Loading...
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