D03- 330 -6800
PROPERTY TAXES
$57976
77725200 -59100
180 - 070 -1900
PROPERTY TAXES
$5,507.03
80026400 -59100
184 - 100 -150
PROPERTY TAXES
$830.01
84024425 -59100
184 - 090 -0600
PROPERTY TAXES
$2,028.17
84024425 -59100
184 - 150 -0100
PROPERTY TAXES
$2,172.75
84024425 -59100
MENDOCINO SOLID WASTE 10251 HAZARDOUS WASTE DISPOSAL $60.00 84024425 -59101
MANAGEMENT AUTHORITY
CONFERENCE & TRAINING
$20.00
---------------
Vendor Total:
$20.00
EQUIPMENT MAINTENANCE &
$29.08
REPAIR
------
VendorTotal:
--- -- - - --
$29.08
EQUIPMENT MAINTENANCE &
$596.37
REPAIR
---------------
Vendor Total:
$596.37
PROPERTY TAXES PAID
$95.54
PROPERTY TAXES PAID
$577.50
PROPERTY TAXES PAID
$289.92
PROPERTY TAXES PAID
$760.07
PROPERTY TAXES PAID
$579.76
PROPERTY TAXES PAID
$5,507.03
PROPERTY TAXES PAID
$830.01
PROPERTY TAXES PAID
$Z028.17
PROPERTY TAXES PAID
$2,172.75
--------
Vendor Total:
-------
$12,840.75
FEES
$60.00
---------------
Vendor Total:
$60.00
List of Checks Presented for Approval on 2/5/2016
Invoices
MINE SAFETY APPLIANCES CO
98222273
SUPPLIES
$458.72
84024425 -54100
SUPPLIES
$458.72
---------
Vendor Total:
-- $4----
58.72
MUNISERVICES LLC
IN- 0000040273
CONTRACTED SERVICES
$115.20
10013400 -52100
CONTRACTED SERVICES
$115.20
---------
Vendor Total:
- - --- -
$115.20
NATIONAL METER &
S1066869.002
WATER SUPPLY,
$843.60
82000000 -12104
INVENTORY- PURCHASES
$843.60
AUTOMATION
GROUNDWATER, SEW
S1066869.001
WATER SUPPLY,
$3,933.80
82000000 -12104
INVENTORY- PURCHASES
$3,933.80
GROUNDWATER, SEW
--------
-------
Vendor Total:
$4,777.40
ONE TIME PAY VENDOR
DV 011916
FINAL RELEASE & SETTLEMENT
$452.95
80026110 -52100
CONTRACTED SERVICES
$452.95
DV071015
REFUND AIRPORT HANGAR
$100.00
77700000 -21110
CUSTOMER DEPOSITS
$100.00
DEPOSIT
---------
Vendor Total:
-- $5----
52.95
ONESOURCE DISTRIBUTORS LLC S4987933.001
PARTS
$191.71
80000000 -12104
INVENTORY - PURCHASES
$191.71
S4955647.001
ELECTRICAL EQUIPMENT AND
$1,167.21
80000000 -12104
INVENTORY- PURCHASES
$1,167.21
SUPPL
---------------
Vendor Total:
$1,358.92
OPPERMAN & SON INC
1260250014
MISC. PARTS AS NEEDED, FYE
$379.95
10022100 -56130
EXTERNAL SERVICES
$379.95
201
1260200058
MISC. PARTS AS NEEDED, FYE
$24.49
10520210 -56130
EXTERNAL SERVICES
$24.49
201
1260120003
MISC. PARTS AS NEEDED, FYE
$26.01
10520210 -56130
EXTERNAL SERVICES
$26.01
201
1260210045
MISC. PARTS AS NEEDED, FYE
$51.82
10521210 -56130
EXTERNAL SERVICES
$51.82
201
1260120010
MISC. PARTS AS NEEDED, FYE
$63.85
10521210 -56130
EXTERNAL SERVICES
$63.85
201
1260180012
MISC. PARTS AS NEEDED, FYE
$68.86
84024421 -56130
EXTERNAL SERVICES
$68.86
201
List of Checks Presented for Approval on 2/5/2016
Invoices
OPPERMAN & SON INC 1260140015 MISC. PARTS AS NEEDED, FYE
201
OTS WELDING INC 0692 PRODUCTION AND
MANUFACTURING S
PACE SUPPLY CORPORATION 0233141178 MISCELLANEOUS ITEMS AS
NEEDED,
023019382 PLUMBING EQUIPMENT,
FIXTURES,
PAUL & HING CHAN FAMILY ENT FE816 RENTAL FACILITY
LP
PETERSON CAT PC060128539 MISC PARTS AS NEEDED, FYE
2016
PHENOVA 119606 SUPPLIES
PHILLIPS SEABROOK 6015 STRUCT ENGNGPLAN
ASSOCIATES CHCK/SUBSTIT
$114.17
84024421 -56130
EXTERNAL SERVICES
$114.17
---------
Vendor Total:
-- ----
$729.15
$6,617.25
10024220 -54120
PW - SPECIAL SUPPLIES
$3,308.62
10022100 -54100
SUPPLIES
$3,308.63
----
Vendor Total:
----- - - - ---
$6,617.25
$47.48
90000000 -23237
DISTRICT USE TAX- MEASURE S
($0.22)
82000000 -12104
INVENTORY - PURCHASES
$0.22
82000000 -12104
INVENTORY - PURCHASES
$47.48
$2,221.17
82024411 -56120
EQUIPMENT MAINTENANCE &
$2,221.17
REPAIR
---------------
Vendor Total:
$2,268.65
$1,365.00
10022100 -52600
RENT
$1,365.00
---------------
Vendor Total:
$1,365.00
$194.75
10520210 -56130
EXTERNAL SERVICES
$194.75
---------------
Vendor Total:
$194.75
$700.15
90000000 -23252
DISTRICT USE TAX - LIBRARIES
($0.76)
90000000 -23237
DISTRICT USE TAX- MEASURE S
($3.05)
84024425 -54100
SUPPLIES
$0.76
84024425 -54100
SUPPLIES
$3.05
84024425 -54100
SUPPLIES
$700.15
---------------
Vendor Total:
$700.15
$1,305.00
10023320 -52100
CONTRACTED SERVICES
$1,305.00
List of Checks Presented for Approval on 2/5/2016
Invoices
PHILLIPS SEABROOK 6040
ASSOCIATES
PR BUSHBY SHARPENING INC 549496
549806
PRESTON ENTERPRISES LLC 122093
RAINBOW AGRICULTURAL
SERVICES
5270120 -00
5261776 -00
5265328 -00
5267746 -00
5267028 -00
5269444 -00
5269158 -00
5269163 -00
5263116 -00
STRUCT ENGNGIPLAN
CHCKISUBSTIT
EQUIPMENT MAINTENANCE &
REPAIR
EQUIPMENT MAINTENANCE &
REPAIR
SUPPLIES
PARTS & MISC SUPPLIES AS
NEEDE
PARTS & MISC SUPPLIES AS
NEEDE
PARTS & MISC SUPPLIES AS
NEEDE
PARTS & MISC SUPPLIES AS
NEEDE
PARTS & MISC SUPPLIES AS
NEEDE
PARTS & MISC SUPPLIES AS
NEEDE
PARTS & MISC SUPPLIES AS
NEEDE
PARTS & MISC SUPPLIES AS
NEEDE
PARTS & MISC SUPPLIES AS
NEEDE
REDWOOD COAST FUELS 1763339 MISC. PARTS AS NEEDED, FYE
201
$1,395.00 10023320 -52100
$37.00 20822500 -54102
$24.00 84024421 -54100
$502.78 10520210 -54100
$37.82
10520210 -54100
$43.24
10520210 -54100
$43.24
10520210 -54100
$48.63
10520210 -54100
$54.05
10520210 -54100
$135.13
20524412 -54100
$118.92
80026400 -54100
$97.83
82024411 -54100
$103.79
82024411 -54100
$733.25 20324100 -56210
CONTRACTED SERVICES
$1,395.00
---------------
Vendor Total:
$2,700.00
SMALL TOOLS
$37.00
SUPPLIES
$24.00
---------------
Vendor Total:
$61.00
SUPPLIES
$502.78
---------------
Vendor Total:
$502.78
SUPPLIES
$37.82
SUPPLIES
$43.24
SUPPLIES
$43.24
SUPPLIES
$48.63
SUPPLIES
$54.05
SUPPLIES
$135.13
SUPPLIES
$118.92
SUPPLIES
$97.83
SUPPLIES
$103.79
---------------
Vendor Total:
$682.65
FUEL & FLUIDS
$733.25
---------
Vendor Total:
-- ----
$733.25
List of Checks Presented for Approval on 2/5/2016
Invoices
REDWOOD EMPIRE MUNICIPAL
DV 020216
FES 2016
$199,692.50
20700000 -20524
INSURANCE FUND
INS.PREM
NON - EMPLOYEE HEALTH
$8,169.00
INS.PREM
P/R DEDUCT. - MEDICAL INS
$172,242.00
20700000 -20524
$14,131.00
REMIF VISION
$2,458.50
Vendor Total:
20700000 -20524
SECURITY SERVICES
$157.50
---------------
Vendor Total:
$157.50
20700000 -20520
$261.26
FUEL & FLUIDS
$222.55
- ----------
Vendor Total:
20700000 -20510
CONFERENCE & TRAINING
$15.00
---------------
Vendor Total:
$15.00
20700000 -20511
RICHARD THORNTON DBA
0000007992
TELEPHONE PARTS AS NEEDED,
$157.50
69122700 -52180
TELECOM
FYE
$2,047.55
SOFTWARE
RING PACIFIC
CL12896
EQUIPMENT MAINTENANCE &
$483.81
82024414 -56210
REPAIR
84024421 -56210
SHANNON RILEY
4/23/15
REIMBURSE TRAVEL EXPENSE
$15.00
10017100 -57100
SIERRA CHEMICAL
SLS10009175
CHLORINE PRODUCTS AS PER
($1,000.00)
84024425 -58202
CONTR
SLS10030063
CHLORINE PRODUCTS AS PER
$3,047.55
84024425 -58202
CONTR
SOLAR WINDS IN257552 DATA PROCESSING, COMPUTER, $8,728.00 20922900 -54320
PRO
NON - EMPLOYEE HEALTH
$396.00
INS.PREM
NON - EMPLOYEE HEALTH
$2,296.00
INS.PREM
NON - EMPLOYEE HEALTH
$8,169.00
INS.PREM
P/R DEDUCT. - MEDICAL INS
$172,242.00
REMIF DENTAL
$14,131.00
REMIF VISION
$2,458.50
Vendor Total:
$199,692.50
SECURITY SERVICES
$157.50
---------------
Vendor Total:
$157.50
FUEL & FLUIDS
$261.26
FUEL & FLUIDS
$222.55
- ----------
Vendor Total:
- -- -
$483.81
CONFERENCE & TRAINING
$15.00
---------------
Vendor Total:
$15.00
WATER TREATMENT PLANT
($1,000.00)
CHEMICAL
WATER TREATMENT PLANT
$3,047.55
CHEMICAL
---------------
Vendor Total:
$2,047.55
SOFTWARE
$8,728.00
Vendor Total: $8,728.00
List of Checks Presented for Approval on 2/5/2016
Invoices
THE PEAVEY CORPORATION 312392
SUPPLIES
TNEMEC COMPANY INC 21890045
SUPPLIES
UKIAH PAPER SUPPLY 452064
JANITORIAL SUPPLIES, MISC AS
---------------
Vendor Total:
N
1452043
JANITORIAL SUPPLIES, MISC AS
SUPPLIES
N
452103
JANITORIAL SUPPLIES, MISC AS
---------
Vendor Total:
N
452321
JANITORIAL SUPPLIES, MISC AS
PRISONER EXPENSE
N
UKIAH WASTE SOLUTIONS INC 300950 BIOSOLID REMOVAL CONTRACT
(SEE
302707 BIOSOLID REMOVAL CONTRACT
(SEE
010116 CONTAMINATION FEE
ULINE 73456936 SUPPLIES
UNITED ROTARY BRUSH CORP C1180447 MISC. SUPPLIES AS NEEDED,
FYE
UNITED SITE SERVICES 114 - 3225207 PORTABLE TOILET RENTAL
114- 2719614 PORTABLE TOILET RENTAL
$307.29
10520210 -54201
PRISONER EXPENSE
$307.29
---------------
Vendor Total:
$307.29
$721.05
80026330 -54100
SUPPLIES
$721.05
---------
Vendor Total:
-- - - - -
$721.05
$42.39
10520210 -54201
PRISONER EXPENSE
$42.39
$181.12
31122870 -54100
SUPPLIES
$181.12
$66.39
73022600 -54100
SUPPLIES
$66.39
$184.27
73022600 -54100
SUPPLIES
$184.27
---------------
Vendor Total:
$474.17
$5,400.00
84024425 -52100
CONTRACTED SERVICES
$5,400.00
$7,987.68
84024425 -52100
CONTRACTED SERVICES
$7,987.68
$34.36
77725200 -54100
SUPPLIES
$34.36
---------------
Vendor Total:
$13,422.04
$57.42
10520210 -54201
PRISONER EXPENSE
$57.42
---------------
Vendor Total:
$57.42
$750.08
10024220 -56130
EXTERNAL SERVICES
$750.08
---------------
Vendor Total:
$750.08
$151.73
90000000 -23243
FAMILY FUN IN THE SUN
$151.73
$142.79
90000000 -23219
PUMPKINFEST
$142.79
UNITED SITE SERVICES
UPS
VERIZON WIRELESS
List of Checks Presented for Approval on 2/5/2016
114 - 3086294 PORTABLE TOILET RENTAL
OOOE19R54 -505 SHIPPING SERVICES
9759137772 TELEPHONE
VWR INTERNATIONAL INC 8043660821 SUPPLIES
WAGEWORKS INC 125AI0443740 ADMINISTRATION FEES
Invoices
$124.60
10022832 -54100
SUPPLIES
$124.60
- ----------
Vendor Total:
- -- -
$419.12
$35.65
77725200 -54101
POSTAGE
$35.65
---------------
Vendor Total:
$35.65
$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
$261.64
84024425 -54100
SUPPLIES
$261.64
---------
Vendor Total:
-- $2----
61.64
$93.20
10016100 -52151
AFLAC & PERS INSUR ADMIN
$93.20
FEES
---------------
Vendor Total:
$93.20
WATTCO
List of Checks Presented for Approval on 2/5/2016
Invoices
44726
WAXIE SANITARY SUPPLY 75686234
PARTS
JANITORIAL SUPPLIES, GENERAL
L
WILLOW COUNTY WATER DIST 12/19- 01/20/16 UTILITIES
1219 - 012016 UTILITIES
XYLEM WATER SOLUTIONS USA 3556878184 EQUIPMENT MAINTENANCE &
INC REPAIR
$239.01
10521210 -56130
EXTERNAL SERVICES
$239.01
---------
Vendor Total:
$2-----
39.-01
$2,187.81
20822500 -54100
SUPPLIES
$2,187.81
---------------
Vendor Total:
$2,187.81
$20.00
31122870 -55210
UTILITIES
$20.00
$129.52
84024425 -58201
WATER PURCHASES
$129.52
---------
Vendor Total:
- - --- -
$149.52
$445.15
84024425 -56120
EQUIPMENT MAINTENANCE &
$445.15
REPAIR
---------------
Vendor Total:
$445.15
INVOICE TOTAL: $415,039.36
List of Checks Presented for Approval on 2/12/2016
The following list of bills payable was reviewed and approved for payment.
—/ c,
Signature
Invoices
AFLAC
547458
CANCER, LIFE, ACC INSURANCE
$6,663.82
20700000 -20527
ALL -GUARD ALARM SYSTEMS
A53290
CONTRACTED SERVICES
$74.00
84024425 -52180
INC
$110.00
CONTRACTED SERVICES
$110.00
CONTRACTED SERVICES
ALPHA ANALYTICAL
6013320 -UKIAH
MISCELLANEOUS LAB WORK AS
$60.00
82024411 -52100
LABORATORIES INC
-- --------
$1,093.00
NEED
$880.61
- ----------
Vendor Total:
- -- -
$880.61
5112865 -UKIAH
MISCELLANEOUS LAB WORK AS
$110.00
82024411 -52100
NEED
6913315 -UKIAH
MISCELLANEOUS LAB WORK AS
$110.00
82024411 -52100
NEED
2012708-
MISCELLANEOUS LAB WORK AS
$271.00
84024425 -52100
UKIAHSTP
NEED
5123335-
MISCELLANEOUS LAB WORK AS
$271.00
84024425 -52100
UKIAHSTP
NEED
6012379-
MISCELLANEOUS LAB WORK AS
$271.00
84024425 -52100
UKIAHSTP
NEED
ALPINE AWARDS
5508693
CLOTHING: ATHLETIC, CASUAL,
$880.61
10022840 -54100
DR
ALSCO - AMERICAN LINEN
LSRO880698
LAUNDRY SERVICES
$204.74
20324100 -52100
DIVISION
SECTION 125 (CANCER & LIFE)
$6,663.82
-------
Vendor Total:
--------
$6,663.82
SECURITY SERVICES
$74.00
---------------
Vendor Total:
$74.00
CONTRACTED SERVICES
$60.00
CONTRACTED SERVICES
$110.00
CONTRACTED SERVICES
$110.00
CONTRACTED SERVICES
$271.00
CONTRACTED SERVICES
$271.00
CONTRACTED SERVICES
$271.00
--- --
Vendor Total:
-- --------
$1,093.00
SUPPLIES
$880.61
- ----------
Vendor Total:
- -- -
$880.61
CONTRACTED SERVICES
$204.74
List of Checks Presented for Approval on 2/12/2016
Invoices
ALSCO- AMERICAN LINEN
LSRO883576
LAUNDRY SERVICES
DIVISION
ANDREW PHILLIPS
2/28 - 314/16
TRAVEL ADVANCE
ANTONIO MUNOZ
CFM012016
HEALTH RELATED SERVICES
(FOR H
ASHLEY COCCO
DV20116
NOTARY TRAINING
ASSOC OF BAY AREA GOVTS
DV 020516
WATER BOND SERIES A
BORGES & MAHONEY INC
137358
EQUIPMENT MAINTENANCE &
$38.00
10011100 -57100
REPAIR
CA NARCOTICS OFFICERS
19289
ANNUAL RENEWAL
ASSOC
$38.00
$1,149.00
CANTEEN SERVICE 8741 MISCELLANEOUS SUPPLIES AS
NEED
8742 MISCELLANEOUS SUPPLIES AS
NEED
CAROL GOLDBERG dv20316 INSTUCTOR
$204.74
20324100 -52100
CONTRACTED SERVICES
$204.74
---------------
Vendor Total:
$409.48
$743.57
10520210 -57100
CONFERENCE & TRAINING
$743.57
---------
Vendor Total:
-- ----
$743.57
$333.33
10521210 -57100
CONFERENCE & TRAINING
$333.33
---------
Vendor Total:
-- $3----
33.33
$38.00
10011100 -57100
CONFERENCE & TRAINING
$38.00
---------------
Vendor Total:
$38.00
$1,149.00
82224413 -52500
TRUSTEE FEES
$1,149.00
---------------
Vendor Total:
$1,149.00
$264.99
84024425 -56120
EQUIPMENT MAINTENANCE &
$264.99
REPAIR
---------
Vendor Total:
-- ----
$264.99
$100.00
10520210 -57300
MEMBERSHIPS &
$100.00
SUBSCRIPTIONS
---------------
Vendor Total:
$100.00
$74.00
10012200 -54100
SUPPLIES
$74.00
$243.77
10012200 -54100
SUPPLIES
$243.77
---------------
Vendor Total:
$317.77
$189.00
10022850 -52100
CONTRACTED SERVICES
$189.00
---------------
Vendor Total:
$189.00
List of Checks Presented for Approval on 2/12/2016
Invoices
CLARK PEST CONTROL 17942939 PEST CONTROL SVCS
COMPUTER OPTIONS INC BILL37901 IT SERVICES
CUMMINS PACIFIC LLC 025 -14692 EQUIPMENT PARTS
DANIEL STEEL & MACHINE INC 011916 -C CONTRACTED SERVICES
DAVID MCQUEARY
DAVID RAPPORT
2/21 - 2/25/16 TRAVEL ADVANCE
6362 LEGAL SERVCIES FOR FY 15/16
$75.11
80026330 -52100
CONTRACTED SERVICES
$75.11
----------
Vendor Total:
-- ---
$75.11
$337.50
20922900 -52100
CONTRACTED SERVICES
$337.50
---------
Vendor Total:
-- $3----
37.50
$292.75
80026400 -56130
EXTERNAL SERVICES
$292.75
---------------
Vendor Total:
$292.75
$685.00
84024425 -52100
CONTRACTED SERVICES
$685.00
---------------
Vendor Total:
$685.00
$628.52
10520210 -57100
CONFERENCE & TRAINING
$628.52
---------------
Vendor Total:
$628.52
$25,073.21
10014000 -52100
CONTRACTED SERVICES
$927.21
84424422 -52100
CONTRACTED SERVICES
$344.73
84424422 -52100
CONTRACTED SERVICES
$9,711.94
10014000 -52150
LEGAL SERVICES /EXPENSES
$955.74
10014000 -52150
LEGAL SERVICES /EXPENSES
$3,575.23
10514000 -52150
LEGAL SERVICES /EXPENSES
$6,355.91
20414000 -52150
LEGAL SERVICES /EXPENSES
$399.41
80014000 -52150
LEGAL SERVICES /EXPENSES
$59.44
82014000 -52150
LEGAL SERVICES /EXPENSES
$492.14
84014000 -52150
LEGAL SERVICES /EXPENSES
$349.49
90214000 -52150
LEGAL SERVICES /EXPENSES
$47.55
List of Checks Presented for Approval on 2/12/2016
Invoices
DAVID RAPPORT
6362
LEGAL SERVCIES FOR FY 15/16
$25,073.21
90214000 -52150
LEGAL SERVICES /EXPENSES
$1,036.57
90214000 -52140
LITIGATION EXPENSES
$817.85
---------------
Vendor Total:
$25,073.21
DEEP VALLEY SECURITY
289480
ALARM SERVICES AS REQUIRED,
$7.57
10022100 -52180
SECURITY SERVICES
$7.57
FY
290849
ALARM SERVICES AS REQUIRED,
$8.65
10022100 -54100
SUPPLIES
$8.65
FY
---------------
Vendor Total:
$16.22
DELL MARKETING LP
XJW9JW9N3
COMPUTER HARDWARE AND
$2,071.00
20922900 -54100
SUPPLIES
$2,071.00
PERIPHER
---------------
Vendor Total:
$2,071.00
DEPT OF FORESTRY & FIRE
131869
NON- BIDDABLE MISCELLANEOUS
$32,303.03
10521210 -61700
DISPATCH
$32,303.03
PROT
ITE
-- ---------
Vendor Total:
----
$32,303.03
DON BROWN
2/24 - 2/25/16
TRAVEL ADVANCE
$30.00
82024414 -57100
CONFERENCE & TRAINING
$30.00
---------------
Vendor Total:
$30.00
DON WADDINGTON
2/24 - 2/25/16
TRAVEL ADVANCE
$30.00
82024414 -57100
CONFERENCE & TRAINING
$30.00
DV20116
BOOT REIMBURSEMENT
$150.00
82024414 -54100
SUPPLIES
$75.00
84024421 -54100
SUPPLIES
$75.00
---------
Vendor Total:
-- ----
$180.00
DONNA KIELY
2/24 - 2/26/16
TRAVEL ADVANCE
$707.24
20620231 -57100
CONFERENCE & TRAINING
$353.62
20620232 -57100
CONFERENCE & TRAINING
$353.62
---------------
Vendor Total:
$707.24
List of Checks Presented for Approval on 2/12/2016
Invoices
EFAX CORPORATE C/O J2 728254 EFAX SERVICES
GLOBAL COMMUNICATIONS
EMPLOYMENT DEVELOPMENT L1322553024 SUI 4TH QTR 2015
DEPT
FRANK ROMANO
GCS ENVIRONMENTAL EQUIP
SRVS
GRAINGER INC
INTERWEST CONSULTING
GROUP INC
JASON CHAPMAN
l�la \�11 �:� dl1L•�d I � � t�
JOHN AGUILAR
JOHN CORIPPO
8844
SUPPLIES
13004
PARTS & SUPPLIES AS NEEDED,
FY
9919996356
BUILDING MAINT. & REPAIR
25298
GIS SERVICES - ON -CALL AND AS
UA20116
UNIFORM ALLOWANCE
00496
AUTO REPAIR
2/24 - 2/25/16
TRAVEL ADVANCE
UA11316
UNIFORM ALLOWANCE
$130.30
10012200 -55100
TELEPHONE
$130.30
---------
Vendor Total:
- - --- -
$130.30
$235.00
20700000 -20606
CITY CONTRIBUTION -UNEMP INS.
$235.00
---------
Vendor Total:
-- ----
$235.00
$140.00
10520210 -54100
SUPPLIES
$140.00
---------------
Vendor Total:
$140.00
$416.79
10024220 -56130
EXTERNAL SERVICES
$416.79
---------------
Vendor Total:
$416.79
$81.91
82024411 -56300
BUILDING MAINT. & REPAIR
$81.91
---------------
Vendor Total:
$81.91
$2,835.00
80026400 -52100
CONTRACTED SERVICES
$2,835.00
--------
Vendor Total:
-------
$2,835.00
$4324
10520210 -51270
UNIFORM ALLOWANCE
$43.24
---------------
Vendor Total:
$43.24
$795.00
10022100 -56130
EXTERNAL SERVICES
$795.00
---------------
Vendor Total:
$795.00
$30.00
82024414 -57100
CONFERENCE & TRAINING
$30.00
---------------
Vendor Total:
$30.00
$170.73
10521210 -51270
UNIFORM ALLOWANCE
$170.73
---------------
Vendor Total:
$170.73
List of Checks Presented for Approval on 2/12/2016
Invoices
JOHN HAMNER
JOSHUA COOPER
KEVIN PIERACHINI
dv20116 WATER DISTRIBUTION
OPERATOR EXAM PREP
UA12816 UNIFORM ALLOWANCE
DV20116 BOOT REIMBURSEMENT
LEXISNEXIS RISK DATA MGMNT 1410964- LEXIS NEXIS LE PLUS
20160131 SEARCHING
LORELEI SCOTT 3291 SUPPLIES
LOUIS MALDONADO SR 310405 EDUCATIONAL/TRAINING
SERVICES
MAPLE CAFE DV 012616 MISCELLANEOUS SERVICES, NO.
1
MARK CLEMENTI PHD 1 -15 -16 PROFESSIONAL SERVICES
MATHESON TRI -GAS INC 12767976 OXYGEN & MISC AS NEEDED,
FYE 2
12733713 OXYGEN & MISC AS NEEDED,
FYE 2
$225.00
82024414 -57100
CONFERENCE & TRAINING
$225.00
---------
Vendor Total:
-- ----
$225.00
$541.55
10520210 -51270
UNIFORM ALLOWANCE
$541.55
---------
Vendor Total:
-- ----
$541.55
$150.00
82024414 -54100
SUPPLIES
$75.00
84024421 -54100
SUPPLIES
$75.00
---------------
Vendor Total:
$150.00
$79.50
10520210 -54202
MAJOR CRIME INVETIGATIONS
$79.50
---------
Vendor Total:
---- - -
$79.50
$111.30
69122700 -54100
SUPPLIES
$111.30
---------------
Vendor Total:
$111.30
$2,250.00
63020210 -57100
CONFERENCE & TRAINING
$2,250.00
---------------
Vendor Total:
$2,250.00
$2,162.00
90000000 -23226
CONCERT SERIES
$2,162.00
---------------
Vendor Total:
$2,162.00
$625.00
10520210 -52100
CONTRACTED SERVICES
$625.00
----°-°--
Vendor Total:
-- ----
$625.00
$27.12
80026130 -54100
SUPPLIES
$27.12
$51.31
80026130 -54100
SUPPLIES
$51.31
---------------
Vendor Total:
$78.43
List of Checks Presented for Approval on 2/12/2016
Invoices
MENDOCINO COUNTY AUDITOR-
1604
PROPERTY TAX
$10,180.53
10012400 -52301
CONTROLLER
CHEMICAL
REIMBURSEMENT
WATER TREATMENT PLANT
$288.87
MENDOCINO COUNTY FARM
422157
MISC. SUPPLIES AS NEEDED,
$21.29
20824300 -56210
SUPPLY
WATER TREATMENT PLANT
FYE
CHEMICAL
MOIRS
127582
MISC POOL SUPPLIES AS
$232.58
82024411 -58202
NEEDED,
127478
MISC POOL SUPPLIES AS
$271.34
82024411 -58202
NEEDED,
127656
MISC POOL SUPPLIES AS
$288.87
82024411 -58202
NEEDED,
127794
MISC POOL SUPPLIES AS
$348.87
82024411 -58202
NEEDED,
127593
MISC POOL SUPPLIES AS
$467.63
82024411 -58202
NEEDED,
NORCAL ASA
DV052615
2015 ADULT SOFTBALL REG
$1,248.00
10022822 -54100
FEES
ONE TIME PAY VENDOR
PERMIT 9172
REFUND PERMIT #9172
$52.17
10023300 -42260
DV20516
REFUND REC CLASS
$50.00
10022831 -44915
114177 -9
UTILITY REFUND
$52.40
90100000 -10421
113176 -2
UTILITY REFUND
$86.46
90100000 -10421
114777 -6
UTILITY REFUND
$99.00
90100000 -10421
114625 -7
UTILITY REFUND
$100.53
90100000 -10421
PROPERTY TAX ADMIN FEE $10,180.53
Vendor Total: $10,180.53
FUEL & FLUIDS $21.29
Vendor Total: $21.29
WATER TREATMENT PLANT
$232.58
CHEMICAL
$99.00
WATER TREATMENT PLANT
$271.34
CHEMICAL
WATER TREATMENT PLANT
$288.87
CHEMICAL
WATER TREATMENT PLANT
$348.87
CHEMICAL
WATER TREATMENT PLANT
$467.63
CHEMICAL
Vendor Total: $1,609.29
SUPPLIES $1,248.00
Vendor Total: $1,248.00
PERMIT REINSTATEMENT FEES $52.17
RECREATION PROGRAM INCOME $50.00
UTILITY RECEIVABLES CLEARING $52.40
UTILITY RECEIVABLES CLEARING
$86.46
UTILITY RECEIVABLES CLEARING
$99.00
UTILITY RECEIVABLES CLEARING
$100.53
List of Checks Presented for Approval on 2/12/2016
ONE TIME PAY VENDOR 113893 -2 UTILITY REFUND
Invoices
$126.17 90100000 -10421
OPERATING ENGINEER PUBLIC& 86138 FEB
HEALTH INSURANCE
$3,256.00
20700000 -20524
MISC EMPLOYEES 2016
$3,256.00
INS.PREM
PACE SUPPLY CORPORATION 023150947
MISCELLANEOUS ITEMS AS
$17.62
82024411 -56300
BUILDING MAINT. & REPAIR
NEEDED,
DISTRICT USE TAX- MEASURE S
($0.09)
BUILDING MAINT. & REPAIR
$0.15
BUILDING MAINT. & REPAIR
82024411 -56300
DISTRICT USE TAX- MEASURE S
($0.15)
BUILDING MAINT. & REPAIR
90000000 -23237
023147386
MISCELLANEOUS ITEMS AS
$32.53
82024411 -56300
DISTRICT USE TAX- MEASURE S
NEEDED,
SUPPLIES
$0.10
SUPPLIES
$21.70
DISTRICT USE TAX- MEASURE S
82024411 -56300
INVENTORY - PURCHASES
$0.33
INVENTORY - PURCHASES
90000000 -23237
023089858
MISCELLANEOUS ITEMS AS
'$106.56
82024411 -56300
NEEDED,
82024411 -56300
90000000 -23237
023143247
MISCELLANEOUS ITEMS AS
$21.70
90000000 -23237
NEEDED,
80026330 -54100
80026330 -54100
023144791
MISCELLANEOUS ITEMS AS
$69.91
90000000 -23237
NEEDED,
82000000 -12104
82000000 -12104
023080125
MISCELLANEOUS ITEMS AS
$584.19
90000000 -23237
NEEDED,
UTILITY RECEIVABLES CLEARING
$126.17
---------
Vendor Total:
-- ----
$566.73
NON - EMPLOYEE HEALTH
$3,256.00
INS.PREM
-- -------
VendorTotal:
-- ----
$3,256.00
BUILDING MAINT. & REPAIR
$0.09
BUILDING MAINT. & REPAIR
$17.62
DISTRICT USE TAX- MEASURE S
($0.09)
BUILDING MAINT. & REPAIR
$0.15
BUILDING MAINT. & REPAIR
$32.53
DISTRICT USE TAX- MEASURE S
($0.15)
BUILDING MAINT. & REPAIR
$0.50
BUILDING MAINT. & REPAIR
$106.56
DISTRICT USE TAX- MEASURE S
($0.50)
DISTRICT USE TAX- MEASURE S
($0.10)
SUPPLIES
$0.10
SUPPLIES
$21.70
DISTRICT USE TAX- MEASURE S
($0.33)
INVENTORY - PURCHASES
$0.33
INVENTORY - PURCHASES
$69.91
DISTRICT USE TAX- MEASURE S
($2.56)
List of Checks Presented for Approval on 2/12/2016
Invoices
PACE SUPPLY CORPORATION
023080125
MISCELLANEOUS ITEMS AS
$584.19
84024425 -56120
$584.19
REPAIR
NEEDED,
INVENTORY- PURCHASES
$299.27
SMALL TOOLS
$88.17
SMALL TOOLS
$1,122.86
84024425 -56120
$162.12
023137934
MISCELLANEOUS ITEMS AS
$299.27
82000000 -12104
---------
Vendor Total:
- -- -- -
$18.36
NEEDED,
$59.00
UTILITIES
$2,901.68
023071517 -1
PLUMBING EQUIPMENT,
$88.17
82024414 -54102
---------
Vendor Total:
-- $2----
66.94
FIXTURES,
$4,320.74
DEFIBRULATOR
023071517
PLUMBING EQUIPMENT,
$1,122.86
82024414 -54102
MACHINERY & EQUIPMENT
$44,184.00
FIXTURES,
$86,851.95
EQUIPMENT MAINTENANCE &
$28.80
023087867
MISCELLANEOUS ITEMS AS
$162.12
82024414 -54100
NEEDED,
PETERSON TRUCKS INC
253026P
PARTS
$18.36
20324100 -52100
PG &E CO
FEB16 7075
UTILITIES
$59.00
10022100 -55210
FEB16 0853
UTILITIES
$2.901.68
31122870 -55210
PHENOVA
119605
SUPPLIES
$266.94
82024411 -54100
PHYSIO- CONTROL INC
415054983
DEFIBRILLATOR SERVICE
$4,320.74
10521210 -52111
SUPPORT
PORTOLA SYSTEMS INC
15042
COMPUTER HARDWARE AND
$86,851.95
20922900 -80100
PERIPHER
22022900 -80100
PR BUSHBY SHARPENING INC
549841
EQUIPMENT MAINTENANCE &
$28.80
10521210 -56120
REPAIR
EQUIPMENT MAINTENANCE &
$2.56
REPAIR
EQUIPMENT MAINTENANCE &
$584.19
REPAIR
INVENTORY- PURCHASES
$299.27
SMALL TOOLS
$88.17
SMALL TOOLS
$1,122.86
SUPPLIES
$162.12
---------------
Vendor Total:
$2,504.93
CONTRACTED SERVICES
$18.36
---------
Vendor Total:
- -- -- -
$18.36
UTILITIES
$59.00
UTILITIES
$2,901.68
----
Vendor Total:
---- ----- --
$2,960.68
SUPPLIES
$266.94
---------
Vendor Total:
-- $2----
66.94
MAINT. CONTRCTS -
$4,320.74
DEFIBRULATOR
----------
Vendor Total:
-----
$4,320.74
MACHINERY & EQUIPMENT
$42,667.95
MACHINERY & EQUIPMENT
$44,184.00
-- -------------
Vendor Total:
$86,851.95
EQUIPMENT MAINTENANCE &
$28.80
REPAIR
---------------
Vendor Total:
$28.80
List of Checks Presented for Approval on 2/12/2016
Invoices
PROFESSIONALCELLULAR &
A36895
QUARTERLY AIRTIME
$126.18
20922900 -52100
CONTRACTED SERVICES
$126.18
PAGING
- ----------
Vendor Total:
-
---
$126.18
RAINFOREST FANTASY
5101
PEER GROUP SUPPORT
$63.79
10520210 -54100
SUPPLIES
$63.79
-- -------
VendorTotal:
------
$63.79
REDWOOD COAST FUELS
1761402
CARDLOCK FUEL PURCHASES,
55,001.48
10022100 -56210
FUEL & FLUIDS
$439.89
FYE 2
10024210 -56210
FUEL & FLUIDS
$23.45
10024220 -56210
FUEL & FLUIDS
$1,038.52
10520210 -56210
FUEL & FLUIDS
$13.10
10520210 -56210
FUEL & FLUIDS
$72.16
10520210 -56210
FUEL & FLUIDS
$1,636.49
10520224 -56210
FUEL & FLUIDS
$176.34
20324100 -56210
FUEL & FLUIDS
$94.63
20524412 -56210
FUEL & FLUIDS
$18.64
80026400 -56210
FUEL & FLUIDS
$653.44
82024411 -56210
FUEL & FLUIDS
$189.04
82024414 -56210
FUEL & FLUIDS
$86.19
82024414 -56210
FUEL & FLUIDS
$194.12
84024421 -56210
FUEL & FLUIDS
$73.42
84024421 -56210
FUEL & FLUIDS
$165.38
84024425 -56210
FUEL & FLUIDS
$126.67
1763673
CARDLOCK FUEL PURCHASES,
$5,334.07
10022100 -56210
FUEL & FLUIDS
$393.94
FYE 2
List of Checks Presented for Approval on 2/12/2016
Invoices
REDWOOD COAST FUELS 1763673
CARDLOCK FUEL PURCHASES,
$5,334.07
10024210 -56210
FUEL & FLUIDS
$83.21
FYE 2
10024220 -56210
FUEL & FLUIDS
$837.84
10520210 -56210
FUEL & FLUIDS
$27.76
10520210 -56210
FUEL & FLUIDS
$69.06
10520210 -56210
FUEL & FLUIDS
$1,658.23
10520224 -56210
FUEL & FLUIDS
$129.13
20324100 -56210
FUEL & FLUIDS
$35.34
20524412 -56210
FUEL & FLUIDS
$18.85
20822500 -56210
FUEL & FLUIDS
$89.09
80026400 -56210
FUEL & FLUIDS
$89.97
80026400 -56210
FUEL & FLUIDS
$865.28
82024411 -56210
FUEL & FLUIDS
$317.28
82024414 -56210
FUEL & FLUIDS
$37.51
82024414 -56210
FUEL & FLUIDS
$216.57
84024421 -56210
FUEL & FLUIDS
$31.95
84024421 -56210
FUEL & FLUIDS
$184.49
84024425 -56210
FUEL & FLUIDS
$248.57
----
Vendor Total:
-- --- -- - - --
$10,335.55
REDWOOD EMPIRE AIKIKAI dv20416
INSTRUCTOR
$160.00
10022850 -52100
CONTRACTED SERVICES
$160.00
---------
Vendor Total:
-- ----
$160.00
REDWOOD EMPIRE MUNICIPAL MAR-16
LIFE, LTD, & EAP INSURANCE
$3,143.51
20700000 -20523
P/R DEDUCT -LTD
$2,520.38
INSURANCE FUND
List of Checks Presented for Approval on 2/12/2016
REDWOOD EMPIRE MUNICIPAL MAR - 16 LIFE, LTD, & EAP INSURANCE
INSURANCE FUND
Invoices
$3,143.51 20700000 -20512
20112400 -52525
REDWOOD TREE SERVICE STMT 013116
CAR WASHES & INTERIOR
$215.50
10520210 -56130
STATIONS INC
CLEANING
EXTERNAL SERVICES
$215.50
SAFEWAY INC 436362
MISC SUPPLIES AS NEEDED, FYE
$13.98
90000000 -23226
HR - EMPLOYEE DEVELOPMENT
2
SUPPLIES
$15.13
727056
MISC SUPPLIES AS NEEDED, FYE
$59.12
10016100 -54167
SUPPLIES
2
---------
Vendor Total:
-- - -- -
$331.09
728864
MISC SUPPLIES AS NEEDED, FYE
$15.13
73022600 -54100
DISTRICT USE TAX - MEASURE S
2
STATE USE TAX LIABILITY
$192.00
727811
MISC SUPPLIES AS NEEDED, FYE
$35.67
73022600 -54100
----
Vendor Total:
2
801743
MISC SUPPLIES AS NEEDED, FYE
$51.66
73022600 -54100
2
434718
MISC SUPPLIES AS NEEDED, FYE
$155.53
73022600 -54100
2
SBOE SALES & USE TAX
SHAMROCK SCIENTIFIC
SPECIALTY SYSTEMS INC
DV 020916 SALES & USE TAX
267960 EVIDENCE LABELS
$608.00 77725200 -58401
90000000 -23252
90000000 -23237
90000000 -23013
$132.68 10520210 -54201
REMIF LIFE
$190.65
WORKER'S COMP. EXPENSE
$432.48
---------------
Vendor Total:
$3,143.51
EXTERNAL SERVICES
$215.50
---------------
Vendor Total:
$215.50
CONCERT SERIES
$13.98
HR - EMPLOYEE DEVELOPMENT
$59.12
SUPPLIES
$15.13
SUPPLIES
$35.67
SUPPLIES
$51.66
SUPPLIES
$155.53
---------
Vendor Total:
-- - -- -
$331.09
AVIATION FUEL
$382.00
DISTRICT USE TAX- LIBRARIES
$15.00
DISTRICT USE TAX - MEASURE S
$19.00
STATE USE TAX LIABILITY
$192.00
---------------
Vendor Total:
$608.00
PRISONER EXPENSE
$132.68
----
Vendor Total:
-----------
$132.68
List of Checks Presented for Approval on 2/12/2016
Invoices
SMART GRID CONSUMER 1539
COLLABORATIVE
SOLID WASTES SYSTEMS INC 301041
NON - BIDDABLE MISCELLANEOUS
ITE
MISC. DUMP FEES FOR FYE 2016
$2,500.00 80100000 -52100
$87.89 20822500 -56300
10024220 -54120
10024220 -54120
10024220 -54120
SONOMA MEDIA INVESTMENTS 2729680 PRINT & WEB AD $1,162.20 10016100 -54162
LLC
STACY ROWE DV20416 INSTRUCTOR $160.00 10022850 -52100
10022850 -52100
STAPLES CARD 84417
OFFICE
SUPPLIES, MISC
AS
$12.98
10520210 -54201
PIN - SPECIAL SUPPLIES
NEEDE
PIN - SPECIAL SUPPLIES
$19.15
PW - SPECIAL SUPPLIES
$30.89
18418
OFFICE
SUPPLIES, MISC
AS
$92.96
10520210 -54100
CONTRACTED SERVICES
NEEDE
CONTRACTED SERVICES
$96.00
---------------
Vendor Total:
$160.00
82208
OFFICE
SUPPLIES, MISC
AS
$6.49
20513300 -54100
SUPPLIES
NEEDE
SUPPLIES
$100.26
SUPPLIES
$113.50
66764
OFFICE
SUPPLIES, MISC
AS
$21.93
69122700 -54100
NEEDE
86264
OFFICE
SUPPLIES, MISC
AS
$100.26
69122700 -54100
NEEDE
44533
OFFICE
SUPPLIES, MISC
AS
$113.50
73022600 -54100
NEEDE
82536
OFFICE
SUPPLIES, MISC
AS
$24.85
80026400 -54100
NEEDE
19103
OFFICE
SUPPLIES, MISC
AS
$111.35
80026400 -54100
NEEDE
CONTRACTED SERVICES
$2,500.00
------
Vendor Total:
--- ------
$2,500.00
BUILDING MAINT. & REPAIR
$19.15
PIN - SPECIAL SUPPLIES
$18.70
PIN - SPECIAL SUPPLIES
$19.15
PW - SPECIAL SUPPLIES
$30.89
---------------
Vendor Total:
$87.89
HR - ADVERTISING
$1,162.20
---------------
Vendor Total:
$1,162.20
CONTRACTED SERVICES
$64.00
CONTRACTED SERVICES
$96.00
---------------
Vendor Total:
$160.00
PRISONER EXPENSE
$12.98
SUPPLIES
$92.96
SUPPLIES
$6.49
SUPPLIES
$21.93
SUPPLIES
$100.26
SUPPLIES
$113.50
SUPPLIES
$24.85
SUPPLIES
$111.35
List of Checks Presented for Approval on 2/12/2016
STAPLES CARD
STERLING WATER
TECHNOLOGIES LLC
SYAR INDUSTRIES INC
THOMAS CORNING JR
TRIPLE S CAMERA SHOP
TYLER SCHAPMIRE
UKIAH AUTO DISMANTLERS
UKIAH CAR CENTER LLC
Invoices
79236
OFFICE SUPPLIES, MISC AS
SUPPLIES
NEEDE
45010
OFFICE SUPPLIES, MISC AS
80026400 -54100
NEEDE
84497
OFFICE SUPPLIES, MISC AS
$78.53
NEEDE
18788
OFFICE SUPPLIES, MISC AS
$78.53
NEEDE
79440
OFFICE SUPPLIES, MISC AS
NEEDE
43199
OFFICE SUPPLIES, MISC AS
SUPPLIES
NEEDE
4851
LIQUID POLYMER - ALKYLAMINE
590554 ASHPALT AS NEEDED, FYE 2016
2/22 - 2/26/16 TRAVEL ADVANCE
104856 PHOTOGRAPHY SERVICES
2/28 - 3/4/16 TRAVEL ADVANCE
4781 TOWING SERVICES
118169 PARTS & SERVICE REPAIRS AS
NEE
$162.18
80026400 -54100
SUPPLIES
$162.18
$166.49
80026400 -54100
SUPPLIES
$166.49
$78.53
82024411 -54100
SUPPLIES
$78.53
$170.82
82024411 -54100
SUPPLIES
$170.82
$213.59
82024411 -54100
SUPPLIES
$213.59
$132.20
84024421 -54100
SUPPLIES
$132.20
---------------
Vendor Total:
$1,408.13
$3,552.51
84024425 -58202
WATER TREATMENT PLANT
$3,552.51
CHEMICAL
---------------
Vendor Total:
$3,552.51
$1,628.48
84024421 -54100
SUPPLIES
$1,628.48
------
Vendor Total:
--- - - ----
$1,628.48
$1,034.60
10520210 -57100
CONFERENCE
& TRAINING
$1,034.60
---
Vendor Total:
---- -- -- - ---
$1,034.60
$151.21
10010000 -54100
SUPPLIES
$151.21
- ----------
Vendor Total:
--- -
$151.21
$743.57
10520210 -57100
CONFERENCE
& TRAINING
$743.57
---------------
Vendor Total:
$743.57
$65.00
10520210 -52100
CONTRACTED
SERVICES
$65.00
---------------
Vendor Total:
$65.00
$16.61
20324100 -56120
EQUIPMENT MAINTENANCE &
$16.61
REPAIR
List of Checks Presented for Approval on 2/12/2016
UNITED RENTALS (NORTH 129579130 -006 Truck and Van Rental or Lease $1,958.98 10022100 -56410 EQUIPMENT RENTAL - PRIVATE $685.65
AMERICA) INC
10024220 -56410 EQUIPMENT RENTAL - PRIVATE $685.63
82024414 -56410 EQUIPMENT RENTAL - PRIVATE $195.90
84024421 -56410 EQUIPMENT RENTAL - PRIVATE $391.80
Invoices
'Vendor
D-
Detail and Allocation Detail
UKIAH CAR CENTER LLC 118168
PARTS & SERVICE REPAIRS AS
$17.30
20324100 -56120
EQUIPMENT MAINTENANCE &
$17.30
NEE
REPAIR
118184
PARTS & SERVICE REPAIRS AS
$19.08
20324100 -56120
EQUIPMENT MAINTENANCE &
$19.08
NEE
REPAIR
118162
PARTS & SERVICE REPAIRS AS
$17.26
10022100 -56130
EXTERNAL SERVICES
$17.26
NEE
118438
PARTS & SERVICE REPAIRS AS
$107.32
10024210 -56130
EXTERNAL SERVICES
$107.32
NEE
118742
PARTS & SERVICE REPAIRS AS
$20.27
10520210 -56130
EXTERNAL SERVICES
$20.27
NEE
118606
PARTS & SERVICE REPAIRS AS
$21.59
10520210 -56130
EXTERNAL SERVICES
$21.59
NEE
118329
PARTS & SERVICE REPAIRS AS
$52.54
10520210 -56130
EXTERNAL SERVICES
$52.54
NEE
118307
PARTS & SERVICE REPAIRS AS
$72.35
10520210 -56130
EXTERNAL SERVICES
$72.35
NEE
118396
PARTS & SERVICE REPAIRS AS
$21.59
80026400 -56130
EXTERNAL SERVICES
$21.59
NEE
118713
PARTS & SERVICE REPAIRS AS
$22.47
80026400 -56130
EXTERNAL SERVICES
$22.47
NEE
118342
PARTS & SERVICE REPAIRS AS
$33.74
80026400 -56130
EXTERNAL SERVICES
$33.74
NEE
118302
PARTS & SERVICE REPAIRS AS
$37.52
80026400 -56130
EXTERNAL SERVICES
$37.52
NEE
CM118728
PARTS & SERVICE REPAIRS AS
($81.10)
82024411 -56130
EXTERNAL SERVICES
($81.10)
NEE
118728
PARTS & SERVICE REPAIRS AS
$408.93
82024411 -56130
EXTERNAL SERVICES
$408.93
NEE
118136
PARTS & SERVICE REPAIRS AS
$132.61
20324100 -58510
REIMBRSABLE JOBS
$132.61
NEE
---------------
Vendor Total:
$920.08
UNITED RENTALS (NORTH 129579130 -006 Truck and Van Rental or Lease $1,958.98 10022100 -56410 EQUIPMENT RENTAL - PRIVATE $685.65
AMERICA) INC
10024220 -56410 EQUIPMENT RENTAL - PRIVATE $685.63
82024414 -56410 EQUIPMENT RENTAL - PRIVATE $195.90
84024421 -56410 EQUIPMENT RENTAL - PRIVATE $391.80
List of Checks Presented for Approval on 2/12/2016
Invoices
UNITED RENTALS (NORTH
AMERICA) INC
UNITED SITE SERVICES
USA BLUEBOOK
VINCENT MORSE
WECO INDUSTRIES LLC
129579130 -004 Truck and Van Rental or Lease
129579130 -005 Truck and Van Rental or Lease
114- 3699402
PORTABLE
TOILET
RENTAL
114 - 3699403
PORTABLE
TOILET
RENTAL
114 - 3699404
PORTABLE
TOILET
RENTAL
114 - 3699405
PORTABLE
TOILET
RENTAL
114 - 3699401
PORTABLE
TOILET
RENTAL
839675 SUPPLIES
UA20216 UNIFORM ALLOWANCE
0035627 -IN PARTS
$2,175.03
$2,175.03
$166.78
$166.78
$166.78
$166.78
$249.19
10022100 -56410
10024220 -56410
82024414 -56410
84024421 -56410
10022100 -56410
10024220 -56410
82024414 -56410
84024421 -56410
10022100 -52100
10022100 -52100
10022100 -52100
10022100 -52100
10022100 -52100
$443.70 82024411 -54100
$270.00 10520210 -51270
$173.01 84024421 -54100
EQUIPMENT RENTAL - PRIVATE
$761.25
EQUIPMENT RENTAL - PRIVATE
$761.27
EQUIPMENT RENTAL - PRIVATE
$217.50
EQUIPMENT RENTAL - PRIVATE
$435.01
EQUIPMENT RENTAL - PRIVATE
$752.18
EQUIPMENT RENTAL - PRIVATE
$752.19
EQUIPMENT RENTAL - PRIVATE
$214.91
EQUIPMENT RENTAL - PRIVATE
$455.75
-----
Vendor Total:
--- - - - - - --
$6,309.04
CONTRACTED SERVICES
$166.78
CONTRACTED SERVICES
$166.78
CONTRACTED SERVICES
$166.78
CONTRACTED SERVICES
$166.78
CONTRACTED SERVICES
$249.19
---------------
Vendor Total:
$916.31
SUPPLIES
$443.70
---------
Vendor Total:
-- $4----
43.70
UNIFORM ALLOWANCE
$270.00
---------------
Vendor Total:
$270.00
SUPPLIES
$173.01
---------
Vendor Total:
- - --- -
$173.01
List of Checks Presented for Approval on 2/12/2016
Invoices
WITTMAN ENTERPRISES LLC 15012044 AMBULANCE BILLING SERVICES $38.73 10521210 -52110 AMBULANCE BILLING
$38.73
-- --- ----- -----
VendorTotal: $38.73
INVOICE TOTAL: $236,271.90
List of Checks Presented for Approval on 2/19/2016
The following list of bills payable was reviewed and approved for payment.
Invoices
,z enoo
escription invoice
AMt
Invoice Account
Detail and A llocation
Detail
ACCOUNTEMPS
44892592
TEMP SUPPORT - RICARDO
$888.00
10013400 -52100
CONTRACTED SERVICES
$888.00
CHAVARR
---------------
Vendor Total:
$888.00
ACCURATE FORKLIFT INC
011036846
EQUIPMENT PARTS & REPAIRS
$530.69
80026400 -56130
EXTERNAL SERVICES
$530.69
---------
Vendor Total:
--- - --
$530.69
ALHAMBRA NATIONAL WATER
5109554
DRINKING WATER SERVICES,
$68.33
69122700 -54100
SUPPLIES
$7.00
020616
FYE 2
77725200 -54100
SUPPLIES
$14.62
84024425 -54100
SUPPLIES
$46.71
---------------
Vendor Total:
$68.33
ALPHA ANALYTICAL
5112164-
MISCELLANEOUS LAB WORK AS
$271.00
84024425 -52100
CONTRACTED SERVICES
$271.00
LABORATORIES INC
UTAHSTP
NEED
5121032
MISCELLANEOUS LAB WORK AS
$271.00
84024425 -52100
CONTRACTED SERVICES
$271.00
NEED
6012707-
ENVIRONMENTAL AND
$1.535.00
84024425 -52100
CONTRACTED SERVICES
$1,535.00
UKIAHSTP
ECOLOGICAL S
5112223-
ENVIRONMENTAL AND
$1,728.00
84024425 -52100
CONTRACTED SERVICES
$1,728.00
UKIAHSTP
ECOLOGICAL S
6013563-
ENVIRONMENTAL AND
$1,728.00
84024425 -52100
CONTRACTED SERVICES
$1,728.00
UKIAHSTPSTP
ECOLOGICAL S
6020871-
ENVIRONMENTAL AND
$2,712.00
84024425 -52100
CONTRACTED SERVICES
$2,712.00
UKIAHSTP
ECOLOGICAL S
--
Vendor Total:
------ - - - - - --
$8,245.00
List of Checks Presented for Approval on 2/19/2016
ALTEC INDUSTRIES INC 10508686
AMERICAN RIVER COLLEGE DV 020816
ANIXTER
3067535 -00
Invoices
PARTS & MAT'LS AS NEEDED,
FYE
MADRIGAL & CHAPMAN
REGISTRATION FEE
ELECTRICAL EQUIPMENT AND
SUPPL
$246.84 80026400 -56130
$152.00 10520210 -57100
51,545.84 80000000 -12104
ARAMARK UNIFORM SERVICES 702555719
MAT & TOWEL SERVICES
$93.75
20822500 -56300
CONFERENCE & TRAINING
(PLEASE S
---------------
Vendor Total:
$152.00
702575781
MAT & TOWEL SERVICES
$93.75
20822500 -56300
BUILDING MAINT. & REPAIR
(PLEASE S
BUILDING MAINT. & REPAIR
$93.75
702595737
MAT & TOWEL SERVICES
$93.75
20822500 -56300
BUILDING MAINT. & REPAIR
(PLEASE S
BUILDING MAINT. & REPAIR
$73.75
702615886
MAT & TOWEL SERVICES
$93.75
20822500 -56300
EQUIPMENT MAINTENANCE &
(PLEASE S
REPAIR
702555718
MAT & TOWEL SERVICES
$73.75
73022600 -56300
EQUIPMENT MAINTENANCE &
(PLEASE S
REPAIR
702575780
MAT & TOWEL SERVICES
$7375
73022600 -56300
EQUIPMENT MAINTENANCE &
(PLEASE S
REPAIR
702595736
MAT & TOWEL SERVICES
$73.75
73022600 -56300
(PLEASE S
702615885
MAT & TOWEL SERVICES
$73.75
73022600 -56300
(PLEASE S
702542898
MAT & TOWEL SERVICES
$60.52
31122870 -56120
(PLEASE S
702562906
MAT & TOWEL SERVICES
$60.52
31122870 -56120
(PLEASE S
702582933
MAT & TOWEL SERVICES
$60.52
31122870 -56120
(PLEASE S
702602988
MAT & TOWEL SERVICES
$60.52
31122870 -56120
(PLEASE S
702623119
MAT & TOWEL SERVICES
$60.52
31122870 -56120
(PLEASE S
EXTERNAL SERVICES
$246.84
---------
Vendor Total:
-- ----
$246.84
CONFERENCE & TRAINING
$15200
---------------
Vendor Total:
$152.00
INVENTORY - PURCHASES
$1,545.84
--- ------------
VendorTotal:
$1,545.84
BUILDING MAINT. & REPAIR
$93.75
BUILDING MAINT. & REPAIR
$93.75
BUILDING MAINT. & REPAIR
$93.75
BUILDING MAINT & REPAIR
$93.75
BUILDING MAINT. & REPAIR
$73.75
BUILDING MAINT. & REPAIR
$73.75
BUILDING MAINT. & REPAIR
$73.75
BUILDING MAINT. & REPAIR
$73.75
EQUIPMENT MAINTENANCE &
$60.52
REPAIR
EQUIPMENT MAINTENANCE &
$60.52
REPAIR
EQUIPMENT MAINTENANCE &
$60.52
REPAIR
EQUIPMENT MAINTENANCE &
$60.52
REPAIR
EQUIPMENT MAINTENANCE &
$60.52
REPAIR
List of Checks Presented for Approval on 2/19/2016
Invoices
ARAMARK UNIFORM SERVICES 702592862
UNIFORM SVC -AIRPORT FYE
$61.11
77725200 -54100
SUPPLIES
2016
SUPPLIES
$78.51
702623137
UNIFORM SVC - AIRPORT FYE
$72.98
77725200 -54100
SUPPLIES
2016
SUPPLIES
$78.51
702552850
UNIFORM SVC - AIRPORT FYE
$78.51
77725200 -54100
---------------
Vendor Total:
2016
TELEPHONE
$49.51
702562924
UNIFORM SVC - AIRPORT FYE
$78.51
77725200 -54100
TELEPHONE
2016
TELEPHONE
$25.08
702572894
UNIFORM SVC - AIRPORT FYE
$78.51
77725200 -54100
TELEPHONE
2016
TELEPHONE
$25.08
702582951
UNIFORM SVC - AIRPORT FYE
$78.51
77725200 -54100
2016
702603006
UNIFORM SVC - AIRPORT FYE
$78.51
77725200 -54100
2016
702613041
UNIFORM SVC - AIRPORT FYE
$78.51
77725200 -54100
2016
ASHLEY COCCO TR 2/3- 2/5/16
TRAVEL REIMBURSEMENT
$212.80
10011100 -57100
AT&T MOBILITY 832118877X021
DATA & VOICE
$143.53
10022300 -55100
42016
20620231 -55100
77725200 -55100
82024410 -55100
82024410 -55100
82024411 -55100
82024411 -55100
832056361X021 POLICE MODEMS
$499.00
10520210 -55100
42016
8751085835X02 VOICE & DATA
$62.70
82024411 -55100
142016
SUPPLIES
$61.11
SUPPLIES
$72.98
SUPPLIES
$78.51
SUPPLIES
$78.51
SUPPLIES
$78.51
SUPPLIES
$78.51
SUPPLIES
$78.51
SUPPLIES
$78.51
--------
Vendor Total:
-- - - - --
$1,577.75
CONFERENCE & TRAINING
$212.80
---------------
Vendor Total:
$212.80
TELEPHONE
$49.51
TELEPHONE
$12.54
TELEPHONE
$18.38
TELEPHONE
$12.54
TELEPHONE
$25.08
TELEPHONE
$12.74
TELEPHONE
$12.74
TELEPHONE
$499.00
TELEPHONE
$25.08
List of Checks Presented for Approval on 2/19/2016
CHRISTOPHER MC MAHAN
CLARK PEST CONTROL
COMPUTER OPTIONS INC
CONSOLIDATED ELECTRICAL
DISTRIBUTORS INC
15
1000000147012 UNFUNDED ACCRUED LIABILITY
06
TA 02/28- TRAVEL ADVANCE
03/01/16
18063345 PEST CONTROL SVCS
BILL38004 IT SERVICES
8821 - 496260 MISC ELECTRICAL SUPPLIES AS
NE
8821-496278 MISC ELECTRICAL SUPPLIES AS
NE
$23,263.00
10521210 -51211
Invoices
$23,263.00
,Vendor Name
Invoice # Invoice Description
Invoice Amt
Invoice Account
Detail and Allocation
Detail
AT&T MOBILITY
8751085835X02 VOICE & DATA
$62.70
84024421 -55100
TELEPHONE
$37.62
CONTRACTED SERVICES
142016
---------
Vendor Total:
-- ----
$190.00
$2,700.00
20922900 -52100
CONTRACTED SERVICES
$2,700.00
---------------
Vendor Total:
$705.23
BYS EMBROIDERY
12245 UNIFORM EXPENSE
$513.27
10024220 -54120
PW - SPECIAL SUPPLIES
$513.27
84024425 -56120
EQUIPMENT MAINTENANCE &
$0.25
---------------
Vendor Total:
$513.27
BSN SPORTS
97592692 SUPPLIES
$194.60
10022821 -54100
SUPPLIES
$194.60
REPAIR
---------------
Vendor Total:
$194.60
CALPERS
1000000147012 UNFUNDED ACCRUED LIABILITY $42,934.00
10520210 -51211
PERS UNFUNDED LIABILITY
$42,934.00
CHRISTOPHER MC MAHAN
CLARK PEST CONTROL
COMPUTER OPTIONS INC
CONSOLIDATED ELECTRICAL
DISTRIBUTORS INC
15
1000000147012 UNFUNDED ACCRUED LIABILITY
06
TA 02/28- TRAVEL ADVANCE
03/01/16
18063345 PEST CONTROL SVCS
BILL38004 IT SERVICES
8821 - 496260 MISC ELECTRICAL SUPPLIES AS
NE
8821-496278 MISC ELECTRICAL SUPPLIES AS
NE
$23,263.00
10521210 -51211
PERS UNFUNDED LIABILITY
$23,263.00
---------------
Vendor Total:
$66,197.00
$170.00
10022100 -57100
CONFERENCE & TRAINING
$170.00
---------------
Vendor Total:
$170.00
$190.00
80026400 -52100
CONTRACTED SERVICES
$190.00
---------
Vendor Total:
-- ----
$190.00
$2,700.00
20922900 -52100
CONTRACTED SERVICES
$2,700.00
---------------
Vendor Total:
$2,700.00
$54.90
90000000 -23237
DISTRICT USE TAX- MEASURE S
($0.25)
84024425 -56120
EQUIPMENT MAINTENANCE &
$0.25
REPAIR
84024425 -56120
EQUIPMENT MAINTENANCE &
$54.90
REPAIR
$121.63
90000000 -23237
DISTRICT USE TAX- MEASURE S
($0.56)
List of Checks Presented for Approval on 2/19/2016
Invoices
CONSOLIDATED ELECTRICAL 6821- 496278 MISC ELECTRICAL SUPPLIES AS
DISTRIBUTORS INC NE
CONTROL SYSTEMS WEST INC 4221 -8175 DATA PROCESSING, COMPUTER,
PRO
4314 -8175 DATA PROCESSING, COMPUTER,
PRO
DAVID MCQUEARY TA 03/03/16 TRAVEL ADVANCE
DAVID RAPPORT
DC CUSTOMS INC
DC ELECTRIC GROUP INC
6363
182227
25349
LEGAL SERVCIES FOR FY 15/16
$121.63 84024425 -56120
84024425 -56120
$652.00 84024425 -52100
$815.00 84024425 -52100
$15.00 10520210 -57100
$66.00 82014000 -52100
PARTS $789.90 90000000 -23237
90000000 -23237
82024414 -56130
82024414 -56130
84024421 -56130
84024421 -56130
PUBLIC WORKS AND RELATED
SERVI
DEEP VALLEY SECURITY 289998.1 SECURITY SYSTEM AT
OBSERVATORY
$4,775.00 10024210 -52100
$39.95 10022100 -52180
EQUIPMENT MAINTENANCE &
$0.56
REPAIR
EQUIPMENT MAINTENANCE &
$121.63
REPAIR
---------------
Vendor Total:
$176.53
CONTRACTED SERVICES
$652.00
CONTRACTED SERVICES
$815.00
---------
Vendor Total:
-- ----
$1,467.00
CONFERENCE & TRAINING
$15.00
---------------
Vendor Total:
$15.00
CONTRACTED SERVICES
$66.00
---------------
Vendor Total:
$66.00
DISTRICT USE TAX- MEASURE S
($1.80)
DISTRICT USE TAX- MEASURE S
($1.80)
EXTERNAL SERVICES
$1.80
EXTERNAL SERVICES
$394.95
EXTERNAL SERVICES
$1.80
EXTERNAL SERVICES
$394.95
---------
Vendor Total:
-- ----
$789.90
CONTRACTED SERVICES
$4,775.00
--- --
Vendor Total:
-- --------
$4,775.00
SECURITY SERVICES
$39.95
List of Checks Presented for Approval on 2/19/2016
Invoices
DEEP VALLEY SECURITY
DEFATTE EQUIPMENT INC
DELL MARKETING LP
289998 ALARM SERVICES AS REQUIRED,
FY
289449 EQUIPMENT MAINTENANCE AND
REPA
289469 EQUIPMENT MAINTENANCE AND
REPA
11217 PARTS
XJTK8PXF3 COMPUTER HARDWARE AND
PERIPHER
XJTJ6X374 COMPUTER HARDWARE AND
PERIPHER
$481.35
$1,573.13
$2,513.79
10022100 -52180
10022822 -52180
20822500 -52180
20824300 -52180
69122700 -52180
73022600 -52180
73022600 -52180
80026400 -52180
82024411 -52180
82024414 -52180
84024421 -52180
20824300 -52180
20824300 -52180
$696.33
90000000 -23237
SECURITY SERVICES
80026400 -56130
SECURITY SERVICES
80026400 -56130
$2,058.67
10520210 -54201
SECURITY SERVICES
10520210 -54100
$65.08
10520210 -54100
SECURITY SERVICES
$56.90
SECURITY SERVICES
$22.95
SECURITY SERVICES
$42.95
SECURITY SERVICES
$27.25
SECURITY SERVICES
$85.90
SECURITY SERVICES
$41.90
SECURITY SERVICES
$74.90
SECURITY SERVICES
$24.50
SECURITY SERVICES
$44.95
SECURITY SERVICES
$29.57
SECURITY SERVICES
$29.58
SECURITY SERVICES
$1,573.13
SECURITY SERVICES
$2,513.79
---------------
Vendor Total:
$4,608.22
DISTRICT USE TAX- MEASURE S
($3.24)
EXTERNAL SERVICES
$3.24
EXTERNAL SERVICES
$696.33
---------
Vendor Total:
-- - -- -
$696.33
PRISONER EXPENSE
$1,942.85
SUPPLIES
$115.82
SUPPLIES
$65.08
List of Checks Presented for Approval on 2/19/2016
Invoices
DELL MARKETING LP
XJWC5C886
COMPUTER HARDWARE AND
$3,515.93
20922900 -54100
SUPPLIES
$3,515.93
PERIPHER
- --------------
Vendor Total:
$5,639.68
DON WADDINGTON
TA 03/04/16
TRAVEL ADVANCE
$15.00
82024414 -57100
CONFERENCE & TRAINING
$15.00
---------------
Vendor Total:
$15.00
DONNA KIELY
TA 03/03/16
TRAVEL ADVANCE
$15.00
10520210 -57100
CONFERENCE & TRAINING
$15.00
---------------
Vendor Total:
$15.00
EBA ENGINEERING
28717.0
EXPERT WITNESS SERVICES
$4,454.07
25024300 -52100
CONTRACTED SERVICES
$4,454.07
28717
CORP YARD QTRLY
$5,334.68
25024300 -52100
CONTRACTED SERVICES
$5,334.68
REMEDIATION SY
28846
ENGINEERING SERVICES,
$7,627.00
70024500 -52100
CONTRACTED SERVICES
$7,627.00
PROFESSI
---------------
Vendor Total:
$17,415.75
EPIC AVIATION LLC
6812148
FUEL
$12,748.06
77725200 -58401
AVIATION FUEL
$12,748.06
------
Vendor Total:
----- ----
$12,748.06
FASTENAL
CAUKA19307
PARTS
$36.44
84024425 -56210
FUEL & FLUIDS
$36.44
...............
Vendor Total:
$36.44
FLEETPRIDE
74921722
MISC PARTS & MAT'LS AS
$5.85
90000000 -23237
DISTRICT USE TAX - MEASURE S
($0.03)
NEEDED,
84024425 -56120
EQUIPMENT MAINTENANCE &
$0.03
REPAIR
84024425 -56120
EQUIPMENT MAINTENANCE &
$5.85
REPAIR
---------------
Vendor Total:
$5.85
FLIGHT LIGHT INC
0053063 -IN
PARTS
$825.70
77725200 -56300
BUILDING MAINT. & REPAIR
$3.75
77725200 -56300
BUILDING MAINT. & REPAIR
$825.70
List of Checks Presented for Approval on 2/19/2016
2016
Invoices
Vendor
MISC ITEMS AS NEEDED, FYE
Description Invoice
Amt
Invoice Account
Detail and Allocation
Detail
FLIGHT LIGHT INC
0053063 -IN
PARTS
$825.70
90000000 -23237
DISTRICT USE TAX - MEASURE S
($3.75)
$113.06
0052685 -IN
PARTS
$922.88
77725200 -56300
BUILDING MAINT. & REPAIR
$4.19
35393987
77725200 -56300
BUILDING MAINT. & REPAIR
$922.88
BUILDING MAINT. & REPAIR
$115.64
2016
90000000 -23237
DISTRICT USE TAX - MEASURE S
($4.19)
35386031
MISC ITEMS AS NEEDED, FYE
$122.71
77725200 -56300
----------
Vendor Total:
- ----
$1, 748.58
FRIEDMANS HOME
35388537
MISC ITEMS AS NEEDED, FYE
$94.05
20822500 -56300
BUILDING MAINT. & REPAIR
$72.43
IMPROVEMENT
$385.44
2016
BUILDING MAINT. & REPAIR
$385.44
2016
20822500 -54102
SMALL TOOLS
$21.62
82024411 -56300
35391037
MISC ITEMS AS NEEDED, FYE
$123.20
20822500 -56300
BUILDING MAINT. & REPAIR
$123.20
2016
MISC ITEMS AS NEEDED, FYE
$2.37
82024411 -56300
BUILDING MAINT. & REPAIR
$2.37
35386748
MISC ITEMS AS NEEDED, FYE
$138.15
20822500 -56300
BUILDING MAINT. & REPAIR
$138.15
2016
35375430
MISC ITEMS AS NEEDED, FYE
$153.20
20822500 -56300
BUILDING MAINT. & REPAIR
$153.20
2016
33416584
MISC ITEMS AS NEEDED, FYE
$163.55
20822500 -56300
BUILDING MAINT & REPAIR
$163.55
2016
35380501
MISC ITEMS AS NEEDED, FYE
$176.15
20822500 -56300
BUILDING MAINT. & REPAIR
$176.15
2016
35393998
MISC ITEMS AS NEEDED, FYE
$213.16
20822500 -56300
BUILDING MAINT. & REPAIR
$213.16
2016
35395184
MISC ITEMS AS NEEDED, FYE
$20.89
77725200 -56300
BUILDING MAINT. & REPAIR
$20.89
2016
35375807
MISC ITEMS AS NEEDED, FYE
$113.06
77725200 -56300
BUILDING MAINT. & REPAIR
$113.06
2016
35393987
MISC ITEMS AS NEEDED, FYE
$115.64
77725200 -56300
BUILDING MAINT. & REPAIR
$115.64
2016
35386031
MISC ITEMS AS NEEDED, FYE
$122.71
77725200 -56300
BUILDING MAINT. & REPAIR
$122.71
2016
35380990
MISC ITEMS AS NEEDED, FYE
$385.44
77725200 -56300
BUILDING MAINT. & REPAIR
$385.44
2016
35379735
MISC ITEMS AS NEEDED, FYE
$2.35
82024411 -56300
BUILDING MAINT. & REPAIR
$2.35
2016
35371118
MISC ITEMS AS NEEDED, FYE
$2.37
82024411 -56300
BUILDING MAINT. & REPAIR
$2.37
2016
List of Checks Presented for Approval on 2/19/2016
Invoices
'Vendor Name Invoice
# Invoice Description
Invoice Amt
Invoice Account
Detail and Allocation Detail
FRIEDMANS HOME 35386794
MISC ITEMS AS NEEDED, FYE
$48.12
82024411 -56300
BUILDING MAINT. & REPAIR
$48.12
IMPROVEMENT
2016
35381727
MISC ITEMS AS NEEDED, FYE
$35.64
20324100 -56120
EQUIPMENT MAINTENANCE &
$35.64
2016
REPAIR
35376733
MISC ITEMS AS NEEDED, FYE
$13.40
84024425 -56120
EQUIPMENT MAINTENANCE &
$13.40
2016
REPAIR
35381905
MISC ITEMS AS NEEDED, FYE
$34.25
84024425 -56120
EQUIPMENT MAINTENANCE &
$34.25
2016
REPAIR
35381655
MISC ITEMS AS NEEDED, FYE
$49.56
84024425 -56120
EQUIPMENT MAINTENANCE &
$49.56
2016
REPAIR
35381895
MISC ITEMS AS NEEDED, FYE
$56.14
84024425 -56120
EQUIPMENT MAINTENANCE &
$56.14
2016
REPAIR
35392394
MISC ITEMS AS NEEDED, FYE
$93.15
84024425 -56120
EQUIPMENT MAINTENANCE &
$93.15
2016
REPAIR
35387754
MISC ITEMS AS NEEDED, FYE
$14.05
10024210 -56130
EXTERNAL SERVICES
$14.05
2016
35373490
MISC ITEMS AS NEEDED, FYE
$23.32
10520210 -56130
EXTERNAL SERVICES
$23.32
2016
35386662
MISC ITEMS AS NEEDED, FYE
$17.46
84024421 -56130
EXTERNAL SERVICES
$17.46
2016
35381486
MISC ITEMS AS NEEDED, FYE
$24.33
84024421 -56130
EXTERNAL SERVICES
$24.33
2016
35379577
MISC ITEMS AS NEEDED, FYE
$26.57
84024421 -56130
EXTERNAL SERVICES
$26.57
2016
35373595
MISC ITEMS AS NEEDED, FYE
$20.41
10022100 -59400
OTHER EXPENSES
$20.41
2016
35373531
MISC ITEMS AS NEEDED, FYE
$56.53
10022100 -59400
OTHER EXPENSES
$56.53
2016
35375742
MISC ITEMS AS NEEDED, FYE
$182.16
10024220 -54120
PIN - SPECIAL SUPPLIES
$182.16
2016
35379220
MISC ITEMS AS NEEDED, FYE
$200.89
10024220 -54120
PIN - SPECIAL SUPPLIES
$200.89
2016
35372744
MISC ITEMS AS NEEDED, FYE
$23.94
82024414 -54102
SMALL TOOLS
$23.94
2016
35393898
MISC ITEMS AS NEEDED, FYE
$27.44
84024421 -54102
SMALL TOOLS
$27.44
2016
35395143
MISC ITEMS AS NEEDED, FYE
$21.57
84024425 -54102
SMALL TOOLS
$21.57
2016
List of Checks Presented for Approval on 2/19/2016
Invoices
FRIEDMANS HOME 35375688
MISC ITEMS AS NEEDED, FYE
$87.21
84024425 -54102
SMALL TOOLS
$87.21
IMPROVEMENT
2016
35373556
MISC ITEMS AS NEEDED, FYE
$99.95
84024425 -54102
SMALL TOOLS
$99.95
2016
35374575
MISC ITEMS AS NEEDED, FYE
$14.39
10022100 -54100
SUPPLIES
$14.39
2016
35392105
MISC ITEMS AS NEEDED, FYE
$24.04
10022100 -54100
SUPPLIES
$24.04
2016
35373516
MISC ITEMS AS NEEDED, FYE
$42.40
10022100 -54100
SUPPLIES
$42.40
2016
35379613
MISC ITEMS AS NEEDED, FYE
$59.74
10022100 -54100
SUPPLIES
$59.74
2016
35372703
MISC ITEMS AS NEEDED, FYE
$39.63
10022822 -54100
SUPPLIES
$39.63
2016
35379873
MISC ITEMS AS NEEDED, FYE
$18.88
10022831 -54100
SUPPLIES
$18.88
2016
35396475
MISC ITEMS AS NEEDED, FYE
$5.41
10520210 -54100
SUPPLIES
$5.41
2016
35388237
MISC ITEMS AS NEEDED. FYE
$18.02
10520210 -54100
SUPPLIES
$18.02
2016
35392158
MISC ITEMS AS NEEDED, FYE
$23.25
10520210 -54100
SUPPLIES
$23.25
2016
35392317
MISC ITEMS AS NEEDED, FYE
$11.87
20824300 -54100
SUPPLIES
$11.87
2016
35392570
MISC ITEMS AS NEEDED, FYE
$35.62
20824300 -54100
SUPPLIES
$35.62
2016
35373500
MISC ITEMS AS NEEDED. FYE
$8.97
80026120 -54100
SUPPLIES
$8.97
2016
35374561
MISC ITEMS AS NEEDED, FYE
$4.54
80026200 -54100
SUPPLIES
$4.54
2016
35375305
MISC ITEMS AS NEEDED, FYE
$23.40
80026330 -54100
SUPPLIES
$23.40
2016
35378690
MISC ITEMS AS NEEDED, FYE
$52.70
80026330 -54100
SUPPLIES
$52.70
2016
35373763
MISC ITEMS AS NEEDED, FYE
$54.86
80026330 -54100
SUPPLIES
$54.86
2016
35379688
MISC ITEMS AS NEEDED, FYE
$61.58
80026330 -54100
SUPPLIES
$61.58
2016
List of Checks Presented for Approval on 2/19/2016
Invoices
Vendor
Description
Invoice Amt
Invoice Account
Detail
and Allocation Detail
FRIEDMANS HOME 35391971
MISC ITEMS AS NEEDED, FYE
$88.86
80026330 -54100
SUPPLIES
$88.86
IMPROVEMENT
2016
35392420
MISC ITEMS AS NEEDED, FYE
$146.76
80026330 -54100
SUPPLIES
$146.76
2016
35374991
MISC ITEMS AS NEEDED, FYE
$4.25
80026400 -54100
SUPPLIES
$4.25
2016
35391328
MISC ITEMS AS NEEDED, FYE
$135.16
80026400 -54100
SUPPLIES
$135.16
2016
35391923
MISC ITEMS AS NEEDED, FYE
$4.54
80526610 -54100
SUPPLIES
$4.54
2016
35376811
MISC ITEMS AS NEEDED, FYE
$189.20
82024410 -54100
SUPPLIES
$94.60
2016
84024420 -54100
SUPPLIES
$94.60
35375806
MISC ITEMS AS NEEDED, FYE
$20.34
82024411 -54100
SUPPLIES
$20.34
2016
35381101
MISC ITEMS AS NEEDED, FYE
$140.54
82024411 -54100
SUPPLIES
$140.54
2016
35392076
MISC ITEMS AS NEEDED, FYE
$186.52
82024411 -54100
SUPPLIES
$186.52
2016
35379184
MISC ITEMS AS NEEDED, FYE
$4.52
82024414 -54100
SUPPLIES
$4.52
2016
35373232
MISC ITEMS AS NEEDED, FYE
$27.03
82024414 -54100
SUPPLIES
$27.03
2016
35373133
MISC ITEMS AS NEEDED, FYE
$27.51
82024414 -54100
SUPPLIES
$27.51
2016
35393856
MISC ITEMS AS NEEDED, FYE
$27.70
82024414 -54100
SUPPLIES
$27.70
2016
35374891
MISC ITEMS AS NEEDED, FYE
$64.33
82024414 -54100
SUPPLIES
$64.33
2016
35379594
MISC ITEMS AS NEEDED, FYE
$80.23
82024414 -54100
SUPPLIES
$80.23
2016
35374820
MISC ITEMS AS NEEDED, FYE
($4.18)
84024421 -54100
SUPPLIES
($4.18)
2016
35373963
MISC ITEMS AS NEEDED, FYE
$4.23
84024421 -54100
SUPPLIES
$4.23
2016
35380272
MISC ITEMS AS NEEDED, FYE
$38.02
84024421 -54100
SUPPLIES
$38.02
2016
List of Checks Presented for Approval on 2/19/2016
Invoices
FRIEDMANS HOME 35376310 MISC ITEMS AS NEEDED, FYE
IMPROVEMENT 2016
35394521 MISC ITEMS AS NEEDED, FYE
2016
35372666 MISC ITEMS AS NEEDED, FYE
2016
GARLAND MFG COMPANY 0171016 -IN PARTS
GCR 851 -31401 TIRES,TUBES,REPAIR & LABOR
AS
851 -31336 TIRES,TUBES,REPAIR & LABOR
AS
851 -31420 TIRES,TUBES,REPAIR & LABOR
AS
851 -31538 TIRES,TUBES,REPAIR & LABOR
AS
851 -31417 TIRES,TUBES,REPAIR & LABOR
AS
$40.19
84024421 -54100
SUPPLIES
$40.19
$4541
84024421 -54100
SUPPLIES
$45.41
$157.02
84024421 -54100
SUPPLIES
$157.02
------
Vendor Total:
--- - - - ---
$4,907.49
$201.52
84024425 -56120
EQUIPMENT MAINTENANCE &
$201.52
REPAIR
---------------
Vendor Total:
$201.52
$149.42
90000000 -23252
DISTRICT USE TAX - LIBRARIES
($0.15)
10520210 -56130
EXTERNAL SERVICES
$0.15
10520210 -56130
EXTERNAL SERVICES
$149.42
$169.05
90000000 -23252
DISTRICT USE TAX - LIBRARIES
($0.17)
10520210 -56130
EXTERNAL SERVICES
$0.17
10520210 -56130
EXTERNAL SERVICES
$169.05
$422.56
90000000 -23252
DISTRICT USE TAX - LIBRARIES
($0.28)
10520210 -56130
EXTERNAL SERVICES
$0.28
10520210 -56130
EXTERNAL SERVICES
$422.56
$676.25
90000000 -23252
DISTRICT USE TAX - LIBRARIES
($0.55)
10520210 -56130
EXTERNAL SERVICES
$0.55
10520210 -56130
EXTERNAL SERVICES
$676.25
$234.16
90000000 -23237
DISTRICT USE TAX - MEASURE S
($0.94)
90000000 -23237
DISTRICT USE TAX- MEASURE S
($0.93)
90000000 -23237
DISTRICT USE TAX- MEASURE S
($0.93)
List of Checks Presented for Approval on 2/19/2016
Invoices
GCR 851 -31417 TIRES,TUBES,REPAIR & LABOR
AS
851 -31539 TIRES,TUBES,REPAIR & LABOR
AS
GEARY, SHEA, O'DONNELL, 40526 TRIAL COUNSEL IN UVSD VS.
GRATTAN, & MITCHELL COU
GEOFF HEINECKEN SF -D 15648 SUPPLIES
GOLDEN GATE BRIDGE TOLL 1691532458135 BRIDGE TOLL
GOLDEN STATE EMERGENCY C1002517 PARTS
VEHICLE SERVICE INC
GRAINGER INC 9012772019 PARTS
GRANITE CONSTRUCTION 854648 MISC ROCK & ROAD PATCH
COMPANY MTLS AS
875591 MISC ROCK & ROAD PATCH
MTLS AS
932263 MISC ROCK & ROAD PATCH
MTLS AS
$234.16
90000000 -23237
DISTRICT USE TAX- MEASURE S
($0.93)
10024220 -56130
EXTERNAL SERVICES
$3.73
10024220 -56130
EXTERNAL SERVICES
$234.16
$300.46
10520210 -56130
EXTERNAL SERVICES
$300.46
---------
Vendor Total:
- - ----
$1,951.90
$29,481.50
84424422 -52100
CONTRACTED SERVICES
$29,481.50
---------------
Vendor Total:
$29,481.50
$375.70
69122700 -54100
SUPPLIES
$375.70
---------
Vendor Total:
---- - -
$375.70
$7.25
20413500 -57100
CONFERENCE & TRAINING
$7.25
---------------
Vendor Total:
$7.25
$154.14
90000000 -23252
DISTRICT USE TAX- LIBRARIES
($0.16)
10521210 -56130
EXTERNAL SERVICES
$0.16
10521210 -56130
EXTERNAL SERVICES
$154.14
---------
Vendor Total:
- - --- -
$154.14
$117.36
70024500 -54100
SUPPLIES
$117.36
---------------
Vendor Total:
$117.36
$260.80
10024220 -54120
PW - SPECIAL SUPPLIES
$260.80
$92.64
84024421 -54100
SUPPLIES
$92.64
$238.87
84024421 -54100
SUPPLIES
$238.87
---------
Vendor Total:
-- ----
$592.31
List of Checks Presented for Approval on 2/19/2016
Invoices
GREG BLANCETT TR 8/26- 8/29/15 TRAVEL REIMBURSEMENT
HOMESAFE LP 08- 0008.1 -1 PALACE HOTEL INSPECTION
INTEGRITY SHRED 55548 DOCUMENT SHREDDING
JENNIFER COURSEY 1027
DRUG ED COLUMN /PRFM RPT
CONFERENCE & TRAINING
CARD
1033
DRUG ED COLUMN /PRFM RPT
---------------
Vendor Total:
CARD
1075
DRUG ED COLUMN /PRFM RPT
LEGAL SERVICE&EXPENSES
CARD
JENSEN PRECAST CORP NC65958
ELECTRICAL EQUIPMENT AND
------
Vendor Total:
SUPPL
NC65959 ELECTRICAL EQUIPMENT AND
SUPPL
JOBS AVAILABLE 1604059 EMPLOYMENT ADVERTISING
JOHN AGUILAR TA 03/04/16 TRAVEL ADVANCE
$4.98
84024425 -57100
CONFERENCE & TRAINING
$4.98
---------------
Vendor Total:
$2,600.00
10014000 -52150
LEGAL SERVICE&EXPENSES
$2,600.00
------
Vendor Total:
--- -- -- --
$2,600.00
$57.00
10520210 -54100
SUPPLIES
$28.50
20620231 -54100
SUPPLIES
$28.50
---------------
Vendor Total:
$57.00
$1,337.50
63020210 -52100
CONTRACTED SERVICES
$1,337.50
$1,662.50
63020210 -52100
CONTRACTED SERVICES
$1,662.50
$1,887.50
63020210 -52100
CONTRACTED SERVICES
$1,887.50
- -------
Vendor Total:
-- - - - --
$4,887.50
$2,011.13
80026120 -80230
INFRASTRUCTURE
$1,946.25
80026120 -54100
SUPPLIES
$64.88
$10,256.74
80026120 -80230
INFRASTRUCTURE
$10,256.74
Vendor Total:
$12,267.87
$702.00
10016100 -54162
HR - ADVERTISING
$702.00
---------------
Vendor Total:
$702.00
$15.00
82024414 -57100
CONFERENCE & TRAINING
$15.00
---------------
Vendor Total:
$15.00
List of Checks Presented for Approval on 2/19/2016
Invoices
JOSIE CASTANON TA 03/04/16 TRAVEL ADVANCE
KAREN POPLAWSKI DV 021116 INSTRUCTOR
KEOUGH'S LANDSCAPING INC 14949 LANDSCAPE MAINT.- ORCHARD
SUBST
KIMBALL MIDWEST 4681238 PARTS
KRISTINE LAWLER
LLOYD WAKE
LORELEI SCOTT
OV21116 REIMBURSE SUPPLIES
582103 ICE MACHINE REPAIR
3417 SIGNAGE
LOUIS MALDONADO SR DV 010416 DEFENSIVE TACTICAL TRAINING
FO
MARGARET AGNEW DV 021116 INSTRUCTOR
MEAUX PETRA DV 020816 REIMBURSEMENT FOR
REPLACEMENT SEWER LATERAL
$15.00
10520210 -57100
CONFERENCE & TRAINING
$15.00
---------------
Vendor Total:
$15.00
$304.50
10022850 -52100
CONTRACTED SERVICES
$304.50
---------------
Vendor Total:
$304.50
$500.00
80026130 -52100
CONTRACTED SERVICES
$500.00
---------------
Vendor Total:
$500.00
$601.33
20324100 -52100
CONTRACTED SERVICES
$601.33
---------------
Vendor Total:
$601.33
$21.61
10011100 -54100
SUPPLIES
$21.61
---------------
Vendor Total:
$21.61
$131.19
73022600 -56120
EQUIPMENT MAINTENANCE &
$131.19
REPAIR
---------------
Vendor Total:
$131.19
$144.82
69122700 -54100
SUPPLIES
$144.82
---------
Vendor Total:
- - --- -
$144.82
$500.00
10520210 -57100
CONFERENCE & TRAINING
$500.00
---------------
Vendor Total:
$500.00
$203.00
10022850 -52100
CONTRACTED SERVICES
$203.00
---------------
Vendor Total:
$203.00
$2,000.00
84424422 -52100
CONTRACTED SERVICES
$2,000.00
Vendor Total: $2,000.00
List of Checks Presented for Approval on 2/19/2016
Invoices
Description
MENDO MILL & LUMBER CO K099411 HARDWARE AND RELATED $2,228.84 30122210 -54100 SUPPLIES $2,228.84
ITEMS
---------------
Vendor Total: $2,228.84
MENDOCINO COUNTY FARM 421447 MISC. SUPPLIES AS NEEDED, $27.26 10024220 -54120 PW - SPECIAL SUPPLIES $27.26
SUPPLY FYE
421725
MISC. SUPPLIES AS NEEDED,
$9.72
70024500 -54100
---------
Vendor Total:
FYE
EQUIPMENT MAINTENANCE &
$3,396.17
MICHAEL R PALLESEN DV 020916
INSTRUCTOR
$157.50
10022850 -52100
MUNIQUIP LLC 103343
PUMPING EQUIPMENT AND
$3,396.17
84024425 -56120
EQUIPMENT MAINTENANCE &
ACCESSOR
REPAIR
NAPA AUTO PARTS 921121
PARTS
$39.57
20324100 -56120
917703
PARTS
$68.05
20324100 -56120
918941
PARTS
$30.13
10520210 -56130
917807
PARTS
$212.92
10520210 -56130
921008
PARTS
$128.51
77725200 -56130
920976
PARTS
$8.93
80026400 -56130
920969
PARTS
$42.68
80026400 -56130
918691
PARTS
$12.42
82024411 -56130
919024
PARTS
$49.69
82024414 -56130
921032
PARTS
$7.91
20324100 -58510
917766
PARTS
$24.70
20324100 -58510
920994
PARTS
$16.58
10022100 -54100
SUPPLIES $9.72
Vendor Total:
$36.98
CONTRACTED SERVICES
$157.50
---------
Vendor Total:
- - --- -
$157.50
EQUIPMENT MAINTENANCE &
$3,396.17
REPAIR
- --------
Vendor Total:
- -----
$3,396.17
EQUIPMENT MAINTENANCE &
$39.57
REPAIR
EQUIPMENT MAINTENANCE &
$68.05
REPAIR
EXTERNAL SERVICES
$30.13
EXTERNAL SERVICES
$212.92
EXTERNAL SERVICES
$128.51
EXTERNAL SERVICES
$8.93
EXTERNAL SERVICES
$42.68
EXTERNAL SERVICES
$12.42
EXTERNAL SERVICES
$49.69
REIMBRSABLE JOBS
$7.91
REIMBRSABLE JOBS
$24.70
SUPPLIES
$16.58
NAPA AUTO PARTS
NCPA
NICK KIRBY
NOBLE WAIDELICH
ONE TIME PAY VENDOR
List of Checks Presented for Approval on 2/19/2016
Invoices
920948
PARTS
$18.35
10022100 -54100
920977
PARTS
$30.98
10022100 -54100
921372
PARTS
$38.80
10022100 -54100
918149
PARTS
$11.32
82024411 -54100
918485
PARTS
$19.64
82024414 -54100
FEB -16
NCPA FEB -16
$585,265.00
80026300 -58104
TA 3/4/16 TRAVEL ADVANCE
80026300 -58101
80026300 -58102
80026300 -58105
80026300 -58103
$15.00 82024414 -57100
3/6-3/9/16
TRAVEL ADVANCE
$662.60
10520224 -57100
103731 -6
UTILITY REFUND
$26.17
90100000 -10421
113476 -6
UTILITY REFUND
$45.93
90100000 -10421
1146794
UTILITY REFUND
$47.29
90100000 -10421
113805 -6
UTILITY REFUND
$103.42
90100000 -10421
112016 -1
UTILITY REFUND
$150.00
90100000 -10421
SUPPLIES
$18.35
SUPPLIES
$30.98
SUPPLIES
$38.80
SUPPLIES
$11.32
SUPPLIES
$19.64
---------
Vendor Total:
-- ----
$761.18
NCPA MANAGEMENT SERVICES
$43,066.00
NCPA PLANT GENERATION
$198,618.00
NCPA POWER PURCHASES
$294,235.00
NCPA THIRD PARTY SALES
($46,453.00)
NCPA TRANSMISSION
$95,799.00
-----
Vendor Total:
---- - -----
$585,265.00
CONFERENCE & TRAINING
$15.00
---------------
Vendor Total:
$15.00
CONFERENCE & TRAINING
$662.60
---------------
Vendor Total:
$662.60
UTILITY RECEIVABLES CLEARING
$26.17
UTILITY RECEIVABLES CLEARING
$45.93
UTILITY RECEIVABLES CLEARING
$47.29
UTILITY RECEIVABLES CLEARING
$103.42
UTILITY RECEIVABLES CLEARING
$150.00
List of Checks Presented for Approval on 2/19/2016
Invoices
wenour i
iescription Invoice
AMt
Invoice Account
Detail and Allocation
Detail
ONE TIME PAY VENDOR
103730 -8
UTILITY REFUND
$368.36
90100000 -10421
UTILITY RECEIVABLES CLEARING
$368.36
70470 -0
UTILITY REFUND
$1,393.80
90100000 -10421
UTILITY RECEIVABLES CLEARING
$1,393.80
---------------
Vendor Total:
$2,134.97
ONESOURCE DISTRIBUTORS LLC S5016077.001
PARTS
$885.33
80000000 -12104
INVENTORY- PURCHASES
$885.33
S4954773.002
ELECTRICAL EQUIPMENT AND
$6,892.71
80000000 -12104
INVENTORY- PURCHASES
$6,892.71
SUPPL
S4970084.001
ELECTRICAL EQUIPMENT AND
$1,962.47
80026120 -54100
SUPPLIES
$1,962.47
SUPPL
---
Vendor Total:
--- --- -- - - --
$9,740.51
PACE SUPPLY CORPORATION
023146642
PLUMBING EQUIPMENT,
$2.165.38
82000000 -12104
INVENTORY- PURCHASES
$2,165.38
FIXTURES,
---------------
Vendor Total:
$2,165.38
PAYMENTUS GROUP INC
US15110049
TRANSACTION FEES NOV -15
$1.054.88
20513300 -52100
CONTRACTED SERVICES
$1,054.88
---------
Vendor Total:
-- - - --
$1,054.88
PENNY'S TROPHIES
1754
ENGRAVED PERPETUAL PLATES
$5.41
10520210 -54100
SUPPLIES
$5.41
---------------
Vendor Total:
$5.41
PETERSON CAT
PC0601290145
MISC PARTS AS NEEDED, FYE
$239.38
90000000 -23237
DISTRICT USE TAX - MEASURE S
($1.11)
2016
20324100 -58510
REIMBRSABLE JOBS
$1.11
20324100 -58510
REIMBRSABLE JOBS
$239.38
PC060129000
MISC PARTS AS NEEDED, FYE
$120.25
10022100 -56130
EXTERNAL SERVICES
$120.25
2016
PC060128686
MISC PARTS AS NEEDED, FYE
$22.71
10022500 -56130
EXTERNAL SERVICES
$22.71
2016
---------------
Vendor Total:
$382.34
PG&E CO
FEB 2016
GAS AND ELECTRIC SERVICES
$9,262.86
10024220 -56210
FUEL & FLUIDS
$27.69
List of Checks Presented for Approval on 2/19/2016
Invoices
PG &E CO
FEB 2016
GAS AND ELECTRIC SERVICES
$9,262.86
84024425 -55200
$7.84
UTILITIES
$2,743.05
UTILITIES
10022100 -55210
UTILITIES
$917.08
UTILITIES
$283.14
10022300 -55210
$910.50
UTILITIES
$54.57
UTILITIES
20822500 -55210
UTILITIES
$132.71
--------
Vendor Total:
---- - --
$9,262.86
69122700 -55210
$5,500.00
--- ---
Vendor Total:
--- - - - ---
$5,500.00
SUPPLIES
70024500 -55210
SUPPLIES
$15.62
SUPPLIES
$31.24
73022600 -55210
- -- -- -
$62.48
CONTRACTED SERVICES
$160.00
--------
Vendor Total:
73022600 -55210
77725200 -55210
82024411 -55210
84024421 -55210
PHILLIPS SEABROOK
6048
STRUCT ENGNG /PLAN
$5,500.00
10023320 -52100
ASSOCIATES
CHCK/SUBSTIT
PLEASANT VIEW DAIRY
100403259
PROVIDE MISC GOODS AS
$15.62
73022600 -54100
NEEDED,
100408334
PROVIDE MISC GOODS AS
$15.62
73022600 -54100
NEEDED,
680402604
PROVIDE MISC GOODS AS
$31.24
73022600 -54100
NEEDED,
PORTOLA SYSTEMS INC
33006
I.T. SERVICES AS NEEDED
$160.00
20922900 -52100
PG &E
$2,306.00
UTILITIES
$81.31
UTILITIES
$7.84
UTILITIES
$2,743.05
UTILITIES
$129.13
UTILITIES
$917.08
UTILITIES
$283.14
UTILITIES
$910.50
UTILITIES
$54.57
UTILITIES
$1,669.84
UTILITIES
$132.71
--------
Vendor Total:
---- - --
$9,262.86
CONTRACTED SERVICES
$5,500.00
--- ---
Vendor Total:
--- - - - ---
$5,500.00
SUPPLIES
$15.62
SUPPLIES
$15.62
SUPPLIES
$31.24
---------
Vendor Total:
- -- -- -
$62.48
CONTRACTED SERVICES
$160.00
--------
Vendor Total:
- - - - - --
$160.00
List of Checks Presented for Approval on 2/19/2016
Invoices
PUBLIC FINANCIAL PFM -62544 FINANCIAL ADVISORY SERVICES
MANAGEMENT
PUBLIC SERVICE DEPARTMENT 12716 UTILITIES
$6,033.66 10015100 -52100
CONTRACTED SERVICES
$6,033.66
- ----
Vendor Total:
-- -- - - - - --
$6,033.66
$71,672.67 80626500 -52133
MONTHLY DISCOUNT PROGRAM
$105.78
10012400 -55210
UTILITIES
$321.80
10017100 -55210
UTILITIES
$156.92
10022100 -55210
UTILITIES
$5,859.31
10022300 -55210
UTILITIES
$2,691.56
10024220 -55210
UTILITIES
$603.61
10026630 -55210
UTILITIES
$505.22
20620231 -55210
UTILITIES
$52.14
20822500 -55210
UTILITIES
$4,771.62
20824300 -55210
UTILITIES
$300.61
20824300 -55210
UTILITIES
$1,577.72
25024300 -55210
UTILITIES
$35.02
64020213 -55210
UTILITIES
$462.23
69122700 -55210
UTILITIES
$1,511.29
73022600 -55210
UTILITIES
$1,801.85
77725200 -55210
UTILITIES
$2,111.79
80026400 -55210
UTILITIES
$2,032.32
80526610 -55210
UTILITIES
$9,086.50
82024411 -55210
UTILITIES
$13,828.96
82024414 -55210
UTILITIES
$564.64
List of Checks Presented for Approval on 2/19/2016
Invoices
PUBLIC SERVICE DEPARTMENT 12716 UTILITIES
R EMMETT JONES STMT JAN -16 MANAGEMENT ADVISORY
SERVICES F
REDWOOD COAST FUELS 1765387
REMY MOOSE MANLEY LLP 102404
REXEL INC
1564710
1555736
CARDLOCK FUEL PURCHASES,
FYE 2
RETAIN TO REP CITY IN
LAWSUIT
MISC ELECTRICAL SUPPLIES AS
NE
MISC ELECTRICAL SUPPLIES AS
NE
RICHARD THORNTON DBA
8039
MISCELLANEOUS SERVICES, NO.
TELECOM
2
SHAPE PRODUCTS
4002495
SUPPLIES
4002280
SUPPLIES
SHAPIRO, GALVIN. SHAPIRO &
DV 020516
LEGAL REPRESENTATION IN
MORAN
PERSON
$71,672.67
84024421 -55210
UTILITIES
$104.75
84024425 -55210
UTILITIES
$23,187.03
----
Vendor Total:
----- ---- --
$71,672.67
$1,912.50
70224500 -52100
CONTRACTED SERVICES
$1,912.50
- ------
Vendor Total:
- - --- ---
$1,912.50
$52.24
10521210 -56130
EXTERNAL SERVICES
$52.24
---------------
Vendor Total:
$52.24
$9,634.00
90000000 -21111
PLANNING PERMIT ESCROW
$9,634.00
-----
Vendor Total:
---- - - - ---
$9,634.00
$4435
84024421 -56130
EXTERNAL SERVICES
$44.35
$31.88
80026330 -54100
SUPPLIES
$31.88
---------------
Vendor Total:
$76.23
$12,066.86
22022900 -80100
MACHINERY & EQUIPMENT
$12,066.86
----
Vendor Total:
------- - - --
$12,066.86
$198.63
82024411 -58202
WATER TREATMENT PLANT
$198.63
CHEMICAL
$198.93
82024411 -58202
WATER TREATMENT PLANT
$198.93
CHEMICAL
---------------
Vendor Total:
$397.56
$2,722.05
10016100 -52100
CONTRACTED SERVICES
$2,722.05
---------------
Vendor Total:
$2, 722.05
List of Checks Presented for Approval on 2/19/2016
Invoices
SIRI GRADING & PAVING INC G702 2/2116 SPEC 15 -18 - OAK MANOR PARK
UP
SOLID WASTES SYSTEMS INC JAN -16 RESIDENTIAL GARBAGE FEES
JAN -16
STATE OF CALIFORNIA 146411 FINGERPRINTING /LIVESCAN FOR
NEW EMPLOYEES
STEVEN BUTLER 123 GENERAL I.T. SERVICES ON AN
AS
SYAR INDUSTRIES INC 591665 ASHPALT AS NEEDED, FYE 2016
1039704 ASHPALT AS NEEDED, FYE 2016
589561 ROAD AND HIGHWAY BUILDING
MATE
TELSTAR INSTRUMENTS INC 84106 DATA PROCESSING, COMPUTER,
PRO
TRACEY PORTER TA 03/03- TRAVEL ADVANCE
03/04/16
TRACTOR SUPPLY CREDIT PLAN 141072 MISCELLANEOUS SUPPLIES AS
NEED
269950 MISCELLANEOUS SUPPLIES AS
NEED
140357 MISCELLANEOUS SUPPLIES AS
NEED
$27,275.00
30022200 -80230
INFRASTRUCTURE
$27,275.00
---------
Vendor Total:
- - - - --
$27,275.00
$23,014.24
90200000 -52170
UKIAH WASTE
SOLUTIONS
$23,014.24
- -----
Vendor Total:
--- - - - -- -
$23,014.24
$347.00
10016100 -54165
HR - NEW EMPLOYEE
$347.00
FINGERPRINT
---------------
Vendor Total:
$347.00
$3,000.00
20922900 -52100
CONTRACTED
SERVICES
$3,000.00
------------
Vendor Total:
---
$3,000.00
$1,941.21
10024220 -54121
PIN - ASPHALT
CONCRETE
$1,941.21
$32.06
84024421 -54100
SUPPLIES
$32.06
$2,137.27
84024421 -54100
SUPPLIES
$2,137.27
---------------
Vendor Total:
$4,110.54
$1,515.00
84024425 -52100
CONTRACTED
SERVICES
$1,515.00
- --------
Vendor Total:
- - - - --
$1,515.00
$30.00
10520210 -57100
CONFERENCE
& TRAINING
$30.00
---------------
Vendor Total:
$30.00
$90.79
20822500 -56130
EXTERNAL SERVICES
$90.79
$166.47
20822500 -54102
SMALL TOOLS
$166.47
$73.51
10022100 -54100
SUPPLIES
$73.51
List of Checks Presented for Approval on 2/19/2016
Invoices
••
•
• e • 1
1
T •
• b- • • • �-
84024425 -55100
TRACTOR SUPPLY CREDIT PLAN
269898
MISCELLANEOUS SUPPLIES AS
$69.17
84024421 -54100
SUPPLIES
$69.17
NEED
---------------
Vendor Total:
$399.94
TWO BROTHERS CATHODIC
535
ANNUAL SERVICE ON WATER
$700.00
82024411 -52100
CONTRACTED SERVICES
$700.00
SERVICES INC
TANKS
---------------
Vendor Total:
$700.00
UKIAH DAILY JOURNAL
937445
NEWSPAPER PUBLICATION
$352.00
10011100 -52150
LEGAL SERVICES /EXPENSES
$200.00
SERVICES
10023100 -54100
SUPPLIES
$138.89
10520210 -54100
SUPPLIES
$13.11
943905
NEWSPAPER PUBLICATION
5356.54
10011100 -52150
LEGAL SERVICES/EXPENSES
$42.04
SERVICES
10011100 -52150
LEGAL SERVICES /EXPENSES
$87.50
10011100 -52150
LEGAL SERVICES /EXPENSES
$105.56
10011100 -52150
LEGAL SERVICES /EXPENSES
$108.33
10520210 -54100
SUPPLIES
$13.11
---------------
Vendor Total:
$708.54
US CELLULAR
0121979557
CELL PHONE
$162.04
80026400 -55100
TELEPHONE
$39.77
US POST OFFICE
DV21916 RENEW POSTAL BOX
80026400 -55100
TELEPHONE
82024410 -55100
TELEPHONE
84024421 -55100
TELEPHONE
84024425 -55100
TELEPHONE
$170.00 20513300 -54101 POSTAGE
$61.09
$17.04
$17.04
$27.10
---------------
Vendor Total: $162.04
$170.00
---------
- - ---
-
Vendor Total: $170.00
List of Checks Presented for Approval on 2/19/2016
Invoices
Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail
WELLS FARGO BANK CORP DV021716 WTP BONDS PAYMENT $251,305.83 82224413 -70102 BOND INTEREST PAYMENTS $251,306.25
TRUST
DV 021716 WWTP BONDS PAYMENT
WEST YOST ASSOCIATED 2029062 PREP OF 2015 URBAN WATER
MGMT
7 RRWA EXECUTIVE DIRECTOR
SERVIC
ZAB ENTERPRISES INC CH238329
PROVIDE MISC. FOOD DISHES AS
$3,394,248.40
N
ch239344
PROVIDE MISC. FOOD DISHES AS
CASH WITH FISCAL AGENT
N
CH244972
PROVIDE MISC. FOOD DISHES AS
$25,463.75
N
ch241728
PROVIDE MISC. FOOD DISHES AS
CONTRACTED SERVICES
N
CH242404
PROVIDE MISC. FOOD DISHES AS
--------
Vendor Total:
N
CH239137
PROVIDE MISC, FOOD DISHES AS
SUPPLIES
N
CH242082
PROVIDE MISC. FOOD DISHES AS
SUPPLIES
N
CH242081
PROVIDE MISC. FOOD DISHES AS
SUPPLIES
N
CH239136
PROVIDE MISC. FOOD DISHES AS
SUPPLIES
N
$15.50
$19.90
$19.90
$21.52
$13.20
$60.50
$85.26
$94.55
$240.91
10012200 -54100
10012200 -54100
10012200 -54100
10012200 -54100
73022600 -54100
73022600 -54100
73022600 -54100
73022600 -54100
73022600 -54100
CASH WITH FISCAL AGENT
82200000 -10260
$3,394,248.40
84124426 -70102
BOND PRINCIPAL PAYMENTS
84124426 -70202
CASH WITH FISCAL AGENT
84100000 -10260
$2,499.00
82024410 -52100
$25,463.75
91190100 -52100
CONTRACTED SERVICES
91190100 -52100
CONTRACTED SERVICES
91190100 -52100
$15.50
$19.90
$19.90
$21.52
$13.20
$60.50
$85.26
$94.55
$240.91
10012200 -54100
10012200 -54100
10012200 -54100
10012200 -54100
73022600 -54100
73022600 -54100
73022600 -54100
73022600 -54100
73022600 -54100
CASH WITH FISCAL AGENT
($0.42)
BOND INTEREST PAYMENTS
$1,464,250.00
BOND PRINCIPAL PAYMENTS
$1,930,000.00
CASH WITH FISCAL AGENT
($1.60)
---
Vendor Total:
----- - - -- - --
$3,645,554.23
CONTRACTED SERVICES
$2,499.00
CONTRACTED SERVICES
$5,459.50
CONTRACTED SERVICES
$6,101.25
CONTRACTED SERVICES
$13,903.00
--------
Vendor Total:
--- - - --
$27,962.75
SUPPLIES
$15.50
SUPPLIES
$19.90
SUPPLIES
$19.90
SUPPLIES
$21.52
SUPPLIES
$13.20
SUPPLIES
$60.50
SUPPLIES
$85.26
SUPPLIES
$94.55
SUPPLIES $240.91
List of Checks Presented for Approval on 2/19/2016
Invoices
ZAB ENTERPRISES INC CH242083 PROVIDE MISC. FOOD DISHES AS $254.42 73022600 -54100 SUPPLIES $254.42
N
CH243203 PROVIDE MISC. FOOD DISHES AS $612.39 73022600 -54100 SUPPLIES $612.39
N
Vendor Total: $1,438.05
INVOICE TOTAL: $4,661,047.86
List of Checks Presented for Approval on 2/26/2016
The following list of bills payable was reviewed and approved for payment.
< ,, <'.', - -.?- -7- /oc
ACCOUNTEMPS 44960293
44989338
45041902
ACME RIGGING & SUPPLY CO 275227
275763
TEMP SUPPORT - RICARDO
CHAVARR
TEMP SUPPORT - RICARDO
CHAVARR
TEMP SUPPORT - RICARDO
CHAVARR
MISC RENTAL & SUPPLIES AS
NEED
MISC RENTAL & SUPPLIES AS
NEED
Signature
Invoices
ADAMSON POLICE PRODUCTS INV POLICE AND PRISON EQUIPMENT
AN
AFLAC 913706 CANCER/LIFE/ACC INS
AFLAC GROUP INSURANCE A063637300 FEB -16 AFLAC CRITICAL CARE
INS
AL SMATSKY 22 DESIGN, ENGINEERNG &
CONSULTAN
$888.00
10013400 -52100
CONTRACTED SERVICES
$888.00
$888.00
10013400 -52100
CONTRACTED SERVICES
$888.00
$888.00
10013400 -52100
CONTRACTED SERVICES
$888.00
----
Vendor Total:
--- -- - - - ---
$2,664.00
$86.68
10024220 -54120
PW - SPECIAL SUPPLIES
$1.28
10024220 -54120
PIN - SPECIAL SUPPLIES
$85.40
$318.96
80026120 -54102
SMALL TOOLS
$318.96
---------------
Vendor Total:
$405.64
$404.46
10520210 -56130
EXTERNAL SERVICES
$404.46
---------
Vendor Total:
-- - -- -
$404.46
$6,663.82
20700000 -20527
SECTION 125 (CANCER & LIFE)
$6,663.82
--- ---
Vendor Total:
- - - - ---- -
$6,663.82
$563.38
20700000 -20528
MEDICAL & DEPENDANT REIMB.
$563.38
---------------
Vendor Total:
$563.38
$5,617.26
80026400 -52100
CONTRACTED SERVICES
$5,617.26
--------
Vendor Total:
-------
$5,617.26
List of Checks Presented for Approval on 2/26/2016
Invoices
ALL -GUARD ALARM SYSTEMS
A57936
MONTHLY FIRE & BURG
$74.00
84024425 -52180
INC
CONTRACTED SERVICES
MONITERING
CONTRACTED SERVICES
$271.00
ALPHA ANALYTICAL
5122096-
MISCELLANEOUS LAB WORK AS
$271.00
84024425 -52100
LABORATORIES INC
UKAIHSTP
NEED
---------------
Vendor Total:
$4,764.00
CONFERENCE & TRAINING
6011869-
MISCELLANEOUS LAB WORK AS
$271.00
84024425 -52100
$132,232.14
UKIAHSTP
NEED
CONTRACTED SERVICES
$2,000.00
6013472-
MISCELLANEOUS LAB WORK AS
$271.00
84024425 -52100
UKIAHSTP
NEED
6012746-
MISCELLANEOUS LAB WORK AS
$390.00
84024425 -52100
UKIAHSTP
NEED
6012961-
MISCELLANEOUS LAB WORK AS
$874.00
84024425 -52100
UKIAHSTP
NEED
6013723-
MISCELLANEOUS LAB WORK AS
$959.00
84024425 -52100
UKIAHSTP
NEED
6013563-
ENVIRONMENTAL AND
$1,728.00
84024425 -52100
UKIAHSTP
ECOLOGICAL S
ANTONIO MUNOZ
CFM022016
HEALTH RELATED SERVICES
$333.33
10521210 -57100
(FOR H
AQUALITEC CORP
20130508.01
BAR SCREEN SCREENTEC 316
$132,232.14
84024425 -80100
STAIN
ARLENE L. MOOREHEAD
DV 020916
REIMBURSEMENT FOR
$2,000.00
84424422 -52100
REPLACEMENT OF SEWER
LATERAL
ARROW FENCING 75478 TEMP FENCE PANELS
SECURITY SERVICES
$74.00
---------------
Vendor Total:
$74.00
CONTRACTED SERVICES
$271.00
CONTRACTED SERVICES
$271.00
CONTRACTED SERVICES
$271.00
CONTRACTED SERVICES
$390.00
CONTRACTED SERVICES
$874.00
CONTRACTED SERVICES
$959.00
CONTRACTED SERVICES
$1,728.00
---------------
Vendor Total:
$4,764.00
CONFERENCE & TRAINING
$333.33
---------------
Vendor Total:
$333.33
MACHINERY & EQUIPMENT
$132,232.14
-- -----
Vendor Total:
--------
$132,232.14
CONTRACTED SERVICES
$2,000.00
$318.50 25024210 -80230 INFRASTRUCTURE
--- --- ---------
Vendor Total: $2,000.00
$318.50
---------------
Vendor Total: $318.50
List of Checks Presented for Approval on 2/26/2016
Invoices
AVIATION FUEL HANDLING
1033
SUPPLIES
$300.90
77725200 -56300
BUILDING MAINT. & REPAIR
$300.90
TECHNOLOGY
-------°-------
Vendor Total:
$300.90
AVO TRAINING INSTITUTE, INC
SF -D 18697
CERTIFICATE RECERTIFICATION
$400.00
80026330 -57100
CONFERENCE & TRAINING
$400.00
Vendor Total:
$400.00
B & B INDUSTRIAL SUPPLY INC
175269
MISC MATERIALS AS NEEDED,
$18.34
82024411 -56300
BUILDING MAINT. & REPAIR
$18.34
FYE
175090
MISC MATERIALS AS NEEDED,
$91.10
10022500 -56120
EQUIPMENT MAINTENANCE &
$91.10
FYE
REPAIR
175136
MISC MATERIALS AS NEEDED,
$30.11
31122870 -56120
EQUIPMENT MAINTENANCE &
$30.11
FYE
REPAIR
175306
MISC MATERIALS AS NEEDED,
$31.18
84024421 -54100
SUPPLIES
$31.18
FYE
175268
MISC MATERIALS AS NEEDED,
$50.13
84024421 -54100
SUPPLIES
$50.13
FYE
-----°°--
Vendor Total:
-- ----
$220.86
BEST BEST & KRIEGER LLP
765810
RDA LEGAL SERVICES AS
$93.60
96995669 -52100
CONTRACTED SERVICES
$93.60
NEEDED
765811
RDA LEGAL SERVICES AS
$93.60
96995669 -52100
CONTRACTED SERVICES
$93.60
NEEDED
---------------
Vendor Total:
$187.20
BLUEPRINTS & COPIES
51992
PAPER,DRAFTING SUPPLIES,
$632.53
20413500 -54100
SUPPLIES
$632.53
CORE
---------
Vendor Total:
-- ----
$632.53
BRIDGES RESTORATION LLC
4648286
BUILDING MAINT & REPAIR
$1,000.00
73022600 -56300
BUILDING MAINT. & REPAIR
$1,000.00
---------
Vendor Total:
- - ----
$1,000.00
BUSINESS CARD
SF -18805
PURCHASING CREDIT CARD,
$15.05
10018000 -52510
ADVERTISING & PROMOTION
$15.05
MISC P
5531020
FINANCE CREDIT CARD, MISC
$12.71
10013400 -57100
CONFERENCE & TRAINING
$12.71
PURC
List of Checks Presented for Approval on 2/26/2016
Invoices
BUSINESS CARD 554807
FINANCE CREDIT CARD, MISC
$21.00
10013400 -57100
CONFERENCE & TRAINING
$21.00
PURC
5548077
FINANCE CREDIT CARD, MISC
$21.88
10013400 -57100
CONFERENCE & TRAINING
$21.88
PURC
55310206
FINANCE CREDIT CARD, MISC
$188.20
10013400 -57100
CONFERENCE & TRAINING
$188.20
PURC
553102
FINANCE CREDIT CARD, MISC
$254.20
10013400 -57100
CONFERENCE & TRAINING
$254.20
PURC
55480776
POLICE CREDIT CARD, MISC
$16.00
10520210 -57100
CONFERENCE & TRAINING
$16.00
PURCH
3/12 - 3/17/16
POLICE CREDIT CARD, MISC
$625.00
10520210 -57100
CONFERENCE & TRAINING
$625.00
PURCH
1/24 -1/29/16.1
PURCHASING CREDIT CARD,
$208.03
20413500 -57100
CONFERENCE & TRAINING
$208.03
MISC P
1/24 -1/29/16
PURCHASING CREDIT CARD,
$1.040.15
20413500 -57100
CONFERENCE & TRAINING
$1,040.15
MISC P
4/25 - 4/29/16
CITY MGR DEPARTMENT CREDIT
$89.27
82024410 -57100
CONFERENCE & TRAINING
$89.27
CAR
4/25 - 4/29/16.2
CITY MGR DEPARTMENT CREDIT
$89.27
82024410 -57100
CONFERENCE & TRAINING
$89.27
CAR
4/25 - 4129/16.1
CITY MGR DEPARTMENT CREDIT
$89.27
82024411 -57100
CONFERENCE & TRAINING
$89.27
CAR
SF -18693
PURCHASING CREDIT CARD,
$26.90
90000000 -23252
DISTRICT USE TAX- LIBRARIES
($0.04)
MISC P
90000000 -23237
DISTRICT USE TAX- MEASURE S
($0.14)
90000000 -23013
STATE USE TAX LIABILITY
($2.02)
10022100 -54100
SUPPLIES
$2.20
10022100 -54100
SUPPLIES
$26.90
SF -18694
PURCHASING CREDIT CARD,
$26.90
90000000 -23252
DISTRICT USE TAX- LIBRARIES
($0.04)
MISC P
90000000 -23237
DISTRICT USE TAX- MEASURE S
($0.14)
90000000 -23013
STATE USE TAX LIABILITY
($2.02)
10022100 -54100
SUPPLIES
$2.20
10022100 -54100
SUPPLIES
$26.90
BUSINESS CARD
List of Checks Presented for Approval on 2/26/2016
Invoices
sf- 18758.1
POLICE CREDIT CARD, MISC
$37.98
90000000 -23252
DISTRICT USE TAX - LIBRARIES
($0.05)
PURCH
90000000 -23237
DISTRICT USE TAX- MEASURE S
($0.19)
90000000 -23013
STATE USE TAX LIABILITY
($2.85)
63020210 -54100
SUPPLIES
$3.09
63020210 -54100
SUPPLIES
$37.98
SF -18690
PURCHASING CREDIT CARD,
$96.85
90000000 -23252
DISTRICT USE TAX - LIBRARIES
($0.12)
MISC P
84024425 -56120
EQUIPMENT MAINTENANCE &
$0.12
REPAIR
84024425 -56120
EQUIPMENT MAINTENANCE &
$96.85
REPAIR
SF -18691
PURCHASING CREDIT CARD,
$96.85
90000000 -23252
DISTRICT USE TAX - LIBRARIES
($0.12)
MISC P
84024425 -56120
EQUIPMENT MAINTENANCE &
$0.12
REPAIR
84024425 -56120
EQUIPMENT MAINTENANCE &
$96.85
REPAIR
SF -18692
PURCHASING CREDIT CARD,
$113.29
90000000 -23252
DISTRICT USE TAX- LIBRARIES
($0.13)
MISC P
90000000 -23237
DISTRICT USE TAX- MEASURE S
($0.53)
90000000 -23013
STATE USE TAX LIABILITY
($7.83)
73022600 -54100
SUPPLIES
$8.49
73022600 -54100
SUPPLIES
$113.29
SF -18762
PUBLIC SAFETY CARD, MISC
$130.71
90000000 -23252
DISTRICT USE TAX- LIBRARIES
($0.17)
PORCH
90000000 -23237
DISTRICT USE TAX- MEASURE S
($0.66)
90000000 -23013
STATE USE TAX LIABILITY
($9.81)
10520210 -54100
SUPPLIES
$10.64
10520210 -54100
SUPPLIES
$130.71
BUSINESS CARD
List of Checks Presented for Approval on 2/26/2016
Invoices
SF -18760
POLICE CREDIT CARD, MISC
$160.29
90000000 -23252
DISTRICT USE TAX - LIBRARIES
($0.19)
PURCH
90000000 -23237
DISTRICT USE TAX - MEASURE S
($0.81)
90000000 -23013
STATE USE TAX LIABILITY
($12.03)
63020210 -54100
SUPPLIES
$13.03
63020210 -54100
SUPPLIES
$160.29
INV2398020
LABORATORY EQUIPMENT,
$324.00
90000000 -23252
DISTRICT USE TAX - LIBRARIES
($0.41)
ACCESSOR
90000000 -23237
DISTRICT USE TAX - MEASURE S
($1.62)
84024425 -56120
EQUIPMENT MAINTENANCE &
$26.33
REPAIR
84024425 -56120
EQUIPMENT MAINTENANCE &
$324.00
REPAIR
90000000 -23013
STATE USE TAX LIABILITY
($24.30)
SF -18696
PURCHASING CREDIT CARD,
$290.00
10024224 -59101
FEES
$290.00
MISC P
120632
POLICE CREDIT CARD, MISC
$20.00
10520210 -56210
FUEL & FLUIDS
$20.00
PURCH
SF -15903
PURCHASING CREDIT CARD,
$37.00
20822500 -56210
FUEL & FLUIDS
$37.00
MISC P
200001444
HR/RISK MGMT CREDIT CARD,
$20.00
10016100 -54162
HR - ADVERTISING
$20.00
MISC
8545093
HR/RISK MGMT CREDIT CARD,
$75.00
10016100 -54162
HR - ADVERTISING
$75.00
MISC
5634
HR/RISK MGMT CREDIT CARD,
$400.00
10016100 -54162
HR - ADVERTISING
$400.00
MISC
08362J
HR/RISK MGMT CREDIT CARD,
$8.96
10016100 -54163
HR - INTERVIEW SUPPLIES
$8.96
MISC
753063
HR/RISK MGMT CREDIT CARD,
$50.00
10016100 -54163
HR - INTERVIEW SUPPLIES
$50.00
MISC
SF -18804
PURCHASING CREDIT CARD,
$260.00
20413500 -57300
MEMBERSHIPS &
$260.00
MISC P
SUBSCRIPTIONS
20516.4
PUBLIC SAFETY CARD, MISC
$3.09
10013400 -54100
SUPPLIES
$3.09
PURCH
BUSINESS CARD
List of Checks Presented for Approval on 2/26/2016
20516.3
20516.5
20516.2
020516.1
20516
SF -18281
SF -18763
SF -18695
SF -18810
sf -18758
CA STATE DISBURSEMENT UNIT DV 010816
DV 0216161
Invoices
CITY MGR DEPARTMENT CREDIT
CAR
HR/RISK MGMT CREDIT CARD,
MISC
FINANCE CREDIT CARD, MISC
PURC
POLICE CREDIT CARD, MISC
PURCH
PURCHASING CREDIT CARD,
MISC P
PURCHASING CREDIT CARD,
MISC P
POLICE CREDIT CARD, MISC
PURCH
PURCHASING CREDIT CARD,
MISC P
PURCHASING CREDIT CARD,
MISC P
POLICE CREDIT CARD, MISC
PURCH
INCOME WITHHOLDING ORDER
INCOME WITHHOLDING ORDER
CANON SOLUTIONS AMERICA 4018224611 LEASE AND USAGE
INC
CHOUINARD & MYHRE INC CM15082009 ARCHITECTURE & ENGINEERING
SERVICES
15122006 CONSULTING SERVICES
$5.18
$5.18
$11.65
$47.61
$129.12
$57.26
$2,160.00
$19.48
$15.00
$532.65
$39.22
$39.22
10013400 -54100
10013400 -54100
10013400 -54100
10013400 -54100
10013400 -54100
10022822 -54100
10520214 -54100
20513300 -54100
20922900 -54100
63020210 -54100
10000000 -20150
10000000 -20150
10000000 -20150
$1,418.44 10012200 -56120
10012200 -54100
($794.00) 20922900 -52100
$200.00 20922900 -52100
SUPPLIES
$5.18
SUPPLIES
$5.18
SUPPLIES
$11.65
SUPPLIES
$47.61
SUPPLIES
$129.12
SUPPLIES
$57.26
SUPPLIES
$2,160.00
SUPPLIES
$19.48
SUPPLIES
$15.00
SUPPLIES
$532.65
---------------
Vendor Total:
$7,830.98
AP CONTRACT RETAINAGE
$39.22
AP CONTRACT RETAINAGE
$11.53
AP CONTRACT RETAINAGE
$27.69
---------------
Vendor Total:
$78.44
EQUIPMENT MAINTENANCE &
$611.87
REPAIR
SUPPLIES
$806.57
----
Vendor Total:
------ -- - --
$1,418.44
CONTRACTED SERVICES
($794.00)
CONTRACTED SERVICES
$200.00
List of Checks Presented for Approval on 2/26/2016
4635 - 2/10/16 INTERNET SERVICES
$252.32 10011100 -55100 TELEPHONE
10012100 -55100
10012200 -55100
10013400 -55100
10016100 -55100
10017100 -55100
10022100 -55100
10022810 -55100
10023100 -55100
10023320 -55100
10024210 -55100
TELEPHONE
TELEPHONE
TELEPHONE
TELEPHONE
TELEPHONE
TELEPHONE
TELEPHONE
TELEPHONE
TELEPHONE
TELEPHONE
$2.40
$9.61
$7.21
$10.81
$4.81
$2.40
$1.20
$7.21
$9.61
$2.40
$9.61
Invoices
Vendor Name
Invoice #
Invoice Description
Invoice Amt
Invoice Account
Detail and Allocation
Detail
CHOUINARD & MYHRE INC
16012004
CONSULTING SERVICES
$600.00
20922900 -52100
CONTRACTED SERVICES
$600.00
15082009.1
CONSULTING SERVICES
$794.00
20922900 -52100
CONTRACTED SERVICES
$794.00
---------------
Vendor Total:
$800.00
CHRISTOPHER DEWEY
TA 03/12 -
TRAVEL ADVANCE
$1,286.63
10520210 -57100
CONFERENCE & TRAINING
$1,286.63
03/17/16
---------------
Vendor Total:
$1,286.63
CLARK PEST CONTROL
17820341
PEST CONTROL SVCS
$140.00
84024425 -52100
CONTRACTED SERVICES
$140.00
17942394
PEST CONTROL SVCS
$140.00
84024425 -52100
CONTRACTED SERVICES
$140.00
---------
Vendor Total:
-- $2----
80.00
CODE PUBLISHING COMPANY
52087
CODIFICATION SERVICES AS
$350.00
10011100 -52100
CONTRACTED SERVICES
$350.00
PER A
---------------
Vendor Total:
$350.00
COMCAST
1296 - 2/12/16
INTERNET SERVICE
$147.25
31122870 -52100
CONTRACTED SERVICES
$147.25
4635 - 2/10/16 INTERNET SERVICES
$252.32 10011100 -55100 TELEPHONE
10012100 -55100
10012200 -55100
10013400 -55100
10016100 -55100
10017100 -55100
10022100 -55100
10022810 -55100
10023100 -55100
10023320 -55100
10024210 -55100
TELEPHONE
TELEPHONE
TELEPHONE
TELEPHONE
TELEPHONE
TELEPHONE
TELEPHONE
TELEPHONE
TELEPHONE
TELEPHONE
$2.40
$9.61
$7.21
$10.81
$4.81
$2.40
$1.20
$7.21
$9.61
$2.40
$9.61
List of Checks Presented for Approval on 2/26/2016
Invoices
COMCAST 4635 - 2/10/16 INTERNET SERVICES
$252.32
10024220 -55100
TELEPHONE
$2.40
10520210 -55100
TELEPHONE
$0.02
10520210 -55100
TELEPHONE
$60.08
10521210 -55100
TELEPHONE
$26.43
20413500 -55100
TELEPHONE
$2.40
20513300 -55100
TELEPHONE
$22.83
20620231 -55100
TELEPHONE
$7.21
20922900 -55100
TELEPHONE
$9.61
64020213 -55100
TELEPHONE
$2.40
69122700 -55100
TELEPHONE
$7.21
70024500 -55100
TELEPHONE
$2.40
72022400 -55100
TELEPHONE
$1.20
73022600 -55100
TELEPHONE
$4.81
77725200 -55100
TELEPHONE
$4.81
80026400 -55100
TELEPHONE
$16.82
82024410 -55100
TELEPHONE
$7.21
82024411 -55100
TELEPHONE
$4.81
84024425 -55100
TELEPHONE
$2.40
---------------
Vendor Total:
$399.57
COMMERCIAL PUMP & 15079 -1 OPEN & INSPECT TWO
$4,910.00
84024425 -56120
EQUIPMENT MAINTENANCE &
$4,910.00
MECHANICAL INC FAIRBANKS -M
REPAIR
15079 -2 REPAIR OF FB MORSE PUMPS
$26,885.39
84024425 -56120
EQUIPMENT MAINTENANCE &
$26,885.39
RCW -1
REPAIR
------
Vendor Total:
--- - - - - --
$31,795.39
List of Checks Presented for Approval on 2/26/2016
Invoices
COOPER COMPLIANCE 1354 COMPLIANCE RPT SVCS TO
CORPORATION MEET FE
COPWARE INC 83314 LEGAL SOURCEBOOK
COUNTY OF MENDOCINO DV22216 FILING FEE
CRAWFORD & ASSOC INC 609 ENGINEERING SERVICES -
HYDROELE
CWEA
DAN QUARLES
DAVID WILLOUGHBY
DV 021816 RENEW LAB ANALYST CERT
3/8 - 3/11/16 TRAVEL ADVANCE
DV 232062
OCT -15
DV 237040
DEC -15
DV 227871
AUG -15
DV 235112
NOV -15
DV 230235
SEP -15
DV 225243
JUL -15
$2,666.67
80026400 -52100
CONTRACTED SERVICES
$2,666.67
- --------
Vendor Total:
- - - - --
$2,666.67
$540.00
10520210 -57300
MEMBERSHIPS &
$540.00
SUBSCRIPTIONS
---------
Vendor Total:
-- ----
$540.00
$500.00
10023100 -54100
SUPPLIES
$500.00
---------------
Vendor Total:
$500.00
$905.50
80026330 -52100
CONTRACTED SERVICES
$905.50
---------------
Vendor Total:
$905.50
$96.00
84024425 -57300
MEMBERSHIPS &
$96.00
SUBSCRIPTIONS
---------------
Vendor Total:
$96.00
$1,203.70
80026400 -57100
CONFERENCE& TRAINING
$1,203.70
---------------
Vendor Total:
$1,203.70
$79.93
10023320 -56130
EXTERNAL SERVICES
$79.93
$90.28
10023320 -56130
EXTERNAL SERVICES
$90.28
$107.53
10023320 -56130
EXTERNAL SERVICES
$107.53
$112.70
10023320 -56130
EXTERNAL SERVICES
$112.70
$127.65
10023320 -56130
EXTERNAL SERVICES
$127.65
$136.85
10023320 -56130
EXTERNAL SERVICES
$136.85
---------------
Vendor Total:
$654.94
List of Checks Presented for Approval on 2/26/2016
Invoices
DEEP VALLEY SECURITY
289428
ALARM SERVICES AS REQUIRED,
$65.00
82024411 -52100
CONTRACTED SERVICES
$65.00
FY
---------------
Vendor Total:
$65.00
DELL MARKETING LP
XJW8M3WP6
COMPUTER HARDWARE AND
$55.78
10013400 -54100
SUPPLIES
$55.78
PERIPHER
XJW2M1435
COMPUTER HARDWARE AND
$2,135.29
10013400 -54100
SUPPLIES
$2,135.29
PERIPHER
XJWC4RFX3
COMPUTER HARDWARE AND
$2,138.97
10013400 -54100
SUPPLIES
$2,138.97
PERIPHER
XJWC9WK59
COMPUTER HARDWARE AND
$1.874.21
82024411 -54100
SUPPLIES
$1,874.21
PERIPHER
------
Vendor Total:
--- - - - ---
$6,204.25
DEPT OF CONSUMER AFFAIRS
DV 022216
PROFESSIONAL LICENSE
$115.00
10024210 -57300
MEMBERSHIPS &
$115.00
RENEWAL
SUBSCRIPTIONS
---------------
Vendor Total:
$115.00
DONALD KEITH HEWETT
41517
TOWING SERVICES
$85.00
10520210 -56130
EXTERNAL SERVICES
$85.00
---------------
Vendor Total:
$85.00
ESRI
93092064
DATA PROCESSING, COMPUTER,
$25,000.00
20620231 -54320
SOFTWARE
$5,000.00
PRO
25124210 -54320
SOFTWARE
$5,000.00
25124410 -54320
SOFTWARE
$5,000.00
25124421 -54320
SOFTWARE
$5,000.00
25126410 -54320
SOFTWARE
$5,000.00
--------
Vendor Total:
-------
$25,000.00
FASTENAL
CAUKA19469
PARTS
$432.50
82024414 -54102
SMALL TOOLS
$432.50
Vendor Total: $432.50
List of Checks Presented for Approval on 2/26/2016
Vendor Total: $7,000.00
UPD02292016
ANNUAL K9 TRAINING
Invoices
63020210 -54100
SUPPLIES
Vendor Name
Invoice #
Invoice Description
Invoice Amt
Invoice Account
Detail and Allocation
Detail
FBI-NAA CALIF - SACRAMENTO
DV 02102016
REGISTRATION FEE FOR FBI
$1,350.00
63020210 -57100
CONFERENCE & TRAINING
$1,350.00
DIV
EXECUTIVE DEVELOPMENT
COMPANY
MTLS AS
---------------
Vendor Total:
$1,350.00
FLOYD WILLIAMS
242016
FIRST AID TRAINING
$700.00
84024425 -57100
CONFERENCE & TRAINING
$700.00
MISCELLANEOUS LAB WORK AS
$152.15
10022100 -54100
SUPPLIES
---------------
Vendor Total:
$700.00
FRANK ROMANO
8868
SUPPLIES
$223.00
10520210 -54100
SUPPLIES
$223.00
---------
Vendor Total:
-- $2----
23.00
FRANK ROMANO
UPDO1312016
ANNUAL K9 TRAINING
$500.00
10520210 -54100
SUPPLIES
$500.00
Vendor Total: $7,000.00
UPD02292016
ANNUAL K9 TRAINING
$500.00
63020210 -54100
SUPPLIES
$500.00
- --------------
Vendor Total:
$1,000.00
GRANITE CONSTRUCTION
936379
MISC ROCK & ROAD PATCH
$372.54
20824300 -54100
SUPPLIES
$372.54
COMPANY
MTLS AS
---------------
Vendor Total:
$372.54
GRILL BROS PARTNERSHIP
204433 -2
MISCELLANEOUS LAB WORK AS
$152.15
10022100 -54100
SUPPLIES
$152.15
NEED
- ---
Vendor Total:
----- -- ---
-
$152.15
HARRY E SWANK
DV 021616
INSTRUCTOR
$48.93
10022850 -52100
CONTRACTED SERVICES
$48.93
---------------
Vendor Total:
$48.93
HARTFORD RETIREE PREMIUM
DV 022316
MAR -16 RETIREE HEATLH
$3,449.15
20700000 -20524
NON - EMPLOYEE HEALTH
$3,449.15
ACCT
INSURANCE
INS.PREM
---------------
Vendor Total:
$3,449.15
HEATHER PAYNE
OV021916
SETTLEMENT
$7,000.00
10013400 -59400
OTHER EXPENSES
$7,000.00
Vendor Total: $7,000.00
List of Checks Presented for Approval on 2/26/2016
Invoices
wena-u"iame
invoice 4F
invoice t�escription invoice
AMt
Invoice Account
Detail and Allocation
Detail
HOPLAND FIRE PROTECTION
0204201
SERVICES OF FIRE CHIEF JOHN
$3,500.00
10521210 -52100
CONTRACTED SERVICES
$3,500.00
DIST
$120.00
BA
---------
Vendor Total:
-- ----
$120.00
$150.00
20524412 -54100
SUPPLIES
$150.00
---------------
Vendor Total:
$3,500.00
IBEW, LOCAL 1245
DV 021916
FEB -16 ELECTRIC UNIT UNION
$1,524.29
20700000 -20509
P/R DEDUCT. -UNION DUES
$1,524.29
DUES
--
Vendor Total:
--- ---- - - - - --
$1,524.29
INTEGRITY SHRED
56033
DOCUMENT SHREDDING
$28.50
10016100 -52100
CONTRACTED SERVICES
$28.50
---------------
Vendor Total:
$28.50
INTERSTATE SALES
12030
PAINT, PROTECTIVE COATINGS,
$2,542.25
10024220 -54126
PW- PREMARKS
$2,542.25
VA
---------------
Vendor Total:
$2,542.25
J & M LOCK
32637
DUPLICATE
$94.18
20822500 -56300
BUILDING MAINT. & REPAIR
$94.18
KEYS, REPAI RS, &M ISC.,
JAMES JEFFERS
JASON CHAPMAN
JEFF WALKER
32633 DUPLICATE
K EYS, R E PAI RS, & M ISC.,
TA 03/07- TRAVEL ADVANCE
03/10/16
UA 021716 UNIFORM ALLOWANCE
14 REIMBURSE BOOT ALLOWANCE
JIM EDDIE DV 021816 SHOE REIBURSEMENT
$10.49 80026400 -54100 SUPPLIES
$10.49
--------
Vendor Total:
- -- ----
$104.67
$719.94
80026400 -57100
CONFERENCE & TRAINING
$719.94
---------------
Vendor Total:
$719.94
$120.00
10520210 -51270
UNIFORM ALLOWANCE
$120.00
---------
Vendor Total:
-- ----
$120.00
$150.00
20524412 -54100
SUPPLIES
$150.00
---------------
Vendor Total:
$150.00
$150.00
82024414 -54100
SUPPLIES
$75.00
JIM EDDIE
List of Checks Presented for Approval on 2/26/2016
DV 021816 SHOE REIBURSEMENT
Invoices
KATHRYN NACHTWEY DV 021616 INSTRUCTOR
LIEBERT CASSIDY WHITMORE DV 021016 FIRE MANAGEMENT ACADEMY
DV021016 FIRE MANAGEMENT ACADEMY
LOUIS MALDONADO SR
MARTIN BRADLEY
MARY HORGER
MATHESON TRI -GAS INC
310406 Instructor -led, Classroom Trai
DV 021116 ADVERTISMENT
REIMBURSEMENT
TA 03/02- TRAVEL ADVANCE
03/03/16
12854687
OXYGEN & MISC AS NEEDED,
FYE 2
MCMASTER -CARR SUPPLY CO 18588 PARTS
$150.00
84024421 -54100
SUPPLIES
$75.00
---------
Vendor Total:
-- ----
$150.00
$24.50
10022850 -52100
CONTRACTED SERVICES
$24.50
Vendor Total:
$24.50
$250.00
10521210 -57100
CONFERENCE & TRAINING
$250.00
$250.00
10521210 -57100
CONFERENCE & TRAINING
$250.00
---------------
Vendor Total:
$500.00
$2,000.00
10520210 -57100
CONFERENCE &TRAINING
$2,000.00
--------
Vendor Total:
--- ----
$2,000.00
$42.75
10018000 -52510
ADVERTISING & PROMOTION
$42.75
---------------
Vendor Total:
$42.75
$60.00
20413500 -57100
CONFERENCE & TRAINING
$60.00
---------------
Vendor Total:
$60.00
$148.63
90000000 -23237
DISTRICT USE TAX - MEASURE S
($0.69)
82024414 -54100
SUPPLIES
$0.69
82024414 -54100
SUPPLIES
$148.63
---------------
Vendor Total:
$148.63
$207.34
84024425 -56504
FACILITY MAINTENANCE &
$207.34
REPAIR
---------------
Vendor Total:
$207.34
List of Checks Presented for Approval on 2/26/2016
Invoices
.- ..
escription invoice
AMt
Invoice Account
Detail and Allocation
Detail
MENDOCINO COUNTY GENERAL
20161 -4
RADIO MAINT SVC - SPANISH
$385.00
20620231 -52100
CONTRACTED SERVICES
$385.00
SVGS
MOUN
---------------
Vendor Total:
$385.00
MENDOCINO SOLID WASTE
10269
HAZARDOUS WASTE DISPOSAL
$36.76
20822500 -56300
BUILDING MAINT. & REPAIR
$36.76
MANAGEMENT AUTHORITY
10280
HAZARDOUS WASTE DISPOSAL
$42.75
80026400 -54100
SUPPLIES
$42.75
---------------
Vendor Total:
$79.51
MICHAEL TUFTS
2016 - 243(8)
POLYGRAPH & INVESTIGATION
$350.00
10520210 -52100
CONTRACTED SERVICES
$350.00
SERVICES
---------------
Vendor Total:
$350.00
MICHELLE JOHNSON
TA 03/10/16
TRAVEL ADVANCE
$533.65
10023100 -57100
CONFERENCE & TRAINING
$533.65
---------------
Vendor Total:
$533.65
MJ DONOVAN ENT INC
105640
SUPPLIES
$224.35
10520210 -56130
EXTERNAL SERVICES
$224.35
---------
Vendor Total:
-- $2----
24.35
MUNISERVICES LLC
0000040598
BUSINESS LICENSE
$5,040.00
10013400 -52100
CONTRACTED SERVICES
$5,040.00
PROCESSING
---------------
Vendor Total:
$5,040.00
NATHANIEL HAYES
DV021616
INSTRUCTOR
$327.56
10000000 -20150
AP CONTRACT RETAINAGE
($39.22)
10000000 -20150
AP CONTRACT RETAINAGE
($39.22)
10022850 -52100
CONTRACTED SERVICES
$406.00
---------
Vendor Total:
--- - --
$327.56
OEM AIR COMPRESSOR
17069
FUEL, OIL, GREASE AND
$1,597.74
84024425 -56210
FUEL & FLUIDS
$1,597.74
CORPATION
LUBRICAN
- -------
Vendor Total:
-- - - - --
$1,597.74
OFFICE DEPOT
815551495001
OFFICE SUPPLIES & MISC. AS
$6.26
10016100 -54160
HR - CITY LIABILITY &
$6.26
NEE
CONTRACT
List of Checks Presented for Approval on 2/26/2016
Invoices
.- ..
xescription invoice
AMt
Invoice Account
Detail and Allocation
Detail
OFFICE DEPOT 815551272001
OFFICE SUPPLIES & MISC. AS
$30.23
10016100 -54160
HR - CITY LIABILITY &
$30.23
NEE
CONTRACT
816385063001
OFFICE SUPPLIES & MISC. AS
$31.30
10016100 -54160
HR - CITY LIABILITY &
$31.30
NEE
CONTRACT
818379566001
OFFICE SUPPLIES & MISC. AS
$31.45
10016100 -54160
HR - CITY LIABILITY &
$31.45
NEE
CONTRACT
817996975001
OFFICE SUPPLIES & MISC. AS
$1.83
10010000 -54100
SUPPLIES
$1.83
NEE
817996710001
OFFICE SUPPLIES & MISC. AS
$40.56
10010000 -54100
SUPPLIES
$37.94
NEE
10017100 -54100
SUPPLIES
$2.62
817204975001
OFFICE SUPPLIES & MISC. AS
$17.34
10012200 -54100
SUPPLIES
$17.34
NEE
817310992001
OFFICE SUPPLIES & MISC. AS
$41.06
10012200 -54100
SUPPLIES
$41.06
NEE
817204793001
OFFICE SUPPLIES & MISC. AS
$103.54
10012200 -54100
SUPPLIES
$103.54
NEE
818488000001
OFFICE SUPPLIES & MISC. AS
$42.36
10013400 -54100
SUPPLIES
$42.36
NEE
817310697001
OFFICE SUPPLIES & MISC. AS
$18.15
10022810 -54100
SUPPLIES
$18.15
NEE
819199387001
OFFICE SUPPLIES & MISC. AS
$57.31
10022832 -54100
SUPPLIES
$57.31
NEE
815440783001
OFFICE SUPPLIES & MISC. AS
$370.14
10024220 -54100
SUPPLIES
$28.54
NEE
20513300 -54100
SUPPLIES
$341.60
815278378001
OFFICE SUPPLIES & MISC. AS
$18.91
10520210 -54100
SUPPLIES
$18.91
NEE
815278379001
OFFICE SUPPLIES & MISC. AS
$37.56
10520210 -54100
SUPPLIES
$37.56
NEE
817547794001
OFFICE SUPPLIES & MISC. AS
$81.43
10520210 -54100
SUPPLIES
$81.43
NEE
821045846001
OFFICE SUPPLIES & MISC. AS
$128.06
10520210 -54100
SUPPLIES
$128.06
NEE
815871256001
OFFICE SUPPLIES & MISC. AS
$183.16
10520210 -54100
SUPPLIES
$183.16
NEE
List of Checks Presented for Approval on 2/26/2016
DV 021716 FINAL RELEASE & SETTLEMENT
OF CLAIM
DV 021616 PUPPY CLASS REFUND
DV 021916 REIMBURSE JOB COST
DV 02316 REIMBURSEMENT JOB COST
$244.73 82024411 -56120 EQUIPMENT MAINTENANCE &
REPAIR
$150.00 10022800 -44915 RECREATION PROGRAM INCOME
$98.68 90000000 -23200 REFUNDABLE DEPOSITS TRUST
10000000 -44830 REIMBURSABLE JOBS
80000000 -44830 REIMBURSABLE JOBS
80000000 -44830 REIMBURSABLE JOBS
80000000 -44830 REIMBURSABLE JOBS
$2,949.16 10000000 -44830 REIMBURSABLE JOBS
$244.73
$150.00
$14,551.10
($1,000.00)
($9,250.13)
($3,579.74)
($622.55)
($1,000.00)
10000000 -44830 REIMBURSABLE JOBS $25,866.90
Invoices
Vendor
..
Detail and Allocation
Detail
OFFICE DEPOT 815278377001
OFFICE SUPPLIES & MISC. AS
$243.25
10520210 -54100
SUPPLIES
$243.25
NEE
815766745001
OFFICE SUPPLIES & MISC. AS
$271.39
10520210 -54100
SUPPLIES
$271.39
NEE
815277174001
OFFICE SUPPLIES & MISC. AS
$333.27
10520210 -54100
SUPPLIES
$333.27
NEE
815762839001
OFFICE SUPPLIES & MISC. AS
$12.11
20413500 -54100
SUPPLIES
$12.11
NEE
814802455001
OFFICE SUPPLIES & MISC. AS
$56.71
20413500 -54100
SUPPLIES
$56.71
NEE
820105375001
OFFICE SUPPLIES & MISC. AS
($38.05)
20513300 -54100
SUPPLIES
($38.05)
NEE
815764077001
OFFICE SUPPLIES & MISC. AS
$38.05
20513300 -54100
SUPPLIES
$38.05
NEE
816298513002
OFFICE SUPPLIES & MISC. AS
$7.53
80026400 -54100
SUPPLIES
$7.53
NEE
816298513001
OFFICE SUPPLIES & MISC. AS
$103.71
80026400 -54100
SUPPLIES
$103.71
NEE
---------------
Vendor Total:
$2,268.62
ONE TIME PAY VENDOR 13138
CRAIGSLIST INVESTIGATIONS
$375.00
10520210 -57100
CONFERENCE & TRAINING
$375.00
DV 021716 FINAL RELEASE & SETTLEMENT
OF CLAIM
DV 021616 PUPPY CLASS REFUND
DV 021916 REIMBURSE JOB COST
DV 02316 REIMBURSEMENT JOB COST
$244.73 82024411 -56120 EQUIPMENT MAINTENANCE &
REPAIR
$150.00 10022800 -44915 RECREATION PROGRAM INCOME
$98.68 90000000 -23200 REFUNDABLE DEPOSITS TRUST
10000000 -44830 REIMBURSABLE JOBS
80000000 -44830 REIMBURSABLE JOBS
80000000 -44830 REIMBURSABLE JOBS
80000000 -44830 REIMBURSABLE JOBS
$2,949.16 10000000 -44830 REIMBURSABLE JOBS
$244.73
$150.00
$14,551.10
($1,000.00)
($9,250.13)
($3,579.74)
($622.55)
($1,000.00)
10000000 -44830 REIMBURSABLE JOBS $25,866.90
List of Checks Presented for Approval on 2/26/2016
Invoices
.Vendor Name
Invoice #
Invoice Description
Invoice Amt
Invoice Account
Detail and Allocation
Detail
ONE TIME PAY VENDOR
DV 02316
REIMBURSEMENT JOB COST
$2,949.16
82000000 -44830
REIMBURSABLE JOBS
($8,669.47)
82000000 -44830
REIMBURSABLE JOBS
($2,905.26)
82000000 -44830
REIMBURSABLE JOBS
($2,066.55)
84000000 -44830
REIMBURSABLE JOBS
($3,586.91)
84000000 -44830
REIMBURSABLE JOBS
($2,591.06)
84000000 -44830
REIMBURSABLE JOBS
($2,098.49)
145261427
AT &T U VERSE MONITOR
$31.97
20922900 -54100
SUPPLIES
$31.97
RETURN FEES
72982 -2
UTILITIES REFUND
$679.32
90100000 -10421
UTILITY RECEIVABLES CLEARING
$679.32
---------------
Vendor Total:
$4,528.86
ONESOURCE DISTRIBUTORS LLC
S4955647.002
ELECTRICAL EQUIPMENT AND $1,355.76
80000000 -12104
INVENTORY- PURCHASES
$1,355.76
SUPPL
---------------
Vendor Total:
$1,355.76
ONLINE INFORMATION SRVS INC
693203
UTILITY EXCHANGE REPORTING
$240.60
20513300 -52100
CONTRACTED SERVICES
$240.60
FYI
---------
Vendor Total:
-- - --
-
$240.60
OPERATING ENGINEERS UNION
1602 -1
FEB -16 UNION DUES
$1,083.00
20700000 -20509
P/R DEDUCT. -UNION DUES
$1,083.00
DV 021916
FEB -16 UNION DUES
$1,325.00
20700000 -20509
P/R DEDUCT. -UNION DUES
$1,325.00
---------------
Vendor Total:
$2,408.00
PACE SUPPLY CORPORATION
023158055
MISCELLANEOUS ITEMS AS
$116.84
90000000 -23237
DISTRICT USE TAX- MEASURE S
($0.60)
NEEDED,
10022100 -54100
SUPPLIES
$0.60
10022100 -54100
SUPPLIES
$116.84
023148939
PLUMBING EQUIPMENT,
$2,313.68
90000000 -23237
DISTRICT USE TAX- MEASURE S
($10.27)
FIXTURES,
List of Checks Presented for Approval on 2/26/2016
Invoices
PACE SUPPLY CORPORATION 023148939
PARSON ENVIROMENTAL
PRODUCTS INC
PATTERSON & DEWAR
ENGINEERS INC
PETER HOYLE
PETERSON CAT
PITNEY BOWES INC
PORTOLA SYSTEMS INC
216110
216080
0036855
0036550
DV022416
PLUMBING EQUIPMENT,
FIXTURES,
SUPPLIES
SUPPLIES
ENGINEERING SERVICES
ENGINEERING SERVICES
SPECIAL INVESTIGATION BUY
FUND
PC060128931 MISC PARTS AS NEEDED, FYE
2016
972272 POSTAGE MACHINE SUPPLIES
33056 I.T. SERVICES AS NEEDED
POWER INDUSTRIES INC 700962 PARTS
$2,313.68
82024411 -56120
EQUIPMENT MAINTENANCE &
$10.27
REPAIR
82024411 -56120
EQUIPMENT MAINTENANCE &
$2,313.68
REPAIR
---------
Vendor Total:
- -----
$2,430.52
$460.30
84024421 -54100
SUPPLIES
$460.30
$575.24
84024421 -54100
SUPPLIES
$575.24
-- -------
Vendor Total:
- - - - --
$1,035.54
$516.00
80100000 -80230
INFRASTRUCTURE
$516.00
$1,440.00
80100000 -80230
INFRASTRUCTURE
$1,440.00
---
Vendor Total:
------------
$1,956.00
$2,000.00
10520210 -54202
MAJOR CRIME INVETIGATIONS
$2,000.00
---------------
Vendor Total:
$2,000.00
$248.51
20324100 -58510
REIMBRSABLE JOBS
$248.51
---------
Vendor Total:
-- ----
$248.51
$226.04
73022600 -52100
CONTRACTED SERVICES
$226.04
---------------
Vendor Total:
$226.04
$9,935.00
20922900 -52100
CONTRACTED SERVICES
$9,935.00
---------------
Vendor Total:
$9,935.00
$180.96
10024220 -56130
EXTERNAL SERVICES
$180.96
---------
Vendor Total:
- - --- -
$180.96
List of Checks Presented for Approval on 2/26/2016
Invoices
PRE -PAID LEGAL SERVICES INC 38297
FEB -16 PRE -PAID LEGAL
$51.80
20700000 -20526
RAINBOW AGRICULTURAL 5274691 -00
PARTS & MISC SUPPLIES AS
$36.10
82024414 -56130
SERVICES
NEEDE
SUPPLIES
$34.56
5260165 -01
PARTS & MISC SUPPLIES AS
$1.29
10024220 -54120
SUPPLIES
NEEDE
SUPPLIES
$43.24
5274630 -00
PARTS & MISC SUPPLIES AS
$25.93
10024220 -54120
SUPPLIES
NEEDE
SUPPLIES
$43.24
5279969 -01
PARTS & MISC SUPPLIES AS
$34.56
10022100 -54100
SUPPLIES
NEEDE
SUPPLIES
$10.00
5268544 -00
PARTS & MISC SUPPLIES AS
$54.04
10022100 -54100
NEEDE
5279969 -00
PARTS & MISC SUPPLIES AS
$58.31
10022100 -54100
NEEDE
5276254 -00
PARTS & MISC SUPPLIES AS
$73.82
10022100 -54100
NEEDE
5273731 -00
PARTS & MISC SUPPLIES AS
$43.24
10520210 -54100
NEEDE
5274425 -00
PARTS & MISC SUPPLIES AS
$43.24
10520210 -54100
NEEDE
5276314 -00
PARTS & MISC SUPPLIES AS
$43.24
10520210 -54100
NEEDE
5277471 -00
PARTS & MISC SUPPLIES AS
$43.24
10520210 -54100
NEEDE
5277747 -00
PARTS & MISC SUPPLIES AS
$43.24
10520210 -54100
NEEDE
5274737 -00
PARTS & MISC SUPPLIES AS
$60.53
10520210 -54100
NEEDE
5275904 -00
PARTS & MISC SUPPLIES AS
$81.08
20524412 -54100
NEEDE
5280410 -00
PARTS & MISC SUPPLIES AS
$118.92
80026400 -54100
NEEDE
5274831 -00
PARTS & MISC SUPPLIES AS
$10.00
82024411 -54100
NEEDE
PREPAID LEGAL - AFLAC
$51.80
---------------
Vendor Total:
$51.80
EXTERNAL SERVICES
$36.10
PW - SPECIAL SUPPLIES
$1.29
PIN - SPECIAL SUPPLIES
$25.93
SUPPLIES
$34.56
SUPPLIES
$54.04
SUPPLIES
$58.31
SUPPLIES
$73.82
SUPPLIES
$43.24
SUPPLIES
$43.24
SUPPLIES
$43.24
SUPPLIES
$43.24
SUPPLIES
$43.24
SUPPLIES
$60.53
SUPPLIES
$81.08
SUPPLIES
$118.92
SUPPLIES
$10.00
List of Checks Presented for Approval on 2/26/2016
Invoices
wenutv"iame
invoice 4;
invoice itescription invoice
AMt
Invoice Account
Detail and Allocation
Detail
RAINBOW AGRICULTURAL
5273898 -00
PARTS & MISC SUPPLIES AS
$60.50
82024411 -54100
SUPPLIES
$60.50
SERVICES
NEEDE
---------
Vendor Total:
-- ----
$831.28
RAU & ASSOCIATES INC
201500281
PHASE 2 ENG FOR RAILROAD
$5,235.50
25124210 -52100
CONTRACTED SERVICES
$5,235.50
CENTE
--
Vendor Total:
-- ------- ----
$5,235.50
REBECCA SCHWENGER
UA 021616
UNIFORM ALLOWANCE
$758.73
10521210 -51270
UNIFORM ALLOWANCE
$758.73
---------------
Vendor Total:
$758.73
REDWOOD EMPIRE AIKIKAI
DV 021616
INSTRUCTOR
$240.00
10022850 -52100
CONTRACTED SERVICES
$240.00
---------
Vendor Total:
-- ----
$240.00
REDWOOD TOXICOLOGY LAB INC 00169820161
DRUG SCREENING TESTING
$112.75
10520210 -52100
CONTRACTED SERVICES
$112.75
---------------
Vendor Total:
$112.75
RICHARD THORNTON DBA
0000008052
TELEPHONE PARTS AS NEEDED,
$105.00
20922900 -52100
CONTRACTED SERVICES
$105.00
TELECOM
FYE
0000008063
TELEPHONE PARTS AS NEEDED,
$105.00
20922900 -52100
CONTRACTED SERVICES
$105.00
FYE
0000008065
TELEPHONE PARTS AS NEEDED,
$288.86
20922900 -52100
CONTRACTED SERVICES
$288.86
FYE
---------------
Vendor Total:
$498.86
RODS SHOES
1046
RAINBOOTS
$151.38
20524412 -54100
SUPPLIES
$151.38
1057
BOOT ALLOWANCE
$129.75
82024411 -54100
SUPPLIES
$129.75
- ----------
Vendor Total:
- -- -
$281.13
SALLIE PALMER
DV 021616
INSTRUCTOR
$1,944.00
10022850 -52100
CONTRACTED SERVICES
$1,944.00
---------------
Vendor Total:
$1,944.00
SANTA ROSA JUNIOR COLLEGE
DV 021816
SUPERVISOR TRAINING
$148.00
10520210 -57100
CONFERENCE & TRAINING
$148.00
---------------
Vendor Total:
$148.00
List of Checks Presented for Approval on 2/26/2016
Invoices
SEAN WHITE DV 021916 MEAL REIMBURSEMENT
SHORELINE ENVIRONMENTAL 1095 HAZ WASTE BIN RENTAL AND
RESOURCES INC DISPO
2011 HAZ WASTE BIN RENTAL AND
DISPO
SILVA SEPTIC INC 62312 PORTABLE RESTROOM
SERVICES
SILVERADO AVIONICS 8532 RADIO COMMUNICATION
EQUIPMENT,
SOFTMART INC ARINV- 666344 DATA PROCESSING, COMPUTER,
PRO
SOLID WASTES SYSTEMS INC 302793 MISC. DUMP FEES FOR FYE 2016
304668 MISC. DUMP FEES FOR FYE 2016
298854 MISC. DUMP FEES FOR FYE 2016
STATE OF CALIFORNIA 146300 CHEM TEST /SUPPORT CRIMINAL
INV
$30.00
84024420 -57100
CONFERENCE & TRAINING
$30.00
---------------
Vendor Total:
$30.00
$360.00
80026400 -52100
CONTRACTED SERVICES
$360.00
$372.00
80026400 -52100
CONTRACTED SERVICES
$372.00
---------
Vendor Total:
-- ----
$732.00
$173.00
10024220 -52100
CONTRACTED SERVICES
$173.00
---------------
Vendor Total:
$173.00
$1,958.40
10521210 -56130
EXTERNAL SERVICES
$1,958.40
--------
Vendor Total:
-- - ----
$1,958.40
$2,737.50
20922900 -54320
SOFTWARE
$2,737.50
---------------
Vendor Total:
$2, 737.50
$25.72
77725200 -56300
BUILDING MAINT. & REPAIR
$10.40
10024220 -54120
PW - SPECIAL SUPPLIES
$15.32
$9.30
20824300 -52100
CONTRACTED SERVICES
$9.30
$53.29
84024425 -59101
FEES
$13.00
10024220 -54120
PIN - SPECIAL SUPPLIES
$19.15
84024421 -54100
SUPPLIES
$21.14
---------------
Vendor Total:
$88.31
$816.00
10020000 -44420
FINGERPRINT FEES
$816.00
Vendor Total:
$816.00
List of Checks Presented for Approval on 2/26/2016
73022600 -56300 BUILDING MAINT. & REPAIR $1,948.75
---------------
Vendor Total: $2,528.96
UKIAH WASTE SOLUTIONS INC 304582 BIOSOLID REMOVAL $8,470.56 84024425 -52100 CONTRACTED SERVICES $8,470.56
------ -- -- -----
Vendor Total: $8,470.56
Invoices
,Vendor Name
Invoice
# Invoice Description
Invoice Amt
Invoice Account
Detail and Allocation
Detail
STEWART DEGNER
6666
ANNUAL BALANCE CALIBRATION $500.00
84024425 -52100
CONTRACTED SERVICES
$500.00
---------------
Vendor Total:
$500.00
THANKSGIVING COFFEE
0371216
MISC COFFEE SUPPLIES AS
$96.50
73022600 -54100
SUPPLIES
$96.50
COMPANY
NEEDED
---------------
Vendor Total:
$96.50
THE REED GROUP INC
1600
PERFORM WATER & WASTE
$3,445.00
82024410 -52100
CONTRACTED SERVICES
$3,445.00
WATER RA
---------------
Vendor Total:
$3,445.00
TIM POMA
DV 021816
EMPLOYEE REIMBURSEMENT $97.30
20524412 -54100
SUPPLIES
$97.30
---------------
Vendor Total:
$97.30
TOM LIDEN
1782
ADVERTISING SERVICES
$600.00
75017110 -52100
CONTRACTED SERVICES
$600.00
---------------
Vendor Total:
$600.00
TRINIDAD ARTEAGA
345914
SUPPLIES
$172.95
20324100 -54102
SMALL TOOLS
$172.95
345915
SUPPLIES
$184.14
20324100 -54102
SMALL TOOLS
$184.14
---------
Vendor Total:
-- $3----
57.09
UKIAH ROUND TREE GLASS
150410
BUILDING MAINTENANCE,
$206.50
20822500 -56300
BUILDING MAINT. & REPAIR
$206.50
INSTALLA
150722
BUILDING MAINTENANCE,
$2,322.46
20822500 -56300
BUILDING MAINT. & REPAIR
$373.71
INSTALLA
73022600 -56300 BUILDING MAINT. & REPAIR $1,948.75
---------------
Vendor Total: $2,528.96
UKIAH WASTE SOLUTIONS INC 304582 BIOSOLID REMOVAL $8,470.56 84024425 -52100 CONTRACTED SERVICES $8,470.56
------ -- -- -----
Vendor Total: $8,470.56
List of Checks Presented for Approval on 2/26/2016
114 - 3760364
114- 3760366
114 - 3760371
114 - 3760356
114- 3760374
UNIVAR USA INC SJ729397
WAGEWORKS INC 40518
WAGNER & BONSIGNORE 02 -16- 2110.5
PORTABLE TOILET RENTAL
PORTABLE TOILET RENTAL
PORTABLE TOILET RENTAL
PORTABLE TOILET RENTAL
PORTABLE TOILET RENTAL
SODIUM BISULFITE AS PER
CONTRA
SEC 125 ADMIN FEES
EUD WATER RIGHTS REPORTING
AND
$166.78
$166.78
$166.78
$249.19
$136.29
10022100 -52100 CONTRACTED SERVICES
10022100 -52100 CONTRACTED SERVICES
10022100 -52100
80026330 -52100
$3,807.91 84024425 -58202
$93.20 10016100 -52151
$80.00 80026330 -52100
$166.78
$166.78
CONTRACTED SERVICES
$166.78
CONTRACTED SERVICES
Invoices
CONTRACTED SERVICES
$136.29
---------
Vendor Total:
Vendor Name
Invoice #
Invoice Description
Invoice Amt
Invoice Account
Detail and Allocation
Detail
ULINE
73985976
WHEEL SERVICES
$51.54
10520210 -54100
SUPPLIES
$51.54
$80.00
---------------
Vendor Total:
$51.54
UNION BANK OF CALIFORNIA
965002
TRUSTEE FEES
$1,181.00
10015100 -52100
CONTRACTED SERVICES
$875.00
96995601 -52100
CONTRACTED SERVICES
$153.00
96995669 -52100
CONTRACTED SERVICES
$153.00
---------------
Vendor Total:
$1,181.00
UNITED ROTARY BRUSH CORP
C1181071
MISC. SUPPLIES AS NEEDED,
$1,041.73
10024220 -56130
EXTERNAL SERVICES
$1,041.73
FYE
-------
Vendor Total:
----- ---
$1,041.73
UNITED SITE SERVICES
114 - 3760360
PORTABLE TOILET RENTAL
$166.78
10022100 -52100
CONTRACTED SERVICES
$166.78
114 - 3760364
114- 3760366
114 - 3760371
114 - 3760356
114- 3760374
UNIVAR USA INC SJ729397
WAGEWORKS INC 40518
WAGNER & BONSIGNORE 02 -16- 2110.5
PORTABLE TOILET RENTAL
PORTABLE TOILET RENTAL
PORTABLE TOILET RENTAL
PORTABLE TOILET RENTAL
PORTABLE TOILET RENTAL
SODIUM BISULFITE AS PER
CONTRA
SEC 125 ADMIN FEES
EUD WATER RIGHTS REPORTING
AND
$166.78
$166.78
$166.78
$249.19
$136.29
10022100 -52100 CONTRACTED SERVICES
10022100 -52100 CONTRACTED SERVICES
10022100 -52100
80026330 -52100
$3,807.91 84024425 -58202
$93.20 10016100 -52151
$80.00 80026330 -52100
$166.78
$166.78
CONTRACTED SERVICES
$166.78
CONTRACTED SERVICES
$249.19
CONTRACTED SERVICES
$136.29
---------
Vendor Total:
- -----
$1,052.60
WATER TREATMENT PLANT
$3,807.91
CHEMICAL
--------
Vendor Total:
- -- -- --
$3,807.91
AFLAC & PERS INSUR ADMIN
$93.20
FEES
---------------
Vendor Total:
$93.20
CONTRACTED SERVICES
$80.00
List of Checks Presented for Approval on 2/26/2016
SUPPL
Invoices
..
ELECTRICAL EQUIPMENT AND
ption Invoice
Amt
Invoice Account
Detail and Allocation
Detail
WAGNER & BONSIGNORE
02 -16- 2110.0
ENG SVCS FOR WATER RIGHT
$2,471.25
82024410 -52100
CONTRACTED SERVICES
$2,471.25
$318.97
80000000 -12104
PERMI
$318.97
SUPPL
Vendor Total:
$2,551.25
WATER ENVIRONMENT
DV 021816
WEF MEMBER #01800071 RENEW
$235.00
84024425 -57300
MEMBERSHIPS &
$235.00
FEDERATION
DESCRIP
SUBSCRIPTIONS
083268740
COPIER LEASE -SEE ADD'L
$882.68
20822500 -52100
CONTRACTED SERVICES
---------
Vendor Total:
-- ----
$235.00
WELLS FARGO BANK CORP
dv022316
WATER REVENUE REFUNDING
$91,006.35
82024411 -70102
BOND INTEREST PAYMENTS
$18,808.35
TRUST
69122700 -52100
BONDS
$186.77
DESCRIP
083268738
82024411 -70202
BOND PRINCIPAL PAYMENTS
$72,198.00
CONTRACTED SERVICES
$313.27
DESCRIP
---------
Vendor Total:
- - - - --
$91,006.35
WELLS FARGO BANK NA
1287385
REDEMPTIONI FEE
$500.00
82224413 -52500
TRUSTEE FEES
$500.00
DESCRIP
Vendor Total:
$500.00
WESCO DISTRIBUTION INC
626221
ELECTRICAL EQUIPMENT AND
$2,046.81
84024425 -56120
EQUIPMENT MAINTENANCE &
$2,046.81
SUPPL
REPAIR
546597
ELECTRICAL EQUIPMENT AND
$82.72
80000000 -12104
INVENTORY- PURCHASES
$82.72
SUPPL
555964
ELECTRICAL EQUIPMENT AND
$109.96
80000000 -12104
INVENTORY- PURCHASES
$109.96
SUPPL
555965
ELECTRICAL EQUIPMENT AND
$318.97
80000000 -12104
INVENTORY- PURCHASES
$318.97
SUPPL
---------------
Vendor Total:
$2,558.46
XEROX CORP 183268725
COPIER LEASE -SEE ADD'L
$677.44
20822500 -52100
CONTRACTED SERVICES
$677.44
DESCRIP
083268740
COPIER LEASE -SEE ADD'L
$882.68
20822500 -52100
CONTRACTED SERVICES
$882.68
DESCRIP
083268739
COPIER LEASE -SEE ADD'L
$186.77
69122700 -52100
CONTRACTED SERVICES
$186.77
DESCRIP
083268738
COPIER LEASE -SEE ADD'L
$313.27
73022600 -52100
CONTRACTED SERVICES
$313.27
DESCRIP
083268737
COPIER LEASE -SEE ADD'L
$228.73
10520210 -94500
LEASE PAYMENTS
$125.80
DESCRIP
10521210 -94500
LEASE PAYMENTS
$80.06
XEROX CORP
List of Checks Presented for Approval on 2/26/2016
083268737 COPIER LEASE -SEE ADUL
DESCRIP
083268736 COPIER LEASE -SEE ADUL
DESCRIP
Invoices
$228.73
$512.08
20620231 -94500
LEASE PAYMENTS
$1144
64020213 -94500
LEASE PAYMENTS
$11.43
10520210 -94500
LEASE PAYMENTS
$281.64
10521210 -94500
LEASE PAYMENTS
$179.23
20620231 -94500
LEASEPAYMENTS
$25.60
64020213 -94500
LEASE PAYMENTS
$25.61
----
Vendor Total:
--- ------ --
$2,800.97
INVOICE TOTAL: $444,573.57
ITEM NO.: 7b
MEETING DATE: March 16, 2016
City of Ukiah
AGENDA SUMMARY REPORT
SUBJECT: NOTIFICATION TO CITY COUNCIL FOR THE PURCHASE OF A SULLIVAN- PALATEK
PORTABLE AIR COMPRESSOR TO PACO OF SACRAMENTO, CALIFORNIA FOR THE
WATER AND SEWER OPERATIONS DEPARTMENT IN THE AMOUNT OF $21,582.65 AS
APPROVED IN THE CAPITAL BUDGET
Summary: Council will receive a report on the purchase of a Sullivan - Palatek portable air compressor.
Background: Pursuant to the requirements of Section 1522 of the Municipal Code, Staff is reporting to City
Council the expenditure for the purchase of a new Sullivan - Palatek Air Compressor in the amount of
$21,582.65.
Staff requested bids from two companies that are suppliers of the Sullivan - Palatek Compressors on the
West Coast. Both companies responded as follows:
Paco - $21,582.65 (includes tax and freight)
Air & Tool Engineering Co. - $21,739.69 (includes tax and freight)
Discussion: This piece of equipment is used daily by the Water and Sewer Operations Department to
operate various pieces of equipment, and mainly jack hammers. This purchase was budgeted in the Fiscal
Year 2015 -2016 Capital Budget in the amount of $30,000 (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.
$15,000
Sewer Operations
84024421.80100.15056
Yes ❑ No ®
N/A
$15,000
Water Operations
82224413.80100.15056
RECOMMENDED ACTION(S): Receive report on the purchase of a Sullivan - Palatek portable air
compressor.
ALTERNATIVES: N/A
Citizens advised: N/A
Requested by: Tim Eriksen, Director of Public Works /City Engineer.
Prepared by: Mary Williamson, Buyer and Jarod Thiele, Public Works Project Analyst.
Coordinated with: Don Brown, Water /Sewer Operations Lead Worker and Dave Kirch, Senior Equipment
Mechanic.
Presenter: Tim Eriksen, Director of Public Works /City Engineer.
Attachments: 1) Capital Budget Page for Water and Wastewater
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
SagfSan iac o, City Manager
Funding Source
I Funding Source
Water CIP Fund 822
Estimated Project Cost
For FY 2016 '
Status
Aduals Funding Anticipated Anticipated
FY 2016 Request Request Request
FY 2016 FY 2017 FY 2018
$15,000
Anticipated Anticipated
Request Request TOTAL
FY 2019 FY 2020
$15,000
Project Description: Purchase a new portable air compressor for the Water /Sewer
Operations Division (50% Waste Water). Total Cost: $30,000
FY 2015/2016
Attachment 1
Funding Anticipated
Y
Funding source
Funding Source FY 2016 Request Request
F 2016 FY 2016 FY 2017
Estimated Project Co
For FY 2016
' (( 1
Status
I*
Anticipated Anticipated
Request Request
FY 2018 FY 2019
Anticipated
Request TOTAL
FY 2020
Sewer Operating
Fund 840 $15,000 $15,000
Project Description: Purchase a new portable air compressor for the Water /Sewer
Operations Division (50% Water) Total Project $30,000
FY 2015/2016-
.
r Y', v/ '�!/�ic7/r
ITEM NO.: 7C
MEETING DATE: March 16, 2016
City of vki4h
AGENDA SUMMARY REPORT
SUBJECT: APPROVAL OF PURCHASE OF A 12,000 USG "GAS FUEL SYSTEM FROM BRYANT
FUEL TECHNOLOGIES IN THE AMOUNT OF $149,694
Summary: Council will consider approving the purchase of a 12,000 USG Avgas Fuel System from
Bryant Fuel Technologies in the amount of $149,694.
Background: Currently the airport has a single 20,000 USG bulk fuel storage tank. This tank is divided
into two compartments holding 8,000 USG of Jet A and 12,000 USG of Avgas (100LL). The airport
operates two refuel trucks. The first truck is a 5,000 USG Jet A truck. The second truck is a 750 USG
Avgas truck. These trucks are driven to the aircraft when in need of fuel.
Council approved the Capital Improvement Plan for Fiscal Year 2015 -2016 which included $200,000 for
the purchase of a 12,000 USG Avgas Fuel System (Attachment #1).
Discussion: Over the last few years the airport has seen an increase in demand for Jet A fuel due to
wild -land fires in the area. These firefighting operations have a high demand for fuel with almost no
notice. With the current storage capability (13,000 USG Jet A), Staff is unable at times to keep up with
our customer's needs. Staff has determined that increasing fuel capacities will provide better service and
increased revenue for the airport in the future.
Installation of a 12,000 USG Avgas (100LL) self -serve tank will allow the current bulk storage tank to be
used to stock 20,000 USG of Jet A increasing the total storage availability to 25,000 USG of Jet A fuel.
This will help the airport to keep up with the high demands of fuel sales during the fire season. This
system will also make Avgas available 24 hours a day, 7 days a week, and will require less staff time to
fuel aircraft throughout the day.
In February of this year, a Request for Bids was released for the purchase of a 12,000 USG Avgas fuel
system. Please refer to Attachment 2 for a description of the system minimum requirements. This
purchase is only for the tank, fuel skid, and card reading system. Once this purchase is approved, a bid
will be released, based on the selected system, for site development and installation of the system.
Bids were received from seven suppliers. Please refer to Attachment 3 for a review of the responding
bidders. Bryant Fuel Technologies was the lowest bidder. Bryant Fuel Technologies is based out of
RECOMMENDED ACTION(S): Approval of purchase of a 12,000 USG Avgas Fuel System from Bryant Fuel
Technologies in the amount of $149,694.
ALTERNATIVES:
Do not approve purchase and provide direction to Staff.
Citizens advised:
Airport Commission.
Requested by:
Greg Owen, Airport Manager.
Prepared by:
Mary Horger, Purchasing Supervisor and Greg Owen, Airport Manager.
Coordinated with:
Sage Sangiacomo, City Manager.
Presenter.
Greg Owen, Airport Manager.
Attachments:
1. Capital Budget Page
2. Equipment Description
3. Bid Tabulation
COUNCIL ACTION DATE:
: ❑ Approved ❑ Continued to,
❑ Other
RECORDS APPROVED: ❑ Agreement: ❑ Resolution: ❑ Ordinance:
Note. Please write Agreement No. in upper right corner of agreement it hen drafted
r
Approved: AX
SagC Sangiap6mo, City Manager
Page 2of2
Bakersfield, California. Their customers are from both commercial and government, and they are a
current Federal GSA listed contractor.
Submittals will be required prior to manufacturing, subject to City approval, including schematics and
diagrams, and equipment shop drawings, to confirm that the system will meet the needs of airport
operations, and to enable the correct site preparations in anticipation of its installation.
It is Staff's recommendation to purchase the Avgas Fuel System from Bryant Fuel Technologies in the
amount of $149,694, which includes both the purchase of the fuel system, and on -site acceptance
testing.
The Airport Commission voted 4 -0 on this recommended action.
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.
200,000
Airport
77900000.80100
Yes No Z
N/A
Funding Source
Actuals Funding
Funding Source Request
FY 2016 FY 2016
Airport Reserve (Fund 777) $200,000
Anticipated Anticipated
Request Request
FY 2017 FY 2018
ATTACHMENT 1
$200,000
Anticipated Anticipated
Request Request TOTAL
FY 2019 FY 2020
$200,000
Project Description: Over the past few years the airport had record numbers of fuel sales due to fires
in the area. Although the amount of fuel sold was abnormally high, the airport was unable at times to
keep up with the demands and needs of our customers for fuel. Increasing fuel capacities will provide
better service and increased revenue for the airport in. With the installation of a 12,000 gallon 10OLL
(AVGAS) self -serve tank and the ability to store 25,000 gallons of jet A fuel, the airport will be able to
keep up with the high demands of fuel sales during the fire season.
FY 201512016
17 C77 1i
,.ity, ^/ Lll;rald
Submitted by:
(Company Name
& Address)
CITY of UKIAH
300 Seminary Avenue
Attachment 2
Ukiah CA. 95482
Phone 707- 463 -6233, Fax 707- 313 -3621
REQUEST FOR BID
FAX OR EMAIL RESPONSE WILL BE ACCEPTED
RETURN THIS FORM DATE: 2/1812016
THIS IS NOT AN ORDER REQ. NO. E28667
BIDS WILL BE RECEIVED UNTIL
1:30 p.m., March 3, 2016
AT THE OFFICE OF THE PURCHASING SUPERVISOR
300 SEMINARY AVE CITY of UKIAH
BY: Mary Horger
Email: mhorger @cityofukiah.com
BIDS ARE REQUESTED FOR THE FOLLOWING ITEMS ALL BIDS SHALL BE F.O.B. UKIAH, CA.
QUANTITY
DESCRIPTION
1 Each
12,000 USG AVGAS FUEL SYSTEM, AS PER ATTACHED
EQUIPMENT SPECIFICATION E28667.
Tax (8.125°0):
Delivery:
TOTAL:
Lump Sum Price:
$
1 Lot
Additional Price Option for Supplier to be on -site for acceptance testing.
Lump Sum Price:
Fill information completely in box below.
TERMS:
DEL. TO:
F.O.B. UKIAH
LEAD TIME ARO:
COMPANY NAME:
SIGNATURE:
PRINT NAME:
TITLE:
PHONE:
FAX:
DATE:
Right is reserved to reject any and all bids.
Right is reserved to accept separate items unless specifically denied by bidder.
Right is reserved to reject a bid from any bidder who has previously failed to perform
adequately for the City of Ukiah.
In CASE OF DEFAULT, the City of Ukiah may procure the items quoted on from other
sources and hold the original bidder liable for any increased costs.
The price, terms, delivery point, and delivery date may individually or collectively be the
basis of the awarding of the bid.
ALL BIDS MUST BE SIGNED.
In submitting the bid, bidder agrees that the bid shall remain open and may not be revoked
or withdrawn for 60 days from the bid due date, unless a different time period is specified
in RFB.
Bidder agrees to perform according to its bid, if the City's acceptance is
communicated to the bidder within the time specified in number 7 above.
delivery date may individually or collectively be the basis of the awarding of the bid. In submitting the
bid, the bidder agrees that the bid shall remain open and may not be revoked or withdrawn for 60 days
from the bid due date. Bidder agrees to perform according to its bid.
AVGAS SYSTEM
Tank to be completely assembled, prewired, pressure tested and finished painted white with all
required labels and decals. Tank to have UL -2085 label. System to meet NFPA 407, 30, and NEC. All City
site preparation to be done by others.
• 12,000 gallon
• Double wall UL -2085
• Internally epoxy lined tank
• Factory assembled
• Self- contained
• Prewired
• Pressure tested
• Painted white
• All required labels and decals
• Automatic high -level shut -off system at 95% tank capacity with pre -check
• Emergency fire vents
• Pressure /vacuum tank vent Avgas
• Stage I vapor recovery system
• Interstitial space visible monitor
• Tank shut -off valves and anti - siphon system
• External emergency valve
• Ground level reading tank gauge with high level alarm at 90% tank capacity
• Aviation compliant pump with explosion proof motor 230 volts 3 -phase
• Explosion proof motor starter and start-stop switch
• Two (2) 24" man ways
• Aviation compliant Filter /Separator with
➢ ACI water absorbing elements
➢ Air eliminator
➢ Pressure relief, differential pressure gauge with push to test feature, and manual drain valve
• Inlet strainer with
➢ Stainless steel basket
➢ Inlet adaptor with locking dust cover
• Liquid Controls meter with
➢ Air eliminator
➢ Strainer
➢ 1/10 register
➢ Pulsar for connection to self - service credit card terminal (specification provided below)
• One (1) Electric rewind hose reel with
➢ Push button control
➢ Hose guides
City of Ukiah Equipment Specification E28667 Page 2 of 3
LZM
INSURANCE REQUIREMENTS FOR CONTRACTORS
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 agents, representatives, employees or subcontractors.
I. Minimum Scope of Insurance
Coverage shall be at least as broad as:
A. Insurance Services Office Commercial General Liability coverage (Form No. CG 20 10 10 01 and
Commercial General Liability — Completed Operations Form No. CG 20 37 10 01).
B. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1
(any auto).
C. Worker's Compensation insurance as required by the State of California and Employer's Liability
Insurance.
II. Minimum Limits of Insurance
Contractor shall maintain limits no less than:
A. 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. Insurance must be written on an occurrence basis.
B. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. Insurance must
be written on an occurrence basis.
C. Worker's Compensation Employer's Liability: $1,000,000 per accident for bodily injury or disease.
III. Deductibles and Self- Insured Retentions
Any deductibles or self- insured retentions must be declared to and approved by the City. The City may require
the insurer to reduce or eliminate such deductibles or self- insured retentions with respect to the City, its officers,
officials, employees and volunteers; or the Contractor to provide a financial guarantee satisfactory to the City
guaranteeing payment of losses and related investigations, claim administration and defense expenses; or to
approve the deductible without a guarantee.
IV. REQUIRED Insurance Provisions
Proof of general liability and automobile liability policies are to contain, or be endorsed to contain, the
following provisions:
A. 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.
B. 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. NOTE: You cannot be added as an additional
insured on a workers' compensation policy.
C. For any claims related to this project, the Contractor's insurance coverage shall be primary insurance
with respect 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.
Rev: 11/20/08 Page 1 of 2
Attachment 3
BID RESULTS - "GAS FUEL SYSTEM
Bid due date: March 3, 2016
BRYANT FUEL
TECHNOLOGIES
Fuel Tech, Inc.
Mascott
Equipment Co.
Northwest Pump and
Equipment Co.
Memco /Envirosafe
Inc.
Petroleum Marketing
Equipment
Bassco Services
12,000 USG AvGas Fuel System, as per Equipment Spec E28667.
$ 133,543.00
$
128,843.92
$ 148,955.84
$
148,381.00
$ 162,007.23
$ 180,215.45
$ 186,341.18
Tax
$ 10,850.37
$
10,468.57
$ 12,102.66
$
12,055.96
$ 13,163.09
$ 14,642.51
$ 15,140.22
Delivery
$ 2,800.00
$
12,400.00
$
3,000.00
$ 6,500.00
$ 8,000.00
$ 5,765.00
Total:
$ 147,193.37
$
151,712.49
$ 161,058.50
$
163,436.96
$ 181,670.32
$ 202,857.96
$ 207,246.40
Lead time After Receipt of Order:
8 -10 weeks
90 days
6 -10 weeks
20 weeks
16 weeks
16 weeks
Add9 price option for on -site acceptance testing:
1 $ 2,500.001$
5,000.001
$ 3,960.001$
2,800.001
is 6,000.001$
2,500.00
ITEM NO.: 7d
MEETING DATE: March 16, 2016
City of Ukiah
AGENDA SUMMARY REPORT
SUBJECT: REPORT PURCHASE OF CALIFORNIA CONSERVATION CORPS SERVICES IN AN
AMOUNT OF $16,000 FOR WORK PERFORMED AT GRACE HUDSON PROJECT
Summary: Council will receive notification of purchase of the California Conservation Corps services in
an amount of $16,000 for work performed for the Grace Hudson Prop 84 Nature Education Facility
project and the neighboring Habitat Conservation Fund Storm water project.
Background: The City is currently facilitating design and construction of the Grace Hudson Nature
Education Facility Project funded through Proposition 84 grant, in tandem with the Ts'iwish Stormwater
Garden area funded by the Habitat Conservation Fund grant and the Cleveland Lane Drainage Special
Project Reserve Fund.
Discussion: In the fall of 2015, the City entered an agreement with the California Conservation Corps
(CCC) to perform tasks at the Grace Hudson project. The CCC labor rates are very reasonable, thereby
saving the project money. Additionally, the Nature Education Facility grant requires the City to provide
educational opportunities during the project construction process. Staff met with the CCC and identified
a work plan and timeline.
In December 2015, the CCC performed a number of tasks at the project site that included: conduct fine
grading in stormwater garden, install plug plants in stormwater area, install seed, straw mulch to protect,
perform weeding of Cleveland Lane Drainage Channel, construct small boulder weir structures in both
parking lot swales with onsite smaller boulders, remove and stack pavers in courtyard, weed courtyard
extensively, and install root barrier.
The work is funded by the Nature Education Facility grant and the Habitat Conservation Fund grant with
a small portion funded by the City Creek Maintenance account for work performed to clear the existing
Cleveland Lane drainage channel. Photos of the work are included as Attachment #1.
The CCC will be returning to the project area to perform similar grant project tasks in the coming months.
They will likely continue as a partner during the future operations of the Grace Hudson Nature Education
Facility to work, volunteer, and support ongoing maintenance. Those partnership discussions are
underway.
RECOMMENDED ACTION(S): 1) Accept the report of purchase to California Conservation Corps in the
amount of $16,000 for work performed at the Grace Hudson project.
ALTERNATIVES: Remand to staff with other direction.
Citizens advised: N/A
Requested by: N/A
Prepared by: Katie Marsolan, Project Analyst.
Coordinated with: Mary Horger, Purchasing Supervisor and Maya Simerson, Community Services Supervisor.
Presenters: Katie Marsolan, Project Analyst and Sherrie Smith - Ferri, Museum Director.
Attachments: 1. CCC Project photos
COUNCIL ACTION DATE: : ❑ Approved ❑ Continued to ❑ Other
RECORDS APPROVED: ❑ Agreement: ❑ Resolution: ❑ Ordinance:
,1 ote. Please write Agreement No. in upper right corner of agreement when drafted
Approved:
> e- Sangia mo, City Manager
Page 2 of 2
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.
$1,803,412
Museum Grant
Infrastructure
31022700.80230
Yes ❑ No ®
N/A
Cleveland Lane Drainage
$142,000
& Habitat Conservation
25024210.80230
Yes ❑ No ®
N/A
Grant
$2,000
Creek Maintenance
10024220.52100
Yes ❑ No ®
N/A
Attachment 1
Grace Hudson Project: CCC Planting Support December 2015
Grace Hudson Project: CCC Paver work
Z-
2
City of Ukiah
ITEM NO.: 7e
MEETING DATE: March 16, 2016
AGENDA SUMMARY REPORT
SUBJECT: AWARD OF BID FOR PURCHASE OF TWO POLICE VEHICLES IN THE AMOUNT OF
$78,319.08 FROM UKIAH FORD, AS APPROVED IN THE CAPITAL BUDGET
Summary: Ukiah Police request expenditure of funds for purchase of two police vehicles.
Background: Included in each fiscal year budget is the purchase of patrol vehicles (Attachments #1 and
#2), or other vehicles, as required to maintain an operating fleet of 22 police specific vehicles. Patrol
vehicles have an approximate 3 year /100,000 mile life span. Vehicles intended for other use, such as
administration, Detectives, and Community Service Officers are utilized as long as possible. For the past
15 years, except during the recent fiscal crisis, the department has budgeted and replaced vehicles
annually to maintain serviceable vehicles for police activities.
Discussion: In February, Staff submitted bids to Ford dealerships, including all local Ford dealers, for
the purchase of two police vehicles according to State of California Specifications for Police Vehicles with
preferred additional options desired by the Ukiah Police Department (Attachment 3). Three bids were
received. Below is a recap of the responses:
BID RESULTS
Vendor
Description
Price
Ukiah Ford
Ford Utility Interceptor
$44,331.16
Ford Sedan Interceptor
$33,987.92
TOTAL:
$78,319.08
Zumwalt Ford
Ford Utility Interceptor
$44,490.10
Ford Sedan Interceptor
$34,219.31
TOTAL:
$78,709.41
Downtown Ford Sales
Ford Utility Interceptor
$48,193.41
Ford Sedan Interceptor
$34,735.09
TOTAL:
$82,928.50
Continued on Page 2
RECOMMENDED ACTION(S): Award the bid for two police vehicles to Ukiah Ford in the amount of
$78,319.08.
ALTERNATIVES: Provide Staff with alternate direction. T
Citizens advised: N/A
Requested by: N/A
Prepared by: Captain Justin Wyatt.
Coordinated with: Mary Horger, Purchasing Supervisor and Chris Dewey, Police Chief.
Presenter: Captain Justin Wyatt.
Attachments: 1. Capital Budget
2. Justification Worksheet
3. Equipment Specification Sheets
COUNCIL ACTION DATE: : ❑ Approved ❑ Continued to ❑ Other
RECORDS APPROVED: ❑ Agreement: ❑ Resolution: ❑ Ordinance:
Note. Please write Agreement No to upper right corner of agreement when drafted
Approved:
54e Sangi, omo, City Manager
Page 2 of 2
The bid supplied by Ukiah Ford meets the specifications at a cost of $78,319.08, for the purchase of two
police interceptor vehicles. It is Staff's recommendation to award the purchase to Ukiah Ford.
FISCAL IMPACT:
Budgeted
Amount in
15 -16 FY
Source of Funds
(Title & No.)
Account Number
Budget
Amendment
Required
Previous Contract
or Purchase Order
No.
41,030
Police Reserve
22000000.38201
Yes No ®
N/A
78,970
Undesi nated Reserve
22000000.30007
Yes No Z
N/A
Attachment 1
Project Description: Replace two fully equipped police vehicles annually which currently cost
$60,000 each. This cost includes light bars and Fiberglass back seats.
FY 2015/2016
q
Attachment 2
cay ofuk av
Fleet Vehicle Justification
Proposed Vehicle: Police Patrol Car
Department: Police
Area of use: Patrol
Prepared by: Justin Wyatt
1 VEHICLE PURPOSE
Need for vehicle within Department fleet
The Ukiah Police Department maintains a fleet of 7 shared & marked Police vehicles, 3
shared CSO vehicles, 4 marked K9 patrol vehicles, 5 detective vehicles, and 3
administrative vehicles, for a total of 22 police specific vehicles.
These vehicles are equipped with safety equipment, radios, lights and sirens, provide
transportation for police services and are authorized for emergency response and
pursuit activities.
The department currently deploys as many as 5 uniformed officers a shift and 7 shared
vehicles are currently within the fleet, to allow for scheduled maintenance activities,
unanticipated mechanical failures, and emergencies which may require the deployment
of additional personnel.
2 REPLACEMENT JUSTIFICATION
2.1 Current Vehicle
Description, Mileage, Funding Source and Market Value
Vehicle #4101 is a 1998 Ford Crown Victoria Police Interceptor. The vehicle has
95,654 miles, and has been in service with the department's fleet as an unmarked
police vehicle and administrative vehicle. The blue book trade -in value of this vehicle is
estimated to be less than $800.00.
Vehicle #4195 is a 2007 Ford Crown Victoria Police Interceptor. The vehicle has
70,662 miles and has been in service with the department's fleet as a marked patrol
vehicle. This vehicle is intended to be repurposed as an unmarked patrol vehicle for
use by the department's Special Enforcement Team for code enforcement duties.
Vehicle Replacement Justification
2.2 Maintenance Costs
Overall Condition, Maintenance Costs, Out of Service Time, Parts Availability,
and Associated Safety Issues
Overall Mechanical Condition:
The 1998 vehicle has 95,654 miles of high demand police activities. During the last
scheduled maintenance period, the department's mechanic determined there were
numerous components of the suspension, frame, and chassis requiring replacement
and repair, the cost of which exceeds the vehicle's value and expected life expectancy.
The 2007 vehicle has 70,662 miles of high demand police activities. The department's
mechanic has determined the vehicle's mechanical condition is stable and suitable for
re- purposement.
Maintenance Costs: Vehicle maintenance records indicate the department has spent
$10,064.99 in parts and labor maintaining vehicle #4101 over the life of the vehicle.
Vehicle maintenance records indicate the department has spent $8,951.25 in parts and
labor maintaining vehicle #4195 thus far.
Out of Service Time:
Vehicle #4101 was out of service a total of 470.5 hours, and vehicle #4195 was out of
service a total of 893 hours.
Parts Availability:
Most parts are still available for this model year This type of vehicle — Crown Victoria
Police Interceptor— is no longer in production.
Associated Safety Issues:
If sold at auction, potential buys should be made aware of the age and mileage.
Shared Resources
Police Pursuit Interceptors are specific purpose vehicles, with legislated specifications
for emergency driving applications. A review of the City fleet was conducted and no
other vehicle exists for this purpose.
The department desires to re- purpose vehicle #4195 as unmarked police vehicle for
use in the department's Special Enforcement Team for code enforcement activities. In
this capacity, the department plans to remove exterior emergency lighting and
markings while retaining the safety, emergency, and prisoner transportation
accessories.
Page 2 3/11/2016
Vehicle Replacement Justification
3 PROPOSED VEHICLE SPECIFICATIONS
Proposed Vehicle Specifications
Police pursuit rated vehicles are tested and certified in California at the Riverside Sheriff's
Office proving grounds, and at the Michigan State Police proving grounds. Certified emergency
response vehicles include a number of additional safety measures to protect occupants in
emergency response situations.
The Ford Police Interceptor leads the market in these safety design features. It is the only
vehicle available that has been tested to withstand a 75mph rear crash, uses a Kevlar lined fuel
tank, an automatic fire suppression system, bullet proof doors, and hardened windows to
protect its occupants.
See Specification Sheets
4 ALTERNATIVE FUEL AND CARB REGULATIONS
4.1 Alternative Fuels Availability
Proposed Vehicle Alternative Fuels Availability
Staff continues to research the feasibility of deploying alternative fuel marked patrol vehicles.
While many alternative fuel vehicles are now available, their deployment as an emergency
response vehicle is not yet practical.
Ford has developed this vehicle for use with E85 Bio -Fuel, which if offered in our area, may
serve as an alternative in the future.
4.2 CARB STANDARDS
_ CARB STANDARDS
CARB regulations do not apply to this purchase
Page 3 3/11/2016
Attachment 3
CITY OF UKIAH
EQUIPMENT SPECIFICATION E29901
NEW 2016 UTILITY & SEDAN POLICE INTERCEPTORS
The City of Ukiah invites bids for furnishing one (1) new 2016 Utility Police Interceptor
AND one (1) new 2016 Sedan Police Interceptor.
The following specifications shall be considered minimum. All deviations from these
specifications shall be described in the bid response. There will be no trade -ins involved
in this bid.
Bidder shall, as indicated on the Request for Bid form, state the total price for the new
vehicle as specified (including any options and accessories), as well as sales tax,
destination charges and any other applicable fees or charges, FOB the City of Ukiah
Corporation Yard, 1320 Airport Road, Ukiah.
Only bids from licensed dealers (new) will be considered. The City reserves the right to
select and purchase a vehicle directly from the State of California Department of General
Services contract.
Please contact Mary Horger at (707) 463 -6233 or at mhorger @cityofukiah.com if you
have any questions regarding these specifications.
GENERAL INSTRUCTIONS TO BIDDERS
Each bidder is asked to attach to their bid response a complete detailed description of
the unit they propose to furnish. All equipment catalogued as standard shall be
furnished and included in the purchase price of the unit. Dealer shall process
registration and title transfer for exempt license plates to the Department of Motor
Vehicles on behalf of the City of Ukiah.
The total price shall include all equipment, accessories and optional items. In making its
selection, the City will consider all factors relating to the vehicle including operating
performance, operator comfort, safety, and availability as well as cost.
The vehicle furnished under these specifications is to carry the standard warranty
offered to the general public.
The City reserves the right to reject any or all bids, and to determine which bid, in its
opinion, will best serve the needs and requirements of the City.
The successful bidder shall supply the vehicle fully equipped and ready for service at the
time of delivery.
Complete service manuals must be delivered with the vehicle.
2016 FORD UTILITY POLICE INTERCEPTOR — AWD
3.7 TI-VCT V6 FFV
6 -Speed Automatic
Rear recovery hooks
Independent front/rear suspension
Engine Oil Cooler
18.6 gallon fuel tank
Engine Hour Meter
220 Amp Alternator
78 Amp Hour Battery
Lower black body side cladding
Dual Exhaust
Black spoiler
Electric Power Assist Steering
Acoustic laminated windshield
18" Tires and Wheels
Fixed glass lift gate
Full Size Spare
AM /FM /CD
Roll curtain airbag
Safety Canopy w /Roll Over Sensor
Anti -Lock Brakes with advanced trac and traction control
LED tail lamps
2nd /3`d row privacy glass
My Ford police cluster
Black Grill
Headlamps -LED Low Beam, Halogen High Beam
Lift Gate Release Switch — 45 Second Time Out
Rearview Camera with washer
All -Wheel Drive
Manual folding power mirror
Fold flat 60/40 rear vinyl bench
Single Zone Manual Climate Control
Power Windows — 1 Touch Up /Down
Power Locks
Cruise Control/Tilt Wheel
Calibrated Speedometer
Column Shift
Work Task Light red /white
Simple fleet key
Power adjustable pedals
Two -way Radio Pre -wire
Particulate air filter
Power Pig tail
Locking Glove Box
2 1 P a g e
Standard Warranty:
Basic: 3 Years /36,000 Miles
Drivetrain: 5 Years /100,000 Miles
Corrosion: 5 Years /Unlimited Miles
Emissions: 8 Years /80,000 Miles
Roadside Assistance: 5 Years /60,000 Miles
99T— 3.5L V -6 Ecoboost Engine (131 MPH top speed)
43D — Dark car feature (courtesy lights inop)
17T — Dome lamp red /white cargo area
61V — Spot Light Dual LED Bulbs — Whelen
21 L — Front Auxiliary Light Red /Blue — requires option 60A
21W — Forward Indicator — Red /Blue Pocket Warning Light — requires options 60A
60A — Pre - wiring grill lamp, siren, speaker
63B — Side Marker LED — Red /Blue — Requires 60A
63L — Rear Quarter Glass Side Marker Lights — Red /Blue
92R- Glass -Solar Tint 2nd Row Only, Privacy Glass on Rear quarter and Liftgate
Window
87R— Rear View Camera — Includes Electrochromic Rear View Mirror (replaces
standard camera in center stack area)
53M — Sync Basic — includes USB port and aux input jack
18W — Rear window power delete
90E — Ballistic Door Panels — Driver & Passenger Front
56B — BLIS Blind spot monitoring (requires 54Z)
76R — Reverse Sensing
Keyed Alike — Code #1284X
66D — Scuff Guards
60R — Noise Suppression Bonds (Ground Straps)
52B — Enhanced PTU Cooler — requires EcoBoost Engine
Over Ride Switch
67H— Ready for the Road Package. All -in Complete Package — Includes Police
Interceptor Packages 66A, 66B, 66C plus:
• Whelen Cencom light controller
• Whelen Cencom relay center /siren amp with traffic advisor
• Light controller /relay Cencom wiring
• Grille LED Lights
• 100 Watt Siren /Speaker
• (9) 1/0 digital Serial Cable (console to cargo)
• Hidden door lock plunger & rear door handles inop
• Rear console mounting plate
91A - Tow -Tone Vinyl Wrap — Package #1 — Roof & Right/left, front/rear doors vinyl —
white only
COMPLETE SERVICE MANUALS
3
2016 FORD SEDAN POLICE INTERCEPTOR — AWD
3.71 V6 TI -VCT AWD FFV1
6 -Speed Automatic
Alternator — 220 AMP
Auxiliary Transmission Oil Cooler
750 CCA Battery
Anti -Lock Brakes
Dual Exhaust —True
Electric Power Assist Steering
Engine Hour Meter
Engine Oil Cooler
Fuel Tank — 19 Gallons
Front and Rear Stabilizer Bars
Deck Lid Cylinder Lock
Front - Door -Lock Cylinders
18" Tires & Wheels
Hub Caps
Full Size Spare
Underbody Deflector Plates
Solar Tinted Glass
Black Grille
Headlights- Projector Halogen
Lower Grille
Power Remote Control Mirrors
Nameplate Badging
Roof Mount Antenna
Halogen Tail /Deck Lid Lamps
Climate Control
Console Mounting Plate
Power Windows
Power Locks
Heavy Duty Thermoplastic Floor
Locking Glove Box
Grab Handles
Task Lights w /Sunglass Holder
Dome Lamp
Power Adjustable Pedals
Powerpoints
Scuff Plates — Front and Rear
1St Row Heavy Duty Cloth Bucket Seats
6 -Way Power Driver (Manual Recline,
(Manual Recline, No Lumbar)
- Cruise Control/Tilt Wheel
Manual Lumbar) with 2 -way Manual Passenger
Standard Warranty:
Basic: 3 Years /36,000 Miles
Drivetrain: 5 Years /100,000 Miles
Corrosion: 5 Years /Unlimited Miles
Emissions: 8 Years /80,000 Miles
Roadside Assistance: 5 Years /60,000 Miles
4
99T — 3.51- V6 EcoBoost AWD Only — (148mph Top Speed) N/A with Special Service
Package)
66D — Auto Headlamps
642— 18" Painted Aluminum Wheel
51G — Pre - wiring grille LED, siren, speaker
96P — 100 Watt siren /speaker
20P — Noise Suppression Bonds
65C — Ballistic Door - Panels — Driver and Passenger Doors
77B — Rear view camera — Displays in rearview mirror
649— Mirrors — Heated Sideview
63M — SYNC — includes single USB and aux (Requires reverse sensing 76R)
76R — Reverse Sensing
47J — Remappable (4) switches
98K — Lockable gas cap for East Fuel Capless Fuel - Filler
55B — BLIS Blind spot monitoring with Cross - traffic Alert
69B — Perimeter Anti -Theft Alarm — requires key fob 60P
19T — Trunk storage vault (includes lockable door)
61P — Power Passenger Seat (6 -way) w /Manual Recline and Lumbar
62D — Electronics tray (without fan)
97T — Trunk circulation fan (stand -alone feature does not include wire harness)
59E — Scuff Guards — Protective wrap on front edge of both rear -doors
60P — Remote keyless entry n/a with keyed alike
Privacy Glass — 2nd row and back window
77E — Police Wire Harness Connector Kit — Front, for connectivity to FORD PI package
solutions. Includes:
• (2) Male 4 -pin connectors for siren
• (5) Female 4 -pin connectors for lighting /siren /speaker
• (1) 4 -pin IP connector for speakers
• (1) 4 -pin IP connector for siren controller connectivity
• (1) 8 -pin sealed connector
• (1) 14 -pin IP connector
61J - Police Wire Harness Connector Kit — Rear, for connectivity to Ford PI Package
solutions includes:
• (1) 2 -pin connector for rear lighting
• (1) 2 -pin connector for trunk circulation fan
• (6) Female 4 -pin connectors
• (6) Male 4 -pin connectors
• (1) 10 -pin connector
12P - Police Interior Upgrade Package — Includes: cloth rear seats, front & rear floor
mats, 1 st row & 2nd row carpet floor covering, full floor console with unique police
finish panels, rear grab handles
661 - Front Headlamp Lighting Solution — Includes: (2) front integrated LED lights for
Wig -Wag simulation (does not include controller) Wiring, LED lights included,
Requires Pre - wiring Grill Lamps
662- Tail Lamp Lighting Solution — Includes: (2) rear integrated LED lights (in tail
lamps; does not include wiring controller)
663 — Rear Lighting Solution — Includes: (2) backlit flashing LED lights (window
mounted on each side of chimsel stop light), (2) decklid inner flashing LED lights
Exterior Color — Sterling Gray Metallic
COMPLETE SERVICE MANUALS
5
City of vkiah
ITEM NO.: 7f
MEETING DATE: _March 16, 2016
AGENDA SUMMARY REPORT
SUBJECT: AWARD PURCHASE OF ONE NEW 2016 FORD F- 350 -XL STANDARD CAB WITH
CUSTOM SCELZI SERVICE BODY TO TOWNE FORD SALES IN REDWOOD CITY FOR
THE WATER AND SEWER OPERATIONS DEPARTMENT IN THE TOTAL AMOUNT OF
$45,943.17 AS APPROVED IN THE CAPITAL BUDGET
Summary: Council will consider awarding the purchase of a new service truck with custom service body
for the Water and Sewer Department.
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 Service Truck in the amount of $60,000.00 to
the Water and Sewer Funds 822 and 840 in the Capital Budget as shown on Attachment 1.
Staff requested bids from twenty -five companies and received 2 responses as shown below:
Towne Ford Sales $45,943.17
Ukiah Ford $47,240.80
Discussion: Submitted for the City Council's consideration and action is Staff's recommendation to
award the purchase of a new 2016 Ford F -350 Standard Cab truck with a Custom Scelzi Service Body for
the Water and Sewer Operations Service Truck in the amount of $45,943.17 to Towne Ford Sales in
Redwood City, California.
This truck used daily as well as for the on -call Water and Sewer Service Attendant. Further justification is
provided in Attachment 2.
The purchase for this truck needs to be made before March 21, 2016, in order to purchase a 2016 model
year. If this purchase is not made by then, the price will increase as the truck will be a 2017 model year.
FISCAL IMPACT:
Budgeted
New Appropriation
Budget
Previous
Amount in
Source of Funds
Account Number
Amendment
Contract or
15 -16 FY
(Title & No.)
Required
Purchase Order
No.
$30,000
82224413.80100.15059
Yes ❑ No ❑
$30,000
84024421.80100.15059
RECOMMENDED ACTION(S): Award purchase of one new 2016 Ford F -350 service truck with Scelzi
custom service body to Towne Ford sales for the Water and Sewer Operations department in the total
amount of $45,943.17 as approved in the Capital Budget.
ALTERNATIVES: Do not award purchase and provide direction to staff
Citizens advised: N/A
Requested by: Tim Eriksen, Director of Public Works /City Engineer
Prepared by: Mary Williamson, Buyer; Jarod Thiele, Public Works Project Analyst
Coordinated with: Don Brown, Water /Sewer Operations Leadworker; Dave Kirch, Senior Equipment Mechanic,
Mary Horger, Purchasing Supervisor
Presenters: Jarod Thiele, Public Works Project Analyst; Dave Kirch, Senior Equipment Mechanic
Attachments: 1) Capital Budget
2) Vehicle Justification Sheet
COUNCIL ACTION DATE: : ❑ Approved ❑ Continued to ❑ Other _
RECORDS APPROVED: ❑ Agreement: ❑ Resolution: ❑ Ordinance:
:Please write Agreement No. in upper right corner ojagreement when drafted..
Approved:
SaVSangiad9mo, City Manager
City of Ukiah Attachment 2
Water & Sewer Service Truck
Justification
Proposed Vehicle: One new 2015 Ford F -350, 1 ton, 2WD pickup with Scelzi Service bed or
equal
Department: Public Works
Area of use: Water and Sewer Operations Division
Prepared by: Jarod Thiele, PW Project Analyst & Dave Kirch, Senior Equipment Mechanic
1 VEHICLE PURPOSE
Need for Vehicle within Department Fleet
This vehicle will be used daily for all operations of the Water and Sewer
Operations Division.
P�N=I; JWT914Ji1=1►kiFlI &.1 If I;I N-A if IQ Z I
2.1 Current Vehicle
Description, Mileage, Funding Source and Market Value
This truck will be an addition to the fleet and is needed for all operations of the
Water and Sewer Division as well as serve to as the on -call truck.
Funding: Sewer Capital (fund 844) = $30,000;
Equipment Reserve (fund 220) = $30,000
Estimated Value: N/A
2.2 Maintenance Costs
Overall Condition, Maintenance Costs, Out of Service Time, Parts
Availability, and Associated Safety Issues
Overall Mechanical Condition: N
Maintenance Costs: N/A
Out of Service Time: N/A
Parts Availability: N/A
Associated Safety Issues: N/A
2.3 Shared Resources
Define any Resources Currently Available within the City of Ukiah Fleet which
could be Utilized for this Purpose.
N/A
3 PROPOSED VEHICLE SPECIFICATIONS
Proposed Vehicle Specifications
One new 2015 Ford F -350, 1 ton, 2WD pickup with Scelzi service bed, or equal.
COST - $60,000
4 ALTERNATIVE FUEL AND CARB REGULATIONS
4.1 Alternative Fuels Availability
Proposed Vehicle Alternative Fuels Availability
An alternative fueled vehicle is not recommended.
4.2 CARB STANDARDS
CARB STANDARDS
This vehicle is exempt from CARB standards.
Actuals Funding Anticipated Anticipated
Funding Source FY 2016 Request Request Request
FY 2016 FY 2017 FY 2018
Attachment la
30
$30,000
Anticipated Anticipated
Request Request TOTAL
FY 2019 FY 2020
Sewer Operating
Fund 840 $30,000 $30,000
Project Description: Purchase new service truck for the Water /Sewer Operations
Division (50% Water) Total cost $60,000
FY 2015/2016
Il- -1
+ilkiali
Attachment lb
Eft. M
$30,000
Actuals Funding Anticipated Anticipated Anticipated Anticipated
Funding Source Request Request Request Request Request TOTAL
FY 2016 FY 2016 FY 2017 FY 2018 FY 2019 FY 2020
Equipment Reserve
Fund 220
Water Reserve $30,000
Project Description: Purchase new service truck for the Water /Sewer Operations
Division (50% Waste Water) Total Cost $60,000
IFS► 7PI-5/2016
156
4
city of vkiah
ITEM NO.: 11 a
MEETING DATE: March 16, 2016
AGENDA SUMMARY REPORT
SUBJECT: CONSIDERATION OF RESOLUTION AMENDING CITY OF UKIAH COMMUNITY
DEVELOPMENT BLOCK GRANT (CDBG) SINGLE - FAMILY HOUSING
REHABILITATION GUIDELINES, TO UPDATE LANGUAGE REGARDING MOBILE
AND MANUFACTURED HOME REPAIRS AND REPLACEMENTS
Summary: The City Council will hold a public hearing and consider a resolution amending the City of
Ukiah Community Development Block Grant (CDBG) Single - Family Housing Rehabilitation Guidelines to
update language regarding mobile and manufactured home repairs and replacements. This item was
continued from the March 2, 2016, meeting due to the fact that it was publicly noticed but not agendized.
Background: CDBG Grant #13 -CDBG -8940 was awarded to the City of Ukiah in 2013. Part of the grant
was for the rehabilitation of multi - family housing and the other part was for rehabilitation of single - family
housing. The multi - family housing project is currently underway, consisting of significant improvements
at Creekside Village Apartments, a housing development for low- income seniors owned by Rural
Communities Housing Development Corporation.
Original plans for the remainder of the grant, reserved for single - family housing rehabilitation primarily
consisted of a sewer lateral repair and replacement program. Staff has determined that a different
course of action would be more expedient and less likely to negatively impact the General Fund.
Per CDBG guidelines, the City is required to hold a public hearing to receive public input and approve the
revised Single - Family Housing Rehabilitation Guidelines. Accordingly, the meeting was noticed in the
Ukiah Daily Journal on February 19, 2016.
Discussion: Part of each CDBG Grant provides for reimbursement for administration of the grant.
However, this administration is both costly and time consuming; therefore, it is important to evaluate
whether the cost of administering the program will exceed the allowable reimbursements from the State.
The original plan to focus on sewer lateral replacements, while valuable to the community, would have
resulted in a disproportionate share of overhead compared to the actual benefit to the recipients.
RECOMMENDED ACTION(S): Adopt resolution amending th e
Block Grant (CDBG) Single - Family Housing Rehabilitation
mobile and manufactured home repairs and replacements
ALTERNATIVES: N/A
Continued on Page 2
City of Ukiah Community Development
Guidelines to update language regarding
Citizens advised: N/A
Requested by: Shannon Riley, Senior Management Analyst.
Prepared by: Shannon Riley, Senior Management Analyst.
Coordinated with: Craig Schlatter, Community Development Commission.
Presenter: Shannon Riley, Senior Management Analyst.
Attachments: 1. Redlined CDBG Single - Family Housing Rehabilitation Guidelines
2. Resolution amending the City of Ukiah Community Development Block Grant (CDBG)
Single - Family Housing Rehabilitation Guidelines
COUNCIL ACTION DATE: : ❑ Approved ❑ Continued to ❑ Other
RECORDS APPROVED: ❑ Agreement: ❑ Resolution: ❑ Ordinance:
Note: Please write Agreement No. to upper right corner of agreement when drafted.
Approved: J J'
Sa a Sangia5vno, City Manager
Page 2 of 2
Another factor is eligibility of participants. CDBG programs have strict income and other eligibility
requirements; it is likely that most of the people interested in participating in the sewer lateral
improvements program would not be eligible.
Therefore, Staff is recommending amending the CDBG Single - Family Housing Rehabilitation Guidelines
to help fund the repair and replacement of mobile and manufactured homes. This program could have a
significant impact on a number of Ukiah homes, can easily be targeted to eligible participants, and will
more likely have administration costs that are completely reimbursable, thereby not negatively impacting
the General Fund.
The redlined Guidelines are provided in Attachment 1. The amendment allows for participation in the
program by Ukiah residents who own their mobile /manufactured home but not the land that it is on. The
State requires that these guidelines are modified by resolution (Attachment 2).
If Council adopts the resolution in support of this modification to the program, Staff will immediately begin
processing the necessary documents and marketing the program.
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
60917458.GR891
Yes No Z
N/A
CITY OF UKIAH
COMMUNITY DEVELOPMENT
BLOCK GRANT PROGRAM
(CDBG)
SINGLE - FAMILY
HOUSING REHABILITATION
PROGRAM GUIDELINES
Deviser! October 23 s 2014
Last Revised: February 18, 2016
City of Ukiah Page 1
CDBG Single - Family Housing Rehabilitation Guidelines
Formatted: Centered
APPLICANT ELIGIBILITY
A. Conflict of Interest
No member of the Ukiah City Council, the Home Improvement Loan
Committee, or employee of the City of Ukiah during their tenure or for one
year thereafter shall have any interest, direct or indirect in any Home
Improvement Program loan contract or the proceeds thereof.
B. Income
Owner- Occuaant
The maximum household income allowable to qualify for a Home
Improvement Program loan is eighty percent of the median income
(targeted income) for Mendocino County, as established by the
California Department of Housing and Community Development.
Eligible applicants will not have an annual gross income exceeding
the levels established for "low- and moderate - income (LMI)"
households adjusted by family size. The owner will be required to
provide income documentation.
Single- family housing rehabilitation program operator or City staff
will determine whether applicants satisfy the income eligibility
criteria.
Income limits will be updated within 30 days of receipt from the
California Department of Housing and Community Development.
All applicant information obtained by staff will be kept confidential.
C. PROPERTY
To be eligible for program financing, properties must comply with the
following criteria:
1. Location
City of Ukiah Page 2
CDBG Single - Family Housing Rehabilitation Guidelines
Units to be rehabilitated under the Program must be located in the
incorporated areas of City of Ukiah excluding portions subject to
flooding. The City reserves the option of completing the "eight
step" process for areas subject to flooding, converting to exempt
status, and including these areas at the discretion of the Certifying
Officer.
Occupancy
Although there is no minimum length of ownership requirement
under the program, an owner - occupant must reside in the unit
prior to the processing of a loan application, and the unit must be
the resident's primary residence. However, if in the opinion of the
City Building Services Official, the unit as it exists is uninhabitable,
this requirement may be waived.
3. T+tleResidential Property Eligibility
The property must contain a legal residential structure intended for
continued residential occupancy. Housing units eligible for
rehabilitation include: single - family homes, multi - family units with no
more than four units, and manufactured or modular homes.
Dreperty n shall held land in foe title
Rehabilitation or replacement of a manufactured home not on a
permament foundation is eligible. Rehabilitation of a manufactured
home may include may include the replacement of the unit with a
used manufactured home and the cost to repair it, as long as the
unit has been occupied and not used as a demonstration model.
Should the unit meet the criteria for reconstruction a new
manufactured home can be used for replacement and all costs
associated with the purchase and transportation can be added to
the loan.
4. Condition
To qualify, the level of disrepair must include at least one major
system failure, such as roof, foundation, structural, plumbing,
heating, electrical or an accumulation of deficiencies that constitute
a threat to health and safety. All repair work will meet Uniform
Building Code standards. The priority will be the elimination of
health and safety hazards.
City of Ukiah Page 3
CDBG Single - Family Housing Rehabilitation Guidelines
All property improvements must be physically attached to the
property and permanent in nature. General property improvements
should be limited to 15% of the rehabilitation loan amount. Luxury
items are not permitted.
Rehabilitation financing will be available to eligible property owners
only when a reasonable expenditure of funds will enable a
residential unit to be brought up to HUD Section 8 Housing Quality
Standards and Uniform Building Code standards.
Life Estate
Applicants meeting all other eligibility criteria who hold a Life Estate
on the property and reside on the property are eligible for a
rehabilitation loan. Income eligibility will be determined by the
income of the occupant /holder of the Life Estate. The holder of the
Fee Simple Estate will be required to sign all loan documents. The
loan conditions will provide that the loan is due and payable upon
sale or transfer of the property and upon termination of the Life
Estate of the current occupant. (In making loans to Life Estate
holders City or program operator staff will regularly monitor such
loans to verify the status of the occupant).
Mobile /Manufactured Homes
CDBG funds may be used for the rehabilitation of a mobile home.
An alternative to actual rehabilitation of a mobile home is to replace
the unit with a used mobile home. To be considered eligible for
rehabilitation costs, the used mobile home must have been
occupied and not used as a demonstration model.
Should the residential dwelling or existing mobile home that is
being considered for rehabilitation meet the criteria for
reconstruction discussed below, a new mobile home can be used
for replacement. All costs associated with the purchase and
transportation can be added to the applicant's loan.
8. Reconstruction
Changes in federal law and policies allow the use of CDBG funds to
demolish and reconstruct LMI -owned and occupied residential
structures. Reconstruction is defined as the demolition and
construction of a structure. States may establish guidelines for
City of Ukiah Page 4
CDBG Single - Family Housing Rehabilitation Guidelines
authorizing reconstruction, provided the guidelines are consistent
with federal standards.
Grantees must document that the reconstruction costs are less
than newly constructed housing and that the estimated cost of the
reconstructed housing (including demolition, site preparation and
temporary relocation) is less than the fair market value of the
reconstructed housing and land combined. This may be
accomplished by completing the Test for Reconstruction and
providing an appraisal or equal on the fair market value of the
newly reconstructed housing. A copy of the Test for
Reconstruction must be kept in the project files and be available for
review during the monitoring visit.
Reconstruction of residential structures would also permit replacing
an existing substandard unit of manufactured housing with a new or
standard unit of manufactured housina.
The residential structure to be reconstructed must be a structure or
unit within a structure with cooking, eating, sleeping, and sanitation
facilities which has been legally occupied as a residence within the
preceding 12 months. Fifth wheels or recreational vehicles, for
example, are not considered housing units and therefore are not
eligible.
One - for -one replacements requires the housing unit to be
demolished must be replaced with a similar unit (replace
manufactured housing with manufactured housing, for example).
Reconstruction of a unit is generally determined as categorically
excluded from the National Environmental Policy Act (NEPAZ—,ree
Chapter 3_) if the project is four or fewer units per NEPA 24 CFR
Part 58.35(x) (7). Depending on the outcome of the Statutory
Worksheet (environmental test), a reconstructed project may
require authority from the State before funds are committed to the
rp oiect.
Building plans for reconstruction should meet new construction
building and zoning standards for room size, setbacks, and off-
street parking areas.
REHABILITATION STANDARDS
City of Ukiah Page 5
CDBG Single - Family Housing Rehabilitation Guidelines
A. General Requirements
Rehabilitation activity will consist of eligible improvements required to bring a
residential dwelling unit up to HUD Section 8 Housing Quality Standards and
Uniform Building Code Standards for decent, safe and sanitary housing. Any
rehabilitation work will comply with all pertinent standards of the various codes and
ordinances adopted by the City of Ukiah including current State standards for
residential energy conservation, the Uniform Housing Code and where applicable,
local codes and ordinances.
It shall be the responsibility of the Housing Rehabilitation Staff to determine the most
cost effective and appropriate manner in which to complete the needed repairs of a
dwelling.
The purpose of the Home Improvement Program is to assure a living unit, which
provides for a healthful environment and complete living facilities arranged and
equipped for suitable and desirable living conditions commensurate with the type
and quality of the property under consideration. To provide each living unit with
space necessary for suitable living, sleeping, cooking and dining accommodations,
as well as sanitary facilities:
1. Independent facilities shall be provided for each living unit except that
common facilities such as laundry and storage space or heating may be
provided for each property.
2. Each living unit shall contain provisions for each of the following:
(a) A continuing supply of safe potable water.
(b) Sanitary facilities and a safe method of sewage disposal.
(c) Heating adequate for healthful and comfortable living conditions.
(d) Domestic hot water.
(e) Electricity for lighting and for electrical uses in the dwelling.
3. Clothes closet space should be provided with bedrooms or located
conveniently nearby.
4. Exterior doors shall have keyed locks.
5. Attics and underfloor area shall have proper access and insulation as
required by local codes.
6. Every dwelling shall be supplied with a means of disposal or removal of trash
and garbage, which is inaccessible to rodents.
City of Ukiah Page 6
CDBG Single - Family Housing Rehabilitation Guidelines
B. Access to the Building
Walks and steps shall be provided for all- weather access to the building and
constructed so as to provide safety and reasonable durability.
C. Grading
Any deficiencies in proper grading or paving adjacent to the building shall be
corrected to assure surface drainage away from foundations and basement
walls.
D. Unacceptable Features
Features which are not ordinarily acceptable in any property and must be
corrected where feasible are:
1. Buildings in which adequate attic and /or underfloor space ventilation has not
been provided to prevent conditions conducive to dampness, decay, fungi
and /or insect infestation and deterioration of the structure.
2. Buildings constructed on wood mudsills resting directly on the ground.
3. Crawl space vents with vent bottom less than 6 inches above the finish grade.
4. Foundations with top of stem wall less than 6 inches above finished grade.
5. Wood, siding, floors and /or door casings or sills in contact with ground.
6. Retaining walls shall be maintained in adequate repair and must be provided
where necessary to protect the structure, driveway and walls and to prevent
soil erosion.
E. Structural Soundness
All structural components of the dwelling shall be in sound condition and
considered serviceable for the expected useful life of the rehabilitated building.
Sagging floors, fireplaces, partitions, stairs, and exterior walls shall be restored if
practicable to an acceptable level or plumb position, and supported or braced so
as to prevent a recurrence of these conditions. Stair railings shall be rigid.
Individual structural members in a seriously deteriorated condition shall be
replaced. Loose or damaged joints between structural members shall be
corrected.
F. Inspections and Correction
City of Ukiah Page 7
CDBG Single - Family Housing Rehabilitation Guidelines
A careful inspection by qualified persons will be made of each building and
accessory structure on each property for evidence of actual or potential insect or
rodent infestation or access channels. Defects in existing buildings, which
permit the entrance of rodents, termites or other vermin will be corrected by
appropriate preventive measures. Damaged or deteriorated structural members
will be replaced. A number of preventive and protective measures against the
several forms of infestation are:
1. Window or other openings near grade are to have snug fitting screens.
2. Exterior doors are to fit tightly and be flashed or caulked at sill.
3. Opening for pipes or ducts through floors or walls are to have tight fitting
collars.
4. Cracks and crevices in foundations and aboveground walls may be effectively
sealed by pointing with mortar or other approved materials.
5. Cracked, broken or decayed wood surfaces shall be replaced.
6. Appropriate chemical treatment of soil adjacent to foundations and within
hollow masonry foundations and treatment of soil in enclosed spaces.
7. The Application of precautions or corrective actions recommended by
licensed professional exterminators.
G. Exterior and Interior Finishes
Exterior and interior finishes shall assure that the building finishes will be
adequate to: prevent the entrance or penetration of moisture and weather;
protect from damage by decay, corrosion, insects and other destructive
elements; provide reasonable durability and economy of maintenance.
H. Exterior Appurtenances
All exterior appurtenances or accessory structures, which serve no useful
purpose, or those in a deteriorated condition which are not economically
repairable, may be removed. Such structures include porches, terraces,
entrance platforms, garages, carports, walls, fences and miscellaneous sheds.
I. Foundations
All masonry or concrete foundation walls will be improved to a safe, and sound
condition with the top of the wall not less than 6 inches above finish grade. All
wood foundation posts, sills, girders and plates showing signs of rot, decay,
City of Ukiah Page 8
CDBG Single - Family Housing Rehabilitation Guidelines
infestation or structural failure shall be replaced with new suitable materials of
proper design where practicable.
J. Exterior Walls
Wood siding materials and trim that are broken, split or damaged so as to permit
the entrance of weather or that show signs of decay or insect infestation shall be
replaced. Where required, all existing wood surfaces shall be suitably prepared
for painting and shall receive at least one coat of prepared exterior house paint.
New wood siding materials shall be protected by appropriate finishes.
Composition sidings, including mineral surfaced fiberboard, mineral surfaced
asphalt siding, asbestos - cement types, etc., which show deterioration, damage
or joint failure so as to permit the entrance of weather or adversely affect the
appearance of the dwelling may be repaired, replaced or covered with new
suitable siding materials.'
K. Interior Walls and Cell
1. All loose and broken gypsum board shall be renailed or replaced, if possible,
and refinished. All loose and broken plaster shall be soundly patched and
repaired. Where its deterioration is so extensive that patching is impractical,
the entire wall or ceiling area shall be replastered or covered with acceptable
drywall materials.2
2. All walls and ceilings shall be properly prepared and painted or shall receive
other appropriate finish.
3. Interior doors, jambs and interior trim, which show excessive deterioration,
abuse and patching shall be replaced. Existing and /or new interior millwork
shall be properly prepared and receive protective finish. All broken or missing
hardware shall be replaced.
L. Kitchen Fixtures
Countertop and backsplash shall be of approved durable and water - resistant
Wherever deteriorated walls, ceilings, or other areas are suspected of containing asbestos
materials, precautionary protective measures will be taken to protect workers and residents from harmful
dust. These measures may include full abatement procedures as provided by trained personnel.
Dwellings which were built prior to 1978 and are occupied by children under the age of seven will be
evaluated to determine the existence of chipping or pealing lead -based paint. The occupants of all units
rehabilitated through the program will receive a Lead -Based Paint Warning advising parents of the
possible need to have children evaluated for possible lead poisoning. In incidents where lead -based
paint poisoning has been determined, or where problems are believed to be likely, HUD - approved
abatement procedures will be followed in cooperation with the local Health Department.
Z/ Ibid
City of Ukiah Page 9
CDBG Single - Family Housing Rehabilitation Guidelines
materials. Where required, a new sink and fittings properly connected to hot
and cold water supply and waste lines shall be installed.
M. Finished Floors
Bathrooms /toilet compartments and kitchen floors shall be provided with
approved underlayment, approved waterproof floor covering materials, and
appropriate base mould.
Floors in other areas of the living unit which show excessive wear, shrinkage,
cupping or other serious damage shall be, if possible, replaced or covered
with acceptable finish flooring materials properly installed. Sound wood floors
showing normal wear and discoloration may be refinished.3
3. Finish floors shall be appropriate to the use of the space, be in good
condition, and provide low maintenance service life.
N. Roof Drainage
Each dwelling will have a controlled method of disposal of water from roofs
where necessary to prevent damage to the building and property if possible.
O. Roof
All roofs and flashings shall be replaced or repaired to the extent necessary to
protect the building against leakage.
P. Gutters, Cornices and Exterior Details
3/ Ibid.
City of Ukiah Page 10
CDBG Single - Family Housing Rehabilitation Guidelines
Gutters, downspouts, eaves, rafter ends, fascias, soffits and cornices,
mouldings, trim, etc., showing evidence of leakage, rust, decay or deterioration
will be replaced with new materials suitably protected with paint or stain.
Repairs shall be made with any necessary changes of existing design or with
appropriate new design within reasonable limits to prevent recurrence of the
deterioration.
Q. Chimneys
Chimneys, brickwork or fireplaces showing signs of deterioration should be
repaired or replaced with appropriate materials if possible.
R. Windows, Doors, and Other Openings
Existing windows and doors, including their hardware, shall properly function
and give evidence of continuing acceptable service. Defective glass or locking
mechanisms shall be replaced or repaired. Windows and doors and their
frames which show signs of decay, deterioration, excessive warping, racking or
misalignment shall be replaced or repaired and adequately protected with paint
and flashings against further deterioration.
S. Electrical Wiring
When electrical services must be replaced, a 100 -amp main service with a
minimum of 4 branch circuits is required. Additional branch circuits shall be
installed, as required, to service cooking ranges, clothes dryers, water heaters
and other major appliances. A minimum of one outlet and one permanently
installed overhead light fixtures or 2 outlets for each living room and each
bedroom is required. Every other habitable room shall have at least one outlet
and a source of natural or artificial light. An outlet may consist of one receptacle
or two and must be permanently installed. Permanent light fixtures with wall -
mount switches are required in kitchen and bath.
T. Plumbing
All plumbing fixtures shall be appropriately connected to approved drain, waste,
vent, and supply lines. All leaking, deteriorated or clogged piping shall be
replaced or restored to a condition which will provide safe and adequate service
for the plumbing fixtures or equipment to which they are connected.
U. Heating and Ventilation
No unvented fuel- burning heater shall be permitted. All heating devices and
appliances shall be of an approved type. Each living unit shall have properly
vented domestic water heating equipment capable of adequately supplying hot
water, as defined in U.P.C., with properly sized safety devices in place.
City of Ukiah Page 11
CDBG Single - Family Housing Rehabilitation Guidelines
V. Porches, Walks and Steps
All unsafe or unsound porches and steps will be removed or replaced and
protected from deterioration with paint or other acceptable finish. Where
required, approved handrails and guardrails shall be provided.
W. Fences and Gates
Dilapidated wood fencing which poses a health or safety hazard should be
replaced. Wood fences which have missing pickets, boards, panels or which
lean may have missing parts replaced with suitable materials. Sagging gates
may be braced and those dragging on the ground may be rehung.
X. Landscaping
Brush which poses a fire hazard shall be removed. Trees that are undermining
the structural integrity of the dwelling will be safety - pruned. All debris, lumber
and trash shall be removed.
Y. Paintinq and Decorating
Where necessary, a protective and decorative finish coating shall provide:
adequate resistance to weathering, protection of finished surfaces from moisture
or corrosion, an attractive appearance, and reasonable durability. Where
painted surfaces are in a well- maintained condition and not disturbed by the
rehabilitation work, painting and decorating is not required.
Z. Expansion of Dwelling
Rehabilitation assistance may provide for the expansion of kitchen and
bathroom facilities. An existing bedroom may be enlarged or an additional
bedroom may be provided where it has been determined that a family is living in
an overcrowded condition as defined by the Bureau of Census. For the purpose
of adding a second bathroom, overcrowding is defined as five or more persons
sharing the same home.
AA. Kitchen Equipment
Rehabilitation assistance may provide for the repair or purchase of a kitchen
range and /or refrigerator if missing or unsafe.
BB. Enerav Conservation Measures
Rehabilitation loans may be used to reduce energy consumption through the
City of Ukiah Page 12
CDBG Single - Family Housing Rehabilitation Guidelines
installation of:
1. Dual glazing
2. Storm windows
3. Attic, floor, and wall insulation
4. Water heater blankets and timers
5. Hot water pipe insulation
6. Caulking and weatherstripping of doors and windows
7. Replacement of inefficient woodstoves or furnaces (including flues
and heat shields).
8. Duct testing and sealing for existing HVAC systems
9. Water conserving showerheads and faucet aerators
10. Hardwired energy efficient light fixtures and CFL's
CC.Incipient Violations
Rehabilitation assistance may be used for rehabilitation work necessary to
correct incipient, as well as actual violations of Housing Quality Standards. An
incipient violation exists if it is thought that the physical condition of an element
in the structure will deteriorate into an actual violation in the near future.
DD.Buildinq Permits and Related Fees
Rehabilitation assistance may provide funds to cover the cost of building permits
and related fees that are required to carry out the proposed rehabilitation work
when such fees are not waived.
EE.Ineligible Costs
Except as provided for herein, a rehabilitation loan shall not be used for:
1. New construction, substantial reconstruction, expansion of the structure, or
the finishing of unfinished spaces (except in documented overcrowded
conditions).
2. Luxury items, materials, fixtures, equipment or landscaping of a type or
City of Ukiah Page 13
CDBG Single - Family Housing Rehabilitation Guidelines
quality which exceeds that customarily used in the locality for properties of the
same general type and value as the property to be rehabilitated (General
Property Improvements).
3. Appliances not required by Section 8 Housing Quality Standards (Energy
Star rated appliances may replace any existing appliances in poor condition).
4. Acquisition of land.
5. Penalty building permit fees.
FF. Sewer Lateral Replacement/Repair Grant Program
In certain cases, CDBG funds may be made available to income - eligible residents solely to provide repairs
or replacements of sewer laterals. This activity is considered to be housing rehabilitation and, although
similar in many ways to standard housing rehabilitations, have a number of differences. Sewer lateral
repair and /or replacement is subject to the following:
a. The applicant must be eligible and qualified under the City's housing rehabilitation program guidelines.
b. Funds provided for sewer lateral replacement and /or repair to single family units are grants and do not
require repayment. The applicant must qualify under one of the three situations in Section 111.4.
c. Applicants are selected on the basis of "first come, first ready" until funds are exhausted.
d. Sewer lateral projects generally do not undertake repairs to the interior of housing units unless such
repairs are absolutely necessary for a code - compliant sewer lateral.
III. TYPES OF FINANCING AND TERMS
A. Owner - Occupants
1. Maximum Loan Amount
An eligible owner may qualify for the full cost of the rehabilitation work needed to
comply with Section 8 Housing Quality Standards and Uniform Building Code.
Maximum assistance with funds is $100,000. Total indebtedness against
property will not exceed 100 percent of after - rehabilitation value. Rehabilitation
costs for jobs may be supplemented with personal financing or with other loan or
grant programs.
2. Deferred Payment Loans (DPLs)
A DPL is a zero to four percent (0 -4 %) interest loan secured by a deed of trust
with no payback required until the borrower sells or transfers title or discontinues
residence in the dwelling. When specific circumstances occur, the DPL
becomes immediately due and payable. Payments may be made voluntarily on
a DPL.
3. Below Market Interest Rate (BMIR) Loans
City of Ukiah Page 14
CDBG Single - Family Housing Rehabilitation Guidelines
Amortized loans secured by a deed of trust will bear a fixed simple interest rate
of 04% per annum on the unpaid principal balance, depending on the income of
the borrower, and eligible housing and /or other expenses. Whenever possible
loans will be amortized. The term of all amortized loans will be for 15 years
unless a longer period is deemed necessary to protect the integrity of the loan.
There will be no prepayment penalty.
4. Determining Eligibility
Owner - occupants with incomes below 50% of the median income for Mendocino
County adjusted for family size are eligible for Deferred Payment Loans. On a
case -by -case basis other hardship expenses such as medical costs and housing
expenses in excess of 30% of the household's gross monthly income may be
considered in determining the need for a DPL. Owner - occupants with incomes
between 50% and 80% of the County median income, adjusted for family size
will be eligible for BMIR loans.
A limited number of $10,000 grants are available for any of the following three
situations:
1. For very low- income (gross annual income less than 50 percent of Mendocino
County median income) elderly persons - at least 55 years of age.
2. For persons with disabilities — grants for removal of architectural barriers to
ADA accessibility to a house with one or more disabled occupants.
3. Lowest Targeted Income Group - with gross annual income less than 50
percent of county median income.
For the above situations, costs for documents (preliminary title report, appraisal,
etc.) required of the applicant to meet program qualification requirements may
be included in the grant so as not to cause undue financial hardship. The Loan
Committee will determine if the grant should include these costs.
The Loan Committee may adjust the interest rate from 4% to 0% to assure
affordability. Affordability is based on 30% of gross income applied to housing
costs. Housing costs include mortgage payments on the subject property, the
housing rehabilitation loan payment, real estate taxes and insurance on the
subject property. Applicants who have housing costs in excess of this 30%
figure may qualify for a deferred or partially deferred loan.
5. Reconstruction Policy
The reconstruction of existing low- income owner occupied single family
residential structures may be authorized with prior State and Federal approval.
Procedures shall be consistent with applicable State and Federal guidelines.
City of Ukiah Page 15
CDBG Single - Family Housing Rehabilitation Guidelines
Reconstruction financed with loan funds shall, with Loan Committee approval,
be subject to the per unit maximum of HOME subsidy limits based on number of
bedrooms.
B. Security
Property to be rehabilitated shall act as security for the loan. All loans shall be
secured by a Promissory Note and Deed of Trust, which shall be recorded.
A junior deed of trust may be approved as security for a loan. Total liens of record
against the property may not exceed 90% of the after rehabilitation value as
determined by the Loan Committee based upon the estimate provided by Housing
Rehabilitation staff.
A manufactured home in a mobile home park or on leased land that is not on a
permanent foundation will be secured by an HCD 480.7 or an HCD 484
Statement of Lien and Security Agreement and will also include a Promissory
Note and Loan Agreement in favor of the City.
C. Transfer of Title
All loans become immediately repayable in full when there is any transfer of title to
the property, other than to a surviving spouse. City staff may permit the same or
revised terms if income criteria are met by the new property owner.
IV. OCCUPANCY REQUIREMENTS
A. Owner - Occupants
1. Owner occupants will be required to submit to the City between January 1 and 15
of each year for the term of the loan:
• Proof of occupancy in the form of a copy of a current utility bill.
• Statement of unit's continued use as a residence.
• Declaration that other title holders do not reside on the premises.
• Proof of property (hazard) insurance, showing City of Ukiah listed as loss
payee.
2. In the event that an owner- occupant sells, transfers title, or discontinues
residence in the rehabilitated property for any reason, the loan is due and
payable.
City of Ukiah Page 16
CDBG Single - Family Housing Rehabilitation Guidelines
(a) If, however, the owner - occupant who qualifies for financing dies,
and if the heir to the property lives in the house and is income -
eligible, the heir may be permitted, upon approval of the City to
assume the loan at the rate and terms he or she qualifies for under
current participation guidelines.
(b) If the owner- occupant who qualifies for financing dies and the heir
is not income - eligible, the loan is due and payable.
If an owner wants to convert the rehabilitated property to any commercial
or non - residential use, the loan is due and payable.
V. OWNER PARTICIPATION OR SELF HELP LOANS
The purpose of the Home Improvement Program is to improve the housing conditions of
low- income residents. Three important considerations in achieving this purpose are:
1) the work should be done in a timely manner
2) the work should meet certain basic standards of quality
3) work must comply with the rehabilitation standard established by the Program
(Section 8 Housing Quality Standards and Uniform Building Code).
In situations where a home owner is also a construction contractor or can provide
references establishing a history of working in residential construction, the property owner
may complete some or all of the tasks required to rehabilitate his /her property if he /she
has the degree of skill required to perform the work involved. Self -help is usually
appropriate for the accomplishment of tasks of an unskilled nature such as general clean
up, demolition of small buildings, removal and disposal of debris, or for work which
involves minimum use of costly materials and equipment, such as exterior and interior
painting. Work of a skilled nature is appropriate only if the owner has a license to perform
such tasks.
Owners who participate in the Home Improvement Program on the basis of performing
some or all of the work themselves, which is known as providing "owner participation" or
"self- help," will be expected to comply with the guidelines outlined below.
1. Evaluation. An evaluation must be performed by the Housing Rehabilitation Specialist
to determine the applicant's suitability for owner participation. The option to allow
owners to do the work themselves may be provided at the sole discretion of the
Housing Rehabilitation Staff.
2. Work Schedule. Borrowers approved to provide owner participation will be required to
submit a detailed work schedule in accordance with deadlines established by the
program. This work schedule must include the following:
a. A complete list of materials, which will be required for the project.
City of Ukiah Page 17
CDBG Single - Family Housing Rehabilitation Guidelines
b. A precise cost estimate of materials to be purchased. This estimate must
be based on actual costs.
A detailed list (company names, addresses, and telephone numbers) of
places where materials are to be purchased.
A specific list of individuals (contractors, subcontractors or laborers) who
will be needed to assist the owner in completing the project. This list shall
include contractors' license numbers, addresses, telephone numbers, and
specific amounts to be paid.
Owners are reminded that it is against program policy for any owner
or member of the owner's immediate family to receive payment,
either directly or indirectly, for housing rehabilitation work.
e. A detailed time schedule showing the dates when work will be started,
when work will be done on each task, and when all work will be
completed.
3. Permits. It is the responsibility of the homeowner to contact the appropriate
governmental offices to determine whether building permits or other permits will
be required. Failure to do this may result in loan cancellation or demands that
work be started over and corrected. Whatever local requirements prevail for
permit issuances, the owner will be expected to comply with those requirements.
The work being allowed by this program is for health and safety purposes. A
building permit is mandatory for all code - related items. A copy of each permit
must be forwarded to the Housing Rehabilitation Specialist and the original
should be posted on the structure. Building permit fees, where applicable, are
reimbursable items; therefore, they should be included in the original Work
Schedule.
When each code item is completed (such as electrical, plumbing) the Building
Permit is signed off by the Building Inspector. A running copy of the card,
showing sign -offs as they occur, shall be provided to Housing Rehabilitation staff.
4.Disbursements. Any disbursements made from the owner's loan shall be done in
accordance with the work schedule approved by the program. Any obligations
incurred which are not in accordance with the work schedule may be denied for
payment. Disbursements shall be authorized jointly by the homeowner and a
duly authorized representative of the Home Improvement Program.
All disbursements must be justified by original receipts that are legible, state the
materials purchased or labor provided, and they must be otherwise traceable by
the program. Disbursements will be for eligible materials only.
5.Prohibition Against Cash Refunds. Homeowners are reminded that it is a violation of
program policy for cash refunds to be received for materials purchased or labor
secured. In cases where materials are to be returned and cash is to be received,
City of Ukiah Page 18
CDBG Single - Family Housing Rehabilitation Guidelines
all cash must be immediately returned to the owner's escrow account.
6.Labor Summary Record. By allowing work to be done on an owner participation basis,
it is expected that certain savings will result to the housing rehabilitation program
and to the owner's loan. The method of keeping track of work being done is the
"Participant Labor Summary Record."
VI. APPLICANT SELECTION AND LOAN CLOSING
A. Home Improvement Loan Committee
1. Purpose
The function of the Home Improvement Loan Committee will be to review and act
on applications recommended by program staff for financing. The Committee
shall review applications in terms of: eligibility, compliance with all program
requirements, consistency of staff recommendations regarding loan terms and
type(s) of assistance to be provided. The Committee will also review the
proposed loan package, and, if appropriate, recommend changes in loan terms
and type(s) of assistance to be provided.
2. Composition
The Committee will consist of one member of the City of Ukiah Finance Division,
one member of the City of Ukiah Public Works Division and one member of the
City of Ukiah Special Projects Division.
3. Meetings
The Home Improvement Loan Committee shall meet periodically to review and
act on applications. A quorum shall exist and all minutes shall be recorded. A
quorum is a simple majority of the full committee.
The Committee members shall be advised at least seven calendar days before
the Committee meeting.
4. Action
Action of the Home Improvement Loan Committee shall be by majority vote.
B. Application Processing
The Housing Rehabilitation Staff shall gather any necessary financial information to
determine applicant eligibility and repayment ability. An application consists of:
1. A form containing financial and household information regarding the property
owner.
2. A form containing necessary income and household information. Owner
City of Ukiah Page 19
CDBG Single - Family Housing Rehabilitation Guidelines
Occupant income will be verified by use of one or more of the following forms.
Request for Verification of Employment
Verification of Public Assistance
Income tax information (1040s, etc.)
Benefit letters for sources of public assistance or pensions
Copies of recent benefit or pay checks
3. Credit evaluations and income, employment and mortgage verifications as
obtained by staff.
4. A preliminary work write -up and cost estimate of required rehabilitation work as
prepared by program staff and approved by applicant.
5. Preliminary Title Report (Full or Limited Coverage) and Estimate of current
market and after rehabilitation market values.
6. Property Appraisal.
7. Termite Inspections and clearances shall be obtained if deemed necessary.
8. A contingency (depending on the complexity of the job) may be included in each
loan. At the completion of rehabilitation, any unexpended funds will be applied to
the loan principal.
9. Owners will receive information regarding rights as prescribed by law and an
authorization form for signature which states that the owner understands that
he /she may be inconvenienced by the rehabilitation work and that he /she agrees
to authorize inspectors and workers to enter his /her living quarters during
reasonable hours.
C. Application Selection
A Loan Committee Report (LCR) will be prepared for all loan applications determined by
staff to be eligible for a housing rehabilitation loan. The LCR and the application will be
brought before the Home Improvement Loan Committee for approval.
General lending criteria that will be used to assist in evaluating the applications of
eligible property owners for financial assistance will include:
The ability and willingness of an applicant to repay a loan, as well as all existing
liabilities, as evidenced by such criteria as income, credit history, necessary
monthly expenses, and stability of income.
The economic feasibility of property rehabilitation such that a reasonable
expenditure of funds will enable the correction of all major health and /or safety
related items, with the rehabilitated property providing adequate collateral for a
loan that is secured with a deed of trust.
City of Ukiah Page 20
CDBG Single - Family Housing Rehabilitation Guidelines
An eligible borrower may be considered for a subsequent loan, provided he /she
has no delinquent payments longer than 10 days and otherwise meets program
requirements and underwriting criteria.
All recommendations for loans shall be developed by the Housing rehabilitation
staff and submitted to the Home Improvement Loan Committee. The Housing
rehabilitation staff's recommendations shall be submitted in written form and shall
propose the terms of the loan, interest rate, special conditions, and whether the
loan should be approved or denied. All applications shall be submitted for
consideration regardless of whether the recommendation is for approval or
denial.
D. Loan Approval
All Home Improvement Program Loans must be approved by the Home Improvement
Loan Committee. In order to obtain financing, applicants must meet all property and
income eligibility guidelines in effect at the time of loan approval. Applicants will be
provided written notification of approval or denial. Reason for denial will be provided to
the applicants in writing.
An appropriate funding cut off point established for each review period will determine
the number of applications that may be approved for funding at that particular time.
Qualified applications not selected for funding during one review period will be
automatically reconsidered during subsequent periods.
Housing Preservation Revolving loans may be approved by the City Loan Committee
when the applicant is clearly eligible and when in the opinion of the Loan Committee
existing housing conditions pose a hazard to the health and safety of the applicant.
E. Loan Closing
A Home Improvement Loan Program applicant will have up to two weeks after Loan
Committee approval to accept the offered terms and conditions. At the end of this
period, City staff may rescind the loan commitment.
The Housing Rehabilitation Staff will provide for the execution of all necessary loan
documents and their recordation.
F. Appeals
Objections by any applicant as to policy, procedures, method of operation or decisions
by Citystaff or Home Improvement Loan Committee will be referred to the Assistant City
Manager. The Assistant City Manager will schedule a hearing for the applicant and
establish hearing procedures. Decisions of the Home Improvement Loan Committee
will be based upon its interpretation of the Program Policies and Administrative
Procedures.
VII. INSURANCE
City of Ukiah Page 21
CDBG Single - Family Housing Rehabilitation Guidelines
A. Hazard Insurance
The borrower shall maintain hazard insurance on the property for the duration of the
Home Improvement Loan(s). This insurance must be an amount adequate to cover all
encumbrances on the property. The insurer must identify the City of Ukiah as Loss
Payee for the amount of the Home Improvement Loan(s). Proof of insurance shall be
provided to the City.
In the event the borrower fails to make the hazard insurance premium payments in a
timely fashion, the City, at its option, may make such payments. If the City makes any
such payments, the City may, at its sole discretion, add such payments to the principal
amount that the applicant is obligated to repay under this program.
B. Flood Insurance
In areas designated by the U.S. Department of Housing and Urban Development (HUD)
as flood prone, the owner is required to maintain flood insurance in an amount adequate
to secure the Home Improvement Loan. This policy must designate the City of Ukiah as
Loss Payee. The initial premium may be paid with Home Improvement Loan proceeds
for the first year.
VIII. GENERAL CONTRACTING PROCEDURES AND REQUIREMENTS
A. Contractor Qualifications
The Housing Rehabilitation Staff will maintain a list of all interested contractors who will
be kept informed of upcoming bid proposals. All interested contractors must submit an
application for approval. All contractors and subcontractors must have a current, valid
California Contractor's License and shall provide such proof of insurance as may be
required by the City of Ukiah.
Contractors will be checked against HUD's list of federally debarred contractors. No
award will be granted to a contractor on this list. Contractors are required to follow all
federal and state regulations pertaining to the City of Ukiah Single - Family Housing
Rehabilitation Program.
Contractors must have public liability and property damage insurance, and worker's
compensation, unemployment and disability insurance, to the extent required by
State law.
To the maximum extent feasible, the program shall make every attempt to utilize local,
small and minority contractors.
B. Procurement
Bidding for rehabilitation work will be done on a competitive basis with contracts being
awarded to the lowest responsible and responsive bidder selected by the property
owner. The homeowner will be the responsible agent, but the City and /or its
administrator will prepare the work write -up, prepare and advertise the bid package, and
City of Ukiah Page 22
CDBG Single - Family Housing Rehabilitation Guidelines
assist the owner in negotiating the construction contract.
The Contract for rehabilitation will be between the property owner and the contractor.
The Housing Rehabilitation Staff will assist the homeowner with the rehabilitation
contract process.
C. Inspections and Payments
Where warranted by the size of the job and depending upon the contractor's credit line
and number of jobs in progress, progress payments tied to the completion of various
stages of rehabilitation work will be authorized. The number of payments to be made
will be specified in the construction contract. Authorization of progress payments will
require:
1. Inspection of the property by the City Building Inspector to insure that the
completed work is in compliance with local building code standards. Inspection
of the property by the Housing Rehabilitation staff to insure that the work being
billed complies with the Contract Documents and Rehabilitation Standards. If the
work is not found to be in substantial compliance, the payment amount will be
delayed until compliance has been achieved.
2. Following an inspection and approval by the Housing Rehabilitation staff and
property owner of the contractor's invoice and all work being billed, the payment
amount will be calculated according to the contract provisions governing
holdbacks. The payment check will be made out to the contractor.
Final Payment (10% retention) is processed in the same general manner as progress
payments. Upon written final acceptance of the work by the property owner, the
Housing rehabilitation staff, a Notice of Completion will be recorded on the property.
Final Payment (10% retention) may be released following the receipt of a Release of
Lien from the Contractor and waiting period of 31 days from the recordation of the
Notice of Completion.
D. General Contract Conditions and Specifications
The General Conditions and Specifications of the Home Improvement Program shall be
included in all contracts for housing rehabilitation.
All change orders to the contract specifications require the signature of the ownerand
the City's Housing Rehabilitation staff.
When there are disputes between the contractor and property owner over contract
specifications, job scope or adequacy of performance, City of Ukiah staff will make the
final determination of contract requirements; City staff will have the authority to release
final payment where there is substantial compliance with the contract.
IX. TEMPORARY RELOCATION
Owner occupants will be informed of their eligibility for up to $3,000 in temporary
City of Ukiah Page 23
CDBG Single - Family Housing Rehabilitation Guidelines
relocation benefits if occupancy during rehabilitation constitutes a substantial danger to
health and safety of occupant or public danger or is otherwise desirable because of the
nature of the project. Relocated owner occupants will receive housing costs, payment for
moving and related expenses and appropriate advisory services.
X. REPAIR CALLBACKS
In the event that a contractor must be called back to make corrections on rehabilitation
work items that are not covered by the one year warranty, the City has the option to cover
the costs through the current CDBG construction budget.
XI. COMPLAINT AND APPEAL PROCEDURE
Complaints concerning the City's Housing Rehabilitation Program should first be
made to the City's housing rehabilitation staff. City staff will act as mediator
between the homeowner and the General Contractor, and attempt to resolve any
disputes and adverse situations. If unresolved in this manner, the complaint or
appeal shall be made in writing and filed with the City. The City will then schedule a
meeting with the City's Loan Review Committee. Their written response will be
made within fifteen (15) working days. If the applicant is not satisfied with the
committee's decision, a request for an appeal may be filed with the City Council.
GRIEVANCES BETWEEN BORROWER /GRANTEE AND CONSTRUCTION CONTRACTOR
Contracts signed by the contractor and the borrower /grantee include the following clause, which
provides a procedure for resolution of grievances: Any controversy arising out of or relating to this
Contract, or the breach thereof, shall be submitted to binding arbitration in accordance with the
provisions of the California Arbitration Law, Code of Civil Procedure 1280 et seq., and the Rules of
the American Arbitration Association. The arbitrator shall have the final authority to order work
performed, to order the payment from one party to another, and to order who shall bear the costs
of arbitration. Costs to initiate arbitration shall be paid by the party seeking arbitration.
Notwithstanding, the party prevailing in any arbitration proceeding shall be entitled to recover
from the other all attorney's fees and costs of arbitration.
XII. DELINQUENCIES, DEFAULTS AND FORECLOSURES
A. Policy
The City acknowledges that circumstances beyond a borrower's control may
temporarily limit his /her ability to meet loan terms. The City desires to be flexible
enough so that in cases of: death of a family member, loss of job, divorce and
major illness loan terms may be modified.
While the City, in this policy, outlines a system that can accommodate crises that
City of Ukiah Page 24
CDBG Single - Family Housing Rehabilitation Guidelines
restrict borrowers' ability to meet loan terms, it should in no way be
misunderstood. Loan terms must be fulfilled.
B. Procedure
Thirty (30) day and sixty (60) day delinquencies. The City or administrator
will send the borrower a letter noting the amount delinquent or
performance default. This letter shall be followed by a telephone call
reminding the borrower of the loan amount and due date or performance
default.
Ninety (90) day delinquency. The City will send a certified letter noting
the amount delinquent or performance default. In this letter, a date and
time shall be set for a meeting between the borrower and the City housing
rehabilitation staff or designee. At this meeting the following will be
discussed:
- reasons for delinquency or default
- any changes in the borrower's health,
family circumstances or financial status
that limits their repayment ability
- amount in arrears.
At conclusion of this meeting, the following will be determined:
- how and when the amount in arrears will be paid;
- how performance defaults will be remedied;
- if a personal emergency (loss of a job, loss of
spouse or co- borrower, serious illness) has
restricted repayment ability.
If because of such an emergency, the borrower cannot fulfill the term(s) of
the loan or afford to pay the full monthly installment, housing rehabilitation
staff may exercise one or more of the following options:
Extend the time of payment or otherwise alter the terms of any of
the indebtedness;
Accept additional security therefore of any kind, including trust
deeds or mortgages;
Alter, substitute or release any property securing the indebtedness.
Any action taken as a result of this meeting shall be documented and
recorded in the required fashion.
City of Ukiah Page 25
CDBG Single - Family Housing Rehabilitation Guidelines
If the borrower does not appear for the 90 -day delinquency meeting, and
does not contact City staff to reschedule the meeting, staff may
immediately begin foreclosure proceedings.
Any borrower who participates in the process outlined in Item B and then
becomes 90 days delinquent within two years of renegotiating their loan
terms may be subject to immediate foreclosure.
XIII. AFTER - REHABILITATION PROPERTY MAINTENANCE
A. Policy
ALL Home Improvement Loans require the borrower:
1. To protect and preserve said property and to maintain it in good condition
and repair;
2. Not to remove, demolish or materially alter any building or any
improvement thereon, nor to change or alter either the terms and
conditions of any existing lease of the premises, or the present character
of use of said property;
3. To complete or restore promptly and in good workmanlike manner any
building or improvement that may be constructed, damaged or destroyed
thereon and pay when due all costs incurred therefore; and to comply with
all of the terms of any loan agreement between Trustor and Beneficiary;
4. Not to commit or permit waste of the property;
5. To comply with all laws, covenants, conditions or restrictions affecting the
property;
6. To cultivate, irrigate, fertilize, fumigate, prune and do all other acts that
from the character or use of said property may be reasonably necessary,
the specific enumerations herein not excluding the general.
These conditions help assure that the property does not revert to a substandard
state.
B. Procedure
When the City becomes aware that rehabilitated property is not being properly
maintained it may:
City of Ukiah Page 26
CDBG Single - Family Housing Rehabilitation Guidelines
1. Provide the borrower in writing:
a list of needed repairs or maintenance items
a recommendation as to a solution to the deficiencies
a request that the repairs be performed within 60 days
2. At the end of the 60 -day period, Housing Rehabilitation staff shall inspect
the property. If the needed repairs have not been performed, staff shall
set an appointment with the borrower to discuss why maintenance has not
been performed. If the borrower is unable to afford to make the needed
repairs and if the repairs represent a new building deficiency not covered
by the original rehabilitation, additional funds may be provided.
3. Following the visit and inspection, the borrower will be given 60 days to
make the necessary repairs. The borrower will be given written notice at
the start of this phase that if repairs are not performed within 60 days the
borrower will be considered to be in default.
4. If repairs are not performed within 60 days of the notice outlined in Item 3,
the City may begin foreclosure proceedings.
XIV. AMENDMENTS
Amendments to these Policies and Procedures may be made by the City and
will be submitted to the California Department of Housing and Community
Development for approval. Where changes in the guidelines would adversely
affect program applications already under review, such applications will be
evaluated under the guidelines in effect at the time of application.
XV. ATTACHMENTS
The following documents are attached and form a part of these guidelines:
ATTACHMENT A: Annual Household Income Definition /Income Limits
ATTACHMENT B: City of Ukiah Residential Anti - displacement and Relocation
Assistance Plan
ATTACHMENT C: CDBG Foreclosure Policy
City of Ukiah Page 27
CDBG Single - Family Housing Rehabilitation Guidelines
ATTACHMENT A
City of Ukiah Page 28
CDBG Single - Family Housing Rehabilitation Guidelines
ANNUAL HOUSEHOLD INCOME DEFINITION /INCOME LIMITS
INCOME LIMTS FOR ALL OF MENDOCINO COUNTY — 204-4June 1, 2015
Number of
1
2
3
4
5
6
7
8+
Persons in
Household
Income
Limit
$30,700
$35,100
$3°500
$43,850
$47,400
$50,900
$54,400
$57,900�
(Yearly)
32,500
37,150
41,800
46,400
50,150
53,850
57,550
61,250
Note: Limits contained above will be updated annually as HCD releases the information.
ATTACHMENT B
City of Ukiah Page 29
CDBG Single - Family Housing Rehabilitation Guidelines
CITY OF UKIAH RESIDENTIAL ANTI - DISPLACEMENT AND
RELOCATION ASSISTANCE PLAN
The jurisdiction will replace all occupied and vacant occupiable low /moderate- income
dwelling units demolished or converted to a use other than as low /moderate - income
housing as a direct result of activities assisted with funds provided under the Housing
and Community Development Act of 1974, as amended, as described in 24 CFR
470.606 (b) (1) and 24 CFR 92.
All replacement housing will be provided within three years of the commencement of the
demolition or rehabilitation relating to conversion. Before obligating or expending funds
that will directly result in such demolition or conversion, the jurisdiction will make public
and submit to the Department the following information in writing:
1. A description of the proposed assisted activity;
2 The general location on a map and approximate number of dwelling units by size
(number of bedrooms) that will be demolished or converted to a use other than as
low /moderate- income dwelling units as a direct result of the assisted activity;
3. A time schedule for the commencement and completion of the demolition or
conversion;
4. The general location on a map and approximate number of dwelling units by size
(number of bedrooms) that will be provided as replacement dwelling units.
5. The source of funding and a time schedule for the provision of replacement
dwelling units;
6. The basis for concluding that each replacement dwelling unit will remain a
low /moderate - income dwelling unit for at least 10 years from the date of initial
occupancy.
The jurisdiction will provide relocation assistance to each low /moderate - income
household displaced by the demolition of housing or by the conversion of a
low /moderate - income dwelling to another use as a direct result of assisted activities.
Consistent with the goals and objectives of activities assisted under the Act, the
jurisdiction will take the following steps to minimize the displacement of persons from
their homes:
A. Steps to Minimize or Prevent Displacement
1. Use CDBG funds to provide seed money grants or loans, long -term mortgage loans
City of Ukiah Page 30
CDBG Single - Family Housing Rehabilitation Guidelines
at favorable rates, or capital grants to tenant groups of multi - family buildings to help
them convert to cooperatives.
2. Stage rehabilitation of assisted housing to allow tenants to remain during and after
rehabilitation, working with empty building or groups or empty units first so they can be
rehabilitated first and tenants moved in before rehab on occupied units or building is
begun.
3. Establish temporary relocation facilities in order to house families whose
displacement will be of short duration, so they can move back to their
neighborhoods after rehabilitation or new construction.
4. Evaluate housing codes and rehabilitation standards in reinvestment areas to
prevent their placing undue financial burden on long- established owners or on tenants
of multi - family buildings.
5. Provide counseling via Government or non - profit organizations to assist
homeowners and renters to understand the range of assistance that may be available to
help them in staying in the area in the face of revitalization pressures.
6. Shift the concentrated demand generated by intense investment in one or two
neighborhoods to other neighborhoods by: (a) targeting public improvements into
several other neighborhoods with potential for revitalization; (b) conduction of
advertising campaigns to attract interest in other neighborhoods.
B. Steps to Assist Displaced Persons to Remain in their Present Neighborhood
1. Provide lower- income housing in the neighborhood through HUD housing
programs; purchase units as is; rehabilitate vacant units;
2. Give Priority in assisted housing units in the neighborhood to area residents facing
displacement.
3. Target Section 8 existing program certificated to households being displaced, and
recruit area landlords to participate in the program.
4. Provide counseling and referral services to assist displacees find alternate housing
in the neighborhood.
5. Work with area landlords and real estate brokers to locate vacancies for household
facing displacement.
C. Steps to Otherwise Mitigate Adverse Effects of Displacement
City of Ukiah Page 31
CDBG Single - Family Housing Rehabilitation Guidelines
1. Use of public funds, such as CDBG funds, to pay moving costs and provide
relocation payments, or require private developers to provide compensation to persons
displaced by development activities.
2. Give displacees priority in obtaining subsidized housing units.
3. Provide counseling and referral services to assist displacees to locate elsewhere in
the community or metropolitan area.
D. Additional Procedures for Acquisition of Single - Family Homes (HOME funds)
When the jurisdiction uses HOME funds to obtain a single - family home, or to provide financial
assistance in such a transaction, the URA and its implementing regulations (49 CFR part 24) will
be adhered to. Policies and Procedures described in HUD Handbook 1378, Chapters 1 through 6
and Chapter 8 will be implemented, and those specific to the HOME program described on pages
8 -17 through 8 -23, will be followed.
1. Unit occupied by home owner: The home owner will be notified in writing that the
jurisdiction
2. Will not use its power of eminent domain to acquire the property. The homeowner will be
informed in writing of the jurisdictions estimate of the fair market value to the property.
These notices will be issued at the earliest possible date.
Unit occupied by tenant: The homeowner will receive the notifications stated above. In
additions, the tenant will be issued a notice at the earliest possible date. The notice will
include all information required under URA including a caution not to move prematurely,
and information on relocation assistance. Information on comparable replacement units will
be provided, as well as material on social services and housing programs. Upon moving,
the tenants will be provided with moving expenses and rent differential, (per URA) where
applicable. A notice informing tenants of the date they will be required to move will be
issued.
If a unit is vacant at the time of negotiation of sales, or becomes vacant later, any prospective
tenant will be notified of the pending sale, informed that they may be required to move, and that
they will not be entitled to relocation assistance.
The issuing of all notices and the processing of relocation assistance will be the responsibility of
the City of Ukiah and /or its administrator.
ATTACHMENT C
CDBG FORECLOSURE POLICY
City of Ukiah Page 32
CDBG Housing Rehabilitation Guidelines
Process for Loan Foreclosure:
Upon any condition of loan default: 1) non - payment; 2) lack of insurance or property tax payment;
3) violation of rent limitation agreement; 4) change in title or use without approval; 5) default on
senior loans, Lender will send out a letter to the Borrower notifying them of the default situation. If
the default situation continues then the Lender may start a formal process of foreclosure.
When a senior lien holder starts a foreclosure process and the Lender is notified via a Request for
Notice of Default, the Lender, who is the junior lien holder, may cancel the foreclosure
proceedings by "reinstating" the senior lien holder. The reinstatement amount, or payoff amount
must be obtained by contacting the senior lien holder. This amount will include all delinquent
payments, late charges and fees to date. Lender must confer with Borrower to determine if, upon
paying the senior lien holder current, the Borrower can provide future payments. If this is the case
then the Lender may cure the foreclosure and add the costs to the balance of the loan with a
Notice of Additional Advance on the existing note.
If the Lender determines, based on information on the reinstatement amount and status of
borrower, that bringing the loan current will not preserve the loan, then staff must determine if it is
cost effective to protect their position by paying off the senior lien holder in total and restructure
the debt such that the unit is made affordable to the Borrower. If the Lender does not have
sufficient funds to pay the senior lien holder in full, then they may choose to cure the senior lien
holder and foreclose on the property themselves. As long as there is sufficient value in the
property, the Lender can afford to pay for the foreclosure process and pay off the senior lien
holder and retain some or all of their investment.
If the Lender decides to reinstate, the senior lien holder will accept the amount to reinstate the
loan up until five (5) days prior to the set "foreclosure sale date." This "foreclosure sale date"
usually occurs about four (4) to six (6) months from the date of recording of the "Notice of Default."
If the Lender fails to reinstate the senior lien holder before five (5) days prior to the foreclosure
sale date, the senior lien holder would then require a full pay off of the balance, plus costs, to
cancel foreclosure. If the Lender determines the reinstatement and maintenance of the property
not to be cost effective and allows the senior lien holder to complete foreclosure, the Lender's lien
may be eliminated due to insufficient sales proceeds.
Lender As Senior Lien Holder:
When the Lender is first position as a senior lien holder, active collection efforts will begin on any
loan that is 31 or more days in arrears. Attempts will be made to assist the homeowner in bringing
and keeping the loan current. These attempts will be conveyed in an increasingly urgent manner
until loan payments have reached 90 days in arrears, at which time the Lender may consider
foreclosure. Lender's staff will consider the following factors before initiating foreclosure:
A. Can the loan be cured and can the rates and terms be adjusted to allow for affordable
payments such that foreclosure is not necessary?
B. Can the Borrower refinance with a private lender and pay off the Lender?
C. Can the Borrower sell the property and pay off the Lender?
City of Ukiah Page 33
CDBG Housing Rehabilitation Guidelines
D. Does the balance warrant foreclosure? (If the balance is under $5,000, the expense to
foreclose may not be worth pursuing.)
E. Will the sales price of home "as is" cover the principal balance owing, necessary
advances, (maintain fire insurance, maintain or bring current delinquent property taxes,
monthly yard maintenance, periodic inspections of property to prevent vandalism, etc.)
foreclosure, and marketing costs?
If the balance is substantial and all of the above factors have been considered, the Lender may
opt to initiate foreclosure. The Borrower must receive, by certified mail, a thirty -day notification of
foreclosure initiation. This notification must include the exact amount of funds to be remitted to
the Lender to prevent foreclosure (such as, funds to bring a delinquent BMIR current or pay off a
DPL).
At the end of thirty days, the Lender should contact a reputable foreclosure service or local title
company to prepare and record foreclosure documents and make all necessary notifications to the
owner and junior lien holders. The service will advise the Lender of all required documentation to
initiate foreclosure (Note and Deed of Trust usually) and funds required from the owner to cancel
foreclosure proceedings. The service will keep the Lender informed of the progress of the
foreclosure proceedings.
When the process is completed, and the property has "reverted to the beneficiary" at the
foreclosure sale, the Lender could sell the home themselves under a homebuyer program or use it
for an affordable rental property managed by a local housing authority or use it for transitional
housing facility or other eligible use. The Lender could contract with a local real estate broker to
list and sell the home and use those funds for program income eligible uses.
City of Ukiah Page 34
CDBG Housing Rehabilitation Guidelines
Attachment 2
RESOLUTION NO. 2016-
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF UKIAH APPROVING REVISIONS
TO THE COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) SINGLE FAMILY HOUSING
REHABILITATION GUIDELINES.
WHEREAS, has received and will apply for future Community Development Block Grant
funding; and
WHEREAS, the Community Development Block Grant Single Family Housing Rehabilitation
Program Guidelines are a requirement of said funding; and
WHEREAS, the notice for a public hearing was duly published on February 19, 2016, in the
Ukiah Daily Journal; and
WHEREAS, a Public Hearing was held pursuant to federal Citizen Participation requirements
before the City Council on March 2, 2016, to receive public comment and consider the City of
Ukiah's revised Community Development Block Grant Single Family Housing Rehabilitation
Program Guidelines.
NOW, THEREFORE, BE IT RESOLVED as follows
1. The City of Ukiah has reviewed and herby approves the revised Community Development
Block Grant Single Family Housing Rehabilitation Program Guidelines attached hereto as
Exhibit A.
2. The City Manager or designee is hereby authorized and directed to act on the City's behalf
in all matters pertaining to the CDBG Single Family Housing Rehabilitation Program
Guidelines.
3. The City Manager is hereby authorized to sign all necessary reports as required by the
CDBG Single Family Housing Rehabilitation Program Guidelines to be submitted to the
State of California, Department of Housing and Community Development.
THE FOREGOING RESOLUTION WAS ADOPTED at a regular meeting of the Ukiah
City Council held on the 16th day of March, 2016, by the following roll call vote.
AYES:
NOES:
ABSENT:
ABSTAIN:
Stephen G. Scalmanini, Mayor
ATTEST:
Kristine Lawler, City Clerk
ITEM NO.: 12a
MEETING DATE: March 16, 2016
City cf, v iah
AGENDA SUMMARY REPORT
SUBJECT: CONSIDERATION AND DISCUSSION OF INTEREST IN DEVELOPING A LOCAL
PREFERENCE PURCHASING POLICY AND APPOINTING A CORRESPONDING AD
HOC COMMITTEE IF DESIRED
Summary: The Council will discuss the possibility of implementing a local preference purchasing policy
and, if desired, direct Staff to prepare information and /or support the development of such a policy and
create an ad hoc committee.
Background: The Ukiah City Council has previously discussed the possibility of implementing of a local
preference policy for purchasing, most recently in 2008 (Attachment 1). There was no resolution at that
time.
Some of the factors that must be considered in a local preference policy include the definition of "local ",
the percentage of preference, the limit (per State law) to purchases and procurement of goods and
services other than public works contracts exceeding $45,000, and the requirement for findings that will
legally justify the preference.
Discussion: At Council's request, Staff has done considerable research on the issue of local preference
policies over the years.
Some of the pros include:
• Rewards local vendors for their contributions to the community, business license fees, etc.
• Keeps money in the local community
• Purchasing locally may directly benefit the General Fund through sales tax revenue
• Strengthen local business
Cons:
• Anti - competitive
• Increased City costs
• Can be viewed as favoritism for local businesses and thus discriminatory against non -local
businesses
• Increased staff work
• Does not encourage local businesses to strive to be more competitive
Continued on Paae 2
RECOMMENDED ACTION(S): Consideration and discussion of interest in developing a local preference
purchasing policy and appointing a corresponding ad hoc committee if desired.
ALTERNATIVES: N/A
Citizens advised: N/A
Requested by: City Council.
Prepared by: Shannon Riley, Senior Management Analyst
Coordinated with: Mary Horger, Purchasing Supervisor
Presenters: Shannon Riley, Senior Management Analyst and Mary Horger, Purchasing Supervisor
Attachment: 1. Agenda Summary Report from April 2, 2008
COUNCIL ACTION DATE: : ❑ Approved ❑ Continued to ❑ Other
RECORDS APPROVED: ❑ Agreement: ❑ Resolution: ❑ Ordinance:
Note: Please write Agreement No. in upper right corner of agreement it hen drafted
Approved:
S�?,e Sangia mo, City Manager
Page 2 of 2
Additional information, including legal implications, are provided in the attached agenda summary report
from 2008 (Attachment 1). Because of the complexity of this issue and the many variations of
implementation, additional exploration by an ad hoc committee may be advised.
The sole purpose of this item is to allow Councilmembers an opportunity to discuss their interest in the
submitted policy matter prior to devoting any additional staff time or resources. If there is majority interest,
City staff will work to prepare information and /or support the development of policy as directed by
Council.
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 Z
N/A
Attachment 1
ITEM NO. 11b
DATE: April 2. 2008
AGENDA SUMMARY REPORT
SUBJECT: DISCUSSION OF LOCAL PREFERENCES IN PURCHASING AND
PROVIDE DIRECTION TO STAFF REGARDING SAME
SUMMARY: The City Council has asked whether the City could adopt an ordinance
providing a preference to local businesses in responding to requests for bids or
requests for proposals from the City to purchase supplies, equipment, professional or
personal services, and for construction projects.
CONCLUSION
In my opinion, the City cannot provide a local preference for public works contracts
where the contract price is more than $30,000, because of the state law requirement to
award those contracts to the lowest bidder. However, if the City Council can adopt
adequate findings, it can adopt a local preference ordinance for the procurement of
other goods and services.
DISCUSSION
have received memoranda from the city attorneys for four different cities which
address the legality of providing a preference to local businesses, when purchasing
goods or services. I also looked at the Santa Rosa ordinance providing a local
preference and several others. The preferences range from 1% (the most common) to
5 %. The common rationale for 1 % is that the city gets 1 % of the sales tax paid on
Continued on Page 2
RECOMMENDED ACTION: Discuss whether to consider the adoption of a local
preference purchasing ordinance and provide direction to staff on the key elements of
that ordinance, such as the amount of a local preference, purchases included or
excluded from the preference, the definition of local business, and potential findings to
justify the ordinance.
ALTERNATIVE COUNCIL POLICY OPTIONS: N/A
Citizen Advised:
Requested by: City Council
Prepared by: David J. Rapport, City Attorney
Coordinated with: Pat Thompson, Interim City Manager
Attachments:
APPROVED:
Pat Thompson, Interim City Manager
April 2, 2008
Page 2 of 5
purchases from local vendors. The Santa Rosa preference, for example, reads as
follows:
(1) Local Preference. A one percent preference shall be granted to
local bidders in determining low monetary bid, except that the
amount of the preference shall not exceed $5,000.00. "Local
bidder" is defined as a business entity with its principal place of
business located within the City limits. To qualify for the preference,
local bidders must submit proof of the address of its principal place
of business and a copy of a current City business license with their
bids. This provision shall only apply to bids where written bids are
solicited, and shall not apply when conducting verbal quotations.
These provisions shall not apply to bids that are intended to be in
cooperation with other jurisdictions. These provisions may be
waived by the Purchasing Agent when prohibited by the conditions
of federal, state or private grant monies.
This section appears in Section 3- 08.130 of the Santa Rosa City Code, governing
competitive bidding. Santa Rosa is a charter city, and its charter allows a local
preference in all contracting. Ukiah is a general law city. State law requires it to accept
the lowest responsive bid on public works contracts in excess of $30,000.
Consequently, the City could not provide a preference on construction contracts for
more than $30,000. (See, e.g., Associated General Contractors of Calilbmis v. City and
County of San Francisco (1987) 813 F.2d. 922 [San Francisco's five percent bidding
preference for local businesses invalid for contracts over $50,000, because of a charter
provision requiring award to the lowest bidder on construction contracts over that
amount. A local preference for contracts of less than $50,000 upheld.]
Aside from the state law public works bidding requirements for general law cities, like
Ukiah, local preferences have been challenged under the following provisions of the
United States Constitution: the Commerce Clause (Article I, section 8, clause 3), the
Privileges and Immunities Clause (Article IV, section 2, clause 1), and the Equal
Protection clause in the 14th Amendment.
The Commerce Clause is not a problem, where the City acts in its capacity as a market
participant rather than a market regulator. If the City is purchasing goods or services, it
can provide a preference for local businesses without violating the Commerce Clause,
whereas it might not be able to do that, if it was imposing a tax or regulation which
favored local businesses. (See, e.g., Reeves, Inc. v. Stake, 447 U.S. 429 (1980)
["Nothing in the purposes animating the Commerce Clause prohibits a State, in the
absence of congressional action, from participating in the market and in exercising the
That. case also addressed whether preferences for minority and woman owned
businesses were valid under the Equal Protection Clause. That portion of the opinion
was reversed in City of Richmond v. J.A. Croson Co., 488 U.S. 469 (1989).
0
Apd12, 2008
Page 3 of 5
right to favor its own citizens over others.]; see, also, White v. Massachusetts Council
Constr. Employers, Inc., 460 U.S. 204 (1983).)
The U.S. Supreme Court has held that the Privileges and Immunities Clause of the
federal constitution will invalidate city ordinances that impose a hiring preference for
local residents on public works contracts, unless the city can demonstrate a substantial
reason for the preference. (United Building & Construction Trades Council of Camden
County & Vicinity v. City of Camden, 465 U.S. 208, 104 S. Ct. 1020, 79 L. Ed. 2d 249
(1984).) Three of the four city attorney memoranda I reviewed conclude that the
Privileges and Immunities Clause would not invalidate a modest local preference for
local business seeking to contract with the City. They have relied on two arguments. In
the first argument, they analogize contracting with a city to employment by a city. The
privileges protected by the clause have been held not to apply to public employment
and this is argued to be the same as direct contracting with a city to provide goods or
services. In the second argument, they point out that the Privileges and Immunities
Clause protects the privileges of individual citizens, but not business entities. Since the
local preference is directed at businesses, not individuals, they argue that it would not
prevent a local preference for local businesses. (W. C.M. Window Co. v. Bernardi, 730
F.2d 486,492 (7th Cir. 1984) [Privileges & Immunities Clause does not protect
corporations].)
On the other hand, one memorandum points out that individuals conduct business, not
just business entities such as corporations, partnerships or limited liability companies.
For that reason, it recommended that the city attempt to make findings to justify the
preference, since the U.S. Supreme Court in the Camden case said at page 223 that:
Every inquiry under the Privileges and Immunities Clause "must .. .
be conducted with due regard for the principle that the States
should have considerable leeway in analyzing local evils and in
prescribing appropriate cures." [Quoting] Toomer v. Witsell, supra,
at 396. This caution is particularly appropriate when a government
body is merely setting conditions on the expenditure of funds it
controls.
The Court said findings were necessary to determine whether the local preference was
narrowly tailored to address the local conditions which created the need for the
preference. Findings are also recommended, because of a potential Equal Protection
challenge.
The Associated General Contractor's case upheld the local preference portion of a San
Francisco ordinance which was challenged on Equal Protection grounds. The Court
noted that a local preference ordinance would not be permissible, N it had been adopted
solely to promote businesses within the city at the expense of non - resident businesses.
Specifically, with respect to findings justifying a local preference, the court said:
4
April 2, 2008
+ Page 4 of 5
Two of the ordinance's findings are relevant to this issue. The first
notes that "local businesses which seek to enter into contracts with
the City and County of San Francisco are at a competitive
disadvantage with businesses from other areas because of the
higher administrative costs of doing business in the City (e.g. higher
taxes, higher rents, higher wages and benefits for labor, higher
insurance rates, etc.)." Ordinance § 12D.2(4). The second is that
"the public interest would best be served by encouraging
businesses to locate and remain in San Francisco through the
provision of a minimal 'good faith' preference to local businesses in
the awarding of City contracts." Id. §.2(5). Both of these are
legitimate considerations. And, as the Supreme Court has
recognized, it is generally legitimate for a governmental entity to
encourage businesses to move into the jurisdiction. Metropolitan,
470 U.S. at 879; Allied Stores of Ohio, Inc. v. Bowers, 358 U.S.
522, 532 -33, 3 L. Ed. 2d 480, 79 S. Ct. 437 (1959) (Brennan, J.,
concurring).
As Metropolitan demonstrates, however, seemingly legitimate ends
are tainted if they are pursued by illegitimate or excessive means.
Here the means adopted are both measured and appropriate.
The preferences given local businesses are relatively slight. LBEs
[local business entities] get only a 5 percent bidding preference;
there are no goals, quotas or set - asides. Moreover, the preference
does not apply to all business transactions conducted within the
jurisdiction, only those where the city itself is a party. Finally, the
definition of LBE is rather broad; 44 foreign businesses can
become LBEs by acquiring "fixed offices or distribution points"
within the city and paying their permit and license fees from a San
Francisco business address. Thus, any business willing to share
some of the burdens of a San Francisco location — higher rents,
wages, insurance premiums, etc. — can enjoy the benefits of the
LBE preference. We see no constitutional infirmity in the city's
modest attempt to support local businesses and to induce other
businesses to move there. (Emphasis added.)
Thus, to be valid under the Equal Protection clause, an ordinance providing a local
business preference would have to have a legitimate purpose other than simply favoring
local businesses and it would have to use constitutionally permissible means to
accomplish that purpose. A preference in how public funds are expended is a more
appropriate means than a tax or regulatory measure that discriminates against out -of-
city or out-of-state businesses. It is not clear that all of the findings in the San Francisco
ordinance are required to establish a valid purpose and means, but certainly the closer
the City can get to the findings which supported the San Francisco ordinance, the
better.
4
April 2, 2008
Page 5 of 5
The City should explore whether facts would support a finding that local businesses are
at a competitive disadvantage as compared to other businesses, when it comes to
bidding on City requests for goods or services. The City can justify a local preference
as a means of encouraging businesses to locate in the City. The vacancy rate in the
City's commercial areas certainly supports an interest in encouraging businesses to
locate in the City. A preference of no more than 5% would qualify as a "relatively slight"
local preference. Finally, the City should decide whether to follow the San Francisco
ordinance by providing the preference to businesses with "fixed offices or distribution
points" within the city and which pay their permit and license fees from a City of Ukiah
business address; or to follow the Santa Rosa and similar ordinances which make the
preference available to businesses which maintain their "principal place of business" in
the city. In Associated General Contractors the court gave some weight to the fact that,
under the San Francisco ordinance, "any business willing to share some of the burdens
of a San Francisco location — higher rents, wages, insurance premiums, etc. — can
enjoy the benefits of the LBE preference." The same could not be said of the Santa
Rosa ordinance, because it requires the business to maintain its principal place of
business in the city. Again, however, it is not clear that all of the findings relied upon by
the Associated General Contractors decision are required in order for a local preference
ordinance to comply with the Equal Protection Clause.
If the City Council decides to adopt a local preference ordinance, staff will place a
proposed ordinance on a future City Council agenda which contains findings for the City
Council's consideration.
5
a. Discussion and Possible Approval of a Revised Consent to Sale (Transfer
Station Contract) and a Revised Assignment and Consent (Waste Collection
Contract) 7:45:08 P
City Attorney Rapport presented the item and provided an update and the most
current agreement. Recommended Action: Approve revised agreements, when
presented to the City Council.
Public Comment Opened 8:08 pm
Public speaking to the item: Therese Cannata, representing Cold Creek Compost,
and Dave Carroll, Solid Waste Systems.
Public Comment Closed 8:38 pm
By consensus, the City Council continued the item to the next regular meeting
authorizing the subcommittee to review the item keeping in mind the priorities are
the rate payer first, then the contractor, and then maintaining composting in
Mendocino County.
11. NEW BUSINESS
a. Set Dabs for Fiscal Year 2008-09 Budget Hearings and Fiscal Year 200849
Budget Goals/Objectives Workshop 8:54:05 PM
Risk Manager and Budget Officer Goodric k presented the item. Recommended
Action: 1) Set June 24th and June 25, 2008 as dates for the Fiscal Year 2006 -09
Budget Hearings and authorize the City Clerk to notice the Public Hearings. 2) Direct
staff to coordinate a joint meeting budget hearing with the Ukiah Valley Sanitation
District to discuss the budget on one of these two dates. 3) Set date and time for a
Fiscal Year 2008.09 Goals/Objectives workshop.
Public speaking to the item: John Graff
By Consensus, City Council set June 24 and 25, 2008, as dates for the Fiscal
Year 2008 -09 Budget Hearing and authorized the City Clerk to Notice the Public
Hearings prior to the hearings and directed staff to coordinate a joint meeting with
the Ukiah Valley Sanitation District to discuss the budget on one of the two dates. The
date and time for the Fiscal Year 2008409 Goals /Objectives workshop combined with
the Strategic Planning quarterly workshop will be decided in the near future and
Interim City Manager Thompson will contact Jane Chambers to check on her
availability for attendance.
b. Discussion of Local Preferences in Purchasing and Provide Direction to Staff
Regarding Some 9:06:53 PM
City Attorney Rapport presented the item. Recommended Action: Discuss whether
to consider the adoption of a local preference purchasing ordinance and provide
direction to staff on the key elements of that ordinance, such as the amount of a
local preference, purchases Included or excluded from the preference, the
definition of local business, and potential findings to justify the ordinance.
Public Comment Opened 9:17 pm
Public speaking to the item: John Graff and Dottie Deerwester.
Public Comment Closed 9:31 pm
By Consensus, City Council continued this item.
City Manager Horsley advised staff will be coming back to the Council in April to discuss
issues and major trends before getting to the Budget,so staff can receive direction from the
Council on how staff should prioritize. She indicated staff will put together a budget
schedule, which will include a half -day Budget Planning Workshop.
NEW BUSINESS
81. Award Bid for 24MM Drive 314 Ton Trick with Utility Body to Lasher Auto Center
for the Sum of $22,519.28
Mayor Mastin asked that this item be pulled from the Consent Calendar because of
discussions in the past on the local prWjjw—,ftti_Wae; and because Lasher Auto Center won
the bid for less than $100 for the 3/4 ton truck. The City Manager indicated there is an
additional $500 discount if paid within 20 days after delivery, but he wanted to bring it up
for discussion to see if there were any grounds for rejecting this bid.
City Attorney Rapport stated the only option is to reject all bids and rebid it. He noted
equipment purchases are not required to be bid by state law but the City of Ukiah has a
Procurement Ordinance that requires at least three proposals be solicited and wherever
feasible the bid goes to the lowest responsible bidder.
Councilmember Libby suggested the Council rethink this issue in the future.
Ws AshikulBaldwin, to award the bid for a 3/4 ton service truck to Lasher Auto Center for
the sum of $22,519.28, carried by the following roll call vote: YES: Councilmembers Smith,
Baldwin, Ashiku, and Mayor Mastin. NOES: Councilmember Libby. ABSENT: None.
ABSTAIN: None.
9. CITY COUNCIL REPORTS
Councllmembrer Smith advised he was in State Senator Wes Chesbro's office on February
17, and talked to Legislative Aide Peggy Collins about the issue of Eel River diversion. He
advised Senator Chesbro will be in Ukiah tomorrow night at the County Administration
Center to discuss health concerns. He will also be touring WAH Friday morning.
Councilmember Libby stated she also planned to attend Wes Chesbro's meeting. She
attended the Chamber Business Symposium and worked at the Economic Development
Financing Corporation (EDFC) booth for a few hours. There was low attendance until the
guest speaker section of the program. She drew attention to the copies she distributed to
Council from Mendocino Council of Governments (MCOG) about the corridor enhancement
projed. Phil Dow, from MCOG, Is very confident we are going to receive the $500,000 from
lapsed TEA funds to expand the program. All the detail Is included in the handout.
City Manager Horsley extended kudos to Mr. Dow because he talked to the state about the
lapsed TEA funds. We are the only County in the whole state that is receiving those funds.
Councilmember Libby added that in our County there is a state park that had been given
funds and they don't think the TEA funds are going to be used. Because we are within the
County, we will get first bid on them. So, we are going to have lots of trees.
March 1,2000
Page 17 of 18
City Manager Ffoitley advised that at the Apnl 21, 1999 City Council
Ordinance providing,for a 5% local bidding preMirence was introduced by
E
the Council, with one Councilmember absent. Adoption of the Ordinance
the Council.
meeting the
2 -1 vote of
is
now before
Mayor Mastro advised that Council is In receipt of a Memo regarding Ukiah Paper
Supply's support of the proposed Ordinance, as well as communication from the
Mendocino County Employers Council voicing their support
Ed HanneM Uldah, spoke against the Ordinance. He opposed preferential heat,, for
some local businesses and noted that the City Council is supposed to represent the
people. Although the aspect of a living wage is not part of the proposed Ordinance, he
fell Council should consider adopting such an Ordinance. He fait the preference could
be abused and some local businesses could use it as a front to bid for businesses
outside the City. He discussed social problems, such as hunger, unemployment, and a
low wage scale in Uldah and felt these matters are more important than a preference for
local businesses. He suggested that if Council really wanted to help businesses and
residents, they would lower the electrical rates in the City.
John Mayfield, Willits resident, opposed the Ordinance. Although he fives outside of
the City limits, he does business in Ukiah and was of the opinion that Ukiah is not a
friendly place to do business. He discussed his recent purchase of a Uldah business.
He felt the preference Ordinance would be difficult to administer, ertforoe, and would be
a gross mistake. He felt the recent adoption of the Ordinance to revise the Fire Code
will increase the cost of rental housing in Ukiah. He encouraged the City to allow the
bidding process to be open and competitive. He felt the City should become more
involved with outreach programs that encourage businesses to be more competitive and
to participate in the bidding process. It was his opinion that if he is not competitive, he
should not be doing business here.
AI Beltrami, Ukiah, advised that his organization does not represent big
business, however they represent 160 businesses with a spectrum from big business to
retirees, as well as many mom and pop stores. The City has a lot of mom and pop
stores and they are people who tend to pay most of the taxes. The MCEC upholds
the adoption of positive steps by the City of Ukiah to indicate support for local
businesses and employers within the City and the County. He felt Councilmember
Libby is to be commended for bringing this issue to the forefront, and for proposing an
Ordinance which closely imitates wdstlng Ordinances in other cities and counties. The
business community, often penalized by fees, charges, and regulations, also needs to
be supported by local government whenever legally and philosophically appropriate,
since this private sector provides employment as well as revenue to the City. In their
review of this issue, there is a strong consensus that the present bidding system is not
responsive to local small businesses. Many of the local members do not respond to
City bids, since they believe the effort of completing a bid form Is futile, if there is a
possibility that they can lose to an outside fine by as little as $1. MCEC urges Council
to direct City administration to develop a strong purchasing outreach program for local
businesses, provide for better understanding of City purchasing needs, and soliciting
responsive local bids.
Councilmember Libby thanked the Greater Ukiah Chamber of Commerce, which is the
largest representative of Ukiah businesses that endorsed the Ordinance. At the last
Council meeting, Coundlmember Baldwin indicated that he would support the
Ordinance if it were not for all the money that goes to Wal -Mart, Staples, and Standard
Oil that he felt would happen with the local preference Ordinance. She reported that
Supervisor Richard Shoemaker sent a letter to the Uldah Daily Journal (UDJ) and felt
that some of the Information In his letter is inaccurate. In order to clarify some of the
Issues, she submitted a letter to the UDJ and had hoped her latter would have been
published prior to this meeting, but it was not She read some excerpts from her letter
to the UDJ into the record to dear the record concerning Councilmember Baldwin
concerns in hopes that he will reevaluate his concerns.
hAr¢�i'5,1888"
Page 4 of 13
bidding process of outside corporations which have established their business in Ukiah,
'rave over locally owned business. He cited an example of Friedman Brothers, noting
they will be gaining an advantage over the other locally owned lumber companies in
Ukiah.
Councilmember Libby reiterated that the preference would not apply if only local
businesses participated in the bidding process.
Councllmember Baldwin expressed a concern with garbage haulers and the bidding
process. He felt a need to remember that giant corporations who happen to do
business in Ukiah, dont keep their profits In this community. However, they will all
qualify for the citizens of Ukiah subsidy. He preferred that the Ordinance apply to
locally owned businesses who pay a living wage.
Councilmember Libby inquired if the Counciimembers reviewed staffs analysis of the
1998 bids presented at the last meeting. She pointed out that Friedman Brothers was
not on the list. She noted the jobs and sales tax that these types of businesses bring to
the City. She questioned if we should do business with the Uldah Daily Joumal
because they are corporately owned outside the area. •R Is Important to look at the
whole picture. She noted that many of Councilmember Baldwin concerns do not apply
to the competitive bidding account, but rather open purchase orders. Wal -Mart and
Staples were only listed four times in the analysis and their bids were uncontested, as
no other business submitted a bid for the product
Mayor Mastin expressed his support for the proposed Ordinance. Upon -a already have
review of 1998's analysis, he felt the $1,100 expense to businesses for a local
preference would be money well spent by the City.
MIS LibbylMaodn to adopt Ordinance Adding Section 1523 to Chapter 6, Division 1 of
the Uklah Municipal Code Providing for a 5% Bidding Preference for Local Businesses;
failed to pass wffh a m*rfity vote, by the following roll call vote: AYES:
Counciimembers Libby and Mayor Mastin. NOESr Councilmembers Baldwin and
Ashiku. ABSTAIN: None. ABSENT: None.
Community Services Director DeKnoblough advised that at the March 17, 1999
meeting, the Council considered a proposal to remove and replace the Deodora Cedars
located in the median strips on Seminary Avenue between State and Oak Streets. At
that time, Council directed Staff to obtain a second opinion from a second arborist Staff
procured bids front arborists, however, the three arborists contacted were from Sonoma
County and were willing to travel to Ukiah to complete the evaluation. Their costs for
services ranged from $90 per hour to $120 per hour. Each arborist estimated
approximately 12 hours, including travel time for preparation. The cost for this service
would exceed $1,200 and he explained that this cost was not available to Council at
their previous meeting. During stafi6s; discussions with each wborist, all indicated
familiarity with Mr. Phillips= work and professional reputation, and each indicated a
strong likelihood of agreeing with his findings.
Discussion followed regarding Staff =s report, support of Mr. Phillips= work as an
arborist, concern for falling dead tree limbs, and the beauty of the trees.
Councilmember Baldwin noted that the trees are green now, however, the arborist
cautioned to not let the spring foliage fool us regarding the health of the trees. He
discussed other trees in the community that are beautiful but have dead limbs. it was
his opinion that the trees not be removed at this time.
Councilmember Ashiku reflected back to'the previous meeting and noted that some of
the problems that were anticipated with having the trees remain while implementing the
landscaping program, meant that subsequent removal of the trees would also involve
removal of their massive root systems and may destroy the planting effort He
inspected the trees and found a couple healthy trees but the others are in a sad state of
decline.
May 6, 1999
Page 7of13
ITEM NO.: 12b
MEETING DATE: March 16, 2016
city of vk;ah
AGENDA SUMMARY REPORT
SUBJECT: DISCUSSION AND DIRECTION REGARDING SOLICITATION OF A FEASIBILITY
ANALYSIS FOR A DOWNTOWN HOTEL
Summary: Due to increased tourism and other economic factors, there appears to be demand for
development of an upscale downtown Ukiah hotel. In order to attract this type of development, a
feasibility analysis is typically performed. The Council will consider whether to participate in the funding
of this analysis.
Background: The effort to attract visitors to Ukiah has been extremely successful and, as a result,
Ukiah's hotels are experiencing unprecedented occupancy rates. Inland Mendocino County is becoming
an increasingly important wedding destination (due in part to restrictions on winery- hosted weddings in
Napa and Sonoma Counties) and gaining notoriety for outdoor recreation, an up- and - coming food scene,
and cultural tourism. Ukiah is also an important hub for business travel, providing weekday lodging traffic
that nearly matches weekend traffic.
Feedback provided from event and travel planners and echoed by our visitors is that Ukiah needs a
"higher end" hotel — specifically, a higher end hotel in the downtown.
Staff believes that, based on dramatically increasing transient occupancy tax revenue, sales tax data,
and research by the Visit Ukiah team, a professionally- sourced hotel feasibility analysis would support the
development of a high -end hotel in the downtown by providing the industry grade financial analysis
desired by developers and is therefore requesting Council's authorization to proceed with the solicitation
thereof.
Discussion: Currently, Ukiah's highest rated hotels are located in a commercial business park. While
there is convenient freeway access and nearby services, these hotels are 1.5 miles away from the Ukiah
Valley Conference Center, as well as the restaurants and shops of the historic downtown. As a result,
the downtown businesses that would typically benefit from these visitors are struggling to attract them.
Additionally, the likelihood of attracting return visits is diminished when visitors are not exposed to the
more unique parts of the community.
With hospitality emerging as an increasingly important source of revenue and jobs in Mendocino County,
a new hotel would provide much - needed employment opportunities and would have a significant positive
impact on the hospitality industry area -wide. A downtown hotel will also serve the expanding hospital
Continued on Page 2
RECOMMENDED ACTION(S): Authorize Staff to solicit a feasibility study for a downtown hotel.
ALTERNATIVES: Provide alternate direction to Staff.
Citizens advised:
Visit Ukiah Task Force
Requested by:
Visit Ukiah Task Force
Prepared by:
Shannon Riley, Senior Management Analyst
Coordinated with:
n/a
Presenters:
Shannon Riley, Senior Management Analyst
Attachments:
n/a
COUNCIL ACTION DATE: : ❑ Approved ❑ Continued to
RECORDs APPROVED: ❑ Agreement: ❑ Resolution:
Note: Please it rite Agreement No. in upper right corner ojagreement when drafted,
L
Approved:
S SangiacOr I City Manager
❑ Other
❑ Ordinance:
Page 2 of 3
and the new courthouse. For the downtown, it would mean a steady flow of traffic, even on the weekends
and after 5pm on the weekdays.
With the dramatic increase in visitor stays over the last few years, development of a new hotel might
seem like an obvious next step —even without a feasibility analysis. However, when one considers that
the actual population of Ukiah is only about 16,000 and we have not historically been considered a tourist
destination, one can see that, from a developer's perspective, the numbers don't add up at first glance.
What is not widely understood is that Ukiah's weekday population swells from roughly 16,000 to 30-
40,000 and the retail market base within a 30- minute drive is over 104,000; our community is the
business, education, and service hub for the entire county (as well as parts of Lake County and northern
Sonoma County). On a typical weekday, the downtown streets and businesses are buzzing with activity;
however, after 5pm, the business traffic vacates and along with it, the customers that the restaurants and
businesses rely on. A hotel in this part of the city would provide a constant flow of traffic; it would also
serve the expanding hospital and the new courthouse.
It is impossible to quantify the number of people who would benefit from a new hotel in the downtown,
though we can easily determine that it will create temporary construction jobs and permanent hospitality -
related jobs and significantly benefit the area's restaurants and retail shops. It will serve as an anchor for
a downtown that is facing— within the next two years —the relocation of the courthouse (and potentially
some of the foot traffic that comes with it), a major streetscape project along State Street, and the
perseverance of privately -owned blight. It provides additional incentive to lengthen a visitor's stay in
Mendocino County.
In terms of benefit to the community, the multiplier effect of tourism is tremendous. An upscale hotel
would help secure inland Mendocino County's position as a wine - country destination that rivals Sonoma
County; it would attract and serve the more affluent visitor and provide the lodging to match the high -end
weddings that are coming to the area.
Development of a downtown hotel would also help accomplish goals related to the downtown that have
been long- established in the various regional plans:
The General Plan contains the following:
Goal GP -3: "Support the creation of combined public - private facilities in downtown areas for
educational, business, civic, and personal growth purposes."
Policy GP -3.1: "Located public - private facilities so that they enhance existing downtown
businesses."
Policy GP -3.2: Promote the private development of a downtown to promote a seven days a
week economy."
The Purpose Statement in the Downtown Zoning Code (section 9220.1 B of the Ukiah City
Code) states:
"To implement the vision for the study area created by the community during an intense and
open community design charette process in 2007. That vision is one of environmentally
sustainable and economically vital public spaces and buildings with a renewed civic square,
attractive civic buildings and spaces, a healthy creek corridor, gateways that reflect Ukiah's
sense of place, a mix of building types and affordability, new development that supports and
enhances the train depot and rail corridor, interconnected and pedestrian- oriented public
streets, specific locations for potential anchor buildings (such as large -scale retail,
employment centers and parking structures), and pedestrian - friendly buildings and
streetscapes."
Page 3 of 3
The Ukiah Redevelopment Agency's Five -Year Implementation Plan states:
Continue efforts to revitalize downtown and strengthen its position as a viable retail district
and the "heart" of our community.
Additionally, this type of development may help accomplish one of the City Council's recently adopted
strategic planning areas: Facilitate the development of a sound local economy that attracts investment,
promotes economic diversity, supports businesses, creates employment opportunities, and generates
public revenues.
The Visit Ukiah Task Force has committed $10,000 to the project and the Mendocino County Tourism
Commission (MCTC, formerly Visit Mendocino) has been formally requested to match that commitment.
The full cost of the analysis is estimated at up to $30,000.
No particular site is identified for this development; however, it should be located within the core of the
downtown for maximum benefits. This Study may assist with attracting financing for the rehabilitation of
the Palace Hotel, but even it doesn't, there are City -owned properties that may be viable for this
development, as well as other existing facilities and privately owned properties. Once the analysis is
completed, it will become public information and available for developers and /or existing business and
property owners.
Based on the information contained herein, Staff is requesting authorization to solicit and pay the balance
of (after contribution from Visit Ukiah and possibly MCTC) a feasibility analysis for a downtown hotel, up
to $20,000.
FISCAL IMPACT:
Available Amount
New Appropriation
Source of Funds
Account Number
Budget Amendment
in 15 -16 FY
Title & No.)
Required
$20,000
10017100.52100
Yes ❑ No
$10,000
1
1 75017110.52100
ITEM NO.: 12c
MEETING DATE: March 16
City of ukiah
AGENDA SUMMARY REPORT
SUBJECT: APPROVAL OF AMENDMENT #2 TO THE CONTRACT WITH CAROLLO ENGINEERS
FOR DESIGN OF PHASE 3 OF THE RECYCLED WATER SYSTEM, COMPLETION OF A
WATER BALANCE ANALYSIS TO DETERMINE THE FEASIBILITY OF ACHIEVING ZERO
DISCHARGE, AUTHORIZE THE CITY MANAGER TO EXECUTE AMENDMENT #2 AND
APPROVAL OF A BUDGET AMENDMENT IN THE AMOUNT OF $697,629.00 FROM THE
CITY SEWER CAPITAL FUND
Summary: The City Council will consider approving amendments to the City's contract with Carollo
Engineers design Phase 3 of the Recycled Water System and completion of a Water Balance Analysis.
Background: Over the course of the past 5 years, the City has completed a Recycled Water Feasibility
Study and all CEQA documentation with the ultimate goal of constructing a Recycled Water System to
assist in the disposal of effluent generated at the Waste Water Treatment Plant (WWTP). The City is
currently under contract with Carollo Engineers and is in the process of designing Phases 1 and 2 of the
Recycled Water System.
Staff updated Council on the progress of this project on February 18, 2015. At that time, staff informed
Council on potential funding opportunities and indicated a need to return for the adoption of resolutions to
seek competitive funding for this project. Since that time the City has secured the funding (approximately
$35,560,000) to construct Phases 1 -3 as shown in Attachment 1. In order to receive the funding, project
construction will need to begin in the fall of 2016.
Discussion: The current contract with Carollo does not include the design of Phase 3. In order to meet
the implementation requirements of the State funding, which includes a 35% grant in the amount of
$9,996,000, the City needs to initiate the design of Phase 3 as soon as possible.
In addition, staff has been meeting with the North Coast Regional Water Quality Control Board
(NCRWQB) about the renewal of its existing discharge permit and the issuance of a recycled water
permit. If the construction of a recycled water system is chosen as the long -term alternative to river
RECOMMENDED ACTION(S): Approval of Amendment #2 to the contract with Carollo Engineers for design
of Phase 3 of the Recycled Water system, completion of a water balance analysis to determine the
feasibility of achieving zero discharge, authorize the City Manager to execute Amendment #2 and
approval of a budget amendment in the amount of $697,629 from the City Sewer Capital Fund
ALTERNATIVES:
Citizens advised:
Requested by: Sage Sangiacomo, City Manager
Prepared by: Sean White, Director of Water and Sewer
Coordinated with: Tim Eriksen, Director of Public Works /City Engineer
Presenters: Sean White, Director of Water and Sewer; Jarod Thiele, Public Works Project Analyst
Attachments: 1) Letter from State Water Resources Control Board Division of Financial Assistance
2) Proposal and Fee from Carollo Engineers
COUNCIL ACTION DATE: : ❑ Approved ❑ Continued to ❑ Other
RECORDS APPROVED: ❑ Agreement: ❑ Resolution: ❑ Ordinance:
Note: Please wrue Agreement No. in upper right corner of agreement when dra led..
Approved:
Sa)Lf San-garb, City Manager
Page 2 of 2
discharge the City will need to analyze viable options for achieving zero discharge. This Amendment
includes a Water Balance analysis that will provide the City with the necessary information to select the
best alternative to existing discharge practices.
Staff has received a proposal from Carollo Engineers to add design of Phases 3 and completion of a
Water Balance analysis to the current design contract as shown on Attachment 2. The contract currently
involves local firms and staff is very pleased with their knowledge of recycled water systems as well as
their past performance. Due to their familiarity with the project, excellent performance to date, and short
State funding timelines staff recommends amending the existing contract with Carollo Engineers for
$697,629.00.
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.
$0
City Sew$eGrgCa62ttal Fund-
84400000.30007
Yes ® No El
COU No. 1314 -231
Attachment 1
State Water Resource Control Board (SWRCB)
Division of Financial Assistance (DFA)
Recycled Water Project Funding
February 24, 2016
TABLE A: Recycled Water Projects Receiving a 1 % Financing Commitment through the Clean Water State Revolving Fund (CWSRF)
Agency
Project Name
Estimated
Project Cos
Estimated
1% Loan
Estimated
Cumulative 1%
Loan
Estimated
Standard Rate
Loan'
Estimated WRFP
Construction
Grant
Jllppftidilo with an Exeouled Alpeernerit [5«ted
Inland Empire Utilities Agency
by. Date cnmpirta Aipplkaifan Rocahlod)
Central Area Recycled Water Project
S 30.500.000 $ 22.206.050 $ 22,206,050 S - $ 8.293.950
$ 40,254.600 S 27,072,759 $ 49,278,809 $ - $ 13,181 841
'Victor Valley_ Wastewater Rec Authority
Victor Valley Wastewater Rec Authority'
Nape County Department of Public Works
_ _
Apple Valley Subregional Wastewater Reclamation Plant
Hesperia Subreglonal Wastewater Reclamation Plant
MST Recycled Water Pmject
Tertiary Recycled Water System
$ 33,508,015_
$ 9,295,047
S 1,022,008
$ 29,000.000
$ 33,503.015
$ 11,352.304
$ 715,921
S 22150,000
S 52,788,824
S Y 89,139,128
$ -
$
$ -
S 2,944,343
$ 306,6871
Idyltvild Water District
$ 89;855,049
$ 112,005,049
S -
S -
Carlsbad Municipal Water District
Phase 111 Recycled Water Project
$ 7,350,000
Fresno, City of
Tertiary Facility
$ 49,043,336
$ 49,043,336
$ 101,048.385
S -
$
_
Pleasanton, City of
City of Pleasanton Recycled Water Project
$ 17,359,925
$ 11,333,977
$ 5,781,075
S 172382382
S 181,163,437
$ -
$ -
S_ -
$ 6.025,948
$ 4153651
$ 9 358.330
Les Cameos Water District
LCWD Recycled Water Pipeline Project
Recycled Water Reliability Upgrades
$ 12934,726
West County Wastewater District
$ 30,457,094
$ 21,100,.764
$ 202284,201
San Benito County Water District
Fresno, City of
SBCWD Recycle Water Pmject
S 413,424
S 67,475,049
$
S 202;264,201
$ -
$ 413.424
$ 15,000,000
Recycled Water Distribution System Southwest Quadrant
5 52,475,049
$ 254,739,250
_ _
$ -
SubbaS3a $ 321,28544 S 234.739,250 $ $7,026,174
Applicadons whho_ ut an Executed but wRh a icallon Rec~ Decooflrar 2, 2016 Sorted F. I>:1r C tlon Received
'Fresno, County of
Pacific Grove, City of
Fresno County Monte Verdi CSA 44D Wastewater
Pacific Grove Local Water Pmject
S 2,508,015
5
$ 1,773,937
$ 5,205,000
5 256,513,187
$ 261,798,187
$ -
$ -
$ 732,081
S 2,415,000
Malibu, City of
Malibu Civic Center Wastewater Treatment 5 Recycling Facility
_7,700,000
$ 00,292,000
$ 23,192,297
5 284,990,484
$ 28,180.365
$ 8,919,338
Orange County Water District
La Palma Recharge Basin Project
_$ 3,900,000
S 12,508,000
$ 5,705,000
5 a,162,2G0
S 290,775,484
$ 298,957,684_
$ -
$ 3,115,000
Sacramento Regional County Sanitation District
Woodland, City of
Regional SanSPAlChy of Sacramento Water Recycling Pipeana Ph. 1
City o(Woodland Industrial Park Recycled Water Project
$ -
S -
$ 4,405,800
$ 1,090,000
S 4,499,900
S 2,809,900
$ 301,587,584
Pa)am Valley Water Management Agency
Recycled Water 1.5 MG Storage
$ 2,748,000
S 5,210,000
$ 1,069,000
$ 3,817,500
$ 1,355,500
5 302,836,584
S 306,254,084
f
5 -
S -
$ -
$ 1,879,000
$ 1,592,500
$ 654,500
$ 4,727,337
Pa)aro Valley Water Management Agency
Pajam Valley Water Management Agency
Hesperia Water District
Recycled Water Treatment Improvements
Recycled Water 0.5 MG Storage _ _
Reclaimed Water Pipeline Distribution System
$ 2,010,000
S 307,609,584
$ 14,373,750
$ 9,946,413
S 317,555,997
Eastern Municipal Water District
Recycled Water Pond Expansion and Optimization
$ 11,246,300
$ 95,000,000
$ 7,798,170
$ 80,000,000
$ 325,354,167
$ 405,354,167
$
$ -
S 3,443,130
S 15,000,000
Water Replenishment District of Southern California
Groundwater_ Reliability Improvement Program Recycled Water Project
Brentwood, City of
West Basin Municipal Water District
Padre Dom Municipal Water District
City of Brentwood Recycled Water Project (Phase A 5 B7)
Carson Regional Water Recycling Facafty
Padre Dam Water Recycling Facility, Phase 1 Expansion
5 20,802,000
5 23,803,803
$ 14,595,500
S 419,950,867
$ -_
S -
S -
S 6,205,500
S_ 0,331,333
S 15,000,000
$ 15,472,475
$ 435,423,142
$ 536,623,142
5 116;200,000
$ 101,200,000
Hayward, City of
City of Hayward Recycled Water Project_ _ _
5 11,594,760
$ 16,000,000
$ 8,083,560
$ 4,400,000
$ 01,817,058
$ 7,020.888
$ 544,706,702
5 549,106,702
5 330,724,558
$ -
$ -
S -
$ -
$ 3,511,200
Delta Diablo
Modesto, City of
North Marin Water District
Recycled Water Storage Tank Project
North Valley Recycled Water Program
Recycled Water Expansion to Central Service Area
$ 1,600,000
$ 15,000,000
$ 2,083.814
$ 98,617,856
5 9,912500
S 837,753,244
San Francisco, Public Utilities Commission
San Francisco Westside Recycled Water Project
$ 186.220.000
$ 171,220.000
$ 25,564,000
$ 98,000,000
$ 11,237,200
$ 808,973.244
$ __534,537,244.
$ 932,537,244
S 943,774,444 1
5 970,224,444
$ -
$ -
$ -
$ -
$ 15.000.000
$ 9,998,000
$ 15.000.000
$ 6050,800
'Ukiah, City of
Monterey Regional Water Pollution Control Agency
West Bay Sanitary District
Santa Margarita Water District
Recycled Water Pipeline Project- Phase 1 5 2
Gmundwater Replenishment Project
West Bay Sanitary District Recycled Water Project -Sharon His
Trempas Canyon Recycled Water Seasonal Storage Reservoir
$' 35,580,000
$ 113.000,000
5 17.288,000
5 47.450,000
$ 32,450.,000
$ -
S 15.000.000
Subtotals $ 921,022,$92 $ 721,405,194 S 152,157.333
TOTAL 1% Loan S 97$,224,414
I I
I I
TABLE B: Projects with an Incomplete Funding Application as of December 2, 2015 - Not Eligible for 1 % Financing
I (Applications Received for 1% Funding Will Continue to be Considered for Available Standard Rate Loan' and/or Grant) I
Agency
Project Name
Estimated
Project Cost'
(Blank)
Estimated
Standard Rate
Loan t
Estimated WRFP
Constructi on
Grant '
Iieation Not Complaft by December; 20.15
bald !r. No Particular Ord"
Recycled Water Supply Optimization Programs S 114,031,280 WA
f • RP-11 Rec Water f 4,859.818
2015 Drought Relief- RP-5 Recycled Water Project 5 1,514,440
2015 Drought Relief- Recycled Water Pressure Project S 990,211 _
2015 Drought Refiet- RP -1 Parallel Outfall P' 9ne $ 6,640,238
Eastern Municipal Water District
Inland Empire Utilities e
$ 99.031,280
5 15,000,000
$ 3,568,018
S 1,03,000
Inland Empire Utilities Agency
$ 1,162,440
$ 352,000
Inland Empire UtHles Agency
S 713,211
$ 277,000_
Inland Empire Utilities Agency
S. 5,092.23a
$ 1,548,000
Eastern Mun ' 1 Water District
Cottonwood Avenue R d Water Pipeline [WesQ
$ 2,050,000.
$ 1,533,237
S 516,763
El Toro Water District
Phase II Recycled Water Distribution System
$ 12,000,000
$ 8,040,000_
5 3,360,000_
Upper San Gabriel Valley Municipal Water District
Indirect Reuse Replenishment Project
$ 65,000,000
_ _ _ _
$ 50,000,000
15,000,0_00
.Ventura County Waterworks_ District No_. 8
West Simi Valley Recycled Water Pralect
$ 19,620,000
_ _
_
$ 14,120,000
_-
$ 5,500,000
'Inland Em re Utilities e _
2075 Dre hl Refiel- Na Lateral
$ 5,824,770
$ 3,788,100
5 2,038,670
'.La Puente Vallay County Water District
_e
LPVCWD R Water Project
$ 8,433,875
_
_ : ._
$ 4,503,713
$ 1,930,163
Napa Sanitation District
Reayoled Water Pump Station Expansion - North/South Split
$ 2,962,000
$ 124,100,000
_
$ .
$ 1,036,700
iEast Valley Water District
Recycled Water Center
$ 109,100,000
$ 15,000,000
Cambda C.mmuntly Services District
Cambria CSD IPR Wastewater Effluent Qug!u PEJect
$ 4,437,550
_ _ _ _
5 2,864,408
$ 1,553,143
Pasadena, C of
Pasadena Non- Potable Water Project
$ 25,325,000
1
$ 16,811,250
$ 8,513,750
J Eastem Municipal Water District
lAlessandro Pond Optimization Project
$ 1,196,200
S 777,530
$ 418,670
Page 1 of 2
Continued:
TABLE B: Projects with an Incomplete Funding Application as of December 2, 2015 - Not Eligible for 1% Financing
(Applications Received for 1 % Funding Will Continue to be Considered for Available Standard Rate Loan' and/or Grant)
Agency
Protect Name
Estimated
Project Cosa
(Blank)
Estknatad
Standard Rate
2
Loan
Estimated WRFP
Construction
Grant a
ApFillicationiNot Complete by December 2, 20.15 Itsorted bar. lh P■Rkular -
Chino Basin Regional Financlog Auttl Pamona, Monte Vista WD, and IEUA Intense Project $ 51.896,000
S _36.896,000 S 15,000,000
Kern-Tulare Water District _ _ _
San Gabriel Valq WtWr Company
Sewer AW oritjr Mid- Coastside
San Gabriel Valley Water Campany _ _ _
K_em•Tulam Water District Oit Flek1 Water Reuse P_rojed
Fontana Water Company Recycled Water Project
___ _
Recycled Water Pro ct Phase 1
South El Monte Riled. Water Wolecl
S 7,000,000
5 4,550,000
$ 2,450.000
S 5,225,000
$ _ 4,260,000
S 1,693,825
._ $ _ 3,396,250
$ 2.769,000_
$ 1..100,988
$ 1,828,750
$ _1_,491,000
$ _ 592.639
$ 758,800
Anaheim, City of
Downtown Anaheim R Water Expansion
$ 2,630,000
5 -
Anahil City of
Benicia, City of _
'Eastem Municipal Water District
Yucalpa Valley Water District
Anaheim South Recycled Water Project
Benicia Water Reuse Project
Downtown Anaheim Recycled Water nsion
$ 11,200,000
S _27,101,543
$ 2.250,300
5 6,900,113
5 -
$ 3,472,000
$ 8,261,750
$ _ 787.605
$ 2,415,040'
'T � �
$ 18,839,793
5 1,462,695
$ 4,485,073
_
Anaheim South R d Water Prafect
Chino Basin Regional Finenclng Authority
Joint IEUA -JCSD Regional Water Recycling F pp mm
Sorento Mesa Recyrcled Water Pipeline _ .
Expansion of Petaluma Re d Water Treatment Capacity and Urban
5 52,480,000
5 _ 2,837,000
5 9,746.274
_
$ 37,460,000
$ 15,000,000
$ 757,050
$ 4,305.995
San Diego. City of
$ _ -
5
Petaluma, CRY of
Irvine Rench
_Distrils
Irvine Lake Pipeline Conversion Project
$ _ 29,510,300
$ -
$ 9,726,355
Paso Robles
Paso Robles Re led Water Proje ct
$ 17,230,000
$ 12,022,000
S 5,206,000
Eastern Municipal Water District
West Basin Municipal Water District _
San Luis Obispo. Cry of
Temecula Valley Recycled Water Pipeline
Recycled Water Srply for Palos Verdes Golf Course _
San Luis Obispo Weler Resource Recover r Fec9ay
$ 18,956,200
$ 7,308400
$ 90,380,000
S 2.250.300
_
_ _ _ _ _ -
$ 12.321,530_
$ 4.986,260_
$ 75,380,000
5 1,572,035
S 6,634,670
32,322.135
S 15,000,000
Eastern Munklpal Water District
_
La Pietlm Recoled Water P line Expansion
$ 676,265
Inland Empire Utilities Agency _
Inland Empire Utilities Agency
Inland Empire Utilities Agency
2015 Drought Relief- San Savaine Basin Improvement
2015 Drought Relief- Baseline Extension Project
2015 Drought Relief - City of Ontario Euclid PrgLect
$ 7,525,603
S 4,077,339
$ 22.639,G51
_
_ _
_
$ 4.891,642
S 2.650,270
S 15,480 781
S 2,633,961
$ 1,427,069
$ 7,178,300
Eswndido, City of
Agricultural RO Facility, and Pu Station
$ 32,700,000
$ 23,450,000
$ 9,240,000
Central Basin Municp at Water District
Central Basin Municipal Water District
Cly of San Juan C istrano
East Las Angeles R"Ied Water Expansion
West San Gabriel Recycled Water Expansion
Recpled Water System Expansion
$ _ 33,500,000
$ 9,654,000
_
$ 23.336,000
10,184,000'
$ 6,626,850
_S
S 3,027,150
S 14,595,000
$ 49,300,000
$ 34,705,000
C of San Juan C tmno
-
2018 Rec Water Conversions P h
.000
0
S 451,000
$ 189,000
_
Las GelNnas Valley Sanitation District
of San Bernardino
C of Corona
Las Gi lBnas Rehabilitation and Recycled Water Project
Clean Water Factory
Comna Coro mhensive R.W. Relive antl Sto a Initiative
,000
$ 26.805,000
$ 238,320,000
$ 9,695,000Cty
S 15,000,000
S 15.000,000
.000
r253.320.000
,000
$ 43,045,000
Town ofA Valle
IVe6e Reclaimed Water Phase 1 Dei Infrastructure
,500
$ 942,675
$ 429,625
C of Los Angeles
San EN10 Joint Powers Aulhonly
Griffith Park South Water Recycling Project
SEJPA Recycled Water Phase 11
Beneicia Water Reuse Pirgect
0,163
0,000
$ 27,101,543
$ 22 013,087
$ 4 264,360
$ 9,107,096
$ 1,935,640
S 8,261,750
Cly0f Beneda
_ _
- _
$ 18,839,793
Yuca a Valley Water District
Celimesa Recycled Water Convelirance P - ect _
$ 0,980,113
$ 58,844,520
$ 5.051,241
$ 1,928,872
5 15,000,000
LosAingelesCily, Bureau cf Sanitation
TIWRP AWPF Ultimate N2ansion Pr
DCTWRP Advanced Water Purification FacN. (AWPF, and GWR Pmject
Regional Urban Water Augmentation Project -
CLWA Recyveled _ Water Pro ect - Phase 2B
Sustainable Water In structure P ct SWIP _
City of Orange Cove
Water Reclemelbn Fact9gf Project - Phase I (CWSRF Planning Loan)
lid Water East ricuituml Distribution System
$ 43.844,520
LoLAngelesUt ty, Bureau of Sonitatlon
Marina Coast Water District _ _
Castaic Lake Water enc1_
$ 545,492,318
S 35,000,000
S 7,000,000
$ 530,492,318
$ 23.599,141
S _ 5.000,000
S 46,499,603
$ _ 15,000,000
$ 11,400,559
$ 2,000,000
_
C01of Santa Monica
$ 57,048,637
_ _ _ _
S 10,548,834
Cmnge Cove W WTP Tertiary Treatment 8 Recycled Watt
CxKYof Mono Biijr_—
ity
Escondido, C of
S 7,300,000
S 10,300,000
S 31.825,000
S 4,948,000
$ 10,300,000
$ 2.582,500
5 2,352,000
$ -
$ 1,242500
_
Escondido, City of
R " eld Water Easterly Mein and Tanks
$ 8,000,000
$ 5,000,000
$ 130,000,000
$ 7,500,000
$ 112. 89,831
$ 144,816,161
S 11457.000
$ 5.033,750
$ 2,966,250
Escondido, City of
Palmdale Water District _
Palmdale Recycled Water Authority
Brine Line Broadway to FIARRF _
Palmdale Regional Groundwater Recharge and Recovery Project
Recycled _ Water Line Phase 2
$ 5,000,000
_S 130,000,000
S 5.050,000
$ 82,789,831
S -
S -
_
$ _2,450,000
$
$
$ 3,252,200
City of San Diego
_
PW- North City Water Ractaimation Project (P&D Loan)
Cit r�af San Diego
Claremont University Consortium
Pure Water- Advanced 30 MGD Water Purification Project (P&D Loani
Claremont University Consortium
_ _
$ 144,81 e.iel
$ 8,204.800
9uhtafab S 2,470.479,444 S 2,067,766,663 $ 746,866417
t
Estimated
Project Coat'
Ei thru ted CWSRF
1% Loan
Estimated Stendord
Rate Loan'
Eethr ied WRFP
Comtruet on Grant'
tm GRAND TOTAta(rASLEA . rAeLEeI•S
3,714Milgant
976MII8on
S 2.0581 )n$
576 iii
Footnotes
1) The "Estimated Project Cost" may not equal the combined loan and grant amounts because the Agency may apply Other funding sources to the Project
2) The Interest Rate of the "Estimated Standard Rate Loan" for CWSRF and Prop. 13 roan funds is subject to change and is established as 1/2 the state's most recent GO bond rate Current loan rate offered by DFA
as of February 24, 2016 is 1.6%
3) "Estimated Standard Loan Rate" value indicates what an Agency is applying for subject to Division determination of project eligibility and fund availability This is not a commitment of funds
4) "Estimated WRFP construction grant" value indicates what an Agency is applying for subject to Division determination of project eligibility and grant availability This is not a commitment of funds
5) Applications to CWSRF or WRFP provides for consideration to other eligible funding sources offered within those programs Projects that applied for but missed the 1`t- financing vv& continue to be processed for
standard rate loan and/or construction grant funding based on communications with the applicant
6) The CWSRF and WRFP utilize a continuous application process Applications wit be continue to be received. This table reperesents applications received as of the date noted
7) Estimated loan and grant values for "Projects with Incomplete Applications" are provided to demonstrate requested funding need. Total value of appl,cabons requesting grant funding exceeds available Prop 1
(2014) funding allotment of approximately $300 million Loan and grant availability is limited and subject to legislative appropriation.
Page 2 of 2
Attachment 2
EXHIBITA
CITY OF UKIAH RECYCLED WATER SYSTEM:
PHASES 3& 4 WATER BALANCE, ZERO DISCHARGE, AND ALTERNATIVES ANALYSES;
AND PHASE 3 DESIGN
SCOPE OF WORK
February 25, 2016
BACKGROUND
The City of Ukiah (OWNER) has requested that Carollo Engineers, Inc. (ENGINEER) develop a
scope and budget for preparation of a water balance and zero discharge report, and a
refinements analysis technical memorandum for the Phase 3 and Phase 4 Recycled Water
System Project. The City wishes to determine if it is more cost effective to increase recycled
water usage and storage or to make changes to its wastewater treatment plant (WWTP) to
potentially allow increases in effluent discharges to the Russian River and its percolation ponds.
OWNER has also requested that ENGINEER develop a scope and budget to prepare the design of
the Phase 3 recycled water pipeline from its connection to the Phase 2 pipeline, currently under
final design, to a termination point adjacent to the eastern side of Highway 101 at the City's
Little League park / water treatment plant site. The ENGINEER will also include changing the
Phases 1 and 2 3- million gallons (MG) recycled water storage pond design to a combined Phases
1, 2 and 3 72 -MG pond on City -owned land directly south of and adjacent to the City's WWTP.
Carollo recently completed the Preliminary Design Report for the associated Phases 1 and 2
project, and final design is underway. With a completed State Revolving Funds (SRF) application,
the City wishes to proceed with Phases 1- 3 and eventually 4. Phase 4 is planned with a
separate SRF loan application due to the currently undefined storage volume and location
(possibly zero discharge). Phases 1 through 4 are generally defined in the Recycled Water
Feasibility Study, Carollo, December 2012. The Phases have been refined as the project(s) move
forward into design efforts.
A water balance and zero discharge study is initially needed for two purposes: 1) to ensure that
the finalized Phases 3 and 4 project is fully integrated with the Phases 1 and 2 project; and 2) to
see if zero discharge can reasonably be achieved instead of nitrogen removal from the WWTP
discharge to the river. The Phases 1 and 2 project is being designed assuming Phases 3 and 4 will
be built. The integration relates primarily to the amount of recycled water storage, and the
associated pumping facilities, to be provided. Preparing this study at this time also allows any
minor changes to Phases 1 and 2 to be included in that project's bid documents. In addition,
there are other considerations that need to be analyzed prior to finalizing the Phase 3 project
and the selected project for Phase 4, including:
• Potential future revisions to the City's WWTP NPDES discharge permit and the Basin
Plan that could impact or remove the use of percolation ponds and / or direct discharge
Attachment 2
to the Russian River. This could lead to a zero discharge regulatory requirement. The
City also wants to determine if zero discharge is economically viable even if it does not
become a legal requirement.
• Flow and treatment constraints at the WWTP, including the Advanced Water Treatment
(AWT) facility and particularly the chlorine contact basins. A review is needed to
determine what the most cost - effective solution is balancing any WWTP improvements
against the amount of recycled water storage to be provided.
• Constraints on recycled water production imposed by low raw wastewater inflows to
the WWTP at certain times of the year.
• Recent increases in demand for recycled water for agricultural and landscaping use, and
the potential for more use on City -owned land. This considers both irrigation and frost
protection.
• Availability and future use of existing storage facilities, including privately -owned ponds
and possible conversion of the WWTP sludge lagoon and some or all of the WWTP
percolation ponds to recycled water storage.
• Possible provision and the location of additional storage facilities at the end of the
Phase 4 pipeline.
• Potential for extension of the recycled water system, including possible storage, further
south from the current end of the Phase 1 and 2 pipeline.
Work under this scope is organized under seven Tasks as follows:
Phases 3 and 4 - Water Balance and Zero Discharge Report
• Task 1- Project Management
• Task 2 - Water Balance and Zero Discharge Analysis
• Task 3 - Phases 3 and 4 Refinement
Phase 3 Permitting and Design
• Task 4 - Phase 3 Survey, Geotechnical Investigation, Utilities, Easement Requirements
& Environmental
• Task 5 - Phase 3 Final Design
• Task 6 - Phase 3 Permitting
• Task 7 - Phase 3 Right -of -Way Acquisition Assistance
The following design phase tasks for Phase 3 are already included within the work being carried
out for the Phases 1 and 2 final design:
• Project management for Tasks 4 -7;
• SRF funding assistance;
• CDPH Engineer's Report revision;
• Bid phase services.
At the completion of Task 3, the water balance assessment will have been completed, the
viability of zero discharge solutions addressed, and a series of project refinements evaluated
and recommended. Tasks 4 through 7 will run concurrently with Tasks 1 through 3 as the City
2
Attachment 2
wishes to include the Phase 3 project with Phases 1 and 2, currently in final design, in a single
Phases 1, 2 and 3 bid package. The results of Task 3 will be included as agreed upon within the
Phase 3 final design. It is envisioned that preliminary and final design of the selected Phase 4
project will be carried out under a subsequent scope and budget following City approval.
Carollo will continue to lead the planning and engineering effort for Phases 1 -3 of the recycled
water project, with SMB Environmental providing input on environmental factors impacting the
analyses and design. SMB will also prepare an Addendum to the Initial Study/ Mitigated
Negative Declaration (IS/ MND) to include the expanded Phases 1, 2 and 3 recycled water
storage pond. For the Phase 3 and subsequent Phase 4 project designs, local consultants LACO
Associates and Rau & Associates will provide similar field and engineering services to the Phases
1 and 2 project.
SCOPE OF WORK
TASK 1— PROJECT MANAGEMENT
Task 1 includes for project management for Tasks 2 and 3. Project management for Tasks 4
through 7 is included in the Phases 1 and 2 project.
Task 1.1- Project Administration
The ENGINEER will administer the project and subconsultants to maintain project schedule and
budget.The project progress and budget status will be included in monthly progress reportsthat will
beattached to billing invoices. Additionally, the monthly progress reportwill include a listof work
completed forthetime period andwhat isexpected inthe coming period.
Task 1.2 - Meetings
The ENGINEER will coordinate project tasks between the OWNER, subconsultants, stakeholders
and other agencies as required through project meetings. The ENGINEER will prepare an agenda
and brief meeting summaries for each of the meetings. Anticipated project meetings are
identified below:
• Project Kick -off Meeting (OWNER offices)
• Monthly Project Status Meetings (Conference call) (Assume two (2) total)
• Draft Water Balance and Zero Discharge Report Review Meeting (OWNER offices)
• Stakeholder and Agency Meetings (Assume two (2) total - assumed to coincide with
other meetings under this project and under Phases 1 and 2 final design) (OWNER
offices and Sacramento or Walnut Creek). These could include the RWQCB, SWRCB, or
others.
• Phases 3 and 4 Refinements Brainstorming Workshop (OWNER offices)
• Draft Phases 3 and 4 Refinements Analysis Technical Memorandum Review Meeting
(OWNER offices)
Attachment 2
Task 1.3 — Quality Control
Quality control will be monitored throughout the entirety of the Project. The ENGINEER will
review deliverables provided by subconsultants prior to forwarding to the OWNER'S staff. Any
document developed by the ENGINEER will be peer- reviewed internally prior to delivery to the
OWNER.
Task 1: Deliverables:
Monthly status reports
Meeting agendas and brief summaries
TASK 2 - WATER BALANCE AND ZERO DISCHARGE ANALYSIS
Task 2.1- Data Collection and Review of Previous Water Balance Report
The ENGINEER will review relevant data and information provided by the OWNER, including the
previous water balance reporting contained in the City of Ukiah 2011 NPDES Permit Renewal
Plan of Disposal Report of December 2011; the Recycled Water Feasibility Study of 2012; and the
finalized Phases 1 and 2 Preliminary Design Report of December 2015. The ENGINEER will also
review WWTP influent and effluent flow and other operational data provided by the OWNER.
Task 2.2 - Review and Confirm Phases 1- 4 Recycled Water Demands
The ENGINEER will review and update the recycled water demands for all four phases using data
extracted from previous reports, information previously provided by the OWNER, and recent
agreements between the OWNER and stakeholders to supply recycled water. These finalized
demands will be used in analyses to be carried out as part of later Tasks.
Task 2.3 - Review WWTP Constraints and Potential NPDES Permit Revisions
With the assistance of, and data and information provided by, the OWNER'S Engineering and
Maintenance and Operations staff, the ENGINEER will examine and review current and
anticipated constraints on the WWTP's ability to produce recycled water. This will include a
review of historical raw wastewater inflows, the hydraulic performance of the AWT and the
chlorine contact basins, effluent flows, available capacity of the percolation ponds over time,
percolation rates, and historical discharges to the Russian River.
Under this Task, the ENGINEER will also examine and review the potential impact on design of
the City's proposed recycled water system caused by potential future changes in the WWTP's
NPDES Discharge Permit and /or the Basin Plan. While not immediately envisioned under the
current permit renewal cycle, there could be significant impacts if the North Coast Regional
Water Quality Control Board was, for example, to prohibit the use of the percolation ponds
adjacent to the Russian River, or require zero discharge to the river. The potential for these
changes and the economic impact must be considered when determining the build -out storage
and pumping requirements of the Phases 3 and 4 recycled water system project. The results of
this review will be used in the analyses to be undertaken under subsequent Tasks.
4
Attachment 2
Task 2.4 - Prepare Draft Water Balance and Zero Discharge Report
Using the data and information provided by the OWNER and the results of reviews and analyses
carried out under earlier Tasks, the ENGINEER will construct a water balance model in order to
define proposed recycled water storage and pumping requirements for all phases of the City's
Recycled Water System Project. Analysis using the model will address current and projected
future conditions and will be based upon available data from 2011 until the present. The
ENGINEER will also review the data and conclusions detailed in the City of Ukiah 2011 NPDES
Permit Renewal Plan of Disposal Report of December 2011, which covered the period from 2006
to 2010. Data will include WWTP inflows and effluent discharges, river flows, percolation pond
levels / available capacity, and current recycled water demand projections.
Findings and conclusions will be presented in a draft Water Balance and Zero Discharge Report.
In addition to the primary goal of defining storage and pumping requirements, the report will
also address the technical and economic viability of a zero discharge alternative. The results of
the water balance and zero discharge studies will be used as part of the Phases 3 and 4
refinements analyses to be carried out under Task 3.
The draft report will be submitted to the OWNER for review and subsequent discussion at a
workshop.
Task 2.5 - Draft Water Balance and Zero Discharge Report Workshop
A workshop will be held with the OWNER to consider the conclusions of the draft Report and to
address the OWNER'S review comments. Once comments for incorporation have been agreed,
the Report will be finalized.
Task 2.6 - Prepare Final Water Balance and Zero Discharge Report
The Water Balance and Zero Discharge Report will be finalized under this Task, incorporating the
OWNER'S agreed review comments.
Task2: Assumptions
• Water balance modeling of current conditions will use data from the period 2011 to the
present, and results will be compared to the historical water balance modeling results
and conclusions presented in the 2011 Basis of Disposal Report; the data used in the
Change in Point of Use permit, and to the design flows presented in the Phases 1 and 2
Preliminary Design Report. Future conditions modeling will be based on flow projections
and on finalized recycled water demands.
• Recycled water demand projections current at the end of Task 2.2 will be used in Task 2
modeling and analyses. Any increases in demand due to further signed recycled water
agreements after the end of Task 2.2 will be considered during the Phases 3 and 4
design.
Attachment 2
Task 2: Deliverables:
• Draft Water Balance and Zero Discharge Report (1 pdf copy)
• Final Water Balance and Zero Discharge Report (2 hard copies and 1 pdf)
• Comments log
• Workshop agenda and minutes
TASK 3 - PHASES 3 AND 4 REFINEMENT
Task 3.1- Prepare Initial List of Phase 3 and Phase 4 Refinements
Using the recycled water demand projections and the storage and pumping facility
requirements defined in the final Water Balance and Zero Discharge Report prepared under
Task 2, the ENGINEER will prepare an initial list of potential refinements (up to 15) to the Phases
3 and 4 project. The list will include zero discharge options if these were found to be technically
and economically viable under previous Tasks. If zero discharge is not found cost - effective,
alternatives for expansion of the recycled water system that consider the cost of permit- driven
improvements to the WWTP will be developed. The refinements will consider various locations
for recycled water storage (on private and City -owned land), conversion of WWTP percolation
ponds to recycled water storage if found viable, intermediate pumping options, use of an
upstream reservoir at the head of Phase 4, and various pipeline routes, including across the river
to serve irrigated lands there. The ENGINEER will prepare descriptions and maps depicting the
refinements for use at a brainstorming workshop with the City to be undertaken under the
following Task.
Task 3.2 - Brainstorming Workshop
The OWNER and the ENGINEER will review the initial list of refinements to Phases 3 and 4
prepared under Task 3.1 at a brainstorming workshop. Other potential options will also be
considered. The intent is to agree at the workshop on a shortlist of up to 5 project refinements
for subsequent detailed evaluation. The brainstorming workshop will broadly consider any fatal
flaws to each refinement, relative construction and life cycle costs, ease of operation and
maintenance, flexibility for future modification and expansion, environmental considerations,
public impacts, possible impacts in the Russian River floodway, and requirements and costs for
right -of -way and land acquisition. Conclusions from the workshop and definition of the
shortlisted project refinements will be recorded in meeting minutes for future inclusion in the
Phases 3 and 4 Refinements Analysis Technical Memorandum (TM) to be prepared under a later
Task.
Task 3.3 - Detailed Evaluation of Shortlisted Phase 3 and Phase 4 Refinements
The ENGINEER will undertake a detailed evaluation of the (up to 5) shortlisted Phases 3 and 4
refinements defined at the Task 3.2 Brainstorming Workshop. This detailed evaluation will
include:
• Capital, operation, maintenance, power, and life cycle (net present value) costs.
• Right -of -way and / or land availability, and acquisition costs.
Attachment 2
• Ease of operation and maintenance.
• Flexibility for expansion.
• Impacts on Phases 1 and 2.
• Environmental / visual and aesthetic impacts during and after construction.
• Public and stakeholder impacts during and after construction, including traffic and
impacts on agricultural operations.
A Triple Bottom Line (TBL) analysis model addressing the above financial, environmental, and
social factors will be used as part of the detailed evaluation. The model will allow these factors
to be weighted, so the sensitivity of the ranking of the refinements can be assessed. A summary
matrix will be developed that defines the above listed criteria.
Task 3.4 - Prepare Draft Phases 3 and 4 Refinements Analysis TM
Using the results of the detailed evaluation of the shortlisted project refinements and the TBL
modeling under the previous Task, the ENGINEER will prepare a draft Phases 3 and 4
Refinements Analysis TM. This TM will describe the identification of the initial list of
refinements, the process, and results of the brainstorming workshop to produce the shortlist of
Phases 3 and 4 refinements, and the detailed evaluation of that shortlist. The TM will present
findings and conclusions, and recommend modifications to the Phase 3 design and the preferred
Phase 4 project for subsequent preliminary and detailed design. The TM will also address
compatibility between the Phases 3 and 4 projects and the Phases 1 and 2 project under final
design, and define any proposed minor revisions to the Phases 1 and 2 project design for
discussion and agreement with the OWNER.
The draft TM will be submitted to the OWNER for review and subsequent discussion at a
workshop.
Task 3.5 - Draft Phases 3 and 4 Refinements Analysis TM Workshop
A workshop will be held with the OWNER to consider the conclusions of the draft TM and to
address the OWNER'S review comments. Once comments for incorporation have been agreed,
the TM will be finalized.
Task 3.6 - Prepare Final Phases 3 and 4 Refinements Analysis TM
The Phases 3 and 4 Refinements Analysis TM will be finalized under this Task, incorporating the
OWNER'S agreed review comments.
Task3: Assumptions:
• The initial list of Phases 3 and 4 project refinements will be limited to a maximum of 15,
and detailed evaluation of shortlisted refinements will be limited to 5.
• Analysis will be limited to a "desktop" evaluation. No fieldwork will be conducted as part
of this effort.
7
Attachment 2
Task 3: Deliverables:
• Draft Phases 3 and 4 Refinements Analysis TM (1 pdf copy)
• Final Phases 3 and 4 Refinements Analysis TM (2 hard copies and 1 pdf)
• Comments log
• Workshop agenda and minutes
TASK 4 - PHASE 3 SURVEY, GEOTECHNICAL INVESTIGATION, UTILITIES, EASEMENT
REQUIREMENTS & ENVIRONMENTAL
Under Task 4, the ENGINEER will perform pre -final design activities for the Phase 3 pipeline and
the expanded Phases 1, 2 and 3 recycled water storage pond to the south of the WWTP. These
include topographic survey and mapping; geotechnical and corrosion investigation; existing
utilities research; identification of permit and easement requirements; and environmental
studies and preparation of an Addendum to the existing IS / MND. Deliverables prepared as part
of this task will be used for design in subsequent tasks.
Task 4.1- Topographical Survey and Mapping
The ENGINEER's sub consultant Rau and Associates, Inc. (RAU) will establish project survey
control and prepare encroachment permit area and easement mapping for the Phase 3 project.
The work will be coordinated with RAU's previous work on the Phases 1 and 2 project. RAU will
set approximately 25 durable (1/2" iron pipes or reinforcement bars in undeveloped areas; PK
nails or pipes in pavement) horizontal and vertical control points for project mapping in
accordance with City of Ukiah horizontal and vertical control requirements. This will include
searching for, and locating, monuments from adjacent records of survey. These survey control
points will be exhibited on a "Survey Control Data Sheet" and will be semi - permanent in nature
so as to serve as project control during the construction of the project, or subsequent survey
activities.
Field measurements will be performed using GPS methods on the same horizontal basis as the
topographic mapping control survey. All surveying and mapping shall be in compliance with City
of Ukiah standards, or with Caltrans standards when not otherwise specified by the City.
The horizontal datum will be based on the North American Datum 83 (NAD 83). The vertical
datum shall be based on the North American Vertical Datum of 1988 (NAVD 88).
Pipeline Topographic Surveys
RAU will perform ground surveys using electronic total station methods to complete a
topographic survey of a strip, approximately 40 feet wide, over the length of the Phase 3
pipeline route. The topographic mapping will be done concurrently with boundary survey work,
using the control network described above, for efficiency.
Survey data will be processed and rendered into a Digital Terrain Model (DTM) and CAD base
map. The project base map will include:
Attachment 2
• Terrain (1 foot contours).
• Sufficient pipeline project area length to verify proposed future alignment at ends.
• Existing utilities and structures present within the project mapping limits, or that may
affect the project because of their close proximity.
• Trees greater than 4" in diameter at breast height (dbh) that may be affected by the
project.
• Existing right -of -way lines within, or in close proximity to, the project limits.
• Project control.
• Height of overhead utility lines that may conflict with the project.
Detailed Topographic Surveys at the Recycled Water Pond, and Select Structures at the WWTP
RAU will perform ground surveys to supplement information provided by the City to detail the
outlets from the WWTP Chlorine Contact Basins (flume, overflow weir level), buried pipes, and
structures up to, and including, the outline of the Dechlorination Facility. An effort will be made
to establish the invert elevations of the buried outlets and piping between the Chlorine Contact
Basins and the Dechlorination Facility from construction plans, from interviews with plant
personnel, and from direct measurements where possible.
More detailed topographic mapping will be done between the sludge lagoon and Percolation
Pond #2, including the tops of embankments and slopes of embankments, parallel with the
recycled water pipeline route. The top of embankment and slope of the embankment, both
north and south of the south side of Percolation Pond #2 is also included in this more detailed
mapping. In addition to the surface profile of the embankment, the location of a fence along the
south side of the embankment and the detailed topography of a swale south of this
embankment which conveys storm water to the Russian River will be mapped.
Detailed topographic mapping out to the top of the bank of the Russian River will be conducted
to the east. Approximately 15 to 20 feet beyond the top of bank will be included to provide
some information as to the slope of the river bank in this area. To the west, there is already
detailed mapping across the North Coast Railroad Authority (NCRA) right -of -way (80'). The
supplemental mapping at Percolation Pond #2 will provide detailed topography north of the
proposed pond for a distance of 80 to 100 feet. To the south, the detailed topographic mapping
will extend approximately 100 feet beyond the proposed pond limits.
RAU will provide detailed topographic and facility mapping of selected WWTP features, a
recycled water pond site map and a DTM in AutoCAD Civil 3D format, that includes:
• Terrain (1 foot contours with spot elevations for tops of berms;
• Embankments between the Chlorine Contact Basin and Percolation Pond #2;
• Embankment along the south side of Percolation Pond #2;
• Drainage channel parallel and south of Percolation Pond #2;
• Bottom elevation of Percolation Pond #2 from record data (no surveys from boats).
• Bottom Elevations of Chlorine Contact Basins with side slope location and gradient adjacent
to the Dechlorination Facility;
• Outline of the Dechlorination Facility and elevations of critical inverts;
• Invert elevations of piping crossing the recycled water pipeline route;
D
Attachment 2
• Sufficient channel length and detail to evaluate the hydraulics of the storm water drainage
conveyance channel south of Percolation Pond #2;
• Existing utilities and structures present within the project mapping area, or that may affect
the project because of their close proximity;
• Trees greater than 4" in dbh that may be affected by the project, and significant riparian
vegetation adjacent to the storm water drainage conveyance channel south of Percolation
Pond #2, and within 10 feet of top of the bank of the Russian River.
• Project control points;
• Ordinary High -Water Mark for the storm drainage conveyance channel only;
• Height of overhead utility lines that may conflict with the project.
Detailed Topographic Surveys at Watercourse Crossinas
RAU will perform ground surveys using electronic total station methods to complete a detailed
topographic survey of up to 4 watercourse crossings, approximately 60 feet to 80 feet along the
thread of the watercourse or drainage ditch, and appropriately by 40 feet to 60 feet wide. This
mapping is to provide exhibit maps for permits where needed, and for directional boring
installations.
The detailed watercourse crossing topographic mapping will be done on the same basis as the
boundary survey work, using the control network described above. It will be done after the
permit requirements are defined so that all relevant information can be collected. Location of
visible utilities, trees over 4 inches in dbh, and significant riparian vegetation, within the detailed
mapping limits will be included in this task. The survey data will be processed and rendered into
a DTM and CAD base map.
RAU will provide a topographic watercourse site map and DTM in AutoCAD Civil 3D format that
includes:
• Terrain (1 foot contours);
• Thalweg (flowline) location and gradient;
• Sufficient channel length and detail to evaluate hydraulics;
• Existing utilities and structures present within the project mapping area, or that may
affect the project because of their close proximity;
• Trees greater than 4" in dbh that may be affected by the project and significant riparian
vegetation;
• Existing right -of -way lines if in close proximity;
• Project control;
• Ordinary High -Water Mark;
• Height of overhead utility lines that may conflict with the project.
Prepare and File Record of Survey Map — Babcock Lane Right -of -Way
In order to establish the right -of -way of Babcock Lane (aka River Road) during Phases 1 and 2
survey, RAU had to extend the boundary survey from near Talmage Road to Gobbi Street. There
was no definitive evidence along nearly 1,800 feet of Babcock Lane to establish the right -of -way.
There are no records of survey along this segment of River Road (as it was originally known)
10
Attachment 2
since the original subdivision map prepared for Hasting's Suburban Addition filed October 16,
1891.
RAU will set a number of durable right -of -way monuments and file a Record of Survey Map,
since the evidence is sparse and may be lost soon.
Task 4.1 Deliverables
Survey Control Data Sheets — (1 sheet at 1 "= 400')
Boundary and topographic mapping (9 Sheets at 1 "= 50'), including:
• Boundary location of properties, including the recycled water storage pond,
where Record Maps exist.
• Boundaries of street or state highway rights -of -way where the Phase 3 pipeline
route is in close proximity to project limits.
• Approximate private property boundaries where no Record Maps exist, or
where monuments of record are not found.
Electronic Files in AutoCAD Civil 3D .dwg file format with point files and the DTM surface
model.
Record of Survey Map, which will extend from the southern end of Babcock Lane near
Talmage Road to East Gobbi Street, showing existing monuments in or near Talmage
Road and East Gobbi Street. It will also show new right -of -way monuments set at
intervals of 500 to 700 feet along Babcock Lane. The monuments will consist of 5/8"
diameter reinforcing bars with a 2 inch diameter aluminum cap stamped "ROW — RCE
21908 ". The map will be submitted to the County Surveyor for checking and then to the
County Recorder to be recorded.
Task 4.1 Assumptions
• Potholing of the underground facilities at the route of the recycled water pipeline is not
included in this task;
• Title reports shall be obtained on an as- needed basis and all fees for same shall be
reimbursed as an added "Expense ", or will be supplied by the City of Ukiah at no cost;
• Mapping will be consistent with deeds and maps of record; no significant discrepancies
or ambiguities requiring a Record of Survey Map to disclose them will be required
(unless otherwise included);
• Mapping of wetland delineations or other botanical or biologic resources, except
obvious riparian vegetation, is not included;
• Fees for checking and recording are not included in the fee estimate.
Task 4.2 - Geotechnical and Corrosion Investigation
The ENGINEER'S subconsultant LACO Associates (LACO) will review available existing geologic
maps, soils reports, andgeologic reportsforthe projectarea. LACO will review the projectarea and
markthe boring locationsfor Underground Service Alert (USA).
For the Phase 3 pipeline route, LACO will perform a total of 24 borings along the alignment (18 to
11
Attachment 2
a depth of 10 feet in the area of the pipeline trench, and 6 up to 50 feet deep in the area of jack
and bore crossings). For the revised footprint for the recycled water storage pond, TACO will perform a
further 10 borings (6 between 30 and 50 feet deep in the area of the pond, and 4 to a depth of 10 feet in
potential borrow areas). LACO will install temporary standpipe piezometers in select borings to
measure relaxed groundwater elevations, log the borings, and obtain disturbed and relatively
undisturbed soil samples for laboratory testing. Sampling locations /depths will be determined in
the field by the project geologist based on subsoil conditions encountered.
A laboratory testing programwill beconductedto characterize the soil properties. LACO will
perform laboratory tests on selected soil samples that may include direct shear and /or triaxial
shear strength, particle size, moisture content, dry density, Atterberg limits, consolidation, and
corrosion potential (resistivity, pH, sulfate, chloride, and redox potential).
LACO will perform engineering evaluations to develop conclusions and recommendations
regarding geologic hazards affecting the proposed improvements, excavatability, thrust -block
bearing capacity, and corrosion potential of soils.
LACO will prepare a Phase 3 TM, as a supplement to the Phases 1 and 2 Geotechnical Report
that documents the results of the geotechnical investigation and addresses requirements of
both the California Building Code and the Mendocino County Grading Regulations (current
versions as of the date the TM is prepared). The TM will include soil logs, results of laboratory
analysis, results of geohazard evaluation, and geotechnical recommendations to support design
and construction of proposed improvements.
Task 4.2 Assumptions
•
A maximum of 34 geologic boringswill be performed.
• An environmental assessment ora ny exploration forthe presence orabsenceof any
hazardous ortoxic materials is not included.
•
Current propertyowner, ortheir representative, will be responsibleforclearance from
private utilities notcovered by USA.
• Geotechnical investigation does not include a site specific quantitative liquefaction
analysis.
• The OWNER will secure site access for survey and geotechnical investigation.
•
TheOWNERwill provide traffic control and asphalt repair(if necessary) alongthetrench
alignment for potholing and geotechnical borings.
Task 4.2 Deliverables:
• Draft and Final Geotechnical TM (2hardcopiesand 1 electronic copy).
Task 4.3 - Existing Utilities Research
LACO will contact USA, priortofield survey, sothat utility location markings can besurveyed and
shown onthe plans. LACO will identifyall utilitieswithin the project corridor and walk the sitewith
each contactto verify preliminary locationsand identify potential conflicts. Notifyall utilitycontacts
12
Attachment 2
and provide them with a set of 30% plans. A utilitycontact logwill be maintained. Develop
potholing plan and start coordinating with utilitycontactsandthe OWN ER for potholing services
Task 4.4 - Identification of Permit and Easement Requirements
Based onthefinaIalignment, diameters, and construction methods, permit and easement
requirements wilI be identified and confirmed. A list of identified required permits will be provided.
Task 4.5 - Environmental Studies and IS / MND Addendum
The ENGINEER's sub consultant SMB Environmental will prepare an Addendum to the City of
Ukiah's Initial Study /Mitigated Negative Declaration (IS /MND) on its Recycled Water Project
which was approved by the City Council on June 5, 2013. The addendum will focus on the
proposed changes in storage capacity and location. The Addendum will be prepared and will
include an updated biology and cultural resources investigation to meet the requirements of the
State Water Resources Control Board through the State Revolving Fund (SRF) loan program. The
Addendum will undergo a 15 -day public review period and will need to be formally adopted by
the City Council through a Resolution process. Once adopted by the City, SMB Environmental
will file the Notice of Determination with the State Clearinghouse and the County of Mendocino
Clerk- Recorder.
Task 4.5 Assumption:
• This Addendum to the Initial Study /MND for the Recycled Water Project will cover
Phases 1- 3: a subsequent Addendum may be required for Phase 4.
Task 4.5 Deliverables:
Addendum to the City of Ukiah's Initial Study /MND for the Recycled Water Project.
Filed Notice of Determination.
TASK 5 - PHASE 3 FINAL DESIGN
Task 5.1- 75% Design Level Plans, Specifications, and Cost Estimate
75% design level plans for Phase 3will bedeveloped using the ENGINEER's CAD standards per the
Phases 1 and 2 final design. The ENGINEERwill prepare any additional technical specifications, in
conjunction with the OWNER's standard front -end specifications, that are needed beyond those
already prepared for the Phases 1 and 2 final design. All specification documentswillbeprepared
using Microsoft Word, and will be in CSI format. An estimate of probable construction costwill be
prepared to reflectthe 75% level of design. An electronic PDFofthe costestimate will be provided
with the 75 %submittal.
The 75% packagewill be provided to the OWNER for review and comment. A review meeting will
beheldtodiscussthe Owner's comments: this will be the same meeting to discuss the Phases 1
and 2 75% designs. All reviewcomments and responsetocommentswill bedocumented ina
commentlog.
13
Attachment 2
Task 5.2 -100% Design Level Plans, Specifications, and Cost Estimate
100% design level plans for Phase 3will bedeveloped using the ENGINEER's CADstandards per
the Phases 1 and 2 final design. The 100% design submittal will include agreed upon review
comments from the 75% design submittal. The ENGINEERwill update any additional technical
specifications, in conjunction with the OWNER's standard front -end specifications, that are
needed beyond those already prepared for the Phases 1 and 2 final design. An estimate of
probable construction cost will bepreparedto reflectthe 100% levelofdesign. An electronic PDFof
the cost estimate wil I be provided withthe 100% submittal.
The 100% package will be provided to the OWNER for review and comment. A review meeting will
beheld to discuss the Owner's comments: this will be the same meeting to discuss the Phases 1
and 2 100% designs. All review comments and responseto comments will be documented in
comment log.
Task 5.3 - Final Bid Documents
Comments received from the OWNER will be incorporated intothe plans and specifications to
develop a set offinal bid -ready documents for inclusion in the Phases 1, 2 and 3 bid documents.
The cost estimate will be updated to reflectthefinal design.
Task 5 Assumptions:
• The Phase 3 plans and specifications will be incorporated into the Phases 1 and 2 design
documents so that Phases 1, 2 and 3 are bid as one construction contract;
• Potholingwill be performed by OWNERforcesor the OWNER's identified contractor;
• The pumpstation located nearthe new recycled water storage pond will be sized to supply
recycled water for Phases 1,2, and 3. Design will include provisions atthe pump station to
accommodate future design and construction of Phase 4 components. The design of any
required future booster pump stations inthe recycled watersystem isnotincluded;
• Per the Phases 1 and 2 Preliminary Design Report, the pump station isassumedto consist
of four outdoorvertical turbine pumpswith a below grade, concrete intake structurethat
isfedfrom the new recycled water storage pond;
• A newelectrical servicewill be requiredforthe pumpstation, and newelectrical equipment
will be located in newelectrical building. The electrical building is assumed to beCMU
construction with an on -grade concrete matfoundation. It will be air - conditioned as
required for protection of equipment. Firesuppressionsystemsforthe electrical building
are notincluded;
• Variable frequency drives wil I be provided forthe pumps;
• Provisionsfor a portable generator wil I be included, but design of a generator is not
included;
• The pump station will be controlled by anew PLC located in the electrical building and will
be tied intothe OWN E R's SCADAsystem;
• Building permit reviewsare not required;
• Landsca pingand architectural design are notrequired, and are notincluded;
• Traffic control plansare not included and will be prepared by the construction contractor;
• OWNER will provide any required front -end documents in addition to those already
14
Attachment 2
provided for the Phases 1 and 2 design.
• Electrical service application is provided as part of the Phases 1 and 2 final design.
Task 5Deliverables:
• 75% Plans, Specifications, and CostEstimate(2 hardcopies, lelectronic copy).
• 100% Plans, Specifications, and Cost Estimate (10 hardcopies,lelectronic copy).
• Ten (10) hard copies (if requested) and a reproducible setofthefinal bid -ready Phase 3
contract documents wil I be provided tothe OWNER fordistri bution to interested
contractors.
TASK 6 - PHASE 3 PERMITTING
Task 6.1 - Regulatory Agency Coordination
Thistask includes any additional meetingswith permit agencies asneededtoobtain permits
required specifically for Phase 3. It is assumed that, in general, Phase 3 coordination will be
coincident with that for Phases 1 and 2. Ongoing coordination is anticipated withthe USArmy
Corpsof Engineers, North Coast RegionaI Water Quality Control Board, California Division of Dam
Safety, California Department of Fish and Wildlife, California State Water Resources Control
Board (SWRCB), Ukiah Municipal Airport Operations, Mendocino CountyAir Quality Management
District,Caltrans, NCRA, County of Mendocino Department ofTransportation (DOT), County of
Mendocino Department of Planning and Building Services (Flood Hazard Zone Development
Permit), and the County of Mendocino Russian River Flood Control and Water Conservation
Improvement District.
Task 6.2 - Permit Applications
This task includes additional work for Phase 3 for completion of the permit applications and
supporting documentation packagesas necessary for submission to appropriate agencies. It is
assumed that, in general, Phase 3 tasks will be coincident with that for Phases 1 and 2. Caltrans,
NCRA, and DOT encroachment permits are covered in other tasks. Anticipated permits include
Section 1600, SWPPP NO1,401 Certification, Section404or Nationwide Permit #12, FAA, and
MCAQMD Authority to Construct.
Task 6 Assumptions:
• Perm it fees wil I be pa id for by the OWN E R;
• A maxim umof3 jurisdictional crossings will berequired for Phase 3;
• Watercourses will be crossed using a trenchless construction method. Construction will
occur belowtheflowline and outside the riparian zone;
• No wetlands will be impacted by the project and therefore no wetland delineations are
required;
• Adequate setback from the banks of the Russian River is anticipated when
designing /constructing the recycled water storage pond. No loss of riparian vegetation
15
Attachment 2
is anticipated and no resultant compensatory mitigation will be required because of
nearby construction.
Task 6 Deliverables:
• Permit application packages.
• Meeting agendas and minutes.
TASK 7 - PHASE 3 RIGHT -OF -WAY ACQUISITION ASSISTANCE
Task 7.1 - Preparation of Plats and Legal Descriptions
The ENGINEER will assist the OWNER with easement acquisition including coordination with
Caltrans, DOT, NCRA, and the OWNER. The ENGINEER will prepare and submit legal descriptions
and plat mapsfor permanent and temporary easementsfrom private propertyowners. The
ENGINEER will prepare preliminary and final Deed formsconforming to OWNERstandardsfor
easements on private property.
Task 7.2 - Easement Staking
The ENGINEER will coordinate with the OWNER's private acquisition appraiser, obtain permission
from landownerstostakethe proposed acquisition, and stake the centerline of proposed private
permanent easement areastobe acquired.
Task7Assumptions:
• All feesforagency review will be paid for bythe OWNER;
• Title reports, if needed, will be provided bythe OWNER;
• A maximum of thirteen areas requiring private easement acquisition;
• Up to nine private easement segments on lands owned by several private property
owners, some of which may contain multiple contiguous assessor's parcels.
• It is assumed that the pipeline route will not require an encroachment permit through
City Property north of Orrs Creek.
• Easement areaswill only bestakedonce.
• No Resolutions of Necessity, nor eminentdomain activities will be required foreasement
acquisition.
Task 7 Deliverables:
• Draft /Final legal descriptions and plat maps.
• Meeting agendas and minutes.
• Encroachment permits
• Staked centerline of private property easements and permits.
16
EXHIBIT B
Phases 3 and 4 Recycled Water Project - Tasks 1 - 7
City of Ukiah
Uldah Recycled Water Systsm Phases 3 8 4 Taks 1 7 Project Fee CITY REVIEW DRAFT 022516x1sx 212501z
Tracy
simon
POW
Elba
Mao
Ron
Caab'
Ckdw
Ckary
Friedlander
Gan
Suboo aWMb
PECE
PM.
_ ;.. am
PE.
PE.
Sn&l
E61C
Stoll
OAAOC
CAD
WP
5197
I Carole
Sub
Task -
.
37,8
I 5258
,236
-1W
5197
5215
5157
S7]e
5152
5101
Ilvus
Labor Coat
oy
]
e'
®
�i
SubtaW
Conw6ar9
10%
Sub
cs.rdtsM
Total
hr.
T
Amaurd.
r3DC Cat
Total Goat
PHASES 3 8 4 - WATER BALANCE IS ZERO DISCHARGE REPORT
1 9 Project Ad it ation
0
8
2
0
0
0
0
0
O
0
0
10
SZ560
so
so
3o
50
so
so
-$117
$0
0
so
$117
$2.677
12 Meetings
4
21
2
24
0
a
0
6
0
0
2
84
$14722
so
so
so
so
so
so
$749
So
4
$540
$1.289
$16.011
1 3 Quality Contra
0
9
0
D
0
0
0
0
16
0
0
24
55.824
so
so
so
$0
s0
s0
$281
s0
0
f0
$281
$6.105
TotalTaskU U
4
40
4
24
0
0
a
6
It
0
2
is
*W".
-..
$i"
$6
so 1
$0
,fa-
>F110,
so
4
t1irw
2 1 Data Caaection arM Review of Previaus Water
Balance Report
4
2
0
8
0
0
0
16
0
0
0
30
$5.856
SO
SO
$0
s0
$0
s0
$351
$0
0
$0
$351
$6,207
22 Review and Confirm Phacea 1 - 4 Recycled
Water Demands
2
2
0
8
0
0
0
16
0
0
0
28
$5,384
so
s0
SO
s0
s0
s0
$328
$0
0
s0
$328
•5,712
23 Rernew VWVTP Constraints and Potential NPDES
Permit Revisions
4
B
2
24
0
0
0
32
0
0
0
70
$14.192
$0
$0
s0
$a
s0
so
5819
s0
0
s0
S819
S15,011
24 Prepare p Draft Water Balance and Zeno Darharge
4
16
2
48
0
0
0
64
B
64
16
222
$40,100
30
SO
So
s0
s0
s0
$2,597'
$200
0
542,957
2 5 Draft Water Balance and Zero Discharge
Workshop
0
B
0
8
0
0
0
B
0
0
0
24
$5,192
s0
s0
s0
SO
SO
s0
$281
$0
2
L$0$2�..797
$5,743
26 R eP a Fina l Water Balance and Zero Dscharge.
2
8
2
24
0
0
0
32
4
32
6
112
Sm. 336
s0
s0
SO
so
s0
So
$1310
S200
0
S21,848
T.WTW$k
14
44
B
116
0
0
0
t"
12
N
>i
4M
fM,120
110
_f0
f0
m
.- $oT4f$'
31 Prepare tribal List or Phase 3 and 4 Refinemento
0
4
0
B
0
0
0
B
0
0
0
m
341"
s0
30
s0
so
SO
s0
$234
$0
0
$0
$234
$4,402
32 Bra r1orming Workshop
B
8
0
B
0
0
0
8
0
0
0
32
S7080
f0
SO
SO
s0
s0
$0
$374
$0
2
$270
$644
$7724
33 Debbd Evaluation of ShorlNsted Phase 3 and 4
Refinern
4
40
0
10
0
0
0
64
0
0
0
124
$25.0011
$0
$0
$4 000
54,000
$400
S4.4DO
$1,451
$0
0
s0
S5851
$30,859
34 Prepare Drell Phan 3 and 4 Refinements
Analysis TM
4
32
2
18
0
0
0
48
6
64
8
182
$33.384
$0
so
$0
$0
$0
SO
$2,129
$200
0
sal
$2,329
$35.713
35 Draft Phases 3 and 4 Retirements Analysis TM
Worshop
0
B
0
B
0
0
0
8
0
0
0
24
$5192
f0
s0
$0
$0
s0
$0
5281
30
2
S270
$551
S5743
30 nhTne1al Phases and Refinemanb
2
18
2
4
0
0
0
18
4
32
d
80
$74'48
SO
f0
$O
$O
$0
fa
5938
5200
0
S0
$1,138
575,884
Total rank
u
1011
4
00
9
0
0
152
12
96
12
Lie:
1169.566
$0
$0
$BBa9
SON
_ -5400
UAW
$4405
$400
/
$810
$10,713
f16432s
SUB - TOTAL TASKS 1 2.3
7a
792
14
2a
0
0
0
325
40
192
38
1046
Sm].eoe
SO
so
000
000
5400
100
f1 . 23e
$800
90
51 130
f1 786
594
PHASE 3 DESIGN & PERMITTING )Project flanapemant Inck W d in Task 1 and Phases 1 end 2)
•4.1
r
Tapopaphk Survey and Meriting
0
• 1
0
0
2
0
0
4
0
2
0
9
51.5112
SO
$118 1159
f0
588,858
58,088
595,545
5705
$0
0
SO
595,850
SW 232
4.2 Gedechnical$Camden lrweatigation
0
1
0
0
4
0
0
8
0
0
0
13
SZ300
$61,800
$0
SO
Sol am
$6,160
$67,780
$152
SO
0
s0
$67,912
$70212
4.3 Evbting UBfibes Research
0
0
0
0
2
0
0
4
0
0
0
8
$1.022
$3,000
so
$0
$3,000
$300
53,300
$70
$0
0
SO
53,370
54.392
44 Rerbfiation of Pormft and Easement
Regtaremema
0
1
0
0
4
0
0
4
0
0
0
9
$1672
s0
s0
SO
s0
$0
s0
$105
$0
0
f0
$105
S1777
Envlromnenbl Slides and Ph.. 1-4 IS y MND
45 Addend=
0
4
0
0
2
0
0
2
0
0
0
8
$1.732
$0
$0
$7,500
$7,500
$750
$8,250
$94
s0
0
$0
$8,344
$IQ076
Taal Tak
•51
0
7
0
0
K
0
0
22
0
2
0
4f
- - -
$7.500
5164960
1fl,Bff
$174AW
$027
00
0
so
s mil
r
75 %PSSE
0
24
1
0
1o8
0
0
- 144
B
144
24
452
$78728
527,237
so
S0
S27,237
$2,724
$28,987
$5,288
$0
0
$0
$35,249
$111477
52 100%PS&E
0
16
0
0
84
0
0
g8
18
g6
16
324
$55700
$17,824
$0
s0
$17,824
57,7112
$19,606
$3,791
f0
0
s0
S23,397
$79,097
53 Final Bid Documents
0
4
0
0
16
0
0
40
B
40
16
124
$20040
$8412
s0
s0
$8,412
$841
$9,253
$1,451
$0
0
SO
$10,704
$30.744
Total Tall
0
u
0
0
2011
0
'0
250
32
290
as
000
5101. -
m
so.
$$7.177-
110.]47
-
$UAO _
$0
0
s0
WM,30
$221,31•
81 Regulatdy Agency Coordnatlon
0
4
0
0
4
0
0
B
0
0
0
18
$3,068
$0
$10340
SO
$10,340
$1,031
$11.374
$187
$0
0
$0
311,581
$14,629
82 Permit Applkatlom
0
/
0
0
4
0
It
B
0
0
0
16
f3,OB8
t0
$22,170,
$O
$22.170
$ 2217
524,387
$1117
$O
0
f0
324,574
527,842
To�Tn [I�f
r 971
0
•
0
0
8
0
G
{•
0
0
0
31
3$6
110
$37,6-
110
$72,610
1
711
- $371'
$0
0
So
534136
$42,271
Preparation or Pleb and Legal Description
0
2
0
0
2
0
0
8
0
0
0
12
$2,162
s0
$17.810
so
$17,810
$1,781
518,581
$140
$0
0
$0
- $19,731
$21,893
72 Easement Stoking
0
0
0
0
2
0
0
2
0
0
0
4
$708
So
34,643
s0
$4,643
5464
$5107
547
$0
0
$0
$5,154
$5 Bat
Tod 7aak7
0
2
0
0
4
0
0
m
0
0
0
10
12NO
10
212.163
$0
$22,463
$2,246
$Zkm
$187
$0
0
110
$21,066
$27,788
SUB -TOTAL TASKS g6
0
e1
0
0
234
0
0
3P5
32
2112
56
90.7
$769212
S71a 07]
514/622
57600
5287395
68740
S 135
$11518
SO
0
f0
$30S,7531
$475,03S
38 253 1 14
Wit
234 0 0
E 6'A
72 474
9A
039
$373 0"
$11.073
$141
1111 590
$271
2'7 140
575
523.56 $000 10
' 1 750 $324,541 S"7. Bm
_____jgLAjA4LTfiAjA
Uldah Recycled Water Systsm Phases 3 8 4 Taks 1 7 Project Fee CITY REVIEW DRAFT 022516x1sx 212501z
ITEM NO.: 13a
MEETING DATE: March 16, 2016
City of dah
AGENDA SUMMARY REPORT
SUBJECT: STATUS OF UTILITY BILLING SOFTWARE PROJECT AND APPROVAL FOR PLAN
MOVING FORWARD, INCLUDING AUTHORIZATION FOR THE CITY MANAGER TO
NEGOTIATE AND EXECUTE AN AGREEMENT WITH TMG CONSULTING IN AN
AMOUNT NOT TO EXCEED $15,000.
Summary: Staff is submitting a report regarding the status of the Utility Billing Software Project, and
recommended action for path moving forward.
Background: A Utility Billing Customer Information System (CIS) software module was purchased as
part of the overall Tyler Munis Enterprise Resource Planning (ERP) software solution to replace the
current solution, Harris Classic. The core portion of the ERP software was implemented in December
of 2012, which included General Ledger, Budget, Accounts Payable, Purchase Orders, Contract
Management, Payroll, Human Resource Management and Permits. Utility Billing was set to start at a
later date to lessen the impact on staff and resources that would be dually affected by simultaneous
implementations.
Discussion: For the past two years, the Utility Billing department has been diligent in its attempts to
implement the Tyler Munis software solution. To date, the department has been unable to get through
one route cycle (not even a complete billing) with accurate reads to perform a correct billing, and Tyler
Munis has been unable to resolve the problem. Presently, this implementation is on hold.
In September, the AS400 operating system will no longer be supported by IBM. If we lose support from
IBM for the AS400, the City will have no recourse when problems arise. The Information Technology
department, in conjunction with the city's consultant firm, Chouinard & Myhre, has been testing a newer
AS400 Operating system for compatibility with our current Harris utility billing software, and the former
ACS financial software system that is still referred back to for historical financial data. If successful, this
will afford the City additional time to resolve the current issues with Tyler Munis, or move on to a
different vendor. However, time is still of the essence.
Recommended Action(s): Receive report, and authorize the City Manager to negotiate and execute a
time and materials agreement at a not to exceed amount of $15,000 with TMG Consulting to perform
an assessment of the current Utility Billing software implementation.
Alternative(s): Receive report, but do not authorize the City Manager to negotiate and execute an
agreement with TMG Consulting, and provide alternate direction to staff.
Citizens advised: N/A
Requested by: Sage Sangiacomo, City Manager
Prepared by: Mary Horger, Purchasing Supervisor
Coordinated with: Jan Newell, Finance Controller; Lori Martin, Customer Service Representative III;
and Scott Shaver, I.T. Coordinator
Attachments:
COUNCIL ACTION DATE: : ❑ Approved ❑ Continued to
RECORDS APPROVED: ❑ Agreement: ❑ Resolution:
Note: Please it rite Agreement 1 ri to upper right corner of agreement when drafted
Approved:
Sa Sang i omo, City Manager
❑ Other
❑ Ordinance:
On March 2nd and 3`d, staff attended two educational workshops put on by Northern California Power
Agency (NCPA) regarding Utility Billing CIS solutions, as well as Meter Data Management (MDM)
solutions. The presenters for the workshop were TMG Consulting, a firm chosen by NCPA through a
comprehensive competitive selection process, for their Smart Grid Project. The workshop went over
the firm's experience in providing source selection support, planning, implementation and operation, as
well as a survey of current CIS and MDM vendors, products and services, survey of market leading
products, market trends, deployment models, project risks and risk mitigation.
At the end of the workshops, staff took the opportunity to discuss with TMG the City's current
implementation challenges with the Tyler Munis CIS system, and the possibility of performing an
assessment of the situation. This assessment would involve an agnostic evaluation of our current
situation from both sides, and preparing a recommended action to either staying with the current
solution, or moving on to something else. They have performed such assessments in the past, and
would be willing to do so for the City.
TMG staff has an average experience of 25 years, with emphasis on utility and information technology
experience. City staff attending the workshop was impressed with their unbiased approach when
discussing technology solutions, and their obvious knowledge of the subject matter.
Staff is requesting the Council's authorization for the City Manager to negotiate and execute a time and
materials contract at a not to exceed amount of $15,000 with TMG to provide this assessment. A third
party evaluation would be extremely helpful to assist the City in making a final decision for moving
forward with a utility billing platform. Based on the findings, the City may request additional services
from TMG for further assistance. Staff would come back to the Council at that time for further approval.
Fiscal Impact:
❑
X Budgeted FY 15/16 ❑ New Appropriation a Not Applicable Budget Amendment Required
Amount Budgeted
Source of Funds title and #
Account Number
FA—d—dit.Appropriation Re 'd
$ 117,524
UB Machinery & Equipment
22013300.80100
1 $ -
ITEM NO.: 13b
MEETING DATE: 3/16/16
City of vk ak
AGENDA SUMMARY REPORT
SUBJECT: AUTHORIZE THE CITY MANAGER TO NEGOTIATE AND EXECUTE AN AMENDMENT
TO THE MANAGEMENT AGREEMENT FOR THE ALEX RORABAUGH RECREATION
CENTER WITH THE UKIAH VALLEY CULTURAL AND RECREATION CENTER FOR A
MONTH TO MONTH EXTENSION OF THE AGREEMENT UNTIL AN UPDATED
MANAGEMENT AGREEMENT CAN BE NEGOTIATED AND BROUGHT FORWARD TO
COUNCIL.
Summary: Authorize the City Manager to negotiate and execute an amendment to the management
agreement for the Alex Rorabaugh Recreation Center.
Background: The Ukiah Valley Cultural and Recreation Center (UVCRC), a nonprofit corporation, built
and owns the Alex Rorabaugh Recreation Center (ARRC). The ARRC is a 21,000 square foot multi-
purpose community center and gymnasium located at 1640 South State Street. The City of Ukiah
Community Services Department provides operational services for the facility under a management
agreement with the UVCRC. The partnership allows the UVCRC and the City to leverage the strengths
of each organization to maintain and improve the facility and operations. The agreement utilizes the
City's experience in recreation /leisure programming and facility management while ensuring that the
UVCRC remains responsible to its mission and financial performance.
Discussion: The City and the UVCRC staff have been working together to draft an updated
management agreement for the ARRC. While that agreement is being worked on both parties agree to a
month to month extension of the existing agreement. Staff requests that Council authorize the City
Manager to negotiate and execute an addendum to the contract for such purposes. Once the final draft
of the updated management agreement is prepared it will be brought to Council for review.
FISCAL IMPACT:
Budgeted
New Appropriation
Budget
Previous Contract or
Amount in
Source of Funds
Account Number
Amendment
Purchase Order No.
15 -16 FY
(Title & No.)
Required
Yes ❑ No ®
COU No.021511 -A4
RECOMMENDED ACTION(S): Authorize the City Manager to negotiate and execute an agreement to the
management for the Alex Rorabaugh Recreation Center with the Ukiah Valley Cultural Center for a
month to month extension of the agreement until an updated management agreement can be negotiated
and brought forward to Council for review.
ALTERNATIVES: Return to staff with direction.
Citizens advised: N/A
Requested by: UVCRC
Prepared by: Maya Simerson, CS Supervisor & Kerry Randall, Facilities Administrator
Coordinated with: Sage Sangiacomo, City Manager & David Rapport, City Attorney
Presenters: Maya Simerson, CS Supervisor & Kerry Randall, Facilities Administrator
Attachments: None
COUNCIL ACTION DATE: : ❑ Approved ❑ Continued to ❑ Other
RECORDS APPROVED: ❑ Agreement: ❑ Resolution: ❑ Ordinance:
Note: Please is -rite Agreement No. in tipper right corner ojagreement when drafted -
Approved: r
S e Sangi omo, City Manager
ITEM NO.: 13c
MEETING DATE: March 16, 2016 T
City of Ukiah
AGENDA SUMMARY REPORT
SUBJECT: AWARD PURCHASE OF AN ELECTRIC SERVICE TRUCK; 2016 FORD F- 350 -XL SUPER
CAB AND CHASSIS ONLY PER SPECIFICATION #E32805 WITH SCELZI SERVICE
BODY TO TOWNE FORD SALES, REDWOOD CITY FOR THE ELECTRIC UTILITY
DEPARTMENT (EUD) IN THE TOTAL AMOUNT OF $43,924.93 INCLUDING TAX AND
DELIVERY CHARGES AND APPROVE CORRESPONDING BUDGET AMENDMENT IN
THE AMOUNT OF $3,924.93
Summary: Council will consider awarding the purchase of an on -call service truck with service body for
the Electric Utility Department (EUD).
Background: Included and reviewed in the Fiscal Year 2015 -2016 Capital Budget (Attachment #1 and
#2), Council approved the funds for the purchase of a new Service Truck in the amount of $40,000.00 as
part of the Electric Utility's Capital Improvement Fund (800) 80100000.80100 PC 15088.
Staff requested bids from twenty -five companies. Only two responded with the results shown below.
Towne Ford Sales $43,924.93
Ukiah Ford $44,165.73
Discussion: Submitted for the City Council's consideration and action is Staff's recommendation to
award the purchase of a new Electric Service Truck; 2016 Ford F- 350 -XL super cab and chassis only
with a Scelzi Service Body in the amount of $43,924.93 to Towne Ford Sales, Redwood City, California.
Bid results exceeded budget estimate and Staff feels that the bid is a reasonable amount and is
requesting approval of a budget amendment in the amount of $3,924.93.
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.
40,000
801 Fund
80100000.80100.15088
Yes ® No ❑
N/A
RECOMMENDED ACTION(S): Award Purchase of an Electric 2016 Service Truck Per Specification #E32805 with
Custom Service Body to Towne Ford Sales for the Electric Utility Department (EUD) in the Total Amount of
$43,924.93 and Approve Corresponding Budget Amendment in the Amount of $3,924.93.
ALTERNATIVES: N/A
Citizens advised: N/A
Requested by: Mel Grandi, Director of Electric Utility.
Prepared by: Mary Williamson, Buyer and Tim Santo, Interim Electric Supervisor.
Coordinated with: Mary Horger, Purchasing Supervisor.
Presenters: Mel Grandi, Electric Utility Director and Tim Santo, Interim Electric Supervisor.
Attachments: 1) Capital Budget
2) Vehicle Replacement Justification Sheet
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: C
a is o, City Manager
Funding Source
Electric Capital(Fund 801)
i
ATTACHMENT 1
0
Estimated Proj.e
For FY
'
,20.16
Actuals Funding Anticipated
FY 2016 Request Request
FY 2016 FY 2017
40,000
Anticipated Anticipated Anticipated
Request Request Request TOTAL
FY 2018 FY 2019 FY 2020
Project Description: Replacement of one on -call utility cab and a half truck. The
existing truck has been unreliable and considering age and mileage it is
recommended to retire current unit. There is no net increase to utility fleet count.
FY 2015/2016
$40,000
r4i __.L.
City of Ukiah
Proposed Vehicle: On Call Utility Truck
Department: Electric Utility
Area of use: Construction and Maintenance
Prepared by: Diann Lucchetti
1 VEHICLE PURPOSE
Attachment 2
On -Call Sub Truck Justification
Need for vehicle within Department fleet
The vehicle is assigned to hydro and substation operations and is used for after-
hours emergency response and daily construction maintenance activities.
Maintenance tools, test equipment and plant drawings will be commonly stored
on this truck.
2 REPLACEMENT JUSTIFICATION
2.1 Current Vehicle
Description, Mileage, Funding Source and Market Value
The vehicle being replaced is #3712. A 2003 Ford F250 service truck with
79,000 miles on it.
Funding: 801 Capital
Estimated Value: $4,000.
2.2 Maintenance Costs
Overall Condition, Maintenance Costs, Out of Service Time, Parts
Availability, and Associated Safety Issues
Attachment 2
Overall Mechanical Condition: This vehicle is in fair condition except for
the service body which is in unacceptable condition due to water leaks that
have been unrepairable since purchase.
Maintenance Costs: For the past year this vehicle has inc
$1,025 in maintenance costs.
Out of Service Time: None
Parts Availability: None
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.
None
3 PROPOSED VEHICLE SPECIFICATIONS
Proposed Vehicle Specifications
3/4 ton super cab with electric material hauling racks and Service Body.
Attachment 2
4 ALTERNATIVE FUEL AND CARB REGULATIONS
4.1 Alternative Fuels Availability
Proposed Vehicle Alternative Fuels Availabft }
Alternative fueled vehicles for this type of use are not readily available.
4.2 CARB STANDARDS
CARB STANDARDS
The purchase will meet all CARB regulations.
City of vkiah
ITEM NO.:
MEETING DATE:
13d
March 16, 2016
AGENDA SUMMARY REPORT
SUBJECT: AWARD PURCHASE OF ONE NEW 2016 FORD F- 450 -XL STANDARD CAB WITH
CUSTOM SCELZI SERVICE BODY TO TOWNE FORD SALES IN REDWOOD CITY FOR
THE FLEET MAINTENANCE DEPARTMENT IN THE TOTAL AMOUNT OF $113,974.91
AND APPROVE CORRESPONDING BUDGET AMENDMENT IN THE AMOUNT OF
$13,974.91
Summary: Council will consider approving the purchase of a new service truck with custom service body
for the Fleet Maintenance Department and corresponding budget amendment.
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 Service Truck in the amount of $100,000 for
the Fleet Maintenance Department in the Capital Budget as shown on Attachment 1.
Staff requested bids from twenty -five companies and received 2 responses as shown below:
Towne Ford Sales $113,974.91
Ukiah Ford No Bid
Discussion: Submitted for the City Council's consideration and action is Staff's recommendation to
award the purchase of a new 2016 Ford F- 450 -XL standard cab truck with a Custom Scelzi Service Body
in the amount of $113,974.91 to Towne Ford Sales, Redwood City, California for the Fleet Maintenance
Department.
The vehicle is used daily for the operation and maintenance of the entire City fleet and the Ukiah Valley
Fire Authority. This truck reports to all City facilities and off site locations as needed for vehicle and
equipment maintenance and repairs.
The Scelzi Custom body will include a Miller Trailblazer 302 Air Pak Welder /Generator as well as an Auto
Crane, 4004EH with 360 degree hydraulic power rotation and boom. This crane is often used to pull
pumps at the Water, Waste Water Treatments Plants and the Hydroelectric Facility.
RECOMMENDED ACTION(S): Award purchase of one new 2016 Ford service truck with Scelzi custom service
body to Towne Ford Sales for the Fleet Maintenance Department in the total amount of $113,974.91 and
corresponding budget amendment in the amount of $13,974.91.
ALTERNATIVES: Do not approve purchase and provide direction to Staff.
Citizens advised: N/A
Requested by: Tim Eriksen, Director of Public Works /City Engineer
Prepared by: Mary Williamson, Buyer and Jarod Thiele, Public Works Project Analyst
Coordinated with: Dave Kirch, Senior Equipment Mechanic and Mary Horger, Purchasing Supervisor
Presenters: Jarod Thiele, Public Works Project Analyst and Dave Kirch, Senior Equipment Mechanic
Attachments: 1) Capital Budget
2) Vehicle Replacement Justification Sheet
COUNCIL ACTION DATE: : ❑ Approved ❑ Continued to ❑ Other
RECORDS APPROVED: ❑ Agreement: ❑ Resolution: ❑ Ordinance:
Note: Please write Agreement.vo. in upper right corner ofagreement when drafted
r
Approved:
%ge a iacomo, City Manager
Page 2 of 2
The vehicle being replaced is a 1996 Ford with a 1978 Service body. It is in fair to poor condition with an
approximate value of $4,500. In addition, the Vehicle Replacement Justification is shown as Attachment
2.
Funds for this purchase have been transferred to the Equipment Replacement Fund over the past Fiscal
Years in the amount totaling $100,000. Due to the special type of vehicle, Staff estimated it would cost
approximately that amount. Since the City has never purchased a vehicle of this type, it was anticipated
that it could cost a little more or less. Additional funds are available in the Garage Fund Balance, Fund
203.
The purchase for this truck needs to be made before March 21, 2016, in order to purchase a 2016 model
year. If this purchase is not made by then, the price will increase as the truck will be a 2017 model year.
FISCAL IMPACT:
Budgeted
New Appropriation
Budget
Previous
Amount in
Source of Funds
Account Number
Amendment
Contract or
15 -16 FY
(Title & No.)
Required
Purchase
Order No.
$100,000
Fleet Maintenance Fund
22024100.80100.15056
Yes ® No ❑
N/A
Balance - $13,974.91
20300000.30007
- �1
Attachment 1
$100,000
Actuals
Funding Anticipated Anticipated Anticipated Anticipated
Funding Source FY 2016 Request Request Request Request Request
FY 2016 FY 2017 FY 2018 FY 2019 FY 2020
"M �
TOTAL
Equipment Reserve:
Garage Reserve $100,000 $100,000
Project Description: Replace existing service truck due to its age and condition.
New service truck will have a service body, crane, and portable welder.
FY 2016/2017
City of Ukiah
Proposed Vehicle: Ford F -450, 1 Ton, 2WD Truck
Department: Public Works
Area of use: Garage Division
Attachment 2
Replace Service Truck Justification
Prepared by: Jarod Thiele, PW Project Analyst and Dave Kirch, Senior Equipment Mechanic
1 VEHICLE PURPOSE
Need for Vehicle within Department Fleet
This vehicle will be used daily for all operations of the Municipal Garage as well
as pulling motors at the Wastewater Treatment Plant.
2 REPLACEMENT JUSTIFICATION
2.1 Current Vehicle
Description, Mileage, Funding Source and Market Value
The vehicle being replaced is city vehicle #2631, a 1996 Ford F450 with
service body. The service bed on this service truck is a 1978 model. This
vehicle is in fair to poor condition.
Funding: Equipment Reserve (fund 220)
Estimated Value: $4,500
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.
Maintenance Costs: For the past year this vehicle has incurred
approximately $3,000 in parts and labor costs.
Out of Service Time: This vehicle was out of service for one day over the
past fiscal year.
Parts Availability: Yes, some parts are available from the factory.
Associated Safety Issues: The crane was manufactured in 1978 and is in
poor condition and is currently not safe to operate.
2.3 Shared Resources
Define any Resources Currently Available within the City of Ukiah Fleet which
could be Utilized for this Purpose.
There are no vehicles in the city fleet available to replace this vehicle.
3 PROPOSED VEHICLE SPECIFICATIONS
Proposed Vehicle Specifications
One new 2015 Ford F-450, 1 ton, 2WD pickup with Scelzi Mechanic bed, 3,000 lb
crane, Miller Trailblazer 302 welder /generator /compressor or equal.
COST - $100,000
4 ALTERNATIVE FUEL AND CARB REGULATIONS
4.1 Alternative Fuels Availability
Proposed Vehicle Alternative Fuels Availability 1
An alternative fueled vehicle such as CNG is not recommended due to the amount of
time it is used for maintenance of the Waste Water Treatment Plant. A CNG fuelled
vehicle would require a rapid fill CNG fueling station. The added expense of
constructing a CNG fueling station is not economically feasible at this time.
4.2 CARB STANDARDS
CARB STANDARDS
This vehicle is exempt from CARB standards.
city of vkiak
ITEM NO.: 13e
MEETING DATE: March 16, 2016
AGENDA SUMMARY REPORT
SUBJECT: AWARD PURCHASE OF ONE NEW 2016 FORD F- 350 -XL STANDARD CAB WITH
CUSTOM SCELZI SERVICE BODY TO TOWNE FORD SALES IN REDWOOD CITY FOR
THE WATER TREATMENT PLANT IN THE TOTAL AMOUNT OF $45,943.17 AND
APPROVE CORRESPONDING BUDGET AMENDMENT IN THE AMOUNT OF $943.17
Summary: Council will consider awarding the purchase of a new service truck with custom service body
for the Water Treatment Plant and corresponding budget amendment
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 Service Truck in the amount of $45,000 for the
Water Treatment Plant in the Capital Budget as shown on Attachment 1.
Staff requested bids from twenty -five companies and received 2 responses as shown below:
Towne Ford Sales $45,943.17
Ukiah Ford $47,240.80
Discussion: Submitted for the City Council's consideration and action is Staff's recommendation to
award the purchase of a new 2016 Ford F- 350 -XL standard cab truck with a Custom Scelzi Service Body
in the amount of $45,943.17 to Towne Ford Sales, Redwood City, CA for the Water Treatment Plant.
This vehicle is used daily for the Water Treatment Plant operations including the well and reservoir
rounds and will serve as the on -call Water Treatment Plant operator. Further justification is shown on
Attachment 2.
The purchase for this truck needs to be made before March 21, 2016 in order to purchase a 2016 model
year. If this purchase is not made by then, the price may increase as the truck will be a 2017 model year.
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.
$45,000
Water Fund 820- $943.17
82224413.80100.15076
Yes ® No ❑
82000000.30007
RECOMMENDED ACTION(S): Award purchase of one new 2016 Ford service truck with custom service body to Towne
Ford Sales for the Water Treatment Plant in the total amount of $45,943.17 and corresponding budget amendment in the
amount of $943.17.
ALTERNATIVES:
Citizens advised: N/A
Requested by: Tim Eriksen, Director of Public Works /City Engineer
Prepared by: Mary Williamson, Buyer; Jarod Thiele, Public Works Project Analyst
Coordinated with: Don Brown, Water /Sewer Operations Leadworker; Dave Kirch, Senior Equipment Mechanic,
Mary Horger, Purchasing Supervisor
Presenters: Jarod Thiele, Public Works Project Analyst; Dave Kirch, Senior Equipment Mechanic
Attachments: 1) Capital Budget
2) Vehicle Replacement Justification Sheet
COUNCIL ACTION DATE: : ❑ Approved ❑ Continued to ❑ Other
RECORDS APPROVED. ❑ Agreement: ❑ Resolution: ❑ Ordinance:
Note: Please write Agreement No. to upper right corner of agreement when drafted,
t
Approved:
Seye S gi womo, City anager
L.Funding Source
Attachment 1
Estimated Project Costs
For FY 2016
'
Status
L J
Actuals Funding Anticipated Anticipated Anticipated Anticipated
Funding Source FY 2016 Request Request Request Request Request
FY 2016 FY 2017 FY 2018 FY 2019 FY 2020
TOTAL
Equipment Reserve
Fund 220
Water Reserve $45,000 $45,000
Project Description: Replace Service truck at the Water Treatment Plant
FY 2016/2017
�;�+,, -zwalt
t.
City of Ukiah
Attachment 2
Service Truck WTP Justification
Proposed Vehicle: One new 2015 Ford F -250, 3/4 ton, 2WD pickup with Scelzi service bed
and lift gate or equal
Department: Public Works
Area of use: Water Treatment Plant
Prepared by: Jarod Thiele, PW Project Analyst & Dave Kirch, Senior Equipment Mechanic
VEHICLE PURPOSE
[Need for Vehicle within Department Fleet
This vehicle will be used daily for all operations at the Water Treatment Plant,
wells, booster station and reservoirs.
2 REPLACEMENT JUSTIFICATION
2.1 Current Vehicle
Description, Mileage, Funding Source and Market Value J
The vehicle being replaced is city vehicle #3745, a 2001 Dodge Ram BR2500.
Currently it has 148,000 miles on it. This vehicle is in fair to poor condition.
Funding: Equipment Reserve (fund 220)
Estimated Value: $2,000
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. Currently, the engine is leaking oil.
Maintenance Costs: For the past year, this vehicle has incurred
approximately $1,500 in parts and labor costs.
Out of Service Time: Normal out -of- service time for a vehicle of this age.
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_
There are no other available vehicles which could be used.
3 PROPOSED VEHICLE SPECIFICATIONS
Proposed Vehicle Specifications
One new 2015 Ford F -250 2WD pickup with Scelzi service bed and lift gate or equal.
COST - $45,000
4 ALTERNATIVE FUEL AND CARB REGULATIONS
4.1 Alternative Fuels Availability
Proposed: Vehicle Alternative Fuels Availabi_ Itt
An alternative fueled vehicle is not recommended.
4.2 CARB STANDARDS
CARB STANDARDS
This vehicle is exempt from CARB standards.
-a
i