Loading...
HomeMy WebLinkAbout2017-09-06 Packet m, 1 rlwulu 11/4 P ,r . � City of Ukiah City Council Regular Meeting AGENDA Civic Center Council Chamber •300 Seminary Avenue♦Ukiah, CA 95482 September 6, 2017 - 6:00 PM IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII11UlU11JJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJJIA'JY,MdttIUIIIIU11ll1X1X////F/F/F%//O%%%%%%Ol/l/l/l/l/l/l/l/l/l/l/l/l/./I.I 1 1 UN I www�rrcrcrcnouuuuuuuuuuuuuuuuuuuuuuuuuuuuwwuummllmnnnnnnnnnllllllllllllllllllolluuuuunluunuumuuuuuuuuuuuuuuuuuuuuuuuuuuwwmwl'rrcrcrsumumwuwlNWuerr 1 ROLL CALL 2 PLEDGE OF ALLEGIANCE 3 PROCLAMATIONS/INTRODUCTIONS/PRESENTATIONS 3.a. Proclamation for Pollution Prevention Week and Creek Week 2017. Recommended Action: Issue a Proclamation Attachment 1- Pollution Prevention Week and Creek Week 2017 Proclamation 3.b. Status Report, Discussion and Possible Action Regarding the Ukiah Valley Sanitation District's Litigation Against the City of Ukiah Related to the Operation of the Sanitary Sewer System. Recommended Action: Receive status report. If desired, discuss and provide direction to Staff and/or consider any action(s) related to the matter. UVSD Litigation Update Box Files location 4 PETITIONS AND COMMUNICATIONS 5 APPROVAL OF MINUTES 5.a. Minutes of August 16, 2017, a Regular Meeting. Recommended Action: Approve Minutes of August 16, 2017, a Regular Meeting, as submitted. Attachment 1- 2017-08-1600 Minutes DRAFT 5.b. Minutes of August 24, 2017, a Special Meeting. Recommended Action: Approve Minutes of August 24, 2017, a Special Meeting, as submitted. Attachment 1- Minutes of August 24, 2017 5.c. Minutes of August 30, 2017, a Special Meeting. Recommended Action: Approve Minutes of August 30, 2017, a Special Meeting, as submitted. Attachment 1-August 30, 2017, DRAFT Minutes Page 1 of 5 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 bya 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 maybe judicially challenged. 7 CONSENT CALENDAR The following items listed are considered routine and will be enacted bya single motion and roll call vote bythe City Council. Items maybe 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 bythe City Council on the Consent Calendar will approve and make findings in accordance with Administrative Staff and/or Planning Commission recommendations. 7.a. Report of Disbursements for the Month of July 2017. Recommended Action: Approve the Report of Disbursements for the month of July 2017. Attachment 1-July Summary Attachment 2-Account Codes Attachment 3- Object Codes Attachment 4-July 2017 7.b. Authorization to Submit an Application for Department of Finance Transitional Housing Grant and Authorization for the City Manager to execute all necessary documents along with the addition of corresponding budget amendments if funds are awarded. Recommended Action: Authorize Staff to coordinate with the Ford Street Project on the application for a Department of Finance Transitional Housing Grant and Authorization for the City Manager to execute all necessary documents along with the addition of corresponding budget amendments if funds are awarded. None 7.c. Notification to City Council for the Purchase of a New 2017 Toyota Tacoma, from Thurston Chevrolet, Toyota, Scion for the Water Resources Department in the Total Amount of $27,500 Including Tax and Delivery Charges. Recommended Action: Receive report. Attachment 1-Toyota Tacoma WTP Vehicle Replacement J ustifi cation 7.d. Authorize Execution of an Amendment to the Agreement with SHN in an Amount Not to Exceed $30,465 for Additional Services for the North State Street— Low Gap Road Storm Drain and Traffic Signal Project and Approve Budget Amendments. Recommended Action: Authorize execution of amendment to the agreement with SHN in an amount not to exceed $30,465 for additional services for the North State Street - Low Gap Road Storm Drain and Traffic Signal Project and approve budget amendment. Attachment 1- SHN Proposal 4-27-16 Attachment 2- SHN Proposal 7-19-16 Attachment 3- SHN Proposal 8-30-16 Attachment 4- SHN Proposal 11-8-16 Attachment 5- SHN Proposal 1-19-17 Attachment 6- SHN Proposal 8-30-17 Page 2 of 5 7.e. Authorize City Manager to Execute the Subrecipient Agreement with the Mendocino Council of Governments. Recommended Action: Authorize City Manager to execute agreement. Attachment#1- MCOG subrecipient agreement- Ukiah FY 2017-18 7.f. Authorize City Manager to Negotiate and Execute Lease Agreement with North Coast Opportunities for the Development and Operation of the Oak Street Park Veterans Community Garden. Recommended Action: Authorize the City Manager to complete the steps necessary to finalize and execute a lease agreement between the City of Ukiah and North Coast Opportunities for the development and operation of a Veterans Community Garden at Oak Street Park. Attachment 1- Oak Street Garden Project Attachment 2- City of Ukiah and NCO Lease 7.g. Notification of Purchase of Professional Consulting Services for Landscape Design and Grant Writing Assistance for California Urban Rivers Grant for Riverside Park from Ann Baker Landscaping in the Amount of$11,987.31. Recommended Action: Receive Notification of Purchase of professional consulting services for landscape design and grant writing assistance for California Urban Rivers Grant for Riverside Park from Ann Baker Landscaping in the amount of$11,987.31. Attachment 1- COU Resolution 2016-43 7.h. Notification of Acquisition of Professional Services from SHN Consulting Engineers and Geologists for Materials, Compaction and Geotechnical Testing and Inspection Services for the North State Street Intersection Improvements at Low Gap Road/Brush Street, Specification No 17-02, in the Amount of$13,060 and Approval of Corresponding Budget Amendment. Recommended Action: Receive report and approve budget amendment. Attachment 1- RFP - 2017 Low Gap Rd, Specification 17-02 Attachment 2-Addendum No. 1- N. State St. and Low Gap Rd.with Plan Sheets Attachment 3- SHN Proposal 8 AUDIENCE COMMENTS ON NON-AGENDA ITEMS The City Council welcomes input from the audience. If there is a matter of business on the agenda that you are interested in,you may address the Council when this matter is considered. If you wish to speak on a matter that is not on this agenda,you may do so at this time. In order for everyone to be heard, please limit your comments to three (3)minutes per person and not more than ten (10)minutes per subject. The Brown Act regulations do not allow action to be taken on audience comments in which the subject is not listed on the agenda. 9 COUNCIL REPORTS 10 CITY MANAGER/CITY CLERK REPORTS 11 PUBLIC HEARINGS (6:15 PM) 12 UNFINISHED BUSINESS Page 3 of 5 12.a. Authorize Execution of Amendment to the Agreement with GHD in an Amount Not To Exceed $251,025 for Construction Engineer and Management Services for the Redwood Business Park Transportation Improvements and the Talmage Interchange Projects. Recommended Action: Authorize execution of amendment to the agreement with GHD in an amount not to exceed $251,025 for Construction Engineer and Management Services for the Redwood Business Park Transportation Improvements and the Talmage Interchange projects. Attachment 1- GHD Proposal for Professional Engineering Services 12.b. Award Contract for Transportation Improvements for Redwood Business Park, Specification No. 17-09, to Ghilotti Construction Company in the Amount of$4,608,888. Recommended Action: Award contract for Transportation Improvements for Redwood Business Park, Specification No. 17-09, to Ghilotti Construction Company the lowest responsive, responsible bidder based on bids submitted on August 30, 2017. Attachment 1- RBP Bid Results Specification 17-09 13 NEW BUSINESS- 13.a. Discussion and Possible Action to Determine the City's Position on the 2017 Resolutions being Considered by the League of California Cities and Provide Corresponding Voting Instructions to the City of Ukiah's Voting Delegate. Recommended Action: Provide direction to the City's Voting Delegate on the City's position on the 2017 Resolutions being considered by the League of California Cites at the 2017 Annual Conference. Attachment 1- League of CA Cities Annual Conference Resolutions Packet 13.b. Authorize Staff by Resolution to Purchase Two 2018 Pierce Enforcer Type 1 Engines, and Authorize Negotiating/Executing an Equipment Lease with Umpqua Bank along with the corresponding budget amendment. Recommended Action: Authorize staff to purchase two 2018 Pierce Enforcer Type 1 Engines, authorize the City Manager to negotiate and execute an equipment lease with Umpqua Bank, and adopt corresponding resolution and budget amendment. Attachment 1- Pierce Engine Specifications Attachment 2-AA- Ukiah Pumper Proposal 06 April 2017 Attachment 3- Ukiah Proposal 08-29-17 Attachment 4- Purchase and Lease Purchase Resolution 13.c. Discussion and Consideration of Modifications to the 2017 Council Special Assignment and Ad Hoc List, and Adoption of Resolution Establishing the Fire Executive Committee. Recommended Action: Disband the Fire District Merger Ad Hoc: adopt the Resolution to establish the Fire Executive Committee and appoint Mayor Brown and Vice Mayor Doble as members: and establish and appoint two members to serve on the Solid Waste Rate Ad Hoc. Attachment 1- 2017 City Council Special Assignments &Ad Hocs List Attachment 2- Resolution with Exhibit A-Agreement 14 CLOSED SESSION — CLOSED SESSION MAYBE HELD AT ANYTIME DURING THE MEETING. Page 4 of 5 14.a. Conference with Legal Counsel — Existing Litigation (Cal. Gov't Code Section 54956.9(d)(1)) Name of case: City of Ukiah v. QuestexLTD, et al, Mendocino County Superior Court, Case No. SCUK- CVPT-15-66036 (Palace Hotel) Recommended Action: Confer in Closed Session None 14.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, Sonoma County Superior Court, Case No. SCV 256737 (UVSD) Recommended Action: Confer in Closed Session None 14.c. Conference with Real Property Negotiators (Cal. Gov't Code Section 54956.8) Property: 429 South Dora St. Ukiah, CA 95482 Negotiator: Sage Sangiacomo, City Manager; Negotiating Parties: City of Ukiah and Ukiah Unified School District; Under Negotiation: Price & Terms of Payment Recommended Action: Confer in Closed Session None 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. September 1, 2017 Kristine Lawler, City Clerks Page 5 of 5 Agenda Item No.: 3a MEETING DATE/TIME: 9/6/2017 os PEAK ITEM NO: COU-118-2017 YOU /1,,,, '„ ,,,,ity af,,,,Ukiah, 4 AGENDA SUMMARY REPORT SUBJECT: Proclamation for Pollution Prevention Week and Creek Week 2017. DEPARTMENT: Public Works PREPARED BY: Rick Seanor ATTACHMENTS: Attachment 1- Pollution Prevention Week and Creek Week 2017 Proclamation Summary: City Council to issue a proclamation for Pollution Prevention Week and Creek Week 2017. Background: The City of Ukiah has continued its efforts to improve storm water quality with the adoption of its Storm Water Management Plan on May 4, 2006. The attached proclamation is the City's annual reminder to all of the importance of protecting our natural waterways (Attachment 1). Discussion: The City of Ukiah takes this opportunity to remind all of the importance to keep our creeks and rivers healthy. The City's storm water management program is being implemented to reduce pollutants in our waterways. Only rain is allowed in the storm drain. RECOMMENDED ACTION: Issue a Proclamation BUDGET AMENDMENT REQUIRED: No CURRENT BUDGET AMOUNT: N/A PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: N/A Approved: 1 S7 pie Sa 'gi omo, City Manager Attachment#1 City of Ukiah Proclamation Pollution Prevention Week and Creek Week 2017 WHEREAS, throughout the United States the week starting on the third Monday of September is recognized as National Pollution Prevention Week; and WHEREAS, throughout much of California, including the Russian River watershed, cities, counties and other stewardship organizations are recognizing the third week of September as Creek Week; and WHEREAS, our pollution prevention practices are intrinsically linked to the health of our watershed lands and waterways; and WHEREAS, the City of Ukiah supports programs to reduce pollution, to increase the environmental quality of our watershed lands and waterways, and to provide our communities with the knowledge to be effective stewards of the Russian River watershed lands and waterways; and WHEREAS, the nearly 1,500 square miles of lands, 238 creeks, and approximately 360,000 residents of the Russian River watershed are connected and mutually support each other; and WHEREAS, the Russian River along with its tributaries and associated features are important resources to the people of Ukiah, Mendocino County, and Sonoma County; and WHEREAS, pollution in the form of trash and debris, chemicals from industry and everyday living, and sediment from construction and many land uses and activities all have the potential to degrade the quality of life and the quality of resources within the Russian River watershed; and WHEREAS, the City of Ukiah through its Stormwater Management Program strives to protect its lands and waterways through ongoing pollution prevention outreach which aims to raise awareness of the harmful effects of pollutants to our natural systems; and WHEREAS, during Pollution Prevention Week and Creek Week, creek, river, and ocean clean-up campaigns will take place throughout Mendocino and Sonoma Counties; and WHEREAS, in the City of Ukiah, our community is supporting Creek Week by sponsoring the Gibson Creek Clean-up on September 16, 2017, registration is at Oak Manor Park beginning at 9:00 am. NOW, THEREFORE, BE IT RESOLVED, that I, Jim O. Brown, Mayor, with my fellow Ukiah City Council members Kevin Doble, Douglas F. Crane, Stephen G. Scalmanini, and Maureen Mulheren, and do hereby proclaim that September 18-24, 2017 is Pollution Prevention Week and September 16-24, 2017 is Creek Week in the City of Ukiah, and ask all members of our community to support efforts to protect and enrich our watershed health by taking active steps to reduce pollution and care for our environment throughout the year. Signed and sealed,this 6th day of September,in the year Two Thousand Seventeen. Jim O. Brown, Mayor 2 Correspondence Received ''))`' li il ) ,100 .ved - Deborah Edelman H+ { ,.),' , ,11, ti'p 1000 , , 1 o4 , w , , \\ , , ,,. \I:01,, , 116 10,,,,,,,,, t\ 4 r„,1',4\ .,, v)41\1\ ,\I ,'`) I'ktill'I','"',,', f 1 \ \ \\t4 ,iilio \ 1)04 ,i,,,,,\, 11,14,1,„ ,,,,),k( \or vt 61,9 , ,,,,,,,, 0, ,,,,,, ,„, ,,,I*00,101i,,,, , Ili,14,111, 141 ,111111111'c '`I 11) )°;110, Y,,41,1,,m,'I'im,ffil,i,,,i ',v,i,21'''''Ii)•,'Iid},''ih"( ',,I111,11I'lliiiff.'lfri).,'14),,;?,/1„( ,1m,) ns,, $)1 wok es ver Clean s I Help Keep Our Creeks and !li ,, o 1001111.,,„,„1„1,,,), 1 „II „I 0 d010011 A 01 ,1111,t,,011,1 Il I #111111111,111 11101,0101111 41111111 II IN1111101111111114, 001111141IN, , 0000 111111 ' 111 11 1 1 1000111 1110,1111[1111111110001,11111116% '1111111 1111111 Ill 1 1'0in:111111)1 000411 \'I'1 1 11111 I oolh I 'tO\ *11111'111111111 ii, III I 11 1 1 1111 111 11111 lo I 1111001101111111 4111111 11 1 ,1 ifilloolpIr It'1,,i,,\o'111101N11111111111011111111111111111110010000000111000001101000001i,NINIFININNOR,11 I 1111' #', I)'. I I II 10001100111111 , 11,11111,111 :1'ill 111111111 II 1111111111111111111111111111111111iiiill$1161fill1111111111 1111011g 1111110000000001110000111111111111110111111111111111111111111111')7 pli! 1,iiii,,,A 1101'1 1,',VIII'011111111111111111111V1111111111P1111 l Dill orh it 11111 111 1 '1111 111111,17?0',,'''' 'fill10111111111100V110011100,10010000,00,111 01 a g It IIIIh Ill ',1111001111110111111111111111111111110,111171 0111106 05 ,001111 I I I 1 11' h 11111V, II j 1 '1' 1111111fil 10111110111111101 ll,i('j II' '" ' 1 IR 1 lio M 'Inj 1111111111)1111I, 11111° 011111;111 0111 111 1°1111111 0111, 1 1 111 11111.0111 ,h III I VilhiPAII0(10 111110000 1 0000110111 ,110111140 IIII 11 I 1 111111 1°111 I II III 11 10011101111111410 T I I 1 1101 „000,1„,,,00,4,..00,0.0T111,0„;111,„ 000' 1 0 00 0, 1 0 I I' 1 001, 111, 11,11,00,11,11,11, 01111„ 11 0 1001 1000110e1101 1 1 11 11111 10100 100 1 1111111 'I 1 00 100 100,0„,„0,01, 0t1,11,11,10,104, 00,,,,,, „ 1 E°0 , 11 1000,10,01001„10001110010„ ii3O 0,,,,,,000010hooloodogoolo 1000 1 1 1 , 0 „ • " 1 01011 100,000,7110000010010000000,0100„10,0000,0 001,00„,'',0°,0,„000',00;04i,,,,,,,,,,0,1„,,„000„,,,,,, 1,00001,110 11 11 101 , 0,000,,,0,0,110i0 1, 400 0°°°°10 000 ,Itow0, 00 "'"„,,,I 0000 000,10)111101of 0, °000,0i010,I 0 00100,00,101p1100000i0000000000010,00,11,0'001 1 1 op 0001110000010,10,000000Pr 00°' ,1 000,0, '00,„000410°0000\0,0000,'/01 ,0,00 k, 100„00000 1000000°'1000,0 00000 1141,1'0 00101 01 ° ' il 1 iii 000, 40000,0,°',,,,it,4,00'i,0100,0 0 ',00„ow' 0 0 poll 011 0000.'101010 0 1, , 1 01 0 100 01, 110001 1,000000J000000,00100000100,0111111110 00000: 00000 T '111111111111'14 )'1111111i1111 lihilliiiiiiiiiidh""IIIIII111111,11,1111111,111001111111111111111100011,1 1 1001111111111011111111000r1,11111,0010,11001 01001, 100111110001 1,1,1,1 11,1111101111111,011hg 1111 IIIIIIIIII100011111 P,' ill onouluoullIIIIINIVIVIVIIIIIIIIIIIIIHoovv00110,00 1 1001111101 volvolvii 01111111110111100,10,11 1,11,11, 111111 „II III ,, 11,,,,1100001,010hoo ilhohoo 1,1010011100 ilm,;;,111111000,1041111000000001000ouloolohl X',40 %loll 000,1, II il iii low II I'll 1111111 11111111111111111111011 01111111 11 I 111 II IleRIVIIIIIIIIlleirolill:11111111111 fil 1 ,,,h'il Ihr 1 1 11 11 1 111111 1111110 ,111,,,, 1 111111111111111 d I 1111111 11 1111 1"411' j 1111 11111111111111111 1111'1,11 1,11,it11,11,111,11111111III111101010000010000000010000000111100o00000110100011111110 hh°41h 11'1411141111 1 thhoo101111111100 11,1,001;114111100001000000°°°11°°°1 00000000010111110° 11,, th 0400100,h11010,, 1411111 11111111 °r11' h110010hooloo411111111111110101 1 1111111111111111 f 1 l' 111,11,1,0 I 1 , ,,, I h h hih Ilit 10iN4i010iill 0011,4 r Ill 'Plqm I 1,, IM1111111 , 1,1 1,11 I 111,11,0,,k,I I,k1,,11,1)1) 1 tr II/ ,, 1,,,,,,,,L4, 'I ' ' 4). A Ihl 'i W h II li, 1 eh (157' ',00,:0;;iii 1 '"1 1 i it 6 izo ikat)° 1 Two Locations: Oak Manor Park, Ukiah or Valley Redwood I Bar & Grill, 6951 East Rd. ,,4,11,4,111i' L, McCarty's $$..„„,„„010,1011,000 11401 l‘kl $1i1 lrcr 1 Ilijii 14 iikl‘i°101',11h,q,i1,,1 411'h /, ,41ic h \4 \' 1001 010 I h IhIll ) 1,1111f1111!\111111\51111r1" roll'4"::'1,1111iilln,h'h'il,',11,1ill'''',C;16 V°,11./,j1:''V,,,),,,,iihi'0111101001i0h10,010,1,01c0i011,1011 0 1!IV L11,,,11,,,,E,,,,,/,'1h (I, ,th 4 hhh Ihph hlik,h11,111"1511101,11ilil,A 1 ,,,4 1 L 1 h,,,V,,,,01',11t114,011,'hN1,11‘v'*);‘hill'1,'0411111111h21,1,IroL4,4,,,,,h1,44hi10,1A 1,i0,110,1111,1114,1u4c 4,,,irtl hlidil.t,',,h,ro'k Ili,,, ,0•0,00 , 01,0 0,, $$ 0,0,00$00,10,000001,11$01001.1001,,010000 0,0,00 ,,,, ,, ,, , 01, 0 0°1101 0001 100,111,100001000000000,0,10001000 0001 1 00,1y00•00,4,0,00001001111,0'100000''''0'11°°:,1;\'00100'00 ,001."ff0,01 00110110q 0,°NH 00 Ill 00 0! \ \"" °‘01"0014,00,00000 11,,,,,,m, ‘,„„f;;;„111,1,11„ , m , „„,, ,,111;,1111,1001,11‘m;11111111101, , I,!, 1,„oo)01)0000N4 101 ,) 1 o,j r lioNoN"1 IN )$o),',''No j o"i00001111] I loop,,Ito) \' '111111111111111.)1 '1115' ' l'''''°Ilitm 1r11111111)1111 olloo10111,11 1 11101 )1 I''i'l liolgoll'f I'IoL.ol l'O'y))), N)11 ',N)1„1)Ylol''''1 ,,i,\Ii[akil,/,,,,,oli;I ly 1 ; 11,111; 1,4111 1 ,\k‘ ',to \\'\\ii,i''''Slolp,i'llii,,,t11,1111 14 111,4'11,r0;°,1'.ii41,r,'„t,01'1,,i,1.;T'FI',(l'Il'1 1rrI°hi I,!fi,11',1,1161,1000,1,krri10,, ig, 1 !')f)',11111)0itl't 01111111KUN 0 ,1) )„\ '1'1111141':1111111".°11'1'l'Ii l''I. ill v111(Ll'Itlil(!1111111J17;%1112.15tvguitfqiipilk„? , '''' :1''''ill l'i'lyi °11'l'irrp *711111111111111111110111111 I I 1 Ill Olt ki111,11,4,1$1114,,!, li, 0 ,64,611, *,,,h'frov,,',ArrOiomc ohNi Ilh 1111111p111,1,00001 ,„0,,,,,,,,0110r,,,,„,„„00•00,4 t1,100 , ,0 0 100 1 0$0 i00,‘$,ou„/0,4411 ts go tAti) ,,q, IN IN11111111111111 111111110111 00 „ip,,F,HRI 1 ,- 4 II 1 61 ' '''''' ' O IN 1110i0111\1 Notti)illik%t 1. ‘o 111110.4m,O ooN1L,I ei;,..0 do:11,,oi(t o t 1)9 rkroi,o,Nkoolivoitil i%la , , 1 N MI I)oNNIINI MN olo1)).I 0)i 01101 t 1 i N? , (, 1'N1;,1I1 fN^u,\))I"IiIIIiI,,III 10,01IIIIIIIIIIIIIIIIIIIII ("^"'"" 0 c I.' o (-„ ( )1 n i y IN RUSSIA t( , )11 ,' (' )ns( l , tOn 1) strlCi RIVERKEEPER CA ms, ....., Agenda Item No.: 3b MEETING DATE/TIME: 9/6/2017 PEAK ITEM NO: COU-71-2017 City of Ukiah u,uu... ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, AGENDA SUMMARY REPORT SUBJECT: Status Report, Discussion and Possible Action Regarding the Ukiah Valley Sanitation District's Litigation Against the City of Ukiah Related to the Operation of the Sanitary Sewer System. DEPARTMENT: Administration PREPARED BY: Sage Sangiacomo ATTACHMENTS: UVSD Litigation Update Box Files location Summary: Staff will provide the latest status report on the Ukiah Valley Sanitation District's Litigation against the City of Ukiah related to the operation of the sanitary sewer system. The City of Ukiah continues to request that the District consider a change in process outside of litigation to resolve the dispute and restore a working relationship, recognizing there is simply too much at stake for the ratepayers, system operations, and the community. Background: Chronological History of Recent Correspondence and Activity: In September 2013, the Ukiah Valley Sanitation District (UVSD)filed a claim for damages with the City, and one month later filed its lawsuit. In its lawsuit, the District seeks damages for alleged breaches of the various agreements between the City and the District related to the operation of the sanitary sewer system, starting with the original 1955 agreement. RECOMMENDED ACTION: Receive status report. If desired, discuss and provide direction to Staff and/or consider any action(s) related to the matter. BUDGET AMENDMENT REQUIRED: No CURRENT BUDGET AMOUNT: N/A PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: N/A Approved: 40, 1 S7 pie Sa 'gi omo, City Manager The lawsuit will have significant adverse financial impacts to both agencies, as well as the ratepayers and the community, and the City is seeking an alternative to litigation to resolve this dispute. Attached is the letter that was sent on September 14, 2016, by the City Council to the District Board, formally requesting that the District drop the lawsuit with terms that would allow the District to refile if agreement cannot be reached (UVSD Litigation Update Box File#1), as well as an informational piece that details the background/impacts (UVSD Litigation Update Box File#2). On September 21, 2016, the City Council received a presentation (UVSD Litigation Update Box File#3)from staff that explained the relationship between the two agencies and provided responses to some of the most frequently asked questions about this matter to better inform the public about the consequences of the litigation. This information along with a video link to the September 21st presentation/discussion are accessible at http://www.cityofukiah.com/projects/uvsd-vs-cou/. The UVSD submitted a letter dated September 20, 2016, (UVSD Litigation Update Box File#4)which inaccurately asserts that the City's request is for the District to drop the lawsuit until after the recycled water project funding is received. In fact, the City's request is for the District to dismiss its lawsuit and that the City and District devote their time, money and resources to solving the costly issues confronting the sewer system and improving their working relationship. The City's goal is to eliminate the lawsuit altogether. The City has offered to include terms that would allow the District to refile the lawsuit if the parties fail to reach agreement, but the City never suggested that the District would simply refile the lawsuit once State funding was obtained. Also, the City never suggested that dismissing the lawsuit is all that would be necessary to obtain State funding. In addition to dismissal of the lawsuit, there would have to be an agreement between the City and the District regarding the recycled water project that would satisfy the State Water Resources Control Board. At the conclusion of the September 21st discussion, the Council directed the City Manager to contact the UVSD District Manager to explore possible alternatives. The City Manager attempted to contact the District Manager by email, but due to a reported medical leave, Mr. McMichael was not available to provide a timely/detailed response. On October 5th, the City Attorney received an email correspondence from Duncan James (Attorney representing the District) responding to the City Manager's email to Mr. McMichael. Mr. James indicated in the email that the District had accepted the City's request to meet and formed a committee consisting of Frank McMichael, District Manager; Jim Ronco, Board Chair; Bob Page, Board Member; and legal counsel. The City Manager issued a supplemental memo to the City Council for the October 5th City Council meeting regarding this email exchange and included a recommendation to Council for the formation of a City Council ad hoc committee to meet with the District (UVSD Litigation Update Box File#5). At the City Council meeting, Mr. Doug Losak with the Law Offices of Duncan James delivered and read aloud a letter containing some additional allegations, but in the end, agreed to meet with the City. The City Council formed an ad hoc committee consisting of Councilmembers Crane and Doble. The City immediately made efforts to schedule the first meeting between the District's committee and the City's ad hoc. At the October 19, 2016, meeting, the City Council discussed the latest correspondence from the District including the District's request to hold the ad hoc meetings in private and require the City to consent to a confidentiality agreement. The City Manager provided the Council with the correspondence to date from the District regarding the confidentiality condition (UVSD Litigation Update Box File#6)for consideration. At the time of the meeting, the District had not provided a draft of the proposed confidentiality agreement. By consensus, the City Council continued to object to private meetings that do not provide the public with the opportunity to be informed. However, the City Council did direct the ad hoc to meet with the District's ad hoc to discuss the process for such meetings and report back to the City Council at its regular meeting on November 2, 2016. Prior to the ad hoc meeting, the City Attorney received a letter from Duncan James' Office regarding the District's request for a confidentiality agreement for the ad hoc meetings along with a draft of the agreement (UVSD Litigation Update Box File#7). The City Attorney issued a response (UVSD Litigation Update Box File #8) indicating that such agreement would need to be discussed at the first joint ad hoc meeting and ultimately 2 2 considered by the City Council. In addition, the City Council received correspondence from the District Manager related to the recycled water project dated October 21st (UVSD Litigation Update Box File#9). Most of the questions referenced in the letter had already been either answered or provided to the District. Nonetheless, City staff welcomed the dialogue and discussion in a sincere effort to move this critical project forward. Staff provided a response to the District Manager on October 27, 2016 (UVSD Litigation Update Box File#10). On October 28, 2016, the City's ad hoc met with the District's ad hoc. At the meeting, the District presented the City with a take-it-or-leave-it condition imposing confidentiality on the ad hoc discussions. On November 2nd and 4th, the City Council considered the District's confidentiality condition on the ad hoc discussions and approved a letter (UVSD Litigation Update Box File#11) that confirmed agreement to the condition if the District Board would agree to either stay further proceedings in the lawsuit or dismiss the lawsuit without prejudice. The City's proposal, if accepted, would halt the costly litigation fees currently being incurred by both agencies, but would not preclude the District from terminating the stay or refiling the lawsuit if the District wasn't satisfied with the discussions/negotiations. The District issued a response to the City's proposal on November 8, 2016 (UVSD Litigation Update Box File#12) that continues to impose a confidentiality condition on the joint ad hoc meetings. The District further stated "the lawsuit needs to otherwise remain in motion" except to provide a limitation on any discovery requests for a period of 4 weeks. It's important to note that the District's legal team has predominately utilized the Public Information Act (PRA) rather than formal discovery to obtain information. Because the City of Ukiah is a public agency, the District's attorneys have used the PRA process to obtain information, which does not require the District to justify its requests by showing how they are relevant to the issues in the case. In a typical lawsuit, the discovery process is used to obtain documents and is overseen and controlled by the court to prevent burdensome or oppressive requests. The City continues to expense a tremendous amount of staff resources responding to the District's PRA requests for information dating back to 1955. To date, the District has submitted over 41 requests (with multiple parts) under the PRA process. The City has diligently been responding to the requests for the past 12 months. Suspension of the formal discovery process will not prevent the continued practice by the District nor will it limit the escalating litigation expenses during this proposed period. With regard to the recycled water project, the City received additional correspondence from the District Manager indicating the need for more information (UVSD Litigation Update Box File#13). However, the correspondence did not identify any specific questions or information that had not otherwise been provided. The City Manager issued a response on November 15th (UVSD Litigation Update Box File#14) and included a BOX link to all relevant information on the recycled water project (https://cityofukiah.box.com/v/uvsdpointsofinterest). Most, if not all, of the information and/or documents have already been provided to the District. Furthermore, the City Manager requested a determination from the District regarding its position on the project and offered to provide any other information and/or presentations that would be necessary for a determination. On November 16th, the City Council instructed the City Attorney to contact the lawyers for the Ukiah Valley Sanitation District to work out the details for mediating the outstanding disputes including selecting a mediator. Furthermore, and as a first step in the mediation, the City Council requested the District to provide a detailed written response and any counter proposals to the City's written proposal that was submitted to the District in March 2014, during the original mediation between the City and the District. On November 17th, the City Attorney sent correspondence to the UVSD's lawyer to initiate mediation as directed (UVSD Litigation Update Box File#15). As of the publication of the report for the December 7th City Council meeting, the District had not responded. Additional correspondence between the City and District had also been exchanged related to the recycled water project (UVSD Litigation Update Box File#16 &#17). Despite continued attempts to engage and provide the 3 3 District with information, the District had yet to conclude that the recycled water project is the superior alternative of disposing treated wastewater. In an effort to bring this item to a conclusion, the City Manager proposed in a December 1st correspondence to the District Manager a joint meeting between the City Council and the District Board to discuss and resolve any remaining questions/issues related to the project. As of the publication of the report for the December 7th City Council meeting, the District had not responded. Related to the Fiscal Year 16/17 Budget, the District has not yet identified the District's timeline for their previously identified budget review process that reportedly extends through various staff, committee and District Board stages before a final joint meeting with the City can be scheduled. The previously approved continuing resolution for the budget was scheduled to expire on December 31, 2016. The City had made inquiries as to the District's progress and anticipated review timeline (UVSD Litigation Update Box File#18). Staff recognized some level of District review was underway given recent engagement (since November 11th) on the budget, but the District Manager had not provided a timeline for completion of their review and/or indicated readiness for a joint budget meeting. As of the publication of the report for the December 7th City Council meeting, the District had not responded. At the December 7th City Council meeting, the Council adopted a resolution to secure funding for the construction of the recycled water system using water revenues as an alternate to the City's wastewater revenues. While this was a less desirable option for securing project funding, it was considered a better alternative to losing the project funds altogether. The Ukiah Valley Sanitation District's lawsuit remains the only impediment to securing project funding with the wastewater revenues, given the City must be able to demonstrate to the State an unconstrained revenue source to guarantee repayment of the loan funds. City staff reported that they were vetting the details of the water revenue alternative with the State Water Resources Control Board. The UVSD continued to be unresponsive to the City Manager's proposal for a joint meeting between the City Council and the District Board to discuss and resolve any remaining questions/issues related to the recycled water project. Related to the Fiscal Year 16/17 Budget, the City Council and the District Board approved a continuing budget resolution at their respective meetings on December 7th and December 27th. The City's continuing resolution was set to expire on January 18, 2017, unless otherwise extended. The City requested a joint meeting with the District Board prior to the expiration of the resolution. While the District had taken action to extend the continuing resolution beyond December 31, 2016, it had yet to identify a timeline for the completion of its budget review or response to the City's request for a joint meeting. At the January 4, 2017, City Council meeting, the City Manager and staff reported that terms for mediation continue to be discussed and the District had not responded to the City's requests for a joint meeting on the Fiscal Year 16/17 budget or the recycled water project. It was further reported that the City received a notice from the District Chair related to communication in the absence of the District Manager due to an extended medical leave (UVSD Litigation Update Box File#19). At the January 18, 2017, City Council meeting, the City Manager and staff reported that terms for mediation continue to be discussed and the District had not responded to the City's continued requests for a joint meeting on the Fiscal Year 16/17 budget or the recycled water project. Development of the City's wastewater operating budget is a joint process between the City and the Ukiah Valley Sanitation District (UVSD). The process had been delayed significantly despite efforts by the City to move it forward expeditiously. In the interim, the City had been operating its wastewater enterprise on a continuing resolution, carrying forward the adopted appropriations from Fiscal Year 2015-16. At its meeting of December 7, 2016, the City Council determined that continuing to do so impeded its ability to effectively, efficiently, and responsibly provide wastewater services to the citizens of Ukiah and the UVSD and voted to move the budget process forward with its consideration and potential adoption at its regularly scheduled meeting on January 18, 2017. The City notified UVSD of its intentions and again called on it to schedule a meeting with the City Council 4 4 to complete the budget review process. As of the January 18th City Council meeting, the UVSD continued to be unresponsive to the requests to meet. As such, the City Council unilaterally considered and approved the FY 16-17 Wastewater Budget (UVSD Litigation Update Box File#20). At the February 1, 2017, City Council meeting, the City Manager and staff reported that terms for mediation continue to be discussed with a location and mediator agreed to, but a date not finalized. Furthermore, the District had not responded to the City's continued requests for a joint meeting on the Fiscal Year 16/17 budget or the recycled water project. At the February 15, 2017, City Council meeting, the City Attorney reported that a date (May 11th) had been finalized for the first session of mediation. In addition, the City had accepted the District's conditions that the mediation be subject to a confidentiality agreement in addition to the Evidence Code mediation privilege and to conduct the mediation in Santa Rosa using a mediator from the Judicial Arbitration and Mediation Service (JAMS). The City Manager also reported the District had not responded to the City's continued requests for a joint meeting on the Fiscal Year 16/17 budget or the recycled water project. At the March 1, 2017, City Council Meeting, the City Manager reported that the District remains nonresponsive to the requests for a joint meeting on the Fiscal Year 16/17 budget and recycled water project. At the March 15, 2017, City Council Meeting, the City Manager reported the District continues to remain nonresponsive to the City's requests for a joint meeting on the Fiscal Year 16/17 budget and recycled water project. The City Manager also reported that District Manager McMichael had responded to the City's request for a staff meeting to prepare the bid package to rebid the installation of the barscreen at the Wastewater Treatment Plant as previously directed by the City Council and District Board. The barscreen meeting took place on the morning of March 15th. At the April 5, 2017, City Council Meeting, the City Manager reported that the District continues to remain nonresponsive to the City's requests for a joint meeting on the Fiscal Year 16/17 budget and recycled water project. At the District's March 16, 2017 Board meeting, the City Manager reiterated the City's request for the joint meeting during public comment on non-agenda items. In addition, the City continues to be available and responsive to budget and billing inquiries from Mr. Dickerson and public information requests from the District's legal counsel, although none have been received in the past two weeks. At the April 19, 2017, City Council Meeting, the City Manager reported that the District continues to remain nonresponsive to the City's requests for a joint meeting on the Fiscal Year 16/17 budget and recycled water project. In addition, the City has provided the District with a timeline for the City's proposed FY 17-18 Budget process and has sought input on how/when the District would prefer to coordinate the development and joint review of next year's FY 17-18 wastewater budget (UVSD Litigation Update Box File#21). At the May 3, 2017, City Council Meeting, the City Manager reported that the UVSD continues to be nonresponsive to the City's ongoing requests for a joint meeting on the FY 16-17 Budget and recycled water project. In addition, the District has been nonresponsive to the City's request to engage in the development and joint review of the FY 17-18 wastewater budget. Furthermore, it was reported that the District was unwilling to provide details related to the maintenance of customer billing accounts as demonstrated by the District's refusal to share refund calculations and methodology related to a sizable refund reportedly authorized by the District at their January 19, 2017, board meeting. Given the District's uncooperative approach regarding account information through customary administrative communication, the City was forced to seek the information through a Public Records Act (PRA) request. Since the May 3rd meeting, the District has provided a response to the PRA request which is currently being reviewed by City staff. At the May 17, 2017, City Council Meeting, the City Manager reported that mediation regarding the litigation resumed on May 11, 2017, and continues with the efforts remaining confidential due to the rules established for the meetings. In addition, the District remains nonresponsive to the City's ongoing request for a joint meeting 5 5 on the FY 16-17 budget and recycled water project. The District also continues to be nonresponsive to the City's numerous requests for engagement in the development and joint review of the FY 17-18 wastewater budget. Correspondence has been sent to the District detailing the budget development schedule and budget related items on the City Council's agenda, inclusive of the following dates: • March 13-17: Budget Training in Munis • March 20-31: First-round budget meetings • March 31: Deadline for personnel requests for budget • Friday April 7: Budget entry due. Budget will be locked to departments to allow for further processing and analysis by Finance • April 17-28: Second-round budget meetings • Wednesday, May 17: Budget 101 with Council • May 19: Comment period on budget document closes • June 7: First budget hearing and workshop with Council • June 14: Final budget hearing with Council and adoption (tentative) At the June 7, 2017, City Council Meeting, the City Manager reported the District continues to be nonresponsive to the City's request for a joint meeting regarding the current year budget, the recycled water project and the development of next fiscal year's budget. The City Attorney also reported that the mediation process is ongoing. At the June 21, 2017, City Council Meeting, the City Manager again reported that the District continues to be unresponsive to the City's request for a joint meeting regarding the current year budget, the recycled water project and the development of next fiscal year's budget. In addition, Director White has sent correspondence to the District regarding the need for joint approval of the barscreen installation bid, given the $100,000 Participation Agreement threshold for capital items. The City Council considered and approved the item at the June 21st meeting, but the District will need to approve the project if it is to proceed. At the July 5, 2017, City Council meeting, the City Manager again reported that the District continues to be unresponsive to the City's request for a joint meeting regarding the current year budget, the recycled water project and the development of next fiscal year's budget. Given the continued lack of response from the District, the City Council, at its meeting of June 21, 2017, approved the Fiscal Year 17-18 budget inclusive of the budget for wastewater. The City continues to seek cooperation from the District, but delaying approval of the budget impedes the City's ability to effectively, efficiently, and responsibly provide wastewater services to the citizens of Ukiah and the UVSD. In addition, the District had not yet considered the barscreen installation bid which requires joint approval. Director White has sent correspondence to the District regarding the need for joint approval of the barscreen installation bid, given the $100,000 Participation Agreement threshold for capital items. The City Council considered and approved the item at the June 21st meeting, but the District will need to approve the project if it is to proceed. The City Manager also reported the second mediation date is scheduled for July 14, 2017. Furthermore, UVSD Director Marshall has contacted the City requesting a tour be scheduled for the District's new interim manager. The City is responding to coordinate the request. At the July 19, 2017, City Council meeting, the City Manager again reported that the District continues to be unresponsive to the City's request for a joint meeting regarding the Fiscal Year 16-17 budget, 17-18 budget, and the recycled water project. In addition, a tour of the Wastewater Treatment Plant was given to the new District Manager and UVSD Board Member Marshall. Mediation meetings continue, but no public reports are available. The candidate filing period for 3 of the 5 District Board seats for the November 7th Election is open from July 17 -August 11. 6 6 At the August 2nd, 2017, City Council meeting, the City Manager again reported that the District continues to be unresponsive to the City's request for a joint meeting regarding the Fiscal Year 16-17 budget, 17-18 budget, and the recycled water project. City representatives attended the UVSD Board Meeting on July 20, 2017, and again requested cooperation from the District. Regarding the barscreen rebid, the City Manager reported: On June 21st, the City Council approved the award of contract to Fort Bragg Electric for the installation of a barscreen at the Wastewater Treatment Plant. The award was contingent upon the District taking corresponding action of which they were informed. Due to an extended delay and no response from the UVSD, the City requested an extension of the expiring bid from the contractor to afford the District additional time to take action. The District approved the contract at its July 20, 2017, Board Meeting and the project will proceed. Regarding the litigation Impact, the City Manager reported: Staff completed an updated estimate of legal related expenses associated with the Ukiah Valley Sanitation District. Estimates demonstrated that the Ukiah Valley Sanitation District is closing in on $4 million dollars of legal related expenses with over$3.3 million directly paid to the Law Offices of Duncan James (UVSD Litigation Update Box File#22). In defense of the District's legal actions, the City has expended approximately$814,000. On a cost per account base evaluation, this equates to $1,225.55 per District customer account and $207.39 per City customer account. At the August 16, 2017, City Council meeting, the City Manager again reported that the District continues to be unresponsive to the City's request for a joint meeting regarding the Fiscal Year 16-17 budget, 17-18 budget, and the recycled water project. However, discussions related to mediation continue. Furthermore, City representatives continue to attend the UVSD Board Meetings in an effort to seek an improved working relationship. Discussion:At the September 6th City Council meeting, Staff will provide the latest status report on issues related to the operation of the sanitary sewer system. Mediation: Representatives of the City of Ukiah and the Ukiah Valley Sanitation District continue to have meetings associated with the mediation process. Because of the confidential nature of mediations, the parties cannot reveal any further information about the mediation. Budgets and Recycled Water Project: The City of Ukiah continues to seek cooperation from the UVSD to jointly approve budgets and review the recycled water project. The District remains unresponsive to the City's request to meet on these matters. Administrative Meeting: The City Manager and Joe Tait, the new District Manager had a meeting on August 24, 2017. While the meeting was an initial meet and greet, both Mr. Tait and the City Manager expressed a desire to improve the working relationship between the two agencies. Earlier in the week, Mr. Tait also met with engineering staff to review operational processes and procedures. UVSD Funds Request: The City responded to the District's request for a draw on available, unencumbered District funds held by the City in the amount of$4,544,482. Pursuant to the Participation Agreement, as amended and the Financing Agreement between the City of Ukiah and the Ukiah Valley Sanitation District, the City issued a check on August 30, 2017, per the District's final instructions received on that same day. The Council may elect to discuss the matter further and, if desired, provide direction to Staff and/or consider any related action(s). As part of this agenda item, the Council does not intend to consult with legal counsel regarding the litigation itself and does not intend to waive evidentiary privileges for attorney-client communication or attorney work product. 7 7 UVSD Litigation Update Box Files located at: http s t aro ki a h box co miv/U VS I:")lit II at ioniU dates 8 Agenda Item No.: 5a MEETING DATE/TIME: 9/6/2017 y/ PEAK ITEM NO: COU-121-2017 City of Ukiah YOU AGENDA SUMMARY REPORT SUBJECT: Minutes of August 16, 2017, a Regular Meeting. DEPARTMENT: City Clerk PREPARED BY: Kristine Lawler ATTACHMENTS: 2017-09-06 05a 2017-08-16 00 Minutes DRAFT.pdf Summary: Approve Minutes of August 16, 2017, a Regular Meeting, as submitted (Attachment 1). Background: N/A Discussion: N/A RECOMMENDED ACTION: Approve Minutes of August 16, 2017, a Regular Meeting, as submitted. BUDGET AMENDMENT REQUIRED: No CURRENT BUDGET AMOUNT: N/A PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: N/A Approved: S7e Sa gi omo, City Manager Attachment 1 CITY OF UKIAH CITY COUNCIL MINUTES Regular Meeting CIVIC CENTER COUNCIL CHAMBERS 300 Seminary Avenue Ukiah, CA 95482 August 16, 2017 6:00 p.m. 1. ROLL CALL 2. PLEDGE OF ALLEGIANCE Ukiah City Council met at a Regular Meeting on August 16, 2017, having been legally noticed on August 11, 2017. Mayor Brown called the meeting to order at 6:00 p.m. Roll was taken with the following Councilmembers Present: Stephen G. Scalmanini, Douglas F. Crane, Maureen Mulheren, Kevin Doble, and Jim O. Brown. Staff Present: Sage Sangiacomo, City Manager; David Rapport, City Attorney; and Kristine Lawler, City Clerk. MAYOR BROWN PRESIDING. The Pledge of Allegiance was led by Kevin Thompson, Planning Manager. 3. PROCLAMATIONS/INTRODUCTIONS/PRESENTATIONS a. Status Report, Discussion and Possible Action Regarding the Ukiah Valley Sanitation District's Litigation Against the City of Ukiah Related to the Operation of the Sanitary Sewer System. Presenter: Sage Sangiacomo, City Manager. 4. PETITIONS AND COMMUNICATIONS 5. APPROVAL OF MINUTES a. Regular Minutes of August 2, 2017, a Regular Meeting Motion/Second: Crane/Mulheren to approve Minutes of August 2, 2017, as submitted. Motion carried by the following roll call votes: AYES: Scalmanini, Crane, Mulheren, Doble, and Brown. NOES: None. ABSENT: None. ABSTAIN: None. 6. RIGHT TO APPEAL DECISION 7. CONSENT CALENDAR a. Approval of Notice of Completion for Airport Avgas Tank Pad and Fueling System Installation Project, Specification No. 17-04 —Airport. b. Authorize City Manager to Assign Current Lease with Feather Lite, Inc. to Aero Composites LLC —Airport. c. Notification of Award of Contract (PO No. 44516) to Family Tree Service, Inc. in the Amount of$19,440 for Tree Trimming on School Street and at the Civic Center—Finance. d. Notification of Software License Renewal for Box, Inc. (PO No. 44793) in the Amount of 2 $23,400 —Finance. Cody uw mull Monudos Ilbr Au uw d: 16, 201 /, Condonuod e. Notification of the Purchase (PO No. 44873) of a Graco Grindlazer and Graco Thermoplastic Line Striper System for the Streets Division in the Amount of $25,771.70 from JN Equipment —Public Works. f. Notification of Two Repair Purchases (PO No. 44827 and PO No. 44936 ) from Vaughn's Industrial Repair for a Total Amount of $39,318.20 for the Open, Inspection, and Rebuild of Two 10" Vertical Turbine Solids Handling Pumps for the Wastewater Treatment Plant Influent Pump Station and Approve Staff to Authorize Additional Repairs, if Needed — Public Works. g. Notification of Purchase (PO No. 44914)of a Replacement Pump from Muniquip in the Amount of $29,715,76 for the Grit Removal System at the Wastewater Treatment Plant — Water Resources. h. Notification of the Acquisition of Professional Services (COU No. 1617-214)from Larry Walker and Associates for Technical Assistance to Prepare the Permit for Operation of the Recycled Water System in the Amount of$19,975— Water Resources. i. Report to City Council Regarding the Contract (COU No. 1617-200)for Professional Services with the North Bay Professional Officials Association (NBPO)for Adult Basketball Referees — Community Services. 7.j. Notification of Purchase (PO No. 44822) for a Replacement Heating, Ventilation, and Air Conditioning System (HVAC)for the Ukiah Police Department from Intercounty Mechanical & Electrical in the Amount of$20,500 — Community Services. k. Adoption of Resolution (2017-40) Authorizing Contract Amendment (COU No. 1314-097-A1) with MuniServices to Provide Sales Tax Examination and Analysis for Measure Y—Finance. Motion/Second: Crane/Mulheren to approve to approve Consent Calendar Items 7a-k, as submitted. Motion carried by the following roll call votes: AYES: Scalmanini, Crane, Mulheren, Doble, and Brown. NOES: None. ABSENT: None. ABSTAIN: None. 8. AUDIENCE COMMENTS ON NON-AGENDA ITEMS Public Comment: Tom Fletcher— sign at 1080 N State St.; Tim Schmadeke—Costco appeal; Don Crawford —Costco appeal; Ed Hanes — homeless shelter; and Phil Baldwin — recreational vehicle camping, sign ordinance, Costco; James Green —Costco. 9. COUNCIL REPORTS No report was given. 10. CITY MANAGER/CITY CLERK REPORTS No report was given. 11. PUBLIC HEARINGS (6:15 P.M.) 12. UNFINISHED BUSINESS a. Creation of and Appointment of Two Council Members to a Cost Allocation Plan Ad Hoc Committee. Presenter: Daniel Buffalo, Finance Director 3 Cody uw mull Monudos Ilbr Au uw d: 16, 201 /, Condamod Motion/Second: Mulheren/Crane to appoint Councilmember Crane and Vice Mayor Doble to serve on an ad hoc committee to participate in the guidance of the proposed internal evaluation of the City's cost allocation plan. Motion carried by the following roll call votes: AYES: Scalmanini, Crane, Mulheren, Doble, and Brown. NOES: None. ABSENT: None. ABSTAIN: None. b. Amending Various Sections of the Ukiah City Code to Comply with California Government Code Section 65852.2 Regulating Accessory Dwelling Units. Presenters: Kevin Thompson, Planning Manager and Darcy Vaughn, Assistant City Attorney. Motion/Second: Doble/Mulheren to adopt an ordinance of the City of Ukiah adding and amending various sections of the Ukiah City Code to comply with California Government Code section 65852.2 regulating Accessory Dwelling Units. Motion carried by the following roll call votes: AYES: Crane, Mulheren, Doble, and Brown. NOES: Scalmanini. ABSENT: None. ABSTAIN: None. ORDINANCE NO. 1181 ORDINANCE OF THE CITY COUNCIL OF THE CITY OF UKIAH ADDING AND AMENDING VARIOUS SECTIONS OF THE UKIAH CITY CODE TO COMPLY WITH CALIFORNIA GOVERNMENT CODE SECTION 65852.2 REGULATING ACCESSORY DWELLING UNITS 13. NEW BUSINESS THE CITY COUNCIL ADJOURNED TO CLOSED SESSION AT 6:27 P.M. 14. CLOSED SESSION 15. ADJOURNMENT There being no further business, the meeting adjourned at 7:25 p.m. Kristine Lawler, City Clerk 4 Agenda Item No.: 5b MEETING DATE/TIME: 9/6/2017 PEAK ITEM NO: COU-121-2017 City of Ukiah YOU AGENDA SUMMARY REPORT SUBJECT: Minutes of August 24, 2017, a Special Meeting. DEPARTMENT: City Clerk PREPARED BY: Kristine Lawler ATTACHMENTS: Attachment 1- Minutes of August 24, 2017 Summary: Approve Minutes of August 24, 2017, a Special Meeting, as submitted (Attachment 1). Background: N/A Discussion: N/A RECOMMENDED ACTION: Approve Minutes of August 24, 2017, a Special Meeting, as submitted. BUDGET AMENDMENT REQUIRED: No CURRENT BUDGET AMOUNT: N/A PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: N/A q4. Approved: S7e Sa gi omo, City Manager ATTACHMENT 1 CITY OF UKIAH CITY COUNCIL MINUTES Special Meeting CIVIC CENTER COUNCIL CHAMBER 300 Seminary Avenue Ukiah, CA 95482 August 24, 2017 6:30 p.m. JOINT MEETING WITH THE UKIAH VALLEY FIRE DISTRICT 1. ROLL CALL Ukiah City Council met for a Special Meeting on August 24, 2017, which was legally noticed on August 23, 2017. Mayor Brown called the meeting to order at 6:30 p.m. Roll was taken with the following Councilmembers Present: Stephen G. Scalmanini, Douglas F. Crane, Maureen Mulheren, Kevin Doble, and Mayor Jim 0. Brown. Staff Present: Sage Sangiacomo, City Manager; David Rapport, City Attorney; and Kristine Lawler, City Clerk. Also Present: • Ukiah Valley Fire District (UVFD) - Allen Cherry, Jenifer Bazzani, David B. Haas, Patrick Garrett, and President D. C. Carpenter. • Kirk Thomsen, Interim Fire Chief;James Lance, District Counsel; and Stephanie Abba, UVFD Clerk of the Board. 2. PLEDGE OF ALLEGIANCE The Pledge of Allegiance was led by James Lance, District Counsel. 3. AUDIENCE COMMENTS ON NON-AGENDA ITEMS No public comment was received. 4. NEW BUSINESS a. Authorize by Corresponding Resolution the City of Ukiah Mayor and the Ukiah Valley Fire District President to Execute a Joint Powers Agreement for Shared Management of Fire Services. Presenters: Kirk Thomsen, Interim Fire Chief and Sage Sangiacomo, City Manager. Consensus from both the Ukiah City Council and the Ukiah Valley Fire District to make the following amendments to the agreement: • Page 3 of 7, Section 6, Item B-3: change "its" to "the." • Page 3 of 7, Section 8: strike out "including any such additional agencies." • Page 4 of 7, Section 10, last sentence: change "or as" to "unless." 2 Page 1 of 2 ATTACHMENT 1 • Page 6 of 7, Section 24: strike out entire section due to repetitiveness, and renumber following sections. City Council Motion/Second: Doble/Crane to authorize by resolution (2017-41) the City of Ukiah Mayor to execute a Joint Powers Agreement (COU No. 1718-098) for shared management of fire services as amended. Motion carried by the following roll call votes: AYES: Scalmanini, Crane, Mulheren, Doble, and Brown. NOES: None. ABSENT: None. ABSTAIN: None. UVFD Motion Taken: Motion by Director Cherry, Seconded by Director Bazzani to authorize by resolution the Ukiah Valley Fire District President to execute a Joint Powers Agreement for shared management of fire services as amended. Motion carried by the following roll call votes: AYES: Cherry, Bazzani, Haas, Garrett, and Carpenter. NOES: None. ABSENT: None. ABSTAIN: None. b. Authorize the City Manager and the District President to Open Limited Negotiations and to Negotiate and Execute an Employee Transfer Agreement, Presented in Draft Form. Presenters: Kirk Thomsen, Interim Fire Chief and Sage Sangiacomo, City Manager. City Council Motion/Second: Crane/Doble to authorize the City Manager to open limited negotiations and to negotiate and execute an employee transfer agreement (COU No. 1718-098), presented in draft form. Motion carried by the following roll call votes: AYES: Scalmanini, Crane, Mulheren, Doble, and Brown. NOES: None. ABSENT: None. ABSTAIN: None. UVFD Motion Taken: Motion by Director Cherry, Seconded by Director Garrett to authorize the District President to open limited negotiations and to negotiate and execute an employee transfer agreement, presented in draft form. Motion carried by the following roll call votes: AYES: Cherry, Bazzani, Haas, Garrett, and Carpenter. NOES: None. ABSENT: None. ABSTAIN: None. 5. ADJOURNMENT There being no further business, the meeting adjourned at 7:15 p.m. Kristine Lawler, City Clerk 3 Page 2 of 2 Agenda Item No.: 5c MEETING DATE/TIME: 9/6/2017 PEAK ITEM NO: COU-121-2017 City of Ukiah AGENDA SUMMARY REPORT SUBJECT: Minutes of August 30, 2017, a Special Meeting. DEPARTMENT: City Clerk PREPARED BY: Kristine Lawler ATTACHMENTS: Attachment 1-August 30, 2017, Minutes Summary: Council will consider approving the Minutes of August 30, 2017, a Special Meeting - Housing Workshop, as submitted (Attachment 1). Background: N/A Discussion: N/A RECOMMENDED ACTION: Approve Minutes of August 30, 2017, a Special Meeting, as submitted. BUDGET AMENDMENT REQUIRED: No CURRENT BUDGET AMOUNT: N/A PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: N/A q4. Approved: S7e Sa gi omo, City Manager ATTACHMENT 1 CITY OF UKIAH CITY COUNCIL MINUTES Special Meeting CIVIC CENTER COUNCIL CHAMBERS 300 Seminary Avenue Ukiah, CA 95482 August 30, 2017 5:00 p.m. WORKSHOP ON HOUSING 1. ROLL CALL The Ukiah City Council met for a Special Meeting on August 30, 2017, which was legally noticed on August 25, 2017. The meeting was called to order at 5:03 p.m. Roll was taken with the following Councilmembers Present: Stephen G Scalmanini, Douglas F. Crane, Maureen Mulheren, and Kevin Doble. Absent by Prearrangement: Jim O. Brown. Staff Present: Sage Sangiacomo, City Manager; David Rapport, City Attorney; and Kristine Lawler, City Clerk. VICE MAYOR DOBLE PRESIDING 2. PLEDGE OF ALLEGIANCE The Pledge of Allegiance was led by Kevin Thompson, Planning Manager. 3. AUDIENCE COMMENTS ON NON-AGENDA ITEMS No public comment was received. 4. WORKSHOP a. Housing Workshop - Towards the Development of a Housing Strategy for the City of Ukiah. Presenters: Craig Schlatter, Community Development and Planning Director and Kevin Thompson, Planning Manager. Presentation was received. (PowerPoint Presentation Attached) Public Comment: Pinky Kushner, Michael Pallesen, Linda Sanders, Pinky Kushner, Sage Wolf, Phil Baldwin, Lee Howard, John Johns, Tom Simms, and Ryan LaRue. Council Consensus directs staff to bring back strategies and approaches —starting with the most accessible items -for each of the following: • Creation of Ukiah Housing Trust Fund (UHTF) and Revolving Loan Fund (RLF). • UHTF and RLF guidelines for City Council adoption (with proposed deployment allocations). • Long-term performance and administration procedures as part of UHTF guidelines adoption. • Annual report presentations on UHTF accomplishments. • Zoning ordinances and UCC for housing development regulatory relief; report for Council: o By-right residential uses in other zoning districts. 2 o Reduction of parking and setback requirements. City Council Minutes for .t,igust 30, 2017, Continued: o LID and creation of offsite mitigation bank(s). • Formation and appointment considerations for a Middle Income Citizen Advisory Board. • Innovation Zone for community benefit zoning, as identified by Staff and the Middle Income Citizen Advisory Board. Additional Public Comment: Linda Sanders, Michael Pallesen, Pinky Kushner, and Michael Pallesen (responding to Council). 5. ADJOURNMENT There being no further business, the meeting adjourned at 7:28 p.m. Kristine Lawler, City Clerk 3 Agenda Item No.: 7a MEETING DATE/TIME: 9/6/2017 1,011 PEAK ITEM NO: COU-69-2017 City of Ukiah AGENDA SUMMARY REPORT SUBJECT: Report of Disbursements for the Month of July 2017. DEPARTMENT: Finance PREPARED BY: Dept-line Harris ATTACHMENTS: Attachment 1-July Summary Attachment 2-Account Codes Attachment 3-Object Codes Attachment 4-July 2017 Summary: Payments made during the month of July 2017, are summarized on the Report of Disbursements. Further detail is supplied on the Schedule of Bills, representing the four (4) individual payment cycles within the month. Background:Accounts Payable check numbers (City): 3022651 - 3022726, 3022727 - 3022831, 3022855- 3022962, 3022977 - 3023097 Accounts Payable check numbers (UVFD): 3022832 - 3022854, 3022963 - 3022976 Accounts Payable Wire Transfers: N/A Payroll check numbers: 505012 - 505072, 505073 - 505134 RECOMMENDED ACTION: Approve the Report of Disbursements for the month of July 2017. BUDGET AMENDMENT REQUIRED: No CURRENT BUDGET AMOUNT: N/A PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: N/A Approved: 1 S7 pie Sa 'gi omo, City Manager Payroll manual check numbers: N/A Void check numbers: 3022575, 3021392, 3023002 Discussion: This report is submitted in accordance with Ukiah City Code Division 1, Chapter 7, Article 1. Attachment#1: July 2017 Summary of Disbursements Attachment#2: Account Codes for reference Attachment#3: Object Codes for reference Attachment#4: July 2017 Disbursement Detail 2 2 CITY OF UKIAH Attachment 1 REPORT OF DISBURSEMENTS REGISTER OF PAYROLL AND DEMAND PAYMENTS FOR THE MONTH OF JULY FUNDS: 100 General Fund 5242,329.51 700 Sanitary Disposal Site Fund $720.38_ 105 Measure$General Fund 531 867.19 701 Landfill Corrective Fund 110 Special General Fund 702 Disposal Closure Reserve Fund 201 Worker's Comp Fund $203,184.84 704 Post Closure Fund-Solid Waste $0.00 202 Liability Fund $3,285.96 720 Gotf Fund $350.39 203 Garage Fund $3,746.77 730 Confemence Center Fund $7,096.37 204 Purchasing Fund $1,714.87 750 Visit Ukiah $0.00 205 Billing&Collections Fund $31,875.17 777 Airport Fund $54,458.43 206 Public Safety Dispatch Fund $30,308.54 778 Airport Capital Improvement Fund 207 Payroll Posting Fund $235,543.57 779 Special Aviation Fund 208 Building MaIntenance/Corp Yard Fund $49,979.11 800 Electric Fund $711,930.17 209 IT Fund $9,595.39 801 Electric Capital Reserve Fund $371,886.74 220 Equipment Reserve Fund $40,438.23 803 Lake Mendocino Bond Reserve $1,787.50 250 Special Revenue Fund $442,532.81 805 Street Lighting Fund $12,289.46 251 Special Projects Reserve Fund 806 Public Benefits Fund $28,670.29 300 Park Development Fund 820 Water Fund $93665.38 301 Anton Stadium Fund $0.00 822 Water Capital Improvement Fund $503,873.37 302 Observatory Park Fund 830 Recycled Water Fund $154.19 304 Swimming Pool Fund $0.00 305 Riverside Park Fund $0.00 840 City/District Sewer Fund $184,310.81 306 Skate Park Fund $0.00 841 Sewer Contruction Fund 310 Museum Grants 843 Sewer Capital Fund 311 Alex Rorbaugh Recreation Center Func 523,777.23 900 Special Deposit Trust $28,213.63 312 Downtown Business Improvement Fun( $5,285.52 901 General Service(Accts Racy) $1,174.61 313 LMIFIF Housing Asset Fund 902 U.S.W.Billing&Collection 314 Winter Special Events $98.68 903 Publc Safety-AB 109 50.00 500 2106 Gas Tax Fund 905 Federal Emergency Shelter Grant 501 2107 Gas Tax Fund 905 Mendocino Emergency Service Authority 503 2105 Gas Tax Fund 911 Russian River Watershed Association $161,104.65 505 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 $139,758.17 962 Redevelopment Housing Fund 600 Community Development Bleck Grant 963 Housing Debt $274 925.00 601 EDIFIG 94-333 Revolving Loan 964 RDA Capital Pass-Through 602 Community Development Fund 965 Redevelopment Capital Improvement Fund 603 08-HOME-4688 966 Redevelopment Debt Service 604 CDBG Grant 09-STBG-6417 967 Housing Bond Proceeds 605 11-HOME-7654 Fund 50.00 968 Non-Housing Bond Proceeds 606 CDEG Grant 10-EDEF-7281 969 RDA Obligation Retirement Fund $101.40 607 Prop 84 Grant Fund 6441444 Sewer Capital Projects Fund $81,612.58 609 13-CDBG-8940 915 UVFD $32,573,61 610 City RDA Projects Fund Retainage Withheld $37,937.53 630 Asset Seizure Fund $6,431.00 631 Asset Seizure Fund(Drug/Alwholp 633 H&S Education 11489(B)(2)(A1) 634 Federal Asset Seizure Grants 635 SUP Law Enforcement Service Fund $1,250.00 637 Local Law Enforcement Block Grant 638 Asset Forfeiture 11470.2 H&S 639 Special Revenue-Police $0.00 640 Parking District Fund $675.65 691 Museum Fund $5,525.04 PAYROLL CHECK NUMBERS:505012-505072 TOTAL DEMAND PAYMENTS-NP CHECKS $3,698,039.94 DIRECT DEPOSIT NUMBERS:82546-82782 TOTAL DEMAND PAYMENTS-WIRES*&EFTs $240.00 PAYROLL PERIOD:8/18/17-7/01/17 TOTAL PAYROLL CHECKS&DIRECT DEPOSITS $895,133.99 PAYROLL CHECK NUMBERS:505073-505134 TOTAL PAYROLL EFTS(TAXES,PERS,VENDORS) $550,677.37 DIRECT DEPOSIT NUMBERS:82783-83018 •venom nama(It applicable) PAYROLL PERIOD:7/02117-7/15/17 PAYROLL CHECK NUMBERS: DIRECT DEPOST NUMBERS: PAYROLL PERIOD: VOID CHECK NUMBERS: TOTAL PAYMENTS $5,144,091.30 3022576.31)21392,30231102 MANUAL CHECK NUMBERS: WIRE TRANSFER NUMBERS: CERTIFICATION OF CITY CLERK This register of Payroll'and Demand Payments was duly approved by Me 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 Account Code Summary Attachment 2 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 4 20524412 Water Department- Meter Readers 60517461 First Time Homebuyer Program Account Code Summary Attachment 2 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 5 Object Code Summary Attachment 3 12102 INVENTORY OF SUPPLIES 52526 FRAUD INVEST. ASSESSMENT 12103 STORES PURCHASES 52527 A.D.P. PREMIUM & DEDUCTIBLE 12104 INVENTORY- PURCHASES 52528 LIABILITY INSURANCE 12105 STORES ISSUES 52529 EARTHQUAKE & FLOOD PREMIUMS 51211 PERS UNFUNDED LIABILITY 52530 POLLUTION-ENVIRON INS PREMIUM 51280 OVERTIME/CALLOUT MEALS 52531 UMEMPLOY. INS EXPENSE 51285 CALLOUT MILEAGE REIMBURSEMENTS 52532 SAFETY&TRAINING SUPPORT 52100 CONTRACTED SERVICES 52600 RENT 52107 CONTRACTED SERVICES-EIR 52841 SUCCESSOR AGENCY ADMIN 52108 CONTRACT SERVICES-GPU 54100 SUPPLIES 52110 AMBULANCE BILLING 54101 POSTAGE 52111 MAINT. CONTRCTS- DEFIBRULATOR 54102 SMALL TOOLS 52112 M. S. OVERSIGHT 54105 PHOTOGRAPHIC EXPENSE 52113 PLANNING STUDIES 54106 SPECIALTY SUPPLIES 52114 COMPLIANCE STUDIES 54120 PW-SPECIAL SUPPLIES 52120 LABOR CHARGES FROM OTHER DEPAR 54121 PW-ASPHALT CONCRETE 52130 EDUCATIONAL& MARKETING MATL'S 54122 PW-AGGREGATE BASE 52131 ASSISTANCE TO SENIORS 54123 PW-CRACK SEALANT 52132 EMERGENCY ASSISTANCE 54124 PW-CONCRETE/SUPPLIES 52133 MONTHLY DISCOUNT PROGRAM 54125 PW-TRAFFIC PAINT 52134 CONTRACT ADMINISTRATION 54126 PW-PREMARKS 52135 ENERGY CONSERVATION PROGRAM 54127 PW-SIGN POSTS/SHEETING 52136 PHOTOVOLTAIC RATES/INCENTIVE 54128 PW-COLD PATCH MATERIAL 52137 PUBLIC BENEFITS PROGRAM MGMT 54129 PW-TACK OIL 52138 NCPA PUBLIC BENEFITS PROGRAM 54130 PW-SAFETY 52139 RESEARCH, DEVELOPMENT& DEMO 54131 PW- BARRICADES&CONES 52140 LITIGATION EXPENSES 54160 HR -CITY LIABILITY&CONTRACT 52145 DETACHMENT-SEWER-UVSD 54161 HR - BACKGROUND & PHYSICALS 52150 LEGAL SERVICES/EXPENSES 54162 HR -ADVERTISING 52151 AFLAC& PERS INSUR ADMIN FEES 54163 HR - INTERVIEW SUPPLIES 52170 UKIAH WASTE SOLUTIONS 54164 HR - FORMS&OTHER DIV. EXP. 52171 RESIDENTIAL BILLING CHARGE 54165 HR - NEW EMPLOYEE FINGERPRINT 52172 COMMERCIAL OVERSIGHT FEE 54166 HR - DOT TESTING PROGRAM 52180 SECURITY SERVICES 54167 HR - EMPLOYEE DEVELOPMENT 52301 PROPERTY TAX ADMIN FEE 54168 HR - REMIF SAFETY TRNG &SUPPO 52302 AMBULANCE FEES 54201 PRISONER EXPENSE 52303 REHIT SUPPORT 54202 MAJOR CRIME INVETIGATIONS 52304 LAFCO FEES AND PROP TAX EXP 54320 SOFTWARE 52500 TRUSTEE FEES 55100 TELEPHONE 52510 ADVERTISING & PROMOTION 55200 PG&E 52515 ADVERTISING & PUBLICATION 55210 UTILITIES 52521 LIABILITY INSURANCE PREMIUM 56100 VEHICLE & EQUIPMENT MAINT. & R 52522 LIABILITY INSURANCE DEDUCT 56110 CITY GARAGE - PARTS 52523 BOILER/MACHINERY PREMIUMS 56111 CITY GARAGE - LABOR 52524 PROPERTY INSURANCE 56112 EQUIPMENT PARTS FOR RESALE 6 52525 WORKER'S COMP. EXPENSE 56120 EQUIPMENT MAINTENANCE& REPAIR 56121 R& M RADIO EQUIPMENT 80235 SYSTEM MAINTENANCE 56122 R& M NON-AUTO EMS EQUIPMENT 80236 EMERGENCY/CONTINGENCY 56123 R& M COMPUTERS 90100 LOAN PROCEEDS 56124 MAINT CONTRACT DEFIBULATORS 90101 LOAN PAYMENT RECEIVED 56130 EXTERNAL SERVICES 90301 LOAN REPAYMENT 56210 FUEL& FLUIDS 90410 BOND PROCEEDS 56300 BUILDING MAINT. & REPAIR 56410 EQUIPMENT RENTAL- PRIVATE 56504 FACILITY MAINTENANCE & REPAIR 56600 AIRFIELD MAINTENANCE & REPAIR 56700 LANDFILL CLOSURE EXPENSE 57100 CONFERENCE&TRAINING 57101 CONF&TRAINING-AQUATICS 57102 CONF&TRAINING-PARKS STAFF 57200 MEETINGS 57300 MEMBERSHIPS&SUBSCRIPTIONS 58101 NCPA PLANT GENERATION 58102 NCPA POWER PURCHASES 58103 NCPA TRANSMISSION 58104 NCPA MANAGEMENT SERVICES 58105 NCPA THIRD PARTY SALES 58106 NCPA PASS THROUGH COSTS 58107 NCPA COMMITMENTS ACTIVITY 58201 WATER PURCHASES 58202 WATER TREATMENT PLANT CHEMICAL 58401 AVIATION FUEL 58410 GARAGE LUBRICANTS& PARTS 58510 REIMBRSABLE JOBS 59100 PROPERTY TAXES PAID 59101 FEES 59102 FRANCHISE FEES 59350 PURCHASE DISCOUNTS TAKEN 59400 OTHER EXPENSES 70101 LOAN PAYMENTS MADE 70102 BOND INTEREST PAYMENTS 70110 BOND ISSUANCE COSTS 70201 LOAN PRINCIPAL PAYMENTS 70202 BOND PRINCIPAL PAYMENTS 80100 MACHINERY& EQUIPMENT 80200 BUILDINGS ACQUISITION 80210 LAND ACQUISITION 80220 BUILDING IMPROVEMENTS 80230 INFRASTRUCTURE 80231 RECYCLING STUDY 50%GRANT MATC 80232 LINE REPLACEMENTS 80233 MAIN REPLACEMENTS 7 80234 INFLOW/INFILTRATION List of Checks Presented for Approval on 7/7/2017 The following list of billk payable was reviewed and approved for payment. J f Signature t_ a%‘,11-• Invoices • Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail AACTION RENTS 283225-2 EQUIPMENT&MACHINERY $500.00 84024425-52100 CONTRACTED SERVICES $500.00 RENTAL A Vendor Total: $500.00 ACCURATE MEASUREMENT V060617DPS SMART HART DIFFERENTIAL $1.999.13 84024425-56120 EQUIPMENT MAINTENANCE& $1,999.13 SYSTEMS PRESSU REPAIR Vendor Total: $1,999.13 ALL-GUARD ALARM SYSTEMS M33082 MONITORING SERVICES AT $76.90 84024425-52100 CONTRACTED SERVICES $76.90 INC WW7P Vendor Total: $76.90 ALLEN JAMES DV062717 INSTRUCTOR $80.00 10022850-52100 CONTRACTED SERVICES $80.00 Vendor Total: $80.00 ALPINE AWARDS 5519113 CONCERT TS $1,319.23 90000000-23226 CONCERT SERIES $1,319.23 5518624 DAYCANIP TS $468.23 10022840-54100 SUPPLIES $468.23 5518619 DAYCAMP TS $933.33 10022840-54100 SUPPLIES $933.33 Vendor Total: $2720.79 ANDREW PHILLIPS TA 7117- TRAVEL ADVANCE $150.00 10020210-57100 CONFERENCE&TRAINING $150.00 7/29/17 Vendor Total: $150.00 • 8 List of Checks Presented for Approval on 7/7/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail ANDREW SNYDER TA 7/17- TRAVEL ADVANCE $484.56 10020210-57100 CONFERENCE&TRAINING $484.56 7119117 Vendor Total: $484.56 APPLE INC 4442717888 ELECTRONICS $279.61 82024410-54100 SUPPLIES $139.81 84024420-54100 SUPPLIES $139.80 4443131699 ELECTRONICS $800.47 82024410.54100 SUPPLIES $400.23 84024420-54100 SUPPLIES $400.24 Vendor Total: $1,080.08 BANNERS&SIGNS 4770 BANNER $1,862.28 90000000-23226 CONCERT SERIES $98.68 90000000-23243 FAMILY FUN IN THE SUN $98.68 90000000-23242 JULY 4TH PICNIC IN THE PARK $98.68 90000000-23235 MOVIES IN THE PLAZA $98.68 90000000-23219 PUMPKINFEST $98,68 90000000-23256 SPECIAL EVENTS TRUST $994.13 10022810-54100 SUPPLIES $98.71 10022822-54100 SUPPLIES $98.68 10022540-54100 SUPPLIES $98.68 31400000-54100 SUPPLIES $98.68 Vendor Total: $1,882.28 CA ASSOCIATION FOR LOCAL 300000736 - MEMBERSHIP RENEWAL $350.00 10012600-57100 CONFERENCE&TRAINING $350.00 ECONOMIC DEVELOPMENT Vendor Total: $350.00 9 List of Checks Presented for Approval on 7/7/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail CA BUILDING OFFICIALS DV062717 CALBO TRAINING $585.00 10023320-57100 CONFERENCE&TRAINING $585.00 Vendor Total: $585.00 CANTEEN SERVICE 9926 MISCELLANEOUS SUPPLIES AS $241.88 10022300-54100 SUPPLIES $241.88 NEED 9947 MISCELLANEOUS SUPPLIES AS $334.40 10022300-54100 SUPPLIES $334.40 NEED Vendor Total: $576.28 CHROMAGRAPHICS 60560 BUSINESS CARDS $167.55 90000000-23028 MEASURE IF DISTRICT TAX ($0.72) 10012100-54100 SUPPLIES $0.48 10012100-54100 SUPPLIES $111.70 10023100-54100 SUPPLIES $0.24 10023100-54100 SUPPLIES $55.85 Vendor Total: $167.55 DAPHINE HARRIS-PETTY CASH 060217 REPLENISH PETTY CASH $188.87 10013400-57100 CONFERENCE&TRAINING $10.00 82024410-57100 CONFERENCE&TRAINING $24.68 62024414-57100 CONFERENCE&TRAINING $9.40 84024420-57100 CONFERENCE&TRAINING $26.25 10024210-52100 CONTRACTED SERVICES $10.50 84024420-59101 FEES $3.00 62224413-80230 INFRASTRUCTURE $31.00 10023320-57300 MEMBERSHIPS& $20.00 SUBSCRIPTIONS 10013400-54101 POSTAGE $0.68 10016100-54101 POSTAGE $3.29 10 List of Checks Presented for Approval on 7/7/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail DAPHINE HARRIS-PETTY CASH 060217 REPLENISH PETTY CASH $188.87 10022810-54101 POSTAGE $2.82 10023100-54101 POSTAGE $0.47 10023320-54101 POSTAGE $0.68 10520210-54101 POSTAGE 1235 10520210-54101 POSTAGE $5.02 20513300-54101 POSTAGE $2.35 20513300-54101 POSTAGE $3.76 77725200-54101 POSTAGE $5.55 80026400-54101 POSTAGE $0.47 10011100-54100 SUPPLIES $8.00 10023100-54100 SUPPLIES $3.54 77725200-54100 SUPPLIES $7.19 82024410-54100 SUPPLIES $1.40 82024410-54100 SUPPLIES $6.49 Vendor Total: $188.87 EXJOE TECHNOLOGIES 22252104 ELECTRICAL EQUIPMENT AND $312.55 80028330-80100 MACHINERY&EQUIPMENT $312.55 SUPPL 22242205 ELECTRICAL EQUIPMENT AND $8,645.89 8002633480100 MACHINERY&EQUIPMENT $5,645.89 SUPPL 22170153 ELECTRICAL EQUIPMENT AND $17292.40 80026330-80100 MACHINERY&EQUIPMENT $17,292.40 SUPPL Vendor Total: $24,250.84 FASTENAL CAUKA26753 SUPPLIES AS NEEDED $102.49 84024425-54100 SUPPLIES $102.49 Vendor Total: $102.49 11 • List of Checks Presented for Approval on 7/7/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail GENERAL PACIFIC INC 1284666 PARTS AS NEEDED $748.13 80000000-12104 INVENTORY-PURCHASES $74813 Vendor Total: $748.13 GOLDEN GATE BRIDGE TOLL 1711789913104 TOLL EVASION $30.00 10520210-54100 SUPPLIES $30.00 Vendor Total: $30.00 GRANITE CONSTRUCTION 1188567 MISC ROCK&ROAD PATCH $87.87 84024421-54100 SUPPLIES $87.87 COMPANY MATERIA Vendor Total: $87.87 IDDOC DISTRIBUTION INC 3017769779 SUPPLIES AS NEEDED $243.20 82024411-54100 SUPPLIES $243.20 3017769780 SUPPLIES AS NEEDED $268.83 82024411-54100 SUPPLIES $268.83 Vendor Total: $512.03 INTERWEST CONSULTING 34262 GIS SERVICES-ON-CALL AND AS $78.75 10024210-52100 CONTRACTED SERVICES $78.75 GROUP INC Vendor Total: $78.75 ISABEL MADRIGAL TA 7/24- TRAVEL ADVANCE $240.00 10020210-57100 CONFERENCE&TRAINING $240.00 7729/17 Vendor Total: $240.00 J&M LOCK 33233 DUPLICATE KEYS,REPAIRS& $9.75 20822500-56300 BUILDING MAINT.8 REPAIR $9.75 MISC 34249 DUPLICATE KEYS,REPAIRS& $9537 20822500-56300 BUILDING MAIM 8 REPAIR $9137 MISC 33234 DUPLICATE KEYS,REPAIRS& $110.00 20822500-56300 BUILDING MAINT.8 REPAIR 8110.00 MISC 34251 DUPLICATE KEYS,REPAIRS& $1,055.66 20822500-56300 BUILDING MAINT.8 REPAIR $1,056.66 MISC 34203 DUPLICATE KEYS,REPAIRS& $12.95 10520210-56130 EXTERNAL SERVICES $12.95 MISC 34228 DUPLICATE KEYS,REPAIRS& $52.02 10022100-54100 SUPPLIES $52.02 MISC 12 List of Checks Presented for Approval on 7/7/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail J&M LOCK 34247 DUPLICATE KEYS,REPAIRS& $86.10 10022100-54100 SUPPLIES $86.10 MISC Vendor Total: $1,42Z85 JONES&MAYER 81480 LEGAL SVCS-P ITCH ESS 576.93 10520210-52150 LEGAL SERVICES/EXPENSES $76.93 Vendor Total: $76.93 JOSE RUIZ DV062217 REIMBURSEMENT $75.50 73022600-56300 BUILDING MAINT.&REPAIR $75.50 Vendor Total: $75.50 JOSIE CASTANON TA 7/19- TRAVEL ADVANCE $514.68 10020210-57100 CONFERENCE&TRAINING $514.68 7/21/17 Vendor Total: $514.68 JUDY CHAN JULY 17 RENT FOR 185 MASON ST $1,385.00 10022100-52600 RENT $1,385.00 Vendor Total: $1,385.00 KEN FOWLER MOTORS INC 10621 MISC AUTOMOTIVE PARTS AS $63.30 10521210-56130 EXTERNAL SERVICES $63.30 NEEDE 10398 MISC AUTOMOTIVE PARTS AS $305.30 10521210-56130 EXTERNAL SERVICES $305.30 NEEDS 10504 MISC AUTOMOTIVE PARTS AS $350.46 10521210-56130 EXTERNAL SERVICES $350.46 NEEDE 10694 MISC AUTOMOTIVE PARTS AS $15.41 80026400-56130 EXTERNAL SERVICES $15.41 NEEDE Vendor Total: $734.47 KERRY RANDALL DV062917 REIMBURSEMENT $366.04 73022600-56300 BUILDING MAINT. REPAIR $366.04 Vendor Total: • $366.04 KRISTINE LAWLER 7R 6/19-23117 TRAVEL REIMBURSEMENT $584.08 10011100-57100 CONFERENCE&TRAINING $584.08 Vendor Total: $564.08 13 List of Checks Presented for Approval on 7/7/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail MAJOR CRIMES FORCE DV061317 REIMBURSE REGISTRATION $670.33 10020210-57100 CONFERENCE&TRAINING 5670.33 FEES Vendor Total: $670.33 MARCUS H HOLE 4801 CEQA INITIAL STUDY-WILLOW $12.650.00 90000000-23260 RCI-IDC CEQA DEPOSIT $12,650.00 TERR Vendor Total: $12,650.00 MCMASTER-CARR SUPPLY CO 36939304 RETURNED SUPPLIES ($174.36) 64024425-56120 EQUIPMENT MAINTENANCE& ($174.36) REPAIR 36010373 SUPPLIES AS NEEDED 5266.81 84024425-56120 EQUIPMENT MAINTENANCE& $266.81 REPAIR 37017933 SUPPLIES AS NEEDED $349.82 84024425-56120 EQUIPMENT MAINTENANCE& $349.82 REPAIR 37305893 SUPPLIES AS NEEDED $439.45 84024425-56120 EQUIPMENT MAINTENANCE& $439.45 REPAIR Vendor Total: $881.72 MELINDA WALLS FY 17118 BEACON RIGHT-OE-WAY $4,133.69 7772520052100 CONTRACTED SERVICES $4,133.69 Vendor Total: $4,133.69 MENDOCINO COUNTY EH32547 FOOD PERMIT $54.00 90000000-23242 JULY 4TH PICNIC IN THE PARK $64.00 ENVIRONMENTAL HEALTH • Vendor Total: $64.00 NANCY SAWYER TA B/11- TRAVEL ADVANCE $180.00 63020210-57100 CONFERENCE&TRAINING $180.00 8/12/17 Vendor Total: $180.00 NATIONAL ALLIANCE ON MENTAL FY 17118 MEMBERSHIP DUES $35.00 10020210-57300 MEMBERSHIPS& $35.00 ILLNESS SUBSCRIPTIONS Vendor Total: $35.00 NORTH COAST RAILROAD 144339 REIMBURSE-MISC CLEANUP $228.62 10024220-52100 CONTRACTED SERVICES $228.62 AUTHORITY Vendor Total: $22862 14 List of Checks Presented for Approval on 7/7/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail NSI LAB SOLUTIONS INC 343959 WIMP TREATMENT TESTING $443.00 90000000-23252 DISTRICT USE TAX-LIBRARIES (5049) SUPPLIES 90000000-23237 DISTRICT USE TAX-MEASURE S ($1:93) 90000000-23028 MEASURE V DISTRICT TAX ($1.93) 90000000-23013 STATE USE TAX LIABILITY ($27.92) 84024425-54100 SUPPLIES $32.27 84024425-54100 SUPPLIES $443.00 Vendor Total: $443.00 ONE TIME PAY VENDOR DV062717 REFUND $20.00 10022850-44915 RECREATION PROGRAM INCOME $20.00 Vendor Total: $20.00 °REILLY AUTO PARTS 2707-335861 BRAKE PADS $320.40 10520210-56130 EXTERNAL SERVICES $320.40 Vendor Total: $320.40 PACE SUPPLY CORPORATION 023935849 MISCELLANEOUS ITEMS AS $14226 82024414-54100 SUPPLIES $142.26 NEEDED 023955226 MISCELLANEOUS ITEMS AS $25.46 84024421-54100 SUPPLIES $25.46 NEEDED Vendor Total: $167.72 PACIFIC ECORISK INC 13379 ENVIRONMENTAL AND $590.00 84024425-52100 CONTRACTED SERVICES $590.00 ECOLOGICAL S Vendor Total: $590.00 PAYMENTUS GROUP INC US17030031 CREDIT CARD PROCESSING $2204.00 20513300-52100 CONTRACTED SERVICES $2,204.00 SERVICE Vendor Total: $2,204.00 PETERSON CAT PC060138836 PARTS&SERVICE REPAIRS AS $283.77 10024220-56130 EXTERNAL SERVICES $283.77 NEE 15 List of Checks Presented for Approval on 7/7/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail PETERSON CAT PC080138634 PARTS&SERVICE REPAIRS AS $116.71 10520210-56130 EXTERNAL SERVICES $11671 NEE Vendor Total: $400.48 POWER INDUSTRIES INC 734-405 ELECTRIC MOTOR $899.42 84024425-56120 EQUIPMENT MAINTENANCE 6 $4.17 REPAIR 84024425-56120 EQUIPMENT MAINTENANCE 6 $899.42 REPAIR 90000000-23028 MEASURE Y DIS7RICT TAX ($4.17) Vendor Total: $899.42 REDWOOD EMPIRE MUNICIPAL 17-06 EAP EAP INSURANCE $497.76 20112400-52525 WORKER'S COMP.EXPENSE $497.76 INSURANCE FUND Vendor Total: $497.76 REMY MOOSE MANLEY LLP 106130 RETAIN TO REP CITY IN $465.00 10014000-52100 CONTRACTED SERVICES $465.00 LAWSUIT Vendor Total: $46300 REOA LTD 1198 OFFICIATING OF ADULT $3,468.00 10022822-52100 CONTRACTED SERVICES $3,468.00 SOFTBALL 1199 OFFICIATING OF ADULT $3,876.00 10022822-52100 CONTRACTED SERVICES $3,876.00 SOFTBALL Vendor Total: $7,344.00 RESERVE ACCOUNT JULY 17 PRE-PAID POSTAGE $8.500,00 10000000-10301 PRE-PAID POSTAGE $6,500.00 Vendor Total: $6,500.00 REXA INC RP1701262 FEEDBACK BOARD $268.00 90000000-23252 DISTRICT USE.TAX-LIBRARIES ($0,32) 90000000-23237 DISTRICT USE TAX-MEASURE S ($1.25) 84024425-56120 EQUIPMENT MAINTENANCES $20.95 REPAIR 84024425-56120 EQUIPMENT MAINTENANCE 8 826600 REPAIR 90000000-23028 MEASURE YDISTRICT TAX ($1.25) 16 List of Checks Presented for Approval on 7/7/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail REXA INC RP1701262 FEEDBACK BOARD 1266.00 90000000-23013 STATE USE TAX LIABILITY ($18.13) Vendor Total: $266.00 RICHARD ANDERSON 2017-0628-1 AGREEMENT FOR PROF.SVC'S $3,500.00 20922900-52100 CONTRACTED SERVICES $3,500.00 FOR W 2017-0609-1 AGREEMENT FOR PROF.SVC'S $3,525.00 20922900-52100 CONTRACTED SERVICES $3,525.00 FOR W Vendor Total: $7,025.00 RICK PINTANE TA 7/17- TRAVEL ADVANCE $484.56 10020210-57100 CONFERENCE&TRAINING $484.56 7/19/17 Vendor Total: $484.56 ROUND TABLE PIZZA 02-5231 WATER MAIN BREAK MEAL $80.18 82024414-54100 SUPPLIES $80.16 2-5227 WATER MAIN BREAK MEAL $102.91 82024414-54100 SUPPLIES $102.91 Vendor Total: $183.07 RYAN NELSON TA 7/17- TRAVEL ADVANCE $613.04 10021210-57100 CONFERENCE a TRAINING $613.04 7/21/17 Vendor Total: $613.04 SWINE COUNTRY BBQ& 527 SUNDAYS IN THE PARK 2017 $42.00 90000000-23226 CONCERT SERIES $42.00 GOURMET GRILL Vendor Total: $42.00 SMITH&WESSON ACADEMY JULY 18-19 ARMORER SCHOOL AND TOOL $1,295.00 10020210-57100 CONFERENCE&TRAINING $1,295.00 KIT Vendor Total: $1,295.00 SNAP-ON INDUSTRIAL ARV/32827071 SOCKET AND COMPSOCKET $72.52 20824300-54102 SMALL TOOLS $72.52 ARV/32828738 SOCKET AND COMPSOCKET $419.26 20824300-54102 SMALL TOOLS $419.26 ARV/32828735 MISCELLANOUS TOOLS $581.28 20824300-54102 SMALL TOOLS $581.28 Vendor Total: $1,073.06 17 List of Checks Presented for Approval on 7/7/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail STAPLES CREDIT PLAN 18378 OFFICE SUPPLIES,MISC AS $43.33 20620231-56120 EQUIPMENT MAINTENANCE& $43.33 NEEDE REPAIR 19269 OFFICE SUPPLIES,MISC AS ($108.36) 10011100-54100 SUPPLIES ($108,36) NEEDE 16526 OFFICE SUPPLIES,MISC AS $108.38 10011100-54100 SUPPLIES $108.36 NEEDE 18050 OFFICE SUPPLIES,MISC AS $64.97 10013400-54100 SUPPLIES $64.97 NEEDS 16525 OFFICE SUPPLIES,MISC AS $108.35 10013400-54100 SUPPLIES $108.36 NEEDE 16527 OFFICE SUPPLIES,MISC AS $108.36 10013400-54100 SUPPLIES 3108.36 NEEDE 16528 OFFICE SUPPLIES,MISC AS $108.36 10013400-54100 SUPPLIES $54.18 NEEDE 20413500-54100 SUPPLIES $54.18 18089 OFFICE SUPPLIES,MISC AS $224.86 10022300-54100 SUPPLIES $224.86 NEEDE 41394 OFFICE SUPPLIES,MISC AS $57.83 10022810-54100 SUPPLIES $57.83 NEEDE 4081 OFFICE SUPPLIES,MISC AS ($62.85) 10022840-54100 SUPPLIES ($62.85) NEEDE 17495 OFFICE SUPPLIES,MISC AS $118.97 10022840-54100 SUPPLIES $118.97 NEEDE 18368 OFFICE SUPPLIES,MISC AS $208.18 10022840-54100 SUPPLIES 8206.18 NEEDE 17665 OFFICE SUPPLIES,MISC AS $7.45 10024210-54100 SUPPLIES $7.45 NEEDE 02717 OFFICE SUPPLIES,MISC AS $54.18 10024210-54100 SUPPLIES $27.09 NEEDE 82024410-54100 SUPPLIES $27.09 14994 OFFICE SUPPLIES,MISC AS $508.57 20824300-54100 SUPPLIES $484.93 NEEDS 82024410-54100 SUPPLIES $43.64 04468 OFFICE SUPPLIES,MISC AS $9.73 73022600-54100 SUPPLIES $973 NEEDE 1831178541 OFFICE SUPPLIES,MISC AS $52.00 73022600-54100 SUPPLIES $52.00 NEEDE 18 • List of Checks Presented for Approval on 7/7/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail STAPLES CREDIT PLAN 1824629271 OFFICE SUPPLIES,MISC AS $125.70 73022600-54100 SUPPLIES $125.70 NEEDE 1827143081 OFFICE SUPPLIES,MISC AS $165.35 73022600-54100 SUPPLIES $165.35 NEEDE 14596 OFFICE SUPPLIES,MISC AS $53.40 75017110-54100 SUPPLIES $53.40 NEEDE 19553 OFFICE SUPPLIES,MISC AS $60.68 77725200-54100 SUPPLIES $60.68 NEEDE 5520 OFFICE SUPPLIES,MISC AS $91.37 80026330-54100 SUPPLIES $91.37 NEEDE 13227 OFFICE SUPPLIES,MISC AS $81.28 112024411-54100 SUPPLIES $81.26 NEEDE Vendor Total: $2,188.06 SW HEALTH RESOURCES 062017 ADULT/CHILD CPR-AED TRAINING $1,650.00 10022300-57101 CONE&TRAINING-AQUATICS $100.00 10022810-57100 CONFERENCE&TRAINING $1,500.00 73022600-57100 CONFERENCE&TRAINING $50.00 Vendor Total: $1,650.00 SWITZER ASSOCIATES 1705 TRAINING SESSION $275.00 63020210-57100 CONFERENCE&TRAINING $275.00 Vendor Total: $275.00 TELSTAR INSTRUMENTS INC 90541 SET UP VPN FOR REMOTE $2080.00 82024411-52100 CONTRACTED SERVICES $2080.00 ACCESS T 90540 TROUBLESHOOT TURBIDITY $2,080.00 82024411-52100 CONTRACTED SERVICES $2,080.00 ALARMS Vendor Total: $4,160.00 THE SACRAMENTO BEE 03100037- JOB POSTING $930.96 80025400-57300 MEMBERSHIPS& $930.96 06042017 SUBSCRIPTIONS Vendor Total: $930.96 TRAINING INNOVATIONS INC 16-188 ANNUAL TRAINING SOFTWARE $750.00 10020210-57100 CONFERENCE&TRAINING $750.00 Vendor Total: $750.00 19 List of Checks Presented for Approval on 7/7/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail TUFTS POLYGRAPH& 2017-326(B) POLYGRAPH&INVESTIGATION $750.00 10520210-52100 CONTRACTED SERVICES $75000 INVESTIGATION SERVICES Vendor Total: $75000 ULINE 68234089 RETURN SUPPLIES. ($13.71) 10520210-54201 PRISONER EXPENSE ($13.71) 87798284 SUPPLIES $40.80 10520210-54201 PRISONER EXPENSE $40.80 Vendor Total: $27.09 USA BLUEBOOK 266594 PUMP 51,331.74 84024425-56120 EQUIPMENT MAINTENANCE& $1,331.74 REPAIR Vendor Total: 51,331.74 VERIZON WIRELESS 9787808250 DATA&EMERGENCY LOANER $1,170.54 10022100-54100 SUPPLIES $38.01 PHONES 10022300-54100 SUPPLIES $38.01 10022840-54100 SUPPLIES $38.01 10023100-55100 TELEPHONE $38.01 10024210-55100 TELEPHONE $63.35 10024220-55100 TELEPHONE $25.21 10520210-55100 TELEPHONE $76.02 20922900-55100 TELEPHONE $385.13 77725200-55100 TELEPHONE $38.00 800213400-55100 TELEPHONE $152.04 82024410-55100 TELEPHONE $82.36 82024411-55100 TELEPHONE $38.01 84024420-55100 TELEPHONE $44.35 • 20 List of Checks Presented for Approval on 7/7/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail VERIZON WIRELESS 9787808250 DATA&EMERGENCY LOANER $1,170.54 84024421-55100 TELEPHONE $114.03 PHONES Vendor Total: $1,170.54 WESCO DISTRIBUTION INC 232135 ELECTRICAL EQUIPMENT AND $6,361.52 900001100-23237 DISTRICT USE TAX-MEASURE S ($1.79) SUPPL 80000000-12104 INVENTORY-PURCHASES $4Z93 80000000-12104 INVENTORY-.PURCHASES $8,361.52 90000000-23028 MEASURE Y DISTRICT TAX ($41.14) 219152 SUPPLIES&PARTS AS NEEDED $13.01 80000000-12104 INVENTORY-PURCHASES $13.01 217814 ELECTRICAL EQUIPMENT AND $263.06 60000000-12104 INVENTORY-PURCHASES $263.06 SUPPL 232136 SUPPLIES&PARTS AS NEEDED $303.45 80000000-12104 INVENTORY-PURCHASES $303.45 222037 SUPPLIES&PARTS AS NEEDED $442.17 80000000-12104 INVENTORY-PURCHASES $442.17 230071 (2U-SP-2)STRAIGHT PLUG,2 STR $2,678.40 80000000-12104 INVENTORY-PURCHASES $2,678.40 235693 ELECTRICAL EQUIPMENT AND $1,071.83 80026120-54100 SUPPLIES $1,071.83 SUPPL 15030131 REFUND ($1,053.38) 80026130-54100 SUPPLIES ($1,053.38) Vendor Total: $12,080.06 WEST COAST NETTING INC 0013455-IN NETTING $531.80 90000000-23236 FIELD SIGNAGE FEES $531.80 Vendor Total: $531.80 WILLOW COUNTY WATER DIST JUNE 17.1 UTILITIES $20.00 31122870-55210 UTILITIES $20.00 JUNE 17.2 UTILITIES $32.47 31122870-55210 U771177ES $32.47 JUNE 17.3 UTILITIES $35.28 84024425-58201 WATER PURCHASES $35.28 Vendor Total: $87.75 21 List of Checks Presented for Approval on 7/7/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt invoice Account Detail and Allocation Detail WORKMAN GLOVE&SAFETY 36520 SUPPLIES AS NEEDED 37433 90000000-23028 MEASURE Y DISTRICT TAX ($0.35) 84024425-54100 SUPPLIES $0.35 84024425-54100 SUPPLIES $74.33 Vendor Total; $74.33 WYATT IRRIGATION CO 231145-00 PARTS&MISC SUPPLIES AS $14.95 90000000-23252 DISTRICT USE TAX-LIBRARIES ($0.02) ' NEEDE 90000000-23237 DISTRICT USE TAX-MEASURE S ($0.07) 90000000-23028 MEASURE Y DISTRICT TAX ($0.07) 10022100-54100 SUPPLIES $0.18 10022100-54100 SUPPLIES $14.96 231572-00 PARTS&MISC SUPPLIES AS $18A0 90000000-23252 DISTRICT USE TAX-LIBRARIES ($0,03) NEEDE 90000000-23237 DISTRICT USE TAX-MEASURES ($0.09) 90000000-23028 MEASURE Y DISTRICT TAX ($0.09) 10022300-54/06 SPECIALTY SUPPLIES $0.21 10022300-54106 SPECIALTY SUPPLIES $18.40 231815-00 PARTS&MISC SUPPLIES AS $49.95 90000000-23252 DISTRICT USE TAX-LIBRARIES ($0.08) NEEDE 90000000-23237 DISTRICT USE TAX-MEASURES ($0.24) 90000000-23028 MEASURE Y DISTRICT TAX ($0.24) 10022100-54100 SUPPLIES $0.54 10022100-54100 SUPPLIES $49.95 231572-02 PARTS$MISC SUPPLIES AS $64.16 90000000-23252 DISTRICT USE TAX-LIBRARIES ($0.08) NEEDE 22 • . • List of Checks Presented for Approval on 7/7/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail WYATT IRRIGATION CO 231572-02 PARTS&MISC SUPPLIES AS $64.18 90000000-23237 DISTRICT USE TAX-MEASURE S ($0.30) NEEDE 90000000-23028 MEASURE Y DISTRICT TAX ($0.30) 10022300-54108 SPECIALTY SUPPLIES $ass 10022300-54106 SPECIALTY SUPPLIES $64.18 Vendor Total: $147.49 XEROX CORP 089767191 COPIER LEASE-SEE ADDI $185.93 69122700-52100 CONTRACTED SERVICES $185.93 DESCRIP 089767190 COPIER LEASE-SEE ADM_ $327.11 73022600-52100 CONTRACTED SERVICES $327.11 DESCRIP 089767192 COPIER LEASE-SEE ADDL. $1,238.13 10012200-94500 LEASE PAYMENTS $1,238.13 DESCRIP 089767189 COPIER LEASE-SEE ADD'L $237.45 10520210-94500 LEASE PAYMENTS $130.60 DESCRIP 10521210-94500 LEASE PAYMENT'S $83.11 20620231-94500 LEASE PAYMENTS $11.87 64020213-94500 LEASE PAYMENTS $11.87 089767188 COPIER LEASE-SEE ADD1 $505.41 10520210-94500 LEASE PAYMENTS $277.98 DESCRIP 10521210-94500 LEASE PAYMENTS $176.90 20620231-94500 LEASE PAYMENTS $25.27 64020213-94500 LEASE PAYMENTS $2526 Vendor Total: $2,494.03 XYLEM WATER SOLUTIONS USA 3556959327 PARTS AS NEEDED $933.31 84024425-56120 EQUIPMENT MAINTENANCE& $933.31 INC REPAIR Vendor Total: $933.31 INVOICE TOTAL: $121,310.13 23 List of Checks Presented for Approval on 7/14/2017 The following list of bills payable was reviewed and approved for payment. 5 -7, © -2-,..-........_ __— Signature Invoices Vendor Name Invoice# Invoice Description Invoke Amt Invoice Account Detail and Allocation Detail AIMEE SHIELDS JULY 17 TRANSCRIPTION SERVICES FOR $1,250.00 63520210-52100 CONTRACTED SERVICES $1,250.00 POL Vendor Total: $1,250.00 ALHAMBRA NATIONAL WATER 5109554 DRINKING WATER SERVICES $113.27 69122700-54100 SUPPLIES $7.99 070817 77725200-54100 SUPPLIES $43,13 64024425-54100 SUPPLIES $62.15 5109554 DRINKING WATER SERVICES $147.48 69122700-54100 SUPPLIES $26.18 050617 77725200-54100 SUPPLIES $43.16 64024425-54100 SUPPLIES $78.14 Vendor Total: . $260.75 ALPHA ANALYTICAL 7062503- MISCELLANEOUS LABORATORY $130.00 64024425-52100 CONTRACTED SERVICES $130.00 LABORATORIES INC UKIAHSTP WORK 7062642- MISCELLANEOUS LABORATORY $193.00 84024425-52100 CONTRACTED SERVICES $193.00 UKIAHSTP WORK 7062514- MISCELLANEOUS LABORATORY $377.00 84024425-52100 CONTRACTED SERVICES $377.00 UKIAHSTP WORK 7061982-UKIAH MISCELLANEOUS LABORATORY $44.00 62024414-59101 FEES $44.00 WORK Vendor Total: $744.00 ALSCO-AMERICAN LINEN LSR0993330 LAUNDRY SERVICES $248.10 20324100-52100 CONTRACTED SERVICES $248./0 DIVISION 24 List of Checks Presented for Approval on 7/14/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail ALSCO-AMERICAN LINEN LSR0996675 LAUNDRY SERVICES $2413.10 20324100-52100 CONTRACTED SERVICES $248.10 DIVISION Vendor Total: $496.20 AMAZON CAPITAL SERVICES OVBB-Y6LF- DATA TRANSFER CABLE $95.39 90000000-23252 DISTRICT USE TAX-LIBRARIES ($0.12) DTFS 90000000-23237 DISTRICT USE TAX-MEASURE S ($0.48) 90000000-23028 MEASURE Y DISTRICT TAX ($0.48) 90000000-23013 STATE USE TAX LIABILITY ($592) • 10024210-54100 SUPPLIES $8.00 10024210-54100 SUPPLIES $95.39 05YB-RVJ13. FIRST AID KITS $209.94 90000000-23252 DISTRICT USE TAX-LIBRARIES ($0.27) 1MC9 90000000-23237 DISTRICT USE TAX-MEASURE S ($1.05) 90000000-23028 MEASURE Y DISTRICT TAX ($1.05) 90000000-23013 STATE USE TAX LIABILITY ($15.22) 20324100-54100 SUPPLIES $17.59 20324100-54100 SUPPLIES $209.94 ORRK-R4S0- FIRST AID KITS $209.94 90000000-23252 DISTRICT USE TAX-LIBRARIES ($0.27) 206T 90000000-23237 DISTRICT USE TAX-MEASURES ($1.05) 90000000-23028 MEASURE V DISTRICT TAX ($1.05) 90000000-23013 STATE USE TAX LIABILM( ($1622) 20324100-54100 SUPPLIES $17.59 20324100-54100 SUPPLIES $209.94 OWQJ-IBJB• PHOTOGRAPHIC EQUIPMENT, $3,219.93 90000000-23252 DISTRICT USE TAX-LIBRARIES ($4.03) 1818 FILM, 25 List of Checks Presented for Approval on 7/14/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail AMAZON CAPITAL SERVICES OWQJ-1BJB- PHOTOGRAPHIC EQUIPMENT, $3,219.93 90000000-23237 DISTRICT USE TAX-MEASURE S ($16.10) 1SJ8 FILM, 90000000-23028 MEASURE Y DISTRICT TAX ($16.10) 90000000-23013 STATE USE TAX LIABILITY ($233.45) 80026110-54100 SUPPLIES $269.68 80026110-54100 SUPPLIES $3,219.93 09LK-809R- TREE ROOT BARRIER $213.59 82024414-54100 SUPPLIES $213.59 562X Vendor Total: $3,948.79 ANIXTER 3552892-00 GUY STRAND CABLE $487.69 80000000-12104 INVENTORY-PURCHASES $467.69 3610308-00 ELECTRICAL EQUIPMENT AND $1,558.26 80000000-12104 INVENTORY-PURCHASES $1,558.26 SUPPL 3586782-00 ELECTRICAL CABLES AND WIRES $1,690.65 80000000-12104 INVENTORY-PURCHASES $1,690.65 (I4 Vendor Total: $3,736.60 ARAMARK UNIFORM SERVICES 703351293 MAT&TOWEL SERVICE $95.75 20822500-56300 BUILDING MAINT.8,REPAIR $95.75 703371600 MAT&TOWEL SERVICE $95.75 20822500-56300 BUILDING MAINT.&REPAIR $95.75 703361630 MAT&TOWEL SERVICE $51.75 31122870-56300 BUILDING MAINT.8 REPAIR $51.75 703382164 MAT&TOWEL SERVICE $51.75 31122870-56300 BUILDING MAINE 8 REPAIR $51.75 703351294 MAT&TOWEL SERVICE 573.75 73022600-56300 BUILDING MAINT.&REPAIR $73.75 703371801 MAT&TOWEL SERVICE 573.75 73022600-56300 BUILDING MAINT.&REPAIR $73.75 703351318 UNIFORM SVC-AIRPORT $48.48 77725200-54100 SUPPLIES $48.48 703361647 UNIFORM SVC-AIRPORT $4848 77725200-54100 SUPPLIES $48.48 703371824 UNIFORM SVC-AIRPORT $48.48 77725200-54100 SUPPLIES $48.48 26 List of Checks Presented for Approval on 7/14/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail ARAMARK UNIFORM SERVICES 703382181 UNIFORM SVC-AIRPORT $48.48 77725200-54100 SUPPLIES $48.48 Vendor Total: $636.42 AT&T JUNE 17 INTERNET SERVICES $75.00 77725200-55100 TELEPHONE $75.00 Vendor Total: $75.00 B&B INDUSTRIAL SUPPLY INC 188550 MISCELLANEOUS MATERIALS AS $1.69 20822500-56300 BUILDING MAINT.8 REPAIR $1.69 NEE 189051 MISCELLANEOUS MATERIALS AS $301.49 20822500-56300 BUILDING MAINT.8 REPAIR $276.81 NEE 20822500-54102 SMALL TOOLS $24.68 189016 MISCELLANEOUS MATERIALS AS $50.50 84024425-56120 EQUIPMENT MAINTENANCE 6 $50.50 NEE REPAIR 188687 MISCELLANEOUS MATERIALS AS $48.23 82024414-56130 EXTERNAL SERVICES $46.23 NEE 188923 MISCELLANEOUS MATERIALS AS 818.44 20824300-54102 SMALL TOOLS $16.44 NEE 188053 MISCELLANEOUS MATERIALS AS $223.24 20824300-54102 SMALL TOOLS $223.24 NEE Vendor Total: $639.59 BANNERS&SIGNS 4707 INSTALLATION OF BANNER FOR $75.00 10520210-56130 EXTERNAL SERVICES $75.00 PD Vendor Total: $75.00 BOUTIN JONES INC 102800 LEGAL RETAINER FOR UVSD $258.44 84424422-52100 CONTRACTED SERVICES $258.44 LITIGA Vendor Total: $258.44 BUCKLES SMITH ELECTRIC CO 1803338-00 REPAIR SERVICES 51.674.01 84024425-56120 EQUIPMENT MAINTENANCE& $5.82 REPAIR 84024425-56120 EQUIPMENT MAINTENANCE 8 $1,674.01 REPAIR 90000000-23028 MEASURE Y DISTRICT TAX ($5.82) Vendor Total: 51.674.01 • 27 List of Checks Presented for Approval on 7/14/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail BWS DISTRIBUTORS INC 224281 CALIBRATE GAS MONITOR $126.32 80026330-52100 CONTRACTED SERVICES $126.32 Vendor Total: $126.32 CA FIRE CHIEFS ASSOC DV070517 ANNUAL MEMBERSHIP 17/18 $400.00 10021210-57300 MEMBERSHIPS& $400.00 SUBSCRIPTIONS Vendor Total: $400.00 CA POLICE CHIEFS ASSOC 7356 ANNUAL CPCA MEMBERSHIP $564.00 10020210-57300 MEMBERSHIPS& $564.00 DUES 17/18 SUBSCRIPTIONS Vendor Total: $564.00 CANTEEN SERVICE 9575 MISCELLANEOUS SUPPLIES AS, $369.58 10022300-54100 SUPPLIES $369.58 NEED Vendor Total: paw CHEM DRY 17154 CARPET CLEANING SVCS $1,045.00 31122870-52100 CONTRACTED SERVICES $1,045.00 Vendor Total: 51,045.00 CHROMAGRAPHICS 59804 BUSINESS CARDS $95.16 90000000-23237 DISTRICT USE TAX-MEASURES ($0.39) 90000000-23028 MEASURE Y DISTRICT TAX ($0.39) 10521210-54100 SUPPLIES $0.78 10521210-54100 SUPPLIES $95.16 Vendor Total: $95.16 CLARK PEST CONTROL 20193213 PEST CONTROL SVCS $92.00 80026130-52100 CONTRACTED SERVICES $92.00 20177225 PEST CONTROL SVCS $74.00 80026330-52100 CONTRACTED SERVICES $74.00 Vendor Total: $166.00 CLOVER STORNETTA FARMS 0100711685 PROVIDE MISC GOODS AS $204.41 10022300-54100 SUPPLIES $204.41 NEEDED 28 List of Checks Presented for Approval on 7/14/2017 Invoices Vendor Name Invoice # Invoke Description Invoice Amt Invoice Account Detail and Allocation Detail CLOVER STORNETTA FARMS 0100717697 PROVIDE MISC GOODS AS $207.86 10022300-54100 SUPPLIES $207.88 NEEDED Vendor Total: $412.27 CORNWELL QUALITY TOOLS 25906 TOOLS AS NEEDED $27.99 20324100-54102 SMALL TOOLS $27.99 25907 TOOLS AS NEEDED 8297.62 20324100-54102 SMALL TOOLS $297.62 Vendor Total: $325.61 CRAIG SCHLATTER DV070517 REIMBURSEMENT $129.48 10012100-54100 SUPPLIES $129.48 Vendor Total: $129.48 DAN QUARLES 0062217 REIMBURSEMENT $18.00 80026400-57100 CONFERENCE 8 TRAINING $16.00 Vendor Total: $16.00 DEPARTMENT OF JUSTICE 240802 CLETS-QUARTERLY FYE 2017 $1,200.48 20820231-55100 TELEPHONE $1,200.48 Vendor Total: $1,200.48 DIALED IN ATHLETICS 1150 SCREEN PRINT $402.00 90000000-23252 DISTRICT USE TAX-LIBRARIES ($0.45) 90000000-23237 DISTRICT USE TAX-MEASURE S ($0.90) 90000000-23028 MEASURE Y DISTRICT TAX ($1.80) • 10022822-54100 SUPPLIES $3.15 16022822-54100 SUPPLIES $402.00 Vendor Total: $402.00 EDDIE VEDOLLA JR DV070517 INSTRUCTOR $210.00 10022850-52100 CONTRACTED SERVICES $210.00 Vendor Total: $210.00 29 List of Checks Presented for Approval on 7/14/2017 Invoices Vendor Name Invoice # Invoice Description invoice Amt Invoice Account Detail and Allocation Detail EFAX CORPORATE 938878 EFAX SERVICES $131.10 10012200-55100 TELEPHONE $131.10 Vendor Total: $131.10 EPIC AVIATION LLC 6989763 JET A FUEL $13,760.14 77725200-58401 AVIATION FUEL $13,760.14 Vendor Total: $13,780.14 FARWEST LINE SPECIALTIES LLC 233796 ELECTRICAL SUPPLIES $1,023.46 90000000-23028 MEASURE YDISTRICT ray ($4.64) 80026110-54100 SUPPLIES $2.32 80026110-54100 SUPPLIES $511.73 80028120-54100 SUPPLIES $2.32 80026120-54100 SUPPLIES $511.73 Vendor Total: $1,023.46 FASTENAL CAUKA26B02 ELECTRICAL EQUIPMENT AND $6,208.19 80026110-54102 SMALL TOOLS $1,381.44 SUPPL 80026120-54102 SMALL TOOLS $4,826.75 Vendor Total: $6,208.19 FRIEDMANS HOME 35976840 MISC ITEMS AS NEEDED $281.13 77725200-56600 AIRFIELD MAINTENANCE d $1.31 IMPROVEMENT REPAIR 77725200-56600 AIRFIELD MAINTENANCE& $281.13 REPAIR 90000000-23028 MEASURE Y DISTRICT TAX ($1.31) 35985407 MISC ITEMS AS NEEDED $10.56 10022100-59400 BAD DEBT EXPENSE $0.05 1002210059400 BAD DEBT EXPENSE $10.56 90000000-23028 MEASURE Y DISTRICT TAX ($0.05) 35954045 MISC ITEMS AS NEEDED $32.57 20822500-56300 BUILDING MAINT.&REPAIR $0.15 20822500-56300 BUILDING MAINT.&REPAIR $32.57 30 List of Checks Presented for Approval on 7/14/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail FRIEDMANS HOME 35954045 MISC ITEMS AS NEEDED 132.57 90000000-23028 MEASURE Y DISTRICT TAX ($0.15) IMPROVEMENT 35979719 MISC ITEMS AS NEEDED $87.97 20822500-56300 BUILDING MAINE&REPAIR $0.41 2082250056300 BUILDING MAINT.&REPAIR $87.97 90000000-23028 MEASURE Y DISTRICT TAX ($0.41) 35961260 MISC ITEMS AS NEEDED $88.98 20822500-56300 BUILDING MAINT.&REPAIR $0.42 20822500-56300 BUILDING MAINE.&REPAIR $88.98 90000000-23025 MEASURE Y DISTRICT TAX ($0.42) 35987322 MISC ITEMS AS NEEDED $98.99 20822500-56300 BUILDING MAINT.&REPAIR $0.35 20822500-56300 BUILDING MAINT.&REPAIR $75.91 90000000-23028 MEASURE Y DISTRICT TAX ($0.46) 20822500-54102 SMALL TOOLS $0.11 • 20822500-54102 SMALL TOOLS $23.08 35989445 MISC ITEMS AS NEEDED $101.99 20822500-56300 BUILDING MAINE&REPAIR $0.48 20822500-56300 BUILDING MAINT.&REPAIR $101.99 90000000-23028 MEASURE Y DISTRICT TAX ($0.48) 35975709 MISC ITEMS AS NEEDED $116.31 20822500-56300 BUILDING MAINT.&REPAIR $0.39 20822500-56300 BUILDING MAINT.&REPAIR $84.02 90000000-23028 MEASURE Y DISTRICT TAX ($0.54) 20822500-54102 SMALL TOOLS $0.15 20822500-54102 SMALL TOOLS $32.29 35986705 MISC ITEMS AS NEEDED $160.63 20822500-56300 BUILDING MAINE&REPAIR $0.42 20822500-56300 BUILDING MAINE.&REPAIR $89.44 31 List of Checks Presented for Approval on 7/14/2017 Invoices 'Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail FRIEDMANS HOME 35986705 MISC ITEMS AS NEEDED $160.63 90000000-2.3028 MEASURE Y DISTRICT TAX ($0.75) IMPROVEMENT 20822500-54102 SMALL TOOLS $0.33 20822500-54102 SMALL TOOLS $71.19 35957801 MISC ITEMS AS NEEDED $167.97 20822500-56300 BUILDING MAINT.$REPAIR $0.78 20822500-56300 BUILDING MAINT.&REPAIR $167.97 90000000-23028 MEASURE Y DISTRICT TAX ($0.78) 35970739 MSC ITEMS AS NEEDED $77.31 20824300-56300 BUILDING MAINT.&REPAIR $0.38 20824300-56300 BUILDING MAINT.&REPAIR $77.31 90000000-23026 MEASURE Y DISTRICT TAX ($0.36) 35974851 MISC ITEMS AS NEEDED $117.58 20824300-56300 BUILDING MAINT.&REPAIR $0.55 20624300-56300 BUILDING MAINT.&REPAIR $117.58 90000000-23028 MEASURE Y DISTRICT TAX ($0.55) 35962880 MISC ITEMS AS NEEDED $163.76 20824300-56300 BUILDING MAINT.&REPAIR $0.76 20824300-56300 BUILDING MAINT.&REPAIR $163.76 90000000-23028 MEASURE Y DISTRICT TAX ($0.76) 35957233 MISC ITEMS AS NEEDED $24.13 77725200-56300 BUILDING MAINT.6 REPAIR $0.12 77725200-5$300 BUILDING MAINT.&REPAIR $24.13 90000000-23028 MEASURE Y DISTRICT TAX ($0.12) 35969108 MISC ITEMS AS NEEDED $31.80 77725209-56300 BUILDING MAINT.&REPAIR $0.15 77725200-56300 BUILDING MAINT.&REPAIR $31.80 9000000023028 MEASURE Y DISTRICT TAX ($0.15) 35970707 MISC ITEMS AS NEEDED $41.02 7772520058300 BUILDING MAINT.&REPAIR $0.19 32 List of Checks Presented for Approval on 7/14/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail FRIEDMANS HOME 35970707 MISC ITEMS AS NEEDED $41.02 77725200-56300 BUILDING MAINT.&REPAIR $41.02 IMPROVEMENT 90000000-23028 MEASURE Y DISTRICT TAX ($0.19) 35952234 MISC ITEMS AS NEEDED $116.46 77725200-56300 BUILDING MAINT.&REPAIR $0.54 77725200.56300 BUILDING MAINT.&REPAIR $116.46 90000000-23028 MEASURE V DISTRICT TAX ($0.54) 35968205 MISC ITEMS AS NEEDED $119.02 77725200-56300 BUILDING MAINT.&REPAIR $0.56 77725200-56300 BUILDING MAINT.&REPAIR $119.02 90000000-23028 MEASURE Y DISTRICT TAX ($0.56) 35961506 MISC ITEMS AS NEEDED $155.62 77725200-56300 BUILDING MAINT.&REPAIR $0.73 77725200-56300 BUILDING MAINT.&REPAIR $155.62 90000000.23028 MEASURE Y DISTRICT TAX ($0.73) 35985843 MISC ITEMS AS NEEDED $72.02 82024411-56300 BUILDING MAINT.&REPAIR $0.34 82024411-56300 BUILDING MAINT.&REPAIR $72.02 90000000-23028 MEASURE Y DISTRICT TAX ($0.34) 35987094 MISC ITEMS AS NEEDED $541.13 82024411-56300 BUILDING MAINT.&REPAIR $2.51 82024411-56300 BUILDING MAINT.&REPAIR $541.13 90000000-23028 MEASURE Y DISTRICT TAX ($2.51) 35953419 MISC ITEMS AS NEEDED $51.59 84024425-56300 BUILDING MAINT.&REPAIR $0.24 84024425-56300 BUILDING MAINT.&REPAIR $51.59 90000000-23028 MEASURE Y DIS7RICT TAX ($0.24) 35961669 MISC ITEMS AS NEEDED $20.55 90000000-23226 CONCERT SERIES $0.10 90000000-23226 CONCERT SERIES $20.55 33 List of Checks Presented for Approval on 7/14/2017 Invoices . Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail FRIEDMANS HOME 35961669 MISC ITEMS AS NEEDED $20.55 90000000-23028 MEASURE'(DISTRICT TAX ($0.10) IMPROVEMENT 35957747 MISC ITEMS AS NEEDED $37.82 90000000.23226 CONCERT SERIES $0.18 90000000-23226 CONCERT SERIES $37.82 90000000.23028 MEASURE Y DISTRICT TAX ($0.18) 35956989 MISC ITEMS AS NEEDED $322.85 90000000.23226 CONCERT SERIES $1.50 90000000-2322 CONCERT SERIES $322.85 90000000-23028 MEASURE Y DISTRICT TAX ($1.50) 35987378 MISC ITEMS AS NEEDED $37.75 82024411-56120 EQUIPMENT MAINTENANCE& $0.18 REPAIR 82024411-56120 EQUIPMENT MAINTENANCE& $37.75 REPAIR 90000000-23028 MEASURE Y DISTRICT TAX ($0.18) 35974306 MISC ITEMS AS NEEDED $15.80 84024425-56120 EQUIPMENT MAINTENANCE& $0.08 REPAIR 84024425-56120 EQUIPMENT MAINTENANCE& $15.80 REPAIR 90000000.23028 MEASURE Y DISTRICT TAX ($0.08) 35974171 MISC ITEMS AS NEEDED $22.13 84024425-56120 EQUIPMENT MAINTENANCE& $0.11 REPAIR 84024425-56120 EQUIPMENT MAINTENANCE& $22.13 REPAIR 90000000-23028 MEASURE Y DISTRICT TAX ($0.11) 35961914 MISC ITEMS AS NEEDED $57.44 84024425-56120 EQUIPMENT MAINTENANCE& $0.27 REPAIR 84024425-56120 EQUIPMENT MAINTENANCE& $57.44 REPAIR 90000000-23028 MEASURE'(DISTRICT TAX ($0.27) 35975196 MISC ITEMS AS NEEDED 880.78 84024425-56120 EQUIPMENT MAINTENANCE& $0.38 REPAIR 84024425-56120 EQUIPMENT MAINTENANCE S $80,78 REPAIR 34 List of Checks Presented for Approval on 7/14/2017* Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail FRIEDMANS HOME 35975196 MISC ITEMS AS NEEDED $80.78 90000000-23028 MEASURE Y DISTRICT TAX ($0.38) IMPROVEMENT 35969528 MISC ITEMS AS NEEDED $84A3 64024425-56120 EQUIPMENT MAINTENANCE 8 $0.40 REPAIR 64024425-56120 EQUIPMENT MAINTENANCE& $84.43 REPAIR 90000000-23028 MEASURE V DISTRICT TAX ($0.40) 35979509 MISC ITEMS AS NEEDED $93.20 64024425-56120 EQUIPMENT MAINTENANCE& $0.44 REPAIR 84024425-56120 EQUIPMENT MAINTENANCE& $93.20 REPAIR 90000000-23028 MEASURE V DISTRICT TAX ($0.44) 35956471 MISC ITEMS AS NEEDED $116.07 84024425.58120 EQUIPMENT MAINTENANCE& $0.54 REPAIR 84024425-56120 EQUIPMENT MAINTENANCE& $116.07 REPAIR 90000000-23026 MEASURE Y DISTRICT TAX ($0.54) 35969395 MISC ITEMS AS NEEDED $4.39 10520210-56130 EXTERNAL SERVICES $0.02 10520210-56130 EXTERNAL SERVICES $4.39 90000000-23028 MEASURE Y DISTRICT TAX ($0.02) 35968676 MISC ITEMS AS NEEDED $13.62 10520210-56130 EXTERNAL SERVICES $0.07 10520210-56130 EXTERNAL SERVICES $13.62 90000000-23028 MEASURE Y DISTRICT TAX ($0.07) 35968768 MISC ITEMS AS NEEDED $13.62 10520210-56130 EXTERNAL SERVICES $0.07 10520210-56130 EXTERNAL SERVICES $13.62 90000000-23028 MEASURE Y DISTRICT TAX ($0.07) 35984492 MISC ITEMS As NEEDED $2.45 90000000-23028 MEASURE V DISTRICT TAX ($0.02) 80026330-54100 SUPPLIES $0,02 35 List of Checks Presented for Approval on 7/14/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail FRIEDMANS HOME 35984492 MISC ITEMS AS NEEDED $2.45 80026330-54100 SUPPLIES $2.45 IMPROVEMENT 35957172 MISC ITEMS AS NEEDED $5.64 90000000-23028 MEASURE Y DISTRICT 7'AX ($0.03) 10024220-54124 PW-CONCRETE/SUPPLIES $0.03 10024220-54124 PW-CONCRETE/SUPPLIES $5.64 35984372 MISC ITEMS AS NEEDED $8.08 90000000-23028 MEASURE Y DISTRICT TAX ($0.03) 82024414-54100 SUPPLIES $0.03 82024414-54100 SUPPLIES $6.08 35975367 MISC ITEMS AS NEEDED 38.39 90000000-23028 MEASURE V DISTRICT TAX ($0.04) 82024414-54100 SUPPLIES $0.04 82024414-54100 SUPPLIES $8.39 35970995 MISC ITEMS AS NEEDED $9.49 90000000.23028 MEASURE'(DISTRICT TAX ($0.05) 84024421-54100 SUPPLIES $0.05 84024421-54100 SUPPLIES $9.49 35988159 MISC ITEMS AS NEEDED $10.54 90000000-23028 MEASURE Y DISTRICT TAX ($0.05) 80026330-54100 SUPPLIES $0.05 80026330-54100 SUPPLIES $10.54 35979704 MISC ITEMS AS NEEDED $11.40 90000000-23028 MEASURE Y DISTRICT TAX ($0.06) 80026330-54100 SUPPLIES $0.06 80026330-54100 SUPPLIES $11.40 35960096 MISC ITEMS AS NEEDED $11.83 90000000-23028 MEASURE Y DISTRICT TAX ($0.06) 80026130-54100 SUPPLIES $0.06 80026130-54100 SUPPLIES $11.83 36 List of Checks Presented for Approval on 7/14/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail FRIEDMANS HOME 35978013 MISC ITEMS AS NEEDED $12.10 90000000-23028 MEASURE YDISTRICT TAX ($0.06) IMPROVEMENT 80026120-54100 SUPPLIES $0.08 80026120-54100 SUPPLIES $12.10 35988249 MISC ITEMS AS NEEDED 113.93 90000000-23028 MEASURE V DISTRICT TAX ($0.07) 80026330-54100 SUPPLIES $0.07 80026330-54100 SUPPLIES $13.93 35977796 MISC ITEMS AS NEEDED $14.23 90000000-23028 MEASURE Y DISTRICT TAX ($0.07) 80026330-54100 SUPPLIES $0.07 80026330-54100 SUPPLIES $14.23 35986694 MISC ITEMS AS NEEDED $14.47 90000000.23028 MEASURE Y DISTRICT TAX ($0.07) 80026330-54100 SUPPLIES $0.07 80026330-54100 SUPPLIES $14.47 35962626 MISC ITEMS AS NEEDED $14.80 90000000-23028 MEASURE V DISTRICT TAX ($0.07) 10022100-54100 SUPPLIES $0.07 10022100-54100 SUPPLIES $14.80 35976257 MISC ITEMS AS NEEDED $17.12 90000000-23028 MEASURE V DISTRICT TAX ($0,08) 10022100-54100 SUPPLIES $0.08 10022100.54100 SUPPLIES $17.12 35978033 MISC ITEMS AS NEEDED $17.12 90000000-23028 MEASURE V DISTRICT TAX ($0.08) 10022100-54100 SUPPLIES $0.08 10022100-54100 SUPPLIES $17.12 35989986 MISC ITEMS AS NEEDED $17.12 90000000-23028 MEASURE V DISTRICT TAX ($0.08) 37 List of Checks Presented for Approval on 7/14/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail FRIEDMANS HOME 35989966 MISC ITEMS AS NEEDED $17.12 10022100-54100 SUPPLIES $0,08 IMPROVEMENT 10022100-54100 SUPPLIES $17.12 35970801 MISC ITEMS AS NEEDED $17.54 90000000-23028 MEASURE V DISTRICT TAX ($0.09) 84024425-54100 SUPPLIES $0.09 84024425-54100 SUPPLIES $17.54 35960478 MISC ITEMS AS NEEDED $17.75 90000000-23028 MEASURE V DISTRICT TAX ($0.09) 10022100.54100 SUPPLIES $0.09 10022100-54100 SUPPLIES $17.75 35957619 MISC ITEMS AS NEEDED $18.11 90000000-23028 MEASURE Y DISTRICT TAX ($0.09) 82024414-54100 SUPPLIES $0.09 82024414-54100 SUPPLIES $18.11 35959841 MISC ITEMS AS NEEDED $19.02 90000000-23028 MEASURE Y DISTRICT TAX ($0.09) 10022100-54100 SUPPLIES $0.09 10022100-54100 SUPPLIES $19.02 35958547 MISC ITEMS AS NEEDED $19.37 90000000-23028 MEASURE V DISTRICT TAX ($0.09) 82024414-54100 SUPPLIES $0.09 82024414-54100 SUPPLIES $19.37 35988023 MISC ITEMS AS NEEDED $20.39 90000000-23028 MEASURE Y DISTRICT TAX ($0.10) 80026400-54100 SUPPLIES $0.10 80026400-54100 SUPPLIES $20.39 35986786 MISC ITEMS AS NEEDED $21.10 90000000-23028 MEASURE Y DISTRICT TAX ($0.10) 10022100-54100 SUPPLIES $0.10 38 List of Checks Presented for Approval on 7/14/2017 Invoices Vendor IName Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail FRIEDMANS HOME 35986786 MISC ITEMS AS NEEDED $21.10 10022100-54100 SUPPLIES $21.10 IMPROVEMENT 35969755 MISC ITEMS AS NEEDED $22.50 90000000-23028 MEASURE Y DISTRICT TAX ($0.11) 80026330-54100 SUPPLIES $0.11 8002633054100 SUPPLIES $22.50 35987076 MISC ITEMS AS NEEDED $24.43 90000000-23028 MEASURE V DISTRICT TAX ($0.12) 1002422054120 PW-SPECIAL SUPPLIES $0.12 • 10024220-54120 PW-SPECIAL SUPPLIES $24.43 35970010 MISC ITEMS AS NEEDED $24.70 90000000-23028 MEASURE YDISTRICT TAX ($0.12) 10024220-54120 PW-SPECIAL SUPPLIES $0.12 10024220-54120 PW-SPECIAL SUPPLIES $24.70 35957185 MISC ITEMS AS NEEDED $27.73 90000000-23028 MEASURE Y DISTRICT TAX ($0.13) 1002422054120 PW-SPECIAL SUPPLIES $0.13 10024220-54120 PW-SPECIAL SUPPLIES $27.73 35971100 MISC ITEMS AS NEEDED $28.48 90000000-23028 MEASURE V DISTRICT TAX ($0.14) 10024220-54120 PW-SPECIAL SUPPLIES $0.14 1002422054120 PW-SPECIAL SUPPLIES $28.48 35979836 MISC ITEMS AS NEEDED $29.22 90000000-23028 MEASURE V DISTRICT TAX ($0.14) 10024220-54125 PW-TRAFFIC PAINT $0.14 10024220-54125 PW-TRAFFIC PAINT $29.22 35966694 MISC ITEMS AS NEEDED $30.70 90000000-23028 MEASURE Y DISTRICT TAX ($0.15) 80026330-54100 SUPPLIES $0.15 80026330-54100 SUPPLIES 830.70 39 List of Checks Presented for Approval on 7/14/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail FRIEDMANS HOME 35988302 MISC ITEMS AS NEEDED $32.22 90000000-23028 MEASURE V DISTRICT TAX ($0.15) IMPROVEMENT 90000000-23235 MOVIES IN THE PLAZA $0.15 90000000-23235 MOVIES IN THE PLAZA $32.22 35980700 MISC ITEMS AS NEEDED $34.64 90000000-23028 MEASURE Y DISTRICT TAX ($0.16) 84024425-54102 SMALL TOOLS $016 84024425-54102 SMALL TOOLS $34.64 35976800 MISC ITEMS AS NEEDED $36.10 90000000-23028 MEASURE Y DISTRICT TAX ($0.17) 10022100-54100 SUPPLIES $0.17 10022100-54100 SUPPLIES $38.10 35952613 MISC ITEMS AS NEEDED $37.51 90000000-23028 MEASURE V DISTRICT TAX ($0.18) 10024220-54120 PW-SPECIAL SUPPLIES $0.18 10024220-54120 PW-SPECIAL SUPPLIES $37.51 35984808 MISC ITEMS AS NEEDED $39.37 90000000.23028 MEASURE Y DISTRICT TAX ($0.19) 10024220-54102 SMALL TOOLS $0.19 10024220-54102 SMALL TOOLS $39.37 35952624 MISC ITEMS AS NEEDED $39.59 90000000-23028 MEASURE Y DISTRICT TAX ($0.19) 84024421-54100 SUPPLIES $0.19 84024421-54100 SUPPLIES $39.59 35980471 MISC ITEMS AS NEEDED $40.15 90000000-23028 MEASURE Y DISTRICT TAX ($0.19) 20822500-54102 SMALL TOOLS $0.19 20822500-54102 SMALL TOOLS $40.15 35961784 MISC ITEMS AS NEEDED $44.94 90000000-23028 MEASURE Y DISTRICT TAX ($0.21) 40 List of Checks Presented for Approval on 7/14/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail FRIEDMANS HOME 35981784 MISC ITEMS AS NEEDED $44.94 84024421-54100 SUPPLIES $0.21 IMPROVEMENT 84024421-54100 SUPPLIES $44.94 35977842 MISC ITEMS AS NEEDED $46.66 90000000-23028 MEASURE Y DISTRICT TAX ($0.23) 82024414-54100 SUPPLIES $0.23 8202441454100 SUPPLIES $48.66 35957342 MISC ITEMS AS NEEDED 557.57 90000000-23028 MEASLIRE Y DISTRICT TAX ($0.27) 82024414-54100 SUPPLIES $0.27 82024414-54100 SUPPLIES $57.57 35979037 MISC ITEMS AS NEEDED $63.01 90000000-23028 MEASURE Y DISTRICT TAX ($0.29) 10024220-54124 PW-CONCRETE/SUPPLIES $0.29 10024220-54124 PW-CONCRETE/SUPPLIES $63.01 35988161 MISC ITEMS AS NEEDED $65.70 90000000-23028 MEASURE V DISTRICT TAX ($0.31) 10022100-54100 SUPPLIES $0.31 10022100-54100 SUPPLIES $65.70 35961358 MISC ITEMS AS NEEDED $77.63 90000000-23028 MEASURE Y DISTRICT TAX ($0.36) 10024220-54120 PW-SPECIAL SUPPLIES $0.36 10024220-54120 PW-SPECIAL SUPPLIES $77.63 35979351 MISC ITEMS AS NEEDED $90.40 90000000-23028 MEASURE Y DISTRICT TAX ($0.42) 10022100-54100 SUPPLIES $0.42 1002210454100 SUPPLIES $90.40 35984252 MISC ITEMS AS NEEDED $98.24 90000000-23028 MEASURE Y DISTRICT TAX ($0.46) 8202441454100 SUPPLIES $0.46 41 List of Checks Presented for Approval on 7/14/2017 Invoices Vendor Name Invoice.# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail FRIEDMANS HOME 35984252 MISC ITEMS AS NEEDED $98.24 82024414-54100 SUPPLIES $98.24 IMPROVEMENT 35958605 MISC ITEMS AS NEEDED $113.26 90000000-23028 MEASURE Y DISTRICT TAX ($0.53) 10022100-54100 SUPPLIES $0.53 10022100-54100 SUPPLIES $113.26 35968906 MISC ITEMS AS NEEDED $122.57 90000000-23028 MEASURE V DISTRICT TAX ($0.57) 10520210.54100 SUPPLIES $0.57 10520210-54100 SUPPLIES $122.57 35963221 MISC ITEMS AS NEEDED $152.36 90000000-23028 MEASURE YDISTRICT TAX ($0.71) 10024220-54102 SMALL TOOLS $0.71 10024220-54102 SMALL TOOLS $152.36 35984733 MISC ITEMS AS NEEDED $160.13 90000000-23028 MEASURE Y DISTRICT TAX ($0.75) 10024220-54120 PW-SPECIAL SUPPLIES $0.75 10024220-54120 PW-SPECIAL SUPPLIES $160.13 35985808 MISC ITEMS AS NEEDED $191.51 90000000-23028 MEASURE Y DISTRICT TAX ($0.89) 77725200-54100 SUPPLIES $0.89 77725200-54100 SUPPLIES $191.61 35979799 MISC ITEMS AS NEEDED $198.76 90000000-23026 MEASURE Y DISTRICT TAX ($0.93) 84024421-54100 SUPPLIES $0.93 84024421-54100 SUPPLIES $198.76 35984602 MISC ITEMS AS NEEDED $208.89 90000000-23028 MEASURE Y DISTRICT TAX ($0.97) 84024425-54102 SMALL TOOLS $0.97 84024425-54102 SMALL TOOLS $208.89 42 List of Checks Presented for Approval on 7/14/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail FRIEDMANS HOME 35987010 MISC ITEMS AS NEEDED $278.72 90000000-23028 MEASURE V DISTRICT TAX ($1.30) IMPROVEMENT 20324100-54100 SUPPLIES $1.30 20324100-54100 SUPPLIES $278.72 35966865 MISC ITEMS AS NEEDED $279.40 90000000-23028 MEASUREYDISTRICTTAX ($1.30) 84024421-54102 SMALL TOOLS $1.30 84024421-54102 SMALL TOOLS $279.40 35958421 MISC ITEMS AS NEEDED 5364.35 90000000-23028 MEASURE V DISTRICT TAX ($1.69) 10024220-54124 PW-CONCRETE/SUPPLIES $1.69 10024220-54124 PW-CONCRETE/SUPPLIES $364.35 Vendor Total: $6,962.52 GCS ENVIRONMENTAL EQUIP 15854 PARTS&SUPPLIES AS NEEDED $195.84 10024220-56130 EXTERNAL SERVICES $0.86 SRVS 10024220-56130 EXTERNAL SERVICES $195.84 90000000-23028 MEASURE Y DISTRICT TAX ($0.86) Vendor Total: $195.84 GEARY,SHEA,O'DONNELL, 42736 TRIAL COUNSEL IN UVSD VS. $53,761.20 84424422-52100 CONTRACTED SERVICES $53,761.20 GRATTAN,&MITCHELL COU Vendor Total: $53,761.20 GEMINI GROUP LLC 116-13073 SERVICES&PRINTING $2699.00 82024411-52100 CONTRACTED SERVICES $2,699.00 Vendor Total: $2699.00 GENERAL PACIFIC INC 1285355 STREET LIGHT MAST ARM 5806.31 80000000-12104 INVENTORY-PURCHASES $806.31 1285656 ELECTRICAL EQUIPMENT AND $4,134.51 80000000-12104 INVENTORY-PURCHASES $4,134.51 SUPPL 43 List of Checks Presented for Approval on 7/14/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail GENERAL PACIFIC INC 1283882 PARTS AS NEEDED $493.11 80026200-54100 SUPPLIES $493.11 Vendor Total: $5,433.93 GENERAL SERVICES AGENCY 20176-4 SLA AGREEMENT $525.00 20620231-52100 CONTRACTED SERVICES $525.00 Vendor Total: $525.00 GHD INC 83427 TRANSPORTATION $8,869.09 25024210-80230 INFRASTRUCTURE $8,869.09 IMPROVEMENTS RE Vendor Total: $8,869.09 GINA GRECO DV070517 INSTRUCTOR $1,879.00 10022850-52100 CONTRACTED SERVICES $1,879.00 Vendor Total: $1,879.00 GRAFIX SHOPPE 114777 PD VEHICLE GRAPHIC KIT $381.22 90000000-23252 DISTRICT USE TAX-LIBRARIES ($0.42) 90000000-23237 DISTRICT USE TAX-MEASURE S ($1.68) 10520210-56130 EXTERNAL SERVICES $28.07 1052021056130 EXTERNAL SERVICES $361.22 90000000-23028 MEASURE V DISTRICT TAX ($1.68) 90000000-23013 STATE USE TAX LIABILITY ($24.29) Vendor Total: $361.22 GRANICUS INC 87975 SOFTWARE&SERVICES $41290 10011100-52100 CONTRACTED SERVICES $412.90 AGREEMENT Vendor Total: $412.90 GRANITE CONSTRUCTION 1192113 MISC ROCK&ROAD PATCH $192.08 10024220-54121 PW-ASPHALT CONCRETE $192.08 COMPANY MATERIA Vendor Total: $192.08 HARRIS COMPUTER SYSTEMS MN00098333 CLASSIC SOFTWARE $18,454.93 20513300-52100 CONTRACTED SERVICES $18,454.93 INC MAINTENANCE- Vendor Total: $18,454.93 44 List of Checks Presented for Approval on 7/14/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail HERORENTALS INC 29379141-001 RENTAL OR LEASE SERVICES OF $1,119.52 10024220-56410 EQUIPMENT RENTAL-PRIVATE $1,119.52 AG Vendor Total: $1,119.52 MCP NET 30132 MEMBERSHIP-CAPTAIN JUSTIN $875.00 10020210-57300 MEMBERSHIPS& $67E00 WYATT 7119117-7118118 SUBSCRIPTIONS Vendor Total: $875.00 INFOSEND INC 122559 US PRINT&MAIL SERVICES $1,139.09 90000000-23226 CONCERT SERIES $1,139.09 121617 US PRINT&MAIL SERVICES $4,653.63 20513300-52100 CONTRACTED SERVICES $4,653.63 Vendor Total: $5,79272 INTEGRITY SHRED 70954 DOCUMENT SHREDDING $57.00 10520210-54100 SUPPLIES $28.50 20620231-54100 SUPPLIES 528.50 Vendor Total: $57.00 INTERWEST CONSULTING 34574 GIS SERVICES-ON-CALL AND AS $52.50 10024210.52100 CONTRACTED SERVICES $52.50 GROUP INC Vendor Total: $52.50 JOHNSON'S QUALITY TREE CARE E3731 TREE REMOVAL $5,300.00 10022100-56120 EQUIPMENT MAINTENANCE& $5,300.00 AND LOGGING CO LLC REPAIR Vendor Total: $5,300.00 KELLY-MOORE PAINT COMPANY 910- MISCELLANEOUS PURCHASES $603.56 10024220-54125 PW-TRAFFIC PAINT $603.58 INC 00000282545 AS REQ Vendor Total: $603.56 LAFCO-LOCAL AGENCY 806 ANNUAL COST SHARE OF LAFCO $22,263.95 10012200-57300 MEMBERSHIPS $22,263.95 FORMATION COMMISSION OF SUBSCRIPTIONS Vendor Total: $22,263.95 ' LEADERSHIP MENDOCINO DV063017 LEADERSHIP MENDOCINO $1,000.00 10024210-57300 MEMBERSHIPS& $333.33 REGISTRATION FEE-JAROD SUBSCRIPTIONS THIELE 45 List of Checks Presented for Approval on 7/14/2017 Invoices Vendor Name Invoice.# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail LEADERSHIP MENDOCINO DV063017 LEADERSHIP MENDOCINO $1,000.00 82024410-57300 MEMBERSHIPS& $333.34 REGISTRATION FEE-JAROD SUBSCRIPTIONS THIELE 84024420.57300 MEMBERSHIPS& $333.33 SUBSCRIPTIONS Vendor Total: $1,000.00 LIEBERT CASSIDY WHITMORE 1442015 LEGAL SERVICES-PERSONNEL $48.00 10016100-52100 CONTRACTED SERVICES $48.00 Vendor Total: $48.00 LINCOLN AQUATICS 51319149 100LB BACKETS OF PULSAR $5,403.57 10022300-54106 SPECIALTY SUPPLIES $5,403.57 PLUS B Vendor Total: $5,40157 MARC CARSON WEB DESIGN 3 JULY 2017 17118 WEBSITE HOSTING FOR PD $1,000.00 63020210-52100 CONTRACTED SERVICES $1,000.00 Vendor Total: $1,000.00 MATTHEW MICHAEL COUGHLIN DV070517 INSTRUCTOR $1,050.00 10022850-52100 CONTRACTED SERVICES $1,050.00 Vendor Total: $1,050.00 MUNI SERVICES LLC 0000046065 COMMISSION ON FEES LTC $25.20 W013400-52100 CONTRACTED SERVICES $25.20 DISCOVERY Vendor Total: $25.20 OFFICE DEPOT 934219254001 OFFICE SUPPLIES, $44.43. 10012200-54100 SUPPLIES. $44.43 MISCELLANEOUS 934737441001 OFFICE SUPPLIES, $650.03 10012200-54100 SUPPLIES $650.03 MISCELLANEOUS 937014610001 OFFICE SUPPLIES, $22.17 10023100-54100 SUPPLIES $22.17 MISCELLANEOUS 937017239001 OFFICE SUPPLIES, $225.41 10023100-54100 SUPPLIES $225.41 MISCELLANEOUS 931465619002 OFFICE SUPPLIES, $7.79 10024210-54100 SUPPLIES $7.79 MISCELLANEOUS 935298255001 OFFICE SUPPLIES, $29.46 10024210-54100 SUPPLIES $9.82 MISCELLANEOUS 46 List of Checks Presented for Approval on 7/14/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail OFFICE DEPOT 935295255001 OFFICE SUPPLIES, $29.46 82024410-54100 SUPPLIES $982 MISCELLANEOUS 84024420-54100 SUPPLIES $9.82 938277864001 OFFICE SUPPLIES, $47.85 10024210-54100 SUPPLIES $47.86 MISCELLANEOUS 932392469001 OFFICE SUPPLIES, $571.24 10520210-54100 SUPPLIES $571.24 MISCELLANEOUS 93710753E1001 OFFICE SUPPLIES, $5.41 20620231-54100 SUPPLIES $5.41 MISCELLANEOUS 937107240001 OFFICE SUPPLIES, $24.89 20620231-54100 SUPPLIES $24.89 MISCELLANEOUS 937849540001 OFF ICE SUPPLIES, $41.40 20620231-54100 SUPPLIES $41.40 MISCELLANEOUS 938421348001 OFFICE SUPPLIES. $65.55 80028400-54100 SUPPLIES $65.55 MISCELLANEOUS 933078736001 OFFICE SUPPLIES, $283.54 80026400-54100 SUPPLIES $109.32 MISCELLANEOUS 82024414-54100 SUPPLIES $87.11 84024421-54100 SUPPLIES $87.11 935607909001 OFFICE SUPPLIES, $6.97 82024410-54100 SUPPLIES $3.49 MISCELLANEOUS 84024420-54100 SUPPLIES $3.48 935607880001 OFFICE SUPPL I ES, $26.79 82024410-54100 SUPPLIES $13.40 MISCELLANEOUS 84024420-54100 SUPPLIES $13.39 932539781001 OFFICE SUPPLIES, $59.53 82024410-54100 SUPPLIES $29.77 MISCELLANEOUS 84024420-54100 SUPPLIES $29.76 Vendor Total: $2,112.47 ONE TIME PAY VENDOR DV062717.1 REFUND OVERPAID PERMIT $764.00 90000000-23027 BUILDING STDS ADMIN SPEC FD $764.00 FEES DV071317.1 REFUND REC CLASS $27.50 10022300-44910 SWIMMING POOL $27.50 47 List of Checks Presented for Approval on 7/14/2017 InvOices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail ONE TIME PAY VENDOR DV071317 REFUND REC CLASS $87.50 10022300-44910 SWIMMING POOL $87.50 116174-4 UTILITY REFUND $12.91 90100000-10421 UTILITY RECEIVABLES CLEARING $12.91 77093-3 UTILITY REFUND $39.37 90100000-10421 UTILITY RECEIVABLES CLEARING $39.37 116511-7 UTILITY REFUND $65.23 90100000-10421 UM/7Y RECEIVABLES CLEARING $65.23 102977-6 UTILITY REFUND $74.34 90100000-10421 UTILITY RECEIVABLES CLEARING $74.34 117057-0 UTILITY REFUND $79.51 90100000-10421 UTILITY RECEIVABLES CLEARING $79.51 114338-7 UTILITY REFUND $100.19 90100000-10421 UTILITY RECEIVABLES CLEARING $100.19 112023-7 UTILITY REFUND $105.91 90100000-10421 UTILITY RECEIVABLES CLEARING $105.91 114745-3 UTILITY REFUND $135.58 90100000-10421 UTILITY RECEIVABLES CLEARING $135.58 106931-9 UTILITY REFUND $180.15 90100000-10421 UTILITY RECEIVABLES CLEARING $180.15 Vendor Total: $1,672.19 PACE SUPPLY CORPORATION 023904748-2 PLUMBING EQUIPMENT, $387.44 82000000-12104 INVENTORY-PURCHASES $387.44 FIXTURES. 023943524 MISCELLANEOUS ITEMS AS $49.17 80526610-54100 SUPPLIES $49.17 NEEDED Vendor Total: $436.61 PAN-PACIFIC SUPPLY CO 29596388 SUPPLIES $4.348.35 84024425-56120 EQUIPMENT MAINTENANCE& $4,348.35 REPAIR Vendor Total: $4,348.35 PETERSON CAT PC060138883 PARTS&SERVICE REPAIRS AS $108.89 10520210-58130 EXTERNAL SERVICES $0.50 NEE 10520210-56130 EXTERNAL SERVICES $108.89 90000000-23028 MEASURE Y DISTRICT TAX ($0.50 Vendor Total: $108.89 48 List of Checks Presented for Approval on 7/14/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail Pb I tRSON TRUCKS INC 272746P AIR AND LUBE FILTERS $47.32 10024220-56130 EXTERNAL SERVICES $0.22 10024220-56130 EXTERNAL SERVICES $47.32 90000000-23028 MEASURE V DISTRICT TAX ($0.22) 272649P FILTER $39.85 10521210-56130 EXTERNAL SERVICES $0.05 10521210-56130 EXTERNAL SERVICES $39.85 90000000-23028 MEASURE Y DISTRICT TAX ($0.05) 27253312 HOUSING SWITCH $253.66 80026400-56130 EXTERNAL SERVICES $1.18 80026400-56130 EXTERNAL SERVICES $253.66 90000000-23028 MEASURE Y DISTRICT TAX ($1.18) Vendor Total: $340.83 PG&E CO JUNE 17 GAS AND ELECTRIC SERVICES $2,479.57 31122870-55210 UTILITIES $2,479.57 FOR ARRC Vendor Total: $2,479.57 PHYSIO-CONTROL INC 117042979 ASSEMBLY REPLACEMENT KIT $261.47 10521210-54100 SUPPLIES $261.47 Vendor Total: $261.47 PLATT ELECTRIC SUPPLY N354246 MISC ELECTRICAL SUPPLIES AS $83.16 90000000-23252 DISTRICT USE TAX-LIBRARIES ($0.20) NE 90000000-23028 MEASURE V DISTRICT TAX ($0.39) 80026120-54100 SUPPLIES $0.59 80026120-54100 SUPPLIES $83.16 Vendor Total: $83.16 POWER INDUSTRIES INC 735166 V-BETL $27.15 84024425-56120 EQUIPMENT MAINTENANCE& $27.15 REPAIR 734246 SLEEVE $49.86 84024425-56120 EQUIPMENT MAINTENANCE& $0.17 REPAIR 49 List of Checks Presented for Approval on 7/14/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail POWER INDUSTRIES INC 734246 SLEEVE $49.86 84024425-56120 EQUIPMENT MAINTENANCE& $49.88 REPAIR 90000000-23028 MEASURE Y DISTRICT TAX ($0.17) Vendor Total: $77.03 PRESS DEMOCRAT 30029550.0605 2017 SUBSCRIPTION RENEWAL $387.05 10012400-57300 MEMBERSHIPS 8 $387.05 17 SUBSCRIPTIONS Vendor Total: $387.05 RAINBOW AGRICULTURAL 5433470-00 PARTS&MISC SUPPLIES AS $14.94 10024220-54120 PW-SPECIAL SUPPLIES $14.94 SERVICES NEEDE 5430516-00 PARTS&MISC SUPPLIES AS $27.06 10024220-54120 PW-SPECIAL SUPPLIES $27.06 NEEDE 5431105-00 PARTS&MISC SUPPLIES AS $24.18 10022100-54102 SMALL TOOLS $24.18 NEEDE 5432431-00 PARTS&MISC SUPPLIES AS $1,029.54 10022100-54102 SMALL TOOLS $1,029.54 NEEDE 5428499-00 PARTS&MISC SUPPLIES AS $238.23 10024220-54102 SMALL TOOLS $238.23 NEEDE 5439515-00 PARTS&MISC SUPPLIES AS $947.08 82024411-54102 SMALL TOOLS $947.08 NEEDE 5430834-00 PARTS&MISC SUPPLIES AS $43.34 10520210-54100 SUPPLIES $43.34 NEEDS 5439060-00 PARTS&MISC SUPPLIES AS $43.34 10520210-54100 SUPPLIES $43.34 NEEDE 5431957-00 PARTS&MISC SUPPLIES AS $54.17 10520210-54100 SUPPLIES $54.17 NEEDE 5437131-00 PARTS&MISC SUPPLIES AS $63.93 10520210-54100 SUPPLIES $63.93 NEEDE 5420192-00 PARTS&MISC SUPPLIES AS $185.32 82024414-54100 SUPPLIES $185.32 NEEDE Vendor Total: $2,671.13 REALTY WORLD-SELZER REALTY 117411-9 UTILITY REFUND $3.43 90100000-10421 UTILITY RECEIVABLES CLEARING $5.43 Vendor Total: $3.43 50 List of Checks Presented for Approval on 7/14/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail REDWOOD COAST FUELS 1852665 CARDLOCK FUEL PURCHASES $585.66 77725200-58401 AVIATION FUEL $585.66 1856158 CARDLOCK FU EL PURCHASES $417.58 10024220-58210 FUEL&FLUIDS $417.58 1856128 CARD LOC K FUEL P U RCHASES $81.71 20324100-59410 GARAGE LUBRICANTS&PARTS $81.71 Vendor Total: $1,084.95 REDWOOD EMPIRE AIKIKAI DV070517 INSTRUCTOR $458.00 10022850-52100 CONTRACTED SERVICES $468.00 Vendor Total: $468.00 REDWOOD FORD 124713 PARTS&SERVICE REPAIRS AS $40.78 10024220-56130 EXTERNAL SERVICES $4978 NEE 124986 PARTS&SERVICE REPAIRS AS $41.49 10024220-56130 EXTERNAL SERVICES $41.49 NEE 124874 PARTS&SERVICE REPAIRS AS $62.18 10024220-56130 EXTERNAL SERVICES $82.18 NEE CM124765 PARTS&SERVICE REPAIRS AS ($81.29) 10520210-55130 EXTERNAL SERVICES ($81.29) NEE 124725 PARTS&SERVICE REPAIRS AS $37.68 10520210-56130 EXTERNAL SERVICES $37.68 N EE 124732 PARTS&SERVICE REPAIRS AS $43.35 10520210-56130 EXTERNAL SERVICES $43.35 NEE 124998 PARTS&SERVICE REPAIRS AS $75.02 10520210-56130 EXTERNAL SERVICES $75.02 NEE 124765 PARTS&SERVICE REPAIRS AS $549.90 10520210-56130 EXTERNAL SERVICES $549.90 NEE 124818 PARTS&SERVICE REPAIRS AS $17.30 82024411-58130 EXTERNAL SERVICES $17.30 NEE 124940 PARTS&SERVICE REPAIRS AS $38.71 82024411-56130 EXTERNAL SERVICES $38.71 NEE 124952 PARTS&SERVICE REPAIRS AS $51.14 82024411-56130 EXTERNAL SERVICES $51.14 NEE 124931 PARTS 8 SERVICE REPAIRS AS $110.91 82024411-56130 EXTERNAL SERVICES $110.91 NEE 124938 PARTS&SERVICE REPAIRS AS $460.60 82024411-56130 EXTERNAL SERVICES $460.60 NEE Vendor Total: $1,447.77 51 List of Checks Presented for Approval on 7/14/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail SAGE SANGIACOMO DV062917 REIMBURSEMENT $665.00 10012100-57100 CONFERENCE&TRAINING $665.00 Vendor Total: $665.00 SANTA ROSA UNIFORM& 12141 UNIFORM SUPPLIES 565.16 10520210-54100 SUPPLIES $65.16 CAREER APPAREL INC 12240 UNIFORM SUPPLIES $144.24 10520210-54100 SUPPLIES $144.24 12239 UNIFORM SUPPLIES $174.40 10520210-54100 SUPPLIES $174.40 12395 UNIFORM SUPPLIES $300.39 10520210-54100 SUPPLIES $300.39 1122060 UNIFORM SUPPLIES $543.13 10520210-54100 SUPPLIES $543.13 Vendor Total: $1,227.32 SHANNON RILEY TR 5/19.21/17 TRAVEL REIMBURSEMENT $686.80 75017110-57100 CONFERENCE&TRAINING $688.80 Vendor Total: $688.80 SHARON WEDEGAERTNER DV070517 INSTRUCTOR 51,923.60 10022850-52100 CONTRACTED SERVICES $1,923.60 Vendor Total: $1,923.60 SLAM DUNK PIZZA 7/3/17 PIZZA FOR OFFICE/POOL $24.66 10022300-54100 SUPPLIES $29.38 10022300-54100 SUPPLIES $32.52 10022300-54100 SUPPLIES $48.78 10022300-54100 SUPPLIES $48.78 10022810-54100 SUPPLIES $85.20 Vendor Total: $244.66 SNAP-ON INDUSTRIAL ARV/33025758 GARAGE STOCK SUPPLIES $415.67 20324100-54100 SUPPLIES $415.67 Vendor Total: $415.67 52 List of Checks Presented for Approval on 7/14/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail TELECOM 8837 TELEPHONE PRODUCTS& $52.50 20922900-52100 CONTRACTED SERVICES $52.50 SERVICES 8916 TELEPHONE PRODUCTS& 552.50 20922900-52100 CONTRACTED SERVICES $52.50 SERVICES 8873 TELEPHONE PRODUCTS& $105.00 20922900-52100 CONTRACTED SERVICES $105.00 SERVICES 8847 TELEPHONE PRODUCTS& $939.07 20922900-52100 CONTRACTED SERVICES $939.07 SERVICES Vendor Total: $1,149.07 TELSTAR INSTRUMENTS INC 89577 EQUIPMENT MAIM',REPAIR,AND $2,698.20 82024411-52100 CONTRACTED SERVICES $2,698.20 R Vendor Total: $2698.20 TGIF REPAIRS INC 5302 HR ALALYST PRINTER REPAIR $210.00 10016100-54164 HR-FORMS 6,OTHER DIV.EXP. $210.00 Vendor Total: $210.00 TRACTOR SUPPLY CREDIT PLAN 195187 MISCELLANEOUS SUPPLIES AS $36.28 10022100-59400 BAD DEBT EXPENSE $38.28 NEED 341339 MISCELLANEOUS SUPPLIES AS $18.79 90000000-23226 CONCERT SERIES $18.79 NEED 226690 MISCELLANEOUS SUPPLIES AS $30-07 20324100-56130 EXTERNAL SERVICES $30.07 NEED 228624 MISCELLANEOUS SUPPLIES AS $173.36 10024220-54120 PW-SPECIAL SUPPLIES $173.36 NEED 342256 MISCELLANEOUS SUPPLIES AS $54.17 10022300-54106 SPECIALTY SUPPUES $54.17 NEED 229143 MISCELLANEOUS SUPPLIES AS $36.48 10022100-54100 SUPPLIES $36.48 NEED 192896 MISCELLANEOUS SUPPLIES AS $82.34 10022100-54100 SUPPLIES $82.34 NEED 341239 MISCELLANEOUS SUPPLIES AS $4.34 20824300-54100 SUPPLIES $4.34 NEED 193266 MISCELLANEOUS SUPPLIES AS 521.66 20824300-54100 SUPPLIES $21.66 NEED Vendor Total: $457.49 53 List of Checks Presented for Approval on 7/14/2017 Invoices Vendor Name Invoice,# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail TUFTS POLYGRAPH& 2017-305(B) BACKGROUND INVESTIGATION $350.00 10016100-54161 HR-8.4CKGROUND&PHYSICALS $350.00 INVESTIGATION Vendor Total: $350.00 UKIAH AUTO PARTS 3276 AUTO&MACHINE PARTS& $149.00 20324100-57100 CONFERENCE&TRAINING $149.00 MATERIA 001777 AUTO&MACHINE PARTS& $5.95 82024411.56120 EQUIPMENT MAINTENANCE& $5.95 MATERIA REPAIR 002555 AUTO&MACHINE PARTS& $3.42 84024425-56120 EQUIPMENT MAINTENANCE& $3.42. MATERIA REPAIR CM063017 AUTO&MACHINE PARTS& ($22.91) 20324100-56112 EQUIPMENT PARTS FOR RESALE ($22.91) MATERIA 003678 AUTO&MACHINE PARTS& ($7.04) 20324100-56112 EQUIPMENT PARTS FOR RESALE ($7.04) MATERIA 003424 AUTO&MACHINE PARTS& $7.48 10022100-56130 EXTERNAL SERVICES $7.48 MATERIA 004305 AUTO&MACHINE PARTS& $21.72 1002210058130 EXTERNAL SERVICES. $21.72 MATERIA 001822 AUTO&MACHINE PARTS 8 $25.66 1002422056130 EXTERNAL SERVICES $25.66 MATERIA 005205 AUTO&MACHINE PARTS& $31.29 1002422046130 EXTERNAL SERVICES $31.29 MATERIA 002384 AUTO&MACHINE PARTS& $9.00 10520210-56130 EXTERNAL SERVICES $9.00 MATERIA 003485 AUTO&MACHINE PARTS& $122.38 20822500-56130 EXTERNAL SERVICES $122.38 MATERIA 003013 AUTO&MACHINE PARTS& $14.37 80026400-56130 EXTERNAL SERVICES $14.37 MATERIA 001648 AUTO&MACHINE PARTS& $30.50 80026400-56130 EXTERNAL SERVICES $30.50 MATERIA 004757 AUTO&MACHINE PARTS& $22.68 82024411-56130 EXTERNAL SERVICES $22.68 MATERIA 005219 AUTO&MACHINE PARTS& $30.92 8202441156130 EXTERNAL SERVICES $30.92 MATERIA 005191 AUTO&MACHINE PARTS& $111.70 82024411-56130 EXTERNAL SERVICES $111.70 MATERIA 54 List of Checks Presented for Approval on 7/14/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail UKIAH AUTO PARTS 004751 AUTO&MACHINE PARTS& $142.01 82024411-56130 EXTERNAL SERVICES $142.01 MATERIA 004240 AUTO&MACHINE PARTS& $23.03 84024425-56130 EXTERNAL SERVICES $23,03 MATERIA 001776 AUTO&MACHINE PARTS& $25.68 84024425-56130 EXTERNAL SERVICES $2568 MATERIA 001918 AUTO&MACHINE PARTS& $48.75 84024425-56130 EXTERNAL SERVICES $48.75 MATERIA 004162 AUTO&MACHINE PARTS& $138.08 84024425-56130 EXTERNAL SERVICES $138.08 MATERIA 003619 AUTO&MACHINE PARTS& $12.96 20324100-54100 SUPPLIES $12.96 MATERIA Vendor Total: $946.63 UKIAH TROPHIES&GIFTS 582464 TROPHY&MUG ENGRAVING $237.07 10022822-54100 SUPPLIES $237.07 Vendor Total: $237,07 UKIAH VALLEY CULTURAL& 2 CAPITAL IMPROVEMENT 910,000.00 31122870-52100 CONTRACTED SERVICES $10,000.00 RECREATIONAL CENTER CONTRIBUTION Vendor Total: $10.000.00 UNITED SITE SERVICES 114-5406876 PORTABLE TOILET RENTAL $136.32 80026330-52100 CONTRACTED SERVICES $136.32 Vendor Total: $136.32 UPS 0000E19R5424 SHIPPING CHARGES $7.28 10023320-54101 POSTAGE $7.28 7 0000E19R5421 SHIPPING CHARGES $173.72 10023320-54101 POSTAGE $7.31 7 10023320-54101 POSTAGE $33.56 80026120-54102 SMALL TOOLS $132.85 0000519R5423 SHIPPING CHARGES $187.16 10023320-54101 POSTAGE $170.34 7 80026120-54102 SMALL TOOLS $16.82 Vendor Total: $368.16 55 List of Checks Presented for Approval on 7/14/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail USA BLUEBOOK 295181 VALVE ASSEMBLY&INDICATOR $439.38 82024411-56120 EQUIPMENT MAINTENANCE& $439.38 SOLUTION REPAIR Vendor Total: $439.38 WESCO DISTRIBUTION INC 250141 ELECTRIC INVENTORY STOCK $101.22 80000000-12104 INVENTORY-PURCHASES $101.22 204557 ELECTRICAL EQUIPMENT AND $526.12 8000000042104 INVENTORY-PURCHASES $525.12 SUPPL Vendor Total: $627.34 WESTERN WATER 11 SPEC 16-02 SITE DEVELOPMENT $293,907.86 82224413-80230 INFRASTRUCTURE $96619.16 CONSTRUCTORS INC WE 82224413-80230 INFRASTRUCTURE $197,28850 Vendor Total: $293,907.66 WIPF CONSTRUCTION 0156 DELIVERY OF VARIOUS $597.60 84024421-54100 SUPPLIES $597.60 MATERIALS Vendor Total: $597.60 WYATT IRRIGATION CO 231973-00 PARTS&MISC SUPPLIES AS $91.58 90000000-23237 DISTRICT USE TAX-MEASURES ($0.43) NEEDE 90000000-23028 MEASURE Y DISTRICT TAX ($0.43) 10022100-54100 SUPPLIES $0.88 10022100-54100 SUPPLIES $91.56 Vendor Total; $91.56 INVOICE TOTAL: $520,101.75 • 56 List of Checks Presented for Approval on 7/21/2017 The following list of bills payable was reviewed and approved for payment. Signature Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail AACTION RENTS 283877-2 EQUIPMENT&MACHINERY $500.00 84024425-52100 CONTRACTED SERVICES $500.00 RENTAL A Vendor Total: $500.00 ACME RIGGING&SUPPLY CO 286232 MISC RENTAL&SUPPLIES AS $20.20 84024425-56120 EQUIPMENT MAINTENANCE 8 $0.11 NEED REPAIR 84024425-56120 EQUIPMENT MAINTENANCE 8 $20.20 REPAIR 90000000-23028 MEASURE Y DISTRICT TAX ($0.01) 286156 MISC RENTAL&SUPPLIES AS $113.24 90000000-23028 MEASURE Y DIS 7R/C7 TAX ($0.57) NEED 80026400-54100 SUPPLIES $0.57 80026400-54100 SUPPLIES $113.24 285572 MISC RENTAL&SUPPLIES AS $175.79 90000000-23028 MEASURE Y DISTRICT TAX ($0.88) NEED 82024414-54109 SUPPLIES $0.88 82024414-54100 SUPPLIES $175.79 Vendor Total: $309.23 ADAMSON POLICE PRODUCTS INV248644 PARTS AS NEEDED $736.42 20324100-58510 REIMBURSABLE JOBS $736.42 Vendor Total: $736.42 AIR QUALITY MANAGEMENT 062017 AIR QUALITY PERMIT $373.75 77725200-52100 CONTRACTED SERVICES $373.75 DISTRICT Vendor Total: 8373.75 57 List of Checks Presented for Approval on 7/21/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail ALTEC INDUSTRIES INC 10776787 PARTS&MATERIALS AS NEEDED $102.53 80026400-56130 EXTERNAL SERVICES $102.53 8179732 TRUCKS(INCLUDING,DIESEL $371,886.74 80100000-80100 MACHINERY 8 EQUIPMENT $371,886.74 GAS Vendor Total: $371,989.27 AMAZON CAPITAL SERVICES 02RT-447S- 20MI 2-WAY RADIOS $99.98 90000000-23252 DISTRICT USE TAX-LIBRARIES ($0.13) 2HPS 90000000-23237 DISTRICT USE TAX-MEASURE S ($050) 90000000-23028 MEASURE Y DISTRICT TAX ($0.50) 90000000-23013 STATE USE TAX LIABILITY ($7.25) 10022640-54100 SUPPLIES $8.38 10022840-54100 SUPPLIES $99.96 OKXN-750Y- SPF LOTION-POOL $82.56 10022300-54100 SUPPLIES $82.56 1965 Vendor Total: $182.54 ARGONAUT CONSTRUCTORS 5-070517 2016 SEWER&WATER $484,842.96 5102422040230 INFRASTRUCTURE $147,113.86 REPLACEMENT 6222441340230 INFRASTRUCTURE $218,340.04 84024421-60230 INFRASTRUCTURE $99,389.06 Vendor Total: $464,842.96 AT&T 1300009796E189 TELEPHONE $5,020.75 1002210042180 SECURITY SERVICES $225.28 10010000-55100 TELEPHONE $40.81 10011100-55100 TELEPHONE $21.60 10012100-55100 TELEPHONE $80.83 10012200-5510D TELEPHONE $55.51 10013400-55100 TELEPHONE $51.88 10014000-55100 TELEPHONE $20.94 58 List of Checks Presented for Approval on 7/21/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail AT&T 000009795889 TELEPHONE $5,020.75 10016100-55100 TELEPHONE $43.21 10022100-55100 TELEPHONE $19.72 10022300-55100 TELEPHONE $20.93 10022810-55100 TELEPHONE $90.34 10022540-55100 TELEPHONE $9.07 10023100-55100 TELEPHONE $50.15 10023320-55100 TELEPHONE $21.60 10024210-55100 TELEPHONE $59.22 10024220-55100 TELEPHONE $45.32 10520210-55100 TELEPHONE $704.93 10521210-55100 TELEPHONE $353.81 20324100-55100 TELEPHONE $56.51 20413500-55100 TELEPHONE $26.16 20513300-55100 TELEPHONE $137.24 20520231-55100 TELEPHONE $132.03 20822500-55100 TELEPHONE $39.09 20824300-55100 TELEPHONE $164.24 20922900-55100 TELEPHONE $41.10 64020213-55100 TELEPHONE $12.54 69122700-55100 TELEPHONE $494.31 70024500-55100 TELEPHONE $12.54 72022400-55100 TELEPHONE $173.00 73022600-55100 TELEPHONE $0.03 59 List of Checks Presented for Approval on 7/21/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail AT&T 000009796889 TELEPHONE $5,020.75 73022600-55100 TELEPHONE $359.18 77725200-55100 TELEPHONE $115.84 80026130-55100 TELEPHONE $222.00 80026330-55100 TELEPHONE $200.12 80026400-55100 TELEPHONE $221.94 82024410-55100 TELEPHONE $89.72 62024410-55100 TELEPHONE $222.69 82024411-55100 TELEPHONE $65.04 84024420-55100 TELEPHONE $43.51 84024425-55100 TELEPHONE $276.77 000009934215 TELEPHONE $5,148.11 1002210052180 SECURITY SERVICES $225.31 10010000-55100 TELEPHONE $40.88 10011100-55100 TELEPHONE $21.63 10012100-55100 TELEPHONE $80.90 10012200-55100 TELEPHONE $55.59 10013400-55100 TELEPHONE $51.93 10014000-55100 TELEPHONE $21.35 10016100-55100 TELEPHONE $43.25 10022100-55100 TELEPHONE $19.72 10022300-55100 TELEPHONE $21.13 10022810-55100 TELEPHONE $91.08 10022840-55100 TELEPHONE $9.08 10023100-55100 TELEPHONE $50.19 60 List of Checks Presented for Approval on 7/21/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail AT&T 000009934215 TELEPHONE $5,148.11 10023320-55100 TELEPHONE $21.63 10024210-55100 TELEPHONE $59.27 10024220-55100 TELEPHONE $45.35 10520210-55100 TELEPHONE $862.39 10521210-55100 TELEPHONE $346.11 20324100-55100 TELEPHONE $56.53 20413500-55100 TELEPHONE $26.19 20518300-55100 TELEPHONE $137.41 20620231-55100 TELEPHONE $13Z49 20822500-55100 TELEPHONE $39.12 20824300-55100 TELEPHONE $164.24 20922900-55100 TELEPHONE $41.13 64020213-55100 TELEPHONE $12.56 69122700-55100 TELEPHONE $507.90 70024500-55100 TELEPHONE $12.55 72022400-55100 TELEPHONE $173.00 73022600-55100 TELEPHONE ($0.26) 73022600-55100 TELEPHONE $358.26 77725200-55100 TELEPHONE $77.33 80026130-55100 TELEPHONE $222.00 80026330-55100 TELEPHONE $199.88 80026400-55100 TELEPHONE $224.27 82024410-55100 TELEPHONE $89.72 61 List of Checks Presented for Approval on 7/21/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail AT&T 000009934215 TELEPHONE $5,148.11 82024410-55100 TELEPHONE $222.77 82024411-55100 TELEPHONE $66.48 84024420-55100 TELEPHONE $4a56 84024425-55100 TELEPHONE $274.19 000009933817 Ti TO INTERNET $921.25 10011100-55100 TELEPHONE $8.77 10012100-55100 TELEPHONE $35.10 10012200-55100 TELEPHONE $26.32 10013400-55100 TELEPHONE $39.48 10016100-55100 TELEPHONE $17.55 10017100-55100 TELEPHONE $8.77 10022100-55100 TELEPHONE $4.39 10022810-55100 TELEPHONE $26.32 10023100-55100 TELEPHONE $35.10 10023320-55100 TELEPHONE 58.77 10024210.55100 TELEPHONE $35.10 10024220-55100 TELEPHONE $8.77 10520210-55100 TELEPHONE $219.35 10521210-55100 TELEPHONE $96.51 20413500-55100 TELEPHONE $8.77 20513300-55100 TELEPHONE $83.35 20620231-55100 TELEPHONE $26.32 20922900-55100 TELEPHONE $35.10 69122700-55100 TELEPHONE 526.32 62 List of Checks Presented for Approval on '7/21/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail AT&T 000009933817 Ti TO INTERNET $921.25 70024500-55100 TELEPHONE $8.77 72022400-55100 TELEPHONE $4.39 73022600-55100 TELEPHONE $8.77 73022600-55100 TELEPHONE $17.55 77725200-55100 TELEPHONE $17.55 80026400-55100 TELEPHONE $61.42 82024410-55100 TELEPHONE $26.32 82024411-55100 TELEPHONE $17.55 84024425-55100 TELEPHONE $8.77 000009929933 MTD CIRCUIT $1,733.38 10520210-55100 TELEPHONE $1,733.38 Vendor Total; $12,623.49 BELKORP AG 367759 PARTS AS NEEDED $29.03 84024425-56120 EQUIPMENT MAINTENANCE 8 $29.03 REPAIR Vendor Total: $29.03 BNY WESTERN TRUST CO DV052117 UKIAH RDA LOAN PRINCIPAL 8 $274,925.00 96395602-70102 BOND INTEREST PAYMENTS $114,925.00 INTEREST 96395602-70202 BOND PRINCIPAL PAYMENTS $160,000.00 Vendor Total: $274,925.00 BRAD BOWERS TA 8/13-26/17 TRAVEL ADVANCE $2588.95 60026120-52100 CONTRACTED SERVICES $2,588.95 Vendor Total: $2,588.95 CANTEEN SERVICE 5975:000794 WATER FILTRATION SERVICE $45.00 10020210-54100 SUPPLIES $22.50 POLIC 20620231-54100 SUPPLIES $22.50 Vendor Total: $45.00 63 List of Checks Presented for Approval on 7/21/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail CAROL GOLDBERG DV071317 INSTRUCTOR $168.00 10022850-52100 CONTRACTED SERVICES $168.00 • Vendor Total: $168.00 COW GOVERNMENT INC JLJ5642 PRINTING RIBBON $510.23 20513300-54100 SUPPLIES $510.23 Vendor Total: $510.23 CHEVRON AND TEXACO 50831978 FUEL AS NEEDED UPD $575.39 10520210-56210 FUEL&FLUIDS $57539 BUSINESS CARD SVCS Vendor Total: $575.39 CITY OF LIGHT RECORDING& COL.17.0313 SUNDAYS IN THE PARK 2017 $400.00 90000000-23226 CONCERT SERIES $400.00 SOUND Vendor Total: $400.00 CLOVER STORNETTA FARMS 100711685 PROVIDE MISC GOODS AS $204.41 10022300-54100 SUPPLIES $204.41 NEEDED 100717697 PROVIDE MISC GOODS AS $207.86 10022300-54100 SUPPLIES $207.86 NEEDED 100702076 PROVIDE MISC GOODS AS $221.03 10022300-54100 SUPPLIES $221.03 NEEDED 0100709060 PROVIDE MISC GOODS AS $6.06 73022600-54100 SUPPLIES $6.06 NEEDED VendorTotal: $639.36 COMCAST JULY 17 INTERNET SERVICES $149.16 31122670-52100 CONTRACTED SERVICES $149.16 JULY 17.1 INTERNET SERVICES $164.47 73022600-55100 TELEPHONE $164.47 Vendor Total: $313.63 COMMSYS INC 7491 CLIPS ANNUAL SUPPORT $227.50 20620231-52100 CONTRACTED SERVICES $227.50 7489 CLIPS ANNUAL SUPPORT $774.00 20620231-52100 CONTRACTED SERVICES $774.00 7468 CLIPS ANNUAL SUPPORT $4,200.00 20620231.52100 CONTRACTED SERVICES $4,200.00 Vendor Total: $5,201.50 64 List of Checks Presented for Approval on-7/21/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail CROSSFIT MENDOCINO CFM062017CIT EDUCATIONALITRAINING $333.33 10521210-57100 CONFERENCE&TRAINING $333.33 SERVICES Vendor Total: $333.33 DAVID RAPPORT JUN-17 LEGAL SERVICES FOR FY 16/17 $16,458.71 84424422-52100 CONTRACTED SERVICES $1,500.92 91190100-52100 CONTRACTED SERVICES ;61.58 10014000-52150 LEGAL SERVICES/EXPENSES $40.96 10014000-52150 LEGAL SERVICES/EXPENSES $12,199.25 10514000-52150 LEGAL sERvICES/ExPENSES $334.88 20414000-52150 LEGAL SERVICES/EXPENSES $574.35 73000000-52150 LEGAL SERVICES/EXPENSES $828.77 77714000-52150 LEGAL SERVICES/ExpENSES $57.82 80014000-52150 LEGAL SERVICES/EXPENSES $171.05. • 82014000-52150 LEGAL SERVICES/EXPENSES $534.84 83024430-52150 LEGAL SERVICES/EXPENSES $154.19 Vendor Total: ;16458.71 DAVID WILLOUGHBY MAR 17 MILEAGE REIMBURSEMENT $83.46 10023320-56130 EXTERNAL SERVICES $83.46 FEB 17 MILEAGE REIMBURSEMENT $92.56 10023320-56130 EXTERNAL SERVICES $92.56 APR 17 MILEAGE REIMBURSEMENT $112.89 10023320-56130 EXTERNAL SERVICES $112.69 JUN 17 MILEAGE REIMBURSEMENT $116.10 10023320-56130 EXTERNAL SERVICES $116.10 MAY 17 MILEAGE REIMBURSEMENT $126.80 10023320-56130 EXTERNAL SERVICES $126.80 Vendor Total: ;531.81. 65 List of Checks Presented for Approval on 7/21/2,017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail DC CUSTOMS INC 183976 SEAT COVERS AND FLOOR $324.31 10520210-56130 EXTERNAL SERVICES $324.31 LINERS Vendor Total: $324.31 DEPARTMENT OF JUSTICE 245922 CHEM TEST/SUPPORT CRIMINAL $70.00 10520210-52100 CONTRACT-ED SERVICES $70.00 INV 242051 FINGERPRINTING $1,318.00 10020000-44420 FINGERPRINT FEES $1,316.00 242174 FINGERPR INTING/L IVESCAN $128.00 10016100-54165 HR-NEW EMPLOYEE $128.00 REPORTS FINGERPRINT Vendor Total: $1,514.00 DISBURSEMENT UNIT DV072117 INCOME WITHHOLDING ORDER $75.00 10000000-20150 AP CONTRACT RETAINAGE 575.00 Vendor Total: $75.00 DIVERSIFIED METAL 19411 PARK,PLAYGROUND, $4,545.00 90000000-23252 DISTRICT USE TAX-LIBRARIES ($4.83) FABRICATORS INC RECREATIONAL 90000000-23237 DISTRICT USE TAX-MEASURES ($19.35) 90000000-23028 MEASURE Y DISTRICT TAX ($19.35) 10024220-54120 PW-SPECIAL SUPPLIES $324.11 10024220-54120 PW-SPECIAL SUPPLIES $4,545.00 90000000-23013 STATE USE TAX LIABILITY ($280.58) Vendor Total: $4,545.00 DOGFATHER K9 CONNECTIONS 10039 BOARDING $118.00 10020210-54100 SUPPLIES 5118.00 Vendor Total: $118.00 EBA ENGINEERING 31223 BID DOCUMENTS PREPARATION $1,028.75 20824300- 2100 CONTRACTED SERVICES $1,028.75 Vendor Total: $1,028.75 66 List of Checks Presented for Approval on 7/21/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoke Account Detail and Allocation Detail EPIC AVIATION LLC 6991175 AVGAS 10OLL $29,932.30 77725200-58401 AVIATION FUEL $29,932.30 Vendor Total: $29,932.30 EUREKA OXYGEN CO 00433084.1 SERVICE CHARGE PAST DUE INV, $2.04 10520210-56130 EXTERNAL SERVICES $2.04 U 141604 EQUIPMENT MAINTENANCE $42.60 10520210-56130 EXTERNAL SERVICES $42.60 437644 EQUIPMENT MAINTENANCE $129.00 1052021046130 EXTERNAL SERVICES $129.00 Vendor Total: $173.64 FASTENAL CAUKA26765 PARTS AS NEEDED $434.43 84024425-56300 BUILDING MAINT.&REPAIR $434.43 CAUKA26350 PARTS AS NEEDED $321.09 20824300-54100 SUPPLIES $321.09 Vendor Total: $755.52 FIRST ALARM 326506.1 ALARM MONITORING $162.00 10020210-52180 SECURITY SERVICES $117.00 20922500-52180 SECURITY SERVICES $45.00 Vendor Total: $162.00 GALLS LLC 007764301 COP BODY ARMOR $76.75 10520210-56130 EXTERNAL SERVICES $76.75 Vendor Total: $76.75 GCR TIRES 4 SERVICES 851-37890 TIRES,TUBES,REPAIRS& $20.00 10024220-56130 EXTERNAL SERVICES $20.00 LABOR 851-38143 TIRES $1,572.32 10024220-56130 EXTERNAL SERVICES $1,572.32 85147957 TIRES,TUBES,REPAIRS& 5318.88 10520210-56130 EXTERNAL SERVICES $318.88 LABOR 851-37959 TIRES,TUBES,REPAIRS& $737.56 10520224-56130 EXTERNAL SERVICES $737.56 LABOR 851-37960 TIRES.TUBES,REPAIRS& $737.56 10520224-56130 EXTERNAL SERVICES $73156 LABOR 67 • • List of Checks Presented for Approval on 7/21/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail OCR TIRES&SERVICES 851-37949 TIRES,TUBES,REPAIRS& $20.00 20524412-56130 EXTERNAL SERVICES $20.00 LABOR 851-37984 TIRES,TUBES,REPAIRS& $734.03 82024411-56130 EXTERNAL SERVICES $734.03 LABOR Vendor Total: $4,140.35 GENERAL SERVICES AGENCY JULY 17 SPANISH MTN SUBLEASE MO $50.00 20620231-52100 CONTRACTED SERVICES $50.00 RENT-N Vendor Total: $50.00 GEOFFREY L RICE DV071217 SEWER LATERAL $2,000.00 84424422-52100 CONTRACTED SERVICES $2,000.00 REIMBURSEMENT Vendor Total: $2,000.00 GHD INC 81551 TRANSPORTATION $33,633.00 25024210-80230 INFRASTRUCTURE $33,633.00 IMPROVEMENTS RE Vendor Total: $33,633.00 GOVERNMENT FINANCE 2854878 REGISTRATION $2,100.00 10013400-57100 CONFERENCE 8 TRAINING $2,100.00 OFFICERS ASSOC Vendor Total: $2,100.00 GRAFIX SHOPPE 115408 SUPPLIES FOR PD CARS $286.71 90000000-23252 DISTRICT USE TAX-LIBRARIES ($0.36) 90000000-23237 DISTRICT USE TAX-MEASURE S ($1.44) 10520210-56130 EXTERNAL SERVICES $24,03 10520210-55130 EXTERNAL SERVICES $286.71 90000000-23028 MEASURE Y DISTRICT TAX ($1.44) 90000000-23013 STATE USE TAX LIABILITY ($20.79) Vendor Total: $286.71 HACH COMPANY 10524491 SUPPLIES AS NEEDED $817.19 84024425-54100 SUPPLIES $817.19 Vendor Total: $817.19 68 List of Checks Presented for Approval on 7/21/2017 Invoices • Vendor Name Invoice,# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail HAINES&COMPANY 432094 SUBSCRIPTION CRISS+CROSS $267.76 20620231-57300 MEMBERSHIPS 8 5267.76 DIRECTORY SUBSCRIPTIONS Vendor Total: $267.76 IIXII GROUP INC 2571&2572 REGISTRATION $198.00 20620231-57100 CONFERENCE&TRAINING $198.00 Vendor Total: $198.00 INTEGRITY SHRED 71374 DOCUMENT SHREDDING $57.00 10020210-54100 SUPPLIES 52850 20620231-54100 SUPPLIES $28.50 Vendor Total: $57.00 ITRON INC 452023 FC300,BREAD RADIO $1,173.03 20524412-56120 EQUIPMENT MAINTENANCE 8 $566.50 FC300113342 REPAIR 20526430-56120 EQUIPMENT MAINTENANCE& $586.53 REPAIR Vendor Total: $1,173.03 JULIE WEBB DV071317 REIMBURSEMENT 533.61 90000000-23243 FAMILY FUN IN THE SUN $33.61 Vendor Total: $33.61 LES SCHWAB TIRE CENTER 64000308346 MISCELLANEOUS TIRE $79.95 10520210-56130 EXTERNAL SERVICES $79.95 SERVICES AS 64000309897 MISCELLANEOUS TIRE $79.95 20324100-56130 EXTERNAL SERVICES $79.95 SERVICES AS 64000309874 MISCELLANEOUS TIRE $577.36 77725200-56130 EXTERNAL SERVICES $577.36 SERVICES AS 64000308511 MISCELLANEOUS TIRE $761.99 84024421-56130 EXTERNAL SERVICES $761.99 SERVICES AS Vendor Total: $1,499.25 LEXIS NEXIS RISK SOLUTIONS 1410964- LEXIS NEXIS LE PLUS $94.00 10520210-54202 MAJOR CRIME IN $94.00 20170531.1 SEARCHING 1410984- LEXIS NEXIS LE PLUS $95.00 10520210-54202 MAJOR CRIME INVETIGATIONS $95.00 20170630 SEARCHING Vendor Total: $189.00 69 List of Checks Presented for Approval on 7/21/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail LOUIS MALDONADO SR DV062917 17/18 DEFENSIVE TACTICAL $2,600.00 10020210-57100 CONFERENCE&TRAINING $2,600.00 TRAIN Vendor Total: $2,600.00 MASSEY SMALL ENGINE REPAIR SF-D 20545 REPAIR OF EQUIPMENT $80.45 84024425-52100 CONTRACTED SERVICES $80.45 Vendor Total: $80.45 MATHESON TRI-GAS INC 15710175 OXYGEN&MISCELLANEOUS AS $28.85 80026130-54100 SUPPLIES $26.85 NEED 15530843 OXYGEN&MISCELLANEOUS AS $29.60 80026130-54100 SUPPLIES $29.60 NEED Vendor Total: $56.45 MENDOCINO ANIMAL HOSPITAL DV071217 ENERGY REBATE FOR HVAC $4,000.00 80526500-52135 ENERGY CONSERVATION $4,000.00 PROGRAM Vendor Total: $4,000.00 MENDOCINO SOLID WASTE 10648 DISPOSAL FEES $27.50 84024425-59101 FEES $27.50 MANAGEMENT AUTHORITY Vendor Total: $27.50 MUNICIPAL MAINTENANCE 0120055-IN MISCELLANEOUS PARTS AS $351.46 90000000-23028 MEASURE Y DISTRICT TAX ($1.63) EQUIPMENT NEEDED 84024425-54100 SUPPLIES $1.63 84024421-54100 SUPPLIES $351.46 Vendor Total: $351.48 NATHANIEL HAYES DV071317 INSTRUCTOR $150.00 10022850-52100 CONTRACTED SERVICES $150,00 Vendor Total: $150.00 NCPA JULY 17 NCPA-JULY 17 $602.303.00 60026300-58104 NCPA MANAGEMENT SERVICES $52,242.00 80026300-58101 NCPA PLANT GENERATION $118,258.00 80026300-56102 NCPA POWER PURCHASES $278,024.00 70 List of Checks Presented for Approval on 7/21/2017 • Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail NCPA JULY 17 NCPA-JULY 17 $602,303.00 80026300-58105 NCPA THIRD PARTY SALES ($3,368.00) 80026300-58103 NCPA TRANSMISSION $157,147.00 Vendor Total: $602,303.00 NOR-CAL RECYCLED ROCK& 13365 MISC ROCK&ROAD PATCH $592.17 10024220-54124 PW-CONCRETE/SUPPLIES $59217 AGGREGATES INC MATERIA Vendor Total: $592.17 OCCU-MED LTD 0717511 PRE-EMPLOYMENT PHYSICAL $499.00 10520210-52100 CONTRACTED SERVICES $499.00 Vendor Total: $499.00 ONE TIME PAY VENDOR 116478-9 UTILITY REBATE $50.00 80626400-52100 CONTRACTED SERVICES $50.00 117693-2 UTILITY REBATE $100.00 80626400-52100 CONTRACTED SERVICES $100.00 49697-6 16117 UTILITY REBATE $100.00 80626400-52100 CONTRACTED SERVICES $100.00 47868-5 UTILITY REBATE $340.00 80626400-52100 CONTRACTED SERVICES $340.00 46610-2 UTILITY REBATE $1,000.00 80626400-52100 CONTRACTED SERVICES $1,000.00 116395-5 UTILITY REBATE $1,287.25 80626400-52100 CONTRACTED SERVICES $1,287.25 63427-9 UTILITY REBATE $1,462.00 80626400-52100 CONTRACTED SERVICES $1,462.00 DV071217 SOLAR REBATE $699.16 80826500,52135 PHOTOVOLTAIC $699.16 RATES/INCENTIVE DV 71317 REIMBURSEMENT POOL RENTAL $25.00 10022300-449W SWIMMING POOL $25.00 DEPOSIT 117410-1 UTILITY REFUND $30.29 90100000,10421 UTILITY RECEIVABLES CLEARING $30.29 117526-4 UTILITY REFUND $42.37 90100000-10421 U77LITY RECEIVABLES CLEARING $42.37 71 List of Checks Presented for Approval on 7/21/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail ONE TIME PAY VENDOR 52865-3 UTILITY REFUND $82.81 90100000-10421 UTILITY RECEIVABLES CLEARING $82.81 Vendor Total; $5,218.89 OPPERMAN 8 SON INC 1271790013 MISCELLANEOUS PARTS AS $6.08 10022100-56130 EXTERNAL SERVICES $6.08 NEEDED 1271660012 MISCELLANEOUS PARTS AS 517.51 10022100-56130 EXTERNAL SERVICES $17.51 NEEDED 1271590013 MISCELLANEOUS PARTS AS $59.04 10520210.56130 EXTERNAL SERVICES $19.67 NEEDED 20324100-58510 REIMBURSABLE JOBS $39.37 1271710068 MISCELLANEOUS PARTS AS $10.51 84024425-56130 EXTERNAL SERVICES $10.51 NEEDED 1271530009 MISCELLANEOUS PARTS AS $214.27 84024425.56130 EXTERNAL SERVICES $214.27 NEEDED Vendor Total: $307.41 OREGONIAN MEDIA GROUP 0002029025 JOB POSTING 5822.39 80026400-57300 MEMBERSHIPS& $822.39 SUBSCRIPTIONS Vendor Total: $822.39 OWEN EQUIPMENT COMPANY CM00038821 SWITCH ($165.54) 84024421-56130 EXTERNAL SERVICES ($165.54) 00036866 LEVER HANDLE $116.76 84024421-56130 EXTERNAL SERVICES $116.76 00030821 SWITCH 5165.54 84024421-56130 EXTERNAL SERVICES $165.54 Vendor Total: $116.76 PERKOWSKI SCREEN PRINT 15017 UNIFORM EXPENSES $839.99 84024425-54100 SUPPLIES $839.99 Vendor Total: $839.99 PETERSON CAT PC060138791 MOUNTS&BOLTS $2,124.32 10521210-56130 EXTERNAL SERVICES $2,124.32 Vendor Total: $2124.32 72 List of Checks Presented for Approval on 7/21/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail PLATE ELECTRIC SUPPLY N254687 MISC ELECTRICAL SUPPLIES AS $384.60 80026120-54100 SUPPLIES $384.60 NE Vendor Total: $384.60 POWER INDUSTRIES INC 733127 23220 1-5/8 R&R LOVEJOY $1,114.53 84024425-56120 EQUIPMENT MAINTENANCE 8 $1,114.53 PULLEY REPAIR Vendor Total: $1,114.53 PUBLIC ENGINES INC 24783 COMMAND CENTRAL ANALYTICS $4,776.00 63020210-52100 CONTRACTED SERVICES $4,776.00 5.CR Vendor Total: $4,776.00 PUBLIC SERVICE DEPARTMENT JUNE-17 UTILITIES $109,926.42 80626500-52133 MONTHLY DISCOUNT PROGRAM $147.76 10012400-55210 UTILITIES $309.92 10022100-55210 UTILITIES $20,600.61 10022300-55210 UTILITIES $2,318.89 10024214-55210 UTILfTIES $599.60 10024220-55210 UTILITIES $146.66 20620231-55210 UTILITIES $78.07 20822500-55210 UTILITIES $6,06191 20824300-55210 UTILITIES $284.11 25024300-55210 UTILITIES • $30.72 64020213-55210 UTILITIES $613.42 69122700-55210 UTILITIES $3,695.72 73022600-55210 UTILITIES $2,698.15 77725200-55210 UTILITIES $2,306.18 80026400-55210 UTILITIES $1,513.43 80526610-55210 UTILITIES $12,240.29 73 List of Checks Presented for Approval on 7/21/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail PUBLIC SERVICE DEPARTMENT JUNE-17 UTILITIES $109,926.42 82024411-55210 U7ILI77ES $31,413.36 84024421-55210. UTILITIES $41.42 84024425-55210 UTILITIES $22,824.20 Vendor Total: $109,926.42 REDDING RECORD 1635620 JOB POSTING $307.90 80026400-57300 MEMBERSHIPS& $307.90 SEARCHLIGHT SUBSCRIPTIONS Vendor Total: $307.90 REDWOOD COAST FUELS 1853348 CARDLOCK FUEL PURCHASES $7,096.41 10022100-56210 FUEL&FLUIDS $1,058.65 10024210-56210 FUEL&FLUIDS $21.99 10024220-56210 FUEL&FLUIDS $784.81 10520210-56210 FUEL&FLUIDS $36.15 10520210-56210 FUEL&FLUIDS $235.10 10520210-56210 FUEL&FLUIDS $2,428.91 10520224-56210 FUEL&FLUIDS $33.14 20324100-56210 FUEL&FLUIDS $137.33 20524412-56210 FUEL&FLUIDS $28.63 20822500-56210 FUEL&FLUIDS $28.76 7772520056210 FUEL&FLUIDS $53.05 80026400-56210 FUEL&FLUIDS $894.43 82024411-56210 FUEL&FLUIDS $235.69 82024414-56210 FUEL&FLUIDS $21,99 82024414-56210 FUEL&FLUIDS $223.85 82024414-56210 FUEL&FLUIDS $327.43 74 List of Checks Presented for Approval on 7/21/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail REDWOOD COAST FUELS 1853348 CARDLOCK FUEL PURCHASES $7,098.41 64024421-56210 FUEL&FLUIDS $21.99 64024421-56210 FUEL&FLUlDS $190.69 84024421-56210 FUEL&FLUIDS $278.93 64024425-56210 FUEL&FLUIDS $54.89 Vendor Total: $7,096.41 REDWOOD FORD PD 49594 Automobiles,Police and Securi $40,385.76 22020200-80100 MACHINERY&EQUIPMENT $40,385.76 Vendor Total: $40,385.76 RICHARD SEANOR TR 7/11/17 TRAVEL REIMBURSEMENT $15.00 10024224-57100 CONFERENCE&TRAINING $15.00 Vendor Total: $15.00 ROSETTA STONE LTD 9290205 ROSETTA STONE FOUNDATIONS $1,804.04 10020210-54320 SOFTWARE $1,804.04 (GOL Vendor Total: $1,804.04 RYAN FORD TA 816-11/17 TRAVEL ADVANCE $664.55 20922900-57100 CONFERENCE&TRAINING $664.55 Vendor Total: $684.55 SWINE COUNTRY BBQ& 537 2017 SUNDAYS IN THE PARK $80.00 90000000-23226 CONCERT SERIES $80.00 GOURMET GRILL MEAL Vendor Total: $80.00 SEISMONOS INC 10031 2017 SUNDAYS IN THE PARK $800.00 90000000-23226 CONCERT SERIES $800.00 DV 032417 2017 SUNDAYS IN THE PARK $5,000.00 90000000-23226 CONCERT SERIES $5,000.00 Vendor Total: $5,600.00 SHAPE INC 123163 PLUMBING EQUIPMENT, $921.00 84024425-56120 EQUIPMENT MAINTENANCE& $921.00 FIXTURES, REPAIR 75 List of Checks Presented for Approval on 7/21/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail SHAPE INC 123162 PLUMBING EQUIPMENT, $2,574.69 8402442546120 EQUIPMENT MAINTENANCE& $2,574.69 FIXTURES. REPAIR Vendor Total: $3,495.69 SILVA SEPTIC INC 68602 PORTABLE RESTROOM RENTAL $184.24 10024220-54120 PW-SPECIAL SUPPLIES $184.24 68211 PORTABLE RESTROOM RENTAL $187.64 10024220-54120 PW-SPECIAL SUPPLIES $187.64 Vendor Total: 6371.88 SNAP-ON INDUSTRIAL ARV/33080512 DDEC SUITE 6,10,13 V2 ULTRA $1,484.37 20324100-56120 EQUIPMENT MAINTENANCE& $1,484.37 REPAIR • ARV/33045179 FUNNEL&CONE ADAPTOR $45.21 20324100-54100 SUPPLIES $45.21 ARV/33056013 BUSH DR SET $650.27 20324100-54100 SUPPLIES $650.27 Vendor Total: $2170.95 STAPLES CREDIT PLAN 3345338461 OFFICE SUPPLIES.MISC AS 568.76 10012200-54100 SUPPLIES $43.41 NEEDE 10013400-54100 SUPPLIES $25.35 3345338464 OFFICE SUPPLIES.MISC AS $42.13 10013400-54100 SUPPLIES $21.06 NEEDE 20413500-64100 SUPPLIES $21.07 3345338460 OFFICE SUPPLIES,MISC AS $73.14 10022810-54100 SUPPLIES $73.14 NEEDS 3345338462 OFFICE SUPPLIES.MISC AS 5100.99 10022810-54100 SUPPLIES $100.99 NEEDS 3345338459 OFFICE SUPPLIES.MISC AS $48.77 20413500-54100 SUPPLIES $48.77 NEEDE 3345338458 OFFICE SUPPLIES.MISC AS $109.63 20413500-64100 SUPPLIES $109.63 NEEDS Vendor Total: $443.42 SWANK MOTION PICTURES INC DB 2361765 2017 MOONLIGHT MOVIE $515.00 90000000-23235 MOVIES IN THE PLAZA $515.00 MADNESS Vendor Total: 551540 76 List of Checks Presented for Approval on 7/21/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail, THOMAS&ASSOCIATES 29593 ROTATING ASSY MODEL T4A3S-, $3,146.55 84024425-56120 EQUIPMENT MAINTENANCE& $3,146.55 B S REPAIR Vendor Total: $3,146.55 THURSTON CHEVROLET TOYOTA 200272 PARTS&SERVICE REPAIRS AS $14.21 10520210-56130 EXTERNAL SERVICES $14.21 SCION NEE 200271 PARTS&SERVICE REPAIRS AS $100.48 10520210-56130 EXTERNAL SERVICES $100.48 NEE 200317 PARTS&SERVICE REPAIRS AS $68.63 10520224-56130 EXTERNAL SERVICES $88.63 NEE 200071 PARTS&SERVICE REPAIRS AS $3.29 82024412-56130 EXTERNAL SERVICES $3.29 NEE 200064 PARTS&SERVICE REPAIRS AS $116.08 82024412-56130 EXTERNAL SERVICES $116.08 NEE Vendor Total: $302.69 THURSTON CHRYSLER DODGE P044774 AUTOMOBILES,SCHOOL BUSES, $39.646.10 20822500-89100 MACHINERY&EQUIPMENT $30,646,10 JEEP RAM SUV Vendor Total: $30,646.10 TRITECH SOFTWARE SYSTEMS VA0080000109 ANNUAL SOFTWARE&SUPPORT $38,912.03 10020210-54320 SOFTWARE $16,659.80 FOR 20620231-54320 SOFTWARE $22,252.23 Vendor Total: $38,912.03 TUFTS POLYGRAPH& 2017-327(B) BACKGROUND INVESTIGATION $350.00 91621400-54100 SUPPLIES $350.00 INVESTIGATION Vendor Total: $350.00 UKIAH AUTO DISMANTLERS 17-1366 TOWING SERVICES $25.00 10520220-52100 CONTRACTED SERVICES $25.00 Vendor Total: $25.00 UKIAH MAIN STREET PROGRAM DV071017 2ND QTR DOWNTOWN $5,285.52 31217100-52100 CONTRACTED SERVICES $5,285.52 IMPROVEMENT DISTRICT FEES Vendor Total: $5,285.52 77 List of Checks Presented for Approval on 7/21/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail UKIAH SELF STORAGE 17718-16337 ANNUAL STORAGE FOR 3 UNITS $4,524.00 10021210-54100 SUPPLIES $2,262.00 102 91521400-54100 SUPPLIES $2,262.00 Vendor Total: $4,524.00 UKIAH VALLEY ASSOCIATION IN19431 JANITORIAL SVCS-WWTP FY $600.00 84024425-52100 CONTRACTED SERVICES $600.00 FOR HABILITATION INC 16/17 Vendor Total: $800.00 UKIAH VALLEY CULTURAL& .2 CAPITAL IMPROVEMENT $10,000.00 31122870-52100 CONTRACTED SERVICES $10,000.00 RECREATIONAL CENTER CONTRIBUTION Vendor Total: $10,000.00 UKIAH WASTE SOLUTIONS INC 053117 REFRIG RECYCLE PROGRM- $50.00 80026500-52135 ENERGY CONSERVATION $50.00 AGMNT OF PROGRAM JUNE CLEAN UP TRAINING GROUNDS $14.38 10521210-54100 SUPPLIES $14.38 Vendor Total: $64.38 ULINE 88405942 EVIDENCE BAGS $72.40 10020210-54201 PRISONER EXPENSE $72.40 Vendor Total: $72.40 US BANK 4679145 ELEC SERIES 92 TRUSTEE& $1,787.50 80326330-52500 TRUSTEE FEES $1,787.50 PAYING Vendor Total: $1,787.50 UTILITY DESIGN SERVICES LLC 38 DESIGN,ENGLNEERNG& $6,889.05 80026400-52100 CONTRACTED SERVICES $0889.05 CON SULTAN Vendor Total: $6,889.05 WESTERN WATER 50954 Contract 1516202 retainage $14,695.39 82200000-20150 AP CONTRACT RETAINAGE $4,830.96 CONSTRUCTORS INC 07/14/2017 to 82200000-20150 AP CONTRACT RETAINAGE $9,864.43 Vendor Total: $14,695.39 78 List of Checks Presented for Approval on 7/21/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail WIPF CONSTRUCTION 0320 DELIVERY OF VARIOUS $547.80 84024421-54100 SUPPLIES $547.80 MATERIALS Vendor Total: $547.80 INVOICE TOTAL $2,157,129.01 79 List of Checks Presented for Approval on 7/28/2017 The following list of bills payable was reviewed and approved for payment. Signature Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail AFLAC 177295 CANCER/LIFE/ACC INS $8,846.92 20700000.20527 SECTION 125(CANCER d LIFE) $6,846.92 Vendor Total: $6,846.92 AFLAC GROUP INSURANCE A086961100 JULY 2017 AFLAC CRITICAL CARE $515.72 20700000-20538 AFLAC CRITICAL 1LLNSS POLICY $515.72 INS Vendor Total: $515.72 ALLEN JAMES DV071817 INSTRUCTOR $112.00 10022850.52100 CONTRACTED SERVICES $112.00 Vendor Total: $112.00 ALPINE AWARDS 5519411 CAMP T-SHIRTS $234.56 10022840-54100 SUPPLIES $234.56 5519412 T-SHIRTS $770.80 10022840-54100 SUPPLIES $770.80 Vendor Total: $1,00&36 AISCO-AMERICAN LINEN LSR01000069 LAUNDRY SERVICE $240.58 20324100-52100 CONTRACTED SERVICES $248.58 DMSION Vendor Total: $248.58 AMAZON CAPITAL SERVICES OPSC-6YV3- MISCELLANEOUS SUPPLIES AS $49.98 90000000-23252 DISTRICT USE TAX-LIBRARIES ($0.07) KOOY NEED 90000000-23237 DISTRICT USE TAX-MEASURE S ($0.25) 90000000-23028 MEASURE V DISTRICT TAX ($0.25) 90000000-23013 STATE USE TAX LIABILITY ($3.63) 10022810-54100 SUPPLIES $4.20 80 List of Checks Presented for Approval on 7/28/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail AMAZON CAPITAL SERVICES OP5C-6YV3- MISCELLANEOUS SUPPLIES AS $49.98 10022810.54100 SUPPLIES $4998 KQQY NEED 05Y13-RVJ6- MISCELLANEOUS SUPPLIES AS $820.78 90000000-23028 MEASURE Y DISTRICT TAX {$2.85) Q3TF NEED 10022810-54100 SUPPLIES $2.85 10022810-54100 SUPPLIES $820.78 OTJS-TQBQ- MISCELLANEOUS SUPPLIES AS $33.01 10013400-54100 SUPPLIES $33.01 98KD NEED OTJS-TQBQ- ELECTRICAL EQUIPMENT AND $357.27 80026220-54100 SUPPLIES $357.27 GCMT SUPPL Vendor Total: $1,261.04 AT&T 0602 187958 LIVESCAN $1,068.74 10020210-55100 TELEPHONE $1,068.74 JULY17 CREDIT CARD TERMINAL $257.37 77725200-55100 TELEPHONE $257.37 CONNECTION Vendor Total: $1,326.11 AT&T MOBILITY 832118877X071 DATA&VOICE $191.95 10022300-55100 TELEPHONE $50.01 42017 20620231-55100 TELEPHONE $12.99 77725200-55100 TELEPHONE $30.66 82024410-55100 TELEPHONE $12.99 82024411-55100 TELEPHONE $16.12 82024411-55100 TELEPHONE $43.20 84024421-55100 TELEPHONE $25.98 832056361X071 VOICE&DATA $501.51 10520210-55100 TELEPHONE $501,51 42017 875108535X071 VOICE&DATA $34.55 84024421-55100 TELEPHONE $34.55 42017 Vendor Total: $728.01 81 List of Checks Presented for Approval on 7/28/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail BAVCO 814491 TESTING AND CALIBRATION SVC $139.80 82024414-54100 SUPPLIES $139.80 Vendor Total: $139.60 BAY CITY BOILER& 30705 INSTALLATION AND REMOVAL OF $3,793.13 84024425-52100 CONTRACTED SERVICES $3,793.13 ENGINEERING CO INC RE Vendor Total: 53,793.13 BEN KEFFELER TA 8/6-11117 TRAVEL ADVANCE $1,415.33 80028120-57100 CONFERENCE&TRAINING $1,415.33 Vendor Total: $1,415.33 BEST BEST&KRIEGER LLP 798741 RDA LEGAL SERVICES AS $101.40 96995669-52100 CONTRACTED SERVICES $101.40 NEEDED Vendor Total: $101.40 BJ'S EMBROIDERY 12519 T-SHIRTS&HATS $749.56 90000000-23237 DISTRICT USE TAX-MEASURE S ($3.49) 90000000-23028 MEASURE V DISTRICT TAX ($3.49) 10024210-54100 SUPPLIES $2.35 10024210-54100 SUPPLIES $252.71 20324100-54100 SUPPLIES $2.35 20324100-54100 SUPPLIES $252.71 82024410-54100 SUPPLIES $1.14 82024410-54100 SUPPLIES $122.08 8402442054100 SUPPLIES $1.14 84024420-54100 SUPPLIES $122.08 Vendor Total: $749.58 BOUTIN JONES INC 103249 LEGAL RETAINER FOR UVSD $1,238.64 84424422-52100 CONTRACTED SERVICES $1,238.64 UTICA Vendor Total: $1,238.64 82 List of Checks Presented for Approval on 7/28/2017 Invoices Vendor Name Invoice,# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail BUCKLES SMITH ELECTRIC CO 3044676-00 ELECTRICAL EQUIPMENT AND $442.40 84024425-56120 EQUIPMENT MAINTENANCE& $1.50 SUPPLIES REPAIR 84024425-56120 EQUIPMENT MAINTENANCE& $442.40 REPAIR 90000000-23028 MEASURE Y DISTRICT TAX ($1.50) Vendor Total: $442.40 BUSINESS CARD SF-D 20138 PURCHASING CREDIT CARD, $151.08 10018000-52510 ADVERTISING&PROMOTION $151.06 MISC. 93498033 ECONOMIC DEVELOPMENT $29.00 75017110-52515 ADVERTISING&PUBLICATION $29.00. CREDIT CA IN1048664 HRIRISK MGMT CREDIT CARD, $400.00 10016100-52151 AFLAC&PERS INSUR ADMIN $400.00 MSC FEES JB2KGZ FINANCE CREDIT CARD,MISC. ' $794.82 10013400-57100 CONFERENCE&TRAINING $794.82 PUR 61817 POLICE CREDIT CARD,MISC. $24.00 10520210-57100 CONFERENCE&TRAINING $24.00 PURC SF-D 20630 PURCHASING CREDIT CARD, $845.75 20413500-57100 CONFERENCE&TRAINING $845.75 MISC. 128475 FINANCE CREDIT CARD,MISC. $429.00 20513380-57100 CONFERENCE&TRAINING $429.00 PUR SF-D20725 PURCHASING CREDIT CARD, $35.77 8002611057100 CONFERENCE&TRAINING $35.77 MISC. SF-D 20731 PURCHASING CREDIT CARD, $126.00 8002611057100 CONFERENCE&TRAINING $126.00 MISC. SF-D 20725 PURCHASING CREDIT CARD, $550.37 8002611057100 CONFERENCE&TRAINING $550.37 MISC. 8681 HR/RISK MGMT CREDIT CARD, $80.83 90000000-23252 DISTRICT USE TAX-LIBRARIES ($0.11) MISC 90000000-23237 DISTRICT USE TAX-MEASURE S ($0.41) 1001610054163 MR-INTERVIEW SUPPLIES $6.79 1001610054163 HR-INTERVIEW SUPPLIES $80.83 90000000-23028 MEASURE Y DISTRICT TAX ($0.41) 90000000-23013 STATE USE TAX LIABILITY ($5.86) 83 List of Checks Presented for Approval on 7/28/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail BUSINESS CARD 25418511 CITY MGR DEPARTMENT CREDIT $81.46 90000000-23252 DISTRICT USE TAX-LIBRARIES ($0.09) CAR 90000000-23237 DISTRICT USE TAX-MEASURE S ($0.34) 90000000-23028 MEASURE Y DISTRICT TAX ($0.34) 90000000-23013 STATE USE TAX LIABILITY ($4.87) 10010000-54100 SUPPLIES $564 10010000-54100 SUPPLIES $81.46 SF-D 20678 PURCHASING CREDIT CARD, $155.61 90000000-23252 DISTRICT USE TAX-LIBRARIES ($0.20) MISC. 90000000-23237 DISTRICT USE TAX-MEASURE S ($0.77) 84024425-58120 EQUIPMENT MAINTENANCE& $12.84 REPAIR 84024425-56120 EQUIPMENT MAINTENANCE& $155.61 REPAIR 90000000-23028 MEASURE Y DISTRICT TAX ($0.71) 90000000-23013 STATE USE TAX LIABILITY ($11.10) SF-D 20693 PURCHASING CREDIT CARD, $171.56 90000000-23252 DISTRICT USE TAX-LIBRARIES ($0.20) MISC. 90000000-23237 DISTRICT USE TAX-MEASURE S (80.80) 90000000-23028 MEASURE V DISTRICT TAX ($0.80) 10022300-54100 SUPPLIES $1.80 1002230054100 SUPPLIES $171.56 SF-D20723 PURCHASING CREDIT CARD, $186.40 9000000023252 DISTRICT USE TAX-LIBRARIES ($0.20) MISC. 80026400-56130 EXTERNAL SERVICES $0.20 80026400.56130 EXTERNAL SERVICES $186.40 SF-D 20723 PURCHASING CREDIT CARD, $204.52 90000000-23252 DISTRICT USE TAX-LIBRARIES ($0.22) MISC. 80026400-56130 EXTERNAL SERVICES $0.22 84 List of Checks Presented for Approval on 7/28/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail BUSINESS CARD SF-D 20723 PURCHASING CREDIT CARD, $204.52 80026400-56130 EXTERNAL SERVICES $204.52 MISC. SF-D 20691 PURCHASING CREDIT CARD, $299.70 90000000-23252 DISTRICT USE TAX-LIBRARIES ($0.38) MISC. 90000000-23237 DISTRICT USE TAX-MEASURE S ($1.60) 90000000-23028 MEASURE Y DISTRICT TAX ($1.50) 90000000-23013 STATE USE TAX LIABILITY ($21.73) 10022300-54100 SUPPLIES $25.11 10022300-54100 SUPPLIES, $299.70 PC4415.17 PURCHASING CREDIT CARD, $42.84 64024425-56120 EQUIPMENT MAINTENANCE& $42.84 MISC. REPAIR SF-D 20685 PURCHASING CREDIT CARD, $131.00 84024425-56120 EQUIPMENT MAINTENANCE& $131.00 MISC. REPAIR P29900 PURCHASING CREDIT CARD, $203.16 84024425-56120 EQUIPMENT MAINTENANCE& $203.16 MISC. REPAIR SF-D 20626 PURCHASING CREDIT CARD, $363.21 84024425-56120 EQUIPMENT MAINTENANCE& $363.21 MISC. REPAIR 54630798 FINANCE CREDIT CARD,MISC. $130.00 10013400.57300 MEMBERSHIPS& $130.00 FUR SUBSCRIPTIONS 54630799 FINANCE CREDIT CARD,MISC. $455.00 10013400-57300 MEMBERSHIPS& $455.00 FUR SUBSCRIPTIONS 0005968610-01 HR/RISK MGMT CREDIT CARD, $496.50 80026400-57300 MEMBERSHIPS& $496.50 MISC SUBSCRIPTIONS 26069 CITY MGR DEPARTMENT CREDIT $9929 10010000.54100 SUPPLIES $99.29 CAR SF-D 20583 POLICE CREDIT CARD,MISC. $26.00 10020210-54100 SUPPLIES $26.00 PURC SF-D20691 PURCHASING CREDIT CARD, $23.92 10022300.54100 SUPPLIES 523.92 MISC. 51314843 POLICE CREDIT CARD,MISC. , 525.00 10520210-54100 SUPPLIES $25.00 PURC 109913 POLICE CREDIT CARD,MISC. $46.49 10520210-54100 SUPPLIES $46.49 PURC 61317 POLICE CREDIT CARD,MISC. $58.75 10520210-54100 SUPPLIES 558.75 PURC • 85 List of Checks Presented for Approval on 7/28/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail BUSINESS CARD 20137 POLICE CREDIT CARD,MISC. $24.95 63020210-54100 SUPPLIES $24.95 PURC SF-D 20579 POLICE CREDIT CARD,MISC. $175.05 63020210-54100 SUPPLIES $175.05 PURC 369871 PURCHASING CREDIT CARD, ($428.92) 82024411-54100 SUPPLIES ($428.92) MISC. Vendor Total: $6,438.09 CA BUILDING STANDARDS APRIL-JUNE QUARTERLY BSA REPORT $139.00 90090000-23027 BUILDING STDS ADMIN SPEC FD $15500 COMMISSION 2017 10000000-48110 MISCELLANEOUS RECEIPTS ($16.00) Vendor Total: $139.00 CA DIVISION OF THE STATE APRIL-JUNE DISABILITY ACCESS 8, $115.20 90000000-23012 STATE$1 BUS.LIC.SET ASIDE ($268.80) ARCHITECT 2017 EDUCATION FEE 90000000-23002 STATE$1 BUSINESS LICENSE $384.00 FEE Vendor Total: $115.20 CAJPA 200002499 REGISTRATION $300.00 10016100-57100 CONFERENCE&TRAINING $300.00 Vendor Total: $300.00 CANTEEN SERVICE 9976 MISCELLANEOUS SUPPLIES AS $147.66 10022300-54100 SUPPLIES $147.66 HEED 9962 MISCELLANEOUS SUPPLIES AS $14921 10022300-54100 SUPPLIES $149.21 NEED Vendor Total: 8296.67 CHASE RIGBY TA 6/1 W17 TRAVEL ADVANCE $45.00 10020210-57100 CONFERENCE&TRAINING $45.00 TAS/13-18117 TRAVEL ADVANCE $753.50 10020210-57100 CONFERENCE&TRAINING $753.50 Vendor Total: $798.50 CHEM DRY 17150 CARPET CLEANING SVCS $1,220.00 10022500-52100 CONTRACTED SERVICES $1,220.00 Vendor Total: $1,220.00 86 List of Checks Presented for Approval on 7/28/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail CLARK PEST CONTROL 20321326 PEST CONTROL SVCS $95.00 80026400-52100 CONTRACTED SERVICES $900 Vendor Total: $9500 CLOVER STORNETTA FARMS 0100726638 PROVIDE MISC GOODS AS $115.64 10022300-54100 SUPPLIES $115.64 NEEDED 0780418801 PROVIDE MISC GOODS AS $324.85 10022300-54100 SUPPLIES $324.85 NEEDED Vendor Total: $440.49 CODE PUBLISHING COMPANY 56747 CODIFICATION SERVICES AS $769.95 10012500-52100 CONTRACTED SERVICES $769.95 PER A Vendor Total: $769.95 COMCAST JULY17 INTERNET SERVICES $254.31 20913900-55100 TELEPHONE $254.31 AUG 17 INTERNET SERVICES $173.51 73022600-55100 TELEPHONE $173.81 Vendor Total: $428.12 CONTRA COSTA COUNTY 20611 REGISTRATION $118.00 10020210-57100 CONFERENCE&TRAINING $Y18.00 SHERRIFFS OFFICE DV07182017 INSTRUCTOR $288.00 10022850-52100 CONTRACTED SERVICES $144.00 10022850-52100 CONTRACTED SERVICES $144.00 Vendor Total: $406.00 COUNTY OF SONOMA WTR-00000592 GROUNDWATER PLANNING $8,500.00 82024410-52100 CONTRACTED SERVICES $8,500.00 STUDY CON Vendor Total: $6,500.00 DC CUSTOMS INC 184093 LINEX INSTALLATION $671.79 80026400-56130 EXTERNAL SERVICES $671.79 183640 HUSKY LINER $113.14 82024412-56130 EXTERNAL SERVICES $113.14 184005 SUN SHADE $71.91 82024414-56130 EXTERNAL SERVICES $71.91 184055 FLOOR LINERS $695.59 84024425-56130 EXTERNAL SERVICES $695.50 87 List of Checks Presented for Approval on 7/28/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail DC CUSTOMS INC 184026 SUN SHADE 582.23 20324100-54100 SUPPLIES $82.23 Vendor Total: $1,634.57 DEPT OF CONSERVATION ARRIL-JUNE QUARTERLY TAX RETURN-SMIP $239.92 90000000-23006 STRONG MOTION ED.SET ASIDE ($12.63) 2017 90080000-23005 STRONG MOTION INSTR.PROG. $252.55 Vendor Total: $239.92 EFFICIENCY SERVICES GROUP 1504 ADMIN OF EUD PUBLIC BENEFITS $3,444.72 , 80626500-52137 PUBLIC BENEFITS PROGRAM $3,444.72 LLC P MGMT 1490 ADMIN OF EUD PUBLIC BENEFITS $3,769.41 80626500-52137 PUBLIC BENEFITS PROGRAM $3,769.41 p MGMT 1428 ADM IN OF EUD PUBLIC BENEFITS. $3,782.98 60620500-52137 PUBLIC BENEFITS PROGRAM $3,782.96 P MGMT 1461 ADMIN OF EUD PUBLIC BENEFITS. $3,794.40 80626500-52137 PUBLIC BENEFITS PROGRAM $3,794.40 P MGMT 1395 ADMIN OF EUD PUBLIC BENEFITS $4,355.38 60826500-52137 PUBLIC BENEFITS PROGRAM $4,355.38 p MGMT Vendor Total: $19,146.87 EUREKA OXYGEN CO 438714 EQUIPMENT MAINTENANCE I 5261.16 69122700-56300 BUILDING MAINT.8 REPAIR $261.16 UB 3898 EQUIPMENT MAINTENANCE $715.20 10521210-66120 EQUIPMENT MAINTENANCE& $715.20 REPAIR Vendor iota!: $976.36 EVERGREEN JOB&SAFETY 661 EDUCATIONAL/TRAINING $964.79 20526430-57100 CONFERENCE&TRAINING $964.79 TRAINING INC SERVICES 648 EDUCATIONAL/TRAINING $2,109.12 80026110-52100 CONTRACTED SERVICES $1,054.56 SERVICES 80026120-52100 CONTRACTED SERVICES $1,054.56 660 EDUCATIONAL/TRAINING $2,109.12 80026110-52100 CONTRACTED SERVICES $1,054.56 SERVICES 80026120-52100 CONTRACTED SERVICES $1,054.56 Vendor Total: $5,183.03 • k 88 List of Checks Presented for Approval on 7/28/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail FAILSAFE TESTING 9152 LADDER TEST/INSPECTION $555.85 10521210-56130 EXTERNAL SERVICES $555.85 9125 LADDER TEST/INSPECTION $650.00 10521210-56130 EXTERNAL SERVICES $650.00 Vendor Total; $1,205.85 FASTENAL CAUKA26960 MISC SUPPLIES AS NEEDED $1,006.71 84024425-56504 FACILITY MAINTENANCE& 51,006.71 REPAIR CAUKA27051 MISC SUPPLIES AS NEEDED $109.40 84024421-54100 SUPPLIES $109.40 Vendor Total: $1,116.11 FEDERAL ENERGY REGULATORY H17436-00 2017 HYDROPOWER ANNUAL $3,573.37 80026220-59101 FEES $3,573.37 COMMISSION FEE Vendor Total: $3,573.37 FEDERAL EXPRESS 5-871-93738 SHIPPING CHARGES $93.68 10012100-54101 POSTAGE $38.79 10520210-54101 POSTAGE $20.59 10520210-54101 POSTAGE $34.30 5-871-96738.1 SHIPPING CHARGES $203.76 1002021054101 POSTAGE $26.34 • 10023100-54101 POSTAGE $20.69 77725200-54101 . POSTAGE $148.23 84024420-54101 POSTAGE $8.50 Vendor Total: $297.44 FLEETPRIDE 66139546 MISC PARTS&MATERIALS AS 514.21 90000000-23237 DISTRICT USE TAX-MEASURE S ($0.07) NEED 82024414-55130 EXTERNAL SERVICES $0.14 82024414-55130 EXTERNAL SERVICES 514.21 90000000-23028 MEASURE Y DISTRICT TAX ($0.07) Vendor Total: $14.21 89 List of Checks Presented for Approval on 7/28/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail FRANK OLSEN CO 23250 24^DEZURIK AVVVVA BUTTERFLY $5,879.64 84024425-56120 EQUIPMENT MAINTENANCE& $5,879.64 VAL REPAIR Vendor Total: $5,879.64 GEARY,SHEA,O'DONNELL, 42883 TRIAL COUNSEL IN UVSD VS. $22,853.38 84424422-52100 CONTRACTED SERVICES $22,853.38 GRATTAN,&MITCHELL COU Vendor Total: $22,853.38 GHD INC 83168 DESIGN OF WELL#9 $6,749.50 82024410-52100 CONTRACTED SERVICES $6,749.50 Vendor Total: $6,749.50 GOLDEN STATE EMERGENCY CIOD7879 KIT,SHOE AND LINING 1901870 $5,891.58 90000000-23252 DISTRICT USE TAX-LIBRARIES ($6.46) VEHICLE SERVICE INC 10521210-56130 EXTERNAL SERVICES $32.30 10521210-56130 EXTERNAL SERVICES $5,891.56 90000000-23028 MEASURE V DISTRICT TAX ($25.84) Vendor Total: $5,891.56 GRANICUS INC 88420 SOFTWARE&SERVICES $400.00 10012500-52100 CONTRACTED SERVICES $400.00 AGREEMENT 89062 SOFTWARE&SERVICES $400.00 10012500-52100 CONTRACTED SERVICES $400.00 AGREEMENT Vendor Tata I: $800.00 GRANITE CONSTRUCTION 1197844 MISC ROCK&ROAD PATCH $595.89 10024220-54120 PW-SPECIAL SUPPLIES $166.14 COMPANY MATERIA 82024414-54100 SUPPLIES '$177.36 84024421-54100 SUPPLIES $102.08 84024421-54100 SUPPLIES $150.31 1200506 MISC ROCK&ROAD PATCH $888.50 82024414-54100 SUPPLIES $888.50 MATERIA • 90 List of Checks Presented for Approval on 7/28/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail GRANITE CONSTRUCTION 1198527 MISC ROCK&ROAD PATCH $277.66 84024421-54100 SUPPLIES $277.66 COMPANY MATERIA Vendor Total: $1,762.05 HARTFORD RETIREE PREMIUM 50011-AUG 17 RETIREE HEALTH INS $1,126.48 20700000-20524 NON-EMPLOYEE HEALTH $1,126.46 ACCT INS.PREM Vendor Total: $1,126.46 HOME DEPOT CREDIT SERVICES 6012782 MISCELLANEOUS SUPPLIES AS $6.44 10022100-54100 SUPPLIES $6.44 NEED 1022897 MISCELLANEOUS SUPPLIES AS $25.96 10022100-54100 SUPPLIES $25.96 NEED 6034538 MISCELLANEOUS SUPPLIES AS $116.78 10022100-54100 SUPPLIES $116.78 NEED 0024661 MISCELLANEOUS SUPPLIES AS $50.90 82024414-54100 SUPPLIES $50.90 NEED Vendor Total: $200.08 INSTITUTE FOR ENVIROMENTAL 171283 GIARDIA AND/OR $790.00 82024411-52100 CONTRACTED SERVICES $790.00 HEALTH INC CRYPTOSPORIDIUM EVAL Vendor Total: $790.00 INTERCOUNTY MECHANICAL& 6003 LABOR $110.00 80026400-52100 CONTRACTED SERVICES $110.00 ELECTRICAL INC 6029 SERVICE AS NEEDED $446.50 80026400-52100 CONTRACTED SERVICES $446.50 Vendor Total: $556.50 JAMES JEFFERS TA 816-11/17 TRAVEL ADVANCE $1,415.33 80026120-57100 CONFERENCE 4 TRAINING $1,415.33 Vendor Total: $1,415.33 JULIE WEBB DV072117 REIMBURSEMENT-TRIATHLON $1,072.21 90000000-23243 FAMILY FUN IN THE SUN $1,072.21 FOOD Vendor Total: $1,072.21 91 List of Checks Presented for Approval on 7/28/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail KIMBALL MIDWEST 5703467 PARTS AS NEEDED $409.01 90000000-23026 MEASURE Y DISTRICT TAX ($1.90) 20324100-54100 SUPPLIES $1.90 20324100-54100 SUPPLIES $409.01 Vendor Total: $409.01 LARRY WALKER ASSOCIATES 00564.02-4 APPLICATION PREPARATION $183.75 84024425-52114 COMPLIANCE STUDIES $183.75 INC (NPDES Vendor Total: 8183.75 LEADERSHIP MENDOCINO DV071317 REGISTRATION $900.00 10020210-57100 CONFERENCE&TRAINING $900.00 Vendor Total: $900.00 LEGAL SHIELD 38295 JULY JULY 2017 PRE-PAID LEGAL $51.60 20700000-20526 PREPAID LEGAL-AFLAC $51.80 2017 SERVICE Vendor Total: $51.80 MAJOR CRIMES FORCE 060117 ANNUAL AGENCY - $4,500.00 10020224-52100 CONTRACTED SERVICES $4,500.00 CONTRIBUTION Vendor Total: $4,500.00 MCMASTER-CARR SUPPLY CO 38504300 PARTS AS NEEDED $105.98 64024425-56120 EQUIPMENT MAINTENANCE& $105.98 REPAIR Vendor Total: $105.98 MENDOCINO COUNTY PUBLIC SOC UK 16-17 PRINCIPAL OF DEBT SERVICE FY $28,179.00 10020217.5210.0 CONTRACTED SERVICES $28,179.00 HEALTH 2016-17 Vendor Total: $28,179.00 MOTION INDUSTRIES INC CA23-505008 MOTOR $1,454.02 64024425-56120 EQUIPMENT MAINTENANCE& $1,454.02 REPAIR Vendor Total: $1,454.02 MUNI SERVICES LLC 0000046043 BUSINESS LICENSE $1,854.00 10013400-52100 CONTRACTED SERVICES $1,854.00 PROCESSING 92 List of Checks Presented for Approval on 7/28/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail MUNI SERVICES LLC 0000045842 QTRLY SUTA SERVICE THROUGH $3,543.20 10013400-52100 CONTRACTED SERVICES $3,543.20 12131/16 Vendor Total: $5,397.20 NHA ADVISORS LLC MAY 2017 FINANCIAL ADVISORY SERVICES $2,843.75 10013400-52100 CONTRACTED SERVICES $2,843.75 Vendor Total: $2,843.75 NORTHERN AGGREGATES INC 3208607 MISC ROCK&SAND AS NEEDED $335.62 10024220-54120 PW-SPECIAL SUPPLIES $335.62 53781 MISC ROCK&SAND AS NEEDED $405.41 10024220-54120 PW-SPECIAL SUPPLIES $405.41 Vendor Total: $741.03 ONE TIME PAY VENDOR 16265-1 ENERGY REBATE $287.25 80626500-52135 ENERGY CONSERVATION $287.25 PROGRAM DV072017 REIMBURSEMENT-PUMKIN FEST $200.00 90000000-23220 PUMPKINFEST(CC VENDOR $200.00 BOOTH PYTS) 115178-6 UTILITY REFUND $83.22 90100000-10421 UTILI7YRECEIVABLES CLEARING $83.22 116596-8 UTILITY REFUND $139.50 90100000-10421 UTILITY RECEIVABLES CLEARING $139.50 Vendor Total: $709.97 OPERATING ENGINEER PUBLIC& 86138 JULY 17 HEALTH INSURANCE $1,687.00 20700000-20524 NON-EMPLOYEE HEALTH $1,687.00 MISC EMPLOYEES INS.PREM Vendor Total: $1,687.00 OPERATING ENGINEERS UNION 1707.1 PUBLIC WORKS UNION DUES $840.00 20700000-20509 P/R DEDUCT.-UNION DUES $840.00 1707-1 MISC UNION DUES $990.00 20700000-20509 PR DEDUCT.-UNION DUES $990.00 Vendor Total: $1,830.00 OVERHEAD DOOR COMPANY OF 43706 SPRING REPLACEMENT $546.00 20822500-56300 BUILDING MAINT.&REPAIR $546.00 SANTA ROSA 43827 TORSION SPRINGS $786.37 20822500-56300 BUILDING MAINT.&REPAIR $786.37 93 List of Checks Presented for Approval on 7/2812017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail OVERHEAD DOOR COMPANY OF 43698 SERVICE CALL&SPRING $983.87 20822500-58300 BUILDING MAINT.&REPAIR $983.87 SANTA ROSA REPLACEMENT Vendor Total: $Z316.24 OWEN EQUIPMENT COMPANY 00039619 AUTOMOTIVE ACCESSORIES $11,660.59 84024421-56120 EQUIPMENT MAINTENANCE& $5,830.31 FOR AUT REPAIR 82024414-56130 EXTERNAL SERVICES $5,830.28 CM00038314 CHECK VALVE ($411.71) 84024421-56130 EXTERNAL SERVICES ($411.71) Vendor Total: $11,248.88 PACE SUPPLY CORPORATION 023975610 MISCELLANEOUS ITEMS AS $21.08 84024425-56120 EQUIPMENT MAINTENANCE& $21.08 NEEDED REPAIR 023955355 MISCELLANEOUS ITEMS AS $620.96 82000000-12104 INVENTORY-PURCHASES $620,96 NEEDED 023986718 MISCELLANEOUS ITEMS AS $26.30 82024414-54100 SUPPLIES $26.30 NEEDED 023982055 MISCELLANEOUS ITEMS AS $117.44 82024414-54100 SUPPLIES $117.44 NEEDED 023972248 MISCELLANEOUS ITEMS AS $28.56 84024421-54100 SUPPLIES $28.56 NEEDED Vendor Total: $814.34 PAYMENTUS GROUP INC US17060028 CREDIT CARD PROCESSING 52,561.00 20513300-52100 CONTRACTED SERVICES 52.561.00, SERVICE Vendor Total: $2,561.00 PETERSON CAT PR060015462 PARTS&SERVICE REPAIRS AS ($78.03) 20324100-56112 EQUIPMENT PARTS FOR RESALE ($78.03) NEE PC060139034 PARTS&SERVICE REPAIRS AS $116.21 10022100.56130 EXTERNAL SERVICES $118.21 NEE Vendor Total: $38.18 PFM ASSET MANAGEMENT LLC PFM-78828 FINANCIAL ADVISORY SERVICES $5,005.55 10015100.52100 CONTRACTED SERVICES $5,005.55 Vendor Total: $5,005.55 PG&E CO JULY-17-3622 GAS&ELECTRIC SERVICES $6,218.28 84024425-55200 PG&E $1,844.21 94 List of Checks Presented for Approval on 7/28/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail PG&E CO JULY-17-3622 GAS 8 ELECTRIC SERVICES $6,218.28 10022100-55210 UTILITIES $11.13 10022300-55210 UTILITIES ' $49.49 20822500-55210 UTILITIES '$237.19 69122700-55210 UTILITIES $22.71 70024500-55210 UITUTIES $386.52 73022600-55210 UTILITIES $15.64 73022600-55210 UTILITIES $37.80 77725200-55210 UTILITIES $43.67 82024411-55210 UTILITIES $3,496.63 84024421-55210 UTILITIES $73.29 JUNE37 GAS AND ELECTRIC SERVICES- $4.03 10022100-55210 UTILITIES $4.03 OBSERVATORY PARK Vendor Total: $6,222.31 PHENOVA 132340 PROFICIENCY TESTING $724.71 90000000-23252 DISTRICT USE TAX-LIBRARIES ($0.79) SAMPLES 90000000-23237 DISTRICT USE TAX-MEASURE S ($1.57) 90000000-23028 MEASURE Y DISTRICT TAX ($3.13) 84024425-54100 SUPPLIES $5.49 84024425-54100 SUPPLIES $724.71 Vendor Total: $724.71 PHILLIPS SEABROOK 7567 STRUCT ENGNGIPLAN $1,055.00 10023320-52100 CONTRACTED SERVICES $1,055.00 ASSOCIATES CHCK/SLIBSTIT Vendor Total: $1,055.00 PR BUSH BY SHARPENING INC 322358 CHAIN SHARPENING $29.00 82024411-58120 EQUIPMENT MAINTENANCE& $29.00 REPAIR 95 List of Checks Presented for Approval on 7/28/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail PR SUSHBY SHARPENING INC 322352 CHAIN SHARPENING $40.00 84024421-54100 SUPPLIES $40.00 Vendor Total: $69.00 PR DIAMOND PRODUCTS INC 0045811-IN DUCTILE PIPE DRY CUTTING S150.00 90000000-23252 DISTRICT USE TAX-LIBRARIES ($0:18) 90000000-23237 DISTRICT USE.TAX•MEASURE S ($0.69) 90000000-23028 MEASURE Y DISTRICT TAX ($0.69) 90000000-23013 STATE USE TAX LIABILITY ($10.01) 20324100-54100 SUPPLIES $11.57 20324100-54100 SUPPLIES $150.00 Vendor Total: $150.00 R EMMETT JONES JUNE 2017 MANAGEMENT ADVISORY $787.50 10012100-52100 CONTRACTED SERVICES $487.50 SERVICES 70024500-52100 CONTRACTED SERVICES $300.00 Vendor Total: $787.50 RAU&ASSOCIATES INC 20170018 SURVEY EASEMENT ON N. $4,740.00 82024410-52100 CONTRACTED SERVICES $4,740.00 STATE ST Vendor Total: $4,740.00 REDWOOD COAST FUELS 1860375 CAROLOCK FUEL PURCHASES 55,759.84 10020210-56210 FUEL&FLUIDS $20.89 10020210-56210 FUEL d FLUIDS $45.39 10020210-56210 FUEL 4 FLUIDS $1,974.33 10020224.56210 FUEL&FLUIDS $35.67 10022100-56210 FUEL d FLUIDS $850.89 10024220-56210 FUEL&FLUIDS $705.43 2032410056210 FUEL&FLUIDS $135.81 I 96 List of Checks Presented for Approval on 7/28/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail REDWOOD COAST FUELS 1865375 CARDLOCK FUEL PURCHASES $5,759.84 20513382-56210 FUEL&FLUIDS $26.04 20822500-56210 FUEL&FLUIDS $57.07 80028400-56210 FUEL&FLUIDS $829.24 82024411-56210 FUEL&FLUIDS $204.27 82024414-56210 FUEL&FLUIDS $86.24 82024414-56210 FUEL&FLUIDS $312.15 84024421-56210 FUEL&FLUIDS $56.43 84024421-56210 FUEL&FLUIDS $265.91 84024425-56210 FUEL&FLUIDS $174.06 1856949 CARDLOCK FUEL PURCHASES $6,472.49 10022100-56210 FUEL&FLUIDS $838.96 10024220-56210 FUEL&FLUIDS $474.03 1052021056210 FUEL&FLUIDS $20.91 10520210-56210 FUEL&FLUIDS $71.94 10520210.58210 FUEL&FLUIDS $2,444.79 20324100-56210 FUEL&FLUIDS $107.26 20524412-56210 FUEL&FLUIDS $27.31 20822500-56210 FUEL 8 FLUIDS $16.59 20822500-5$210 FUEL&FLUIDS $227.53 60026400-56210 FUEL&FLUIDS $1,062.86 62024411-56210 FUEL 4 FLUIDS $349.77 82024414-56210 FUEL 8 FLUIDS $140.50 82024414-56210 FUEL&FLUIDS $270.65 84024421-56210 FUEL&FLUIDS $119.68 97 List of Checks Presented for Approval on 7/28/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail REDWOOD COAST FUELS 1856949 CARDLOCK FUEL PURCHASES $6,472.49 84024421-56210 FUEL&FLUIDS $230.56 84024425-56210 FUEL&FLUIDS $69.14 0071246 CARDLOCK FUEL PURCHASES 556443 20824300-56210 FUEL&FLUIDS $504.43 1859661 CARDLOCK FUEL PURCHASES $93.17 84024425-56210 FUEL&FLUIDS $93.17 Vendor Total: $12,829.93 REDWOOD EMPIRE MUNICIPAL 17-07 MEDICAL.DENTAL&VISION 5222,309.40 20700000-20524 NON-EMPLOYEE HEALTH $473.20 INSURANCE FUND HEALTHCOMP PREMIUMS INS.PREM 20700000-20524 NON-EMPLOYEE HEALTH $2,172.00 INS.PREM 20700000-20524 NON-EMPLOYEE HEALTH $14,423.00 INS.PREM 20700000-20520 PIR DEDUCT.-MEDICAL INS $188,646.00 20700000-20510 REMIF DENTAL $13,847.00 20700000-20511 REMIF VISION $2,748.20 17-07 EAP EAP INSURANCE $514.08 20112400-52525 WORKER'S COMP.EXPENSE $514.08 QTR 1-17/18 WORKER'S COMP PREMIUM $202,173.00 20112400-52525 WORKER'S COMP.EXPENSE $202,173.00. QUARTERLY BILLING Vendor Total: $424,996.48 REOA LTD 1200.1 OFFICIATING OF ADULT $1,621.00 10022822-52100 CONTRACTED SERVICES $1,621.00 SOFTBALL Vendor Total: $1,621.00 ROUND TABLE PIZZA 02-5008 WORKING LUNCH-WATER MAIN $131.62 92024414-57100 CONFERENCE&TRAINING $131.62 TIE IN 02-5078 OUTAGE WORK THROUGH MEAL $122.84 80026400-54100 SUPPLIES $122.84 Vendor Total: $254.46 98 List of Checks Presented for Approval on 7/28/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail RYAN KRIKEN DV072117 REIMBURSE GRADE 2 8230.00 84024425-57100 CONFERENCE 8 TRAINING $230.00 OPERATOR CERTIFICATE Vendor Total: $230.00 SAFEWAY INC STMT 7/15/17.1 MISCELLANEOUS PURCHASES 6778.63 90000000-23226 CONCERT SERIES $45.98 AS REQ 90000000-23226 CONCERT SERIES $86.54 10016100-54167 EMPLOYEE DEVELOPMENT $53.99 90000000-23235 MOVIES IN THE PLAZA $13.95 10022300-54100 SUPPLIES $177.55 10022300-54100 SUPPLIES $264.30 10022840-54100 SUPPLIES $7.96 10022840-54100 SUPPLIES $19.45 10022840-54100 SUPPLIES $27.74 73022600-54100 SUPPLIES $10.32 73022600-54100 SUPPLIES $11.00 73022600-54100 SUPPLIES $59.83 STMT 7/15/17.2 MISCELLANEOUS PURCHASES $1,353.56 90000000-23226 CONCERT SERIES $13.01 AS REQ 90000000-23226 CONCERT SERIES $19.47 90000000-23226 CONCERT SERIES $26.11 90000000-23226 CONCERT SERIES $158.48 90000000-23236 FIELD SIGNAGE FEES $127.19 90000000-23235 MOVIES IN THE PLAZA $22.13 10022300-54100 SUPPLIES $229.09 10022300-54100 SUPPLIES $317.39 99 List of Checks Presented for Approval on 7/28/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail SAFEWAY INC STMT 7/15/17.2 MISCELLANEOUS PURCHASES 51,363.58 10022840-54100 SUPPLIES $5.00 AS REQ 10022640-54100 SUPPLIES $149.60 10022840-54100 SUPPLIES $293.12 73022600-54100 SUPPLIES $2.99 Vendor Total: $2,142.21 SALES&USE TAX BE112785 TAX EMPLEMENTATION $6,637.37 10012400-52100 CONTRACTED SERVICES $6,687.37 Vendor Total: $6 687.37 SALLIE PALMER DV071817 INSTRUCTOR $1,666.00 10022650-52100 CONTRACTED SERVICES $490.00 10022850-52100 CONTRACTED SERVICES $1,176.00 Vendor Total: 81,666.00 SAN DIEGO POLICE EQUIPMENT 628408 MAG CHARGER FLASHLIGHTS $219.79 10020210-54100 SUPPLIES $219.79 CO Vendor Total: $219.79 SCHAVS BAKERY CH459934 PROVIDE MISCELLANOUS FOOD $76.10 10012100-54100 SUPPLIES $76.10 DISH STMT 6/30/17 PROVIDE MISCELLANOUS FOOD $486.09 73022600-54100 SUPPLIES $486.09 DISH Vendor Total: $562.19 SETH STRADER DV072417 REIMBURSE CATERING 541.54 73022600.54100 SUPPLIES $41.54 SUPPLIES Vendor Total: $41.54 SHERRIE SMITH-FERRI DV072017 REIMBURSEMENT 5265.00 69122700-57300 MEMBERSHIPS 8 $265,00 SUBSCRIPTIONS Vendor Total: $265.00 SHN CONSULTING ENGINEERS 6 92649 MATERIALS&COMPACTION $3,197.50 82224413-80230 INFRASTRUCTURE $2,511.67 GEOLOGISTS INC TESTING 100 List of Checks Presented for Approval on 7/28/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail SHN CONSULTING ENGINEERS& 92649 MATERIALS&COMPACTION $3,197.50 84024421-80230 INFRASTRUCTURE $685.83 GEOLOGISTS INC TESTING Vendor Total: $3,197.50 SPEEDY SIGNS • 19296 BLACK EQUIPMENT NUMBERS $60.13 90000000-23237 DISTRICT USE TAX-MEASURES ($0.28) 20324100-56112 EQUIPMENT PARTS FOR RESALE $0.56 20324100-56112 EQUIPMENT PARTS FOR RESALE $60.13 90000000-23028 MEASURE Y DISTRICT TAX ($0.28) Vendor Total: $60.13 STAPLES CREDIT PLAN 1847868771 OFFICE SUPPLIES,MISC AS $32.27 73022600-56300 BUILDING MAINE&REPAIR $32.27 NEEDE 1846170071 OFFICE SUPPLIES,MISC AS $216.08 73022600-56300 'BUILDING MAINT.&REPAIR $216.08 NEEDE 3345338466 OFFICE SUPPLIES,MISC AS $21.37 84024425-56120 EQUIPMENT MAINTENANCE& $21.37 NEEDE REPAIR 3345338467 OFFICE SUPPLIES,MISC AS $48.74 84024425-56120 EQUIPMENT MAINTENANCE& $48.74 NEEDE REPAIR 3345338455 OFFICE SUPPLIES,MISC AS $56.00 84024425-56120 EQUIPMENT MAINTENANCE& $56.00 NEEDS REPAIR 22906 OFFICE SUPPLIES,MISC AS '($2.17) 69122700-54100 SUPPLIES ($2.17) NEEDE 6208 OFFICE SUPPLIES,MISC AS $33.99 69122700-54100 SUPPLIES $33.99 NEEDE 42047 OFFICE SUPPLIES,MISC AS $13.01 73022600-54100 SUPPLIES $13.01 NEEDE 6105 OFFICE SUPPLIES,MISC AS $238.47 77725200-54100 SUPPLIES $238.47 NEEDE 19671 OFFICE SUPPLIES.MISC AS $85.03 80026400-54100 SUPPLIES $85.03 NEEDE 6226 OFFICE SUPPLIES,MISC AS ($231.89) 62024411-54100 SUPPLIES ($231.89) NEEDE 101 List of Checks Presented for Approval on 7/28/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail STAPLES CREDIT PLAN 6228 OFFICE SUPPLIES,MISC AS 6164.39 82024411-54100 SUPPLIES $164.39 NEEDS Vendor Total: $67529 STATE WATER RESOURCES LW-1009919-R1 LARGE WATER SYSTEM FEES 69.462.00 82024411-59101 FEES $9,462.00 CONTROL BOARD Vendor Total: $9,462.00 TASC IN1060414 FSA ADMIN FEES $150.00 10016100-52151 AFLAC&PERS INSUR ADMIN $150.00 FEES Vendor Total: $150.00 THOMAS CORNING JR TA 6110117 TRAVEL ADVANCE $45.00 10020210-57100 CONFERENCE&TRAINING $45.00 Vendor Total: $45.00 TIM POMA 112-0484975- REIMBURSE MOONLIGHT MOVIE $71.21 90000000-23235 MOVIES IN THE PLAZA $71.21 5245011 MADNESS SUPPLIES Vendor Total: '671.21 TIM SANTO DV071717 REIMBURSE OUTAGE-WATER $12.60 80026400-54100 SUPPLIES $12.80 Vendor Total: $12.80 TRANSENE COMPANY INC 147128 ACETATE BUFFER SOLUTION $741.01 84024425-58202 CHEMICALS $741.01 Vendor Total: $741.01 UKIAH PAPER SUPPLY 472143 JANITORIAL SUPPLIES.M1SC AS (660.58) 73022600-56300 BUILDING MAINT.&REPAIR ($6a58) N 472142 JANITORIAL SUPPLIES,MISC AS $69.35 73022600-56300 BUILDING MAINT.&REPAIR $69.35 N 1473106 JANITORIAL SUPPLIES,MISC AS $133.25 90000000-23243 FAMILY FUN IN THE SUN $133.25 N 1472233 JANITORIAL SUPPLIES,MISC AS $157.69 10024220-54120 PW-SPECIAL SUPPLIES 5157.69 N 1472919 JANITORIAL SUPPLIES,MISC AS $135.31 10022100-54100 SUPPLIES $135.31 N 14730559 JANITORIAL SUPPLIES,MISC AS $266.85 10022100-54100 SUPPLIES $266.85 N 102 List of Checks Presented for Approval on 7/28/2017 Invoices Vendor Name Invoice # Invoice.Description Invoice Amt Invoice Account Detail and Allocation Detail UKIAH PAPER SUPPLY 472251 JANITORIAL SUPPLIES,MISC AS $382.47 10022100-54100 SUPPLIES $382.47 N 472105 JANITORIAL SUPPLIES,MISC AS $135.06 10022300-54100 SUPPLIES $135.06 N 1472941 JANITORIAL SUPPLIES,MISC AS 562.32 20822500-54100 SUPPLIES $62.32 N 1472897 JANITORIAL SUPPLIES,MISC AS $141.47 20822500-54100 SUPPLIES $141.47 N 472182 JANITORIAL SUPPLIES,MISC AS $639.30 20822500-54100 SUPPLIES $639.30 N 472693 JANITORIAL SUPPLIES,MISC AS $227.31 73022600-54100 SUPPLIES $227.31 N 1472703 JANITORIAL SUPPLIES,MISC AS $205.09 77725200.54100 SUPPLIES $205.09 N 1472819 JANITORIAL SUPPLIES,MISC AS $452.52 80026110.54100 SUPPLIES $226.26 N 80026120.54100 SUPPLIES $228.26 1472511 JANITORIAL SUPPLIES,MISC AS $193.12 82024411-54100 SUPPLIES $193.12 N Vendor Total: $3.140.53 UKIAH WASTE SOLUTIONS INC 343314 BIOSOLID REMOVAL 57,395.84 84024425-52100 CONTRACTED SERVICES $7,395.84 Vendor Total: $7,395.84 UNITED ROTARY BRUSH CORP 01203138 CABLE WRAPS,GUTTER 5755.85 1002422056130 EXTERNAL SERVICES $755.85 BROOMS AM Vendor Total: $755.85 UNITED SITE SERVICES 114-5421498 PORTABLE TOILET RENTAL 5423.57 90000000-23226 CONCERT SERIES $423.57 1145478093 PORTABLE TOILET RENTAL $423.57 9000000023226 CONCERT SERIES $423.57 114-5522334 PORTABLE TOILET RENTAL $165.81 10022100-52100 CONTRACTED SERVICES $168.81 114-5522335 PORTABLE TOILET RENTAL $166.81 10022100-52100 CONTRACTED SERVICES $166.81 103 List of Checks Presented for Approval on 7/28/2017 Invoices Vendor Name Invoice # Invoice Description Invoice Amt. Invoice Account Detail and Allocation Detail UNITED SITE SERVICES 114-5522336 PORTABLE TOILET RENTAL $138.32 80026330-52100 CONTRACTED SERVICES $138.32 Vendor Total: $1,317.08 UPS 0000E19R5428 SHIPPING CHARGES $22.67 80026400-56120 EQUIPMENT MAINTENANCE& $22.67 7 REPAIR 0000E19R5426 SHIPPING CHARGES $42.95 84024425-56120 EQUIPMENT MAINTENANCE& $42.95 7 REPAIR 0000E19R5427 SHIPPING CHARGES $11.23 80026400.54100 SUPPLIES $11.23 7 Vendor Total: $76.85 UTILITY TREE SERVICE INC 71B00117 ROADSIDE,GROUNDS, $2,811.00 80026110-52100 CONTRACTED SERVICES $2,811.00 RECREATIONA 69N44917 ROADSIDE,GROUNDS, $4,216.50 80026110-52100 CONTRACTED SERVICES $4,216.50 RECREATIONA 65Q79617 ROADSIDE,GROUNDS, $5,153.50- 80026110-52100 CONTRACTED SERVICES $5,153.50 RECREATIONA 69Z64717 ROADSIDE,GROUNDS, $5,153.50 60026110-52100 CONTRACTED SERVICES $5,153.50 RECREATIONA Vendor Total: $17,334.50 VIEVU 24066 SPRING CLIPS $84.03 10020210-54100 SUPPLIES $84.03 Vendor Total: $84.03 WAGEWORKS INC INV219942&INV SEC 125 ADMIN FEES $175.00 10016100-52151 AFLAC&PERS INSURADMIN $175.00 219953 FEES Vendor Total: $175.00 WALMART COMMUNITY P927300600113 MISC ITEMS AS NEEDED $46.11 90000000-23226 CONCERT SERIES $46.11 XXWJQ - P9273006501 F MISC ITEMS AS NEEDED $41.98 90000000-23243 FAMILY FUN IN THE SUN $41.98 NSZQK P9273005P01A MISC ITEMS AS NEEDED $32.67 90000000-23238 FIELD SIGNAGE FEES $32.67 7XAL2 P9273005V01Q MISC ITEMS AS NEEDED $268.63 90000000-23236 FIELD SIGNAGE FEES $266.63 4RLLF 104 List of Checks Presented for Approval on 7/28/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail WALMART COMMUNITY P9273005W01 MISC ITEMS AS NEEDED 517.92 90000000-23242 JULY 4TH PICNIC IN THE PARK $17.92 CIEW88R P92730050010 MISC ITEMS AS NEEDED 5178.02 90000000-23242 JULY 4TH PICNIC IN THE PARK $178.02 EW69A P9273005R0113 MISC ITEMS AS NEEDED $8.17 10022300-54100 SUPPLIES $8.17 OXTDW P9273005E017 MISC ITEMS AS NEEDED $4.40 10022840-54100 SUPPLIES $4.40 8B6GP P9273005E017 MISC ITEMS AS NEEDED $81.89 10022840-54100 SUPPLIES $81.89 8B6GZ P9273005D016 MISC ITEMS AS NEEDED $186.14 10022840-54100 SUPPLIES $188.14 WLMA6 P9273005Y01D MISC ITEMS AS NEEDED $223.85 10022840-54100 SUPPLIES $223.85 5V2AN P92730050018 MISC ITEMS AS NEEDED $231.02 10022840-54100 SUPPLIES $231.02 084BH P9273005P01A MISC ITEMS AS NEEDED $26.32 20324100-54100 SUPPLIES $25.32 6E768 P9273006501F MISC ITEMS AS NEEDED $92.36 77725200-54100 SUPPLIES $92.36 FJ341 P9273005H018 MISC ITEMS AS NEEDED $31.41 84024425-54100 SUPPLIES $31.41 8JL1P P9273006301E MISC ITEMS AS NEEDED $98.41 84024425-54100 SUPPLIES $98.41 VR4SN Vendor Total: $1,569.30 WEST YOST ASSOCIATED 2032563 PROP 1 STORM WATER $11,815.98 91190100-52100 CONTRACTED SERVICES $3,719.50 RESOURCES P 91190100-52100 CONTRACTED SERVICES $8,096.48 2032670 RRWA EXECUTIVE DIRECTOR $16,023.84 91190100-52100 CONTRACTED SERVICES $1,426.00 SVCS 91190100-52100 CONTRACTED SERVICES $2,107.17 91190100-52100 CONTRACTED SERVICES $12,490.67 2032562 PROP 1 STORM WATER $23.190.05 91190100-52100 CONTRACTED SERVICES $23,190.05 RESOURCES P 2032332 PROP 1 STORM WATER $40,315.10 91190100-52100 CONTRACTED SERVICES $40,315.10 RESOURCES P 105 List of Checks Presented for Approval on 7/28/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail WEST YOST ASSOCIATED 2032669 PROP 1 STORM WATER $69,698.00 91190100-52100 CONTRACTED SERVICES $69,698.00 RESOURCES P Vendor Total: 5161,042.97 WESTERN HILLS HOMEOWNERS 1163 QUARTERLY HOA $225.00 10012400-52100 CONTRACTED SERVICES $225.00 ASSOC Vendor Total: $225.00 WORLD OIL ENVIRONMENTAL 1500-00210960 DISPOSAL OF MISC.PRODUCTS $120.00 20324100-52100 CONTRACTED SERVICES $120.00 SERVICES AS Vendor Total; $120.00 INYATT IRRIGATION CO 232175 PARTS&MISC SUPPLIES AS $30.43 90000000-23237 DISTRICT USE TAX-MEASURE S (50.15) NEEDE 90000000-23028 MEASURE Y DISTRICT TAX ($o.15) 10022100-54100 SUPPLIES $0.30 10022100-54100 SUPPLIES $30.43 232098 PARTS&MISC SUPPLIES AS $95.43 90000000-23237 DISTRICT USE TAX-MEASURE S ($0.45) NEEDE 90000000-23028 MEASURE Y DISTRICT TAX ($0.45) 10022100-54100 SUPPLIES 50.90 10022100-54100 SUPPLIES $95.43 Vendor Total: $125.66 XEROX CORP 1350038 NETWORKING SERVICES $188.78 20513300-52100 CONTRACTED SERVICES $188.78 1350066 SOFTWARE SUPPORT $269.69 20513300-52100 CONTRACTED SERVICES 6269.69 089849890 COPIER LEASE-SEE ADD'L $1,999.67 10012200-94500 LEASE PAYMENTS $1,999.67 DESCRIP Vendor Total: 52,459.14 106 List of Checks Presented for Approval on 7/28/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail ZUMAR INDUSTRIES INC 0111076 CUSTOM SIGNS $299.61 90000000-23237 DISTRICT USE TAX-MEASURES ($1.27) 90000000-23028 MEASURE YDISTRICT TAX ($1.27) 80026330-54100 SUPPLIES $2.54 80026330-54100 SUPPUES $299.61 Vendor Total: $299.61 INVOICE TOTAL $869,132.37 107 List of Checks Presented for Approval on 7/20/2017 The followin. list of bills payable Ts reviewed an,,;pproved for payment. —. I I Signature Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail ALADTEC INC 2017-101707 WORKFORCE MANAGMENT $2.310.00 91521400-57300 MEMBERSHIPS& $2,310.00 SYSTEM SUBSCRIPTION SUBSORIP7TONS Vendor Total: $2310.00 FAILSAFE TESTING 9153 LADDER AND ROPE TESTING $430.30 91521400-56120 EQUIPMENT MAINTENANCE& $430.30 REPAIR Vendor Total: $430.30• FEDERAL EXPRESS 5-836-73038 SHIPPING CHARGES $20.07 91500000-54101 POSTAGE $20.07 Vendor Total: $20.07 HAROLD J LANCE JR JUNE 2017, LEGAL SERVICES $455.00 91500000-52100 CONTRACTED SERVICES $455.00 Vendor Total: $455.00 LEXIPOL LLC 20628 ANNUAL FIRE POLICY MANUAL $6.050.00 91521400-57300 MEMBERSHIPS& $6,050.00 ONLINE SUBSCRIPTON SUBSCRIPTIONS Vendor Total: $6,050.00 LIEBERT CASSIDY WHITMORE 1442016 PROFESSIONAL SERVICES $156.00 91500000-52100 CONTRACTED SERVICES $156.00 Vendor Total: $156.00 LIFE ASSIST 804442 EMS SUPPLIES $11.56 91500000-54100 SUPPLIES $11.56 801525 EMS SUPPLIES $212 91500000-54100 SUPPLIES $23.12 800621 EMS SUPPLIES $23.52 91500000-54100 SUPPLIES $23.52 108 List of Checks Presented for Approval on 7/20/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail LIFEASSIST 803053 EMS SUPPUES $26.16 91500000-54100 SUPPLIES $26.16 604203 EMS SUPPLIES $57.54 91500000-54100 SUPPLIES $57.54 804222 EMS SUPPLIES $887.05 91500000-54100 SUPPLIES $887.05 805633 EMS SUPPLIES $75.04 91521400-54100 SUPPLIES $75.04 Vendor Total: $1,103.99 MANAGED HEALTH NETWORK PRM-009154 UVFD MHN EAP $120.96 20700000-20661 UVFD HEALTH INS $120.96 Vendor Total: $120.96 MILLVIEW COUNTY WATER JUNE,17 WATER SERVICES-LOVERS $147.00 91500000-55210 UTILITIES $147.00 DISTRICT LANE Vendor Total: $147.00 NICK BARBIERI TRUCKING LLC 1853507 FUEL AS NEEDED $95227 91500000-56210 FUEL&FLUIDS $952.27 1857108 FUEL AS NEEDED $1,087.76 91500000-56210 FUEL&FLUIDS $1,087.76 • Vendor Total: $2,040.03 PG&E CO UVFD MARCH GAS&ELECTRIC SERVICES- $34.88 91500000-55200 PG&E $34.88 17 TALMAGE STATION UVFD-JUNE GAS&ELECTRIC SERVICES $65.46 91500000-55200 PG&E $65.46 17 TALMAGE STATION UVFD-JUNE 17 GAS&ELECTRIC SERVICES- $697.12 91500000-55200 PG&E $697.12 LOVERS LANE UVFD- GAS&ELECTRIC SERVICES- $1,191.56 91500000-55200 PG&E $1,191.56 JUNE17 SOUTH STATION Vendor Total: $1,989.02 PRINCIPAL UFE 17-07 UVFD UVFO DENTAL&UFE $893.50 20700000-20651 UVFD HEALTH INS $893.50 PRIN LIFE Vendor Total: $893.50 109 • • • List of Checks Presented for Approval on 7/20/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail PROSPECTOR FUND AUGUST 17 TALMAGE PROPERTY LOAN $Z300.00 91521400-70201 LOAN PRINCIPAL PAYMENTS $690.00 PAYMENT 91521400-70201 LOAN PRINCIPAL PAYMENTS $1.610.00 Vendor Total: $2,300.00 PUBUC SERVICE DEPARTMENT UVFD-MAY 17 SEWER SERVICE-LOVERS LANE $79.87 9150000455210 UTILITIES $79.87 UVFD MAY 17 SEWER SERVICE-SOUTH $125.97 91500000-5.5210 UTILITIES $125.97 STATION Vendor Total: $205.84 RAY A MORGAN COMPANY 1638790 COPIER LEASE 8 SERVICE $36.28 91521400-54500 EQUIP RENTS AND LEASES $36.28 Vendor Total: $36.28 ROGINA WATER COMPANY UVFD JUNE 17 WATER SERVICE-SOUTH $24.00 91500000-55210 UTILITIES $24.00 STATION Vendor Total: $24.00 SAVINGS BANK OF MENDOCINO AUGUST 17 LOVERS LANE LOAN PAYMENT $1,945.41 91521400-70201 LOAN PRINCIPAL PAYMENTS $583.62 COUNTY 91521400-70201 WAN PRINCIPAL PAYMENTS. $1,361.79 Vendor Total: $1,945.41 STAPLES CREDIT PLAN 18016655951.1 OVER PAYMENT ($1.22) 91500000-54100 SUPPLIES ($1.22) 1827737191 COPY PAPER $63.34 91500000-54100 SUPPLIES 563.34 1827738871 INK CARTRIDGES $73.22 91500000-54100 SUPPLIES $7322 1836330481 OFFICE SUPPLIES $25222 91500000-54100 SUPPLIES $252.22 Vendor Total: $387.56 US BANK CORPORATE PAYMENT JUNE 17 CAL CARD PURCHASES $2,141.76 91521400-56300 BUILDING MAINT.&'REPAIR $427.67 SERVICES 110 List of Checks Presented for Approval on 7/20/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail US BANK CORPORATE PAYMENT JUNE 17 CAL CARD PURCHASES $2,141.76 91521400.56120 EQUIPMENT MAINTENANCE.5 ($43.42) SERVICES REPAIR 91521400-56120 EQUIPMENT MA INTENANCE8 $53.41 REPAIR 91521400-56120 EQUIPMENT MAINTENANCE& $702.06 REPAIR 91500000-54101 POSTAGE $9.18 91521400-54102 SMALL TOOLS $47.66 91500000-54100 SUPPLIES ($41.46) 91500000-54100 SUPPLIES $465.76 91521400-54100 SUPPLIES $220.00 91500000-55100 TELEPHONE $299.90 Vendor Total: $2,141.76 US BANK NA 869251371721 FUEL&UUBRICANTS $61.14 91500000-56210 FUEL&FLUIDS $61.14 Vendor Total: $61.14 WILLOW COUNTY WATER DIST UVFD-JUNE WATER SERVICE-SOUTH $42.19 91500000-55210 UTILITIES $42.19 17 STATION Vendor Total: $42.19 WITHER PUBLIC SAFETY GROUP E1608485.001 QUICK RELEASE LADDER BELT $176.59 91500000-54100 SUPPLIES $176.59 Vendor Total: $176.59 INVOICE TOTAL: $23,036.64 1 1 1 List of Checks Presented for Approval on 7/27/2017 The followi list-of bills payable wa reviewed and approved for payment. *0 . , . Signature Invoices Vendor Name Invoice# Invoice Description Invoice Amt Invoice Account Detail and Allocation Detail AFLAC 313136 UVFD-JULY AFLAC $73.70 2070000020656 UVFDAFL4C $73.70 Vendor Total: $73.70 BEACON LIGHT 82017PM5 RADIOS AND BATTERIES $2,572.28 91500000-54100 SUPPLIES $2,572.28 COMMUNICATIONS LLC Vendor Total: $2,572.28 CROSSFITMENDOCINO CFMD72017DIS CROSSFIT TRAINING $166.66 91521400-57100 CONFERENCE&TRAINING $16666 TRICT Vendor Total: $166.66 GOLDEN STATE RISK ,ANC071517.17 VISION INSURANCE $88.11 2070000020681 UVFD HEALTH INS $88.11 Vendor Total: $88.11 MENDOCINO COUNTY AUDITOR- 812 UVFD LAFCO SHARE $2,133.91 91521400-52100 CONTRACTED SERVICES $2,133.91 CONTROLLER Vendor Total: $2,133.91 NICK BARBIERI TRUCKING LLC 1860525 FUEL AS NEEDED $908.30 91521400-56210 FUEL&FLUIDS $908.30 Vendor Total: $908.30 OVERHEAD DOOR COMPANY OF 44012 NEW DOOR FOR 141 LOVERS $1.445.01 91521400-54100 SUPPLIES $1,445.01 SANTA ROSA LANE Vendor Total: $1,445.01 RAY A MORGAN COMPANY 1658814 COPIER USAGE $4621 91500000-52100 CONTRACTED SERVICES $45.21 112 List of Checks Presented for Approval on 7/27/2017 Invoices Vendor Name Invoice# Invoice Description Invoice Amt. Invoice Account Detail and Allocation Detail RAY A MORGAN COMPANY 1658814.2 COPIER LEASE $38.52 91521400-52100 CONTRACTED SERVICES $36.52 Vendor Total: $82.73 RESPECTECH 33780 PHONE SYSTEM SERVICES AND $112.50 91500000-55100 TELEPHONE $112.50 LEASE 33780.2 PHONE SYSTEM SERVICES AND $112.50 91521400-55100 TELEPHONE $112.50 LEASE Vendor Total: $225.00 STAPLES CREDIT PLAN 3345338463 HANGING FILES-UVFD $12.12 91500000-54100 SUPPLIES $12.12 Vendor Total: $12.12 US BANK EQUIPMENT FINANCE 334692969 LEASE OF COPYSTAR COPIER $152.10 91521400-54500 EQUIP RENTS AND LEASES $152.10 Vendor Total: $152.10 US CELLULAR 0199650483 CELLULAR PHONES $62.24 91521400-55100 TELEPHONE $62.24 Vendor Total: $62.24 WARREN COOK 062217 AERIAL PHOTOS $40.00 91500000-54100 SUPPLIES $40.00 Vendor Total: $40.00 WASTE MANAGEMENT 2705998-2581-8 PRORATED CHARGE 1/1/17 $1272 91500000-55210 UTILMES $1272 -1 2706000-2561-2 PRORATED CHARGE 1/1/17 $12.72 91500000-55210 UTILITIES $12.72 -1 2705998-2561-8 GARBAGE SERVICE-NORTH $56.82 91521400-55210 UTILITIES $5982 -2 STATION 2706000-2561-2 GARBAGE SERVICE-SOUTH $56.82 91521400-55210 UTIIJTIES $56.82 -2 STATION Vendor Total: $139.08 INVOICE TOTAL: $8,101.24 113 Agenda Item No.: 7b MEETING DATE/TIME: 9/6/2017 os PEAK ITEM NO: COU-137-2017 .4,YOU /1,,,, '„ ,,,,ity af,,,,Ukiah, 4 AGENDA SUMMARY REPORT SUBJECT:Authorization to Submit an Application for Department of Finance Transitional Housing Grant and Authorization for the City Manager to execute all necessary documents along with the addition of corresponding budget amendments if funds are awarded. DEPARTMENT: Economic DeNielopment PREPARED BY: Shannon Riley ATTACHMENTS: None Summary: The Council is asked to authorize the City of Ukiah to apply for a Department of Finance Transitional Housing Grant, with the expectation that Ford Street would receive $300,000 annually and the City of Ukiah Police Department would retain $450,000 annually for two years. No matching funds are required and the County of Mendocino has retained Hopper& Rodin Associates to write the grant. Background: The Department of Finance (DOF) has announced a grant opportunity for cities or counties to assist agencies that are expanding housing and supportive services for the re-entry population. Ford Street Project would like to request the City of Ukiah apply for$1.5M DOF Transitional Housing Grant, with the expectation that Ford Street would receive $300,000 annually and the City of Ukiah Police Department would retain $450,000 annually for two years. RECOMMENDED ACTION: Authorize Staff to coordinate with the Ford Street Project on the application for a Department of Finance Transitional Housing Grant and Authorization for the City Manager to execute all necessary documents along with the addition of corresponding budget amendments if funds are awarded. BUDGET AMENDMENT REQUIRED:Yes CURRENT BUDGET AMOUNT: N/A PROPOSED BUDGET AMOUNT: TBD; Contingent upon grant award FINANCING SOURCE: DOF Grant PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: Chris Dewey, Director of Public Safety Approved: oe 1 S7 pie Sa 'gi omo, City Manager Discussion: The DOF grant, if received, would provide funding to the Ford Street Project and the City of Ukiah's Police Department. The target for this funding is the re-entry population, which, left unserved, can have a significant impact on public safety. Therefore, the goal is to both improve services for the re-entry population and supplement the public safety budget that is already impacted by it. It is important to note that this population already exists in Ukiah and that the proceeds of this grant will not be used for out-of-county residents. Over the last year, over 70% of the clients in Ford Street's transitional housing program were referrals from the California State Department of Corrections, Mendocino County Probation and Public Defender's office. If received, the $600,000 allocated to Ford Street would provide 40% of the operating budget for the transitional housing/sober living program. These dollars would help Ford Street with their start-up program costs and enable Ford Street to provide additional supportive services to the residents. These additional services include in-house care management support, expanded life-skill training, and outpatient treatment. The care management and life-skill training is designed to encourage and build competency beyond providing recovery support and focused on assisting clients attain improved self-sufficiency. Focus areas include: - Financial literacy and credit repair - Parenting workshops - Nutrition, gardening and cooking classes - Housing assistance - Employment assistance - Education assistance These funds will also provide the means to kick-off the Ford Street Alumni Program, designed to strengthen the local recovery community and foster ongoing support. Of the $1.5 million requested, the Ukiah Police Department (UPD) would receive $900,000. The UPD desires to utilize these funds over the course of seven years to hire an additional sworn officer position. This new officer would be designated as a homeless/recidivism resource officer assigned to work on preventing newly-released inmates from reoffending, as well as getting current chronic substance abuse and homeless criminal offenders into treatment programs. This new position would also work directly with the Ford Street Project, participating at Board Meetings and with the staff to help solve and mitigate problems at the facility and keep clients working towards employment and sober living goals. This new officer would be added to the department's Special Enforcement Unit, which consists of a Sergeant, Officer and Crime Prevention Specialist. This unit regularly assists in working to mitigate and reduce crime in the Ukiah community that occurs as a result of the impacts associated with prison realignment, alcohol and drug addiction amongst offenders, and to reduce recidivism with this population. Additional efforts include partnerships with the community's medical street team, mental health services and community service groups like Plowshares, shelter services and other groups working to address the impacts of homelessness in the greater Ukiah Community. In summary, this funding would provide one officer for seven years, plus equipment and academy training. Background on the Ford Street Project: Ford Street Project has been providing alcohol and drug treatment since its inception in 1974. Today, Ford Street's State licensed and certified substance use disorder (SUD) programs include: - Ukiah Recovery Center, a 40-bed residential treatment facility located on the Buddy Eller campus 2 2 - Ukiah Recovery Center, a 22-bed sober living/transitional housing facility co-located on the same site -An Outpatient Treatment Program located at 139 Ford Street, currently able to serve 20 clients. Ford Street is in the process of becoming a Drug Medi-Cal provider and a Partnership HealthPlan contractor, as a part of California's Drug Medi-Cal Expansion effort. This expansion will create more demand for SUD services, and Ford Street is planning to expand its SUD program capacity to meet that need. Specifically, Ford Street intends to utilize the existing Ukiah Recovery Center facility exclusively to provide residential treatment, and build a new transitional housing and Outpatient Treatment facility adjacent to the Ukiah Recovery Center. This new facility will be able to house 22 men and 8 women. The Outpatient Treatment capacity will be significantly increased to support the 30 clients living on campus and an additional 30 clients. This additional DOF funding would provide Ford Street the opportunity to mature their transitional housing program, determine their true costs, and track performance outcomes. With data to demonstrate the effectiveness and impact of these additional supportive services in the first two years, it is very likely Partnership HealthPlan, and/or other funders will assist Ford Street in sustaining the higher level of support. Who Ford Street Serves: Currently Ford Street has two primary contractors, The California State Department of Corrections and the Vet's Administration. Referrals from the State Department of Corrections are for non-violent, non-sex offenders, with most referrals being drug related offenders from Mendocino County. Those two large referral sources typically utilize about half of their residential treatment capacity. The list of the other agencies they contract with that make up the other half of their capacity include: Mendocino County Probation, Public Defender, Child Welfare, Mendocino County Health Clinic, multiple tribes and some self-referrals. It is important to note that they accept some child welfare referrals from outside Mendocino County for residential treatment only. Child Welfare organizations in both Tehama County and Lake County have current residential treatment contracts with Ford Street, but those clients are not eligible for transitional housing. The County of Mendocino retains Hopper & Rodin Associates for grant writing, and has offered their services for this grant. No matching funds are required. At this time, Staff is recommending Council authorize the application for this grant and authorize the City Manager to execute all necessary documents along with the addition of corresponding budget amendments if funds are awarded. 3 3 There are no Attachments to this Agenda Item. 4 Agenda Item No.: 7c MEETING DATE/TIME: 9/6/2017 os PEAK ITEM NO: COU-138-2017 , YOU /1,,,, '„ ,,,,ity af,,,,Ukiah, 4 AGENDA SUMMARY REPORT SUBJECT: Notification to City Council for the Purchase of a New 2017 Toyota Tacoma, from Thurston Chevrolet, Toyota, Scion for the Water Resources Department in the Total Amount of$27,500 Including Tax and Delivery Charges. DEPARTMENT: Water Resources PREPARED BY: Jarod Thiele ATTACHMENTS: Attachment 1-Toyota Tacoma WTP Vehicle Replacement Justification Summary: Council will receive a report on the purchase of a new 2017 Toyota Tacoma Pick-up. 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 2017 Toyota Tacoma Pick-up in the amount of$27,500.00. Discussion: Staff requested bids from more than twenty (20) new auto dealers. Two companies responded. The lowest bid was received from Thurston Chevrolet, Toyota, Scion of Ukiah in the amount of$27,500 including tax and delivery charges. A purchase order was issued to complete the purchase. In this case, the local vendor preference policy was not applicable, as Thurston Chevrolet, Toyota, Scion was already the lowest bidder. The other bid received was from Silveira Buick, GMC of Healdsburg in the amount of$30,791.03. This vehicle is used daily by the Water Resources Department Water Treatment Plant to perform all duties RECOMMENDED ACTION: Receive report. BUDGET AMENDMENT REQUIRED: No CURRENT BUDGET AMOUNT: $30,000, Account#82024411.80100 PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: Water Fund PREVIOUS CONTRACT/PURCHASE ORDER NO.: P.O.#44962 COORDINATED WITH: Dave Kirch, Fleet Maintenance Supervisor; Mary Horger, Procurement Manager; Michelle Whyburn, Interim Water Treatment Plant Supervisor; Sean White, Water Resources Director Approved: 1 S7 pie Sa 'gi omo, City Manager associated with the Water Treatment Plant's daily operations. This purchase was budgeted in the Fiscal Year 2017-2018 Budget in the amount of$30,000 in account#82024411 (Water). The vehicle being replaced is a 2005 Jeep Liberty with 92,753 miles on it. The Vehicle Replacement Justification is included as Attachment#1. 2 2 M j o o R a� = ai 3 U Q Y y c, 0 3 rA RI O U) y a a a l oE C) ° ¢ as ° o �.a '~ 71 o ^ a' 8 P.Z 0 N a'.i J to U co r .N .��' ' X co c �I ° b Z E. g M t1ai u' H o a x �0 — •6 N A ¢, I— N 'rt "�.l c y.+ O Ul 7 g N "' -0 4) Ud U)Ili 0 a e°'iovs i } H 4 W v N a 1- F- m n �° , m -a c d >61 � E t 4' 1 4-' °u m ° LL W a) as VwI1 4, i t - J w ° o.J > dm N J a7 co f V1 .r -a m o •- aU o C e 4,3 > 31�, wI c CD CD r ( . a` o a` O. N N ten ,,, d- 0 G co .01 0 y cu y CU a OM a 63. rii CCI 46-4 goo 0 co 3 0 d rid 0 o 3 0. ozi v) z O d cd 0 4, c ; o ,° '.. c s I— • h ad QM U 1+' o > 'b V o z o ao 15 o G U o a E 0a % d Q N N9 .9 ti ❑ F m Fa rS0 0 �" '- o P. c0 o C � LiJ �; O p oro ; •= c E, ,, _ , y d= 0 O 1r': as q , I:, u) >., , Q > p v o_ nE1d • W ea UdLU 1:1 w H w ,- r• L = O o y+ O d .0 O © es 0 2 O � 0 0 a .cAa z a, N a N M N N M in co 0 s, P a F8 J E ,$ m M �m I.I. 4 Vl M ct U w t s 0 ci = o z< :a's: f A El .2 LL Iv N - re 1 w d Li a 0 > ti d cG 5 F- d > Q E .. v a z w E E m a N et d' 4 Agenda Item No.: 7d MEETING DATE/TIME: 9/6/2017 os PEAK ITEM NO: COU-142-2017 YOU /1,,,, '„ ,,,,ity af,,,,Ukiah, 4 AGENDA SUMMARY REPORT SUBJECT:Authorize Execution of an Amendment to the Agreement with SHN in an Amount Not to Exceed $30,465 for Additional Services for the North State Street—Low Gap Road Storm Drain and Traffic Signal Project and Approve Budget Amendments. DEPARTMENT: Public Works PREPARED BY: Tim Eriksen ATTACHMENTS: Attachment 1-SHN Proposal 4-27-16 Attachment 2-SHN Proposal 7-19-16 Attachment 3-SHN Proposal 8-30-16 Attachment 4-SHN Proposal 11-8-16 Attachment 5-SHN Proposal 1-19-17 Attachment 6-SHN Proposal 8-30-17 Summary: City Council will consider authorizing an amendment to the professional services agreement with SHN for additional services for the North State Street- Low Gap Road Storm Drain and Traffic Signal Project. City Council will also consider authorizing a corresponding budget amendment for the additional services. Background:At the August 2, 2017, Regular City Council Meeting, the City Council awarded Granite Construction Company the construction contract for North State Street Intersection - Low Gap Road / Brush RECOMMENDED ACTION: Authorize execution of amendment to the agreement with SHN in an amount not to exceed $30,465 for additional services for the North State Street - Low Gap Road Storm Drain and Traffic Signal Project and approve budget amendment. BUDGET AMENDMENT REQUIRED:Yes CURRENT BUDGET AMOUNT: $0 PROPOSED BUDGET AMOUNT: Engineering:#10024210.52100- $10,155;STP d(1):#50924220.80230-$10,155; Local Transportation Funds:#50824220.80230-$10,155 FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: COU No. 1516-229 COORDINATED WITH: N/A Approved: ,0”" 1 S7 pie Sa 'gi omo, City Manager Street, Storm Drain and Signalization Improvements, Specification No. 17-02. At the September 7, 2016, Regular City Council Meeting, the City Council approved additional design work which included the full intersection design and design of the frontage improvements along Brush Street. The City is obligated to construct these frontage improvements (retaining wall, sidewalk, curb, and gutter). For reference, staff has also included the original scope of work (Attachment#1) and the supplemental scopes of work(Attachments #2, #3, #4, #5). Discussion: Engineering staff in preparing for construction of the above referenced project has identified that the pavement reconstruction extension will require additional ADA upgrades. The project is proposed to reconstruct the road through the intersection of Brush Street and Mazzoni Street. This work will require the addition of two accessible ramps on the north side of Brush Street at this intersection. The proposed scope of work changes, also proposes the creation of right-of-way acquisition documents. Once the design is completed, staff will work with Granite on the pricing for the additional construction work. Staff has reviewed the proposal for the additional work from SHN (Attachment#6) and found the proposed fee to be commensurate with the scope of work. Staff recommends approval of a contract amendment for this work and approval of the corresponding budget amendment. 2 2 M E � .3 Nps � .SO 'Lo 5�111 RI i'E GZi CC .0 y G E y 0. d g y O 'Q U N p V y is w a a O • Zg a, d , a •e ai E > b o R ' 1 w 0d 4 Al O w F'1 LE 002 N � 2 ,�'cbn °i a m o ' o wd G E ® °�d . , H � gnoa .... u a, o id 2 .ga I-2,,1..i A t 1. .,!0 at g t .24.1 1 . ..a.N 't. 1 i cE W 06 m bag b R CD o u b'CI v C . o OX8 W0. Fdtd ; p ea Alli � . 2viiQ Ag cn • " 04 • mg h o wfa, o o no j c,. W oqj > o a S a, o 2 2fl) is 'Li y >, b re Cps G / z 6Is. a G eow w b y 0, Q p,3 3 b n 0 o 41 I 5 cl E u, ,. G • N p y m io. w � bo 3 Z O CA v �" -5020 = i-co v, coU 4 _ N g o d HI _9 U Al p Z p 0 V g E'. t + E t� '.'O W Fi � opEdcao � o� as Srg CD i . bH 0 US • ao o el$ -. CU 0 ili .18 h.0vw g� c uu d 41 W Q G 17 w w = bo 3 0 .9.. 0 .> . -g @' 4 21 3 a. 17 �a 9 p N r' as� N• p p aE.O 6D .Oaf �[U^ u�' � ,� R.? W � W S N N •d yam,.''. d !, V H N ~ 'y tJ �. aUi 'n '�G • Is, N �� u D. aT al ti Li y G c2 Cs, A u) m .E w g to 8 O a.m ai 6'o E-6 L g a•s n as to \ AA' P ga) E v v Oy v .,,,j asa v 4 b.0 g Tri HQ'x a, % = (03 Z ° °' > v o "' dl 0 al tij v n ° `/ o al ' z o yy ~ p a p a v v Y° o ° v ai v Cq G > vo oti. o •oma- � � cno u p yo .Eo cn n .. Cl] CL N m ' (.) ,� v O.•'� O 9 k G o K v v m 3 z c •4.- 0 r rer0� G •v v 3 ° ° Li) oul.• U > v y C5 o v 3 a o AC O 1 y ., y w y 0 V) al G7 a) „ W Q ON ter' .45 Q. 0 ,n ° 'c �i '45 E .� .., y Q• cum •{rf ']y y y�7 5 },� rd m O t a C� ° G ro U o x a °: o.z °: o v v •� oo a, G d TA 0 W ° �, aj ox 3 G ° 3 � � . a 3 0 3 I o ce CD IN 04 9 `,EI. � v �, rs � v1.4 � oo14.5 °1v � � � �35 vv bomvbo• 4.4 1, m a 'cu 5 � 3vo °: obaa � pco °'�G ° � o � � GoGO � v rd 4.4 o > 1 a oo24 o "- a• o yp . v .av o ° � it. m771 'cu o .5 m•y o ma • bq G G w ° 'm 3 m o v '" u °, o a a 3 a v 5 0 C7 ti u m va, vUa � a2 � o � ?r3ar nv 3 ovJP, � �, W aA 'a0 o.0 I:3 0 Cl.t4 LA 3 a, v iti11 ;Iifl ts CU N g I—I •••i (fJ a/ }" Sn 17 ° - 0 LW `' F" w m a/O/ .+ yy UJ 6 1 E 2 U , as T a 3 0.0 C y i Ln w a1 U al a° �v, O A '.g] v G v •C ° a• O a .. Cl) m u w 'C v u�i P. IV •[ aJ .� b •O ai m OG z p.in '" v r`n Et 2 bD G 7 3 F0 a; > m ° c i 0 v o a• ,, p ,`aa a aa) o > ••� y v o y v Lig a a° $ u bo 0 0 '_ v �- m q o [ p Z Z 'o .. o G a.�' h0 y as .� u o ° v v U " ° V CO al 3 0r a o u a as to . w a py `,i p ., Q o ° 6�i 5 4 +' d z '0 0 0 O a b cn C bo ar a U cy G v a O R., a, y aC) bo•- rr •: U .Ca 3 ba R m °' " p m .74 O O aJ bD y •b b O xi G G 4 d0 bD'n ,n v ,• °-' 'C y N _ �n GO › N r. C•i O U C' �' �,. b° O ,a •O O •, >' �+ O N .. of v co w Q W -• Cn O a� u w [ v A a� 1] u ° .xJ O m G v w G P. r o " b o 3 v 0 3 d S3 o v a o o U COV U7 G Q O 'b , .- •g t W y G ° , te 5 to Eo E al U o^ '+. L .' m v 5 Ci ° v v ° ithiil ! iii } hH • LO 4.4 3 4 � � O yy O :Si +- v°0 <7, „, G .amO ^ v 0 al • 6 NI y •� ' ' v • o oq ,,., v y _ GG13 El, Oo 8. , ,. " .3as u 0Cvov vCo3 = ti m y - o ••r ° . u M m GG '" iy, a s • vC y ,., ., va Gw E ,. „ ,.. u . a b aN G rn CLn y, bA li w %m, ayO EL Z '' la, '' y u G 5 cnp .,O .4 V hrti .5 N �.�� Cr) aaa Ra CiTi, cn ° G . taC Ct - v mOCC m 0a O OO a , Jvaa -.. .e . 0 O .a ° 3 .0m n v yvC Q • y .oa a vG 0v aN '= 1:1 Q) a PGU b y u N �U G m 0 .3 ' pQ (4. a) ca v , a ,.p O • y C v o u '' 'gyaO v o ,, ;ao v ` ? u) °Q naa ,.H teuo o 14 o 'D a ° O ,-7 a stao. a c, m G .,, 0'cby 11am aOj u20„ ' ° . s G4oG te ^ . t vO H p ca m Cr) G � °' o w �" ,v. mm •� Cm � am �y G CC a . o b ,I)i y a °UG N bD o m ,. Ru • .. o Q ta' •W a a bC uv G ati bqt O 'u v o aGCo � m a OGs o l .oua ,� , too o aGo aNm -0 o aup aQ .G Gmy m b O .G v G A • bA .aGu p .0 im G a s Ln v 'r : v a o • m � 1:60 a a o • G • ;",. uN • ma'+ � oaaa w rn mOa :G cnG O '•vi3CA = • ft m a O5O GGo 2 ° . pp ° w G ` vCaa) as aou = '. y, 0v- vo ti oao cli h 15 aNa a o Z G p ma - C Gw 0a U u O '4' ( a raR. .5 E • bui .0 y, O o O mRg a 11 s7 w .pa v m5 ' o u0. a ,u- ti . a C, t eo a � v ., az `. v + to aEo a C F"'O 5 . ° C . O ° oy vv bi v k4 '6 „ -4 -5 0060u0, "0 -50, O .. Ou . y .n InOb v . ^ . n .-121 ° 1-114 `,'/I0 G .,. a' v, O-- Co ,. a , 000, G ap F. o a am ` Oo Gu .0 ° 140 v Zo. a o s Ta: b N a o W ,, GL b0 u o v �� .G 2 *Xi u ,a. 3 bo 4 -0 a„14 ,, it b y '-e; ul o X a y aai ° m .p v 3 :0 .� v `' a tea . °„' v 3 ' e°ox 4 o v o -8 0 NZ .°1 p,. uvA „ Z y m 0 ' m .0 .E y v o. .5 A. o •1:$ m v u o b • v O. C o C (5 i a a ° ax . 'd `cuao ,, vu my o . ° E z .� o oXp. ▪ cv § o54a aa �1 c ai c�fl o o U7 a 'y G o y b ao 8 y o i a o U -0 b u o c9 '0 m N v `n cuy3 � � � tn .� � • 'n � � � Gba x ° Z au'G � �54y � � CZ G O I. C v `� w °a S a.' S ? °p '� Q �a o. cin o u 'y v.° ' 6 o o N U N ., o, r o O 'T3 ^G' O aA • 14 f p Go m a 0 - a a - m m o LO o 4, a) CUb m o m r. .b to.a •b 'C m o , .a 0 0 a m m � Z.0 o w rt 05 8 v G o. y, DA E t rel, 66 �' ai a .5.G�` 5 v a 5 aa)i au°O 0,e ¢ ° 3 . Ocn l o0 io.� ° a Q } rLs' CU ] § _ Z ® j ] � j] a.) § t / k/ k} k § § 2 — = IV u ( 5 § \t / \ f .5 -5" / u . ` meg = 2 0 \ ) \ 0 CO m / / § \ �k #± \ \ o ) , u & , e z ] � \ bo / \ 3 o \ ¥ \ \ j2 \ \ § a2 2 7 j ) a / % »� Ln o ] / _ ( § O _& ( . ® § � j 7 ( o { Zf \ w " § § \ � d /jta I � /\cnm _CNI 7 $§ • \ \ 2327£ s59a $ § ± � e u 1`,- a., a ° a u C o0.1 v . a VI (.7 a o o ° u u a ca u ° 03 o G a u � � � aa, .• :." t. 1 0.•� a2 G 0. 0,.o 0 3 „G •a l Y3 Z c p v ° ao .5 v P, ° > wa y is v y v / 01 H o a as o `Gg000 as ° ao m 3• p v > t o p •3 v ro o x C v ° y R.'C! R 0. 0 ,1 >, 7 ani > u rz:0 a O az Q"u u �-' O �, v , Go 3 a a' > 3 a ° y Tf ss G a •s o a , n w u b O p w C . -w '7'< 0 cCi y R. 0) 300 dL v F' .. 1 •i -0 Q 0,'Di ° vi O . G cuvV W ... O w xQ g bo w v n Ow . x . - '8 i5 •N. R Qo z .. G 'Gu . 64p 0 . 0 CU cu ul au v ao d ° .tivas 0, ,, uS. ~ ;_l cu .z q'ao vC oQ °kjX`tv y C 'O + . a .>., Ly O •C 4 4 0mG r+ a o ° wti a5 y u G ,¢ G a CG � so. ,5 oaym cn > > cn ao -c 0 aG g N ) ,a co sc, TA. G ad Z j 4 go vv bo oaro ro7.0 b° AN ' b N � N g Na x Oaa) .. v G ti a Nteb0 0 C}" i, ai m a hi _ ,� 7V — a) b ---",rGJ G A "0 v 0, p a .. b . G m m Wrn O .'. F-." N ,.5C o — c y, N . as r3.',,;.`t".• u a v b0 to p a y O s. •0 ° .� u�i O Q C id a `G" v y •.� ,� Q..� ^d 27 a as a -d u a u a O m . a0i .4 OD L O cn N u G °u .C. FA 3 G .a w w •C O C 0. Z .u. ° o b0 a o u :: `a .G as -to .5 a G •.°o v O .o ° C 3 °0. o N o cn N . 0, G 19 .4 a; : k ¢ v 0 0 O a EZ 3 :G : 'G <2, H If • t b m T, C E u a G V. a C 'u u G . a ns m a v G .5' u y a m bo co G .. [ o is a bb -00p_, - . 0., ,5_,, ,,,z .. a m .4 Li) b u ° C v E O.,G m " a' 0 C r 5 . as `n y0 by a '� 0 0 3 a E s. a ,.0 o Ti 0 a 'R. . vai . .a. m TSII C E u C. : 'Y 0 u T) ° G > g a , U u ^G .`#, w +"JEL, m ca 0 5 v -. a &. a u, a 53 Q up Q CU a @ C ° O O vaC .. " O � ap 'b x aC CC ' v, wa O w .a C 'Cu b.0ow .. • as _ampp • , u u y( c - -w C ,, G •• bA a a O ' 'i C r3 , :y 0 P- - G a 0 > . .0 0 .19 • > W5 basya CCa, .0 :� ;ap 'J ? � ° C ° o a' sl. 3 'd a" J Qrr Ci)) O 0 0.1 .4 .f w 0 :G yG 0 CNa vm G o ,.° yc ° ° � o ° v0v ° " � � � .Zm bAGo �o Z:11 o rn A tiC � ovC yv G a ,, o ° oa C a m wv oar . C _U a.) 6, iti m a G ` nU cn a oL a s• ro0 :a ° g ocn :p20 .. 0 CD E w G ba ay u Ju •.1.2P9a C y .0y a G an 1.. p, , , 9 � � 8. yyR. • � yaAV 'C '� � ' � N w 1 0 U a C u a o .G rt •� pj ,ba O a 0� vCv, w > vi sy . . a 0 '� "G , oa GC ua, wO � u O0a1. o a Q m cn Q . u Z . , v, as ... T 0 0.',, = wc u G = , u 0M c.., 117:5 CO .G co v . yo'0 G 5 -0 0 'o p y a) v v u ° v, h 'CG . A . oN by v M P. 2,v G 6 O , rci G ..5 G to i GO.' p. "40 m w 'CO P - u R 0.) 40. � ' G .� mnG 3 O •O uro 7 .pNiL o0 a ao v o o .5'. ,5 ao ., O C.o 3 '"' -, 16 K O w q vv , a. C. y A. G G v G •O GG 5 bo .0 . O °- o 'a° p0tUO . obv0 v °bo . '.Ga a) p Wai fa Gv oa) '" 00 1. la 'y uCuvci) o 0 yv COv O v CcG t,....1GtC' Co 6 U . • G . v al GR 50 .CC N i cli Z Ts aa , G6 tiO pco os ° ro bv yG C0 CV o T.l iC .' '• m 4 V m N GCI) ° b p v � o -E >,U '' C 0) .56 t00 0) t0 v5 cCv 3 .bC72 .. � v ,,, 0wi za ° .. a vim . " -� aC °p Q" o v a ° vo o �° y .� ctl, R u b c 0 .. 'g C v c a' 2 'O u m G aai 0 .) co b ° d d 0. o N N • u ,G O 'A v 0 O ,..Cr) yn ° . O O G ., Lq o a .G• ) •• o G b uZ 0 a 0. ar o •v au C °3 b CU z VI N m G E cu G N � a �,Na, yum - ,G 3 •› urs o ° G � w w oW. v cz �J O r} > a, N . 3 a, p, O ar O bD oany \in vu � '' G � . o. 3vn "a � C'1c Go .'� G C-i OAG C .° ..v .. w wO f.'s= ti y bn g N E h O bQ r o 0 0 o . '- ° o v Q ba, c , x ani C en i •G• aJ .t_ o b b ,-P. ,P.' C tC 0 O v bD G e,� .e ..?.4�. .0 a iiii 5 e.6 6 N . G G G b• v E u v O ° u . o y O N G x ° v O < O *a W .r <C P. . u . Ua .. ., cG ~S . G -o .. O 0 u G. 0 an cn cn g G H -- CV N rn $ 5 bq o a p g �U III( Li L V 461 �G�U+/ id U g `V b Q o V-i O m lF6i y N y U U 4 4. B y b 'd' y t Al S3 y I 00 y 69 �1a - = ,a o 00 � �w ado ° � 3 y3 111 G O i 0 n . 8• ° 00 � a �b � g U ° iCU to iii .5 ° v ° O„ � ° ° R.8ow0 ° ° " a .sO I Ga � ' ; a � y�' a ° ° ° ao t W s `n0 b °' aCab 7S1 0 1 0 Ci 4 o Cq a N • ° 4. .a .4g g y G'C i7 I.i CC �'i Ga !V ° b Q 1 1 0 5 8 5 0 ba It 'ok a0i �i o "0 o o c o 0 g s cn I • ? b .o ,o y o U cv bo w 1'. 0 ° g II 45bg tz 11 -0 o i,- v 3 mI p '13 v q A w0 -m• o ath0 98' g ho % CV cp ~ . a ay oooU - oq ° Epi, o0 3o a o • w ° • � ��1 2 Li▪ 0 Mgt) m oa CCV �. w ° ` b � g. a '0 g boa� ° i ° ° "Wd , S b � �,a3U ° bmowca o 49 gi C:)� , o b s q U ° z 4 wow = o ° 5o:oo a •.. ° c °jv1G .° a , o ONn i•••4 i 0 8 op. y 0py ° U , 'd i p . wo•-•13 ° ° A 8 0 b "" Y , § b >, o•° Zw ° gw • — oo OZ N cu 5.m y 8cZ' 0 U bn. iC O 'IZ 0 G •▪ w Q 'a Cof (-: cn O UI �i `� u° m wC ti 'm p• � y .i" g; :g ° o• tUow ° Qy 'S > o O '' cs, 'Sb b Co- ri �U.: 8 m.8 ° m E0i A 'D • ° 1 y y°, G 10.U U y a N w . g o, "� r k h �°. rt „1: 0 to o 6 'L' e . 8 T 5 ` q� g•o 0 g m tit a t5 ct t, 0 1 N 0 0 rn 0 0 w 5 o 8 ° �+ �. bD C w 0 y eG w a� O w ° q 1t _g "a > ? d, oo ;� g ;� 8 a� o ° pp a .b o a•s o yo"'� '2 .8 yo `�81'' o .o ci ai cjg , Q vz '� o a° o b Ob p ° S� w o �i o n ' 17i 0 ,n U y • 0 w 8 '0 d•° <4Cl2 a 0a a El ° vada aaa o o .. T CO 8 0 U 4 z f�. Am cn a � .a -cO0 H ° i O § ƒ� § Kf ) � o � 0. ! $ `s k � D § ]§ § �ƒ ° 4 0 /] ® ( ) s/ $ ■/ k § e R c � k 2 ¢se, kkƒ f k/j\ \43 % ) LI ° ° � { f2 k)§ \$� 8 /// / ] ® g2 § ¥ ■ � ) \% �\ le5 4.\\ � 4 {2k .s03 \maa / § ® ; J© 4] [ , a § &•]f2 ) ] /) ) ) )a o ., « » o J 7\ iat f) 2 ® %§ o \/ \, C § w =\ \k ° ° ® ® .2 ' mk M § ] 2) Ala ) f k � $•2) § - 20) A �` \ _ # eƒ G » 7 » * _ 222 �d2) / ;/ is \ �0 0 { ® 2 © p \ d4) g / �/ k-f »a § e k2Aw d § kkƒ ƒ Attachment # ®® ®® CONSULTING ENGINEERS & GEOLOGISTS INC. 335 S.Main St•Willits,CA 95490-3977.707/459-4518•FAX 707/459-1884•willitsinfo©shn-engr.carn Reference: 416056.100 January 19,2017 Richard Seanor Deputy Public Works Director 300 Seminary Avenue Ukiah,CA. 95482 By e-mail:rseanor@cityofukiah.com Subject: Engineering Services Contract Amendment—North State Street Intersection, Traffic Signalization,and Storm Drainage Improvements—Low Gap Road/Brush Street Dear Mr.Seanor: Under your direction and discussion with Tim Eriksen,we are submitting an estimate to amend our existing engineering services agreement for additional services for the North State Street Intersection Traffic Signalization,and Storm Drainage Improvements-Low Gap Road/Brush Street Project(Project). Based on the City Council's direction,staff rejected the contractor bids for the Project due to a Contractor protesting information not included on another Contractor's bid. Since the construction bids for the Project have been rejected,we have prepared the following to rebid the Project with the associated modifications identified during the previous bidding process and additional items of work as described herein. We will prepare modifications to the plans and contract documents for the project plans to include the bidder questions and additional specification language included in the bid addendum,together with the following additional items of work: • Perform engineering analysis of the feasibility of locating and constructing a 12 inch recycled water pipe from the Mazzoni Street intersection westerly within Brush Street, across the State Street intersection and westerly within Low Gap Road to five feet beyond the proposed improvements. Locating the proposed recycled water main will require analyzing the location and depths of existing water,sewer,gas,storm drains, telephone,and underground power conduits to maintain Title 22 separation from the existing water mains and clearance with other utilities. • Meet with the City of Ukiah staff to discuss the recycled water main feasibility. • Add elements to the traffic signal system per comments from the City Electrical Department. • Obtain additional sewer depth data to be added to the street profile of Brush Street for sewer lateral construction. \\Willits\Projects\2016\416056-N.Statelnbc\100-South-Ro -Br\P S\Corr\20170119,,Contrac endLtr.doc N Mr.Rick Seanor North State Street Contract Amendment January 19,2017 Page 2 • Prepare a new plan and profile sheet,and trench details for the recycled water main construction. • Prepare a new specification section for the recycled water main construction. • Modify the sheet numbering and index to add the new plan and profile,and trench details. • Prepare revisions to the Notice to Bidders document. • Prepare revisions to the Bid Schedule. • Prepare miscellaneous revisions to the contract documents to revise bid dates,order of work, and specifications. • Prepare an updated engineer's opinion of cost for the construction project. • Submit a set of plans and contract documents for review and comment by City staff. • Prepare a new set of.pdf plots of the project plans,and a .pdf file of the contract documents after performing final revisions and provide a digital copy to the City for posting to their construction bidding website. • Print a new set of original full size updated plans,with the revisions and additions. • Obtain a wet signature on the project plans and contract documents. • Print and bind three new sets of contract documents for submittal to the City of Ukiah. • Provide 10 sets of printed full size plans to City of Ukiah. • Provide assistance to City staff answering technical questions and preparing any addendums during the bidding process. To date,our total approved budget for the Project is$80,695 as completed through the initial bid process. SHN will perform the above described additional services under this contract for an amount not to exceed$14,160. The total budget for Engineering Design services for the Project would be$94,855. Sincerely, SHN Consulting Engineers&Geologists Thomas A.Hunt,PE Senior Civil Engineer Project Manager TAH/alh \\Willits\Projects\2016\416056-N.StateIntx\100-South-RofW-Br\PUBS\Corr\20170119 ContractArnendLtr.doc 1 Attachment 6 CONSULTING ENGINEERS & GEOLOGISTS, INC. „S-7241- 335 S.Main St.•Willits,CA 95490-3977.707/459-4518• FAX:707/459-1884•willitsinfo@shn-engr.com Reference: 416056.200 August 30, 2017 Tim Eriksen, Public Works Director By e-mail: teriksen@cityofukiah.com City of Ukiah 300 Seminary Avenue Ukiah, CA. 95482 Subject: Additional Engineering Services Contract Amendment-North State Street Intersection,Traffic Signalization,and Storm Drainage Improvements-Low Gap Road/Brush Street Project-Brush Street/Mazzoni Street Accessibility Improvements Dear Mr. Seanor: Under the direction of the City of Ukiah(City) staff, SHN Consulting Engineers &Geologists, Inc. (SHN) is submitting an estimate to amend the existing Service Agreement for additional services for the North State Street Intersection Traffic Signalization and Storm Drainage Improvements -Low Gap Road/Brush Street Project. SHN will prepare modifications to the plans to include ADA compliant sidewalk curb returns on the two corners of Mazzoni Street at the intersection with Brush Street. Also, the proposed driveways on the south side of Brush Street will be modified to provide an ADA path of travel at the back of the sidewalk, together with adding curb, gutter and sidewalk on the north side of Brush Street where none currently exists. The preparation of the modified project plans will include the following: TASK ONE • Perform research and calculation of the existing right-of-way to determine the feasibility of constructing a 25-foot curb return on the northwest corner of Mazzoni Street. • Perform additional topographic surveying,boundary control, and prepare an updated topographic surface for design of the additional frontage and storm drainage improvements. • Prepare a new storm drain plan with details to address adding the curb return with an ADA ramp adapting or revising the existing grated junction box and the existing storm drain configuration that joins in the inlet at the northwest corner of the Mazzoni Street intersection. • Prepare a plan and profile, and details to add curb, gutter, and sidewalk along the north side of Brush Street from the Mazzoni Street curb return westerly approximately 170 feet to the end of the existing sidewalk within the existing right-of-way. • Meet with the City staff to discuss the alignment options. • Analyze plan layout options for the northeast corner curb return to upgrade the existing ADA ramp, addressing the existing utilities in the sidewalk at the corner. 13 \\Willits\projects\2016\416056-N.Statelntx\200-AddSrvsRebid\PUBS\agr\20170830-ContractAmendLtr5.doc. Mr. Tim Eriksen North State Street Contract Amendment August 30, 2017 Page 2 • Prepare modifications to the plan and detail of the retaining wall on the south side of Brush Street to create a 45 degree chamfer at the end of the retaining wall adjacent to the driveway entrance to provide clearance for the a 36-inch ADA path at the back of the driveway. • Review the proposed curb return improvements with the City staff to review utility conflicts and possible right-of-way deficiencies which compromise the ADA compliance. • Submit the revised plans to City staff for review of the Mazzoni Street and Brush Street frontage improvement revisions. • Perform any final plan revisions and print a new set of full-size updated plans,with the revisions and additions. • Prepare a bid schedule with the deletions and additions of new work to be submitted to the contractor for a change order bid. • Obtain a wet signature on the revised project plans. • Print and bind five new sets of full-size and half-size plans for submittal to the City. • Provide the City with a pdf plot file of the new version of the improvement plans. • Provide assistance to City staff answering technical questions from the contractor during construction of the project improvements. TASK TWO • Prepare right-of-way acquisition documents, consisting of legal descriptions and plats for curb return improvement over each parcel at the intersection of Mazzoni Street and Brush Street. (The City of Ukiah to provide preliminary title reports to verify title information prior to preparation of easement deeds.) To date, our total approved budget for the Project is$94,855 as completed through the re-bid process. SHN will perform the above described additional services under this contract for an amount not to exceed$26,465 for TASK ONE and$4,000 (2 parcels) for TASK TWO. The total budget for Engineering Design services for the Project will be$125,320. Sincerely, SHN Consulting Engineers &Geologists Thomas A. Hunt, PE, PLS Senior Civil Engineer Project Manager TAH:amg 14 \\Willits\projects\2016\416056-N.StateIntx\200-AddSrvsRebid\PUBS\agr\20170830-ContractAmendLtr5.doc ��/� Agenda Item No.: 7e MEETING DATE/TIME: 9/6/2017 os PEAK ITEM NO: COU-127-2017 YOU /1,,,, '„ ,,,,ity af,,,,Ukiah, 4 AGENDA SUMMARY REPORT SUBJECT:Authorize City Manager to Execute the Subrecipient Agreement with the Mendocino Council of Governments. DEPARTMENT: Public Works PREPARED BY: Rick Seanor ATTACHMENTS: Attachment#1- MCOG subrecipient agreement- Ukiah FY 2017-18 Summary: The City Council will consider approving an agreement with the Mendocino Council of Governments which will establish the terms and conditions under which certain funds are expended and reimbursed. Background:As a result of intensified oversight by the State of California, the Mendocino Council of Governments (MCOG) is now required to execute subrecipient agreements with each jurisdiction which receives funding from MCOG. Discussion: The subrecipient agreement (Attachment#1) prepared by MCOG sets forth the terms and conditions under which various MCOG funds are expended and reimbursed by the City of Ukiah. The following funds are covered by this agreement: Local Transportation Funds (LTF) under the Transportation Development Act (TDA) State Rural Planning Assistance (RPA) State Planning, Programming & Monitoring (PPM) Regional Surface Transportation Program (RSTP) RECOMMENDED ACTION: Authorize City Manager to execute agreement. BUDGET AMENDMENT REQUIRED: No CURRENT BUDGET AMOUNT: N/A PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: Phil Dow, Executive Director- Mendocino Council of Governments Approved: 00* 1 S pie Sa 'gi arms, City Manager Other funding sources, such as grants, to be identified as applicable annually The MCOG annual Transportation Planning Overall Work Program (OWP) is the primary source of funds covered by this agreement. MCOG funding under the OWP is for Transportation Planning type projects and has included in the past the City's Update of Speed Zone Surveys, the Ukiah Bicycle and Pedestrian Master Plan, and the City of Ukiah Safe Routes to School Plan and many more. For Fiscal Year 2017-2018, the OWP projects for the City of Ukiah are: Update Speed Zone Reports, Traffic Analysis for Realignment of Talmage Road, and the Comprehensive ADA Access Plan Update. In addition the OWP will provide reimbursement of City staff transportation related training. The RSTP funds [STP d(1)] are funds distributed by MCOG to the City of Ukiah to be used only on projects located on collector or arterial streets. The City has identified STP d(1) funding for the Washington Avenue reconstruction and the State Street/ Low Gap Road and Brush Street project. Staff recommends that the City Council authorize the City Manager to execute the subrecipient agreement. 2 2 M Attachment SUBRECIPIENT AGREEMENT BETWEEN MENDOCINO COUNCIL OF GOVERNMENTS AND CITY OF UKIAH THIS AGREEMENT is made and entered into effective July 1, 2017 between City of Ukiah ("Subrecipient") and Mendocino Council of Governments ("MCOG"), the Regional Transportation Planning Agency for Mendocino County,California. WHEREAS, this agreement covers certain local, state or federal funds administered by and through MCOG that are allocated to Subrecipient for projects and services, and sets forth the terms and conditions under which these funds are to be expended and reimbursed, including: o Local Transportation Funds (LTF)under the Transportation Development Act(TDA) o State Rural Planning Assistance(RPA) • State Planning, Programming&Monitoring(PPM) o Regional Surface Transportation Program (RSTP) o Other funding sources,such as grants,to be identified as applicable annually; WHEREAS, MCOG's annual Transportation Planning Overall Work Program (OWP) is part of an agreement with the State of California Department of Transportation (Caltrans), which includes the Overall Work Program Agreement (OWPA) and Master Fund Transfer Agreement (MFTA), and together, the OWP, the OWPA and MFTA set forth the terms and conditions under which state and federal planning funds are to be expended by MCOG and its subrecipients; WHEREAS, Subrecipient is eligible to apply for and receive state and federal financial assistance as a public body corporate and politic of the State of California; WHEREAS, Subrecipient has agreed to participate with MCOG, local and state agencies, the general public, and the private sector in planning efforts to identify and plan policies, strategies, programs and actions that maximize and implement the regional transportation infrastructure, consistent with MCOG's adopted OWP, and to participate in the regional planning process; WHEREAS, MCOG and Subrecipient intend to cooperate to ensure the timely development, adoption and implementation of integrated comprehensive regional plans and policies, as set forth by federal and state requirements and guidelines; and WHEREAS, for any terms or conditions covered under this AGREEMENT that may be superseded by other grant or fund agreement(s) signed by MCOG, an exhibit identifying "Special Conditions" shall prevail;therefore IT IS MUTUALLY AGREED THAT: Page 1 of 31 Page 2 of 37 1. Annual Agreement with Subrecipient and Amendments a. This AGREEMENT constitutes a five-year Master Agreement, and may be amended by mutual written agreement. Exhibits are subject to annual renewal.The fiscal year begins July 1 and ends June 30.The term of this Master Agreement is July 1, 2017 through June 30, 2022. b. This AGREEMENT includes an exhibit detailing "Subrecipient Scope of Work and Budget" (Exhibit A) and an optional "Sample Subrecipient Invoice" (Exhibit B) hereinafter referred to as Exhibits A and B respectively, attached hereto and incorporated herein by reference. Any proposed amendment to the Scope or Budget (Exhibit A) must be made in advance by written amendment and is subject to approval by Caltrans or any state or federal agency having jurisdiction. c. This agreement includes MCOG's "Adopted Policies& Instructions," attached as Exhibit C. d. This AGREEMENT may include "Special Conditions" hereinafter referred to as Exhibit D, attached hereto. This Exhibit D is purposed to outline requirements for other funds as may be applicable annually. e. MCOG's maximum payment obligation to Subrecipient is limited to those funds identified in Exhibit A. f. Billable work cannot be performed without this fully signed AGREEMENT and corresponding notice to proceed. 2. Scope of Subrecipient Responsibilities a. Subrecipient shall be responsible for the complete performance of the work described in Exhibit A. b. In accordance with Uniform Guidance 2 CFR 200, sections 318 through 326, inclusive and applicable state laws and procedures, Subrecipient contracts for work identified in the attached Exhibit A under "Consultant Work" are required to be competitively bid and awarded in accordance with 2 CFR 200 sections 318 through 326, inclusive and consistent with the Caltrans Local Assistance Procedures Manual, Chapter 10, or successors thereto, or applicable procurement procedures as required by funding source. c. Subrecipient shall ensure that its Contractor(s) and Subcontractor(s) comply with all provisions of this agreement. 3. Time of Performance The services provided pursuant to this AGREEMENT shall begin upon issuance of a Notice to Proceed by MCOG to Subrecipient and shall continue until completion, but not later than June 30 of each year, unless an extension of time is approved by MCOG in writing. 4. Materials to be Furnished to Subrecipient a. At the option of MCOG, and if allowable under federal and state requirements, MCOG may procure equipment, software, or other materials for use by Subrecipient, only for purposes of 4 MCOG FY 2017/18 Subrecipient Cooperative Agreement—City of Ukiah Page 3 of 37 carrying out work described under this AGREEMENT. Subrecipient agrees to comply with all license agreements for software or other materials procured by MCOG for use by Subrecipient. b. All equipment or other materials provided to Subrecipient under this AGREEMENT shall remain the property of MCOG and shall be returned to MCOG upon project completion or termination, unless other terms are mutually agreed to in writing. 5. Invoices, Reporting and Deliverables a. In performing the work described in Exhibit A, Subrecipient may incur only the costs authorized by Exhibit A. Said costs shall comply with Section 6 (Cost Principles) of this AGREEMENT. Subrecipient shall submit to MCOG, not more frequently than every month, but at least annually, each requisition for payment (invoice), unless no funds were expended during the fiscal year. b. Subrecipient shall submit the following relative to an invoice: i. An invoice with supporting documentation, including receipts for all direct costs, and including, but not limited to, documentation of per diem as allowed (refer to Section 5d), in accordance with Exhibit B. ii. Any additional information or documentation to support the costs contained in the invoice if requested by MCOG. c. Subrecipient shall submit an invoice with supporting documentation to MCOG no later than thirty (30) days after the fiscal year ending June 30. Invoices received by MCOG after July 31 for the preceding fiscal year shall not be paid. This deadline may be waived if mutually agreed to by MCOG and Subrecipient, in writing. d. For travel and subsistence (per diem) expenses of Subrecipient and its contractors, rates shall not exceed rates authorized to be paid rank and file state employees under current State Department of Personnel Administration (DPA) rules. If the rates invoiced by Subrecipient are in excess of DPA rates, MCOG will not reimburse those amounts in excess of the DPA rates. Mileage reimbursements shall not exceed the federal business mileage rate (www.irs.gov). Travel and per diem reimbursements and third-party contract reimbursements to subcontractors will be allowable as project costs only after those costs are incurred and paid for by the subcontractors. e. Payment of Subrecipient invoices is contingent upon receipt by MCOG of the above documentation provided by Subrecipient, consistent with Sections 6 through 8 of this AGREEMENT. Payment to Subrecipient is further contingent upon MCOG's determination that the performance of Subrecipient meets federal, state and MCOG standards. MCOG shall review Subrecipient invoices and submit them to the County Auditor-Controller for payment within thirty(30) days of receipt. 5 MCOG FY 2017/18 Subrecipient Cooperative Agreement—City of Ukiah Page 4 of 37 f. Subrecipient shall not be entitled to reimbursement of indirect costs unless a copy of a federal cognizant agency-approved, indirect cost allocation plan has been received by MCOG prior to submittal of the first invoice from Subrecipient. g. Subrecipient mark-up of direct expenses or of subcontractor invoices are not allowable; therefore MCOG will not pay Subrecipient for any such increases to actual costs incurred. h. Subrecipient shall provide a quarterly progress report, in narrative form, that describes progress toward completion of tasks, projects, and products, as well as conformance with project schedules and reporting of all costs incurred for the work elements contained in Exhibit A, no later than thirty(30) days after close of the quarter. i. Subrecipient shall provide hard copies of all completed products and/or deliverables to the assigned MCOG Project Manager, and in a commonly used electronic format, at the discretion of the MCOG Project Manager, as referenced in Section 7 of this AGREEMENT, according to the schedule of deliverables in Exhibit A. j. All final reports and documents produced under this AGREEMENT shall include the following statement: "The preparation of the report was financed in part through[insert funding source and agency]as facilitated by Mendocino Council of Governments as the Regional Transportation Planning Agency." Alternatively, certain language may be required by state or federal funding agencies, to be specified in Exhibit D. 6. Cost Principles a. Subrecipient agrees to be bound by and comply with, and shall require its Consultants and/or Contractors to comply with, the following: i. 2 CFR, Subtitle A, Chapter II, Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards, shall be used to determine the allowability of individual project cost items; and ii. The federal administrative procedures in accordance with Uniform Guidance 2 CFR, Subtitle A, Chapter II, Part 200 "Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments." b. Any costs for which Subrecipient receives payment or credit that is determined by a subsequent audit or other review by either MCOG, Caltrans, or other state or federal authorities to be unallowable under, but not limited to, 2 CFR Part 200 or 48 CFR Chapter 1, Part 31, shall be repaid by Subrecipient within thirty(30) days of Subrecipient receiving notice of audit findings. 6 MCOG FY 2017/18 Subrecipient Cooperative Agreement—City of Ukiah Page 5 of 37 c. All costs charged to this AGREEMENT by Subrecipient shall be supported by properly executed payrolls showing labor (wage) rates per hour, time records, and invoices and vouchers evidencing in proper detail the nature of the charges. These costs shall comply with the cost principles cited above in Section 6(a) of this AGREEMENT. 7. Written and Electronic Versions of Work Products and Related Materials a. Subrecipient shall provide copies of all of its deliverables, as well as support data created pursuant to Exhibit A, to MCOG in an approved electronic format. Hard copies will also be provided to MCOG upon request. Related materials, including any reports, newsletters, or other written materials, will also be provided in hard copy and/or electronic format, upon request by MCOG. b. Any graphics or images accompanying the text of these written materials shall be included in the electronic version, in a format (e.g. JPEG, BMP, or PNG) as requested by MCOG staff. The quality of the images will be a minimum of 300-600 DPI resolution, typically a file size of 3MB or more. c. The electronic versions of all written materials, data files, and accompanying graphics or images shall, when printed or otherwise displayed, appear in the identical format, location, quality, and state of replicating in which they appear in the hard copy versions. d. Materials in the electronic version shall be presented to MCOG in a medium pre-approved in writing by the MCOG Project Manager. For reports this would typically be in Microsoft Word and Adobe Acrobat formats. e. The applicable funding agency shall have a royalty-free, nonexclusive and irrevocable license to reproduce, publish or otherwise use, and authorize others to use, work products funded under this AGREEMENT for government purposes. 8. Records Retention and Audits a. If Subrecipient receives Local Transportation Funds, Subrecipient shall submit to MCOG an annual certified fiscal audit conducted by an entity other than itself, in compliance with the Transportation Development Act (TDA), Section 99245. A report on the audit shall be submitted to MCOG and to the State Controller within 180 days after the end of the fiscal year. However, MCOG may grant an extension(s) not to exceed a total of 90 days in writing, at its sole discretion. The report shall include a certification that the funds allocated to Subrecipient pursuant to TDA were expended in conformance with all applicable laws, rules and regulations. Except for the first report, the report shall also include the audited amounts for the fiscal year prior to the fiscal year audited. b. For the purpose of determining compliance with California Government Code section 8546.7, as well as any other state or federal law or regulation, Subrecipients and their contractors shall maintain all source documents, books, and records connected with their performance of work 7 MCOG FY 2017/18 Subrecipient Cooperative Agreement—City of Ukiah Page 6 of 37 initiated under this AGREEMENT and each annual MCOG OWP for a minimum of three (3) years from the date of final payment to Subrecipient, or until audit resolution is achieved for each annual MCOG OWP, whichever is later. During this time, all of the above referenced parties shall make all such supporting materials available for inspection and audit, at their respective offices at all reasonable times, by representatives of MCOG, the state, the Bureau of State Audits, or the federal government upon request. Copies will be made and furnished to MCOG upon request, at no cost to MCOG. c. Subrecipient shall establish and maintain, and shall require that its Contractor(s) establish and maintain, an accounting system conforming to Generally Accepted Accounting Principles (GAAP) to support invoices that segregate and accumulate the costs of work elements by line item (i.e. direct labor, other direct costs, subcontractors, etc.) and enable the determination of incurred costs at interim points of completion, and provide support for reimbursement payment vouchers or invoices. d. Subrecipient agrees to include all costs associated with this AGREEMENT and any amendments thereto to be examined in the annual audit and, if applicable, in the schedule of activities to be examined under a single audit prepared by Subrecipient in compliance with Office of Management and Budget Circular A- 133. e. Neither the pendency of a dispute nor its consideration by MCOG, Caltrans, or the state will excuse Subrecipient from full and timely performance in accordance with the terms of this AGREEMENT. f. Subrecipient agrees to furnish documentation to MCOG to support this requirement that its Agreement(s) with Contractor(s) contain provisions requiring adherence to this Section in its entirety. 9. Certifications and Assurances a. Subrecipient shall adhere to the requirements contained in MCOG's annual Certification and Assurances ("FHWA and FTA State and Metropolitan Transportation Planning Process Self- Certification") submitted as part of MCOG's OWP, pursuant to 23 CFR 450.334 and 23 U.S.C. 134. Such requirements shall apply to Subrecipient to the same extent as MCOG and may include, but are not limited to: i. 23 U.S.C. 134,49 U.S.C. 5303, and subpart C of 23 CFR part 450; ii. In nonattainment and maintenance areas, sections 174 and 176(c) and (d) of the Clean Air Act, as amended (42 U.S.C. 7504, 7506(c) and (d)) and 40 CFR part 93; iii. Title VI of the Civil Rights Act of 1964, as amended (42 U.S.C. 2000d-1) and 49 CFR part 21; 8 MCOG FY 2017/18 Subrecipient Cooperative Agreement—City of Ukiah Page 7 of 37 iv. 49 U.S.C. 5332, prohibiting discrimination on the basis of race, color, creed, national origin, sex, or age in employment or business opportunity; v. Section 1101(b) of the FAST Act (Pub. L. 114-94) and 49 CFR part 26 regarding the involvement of disadvantaged business enterprises in USDOT funded projects; vi. 23 CFR part 230, regarding the implementation of an equal employment opportunity program on Federal and Federal-aid highway construction contracts; vii. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101, et seq.) and 49 CFR, parts 27, 37, and 38; viii. The Older Americans Act, as amended (42 U.S.C. 6101), prohibiting discrimination on the basis of age in programs or activities receiving Federal financial assistance; ix. Section 324 of title 23 U.S.C. regarding the prohibition of discrimination based on gender; and x. Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. 794) and 49 CFR part 27 regarding discrimination against individuals with disabilities. b. Subrecipient shall additionally comply with Federal and State Lobbying Activities Certification: i. By signing this AGREEMENT, Subrecipient certifies, to the best of its knowledge and belief, that no state or federal funds have been paid or will be paid, by or on behalf of Subrecipient, to any person for influencing or attempting to influence an officer or employee of any state or federal agency, a Member of the State Legislature or United States Congress, an officer or employee of the Legislature or Congress, or any employee of a Member of the Legislature or Congress in connection with the awarding of any state or federal contract, the making of any state or federal grant, the making of any federal loan, the entering into of any cooperative agreement, or the extension, continuation, renewal, amendment, or modification of any state or federal contract, grant, loan, or cooperative agreement. ii. If any funds other than state or federal funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, Subrecipient shall complete and submit Federal Standard Form-LL, "Disclosure Form to Report Lobbying," in accordance with those form instructions. iii. This certification is a material representation of fact, upon which reliance was placed when this AGREEMENT was entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S.C., and by 9 MCOG FY 2017/18 Subrecipient Cooperative Agreement—City of Ukiah Page 8 of 37 the MFTA between MCOG and Caltrans or, alternatively, the grant agreement with the respective funding entity. Any persons who make a prohibited expenditure or fail to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. c. Subrecipient shall comply with any other applicable federal, state and local laws, including without limitation, all federal regulatory requirements associated with the applicable federal funding. d. Subrecipient shall further require its Contractor(s)to comply with these Certifications. 10. Equal Employment Opportunity/Nondiscrimination a. In the performance of work undertaken pursuant to this AGREEMENT, Subrecipient, for itself, its assignees, and successors in interest, shall affirmatively require that its employees and Contractor(s) shall not unlawfully discriminate, harass or allow harassment, against any employee or applicant for employment because of sex, race, color, ancestry, religious creed, national origin, physical disability (including HIV and AIDS), mental disability, medical condition (including cancer), age (over 40), marital status, denial of family and medical care leave, and denial of pregnancy disability leave. b. Subrecipient shall ensure that the evaluation and treatment of their employees and applicants for employment, as well as their contractors, are free from such discrimination and harassment. Subrecipient shall comply with the provisions of the Fair Employment and Housing Act (Government Code section 12900, et seq.) and the applicable regulations promulgated thereunder (California Code of Regulations, Title 2, section 7285.0, et seq.). The applicable regulations of the Fair Employment and Housing Commission implementing the Government Code sections referenced above, are incorporated into this AGREEMENT by reference and made a part hereof as set forth in full. Subrecipient shall give written notice of their obligations under this clause to labor organizations with which they have collective bargaining or other labor agreements. c. In the event of Subrecipient's noncompliance with the nondiscrimination provisions of this AGREEMENT, MCOG shall impose such contract sanctions as it, Caltrans, or other applicable funding agency may determine to be appropriate, including, but not limited to: i. Withholding of payments to Subrecipient under this AGREEMENT until Subrecipient complies; and/or ii. Cancellation,termination or suspension of the AGREEMENT, in whole or in part. d. Subrecipient shall permit access to all records of employment, employment advertisements, application forms, and other pertinent data and records by the State Fair Employment Practices and Housing Commission or any other agency of the State of California designated by the State to investigate compliance with this section. 10 MCOG FY 2017/18 Subrecipient Cooperative Agreement—City of Ukiah Page 9 of 37 e. Subrecipient shall include the provisions of this Section in every agreement with its Contractor(s). Subrecipient shall take such action with respect to any such agreement as MCOG, Caltrans, or other applicable funding agency may direct as a means of enforcing such provisions, including sanctions for noncompliance including, but not limited to: i. Withholding of payments to contractor under any agreement with contractor until contractor complies; and/or ii. Cancellation,termination or suspension of the agreement in question, in whole or in part. 11. Prevailing Wage and Labor Requirements a. Should Subrecipient award any construction contracts utilizing Federal funds under this Agreement, Subrecipient agrees to comply with all pertinent statutes, rules and regulations promulgated by the federal government including, but not limited to, (i) prevailing wage requirements of the Davis Bacon Act (40 U.S.C. §276a, et seq.) and related regulations (29 CFR Part 5); (ii) anti-kick back and payroll records requirements of the Copeland "Anti-Kickback" Act (40 U.S.C. §276c and 18 U.S.C. §874) and related regulations (29 CFR Part 3); and (iii) workweek computation and overtime requirements of the Contract Work Hours and Safety Standards Act (40 U.S.C. §327-333) and related regulations (29 CFR Part 5). b. Should Subrecipient award any "public work" contract, as defined by California Labor Code Section 1720, utilizing State funds under this Agreement, Subrecipient agrees to comply with all pertinent California statutes, rules, and regulations including, but not limited to, prevailing wage provisions of Labor Code Section 1771. c. Any contract or subcontract entered into as a result of this Agreement will contain all of the provisions of this section. 12. Conflict of Interest Subrecipient and its officers, employees, and agents, including Contractor(s), that perform work under this AGREEMENT shall comply with federal and state conflict of interest laws, regulations and policies. 13. Independent Contractor Subrecipient and its officers, employees, and agents shall be independent contractors in the performance of this AGREEMENT. 14. Disadvantaged Business Enterprise (DBE) a. It is the policy of MCOG, the California Department of Transportation, and the U.S. Department of Transportation, that Disadvantaged Business Enterprises (DBEs), as defined in 49 CFR Part 26, shall have an equal opportunity to receive and participate in the performance of agreements financed in whole or in part with Federal Highway Administration (FHWA)/Federal Transit Administration (FTA)funds provided under this AGREEMENT. 11 MCOG FY 2017/18 Subrecipient Cooperative Agreement—City of Ukiah Page 10 of 37 b. Subrecipient, its employees, and its Contractor(s) shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of FHWA/FTA funds-assisted contract or in the administration of MCOG's DBE program per the requirements of 49 CFR Part 26. Failure to carry out the requirements of this paragraph shall constitute a breach of contract and may result in termination of this AGREEMENT or such other remedy MCOG may deem appropriate. c. Subrecipient shall, as required by 49 CFR Part 26, include applicable language into all contracts funded in whole or in part with FHWA or FTA funds. 15. Disputes a. Should either party to this AGREEMENT bring legal action against the other (formal judicial proceeding, mediation or arbitration), it is hereby agreed that this Agreement will be administered and interpreted under California law and that the matter shall be handled in Mendocino County Superior Court, California, and that the party prevailing in such action shall be entitled to a reasonable attorney's fee which shall be fixed by the judge, mediator, or arbitrator hearing the case and such fee shall be included in the judgment, together with all costs. b. Neither the pendency of a dispute nor its consideration by MCOG, Caltrans, and/or the respective funding agency will excuse Subrecipient from full and timely performance in accordance with the terms of this AGREEMENT. 16. Severability. If any term or provision of this Agreement, or the application thereof to any person or circumstance will, to any extent, be invalid or unenforceable, the remainder of this Agreement will not be affected thereby, and each term and provision of this Agreement will be valid and enforceable to the fullest extent by law, unless the exclusion or application of, such term or provision, would result in such a material change so as to cause completion of the obligations defined in this Agreement to be unreasonable. 17. Hold Harmless a. Subrecipient shall defend, indemnify and hold MCOG, its officers, agents and contracted staff, harmless from and against any and all liability, loss, expense, claims, or damages arising out of the performance of this AGREEMENT, but only in proportion to and to the extent such liability, loss, expense, or claims for injury or damages are caused by or result from the negligent or intentional acts or omissions of Subrecipient, its officers, agents, employees, or Contractors. b. MCOG shall defend, indemnify and hold Subrecipient, its officers, agents and employees harmless from and against any and all liability, loss, expense, claims, or damages arising out of the performance of this AGREEMENT but only in proportion to and to the extent such liability, loss, expense, or claims for injury or damages are caused by or result from the negligent or intentional acts or omissions of MCOG, its officers, agents or contracted staff. 12 MCOG FY 2017/18 Subrecipient Cooperative Agreement—City of Ukiah Page 11 of 37 c. Subrecipient further agrees to reimburse MCOG for claims, demands, costs or liability associated with the incomplete performance of work contained in Exhibit A, in the event that the MCOG terminates this AGREEMENT in accordance with Section 22.b. herein. 18. Noncompliance In addition to such other remedies as provided by law, in the event of noncompliance with any grant condition or specific requirement of this AGREEMENT, this AGREEMENT may be terminated. 19. Assignment This Agreement cannot be assigned without the prior written consent of MCOG. 20. Successors This Agreement will be binding on the parties hereto, their assigns, successors, administrators, executors, and other representatives. 21. Amendments Required by Federal or State Agencies If the FTA, FHWA, Caltrans or any other federal or state agency having jurisdiction, requires a change to the terms of this Agreement, the parties will amend this Agreement as necessary, or will terminate it immediately. 22. Termination of Agreement a. Termination for Convenience: Either party may terminate this AGREEMENT at any time by giving written notice to the other party of such termination at least thirty (30) calendar days before the effective date of such termination. In such event, all finished or unfinished documents and other materials as described in the AGREEMENT shall be returned to MCOG at its option. Subrecipient shall return at the option of MCOG, all equipment, software, or other materials provided to Subrecipient under this AGREEMENT. If this AGREEMENT is terminated by MCOG, as provided herein, Subrecipient shall be reimbursed for expenses incurred prior to the termination date, in accordance with Section 6 through 8 of this AGREEMENT. b. Termination for Cause: If through any cause, Subrecipient shall fail to fulfill in a timely and proper manner its obligations under this AGREEMENT, or if Subrecipient violates any of the covenants, agreements, or stipulations of this AGREEMENT, MCOG shall thereupon have the right to terminate the AGREEMENT by giving not less than ten (10) calendar days written notice to Subrecipient of the intent to terminate and specifying the effective date thereof. MCOG shall provide a reasonable opportunity for Subrecipient to cure prior to termination. Upon termination, all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs, reports or other materials prepared by Subrecipient under this AGREEMENT shall be provided to MCOG. At the option of MCOG, Subrecipient shall return all equipment, software, or other materials provided to Subrecipient under this AGREEMENT. Subrecipient shall be entitled to receive compensation for all work satisfactorily completed, in MCOG's judgment, in accordance with Exhibit A prior to the effective date of termination. 13 MCOG FY 2017/18 Subrecipient Cooperative Agreement—City of Ukiah Page 12 of 37 c. Fiscal Funding Out: Subrecipient may terminate this AGREEMENT immediately upon email or other written notice should funding cease or be materially decreased during the term of this AGREEMENT. 23. Environmental, Resource Conservation, and Energy Requirements Subrecipient recognizes that many federal and state statutes imposing environmental, resource conservation, and energy requirements may apply to the Project. Subrecipient agrees to adhere to any such federal and state requirements. 24. Notices Any notice required or permitted to be given pursuant to this AGREEMENT shall be served by certified mail, return receipt requested, to the following addresses: If to MCOG: Mendocino Council of Governments Attn.: Phillip J. Dow, Executive Director 367 N. State St., Suite 206 Ukiah, CA 95482 If to Subrecipient: City of Ukiah Attn.: Sage Sangiacomo, City Manager 300 Seminary Ave. Ukiah, CA 95482 25. Counterparts This Agreement may be executed in multiple counterparts, each of which will constitute an original, and all of which taken together will constitute one and the same instrument. 26. Ambiguities The parties have each carefully reviewed this Agreement and have agreed to each term and condition herein. Each party has also had an opportunity to have this Agreement reviewed by legal counsel. No ambiguity will be construed against either party. IN WITNESS WHEREOF, the parties hereto have executed this AGREEMENT on the date of the last signature below: 14 MCOG FY 2017/18 Subrecipient Cooperative Agreement—City of Ukiah Page 13 of 37 Mendocino Council of Governments: City of Ukiah: Phillip J. Dow, P.E., Executive Director Duly authorized Subrecipient signatory Date: Date: APPROVED AS TO FORM: (Signature on file) Douglas L. Losak Law Offices of Duncan M.James MCOG Legal Counsel Date: July 5, 2017 15 MCOG FY 2017/18 Subrecipient Cooperative Agreement—City of Ukiah (Blank Page) 16 Page 14 of 37 EXHIBIT A Subrecipient Scope of Work and Budget Attached: A-1 Transportation Planning Overall Work Program (OWP) ■ Work Element 5 — Update Speed Zone Reports (Carryover) ■ Work Element 11—Traffic Analysis for Realignment of Talmage Road ■ Work Element 12—Comprehensive ADA Access Plan Update ■ Work Element 14-Training A-2 Regional Surface Transportation Program (RSTP) Section 182.6 d(1) Formula Distribution — Balances Available to Claim 17 MCOG FY 2017/18 Subrecipient Cooperative Agreement—City of Ukiah (Blank Page) 18 Page 15 of 37 EXHIBIT A-1 Subrecipient Scope of Work and Budget TRANSPORTATION PLANNING OVERALL WORK PROGRAM (OWP) WORK ELEMENT 5—UPDATE SPEED ZONE REPORTS(CARRYOVER) PURPOSE: The purpose of this project is to provide the five year update of engineering and traffic surveys for speed studies for the City of Ukiah. The adopted speed zone ordinance will provide for legally enforceable speed zones for all persons driving within the City of Ukiah. This work element supports the Local Streets and Roads goal in the Regional Transportation Plan to "provide a safe and efficient transportation network..." and the Non-Motorized Goal to "provide a safe and useable network for bicycle and pedestrian facilities...." as speed limit enforcement is expected to help improve safety for both motorized and non-motorized users. PREVIOUS WORK: The City of Ukiah completed and adopted (by ordinance) speed zone studies on July 18, 2012, funded through MCOG's FY 2011/12 Overall Work Program. TASKS: Task 1 is expected to be completed in FY2016/17 1. Prepare and distribute Request for Proposals, select consultant, award consultant contract. (City) 2. Conduct speed zone surveys, perform traffic counts, and complete traffic surveys and analysis. (Consultant) 3. Present speed zone survey report with ordinance to Ukiah City Council for approval. (City) PRODUCTS: (1) Request for Proposals; (2) Citywide speed zone survey report; (3) Ordinance adopting speed zone survey report. FUNDING AND AGENCY RESPONSIBILITIES: Responsible Estimated Budget Funding Fiscal Year Agency Person Days Source Consultant 35 $ 2,325 State PPM 2016/2017 C/O $32,675 Local LTF 2016/2017 C/O $35,000 Total 35 $35,000 19 MCOG FY 2017/18 Subrecipient Cooperative Agreement—City of Ukiah Page 16 of 37 ESTIMATED SCHEDULE: Tasks Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun 2 x x x x x x x x 3 x x x x 20 MCOG FY 2017/18 Subrecipient Cooperative Agreement—City of Ukiah Page 17 of 37 WORK ELEMENT 11—TRAFFIC ANALYSIS FOR REALIGNMENT OF TALMAGE ROAD (NEW) PURPOSE: To prepare a traffic analysis for proposed realignment of Talmage Road in Ukiah. Talmage Road is an important regional roadway, and one of the most-travelled routes in Ukiah (the county seat) for both passenger trips and goods movement. It provides a direct link from U.S. 101 to one of the largest shopping areas in the County, and to Ukiah's main street (State Street). It transitions out of the city limits and becomes State Highway 222. This work element supports goals for Goods Movement and Local Streets and Roads in the Regional Transportation Plan. PREVIOUS WORK: None. TASKS: 1. Prepare and distribute Request for Proposals, select consultant, award consultant contract. (City) 2. Survey existing conditions and prepare conceptual plan for proposed realignment of Talmage Road. (Consultant) 3. Obtain intersection traffic counts at South State Street and Observatory Avenue, and at South State Street and Talmage Road. (Consultant) 4. Evaluate South State Street and Observatory Avenue intersection alternatives (traffic signal versus roundabout). (Consultant) 5. Evaluate various alternatives to resolve traffic concerns at the South State Street and Talmage Road Intersection (Consultant) 6. Complete Final Report: Traffic Analysis for the Realignment of Talmage Road. (Consultant) 7. Present Traffic Analysis for the Realignment of Talmage Road to City Council for approval. (City) PRODUCTS: (1) Request for Proposals; (2) Final Report on the Traffic Analysis for the Realignment of Talmage Road. FUNDING AND AGENCY RESPONSIBILITIES: 21 MCOG FY 2017/18 Subrecipient Cooperative Agreement—City of Ukiah Page 18 of 37 Responsible Estimated Budget Funding Fiscal Year Agency Person Days Source Consultant 25 $25,000 State RPA* 2017/2018 Total 25 $25,000 * Use of State RPA funds must be in accordance with Caltrans' procurement and other requirements (no consultant mark-up; approved travel rates, etc.) Contact MCOG staff with questions. ESTIMATED SCHEDULE: Tasks Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun 1 x x 2-6 x x x x x x x x x 7 x 22 MCOG FY 2017/18 Subrecipient Cooperative Agreement—City of Ukiah Page 19 of 37 WORK ELEMENT 12—COMPREHENSIVE ADA ACCESS PLAN UPDATE (NEW) PURPOSE: To prepare an updated comprehensive plan for achieving compliance with the access requirements of the Americans with Disabilities Act (ADA) on public streets and sidewalks in the City of Ukiah. PREVIOUS WORK: A draft ADA Right-of-Way Transition Pan was completed in 2006. In addition, the City has completed an inventory of ADA ramps at all intersections within the City limits. TASKS: 1. Prepare and distribute Request for Proposals, select consultant, award consultant contract. (City) 2. Survey existing conditions/review inventory of ADA ramps, etc. (Consultant) 3. Prepare facility access survey. Develop prioritization for ADA work. (Consultant) 4. Prepare ADA Self-Evaluation that summarizes policies and practices affecting ADA implementation and identifies any barriers to access for people with disabilities. (Consultant) 5. Prepare Transition Plan that identifies how access barriers will be removed. Prepare schedule for removal of barriers. (Consultant) 6. Present Comprehensive ADA Access Plan to City Council for approval. (City) PRODUCTS: Request for Proposals; ADA Self-Evaluation; Facility Access Survey;Transition Plan; Comprehensive ADA Access Plan Final Report. FUNDING AND AGENCY RESPONSIBILITIES: Responsible Estimated Budget Funding Fiscal Year Agency Person Days Source Consultant 35 $35,000 State PPM 2017/2018 Total 35 $35,000 23 MCOG FY 2017/18 Subrecipient Cooperative Agreement—City of Ukiah Page 20 of 37 ESTIMATED SCHEDULE: Tasks Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun 1 x x 2-5 x x x x x x x x x 6 x 24 MCOG FY 2017/18 Subrecipient Cooperative Agreement—City of Ukiah Page 21 of 37 WORK ELEMENT 14—TRAINING PURPOSE: To provide funding for technical training in the transportation planning field to the Mendocino Council of Governments (MCOG) planning staff, and to local agency staff, to stay abreast of changes in the field. PREVIOUS WORK: This is an annual training work element that has been included in MCOG's Overall Work Program since FY 2003/04. TASKS: 1. Attendance at transportation planning academies, seminars, workshops or training sessions that may be offered through Caltrans or other agencies. (MCOG, County, Cities, MTA). This task includes staff time and direct costs (i.e. registration, travel, lodging, meals, etc.) PRODUCTS: Educational and training materials; trained/educated staff. FUNDING AND AGENCY RESPONSIBILITIES: Responsible Estimated Budget Funding Fiscal Year Agency Person Days Source MCOG 15 $10,000 Local LTF 2017/2018 Direct Costs n/a $6,000 Local LTF 2017/2018 County/Cities/ MTA n/a $5,000 Local LTF 2017/2018 Direct Costs Total 15 $21,000 ESTIMATED SCHEDULE: Tasks Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun 1 x x x x x x x x x x x x 25 MCOG FY 2017/18 Subrecipient Cooperative Agreement—City of Ukiah Page 22 of 37 The parties to this AGREEMENT agree to the terms of this Annual Exhibit and acknowledge that all applicable terms and conditions of the Master Agreement, effective July 1, 2017, shall apply: Mendocino Council of Governments: City of Ukiah: Phillip J. Dow, P.E., Executive Director Duly authorized Subrecipient signatory Date: Date: 26 MCOG FY 2017/18 Subrecipient Cooperative Agreement—City of Ukiah v 0. C13CO v 0 Y L N OO 0 r a r 0 400 m C) CO Q > o Z O CON r <y CO N u m E N _ - `0 U m 0 r N MV OJ 0°� 0) 4) 4 m S 0-•- a X O L1.1 (n ll.) 0 Qr 7 00 W N. N O O .. 0 0 �-+ O ,- y O<tM W r 0 0 . 00 ,.' "z C }i N w N N r•Cr M(f) M ,.,E O CO 0 (D f 0 CD N O N- y O) CO 0) 41 O 0) r 0 N.N co co V O O — 46) LL 0 F .- .- .- .-r rr O 0 -5- O o 0— v v0: � a, matp c O _ v = (C O M0 .-vt es( F. F. In E '� gisgv a Ew o r gO fr. r 0 M CO 0)CO CO N N ,h-. 8 oV N ' 12-4 O O O O O(D .- .-O O O ' 030N- 3-3-0 .- .- N N— CO CO O O O<t M CO(D O O O CO 0 CO N .- .- C O M(D O N O) O) O 0 O M O)M 0) 0 0 p0, O CO CO CO 0) O O N . O CO 0 0 CO (MD CO CO CO O O q, 0 0 4 O M C% M r N O O E 0 0 Nt 0 0 00 O r r <t V 0 O V' CD M CO M 0.O- CO COCM CO N- Q V O N 7 O CO 00)) W 00 C (O (D O O r. M V N OO - O O CD M O CO CO CO M V ' V N .- O CO M O CO LO 7 Or N N- 7 V N O CO.- CO CO CO O O .- 0 N 0 N— .-N V. V' _W 0 0(0 0 0 3-N r r (0 n 0 - o � 0GONM00 (0 (0 O0 V N 00 N O O O C CO(/) 0 0 0)O CO CO CO 0) N N M CO �..i 0) '-';',,,: 7- 81:: (922P(37, N N y E 0) a ` O(D r N-0 0 ((0 ((0 13 6 M C 0 O O Z O O CO CO M L.E a- 0 0 0 N- (D,- O CO O O O C E 6) 0 0) O O 7 .- .- 2 > .0 'O T 0 0 V (MD I CO CO CO 0 I r1 (6 (O:C N 7 ',:t CO v N C 0) 0 0 0) CO 0 O 0) O) 2LO CD CD _ O U O LL C 0 C) r CO 0)N CO 0) M Q O 0. CO c o u C ov a 00(n N CO CV 0 co CV a C CO0. o O I- 613 CO 0((0 000 CO CO L O O c5 r o M (D 0)r C0 CO CO = 0- U O y_6 0 0 V (OD CO 0 N- (D CO CO C 3 N •- <t V N 0 ) O co O O O 3 (NO O(OO (D (O IA. 0 0 N N N O N N '"��' C C 0 0 r N M,- 0 0 O N U Cl., 0 N- N- CO 0 3-N s- O LO J 0 I c N. 0 V CO CO Oco co m N 0 3 - 'J o O o N 7 CO CO N .- .- ti E a a. 0 0 = t. , ,,,,, ,n00 ,1- MMMN O V r r,-0 (0 (0 4 U mo o z a (0 O M V' (D O(D 0 ..._-° ,90. r M O V' O) 0 -c°-'2) E r (D M N N- N- :-.,5_ (y 0 0 0 M N r N 0 r N- 0 9 — ^ 0 V N- r s-0 M M _ Q 00 VV co co co N- CO CO O� COM (MD N COOCO N 01 N 0 LL' � 0 (U CO W CCOO CO CO CO a) 0 Ln N N— 7 V JO 7 r(D M . 2 -g N O (VD (OD O CO N L(‘1 N V N 0) 0. 2 0 0) 0 M 7 OD LU N N m p 0 0 N O N — -08 '.: M M M O O O m 2 N a o N (MD V(OD M M m E O Q o CO O M M N m o m ^ 0 O N- 00(N M V' ,,,:>,. E O JO a O ,O a) .- (D N N M 7 V' V - 0 0 N- O V O M (D (O w 0 o N 0 o 0 0 r- r` > -� m o my 0 Maiv.-1--:.-. .- •- S ami 0. 6- _ , . V (O r o ta N N a .2 O 0 r N— CO r CO M M a 0- 2 = O ° 0 CO CO CO <r an N CO 'O Q O N -9g-9N o V (MD (rO 0 ti V. V - W s s a m M N M M 0 .= _ U. (a 3- M C .0 0 O 0 0 M N N CO CO V CO (D CO N 53 La Q N a) g-' ,..48 '51'68 N O O '0a o y m N H (.6 0 Ea 0 OOm0Q (0LU [N- co 3 Q _p a m •- R N N 'm 0- W o 0 m ... 2 M CO ()0) N 0) CO N- N- (n N T 03 °J 0 N <t M_CN')O M M _ _ 03 G Z Z N 0 '1100,-- 1,:,i N N C)) mE a) a) 0 Cs- N M V co (D CO O L a) 9 9 •- = •- "- Z (0 (4) 00) 5' LL } L y Y coO `) ca Nms c Q (-) CO 27 m a R O O. O o W a a. a. u. =U H 0 Oz � (Blank Page) 28 Page 24 of 37 EXHIBIT B Sample Subrecipient Invoice (Available by request in Excel format) Agency Letterhead INVOICE Work Element/Project Title To: Mendocino Council of Governments Invoice Date: Attn., 367 N. State St., Suite 206 Invoice Number: Ukiah, CA 95482 Dates of Service: Description of Activity Personnel-Name&Title Hourly Hours Amount' Rate Billed $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Total Labor: $0.00 Reimbursable Expenses-attach Item Quantity Total Cost receipts Cost $0.00 $0.00, $0.00 $0.00 $0.00 $0.00 Total Reimbursable Expenses: $0.00 Total Amount Due: $0.00 Overall Funding Summary Total Budget $ Amount Previously Billed Current Amount Billed $ Balance Remaining $ I certify the charges for work billed are proper and that progress of the project is commensurate with cash disbursements being claimed on the''Total Amount Dueline above.I have reviewed the invoice and supporting documentation and concur that expenses are consistent with the scope of work. Agency Representative Signature, Print/type Name and Title: Date Approved for Payment By: Name of MCOG Representative, Date 29 MCOG FY 2017/18 Subrecipient Cooperative Agreement—City of Ukiah (Blank Page) 30 Page 25 of 37 EXHIBIT C MCOG's Adopted Policies & Instructions Attached: C-1 Transportation Planning Overall Work Program (OWP) Policies and Application Instructions (4 pages) C-2 Regional Surface Transportation Program (RSTP) Administrative Procedures (4 pages) C-3 Local Transportation Fund 2% Bicycle & Pedestrian Program Application Form (4 pages) 31 MCOG FY 2017/18 Subrecipient Cooperative Agreement—City of Ukiah (Blank Page) 32 Amended 10/3/16 MENDOCINO COUNCIL OF GOVERNMENTS OVERALL WORK PROGRAM (OWP) POLICIES AND APPLICATION INSTRUCTIONS General Information The Mendocino Council of Governments has adopted a policy that a portion of Local Transportation Funds (LTF)will be allocated to assist in funding the annual transportation planning work program. Other funding sources for the work program include various State and Federal funds. Eligible Applicants/Projects Eligible applicants include the parties to MCOG's Joint Powers Agreement(JPA), which are the Cities of Ukiah, Willits, Fort Bragg, and Point Arena; and the County of Mendocino. Mendocino Transit Authority is also an eligible applicant. Other potential applicants must have an eligible JPA member sponsor agency. Projects funded under the annual work program are of a planning nature, including studies related to transportation needs, technical assistance, transportation-related training for Technical Advisory Committee (TAC)members, Local Agency Staff, and MCOG staff; and administration of the work program, and direct costs. Application Cycle/Schedule The cycle for the OWP process shall begin annually October 15, at which time MCOG staff will forward the OWP application package consisting of these Policies and Application Instructions, an Application/Proposed Scope of Work Form(attached), and a Quarterly Report Form(attached) to TAC members. There shall be a six week application period of October 15 -December 1,with all applications due to the MCOG office no later than 5:00 p.m. on December 1 of each year (if this date falls on a weekend, the following Monday shall apply). Applicants must submit fourteen (14) copies of the completed application/scope of work form, and one electronic copy. Incomplete applications or applications with insufficient copies will be returned to the applicant for completion. A preliminary draft OWP is prepared by MCOG staff for review at the TAC level, and submitted to Caltrans by March 1. After incorporation of Caltrans' comments, a Final OWP is prepared for MCOG approval. The Final OWP is adopted along with the Regional Transportation Planning Agency annual budget in June of each year. Quarterly Reporting/Payments All agencies that are funded under the work program are required to submit quarterly progress reports to the MCOG office within 15 days following the end of each quarter. The progress of each work element is then compiled into a quarterly OWP report, which is submitted to the State. 33 Page 1 of 2 Amended 10/3/16 Payments are tied to timely submittal of quarterly reports and satisfactory performance as determined by MCOG. Payments are made to work program participants upon invoicing with documentation of work performed, and subject to approval by MCOG's Executive Director. Amendments Any change in the approved work program requires an amendment approved by both MCOG and Caltrans, therefore any delays or problems should be promptly communicated with MCOG staff Amendments to the approved work program are not allowed by Caltrans after April 1 of any year. Carryover Requests The program period for each work program is July 1 through June 30 of each year. Every attempt must be made to complete programmed activities within the programmed fiscal year; however, if there is a need to carry over a project to the next fiscal year for completion, the requesting agency must submit justification for the carry over to MCOG. Carryover requests are subject to the following restrictions: Projects funded with State Rural Planning Assistance (RPA) funds are expected to be completed in the initial year of programming; however, limited extensions are possible and will be considered on a case-by-case basis (subject to approval by the MCOG Executive Director). Caltrans allows up to 25% of an agency's annual RPA allocation to be carried over for a maximum of one year, after the initial year or programming. Projects funded with Local Transportation Funds (LTF) funds may be carried over (subject to approval by the MCOG Executive Director) for a maximum of two years, after the initial year of programming. Projects funded with Planning, Programming & Monitoring (PPM) funds may be carried over (subject to approval by the MCOG Executive Director) for a maximum of two years, after the initial year of programming. Grant funded projects are subject to the carryover provisions of the pertinent State or Federal funds. Attachments: OWP Application— Scope of Work Form OWP Quarterly Report Form 34 Page 2 of 2 Revised 10/3/16 MENDOCINO COUNCIL OF GOVERNMENTS FY OVERALL WORK PROGRAM APPLICATION - PROPOSED SCOPE OF WORK Applicant Agency: Date Submitted: Contact Person: Project Title: Use additional sheets as necessary to prepare outline. GOAL/PURPOSE -What does this planning project intend to achieve? How does this planning work address the goals and objectives of the Regional Transportation Plan? See RTP pages 21-30 - available on MCOG's website www.mendocinocog.org. PREVIOUS WORK- Has any related work been done in the past? TASKS -List all tasks and responsible party for each task. PRODUCTS -Identify products of the planning effort. How will these products be used to improve the state, regional, or local transportation system? TIME SCHEDULE -Provide a monthly schedule by task. Schedule must indicate that all tasks can be completed in one fiscal year. SAMPLE Tasks Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun 1 x x x 2-6 x x x x x x 7 x x x ESTIMATED PERSON DAYS/COST BREAKDOWN - Provide estimated person days and costs for each agency and consultant. PROPOSED FUNDING SOURCES & AMOUNTS -Provide amounts of proposed funding from all sources. Are there leveraging opportunities available? Has funding from other sources been sought for this planning project? Notes: 1. Receipts and documentation are required for all direct costs,including copies of consultant invoices and receipts. Mark-up of direct costs is not allowed. 2. Travel costs are limited to Caltrans approved travel rates,available at the following link: http://www.dot.ca.gov/hq/asc/travel/ch12/lconsultant.htm#rr. 3. It is applicant's responsibility to comply with all fiscal and procurement requirements of federal,state, regional,or local funding agencies. 4. The Transportation Development Act(TDA) requires recipients of Local Transportation Funds to submit annual fiscal audits to MCOG. 35 Page 1 of 1 Revised 10/3/16 MENDOCINO COUNCIL OF GOVERNMENTS OVERALL WORK PROGRAM QUARTERLY REPORT Quarter, FY AGENCY: DATE: WORK ELEMENT NO./TITLE: PURPOSE: PROGRESS: PRODUCT EXPECTED: PROBLEMS: OUTLOOK/STATUS: FUNDS CLAIMED: OWP Funding: $ Claimed this quarter: $ Claimed to date $ (including current quarter): Balance to be claimed: $ 36 Page 1 of 1 MENDOCINO COUNCIL OF GOVERNMENTS REGIONAL SURFACE TRANSPORTATION PROGRAM (RSTP) Section 182.6(d)(1) Administrative Procedures As of September 15, 2003 Amended June 25, 2007 General Information The Mendocino Council of Governments (MCOG) annually distributes the RSTP Section 182.6(d)(1) funds to the County of Mendocino, and the Cities of Ukiah, Willits, Fort Bragg, and Point Arena, based on a distribution formula adopted by MCOG on November 2, 1998 and amended on June 5, 2006. Prior to this annual distribution of funds, an Exchange Agreement is executed annually between MCOG and the State Department of Transportation(Caltrans) to exchange these federal RSTP funds for state funds, thus eliminating the administrative burden of processing federal funds and some federal requirements for use of the funds. Funding Cycle During a normal funding cycle, MCOG receives instructions from the State to begin the process to exchange the RSTP funds sometime during the calendar year, resulting in an executed Exchange Agreement and receipt of funds by or near June 30 of each fiscal year. MCOG then notifies eligible claimants of the amount of available funding,per the formula distribution. Funds are then distributed to the County and Cities upon compliance with administrative requirements, as explained below. Administrative Requirements/Response to Caltrans' Audit Findings In response to the "Report on Caltrans Special Request Review" dated May 15, 2003, the following administrative requirements are hereby implemented to assure that the agencies receiving the RSTP funds are using the funds properly, and to assure that MCOG is properly tracking the funds. 1. Project Lists. Each entity shall be required to submit to MCOG a list of eligible projects on which they expect to expend the funds,prior to funds being distributed by MCOG. The list shall include the names of all streets and roads with potential projects, the type of project (rehabilitation, maintenance, etc.) and the functional classification based on the "annual maintained mileage report"prepared by each agency. 2. Agreement Compliance. MCOG is required to sign an annual Exchange Agreement with the State which states that MCOG(and project sponsors) agree to comply with required conditions. Therefore, each entity shall receive a copy of the agreement and be required to sign a statement of compliance in order to receive funds. 3. Annual Report. Each entity shall be required to submit an annual report before receiving new RSTP funds each annual cycle. The report shall indicate how funds were expended or explain if funds are being carried over for a larger project. The first annual report was due June 30, 2004. (Note: the annual report should agree with the project list submitted, otherwise provide a written explanation). 37 Page 1 of 4 MENDOCINO COUNCIL OF GOVERNMENTS REGIONAL SURFACE TRANSPORTATION PROGRAM (RSTP) Section 182.6(d)(1) Annual Project List— Fiscal Year (List all Potential Projects) Est. Street/Road Type of Project Functional Classification Amount Authorized Signature Date Printed Name & Title Agency 38 Page 2 of 4 Form rev. 6/25/2007 MENDOCINO COUNCIL OF GOVERNMENTS REGIONAL SURFACE TRANSPORTATION PROGRAM (RSTP) Section 182.6(d)(1) Statement of Compliance with Exchange Agreement As required by MCOG's administrative procedures for the RSTP Section 182.6(d)(1)program, the undersigned claimant hereby acknowledges that he/she has received a copy of the Exchange Agreement dated between MCOG and the State Department of Transportation (Caltrans), and agency agrees to comply with the applicable required conditions contained therein. Authorized Signature Date ouououououououououououououououououououououououououououououououououououououououououououououououououououououououououououououououououououou Printed Name & Title Agency S ooIs C r S C00C00 "Su.ufil r"C00 nt Ag rC C i C n" ` 39 Page 3 of 4 Form rev. 6/25/2007 MENDOCINO COUNCIL OF GOVERNMENTS REGIONAL SURFACE TRANSPORTATION PROGRAM (RSTP) Section 182.6(d)(1) Annual Report Reporting Period: Fiscal Year ending 6/30/ Amount Received $ Briefly describe how the RSTP funds were expended by your agency during the previous fiscal year. If expenditures do not match the previously submitted project list,please provide a written explanation. If your agency is "saving" the RSTP funds for a larger project than cannot be funded in a single year, please indicate below. If funds are being carried over for any other reason,please explain. 1. RSTP d(1) funds were expended on the following project(s): Street/Road Type of Project Functional Classification Amount 2. RSTP d(1) funds are being carried over as described below: Authorized Signature Date Printed Name & Title Agency 40 Page 4 of 4 Form rev. 6/25/2007 „AL MENDOCINO PHILLIP Dow, EXECUTIVE DIRECTOR. kijoi4n COUNCIL OF GOVERNMENTS Administration:Suite 206 (707)463-1859 MCOG 367 North State Street—Ukiah-California-95482 Transportation Planning: Suite 204 www.mendocinocog org (707)234-3434 Fiscal Year: APPLICATION FOR MCOG FUNDING PEDESTRIAN and/or BICYCLE FACILITIES PROJECT Please complete each portion of the application in as much detail as possible/appropriate. 1. Project Name: 9. Line item cost estimate: 2. Applicant (City, County, MTA) a. Environmental Documentation 3. Estimated Total Cost: b. Design 4. Funding Requested: $ c. Right-of-Way 5. Other Funding: (identify amounts & sources) d. Construction 6. This Form Prepared By: 7. Phone Number: 8. Date: 10. Description of project: Specify type of facility (pedestrian walkway, standard sidewalk, bikeway (Class I, II, or III) multi-use facility, ADA compliance, etc. How does this project implement the 2008 California Complete Streets legislation? 41 Bike &Pedestrian Application Page 2 11. How would this facility improve safety? (Upgrade existing facility, provide new facility, remove gaps in existing system?) 12. How much use (in users per day, or per week)would this facility get? What is the basis for this estimate? (What is the traffic volume on adjacent street/road, if applicable?) 13. To what extent would this facility be used by commuters? Commuters are people (including children)who use the facility for utilitarian purposes (including work, school, shopping, etc.). Identify below and on project map, non-motorized traffic generators and attractors (residential neighborhoods, schools, shopping, recreational areas, etc.) along or at termini of proposed project. 14. What is the readiness of this project? Include milestones for each activity below: Activity Date (mo/yr) Environmental Design Right-of-Way Construction 42 Revised form approved by MCOG 10/4/2010 Bike &Pedestrian Application Page 3 15. Will this project completely or partially implement a specific plan that has been developed and adopted for the area? Examples are: Downtown Design Plan, Community Action Plan, Downtown Streetscape Plan, ADA Implementation Plan, Transit Service Implementation Plan. 16. Is the proposed project identified in or consistent with existing plans for the area (Bikeway Plan, City/County General Plans, Coastal Commission, Regional Transportation Plan, and others)? Identify where project is listed in plan or state how consistency with plan is achieved. 17. What alternate sources of funding have been sought for this project? Source Application Date Status Date Available if Approved 18. Is this non-motorized project a component of a larger project? If so, provide details of the larger project 43 Revised form approved by MCOG 10/4/2010 Bike &Pedestrian Application Page 4 19. What other funds have already been committed to this project? Fund Type Amount Documentation (Funding Agreement, Resolution/Minute Order) 20. Does your agency currently have any open LTF 2% Bike & Pedestrian projects? If so, what is the status? 21. Other Comments: 44 Revised form approved by MCOG 10/4/2010 Agenda Item No.: 7f MEETING DATE/TIME: 9/6/2017 os PEAK ITEM NO: COU-129-2017 .4, ,,,, '„ ,,,,ity af,,,,Ukiah, 4 AGENDA SUMMARY REPORT SUBJECT:Authorize City Manager to Negotiate and Execute Lease Agreement with North Coast Opportunities for the Development and Operation of the Oak Street Park Veterans Community Garden. DEPARTMENT: Community Services PREPARED BY: Tami Bartolomei ATTACHMENTS: Attachment 1-Oak Street Garden Project Attachment 2-City of Ukiah and NCO Lease Summary: North Coast Opportunities (NCO) operates and manages a number of community garden sites throughout Lake and Mendocino Counties. Oak Street Park has been identified as an ideal location for a new garden site (Attachment#1). After hosting a community outreach and planning meeting at the Oak Park location, staff is requesting a lease agreement between the City of Ukiah and NCO for a Veterans Community Garden at an underutilized area in Oak Street Park. Background: In April 2014, Council approved the City Manager to negotiate and execute a lease agreement between the City of Ukiah and NCO for a community garden at Vinewood Park. The Vinewood Park garden project has been very successful not only by providing fresh food to the neighborhood, but since the garden was established at the park staff has seen a decrease in vandalism. RECOMMENDED ACTION: Authorize the City Manager to complete the steps necessary to finalize and execute a lease agreement between the City of Ukiah and North Coast Opportunities for the development and operation of a Veterans Community Garden at Oak Street Park. BUDGET AMENDMENT REQUIRED: No CURRENT BUDGET AMOUNT: N/A PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: David Rapport, City Attorney Approved: oe 1 S7 pie Sa 'gi omo, City Manager Discussion:After visiting other sites, staff and NCO determined that Oak Street Park is currently underutilized and has good access; therefore the site would be an ideal location for a garden. If the lease is approved, the Oak Street Project will consist of a combination of in-ground beds and wheel-chair accessible raised beds within a fenced area (Attachment#1). The project site will be developed and operated by the NCO Gardens Project and maintained through a network of volunteers. Each plot will be assigned and cared for under a formal contract with NCO. The contract includes policies and guidelines for the maintenance of the plot. There is also a volunteer Garden Coordinator who oversees the communication and enforcement of the policies. In response to the need for water conversation, drip irrigation will be a requirement for each plot within the garden. Water for the garden will be supplied through an independent meter assigned and billed to NCO. The garden will have no fiscal impact on the City's budget. Staff supports the proposed lease and feels that the City support of this project will continue the strong partnership with NCO and provide a healthy and active Veterans Community Garden. Staff recommends that the Council authorize the City Manager to complete the steps necessary to finalize and execute the lease agreement. The draft lease agreement is included as Attachment#2; the term of the lease is through 2022, with the option for two 5-year renewals (at $1 per year). 2 2 :;., ,,..,. .,,.,.....1 r.,..,.., ...'i,„ ,...9 qz.). I 77t 7 ... .,,,... LL , 1) J a'--II— — , .„..„„, ' 47' .., 1 1 ' 1 , ............... .“.„.,... ,. . . ' . 1 ' .90 ..„, ......, .i: ,.. „., :130 ./ / . 00) 0 ,.) 0":/H''4' , 0) 1 0 _., ,.. .......,..... El. f I 'lc ... „.. , ....,,, , . „.. ... / I I , 'II , , .' I I' fieRNIIPI.IIIMI' IZIVII 111'3 I , ATTACHMENT 2 LEASE AGREEMENT This Lease, made this 1 1 day of September, 2017, by and between the City of Ukiah, State of California, acting by and through its City Council, hereinafter referred to as "Lessor", and North Coast Opportunities, a non-profit corporation organized and existing under and in compliance with the laws of the State of California and its officers, hereinafter referred to as "Lessee". RECITALS: 1. Lessor has the authority contained in Government Code §§37380 and 37395 and does determine that the use of certain property owned by the Lessor is not required for its use at this time and is available for Lease; and 2. The use of said property by the Lessee would be and is beneficial for the citizens of the City of Ukiah. LEASE AGREEMENT 1. LEASE. The parties hereto agree on the terms and conditions hereinafter expressed. Lessor does hereby let to Lessee and Lessee does hereby hire from Lessor a portion of Assessor's Parcel# 002-111-39as more specifically described on the attached "Exhibit A" Oak Street Park ("Leased Premises"). 2. TERM. The initial term of the lease will begin at the execution date and end December 31, 2022, with the option of two 5 year duration renewals thereafter. 3. RENT. As rent for the term hereby demised, Lessee agrees to pay to Lessor the sum of One Dollar ($1.00) per year in full consideration hereof for the use of said property. 3.1. Lessee specifically represents that it does not intend to make a profit on the use of the Leased Premises. All income derived from use of the Leased Premises shall be used exclusively to sponsor or promote community gardening on the Leased Premises or for improvements to the Leased Premises. 3.2. Lessee shall maintain regular books of account which it shall make available to Lessor upon demand for inspection or audit. 14 3.3 Lessee agrees to provide signage in a location of visibility on the Leased Premises which identifies Lessor as a sponsor of the Community Garden. 4. USE AND IMPROVEMENTS Lessee hereby agrees to install all improvements which shall become part of said property and title to said improvements shall be vested in the Lessor upon termination of this Lease except as set forth herein. 4.1. Lessee shall use the Leased Premises exclusively as a community garden under the Lessee's sponsorship and supervision. 4.2. Improvements, excavations, removal of any trees, brush,grass or improvements and other modifications to the property shall be the sole responsibility of Lessee and shall be approved by Lessor prior to conducting work. 4.3. Lessee agrees to keep the Premises and all improvements in good repair and order and to bear the full cost for maintenance of all improvements. 4.4. Lessee shall acquire the necessary and required permits from the appropriate regulating body for the development proposed under this lease. 4.5. Lessee is responsible for the relocation, alteration, removal,construction, reconstruction of any municipal or private facilities, structures or utilities existing on Leased Premises which are presently in use or abandoned. 4.6. Lessee shall insure that no alcoholic beverages are possessed or consumed on the Leased Premises at any time. Lessee shall not use or permit the Leased Premises to be used except in full compliance with all rules, regulations, laws or ordinances of the City of Ukiah and the State of California. Lessee shall not permit use of the property for any reason after the hour of 10:00 PM. Lessee shall not permit vehicles to park on the Premises between the hours of 10:00 PM and 8:00AM, and shall properly post the Premises in accordance with Vehicle Code requirements. 4.7 Lessee shall be responsible for the cost of the water, metered to the Community Garden. Furthermore, the Lessee is aware that continued drought conditions may require mandatory conservation requirements that could impact the availability of water for irrigation purposes. This Lease does not guarantee that the City will be able to make water available for irrigation. 2 5 5. ASSIGNMENT. Lessee will not assign this Lease or any interest therein and will not let or underlet the said Premises or any part thereof without the prior written consent of the Lessor. 6. INDEMNIFICATION AND INSURANCE 6.1. Lessor shall not be liable for and is free from the cost of any damages for personal injury or property damage resulting from the use made by Lessee of the Leased Premises, any defective condition or faulty construction of the Leased Premises existing at the time of letting or arising thereafter and Lessee covenants and agrees to indemnify and hold harmless said Lessor and its officers, agents and employees from and against any and all liability,loss, cost,or other obligation, including reasonable attorney's fees and costs, on account of or arising out of any such injuries or losses however occurring. 6.2. Lessee covenants and agrees during the life of this Lease at Lessee's sole expense to comply with the requirements of Exhibit B, Insurance Requirements for Lessees (No Auto Risks), attached hereto and incorporated herein by reference. 6.3. Notwithstanding the provisions of Exhibit B requiring Lessee to procure workmen's compensation insurance, Lessee need not procure such insurance provided all of the following conditions are met: a. It maintains its status as a non-profit tax exempt organization; b. Its Board of Directors takes no action to designate any person providing services or work to the organization as its employee; and c. All persons performing services for the organization do so strictly as volunteers without receiving any compensation whatsoever. Lessee shall immediately notify Lessor if it fails to meet all of the conditions of this paragraph 6.3 and shall immediately thereafter comply with the workmen's compensation provisions of Exhibit B. 7. TERMINATION. 7.1. This lease or any renewal thereof, may be cancelled for any reason by either party on ninety (90) days written notice to the other party. 7.2. Lessor can cancel this Lease immediately for any breach of this lease by Lessee, including, but not limited to,failure to provide insurance,without any prior notice to Lessee. 3 6 8. ATTORNEYS FEES. Lessee shall pay Lessor its reasonable costs and attorney's fees if Lessor prevails in any legal action to enforce any of the terms of the Lease. 9. TIME OF ESSENCE. Time is of the essence of this agreement. 10. WAIVER. City's waiver of any default in Lessee's performance of any condition of this Lease, including the obligation to pay rent, shall not constitute a waiver of remedies available for a subsequent breach of the same or a different condition of this Lease. Acceptance of subsequent rental payments from Lessee or its assignees shall not constitute a waiver of the failure of Lessee to pay rent or obtain prior approval to an assignment of this Lease. 11. NOTICES Any written notice required hereby shall be deemed sufficient when placed in the United States mail,postage prepaid and addressed as follows: TO LESSEE: TO LESSOR: North Coast Opportunities City Manager The Gardens Project Ukiah Civic Center 413 North State Street 300 Seminary Avenue Ukiah,CA 95482 Ukiah, CA 95482 12. PARAGRAPH HEADINGS. Paragraph headings are included for the convenience of the parties and are not intended to define or limit the scope of this Lease. 13. PREVIOUS AGREEMENTS. Any and all existing statements or agreements, whether oral or written, or renewals thereof, between the parties hereto, covering the same subject matter, are hereby cancelled and superseded by the terms of this Lease, and such prior agreements, statements or understandings shall have no further force or effect. 4 7 14. DUPLICATE ORIGINALS This Lease may be executed in one or more duplicate originals bearing the original signature of both parties and when so executed any such duplicate original shall be admissible as proof of the existence and terms of this lease. Entered on the date first written above. CITY OF UKIAH By: Title: ATTEST: Gity Clerk North Coast Opportunities By: Title: 5 8 — . NI.iVA„I„. ,-:-.•-•--V...f..;I:.;;U;.; ;;U;.;I>:, Ac c RLY CERTIFICATE OF LIABILITY INSURANCE I DATE/22/2 YYYY) 05/22/2014 THIS CERTIFICATE IS ISSUED AS A MATIER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the cortlflcateholder IsanADDITIONAL INSURED,the pollcy(les)must be endorsed. If SUBROGATION IS WAIVED,subject to the tenns and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the l,cI tI III,a Iv l iuldci Iii Iicu of auL,l i GI LICJI ac a icu tial. PRODUCER Phone: 530-895-10101 2 a ACT InterWest Insurance Services 1 9'NE License#0801094 Fax:530-895-1313 LW. •• Exu• _ _ _LN Cigi:_ P.O.Box 8110 E-MAIL Chico,CA 959278110 ooREss Chip Arenchlld INSURER(S)AFF Q..Q!§ go GE NAig:, INSURERA,StateComp Ins?un_Q{g_,0.). -- _ 3507 --- INSURED North Coast Opportunities, Inc INSURERB:NOnprO tS-lnurl!n<?_«! All n e 413 N.State St. INSURER C•NO[th.frn oiC J1.ii!e.Jr:!S.yO Ukiah,CA 95482 INSJI E - ERE: MIL{ INSURERF: •• _.9_R_r POLICY PERIOD ! S_III_!CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO C_f!._:TI-I CERTIFICATE MAY BE ISSUED OR MAY, !AIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. t ,1 �CCLUSIONSANDCONDITIONSOFSUCH "'LIMITS SHOWN MA-Y H VE BEEN 7E q yPAIDCLAIMS1 J.I -rrli. 1 ruLlul NUIVIIitR I LIMITS 3ENERAL LIABILITY i EACH OCCURRENCE I$ B X'I CO_MMERCIALGENER LIABILITY X .201302640NP0 06/30/2013 ,I 06/30/2014 DMViGETm!DIT£0 $ ELtMI F.S/I::II0(;(uriOfl16j - 1 CLAIMS-MADE [_X I OCCUR I MEDEXP(Anyoneperson) s I 1 I I PERSONAL&AOV INJURY $ B !.I Professional Lj8'b '201302640NP0 0613012013 0613012014 i;NERALAGGREGATE- • We �EN'L' :INIT API LIES PER: I .COMP/OP AGG $ X ' POLICY 1- ; SPP+ 1 . LOC ! UABIUTY I •? - . UMII $ B _I_ANY AUTO 1 06/30/2013 06130/2014.BQDILYINJURY(Perperson) :$ . ........:._ALL UVVNLU -Sl: U_L,�Uy� UUUILy INJURI.(P,-dc111) $ AUTOS I':OVVIE� PRI-)IyOIW.Ac;e:- —$ I CLAIMS-MADE —HIRED AUTOS AUTOS 10A (P.,.ilo: dct"1 ITIQU0 1 I UMBRELLA UAB B .K EXCESS LIAS 1201302640UMB - 1 OED I X; 4ND I I YIN 107/01/2013' 7/01/2014 E.!-_ EACH ACCIDENT j S 1 nnn nrrl A O IIIA, I 3 t E L DISEASE-EA EMPLOYEE; $ 1 I-.Illl Ili\l I _ V I ELOISEASE•POLICYLIMITis -< nnn r-in • C 1116601 0613012014 Imit deduct 5© I CPERAnoNS,., ,1U,... (AHichACORD 101,Additional Remartl:sSchedule,If more space Is required) ,C1 V. its officers, agents, employees and volunteers are inoluded as ,AA ; , insured with respects to General Liability par form CG2026 0704 re: Vinewood Park Community Garden 9 CERTIFICATE HOLDER CANCELLATION CIU0300 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Ukiah 300 Seminary Avenue AUTHORIZED REPRESENTATIVE Ukiah,CA 95482 f K) 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD 10 POLICY NUMBER: 201302640NPO COMMERCIAL GENERAL LIABILITY CG20 26 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED-DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL liABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(1J1 r. Dr.ganizatlo )- Any person or organization that you are required to add as an additional insured on this policy, under a written contract or agreement currently in effect, or becoming effective during the term of this policy The additional insured status will not be afforded with respect to liability arising out of or related to your activities as a real estate manager for that person or organization. Information "'.CJuired_toCOillJ'_I_el!' this Schedule,jf_r1()( 9wn ab()ve..will be shown in the Declarations. Section II — Who Is An Insured is amended to In- clude as an additional insured the person(s)or organi- zatlon(s)shown in the Schedule,but only with respect to liability for "bodily injury", "property damage" or "personal and advertising Injury" caused, in whole or in part, by your acts or omissions or the acts or omis- sions of those acting on your behalf: A. In the performance of your ongoing operations; or B. In connection with your premises owned by or rented to you. CG 20 26 07 04 ©ISO Properties, Inc.,2004 Page 1 of 1 D 11 2014/06/30 14 :27 : 40 2 /3 NCOAS•9 OP ID• 06 A -?RD' CERTIFICATE OF LIABILITY INSURANCE r , , , , , THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMINO, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES HOT CONSTITUTE A CONTRACT BETWEEN IHE ISSUING INSUR!iR(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the cortificatoO holder is sn ACDITIONA.L INSUReD,'the poB;.y(les.)must bQ endorsed. If SUBROGATION IS WAIV'f.0,subject to t e terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate ho_Ider in lieu of w;h e-ndor5ementJ'$). PROI'JI'CEF\" Phone: 530-895-1010 11l C, Peidre Hagen InterWest Insurance Services -PHONE - - -- ,FA)I L!cans 1tOB01Q9A Fax:530-895-1313 fA•.c:,w..f..._ • JY.k:elli. •• Hicoox_8110 CA 95927-8110 s.Nu: "en_@IW ITIS_.com Chip.Artich11d tt-I!:i\_1-ts - q._co:\1-(I>:\ . _ -. .. Nlcf .... rN RER,.: inU r.JC 9.O.t.!J West .1 -47 INSUIIED North Coast Opportunitiel5, Jnc !!!Y f-s:NO!_I_£1 !?! -n ance Altiance _ 413 N. Stale St. IN I!t-e=..; Amori ca n) i!_!J]_go Ukiah, CA 95482 _114_$URCRD ;_ INSURER E lli!'ORE.IU'. THIS IS TO CER-lFY THAT THE POLICIES OF INSURANCE _(STED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR 7-1:POJCY FRIDD INUIUArLII NC:I WIIIi$IANON,ANY RFQIIIRFPAFITI, TERM CR C••NDITION OF ANY CONTR/OT OR OTIICfi 7OCUMCNT WIT!! RU$Pr •T TC VVI-1::1-1 T9IS CERTIFICATE WAY BE ISSJED OR MAY PERTAIN, TFE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERrvTS, rXGI(!BIOME Aim CoNn!T ON6:7)F FA ICH POI ICIFS,I RJVIT$SHOWN MAY I-AVL IJCCN RC DUGDO 2Y R":1D G_'1M !NSR .. ... -- JAGOL'51,E7n —. --- -- ----`1 PgEI. Err-1•YCl1.tCV E7(P TYP F.OF INSURANCE I . , ,, pOLICY NUMBER -�4etrOC.YYY Y r'J4Wrib.FYYY1 LIMITS _ 8ENERAL LIA WIN I LA,;11(•:cur-I_NGeJ` 1,000,000 B 1 11-,ERCIAI.G:Nro l L,IA31UT'( X 201402640NP0 06130Gni1A61Tq•RFMI'r'tl 2014 06!30!2016 PA.',iii r.7.5 I�,,,,.,C,.,sn,_ s -500,000 I riff.':";Mt-.,r 1 , eoccL- PAC L:,=(Al.„v psrsun' 20,000 8 X.1 r?f I Li 201402640NPQ 0613012014,06/30/2015 PERSCsiAL&aDVINJURY , 1,000,000 OCNEF-.-...AC:7REI,HTL r, 3,000,000 $I f;rNI AD IIrdITAF•rl lrhrr•e I PI1r111L-,i^ `•UMF-CIPAI?; i 3,000,000 1 rro ______ � X i POLICY: r :Or; Ernp Ben, Oincl AUTOMOBILE LIASILITY Guymon I! `ICI I rMU + I Lemma^!!��� 5 � 1,000,000 B X ANY AUTO f201402640NPO 06f30W014 06!30!2015 DON!ll"'NAIR•('r n ry n, 11 T� ' ALL OWNED SCHEDULED BODILY INJURY(P8 RecKiAnq $ I �` Au i OS AUTOS ._...__ NON-OWNED rpRnpurn,T•-MnO $ HIRECAU-J5 AUTOS fparPr•?4txlt _ __ , - - 11MBNELLs LIAE I X I LICCLE F4GN C�CIIRRFNCE $ 2.000,000 C X EXCESS LAB 1 ;CLAYS MA):' ,CWEI001116601 06/3012014 06/30/2016(AGGREGATE s GED X .RE-ENTIC\$ 700001 I '7 WORKERSCOMPENS4TION t -..n X r.;s-rAr,l- 1 IT:'H-; AND EMPLOYERS'LIABILITY I ::YJ_11 T.0 1 -L.. A ANY PROPRIETC.JPAR,NEF:FXFc•r JF Y!N WSA502691900 ©710112014 0�/0102016 F I,FAr-'H ACr.IrIFAT 1,000.000 OFFICERIMEMEE1 EXv UDE:1 NM - I EI.ORbASE-EA EtdPLm 3E: 1,000 001 (MendAlcryin7JH)If gguT J�:LPRR, de, ` DESORPTION 0.OF ERATI•.NS teiw, 1 t L UIStASE-POLICY LIMA L 1,000,00 C I Q6(30t20161Limit 500,00cDeduct 50 I • I I CLEtI!Attach ACORD 101,Ad!fIlInnal R•nrrh Sch•dul•,•f;;;.:;.spat Is raqulr.dl rh. v. its officers , agents, employees and volunteers are 1 cludeQ as tf.. 1 . I.!Isuz:-ect wit':& espect.a to Cene al Liability per fonr. CG2026 0704 re: Vinewocd Park Ccmmun ty Gard n CERTIFICATE HOLYR.. CANCEL!__ATIQU__=______ CIU0300 HO JLD A't>.V OF THE AB-OVE DESCRIBED NL\C ES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE Will BE DELIVERISO IN ACCORDANCE WITK THte POLICY PROVISIONS. City of Ukiah 300 Seminary Avenue ALTHORI2'ED REPRESENTATIVE Ukiah, CA 95482 12 ACORD 25 (2010/051 f 198820 10 ACORD CORPOR ATION. All rights reserved, The ACORD name and logo are registered marks of ACORD 13 2014/06/30 14 : 27 : 40 3 /3 POLICY NUMBER COMMERCIAL GENERAL LIABILITY CG 2026 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED- DESIGNATED PERSON OR ORGANIZATION This endorsement modfies :lsurance providod under the following: COMMERCIAL GENERAL L'ABILJTY COVERAGE PART SCHEDULE Name Of Auditlona/Insured Person( )OrOr ani:u llon(o) Any person or organization that you are required lo add as an additional insured on this policy, urder a wr.tten contrao:or agreement ourrently in effeo , or b"coming effective duriny I11 term of this pohcy. The Aciditional insuro.rt status will n<>t be afforded with r<>pect to liability arisin!I out of or related to your activities as a real estate manager for that person or organization. f - - — J!]I!;rmation t<IQu.rlld to co"'"thl_§chedule ifnots lownabnve.wi'I beshown Inthe Decla tions. Section II —Who Is An Insured Is amended to In-dude as an addiUor I insured tho person(s) or organi-zatnn(s) shr-wn In rhe Schedule. but on;y v.ith respoot to !iabn Ly for "bodily rnjul"!", "property d.l.rnage" or'pe,..,onol and advertls 11g I.,jul')" CI!1JS<,d. in wi,ote or In part, i>y yoor acts or oml•stons or I • acts or om's.. .siO"IG a!•!ho!:.e m ling on your b0;'LaJ.f. A. In the performance of ycur ongoing operations: or B. In connection with you• premises owned by or rented to you. CG 2026 0704 ©ISO -apertles, Inc.,2004 Pago1 of 1 Cl 14 Agenda Item No.:/g MEETING DATE/TIME: 9/6/2017 os PEAK ITEM NO: COU-130-2017 .4, ,,,, '„ ,,,,ity af,,,,Ukiah,” AGENDA SUMMARY REPORT SUBJECT: Notification of Purchase of Professional Consulting Services for Landscape Design and Grant Writing Assistance for California Urban Rivers Grant for Riverside Park from Ann Baker Landscaping in the Amount of$11,987.31. DEPARTMENT: Community Services PREPARED BY: Tami Bartolomei ATTACHMENTS: Attachment 1-COU Resolution 2016-43 Summary: Council to receive a Notification of Purchase of Professional Consulting Services for Landscape Design and Grant Writing Assistance for California Urban Rivers Grant for Riverside Park from Ann Baker Landscaping in the Amount of$ 11,987.31 from Fund Number# 10022100.52100, Contract#1516-231. Background: The City of Ukiah entered into an agreement with Ann Baker Landscape Architecture on June 30, 2016, in the amount of$9,750, for the purpose of landscape design and grant writing services for the California Urban Rivers Grant for the development of Riverside Park. On July 20, 2016, Council approved Resolution 2016-43, approving grant application submittal to California Urban Rivers Natural Resources Grant program (Attachment 1). On May 1, 2017, staff received notification from California Urban Rivers Grant Program that the City would be having a site visit by the State grant program on June 2, 2017, because the City was being considered for the RECOMMENDED ACTION: Receive Notification of Purchase of professional consulting services for landscape design and grant writing assistance for California Urban Rivers Grant for Riverside Park from Ann Baker Landscaping in the amount of$11,987.31. BUDGET AMENDMENT REQUIRED: No CURRENT BUDGET AMOUNT: $11,987.31-Account#10022100.52100 PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: COU No. 1516-231 COORDINATED WITH: Mary Horger, Procurement Manager Approved: oe 1 S7 ,e Sa 'gi omo, City Manager grant. During the site visit the State had requested more information be submitted less than two weeks from the date of the visit. Ann Baker having the knowledge and skill to produce the additional information, completed the necessary information that was then submitted by staff to the State. Staff was notified late July the grant was awarded in the amount $1.1 million for the Phase 2 of the Riverside Park Development project. Discussion: Because of the State's additional services needed, there was an additional fee for Baker's services in the amount of$2,237.31. This increased the amount of the contract to $11,987.31. Funds were budgeted and available to cover this contract's final cost. The project is anticipated to start in 2018 and we are looking forward to completing the next phase of the Riverside Park project for our community. 2 2 Attachment 1 Resolution No: 2016-43 RESOLUTION CITY OF UKIAH APPROVING THE APPLICATION FOR GRANT FUNDS FOR THE CALIFORNIA URBAN RIVERS GRANT PROGRAM UNDER THE WATER QUALITY, SUPPLY, AND INFRASTRUCTURE IMPROVEMENT ACT OF 2014 (Proposition 1) City of Ukiah WHEREAS, the Legislature and Governor of the State of California have provided Funds for the program shown above; and WHEREAS, the California Natural Resources Agency has been delegated the responsibility for the administration of this grant program, establishing necessary procedures; and WHEREAS, said procedures established by the California Natural Resources Agency require a resolution certifying the approval of application(s) by the Applicants governing board before submission of said application(s) to the State; and WHEREAS, the Applicant, if selected, will enter into an agreement with the State of California to carry out the Project NOW, THEREFORE, BE IT RESOLVED that the Ukiah City Council 1. Approves the filing of an application for the City of Ukiah Riverside Park Phase Two Project; 2. Certifies that Applicant understands the assurances and certification in the application; and, 3. Certifies that Applicant or title holder will have sufficient Funds to operate and maintain the Project(s) consistent with the land tenure requirements; or will secure the resources to do so; and, 4. Certifies that it will comply with all provisions of Section 1771.5 of the California Labor Code; and, 5. If applicable, certifies that the project will comply with any laws and regulations including, but not limited to, the California Environmental Quality Act (CEQA), legal requirements for building codes, health and safety codes, disabled access laws, and, that prior to commencement of construction, all applicable permits will have been obtained; and, 6. Certifies that applicant will work towards the State Planning Priorities intended to promote equity, strengthen the economy, protect the environment, and promote public health and safety as included in Government Code Section 65041.1, and 7. Appoints the City Manager, Sage Sangiacomo, or designee, as agent to conduct all negotiations, execute and submit all documents including, but not limited to applications, agreements, payment requests and so on, which may be necessary for the completion of the aforementioned Project(s). Approved and adopted the 20th day of July 2016 . I, the undersigned, hereby certify that the foregoing Resolution Number 2016-43 was duly adopted by the Ukiah Cite=Council Ukiah City Council Following Roll Call Vote: AYES: Councilmembers Crane, Doble, Brown, and Mayor Scalmanini NOES: None ABSENT: Councilmember Mulheren l ABSTAIN: None ZIA v 1,6 vtef Clerk/Secretary for the Governing Board 3 Page 1 of 1 Agenda Item No.: 7h MEETING DATE/TIME: 9/6/2017 os PEAK ITEM NO: COU-139-2017 , YOU /1,,,, '„ ,,,,ity af,,,,Ukiah, 4 AGENDA SUMMARY REPORT SUBJECT: Notification of Acquisition of Professional Services from SHN Consulting Engineers and Geologists for Materials, Compaction and Geotechnical Testing and Inspection Services for the North State Street Intersection Improvements at Low Gap Road/Brush Street, Specification No 17-02, in the Amount of $13,060 and Approval of Corresponding Budget Amendment. DEPARTMENT: Public Works PREPARED BY: Jarod Thiele ATTACHMENTS: Attachment 1- RFP- 2017 Low Gap Rd, Specification 17-02 Attachment 2-Addendum No. 1- N. State St. and Low Gap Rd. with Plan Sheets Attachment 3-SHN Proposal Summary: Council will receive a report on the acquisition of professional services from SHN Consulting Engineers and Geologists for materials, compaction and Geotechnical testing and inspection services for the North State Street Intersection Improvement at Low Gap Road/Brush Street, Specification No 17-02, in the amount of$13,060. Background: On August 15, 2017 a Request for Proposal (Attachment 1)was released for Materials and Compaction Testing Services. On August 17, 2017, an Addendum (Attachment 2)was issued to increase the amount of tests and to add Geotechnical Inspections. Proposals were received until August 29, 2017, at which time one (1) proposal was received (Attachment 3). RECOMMENDED ACTION: Receive report and approve budget amendment. BUDGET AMENDMENT REQUIRED:Yes CURRENT BUDGET AMOUNT: $0 PROPOSED BUDGET AMOUNT: Engineering:#10024210.52100- $4,354; STP d(1):#50924220.80230-$4,354; Local Transportation Funds:#50824220.80230-$4,354 FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: Tim Eriksen, Director of Public Works/City Engineer;Andrew Stricklin; Engineering Analyst Approved: oe 1 S7 pie Sa 'gi omo, City Manager Discussion: Based on the review of the proposal and their prior work for the City, staff will engage SHN Consulting Engineers and Geologists (SHN)for the Scope of Work. The total contract price is $13,060. 2 2 Attachment 1 ulty of (Alan ray,,,,....,, ,.,,,,. �Ax�,�ri.�.r, r,r r,i.n.rr yv�v✓ei✓;i. ar saris r,».riiM ,i ✓,:;u,F�„ � �.�,,�Fr�,�;.�;es�. PUBLIC WORKS DEPARTMENT REQUEST FOR PROPOSAL TESTING SERVICES FOR NORTH STATE ST. INTERSECTION — LOW GAP AND BRUSH ST. Specifications No. 17-02 PROPOSAL DUE: AUGUST 29, 2017 AT 2:00 PM 3 GENERAL INFORMATION / PROJECT LOCATION The City of Ukiah (City) with a population of 16,075 people, is located approximately 115 miles north of San Francisco, CA on the US Highway 101 corridor. Ukiah is the retail service hub to an area reaching a 50 mile perimeter and experiences a daytime service population exceeding 35,000 people. The City has awarded construction of this project to Granite Construction Co. with anticipated construction beginning September 2017 that will require testing of materials and compaction. The City of Ukiah will be utilizing staff for project management and inspections during the course of the project. The project involves the following testing: SCOPE OF SERVICES: The scope of services COMPACTION TESTING for this project shall include: • (15) Compaction tests for trench and excavation backfill • (8) In-Place density and relative compaction of Asphalt Concrete (nuclear)—one test per day during placement of at least 300 tons AC. The scope of services for MATERIALS TESTING for the project shall include: • (3) Material Quality — Trench Backfill a Minimum 3 gradation and SE tests SCHEDULE: • Construction is scheduled to start September, 2017 and the first compaction testing is anticipated to start shortly thereafter • The City Engineer or his designee will direct the locations of testing and provide consultant 24 hours' notice of each testing day • The current number of contractor working days is 80 working days though this is likely to decrease with the City's election of night work, thus less interference with traffic SELECTION: Consultant selection will be made on the basis of qualifications. The following evaluation criteria will be used in evaluating and selecting candidates: • Candidate's specialized experience and technical competence as applicable to the services required. • Testing laboratory should be accredited by Caltrans. CONSULTANT'S PROPOSAL: Proposals shall be labeled: "Testing Services for North State St. Intersection — Low Gap/Brush St." 4 TESTING SERVICES FOR ROAD INFRASTRUCTURE IMPROVEMENTS Page 2 of 13 Proposals shall be submitted to: Jarod Thiele, Management Analyst City of Ukiah, Department of Public Works 300 Seminary Avenue Ukiah, CA 95482-5400 Five (5) copies of the PROPOSAL are required. Proposals must be received prior to 2:00 PM, August 29, 2017 Proposals shall include the following: The proposal should include a brief overview of the specific approach and procedures the firm proposes to complete the tasks described in the Scope of Services. The proposal must be signed by an official authorized to bind the successful firm contractually and shall contain a statement to the effect that the proposal is a firm offer for a minimum period of thirty (30) days after the submittal date. The proposal shall also provide the following: name, title, address, and telephone number of individuals with the authority to negotiate a contract and bind the consultant to the terms of the contract. Provide a "not to exceed" maximum cost fee proposal for all identified work in the Scope of Services above, including all labor costs for proposed tests. Indicate if travel time, mileage, and per diem will be charged. Indicate all cost differences for required night work. Include any sub-consultant cost. Additionally, please identify miscellaneous costs associated with this proposal. Submit a copy of your firm's current itemized hourly rate and testing fee schedule. Consultant selection will be made on the basis of qualifications. In addition, please provide a unit cost for additional tests, if requested by the City during the course of the project Lead Times Please provide the amount of time needed to collect material samples for analysis and the quantity of material needed for each sample. It is assumed the Consultant will collect samples for analysis and coordinate with City and Contractor. Also indicate time for sample to be analyzed for approval/denial. Qualifications Describe the qualifications and experience of the firm as related to the project. References Provide a list of similar projects for which the firm has completed similar projects with a list of at least three client references associated with these projects. Include client references for any proposed sub-consultants. Provide names of contact person, addresses and telephone 5 numbers for all client references. TESTING SERVICES FOR ROAD INFRASTRUCTURE IMPROVEMENTS Page 3 of 13 Exceptions Identify any exceptions you are proposing with respect to the Scope of Services. Additionally, if there are any exceptions to the City's insurance requirements and/or the City's draft professional services agreement as shown in the attachments, the Consultant should list the exceptions in the proposal. SPECIAL PROPOSAL REQUIREMENT Proposal documents shall be produced on recycled paper,when practicable. The proposal front cover shall be labeled in such a way as to identify that the document was produced on recycled paper and the pages of the proposal shall be produced double sided, where feasible. INSURANCE REQUIREMENTS The insurance requirements are set forth in Attachment "B". RIGHT OF REFUSAL The City reserves the right to reject any and all proposals without qualifications. Proposals will be considered only in their entirety. The City reserves the right to negotiate the specific requirements and costs using the selected proposal as a basis. QUESTIONS Questions shall be directed to Jarod Thiele, Management Analyst, City of Ukiah, Department of Public Works, 300 Seminary Avenue, Ukiah, CA 95482-5400, voice phone: (707) 463- 6755, fax phone: (707) 463-6204, email (preferred contact method): ithiele@cityofukiah.com 6 TESTING SERVICES FOR ROAD INFRASTRUCTURE IMPROVEMENTS Page 4 of 13 ATTACHMENT "A" AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES [Design Professional] This Agreement,made and entered into this day of ,2016("Effective Date"),by and between CITY OF UKIAH,CALIFORNIA,hereinafter referred to as"City"and ,a [sole proprietorship,corporation,partnership,limited partnership,limited liability company,etc] organized and in good standing under the laws of the state of , hereinafter referred to as "Consultant". RECITALS This Agreement is predicated on the following facts: a. City requires consulting services related to b. Consultant represents that it has the qualifications,skills,experience and properly licensed to provide these services, and is willing to provide them according to the terms of this Agreement. c. City and Consultant agree upon the Scope-of-Work and Work Schedule attached hereto as Attachment"A", describing contract provisions for the project and setting forth the completion dates for the various services to be provided pursuant to this Agreement. TERMS OF AGREEMENT 1.0 DESCRIPTION OF PROJECT 1.1 The Project is described in detail in the attached Scope-of-Work(Attachment"A"). 2.0 SCOPE OF SERVICES 2.1 As set forth in Attachment"A". 2.2. Additional Services. Additional services, if any, shall only proceed upon written agreement between City and Consultant. The written Agreement shall be in the form of an Amendment to this Agreement. 3.0 CONDUCT OF WORK 3.1 Time of Completion. Consultant shall commence performance of services as required by the Scope-of-Work upon receipt of a Notice to Proceed from City and shall complete such services within from receipt of the Notice to Proceed. Consultant shall complete the work to the City's reasonable satisfaction, even if contract disputes arise or Consultant contends it is entitled to further compensation. 4.0 COMPENSATION FOR SERVICES 4.1 Basis for Compensation. For the performance of the professional services of this Agreement, Consultant shall be compensated on a time and expense basis not to exceed a guaranteed maximum dollar amount of$--- ----. Labor charges shall be based upon hourly billing rates for the various classifications of personnel employed by Consultant to perform the Scope of Work as set forth in the attached Attachment B,which shall include all indirect costs and expenses of every kind or nature,except direct expenses. The direct expenses and the fees to be charged for same shall be as set forth in Attachment B. Consultant shall complete the 7 Scope of Work for the not-to-exceed guaranteed maximum, even if actual time and expenses exceed that TESTING SERVICES FOR ROAD INFRASTRUCTURE IMPROVEMENTS Page 5 of 13 amount. 4.2 Changes. Should changes in compensation be required because of changes to the Scope-of-Work of this Agreement, the parties shall agree in writing to any changes in compensation. "Changes to the Scope-of- Work"means different activities than those described in Attachment"A"and not additional time to complete those activities than the parties anticipated on the date they entered this Agreement. 4.3 Sub-contractor Payment. The use of sub-consultants or other services to perform a portion of the work of this Agreement shall be approved by City prior to commencement of work. The cost of sub-consultants shall be included within guaranteed not-to-exceed amount set forth in Section 4.1. 4.4 Terms of Payment. Payment to Consultant for services rendered in accordance with this contract shall be based upon submission of monthly invoices for the work satisfactorily performed prior to the date of invoice less any amount already paid to Consultant,which amounts shall be due and payable thirty(30)days after receipt by City. The invoices shall provide a description of each item of work performed,the time expended to perform each task,the fees charged for that task,and the direct expenses incurred and billed for. Invoices shall be accompanied by documentation sufficient to enable City to determine progress made and the expenses claimed. 5.0 ASSURANCES OF CONSULTANT 5.1 Independent Contractor. Consultant is an independent contractor and is solely responsible for its acts or omissions. Consultant (including its agents, servants, and employees) is not City's agent, employee, or representative for any purpose. It is the express intention of the parties hereto that Consultant is an independent contractor and not an employee,joint venturer,or partner of City for any purpose whatsoever. City shall have no right to,and shall not control the manner or prescribe the method of accomplishing those services contracted to and performed by Consultant under this Agreement, and the general public and all governmental agencies regulating such activity shall be so informed. Those provisions of this Agreement that reserve ultimate authority in City have been inserted solely to achieve compliance with federal and state laws, rules, regulations, and interpretations thereof. No such provisions and no other provisions of this Agreement shall be interpreted or construed as creating or establishing the relationship of employer and employee between Consultant and City. Consultant shall pay all estimated and actual federal and state income and self-employment taxes that are due the state and federal government and shall furnish and pay worker's compensation insurance,unemployment insurance and any other benefits required by law for himself and his employees,if any. Consultant agrees to indemnify and hold City and its officers, agents and employees harmless from and against any claims or demands by federal, state or local government agencies for any such taxes or benefits due but not paid by Consultant,including the legal costs associated with defending against any audit,claim,demand or law suit. Consultant warrants and represents that it is a properly licensed professional or professional organization with a substantial investment in its business and that it maintains its own offices and staff which it will use in performing under this Agreement. 5.2 Conflict of Interest. Consultant understands that its professional responsibility is solely to City. Consultant has no interest and will not acquire any direct or indirect interest that would conflict with its performance of the Agreement. Consultant shall not in the performance of this Agreement employ a person having such an interest.If the City Manager determines that the Consultant has a disclosure obligation under the City's local conflict of interest code,the Consultant shall file the required disclosure form with the City Clerk within 10 8 days of being notified of the City Manager's determination. TESTING SERVICES FOR ROAD INFRASTRUCTURE IMPROVEMENTS Page 6 of 13 6.0 INDEMNIFICATION 6.1 Insurance Liability. Without limiting Consultant's obligations arising under Paragraph 6.2 Consultant shall not begin work under this Agreement until it procures and maintains for the full period of time allowed by law,surviving the termination of this Agreement insurance against claims for injuries to persons or damages to property,which may arise from or in connection with its performance under this Agreement. A. Minimum Scope of Insurance Coverage shall be at least as broad as: 1. Insurance Services Office("ISO)Commercial General Liability Coverage Form No.CG 20 10 10 01 and Commercial General Liability Coverage—Completed Operations Form No. CG 20 37 10 01. 2. ISO Form No. CA 0001 (Ed. 1/87) covering Automobile Liability, Code 1 "any auto" or Code 8, 9 if no owned autos and endorsement CA 0025. 3. Worker's Compensation Insurance as required by the Labor Code of the State of California and Employers Liability Insurance. 4. Errors and Omissions liability insurance appropriate to the consultant's profession. Architects' and engineers' coverage is to be endorsed to include contractual liability. B. Minimum Limits of Insurance Consultant shall maintain limits no less than: 1. General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage including operations, products and completed operations. If Commercial General Liability Insurance or other form with a general aggregate limit is used, the general aggregate limit shall apply separately to the work performed under this Agreement, or the aggregate limit shall be twice the prescribed per occurrence limit. 2. Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. 3. Worker's Compensation and Employers Liability: Worker's compensation limits as required by the Labor Code of the State of California and Employers Liability limits of$1,000,000 per accident. 4. Errors and Omissions liability: $1,000,000 per occurrence. C. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects to the City,its officers,officials,employees and volunteers;or the Consultant shall procure a bond guaranteeing payment of losses and related investigations,claim administration and defense expenses. 9 TESTING SERVICES FOR ROAD INFRASTRUCTURE IMPROVEMENTS Page 7 of 13 D. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: 1. General Liability and Automobile Liability Coverages a. The City, it officers, officials, employees and volunteers are to be covered as additional insureds as respects;liability arising out of activities performed by or on behalf of the Consultant, products and completed operations of the Consultant, premises owned,occupied or used by the Consultant,or automobiles owned,hired or borrowed by the Consultant for the full period of time allowed by law,surviving the termination of this Agreement. The coverage shall contain no special limitations on the scope-of-protection afforded to the City, its officers, officials, employees or volunteers. b. The Consultant's insurance coverage shall be primary insurance as respects to the City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by the City, its officers, officials, employees or volunteers shall be in excess of the Consultant's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officers, officials, employees or volunteers. d. The Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 2. Worker's Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against the City, its officers, officials,employees and volunteers for losses arising from Consultant's performance of the work,pursuant to this Agreement. 3. Professional Liability Coverage If written on a claims-made basis, the retroactivity date shall be the effective date of this Agreement. The policy period shall extend from to 4. All Coverages Each Insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended,voided,canceled by either party,reduced in coverage or in limits except after thirty(30)days prior written notice by certified mail,return receipt requested,has been given to the City. E. Acceptability of Insurers Insurance is to be placed with admitted California insurers with an A.M. Best's rating of no less than A-for financial strength,AA for long-term credit rating and AMB-1 for short-term credit rating. 10 TESTING SERVICES FOR ROAD INFRASTRUCTURE IMPROVEMENTS Page 8 of 13 F. Verification of Coverage Consultant shall furnish the City with Certificates of Insurance and with original Endorsements effecting coverage required by this Agreement. The Certificates and Endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf The Certificates and Endorsements are to be on forms provided or approved by the City. All Certificates and Endorsements are to be received and approved by the City before Consultant begins the work of this Agreement. The City reserves the right to require complete, certified copies of all required insurance policies,at any time. If Consultant fails to provide the coverages required herein, the City shall have the right, but not the obligation, to purchase any or all of them. In that event, after notice to Consultant that City has paid the premium, the cost of insurance may be deducted from the compensation otherwise due the contractor under the terms of this Contract. G. Subcontractors Consultant shall include all sub-contractors or sub-consultants as insured under its policies or shall furnish separate certificates and endorsements for each sub-contractor or sub-consultant. All coverage for sub-contractors or sub-consultants shall be subject to all insurance requirements set forth in this Paragraph 6.1. 6.2 Indemnification. Notwithstanding the foregoing insurance requirements,and in addition thereto,Consultant agrees,for the full period of time allowed by law,surviving the termination of this Agreement,to indemnify the City for any claim, cost or liability that arises out of, or pertains to, or relates to any negligent act or omission or the willful misconduct of Consultant and its agents in the performance of services under this contract, but this indemnity does not apply to liability for damages for death or bodily injury to persons, injury to property,or other loss,arising from the sole negligence,willful misconduct or defects in design by the City, or arising from the active negligence of the City. "Indemnify," as used herein includes the expenses of defending against a claim and the payment of any settlement or judgment arising out of the claim. Defense costs include all costs associated with defending the claim, including, but not limited to, the fees of attorneys, investigators, consultants, experts and expert witnesses, and litigation expenses. References in this paragraph to City or Consultant, include their officers, employees, agents, and subcontractors. 7.0 CONTRACT PROVISIONS 7.1 Documents and Ownership of Work. All documents furnished to Consultant by City and all documents or reports and supportive data prepared by Consultant under this Agreement are owned and become the property of the City upon their creation and shall be given to City immediately upon demand and at the completion of Consultant's services at no additional cost to City. Deliverables are identified in the Scope-of- Work,Attachment"A". All documents produced by Consultant shall be furnished to City in digital format and hardcopy. Consultant shall produce the digital format,using software and media approved by City. 7.2 Governing Law. Consultant shall comply with the laws and regulations of the United States, the State of California, and all local governments having jurisdiction over this Agreement. The interpretation and enforcement of this Agreement shall be governed by California law and any action arising under or in connection with this Agreement must be filed in a Court of competent jurisdiction in Mendocino County. 7.3 Entire Agreement. This Agreement plus its Attachment(s) and executed Amendments set forth the entire understanding between the parties. 11 TESTING SERVICES FOR ROAD INFRASTRUCTURE IMPROVEMENTS Page 9 of 13 7.4 Severability. If any term of this Agreement is held invalid by a court of competent jurisdiction, the remainder of this Agreement shall remain in effect. 7.5 Modification. No modification of this Agreement is valid unless made with the agreement of both parties in writing. 7.6 Assignment. Consultant's services are considered unique and personal. Consultant shall not assign,transfer, or sub-contract its interest or obligation under all or any portion of this Agreement without City's prior written consent. 7.7 Waiver. No waiver of a breach of any covenant,term, or condition of this Agreement shall be a waiver of any other or subsequent breach of the same or any other covenant, term or condition or a waiver of the covenant, term or condition itself. 7.8 Termination. This Agreement may only be terminated by either party: 1)for breach of the Agreement; 2) because funds are no longer available to pay Consultant for services provided under this Agreement; or 3) City has abandoned and does not wish to complete the project for which Consultant was retained. A party shall notify the other party of any alleged breach of the Agreement and of the action required to cure the breach. If the breaching party fails to cure the breach within the time specified in the notice, the contract shall be terminated as of that time. If terminated for lack of funds or abandonment of the project,the contract shall terminate on the date notice of termination is given to Consultant. City shall pay the Consultant only for services performed and expenses incurred as of the effective termination date. In such event, as a condition to payment, Consultant shall provide to City all finished or unfinished documents, data, studies, surveys,drawings,maps,models,photographs and reports prepared by the Consultant under this Agreement. Consultant shall be entitled to receive just and equitable compensation for any work satisfactorily completed hereunder, subject to off-set for any direct or consequential damages City may incur as a result of Consultant's breach of contract. 7.9 Duplicate Originals. This Agreement may be executed in duplicate originals, each bearing the original signature of the parties. When so signed, each such document shall be admissible in administrative or judicial proceedings as proof of the terms of the Agreement between the parties. 8.0 NOTICES Any notice given under this Agreement shall be in writing and deemed given when personally delivered or deposited in the mail(certified or registered)addressed to the parties as follows: CITY OF UKIAH DEPT. OF PUBLIC WORKS 300 SEMINARY AVENUE UKIAH, CALIFORNIA 95482-5400 9.0 SIGNATURES IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date: CONSULTANT BY: Date PRINT NAME: 12 TESTING SERVICES FOR ROAD INFRASTRUCTURE IMPROVEMENTS Page 10 of 13 IRS IDN Number CITY OF UKIAH BY: SAGE SANGIACOMO Date CITY MANAGER ATTEST KRISTINE LAWLER Date CITY CLERK 13 TESTING SERVICES FOR ROAD INFRASTRUCTURE IMPROVEMENTS Page 11 of 13 ATTACHMENT "B" INSURANCE REQUIREMENTS FOR CONSULTANTS Consultant(s) 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 Consultant(s), his agents, representatives, or employees. 1. 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.Workers'Compensation insurance as required by the State of California and Employer's Liability Insurance. D. Errors and Omissions liability insurance appropriate to the consultant's profession. Architects' and engineers' coverage is to be endorsed to include contractual liability. ll. Minimum Limits of Insurance Consultant 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, as applicable. 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. Workman's Compensation Employer's Liability: $1,000,000 per accident for bodily injury or disease. D. Errors and Omissions liability: $1,000,000 per occurrence. If written on a claims-made basis, insurance coverage must cover claims filed within 3 years after contract work completed. 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 Consultant 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 14 or on behalf of the contractor; and with respect to liability arising out of work or operations TESTING SERVICES FOR ROAD INFRASTRUCTURE IMPROVEMENTS Page 12 of 13 performed by or on behalf of the Consultant 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 Consultant'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 Consultant'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 Consultant's insurance and shall not contribute with it. D. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. V. RATING -Acceptability of Insurers Insurance is to be placed with admitted California insurers with a current A.M. Best's rating of no less than A-for financial strength, AA for long-term credit rating and AMB-1 for short-term credit rating. VI. Verification of Coverage Consultant shall furnish the City with original certificates and amendatory endorsements effecting coverage required by this clause. The endorsements should be on forms provided by the City. If endorsements are on forms other than the City's forms,those endorsements must provide coverage that is equivalent to or better than the forms requested by the City. All certificates and endorsements are to be received and approved by the City before work commences. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements affecting the coverage required by these specifications at any time. VII.Subcontractors If Consultant uses subcontractors or sub-consultants, it shall cover them under its policies or require them to separately comply with the insurance requirements set forth in Paragraph 6.1 of Attachment "A" If you have questions regarding our insurance requirements contact: Risk Manager (707) 463-6287 or FAX(707) 463-6204 Revised: 11/20/08 15 TESTING SERVICES FOR ROAD INFRASTRUCTURE IMPROVEMENTS Page 13 of 13 co � 2 LI.1 I- mW 03 cp co ~J QN W Cl) N> „ p C r 2� c aa) a) I CI E 2W o o •5 u 0 +r = J a) o v n a) RI W K N I- o N al Y L c, Li I- W - Q cn a z To co"= O U c o N. 4 Q m o co o y� a��� = {- a a r U) .0 c , ,m o 0 W II N O � N `�' °, AfoW = W m O H Z " u. ° E z / //; o co e- 111 Q. Z H /ll / O O C ��� i 0. 'D 0 W T VO p a /////// ZU) S] LU .c ~ p %r / c I- CL cl) Q r, Q U' Z Q '" ', 00 0 wQM F- OJCI 4... W U U � D Eo � N� OQ co ¢ _ WW O o .> 0 a cl � � r w > zic :r5 5 as a o O ° U70oa 4 Q W fA 0 d o Q W 0 o vi u cD >, o ; 0 ti = p Z c Cl QWF=- o 2 coc CD rn D c Z w J R [n 0 a) _c Q - c v W X co W OZ 0c s v m c E m L. IL W - C fo o a cn -as L m O o � E I- - 00 2 < = = o w °' [too c o E Z ai ZZQ U VON Q � ai m W a a� g N- wQ > - 0 H cn- = II-- I .� E a c C W o o I- U' V y W N -p I- m E w c Ca . m 2 ca O O` "0 C 'L3 la d a 0fn O W "6 V 'O C j, O `1) N 175 ti W - Q QD 2 OZ?J � Q 5 ? \ 0 .0 -a co co e- N 0 >- O In v> c) 'E w ° � ! ! i „sn� rA ° EEs,ry PROPOSED. A,TO BE RFL..(TYR) a 4e )11 zm6G ar ON o .DE .nar„FR gi1 ”" XSnNc PGtrE r Z— ' WEa nb[F aoLtl o 5TA J,<6.6 IY .... APa,P6dAUTE P,9a+FAlI UNE 1 a 1 a s� 8M na 4. 6-I-OAS SERNCE a FEET y®STA°c°sFGG° rJ,rva °rv�nG �G - ., 'Salea T 0NAIN ROD.6 nfTA,„rA„®A„AT ..-1 a 9 -PROPOSED RETAINING WALL AT ED,,zon9A6:a �..IN Gr ,ry Ani,"'TEE",G°E "aE,.r - tfrh....s'. 3 PLAN 1� N°EAS SER °CONNECT,6 FM C-14 C-14 9274X-1 144' ®STa s,<96,6 (BRUSH ST. SIDEWALK) A FOR°RA rAPPRO,GO-EAJSTrNG,TE,6°EREOSF° a NOTES: € < NFORM NORMOANAL MMATELY J. '22 �bmFOUNDATION R�amEE.nGGu� C-1 3 MOW NI . a6w PROPOSED TE ® Ey R bwG OG°R ANN<R Nb Sb MOST . a err oGO RETAINING 6 0 6,12 632 C — of A EAE o PROPOSED CORN OOF GaSRrOYTGE 6A UEOEF LATERAL PRIOR .. n PfsHN.,E,,,AF,,,nu„ TERMINATE.61 .6 ryf a Gry O �O O o NE a -1 966 PROPOSTD COMO.,TIN.012666.11,OE.61,GRA,-ODASN S1,, TV THE FACE,RE NEW CLAS z ill .< u o � 6wuH °a I IFACOF'�"BIl9<sryocasmc„a s °.rebobar E6G° UNK FENCE AT BACK OF SIOEWALK C-13 cy o0J '6 b ` .0I _ aRaf wGaAx o 0i> a , PROPOSED aFTarvG WALL Ar a,ef sroEAa 7 0-1 J .1HEAlB,+9L616 3.fi266 3z Za NG . $ G6rTFa CO a _ ;oma an obrs =,®s za96Z°ah£WAY GE''' ,, ;N .3 f///i a°F uTTFa rocwAn o G(/71= 'Pi ffi q Ad ^d ffi3 `3 8 n' i$ R8 4W X Bd 3 @En Ga k Ak R '6 C m d k; qq d Ra £a 8d _ a R Fl r.v$x6 rdAry srvs,ovE 1., NE m i ae 5 6 'sa °a"a �3 a� �� °a3 a� �e �S ae �S °a� �� a$ Baa Paa •aTa ae as Sa 9 am a m a^s es am ae ee .ti m5 oe ee me 's e a e e nn e 0,06 0,26 0,46 0,66 0,66 6 6 6 6 P60 2+60 ROFILE p 60 -11-00 "P6 3,0 6 66 06 6E SHEET I C-6 (BRUSH ST. SOUTH CURB) _• "rE az/zon .- SPECIFICATION NO rr-oz 9R04Jsoss GRAD 7E.TO EXTEND S.- BETON RID?BLOCK ON ALL g E d Fe torvcauoinc.BARS ——— PW4g4gli .I -' 0$40.4 AO* ' 'Wrviril itie4,$zA ' ' ° . ............ Ai no, .1 g Joao PSI COMORE, • '. , ,4 P . ,2, A\ '' ... .. It ; ,WEIVIN 1 or GRADE Z .E:'- TO BE R.OVED GE? "A- N BENNO PIER BLOCK ON ALL Rg,i6 .• REEL,onny GLSAI Z 0"'e CONCRETE-NIX FS HOOPS EVERY 11.ALONC ',,,,=' ,7„s..,„ 8.,,,' .. 4..- y, ZEI EaTIN'G'AVY? OWE BE..0 EVERY INTO GRADE DE. 22.IN70 C.DE BE.'' 6"WHIN 2'OF CRAOF PLAN B'""r'A''N SECTION . 2 1 trik... EXISENG RESIANCE DETAIL(iTh ... ORA,BEAM CIN N H EXIS1ING GRADE (STORM DRAIN ABANDONMENT) 1 I,4 l'AR's — DETAIL(Ft\ A _ ■ -.11 (QUEST MART SIGN FOUNDATION) _ ase.viii r. z SEE REEAINING WALL DETAIL ea .. 2 NIi GRADE BE.70 EX1END S.BEEOND .ill. OE GRADE DEEM.E.E.NSON SEE SIDSVAIE DEVAIL r"..\ C-11 -EMBED 1 1/1"VLVANIEED POSE SLEEVES t'.'1 ,DEE,INSERT POS.IN ERGXY-E7LLED A BE SLEEVES Ar EVEN SPACING OF 10"OR L.ESS A II 1 ..E.LL.E AB COMPACIED TO 95%RC <I.< I FOR CHAIN LINE;EWE INSEIUAION IWO GRADE BEanl 4 1, .. 1p _/a EEFEICAL BARS 0 1,0 C A,TIES EVERY 6' 3 l' i , Fl HORVONTAL BARS 0 11"0 C '11.ET rLrZEr''' „„,,,,,, 12.r,RID?ROOnNOS TO 6 BELOW SIDEWALK GRADE AT 6 LOGEGNS AIONO W.OE RESIDENCE i 'IA 1 I :t3i0,III ORA,'1SON„rxemr 14+ SEE RETAINING WALL DETAIL ela :TXT';,_s_l v,I =i7Dr72,7,4",°ft'- Ri rosiemff. . . ...... .. 1 ;,:.-----.LH-..;.:47— , ,"3 3 8'a c,olve PM.'INS TAMPON lo X.°T.t.T.‘,.T.V.V. 'KM: -‘Acilfir'''''"'" ' —c ° —111-111 0 Al SEE SIDEWALK DEMIL ,C=;). — — .t...p , r.'2'Ci'l f.",',E47.E'S.-----L---- ;'4111.'------------------ ---7Aff31418;77;;;IGT .4..21,• 11=111, S111 , hri.illINI '0, ------- 'Arra GRADE DEEM — ' VIS2PgrAMOT; -z cl' IN EGGING 9"APAR; S.CLR 17,EA 1'.,,,T7r,-`,,,"" 1 IIMIBMIMI 'L-rs DETAIL(Th DETAIL 6T\ - , ZEP: (RETAINING WALL BELOW (RETAINING WALL ABOVE DETAIL( i\ SIDEWALK) SIDEWALK) NTS 1,7-NO C EEE2E',, C-13 g,g (RETAINING WALL ADJACENT TO SE0 ,6 4 3, EXISTING STRUCTURE) Z. Paw NO , SPECIFICATION NO 1/-02 416056 ...A. Co CS) 0 u y.-) G w G4 G u N u b G o TOmo ' � ' G O. al '5N N v CD `' 'G •0 • E ' •ObO v O. G . � �: u G ca U j > G .. u 075 co 1 QJ • -1:1 ou(,) o, a, ® o ° U = u � j Z MI _ 'C• V 0 R. s., m U 4. Z cn a VO �03 al b m o G cs P ry 0 '.:5 UOn To z a '-E' m G "0 U v s a) ' O N •1 y aui is O.' t 1-4 — U Ln 4 d�.i N a, a, U µy '� U y m o u d ° Ih (� � v u ° •j vw . GG � U• 0 • o n � ,-,• UCU ro m :- N ic �o u G o w3 ,�, O✓r G m e CSO m • T. Ou ? g � yx Orn 0. • � v o 0 'a G ti a vU,GUG • w ,, � NCv, "" V •-'< w o 0 O N (� Y yN y G°G ( '° :" O ° •'� WUU tnwN t`tr, N G •5 t,W ' nF . V a F--- W • y -o 2 p _ U `OB ., v v oo4 ao � ' ` ® `n py O .0 G , — 'io . o cu G ACrn Un :C . tp,W O 'UO 0 tz+ 0 I — ° CN G o m • � 0 b G Iica 2 • u u > '` N W o Fcn C • .t vi AnG ',"ai u G p p o cn2uOo ® 'du cu Oo-+ `®W . s, � U OOmoGK UUU w "C3 pU � X2 m O ti C7 CI, � '� U , a0 ®U U v r - � o < ' CO °3N CA N O 1-4 `' 1 ODG 41:3 I•. Z . jca uU ,T: .5 N c., 1.1") P.,O s G v GG o u a u ° 0', tW v 'o vC G bo as .<H ® ° pv., woa, wUC,m o g 'T: v )..4 , a.] ° uuui sLU5 o v � oU -'Cu" � •uvC Q.a k., � wr. . 'u — C1 s1 um ' cc0 'ci R .N ' • En c Q ® U ' y aU ° v t'G to aoo yi H pb w ci] vv o® viuLfl i ' UG mao m 0 v Ucn "� v v 3 o Um o O G O y O., R ' E E E C OOl) G G b cn vv G u o 0N 0C u � ° GL- ® -7,4p G v O 5 G b o > N g V, .0. v b Su v U p ud ` Cn iOu" y ,bA ®J v G� Cr H v us wU uGuG 0 axv _ � ..c1O n N N a, v °G cna ° G � bayy ,y cm u" G io 3 N P et u rn o° 4 k1 b a) V ° duu .5 o , FA G Nm Sr G. PU G + � •" v ai en , Z G pGcn GviQ •L0.w .17 G p G .' p u ° y a uNC ' G . oU ulO O . UQ ° , O n o ro5.'Q m `u m O . a) T6-). .- . , .d v CO m u •. 4.1 LC! [ h ZRu U Cr).. W X G N 'u GJ " n • wEa® u i 2 + O � xZw x < ZU � ch Q W O � OW Cl ... Q ,..- ucnUU CL 44 U ¢d - CD N a Co w p ` crl O a 'c, 0 0 -" a .,,, . Q+'.G Lh! ,moo. m :s� 3 rr °G +. O a C to LC a U a.o u s. o a p s. N a � '� ° CS a3 'S 'u a),E G aG, x 0 3 � ' U a o •j P. - Ex a„s p] u o y > bow Z o .. ,. 3 ob v� � G 8 ,6,E a a° � o oco c o • 3 v � G � ce ° y3ovbo 4 'co • cp; ' °N :� " � � o ° v yo > aov 3m 04 O �7 y0 G b �A %p u t]. N U z O a O-o v 0 b w 4 m .i f.1. 'dc„, 0 a y w a v �, u •> .Ly E 'i. , G ¢,'p. ... - G 4U cn u $.., ,-. 'p .a. 'G OA id U N a N z 40 •Ri ' + ? po - pvv o .� � a3 � t� gv � bn� X o Q, ›,',..44 • $ z r. °o a oo TS ao o c , a0 > 3oCI., a ',, a.'+ G axP. Il ni al m41 % fl Ca s va a u u C aOv v f u o ,10 6 • � cn a ^ R p 0 v0.o Gcn c : .� aa ' me o � �> 3ti ° go5 ' a 5o ,a,.0To a o � � a ° � nG �• R ° y ' o ud ° Ny vo a b G .4 ° , G a - > pG a <, o3 ' oo ° vcn v33ov P . � Qbawo8a G °°� Em a wG LO• C3O ° a a cr G 'p a p • m xs a v s A1w z O. GCv '+ mp � 4 O m a CU U] bo" bo 3 °^a; oG > .pvo Ga^. a a et' •b oG y ° v" m p' as a a w G. a , C) : G o cn x . a ' m a9 � a, tE,' z y Gtiuv ua pOs. ry . , cl• 3 cu 3a a +. m g Q, � . a• N ' gb a O .xU 3 •�v° p • GoR • 0x 00 3 0w'; O , '° O ' ° o > LZ ,--. La] � N --. p7 ,p, 0Ov . p as ' cc 2 m t ,.•p a -0R 5 ' u •G a b ;0 . ° o a ° 0v o o 0 040 o. g2 .N 3 Ga .„ - oN , .5 > a p o G � v b4EpN .aGwucR ? a •. uO .,• o v ' °Gcc; ^ .a a � a ,. c 'b m GvO � uNO ; ca y y : L57tt , > p .m aiv � G ,d �� yy G ateO ' G cu s. ++ o, o a Le • au CU Ou gZ G >. - 'LS Ovr. S O O a u ~ O ' : • � 8Q .8 w co J a . 0 aG °, sU cn '.. ▪ � o Cr . a Gu � :� '•C uR 0 m w — aP.° ' G a. a aGv,S CG ' v s. aG O u a bD� 63 Q. GWp G a .G a) m a w •, O CU p H v aa O p .+ C ooovv . oa f •b ,• u tG a a v ° >v O ++ w - au ns 0•'C C C a °GG a :p v V m .uas• ; y •.0 L,a a 0 u ja O sr O Uaop . 2 p u, p 0 � � '� 'O 'bQ... *'• � a u ai ov u ] a v v >� • iR GGo . p a C • a • - U v u N aa • . a •0 ,0O •0 aG . 0 gG is ;; .._. m G 0 am C G R.•L GQu 00a, ,n ' ".G ° P. 0 w 0 o,5 p3, :C + 4 � m 5 ^C a O , .h a a a 5, E F ai u O 0 o tectTo s. tt G a O s^•, O10v, w (C v) 03 A toa o O u tz p ic. p > ' nuasv •n E y ppvyU • G °Z = '4 Co• '' " G'L GP pb ,4 G G s. R O G cN w a VI n . '�3 , 'b •5 w O b0.-' R-. a O yc3 aa c3a G'5 Na v a"" b b a, o o a mo E 6, i G '01a)' Wv .G G aw = a 134) o pma s a, a, P , d �G io 04 v^ 0 al m G . n6 "w ea) .ra ap ao •i � o , c oGa `Za� Oo mo y CVa.).6 iv s aoo 0m Gua'a' *a s u ZCIJ o x 4-. •:,,- -w ow , ,1:5Ug . .. v c -' roo a, si. a , _ �CL'`,. zO.4 0 ' GmO•00co 0 cn G ",nm4 " as5 .. ,, ° co E aa np,oo v • o I G P, aC a u, o '10G k & 0300m - ao � ooUEaaa •: ad Q. ,,., w , Q. � .0 0a •.° oo FN cn v o � � O C > 0 Gm ° Er a, .5 ' L~ R. : O , . ` ... g .P O 'dCs. 'mG Gu. O,'O ° -, p . 0GO � Oa �, � 0) a ii „..3 . a G Rp 0 = G i .Oppa ,OO .0 GRpwUG cn ,cC OJs, COs. amG p[n cu � o wp Co C — a G m ' G p •.o Q o . vgy .oca eo sx7 auP. -O o02 bo aa• G am .!21:), et a . 5 o u a a O a s o ,nvu -0 52G 0 - 020a .0 0u , • , •ci) " arCtd th U li a cn G G- a p 2.' s -0' —" m u-o G.a CC > CC Ln ab a^p + G . q7o O a R '�y G o,1A V ,n OA... s, a o a a V - r. icy e,, 4R. G HCP., to Ci .. $ 2Uin4 2 ^a a $ a,8 Q + 0.m v, o b ° u) U,5- P, ° A-o -5 N . N N O La. �. LI ! U R7 r+ H W '� ��IW to H3 J ii I 4. p r u v O TS 0. yuypt CA 0 4 p /( 1' E m Y�� G ro 4 c wp b 'C b ria .. 03 y V b fR.t E b0 0 O b 11 r O 1 i n3 1 v> i"' fA b�0 ea '')/co ° irJJJI�((JJry'JJJJIJU1�I�� • t V C1 u, a R v U• qJ .ti • G C1 o w "m�s, m v:� n PM larP o 6o :a 11) o ✓ �,.a ��` H ii `� 4 k 3 H c:, . cp '' 1.4' J1.5.(/ ...,K.) 1 -,9 O ,- /I* ,...-. -4.1 2 ,,,,„i vs � o ✓ IJ1r�JJ woo c z ®o v - ® to v n 1 t u 4 °o "U V ® h0 I / ® c, U to a o1 Z `n • u C c S o .M1 '� u a O1 boo ` o c �.,� co' �� b06 'k.,n c .° TS LI `'E-, -2 w [n h ii ,, O v Y, Cnq. a G .74 �_ � v w a w do 0 h wG� d L� p d S• o`Y� b.tl e, "�cn 6Ja a CO a ,0 d c/) a N V 8 , QJ '.0 i o a.. • .0 ,•, tlb '" v v L' °: o .0 .°.,.' bb zi v d CL n F bb r o C bo v td 'CS w d'� vi .C2 s. • v v, b Ht o0y seaP5c c jo = „, `tta cI-, yN d �..y,6 u"i v y w• R o.a C y v V yr U h 61 h^ ®.O C C am V "2 1. M � gi 4) r :- ftl `C L �U ,, W e A p.. ,1:�, �` U U v, o W c �. -962,`‹ 0 � HSC. !] d1 q �' H c EAEl H Ia. C\1 q ° ® C, il} \\ / ± } Ecu\ 5 % o ƒ \ 5 0 2 « ® $ 2 ) Z0z /j14 yOj2 US \ - \\ U \ ° ° } )k \ƒ \ / CA ƒa § om a , ! / \ /\ \ \ k \ cn 7 a a �% 5 / t\ ƒ \ ra « % ! a I /\ o � / � \ § z cu u0 o \ ) / 1.... fl ƒ ' 1 Cl.) / 1.4 , a2 / < _ { \ g \ ? � § � t \ (Q b a 0 = b $ § ± g % m § \\ / } \ �\\ j e 0 \ \ c \ \ --i; \ to;„ UI k \ \ II I ill .c z2Q < a m § � \ cn (.1 suo!leo!j!peo pue ue!o! ugoei 44:( d N Z _ uz 6 CT_ v z z U Y W LLI ® H F- LUz W `^ °}° z reUJ Ura I:g ° z OC L. 4 O o OO ° a 0 z Z L. z H O Ln p LL W Q a W V c I- z o p W O CA Orel � CU w LL+ � o 0> o Rs 5 W W N N l7 "'� U �O Q in ■ l Z '.V �L N t� � � z v, z v Q 0 O u o ¢ m ~ W o a � � W U fes" Q U z 10 _ � --• t i W Z Yll CO z— W W z U p poc Q 0 i TT�/�� LU �r W Liu S`' E" g ,_, Za Z W C4 a X t U . m _ Ca IL U a Film W , . <1 —Z N LC) N Z %-... Li O o) ° t 3I- z o - Q (I) z v, UijI Y W ®LIN vl W F Z vi 111 et:i looms la Z re (n n = W W eg O z ( ] tiro U _j 0 o W vb '-- vb OG O 0 4 z 1/1 W %0 jil L H o `^ O 0 F-: •:( d W V c 5 [�,� z 0 H W •o `" a Z g I... fQ F- W W 0 c:' O "'y y� CC civ �, O _i 4-..'------ r V W .� rt5 �. t7 Q • CCI ua. n M O Z LL. c. 7 N O Y W = a"� 0m Z oJ WV 1- Q U 0 t IAA _, Z 01 Z V1 z = Z I- 4� Q �-1 rx a z W Zon‘ N-1 z C - o = 0•� H W 1- O m Z a, Z Q ¢ o z H W 4� W p a Z W 2 w zp 1n d w Q Z m V1 F--i C/) m W U U Q W Z (.0 CN O 10 02 V 0 1111 aal Q OD ,n r- 2 o '65 2 4 aq to . t FA 6, oa co t- 0 C. 01 0 era 11.1 oPE. „.60 . g.,2. , aa ra .4rn ,,19, _,0 gi ...0 ...., to 0 9”..,,,,• , a„,„ 011 00 0 CO a. 0 c:p Lek 0 , 4 '14..r..1 ''''..- 0 z-, 'd '''..,ui'..; OS 0 E 0 .g a3 QS ril ca_Th ''. 0 a,,,' lard 0. 0, O g 1.1 ar6 RA . o w4 r'.., © i ?., 2 2 2 0...La'''. g .2 5 8 w I'' ,.0 cm .,.., 04 0 g g 1 Cil a. al .0 a., ,..., 0_ ,—, C.* 1-4 0 0 .. ra g z rn 4, :0, 11 CO 5 0" 0 -Ed-,8 "." 0 0 00 V al 1.-1 111 Eg 7 4 80'5 51 ,, ar, ...6 g '-) L0i4., 00 -ca 'L.r..„2 1 1 j47 00 F g0 0 9, :0 A -Ca °;.--.i 2 ..., 0 :.., 65 a, ac o 0 ,..... 0. al 0 Ca (5 0 01. 0 ..,47,:i 5 4, q.) --" ° a) 5...Z1 1,1 be 2C, g -0 as 74 ' ...;* ,,,C.)eri' 5 E., 5 -0 0 ..:., 0 ,,,,, eA '443 . a 3. — . 0. o 11'41 00 k -2 p; .o 0 w 4 o 0 gi i ,..,. c„, N . . EA .6 g-o 0 Z ''jd'' 0 GO ., o 011 eal o 0 0 01 0 14 OD< o g X g aa 0.) I -4,-7; .3 73.;.-9 . 39, z an CO na WS 4 ,1'. w-cst" Elm ',flv si al o• ..,., I, 0 -ca ....= .2 5-o C.,) — ''""4 a,;::.1 tm-0 0 14- cd a Z g a, ., 4. " , 5, 5 If, ., . ,.., 2 ...0 `..10, 5 Z • 4) ''a Cip Z Ea cs) r- a, o4 °: g 1• A t.8 4 •- co ..... "il IA ?, .-^ti E g e, ,.., en 8 5 ,-, ...... 03 ..c4 ;,....,..., ,.., 01 .c.i !i•'73 42 ....„, 0 u g ci, 0 ,• ,.... ,.. g a, 0 .,-.1 ,-, -',-, , ,--1 eq co .6 t) , w ca ,, co in.: 1,1,1 .11../ VI HI t5 t'4" °6..,' F,','?',45'5 ,T! E-; ,0 .2 cu,•?.°.?•*crA,' 7-3 '''' .2 r;;-- ,au 1 7 c',4 s P. g'1;""g -,1' r:: e- -; fr.4,--1,41:1.10UU Q 0 0 g1 < o ,4 E. <Ca < ....., o8 ,4, 8 ..... XXXXXXX 0 --) 1 N., N i°<icp›.A4F,i",>,<'tip:>,<fthy+,>„<t ;>.,,<I >„e's>„< p,>,<Is;,..7<ts>,<m,,.<°aip3,<ts3ctap,3ctip3Arto+'>;Ati ;>,,,etip 3Atop 13At 3Aas3 hi A' 40. w a o w d m v H o U iiI 0 00EIA C7I�v �J' r Z w�0 vwi0 . (_0000 d o vl fa.4 Po AD V . r O r-'pa p OC7y pw O` r1"51 "iw NpLha. �wC.) D 0 2 n tit F� — r, turn (41iC�V0OV�Q.,4c5 Qi''4d,.af ��ll �`c AL Y W w�., g -Aa c��a0 d P(./Z�Z p�Z �Z w ¢ o.r a n fr 0 Al s� aw „, j u_, ¢ �„o'dbI c.3cdMddm[-�, c z y aE it ti, Uenv�end�'. m eJrAm <a.wa,aawa.wa.wa.n,wa c ,0242, :f j� y” 1 0 I I , I I I I 4 I I l f I ! QQf I f tl F ; I I I I . . 0 = w W- 44 / ,,. Lr O.N,00007. N NN'+7OOhr[gam W 0m N O'PIV,VI P,`®C',/'t ii C1. N C til .1 '1 tu kiwi V� ” L W i Q ►�j►0,ok'1/'1/#►!/#►1►T#/1►#/#/1/#►1/#/#/#1#►�/#1'//'#1�1f1►�#/'#/' 0 , '!�c IY/ A H py 47 y w co A�� 0 0 N 8 ID $ W 14 0.4 Lo) N a> 0 : : : : U o8 • A Cr Cr s (d as ao w w co oo�w�w woo Do oo oo ao co oo co oo co ea w oo oo on w co co J ar" V/ L w�,o,ozo..ow-o`ww-oia-z–z,z,7.—a w4,--„a`aez`cw�ca`o nr�l j rl ®® Yn M N,Pn Pry r,w,M`M Cn Yn In Cn P,f%N,In fat R,n,In Pn M In M to n P% m ai o® K 0000oao0o000000000000000000o C c p.R Woy `p 3 IA �P a. .a 1, � U oA J V ii<.s>„<is><as T �, g� , ,; f i` 4�' i3-4 N Plir Iv ,,A alli, ,,way, titP. tr A t$P.A l+1 tit P. / 00 N <tit-'<.ei',>„<lait><4.41>;c14pt>,<iei>,,,<SST->;<ao,+`>,;,<ti;'3X<!V,><sir>,,etmr>,,,Asir>„eSir;>,<Atar+>,,,Asir. Asir>„ ser.>„<sir.>,;Aeir><Sir�>t/t AA% W H _ _ Y lY9 Arr 0.0 Q _ A' Y .1 4. C7 7 O a 4 ��rAr e4 co C7 rn < Uy 0 ,4 Cy7 L� H Jw Z vs <C _O rWn O .5 ...1 O 41A &iF C z¢ cn ® W ® z x � Z ro c Y Cel) o �" C7U0 i m V�. A' 4i +-, 0 °W" y' °' 0 * 00g. O .. OGw �] 4Z�W U = «� c `ro ' !QQN''��� 00004 — d d� . � ciqu� O U U rA t- u o Ld.1 E< 0 w a..p.-1 rn y g U c ., c, r0 .,...-.. 0 ,$ ,,,4gkmk, < ici,22 -v1 14 Q) U w� y, at <troo �`. m ,,5 U U M o H m H G Z c E 3 U0 � 0 ..7 � a-'708 W 8888.8888 -8 m . 21. nl ti 4”' u. . . b'� vi �'av� Up al dwwwaawwaw `b c E o V I [ d ! k I I a I I I I 7 i I f I s f i f I Q) 0 0 a. �w R _ 10 [rl h �/ o V1 N 0 0 — .--. W N N n W CJ Vl CT 0 DO C1 T tl ,O r”, CL N N C7' Z i O N tl C1 tl tl N N N Ml O h O .+ N VI i} V)V Y, z e WN� N N+ N N N N N N fV M e Nr Yl Vl VI V u V1 V a - rG N Q//II fA 'Ir Z o G G G G t+1 4 N W A1. tl I ti 75 65 V ,. ry r, C� ►►. OM00► ►+'►.0❑❑►:0❑❑►'❑Ar0r0 rON►�► 0 o < A? 1. 1 0 0 F 2iocoEd A i, O 0 cu .= '. Cl 0 pt ec .a c t. 0.00 R) 0 H E _ A t. 0.00 � = co P4 00 w 00 00 00 00 00 00 00 0a co m m o0 00 ce J 0 ► J _ �r �� •Va --- -.- M t+l r'�l M M M 22222822+ + +..... --- g P'0 W X z O O O G O O 6 O c Y I =4' / .Oc ® lA; til J t4, ii a � r r IG<yi;>;,zcsaR>;<'oter>�<S�P-y«,0><�ap,>,<'tss,a„<a,ill,..Aftsor;,irtis><jir><sir>e ts,....<SO>,,,,..<fit,>,<144.0,>,�e184”: ► s°it' to ser..> rn N Vii:<�5+>;,<�gS tip Is l;S; 47ie t .. 'a;SJ><t°S><L�'>'<l6aS>;<goS'>'<�ir++>„<�ArS>,<s�S:>e�Si>,«�+s>io/ A' A .�fc w ,, 1. F.-t' AQ Lt.O wa <pH A >4 N -c3 0 Z W z iP (7 Z0zO O V o "§ � d N A 0 r. ti' 114 PW.1 H w zF. 0 022 000 al uj a ® w o¢ y, aa0 00 ow0 "" a ssll � wU O 0 .b — A 4 g. u) Fc0 µ0W (4.3iH W0w0U <4d03ga 0 aa)co m r. Y a 0O FzUE" w Q a; y c m Y,1 �I W— 7 u SHw E=-x ,,5, 0 go wa .,_ , 2 � 2vAu r O H 0 UD w 4 0 q Ucocn[-, cnE C z co cu V 410 �I ti C/ e G..3' o 00a W0U WUUUUUUUU 'a o� E ofY/, w Uv, vlcn ° v7 cc) Uap4aca2Qwwwawwwww C `'0 c p " E 1 i 1 1 I 1 6 [ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 0 0 . ti ,t2 pxo m — ,,,.. N 0 0O .O .-. N C'N ON ... .. N N/1 N 0 00 M CM1 O ..O h- �"`> a- s L O N O O O O N N N m O N P P O N M M' .' ,, n- 0 N U `/ �++�-+ N N N N N N N N N N m M M M Vl V'1 V1 V)✓1 �1 V1 a.) O v, A Cr] O L z z "O �s L—' ar m A otit 6.3 l'!.0,1,: E,,, A, - v= ► : rike) " a n I W `r = s a C 14. 0 O I— o A le o !C z o 0 0 0 0 0 0 0 0 ~ p,. C Yip G e > I.* 0 A' 'It Ittj A' r 1A, 1,„ <ioU<i3S'>,<sor>.-c.4.><s 14,,}...e,40,>,<<`43;;>><tep:><Is,?a 1,14T,,,r. >< g;>„< S;><wS><sil,><c,,,>.<lcS>,<a S:>,<ILO?>, 1‹,$ > J 0 M Cl) 00, 1,...,; o ,r v O O Cr) r 1•4d, 1 r 1.`:':„:.,,';',.•„::::::•::•, YM 1 ° 111k ! n ljrr � Q ,,,,,,,,,,,:!•:::::::::::;',.,.f,!:,.:'...,.'''' r°rl ( ',,111:),',. II III:d , 1 Ur�IIrr4 (U: [/:.i!i Wi , /::::,, pq Of rr m II 1 r"tl y%I fl +' N� °'I i � +�°11Y'Y g:,1111,,,,,:,,,,,,''',,,„IIIIIIII�IM�u, „,,.....,,,,,,,,t„ 1 I p� UI I Ilq � ' 41 a� i„.,.:......,'.tIII 'P d I IVirc f I rn dN .,,,,:::„,,:v..!;!,,, M p , 1I �":nll' � )1 I��I (P dY U^„,,,,,,,:/.: Jr, a \:,:,:::..,,,.4.,,,,,,,„.„,,,„„,„.„,,H .. 1'r , vJ (W .A °• 1" wl II`u f Illpl V/ R)i ,^ ,. �Y r I v" rIP 4 p "I ti yy luywhpr yA h; saBiego jo ainPaLPS 1. 1.0Z 03 CN 01 52, ,,) .ii 2; 0 a mi t 0...t C) C) C) C) C) C) C) C) Ctt 0 C7 0 C7 C7 CD 0 CD CD 0 0 cp CD CD CD CD Lr) CD CD CD CD C, CD CD CD 0 CD CD C7 CD CD CD CD CD CD CD 0. .7i O.6 ui ui uS 6 6 uS uS ui 6 6 uo cS 6 uS ui 6 uS 6 c) cD cp c) 6 uS oo LI) LI) LI) ..4. LI) LI) .1, LI) cy .1, ,o ,r LI) ,-, cs cv CD as CN (7.) Os C, Is, L14 ,(1.1'I '' IT, 1-1 N EN rr f, r-I rr T. r. 1-1 rr rr r-I r-, r-, 1-1 T-1 rr T-I r-I rr r-4 r-i EftEft Eft Eft Eft d9'Eft Ell Eft 64 EJ4 64-64 E4 Eft ER Ef+EA-if)64 Eft 64 04 64 64 c) .b o ,.. U ms > • . m ;- 0 , , , , , . . , , . . , , , , , . . , . . , , . . Ki al -.7; . ci,......, Er) U 0 ri, g al to R E- .E CD CD CD CD CD CD C7 CD C7 CD CD CD CD CD CD CD C7 CD CD CD CD CD CD CD C7 tr) .2 ,...., cs CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD C7 CD CD CD CD CD CD CD rr cr.... 1..4 I-, rr w vi LI) LI) LI) 6 LI) LI) LI) LI) LI) LI) LI) LI) LI) vi LI) LI) LI) LI) vi LI) LI) LI) 6 LI) 0, 0 7 al 0 LI) cy cy oo CD rr CA T--; CD 00 CO CO CN r. c. r-, N L. AD sO 'JD sO In LI) LI) ' 0 cvi 4 u. 1,-, u ›..., 0 ,-+ ,--, ,--1 ,--4 ..1 r-i r-i ,.-i ,--' ol, PS Q EA- U) "r..,: ‘ed' •5) , a) 1,1 ntt 0 itl ,.. ..0 yt...1 on Ci CV 1..4 ,r) .22 -6- r,s ',-c, .5 7.4 —4,..• c. 1;1 V Fn 0 0.) 0.) aJ :?;0 t.-t CID co .4 ...... .. ,, 2 •,...4 CU g I. o $. o c' 5) Wo et 000 o 5. i..1 0.-, -c, A GO tit 01 ''' C1 E 1 o 4... -. on ,,,°. a 3 •51) 1..t -1.-. t= to). K.-3 = ZefiU s.... .-w ci., •E Ts g .Y., E ..._ o CD 0 cu cu '-0 Cg 'old' to C V4 -. .cd ,••• ....1 e z Z.1 u cts vi cz w :w- .P. Z -L-°) i-. 7-1 1. -- 0 = L, 5 g.,, • > a) CU 0 .(.) 7,i1 L t 9b ..c., l'z _ „... T1 E &.,' co w ›, ,--. ,.... — ,, ;.... .11 cf) P--, 0-, 'E u g .5. '-. ,-.7 cl., >..0 (9 r. G G a.) 01 , 1,.) 4 wi c) cu m -. --. ,,r, () t p_.0.. cu v28 ›, , .50 a a, a., '50 ›, cur, o is 5 p. '5o a H ',5 j .g -. ‘3 (4 b.0 5 zzzEz .,... ow .- [LI W Cn Kt •5o a -5 1..,› 50 z 00 ),, 0 0.) 0.) 0 Z .,-. > 4-t g 1-..1 '.• W -- zoo 8 'E — 'i ''', - -8 .4 5-:. LLI (..) () U) 'cr.) 4.1 u) li r. Z P. LT..1 cci • . .2, .54) .0. 1:1-. cl.-‘-' ,- , ,. ,... ,... cu c., .50 5 o o cE .5 ›, .= ,a a) t CO CX ”t'n" .5 .5 .0 *Ei•E .8 *E *E .8 5::,'.. "5 ,- > > •. ,-, E 50o ;,..,,> u t. -., .5. ai a, 0 0 0 .L.1 ''' 0 61 M M a 94v ai 0.1 > p R u o u as .. Q, N u w D. o 0 o N 0 >, >, >,>, ›,*›..,*-,.K›,-›,> - p >, >, >, >, >, >, >, >, .�, �, >, >, �, �, ami r, ed cd d o° a° a° a° O"o° o° o rd 0 mi al «9 «S ttY MS is ..,:jc0 at t3 t6 <0 Kt rt O ° 0 rd 0 B r8 0 0 vte u v Nin u„ to in mu) in to "p "p ^tl "6 Ti 7 `O "0 't3 `d "O /7 /3 'C T1 ^c3 4 t� 77 /7 /7 71 "ti ^l7 R7 0 CD s Ln O a a a a a a a a a O a a a a a a a a a s a a a a s 6 aa ,-± + + + + tn + + + a a0 a a 0a 0a oaaaaaaaa + oaa ® aao el- .4 � O a ® Nocm � OvDrN � `r' � a �u N O NOco LoninmN en OO U- TS ERU U U U Q;.C.) U U ER ER ER ER fR ER v3 v3 ER 0. v3 v3 ER ER CA EA EPrU ER ERER ER ER ER ER 0 0 0 4 u ro G O m d N u VID' N 4 TS Li cd N .1 N v L3 O �Z o u m b 41 m y oA v um '' E. x o Z °a .¢ Uu x x N a, d m OP-' U a3 ._ Gv" N t711 o N an- Uij b ' cu ci v Cr G u G a � > w •w v E a > > > mv p^ a o v C N Cu) .4u 0 0 Nb b •° v ,u C "n a F" voM 0 v o to k cf.) w o Na, n i OO C . ..as ot Lu o � 0 v i U 6."' vc! vC! m r+Na N ." I-. P--, to `2 u bC•UVWW . ynN 0 4aia) 00vuw = „ oGP4QUW .0 cn cn c > w < U U U C21 4.1 .400 L7 .........1 X 000 P. 1.o. C ° + CO '.2...' 79 cu 4 la. u (I) 2 ,s ,.„ 4a-i— •,,,, ,., N. C1) ....• f D. u'l r, 0 EC 1 C7 N co ff) v, txp X Ti., 0 + + + III 4a. '.. 'a. 'el 0, Y,*>•,*.. ,.:It•I t›..*: :>, • • • • Li, •as 5 Fi 5 • •ta co co as as co 0 ad as as m as as -o -o o ..6 .e ..,:, rti ai 6 mi co co rei ni ccl reS ct cei ci) ct cl, _ as tel U . 1J a) .... (1) at a) a) a) 0 co C a) .,.. a.) ,u., O. a) a) ..---...---...---...--....--,,...--..---...--........-....---...--......---.... ..-...----,CD 0 ---,6 6 c..) `-....."---,"-,`,.. 0 0 `,..."-.., `--..`.......",...`---.... ',...`•-... `-,..-*--.`-.....`,...---.... n.64 Cr 0-'CD 0 C) CD 0 0 0 0 CD 0 CD CD 0 0 0 CD 6 6 1.0 . . . 0 CD G7 0 CU CD CD d CD 0 CD CD CD CD CD CD CD 0 . 0 .5 44i F, a0 6 6 Lri 6 is; Lri 6 6 tri Eri 6 Eri c, Lr) tr) c) in rq CN r..1 CA "Lr) In CO N. 0 z z N. 0 6 N.. N 0 N CV in en CI N N N cf, 1-1 r. En,Er)Ep)En-fp-En En-r,&EF)En.En-Eft cp) Er)to.EA-EA.EA-ip-EP) EP)En.Ea Ep)0 0 Eri.En. Er)i:A.EP.EP)EP)k/E)va. q).q,,, E,44) 0 Eft C J.82 m 1 „, ,:.' = E WI 0,0 ch a 8 • I,---- a i 7,c5, cn N ul ,4 ---....41 o U 2 c:, 0 Lri ° '5 2 cs) co t-.. ›.-, ,,,,..0 -a ft < .•4 7:1 — cu -a..n 7,?,.5. i., 5 -ii 0 .ti 0 m u el -6- —_, cc3 "0 0 Z 0 h. U. „ CO -....... C7 C) E 0 1 •.-. , ''' 8 A U in` L.r., , ,.... ,...., g r. ' 0 "5 7:8 (2) Q., 0 ... C:' u .(29 •-'' ''' 5 EJ 60 6.) z — • ..x - i.,, 5 o Sd.4 0 0, U '; ,.1 7r,* .8 .41 2 o a., 12. 0. F- CD r-Z .4, al ft/ .--.-- U cv .1:9 b.0 •. 4-, in n E t° -5 • ca., I--. u - cr:1 F41.7.)' (i) ro 0 0 Qj PC' 2 C'l < Ct) 1 0 -5—ci EN .r., cu 2, gis u ,., z '4”: X > V rn '"). ''1 C) ,..] ,., 4-1 G 45 cr, 0 ,:_.. 0 rt3 p..,, U •..,.• ›,,m z 4 ,..,U ci.) .. rl t.e.) ,.a -0 .. ..,,, E o 2.,c1 Q., (.0 ,,, 0 zni, c:::, uz,30 '6) ,m ,d0 — ,,-,, — ,„ a, ..bs, E:‘, t t 5 _74,' P-, C2) o2s .4-, od 14(Cul i..., A ou c„ a., cu ,...a, ow ,-J .-] 2- .,.L. ,..,u .,u g A 4... i t, _al .....- ...-- .7,,,— ..al— ...--• E...., cL4 Eu :45, .54, ,41' ra -r, -":1 4, .-2 u2, ,9 o <1 .9 ---„,-,,,.,,,.' < 2 ,...,-,-4,., . ....,4 o o o o o - C .... -.... -,. o o o o a o 0 ;.., ea .) ,f) u) ,,, OD ,l) 6, r-4CU 0 0 0 0 0 ••-. .. ,, X c I•) cn cr) E--, F--. E. > 5. 5- 5- Cr) () P-J H [... H H 1.-1 < < < < < < r3:1 U U UUOU (21 la) 0 LO 01 .114 1, La; -c 0 C .3. cri • a C) 2 o 19, C) 1.1.4 En 0 E 0 6 ,-1 z ..., .)..) u ..E.: 0 :-' .." , t.-0 -,-, rv.-, u) mi ,,,' di cri m rei cei crd rei 5 ,,,i n n n n n ai n ai ed ai .4g E n n Eci rts rta >s, 0 0 0 0 ,,,m n,'' ai cei mi .2 0 3 -9 w gj CD CD CD C) CD CO C) CD CD CD C) CD 6 CD CD CD C) C) CD CD CO CD CD CD C) C) CD CD CD C7 CD C) CD CD CD C9 CD cp a C CD CD CD CD CD CD C9 CD CD CD CD C9 CD CD CD CD CD CD CD CD Cn C7 CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD ,..,. .5 it) it) C) C) 6 6 it) ).6 ).6 C) Ci C) It) tri C) C) 6 6 C) It) CD C) C) C) it) En It) C) it it) it) 6 6 C) C) co it) 6 o C .2 r, N. U) -el CD Cn q) CC) N it) N on r4 N c--1 It) It) un cD N Un Ch it) Ai <1, ,I, N. CC It) 1.-1 00 CO T...1 A) Ch V7 'C Ill =t ,A N r-I rA r-I T-4 r-1 Ch 1-4ChL110000 5 En-Eft Eft Eft Eft Eft Eft EA-uft EA Eft Eft Eft Eft EA Eft EA-Eaft E)E3-Eft uft uft EA Eft Eft Eft bft bar EA. bar Eft Eft EA-EA E»,).EA-EA-EA- .9 a, 1 g z .ts 5 6 M . m 2, . zi 1 ;:j,"' >-, . •,,,'" O EZZ' )0 •.,.. ).. ca. 0,8 o N. E U `7t, '?.bo E-5' E:) 41))9 ..4 i ' En .78 " ,t) , l:n N. (7) LI4 .011 < 0 1::) -.,U -0 ni• En •-• -,-;-< En c•I -t,13 „--,-,-, .t "•T'J u o o g' .„_ —< ,..., tl, 0.., ''' C ) .a, 5--u f) .5 .2.,' 6,,, ci, 5"-S 4 2-3 ez u''' ' -0 3 •... -0E-) UP• U .,,, g 7.1'T,,_.; p.2 .•tt, ,..),-, l' , 2.1 CD < -a° CU ,--- CV ,--^ H • — >m a *4.1 i no '0 0 a) b° xcu 0 ;.. 0 g 0 al :- .2 a) 8 E tj 0 o o•-ti/ "C3 .,1 EL.!, 23 m ,-. rc c). ..-. .:-.,. .5 E-' Iii m .0 ;•-, o 2 •E -6 •E z ,.. z ,.. . r, , ....,<f) . ,y, . - -s, B,'" ,L, . a, -61 < B--, umw ,T . 0 7, n n ,•,.“..-.,, ,... .4 . 6 6-, :ss, .-. .16' x x .r>6 TA d :::.) 4:": .`.a) 'E B'T'as % T., cn > - u 4 P.. A"! m m 1g li li no no 'u) ,, ,... •g J. 0 o 0 >.,0) X -0 0 (-, a' a) .4' .4 .4' • 0 -0 s:).= Ez al ai cz a ,r5, u '6' ''o' 8 7,5, a) E 2 -- E-° ZZLID L vs :,,,4000tlga, „ mgm .-. 0 g 5 ,, a po cc r0 U U. (2) .44 )7. 0 g •-• 16 ..... 0 -,-•,, 7E1 -,-,,, ,,,'" t 8 - 0 z -6 --C'D TS 75 :-4. x Tus •f„c '6* g T, ...4 . u . , •.z c., • 0 . 0 ._ 0 0 0 „ .1.1 B., g g, g (1, 4, ,./., u w o ::,-4 B., 4; 0. , 0 0 ,...., c, cr, g 3 U , 2 2 2 d, ELD, .0 •,,i-; A . en. ,,-, w._ - - - u z . ,--4 =--, ,,, .,... .1.) .6) . a) ,, cr ,.„ u q cl,5 w . .Ti ..,, m rs3 •,-, ri) 0 I. ,r) g s. ... as 7.3. g g ID. g g C u 5' 0 dtw 'z< < < c0 0 sp, [- -5' 3 d (5 (5 < < I E . - . 2 ° ccl m r:t° .z 2 2 2 F1, .4 .4 .0 8 8 8 i', '6, '.. a.) "0 r"' w (1) a) .0 :g m '74 t6 bo.5 a . . in -0- --,-, w 1, = n 45"M 0 cre,' ''' >9",.6,QJ 2 < _C:X re re al re 0 0 u., 1-, ;.. .. ce al > u (",) (); ct (1., to '4'.--. C1' ..1 cn cn a 'a t — p,.4 '4 '6 u. (t% CU (1/ CU .--4 .--a i •,-+ (Aq et1 .,. .,.., .,.., 1:1,.., Z > la --- Z .:.="C ,z3g (. d Co M p � 2 i- 0W C as 03 J QN (� W > a) o I- O_ d o- - 1, U r Q D - to O sI t>pG c Zo m > o '44V t6 N W Z = �o $ N o ® z ;a o n dQ a)ro o co a-, o 1- 2 �. a r cn o .n / r�� W N O N Z W > O W O CC +' d LL r0. F- Z Z co j�i F- o Y dl' x iiiiiiiiiiiiiiiii W d C9 o O 9« O �' H Cz Z M 0. M p cn c d =r //// Cl) W .0 , I _ n I- Q c.1 Q U' Z 4 pI- O cCo 4.' JF- uQi o w C �_ H z m - � 5o ar a W Z � o V ON �' p0 � -a >, > Q - Q o O - 0 pw r a v Iz � o >0 WI- ZZ 0 LI to_0_ tc, - � ; c a 44Q wu) 2 U u) ! o W o a (; u a� > cdco U 2 z C n - F-- O m p To > E N �? > � O >, J R U) 0 = � � Q c ani v CW/) m 0 = - E uJ `O O" W \S N U aC' o f k Q a O p � b, p < 0 . a) W O v! dv) _0 a' -1Z) al 0 -a r c) a > s_ s v a) F- _ CI) >-, 1 o W , o Pa HUd' .j N W CDN -o I-- coE �' C C° a) 2 O o a) No a) i N LO d = (6 m Z "O N O O a Y �ti E. '0 C 'a la d a U) O W "O V 'O C >:1 I--k :E O O C 175 ti W - Q Q D 2 =O F- Q ?-5 La \ 0 .0 -a a� as T- N ami >- Ou) v> c) -E w 0 •,• ro Y ! ! i ia) _ c L() c- ON- VIM M �h � OMN000 � � CO ,c CO d COO 00 O0 ( CD cVC)E N � � ti c- MM MON d t1� Tr 00 O � co Lc) 5 ~ 0 i N f N VNOOI� N � NM � � � o � OtnO � c0QD X00 CCO N � O Or 0 �� ti , (>' _ N J a) , , O , NO _ � NO C' A- CNI 0in LUN co ,_ .- NN 0DM OCCOO NCO CD D H N .- N- - N CO Md Ln . T LOCO 11l0LO N- LO N- 10 N- 0) O co CO C 0 — a) 0 Ln 0 o ~ N I� O) O � M ct � 0 NON � OMO � (ND � CCDC'') T- 00) MN CM MM 0000 O Cn ti — L L Ln 0 U co 00) OLL) 1� 00 cM� ON � � ln00C~O 00) N- CV CO00o�0 CO � Mtn 00 �i N N � �- M r. O � , � LnCA OCOV COOLf) 1- CM ,_ CA N O O 0 CAU� OOOLn0 � a�00NMu C�OM '�d' CNO Nf� � O � NO CCV M70 01 MM � � O N X. T- 0/ , OOOv- NNM a0O CO CO N CO OO 0) O 0 Q O O OO O O In O r,- r. O N Ln O 0 � � � 0 a 1C1001st1lOf� 0 I� .- Op NNCV 00 1;1' � � OON 1-. N A- w _ A 0 a.) r O ti a0 I� M CO O 0 ON- ' O MOS v- O N- �- LC) N f- 00 ON > N N co L(7 I� •Ln .- N I- , OO = ~ i — Ti. 0 ZN NNT- 000T- ? N- 000 , MOtico CLU 0 1- - C CO0) 0L0 00M 0 Ln co O 0 0 NNO � ON � LjOOLUCDC)0 301� 0 ANN � C07 MM OON N LU 0) 0 0 N0) NONM � 01ONOf� .t O0 a) Lco La � NO M ,_ 0) CD A- pr 000 r M T- � f� c- NN NMS d Ln ti O Nd IsONOT- N � , � fcoco - ANN cn Nc- NO .4- v.) N... 0) - 00 � CD N H up d p -I -L CO 0 >, C Cl) Q I- I-- 0 0 c N a) Z m to 0 U •r C 0 a) oO CD re fs WZ Q. U a) tq cn � c < c ~ CD a) m O d co w U) O c N Z E co o Qi Q) w v co Eo v) 2 � � 0 y E � �oaa E vo0) W 0 W Cum ° Z a v >sV Z - E W _ m U W � a > en () v) — iL a°�i 0 cn 2 0) Q -1 Ce cQ o � a) `m r E CO EQ d a) 7 a) Za `m W o c NY c ami g ° ce OD0 a)71 co � U W ma) -o cSQ W L`u � Q c`a C � � Z a co c coia ooE >` W ` LNp y L Z O L N N O t-On t H .- - j u)) C 7 0 0 > W O_d W u) u) a' � OtV7 +. OEom :- o ... o — ,_ m _Z0a) �_ 00 w W LLCnU' > ( 2O Z W > 2U0LLO 0 5U) U) LLO » < > I- 0 > W Ca LL0Q W w° August 2017 Summary: The District/City had 44 calls for volunteers in August: 8 vehicle accidents 7 vegetation fires (LRA) 15 good intent calls 2 medical aid 1 refuse fire 4 mutual/auto aid 1 hazmat 2 citizen service 4 structure fires 62 volunteers responded for an average of 3 per call totaling 50 hours. Totals calls for August= 111 District (39%) + 171 City(61°,0) for a total of 282. N N- 0) N. Cr) et O O — O N LO ct CO M 0) CO LO ,- .- U) Cl) Cd Q Q = Q Q Q Q O Z Z o Z Z Z Z I I N- N. .-- 0) Cn vt ,- O CA CO Nt O CO Co N. N N- N. N CO In CO 0) N- O a-- NC �' co CO O co CO CO cr CO CO N- C•1 CV NSM 0) NMN- N. 2 U) 2 U) 2 Z z Z 2 Z Z z Z Z 1_ 0LA O O CO .- N. O 0) N- Nr CO — 0) M 0) ICl) CO � Li 0O) CnN co COM 2V) CO, NI dco z m Q N Q — N N- C) (j Z = Q Q Q Oi Q C%1 M r-r- Booz z 5oozzz z 22 22 d G d rn O U) V W M MI O O Q o a O Q CD W N V' o co co O o IA C _I �tln � M �ZO) ZNZ ._i oM � `t6) MoIO •�- C In — 0) 1- CO CO N co O) — 1410001- CNN. W •ctNoCO .— in Cr) CD CD W OO - N- CO CD 1- M U) N �,- CAN LA CO Co - U) �2 � 0) 00 co ,:r ZQ Cn � 00co",— QCnQOC)QCnO � ZQ coCDNODC) N. N. NM IZ UJ Ot) N � NzNzNz0) 0) CJ H _ J CONONCNMN. rs- r� a-- 0) Oo co N. a- Cn0) NN- 000NI' r- CDN. N O 1- 2 0 CO 00) O— U N CLI) CO CO 0 CO - 'OV ~ 2 0 d_d' N CO COD N '�M O C..\-.1 NZQ NI - NZQ MCONOCnNr- NM J o J O Cn N d' N Z N Z N Z 0) Cr) N 5 0 WJ CO r` O N. CO N C7 N- N. a2 5 r r r 0. 0. 0. 1— EE E Z > > > Z r-- 0 2 oov � ccoaodi dccoapv 02 oo - NviUaoocco > a CCD CCD CD CD8QCCOQCOQCCOC�O ~ � a C�DC�DC�DC�OCODCO000 > > nDIli a d - WMWCnWto co � WW � » » MD E- WW G w CO CO CO W 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C M N. d' O) r OA e- (:1 ti O) O) 1 N ererO tD M O - O M eP e- Z LU N 0) OD toe- Tr Z LU OO tih. M e- CO e- to O N M W W W W 0' W Q. 0 a 0 U U hcoF FPtir 0E- 00o (o0Ooh (oOoo OoFOo00o A- e- e- e- e- e- Am u." o0o (1.1. 6. O) W L. V a_ O) O) � L Oa,. I. O Ot. U. V N N N y 0) 7 7 LL V RI 0 t0 3 7 00 CO O CO OO = 7 m CO CO RI W O 7 N V) Q W5 2 G 2 Q Q rd 2 Q 2 2 Q n Q 2 2 2 Z Q 0' I-- W• ) QUJ co rtX ClX O Z OZ OMN O) O) Me- Met 00NMNO M) O) O) 00e- 0000 M et M) M O IC) M O el O N CO O O 00 O — O) CO O O O 00 W co e- M N W O e- {)J N ti e- N e- N e- d' 00 M) Tr M OD OD O 00 Q 0 O1OW 16N CON- 003 ) e- N esesMN O) NM00h e- 0 > W cg Cl) CZ TE CO = N Z Z a) 0 C) N o) 0) M 1, co Tr 0 0 N co N O 1() o) 0) co co CO 0 0 C W M `V M) M 0 141 M W co N M) (C 0 e- 0) CD 0 0 0 CO O ( d' e- e- N CO) N V � r N 1N. 10• M N 0 O) N M OO. 10. O01N n O01. 00 a) g CD W ce W CO = C/) 1` N. CO N. cr CO e- O O) N NM) M) cr C") ce CO O 00 O M M O O M e- to r- %- U) I o Jmo to r- to co Tr cn N CZ co o 0 0 2 = vi to co co e- to co N- .- O) O O O) O 1` O CO C+) I• N 0 = W N 0 co CO e- co = N e- 1• h O tf) M r- O) e- T' e- 1- O e- Tr Tr N � - 0 Nie- O) 0001• N � � CO O MCOCf) M e- � CDON• 2 Q M) e- O M CO N M) .-- N 1• N- M N O) N M 1. 1\ I J O to N CO f• O OO I- O 0 Y W moo - O�DNOCO - 1N• N- rnLLUN — C)— $ COOOMO) CO CC) N Y l', H O O O) e- '1 ct f• CO F M) C) CO CD M N r- V' M) CO N. +-' CC NO1.11.1 0< cii cci N coc' N. C\ tri Cl) Zm e- e- N- N-c N O) NM1• 1• N g 25 g2x 6 0 E E E U W• M .12 CJ V' M) in in W co Co d to (L e- C' co M) OO) CO 0 N O V' a) d •co In U) M) LD d 0 co j CO cr co co co O N C.O LO 1.0 lCO 0") > CO Tr » » > cnw01UJinwaww � � CD E CO W CDW Tr Tr *Ch W W W a) it Agenda Item No.: 12a MEETING DATE/TIME: 9/6/2017 os PEAK ITEM NO: COU-140-2017 , YOU /1,,,, '„ ,,,,ity af,,,,Ukiah, 4 AGENDA SUMMARY REPORT SUBJECT:Authorize Execution of Amendment to the Agreement with GHD in an Amount Not To Exceed $251,025 for Construction Engineer and Management Services for the Redwood Business Park Transportation Improvements and the Talmage Interchange Projects. DEPARTMENT: Public Works PREPARED BY: Jarod Thiele ATTACHMENTS: Attachment 1-GHD Proposal for Professional Engineering Services Summary: City Council will consider authorizing an amendment to the professional services agreement with GHD for Construction Engineering and Management Services for the Redwood Business Park Transportation Improvements and the Talmage Interchange projects. Background: The design for these projects began in March, 2010. Since that time staff has worked with GHD through many iterations and changes to the project in order for the bid documents to be released. Discussion: Bids for the Redwood Business Park Transportation Improvement Project were opened on August 30, 2017 and bids for the Talmage Interchange Project are due on September 12, 2017. City staff, mainly in the Engineering Department, will be providing daily inspection services for both projects. RECOMMENDED ACTION: Authorize execution of amendment to the agreement with GHD in an amount not to exceed $251,025 for Construction Engineer and Management Services for the Redwood Business Park Transportation Improvements and the Talmage Interchange projects. BUDGET AMENDMENT REQUIRED: No CURRENT BUDGET AMOUNT: $7,333,333 Account#10024220.80230 PC 13001 PROPOSED BUDGET AMOUNT: $0 FINANCING SOURCE: I-Bank PREVIOUS CONTRACT/PURCHASE ORDER NO.: COU No. 1213-142 COORDINATED WITH: Tim Eriksen, Director of Public Works/City Engineer;Andrew Stricklin, Engineering Analyst Approved: oe 1 S7 pie Sa 'gi omo, City Manager Due to the scope of the construction activities, staff requested a proposal from GHD to assist the City's Engineering Department with inspection and contract management services as detailed in the proposal (Attachment 1). Major components of the scope that are crucial to the project include Schedule Coordination with the City and Contractor; Progress Payment Review; Traffic Signal Timing and Start-up; Requests for Information and Change Orders, if needed. Furthermore, GHD's knowledge and expertise is necessary for the work within the Caltrans right of away. 2 2 Attachment 1 August 3, 2017 Reference No. 02502-10001 Tim Eriksen Public Works Director/City Engineer City of Ukiah 300 Seminary Avenue Ukiah, CA 95482 Re: Proposal for Professional Engineering Services: Construction Engineering and Management Services for the Redwood Business Park Transportation Improvements Project and Talmage Road Interchange Project, Ukiah, CA Dear Mr. Eriksen: GHD is pleased to provide this proposal for professional construction engineering and management services for the construction phase of the Redwood Business Park Transportation Improvements project and the Talmage Road Interchange project. This proposal is based on our discussions and your request for construction phase services for these projects. It is our understand that City staff will be providing daily construction inspections and observations, and that materials testing for contract compliance will be provided by the City's contract materials testing laboratory. Professional Engineering Scope of Services for Redwood Business Park Transportation Improvements This scope of services is based on a construction contract of one hundred twenty(120)working days for completion of all work under the Construction Contract. Task 1 - Pre-Construction This task includes project administration, coordination, organizing the pre-construction meeting and documenting the pre-construction conditions: Task 1.1 Project Administration and Coordination GHD will provide overall project administration, construction project budget and schedule tracking and contract oversight. We understand the City is planning to use an online construction/project management platform (Procore)to maintain the construction contract documentation and overall contract management. We will work with the City to utilize this system, as well as using GHD project and construction management systems to maintain the level of contract documentation necessary for the project. The overall construction schedule and the regular schedule updates will be provided by the Contractor. Task 1.2 Schedule and Cost breakdown review GHD will review the Contractor's construction schedule and schedule of values (lump sum cost breakdown)for progress payments with the City's on-site inspector. Adjustments to the construction schedule and revision to the schedule of values will be coordinated with the Contractor. 3 GFS 2235 Mercury Way Suite 150 Santa Rosa G£hfornVa 95407 USA ISO 9001 IF 707 523 1010 IF 707 527 8679 W www.glhci.corn Task 1.3 Pre-Construction Meeting GHD will organize and facilitate the pre-construction meeting and discuss issues including the overall project review, design approach, design intent, project concepts, and construction procedures. GHD will prepare and distribute a meeting agenda, a sign-in sheet and meeting notes. • Coordination with City Staff, City inspector and City utility service providers. Task 1.4 Photo log/Pre-construction Review • Photograph and video documentation of existing conditions prior to construction. Task 2 - Construction Phase - Construction Management GHD will coordinate between the Contractor, design team, City of Ukiah, and other parties throughout course of the project. It is assumed that the City will handle and respond to public concerns/complaints. Task 2.1 Progress Pay Requests GHD will review Contractor monthly payment requests, negotiate differences in payment quantities, and prepare and submit monthly payment requests to City. It is assumed there will be a total of six (6) progress payments plus one (1)final payment that includes release of retention. Task 2.2 Project Files GHD will maintain project construction records and files. It is assumed the Contractor will provide all prevailing wage reports directly to the City. Task 2.3 Progress Meetings The Construction Manager or a designated representative will attend project meetings with the Contractor and City inspector and prepare agenda and meeting minutes, as needed. This scope of work assumes one progress meeting every week(up to 24 meetings). The Construction Manager or representative will attend up to 24 in-person meetings weekly meetings. Task 2.4 Schedule Monitoring The Construction Manager will coordinate with the City inspector to monitor the Contractor's construction schedule and progress for adherence to project schedule, coordinate with the Contractor on maintaining activities, notify Contractor of any schedule concerns, review any schedule revisions, and negotiate time extensions. Coordinate with the Contractor on scheduling of materials testing for contract conformance, and to provide City staff with sufficient advance notice for any construction activities which may affect or require City resources. This task assumes the City has contracted separately with a materials testing laboratory/consultant to provide materials testing during construction. 4 2017-08-03 RBP CM Proposal.docx 2 / Task 2.5 Submittals GHD will coordinate and manage Submittal and Shop Drawings reviews—including maintaining submittal log (up to 40 hours of processing and review time), and technical review and response of submittals. This scope item also includes an allowance for up to 4 resubmittals. Task 2.6 Periodic Site Visits GHD will make periodic site visits during construction to review the progress of construction, review work completed and in progress, and make general observations regarding the Contractor's work and progress in completing the project in accordance with the construction contract documents. A site visit report will be prepared for each site visit. A total of four(4)site visits are included in this task, inclusive of a final punch- list site visit at substantial completion. Task 2.7 Traffic Signal Timing and Start-up GHD will prepare initial traffic signal timing plan for the one (1) new and two (2) modified traffic signals, and provide field assistance during start-up, testing and timing of the signals. This task assumes one timing plan per intersection, and the City's traffic signal technician or the Contractor will input the timing to the signal controller. It is anticipated that adjustments to signal timing may be required at a later near-term date once traffic in the area normalizes. We have budgeted up to 32 hours per traffic signal for this task. Task 2.8 Request for Information/Contract Change Orders (RFIs/CCOs)and Engineering GHD will manage Contractor correspondence including Requests for Information (RFIs), Potential Change Orders (PCOs)and Contractor Change Orders (CCOs)—include technical/engineering assistance & review, maintaining logs, prepare and transmit responses and coordinate with other parties to develop responses. This task also includes up to 24 hours of budget for engineering design for changes during construction, such as potential revisions to bioretention areas based on the Contractor's field verified utility locations. • Allowance for up to 6 Change Orders (2 hours each)and 12 RFIs (1 hour each). Task 2.9 Oversight GHD will provide senior level oversight of the project, including reviewing progress pay requests, correspondence, meeting minutes, RFIs and CCOs, as needed (up to 4 hours for Principal and 16 hours for Construction Manager). Task 3 - City Inspector and Talmage Road Interchange Coordination GHD will coordinate with the City's inspector by email, phone and in-person on general day-to-day construction activities, Contractor equipment, labor, materials and progress with the goal of assisting the City with the documentation of on-site the construction activities and progress, construction area cleanliness, potential future conflicts, and contractor/construction issues. The purpose of this task is to assist the City in assuring sufficient documentation of project construction activities for future records, change order and pay request negotiations, and compliance with the design intent and construction contract requirements. 5 2017-08-03 RBP CM Proposal.docx 3 / Concurrent with this project, it is anticipated that the Talmage Road Interchange project will also be under construction. The two projects have some overlap on Talmage Road between Airport Park Boulevard and the northbound interchange on/off ramps. Coordination with the contractors for each of these projects and the construction manager for the Talmage Road Interchange project with regard to work scheduling, traffic control, traffic signals, and other items will be very important to the success of both projects. We have budgeted for up to 8 hours per week for this task. This task is based on the assumption that the City is providing sufficient on-site construction inspection/ observation to check on the Contractor's general conformance with the project plans and specifications. • Prepare daily observation reports including digital photo logs of progress • Maintain job set plans with markup depicted any changes • Collect and maintain all material tags and testing tags/reports. • Review traffic control and monitor Contractor daily activities for possible impacts to public— check for adequate noticing in alignment with traffic control set up • Review Contractor's erosion control plan, check for conformance with the construction documents, and monitor for implementation of BMPs on timely manner Task 4 - Project Closeout Task 4.1 Closeout Documentation GHD will prepare final project closeout documents including the following: • Final project summary letter • Approved submittals • Responses to RFIs • Approved Change Orders. • All materials testing and inspection records and final reports (provided by City and third party inspectors) • Meeting records Task 4.2 Record Drawings GHD will prepare and transmit Record Drawings to the City, incorporating any field changes, change orders or other changes deemed necessary by the Engineer or City, and existing conditions located by the Contractor. It is assumed the Contractor will provide a single set of consolidated red-line as-built drawings. It is also assumed the City will provide redline drawings of changes documented during daily on-site inspection. GHD will provide one (1) bond hard copy Record Drawing, electronic PDF Record Drawing, and AutoCAD files with consolidated construction changes to the City for their records. Task 4.3 Notice of Completion/Retention GHD will assist the City in preparing the Notice of Completion and coordinate payment processing of retention. 6 2017-08-03 RBP CM Proposal.docx 4 Professional Engineering Scope of Services for Talmage Road Interchange This scope of services is based on a construction contract of one hundred (100)working days for completion of all work under the Construction Contract. Task 1 - Pre-Construction This task includes project administration, coordination, organizing the pre-construction meeting and documenting the pre-construction conditions: Task 1.1 Project Administration and Coordination GHD will provide overall project administration, construction project budget and schedule tracking and contract oversight. We understand the City is planning to use an online construction/project management platform (Procore)to maintain the construction contract documentation and overall contract management. We will work with the City to utilize this system, as well as using GHD project and construction management systems to maintain the level of contract documentation necessary for the project. The overall construction schedule and the regular schedule updates will be provided by the Contractor. Task 1.2 Schedule and Cost breakdown review GHD will review the Contractor's construction schedule and schedule of values (lump sum cost breakdown)for progress payments with the City's on-site inspector. Adjustments to the construction schedule and revision to the schedule of values will be coordinated with the Contractor. Task 1.3 Pre-Construction Meeting GHD will organize and facilitate the pre-construction meeting and discuss issues including the overall project review, design approach, design intent, project concepts, and construction procedures. GHD will prepare and distribute a meeting agenda, a sign-in sheet and meeting notes. • Coordination with City Staff, City inspector and City utility service providers. Task 1.4 Photo log/Pre-construction Review • Photograph and video documentation of existing conditions prior to construction. Task 2 - Construction Phase - Construction Management GHD will coordinate between the Contractor, design team, City of Ukiah, and other parties throughout course of the project. It is assumed that the City will handle and respond to public concerns/complaints. Task 2.1 Progress Pay Requests GHD will review Contractor monthly payment requests, negotiate differences in payment quantities, and prepare and submit monthly payment requests to City. It is assumed there will be a total of six (6) progress payments plus one (1)final payment that includes release of retention. 7 2017-08-03 RBP CM Proposal.docx 5 Task 2.2 Project Files GHD will maintain project construction records and files. It is assumed the Contractor will provide all prevailing wage reports directly to the City. Task 2.3 Progress Meetings The Construction Manager or a designated representative will attend project meetings with the Contractor and City inspector and prepare agenda and meeting minutes, as needed. This scope of work assumes one progress meeting every week(up to 24 meetings). The Construction Manager or representative will attend up to 24 in-person meetings weekly meetings. Task 2.4 Schedule Monitoring The Construction Manager will coordinate with the City inspector to monitor the Contractor's construction schedule and progress for adherence to project schedule, coordinate with the Contractor on maintaining activities, notify Contractor of any schedule concerns, review any schedule revisions, and negotiate time extensions. Coordinate with the Contractor on scheduling of materials testing for contract conformance, and to provide City staff with sufficient advance notice for any construction activities which may affect or require City resources. This task assumes the City has contracted separately with a materials testing laboratory/consultant to provide materials testing during construction. Task 2.5 Submittals GHD will coordinate and manage Submittal and Shop Drawings reviews—including maintaining submittal log (up to 40 hours of processing and review time), and technical review and response of submittals. This scope item also includes an allowance for up to 4 resubmittals. Task 2.6 Periodic Site Visits GHD will make periodic site visits during construction to review the progress of construction, review work completed and in progress, and make general observations regarding the Contractor's work and progress in completing the project in accordance with the construction contract documents. A site visit report will be prepared for each site visit. A total of four(4)site visits are included in this task, inclusive of a final punch- list site visit at substantial completion. Task 2.7 Traffic Signal Timing and Start-up GHD will prepare initial traffic signal timing plan for the one (1) new and two (2) modified traffic signals, and provide field assistance during start-up, testing and timing of the signals. This task assumes one timing plan per intersection, and the City's traffic signal technician or the Contractor will input the timing to the signal controller. It is anticipated that adjustments to signal timing may be required at a later near-term date once traffic in the area normalizes. We have budgeted up to 32 hours per traffic signal for this task. 8 2017-08-03 RBP CM Proposal.docx 6 / Task 2.8 Request for Information/Contract Change Orders (RFIs/CCOs)and Engineering GHD will manage Contractor correspondence including Requests for Information (RFIs), Potential Change Orders (PCOs)and Contractor Change Orders (CCOs)—include technical/engineering assistance & review, maintaining logs, prepare and transmit responses and coordinate with other parties to develop responses. This task also includes up to 24 hours of budget for engineering design for changes during construction, such as potential revisions to bioretention areas based on the Contractor's field verified utility locations. • Allowance for up to 6 Change Orders (2 hours each)and 12 RFIs (1 hour each). Task 2.9 Oversight GHD will provide senior level oversight of the project, including reviewing progress pay requests, correspondence, meeting minutes, RFIs and CCOs, as needed (up to 4 hours for Principal and 16 hours for Construction Manager). Task 3 - City Inspector and Talmage Road Interchange Coordination GHD will coordinate with the City's inspector by email, phone and in-person on general day-to-day construction activities, Contractor equipment, labor, materials and progress with the goal of assisting the City with the documentation of on-site the construction activities and progress, construction area cleanliness, potential future conflicts, and contractor/construction issues. The purpose of this task is to assist the City in assuring sufficient documentation of project construction activities for future records, change order and pay request negotiations, and compliance with the design intent and construction contract requirements. Concurrent with this project, it is anticipated that the Talmage Road Interchange project will also be under construction. The two projects have some overlap on Talmage Road between Airport Park Boulevard and the northbound interchange on/off ramps. Coordination with the contractors for each of these projects and the construction manager for the Talmage Road Interchange project with regard to work scheduling, traffic control, traffic signals, and other items will be very important to the success of both projects. We have budgeted for up to 8 hours per week for this task. This task is based on the assumption that the City is providing sufficient on-site construction inspection/ observation to check on the Contractor's general conformance with the project plans and specifications. • Prepare daily observation reports including digital photo logs of progress • Maintain job set plans with markup depicted any changes • Collect and maintain all material tags and testing tags/reports. • Review traffic control and monitor Contractor daily activities for possible impacts to public— check for adequate noticing in alignment with traffic control set up • Review Contractor's erosion control plan, check for conformance with the construction documents, and monitor for implementation of BMPs on timely manner 9 2017-08-03 RBP CM Proposal.docx 7 Task 4 - Survey and Right-of-Way Certification Task 4.1 Changes of Epochs—Survey Work to Coincide with Caltrans Basis for Record of Survey In preparing the quitclaim deed for Caltrans to acquire a portion of Munson Frontage Road, it was discovered that there was a discrepancy between the right-of-way which Caltrans has established for the US 101 Right-of-Way and the survey work which Rau and Associates, Inc.(RAU) performed for both the Talmage Road Interchange and the Redwood Business Park Transportation Improvements projects. RAU relied on official maps from Caltrans from the time of construction and other Maps of Record that created the Redwood Business Park parcels, together with Caltrans-Established HPGN Monuments straddling the development. The customary California Grid was used as a basis with an Epoch Date of 2007.00. The work began in 2009 and completed in 2014. In 2017, RAU was requested to prepare a quitclaim deed for a transfer of right-of-way from the City of Ukiah to Caltrans and to make it conform to the Caltrans resolution of their Right-of-Way for US 101. It was discovered that there were some discrepancies between the RAU version and the Caltrans version. Through discussions and exchange of data, it was determined that the Caltrans resolution was based on an Epoch Date of 2004.69. which created the discrepancy with the epoch which RAU used (2007.00). The Caltrans data is not found on any recorded map and an official request from Caltrans was not made until December 14, 2016, so there was no way of knowing that this basis should have been used until after the mapping for the two projects was complete. It is important to show the two bases on a Record of Survey Map so that future land surveys will have all of the information to correlate the two mapping projects (Caltrans R/W and Ukiah Redwood Business Park). In order to complete this task there is some confirming field work required, then the Record of Survey already authorized must be prepared to show both coordinate systems. In addition, both resolutions of the location of the Right-of-Way are a "best fit" and there are monuments in the field that do not fall precisely on the"best fit". Some are up to 1.5 feet distant from the actual right-of-way and this can lead to confusion in the future if these discrepancies are not documented on the Record of Survey. Task 4.2 Right-of-Way Certification Document In order to begin construction of the modifications to the ramps from US 101 to Talmage Road, Caltrans has requested that a right-of-way certification document be prepared. This document is found in the Caltrans Survey Manual and is identified as Exhibit 14-EX-3(REV 02/2016). A budget of 6 hours has been established for the principal civil engineer from RAU to assist with completing the form and delivering it to the City of Ukiah to complete the right-of-way process. Task 4.3 Miscellaneous Survey Questions— Bidding and Staking There will likely be questions during the bidding process or during the construction staking process regarding the control points shown on the project drawings. A budget of 4 hours for the principal civil engineer and 8 hours for the survey manager at RAU has been established for answering questions and providing assistance to the Construction Manager for both the Redwood Business Park Transportation Improvements and Talmage Road Interchange projects. Task 5 - Project Closeout Task 5.1 Closeout Documentation GHD will prepare final project closeout documents including the following: 10 2017-08-03 RBP CM Proposal.docx 8 / • Final project summary letter • Approved submittals • Responses to RFIs • Approved Change Orders. • All materials testing and inspection records and final reports (provided by City and third party inspectors) • Meeting records Task 5.2 Record Drawings GHD will prepare and transmit Record Drawings to the City, incorporating any field changes, change orders or other changes deemed necessary by the Engineer or City, and existing conditions located by the Contractor. It is assumed the Contractor will provide a single set of consolidated red-line as-built drawings. It is also assumed the City will provide redline drawings of changes documented during daily on-site inspection. GHD will provide one (1) bond hard copy Record Drawing, electronic PDF Record Drawing, and AutoCAD files with consolidated construction changes to the City for their records. Task 5.3 Notice of Completion/Retention GHD will assist the City in preparing the Notice of Completion and coordinate payment processing of retention. Deliverables • Meeting notes and agenda and related records • Photograph and video documentation of existing conditions prior to construction • Monthly payment requests (electronic) • Site visit reports (electronic) • Final project summary letter(electronic) • Approved submittals and change orders (electronic) • Responses to RFIs (electronic) • All materials testing and inspection records and final reports (provided by City and third party inspectors, electronic) • Record Drawings (one bond hard copy, electronic PDF, and AutoCAD files) Information Provided by City 1. Copies of all notices to Construction Contractor. 2. Contact information of City's contract materials testing laboratory/consultant. 3. Reasonable access to project site to conduct surveys and investigations. General Assumptions/Exclusions This proposal is based on the following assumptions: 1. Meetings other than indicated are not required. 2. Production of hard-copy documents in addition to those specified is excluded. 3. Drawings will be prepared using AutoCAD Civil 3D 2016 or newer. 4. Any permits and associated fees will be obtained by County. 5. Cost of materials testing for contract compliance will be provided by the City. 6. Field survey efforts are subject to Prevailing Wage rates. 11 2017-08-03 RBP CM Proposal.docx 9 fi7. All scope associated with hazardous materials investigation, sampling, testing, handling and abating is excluded. Hazardous materials include contaminated soils, groundwater and building materials. 8. Preparation and filing of a Record of Survey is excluded. 9. GHD accept no liability or responsibility for any unauthorized use of our work. Proposed Fee GHD proposes to complete this scope of services for a time-and-materials fee not to exceed $251,025 without written authorization from the City per the attached fee estimate (Attachment 1). Services not included in this proposal can be provided on a time-and-materials basis per the attached GHD Standard Fee Schedule(Attachment 2)or by a negotiated fee. Summary GHD is committed to continuing to provide the City with the high-quality service and professionalism you have come to expect. We are excited about the upcoming construction of these very important projects, and look forward to contributing to their success. Should you have any questions, please do not hesitate to contact me. Sincerely, GHD Inc. Matt Kennedy, PE, TE Project Manager Attachments: 1. GHD Fee Estimate 2. GHD Standard Fee Schedule 12 2017-08-03 RBP CM Proposal.docx 10 II OS M CO O V(O 00 4 N of oO O[Y(O O O N N N oO N_O O 0 CO LO m O CO N-N N LO CO[Y CO O]Oi -J CO 0 M m M O V m M Y`(O oO N V(0(0 LO N o0 V r`O W N M eq Of LO LO r`M O V r`co'V M O O V M O (A eH 69 49 69 69 L-69 69 69 L-6969 I- Lll 69 69 ON CO�VV 6969 eH ON 49 C') 0 LL r Z O I- co co cocco O . 2 O O 0 O N 0 5 O 0 W W LL CO O CO O M CO N N O OVVO O O N N oO0NO 0 0 ft h (O(0 0 (A 09.-09 M LO N N O M 0) 09 M I-W 0 09 1A (CO 19 d' 9 p O co O m co CO<V o0 00 O V(O O O N C90/ oO N O 0 Lc) Ja U <<< N N CO CO x-CO N m LO N M m 0> N N x-(0 0 < .-r 00 I-I N. _ L p V N V 0 CO( CO CO V N (0 M 0 CO N V V 0 Y N d Ni e- (O m M 00 p • LL o O O O N N N W � =3 W 0 a to = C0 0 o co m00 CO m m • c U' U 0 Q rn^ S Z 0 m ua H 0 2▪ F3 N N `CO CO CO N O V N 00 Op L N Z inm W E•• 0 I-W r E C V a ala . p m N V'CO N CO CO O N O '(V GO n Q _ go W• CO 0 Wa 0 To • ho0 00 00 V VCO O N CON N COO N N N VCO N 0 a. N NN N W W m a. N CD W 0 g ON _ '- CO M V V O O n o 42 0 O 0. N S C N 4> N E A A O 0 O O O � V tb V o a Wr I- c 0 a N N N Y Y E w I C r I- -Io -I r I- >, i iiT U ru F a a I- ✓ c o K o O 2 O O O a• mi m m m=mm 7 p pm m m a N 7. O• , O 15_ ED. m m 0 a 7 a N N G Nt72 0 I- g o U . h C C ay CO N O O 00aO OO -= a E O N G U N t0 G• h _ G0 O N Ojm U a O G O y y = g.a 22, 000 � N h0m2 ° U u E a i0 E c 5i .. o m� m 2a. oa m•gt m c � 2c mU 12 E a m y .� 0.a 2 5 o U i.� 0 y 00 0 a a 5 o 7 m a r 0Z-0 ° 02Z2-ii''O U 2 w O_ 0 0 72 0 N Z i> E '� Q 4 N L O O N O>4?O)L E O jE N M T V y 0 U V d o. n w C ya.(na.a. •a.a.a`v)v)a t`-IL'O y0 yO I5'S O O y1 0 (a R a 7 N M V a 7 N M V LO(O Y`W 0 a.- a.-N M a a 7 H I- I- I-N N N N N N N N N I-M I-V V V CL Z.', f 13 N N OI M a 00(0(0 M N 8288 O(0 N M (0 0 0 0 0 0 0 0(O 00 I�N W N O O N N 0(0(O V (0 O�0 M M O Li(A(A(A(A(A(A 0) O 0(O W m O J .1.0_01.---Is O M W m O M N M N m 07 0,10.e. o0 V I�O M N NM eq 1` V V V N V M M I9 M W N N V N W V M O W (a(»(a u) (a(a (a(a(a (a(a M� MM 0000 000,-A, N 0 U. N Z O I:- < 0 0 0 o V O 0 (0 18, U) jp M N O g O O R fi)(A co CO CO O CO 0 5 U a W W LL 800(p(0 M N tV N((0p O(0 N o0 (0 822222228 2228 o0 N O O (A U) W F- of V O�(0 W M V M O�00 I�O M O O M O O 00 W 09090909 N V(A I-N 09 M O� 0) 09 M r W 0 to M c0 ,I-4W0 ,y30 V o0(0(0 M N V N(0 O(0 N M(0 e- 000000000 0000 M N 0 0 0 U) J( V N N I�x-M x-N V � N N x-(0 n II--n M U N 00 e- 1-I - rx n Y N d L.^ V N V O r N o0(0 V M O O W N VV0 0 M too = p d 0 0 0 0 0 N N N I- ', 3 ^ _ w U Q to w _ •• 0 0 0 0 m m co (p w N m O N a 0 U a 'M ? Z 001,j; w Qa 2 m N N W V N W 0 0 0 V N 0 a0 (p j L N N O m W m O H W r N c E w c 0 w a ,0. 111 as I.I. O 0 N N(0 0, NV V O 0 0 V V CO n 01 E w m _ _ N V L CNI `di o g o W m U W(y 0 o c c Z r (0(0O O N N V O(0 00 01010 W (0 0 N V CO N 4 N a N N N N CO - N F N Z 0 g us M n illCDo _ w N N V V 0 0 0 (O 0 0 N 0 b = Q I atot m c m 5 E A A O 0 0 0 0 0 o (V Ni "i V Y) Q 0 r � 01 Y i- r (I) < (I) ,¢ (I) ¢ w r 2r r C v 0 1-. 4 4 4 4 E 0 0 W c r r 6. r ar i- ✓ 0 o Or y i:-:-) o a 0 0 0 1- 0 - mr r N• Y mQ G_> ?�0 0 7 m q 21m m m fy ..(4.2 w a c m w U a w e N u c h u) ' h 'ems o Z 0 0 ct h •y o G o 0 o U Q c a < 0 m 'Z' a Y a 81'2' 1 g ?� o O' o o ro -e, N U m c_' c N. d' w 2 °'n °' 4 c c' y c' u a u a E a m o o N H Z �° o� o um m"`o w"Ea°oa Uc 5 mrr � Unci "2 J O 0 0-T-0.529 d' G"G 5-i= c U m°. 076.9m0 0- 0 a U N U j m O. y H U O m4 m 2a` . 5',a1' ,,2yin m0 z12-5- §-. 3 ,m.3y 0 o a°, 20T.0 . 0 w E a n E W aQ c o U ('- �pi�U m U am mp`t�U OU W m m D.X0`0 7 K °. .-.00 0 O ro. ro a" 'o o U.N 0. G1-0 . . . m,— . .8-8-8- a— O m 0 O O a W U Z N E e0 0 N O)W M N E O jE 4 G L o N y 0 U W W. Q . 6-0 (1, 0" O O O L.O �' 0 T,o o. : 0002L" t0 . 0Y,--0" U d• n n w Z y a` n a`a y a`a`a` n 'n a t`-ce O y U rn rn°('''a.� y U�� y U cez o o H O y1 O l0 < .470!,1,1: Q 7 N M d;(0(0 I�W m Q 7 N M d;(0(0(0 I"- <x-0,,', <7 N M O M. a 7 r r r«« 1-0,10,10,10,10,10,10,10,10,1 r M M M M M M c)M 1-444 1-066 G. G. r.i 1', /i14 / Attachment 2 2017/2018 USA Fee Schedule Principals: $217.00-$245.00 Information Technologists: • Level A $112.00 Associates: $179.00- $226.00 • Level B $122.00 Specialist: $187.00- $226.00 • Level C $133.00- $143.00 • Level D $154.00- $164.00 Engineers: • Level E $181.00- $191.00 • Level A $117.00 • Level F $213.00- $223.00 • Level B $127.00 • Level C $139.00- $159.00 Database Analysts: • Level D $165.00- $176.00 • Level A $96.00 • Level E $183.00- $193.00 • Level B $106.00 • Level F $213.00- $223.00 • Level C $122.00- $142.00 • Level D $157.00- $177.00 Geologists/Hydrogeologists: • Level E $192.00- $202.00 • Level A $117.00 • Level F $205.00- $222.00 • Level B $127.00 • Level C $139.00- $159.00 Technicians/Technologists: • Level D $165.00- $176.00 • Level A $83.00 • Level E $183.00- $193.00 • Level B $101.00 • Level F $213.00- $223.00 • Level C $116.00 • Level D $128.00- $148.00 Environmental Chemists/Scientists/Planners: • Level E $158.00- $168.00 • Level A $112.00 • Level F $196.00- $211.00 • Level B $122.00 • Level C $133.00- $143.00 Draft/CADD: • Level D $154.00- $164.00 • Level A $78.00 • Level E $181.00- $191.00 • Level B $88.00 • Level F $213.00- $223.00 • Level C $99.00 • Level D $111.00 Industrial Hygienists/Safety Professionals: • Level E $121.00 • Level A $112.00 • Level F $131.00 • Level B $122.00 • Level C $133.00- $148.00 Technical Apprentices: $83.00-$93.00 • Level D $159.00- $169.00 • Level E $183.00- $193.00 Administrative Support: $65.00 • Level F $213.00- $223.00 15 July 1,2017 Range Fee Schedule / Attachment 2 2017/2018 Fee Schedule Notes: 1) Rates are for employees of GHD companies. 2) Mileage rates are consistent with current IRS/Canada Revenue Agency rates, which is the rate at which employees are reimbursed. 3) Company owned vehicle rate is $80.00/Day plus $0.28/mile (USA)or$0.24/km (CDN). 4) Travel charges are identified under disbursements and are passed through directly as incurred, all travel via common carrier being at coach class rates. 5) Accommodation expenses are identified under disbursements and are passed through directly as incurred. Lodging costs and meal allowances for each full day depend on the area. 6) Photocopy charges are $0.10 per page. 7) Color photocopy charges are $0.25 per page. 8) Information Technology is billed at $4.50 per hour per person. 9) Specialized Computer Application is billed at$15.00 per hour. 10) Other Office and Field Supplies are charged at standardized rates and are available upon request. 11) Other project related out of office disbursements, expenses, and subcontractor costs will be invoiced with a markup of 10%. 12) Fee schedule is subject to change on July 1, 2018. 16 July 2017 Agenda Item No.: 12b MEETING DATE/TIME: 9/6/2017 os PEAK ITEM NO: COU-141-2017 YOU /1,,,, '„ ,,,,ity af,,,,Ukiah, 4 AGENDA SUMMARY REPORT SUBJECT:Award Contract for Transportation Improvements for Redwood Business Park, Specification No. 17-09, to Ghilotti Construction Company in the Amount of$4,608,888. DEPARTMENT: Public Works PREPARED BY: Jarod Thiele ATTACHMENTS: Attachment 1- RBP Bid Results Specification 17-09 Summary: The City Council will consider awarding the contract for the Transportation Improvements for Redwood Business Park, Specification Number 17-09, to Ghilotti Construction Company in the amount of $4,608,888. Background: The City publicly advertised this project on July 9, 16, and 23, 2017, in the Ukiah Daily Journal. A copy of the Notice to Bidders was sent to all license class "A” contractors on the City's 2017 Qualified Contractors List, and plans and specifications were distributed to the builder's exchanges. In addition, the plans and specifications were posted on the City's website. In accordance with the I-Bank funding requirements, the City implemented a pre-qualification process for contractors. Four general engineering contractors completed and submitted pre-qualification questionnaires. Staff reviewed and scored the pre-qualification questionnaires. In addition, staff interviewed two references for each contractor. Based on the scoring and interviews, staff qualified all four contractors: Argonaut Constructors, Ghilotti Construction Company, Inc., Granite Construction RECOMMENDED ACTION: Award contract for Transportation Improvements for Redwood Business Park, Specification No. 17-09, to Ghilotti Construction Company the lowest responsive, responsible bidder based on bids submitted on August 30, 2017. BUDGET AMENDMENT REQUIRED: No CURRENT BUDGET AMOUNT: $7,333,333 Account#10024220.80230 PC 13001 PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: I-Bank Funding PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: Tim Eriksen, Director of Public Works/City Engineer; Mary Horger, Procurement Manager; Rick Seanor, Deputy Public Works Director Approved: 1 S7 pie Sa 'gi omo, City Manager Company, and Team Ghilotti, Inc. to bid on the City's project. As a result of this pre-qualification process, the City can only accept bids from these four contractors. Discussion: Four sealed proposals were received and opened by the City Clerk on August 30, 2017. The lowest responsive, responsible bidder is Ghilotti Construction Company of Santa Rosa, California with a bid of $4,608,888. Please refer to Attachment "1" for the tabulation of bids. Staff recommends awarding the contract for the Transportation Improvements for Redwood Business Park, Specification Number 17-09, to Ghilotti Construction Company in the amount of$4,608,888. As with construction projects, there may be cost overruns by reason of unforeseen work or because actual quantities installed exceed estimated quantities. Policy Resolution No. 13, authorizes the responsible Department Head, with approval of the City Manager, to issue change orders not to exceed ten percent (10%) of the original contract sum or$5,000 whichever is greater provided that no change, when added to the original contract sum, exceeds the amount budgeted for the project. 2 2 Ce) C �\ k E - E _ _ \/ ! ! ( 0 2 2 — \ \ \ \ \ \ C. $\ / a ['o ± C ° ° - } 0 � 5. ) } \41 ] / / k : ! ! 7 3 g / ® $ / 2 ) ! k k\ \ ) ° ° . ( ! ` \ \ \ \ \ 6 \ \ } } /\ ) ® ! 2 ! ! ! 2 \ �\ ,, ! 'Eo o., § - / \ �\ \4- t \ \ } } \` A. 0 )0 ƒ \ \ § + ) { $ / 0. \0 \ { *g'\\ - - rt \ k ; / j \` } in � Agenda Item No.: 13a MEETING DATE/TIME: 9/6/2017 os PEAK ITEM NO: COU-124-2017 , ,,,, '„ ,,,,ity af,,,,Ukiah,” AGENDA SUMMARY REPORT SUBJECT: Discussion and Possible Action to Determine the City's Position on the 2017 Resolutions being Considered by the League of California Cities and Provide Corresponding Voting Instructions to the City of Ukiah's Voting Delegate. DEPARTMENT: City Clerk PREPARED BY: Kristine Lawler ATTACHMENTS: Attachment 1- League of CA Cities Annual Conference Resolutions Packet Summary: Council will discuss and provide direction to the City's voting delegate regarding the 2017 League of California Cities Conference Resolutions to be considered at the League's Annual Conference. Background:At the City Council Meeting of June 7, 2017, the Council designated Councilmember Mulheren as the City's voting delegate, and City Manager Sangiacomo and Shannon Riley, Deputy City Manager as the alternates, to represent the City of Ukiah at the League's 2017 Annual Conference September 13- 15 in Sacramento. At the General Assembly meeting, the League membership considers and takes action on resolutions that establish League policy and positions. There are two resolutions up for consideration at the meeting: 1. A Resolution of the League of California Cities Calling Upon the Governor and Legislature to Enter into Discussion with League and Other Public Safety Stakeholders to Identify and Implement Strategies that will Reduce the Unintended Negative Impacts of Existing Criminal Law RECOMMENDED ACTION: Provide direction to the City's Voting Delegate on the City's position on the 2017 Resolutions being considered by the League of California Cites at the 2017 Annual Conference. BUDGET AMENDMENT REQUIRED: No CURRENT BUDGET AMOUNT: N/A PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: Sage Sangiacomo, City Manager Approved: 1 S7 pie Sa 'gi omo, City Manager Summary: This resolution seeks to address increases in crime in the wake of AB 109 (2011), Proposition 47 (2014), which reclassified a host of felony offenses as misdemeanors, and Proposition 57 (2016), which revised the rules of parole for what are designated "non-violent" offenders under the California Penal Code, but in fact comprise a number of criminal acts that are violent in nature, or may be committed to facilitate a violent outcome (for example, discharging a firearm from a motor vehicle). This resolution would direct League staff to seek legislation expanding the term "violent felony" as defined in the California Penal Code; to tighten the criteria for the release of non-violent, non-serious, non-sex offender inmates; to mandate consideration of an inmate's entire criminal history as part of the deliberations involving whether to grant an individual parole; and to consider creation of a task force that would be charged with issuing a report recommending further changes in law, and supported by documentation collected by local agencies and other key stakeholders. 2. A Resolution of the League of California Cities Supporting Legislation Amending Government Code Section 38611 to Clarify the Definition of Local Control Providing Broad Statutory Authority for Local Officials to Determine Emergency Service Levels and Direct Emergency Medical Response within their Jurisdictions. Summary: This resolution calls for the Governor and the Legislature to work with the League and other stakeholders to amend Government Code Section 38611 clarifying the definition of local control, providing broad statutory authority for local officials to determine emergency service levels and direct emergency medical response within their jurisdictions. These resolutions being considered, along with background, supporting documents, and analysis are provided in Attachment#1, and can also be reviewed online at www.cacities.org/resolutions. The Public Safety Policy Committee will meet on Wednesday, September 13th, to consider and take action on the resolutions. Their recommendations are forwarded to the General Resolutions Committee, who will then make a recommendation to the General Assembly for the Business Meeting and vote on Friday, September 15th. Discussion: Staff recommends that the Council provide direction to the voting delegate on the attached League of California Cities Resolutions. The City can choose to support, oppose or abstain. 2 2 ATTACri vIENT 1 1400 K Street, Suite 400 • Sacramento, California 95814 OIC CAI.I FORK I Phone: 916.658.8200 Fax: 916.658.8240 www.cacities.org CITIES July 26,2017 TO: Mayors, City Managers and City Clerks League Board of Directors RE: Annual Conference Resolutions Packet Notice of League Annual Meeting Enclosed please find the 2017 Annual Conference Resolutions Packet. Annual Conference in Sacramento.This year's League Annual Conference will be held September 13 - 15 in Sacramento.The conference announcement has previously been sent to all cities and we hope that you and your colleagues will be able to join us.More information about the conference is available on the League's Web site at www.cacities.org/ac.We look forward to welcoming city officials to the conference. Closing Luncheon/General Assembly-Friday, September 15, 12:30 p.m.The League's General Assembly Meeting will be held at the Sacramento Convention Center. Resolutions Packet.At the Annual Conference,the League will consider two resolutions introduced by the deadline, Saturday, July 15,2017,midnight. The resolutions are included in this packet.Resolutions submitted to the General Assembly must be concurred in by five cities or by city officials from at least five or more cities. These letters of concurrence are included with this packet.We request that you distribute this packet to your city council. We encourage each city council to consider the resolutions and to determine a city position so that your voting delegate can represent your city's position on the resolution. A copy of the resolution packet is posted on the League's website for your convenience: .cacities.or resolutions. The resolutions packet contains additional information related to consideration of the resolutions at the Annual Conference. This includes the date,time and location of the meetings at which the resolutions will be considered. Voting Delegates.Each city council is encouraged to designate a voting delegate and two alternates to represent their city at the General Assembly Meeting. A letter asking city councils to designate their voting delegate and two alternates has already been sent to each city. If your city has not yet appointed a voting delegate,please contact Meg Desmond at (916) 658-8224 or email: mdesmond@cacities.org. Please Bring This Packet to the Annual Conference September 13 - 15, Sacramento d- ������ A, Ii 1 tA 11 ''''''''''':== =''''''''''''''' ����,,,, ll101u o I..... I''"""""1" il , „I.� Annual Conference Resolutions Packet 2017 Annual Conference Resolutions ��Ny E ,� r ,/kc�F, /'- 11,4,ri LIFOR P� , Pu Sacramento, California September 13 - 15, 2017 INFORMATION AND PROCEDURES RESOLUTIONS CONTAINED IN THIS PACKET: The League bylaws provide that resolutions shall be referred by the president to an appropriate policy committee for review and recommendation. Resolutions with committee recommendations shall then be considered by the General Resolutions Committee at the Annual Conference. This year,two resolutions have been introduced for consideration by the Annual Conference and referred to the League policy committees. POLICY COMMITTEES: One policy committee will meet at the Annual Conference to consider and take action on the resolutions referred to it. The committee is Public Safety. The committee will meet from 9:00— 11:00 a.m. on Wednesday, September 13, at the Hyatt Regency. The sponsors of the resolutions have been notified of the time and location of the meeting. GENERAL RESOLUTIONS COMMITTEE: This committee will meet at 1:00 p.m. on Thursday, September 14, at the Hyatt Regency in Sacramento, to consider the report of the policy committee regarding the resolutions. This committee includes one representative from each of the League's regional divisions, functional departments and standing policy committees, as well as other individuals appointed by the League president. Please check in at the registration desk for room location. ANNUAL LUNCHEON/BUSINESS MEETING/GENERAL ASSEMBLY: This meeting will be held at 12:30 p.m. on Friday, September 15, at the Sacramento Convention Center. PETITIONED RESOLUTIONS: For those issues that develop after the normal 60-day deadline, a resolution may be introduced at the Annual Conference with a petition signed by designated voting delegates of 10 percent of all member cities (48 valid signatures required) and presented to the Voting Delegates Desk at least 24 hours prior to the time set for convening the Annual Business Meeting of the General Assembly. This year, that deadline is 12:30 p.m., Thursday, September 14. Resolutions can be viewed on the League's Web site: www.cacities.org/resolutions. Any questions concerning the resolutions procedures may be directed to Meg Desmond at the League office: mdesmond@a,cacities.org or(916) 658-8224 1i GUIDELINES FOR ANNUAL CONFERENCE RESOLUTIONS Policy development is a vital and ongoing process within the League.The principal means for deciding policy on the important issues facing cities is through the League's seven standing policy committees and the board of directors.The process allows for timely consideration of issues in a changing environment and assures city officials the opportunity to both initiate and influence policy decisions. Annual conference resolutions constitute an additional way to develop League policy. Resolutions should adhere to the following criteria. Guidelines for Annual Conference Resolutions 1. Only issues that have a direct bearing on municipal affairs should be considered or adopted at the Annual Conference. 2. The issue is not of a purely local or regional concern. 3. The recommended policy should not simply restate existing League policy. 4. The resolution should be directed at achieving one of the following objectives: (a) Focus public or media attention on an issue of major importance to cities. (b) Establish a new direction for League policy by establishing general principles around which more detailed policies may be developed by policy committees and the board of directors. (c) Consider important issues not adequately addressed by the policy committees and board of directors. (d) Amend the League bylaws(requires 2/3 vote at General Assembly). 2 rn ti LOCATION OF MEETINGS Policy Committee Meetings, Wednesday, September 13 Hyatt Regency Sacramento 1209 L Street, Sacramento 9:00—11:00 a.m.: Public Safety General Resolutions Committee Thursday, September 14, 1:00 p.m. Hyatt Regency Sacramento 1209 L Street, Sacramento Annual Business Meeting and General Assembly Luncheon Friday, September 15, 12:30 p.m. Sacramento Convention Center 1400 J Street, Sacramento 3 KEY TO ACTIONS TAKEN ON RESOLUTIONS Resolutions have been grouped by policy committees to which they have been assigned. Number Key Word Index Reviewing Body Action 1 2 3 1 -Policy Committee Recommendation to General Resolutions Committee 2 - General Resolutions Committee 3 - General Assembly PUBLIC SAFETY POLICY COMMITTEE _ 1 2 3 1 Implement Strategies to Reduce Negative Impacts of Recent Changes to Criminal Laws 2 Local Control for Emergency Medical Response Information pertaining to the Annual Conference Resolutions will also be posted on each committee's page on the League website: www.cacities.org. The entire Resolutions Packet will be posted at: www.cacities.org/resolutions. 4 co rn KEY TO ACTIONS TAKEN ON RESOLUTIONS (Continued) Resolutions have been grouped by policy committees to which they have been assigned. KEY TO REVIEWING BODIES KEY TO ACTIONS TAKEN 1. Policy Committee A Approve 2. General Resolutions Committee D Disapprove 3. General Assembly N No Action R Refer to appropriate policy committee for study ACTION FOOTNOTES a Amend+ * Subject matter covered in another resolution Aa Approve as amended+ ** Existing League policy Aaa Approve with additional amendment(s)+ *** Local authority presently exists Ra Refer as amended to appropriate policy committee for study+ Raa Additional amendments and refer+ Da Amend(for clarity or brevity)and Disapprove+ Na Amend(for clarity or brevity)and take No Action+ W Withdrawn by Sponsor Procedural Note: The League of California Cities resolution process at the Annual Conference is guided by the League Bylaws. A helpful explanation of this process can be found on the League's website by clicking on this link: Resolution Process. 5 2017 ANNUAL CONFERENCE RESOLUTIONS RESOLUTION REFERRED TO PUBLIC SAFETY POLICY COMMITTEE 1. A RESOLUTION OF THE LEAGUE OF CALIFORNIA CITIES CALLING UPON THE GOVERNOR AND LEGISLATURE TO ENTER INTO DISCUSSION WITH LEAGUE AND OTHER PUBLIC SAFETY STAKEHOLDERS TO IDENTIFY AND IMPLEMENT STRATEGIES THAT WILL REDUCE THE UNINTENDED NEGATIVE IMPACTS OF EXISTING CRIMINAL LAW Source: City of Whittier Concurrence of five or more cities/city officials: Cities: La Mirada; Lakewood; Monrovia; Pico Rivera; Rolling Hills; Santa Fe Springs; and South Gate Referred to: Public Safety Policy Committee Recommendation to General Resolutions Committee: WHEREAS, during the past several years, State legislative changes have made fundamental alterations to the fabric of California's criminal justice system. Many of those changes have been needed and necessary, as not all crimes should be punished with jail sentences; and WHEREAS, California cities, counties, and the State, however, are facing increased crime which endangers the health and safety of police officers, residents, business owners, and property due to some of these legislative changes which created a situation where violent and career criminals are serving little to no prison time; and WHEREAS,negative impacts from State legislative changes have been far reaching and crime rates and the number of victims are skyrocketing throughout California. The negative impacts of these laws were unintended when voters and legislators approved the laws, which were instead intended to help lower the prison population in California prisons and appropriately rehabilitate non-violent offenders; and WHEREAS, incentives for offenders to voluntarily enroll in substance abuse programs have diminished,which has had the effect of eroding the safety of our communities; and WHEREAS, AB 109 transferred nearly 45,000 felons from the State prison system to local jail facilities, which were not designed to house criminals on a long-term basis and were unprepared for such an increase in incarcerations, resulting in lower-level criminals being released early, directly impacting rising property crime rates throughout the State; and WHEREAS, many probationers who have severe mental illness are released into communities where they continue to commit crimes that adversely impact the safety of community members and drain the resources of probation departments and police departments throughout the state; and 6 0 WHEREAS, Proposition 47, The Safe Neighborhoods and Schools Act, downgraded a number of serious crimes from felonies to misdemeanors—drug possession,repeated shoplifting, forging checks, gun theft, and possession of date-rape drugs; and WHEREAS, Proposition 57 categorizes rape by intoxication, rape of an unconscious person, human trafficking involving sex with minors, drive-by shooting, assault with a deadly weapon, domestic violence, hate crime causing physical injury, and corporal injury to a child as "non-violent" felonies and offenders convicted of violating such laws are able to avoid appropriate prison sentences; and WHEREAS, under Proposition 57, criminals who commit multiple crimes against multiple victims will be eligible for release at the same time as offenders who only committed a single crime against a single victim and allows repeat criminals to be eligible for release after the same period of incarceration as first time offenders; and WHEREAS, cities must join together to voice their concerns for these legislative changes that have created an adverse impact on the safety of residents and businesses in local communities. NOW, THEFORE, BE IT RESOLVED by the General Assembly of the League of California Cities, assembled in Sacramento on September 15, 2017,to: 1. Direct League staff to consider creating a task force with other organizations and jointly commission a report on the unintended negative impacts of recent and future criminal law based on appropriate documentation by local agencies to identify necessary changes, working with key stakeholders to promote support for resulting advocacy efforts. 2. Promote an amendment of appropriate sections of AB 109 to change the criteria justifying the release of non-violent, non-serious, non-sex offender inmates to include their total criminal and mental health history instead of only their last criminal conviction. 3. Continue to advocate to place into law that for the purposes of Section 32 of Article I of the California Constitution, a violent offense includes any of the following: • Murder or voluntary manslaughter. • Mayhem. • Rape. • Sodomy by force,violence, duress,menace, or threat of great bodily harm. • Oral copulation by force, violence, duress,menace, or threat of great bodily harm. • Lewd acts on a child under the age of 14 years. • Any felony punishable by death or imprisonment in the state prison for life. • Any other felony in which the defendant inflicts great or serious bodily injury on any person, other than an accomplice, that has been charged and proven, or any felony in which the defendant uses a firearm which use has been charged and proven. • Attempted murder. • Assault with intent to commit rape or robbery. 7 • Assault with a deadly weapon or instrument on a peace officer. • Assault by a life prisoner on a non-inmate. • Assault with a deadly weapon by an inmate. • Arson. • Exploding a destructive device or any explosive with intent to injure. • Exploding a destructive device or any explosive causing great bodily injury. • Exploding a destructive device or any explosive with intent to murder. • Robbery. • Kidnapping. • Taking of a hostage by an inmate of a state prison. • Attempt to commit a felony punishable by death or imprisonment in the state prison for life. • Any felony in which the defendant personally used a dangerous or deadly weapon. • Escape from a state prison by use of force or violence. • Assault with a deadly weapon. • Extortion as defined in Penal Code section 518, or threats to victims or witnesses as defined in Penal Code section 136.1, which would constitute a felony violation of Penal Code section 186.22. • Carjacking. • Discharge of a firearm at an inhabited dwelling, vehicle, or aircraft. • Throwing acid or flammable substances with intent to injure. • Continuous sexual abuse of a child. 4. Request the State to improve the Smart Justice platform to provide an effective statewide data sharing to allow state and local law enforcement agencies to rapidly and efficiently share offender information to assist in tracking and monitoring the activities of AB 109 and other offenders. 5. Encourage the collection and organization of real world data from cities and counties on the universe of post-release community supervision(PRCS) offenders. 6. Encourage cities throughout California to join in these advocacy efforts to mitigate the unintended negative impacts of recent policy changes to the criminal justice system. 7. Call for the Governor and the Legislature to work with the League and others stakeholders to consider and implement such criminal justice system reforms. ////////// 8 N Background Information on Resolution No. 1 Source: City of Whittier Background: During the past several years, State legislative changes have made fundamental alterations to the fabric of California's criminal justice system. Some changes have been needed, as not all crimes should be punished with jail sentences. These changes included AB 109 as well as Propositions 47 and 57. Approved in 2011,AB 109 was approved,transferring nearly 45,000 felons from the State prison system to local jail systems, resulting in lower-level criminals being released early. Then, Proposition 47, so called The Safe Neighborhoods and Schools Act, was approved by California voters in 2014. It reclassified and downgraded a number of serious crimes from felonies to misdemeanors. Similarly, Proposition 57, called The Public Safety and Rehabilitation Act, was approved by voters in 2016 and allows the State to provide for the release of up to 30,000 criminals convicted of"non-violent" felonies, including rape by intoxication, driveby shooting, human trafficking involving sex act with minors, assault with a deadly weapon, to name a few. Additionally, under Prop 57 repeat criminals are eligible for release after the same period of incarceration as first time offenders. Now, California cities and counties are facing increasing crime rates which are being connected to these legislative actions which created a situation where violent and career criminals are serving little to no prison time while low-level offenders commit multiple crimes with limited consequences. This increasing level of crime endangers the health and safety of our residents, police officers, and property. Negative impacts from these State legislative changes have been far reaching, and crime rates and the number of victims are increasing throughout California. The negative impacts of these laws were unintended when voters and legislators approved the laws, which were instead intended to help lower the prison population in California prisons and appropriately rehabilitate non-violent offenders. As an example,the Public Policy Institute of California reports since 2015: • California has experienced an uptick in overall crime • Property crime is up 145%,violent crime up 54% • One in four Californians view violence and street crime in their community as a substantial problem • Arrests dropped 31%for property crimes and 68% for drug offenses (due to Prop. 47) • The report concludes auto theft increase is a direct result of AB 109 To make matters even worse, during the past two years we've seen officers shot, wounded and killed in communities throughout California including Whittier, Downey, Lancaster, Palm Springs, San Diego, Stanislaus County, and Modoc County. Further, the number of U.S. police officers killed in the line of duty hit a five-year high in 2016. The National Law Enforcement Officers Memorial Fund's preliminary report shows that this year's 135 fatalities were a 10% increase over the 123 officers who died in the line of duty last year. 9 When taken together the increases in crime in our communities and reductions in arrests for many crimes plus violent attacks against police officers underscores the need for a call to action amongst California's state and local leaders. This conference resolution is an important first step and seeks to initiate both a dialogue as well as actions to begin reforming California's criminal justice system by requesting that League staff analyze the negative impacts of recent criminal law, identify necessary changes, and work with stakeholders to promote support for such advocacy efforts. The resolution also calls on the Governor, Legislature, cities, and other stakeholders to work together toward reforms. The resolution contains three specific reforms: 1. Address Issues with AB 109 The conference resolution promotes the amendment of appropriate sections of AB 109 to change the criteria justifying the release of non-violent, non-serious, non-sex offender inmates to include their total criminal and mental health history instead of only their last criminal conviction. 2. Revise the Definition of Violent Crime The resolution calls for the League to advocate to place into law for the purposes of Section 32 of Article I of the California Constitution, a violent offense includes any of the following crimes: • Murder or voluntary manslaughter • Mayhem • Rape • Sodomy by force,violence, duress,menace, or threat of great bodily harm • Oral copulation by force, violence, duress, menace, or threat of great bodily harm, • Lewd acts on a child under the age of 14 years • Any felony punishable by death or imprisonment in the state prison for life • Any other felony in which the defendant inflicts great or serious bodily injury on any person, other than an accomplice,that has been charged and proven, or any felony in which the defendant uses a firearm which use has been charged and proven • Attempted murder • Assault with intent to commit rape or robbery • Assault with a deadly weapon or instrument on a peace officer • Assault by a life prisoner on a non-inmate • Assault with a deadly weapon by an inmate • Arson • Exploding a destructive device or any explosive with intent to injure • Exploding a destructive device or any explosive causing great bodily injury • Exploding a destructive device or any explosive with intent to murder • Robbery • Kidnapping • Taking of a hostage by an inmate of a state prison 10 • Attempt to commit a felony punishable by death or imprisonment in the state prison for life • Any felony in which the defendant personally used a dangerous or deadly weapon • Escape from a state prison by use of force or violence • Assault with a deadly weapon • Extortion as defined in Penal Code section 518, or threats to victims or witnesses as defined in Penal Code section 136.1, which would constitute a felony violation of Penal Code section 186.22 • Carjacking • Discharge of a firearm at an inhabited dwelling, vehicle, or aircraft. • Throwing acid or flammable substances with intent to injure. • Continuous sexual abuse of a child. 3. Data Sharing The resolution requests the State to improve the Smart Justice platform to provide an effective statewide data sharing to allow state and local law enforcement agencies to rapidly and efficiently share offender information to assist in tracking and monitoring the activities of AB 109 and other offenders. ////////// League of California Cities Staff Analysis on Resolution No. 1 Staff: Tim Cromartie Committee: Public Safety Sununary: This Resolution seeks to address increases in crime in the wake of AB 109 (2011), Proposition 47 (2014), which reclassified a host of felony offenses as misdemeanors, and Proposition 57 (2016), which revised the rules of parole for what are designated"non-violent"offenders under the California Penal Code,but in fact comprise a number of criminal acts that are violent in nature, or may be committed to facilitate a violent outcome(for example, discharging a firearm from a motor vehicle). This Resolution would direct staff to seek legislation expanding the term"violent felony" as defined in the California Penal Code; to tighten the criteria for the release of non-violent,non- serious, non-sex offender inmates; to mandate consideration of an inmate's entire criminal history as part of the deliberations involving whether to grant in individual parole; and to consider creation of a task force that would be charged with issuing a report recommending further changes in law, and supported by documentation collected by local agencies and other key stakeholders. I i Background: Since 2011, changes in state law, starting with AB 109, altered the fabric of California's criminal justice system. In 2011, AB 109 began to shift nearly 45,000 felons from the state prison system to local county jails. Prior to AB 109,many of California's more heavily populated counties already had jail systems that were operating under court-ordered or self-imposed population caps. As a result, AB 109 implementation triggered changes in that county jails experienced over time an influx of a rougher class of offender, and many lower level petty criminals committing new offenses were simply booked and released, serving no jail time at all. Proposition 47 followed in 2014,reclassifying a host of felony offenses as misdemeanors and increasing the threshold amount for a felony charge of grand theft from$450.00 to $900.00. The effect of this change was to significantly stimulate the volume of petty theft, shoplifting, auto theft, and organized retail theft(shoplifting involving multiple persons with cell phones, designated getaway drivers, and a pre-determined escape route often involving a short trip to a major highway). Proposition 57, approved by voters in 2016, facilitates the potential early release of a large number of"non-violent" offenders by providing that inmates are eligible for parole once they have served 100%of their base sentence, without regard to any time served as a result of any sentencing enhancements. The universe of"non-violent"offenders could include individuals who have committed the following offenses: rape by intoxication, attempted drive-by shooting, assault with a deadly weapon, throwing acid with the intent to disfigure,to name but a few offenses. Since current law defines a"non-violent offender"based on the individual's most recent commitment offense, even if the individual is a repeat offender, the State Parole Board must still consider that person's parole application. This state of affairs includes factors such as a higher proportion of offenders at large on our city streets,many of whom have had little in the way of rehabilitation programming while incarcerated, some with drug habits,who are more violent now that when initially incarcerated. Unless they engage in major illegal activity(murder,rape, arson, armed robbery), the available sanctions for any violations they commit, such as flash incarceration, i.e. temporary incarceration for 48-72 hours in a city or county jail, scarcely provide a meaningful deterrent to further criminal activity. Communities in California are now facing increasing crime rates which can be linked to these recent legislative changes,which probation officers and local law enforcement are struggling to monitor and contain a situation in which a dramatically increase universe of offenders are at large in our communities. The Public Policy Institute of California reports that since 2015: • California has experienced an increase in overall crime • Property crime is up 145% • Violent crime is up 54% • One in four Californians view violence and street crime in their community as a substantial problem • Arrests dropped 31% for property crimes and 68% for drug offenses (due to Prop. 47) • The report concludes auto theft increase is a direct result of AB 109 12 rn ti Support: Cities of La Mirada, Lakewood, Monrovia, Pico Rivera, Rolling Hills, Santa Fe Springs, and South Gate Opposition: None received. Fiscal Impact: The collective and cumulative effect of the current criminal justice policies has led to increased pressure on county general funds for increased resources for probation supervision and incarceration in county jails, as well as identical pressure on municipal general funds related to increased law enforcement activity and in some areas, increased emergency medical services calls. Should the objectives outlined by the resolution be achieved, those pressures will be alleviated to a significant but undetermined amount. Comment: This measure is a response to a trend of rapidly mounting frustration among cities beset by calls for more law enforcement resources as a result of ongoing, sustained criminal activity. There is a growing sense among law enforcement professionals and local elected officials that current policies which have reduced criminal penalties,reclassified felonies as misdemeanors and facilitated what amounts to early release of many offenders who are not truly non-violent,will in time result in a high-profile tragedy involving significant loss of life. Existing League Policy: In regard to incarceration policy, the League supports stiffer penalties for violent offenders. In 2014, the League joined the California Police Chiefs in opposing Proposition 47, which reduces sentencing penalties for specified non-serious and non-violent drug and property crimes. It directed that the following offenses would be treated as misdemeanors, in most instances irrespective of the circumstances: • Commercial Burglary • Forgery • Passing Bad Checks • Grand Theft • Receipt of Stolen Property • Petty Theft with a Prior Offense • Drug Possession In 2013,the League Board of Directors approved a resolution pertaining to AB 109 (2011), which implemented Public Safety Realignment and brought significant changes to the state's incarceration policy. Specifically, it provided that specified categories of felony offenders previously sentenced to state prison,would prospectively be sentenced to terms in county jails. The League's Resolution had two significant components relevant to this resolution: 1) It urged the Governor's office to adjust the implementation of Public Safety Realignment so that the criteria examined to evaluate the appropriateness of release of non-violent, non-serious, non-sex offender inmates would include their total criminal and mental 13 history, instead of merely the most recent criminal conviction for which they are currently committed; and 2) It urged the Governor's office to expedite the development of an effective statewide data sharing mechanism allowing state and local law enforcement agencies too rapidly and efficiently share offender information to assist in tracking and monitoring the activities of AB 109 and other offenders. Finally,the League in 2016 opposed Proposition 57, which altered rules for parole eligibility for non-violent felons,potentially facilitating parole before an individual has served any time toward a sentencing enhancement, and ushered in new rules for good time behavior seeking to incentivize inmates to undergo rehabilitation programming of an educational/vocational nature. RESOLUTION REFERRED TO PUBLIC SAFETY POLICY COMMITTEE 2. A RESOLUTION OF THE LEAGUE OF CALIFORNIA CITIES SUPPORTING LEGISLATION AMENDING GOVERNMENT CODE SECTION 38611 TO CLARIFY THE DEFINITION OF LOCAL CONTROL PROVIDING BROAD STATUTORY AUTHORITY FOR LOCAL OFFICIALS TO DETERMINE EMERGENCY SERVICE LEVELS AND DIRECT EMERGENCY MEDICAL RESPONSE WITHIN THEIR H.TRISDICTIONS Source: City of Tracy Concurrence of five or more cities/city officials: Cities: Lathrop, Lodi, Manteca, Stockton, and Consunmes Fire Department(Cities of Elk Grove and Galt) Referred to: Public Safety Policy Committee Recommendation to General Resolutions Committee: WHEREAS, Government Code Section 38611 was last amended in 1957 and does not contain language clarifying the broad scope of emergency services as provided by present day fire departments; and WHEREAS, Government Code Section 38611 requires hirther definition for general law and charter cities in determining service levels for the delivery of emergency services commensurate with the resources provided by the local government body; and WHEREAS,pursuant to Section 7 of Article XI of the California Constitution, municipal governments are vested with police power which imposes on the responsibility to protect public safety and public health and municipal governments must provide or contract for fire and/or emergency medical services; and WHEREAS,the local provision of fire protection services,rescue services, emergency medical services, hazardous material emergency response services, ambulance services, and other services relating to the protection of lives and property is critical to the public peace, health, and safety of the state; and 14 co rn WHEREAS, local fire and/or emergency medical services are financed by local taxpayers and the availability and use of such services is determined by the local governing body of the jurisdiction to which services are directly provided; and WHEREAS, amending Government Code Section 38611 would provide the chief of a fire department specific authority to protect public safety and public health within the jurisdictional boundaries of the fire department. RESOLVED, that the League of California Cities General Assembly, assembled at the League Annual Conference on September 15, 2017 in Sacramento, calls for the Governor and the Legislature to work with the League and other stakeholders to amend Government Code Section 38611 clarifying the definition of local control,providing broad statutory authority for local officials to determine emergency service levels and direct emergency medical response within their jurisdictions. ////////// Background Information on Resolution No. 2 Source: City of Tracy Background: In 1980, the State Legislature enacted the Emergency Medical Services (EMS)Act in response to the development of paramedic services and a concern that there was a lack of medical oversight and coordination of emergency medical services. The EMS Act contains 100 different provisions in nine separate chapters of the California Health and Safety Code. The EMS Act created a two-tiered system that established a State EMS Agency to coordinate state-wide EMS activities and to develop state-wide minimum EMS policies and a local tier(Local EMS Agency) to plan, implement and evaluate an EMS System. The statute also includes language that establishes "The medical direction and management of an emergency medical services system shall be under the medical control of the medical director of the local EMS Agency. " In each county,the local EMS Agency sets local EMS policy, administers and provides medical oversight for cities and special fire districts to deliver EMS services within the county. In the late 1970's, as the EMS Act was being developed, the League of California Cities weighed heavily concerning the impact of the proposed EMS Act on cities. The League of California Cities argued against depriving a city of local control over EMS service levels. The League of California Cities wrote, "We believe (local control) is important because city taxpayers financially support(EMS)programs and city management is responsible for their efficient utilization. The city council is responsible for the level of service and the cost of the program, wholly unrelated to the medical questions. " Based on that argument, additional language was included in the EMS policy that allowed local agencies that were providing EMS service to continue (and even obligated)them to continue to provide EMS services at the same levels as prior to 1980. This addition to the EMS Act(Section 1797.201 —became known as"201 15 Rights")has been very controversial and has led to several lawsuits between cities/special districts and local EMS Agencies. The City of Tracy in San Joaquin County has become the epicenter on the issue of local control as it relates to who has the authority to determine which resources will respond to medical emergencies. Several incidents have been noted where poor patient outcomes were the result of a failed county policy(SJCEMS Agency Policy 3202)that restricts local fire departments from responding to "low-level" emergencies. The EMS policy decisions within San Joaquin County have potential implications on every local community within the state of California and increasingly threaten local control. Proposed Amendment The proposed amendment to Government Code Section 38611 would clarify local control and allow the local governing bodies to determine which services are directly provided within their respective jurisdictions. The existing law is extremely limited in scope having been last amended in 1957, at a time when fire departments did not routinely provide many of the specialized services of today. Changes in services provided include but are not limited to hazardous materials response, specialized rescue, and emergency medical services. The amendment aims to support the long-standing tradition in California of local control over the types, levels, and availability of these services. ///////// League of California Cities Staff Analysis on Resolution No.2 Staff: Tim Cromartie Committee: Public Safety Summary: This resolution calls for the Governor and the Legislature to work with the League and other stakeholders to amend Government Code Section 38611 clarifying the definition of local control, providing broad statutory authority for local officials to determine emergency service levels and direct emergency medical response within their jurisdictions. Background: In 1980,the State Legislature enacted the Emergency Medical Services (EMS)Act in response to the development of paramedic services and a concern that there was a lack of medical oversight and coordination of emergency medical services. The EMS Act contains 100 different provisions in nine separate chapters of the California Health and Safety Code. The EMS Act created a two-tiered system that established a State EMS Agency to coordinate state-wide EMS activities and to develop state-wide minimum EMS policies and a local tier(Local EMS Agency) to plan,implement and evaluate an EMS System. The statute also includes language that establishes "The medical direction and management of an emergency medical services system shall be under the medical control of the medical director N 16 0 N of the local EMS Agency. " In each county,the local EMS Agency sets local EMS policy, administers and provides medical oversight for cities and special fire districts to deliver EMS services within the county. In the late 1970's, as the EMS Act was being developed, the League of California Cities weighed heavily concerning the impact of the proposed EMS Act on cities. The League argued against depriving a city of local control over EMS service levels. The League wrote, "We believe (local control) is important because city taxpayers financially support(EMS)programs and city management is responsible for their efficient utilization. The city council is responsible for the level of service and the cost of the program, wholly unrelated to the medical questions. " Based on that argument, additional language was included in the EMS policy that allowed local agencies that were providing EMS service to continue (and even obligated) them to continue to provide EMS services at the same levels as prior to 1980. This addition to the EMS Act(Section 1797.201 —became known as "201 Rights")has been very controversial and has led to several lawsuits between cities/special districts and local EMS Agencies. The City of Tracy in San Joaquin County has become one of the epicenters on the issue of local control as it relates to who has the authority to determine which resources will respond to medical emergencies. Several incidents have been noted where poor patient outcomes have been attributed by some observers to a county policy(SJCEMS Agency Policy 3202)that restricts local fire departments from responding to "low-level" emergencies. The EMS policy decisions within San Joaquin County have potential implications on every local community within the state of California and increasingly threaten local control. Support: Cities of Lathrop, Lodi, Manteca, City of Stockton, and Consumnes Fire Department(Cities of Elk Grove and Galt) Opposition: None received. Fiscal Impact: This resolution, if its directive can be achieved, will have no direct fiscal impact on cities. It will however,provide an atmosphere in which cities that have invested significant resources in building up and maintaining an independent EMS capability can have confidence that it will be deployed as intended. Comment: While this resolution calls for very specific action to clarify the rules governing emergency medical services, ideally it would be more generally worded to allow greater flexibility in pursuing legislative and other solutions to a problem that has existed for decades, spawning both legislation and multiple incidents of litigation. However, it accurately expresses the legitimate frustration of cities in their efforts to provide emergency medical services (EMS)while abiding by the directives of their local emergency medical services authorities (LEMSA's), which are county entities. Counties have broad 1,,7 discretion under existing case law in how they administer EMS under the doctrine of medical control. To the degree there is dissatisfaction on the part of cities within a given county or counties, the following should be noted: 1) A task force convened by the California Emergency Medical Services Authority, the state entity with jurisdiction over this subject matter,made significant headway in crafting regulations governing the provision of ground emergency medical transport--until disputes over local control and the criteria under which a local (municipal) agency could lay claim to the exclusive right to provide EMS in a specific operating area led to a lawsuit being filed by the California Fire Chiefs Association. That suit effectively suspended the work of the Task Force. 2) Over the past two decades,multiple attempts at legislation to resolve this issue have been tried,most without success. It was in part the multiple attempts at legislation that triggered the formation of the above-referenced task force. Existing League Policy: The League supports the fire service mission of saving lives and protecting property through fire prevention, disaster preparedness,hazardous-materials mitigation, specialized rescue, etc. as well as cities' authority and discretion to provide all emergency services to their communities. The League supports and strives to ensure local control of emergency medical services by authorizing cities and fire districts to prescribe and monitor the manner and scope of pre-hospital emergency medical services, including transport through ambulance services, all provided within local boundaries for the purpose of improving the level of pre-hospital emergency medical service. The League supports legislation to provide the framework for a solution to longstanding conflict between cities, counties, the fire service and LEMSA's particularly by local advisory committees to review and approve the EMS plan and to serve as an appeals body. Conflicts over EMS governance may be resolved if stakeholders are able to participate in EMS system design and evaluation and if complainants are given a fair and open hearing. The League opposes legislation,regulations and standards that impose minimum staffing and response time standards for city fire and EMS services since such determinations should reflect the conditions and priorities of individual cities. The League supports Emergency 911 systems to ensure cities and counties are represented on decisions affecting emergency response. 18 N N LETTERS OF CONCURRENCE Resolution No. 1 Implement Strategies to Reduce Negative Impacts of Recent Changes to Criminal Laws 19 LA 13700 La Mirada Boulevard G� t�'4 La Mirada,California 90638 ' P.O. 828° V . CITY OF LA MIRADA BoLa Mirada,California.O.Bo 0828 DEDICATED TO SERVICE Phone:(562)943-0131 Pax:(562)943-1464 ,1111 4$ nvw.cityoflamirada,org *ono 40 .. . ,. . _ ,.... _.. - .. .._ ......... .. ... ...... _�.m.-._ �.m,_.._,,,. °i° cwyt July 11, 2017 LETTER OF SUPPORT General Resolutions Committee League of California Cities 1400 K Street, Suite 400 Sacramento, CA 95814 SUBJECT: 2017 CONFERENCE RESOLUTION STRATEGIES TO IMPROVE NEGATIVE IMPACTS OF CRIMINAL LAW Dear Committee: The City of La Mirada supports the League of California Cities Annual Conference Resolution proposed by the City of Whittier calling on the Governor and Legislature to enter into discussion with the League and other public safety stakeholders to identify and implement strategies that will improve the unintended negative impacts of existing criminal law. The City of La Mirada has seen increases in property crime that may have resulted from a combination of legislative actions and voter-approved initiatives. Specifically, since 2014 the City of La Mirada has seen property crime increase by 41 percent. The proposed resolution seeks to correct these negative impacts from existing criminal law and considers proactive measures that could reduce such impacts. The resolution directs League staff to consider creating a task force with other organizations and jointly commission a report on the unintended negative impacts of recent criminal law to identify necessary changes. The resolution also promotes an amendment of appropriate sections of AB 109 to change the criteria justifying the release of non-violent, non-serious, non-sex offender inmates to include one's total criminal and mental health history instead of only the most recent criminal conviction. It encourages continued advocacy to make "violent offenses" include crimes that meet the plain language definition of"violent". The resolution further asks the State to improve the Smart Justice platform to allow state and local law enforcement agencies to rapidly share information to track offenders, and encourages data collection on post-release community supervision offenders. The passage of this resolution would provide a range of important reforms to enhance public safety in our community. For these reasons, the City of La Mirada strongly supports this resolution to strategically address criminal justice reforms. Sincerely, CITY OF A MIRADA Ed Eng Mayor EEJ.B:Ydr.. ........ ... ,...,_._...,,, _ ......- _ ._.m...... .. Ed Er N Lawrence P.Mowles Steve De Ruse,D. ilia. John Lewis Andrew Sarega Jeff Boynton Mayc .f. Mayor Pro Tem Councilmember Councilmember Council member City Manager N Stele Croft OV LA"ip Jeff Wood Vice A1u)nr 1," Council Member � Od Kau Piazza Council 7inl Rogers Council Alember �� Counccil Member July 10, 2017 0` 1.IF00 Diane DuBois General Resolutions Committee Mayor League of California Cities 1400 K Street, Suite 400 Sacramento, CA 95814 RE: 2017 Conference Resolution—Notice of Support Strategies to Improve Negative Impacts of Criminal Law Dear Committee: The City of Lakewood supports the League of California Cities Annual Conference Resolution calling on the Governor and Legislature to enter into discussion with the League and other public safety stakeholders to identify and implement strategies that will improve the unintended negative impacts of existing criminal law. Like other cities, Lakewood has seen increases in property crime that may have resulted from a combination of legislative actions and voter-approved initiatives. The proposed annual conference resolution seeks to turn around these negative impacts from existing criminal law and considers proactive measures that could reduce such impacts. These include: • Request League staff to consider creating a task force with other organizations and jointly commission a report on the unintended negative impacts of recent criminal law to identify necessary changes and work with key stakeholders to promote support for resulting advocacy efforts. • Promote an amendment of appropriate sections of AB 109 to change the criteria justifying the release of non-violent, non-serious, non-sex offender inmates to include their total criminal and mental health history instead of only their last criminal conviction. It encourages continued advocacy to make,"violent offenses" include crimes that meet the plain language definition of"violent." • Request that the State improve the "Smart Justice" platform to allow state and local law enforcement agencies to rapidly share information to track offenders and encourage data collection on post-release community supervision offenders. The passage of this resolution would provide a range of important reforms that would enhance public safety in our community. For these reasons, the City of Lakewood strongly supports this resolution to strategically address criminal justice reforms. Sincerely, cA.451,-;(..e" c74.4.4.40 Diane DuBois Mayor Lakewood 5050 Clark Avenue,Lakewood,CA 90712•(562)866-9771 •Fax(562) $6-0505•www.lakewoodcity.org•Email:servicel@lakewoodcilv.org City of MONROVIA 1887 ***** AMmedcaCity �I r d July 11,2017 President JoAnne Mounce The League of California Cities 1400 K Street,Suite 400 Sacramento,CA 95814 RE: Letter of Support for the Resolution Brought Forward by the City of Whittier Regarding the Unintended Negative Consequences of Recent Legislative Changes to California's Criminal Justice System Dear Ms.Mounce: The City of Monrovia strongly supports the Resolution brought forth by the City of Whittier, which asks the League of California Cities(League)to initiate and facilitate further discussion between the Governor,the State Legislature,and other key public safety stakeholders regarding the legislative changes that have been made to California's criminal justice system during the past few years. Taken together,Assembly Bill 109,Proposition 47,and Proposition 57 have reshaped how we approach public safety issues in our State. And certainly,the identified measures have resulted in measurable and positive impacts to California's criminal justice system,such as a decrease in the State prison system population. However,the cumulative effect of these legislative actions have had several significant unintended consequences, which have resulted in California cities now needing to address increasingly complex public safety challenges. For example, in the City of Monrovia, violent and property crimes increased by 19%when comparing 2016 crime levels against 2015 rates. On-the-street information being provided by our Police Officers seems to correlate that the increasing levels of crime are connected with the legislative changes that have been enacted in California during the past several years. Additionally,the public safety issues we are experiencing in Monrovia are not occurring in a vacuum,as other neighboring jurisdictions are reporting similar concerns that impact our region as a whole. Given these factors,we believe that California's overall criminal justice system needs to be carefully reexamined for potential methods to mitigate these emerging public safety issues. The City of Whittier's Resolution represents a positive first step, which includes the formation of a task force to examine possible criminal justice system modifications in greater detail. We believe that such a step would be a move in the right direction for California. For these reasons,the City of Monrovia strongly supports the Resolution brought forth by the City of Whittier. Of course, please feel free to contact me if I can provide any additional information. I can be reached at(626)932-5501,or via email at ochi@ci.monrovia.ca.us. B sttrre�garrdds, Oliver Chi City Manager 415 South Ivy Avenue • Monrovia, California 91016-2888 • (626) 932-5550 • FAX (626) 932-5520 I°flI1Yt d 1101 0) J��J�.Cd' 22 N City of Pico Rivera City Council 'i!a9 � �n���fh Bob J.Archuleta ' --k14/ � OFFICE OF THECITY MANAGER 'i1 irr� Mayor . / "` GustavoV.Camacho „y� yj« 6615 Passons Boulevard•Pico Rivera,California 90660 MayorPro Tern Jt� 11 David W.Armenta ;/G�r, k'It/ 562 801-4379 Councilmember 'kw,og� Web:www.pico-rivera.orq•e-mail:rbobadilla@pico-rivera.org Gregory Salcido René Bobadilla,P.E. Councilmember City Manager Brent A.Tercero Councilmember July 12, 2017 General Resolutions Committee League of California Cities 1400 K Street, Suite 400 Sacramento, CA 95814 RE: 2017 Conference Resolution Strategies to Improve Negative Impacts of Criminal Law Notice of Support Dear Committee: The City of Pico Rivera supports the League of California Cities Annual Conference Resolution calling on the Governor and Legislature to enter into discussion with the League and other public safety stakeholders to identify and implement strategies that will improve the unintended negative impacts of existing criminal law. The City of Pico Rivera has seen increases in property crime that may have resulted from a combination of legislative actions and voter-approved initiatives. Following are some specific impacts provided by the Pico Rivera Sheriffs Department: Part I crimes Robbery is up 10.26% in 2017 compared to 2016 Larceny Theft is up 4.09% in 2017 compared to 2016 Part II crimes Weapon Law is up 9.68% in 2017 compared to 2016 Felony Transport & or Sales of controlled substance (except Marijuana) is up 44.44% compared to 2016 Misdemeanor Possession of a Controlled Substance (excluding Marijuana) is up 56.06% compared to 2016 Under the influence of Narcotic is up 28.57% in 2017 compared to 2016 The proposed annual conference resolution seeks to turn around these negative impacts from existing criminal law and considers proactive measures that could reduce such impacts. 23 General Resolutions Committee 2017 Conference Resolution — Strategies to Improve Negative Impacts of Criminal Law Notice of Support July 12, 2017 Page 2 The resolution directs League staff to consider creating a task force with other organizations and jointly commission a report on the unintended negative impacts of recent criminal law to identify necessary changes, working with key stakeholders to promote support for resulting advocacy efforts. The resolution also promotes an amendment of appropriate sections of AB 109 to change the criteria justifying the release of non-violent, non-serious, non-sex offender inmates to include their total criminal and mental health history instead of only their last criminal conviction. It encourages continued advocacy to make "violent offenses" include crimes that meet the plain language definition of"violent". The resolution further asks the State to improve the Smart Justice platform to allow state and local law enforcement agencies to rapidly share information to track offenders, and encourages data collection on post-release community supervision offenders. The passage of this resolution would provide a range of important reforms that would enhance public safety in our community. For these reasons, the City of Pico Rivera strongly supports this resolution to strategically address criminal justice reforms. Best regards, René Bobadilla, P.E. City Manager City of Pico Rivera 24 co rn N 0‘.‘- HI(� BB il. 11111T eity �� ii i// NCOHFCHRMLO JANUAO•W 24 0,,, 1111111111111 11111111 11, _. 1140 „ 9111111101111y _. NO.2 PORTUGUESE BEND ROAD � .... ROLLING HILLS,CALIF.90274 (310)377-1521 FAX:(310)377-7288 July 12,2017 General Resolutions Committee League of California Cities 1400 K Street,Suite 400 Sacramento, CA 95814 RE: 2017 Conference Resolution Strategies to Improve Negative Impacts of Criminal Law Notice of Support Dear Members of the General Resolutions Committee: As a member of the Rolling Hills City Council,I support the League of California Cities Annual Conference Resolution calling on the Governor and Legislature to enter into discussion with the League and with other public safety stakeholders to identify and implement strategies that will relieve the unintended negative impacts of existing criminal law. The City of Rolling Hills has seen increases in burglaries, mail/package theft and other property related crime that may have resulted from a combination of legislative actions and voter-approved initiatives. The City has also seen a significant jump in identity theft. The proposed annual conference resolution seeks to turn around these negative impacts from existing criminal law and considers proactive measures that could reduce such impacts. The resolution directs League staff to consider creating a task force with other organizations and jointly commission a report on the unintended negative impacts of recent criminal law to identify necessary changes, working with key stakeholders to promote support for resulting advocacy efforts. The resolution also promotes an amendment of appropriate sections of AB 109 to change the criteria justifying the release of non-violent, non-serious, non-sex offender inmates to include their total criminal and mental health history instead of only their last criminal conviction. It encourages continued advocacy to make "violent offenses" include crimes that meet the plain language definition of"violent". 25 ®Printed on Recycled Paper General Resolutions Committee July 12,2017 Re: 2017 Conference Resolution Strategies to Improve Negative Impacts of Criminal Law- Notice of Support Page 2 The resolution further asks the State to improve the Smart Justice platform to allow state and local law enforcement agencies to rapidly share information to track offenders, and encourages data collection on post-release community supervision offenders. The passage of this resolution would provide a range of important reforms that would enhance public safety in our community. For these reasons, I strongly support this resolution to strategically address criminal justice reforms. g y pp Sincerely, Bea Dieringer Councilmember City of Rolling Hills RC:BD:hi 07-12-17League Resolution Support.docx G, 26 0 co 11710 Telegraph Road CA 90670-3679 (562) 868-0511 Fax(562)868-7112 www.santafesprings.org "A great place to live, work and play" July 11, 2017 General Resolutions Committee League of California Cities 1400 K Street, Suite 400 Sacramento, CA 95814 RE: 2017 Conference Resolution Strategies to Improve Negative Impacts of Criminal Law Notice of Support Dear Committee: The City of Santa Fe Springs supports the League of California Cities Annual Conference Resolution calling on the Governor and Legislature to enter into discussion with the League and other public safety stakeholders to identify and implement strategies that will improve the unintended negative impacts of existing criminal law. The City of Santa Fe Springs has seen increases in property crime that may have resulted from a combination of legislative actions and voter-approved initiatives. In addition, the City of Santa Fe Springs contracts with the Whittier Police Department for Law Enforcement Services. In February,Whittier Police Department Officer Keith Boyer was gunned down by a AB 109 offender in a heinous act of indiscrimate violence. We feel strongly that AB 109 and the loosening of oversight and control over recidivist offenders was atleast partially responsible in Officer Boyer's death. We believe that the proposed annual conference resolution seeks to turn around these negative impacts from existing criminal law and considers proactive measures that could reduce such impacts. The resolution directs League staff to consider creating a task force with other organizations and jointly commission a report on the unintended negative impacts of recent criminal law to identify necessary changes,working with key stakeholders to promote support for resulting advocacy efforts. The resolution also promotes an amendment of appropriate sections of AB 109 to change the criteria justifying the release of non-violent, non-serious, non-sex offender inmates to include their total criminal and mental health history instead of only their last criminal conviction. It encourages continued advocacy to make"violent offenses"include crimes that meet the plain language definition of"violent". The resolution further asks the State to improve the Smart Justice platform to allow state and local law enforcement agencies to rapidly share information to track offenders, and encourages data collection on post-release community supervision offenders. William K.Rounds,Mayor•Jay Sarno,Mayor Pro Tern City Council Richard J.Moore•Juanita Trujillo•Joe Angel Zamora City Manager Thaddeus McCormack 27 July 10, 2017 Page 2 2017 Conference Resolution The passage of this resolution would provide a range of important reforms that would enhance public safety in our community. For these reasons, the City of Santa Fe Springs strongly supports this resolution to strategically address criminal justice reforms. Sincerely, K William K. Rounds, Mayor City of Santa Fe Springs William K.Rounds,Mayor•Jay Sarno,Mayor Pro Tern City Council Richard J.Moore•Juanita Trujillo•Joe Angel Zamora City Manager Thaddeus McCormack 28 N M ntzi t City of South Gate � � �� 8650 CALIFORNIA AVENUE+SOUTH GATE, CA 90280-3075+ (323)563-9543 WWW.CITYOFSOUTHGATE.ORG FAX(323)569-2678 MARIA DAVILA, Mayor MARIA BELEN BERNAL, Vice Mayor DENISE DIAZ, Council Member JORGE MORALES, Council Member AL RIOS, Council Member July 11, 2017 General Resolutions Committee League of California Cities 1400 K Street, Suite 400 Sacramento, CA 95814 RE: 2017 ANNUAL CONFERENCE RESOLUTION: STRATEGIES TO IMPROVE NEGATIVE IMPACTS OF CRIMINAL LAW-NOTICE OF SUPPORT Dear Committee: As a Council Member of the City of South Gate, and a Member of the League's Public Safety Policy Committee, I am writing to express my support of the City of Whittier's 2017 Annual Conference Resolution (Resolution.) The proposed Resolution calls on the Governor and Legislature to enter into discussion with the League and other public safety stakeholders, to identify and implement strategies that will improve the unintended negative impacts of existing criminal law. Cities in Los Angeles County have experienced increases in property crimes that may have resulted from a combination of legislative actions and voter-approved initiatives. The proposed Resolution seeks to remedy many of the negative impacts from existing criminal law and considers proactive measures that could reduce such impacts. The passage of this Resolution would provide a range of important League directives to address the growing public safety concerns in these communities. For these reasons, I strongly support this Resolution to strategically address criminal justice reforms. Si •rge Morales Council Member 29 LETTERS OF CONCURRENCE Resolution No. 2 Local Control for Emergency Medical Response G, 30 COLC) 51"17,4r),, COSUMNE.S ARE P T T IIIafjia'� ' 10573 E Stockton Blvd. �� Elk Grove, CA 95624 ,' (916) 405-71 ; I 1 Fax(916) 685-6622 SERVING www.yourcsd.com EC KGROVE&GALT July 13, 2017 The Honorable JoAnne Mounce, President League of California Cities 1400 K Street Sacramento, California 95814 RE: RESOLUTION THAT SUPPORTS LEGISLATION TO AMEND GOVERNMENT CODE SECTION 38611 TO CLARIFY THE DEFINITION OF LOCAL CONTROL Dear President Mounce, The Cosumnes CSD Fire Department, which encompasses the Cities of Elk Grove and Galt supports the proposed resolution that would support legislation to amend Government Code Section 38611 to clarify the definition of local control as it pertains to emergency services. A core function of local government is the ability to determine and provide the appropriated level of emergency response resources. Allowing Local Emergency Medical Services Agencies (LEMSAs)to determine when and how local fire agencies respond to emergencies circumvents the role of Fire Chiefs and municipal and special fire district legislative bodies. It should be the role of the Fire Chief to determine the required service levels and the role of the local legislative bodies to support the Fire Chiefs recommendations based on community expectations, community risk reduction strategies and available resources. Therefore, the Cosumnes CSD Fire Department supports the proposed resolution and future legislation that would serve to ensure local government determines their emergency response service levels. If further clarification is required, please let me know. iSin - / r Michael McLaughlin Fire Chief Community Services Enriching Community Saving Lives 31 City Of diff• • • Office of the City Manager 390 Towne Centre Dr. - Lathrop,CA 95330 Phone(209)941-7220-fax (209)941-7248 www.ci.lathropsa.us July 14, 2017 The Honorable JoAnne Mounce, President League of California Cites 1400 K Street Sacramento, CA 95814 Sent to Via Email to: Meg Desmond Jdetinlond cac tiesmorra<mailto.mdesmond@cacities.or. Re: RESOLUTION THAT SUPPORTS LEGISLATION TO AMEND GOVERNMENT CODE SECTION 38611 TO CLARIFY THE DEFINITION OF LOCAL CONTROL Dear President Mounce, The City of Lathrop supports the proposed resolution that would support legislation to amend Government Code Section 38611 to clarify the definition of local control as it pertains to emergency services. A core function of local government is the ability to determine and provide the appropriated level of emergency response resources. Allowing Local Emergency Medical Services Agencies (LEMSAs) to determine when and how local fire agencies respond to emergencies circumvents the role of Fire Chiefs and municipal and special fire district legislative bodies. It should be the role of the Fire Chief to determine the required service levels and the role of the local legislative bodies to support the Fire Chief's recommendations based on community expectations, community risk reduction strategies and available resources. Therefore, the City of Lathrop supports the proposed resolution and future legislation that would serve to ensure local government determines their emergency response service Ievels. If further clarification is required, please let me know. Thank you, : ephen J. Salvatore City Manager Cc: Members of the City of Lathrop City Council Lathrop Manteca Fire Chief, Gene Neely Tracy City Manager,Troy Brown Tracy Fire Chief, Randall Bradley Central Valley Regional Public Affairs Manager LOCC, Stephen Qualls W 32 rn 6 ti M CITY COUNCIL CITY O F L O D I STEPHEN SCHWABAUER DOUG KUEHNE, Mayor City Manager ALAN NAKANISHI, JENNIFER M. FERRAIOLO Mayor Pro Tempore CITY HALL, 221 WEST PINE STREET City Clerk MARK CHANDLER P.O. BOX 3006 JANICE D. MAGDICH BOB JOHNSON LODI, CALIFORNIA 95241-1910 City Attorney JOANNE MOUNCE (209) 333-6702 / FAX (209) 333-6807 www.lodi.gov citvclerkelodi.gov July 19, 2017 The Honorable JoAnne Mounce, President League of California Cities 1400 K Street, Suite 400 Sacramento, CA 95814 RE: RESOLUTION OF THE LEAGUE OF CALIFORNIA CITIES SUPPORTING LEGISLATION AMENDING GC §38611 TO CLARIFY DEFINITION OF LOCAL CONTROL PROVIDING BROAD STATUTORY AUTHORITY FOR LOCAL OFFICIALS TO DETERMINE EMERGENCY SERVICE LEVELS AND DIRECT EMERGENCY MEDICAL RESPONSE WITHIN THEIR JURISDICTIONS The City of Lodi supports the proposed resolution to support legislation amending Government Code §38611 to clarify the definition of local control providing broad statutory authority for local officials to determine emergency service levels and direct emergency medical response within their jurisdictions. Accordingly, we concur in the submission of the resolution for consideration by the League of California Cities General Assembly at its annual meeting on September 15, 2017. Government Code Section 38611 does not contain language clarifying the broad scope of emergency services as provided by present day fire departments. The code requires further definition for general law and charter cities in determining service levels for the delivery of emergency services commensurate with the resources provided by the local government body. Amending Government Code Section 38611 would provide the chief of a fire department specific authority to protect public safety and public health within the jurisdictional boundaries of the fire department. The City of Lodi is in strong support of providing statutory authority for local officials to determine emergency service levels and direct emergency medical response within their jurisdictions. Sincerely, Doug agrhne Mayor, City of Lodi DK/JMF cc: Larry Rooney, Fire Chief, City of Lodi Randall Bradley, City of Tracy, randall.bradlev aC�ci.tracv.ca.us Stephen Qualls, League of California Cities, squalls a(�cacities.orq N:\Administration\CLERK\Counci l\CORRESP\LETTERS\Iemergencyservices2.doc 33 T CITY OF MANTECA - FIRE DEPARTMENT 17541 UN/ON ROAD • MANTECA, CA 95337 ky, (209)456-8300 • FAX(209)923-8936 i ; July 13, 2017 League of California Cities 1400 K Street,Suite 400 Sacramento CA 95814 RE:A RESOLUTION OF THE LEAGUE OF CALIFORNIA CITIES SUPPORTING LEGISLATION AMENDING GOVERNMENT CODE SECTION 38611 TO CLARIFY THE DEFINITION OF LOCAL CONTROL PROVIDING BROAD STATUTORY AUTHORITY FOR LOCAL OFFICIALS TO DETERMINE EMERGENCY SERVICE LEVELS AND DIRECT EMERGENCY MEDICAL RESPONSE WITHIN THEIR JURISDICTIONS To Whom It May Concern: This letter confirms that the City of Manteca supports the resolution on Emergency Medical Services submitted to the League of California cities by the City of Tracy. The City of Manteca believes that local control of Emergency Services is critical to ensure that the best possible service and protection of our citizens/taxpayers is provided. We appreciate the City of Tracy's willingness to bring this crucial issue to the forefront. Respectfully, /OM1 Date: I u Zc,1 Greg Showe an,Acting City Manager Date: /? . cP17 Kyle Shipherd, Fire Chief G, 34 co rn MICHAEL TUBBS DAN WRIGHT Mayor District 2 ELBERT HOLMAN SUSAN LOFTHUS Vice Mayor District 3 District 1 SUSAN LENZ District 4 CITY OF STOCKTON CHRISTINA FUGAZI District 5 OFFICE OF THE CITY COUNCIL JESUS ANDRADE District 6 CITY HALL • 425 N. El Dorado Street • Stockton, CA 95202 209/937-8244 • Fax 209/937-8568 July 13, 2017 The Honorable JoAnne Mounce, President League of California Cities 1400 K Street Sacramento, CA 95814 SUBJECT: Resolution of the League of California Cities Supporting Legislation Providing Broad Statutory Authority for Local Officials to Determine Emergency Service Levels - SUPPORT Dear President Mounce, On behalf of the City of Stockton, I wish to voice our support of the City of Tracy proposed resolution for consideration by League membership. Stockton supports this resolution for the following reasons: 1) The City of Stockton Legislative Program seeks the broadest authority for the City Council to make decisions locally, particularly related to the local exercise of police powers; 2) The City of Stockton Legislative Program advocates for efforts that impact the City's ability to enhance the well-being, quality of life, health, and safety of residents; 3) The City of Stockton has experienced challenges and frustrations in delivering the highest quality of emergency medical services to our residents due to provision of the Emergency Medical Services (EMS)Act. 4) Amendments to the EMS Act would clarify local control and allow governing bodies to determine which services are directly provided within their respective jurisdictions. For these reasons, the City of Stockton concurs with and supports the City of Tracy proposed resolution for consideration by League membership. 1/7,710 MICHAEL TUBBS MAYOR MT:cc cc: Stockton City Councilmembers Kurt Wilson, Stockton City Manager 35 Agenda Item No.: 13b MEETING DATE/TIME: 9/6/2017 os PEAK ITEM NO: COU-105-2017 YOU /1,,,, '„ ,,,,ity af,,,,Ukiah, 4 AGENDA SUMMARY REPORT SUBJECT:Authorize Staff by Resolution to Purchase Two 2018 Pierce Enforcer Type 1 Engines, and Authorize Negotiating/Executing an Equipment Lease with Umpqua Bank along with the corresponding budget amendment. DEPARTMENT: Fire PREPARED BY: Kirk Thomsen ATTACHMENTS: Attachment 1- Pierce Engine Specifications Attachment 2-AA- Ukiah Pumper Proposal 06 April 2017 Attachment 3- Ukiah Proposal 08-29-17 Attachment 4- Purchase and Lease Purchase Resolution Summary: Authorize Staff to purchase two 2018 Pierce Enforcer Type 1 Engines, authorize the City Manager to negotiate an equipment lease agreement with Umpqua Bank, and approve corresponding resolution and budget amendment. Background: The newest Type 1 engine in the fleet was purchased used in 2006. Currently it has 72,100 miles and 7,810 hours on it. This vehicle is in poor condition with an unknown value due to its specialty as well as the vehicle manufacturer is no longer in business, with parts being unavailable. For the past year, this RECOMMENDED ACTION: Authorize staff to purchase two 2018 Pierce Enforcer Type 1 Engines, authorize the City Manager to negotiate and execute an equipment lease with Umpqua Bank, and adopt corresponding resolution and budget amendment. BUDGET AMENDMENT REQUIRED:Yes CURRENT BUDGET AMOUNT: $32,296- 10021210.74500 PROPOSED BUDGET AMOUNT: $63,347- 10021210.74500 FINANCING SOURCE: Capital lease PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: Mary Horger, Procurement Manager and Daniel Buffalo, Finance Director Approved: ,0”" 1 S7 pie Sa 'gi omo, City Manager vehicle has incurred approximately $21,600 in parts and labor costs. Due to the lack of parts, it has been moved to the reserve engine, which is first response for our volunteers. The next newest engine of this type was purchased new in 1994 and is manufactured by Pierce. Currently it has 72,700 miles and 7,694 hours on it. Parts and service are readily available. Discussion: Currently the 2008 Pierce Ladder Truck is at the North station, to provide the pumping capacity on structural fires. This use is not optimal in that it puts excess hours and use on the most expensive resource in the fleet and will ultimately limit its useful life. The purchase of the two Pierce Enforcer Type 1 Engines will allow the Department to position resources so the ladder truck will have less time on non-optimal activities. In addition, the purchase will allow the Department to remove the American LaFrance engine purchased in 2006 from the fleet given the rising maintenance costs and lack of available parts. Staff was tasked to go through specifications to estimate cost. Staff chose specifications that were consistent with the Department's mission and resource needs (see Attachment 1 for final specifications). Staff selected Pierce for its quality as well as the parts availability. Furthermore, Pierce's California Service Center is only two and half hours away which will limit future downtime of critical equipment. The proposed price of the two engines is $1,125,730.73 (see Attachment 2), which is based on full payment at contract signing, and includes a performance bond. The pre-payment represents a total savings of$59,125.31. The pricing is based on the NPPGov FireRescue GPO program, which is a national cooperative purchasing organization, serving government and non-profit organizations. Using this cooperative agreement allows for competitive pricing, and saves tremendous time in developing the specifications for this equipment. Given the current low interest rates available, and the desire to keep working capital available for other purchases, Staff is recommending that this purchase be financed. In early August, financing proposals, based on a 10-year term, and semi-annual payments, were requested from three lending firms: PNC Equipment Finance, Holman Capital Corporation, and Umpqua Bank. Umpqua had proposed a rate of 2.43% (rate to be locked upon final draw), which was 0.55% lower than the next lowest interest rate (which was PNC Equipment Finance). Since receipt of the initial proposal, the lease rate has lowered to 2.31%. Please see Attachment 3 for a copy of Umpqua's latest 2017 Equipment Lease Finance Term Sheet dated August 29, 2017. Based on this term sheet, the City would enter a 10-year equipment lease, making semi-annual payments in arrears, resulting in 20 payments of$63,346.88. In addition to Umpqua Bank's low interest rate, they also give the City the option to prepay the lease on any date. Neither Holman Capital nor PNC Equipment Finance's proposals detailed such an option. Based on the lower financing cost and flexibility provided by the option to prepay the lease on any date, staff recommends selecting Umpqua Bank as the lender for this transaction. There is currently an available budget of$32,296.00 in account 10021210.74500. A budget amendment in the amount of$31,551 from the City's budgetary surplus in revenues will be necessary to cover the anticipated document fee and the first lease payment that will be due in the Spring of 2018. Staff is seeking approval for the purchase of the two 2018 Pierce Enforcer Type 1 Engines, authorizing the City Manager to negotiate and execute the final lease financing agreement with Um qua Bank, approval of corresponding resolution provided as Attachment 4, and approval of corresponding budget amendment. 2 2 Proposal For: City of Ukiah Fire Department Prepared By: Jon Bauer, Sales Consultant, Golden State Fire Apparatus, Inc. April 6, 2017 I NlINIIIN , if!(4N,d1�9fih llYluyllllfi fi0,l1, !� ,,,,,�iiaaaaar//lllU/l /!r rrm rullul� uu, r//iil trr r�- n/rll/llllllllllll�nn r ��, r%un u„ rrn aiUllllliiall mnm,,,ir1/lll l rrrrrrrr srrr ,,//,r Illup,�Grdl JAI N Iq�I III 0 IIII11�!44(f111(N�r� �alu��I,mId��uA�IB���( � „�rr l ��rlIr�I I 41nrr°rrryr;9r%Urp IHI!VIrv(,I�"IuIVr'Ir o u'rn^1I lo^lII la � 1II00ru0,�I.0!lud Il "lu iul4n�u,Y1rm�ruB I I Vlll � V00o � � I. III. «1� Ud000 w 000 0 ,„1 1 I Iii11I1 11 C NII Ib 0 , 0Ila r „filo i;fill, �H I I,iill ^ II01, , I 0I III 0ii1rtlV(Vf1�Il Idd.(10IIVN�(iY0 IIS( 101101 hII0l7NCd �. ww• 1,,l,, I llI 110001001000110011 00 1, 1 110009 .u. „, ollpo NIuuN ;luulu II I I r;. II III ,,� IP 1 Jl Ulrl%Iu J 1101111 Ilholvvvrrrrrr Il'. ^ iuWb II ' Ij4g'a 11111111111111v o 001101111100001011h1 11 00000000vvv ID 1 11 ��0 u°L°1,11,, � IINllilI 4I1 III1III C^1nJl Vlt V�VIIlm PW , l1111111011111r ll lllulli I I ,IIIIrtOrl 44 1,� I� 1ulylwV M PERFORI'vl. LIKE No OTHER City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) Pierce Manufacturing, Inc. and Golden State Fire Apparatus, Inc. is pleased to submit a proposal to the City of Ukiah Fire Department for a Pierce® Enforcer Type 1 Engine per your request for quotation. The following paragraphs will describe in detail the apparatus, construction methods, and equipment proposed. This proposal will indicate size, type, model and make of components parts and equipment, providing proof of compliance with each and every item (except where noted) in the departments advertised specifications. PIERCE MANUFACTURING was founded in 1913. Since then we have been building bodies with one philosophy, "BUILD THE FINEST". Our skilled craftsmen take pride in their work, which is reflected, in the final product. We have been building fire apparatus since the early "forties" giving Pierce Manufacturing over 60 years of experience in the fire apparatus market. Pierce Manufacturing has built and put into service more than 51,000 apparatus, including more than 27,000 on Pierce custom chassis designed and built specifically for fire and emergency applications. Our Appleton, Wisconsin facility has over 757,000 total square feet of floor space situated on approximately 97 acres of land. Our Bradenton, Florida facility has 300,000 square feet of floor space situated on approximately 38 acres of land. Our beliefs in high ethical standards are carried through in all of our commitments and to everyone with whom we do business. Honesty, Integrity, Accountability and Citizenship are global tenets by which we all live and work. Consequently, we neither engage in, nor have we ever been convicted of price fixing, bid rigging, or collusion in any domestic or international fire apparatus market. Pierce has only one brand of fire apparatus "Pierce", ensuring you are receiving top of the line product that meets your specification. In accordance with the current edition of NFPA 1901 standards, this proposal will specify whether the fire department, manufacturer, or apparatus dealership will provide required loose equipment. Images and illustrative material in this proposal are as accurate as known at the time of publication, but are subject to change without notice. Images,and illustrative material is for reference only, and may include optional equipment and accessories and may not include all standard equipment. GENERAL DESIGN AND CONSTRUCTION To control quality, ensure compatibility, and provide a single source for service and warranty, the custom cab, chassis, pump module and body will be entirely designed, assembled/welded and painted in Pierce owned manufacturing facilities. This includes, but not limited to the cab weldment, the pumphouse module assembly, the chassis assembly, the body and the electrical system. 4 1 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) QUALITY AND WORKMANSHIP Pierce has set the pace for quality and workmanship in the fire apparatus field. Our tradition of building the highest quality units with craftsmen second to none has been the rule right from the beginning and we demonstrate that ongoing commitment by: Ensuring all steel welding follows American Welding Society D1.1-2004 recommendations for structural steel welding. All aluminum welding follows American Welding society and ANSI D1.2-2003 requirements for structural welding of aluminum. All sheet metal welding follows American welding Society B2.1-2000 requirements for structural welding of sheet metal. Our flux core arc welding uses alloy rods, type 7000 and is performed to American Welding Society standards A5.20-E70T1. Furthermore, all employees classified as welders are tested and certified to meet the American welding Society codes upon hire and every three (3) years thereafter. Pierce also employs and American Welding Society certified welding inspector in plant during working hours to monitor weld quality. Pierce Manufacturing operates a Quality Management System under the requirements of ISO 9001. These standards sponsored by the International Organization for Standardization (ISO) specify the quality systems that are established by the manufacturer for design, manufacture, installation and service. A copy of the certificate of compliance is included with this proposal. In addition to the Quality Management system, we also employ a Quality Achievement Supplier program to insure the vendors and suppliers that we utilize meet the high standards we demand. That is just part of our overall "Quality at the Source" program at Pierce. COMPLIANCE WITH APPLICABLE LAWS The apparatus will comply with all U.S. Department of Transportation, State of California Motor Vehicle Code, Air Pollution and Emission Control, apparatus meeting requirements of the California Air Pollution Control Board, and local requirements pertaining to vehicles used for firefighting, and emergency vehicles at time of contract signing. The apparatus will also comply with all requirements as specified in NFPA (latest edition) standards. The unit is to be of current year manufacture, and is to be new and unused. LICENSED MANUFACTURER The State of California Vehicle Code, section 11701 requires "every manufacturer of a vehicle subject to registration shall make application to the Department of Motor Vehicles (DMV) for a license containing a general distinguishing number". The manufacturer has a current license at time of bid as outlined above and is available upon request. 5 2 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) LICENSED DEALERSHIP The State of California Vehicle Code, section 11701 requires a "dealer in vehicles of a type subject to registration, shall make application to the Department of Motor Vehicles (DMV) for a license containing a general distinguishing number". The dealership has a current license at time of bid as outlined above and is available upon request. LICENSED SALES REPRESENTATIVE The State of California Vehicle Code, section 11800 requires that it shall be "unlawful for any person to act as a vehicle salesperson without having first procured a license issued by the Department of Motor Vehicles (DMV)". The sales representative has a current license at time of bid as outlined above and is available upon request. VEHICLE REGISTRATION The State of California Vehicle Code section 11739 requires that the "dealer of a new motor vehicle sale is responsible for applying for the title, securing vehicle registration, and obtaining license plates for the purchaser" through the Department of Motor Vehicles (DMV). Golden State Fire Apparatus Inc. will obtain the registration and license plates on behalf of the purchaser. SERVICE FACILITY Golden State Fire Apparatus Inc. places a high priority on service. In order to provide efficient service and support during the life of the apparatus, we maintain a Pierce authorized service and repair facility in Central and Northern California. Golden State Emergency Vehicle Service is located at 7400 Reese Road in Sacramento. Our service center has an indoor heated facility located within 165 miles of the City of Ukiah Fire Department. This facility is protected by fire and security alarm systems for safe storage of the apparatus. Our service facility maintains a complete inventory of repair and/or replacement parts, has an on-site training classroom, and owns one (1) fully equipped mobile service vehicle with the ability to carry spare parts and repair equipment. WARRANTY PROCEEDURE To prevent problems associated with "divided responsibility", Golden State Fire Apparatus Inc. will coordinate and submit all warranty claims on behalf of the purchaser. We will also coordinate future product recalls and upgrades (if any) to the existing apparatus. This includes coordinating repairs between the original manufacturer of the component and filing of warranty claims on behalf of the purchaser. 6 3 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) DEALER PREPARATION Golden State Fire Apparatus Inc. will provide all necessary dealer preparation applicable to new equipment prior to final delivery to the purchaser which includes the following services (if applicable to the specification): • Proposal Compliance - Inspect apparatus for compliance with proposal. • Fluid Levels - Inspect for correct capacities of the following: engine oil, coolant, power steering fluid, washer reservoir fluid, transmission fluid, rear end fluid, pump transmission oil, and primer oil. • Visual Inspection - Inspect tires and wheels for proper pressure and lug torquing. Tighten any loose hardware and repair reasonable paint scratches or chips. Lubricate valve rods and check doors for correct adjustment. • Electrical Inspection - Operate all lights, sirens, and other electrical accessories. • Pump Operation - Vacuum test the pump to hold for 15 minutes. After vacuum test, operate transfer valve and check pump shift. • Leak Inspection - Fill water tank to check for leaks. Inspect water level gauge and check for calibration. Operate relief valve. • Gauge Inspection - With caps loose, rapid test all individual gauges and main gauges for calibration. • Foam System Inspection - Tighten caps and connect foam lines. Test selector, valves, metering valve and operation of foam system (including flush). • Road Test - Run a road test with tank full. Empty tank, drain pump, and drain all lines when above steps are completed. • Fuel Tank - Fuel tank shall be filled to capacity prior to final delivery. • Cleaning / Detailing - The apparatus shall be thoroughly washed and detailed at the dealership prior to final delivery to the purchaser. This includes removal of any metal shavings. DELIVERY Prior to delivery, the equipment / material will be completely assembled as necessary to assure proper operation and function. Apparatus, to insure proper break in of all components while still under warranty, shall be delivered under its own power - rail or truck freight shall not be acceptable. All equipment / material, spare parts and supplies shall be delivered F.O.B. destination, delivery charges prepaid and added, to: • City of Ukiah • 300 Seminary Avenue • Ukiah, California 95482 DELIVERY OF THE APPARATUS SHALL BE WITHIN 365 TO 395 CALENDAR DAYS AFTER EXECUTION AND ACCEPTANCE OF A CONTRACT OR PURCHASE ORDER. 7 4 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) TRAINING PROGRAM On initial delivery of the fire apparatus, the contractor will supply a qualified representative to demonstrate the apparatus and provide initial instruction to the fire department regarding the operation, care, and maintenance of the apparatus for a period of four (4) days. WEEKLY PROGRESS REPORTS Golden State Fire Apparatus Inc. shall provide the following: Weekly progress reports including photographs of the apparatus or the major components as they are being constructed. The reports shall commence at the start of the manufacturing process and shall continue through production by the manufacturer. The reports shall show the progress of the apparatus through the course of each week. Special attention shall be given to show the unique features and aspects of the apparatus as construction progresses. Up to seven (7) reports shall be provided for an Engine. MANUAL AND SERVICE INFORMATION At time of delivery, complete operation and maintenance manuals covering the apparatus will be provided. A permanent plate will be mounted in the driver's compartment specifying the quantity and type of fluids required including engine oil, engine coolant, transmission, pump transmission lubrication, pump primer and drive axle. PERFORMANCE TESTS A road test will be conducted with the apparatus fully loaded and a continuous run of no less than ten (10) miles. During that time the apparatus will show no loss of power nor will it overheat. The transmission drive shaft or shafts and the axles will run quietly and be free of abnormal vibration or noise. The apparatus when fully loaded will not have less than 25 percent nor more than 50 percent on the front axle, and not less than 50 percent nor more than 75 percent on the rear axle. The apparatus will meet NFPA 1901 acceleration and braking requirements. SERVICE AND WARRANTY SUPPORT Pierce dealership support will be provided by Golden State Fire Apparatus Inc. by operating in conjunction with a Pierce authorized service center. The service center will have factory- trained mechanics on staff versed in Pierce fire apparatus. The service facility will be located within one hundred fifty (165) miles of the fire department. In addition to the dealership, Pierce has service facilities located in both, Weyauwega, Wisconsin and Bradenton, Florida. Pierce also maintains a dedicated parts facility of over 100,000 square feet in Appleton, Wisconsin. The parts facility stocks in excess of$5,000,000 in parts dedicated to service and replacement parts. The parts facility employs a staff dedicated solely for the distribution and shipment of service and replacement parts. 8 5 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) Service parts for the apparatus being proposed can be found via Pierceparts.com which, is an interactive online tool that delivers information regarding your specific apparatus as well as the opportunity to register for training classes. As a Pierce customer you have the ability to view the complete bill of materials for your specific apparatus, including assembly drawings, piece part drawings, and beneficial parts notations. You will also have the ability to search the complete Pierce item master through a parts search function which offers all Pierce SKU's and descriptions offered on all Pierce apparatus. Published component catalogs, which include proprietary systems along with an extensive operators manual library is available for easy reference. Pierce Manufacturing maintains a dedicated service and warranty staff of over 35 personnel, dedicated to customer support, which also maintains a 24 hour 7 day a week toll free hot line, four (4) on staff EVTs, and offers hands-on repair and maintenance training classes multiple times a year. SINGLE SOURCE MANUFACTURER Pierce Manufacturing, Inc. provides an integrated approach to the design and manufacture of our products that delivers superior apparatus and a dedicated support team. From our facilities, the chassis, cab weldment, cab, pumphouse (including the sheet metal enclosure, valve controls, piping and operators panel) and body will be entirely designed, tested, and hand assembled to the customer's exact specifications. The electrical system either hardwired or multiplexed, will be both designed and integrated by Pierce Manufacturing. The warranties relative to these major components (excluding component warranties such as engine, transmission, axles, pump, etc.) will be provided by Pierce as a single source manufacturer. Pierce's single source solution adds value by providing a fully engineered product that offers durability, reliability, maintainability, performance, and a high level of quality. Your apparatus will be manufactured in Appleton, Wisconsin. NFPA 2016 STANDARDS This unit will comply with the NFPA standards effective January 1, 2016, except for fire department directed exceptions. These exceptions will be set forth in the Statement of Exceptions. Certification of slip resistance of all stepping, standing and walking surfaces will be supplied with delivery of the apparatus. All horizontal surfaces designated as a standing or walking surface that are greater than 48.00" above the ground must be defined by a 1.00" wide line along its outside perimeter. Perimeter markings and designated access paths to destination points will be identified on the customer approval print and are shown as approximate. 9 6 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) Actual location(s) will be determined based on materials used and actual conditions at final build. Access paths may pass through hose storage areas and opening or removal of covers or restraints may be required. Access paths may require the operation of devices and equipment such as the aerial device or ladder rack. A plate that is highly visible to the driver while seated will be provided. This plate will show the overall height, length, and gross vehicle weight rating. The manufacturer will have programs in place for training, proficiency testing and performance for any staff involved with certifications. An official of the company will designate, in writing, who is qualified to witness and certify test results. NFPA COMPLIANCY Apparatus proposed by the bidder will meet the applicable requirements of the National Fire Protection Association (NFPA) as stated in current edition at time of contract execution. Fire department's specifications that differ from NFPA specifications will be indicated in the proposal as "non-NFPA". VEHICLE INSPECTION PROGRAM CERTIFICATION To assure the vehicle is built to current NFPA standards, the apparatus, in its entirety, will be third-party, audit-certified through Underwriters Laboratory (UL) that it is built and complies to all applicable standards in the current edition of NFPA 1901. The certification will include: all design, production, operational, and performance testing of not only the apparatus, but those components that are installed on the apparatus. A placard will be affixed in the driver's side area stating the third party agency, the date, the standard and the certificate number of the whole vehicle audit. PUMP TEST Underwriters Laboratory (UL) will test, approved, and certify the pump. The test results and the pump manufacturer's certification of hydrostatic test; the engine manufacturer's certified brake horsepower curve; and the pump manufacturer's record of pump construction details will be forwarded to the Fire Department. INSPECTION TRIPS Golden State Fire Apparatus, Inc. will provide two (2) factory inspection trips for two (2) customer representatives on each trip. The inspection trips will be scheduled at times mutually agreed upon between the manufacturer's representative and the customer. All costs such as air travel, ground travel while at the factory, lodging and meals will be the responsibility of the Golden State Fire Apparatus, Inc. 10 7 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) PERFORMANCE BOND, 1 YEAR The successful bidder will furnish a Performance and Payment bond (Bond) equal to 100 percent of the total contract amount within 30 days of the notice of award. Such Bond will be in a form acceptable to the Owner and issued by a surety company included within the Department of Treasury's Listing of Approved Sureties (Department Circular 570) with a minimum A.M. Best Financial Strength Rating of A and Size Category of XV. In the event of a bond issued by a surety of a lesser Size Category, a minimum Financial Strength rating of A+ is required. Bidder and Bidder's surety agree that the Bond issued hereunder, whether expressly stated or not, also includes the surety's guarantee of the vehicle manufacturer's Basic One (1) Year Limited Warranty period included within this proposal. Owner agrees that the penal amount of this bond will be simultaneously amended to 25 percent of the total contract amount upon satisfactory acceptance and delivery of the vehicle(s) included herein. Notwithstanding anything contained within this contract to the contrary, the surety's liability for any warranties of any type will not exceed one (1) year from the date of such satisfactory acceptance and delivery, or the actual Basic One (1) Year Limited Warranty period, whichever is shorter. APPROVAL DRAWING A drawing of the proposed apparatus will be prepared and provided to the purchaser for approval before construction begins. The Pierce sales representative will also be provided with a copy of the same drawing. The finalized and approved drawing will become part of the contract documents. This drawing will indicate the chassis make and model, location of the lights, siren, horns, compartments, major components, etc. A "revised" approval drawing of the apparatus will be prepared and submitted by Pierce to the purchaser showing any changes made to the approval drawing. DRAWING, CAB TOP VIEW On the sales drawing a top view of the cab seating will be provided. The top view will be a reference only of the seating in the order. ELECTRICAL WIRING DIAGRAMS Two (2) electrical wiring diagrams, prepared for the model of chassis and body, will be provided. ENFORCER CHASSIS The Pierce EnforcerTM is the custom chassis developed exclusively for the fire service. Chassis provided will be a new, tilt-type custom fire apparatus. The chassis will be manufactured in the apparatus body builder's facility eliminating any split responsibility. 11 8 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) The chassis will be designed and manufactured for heavy-duty service, with adequate strength, capacity for the intended load to be sustained, and the type of service required. The chassis will be the manufacturer's first line tilt cab. OVERALL HEIGHT The overall height will be 126.00". ANGLE OF DEPARTURE The angle of departure will be 20.00 degrees. This will be effective with the truck in a unloaded state. ANGLE OF APPROACH The angle of approach will be 14.00 degrees. This will be effective with the truck in a unloaded state. WHEELBASE The wheelbase of the vehicle will be 162.50". GVW RATING The gross vehicle weight rating will be 42,000Ibs. FRAME The chassis frame will be built with two (2) steel channels bolted to five (5) cross members or more, depending on other options of the apparatus. The side rails will be heat-treated steel measuring 10.25" x 3.50" x .375". Each rail will have a section modulus of 16.00 cubic inches, yield strength of 120,000 psi, and a resisting bending moment (rbm) of 1,921,069 inch-pounds. FRONT AXLE The front axle will be a reverse "I" beam type with inclined kingpins. It will be a Dana axle, Model D-2000F, with a rated capacity of 18,000 lbs. FRONT SUSPENSION The front springs will be a Standens, three (3)-leaf, taper leaf design, 54.00" long x 4.00" wide, with a ground rating of 18,000 lb. The two (2) top leaves will wrap the forward spring hanger pin. The top leaf will also wrap the rear spring hanger pin. Both the front and rear eyes will be Berlin style wraps that will place the eyes in the horizontal plane within the main leaf. This will reduce bending stress from acceleration and braking. 12 9 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) A steel encased rubber bushing will be used in the spring eye. The steel encased rubber bushing will be maintenance free and require no lubrication. SHOCK ABSORBERS Koni® model 90, adjustable heavy-duty telescoping shock absorbers will be provided on the front axle. FRONT OIL SEALS Oil seals with viewing window will be provided on the front axle. SYNTHETIC WHEEL BEARING OIL Synthetic oil will be provided in the front wheel bearings. FRONT TIRES Front tires will be Goodyear 315/80822.50 radials, 20 ply G291 tread, rated for 19,450 lb maximum axle load and 68 mph maximum speed. The tires will be mounted on Alcoa 22.50" x 9.00" polished aluminum disc wheels with a ten (10) stud, 11.25" bolt circle. TURNING RADIUS REPORT A turning radius analysis of the custom Pierce chassis that we are proposing will be included with this proposal. This analysis will provide information on the inside turning radius, the outside turning radius, the curb to curb turning radius, and the wall to wall turning radius. REAR AXLE The rear axle will be a Dana, Model S26-190, with a capacity of 24,000 lbs. TOP SPEED OF VEHICLE A rear axle ratio will be furnished to allow the vehicle to reach a top speed of 68 mph. REAR SUSPENSION The rear suspension will be Standens, semi-elliptical, 3.00" wide x 53.00" long, 12-leaf pack with a ground rating of 24,000 lbs. The spring hangers will be castings. The two (2) top leaves will wrap the forward spring hanger pin, and the rear of the spring will be a slipper style end that will ride in a rear slipper hanger. To reduce bending stress due to acceleration and braking, the front eye will be a berlin eye that will place the front spring pin in the horizontal plane within the main leaf. A steel encased rubber bushing will be used in the spring eye. The steel encased rubber bushing will be maintenance free and require no lubrication. 13 10 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) SHOCK ABSORBERS To provide a smoother ride, the rear axle will be furnished with heavy-duty Monroe Magnum 70 telescoping shock absorbers. REAR OIL SEALS Oil seals will be provided on the rear axle. DRIVER CONTROL DIFFERENTIAL LOCK (DCDL) A rear axle will be equipped with a driver controlled differential lock (DCDL). The control will be located within easy reach of the driver. An indicator light will be provided next to the control switch. SYNTHETIC GEAR LUBE The rear axle will be supplied with synthetic gear lube, as recommended by the axle manufacturer. REAR TIRES Rear tires will be four (4) Goodyear 315180R22.50 radials, 20 ply G291, rated for 33,080 lb maximum axle load and 75 mph maximum speed. The tires will be mounted on Alcoa©22.50" x 9.00" polished aluminum disc wheels with a ten (10) stud 11.25" bolt circle. TIRE BALANCE All tires will be dynamically balanced with wheel weights. TIRE PRESSURE MANAGEMENT There will be a tire pressure management system provided that will monitor each tires pressure and temperature. A TOO" resistive Control Zone TM touch screen located in the cab instrument panel will indicate each tires position, pressure and temperature. A wireless sensor will be mounted to each wheel for a total of six (6) sensors. The system will have three (3) alert levels: ■ Critical Low Pressure Alert ■ Pressure Deviation Alert ■ High Temperature Alert Each alert will trigger an audible alarm and an indicator light within the gauge to signal the driver of the problem 14 11 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) The system will be covered by a five (5) year parts and labor warranty. Please see warranty document for details. FRONT HUB COVERS Stainless steel hub covers will be provided on the front axle. An oil level viewing window will be provided. REAR HUB COVERS A pair of stainless steel high hat hub covers will be provided on rear axle hubs. CHROME LUG NUT COVERS Chrome lug nut covers will be supplied on front and rear wheels. MUD FLAPS Mud flaps with a Pierce logo will be installed behind the front and rear wheels. WHEEL CHOCKS PROVIDED BY FIRE DEPARTMENT NFPA 1901, 2016 edition, section 5.9.4 requires two (2) or more wheel chocks mounted in readily accessible locations that together will hold the apparatus, when loaded to its GVWR or GCWR, on a hard surface with a 20 percent grade with the transmission in neutral and the parking brake released. The wheel chocks are not on the apparatus as manufactured. The fire department will provide and install these wheel chocks. WHEEL CHOCK BRACKETS, PROVIDED BY FIRE DEPARTMENT The wheel chock brackets are not on the apparatus as manufactured. The fire department will provide and install the wheel chock brackets. ANTI-LOCK BRAKE SYSTEM The vehicle will be equipped with a Meritor WABCO 4S4M, anti-lock braking system. The ABS will provide a 4-channel anti-lock braking control on both the front and rear wheels. A digitally controlled system that utilizes microprocessor technology will control the anti-lock braking system. Each wheel will be monitored by the system. When any particular wheel begins to lockup, a signal will be sent to the control unit. This control unit then will reduce the braking of that wheel for a fraction of a second and then reapply the brake. This anti-lock brake system will eliminate the lockup of any wheel thus helping to prevent the apparatus from skidding out of control. BRAKES The service brake system will be full air type by Bendix®. 15 12 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) Front brakes will be Model ADB22XTM, disc type with automatic pad wear adjustment and 17.00" rotors for improved stopping distance. The rear brakes will be BendixTM 16.50" x 8.63" cam operated with automatic slack adjusters. BRAKE SYSTEM AIR COMPRESSOR The air compressor will be a Cummins/WABCO with 18.7 cubic feet per minute output. BRAKE SYSTEM The brake system will include: • Bendix® brake treadle valve • Heated automatic moisture ejector on air dryer • Total air system minimum capacity of 4,272 cubic inches • Two (2) air pressure gauges with a red warning light and an audible alarm, that activates when air pressure falls below 60 psi • Spring set parking brake system • Parking brake operated by a push-pull style control valve • A parking "brake on" indicator light on instrument panel • Park brake relay/inversion and anti-compounding valve, in conjunction with a double check valve system, with an automatic spring brake application at 40 psi • A pressure protection valve to prevent all air operated accessories from drawing air from the air system when the system pressure drops below 80 psi (550 kPa) • 1/4 turn drain valves on each air tank The air tank will be primed and painted to meet a minimum 750 hour salt spray test. To reduce the effects of corrosion, the air tank will be mounted with stainless steel brackets. BRAKE SYSTEM AIR DRYER The air dryer will be a WABCO System Saver 1200 IWT, with internal wet tank, spin-on coalescing filter cartridge and 100 watt heater. BRAKE LINES Color-coded nylon brake lines will be provided. The lines will be wrapped in a heat protective loom in the chassis areas that are subject to excessive heat. AIR INLET/OUTLET One (1) air inlet/outlet will be installed recessed with the female coupling located on the driver side pump panel. This system will tie into the "wet" tank of the brake system and include a check valve in the inlet line and an 85 psi pressure protection valve in the outlet line. The air outlet will be controlled by a needle valve. 16 13 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) A mating male fitting will be provided with the loose equipment. The air inlet will allow a shoreline air hose to be connected to the vehicle. This will allow station air to be supplied to the brake system of the vehicle to insure constant air pressure. ENGINE The chassis will be powered by an electronically controlled engine as described below: Make: Cummins Model: L9 Power: 450 HP at 2100 rpm Torque: 1250 lb.-ft. at 1400 rpm Governed 2200 rpm Speed: Emissions EPA 2017 Level: Fuel: Diesel Cylinders: Six (6) Displacement: 543 cubic inches (8.9L) Starter: Delco 39MTTM Fuel Filters: Spin-on style primary filter with water separator and water-in-fuel sensor. Secondary spin-on style filter. The engine will include On-board diagnostics (OBD), which provides self-diagnostic and reporting. The system will give the owner or repair technician access to state of health information for various vehicle sub systems. The system will monitor vehicle systems, engine and after treatment. The system will illuminate a malfunction indicator light on the dash console if a problem is detected. HIGH IDLE A high idle switch will be provided, inside the cab, on the instrument panel, that will automatically maintain a preset engine rpm. A switch will be installed, at the cab instrument panel, for activation/deactivation. The high idle will be operational only when the parking brake is on and the truck transmission is in neutral. A green indicator light will be provided, adjacent to the switch. The light will illuminate when the above conditions are met. The light will be labeled "OK to Engage High Idle." 17 14 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) ENGINE BRAKE A Jacobs® engine brake is to be installed with the controls located on the instrument panel within easy reach of the driver. The driver will be able to turn the engine brake system on/off and have a high, medium and low setting. The engine brake will activate when the system is on and the throttle is released. The high setting of the brake application will activate and work simultaneously with the variable geometry turbo (VGT) provided on the engine. The engine brake will be installed in such a manner that when the engine brake is slowing the vehicle the brake lights are activated. The ABS system will automatically disengage the auxiliary braking device, when required. CLUTCH FAN A fan clutch will be provided. The fan clutch will be automatic when the pump transmission is in "Road" position, and constantly engaged when in "Pump" position. ENGINE HEATER A 1000 watt, 120 volt, immersion type engine heater with thermostat will be installed. The engine heater will be wired to the shoreline and be active whenever the shoreline is connected. ENGINE AIR INTAKE The engine air intake will be located above the engine cooling package. It will draw fresh air from the front of the apparatus through the radiator grille. The ember separator is designed to prevent road dirt and recirculating hot air from entering the engine. The ember separator will be easily accessible by tilting the cab. EXHAUST SYSTEM The exhaust system shall be stainless steel from the turbo to the engine's after-treatment device and shall be 4.00" in diameter. The exhaust system shall include a single module after- treatment device to meet current EPA standards. An insulation wrap shall be provided on all exhaust pipes between the turbo and after-treatment device to minimize the heat loss to the after-treatment device. The exhaust shall terminate horizontally ahead of the right side rear wheels. A tailpipe diffuser shall be provided to reduce the temperature of the exhaust as it exits. Heat deflector shields shall be provided to isolate chassis and body components from the heat of the tailpipe diffuser. 18 15 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) RADIATOR The radiator and the complete cooling system will meet or exceed NFPA and engine manufacturer cooling system standards. For maximum corrosion resistance and cooling performance, the entire radiator core will be constructed using long life aluminum alloy. The radiator core will consist of aluminum fins, having a serpentine design, brazed to aluminum tubes. No solder joints or leaded material of any kind will be acceptable in the core assembly. The radiator core will have a minimum front area of 1060 square inches. Supply tank will be made of heavy duty glass-reinforced nylon and the return tank will be mode of aluminum. Both tanks will be crimped onto the core assembly using header tabs and a compression gasket to complete the radiator core assembly. There will be a full steel frame around the inserts to enhance cooling system durability and reliability. The radiator will be compatible with commercial antifreeze solutions. The radiator assembly will be isolated from the chassis frame rails with rubber isolators to prevent the development of leaks caused by twisting or straining when the apparatus operates over uneven terrain. The radiator will include a de-aeration/expansion tank. For visual coolant level inspection, the radiator will have a built-in sight glass. The radiator will be equipped with a 15 psi pressure relief cap. A drain port will be located at the lowest point of the cooling system and/or the bottom of the radiator to permit complete flushing of the coolant from the system. Shields or baffles will be provided to prevent recirculation of hot air to the inlet side of the radiator. COOLANT LINES Gates, or Goodyear, rubber hose will be used for all engine coolant lines installed by Pierce Manufacturing. Hose clamps will be stainless steel constant torque type to prevent coolant leakage. They will expand and contract according to coolant system temperature thereby keeping a constant clamping pressure on the hose. 19 16 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) FUEL TANK A 65 gallon fuel tank will be provided and mounted at the rear of the chassis. The tank will be constructed of 12-gauge, hot rolled steel. It will be equipped with swash partitions and a vent. To eliminate the effects of corrosion, the fuel tank will be mounted with stainless steel straps. A 0.75" drain plug will be located in a low point of the tank for drainage. A fill inlet will be located on the left hand side of the body and is covered with a hinged, spring loaded, stainless steel door that is marked "Ultra Low Sulfur - Diesel Fuel Only." A 0.50" diameter vent will be installed from tank top to just below fuel fill inlet. The fuel tank will meet all FHWA 393.67 requirements including a fill capacity of 95 percent of tank volume. All fuel lines will be provided as recommended by the engine manufacturer. DIESEL EXHAUST FLUID TANK A 4.5 gallon diesel exhaust fluid (DEF) tank will be provided and mounted in the driver's side body rearward of the rear axle. A 0.50" drain plug will be provided in a low point of the tank for drainage. A fill inlet will be provided and marked "Diesel Exhaust Fluid Only". The fill inlet will be located adjacent to the engine fuel inlet behind a common hinged, spring loaded, brushed stainless steel door on the driver side of the vehicle. The fill inlet will be provided with a locking cap. The tank will meet the engine manufacturers requirement for 10 percent expansion space in the event of tank freezing. The tank will include an integrated heater unit that utilizes engine coolant to thaw the DEF in the event of freezing. The stainless steel flip door for selecting between DEF fill and the diesel fill will be spring loaded and will default to covering the DEF fill FUEL SHUTOFF A shutoff valve will be installed in the fuel line, at the fuel tank. TRANSMISSION An Allison 5th generation, Model EVS 3000P, electronic torque converting automatic transmission will be provided. 20 17 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) The transmission will be equipped with prognostics to monitor oil life, filter life, and transmission health. A wrench icon on the shift selector's digital display will indicate when service is due. Two (2) PTO openings will be located on both sides of converter housing (positions 4 o'clock and 8 o'clock) as viewed from the rear. A transmission temperature gauge with red light and audible alarm will be installed on the cab dash. TRANSMISSION SHIFTER A five (5)-speed push button shift module will be mounted to right of driver on console. Shift position indicator will be indirectly lit for after dark operation. The transmission ratio will be: 1st 3.49 to 1.00 2nd 1.86 to 1.00 3rd 1.41 to 1.00 4th 1.00 to 1.00 5th 0.75 to 1.00 R 5.03 to 1.00 TRANSMISSION COOLER A Modine plate and fin transmission oil cooler will be provided using engine coolant to control the transmission oil temperature. DOWNSHIFT MODE (W/ENGINE BRAKE) The transmission will be provided with an aggressive downshift mode. This will provide earlier transmission downshifts to 3rd gear, resulting in improved engine braking performance. DRIVELINE Drivelines will be a heavy-duty metal tube and be equipped with Spicer® 1710 universal joints. The shafts will be dynamically balanced before installation. A splined slip joint will be provided in each driveshaft, slip joint will be coated with Glidecoat® or equivalent. 21 18 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) STEERING Steering gear will be provided with integral heavy-duty power steering. For reduced system temperatures, the power steering will incorporate an air to oil cooler and Vickers®V20NF hydraulic pump with integral pressure and flow control. All power steering lines will have wire braded lines with crimped fittings. A tilt and telescopic steering column will be provided to improve fit for a broader range of driver configurations. STEERING WHEEL The steering wheel will be 18.00" in diameter, have tilting and telescoping capabilities, and a 4- spoke design. SUSPENSION LIFT A suspension lift kit of 2.50" will be provided. All steering components will be engineered to work properly with the lift kit. BUMPER A one (1) piece bumper manufactured from .25" formed steel with a .38" bend radius will be provided. The bumper will be a minimum of 8.00" high with a 1.50" top and bottom flange, and will extend 16.00" from the face of the cab. The bumper will be 95.28" wide with 45 degree corners. The side plates will taper down to 10.00", blending in with the bottom of the cab. The bumper will be metal finished and painted job color. To provide adequate support strength, the bumper will be mounted directly to the front of the C channel frame. The frame will be a bolted modular extension frame constructed of 50,000 psi tensile steel. GRAVEL PAN A gravel pan, constructed of bright aluminum treadplate, will be furnished between the bumper and the cab face. The pan will be properly supported from the underside to prevent flexing and vibration. HOSE TRAY A hose tray, constructed of aluminum, will be placed in the center of the bumper extension. The tray dimensions will be 29.00" wide x 11.50" front to back x 8.00" deep. Tray will have a target capacity for 100' of 1.50" double jacket cotton-polyester hose. No grating will be provided at the bottom of the tray. Drain holes are also provided. 22 19 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) CENTER HOSE TRAY RESTRAINT A heavy black nylon webbing made of 2.00" nylon strap with a 2.00" box pattern netting will be provided over the center mounted tray. The webbing will be used to secure the hose in the tray. The web netting will be fastened permanently on one side with stainless steel footman loops and secured on the opposite side with 2.00" side release. TOW EYES Two (2) Chicago style tow eyes will be mounted through the top of the bumper extension. The tow eyes will be designed and positioned to allow up to a 6,000 lb straight horizontal pull in line with the centerline of the vehicle. The tow eyes will not be used for lifting of the apparatus. The inner and outer edges of the tow eyes will have a .25" radius. The tow eyes will be chrome plated. FRONT BUMPER PROTECTIVE COATING Protective black Pierce polyurea texture coating will be provided on the outside exterior of the top front bumper flange. It will not be applied on the underside of the flange. CAB The Enforcer cab will be designed specifically for the fire service and manufactured by the chassis builder. The cab will be built by the apparatus manufacturer in a facility located on the manufacturer's premises. For reasons of structural integrity and enhanced occupant protection, the cab will be a heavy duty design, constructed to the following minimal standards. The cab will have 12 main vertical structural members located in the A-pillar (front cab corner posts), B-pillar (side center posts), C-pillar (rear corner posts), and rear wall areas. The A- pillar will be constructed of solid A356-T5 aluminum castings. The B-pillar and C-pillar will be constructed from 0.13"wall extrusions. The rear wall will be constructed of two (2) 2.00" x 2.00" outer aluminum extrusions and two (2) 2.00" x 1.00" inner aluminum extrusions. All main vertical structural members will run from the floor to 4.625" x 3.864" x 0.090" thick roof extrusions to provide a cage-like structure with the A-pillar and roof extrusions being welded into a 0.25" thick corner casting at each of the front corners of the roof assembly. The front of the cab will be constructed of a 0.13" firewall plate, covered with a 0.090" front skin (for a total thickness of 0.22"), and reinforced with a full width x 0.50" thick cross-cab support located just below the windshield and fully welded to the engine tunnel. 23 20 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) The cross-cab support will run the full width of the cab and weld to each A-pillar, the 0.13" firewall plate, and the front skin. The cab floors will be constructed of 0.125" thick aluminum plate and reinforced at the firewall with an additional 0.25" thick cross-floor support providing a total thickness of 0.375" of structural material at the front floor area. The front floor area will also be supported with two (2) triangular 0.30" wall extrusions that also provides the mounting point for the cab lift. This tubing will run from the floor wireway of the cab to the engine tunnel side plates, creating the structure to support the forces created when lifting the cab. The cab will be 96.00" wide (outside door skin to outside door skin) to maintain maximum maneuverability. The forward cab section will have an overall height (from the cab roof to the ground) of approximately 99.00". The crew cab section will have a 10.00" raised roof, with an overall cab height of approximately 109.00". The overall height listed will be calculated based on a truck configuration with the lowest suspension weight rating, the smallest diameter tires for the suspension, no water weight, no loose equipment weight, and no personnel weight. Larger tires, wheels, and suspension will increase the overall height listed. The floor to ceiling height inside the crew cab will be 64.50" in the center and outboard positions. The crew cab floor will measure 36.00" from the rear wall to the back side of the rear facing seat risers. The medium block engine tunnel, at the rearward highest point (knee level), will measure 51.50" to the rear wall. The big block engine tunnel will measure 41.50" to the rear wall. The crew cab will be a totally enclosed design with the interior area completely open to improve visibility and verbal communication between the occupants. The cab will be a full tilt cab,style. A 3-point cab mount system with rubber isolators will improve ride quality by isolating chassis vibrations from the cab. CAB ROOF DRIP RAIL For enhanced protection from inclement weather, a drip rail will be furnished on the sides of the cab. The drip rail will be painted to match the cab roof, and bonded to the sides of the cab. The drip rail will extend the full length of the cab roof. 24 21 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) INTERIOR CAB INSULATION The cab will include 1.00" insulation in the ceiling, 1.50" insulation in the side walls, and 2.00" insulation in the rear wall to maximize acoustic absorption and thermal insulation. FENDER LINERS Full circular inner fender liners in the wheel wells will be provided. PANORAMIC WINDSHIELD a wu A one (1)-piece safety glass windshield will be provided r, - 414 with over 2,775 square inches of clear viewing area. The 01,11 windshield will be full width and will provide the occupants with a panoramic view. The windshield will consist of three FIREIRE8C4 � , w (3) layers: outer light, middle safety laminate, and inner light. The outer light layer will provide superior chip resistance. The middle safety laminate layer will prevent the windshield glass pieces from detaching in the event of breakage. The inner light will provide yet another chip resistant layer. The cab windshield will be bonded to the aluminum windshield frame using a urethane adhesive. A custom frit pattern will be applied on the outside perimeter of the windshield for a finished automotive appearance. WINDSHIELD WIPERS ` tII Three (3) electric windshield wipers with washer will be provided that meet FMVSS and SAE requirements. The washer reservoir will be able to be filled without raising the cab. 1,M ! viii c, rrrryr�n niiiiiiiii��///%///� r, I � Vel Ilkom 111 / 1111 1111 im 111 10111 olvl ��1111100101 [Washer Reservoir Location] 25 22 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) ENGINE TUNNEL Engine hood side walls will be constructed of 0.375" aluminum. The top will be constructed of 0.125" aluminum and will be tapered at the top to allow for more driver and passenger elbow room. The engine hoodwill be insulated for protection from heat and sound. The noise insulation keeps the dba level within the limits stated in the current NFPA 1901 standards. The engine tunnel will be no higher than 17.00" off the crew cab floor. LwM rrr '5' r rm rrrrrrr 1 011,y, / i 4.1' ,;',e/4 INTERIORCREW CAB REAR WALL ADJUSTABLE SEATING (PATENT PENDING) The interior rear wall of the crew cab will have mounting holes every 2.75" to allow for adjustability o the forward facing crew cab seating along the rear wall. Seats will be adjustable with use of simple hand tools allowing departments flexibility of their seating arrangement should their department needs change. 26 23 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) �,rr 00. 100 0 a a % w aiauq J i1111111111f000,1 Im0000v1000000i1(0 1, 11 r Jl 000 /B„ i II 11 00000000M1 ;fii rf . / , j j p 011111 )11 011 pi 11 )1111111 j!,111111101 11 1.4'11111111111111 II p hitl) 1,,0000100000 A vi , loo 1111111 4 ileA, 111111ii/,),)1000111011 ri 0,00000011111 01111111 11100111011111 P{1000 II ovolooil 11000001111 1,111l �� iglu / 11111 10(' 1111111111111114100100h111110 II 11 III I 11 III II 1111 I II Ijrt 411' 11,0!111111 11101110111011 1 I'40000001 CAB REAR WALL EXTERIOR COVERING The exterior surface of the rear wall of the cab will be overlaid with bright aluminum treadplate except for areas that are not typically visible when the cab is lowered. CAB LIFT A hydraulic cab lift system will be provided consisting of an electric powered hydraulic pump, dual lift cylinders, and necessary hoses and valves. Hydraulic pump will have a manual override for backup in the event of electrical failure. Lift controls will be located on the right side pump panel or front area of the W» 7k body in a convenient location. The cab will be capable of tilting 43 degrees to accommodate engine maintenance and removal. 27 24 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) The cab will be locked down by a 2-point normally closed spring loaded hook type latch that fully engages after the cab has been lowered. The system will be hydraulically actuated to release the I normally closed locks when the cab lift control is in the raised position and cab lift system is under pressure. When the cab is completely lowered and system pressure has been relieved, the spring loaded latch mechanisms will return to the normally closed and locked + TMTF Y position. The hydraulic cylinders will be equipped with a velocity fuse that protects the cab from accidentally descending when the control is located in the tilt position. For increased safety, a redundant mechanical stay arm will be provided that must be manually put in place on the left side between the chassis and cab frame when the cab is in the raised position. This device will be manually stowed to its original position before the cab can be lowered. CAB LIFT INTERLOCK The cab lift system will be interlocked to the parking brake. The cab tilt mechanism will be active only when the parking brake is set and the ignition switch is in the on position. If the parking brake is released, the cab tilt mechanism will be disabled. GRILLE A bright finished aluminum mesh grille screen, inserted behind a bright finished grille surround, will be provided on the front center of the cab. TRIM BAND ON CAB FACE A 10.00" band of 22 gauge patterned stainless steel trim will be installed across the front of the cab, from door hinge to door hinge. The trim band will be centered on the headlights and applied with two-sided tape. A 0.625" self-adhesive trim strip will be applied around the perimeter of the trim band. MIRRORS A Retrac, Model 613423, dual vision, motorized, west coast style mirror, with chrome finish, will be mounted on each side of the front cab door with spring loaded retractable arms. The flat glass and convex glass will be heated and adjustable with remote control within reach of the driver. 28 25 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) DOORS To enhance entry and egress to the cab, the forward cab door openings will be a minimum of 37.50" wide x 63.37" high. The crew cab doors will be located on the sides of the cab and will be constructed in the same manner as the forward cab doors. The crew cab door openings will be a minimum of 34.30" wide x 73.25" high. The forward cab and crew cab doors will be constructed of extruded aluminum with a nominal material thickness of 0.093". The exterior door skins will be constructed from 0.090" aluminum. A customized, vertical, pull-down type door handle will be provided on the exterior of each cab door. The exterior handle will be designed specifically for the fire service to prevent accidental activation, and will provide 4.00" wide x 2.00" deep hand clearance for ease of use with heavy gloved hands. 11 111,1111111111000r0000000000000,11111111 : rt 1,1 1,1111111111111111111 0101, 001lk i/e/t(9111110111111 1,1,1111 1111,1 i 11111 1 11111101111111 00 I 1111111' m POLO' 7// 00000000011 II [Exterior Door Handle] Each door will also be provided with an interior flush, openion style paddle handle that will be readily operable from fore 1 e1111111111111111 , and aft positions, and be designed to prevent accidental /')1,6 Ihm.000001, �m �; i activation. The interior handles will provide 4.00" wide x 11 h1011 10004 II igOk! „, 4111111111 � �! 1.25" deep hand clearance for ease of use with heavy gloved hands. �/ The cab doors will be provided with both interior (rotary 0111,11d1111111, 11 knob) and exterior (keyed)locks exceeding FMVSS [Interior Door Handle] standards. The keys will be Model 751. The locks will be capable of activating when the doors are open or closed. The doors will remain locked if locks are activated when the doors are opened, then closed. A full length, heavy duty, stainless steel, piano-type hinge with a 0.38" pin and 11 gauge leaf will be provided on all cab doors. There will be double automotive-type rubber seals around the perimeter of the door framing and door edges to ensure a weather-tight fit. 29 26 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) A chrome grab handle will be provided on the inside of each cab door for ease of entry. The bottom cab step at each cab door location will be located below the cab doors and will be exposed to the exterior of the cab. DOOR PANELS The inner cab door panels will be constructed out of brushed stainless steel. ELECTRIC OPERATED CAB DOOR WINDOWS All four (4) cab doors will be equipped with electric operated windows with one (1) flush mounted automotive style switch on each door. The driver's door will have four (4) switches, one (1) to control each door window. Each switch will allow intermittent or auto down operation for ease of use. Auto down operation will be actuated by holding the window down switch for approximately 1 second. CAB STEPS The forward cab and crew cab access steps will be a full size two (2IIIII 111'114 ) step design to provide largest possible stepping surfaces for safe ` ,11 ingress and egress. The bottom steps will be designed with a grip 7P, 1 pattern punched into bright aluminum treadplate material to provide ry, support, slip resistance, and drainage. The bottom steps will be a bolt- in design to minimize repair costs should they need to be replaced. oll e laced. oll The forward cab steps will be a minimum 25.00" wide, and the crew � � r cab steps will be 21.65" wide with a 10.00" minimum depth. The inside cab steps will not exceed 16.50" in height. A slip-resistant �` ° handrail will be provided adjacent to each cab door opening to assist during cab ingress and egress. The vertical surfaces of the step well will be aluminum treadplate. STEP LIGHTS There shall be six (6) white LED step lights installed for cab and crew cab access steps. • One (1) light for the driver's access steps. • Two (2) lights for the driver's side crew cab access steps. • Two (2) lights for the passenger's side crew cab access steps. • One (1) light for the passenger's side access step. 30 27 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) In order to ensure exceptional illumination, each light shall provide a minimum of 25 foot- candles (fc) covering an entire 15" x 15" square placed ten (10) inches below the light and a minimum of 1.5 fc covering an entire 30" x 30" square at the same ten (10) inch distance below the light. The lights shall be activated when the battery switch is on and the adjacent door is opened. FENDER CROWNS Stainless steel fender crowns will be installed at the cab wheel openings. GRAB HANDLES/STRAP (INTERIOR CREW CAB) There will be two (2) straps attached to the crew cab roof. Each strap will be located in front of and to the right of each crew cab forward facing seat. These straps will be furnished with a loop that is large enough to fit a gloved hand through. HANDRAILS BELOW CAB WINDSHIELD A 10.00" long x 1.25" diameter handrail will be mounted below the front cab windshield, one (1) on each side. The handrails will be extruded aluminum with a ribbed design to provide a positive gripping surface. CUP HOLDER There will be four (4) cup holder(s) provided. Each cup holder will have self-adjusting fingers that automatically grip beverage containers of various sizes. A recess in the cup holder will allow it to hold beverage containers with handles. The cup holder(s) will be located at the final inspection. GLOVE BOX A glove box with a drop-down door will be installed above the recessed area of the dash panel in front of the officer's position. The glove box will be approximately 31.00" wide at the top x 5.50" high x 6.25" deep. MOUNTING PLATE ON ENGINE TUNNEL Equipment installation provisions will be installed on the engine tunnel. A .25" smooth aluminum plate will be bolted to the top surface of the engine tunnel. The plate will follow the contour of the engine tunnel and will run the entire length of the engine tunnel. The plate will be spaced off the engine tunnel 1.00" to allow for wire routing below the plate. The mounting surface will be painted to match the cab interior. 31 28 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) CAB INTERIOR The cab interior will be constructed of primarily metal (painted aluminum) to withstand the severe duty cycles of the fire service. The officer side dash will be a flat faced design to provide easy maintenance and will be constructed out of painted aluminum. The instrument cluster will be surrounded with a high impact ABS plastic contoured to the same shape of the instrument cluster. The engine tunnel will be padded and covered, on the top and sides, with dark silver gray 46 ounce leather grain vinyl resistant to oil, grease, and mildew. The headliner will be installed in both forward and rear cab sections. Headliner material will be vinyl. A sound barrier will be part of its composition. Material will be installed on aluminum sheet and securely fastened to interior cab ceiling. Forward portion of cab headliner will permit easy access for service of electrical wiring or other maintenance needs. All wiring will be placed in metal raceways. � „ �^ � is �i � o e �r�U io 0i� i� dslon i4 J1 ate" 4. I I , 1111101 1171' � ! smamnery oV, u i ��' ":aA�i«s%' 2,is J rve 1111 OHM [Interior Cab Wire Raceways] CAB INTERIOR UPHOLSTERY The cab interior upholstery will be dark silver gray. CAB INTERIOR PAINT A rich looking interior will be provided by painting all the metal surfaces inside the cab fire smoke gray, vinyl texture paint. CAB FLOOR The cab and crew cab floor areas will be covered with PolydampTM acoustical floor mat consisting of a black pyramid rubber facing and closed cell foam de-coupler. The top surface of the material has a series of raised pyramid shapes evenly spaced, which offer a superior grip surface. Additionally, the material has a 0.25" thick closed cell foam (no water absorption) which offers a sound dampening material for reducing sound levels. 32 29 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) CAB DEFROSTER To provide maximum defrost and heating performance, a 43,500 BTU heater-defroster unit with 350 CFM of air flow will be provided inside the cab. The defroster unit will be strategically located under the center forward portion of the vacuum formed instrument panel. For easy access, a removable vacuum formed cover will be installed over the defroster unit. The defroster will include an integral aluminum frame air filter, high performance dual scroll blowers, and ducts designed to provide maximum defrosting capabilities for the 1-piece windshield. The defroster ventilation will be built into the design of the cab dash instrument panel and will be easily removable for maintenance. The defroster will be capable of clearing 98 percent of the windshield and side glass when tested under conditions where the cab has been cold soaked at 0 degrees Fahrenheit for 10 hours, and a 2 ounce per square inch layer of frost/ice has been able to build up on the exterior windshield. The defroster system will meet or exceed SAE J382 requirements. CAB/CREW CAB HEATER Two (2) 44,180 BTU auxiliary heaters with 276 CFM (each unit) of air flow will be provided inside the crew cab, one (1) in each outboard rear-facing seat riser. Oil The heaters will include high performance dual scroll blowers, one (1) for each unit. Outlets for the heaters will be located below each rear facing seat riser and below the fronts of the driver and passenger seats, for efficient airflow. An t extruded aluminum plenum will be incorporated in the cab structure that will transfer heat to the forward cab seating positions. The heater/defroster and crew cab heaters will be controlled by a single integral electronic control panel. The heater control panel will allow the , � I � driver to control heat flow to the front and rear simultaneously. The control I<<t panel will include variable adjustment for temperature and fan control, and be conveniently located on the dash in clear view of the driver. The control panel will include highly visible, progressive LED indicators for both fan speed and temperature. AIR CONDITIONING A high performance, customized air conditioning system will be furnished inside the cab and crew cab. The air conditioning system will be capable of cooling the average cab temperature from 100 degrees Fahrenheit to 75 degrees Fahrenheit within 30 minutes at 50 percent relative humidity. The cooling performance test will be run only after the cab has been heat soaked at 100 degrees Fahrenheit for a minimum of 4 hours. 33 30 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) A radiator mounted condenser with a 59,644 BTU output that meets and exceed the performance specification will be installed. Mounting the condenser below the cab or body would reduce the performance of the system and will not be acceptable. f; ; One (1) evaporator unit will be installed in the center roof Mi with two (2) cores, one (1) for the cab and one (1) for the I �1� n rR�� OIIIIVI, crew cab. The evaporator unit will have an adequate BTU oom 4 III 1°101* '111111111111111111111111111111111111100 11111 rating to meet the performance specifications. i01111111111111 11,1,11 „11111101.1 ,e not 0000,, Adjustable air outlets will be strategically located on the tioo„ p1111100 evaporator cover per the following: • Four (4) will be directed towards the driver's location • Four (4) will be directed towards the officer's location • Seven (7) will be directed towards the crew cab area The air conditioner refrigerant will be R-134A and will be installed by a certified technician. The air conditioner will be controlled by a singlebe directed III control panel. For ease of operation, the control panel will loondre'l�!y",a �� 0,,g104 111111111111111111111111111111111111111111111 �' include variable adjustment for temperature and fan control J p � 11111,per and be conveniently located on the dash in clear view of 'Ni1 'ti ' 1 n � (41'1 � adv441 , the driver. r' SUN VISORS Two (2) smoked LexanTM sun visors provided. The sun visors will be located above the windshield with one (1) mounted on each side of the cab. There will be a polished stainless steel bracket provided to help secure each sun visor in the stowed position. GRAB HANDLE A black rubber covered grab handle will be mounted on the door post of the driver and officer's side cab door to assist in entering the cab. The officer's side grab handle will be mounted on the lower portion of the door post. The grab handle will be securely mounted to the post area between the door and windshield. ENGINE COMPARTMENT LIGHT An engine compartment light will be installed under the engine hood, of which the switch is an integral part. Light will have a .125" diameter hole in its lens to prevent moisture retention. 34 31 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) ACCESS TO ENGINE DIPSTICKS For access to the engine oil and transmission fluid t %r%�1 11 111 1 „/ 100000 dipsticks, there will be a door on the engine tunnel, inside Al r �, U ,, 614,14 the crew cab. The door will be on the rear wall of the ��, l� engine tunnel, on the vertical surface. % `�'% ,��, , %y ,� ,/,/ The engine oil dipstick will allow for checking only. The transmission dipstick will allow for both checking and filling. ,A The door will have a rubber seal for thermal and acoustic insulation. One (1) flush latch will be provided on the access door. MAP BOX A map box with five (5) bins, open at the top, will be installed in a location to be determined at the construction review inspection. Each bin will be 12.50" wide x 3.00" high x 12.00" deep and will slant 30 degrees from horizontal. The map box will be constructed of .125" aluminum and will be painted to match the cab interior. CAB SAFETY SYSTEM The cab will be provided with a safety system designed to protect occupants in the event of a side roll or frontal impact, and will include the following: • A supplemental restraint system (SRS) sensor will be installed on a structural cab member behind the instrument panel. The SRS sensor will perform real time diagnostics of all critical subsystems and will record sensory inputs immediately before and during a side roll or frontal impact event. • A slave SRS sensor will be installed in the cab to provide capacity for eight (8) crew cab seating positions. • A fault-indicating light will be provided on the vehicle's instrument panel allowing the driver to monitor the operational status of the SRS system. • A driver side front air bag will be mounted in the steering wheel and will be designed to protect the head and upper torso of the occupant, when used in combination with the 3- point seat belt. • A passenger side knee bolster airbag will be mounted in the modesty panel below the dash panel and will be designed to protect the legs of the occupant, when used in combination with the 3-point seat belt. • Air curtains will be provided in the outboard bolster of outboard seat backs to provide a cushion between occupant and the cab wall. • Suspension seats will be provided with devices to retract them to the lowest travel position during a side roll or frontal impact event. 35 32 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) • Seat belts will be provided with pre-tensioners to remove slack from the seat belt during a side roll or frontal impact event. FRONTAL IMPACT PROTECTION The SRS system will provide protection during a frontal or oblique impact event. The system will activate when the vehicle decelerates at a predetermined G force known to cause injury to the occupants. The cab and chassis will have been subjected, via third party test facility, to a crash impact during frontal and oblique impact testing. Testing included all major chassis and cab components such as mounting straps for fuel and air tanks, suspension mounts, front suspension components, rear suspensions components, frame rail cross members, engine and transmission and their mounts, pump house and mounts, frame extensions and body mounts. The testing provided configuration specific information used to optimize the timing for firing the safety restraint system. The sensor will activate the pyrotechnic devices when the correct crash algorithm, wave form, is detected. The SRS system will deploy the following components in the event of a frontal or oblique impact event: • Driver side front air bag • Passenger side knee bolster air bag • Air curtains mounted in the outboard bolster of outboard seat backs • Suspension seats will be retracted to the lowest travel position • Seat belts will be pre-tensioned to firmly hold the occupant in place SIDE ROLL PROTECTION The SRS system will provide protection during a fast or slow 90 degree roll to the side, in which the vehicle comes to rest on its side. The system will analyze the vehicle's angle and rate of roll to determine the optimal activation of the advanced occupant restraints. The SRS system will deploy the following components in the event of a side roll: • Air curtains mounted in the outboard bolster of outboard seat backs • Suspension seats will be retracted to the lowest travel position • Seat belts will be pre-tensioned to firmly hold the occupant in place SEATING CAPACITY The seating capacity in the cab will be four (4). 36 33 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) DRIVER SEAT A seat will be provided in the cab for the driver. The seat design will be a cam action type, with air suspension. For increased convenience, the seat will include a manual control to adjust the horizontal position (6.00" travel). The manual horizontal control will be a towel-bar style located below the forward part of the seat cushion. To provide flexibility for multiple driver configurations, the seat will have an adjustable reclining back. The seat back will be a high back style with side bolster pads for maximum support. For optimal comfort, the seat will be provided with 17.00" deep foam cushions designed with EVC (elastomeric vibration control). The seat will include the following features incorporated into the side roll protection system: ■ Side air curtain will be mounted integral to the outboard bolster of the seat back. The air curtain will be covered by a decorative panel when in the stowed position. ■ A suspension seat safety system will be included. When activated in the event of a side roll, this system will pretension the seat belt and retract the seat to its lowest travel position. The seat will be furnished with a 3-point, shoulder type seat belt. OFFICER SEAT A seat will be provided in the cab for the passenger. The seat will be a cam action type, with air suspension. For optimal comfort, the seat will be provided with 17.00" deep foam cushions designed with EVC (elastomeric vibration control). The seat back will be an SCBA back style with 5 degree fixed recline angle. The SCBA cavity will be adjustable from front to rear in 1.00" increments, to accommodate different sized SCBA cylinders. Moving the SCBA cavity will be accomplished by unbolting, relocating, and re- bolting it in the desired location. The seat will include the following features incorporated into the side roll protection system: ■ Side air curtain will be mounted integral to the outboard bolster of the seat back. The air curtain will be covered by a decorative panel when in the stowed position. ■ A suspension seat safety system will be included. When activated, this system will pretension the seat belt and then retract the seat to its lowest travel position. The seat will be furnished with a 3-point, shoulder type seat belt. REAR FACING LEFT SIDE EMS CABINET A rear facing cabinet will be provided in the crew cab at the left side outboard position. The cabinet will be 23.00" wide x 39.00" high x 26.75" deep with one (1) Gortite rollup door with anodized finish, locking with #751 key. The frame to frame opening of the cabinet will be 18.50" wide x 33.00" high. The minimum clear door opening will be 15.75" wide x 27.12" high. 37 34 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) The cabinet will also provide access from outside the cab with one (1) double pan door painted to match the cab exterior with a locking D-ring latch with #751 key. A pneumatic stay arm will be provided as a door stop. The door will be located on the side of the cab over the wheelwell. The cabinet will include no adjustable shelves or traysin the cabinet interior. The cabinet will include no louvers. The cabinet will be constructed of smooth aluminum and painted to match the cab interior. Cabinet Light There will be one (1) white LED strip light installed on the right side of the exterior cabinet door opening. The lights will be controlled by an automatic door switch. REAR FACING RIGHT SIDE EMS CABINET A rear facing cabinet will be provided in the crew cab at the right side outboard position. The cabinet will be 22.00" wide x 39.00" high x 26.75" deep with one (1) Gortite rollup door with satin finish, locking with #751 key. The frame to frame opening of the cabinet will be 17.50" wide x 33.00" high. The minimum clear door opening will be 14.75" wide x 27.12" high. The cabinet will also provide access from outside the cab with one (1) double pan door painted to match the cab exterior with a locking D-ring latch with #751 key. A pneumatic stay arm will be provided as a door stop. The door will be located on the side of the cab over the wheelwell. The cabinet will include no adjustable shelves or trays in the cabinet interior. The cabinet will include no louvers. The cabinet will be constructed of smooth aluminum and painted to match the cab interior. Cabinet Light There will be one (1) white LED strip light installed on the left side of the exterior cabinet door opening. The lights will be controlled by an automatic door switch. FORWARD FACING CENTER SEATS There will be two (2) forward facing seats provided at the center position in the crew cab. For optimal comfort, the seats will be provided with 15.00" deep foam cushions designed with EVC (elastomeric vibration control). The seat backs will be an SCBA style with 90 degree back. The SCBA cavity will be adjustable from front to rear in 1.00" increments to accommodate different sized SCBA cylinders. Moving the SCBA cavity will be accomplished by unbolting, relocating, and re- bolting it in the desired location. 38 35 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) The seat will include the following features incorporated into the side roll protection system: ■ A seat safety system will be included. When activated, this system will pretension the seat belt. The seats will be furnished with a 3-point, shoulder type seat belt. MATTING IN EMS COMPARTMENT Vinyl grating will be provided in two (2) EMS compartments, one (1) on the driver's side and one (1) on the passenger side. Tile color will be black. The vinyl grating will be 0.50" thick and be cross bonded by 0.25" diameter ribbed sections spaced for aeration. The trim edge will not be installed at the edge of the tile. REAR FACING OVERHEAD STORAGE COMPARTMENT There will be two (2) overhead rear facing storage compartments installed at the raised roof within the crew cab, on each side of the air conditioner. The compartments will be approximately 21.00" wide x 10.00" high x 20.00" deep at the bottom. Each compartment will include one (1) lift up compartment door. Locking latch, paddle handle, and gas operated stay arms will be provided. The compartment will be constructed of smooth aluminum and painted to match the cab interior. Compartment Light The storage compartment lighting will consist of one (1) white LED strip light installed horizontally above each compartment door opening. SEAT UPHOLSTERY All seat upholstery will be 46 ounce leather grain dark silver gray vinyl resistant to oil, grease and mildew. The cab will have four (4) seating positions. AIR BOTTLE HOLDERS All SCBA type seats in the cab will have a "Hands-Free" auto clamp style bracket in its backrest. For efficiency and convenience, the bracket will include an automatic spring clamp that allows the occupant to store the SCBA bottle by simply pushing it into the seat back. For protection of all occupants in the cab, in the event of an accident, the inertial components within the clamp will constrain the SCBA bottle in the seat and will exceed the NFPA standard of 9G. Bracket designs with manual restraints (belts, straps, buckles) that could be inadvertently left unlocked and allow the SCBA to move freely within the cab during an accident, will not be acceptable. There will be a quantity of three (3) SCBA brackets. 39 36 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) Provided with the SCBA seats, will be backrest inserts which cover the SCBA cavity. The insert cover will be padded and covered with the same material as the seat. A total of three (3) inserts will be provided for the officers seat and the two (2) forward facing crew cab seats. The seat back insert is designed to support the firefighters back, with or without the SCBA bottle in place. The insert is held in place with two (2) elastic cords. SEAT BELTS All seating positions will have red seat belts. To provide quick, easy use for occupants wearing bunker gear, the female buckle and seat belt webbing length will meet or exceed the current edition of NFPA 1901 and CAN/ULC - S515 standards. The shoulder belt web length will be 120.00". The 3-point shoulder type seat belts will include height adjustment. This adjustment will optimize the belts effectiveness and comfort for the seated firefighter. The 3-point shoulder type seat belts will be furnished with dual automatic retractors that shall provide ease of operation in the normal seating position. The 3-point shoulder type belts will also include the ReadyReach D-loop assembly to the shoulder belt system. The ReadyReach feature adds an extender arm to the D-loop location placing the D-loop in a closer, easier to reach location. To ensure safe operation, the seats will be equipped with seat belt sensors in the seat cushion and belt receptacle that shall activate an alarm indicating a seat is occupied but not buckled. HELMET STORAGE PROVIDED BY FIRE DEPARTMENT NFPA 1901, 2016 edition, section 14.1.7.4.1 requires a location for helmet storage be provided. There is no helmet storage on the apparatus as manufactured. The fire department will provide a location for storage of helmets. CAB DOME LIGHTS There will be four (4) dual LED dome lights with black bezels provided. Two (2) lights will be mounted above the inside shoulder of the driver and officer and two (2) lights will be installed and located, one (1) on each side of the crew cab. The color of the LED's will be red and white. The white LED's will be controlled by the door switches and the lens switch. The color LED's will be controlled by the lens switch. 40 37 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) In order to ensure exceptional illumination, each white LED dome light will provide a minimum of 10.1 foot-candles (fc) covering an entire 20.00" x 20.00" square seating position when mounted 40.00" above the seat. PORTABLE HAND LIGHTS, PROVIDED BY FIRE DEPARTMENT NFPA 1901, 2016 edition, section 5.9.4 requires two portable hand lights mounted in brackets fastened to the apparatus. The hand lights are not on the apparatus as manufactured. The fire department will provide and mount these hand lights. CAB INSTRUMENTATION The cab instrument panel will be a molded ABS panel and include gauges, an LCD display, telltale indicator lamps, control switches, alarms, and a diagnostic panel. The function of the instrument panel controls and switches will be identified by a label adjacent to each item. Actuation of the headlight switch will illuminate the labels in low light conditions. Telltale indicator lamps will not be illuminated unless necessary. The cab instruments and controls will be conveniently located within the forward cab section, forward of the driver. The gauge assembly and switch panels are designed to be removable for ease of service and low cost of ownership. GAUGES The gauge panel will include the following ten (10) ivory faced gauges with chrome bezels to monitor vehicle performance: ■ Voltmeter gauge (volts): o Low volts (11.8 VDC) • Amber caution indicator on the information center with intermittent alarm • Amber caution light on gauge assembly o High volts (15.5 VDC) • Amber caution indicator on the information center with intermittent alarm • Amber caution light on gauge assembly o Very low volts (11.3 VDC) • Red warning indicator on the information center with a steady alarm • Amber caution light on gauge assembly o Very high volts (16.0 VDC) • Red warning indicator on the information center with a steady alarm • Amber caution light on gauge assembly • Engine Tachometer (RPM) • Speedometer MPH (Major Scale), KM/H (Minor Scale) 41 38 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) ■ Fuel level gauge (Empty - Full in fractions): o Low fuel (1/8 full) ■ Amber caution indicator on the information center with intermittent alarm ■ Amber caution light on gauge assembly o Very low fuel (1/32 full) ■ Red caution indicator on the information center with steady alarm ■ Amber caution light on gauge assembly ■ Engine Oil pressure Gauge (PSI): o Low oil pressure to activate engine warning lights and alarms ■ Red caution indicator on the information center with steady alarm ■ Amber caution light on gauge assembly ■ Front Air Pressure Gauges (PSI): o Low air pressure to activate warning lights and alarm ■ Red warning indicator on the information center with a steady alarm ■ Amber caution light on gauge assembly ■ Rear Air Pressure Gauges (PSI): o Low air pressure to activate warning lights and alarm ■ Red warning indicator on the information center with a steady alarm ■ Amber caution light on gauge assembly ■ Transmission Oil Temperature Gauge (Fahrenheit): o High transmission oil temperature activates warning lights and alarm ■ Amber caution indicator on the information center with intermittent alarm ■ Amber caution light on gauge assembly ■ Engine Coolant Temperature Gauge (Fahrenheit): o High engine temperature activates an engine warning light and alarms ■ Amber caution indicator on the information center with intermittent alarm ■ Amber caution light on gauge assembly ■ Diesel Exhaust Fluid Level Gauge (Empty - Full in fractions): o Low fluid (1/8 full) ■ Amber indicator light in gauge dial All gauges will perform prove out at initial power-up to ensure proper performance. INDICATOR LAMPS To promote safety, the following telltale indicator lamps will be located on the instrument panel in clear view of the driver. The indicator lamps will be "dead-front" design that is only visible when active. The colored indicator lights will have descriptive text or symbols. 42 39 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) The following amber telltale lamps will be present: ■ Low coolant ■ Traction control ■ Check engine ■ Check trans (check transmission ■ Aux brake overheat (Auxiliary brake overheat ■ Air rest (air restriction) ■ Caution (triangle symbol) ■ Water in fuel ■ DPF (engine diesel particulate filter regeneration) ■ Wait to start (where applicable) ■ HET (engine high exhaust temperature) (where applicable) ■ ABS (antilock brake system) ■ MIL (engine emissions system malfunction indicator lamp) (where applicable) ■ Side roll fault (where applicable) ■ Front air bag fault (where applicable) The following red telltale lamps will be present: ■ Warning (stop sign symbol) ■ Seat belt ■ Parking brake ■ Stop engine ■ Rack down The following green telltale lamps will be provided: ■ Left turn ■ Right turn ■ Battery on The following blue telltale lamp will be provided: ■ High beam ALARMS Audible steady tone warning alarm: A steady audible tone alarm will be provided whenever a warning message is present. 43 40 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) Audible pulsing tone caution alarm: A pulsing audible tone alarm (chime/chirp) will be provided whenever a caution message is present without a warning message being present. Alarm silence: Any active audible alarm will be able to be silenced by holding the ignition switch at the top position for three (3) to five (5) seconds. For improved safety, silenced audible alarms will intermittently chirp every 30 seconds until the alarm condition no longer exists. The intermittent chirp will act as a reminder to the operator that a caution or warning condition still exists. Any new warning or caution condition will enable the steady or pulsing tones respectively. INDICATOR LAMP AND ALARM PROVE-OUT A system will be provided which automatically tests telltale indicator lights and alarms located on the cab instrument panel. Telltale indicators and alarms will perform prove-out at initial power-up to ensure proper performance. CONTROL SWITCHES For ease of use, the following controls will be provided immediately adjacent to the cab instrument panel within easy reach of the driver. All switches will have backlit labels for low light applications. Headlight/Parking light switch: A three (3)-position maintained rocker switch will be provided. The first switch position will deactivate all parking and headlights. The second switch position will activate the parking lights. The third switch will activate the headlights. Panel back lighting intensity control switch: A three (3)-position momentary rocker switch will be provided. Pressing the top half of the switch, "Panel Up" increases the panel back lighting intensity and pressing the bottom half of the switch, "Panel Down" decreases the panel back lighting intensity. Pressing the half or bottom half of the switch several times will allow back lighting intensity to be gradually varied from minimum to maximum intensity level for ease of use. Ignition switch: A three (3)-position maintained/momentary rocker switch will be provided. The first switch position will turn off and deactivate vehicle ignition. The second switch position will activate vehicle ignition and will perform prove-out on the telltale indicators and alarms for 3 to 5 seconds after the switch is turned on. A green indicator lamp is activated with vehicle ignition. The third momentary position will temporarily silence all active cab alarms. An alarm "chirp" may continue as long as alarm condition exists. Switching ignition to off position will terminate the alarm silence feature and reset function of cab alarm system. Engine start switch: A two (2)-position momentary rocker switch will be provided. The first switch position is the default switch position. The second switch position will activate the vehicle's engine. The switch actuator is designed to prevent accidental activation. 44 41 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) Hazard switch will be provided on the instrument panel or on the steering column. Heater, defroster, and optional air conditioning control panel: A control panel with membrane switches will be provided to control heater/defroster temperature and heater, defroster, and air conditioning fan speeds. A green LED status bar will indicate the relative temperature and fan speed settings. Turn signal arm: A self-canceling turn signal with high beam headlight and windshield wiper/washer controls will be provided. The windshield wiper control will have high, low, and intermittent modes. Parking brake control: An air actuated push/pull park brake control valve will be provided. Chassis horn control: Activation of the chassis horn control will be provided through the center of the steering wheel. Chassis horn control: Activation of the chassis horn control will be provided through the center of the steering wheel. High idle engagement switch: A momentary rocker switch with integral indicator lamp will be provided. The switch will activate and deactivate the high idle function. The "OK To Engage High Idle" indicator lamp must be active for the high idle function to engage. A green indicator lamp integral to the high idle engagement switch will indicate when the high idle function is engaged. "OK To Engage High Idle" indicator lamp: A green indicator light will be provided next to the high idle activation switch to indicate that the interlocks have been met to allow high idle engagement. Emergency switching will be controlled by multiple individual warning light switches for various groups or areas of emergency warning lights. An Emergency Master switch provided on the instrument panel that enables or disables all individual warning light switches is included. An additional "Emergency Master" button will be provided on the lower left hand corner of the gauge panel to allow convenient control of the "Emergency Master" system from inside the driver's door when standing on the ground. CUSTOM SWITCH PANELS The design of cab instrumentation will allow for emergency lighting and other switches to be placed within easy reach of the operator thus improving safety. There will be positions for up to four (4) switch panels in the lower instrument console and up to six (6) switch panels in the overhead visor console. All switches have backlit labels for low light conditions. 45 42 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) DIAGNOSTIC PANEL A diagnostic panel will be accessible while standing on the ground and located inside the driver's side door left of the steering column. The diagnostic panel will allow diagnostic tools such as computers to connect to various vehicle systems for improved troubleshooting providing a lower cost of ownership. Diagnostic switches will allow ABS systems to provide blink codes should a problem exist. The diagnostic panel will include the following: ■ Engine diagnostic port ■ Transmission diagnostic port ■ ABS diagnostic port ■ Roll sensor diagnostic port ■ Command Zone USB diagnostic port ■ ABS diagnostic switch (blink codes flashed on ABS telltale indicator) ■ Diesel particulate filter regeneration switch (where applicable) ■ Diesel particulate filter regeneration inhibit switch (where applicable) CAB LCD DISPLAY A digital four (4)-row by 20-character dot matrix display will be integral to the gauge panel. The display will be capable of showing simple graphical images as well as text. The display will be split into three (3) sections. Each section will have a dedicated function. The upper left section will display the outside ambient temperature. The upper right section will display the following, along with other configuration specific information: ■ Odometer ■ Trip mileage ■ PTO hours ■ Fuel consumption ■ Engine hours The bottom section will display INFO, CAUTION, and WARNING messages. Text messages will automatically activate to describe the cause of an audible caution or warning alarm. The LCD will be capable of displaying multiple text messages should more than one caution or warning condition exist. AIR RESTRICTION INDICATOR A high air restriction warning indicator light LCD message with amber warning indicator and audible alarm shall be provided. 46 43 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) "DO NOT MOVE APPARATUS" INDICATOR A flashing red indicator light, located in the driving compartment, will be illuminated automatically per the current NFPA requirements. The light will be labeled "Do Not Move Apparatus If Light Is On." The same circuit that activates the "Do Not Move Apparatus" indicator will activate a pulsing alarm when the parking brake is released. DO NOT MOVE TRUCK MESSAGES Messages will be displayed on the Command ZoneTM, color display located within sight of the driver whenever the "Do Not Move Truck" light is active. The messages will designate the item or items not in the stowed for vehicle travel position (parking brake disengaged). The following messages will be displayed (where applicable): ■ Do Not Move Truck ■ DS Cab Door Open (Driver Side Cab Door Open) ■ PS Cab Door Open (Passenger's Side Cab Door Open) ■ DS Crew Cab Door Open (Driver Side Crew Cab Door Open) ■ PS Crew Cab Door Open (Passenger's Side Crew Cab Door Open) ■ DS Body Door Open (Driver Side Body Door Open) ■ PS Body Door Open (Passenger's Side Body Door Open) ■ Rear Body Door Open ■ PS Ladder Rack Down (Passenger Side Ladder Rack Down) ■ Deck Gun Not Stowed ■ Steps Not Stowed ■ Handrail Not Stowed Any other device that is opened, extended, or deployed that creates a hazard or is likely to cause major damage to the apparatus if the apparatus is moved will be displayed as a caution message after the parking brake is disengaged. SWITCH PANELS The emergency light switch panel shall have a master switch for ease of use plus individual switches for selective control. Each switch panel shall contain eight (8) membrane-type switches each rated for one million (1,000,000) cycles. Panels containing less than eight (8) switch assignments shall include non-functioning black appliqués. The built-in switch panels shall be located in the lower console or overhead console of the cab. Additional switch panel(s) will be located in the overhead position(s) above the windshield or in designated locations on the lower instrument panel layout. 47 44 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) The switches shall be membrane-type and also act as an integral indicator light. For quick, visual indication the entire surface of the switch shall be illuminated white whenever back lighting is activated and illuminated green whenever the switch is active. An active illuminated switch shall flash when interlock requirements are not met or device is actively being load managed. For ease of use, a two (2)-ply, scratch resistant laser engraved Gravoply label indicating the use of each switch shall be placed in the center of the switch. The label shall allow light to pass through the letters for ease of use in low light conditions. WIPER CONTROL Wiper control will consist of a two (2)-speed windshield wiper control with intermittent feature and windshield washer controls. SPARE CIRCUIT There will be three (3) pair of wires, including a positive and a negative, installed on the apparatus. The above wires will have the following features: • The positive wire will be connected directly to the battery power. • The negative wire will be connected to ground. • Wires will be protected to 2.5 amps at 12 volts DC. • Power and ground will terminate to be determined at the pre-construction conference. • Termination will be a Blue Sea Systems part number 1016 dual USB charger socket. • Wires will be sized to 125% of the protection. This circuit(s) may be load managed when the parking brake is applied. SPARE CIRCUIT There will be one (1) pair of wires, including a positive and a negative, installed on the apparatus. The above wires will have the following features: • The positive wire will be connected directly to the battery power. • The negative wire will be connected to ground. • Wires will be protected to 30 amps at 12 volts DC. • Power and ground will terminate to be determined at the pre-construction conference. • Termination will be to a Blue Sea System, Model 5025, 6 circuit with negative bus bar. The terminal block will include a cover with circuit labels. • Wires will be sized to 125% of the protection. This circuit(s) may be load managed when the parking brake is set. 48 45 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) SPARE CIRCUIT There will be three (3) pair of wires, including a positive and a negative, installed on the apparatus. The above wires will have the following features: • The positive wire will be connected directly to the battery power • The negative wire will be connected to ground • Wires will be protected to 15 amps at 12 volts DC • Power and ground will terminate on the officer's side of the engine tunnel, on the driver's side of the engine tunnel and on the rear wall of the crew cab, centered • Termination will be with 15 amp, power point plug with rubber cover • Wires will be sized to 125 percent of the protection The circuit(s) may be load managed when the parking brake is set. SPARE CIRCUIT There will be one (1) pair of wires, including a positive and a negative, installed on the apparatus. The above wires will have the following features: • The positive wire will be connected directly to the battery power. • The negative wire will be connected to ground. • Wires will be protected to 30 amps at 12 volts DC. • Power and ground will terminate behind the officers seat, on the exterior front wall of the EMS cabinet, next the engine tunnel and at the same height. • Termination will be to a Blue Sea System, Model 5025, 6 circuit with negative bus bar. The terminal block will include a cover with circuit labels. • Wires will be sized to 125% of the protection. This circuit(s) may be load managed when the parking brake is set. RADIO WITH CD PLAYER There will be a PanasonicTM, AM/FM/Weather Band stereo radio with compact disc player and auxiliary input jack installed. The compact disc stereo radio will be mounted within reach of the officer. The quantity and location of the speakers will be one (1) pair of 5.25" speakers in the cab and one (1) pair of 5.25" speakers in the crew cab. 49 46 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) The type and location of the antenna will be a roof-mounted rubber antenna located in an open space, on the cab roof. INFORMATION CENTER An information center employing a 7.00" diagonal touch screen color LCD display will be encased in an ABS plastic housing. The information center will have the following specifications: ■ Operate in temperatures from -40 to 185 degrees Fahrenheit ■ An Optical Gel will be placed between the LCD and protective lens ■ Five weather resistant user interface switches ■ Grey with black accents ■ Sunlight Readable ■ Linux operating system ■ Minimum of 1000nits rated display ■ Display can be changed to an available foreign language ■ A LCD display integral to the cab gauge panel will be included as outlined in the cab instrumentation area. ■ Programmed to read US Customary GENERAL SCREEN DESIGN Where possible, background colors will be used to provide "At a Glance" vehicle information. If information provided on a screen is within acceptable limits, a green background will be used. If a caution or warning situation arises the following will occur: ■ An amber background/text color will indicate a caution condition ■ A red background/text color will indicate a warning condition ■ The information center will utilize an "Alert Center" to display text messages for audible alarm tones. The text messages will be written to identify the item(s) causing the audible alarm to sound. If more than one (1) text message occurs, the messages will cycle every second until the problem(s) have been resolved. The background color for the "Alert Center" will change to indicate the severity of the "warning" message. If a warning and a caution condition occur simultaneously, the red background color will be shown for all alert center messages. ■ A label for each button will exist. The label will indicate the function for each active button for each screen. Buttons that are not utilized on specific screens will have a button label with no text or symbol. 50 47 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) HOME/TRANSIT SCREEN This screen will display the following: ■ Vehicle Mitigation (if equipped) ■ Water Level (if equipped) ■ Foam Level (if equipped) ■ Seat Belt Monitoring Screen ■ Tire Pressure Monitoring (if equipped) ■ Digital Speedometer ■ Active Alarms ON SCENE SCREEN This screen will display the following and will be auto activated with pump engaged (if equipped): ■ Battery Voltage ■ Fuel ■ Oil Pressure ■ Coolant Temperature ■ RPM ■ Water Level (if equipped) ■ Foam Level (if equipped) ■ Foam Concentration (if equipped) ■ Water Flow Rate (if equipped) ■ Water Used (if equipped) ■ Active Alarms VIRTUAL BUTTONS There will be four (4) virtual switch panel screens that match the overhead and lower lighting and HVAC switch panels. PAGE SCREEN The page screen will display the following and allow the user to progress into other screens for further functionality: ■ Diagnostics o Faults ■ Listed by order of occurrence ■ Allows to sort by system 51 48 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) o Interlock ■ Throttle Interlocks ■ Pump Interlocks (if equipped) o Load Manager ■ A list of items to be load managed will be provided. The list will provide a description of the load. ■ The lower the priority numbers the earlier the device will be shed should a low voltage condition occur. ■ The screen will indicate if a load has been shed (disabled) or not shed. ■ "At a glance" color features are utilized on this screen. o Systems ■ Command Zone • Module type and ID number • Module Version • Input or output number • Circuit number connected to that input or output • Status of the input or output • Power and Constant Current module diagnostic information ■ Foam (if equipped) ■ Pressure Controller (if equipped) o Live Data ■ General Truck Data ■ Maintenance o Engine oil and filter o Transmission oil and filter o Pump oil (if equipped) o Foam (if equipped) ■ Setup o Clock Setup o Date & Time ■ 12 or 24 hour format ■ Set time and date o Backlight ■ Daytime ■ Night time ■ Sensitivity o Unit Selection o Home Screen o Virtual Button Setup 52 49 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) o On Scene Screen Setup o Configure Video Mode ■ Set Video Contrast ■ Set Video Color ■ Set Video Tint ■ Do Not Move o The screen will indicate the approximate location and type of item that is open or is not stowed for travel. The actual status of the following devices will be indicate ■ Driver Side Cab Door ■ Passenger's Side Cab Door ■ Driver Side Crew Cab Door ■ Passenger's Side Crew Cab Door ■ Driver Side Body Doors ■ Passenger's Side Body Doors ■ Rear Body Door(s) ■ Ladder Rack (if applicable) ■ Deck Gun (if applicable) ■ Hatch Door (if applicable) ■ Steps (if applicable) ■ Notifications o View Active Alarms ■ Shows a list of all active alarms including date and time of the occurrence is shown with each alarm ■ Silence Alarms - All alarms are silenced ■ Timer Screen ■ HVAC (if equipped) ■ Tire Information (if equipped) Button functions and button labels may change with each screen. VEHICLE DATA RECORDER There will be a vehicle data recorder (VDR) capable of reading and storing vehicle information provided. The information stored on the VDR can be downloaded through a USB port mounted in a convenient location determined by cab model. A USB cable can be used to connect the VDR to a laptop to retrieve required information. The program to download the information from the VDR will be available to download on-line. 53 50 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) The vehicle data recorder will be capable of recording the following data via hardwired and/or CAN inputs: ■ Vehicle Speed - MPH ■ Acceleration - MPH/sec ■ Deceleration - MPH/sec ■ Engine Speed - RPM ■ Engine Throttle Position - % of Full Throttle ■ ABS Event - On/Off ■ Seat Occupied Status - Yes/No by Position ■ Seat Belt Buckled Status - Yes/No by Position ■ Master Optical Warning Device Switch - On/Off ■ Time - 24 Hour Time ■ Date - Year/Month/Day SEAT BELT MONITORING SYSTEM A seat belt monitoring system (SBMS) will be provided on the Command Zone TM color display. The SBMS will be capable of monitoring up to 10 seating positions indicating the status of each seat position per the following: ■ Seat Occupied & Buckled = Green LED indicator illuminated ■ Seat Occupied & Unbuckled = Red LED indicator with audible alarm ■ No Occupant & Buckled = Red LED indicator with audible alarm ■ No Occupant & Unbuckled = No indicator and no alarm The seat belt monitoring screen will become active on the Command Zone color display when: ■ The home screen is active: o and there is any occupant seated but not buckled or any belt buckled with an occupant. o and there are no other Do Not Move Apparatus conditions present. As soon as all Do Not Move Apparatus conditions are cleared, the SBMS will be activated. The SBMS will include an audible alarm that will warn that an unbuckled occupant condition exists and the parking brake is released, or the transmission is not in park. Vehicle Data Recordable Input When the VDR is active, the seat belt monitoring system alarm will be silenced through the standard silence alarm switch. The alarm will chirp in intervals to remind the operator that an alarm is still sounding. 54 51 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) INTERCOM SYSTEM A five (5) position David Clark intercom system with single radio interface capability at the driver and officer positions and remote radio "Push To Transmit" buttons located driver and officer will be provided. The pump operator will have a bulkhead fitting with weatherproof cap and radio interface belt station. Two (2) outboard crew cab positions will have radio listen / intercom only, at both forward facing seats. The following components will be supplied with this system: ■ One (1) U3805 Radio Cord Junction Module ■ Two (2) U3815 Radio Interface Headset Stations ■ Two (2) Remote PTT Kits ■ One (1) U3800 Intercom Unit (1 outboard Crew) ■ One (1) U3801 Headset Intercom Station (1 outboard Crew) ■ One (1) C3820 Power Cable ■ One (1) C3019 Belt Station with Radio PTT and Volume Control ■ All necessary system cables and connectors RADIO / INTERCOM INTERFACE INCLUDED All radio interfaced stations will have universal radio interfaces installed. The interface wiring will be routed within the cab to behind the officers seat position and located on the inside cab wall so it will not interfere with equipment which may be stored in this area. HEADSET HANGERS There will be four (4) headset hanger(s) installed driver's seat, officer's seat, driver's side inboard forward facing seat and passenger's side inboard forward facing seat. The hanger(s) will meet NFPA 1901, Section 14.1.11 requirement for equipment mounting. BRACKET, JOHNNY RAY A Johnny Ray, Model JR-207, radio swivel bracket rated for 14 lbs. will be provided and installed on the engine tunnel mounting plate, as far forward as possible, centered. Mount will be for the customer provided two way radio. RADIO ANTENNA MOUNT There will be two (2) standard 1.125", 18 thread antenna-mounting base(s) installed one (1) on the driver's side and one (1) on the passenger side; behind the lightbar approximately 24"; each antenna mount to be approximately 12" in from the side edge of the cab roof with a high efficiency, low loss, coaxial cable(s) routed to the instrument panel area. A y. weatherproof cap will be installed on the mount. 55 52 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) VEHICLE CAMERA SYSTEM There will be a color vehicle camera system provided with the following: ■ One (1) camera located at the rear of the apparatus, pointing rearward, displayed automatically with the vehicle in reverse The camera images will be displayed on the driver's Command ZoneTM, color display. Audio from the microphone on the active camera will be emitted by an amplified speaker with volume control in the blank panel to the left of the steering column. The following components will be included: • One (1) SV-CW 134639CAI, camera • One (1) amplified speaker (if applicable) • All necessary cables RECESS REAR CAMERA A rear camera recess will be provided in the center at the rear. ELECTRICAL POWER CONTROL SYSTEM The primary power distribution will be located forward of the officer's seating position and be easily accessible while standing on the ground for simplified maintenance and troubleshooting. Additional electrical distribution centers will be provided throughout the vehicle to house the vehicle's electrical power, circuit protection, and control components. The electrical distribution centers will be located strategically throughout the vehicle to minimize wire length. For ease of maintenance, all electrical distribution centers will be easily accessible. All distribution centers containing fuses, circuit breakers and/or relays will be easily accessible. Distribution centers located throughout the vehicle will contain battery powered studs for supplying customer installed equipment thus providing a lower cost of ownership. Circuit protection devices, which conform to SAE standards, will be utilized to protect electrical circuits. All circuit protection devices will be rated per NFPA requirements to prevent wire and component damage when subjected to extreme current overload. General protection circuit breakers will be Type-I automatic reset (continuously resetting). When required, automotive type fuses will be utilized to protect electronic equipment. Control relays and solenoid will have a direct current rating of 125 percent of the maximum current for which the circuit is protected per NFPA. 56 53 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) SOLID-STATE CONTROL SYSTEM A solid-state electronics based control system will be utilized to achieve advanced operation and control of the vehicle components. A fully computerized vehicle network will consist of electronic modules located near their point of use to reduce harness lengths and improve reliability. The control system will comply with SAE J1939-11 recommended practices. The control system will operate as a master-slave system whereas the main control module instructs all other system components. The system will contain patented Mission Critical software that maintains critical vehicle operations in the unlikely event of a main controller error. The system will utilize a Real Time Operating System (RTOS) fully compliant with OSEK/VDXTM specifications providing a lower cost of ownership. For increased reliability and simplified use the control system modules will include the following attributes: • Green LED indicator light for module power • Red LED indicator light for network communication stability status • Control system self-test at activation and continually throughout vehicle operation • No moving parts due to transistor logic • Software logic control for NFPA mandated safety interlocks and indicators • Integrated electrical system load management without additional components • Integrated electrical load sequencing system without additional components • Customized control software to the vehicle's configuration • Factory and field re programmable to accommodate changes to the vehicle's operating parameters • Complete operating and troubleshooting manuals • USB connection to the main control module for advanced troubleshooting To assure long life and operation in a broad range of environmental conditions, the solid-state control system modules will meet the following specifications: • Module circuit board will meet SAE J771 specifications • Operating temperature from -40C to +70C • Storage temperature from -40C to +70C • Vibration to 50g • IP67 rated enclosure (Totally protected against dust and also protected against the effect of temporary immersion between 15 centimeters and one (1) meter) • Operating voltage from eight (8) volts to 16 volts DC The main controller will activate status indicators and audible alarms designed to provide warning of problems before they become critical. 57 54 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) CIRCUIT PROTECTION AND CONTROL DIAGRAM Copies of all job-specific, computer network input and output (I/O) connections will be provided with each chassis. The sheets will indicate the function of each module connection point, circuit protection information (where applicable), wire numbers, wire colors and load management information. ON-BOARD ELECTRICAL SYSTEM DIAGNOSTICS Advanced on-board diagnostic messages will be provided to support rapid troubleshooting of the electrical power and control system. The diagnostic messages will be displayed on the information center located at the driver's position. The on-board information center will include the following diagnostic information: ■ Text description of active warning or caution alarms ■ Simplified warning indicators ■ Amber caution indication with intermittent alarm ■ Red warning indication with steady tone alarm PROGNOSTICS A software based vehicle tool will be provided to predict remaining life of the vehicles critical fluid and events. The system will send automatic indications to the Command Zone, color display and/or wireless enabled device to proactively alert of upcoming service intervals. Prognostics will include: ■ Engine oil and filter ■ Transmission oil and filter ■ Pump oil (if equipped) ■ Foam oil (if equipped) ADVANCED DIAGNOSTICS An advanced, Windows-based, diagnostic software program will be provided for this control system. The software will provide troubleshooting tools to service technicians equipped with a Windows-based computer or wireless enabled device. The service and maintenance software will be easy to understand and use and have the ability to view system input/output (I/O) information. 58 55 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) TECH MODULE WITH WIFI An in cab module will provide WiFi wireless interface and data logging capability. The WiFi interface will comply with IEEE 802.11 b/g/n capabilities while communicating at 2.4 Gigahertz. The module will provide an external antenna connection allowing a line of site communication range of up to 300 feet with a roof mounted antenna. The module will transmit a password protected web page to a WiFi enabled device (i.e. most smart phones, tablets or laptops) allowing two levels of user interaction. The firefighter level will allow vehicle monitoring of the vehicle and firefighting systems on the apparatus. The technician level will allow diagnostic access to inputs and outputs installed on the Command Zone, control and information system. The data logging capability will record faults from the engine, transmission, ABS and Command Zone, control and information systems as they occur. No other data will be recorded at the time the fault occurs. The data logger will provide up to 2 Gigabytes of data storage. A USB connection will be provided on the Tech Module. It will provide a means to download data logger information and update software in the device. INDICATOR LIGHT AND ALARM PROVE-OUT SYSTEM A system will be provided which automatically tests basic indicator lights and alarms located on the cab instrument panel. VOLTAGE MONITOR SYSTEM A voltage monitoring system will be provided to indicate the status of the battery system connected to the vehicle's electrical load. The system will provide visual and audible warning when the system voltage is below or above optimum levels. The alarm will activate if the system falls below 11.8 volts DC for more than two (2) minutes. POWER AND GROUND STUDS Spare circuits will be provided in the primary distribution center for two-way radio equipment. The spare circuits will consist of the following: • One (1) 12-volt DC, 30 amp battery direct spare • One (1) 12-volt DC ground and un-fused switched battery stud located in or adjacent to the power distribution center 59 56 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) ENHANCED SOFTWARE The solid-state control system will include the following software enhancements: All perimeter lights and scene lights (where applicable) will be deactivated when the parking brake is released. Cab and crew cab dome lights will remain on for ten (10) seconds for improved visibility after the doors close. The dome lights will dim after ten (10) seconds or immediately if the vehicle is put into gear. Cab and crew cab perimeter lights will remain on for ten (10) seconds for improved visibility after the doors close. The dome lights will dim after ten (10) seconds or immediately if the vehicle is put into gear. EMI/RFI PROTECTION To prevent erroneous signals from crosstalk contamination and interference, the electrical system will meet, at a minimum, SAE J55112, thus reducing undesired electromagnetic and radio frequency emissions. An advanced electrical system will be used to ensure radiated and conducted electromagnetic interference (EMI) or radio frequency interference (RFI) emissions are suppressed at their source. The apparatus will have the ability to operate in the electromagnetic environment typically found in fire ground operations to ensure clean operations. The electrical system will meet, without exceptions, electromagnetic susceptibility conforming to SAE J1113/25 Region 1, Class C EMR for 10Khz-1 GHz to 100 Volts/Meter. The vehicle OEM, upon request, will provide EMC testing reports from testing conducted on an entire apparatus and will certify that the vehicle meets SAE J551/2 and SAE J1113/25 Region 1, Class C EMR for 10Khz-1 GHz to 100 Volts/Meter requirements. Component and partial (incomplete) vehicle testing is not adequate as overall vehicle design can impact test results and thus is not acceptable by itself. EMI/RFI susceptibility will be controlled by applying appropriate circuit designs and shielding. The electrical system will be designed for full compatibility with low-level control signals and high-powered two-way radio communication systems. Harness and cable routing will be given careful attention to minimize the potential for conducting and radiated EMI/RFI susceptibility. ELECTRICAL All 12-volt electrical equipment installed by the apparatus manufacturer will conform to modern automotive practices. All wiring will be high temperature crosslink type. Wiring will be run, in loom or conduit, where exposed and have grommets where wire passes through sheet metal. Automatic reset circuit breakers will be provided which conform to SAE Standards. Wiring will be color, function and number coded. Function and number codes will be continuously imprinted on all wiring harness conductors at 2.00" intervals. 60 57 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) Exterior exposed wire connectors will be positive locking, and environmentally sealed to withstand elements such as temperature extremes, moisture and automotive fluids. Electrical wiring and equipment will be installed utilizing the following guidelines: 1. All holes made in the roof will be caulked with silicon, rope caulk is not acceptable. Large fender washers, liberally caulked, will be used when fastening equipment to the underside of the cab roof. 2. Any electrical component that is installed in an exposed area will be mounted in a manner that will not allow moisture to accumulate in it. Exposed area will be defined as any location outside of the cab or body. 3. Electrical components designed to be removed for maintenance will not be fastened with nuts and bolts. Metal screws will be used in mounting these devices. Also a coil of wire will be provided behind the appliance to allow them to be pulled away from mounting area for inspection and service work. 4. Corrosion preventative compound will be applied to all terminal plugs located outside of the cab or body. All non-waterproof connections will require this compound in the plug to prevent corrosion and for easy separation (of the plug). 5. All lights that have their sockets in a weather exposed area will have corrosion preventative compound added to the socket terminal area. 6. All electrical terminals in exposed areas will have silicon (1890) applied completely over the metal portion of the terminal. All lights and reflectors, required to comply with Federal Motor Vehicle Safety Standard #108, will be furnished. Rear identification lights will be recessed mounted for protection. Lights and wiring mounted in the rear bulkheads will be protected from damage by installing a false bulkhead inside the rear compartments. An operational test will be conducted to ensure that any equipment that is permanently attached to the electrical system is properly connected and in working order. The results of the tests will be recorded and provided to the purchaser at time of delivery. BATTERY SYSTEM There will be four (4) 12 volt Exide®, Model 31 S950X3W, batteries that include the following features will be provided: ■ 950 CCA, cold cranking amps ■ 190 amp reserve capacity ■ High cycle ■ Group 31 ■ Rating of 3800 CCA at 0 degrees Fahrenheit 61 58 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) • 760 minutes of reserve capacity • Threaded stainless steel studs Each battery case will be a black polypropylene material with a vertically ribbed container for increased vibration resistance. The cover will be manifold vented with a central venting location to allow a 45 degree tilt capacity. The inside of each battery will consist of a "maintenance free" grid construction with poly wrapped separators and a flooded epoxy bottom anchoring for maximum vibration resistance. BATTERY SYSTEM There will be a single starting system with an ignition switch and starter button provided and located on the cab instrument panel. MASTER BATTERY SWITCH There will be a master battery switch provided within the cab within easy reach of the driver to activate the battery system. An indicator light will be provided on the instrument panel to notify the driver of the status of the battery system. BATTERY COMPARTMENTS Batteries will be placed on non-corrosive mats and stored in well ventilated compartments located under the cab. Heavy-duty, 2/0 gauge, color coded battery cables will be provided. Battery terminal connections will be coated with anti-corrosion compound. Battery solenoid terminal connections will be encapsulated with semi-permanent rubberized compound. JUMPER STUDS One (1) set of battery jumper studs with plastic color-coded covers will be included on the battery compartments. BATTERY CHARGER A Kussmaul Autocharge 1000, Model 091-56-12, battery charger with internal battery saver will be provided. A bar graph display indicating the state of charge will be included. The battery saver circuit will be capable of supplying up to three (3) amps for external loads such as hand light or auxiliary radio batteries. 62 59 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) The battery charger will be wired to the AC shoreline inlet through an AC receptacle adjacent to this battery charger. The battery charger will be located in the left body compartment mounted on the ceiling, mount near front body bulkhead. The battery charger indicator will be located on the driver's seat riser. KUSSMAUL AUTO EJECT FOR SHORELINE There will be one (1) Kussmaul Model 091-55-15-120, 15 amp 120 volt AC shoreline inlet(s) provided to operate the dedicated 120 volt AC circuits on the apparatus without the use of the generator. The shoreline inlet(s) will include red weatherproof flip up cover(s). There will be a release solenoid wired to the vehicle's starter to eject the AC connector when the engine is starting. The shoreline(s) will be connected to the on-board battery charger. There will be a mating connector body supplied with the loose equipment. There will be a label installed near the inlet(s) that state the following: • Line Voltage • Current Ratting (amps) • Phase • Frequency The shoreline receptacle will be located on the driver side of pump panel. BATTERY TRAYS Formed fit heavy-duty roto-molded polyethylene battery trays with drain tubes will be provided for the batteries to sit in. ALTERNATOR A Leece-Neville, Model BLP4004H, alternator will be provided. It will have a rated output current of 350 amp as measured by SAE method J56. The alternator will feature an integral, self-diagnostic regulator and rectifier. The alternator will be connected to the power and ground distribution system with heavy-duty cables sized to carry the full rated alternator output. 63 60 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) ELECTRONIC LOAD MANAGER An electronic load management (ELM) system will be provided that monitors the vehicles 12- volt electrical system, automatically reducing the electrical load in the event of a low voltage condition, and automatically restoring the shed electrical loads when a low voltage condition expires. This ensures the integrity of the electrical system. For improved reliability and ease of use, the load manager system will be an integral part of the vehicle's solid state control system requiring no additional components to perform load management tasks. Load management systems which require additional components will not be allowed. The system will include the following features: ■ System voltage monitoring. ■ A shed load will remain inactive for a minimum of five minutes to prevent the load from cycling on and off. ■ Sixteen available electronic load shedding levels. ■ Priority levels can be set for individual outputs. ■ High Idle to activate before any electric loads are shed and deactivate with the service brake. o If enabled: ■ "Load Man Hi-Idle On" will display on the information center. ■ Hi-Idle will not activate until 30 seconds after engine start up. ■ Individual switch "on" indicator to flash when the particular load has been shed. ■ The information center indicates system voltage. The information center, where applicable, includes a "Load Manager" screen indicating the following: ■ Load managed items list, with priority levels and item condition. ■ Individual load managed item condition: o ON = not shed o SHED =,shed SEQUENCER A sequencer will be provided that automatically activates and deactivates vehicle loads in a preset sequence thereby protecting the alternator from power surges. This sequencer operation will allow a gradual increase or decrease in alternator output, rather than loading or dumping the entire 12 volt load to prolong the life of the alternator. 64 61 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) For improved reliability and ease of use, the load sequencing system will be an integral part of the vehicle's solid state control system requiring no additional components to perform load sequencing tasks. Load sequencing systems which require additional components will not be allowed. Emergency light sequencing will operate in conjunction with the emergency master light switch. When the emergency master switch is activated, the emergency lights will be activated one by one at half-second intervals. Sequenced emergency light switch indicators will flash while waiting for activation. When the emergency master switch is deactivated, the sequencer will deactivate the warning light loads in the reverse order. Sequencing of the following items will also occur, in conjunction with the ignition switch, at half- second intervals: ■ Cab Heater and Air Conditioning ■ Crew Cab Heater (if applicable) ■ Crew Cab Air Conditioning (if applicable) ■ Exhaust Fans (if applicable) ■ Third Evaporator (if applicable) HEADLIGHTS There will be four (4) rectangular halogen lights mounted in the front quad style, chrome housings on each side of the cab grille: ■ The outside light on each side will contain a halogen low and high beam module. ■ The inside light on each side will contain a halogen high beam module only. DIRECTIONAL LIGHTS There will be two (2) Whelen 600 series, LED combination directional/marker lights provided. The lights will be located on the outside cab corners, next to the headlights. The color of the lenses will be the same color as the LED's. CAB CLEARANCE/MARKER/ID LIGHTS There will be five (5) amber LED lights provided to indicate the presence and overall width of the vehicle in the following locations: ■ Three (3) amber LED identification lights will be installed in the center of the cab above the windshield. 65 62 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) ■ Two (2) amber LED clearance lights will be installed, one (1) on each outboard side of the cab above the windshield. INTERMEDIATE LIGHT There will be two (2) Weldon, Model 9186-8580-29, amber LED turn signal marker lights furnished, one (1) each side, in the rear fender panel. The light will double as a turn signal and marker light. REAR CLEARANCE/MARKER/ID LIGHTING There will be three (3) Truck-Lite®, Model 33050R, LED lights used as identification lights recessed and located at the rear of the apparatus per the following: ■ As close as practical to the vertical centerline ■ Centers spaced not less than 6.00" or more than 12.00" apart ■ Red in color ■ All at the same height There will be two (2) Truck-Lite, Model 33050R, LED lights recessed at the rear of the apparatus used as clearance lights located at the rear of the apparatus per the following: ■ To indicate the overall width of the vehicle ■ One (1) each side of the vertical centerline ■ As near the top as practical ■ Red in color ■ To be visible from the rear ■ All at the same height There will be two (2) Truck-Lite, Model 33050R, LED lights recessed on the side of the apparatus as marker lights as close to the rear as practical per the following: ■ To indicate the overall length of the vehicle ■ One (1) each side of the vertical centerline ■ As near the top as practical ■ Red in color ■ To be visible from the side ■ All at the same height There will be two (2) red reflectors located on the rear of the truck facing to the rear. One (1) each side, as far to the outside as practical, at a minimum of 15.00", but no more than 60.00", above the ground. 66 63 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) There will be two (2) red reflectors located on the side of the truck facing to the side. One (1) each side, as far to the rear as practical, at a minimum of 15.00", but no more than 60.00", above the ground. Per FMVSS 108 and CMVSS 108 requirements. FRONT CAB SIDE DIRECTIONAL/MARKER LIGHTS There will be two (2) Truck-Lite®, Model 19036Y, amber LED lights installed to the outside of the chrome wrap around bezel, one (1) on each side of the cab. The lights will activate as marker lights with the headlight switch and directional lights with the corresponding directional circuit. REAR FMVSS LIGHTING The rear stop/tail and directional LED lighting will consist of the following: ■ Two (2) Whelen®, Model M6BTT, red LED stop/tail lights ■ Two (2) Whelen, Model M6T, amber LED arrow turn lights The lights shall be provided with color lenses. The lights will be mounted in a polished combination housing. There will be two (2) Whelen Model M6BUW, LED backup lights provided in the tail light housing. LICENSE PLATE BRACKET There will be one (1) license plate bracket mounted on the rear of the body. A white LED light will illuminate the license plate. A polished stainless steel light shield will be provided over the light that will direct illumination downward, preventing white light to the rear. LIGHTING BEZEL There will be two (2) Whelen, Model M6FCV4P,four (4) place chromed ABS housings with Pierce logos provided for the rear M6 series stop/tail, directional, back up, scene lights or warning lights. BACK-UP ALARM An ECCO model 505, solid state electronic audible back-up alarm that actuates when the truck is shifted into reverse shall be provided. The device shall sound at 60 pulses per minute at a constant 87db. 67 64 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) WARNING LIGHT FLASH PATTERN The flash pattern of all the exterior warning lights will be set to meet the certified California, Title XIII flash pattern by either the light manufacturer's default flash pattern or by a conversion change to the certified flash pattern. MOUNTING, RECESS LIGHT There will be one (1) recessed pocket(s) for mounting light(s). The recessed pocket(s) will be provided passenger side rear body bulkhead. CAB PERIMETER SCENE LIGHTS There will be four (4) Amdor Model AY-9500-012, 12.00" white LED strip lights provided. • One (1) under the driver's side cab access step. • One (1) under the passenger's side cab access step. • One (1) under the passenger's side crew cab access step. • One (1) under the driver's side crew cab access step. The lights will be activated when the battery switch is on and the respective door is open and whenever control has been selected for the body perimeter lights. PUMP HOUSE PERIMETER LIGHTS There will be two (2) Amdor LumaBar H2O, Model AY-9500-012, 12.00" LED weatherproof strip lights with brackets provided under the pump panel running boards, one (1) each side. The lights will be controlled by the same means as the body perimeter lights. BODY PERIMETER SCENE LIGHTS There will be two (2) Amdor LumaBar H2OTM, Model AY-9500-012, 12.00" 12 volt DC LED strip lights provided at the rear step area of the body, one (1) each side shining to the rear. The perimeter scene lights will be activated when the parking brake is applied. STEP LIGHTS Four (4) white LED step lights will be provided. One (1) step light will be provided on each side, on the front compartment face and two (2) step lights at the rear to illuminate the tailboard. In order to ensure exceptional illumination, each light will provide a minimum of 25 foot-candles (fc) covering an entire 15.00" x 15.00" square placed 10.00" below the light and a minimum of 1.5 fc covering an entire 30.00" x 30.00" square at the same 10.00" distance below the light. These step lights will be actuated with the pump panel light switch. 68 65 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) All other steps on the apparatus will be illuminated per the current edition of NFPA 1901. SCENE LIGHTS There will be one (1) pair of TecNiq, Model E960, LED scene light(s) with stainless steel housing, installed on the side of the apparatus, one (1) on the driver's side rear fender panel (below the fuel/ DEF access door) and one (1) on the passenger side rear fender panel (below the hydraulic ladder rack access door). A control for the light(s) selected above will be the following: ■ a switch at the driver's side switch panel These lights may be load managed when the parking brake is set. 12 VOLT LIGHTING There will be one (1) Whelen® Model PFS2P, 16,200 lumens 12 volt DC LED light(s) installed on the apparatus. ■ The painted parts of this light assembly to be black. ■ The lights will be installed on the driver's side rear cab wall. ■ The push up side mount outside pole length to be 20.00" long with handle holder and sensor connecting the pole to the "Do Not Move Truck" indicator circuit. ■ The inside pole length to be 57.00" long or as long as practical to fit in the location selected. ■ The lights will be controlled by a switch at the driver's side switch panel and by a switch at the driver's side pump panel. These light(s) may be load managed when the parking brake is applied. 12 VOLT LIGHTING There will be one (1) Whelen® Model PFS2P, 16,200 lumens 12 volt DC LED light(s) installed on the apparatus. ■ The painted parts of this light assembly to be black. ■ The lights will be installed on the passenger side rear cab wall. ■ The push up side mount outside pole length to be 20.00" long with handle holder and sensor connecting the pole to the "Do Not Move Truck" indicator circuit. ■ The inside pole length to be 57.00" long or as long as practical to fit in the location selected. ■ The lights will be controlled by a switch at the driver's side switch panel, by a switch at the driver's side pump panel and by a switch at the passenger's side pump panel. 69 66 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) These light(s) may be load managed when the parking brake is applied. 12 VOLT LIGHTING There will be one (1) Whelen, Model PCPSM2*, 12 volt surface mounted LED combination spot/flood light(s) located on the driver's side cab, behind the driver's side front access door, as high as possible. The lights will be mounted with chrome flange(s). The light(s) selected above will be controlled by the following: ■ a switch at the driver's side switch panel ■ a switch at the pump operator's panel These light(s) may be load managed when the parking brake is set. 12 VOLT LIGHTING There will be one (1) Whelen, Model PCPSM2*, 12 volt surface mounted LED combination spot/flood light(s) located on the passenger side cab, between the front and rear access doors, as high as possible . The lights will be mounted with chrome flange(s). The light(s) selected above will be controlled by the following: ■ a switch at the driver's side switch panel ■ a switch at the driver's side pump panel ■ a switch at the passenger's side switch panel These light(s) may be load managed when the parking brake is set. 12 VOLT LIGHTING There will be two (2) Whelen, Model PCPSM1*, 12 volt surface mounted LED combination spot/flood light(s) located on the rear body, one (1) on the driver's side and one (1) on the passenger side, each as high as possible and underneath the upper zone warning lights . The lights will be mounted with chrome flange(s). The light(s) selected above will be controlled by the following: ■ a switch at the driver's side switch panel ■ a switch at the pump operator's panel ■ a switch at the rear of apparatus on the passenger's side These light(s) may be load managed when the parking brake is set. 70 67 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) 12 VOLT LIGHTING There will be a HiViz Model FT-B-X-72-ML-*-*, 2.56" high x 72.00" long x 3.31" deep 21,251.57 effective lumens 12 volt DC LED light provided on the front cab roof as far forward as practical. The light will include white scene LEDs. The white LEDs will be configured with a combination of flood and spot optics. ■ The painted parts of the light housing and brackets to be black. ■ The scene LEDs will be activated by a switch at the driver's side switch panel, by a switch at the driver's side pump panel and by a switch at the passenger's side switch panel. The white LEDs may be load managed when the parking brake is applied. HOSE BED LIGHTS There will be four (4) Whelen®, part number 01-066D068-00, 2.63" white 12 volt DC LED lights provided to illuminate the hose bed area. ■ One (1) light will be installed on the driver's side of the hose bed 24.00" from the front and as high as practical. ■ One (1) light will be installed on the passenger's side of the hose bed, as high as practical and evenly spaced between both lights installed on the driver's side of the hose bed. ■ One (1) light will be installed on the driver's side of the hose bed, as high as practical and evenly spaced between both lights installed on the passenger's side of the hose bed. ■ One (1) light will be installed on the passenger's side of the hose bed 36.00" from the end and as high as practical. This light will also be angled into the hose bed 30 degrees to keep much of the light from shining into ground personals eyes. The lights will be activated when the hosebed cover is raised. WALKING SURFACE LIGHTS There will be One (1) Amdor Model LumaBar, white 12 volt DC LED strip light provided in the cargo area to illuminate the interior surface of the cargo area. Light(s) will be located under the top flange of the cargo area. The light will be activated when the body step lights are on. 71 68 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) WATER TANK Booster tank will have a capacity of 600 gallons and be constructed of polypropylene plastic by United Plastic Fabricating, Incorporated. Tank will be T-shaped to provide for deep side compartments and to serve as a large sump to limit the amount of undraftable water. Tank joints and seams will be nitrogen welded inside and out. Tank will be baffled in accordance with NFPA bulletin 1901 requirements. Baffles will have vent openings at both the top and bottom to permit movement of air and water between compartments. Longitudinal partitions will be constructed of .38" polypropylene plastic and will extend from the bottom of the tank through the top cover to allow for positive welding. Transverse partitions will extend from 4.00" off the bottom of the tank to the underside of the top cover. All partitions will interlock and will be welded to the tank bottom and sides. Tank top will be constructed of .50" polypropylene. It will be recessed .38" and will be welded to the tank sides and the longitudinal partitions. Tank top will be sufficiently supported to keep it rigid during fast filling conditions. Construction will include 2.00" polypropylene dowels spaced no more than 30.00" apart and welded to the transverse partitions. Two (2) of the dowels will be drilled and tapped (.50" diameter, 13.00" deep) to accommodate lifting eyes. A sump that is 8.00" long x 8.00" wide x 6.00" deep will be provided at the bottom of the water tank. Sump will include a drain plug and the tank outlet. Tank will be installed in a fabricated cradle assembly constructed of structural steel. Sufficient crossmembers will be provided to properly support the bottom of the tank. Crossmembers will be constructed of steel flat bar or rectangular tubing. Tank will "float" in cradle to avoid torsional stress caused by chassis frame flexing. Rubber cushions, .50" thick x 3.00" wide, will be placed on all horizontal surfaces that the tank rests on. 72 69 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) Stops or other provision will be provided to prevent an empty tank from bouncing excessively while moving vehicle. Mounting system will be approved by the tank manufacturer. Fill tower will be constructed of .50" polypropylene and will be a minimum of 8.00" wide x 14.00" long. Fill tower will be furnished with a .25" thick polypropylene screen and a hinged cover. An overflow pipe, constructed of 4.00" schedule 40 polypropylene, will be installed approximately halfway down the fill tower and extend through the water tank and exit to the rear of the rear axle. Two (2) sleeves will be provided in the water tank for rear outlet plumbing. REAR TANK FILL A 2.50" gated external recessed tank fill will be installed and properly labeled at the rear of the water tank, located on the driver's side rear body and installed as high as possible. Piping for the fill will be routed through the rear wall of the tank and include a flow deflector to break up the stream of water. A 2.50" full flow ball valve with 2.50" plumbing will be located behind the rear wall of the body. The valve will be controlled with a TS handle and will have a 2.50" (F) NST swivel. A garnish bezel will be furnished to cover the inlet and the handle of the valve. A 2.50" chrome plated 30 degree elbow and plug with VLH automatic pressure relieving thread technology will be provided for the tank fill. HOSE BED The hose bed will be fabricated of .125"-5052 aluminum with a nominal 38,000 psi tensile strength. Standard hose bed width will be 68.00" inside. Upper and rear edges of side panels will have a double break for rigidity, a split tube finish will not be acceptable. The upper inside area of the beavertails will be covered with brushed stainless steel to prevent damage to painted surface when hose is removed. 73 70 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) Flooring of the hose bed will be removable aluminum grating with the top surface corrugated to aid in hose aeration. The grating slats will be a minimum of 0.50" x 4.50" with spacing between slats for hose ventilation. Hose bed will accommodate from left to right: ■ Hosebed #1 = 800' of 2.5" hose ■ Hosebed #2 = 800' of 5" hose ■ Hosebed #3 = 200' of 2.5" hose ■ Hosebed #4 = 200' of 1.5" hose ■ Hosebed #5 (under#4) 100' of 1.5" hose w/ gated wye and nozzle. The passenger side hosebed side sheet will be notched to provide clearance for the ladders and ladder rack. HOSEBED DIVIDERS There will be one (1) permanent hose bed divider provided. ■ Divider will be constructed of brushed aluminum. The divider will be "box" style and reinforced in order to support a hosebed cover or handrail mounting. ■ Divider(s) will not be, adjustable. They will be bolted permanently into the hosebed. ■ Divider(s) will be located between hosebed #1 and hosebed #2 and will provide support for the two main hosebed covers. There will be one (1) permanent hose bed divider furnished. ■ Divider will be constructed of a .25" brushed aluminum sheet. ■ Partition will be permanently installed and located between hosebeds #4 and hosebed #5. ■ Acorn nuts will be installed on all bolts in the hose bed which have exposed threads. ■ Flat surfaces will be sanded for uniform appearance or constructed of brushed aluminum. There will be one (1) permanent hose bed divider provided. ■ Divider will be constructed of brushed aluminum and painted job color. The divider will be "box" style and reinforced in order to support a hosebed cover or handrail mounting. ■ Divider(s) will not be, adjustable. They will be bolted permanently into the hosebed. ■ Divider(s) will be located "next to the hydraulic ladder rack" and "between hose bed #3 and hose bed #4 (upper) / hose bed #5 (lower)." 74 71 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) HOSE BED COVER A two (2) section hose bed cover, constructed of .125" bright aluminum treadplate will be furnished. The cover will be hinged with full length stainless steel piano hinge. The sides will be slanted down. The cover will be reinforced so that it can support the weight of a person walking on the cover. The cover is designed with the left cover opening first. If access to the water tank fill tower is blocked by the hose bed cover, then a hinged door will be provided in it so that the tank may be filled without raising cover doors. Chrome grab handles and four (4) gas filled cylinders will be provided to assist in opening and closing the cover. A handrail is to be provided at the rear, in the center of the support, to assist in opening the cover. HOSE BED COVER - UNDER LADDER RACK A one (1) section hose bed cover, constructed of .125" bright aluminum treadplate will be furnished. This section will only cover the area below the hydraulic ladder rack on the passenger's side of the hose bed. The rack will need to be moved out of its nested position in order to open this cover. The cover will be hinged with full length stainless steel piano hinge. The inside will be supported by a permanent hose bed divider defined elsewhere in this proposal. When in the closed position, the cover will be flat across the top to allow the ladder rack to nest in the lowest practical position and height. The cover will be reinforced so that it can support the weight of a person walking on the cover. A chrome grab handle and gas filled cylinder will be provided to assist in opening and closing the cover. HOSEBED END FLAP A three piece black vinyl flap assembly will be installed on the rear, with a split in two locations, one flap for each of the aluminum treadplate hose bed covers. Those two splits will be located to allow for access into the different portions of the hosebed separately. Each vinyl flap will have up to three (3) nylon tie down straps, if and where needed, with quick release thumb spring buckles. Fasnap model 207668 stainless steel buckles will be attached to the flaps. These vinyl end skirts will be installed directly to the hosebed frame. 75 72 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) Rubber coated hooks and stainless steel footman loops will secure the end skirts/bed covers to the main body. RUNNING BOARDS Running boards will be fabricated of .125" bright aluminum treadplate. Each running board will be supported by a welded 2.00" square tubing and channel assembly, which will be bolted to the pump compartment substructure. Running boards will be 12.75" deep and spaced .50" away from the pump panel. A splash guard will be provided above the running board treadplate. TAILBOARD The tailboard will be designed as a space saving work platform provided at the rear of the body. The platform will fold up to reduce overall truck length, angle of departure, and create a clean safe working platform by keeping rain, snow, and ice off the platform during transit. The platform will be 35.50" wide x 21.00" deep. When folded up, the platform will be the lower section of the rear compartment door. The external surface of the platform will be covered in aluminum treadplate. When folded down, the platform will provide a treadplate stepping surface with a rated capacity of 500 lbs. REAR BUMPER A two (2) piece rear bumper will be provided at the rear of the apparatus. The bumper will be a two (2) piece design, allowing the folding platform to operate in the center of the unit. The bumper will be fabricated from bright aluminum treadplate and be 10.00" in depth. The outboard sides of each 10.00" bumper shall be angled at 45 degrees beginning at the point where the body meets the tailboard at the forward outboard edge angling rearward to the rear edge. REAR WALL, SMOOTH ALUMINUM/BODY MATERIAL The rear facing surfaces of the center rear wall will be smooth aluminum. The bulkheads, the surface to the rear of the side body compartments, will be smooth and the same material as the body. TOW BAR A tow bar will be installed under the tailboard at center of truck. Tow bar will be fabricated of 1.00" CRS bar rolled into a 3.00" radius. 76 73 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) Tow bar assembly will be constructed of .38" structural angle. When force is applied to the bar, it will be transmitted to the frame rail. Tow bar assembly will be designed and positioned to allow up to a 30-degree upward angled pull of 17,000 lbs. or a 20,000 lbs. straight horizontal pull in line with the centerline of the vehicle. Tow bar design will have been fully tested and evaluated using strain gauge testing and finite element analysis techniques. COMPARTMENTATION Body and compartments will be fabricated of .125", 5052-H32 aluminum. Side compartments will be an integral assembly with the rear fenders. Circular fender liners will be provided for prevention of rust pockets and ease of maintenance. Compartment flooring will be of the sweep out design with the floor higher than the compartment door lip. The compartment door opening will be framed by flanging the edges in 1.75" and bending out again .75" to form an angle. Drip protection will be provided above the doors by means of bright aluminum extrusion, formed bright aluminum treadplate or polished stainless steel. The top of the compartment will be covered with bright aluminum treadplate rolled over the edges on the front, rear and outward side. These covers will have the corners welded. Side compartment covers will be separate from the compartment tops. Front facing compartment walls will be covered with bright aluminum treadplate. All screws and bolts which protrude into a compartment will have acorn nuts on the ends to prevent injury. UNDERBODY SUPPORT SYSTEM Due to the severe loading requirements of this pumper a method of body and compartment support suitable for the intended load will be provided. The backbone of the support system will be the chassis frame rails which is the strongest component of the chassis and is designed for sustaining maximum loads. The support system will include .375" thick steel vertical angle supports bolted to the chassis frame rails with .625" diameter bolts. 77 74 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) Attached to the bottom of the steel vertical angles will be horizontal angles, with gussets welded to the vertical members, which extend to the outside edge of the body. A steel frame will be mounted on the top of these supports to create a floating substructure which will result in a 500 lbs. equipment support rating per lower compartment. The floating substructure will be separated from the horizontal members with neoprene elastomer isolators. These isolators will reduce the natural flex stress of the chassis from being transmitted to the body. Isolators will have a broad load range, proven viability in vehicular applications, be of a failsafe design and allow for all necessary movement in three (3) transitional and rotational modes. The neoprene isolators will be installed in a modified V three (3)-point mounting pattern to reduce the natural flex of the chassis being transmitted to the body. AGGRESSIVE WALKING SURFACE All exterior surfaces designated as stepping, standing, and walking areas will comply with the required average slip resistance of the current NFPA standards. LOUVERS Louvers will be stamped into compartment walls to provide the proper airflow inside the body compartments and to prevent water from dripping into the compartment. Where these louvers are provided, they will be formed into the metal and not added to the compartment as a separate plate. TESTING OF BODY DESIGN Body structural analysis has been fully tested. Proven engineering and test techniques such as finite element analysis, stress coating and strain gauging have been performed with special attention given to fatigue, life and structural integrity of the cab, body and substructure. Body will be tested while loaded to its greatest in-service weight. The criteria used during the testing procedure will include: • Raising opposite corners of the vehicle tires 9.00" to simulate the twisting a truck may experience when driving over a curb. • Making a 90 degree turn, while driving at 20 mph to simulate aggressive driving conditions. • Driving the vehicle at 35 mph on a washboard road. • Driving the vehicle at 55 mph on a smooth road. • Accelerating the vehicle fully, until reaching the approximate speed of 45 mph on rough pavement. 78 75 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) Evidence of actual testing techniques will be made available upon request. COMPARTMENTATION, DRIVER'S SIDE A full height, vertically hinged, single door compartment ahead of the rear wheels will be provided. The interior dimensions of this compartment will be 22.50" wide x 66.63" high x 25.88" deep in the lower 25.00" of the compartment and 12.00" deep in the remaining upper portion. The depth of the compartment will be calculated with the compartment door closed. The compartment interior will be fully open from the compartment ceiling to the compartment floor and designed so that no permanent dividers are required between the upper and lower sections. The clear door opening of this compartment will be 18.00" wide x 62.00" high. A positive door holder will be furnished with this compartment. A horizontally hinged, single lift-up door compartment over the rear wheels will be provided. The interior dimensions of this compartment will be 66.50" wide x 32.88" high x 12.00" deep. The depth of the compartment will be calculated with the compartment door closed. The clear door opening of this compartment will be 59.50" wide x 28.25" high. The lift-up door will be furnished with two gas-charged cylinders to assist in the opening of the door and to maintain the door in an open position. There will be a field adjustable, three- position bracket mounted on the vertical side door opening that will allow the door to be held open at 87°, 90°, or 93°. Closing of the door will not require releasing, unlocking, or unlatching any mechanism. A full height, vertically hinged, single door compartment behind the rear wheels will be provided. The interior dimensions of this compartment will be 31.50" wide x 64.63" high x 25.88" deep in the lower 16.00" of the compartment and 12.00" deep in the remaining upper portion. The depth of the compartment will be calculated with the compartment door closed. The compartment interior will be fully open from the compartment ceiling to the compartment floor and designed so that no permanent dividers are required between the upper and lower sections. The clear door opening of this compartment will be 30.00" wide x 60.00" high. A positive door holder will be furnished with this compartment. COMPARTMENTATION, PASSENGER'S SIDE A full height, vertically hinged, single door compartment ahead of the rear wheels will be provided. The interior dimensions of this compartment will be 22.50" wide x 66.63" high x 25.88" deep in the lower 25.00" of the compartment and 12.00" deep in the remaining upper portion. The depth of the compartment will be calculated with the compartment door closed. 79 76 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) The compartment interior will be fully open from the compartment ceiling to the compartment floor and designed so that no permanent dividers are required between the upper and lower sections. The clear door opening of this compartment will be 18.00" wide x 62.00" high. A positive door holder will be provided with this compartment. A horizontally hinged, single lift-up door compartment over the rear wheels will be provided. The interior dimensions of this compartment will be 66.50" wide x 32.88" high x 12.00" deep. The depth of the compartment will be calculated with the compartment door closed. The clear door opening of this compartment will be 59.50" wide x 28.25" high. The lift-up door will be furnished with two (2) gas-charged cylinders to assist in the opening of the door and to maintain the door in an open position. There will be a field adjustable, three- position bracket mounted on the vertical side door opening that will allow the door to be held open at 87°, 90°, or 93°. Closing of the door will not require releasing, unlocking, or unlatching any mechanism. A full height, vertically hinged, single door compartment behind the rear wheels will be provided The interior dimensions of this compartment will be 31.50" wide x 64.63" high x 25.88" deep in the lower 26.00" of the compartment and 12.00" deep in the remaining upper portion. The depth of the compartment will be calculated with the compartment door closed. The compartment interior will be fully open from the compartment ceiling to the compartment floor and designed so that no permanent dividers are required between the upper and lower sections. The clear door opening of this compartment will be 30.00" wide x 60.00" high. A positive door holder will be furnished with this compartment. DOORS, SIDE COMPARTMENT All hinged compartment doors will be lap style with double panel construction and will be a minimum of 1.50" thick. To provide additional door strength a "C" section reinforcement will be installed between the outer and interior panels. Doors will be provided with a closed cell rubber gasket around the surface that laps onto the body. A second heavy-duty automotive rubber molding with a hollow core will be installed on the door framing that seals onto the interior panel, to ensure a weather resisting compartment. All compartment doors will have polished stainless steel continuous hinge with a pin diameter of .25" that is bolted or screwed on with stainless steel fasteners. All door locking mechanisms will be fully enclosed within the door panels to prevent fouling of the lock in the event equipment inside shifts into the lock area. 80 77 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) Doors will be latched with recessed, polished stainless steel "D" ring handles and FMVSS approved door locking mechanisms. To prevent corrosion caused by dissimilar metals, compartment door handles will not be attached to outer door panel with screws. A rubber gasket will be provided between the "D" ring handle and the door. COMPARTMENTATION, REAR A roll-up door compartment above the rear tailboard will be provided. Interior dimensions of this compartment will be 40.00" wide x 40.63" high x 25.88" deep in the lower 32.38" of the compartment and 15.75" deep in the remaining upper portion. Depth of the compartment will be calculated with the compartment door closed. A louvered, removable access panel will be furnished on the back wall of the compartment. Rear compartment will be open into the rear side compartments. Clear door opening of this compartment will be 33.25" wide x 33.00" high. Closing of the door will not require releasing, unlocking, or unlatching any mechanism and will easily be accomplished with one hand. ROLL-UP DOOR, REAR COMPARTMENT The rear compartment will have a swing down tailboard as the lower section of the door and a roll door for the upper section. The roll up door will be double faced aluminum construction, an anodized satin finish and manufactured by A&A Manufacturing (Gortite). Lath sections will be an interlocking rib design and will be individually replaceable without complete disassembly of door. Between each slat at the pivoting joint will be a PVC inner seal to prevent metal to metal contact and prevent dirt or moisture from entering the compartments. Seals will allow door to operate in extreme temperatures ranging from plus 180 to minus 40 degrees Fahrenheit. Side, top and bottom seals will be provided to resist ingress of dirt and weather and be made of Santoprene. All hinges, barrel clips and end pieces will be nylon 66. All nylon components will withstand temperatures from plus 300 to minus 40 degrees Fahrenheit. A polished stainless steel lift bar to be provided for the rear roll-up door. Lift bar will be located at the bottom of door and have latches on the outer extrusion of the doors frame. A ledge will be supplied over lift bar for additional area to aid in closing the door. 81 78 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) Door will be constructed from an aluminum box section. The exterior surface of each slat will be flat. The interior surface will be concave to provide strength and prevent loose equipment from jamming the door from inside. To conserve space in the compartments, the spring roller assembly will not exceed 3.00" in diameter. The header for the roll-up door assembly will not exceed 4.00". A heavy-duty magnetic switch will be used for control of open compartment door warning lights. PULL STRAP, DOOR There will be two (2) compartment doors provided with pull straps. The compartment door(s) to be provided with a pull strap will be D2 and P2. REVERSE HINGED DOOR The one (1) compartment door, located D3, will have the hinge at the rear of the door. COMPARTMENT LIGHTING There will be seven (7) compartment(s) with two (2) white 12 volt DC LED compartment light strips. The dual light strips will be centered vertically along each side of the door framing. There will be two (2) light strips per compartment. The dual light strips will be in all body compartment(s). Opening the compartment door will automatically turn the compartment lighting on. HATCH COMPARTMENT One (1) hatch compartment 123.75 long x 13.75 wide x 22.00 maximum depth will be provided above the driver side compartments, with two (2) liftup top opening hatch doors. Compartment will extend the full length of the side body compartmentation. Sides of the compartment will be constructed of the same material as the body and painted job color. A painted trim strip will be provided to cover the seam between the top of the body panel and the bottom of the hatch compartment. Top of the compartment will be constructed of bright aluminum treadplate. Two (2) liftup, bright aluminum treadplate doors will be provided on the top of the compartment, each with a chrome grab handle. Doors will have lipped edges with a rubber seal for weather resistance, and an inner pan with one (1) recessed light. 82 79 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) Doors will be hinged on the outboard side and will be held open with rubber covered chains. One (1) socket and plunger type latch will be provided with each door to hold the doors in the closed position. Each door will have a clear door opening of 56.00 long x 7.50 wide. Compartment will drain to an area below the hose bed. One (1) hatch compartment on the driver side will have a vertically hinged single panel, brushed stainless steel door located at the rear. The door(s) will be provided with flush lift and turn latch and be hinged along the outboard edge. MOUNTING TRACKS There will be six (6) sets of tracks for mounting shelf(s) in D3, D1, R1, P1, P2 and P3. These tracks will be installed vertically to support the adjustable shelf(s), and will be full height of the compartment. The tracks will be unpainted with a natural finish. ADJUSTABLE SHELVES There will be ten (10) shelves with a capacity of 500 lbs. provided. The shelf construction will consist of .188" aluminum with a dual action finish with 2.00" sides. Each shelf will be infinitely adjustable by means of a threaded fastener, which slides in a track. The shelves will be held in place by .12" thick stamped plated brackets and bolts. The location(s) will be determined at a later date. SLIDE-OUT ADJUSTABLE HEIGHT TRAY There will be one (1) slide-out tray provided. Each tray will have 2.00" high sides and a minimum capacity rating of 500 lbs. in the extended position. Each tray will be constructed of aluminum with a dual action finish. Each tray will be mounted on a pair of side mounted slides. The slide mechanisms will have ball bearings for ease of operation and years of dependable service. The slides will be mounted to shelf tracks to allow the tray to be adjustable up and down within the designated mounting location. An automatic lock will be provided for both the in and out tray positions. The lock trip mechanism will be located at the front of the tray and will be easily operated with a gloved hand. 83 80 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) The location(s) will be in D3 in the lower third SLIDE-OUT FLOOR MOUNTED TRAY There will be two (2) floor mounted slide-out tray(s) provided. Each tray will have 2.00" high sides and a minimum capacity rating of 500 lbs. in the extended position. Each tray will be constructed of aluminum with a dual action finish There will be two under mount-roller bearing type slides rated at 250Ibs. each provided. The pair of slides will have a safety factor rating of 2. To ensure years of dependable service, the slides will be coated with a finish that is tested to withstand a minimum of 1,000 hours of salt spray per ASTM B117. To ensure years of easy operation, the slides will require no more than a 50Ib force for push-in or pull-out movement when fully loaded after having been subjected to a 40 hour vibration (shaker) test under full load. The vibration drive file will have been generated from accelerometer data collected from a heavy truck chassis driven over rough gravel roads in an unloaded condition. Proof of compliance will be provided upon request. Automatic locks will be provided for both the "in" and "out" positions. The trip mechanism for the locks will be located at the front of the tray for ease of use with a gloved hand. The location(s) will be D3 and R1. SWING OUT TOOLBOARD A swing out aluminum toolboard will be provided. It will be a minimum of .188" thick with .20" diameter holes in a pegboard pattern with 1.00" centers between holes. A 1.00" x 1.00" aluminum,tube frame will be welded to the edge of the pegboard. The board will be mounted on a pivoting device at the front of the compartment on the top and bottom to allow easy movement in and out of the compartment. The maximum tool load will be 400 pounds. The board will have positive lock in the stowed and extended position. The board will be mounted stationary within the compartment. There will be one (1) toolboard provided. The toolboard will be with a brushed finish and installed D2. 84 81 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) BACKBOARD STORAGE A transverse area over the pump and forward of the crosslays will hold one (1) storage trough. A blister will be supplied at each side to enclose the backboards due to their length. The backboards will be accessible from either side of the vehicle through the aluminum treadplate door(s) with a Southco push to close flush mounted stainless steel handle latch. The size of the backboard(s) to be stored will be 6.00" wide x 20.00" high x 75.00" long with a 5.00" minimum clear door opening . RUB RAIL Bottom edge of the side compartments will be trimmed with a bright aluminum extruded rub rail. Trim will be 2.12" high with 1.38" flanges turned outward for rigidity. The rub rails will not be an integral part of the body construction, which allows replacement in the event of damage. BODY FENDER CROWNS Stainless steel fender crowns will be provided around the rear wheel openings. A rubber welting will be installed between the body and the crown to seal the seam and restrict moisture from entering. A dielectric barrier will be provided between the fender crown fasteners (screws) and the fender sheet metal to prevent corrosion. HARD SUCTION HOSE PROVIDED BY DEALER NFPA 1901, 2016 edition, section 5.8.2 requires a minimum of 20 ft of suction hose or 15 ft of supply hose. Hose is not on the apparatus as manufactured. The dealer will provide suction or supply hose. There will be Two (2) lengths of 10' - 00" long x2.50" diameter hose provided and equipped with a 2.50" NST rocker lug couplings provided on the ends. The brand will be FireQuip. HOSE TROUGHS Hard suction hose will be carried in troughs, mounted one (1) above the other, inside the hose bed, on the passenger side. The two (2) troughs will be constructed of stainless steel. A strap will be provided to contain the hose at the rear of the hose trough. 85 82 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) HANDRAILS The handrails will be 1.25" diameter anodized aluminum extrusion, with a ribbed design, to provide a positive gripping surface. Chrome plated end stanchions will support the handrail. Plastic gaskets will be used between end stanchions and any painted surfaces. Drain holes will be provided in the bottom of all vertically mounted handrails. Handrails will be provided to meet NFPA 1901 section 15.8 requirements. The handrails will be installed as noted on the sales drawing. ■ One (1) vertical handrail, and not less than 29.00" long, will be located on each rear bulkhead. ■ One (1) full width horizontal handrail will be provided below the hose bed at the rear of the apparatus. EXTINGUISHER/AIR BOTTLE/ STORAGE (TRIANGULAR) A total of one (1) extinguisher/air bottle/storage compartments will be provided in the driver's side front fender well area. The triangular shaped compartment will be sized to fit a 8.00" diameter extinguisher in the lower area and a 8.00" diameter extinguisher in the upper area. The compartment will be approximately 25.50" deep. A partition will be provided to separate the compartment. Also inside the compartment, black Dura-Surf friction reducing material will be provided. The compartment will be furnished with a drain hole. A brushed stainless steel, triangular shaped door with a chrome plated flush lift & turn latch will be provided to contain the air bottles. A dielectric barrier will be provided between the door hinge, hinge fasteners and the body sheet metal. AIR BOTTLE COMPARTMENT STRAP A strap will be provided in the air bottle compartment(s) to help contain the bottles when the vehicle is parked on an incline. The strap will wrap around the neck and attach to the wall of the compartment. AIR BOTTLE STORAGE(DOUBLE) A quantity of one (1) air bottle compartment, 15.25" wide x 7.75" tall x 26.00" deep, will be provided on the passenger side rearward of the rear wheels . A brushed stainless steel door with a chrome plated flush lift & turn latch will be provided to contain the air bottle. A dielectric barrier will be provided between the door hinge, hinge fasteners and the body sheet metal. Inside the compartment, "W" shaped insert formed of composite materials will be provided. 86 83 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) AIR BOTTLE STORAGE (TRIPLE) A quantity of one (1) air bottle compartment designed to hold (3) air bottles up to 7.25" in diameter x 26.00" deep will be provided on the passenger side forward of the rear wheels. A brushed stainless steel door with a chrome plated flush lift & turn latch will be provided to contain the air bottle. A dielectric barrier will be provided between the door hinge, hinge fasteners and the body sheet metal. Inside the compartment, black Dura-Surf friction reducing material will be provided. AIR BOTTLE COMPARTMENT STRAP A strap will be provided in the air bottle compartment(s) to help contain the air bottles when the vehicle is parked on an incline. The strap will wrap around the neck and attach to the wall of the compartment. EXTENSION LADDER There will be a 24' two-section aluminum Duo-Safety Series 900-A extension ladder provided. ADDED EXTENSION LADDER There will be one (1) 35', three (3) section, aluminum, Duo-Safety Series 1225-A extension ladder provided. ROOF LADDER There will be a 14' aluminum Duo-Safety Series 775-A roof ladder provided. HYDRAULIC LADDER RACK Ground ladders will be mounted above the right side of the hose body in a specially designed swing-down cradle. This cradle will be electric/ hydraulic operated. The system design will have been life cycle tested for at least 14 years of dependable service. An independent hydraulic pump powered by a 12-volt electric motor will operate the hydraulics. Operation of the hydraulic system for the ladder rack by an engine-powered pump will be totally unacceptable. The hydraulic pump and reservoir will be accessible from the ground through a stainless steel inspection door. The ladder rack will incorporate two hydraulic rotary actuators, one each located inside the front compartment and the rear compartment. The actuators will be completely enclosed within each compartment to eliminate any pinch points while operating the ladder rack. Lifting arms will be attached outside the compartment body to the front and rear actuator. A center- lifting arm built into the compartment space is unnecessary and is unacceptable. The rack can be designed in certain situations to provide lifting capabilities up to 500Ibs. 87 84 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) The maximum height of the rack from the ground in the lowered position will be no more than 47.00". The electric control panel will have a master switch on/off switch, an actuation switch, an operation indicator light and operation instructions. The electric controls will be located in such a manner to allow the operator full view of the area into which the ladders will be lowered. Two (2) air operated safety locks will be furnished to securely maintain the ladder bracket assembly in the travel position. These air operated safety locks will be controlled from the ladder rack control panel. A polished stainless steel enclosure shall be provided over the hydraulic ladder rack locks at the front and the rear on the passenger side to cover the ladder rack locks (2) and provide mounting for any rear warning lights. Ladders will be secured to the cradle with a quadruple locking system. Two (2) locks will secure the first ladder which in turn assists in securing the second and third ladders. The third independent lock will secure the second roof ladder during the installation/removal of the first ladder. The fourth independent lock will secure the extension ladder during the installation/removal of the second ladder. The ladder rack pivot point will be raised 6.00" on the passenger side to change the lifting capacity of the rack. The rear ladder rack arm will have an offset to not block the rear upper zone warning lights. LADDER RACK INTERLOCK AND NOT STOWED INDICATOR LIGHT An interlock will be provided to prevent operation of the ladder rack unless the apparatus parking brake has been activated. A steady red indicator light will be located on the cab instrument panel and illuminated when the hydraulic ladder rack is not in the stowed position. The light will be labeled "Ladder Rack". In addition, the "Do Not Move Apparatus" light located in the cab will be activated when the hydraulic ladder rack is not in the stowed position. LIGHTS, FLASHING, HYDRAULIC LADDER RACK Flashing amber lights facing the front and rear will be provided on the ladder rack and activated whenever the rack is in the down position. FOLDING LADDER One (1) 10.00' aluminum, Series 585-A, Duo-Safety folding ladder will be installed in a stainless steel trough, in the passenger side pike pole/folding ladder compartment. 88 85 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) PIKE POLE PROVIDED BY FIRE DEPARTMENT NFPA 1901, 2016 edition, Section 5.9.4 requires one (1) 8 ft or longer pike pole mounted in a bracket fastened to the apparatus. The pike pole is not on the apparatus as manufactured. The fire department will provide and mount the pike pole. The pike pole(s) will be a Duo-Safety 10' pike pole. 6' PIKE POLE PROVIDED BY FIRE DEPARTMENT NFPA 1901, 2016 edition, Section 5.9.4 requires one (1) 6' pike pole or plaster hook mounted in a bracket fastened to the apparatus. The pike pole is not on the apparatus as manufactured. The fire department will provide and mount the pike pole. The pike pole(s) will be a Duo-Safety 6' pike pole. PIKE POLES One (1) pike pole compartment will be provided, recessed below the water tank tee in the rear of body, on the passenger's side. The door will be made of stainless steel and have a lift and turn latch. PIKE POLE STORAGE Stainless steel U-shaped trough be used for the storage of three (3) pike poles, with D-handle style grip, will be provided and installed in the pike pole compartment. STEP A folding step will be provided on the driver side front bulkhead. The step will be a bright finished, non-skid step with a black coating. The step will incorporate an LED light to illuminate the stepping surface. The step can be used as a hand hold with two openings wide enough for a gloved hand. REAR FOLDING STEPS Bright finished, non-skid folding steps with a luminescent coating that is rechargeable from any light source and can hold a charge for up to 24 hours will be provided at the rear. The steps can be used as a hand hold with two openings wide enough for a gloved hand. Three (3) additional folding steps will be located three (3) on the driver side front bulkhead. The step(s) will be bright finished, non-skid with a black coating. Each step will incorporate an LED light to illuminate the stepping surface. The step(s) can be used as a hand hold with two openings wide enough for a gloved hand. 89 86 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) PUMP Pump will be a Waterous CSU, 1500 gpm single (1) stage mid-ship mounted centrifugal type. Pump will be the class "A" type. Pump will deliver the percentage of rated discharge at pressures indicated below: • 100% of rated capacity at 150 psi net pump pressure. • 70% of rated capacity at 200 psi net pump pressure. • 50% of rated capacity at 250 psi net pump pressure. Pump body will be close-grained gray iron, bronze fitted, and horizontally split in two (2) sections for easy removal of the entire impeller shaft assembly (including wear rings). Pump will be designed for complete servicing from the bottom of the truck, without disturbing the pump setting or apparatus piping. Pump case halves will be bolted together on a single horizontal face to minimize chance of leakage and facilitate ease of reassembly. No end flanges will be used. Discharge manifold of the pump will be cast as an integral part of the pump body assembly and will provide a minimum of three (3) 3.50" openings for flexibility in providing various discharge outlets for maximum efficiency. The three (3) 3.50" openings will be located as follows: one (1) outlet to the right of the pump, one (1) outlet to the left of the pump, and one (1) outlet directly on top of the discharge manifold. Impeller shaft will be stainless steel, accurately ground to size. It will be supported at each end by sealed, anti-friction ball bearings for rigid precise support. Impeller will have flame plated hubs assuring maximum pump life and efficiency despite any presence of abrasive matter in the water supply. Bearings will be protected from water and sediment by suitable stuffing boxes, flinger rings, and oil seals. No special or sleeve type bearings will be used. Pump will be equipped with a self-adjusting, maintenance-free, mechanical shaft seal. The mechanical seal will consist of a flat, highly polished, spring fed carbon ring that rotates with the impeller shaft. The carbon ring will press against a highly polished stainless steel stationary ring that is sealed within the pump body. In addition, a throttling ring will be pressed into the steel chamber cover, providing a very small clearance around the rotating shaft in the event of a mechanical seal failure. 90 87 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) The pump performance will not deteriorate, nor will the pump lose prime, while drafting if the seal fails during pump operation. Wear rings will be bronze and easily replaceable to restore original pump efficiency and eliminate the need to replace the entire pump casing due to wear. PUMP TRANSMISSION The pump transmission will be made of a three (3) piece, aluminum, horizontally split casing. Power transfer to pump will be through a high strength Morse HY-VO silent drive chain. By the use of a chain rather than gears, 50% of the sprocket will be accepting or transmitting torque, compared to two (2) or three (3) teeth doing all the work. Drive shafts will be 2.35" diameter hardened and ground alloy steel and supported by ball bearings. The case will be designed to eliminate the need for water cooling. PUMPING MODE An interlock system will be provided to ensure that the pump drive system components are properly engaged so that the apparatus can be safely operated. The interlock system will be designed to allow stationary pumping only. AIR PUMP SHIFT Pump shift engagement will be made by a two (2) position sliding collar, actuated pneumatically (by air pressure), with a three (3) position air control switch located in the cab. A manual back-up shift control will also be located on the left side pump panel. Two (2) indicator lights will be provided adjacent to the pump shift inside the cab. One (1) green light will indicate the pump shift has been completed and be labeled "pump engaged". The second green light will indicate when the pump has been engaged, and that the chassis transmission is in pump gear. This indicator light will be labeled "OK to pump". Another green indicator light will be installed adjacent to the hand throttle on the pump panel and indicate either the pump is engaged and the road transmission is in pump gear, or the road transmission is inneutral and the pump is not engaged. This indicator light will be labeled "Warning: Do not open throttle unless light is on". The pump shift will be interlocked to prevent the pump from being shifted out of gear when the chassis transmission is in gear to meet NFPA requirements. The pump shift control in the cab will be illuminated to meet NFPA requirements. TRANSMISSION LOCK-UP The direct gear transmission lock-up for the fire pump operation will engage automatically when the pump shift control in the cab is activated. 91 88 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) AUXILIARY COOLING SYSTEM A supplementary heat exchange cooling system will be provided to allow the use of water from the discharge side of the pump for cooling the engine water. The heat exchanger will be cylindrical type and will be a separate unit. The heat exchanger will be installed in the pump or engine compartment with the control located on the pump operator's control panel. Exchanger will be plumbed to the master drain valve. INTAKE RELIEF VALVE An Akron relief valve will be installed on the suction side of the pump preset at 125 psig. Relief valve will have a working range of 75 psig to 200 psig. Outlet will terminate below the frame rails with a 2.50" National Standard hose thread adapter and will have a "do not cap" warning tag. Control will be located behind an access door at the right (passenger's) side pump panel. PRESSURE CONTROLLER A Fire Research Pump Boss Model PBA400 pressure governor will be provided. A pressure transducer will be installed in the water discharge manifold on the pump. The display panel will be located at the pump operator's panel. PRIMING PUMP The priming pump will be a Trident Emergency Products compressed air powered, high efficiency, multistage venturi based AirPrime System, conforming to standards outlined in the current edition of NFPA 1901. All wetted metallic parts of the priming system are to be of brass and stainless steel construction. One (1) priming control will open the priming valve and start the pump primer. RECIRCULATING LINE WITH CHECK VALVE A 0.50" diameter recirculating line, from the pump to the water tank, will be furnished with a control installed at the pump operator's control panel. A check valve will be provided in this line to prevent the back flow of water from the tank to the pump if the valve is left in the open position. 92 89 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) THERMAL RELIEF VALVE A Waterous Overheat Protection Manager (OPM) will be included on the pump that monitors pump water temperature and opens to relieve water to cool the pump when the temperature of the pump water exceeds 140 Degrees F (60 C) and a red warning light that is triggered when the water in the pump reaches 180 F (82 C). The warning light will act as an additional protection device if the temperature in the pump keeps rising after the valve opens. The warning light with a test switch will be mounted on the pump operator panel. The discharge line will be plumbed to water tank fill tower. PUMP MANUALS There will be a total of two (2) pump manuals provided by the pump manufacturer and furnished with the apparatus. The manuals will be provided by the pump manufacturer in the form of two (2) electronic copies. Each manual will cover pump operation, maintenance, and parts. PLUMBING, STAINLESS STEEL AND HOSE All inlet and outlet lines will be plumbed with stainless steel pipe, flexible polypropylene tubing or synthetic rubber hose reinforced with hi-tensile polyester braid. All hose's will be equipped with brass or stainless steel couplings. All stainless steel hard plumbing will be a minimum of a schedule 10 wall thickness. Where vibration or chassis flexing may damage or loosen piping or where a coupling is required for servicing, the piping will be equipped with victaulic or rubber couplings. Plumbing manifold bodies will be ductile cast iron or stainless steel. All piping lines are to be drained through a master drain valve or will be equipped with individual drain valves. All drain lines will be extended with a hose to drain below the chassis frame. All water carrying gauge lines will be of flexible polypropylene tubing. All piping, hose and fittings will have a minimum of a 500 PSI hydrodynamic pressure rating. MAIN PUMP INLETS A 6.00" pump manifold inlet will be provided on each side of the vehicle. The suction inlets will include removable die cast zinc screens that are designed to provide cathodic protection for the pump, thus reducing corrosion in the pump. 93 90 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) MAIN PUMP INLET CAP The main pump inlets will have National Standard Threads with a long handle chrome cap. '° The cap will be the Pierce VLH, which incorporates an exclusive thread design to automatically relieve stored pressure in the line when disconnected. SHORT SUCTION TUBE The suction tubes on the mid-ship pump will have short suction tubes to allow for installation of adapters without excessive overhang. VALVES All ball valves will be Akron® Brass. The Akron valves will be the 8000 series heavy-duty style with a stainless steel ball and a simple two-seat design. No lubrication or regular maintenance is required on the valve. Valves will have a ten (10) year warranty. LEFT SIDE INLET There will be one (1) auxiliary inlet with a 2.50" valve at the left side pump panel, terminating with a 2.50" (F) National Standard hose thread adapter. The auxiliary inlet will be provided with a strainer, chrome swivel and plug. RIGHT SIDE INLET There will be one (1) auxiliary inlet with a 2.50" valve at the right side pump panel, terminating with a 2.50" (F) National Standard hose thread adapter. The auxiliary inlet will be provided with a strainer, chrome swivel and plug. The location of the valve for the two (2) inlets will be recessed behind the pump panel. ANODE, INLET A pair of sacrificial zinc anodes will be provided in the water pump inlets to protect the pump from corrosion. INLET CONTROL The side auxiliary inlet(s) will incorporate a quarter-turn ball valve with the control located at the inlet valve. The valve operating mechanism will indicate the position of the valve. 94 91 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) INLET BLEEDER VALVE A 0.75" bleeder valve will be provided for each side gated inlet. The valves will be located behind the panel with a swing style handle control extended to the outside of the panel. The handles will be chrome plated and provide a visual indication of valve position. The swing handle will provide an ergonomic position for operating the valve without twisting the wrist and provides excellent leverage. The water discharged by the bleeders will be routed below the chassis frame rails. TANK TO PUMP The booster tank will be connected to the intake side of the pump with heavy duty piping and a quarter turn 3.00" full flow line valve with the control remotely located at the operator's panel. The tank to pump line will run straight (no elbows) from the pump into the front face of the water tank and down into the tank sump. A rubber coupling will be included in this line to prevent damage from vibration or chassis flexing. The control on the pump panel will be "in" when the valve is open and "out" when the valve is closed. A check valve will be provided in the tank to pump supply line to prevent the possibility of"back filling" the water tank. TANK REFILL A 1.50" combination tank refill and pump re-circulation line will be provided, using a quarter- turn full flow ball valve controlled from the pump operator's panel. LEFT SIDE DISCHARGE OUTLETS There will be two (2) discharge outlets with a 2.50" valve on the left side of the apparatus, terminating with a 2.50" (M) National Standard hose thread adapter. RIGHT SIDE DISCHARGE OUTLETS There will be one (1) discharge outlet with a 2.50" valve on the right side of the apparatus, terminating with a 2.50" (M) National Standard hose thread adapter. LARGE DIAMETER DISCHARGE OUTLET There will be a 4.00" discharge outlet with a 4.00" Akron valve installed on the right side of the apparatus, terminating with a 4.00" (M) National Standard hose thread adapter. This discharge outlet will be actuated with a handwheel control at the pump operator's control panel. An indicator will be provided to show when the valve is in the closed position. 95 92 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) FRONT DISCHARGE OUTLET There will be one (1) 1.50" discharge outlet piped to the front of the apparatus and located on the top of the left side front bumper. Plumbing will consist of 2.00" piping and flexible hose with a 2.00" ball valve with control at the pump operator's panel. A fabricated weldment made of stainless steel pipe will be used in the plumbing where appropriate. The piping will terminate with a 1.50" NST with 90 degree stainless steel swivel. There will be Class 1 quarter turn round handle drain will be provided at all low points of the piping. FRONT OUTLET ADDITIONAL VALVE A second 2.00" full flow ball valve will be provided at the front bumper extension. The valve will have an integral chrome swing style handle. REVERSE LINKAGE ON FRONT OUTLET The valve control for the front outlet(s) on the pump panel will be "in" when the valve is open and "out" when the valve is closed. The reverse linkage will be provided for one (1) front outlet located at the driver's side front bumper. REAR DISCHARGE OUTLET There will be one (1) discharge outlet piped to the rear of the hose bed, passenger's side, installed so proper clearance is provided for spanner wrenches or adapters. Plumbing will consist of 2.50" piping along with a 2.50" full flow ball valve with the control from the pump operator's panel. DISCHARGE OUTLET (REAR) There will be one (1) discharge outlet piped to the rear of the hose bed. Discharge will be located on the passenger side rear wall, under hosebed #5 and to the right of the 2.5" discharge Proper clearance will be provided for spanner wrenches or adapters. Plumbing will consist of 2.00" piping along with a 2.00" full flow ball valve with the control from the pump operator's panel. The one (1) discharge outlet will terminate with a 1.50" male National Standard hose thread male adapter. FRONT OF HOSE BED DISCHARGE OUTLET There will be one (1) 2.50" and one (1) 1.50" discharge piped to the front of the hose bed, the 2.5" outlet will be located for hosebed #3 and the 1.50" outlet will be located for hosebed #4. Plumbing will consist of 2.50" piping and valve for the 2.50" discharge. The plumbing and valve will be 2.00" for the 1.50" discharge. The discharges will terminate with a (M) National Standard hose thread adapter. 96 93 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) DISCHARGE CAPS Chrome plated, rocker lug, caps with chains will be furnished for all side discharge outlets. The caps will be the Pierce VLH, which incorporates an exclusive thread design to automatically relieve stored pressure in the line when disconnected. OUTLET BLEEDERS A .75" bleeder valve will be provided for each outlet 1.50" or larger. The valves will be located behind the panel with a swing style handle control extended to the outside of the side pump panel. The handles will be chrome plated with visual indication of valve position. The swing handle will provide an ergonomic position for operating the valve without twisting the wrist and provides excellent leverage. Bleeders will be located at the bottom of the pump panel. They will be properly labeled identifying the discharge they are plumbed in to. The water discharged by the bleeders will be routed below the chassis frame rails. This will include the deluge riser plumbing and the front outlet to be provided with manual operating drains. LEFT SIDE OUTLET ELBOWS The 2.50" discharge outlets located on the left side pump panel will be furnished with a 2.50" (F) National Standard hose thread x 2.50" (M) National Standard hose thread, chrome plated, 45 degree elbow. The elbow will be Pierce VLH, which incorporates an exclusive thread design to automatically relieve stored pressure in the line when disconnected. RIGHT SIDE OUTLET ELBOWS The 2.50" discharge outlets located on the right side pump panel will be furnished with a 2.50" (F) National Standard hose thread x 2.50" (M) National Standard hose thread, chrome plated, 45 degree elbow. The elbow will be Pierce VLH, which incorporates an exclusive thread design to automatically relieve stored pressure in the line when disconnected. REAR OUTLET ELBOWS The 2.50" discharge outlets located at the rear of the apparatus will be furnished with a 2.50" (F) National Standard hose thread x 2.50" (M) National Standard hose thread, chrome plated, 45 degree elbow. The elbow will be Pierce VLH, which incorporates an exclusive thread design to automatically relieve stored pressure in the line when disconnected. 97 94 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) LARGE DIAMETER OUTLET ELBOWS The 4.00" outlet will be furnished with a 4.00" (F) National Standard hose thread swivel x 4.50" (M) National Standard hose thread elbow adapter with cap. DISCHARGE OUTLET CONTROLS The discharge outlets will incorporate a quarter-turn ball valve with the control located at the pump operator's panel. The valve operating mechanism will indicate the position of the valve. If a handwheel control valve is used, the control will be a minimum of a 3.9" diameter stainless steel handwheel with a dial position indicator built in to the center of the handwheel. DELUGE RISER A 3.00" deluge riser will be installed above the pump in such a manner that a monitor can be mounted and used effectively. Piping will be rigidly braced and installed securely so no movement develops when the line is charged. The riser will be gated and controlled at the pump operator's panel. DUAL CONTROL There will be a second control, lever operated, within reach of the deluge appliance operator. TELESCOPIC PIPING The deluge riser piping will include an 18.00" Task Force Model XG18 Extend-A-Gun extension. This extension will be telescopic to allow the deluge gun to be raised 18.00" increasing the range of operation. A position sensor will be provided on the telescopic piping that will activate the "do not move vehicle" light inside the cab when the monitor is in the raised position. MONITOR To insure that the deluge outlet provided by the apparatus manufacturer is compatible with the monitor, the make and model that is dealerfurnished will be TFT Crossfire XFC-52 monitor package. The deluge riser Extend-a-Gun will have provisions for direct mounting a Task Force Tips CrossFire monitor. CROSSLAY HOSE BEDS Two (2) crosslays with 1.50" outlets will be provided. Each bed to be capable of carrying 200' of 1.75" double jacketed hose and will be plumbed with 2.00" i.d. pipe and gated with a 2.00" quarter turn ball valve. 98 95 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) Outlets to be equipped with a 1.50" National Standard hose thread 90 degree swivel located in the hose bed so that hose may be removed from either side of apparatus. The crosslay controls will be at the pump operator's panel. The center crosslay dividers will be fabricated of 0.25" aluminum and will provide adjustment from side to side. The divider will be unpainted with a brushed finish. Vertical scuffplates constructed of stainless steel will be provided at the front and rear ends of the bed on each side of vehicle. Crosslay bed flooring will consist of removable perforated brushed aluminum. CROSSLAY COVER A hinged aluminum treadplate cover will be installed over the crosslay hose beds. It will include a latch at each end of the cover to hold it securely in place, a chrome grab handle at each end for opening and closing the cover and a foam rubber gasket where the cover comes into contact to a painted surface. A black vinyl cover permanently attached to the aluminum treadplate cover will be provided over each end of the crosslay hose beds. The cover will have bungee cords attached at each lower corner. The bottom of the flaps will be weighted with a chain. BOOSTER HOSE REEL A Hannay electric rewind booster hose reel will be installed over the pump in a recessed open compartment on the left side of the apparatus. A polished stainless steel roller and guide assembly will be mounted on the reel side of the apparatus. Discharge control will be provided at the pump operator's panel. Plumbing to the reel will consist of 1.50" Aeroquip hose and a 1.50" valve The exterior finish of the reel will be painted job color, matching the body exterior. Reel motor will be protected from overload with a circuit breaker rated to match the motor. An electric rewind control switch will be installed on the reel side pump panel. BOOSTER HOSE One length of .75" diameter and 150' long, with chrome plated Barway, or equal, couplings will be provided. The couplings will have 1" NST threads. Working pressure of the booster hose will be a minimum of 800 psi. 99 96 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) Capacity of the hose reel will be 150 feet of .75" booster hose. There will be one (1) additional polished stainless steel roller and guide assembly mounted on top of the passenger side cargo compartment side sheet. HUSKY 3 FOAM PROPORTIONER % ��°"°" """"°" � �r l , cru /1111,111111000,111,111,11,11,11111 A Pierce Husky® 3 foam proportioning system will be ° �� aurrfarrll 11 �� I ii provided. The Husky3 is an on demand, automatic om UYa�oo, lri/la, %1�l ��1�'y,��l 1� �� 11 ���,,,� /� fir` iil� o�r�,r�/JJfr�,�rr�%rrrohi, proportioning, single point, direct injection system suitable 00 l ��yt� o mill, rlri�ilno f/�%rl%////// for all types of Class A and B foam concentrates, including1111111111111111111111111111101 �/,,,,r�/�,�, ,,,,���„ 1 nri�ry i r�fil 1/l/r/i r/i the high viscosity (6000 cps), alcohol resistant Class B °` "'° J`'`" f' °"�l foams. Operation will be based on direct measurement of " mos loll II 1111110l��ff�( water flow, and remain consistent within the specified flows Ip(T11/4111111111111111111,11111,111111,11,11111111111110 111 t and pressures. The system will automatically proportion foam solution at rates from .1 percent to 3.0 percent ��0 � oImam ��1 111 regardless of variations in water pressure and flow, up to1111111111111 I 111111111111 /4::;" -" " 04, ° 11111;, ��'�� f the maximum rated capacity of the foam concentrate pump. The design of the system will allow operation from draft, hydrant, or relay operation. SYSTEM CAPACITY The system will have the ability to deliver the following minimum foam solution flow rates at accuracies that meet or exceed NFPA requirements at a pump rating of 150 psi. • 100 gpm @ 3 percent • 300 gpm @ 1 percent • 600 gpm @ 0.5 percent Class A foam setting in .1 percent increments from .1 percent to 1 percent. Typical settings of 1 percent, .5 percent and .3 percent (maximum capacity will be limited to the plumbing and water pump capacity). CONTROL SYSTEM The system will be equipped with a digital electronic control display located on the pump operator's panel. Push button controls will be integrated into the panel to turn the system on/off, control the foam percentage, and to set the operation modes. The percent of injection will have a preset. This preset can be changed at the fire department as desired. The percent of injection will be able to be easily changed at the scene to adjust to changing demands. 100 97 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) Three (3) .50 tall LEDs will display the foam percentage in numeric characters. Three (3) indicator LEDs will also be included, one (1) green, one (1) red, and one (1) yellow. The LEDs will indicate various system operation or error states. The indications will be: ■ Solid Green - System On ■ Solid Red - Valve Position Error ■ Solid Yellow - Priming System ■ Flashing Green - Injecting Foam ■ Flashing Red - Low Tank Level ■ Flashing Yellow - Refilling Tank The control display will house a microprocessor, which receives input from the systems water flow meter while also monitoring the position of the foam concentrate pump. The microprocessor will compare the values of the water flow versus the position/rate of the foam pump, to ensure the proportion rate is accurate. One (1) check valve will be installed in the plumbing to prevent foam from contaminating the water pump. HYDRAULIC DRIVE SYSTEM The foam concentrate pump will be powered by an electric over hydraulic drive system. The hydraulic system and motor will be integrated into one (1) unit. FOAM CONCENTRATE PUMP The foam concentrate pump will be of positive displacement, self-priming; linear actuated design, driven by the hydraulic system. The pump will be constructed of brass body; chrome plated stainless steel shaft, with a stainless steel piston. In order to increase longevity of the pump, no aluminum will be present in its construction. A relief system will be provided which is designed to protect the drive system components and prevent over pressuring the foam concentrate pump The foam concentrate pump will have minimum capacity for 3 gpm with all types of foam concentrates with a viscosity at or below 6000 cps including protein, fluoroprotein, AFFF, FFFP, or AR-AFFF. The system will deliver only the amount of foam concentrate flow required, without recirculating foam back to the storage tank. Recirculating foam concentrate back to the storage tank can cause agitation and premature foaming of the concentrate, which can result in system failure. The foam concentrate pump will be self-priming and have the ability to draw foam concentrate from external supplies such as drums or pails. 101 98 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) EXTERNAL FOAM CONCENTRATE CONNECTION An external foam pick-up will be provided to enable use of a foam agent that is not stored on the vehicle. The external foam pick-up will be designed to allow continued operation after the on-board foam tank is empty, or the use of foam different than the foam in the foam tank. PANEL MOUNTED EXTERNAL PICK-UP CONNECTION /VALVE A bronze three (3)-way valve will be provided. The unit will be mounted to the pump panel. The valve unit will function as the foam system tank to pump valve and external suction valve. The external foam pick-up will be one (1) .75" male connection GHT (garden hose thread) with a cap. PICK-UP HOSE A .75" flexible hose with an end for insertion into foam containers will be provided. The hose will be supplied with a .75" female swivel GHT (garden hose thread) swivel connector. The hose will be shipped loose. DISCHARGES The foam system will be plumbed to five (5) discharges. The discharges capable of dispensing foam will be the front bumper 1.5" outlet, front 1.5" crosslay, rear 1.5" crosslay, passenger side rear 1.5" outlet and hose reel. SYSTEM ELECTRICAL LOAD The maximum current draw of the electric motor and system will be no more than 55 amperes at 12 VDC. SINGLE FOAM TANK REFILL The foam system's proportioning pump will be used to fill the foam tank. This will allow use of the auxiliary foam pick-up to pump the foam from pails or a drum on the ground into the foam tank. A foam shut-off switch will be installed in the fill dome of the tank to shut the system down when the tank is full. The fill operation will be controlled by a mode in the foam system controller. While the proportioner pump is filling the tank, the controller will display a flashing yellow LED to indicate that the tank is filling. When the tank is full, as determined by the float switch in the tank dome, the pump will stop and the controller will shut the yellow LED off. If it attempted to use tank fill and the refill valve and suction valve are in the wrong position(s), then a red LED will illuminate to indicate the improper valve position(s). When the valves are positioned properly, then filling will commence. 102 99 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) FOAM TANK The foam tank will be an integral portion of the polypropylene water tank. The cell will have a capacity of 20 gallons of foam with the intended use of Class A foam. The foam cell will not reduce the capacity of the water tank. The foam cell will have a screen in the fill dome and a breather in the lid. FOAM TANK DRAIN A system of 1.00" foam tank drains will be provided, integrated into the foam systems strainer and tank to foam pump valve management system. The tank to pump hoses running from the tank(s) to the strainer will 1.00" diameter. The foam system controller will have a mode that allows for a given foam valve to be opened at will. Flow of foam from the tank valve to the strainer will be usable as a tank drain mode. An adaptor will be supplied, that allows the 1.00" foam intake screen to assembly to be used as a drain outlet. The standard supplied 1.00" foam pick up hose will be attached to the screen assembly by way of the adapter. The drain mode will allow the operator to open and close the tank valve as required from the control head, to drain foam and re-fill foam containers through the connected hose, without foam spillage beneath the vehicle. FOAM SYSTEM TRAINING A demonstration shall be provided at the apparatus manufacturer's facility on the operation of the foam system. This demonstration shall include: ■ A review of the foam system manual emphasizing key areas ■ A walk around review of the system components on the finished truck ■ A hands-on foam system start-up and foam discharge session ■ Instructions on the use of the manual overrides ■ The proper way to shut down and flush the foam system. PUMP COMPARTMENT The pump compartment will be separate from the hose body and compartments so that each may flex independently of the other." It will be a fabricated assembly of steel tubing, angles and channels which supports both the fire pump and the side running boards. The pump compartment will be mounted on the chassis frame rails with rubber biscuits in a four point pattern to allow for chassis frame twist. Pump compartment, pump, plumbing and gauge panels will be removable from the chassis in a single assembly. 103 100 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) PUMP MOUNTING Pump will be mounted to a substructure which will be mounted to the chassis frame rail using rubber isolators. The mounting will allow chassis frame rails to flex independently without damage to the fire pump. LEFT SIDE PUMP CONTROL PANELS All pump controls and gauges will be located at the left (driver's) side of the apparatus and properly identified. Layout of the pump control panel will be ergonomically efficient and systematically organized. The pump operator's control panel will be removable in two (2) main sections for ease of maintenance: The upper section will contain sub panels for the mounting of the pump pressure control device, engine monitoring gauges, electrical switches, and foam controls (if applicable). Sub panels will be removable from the face of the pump panel for ease of maintenance. Below the sub panels will be located all valve controls and line pressure gauges. The lower section of the panel will contain all inlets, outlets, and drains. All push/pull valve controls will have 1/4 turn locking control rods with polished chrome plated zinc tee handles. Guides for the push/pull control rods will be chrome plated zinc castings securely mounted to the pump panel. Push/pull valve controls will be capable of locking in any position. The control rods will pull straight out of the panel and will be equipped with universal joints to eliminate binding. IDENTIFICATION TAGS The identification tag for each valve control will be recessed in the face of the tee handle. All discharge outlets will have color coded identification tags, with each discharge having its own unique color. Color coding will include the labeling of the outlet and the drain for each corresponding discharge. All line pressure gauges will be mounted directly above the corresponding discharge control tee handles and recessed within the same chrome plated casting as the rod guide for quick identification. The gauge and rod guide casting will be removable from the face of the pump panel for ease of maintenance. The casting will be color coded to correspond with the discharge identification tag. All remaining identification tags will be mounted on the pump panel in chrome plated bezels. 104 101 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) The pump panel on the right (passenger's) side will be removable with lift and turn type fasteners. Trim rings will be installed around all inlets and outlets. The trim rings for the side discharge outlets will be color coded and labeled to correspond with the discharge identification tag. PUMP PANEL CONFIGURATION The pump panel configuration will be arranged and installed in an organized manner that will provide user-friendly operation. PUMP AND GAUGE PANEL The pump and gauge panels will be constructed of aluminum with a painted FormCoat black finish. A polished aluminum trim molding will be provided around each panel. The passenger's side pump panel will be removable and fastened with swell type fasteners. PUMP COMPARTMENT LIGHT A pump compartment light will be provided inside the right side pump enclosure and accessible through a door on the pump panel. A .125" weep hole will be provided in each light lens, preventing moisture retention. PUMP PANEL GAUGES AND CONTROLS The following will be provided on the pump panels in the FRC IN Control Pressure Governor system ■ Engine Oil Pressure Gauge: LED bar graph display ■ Engine Water Temperature Gauge: LED bar graph display ■ Tachometer: over 1/2" high LED digits ■ Master Pump Drain Control ■ Voltmeter: LED bar graph display AIR HORN BUTTON An air horn control button shall be provided at the pump operator's control panel. This button shall be red in color and properly labeled "Evacuation". VACUUM AND PRESSURE GAUGES The pump vacuum and pressure gauges will be liquid filled and manufactured by Class 1 Incorporated ©. The gauges will be a minimum of 4.50" in diameter and will have white faces with black lettering, with a pressure range of 30.00"-0-600#. 105 102 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) The pump pressure and vacuum gauges will be installed adjacent to each other at the pump operator's control panel. Test port connections will be provided at the pump operator's panel. One will be connected to the intake side of the pump, and the other to the discharge manifold of the pump. They will have 0.25 in. standard pipe thread connections and polished stainless steel plugs. They will be marked with a label. PRESSURE GAUGES The individual "line" pressure gauges for the discharges will be interlube filled and manufactured by Class 1©. They will be a minimum of 2.50" in diameter and will have white faces with black lettering. Gauges will be compound type with a vacuum/pressure range of 30.00"-0-400#. The individual pressure gauge will be installed as close to the outlet control as practical. WATER LEVEL GAUGE A Fire Research TankVision Pro model WLA300-A00 water tank indicator gauge will be installed on the pump operator's panel. The gauge kit will include an electronic indicator module, a pressure sensor, and a 10' sensor cable. The gauge will show the volume of water in the tank on nine (9) easy to see super bright RGB LEDs. A wide view lens over the LEDs will provide for a viewing angle of 180 degrees. The gauge case will be waterproof, manufactured of Polycarbonate/Nylon material, and have a distinctive blue label. The program features will be accessed from the front of the indicator module. The program will support self-diagnostics capabilities, self-calibration, six (6) programmable colored light patterns to display tank volume, adjustable brightness control levels and a data link to connect remote indicators. Low water warnings will include flashing LEDs at 1/4 tank and down chasing LEDs when the tank is almost empty. The gauge will receive an input signal from an electronic pressure sensor. The sensor will be mounted from the outside of the water tank near the bottom. No probe will be placed on the interior of the tank. Wiring will be weather resistant and have automotive type plug-in connectors. 106 103 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) WATER LEVEL GAUGE There will be two (2) additional water level indicator, Whelen®, Model PSTANK, LED module installed one (1) each side rearward of crew cab doors. This light module will include four (4) colored levels, and function similar to the water level indicator located at the operators panel: ■ First green module indicates a full water level ■ Second blue module indicates a water level above 3/4 full ■ Third amber module indicates a water level above 1/2 full ■ Last red module indicates a water level above 1/4 full and empty o Above 1/4 this light will be steady burning o At empty this light will be flashing This module will be activated when the parking brake is applied. CLASS "A" FOAM LEVEL GAUGE A Fire Research TankVision Pro model WLA360-A00 cell/tank level indicator kit shall be installed on the pump operator's panel. The kit will include an electronic indicator module, a pressure sensor, a 10' sensor cable and a tank vent. The indicator will show the volume of Class "A" foam concentrate in the cell/tank on nine (9) easy to see super bright RGB LEDs. A wide view lens over the LEDs will provide for a viewing angle of 180 degrees. The indicator case will be waterproof, manufactured of Polycarbonate/Nylon material and have a distinctive green label. The program features will be accessed from the front of the indicator module. The program will support self-diagnostics capabilities, self-calibration, six (6) programmable colored light patterns to display cell/tank volume, adjustable brightness control levels and a data link to connect remote indicators. Low foam level warnings will include flashing LEDs at 1/4 cell/tank and down chasing LEDs when the cell/tank is almost empty. The indicator will receive an input signal from an electronic pressure sensor. The sensor will be mounted from the outside of the foam cell/tank near the bottom. No probe will be placed on the interior of the cell/tank.Wiring will be weather resistant and have automotive type plug-in connectors. STEP/LIGHT SHIELD There will be an aluminum treadplate stepping surface no less than 8.00" deep and properly reinforced to support a man's weight, installed over the pump operator's panel. 107 104 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) ■ There will be 12 volt DC white LED lights installed under the step to illuminate the controls, switches, essential instructions, gauges, and instruments necessary for the operation of the apparatus. These lights will be activated by the pump panel light switch. Additional lights will be included every 18.00" depending on the size of the pump house. ■ One (1) pump panel light will come on when the pump is in ok to pump mode. There will be a light activated above the pump panel light switch when the parking brake is set. This is to afford the operator some illumination when first approaching the control panel. There will be a green pump engaged indicator light activated on at the operator's panel when the pump is shifted into gear from inside the cab. There will be one (1) white LED, step light provided above this step. In order to ensure exceptional illumination, each step light will provide a minimum of 25 foot-candles (fc) covering an entire 15.00" x 15.00" square placed 10.00" below the light and a minimum of 1.5 fc covering an entire 30.00" x 30.00" square at the same 10.00" distance below the light. The step light will be activated by the pump panel light switch. There will be three (3) white LED scene lights with ABS chrome housing, installed above the passenger side pump panel. In order to ensure exceptional illumination, each light will provide a minimum of 25 foot-candles (fc) covering an entire 15" x 15" square placed ten (10) inches below the light and a minimum of 1.5 fc covering an entire 30" x 30" square at the same ten (10) inch distance below the light. The lights will be operated from a switch on the pump panel. AIR HORN SYSTEM Two (2) Grover, Stutter Tone, air horns will be recessed in the front bumper. The horn system will be piped to the air brake system wet tank utilizing 0.38" tubing. A pressure protection valve will be installed in-line to prevent loss of air in the air brake system. AIR HORN LOCATION The air horns will be located on the left side of the bumper, outside of the frame rail. AIR HORN CONTROL The air horns will be actuated by two (2) foot switches, one (1) located on the officer's side and one (1) on the driver's side. 108 105 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) ELECTRONIC SIREN A Whelen®, Model 295SLSA1, electronic siren with noise canceling microphone will be provided. This siren will be active when the battery switch is on and that emergency master switch is on. Electronic siren head will be located in the center console. SIREN CONTROL The electronic siren will be controllable on the siren head and horn ring only. No foot switches will be required. The driver will have the option to control the siren or the chassis horns from the horn button by means of a selector switch located on the instrument panel. SPEAKER There will be one (1) Whelen®, Model SA315P, black nylon composite, 100-watt, speaker with through bumper mounting brackets and polished stainless steel grille provided. The speaker will be connected to the siren amplifier. The speaker will be recessed in the right side of the front bumper, just outside of the frame rail. AUXILIARY MECHANICAL SIREN A Federal Q2B® siren will be furnished. A siren brake button will be installed on the switch panel. The control solenoid will be powered up after the emergency master switch is activated. The mechanical siren will be recessed behind the front bumper on the right side. The siren will be supported by the bumper framework. The Federal, Model MSFMT-EF, grille will be used on the front bumper in place of the standard Q2B mechanical siren grille. The mechanical siren will be actuated by two (2) foot switches, one (1) located on the officer's side and one (1) on the driver's side. FRONT ZONE UPPER WARNING LIGHTS There will be one (1) 81.00" Whelen Freedom IV LED lightbar mounted on the cab roof. The lightbar will include the following: • One (1) red flashing LED module in the driver's side end position. • One (1) red flashing LED module in the driver's side front corner position. • One (1) red flashing LED module in the driver's side first front position. • One (1) white flashing LED module in the driver's side second front position. 109 106 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) • One (1) red flashing LED module in the driver's side third front position. • One (1) red flashing LED module in the driver's side fourth front position. • Open in the driver's side fifth front position. • Open in the driver's side sixth front position. • Open in the driver's side seventh front position. • Open in the passenger's side seventh front position. • Open in the passenger's side sixth front position. • Open in the passenger's side fifth front position. • One (1) red steady burning LED module in the passenger's side fourth front position. • One (1) red flashing LED module in the passenger's side third front position. • One (1) white flashing LED module in the passenger's side second front position. • One (1) red flashing LED module in the passenger's side first front position. • One (1) red flashing LED module in the passenger's side front corner position. • One (1) red flashing LED module in the passenger's side end position. There will be clear lenses included on the lightbar. There will be a switch installed in the cab on the switch panel to control this lightbar. The white flashing LED modules will be disabled when the parking brake is applied. The six (6) red LED modules in the front positions may be load managed when the parking brake is applied. FRONT ZONE LOWER LIGHTS There will be two (2) pair of Whelen, Model M6**, LED lights installed on the cab face above the headlights, in a common bezel matching the one for the headlamps. • The driver's side front outside warning light to be red • The driver's side front inside warning light to be red • The passenger's side front inside warning light to be red • The passenger's side front outside warning light to be red • The color of the lenses will be the same color as the LED's There will be a switch located in the cab on the switch panel to control the lights. HEADLIGHT FLASHER The high beam headlights will flash alternately between the left and right side. There will be a switch installed in the cab on the switch panel to control the high beam flash. This switch will be live when the battery switch and the emergency master switches are on. 110 107 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) The flashing will automatically cancel when the hi-beam headlight switch is activated or when the parking brake is set. SIDE ZONE LOWER LIGHTING There will be four (4) Whelen®, Model M6*, LED flashing warning lights with chrome trim installed per the following: ■ Two (2) lights, one (1) each side on the bumper extension. The side front lights to be red. ■ Two (2) lights, one (1) each side above rear wheels. The side rear lights to be red. ■ The lights will include lenses that are the same color as the LEDs. REAR ZONE LOWER LIGHTING There will be two (2) Whelen®, Model M6*, LED flashing warning lights will be located at the rear of the apparatus. ■ The driver's side rear light to be red ■ The passenger's side rear light to be red Both lights will include a lens that is the same color as the LED's. There will be a switch located in the cab on the switch panel to control the lights. WARNING LIGHTS (REAR AND SIDE UPPER ZONES) Four (4) Whelen, model M6* LED flashing warning lights will be provided at the rear of the apparatus with Whelen, 6EFLANGE chrome flanges. ■ The side rear upper light(s) on the driver's side to be red. ■ The rear upper light(s) on the driver's side to be red. ■ The rear upper light(s) on the passenger's side to be red. ■ The side rear upper light(s) on the passenger's side to be red. ■ These lights will include a lens that is the same color as the LED's. There will be a switch located in the cab on the switch panel to control the lights. REAR LIGHT MOUNTING The rear warning lights will be mounted on the rear side sheet flange and rear bulkhead of the body as high as possible with all wiring totally enclosed. 111 108 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) TRAFFIC DIRECTING LIGHT There will be one (1) Whelen, Model TADP8, 30.36" long x 1.74" high x 2.17" deep, LED traffic directing light installed at the rear of the apparatus. ■ The light will include eight (8) amber Model LINZ6, LED modules. ■ The Whelen, Model TADCTL1, control head will be included with this installation. ■ This traffic directing light will be recessed with a stainless steel trim plate at the rear of the apparatus as high as practical. The traffic directing light control head shall be located overhead in the center panel position. 120 VOLT RECEPTACLE There will be two (2), 4-place receptacle box(es) with four (4) 15/20 amp 120 volt AC three (3) wire straight blade receptacles with exterior flip up cover(s) installed at a location to be determined at the pre-construction conference. The NEMA configuration for the receptacles will be 5-15R. The receptacle(s) will be powered from the shoreline inlet. There will be a label installed near the receptacle(s) that state the following: ■ Line Voltage ■ Current Ratting (amps) ■ Phase ■ Frequency ■ Power Source LOOSE EQUIPMENT The following equipment will be furnished with the completed unit: ■ One (1) bag of chrome, stainless steel, or cadmium plated screws, nuts, bolts and washers, as used in the construction of the unit. NFPA REQUIRED LOOSE EQUIPMENT PROVIDED BY FIRE DEPARTMENT The following loose equipment as outlined in NFPA 1901, 2016 edition, section 5.9.3 and 5.9.4 will be provided by the fire department. ■ 800 ft (60 m) of 2.50" (65 mm) or larger fire hose. ■ 400 ft (120 m) of 1.50" (38 mm), 1.75" (45 mm), or 2.00" (52 mm) fire hose. ■ One (1) handline nozzle, 200 gpm (750 L/min) minimum. ■ Two (2) handline nozzles, 95 gpm (360 L/min) minimum. 112 109 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) ■ One (1) smoothbore of combination nozzle with 2.50" shutoff that flows a minimum of 250 gpm. ■ One (1) SCBA complying with NFPA 1981 for each assigned seating position, but not fewer than four (4), mounted in brackets fastened to the apparatus or stored in containers supplied by the SCBA manufacturer. ■ One (1) spare SCBA cylinder for each SCBA carried, each mounted in a bracket fastened to the apparatus or stored in a specially designed storage space(s). ■ One (1) first aid kit. ■ Four (4) combination spanner wrenches. ■ Two (2) hydrant wrenches. ■ One (1) double female 2.50" (65 mm) adapter with National Hose threads. ■ One (1) double male 2.50" (65 mm) adapter with National Hose threads. ■ One (1) rubber mallet, for use on suction hose connections. ■ Two (2) salvage covers each a minimum size of 12 ft x 14 ft (3.7 m x 4.3 m). ■ One (1) traffic vest for each seating position, each vest to comply with ANSI/ISEA 207, Standard for High Visibility Public Safety Vests, and have a five-point breakaway feature that includes two (2) at the shoulders, two (2) at the sides, and one (1) at the front. ■ Five (5) fluorescent orange traffic cones not less than 28.00" (711 mm) in height, each equipped with a 6.00" (152 mm) retro-reflective white band no more than 4.00" (152 mm) from the top of the cone, and an additional 4.00" (102 mm) retro-reflective white band 2.00" (51 mm) below the 6.00" (152 mm) band. ■ Five (5) illuminated warning devices such as highway flares, unless the five (5) fluorescent orange traffic cones have illuminating capabilities. ■ One (1) automatic external defibrillator (AED). ■ Four (4) ladder belts meeting the requirements of NFPA 1983, Standard on Fire Service Life Safety Rope and System Components (if equipped with an aerial device). ■ If the supply hose carried does not use sexless couplings, an additional double female adapter and double male adapter, sized to fit the supply hose carried, will be carried mounted in brackets fastened to the apparatus. ■ If none of the pump intakes are valved, a hose appliance that is equipped with one or more gated intakes with female swivel connection(s) compatible with the supply hose used on one side and a swivel connection with pump intake threads on the other side will be carried. Any intake connection larger than 3.00" (75 mm) will include a pressure relief device that meets the requirements of 16.6.6. ■ If the apparatus does not have a 2.50" National Hose (NH) intake, an adapter from 2.50" NH female to a pump intake will be carried, mounted in a bracket fastened to the apparatus if not already mounted directly to the intake. 113 110 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) ■ If the supply hose carried has other than 2.50" National Hose (NH) threads, adapters will be carried to allow feeding the supply hose from a 2.50" NH thread male discharge and to allow the hose to connect to a 2.50" NH female intake, mounted in brackets fastened to the apparatus if not already mounted directly to the discharge or intake. SOFT SUCTION HOSE PROVIDED BY FIRE DEPARTMENT NFPA 1901, 2016 edition, section 5.8.2.1 requires a minimum of 20' of suction hose or 15' of supply hose will be carried. Hose is not on the apparatus as manufactured. The fire department will provide suction or supply hose. STRAINER PROVIDED BY DEALER NFPA 1901, 2016 edition, section 5.8.2.1.1 requires a suction strainer when suction hose is provided. The strainer is not on the apparatus as manufactured. The dealer will provide the suction strainer. DRY CHEMICAL EXTINGUISHER PROVIDED BY FIRE DEPARTMENT NFPA 1901, 2016 edition, section 5.9.4 requires one (1) approved dry chemical portable fire extinguisher with a minimum 80-B:C rating mounted in a bracket fastened to the apparatus. The extinguisher is not on the apparatus as manufactured. The fire department will provide and mount the extinguisher. WATER EXTINGUISHER PROVIDED BY FIRE DEPARTMENT NFPA 1901, 2016 edition, section 5.9.4 requires one (1) 2.5 gallon or larger water extinguisher mounted in a bracket fastened to the apparatus. The extinguisher is not on the apparatus as manufactured. The fire department will provide and mount the extinguisher. FLATHEAD AXE PROVIDED BY FIRE DEPARTMENT NFPA 1901, 2016 edition, Section 5.9.4 requires one (1) flathead axe mounted in a bracket fastened to the apparatus. The axe is not on the apparatus as manufactured. The fire department will provide and mount the axe. PICKHEAD AXE PROVIDED BY FIRE DEPARTMENT NFPA 1901, 2016 edition, Section 5.9.4 requires one (1) pickhead axe mounted in a bracket fastened to the apparatus. 114 111 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) The axe is not on the apparatus as manufactured. The fire department will provide and mount the axe. PAINT The exterior custom cab and body painting procedure will consist of a seven (7) step finishing process as follows: 7. Manual Surface Preparation - All exposed metal surfaces on the custom cab and body will be thoroughly cleaned and prepared for painting. Imperfections on the exterior surfaces will be removed and sanded to a smooth finish. Exterior seams will be sealed before painting. Exterior surfaces that will not be painted include; chrome plating, polished stainless steel, anodized aluminum and bright aluminum treadplate. 8. Chemical Cleaning and Pretreatment - All surfaces will be chemically cleaned to remove dirt, oil, grease, and metal oxides to ensure the subsequent coatings bond well. The aluminum surfaces will be properly cleaned and treated using a high pressure, high temperature 4 step Acid Etch process. The steel and stainless surfaces will be properly cleaned and treated using a high temperature 3 step process specifically designed for steel or stainless. The chemical treatment converts the metal surface to a passive condition to help prevent corrosion. A final pure water rinse will be applied to all metal surfaces. 9. Surfacer Primer - The Surfacer Primer will be applied to a chemically treated metal surface to provide a strong corrosion protective basecoat. A minimum thickness of 2 mils of Surfacer Primer is applied to surfaces that require a Critical aesthetic finish. The Surfacer Primer is a two-component high solids urethane that has excellent sanding properties and an extra smooth finish when sanded. 10.Finish Sanding - The Surfacer Primer will be sanded with a fine grit abrasive to achieve an ultra-smooth finish. This sanding process is critical to produce the smooth mirror like finish in the topcoat. 11.Sealer Primer - The Sealer Primer is applied prior to the Basecoat in all areas that have not been previously primed with the Surfacer Primer. The Sealer Primer is a two- component high solids urethane that goes on smooth and provides excellent gloss hold out when top coated.' 12.Basecoat Paint - Two coats of a high performance, two component high solids polyurethane basecoat will be applied. The Basecoat will be applied to a thickness that will achieve the proper color match. The Basecoat will be used in conjunction with a urethane clear coat to provide protection from the environment. 115 112 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) 13.Clear Coat - Two (2) coats of Clear Coat will be applied over the Basecoat color. The Clear Coat is a two-component high solids urethane that provides superior gloss and durability to the exterior surfaces. Lap style and roll-up doors will be Clear Coated to match the body. Paint warranty for the roll-up doors will be provided by the roll-up door manufacture. Each batch of basecoat color is checked for a proper match before painting of the cab and the body. After the cab and body are painted, the color is verified again to make sure that it matches the color standard. Electronic color measuring equipment is used to compare the color sample to the color standard entered into the computer. Color specifications are used to determine the color match. A Delta E reading is used to determine a good color match within each family color. All removable items such as brackets, compartment doors, door hinges, and trim will be removed and separately if required, to ensure paint behind all mounted items. Body assemblies that cannot be finish painted after assembly will be finish painted before assembly. Pierce Manufacturing paint finish quality levels for critical areas of the apparatus (cab front and sides, body sides and doors, and boom lettering panels) meet or exceed the Cadillac/General Motors GMW15777 global paint requirements. Orange peel levels meet or exceed the #6 A.C.T.standard in critical areas. These requirements are met in order for the exterior paint finish to be considered acceptable. The Pierce Manufacturing written paint standards will be available upon request. The cab will be two-tone, with the upper section painted #101 black along with a shield design on the cab face and lower section of the cab and body painted #90 red. PAINT - ENVIRONMENTAL IMPACT Contractor will meet or exceed all current State regulations concerning paint operations. Pollution control will include measures to protect the atmosphere, water and soil. Controls will include the following conditions: ■ Topcoats and primers will be chrome and lead free. ■ Metal treatment chemicals will be chrome free. The wastewater generated in the metal treatment process will be treated on-site to remove any other heavy metals. ■ Particulate emission collection from sanding operations will have a 99.99% efficiency factor. ■ Particulate emissions from painting operations will be collected by a dry filter or water wash process. If the dry filter is used, it will have an efficiency rating of 98.00%. Water wash systems will be 99.97% efficient ■ Water from water wash booths will be reused. Solids will be removed on a continual basis to keep the water clean. 116 113 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) • Paint wastes are disposed of in an environmentally safe manner. • Empty metal paint containers will be to recover the metal. • Solvents used in clean-up operations will be recycled on-site or sent off-site for distillation and returned for reuse. Additionally, the finished apparatus will not be manufactured with or contain products that have ozone depleting substances. Contractor will, upon demand, present evidence that the manufacturing facility meets the above conditions and that it is in compliance with his State EPA rules and regulations. PAINT CHASSIS FRAME ASSEMBLY The chassis frame assembly will be painted black before the installation of the cab and body, and before installation of the engine and transmission assembly, air brake lines, electrical wire harnesses, etc. Components treated with epoxy E-coat protection prior to paint: HIM a HNIC AV PROM RI IN!S PROPERTY TEST METH00 PERFORMANCE Ula¢1 • Two (2) C-channel frame rails II II b�, fa 5 I°M 401 fee, A PAL) 73 48 8 Components that are included with the chassis frame assembly ,<lilarI A HA I)13' I r that will be painted not e-coated are: A "M` /4 ) ur, u .a�„�e n�,IMnar�+m �,n II„ ra • Cross members 1fi I ` -' 011I MA! e A an cThs417 x n s MI • Axles !VC, P, ,PA I e e An , N I I „ • Suspensions • Steering gear SUBSTRATE SALT SPRAY PROPERTY PRETREATMENT 1000 HOURS • Battery boxes ”k • Bumper extension weldment • Frame extensions • Body mounting angles • Rear Body support substructure (front and rear) • Pump house substructure • Air tanks • Fuel tank • Castings • Individual piece parts used in chassis and body assembly The E-coat process will meet the technical properties shown. COMPARTMENT INTERIOR FINISH The interior of the compartments will be dual action finished and not painted. 117 114 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) REFLECTIVE STRIPES Three (3) reflective stripes will be provided across the front of the vehicle and along the sides of the body. The reflective band will consist of a 1.00" black stripe at the top with a 1.00" gap then a 6.00" black stripe with a 1.00" gap and a 1.00" black stripe on the bottom. REFLECTIVE, CAB FACE, BELOW GRILLE The reflective band provided on the cab face will be between the front grille and the front bumper. REAR CHEVRON STRIPING There will be alternating chevron striping located on the rear-facing vertical surface of the apparatus. The rear surface, excluding the rear compartment door, will be covered. The colors will be red and fluorescent yellow green diamond grade. Each stripe will be 6.00" in width. This will meet the requirements of the current edition of NFPA 1901, which states that 50% of the rear surface will be covered with chevron striping. CAB DOOR REFLECTIVE STRIPE A 6.00" x 16.00" black reflective stripe will be provided across the interior of each cab door. The stripe will be located approximately 1.00" up from the bottom, on the door panel. This stripe will meet the NFPA 1901 requirement. CAB STRIPE There will be a genuine gold leaf stripe provided on both sides of the cab in place of the chrome molding and on the cab face with shield. LETTERING The lettering will be totally encapsulated between two (2) layers of clear vinyl. LETTERING Forty-one (41) to sixty (60) printed effect gold leaf lettering, 3.00" high, with outline and shade will be provided. LETTERING There will be non-reflective vinyl lettering, 18.00" high, with no outline or shade provided. There will be four (4) letters provided. LETTERING One (1) to twenty (20) reflective lettering, 8.00" high, with outline and shade will be provided. 118 115 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) LETTERING One (1) to twenty (20) reflective lettering, 6.00" high, with outline and shade will be provided. DECAL INSTALLATION There will be one (1) pair of decals furnished by the fire department and applied by the apparatus manufacturer. FIRE APPARATUS PARTS CD MANUAL There will be two (2) custom parts manuals for the complete fire apparatus provided in CD format with the completed unit. The manuals will contain the following: ■ Job number ■ Part numbers with full descriptions ■ Table of contents ■ Parts section sorted in functional groups reflecting a major system, component, or assembly ■ Parts section sorted in alphabetical order ■ Instructions on how to locate parts The manuals will be specifically written for the chassis and body model being purchased. It will not be a generic manual for a multitude of different chassis and bodies. SERVICE PARTS INTERNET SITE The service parts information included in these manuals are also available on the factory website. The website offers additional functions and features not contained in this manual, such as digital photographs and line drawings of select items. The website also features electronic search tools to assist in locating parts quickly. CHASSIS SERVICE MANUALS One (1) chassis service manuals containing parts and service information on major components will be provided with the completed unit. One (1) compact disk (CD) will also be provided that will include all of the information from the above manual. The manuals will contain the following sections: ■ Job number ■ Table of contents ■ Troubleshooting ■ Front Axle/Suspension 119 116 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) ■ Brakes ■ Engine ■ Tires ■ Wheels ■ Cab ■ Electrical, DC ■ Air Systems ■ Plumbing ■ Appendix The manual will be specifically written for the chassis model being purchased. It will not be a generic manual for a multitude of different chassis and bodies. CHASSIS OPERATION CD MANUALS There will be two (2) CD format chassis operation manuals provided. ONE (1) YEAR MATERIAL AND WORKMANSHIP A Pierce basic apparatus limited warranty certificate, WA0008, is included with this proposal. ENGINE WARRANTY A Cummins five (5) year limited engine warranty will be provided. A limited warranty certificate, WA0181, is included with this proposal. STEERING GEAR WARRANTY A TRW one (1) year limited steering gear warranty will be provided. A copy of the warranty certificate will be submitted with the bid package. FIFTY (50) YEAR STRUCTURAL INTEGRITY The Pierce custom chassis frame limited warranty certificate, WA0013, is included with this proposal. FRONT AXLE WARRANTY An Eaton five (5)-year/100,000 mile parts and labor warranty will be provided. REAR AXLE WARRANTY An Eaton five (5)-year/100,000 mile parts and labor warranty will be provided. ABS BRAKE SYSTEM THREE (3) YEAR MATERIAL AND WORKMANSHIP WARRANTY A Meritor WabcoTMABS brake system limited warranty certificate, WA0232, is included with this proposal. TEN (10) YEAR STRUCTURAL INTEGRITY The Pierce custom cab limited warranty certificate, WA0012, is included with this proposal. 120 117 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) TEN (10) YEAR PRO-RATED PAINT AND CORROSION A Pierce cab limited pro-rated paint warranty certificate, WA0055, is included with this proposal. FIVE (5) YEAR MATERIAL AND WORKMANSHIP The Pierce Command Zone electronics limited warranty certificate, WA0014, is included with this proposal. CAMERA SYSTEM WARRANTY A Pierce fifty four (54) month warranty will be provided for the camera system. COMPARTMENT LIGHT WARRANTY The Pierce 12 volt DC LED strip lights limited warranty certificate, WA0203, is included with this proposal. TRANSMISSION WARRANTY The transmission will have a five (5) year/unlimited mileage warranty covering 100 percent parts and labor. The warranty will be provided by Allison Transmission. Note: The transmission cooler is not covered under any extended warranty you may be getting on your Allison Transmission. Please review your Allison Transmission warranty for coverage limitations. TRANSMISSION COOLER WARRANTY The transmission cooler will carry a five (5) year parts and labor warranty (exclusive to the transmission cooler). In addition, a collateral damage warranty will also be in effect for the first three (3) years of the warranty coverage and will not exceed $10,000 per occurrence. A copy of the warranty certificate will be submitted with the bid package. WATER TANK WARRANTY A UPF poly water tank limited warranty certificate, WA0195, is included with this proposal. TEN (10) YEAR STRUCTURAL INTEGRITY The Pierce apparatus body limited warranty certificate, WA0009,,is included with this proposal. ROLL UP DOOR MATERIAL AND WORKMANSHIP WARRANTY A Gortite roll-up door limited warranty will be provided. The mechanical components of the roll-up door will be warranted against defects in material and workmanship for the lifetime of the vehicle. A six (6) year limited warranty will be provided on painted and satin roll up doors. The limited warranty certificate, WA0190, is included with this proposal. 121 118 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) PUMP WARRANTY A Waterous pump limited warranty certificate, WA0225, is included with this proposal. TEN (10) YEAR PUMP PLUMBING WARRANTY The Pierce apparatus plumbing limited warranty certificate, WA0035, is included with this proposal. FOAM SYSTEM WARRANTY The Husky 3 foam system limited warranty certificate, WA0231, is included with this proposal. TEN (10) YEAR PRO-RATED PAINT AND CORROSION A Pierce body limited pro-rated paint warranty certificate, WA0057, is included with this proposal. THREE (3) YEAR MATERIAL AND WORKMANSHIP The Pierce Goldstar gold leaf lamination limited warranty limited warranty certificate, WA0018, is included with this proposal. VEHICLE STABILITY CERTIFICATION The fire apparatus manufacturer will provide a certification stating the apparatus complies with NFPA 1901, current edition, section 4.13, Vehicle Stability. The certification will be provided at the time of bid. ENGINE INSTALLATION CERTIFICATION The fire apparatus manufacturer will provide a certification, along with a letter from the engine manufacturer stating they approve of the engine installation in the bidder's chassis. The certification will be provided at the time of delivery. POWER STEERING CERTIFICATION The fire apparatus manufacturer will provide a certification stating the power steering system as installed meets the requirements of the component supplier. The certification will be provided at the time of bid. CAB INTEGRITY CERTIFICATION The fire apparatus manufacturer will provide a cab crash test certification with this proposal. The certification will state that a specimen representing the substantial structural configuration of the cab has been tested and certified by an independent third party test facility. Testing events will be documented with photographs, real-time and high-speed video, vehicle accelerometers, cart accelerometers, and a laser speed trap. The fire apparatus manufacturer will provide a state licensed professional engineer to witness and certify all testing events. 122 119 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) Testing will meet or exceed the requirements below: ■ European Occupant Protection Standard ECE Regulation No.29. ■ SAE J2422 Cab Roof Strength Evaluation - Quasi-Static Loading Heavy Trucks. ■ SAE J2420 COE Frontal Strength Evaluation - Dynamic Loading Heavy Trucks. ■ Roof Crush The cab will be subjected to a roof crush force of 22,500 lb. This value meets the ECE 29 criteria, and is equivalent to the front axle rating up to a maximum of ten (10) metric tons. ■ Side Impact The same cab will be subjected to dynamic preload where a 13,275-lb moving barrier is slammed into the side of the cab at 5.50 mph, striking with an impact of 13,000 ft-lb of force. This test is part of the SAE J2422 test procedure and more closely represents the forces a cab will see in a rollover incident. ■ Frontal Impact The same cab will withstand a frontal impact of 32,600 ft-lb of force using a moving barrier in accordance with SAE J2420. ■ Additional Frontal Impact The same cab will withstand a frontal impact of 65,200 ft-lb of force using a moving barrier. (Twice the force required by SAE J2420) The same cab will withstand all tests without any measurable intrusion into the survival space of the occupant area. CAB DOOR DURABILITY CERTIFICATION Robust cab doors help protect occupants. Cab doors will survive a 200,000 cycle door slam test where the slamming force exceeds 20 G's of deceleration. The bidder will certify that the sample doors similar to those provided on the apparatus have been tested and have met these criteria without structural damage, latch malfunction, or significant component wear. WINDSHIELD WIPER DURABILITY CERTIFICATION Visibility during inclement weather is essential to safe apparatus performance. Windshield wipers will survive a 3 million cycle durability test in accordance with section 6.2 of SAE J198 Windshield Wiper Systems - Trucks, Buses and Multipurpose Vehicles. The bidder will certify that the wiper system design has been tested and that the wiper system has met these criteria. 123 120 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) ELECTRIC WINDOW DURABILITY CERTIFICATION Cab window roll-up systems can cause maintenance problems if not designed for long service life. The window regulator design will complete 30,000 complete up-down cycles and still function normally when finished. The bidder will certify that sample doors and windows similar to those provided on the apparatus have been tested and have met these criteria without malfunction or significant component wear. SEAT BELT ANCHOR STRENGTH Seat belt attachment strength is regulated by Federal Motor Vehicle Safety Standards and should be validated through testing. Each seat belt anchor design will withstand 3000 lb of pull on both the lap and shoulder belt in accordance with FMVSS 571.210 Seat Belt Assembly Anchorages. The bidder will certify that each anchor design was pull tested to the required force and met the appropriate criteria. SEAT MOUNTING STRENGTH Seat attachment strength is regulated by Federal Motor Vehicle Safety Standards and should be validated through testing. Each seat mounting design will be tested to withstand 20 G's of force in accordance with FMVSS 571.207 Seating Systems. The bidder will certify, at time of delivery, that each seat mount and cab structure design was pull tested to the required force and met the appropriate criteria. CAB DEFROSTER CERTIFICATION Visibility during inclement weather is essential to safe apparatus performance. The defroster system will clear the required windshield zones in accordance with SAE J381 Windshield Defrosting Systems Test Procedure and Performance Requirements - Trucks, Buses, And Multipurpose Vehicles. The bidder will certify that the defrost system design has been tested in a cold chamber and passes the SAE J381 criteria. CAB HEATER CERTIFICATION Good cab heat performance and regulation provides a more effective working environment for personnel, whether in-transit, or at a scene. The cab heaters will warm the cab 77 degrees Fahrenheit from a cold-soak, within 30 minutes when tested using the coolant supply methods found in SAE J381. The bidder will certify, at time of delivery, that a substantially similar cab has been tested and has met these criteria. CAB AIR CONDITIONING PERFORMANCE CERTIFICATION Good cab air conditioning temperature and air flow performance keeps occupants comfortable, reduces humidity, and provides a climate for recuperation while at the scene. The cab air 124 121 of 122 City of Ukiah Fire Department Specifications For: One (1) Pierce Enforcer Type 1 Engine April 6, 2017 (Quote# 500406-17-AA) conditioning system will cool the cab from a heat-soaked condition at 100 degrees Fahrenheit to an average of 78 degrees Fahrenheit in 30 minutes. The bidder will certify that a substantially similar cab has been tested and has met these criteria. AMP DRAW REPORT The bidder will provide, at the time of bid and delivery, an itemized print out of the expected amp draw of the entire vehicle's electrical system. The manufacturer of the apparatus will provide the following: ■ Documentation of the electrical system performance tests. ■ A written load analysis, which will include the following: o The nameplate rating of the alternator. o The alternator rating under the conditions specified per: ■ Applicable NFPA 1901 or 1906 (Current Edition). o The minimum continuous load of each component that is specified per: ■ Applicable NFPA 1901 or 1906 (Current Edition). o Additional loads that, when added to the minimum continuous load, determine the total connected load. o Each individual intermittent load. All of the above listed items will be provided by the bidder per the applicable NFPA 1901 or 1906 (Current Edition). END OF SPECIFICATIONS 125 122 of 122 Electrical Analysis 6/25/2017 Bid#: 655 Job#: Desc: Enforcer Gen 2 Short Body Sales Rep: Bauer, Jon Customer: Ukiah FD Organization: Golden State Fire Apparatus, Inc Option Description Type* Minimum Intermittent Total Load Load Connected 0001244 High Idle w/Electronic Engine, Custom 0.00 1.20 0.00 0002526 Light, Engine Compt,All Custom Chassis 0.00 1.60 0.00 0005215 Reel, Booster, Over Pump, Driver's Side, Steel 0.00 36.00 0.00 0005945 Light, Pump Compt 0.00 1.80 0.00 0006064 Control,Air Horn, DS& PS Foot Sw 0.00 0.83 0.00 0010670 ABS Wabco Brake System, Single rear axle 0.00 6.00 0.00 0016080 Siren, Federal Q2B 0.00 100.00 0.00 0060753 Water Level Gauge, Whelen PSTANK, LED 1-Light, 4-Level 0.00 0.00 1.00 0072153 Primer, Trident,Air Prime,Air Operated 0.00 0.01 0.00 0079166 Batteries, (4) Exide Grp 31, 950 CCA ea, Threaded Stud 0.00 3.00 0.00 0080713 Control,Air Horn At Pump Panel w/Red Button, Labeled "Evacuation" 0.00 0.16 0.00 0081564 Alarm, Back-Up Warning, ECCO 505, 87db Constant 0.00 0.50 0.00 0543751 Light, Do Not Move Apparatus 0.00 2.00 0.00 0549333 Indicators, Engine, Included with Pressure Controller 0.00 0.35 0.00 0561471 Lights, Backup,Whelen M6BUW, LED, For Tail Lt Housing 0.00 3.20 0.00 0592633 Foam Sys, Husky 3, Single Agent 0.00 55.00 0.00 0594194 Radio,AM/FM/CD/WB/Aux in, Panasonic 0.00 0.00 4.00 0598394 Wiring, Spare, 30 A 12V DC,6 Circuit Fuse Block, Blue Sea 5025 1st 0.00 0.00 30.00 0602637 Portable Hand Light, Provided by Fire Dept, Pumper NFPA 2016 0.00 0.50 0.00 0604354 Gauge, Foam Level, FRC, Tank Vision Pro, WLA 360-A00, Class"A" 0.00 0.00 1.23 0629833 Compt, Storage, (2) Rear Facing, Overhead, 21 W x 10 H x 20 D, 0.00 0.00 7.20 0630636 Controls, Electric Roll-Up Windows, 4dr, 4 Driver Controls, Saber 0.00 26.00 0.00 0639727 Cab Lift, Elec/Hyd, Manual Override, Saber FR/Enforcer 0.00 180.00 0.00 0640629 Light, Whelen, 12V PCPSM1* Pioneer LED Fld/Spt, Surface Mount 1st 0.00 0.00 12.00 0640941 Light, Whelen, 12V PCPSM2* Pioneer LED Fld/Spt, Surface Mnt 2nd 0.00 0.00 12.00 0640991 Light, Whelen, 12V PCPSM2* Pioneer LED Fld/Spt, Surface Mnt 1st 0.00 0.00 12.00 0653526 Camera, Pierce, Driver Mux, Rear Camera Only 0.00 1.20 0.00 0653937 Flasher, Headlight Alternating 0.00 0.00 0.08 0687994 Engine Brake, Jacobs Compression Brake, Cummins Engine 0.00 0.42 0.00 0695195 Intercom, David Clark, 5-Pos, 3-Rad, (D,O,RPTT),2obC,P(R Belt 0.00 0.00 0.50 0696870 Lights, Side Scene, TecNiq, E960 LED, Stainless 1st Pr 0.00 0.00 1.20 0698805 Bracket, Johnny Ray, Heavy Duty Swivel, 14 lb. Rating 0.00 0.00 0.00 0792512 Light, Roof Mt, HiViz LED, FT-B-X-72 *, Cnt Feature 0.00 0.00 23.84 0795596 Light, Whelen, 12V PFS2P Pioneer LED Pole Mt 2nd 0.00 0.00 13.00 0795916 Light, Whelen, 12V PFS2P Pioneer LED Pole Mt 1st 0.00 0.00 13.00 0799246 Light(s), Walking Surf,Amdor LumaBar H2O, LED, Cargo Areas 0.00 0.00 0.00 0548004 Wiring, Spare, 15 A 12V DC 1st LM 0.00 0.00 45.00 0610968 Wiring, Spare, 2.5 A 12V DC, USB Termination Blue Sea 1016 1st LM 0.00 0.00 7.50 0633308 Wiring, Spare, 30 A 12V DC,6 Circuit Fuse Block, Blue Sea 5025 2nd LM 0.00 0.00 30.00 0644194 Air Conditioning, Saber FR/Enforcer LM 0.00 0.00 61.30 0644195 Heater/Defroster, Saber FR/Enforcer LM 0.00 0.00 20.42 0002758 Amp Draw, NFPA/ULC Radio Allowance NFPA 5.00 0.00 0.00 0092582 Load Manager/Sequencer, MUX NFPA 0.56 0.56 0.00 0505599 Gauges, Engine- Pump Panel, Included with FRC Pump Boss Control NFPA 0.30 0.00 0.00 0522730 Light, Over Passenger Side Pump Panel, P25 LED Stp Lt NFPA 0.75 0.00 0.00 0525667 Siren, Whelen 295SLSA1, 100 or 200 Watt NFPA 1.56 14.06 0.00 0540683 Lights, Side Zone Lower, Whelen M6* LED, Colored Lens 2pr NFPA 3.60 5.40 0.00 0541116 Lights, Rear/Side Up Zone,Whelen M6* LED, Colored Lens 4lts NFPA 4.00 0.00 0.00 0556360 Lights, Step, P25 LED 4lts, Pump Pnl Sw NFPA 1.00 0.00 0.00 0563675 Lights, Clearance/Marker/ID, Rear,Truck-Lite 33050R LED 7Lts NFPA 0.35 0.00 0.00 126 * UDMC= User Defined Mission Critical, LM= User Defined Load Managed, S= Electrical Amperage Supply 1 Electrical Analysis 6/25/2017 Bid#: 655 Job#: Desc: Enforcer Gen 2 Short Body Sales Rep: Bauer, Jon Customer: Ukiah FD Organization: Golden State Fire Apparatus, Inc Option Description Type* Minimum Intermittent Total Load Load Connected 0564654 Lights, Rear Zone Lower, Whelen M6* LED, Colored Lens, For Tail NFPA 1.80 2.70 0.00 0564683 Lights, Tail, Whelen M6BTT* Red LED Stop/Tail& M6T*Amber LED NFPA 0.83 2.49 0.00 0589484 PS 124"Lap, Full Height Front& Rear, Raised Rear 3" NFPA 4.50 0.00 4.50 0589486 DS 124"Lap, Full Height Front& Rear, Raised Rear 3" NFPA 4.50 0.00 4.50 0591982 Light, Traffic Directing, Whelen TADP8, 30.36" Long LED NFPA 1.60 0.00 0.00 0600539 Lightbar, Win, Freedom IV-Q, 81", RRRWRR srRWRRR NFPA 6.48 2.48 7.45 0603606 Cab Instruments, Ivory Gauges, Chrome Bezels, Enf MUX NFPA 1.26 0.00 0.00 0605126 Pump Shift,Air w/Manual Override, Split Shaft, Interlocked, Waterous NFPA 1.00 0.00 0.00 0607159 Gauge, Water Level, FRC, WLA 300-A00, TankVision Pro NFPA 1.23 0.00 0.00 0615386 Vehicle Information Center, 7 Color Display, Touchscreen, MUX NFPA 1.20 0.00 0.00 0617926 Lights, Perimeter Pump House,Amdor AY-9500-012 LED 2lts NFPA 0.33 0.00 0.00 0620054 Light, Directional/Marker, Intermediate, Weldon 9186-8580-29 LED NFPA 0.10 0.90 0.00 0625953 Light, Directional, Win 600 LED Combination, Cab Corners, Enf, Sab NFPA 0.70 0.70 0.00 0628432 Lights, Front Zone, Whelen M6** LED, 4lts Q Bezel NFPA 3.60 5.40 0.00 0634786 Lights, Cab and Crew Cab Access Steps, P25, LED w/Bezel, 1 Lt Per NFPA 1.00 0.00 0.00 0642572 Trans,Allison 5th Gen, 3000 EVS P,w/Prognostics, NFPA 2.00 2.00 0.00 0644038 Lights, Perimeter Cab,Amdor AY-9500-012 LED 4Dr NFPA 0.53 0.00 0.00 0644179 Wiper Control, 2-Speed with Intermittent, Saber FR/Enforcer NFPA 1.20 4.80 0.00 0644228 Air Dryer,Wabco System Saver 1200 IWT, Heated, Saber FR/Enforcer NFPA 7.81 0.00 0.00 0645869 Lights, Hose Bed, Sides, Whelen 01-066D068-00 LED, 2.63" Lights NFPA 4.80 0.00 0.00 0647647 Lights, Dome, FRP Dual LED 4 Lts NFPA 0.80 0.80 0.00 0647802 Lights, Clearance/Marker/ID, Front, P25 LED 5 Lts, Saber FR/Enforcer NFPA 0.35 0.00 0.00 0648596 Headlights, Rectangular Halogen,AXT/Dash CF/Saber/Enforcer NFPA 5.46 7.82 0.00 0649146 DEF Tank, 4.5 Gallon, DS Fill, Rear of Axle, Common Door, Spring NFPA 0.60 11.40 0.00 0649716 Cab, Enforcer, 6010 NFPA 6.80 10.20 0.00 0653901 Lights, Perimeter Body,Amdor AY-9500-012 LED 2lts, Rear Step NFPA 0.18 0.00 0.00 0664481 Bracket, License Plate& Light, P25 LED NFPA 0.07 0.00 0.00 0672652 Rear- Rollup Dr/37.75" FF, 25.88" Deep, Flush Rear, Space Saver on NFPA 0.90 0.00 0.90 0682503 Light Shield/Step 8" LED, P25 LED Stp Lt NFPA 4.00 0.00 0.00 0692045 Controller, Pressure, FRC, Pump Boss, PBA400 NFPA 1.80 0.00 0.00 0698815 124" Hatch, 14"Width, (2) Liftup, Pumper NFPA 1.80 0.00 1.80 0782751 Cabinet, Rear Facing, RS, 22 W x 39 H x 26.75 D, Roll, Ext Acc, NFPA 1.50 0.00 1.50 0782754 Cabinet, Rear Facing, LS, 23 W x 39 H x 26.75 D, Roll, Ext Acc, NFPA 1.50 0.00 1.50 0795472 Engine, Cummins L9, 450 hp, 1250 lb-ft, W/OBD, EPA 2017, Saber NFPA 1.00 0.00 0.00 0796064 Lights, Directional/Marker, Cab Front Side, Truck-Lite 19036YLED, NFPA 0.12 0.00 0.00 0625793 Alternator, 350 amp, Leece-Neville BLP4004H S 0.00 0.00 0.00 Load Totals: 90.47 491.48 317.42 Note: Minimum Continous Load is in "Blocking Right of Way"mode.(Reference current edition of NFPA 1901) Note: Intermittent Load items are not factored in on any alternator load comparisons. These items are included on the report for reference only and should be looked at as amp draw exclusion items. (Reference current edition of NFPA 1901) Note: Total Connected Load "Demand"represents Total Connected Load minus any Load Managed items Alternator Output at Idle: 212.00 Alternator Output at Governed Speed: 296.00 Minimum Continuous Load Total Connected Load Supply: 212.00 Supply: 296.00 Demand: 90.47 Demand: 243.67 Variance: 121.53 Variance: 52.33 127 * UDMC= User Defined Mission Critical, LM= User Defined Load Managed, S= Electrical Amperage Supply 2 ptace Turning Performance Analysis 06/25/2017 Bid Number: 655 Chassis: Enforcer Chassis Department: Ukiah FD Body: Pumper, Short,Aluminum, 2nd Gen Parameters: Inside Cramp Angle: 50° Axle Track: 85.86 in. Wheel Offset: 3.12 in. Tread Width: 13.5 in. Additional Bumper Depth /, , Chassis Overhang: 65.95 in. LAxle Trak ��� Wheel Offset Additional Bumper Depth: 0.00 in. 1Cramp Angle Front Overhang: 65.95 in. Chassis Overhang ...^ Tread Width Wheelbase: 162.5 in. ! I ® Calculated Turning Radii: Inside Turn: 10 ft. 6 in. ,', `v, \\-/ii, Curb to curb: 23 ft. 9 in. ,, `x; err, Wall to wall: 27 ft. 2 in. Wheelbase 'orb // i Yo A �4 r r '' �4rb`�N O �� 1. �'�� Comments: , i �r 4 �1 4 ���r�� s �� Inside Turning Radius , , Category Option Description Axle, Front, Custom 0635815 Axle, Front, Dana, D-2000F, 18,000 lb Saber FR/Enforcer Wheels, Front 0019575 Wheels, Front,Alcoa,22.50"x 9.00",Aluminum, Hub Pilot Tires, Front 0677544 Tires, Front, Goodyear, G291, 315/80R22.50, 20 ply, Fire Service Load Rating Bumpers 0783986 Bumper, 16" Extended, Steel Painted, 8.00" High, Saber FR/Enforcer Notes: Actual Inside cramp angle may be less due to highly specialized options. Curb to Curb turning radius calculated for 9.00 inch curb. 128 Definitions: Inside CrampAngle Maximum turning angle of the front inside fire. Axle Track King-pin to King-pin distance of front axle. Wheel Offset Offset from the center line of the wheel to the King-pin. Tread Width Width of the tire tread. Chassis Overhang Distance of the center line of the front axle to the front edge of the cab. This does not include the bumper depth. Additional Bumper Wheel Depth that the bumper assembly adds to the front overhang. Wheelbase Distance between the center lines of the vehicles front and rear axles. Inside Turning Radius Radius of the smallest circle around which the vehicle can turn. Curb to Curb Turning Radius Radius of the smallest circle around which the vehicle's tires can turn. This measures assumes a curb height of 9 inches. Wall to Wall Turning Radius Radius of the smallest circle around which the vehicle's tires can turn. This measures takes into account any front overhang due to chassis , bumper extensions and or aerial devices. 129 Oshkosh Corporation Classification: Highly Restricted Pumper/Tanker - Customer Summary Weight Distribution Worksheet 4.1 "1111111.1111111'11111111111111 1111111111111,11111111111111'11111111111n1111111111111,11,111 ©2009 by Pierce Manufacturing Inc.,All Rights Reserved CUSTOMER NAME Ukiah FD BID/JOB# Bid#655 SUMMARY VEHICLE TYPE Enfonm�Pump*r2nd Alum ���*n�nn�n��n� n BY: SMA DATE: 4/3/2017 Wheelbase = 162.5 Manufacturer Pierce Enforcer FR Estimated Weights FRONT REAR Chassis Enforcer FR4x2.4x4. 0O''Cab Engine/Transmission ISL'13/3OOO LOADED 15489 21237 Body Type Pumper, 124''Short Body Brand Pierce EMPTY 14 1 Body Side Structure High/High // ”; 1' A Body Construction Aluminum l[��TAL «�V��= 36726 Body Doors Lap Front Axle Rating 18,000 lb. Rear Axle Rating 27,000 lb. WHEELBASE CALCULATION ESTIMATED AXLE LOADS Estimated Axle Loads are Front Axle to Back of Cab 60 Front Rear loaded in-service weights, Cab-Pump Gap 2 Estimated 15489 21237 including crew,hose, NFPA Wallkthrough or Cab Module 0 Rated 18000 27000 equipment allowance, water, Engineer Compartment 0 Ratio 42.2% 57.8% foam,fuel and optional Speedlays 0 Total GVW= 36726 equiptment such as Pump House 45 ESTIMATED EMPTY WEIGHT generators. Pump- Body Gap 1.5 Estimated Empty Weight Body to Rear Axle Length 54 represents an empty truck Wheelbase= 162.5 without crew,hose,NFPA equiptment allowance, ladders, foam or water,but includes fuel and optional equiptment such as generators. 130 One (1 ) Year Material and Workmanship Basic Apparatus 11111111111111111 1.LIMITED WARRANTY Notwithstanding anything to the contrary herein,Pierce makes no warranty whatsoever as to: Subject to the limitations and exclusions set forth below,Pierce Manufacturing provides the following warranty to the Buyer: (a)any integral parts,components,attachments or trade accessories of or to the product that are not manufactured by Pierce,including but not limited to engines,transmissions, drivelines,axles,water pumps and generators;with respect to all such parts, components,attachments and accessories,Pierce shall assign to Buyer the applicable warranties,if any,made by the respective manufacturers thereof; Portions of the apparatus manufactured by Pierce shall be (b)anyvehicle,chassis,or component,part,attachment or accessorydamaged Coverage: free from defects in material and workmanship p g by misuse,neglect,fire,exposure to severe environmental or chemical conditions,acidic environment,improper maintenance,accident,crash,or force majeure such as natural disaster,lightning,earthquake,windstorm,hail,flood,war or riot; (c)any vehicle,chassis or component,part,attachment or accessory that has been repaired,altered or assembled in any way by any person or entity other than Pierce Warranty Begins: The date the apparatus is placed in service,or 60 days from which,in the sole judgment of Pierce,adversely affects the performance,stability or the original buyer invoice date,whichever comes first. purpose for which it was manufactured;or (d)products or parts which may in the ordinary course wear out and have to be replaced Warranty Period Twelve(12)months. during the warranty period,including,but not limited to,tires,fluids,gaskets and light Ends After: bulbs.Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced(a)without prior written approval of the Pierce Customer Service Department;or(b)at a facility which has not been approved by Pierce as to technical capability. Any repairs,modifications,alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2.DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE.PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES,WHETHER EXPRESS,IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY,ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE,AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. a BUYER'S EXCLUSIVE REMEDY. Conditions and If the product fails to conform to the warranty set forth in paragraph 1 during the warranty Exclusions: period,and such nonconformity is not due to misuse,neglect,accident or improper No specific exclusions apply maintenance,Buyer must notify Pierce within the time period specified in paragraph 1, See Also and shall make the product available for inspection by Pierce or its designated agent.At Paragraphs the request of Pierce,any allegedly defective product shall be returned to Pierce by 2 thru 4 Buyer for examination and/or repair.Buyer shall be responsible for the cost of such transportation,and for risk of loss of or damage to the product during transportation. Within a reasonable time,Pierce shall repair or replace(at Pierces option and expense) any nonconforming or defective parts.Repair or replacement shall be made only by a facility approved in advance in writing by Pierce.THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4.EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer,IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL,SPECIAL,INDIRECT,OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT,WARRANTY,TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY)OR OTHER THEORY OF LAW OR EQUITY,WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE,OR THEIR OPERATION OR FAILURE TO OPERATE,OR ANY DEFECTS THEREIN,OR ANY UNDERTAKINGS,ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES.Without limiting the generality of the foregoing,Pierce This limited warranty shall apply only if the product is properly maintained in accordance specifically disclaims any liability for property or personal injury damages,penalties, with Pierces maintenance instructions and manuals and is used in service which is damages for lost profits or revenues,loss of vehicles or products or any associated normal to the particular model.Normal service means service which does not subject the equipment,cost of substitute vehicles or products,down-time,delay damages,any other product to stresses or impacts greater than normally result from careful use.If the Buyer types of economic loss,or for any claims by any third party for any such damages. discovers a defect or nonconformity,it must notify Pierce in writing within thirty(30)days after the date of discovery,but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE Note:Any Surety Bond,if a part of the sale of the vehicle as to which this limited TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER warranty is provided,applies only to this Pierce Basic One Year Limited Warranty for OR TO ANY OTHER PERSON OR ENTITY. such vehicle,and not to other warranties made by Pierce in a separate document(if any) or to the warranties(if any)made by any manufacturer(other than Pierce)of any part, 1 3 1 component,attachment or accessory that is incorporated into or attached to the vehicle. J 2/8/2010 WA0008 loic000tee 4,% III .... rr d escue A o oro IIIoro" Five (5) Year Material and Workmanship Command Zone Electronics „„, 11111 11111 ty 11111111111111111 11 .1 te 1.LIMITED WARRANTY Notwithstanding anything to the contrary herein,Pierce makes no warranty whatsoever as to: Subject to the limitations and exclusions set forth below,Pierce Manufacturing provides the following warranty to the Buyer: (a)any integral parts,components,attachments or trade accessories of or to the product that are not manufactured by Pierce,including but not limited to engines,transmissions, drivelines,axles,water pumps and generators;with respect to all such parts, components,attachments and accessories,Pierce shall assign to Buyer the applicable warranties,if any,made by the respective manufacturers thereof; Command Zone control modules shall be free from failures (b)anyvehicle,chassis,or component,part,attachment or accessorydamaged Coverage: caused bydefects in material and workmanship p g by misuse,neglect,fire,exposure to severe environmental or chemical conditions,acidic environment,improper maintenance,accident,crash,or force majeure such as natural disaster,lightning,earthquake,windstorm,hail,flood,war or riot; (c)any vehicle,chassis or component,part,attachment or accessory that has been repaired,altered or assembled in any way by any person or entity other than Pierce Warranty Begins: The date of the original purchase invoice(issued when the which,in the sole judgment of Pierce,adversely affects the performance,stability or product ships from the factory). purpose for which it was manufactured;or (d)products or parts which may in the ordinary course wear out and have to be replaced Warranty Period Five(5)Years during the warranty period,including,but not limited to,tires,fluids,gaskets and light Ends After: bulbs.Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced(a)without prior written approval of the Pierce Customer Service Department;or(b)at a facility which has not been approved by Pierce as to technical capability. Any repairs,modifications,alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2.DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE.PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES,WHETHER EXPRESS,IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY,ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE,AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. a BUYER'S EXCLUSIVE REMEDY. Conditions and This limited warranty applies to all of the control modules for If the product fails to conform to the warranty set forth in paragraph 1 during the warranty Exclusions: the Command Zone system,including the full color graphic period,and such nonconformity is not due to misuse,neglect,accident or improper displays. Related wire harnesses,cables and connectors are maintenance,Buyer must notify Pierce within the time period specified in paragraph 1, See Also not covered under this limited warranty and are instead and shall make the product available for inspection by Pierce or its designated agent.At Paragraphs covered under the Pierce One Year Basic Apparatus Limited the request of Pierce,any allegedly defective product shall be returned to Pierce by 2 thru 4 Warranty. Buyer for examination and/or repair.Buyer shall be responsible for the cost of such transportation,and for risk of loss of or damage to the product during transportation. Within a reasonable time,Pierce shall repair or replace(at Pierces option and expense) any nonconforming or defective parts.Repair or replacement shall be made only by a facility approved in advance in writing by Pierce.THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4.EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer,IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL,SPECIAL,INDIRECT,OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT,WARRANTY,TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY)OR OTHER THEORY OF LAW OR EQUITY,WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE,OR THEIR OPERATION OR FAILURE TO OPERATE,OR ANY DEFECTS THEREIN,OR ANY UNDERTAKINGS,ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES.Without limiting the generality of the foregoing,Pierce This limited warranty shall apply only if the product is properly maintained in accordance specifically disclaims any liability for property or personal injury damages,penalties, with Pierces maintenance instructions and manuals and is used in service which is damages for lost profits or revenues,loss of vehicles or products or any associated normal to the particular model.Normal service means service which does not subject the equipment,cost of substitute vehicles or products,down-time,delay damages,any other product to stresses or impacts greater than normally result from careful use.If the Buyer types of economic loss,or for any claims by any third party for any such damages. discovers a defect or nonconformity,it must notify Pierce in writing within thirty(30)days after the date of discovery,but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE Note:Any Surety Bond,if a part of the sale of the vehicle as to which this limited TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER warranty is provided,applies only to this Pierce Basic One Year Limited Warranty for OR TO ANY OTHER PERSON OR ENTITY. such vehicle,and not to other warranties made by Pierce in a separate document(if any) or to the warranties(if any)made by any manufacturer(other than Pierce)of any part, 1 3 2 component,attachment or accessory that is incorporated into or attached to the vehicle. J 2/8/2010 WA0014 54 Months Material and Workmanship Camera System „„, 11111 11111 ty 11111111111111111 te 1.LIMITED WARRANTY Notwithstanding anything to the contrary herein,Pierce makes no warranty whatsoever as to: Subject to the limitations and exclusions set forth below,Pierce Manufacturing provides the following warranty to the Buyer: (a)any integral parts,components,attachments or trade accessories of or to the product that are not manufactured by Pierce,including but not limited to engines,transmissions, drivelines,axles,water pumps and generators;with respect to all such parts, components,attachments and accessories,Pierce shall assign to Buyer the applicable This limited warranty covers repairs to correct any defect warranties,if any,made by the respective manufacturers thereof; related to materials or workmanship of the Sharpvision ban vehicle,chassis,or component,part,attachment or accessorydamaged Coverage: camera system installed on the apparatus occuringduringthe misuse, p p g by Y PP misuse,neglect,fire,exposure to severe environmental or chemical conditions,acidic warranty period. environment,improper maintenance,accident,crash,or force majeure such as natural disaster,lightning,earthquake,windstorm,hail,flood,war or riot; (c)any vehicle,chassis or component,part,attachment or accessory that has been repaired,altered or assembled in any way by any person or entity other than Pierce Warranty Begins: The date of delivery. which,in the sole judgment of Pierce,adversely affects the performance,stability or purpose for which it was manufactured;or (d)products or parts which may in the ordinary course wear out and have to be replaced Warranty Period Fifty-Four(54)months during the warranty period,including,but not limited to,tires,fluids,gaskets and light Ends After: bulbs.Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced(a)without prior written approval of the Pierce Customer Service Department;or(b)at a facility which has not been approved by Pierce as to technical capability. Any repairs,modifications,alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2.DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE.PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES,WHETHER EXPRESS,IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY,ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE,AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. a BUYER'S EXCLUSIVE REMEDY. Conditions and If the product fails to conform to the warranty set forth in paragraph 1 during the warranty Exclusions: This limited warranty does not apply to related wire period,and such nonconformity is not due to misuse,neglect,accident or improper harnesses,cables,and connectors,which are covered by the maintenance,Buyer must notify Pierce within the time period specified in paragraph 1, See Also Pierce one 1 and shall make the product available for inspection by Pierce or its designated agent.At ( )year basic apparatus limited warranty. Paragraphs the request of Pierce,any allegedly defective product shall be returned to Pierce by 2 thru 4 Buyer for examination and/or repair.Buyer shall be responsible for the cost of such transportation,and for risk of loss of or damage to the product during transportation. Within a reasonable time,Pierce shall repair or replace(at Pierces option and expense) any nonconforming or defective parts.Repair or replacement shall be made only by a facility approved in advance in writing by Pierce.THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4.EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer,IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL,SPECIAL,INDIRECT,OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT,WARRANTY,TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY)OR OTHER THEORY OF LAW OR EQUITY,WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE,OR THEIR OPERATION OR FAILURE TO OPERATE,OR ANY DEFECTS THEREIN,OR ANY UNDERTAKINGS,ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES.Without limiting the generality of the foregoing,Pierce This limited warranty shall apply only if the product is properly maintained in accordance specifically disclaims any liability for property or personal injury damages,penalties, with Pierces maintenance instructions and manuals and is used in service which is damages for lost profits or revenues,loss of vehicles or products or any associated normal to the particular model.Normal service means service which does not subject the equipment,cost of substitute vehicles or products,down-time,delay damages,any other product to stresses or impacts greater than normally result from careful use.If the Buyer types of economic loss,or for any claims by any third party for any such damages. discovers a defect or nonconformity,it must notify Pierce in writing within thirty(30)days after the date of discovery,but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE Note:Any Surety Bond,if a part of the sale of the vehicle as to which this limited TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER warranty is provided,applies only to this Pierce Basic One Year Limited Warranty for OR TO ANY OTHER PERSON OR ENTITY. such vehicle,and not to other warranties made by Pierce in a separate document(if any) or to the warranties(if any)made by any manufacturer(other than Pierce)of any part, 1 33 component,attachment or accessory that is incorporated into or attached to the vehicle. JJ 1/11/2011 WA0188 01 tlV, r ,,,.. IIIII111111 1111111 11111111"1° 11111111 '' .� 111111 �.� irono, Ten (10) Year Material and Workmanship Pierce 12V LED Strip Lightcz& go 1.LIMITED WARRANTY Notwithstanding anything to the contrary herein,Pierce makes no warranty whatsoever as to: Subject to the limitations and exclusions set forth below,Pierce Manufacturing provides the following warranty to the Buyer: (a)any integral parts,components,attachments or trade accessories of or to the product that are not manufactured by Pierce,including but not limited to engines,transmissions, drivelines,axles,water pumps and generators;with respect to all such parts, components,attachments and accessories,Pierce shall assign to Buyer the applicable This limited warranty covers repairs to correct any defect warranties,if any,made by the respective manufacturers thereof; related to materials or workmanship of the Pierce 12V LED (b)anyvehicle,chassis,or component,part,attachment or accessorydamaged Coverage: striplights installed on the apparatus occuringduringthe misuse, p n by 9 PP misuse,neglect,fire,exposure to severe environmental or chemical conditions,acidic warranty period. environment,improper maintenance,accident,crash,or force majeure such as natural disaster,lightning,earthquake,windstorm,hail,flood,war or riot; (c)any vehicle,chassis or component,part,attachment or accessory that has been repaired,altered or assembled in any way by any person or entity other than Pierce Warranty Begins: The date of the original purchase invoice(issued when the which,in the sole judgment of Pierce,adversely affects the performance,stability or product ships from the factory). purpose for which it was manufactured;or (d)products or parts which may in the ordinary course wear out and have to be replaced Warranty Period during the warranty period,including,but not limited to,tires,fluids,gaskets and light Ends After: Ten(10)Year bulbs.Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced(a)without prior written approval of the Pierce Customer Service Department;or(b)at a facility which has not been approved by Pierce as to technical capability. Any repairs,modifications,alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2.DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE.PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES,WHETHER EXPRESS,IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY,ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE,AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3.BUYER'S EXCLUSIVE REMEDY. Conditions and If the product fails to conform to the warranty set forth in paragraph 1 during the warranty Exclusions: This limited warranty does not apply to related wire period,and such nonconformity is not due to misuse,neglect,accident or improper harnesses,cables,and connectors,which are covered by the maintenance,Buyer must notify Pierce within the time period specified in paragraph 1, See Also Pierce one 1 and shall make the product available for inspection by Pierce or its designated agent.At ( )year basic apparatus limited warranty. Paragraphs the request of Pierce,any allegedly defective product shall be returned to Pierce by 2 thru 4 Buyer for examination and/or repair.Buyer shall be responsible for the cost of such transportation,and for risk of loss of or damage to the product during transportation. Within a reasonable time,Pierce shall repair or replace(at Pierces option and expense) any nonconforming or defective parts.Repair or replacement shall be made only by a facility approved in advance in writing by Pierce.THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4.EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer,IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL,SPECIAL,INDIRECT,OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT,WARRANTY,TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY)OR OTHER THEORY OF LAW OR EQUITY,WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE,OR THEIR OPERATION OR FAILURE TO OPERATE,OR ANY DEFECTS THEREIN,OR ANY UNDERTAKINGS,ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES.Without limiting the generality of the foregoing,Pierce This limited warranty shall apply only if the product is properly maintained in accordance specifically disclaims any liability for property or personal injury damages,penalties, with Pierces maintenance instructions and manuals and is used in service which is damages for lost profits or revenues,loss of vehicles or products or any associated normal to the particular model.Normal service means service which does not subject the equipment,cost of substitute vehicles or products,down-time,delay damages,any other product to stresses or impacts greater than normally result from careful use.If the Buyer types of economic loss,or for any claims by any third party for any such damages. discovers a defect or nonconformity,it must notify Pierce in writing within thirty(30)days after the date of discovery,but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE Note:Any Surety Bond,if a part of the sale of the vehicle as to which this limited TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER warranty is provided,applies only to this Pierce Basic One Year Limited Warranty for OR TO ANY OTHER PERSON OR ENTITY. such vehicle,and not to other warranties made by Pierce in a separate document(if any) 1 34 or to the warranties(if any)made by any manufacturer(other than Pierce)of any part, component,attachment or accessory that is incorporated into or attached to the vehicle. 7/5/2011 WA0203 U 7 NEW PRODUCT WARRANTY G %* .hson PARTICIPATING OEM SALES G 7 v® `dIISIY1iSS1UI1® DISTRIBUTOR SALES G 7 77 7 LIMITED WARRANTY ON NEW ALLISON AUTOMATIC TRANSMISSIONS 77 7 USED IN EMERGENCY VEHICLE APPLICATIONS G 7 77 7 Allison Transmission will provide for repairs or replacement,at its option,during the warranty period of each new Allison transmission G 7 listed below that is installed in an Emergency Vehicle in accordance with the following terms,conditions,and limitations. 7 9G G 7 WHAT IS COVERED G G • WARRANTY APPLIES—This warranty is for new Allison transmission models listed below installed in an Emergency Vehicle and 77 G is provided to the original and any subsequent owner(s)of the vehicle during the warranty period. G G • REPAIRS COVERED—The warranty covers repairs or replacement,at Allison Transmission's option,to correct any transmission 7 G malfunction resulting from defects in material or workmanship occurring during the warranty period. Needed repairs or replacements G 7 will be performed using the method Allison Transmission determines most appropriate under the circumstances. 7 • TOWING—Towing is covered to the nearest Allison Transmission Distributor or authorized Dealer only when necessary to prevent 77 G further damage to your transmission. G 7 • PAYMENT TERMS—Warranty repairs,including parts and labor,will be covered per the schedule shown in the chart contained in G G section"APPLICABLE MODELS,WARRANTY LIMITATIONS,AND ADJUSTMENT SCHEDULE." G G OBTAINING REPAIRS—To obtain warranty repairs,take the vehicle to any Allison Transmission Distributor or authorized Dealer G G 7 within a reasonable amount of time and request the needed repairs. A reasonable amount of time must be allowed for the Distributor or G G Dealer to perform necessary repairs. G 7 G 7 • TRANSMISSION REMOVAL AND REINSTALLATION—Labor costs for the removal and re-installation of the transmission, G 7 when necessary to make a warranty repair,are covered by this warranty. G 7 • WARRANTY PERIOD—The warranty period for all coverages shall begin on the date the transmission is delivered to the first retail G G purchaser,with the following exception: G 7 Demonstration Service-A transmission in a new truck or bus may be demonstrated to a total of 5000 miles(8000 kilometers). G G If the vehicle is within this limit when sold to a retail purchaser,the warranty start date is the date of purchase. Normal warranty 7 G services are applicable to the demonstrating Dealer. Should the truck or bus be sold to a retail purchaser after these limits are G 7 reached,the warranty period will begin on the date the vehicle was first placed in demonstration service and the purchaser will be G entitled to the remaining warranty. 7 7 G 7 APPLICABLE MODELS,WARRANTY LIMITATIONS,AND ADJUSTMENT SCHEDULE G G 77 WARRANTY LIMITATIONS ADJUSTMENT CHARGE TO BE G GAPPLICABLE (Whichever occurs first) PAID BY THE CUSTOMER G G MODELS Transmission Miles G 7 MonthsParts Labor G G Or Kilometers G G MT,MD G G 0-24 No Limit No Charge No Charge G 3000,3200,3500,3700 G 7 HT with Hydraulic Controls 0-24 No Limit No Charge No Charge G G 77 7 AT,1000 SeriesTM,2000 SeriesT', G G 2400 SeresTM 0-36 No Limit No Charge No Charge G 7 G G 7 7 HT with Electronic Controls 0-60 No Limit No Charge No Charge G Chi G G HD G 1000 EVS,2100 EVS,2200 EVS 77 7 2350 EVS,2500 EVS,2550 EVS, G G 3000 EVS,3500 EVS 4000, 0-60 No Limit No Charge No Charge G 4000 EVS,4500,4500 EVS,4700, G G G 4700 EVS,4800,4800 EVS G G G G 77 7 135 7 Page 1 of 2 G 7 G Chi G o IBJ W W W W W W W W W W W W W W W W W W W W W W v AWAroroWAroroWAroroWAroroWArorom 4 1 7 WHAT IS NOT COVERED G • DAMAGE DUE TO ACCIDENT,MISUSE,or ALTERATION—Defects and damage caused as the result of any of the following 7 7 are not covered: 7 ---- Flood,collision,fire,theft,freezing,vandalism,riot,explosion,or objects striking the vehicle; G ---- Misuse of the vehicle; 7 G ---- Installation into unapproved applications and installations; ---- Alterations or modification of the transmission or the vehicle,and G --- Damage resulting from improper storage(refer to long-term storage procedure outlined in the applicable Allison Service Manual) 7 7 ---- Anything other than defects in Allison Transmission material or workmanship 7 NOTE: This warrantyis void on transmissions used in vehicles currentlyor previouslytitled as salvaged,scrapped,junked,or totaled. G 7 7 • CHASSIS,BODY,and COMPONENTS—The chassis and body company(assemblers)and other component and equipment manufacturers G 7 are solely responsible for warranties on the chassis,body,component(s),and equipment they provide. Any transmission repair caused by an 7 7 alteration(s)made to the Allison transmission or the vehicle which allows the transmission to be installed or operated outside of the limits 7 defined in the appropriate Allison Installation Guideline is solely the responsibility of the entity making the alteration(s). G 7• • DAMAGE CAUSED by LACK of MAINTENANCE or by the USE of TRANSMISSION FLUIDS NOT RECOMMENDED in G G the OPERATOR'S MANUAL—Defects and damage caused by any of the following are not covered: _G ---- Failure to follow the recommendations of the maintenance schedule intervals applicable to the transmission; G ---- Failure to use transmission fluids or maintain transmission fluid levels recommended in the Operator's Manual. G• • MAINTENANCE—Normal maintenance(such as replacement of filters,screens,and transmission fluid)is not covered and is the G 7 owner's responsibility. G 7 _a- 7 • REPAIRS by UNAUTHORIZED DEALERS—Defects and damage caused by a service outlet that is not an authorized Allison G G Transmission Distributor or Dealer are not covered. G 7 • USE of OTHER THAN GENUINE ALLISON TRANSMISSION PARTS—Defects and damage caused by the use of parts that are G Gnot genuine Allison Transmission parts are not covered. G 7 • EXTRA EXPENSES—Economic loss and extra expenses are not covered. Examples include but are not limited to: loss of vehicle 7 7 use;inconvenience;storage;payment for loss of time or pay;vehicle rental expense;lodging;meals;or other travel costs. _a- 7 7 G G • "DENIED PARTY"OWNERSHIP—Warranty repair parts and labor costs are not reimbursed to any participating or non-participating G 7 OEMs,dealers or distributors who perform warranty work for,or on behalf of,end users identified by the United States as being a"denied G 7 party"or who are citizens of sanctioned or embargoed countries as defined by the U.S.Department of Treasury Office of Foreign Assets 7 Control. Furthermore,warranty reimbursements are not guaranteed if the reimbursement would be contrary to any United States export control G 7 laws or regulations as defined by the U.S.Department of Commerce,the U.S.Department of State,or the U.S.Department of Treasury. 7 7 OTHER TERMS APPLICABLE TO CONSUMERS AS DEFINED by the MAGNUSON-MOSS WARRANTY ACT G 7• This warranty gives you specific legal rights and you may also have other rights which vary from state to state. G 7 Allison Transmission does not authorize any person to create for it any other obligation or liability in connection with these transmissions. G GANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE APPLICABLE TO G G THESE TRANSMISSIONS IS LIMITED IN DURATION TO THE DURATION OF THIS WRITTEN WARRANTY. _7- 7 G PERFORMANCE OF REPAIRS AND NEEDED ADJUSTMENTS IS THE EXCLUSIVE REMEDY UNDER THIS WRITTEN _a- 7 WARRANTY OR ANY IMPLIED WARRANTY. ALLISON TRANSMISSION SHALL NOT BE LIABLE FOR INCIDENTAL OR G CONSEQUENTIAL DAMAGES(SUCH AS,BUT NOT LIMITED TO,LOST WAGES OR VEHICLE RENTAL EXPENSES) G G RESULTING FROM BREACH OF THIS WRITTEN WARRANTY OR ANY IMPLIED WARRANTY.** _a- 7 7 **Some states do not allow limitations on how long an implied warranty will last or the exclusion or limitation of incidental or G 7 consequential damages,so the above limitations or exclusions may not apply to you. G _a- 7 OTHER TERMS APPLICABLE TO OTHER END-USERS G G THIS WARRANTY IS THE ONLY WARRANTY APPLICABLE TO THE ALLISON TRANSMISSION MODELS LISTED G • ABOVE AND IS EXPRESSLY IN LIEU OF ANY OTHER WARRANTIES,EXPRESS OR IMPLIED,INCLUDING ANY G 7 IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. ALLISON G GG TRANSMISSION DOES NOT AUTHORIZE ANY PERSON TO CREATE FOR IT ANY OTHER OBLIGATION OR LIABILITY 7 G IN CONNECTION WITH SUCH TRANSMISSIONS. ALLISON TRANSMISSION SHALL NOT BE LIABLE FOR INCIDENTAL G 7• OR CONSEQUENTIAL DAMAGES RESULTING FROM BREACH OF THIS WARRANTY OR ANY IMPLIED WARRANTY. 7 QUESTIONS G G If you have any questions regarding this warranty or the performance of warranty obligations,you may contact any Allison Transmission _a- 7 Distributor or Dealer or write to: G G• Allison Transmission,Inc. _a- 7 P.O.Box 894 G 77 Indianapolis,IN 46206-0894 7 Attention: Warranty Administration PF-9 _a- 7 7 136 7 Form SE0616EN(201009) J 7 Page 2 of 2 Chi G o IBJ W W W W W W W W W W W W W W W W W W W W W WvAWAWAWAWAWAWAWAWAWArorom4 AF1 ipeince III 1 e Ado" IIIA Five (5) Year Material and Workmanship - Transmission Oil Cooler Three (3) Year Collateral Damage Coverage uuu uuu uf� " P P uf� 1111111111111111 1.LIMIIDWARRANTY Notwithstanding anything to the contrary herein,Pierce makes no warranty whatsoever as to: Subject to the limitations and exclusions set forth below,Pierce Manufacturing provides the following warranty to the Buyer: (a)any integral parts,components,attachments or trade accessories of or to the product that are not manufactured by Pierce,including but not limited to engines,transmissions, drivelines,axles,water pumps and generators;with respect to all such parts, components,attachments and accessories,Pierce shall assign to Buyer the applicable The transmission cooler shall be free from component or warranties,if any,made by the respective manufacturers thereof; Coverage: structural failures caused by defects in material and/or (b)any vehicle,chassis,or component,part,attachment or accessory damaged by workmanship. Collateral damage up to$10,000 per misuse,neglect,fire,exposure to severe environmental or chemical conditions,acidic occurrence is available for the first three(3)years. environment,improper maintenance,accident,crash,or force majeure such as natural disaster,lightning,earthquake,windstorm,hail,flood,war or riot; (c)any vehicle,chassis or component,part,attachment or accessory that has been repaired,altered or assembled in any way by any person or entity other than Pierce Warranty Begins: The date of delivery to the first retail purchaser. which,in the sole judgment of Pierce,adversely affects the performance,stability or purpose for which it was manufactured;or (d)products or parts which may in the ordinary course wear out and have to be replaced Warranty Period Five(5)Years on Oil Cooler and three(3)years on collateral during the warranty period,including,but not limited to,tires,fluids,gaskets and light Ends After: damage coverage bulbs.Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced(a)without prior written approval of the Pierce Customer Service Department;or(b)at a facility which has not been approved by Pierce as to technical capability. Any repairs,modifications,alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. This warranty does not cover repair due to accidents, 2.DISCLAIM RSOF WARRANTIES misuse,and excessive vibration,flying debris,storage THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE damage(freezing),negligence or modification. This warranty WARRANTY GIVEN BY PIERCE.PIERCE HEREBY DISCLAIMS AND EXCLUDES is void if any modification or repairs are performed without ALL OTHER WARRANTIES,WHETHER EXPRESS,IMPLIED OR STATUTORY, authorization. This also voids any future warranty. INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY,ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE,AND ANY WARRANTIES This warranty does not cover cost of maintenance or repairs ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. due to lack of required maintenance services as recommended. Performance of the required maintenance 3.BUYERS EXCLUSIVERENEDY. Conditions and and use of proper fluids are the responsibility of the owner. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty Exclusions: period,and such nonconformity is not due to misuse,neglect,accident or improper Towing is covered to the nearest distributor or authorized maintenance,Buyer must notify Pierce within the time period specified in paragraph 1, See Also dealer only when necessary to prevent further damage to and shall make the product available for inspection by Pierce or its designated agent.At Paragraphs your transmission. the request of Pierce,any allegedly defective product shall be returned to Pierce by 2 thru 4 Buyer for examination and/or repair.Buyer shall be responsible for the cost of such Labor costs for the removal and reinstallation of goods may transportation,and for risk of loss of or damage to the product during transportation. be covered when necessary to make repairs. Please contact Within a reasonable time,Pierce shall repair or replace(at Pierce's option and expense) your OEM for authorization. any nonconforming or defective parts.Repair or replacement shall be made only by a facility approved in advance in writing by Pierce.THIS REMEDY SHALL BE THE Replacement of cooler during the warranty period is limited EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. to 100%of reasonable labor costs up to a maximum of$700 to remove,replace,or repair the oil cooler. 4.EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer,IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL,SPECIAL,INDIRECT,OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT,WARRANTY,TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY)OR OTHER THEORY OF LAW OR EQUITY,WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE,OR THEIR OPERATION OR FAILURE TO OPERATE,OR ANY DEFECTS THEREIN,OR ANY UNDERTAKINGS,ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES.Without limiting the generality of the This limited warranty shall apply only if the product is properly maintained in accordance foregoing,Pierce specifically disclaims any liability for property or personal injury with Pierce's maintenance instructions and manuals and is used in service which is damages,penalties,damages for lost profits or revenues,loss of vehicles or products or normal to the particular model.Normal service means service which does not subject the any associated equipment,cost of substitute vehicles or products,down-time,delay product to stresses or impacts greater than normally result from careful use.If the Buyer damages,any other types of economic loss,or for any claims by any third party for any discovers a defect or nonconformity,it must notify Pierce in writing within thirty(30)days such damages. after the date of discovery,but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE Note:Any Surety Bond,if a part of the sale of the vehicle as to which this limited TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER warranty is provided,applies only to this Pierce Basic One Year Limited Warranty for OR TO ANY OTHER PERSON OR ENTITY. such vehicle,and not to other warranties made by Pierce in a separate document(if 137 any)or to the warranties(if any)made by any manufacturer(other than Pierce)of any part,component,attachment or accessory that is incorporated into or attached to the vehicle. 2/22/2012 WA0216 Effective 1 August, 2009 • oc LIFETIME SERVICE WARRANTY V opo, W � United Plastic Fabricating, Inc. (hereinafter called "UPF") warrants each Z Z POLY-TANK®, Booster/Foam Tank POLYSIDE® Wetside Tank, Integrator W Tank/ , EET , Eip and DFRTM Skid TankBodyto be freeLLIPSfromTMElliptical defects inankmaterllial and-T-Tank workmanshipTank forEthe servicENDEe iiii G life of the original vehicle (vehicle must be actively used in an emergency re- CI for fire suppression).All UPF Tanks must be installed and operated in oa accordance with the UPF Installation and Operating Guidelines. Failure to do Z z so can void the warranty. k Z Every UPF Tank is inspected and tested before leaving our facility. Should H your UPF Tank require service, please notify UPF via email, fax, in writing or ...oh by calling UPF at 1-978-975-4520. Please provide the serial number, a de- Illilli li scription of the service request, the location along with the phone number and upp.:A C1. name of the contact person. Our goal is to have scheduled work completed j within a reasonable time period. �OC W Under a valid warranty claim, UPF will cover the cost to repair the UPF Tank z� including the customary and reasonable costs to make the tank accessible CO IPII W such as the removal and reinstallation of the tank if authorized in advance Cl) (pre-approved) by UPF. The warranty will not cover tanks that have been im- I< _ properly installed, operated, misused, abused, or modified from its intended J or designed use. Serial number must not have been altered, defaced or re- J W moved. Tanks that are not stored or installed properly which results in the tank V �., suffering UV damage will not be covered by this agreement. 1- Ce Should UPF determine that the service claim is valid under this warranty for a Hk lue Unen , Pw costs tanfor labor ocatedoandtside materialof et hr foritthedStates warranty and repairCaasadadescribedUFill above assume pluthes Nall travel costs to the U.S. port of embarkation. Costs for airline travel outside O of the U.S. and Canada will not be the responsibility of UPF. < WI W H In the event the tank shall become stationed in an area of the world that is Zconsidered to be a war zone or where unsafe conditions exist for the safe Cam il Ai , passage of United States Nationals, as reported by the United States Depart- ment of State, (http://www.state.gov), and a request to perform service or W warranty repairs, UPF reserves the right to refuse to honor such requests. It 0 0 CA is the purchaser's responsibility to relocate the tank to an area where such laJrepairs can be performed without undue risk to UPF employees or their des- ignee. UPF will make every reasonable effort to support our products though 0 alternative means. -041 a. For EllipseTM elliptical tanks, a separate five year warranty provided by the Z subcontractor is applied to the sub-frames, chute linings (rubber isolation Z strips) and metal components. The stainless steel wrap provided by UPF a shall be warranted by the subcontractor performing the wrap installation in I- accordance with their warranty in place at the time of the installation. UPF J will not be liable for any warranty costs associated with the wrap, sub-frames, 11111170 chute linings (rubber isolation strips) and metal components but will assist 0"'""" IIIIff�� a. with all claims on behalf of its customer. 138 0 For PolySide® wetsided tanks and IntegratorTM Tank/Body units, all polypro- pylene components related to the tank shall carry the standard UPF lifetime Continued on back E service warranty. Other polypropylene components, including but not limited V oc to compartments, wheel wells, fenders and other body related components W shall be warranted by UPF for a period of ten years. The warranty for the ZII* G PolySide® and IntegratorTM units excludes paint or hardware, which shall be Z covered by the manufacturer of the paint/hardware. la u. W All UPF tanks 50 gallons or less utilized for non-fire applications and installed IIli 01:1 on specialty vehicles such as ATVs, trailers, boats, etc. are covered under a ad separate warranty policy available from UPF. Further, UPF ProtectorTM foam Z E and water trailers are warranted under a separate warranty policy available li from UPF. 1MZ esThis UPF warranty is transferable within the United States only with prior writ- ten approval by UPF (except an original apparatus manufacturer may assign IIIIIN H this warranty to the first titled owner/lessee of the apparatus). V P1741 S. UPIF win Ns'T reimburse any unnecessary work and/or work that has Jnot been pre-approved., Any and an third party charges must be pre- OC W authorized and approved in writing by UPIF prior to commencing the m" work. Any unauthorized third party repairs, alterations, actions or m ii- w/w W fications will nt be covered and can void the warranty, UPF willIlse the lil y slle determining authority as to whether a service claim will be valid I< .401 I — O. and covered under this warranty, I .J WIn no event will UPF be liable for an amount in excess of the purchase price of the booster/foam tank at the time of manufacture or for any loss or dam- V PION E. age, whether direct, indirect, incidental, consequential, or otherwise arising w out of failure of its product. Loss of contents (water, foam, etc.) shall not be 0the responsibility of UPF. Further, UPF is not responsible for costs associated 1 i Ai H with service repairs to chassis, sub-frames, bodies, valves, dumps, hoses, VI g pressure vacuum vents, and other components (i.e. liquid level transducers, O etc.). Further, UPF will not cover the cost for travel of the vehicle to and from I< W a repair facility. FigYi H Z This warranty contains the entire warranty. It is the sole warranty and price agreements or representation, whether oral or written, are either merged Ci. dei W herein or expressly cancelled. UPF neither assumes, nor authorizes any per- G son supposing to act on its behalf to change, nor assume for it, any warranty Q — or liability concerning its product. CA Wj This warranty gives you specific legal rights, and you may also have other 0 rights which vary from state to state. Some states do not allow exclusion or 12. limitation or incidental or consequential damage, so the above limitation or exclusion may not apply to you. Since some states do not allow limitations on Z Z the length of an implied warranty, the above limitation may not apply to you. Z HNsTHERE ARE NWARRANTIES, EXPRESSED SIS R IMPILI EDy II•IRIII ICH EX- TEND IB EY•IN ID THE ID IES RIII P'TIII•IN *IF THE FACE IHN IE IRIE s IF„ THERE ITIS j Ns EXPRESS SIS R IIII IPILIIII�ISIS WARRANTY F I IER HANTABIIIILIII'TY SIS R A WARRANTY *IF FITNESS F�!S R A IPAR'TII ULAR PURP•SE. ADDIIITIII•N IIIII1„, HI 2 ALLY, THIIIS ARRANTY ITIS IIID ILI EU *IF ALL �!S THER �!w��IBILIIIOATIII w N SIS R ot .. LIABILITIES SIS N THE PART *IF UIISIF° 139 POLY-TANK°&POLYSIDE®are registered trademarks of UPF,Inc. INTEGRATORTM ELLIPSETM 0 9ELLIPSETM, LIN ELLIP-T-TANKTM&DEFENDER'are trademarks of UPF,Inc.©08/01/09 UPF,Inc.Printed in the USA �" i I Irk II rescue Apparatus Ten ( 10) Year Structural Integrity Apparatus Body IIIIII IIIIII IIIIIIIIIIIIIIIII i u 1.LIMITED WARRANTY Notwithstanding anything to the contrary herein,Pierce makes no warranty whatsoever as to: Subject to the limitations and exclusions set forth below,Pierce Manufacturing provides the following warranty to the Buyer: (a)any integral parts,components,attachments or trade accessories of or to the product that are not manufactured by Pierce,including but not limited to engines,transmissions, drivelines,axles,water pumps and generators;with respect to all such parts, components,attachments and accessories,Pierce shall assign to Buyer the applicable warranties,if any,made by the respective manufacturers thereof; The apparatus body shall be free from structural failures (b)anyvehicle,chassis,or component,part,attachment or accessorydamaged Coverage: caused bydefects in material and workmanship p g by misuse,neglect,fire,exposure to severe environmental or chemical conditions,acidic environment,improper maintenance,accident,crash,or force majeure such as natural disaster,lightning,earthquake,windstorm,hail,flood,war or riot; (c)any vehicle,chassis or component,part,attachment or accessory that has been repaired,altered or assembled in any way by any person or entity other than Pierce Warranty Begins: The date of the original purchase invoice(issued when the which,in the sole judgment of Pierce,adversely affects the performance,stability or product ships from the factory). purpose for which it was manufactured;or Ten(10)Years (d)products or parts which may in the ordinary course wear out and have to be replaced Warranty Period during the warranty period,including,but not limited to,tires,fluids,gaskets and light Ends After: 100,000 Miles bulbs.Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced(a)without prior written approval of the Pierce Customer Service Department;or(b)at a facility which has not been approved by Pierce as to technical capability. Any repairs,modifications,alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2.DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE.PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES,WHETHER EXPRESS,IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY,ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE,AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. a BUYER'S EXCLUSIVE REMEDY. Conditions and This warranty applies only to the body tubular support and If the product fails to conform to the warranty set forth in paragraph 1 during the warranty Exclusions: mounting structures and other structural components of the period,and such nonconformity is not due to misuse,neglect,accident or improper body of the vehicle model,as identified in the Pierce maintenance,Buyer must notify Pierce within the time period specified in paragraph 1, See Also specifications for the Fire and Rescue Apparatus. and shall make the product available for inspection by Pierce or its designated agent.At Paragraphs the request of Pierce,any allegedly defective product shall be returned to Pierce by 2 thru 4 This warranty does not apply to damage caused by corrosion. Buyer for examination and/or repair.Buyer shall be responsible for the cost of such transportation,and for risk of loss of or damage to the product during transportation. Within a reasonable time,Pierce shall repair or replace(at Pierces option and expense) any nonconforming or defective parts.Repair or replacement shall be made only by a facility approved in advance in writing by Pierce.THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4.EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer,IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL,SPECIAL,INDIRECT,OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT,WARRANTY,TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY)OR OTHER THEORY OF LAW OR EQUITY,WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE,OR THEIR OPERATION OR FAILURE TO OPERATE,OR ANY DEFECTS THEREIN,OR ANY UNDERTAKINGS,ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES.Without limiting the generality of the foregoing,Pierce This limited warranty shall apply only if the product is properly maintained in accordance specifically disclaims any liability for property or personal injury damages,penalties, with Pierces maintenance instructions and manuals and is used in service which is damages for lost profits or revenues,loss of vehicles or products or any associated normal to the particular model.Normal service means service which does not subject the equipment,cost of substitute vehicles or products,down-time,delay damages,any other product to stresses or impacts greater than normally result from careful use.If the Buyer types of economic loss,or for any claims by any third party for any such damages. discovers a defect or nonconformity,it must notify Pierce in writing within thirty(30)days after the date of discovery,but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE Note:Any Surety Bond,if a part of the sale of the vehicle as to which this limited TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER warranty is provided,applies only to this Pierce Basic One Year Limited Warranty for OR TO ANY OTHER PERSON OR ENTITY. such vehicle,and not to other warranties made by Pierce in a separate document(if any) or to the warranties(if any)made by any manufacturer(other than Pierce)of any part, 1 40 component,attachment or accessory that is incorporated into or attached to the vehicle. 2/8/2010 WA0009 &A MANUFACTURIN Pierce Warranty Statement for Gortite Roll Up Doors Rev 2/24/2011 All mechanical components of the door shall be warranted to be free from defects in materials and workmanship for the lifetime of the vehicle. All parts covered under this warranty shall be to the original owner. A&A manufacturing warrants that painted doors shall be free of blistering,peeling, bubbling, or any other adhesion defect caused by defective manufacturing methods or paint material selection. The time period for the coverage shall be 6 years from date of door shipment to Pierce. Satin anodized finish doors shall be warranted for 6 years against corrosion defects from date of door shipment to Pierce. Replacement of decals/Scotchlite is not covered. The maximum amount A&A will reimburse for labor is $60.00 per hour and the maximum amount of time allowed for repair is as follows: Door 1.0 Hr. Slat Replacement 1.0 Hr. Pennant Plate Replacement 1.0 Hr. Roller Replacement .5 Hr. Seal Replacement .5 Hr. Switch/Magnet Replacement 1.0 Hr. Travel Time 4.0 Hr. 141 A&A Manufacturing Co., Inc. 2300 S. Calhoun Road • New Berlin, WI 53151 • Phone (262) 786-1500 • Fax (262) 786-3280 J ,vr ;r ,✓ , IIv d� � y^'y irat0� „ P. n p „wO4,1w , rr' yy � � "I I „° " r" r i� # r � Iry d" rM1p 7"6 u,40,,4,,;:,atn ` e. µ✓ " fidl , "v .�' NF � % ,��b T f i ��I $ i,� q7j ��. k 1 �a4:, fi ,,7 '� ,44 a,� :rL, 4,';,,,,ji',„1,',1,:'227,,,,,h,*., „,,,,;,,,,,,,,,,,,,,,,,,,, F,,,,,7,„40,,,, 'I ., �, ii� ,qV49" ' , V T d'tld :, ,',.t ' ,:M1J h P',Y, il'. J �� 0a � ��> a r **tit'�8�O'v ppY��sACv� f 1N �v �I �'i( k. I „ ;�) '�,✓ *t:',.''" . N'a1 ':1(4,;4'4'4 f,,�r ' �„ary 6 � bV ''V11111;!1; �" iN:r � D .,�� �m ��NlG°hNv �t ��. M .,. amV, I° ' t'4 ,r , tv,„HR"Y , ryll�4 IlPI,rl/, ').,111, ,,,,,ii,rp,„ � vm>bIll 1 rot: 114,', 9 W l „ .1Dm '"r�daUl1 rw �w fwi"wtr A ` N iI O, rif. • To > p 77' w � \, !� a to N oo J >a 'm� =2m m ao mJOa N eQaa� a a m _it)>- ., 1! r-1ac m m •(7, Q Z iv acm o n ,-,LL >> a ▪ am Ooa 1 ,4:7a � c ° C - Zz0 ' Po ra: cm m m m m, a c m J11'4 05 -O Zm °00Q >c °• _ W W >,a1',I4 IS 2 111' NpOIQ- ulOa' N10 N 2 P�m . 1 ao ) N = - IJ�QrPI�j"4':( f/11'I �r,, � � SW �I N c m T mn c co _ > >- %m, ca av m 0o F- W Eclx ° - .7) 1rVI +1 4e 1�1 � 2042 oW 0 I3 OQ '' F- II ' 11,� c ao ci �JW QE � � a ac `oO W J O W�ay > a .Q _c • ° v - za N ft fIYj >, oJ ci � m o f m WQ 1 Pei4014- GO 1,1 el, ,,,,%.,,s., ir (� o�mva < Lt pn dirY l4r rN0 "tdl .[ ti II N iOZUw c w W ;4 ce 11' - CL ill 1. : N' o-(5); c 41:), = o >QCmc .1._••"d rH .Em° ao 1-7. O o N x� o -oQ�o 222 O a „ uj0 �,N > E, OCWaC dOWa. i�Dm1 40° .—�QN o � m °o▪ o � E Q Z33 w ° *-' n �rrpD m W' c W > -c o °NWc > g qNJ Oai3cmN a .E1- -0 2 -c ...2 WdZ2ao `a W° caam o oQ -o dni 0 ) wwrmLu-E .- 2 ,60_ ao 5 - 0 °c H �i� ma >...-5 ° a aQ m a a W �I, I 03cOom mo �° ow ° 0c4 Z f- i?-61`°"-i•� 41¢ tY -5 of) L a s :I:5 ix ao O I W � : N oN O > O vI-� n ° m W ma ! ° Q m o m (1)iEm r Z� °- `o ° ai w `mo mite' NN Oo 6- .-6,,0 I- 2 5caa) OwwQJy N Nw3c = am� O`m `o EN mQTaEa N E2 i ° >>,..c. - N F- a U O c W c ` Uv a dp . m zQ o � , ca , 4.... oomo� cc W�Q �• C O a ° .Naod a gFiZ , E o o Lci rm° Q4- m o E .> N F_WQ � Q " ggsoa � 0 mim a _ o 6 WU-Z2vZa o) oo _, a E W f= a) a) o o a ;v Y DOUZ flU c L) N0 aoN E c °- N ° ° 0m 6 W -ZcoaD O o ° ° We ' rnf a m ow°c m .o- aai 'mc a a > `aE _ dQUZ m0 E v .-(i) ` Z O ffIfi," / cm °Qo > o < I-Z0 NY o O�o ° °� d� = ° Z O V W ->.i'-' c(4Q.m o o aa o o o 0 Z (ne=:.0— cJm o2o wince Q aa Qs t�� ° c1' Omva) O [ OX :,'',,,,,t,,,1:,,, S o .- a) w E ; a)o 2cao ° ma)° a ° ZCeVZJ O c Uo o o W m= w ` aa W-Q > O )+ vC C Z .01a �"� I' � H E . m c o Q.O =, � mo WU Q OW CU k4I • Ce ,ft,,,,, O- g boomCf4 4O co o `m a� owl E �U W WeszN Ua co N'c aQc m o �aFF- V, ' W%i co QO � v xO O��- a W hapa) o� � cV Gv W. Y n 0_a) Qw I-- CS il '11 " a m,' rare �a, 4 ,,,,,,, r, r 'vaw ,v#' ,r 4, , w1.101,,,,4'44, 142 r9 r ! p vr� ��// !gym a 1®ry .v7�,:m,,,,,pr� �. ,' vdi'� �' " m7E all .,m'' •r `,,, �t t U '� I, �.s'..411 ,. ~•v , JI. N, ��"x ,x ! / ren'" / ��! y t ,„;„ r 7f1 �µ , Y �Nr � II n ,,, ) .,1: ^'l y�VS I� 11I� '145, N` Y t �, r'N? rN Ate'"" N,,, w4 a d ra��pp .C' 1, 9 r 1 v �'�';: ��"1� ^�" alr -�t�,i,`'# ,v ,wp , ,�W 0,'L"*" r .a rl ;w I A�..�: m �J ,r, i dWg md"'�'"'i, o qui*'�4.,,; 'd r 4,,,:'f, w a�" a vatiY , a ,,4'C4r , N, , f w till/0 M' ,„r� r'A 1, '.(,, a , S , 4 ir'' ,, 1 �Y S r. ,V( m t y31,mti . p'' 4 r, „ft'j ,D r;. `,, '�'" w �M'M1 mr ,re l a. r '� �.n "v 4 ro4 ',�I,"t, ',,i'4�u , d. ' f; n 6 y3 1 I ( ffti 3,a� am c, , ;, b df ? �N;' 6 r�".' . , ,)„,-. d� n ' ,'4..I.«, a ��, 1' , '+, a';;z; g ' tl q .P � �,. t ?.4a �E (:.°";mNr;4 .":�:w,l�n'," ", 'a,.e � ...7"' "�;� w .."I. aw (�"A"„�wp, ,,,M,r�� ;;" _wEll ,ak �'�`!"....�,�,, ;p'�w„ � v^kr.'"P`�P. " �tii.-. w,�J�'' 119rt,"'�,dtgo ��8 zoticie III 1 e Ado" IIIA Ten (10) Year Material and Workmanship Stainless Steel Piping uuu uuu uf� " P P uf� uuuuuuuu. 1.LIMIIDWARRANTY Notwithstanding anything to the contrary herein,Pierce makes no warranty whatsoever as to: Subject to the limitations and exclusions set forth below,Pierce Manufacturing provides the following warranty to the Buyer: (a)any integral parts,components,attachments or trade accessories of or to the product that are not manufactured by Pierce,including but not limited to engines,transmissions, drivelines,axles,water pumps and generators;with respect to all such parts, components,attachments and accessories,Pierce shall assign to Buyer the applicable Stainless steel piping shall be free from structural failures warranties,if any,made by the respective manufacturers thereof; Pip 9 Coverage: caused by defects in material and workmanship,or (b)any vehicle,chassis,or component,part,attachment or accessory damaged by perforation caused by corrosion. misuse,neglect,fire,exposure to severe environmental or chemical conditions,acidic environment,improper maintenance,accident,crash,or force majeure such as natural disaster,lightning,earthquake,windstorm,hail,flood,war or riot; (c)any vehicle,chassis or component,part,attachment or accessory that has been repaired,altered or assembled in any way by any person or entity other than Pierce Warranty Begins: The date of the original purchase invoice(issued when the which,in the sole judgment of Pierce,adversely affects the performance,stability or product ships from the factory). purpose for which it was manufactured;or Ten(10)Years (d)products or parts which may in the ordinary course wear out and have to be replaced Warranty Period during the warranty period,including,but not limited to,tires,fluids,gaskets and light Ends After: 100,000 Miles bulbs.Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced(a)without prior written approval of the Pierce Customer Service Department;or(b)at a facility which has not been approved by Pierce as to technical capability. Any repairs,modifications,alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2.DISCLA IV RSOF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE.PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES,WHETHER EXPRESS,IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY,ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE,AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. Pierce's obligation under this warranty is limited to repairing or replacing without charge,as Pierce may elect,the 3.BUYERS EXCLUSIVERENEDY. Conditions and stainless steel piping or components which Pierce If the product fails to conform to the warranty set forth in paragraph 1 during the warranty Exclusions: determines to have failed due to defective material and period,and such nonconformity is not due to misuse,neglect,accident or improper workmanship,or perforation caused by corrosion. maintenance,Buyer must notify Pierce within the time period specified in paragraph 1, See Also and shall make the product available for inspection by Pierce or its designated agent.At Paragraphs This warranty does not cover the use of fluoroprotein(FP) the request of Pierce,any allegedly defective product shall be returned to Pierce by 2 thru 4 type foam. The sodium chloride within FP foam can cause Buyer for examination and/or repair.Buyer shall be responsible for the cost of such long-term damage to system components if not thoroughly transportation,and for risk of loss of or damage to the product during transportation. flushed immediately after use. Within a reasonable time,Pierce shall repair or replace(at Pierce's option and expense) any nonconforming or defective parts.Repair or replacement shall be made only by a facility approved in advance in writing by Pierce.THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4.EXCLUSION OF ONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer,IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL,SPECIAL,INDIRECT,OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT,WARRANTY,TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY)OR OTHER THEORY OF LAW OR EQUITY,WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE,OR THEIR OPERATION OR FAILURE TO OPERATE,OR ANY DEFECTS THEREIN,OR ANY UNDERTAKINGS,ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES.Without limiting the generality of the This limited warranty shall apply only if the product is properly maintained in accordance foregoing,Pierce specifically disclaims any liability for property or personal injury with Pierce's maintenance instructions and manuals and is used in service which is damages,penalties,damages for lost profits or revenues,loss of vehicles or products or normal to the particular model.Normal service means service which does not subject the any associated equipment,cost of substitute vehicles or products,down-time,delay product to stresses or impacts greater than normally result from careful use.If the Buyer damages,any other types of economic loss,or for any claims by any third party for any discovers a defect or nonconformity,it must notify Pierce in writing within thirty(30)days such damages. after the date of discovery,but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE Note:Any Surety Bond,if a part of the sale of the vehicle as to which this limited TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER warranty is provided,applies only to this Pierce Basic One Year Limited Warranty for OR TO ANY OTHER PERSON OR ENTITY. such vehicle,and not to other warranties made by Pierce in a separate document(if 143 any)or to the warranties(if any)made by any manufacturer(other than Pierce)of any part,component,attachment or accessory that is incorporated into or attached to the vehicle. 3/22/2012 WA0035 (.0 Cummins Warranty Worldwide Fire Apparatus/Crash Trucks 1111 - , ,�,�,��,h,l, m000 fir lir A" /1 ;j�, �; i 1 fir, / //iia % /% / ::aii/ 1 � l� ��l t 111� �I �a1 11 IPVI)11/1)1)J)))))1)1))))11))j11)�1 )j))il)j1j)jj)t)11�t rj �a /if� A % /// ) 144 C.vers .e •wrier uuuu.. I. I. IIII IIII lPiroducts Wairirairm ted uuuu I. uuuu p ns1es This Warranty applies to new diesel Engines sold by Cummins and delivered to the first user on or after Owner is responsible for the operation and April 1, 2007, that are used in fire apparatus truck and maintenance of the Engine as specified in Cummins crash truck* applications Worldwide. Operation and Maintenance Manuals. Owner is also Base IfEingIiirme War irairmty responsible for providing proof that all recommended maintenance has been performed. The Base Engine Warranty covers any failures of the Before the expiration of the applicable Warranty, Engine which result, under normal use and service, from a defect in material or factory workmanship Owner must notify a Cummins distributor, authorized (Warrantable Failure). This Coverage begins with the dealer or other repair location approved by Cummins sale of the Engine by Cummins and ends five years or of any Warrantable Failure and make the Engine 100,000 miles (160,935 kilometers), whichever occurs available for repair by such facility. Except for Engines first, after the date of delivery of the Engine to the first disabled by a Warrantable Failure, Owner must also user. deliver the Engine to the repair facility. Engine aftertreatment components included in the Service locations are listed on the Cummins Worldwide Cummins Critical Parts List (CPL) and marked with a Service Locator at cummins.com. Cummins part number are covered under Base Engine Owner is responsible for the cost of lubricating oil, Warranty. antifreeze, filter elements and other maintenance items Additional Coverage is outlined in the Emission provided during Warranty repairs unless such items Warranty section. are not reusable due to the Warrantable Failure. These Warranties are made to all Owners in the Owner is responsible for communication expenses, chain of distribution and Coverage continues to all meals, lodging and similar costs incurred as a result of subsequent Owners until the end of the periods of a Warrantable Failure. Coverage. Owner is responsible for non-Engine repairs and for "downtime" expenses, cargo damage, fines, all Cumm ns applicable taxes, all business costs and other losses resulting from a Warrantable Failure. vuou IIII Owner is responsible for a $100 (U.S. Dollars) q — s p 111 ns 1 deductible per each service visit under this plan in the 3rd, 4th and 5th years of Base Engine Warranty. The Cummins will pay for all parts and labor needed to deductible will not be charged during the first 2 years repair the damage to the Engine resulting from a of the Base Engine Warranty. W IIII'�%//,. armma e Failure. u IIII �d : Cummins will payfor the lubricatingoil, antifreeze, t 1. ns filter elements, belts, hoses and other maintenance items that are not reusable due to the Warrantable Cummins is not responsible for failures or damage Failure. resulting from what Cummins determines to be abuse Cummins will pay for reasonable labor costs for or neglect, including, but not limited to: operation Engine removal and reinstallation when necessary to without adequate coolants or lubricants; overfueling; repair a Warrantable Failure. overspeeding; lack of maintenance of lubricating, Cummins will pay reasonable costs for towing a cooling or intake systems; improper storage, starting, vehicle disabled by a Warrantable Failure to the warm-up, run-in or shutdown practices; unauthorized nearest authorized repair location. In lieu of the towing modifications of the Engine. expense, Cummins will pay reasonable costs for Any unauthorized modifications to the aftertreatment mechanics to travel to and from the location of the could negatively effect emissions certification and void vehicle, including meals, mileage and lodging when Warranty. the repair is performed at the site of the failure. Cummins is also not responsible for failures caused by incorrect oil, fuel or diesel exhaust fluid or by water, dirt or other contaminants in the fuel, oil or diesel 145 uuuuuuumuu im exhaust fluid. 111 n This Warranty does not apply to accessories suppliedSS 1 by Cummins which bear the name of another company. Such non-warranted accessories include, butds ��r sn ty are not limited to: alternators, starters, fans, air W. �m �m conditioning compressors, clutches, filters, transmissions, torque converters, vacuum pumps, IProducts Wairirain[tee power steering pumps, fan drives and air compressors. This Emission Warranty applies to new Engines Cummins branded alternators and starters are covered marketed by Cummins that are used in the United for the first two years from the date of delivery of the States** in vehicles designed for transporting persons Engine to the first user, or the expiration of the Base or property on a street or highway. This Warranty Engine Warranty, whichever occurs first. applies to Engines delivered to the first user on or after Failures resulting in excessive oil consumption are not September 1, 1992. covered beyond the duration of the Coverage or Coverage 100,000 miles (160,935 kilometers) or 7,000 hours from the date of delivery of the Engine to the first user, Cummins warrants to the first user and each whichever of the three occurs first. Before a claim for subsequent purchaser that the Engine is designed, excessive oil consumption will be considered, Owner built and equipped so as to conform at the time of sale must submit adequate documentation to show that by Cummins with all U.S. federal emission regulations consumption exceeds Cummins published standards. applicable at the time of manufacture and that it is free from defects in material or factory workmanship which Failures of belts and hoses supplied by Cummins are would cause it not to meet these regulations within the not covered beyond the first year from the date of longer of the following periods: (A) Five years or delivery of the Engine to the first user or the duration 100,000 miles (160,935 kilometers) of operation, of the Warranty, whichever occurs first. whichever occurs first, as measured from the date of Parts used to repair a Warrantable Failure may be new delivery of the Engine to the first user or (B) The Base Cummins parts, Cummins approved rebuilt parts or Engine Warranty. repaired parts. Cummins is not responsible for failures If the vehicle in which the Engine is installed is resulting from the use of parts not approved by registered in the state of California, a separate Cummins. California Emission Warranty also applies. A new Cummins or Cummins approved rebuilt part used to repair a Warrantable Failure assumes the IL.iiirniita.ii oins identity of the part it replaced and is entitled to the Failures, other than those resulting from defects in remaining Coverage hereunder. material or factory workmanship, are not covered by Cummins Inc. reserves the right to interrogate this Warranty. Electronic Control Module (ECM) data for purposes of Cummins is not responsible for failures or damage failure analysis. resulting from what Cummins determines to be abuse CUMMINS DOES NOT COVER WEAR OR WEAROUT or neglect, including, but not limited to: operation OF COVERED PARTS. without adequate coolants or lubricants; overfueling; overspeeding; lack of maintenance of lubricating, CUMMINS IS NOT RESPONSIBLE FOR INCIDENTAL cooling or intake systems; improper storage, starting, OR CONSEQUENTIAL DAMAGES. warm-up, run-in or shutdown practices; unauthorized THIS WARRANTY AND THE EMISSION WARRANTY modifications of the Engine. SET FORTH HEREINAFTER ARE THE SOLE Any unauthorized modifications to the aftertreatment WARRANTIES MADE BY CUMMINS IN REGARD TO could negatively effect emissions certification and void THESE ENGINES. CUMMINS MAKES NO OTHER Warranty. WARRANTIES, EXPRESS OR IMPLIED, OR OF Cummins is also not responsible for failures caused by MERCHANTABILITY OR FITNESS FOR A incorrect oil, fuel or diesel exhaust fluid or by water, PARTICULAR PURPOSE. dirt or other contaminants in the fuel, oil or diesel This Warranty gives you specific legal rights, and you exhaust fluid. may also have other rights which vary from state to Cummins is not responsible for non-Engine repairs, state. "downtime" expenses, cargo damage, fines, all applicable taxes, all business costs or other losses resulting from a Warrantable Failure. 146 CUMMINS IS NOT RESPONSIBLE FOR INCIDENTAL OR CONSEQUENTIAL DAMAGES. * Airport operated crash trucks and fire department operated trucks employed to respond to fires, hazardous material releases, rescue and other emergency-type situations. ** United States includes American Samoa, the Commonwealth of Northern Mariana Islands, Guam, Puerto Rico and the U.S. Virgin Islands. ce Cummins Inc. Box 05 W ---- Columbus,IN 47202-3005 147 U.S.A. Bulletin 3381161 Printed in U.S.A.Rev.08/09 ©2001 Cummins Inc. ° pleu III" �� ��� One (1 ) Year Material and Workmanship Foam System & Five (5) Year Material and Workmanship Control Head uuu uuu uf� " P P uuuuuuuu. 1.LIMIIDWARRANTY Notwithstanding anything to the contrary herein,Pierce makes no warranty whatsoever as to: Subject to the limitations and exclusions set forth below,Pierce Manufacturing provides the following warranty to the Buyer: (a)any integral parts,components,attachments or trade accessories of or to the product that are not manufactured by Pierce,including but not limited to engines,transmissions, drivelines,axles,water pumps and generators;with respect to all such parts, components,attachments and accessories,Pierce shall assign to Buyer the applicable warranties,if any,made by the respective manufacturers thereof; Coverage: Limited warranty 1 year parts and labor for for the foam (b)any vehicle,chassis,or component,part,attachment or accessory damaged by system and 5 years parts and labor for the control head. misuse,neglect,fire,exposure to severe environmental or chemical conditions,acidic environment,improper maintenance,accident,crash,or force majeure such as natural disaster,lightning,earthquake,windstorm,hail,flood,war or riot; (c)any vehicle,chassis or component,part,attachment or accessory that has been repaired,altered or assembled in any way by any person or entity other than Pierce Warranty Begins: The date of the original purchase invoice(issued when the which,in the sole judgment of Pierce,adversely affects the performance,stability or product ships from the factory). purpose for which it was manufactured;or (d)products or parts which may in the ordinary course wear out and have to be replaced Warranty Period One(1)Year&Five(5)Year during the warranty period,including,but not limited to,tires,fluids,gaskets and light Ends After: bulbs.Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced(a)without prior written approval of the Pierce Customer Service Department;or(b)at a facility which has not been approved by Pierce as to technical capability. Any repairs,modifications,alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2.DISCLA IV RSOF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE.PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES,WHETHER EXPRESS,IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY,ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE,AND ANY WARRANTIES This warranty does not cover repair due to accidents, ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. misuse,and excessive vibration,flying debris,storage damage(freezing),negligence or modification. This warranty 3.BUYERS EXCLUSIVERENEDY. Conditions and is void if any modification or repairs are performed without authorization. This also voids any future warranty. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty Exclusions: period,and such nonconformity is not due to misuse,neglect,accident or improper This warranty does not cover cost of maintenance or repairs maintenance,Buyer must notify Pierce within the time period specified in paragraph 1, See Also due to lack of required maintenance services as and shall make the product available for inspection by Pierce or its designated agent.At Paragraphs the request of Pierce,any allegedly defective product shall be returned to Pierce by 2 thru 4 recommended. Performance of the required maintenance and use of proper fluids are the responsibility of the owner. Buyer for examination and/or repair.Buyer shall be responsible for the cost of such transportation,and for risk of loss of or damage to the product during transportation. Within a reasonable time,Pierce shall repair or replace(at Pierce's option and expense) any nonconforming or defective parts.Repair or replacement shall be made only by a facility approved in advance in writing by Pierce.THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4.EXCLUSION OF ONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer,IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL,SPECIAL,INDIRECT,OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT,WARRANTY,TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY)OR OTHER THEORY OF LAW OR EQUITY,WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE,OR THEIR OPERATION OR FAILURE TO OPERATE,OR ANY DEFECTS THEREIN,OR ANY UNDERTAKINGS,ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES.Without limiting the generality of the This limited warranty shall apply only if the product is properly maintained in accordance foregoing,Pierce specifically disclaims any liability for property or personal injury with Pierce's maintenance instructions and manuals and is used in service which is damages,penalties,damages for lost profits or revenues,loss of vehicles or products or normal to the particular model.Normal service means service which does not subject the any associated equipment,cost of substitute vehicles or products,down-time,delay product to stresses or impacts greater than normally result from careful use.If the Buyer damages,any other types of economic loss,or for any claims by any third party for any discovers a defect or nonconformity,it must notify Pierce in writing within thirty(30)days such damages. after the date of discovery,but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE Note:Any Surety Bond,if a part of the sale of the vehicle as to which this limited TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER warranty is provided,applies only to this Pierce Basic One Year Limited Warranty for OR TO ANY OTHER PERSON OR ENTITY. such vehicle,and not to other warranties made by Pierce in a separate document(if 148 any)or to the warranties(if any)made by any manufacturer(other than Pierce)of any part,component,attachment or accessory that is incorporated into or attached to the vehicle. 1/30/2013 WA0231 coricee % III .... tend Rescue AD r-.111 IIIA" Ten (10) Year Pro-Rated Paint and Corrosion Custom Body IIIIIIIIIIIIIIIII 11 .1 IIIIII IIIIIIte i u 1.LIMITED WARRANTY Notwithstanding anything to the contrary herein,Pierce makes no warranty whatsoever as to: Subject to the limitations and exclusions set forth below,Pierce Manufacturing provides the following warranty to the Buyer: (a)any integral parts,components,attachments or trade accessories of or to the product that are not manufactured by Pierce,including but not limited to engines,transmissions, drivelines,axles,water pumps and generators;with respect to all such parts, components,attachments and accessories,Pierce shall assign to Buyer the applicable warranties,if any,made by the respective manufacturers thereof; Exterior surfaces of the body shall be free from blistering, Coverage: peeling,corrosion or any other adhesion defect caused by (b)any vehicle,chassis,or component,part,attachment or accessory damaged by defective manufacturing methods or paint material selection. misuse,neglect,fire,exposure to severe environmental or chemical conditions,acidic environment,improper maintenance,accident,crash,or force majeure such as natural disaster,lightning,earthquake,windstorm,hail,flood,war or riot; (c)any vehicle,chassis or component,part,attachment or accessory that has been repaired,altered or assembled in any way by any person or entity other than Pierce Warranty Begins: The date of the original purchase invoice(issued when the which,in the sole judgment of Pierce,adversely affects the performance,stability or product ships from the factory). purpose for which it was manufactured;or (d)products or parts which may in the ordinary course wear out and have to be replaced Warranty Period Ten(10)Years during the warranty period,including,but not limited to,tires,fluids,gaskets and light Ends After: bulbs.Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is This limited warranty is applicable to the vehicle in the repaired or replaced(a)without prior written approval of the Pierce Customer Service following percentage costs of warranty repair,if any: Department;or(b)at a facility which has not been approved by Pierce as to technical capability. Any repairs,modifications,alterations or aftermarket parts added after Topcoat Durability&Appearance:Gloss,Color Retention& manufacture without the authorization of Pierce may void this warranty. Cracking 2.DISCLAIMERS OF WARRANTIES 0-72 months 100% 73-96 months 50% THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE 97-120 months 25% WARRANTY GIVEN BY PIERCE.PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES,WHETHER EXPRESS,IMPLIED OR STATUTORY, Integrity of Coating System:Adhesion,Blistering/Bubbling INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY,ANY 0-36 months 100% WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE,AND ANY WARRANTIES 37-84 months 50% ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 85-120 months 25% a BUYER'S EXCLUSIVE REMEDY. Conditions and Corrosion:Dissimilar Metal and Crevice If the product fails to conform to the warranty set forth in paragraph 1 during the warranty Exclusions: 0-36 months 100% period,and such nonconformity is not due to misuse,neglect,accident or improper 37-48 months 50% maintenance,Buyer must notify Pierce within the time period specified in paragraph 1, See Also 49-72 months 25% and shall make the product available for inspection by Pierce or its designated agent.At Paragraphs 73-120 months 10% the request of Pierce,any allegedly defective product shall be returned to Pierce by 2 thru 4 Buyer for examination and/or repair.Buyer shall be responsible for the cost of such Corrosion Perforation transportation,and for risk of loss of or damage to the product during transportation. 0-120 months 100% Within a reasonable time,Pierce shall repair or replace(at Pierces option and expense) any nonconforming or defective parts.Repair or replacement shall be made only by a This limited warranty applies only to exterior paint.Paint on facility approved in advance in writing by Pierce.THIS REMEDY SHALL BE THE the vehicle's interior is warranted only under the Pierce Basic EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. One Year Limited Warranty. 4.EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Items not covered by this warranty include: Notwithstanding anything to the contrary herein or in any agreement between Pierce and (a)Damage from lack of maintenance and cleaning (proper Buyer,IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, cleaning and maintenance procedures are detailed in the INCIDENTAL,SPECIAL,INDIRECT,OR PUNITIVE DAMAGES WHATSOEVER, Pierce operation and maintenance manual). WHETHER ARISING OUT OF BREACH OF CONTRACT,WARRANTY,TORT (b)UV paint fade. (INCLUDING NEGLIGENCE AND STRICT LIABILITY)OR OTHER THEORY OF LAW (c)Any cab not manufactured by Pierce. OR EQUITY,WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE,OR THEIR OPERATION OR FAILURE TO OPERATE,OR ANY DEFECTS THEREIN,OR ANY UNDERTAKINGS,ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES.Without limiting the generality of the foregoing,Pierce This limited warranty shall apply only if the product is properly maintained in accordance specifically disclaims any liability for property or personal injury damages,penalties, with Pierce's maintenance instructions and manuals and is used in service which is damages for lost profits or revenues,loss of vehicles or products or any associated normal to the particular model.Normal service means service which does not subject the equipment,cost of substitute vehicles or products,down-time,delay damages,any other product to stresses or impacts greater than normally result from careful use.If the Buyer types of economic loss,or for any claims by any third party for any such damages. discovers a defect or nonconformity,it must notify Pierce in writing within thirty(30)days after the date of discovery,but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE Note:Any Surety Bond,if a part of the sale of the vehicle as to which this limited TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER warranty is provided,applies only to this Pierce Basic One Year Limited Warranty for OR TO ANY OTHER PERSON OR ENTITY. such vehicle,and not to other warranties made by Pierce in a separate document(if any) or to the warranties(if any)made by any manufacturer(other than Pierce)of any part, 1 49 component,attachment or accessory that is incorporated into or attached to the vehicle. 2/8/2010 WA0057 escue A ID :,.111 IIIA" Three (3) Year Material and Workmanship Goldstar® Gold Leaf Lamination . 111 ./avu,ezadi- 1.LIMITED WARRANTY Notwithstanding anything to the contrary herein,Pierce makes no warranty whatsoever as to: Subject to the limitations and exclusions set forth below,Pierce Manufacturing provides the following warranty to the Buyer: (a)any integral parts,components,attachments or trade accessories of or to the product that are not manufactured by Pierce,including but not limited to engines,transmissions, drivelines,axles,water pumps and generators;with respect to all such parts, components,attachments and accessories,Pierce shall assign to Buyer the applicable warranties,if any,made by the respective manufacturers thereof; Each Goldstar®gold leaf lamination shall be free from b anyvehicle,chassis,or component,part,attachment or accessorydamaged Coverage: defects in material and workmanshi p g by P• misuse,neglect,fire,exposure to severe environmental or chemical conditions,acidic environment,improper maintenance,accident,crash,or force majeure such as natural disaster,lightning,earthquake,windstorm,hail,flood,war or riot; (c)any vehicle,chassis or component,part,attachment or accessory that has been repaired,altered or assembled in any way by any person or entity other than Pierce Warranty Begins: The date of the original purchase invoice(issued when the which,in the sole judgment of Pierce,adversely affects the performance,stability or product ships from the factory). purpose for which it was manufactured;or (d)products or parts which may in the ordinary course wear out and have to be replaced Warranty Period Three(3)Years during the warranty period,including,but not limited to,tires,fluids,gaskets and light Ends After: bulbs.Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced(a)without prior written approval of the Pierce Customer Service Department;or(b)at a facility which has not been approved by Pierce as to technical capability. Any repairs,modifications,alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2.DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE.PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES,WHETHER EXPRESS,IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY,ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE,AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. a BUYER'S EXCLUSIVE REMEDY. Conditions and If the product fails to conform to the warranty set forth in paragraph 1 during the warranty Exclusions: This warranty does not cover damage from lack of period,and such nonconformity is not due to misuse,neglect,accident or improper maintenance and cleaning (proper cleaning and maintenance maintenance,Buyer must notify Pierce within the time period specified in paragraph 1, See Also procedures are detailed in the Pierce operation and and shall make the product available for inspection by Pierce or its designated agent.At Paragraphs maintenance manual). the request of Pierce,any allegedly defective product shall be returned to Pierce by 2 thru 4 Buyer for examination and/or repair.Buyer shall be responsible for the cost of such transportation,and for risk of loss of or damage to the product during transportation. Within a reasonable time,Pierce shall repair or replace(at Pierces option and expense) any nonconforming or defective parts.Repair or replacement shall be made only by a facility approved in advance in writing by Pierce.THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4.EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer,IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL,SPECIAL,INDIRECT,OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT,WARRANTY,TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY)OR OTHER THEORY OF LAW OR EQUITY,WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE,OR THEIR OPERATION OR FAILURE TO OPERATE,OR ANY DEFECTS THEREIN,OR ANY UNDERTAKINGS,ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES.Without limiting the generality of the foregoing,Pierce This limited warranty shall apply only if the product is properly maintained in accordance specifically disclaims any liability for property or personal injury damages,penalties, with Pierces maintenance instructions and manuals and is used in service which is damages for lost profits or revenues,loss of vehicles or products or any associated normal to the particular model.Normal service means service which does not subject the equipment,cost of substitute vehicles or products,down-time,delay damages,any other product to stresses or impacts greater than normally result from careful use.If the Buyer types of economic loss,or for any claims by any third party for any such damages. discovers a defect or nonconformity,it must notify Pierce in writing within thirty(30)days after the date of discovery,but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE Note:Any Surety Bond,if a part of the sale of the vehicle as to which this limited TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER warranty is provided,applies only to this Pierce Basic One Year Limited Warranty for OR TO ANY OTHER PERSON OR ENTITY. such vehicle,and not to other warranties made by Pierce in a separate document(if any) or to the warranties(if any)made by any manufacturer(other than Pierce)of any part, 1 50 component,attachment or accessory that is incorporated into or attached to the vehicle. J 2/22/2010 WA0018 PIERCE MANUFACTURING INC.° AN OSHKOSH CORPORATIONS COMPANY w Certification Document CD0089 Statement of Compliance to NFPA 1901-2009 Vehicle Stability Pierce fire apparatus comply with NFPA 1901 Section 4.13 Vehicle Stability using the tilt table method. As prescribed by the standard,each apparatus is compared to a substantially similar apparatus that has been loaded as required and tested on a tilt table per the SAE J2180 test procedure. If the apparatus configuration was not expected to meet the minimum tilt table criteria,then it will be equipped with the Electronic Stability Control option. A listing of all tested apparatus is maintained by the Research and Development lab and is available for inspection at the Appleton factory. ra 4.13 Vehicle Wtabiphy i / 1 Ill ,o%err 0 -4,13..1',Rollover a+UnBarltYs',The apparatus shell mem the,tile- ria rlae- res e1etineeN in 1.13.11.1,err it shall]be eclrtddrlleel with a nl.ehillq� control system In ace errdtenlrr with l dR 1.L „ �'^w.`r r' 4 1"I tl I he appal rums shall meet i the errue ra 1 cle dent d r fr lrvk ,r�irl" L ",'os, a ii„ Mer of 1.he.Iillowing, "44 µ/ %'` shall stable nuvr Innhdoretiwheeestemt r11 table in accordance',AIM Rolf "^ rrry .'h9sr:urrrrrrg,the Straw l&11- ovIer 11rUdi.r hi/or 121 IleXn()hi wirer i brrrricakulawd or litp measured center al r kwrrr fishall 111 3.I�,,.I.11.I Creon 1 Sea tsrr or off re e�ur�ar AX[V track uwntmlt. France shall be earihea9lry toiling.a alanhtt- b m rna tsrurin the r r ar:r¢r trlraring appal'a- dors au x atrntlulrant, snhrrmtistllw similar a x.antlrle^apparatus, �masowireamrra��v !i:%k. y and Me a e r r166e inion shall he do Iracrrrl wi¢h the flre alalaer edeas. 4„13.1,1.2 -rhe exangiie aySP,mraark:9 shall be r onsutlercd sub- . Sl rrriethv similar ii G4 includes 4 chassis Vanla the same ur highea' 4 he iglu rho:same or nal-rowel rear axle er irk width,clue same cr greater rtes w:atie r tank Site and Mt,height,rte sir it lylae (i tri o from and our suspension,acrd the s,arrrr olio and sift 6:4ort" aerial rat edrtrera e ?vyI 413I11 For purposes oi 11311rhe rd rrrnas shall he . '4114111111011111000000111 loaded wait knelt tir - htin,agents.,hosekiders a weight l t w d 1sAM lb in each seating pt t Farrar andel%nighta.^elime tlr^nu to alar mis- t ell,uneolus e•edurluvacra rr allowame as r lrlvra°el in Table 12.1.2. If dee 'gaitmecca is tie+,tg,veeI it meet a slra^et&it 1 imwrmli '.,w„ aro rP higher eytailanrl ort loading car I arl,r r Mesar bed<,tla.re:iry or ra n carry aelehel emral ground tacklers,Cllr sl }gra cine loads shall duet rade hided in the tasting,title Mining,or measuring.._r 4 15.1.1.12 fhr ewe iglru adrhgl car Me fi ra alrpedrarras tear rho purpose.o ra sa,calculation,nlatiorn,rrr rate t ittrnrrn shall he ehsutth- �irlri�% w,hdl<rlia errsintait,ahrrcabin-service ors€t of rhe lire am scams is l l 1 mritae odaree x published individual ce,m11 rnire'tla weight r,rwslys. 4 MS.1.2 1Y the al.Ydbnrot its!s equipped wiali a stability control synee nr.eitr system shall have,a1 a minimum,a stararring wheel position!mimic.irk veins.It yaw sensor,it laterat.ar 1:elCeurr 1111'11"r, and`andie rtln.al wheel hr.ake e.oeatrols. VALIDATION TEST: Multiple Tests Pierce Manufacturing, Inc. r /47 LAC O r� , 4 1� x e 20228 1 4t APPLETON, . oiro James Roger Lackore, PE November 18, 2010 151 CD0089 Vehicle Stability 101118.doc 1 1/27/2011 PIERCE MANUFACTURING INC.® AN OSHKOSH CORPORATION®COMPANY Certification Document CD0098 Power Steering System Pierce Manufacturing, Inc. certifies that the power steering system as installed in our custom chassis meets the requirements of the component supplier, the NFPA 1901 and NFPA 1906 guidelines as applicable, and Pierce internal design standards. 0000 II HI Utiff: 011001 III , ii, 10 0 111111 Ill IR 011000 0 II 10101110000000010100011001,1111 , 10 Ji4r' 11110001111 , . 11"01 ,1000 Ill 1.000„ 01 kola 000100000000000001011 Hid HI, 11001 iii, III f�r ��r r� � , oh ; l (a � U / !/�/ t 11 % 1 11 ' i/ c jS w� / y, ; (r � ,, /,11,,L 4 a Ir1 „ "J r lo ! / , it rr;l i'l ill 041011111r4,44" ,,oil'' VALIDATION TEST: RD1987, RD2055 RD2056, RD2057, RD2058, RD2059 Pierce Manufacturing, Inc. (0z „'''/7et,,,- f`-eil r David W. Archer Director of Engineering June 03, 2011 152 CD0098 Power Steering System 110623.doc 1 10/14/2014 PIERCE MANUFACTURING INC.® AN OSHKOSH TRUCK CORPORATION®COMPANY • P�° Certification Document CD0130 Saber® FR - EnforcerTM Cab Integrity Certification Pierce Manufacturing certifies the integrity of the Saber® FR — EnforcerTM cab relative to occupant protection. A specimen representing the substantial structural configuration of the Saber® FR — EnforcerTM cab models has been successfully tested in accordance with the following standards. • SAE J2422 Cab Roof Strength Evaluation — Quasi-Static Loading Heavy Trucks. • European Occupant Protection Standard ECE Regulation No. 29. • SAE J2420 COE Frontal Strength Evaluation — Dynamic Loading Heavy Trucks. Side Impact: The test cab was subjected to dynamic preload 4 4', I, 1 v11,1,14r I/ where a 14,253 lb moving barrier was slammed into the side of %"°�� the cab at 5.25 mph, striking with an impact of 13,000 ft-lbs of ,y' energy. This test is not required to meet the ECE 29 standard, ,� 00000j but is part of the SAE J2422 test procedure and more close) � � r� �� II represents the forces a cab will see in a roll-over incident. ourTir. ,ontjk, 44,01 �»�omyr ��r Frontal Impact: The test cab was struck by the 14,253 lb moving �� f!iii barrier at a speed sufficient to impart the required 32,549 ft-lbs of �� � ,�; ,, g 4 10 energy. ,,° �, er111111 PAA4 aft 11 II Dioto. qe<eoi 0,11 I ° ! hoolighnkakiihNiNONAlliCi 110041011107,74"":#'1" 153 CD0130 Cab Integrity Certification-Saber FR-Enforcer.doc 1 11/17/2014 Roof Crush: This same test cab was then subjected to a roofIIIIs r crush force of 24,453 lbs. This value meets the ECE 29 criteria, 010111111111111?„ow «ti , eJrc�tU��,�N t�'l which must be equivalent to the front axle rating up to a maximum � � ��l`, 74'0040 of 10 metric tons. ,d 11 111110 ,,urr riairuaiariftriii , / Pass-Fail criteria of the SAE tests and the ECE 29 test is a measure of whether the "survival space" inside the cab is compromised, all doors remain shut, and the cab remained attached to the chassis frame in at least one location. The Pierce cab met all of the Performance Criteria requirements on all 3 integrity tests. Witnessed and Certified by: Pierce Manufacturing, Inc. r..t fi David Archer Vice President of Engineering 154 CD0130 Cab Integrity Certification-Saber FR-Enforcer.doc 2 11/17/2014 Oshkosh Corporation Classification: Unrestricted PIERCE MANUFACTURING INC.® AN OSHKOSH CORPORATIONS COMPANY Piece Certification Document CD0137 Saber®FR - EnforcerTM Cab Doors Pierce Manufacturing certifies the integrity of the Saber°FR — EnforcerTM cab doors. Specimens representing the substantial structural configuration of the Saber°FR — EnforcerTM cab front and crew doors have been successfully tested to meet the following objectives: OBJECTIVES: • Survive a 200,000-cycle door slam test with a slam acceleration up to 20 g's on one representative • Validate the assembly concept of the main structure of the door by evaluating the durability of the bonding technique. • Evaluate components, structure, and mounting of the door during and the end of the test for fatigue and failure to ensure durability. • Verify that the door seals function properly at the end of the test. • Evaluate the new extrusions and castings of the cab doorframe during and at the end of the test for fatigue, failure, and deformation of seal flanges. • Evaluate various mounting options for the electronic control module for durability during portions of the slam test. CONCLUSIONS: • The door structure and doorframe successfully completed a 200,000-cycle door slam test with a door slam acceleration of 20 g's. II 11 'Iv VALIDATION TEST: RD2425 `1 rtit ' 0 it Pierce Manufacturing, Inc. II 1$, unio // /-//„T isieviagrf 44'"',1 ryi9rn, 111111,10.11404011111010111h11111.1111 ,11111/21111 0111111 11,' do u David Archer � November 18, 2014 155 CD0137 Door Durability-Saber FR-Enforcer 141118.doc 1 11/18/2014 PIERCE MANUFACTURING INC.® AN OSHKOSH CORPORATIONS COMPANY w Pie, ,Gee Certification Document CD0132 Saber°FR — EnforcerTM Windshield Wiper System Pierce Manufacturing certifies the integrity of the Saber® FR —EnforcerTM Windshield Wiper System. Specimens representing the configuration of the Saber® FR. —EnforcerTM windshield wipers have been successfully tested to meet the following objectives: OBJECTIVES: • Complete 3,000,000 cycles of windshield wiper operation per SAE J198 § 6.2 • Inspect wiper motor, pivots, linkages, and mounts frequently to validate cumulative wiper system integrity. CONCLUSIONS: • The wiper linkage, pivots, and mounts successfully completed the 3,000,000 cycles. VALIDATION TEST: RD2462 1111'11'1;1w i �� �IirMiB�&I�mi�� it mw LLLL % // " ,meq ,rr r lii 1) � i Pierce Manufacturing, Inc. � ", `» fY !/ %� 1rF /��/ r % 410000 . ,--.` J ,,,,,00,,„ ),,,,/ LI f ;r / V'll��� l i iii J /� ' n / � % i/7,/� ,", y / cure i�/%n o/f %% i % of / �p David Archer �i�,, ray � � ._, r / 1 Vice President of Engineering / I(� l/ i ' 1� , o ,44J„ (0 r,. (F ;"."rim,°. Jr �TA 156 CD0132 Windshield Wipers-Enforcer-Saber FR 141117.doc 1 11/18/2014 PIERCE MANUFACTURING INC.® AN OSHKOSH CORPORATIONS COMPANY • Certification Document CD0133 Saber® FR - EnforcerTM Window Regulators Pierce Manufacturing certifies the integrity of the Saber®FR — EnforcerTM window regulators. Specimens representing the substantial structural configuration of the Saber°FR — EnforcerTM window regulators have been successfully tested to meet the following objectives: OBJECTIVES: • Electric window regulators withstand 30,000 up-down cycles. CONCLUSIONS: • The electric window regulators withstood 30,000 cycles without failure. VALIDATION TEST: RD2425 Vin)1r11111111111111111;4111\ 111111 Hi ", % e Ivy i yti ,i� 1 If4P gm, Pierce Manufacturing, Inc. ; 11 0000ktof,„, �� 11 r �' lim011 00 1 00000000,o Oi0101010 1 1P111111111111111111111111111111111 01 III oi,„1000401 „IIIl fir ' \'1111111111 0'640 1100100,00l1 II 11111 „III 100, pool' y11111000 „II 100000001100d000poopoopo 0,0110001 r 111110i g 1, 1 00,11001000j,A4 11111111101:0111 Ill' David Archer ? Y1 1111 fo' 1 Vice President of Engineering ff Vf '' J` 0 +'$''' ;, NMYIY1[41 vpl U9wV�UIV,�i l�n(1R^�9lrfllrfl 1 IIIIYII��� ,� a L0 �%� ' /.a 157 CD0133 Window Regulators-Saber FR-Enforcer.doc 1 11/17/2014 PIERCE MANUFACTURING INC.® AN OSHKOSH CORPORATION®COMPANY i�y�ez Certification Document CD0134 Saber° FR — EnforcerTM Seats and Seat Belts Pierce Manufacturing certifies the conformance of the Saber® FR — EnforcerTM cab seats and seat belts to Federal Motor Vehicle Safety Standards. Representative Saber® FR — EnforcerTM Seat and Seat Belt designs have been tested successfully in accordance with FMVSS 207. Physical testing was performed to qualify passenger seats to meet Federal Motor Vehicle Safety Standards (FMVSS) 207 and 210. This requires that a minimum of 3,000 lbf be applied to both the lap and shoulder belts via appropriate body blocks. A third force of twenty times the mass of the seat must be applied at the center-of-gravity (CG) of the seat. All three forces are applied at the same time, reached within thirty seconds of the start of the test, and be held for a minimum of ten seconds. A force equal to twenty times the mass of the seat was applied to each seat in the direction opposite to the combination pull. A moment of 275 lb-ft was applied to the seat with reference to the H-point. This testing ensures that the seat mounting and seat belt anchors are adequate to retain the seats and occupants in a crash. The Federal requirements are based on the high deceleration rates of passenger vehicles, so the design requirements are significantly more conservative considering the slower crash speeds of heavy trucks. Driver and Officer Seat Pull VALIDATION TESTS: RD2397 Pierce Manufacturing, Inc. lb 6 �� �����&110, 11 �I 1II ......ftA Lap I \1 ,—.....0.P SF<ku lder 1;k y4 °G3 Y.?.npr le¢ Is 15@3 ....... ..... Q7. David Archer gyp= @ Vice President of Engineering , ...-� -PSM CG' MV 500 'll @ w w r�iw� �m� 5www�wi��� �n�eo i1 l tl 0 5 10 15 30 25 30 35 44 45 50 55 541 55 74 75 50 Yiaooe sec 158 CD0134 Seats and Belts-Saber FR-Enforcer.doc 1 11/17/2014 \\)((� " y. C ! ) " t ����7 v C r X ''.:J �." " 7,� : 7„,,,;...7-x-75,-"C� > :� 7 �'.,7 C ) � C .X �”7' C ) ) TRW COMMERCIAL STEERING SYSTEMS I ,�„ (LL" M) (.1(_,.) 800 HEATH STREET . ' '(C) LAFAYETTE,INDIANA 47904 ) '.C) 4 (. ) PRODUCT WARRANTY (XC) ()'(:) 44(")) I. WARRANTY: The Commercial Steering Systems group of TRW,Inc.,hereinafter referred to as"CSS",warrants that each new r ) product supplied by CSS to its customer,when properly installed,used and maintained,shall be free from defect in material and 6•N) workmanship for the period specified below: C.:5)110 ('W' (A) CSS Product installed in New On-highway Motor Vehicle: )' () (g) Within twelve(12)months after date of delivery of such vehicle to the original retail purchaser,or before such vehicle has been ) )') O driven one hundred thousand(100,000)miles,whichever event shall first occur. ( () IcC)° (B) CSS Product installed in New Agricultural,Turf,Industrial,or Construction Vehicles and Related Equipment ( °O (.:'C) Within twelve(12)months after date of delivery of such vehicle/equipment to the original retail purchaser or before such ( ) vehicle/equipment has been operated for two thousand(2000)hours or fifty thousand(50,000)miles,whichever occurs first. ) (C) CSS Product installed in New End Product,Not Specifically Mentioned in Classifications(A)or(B)Above and All (' ( I ) Other Off-Highway/Severe Applications: ( ) 6'd Within six(6)months after date of delivery of the original equipment manufacturer's end product to the original retail purchaser. (DI'd 1 4• '(") II. REMEDY: Customer's sole remedy under the foregoing warranty is limited to correction by means of repair,replacement or issuance )` Y ) ( )6) of credit,at the option of CSS,of any product which is: ( ,�1 („), ,i) (A) Returned to CSS within the specified warranty time period,with prior notice to,and the written consent of,CSS,with 1c9 transportation and handling charges prepaid,together with a statement describing the alleged defect,the part number,model (.) (.) number and application,and mileage or hours of use of such product;and (3 ) (B) Upon examination,determined by CSS not to conform to the warranty. CAC) )�((�('� III. Any product which is repaired or replaced under this warranty will be returned to customer prepaid. Disposition of any product �' � determined not to be covered by this warranty will be at the customer's expense. C. (E41 IV. CSS will not be liable for any repairs,replacements,or adjustments to any product or any cost of labor performed by or at the request ) C) C" rO of customer without the express prior written consent of CSS. ) ) f) V. EXCEPTIONS: The provision of this warranty shall not apply to any CSS product which isused for a purpose for which it is not O ) ).) )) designed,or which shall have been repaired or altered in anyway,or which has been subject to misuse,negligence or accident, ) ) a 9 neglect of normal maintenance services,so as,in the judgement of CSS to adversely affect its performance and reliability. In no case )) ) will the CSS warranty exceed the standard published warranty of its customer in terms of time and/or distance. In all events,the CSS ( ) warranty will expire thirty(30)months after the date of manufacture as stamped on the Product. In the case of hydraulic equipment, ) operation with unapproved fluid or temperatures voids this warranty. ) ') VI. EXCLUSION OF ALL OTHER REMEDIES AND LIMITATION OF LIABILITY: Customer's sole and exclusive remedy under the (.) (•) .. ) foregoing warranty shall be for the repair,replacement or issuance of credit with respect to a defective product,as set forth and (, .) (f) described above. Other provisions hereof notwithstanding,CSS shall not be liable to Customer,or any successor in interest, )) ) benefior assignee of Customer,based upon any claim against CSS,whether in contract,warranty,negligence,strict liability, (Y (') )r(. indemnity or otherwise,for any special,consequential,incidental or other damages relating in any way to the design,manufacture, � sale,installation or other use of any product purchased from CSS. (.fciary ) U VII. EXCLUSION OF ALL OTHER WARRANTIES: THE FOREGOING WARRANTY IS THE EXCLUSIVE WARRANTY BY CSS AND IS 6)' IN LIEU OF AND EXCLUDES ALL OTHER WARRANTIES AND REPRESENTATIONS,WHETHER ORAL,WRITTEN,EX- (") PRESSED,IMPLIED OR STATUTORY,INCLUDING BUT NOT LIMITED TO ANY WARRANTY OF MERCHANTIBILITY OR (:).1( FITNESS FOR A PARTICULAR PURPOSE. (, ) r4,,) ))+() Ili ' ',) TRW COMMERCIAL STEERING SYSTEMS Revised November 2001 (,,,1) 59 ), ()C x ,5 .:>A( n L 7(0 ,C,,,,;;LDC ),,a,,11 ��,_Lx. C 1 q -)( r ..s x 1.J .., ,C);L,,, { C.9 y s., r J,..J a t 1m,) LR k, i J ) (/ rJ,4;'✓7V!)("i `(c)1 )r ',(r ), ,)^' :1, c'r 1( ,(...v )(-r':' V( ), `,;e)e'r v)7)(7::(-).', „')C 7 '>+'r i:)( C5' .w Y-- ', �,�.7)(, ,:.aaa PIERCE MANUFACTURING INC.° AN OSHKOSH CORPORATIONS COMPANY w Certification Document CD0131 Saber® FR — EnforcerTM Cab Heater & Defrost Pierce Manufacturing certifies the performance of the Saber® FR — EnforcerTM cab heat and defroster systems. The Saber°FR - EnforcerTM Heater and Defroster System was tested successfully in an environmental chamber. Defrosting Defroster testing was performed in accordance with SAE J381 Windshield Defrosting Systems Test Procedure and Performance Requirements-Trucks, Buses, and Multipurpose Vehicles. This SAE Recommended Practice establishes uniform test procedures and performance requirements for the defrosting system of enclosed cab trucks, buses, and multipurpose vehicles. Current engineering practice prescribes that for laboratory evaluation of defroster systems, an ice coating of known thickness be applied to the windshield and left- and right- hand side windows to provide more uniform and repeatable test results, even though under actual conditions such a coating would necessarily be scraped off before driving. The test condition, therefore, represents a more severe condition than the actual condition, where the defroster system must merely be capable of maintaining a cleared viewing area. During the test, the vehicle is cold-soaked to 0° F in a cold chamber. A prescribed layer of ice is applied to the windshield. The defroster is then run and the advancing melt boundary marked as the test proceeds. The SAE prescribed area of the windshield was 100% cleared and the side windows were 75% cleared within the specified 30 minute period. 4,1 i Jew v ammm rvwwm l �'%�' /f X99 G 0' itll; f .`H,,000 °' 4It iii i//j%%iii, ! Jj,..... a of i 1400011 111000. 010141,14010, loplmomi. � �' r+r// oh', 00 4 1000101 (el 0001010 41, 1 r IV 4'0 � Start of Test 10 Minutes 30 Minutes 160 CD0131 Heat and Defrost-Saber FR-Enforcer.doc 1 11/17/2014 Defrost Results Right Viewed From Outside Left Heater: Heater testing was performed using the coolant supply procedures from SAE J381. The average cab temperature increased 88.3° F from -10° F to 78.3° F within the prescribed 30 minutes. The cab was contained in a cold chamber at -10° F during the duration of the test. Pierce Tiger Heater Pertornnnanele -W V Ambient,ll$tTT Coolant I@ 3 gpm to Etith Heater„n 8Vdc at Heaters , Fier ceGo.8 e 6.5°. '%iko Munure,, I r G n LCX ...: :2119 r.'9 30 'x 11p +7 !2nk .il.a [CI Imo lMinntevl }mw a VALIDATION TEST: T5198REP Pierce Manufacturing, Inc. fi David Archer Vice President of Engineering 161 CD0131 Heat and Defrost-Saber FR-Enforcer.doc 2 11/17/2014 PIERCE MANUFACTURING INC.° AN OSHKOSH CORPORATION®COMPANY PLew e Certification Document CD0135 Saber° FR - EnforcerTM Air Conditioning Pierce Manufacturing certifies the performance of the Saber FR - EnforcerTM cab air conditioning system. The air conditioning system was tested successfully in an environmental chamber. Air conditioning performance testing was conducted at an ambient of 100°F and 50 percent relative humidity. The engine speed was maintained at both 1000 and 1400 RPM to simulate both the Cummins engine and Detroit Diesel engine. Both the QP21 and QP31 compressors were tested with the controls set to maximum cooling. The vehicle was heat soaked in the environmental chamber. All temperature probes were monitored to confirm temperature stabilization. The transient test began when all the vehicle doors were closed and the air conditioning turned on. The average cab temperature dropped to a maximum of 73.6°F within 30 minutes in all configurations. II"frtrnw T000 MCP 00,'i 'XXiOrNS 1w 0000 IrY 1.., hpyrrMmJ v .✓i., W ti m.n, rt. nt iw ie mm I wpgm a F "'".4,0P VALIDATION fig FO ,.i o u' •• .. .0 Imaem l0• amw.w.V . Nx a.1 v ea , VALIDATION TEST: RD2455 Pierce Manufacturing, Inc. Mt ,. rwt David W. Archer Vice President of Engineering 162 CD0135 Air Conditioning-Saber FR-Enforcer.doc 1 11/17/2014 Lifetime Fifty (50) Year Structural Integrity Custom Chassis Frame „„, 11111 11111 ty 11111111111111111 1.LIMITED WARRANTY Notwithstanding anything to the contrary herein,Pierce makes no warranty whatsoever as to: Subject to the limitations and exclusions set forth below,Pierce Manufacturing provides the following warranty to the Buyer: (a)any integral parts,components,attachments or trade accessories of or to the product that are not manufactured by Pierce,including but not limited to engines,transmissions, drivelines,axles,water pumps and generators;with respect to all such parts, components,attachments and accessories,Pierce shall assign to Buyer the applicable warranties,if any,made by the respective manufacturers thereof; Custom chassis frame rail manufactured by Pierce shall be (b)anyvehicle,chassis,or component,part,attachment or accessorydamaged Coverage: free from defects in material and workmanship p g by misuse,neglect,fire,exposure to severe environmental or chemical conditions,acidic environment,improper maintenance,accident,crash,or force majeure such as natural disaster,lightning,earthquake,windstorm,hail,flood,war or riot; (c)any vehicle,chassis or component,part,attachment or accessory that has been repaired,altered or assembled in any way by any person or entity other than Pierce Warranty Begins: The date of the original purchase invoice(issued when the which,in the sole judgment of Pierce,adversely affects the performance,stability or product ships from the factory). purpose for which it was manufactured;or (d)products or parts which may in the ordinary course wear out and have to be replaced Warranty Period Fifty(50)Years during the warranty period,including,but not limited to,tires,fluids,gaskets and light Ends After: (Expected Life of Apparatus) bulbs.Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced(a)without prior written approval of the Pierce Customer Service Department;or(b)at a facility which has not been approved by Pierce as to technical capability. Any repairs,modifications,alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2.DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE.PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES,WHETHER EXPRESS,IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY,ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE,AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. a BUYER'S EXCLUSIVE REMEDY. Conditions and If the product fails to conform to the warranty set forth in paragraph 1 during the warranty Exclusions: period,and such nonconformity is not due to misuse,neglect,accident or improper This warranty does not apply to damage caused by corrosion. maintenance,Buyer must notify Pierce within the time period specified in paragraph 1, See Also and shall make the product available for inspection by Pierce or its designated agent.At Paragraphs the request of Pierce,any allegedly defective product shall be returned to Pierce by 2 thru 4 Buyer for examination and/or repair.Buyer shall be responsible for the cost of such transportation,and for risk of loss of or damage to the product during transportation. Within a reasonable time,Pierce shall repair or replace(at Pierces option and expense) any nonconforming or defective parts.Repair or replacement shall be made only by a facility approved in advance in writing by Pierce.THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4.EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer,IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL,SPECIAL,INDIRECT,OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT,WARRANTY,TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY)OR OTHER THEORY OF LAW OR EQUITY,WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE,OR THEIR OPERATION OR FAILURE TO OPERATE,OR ANY DEFECTS THEREIN,OR ANY UNDERTAKINGS,ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES.Without limiting the generality of the foregoing,Pierce This limited warranty shall apply only if the product is properly maintained in accordance specifically disclaims any liability for property or personal injury damages,penalties, with Pierces maintenance instructions and manuals and is used in service which is damages for lost profits or revenues,loss of vehicles or products or any associated normal to the particular model.Normal service means service which does not subject the equipment,cost of substitute vehicles or products,down-time,delay damages,any other product to stresses or impacts greater than normally result from careful use.If the Buyer types of economic loss,or for any claims by any third party for any such damages. discovers a defect or nonconformity,it must notify Pierce in writing within thirty(30)days after the date of discovery,but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE Note:Any Surety Bond,if a part of the sale of the vehicle as to which this limited TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER warranty is provided,applies only to this Pierce Basic One Year Limited Warranty for OR TO ANY OTHER PERSON OR ENTITY. such vehicle,and not to other warranties made by Pierce in a separate document(if any) or to the warranties(if any)made by any manufacturer(other than Pierce)of any part, 163 component,attachment or accessory that is incorporated into or attached to the vehicle. 2/8/2010 WA0013 7' 7 I!!!!'4 Dana Ax e Warranty(2).jpg-Picasa Pham hewerII F I 61 FPFU Ezzi F03 c0Dhafe,f11lJO IA 611A a644,4 I 444444 CaalIar N'EDIATE YAEL FAST. II 4 t 5.11EARIVIMAN TY,FORYPWEARtligESCIIILMitilffr;Lt, ri'dmoFl FVekde la'I:4,5;1114S 044a41:4,1,F1ValalaalaIla alv4I4140 'VA,1" II 14 vmaro,,,m1.',y faelaasaun alAka'S. ‘14111,Vag1 tivo II ,4140:.40r,,,... IVO.,L•ry ,40,1,:,Nr),,,a araraornani ,ro,,,tr tiX,,u0}0II / l I , ffaildaafaiaia ara)2 yi,,,,aff 41.re,rarp*,,,I weludirol,:be4114.0).31.41140,.1,ANgiCeprIAM.k^k,,,,Nyply), "nveb tutd LA'7 yivr,ull'ormrf,!HvI!,y exp,,,,a114,0 4.47411,404 aa44141illy I 94aa Iala 'II hall',Vee, VI I 11y neW Fl III OrfsrApv.,0 6kArf,,,tv wderar04;F.,,,,orrit.:1 wo:v4 fib marl',aar fop,0,0,1.1:11.LAVI,74Eq 111130,11y, 1:11,00 afa f 454 F Fthri..0131,41(.11i,f1111,Val1 11 1 la V IIIaLaWak0.44 4 ida,0,),Yal(aigiaa Ana Illfe0;ahNo^/S(Wan,CAW linalivar ok wai`W II anaLf 24t(liEC/ILOChAl...thAl...61611LAkiU 4414 4101We .1)04`Attofl taxitioa4,, eitrg with(t (114 Ill I V9F.aII aka Iaaf[ataaff, Tho 1.1 II faa alaialanfaa IF Woroasect favorIII yfaao,a,an116 111.1 16111 af,AOVII.MajaLe farickaa aano vaaaleafaWV F II lageravia F' raaalaqa 4 aI407e4 Ifo,A11,..CVMM firm afeaf.141MCIT,':1„ DaPat CII I Y8 of ar.ta a!'rfaa;area abania I F........IF CPAIIZiff IIIIl. Il FalkVII aihafda raarailacaulea fa 1J)C!knifed foraga requnwvor whRe ca,Ti.61-,fa the wwnr:,arr,D,J,114 equironorPL II 6'(10,Y,A0,3 IF' II r«.,..vr(sorat4p,°e fur,ber fillorrrotki)n ri,„uYII II 1 11 FIllgod'. Nalla f,I6akr,1113, Ars,ourA Cervit 0,m Van to TwIl III,571 11F IF629,1 X,11 'rhe Fictattgangar S4FFs144141 DAN* a 3V FII 164 Dana Holding Corporation Commercial Vehicle Products Group Grace Lake Corporate Center 1 Village Center Drive Van Buren Township, Michigan 48111 wwwdanacom New for 2011! Dana Holding Corporation is pleased to announce a change in our standard warranty for fire/rescue vehicles. All steer and drive axles will now come with a 5 year / 100, 000 mile warranty. For further information, please go to www.roadranger.com. Dana Holding Corporation is working with chassis manufactures to supply a 24K front steer beam with a 5 14' drop. We have listened to your requests for a slightly higher GAWR for single axle aerials. Not all fire stations can accommodate a long wheel base application. This allows manufactures to meet the limited length requirements for smaller fire houses. Please submit your requests through our website. Please indicate on the application your need for 24K GAWR. Finally, our drive axles will accommodate simultaneous auxiliary braking. Dana axles are built tough and were design with Telma retarders in mind. Submit your application for single or tandem designation. Dana Holding Corporation will work with you to provide the best drive train solution with the best warranty in the fire/rescue industry. For additional information please contact: Alan Manzon Account Manager - Specialty Markets Dana Holding Corporation One Village Center Dr. Van Buren Twp. , MI 48111-5711 Phone: (734) 629-1141 Cell: (269) 312-3220 Alan.manzon@dana.com 165 111111111111111111 1,0.111111111111111111111111,1,1, orm.r u 1, Three (3) Year Material and Workmanship Meritor Wabco ABS Brake System e 11111 „„„uuu uuu uf� ” P P uf� 1111111111111111 1.LIMITED WARRANTY Notwithstanding anything to the contrary herein,Pierce makes no warranty whatsoever as to: Subject to the limitations and exclusions set forth below,Pierce Manufacturing provides the following warranty to the Buyer: (a)any integral parts,components,attachments or trade accessories of or to the product that are not manufactured by Pierce,including but not limited to engines,transmissions, drivelines,axles,water pumps and generators;with respect to all such parts, components,attachments and accessories,Pierce shall assign to Buyer the applicable warranties,if any,made by the respective manufacturers thereof; The Meritor Wabco ABS brake system shall be covered by Coverage: Meritor Wabco as indicated in the attached Meritor Wabco (b)any vehicle,chassis,or component,part,attachment or accessory damaged by warranty coverage description misuse,neglect,fire,exposure to severe environmental or chemical conditions,acidic environment,improper maintenance,accident,crash,or force majeure such as natural disaster,lightning,earthquake,windstorm,hail,flood,war or riot; (c)any vehicle,chassis or component,part,attachment or accessory that has been repaired,altered or assembled in any way by any person or entity other than Pierce Warranty Begins: The date of the original purchase invoice(issued when the which,in the sole judgment of Pierce,adversely affects the performance,stability or product ships from the factory). purpose for which it was manufactured;or (d)products or parts which may in the ordinary course wear out and have to be replaced Warranty Period Three(3)Year during the warranty period,including,but not limited to,tires,fluids,gaskets and light Ends After: bulbs.Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced(a)without prior written approval of the Pierce Customer Service Department;or(b)at a facility which has not been approved by Pierce as to technical capability. Any repairs,modifications,alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2.DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE.PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES,WHETHER EXPRESS,IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY,ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE,AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 3.BUYER'S EXCLUSIVE REMEDY. Conditions and If the product fails to conform to the warranty set forth in paragraph 1 during the warranty Exclusions: period,and such nonconformity is not due to misuse,neglect,accident or improper The exclusions listed in the attached Meritor Wabco warranty maintenance,Buyer must notify Pierce within the time period specified in paragraph 1, See Also description shall apply. and shall make the product available for inspection by Pierce or its designated agent.At Paragraphs the request of Pierce,any allegedly defective product shall be returned to Pierce by 2 thru 4 Buyer for examination and/or repair.Buyer shall be responsible for the cost of such transportation,and for risk of loss of or damage to the product during transportation. Within a reasonable time,Pierce shall repair or replace(at Pierces option and expense) any nonconforming or defective parts.Repair or replacement shall be made only by a facility approved in advance in writing by Pierce.THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4.EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer,IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL,SPECIAL,INDIRECT,OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT,WARRANTY,TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY)OR OTHER THEORY OF LAW OR EQUITY,WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE,OR THEIR OPERATION OR FAILURE TO OPERATE,OR ANY DEFECTS THEREIN,OR ANY UNDERTAKINGS,ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES.Without limiting the generality of the This limited warranty shall apply only if the product is properly maintained in accordance foregoing,Pierce specifically disclaims any liability for property or personal injury with Pierces maintenance instructions and manuals and is used in service which is damages,penalties,damages for lost profits or revenues,loss of vehicles or products or normal to the particular model.Normal service means service which does not subject the any associated equipment,cost of substitute vehicles or products,down-time,delay product to stresses or impacts greater than normally result from careful use.If the Buyer damages,any other types of economic loss,or for any claims by any third party for any discovers a defect or nonconformity,it must notify Pierce in writing within thirty(30)days such damages. after the date of discovery,but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE Note:Any Surety Bond,if a part of the sale of the vehicle as to which this limited TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER warranty is provided,applies only to this Pierce Basic One Year Limited Warranty for OR TO ANY OTHER PERSON OR ENTITY. such vehicle,and not to other warranties made by Pierce in a separate document(if 166 any)or to the warranties(if any)made by any manufacturer(other than Pierce)of any part,component,attachment or accessory that is incorporated into or attached to the vehicle. 2/25/2013 WA0232 "..•'.,„,•,,,••••••. • -,,,...,..„,....„.„...„.. „„,hhhhhhh.„,,h.,..h„„h„„h„.•',,,,,hhhhhhhhhhhh,hh„„„hl„„:„„jh'hhhhhhhh„.„:„,,. „ ,. h„,,, 111101111".."'".."."'...." ' "„"1" • •„11"111"1"11" 1111„1„..„ , '".".":.h..":„:„:„".".„. '"...hh.hh,J1,hhh,hh,„:„,...h.,.....hhhhhh,,,,h„.„.hhhhhhh„,„hhhhhhhhhhhhhRhh„,„„hh„,„„hhhhhhhhhhhhhh'hhhhhhhhhhhhhh,„hhhhhhhhhhhhh,„,hh'hhl,„„hhhhhhhhhhhhhhh,„hhhh„hhhhh„,hhhhhhhhh„,h„„„„:„„,„„„... ',,.. ••••••h',h,hh."'„,„'„,i•;„hhhhhh,h,,,,,,,h1,„„h„„!1??,,,,,!,,h1"h„lhhhhhh„"hhhi,'1:::11111,„I'll„,111.1,1„„i"1:11:1!„1.11!.',11,111.!"1..1.1.11.,"„„111,„„'1„„„1„11„'„„„„11„,„„,'1„,„,„'„„„„„.„„1,,,„„„„1,1„„!'1„.1,1111,.,....::,1.'i..11•.,•11„,„„.11"111,.."1.1„.„'„,,',:i:„.„1,„!„,i1,„,1\111..,:!:,:1,..1.„,„1,,,„„,,,,„i„.„iii:,„1„:„.„1„:1„i„,1111,1..,1:111,,L,i:„.„!'„,1„„'„ii.1„,,,'„11.1„.„,,,,,,,,,,,,•1„.„„,1,:i,„„„1,,,,:i...1.,,,ii...1.1:1...,1.1:1...1.•1•1•11,1„1„1,1„1,,,„1„,1,,:„.„'1„,„,1„,,„',„„„,„:„.„,„„ilili..1..„„:„.„:„.„:„„„:„.„,„„„„„i„.„:„..,::,..,!„,„•„„.„„h„,, .......„.„,„„h„,„.„. ''''''''''''"• il,'•1 •• ,••","""""",,:;„..1',..,„...1,1„..1....„.„.„,„,„„„„„,..1..„.„„:„.1.1..1.,„:„..„1.1..ii,..„,..„:„:„.,,,„.„...:.,.„..,...i.ny,.,„,..,., „11 MERITOR® COMMERCIAL „,:„.....„....,.„.. ...,.....„...,.,......:..!..,....,..,,......,,..,.:..„..„:„,„,,,,,,,,,.1,.1,,I.,„:,,„,,,,,,,,„:„:„.:„..„..,:„.:„„•.:„.„4, ,i,,..„.1„),,„,„,:),,,,,,,,:„•,,,,„:„,„1„..„,,,01,11,.•.,,„,,,,,,,„,,,,,,,,,,,,,,,L,,,,,,,,,,,,,,,,I,:.,,,,,..,..„•••,11,1:;:leilitli,,,,,,1„....„.............„,„....,.„.............,„,„,„, VEHICLE SYSTEMS ,11,11T,,,,,,,,,,,• :1••••„1„,,, .1„:„:„.„„•,11,,,,,,,,,,,„:,...•,,,.„..,.;0:1..1.1,,.,.,.„.„),1„.„.„.„1„.„.„...1.„.„.,„,11,11,1.1.1),11111.1.1.1.1„,„..1.1„1., ".....,...„„,,,„., • '.'.........,,,.„J.,'...,/,,....,..,11,10,,,,!,,,!::::,r1:,!1,,,,,,,,,,•.,••,.,••..,•,„„,1„1„,„,i,„•..,.••••„,:...,„,..,..,„„,,•,,i ., . .,•,•"11:1,:„.„:„.•„.J ....„...,„„1„..„.,,„,„,„..,,..„,„..„,„„„,1.,„.„.„,,,,,•„,:,,„,„„.,•,•,„,„..,.„,„„.„..„.,„,,:•,..„,„„: .11,...,, 101.11,1.1101.11.1h„1 :':',':',,,T,::,,,J:...„t,,) iiiiiii:1,1•11•11„,„,„,...„1„,„:,•„,„1„,„.„.1.,„„„„,.,„,.„,,,.„„,,,,,1,1„.„.„,„,„,„,„,„,:,..,..,.,.,.,.,,,,,.11., :..........„.„.„.„.•,•,..,..,..,..,,,,,,r,,,,,,,,„„„„,,,,,,,,,,,,,,,„„„„,,,,,,,,,„,„,,,,,,,, ...„.......„1„,•":„.,,I.„.„:„..h....,....1„.„.„.:iiii,i,,,i1..,.......„),,,,,$„,„ ..,.....••.,„,„•,I ",,,diii,,,I,,,,,,,• •:,..................„.:„:„.„,„,. .......„...,..,..,..,.,.,,,,,..„:„,„„ft,,,u„1,1„...„.„.,..„.1.1.,,.1.1.,...,,„„„„„„„„„„„..„, (11,1,,,,11,,I1,11,1,1,11„.,„„,„,..„.„,:i• ••.........,„,„RIJI,"„,11,1„,, „„:„:„.„:„.„.„.„1„:„,!,!,!,,. •••••••.,,,,,,,•,8„„,,,0„,„,.,..,,,,,,,.,..,..„..„,,!,..„,„,„.„..„ .„,,,,,,,.,....„,...„.”. .....„,„",„:.,.,.:,,I,..,..... •••,..., •,,„,••,,,,,,;,,,,,,:,,..........„,:•,..111.11•11,„!;1!,:••••,,•,..,•, ....•.....•..•...,..:„....,..,11,1.1„1,;111.;;.,1;;;;;;1;!;;,1;11;i1;„1„1„,„,;;;„1„1„1„1„1„1„1„1„,lili •••,„„„„„„„„„„„11•111111111,11. •"1„,",,",..,11 ...1.11.,,,,..„..,,.„„......,................. .• .,,,,:,11,,,,,111111•"„,.., ..........,„„ . . .,.. . .......„„„... ... . .•.„ .. , .... . •..,....,,,•,•,•,•,,,i.1 „,„,„,. •••..,..„.„,.,..,......„ - ...„,„, „, •„..,.....,, ...,„„, .....''': .',,, "), .:,.;;; .....,,,,,(1,1,11 . ,I•i•••„„•1••11,1 .,....•.,.•.,.„,•:::,:„„,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,„,„,,i,,„„,,,„„„„„„„„„„,,,,, 1,..„,•01,1„::••„.,.......;.„„).,,„1,,,,,,,1,1,1„,„...„„,,,,\„„ ,.1.,,,•::::11.,,,•*,„milmi.mi.,,,,,,,,,,ci•11•11„.„,....,,,.. ,....................1„.„..„,.„.„.„,.,....,..„„, ,....1.1„,,,,,.,„„1,,,,,,,,;„11„,.,,,•,„,„.„.„,,„„,„„,.„.„,.„,„.......„..,....„...„, 11:„.1. „.•.,..1„1„,!..1,11,11,.11,,\11.11„11•111.),..1.•,•,1,!;1.,.....i..„1..".„,...„,•,............,....„.„..i....:„..:....,.....,....1,,,.:1:11,1,1.....,,,,,.,.,,.,.,k,i,..,,,,..,.).,),.,..,j,,,,,..1,....11,,i..11,.. ..,,:,,•,•.,4),•:„...i.i.'io.:111'.,111.1',i,.:. ;.....11r1.;,...•''".":.....,..!...:),;..,,,..1.:::::,1:•:!1•,. :.1 '.".''''''',..4.1•1.,,,,,....,,,,,,,,,,,i:1,!!!!!11,1:1.: :...',,,,,,iiii,,,,,,,,,,:,i,l':Ir!'illilli:11;:•,...: ::...;:i.11,,I,,i,i,,,•••'•"'":' 1.•:;:,,i'...(11...1,1,•:::•i„,.,..„'...,',..;11iiiiiiiiiiiiiiiiiiiiiiiiiiill •,•„„„,,,....,,.,,ii:...:„i•;.„.„1„,;,,...,....)11o1.1!,,!)..?•,.1•1.1•11,:.•:,,,. ''',......,,:,:,::,".,,,,i„,.. .,1(......,,,,,,,•••::,........,.............„....,.....„....,„',,.\,,,J,,,,,,, ,,„,„...„,.,..,.,...,,..,,..........,....,;(.1111.i„,;,,„,.„....,..1,!,......,,,,,....!.!,!!!' •„.„•••••••.. ''' ,...:!•,..,,..,.i.i.,,i,..!,•••:,,,,..,./,,:.,...!........,.......,•••....,..• ',..:...:••,,,,1\,•,..,..,..ii„.:;),•,•,••11'..11'1.111t,l'iliiiilili01.11.1.1.1.1.1.1.1.1.1'.1.11.1i1.1.11.1'.1.11.1111,11.1,11.1,11.1,111.111,11,11,111ititititititititil!'!'!"1, „„„.„,„,.„„.„,....„•••••••••...,...;;;;;J111.11,..y?..)..!:,,:,..„,;,...: •• li% (,"i'li \l,,,!,1„!,!,,!,,!,,!,,!,,!,;.',..',,'.•1:,:,11:,,•,::!,,,,,,k,..,,,. lo'l .'"'",,,,,,,t.i.,,, ..,,,,,,iii,.,,,,..1):,,,,,,•• „.. ir1;;;;Jiiii.i.„:„.,„,.....,..,..,..,..,...,...,...,...„„„,•,•,„,•,..„.••••••.. •,,,III ov,v):1).:1,:i!i.• .,..„...,....,••••••••••••••„„.„:.„1,.1.,,:111,,,,, ..., . ..,,,,,,,;;;,,,;•;,,,,i,,,,,i,,,iiii.),i;;,,,,,J111110...„)..F,1111.1,11...1, q 1,110111,1„1.,••,.. „.... , 114. 1 1.,„.„„ . ......,,,,,,!,,,,.1,11.0„, . Jill,„,,I.t!1.,..1..„11.1.1.11,..1;;,•,,,;,;„ ..,.......!.......,....1,,,,,,,:i,,,,.::....: .,..,„... ....,.......„...„..r....„,.•••••:,•,•„..,„,,„„,..„,;.........,.1.1....(1011.111„1,,,,,„;„ „4.1i,.., ,J1111,11,,;1).).»),„.„,,.,!„,!,,.,„!„,,.,!„,,.,,,,,,,,,,,t,„III,I.,.11,,.......„,.:,:,,,„,,,,,,,,, ,•..•••••••••••„..• .,•• •„„„„ .........,„„.,„„)„,..,...,•„„..c,„.....,,,„..„.„•,• ,.....,.. .,.„...„,„,„.„.,,,„•............... ,....0.1.„..., ..;„.„......,,,..„.•••• ,........J.I.J:.1..,,,;:„.„1,1;•;„.••••,•,•••.• ......„.,...,......,...,.„........„,.„.. • , „„..,....,,,.„J, •....,,....,..,,[1.1.„,,„11,v111.1,1,1,1,1,1.,11,1,1,1),1,1,„„„„„,..„,..„„„„„„,.,„„, !",.,,...,,,.....,„,„I.,I,,k, •,•••"••11„.1111„....„,„,„„,. •„,„,„,„„,„1„,„,„„:1„,,,,„0„,„,„„q„ „, „,„„„,„„,„„,;„.„111,„1„1„,„„.1„„:„,„„,„.1.111,,. ... , . •:::::,....1.11i11,•„•4••••••••.,•1.1,1„1.1.1.!!1).11.„1.„1.„1.„1.„1.„1.„1.„1.„1...1.., 1„,,,,.„1„,1„1„1„.1„.„....„„!,.„„••••• ••••••"..............„.„,„ '."'"'"".•'0„1„1„0„1„0„1„1010,0101,!,,,,,,,,..„11?1,..,••••„..,... 1111111„k111,1 ......„,,,,I.!..„„:„„iii,..,,,„„•..,......,..,,,„:„, 111•1011„1„«, 1....1. •.••••• .1111111. .... •„•„:„„.„0.0„„„.10,„,„„.„.„..„ o111•11010101111„moniol ,•„•,„?,1„11,1,1,1,1,111111),1,1,1„.„1„„„„„..„...„..„.. .„„„ „„„„„„,,,,,,,,,,,,,.., „ " ,„: i"i„„:o111111111111111111111111w1,I,„,1,1"1„„i„.....1..:•„ ...",, .....„,.. ."":"...-"„....' ...i:.i,„"..„:....,„„:„•;„„;„„,:.„,„,„„,„,,,,,,„.„:„...„:„..„,„,„,„„:„.............„;;;;;I?„,„:„1„.1,„1,1•;„1.1.!„11.„1„.1,11,!•!,!1,1.1.1\1111.1.1.,.1„,.1„..,.„1..1.,.1..1.....1......„.1.„.. "•••••1111111::::1111111111111111111111ill'(,,'„'1'••1":.1""g•":".','•,:•i••'•.•,„„:.!'„•...i'i:;;r•;,„• •••!..i.i."' . •"......" •;.••„:„....„, •.:„.... . „.....,..!:.!loiiff(„111.11.1.1,„„h1,...1.„ok:ti. mi „:4...„ „.,...., ,,,...,, ...'''',,.,,„„....e....,1,11f1(1 M \.'I ill fi,lf.1..1,.11..1.1.1.1k111($)S1`„VI„'qa;'"".:""""''''''''''''''''''"•:4i%%%!iiiiii,111„1„!' ''''''' '''...?"•"•!•!•'' '''',:',81111)))))))1111)111„:„,q1,1)..1111111111111111.111(11„„ •„,...• '''''''11'11Ptill'1111(1111111111•11,1''1,[NH,., .••,,,,,,,,i,R„,,,,„.„...„„,,,,,,,,,,,..,prIVIIIIII0k11111.1,11,11,11,11,1,11,11,11,1,1,1„)•,1),•1:!;;•111i„„,..1„•,•,1.11.i,;„ :.:•'''''''''''I''''I'il''/I''''''611111 ( , „„„„ •1''„'„•„.„:„'„';''''''„'(•'...i':',..':.'„i•'''',•':'%/,''''„'•'•'•'•'•'•'•'•'•::::'!!!?''',11,1),I,'",',,f,'•/,i,„,1,1,„„•,'''''''!"?'''''!'„'''''•,,,,•••„0.6.p,,,,,. '"""'''''''''''''. ''''''. , ••,,,t„,„•,,,•„„In••,(,„v••.,•..1„.1,11„,,.‘.•!:,,,v.,.!,,I....1.11::h.„.••'„'•;''''''''••••••• ;„,,•••„''''''''"'''d IL Y"',•!•!•!•!•!•!•!•!•!•!•!•!11.111111,14Y„„:1", • •.1111(0''I''I i"''''''"P''' ''''''''''''. '1'1';'!;:.ni''''''''11,''''':;';.:1(„il''ill11111111111111111111(11'11'111111'1'1'1111![11(1:(((r1"11111111'11•1.1•It,.„,,...,„.,,,,,,„.•,.. , .„. .:,..„..,,.., 1 ,..„...'„•ili1111,1,tliiiii')1(„:„„''.'„:„:„:' ',•';','''''.•••••• •' —','-',„;.•••“ 11 11', „„••••••••••, ....,„„,.,,.. Ill'hhhhhhhillhhhhhh.711.•.h.... ..„„. • ..4. .... ... .„. "" h hhhhhhhhhhhhhhhhhhhhhhhhh'hhhh••".'h;„'„:„'„:hhhhh,h,',„„,„:„„..,0„,,......10hhc-h."..", hhhh,hhhh".hh,„„h„, „, ..,,,„ 1.' .1 , , , , .„„h„ • hhh,„,„,h,„,„,h,„,hhhhhhhhhh'hh„,hhhhhhhh.h.hhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhh'hhhhh„,,.„,„„.„.....„„„.„„1„,„„„.„,..h.dh,,.„,'„„,„,„„iihi.„.„,.,,,,„...„..,..„,..h„......„.„„...,..„,„„„„,,,,,,,. ..„„„„,„„„ h.hhih„„„„,g„.„„„,„„,„..,„,„„:„,„1„.,hhhhhhhhhhhhhhhhhh,11,1,„„„„„„„„.„.„.„. „1„,hhhhhhi11131hhhhhhinh".„h„,h,,,,h,„!'hl„h1„,"1„"hh,„"h„„.,,,hhhhhhhhhhhhhhhhhhhh." „h 1„,11 1 hoohohoolo 1 0 hhhh,„:„„,.,.„„,„„„......„„......„.„„.„.„„hhhhohhhh„..........•hhh. 1 hhhihh„„hhh„„hhhhhh.h.,!..:10. 010011111hill'hhhhhhh1h1.,„'„hhhhhhhi.„hhhhhhohh„,„hhhhhhhhhhhhh,h,„,h.,'„,„,„„.hhhhh„,:h:,:h:„:h1,:hhhhhhhhhh'hhhhhhhhhhhhhhh...„.„„.„.„..,hhhhkh„.„'h„„1,h,„„h„„,..h... ,,,,,h„,„1„hhhhhiph,111,1,1,1,1,1h„,,. ....„,„:„.,., •- .hh.. . ....„,„„.„.„1,1„..,,,,,,,,,•....„..,,,,,,,h„,„,„,„,„,,,„„hhhhh.h„,,,,„.„.„„, „„,,,,,hhhhihhhh hhhhih,hh„,,,h,h;',".,",'„h„,„„„„,,,„„:„.„,„„,„„,,,,,,,,h,„1„,„„:"-"... h..„,„:„:„1„h"," d„hhh• ,...„„,,,...„„hhh,„:„.„.„:„.,,,,.' „„„ „ 1„ ,....",',.'t h h,••••••••,,hhhhhhh/hi., hohohhhhhhh„, ... .... , •......1:1:1:1:1„1.„ •••„.........•••• ....•••••.„,„„„„,,,v,v,...1„, .1.1,1„1„,••••„:„,•••.• .,. •i:1 011opoopoopoop000poop0000mm000v0000lo„„1„1„1„•••,,,........,.....",......„.„11111111111111111111111111111„,„„ „„„1„1„1„1„1„1„0„1„1„1„00000001.10.1?Hh:.•."..”••• ... ,...„„„„......„.... .....„,.....„,„,,,,1.„,„„,„„:„.. ...,,i,i,000 •""•••...„:111 ...... 1„,."'.....„,',„,,,..„(„'.'.;.„1"'"„"....",,,„:11„1„;,.., 11111,1,1,1,1,1,1,1,1,1,1„1„.„...„.,..w.,„...i..,...„,,..„,„„„.„,„,„„„,,,,,,,„,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,•.,•:„1.11,1,.,•••„„;••" ..„,,, ....„„•.1„111.1.1.1.1.1.1.„),,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,e„,„.„.„.„.1.1.....1..........„....„1„1!„.„.1.1„,1„,„!„11,,,,11111„1„,„,„,„„1„„1„.„1„11,1„1„.„1„.1.1,.!„..1.1„11„„,„„,„.....„....„..„.•••....0.„,,,......,..„.„„„„,„„„ ••",„,,..,...,,,„„•,,...,....,..,...,...„.......,..••••• 11„.",,,,,,, "„„„.„1„.„„ . ,I.,1.:1.,!.,,I.,,,I,1111,.1.11,.1111,..1!„.„,,,,1„1„,111.:,11,,„11{.1.1!„,1„.1.!„.11,,,;:,..;.....,..„..,.....„..1.,...,..,...;...„,„„,,,•,,,,,;,,„,,,;„'•,',11:11:11.11.1.':•••........1.11.11.1.1.1•1111. "..f••••••••••"••••'•••• 11),„„,„„„„„.„,„1„,„„1„(1:1„1„.....,...,.......„,„....„,„..„„„,,..........„.„....„,",,,„„.....„.„."„ ,,,,,,,,„,,,„ , ,,,, ..„ „.1.1,.1...1.1,9111111111,„.11111,,,„„........,„...„„„k„..., ,.1.11,.„.•,,„,•1 m 1,,,,, • !":" 6.1„1•1 .1.1.1..."." 411'''1'1'1°..„,111.111111,1111111111'11;1io„•„„„„:„1„•,:„.;i„„„„„.,,,..„,„„.11,11,i1,„,11,1.1111 111'1— .........•••••••-•••••.................................................11111100„,„. ... „4„,•,•„„,,„„,,,,„„.„.:::„.„:„:„„,k„.„., ,,,,::1„,,,,,,.:1;:„1,,:,,::,,,,,,,,;,)),,..:!):411„1.111,111.,:::„1.,:::„1.,:::.:.,;111,11..1..4.111.1.1.1.1.1,„11,11111.111.111."11,11,11,11,1,11,1,1111,1,1,1.„...„,•„.„1„.1.1,1„.1„,..1,,,,,1„,11,1,11111.1j1111.11..1.111i1i,,:„;;„„1•11„illqqp111,1,11,1,1„,1,1„1,111„1,u,1,,I,1,,I,u,1,,111,1,1,11,1,1„1,1„1,1„v„1,1„,1,.1!1:1„,1!1,11„1,1,1,1,1:.1,11,1..„:1„,1,1.,,I.,,,Ii.,11.1:111111,1111,111,1.1.1.1,11.11,1,11,1,11,:l.1.1 •„!...1„„111.i''''„•I'l,„,,„„..,•„:„."";„...7„1:1....,,,...........„............. . .„,,,/,„"•,,,,,„„„„„i„;........."••,,' •• • ,•:1,, ,, „, ' "..„ ,;,, •,,. .... „...„„„„,„„„,,,„„,„:„0.1)A„1„111101.,..., 1 „I ,, ,..... 011'11J011111„•i•i:l,11itl.11011.11.1111111111.1"liii, „,,, „,.'111111111.1111.11i".1":1111.111111111111111111i11111111.„11.11.11.11„„ii„..• .........„,1 ,•••...,•••.:„..„.,,•••••,,•„.;.,:,•„.;.•,:.,..,,•„.:,•.,.1,.,„.1.1••„1.0....!„,....,,,..•„1,.....•.„!...:..,,,i,,..,..,,,..1.,...,I,.,.....,..,..,..n.„..,„... ........,,,,,,„...,„,,.,,..,•••,..„,•••••,,,••••,!...,..,,,,•,,,•,,,..,1„,„,,.!,..,,,,,,i,,!,,!,,,!,,,,,,...,i,"/,),,I..1,.:.,,I,.1,,1:1....:!.,..:..,......,..!...,..„,111,.fill.011,1,1,111,,I,I,11)11,..„.1.:,..,........„..,,,•,,.,..,.,...,,„ii,41,,,!„:::.,„:„. „100 ........„..„.„,.......,„„.„..„........... ••••.i„,,,„,„.„,„, ,,,1„.",,,„....„,,,,,,,,../..,,•••-•••......),..,!„,.....„„„„,,...„.„:„.•••••,• •...•••„1„1„100000„„sigio.11...,..................... .,.„.„„,„„„„„„„„„ 1 .. ..,,. .......7."""" ..,, .• .. ..... ....„.,:„.„„„..„............,„.1.,..,,..,i,„,„:„...,,, . II. .....„....,.,......... 7!mi..l.l.:.. MODEL - YEAR. _ 013 VEHICLES 7.,..„..„.„...„.„, .......„.:.::,..,......../!:„..........10.. 167 ,>,......,111410,0 "1"::•1•1:„.„1":'11" „am ''':::::!!',111111 0 11 I RI WARRANTY INFORMATION CONTENTS Effective Model Year 2013 Vehicles Linehaul 4-5 General Service 6-7 Heavy Service 8-9 Off-Highway Service 10 Terms and Conditions 11 How to Read Warranty Coverage Number of Years Mileage (in thousands) P=Parts Only Unl=Unlimited P&L=Parts & Labor Models or components that are approved for use by Mentor's vocational guidelines contained in Meritor Publication TP-9441 for axles, SP-8320 for trailer axles, which are not specifically listed, are warranted for one year, unlimited miles, parts only(1/Unl/P). 168 3 HEAVYN ERVI E WARRANTY INFORMATION s c o 0 HEAVY SERVICE VEHICLES Airport Rescue Fire(ARF) Dump Michigan Special Steel Hauler Steel Hauling Airport Shuttle Emergency Service Michigan Special Waste Vehicle Tanker Asphalt Truck Equipment Hauling Municipal Dump Tank Truck Block Truck Flatbed Trailer Hauler Rapid Intervention Vehicle(RIV) Tractors with Pole Trailers Bottom Dump Trailer Flatbed Truck Rear Loader Tractor/Trailer with Jeeps Combination Fracturing Truck Recycling Truck Transfer Dump Cementing Vehicle Front Loader Residential Pick-Up Transfer Vehicle City Bus Geophysical Exploration Rigging Truck Transit Bus Commercial Pick-Up Hopper Trailer Combinations Roll-Off Trolley Concrete Pumper Landscaping Truck Scrap Truck Utility Truck Construction Material Hauler Liquid Waste Hauler Semi-End Dump Winch Truck Crash Fire Rescue(CFR) Log Hauling Sewer/Septic Vacuum Mixer Lowboy Shuttle Bus Demolition Michigan Special Gravel Trains Side Loader Drill Rig Michigan Special Log Hauler Snowplow/Snowblower HEAVYTYPICALLY,,,,a,a,a,a,a,,,,,,,,,,,,a,a,a,a,a,,,,,,,,,,a,a,a,a,a,,,,,,,,,,,,a,a,a,a,a,,,,,,,,,,a,a,a,a,a,,,,,,,,,,,,a,a,a,a,a,,,,,,, Moderate mileage operation (less than 60,000 miles per year) Coverage under Meritor's warranty requires that the application of On/Off road vocations(10%or more off-road) products be properly approved pursuant to OEM, Meritor, Meritor Moderate to frequent stops/starts(up to 10 stops per mile) WABCO, and ZF engineering approvals. Refer to TP-9441 for axles, SP-8320 for trailer axles, and/or contact Meritor regarding specific application approval questions on any product line. FRONT DRIVE/NON-DRIVE STEER AXLES - 2/UNL/P&L FD-965 FG-941 MFS-6-1628 MFS-10-143A-N MFS-16-122A-N MX-16-120 FF-941 FG-943 MFS-6-162C MFS-10-144A-N MFS-16-143A-N MX-17-140 FF-942 FH-941 MFS-7-113C-N MFS-12-143A-N RF-16-145 MX-19-140 FF-943 FH-945 MFS-7-153C-N MFS-12-144A-N MFS-18-133A-N MX-21-140 FF-944 FH-946 MFS-7-163C-N MFS-12-155 MFS-20-133A-N MX-21-160 FF-946 FL-941 MFS-8-1138-N MFS-13-143A-N RF-21-160 MX-23-160 FF-961 FL-943 MFS-8-1538-N MFS-13-144A-N MX-10-120 MX-23-810 FF-966 MFS-6-151A-N MFS-8-163B-N MFS-13-155 MX-12-120 FF-967 MFS-6-153B MFS-10-122A MFS-14-143A-N MX-14-120 CLUTCHES REAR DRIVE SINGLE AXLES - 2/UNL/P&L 15.5" HD Clutch' 1/100/P&L MS-10-113 RC-23-160 MS-26-616 15.5" TwinXTend 1/100/P&L RS-13-120 RH-23-160 RS-26-185/380 17" FreedomLine Clutch 1/100/P&L RS-15-120 RS-23-160 MS-30-616 'Products with an in-service date prior to 11/01/02 warranted by Meritor Clutch MS-17-14X RS-23-160 RH-30-185 Company. RS-17-144/145/A RC-23-161 RS-30-185/380 MS-19-14X RH-23-161 MS-35-380 RS-19-144 RS-23-161 RS-38-380 MS 21 114 RS-23-186/380 RC-25-160 RPL 92N RN MXL MS-21-14X RC-23-162 RC-26-633 RS-21-145 RC-23-165 MT-58-616 RS-21-145/A RS-24-160 71162 RS-21-160 RS-25-160 71163 RC-22-145 RH-26-185 169 8 OFF-HIGHWAY SERVICE WARRANTY INFORMATION INDUSTRIAL AND OFF-HIGHWAY SERVICE VEHICLES Load-On/Load-Off Yard Jockey Specialized Mining Rail Car Mover Port Tractor All-Terrain Crane Excavator Loader Rail Yard Spotter Rough Terrain Crane Compactor Tow Tractor Roll-On/Roll-Off Forestry Fertilizer Spreader Pushback Tractor Stevedoring Tractor Material Handling Snow Blower Trailer Spotter Specialized Heavy Haul Mining ALLY IS INDUSTRIAL AND OFF-HIGHWAY SERVICEYP C Low mileage operation Coverage under Meritor's warranty requires that the application of products Low speed vehicle speed restriction be properly approved pursuant to OEM, Meritor, Meritor WABCO, and ZF Vehicles are not typically licensed for highway use engineering approvals. Refer to TP-9441 for axles and/or contact Meritor Six(6)starts/stops per mile(typical) regarding specific application approval questions on any product line. MOR MOX MOC RPL RN MXL FRONT NON-DRIVE STEER AXLES - litINUP REAR DRIVE TANDEM AXLES - 1/UNL/P FF-941 FL-943 MFS-16-143A-N MT-44-14X/P MT-70-380 RT-46-164EH/P FF-943 MFS-12-143A-N MFS-18-133A-N MT-52-616 RT-44-145/P RT-50-160/P FF-961 MFS-12-144A-N MFS-20-133A-N MT-58-616 RT-46-160/P FF-966 MFS-13-143A-N MON-ZO FAMILY FG-941 MFS-13-144A-N FG-943 MFS-14-143A-N BRAKE COMPONENTS FL-941 MFS-16-122A-N Cam P 3/UnI/P PLANETARY AXLES - 1/UNL/P Cam 0 PIusT" 3/UnI/P&L ASA 3/UnI/P MOR MOX MOC MOT Hubs/Cast Drums and Other Wheel-end Components 1/UnI/P Hydraulic Disc Brakes 1/UnI/P All Other Brakes 1/UnI/P REAR DRIVE SINGLE AXLES - 1/11NUP X500 a..... L Includes:bushing,seal,cam and ASA. 1/UnI/P RS-23-186 MS-30-616 MS-35-380 Based on stamped wear diameter max. RS-23-380 RS-30-185 RS-24-160 RS-30-380 MER1TOR WABCO COMPONENTS' ABS(Anti-Lock Braking System)Air/Hydraulic 3/300/P&L Air Dryers(ALL) 1/100/P&L Leveling Valves 1/UnI/P&L Air Brake Valves 1/100/P Clutch Controls 2/200/P&L Air Compressors' 1/100/P&L Actuator 1/100/P&L Warranted by Meritor WABCO Vehicle Control Systems. 2 WABCO compressors installed on Cummins,Mercedes,and DDC engines are not warranted or serviced by Meritor WABCO.Please contact your respective dealer/ distributor of those engines for warranty and servicing. 170 10 TERMS AND CONDITIONS COVERAGE EXCLUSIONS:aaenanananaeadnananaaaenanananaeadnananaaaenanananaeadnananaaaenanananaeadnananaaaa COVERAGE LIMITATIONS: aaenanananaeadnananaaaenanananaeadnananaaaenanananaeadnananaaaenanananaeadnananaaaa Product Description Product Description All All The cost of any repairs, replacements or adjustments to a covered Any claim beyond 60 days from date of repair will not be accepted component (1) associated with noise; (2) resulting from the use or honored under this warranty program. or installation of non-genuine Meritor components or materials; (3) due to vibration associated with improper operation or Front Axles misapplication of drivetrain components; and (4) damage resulting Tie rod and tie rod ends limited to 3-year/300,000-mile or pub- from corrosion. lished vocational coverage, whichever is less. Wheel seals, gaskets and wheel bearings are covered for 1 year/unlimited miles if the Front Axles wheel end equipment is supplied and assembled by Meritor. King Pin Bushings. Rear Axles Rear Axles Pinion and through shaft seals limited to 3-year/300,000-mile Self-contained traction equalizers and oil filters. The use of or published vocational coverage, whichever is less, if yoke is NoSPIN differentials will result in the exclusion of axle shafts from installed by Meritor. If yoke is not installed by Meritor, then warranty considerations. NoSPIN is a product of Eaton. Meritor does not warrant pinion seals. Wheel seals, gaskets and wheel bearings are covered for 1 year/unlimited miles if the Clutch wheel end equipment is supplied and assembled by Meritor. Friction face and mating surface of center and pressure plate, wear pads and clutch brake. Rear Axles The Meritor°breather part number A-2297-C-8765 with ASA A-3196-J-1336 hose must be used for eligibility of any potential Boot and bushing. Bent, broken, over-torqued, missing or warranty consideration relating to contamination and/or loss otherwise damaged pawl assemblies. of lube in axles. ABS, Electronic Stability Control (ESC), Roll Stability Cam Brake Control (RSC) and OnGuard Limited to bracket, brake spider and camshaft structural integrity. Cut, broken, chaffed or otherwise damaged cable wires. Damaged sensors from removal when seized in block, or sensor adjust- X30 meets/alignments. Valve failures due to contamination in air Wearable life is up to the discard diameter of the drum. system. E.C.U. failures due to excessive over-voltage conditions. Disc Brake Air Dryers Warranty coverage for boots, seals, bushings and pins is 2/200/P. Mounting brackets (see vehicle OEM). Desiccant cartridge Warranty coverage for pads is 1/100/P. housing only. Warranty coverage on vehicles with 1,850 lb-ft engine torque and Air System Components over may be reduced on individual drivetrain components. Contact Gladhand seals, dash valve knobs, valve actuation handles, your Meritor representative for specific details. treadles, pedals. Water and other contamination damage that is due to the use of a non-genuine air dryer cartridge will not be covered. Cam Brake Brake lining wear and brake shoe "rust-jacking." Disc Brake Pad wear, rotor wear. 171 11 TERMS AND CONDITIONS (1)What is Covered by this Commercial Warranty? (3)What is the Cost of this Warranty? Meritor Inc.warrants to the owner("Owner")that the components There is no charge to the Owner for this warranty. listed in this publication,which have been installed by an Original Equipment Manufacturer("OEM")as original equipment in vehicles (4)What is not Covered by this Warranty? licensed for on-highway use,will be free from defects in material and This warranty does not cover normal wear and tear; nor does it cover workmanship.This warranty coverage begins only after the expiration a component that fails,malfunctions or is damaged as a result of(I) of the OEM's vehicle warranty for the applicable covered components. improper installation,adjustment, repair or modification (including Warranty coverage ends at the expiration of the applicable time period the use of unauthorized attachments or changes or modification in from the date of vehicle purchase by the first Owner,or,the applicable the vehicle's configuration,usage,or vocation from that which was mileage limitation,whichever occurs first. Duration of coverage originally approved by Meritor), (II)accident, natural disaster,abuse, varies by component and vocation as detailed elsewhere in this or improper use(including loading beyond the specified maximum warranty statement. vehicle weight or altering engine power settings to exceed the transmission,axle,driveline,and/or clutch torque capacity),or Some components are warranted for parts only and the Owner must (III) improper or insufficient maintenance(including deviation from pay any labor costs associated with the repair or replacement of the approved lubricants,change intervals,or lube levels).This warranty component.Other components are warranted for both parts and does not cover any component or part that is not sold by Meritor. reasonable labor to repair or replace the subject component. For vehicles that operate full or part time outside of the United States Components(whether new,used or remanufactured) installed as and Canada,a one year,unlimited mileage,parts only warranty replacements under this warranty are warranted only for the remainder (1/Unl/P)will apply. of the original period of time or mileage under the original warranty. (5)Remedy. For certain components,coverage requires the use of specific The exclusive remedy under this warranty shall be the repair or extended drain interval or synthetic lubricants. For further information replacement of the defective component at Meritor's option. Meritor about lubrication and maintenance,see Meritor publication reserves the right to require that all applicable failed materials are Maintenance Manual Number I and the applicable Meritor available and/or returned to Meritor for review and evaluation. maintenance manual for the product in question.Other conditions and limitations applicable to this warranty are detailed below. (6)Disclaimer of Warranty. THIS WARRANTY IS EXPRESSLY IN LIEU OF ALL OTHER (2)Designation of Vocational Use Required. WARRANTIES OR CONDITIONS, EXPRESSED, IMPLIED OR To obtain warranty coverage,each Owner must notify Meritor through STATUTORY INCLUDING ANY IMPLIED WARRANTY OF the OEM new truck and/or trailer dealer of the intended vocational MERCHANTABILITY OR FITNESS FOR PARTICULAR PURPOSE. use of the vehicle into which the Meritor components have been incorporated prior to the vehicle in-service date.This notification (7)Limitation of Remedies. may be accomplished by registering the vehicle through your OEM In no event shall Meritor be liable for special, incidental, indirect,or new truck and/or trailer dealer or with Meritor directly. Failure to consequential damages of any kind or under any legal theory, notify Meritor of(I)the intended vocational use of the vehicle or(II) including,but not limited to,towing,downtime, lost productivity, a change in vocational use from that which was originally designated, cargo damage,taxes,or any other losses or costs resulting from a will result in the application of a one year,unlimited mileage,parts defective covered component. only warranty(1/Unl/P)from the initial in-service date. (8)To Obtain Service. A second Owner and each subsequent Owner must also notify Meritor If the Owner discovers within the applicable coverage period a defect as to the intended vocational use of the vehicle.This notification can in material or workmanship,the Owner must promptly give notice to be sent directly to Meritor or through the OEM new truck and/or trailer either Meritor or the dealer from which the vehicle was purchased.To dealer.The duration and mileage coverage of this warranty cannot obtain service,the vehicle must be taken to any participating OEM new exceed the coverage extended to the first Owner after his or her initial truck and/or trailer dealer or authorized Meritor service location.The designation of vocational use. dealer will inspect the vehicle and contact Meritor for an evaluation of the claim.When authorized by Meritor,the dealer will repair or replace Coverage under Meritor's warranty requires that the application of during the term of this warranty any defective Meritor component products be properly approved pursuant to OEM, Meritor, Meritor- covered by this warranty. WABCO,and ZF engineering approvals.Refer to TP-9441 for axles, SP-8320 for trailer axles,and/or contact Meritor regarding specific (9)Entire Agreement. application approval questions on any product line. This is the entire agreement between Meritor and the Owner about warranty and no Meritor employee or dealer is authorized to make any additional warranty on behalf of Meritor.This agreement allocates the responsibilities for component failure between Meritor and the Owner. .A 172 For more information: Meritor Heavy Vehicle Systems, LLC 866-OnTracl (866-668-7221) 2135 West Maple Road Litho in USA ©2012 Meritor,Inc. nrernor,com Troy,Michigan 48084 USA SP-95155 Revised 06-12(47865/11900) Vehicle models,brands and names depicted herein are the property of their respective owners,and are not in any way associated with Mentor,Inc.,or its affiliates. % nom nd escue A D oro IIIoro" SS Ten (10) Year Structural Integrity Custom Cab 11111111111111111 1.LIMITED WARRANTY Notwithstanding anything to the contrary herein,Pierce makes no warranty whatsoever as to: Subject to the limitations and exclusions set forth below,Pierce Manufacturing provides the following warranty to the Buyer: (a)any integral parts,components,attachments or trade accessories of or to the product that are not manufactured by Pierce,including but not limited to engines,transmissions, drivelines,axles,water pumps and generators;with respect to all such parts, components,attachments and accessories,Pierce shall assign to Buyer the applicable warranties,if any,made by the respective manufacturers thereof; Coverage: The Pierce Custom Cab shall be free from structural failures (b)any vehicle,chassis,or component,part,attachment or accessory damaged by caused by defects in material and workmanship misuse,neglect,fire,exposure to severe environmental or chemical conditions,acidic environment,improper maintenance,accident,crash,or force majeure such as natural disaster,lightning,earthquake,windstorm,hail,flood,war or riot; (c)any vehicle,chassis or component,part,attachment or accessory that has been repaired,altered or assembled in any way by any person or entity other than Pierce Warranty Begins: The date of the original purchase invoice(issued when the which,in the sole judgment of Pierce,adversely affects the performance,stability or product ships from the factory). purpose for which it was manufactured;or Ten(10)Years (d)products or parts which may in the ordinary course wear out and have to be replaced Warranty Period during the warranty period,including,but not limited to,tires,fluids,gaskets and light Ends After: 100,000 Miles bulbs.Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced(a)without prior written approval of the Pierce Customer Service Department;or(b)at a facility which has not been approved by Pierce as to technical capability. Any repairs,modifications,alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. 2.DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE.PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES,WHETHER EXPRESS,IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY,ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE,AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. a BUYER'S EXCLUSIVE REMEDY. Conditions and This warranty applies only to the cab tubular support and If the product fails to conform to the warranty set forth in paragraph 1 during the warranty Exclusions: mounting structures and other structural components of the period,and such nonconformity is not due to misuse,neglect,accident or improper cab of the vehicle model,as identified in the Pierce maintenance,Buyer must notify Pierce within the time period specified in paragraph 1, See Also specifications for the Fire and Rescue Apparatus. and shall make the product available for inspection by Pierce or its designated agent.At Paragraphs the request of Pierce,any allegedly defective product shall be returned to Pierce by 2 thru 4 This warranty does not apply to damage caused by corrosion. Buyer for examination and/or repair.Buyer shall be responsible for the cost of such transportation,and for risk of loss of or damage to the product during transportation. Within a reasonable time,Pierce shall repair or replace(at Pierces option and expense) any nonconforming or defective parts.Repair or replacement shall be made only by a facility approved in advance in writing by Pierce.THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4.EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer,IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL,SPECIAL,INDIRECT,OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT,WARRANTY,TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY)OR OTHER THEORY OF LAW OR EQUITY,WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE,OR THEIR OPERATION OR FAILURE TO OPERATE,OR ANY DEFECTS THEREIN,OR ANY UNDERTAKINGS,ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES.Without limiting the generality of the foregoing,Pierce This limited warranty shall apply only if the product is properly maintained in accordance specifically disclaims any liability for property or personal injury damages,penalties, with Pierces maintenance instructions and manuals and is used in service which is damages for lost profits or revenues,loss of vehicles or products or any associated normal to the particular model.Normal service means service which does not subject the equipment,cost of substitute vehicles or products,down-time,delay damages,any other product to stresses or impacts greater than normally result from careful use.If the Buyer types of economic loss,or for any claims by any third party for any such damages. discovers a defect or nonconformity,it must notify Pierce in writing within thirty(30)days after the date of discovery,but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE Note:Any Surety Bond,if a part of the sale of the vehicle as to which this limited TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER warranty is provided,applies only to this Pierce Basic One Year Limited Warranty for OR TO ANY OTHER PERSON OR ENTITY. such vehicle,and not to other warranties made by Pierce in a separate document(if any) or to the warranties(if any)made by any manufacturer(other than Pierce)of any part, 1 73 component,attachment or accessory that is incorporated into or attached to the vehicle. J 2/8/2010 WA0012 e" i I Irk no , rescue A Da ratus Ten (10) Year Pro-Rated Paint and Corrosion Cab 1.LIMITED WARRANTY Notwithstanding anything to the contrary herein,Pierce makes no warranty whatsoever as to: Subject to the limitations and exclusions set forth below,Pierce Manufacturing provides the following warranty to the Buyer: (a)any integral parts,components,attachments or trade accessories of or to the product that are not manufactured by Pierce,including but not limited to engines,transmissions, drivelines,axles,water pumps and generators;with respect to all such parts, components,attachments and accessories,Pierce shall assign to Buyer the applicable Exterior surfaces of the cab painted by Pierce shall be free warranties,if any,made by the respective manufacturers thereof; from blistering,peeling,corrosion or any other adhesion (b)anyvehicle,chassis,or component,part,attachment or accessorydamaged Coverage: defect caused bydefective manufacturingmethods orpaint misuse, p g by misuse,neglect,fire,exposure to severe environmental or chemical conditions,acidic material selection. environment,improper maintenance,accident,crash,or force majeure such as natural disaster,lightning,earthquake,windstorm,hail,flood,war or riot; (c)any vehicle,chassis or component,part,attachment or accessory that has been repaired,altered or assembled in any way by any person or entity other than Pierce Warranty Begins: The date of the original purchase invoice(issued when the which,in the sole judgment of Pierce,adversely affects the performance,stability or product ships from the factory). purpose for which it was manufactured;or (d)products or parts which may in the ordinary course wear out and have to be replaced Warranty Period Ten(10)Years during the warranty period,including,but not limited to,tires,fluids,gaskets and light Ends After: bulbs.Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. The original purchaser may void this warranty in part or in its entirety if the product is This limited warranty is applicable to the vehicle in the repaired or replaced(a)without prior written approval of the Pierce Customer Service following percentage costs of warranty repair,if any: Department;or(b)at a facility which has not been approved by Pierce as to technical capability. Any repairs,modifications,alterations or aftermarket parts added after Topcoat Durability&Appearance:Gloss,Color Retention& manufacture without the authorization of Pierce may void this warranty. Cracking 2.DISCLAIMERS OF WARRANTIES 0-72 months 100% 73-96 months 50% THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE 97-120 months 25% WARRANTY GIVEN BY PIERCE.PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES,WHETHER EXPRESS,IMPLIED OR STATUTORY, Integrity of Coating System:Adhesion,Blistering/Bubbling INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY,ANY 0-36 months 100% WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE,AND ANY WARRANTIES 37-84 months 50% ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 85-120 months 25% a BUYER'S EXCLUSIVE REMEDY. Conditions and Corrosion:Dissimilar Metal and Crevice If the product fails to conform to the warranty set forth in paragraph 1 during the warranty Exclusions: 0-36 months 100% period,and such nonconformity is not due to misuse,neglect,accident or improper 37-48 months 50% maintenance,Buyer must notify Pierce within the time period specified in paragraph 1, See Also 49-72 months 25% and shall make the product available for inspection by Pierce or its designated agent.At Paragraphs 73-120 months 10% the request of Pierce,any allegedly defective product shall be returned to Pierce by 2 thru 4 Buyer for examination and/or repair.Buyer shall be responsible for the cost of such Corrosion Perforation transportation,and for risk of loss of or damage to the product during transportation. 0-120 months 100% Within a reasonable time,Pierce shall repair or replace(at Pierces option and expense) any nonconforming or defective parts.Repair or replacement shall be made only by a This limited warranty applies only to exterior paint.Paint on facility approved in advance in writing by Pierce.THIS REMEDY SHALL BE THE the vehicle's interior is warranted only under the Pierce Basic EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. One Year Limited Warranty. 4.EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Items not covered by this warranty include: Notwithstanding anything to the contrary herein or in any agreement between Pierce and (a)Damage from lack of maintenance and cleaning (proper Buyer,IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, cleaning and maintenance procedures are detailed in the INCIDENTAL,SPECIAL,INDIRECT,OR PUNITIVE DAMAGES WHATSOEVER, Pierce operation and maintenance manual). WHETHER ARISING OUT OF BREACH OF CONTRACT,WARRANTY,TORT (b)UV paint fade. (INCLUDING NEGLIGENCE AND STRICT LIABILITY)OR OTHER THEORY OF LAW (c)Any cab not manufactured by Pierce. OR EQUITY,WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE,OR THEIR OPERATION OR FAILURE TO OPERATE,OR ANY DEFECTS THEREIN,OR ANY UNDERTAKINGS,ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES.Without limiting the generality of the foregoing,Pierce This limited warranty shall apply only if the product is properly maintained in accordance specifically disclaims any liability for property or personal injury damages,penalties, with Pierce's maintenance instructions and manuals and is used in service which is damages for lost profits or revenues,loss of vehicles or products or any associated normal to the particular model.Normal service means service which does not subject the equipment,cost of substitute vehicles or products,down-time,delay damages,any other product to stresses or impacts greater than normally result from careful use.If the Buyer types of economic loss,or for any claims by any third party for any such damages. discovers a defect or nonconformity,it must notify Pierce in writing within thirty(30)days after the date of discovery,but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE Note:Any Surety Bond,if a part of the sale of the vehicle as to which this limited TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER warranty is provided,applies only to this Pierce Basic One Year Limited Warranty for OR TO ANY OTHER PERSON OR ENTITY. such vehicle,and not to other warranties made by Pierce in a separate document(if any) or to the warranties(if any)made by any manufacturer(other than Pierce)of any part, .1 7�t component,attachment or accessory that is incorporated into or attached to the vehicle. I �-F 2/8/2010 WA0055 F It' ,r7; o , - 1%9D1-cl---711 ,...; mi z ���Ill III = ° IIIA 1 I ® o- •..i.? 'A`n55 .1 a I I 1 I A ., LL, m Fm , 11_,_1,,,,.E 0 r§0')80§ 4 'i `m IIIII11111H , I IMr� . ` `, I,- j v N l • M - a 0 e D 1>a Z O C L0 I- 0 rC -- 1-71 "" o rIILIII:,..„-r'r' 1 , G� ®j To t o 0 IIIA _ a :*io : r T18 L':1 L'IL'71111 v d o . ---i ....•• : on C � a Ci-II- u ,....__. _ 0, ,_ \ o } ...�._ _ 1 ;d r f I^ �I o} ry w .0 D i I Ili ..1 EMI .'8 1 41,7 -.__L. . 1 R 3 ,Z (n— .IIiiiiiiii —��� v L. _I � — il z II 8CA — 0 /"'L S ® )' C/ ' a *, .oI PI � 1II• ri � �° \ —X. , #\� \ . 0 n } O rn 175 ',,,, ,,,E = z _ 7m 7 ATTACHMENT 2 Pierce Manufacturing Inc. AN OSHKOSH CORPORATION COMPANY• ISO 9001:2000 CERTIFIED 2600 AMERICAN DRIVE �. POST OFR CE BOX 2017 APPLETON,WISCONSIN 54912-2017 920-832-3000• FAX 920-832-3208 www.piercemfg.com PROPOSAL FOR PIERCE® FIRE APPARATUS City of Ukiah Fire Department DATE April 6, 2017 300 Seminary Avenue QUOTE NO. 500406-17-AA Ukiah,CA 95482 EXPIRES September 29, 2017 SALES REP. Jon Bauer The undersigned is prepared to manufacture for you, upon an order being placed by you,for final acceptance by Pierce Manufacturing, Inc.,at its home office in Appleton,Wisconsin,the apparatus and equipment herein named and for the following prices: OPTION A: FULL PAYMENT AT CONTRACT SIGNING # Description First Unit Second Unit A Enforcer Type 1 Engine (GPO Purchase Code 2.1) 554,837.85 525,810.98 B Delivery/ Dealer Preparation 4,850.00 4,850.00 C DISCOUNT FOR FULL PAYMENT AT CONTRACT SIGNING (28,095.01) (26,461.21) D SUBTOTAL 531,592.84 504,199.77 E State Sales Tax @ 8.375% 44,520.90 42,226.73 F Performance Bond 1,637.71 1,552.78 G TOTAL PER UNIT 577,751.45 547,979.28 GRAND TOTAL 1,125,730.73 OPTION A- FULL PAYMENT AT CONTRACT SIGNING TERMS AND CONDITIONS: 1) The Grand Total pricing is only valid if two (2) units are purchased at the same time, on the same contract (or purchase order). 2) The City of Ukiah pay the purchase price of $1,125,730.73 for the Product within fifteen (15) calendar days of contract signing directly to Pierce Manufacturing Inc. 3) The proposed delivery timeframe for the Product will not begin until Pierce Manufacturing Inc. approves the contract and receives full payment of the purchase price of $1,125,730.73. 4) If payment of $1,125.730.73 is late and if the City of Ukiah elects not to have the delivery extended, $95.00 per calendar day will be added to the final invoice. 176 OPTION B: FULL PAYMENT AT DELIVERY # Description First Unit Second Unit A Enforcer Type 1 Engine (GPO Purchase Code 2.1) 554,837.85 525,810.98 B Delivery/ Dealer Preparation 4,850.00 4,850.00 C SUBTOTAL 559,687.85 530,660.98 D State Sales Tax @ 8.375% 46,873.86 44,442.86 E Performance Bond 1,637.71 1,552.78 F TOTAL PER UNIT 608,199.42 576,656.62 GRAND TOTAL 1,184,856.04 OPTION B - FULL PAYMENT AT DELIVERY TERMS AND CONDITIONS: 5) The Grand Total pricing is only valid if two (2) units are purchased at the same time, on the same contract (or purchase order). 6) The City of Ukiah pay the purchase price of $1,184,856.04 for the Product within fifteen (15) calendar days of the units departing the manufacturing facility. Said apparatus and equipment are to be built and shipped in accordance with the specifications hereto attached,delays due to strikes,war,or intentional conflict,failures to obtain chassis,materials,or other causes beyond our control not preventing,within about 420 to 450 calendar days after receipt of this order and the acceptance thereof at our office at Appleton,Wisconsin,and to be delivered to you at Ukiah,CALIFORNIA. The specifications herein contained shall form a part of the final contract,and are subject to changes desired by the purchaser, provided such alterations are interlined prior to the acceptance by the company of the order to purchase,and provided such alterations do not materially affect the cost of the construction of the apparatus. The proposal for fire apparatus conforms with all Federal Department of Transportation(DOT)rules and regulations in effect at the time of bid, and with all National Fire Protection Association(NFPA)Guidelines for Automotive Fire Apparatus as published at the time of bid, except as modified by customer specifications. Any increased costs incurred by first party because of future changes in or additions to said DOT or NFPA standards will be passed along to the customers as an addition to the price set forth above. Any Purchase Order(PO) issued as a result of this proposal should be made out to Pierce Manufacturing Inc. Unless accepted prior to September 29, 2017,the right is reserved to withdraw this proposition. Res•ectfull Submitted Authorized Sales Representative 177 2 ATTACHMENT 3 e /" rn .:: :�ua bank leasingequipment August 29, 2017 City of Ukiah C/O Trevor Mael Dear Trevor, I am pleased to present the terms and conditions of our proposal to lease equipment to City of Ukiah. This letter is not an approval to enter into a lease, nor should it be construed as an offer or commitment to perform any undertaking. An approval of this proposal may be considered after full review by the appropriate officers of Financial Pacific Leasing, Inc. and Umpqua Bank. Final approval may contain additional or modified terms. Please indicate your interest in our proposal by signing and returning the enclosed copy of the "Terms and Conditions", along with the Security Deposit, by September 30, 2017. By accepting our proposal, you agree that Umpqua Bank Equipment Leasing &Finance shall not be held liable for any action or inaction stemming from this letter. Thank you for this opportunity to respond to your needs. We hope that our proposal is both timely and competitive, and we look forward to working with you to successfully fund and close this transaction. Sincerely, Brian Hildebrandt Vice President 1333 N. California Blvd., Suite#300 Walnut Creek, CA 94596 Phone: (925) 949-2865 178 UBELF-LPMUNI-9-8-16 Financial Pacific Leasing,Inc.,doing business as Umpqua Bank Equipment Leasing&Finance,is a subsidiary of Umpqua Bank. Products offered by Financial Pacific Leasing,Inc.,are not FDIC insured. ) ' ) io Terms and Conditions: Lessor: Financial Pacific Leasing, Inc., d.b.a. Umpqua Bank Equipment Leasing& Finance, a subsidiary of Umpqua Bank or it's assigns ("Lessor") Lessee(s): City of Ukiah, Ca. Equipment Financing Vehicle: Municipal Lease-Purchase Agreement Equipment & Cost: Fire Truck and equipment (the "Equipment"). All Equipment shall be satisfactory to Lessor. Lease Amount: Not to exceed$1,125,000.00 in the aggregate. Lease Term: Ten (10) years Payments: Twenty(20)payments,payable semi-annually in arrears at $63,346.88 Lease Rate: 2.31% The lease rate specified above is based upon the like term(10 year) Swap Rate published by BAML Mercury-Market Summery("Index") at 2.05% as of August 29, 2017. Should the Index increase prior to any lease schedule documentation and commencement, the lease rates shall be adjusted to maintain the economic returns anticipated by Lessor. Tax Benefits: The lease shall be considered a municipal lease/purchase and qualifies for tax- exempt status. Lessee shall pay all fees, assessments, sales,use,property and other taxes imposed, except those levied on the net income of Lessor by the United States, the State of California, or other applicable jurisdiction. Commencement Date: It is contemplated that the Equipment will be installed and acceptable for Lease Commencement on October 15, 2017 and/or on the first or fifteenth day of each month thereafter. Interim Rent: Interim rent will be payable from the funding date to the Lease Commencement Date at a rate equal to the Lease Rate Factor applied on a per diem basis to the amount funded. Progress Payments: Lessor will consider periodically disbursing funds to various Equipment vendors under a progress payment agreement (PPA) between Lessor and Lessee. Any funds outstanding under the PPA shall accrue interest from the date of funding to the lease funding date at 65% of the 30 day LIBOR rate+500bp. Such interest shall be calculated 15 days prior to the 1St day of each month and shall be fixed for each monthly period thereafter. Interest shall be payable on the 1"day of 179 UBELF-LPMUNI-9-8-16 Financial Pacific Leasing,Inc.,doing business as Umpqua Bank Equipment Leasing&Finance,is a subsidiary of Umpqua Bank. Products offered by Financial Pacific Leasing,Inc.,are not FDIC insured. io each month after initial funding. No interest shall be capitalized into the Equipment cost. End of Lease Options: At the end of the initial lease term, Lessee will have the option to purchase all, but not less than all, of the Equipment for$1.00. Expiration of Facility: All fundings shall be allowed in amounts greater than $50,000.00. All takedowns shall occur prior to June 30, 2018 and without extension,the facility shall expire. Lessor shall have no obligation to lease any item of Equipment after said date. Net Lease: All costs of operation, maintenance, taxes, insurance and other affiliated costs will be paid by Lessee as this transaction has been structured as a net lease. Insurance: Lessee will provide evidence of all-risk physical damage and liability insurance coverage in such amounts and with deductibles all as may be required by Lessor. In addition,endorsements and assignments of such policies shall name Lessor (and its assigns) as loss payee and/or additional insured, as may be required by Lessor. All insurance coverage shall be from a carrier acceptable to Lessor. Maintenance: Lessee shall, at its sole cost and expense, maintain the Equipment in compliance with all statutes, laws, ordinances,regulations, standards, and directives (including environmental) by any governmental agency and the Equipment must be maintained in accordance with all manufacturer's suggested and recommended maintenance procedures including preventive maintenance; and such other maintenance and return conditions as the Lessor may require. Documentation: All legal matters and all documentation to be executed in connection with the contemplated lease shall be satisfactory in form and substance to Lessor and counsel to Lessor. Costs & Expenses: Lessee shall be responsible for all fees,costs and disbursements incurred by Lessor in connection therewith, including without limitation, all fees and disbursements of counsel to Lessor(if any), appraisal costs (if any) and all filing and search fees. A documentation fee of$500 per lease schedule/takedown will be payable by Lessee. Security Deposit: A$500.00 security deposit shall be payable to Lessor upon acceptance of this proposal. This security deposit, less all costs and expenses incurred by the Lessor, including but not limited to documentation and attorney's fees,will be refunded should Lessor not offer an approval for this transaction. If an approval is extended by Lessor and accepted by Lessee, the security deposit shall convert to an approval fee("Approval Fee"),which would all be non- refundable if the transaction were not consummated. If the contemplated transaction were consummated, the Approval Fee would be refunded pro-rata (funded amount to the Amount approved) less any costs and expenses incurred by Lessor in connection with this transaction. 180 UBELF-LPMUNI-9-8-16 Financial Pacific Leasing,Inc.,doing business as Umpqua Bank Equipment Leasing&Finance,is a subsidiary of Umpqua Bank. Products offered by Financial Pacific Leasing,Inc.,are not FDIC insured. io Additional Terms & Conditions: 1) Any non-appropriation clause in the lease shall be satisfactory to Lessor. 2) Anticipated borrowing for 2016 will not exceed$10,000,000, making the lease"Bank Qualified"under section 265(b)(3) of the IRS Code. 3) Lessee is a state or political subdivision thereof, within the meaning of Section 103 of the Internal Revenue Code of 1983. 4) Lessor shall receive an Opinion from Lessee's counsel stating that the lease qualifies for tax-exempt financing under IRS guidelines and the Opinion must reference#2 and#3 above. Confidentiality: Except as required by law,neither the proposal nor its Terms and Conditions will be disclosed publicly or privately except to those individuals who are your officers,employees or advisors who have a need to know as a result of being involved in the proposed financing. The foregoing confidentiality provisions shall not apply to the disclosure of the federal income tax structure or treatment of the proposed financing. Authorization: Lessee acknowledges and agrees that Lessor may furnish all Lessee presented information, financials, analysis, and related credit and review materials to its employees, counsel and agents as well as its participants and assigns. Lessee authorize Lessor to contact Umpqua Bank, and all trade suppliers and other references of Lessee, and to order any and all credit checks and investigative reports, all as Lessor deems necessary in connection with the evaluation of the transaction. This proposal is for discussion purposes only, and is only a general, non-binding proposal on the part of Lessor. I/We have reviewed the above Terms and Conditions and request the Lessor to pursue underwriting and approval of a commitment for the described lease agreement. Accepted this day of ,2017 City of Ukiah By: Printed Name: Title: 181 UBELF-LPMUNI-9-8-16 Financial Pacific Leasing,Inc.,doing business as Umpqua Bank Equipment Leasing&Finance,is a subsidiary of Umpqua Bank. Products offered by Financial Pacific Leasing,Inc.,are not FDIC insured. io ATTACHMENT 4 RESOLUTION 2017- RESOLUTION OF THE CITY COUNCIL OF THE CITY OF UKIAH APPROVING PURCHASE OF FIRE ENGINES AND AUTHORIZING CITY MANAGER TO NEGOTIATE AND EXECUTE LEASE PURCHASE AGREEMENT AND RELATED DOCUMENTS WHEREAS: 1. The City has determined to acquire two 2018 Pierce Enforcer Type 1 Fire Engines (collectively "the Equipment")as essential components of the City's Fire Department and the provision of fire protection in the City and in the Ukiah Valley Fire District; and 2. The City Council has determined that acquiring the Equipment under a Master Lease Agreement("Lease") and accompanying Equipment Schedule("Schedule")with Financial Pacific Leasing, Inc., DBA Umpqua Bank Equipment Leasing&Finance("Umpqua")is in the best interests of the City; and 3. Under the Lease, the City will assign to Umpqua the City's rights,but not its obligations,to acquire the Equipment and Umpqua will lease the Equipment to the City pursuant to the terms set forth in the Term Sheet, attached hereto as Exhibit A; and 4. The City will be obligated under the Lease and accompanying Schedule with Umpqua to make annual lease payments which will total the purchase price of the Equipment plus interest,provided the City Council appropriates funds each year to make the lease payments; NOW, THEREFORE,BE IT RESOLVED that: 1. The purchase of the Equipment from Pierce Manufacturing Inc. for the total amount of $1,125,730.73, including sales tax, is hereby approved. 2. The City Manager is hereby authorized and directed to negotiate and execute on behalf of the City a Lease, Schedule and related documents that finance the purchase of the Equipment in accordance with the Term Sheet, attached hereto as Exhibit A, subject to legal review by the City Attorney. PASSED AND ADOPTED on , 2017,by the following Roll Call Vote: AYES: NOES: ABSTAIN: ABSENT: Jim Brown, Mayor ATTEST: Kristine Lawler, City Clerk 182 1 Agenda Item No.: 13c MEETING DATE/TIME: 9/6/2017 os PEAK ITEM NO: COU-136-2017 YOU /1,,,, '„ ,,,,ity af,,,,Ukiah, 4 AGENDA SUMMARY REPORT SUBJECT: Discussion and Consideration of Modifications to the 2017 Council Special Assignment and Ad Hoc List, and Adoption of Resolution Establishing the Fire Executive Committee. DEPARTMENT: City Clerk PREPARED BY: Kristine Lawler ATTACHMENTS: Attachment 1- 2017 City Council Special Assignments &Ad Hocs List Attachment 2- Resolution with Exhibit A-Agreement Summary: On January 4th, 2017, Council approved the 2017 Council Special Assignment List. Periodically, Council is asked to review the list to determine whether to disband ad hocs that are no longer active, and/or create ad hocs and committees for special topics and tasks. At this time, the City Council will consider the following: disband the Fire District Merger Discussion Ad Hoc; create a Fire Executive Committee, per the recently adopted agreement between the City of Ukiah and the Ukiah Valley Fire Protection District; and create a Solid Waste Rate Ad Hoc. Background: (See summary.) Discussion: Council may discuss and take action on Staffs recommendation for the following changes to the RECOMMENDED ACTION: Disband the Fire District Merger Ad Hoc: adopt the Resolution to establish the Fire Executive Committee and appoint Mayor Brown and Vice Mayor Doble as members: and establish and appoint two members to serve on the Solid Waste Rate Ad Hoc. BUDGET AMENDMENT REQUIRED: No CURRENT BUDGET AMOUNT: N/A PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: Sage Sangiacomo, City Manager; Kirk Thomsen, Interim Fire Chief; and Dan Buffalo, Finance Director Approved: 1 S7 pie Sa 'gi omo, City Manager 2017 Council Special Assignment and Ad Hoc List (Attachment 1): FIRE DISTRICT MERGER DISCUSSION AD HOC: Objective- To continue discussions with the Ukiah Valley Fire District for the purpose of working together towards a 'to be determined'form of governance and/or contractual arrangement. Accomplishment-An agreement was reached and signed by both the City of Ukiah and the Ukiah Valley Fire District on August 24, 2017. Recommendation - Disband the Fire District Discussion Ad Hoc as the objective has been accomplished. FIRE EXECUTIVE COMMITTEE: Objective- Per Agreement No. COU-1718-098 (Exhibit A to Attachment 2), approved by City Council and the Ukiah Valley Fire District on August 24, 2017, both parties agreed that a "Fire Executive Committee", whose members shall consist of two appointees from each party's legislative bodies, be formed to be the administrative entity to implement the purposes of the agreement as specified in the agreement. Recommendation - Staff recommends that by resolution (Attachment 2), Council establish a "Fire Executive Committee", and appoint Mayor Brown and Vice Mayor Doble to serve on the committee, as they have served on the Fire District Merger Discussion Ad Hoc and are most familiar with the background and discussions. The Fire Executive Committee will be a Standing Committee that will serve until City Council and the Ukiah Valley Fire District Board decides otherwise. SOLID WASTE RATE AD HOC: Objective- To review rates and make recommendations (if warranted) to the City Council in regards to the activities/services of City's franchise solid waste hauler and transfer station operator including curbside and transfer station solid waste rates. Recommendation - Staff recommends that Council establish and appoint two members to serve on a Solid Waste Rate Ad Hoc to accomplish the above objective. OTHER: Council may wish to have discussion and consideration, or make additional changes to other ad hocs and/or committee assignments. 2 2 H Ziri' N E E N ••14j iT--- O U O U I++ ^ i� I� OMi I� to M .T. N ,�'N N co co M co d' co V co d' OMi ce U co '1 Y N O ~- Ce r t0 O O d- U U' T �- O T T a' N >. N U a 0- o O LI - ° .°YT a) 0 O a (6 m M (6 co M �i • o m q do Q ¢ u a ° © @.) G as m eH LL ° p c c E E LL E E E E c E E H LL o N N ° o 2 p '8, LL m o m o E E E 0 o c E E QN 3 E p .1- 0Si E 0� a 3 o Q 2 y `� 2 0 o 2 Q ` m mmo oQE om� Eo 'c '_ °' _wOJ 0 o O ) U 0 JO L=< a m a co a co Q co o cal) o c 0- cn wo . vE0 a 0. • o o ccM° ccs)) ° O _C C) o 0 a) o C C) i,2='O 0 0 >:..'O 2 °c °: my C ° C m �@� ° wT w� � > oa@ R@� ei a@) 0. a)CO .0 U N ... N ._ C O .0 5 LL O N c )) 'c J c )) 0 J mN �� 12 tea° m o °cm � � OCN °c `n c "C> o °c u`) o0> o 0 M co 0.0 WE m WE m E E 'C N 00, as.0 co o)j Is 0M) N c Z %0M) tca c Z Co da, c c as p m s i.,. 0 o .c�. r i.. s- a, s m qa E V co co F W F W F Q fA to N N N to N fl-Y Y N u') (0 Y Y O r` 0 co ~z 1-a) o a) W O aOs y O 1.," o .0 .0m N ..c E c E E n c m co coc CO O c E E .0 w O °V r Ca, O .0 ca a as 0o a a CO CO E a a '_ asO fa co .c co C) 0 00 e0 � o as 0e p0 0 � o .. c0i Bw COm 0m m0 am 1- a a Om 0S 0 C 02 CO aCe co W C z ° E o p > 0 U a3 m al a ° N mE° 6 m c N W C O caOa .m N a) y a :8 c c 0 .5 0 " O 'O aC N 0 E 8 s2 Q DU m a3 CcaU 'p o co = c d Z LL OL ON N N ON O LL a' Eo O L o aCW W IC 5 c ▪ N 0 N c m.� c@pFW po0 0aO ? VN O N m 0• n ots p alN EF @ C �c O▪ N O O O pN N 72.0 !. a p o'c i D N O y o Z 'a oaN cE NFmE @ . >e 0 m ° 0 (13 OmO p U Op Nv c• a 3 G .Nm PN'D 0 E p T"o o f -a)7 CO U r 3 QW 3w 3 .A.oo0m as m2c �o ° a U a ., co 32- o f mo o= afmaw o CO c c > > m c S b No0y> m cc > mm a Qa o o> c Q aaO m 0 d ,_ U 0 c a oU O c U N a Q a Oa n. Ea o a U a N N O N 72 Y.E w OH o 7= C D o N J 0 r coN °� U 9 ZZ Ca) . 0 0 Z H CO _ _ Eac2 .o/) F m O O w 7 N OM2 N'2 N Q N O aN d U >N O IC N NO O • N JU COaO CO cN .COO U'D COW (D a O O CY N O_ _ CO t3.0 .n N N cn co c am 5.' � o� co - oI>V ay mn� C ° oomO W • U � y ` oM W 0 0 Nmo m 0 I m a).,- �rn610.3 > 2 Mw C0) ( Orn 00) ¢mz2rnOm r, a' a � 0 > UNN= 0QUOC.0 (OO ) x0a0. cf0 ° 0 E ° N 0 EU > > 0 ( o <> x< 0 00 I Q o r � .1. 00 coo . C0 0 o 0, oU ° 0 =Z .0� Um.csrn an..c`- �.OZ.c I- .cm '16 av� Q0 mU�@t° �m� F.cUOca 4.0..CO N OX IC`O 1 CMO Q sz-;.,- - oN aa5 XO d_'D O N @ 2 M m m aCM N o c N10 0 o O _ NX,7-, _ ti0 O _CN M 0 -) O M WMDV )0-DM cnMDdWNVX07Z� D � D� KQ< �Um MD WOD� NDV mCodd NDV 0 C. M a 0 m N co N N C O g5' G N LL U N 'y. N O z N U m o m• a c oc ° O O > 11.2 2 r;D > O 9 WQ E Q c Wam o a o 0 °°23 U o U 2 ( o W U O as W O I- M N O !) .0`N ° p to ;n c Um en. 0)� H OJ mo T. ° ° Qc v(/J O Y O N.0 Co_o OUmc CO C Iii pO ` N p NUE8 I . ui .c s• E9E - E m ' o E 0cn oo > Co o CCc ) Nm co0cK "0-u)CC 0 a9m a9 > N dc% 0(/) IL N9 0 E al o 6 a a C 0 a s1. v C a > C w O O NO N wD 0Ca as 0 TOW� Oo�ii im pM 7'0aO C E F n� 0Q al CP. p E 'vo 'o cs�' 20Q m , CIp • p m 0 c N o 0 .SO Cw > o I-2wo N r'E ,� I- -2 w I- -c .c 0• N W o C m o o o E o .0 c c o m E o E .9 o E o y .- E N E M o J E LL E N E v E°T N E C v E N E E c O O @ ~ O K a1 C E U 0 C J f0 c ;; _ V V w J O E f0 E o 4- Z W >, Z Z Q Z C O IL 0 '00 O O 'O 2 O . .-T+ 'O O y N o6 O co Q c ._+ :. o N O (7 0 C7 + as ° C o t C7 Q 0 w o CO WIII o c c Co < C 0 y C :..) E E E =v o �+ Q o o Q m :° 0 0. CO E C 0 O.y _ .°-, Q ,CC '?, Z u) i7 C C) CO O u) ` O + O > d 0 'p 0 0 E CO F s_ O K `w 0 0 `.� o @ .c a O U' O 0 E O = ° 0 INC R ct O 0 2 O LL Y CO o C c c 0 c C 0 9 ` 0 'u 0 v •- 'o o U 0 c c E w C 'C) w E .° s .G ° � O C N ° 3 C O C 03' C C co "�'� L INh O. o O' `N o E C N O O CO N 0 0 O 0 C 0 U O R 0 0,- 22 2d 2Q 2m z z d' 0 W c) 0J C I 2D C 0) v.) ,.. (N ;--7. 7,2 CN C9 CN CN CD 0 CN CN r7"- CN CO Ce) CD A o 0 -4- "6- .° co co ' iii 8 to 0. A d A A A 9 (2 .§ (4, 15' m o., o.) O Q3 2 co 8 CO 0 Co)0 E 2 co 5 2 (0 U) 15 = .1. 0 -a- -a- -4. t = b 2 8 al CO2 8 5 eS CO8 0 E >.. E E S 11- ;-... 2 m , -8' 2 .0 ti 2..0 E 8 -g IL (E., _a) - • .. 1 8g >,co ° . E o o 15, 5 0-g, 0 a = ., o b..d ., o >,o 0,9 (n 0 5„R 6 c -,R '(). 90 _1 09, o5 0— o5 0 . oz, '5J -= .a,,2„ o9 u9 ..Ema3 62 ti-• •tt '' -• .k- -:k- L3 ,.: ...-[- 2 a c „ a> 2 0. ..7 12 .- ,,?., ,..: ,.. .... 0 o 0 .. o. ,u_ c - o F.5 8 ©L) 2g 00 2,g 2"r3. c.)@.) ,.0. 8 @ 2 4,?•. E ' a, ,,,,,..±..„,..g; w >, co o 3 z., cz ?' ca o - o c o br a•f- ii-it)'9. 112 is" e2 t 'a t63 F. 8 gg F3 m .5_ C '' 0 a' .... - C n 2 I- a .sz5 0 0 02 a) 0" F9- ce. g .2.:.9- = 2 02) 04T, a) 0' .0 .-d E E E c o ii• C a., T., if h g'9 .cc3 8E 0 ..2A TT 2, - a)2 -gg2 11 71 .c 12<72ii, 0-8 2 E . -.2 o -0 -.5 --.2 0 ,, u) co 0a' Y O,. 5 Y.-2 itt 2 8, 2 It c = E E 0 5 a 2$2 1-it o a) ta' 2 2- 0 E w z a 1- o 2 E . 0 >, 0 a; „. 0 3 aa 0 1 D E o 5 3 at 53 c .7i r r 0 (L, n E •-d o o u) 2 . ci g., 0 , 0 >'' .4 .b t" . 0 0 r., A 0 .1 2 0 2 o a) .s .72 o cc = 0, 0) g, lip .5-D 00 -ii3, cc i 0 >, .0 0 0 m 0 00 2 0 a 0 < 2 co 0 2 0 m 0 z a , 0 ..?;- - „ 2 p 2 .c CO e . 8.-9. 2 ,,,j , .58032 -0 c c ,..: 0 8 ',IT,' -1 0 ,,i- c 0 .c ea -.4.8 °,2 g5 Ex) 0-CD ....>2,,, 0) c 2T-ge 2 ,,5' In 4... = •••• 0) C Z .52, 2... 2 ca 2 ;:il 0 a 7:2 0 CD 4.. C 0)o 15 .1S Tis .,cg 0 = -EF.. Oct 29-. 2 0 -g• 8 f;CI*C3 W"15 -0 2 43_T 0 .. 0 sT),2 9...)u) 0 c = -5. 0-..22 CO . i .75 . t3 o — ,nms 0 o 2.. "5 0. D.,-• $.-. ,- 0 t"-_, 2)E D ,,ii ..cD 42 a, 0 2 t.- g -5 0.c 2 cp>,- L¢—‘75 a.S a, 4 .._, to .,,: ca o (...,., , <1 8 g 0 a 0 02d0 Z ;2 2,-c-: .F2 m , -0 11,-,6 (ELI .-E- ''C 0 c g.-(2. §" (7) o-.?• 2 o a) ;5 = c ,,,,. co to_,,S W 0 calf,: .15.. ti w 2 E 2 a, 2 E a, E 0 -.4=cl. a,.-c .c I:K..5. '''' C t 59 5'5 2 -0 ...%.g F. T.E L6xt 72-'.6 = e Z a x • flE' .-F ,.__ , ., — 5 ,-5Z.2a5 E . <>" Ti ," 2a Tv.. .a' .. --VV.; 2b2v- 2 ''' :5 as.c .E.D .g. w-a-; >riW 2 = 2E 2 -,-, 2m4 ?.21-g 0 -0 C ?,!a, !4' L.2 2 e c 2 "D . " "5-0 ..?', 8 i'c)'2:"2 o.0"alc 0- cn I ta) 5E' oc' e's'''c''''' --o"'E C:"71 CDS C2 Cw --rD''12 I b <;,1.05 CO tE To a 2,.. . a.2 a, $... $,- ea....J ''-g" ',,2, g "e;2 °,10LS ,70, 5 299- E 0 0 c 4c- CO o o 0-a' .y.,,'6 ,,E g "6 V. 0.c -,o _ o -0000 <DM <DO gjt o o o > 0 2 ,.-:- 0 - 0 0 ro .c c 6-P_:5 8.,:g < ... . = Co 2 g,8.0 6 99 mT62.5 c1. 8., +g% <D>'>) -ra i'i- 1 E= (7) °o ',2- ..2 2 9 ? .••-• .--; 9 8-0 E22"2 2,-. m2 ce i_ a 9.02o. "6462 Eg 0"2-o '•-• 8 73 ci.,...., 'CL''C3 E 12 b.2 --6.§- OA .J '5,- .95: 0 -C' `>''S OA ......... _a)02 c-xi :oa 0 4 ,-. I- z U S n. co .. .. D ai 0 o Z a. 6 .c .65 < cp I- as 0 0, D A , to' o 0 x ,-. p - ' co 0 3 $6, 0 — e:1-: z; Lu 0 O 2 a°210 02 'C I"- ›- cc CO D. .eV , -.5.(75 0%1 '8 E 00 (40) .64 00 co—.1r'„, 8<°'6, ,-_721 .65 .EL".- mE c;rA ,,,-3 >6 >, 2"Li -Pe5 R (>i t4 o9'' co 2-5 1 o Ce ..0 F-' E o. .3 ,-,--- o N 0 ..c 5 a, cm nmY) OcN 2w w mco mm 5< Om -cm < -6- 00 ...1 Q., •-•.c I'- "-di<. g 05<,t E .i. W -, 4, 2 ce 0 0 4 .... t >,R', F)y.- a o S'< ‘n 'oi E..--()(n 0 0 <0 g C,e, e..... 2 0c', "rj co 0 a,), E 2•,.. Cl_ ,..0 2 O. Ln 0 0.4- <1., t,t. 0 m o 0‘-. 00 •=1- T§ -0< >(0 0 1-- "-C, t4,-0 • m o co 0=oo u '-'ro u)'-' ft) 0 -'a' 0 Ln ,t -J -(N • - CO LI) = P. b 0 '''' • -'5 0 - CD CO r CN 7)Ci)Z d• 0 c., N- .4 .,...,,L.__ , ...J..g..5 0._Co) r,i. T_,r ,-. CP r -J a, 0.5.,.. o,c 0(i) .c-1 -0 8 0 Cs1 — 5. 1,!-. Eco2 - 0(6 co-• u) -.-ta.x 0 v.) 0•,-. 7, 2 0‘'' ei'-'.1 A "5 c)< 1 c;) 't 3c, —1 —‹ ..5D-,..2 ›c' c' 5"c'' (7) -.','. .1. D.I. .ar-Dr- coCCcn tr..< a i..)fii D`41). "C.-.)0 0 D 4' C‘i.'D 4 ii;0 '‘9-0 L r1 li f8 c').. U.1 R 4' n o 3-- D .• .c ....: -c <7 2 as -JO 0 a.. 0 ,t. ..?,, .c 2 cS c • iS C0 . Z .0 LO c5. .0 ci 15 E c 0 o E 8 6 CN 69 'D,-,. co CN CC 03 co 0 642 .2 2 0 c o 8— > 00 . a, p: .. > -. ., ,, 6 .c a, < a ft,'" cc ,_ 4,-a, c as f: E 9- 05' 7,!ca 8 00 0 O o i a, 03 0 < (!)2 1 (1) c 8 c WES 26 _1 2. 8 tce ' ', 2 3< c, eat . 0-6 <D -0 ,o 9, o 0‘-- 00 TO 46 ! 0-a IS Cii 0 It = 0 ()ce C)(5) c- 2,..7, .-'.c- 04 mm c',5)-"Fi F. E 0 Le c 2 co c `',"D -8 ° co ,a_ .0 as - El, - as . co --1 .0 CO a co as O . r..... 0 ca 2 00 5 .0 8..R. ,T, ,....—...R. 7,a 0,0 0 .c o 0 (0(/) o.-0 cc 2 > 0 m 0 "C)ce)D >_Jr T--D-cr. co 0 T--CO 632 co 0 (00 0 '6 E w x • co C:ft,-- -o o a, .c E co >,Lo 4-, E,F.,..) 2 0 .c0 22 15- E .- E E '5eiai ca..a. - • ‘.. E Is'2); ; 8 "g.'t 0- 0 6, "56, as 0 ai tai >, . 7giA:. (3,Cu).-'i m >. mo _ Cc ci, COO ,,,>*0 >,0 >,0 73M -00C 1— Z. E.. as 2 ,... . 13 9 ro 0 rg 0 F)00 0 0 -g 2 4 ''i ' 6'9• 01 "'t• 0 c oo to..Ile 25- V:6 i Ca) o 71)'-' 7:36.; c -o 5 E 1- .- 0,)d: 0 ...9. c . c -0 --..- '58 02 .-2 'al gi 12i t 2-c- o ,' 2 '.- 0 ° 2 8 ,-2 o E ,o 2 02 0 6- -(2 g 0-03 To"-..._. om "2 -0 0 00 0 e -0 2 0 0 'V 0 c (-.1 E 6. co-.2 6 4;i- E',...'Z. - fi.2 .c 5 0 (0. > 65 E c%)"" E 0 c (-xi E CN 66 ‘--. E .`.i' o co z El.Tcco ,:t co 0 3. 0 o CO 3 co >, 76 o co o a) a) 0 c 3' 6 0 0 0 '0 c n• g -0 .. D 6 0 0 c 1 ELL 3 •,:t a ... 3 .g 2 aC r 193 .0 - in a a c o ... •C 'E 0 2 .c -a 0 g• E a) o 0 0 .6- o 0 0 ,..-• a) 0 c Ts >, El: 0 Li x . .5 r. . o _, 2 o at 2 0 c — 2 9 .5 I' 0 o o 0 'i'" 'ai .:( 0 2 P. a, f. a La- m .. % m 0 •,•;', Ch y) ..0 t .0 E •(7) ° .0 0 al 0 t 4 tst s . 0 a - 1,' „• E T) C c a, 0 P- .3 a .52 0, Let a c E o 0 ,,-- 8 0 0 2 E 3. > -0 :2 ,- 2 o 0 ,,, 0 0 o 00 co 26 z .....z -, w Lai i3 2 Zi ma Do zt.-- x 2 u- 20 7 1H "ommidI[Nil k b COMMITTEE ASSIGNED TO PRINCIPAL STAFF SUPPORT Electric Grid Operational Improvements Crane/Scalmanini Mel Grandi, Electric Utility Director;463-6295 mgrandi@cityofukiah.com Mel Grandi, Electric Utility Director;463-6295 mgrandi@cityofukiah.com; Tim Eriksen, Public Works Director/City Engineer;463-6280 Rate Studies for Electric,Water,Sewer Crane/Doble teriksen@cityofukiah.com; Sean White,Water/Sewer Director;463-5712 swhite@cityofukiah.com; Dan Buffalo,Director of Finance 463-6220 dbuffalo@cityofukiah.com Sage Sangiacomo, City Manager;463-6221 ssangiacomo@cityofukiah.com; Guy Mills, Project&Grant Admin;467-5719 Sales Tax Sharing Crane/Doble gmills@cityofukiah.com; David Rapport, City Attorney;467-2800 drapport@cityofukiah.com Dan Buffalo, Finance Director;463-6220 dbuffalo@cityofukiah.com Tim Eriksen, Public Works Director/City Engineer;463-6280 Ukiah Valley Sanitation District Crane/Doble teriksen@cityofukiah.com Mediation Sean White,Water Resources Director;467-5712 swhite@cityofukiah.com Kirk Thomsen, Interim Fire Chief;462-7921 x400 Fire District Merger Discussion Doble/Brown kthomsen@cityofukiah.com; Sage Sangiacomo, City Manager;463-6221 ssangiacomo@cityofukiah.com Groundwater Sustainability Crane/Doble Sean White,Water/Sewer Director;463-5712 swhite@cityofukiah.com Chris Dewey, Police Chief;463-6245 cdewey@cityofukiah.com Marijuana Legislation and Policy Mulheren/Brown Craig Schlatter, Community Dev. & Planning Director;463-6219 cschlatter@cityofukiah.com Strategic Planning Crane/Doble Sage Sangiacomo, City Manager;463-6221 ssangiacomo@cityofukiah.com Landfill Closure Crane/Scalmanini Tim Eriksen, Public Works Director/City Engineer;463-6280 teriksen@cityofukiah.com City Water Rights Dobie/Crane Sean White,Water/Sewer Director;463-5712 swhite@cityofukiah.com Downtown Parking Management Mulheren/Brown Shannon Riley, Senior Management Analyst;467-5793 sriley@cityofukiah.com Dan Buffalo, Finance Director;463-6220 Budget Development Best Practices Crane/Doble dbuffalo@cityofukiah.com; and Financial Policy Sheri Mannion, Human Resource Director/Risk Manager,463- 6272, smannion@cityofukiah.com Public Works Project Specification Crane/Doble Tim Eriksen, Public Works Director/City Engineer;463-6280 Development teriksen@cityofukiah.com Sanctuary City Brown/Scalmanini Shannon Riley, Senior Management Analyst;467-5793 sriley@cityofukiah.com Uniform Cost Accounting Crane/Mulheren Tim Eriksen, Public Works Director/City Engineer;463-6280 teriksen@cityofukiah.com Cost Allocation Plan Crane/Doble Dan Buffalo, Finance Director;463-6220 dbuffalo@cityofukiah.com 5 8/29/2017 ATTACHMENT 2 RESOLUTION NO. 2017- RESOLUTION OF THE CITY COUNCIL OF THE CITY OF UKIAH ESTABLISHING THE FIRE EXECUTIVE COMMITTEE WHEREAS, the City of Ukiah and the Ukiah Valley Fire District signed an agreement (Exhibit A - COU No. 1718-098), for shared management of fire departments on August 24, 2017; and WHEREAS, said agreement calls for the establishment of an administrative entity to be known as the "Fire Executive Committee." NOW, THEREFORE, BE IT RESOLVED, by the Ukiah City Council that the Fire Executive Committee is hereby established as follows: Fire Executive Committee A. Membership shall consist of two appointees from each Party's legislative bodies. B. Meeting of the Fire Executive Committee 1. Regular Meetings of the Fire Executive Committee. The Fire Executive Committee shall provide for its regular meetings; however, it shall hold at least one regular meeting each quarter. The Fire Executive Committee may call special meetings, as may be needed from time to time. 2. The entire Fire Executive Committee shall constitute a quorum for the transaction of business. A majority vote of the members of the Fire Executive Committee is required to take action, although a lesser number of the Fire Executive Committee may adjourn for lack of a quorum. 3. The Fire Executive Committee shall comply with the Brown Act. 4. For those duties of Fire Executive Committee requiring collaboration, the term "collaboration", "collaborate," or "collaborative" shall mean the meaningful and timely process of the members each seeking, discussing, and considering carefully the information and views of each Party in a manner that is cognizant of all Parties' values, reasonably attempting to reach agreement through cooperative efforts for the mutual benefit of the Parties. Collaboration among the members shall be conducted in a way that is mutually respectful of each Party's discretionary authority. If agreement cannot reasonably be reached among the members with respect to any particular, necessary action concerning matters within the discretionary authority of a particular Party to Exhibit A, then the Party with discretionary authority shall take the action it determines appropriate in the exercise of its discretion. Section 5. Powers and Duties of the Fire Executive Committee A. Common Powers The Parties shall retain the legislative authority to exercise their common powers for the purposes of the Agreement. The Parties do not intend the Fire Executive Committee to be a legal entity, separate and apart from the Parties. The Fire Executive Committee is not a joint powers agency or authority, partnership,joint venture, or joint enterprise of any kind. 6 Page 1 of 2 ATTACHMENT 3 B. Duties The Fire Executive Committee shall take any and all actions within its authority as specified in Exhibit A necessary and appropriate to implement the purposes of the Agreement, including, but not limited to, any or all of the following: 1. Jointly develop and recommend to their respective legislative bodies an annual budget and cost apportionment plan for each of the Parties to participate in the cooperative efforts contemplated by the Agreement; and 2. Collaborate to ensure the cost for services are equitably shared among those receiving and/or benefiting from the services provided for under the Agreement; and 3. Collaborate with the employing Party regarding the appointment of the Fire Chief,who shall be responsible for coordinating and overseeing the cooperative efforts of the Parties in providing fire, medical and other emergency services in each jurisdiction, in a manner consistent with the Agreement; and 4. Collaborate to determine recommended service levels, facilities, apparatus, equipment and personnel in furtherance of each Party's participation in the cooperative efforts contemplated by the Agreement; and 5. Collaborate to identify and recommend comprehensive approaches for shared fire, medical, and other emergency services between the Parties including, but not limited to governance, personnel, apparatus, equipment and facilities; and 6. Collaborate to identify and recommend fire and emergency medical service policies, ordinances, and fees consistent with the cooperative efforts contemplated by the Agreement. PASSED AND ADOPTED this 6th day of September, 2017, by the following roll call vote: AYES: NOES: ABSENT: ABSTAIN: Jim O. Brown, Mayor ATTEST: Kristine Lawler, City Clerk 7 Page 2 of 2 oo EXHIBIT A COU No. 1718098 AGREEMENT FOR SHARED MANAGEMENT OF FIRE DEPARTMENTS THIS AGREEMENT becomes effective on July 1, 2017 ("Effective Date") in Ukiah, California, between the City of Ukiah, a general law municipal corporation ("City") and the Ukiah Valley Fire Protection District, a California fire protection district formed pursuant to Health and Safety Code Sections 13800 et seq. ("District"), (collectively the"Parties" and individually "Party"), all of which are organized and existing under and by virtue of the Constitution and the laws of the State of California. WITNESSETH: WHEREAS, the Parties are each empowered by law to acquire sites, construct, equip, staff, maintain, operate and lease public buildings and related facilities to provide fire, medical, and other emergency services; and WHEREAS, the Parties desire to maximize use of the existing resources, create cost containment opportunities, reduce duplication,maintain local control and continue to deliver fire,medical,and other emergency services at a high level of service; and WHEREAS, the Parties desire to accomplish the aforesaid purpose by jointly exercising their common powers in the manner set forth in this Agreement; and WHEREAS, the Parties are authorized to jointly exercise their powers pursuant to the provisions of Article 1, Chapter 5,Division 7, Title 1, Sections 6500 through 6530, of the Government Code of the State of California. NOW, THEREFORE, the Parties, for and in consideration of the mutual benefits, promises, and agreements set forth herein, AGREE as Follows: Section 1. Purpose This Agreement is made pursuant to California Government Code Section 6500, et seq., hereinafter referred to as the "Act," to permit the joint exercise of certain powers common to the Parties. The purpose of this Agreement is to exercise these powers jointly by managing, equipping, maintaining, and operating fire, medical, and other emergency services to said Parties. Such purpose will be accomplished and common powers exercised in the manner set forth in this Agreement. The Parties may use the designation "Ukiah Valley Fire Authority" to identify the provision of the services provided under this Agreement, including on equipment, uniforms, buildings, letterhead, phone and other directories; provided, however, that the use of such designation shall not be deemed to create a separate legal entity or to change the liability of the Parties or change the contractual obligations of the Parties under this or any other agreements. All pre-existing obligations, rights, and privileges of the Parties shall continue hereunder, subject to the terms and conditions of this Agreement. The legislative bodies of the Parties shall jointly meet a minimum of twice a year to review the activities and operation of this Agreement including a joint review of the annual budget development and a mid-fiscal year review. The Parties may call for additional joint meetings, as may be needed from time to time. Section 2. Service Trvel The Parties shall jointly coordinate an emergency response system inclusive of emergency medical response(EMS), structural firefighting, wildland firefighting, public education, hazardous material response, disaster response, rescue, fire prevention inspections, fire investigations and related public safety, managerial and administrative services, to the extent and in the manner consistent with this Agreement and approved annual budgets. Section 3. Term This Agreement shall become effective as of July 1, 2017 and shall be binding upon all parties hereto, and shall Page 1 of 7 C) thereafter continue in full force and effect until such time as the Parties agree to terminate the Agreement, in the manner set forth in Section 9 or 10. Section 4. Fire Executive Committee A. The Parties hereby agree that the duties set forth in Section 5 of this Agreement shall be conducted by an administrative entity to be known as the "Fire Executive Committee" whose membership shall consist of two appointees from each Party's legislative bodies. B. Meeting of the Fire Executive Committee 1. Regular Meetings of the Fire Executive Committee. The Fire Executive Committee shall provide for its regular meetings; however, it shall hold at least one regular meeting each quarter. The Fire Executive Committee may call special meetings, as may be needed from time to time. 2. The entire Fire Executive Committee shall constitute a quorum for the transaction of business. A majority vote of the members of the Fire Executive Committee is required to take action,although a lesser number of the Fire Executive Committee may adjourn for lack of a quorum. 3. The Fire Executive Committee shall comply with the Brown Act. 4. For those duties of Fire Executive Committee requiring collaboration, the term "collaboration", "collaborate," or "collaborative" shall mean the meaningful and timely process of the members each seeking, discussing, and considering carefully the information and views of each Party in a manner that is cognizant of all Parties' values, reasonably attempting to reach agreement through cooperative efforts for the mutual benefit of the Parties. Collaboration among the members shall be conducted in a way that is mutually respectful of each Party's discretionary authority. If agreement cannot reasonably be reached among the members with respect to any particular, necessary action concerning matters within the discretionary authority of a particular Party to this Agreement, then the Party with discretionary authority shall take the action it determines appropriate in the exercise of its discretion. Section 5. Powers and Duties of the Fire Executive Committee A. Common Powers The Parties shall retain the legislative authority to exercise their common powers for the purposes of this Agreement. The Parties do not intend the Fire Executive Committee to be a legal entity,separate and apart from the Parties.The Fire Executive Committee is not a joint powers agency or authority, partnership,joint venture, or joint enterprise of any kind. B. Duties The Fire Executive Committee shall take any and all actions within its authority as specified in this Agreement necessary and appropriate to implement the purposes of this Agreement, including, but not limited to, any or all of the following: 1. Jointly develop and recommend to their respective legislative bodies an annual budget and cost apportionment plan for each of the Parties to participate in the cooperative efforts contemplated by this Agreement; and 2. Collaborate to ensure the cost for services are equitably shared among those receiving and/or benefiting from the services provided for under this Agreement; and 3. Collaborate with the employing Party regarding the appointment of the Fire Chief, who shall be responsible for coordinating and overseeing the cooperative efforts of the Parties in providing fire, medical and other emergency services in each jurisdiction, in a manner consistent with this Agreement; and 4. Collaborate to determine recommended service levels, facilities, apparatus, equipment and personnel in furtherance of each Party's participation in the cooperative efforts contemplated by this Agreement;and 5. Collaborate to identify and recommend comprehensive approaches for shared fire, medical, and other emergency services between the Parties includimi, but not limited to governance, personnel apparatus equipment and facilities; and 6. Collaborate to identify and recommend fire and emergency medical service policies, ordinances, and fees consistent with the cooperative efforts contemplated by this Agreement. • Page 2 of 7 Section 6. Key Management Services The services identified below ("Key Management Personnel/Services") shall be subject to this Agreement: A. Fire Chief 1. The Fire Chief shall provide general administration and oversight of the City and District Fire Departments,all in accordance with the requirements and expectations of this Agreement, statutory law, local ordinances, applicable City and District rules and regulations and the customary duties of a Fire Chief. 2. The Fire Executive Committee identified in Section 4 of this agreement shall provide advisory support to the Fire Chief. The Fire Chief shall coordinate and cooperate with each Party regarding the performance of services within their respective jurisdiction. Each Party shall provide direction to the Fire Chief regarding services or any desired special projects to be performed for each Party. The Fire Executive Committee shall collaborate regarding directions from their respective Parties,for the purpose of avoiding conflicting guidance or creating conflicts relating to priority of services. B. Financial and General Services 1. The City agrees to provide financial and general services to the District for the term of the Agreement, including accounts payable, procurement, billing and accounts receivable, general accounting and reporting,budget development and monitoring,and other general services such as human resources and city clerk services as may be deemed necessary by the District. 2. The City will perform these services pursuant to any applicable state and federal law and pursuant to City policies and regulations, unless otherwise directed by the District in writing. The District shall be responsible for and for understanding the financial and other activities and information performed or related to the services provided by the City to the District under this Agreement. The City is not performing these services as the District's agent but as a service provider and the parties agree that the City does not assume a fiduciary duty to the District in the performance of these financial and general services. 3. The District shall compensate the City for Financial and General Services as approved in the annual Cost Apportionment Plan. Section 7. Budget and Cost Apportionment Plan A. The Parties,in adopting their annual budgets,will determine the specific expenditures and costs to be shared among the Parties (the "Cost Apportionment Plan"). The Cost Apportionment Plan shall be deyeloped by the Fire Executive Committee and recommended for approval by the Parties. Payment and credits under the Cost Apportionment Plan shall be based on actual expenditures. B. The Fire Executive Committee has the authority to fully implement the approved Budget and Cost Apportionment Plan.The Fire Chief, with the approval of Fire Executive Committee, may recommend expenditures and transfers or adjustments of amounts authorized by the Cost Apportionment Plan. However, neither the Fire Chief nor Fire Executive Committee may exceed the personnel staffing authorized except for temporary, strike team or emergency positions, either in number,position classification,or salary. In addition,neither the Fire Chief nor Fire Executive Committee may increase the total amount of the approved expenditure budget without the approval of the legislative body of each Party. Section 8. Services to Other A encies The Fire Executive Committee, through this Agreement may recommend that the Parties provide fire, medical, and/or other emergency services to other agencies that are not already a party to this Agreement. Such services may be provided with the concurrence of all Parties and upon execution of an amendment to this Agreement by all Parties. The charges for such services shall be determined in accordance with the authority of the Parties under the provisions of Government Code section 55631, et seq. Section 9. Withdrawal; Termination A Party may withdraw as a party to this Agreement without penalty upon a minimum of 18 months notice with a Page 3 of 7 July 11 effective date unless otherwise agreed to by both Parties. Such withdrawing Party shall perform all obligations under this Agreement until the noticed July 1 date of withdrawal. A withdrawing Party shall remain obligated to perform obligations, including financial obligations arising prior to the July 1 withdrawal date, Section 10. Dissolution The Agreement shall terminate if the number of parties to this Agreement becomes less than two, or if the parties unanimously agree to terminate the Agreement. If the Parties have accumulated any assets relating to the shared management of fire, medical, and other emergency services prior to termination, such assets shall be distributed among the Parties per their respective contributions, unless the Parties may otherwise agree. Section 11. Amendment to Agreement The Fire Executive Committee may recommend an amendment to this Agreement. This Agreement may only be amended by approval of all the Parties to this Agreement. The Fire Executive Committee shall forward the proposed amendment with its recommendation to the legislative body of each party to the Agreement. The proposal shall be accompanied by a copy of the proposed amendment to the Agreement, which shall be adopted, properly executed, and returned to Fire Executive Committee if the party concurs with the amendment.This Section 11 shall not prevent the Parties from adopting an amendment to this agreement that is not recommended by the Fire Executive Committee. Section 12. Additional Parties to the Agreement Agencies,as defined in the Act,which are not parties hereto,may become Parties hereto only by amendment to this Agreement and upon approval of all the Parties to this Agreement. Section 13. Notices Whenever notice or other communication is permitted or required by this agreement, it shall be deemed given when personally delivered or when received,if delivered by overnight courier or email,if receipt is acknowledged in writing, or 48 hours after it is deposited in the United States mail with proper first class postage affixed thereto and addressed as follows: To City: City of Ukiah 300 Seminary Ave. Ukiah, CA 95482 Email: Attention: Mayor and City Manager To District: Ukiah Valley Fire District 1500 South State Street Ukiah, CA 95482 Email: Attention: Board Chair A Party may change the address and email address to which notices shall be sent by giving notice of the change as provided herein. Section 14. Severability Should any part, term, portion, or provision of this Agreement or the application thereof of any person or circumstances, be in conflict with any State or Federal law, or otherwise be rendered unenforceable or ineffectual, the validity of the remaining parts, terms, portions or provisions, or the application thereof to other persons or circumstances, shall be deemed severable and shall not be affected thereby,pi ovided such remaining poi lions oi pi ovisions can be construed in substance to continue to constitute the Agreement that the parties intended to enter into in the first instance. Section 15. Hold Harmless and Indemnity Each patty agrees to defend, indemnify, and save all other pai ties harmless fiom any and all claims arising out of said party's employees' negligent acts, errors, omissions or willful misconduct while performing pursuant to this Agreement, but only in proportion to and to the extent such liability, loss, expense, attorneys' fees, or claims for injury or damages are caused by or result from the negligent or intentional acts or omissions of said party, its officers, employees, or Page 4 of 7 C N •-• agents. Each party hereby agrees to defend itself from any claim, action or proceeding by third parties arising out of the concurrent acts or omissions of their employees.In such cases,each party agrees to retain their own legal counsel,bear their own defense costs, and waive their right to seek reimbursement of such costs. Notwithstanding the above, where a trial verdict or arbitration award allocates or determines the comparative fault of the members,the members may seek reimbursement and/or reallocation of defense costs,settlement payments,judgments and awards, consistent with said comparative fault. As required by Section 17 herein,the Parties are responsible to provide workers compensation insurance for injuries sustained in the normal course and scope of their respective employees' performance of services. The Parties waive any right of subrogation against each other for any and all losses sustained by the Parties, subject to such workers compensation coverage. The Parties further acknowledge that the so-called "firefighter's rule" regarding primary assumption of risk generally prevents public safety officers employed by one agency, or their agency itself,from being exposed to liability for injuries suffered by public safety officers employed by another agency in the line of duty.To the extent any such claims of liability or actions are brought by any employee(s)of one Party against another Party to this Agreement, or such other Party sustains any losses thereby, the Party employing such claimant(s) shall indemnify the other Party for any such claims, actions,or losses. For purposes of this section, the terms "employee" or"employees" shall refer to and include employees, officers, agents,representatives, subcontractors or volunteers. Notwithstanding the foregoing, no employee, officer, agent, representative, subcontractor or volunteer of any party to this Agreement shall be considered an"employee"of any other party to this Agreement for purposes of indemnification. Section 16. Legal Representation and Advice In the course of providing fire and emergency services in accordance with this Agreement, each Party shall seek legal counsel regarding legal matters or issues from their respective counsel. In the event that a legal matter or issue relates to two or more Parties where the Parties involved will benefit from joint representation, the Parties may choose to be represented by the same legal counsel so long as no conflict of interest arises by such representation, and the Parties may agree on an apportionment of costs, if applicable, as allowed by law. Under any circumstances when two or more Parties are represented by the same legal counsel, no Party may bind the others to a settlement agreement without the written consent of the other Parties. Section 17. Insurance Each Party shall be responsible for maintaining a program of insurance that shall cover each Party's indemnification obligations. Without in any way affecting the indemnity herein provided and in addition thereto,each Party shall secure and maintain throughout the Agreement the following types of insurance. including coverage through a pooled risk joint powers agency such as the Redwood Empire Municipal Insurance Fund with limits as shown. • A. Workers' Compensation: A program of Workers' Compensation Insurance or a state-approved self-insurance program in an amount and form to meet all applicable requirements of the Labor Code of the State of California, including Employer's Liability with$250,000 limits covering all persons providing services on behalf of each Party and all risks to such persons undei this Agreement. B. Comprehensive General and Automobile Liability Insurance: This coverage is to include contractual coverage and automobile liability coverage for owned, hired, and non-owned vehicles. The policy oi sclf•inAliance have combined single limits for bodily injury and property damage of not less than two million dollars ($2,000,000.00). Additional Named Insured: Page 5 of 7 All policies, and/or memoranda of coverage, except Workers' Compensation, shall contain additional endorsements naming each Party and its officers, employees, agents and volunteers as additional named insured with respect to liabilities arising out of each Party's performance hereunder. C. Policies Primary and non-Contributory: All policies required above are to be the primary and non-contributory with any insurance or self-insurance carried or administered by each Party. Section 18. Mediation Should any dispute arise out of this Agreement,any Party may request that it be submitted to mediation.The Parties shall meet in mediation within 30 days of a request. The mediator shall be agreed to by the Parties; in the absence of an agreement, the parties shall each submit one name from mediators listed by an agreed-upon service or parties themselves. The mediator shall be selected by a"blindfolded"process. The cost of mediation shall be borne equally by the Parties.No Party shall be deemed the prevailing party. No Party shall be permitted to file a legal action without first meeting in mediation in making a good-faith attempt to reach a mediated settlement. The mediation process, once commenced by a meeting with the mediator, shall not last more than 60 days,unless the 60 day period is extended in writing by the Parties. Section 19. Additional Documents and Agreements The parties agree to cooperate in the execution of any additional documents or agreements that may be required to carry out the terms of this Agreement. Section 20. Successors This Agreement shall bind and inure to the benefit of all successors and assigns of the parties and any associates in interest, and their respective directors, officers, agents, servants, and employees, and the successors and assigns of each of them, separately and collectively. Section 21. Warranty of Legal Authority Each party warrants and covenants that it has the present legal authority to enter into this Agreement and to perform the acts required of it hereunder. If any party is found to lack the authority to perform the acts required of it hereunder or is prevented from performing the acts by a court of competent jurisdiction, this Agreement shall be void. Section 22. Assignment/Delegation Neither party hereto shall assign, sublet, or transfer any interest in this Agreement or any duty hereunder without written consent of the other, and no assignment shall be of any force or effect whatsoever unless and until the other party shall have so consented. Section 23. No Third-Party Beneficiary This Agreement is only for the benefit of the Parties as municipal or corporate entities and shall not be construed as or deemed to operate as an agreement for the benefit of any third party or parties, and no third party or party shall have any right of action or obtain any right to benefits or position of any kind for any reason whatsoever. Section 24. Governing Law This Agreement shall be governed by and construed in accordance with the laws of the State of California. Section 25. Agreement Controlling In the event of a conflict between the provisions of the text of this Agreement,the provisions of the text shall prevail. Section 26. Entire Agreement This document is intended both as the final expression of the Agreement between the parties hereto with respect to the included terms and as a complete and exclusive statement of the terms of the Agreement. This Agreement may be executed in counterparts, each of which shall constitute an original. IN WITNESS THEREOF,the parties hereto have caused this Agreement to be executed and attested by their proper officers thereunto duly authorized, and their official seals to be hereto affixed as of the day and year first above written. Page 6 of 7. '.t. CITY - CITY OF UKIAH By: dl Approveto orm: p r Its: .',a r City A ney Attest: / /--CV V io 1 A.,--------- Cit Clerk UKIAH VALLEY FIRE DISTRICT Its: Board Pres' ent ,., Appirmrsie4 to Forth; 14is-lrint Com ,.° - Attest: ID istrict Secretary Page 7 of 7 Correspondence Received for Agenda Item 13c s' on 110,91,1, mom 11,11 1111 CITY OF UKIAH MEMORANDUM 000, I Em umumf Date: September 6, 2017 To: City Council From: City Clerk, Kristine Lawler Subject: Agenda Item 13c— Proposed New Committee Staff is recommending the addition of the following committee to the 2017 Special Council Assignment List: Title: County 2nd District Liaison Function: To coordinate activities and policy development with the City's 2nd District Supervisor. Time: To meet once a month Place: To be determined Staff Contacts: Sage Sangiacomo, City Manager and Shannon Riley, Deputy City Manager Recommended Action: Staff recommends adding this committee and appointing a primary and alternative representative to serve on the committee.