Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2019-02-06 Packet
�� Ip U{f �Iqf Ukiah City Council Regular Meeting AGENDA Civic Center Council Chamber ♦300 Seminary Avenue♦Ukiah, CA 95482 February 6, 2019 - 6:00 PM 5:30 P.M. RECEPTION FOR THE SPONSORS OF THE 2018 UKIAH ON ICE - ALL WELCOME. 1 ROLL CALL 2 PLEDGE OF ALLEGIANCE 3 PROCLAMATIONS/INTRODUCTIONS/PRESENTATIONS 3.a. 2013-19 Ukiah On Ice, Presentation and Sponsor Appreciation Recommended Action: Receive presentation; present Certificates of Appreciation to sponsors. Attachment 1 - Ukiah On Ice Budget Report 2018 Attachment 2 - 2018 Ukiah On Ice Sponsors 3.b. Receive Presentation of Fourth Quarter Employee Recognition Awards. Recommended Action: Receive a presentation of the Employee Recognition Awards for the first quarter. None 4 PETITIONS AND COMMUNICATIONS 5 APPROVAL OF MINUTES 5.a. Approval of the January 16, 2019, Regular Meeting Minutes Recommended Action: Approve the Minutes of January 16, 2019, a Regular Meeting, as submitted. Attachment 1-January 16, 2019, Draft Minutes 5.b. Approval of the January 30, 2019, Special Meeting Minutes. Recommended Action: Approve the January 30, 2019, Special Meeting Minutes. Attachment 1 - Draft Minutes for January 30, 2019 6 RIGHT TO APPEAL DECISION Persons who are dissatisfied with a decision of the City Council may have the right to a review of that decision by a court. The City has adopted Section 1094.6 of the California Code of Civil Procedure, which generally limits to ninety days (90)the time within which the decision of the City Boards and Agencies may be judicially challenged. Page 1 of 6 7 CONSENT CALENDAR The following items listed are considered routine and will be enacted by a single motion and roll call vote by the City Council. Items may be removed from the Consent Calendar upon request of a Councilmember or a citizen in which event the item will be considered at the completion of all other items on the agenda. The motion by the City Council on the Consent Calendar will approve and make findings in accordance with Administrative Staff and/or Planning Commission recommendations. 7.a. Report of Disbursements for the Month of December 2018. Recommended Action: Approve the Report of Disbursements for the month of December 2018. Attachment 1 - December 2018 Summary of Disbursements Attachment 2-Account Codes for Reference Attachment 3 -Object Codes for Reference Attachment 4- December 2018 Disbursement Detail 7.b. City Council to Consider Authorizing the City Manager to Negotiate and Execute a Lease Agreement between the City of Ukiah and Rusty Bowl BMX, Inc. Recommended Action: Authorize the City Manager to negotiate and execute a lease agreement between the City of Ukiah and Rusty Bowl BMX, Inc. Attachment#1- SX Lease 7.C. Notification of Purchase of Rectangular Rapid Flashing Beacon Sims and Poles from Statewide Traffic Safety and Sims in the Amount of$24729.93. Recommended Action: Receive Notification of Purchase of Rectangular Rapid Flashing Beacon Signs and Poles from Statewide Traffic Safety and Signs in the Amount of$24,729.93. None 7.d. Notification of Purchase of a Cold Planer Loader Work Tool from Peterson CAT in the Amount of$22333.93 as Approved in the Fiscal Year 2018-2019 Capital Budget. Recommended Action: Receive Notification of Purchase of a Cold Planer Loader Work Tool from Peterson CAT in the Amount of$22,333.93 as Approved in the Fiscal Year 2018-2019 Capital Budget None 7.e. Request Authorization to Increase Contract Funding for Capital Improvement Projects Design and Engineering Services by$300000 to Utility Design Services, LLC for the Electric Utility System. ( UD) Recommended Action: Authorize increase in contract funding for Capital Improvement Projects Design and Engineering Services by$300,000 to Utility Design Services, LLC for the Electric Utility System. (EUD) None 7.f. Award a Professional Services Agreement with Munselle Civil Engineering for Engineering and Survey Support Services for the Dora Street Utility Improvement Project in the Amount of$90590. Recommended Action: Award the professional services agreement to Munselle Civil Engineering in the amount of$90,590 for engineering and survey support services for the Dora Street Utility Improvement Project. Attachment 1- Dora Street Utility Improvement Project RFP Attachment 2- RFP- Munselle Page 2 of 6 7.g. City Council to Approve Submission of Two Concept Proposals for Proposition 68 Statewide Cultural, Community and Natural Resources Competitive Grant Funds for Vinewood and Oak Manor Park Improvements, and Authorize City Manager to sign Concept Proposal Applications and Grant Documents. Recommended Action: Approve staff to submit two Concept Proposals for Proposition 68 Statewide Cultural, Community and Natural Resources competitive grant funds for Vinevvmmd and Oak Manor Park Improvements, and authorize the City Manager tmsign Concept Proposal applications and grant documents. None 7.h. Notification of Acquisition of Services from Accurate Measurement Systems, Inc. for the Purchase of Instrumentation in the Amount of$22,090.55 for the Wastewater Treatment Plant and Approval ofChange Order for Parts and Installation inthe Amount of$37,977.2l for aTotal Amount of$6D,O67.76. Recommended Action: Receive Notification of Acquisition mfServices from Accurate Measurement Systems, Inc.for the Purchase of Instrumentation in the Amount of$22,090.55 for the Wastewater Treatment Plant and Approval mfChange Order for Parts and Installation in the Amount mf$%y.9y7.21for aTotal Amount mf$6O.O6y.y6. AMS Attachment l AMS Attachment 2 7J. Request Authorization toAmend Contract with Kenwood Energy inthe Amount of$55,OOO for Solar Capital Improvement Projects inDeveloping Specifications, Request for Proposals (RFP) and Construction Management Services. Recommended Action: Authorize amending the contract with Kenwood Energy inthe amount of$55,000 for Solar Capital Improvement Projects in developing specificmdimns, request for proposals (FRFP) and construction management services. None 8 AUDIENCE COMMENTS ON NON-AGENDA ITEMS The City Council welcomes input from the audience. |fthere ieamatter ofbusiness onthe 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 agonda, you may doeoatthis time. In order for everyone to be heard, please limit your comments to three(3) minutes per person and not more than ten (1O) minutes per subject. The Brown Act regulations do not allow action to be taken on audience comments in which the subject ienot listed onthe agenda. 9 COUNCIL REPORTS 10 CITY MANAGER/CITY CLERK REPORTS 11 PUBLIC HEARINGS (6:15 PMJ 11.8. Consideration and Possible Adoption of Resolution and Associated Findings Overruling the Mendocino County Airport Land Use Commission's Finding ofInconsistency with the Mendocino County Airport Comprehensive Land Use Plan for the Heritage Mendocino Cannabis KAicrobusiness Project, Located at 1076 Cunningham Street. Recommended Action: Approve adoption mfthe Resolution and associated findings overruling the the Mendocino County Airport Land Use Commission's finding mfinconsistency with the Page 3of6 Mendocino County Airport Comprehensive Land Use Plan for the proposed Heritage Mendocino project. Attachment l- ll-7-l8ASR Heritage Mendocino Attachment 2- FAA Determination letter_387993982 Attachment 3-ALUC consistency determination SR Heritage Mendocino FINAL 9-7-18 Attachment 4-ALUC_2Ol8-OOO6__Her�age_��endodno__Signed_Fina|_Reso|udon Attachment 5- ProposedOverrule Resolution and Findings for Heritage Mendocino Attachment 6-Ca|Transand ALUCletters 12 UNFINISHED BUSINESS 12.8. Approval of Sole Source Contract with Mead & Hunt, |nc., for the Purpose ofPreparing a Complete, Stand-Alone Airport Land Use Compatibility Plan for the Ukiah Municipal Airport; and Approval ofCorresponding Budget Amendment and City-County Agreement for Shared Costs. Recommended Action: Approve a sole source contract with Mead & Hunt, Inc.,for the purpose of preparing a complete, standalone Airport Land Use Compatibility Plan for the Ukiah Municipal Airport, and approve corresponding budget amendment and City-County Agreement for shared costs. Attachment l-ALUCPUpdate Options |tr.2Ol8-l2-l4 Attachment 2- 1-15-19 Memoto City Council Attachment 3- Draft City-County Contract for UK| ALUCP.pdf Attachment 4- UK| ALUCP.MeadHuntscope.2Ol9-Ol-3l.pdf Attachment 5- Proposed Mead Hunt contract 1-31-19.pdf 12.b. Mid-Year Departmental Budget and Objectives Progress Review for Fiscal Year 18-19 and Review ofDraft Objectives for Fiscal Year l9-2O. Recommended Action: Receive, consider, and discuss department-specific budget reports and progress updates mnstated objectives for the 2O18-19fiscal year. |naddition,the Council will review draft Objectives for the Fiscal Year 19-2O. Departments presenting atthis meeting are the City Manager's Office and Airport. Attachment l Airport 12-C. Authorize the City Manager toExecute Amendment lto Contract with The VVeistLaw Firm for Bond Counsel Services for the Refunding ofthe 2OO6Revenue Bonds. Recommended Action: Authorize the City Manager to execute Amendment 1 to Contract 1718- 159 for an additional contract amount of$62,235,for a total revised contract amount of $158.2%5. Attachment Contract 1718-159 VVeist Attachment Amendment lDRAFT C#1718-159 12.d. Authorize the City Manager toExecute Amendment 2to Contract with NHAAdvisors for Financial Advisory Services related tothe refunding ofthe 2OO6revenue bonds. Recommended Action: Authorize the City Manager to execute Amendment 2 to Contract 1617- 119 for an additional contract amount of$135,000,for a total revised contract amount of $154,500. Attachment CONTRACT 1617-119 NHA Advisors Attachment Amendment C#1617-119 NHA Advisors Attachment Draft Amendment 2C#l6l7-ll9 Page 4of6 13 NEW BUSINESS 13.a. Consider Approval of Award of a Professional Services Agreement to Melton Design Group Landscape Architects & Planners for Development of Plans and Designs for the Riverside Park Regeneration Project, Funded by California Natural Resources® California Urban Rivers Grant Program, and Approve Corresponding Budget Amendment. Recommended Action: Approve award of a professional services agreement to Melton Design Group Landscape Architects & Planners in the amount of$231,243 for the development of plans and designs for the Riverside Park Regeneration Project, and approve corresponding budget amendment. Attachment 1 RFP- Landscape Architect- Riverside Park Regeneration Project Attachment 2 MDG Proposal - Riverside Park Regeneration Attachment 3 California Natural Resources Agency Grant Agreement 13.b. Receive Updates on City Council Committee and Ad Hoc Assignments and if necessary, Consider Modifications to Assignments and/or the Creation/Elimination of Ad hoc(s). Recommended Action: Receive report(s). The Council may also consider modifications to committee and ad hoc assignments along with the creation/elimination ad hoc(s). Attachment 1 - 2019 City Council Special Assignments&Ad Hocs 14 CLOSED SESSION — CLOSED SESSION MAY HELD AT ANYTIME DURING THE MEETING. 14.a. Conference with Legal Counsel ® Existing Litigation (Government Code Section 54956.9(d)(1)) Name of case: Vichy Springs Resort v. City of Ukiah, Et Al; Case No. SCUK-CVPT-2018-70200 Recommended Action: Confer in Closed Session 14.b. Conference with Real Property Negotiators (Cal. Gov't Code Section 54956.8) Property: APN Nos: 157-050-03, 157-060-02® 157-050-04, 157-050-03® 157-030-02® 157- 050-01, 157-050-02® 157-050-10® 157-050-09® 157-070-01® 157-070-02® 003-190-01 Negotiator: Sage Sangiacomo, City Manager; Negotiating Parties: Dave Hull and Ric Piffero Under Negotiation: Price &Terms of Payment Recommended Action: Confer in Closed Session 14.c. Conference with Real Property Negotiators (Cal. Gov't Code Section 54956.8) Property: APN Nos: 003-040-77; 003-040-78; 003-040-79 Negotiator: Sage Sangiacomo, City Manager; Negotiating Parties: Shapiro/Danco Under Negotiation: Price &Terms of Payment Recommended Action: Confer in Closed Session Page 5 of 6 14.d. Conference with Real Property Negotiators (Cal. Gov't Code Section 54956.8) Property: APN Nos: 002-273-19-00 and 002-273-30-00 Negotiator: Sage Sangiacomo, City Manager; Negotiating Parties: Bank of America Under Negotiation: Price &Terms of Payment Recommended Action: Confer in Closed Session 15 ADJOURNMENT Please be advised that the City needs to be notified 72 hours in advance of a meeting if any specific accommodations or interpreter services are needed in order for you to attend. The City complies with ADA requirements and will attempt to reasonably accommodate individuals with disabilities upon request. Materials related to an item on this Agenda submitted to the City Council after distribution of the agenda packet are available for public inspection at the front counter at the Ukiah Civic Center, 300 Seminary Avenue, Ukiah, CA 95482, during normal business hours, Monday through Friday, 8:00 am to 5:00 pm. I hereby certify under penalty of perjury under the laws of the State of California that the foregoing agenda was posted on the bulletin board at the main entrance of the City of Ukiah City Hall, located at 300 Seminary Avenue, Ukiah, California, not less than 72 hours prior to the meeting set forth on this agenda. Kristine Lawler, City Clerk Page 6 of 6 Agenda Item No.: 3a MEETING DATE/TIME: l/6C2019 0/0 PEAK ITEM NO: � AGENDA SUMMARY REPORT SUBJECT: 2018-19 Ukiah On Ice; Presentation and Sponsor Appreciation DEPARTMENT: _Comnnunity_8eNcesPREPARED BY: Jake Burgess ATTACHMENTS: Attachment Ukiah OnIce Budget Report 2Ol8 Attachment 2Ol8Ukiah On Ice Sponsors Summary: The Ukiah City Council approved a partnership between the City of Ukiah and the Greater Ukiah Chamber of Commerce to bring an outdoor ice rink to downtown Ukiah for a third season. The ice rink was again overwhelmingly supported by the community and its oponooro, and tonight. /VVedneoday. February 6, 2019), Council will present sponsors with certificates of appreciation. Background:After a successful second season, the community was excited to receive the Ukiah on Ice downtown ice-skating rink for athird year. The rink was opened onSaturday, December 1st incoordination with the Ukiah Parade of Lights and Hometown Holiday event. The ice rink was again 100 feet long and 40 feet vvide, the maximum size allowable within the parameters of the location on School Street. Ukiah On Ice was staffed by the City of Ukiah including ticket sales, skate nenta|o, concessions operadono, rink guards and rink maintenance. Discussion: The Ukiah On Ice downtown skating rink was open dai|y, including ho|idayo, for five vveeke, and hosted school field trips along with private parties throughout them jorih/oftheoperadon. Skating (including RECOMMENDED ACTION: Receive presentation; present Certificates ofAppreciation tosponsors. 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: Tami Barto|omei, Community Services Administrator ice skate rental) was $10 per person per session for regular public skate hours and $8 per session for field trips or large groups. The community response to the ice rink was outstanding, drawing people from all around Mendocino County, Lake County and northern Sonoma County. The excitement and energy focused around the ice rink was infectious, and resulted in increased traffic to the downtown and to nearby businesses. The rink was especially popular on the weekends, with significant numbers of skaters and families enjoying the activity. The ice rink hosted a multitude of special events including birthday parties, theme nights, New Year's Eve party, fire victim fundraisers and school fundraisers. These events served to create special memories for those who attended, and the unique setting of a downtown ice skating rink during the holiday season was a ready-made photo opportunity for families and friends. There were also free hockey lessons for a second year, and the sport of curling was introduced to Ukiah during a one-day class. 2018 Ukiah on Ice: - Received over 8,000 skaters of all ages from near and far - Welcomed 52 field trips with over 1,200 students and dozens of chaperones - Hosted 12 parties - Held 7 Parent Teacher Organization nights, raising over $500 for local schools - Employed 40 young adults - Was supported by 24 sponsors - Received widespread exposure on social media; on Facebook, `Ukiah on Ice' posts reached an impressive 80,432 people with 8,421 reactions (Shares, Comments, Likes) The attached matrix illustrates the operating budget for the ice rink in 2018/19 (Attachment 1). This year's event budget finished with a deficit of$9,263 but, while not the revenue result staff had hoped for, the City still maintains a fund balance of over$10,000 moving forward. The Contracted Services line was significantly reduced this season by having City staff operating the chiller and performing all ice maintenance tasks. The revenue generated from operations (ticket sales and concessions) was close to the same as last season, indicating another season of tremendous usage and enjoyment by the public. The sponsor revenue dropped off significantly from last season, possibly due to unusually high competition for fundraising dollars. City Staff would like to extend their appreciation to the City Council for their support and to everyone who participated in Ukiah On Ice, from the skaters to the behind-the-scenes-staff. In particular, City Staff would like to recognize the generous community sponsors who supported this event and ultimately made it possible, with many going above and beyond for this community event (listed in Attachment 2). For their contributions, they are being presented with Certificates of Appreciation and honored this evening. 2 2 ATTACHMENT 1 UKIAH ON ICE BUDGET Revenue 2017 Actuals 2018 Actuals Ticket sales/ Concessions/Trips 86,9721F- 79,767 Ticket Donations to Low Income Families 4,0001F- 4,200 Sponsors I66,000F 42,000 Total 1 156,972 125,967 Expenses 11 F Ice Rink/ Skates/ Chiller/ Resurfacer 95,638F 82,550 Tent 9,0951F- 9,000 Sand box 11 Sponsor Donation Sponsor Donation Fencing 11 Sponsor Donation Sponsor Donation Security 11 Sponsor Donation Sponsor Donation Hotel for ice rink maintenance staff Sponsor Donation Sponsor Donation Building Permit 1,549F 437 Utilities 5,6451F- 5,356 Staff for ice rink- seasonal I28,886F 30,107 Banners I1,718F 1,354 Promo & Print costs (poster) 7321F- 263 Utility bill insert 3871F- 963 Supplies 10,70111 5,200 Total 1 154,351 135,230 Profit/ Loss 2,6211F— -9,263 3 ATTACHMENT 2O18Ukiah C]nIce Sponsors Partner Adventist Health Ukiah Valley Greater Ukiah Chamber ofCommerce Platinum Coyote Valley Casino Diamond DConstruction Granite Construction KVV|NE/MAXRadio Gold Friedman'sHome Improvement PG&E Travelodge/ Fairfield Inn 8'Suites Visit Ukiah Silver Arrow Fencing Community First Credit Union DeFatteEquipment Rental Ukiah Main Street Program Bronze Black Oak Coffee Roasters Fetzer Vineyards George Petersen 8'Associates Hillside Health Center L4COAssodates Mendocino Forest Products Northwest Insurance Agency, Inc. Radiant Yoga Savings Bank ofMendocino County Ukiah Paper Supply Ukiah Waste Solutions 4 Agenda Item No.: 3b MEETING DATE/TIME: l/6C2019 0/0 PEAK ITEM NO: � AGENDA SUMMARY REPORT SUBJECT: Receive Presentation of Fourth Quarter Employee Recognition Awards. DEPARTMENT: Human Resources PREPARED Shed Mannion ATTACHMENTS: None Summary: The Mayor will present selected employees with Exceptional Employee awards. Background: The City of Ukiah prioritizes the retention and attraction of outstanding employees and recognizes their role in our goal of providing exceptional customer service. The Exceptional Employees Program, through a nomination prooeoo, recognizes and awards those employees or teams of employees who have truly gone above and beyond. Once each quarter, nominations are considered from the categories of field crews, public safety, and adnniniotradon. Discussion: The recipients for the fourth quarter 2018 are as follows: Nancy Coo|ey, Customer Services Representative: Nancy was nominated for her profeooiona|iom, dedication and compassion inservice. While assisting anelderly man at the utility counter who had just received a 48-hour shut off nodoe. Nancy noticed the customer was visibly diotnaught, as he did not have enough money to RECOMMENDED ACTION: Receive a presentation of the Employee Recognition Awards for the first quarter. 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 pay his bill. The gentleman had a "promise to pay" note on his bill and asked if he could make a partial payment. Knowing that there are programs to help individuals in need, Nancy asked if he had heard of the Home Energy Assistance Program (HEAP), then helped him to fill out the application, and instructed him to go directly to the North Coast Energy Services (NCES) to turn it in. During her regular work break, she went down to NCES to insure his application was received. Not only did Nancy go above and beyond to help this gentleman with his HEAP application, she gifted him $20 of her own money and asked him to do something special for his wife. Daniel Spence, Recreation Program Coordinator: Daniel exemplifies the City's core values of Service, Safety, and especially Innovation. As a newer team member, he has brought many fresh and creative ideas to the Recreation and Aquatics Divisions, including some well received events. These new events include Neon Nights, the "Dive in Movie" Jaws, and The Apocalypse Haunted House, which were scheduled in the evening, setting them apart from the standard programs offered. All three of these events saw immediate success and provide new activities for teenagers and young adults, a demographic often underserved in our area. It's because of Daniel's commitment, leadership, and innovative ideas that these events were so successful and tremendously appreciated by the community. Chris Long, Police Sergeant, Ross Lunceford, Police Officer, Adam Elledge, Police Officer: These officers were nominated for exemplifying the values of the Police Department and City Core Values. They responded to a call regarding a woman screaming for help. Upon arriving they encountered a disabled homeless woman in which they were very familiar with, who suffers from mental and physical disabilities, and can often be difficult. The officers were able to quickly identify that the woman was frustrated because her wheelchair was broken and it was preventing her from obtaining her medication. The officers remained patient and understanding of her frustration while trying reason with her to remedy the situation. Seeing that they were not going to be able to reason with her, they coordinated with the Senior Center to donate a replacement wheelchair, which was delivered to their location. 2 Agenda Item No.: 5a MEETING DATE/TIME: l/6C2019 0/0 PEAK ITEM NO: � AGENDA SUMMARY REPORT SUBJECT:Approval of the January 16, 2019, Regular Meeting Minutes DEPARTMENT: Clerk/Admin PREPARED Kristine Lawler ATTACHMENTS: Attachment January 16, 2019, Draft Minutes Summary: Council will consider approving the Minutes of January 16, 2019, a Regular Meeting (Attachment 1). Background: N/A Discussion: N/A RECOMMENDED ACTION: Approve the Minutes of January 16, 2019, 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 ATTACHMENT 1 CITY OF UKIAH CITY COUNCIL MINUTES Regular Meeting CIVIC CENTER COUNCIL CHAMBERS 300 Seminary Avenue Ukiah, CA 95482 January 16, 2019 6:00 p.m. 1. ROLL CALL 2. PLEDGE OF ALLEGIANCE Ukiah City Council met at a Regular Meeting on January 16, 2019, having been legally noticed on January 11, 2019. Mayor Doble called the meeting to order at 6:00 p.m. Roll was taken with the following Councilmembers Present: Jim O. Brown, Stephen G. Scalmanini, and Maureen Mulheren. Councilmembers Absent by Prearrangement: Juan V. Orozco and Douglas F. Crane Staff Present: Sage Sangiacomo, City Manager; David Rapport, City Attorney; and Kristine Lawler, City Clerk. MAYOR MULHEREN PRESIDING. The Pledge of Allegiance was led by City Manager Sangiacomo_ 3. PROCLAMATIONS/INTRODUCTIONS/PRESENTATIONS a. Presentation of the Statistics for the 2018/19 Youth Basketball League. Presenter: Julie Whiteakar, Activities/Sports Coordinator. Presentation was received. 4. PETITIONS AND COMMUNICATIONS 5. APPROVAL OF MINUTES a. Approval of the December 19, 2018, Regular Meeting Minutes Motion/Second: Brown/Scalmanini to approve Minutes of December 19, 2018, a regular meeting, as submitted. Motion carried by the following roll call votes: AYES: Brown, Scalmanini, and Mulheren. NOES: None. ABSENT: Orozco and Crane ABSTAIN: None. 6. RIGHT TO APPEAL DECISION 7. CONSENT CALENDAR Motion/Second: Scalmanini/Brown to approve Consent Calendar Items 7a-7h, as submitted. Motion carried by the following roll call votes: AYES: Brown, Scalmanini, and Mulheren. NOES: None. ABSENT: Orozco and Crane ABSTAIN: None. a. Adoption of Resolution (2019-01) Approving the City of Ukiah's Qualified Contractors List for 2019 — City Clerk. b. Adoption of Resolution (2019-02) Appointing Representatives to Represent and Vote on Behalf of the City at the League of California Cities, Redwood Empire Division Business Meetings and 2 Division Legislative Committee Meetings —Administration. Page 1 of 4 Cty Couurn s for,,a 'v `, 2019, Cou„.ni.iru u��t� c. Approval of Notice of Completion for 2018 Street Rehabilitation Project, Specification No. 18-01 —Public Works. d. Report the Purchase (PO 45820) of a New Pitney Bowes Mailing System and Approve Corresponding Budget Amendment— Purchasing. e. Authorize Execution of Amendment to the Agreement (COU No. 1213-180-A4) with Rau and Associates, Inc. in an Amount not to exceed $5,300 for Additional Construction Review, Testing, and Staking for the Smith Street Rehabilitation Project and Approve Budget Amendment—Public Works. f. Report of Amendments to the Existing Audit Contract (COU No. 1617-150-A2) with Van Lant & Fankhanel for a Total Amount of$24,700, and Approval to Amend the Contract for an Additional $3,500 —Finance. g. Notification of Purchase (PO 45695-02) and Installation of Shipping Containers for Temporary Records Retention and Community Services Storage, in the Amount of$25,402.92, and Approval of Corresponding Budget Amendment— City Clerk. h. Approval of Amendment #2 (COU No. 1617-146-A2) with Larry Walker and Associates for Technical Permitting Assistance Related to the City's National Pollutant Discharge Elimination System (NPDES) Permit and Recycled Water Permit— Water Resources. 8. AUDIENCE COMMENTS ON NON-AGENDA ITEMS Public Comment: Jason Gilman — Camping Ordinance. 9. COUNCIL REPORTS Presenter: Mayor Mulheren. 10. CITY MANAGER/CITY CLERK REPORTS Presenter: Sage Sangiacomo, City Manager. 11. PUBLIC HEARINGS (6:15 PM) 12. UNFINISHED BUSINESS a. Discussion Regarding the Homeless Emergency Aid Program (HEAP) Grant Funding Allocated to Mendocino County and Adoption of a Resolution Declaring a Shelter Crisis Presenter: Shannon Riley, Deputy City Manager. Public Comment: Dan Anderson, Redwood Community Services; John McCowen, Mendocino County 2nd District Supervisor; Que B Anthony; and Camille Schrader, Redwood Community Services. Motion/Second: Brown/Scalmanini to adopt a limited resolution (2019-03) declaring a shelter crisis to allow HEAP funding for specific projects. Motion carried by the following roll call votes: AYES: Brown, Scalmanini, and Mulheren. NOES: None. ABSENT: Orozco and Crane ABSTAIN: None. b. Approve and Authorize Pacific Recycling Solutions to Enter the First Amended and Restated Agreement for Mixed Organic Waste Services Between Cold Creek Compost and Pacific Recycling Solutions. Presenter: Tim Eriksen, Public Works Director/City Engineer. 3 Public Comment: Martin Mileck, Cold Creek Compost. Page 2 of 4 Cty Couurn s for,,a 'v `, 2019, Cou„.ni.iru u��t� Motion/Second: Brown/Scalmanini to approve and authorize Pacific Recycling Solutions to enter the first amended and restated agreement (COU No. 1718-162-Al*) for Mixed Organic Waste Services between Cold Creek Compost and Pacific Recycling Solutions. Motion carried by the following roll call votes: AYES: Brown, Scalmanini, and Mulheren. NOES: None. ABSENT: Orozco and Crane ABSTAIN: None. *Note: This contract number references an amendment to Exhibit D of the contract between the City and Ukiah Waste Solutions, and is not for the agreement between Pacific Recycling Solutions and Cold Creek Compost. 13. NEW BUSINESS a. Authorization for Staff to Develop Plans and Specifications for Public Infrastructure and Right-of-Way Improvements on East Clay Street. Presenters: Shannon Riley, Deputy City Manager and Tim Eriksen, Public Works Director / City Engineer. Public Comment: John McCowen, Mendocino County 2nd District Supervisor. Motion/Second: Scalmanini/Brown to authorize Staff to develop plans and specifications for public infrastructure and right-of-way improvements at East Clay Street. Motion carried by the following roll call votes: AYES: Brown, Scalmanini, and Mulheren. NOES: None. ABSENT: Orozco and Crane ABSTAIN: None. b. Receive Updates, and Discussion and Appointments Regarding 2019 Council Assignments, and Consideration of Disbandment and Modification to City Council Committees and Ad Hocs; and Adoption of Resolution Appointing a Director and an Alternate to the Ukiah Groundwater Sustainability Agency (GSA). Presenter: Sage Sangiacomo, City Manager. Motion/Second: Brown/Scalmanini to adopt resolution (2019-04) appointing Councilmember Crane as Director and Mayor Mulheren as an Alternate to the Ukiah Groundwater Sustainability Agency (GSA), Motion carried by the following roll call votes: AYES: Brown, Scalmanini, and Mulheren. NOES: None. ABSENT: Orozco and Crane ABSTAIN: None. Council Consensus to include Councilmember Orozco as a liaison to the Russian River Flood Control District. 14. CLOSED SESSION a. Conference with Legal Counsel — Existing Litigation (Government Code Section 54956.9(d)(1)) Name of case: Vichy Springs Resort v. City of Ukiah, Et Al, Case No. SCUK-CVPT-2018-70200 b. Conference with Real Property Negotiators (Cal. Gov't Code Section 54956.8) Property: APN Nos: 157-050-03, 157-060-02, 157-050-04, 157-050-03, 157-030-02, 157-050- 01, 157-050-02, 157-050-10, 157-050-09, 157-070-01, 157-070-02, 003-190-01 Negotiator: Sage Sangiacomo, City Manager; Negotiating Parties: Dave Hull and Ric Piffero Under Negotiation: Price &Terms of Payment 4 Page 3 of 4 Cty D;xxur.n s foi,,Ja 'v `, 2019, Courni.iru u�Jug c. Conference with Real Property Negotiators (Cal. Gov't Code Section 54956.8) Property: APN Nos: 003-040-77; 003-040-78; 003-040-79 Negotiator: Sage Sangiacomo, City Manager; Negotiating Parties: Shapiro/Danco Under Negotiation: Price &Terms of Payment No Closed Session was held. 15. ADJOURNMENT There being no further business, the meeting adjourned at 7:00 p.m. Kristine Lawler, City Clerk 5 Page 4 of 4 Agenda Item No.: 5b MEETING DATE/TIME: l/6C2019 0/0 PEAK ITEM NO: � AGENDA SUMMARY REPORT SUBJECT:Approval of the January 30, 2019, Special Meeting Minutes. DEPARTMENT: Clerk/Admin PREPARED Kristine Lawler ATTACHMENTS: Attachment Draft Minutes for]anuary3O, 2Ol9 Summary: The City Council will consider approving the January 30, 2019, Special Meeting Minutes. Background: N/A Discussion: N/A RECOMMENDED ACTION: Approve the January 30, 2019, Special Meeting Minutes. 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 ATTACHMENT 1 CITY OF UKIAH CITY COUNCIL MINUTES Special Meeting CIVIC CENTER COUNCIL CHAMBERS 300 Seminary Avenue Ukiah, CA 95482 January 30, 2019 5:30 p.m. 1. ROLL CALL Ukiah City Council met for a Special Meeting on January 30, 2019, which was legally noticed on January 26, 2019, Mayor Mulheren called the meeting to order at 5:30 p.m. Roll was taken with the following Councilmembers Present: Juan V. Orozco, Jim O. Brown, Stephen G. Scalmanini, Vice Mayor Douglas F. Crane, and Mayor Maureen Mulheren. Staff Present: Sage Sangiacomo, City Manager; David Rapport, City Attorney (arriving at 5:40 p.m.); and Kristine Lawler, City Clerk. MAYOR MULHEREN PRESIDING. 2. PLEDGE OF ALLEGIANCE The Pledge of Allegiance was led by Councilmember Brown. 3. AUDIENCE COMMENTS ON NON-AGENDA ITEMS No public comment was received. 4. NEW BUSINESS a. Mid-Year Budget Report and Budget Development Schedule Discussion for Fiscal Year 2019-20 —Finance. Presenter: Dan Buffalo, Finance Director. A PowerPoint presentation was given and the report was received. b. Review and Update the Ukiah City Council Strategic Plan —Administration. Presenter: Sage Sangiacomo, City Manager. A PowerPoint presentation was given. Council Consensus to accept the revised City Council Strategic Plan including the addition of a fifth priority — Enhance our Neighborhoods: Foster a sense of small-town life by embracing our diversity and supporting our residents with quality services and vibrant places (People, Places, Services). RECESS: 6.42— 6:50 P.M. c. Five-Year Capital Improvement Program (CIP) Overview and Draft Update for Fiscal Year 2019/20 —Finance. Presenters: Mary Horger, Procurement Manager and Dan Buffalo, Finance Director. Direction was given to staff. 4. ADJOURNMENT There being no further business, the meeting adjourned at 7:24 p.m. 2 Kristine Lawler, City Clerk Page 1 of 1 Agenda Item No.: 7a MEETING DATE/TIME: l/6C2019 0/0 PEAK ITEM NO: � AGENDA SUMMARY REPORT SUBJECT: Report of Disbursements for the Month of December 2018. DEPARTMENT: Finance PREPARED {�andiceRasmasnn ATTACHMENTS: Attachment December 2018 Summary ofDisbursements Attachment Account Codes for Reference Attachment Object Codes for Reference Attachment December 2018 Disbursement Detail Summary: Payments made during the month of December 2018 are summarized on the Report of Disbursements. Further detail is supplied onthe Schedule ofBills, representing the four /4\ individual payment oyo|eo within the month. Background:Accounts Payable Check Numbers (City& UVF/A: 3O3O347-3O3O477; 3O3O478-3O3O589; 3030590-3030725; 3030720-3030729 Accounts Payable Wire Transfers: N/A Payroll Check Numbers: 5O0034-5O0074; 5O0075-5O0714 Payroll Manual Check Numbers: 5O0033. 5O0075. 5O0070 Direct Deposit Numbers: 9O44O-9O559; 9O00O-9O882 Manual Direct Deposit Numbers: N/A Void Check Numbers: 3O3O211. 3O3O302. 3O3O483. 3O3O212. 3O3O092 Void Direct Deposit Numbers: N64 RECOMMENDED ACTION: Approve the Report ofDisbursements forthemonth ofDecember 2018. 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 Discussion: This report is submitted in accordance with Ukiah City Code Division 1, Chapter 7, Article 1. Attachment#1: December 2018 Summary of Disbursements Attachment#2: Account Codes for Reference Attachment#3: Object Codes for Reference Attachment#4: December 2018 Disbursement Detail 2 2 CITY OF UKIAH Attachment 1 REPORT OF DISBURSEMENTS REGISTER OF PAYROLL AND DEMAND PAYMENTS FOR THE MONTH OF DECEMBER FUNDS: 100 General Fund $213,051.92 700 Sanitary Disposal Site Fund $58,879.44 105 Measure S General Fund 701 Landfill Corrective Fund 110 Special General Fund 702 Disposal Closure Reserve Fund 120 Streets Capital Improvement $485,019.74 704 Post Closure Fund-Solid Waste $0.00 201 Worker's Comp Fund 720 Golf Fund 202 Liability Fund 730 Confernence Center Fund $38,894.07 203 Garage Fund $7,272.63 750 Visit Ukiah $4,950.90 204 Purchasing Fund $2,861.69 777 Airport Fund $61,271.83 205 Billing&Collections Fund $9,241.10 778 Airport Capital Improvement Fund 206 Public Safety Dispatch Fund $3,353.11 779 Special Aviation Fund 207 Payroll Posting Fund $8,253.64 800 Electric Fund $797,487.11 208 Building Maintenance/Corp Yard Fund $30,201.87 801 Electric Capital Reserve Fund $17,421.65 209 IT Fund $113,889.34 803 Lake Mendocino Bond Reserve 220 Equipment Reserve Fund 805 Street Lighting Fund $9,165.66 250 Special Revenue Fund 806 Public Benefits Fund $7,981.13 251 Special Projects Reserve Fund 820 Water Fund $65,794.26 253 CITY PROP 172 $10,242.17 822 Water Capital Improvement Fund 300 Park Development Fund 830 Recycled Water Fund $1,340,822.06 301 Anton Stadium Fund $0.00 302 Observatory Park Fund 840 City/District Sewer Fund $378,733.80 304 Swimming Pool Fund $0.00 841 Sewer Contruction Fund 305 Riverside Park Fund $0.00 843 Sewer Capital Fund 306 Skate Park Fund $0.00 900 Special Deposit Trust $15,722.54 310 Museum Grants 901 General Service(Accts Recv) 311 Alex Rorbaugh Recreation Center Fund $3,441.01 902 U.S.W.Billing&Collection $56,862.84 312 Downtown Business Improvement Fund 903 Public Safety-AB 109 $0.00 313 LMIHF Housing Asset Fund 905 Federal Emergency Shelter Grant 314 Writer Special Events $10,938.95 905 Mendocino Emergency Service Authority 500 2106 Gas Tax Fund 911 Russian River Watershed Association $7,779.50 501 2107 Gas Tax Fund 915 UVFD $17,804.75 503 2105 Gas Tax Fund 916 UVFD PROP 172 $10,242.19 505 Signalization Fund 917 UVFD Measure B $32,523.11 506 Bridge Fund 918 UVFD Mitigation $1,361.78 507 1998 STIP Augmentation Fund 940 Sanitation District Special Fund 508 SB325 Reimbursement Fund 943 Sanitation District Capital Improvement Fund 509 S.T.P.Fund 952 REDIP Sewer Enterprise Fund 510 Trans-Traffic Congest Relief Fund 960 Community Redevelopment Agency 511 Rail Trail Fund $2,300.00 961 RDA Housing Pass-Through 600 Community Development Block Grant 962 Redevelopment Housing Fund 601 EDBG 94-333 Revolving Loan 963 Housing Debt 602 Community Development Fund 964 RDA Capital Pass-Through 603 08-HOME-4688 965 Redevelopment Capital Improvement Fund 604 CDBG Grant 09-STBG-6417 966 Redevelopment Debt Service 605 11-HOME-7654 Fund $0.00 967 Housing Bond Proceeds 606 CDBG Grant 10-EDEF-7261 $62.92 968 Non-Housing Bond Proceeds 607 Prop 84 Grant Fund 969 RDA Obligation Retirement Fund $306.00 609 13-CDBG-8940 844/944 Sewer Capital Projects Fund $18,889.60 610 City RDA Projects Fund 630 Asset Seizure Fund 631 Asset Seizure Fund(Drug/Alcohol) 633 H&S Education 11489(B)(2)(A1) 634 Federal Asset Seizure Grants Retainage Withheld $94,222.39 635 SUP Law Enforcement Service Fund 611 CDBG 16-CDBG-11147 $14,350.00 637 Local Law Enforcement Block Grant 638 Asset Forfeiture 11470.2 H&S 639 Special Revenue-Police $0.00 640 Parking District Fund $1,574.17 691 Museum Fund $9,745.19 PAYROLL CHECK NUMBERS:506634-506674 DIRECT DEPOSIT NUMBERS:90440-90559 TOTAL DEMAND PAYMENTS-A/P CHECKS $3,962,916.06 PAYROLL PERIOD:11/18/18-12/01/18 TOTAL DEMAND PAYMENTS-W1 RES*&EFT's $148.00 PAYROLL CHECK NUMBERS:506677-506714 TOTAL PAYROLL CHECKS&DIRECT DEPOSITS $905,250.42 DIRECT DEPOSIT NUMBERS:90660-90882 TOTAL PAYROLL EFT's(TAXES,PERS,VENDORS) $562,535.15 PAYROLL PERIOD: 12/2/18-12/15/18 vendor name(if applicable) PAYROLL CHECK NUMBERS: DIRECT DEPOST NUMBERS: PAYROLL PERIOD: VOID CHECK NUMBERS: 3030211,3030362,3030483,3030212 TOTAL PAYMENTS $5,430,849.63 3030692 MANUAL CHECK NUMBERS: 506633,506675,506676 VA RE TRANSFER NUMBERS: CERTIFICATION OF CITY CLERK This register of Payroll and Demand Payments was duly approved by the City Council on City Clerk APPROVAL OF CITY MANAGER CERTIFICATION OF DIRECTOR OF FINANCE I have examined this Register and approve same. I have audited this Register and approve for accuracy and available funds. `3 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 10024620 Streets 30822280 Project Planning 10024224 Storm Drains 31022700 Museum Grant 10514000 Police-City Attorney 31122000 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 82027110 Water 63320210 H&S Asset Seizure Expenditure 82027111 Water-Production O&M 63420250 Fed Asset Seizure Expenditure 82027113 Water-Distribution Capital 63520210 SLESF 82027114 Water-Distribution O&M 63820210 Asset Forfeiture 11470 82027115 Water-Production Capital 64020213 Parking Enforcement 82227113 Water-Distribution Capital 69122700 Museum 84027220 Wastewater 70024500 Landfill 700 84027221 Wastewater City-O&M 70224500 Landfill Closure 84027222 Wastewater City-Capital 70424500 Landfill Post closure 84027225 Wastewater Treatment-O&M 72022400 Golf 84027226 Wastewater Treatment-Capital 73022600 Conference Center 84227220 Wastewater 75017110 Visit Ukiah 84327222 Wastewater City-Capital 77725200 Airport Operations 84427221 Wastewater City Capital-O&M 77817411 FAA Grant 84427222 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 80100000 Infrastructure 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 MATUS 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 54330 COMPUTER AND TECHNOLOGY 52510 ADVERTISING & PROMOTION 54500 EQUIP RENTS AND LEASES 52515 ADVERTISING & PUBLICATION 54700 FINES & PENALTIES 52521 LIABILITY INSURANCE PREMIUM 55100 TELEPHONE 52522 LIABILITY INSURANCE DEDUCT 55200 PG&E 52523 BOILER/MACHINERY PREMIUMS 55210 UTILITIES 52524 PROPERTY INSURANCE 56100 VEHICLE & EQUIPMENT MAINT. & R 6 52525 WORKER'S COMP. EXPENSE 56110 CITY GARAGE - PARTS 56121 R & M RADIO EQUIPMENT 56111 CITY GARAGE - LABOR 56122 R & M NON-AUTO EMS EQUIPMENT 56112 EQUIPMENT PARTS FOR RESALE 56123 R & M COMPUTERS 56120 EQUIPMENT MAINTENANCE & REPAIR 56124 MAINT CONTRACT DEFIBULATORS 80235 SYSTEM MAINTENANCE 56130 EXTERNAL SERVICES 80236 EMERGENCY/CONTINGENCY 56210 FUEL& FLUIDS 90100 LOAN PROCEEDS 56300 BUILDING MAINT. & REPAIR 90101 LOAN PAYMENT RECEIVED 56410 EQUIPMENT RENTAL- PRIVATE 90301 LOAN REPAYMENT 56504 FACILITY MAINTENANCE & REPAIR 90410 BOND PROCEEDS 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 1 N FLOW/I N FILTRATION Atta moment 4 11...omo.i w o') mown wi mirown fairAg�)pii�,,,ovia 1:1 IUU 12/17/20118 f ili g aturi�, lIIInvohiiicies II II �u IIS IIID II��II�III 1111111 alto ADAMSON INV287772 TRUNK ORGANIZER $432.53 10020210-80100 MACHINERY& $432.53 POLICE UPD SUV EQUIPMENT PRODUCTS -- Vendor Total: -6432.53 ADVANCED 451456 MONTHLY ALARM $23.25 10021210-52180 SECURITY $11.63 SECURITY SERVICES FOR 130 SERVICES SYSTEMS 91521400.52180 SECURITY $11.62 SERVICES Vendor Total: 523.25 AFLAC GROUP A109149000 NOV 18 AFLAC $378.96 20700000-20538 AFLAC CRITICAL $378.96 INSURANCE CRITICAL CARE INS ILLNSS POLICY Vendor Total: -- $378.96 AIR QUALITY 5092-5-45-17-29 ANNUAL PERMIT $246.33 77725200-52100 CONTRACTED $246.33 MANAGEMENT RENEWAL FEES SERVICES DISTRICT Vendor Total: x246.33 ALL-GUARD A206105 MONTHLY $85.90 84027225-52180 SECURITY $85.90 ALARM SYSTEMS MONITORING AT SERVICES INC WWTP Vendor Total: 685.90 ALSEA 2018053-R INITIAL ACCOUNT $3,060.00 10021210-52100 CONTRACTED $1,530.00 GEOSPATIAL INC SETUP:AGENCY SERVICES 91521400-52100 CONTRACTED $1,530.00 SERVICES _ Vendor Total: �-$3, 060.00 AMAZON 1CHY-9QJT- OUTDOOR TRASH $246.50 20822500-5000 BUILDING MAINT. $246.50 CAPITAL CPH6 CONTAINERS &REPAIR SERVICES 1GJT-7WXR- FLUORESCENT TUBE $139.96 77725200-58300 BUILDING MAINT. $139.98 17YY LIGHTS &REPAIR 1HQ4•LMCL- UNDERWATER LIGHT $47.69 90000000-20231 COUNTY MENTAL ($0.24) DQ34 HEALTH.5% 90000000-23252 DISTRICT USE (60.05) TAX-LIBRARIES 90000000-23237 DISTRICT USE (x0.24) TAX-MEASURE S 90000000-23028 MEASURE Y (60.24) DISTRICT TAX 90000000-23013 STATE USE TAX ($3.46) LIABILITY 2082250054100 SUPPLIES $4.23 rn Gist iirjlf c illi' Oso �� 'rims ISI 0im o 11a 2/17/201, IIIIII' �i� ''�I �IIIIII�ICI � ��'� AMAZON IHQ4-LMCL. UNDERWATER LIGHT $47.69 20822500-54100 SUPPLIES $47.69 CAPITAL DQJ4 SERVICES 1CHY-9QJT- MISC OFFICE $70.83 90000000-20231 COUNTY MENTAL ($0.12) TG7T SUPPLIES HEALTH.5% 90000000-23252 DISTRICT USE ($10.03) TAX-LIBRARIES 90000000-23237 DISTRICT USE ($0.12) TAX-MEASURE S 90000000-23028 MEASURE Y ($0.12) DISTRICT TAX 90000000-23013 STATE USE TAX ($1.75) LIABILITY 80026400-4100 SUPPLIES $2.14 80026400.54100 SUPPLIES $70.83 11-VR10QG- POPCORN MINI CONE $107.86 90000000-20231 COUNTYMENTAL ($0.54) 9KTX HOLDERS HEALTH.5% 90000000-23252 DISTRICT USE ($0.14) TAX-LIBRARIES 90000000-23237 DISTRICTUSE ($0.54) TAX-MEASURE S 90000000-23028 MEASURE Y ($0.54) DISTRICT TAX 90000000-23013 STATE USE TAX ($7.82) LIABILITY 31422860-4100 SUPPLIES $9.58 31422860-4100 SUPPLIES $107.86 1V3R-JPVP- PAPER,POUCHES $120.40 90000000-20231 COUNTY MENTAL ($0.06) Q19K HEALTH.5% 90000000-23252 DISTRICT USE ($0.02) TAX-LIBRARIES 90000000-23237 DISTRICT USE ($0.06) TAX-MEASURE S 90000000-23028 MEASURE Y ($0,06) DISTRICT TAX 90000000-23219 PUMPKINFEST $1.06 90000000-23219 PUMPKINFEST $12.96 90000000-23013 STATE USE TAX ($0.86) LIABILITY 10022810-54100 SUPPLIES $107.44 11GX-HPPG- PET CLEANER $139.80 90000000-20231 COUNTY MENTAL ($0.70) DW6G HEALTH.5% 90000000-23252 DISTRICT USE ($0.18) TAX-LIBRARIES 90000000.23237 DISTRICT USE ($0.70) TAX-MEASURE S C) I�ppp @BVI �, Ip pJ��ml nm p p Imp I"�� Litt t IIN I��II VIII lllllllllu"'i,-i II„ mm n �I IIIA I'. ir, III �IIIII �iirov III ,IIIIII III It VIII IIIR 2/7" /201.8 IIIII I�I'lllllllll IIII�I�III. H I4 IvdI c., IWtlIA s II � Qlh u AMAZON 11GX-HPPG- PET CLEANER $139.80 90000000-23028 MEASURE Y ($0.70) CAPITAL DW6G DISTRICT TAX SERVICES 10024620-54120 PW-SPECIAL $12.42 SUPPLIES 10024620-54120 PW-SPECIAL $139.80 SUPPLIES 90000000-23013 STATE USE TAX ($10.14) LIABILITY 1989-W9YQ- CALENDAR REFILL $7.46 10020210-54100 SUPPLIES $7.46 49RJ 1TPW-L16T- INDOOR CLOCK $47.83 10021210-54100 SUPPLIES $23.91 HX13 91521400-54100 SUPPLIES $23.92 1 WNQ-M9YV- INDOOR CLOCK $47.83 10021210-54100 SUPPLIES $23.92 DG9L 91521400-54100 SUPPLIES $23.91 1D64-7JCW- SURGE PROTECTORS, $137.76 73022600-54100 SUPPLIES $137.76 NG3J EXTENSION CORDS 1CHY-90FT- STANDING DESK $217.74 80026400-54100 SUPPLIES $217.74 JQP6 Vendor Total: $1,331.68 APPLIED 7014886259 RHINO DIRT $361.06 8402722556120 EQUIPMENT $381.06 INDUSTRIAL MAINTENANCE& TECHNOLOGIES REPAIR CA LLC ___ Vendor Total: $381.06 AT&T 000012164671 T1 TO INTERNET $573.75 20913900-55100 TELEPHONE $573.75 000012165068 TELEPHONE SERVICE $5,070.47 20913900-55100 TELEPHONE $5,070.47 Vendor Total: $5,644.22 BARNES& 201869 2018-2019 $4,950.00 77725200-52100 CONTRACTED $4,950.00 THORNBURG MONITORING YEAR SERVICES Vendor Total: $4,950.00 BAUER 0000247461 EVOLUTION 6000 TIC- $15,246.86 25321210-54102 SMALL TOOLS $7,623.43 COMPRESSORS FAHRENHEI INC 91621400-54102 SMALL TOOLS $7,623.43 Vendor Total $15,246.86 BEST BEST& 835001 RDA LEGAL SERVICES $1,126.32 10017200-52150 LEGAL $1,126.32 KRIEGER LLP AS NEEDED SERVICESEXPE LASES __ Vendor Total: $1,126.32 BOMBER INC 20356 SAFETY GLASSES $372.35 80026400-54100 SUPPLIES $372.35 Vendor Total: $372.35 CANTEEN 5975:003410 UKIAH ON ICE $324.00 31422860-54100 SUPPLIES $324.00 SERVICE SUPPLIES Vendor Total:��"$324.00 p m� a u�W 'I�IIImq ONIIIIIIIIIII.11sit oI Illlllm 111111 i �II IIII �I III I � II II art Illlp �IIIIIIII 4 tl '�IIIpIIpI uRR uRRNflflN �IRI���IIIWUW II III ullllllllllon nv cul ices �I pp mm jm aw ��m Im m m III CARTER DV052019.1 SUNDAYS IN THE 5500.00 90000000-23226 CONCERT $500.00 GRISSOM PARK PROMOTOR C SERIES DV052019.2 SUNDAYS IN THE $500.00 90000000-23226 CONCERT $500.00 PARK PROMOTOR C SERIES DV052019.3 SUNDAYS IN THE $500.00 90000000-23226 CONCERT $500.00 PARK PROMOTOR C SERIES DV052019.4 SUNDAYS IN THE $500.00 90000000-23226 CONCERT $500.00 PARK PROMOTOR C SERIES DV052019.5 SUNDAYS IN THE $500.00 90000000-23226 CONCERT $500.00 PARK PROMOTOR C SERIES DV052019.6 SUNDAYS IN THE $500.00 90000000-23226 CONCERT $500.00 PARK PROMOTOR C SERIES DV111718 SUNDAYS IN THE $4,000.00 90000000-23226 CONCERT $4,000.00 PARK PROMOTOR C SERIES Vendor Total:���$7,000.00 CATHERINE DV112118 WILD GARDENS $2,220.00 69122700-52100 CONTRACTED $2,220.00 MONROE CURRICULUM-CATH SERVICES Vendor Total: ;2,220.00 CHEM DRY 18821 CARPET CLEANING $56.48 6912270056300 BUILDING MAINT. $5648 SVCS &REPAIR Vendor Total: CHOUINARD& 1811028 IBM POWER9 SERVER $31,582.98 20913900-80100 MACHINERY& $24,906.43 MYHRE INC 1:9009 MODEL EQUIPMENT 20913900-54320 SOFTWARE $6,676.55 Vendor Total: $31,582.98 CHROMAGRAPHICS 66367 BUSINESS CARDS-S $207.90 10021210-54100 SUPPLIES $103.95 ARBA,J ADAIR,K JENNINGS 91521400-54100 SUPPLIES $103.95 Vendor Total: $207.90 CLARK PEST 23038174 PEST CONTROL SVCS $94.00 80026210-52100 CONTRACTED $94.00 CONTROL SERVICES 23025193 PEST CONTROL SVCS $74.00 80026220-52100 CONTRACTED $74.00 SERVICES 23025233 PEST CONTROL SVCS $95.00 8002640052100 CONTRACTED $95.00 SERVICES Vendor Total: $763.00 COMCAST 1067 DEC 18 INTERNET SERVICES $113.18 10021210-55100 TELEPHONE $56.59 91521400-55100 TELEPHONE $56.59 Vendor Total: $113.18 CONDUENT 1491439 SERVICE CALL AND $272.19 20513300-52100 CONTRACTED $272.19 ENTERPRISE MATERIALS SERVICES SOLUTIONS LLC ____ Vendor Total: $272.19 CV Ii fiI W LO ts, II NpII Illi 'for mI Iiiil,l lIai aIIIIIu12/7"[2,03�u 'Il n IIIIIIes IL11 Ii11111-� IIII��IImliillilli 'n CONSUMERS S1398079.005 EUD ACTUATOR {Si,2o3.ie) 8402722556120 EQUIPMENT ($1,2013.16) PIPE&SUPPLY RETURN PO#45376 MAINTENANCE 6 CO REPAIR 51398079.006 EUD ACTUATOR $1215.52 8402722556120 EQUIPMENT $1,215.52 FROM PO#45376 MAINTENANCE 8 REPAIR S1398079.0t32 ELECTRIC ACTUATOR $2,430.36 84027225.55120 EQUIPMENT $2,430.36 MAINTENANCE$ REPAIR Vendor Total:'**32,442.72 CONVERGENT BILL52254 IT SERVICES $225.00 20913900-52100 CONTRACTED $225.00 COMPUTING SERVICES BILL52255 IT SERVICES $675.00 2091390052100 CONTRACTED $675.00 SERVICES BILL52253 IT SERVICES $1,125.00 20913900-52100 CONTRACTED $1,125.00 SERVICES _ Vendor Total: $2,025.00 CWEA DVII0718 CWEA LAB EXAM II-E $185.00 8402722557100 LEARNING AND $185.00 CABALLOS DEVELOPMENT Vendor Total: $185.00 DAN BUFFALO CPA122312.2 REIMBURSEMENT- $120.00 1001340057300 MEMBERSHIPS 8 $120.00 019 D BUFFALO CPA SUBSCRIPTIONS LICENSE RENEWAL _ Vendor Total: ...$120.0 DEPARTMENT OF 340376 CHEMITEST REPORT $595.00 10020210.52100 CONTRACTED $595.00 JUSTICE CRIMINAL INVE SERVICES 335038 FY1819 CLEFS $1200.48 20620231-55100 TELEPHONE $1x200.48 SERVICE Vendor Total: x1,795.48 DETROIT 566187 BLADES $475.80 84027221-54100 SUPPLIES $475-80 INDUSTRIAL TOOL -___ Vendor Total: $475.80 DIANN 2182 REIMBURSEMENT- $67.86 80026400-57100 LEARNING AND $67.86 LUCCHETTI LUNCH MEETING DEVELOPMENT Vendor total:"*...367.86 DORSEYS AUTO DV111618 ENERGY REBATE- $878.00 80626450-52135 ENERGY $878.00 REPAIR DORSEY'S CONSERVATION PROGRAM Vendor Total: .$878.00 E&M ELECTRIC 8, 328159 10-7002R CFP#110307 $12,0012.00 8402722552100 CONTRACTED $12,002.00 MACHINERY,INC -CUSTOME SERVICES _ Vendor Total: x12,002.00 EATON CORP 49578334 MAGNUM DS $0,723.00 8402722556120 EQUIPMENT $8,723.00 REMANUFACTURING MAINTENANCE& SERVICE REPAIR _ Vendor Total: --$9,723.00 EDDIE VEDOLLA DVI IO618 INSTRUCTOR $176.40 10022850-52100 CONTRACTED $176.40 JR SERVICES ........... Vendor Total: $176.40 M II" %11111 W��"� 'a ISI ..��yy�� 1 ply ppp I' ;USI p pI ��'N p � IIIIIIIIO�lu IIIIIUU�II''I'u 0 III IIU Illl�p' IIIA W' lµry',.Illl a VIII" I�VIII 111111 i lllllll�ll�llyll IIIIIIU IIID p!U IIIN'411U r h II�I UI I rylllii 1u111111 � I IINI III IIIIII IIII ; IIUh � �Y I� @1001 III 1 III �I�ryIII�II� U u"�',Ml� �i !�III�Y 'u �IIIIII 111111 ��Illlb UYp I IIIIII IIIIIIIIIIIIIIR I 1111 °�IIIIIG a�111�I Niiil I�iP��l ,d�l, I I�p IIIIII 111111 II ELIJAH WANN DVI 13018 INSTRUCTOR $250.00 10022850.52100 CONTRACTED $250.00 SERVICES Vendor Total: $250.00 EPIC AVIATION 7146113 JET A FUEL $17,333.93 77725200.58401 AVL47ION FUEL $17,333.93 LLC 7143398 JET A FUEL $30,823.10 77725200-58401 AW4TION FUEL $30,823.10 Vendor Total: $48,157.03 FARWEST LINE 266383 ELECTRICAL $391.45 80026110-54102 SMALL TOOLS $195.73 SPECIALTIES LLC EQUIPMENT AND SUPPLIES 80026120-54100 SUPPLIES $195.72 266934 ELECTRICAL $1,684.23 8002611054100 SUPPLIES $1,684.23 EQUIPMENT AND SUPPL 263801 CLOTHING $1,037.34 80026120.54100 SUPPLIES $1,037.34 Vendor Total: $3,113.02 FASTENAL CAUKA33374 MISC.SUPPLIES AS $2.44 10021210-56130 EXTERNAL $2.44 NEEDED SERVICES CAUKA33346 MISC.SUPPLIES AS $25.01 1002462054120 PW-SPECIAL $25.01 NEEDED SUPPLIES Vendor Total: $27.45 FLIGHT LIGHT 0065618-IN TRANSFORMER $293.13 7772520056300 BUILDING MAINT. $293.13 INC &REPAIR Vendor Total: $293.13 FRANK ROMANO UPD12312018 K9 TRAINING DEC 18 $225.00 1002021057100 LEARNING AND $225.00 DEVELOPMENT UPD11302018 K9 TRAINING NOV 18 $225.00 10020210-57100 LEARNINGAND $225.00 DEVELOPMENT UPD10312018 K9 TRAINING-OCT 18 ;700.00 10020210-57100 LEARNINGAND $700.00 DEVELOPMENT Vendor Total: -$f,150.00 G3 2018-6016 SUPPLIES AS NEEDED $906.44 84027225-56130 EXTERNAL $906.44 ENGINEERING SERVICES INC Vendor Total: �$906.44 GEARY,SHEA, 45103 TRIAL COUNSEL IN $8,391.28 84427222-52150 LEGAL $8,391.28 O'DONNELL, UVSD VS.COU SERVICESEW"ENSES GRATTAN,& MITCHELL _ Vendor Total:- $8,391.28 GEORGINA 39 GINNY FETH-MICHEL- $9,300.00 10013400-52100 CONTRACTED $9,300.00 FETH-MICHEL CAFR&FIN SERVICES ........... Vendor Total: $9,300.00 GINA GRECO DV111718 INSTRUCTOR $140.00 10022850-52100 CONTRACTED $140.00 SERVICES I '11st of Ched�ks Presented fair Appwoval on ',J.2]7/203 113 u6 GINA GRECO DV110518 INSTRUCTOR $1,239.00 J0022850-52100 CONTRACTED $1,239.00 SERVICES _ Vendor Total: $1,379.00 GOLDEN STATE C1014408 HANDLELOCK $888.11 10021210-56130 EXTERNAL $988.11 EMERGENCY SERVICES VEHICLE SERVICE INC Vendor Total: GRAINGER INC 9020832D45 SAFETY CAN AND OIL $473.53 253212i0-54102 SMALL TOOLS $236.77 CAN FOR CHAIN SAW 9162140054102 SMALL TOOLS $236.76 9947752524 WIPES $25.54 1002121054100 SUPPLIES $12.77 91521400-54100 SUPPLIES $12.77 9959438442 LAUNDRY $83.84 1002121054100 SUPPLIES $41.92 DETERGENT 91521400-54100 SUPPLIES $41.92 867701393 STATION SUPPLIES $336.98 1002121054100 SUPPLIES $16849 91521400-54100 SUPPLIES $16849 Vendor Total: 5919.89 GRANITE 1503580 MISC.ROCK&ROAD $105.99 84027221-54100 SUPPLIES $105.99 CONSTRUCTION PATCH MATERI COMPANY Vendor Total: .3105.99 HERC RENTALS 30416239-001 RENTAL OR $114.08 10024620-54127 PW-SIGN $114.08 INC PURCHASEOF MISC. POSTSISNEETING EQU _ Vendor Total:_� $114.08 HOME DEPOT 3010558 SOCKET EXTENDER, $237.69 840272256300 BUILDING MAINT. $237.69 CREDIT SHELF UNIT 6 REPAIR SERVICES 2104810 VINYL TUBE $10.03 82027111,52100 CONTRACTED $10.03 SERVICES 4590586 TOUGH TAPE,DUCT $21.07 90000000-23256 SPECIAL EVENTS $21.07 TAPE TRUST 5040038 PLASTIC SHEETING, $43.25 90000000-23256 SPECIAL EVENTS $43.25 DUCT TAPE TRUST 6034089 PLASTIC SHEETING $47.82 90000000-23256 SPECIAL EVENTS $47.82 TRUST 2044829 LONG FOAM,LINK $67.58 90000000-23256 SPECIAL EVENTS $67.58 CHAIN TRUST 8573083 BRAIDED ROPE, $93.23 90000000-23256 SPECIAL EVENTS $93.23 STAPLES,WASHER TRUST 8022181 CLAMP LIGHTS,DUCT, $146.92 90000000-23256 SPECIAL EVENTS $146.92 LIGHT BULBS, TRUST HANDERS 8561867 BASKET GRID,PLAINT, $164.44 90000000-23256 SPECIAL EVENTS $164.44 ROLLERS TRUST ppIIppIIII VIII IIIIIIIIGII,Uslt II C eipMIIG µoIIIIIGApiproiwra�ll UIIGI G II IIII 8 II I I Idu q linvilailices III " dl IIIV!� II nul I'^^ a, ull n Idu q Po. I� Ilul III'"o tll dd 11 dV HOME DEPOT 6023973 CLEANER,ROLLER $22.65 1002281054100 SUPPLIES $22.65 CREDIT SERVICES 7033534 COUPLINGS, $26.60 80026220-54100 SUPPLIES $26.60 HOSEBIBBS Vendor Total: 1881.28 HOMEMADE 13078 FALL-WINTER 18-19 $1,500.00 75012700-52515 ADVERTISING& $1,500.00 PUBLICATIONS TRAVERLERS GUIDE PUBLJCA77ON Vendor Total: $1,500.00 IAN BROESKE TA 12117- TRAVEL ADVANCE $556...00 10021210-57100 LEARNING AND $278.00 21118 DEVELOPMENT 91521400-57100 LEARNING AND $278.00 DEVELOPMENT Vendor Total.— $556.00 INFOSEND INC 144803 PUMPKINFEST 2018 $88.20 90000000-23219 PUMPKINFEST $88.20 Vendor Total: .188.20 INSTITUTE FOR 181979 ANALYZE WATER $365.00 82027111-52100 CONTRACTED $365.00 ENVIROMENTAL SAMPLES SERVICES HEALTH INC Vendor Total:...-1365.00 INTEGRITY 67691 SHREDDING $57.00 1002021054100 SUPPLIES $28.50 SHRED SERVICES 20620231-4100 SUPPLIES $28.50 88140 SHREDDING $57.00 1002021054100 SUPPLIES 128.50 SERVICES 20620231-54100 SUPPLIES $28.50 Vendor Total: .$114.00 INTERSTATE 380035504 BATTERIES $126.15 8002640056130 EXTERNAL $126.15 BATTERIES SERVICES Vendor Total: .1126.15 JACK WANN DVI 11918 INSTRUCTOR $1,255.00 1002285052100 CONTRACTED $1,255.00 SERVICES ........... Vendor Total: $1,255.00 JANESCO DVI 11618 ENERGY REBATE- $3,404.00 80626450-52135 ENERGY $3,404.00 ENTERPRISES JANESCO CONSERVATION INC PROGRAM _ Vendor Total: $3,404.00 JAROD THIELE 07309 REIMBURSEMENT- $63.09 1001610054167 EMPLOYEE $63.09 HOLIDAY PARTY DEVELOPMENT SUPPLIES Vendor Total: $63.09 JARROD MEYER BA FY 18119 BOOT ALLOWANCE $150.00 1002210054100 SUPPLIES 1150.00 Vendor Total: if 00 Illlllllumoi ill '4III111k1� i�u l 11Pi� x u�lu p � :1.18checkI....... 11lir sIlip i�llu R 111111'II'�IIiNµ'VIII� �r411IIIiiTh' IM� 11 �iii� JENNIFER TR 11/28118 TRAVEL $120.00 82027111-57100 LEARNING AND $120.00 HIGBEE REIMBURSEMENT DEVELOPMENT Vendor Total: $120.00 JOSE RUIZ BA FY 18/19 BOOT ALLOWANCE $150.00 20822500-54100 SUPPLIES $150.00 Vendor Total: $150.00 KIMBALL 6727731 TOOLS&SUPPLIES $418.87 20324100.56112 EQUIPMENT $418.87 MIDWEST AS NEEDED PARTS FOR RESALE Vendor Total.'""5418 87 LARRY JOE 15-12.1 SMITH STREET REHAB $276.180.50 12024200-80230 INFRASTRUCTURE$276,180.50 BROOKS PROJ SPEC 1 Vendor Total: $276,180.50 LEGAL SHIELD 38295 DEC 18 DEC 18 PRE-PAID $155.40 20700000-20526 PREPAID LEGAL- $155.40 LEGAL SERVICE AFLAC Vendor Total:�� LEXISNEXIS RISK 1410964 LEXIS NEXIS LE PLUS $76.00 10020210,54202 MAJOR CRIME $76.00 DATA 20181031 SERCHING INVETIGATIONS MANAGEMENT INC __ _ Vendor Total: "$711W LIEBERT 1469292 LEGAL SERVICES- $535.00 10016100-52100 CONTRACTED $535.00 CASSIDY PERSONNEL SERVICES W HITMORE 1469293 LEGAL SERVICES- $784.00 10016100'52100 CONTRACTED $784.00 PERSONNEL SERVICES Vendor Total:$1,319.00 LINDSAY OWEN DV112118 WILD GARDEN $2,220.00 69122700-52100 CONTRACTED $2,220.00 DAILEY CURRICULUM-LINDS SERVICES Vendor Total: $2,220.00 LN CURTIS& INV234935 PRONG SET $39.68 10021210-56120 EQUIPMENT $19.84 SONS MAINTENANCE& REPAIR 91521400-56120 EQUIPMENT $19.84 MAINTENANCE& REPAIR INV234602 SAC 44E ZICO WHEEL $240.56 25321210-54102 SMALL TOOLS $120.28 CHOC 91621400,54102 SMALL TOOLS $120.28 INV235703 25320 STREAMLIGHT $1,258.25 25321210-54102 SMALL TOOLS $629.12 LED FLASHLIG 91621400.54102 SMALL TOOLS $629.13 INV233156 SMART CHARGES $219.95 100212104100 SUPPLIES $109.98 AND CORD ti invoi ices II F1�111111i,Riiiimiwmmm aI LN CURTIS& INV233156 SMART CHARGES $219.95 91521400-54100 SUPPLIES $109.97 SONS AND CORD Vendor Total: $1,758.44 LORELEI SCOTT 6245 UKIAH ON ICE $451.58 31422860-54100 SUPPLIES $451.58 BANNER Vendor Total: $451.58 MARIANNE DV120318 REIMBURSEMENT- $183.78 31422860.54100 SUPPLIES $183.78 DAVISON CONCESSIONS UKIAH ON ICE _ Vendor Total: $183.78 MATT KEIZER 8229655 REIMBURSEMENT-P3 $209.00 10023320-57100 LEARNING AND $209.00 TESTING(PASS DEVELOPMENT Vendor Total: $209.00 MEAD&HUNT 285152 ALUC ASSISTANCE $1,227.50 10023100-52100 CONTRACTED $1,227.50 INC SERVICES Vendor Total-..$1,227.50 MENDO MILL& 109294/1 CREDIT-LER NET ($48.73) 100221004100 SUPPLIES ($48.73) LUMBER CO RETURNED 109182/1 LED NET :146.20 10022100,54100 SUPPLIES $146.20 Vendor Total: $97.47 MENDOCINO 2018104 SLAIMAINTENANCE $525.00 2062023152100 CONTRACTED $525.00 COUNTY AGREEMENT FY 1 SERVICES INFORMATION SERVICES DIVISION 20189-4 SLAIMAINTENANCE $525.00 20620231-52100 CONTRACTED $525.00 AGREEMENT FY 1 SERVICES Vendor Total: $f,050 00 MENDOCINO 18/19 51339.1 18/19 PROPERTY $107.11 10022100-59100 PROPERTY $107.11 COUNTY TAX TAXES 1ST TAXES PAID COLLECTOR INSTALLMENT 18119 51342.1 18119 PROPERTY $589.05 1002210059100 PROPERTY $589.05 TAXES 1ST TAXES PAID INSTALLMENT 18/1957476.1 18119 PROPERTY $321.36 700245500.59100 PROPERTY $321.36 TAXES 1ST TAXES PAID INSTALLMENT 18119 57305.1 18119 PROPERTY $818.43 7002450059100 PROPERTY $818.43 TAXES 1ST TAXES PAID INSTALLMENT 18119 4139.1 18119 PROPERTY $580.69 7772520059100 PROPERTY $580.59 TAXES 1ST TAXES PAID INSTALLMENT 18119 59534.1 18/19 PROPERTY $896.84 8402722559100 PROPERTY $896.84 TAXES 1ST TAXES PAID INSTALLMENT 18119 18119 PROPERTY $2,068.74 8402722559100 PROPERTY $2,068.74 595300.1 TAXES 1ST TAXES PAID INSTALLMENT co i �jU�4pIIIIIII�I'� I 10111 ImtlWIIIRUtl4k p �OI�III IppI'I4U�WII II,u�"IUIIIIIItlI�lll0."O�UI I II Ilu�III DI �NIII IIOR�prrUIII II 011 1U11111!,� 'nI�IIIIII�IOIIIIIyII�IIIIGi IIIIIIII l V 1(31 .i cyl1tlflWec Invoices s I.. � ma Iw � i ml i uu � � Ileo II ml Iml mil u'uu Ilul MENDOCINO 18119 59596.1 18/19 PROPERTY $2,294.97 84027225-59100 PROPERTY $2,294.97 COUNTY TAX TAXES 1ST TAXES PAID COLLECTOR INSTALLMENT 18/19 59592.1 18119 PROPERTY $23,299.37 90224500-59100 PROPERTY $23,299.37 TAXES 1ST TAXES PAID INSTALLMENT _ Vendor Total: $30,97fi.5fi MEYO MARRUFO DVI12118 CONSULTANT FOR $4,320.00 69122700-52100 CONTRACTED $4,320.00 WILD GARDENS SERVICES Vendor Total: $4,320.00 MICHELLE TR 10/26/18 TRAVEL $110.40 82027111-57100 LEARNING AND $110.40 WHYBURN REIMBURSEMENT DEVELOPMENT Vendor Total: $i 10.40 MILLVIEW UVFA OCT 18 WATER SERVICES- $59.45 10021210-55210 UTILITIES $29.72 COUNTY WATER LOVERS LANE DISTRICT 91521400.55210 UTILITIES $29.73 Vendor Total: $59.45 MINE SAFETY 99977458 02 SENSOR $517.16 8402722556120 EQUIPMENT $517.18 APPLIANCES MAINTENANCE d COMPANY LLC REPAIR Vendor Total:"_"' MOIRS 149354 MISC.POOL SUPPLIES $156.32 82027111-58202 CHEMICALS $156.32 AS NEEDED 149424 MISC.POOL SUPPLIES $208.43 82027111-58202 CHEMICALS $208.43 AS NEEDED Vencor Total: $364.75 NORTH VALLEY s1266583.001 TOSHIBA $1,052.64 84027225-6120 EQUIPMENT $1,052.64 ELECTRONICS 0204SDSR41AP 20HP MAINTENANCE d DISTRIBUTING 1800 REPAIR INC Vendor Total: $1,052.64 OLIN 2608851 SODIUM HYDROXIDE $5,305.36 82027111,58202 CHEMICALS $5,305.36 CORPORATION 30% ........... Vendor Total: $5,305.36 ONE TIME PAY DVI 12718 RECREATION REFUND $65.00 10022831-44915 RECREATION $65.00 VENDOR -LYNDA PROGRAM SCHMIDBAUER INCOME Vendor Total: $65.00 OVERHEAD 4522864 ALL MATERIALS AND $6,137.00 10021210,56300 BUILDING MAINT. $3,068.50 DOOR COMPANY LABOR TO FUR d REPAIR OF SANTA ROSA 91521400-56300 BUILDING MAINT. $3,068.50 d REPAIR Vendor Total: $6,137.00 PACE SUPPLY 024924803-1 PLUMBING $35.93 82000000-12104 INVENTORY- $35.93 CORPORATION EQUIPMENT, PURCHASES FIXTURES, 024969579 PIPE $266.75 82000000-12104 INVENTORY- $266.75 PURCHASES rn I II SII VIII of c viiieIlc p' "e"N'nn III's'Y�si m m -for cm"III 12/7/20113 p /2011 3 iu PACE SUPPLY 024924803-2 PLUMBING $359.28 82000000-12104 INVENTORY- $359.28 CORPORATION EQUIPMENT, PURCHASES FIXTURES, 024924803 PLUMBING $2,991.67 82000000-12104 INVENTORY- $2,991.67 EQUIPMENT, PURCHASES FIXTURES, 024861332 COVER $259.99 8202711454100 SUPPLIES $259.99 024969457 RUBBER GLOVES $60.11 84027221-54100 SUPPLIES $60.11 Vendor Total:...$3,973.73 PCMG INC 810351400101 MICROSOFT $1,331.36 20913900.54320 SOFTWARE $1,331.36 ENTERPRISE AGREEMENT Vendor Total: ''$1,331.36 PETERSON CAT PC060149810.1 CREDIT MEMO ($135.92) 1002462056130 EXTERNAL ($135.92) SERVICES PC060149810 GLASS $1,005.54 1002462056130 EXTERNAL $1,005.54 SERVICES Vendor Total: PETERSON 203433P FILTER $64.38 90000000-20231 COUNTYMENTAL TRUCKSINC HE4LTH.5% 2032410056112 EQUIPMENT $0.45 PARTS FOR RESALE 2032410056112 EQUIPMENT $64.38 PARTS FOR RESALE 90000000-23028 MEASURE Y ($0.15) DISTRICT TAX 203428P FILTER-LUBE OIL $387.78 90000000-20231 COUNTY MENTAL ($1.80) HEALTH.S% 1002121056130 EXTERNAL $2.70 SERVICES 1002121056130 EXTERNAL $387.78 SERVICES 90000000-231028 MEASURE Y DISTRICT TAX Vendor Total: $452.16 PIERCE M54206 REMAINING TAX FOR $5,183.27 1002121050100 MACHINERY& $2,591.63 MANUFACTURING PIERCE ENFOR EQUIPMENT INC 1002121050100 MACHINERY& $2,591.64 EQUIPMENT Vendor Total: $5,183.27 PUBLIC SERVICE 81411-1 AUG 18 SEWER-1500S ($62.46) 10021210-55210 UTILITIES ($31.23) DEPARTMENT STATE ST 9152140055210 UTILITIES ($31.23) 90556-8 NOV 18 SEWER-141 LOVERS $79.87 1002121055210 UTIUTIES $39.94 LN 9152140055210 UTILITIES $39.93 0 N 11 miimsI of -for a m iiiu Inl ,DIY uuuuu IN Iu �iiuuuIII m pi�ii ��� pV' p �uu' aV m �ii iiilii1 IIV au a PUBLIC SERVICE 89690-2 SEWER,1640 S $155.04 31122000x5210 UTILITIES $155.04 DEPARTMENT SEPT 18 STATE ST 89690-2 OCT 18 SEWER-1640 S $310.08 31122000-55210 UTILITIES $310.08 STATE ST Vendor Total: 5482.53 RAIN FOR RENT, 1244547 RENTAL OF 4 BIG $5,006.39 8402722552100 CONTRACTED $5,006.39 WOODLAND GUNS AND 8"P SERVICES 1233158 RENTAL OF 4 BIG $5,010.39 84027225x2100 CONTRACTED $5,010.39 GUNS AND 8"P SERVICES 1267998 RENTAL OF 4 BIG $5,627.60 84027225x2100 CONTRACTED $5,627.60 GUNS AND 8"P SERVICES 1281178 RENTAL OF 4 BIG $5,627.96 8402722552100 CONTRACTED $5,627.96 GUNS AND 8"P SERVICES 1256002 RENTAL OF 4 BIG $5,628.58 84027225x2100 CONTRACTED $5,628.58 GUNS AND 8"P SERVICES 1244559 RENTAL OF 4 BIG $7,901.83 84027225x2100 CONTRACTED $7,901.83 GUNS AND 8'P SERVICES 1256013 RENTAL OF 4 BIG $7,901.83 84027225-52100 CONTRACTED $7,901.83 GUNS AND e'P SERVICES 1268010 RENTAL OF 4 BIG $9,964.75 84027225x2100 CONTRACTED $9,964.75 GUNS AND 8"P SERVICES 1234712 RENTAL OF 4 BIG $12,342.21 84027225-52100 CONTRACTED $12,342.21 GUNS AND 8'P SERVICES 1281198 RENTAL OF 4 BIG $15,617.59 8402722552100 CONTRACTED $15,617.59 GUNS AND 8'P SERVICES 1263538 RENTAL OF 4 BIG $21,278.53 84027225x2100 CONTRACTED $21,278.53 GUNS AND 8'P SERVICES 1271235 RENTAL OF 4 BIG $44,178.65 84027225x2100 CONTRACTED $44,178.65 GUNS AND 8"P SERVICES Vendor Total:"$146,088.31* RAINFOREST 03105 PEER SUPPORT-PD $65.33 10020210x4100 SUPPLIES $65.33 FANTASY 03987 PEER SUPPORT-PD $65.33 10020210x4100 SUPPLIES $65.33 Vendor Total:" $130.66 REDWOOD 1986732 CARDLOCK FUEL $8,464.35 10020210x6210 FUEL&FLUIDS $2,261.59 COAST FUELS PURCHASES 10020224-W210 FUEL&FLUIDS $262.52 10022100-56210 FUEL&FLUIDS $792.17 10023320-:,66210 FUEL&FLUIDS $32.60 10024210x6210 FUEL&FLUIDS $22.55 N II�IIIpuI IIIIIIIIIIR 01 l!t01 I 10111"1 u I c nw i ooII u mi Ip moon gilml Ip Y N Yo a SII yUi N �c4�� i0i �tlu up ul (°Otl Ou ms 111111 au i'p@ ill REDWOOD 1986732 CARDLOCK FUEL $8,464.35 1002462056210 FUEL&FLUIDS $1,257.88 COAST FUELS PURCHASES 20324100-56210 FUEL&FLUIDS $232.02 20513382-56210 FUEL&FLUIDS $24.80 2082250056210 FUEL&FLUIDS $236.70 8002640056210 FUEL&FLUIDS $1,017.39 82027111-56210 FUEL&FLUIDS $305.04 8202711456210 FUEL&FLUIDS $2255 8202711456210 FUEL&FLUIDS $356.31 8202711456210 FUEL&FLUIDS $605.83 84027221-56210 FUEL&FLUIDS $22.55 84027221~56210 FUEL&FLUIDS $303.53 8402722156210 FUEL&FLUIDS $516.08 8402722556210 FUEL&FLUIDS $192.24 0109656 CARDLOCK FUEL $459.41 20824300-56210 FUEL&FLUIDS $459.41 PURCHASES Vendor Total: 58,923.76 REDWOOD DV102918 INSTRUCTOR $304.00 1002285052100 CONTRACTED $86.00 EMPIRE AIKIKAI SERVICES 1002285052100 CONTRACTED $216.00 SERVICES Vendor Total: $304.00 REDWOOD TREE OCT 18 CAR WASHES& $309.00 1002021056130 EXTERNAL $235.00 SERVICE INTERIOR CLEANING SERVICES STATIONS INC 2032410056130 EXTERNAL $9.00 SERVICES 2032410056130 EXTERNAL $9.00 SERVICES 20513382,56130 EXTERNAL $28.00 SERVICES 20822500-56130 EXTERNAL $28.00 SERVICES Vendor Total: 5309.00 REOA LTD 113711 OFFICIATING OF $765.00 1002282252100 CONTRACTED $765.00 ADULT SOFTBALL SERVICES Vendor Total: .5765.00 RESPECTECH 36992 PHONE SYSTEM $112.50 1002121055100 TELEPHONE $5625 SERVICE&LEAVE N pIIII �IIµ�' I�'�II¶I u����, mII�II ������u�.„m � p�II��y �N IIIIIIIIIIW Mui iiultll�"� Illlu "ul lui�' IIIIII"iVMnulhhlpllll�i�ol% c j�m i�� mu IIIIIII ry nni �oo fi m I mµ���oo¶( iW�P�' ( uuop a iu 2/7/2,0113 IIII �� �w m � "u!% 'Wlllu�pml,� IIIIII"u�ioioutl m�lo" sill IIIIIII ' IU�!�o ' uumu�oo �I oiluu lutl I11,11it'dices I VIII VIII II iil m tlll mI UW n uu pu a llu RESPECTECH 36992 PHONE SYSTEM $112.50 91521400,55100 TELEPHONE $5825 SERVICE&LEAVE Vendor Total: Sl i2.50 REXEL USA INC T876291 RECEPTACLES $23.20 82027111,56300 BUILDING MAINT. $23.20 &REPAIR 7840076 VOLT RECEPTACLE $109.97 82027111-56300 BUILDING MAINT. $0.52 &REPAIR 82027111 6300 BUILDING MAINT. $10997 &REPAIR 90000000-20231 COUNTY MENTAL ($0.52) HEALTH.5% T909236 COLOR CODING TAPE $48.40 90000000-20231 COUNTY MENTAL ($0.23) HEALTH.5% 10021210-56130 EXTERNAL $0.23 SERVICES 10021210-6130 EXTERNAL $48.40 SERVICES T883584 FUSE $13.01 84027225-6120 EQUIPMENT $13.01 MAINTENANCE& REPAIR T918365 LOCKNUTS $16.45 84027225-6120 EQUIPMENT $16.45 MAINTENANCE& REPAIR T423627 WASHER $729.15 84027225-6120 EQUIPMENT $729.15 COMPACTOR MAINTENANCE& REPAIR _ Vendor Total: ;940.18 RINO PACIFIC CL25256 FUEL CARD CHARGES $1,470.36 10021210-56210 FUEL&FLUIDS $735.18 AS NEEDED 9152140056210 FUEL&FLUIDS $735.18 CL25109 FUEL CARD CHARGES $411.23 82027114-56210 FUEL&FLUIDS $222.07 AS NEEDED 8402722156210 FUEL&FLUIDS $189.16 Vendor Total: .$1,881.59 ROBERT JAMES 000128 PHOTOGRPHY $650.00 75012700-52515 ADVERTISING& $650.00 COCHRAN SERVICES PUBUCA77ON Vendor Total:- 5650.00 SAN DIEGO 635160 BOLT CONVERSION $629.32 10020210,54100 SUPPLIES $629.32 POLICE EQUIPMENT CO Vendor Total: 3629.32 SANTA ROSA 14086466 UNIFORM SUPPLIES $73.76 10020210,54100 SUPPLIES $73.76 UNIFORM& CAREER APPAREL INC 141264 UNIFORM SUPPLIES $617.20 1002021054100 SUPPLIES $617.20 141265 UNIFORM SUPPLIES $670.31 1002021054100 SUPPLIES $670.31 Vendor Total: 31,361.27 M N LIEun o Checks 'nm c 6 lPoi, yl s IIIIII 111111 i ou mm' ul ui ��u o ��ml%�IIS lu u � '!�� I m l ��IIID 11.2/7[2,101.8 uiu III II IIIIII "" 11 MDR IIIII p " 4 dip 18' IIIIII IIIII II II "" 1�1�1 1111111 IIIIII 1111 illi)I II��°IIII I IIII Il�il �Idlllll I�I�iI lilt III IIIII SARAH BROWN TR 11/26/18 TRAVEL $69.00 10013400-57100 LEARNINGAND $69.00 REIMBURSEMENT DEVELOPMENT Vendor Total: $69.00 SAVINGS BANK NOV 18 LOVERS LANE LOAN $1,945.41 91500000-70103 LOAN INTEREST $339.52 OF MENDOCINO PAYMENT COUNTY 91800000-70103 LOAN INTEREST $792.20 91500000-70201 LOAN PRINCIPAL $244.11 PAYMENTS 91800000-70201 LOAN PRINCIPAL $569.58 PAYMENTS VandorTotal: $1,945.4i SCHAT'S BAKERY OCT 18 PROVIDE MISC.FOOD $289.42 82027110-57100 LEARNING AND $32.45 DISHES DEVELOPMENT 90000000.23219 PUMPKINFEST $57.00 80026400-54100 SUPPLIES $199.97 Vendor Total: $289.42 SCOTT TR 1115-0118 TRAVEL $731.17 80026400-57100 LEARNINGAND $731.17 BRANSON REIMBURSEMENT DEVELOPMENT Vendor Total: -$731.17 SILVA SEPTIC 76024 PORTABLE $185.09 1002462054120 PW-SPECIAL $185.09 INC RESTROOM RENTAL SUPPLIES Vendor Total: $185.09 SOLID WASTES 636307 MISC.DUMP FEES $11.20 1002121056300 BUILDING MAINT. $5.60 SYSTEMS INC &REPAIR 91521400.56300 BUILDING MAINT. $5.60 &REPAIR 635492 MISC.DUMP FEES $24.97 10021210-56300 BUILDING MAINT. $12.48 &REPAIR 91521400-56300 BUILDING MAINT. $12.49 &REPAIR OCT 18 RESIDENTIAL $33,199.16 90200000-52170 UKIAH WASTE $33,199.16 GARBAGE SOLUTIONS Vendor Total:*133,235.33 SONOMA STATE 0000023401 NWIC MOA PROJECT $75.00 1002310052100 CONTRACTED $75.00 UNIVERSITY REVIEW PROGRAM SERVICES Vendor Total: _ ;75.00 SONSRAY P18100-04 SENSOR $112.69 8402722156130 EXTERNAL $112.69 MACHINERY LLC SERVICES '- Vendor ___ Vendor Total: $112.69 STEVEBEAMAN TR11I541118 TRAVEL $809.14 80026400-57100 LEARNINGAND $809.14 REIMBURSEMENT DEVELOPMENT Vendor Total:_--_$i6 i4 : C V V mo V Checks i ' i IW flW�� � Ilvl nv l 2/7)"203 n� Fli IIII �U�� I pq ISM � q �' q�,iI I �:Vi „R iiii��iiViiiii I�iiii i� ii i �i����i i�i�l Ilii � � , ,� SYDNEY P3859030 INSTRUCTOR $1,669.16 91500000-20561 ACCRUED SICK $1,669.16 DEARBORN Vendor Total: 51,669.16 TDJE 19686 MAINTENANCE& $9,828.06 8402722556120 EQUIPMENT $9,828.06 INCORPORATED REPAIR SUPPLIES MAINTENANCE& REPAIR Vendor Total: - 9,828.06 THATCHER 259338 CHLORINE ($1,825.00) 82027111-8202 CHEMICALS ($1,825.00) COMPANY OF CALIFORNIA INC 259337 CHLORINE $3,995.85 82027111-8202 CHEMICALS $3,99585 259107 CHLORINE PRODUCTS $9.489.69 84027225-8202 CHEMICALS $9,489.69 Vendor Total: $11,660.54 THE COFFEE 12818 MISC.COFFEE $90.00 10012200,54100 SUPPLIES $90.00 CRITIC INC SUPPLIES AS NEEDE 12932 MISC.COFFEE $90.00 10012200-54100 SUPPLIES $90.00 SUPPLIES AS NEEDE 12921 MISC.COFFEE $90.00 7302260054100 SUPPLIES $90.00 SUPPLIES AS NEEDE Vendor Total: 5270.00 THURSTON 16367 HINGE-000 $147.21 1002021056130 EXTERNAL $147.21 CHRYSLER SERVICES DODGE JEEP RAM 16280 CABLE PLUG $219.00 7772520056130 EXTERNAL $219.00 SERVICES 551900 2018 DODGE $27,344.11 1002310080100 MACHINERY& $27,344.11 DURANGO SXT RIND EQUIPMENT Vendor Total:527,710.32 TIM ERIKSEN DV120518 REIMBURSEMENT $116.00 10024210,57300 MEMBERSHIPS& $116.00 FOR PROFESSIONAL SUBSCRIPTIONS LICENSE RENEWAL Vendor Total: $116.00 TRI-VALLEY 1-80556 PAINT SUPPLIES $43.47 82027111,54100 SUPPLIES $43.47 PAINTS Vendor Total:— 543.47 TUFTS 2018-435(B) POLYGRAPH& $500.00 10016100~54161 BACKGROUND& $500.00 POLYGRAPH& INVESTIGATION PHYSICALS INVESTIGATION SERVICES 2018.436(B) POLYGRAPH& $587.62 10016100-54161 BACKGROUND& $587.62 INVESTIGATION PHYSICALS SERVICES 2018430(6) POLYGRAPH& $409.67 1002021052100 CONTRACTED $409.67 INVESTIGATION SERV SERVICES 2018-425(6) POLYGRAPH& $750.00 1002021052100 CONTRACTED $750.00 INVESTIGATION SERV SERVICES C14 RUv 114 �IIII� IflI'ml]���µ� Ilo m I p ullllll 'u i ' oRl V C R�II nn Illi YIIILLw'VIII It m��� m � III 111 ,��IIIImMI41�I�.I11 imm11 1 y Ilpl4i IIII I�IIIIII IIRINIIIIm R IIIIII u reseed I 1,�Iql lllu'VIII � " IIRII wm%"mm '�IIII � i INIII iRlllllllllu R 1114W il� llllll 9 mull m�ml I mum olllloi' I ie m I IIID n Tiiil, EM110 TUFTS 2018432(B) POLYGRAPH& $950.00 1002021052100 CONTRACTED $950.00 POLYGRAPH& INVESTIGATION SERV SERVICES INVESTIGATION Vendor Total: $3,197.29 TYLER 045-243139 TYLER MUNIS $57,648.29 2091390054320 SOFTWARE $57,648.29 TECHNOLOGIES MAINTENANCE INC AGREEM __ Vendor Total: $57,648.29 UKIAH DAILY 2019-385 2018 52-WEEK $178.17 10021210-54100 SUPPLIES $89.08 JOURNAL SUBSCRIPTION RENEWAL 91521400-54100 SUPPLIES $89.09 Vendor Total: $17&17 UKIAH TROPHIES 486046 PLAQUES $140.45 1001250052100 CONTRACTED $140.45 &GIFTS SERVICES 643962 NAME PLATES $30.49 8402722554100 SUPPLIES $30.49 Vendor Total: * $17Q94 UKIAH WASTE 110118 BIOSOLID REMOVAL $281.14 8002611054100 SUPPLIES $281.14 SOLUTIONS INC _ Vendor Total: $281.14 UNION BANK OF 1122943 TRUSTEE FEES 811- $1,270.00 1001510052100 CONTRACTED $964.00 CALIFORNIA 10/31/18 SERVICES 96995601-52100 CONTRACTED $153.00 SERVICES 9699568952100 CONTRACTED $153.00 SERVICES ........... Vendor Total: $1,270.00 UNITED ROTARY C12281125 CABLE WRAPS. $907.67 1002462056130 EXTERNAL $907.67 BRUSH CORP GUTTER BROOMS&M SERVICES Vendor Total: $907.67 VERGIL THOMAS 191491 CHAINSAW REPAIR $163.31 1002121056300 BUILDING MAINT. $81.66 MASSEY &REPAIR 91521400,56300 BUILDING MAINT. $81.65 &REPAIR _ Vendor Total: $i63.31 VERIZON 9818719433 DATA&EMERGENCY $1,708.04 8012610050100 MACHINERY& $152.04 WIRELESS LOANER PHONES EQUIPMENT 1002210054100 SUPPLIES $38.01 1002230054100 SUPPLIES $38.01 1001210055100 TELEPHONE $38.01 1002021055100 TELEPHONE $76.02 10022810-55100 TELEPHONE $38.01 10022840-55100 TELEPHONE $38.01 N ILI'l�I hlll VAN a I� I„�IIIIaIfrI,I1 � �m I I,ImII I� IIII�IIh I„Ilmlfp lIll uIIIII,I lu s o11 Im Vlllo�il4lllu oln I Illul ll "Illlllr alill aumN u i i,:,Iu' uo in Illlll"'1 Iwl I V` aim IIIIII 1111111,21,17)",211311,111 o0 I IIIIII 1111111 au nll I � nll VIII II IIV ° gal au pl ppl m � � Ili"� �U p 1 t mIII-'an a m 1111111�� Ih VERIZON 9818719433 DATA 8 EMERGENCY $1,708.04 1002310055100 TELEPHONE $38.01 WIRELESS LOANER PHONES 10024210-55100 TELEPHONE $114.03 10024620-55100 TELEPHONE $139.20 2091390055100 TELEPHONE $424.50 77725200-55100 TELEPHONE $38.01 8002621055100 TELEPHONE $38.01 8002640055100 TELEPHONE $152.04 8202711055100 TELEPHONE $38.01 8202711155100 TELEPHONE $76.02 82027114-55100 TELEPHONE $80.06 8402722055100 TELEPHONE $38.01 8402722155100 TELEPHONE $114.03 Vendor Total: S1,708.04 WASTE 2747670-2561-3 GARBAGE SERVICE $59.50 1002121055210 UTILITIES $29.75 MANAGEMENT 9152140055210 UTILITIES $29.75 2747453-2561-4 GARBAGE SERVICE- $59.50 1002121055210 UTILITIES $29.75 SOUTH STATION 9152140055210 UTILITIES $29.75 Vendor Total: 3119.00 WERLE 00919039 UKIAH ON ICE $263.48 31400000-54100 SUPPLIES $263.48 ENTERPRISE LLC POSTER Vendor Total: $263.48 WILLOW COUNTY 10010 NOV 18 WATER SERVICES $43.88 1002121055210 UTILITIES $21.94 WATER DIST 1500 S STATE ST 9152140055210 UTILITIES $21.94 Vendor Total: $43.88 WINE COUNTRY 02985 WCWWA TRAINING- $30.00 8202711157100 LEARNINGAND $30.00 WATERWORKS DARWIN DICK DEVELOPMENT ASSOC Vendor Total: $30.00 ti N 11 �i Imw 1 Im �0I uumol umU loiii:m�rlllA �I�M VIII Im Qli ml QI pll"' q�l ml a. tl NIQ I�� Im. m pll IQ IIU' �V �^ III m nx � MQ ui i " in n"m. yin XYLEM WATER 355WO437 PUMPING EQUIPMENT $26,900.45 84027221-80230 INFRASTRUCTURE ;126,900.45 SOLUTIONS USA AND ACCESSOR INC Vendor Total: 328,900.45 INVOICE $878.252.17 Liis. t of Checks pIPresented fcor A� ruIIIirIIII� o. 2/3. tl mi1 The following list .A" II [IIIis payablie was reilewI ^ arid Ilr piu ovei dfor- j, a °nielu t,,, IIIIirmir "' s i i iui iuui ISI I pU �U dli' I illy � p illy II I II �Iii III. I�IIIIIIIII�II�� iiil � M �I Il�w� N AARON 228 HOLIDAY PARTY 2018 $7,435.75 10016100-54167 EMPLOYEE $7,435.75 VANDEWARKER DEVELOPMENT Vendor Total: �$7,435.T5 ACME RIGGING& 298422 MISC RENTAL& $267.82 84027225-56120 EQUIPMENT $267.82 SUPPLY CO SUPPLIES AS NEED MAINTENANCE& REPAIR 298414 MISC RENTAL& $228.00 10024620-56130 EXTERNAL $228.00 SUPPLIES AS NEED SERVICES 298178 MISC RENTAL& $85.48 82027114-56130 EXTERNAL $85.46 SUPPLIES AS NEED SERVICES 298171 MISC RENTAL& $98.36 80026110-54102 SMALL TOOLS $98.36 SUPPLIES AS NEED Vendor Total: $679.66 ADAMSON INV288380 MAGNETIC MIC CLIPS $112.63 10020210-56130 EXTERNAL $112.63 POLICE SERVICES PRODUCTS _.Vendor Total: ALHAMBRA 5109554 DRINKING WATER $74.03 69122700-54100 SUPPLIES $22.72 NATIONAL 120618 SERVICES WATER 84027225-54100 SUPPLIES $51.31 Vendor Total: $74.03 ALSCO- LSR01108717 LAUNDRY SERVICE $271.03 20324100-52100 CONTRACTED $271.03 AMERICAN LINEN SERVICES DIVISION LSR01105951 LAUNDRY SERVICES $278.78 20324100-52100 CONTRACTED $278.78 SERVICES ........... Vendor Total: $549.81 AMAZON 14TR-H49H- WIRELESS PRINTER $502.70 10024620-54120 PW-SPECIAL $502.70 CAPITAL 93HK SUPPLIES SERVICES Vendor Total:...-$502.70 AMERICAN 7001608122 ANNUAL DUES 2019 $2,237.00 82027111-57300 MEMBERSHIPS& $2,237.00 WATERWORKS SUBSCRIPTIONS ASSOCIATION Vendor Total: $2,237.00 AT&T 000012271362 T1 TO INTERNET FOR $301-31 10020210-55100 TELEPHONE $150.65 DOXICLETS 20620231-55100 TELEPHONE $150.66 uuuu IW m o� ciI::,,IG m � i t Im pIIII� m 4/20 N Lilr ' "" ilPm' Iq�l p I VIIII I II Fi � �1' AT8T 3138 NOV 18 DSL FOR 911 REMOTE TELEPHONE #85.84 SUPPORT 000012269882 FIBER INTERNET $2,318.93 20913900-55100 TELEPHONE $2,318.93 GATEWAY Vendor Toted: B&B 203232 MISC.MATERIALS AS $44.23 10021210-56130 EXTERNAL $44.23 INDUSTRIAL NEEDED SERVICES SUPPLY INC 202857 MISC.MATERIALS AS $1.95 20324100-54100 SUPPLIES $1.95 NEEDED 202772 MISC.MATERIALS AS $75.83 20822500~54100 SUPPLIES $75.83 NEEDED Vendor Total: $122.01 BORGES& 140511 #U29318-ACUTEC 35 $3,386.42 82027111-56120 EQUIPMENT $3,386.42 MAHONEY INC BASE UNIT MAINTENANCE& REPAIR Vendor Total: *$3,386.42 CANTEEN 5975:003425 WATER FILTRATION $45.00 10020210-54100 SUPPLIES $22.50 SERVICE SERVICE POLIC 20620231-54100 SUPPLIES $22.50 Vendor Total: $45.00 CARTER DVI 11718 SUNDAYS IN THE $4,000.00 90000000-23226 CONCERT $4,0010.00 GRISSOM PARK PROMOTOR C SERIES Vendor Total: x4,000.00 CHEVRON AND 54888325 FUEL AS NEEDED UPD $247.80 10020210-56210 FUEL$FLUIDS $247.80 TEXACO BUSINESS CARD SVCS Vendor Total: $247.80 CHOUINARD& 1811046 IBM POWERS SERVER $5,441.39 20913900-80100 MACHINERY d $5,441.39 MYHRE INC 1:9009 MODEL EQUIPMENT Vendor Total: $5,441.39 CHROMAGRAPHICS 66468 BUSINESS CARDS-1 $68.18 10021210-54100 SUPPLIES $34.09 BROESKE 91521400-54100 SUPPLIES $34.09 Vendor Total: $68.18 CIMPRESS USA 110470732 FLASHLIGHT KEY $465.36 10020210-64100 SUPPLIES $465.36 INC CHAIN Vendor Total: CLERK- 18-3308 CEQA EXEMPT FILING $50.00 80126100-80220 BUILDING $50.00 RECORDER, 18-3308 IMPROVEMENTS MENDOCINO COUNTY _ _ Vendor Total:550.00 CONVERGENT BILL52437 BOX MIGRATION $450.00 20913900-52100 CONTRACTED $450.00 COMPUTING SERVICES ill IMMIst � IlliI t� iil Illllllla a,l�llll i I 0 IIIW WW IIS t IIID IIS I IIIA 'p p iiia I 'R IIII Iln :IIII IIIG14/210 O ul IIIIIIII IIID TINA (IIIA IwAAs II��IIII 1111111 II�II�II IIIIII prr IIIIII IIIIII IIII VIII I I mu�Iv ' ILII II�II�II III " I I � � � I � � '� CONVERGENT BILL52438 SHAREPOINT $450.00 20913900.52100 CONTRACTED $450.00 COMPUTING SERVICES Vendor Total: --1900.00 COOPER 1819 COMPLIANCE& $500.00 80026400.52100 CONTRACTED 150000 COMPLIANCE REPORTING SERVICE SERVICES CORPORATION 1825 COMPLIANCE 8 $3,308.72 80026400-52100 CONTRACTED $3,308.72 REPORTING SERVICE SERVICES Vendor Total: -13,808.72 CRAWFORD& 35825 ON-CALL PLANNING $5,292.50 10023100-52100 CONTRACTED $5,292.50 ASSOCIATES INC SERVICES SERVICES Vendor Total: $5592.50 CREATIVE 131486 PRINTING 8 COPY $272.19 1002121054100 SUPPLIES $136.09 WORKSHOP SERVICES 9152140054100 SUPPLIES $136.10 Vendor Total: - $272.19 DAPHINE HARRIS CR121018 COURSE $499.00 10013200-57100 LEARNING AND $499.00 REIMBURSEMENT DEVELOPMENT Vendor Total:----5499.00 DAVID RAPPORT 6960 LEGAL SERVICES FOR $19,782.65 1001400052150 LEGAL $437.62 FY 18119 SERVICESEXPENSES 10014000-52150 LEGAL $9,961.40 SERVICESAE CPENSES 20414000-52150 LEGAL $204.37 SERVICESIEXPENSES 77714000-52150 LEGAL $437.62 SERVICESO(PENSES 8001400052150 LEGAL $1,160.01 SERVICESAD(PENSES 84014000.52150 LEGAL $6,657.53 SERVICES/EXPENSES 84427222-52150 LEGAL $559.79 SERVICE&EXPENSES 90214000-52150 LEGAL $364.31 SERVICESdD[PENSES Vendor Told:'- DC ELECTRIC 411305 ALL LABOR AND $2,418.03 10024214-52100 CONTRACTED $2,418.03 GROUP INC MATERIAL TO FURN SERVICES Vendor Total: -$2,418.03 DEEP VALLEY 338491.3 PROVIDE AND $52.95 8002640052100 CONTRACTED $52.95 SECURITY INSTALL ELECTRONIC SERVICES 0000 11 t f i lic oou Presented for go,) lllllmi i I illi mil w m tlmuimu M..... Invoices I m m mr m mi. I m � 11114 ar � ^ m m m OIV DEEP VALLEY 338491.5 SECURITY SYSTEM $39.95 10022100.52180 SECURITY $39.95 SECURITY MONITORING AT SERVICES 338491 ALARM SERVICES $301.60 10022100.52180 SECURITY $26.95 PER ATTACHED CO SERVICES 10022100-52180 SECURITY $29.95 SERVICES 10022822-52160 SECURITY $22.95 SERVICES 20822500-52180 SECURITY $42.95 SERVICES 20824300-52180 SECURITY $49.00 SERVICES 69122700-52180 SECURITY $42.95 SERVICES 73022600.52180 SECURITY $19.95 SERVICES 73022600-52180 SECURITY $21.95 SERVICES 82027111-52180 SECURITY $20.00 SERVICES 82027111-52180 SECURITY $24.95 SERVICES 338491.1 MONITORING- $24.95 20824300.52180 SECURITY $24.95 STREETMATER DEPT SERVICES 3384912 MONITORING- $36.95 20824300-52180 SECURITY $36.95 GARAGE SERVICES 338491 A SECURITY UPGRADE $42.95 69122700-52180 SECURITY $42.95 $MONITORING/ SERVICES Vendor Total: - $499.35, DELL 10282201203 OPTIPLEX 7060 $3,380.91 73022600.54330 COMPUTER AND $2,833.73 MARKETING LP TOWER TECHNOLOGY 73022600-54100 SUPPLIES $547.18 Vendor Total: - $3,380.91' DEPT OF MOTOR A007282 TAX FOR FIRE ENGINE $13,781.25 91721400-80100 MACHINERY 8 $13,781.25 VEHICLES PO#45571 EQUIPMENT _ Vendor Total: -$13,781.25 DIANN TR 1214-5118 TRAVEL $170.71 90000000-20231 COUNTY MENTAL ($0.28) LUCCHETTI REIMBURSEMENT HEALTH.5% 80026400-57100 LEARNING AND $0.28 DEVELOPMENT 80026400.57100 LEARNING AND $170.71 DEVELOPMENT Vendor Total: $170.71- ERA 33561 MONITORING $513.00 70024500-52100 CONTRACTED $513.00 ENGINEERING SERVICES SERVICES 1of ; mgyfor a cmI µ o4,/,2C 0 ^M`.V' mL18 ICm IIIIIiii Ils 1 l of ll.l11111,S UUU EBA 33561s TASK 2B-THIRD $6,885.00 70024500,52100 CONTRACTED $6,88500 ENGINEERING QUARTER 2018 D SERVICES Vendor Total: $7,398.00 ELIZABETH 3703 RENTALS FOR CITY $865.85 10016100-54167 EMPLOYEE $86585 HAVRILLA HOLIDAY PARTY DEVELOPMENT 3638 SUPPLIES $456.25 7302260054100 SUPPLIES $4.56.25 Vendor Total: -$1,322.10 EUREKA 445776 EQUIPMENT $712.00 84027225-52100 CONTRACTED $712.00 OXYGEN CO MAINTENANCE SERVICES U160538 EQUPMENT $278.15 1002281054100 SUPPLIES $278.15 MAINTENANCE Vendor Total: r$990.15 EVERGREEN JOB 896 EDUCATIONALITRAINI $2,109,12 80026110-52100 CONTRACTED $1,054.56 &SAFETY NG SERVICES SERVICES TRAINING INC 80026120-52100 CONTRACTED $1,054.56 SERVICES -- Vendor Total: $2,$2,109.12 FASTENAL CAUKA33440 MISC.SUPPLIES AS $1.87 20324100-56112 EQUIPMENT $1.87 NEEDED PARTS FOR RESALE CAUKA33452 MISC,SUPPLIES AS $40.00 2032410056112 EQUIPMENT $40.00 NEEDED PARTS FOR RESALE CAUKA33489 MISC.SUPPLIES AS $5.32 10021210456130 EXTERNAL $5.32 NEEDED SERVICES CAUKA33454 MISC.SUPPLIES AS $7.02 10021210-56130 EXTERNAL $7.02 NEEDED SERVICES CAUKA33482 MISC.SUPPLIES AS $14.90 10021210-56130 EXTERNAL $14.90 NEEDED SERVICES CAUKA33488 MISC,SUPPLIES AS $45.32 10021210-56130 EXTERNAL $45.32 NEEDED SERVICES CAUKA33439 MISC.SUPPLIES AS $75.50 1002121056130 EXTERNAL $75.50 NEEDED SERVICES CAUKA33429 MISC.SUPPLIES AS $105.62 10021210-56130 EXTERNAL $105.62 NEEDED SERVICES Vendor Total: FRED PRYOR 20-27045742 REGISTRATION-,l $199.00 10013400-57100 LEARNING AND $199.00 SEMINARS PEREZ DEVELOPMENT Vendor Total: $f99.00 GCR TIRES& 851-44272 TIRES,TUBES $711.17 84027225-56110 CITY GARAGE- $711.17 SERVICES REPAIRS&LABOR A PARTS 000m�' Iuof Checks tli mm �moumun nn m ��IIIIIWPPmm nni �m, ii ' m� I, � millllllmo Ifluo io o' �n�q M co Invoices 4. r 6 I �m ' I m'! m: �m �m�. 11111 GCR TIRES& 85144221 TIRES,TUBES $22.72 1002021056130 EXTERNAL $22.72 SERVICES REPAIRS&LABOR A SERVICES 85144480 TIRES,TUBES $180.17 1002021056130 EXTERNAL $180.17 REPAIRS&LABOR A SERVICES 85144451 TIRES,TUBES $222.02 10020210-56130 EXTERNAL $222.02 REPAIRS&LABOR A SERVICES 851.44452 TIRES,TUBES $40.07 1002121056130 EXTERNAL $40.07 REPAIRS&LABOR A SERVICES 851-44433 TIRES,TUBES $885.72 10024620.56130 EXTERNAL $865.72 REPAIRS&LABOR A SERVICES Vendor Total: $2,061.87 GENERAL 1321856 ELECTRICAL $244.42 80000000-12104 INVENTORY- $244.42 PACIFIC INC EQUIPMENT& PURCHASES SUPPLIES 1320140 ELECTRICAL $784.55 80000000-12104 INVENTORY- $784.55 EQUIPMENT AND PURCHASES SUPPLIES _ VandorTotal: �$1,028.97� GEORGE 18-069 NARRATIVE $2,000.00 1001720052100 CONTRACTED $2,000.00 DUTTON APPRAISAL REPORT SERVICES Vendor Total: GEORGINA 41 GINNY FETH-MICHEL- $5,700.00 10013400-52100 CONTRACTED $5,700.00 FETH-MICHEL CAFR&FIN SERVICES -.. Vendor Total: $5,700.00 GHD INC 110269 DESIGN OF WELL#9 $1,141.50 82027110-52100 CONTRACTED $1,141.50 SERVICES 110518 TRANSPORTATION $2,619.75 10024620-80230 INFRASTRUCTURE $2,619.75 IMPROVEMENTS RE Vendor Total: $3,761.25 GRANITE 1507902 MISC.ROCK&ROAD $513.13 10024620-54120 PW-SPECIAL $513.13 CONSTRUCTION PATCH MATERI SUPPLIES COMPANY _ Vendor Total: ...$513 .13 H&M MARKETS 138534 ICE RINK $239.52 31422860-54100 SUPPLIES $239.52 LLC Vendor Total:....$239.52 HONEYWELL 5246466001 POSICHECK $715.00 10021210-56120 EQUIPMENT $357.50 ANALYTICS INC CALIBRATION MAINTENANCE& REPAIR 91521400-56120 EQUIPMENT $357.50 MAINTENANCE d REPAIR ........... Vendor Total: $715.00 IBEW,LOCAL 18-121BEW DEC 18 ELECTRIC $1,757.64 20700000-20509 P/R DEDUCT.- $1,757.64 1245 UNIT UNION DUES UNION DUES 18-11 IBEW NOV 18 ELECTRIC $1,757.64 20700000-20509 PRDEDUCT.- $1,757,64 UNIT UNION DUES UNION DUES heclks IIIIIIII IIIIII It 'umm IPI IIIA IIIIII mmwi 01 IIIIII imll Ido �I Ido it �uml II Ism uuull II IIIIII imllllllllo i2,/ in IIIIIIII tl Mm li I �mX III pi I�III I IIm llll I II 2,1 ..`T.. InvoIilice viiii 'ill�� IVb i^ � � i �m �V ir ���, r� � � C i 1NTERGOUNTY 6514 ECONOMIZER FOR $752.00 84027225,56504 FACILITY $752.00 MECHANICAL& WWTP MAINTENANCE& ELECTRICAL INC REPAIR Vendor Total:--- $752.00 INTERSTATE 330000121 CORE CHARGE ($112.00) 1002021056130 EXTERNAL ($112.00) BATTERIES CREDfT SERVICES 371635 BATTERIES $117.44 1002021056130 EXTERNAL $117.44 SERVICES 371216 BATTERIES $239.38 1002021056130 EXTERNAL $239.38 SERVICES 371418 BATTERIES $237.06 10024210-MI30 EXTERNAL $237.06 SERVICES Vendor Total: -$481.88 INTERSTATE 19274 TRIANGLE METAL, $471.40 1002462054127 PW-SIGN $471.40 SALES BASE POSTS/SHEETING Vendor Total: 5471.40 INTERWEST 45472 ON-CALL BUILDING& $282.50 1002332052100 CONTRACTED $282.50 CONSULTING PLAN CHECK SERVICES GROUP INC Vendor Total:....5282.50 J&M LOCK 34777 DUPLICATE KEYS, $24.50 10022100-54100 SUPPLIES $24.50 REPAIRS&MISC 34770 DUPLICATE KEYS, $19.60 8202711154100 SUPPLIES $19.60 REPAIRS&MISC Vendor Total: *144.10 JAMES NOVAK 775494 REIMBURSEMENT- $165.53 8202711459101 FEES $165.53 WATER TREATMENT CLASS OV120618 REIMBURSEMENT- $69,99 82027114-54100 SUPPLIES $69.99 RAIN GEAR Vendor Total: $235.52 JENNIFER 136440.2019 CERTIFICATION $60.00 8202711457100 LEARNING AND $60.00 HIGBEE RENEWAL DEVELOPMENT Vendor Total: $60.00 JEREMY NASH DV120618 INSTRUCTOR $350.00 1002285052100 CONTRACTED $350.00 SERVICES .... Vendor Total: $350.00 JM SQUARED& 118-7379 KEY STRAIGHT IQ X $2,508A8 8402722556120 EQUIPMENT $2,508.48 ASSOC INC 112 X 5 MAINTENANCE& REPAIR ........... Vendor Total: $2,508.48 KIMBALL 6769438 TOOLS&SUPPLIES $1,032.90 2032410056112 EQUIPMENT $694.23 MIDWEST AS NEEDED PARTS FOR RESALE 1002121056130 EXTERNAL $338.67 SERVICES 6771522 TOOLS&SUPPLIES $251.37 10021210-56130 EXTERNAL $251.37 AS NEEDED SERVICES IIIIppIII ���, mm nn ,^„�IIH�IIIIuryI Ilmi Inial c o �0000 lwl wuoNW' imp Ini a hlpimu P � milllllloo oio presented ll ilii II��IIIII of II Il iii iii KIMBALL 6765527 TOOLS&SUPPLIES $475.33 1002121056130 EXTERNAL $475.33 MIDWEST AS NEEDED SERVICES Vendor Total: 51,759.60 LACO 42770 NOTICE OF INTEREST $1,500.00 10012200-52100 CONTRACTED $1,500.00 ASSOCIATES DEVELOPMENT SERVICES Vendor Total: -i1,500.00 LARRY WALKER 00564.04-5 LAB SERVICES $760.50 8402722552100 CONTRACTED $760.50 ASSOCIATES INC SERVICES .. _ Vendor Total: - $760.50 LES SCHWAB 64000394216 MISC.TIRE SERVICES $8.75 10022100-56130 EXTERNAL $8.75 TIRE CENTER AS NEEDED SERVICES 64000389045 MISC.TIRE SERVICES $121.97 84027225-56130 EXTERNAL $121.97 AS NEEDED SERVICES 64000392651 MISC.TIRE SERVICES $7.36 10022100-54100 SUPPLIES $7.36 AS NEEDED Vendor Total: $138.08 LORY LIMBIRD DVI 13018 PHOTO- $8.66 10016100-54167 EMPLOYEE $8.68 EXCEPTIONAL DEVELOPMENT EMPLOYEE PROGRAM DV121018 REIMBURSEMENT $90.72 84027220-57100 LEARNING AND $90.72 DEVELOPMENT Vendor Total:_..--699.40 LS MITCHELL 1020 ARCHITECTURE SVCS $9.302.79 80126100-80230 INFRASTRUCTURE $9,302.79 ARCHITECT INC HASTING ROAD Vendor Total: --$9,302.79 MARIANNE 363310 REIMBURSEMENT $31.15 31422860.54100 SUPPLIES $31.15 DAVISON _ Vendor Total: - $31.15 MATHESON TRI- 18729733 OXYGEN&MISC. $67.26 80026210-54100 SUPPLIES $67.26 GAS INC SUPPLIES AS NEE Vendor Total: $67.26 MAUREEN TR 11128- TRAVEL $226.86 10010000-57100 LEARNING AND $226.86 MULHEREN 30118 REIMBURSEMENT DEVELOPMENT Vendor Total:- -$226.86 MENDO MILL& 108889/1 PIPE $0.94 10021210-56300 BUILDING MAINT. $0.47 LUMBER CO &REPAIR 91521400.56300 BUILDING MAINT. $0.47 &REPAIR 112518 LED FEIT $2.37 10021210-56300 BUILDING MAINT. $1.18 &REPAIR 9152140056300 BUILDING MAINT. $1.19 &REPAIR 108776/1 PIPE $2.73 10021210-56300 BUILDING MAINT. $1.37 &REPAIR IIIIIIIIIN 'tolf oun0 n a p"' ioIhP'h�no Quin NW�mn. �V� ilu�U'' mn �.111111 u000 a mi!!noi 000u M IIID' wi ILII m � II m m I m gni gni m IU m w � IIW W m m II�IIII IIII�I II�II�I VIII 111111 VIII/III 111111 II ILII I�I�I III MENDO MILL& 108776/1 PIPE $2.73 91521400,56300 BUILDING MAINT. $1.36 LUMBER CO &REPAIR 109579/1 FILTERS $51.82 10021210.56300 BUILDING MAINT. $25.91 &REPAIR 91521400-56300 BUILDING MAINT. $25.91 &REPAIR 110030/1 ADAPTER,TUBE,LED $54.00 10021210-56300 BUILDING MAINT. $27.00 FEIT &REPAIR 915214004W300 BUILDING MAINT. $27.00 &REPAIR 109091!1 CAM LOCKS $97.04 10021210~56300 BUILDING MAINT. $48.52 &REPAIR 91521400-56300 BUILDING MAINT. $48.52 &REPAIR 109910/1 NEW ENGINES $2.63 25321210-54102 SMALL TOOLS $1.31 SUPPLIES 91621400-54102 SMALL TOOLS $1.32 108266/1 MECHANICS $39.51 2532121054102 SMALL TOOLS $19.75 CREEPER 9162140054102 SMALL TOOLS $19.76 109880/1 NEW ENGINES $74.97 2532121051102 SMALL TOOLS $0.03 STATION SUPPLIES 2532121054102 SMALL TOOLS $28.75 91621400-54102 SMALL TOOLS $28.78 10021210-54100 SUPPLIES $8.71 9152140054100 SUPPLIES $8.70 10850611 PLASTIC DIP $23.69 2532121054106 SPECIALTY $11.85 SUPPLIES 91621400-54106 SPECIALTY $11.84 SUPPLIES 108619/1 SHELF UNIT $228.74 1002121054100 SUPPLIES $114.37 9152140054100 SUPPLIES $114.37 Vendor Total: MES - MES-MUNICIPAL IN1285733 TOOLS FOR NEW $454.34 25321210-54102 SMALL TOOLS $227.17 EMERGENCY ENGINE SERVICES INC 9162140054102 SMALL TOOLS $227.17 IN1281801 TOOLS FOR NEW $479.48 25321210-54102 SMALL TOOLS $239.74 ENGINE 9162140054102 SMALL TOOLS $239.74 IN1288656 TOOLS FOR NEIN $571.74 2532121054102 SMALL TOOLS $285.87 ENGINE 91621400-54102 SMALL TOOLS $285.87 Twh.f.---!i iCn;i r co Lmillist of i ioi uuw w m iclks d If brAppravall on 12/ 114/2,W- 1 Ior IIII um MICHELLE 2366 REIMBURSEMENT $105.00 82027111-7100 LEARNING AND ;10500 WHYBURN DEVELOPMENT BA FY 18119 BOOTALLOWANCE $119.99 82027111-54100 SUPPLIES ;119.99 Vendor Total: 6224.99 MILLVIEW UVFA NOV 18 WATER SERVICES- $62.87 10021210.55210 UTILITIES 631.4.3 COUNTY WATER LOVERS LANE DISTRICT 91521400-55210 UTILITIES 631.44 Vendor Total: - 6;2.87- MOTION CA23-513117 BELTS $457.93 84027225-6120 EQUIPMENT 6457.93 INDUSTRIES INC MAINTENANCE& REPAIR _ Vendor Total: NCPA 008102- DEC 18 NCPA $707,889.00 80026440-8104 NCPA $55,104.00 1218026 MANAGEMENT SERVICES 80026440-58101 NCPA PLANT 6105,052.00 GENERATION 80026440-58102 NCPA POWER 6378,632.00 PURCHASES 80026440-58105 NCPA THIRD (66,225.00) PARTY SALES 80026440.58103 NCPA 6175,326.00 TRANSMISSION Vendor Total: 2707,889.00 NKA ADVISORS 00110 FINANCIAL ADVISORY $604.17 10013400-52100 CONTRACTED 6504.17 LLC SERVICES SERVICES 00025 WASTEWATER $3,500.00 10013400.52100 CONTRACTED $3,500.00 MUNICIPAL ADVISORY SERVICES 00117 FINANCIAL ADVISORY $9,437.50 10013400-52100 CONTRACTED 69,437.50 SERVICES SERVICES Vendor Total: 613,441.;7 NOR-CAL 16518 MISC.ROCK&ROAD $667.28 1002462054120 PW-SPECIAL 6667.28 RECYCLED PATCH MATERI SUPPLIES ROCK& AGGREGATES INC Vendor Total:----68;7.28 NORTHWEST 50912 MEMBERSHIP $6,130.23 80026400-57300 MEMBERSHIPS& 5;,130.23 PUBLIC POWER SUBSCRIPTIONS ASSOCIATION Vendor Total:---sB,130.23- ONE TIME PAY 55 RECREATION REFUND $55.00 10022831-14915 RECRE47ON 655.00 VENDOR -M.DIAZ PROGRAM INCOME VIII moi " u o oo i12/ 1,41/2( p I�mum m p' m I o 1111111 �V �"tl�wum i!"N� ion"�Vuoi�glWnii. l �ul Ian poi ou m a m � uI�N"r,m art 1� ua m umi oo m 2 � ' I WCY old^ikPs, � � Illu II ifi� ONE TIME PAY DVI20618 RECREATION REFUND $63.75 !0022831-44915 RECREATION VENDOR -A.OJEDA PROGRAM INCOME Vendor Total: 3118.75 OPERATING 86138 NOV 18 NOV 18 HEALTH $1,687.00 20700000-20524 NON-EMPLOYEE $1,687.00 ENGINEER INSURANCE HEALTH PUBLIC&MISC INS PREM EMPLOYEES ___ Vendor Total: $1,687.00 OPERATING 1812-1 DEC 2018 PW UNION $693.00 20700000-20509 P/R DEDUCT.- $693.00 ENGINEERS DUES UNION DUES UNION 1812-1.1 DEC 18 MISC.UNION $1,824.00 20700000-20509 PR DEDUCT.- $1,824.00 DUES UNION DUES --- Vendor Total: $2 517.00 OREILLY AUTO 2707-482560 SUPER GLUE $2.93 84027225.56120 EQUIPMENT $2.93 PARTS MAINTENANCE& REPAIR 2707-488271 SENSOR $53.02 10020210.56130 EXTERNAL $53.02 SERVICES 2707490099 DISC PAD SET $72.17 10020210-56130 EXTERNAL $72.17 SERVICES 2707-489337 BRAKE ROTOR $73.25 1002021056130 EXTERNAL $73.25 SERVICES 2707.489621 BRAKE ROTOR,DISC $718.37 1002021056130 EXTERNAL $718.37 PAD SET SERVICES _ Vendor Total: - $919.74 PACE SUPPLY 024943265 COPPER BUSHING $11.80 84027225.56300 BUILDING MAINT. $11.80 CORPORATION &REPAIR 024908201 CLAMP $192.81 82000000-12104 INVENTORY- $192.81 PURCHASES 024956876 CLAMP $811.12 82000000-12104 INVENTORY- $811.12 PURCHASES 024983966 TOILET VALVES $357.92 10022100-54100 SUPPLIES $357.92 024766570 TAPMATE HANDLE $92.71 8202711454100 SUPPLIES $92.71 Vendor ToW: 11,468.36 PAYMENTUS US18110038 CREDIT CARD $2,985.75 2051330052100 CONTRACTED $Z985.75 GROUP INC PROCESSING SERVICES SERVICE Vendor Total: $2,985.75 PETERSON 203691€' HOLDER KIT $60.18 10024620-56130 EXTERNAL $60.18 TRUCKS INC SERVICES ----- Vendor Total: $60.18 PG&E CO 7075-1 DEC 18 PACIFIC GAS& $59.90 10022100.55210 UTILITIES $59.90 ELECTRIC Vendor Total:-----159.90 QUILL 3089142 CHAIR MAT $251.96 1002421054100 SUPPLIES $251.96 CORPORATION - .. Vendor Toth: $251.96 IIIII I ' 'c ; I s I�I� for l ' ISI 2 co 1, Invo. icies IIIII �� IIIII � IIIIpl II 111111 II I IIIII '� IN dip m �U IIP �I Iml I m •� m R EMMETT NOV 18 MANAGEMENT $825.00 7002450052100 CONTRACTED $825.00 JONES ADVISORY SERVICES SERVICES Vendor Total: x825.00 R&B COMPANY- S1790143.002 PLUMBING $12.25 82000000-12104 INVENTORY- $12.25 RWC EQUIPMENT, PURCHASES FIXTURES, S1790143.001 PLUMBING $1,766.88 82000000-12104 INVENTORY- $1,766.88 EQUIPMENT, PURCHASES FIXTURES, Vendor Total: --$1,779.13 RAM 1 4272 REIMBURSEMENT- $1,265.70 84427222,52100 CONTRACTED $1,265.70 PROPERTIES OF SEWER LATERAL AT SERVICES MENDOCINO 835 S DORA ST COUNTY LLC ...__ Vendor Total: $1,285.70 REDWOOD 0111306 CARDLOCK FUEL $334.72 20824300-56210 FUEL&FLUIDS $334.72 COAST FUELS PURCHASES 1985234 CARDLOCK FUEL $42.90 20324100-58410 GARAGE $42.90 PURCHASES LUBRICANTS& PARTS 1993265 CARDLOCK FUEL $42.90 2032410058410 GARAGE $42.90 PURCHASES LUBRICANTS& PARTS 1999505 CARDLOCK FUEL $725.65 20324100-58410 GARAGE $725.65 PURCHASES LUBRICANTS& PARTS Vendor Total: 51,146.17 REXEL USA INC T911763 LED BULBS $58.63 84027225,56.400 BUILDING MAINT. $58.63 &REPAIR T9M957 SOLID WIRE $91.84 84027225-56300 BUILDING MAINT. $0.43 &REPAIR 84027225-56300 BUILDING MAINT. $91.84 &REPAIR 90000000.20231 COUNTY MENTAL ($0.43) HEALTH.5% 3101 ELECTRIC $78.79 9000000020231 COUNTY MENTAL ($0.37) BASEBOARD HEALTH.5% 8052615054100 SUPPLIES $0.37 80526150-54100 SUPPLIES $78.79 Vendor Total: $229.26• ROB GIBSON BA FY 18119 BOOT ALLOWANCE $150.00 1002210054100 SUPPLIES $150.00 Vendor Total: -- $150.00 ROBERT N1822.0 ARCH DESIGN SVCS $8,260.00 20822500.80220 BUILDING $8,260.00 FORSHER FOR CIVIC CTR IMPROVEMENTS Vendor Total:- X8,260.00 ROBERT RICETTI BA FY 18119 BOOT ALLOWANCE $150.00 1002210054100 SUPPLIES $150.00 Vendor Total: - $150.00 Iof List PChiecks peeVi lj I ' IIWI i , I�I14/20 I IW IIIIII IIIvIIAII''i es ROUND TABLE 012-5071 PUBLIC WORKS $57.68 82027110,57100 LEARNING AND $57.68 PIZZA WATER LUNCH DEVELOPMENT MEETING 02-13 LUNCH MEETING $142.79 8402722057100 LEARNING AND $142.79 DEVELOPMENT 02-16 COPR YARD LUNCH $118.85 20624300-54100 SUPPLIES $118.85 MEETING 02-114 COPR YARD LUNCH $137.02 20824300-54100 SUPPLIES $137.02 MEETING Vendor Total: SALES&USE 0028407498 WATER RIGHTS FEE $1,000.00 8202711059101 FEES $1,000.00 TAX FOR WR STF 094- 013892 94013892 0028589761 WATER RIGHTS FEE $1,281.28 82027110.59101 FEES $1,281.28 FOR WR STF 094- 004687 0028628266 WATER RIGHTS FEE $6,409.32 82027110-59101 FEES $6,409.32 FOR WR STF 094- 010628 0028329977 WATER RIGHTS FEE $238.86 84027225-59101 FEES $238.86 FOR WR STF 094- 019707 Vendor Total: $8,929.46 SANTA ROSA 140082 UNIFORM SUPPLIES $744.08 10020210,54100 SUPPLIES $744.08 UNIFORM& CAREER APPAREL INC _ Vendor Total: $7 SHERRIE SMITH- 111518 REIMBURSEMENT $212.50 69122700.54100 SUPPLIES FERRI ........... Vendor Total: $212.50 SHN 97386 OAK MANOR $740.00 1002421050230 INFRASTRUCTURE $740.00 CONSULTING COMPACTION ENGINEERS& TESTING GEOLOGISTS INC 97868 OAK MANOR $1,264.20 10024210-80230 INFRASTRUCTURE $1,264.20 COMPACTION TESTING ........... Vendor Total: $2,004.20 SIERRA TRAFFIC 5153 STREET STRIPING $26,694.23 12024200-80230 INFRASTRUCTURE $26,694.23 MARKINGS INC 2018 ........... Vendor Total: $26,694.23 SONIC NET LLC 11464167 INTERNET SERVICES- $18.47 10021210.55100 TELEPHONE $9.24 WFD 9152140055100 TELEPHONE $9.23 Vendor Total: ... 18.47 STAPLES CREDIT 7207514874.0-1 STAMPS,PENS, $77.23 10013400-54100 SUPPLIES $60.15 PLAN STORAGE BOXES 205133OD- I'100 SUPPLIES $17.08 7207353249-0-1 CALCULATOR,RULER, $97.17 1001340054100 SUPPLIES $97.17 SHARPIES List o lii nn Iu a Iln niillllll, IIID �I �,ll pmmi ori 12/ ILII II N 2( 113 �'�� � �� � � i�u�m� iii $$ilii � Idll�Ill�l4�l Invoices I STAPLES CREDIT 7207174888-0-1 CHAIR $609.68 10020210-54100 SUPPLIES X609.68 PLAN 720774459641 BINDERS $54.64 10022810~54100 SUPPLIES $54.64 7208506755-0-1 TAPE,WHITE CARDS $60.86 1002281054100 SUPPLIES $60.86 7207746673.41 WHITE CARDS $100.35 10022810-54100 SUPPLIES $100.35 7207388112-0-1 CHAIR $424.58 20513300-54100 SUPPLIES $424.58 7207672759-41 TONER $641.36 20513300-54100 SUPPLIES $64146 7208527860-41 TONER $430.70 84027225-54100 SUPPLIES $00.70 Vendor Total: *52,496.57 STATE WATER WD-0141886 FY 18-18 ANNUAL FEE $30,625.00 70024500-59101 FEES $30,625.00 RESOURCES CONTROL BOARD RW-1018632 FY 1748 RECYCLED $2,024.00 83027330-59101 FEES $2,024.00 WATER FEES WD-0i37997 ANNUAL PERMIT FEES $2,286.00 84027221-59101 FEES $2,286.00 WD-0138274 ANNUAL PERMIT FEES $2,286.00 84027221-59101 FEES $2,28600 WD-0143283 ANNUAL PERMIT FEES $14,341.00 84027225.59101 FEES $14,341.00 Vendor Total: 351,562.00 TELSTAR 96970 ALL LABOR AND $4,165.00 82027111-52100 CONTRACTED $4,165.00 INSTRUMENTS MATERIAL TO INST SERVICES INC Vendor Total:__"S4,f 65.00 THE LYMAN 5218902 EROSION MIX $20.80 70024500-54100 SUPPLIES $20.80 GROUP,INC ........... Vendor Total: $20.80 'THE PEAVEY 352033 EVIDENCE SUPPLIES $111.81 10020210-54201 PRISONER $111.81 COMPANY EXPENSE Vendor Total:---+$111.81 UNITED SITE 114-7720237 PORTABLE TOILET $166.66 1002210052100 CONTRACTED $166.86 SERVICES RENTAL SERVICES 114-7720238 PORTABLE TOILET $166.86 10022100-52100 CONTRACTED $166.86 RENTAL SERVICES Vendor Total: 5333.72 UPS 00OOE19R54468 SHIPPING CHARGES $1 i0A1 1002021056130 EXTERNAL $38.58 SERVICES 80026120-54100 SUPPLIES $71.83 OOOGE19R54458 SHIPPING CHARGES $56.66 80026120-54100 SUPPLIES $56.66 00OOE19R54488 SHIPPING CHARGES $67.31 80026210-54100 SUPPLIES $67.31 Vendor Total:— $234.38 mom IIIIIIChecics Presentedfor pIIIImi i ml 11111,1vidmilcies III our VIIIVIII IIII I I�� I VIII I u I VERGIL THOMAS 111618 BLADE SHARPENING $18923 IW21210a6120 EQUIPMENT $94.61 MASSEY MAINTENANCE& REPAIR 91521400-56120 EQUIPMENT $94.62 MAINTENANCE& REPAIR _ Vendor Total: ---$189.23 WEIR FLOWAY 107124 TEAR DOWN AND $24,061.91 84027225-80100 MACHINERY& $1,500.00 INC INSPECTION OF FL EQUIPMENT 84027225-80100 MACHINERY& $22,561.91 EQUIPMENT ........... Vendor Total: $24,061.91 WERLE 0091290 SECURITY WINDOW $244.97 10013400-54100 SUPPLIES $244.97 ENTERPRISE LLC ENVELOPES Vendor Total: $244.97 WEST 1522 MICROENTERPRISE $7,207.50 6112341052100 CONTRACTED $7,207.50 ENTERPRISE TECHNICAL SERVICES CENTER ASSISTANCE Vendor Total:---$7,207.50 WEST YOST 2036632 GRANT MANAGEMENT $7,779.50 9119010052100 CONTRACTED $7,779.50 ASSOCIATED SERVICES FOR SERVICES Vendor Total: WILLIAM JOHN 18701 HD VIDEO $950.OD 82027110-52100 CONTRACTED $950.00 CARMEN SERVICES ........... Vendor Total: $950.00 XEROX CORP 095343507 COPIER LEASE-SEE $189.51 69122700-52100 CONTRACTED $189.51 ADUL DESCRIP SERVICES 095343508 COPIER LEASE-SEE $1,564.57 10012200-54500 EQUIP RENTS $1,564.57 ADD'L DESCRIP AND LEASES 095343506 COPIER LEASE-SEE $259.51 1002021054500 EQUIP RENTS $181.66 ADD'L DESCRIP AND LEASES 20620231-54500 EQUIP RENTS $51.91 AND LEASES 64020213-54500 EQUIP RENTS $25.94 AND LEASES 095343505 COPIER LEASE-SEE $538.58 10020210~54500 EQUIP RENTS $377.01 ADUL DESCRIP AND LEASES 20620231-54500 EQUIP RENTS $107.72 AND LEASES 64020213-54500 EQUIP RENTS $53.85 AND LEASES Vendor Total: $2552.17 ZERO WASTE 254423 DOG WASTE BAGS $799.58 10022100-54100 SUPPLIES $799.58 USA ____ Vendor Total: $799.58 INVOICE $1,026,447.88 TOTAL: List of h ks - im 6s a n ° j m pll r lull n ii1 i. 2:11210 �,Y,3' Thie Iidii:)1wi hst of biHs, Ipay,6Wws, e)Ned zciid approvied for p " ^m int. Iii nirie 111I1I111111 es I� dl� m I uu na U mo- b,; 0 , oa io VIII IIIIIIII 11111111111111 II II 1111111 ILII ACCURATE AIR C-139539 AIR/OIL SEPARATOR 589 120 EQUIPMENT $898.42 ENGINEERING MAINTENANCE& INC REPAIR Vendor Total: 5898.42 ACME RIGGING& 298422 MISC RENTAL& $267.82 84027225-56120 EQUIPMENT $267.82 SUPPLY CO SUPPLIES AS NEED MAINTENANCE& REPAIR 298414.1 MISC RENTAL& $228.60 10024620-56130 EXTERNAL $228.60 SUPPLIES AS NEEDED SERVICES 298178 MISC RENTAL& $85.48 82027114-56130 EXTERNAL $85.48 SUPPLIES AS NEED SERVICES 298171 MISC RENTAL& $98.36 80026110-54102 SMALL TOOLS $98.36 SUPPLIES AS NEED Vendor Total: SBSU 26 ADAMSON INV289505 SETINA $71.31 10020210.80100 MACHINERY& $5.81 POLICE #PK1138CGR11-#6XL EQUIPMENT PRODUCTS COA 10020210.80100 MACHINERY& $65.50 EQUIPMENT INV289467 GB8DEDE-LEGACY $1,333.18 10020210-80100 MACHINERY& $1,333.18 GB SUPER-LEO EQUIPMENT Vendor Total: $1,404.49 AIRGAS INC 9083079070 CALIBRATION GAS $176.19 84027225-54100 SUPPLIES $176.19 9082964970 GAS METER $816.56 8402722&,54100 SUPPLIES $816.56 Vendor Total: - 5992.75 ALLEN JAMES DV120818 INSTRUCTOR $128.00 10022850-52100 CONTRACTED $128.00 SERVICES Vendor Total: $12800 ALPHA 8111636- MISCELLANEOUS $944.00 70024500-52100 CONTRACTED $944.00 ANALYTICAL UKIAHLF SERVICES,NOA SERVICES LABORATORIES PO#45761 INC 8111792- MISCELLANEOUS $4,586.95 7002450452100 CONTRACTED $4,58&95 UKIAHLF SERVICES,NO.2 SERVICES 130#45761 8111646- MISCELLANEOUS $5,795.95 70024500-52100 CONTRACTED $5,79595 UKIAHLF SERVICES,NO.3 SERVICES PO#45761 8111747- MISCELLANEOUS $7,543.95 70024500-52100 CONTRACTED $7,543.95 UKIAHLF SERVICES,NO.4 SERVICES PO#45761 ju���p� Ng N pupppMgIII p� ppb p Mp ,. IIIIIIIIII IIW @Illili i h ,� NII XIII ''^ I PS ppil� n ° N IiIi i 11111111 , �„IIIO� o it ONM �N l 111111 1111111 0 li Wlll volicies mmmffiffi�i",Illw ml uu up mi , 11,11, �ii�iii iiiii"ii i�i�i iiiii �� n,. a ALPHA 8113140- MISC.LABORATORY $240.00 82027111-52100 CONTRAGTED $240.00 ANALYTICAL UKIAH WORK AS NEEDED SERVICES LABORATORIES INC 8111001- MISC.LABORATORY $177.00 84027225-52100 CONTRACTED $177.00 UKIAHSTP WORK AS NEEDED SERVICES 8112396- MISC.LABORATORY $177.00 84027225-52100 CONTRACTED $177.00 UKIAHSTP WORK AS NEEDED SERVICES 8112669- MISC.LABORATORY $177.00 84027225-52100 CONTRACTED $177.00 UKIAHSTP WORK AS NEEDED SERVICES 8112341- MISC.LABORATORY $255.00 84027225-52100 CONTRACTED $255.00 UKIAHSTP WORK AS NEEDED SERVICES 8111490- MISC.LABORATORY $291.00 84027225-52100 CONTRACTED $291.00 UKIAHSTP WORK AS NEEDED SERVICES 8111824- MISC.LABORATORY $291.00 84027225.52100 CONTRACTED $291.80 UKIAHSTP WORK AS NEEDED SERVICES 8112740- MISC.LABORATORY $291.00 84027225.52100 CONTRACTED $291.00 UKIAHSTP WORK AS NEEDED SERVICES 8113345- MISC.LABORATORY $291.OD 84027225521W CONTRACTED $291.00 UKIAHSTP WORK AS NEEDED SERVICES 8113245- MISC.LABORATORY $495.00 84027225-52100 CONTRACTED $495.00 UKIAHSTP WORK AS NEEDED SERVICES 8110866- MISC.LABORATORY $1,475.00 84027225-52100 CONTRACTED $1,475.00 UKIAHTP WORK AS NEEDED SERVICES 8113472- NOVEMBER MONTHLY $1,480.00 84027225-52100 CONTRACTED $1,460.00 UKIAHSTP WATER ANALYSE SERVICES 8112077- RECYCLE WATER& $6,812.00 84027225.52100 CONTRACTED $6,812.00 UKIAHSTP GROUND WATER M SERVICES Vendor Total: 531,32285 AZTEC 11073630 PARTS A MATERIALS $88.92 80026400-56130 EXTERNAL $88.92 INDUSTRIES INC AS NEEDED SERVICES Vendor Total:-----$88.92 AMAZON 1 HKP-YRC7- REFUND FOR ($106.97) 2082250056300 BUILDING MAINT. ($106.97) CAPITAL WiGL SMOKING STATION &REPAIR SERVICES 1QHM-GVCG- SMOKING STATION $98.92 20822500-56300 BUILDING MAINT. $98.92 MD9K &REPAIR 1MMP-1YIY- PICTURE FRAMES $87.84 90000000-23226 CONCERT $87.84 1 Di F SERIES 1 LBW-7KJH- L SHAPED STAND $440.62 90000000-20231 COUNTY MENTAL ($2.20) PMPV DESK HEALTH.S% 90000000-23252 DISTRICT USE ($0.57) TAX-UBRARIES 90000000.23237 DISTRICT USE ($220) TAX-MEASURE S mll,lllllll C 1.1 nl °)rleslentleld fid, ir Appiroviall 2/ 21/21C 1 InvouNlelllllll IIII m lou11luu° nu mu a a� a a da ua luu. lu au BIW a„ AMAZON 1 L6W-7KJH- L SHAPED STAND $440.62 90000000-23028 MEASURE Y ($2.20) CAPITAL PMPV DESK DISTRICT TAX SERVICES 90000000-23013 STATE USE TAX ($31.94) LL4BILl7Y 10013400-54100 SUPPLIES $39.11 10013400-54100 SUPPLIES $440.62 1D4L-HCN3- BINOCULARS $508.56 90000000-20231 COUNTY MENTAL ($2.00) MX69 HEALTH.5% 90000000-23252 DISTRICT USE ($0.50) TAX-LIBRARIES 90000000-23237 DISTRICT USE ($2.00) TAX-MEASURE S 90000000-23028 ME4SURE Y ($200) DISTRICT TAX 25321210-54102 SWALL TOOLS $17.74 25321210-54102 SMALL TOOLS $254.28 91621400-54102 SMALL TOOLS $17.75 91621400-54102 SMALL TOOLS $254.28 90000000-23013 STATE USE TAX ($28.99) LL4BlL1TY 1P9R-YRKD- TRIPLE GLOVE BOX $126.21 10021210-8130 EXTERNAL $126.21 3WJC HOLDER SERVICES 13LT YG9L- ROTARY HAMMER BIT $75.32 10024620.54102 SMALL TOOLS $75.32 VNXL 17JH-401J- REFEREE/UMPIRE $449.75 90000000-23256 SPECIAL EVENTS $449.75 Y6K3 JERSEYS TRUST lVYP-G4YR- POWER CORD,HDMI $36.05 10013400-54100 SUPPLIES $36.05 W17W CORD IRDK-F9H1- BLUETOOTH $122.93 10013400-54100 SUPPLIES $122.93 P9V7 SPEAKER 1 VLQ-YXCM- BATTERY BACK UP $59.87 10024210-54100 SUPPLIES $59.87 1 C33 1M49-61YH- STANDING DESK $538.93 20413500-54100 SUPPLIES $538.93 XLCK 1 FRG-FXQG TABLE SKIRTING $32.45 73022610-54100 SUPPUES $32.45 4TN4 CLIPS 1 HXW-379L- LABEL MAKERS, $58.30 80026400-54100 SUPPLIES $58.30 J73J BATTERIES 1KKW--T9XX- WALL CALENDAR $27.89 8402722554100 SUPPLIES $27.89 3GVT POSTER 1 K93-C9F4- HEAVY DUTY CANVAS $269.90 8402722554100 SUPPLIES $269.90 TLN6 APRONS Vendor Total: --=2,8RY7 ild qI lus S I 11ii w Ifor' hrApproval II II ILII °2 200f IIII IIn 111111 lip VU 1°° I° �o lu I� " I� OV° il iii1i11�I� ��1�I°°u�u io�llli11�1�11i1i1 � m� AMERICAN 22147219 BASIC LIFE SUPPORT $171.00 1002230057101 CONF& $171.00 NATIONAL RED TRAINING TRAINING- CROSS&ITS AQUATICS CONSTITUENT _.� Vendor Total: .$i71.00 ANDREW TA 112-5118 TRAVEL ADVANCE $527.85 1002021057100 LEARNING AND $527.85 SNYDER DEVELOPMENT Vendor Total: $527.85 ANIXTER 4075980-00 ELECTRICAL $317.94 8000000012104 INVENTORY- $317.94 EQUIPMENT AND PURCHASES SUPPLIES 4072430-00 ELECTRICAL $2,222.85 8000000012104 INVENTORY- $2,222.85 EQUIPMENT AND PURCHASES SUPPL 4007738-00 ELECTRICAL $21,417.89 8000000012104 INVENTORY- $21,417.89 EQUIPMENT AND PURCHASES SUPPL Vendor Total: $23,958.68 ANTONIO MUNOZ CFMO12019 CROSS-FIT TRAINING $333.33 10021210.54167 EMPLOYEE $166.66 FOR FIRE ST DEVELOPMENT 91521400-54167 EMPLOYEE $166.67 DEVELOPMENT Vendor Total: T- x333.33 ARTS COUNCIL OV121718 ANNUAL MEMBERSHP $1.000.00 1001210057300 MEMBERSHIPS d $1,000.00 DUES SUBSCRIP77ONS Vendor Total: 51,000.00 AT YOUR PACE 2501.1 TRAINING-M $255.00 82027111-57100 LEARNING AND $255.00 ONLINE LLC WHYBURN T-4 DEVELOPMENT 2501 TRAINING-J AGUILAR $162.00 82027114-07100 LEARNING AND $162.00 D3-T2 DEVELOPMENT Vendor Total: $417.00 AT&T 000012284112 TELEPHONE $15.21 10021210-55100 TELEPHONE $7.60 9152140055100 TELEPHONE $7.61 000012284111 TELEPHONE $21.48 10021210-55100 TELEPHONE $10.74 9152140055100 TELEPHONE $10.74 000012306118 T1 TO INTERNET $573.75 2091390055100 TELEPHONE $573.75 000012306515 TELEPHONE $4,939.44 20913900-55100 TELEPHONE $4,939.44 SERVICES 1718 DEC 18 CC TERMINAL $170.06 77725200~55100 TELEPHONE $170.06 Vendor Total: --.55,719.94 AT&T MOBILITY 832056361x1 APN MODEMS $51627 1002021055100 TELEPHONE $516.27 2142018 li IIII III VIIIIIIII ��u Ii I HmO����� a �' ��' 111111 Nhl I I I VIII I for � GGI 19 ��ON 12/ �IIIIIIIIII WIIIIIIG 20,N ,--,f III III�IIyIII iW 111111 WNIW IIIIII AT&T MOBILITY 832118877X1 VOICE&DATA CELL $273.72 10022300-55100 TELEPHONE $51.24 2142018 PHONES 20620231-55100 TELEPHONE $14.49 77725200-55100 TELEPHONE $35.91 80026400-55100 TELEPHONE $86.46 82027110-55100 TELEPHONE $14.49 82027111-55100 TELEPHONE $14.62 82027111-55100 TELEPHONE $27.53 84027221-55100 TELEPHONE $28.98 875108535X1 VOICE&DATA CELL $36.25 84027221-55100 TELEPHONE $36.25 2142018 PHONES Vendor Total: - -$826.24 AVLAB 0313092-IN DICE FLASH-190 5 $356.34 77725200-58401 A VIA 77ON FUEL $356.34 GALLON PAIL Vendor Total:----j35B.34 BAUER 0000247975 AIR COMPRESSOR $644.23 10021210-56120 EQUIPMENT $322.12 COMPRESSORS REPAIR PARTS MAINTENANCE& INC REPAIR 91521400-56120 EQUIPMENT $322.11 MAINTENANCE& REPAIR Vendor Total: BELKORP AG 507306 FUEL&OIL FILTER. $143.39 84027225-56130 EXTERNAL $143.39 FILTER ELEMENT SERVICES Vendor Total:-- 5143.39 B.PS 12787 EMBROIDERY $17.37 10022100-54100 SUPPLIES $17.37 EMBROIDERY SERVICES Vendor Total: -517.37 BROADCAST 33490925 2019 CONCERT IN THE $349.00 90000000-23226 CONCERT $349.00 MUSIC INC PARK SERIES SERIES LICENSE Vendor Total:----$349.00 BINS 240078 CALIBRATION $125.87 90000000-20231 COUNTY MENTAL ($0.10) DISTRIBUTORS SERVICES HEALTH.5% INC 90000000-23028 MEASURE Y ($0.10) DISTRICT TAX 80026120.54100 SUPPLIES $0.20 8002612054100 SUPPLIES $12587 Vendor Tatal:----;125.87 II.......N �:I) im II Um ii nn01 ic�IIII«hlWu' Pu�lu ���II IIIh,I Nu `4 N��u iuulllllli III "WWN�'�IIII�MIwi u�i ij���I„�"uj�Illw)N i� u h� i p ro iI it��I l Io oriii illl llll Illlllllllllllmi �N �u / II w �II����W"I�p, IIIIIII"4Nfiil� �� inu - ii�iiiii�iiiii CA PEACE 155470 EVENT-A DELAPO $95.00 10020210.57300 MEMBERSHIPS& $95.00 OFFICERS SUBSCRIPTIONS ASSOC Vendor Total:-----595.01U CALIFORNIA 138630 ANNUAL MEMBERSHIP $1,350.00 10020210.57300 MEMBERSHIPS& $1,350.00 CRIME ALL SWORN SUBSCRIPTIONS PREVENTION PERSONNEL OFFICER'S ASSOCIATION Verxbr Total: 51,350.00 CALIFORNIA 18-02.1 SLURRY SEAL OF $221,001.32 10021210-56300 BUILDING MAINT. $924.00 PAVEMENT LOCAL STREETS &REPAIR MAINTENANCE COMPANY 20822500-56300 BUILDING MAINT. $9,411.50 &REPAIR 77725200-56300 BUILDING MAINT. $3,474.41 &REPAIR 91521400.56300 BUILDING MAINT. $924.00 &REPAIR 12024200-80230 INFRASTRUCTURE$206,267.41 Vendor Total: $221,001.32 CAROLLO 0172256 DESIGN PHASES 1811 $18,535.48 83027330.80230 INFRASTRUCTURE $19535:48 ENGINEERS INC RECYCLED WA Vendor Total:- $18,535.48 CHARGEPOINT IN46511 CT4021-DUAL $22.538.82 80126100.80230 INFRASTRUCTURE $Ck416.82 INC OUTPUT.BOLLARD 80000000-12104 INVENTORY- $16,122.00 PURCHASES _ Vendor Total: -$22,538.82 CLARK PEST 23194059 PEST CONTROL SVCS $95.00 80026400-52100 CONTRACTED $95.00 CONTROL SERVICES Vendor Total: 595.00 COMCAST 1296 DEC 18 INTERNET SERVICES $173.42 31122000-52100 CONTRACTED $173.42 SERVICES 4635 DEC 18 INTERNET SERVICES $256.98 2091390055100 TELEPHONE $256.98 Vendor Total:-- -$430.40 CONCUR 101500062269 CONCUR EXPENSE $457.20 2041350054320 SOFTWARE $457.20 TECHNOLOGIES PAY SOFTWARE INC Vendor Total: $457.20 CONVERGENT BILL52619 IT SERVICES $225.00 20913900-52100 CONTRACTED $225.00 COMPUTING SERVICES ---- Vendor Total: $225.00 COPWARE INC 84437 ANNUAL LICENSE FOR $640.00 1002021057300 MEMBERSHIPS& $540.00 SWORN OFFICERS SUBSCRIP77ONS Vendor Total: uuuuw imImuXst of Checks m u IIbi aI m i 1 � ull ' 21/ 210 ':" nn m� Im ��'�y IuIIuIn lM�ll In IIIII� lic 'mi u ap UM vllll� m 1111llimillwllll'llill 1 CUMMINS Y7-910$7 WATER PUMP,BELT $232.76 90000000-20231 COUNTYMENTAL ($1.07) PACIFIC LLC HE4LTH.5% 10021210-56130 EXTERNAL $1.07 SERVICES 1002121056130 EXTERNAL $23278 SERVICES ....___ Vendor Total: $232.78 DANA E CLAY DV121118 EASEMENT $1,500.00 80126100-80230 INFRASTRUCTURE $1,500.00 PURCHASE MARSHALL ST Vendor Total: $1,500.00 DAPHINE HARRIS 121818 REPLENISH PETTY $170.18 82027110.59101 FEES $12.00 PETTY CASH CASH 82027110-59101 FEES $50.00 10013400-54700 FINES& $10.00 PENALTIES 10013400-57100 LEARNING AND $5.00 DEVELOPMENT 10013400-57100 LEARNING AND $5.00 DEVELOPMENT 10022100-57100 LEARNING AND $4.00 DEVELOPMENT 1002332057100 LEARNING AND $25.00 DEVELOPMENT 10102462057100 LEARNING AND $36.74 DEVELOPMENT 2032410057100 LEARNING AND $6.48 DEVELOPMENT 7772520457100 LEARNING AND $4.41 DEVELOPMENT 77725200-57100 LEARNING AND $8.55 DEVELOPMENT 1002421054100 SUPPLIES $3.00 Vendor Totaa: $i 70.i8 DAVE SENG 2065E COROPLAST $244.97 84027225-54100 SUPPLIES $244.97 Vendor Tolai: ---s244.97 DIANATHOMAS DV121218 REIMBURSEMENT- $64.05 6912270054100 SUPPLIES $84.05 MUSEUM HOLIDAY Vendor Total: DYLAN DEWALL DVIII918 INSTRUCTOR $100.00 1002285052100 CONTRACTED $10000 SERVICES _ Vendor Total: ---$100.010 �IIµw IIIIII �pU ���V 111111 IV,I;I�III'IµI�� Ipllllll I II 0� IIIIIIuu o u1u Itlri III UW I'4111 �11 I"4'W�Illm a uWl ,01111 00 lu for uu a "I'"W�il. a u NII q'�q��� III�p��jl p;�p�Pa II p I����,� ����pl Ipu I m luu ��� I I VI„ Iu 'u llll a 111111 tlOpllp,tl IIII1 51 III �� lih�ll lulu 111111 �'ullpinln„pW''uIIpM'"Ill 11 wu�'lll�uu�" I VIII �Ih mpU m Vp a nIU m w1 U IIID Imp Ilu II EFAX 1169460 EFAX SERVICES $139.70 10012200-52100 CONTRACTED $139.70 CORPORATE SERVICES Vendor Total:----5139.70 EFFICIENCY 2163 ADMIN OF EUD $3.567.03 80626450-52137 PUBLIC $3,567.03 SERVICES PUBLIC BENEFITS BENEFITS GROUP LLC PROGRAM MGMT Vendor Total: ELIZABETH 3590 QUICKTOP 40 X 120 X $9,000.00 31422860.52100 CONTRACTED $9,000.00 HAVR{LLA 10 WHITE SERVICES --- Vendor Total: $9,000.00 ELLIES MUTT 941242 INTERVIEW LUNCH $62.50 10016100-54160 CITYUABILITY& $62.50 HUT CONTRACT 941243 INTERVIEW LUNCH $76.40 10016100-54160 CITYUABILITY& $76.40 CONTRACT 941241 DEPARTMENT $295.76 10013400.57100 LEARNING AND $295.76 MEETING/LUNCHEON DEVELOPMENT 941244 CHRISTMAS PARTY $91.05 10024210-57100 LEARNING AND $30.35 SET UP LUNCH DEVELOPMENT 8202711057100 LEARNING AND $30.35 DEVELOPMENT 84027220.57100 LEARNING AND $30.35 DEVELOPMENT Vendor Total:---_x525.71 FARWEST LINE 268146 ELECTRICAL $43.48 8002611054100 SUPPLIES $43.46 SPECIALTIES LLC EQUIPMENTAND SUPPLIES Vendor Total: $43.48----$43.48 FASTENAL CAUKA33540 ELECTRICAL $5.68 20324100-56112 EQUIPMENT $5.68 EQUIPMENT AND PARTS FOR SUPPLIES RESALE CAUKA33555 ELECTRICAL $12.63 20324100-56112 EQUIPMENT $12.63 EQUIPMENT AND PARTS FOR SUPPLIES RESALE CAUKA33532 ELECTRICAL $8.97 10021210-56130 EXTERNAL $8.97 EQU IPMENT AND SERVICES SUPPLIES ----- Vendor Total: $27.28 FILETRAIL 2018-0876 HOSTED FILE $518.00 1001250064320 SOFTWARE $518.00 MANAGMENT SYSTEM Vendor Total:____5518.00 FRIEDMANS 36536928 MISC.ITEMS AS $13.62 2082250056300 BUILDING MAINT. $13.62 HOME NEEDED &REPAIR IMPROVEMENT 36532328 MISC.ITEMS AS $79.97 20622500-56300 BUILDING MAINT. $16.56 NEEDED &REPAIR 20822500-54102 SMALL TOOLS $63.41 IqI tlllll IIIA rya p dlla� p �1�, P;�Nµ�InI NI ��ryII�'q�m�%. I�a��WJ����y� p,II�IrI U���t M�. p���IaII�III' 2/ 2:1 / I plljII p a 1/� I 111 WHhnllll l llpllal IIID "�Illllllu°� ! 1111111 1 al ll �IOII�I IIIA II�IIIIII SIRS e I 0@I w.W IIIIII!µp,,gyp Illi 11 �l� Ilml�'ullr'�Mllln'"h Ipu011 l WW.�tlUN"�iIIU 111114 flllllllllllll ia�llllllp 1111111 111111 IIII IIII 1 u' II iii r I i Illlw's I IIIIII u U II I IIII au Ipu ua elli11 s,,,,I IpoI aii Iml IIIV du uu II I� Iglu II^. illill ll FRIEDMANS 36523511 MISC.ITEMS AS $87.27 2082250056.900 BUILDING MAINE. $87.27 HOME NEEDED &REPAIR IMPROVEMENT 36538035 MISC.ITEMS AS $89.03 2082250056300 BUILDING MAINE. $89.03 NEEDED &REPAIR 36525413 MISC.ITEMS AS $97.40 2062250056300 BUILDING MAINE $97.40 NEEDED &REPAIR 36516246 MISC.ITEMS AS $100.32 20182250056.300 BUILDING MAINE. $100.32 NEEDED &REPAIR 36517880 MISC.ITEMS AS $111.95 2082250056300 BUILDING MAINE $111.95 NEEDED &REPAIR 36517446 MISC.ITEMS AS $116.65 2082250056300 BUILDING MAINE. $116.85 NEEDED &REPAIR 36539028 MISC.ITEMS AS $133.51 20822500-56300 BUILDING AMINE. $133.51 NEEDED &REPAIR 36530442 MISC.ITEMS AS $135.76 2082250056300 BUILDING MAINE. $135.76 NEEDED &REPAIR 36511204 MISC.ITEMS AS $308.14 2082250056300 BUILDING MAINE. $57.03 NEEDED &REPAIR 2082250054102 SMALL TOOLS $251.11 36531106 MISC.ITEMS AS $319.82 2082250056300 BUILDING MAINT $319.82 NEEDED &REPAIR 36539020 MISC.ITEMS AS $672.96 20822500-56300 BUILDING MAINE. $672.96 NEEDED &REPAIR 36522388 MISC.ITEMS AS $159.30 7772520056300 BUILDING MAINE. $159.30 NEEDED &REPAIR 36515774 MISC.ITEMS AS $2.11 82027111-56300 BUILDING MAINE. $2.11 NEEDED &REPAIR 36524282 MISC.ITEMS AS $16.68 84027225.56.900 BUILDING MAINE $16.68 NEEDED &REPAIR 36526259 MISC.ITEMS AS $17.81 84027225-56300 BUILDING MAINE. $17.81 NEEDED &REPAIR 36527248 MISC.ITEMS AS $58.17 8202711156120 EQUIPMENT $58.17 NEEDED MAINTENANCE& REPAIR 36516890 MISC.IITEMS AS ($290.70) 8402722SM120 EQUIPMENT ($290.70) NEEDED MAINTENANCE& REPAIR 36516257 MISC.ITEMS AS $9.54 8402722556120 EQUIPMENT $9.54 NEEDED A14INTENANCE& REPAIR 36526993 MISC.ITEMS AS $1425 8402722556120 EQUIPMENT $14.25 NEEDED Af41NTENANCE& REPAIR 36517340 MISC.ITEMS AS $24.37 8402722556120 EQUIPMENT $24.37 NEEDED A14INTENANCE& REPAIR dmI�IIo lu IIID�I y�III IIS'JIIIIIII�n �u puI aI%III�I�Iud U II II lu I � I on I�Id��I III@�,a�Pod;{pl�ptlryd�lo- � PoIIIIIII 11)" I�IIp�I��''�p 1^/)1 u R IIIIRII i WN INIII p tll ILII��Ydll llllll l l U IIIIIII`�d III `41I IIII dW IRI lltllll pi PoWi%P IIII RIIIIII IIII h�IIIIpIIIW `S'l.III lilirwyla I VIIIce'dlll � dI� IIIIII II IIIIIIII II�I 7�11111111 I �III FRIEDMANS 36538251 MIS, .ITEMS AS $29.39 84027225-56120 EQUIPMENT $29.39 HOME NEEDED MAINTENANCE& IMPROVEMENT REPAIR 36536962 MISC.ITEMS AS $42.60 84027225-56120 EQUIPMENT $42.60 NEEDED MAINTENANCE& REPAIR 36525174 MISC.ITEMS AS $44.44 8402722SM120 EQUIPMENT $44.44 NEEDED MAINTENANCE& REPAIR 36530068 MISC.ITEMS AS $97.86 84027225-56120 EQUIPMENT $97.86 NEEDED MAINTENANCE& REPAIR 36515318 MISC.ITEMS AS $124.30 84027225,WI20 EQUIPMENT $124.30 NEEDED MAINTENANCE& REPAIR 36516933 MISC.ITEMS AS $180.93 84027225-56120 EQUIPMENT $180.93 NEEDED MAINTENANCE& REPAIR 36532261 MISC.ITEMS AS $307.89 84027225.56120 EQUIPMENT $307.89 NEEDED MAINTENANCE& REPAIR 36518146 MISC,ITEMS AS $374.45 84027225.56120 EQUIPMENT $68.42 NEEDED MAINTENANCE& REPAIR 84027225-54100 SUPPLIES $306.03 36512320 MISC.ITEMS AS $374.76 84027225-56120 EQUIPMENT $374.76 NEEDED MAINTENANCE& REPAIR 36537722 MISC.ITEMS AS $10.22 20324100.56112 EQUIPMENT $10.22 NEEDED PARTS FOR RESALE 36528423 MISC.ITEMS AS $19.01 84027225-56504 FACILITY $19.01 NEEDED MAINTENANCE& REPAIR 36532329 MISC.ITEMS AS $59.96 10022100-59400 OTHER $59.96 NEEDED EXPENSES 36523456 MISC.ITEMS AS $8.10 10024620.54120 PW-SPECIAL $8.10 NEEDED SUPPLIES 36524160 MISC.ITEMS AS $11.34 10024620-54120 PW-SPECIAL $11.34 NEEDED SUPPLIES 36516119 MISC.ITEMS AS $13.61 10024620~54120 PW-SPECIAL $13.61 NEEDED SUPPLIES 36510762 MISC.ITEMS AS $20.90 10024620.54120 PW-SPECIAL x20.90 NEEDED SUPPLIES 36522792 MISC.ITEMS AS $20.90 10024620.54120 PW-SPECIAL $20.90 NEEDED SUPPLIES 36537012 MISC.ITEMS AS $21.71 10024620-54120 PW-SPECIAL $21.71 NEEDED SUPPLIES 36516670 MISC.ITEMS AS $22.13 10024620-54120 PW-SPECIAL $22.13 NEEDED SUPPLIES 36518844 MISC.ITEMS AS $39.31 1002462&M120 PW-SPECIAL $39.31 NEEDED SUPPLIES L.lull ° I mmlVIII IIIIIII ' °° VIIIIIIII m I 'm l �' �u °1 2 °" 2 M 8 omit" IV ' ' � rl�mmn i mmm id � oii UIII�' "' ��IIIIIIm II II IIII PH )MANS 36537251 MISC.ITEMS AS $40.73 '!0024820-54120 PW-SPECIAL $40.73 ROME NEEDED SUPPLIES IMPROVEMENT 36537924 MISC.ITEMS AS $51.52 10024820-54120 PW-SPECIAL $51.52 NEEDED SUPPLIES 36524458 MISC.ITEMS AS $111.05 10024820-54120 PW-SPECIAL $111.05 NEEDED SUPPLIES 36529884 MISC.ITEMS AS $130.32 1002462044120 PW-SPECIAL $130.32 NEEDED SUPPLIES 36536054 MISC.ITEMS AS $11.50 20324100.54102 SMALL TOOLS $11.50 NEEDED 36518198 MISC.ITEMS AS $2123 80026110-54102 SMALL TOOLS $21.23 NEEDED 36511364 MISC.ITEMS AS $246.49 80026110-54102 SMALL TOOLS $246.49 NEEDED 36511065 MISC.ITEMS AS $25.24 84027225-54102 SMALL TOOLS $25.24 NEEDED 36538158 MISC.ITEMS AS $720.56 10012500-54100 SUPPLIES $67.42 NEEDED 20112250054100 SUPPLIES $653.14 36525940 MISC.ITEMS AS ($332.96) 10022100,54100 SUPPLIES ($332.96) NEEDED 36517740 MISC.ITEMS AS $25.09 1002210054100 SUPPLIES $26.09 NEEDED 36515898 MISC.ITEMS AS $29.05 10022100-54100 SUPPLIES $29.05 NEEDED 36517169 MISC.ITEMS AS $29.94 1002210054100 SUPPLIES $29.94 NEEDED 36537691 MISC.ITEMS AS $3224 10022100-54100 SUPPLIES $32.24 NEEDED 36514715 MISC.ITEMS AS $37.42 1002210054100 SUPPLIES $37.42 NEEDED 36536809 MISC.ITEMS AS $42.30 1002210054100 SUPPLIES $42.30 NEEDED 36531323 MISC.ITEMS AS $4523 10022100.54100 SUPPLIES $45.23 NEEDED 36532699 MISC.ITEMS AS $67.91 10022100,54100 SUPPLIES $67.91 NEEDED 36537095 MISC.ITEMS AS $97.89 !0022100;51100 SUPPLIES $97.89 NEEDED 36514802 MISC.ITEMS AS $126.49 10022100-54100 SUPPLIES $126.49 NEEDED Doi iowi lu a Pius I� inV uiu� �u ioiW iNll�" No�pnil' Dios nu po " o'wI'qpm I ��mm ui maiiu o SII a I� mom �Nlllmo m IIIIII �U4 mm VT' V a m If nils V ° p V IVB l v'� IIIIII�V l mo uVll��aaaa aaaa 1 u im � �la�V'V��Imm� r aaa I FRIEDMANS 36538093 MISC.ITEMS AS $162.97 10022100-54100 SUPPLIES $162.97 HOME NEEDED IMPROVEMENT 36525384 MISC.ITEMS AS $261.04 10022100-54100 SUPPLIES $261.04 NEEDED 36525334 MISC.ITEMS AS $332.96 10022100-54100 SUPPLIES $332.96 NEEDED 36523633 MISC.ITEMS AS $30.66 10022831-54100 SUPPLIES $30.66 NEEDED 36523919 MISC.ITEMS AS $13.46 20324100-54100 SUPPLIES $13.46 NEEDED 36535865 MISC.ITEMS AS $27.25 20324100-54100 SUPPLIES $27.25 NEEDED 36523311 MISC.ITEMS AS ($153.56) 20622500-54100 SUPPLIES ($153.56) NEEDED 36523508 MISC.ITEMS AS $55.46 20822500-54100 SUPPLIES $55.46 NEEDED 36537842 MISC.ITEMS AS $781.32 2082430064100 SUPPLIES $781.32 NEEDED 36537078 MISC_ITEMS AS $55.60 31422860-54100 SUPPLIES $55.60 NEEDED 36528616 MISC.ITEMS AS $16.43 7302260054100 SUPPLIES $16.43 NEEDED 36538359 MISC.ITEMS AS $93.81 73022600-54100 SUPPLIES $93.81 NEEDED 36523221 MISC.ITEMS AS $8.58 80026110-54100 SUPPLIES $8.58 NEEDED 36522782 MISC.ITEMS AS $21.76 80026110-54100 SUPPLIES $21.76 NEEDED 36538278 MISC.ITEMS AS $44.05 80026110.54100 SUPPLIES $44.05 NEEDED 36530150 MISC_ITEMS AS $64.98 80026110-54100 SUPPLIES $64.98 NEEDED 36535841 MISC.ITEMS AS $80.03 60028110-54100 SUPPLIES $80.03 NEEDED 36539351 MISC.ITEMS AS $138.79 80026110-54100 SUPPLIES $138.79 NEEDED 36535804 MISC.ITEMS AS $200.52 80026110-UIW SUPPLIES $200.52 NEEDED 36524304 MISC.ITEMS AS $221.97 80026110.54100 SUPPLIES $221.97 NEEDED 36539100 MISC.ITEMS AS ($13.86) 60026120-54100 SUPPLIES ($1386) NEEDED st of l ISI m � " �' ' I � ' r �� l a� � � LLB) lu VliirtvdIlces I IIII iiWilinsluffassolm u� iii IIIA i �m � i � BIW u it 11 II��I FRIE (MANS 36517869MISC.ITEMS AS $15.48 80026120.54100 SUPPLIES $15.48 HOME NEEDED IMPROVEMENT 36538293 MISC.ITEMS AS $30.96 80026120-54100 SUPPLIES $30.96 NEEDED 36538340 MISC.ITEMS AS $48.56 80026120-54100 SUPPLIES $48.56 NEEDED 36523058 MISC.ITEMS AS $52.72 80026200-54100 SUPPLIES $52.72 NEEDED 36536367 MISC.ITEMS AS $19.39 80026210.54100 SUPPLIES $19.39 NEEDED 36538092 MISC.ITEMS AS $43.84 80026400-54100 SUPPLIES $4384 NEEDED 36523455 MISC.ITEMS AS $36.96 82027111-54100 SUPPLIES $36.96 NEEDED 36536210 MISC.ITEMS AS $37.69 82027111-54100 SUPPLIES $37.69 NEEDED 36518181 MISC.ITEMS AS $99.12 82027111-4100 SUPPLIES $99.12 NEEDED 36537913 MISC.ITEMS AS $217.91 82027111-54100 SUPPLIES $217.91 NEEDED 36536952 MISC.ITEMS AS $258.28 82027111-54100 SUPPLIES $258.28 NEEDED 36537252 MISC_ITEMS AS $16.17 8202711454100 SUPPLIES $16.17 NEEDED 36516219 MISC.ITEMS AS $45.67 820271144100 SUPPLIES $45.67 NEEDED 36535793 MISC.ITEMS AS $109.69 82027114-54100 SUPPLIES $109.69 NEEDED 36531812 MISC.ITEMS AS $377.96 82027114-54100 SUPPLIES $377.96 NEEDED 36523429 MISC.ITEMS AS $88.12 84027225.54100 SUPPLIES $88.12 NEEDED Vendor Total: G P M INC. 11678 PEERLESS O-US-1851- $20.955.72 8402722556120 EQUIPMENT $20,955.72 22 3X48GIMT MAINTENANCE 8 REPAIR Vendor Total: $20,955.72 GARTON CU40872 REFUNDRID CAP ($8.45) 84027225-56120 EQUIPMENT ($845) TRACTOR INC RETURN MAINTENANCE& REPAIR CU40887 REFUND PIPE COVER ($5.64) 84027225-8120 EQUIPMENT ($5.64) RETURN MAINTENANCE& REPAIR CU40873 PIPE COVER $5.64 840272256120 EQUIPMENT $5.64 MAINTENANCE d RFPAIR I�4nJl nl II nod unyd oou � m p� n II mry i tmm II �imllll of �nl�u��n� 1/� IIIIIIIII A "Ulllulllll��� mm"Viii% nl IU�mll�lim' 'I IIIII� ..-Is I Ilgntl i l 'fin ARIA II N ��n MIR nl AAAI�RIII In nl�llllllu 21.120 '0 4 im llm �m Amu u' �3I re m it Ipl4llUu l°IW' mumm iiiiiii qiiiiiiii�liiii I IIIIIIIII IIIIIIII111111111111IIS��i� ��� 111111�� GAR1 C 140870 HU EX CAP $8.45 84027225-56120 EQUIPMENT $845 TRACTOR INC MAINTENANCE& REPAIR CU40562 ANTIFREEZE,KEY $51.86 84027225.56120 EQUIPMENT $51.86 STARTER MAINTENANCE& REPAIR CU40747 FILTER AND ELEMENT $165.77 84027225-56130 EXTERNAL $166.77 SERVICES Vendor Toted: x218.63 GCS 18622 DIRT DEFLECTOR, $788.69 1002462056130 EXTERNAL $788.69 ENVIRONMENTAL CURTAIN SET-STD SERVICES EQUIP SRVS Vendor Total:...._._$788.69 GEARY,SHEA, 45276 TRIAL COUNSEL IN $8,672.83 84427222-52150 LEGAL $8,672.83 O'DONNELL, UVSD VS.COU SERVICES/DXPENSES GRATTAN,& MITCHELL Vendor Total:_--iB 672.83 GENERAL 1320144 WRAPLOCK TIE.F- $447.48 80000000-12104 INVENTORY- $447.48 PACIFIC INC NECK PURCHASES 132080$ ELECTRICAL $586.84 80000000-12104 INVENTORY- ;586.84 EQUIPMENT AND PURCHASES SUPPLIES Vendor Total: $1,034.32 GHD INC 109337 RAIL TRAIL PHASE 3 $2,300.00 51124210-80230 INFRASTRUCTURE $2,300.00 Vendor Total:---57,300.00 GHILOTTI 5794'09 RECYCLED WATER $1,387,265.87 83027330-80230 INFRASTRUCTURE$367,051.67 CONSTRUCTION PROJECT COMPANY INC 83027330-80230 INFRASTRUCTURE $1,020,214.2 0 Vendor Total: 51,387,265.* 87 GRANITE 1515196 MISC.ROCK&ROAD $368.00 1002462054121 PW-ASPHALT $368.00 CONSTRUCTION PATCH MATERIAL CONCRETE COMPANY 1515832 MISC.ROCK&ROAD $690.98 10024620-54120 PIN-SPECIAL $194.35 PATCH MATERIALS SUPPLIES 82027114-54100 SUPPLIES $194.67 84027221-54100 SUPPLIES $301.96 Vendor Told: $1,058.98 GRAPPLERS INC 18329 GRAPPLER WITH $431.88 90000000-20231 COUNTY MENTAL ($2.16) METAL HANDLES HEALTH.5% 9000000023252 DISTRICT USE (50.54) TAX-LIBRARIES 9000000023237 DISTRICT USE ($216) TAX-MEASURE S 9000000023028 MEASURE Y ($2.16) DISTRICT TAX 9000000023013 STATE USE TAX ($31.31) 1 WWI rry u I 0 mm 1 LC1L0'- List of 51wmW ° lm u o wV Vmi 11111,1 VIII , II leu VIII �I I�IIII III II�I�I IIIII� IIS ���� .'iiill 111111 I II iilllll lilt I IIIIIIII III III�IIII II�II�II IIII GRAPPLERS INC 18329 GRAPPLER WITH $431.88 10022100-54100 SUPPLIES $38.33 METAL HANDLES 10022100-54100 SUPPLIES ;431.86 Vendor Total:----5431.88 HERC RENTALS 30343787-001 RENTAL OR $123.96 10024620-56410 EQUIPMENT $123.96 INC PURCHASEOF MISC. RENTAL- EQUIPMENT PRIVATE Vendor Total: HUBER 1110002824 WATER SUPPLY„ $5,631.86 8402722SM120 EQUIPMENT $5,631.86 TECHNOLOGY GROUNDWATER, MAINTENANCE& INC SEWER REPAIR VendorTobd: $5,631.86 IAN BROESKE TA 117-10119 TRAVEL ADVANCE $782.68 1002121057100 LEARNING AND $381.34 DEVELOPMENT 91521400-57100 LEARNING AND $381.34 DEVELOPMENT Vendor Total: 5762.88 IDEXX 3039769175 STERILE WATER-10 $215.14 84027225-54100 SUPPLIES ;215.14 DISTRIBUTION PACK INC _ Vendor Total: +r+;2;5.14 INDUSTRIAL 10964 HARDWARE AND $4,224.86 8002612054102 SMALL TOOLS ;3,205.39 LADDER& RELATED ITEMS SCAFFOLDING INC 80026220-54102 SMALL TOOLS $1,019.47 Vendor Total: 34,224.86 INFOSEND INC 145777 UB PRINT$MAIL $4,785.23 20513300.52100 CONTRACTED ;4,785.23 SERVICES SERVICES Vendor Total: S4,785.23 INSTITUTE FOR 1820991 ANALYZE WATER $365.00 82027111-52100 CONTRACTED $365.00 ENVIROMENTAL SAMPLES SERVICES HEALTH INC Vendor Total: INTEGRITY 88568 SHREDDING SERVICE $57.00 1002021054100 SUPPLIES $28.50 SHRED 20820231-54100 SUPPLIES $28.50 85823 SHREDDING $28.50 1002121054100 SUPPLIES $14.25 SERVICES 91521400.54100 SUPPLIES $14.25 86240 SHREDDING $28.50 10021210.54100 SUPPLIES $14.25 SERVICES 91521400.54100 SUPPLIES $14.25 IHI pryWI�IIIN'I p IIII WIIIU �I�y I�,qI���, pu III��µII,I u� III pl I Illllllllu IIIIII, Illlllll i III IIII V�6 IIIIII IIIIII� G'�M�19�' Ip IWC'N all ��I n Iln IIIIW�'ul I� p SII OI III rIIP�u II 1,2/21/2C20 , (IIIIII Ille a NI� N U IAV 20 pillnlllllllll VIII(IIIIII p'��@Iw'VIII n41 IIINUI � Iml au Riiiiiiiiiiiiiiiiiiiiii mill IV uu ml u" I� IIIV nI,,, X11' INTEGRITY 86735 SHREDDING $28.50 1002121054100 SUPPLIES $14.25 SHRED SERVICES 91521400.54100 SUPPLIES $14.25 Vendor Total: $142.50 INTERNATIONAL 3214948 MEMBERSHIP-M $135.00 10023320-57300 MEMBERSHIPS& $135.00 CODE COUNCIL KEIZER SUBSCRIP77ONS Vendor Total: INTERWEST 45330 GIS SERVICES-ON- $577.50 2091390052100 CONTRACTED $577.50 CONSULTING CALL AND AS NEEDED SERVICES GROUP INC Vendor Total:____3577.50 JACOBSZOON 2343 HABITAT $825.00 1001220052100 CONTRACTED $825.00 AND ASSESSMENT SERVICES ASSOCIATES INC Vendor Total:... .. $825.00 JASON TA IQ-5118 TRAVEL ADVANCE $527.85 1002021057100 LEARNING AND $527.85 CHAPMAN DEVELOPMENT Vendor Total: $527.85 JB JORDAN& NS000819 REMOVAL AND $10,646.72 7302260080230 INFRASTRUCTURE $10,846.72 ASSOCIATES DISPOSAL OF EXISTING FLOOR NBOD0854 REMOVAL AND $19,29928 7302260080230 INFRASTRUCTURE $19,299.28 DISPOSAL OF EXISTING Vendor Total: $29,946.00 KIMBALL 6800231 TOOLS&SUPPLIES $844.24 82027111-MI20 EOUIPMENT $42212 MIDWEST AS NEEDED MAINTENANCE& REPAIR 84027225.56120 EQUIPMENT $422.12 MAINTENANCE& REPAIR 6801677 TOOLS&SUPPLIES $674.31 82027114-8120 EQUIPMENT $337.16 AS NEEDED MAINTENANCE& REPAIR 84027225-56120 EQUIPMENT $337.15 MAINTENANCE& REPAIR 6798552 TOOLS&SUPPLIES $604.99 20324100~96112 EQUIPMENT $604.99 AS NEEDED PARTS FOR RESALE Vendor Total: -$2,123.54 KRISTIN 181129 CATERING-ALL EMP $3,024.50 90OWDOO-20231 COUNTY MENTAL ($14.00) MAUREEN BREAKFAST 14EALT14.5% GILMORE 9000000023028 MEASURE Y ($14.00) DISTRICT TAX 7302260054100 SUPPLIES $28.00 IiI fl �f Wl PresentedIWI rl min ,I I2, 2 u' IIII I vmi Ilil IIIIII w- FEffiff w� KRISTIN 181129 CATERING-ALL EMP $3.020.50 73022600-54100 SUPPLIES $3,020.50 MAUREEN BREAKFAST GILMORE Vendor Total: 53,020.50 KS STATEBANK 014)3-2019 2014 TYPE III FIRE $18,741.86 91721400-74500 CAPITAL LEASE $18,741.86 ENGINE 6863 PRINCIPAL Vendor Total: $;8,741.86 LORY LIMBIRD DV121818 REIMBURSEMENT- $64.30 84027220-57100 LEARNING AND $64.30 CORP YARD BBQ DEVELOPMENT SUPPLIES _ Vendor Total: $64.30 MARKCLEMENTI 12-04-18 PRE-EMPLOYMENT $1,370.00 10020210-52100 CONTRACTED $1,370.00 PHD PSYCH EXAM SERVICES Vendor Total: --51,370.00 MATHESON TRI- 18788260 OXYGEN&MISC. $47.90 20822500-56210 FUEL&FLUIDS $47.90 GAS INC SUPPLIES AS NEEDED Vendor Total: 647.90 MATT KEIZER DV120418 REIMBURSEMENT-P2 $209.00 10023320-57100 LEARNING AND $209.00 TESTING(PASS) DEVELOPMENT Vendor Total: 5209.00 MENDOCINO EH36064 HAZARDOUS $1,525.00 82027111-59101 FEES $345.00 COUNTY MATERIALS PERMIT ENVIRONMENTAL 2019 HEALTH 82027111-59101 FEES $1,180.00 Vendor Total: MENDOCINO 201811.4 SLAIMAINTENANCE $525.00 20620231-52100 CONTRACTED $525-W COUNTY AGREEMENT FY 18119 SERVICES INFORMATION SERVICES DIVISION ........... Vendor Total: $525.00 MES-MUNICIPAL IN1284216 TOOLS FOR NEW $1,088.67 2532121054102 SMALL TOOLS $544.33 EMERGENCY ENGINE SERVICES INC 9162140054102 SMALL TOOLS $544.34 Vendor Total: $1,088.67 MUNI SERVICES INV06403827 SALES TAX AUDIT $228.46 10013400-52100 CONTRACTED $228.46 LLC REPORTING SERVICE SERVICES INV06-004683 SALES TAX AUDIT $435.55 1001340052100 CONTRACTED $43555 REPORTING SERVICE SERVICES INV06-003468 SALES TAX AUDIT $625.00 1001340052100 CONTRACTED $625.00 REPORTING SERVICE SERVICES 1IIQls ii�)ii I cN " rI nte V oW112[2:11 II Ii O 0 iRlllll"lallrlNlll vdIIUI II, lyry uu la uu mu uu rem I uu I rel a I� IIIA uu � an° ml nIV I MUNI SERVICES INV06-004571 SALES TAX AUDIT $625.00 10013400-52100 CONTRACTED $625.00 LLC REPORTING SERVICE SERVICES Vendor Total: $1,914.Of NANCY SKELLY DVI 12818 INSTRUCTOR $216.00 10022850-52100 CONTRACTED $216.00 SERVICES DVI12718 INSTRUCTOR $648.00 10022850.52100 CONTRACTED $648.00 SERVICES Vendor Total: 5884.00 NATHANIEL DV111918 INSTRUCTOR $559.00 10022850-52100 CONTRACTED $559.00 HAYES SERVICES Vendor Total: $559.00 NUTRIEN AG 37862669 WEED SPRAYS& $1.080.58 84027225-56504 FACILITY $1,080.58 SOLUTIONS INC CHEMICALS AS NEE MAINTENANCE& REPAIR Vendor Total: $1,080.58 OFFICE DEPOT 232414202001 DECANTER $12.51 10012500-54100 SUPPLIES $12.51 231836343001 PHOTOFRAME $33.74 10012500.54100 SUPPLIES $33.74 232413989DOI TAPE,USB $53.68 10012500,54100 SUPPLIES $53.68 237740912001 PADS $10.01 10020210,54100 SUPPLIES $10.01 228317340001 FILES $10.88 10020210-54100 SUPPLIES $10.88 232359897001 VERBATIM CD-R $13.41 10020210-54100 SUPPLIES $13.41 SPINDLE 238185708001 BOXES $25.92 10020210.54100 SUPPLIES $25.92 235006650001 PLANNER $29.39 10020210-54100 SUPPLIES $29.39 228317339001 CAPS $30.47 1002021054100 SUPPLIES $30.47 238187223001 USB $31.16 10020210-54100 SUPPLIES $31.16 232359698001 BINDER $37.77 10020210-54100 SUPPLIES $37.77 226427642001 RUBBER BANDS, $38.67 1002021054100 SUPPLIES $36.67 DUSTER,CLEANING WIPS 237741797001 ENVELOPES,TAPE, $44.38 1002021054100 SUPPLIES $44.38 PENS 228288772001 PADS,TAPE, $44.45 10020210-54100 SUPPLIES $44.45 HIGHLIGHTERS 228597473001 CARTRIDGE $106.86 10020210-54100 SUPPLIES $108:86 232344243001 CARTRIDGE,DVD-R $173.08 1002021054100 SUPPLIES $173.08 235006371001 CALENDARS $471.83 10020210-54100 SUPPLIES $471.83 235630193001 PENS $29.34 1002281054100 SUPPLIES $29.34 ��II I�Ia ',I�II��"�' w all ulu �II��Ip Iia lf��ry�� N ��'I�III�I� 2/1 mloi ,,ap�tl a V Y".. �a�u�µ � I pNMlllllo i Iwu'�Mj Ilu N IIIIII � allll�l'�P,WNIa ullllu p"',%IW a Il����ill�l lillllllau" II���II�'�6 aWl a U III dlllll %flat V IIIIII w I N olllu°�IW WW mlllllllllo ,Ipllllllll,I:1 'nll_ u is IIPnv'vlllli aWN Illlaf I SS tlP Ipll 1.liiiiii I I � OFFICE DEPOT 228631774001 WALL CALENDAR $74.43 $0023100-54100 SUPPLIES $74.43 228632331002 CALENDAR $13.32 10023320-54100 SUPPLIES $13.32 228728607001 WALL CALENDAR $17.63 10023320.54100 SUPPLIES $17.63 228632331001 WALL CALENDAR, $47.99 10023320-54100 SUPPLIES $47.99 DESKPAD 239032838001 TONER.FILE $341.92 20413500,54100 SUPPLIES $341.92 FOLDERS 232606791001 DOMTARCOPY $1,294.52 20413500-54100 SUPPLIES $1,294.52 PAPER,20LB,92 BR 239864058001 FOLDERS $62.92 60617454-54100 SUPPLIES $62.92 231611163001 TONER $692.38 80026400.54100 SUPPLIES $692.38 Vendor Tafel:---S3 744.66 OLIN 2608206 LIQUID SODIUM $4,340.50 84027225-58202 CHEMICALS $4,340.50 CORPORATION HYPOCHLORITE 12. Vendor Total: ONE TIME PAY 4146 PERMIT CANCELLED $77.46 1002330042220 ELECTRICAL $63.49 VENDOR BY CONTRACTOR PERMITS 9000000023234 GENERAL PLAN $9.52 UPDATE FEES 10023300-02212 TECH B 11.91 RECORDS SURCHARGE 10023300.42211 TRAIN d $2.54 CERTIFICATION SURCHRG Vendor Total: ONESOURCE 55877059.004 SCREW SET,COVER $389.34 8000000012104 INVENTORY- $389.34 DISTRIBUTORS PURCHASES LLC S6006088.001 INSULATED SERVICE, $401.37 8000000012104 INVENTORY- $401.37 FIBERGLASS PURCHASES 55979120.004 ELECTRICAL $804.04 8000000012104 INVENTORY- $804.04 EQUIPMENT AND PURCHASES SUPPL 55979120.003 ELECTRICAL $856.19 8000000012104 INVENTORY- $856.19 EQUIPMENT AND PURCHASES SUPPL S5930346.008 ELECTRICAL $536.37 8000000012104 INVENTORY- $936.37 EQUIPMENT AND PURCHASES SUPPL S6010492.001 ELECTRICAL $873.61 80102611054100 SUPPLIES $673.61 EQUIPMENT AND SUPPL 55979202.001 LOCKING METER $997.30 80026200-54100 SUPPLIES $997.30 RINGS Vendor Told:'- -$5,258.22 ill I IIIIIIIII�H s Ili he sWVmI III%,! IIen e II itApproval II pr II OIIU l an i IIII 2/2 I0I IIIIIIIII 8 nvo. QUI c OPPERMAN& 31 PI5528 FILTER $22.19 84027225-56120 EQUIPMENT 52219 SON INC MAINTENANCE& REPAIR DIP15529 FILTER $22.19 84027225-56120 EQUIPMENT $22.19 MAINTENANCE& REPAIR 01P14962 AIR HORN $168.18 10021210-56130 EXTERNAL $16818 SERVICES 01P15931 FILTER,FUEL $100.70 10024620-56130 EXTERNAL $100.70 CARTRIDGE SERVICES DlPI6776 FILTER $28.67 20822500-56130 EXTERNAL $28.67 SERVICES DlP15771 COVER ASSEMBLY $404.44 8002640056130 EXTERNAL $404.44 SERVICES 01 P15706 AIR GOVERNOR $19.32 82027114-56130 EXTERNAL $19.32 SERVICES 01P15998 HORN $235.56 9152140056130 EXTERNAL $235.56 SERVICES 91P16185.02 HEADLAMP $666.22 91521400-56130 EXTERNAL $666.22 SERVICES _ Vendor Total:' x11667.47 PACE SUPPLY CM024988992 LIQUID FILLED ($1.38) 82027111.56300 BUILDING MAINT. ($1.38) CORPORATION &REPAIR 0249384701 ADAPTER,VALVES $58.47 82027111-56300 BUILDING MAINT. $58.47 &REPAIR 024986810 ADAPTER,WATTS, $58.29 82027111-56300 BUILDING MAINT. $58.29 &REPAIR 024987776 SWIVEL FISHER $59.31 8202711156300 BUILDING MAINT. $59.31 &REPAIR 024986810-1 WATTS $283.09 82027111-56300 BUILDING MAINT. $283.09 &REPAIR 024983990 SOC REDUCER TEE $12.91 84027225-56120 EQUIPMENT $12.91 MAINTENANCE& REPAIR 024984300 GASKET,NIPPLES $14.30 84027225.56120 EQUIPMENT $14.30 MAINTENANCE& REPAIR 024984300-1 GASKET,HENNY $72.06 64027225-56120 EQUIPMENT $72.06 PENNY NIPPLE MAINTENANCE& REPAIR 024985629 LID CONCRETE $171.26 84027221-54100 SUPPLIES $171.26 Vendor Total: $728.31 PETERSON CAT PC270045892 SENSOR $169.28 8402722556130 EXTERNAL $0.40 SERVICES 84027225-56130 EXTERNAL $169.28 SERVICES 90000000-23028 MEASURE Y ($0.40) DISTRICT TAX PC270045M SENSOR $172.91 84027225-56130 �IAL $040 SERVICES 84027225~56130 EXTERNAL $17291 SERVICES 90000000-23028 MEASURE Y ($0.40) DISTRICT TAX Vendor Tobd: $342.19 I2 mi` m YuW ! m IIOM �1" r- muW mu1 2 (. ulam� �Imo Y IIIIp P Illm I nnl Rill,111111 ILu �ilu Iwiiim� m 9q�IIIII Ifl 1111111 iliiii�iiiii IIIII IIIII ii �I � i PETERSON 204180P GASKET $3720 90000000-20231 COUNTY MENTAL ($0.18) TRUCKSINC HEALTH.5% 10021210-56130 EXTERNAL $0.27 SERVICES 10021210-56130 EXTERNAL $37.20 SERVICES 90000000-23028 MEASURE Y ($0.09) DISTRICT TAX 204098P WINDSHIELD $48.14 90000000-20231 COUNTYMENTAL ($0.23) WASHER.BLADE HEALTH.5% 20324100-56112 EQUIPMENT $0.35 PARTS FOR RESALE 20324100-56112 EQUIPMENT $48.14 PARTS FOR RESALE 90000000-23028 MEASURE Y (x0.12) DISTRICT TAX 204046P BLADES $62.74 80026400-56130 EXTERNAL $31.37 SERVICES 20324100.54100 SUPPLIES $31.37 157803P PUMP ASSEMBLY $808.52 91521400-WI30 EXTERNAL $808-52 SERVICES Vendor TOW: x956.60 PG&E CO 1522-8 NOV 18 PACIFIC GAS& $26.79 1002121045210 U77LMES $13.39 ELECTRIC 91521400-55210 IML77,ES $13.40 6833-2 NOV 18 PACIFIC GAS& $529.60 1002121055210 UTILITIES $264.80 ELECTRIC 9152140045210 U71LITIES $264.80 6124-2 NOV 18 PACIFIC GAS& $971.45 101021210-55210 UTILITIES $485.72 ELECTRIC 9152140055210 U77LMES $485.73 08536 NOV 18 PACIFIC GAS& $2,802.47 31122000-55210 UT7L77ES $2.802.47 ELECTRIC Vendor Total:x4,330.31 PUBLIC SERVICE CRY OCT 18 CITY UTILITIES $74,816-24 80626450.52133 MONTHLY $132.10 DEPARTMENT DISCOUNT PROGRAM 10012200-55210 U77LMES $266.16 10022100-55210 U71LITIES $7.663.13 1002230055210 WWTIES $2.248.02 10024214-55210 IMLTIES $698.41 10024620-55210 UTILITIES $206.26 IIW'� Ill t, �1 qp III U MITI l UWP 11114d"IIIIII""'pgllmllllll l mpllll rpllll II Ilp�'I;hIl101p 1IIIII, III IIIIII 111 �11�1 N 'MII in I1 1 2 1 V SII ( MM IWII 1114 I Nu I VIII IIIIII IIIIII'plMldd p{U IpIIIIWII uu "'IVI �pll'� IIIIIIII IIu � p Y, IIIIII ulullfl II W 111 :fl I 1111111 IIII 4u hn IIIIIIII I_�..111 AIIIIIC�iiiiilIu�lliiii�I lllllll �f IIIIII IIII � ml I IpIu II ml II I�' pl a, d1u p1u Iuu I Iglu I � Ipu � IqU Iq w IIP IF , PUBLIC SERVICE CITY OCT 18 CITY UTILITIES $74,816.24 20620231-55210 U77LMES $59.01 DEPARTMENT 20822500-55210 UTILITIES $5,845.05 20824300:55210 UTILITIES $753.74 64020213-55210 UTILITIES $494.38 69122700.55210 UTILITIES $354.03 73022600-55210 UTILITIES $1.523.89 77725200-55210 UTILITIES $2,174,78 80026400-55210 UTILITIES $1,207.83 80526150-55210 UTILITIES $9,086.50 82027111-55210 U71LMES $16,139.70 84027221-55210 U77LMES $36.27 84027225.55210 UTILITIES $25,926.98 Vendor Total: $74,816.24 RAINBOW 797286/1 COVER $7620 10021210-56120 EQUIPMENT $38.10 AGRICULTURAL MAINTENANCE d SERVICES REPAIR 91521400.56120 EQUIPMENT $38.10 MAINTENANCE 8 REPAIR 1474011 FIRE HOSE $424.58 84027225-MI20 EQUIPMENT $424.56 MAINTENANCE d REPAIR 809060/1 HIGH VOLTAGE $608.30 84027225x6120 EQUIPMENT $608.30 BASKET MAINTENANCE 6 REPAIR 1504011 MIX OIL $59.86 10022100.56210 FUEL&FLUIDS $59.86 15009(l MUCK BOOTS $34.56 1002462054120 PW-SPECIAL x34.56 SUPPUES 1474211 DOC FOOD $105.58 1002021054100 SUPPLIES $105.58 1500211 MUCK BOOT $119.75 1002462054100 SUPPLIES $119.75 1500311 RAIN GEAR $119.75 10024620-54100 SUPPLIES $119.75 1450811 SWEATSHIRT $39.18 20513382x4100 SUPPLIES $39.18 1537511 MUCK BOOTS $119.75 SW26110-54100 SUPPLIES $59.88 80026120.54100 SUPPLIES $59.87 1539511 MUCK BOOTS $119.75 82027111-54100 SUPPLIES $119.75 118731/1 RAIN CLOTHING $170.10 821027111-54100 SUPPLIES $170.10 VendorTotd: x1,997.36 IIIA IIO � 1/'� I IIII co IIII 111111 IIS,t of I I (IIII VIII iMl 1II'tl�IryIIUIIi IIID i Illi A�1 I u' III IIIIIIIII i lul IIIA 111111 1� c P IIII 111111 111111 IIII ,� r ul II IIIIII IWC'. 12121/ 111111 t ri II R �iiiiiI iiiiiIiIiI iiiii dmillili � iiia � I IIID RAY A MORGAN 2324107 COPIER LEASE& $48.14 10021210,54100 SUPPLIES ;24.07 COMPANY SERVICE 91521400;51100 SUPPLIES $24.07 Vendor Total: ";48.14 REDWOOD 1993864 CARDLOCK FUEL $6,673.53 10023320-56120 EQUIPMENT $66.65 COAST FUELS PURCHASES MAINTENANCE& REPAIR 10020210-56210 FUEL&FLUIDS $21.01 10020210.56210 FUEL&FLUIDS $96.30 10020210.56210 FUEL&FLUIDS ;2,296.49 10020224-56210 FUEL&FLUIDS $186.08 10022100-56210 FUEL&FLUIDS ;559.58 10022810,56210 FUEL&FLUIDS $85.46 1002421056210 FUEL&FLUIDS $17.79 10024820.56210 FUEL&FLUIDS ;1,179.34 20132410056210 FUEL&FLUIDS ;57.30 20513382-56210 FUEL&FLUIDS $22.93 20822500.56210 FUEL&FLUIDS ;15.05 80025400.56210 FUEL&FLUIDS $1,088.51 82027111-56210 FUEL&FLUIDS ;276.52 82027114-56210 FUEL&FLUIDS ;17.79 82027114.55210 FUEL&FLUIDS ;134.54 82027114.56210 FUEL&FLUIDS $207.51 84027221-6210 FUEL&FLUIDS ;17.79 84027221-56210 FUEL&FLUIDS $114.60 84027221-56210 FUEL&FLUIDS $176.77 8402722566210 FUEL&FLUIDS ;55.52 1099001 CARDLOCK FUEL $492.59 2032410056210 FUEL&FLUIDS $492.59 PURCHASES Vendor Total: ;7,f 66.12 ID811, 11 IW0III U I 'dSs Present ry VIIMI R ):H pr SII III IIII III IpIIIIIIN la IIIIIIII II IIII 111111 ��,1�cI IIIUIIs I no la a dlu ml au ml IIR pu 4 Inu REpWOOD 2019 POST 2018 EXPLORER $238.00 10021210.52181 VOLUNTEER $119.00 EMPIRE 2150 RENEWAL EXPENSES COUNCIL BOY SCOUTS OF AMERICA 91521400-52181 VOLUNTEER $119.00 EXPENSES Vendor Total: 5238.00 REDWOOD FORD CM130919 CORE RETURN ($10.79) 20324100-WI12 EQUIPMENT ($10.79) PARTS FOR RESALE 130679 FILTER $83.36 10020210.55130 EXTERNAL $83.36 SERVICES 130785 SWITCH ASSEMBLY $198.22 1002021056130 EXTERNAL $196.22 SERVICES 130919 STARTER MOTOR $225.09 10021210.56130 EXTERNAL $225.09 SERVICES 130884 FILTER $46.26 10022100-56130 EXTERNAL $46.26 SERVICES CM130646 CORE RETURN ($18.34) 10024210-56130 EXTERNAL SERVICES 130646 MOTOR CORE $206.71 10024210.56130 EXTERNAL $206.71 SERVICES 130777 SWITCH ASSEMBLY $40.07 1002482056130 EXTERNAL $40.07 SERVICES 129434 HOSE $21.59 80026400-56130 EXTERNAL $22.59 SERVICES 130887 TUBE,PLUNGER, $111.97 80026400-56130 EXTERNAL $111.97 CLAMP,SCREWS SERVICES 130882 ELEMENT KR $114.67 SW26400-56130 EXTERNAL $114.67 SERVICES 130913 ELEMENT ASSEMBLY $18.95 82027111-56130 EXTERNAL $18.95 SERVICES 130909 ROTOR ASSEMBLY $783.40 82027111-56130 EXTERNAL $783.40 SERVICES 130841 CAP ASSEMBLY $30.74 2032410058510 REIMBURSABLE $30.74 JOBS 130805 WIRE ASSEMBLY $54.12 20032410058510 REIMBURSABLE $54.12 JOBS 130688 FILTER,ELEMENT $83.91 20324100.58510 REIMBURSABLE $83.91 ASSEMBLY JOBS 130839 ELEMENT KIT $101.85 20324100-58510 REIMBURSABLE $101.85 JOSS 130674 RADIATOR ASSEMBLY $491.84 2032410058510 REIMBURSABLE $491.84 JOBS 130595 ROTOR ASSEMBLY, $627.97 200324100-58510 REIMBURSABLE $627.97 BRAKE KIT JOBS Vendor Total: ";3,212.59 REDWOOD TREE NOV 18 CAR WASHES& $169.00 10020210.56130 EXTERNAL $132.00 SERVICE INTERIOR CLEANING SERVICES STATIONS INC 10024210-56130 EXTERNAL $9.00 SERVICES mo nI,II�IIIIuu pouf VIII ��fW IpI I�III� IIpIIou pR IItlII tlp9 IpI Ifs Wq��� IAIIIIA.nIII ii,''�A�I�IA' I' ! mnm P $NMI oI'1!�upIIN���� IIIIII ii m lug IU ISA I ! '�mu!�P`�II,i,iA� IIIIII I'e 1, o! 1��Ilni. II!IIIIU o PII 'tl lulu inuu" I'!" ! IIS IIIIII mllllllloio i2 21 Monro' I�000in i mu iuuuu ppIIII�p Iu� IIIA IIIIYI � X41 �' ���Illl� iN i@ 9 CAU I II�IIII�IIIIIII�������II' VIII V pV! � IIII IIIIII� IIII IIII VIII � M IIII IIII REDWOOp TREE N IV 18 CAR WASHES& $169.00 20822500-56130 EXTERNAL $2800 SERVICE INTERIOR CLEANING SERVICES STATIONS INC - Vendor Total: -$$69.00 RESPECTECH DEC 18 CAL CARD $1,857.55 101021210-563D0 BUILDING M41NT. $92.76 PURCHASES &REPAIR 91521400-56300 BUILDING M41NT. $92.76 &REPAIR 1002121052100 CONTRACTED $16.75 SERVICES 91521400-52100 CONTRACTED $16.75 SERVICES 10021210-56120 EQUIPMENT $91.17 MAINTENANCE& REPAIR 91521400-56120 EQUIPMENT $91.17 MAINTENANCE& REPAIR 10021210-54100 SUPPLIES $399.61 91521400-54100 SUPPLIES $399.62 9152140054100 SUPPLIES $656.96 Vendor Total: - $1,857.55 REXEL USA INC U029484 BULBS $80.79 7302260046300 BUILDING MAINT. $0.38 &REPAIR 7302260056300 BUILDING MAINT. $8D.79 &REPAIR 90000000-20231 COUNTY MENTAL ($0.38) HEALTH.5% U036588 TAMPER $54.99 82027111-56300 BUILDING MAINT. $0.26 &REPAIR 82027111-56300 BUILDING MAINT. $54.99 &REPAIR 90000000-20231 COUNTY MENTAL ($0.2'6) HEALTH.5% Vendor Total: $135.78 RICHARD TR 12/12/18 TRAVEL $15.00 10024224-57100 LEARNING AND $15.00 SEANOR REIMBURSEMENT DEVELOPMENT TR 12)11/18 TRAVEL $70.59 1002422457100 LEARNING AND $70.59 REIMBURSEMENT DEVELOPMENT Vendor Total: $85.59 RICHARD 0000009979 TELEPHONE $1,383.31 1001340052100 CONTRACTED $1,383.31 THORNTON PRODUCTS& SERVICES SERVICES ___ VendorT*bd: $1,383.31• RINO PACIFIC CL25434 FUEL CARD CHARGES $1,146.92 1002121056210 FUEL&FLUIDS $573.46 AS NEEDED 91521400.56210 FUEL&FLUIDS $57346 L n N s � m Checks Presei,,vted mm :i p r m i on :1.2/ 21/20: 200 li'V SII Iwm III 111111 I�I�I Ih�tl RINO PACIFIC CL252T7 FUEL CARD CHARGES $31922 82027114-56210 FUEL&FLUIDS $172.38 AS NEEDED 84027221-58210 FUEL 9 FLUIDS $146.84 Vendor Total: - 51,468.14 ROCKWELL 1981 #11.000012 Pump Lube $5,047.80 8402722SM120 EQUIPMENT $5,047.80 SOLUTIONS WC Kit MAINTENANCE& REPAIR Vendor Total: -55,047.80 SAFEWAY SIGN 14209 24"X6"COVERED $1298.53 10024620.54127 PW-SIGN $1,298.53 CO BLANK,ALUMINUM POSTS(SHEETING Vendor Total: SANTA ROSA 141336 UNIFORM SUPPLIES $141.05 10020210.54100 SUPPLIES $141.05 UNIFORM& CAREER APPARELING 141323 UNIFORM SUPPLIES $689.77 10020210,54100 SUPPLIES $689.77 Vendor Totd: 5830.82 SEL 28951 SUBSTATION 12KV $3,420.00 8002821052100 CONTRACTED $3,420.00 ENGINEERING BUS&FEEDER R SERVICES SERVICES INC ........... Vendor Total: $3,420.00 SNAP-ON ARV138143774 #EESP328U141N-18.4 $429.98 2032410056120 EQUIPMENT $429.98 INDUSTRIAL MODIS ULT MAINTENANCE& REPAIR ARVM203149 #EESP328U141N-18.4 $1,029.66 20324100-56120 EQUIPMENT $1,029.66 MODIS ULT MAINTENANCE& REPAIR Vendor Total: -$1.459.64 STATE WATER DV121718 OIT CERTIFICATE $170.00 8402722557100 LEARNING AND $170.00 RESOURCES APPLICATION DEVELOPMENT CONTROL BOARD Vendor Total: $170.00 STEVE MICHAEL UKIAH RWP MITIGATION& $2,360.00 8302733080230 INFRASTRUCTURE $2,360.00 BROWN CM-004 MONITORING PLAN F Vendor Total: 52,360.00 SUBURBAN 1426-138864 PROPANE $238.75 1002121055210 UTILITIES $119.37 PROPANE 9152140055210 UTILITIES $119.38 Vendor Total: 5238.75 SUNSET 00010502 NOV 18 ADVERTISING $2,500.00 7501270452515 ADVERTISING& $2,500.00 PUBLISHING PUBLICATION CORP Vendor Total:_--$2,500.00 moi Hipp oil mu oo 2 i qui wi i o 0 st of VIII,iuiir r "i a"es SYAR 716126 ASPHALT AS NEEDED $1,956.77 10024620-554128 PW-COLD $489.20 INDUSTRIES INC PATCH MATERIAL 82027114,54100 SUPPLIES $489.20 84027221-54100 SUPPLIES $978.37 Vendor Total: 51,956.77 THE COFFEE 13020 MISC.COFFEE $45.00 73022600-54100 SUPPLIES 545.00 CRITIC INC SUPPLIES AS NEEDED Vendor Total: THE LYMAN 8220190 PROPANE $39.88 20824300-56210 FUEL&FLUIDS $39.86 GROUP,INC 5219231 PROPANE $16.16 84027225-56210 FUEL&FLUIDS $1616 Vendor Toted: � .556.04 THURSTON 212327 GASKET,ELEMENT $48.85 84027225-56130 EXTERNAL $48.85 CHEVROLET ASSEMBLY SERVICES TOYOTA SCION _�' Vendor Total: 548.85 TRAFFIC LOGIX SIN02786 #SH-073003 SPEED $10,858.48 10024620-54121 PW-ASPHALT $10,858.48 CORPORATION HUMP 7X30X3- CONCRETE Vendor Totem: 510,858.48 UKUUi AUTO 084955 ELECTRIC BATTERY $6.65 20324100.56112 EQUIPMENT $665 PARTS PARTS FOR RESALE 063287 HEADLIGHT BULB 519.86 10020210-56130 EXTERNAL $19.86 SERVICES 083146 HOSE CLAMP $14.40 20822500-56130 EXTERNAL $14.40 SERVICES 083124 ANTIFREEZE $35.14 20622500-56130 EXTERNAL $35.14 SERVICES 083129 HOSE $103.32 20822500-56130 EXTERNAL $103.32 SERVICES 082107 AER HOSE $120.42 20824300-56130 EXTERNAL $120.42 SERVICES 082445 SOCKET $16.85 80026400-56130 EXTERNAL $16.85 SERVICES 082447 SOCKET $16.85 80026400-56130 EXTERNAL $16.85 SERVICES 083310 RADIATOR HOSE $16.83 2032410058510 REIMBURSABLE $1683 JOBS 083954 HOOD LIFT $47.88 201324100-58510 REIMBURSABLE $47.88 JOBS 065085 TAPER TAP $3.58 2032410054102 SMALL TOOLS $3.50 081660 DRAIN PAN $3.49 25321210-54102 SMALL TOOLS $1.75 9162140054102 SMALL TOOLS $1.74 083752 SCREWDRIVER $19.59 84027225-54102 SMALL TOOLS $1959 081423 LIFT SUPPORT $55.07 2032410054100 SUPPLIES $55.07 List f Check's mq iiiiri eni unrem nu. a ri ia Weioli iollll uo 2/2, 2U ':1 i linvoices I IIII UKIAH AUTO 085075 RAIN CLEANER $4.34 82027111-54100 SUPPLIES 84.34 PARTS ____ Vendor Toted: 8484.27 UKIAH WASTE 389044 BIOSOUD REMOVAL $6284.50 84027225-52100 CONTRACTED 86,284.50 SOLUTIONS INC SERVICES 110118.1 FINANCE CHARGE $4.22 80026110-54100 SUPPLIES 84.22 Vendor Total: - 86,288.72 UNITED SITE 114-7720239 PORTABLE TOILET $136.37 80026220-52100 CONTRACTED 8136.37 SERVICES RENTAL SERVICES Vendor Toted: -813$37 US BANK 372741231 COPIER LEASE $287.68 1002121054500 EQUIP RENTS $143.84 EQUIPMENT AND LEASES FINANCE 9152140054500 EQUIP RENTS $143.84 AND LEASES ---- Vendor Tolid: $287.68 US CELLULAR 0282594963 CELL PHONES $283.78 8002640055100 TELEPHONE $19.40 8002640055100 TELEPHONE $100.19 82027110-55100 TELEPHONE $13.33 82027111-55100 TELEPHONE $M37 82027111-55100 TELEPHONE $88.76 84027221-55100 TELEPHONE $1333 84027225-55100 TELEPHONE 819.40 Vendor Total:----5283.78 US POST OFFICE DVI 12618 2018 FALL REC GUIDE $2,650.00 1002285054100 SUPPLIES 82,650.00 POSTAGE Vendor Total:---$2,650.00 USA BLUEBOOK 761941 DRUM PUMP KIT $556.13 82027111-56120 EQUIPMENT $556.13 MAINTENANCE& REPAIR 761944 DRUM PUMP KIT $556.13 82027111-56120 EQUIPMENT $556.13 MAINTENANCE& REPAIR 761938 COTTON SWAB $819.35 82027111-56120 EQUIPMENT $81935 APPLICATOR, MAINTENANCE& BRUSHES REPAIR 751501 POLY-LIFT $482.55 8402722154100 SUPPLIES $48255 Vendor Total: $�4i4.16 VERIZON 9819798975 UVFA CELLULAR $266.07 1002121055100 TELEPHONE $133.04 WIRELESS PHONES 91521400-55100 TELEPHONE $13303 Vendor Totd: 8266.47 11111111. 1144 AI f µ IIS II N Iwo IIII 1II IIIII11 'MI11111 I for 11 1111111 Ia111111 12/ 21 I 1111111 21lld II IIIIIIII 0 IB �DSIII 10111 l cles VIVAX- 5010007114 ANTENNA ASSEMBLY $612.36 80026110-54102 SMALL TOOLS $612.36 METROTECH Vendor Total: - :622.36 VWR 8084574132 TUBING ROLL, $300.29 8402722554100 SUPPLIES 5300.29 INTERNATIONAL HOTPLATE INC Vendor Tota[:----1300.29 WESCO 974528 ELECTRICAL $1,073.68 80000000-12104 INVENTORY- 51,073.68 DISTRIBUTION EQUIPMENT AND PURCHASES INC SUPPL Vendor Totd: :1,073.68 WEST 1523 MICROENTERPRISE $545.00 61123410.52100 CONTRACTED $545.00 ENTERPRISE TECHNICAL ASSI SERVICES CENTER 1526 MICROENTERPRISE $6,597.50 61123410-52100 CONTRACTED 16,597.50 TECHNICAL ASS[ SERVICES Vendor Total: 11;142.50 WORLD OIL 1500- DISPOSAL OF MISC. $148.35 2032410052100 CONTRACTED $148.35 ENVIRONMENTAL 00392535 PRODUCTS AS SERVICES SERVICES _ Vendor ToaBuul: ---x14835 YOKAYO DV121718 YOKAYO PTO SKATE $58.00 31400000-48110 MISCELLANEOUS 558.00 ELEMENTARY NIGHT RECEIPTS PTA Verdlor Total: ZACHARY TR 10/27- TRAVEL $4,621.57 8002611057100 LEARNING AND 52,310.78 CHERNEY 11/10118 REIMBURSEMENT DEVELOPMENT 8002612057100 LEARNING AND 12,310.79 DEVELOPMENT Vendor Total: 14,621.57 INVOICE ;2:039,141.50 TOTAL: C14 r-- List of Checlics Lis° for A�g�,)pirovall on 1 2/28/201 ElIsm ppi oveld f-dir p Sig i,,,w lu„jio° m In licie VIII_ an III II VIII II VIII 111111 II faL. I III�����VIII Illli BUSINESS CARD SF-D 24211 ADVERTISING $388.59 10018000w52510 ADVERTISING& $388.59 PROMOTION 129541086 RENEWAL PAYMENT $29.00 75012700-52515 ADVERTISING& $29.00 PUBLICATION 100268012 #202EBE201 $1,714.01 84027225-56120 EQUIPMENT $1,714.01 REPLACEMENT OIL MAINTENANCE& COO REPAIR 488355 CREDIT FOR CHECK ($25..00) 10020210-56130 EXTERNAL ($25.00) STRAPS SERVICES 12892 AIRFARE- $246.39 10010000-57100 LEARNING AND $246.39 S..NULHEREN DEVELOPMENT 2.305 TRAVEL-S.MAUREEN $414,00 10010000-57100 LEARNING AND $414.00 DEVELOPMENT 663822 MILEAGE PROGRAW $11320 10012500-57100 LEARNING AND $113.20 K.LAWLER DEVELOPMENT 04A TRAVEL-K.LAWLER $213.20 10012500-57100 LEARNING AND $213.20 DEVELOPMENT 198271 MSMT RETREAT $120.52 10013400-57100 LEARNING AND $120.52 LUNCH DEVELOPMENT 2000002247 CSMFO ANNUAL $420.00 10013400-57100 LEARNING AND $420.00 CONFERENCE DEVELOPMENT GH785F TRAVEL-D,BUFFALO $464.60 10013400-57100 LEARNING AND $464.60 DEVELOPMENT T91RA5 TRAVEL-S.MANNION, $800.80 10016100-57100 LEARNING AND $800.80 E.RAMIREZ DEVELOPMENT 663823 MILEAGE PROGRAM- $113.20 10021210-57100 LEARNING AND $56.60 S.ABBA DEVELOPMENT 91521400-57100 LEARNING AND $56.60 DEVELOPMENT 048 TRAVEL-S.ABBA $213.20 10021210-57100 LEARNING AND $106.60 DEVELOPMENT 91521400-57100 LEARNING AND $106.60 DEVELOPMENT 45730 CPRS REGISTRATION- $2,274.00 10022810-57100 LEARNING AND $2,274.00 COMMUNITY SERVICES DEVELOPMENT 332 LODGING REFUND ($114.00) 10023320-57100 LEARNING AND ($114.00) DEVELOPMENT TR 11116- PARKING FEE-M. $25.50 20413500-57100 LEARNING AND $25.50 18118 HORGER DEVELOPMENT M qp of 0000iIIs Checks, IF"Presented fc -il uS iii i 12/28/21018Inv III Wi ' IIIIG w aiiiiii m 1111 BUSINESS CARD E08007293J ONLINE SERVICES $30,00 10013400-57300 MEMBERSHIPS& $30.00 SUBSCRIPTIONS 300000894 MUNICIPAL $110,.00 10013400-57300 MEMBERSHIPS& $110.00 SUBSCRIPTIONS 00307 MEMBERSHIP-K. $50.00 10020210-57300 MEMBERSHIPS& $50.00 MASON SUBSCRIPTIONS EV41998 SPECIAL EVENT $1;,843.00 90000000-23259 PARADE OF $1,843.00 INSURANCE LIGHTS 120556 USPS PRIORITY MAIL $7.45 1002021054101 POSTAGE $7.45 012384 USPS PRIORITY MAIL $9.85 10020210-54101 POSTAGE $9.85 SAP120 PRINT PAD $27.00 10020210.54201 PRISONER $27.00 EXPENSE 230132 FOLDING 2-BIKE $56.56 10020210-54201 PRISONER $56.56 TRUNK RACK EXPENSE 8053718 COLOR RIBBON& $108.75 10020210-54201 PRISONER $108.75 CLEANING KIR EXPENSE 11190125 HAND TOOLS $2,378,99 8202711454102 SMALL TOOLS $1,189.49 (POWERED AND NON- PO 84027221-54102 SMALL TOOLS $1,189.50 103025763 24'X 3"ALLEY BUMP $1,418.57 90000000-23256 SPECIAL EVENTS $1,418.57 WI END CAP TRUST 68 COUNCIL MEETING $85.77 10013400-54100 SUPPLIES $85.77 SF-D 22175 POLICE BBQ DAY $80.40 10020214-54100 SUPPLIES $80.40 SUPPLIES 120518 INTERNATIONAL ($0.75) 20413500-54100 SUPPLIES ($0.75) TRANSACTION FEE SF-D 22710 CHRISTMAS SUPPLIES $381.87 20824300-54100 SUPPLIES $381.87 SF-D 20492 WATERPARK GUARD $214.40 31422860-54100 SUPPLIES $214.40 HIP PACK 712790 TISSUE,BEVERAGE $38.00 75012700-54100 SUPPLIES $38.00 BAGS 199108 UKIAH BOARD $233.90 75012700-54100 SUPPLIES $233.90 LUNCHEON 44214 TOROID FOR TESLA $193.57 80026120-54100 SUPPLIES $193.57 COIL 488355.1 GLASS CHAIRMAT $187.90 80026400-54100 SUPPLIES $187.90 SF-D 22713 GLASS CHAIRMAT $619.56 80026400-54100 SUPPLIES $619.56 SF-D 21979 TAXES FOR $30.96 80026400-55100 TELEPHONE $30.96 REPLACEMENT PHONE Vendor Total: $15,516.96 STATE OF DV122618 PERMIT RENEWAL $1,000.00 69122700-59101 FEES $1,000.00 CALIFORNIA FEES FOR MUSEUM DEPARTMENT OF TRANSPORTATION Vendor Total: $1,000.00 II y� ��p �p ,SIµ IIIIIp� q ti iiiii i �I I� q� w6� u�IIDIIIIV'tel i a: �'" o rou Invomices "i�li�ii ii �I M STRATEGIC 18PLAN- LICENSE RENEWAL $700.00 10024210-59101 FEES $700.00 INSIGHTS INC IT202 Vendor Total: $700.00 US BANK DEC 18 CAL CARD $1.857„55 10021210-56300 BUILDING MAINT. $92.76 CORPORATE PURCHASES &REPAIR PAYMENT SERVICES 91521400-56300 BUILDING MAINT. $92.76 &REPAIR 10021210-52100 CONTRACTED $16.75 SERVICES 91521400-52100 CONTRACTED $16.75 SERVICES 10021210-56120 EQUIPMENT $91.17 MAINTENANCE& REPAIR 91521400-56120 EQUIPMENT $91.17 MAINTENANCE& REPAIR 10021210-54100 SUPPLIES $399.61 91521400-54100 SUPPLIES $399.62 91521400-54100 SUPPLIES $656.96 Vendor Total:---$1,8;7.55' INVOICE $19,074.51 TOTAL: Agenda Item No.: 7b MEETING DATE/TIME: l/6C2019 0/0 PEAK ITEM NO: � AGENDA SUMMARY REPORT SUBJECT: City Council to Consider Authorizing the City Manager to Negotiate and Execute a Lease Agreement between the City of Ukiah and Rusty Bowl BMX, Inc. DEPARTMENT: Community 8eNces PREPARED Tami Ba�n|nmei ATTACHMENTS: Attachment#1 BMX Lease Summary: Council will consider action to authorize the City Manager to negotiate and execute a lease agreement for the use of property located to the southeast of East Gobbi Street, within the Riverside Park site to the Rusty Bowl BMX, Inc. Background: The City of Ukiah has leased a portion of the property within the Gobbi Street Riverside Park location to the Rusty Bowl BMX group for the amount of$1.00 per year since April of 1984. The current five-year lease has expired and the group has requested a renewal for an additional five years. Discussion: Continued use in this area of the park has been accounted for in the proposed Riverside Park plans and staff does not anticipate any conflict with future park development. The Rusty Bowl BMX group keeps the areas clean, usable and safe for those who participate or are there to watch the track activities. RECOMMENDED ACTION: Authorize the City Manager to negotiate and execute a lease agreement between the City ofUkiah and Rusty Bowl BMX, Inc. BUDGET AMENDMENT REQUIRED: No CURRENT BUDGET AMOUNT: N/A PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: Lease Contract-COU No. 1314-142 COORDINATED WITH: N/A The proposed lease (Attachments #1) continues all the terms and conditions of the current lease. Staff believes the continued use of the property for this purpose is beneficial to the public and recommends that the Council authorize the City Manager to negotiate and execute the renewal of the lease as proposed. 2 2 Attachment # I DRAFT FT LEASE AGREEMENT This Lease, made this day of , 2019 (the "Effective Date"), by and between the City of Ukiah, State of California, acting by and through its City Council, hereinafter referred to as "Lessor" and the Rusty Bowl BMX, Inc. a corporation organized and existing under and in compliance with the laws of the State of California and its officers, hereinafter referred to as "Lessee." Collectively, Lessor and Lessee are referred to as "the Parties." 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. AGREEMENT: 1.LEASE. The Parties agree that on the terms and conditions hereinafter expressed, Lessor does hereby let to Lessee and Lessee does hereby hire from Lessor a portion of that certain parcel of property commonly referred to as "Riverside Park", located on City property to the Southeast of East Gobbi Street(Levaggi Lane), County of Mendocino and West of the Russian River, not already leased to the South Ukiah Little League or used for other park purposes. The "Leased Premises" is more specifically depicted and described on the attached "Exhibit A," which is incorporated herein.The lease includes the right to use for access the road constructed by the South Ukiah Little League, to provide access to other City owned property. Lessor retains its right to use said road at any time for its own purposes. 2. TERM. The term of this Lease is for a period of five (5)years commencing on the effective date. 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, said rent may be paid by Lessee to Lessor in advance for the full term. 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 Lessee's use of the Leased Premises shall be used exclusively to sponsor or promote BMX bicycle racing 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. 3 1 3.3.Lessee agrees to provide signage in a location on the Leased Premises clearly visible to the general public which identifies Lessor as a sponsor of the Rusty Bowl BMX, INC. The size of the sign is not prescribed; however, the materials used for the sign shall be durable and resistant to the elements. The City of Ukiah's logo must be included on the sign and the logo must be mounted in an area maximizing visibility and durability. 4. USE AND IMPROVEMENTS. Lessee hereby agrees to construct or install on the Leased Premises without cost or expense to Lessor all permanent 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 non-motorized, bicycle race course and for organized races 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. However, Lessee understands that Lessor is not experienced in the safe design of bicycle race courses and relies upon Lessee's experience and expertise in designing a safe course under established standards.Lessee will make all reasonable efforts and take all reasonable precautions to design and construct a course that is safe and free from unreasonable hazards likely to cause injury to persons who use the course. Lessee shall conduct races in accordance with the highest standards for safety and shall require the use of appropriate safety equipment by all persons who use the track. 4.3. Lessee shall maintain a six-foot security type fence around the entire perimeter of the Leased Premises, or in an alternative location meeting the approval of Lessor. Access to the Leased Premises shall be exclusively through a securely locked gate or gates that shall be secured against unauthorized entry at all times that the Leased Premises is not used or supervised by responsible officers, employees or representatives of Lessee. Lessee shall obtain the prior written approval from Lessor for any alterations to the fence. Utilities as needed (water, electric, sewer) shall be constructed underground. 4.4. 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. 4.5. Lessee shall acquire the necessary and required permits from the appropriate regulating body for the development proposed under this lease. 4.6. Lessee is responsible for the relocation, alteration, removal, construction, or reconstruction of any municipal or private facilities, structures or utilities existing on Leased Premises which are presently in use or abandoned. 4.7. 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 p.m. Lessee shall not permit vehicles to park on the premises between the hours of 10 p.m. and 8 a.m. and shall properly post the premises in accordance with Vehicle Code requirements. In the event that Lessee would like to use the leased premises for special BMX events and/or activities which are outside of the designated lease hours,the Lessee shall secure written 4 2 approval from the Lessor. 4.8. Lessee shall be responsible for furnishing and paying for all utilities required at the leased premises,including,but not limited to,water, sewer, electricity,natural gas, and solid waste collection. Lessor assumes no responsibility or liability for utilities furnished to the leased premises and not properly maintained or paid for by Lessee. 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 any faulty construction thereof existing at the time of letting or arising thereafter and Lessee covenants and agrees to indemnify and save harmless said Lessor and its officers, agents and employees from and against any and all liability, loss, cost, or other obligation, including the fees of attorneys, consultants, experts, expert witnesses or investigators, 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. It's 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 sixty (60) 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. 5 3 8. ATTORNEY'S FEES. The prevailing party shall recover from the losing party its reasonable costs and attorney's fees in any legal action to enforce any of the terms of this 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 CITY: Rusty Bowl BMX, Inc. City Manager Ukiah Civic Center 300 Seminary Avenue 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 statement or agreements, whether oral or written, or renewals thereof, between the parties hereto, covering the same subject matter, are hereby cancelled and superceded by the terns of this Lease, and such prior agreements, statements or understandings shall have no further force or effect. 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 terns of this Lease. Entered on the Effective Date. CITY OF UKIAH 6 4 ATTEST: By: Sage Sangiacomo, City Manager City Clerk RUSTY BOWL BMX, INC. By: It's: - - - - - - - - - - - - 7 5 C° x IIS li Ih li t }l a It a d ►° c y~ W t W n Q o C� < ,nC � LU J <ZD LLIw �' M LL F- LLU) , EA'SI' 'OBB1 STREET �= (LE AGGI L NE) 0 E5 co W m 4 ® 3. H W tV7 %0 q a ,r W = I s �.. •.n W nlya4°tN'E r+ N16T spa to Q t ILI Q C:9 W t1 CC d q.. w 8 . N 1 DATE(MWODATM 1/16/20191 IT 4IN ,,. ,INSURERClorinda Tho PHONE FAX GCOVERAGE INSURER A:Philadel hia Indernni Insurance Co. =Ml Al ii!#No5lilow I'll 01111, TYPE L PHPK1783864 w CLAIM54AADE OCCUR s Excluded PER h ADV INJURY $1,000000 GENL AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $5,000,000 PRO- Ui �AUTOMOBILE LIABILITY PHPK1783864 X ANY Ir OWNED SCHEDULED AUTOS ONLY AUTOS AUTOS ONLY AUTOS ONLY WORKERS COMPENSATION AND EMPLOYERS'LIABILITY YiN 1141 11 I I f i (Mandatory.u,, NH i RIPTION OF OPERATIONS y SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE i EXPIRATION f DATE '; # NOTICE VWLL BE DELIVERED IN ACCORDANCE r Agenda Item No.: 7c MEETING DATE/TIME: l/6C2019 0/0 PEAK ITEM NO: � AGENDA SUMMARY REPORT SUBJECT: Notification of Purchase of Rectangular Rapid Flashing Beacon Signs and Poles from Statewide Traffic Safety and Signs in the Amount of$24,729.93. DEPARTMENT: Public Works PREPARED JamdThie|e ATTACHMENTS: None Summary: Council will Receive Notification of Purchase of Rectangular Rapid Flashing Beacon Signs and Poles from Statewide Traffic Safety and Signs in the Amount of$24.729.93. Background:Aopart the reconstruction of Luce, Observatory and Washington Avenues, the curb ramp at South State Street and Luce Avenue was reconstructed. During this project, it was observed that this intersection has aninordinately high number ofpedestrian crossings. Staff worked with the Contractor and the Designer to design and construct a more pedestrian-friendly crossing. The crosswalk has functioned well as designed and ioanimprovement h»what previously existed. Discussion: Staff has continued b» observe this intersection and its heavy foot traffic, and the City Engineer io now proposing an even more visible solution. Because of the ouooeoo of the Rapid Flashing Beacon signs on North State Street at Garrett Drive, the same equipment has been purchased and will be installed on South State atLuce Avenue. RECOMMENDED ACTION: Receive Notification of Purchase of Rectangular Rapid Flashing Beacon Signs and Poles from Statewide Traffic Safety and Signs inthe Amount of$24,729.93. BUDGET AMENDMENT REQUIRED: No CURRENT BUDGET AMOUNT: 10024620.80230, PC 18079 and 18081 PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: PO No. 45501 COORDINATED WITH: TimErikoen, Director ofPublic Works/City Engineer; Mary Horger, Procurement Manager 2 Agenda Item No.: 7d MEETING DATE/TIME: l/6C2019 0/0 PEAK ITEM NO: � AGENDA SUMMARY REPORT SUBJECT: Notification of Purchase of a Cold Planer Loader Work Tool from Peterson CAT in the Amount of $22,333.93 as Approved in the Fiscal Year 2018-2019 Capital Budget. DEPARTMENT: Public Works PREPARED JamdThie|e ATTACHMENTS: None Summary: Council will receive notification of purchase of Cold Planer Loader Work Tool from Peterson CAT inthe amount of$22.333.93aoapproved inthe Fiscal Year 2O18-2O19Capital Budget Background: The Street Department continues to maintain and improve pedestrian facilities in the Right of Way throughout the City. Though the majority oftheoidewa|keintheCih/arethereoponoibi|ih/oftheadiaoent property owners, City forces often temporarily maintain any known pedestrian hazards. The City is also in the process of utilizing as much thermoplastic pavement markings as possible in order to minimize man hours of repainting markings. This Cold Planer will be used to address pedestrian hazards and thermoplastic removal. Discussion: During budget meetings with the City Council, Staff discussed the challenges of maintaining sidewalks and road makings. It was recommended by the Public Works Director to budget for a cold planer that is utilized to prepare surfaces for thermoplastic and level pedestrian facilities. It was included and approved by Council inthe 2O18-2O19Capital Improvement Program Budget. RECOMMENDED ACTION: Receive Notification of Purchase of a Cold Planer Loader Work Tool from Peterson CAT in the Amount of$22,333.93aoApproved in the Fiscal Year 2018'2019Capital Budget BUDGET AMENDMENT REQUIRED: No CURRENTBUOGETAh8OUNT: $25,000' 10024620.80100.E1401 PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: PO 45733 COORDINATED WITH: TimErikoen, Director ofPublic Works/City Engineer; Mary Horger, Procurement Manager Per the City's Purchasing Requirements, this report is being filed to provided the required notification of purchase of a Cold Planer Loader Work Tool from Peterson CAT in the amount of$22,333.93 as approved in the Fiscal Year 2018-2019 Capital Budget. 2 Agenda Item No.: 7e MEETING DATE/TIME: l/6C2019 0/0 PEAK ITEM NO: � AGENDA SUMMARY REPORT SUBJECT: Request Authorization to Increase Contract Funding for Capital Improvement Projects Design and Engineering Services by$300,000 to Utility Design Services, LLC for the Electric Utility System. (EUD) DEPARTMENT: Electric Utility PREPARED Diann Lucche�i ATTACHMENTS: None Summary: The City Council will receive a report requesting authorization to increase the existing contract with Utility Design Services, LLC for engineering design support with capital projects for the Electric Utility System. Background: Utility Design Services has provided engineering and design services for the City of Ukiah Electric Department for many years and has thorough knowledge of the City's policies and design standards. The Electric Utility continues to expand its Capital projects to improve the distribution system reliability and capability. These projects nep|aoeendof|ifeequipnnentvvhiohino|udeoundergnoundoonduoh»r. tranofornnene. primary connection points and oyohann protection. The additional funding would provide design services for projects including Oak Manor Duct Syohann, Gobbi Street Undergrounding. Bush and Empire circuit redesign, 4160 to 12kV Convers ion-Fairgrounds, overhead conductor upgrades, Alex R. Thomas Plaza electrical upgradeo, feeder re-enforcements and other approved capital and maintenance projects. In addition, Ud|ih/ Design Services, LLC performs specialized survey work for equipment placement and prepares legal RECOMMENDED ACTION: Authorize increase in contract funding for Capital Improvement Projects Design and Engineering Services by$300,000to Utility Design Services, LI-Cforthe Electric Utility System. (EUD) BUDGET AMENDMENT REQUIRED: No CURRENT BUDGET AMOUNT: $1,155,000; FY2018/2019\ 80126100.80230 PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: 80126100.80230***Various approved Capital & Maintenance Projects as noted on the Department approved project invoices. PREVIOUS CONTRACT/PURCHASE ORDER NO.: COU No. 1314-213 COORDINATED WITH: N/A descriptions for Public Utility easements. Continued system improvements will result in fewer and shorter power outages experienced by electric customers. The projects will upgrade many areas of the electric system that were built with direct buried cable, minimal switching points (In many cases, a single problem will affect all customers) and if not corrected will continue to impact customers as the system continues to age. Discussion: The Electric Utility Department's improvement projects include reconstruction in established congested areas where above ground and underground space is limited. This results in labor intensive designs and construction where work is being done in existing areas. It is critical to maintain power to each customer which increases the time needed to skillfully coordinate construction and design efforts. The balance of the Electric Utility Department's workload includes new customer projects, low impact system improvements, inspection services and normal system maintenance. Utility Design Services, LLC is highly qualified with years of industry and Ukiah knowledge to assist our design and construction team. This professional support helps insure the Electric Utility Department's capital improvements are designed and constructed while we continue to provide customer support and system maintenance. Services include: project design, drafting support, survey and public utility easement procurement and construction management. Staff recommends approval to provide the additional support necessary to continue budgeted system improvements. Funds are budgeted in the Fiscal Year 2018-2019 Budget. 2 Agenda Item No.: 7f MEETING DATE/TIME: l/6C2019 0/0 PEAK ITEM NO: � AGENDA SUMMARY REPORT SUBJECT:Award a Professional Services Agreement with Munselle Civil Engineering for Engineering and Survey Support Services for the Dora Street Utility Improvement Project in the Amount of$90,590. DEPARTMENT: Public Works PREPARED And�w8thck|in ATTACHMENTS: Attachment Dora Street Utility Improvement Project RFP Attachment RFP Munse||e Summary: The City Council will consider awarding a professional services agreement to Munselle Civil Engineering tocomplete supporting design documents, and perform construction staking and recording of centerline monuments for the planned Dora Street Utility Improvement Project p|annedforoummer2O19. Background: The City staff is currently preparing plans and specifications to replace and improve the water, sewer and storm drain utilities on Dora Street between West Mill St. and Grove Avenue, followed by a complete street reconstruction including ADA improvements for pedestrian travel. ARequest for Proposal was released seeking a qualified engineering firm to provide geotechnical services and to design a structural section for the road replacement ofDora Street. (Attachment#1) The RFP also requested survey services for construction staking and the replacement of existing and establishment of new centerline monuments to also be recorded with Mendocino County. RECOMMENDED ACTION: Award the professional services agreement to Munoe||e Civil Engineering in the amount of$90,590 for engineering and survey support services forthe Dora Street Utility Improvement Project. BUDGET AMENDMENT REQUIRED:Yes CURRENT BUDGET AMOUNT: $0.00- 12024200.80230.18127 PROPOSED BUDGET AMOUNT: $90,590- 12024200.80230.18127 FINANCING SOURCE: General Fund PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: TimErikoen, Public Works Director/City Engineer Discussion: Staff prepared and issued the RFP on January 14, 2019, and received proposals from LACO, Ukiah, CA, $74,500; SHN, Willits, CA, $47,020; GHD, Santa Rosa, CA, $151,068; and Munselle Civil Engineering, Ukiah, CA, $90,590. The proposals were reviewed and evaluated by a consultant selection committee comprised of Public Works staff. The consultant selection committee evaluated and ranked each proposal. Munselle was chosen as the firm staff agrees best answered the RFP regarding services and methods proposed for the project. Munselle's proposal is included as Attachment#2 for reference. 2 2 ATTA(,nivIENT 1 1 r t City of Ukiah „. January 1, 2019 RE: Request for Proposal —Engineering and Survey Support Services Dear Prospective Consultant, The City of Ukiah is requesting a brief letter proposal to provide Engineering and Survey Support Services based on the following Project Description and Scope of Services: Project Description: The City is currently in the design process for the 2019 Dora Street Utility Improvement Project for construction beginning in the Spring of 2019. The Project Limits are from Mill Street to Grove Avenue and includes the replacement of Water Mains, Sewer Mains, new Storm Drain Infrastructure, ADA Ramp Replacement/Construction and Street Reconstruction. the City is performing in house topographic surveying, project design/specification development as well as construction management and inspection services for this construction project. Scope of Services: • Surveying Support: a Construction Staking: o Total Center line = 3514 ft. Cl Survey @25/Ft. = 140 Ea o Curb Ramps = 43 Ea Curb Ramp Survey= 430 Ea o Valley Gutters = 9 Ea Valley Gutter Survey = 45 Ea * Storm Drain = 3 Ea Storm Drain Survey = 15 Ea * Additional Concrete = Various New Sidewalk = 20 ea * Centerline Monument Establishment and Re-Establishment including Map Filing and Recordation with the County of Mendocino ■ New- 10 ■ Re-Establish- 2 • Engineering Services: o Structural Road Section Design including: ■ R-Value Determination including soil sampling (Approximately 5-10 samples City will pay for each sample as determined by Consultant and City) • TI Recommendation ■ Evaluation of different Structural Section Options ■ Final Design Submittal Please submit your proposal by no later than noon on January 25, 2018 (email is acceptable). The proposal should be in brief, letter format addressing the Scope of Services above. Please provide a "not to exceed" maximum cost fee proposal for all identified work including hourly labor rates. Indicate if travel time, mileage, and per diem will be charged. 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 fee schedule. Consultant selection will be made on the basis of 300 Seminary Avenue• Ukiah • CA • 95482-5400 Phone: (707)463-6200 - Fax: (707)463-6204 -www.cityofukiah.com qualifications. Attachments A and B are included as reference for the City's Agreement for Professional Consulting Services and Insurance Requirements for Consultants. look forward to reviewing a proposal from your firm. Please do not hesitate to contact Andrew Stricklin at (707)463-6297 if you hunAe further questions. d' Sincere ; Tim Eriksen, PE Director of Public Works/City Engineer ATTACHMENT 2 ATTACHMENT A SCOPE OF WORK Munselle Civil Engineering, Inc. (MCE), hereafter "Project Engineer and Land Surveyor" for the City of Ukiah, Dora Street Utility Improvement Project. MCE will provide Land Surveying, Construction Staking, and Geotechnical Engineering services for the replacement of utilities, the construction of storm drain infrastructure and ADA ramps and the general reconstruction of Dora Street between Mill Street and Grove Avenue. A control network and boundary survey will be performed, and centerline monuments will be established or reestablished within the right of way of Dora Street. In accordance to state law the right of way boundary and centerline monuments will be shown on a Record of Survey to be filed with the Mendocino County Surveyor. The project has an approximate length of 3,500 linear feet between Mill Street and Grove Avenue. A topographic base map created by the City of Ukiah will be utilized to perform the above-mentioned tasks. GENERAL - SURVEY AND LEGAL DOCUMENTS In general MCE's work will entail identifying affected properties along Dora Street; performing records research, including County Assessor's information, street right-of-way maps and property boundary maps of record; performing field surveys to tie into the topographic mapping done by The City of Ukiah for existing utility locations, and creating a high precision GPS control network to be used for construction staking purposes; coordination and preparation of easement legal descriptions and deeds if necessary; performing calculations and closures to confirm dimensions of boundary lines; preparing staking calculations, staking plats, and cut sheets; coordinating review by the Design Team; and preparing final copies of documents in a format and of the materials suitable for execution and recording. TASK DETAILS A description of the work involved in each group of tasks for the entire length of the project and the deliverables at each milestone is given below: TASK 1 — PRELIMINARY SURVEYS AND CONTROL NETWORK Establish project survey control for the project based on and tied into the topographic mapping done by the City of Ukiah. Set approximately 15 durable horizontal and vertical control points(1/2" Iron Pipes or Rebars in undeveloped areas; PK nails or pipes in pavement) for construction staking in accordance with City of Ukiah horizontal and vertical control requirements. These survey control points will be exhibited on a "Survey Control Data Sheet" and will be semi-permanent in nature so as to serve as project control during the construction of the project, or subsequent survey activities. The field measurements would be done by GPS methods on the same horizontal and vertical basis as the topographic mapping done by the City of Ukiah. MCE will provide • Survey Control Data Sheets — (1 sheet at 1"= 300') 5 1 • Electronic Files in Civil 3D • A comma delimited text file with the control coordinates in PNEZD format. TASK 2 — CONSTRUCTION STAKING The project land surveyor will prepare staking calculations based on the approved plans. Construction staking on the ground will be in concert with the construction contractor and will be laid out based on their needs and requests. Construction stakes will be marks set on the ground with all pertinent information for constriction purposes. A corresponding cut sheet and staking diagram will be prepared daily that will be submitted to the contractor. If a problem arises with the construction process MCE will work with the design team and the contractor to resolve the issue. MCE anticipates staking the following items: • Road center line at 25 feet intervals • 43 curb ramps • 9 Valley Gutters • 3 Storm Drains • Miscellaneous concrete and sidewalks MCE will provide • A staking diagram showing the points that were staked • Cut sheets that reflects the information shown on the construction stake TASK 3— BOUNDARY/RIGHT OF WAY SURVEY AND RECORD OF SURVEY (ROS) The boundary survey will be performed to establish and re-establish 12 centerline monuments along Dora Street. This will include record boundary and right of way research; deed, title, and easement research; locating the necessary monuments along the length of the project; boundary analysis and boundary resolution. A Record of Survey will be prepared at an appropriate scale and submitted to the Mendocino County Surveyor for review. This task may include resolving potential conflicts with boundary lines or easements and correcting the conflicts with the appropriate documentation. MCE will provide • Record of Survey Map • Closure Calculations • Any pertinent information derived from the record research TASK 4—GEOTECHNICAL ENGINEERING SERVICES The project engineer will subcontract with a geotechnical engineering firm to provide geotechnical engineering services for the structural road section design and will include Resistance Value (R-Value) laboratory testing and engineering analyses of pavement structural sections for varying traffic indices and subgrade/subbase materials. MCE will provide 6 2 ■ Resistance value (R-Value) laboratory testing services and sample collection, including asphalt patching of existing roadways at sample locations. ■ Engineering analyses of pavement structural sections forvarying traffic indices and subgrade/subbase materials. ■ Table of structural sections based on a table of traffic index values (MCE will note determine the TI for the road based on current traffic loads) TASK 5— PROJECT MANAGEMENT, GENERAL TASKS Task 2.01 - Monitor Scope and Schedule The principal civil engineer from MCE will monitor the scope and schedule of Tasks 1 and 3 of the project and act as the contact person for the Design Team to assure prompt coordination and response to questions. Task 2.02 - General Tasks Staff will monitor costs on an ongoing basis and process monthly invoices with which will be provided a comparison to the budget breakdown. Task 2.03 — Project Setup, Closeout Staff will organize the files and set up the basic information for retention and reference at the initial stages of the project. Similarly, at the close of the project, the staff will close the files and transmit any information to the Design Team which is required. 7 3 00 W w O O O O O O O 0 0 0 0 0 0 0 O 0000000 OOOO 61 W d' O a0 d' O OOd' Nd' N d'0 d'O(ONN M(n0(n p 4.1 Wy M (O d' r0)6) 1_ onnoo N ll- N a01�d'M M(n(O wNdtw N = j p N d' N M (n(O d'M M 1�M LcfN N o 0 d'(n d'N N6-- G1 G1 O O� mN NM E X ~ = LV 6a ea ea ea ea 6a 0)eaea0) ea 6a 6a 6a 6a 6a 6a 6a V!� 6a 6a 6a 6a ea ea ea 0)eaea0) m Q O LL YO W Ei3 V C7 N y M(n Q) .O O �_ O OLL O D y H3 C7 W W W M u E W a0 lcW d' t0 O QV) V) `w c O - M O O O c Ei3 W ER ER ER O O O C c i0 N E �2 (O i0 d'(O O O d' Qj (N (O 00�j N 00 M ER ER ER O O O N O O co W N �j (O i0 O N O W y p, N� �N w r O M 10 a—ea u> u> u> M N j a0 N a0 N d'd'N N a0 O N�' M Oco co H3 T- N M M M r O m O O O O O O ' O O O N a0 a w _ y j N W d' d' d' 00 N N N N N N N d'tN9 W �'t N W d'N w =Ei3 ( O N o o Ln v rn N cc v_ v O 'v d' a0 d' N a0 d'a0 co N d' N CL 5o co w °o_ CO)CO) ��� CO)CO) O C 1: p x `E° w w w L- w Q) CL t N ~ OLL W M 2O LL 0 L Z Y ~ N «R. E .R. .� .0. JO O .R. O w «R. O Z U O a O 3CO CO) -0 CO c N K co c M O �j O c a� Y Y Ga O w o N N U c E a O IQ- i = CO) 0 0 Z n a� o p z_ a � 0 K •L Y -O N .0 .0 .f] U LL O.N O LL O T w O N LL O O W >,.'� N x N -o w Y R N W Q c W O K ? � E6Y > (coV Ha a� cY U �� w Q �U _ � �n � � FD ca co) o amu, a ° ° �a (6 O _ t O X23 w c .0 U U a 0 O O O C N N N C 0 +N. O O_I 0�C N +N. O (6 O U' z E (6 J O O. N J (6 c 0 J = LU Q E Y o a0n J o E c r J a' > u U c J •' CO) 2 -oin U U U aN UddN ac Jm Yin in inn ia(np in,in aJ U 7 w�.a-O WU c Z O U c 0UoY O O O U (n O 66 6 U ° JmQm NW OG D W 0 0 M N OO O U O m Y�mmm�cn� Q CO) N M d' (n (O fn NMd'(n(O(O fn�NMd'(nMd' N c Q000000 w Q000000o w Q000000o w (°'o U c m I- K H N N N N N N N w H M M M M M M M K d rn W r n 000 OOO O O O O O O 61 +, W O N N Lc)0 0 000 O v n p W r M 0) -q O O N V a0 1- ' N O)W, N eco W Ei3 H3 H3 fR fR fR H3 H3 H3 fR fR fR fR O 0 O O O N N M W l0 r N In V ' 0 0 O i- O LL O v ea W M O O u E O Q h- U a V) V) V) `w N O W� ER ER ER C N N 0 0 vas v� 0 c � O w� co o o I-- co pp ea I In r O o 0 >� o o 0)�a � w �Ei3 1 O N o o 00 O to v_a- N W O 1� •V O 10 CL d .9 .9 � E rn rn rn rn rn rn > O ` N ` N 0 ` N L = CL OLL OU- OU- § co § o rnoo io-~ CO) J CO) ++ Lc) Li ++ = z a w a H 0 H i = wF- z O W ° OLL 0 w W 2 W v C W U 0 Z Z R J'> o Q Q o °� Q oo a o ° a = W = voiJ 1.R cU J v _ H N w ate, Ox J W OQ 0 J N W0 c a° c vai w o o Q h t9 _ a O _ N y o o.o = Yw W 2i2iIL 2 N CO) 0 0 0 J W CO) 0 0 0 W K p m V V h 6 Ln vi K 0 I- 0- Agenda Item No.: 7q MEETING DATE/TIME: l/6C2019 0/0 PEAK ITEM NO: � AGENDA SUMMARY REPORT SUBJECT: City Council to Approve Submission of Two Concept Proposals for Proposition 68 Statewide Cultural, Community and Natural Resources Competitive Grant Funds for Vinewood and Oak Manor Park Improvements, and Authorize City Manager to sign Concept Proposal Applications and Grant Documents. DEPARTMENT: _Connrnunity_8eNoesPREPARED BY: Tanni_Barto|ornei_________________________ ATTACHMENTS: None Summary: City staff has identified Proposition 68 Statewide Cultural, Community and Natural Resources Grant funding as a source of funding for park im provern ents and is seeking Council's authorization to apply for these grants. Background: California voters passed the California Drought. VVater, Parke, C|imate, Coastal Protection, and Outdoor Access for All Act of2O18 (Proposition 08\ on June 5, 2018. Proposition 08 authorized the Legislature to appropriate $37 million dollars to the California Natural Resources Agency (the "State") for competitive grants that protect, reob»re, and enhance California's ou|tura|, community and natural resources. This resulted in the Cultural, Community and Natural Resources /''CCNR^\ Grant Program. It is the intent ofthe people ofCalifornia that projects funded by Proposition 08, including the CCNR Grant Progrann, result in public benefits addressing the most critical statewide needs and priorities for public funding. RECOMMENDED ACTION: Approve staff to submit two Concept Proposals for Proposition 68 Statewide Cultural, Community and Natural Resources competitive grant funds for Vinevvood and Oak Manor Park Improvements, and authorize the City Managerto sign Concept Proposal applications and grant documents. 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: Jake Burgess, Community Services Recreation Supervisor and Jarrod Myer, Community Services Parks Supervisor; Finance Department The grant guidelines require eligible projects be located within a "disadvantaged" or"severely disadvantaged community". "Disadvantaged community" means a community with an annual median household income of less than 80 percent of the Statewide average, and within half a mile of the project site. Staff considered various City-owned parks and determined that Oak Manor Park and Vinewood Park best meet the required qualifications. Oak Manor Park is located in a "severely disadvantaged" community, and Vinewood Park is located in a "disadvantage community" and serves a "severely disadvantaged" community that is located less than one-half mile from the park. Discussion: Concept proposal applications are currently being drafted and cost estimates are underway; a separate concept proposal application must be submitted for each project. The primary components of the concept proposal applications include park restorations and public access. These restorations include: Vinewood Park: replace irrigation system; construct new restrooms; add walking paths, inclusive tot lot play structures, covered picnic areas, additional lighting, a celebration ring or birthday ring that will include picnic benches, and play equipment; replace play equipment; add new trees and drought tolerant plants. Oak Manor Park: partial resurfacing of the tennis courts; addition of eight pickle ball courts and one multi-use court, lighting, inclusive tot lot play area; replacement and addition of play equipment; replacement of irrigation system; addition of a drinking fountain, restroom, and pathway. Vinewood Park is located between Elm and Pine streets and Oak Manor is on Oak Manor Drive. The recommended improvements are in addition to recent grant-funded work in both parks. In 2014, the City was successful in securing Housing-Related Parks Program grant funds for improvement to Oak Manor park. These improvements included a new covered picnic area. In 2017, the City successfully secured Housing-Related Parks Program grant fund for improvements in Vinewood Park. Improvements include removing existing pathways and replacing pathways with ADA pathways, basketball court resurfacing, ADA parking and plantings. These improvements enhance the public's activities at our parks. If funding and improvements are completed, the improvements will benefit the community by making the parks safer, and more enjoyable, and will also be a benefit for the long-term maintenance and sustainability of the parks. Concept proposal applications for funds includes continued design and planning work. If concept proposal funds are awarded, the next step in the grant process is for a site visit with State representatives, and the final step is to submit required documents such as a Resolution. Matching funds are not required for this competitive grant, but are encouraged. Matching funds can include Staff time and in-lieu services. Staff is recommending Council's approval to submit Concept Proposal applications for both Vinewood and Oak Manor Park improvements to the Proposition 68 Statewide Cultural, Community and Natural Resources grant funding, and authorize the City Manager to sign applications for Concept Proposals and grant documents. Note: If the concept proposals are selected to proceed, staff will engage in detailed design with community engagement and ultimately Council's authorization to submit the final grant application. 2 Agenda Item No.: 7h MEETING DATE/TIME: l/6C2019 0/0 PEAK ITEM NO: � AGENDA SUMMARY REPORT SUBJECT: Notification of Acquisition of Services from Accurate Measurement Systems, Inc. for the Purchase of Instrumentation in the Amount of$22,090.55 for the Wastewater Treatment Plant and Approval of Change Order for Parts and Installation in the Amount of$37,977.21 for a Total Amount of$60,067.76. DEPARTMENT: Water Resources PREPARED JamdThie|e ATTACHMENTS: AMS Attachment l AMS Attachment 2 Summary: Council will Receive Notification of Acquisition of Services from Accurate Measurement Syohamo. Inc. for the Purchase of Instrumentation in the Amount of$22,090.55 for the Wastewater Treatment Plant and Approval of Change Order for Installation in the Amount of$37.977.21 fora Total Amount of$0O.O07.70. Background: The Advanced Wastewater Treatment //YWT\ System at the Wastewater Treatment Plant (WWTP) produces tertiary effluent for discharge to the Russian River as well as Recycled Water for the new Recycled Water system. This system contains various components of infrastructure that communicate with the Supervisory Control and Data Acquisition /SCAD/A. Discussion: In early January, several different sensors on two of the four AWT units failed. Staff contacted RECOMMENDED ACTION: Receive Notification of Acquisition of Services from Accurate Measurement Systems, Inc. for the Purchase of Instrumentation in the Amount of $22,090.55 for the Wastewater Treatment Plant and Approval ofChange OrderforParts and Installation inthe Amount of$37,977.21foraTotal Amount of$60,067.76. BUDGET AMENDMENT REQUIRED: No CURRENTBUOGETAh8OUNT: $275,000'84027225.56120 PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: PO No. 45842 COORDINATED WITH: Sean White, Director ofWater Resources; Mary Horger, Procurement Manager Accurate Measurement Systems, Inc. for a quote to replace the failed sensors and approved the purchase in the amount of$22,090.55 (Attachment 1). Accurate Measurement Systems was the only company willing and available to do the work in the time frame needed. Due to the complexity of installing them and integrating them into the existing SCADA system, Staff requested an additional proposal for installation and programming (Attachment 2). It is Staff's recommendation to approve a Change Order for the additional work. 2 2 M ACCURATE MEASUREMENT SYSTEMS, INC. InvoiceS P.O. Box 3717 Dana Paint,CA 92629-8717 DATE INVOICE# P:(949)218-9350/F:(949)218-9351 www.AccurateMeasurement.com 1/14/2019 V011419DPS BILL TO SHIP TO City of Ukiah City of Ukiah-Sewer Treatment Plant 300 Plant Rd. 300 Plant Rd. Ukiah,CA 95482 Ukiah,CA 95482 P.O. NUMBER TERMS SHIP DATE VIA F.O.B. ORDER DATE 45842 Net 30 1/14/2019 UPS Red Factory 1/14/18 QTY QTY WORD DESCRIPTION UNIT PRICE AMOUNT 4 0 SMAR LD301D211-VU10-012/A1/16/Z 2,330.00 9,320.00T Differential Pressure Tranmitter S/N°s:U357732,U358484,U358486,U358485 Z= 4 0 316SS,3 Valve Oliver Manifold,pipe to flange,Model Y34S-SB 2 0 SMAR LD301M211-VU30-012/A1/16/Z1 2,240.00 4,480.00T Gage Transmitter S/N's:U269015,U358487 Z1= 2 0 316SS,2 Valve Oliver Manifold,pipe to flange,Model:Y24S-SB. 1 0 SMAR HART Pocket Configurator,Model:HPC401 with Palmtop, 1,750.00 1,750.00T software and accessories 1 0 Labor and onsite expenses to install and commission SMAR 4,914.49 4,914.49 instrumentation To include:$4,050.00 labor and travel time expense plus$864.49 travel and per diem expenses. 'Please see summary sheet for details 1 0 Shipping via UPS Next Day Air from factory 246.00 246.00 Mendocino Cnty 8.87555 1,380.06 Total: $22,090.55 Payments must be received 30 days from the Invoice date,shown above. Late payments are subject to a 1.5%per month service charge for each month,or portion thereof,beyond the"Net 30 Days"terms. AMS's Federal ID No.:33-060-2300 (0 01 10111 ACCURATE MEASUREMENT SYSTEMS, INC. INSTRUMENTATION. Application * Safes * Engineering * Service 33159 Camino Capistrano,Suite E,San Juan Capistrano,CA 92675 P.(949)218-9350/F:(949)218-9351/www.Accuratemeasurement.com 1,AS)' 0 LIIS E, SII'O ii)i...lil� .'T'01 1\111k1II"9 l'A III N QUOTATION It: 01.1619JL2 DATE: January 16,2019 CUSTOMER: City of Ukiah—Water Filtration Plant 300 Plant Rd. Ukiah,CA 95482 ATTENTION: Seth Strader 707-467-5719 sstrader@cityofukiah.com REFERENCE. AMSI Proposal for PON 45542 ® Instrumentation Replacement & Commissioning on AWT Units 1&4. To include:Replacement SMAR Pressure Transmitters, Level Measuring Instruments, &SS Manifold5. Dear Seth: Per our discussions with Alan Hodge while can-site to dealer the material and perforin the work that was in the scope of PON 45842,we were requested to submit our proposal for continuing the AWT instrument upgrade to include the S AR units on Units 1 and 4. We were also requested to provide replacement models for the existing Drexel rook and Pulsar process level measuring applications. As such,we are pleased to offer the following quotation to provide material delivery and retrofit installation efforts for the second phase of the AWT Instrumentation upgrade tasks.. For this phase,we will mutually schedule the earliest date for us to arrive on site which will likely fall in mid to late February allowing for production of the needed instruments,The following summarizes the proposed effort: 1) Remove existing SMAR transmitters,manifold and level measuring items on each of the AWT Units 2) Deliver,install and configure new replacement instruments as identified utilizing existing piping,conduit and cabling,if determined viable, Any piping,conduit or cabling requiring replacement will be identified and casted separately should replacement be desired. 3) The previously delivered SMAR Universal HART Interface Kit will be utilized in the configuration of the new instruments,thus providing operation and maintenance training for Plant personnel. 4) The new instruments will be commissioned and we wiR assist Plant personnel with the interface to the existing SCADA system. 5) The quoted material was identified and confirmed by our site walk during the completion Phased 1 work, This allow us t0 generated and submit the quotation for Phase 2 to include the identified material and labor costs to complete the field instrument upgrade. 6) Product training will be provided during actual retrofit work, Additional training can be provided and quoted as a separate follow-up site visit if it should be desired. Per Alan®s request, we are pleased to submit the following quotation fort e SMAR transmitters for Units 1 &4 along with proposed upgrades for the capacitance and ultrasonic level transmitters, We Invite you to contact us if there should be any questions. LO Item Oty. it Description Unit Price Total Price 1 4 SMAR Intelligent Differential Pressure Transmitter $2,330.00 4134"M Model No,:LD30ID2H-VUI0-012/AV16,'Z(Analog w/HART) Includes: 316SS Wetted Parts 0 DC-200 fill fluid Viton O-rings LCD Display SS Mounting bracket SS hardware Range: 0 -200"H20 Differential Pressure Z r, 316SS Oliver Valve- 3 Valve Manifold wi Teflon Packing &SS Hardware 2 2 SMAR Intelligent Differential Pressure Transmitter $2,240-00 $4,480.00 Model No.: LD30IM211-VUIO,012,'A1,1621 (Analog w)'HART) Includes: 316SS Wetted Paris DC-200 fill fluid Viton O-rings LCD Display SS Mounting bracket SS hardware Range: 0 200"H2O Differential Pressure ZI 316SS Oliver Valve 2 Valve Manifold w,'Teflon Packing &SS Hardware .1; 6 Krone Radar Level Transmitters,Optiwave Model 5400C $1,845.00 $11,070.00 Model No.- VFDB003 lncludes: Converter Unit w/LCD Display 24VDC powered(via loop) Output Signal-4-20MA(HART) Accuracy: I mm(high resolution) Rating: IP-68(submersible) I"SS Mounting Bracket Fitting SS Angle Mounting Bracket 4 1 Estimated Labor& Expense(refer to T&C's ss,,,,cfion for hourly rates) $10,500.00 $10,500.00 Two 8 hour days -2 men $6,800.00 7 hours Travel time -2 men $1,050.00 Hotel&meal expense $ 600.00 Auto mileage(400 miles @$D-55 $ 220.00 Airfare,parking&misc. $ 500,00 ,37o 2-20-7.-L I Subtotal $39--"0-00 Sales Tax(8.875%) 1 Estimated Shipping Charges $400.00 Estimated Total $4k94m+- 1-1177. Z-1 AMS Quotation Terms and Conditions: Prices Quoted prices are based on placement of a single order for all items and quantities shown without Customer imposed delivery restrictions. AMS has a minimum order subtotal of$100. If the subtotal quoted is below that price point, you may increase your quantity; otherwise you will be charged a minimum of$100.This ONLY applies to items that are NOT in stock at our San Juan Capistrano,CA location. Validity Prices reflected in our quotation are valid for 60 days unless otherwise documented. Model Selection Please review specification details to confirm that our proposed model and/or part number comply with the application requirements. Delivery Ship from AMS Stock within I week ARO. FOB point is the Manufacturer's Factory location unless otherwise stated in writing. Shipping method will be "Best Way", typically UPS or truck unless otherwise specified at time of order. Payment Terms Payment terms of"Net 30 Days"with approved credit will apply to any Purchase Order resulting from this quotation(unless approved otherwise). Credit Card purchases(Visa or MasterCard)will Incur a 3%processing fee. Past Due Invoices Account balances that are beyond their due date based on the specified terms will result in an'Account Freeze'. If you wish to submit a PO for an item while your account is frozen, the order will not be.delivered until the past due invoice(s)have been paid. AMS reserves the right to refuse an order due to an outstanding balance. Shipping Costs Shipping charges listed above are estimated based on general weight and package rates. Actual charges will be prepaid by AIMS and invoiced to the customer accordingly. We charge the customer what we are charged by the factory for shipping your order only. Certain manufacturers charge an additional fee to have orders drop-shipped to the end user and will be applied to the invoice. Sales Tax All orders are subject to State Sales Tax. If the quoted items are for"Resale",AMS requires a copy of a valid "Resale Certificate" be on file prior to processing your order. Warranty All items are quoted with the standard "Factory Warranty" only unless otherwise documented, Product Returns Returns for repair, replacement, credit and/or exchange are subject to Manufacturer's warranty,repair and restocking procedures. til S e CLISIWIi�ei& uEqu.uoNg "11:�Ieki unu5t sull)inR I�)wchjie cii,diei° for apa)�icabe Qalbm, in;aeiW inn Rxll!'ueilses %PAH Il „)f le at $150,00/hou�/Im:3111 cins� tp tmunnnunl 4 hciuii 10 and 5713 00/hourhnan ti vee Gime ItEceq)ts foi Inorii ,d fm, �ob nallated oxl�)enses wN l,)e subm4ted uwth owl in,,rmce! tciu f6M�Il'W'58uMellt. AU10 n%0eagc wall l!,)e r1hwiged at $055 pee n0r. Applicable charges will be adjusted for any"Factory Warranty"covered items. Exceptions Unless otherwise acknowledged in writing, the "Terms and Conditions' contained herein will apply and take precedence, Order Placement If procured, please forward Purchase Order to the Application Engineer who provided the quote and/or to one of the following: Lois Leigh—jt,��gspyrgo", ea I,L Migm Inside Sales—949-2189351 Fax If there should be any questions relative to our submittal, or if we can provide further information, please do not hesitate to contact us. Respectfully, James Leigh Accurate Measurement Systems,Inc. 949-218-9350 Agenda Item No.: 7i MEETING DATE/TIME: l/6C2019 0/0 PEAK ITEM NO: � AGENDA SUMMARY REPORT SUBJECT: Request Authorization to Amend Contract with Kenwood Energy in the Amount of$55,000 for Solar Capital Improvement Projects in Developing Specifications, Request for Proposals (RFP) and Construction Management Services. DEPARTMENT: Electric Utility PREPARED BY: Oiann_Luoohatt|__________________________ ATTACHMENTS: None Summary: The City Council will consider authorizing the Electric Utility Department toincrease the existing contract with Kenwood Energy for professional assistance with capital solar projectdeve|opmentby$55.00O. Background: Kenwood Energy has provided professional design, specification development and construction management services for the energy industry for over 2Oyears. Ukiah Electric Ud|ih/ has worked with Kenwood Energy over the last three years; they have athorough knowledge ofthe Departments goals and needs tobuild renewable projects. The Electric Ud|ih/ is expanding its capital investments into local renewable generation projects like oo|ar, wind and small hydro. This locally distributed green generation will help the Electric Utility to meet the State goals RECOMMENDED ACTION: Authorize amending the contract with Kenwood Energy in the amount of $55,000 for Solar Capital Improvement Projects in developing specifications, request for proposals (RFP) and construction management services. BUDGET AMENDMENT REQUIRED: No CURRENT BUDGET AMOUNT: 80126100.80220.ECC01: $1.1mi||ion PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: 80000000.48101; E|ectricCap'and'Trade PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: N/A while improving system reliability and capability. New generation will help offset the impact of geothermal output decline, lowering the need to purchase additional remote capacity. The funding source will be from the cap-and-trade proceeds specifically mandated to create non-carbon sources of energy. Discussion: Continued system improvements and resource development will result in fewer and shorter power outages experienced by electric customers. The projects will ensure the electric system is powered by green local energy for years to come. Kenwood Energy is highly qualified, with years of industry experience, and has unique knowledge and experience to assist our design and construction team. This professional support helps ensure the Electric Utility Department's capital solar improvements are designed and constructed to industry standards and ensuring Ukiah customers are being provided with a resource that will last for years. Staff recommends approval to increase the existing contract with Kenwood Energy to provide the additional support necessary to continue budgeted capital system improvements in the amount of$55,000. Funds are budgeted in the Fiscal Year 2018-2019 Budget. 2 Agenda Item No.: 11a MEETING DATE/TIME: l/6C2019 0/0 PEAK ITEM NO: � AGENDA SUMMARY REPORT SUBJECT: Consideration and Possible Adoption of a Resolution and Associated Findings Overruling the Mendocino County Airport Land Use Commission's Finding of Inconsistency with the Mendocino County Airport Comprehensive Land Use Plan for the Heritage Mendocino Cannabis Microbusiness Project, Located at 1076 Cunningham Street. DEPARTMENT: Comrnunity_Oeweloprnent PREPARED BY: Craig Schlatter ATTACHMENTS: Attachment l- ll-7-l8ASRHeritage Mendocino Attachment 2- FAA Determination |etter_307993902 Attachment 3-ALUC consistency determination SR Heritage Mendocino FINAL 9-7-18 Attachment 4-ALUC-2018-0006—Heritage_Mendocino_Signed–Final–Resolution Attachment 5- Proposed Overrule Resolution and Findings for Heritage Mendocino Attachment 6-Ca|Transand ALUCletters Summary: The City Council will consider and possibly adopt a resolution and associated findings overruling the Mendocino County Airport Land Use Commission's finding of inconsistency with the Mendocino County Airport Comprehensive Land Use Plan for the Heritage Mendocino project. Background: Below ioasummary ofhistory related b» the proposed project. Addidona| detsi|ooanbefoundin the Agenda Summary Report for the City Council's November 7, 2018, meeting (Attachment 1). RECOMMENDED ACTION: Approve adoption of the Resolution and associated findings overruling the the Mendocino County Airport Land Use Commission's finding of inconsistency with the Mendocino County Airport Comprehensive Land Use Plan fortheproposed Heritage Mendocino project. 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; Michelle |race, Planning Manager April 18, 2018- application received from Kyle Greenhalgh of Heritage Mendocino for approval of a Major Use Permit/Site Development Permit to allow a cannabis microbusiness within an existing 2,480 sf building. No expansions to the building footprint or height are proposed. August 21, 2018- Staff submits flight hazard determination Form 7460 to the Federal Aviation Administration (FAA). The FAA concludes the proposed project would not pose a hazard to air navigation (Attachment 2). September 7, 2018- Staff submits required materials- City Staff Airport Comprehensive Land Use Plan (ACLUP) consistency analysis, Powerpoint presentation, and staff report, along with the Mendocino County Airport Land Use Commission (ALUC) fee paid by the applicant- to the County of Mendocino Planning and Building Services Department for the October 18, 2018, ALUC meeting (see Attachment 3 for the ACLUP consistency analysis and staff report prepared by City Community Development Staff). October 18, 2018- ALUC adopts findings that the proposed project is not consistent with the ACLUP (Attachment 4). Shortly after the October 18 ALUC meeting, the applicant requests Staff submit the proposed project to the City Council for an overrule of the ALUC's determination of inconsistency. November 7, 2018- City Council approves the following three actions: 1) the proposed project is subject to the overrule process, as described in the California Airport Land Use Planning Handbook; 2) directs that Staff send a copy of the proposed overrule decision with accompanying specific findings (Attachment 5) to the Caltrans Division of Aeronautics at least 45 days prior to scheduling a public hearing in front of City Council to make a decision to overrule or not overrule the finding of inconsistency determination of the Mendocino County Airport Land Use Commission for the Heritage Mendocino project, in accordance with Public Utilities Code Section 21676 and the State Aeronautics Act; and 3) directs that Staff schedule a public hearing for City Council to make a decision to overrule or not overrule the decision of the Mendocino County Airport Land Use Commission upon expiration of the 45-day period. Discussion: Working with the City Attorney, Staff has completed the actions directed by Council at its November 7, 2018, meeting. Please see below. 1. At least 45 days prior to the decision to overrule the ALUC, the City must provide the ALUC and CalTrans Division of Aeronautics ("Division") a copy of the proposed overrule decision and accompanying findings. Status: The proposed overrule decision and accompanying findings were mailed to the CalTrans Division of Aeronautics and ALUC on November 8, 2018, and confirmed delivered (Attachment 6). 2. The ALUC and Division of Aeronautics may provide comments to the local agency's governing body within 30 days of receiving the proposed decision and findings. Status: No comments have been received from the ALUC or Division of Aeronautics, both within and outside the 30-day period. 3. At the conclusion of the 45-day period, overruling the ALUC can only be accomplished with a two-thirds "supermajority" vote of the local agency's governing body. Status: The procedural requirements outlined in P.U.C. 21676 and the State Aeronautics Act were fulfilled as of December 24, 2018. Due to the cancelling of the City Council meeting immediately after the holidays on January 2, 2019, the earliest the overrule public hearing could be scheduled for the proposed Heritage Mendocino project was January 16, 2019. However, in hearing that two members of the Council were to be absent for this meeting, the applicant requested that Staff schedule the public hearing for February 6, 2019, when the full Council was present. 2 2 City Council is requested to make a decision to overrule or not overrule the ALUC determination of inconsistency. Overruling the determination of the ALUC can only be accomplished with 4 of 5 Councilmembers voting in the affirmative to adopt the Resolution and associated Findings (Attachment 5) to overrule the ALUC determination. As a reminder, the process outlined in the P.U.C. and Handbook does not direct that Council make a decision regarding consistency of the proposed project with the ACLUP. A determination regarding consistency has already been made by the ALUC. Council is requested to make a decision only on whether to overrule the determination of inconsistency from the ALUC or not overrule the determination of inconsistency from the ALUC. If the Council overrules the ALUC's determination of inconsistency, the proposed project will be referred to the Planning Commission for approval of a Major Use Permit/Major Site Development Permit at Planning Commission's February 13, 2019, meeting. Staff recommends Council adopt the resolution and proposed findings in Attachment 5 and overrule the Mendocino County Airport Land Use Commission's finding of inconsistency with the Mendocino County Airport Comprehensive Land Use Plan for the Heritage Mendocino project. 3 3 Attachment Agenda Item Ko.: 13a MEETING [ATBllME:'D/3C2018 0/0 PEAK ITEM NO: � AGENDA SUMMARY REPORT SUBJECT: Consideration and Possible Direction to Staff to Proceed with the Overrule of the Mendocino County Airport Land Use Commission's Determination of Inconsistency with the Mendocino County Airport Comprehensive Land Use Plan for the Heritage Mendocino Cannabis Microbusiness Project, Located at 1076 Cunningham Street. DEPARTMENT: Comrnunity_Oeweloprnent PREPARED BY: Craig Schlatter ATTACHMENTS: Attachment l-8-3-l8City Attorney legal opinion Attachment 2-9-l9-l8 Staff Report(overrule analysis) Attachment 3- FAA Determination letter 387993982 Attachment 4-ALUC Resolution for Heritage Mendocino Updated 11-7-18 Attachment 5- Proposed Overrule Resolution and Findings for Heritage Mendocino Summary: Council will consider directing Staff b» proceed with the overrule process of the Mendocino County Airport Land Use Commission's determination of inconsistency with the Mendocino County Airport Comprehensive Land Use Plan for the Heritage Mendocino project. Background: City Staff does not have a policy or procedure for City Council overrule of Mendocino County Airport Land Use Commission /ALUC\ determinations ofinconsistency with the Mendocino County Airport Comprehensive Land Use Plan (ACLUP). largely because there is not adequate evidence suggesting that RECOMMENDED ACTION: Consider directing staff to proceed with the overrule of the Mendocino County Airport Land Use Commission's Determination of Inconsistency with the Mendocino County Airport Comprehensive Land Use P|anforthe Heritage Mendocino Cannabis Microbuoineoo project located at 1076 Cunningham Street. 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; Michelle |race, Planning Manager overrule is either needed or not needed. As discussed in previous staff reports and described in the 2011 CalTrans Division of Aeronautics California Airport Land Use Planning Handbook(Caltrans Handbook), "when local planning policies have been made fully consistent with the ALUCP [ACLUP], not only is submittal of most land use development proposals for ALUC review voluntary, but, when submitted, the reviews become advisory. Moreover, when ALUC review is advisory, the local jurisdiction does not need to take the special steps necessary to overrule the commission..." The City's General Plan was found fully consistent with the Mendocino County ACLUP in 1996. One of the primary reasons the question of overrule continues to be discussed is because of the incompatibility between the 1996 ACLUP and the 2015 Ukiah Municipal Airport Layout Plan (ALP). According to the Caltrans Handbook, "When an airport layout plan (ALP) is amended, the ALUC must review their ALUCP [ACLUP] for any changes that may be needed as a result of the airport updating its plan(s)." This has not occurred. The Caltrans Handbook also notes "A comprehensive review and update [of the ACLUP] is recommended at least every five years." A legal opinion was issued by the City Attorney on August 3, 2018 (Attachment 1), regarding the application of the overrule process outlined in Public Utilities Code (PUC) 21676 to the Garton Tractor project. The City Attorney provided further analysis of his August 3rd opinion in the staff report prepared for the continued public hearing on September 19, 2018 (Attachment 2). The City Attorney notes that"while this case did not explain why Section 21676, which refers exclusively to general plan and zoning code adoptions or amendments, applies to a City's decision on an application for the approval of an individual project, the opinion did not criticize or object to applying the statutory procedure to overruling an ALUC compatibility determination on the specific permit application and relied on it in deciding that the City had the final decision on how the property could be used." The City Attorney concludes that"the prudent course of action would be to follow that [the ALUC overrule] procedure." Due to this opinion, City Staff recommended Council direct Staff to follow the overrule procedure outlined in PUC 21676 for the Garton Tractor project. Until such time that new evidence is presented or Council directs Staff otherwise and when appropriate for the specific project or circumstance, Staff will recommend the overrule be considered and evaluated for projects that are otherwise compatible with airport operations (projects in compliance with the ALP and other airport related regulations). Discussion: On April 18, 2018, an application was received from Kyle Greenhalgh of Heritage Mendocino for approval of a Major Use Permit/Site Development Permit to allow a cannabis microbusiness that would include distribution, dispensary/retail, manufacturing, and processing of recreational and medicinal products within an existing 2,480 sf building. The existing building footprint nor height would be expanded. Ancillary parking has been proposed for 13 parking spaces within a 4,237 sf parking lot, and curb and sidewalk improvements and accessibility upgrades have also been proposed. The proposed project includes building and parking lot lighting, which would be down-shielded, and signage. The applicant has also proposed 5,081 sf of landscaping, street trees, and a 6-foot tubular steel security fence around the site perimeter. On August 21, 2018, Staff submitted a flight hazard determination Form 7460 to the Federal Aviation Administration (FAA). The FAA conducted an aeronautical study for the existing structure and made a determination that it would pose no hazard to air navigation (Attachment 3). On September 7, 2018, City Staff submitted the required materials- City Staff ACLUP consistency analysis, Powerpoint presentation, and staff report, along with the ALUC fee paid by the applicant- to the County of Mendocino Planning and Building Services Department for the October 18, 2018 ALUC meeting. On October 18, City Staff presented the Project and ACLUP consistency analysis, and by a 4-0 vote the ALUC adopted the draft resolution pre-prepared for the meeting by County Staff, ALUC_2018-006 (Attachment 4). City Staff requested the executed resolution from County Staff, but as of the date of publication of this staff report the executed resolution was not available. 5 2 Shortly after the meeting of the ALUC, the applicant requested that City Council overrule the decision of the ALUC. The applicant also requested the project be scheduled for review and approval by the Planning Commission. To reduce any delays to the applicant from the overrule process and at the request of the applicant, a City Council overrule of the ALUC decision, which cannot occur until at least 45 days after the notice of the proposed overrule decision and findings (Attachment 5) is received by the ALUC and Caltrans Division of Aeronautics, will be listed as a condition of approval for the Planning Commission. Staff has provided three actions for City Council consideration. Staff recommends Council direct Staff to proceed with Recommendation #1. 1. Proceed with overrule of the ALUC inconsistency determination on the proposed project: A) Approve a motion that the proposed project be subject to the overrule process, as described in the California Airport Land Use Planning Handbook; and B) Direct that Staff send a copy of the proposed overrule decision with accompanying specific findings (Attachment 5) to the Caltrans Division of Aeronautics at least 45 days prior to scheduling a public hearing in front of City Council to make a decision to overrule or not overrule the finding of inconsistency determination of the Mendocino County Airport Land Use Commission for the Heritage Mendocino project, in accordance with PUC Section 21676 and the State Aeronautics Act; and C) direct that Staff schedule a public hearing for City Council to make a decision to overrule or not overrule the decision of the Mendocino County Airport Land Use Commission upon expiration of the 45-day period. OR- 2. Direct staff to proceed with the actions in recommendation #1 only after the Planning Commission makes a decision at their November 14, 2018 meeting to either approve, conditionally approve, or deny the proposed project. -OR- 3. Approve a motion that the proposed project is not subject to the overrule process. 6 3 Mail Processing Center Attachment 2 Aeronautical Study No. hr' Federal Aviation Administration 2018-AWP-13646-OE , Southwest Regional Office Obstruction Evaluation Group 10101 Hillwood Parkway Fort Worth, TX 76177 Issued Date: 10/19/2018 Michelle Irace City of Ukiah 300 Seminary Ave Ukiah, CA 95482 ** DETERMINATION OF NO HAZARD TO AIR NAVIGATION The Federal Aviation Administration has conducted an aeronautical study under the provisions of 49 U.S.C., Section 44718 and if applicable Title 14 of the Code of Federal Regulations,part 77, concerning: Structure: Building existing, 2,480 sf, 20 ft high building Location: Ukiah, CA Latitude: 39-08-12.49N NAD 83 Longitude: 123-12-08.29W Heights: 630 feet site elevation (SE) 20 feet above ground level (AGL) 650 feet above mean sea level (AMSL) This aeronautical study revealed that the structure does not exceed obstruction standards and would not be a hazard to air navigation provided the following condition(s), if any, is(are) met: Based on this evaluation, marking and lighting are not necessary for aviation safety. However, if marking/ lighting are accomplished on a voluntary basis, we recommend it be installed in accordance with FAA Advisory circular 70/7460-1 L Change 2. The structure considered under this study lies in proximity to an airport and occupants may be subjected to noise from aircraft operating to and from the airport. This determination is based, in part, on the foregoing description which includes specific coordinates, heights, frequency(ies) and power. Any changes in coordinates, heights, and frequencies or use of greater power, except those frequencies specified in the Colo Void Clause Coalition; Antenna System Co-Location; Voluntary Best Practices, effective 21 Nov 2007, will void this determination. Any future construction or alteration, including increase to heights,power, or the addition of other transmitters, requires separate notice to the FAA.This determination includes all previously filed frequencies and power for this structure. If construction or alteration is dismantled or destroyed, you must submit notice to the FAA within 5 days after the construction or alteration is dismantled or destroyed. This determination does include temporary construction equipment such as cranes, derricks, etc., which may be used during actual construction of the structure. However, this equipment shall not exceed the overall heights as 7 Page 1 of 3 indicated above. Equipment which has a height greater than the studied structure requires separate notice to the FAA. This determination concerns the effect of this structure on the safe and efficient use of navigable airspace by aircraft and does not relieve the sponsor of compliance responsibilities relating to any law, ordinance, or regulation of any Federal, State, or local government body. This aeronautical study included evaluation of a structure that exists at this time. Action will be taken to ensure aeronautical charts are updated to reflect the most current coordinates, elevation and height as indicated in the case description. If we can be of further assistance,please contact our office at(424) 405-7643, or karen.mcdonald@faa.gov. On any future correspondence concerning this matter,please refer to Aeronautical Study Number 2018- AWP-13646-OE. Signature Control No: 382260221-387993982 (DNE) Karen McDonald Specialist Attachment(s) Map(s) 8 Page 2 of 3 TOPO Map for ASN 2018-AWP-13646-OE dw,x" ..����,�'a+���,:�b'�� �!� �tl�� ��`�"���` .. ,.,..., _ a '." '"a Via, .....�.�, ,..,_ t,�w�V�Sf "' '�'"�f �! � "'�� �/�J,,1 � ✓ � � 1 ,': o77 "'�„ �.,.,, ...,,,.,.. �1 ';e:.:� fit , r! 1 P�� s ✓/f .X.�„ iYl ��1 1 r ..,� �-fd�(>%��tib � g, a+o ¢. � �' @ � c� r: ,J ✓'— � �I� 'l 1"�f J "lZi� z 'I �. W., qr,... ✓° y, Jb a �� '�`� +�. '. r ung n ...,.' �r..wpw�v;wad IL ,✓ Y � ,� -1 ✓ 'w..�'r � 7 "°t �r ✓ M :: , 1 d :'�"S, 1 y ✓ y � �yw�r f 'v �, �,u''+ �a—e'er.' ,e. p� ' S�r u ✓ �+���1,>n 11� � ��' '� �7 "' �� �� , k `"*, �.����p, � � �' t � i JT a' S f 6b I �r P't d Ir "TMI 11 w' S Cs '� ✓y 1 "''� v `, "' ✓ 11 r >N Gd'y i, ✓ 'rte ' �: a.� ,.#M u `'P'°'.v, ', � � N � „',x"� �� r RI U � r �'' �° tr 9 ✓." ✓ 1 Y� P p1, A, ^�,�.'* 1 rs,;j�1 r�� � -a ✓ t r�� r Ind V t�1 ' ,..,d —���"{,� �`..... ".�"""�� � .�.4_.,,. ✓ ra. �*, �b !p ✓ ✓1 �� ✓ l� 'w�r�� � � 1 i A ��w ✓ ,1 Y ���� P1 PA, v ¢ u✓� f tf '� �"�` t¢rVV ^' ✓� 4 ` tl 1 ,7; .., la�r.4 „r�;.� ti �ti} rb r. .. _,�'n'u.7 „. .• „, N _ yN l 7 v k lii 1� ✓9( n�a.,�. �b �Ir',3 x 1✓ 1 bt ��o�' 1 "r'} `�'C S s r g 1 s l�1t✓I r 3.0 'yi f tl ° f �) I r 1 v �bupr,✓"'Wµ xr 'W �, y y rn�rWrw� a � �1 ��"' D �P33y h ✓ �4 i � :,� I �..r� �".� M�M� {� " 7 ✓1 � ✓r�i �ul.�J;,� � � rir��'�i,'�d�m�df�'��i% ,Pi�u�rr��5`b�f�'"�^yn"`in�ff ilr'�"'"�i r�a °*�r�,wtn.���r� '"i�`µ�' ,� r h «+'G� r 2 i�i J ✓� u _ ,x a�; 'lµ �' ,"i,.,_ ., �.`+yi w,-W �r� r � ��I�'�u., 14 t �����ti u����-,,W� � ��i+i w1�"y�L�F C"'1; �� ✓ ��r� rr"� �� � � � ay��.� I� ,. � ,r:,_�. .,,�,�. ._ � a.. ",n? '� � t b�r S� i'"VP" ` r y Y iy 1/ �u y�t i(��✓ rn "4 �, .�. ��'*�� a"7R.° '�' .��"3w�r- � �rm� R,�,.�ar+��tv wr✓u 6�1 0 � 'S � ,�.�..� �4. Y � ,�rJ I� �C 1. �� / 7�i� It 1 ill } til✓�/ry 3 .� ��`� �i(d�S ye .: N y✓�y�lr r 'u�tit"✓ ! �' r E -�'✓' ' r"'" 3k 5� r 'Y h ,�,.,C iz ✓"'+' � ».,,r � ° ,. ��iww�� A Inti' ,r„ s s i ,✓ CVA �Y-1 ✓' tl" l'i'i t fy,�.iwwu�'4'ee>7"'" �+, I�u ., w .. i r. k"T"d1'�d yr A��41 � Yr� �,� h� r ✓ � //'� �tJ ��r��r�r�r� � ��' "�✓M � ��d f�.y n�yl ��4$ r'���"u �i" � ���� ✓� r �fi �a��r���"'y�""1✓� y, w'6 �"-� .C?� ": � r �r�� l �� � i✓��,7� r r rV� a��" � � � r�r� � b�. '.l� ��yi� ae�w fir. i " "�"m"rr . W r Ni �!,��/(i !� +' t lu✓ dy t ✓ d� ) r .x �.q,� .a Y,,its urr vli'r+. fi �+ yi lirl� t L ✓� �G., 1 IDI '"d ✓{ ✓ i�J� 'r ��'� :� 1 J��I�E t > > h� ( r/�p: )V� G"(a J'w.w..; r� s J� � � 1 �✓i:I � �aiiJ'�k. � "h, ^" i� x, ti !� ng ��� t��U�tir �.i r'�r�az�'„` ,"�,pa✓,_ �d�l r �;4., ���,a-.�" µG�",:a Win.c�T� Y�.tr::.i..�.�.w{.�'�r��.Yw��17��;t.:91... � s.^ .. ,�y h. ..� _ � ,kt .mni, �l� 9 Page 3 of 3 Attachment 3 Community Development Department Planning Services Division 300 Seminary Ave. Ukiah, CA 95482 City o ��' aplanning@cityofukiah.com DATE: September 7, 2018 TO: Mendocino County Airport Land Use Commission FROM: Craig Schlatter, Community Development Director SUBJECT: Mendocino County Comprehensive Land Use Plan Consistency Determination for Heritage Mendocino PROJECT SUMMARY An application was received from Kyle Greenhalgh of Heritage Mendocino for approval of a Major Use Permit/Site Development Permit to allow a cannabis microbusiness that would include distribution, dispensary/retail, manufacturing, and processing of recreational and medicinal products within an existing 2,480 sf building. The existing building footprint would not be expanded. Ancillary parking has been proposed for 13 parking spaces within a 4,237 sf parking lot, and curb and sidewalk improvements and accessibility upgrades have also been proposed. The proposed project includes building and parking lot lighting, which would be down-shielded, and signage. The applicant has also proposed 5,081 sf of landscaping, street trees, and a 6-foot tubular steel security fence around the site perimeter. Please see Attachment 1 for site plans and elevation drawings. PURPOSE OF AGENDA ITEM The purpose of this agenda item is to request the Mendocino County Airport Land Use Commission (the "Commission" or the "ALUC") review the project and determine its consistency with the Mendocino County Airport Comprehensive Land Use Plan ("CLUP"). The project was referred to Mendocino County ALUC staff planner Robert Dostalek on June 26, 2018 and the revised project referred on August 7. Comments from Mr. Dostalek were received by City staff on July 6 (original project) and August 8 (revised project), respectively, stating the project may not be consistent with the CLUP and should be formally reviewed by the ALUC. BACKGROUND The property is located at 1076 Cunningham Street (previously 150 Perry Street) and is bounded by Rupe Street to the north, Cunningham Street to the east, Talmage Road to the south and Perry Street to the west. Doolin Creek traverses the southern portion of the parcel, and railroad tracks are approximately 260 feet east of the parcel. The existing 2,480 sf building is located on the easternmost portion of APN 003-140-07 which is now recognized as its own 0.56-acre parcel 10 through Certificate of Compliance 2017-08356 (new APN is 003-140-52). Lot Line Adjustment (LLA) number 18-3221 was approved by the City Engineer on January 11, 2018 but has not been recorded; and the property owner does not intend to record the LLA at this time. The existing building is located approximately 930 feet north of Airport Road and was constructed in the early 1950s. Previous uses include manufacturing, industrial and retail such as door manufacturing, metal fabrication, recycling sorting, packaging and shipping services, and material storage. PROJECT LOCATION AND SETTING Assessor's Parcel Number: 003-140-52 Parcel size: 0.56 acres General Plan Designation: I (Industrial) Downtown Design District: No Zoning: M (Manufacturing) Airport Compatibility Zone: A* Location: 1076 Cunningham Street Applicant: Kyle Greenhalgh, Heritage Mendocino Figure 1. General Plan Land Use Category Figure 2. Zoning Designation cDR.o............. . MDR HDR RR c RE ALUC Consistency Determination 11 Heritage Mendocino, 1076 Cunningham Street 2 Figure 3. Aerial View ,1 rj r x, GB i ]I I m The project site is surrounded by parcels zoned Manufacturing (M) and Heavy Commercial (C2). The following uses are directly adjacent to the parcel: North: Ukiah Recycle (industrial/manufacturing) East: My Custom Design (retail/commercial) South: Garton Tractor (retail/commercial) West: Automotive shop/repair (industrial/manufacturing) The parcel carries a General Plan Land Use designation of Industrial (1) and is zoned Manufacturing (M). Cannabis related businesses are allowed in M zoning districts with approval of a Major Use Permit per City Ordinance 1186, Ordinance of the City Council of the City of Ukiah Adding and Amending Various Sections of the Ukiah City Code to Regulate Cannabis Related Businesses, adopted on January 17, 2018. ANALYSIS Airport Compatibility. Per the Ukiah Municipal Airport Master Plan ("Ukiah Master Plan"), the entirety of the parcel is located in Zone A* of the July 1996 Ukiah Municipal Airport Master Plan Compatibility Zoning Map. As stated in a technical memorandum prepared by Mead & Hunt on December 7, 2017 (Attachment 2), the CLUP "does not indicate what criteria should apply within ALUC Consistency Determination 2 Heritage Mendocino, 1076 Cunningham Street 3 Compatibility Zone A* in the meantime, although presumably the criteria would be those of Zone A. Zone A comprises land within the Runway Protection Zone or Within Building Restriction line." f _rr "� III,), a, W J , n ' M d nr N; a ry P 1�LYj e'�w i� �Location � a I, i ,,,, WF� flAll Table 2A of the CLUP (7A in the Ukiah Airport Master Plan) lists all structures except for ones with location set by aeronautical function, assemblages of people, objects exceeding FAR Part 77 height limits, and hazards to flight as uses prohibited within the A Zone. However, the proposed project does not involve construction of new structures and instead is to be located in an existing building. The building was constructed in the 1950s and has had several similar uses to the use proposed by the applicant. In addition, the project does not propose to expand the building or use and the project site is surrounded and bounded by existing development similar in use, size and scale. City staff considers the building existing non-conforming. The CLUP is silent on existing non-conforming uses in the A zone but contains the following guidance provided in Section 2.1.8: "Within the context of the CLUP, expansion of existing non-conforming uses up to 20% of the existing structure floor area or 1,000 sf, whichever is greater, is exempt from ALUC formal consistency review and findings. Other expansions outside of the identified "infill" areas discussed in Section 2.1.6 are subject to the discretionary review process normally imposed by the local jurisdictions with review and formal consistency finding by the ALUC..." Density. Density criteria in the Ukiah Airport Plan Compatibility "A" Zones, which includes both the Runway Protection Zone as Zone "A" and the `A*" Zone, allows a maximum of 10 persons per acre. This number should include all individuals who may be on the property at one time, such as customers and employees. Utilizing the Ukiah Municipal Airport Master Plan density criteria, the maximum allowable density is calculated as follows: ALUC Consistency Determination 13 Heritage Mendocino, 1076 Cunningham Street 4 0.56 acres x 10 persons/acre = 5.6 = 6 persons maximum density on site at one time. The maximum building occupancy of the building is 30 persons, which even if applying the 50% reduction adjustment outlined in Appendix C of the CLUP, would exceed the density threshold for the A Zone. However, it is highly improbable for the building to be occupied with this number of people at any one time. According to the applicant, the business is anticipated to have up to 5 employees, working at different times and not to exceed three employees at any one time, and two customers. Therefore, the business does not anticipate having more than 5 persons on site at any one time. The site and existing building have historically been occupied with industrial and manufacturing uses with 5-8 employees and 1-5 customers. The proposed project would not exceed the density that has historically existed on-site. Open Land. The existing building is 2,480 sf and the lot size is 24,325 sf, resulting in 21,845 sf or 89.8% of open land, and the project does not propose an expansion of the existing building footprint. In addition, open land requirements are intended to be applied with respect to the entire zone, and per the Ukiah Master Plan, "All remaining [open land is] required" in Zone A (including A*). A large portion of Zone A is owned by the City of Ukiah and is designated as permanent open land. For these reasons Staff interpret the proposed project to have a less than significant impact on the Zone A* open space. The aggregate amount of open land remaining in Zone A* meets the intent of the Ukiah Master Plan. Height. The existing building is 20 feet in height and although the project does not propose to increase the height, an analysis was conducted by Mead&Hunt to calculate the allowable building height (Attachment 3). A request for a determination of the potential of hazards to air navigation was also submitted to the Federal Aviation Administration (FAA). According to the 2011 CalTrans Division of Aeronautics Airport Land Use Planning Handbook, "the planned height of buildings, antennas, and other objects should be checked with respect to Federal Aviation Regulations Part 77 criteria if the development is close to the airport, situated within the runway approach corridors, or on land higher more than 150 feet above the airport elevation."The height analysis is based upon the Federal Aviation Administration Part 77 airspace surfaces as applied to the airport and shown in the approved Airport Layout Plan (ALP) drawing set. Further, because the ALP shows a proposed northward extension of the runway, the Part 77 surfaces are based upon the future runway end. The allowable height of an object at any point under the Part 77 surfaces is the difference between the elevation of the specific airspace surface at that point and the ground elevation at that same location. The project site lies beneath the approach surface, which slopes upward from a point 200 feet beyond the runway end at a ratio of 34:1 (34 feet horizontally to 1 foot vertically). Using this ratio, the most restrictive height limit on this property is at the point closest to the runway end which, in this case, is the southeast corner adjacent to the intersection of Cunningham Street and Talmage Road. As discussed in Attachment 3, the allowable object height for this location is 34 feet. However, because the approach surface is sloped upward and the ground is relatively level, the allowable height increases moving northward farther from the runway end. For example, at the northwest corner of the parcel the allowable height is 45.4 feet. The existing 20-foot building is well below these height limitations. ALUC Consistency Determination 14 Heritage Mendocino, 1076 Cunningham Street 5 RECOMMENDATION City Staff recommends the Airport Land Use Commission: 1. Consider the request for a consistency determination submitted by Heritage Mendocino. 2. Consider the Findings 1-4 identified below. 3. Find the proposed project consistent with the Airport Comprehensive Land Use Plan, subject to and in consideration of Findings 1-4 and/or additional findings made by the Commission in support of a consistency determination. FINDINGS FOR CONSIDERATION 1. The proposed project would be located within an existing building that was constructed prior to the 1996 adoption of the CLUP and the proposed use is consistent with historical uses approved in the past for industrial, manufacturing and retail purposes. 2. It is unreasonable to utilize the Building Code maximum occupancy as the density standard, as it would allow significantly more occupants in the building than was experienced in the past or that is expected with the proposed project. Based on the applicant's number of projected employees and customers, the total credible expected occupancy would be consistent with the Compatibility Zone A density standard. The proposed project would not exceed the density that has historically existed. 3. The proposed project site is surrounded and bounded by existing development similar in use, size and scale. 4. The proposed project would not expose the public to excessive noise and safety hazards associated with airport operations. ATTACHMENTS 1. Site Plan and Elevations for Heritage Mendocino 2. Mead & Hunt, Inc. Technical Memorandum dated December 13, 2017 3. Mead & Hunt, Inc. Height Restriction Analysis for Heritage Mendocino ALUC Consistency Determination 15 Heritage Mendocino, 1076 Cunningham Street 6 �ro 41 oa N Y Q v Ems- 61 a � o —0' CL "'Meent a Edge �- Street Cunningham rn 294' I � NO a M —.—j 3 Gate \ ° I � / o bio mol I ^� ° IU j 4 294 ml of �I cl I Existing PIE N ulQ) a b Cz CQ Oz Q� I _ Io U^o W°u `°\ 294' I °i Existing P t Overhang I Gate — dwoiJ 1 ti h YI a ° 1 ° IL, rz I a # a v Q; ' ° linety s—� JQ-2iy n O Gate � T f i J R o 293' Street cl Perry — E�off Pove�ent� a c vi N - Orw f N v, I Iv � �.N�o RS o 44U v aai Q o 3 m � oNj K w 11ntl—S1-11'S31bo05sd+1—. 31H9IaAdm * y woo loal!4oieyni�pieyou Ile— �,8{7CJ6`d.7`Ht INn,Ob 3!DvWltfl m a �— ZZSo-ZZb-ZOZ:xej SES-ZZb-ZOZ:auoyd zates vo'pe!in i—isRalp-isi-Vo0o� �� <� '8 AVH`JNINNnc)ezoi yuawdolana4 6wuueld ainyoaylyojv s o H!D-lVHN338!D TlAN w m 0 s3ivic)ossv+33f1b 8 «s :b031N3W3AObdWI1NVNN31 p Q„ z � a a= ZU @JO Q QO QO�Q g�� H w W w O £H S �� m 3 oww --------- jai Edna �� g ow a w w w Y o wwwo �Y �'� �0 5 0 w O w a ow o w �m �� ow O w z I N Zvi a 5 0 �— � i I�z z� 9 bz u o� aa� � u Ia� a w> 5 I �oF JQo � z aw a� azz � w w w Fo a� waw � I � w o o o a Qa �w opo oID O a wz a �o aFw � w I d I ww F I Z Z o6 W a� a U) W a=�oJ1 o O aw Qa Ja iz �� �s 90 aaao-- I oa ao ~ I € 4 w it l Q o zo aw � � I '. ww abOa 39yWlb1 11'me N ou iuopuMe6e}iaeH0uime11-16u1-1 8IN I eIIW 1011111111d,Z WV 80-5>'Z BI o9l.l. t) Esus`v0`HvlNn,aa 3!Dvn-ivl � awoaslaal!4aie}}ni�o pieyap e�iew-a LZSO-ZLb-LOL:xej SZS-ZLb-LOL.auoyd m o Zatee vo'pe!in /aa,isRaipne/si-moos 'R AVHJNINNnJ 8LOl yuawdolanaa 6wuuejd ainyoayiyojv s o HrJwHN338!D TlAN w w m r s31vIc)OSsv+33nb 8 «s :HO31N3n3AOHdnl 1NVNN31 p Q„ �Qo ol_O a Z/I 61 m - J�mwo o�N �waz o00 �i iw aw o�oo a oaaJ000mz LL of o,N w, SII ° I z -II LD Q I, 3 LU Lu IIIH Q Iw a I II i lill l ;Ilz Z LU LU w 0 O l 1 I� z 0 .III ,w ,J J LU I H U w - a x � yu'meN oupopueW e6e}ieFl\6ui,meap\�ey6uiuun�BCCOI e�AN\BIOd Sl�lf`OHdIZ WV CI'E5'C 8l0d/8/8 18 11 1— ��eao�. .e 3 « e asyss VO`Hvl�n'aa 3ww_lvl awoosloal!4oieyni�pieyou lie LZSO-ZLb-LOL:xej SZS-ZLb-LOL:auoyd m Zates vo'wiin `/aa,is�aipuelsis wool <'_ S WtfH`JNINNf1J 8LOl — ���� yuawdolana4 6wuueld ainyoaylyojv s o HrJwHN338!D TlAN w m r s31vioossv+jjnH 8 «s b031N3W3AObdWllNVNN31 p Q„ a' hil 6'. �II � 7iII �� ��NiwlN I J i II d2 P pi LU i Ir h LL LUz Ir w N IIIIUI�II I I w n o LL w-IN ouiuopueW 8CCOl eiAN\ElO3Sl OWOH&Z WV BE-99 BIOd/8/8 19 ATTACHMENT 2 Technical Memorandum Mead I a rpt To: Craig Schlatter, Community Development Director City of Ukiah CC: Greg Owen, Airport Manager City of Ukiah From: Ken Brody, Senior Project Manager Corbett Smith, Airport Planner Date: December 13, 2017 Subject: Issues Concerning Garton Tractor Building Proposal and ALUCP Policies * * * * * * * In the telephone conversations that we have had with you and Greg Owen,you asked us to address several airport land use compatibility issues concerning the proposed Garton Tractor building to be situated near the Ukiah Municipal Airport.This memo discusses the following questions: 1. What types of should projects go to the ALUC for review? 2. Should this project go to the ALUC? 3. What criteria should apply regarding development in the airport influence area given that the ALUC's compatibility plan for the airport is outdated? 4. What development, if any, is allowed inside of an RPZ? 5. Is there rationale for the City to allow the project if it is redesigned to remain outside of the RPZ but still in Compatibility Zone A*? 6. How should the ALUC and City proceed to update the compatibility plan? 1. Projects Needing ALUC Review The requirements for ALUC review of individual development projects are primarily spelled out in California state airport land use planning statutes (Public Utilities Code Sections 21676 and 21676.5). Language in the June 1996 Airport Comprehensive Land Use Plan adopted by the Mendocino County ALUC echoes these requirements. Certain types of land use actions always are to be referred to the ALUC.These are ones involving adoption or amendment of a general plan, specific plan, zoning ordinance, or building regulations affecting land within an airport influence area. Zoning ordinance and building regulations variances are also normally considered as actions requiring referral if any airport land use compatibility factor is involved. Other actions may or may not need to be referred depending on the circumstances. State law requires each local agency having territory within an airport influence area to amend its general plan and applicable specific plans to be consistent with the ALUC's plan or to take steps to overrule the ALUC. Until these plans have been referred to the ALUC and deemed consistent with the compatibility plan, or the local agency has overruled the ALUC with respect to these actions, the ALUC can require all individual development actions within the airport influence area be referred for review (PUC Section 20 Mead&Hunt,Inc. 1360 19th Hole Drive,Suite 200 Windsor,California 95492 ....................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 707 526 5010 fax 707 526 9721 www.meadhunt.com Technical Memorandum Craig Schlatter December 13, 2017 Page 2 21676.5(a)). Few ALUCs are this rigorous. In Policy 1.3.3, the Mendocino County ALUC narrows the list of actions required to be referred to just a few: (a) Any proposed expansion of a city's sphere of influence. (b) Proposed land use project by a government entity which exceeds 10,000 square feet. (c) Proposed storage of more than 2,000 gallons of fuel or flammables per parcel in portions of the B Zone not lateral to the runway. (d) Reconstruction of existing incompatible development with Compatibility Zone A. (e) Any proposed land use action, as determined by the local planning agency, involving a question of compatibility with airport activities. The Compatibility Plan's list of actions that "local agencies will continue to refer" once the local plans are made consistent is identical (Policy 1.3.4). Based on state law, however, such referral is optional unless agreed upon by the local agency. Another exception to the Compatibility Plan's referral requirements in provided in Policy 2.1.8. For nonresidential uses,this policy states that "expansion of non-conforming uses up to 20%of the existing structure floor area or 1,000 square feet, whichever is greater, is exempt from ALUC formal consistency review and findings." 2.ALUC Review of Current Project Our understanding is that the City's action to approve the proposed Garton Tractor building does not require a general plan, specific plan, zoning ordinance, or building regulations amendment or variance. That being the case, the referral is only required for actions in the above list.The proposed project does not explicitly fit into any of these categories. However, it is a new building, not an expansion of less than 1,000 square feet to an existing building, and thus does not qualify for the exemption under Policy 2.1.8. Further, it is an action affecting Compatibility Zone A that can be construed as expansion within Zone A in accordance with Policy 1.3.3(d), even if not technically "reconstruction." When there is any doubt, Mead & Hunt encourages the local agency to refer the project to the ALUC. 3. Basis for Compatibility Review This is a topic about which the City Attorney should be asked. We can say, though, that in working with ALUCs in other counties,their legal counsel has typically advised that the ALUC's consistency determinations be based upon the adopted compatibility plan that is in place even when the plan is known to be outdated. Sometimes in their determination, though, an ALUC will make note of these circumstances. So doing can help the local agency in making the findings necessary to overrule the ALUC. 21 Mead&Hunt,Inc. 1360 191h Hole Drive,Suite 200 Windsor,California 95492 ....................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 707 526 5010 fax 707 526 9721 www.meadhunt.com Technical Memorandum Craig Schlatter December 13, 2017 Page 3 4.Allowable Development in RPZs The Runway Protection Zone (RPZ) is a ground level, trapezoidal area at the end of the runway.This area is designated to enhance the protection of people and property on the ground.The FAA recommends that incompatible land uses, objects, and activities not be located inside of an RPZ.The FAA also recommends that an airport operator maintain full control of an RPZ, ideally through fee simple property acquisition. If this is not feasible, land use control may be achieved through the use of easements. FAA Advisory Circular 150/5300-13A Airport Design, states the following land uses are generally permissible: ■ Farming that meets specific requirements ■ Irrigation channels that meet specific requirements ■ Airport service roads, as long as they are not public roads. ■ Underground facilities ■ Unstaffed navigational aids that are considered fixed-by-function. The FAAs Memorandum, Interim Guidance on Land Uses Within a Runway Protection Zone, dated 9/27/2012, contains additional guidance on land uses that require coordination with the FAA.Table 1 of the memo lists land uses that require coordination with FAA headquarters in Washington D.C. if the proposed land use is to enter the limits of the RPZ. Buildings and structures are one of the listed land uses. If the City wishes to pursue this coordination with FAA headquarters for the placement of a building in the RPZ,there is a specific alternatives analysis that must be documented and presented to the FAA.The alternatives analysis should include: ■ A description of each alternative including a narrative discussion and exhibits or figures depicting the alternative. ■ Full cost estimates associated with each alternative regardless of potential funding sources. ■ A practicability assessment based on the feasibility of the alternative in terms of cost, constructability and other factors. ■ Identification of the preferred alternative that would meet the project purpose and need while minimizing risk associated with the location within the RPZ. ■ Identification of all Federal, State and local transportation agencies involved or interested in the issue. ■ Analysis of the specific portion and percentages of the RPZ affected, drawing a clear distinction between the Central Portion of the RPZ versus the Controlled Activity Area, and clearly delineating the distance from the runway end and runway landing threshold. ■ Analysis of(and issues affecting) sponsor control of the land with the RPZ. 22 Mead&Hunt,Inc. 1360 191h Hole Drive,Suite 200 Windsor,California 95492 ....................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 707 526 5010 fax 707 526 9721 www.meadhunt.com Technical Memorandum Craig Schlatter December 13, 2017 Page 4 ■ Any other relevant factors for headquarters considerations. It is Mead & Hunt's opinion that this effort would be costly, time consuming, and would likely not result in a favorable finding for the project in question. These standards notwithstanding, the federal government, including the FAA, has no direct authority over local land uses and consequently there isn't an outright prohibition on what land uses can occupy an RPZ. Instead,the FAA uses the grant assurances, which the City agreed to when accepting past FAA grants, as a mechanism for compliance. If the City were to proceed with an action that the FAA determined to violate these grant assurances, there is the potential for the City to be unable to obtain future FAA grants and also the potential requirement to repay past grants. Table 2A of the ALUCP reflects the FAA standards.The criteria for Compatibility Zone A explicitly prohibits: ■ All structures except ones with location set by aeronautical function ■ Assemblages of people ■ Objects exceeding FAR Part 77 height limits ■ Hazards to flight. Importantly,though,the boundary of Compatibility Zone A does not directly match the limits of the either the present or future RPZ as described below. Instead, it follows the airport property line in the area. Additionally, an A* zone is created to encompass the remainder of the RPZ at this end of the runway.This zone boundary also mostly follows property lines rather than the RPZ boundaries. ALUCP Policy 6.1 recognizes the private ownership of land in Compatibility Zone A*, by stating that"it is the intention of the City of Ukiah to provide long-term control of the land uses within these areas by either acquiring the property in fee or obtaining approach protection easements restricting the type and density of land uses permitted." Unfortunately,the ALUCP does not indicate what criteria should apply within Compatibility Zone A* in the meantime, although presumably the criteria would be those of Zone A. 5.Acceptability of this Project if Not in RPZ As currently proposed, a small portion (approximately 1,000 square feet) of the Garton Tractor building would fall within the outermost, northeast corner of the present Ukiah Municipal Airport RPZ.The FAA RPZ standards as well as the ALUC's policies regarding Compatibility Zone A would apply. Complicating the situation, however, is that the 2016 Airport Layout Plan (ALP)that both the City and the FAA have approved proposes a future 465-foot northern extension of the runway.The RPZ would shift a corresponding distance, with the result being that, because of the RPZ's trapezoidal shape, the proposed building would fall just outside the edge of the future RPZ. However, the change to the future RPZ as depicted on the ALP would only occur after the runway end is physically shifted north. Before that can happen,justification must be presented to the FAA that the 23 Mead&Hunt,Inc. 1360 191h Hole Drive,Suite 200 Windsor,California 95492 ....................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 707 526 5010 fax 707 526 9721 www.meadhunt.com Technical Memorandum Craig Schlatter December 13, 2017 Page 5 runway should be extended to the north to better suit the aviation users, the environmental review process must be completed, and funding must be approved. Accomplishment of the project is thus undoubtedly many years away.The City therefore needs to continue protecting the present RPZ for the foreseeable future and also to protect the future RPZ in order to preserve the prospects for accomplishing the extension. Unless the City wishes to go through the process of seeking FAA acceptance of the proposed building or to simply ignore the FAA standards on the basis that the City does not own the property, the primary remaining option is for the building's design to be modified so it falls entirely outside of both RPZs.The modified building would probably still be in Compatibility Zone A* and remain in conflict with the ALUCP criteria for this zone, but it would likely be acceptable in terms of FAA standards. From an FAA perspective,the remaining concern likely would be to ensure that the building is not an airspace obstruction. Another option, as discussed below, is to update the ALUCP. However, even if the A* zone boundary were to be adjusted to match FAA criteria, a corner of the building would or should be in this zone. Until the proposed runway extension is implemented, the ALUCP should protect for both configurations. Also, any changes to the zone boundaries would still place the building in Compatibility Zone B1 and the criteria for that zone would apply. While our understanding of the proposed use of the new building is that it would be low-intensity, we have not done an evaluation of its consistency with the Compatibility Zone B1 intensity criteria.The project's compliance with one other criterion for this zone—"locate structures maximum distance from extended runway centerline"—could also be debated. 6. Updating the ALUCP In theory, the ALUCP should have been updated as necessary at the time the new ALP was approved by City and the FAA. As is the case with ALUCs in many counties, however, funding for this task was undoubtedly lacking.The entire ALUCP really needs updating as it is over 20 years old and does not adhere to current Caltrans Airport Land Use Planning Handbook guidance or the procedures and criteria adopted by other ALUCs in recent years. We recognize, however, that such an endeavor is well beyond anything being contemplated by the County. What could be done fairly economically, however, is to simply update the Ukiah Municipal Airport Compatibility Map found on page 3-15 of the ALUCP. If the focus of the update were to be limited just to the areas affected by the runway and RPZ changes and not get into issues of the criteria applied in the zones, this task should involve minimal effort. Some CEQA documentation would nonetheless be necessary, particularly if any locations would be affected by greater restrictions. If you would like, Mead & Hunt would be happy to work with you to define a scope and budget for an update of this type. 24 Mead&Hunt,Inc. 1360 191h Hole Drive,Suite 200 Windsor,California 95492 ....................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 707 526 5010 fax 707 526 9721 www.meadhunt.com ATTACHMENT 3 Michelle Irace From: Ken Brody <ken.brody@meadhunt.com> Sent: Tuesday,August 28, 2018 5:01 PM To: Michelle Irace Subject: Allowable Height for Objects on Property at 150 Perry Street Michelle... This message documents our conversation today regarding how tall structures and other objects on the above property can be without penetrating the airspace surfaces for the Ukiah Municipal Airport. The analysis is based upon the Federal Aviation Administration Part 77 airspace surfaces as applied to the airport and shown in the approved Airport Layout Plan (ALP) drawing set. Further, because the ALP shows a proposed northward extension of the runway, the Part 77 surfaces are based upon the future runway end. This is true even though the landing threshold for this end of the runway (Runway 15) will remain where the runway currently ends, thus resulting in what is known as a displaced threshold. In simple terms, the allowable height of an object at any point under the Part 77 surfaces is the difference between the elevation of the specific airspace surface at that point and the ground elevation at that same location. The particular property in question lies beneath the approach surface which slopes upward from a point 200 feet beyond the runway end at a ratio of 34:1 (34 feet horizontally to 1 foot vertically). The calculation methodology is slightly different for points under other surfaces although the allowable height is still represented by the difference between the airspace surface and the ground elevation. The most restrictive height limit on this property is at the point closest to the runway end which, in this case, is the southeast corner adjacent to the intersection of Cunningham Street and Talmage Road. This point is approximately 880 feet horizontally from the beginning of the 34:1 approach surface. Vertically, the approach surface starts at the same elevation as the runway end which, for Runway 15, is shown on the ALP as being 618.1 feet above mean sea level (MSL). The elevation of the approach surface at the southeast corner of the property is thus (880/34)+618.1 or 644.0 feet MSL. Available topo data indicates that the ground elevation at this corner is approximately 610.0 feet MSL, resulting in an allowable object height of 34.0 feet (644.0-610.0). Because the approach surface is sloped upward and the ground is relatively level, the allowable height increases moving northward farther from the runway end. At the northwest corner of the Parcel 3 portion of the property, 1,200 feet from the runway end and having an elevation of 608.0 feet, the allowable height is 45.4 feet [(1,200/34)+618.1)-608.0]. I trust that this message provides the information you need regarding this property, as well as some indication of the methodology involved in the calculation. As always, please don't hesitate to get back in touch with me if you have any questions. Ken Kenneth A. I13irod'y 11 Senior Project Manager, Aviation Services (Mead&I14u nt 1I 1.360 1.911 Iliolle IDrNe,Suke 200 1I Windsor, A5492 IMahru'7&1'x...526-501.0 1I Il:liirectn'7&1'x...284-8688 1I Ilftlbiille:7&17...479-7920 25 ken. rode ead runt.co I www.meadhunt.com 1 Attachment 4 Resolution Number AC 2018-0004 County of Mendocino Ukiah, California October 18, 2018 ALUC 2018-0006— HERITAGE MENDOCINO ACLUP CONSISTENCY DETERMINATION RESOLUTION OF THE AIRPORT LAND USE COMMISSION, COUNTY OF MENDOCINO, STATE OF CALIFORNIA, FOR AIRPORT COMPREHENSIVE LAND USE PLAN CONSISTENCY DETERMINATION FOR A PROPOSED CANNABIS MICROBUSINESS THAT WOULD INCLUDE DISTRIBUTION, DISPENSARY/RETAIL, MANUFACTURING, AND PROCESSING OF RECREATIONAL AND MEDICINAL PRODUCTS WITHIN AN EXISTING 2,480 SF BUILDING. THE APPLICANT ALSO PROPOSES 5,081 SF OF LANDSCAPING, STREET TREES, AND A 6-FOOT TUBULAR STEEL SECURITY FENCE AROUND THE SITE PERIMETER. WHEREAS, the applicant, Kyle Greenhalgh (Heritage Mendocino), filed an application on September 7, 2018 for an Airport Comprehensive Land Use Plan Consistency Determination with the Mendocino County Department of Planning and Building Services for a proposed cannabis microbusiness that would include distribution, dispensary/retail, manufacturing, and processing of recreational and medicinal products within an existing 2,480 sq. ft. building. The existing building footprint would not be expanded. Ancillary parking has been proposed for 13 parking spaces within a 4,237 sq. ft. parking lot, along with curb and sidewalk improvements and accessibility upgrades. The proposed project includes building and parking lot lighting and signage. The applicant has also proposed 5,081 sq. ft. of landscaping, street trees, and a 6 ft. tubular steel security fence around the site perimeter, in the City of Ukiah, lying on the west side of Cunningham St., at its intersection with Talmage Rd., located at 1076 Cunningham St., Ukiah (APN: 003-140-52) (the"Project'); and WHEREAS, in accordance with applicable provisions of law at a duly noticed public hearing on October 18, 2018, the Mendocino County Airport Land Use Commission reviewed Case# ALUC_2018- 0006 for consistency with the Mendocino County Airport Comprehensive Land Use Plan (the "ACLUP") at which time the Airport Land Use Commission heard and received all relevant testimony and evidence presented orally or in writing regarding the Project. All interested persons were given an opportunity to hear and be heard regarding the Project; and WHEREAS, on October 18, 2018, the Airport Land Use Commission, approved a motion finding the Project to be inconsistent with the ACLUP; and WHEREAS, the Airport Land Use Commission has had an opportunity to review this Resolution and finds that it accurately sets forth the intentions of the Airport Land Use Commission regarding the Project. NOW, THEREFORE, BE IT RESOLVED, that based on the evidence in the record, the Airport Land Use Commission makes the following findings and determinations: 1. Findings of Inconsistency with the Airport Comprehensive Land Use Plan (ACLUP): The proposed Project is not consistent with the ACLUP. The Project site is located in Airport Compatibility Zone A* of the Mendocino County Airport Comprehensive Land Use Plan, which is the zone most restrictive of land uses. The asterisk in "Zone A" indicates those properties are intended to be acquired by the City of Ukiah either in fee or controlled by obtaining approach protection easements. Overall, Zone A is intended to be restricted to uses which promote the most unobstructed, open land (e.g., pastures, field crops, automobile parking, as shown in Table 2A). Pursuant to Table 2A of the ACLUP, properties within Zone A are to preserve all remaining open land, and the only permissible structures are those with a location set by their aeronautical 26 1 function. Although the Project would occupy a pre-existing structure, it would introduce a land use (i.e. commercial retail/light industrial) that is not permissible in Zone A* pursuant to Table 2A of the ACLUP. In addition, Appendix D of the ACLUP identifies the proposed commercial and industrial uses as incompatible in Zone A. Therefore, the project is inconsistent with the ACLUP. BE IT FURTHER RESOLVED that the Airport Land Use Commission designates the Commissions Services Supervisor as the custodian of the document and other material which constitutes the record of proceedings upon which the Airport Land Use Commission determination herein is based. These documents may be found at the office of the County of Mendocino Planning and Building Services, 860 North Bush Street, Ukiah, CA 95482. /hereby certify that according to the Provisions of Government Code Section 25103 delivery of this document has been made. ATTEST: VICTORIA DAVIS Commissio Services Su ervisor By: BY: BRENT SCHULTZ MADELIN HOLTKAMP, Acting Chair Interi Direc ;, Airport Land Use Commission "4,�� ,�.. . mks. ��" �.. ��" it d� ���✓ 27 Attachment 5 PROPOSED RESOLUTION OF THE CITY COUNCIL OF THE CITY OF UKIAH OVERRULING FINDING OF MENDOCINO COUNTY AIRPORT LAND USE COMMISSION WHEREAS: 1. On October 18, 2018, the Mendocino County Airport Land Use Commission ("ALUC") adopted Resolution No. ALUC_2018-0006- Heritage Mendocino ACLUP Consistency Determination ("Consistency Determination"); and 2. The Consistency Determination found that the Heritage Mendocino project, as proposed (the "project"), is inconsistent with the Mendocino County Airport Land Use Plan (the "ACLUP") for the Ukiah Municipal Airport, because although the Project would occupy a pre-existing structure, it would introduce a land use (i.e. commercial retail/light industrial) that is not permissible in the A* Zone pursuant to Table 2A of the ACLUP. In addition, Appendix D of the ACLUP identifies the proposed commercial and industrial uses as incompatible in Zone A. 3. The City Council directed the Director to prepare the proposed decision to overrule the Consistency Determination based on ultimate findings that: a. The project is not inconsistent with the restrictions in the A* zone given that the proposed project would be located within an existing building that was constructed in the early 1950s, prior to the 1996 adoption of the ACLUP, and the proposed use is consistent with historical uses approved in the past for industrial, manufacturing and retail purposes. b. The project site is currently surrounded by similar industrial, manufacturing and retail uses. c. The FAA has determined that the existing building would pose no hazard to air navigation. In addition, the technical memorandum prepared by Mead & Hunt concluded that the existing building is well below the allowable structure height based on Federal Aviation Administration Part 77 airspace surfaces for the Ukiah Municipal Airport. NOW, THEREFORE, BE IT RESOLVED as follows- 1. ollows:1. The City Council adopts the findings contained in Attachment 1. 2. The City Council directs the Director to proceed with the Overrule process. 3. The City Council directs the Director to provide the California Department of Transportation, Division of Aeronautics ("Division") and the ALUC with notice of this proposed decision overruling the Consistency Determination no less than 45 days before a public hearing is scheduled before the City Council on 28 the proposed overrule of the project; and the Division and ALUC have 30 days from date they are served with this Proposed Decision to file with the City Clerk any comments they may have about the proposed decision. 4. Based on the findings in Attachment 1 and the ultimate findings in Recital No. 5, the City Council finds that the project: (1) is not inconsistent with the restrictions in the A* zone given that the proposed project would be located within an existing building that was constructed in the early 1950s, prior to the 1996 adoption of the ACLUP, and the proposed use is consistent with historical uses approved in the past for industrial, manufacturing and retail purposes; and (2) will minimize the public's exposure to excessive noise and safety hazards within the area where the project is located. 5. Based on the findings in Nos. 1 through 5 above, the City Council overrules the ALUC Consistency Determination for the Heritage Mendocino project. PASSED AND ADOPTED this _th day of 20197 by the following roll call vote. AYES: NOES: ABSENT: ABSTAIN: Maureen Mulheren, Mayor ATTEST: Kristine Lawler, City Clerk 29 ATTACHMENT 1 FINDINGS FOR PROPOSED UKIAH CITY COUNCIL OVERRULE OF MENDOCINO COUNTY AIRPORT LAND USE COMMISSION DETERMINATION OF INCONSISTENCY WITH REGARD TO PROPOSED HERITAGE MENDOCINO CANNABIS MICROBUSINESS PROEJCT 1. The Mendocino County Airport Comprehensive Land Use Plan (ACLUP) was adopted by the Mendocino County Airport Land Use Commission (ALUC) in 1993 and revised in 1996. This countywide document contains the individual plans for each of the airports in the county, including Ukiah Municipal Airport (UKI). A policy amendment pertaining only to UKI was made in 2010 (the amendment concerned public facility buildings). 2. The ACLUP Compatibility Map for UKI is based upon the 1996 UKI Airport Layout Plan (ALP). That ALP shows the existing north end of the runway (Runway 15) as relocated 585 feet from the physical end of the pavement. This configuration matches the way that the runway exists today. The 1996 ALP indicates that the existing Runway Protection Zone (RPZ) for Runway 15 had dimensions of 500 feet width at the inner end, 1,700 feet length, and 1,010 feet width at the outer end. These dimensions match the Federal Aviation Administration (FAA) airport design standards which were in place at that time for runways in the UKI runway category and having a nonprecision approach. 3. The UKI ALP was updated in 2015. This newer ALP depicts both the existing and a proposed future configuration for the north end of the runway. The future configuration would utilize pavement that already exists to shift the runway end 465 feet northward, thereby increasing the runway length by that amount. The landing threshold would remain where the runway now ends, thus creating a 465-foot displaced threshold. The 2015 ALP shows the existing RPZ as having dimensions of 500 feet width at the inner end, 1,000 feet length, and 700 feet width at the outer end. This reduction in the RPZ dimensions reflects a change in FAA design standards since 1996, not any difference in the type of approach to Runway 15. The future RPZ would keep the same dimensions, but would shift 465 feet northward as dictated by the proposed runway end shift. The ALUC has not updated the UKI ACLUP to reflect these changes. 4. The 1993/96 ACLUP establishes two compatibility zones encompassing the RPZ depicted on the 1996 ALP. Compatibility Zone A is the portion of the RPZ that is on airport property. Compatibility Zone A* contains privately owned parcels that are at least partly within the 1996 RPZ. The City of Ukiah owns avigation easements on each of these parcels. The compatibility criteria for both zones prohibit all new structures and any use that would have more than 10 people per acre. Adjoining Compatibility Zone A* and falling almost entirely outside of the 1996 RPZ or either of the 2015 RPZs is Compatibility Zone 131 (the two very small outer corners of the 1996 RPZ that extend into Compatibility Zone 131 are within public street rights-of-way). Compatibility criteria for this zone limit nonresidential uses to no more than 60 people per acre and prohibit risk-sensitive uses such as schools and hospitals, highly noise-sensitive uses, and uses where highly flammable materials are stored. 5. The Heritage Mendocino property lies fully within Compatibility Zone A*. The RPZ identified in the 2015 ALP immediately borders the parcel to the southwest of the property, however no portion of the property nor the existing building is located within the RPZ. In addition, the subject parcel was not included in the 1996 RPZ. Heritage Mendocino proposes a cannabis microbusiness that would include distribution, dispensary/retail, manufacturing, and 30 processing of recreational and medicinal products within an existing 2,480 sf, 20 ft high building along the northern side of the property. The property and building have been historically used in the past for industrial, manufacturing and retail purposes similar to that proposed by the applicant. According to the applicant, the business is anticipated to have up to 5 employees, working at different times and not to exceed three employees at any one time, and two customers. Therefore, the business does not anticipate having more than 5 persons on site at any one time. The site and existing building have historically been occupied with industrial and manufacturing uses with 5-8 employees and 1-5 customers. 6. If the Compatibility Zone A*boundary were to coincide with the combined outline of the 2015 existing and future RPZs, the proposed building would be within Compatibility Zone B1 and would meet the 1993/96 ACLUP compatibility criteria for that zone. 7. Safety compatibility guidelines contained within the 2011 Caltrans Airport Land Use Planning Handbook (Handbook) are also relevant to the proposed Heritage Mendocino project, especially because the UKI ACLUP has not been updated to be based upon the adopted UKI ALP as state law says it should be. Figure 3A of the Handbook depicts example safety compatibility zones. Example 2, for medium general aviation runways (ones having a length of 4,000 to 5,999 feet), is most applicable to UKI's 4,423-foot existing and 4,888-foot proposed future lengths. However, as stated in Note 1 of Figure 3A, the example Zone 1 boundaries are intended to reflect F AA dimensions for RPZs and may need to be adjusted from the example's dimensions to match the actual RPZ dimensions for a particular airport. On this basis, the site of the existing building would be within Handbook Safety Zone 2 for both the existing and future UKI runway configurations. Handbook guidelines for suburban- area development in Safety Zone 2 recommend limits of 40 to 60 people per average acre of the property with no more than 80 to 120 people within any single acre. The occupancy of the existing building that would be utilized by Heritage Mendocino would be well within these guidelines. 8. On August 21, 2018 Form 7460 was submitted to the FAA to notify the agency about the project. The FAA conducted an aeronautical study of the existing structure and made a determination that it would pose no hazard to air navigation (letter dated 10/19/2018). 9. To summarize, an overrule of the ALUC is justified because: a. The Mendocino County ALUC has not updated the Airport Comprehensive Land Use Plan for the Ukiah Municipal Airport adopted in 1993 and amended in 1996 and 2010 to reflect Runway Protection Zone dimensions shown on the 2015 Airport Layout Plan. b. The proposed project would be located within an existing building that was constructed in the early 1950s, prior to the 1996 adoption of the ACLUP and the proposed use is consistent with historical uses approved in the past for industrial, manufacturing and retail purposes. c. The project site is currently surrounded by similar industrial, manufacturing and retail uses. d. The proposed Heritage Mendocino project would be located in an existing building, and would not be situated within either the existing or future Runway Protection Zones depicted on the 2015 Airport Layout Plan. e. If the ALUC were to modify the Airport Comprehensive Land Use Plan so that the boundaries of Compatibility Zone A* were to match those of the existing and future Runway Protection Zone dimensions on the 2015 Airport Layout Plan, the site of the existing building would fall within Compatibility Zone B1 and would be consistent with the criteria for that zone. 31 f. Absent a current Airport Comprehensive Land Use Plan for the Ukiah Municipal Airport, consideration should be given to the safety compatibility guidance provided in the 2011 Caltrans Airport Land Use Planning Handbook. The existing building falls within the Handbook's example Safety Zone 2 for a medium general aviation runway and the building's proposed usage would be consistent with the guideline safety criteria for that zone. g. The FAA has determined that the existing building would pose no hazard to air navigation. 32 M Attachment 6 M y, ty of Ukiah % a,,,,, COMMUNI'l Y L EVLL®PMEN'l DEPARIMLN1 November 8, 2018 California Department of Transportation Division of Aeronautics Attn: Jeff Brown, Chief MS 40 P.O. Box 942874 Sacramento, CA 94274-0001 Dear Mr. Brown: At the November 7, 2018 meeting of the Ukiah City Council, the City Council directed City staff to proceed with the overrule of the Mendocino County Airport Land Use Commission's October 18, 2018 determination of inconsistency with the Mendocino County Airport Comprehensive Land Use Plan for the Heritage Mendocino Cannabis Microbusiness Project, located at 1076 Cunningham Street (previously 150 Perry Street). In accordance with Public Utilities Code and the California Airport Land Use Planning Handbook, the City of Ukiah Community Development Department is submitting a copy of the following for comment: • Draft resolution of the proposed overrule decision • Attachment 1 to draft resolution- Findings supporting the proposed overrule The Caltrans Division of Aeronautics has 30 days from the date of receipt of this letter to submit comments on the proposed overrule decision and/or the findings. If the Division does not submit comments within this time period, comments will not be considered during the City Council overrule public hearing. Sincerely, Craig hl r Director o Community Development Enclosures: (2) CC: Kyle Greenhalgh, Applicant, Heritage Mendocino Joe Thomas, Property Owner, 1076 Cunningham Street Sage Sangiacomo, City Manager David Rapport, City Attorney Greg Owen, Airport Manager 300 Seminary Avenue • Ukiah • CA • 95482-5400 Phone: (707)463--6200 • Fax: (707)463-6204 -www.cityofukiah.com W -P M PROPOSED RESOLUTION OF THE CITY COUNCIL OF THE CITY OF UKIAH OVERRULING FINDING OF MENDOCINO COUNTY AIRPORT LAND USE COMMISSION WHEREAS: 1. On October 18, 2018, the Mendocino County Airport Land Use Commission ("ALUC")adopted Resolution No.ALUC_2018-0006- Heritage Mendocino ACLUP Consistency Determination ("Consistency Determination"); and 2. The Consistency Determination found that the Heritage Mendocino project, as proposed (the "project'), is inconsistent with the Mendocino County Airport Land Use Plan (the "ACLUP") for the Ukiah Municipal Airport, because although the Project would occupy a pre-existing structure, it would introduce a land use (i.e. commercial retail/light industrial)that is not permissible in the A*Zone pursuant to Table 2A of the ACLUP. In addition, Appendix D of the ACLUP identifies the proposed commercial and industrial uses as incompatible in Zone A. 3. The City Council directed the Director to prepare the proposed decision to overrule the Consistency Determination based on ultimate findings that: a. The project is not inconsistent with the restrictions in the A* zone given that the proposed project would be located within an existing building that was constructed in the early 1950s, prior to the 1996 adoption of the ACLUP, and the proposed use is consistent with historical uses approved in the past for industrial, manufacturing and retail purposes. b. The project site is currently surrounded by similar industrial, manufacturing and retail uses. c. The FAA has determined that the existing building would pose no hazard to air navigation. In addition, the technical memorandum prepared by Mead & Hunt concluded that the existing building is well below the allowable structure height based on Federal Aviation Administration Part 77 airspace surfaces for the Ukiah Municipal Airport. NOW, THEREFORE, BE IT RESOLVED as follows: 1. The City Council adopts the findings contained in Attachment 1. 2. The City Council directs the Director to proceed with the Overrule process. 3. The City Council directs the Director to provide the California Department of Transportation, Division of Aeronautics ("Division") and the ALUC with notice of this proposed decision overruling the Consistency Determination no less than 45 days before a public hearing is scheduled before the City Council on the proposed overrule of the project; and the Division and ALUC have 30 days from date they are served with this Proposed Decision to file with the City Clerk any comments they may have about the proposed decision. 4. Based on the findings in Attachment 1 and the ultimate findings in Recital No. 5, the City Council finds that the project: (1) is not inconsistent with the restrictions in the A* zone given that the proposed project would be located within an existing building that was constructed in the early 1950s, prior to the 1996 adoption of the ACLUP, and the proposed use is consistent with historical uses approved in the past for industrial, manufacturing and retail purposes; and (2) will minimize the public's exposure to excessive noise and safety hazards within the area where the project is located. 5. Based on the findings in Nos. 1 through 5 above, the City Council overrules the ALUC Consistency Determination for the Heritage Mendocino project. PASSED AND ADOPTED this „,_th day of 2018, by the following roll call vote. AYES: NOES: ABSENT: ABSTAIN: Kevin Doble, Mayor ATTEST: Kristine Lawler, City Clerk w 00 ti M FINDINGS FOR PROPOSED UKIAH CITY COUNCIL OVERRULE OF MENDOCINO COUNTY AIRPORT LAND USE COMMISSION DETERMINATION OF INCONSISTENCY WITH REGARD TO PROPOSED HERITAGE MENDOCINO CANNABIS MICROBUSINESS PROEJCT 1. The Mendocino County Airport Comprehensive Land Use Plan (ACLUP) was adopted by the Mendocino County Airport Land Use Commission (ALUC) in 1993 and revised in 1996. This countywide document contains the individual plans for each of the airports in the county, including Ukiah Municipal Airport (UKI). A policy amendment pertaining only to UKI was made in 2010 (the amendment concerned public facility buildings). 2. The ACLUP Compatibility Map for UKI is based upon the 1996 UKI Airport Layout Plan (ALP). That ALP shows the existing north end of the runway (Runway 15) as relocated 585 feet from the physical end of the pavement. This configuration matches the way that the runway exists today. The 1996 ALP indicates that the existing Runway Protection Zone (RPZ) for Runway 15 had dimensions of 500 feet width at the inner end, 1,700 feet length, and 1,010 feet width at the outer end. These dimensions match the Federal Aviation Administration (FAA) airport design standards which were in place at that time for runways in the UKI runway category and having a nonprecision approach. 3. The UKI ALP was updated in 2015.This newer ALP depicts both the existing and a proposed future configuration for the north end of the runway. The future configuration would utilize pavement that already exists to shift the runway end 465 feet northward, thereby increasing the runway length by that amount. The landing threshold would remain where the runway now ends, thus creating a 465-foot displaced threshold. The 2015 ALP shows the existing RPZ as having dimensions of 500 feet width at the inner end, 1,000 feet length, and 700 feet width at the outer end.This reduction in the RPZ dimensions reflects a change in FAA design standards since 1996, not any difference in the type of approach to Runway 15. The future RPZ would keep the same dimensions, but would shift 465 feet northward as dictated by the proposed runway end shift. The ALUC has not updated the UKI ACLUP to reflect these changes. 4. The 1993196 ACLUP establishes two compatibility zones encompassing the RPZ depicted on the 1996 ALP. Compatibility Zone A is the portion of the RPZ that is on airport property. Compatibility Zone A* contains privately owned parcels that are at least partly within the 1996 RPZ. The City of Ukiah owns avigation easements on each of these parcels. The compatibility criteria for both zones prohibit all new structures and any use that would have more than 10 people per acre. Adjoining Compatibility Zone A* and falling almost entirely outside of the 1996 RPZ or either of the 2015 RPZs is Compatibility Zone 131 (the two very small outer corners of the 1996 RPZ that extend into Compatibility Zone 131 are within public street rights-of-way). Compatibility criteria for this zone limit nonresidential uses to no more than 60 people per acre and prohibit risk-sensitive uses such as schools and hospitals, highly noise-sensitive uses, and uses where highly flammable materials are stored. 5. The Heritage Mendocino property lies fully within Compatibility Zone A*. The RPZ identified in the 2015 ALP immediately borders the parcel to the southwest of the property, however no portion of the property nor the existing building is located within the RPZ. In addition, the subject parcel was not included in the 1996 RPZ. Heritage Mendocino proposes a cannabis microbusiness that would include distribution, dispensary/retail, manufacturing, and processing of recreational and medicinal products within an existing 2,480 sf, 20 ft high building along the northern side of the property. The property and building have been historically used in the past for industrial, manufacturing and retail purposes similar to that proposed by the applicant. According to the applicant, the business is anticipated to have up to 5 employees, working at different times and not to exceed three employees at any one time, and two customers. Therefore, the business does not anticipate having more than 5 persons on site at any one time. The site and existing building have historically been occupied with industrial and manufacturing uses with 5-8 employees and 1-5 customers. 6. If the Compatibility Zone A*boundary were to coincide with the combined outline of the 2015 existing and future RPZs, the proposed building would be within Compatibility Zone B1 and would meet the 1993196 ACLUP compatibility criteria for that zone. 7. Safety compatibility guidelines contained within the 2011 Caltrans Airport Land Use Planning Handbook (Handbook) are also relevant to the proposed Heritage Mendocino project, especially because the UKI ACLUP has not been updated to be based upon the adopted UKI ALP as state law says it should be. Figure 3A of the Handbook depicts example safety compatibility zones. Example 2, for medium general aviation runways (ones having a length of 4,000 to 5,999 feet), is most applicable to UKI's 4,423-foot existing and 4,888-foot proposed future lengths. However, as stated in Note 1 of Figure 3A, the example Zone 1 boundaries are intended to reflect F AA dimensions for RPZs and may need to be adjusted from the example's dimensions to match the actual RPZ dimensions for a particular airport. On this basis, the site of the existing building would be within Handbook Safety Zone 2 for both the existing and future UKI runway configurations. Handbook guidelines for suburban- area development in Safety Zone 2 recommend limits of 40 to 60 people per average acre of the property with no more than 80 to 120 people within any single acre. The occupancy of the existing building that would be utilized by Heritage Mendocino would be well within these guidelines. 8. On August 21, 2018 Form 7460 was submitted to the FAA to notify the agency about the project. The FAA conducted an aeronautical study of the existing structure and made a determination that it would pose no hazard to air navigation (letter dated 10/19/2018). 9. To summarize, an overrule of the ALUC is justified because: a. The Mendocino County ALUC has not updated the Airport Comprehensive Land Use Plan for the Ukiah Municipal Airport adopted in 1993 and amended in 1996 and 2010 to reflect Runway Protection Zone dimensions shown on the 2015 Airport Layout Plan. b. The proposed project would be located within an existing building that was constructed in the early 1950s, prior to the 1996 adoption of the ACLUP and the proposed use is consistent with historical uses approved in the past for industrial, manufacturing and retail purposes. c. The project site is currently surrounded by similar industrial, manufacturing and retail uses. d. The proposed Heritage Mendocino project would be located in an existing building, and would not be situated within either the existing or future Runway Protection Zones depicted on the 2015 Airport Layout Plan. e. If the ALUC were to modify the Airport Comprehensive Land Use Plan so that the boundaries of Compatibility Zone A* were to match those of the existing and future Runway Protection Zone dimensions on the 2015 Airport Layout Plan, the site of the existing building would fall within Compatibility Zone B1 and would be consistent with the criteria for that zone. w 00 rn M f. Absent a current Airport Comprehensive Land Use Plan for the Ukiah Municipal Airport, consideration should be given to the safety compatibility guidance provided in the 2011 Caltrans Airport Land Use Planning Handbook. The existing building falls within the Handbook's example Safety Zone 2 for a medium general aviation runway and the building's proposed usage would be consistent with the guideline safety criteria for that zone. g. The FAA has determined that the existing building would pose no hazard to air navigation. .p 0 Michelle Irace From: TrackingUpdates@fedex.com Sent: Friday, November 9, 2018 9:34 AM To: Michelle Irace Subject: FedEx Shipment 783677289091 Delivered This tracking update has been requested by: Name: City Of Ukiah E-mail: mirace@cityofukiah.com Our records indicate that the following shipment has been delivered: Ship date: Nov 8, 2018 Signed for by: N.NEWMAN Delivery location: Sacramento, CA Delivered to: Shipping/Receiving Delivery date: Fri, 11/9/2018 9:29 am Service type: FedEx Priority Overnight° Packaging type: FedEx' Envelope Number of pieces: 1 Weight: 0.50 Ib. Special handling/Services Deliver Weekday Standard transit: 11/9/2018 by 10:30 am Tracking number: 783677289091 Shipper Information Recipient Information UKIAH Sacramento CA CA US US Please do not respond to this message.This email was sent from an unattended mailbox.This report was generated at approximately 11:33 AM CST on 11/09/2018. All weights are estimated. 41 i The shipment is scheduled for delivery on or before the scheduled delivery displayed above. FedEx does not determine money-back guarantee or delay claim requests based on the scheduled delivery. Please see the FedEx Service Guide for terms and conditions of service, including the FedEx Money-Back Guarantee, or contact your FedEx customer support representative. To track the status of this shipment online, please use the following: https://www.fedex.com/apps/fedextrack/?action=track&tracknumbers=783677289091&language=en&opco=FX&clienty pe=ivother Standard transit is the date and time the package is scheduled to be delivered by, based on the selected service, destination and ship date. Limitations and exceptions may apply. Please see the FedEx Service Guide for terms and conditions of service, including the FedEx Money-Back Guarantee, or contact your FedEx Customer Support representative. © 2018 Federal Express Corporation.The content of this message is protected by copyright and trademark laws under U.S. and international law.You can access our privacy policy by searching the term on fedex.com. All rights reserved. Thank you for your business. 42 2 M d' City of Ukiah COMMUNITY DEVELOPMENI DEPARIMENT November 8, 2018 Mendocino County Airport Land Use Commission CIO Keith Gronendyke, Mendocino County Staff Planner Department of Planning and Building Services 860 N Bush St Ukiah, CA 95482 Dear Commissioners: At the November 7, 2018 meeting of the Ukiah City Council, the City Council directed City staff to proceed with the overrule of the Mendocino County Airport Land Use Comm'ission's October 18, 2018 determination of inconsistency with the Mendocino County Airport Comprehensive Land Use Plan for the Heritage Mendocino Cannabis Microbusiness Project, located at 1076 Cunningham Street (previously 150 Perry Street). In accordance with Public Utilities Code and the California Airport Land Use Planning Handbook, the City of Ukiah Community Development Department is submitting a copy of the following for comment: • Draft resolution of the proposed overrule decision • Attachment 1 to draft resolution- Findings supporting the proposed overrule The Caltrans Division of Aeronautics has 30 days from the date of receipt of this letter to submit comments on the proposed overrule decision andor the findings. If the Division does not submit comments within this time period, comments will not be considered during the City Council overrule public hearing. Sincerely, Craig S ter Director of Community Development Enclosures: (2) CC: Kyle Greenhalgh, Applicant, Heritage Mendocino Joe Thomas, Property Owner, 1076 Cunningham Street Sage Sangiacomo, City Manager David Rapport, City Attorney Greg Owen, Airport Manager 300 Seminary Avenue• Ukiah• CA • 95482-5400 Phone: (707)463-6200 • Fax: (707)463-6204 •www.cityofukiah.com .p .p PROPOSED RESOLUTION OF THE CITY COUNCIL OF THE CITY OF UKIAH OVERRULING FINDING OF MENDOCINO COUNTY AIRPORT LAND USE COMMISSION WHEREAS: 1. On October 18, 2018, the Mendocino County Airport Land Use Commission ("ALUC")adopted Resolution No. ALUC_2018-0006- Heritage Mendocino ACLUP Consistency Determination ("Consistency Determination"); and 2. The Consistency Determination found that the Heritage Mendocino project, as proposed (the "project"), is inconsistent with the Mendocino County Airport Land Use Plan (the "ACLUP") for the Ukiah Municipal Airport, because although the Project would occupy a pre-existing structure, it would introduce a land use (i.e. commercial retail/light industrial)that is not permissible in the A*Zone pursuant to Table 2A of the ACLUP. In addition, Appendix D of the ACLUP identifies the proposed commercial and industrial uses as incompatible in Zone A. 3. The City Council directed the Director to prepare the proposed decision to overrule the Consistency Determination based on ultimate findings that: a. The project is not inconsistent with the restrictions in the A* zone given that the proposed project would be located within an existing building that was constructed in the early 1950s, prior to the 1996 adoption of the ACLUP, and the proposed use is consistent with historical uses approved in the past for industrial, manufacturing and retail purposes. b. The project site is currently surrounded by similar industrial, manufacturing and retail uses. c. The FAA has determined that the existing building would pose no hazard to air navigation. In addition, the technical memorandum prepared by Mead & Hunt concluded that the existing building is well below the allowable structure height based on Federal Aviation Administration Part 77 airspace surfaces for the Ukiah Municipal Airport. NOW, THEREFORE, BE IT RESOLVED as follows: 1. The City Council adopts the findings contained in Attachment 1. 2. The City Council directs the Director to proceed with the Overrule process. 3. The City Council directs the Director to provide the California Department of Transportation, Division of Aeronautics ("Division") and the ALUC with notice of this proposed decision overruling the Consistency Determination no less than 45 days before a public hearing is scheduled before the City Council on the proposed overrule of the project; and the Division and ALUC have 30 days from date they are served with this Proposed Decision to file with the City Clerk any comments they may have about the proposed decision. 4. Based on the findings in Attachment 1 and the ultimate findings in Recital No. 5, the City Council finds that the project: (1) is not inconsistent with the restrictions in the A* zone given that the proposed project would be located within an existing building that was constructed in the early 1950s, prior to the 1996 adoption of the ACLUP, and the proposed use is consistent with historical) uses approved in the past for industrial, manufacturing and retail purposes; and (2) will minimize the public's exposure to excessive noise and safety hazards within the area where the project is located. 5. Based on the findings in Nos. 1 through 5 above, the City Council overrules the ALUC Consistency Determination for the Heritage Mendocino project. PASSED AND ADOPTED this th day of____2018, by the following roll call vote. AYES: NOES: ABSENT: ABSTAIN: Kevin Doble, Mayor ATTEST: Kristine Lawler, City Clerk .p 00 ti FINDINGS FOR PROPOSED UKIAH CITY COUNCIL OVERRULE OF MENDOCINO COUNTY AIRPORT LAND USE COMMISSION DETERMINATION OF INCONSISTENCY WITH REGARD TO PROPOSED HERITAGE MENDOCINO CANNABIS MICROBUSINESS PROEJCT 1. The Mendocino County Airport Comprehensive Land Use Plan (ACLUP) was adopted by the Mendocino County Airport Land Use Commission (ALUC) in 1993 and revised in 1996. This countywide document contains the individual plans for each of the airports in the county, including Ukiah Municipal Airport (UKI). A policy amendment pertaining only to UKI was made in 2010 (the amendment concerned public facility buildings). 2. The ACLUP Compatibility Map for UKI is based upon the 1996 UKI Airport Layout Plan (ALP). That ALP shows the existing north end of the runway (Runway 15) as relocated 585 feet from the physical end of the pavement. This configuration matches the way that the runway exists today. The 1996 ALP indicates that the existing Runway Protection Zone (RPZ) for Runway 15 had dimensions of 500 feet width at the inner end, 1,700 feet length, and 1,010 feet width at the outer end. These dimensions match the Federal Aviation Administration (FAA) airport design standards which were in place at that time for runways in the UKI runway category and having a nonprecision approach. 3. The UKI ALP was updated in 2015.This newer ALP depicts both the existing and a proposed future configuration for the north end of the runway. The future configuration would utilize pavement that already exists to shift the runway end 465 feet northward, thereby increasing the runway length by that amount. The landing threshold would remain where the runway now ends, thus creating a 465-foot displaced threshold. The 2015 ALP shows the existing RPZ as having dimensions of 500 feet width at the inner end, 1,000 feet length, and 700 feet width at the outer end.This reduction in the RPZ dimensions reflects a change in FAA design standards since 1996, not any difference in the type of approach to Runway 15. The future RPZ would keep the same dimensions, but would shift 465 feet northward as dictated by the proposed runway end shift. The ALUC has not updated the UKI ACLUP to reflect these changes. 4. The 1993196 ACLUP establishes two compatibility zones encompassing the RPZ depicted on the 1996 ALP. Compatibility Zone A is the portion of the RPZ that is on airport property. Compatibility Zone A* contains privately owned parcels that are at least partly within the 1996 RPZ. The City of Ukiah owns avigation easements on each of these parcels. The compatibility criteria for both zones prohibit all new structures and any use that would have more than 10 people per acre. Adjoining Compatibility Zone A* and falling almost entirely outside of the 1996 RPZ or either of the 2015 RPZs is Compatibility Zone B1 (the two very small outer corners of the 1996 RPZ that extend into Compatibility Zone B1 are within public street rights-of-way). Compatibility criteria for this zone limit nonresidential uses to no more than 60 people per acre and prohibit risk-sensitive uses such as schools and hospitals, highly noise-sensitive uses, and uses where highly flammable materials are stored. 5. The Heritage Mendocino property lies fully within Compatibility Zone A*. The RPZ identified in the 2015 ALP immediately borders the parcel to the southwest of the property, however no portion of the property nor the existing building is located within the RPZ. In addition, the subject parcel was not included in the 1996 RPZ. Heritage Mendocino proposes a cannabis microbusiness that would include distribution, dispensary/retail, manufacturing, and processing of recreational and medicinal products within an existing 2,480 sf, 20 ft high building along the northern side of the property. The property and building have been historically used in the past for industrial, manufacturing and retail purposes similar to that proposed by the applicant. According to the applicant, the business is anticipated to have up to 5 employees, working at different times and not to exceed three employees at any one time, and two customers. Therefore, the business does not anticipate having more than 5 persons on site at any one time. The site and existing building have historically been occupied with industrial and manufacturing uses with 5-8 employees and 1-5 customers. 6. If the Compatibility Zone A* boundary were to coincide with the combined outline of the 2015 existing and future RPZs, the proposed building would be within Compatibility Zone 61 and would meet the 1993196 ACLUP compatibility criteria for that zone. 7. Safety compatibility guidelines contained within the 2011 Caltrans Airport Land Use Planning Handbook (Handbook) are also relevant to the proposed Heritage Mendocino project, especially because the UKI ACLUP has not been updated to be based upon the adopted UKI ALP as state law says it should be. Figure 3A of the Handbook depicts example safety compatibility zones. Example 2, for medium general aviation runways (ones having a length of 4,000 to 5,999 feet), is most applicable to UKI's 4,423-foot existing and 4,888-foot proposed future lengths. However, as stated in Note 1 of Figure 3A, the example Zone 1 boundaries are intended to reflect F AA dimensions for RPZs and may need to be adjusted from the example's dimensions to match the actual RPZ dimensions for a particular airport. On this basis, the site of the existing building would be within Handbook Safety Zone 2 for both the existing and future UKI runway configurations. Handbook guidelines for suburban- area development in Safety Zone 2 recommend limits of 40 to 60 people per average acre of the property with no more than 80 to 120 people within any single acre. The occupancy of the existing building that would be utilized by Heritage Mendocino would be well within these guidelines. 8. On August 21, 2018 Form 7460 was submitted to the FAA to notify the agency about the project. The FAA conducted an aeronautical study of the existing structure and made a determination that it would pose no hazard to air navigation (letter dated 1011912018). 9. To summarize, an overrule of the ALUC is justified because: a. The Mendocino County ALUC has not updated the Airport Comprehensive Land Use Plan for the Ukiah Municipal Airport adopted in 1993 and amended in 1996 and 2010 to reflect Runway Protection Zone dimensions shown on the 2015 Airport Layout Plan. b. The proposed project would be located within an existing building that was constructed in the early 1950s, prior to the 1996 adoption of the ACLUP and the proposed use is consistent with historical uses approved in the past for industrial, manufacturing and retail purposes. c. The project site is currently surrounded by similar industrial, manufacturing and retail uses. d. The proposed Heritage Mendocino project would be located in an existing building, and would not be situated within either the existing or future Runway Protection Zones depicted on the 2015 Airport Layout Plan. e. If the ALUC were to modify the Airport Comprehensive Land Use Plan so that the boundaries of Compatibility Zone A* were to match those of the existing and future Runway Protection Zone dimensions on the 2015 Airport Layout Plan, the site of the existing building would fall within Compatibility Zone B1 and would be consistent with the criteria for that zone. .tom 00 V f. Absent a current Airport Comprehensive Land Use Plan for the Ukiah Municipal Airport, consideration should be given to the safety compatibility guidance provided in the 2011 Caltrans Airport Land Use Planning Handbook. The existing building falls within the Handbook's example Safety Zone 2 for a medium general aviation runway and the building's proposed usage would be consistent with the guideline safety criteria for that zone. g. The FAA has determined that the existing building would pose no hazard to air navigation. cn 0 Craig Schlatter From: Tracking Updates@fedex.com Sent: Friday, November 09, 2018 10:52 AM To: Michelle Irace Subject: FedEx Shipment 783677076740 Delivered This tracking update has been requested by: Name: City Of Ukiah E-mail: mirace@cityofukiah.com Our records indicate that the following shipment has been delivered: Ship date: Nov 8, 2018 Signed for by: R.RODRIGUEZ Delivery location: UKIAH, CA Delivered to: Receptionist/Front Desk Delivery date: Fri, 11/9/2018 10:50 am Service type: FedEx Priority Overnight° Packaging type: FedEx° Envelope Number of pieces: 1 Weight: 0.50 Ib. Special handling/Services Deliver Weekday Standard transit: 11/9/2018 by 10:30 am Tracking number: 783677076740 Shipper Information Recipient Information UKIAH UKIAH CA CA US US Please do not respond to this message.This email was sent from an unattended mailbox.This report was generated at approximately 12:52 PM CST on 11/09/2018. All weights are estimated. 51 i The shipment is scheduled for delivery on or before the scheduled delivery displayed above. FedEx does not determine money-back guarantee or delay claim requests based on the scheduled delivery. Please see the FedEx Service Guide for terms and conditions of service, including the FedEx Money-Back Guarantee, or contact your FedEx customer support representative. To track the status of this shipment online, please use the following: https://www.fedex.com/apps/fedextrack/?action=track&tracknumbers=783677076740&language=en&opco=FX&clienty pe=ivother Standard transit is the date and time the package is scheduled to be delivered by, based on the selected service, destination and ship date. Limitations and exceptions may apply. Please see the FedEx Service Guide for terms and conditions of service, including the FedEx Money-Back Guarantee, or contact your FedEx Customer Support representative. © 2018 Federal Express Corporation.The content of this message is protected by copyright and trademark laws under U.S. and international law. You can access our privacy policy by searching the term on fedex.com. All rights reserved. Thank you for your business. 52 2 Agenda Item No.: 12 MEETING DATE/TIME: l/6C2019 0/0 PEAK ITEM NO: � AGENDA SUMMARY REPORT SUBJECT:Approval of a Sole Source Contract with Mead & Hunt, Inc., for the Purpose of Preparing a Complete, Stand-Alone Airport Land Use Compatibility Plan for the Ukiah Municipal Airport; and Approval of Corresponding Budget Amendment and City-County Agreement for Shared Costs. DEPARTMENT: _Connrnunity_OemeloprnentPREPARED BY: Craig8oh|atter__________________________ ATTACHMENTS: Attachment l-ALUCP Update Options |tr.2018-12-14 Attachment 2- l-l5-l9 Memo toCity Council Attachment 3- Draft City-County Contract for UK| ALUCP.pdf Attachment 4- UK|ALUCP.MeadHuntscope.2Ol9-Ol-3l.pdf Attachment 5- Proposed Mead Hunt contract 1-31-19.pdf Summary: Council will consider approval of sole source contract with Mead & Hunt. Inc., for the purpose of preparing a complete, stand-alone Airport Land Use Compatibility Plan for the Ukiah Municipal Airport. Council will also consider a corresponding budget amendment and a shared cost agreement between the City and County. RECOMMENDED ACTION: Approve a sole source contract with Mead & Hunt, Inc., for the purpose of preparing a complete, stand-alone Airport Land Use Compatibility Plan for the Ukiah Municipal Airport, and approve corresponding budget amendment and City-County Agreement for shared costs. BUDGET AMENDMENT REQUIRED:Yes CURRENT BUDGET AMOUNT: Appropriations: 10023100.S2100, $18,313; 7772S200.S2100, $22,62S; Reimbursement revenue: 10023100.44830, $4S,000 PROPOSED BUDGET AMOUNT: $130,000: Appropriations increases: 10023100.S2100, $86,667; 7772S200.S2100, $40,000; Estimated reimbursement revenue increase: 10023100.44830, $43,333.33 FINANCING SOURCE: City ofUkiah Reserves and County Funds PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: Sage Sangiacomo, City Manager; David Rapport, City Attorney; Greg Owen, Airport Manager; Daniel Buffalo, Finance Director Background: The basic purpose of airport land use commissions is to help ensure that proposed development in the vicinity of airports will be compatible with airport operations. Airport land use commissions adopt airport land use compatibility plans (also known as airport comprehensive land use plans) per direction from the Caltrans Division of Aeronautics and as set forth in Public Utilities Code and the California Airport Land Use Planning Handbook(Handbook). The Mendocino County Airport Comprehensive Land Use Plan (ACLUP) was first adopted in 1993, and a revision was completed in 1996 to add the Ukiah Municipal Airport. According to the Handbook, airport land use compatibility plans should be updated every 5 years or whenever an update to a municipal airport's airport layout plan is completed. Over the last 23 years, an update to the ACLUP to bring the plan into full compliance with existing regulations and to be reflective of current environs of the Ukiah Municipal Airport has not been completed. However, updates to the Ukiah Municipal Airport- Airport Layout Plan (ALP) have been completed per guidance from the Federal Aviation Administration (FAA). This has produced inconsistencies between the 1996 Mendocino County ACLUP and 2015 Ukiah ALP which, illuminated during two recent ALUC overrule public hearings for proposed projects in the vicinity of the airport and additional projects subject to ALUC review that with an updated plan would likely not otherwise be reviewed, have highlighted an immediate need to secure an update to the ACLUP. An update is necessary to protect both the existing operations of the airport and the rights of private property owners in the vicinity of the airport. On June 6, 2018, the City Council directed Staff to draft a letter to the Mendocino County Airport Land Use Commission (ALUC) seeking collaboration for updating the Mendocino County ACLUP. Although conversations between the City's Department of Community Development and the County's Department of Planning and Building Services had been ongoing, the County had not identified funding for a full update to the ACLUP. Understanding that funding was a barrier to the County of Mendocino completing this needed update, Staff sought advice on potential alternatives to a full update from airport land use planning consultant Mead & Hunt, Inc. Mead & Hunt prepared an initial proposal outlining these alternatives, which Staff shared with Council. Mead & Hunt submitted a second proposal on December 14, 2018 (Attachment 1), outlining four alternative options to a full update of the ACLUP. Of the four options, option#4- preparing a complete, stand-alone airport land use compatibility plan for Ukiah Municipal Airport- was the only option that fully updated compatibility criteria, maps, and noise contours. This option also would involve preparation of procedural policies, which was not present in the 1996 ACLUP, applicable to ALUC review of proposed development around the Ukiah Municipal Airport. Option #4 would result in a complete, stand-alone plan that would need only minor updates every 5 years to reflect current airport environs or when a new ALP was adopted. Completing a stand-alone airport land use compatibility plan for Ukiah Municipal Airport is an acceptable alternative to the CalTrans Division of Aeronautics, and has been completed in other cities and counties. This approach also fulfills direction Staff received from Council, in that a complete plan reflecting current environs and regulations in the Caltrans Handbook should eliminate issues of incompatibility currently experienced by property owners in the vicinity of the airport. Staff requested a detailed proposal from Mead & Hunt for Option#4 and received a proposal the evening of January 10, 2019, and just prior to publication of the January 16 City Council agenda. Due to some initial questions regarding timeline and budget, plus the detailed nature of the proposal and wanting to provide Council with more time for review of the proposal, Staff pulled the item from the January 16 agenda and scheduled the item for February 6. The proposal was emailed to Council via Memorandum (Attachment 2) from the City's Community Development Director on January 15. Discussion: Mead & Hunt is very familiar with airport planning issues in Mendocino County. The firm assisted Mendocino County in preparing the original Mendocino County Airport Comprehensive Land Use Plan and assisted the City in preparing its 2015 Airport Layout Plan for the Ukiah Municipal Airport. Mead & Hunt has consulted on numerous other airport planning issues for the airport and Community Development Department. 2 2 Two of Mead & Hunt's principal airport planners, Mr. Ken Brody and Mr. Corbett Smith, both of whom assisted on recent Community Development Department and Airport planning issues, also assisted the CalTrans Division of Aeronautics in preparing the most recent version of the (2011) California Airport Land Use Planning Handbook. Considering Mead & Hunt's experience working on airport planning issues across the State and the knowledge and in-depth work the firm has done on City of Ukiah and Mendocino County airport planning, Staff recommends the City Council authorize the City Manager to negotiate and enter into a contract with Mead & Hunt, Inc. as a sole source service provider in an amount not to exceed $130,000. The final draft of the scope of services is attached as Attachment 4, and the professional services agreement between the City and Mead & Hunt is attached as Attachment 5. Mead & Hunt proposes to complete the ALUCP and secure adoption from the ALUC for the Ukiah Municipal Airport in approximately 8 months. Alternatively, if a firm other than Mead & Hunt was selected to complete the update, Staff estimates higher costs and staff workload associated with selecting a firm not as familiar with airport planning issues in Mendocino County. Staff also expects the update to the ACLUP would take longer to complete. City and County Staff have been working together to develop a collaborative process to move forward the necessary update. The result of these discussions is a joint City/County agreement for completing the ALUCP for Ukiah Municipal Airport, a draft of which is attached as Attachment 3. Although only the ALUC has the authority to adopt the final ALUCP document, the City/County agreement is representative of an important component to successfully completing the ALUCP- collaboration between the County and City. Negotiations over final wording for the City/County agreement are continuing and an update or proposed agreement will be presented to the City Council at the February 6 meeting. The cost of these services is proposed to be equally shared in three parts by the City's general fund, Airport enterprise fund, and the County of Mendocino. 3 3 Attachment 1 1 MO 1 W I hi Ir I)iivr,,, 200 V\Poii,n Di 2 "Mead /W 10 d1hu f:[mli M`ihiu7R ri.o n"i December 14, 2018 Mr. Craig Schlatter Community Development Director City of Ukiah 300 Seminary Ave. Ukiah, CA 95482 Subject: Ukiah Municipal Airport Land Use Compatibility Plan Update Options Dear Craig: This letter augments the letter I sent to you on July 9th of this year. The intent here is to outline a full range of update options for the Ukiah Municipal Airport Land Use Compatibility Plan (ALUCP) beyond the two described in the earlier letter. These new and refined options are based on discussions you and I have had over the past six months. We provide preliminary cost estimates for each option but please keep in mind that the exact cost will depend upon a more formal scoping effort. Once we have City of Ukiah (City) input on which option is preferred, we will work with you to prepare a detailed proposal for the work. Our understanding is that the City is seeking the proposal from Mead & Hunt on a sole-source basis. First, though, we wish to reiterate the concern we noted in our earlier letter regarding the role of the Mendocino County Airport Land Use Commission (ALUC) in the update process. Regardless of the source of funding for the ALUCP update, the ALUC will have the responsibility for developing, adopting, and implementing the new ALUCP. After the ALUC takes action on the new ALUCP, the City will be obliged to modify its general plan, applicable specific plans, and zoning ordinance to bring them into conformance with the ALUCP. It is imperative, therefore, that the ALUC and its staff have a direct and clearly defined role in the update process. If this is not done, there is a risk the ALUC could refuse to adopt an ALUCP prepared by the City or only do so with modifications that are to the ALUC's liking. Therefore, we recommend advanced coordination with the ALUC to clarify the roles and responsibilities of each agency in the administration of the ALUCP update. Mead & Hunt has not had any conversations with ALUC staff regarding updating of the Ukiah ALUCP. Before any agreement to accomplish this project is entered into, we believe it is in the interests of all involved for three-way discussion to take place among the City, the ALUC, and Mead & Hunt so that the respective roles and responsibilities of each party are understood and project goals agreed upon. The manner and extent of coordination with the ALUC during the project will have a significant effect on the work effort and costs. Option 1 — Update Compatibility Zone A Only a. Focus on changes to ALUCP necessitated by recent approval of a revised Airport Layout Plan (ALP)for the Ukiah Municipal Airport. Specific ALP changes that may affect the ALUCP compatibility map are the proposed runway extension on the north and reduced size of the runway protection zone (RPZ). The RPZ location and size are the major determinants of the boundaries of Compatibility Zones A and A*at this end of the runway. Both the existing RPZ and the future one associated with the runway extension will be considered. 4 C:IUserslwestilDocumentslM&HIALUCIMendocinolUKI ALUCPISchlatter.ALUCP Update Options Itr.2018-12-14.docx Mr. Craig Schlatter December 14, 2018 Page 2 of 3 b. Prepare an updated compatibility map consistent with the current ALP. The adopted ALUCP compatibility criteria for the individual zones will not be modified. Note that this option will not bring the map and criteria into conformance with the Caltrans California Airport Land Use Planning Handbook (Handbook)guidelines. c. Prepare a Technical Memo. The limited nature of the anticipated map revisions is expected only to relax compatibility restrictions in the affected area. We will review the changes to verify that this is the case. If so, CEQA potentially could be satisfied using a categorical exemption in accordance with CEQA Guidelines Section 15062. d. Prepare CEQA Notice of Exemption. e. Participate in coordination with ALUC staff via conference calls. f. Attend two public meetings, one with the City(planning commission or city council) and one with the ALUC. g. Our estimated cost for this option is $12,000 to $15,000. Option 2— Update Map of All Compatibility Zones a. Conduct full review of the compatibility map zones for consistency with the current ALP. The current compatibility zones are composites taking into account noise as well as safety factors. We will utilize the most recently available noise contours to make any compatibility zone adjustments based on this factor. New noise contours will not be prepared. For safety, we will rely upon the appropriate safety zones shown in the Caltrans Handbook and make adjustments to reflect the physical and operational characteristics of the Ukiah Municipal Airport. Where reasonable while maintaining conformance with Handbook guidelines, local geographic features will continue to be used to define zone boundaries. b. For the purposes of this option, the compatibility criteria will remain as established in the currently adopted ALUCP. c. Assemble current data on existing and planned land uses in the airport environs. d. Compare proposed ALUCP restrictions to current land use designations. The comparison will include both general plan and zoning designations for the City and unincorporated County areas within the airport influence area. The primary purpose of the comparison will be to identify locations where the ALUCP criteria would be more restrictive than the City or County criteria and thus prevent or displace development that would otherwise be allowed. The extent of displacement must be addressed in the CEQA document for ALUC adoption of the amended ALUCP. e. Prepare a Technical Paper presenting the above map and addressing the extent of displacement. f. Prepare CEQA Initial Study. The preceding task may indicate that the amended ALUCP will cause some displacement that will need to be addressed in a CEQA Initial Study. Even so, our expectation is that CEQA can be satisfied using a Negative Declaration and that a full Environmental Impact Report will not be necessary. g. Participate in coordination with ALUC staff via conference calls. h. Attend three public meetings, one with the City(planning commission or City council)and two with the ALUC. i. Our estimated cost for this option is $40,000 to $50,000. Option 3— Update Compatibility Map and Criteria a. Accomplish tasks as listed for Option 2. 5 C:IUserslwestilDocumentslM&HIALUCIMendocinolUKI ALUCPISchlatter.ALUCP Update Options Itr.2018-12-14.docx Mr. Craig Schlatter December 14, 2018 Page 3 of 3 b. Also review and revise compatibility criteria. The Caltrans Handbook will be the primary source for guidance on revised criteria. Taken together with the compatibility zone boundaries, the ALUCP criteria that apply within any individual location should be at least as restrictive as the Handbook criteria. In addition to the summary of criteria included in ALUCP Table 2A, we will also prepare an expanded table that lists the criteria for a full range of land use types. The criteria will be presented in table format only. No revisions to the overall policy section of the ALUCP are included in this work effort. c. Our estimated cost for this option is $55,000 to $65,000. Option 4—Prepare Complete, Stand-Alone Update of ALUCP ALUCPs contain two types of policies: compatibility policies consisting of criteria and an associated map and procedural policies that indicate what types of projects are subject to ALUC review and what the steps in the review process involve. Unlike the above options which would continue to rely upon the procedural policies in the current countywide ALUCP, this option would result in a complete, stand-alone ALUCP for Ukiah Municipal Airport. Tasks would include: a. Gather current data regarding the airport features and operations. b. Prepare updated operations forecast and noise contours. c. Assemble current data on existing and planned land uses in the airport environs. d. Update compatibility criteria and map as in Option 3. e. Prepare procedural policies applicable to ALUC review of proposed development around the Ukiah Municipal Airport. f. Provide an introductory chapter and appendices as appropriate for a complete ALUCP. g. Compare proposed ALUCP restrictions to current land use designations as in Option 2. h. Prepare CEQA Initial Study as in Option 2. i. Participate in coordination with ALUC staff via conference calls. j. Hold a public workshop on the draft ALUCP and attend up to three other public meetings with the City and ALUC. k. Our estimated cost for this option is $100,000 to $140,000. Lastly, we wish to note that, if funding were to become available for updating the ALUCPs for all of the airports in the county, we would be happy to work with the ALUC staff to prepare a scope and budget for the work. We trust that this information will be helpful to you as the City considers how best to proceed with the needed ALUCP update. Please don't hesitate to contact me with any questions. Once a decision has been made on which option to pursue, we can work with you to prepare the scope and fee and a formal working agreement. Sincerely, MEAD & HUNT, Inc. Kenneth A. Brody Senior Airport Planner 6 C:IUserslwestilDocumentslM&HIALUCIMendocinolUKI ALUCPISchlatter.ALUCP Update Options Itr.2018-12-14.docx Attachment Craig Schlatter From: Craig Schlatter Sent: Tuesday,January IS' 2OIy6:O3PM To: Jim Brown;Juan Orozco; Maureen Mu|heren; Doug Crane; Steve Sca|manini Cc: Sage Sangiacomo; Kristine Lawler; David Rapport; Greg Owen Subject: FW: CDD Memo- UKIA[LUPupdate proposal- Mead & Hunt Attachments: [DD Memo'UKIA[LUPupdate proposal- Mead & Hunt I IS Iy.pdf | should note that the memo contains the proposal from Mead &' Hunt asAttachment 1 (page 3ofthe a11ached). Regards, Craig From: Craig Schlatter Sent:Tuesday,January 15, ZU196:UUPM To:Jim Brown <j brown @cityofu kia h.com>;Juan Orozco <jorozco@cityofukiah.com>; Maureen Mulheren <mmu|heren@cityofukiah.comx; Doug Crane<dcrane@cityofukiah.comx; Steve Sca|manini <ssca|manini@dtyofukiah.comx Cc: Sage San8iacomo <ssan8iacomo@dtyofukiah.comx; Kristine Lavv|er<k|avv|er@cityofukiah.comx; David Rapport <drapport@cityofukiah.comx; Greg Owen <8ovven@cityofukiah.comx Subject: CDD Memo- UK| ACLUPupdate proposal- Mead 8' Hunt Good evening Mayor and Cound|members, Attached please find a memo from the Community Development Department regarding a proposal from Mead & Hunt, Inc. for preparing an update to the Mendocino County Airport Comprehensive Land Use Plan for the Ukiah Municipal Airport. Please feel free tocall oremail with any questions. Regards, Craig Brown Act Notice: Do not"reply brall"from this email. Please contact nnedirectly for clarification anoyhrquestions. �reig 8oh|etter. Direotor Community Deve|opmentDepertment Emei|: 3OOSeminary Ave, Ukiah, CAS5482 P:(707)403462i9 F:(707)403-0204 z C ity of Ukiah C0MMt.JN[ FY DEVELOPMENT MEMORANDUM To: City Council From: Craig Schlatter, Director Re: Mead & Hunt Proposal for Update to Mendocino County Airport Comprehensive Land Use Plan for Ukiah Municipal Airport Oahe: January 15. 2O19 Staff received a proposal from Mead & Hunt, Inc. (Mead & Hunt) for the updating of the Mendocino County Airport Comprehensive Land Use Plan (ACLUP) for Ukiah Municipal Airport (UKI) the evening of Thursday, January 10 and just prior to publication of the January 16 agenda. Due to some initial questions regarding timeline and budget, plus the detailed nature of the proposal, this item has been scheduled for Council's February 6 meeting (instead of January 16). This allows the Council a greater amount of time for review of the proposal. The timeline and budget were finalized by Mead & Hunt today. The proposal isattached asAttachment 1. Background On June 6, 2018, the City Council directed Staff to draft a letter to the Mendocino County Airport Land Use Commission seeking collaboration for updating the Mendocino County ACLUP. Although conversations between the City's Department of Community Development and the County's Department of Planning and Building Services have been ongoing, the County has not identified funding for afull update to the ACLUP. Understanding that funding has been a barrier to the County of Mendocino completing this needed update to the ACLUP, Staff sought advice on potential alternatives to a full update from airport land use planning consultant Mead & Hunt. Mead & Hunt prepared an initial proposal outlining these alternatives, which Staff shared with Council. Mead & Hunt submitted a second proposal on December 14, 2018, outlining the option of completing a stand-alone update to the ACLUP for Ukiah Municipal Airport. This stand-alone update for UK| is an acceptable alternative tothe Ca|Trans Division of Aeronautics and has been completed for other California municipal airports. After receiving additional input from Council about pursuing this update, Staff requested a detailed proposal and scope ofwork for preparing a stand-alone UK| update from Mead @ Hunt. This is the proposal in Attachment 1. City Staff have discussed the concept of full stand-alone UK| update to the ACLUP with County Planning and Building Services staff. and County staff have agreed this alternative is acceptable. County staff have further agreed with Staffs recommendation that the City ofUkiah sole source Mead @Hunt to prepare the update and the associated California Environmental Quality Act (CEQA) initial study. The County will commit some amount offunding for the update, but that amount has not been finalized at this time. It is anticipated the amount of County funding will be at least one-third of the total cost ofthe proposal. 8 1 C ity of Ukiah COMMt.)N[TY DEVELOPMENT Overview mfWhy Sole Source Procurement will besought b* Staff from Council Mead & Hunt is very familiar with airport planning issues in Mendocino County. The firm assisted Mendocino County in preparing the original Mendocino County Airport Comprehensive Land Use Plan and assisted the City in preparing its 2015 Airport Layout Plan for UKI. Mead & Hunt has consulted on numerous other airport planning issues for the airport and Community Development Department, including most recently the Garton Tractor project appea| andoverru|eprooess. TvvoofyNead@Hunt's principal airport planners, Mr. Ken Brody and Mr. Corbett Smith, both ofwhom assisted on Ukiah specific projects, a|soassistedtheCa|TransOivisionofAeronaudosinpreparin0themostreoent version ofthe (2O11) California Airport Land Use Planning Handbook. Considering Mead & Hunt's experience working on airport planning issues across the state and the knowledge and in-depth work the firm has on City of Ukiah and Mendocino County airport planning, Staff will be recommending the City Council authorize the City Manager to negotiate and enter into a contract with Mead @ Hunt as a sole source provider. Mead & Hunt proposes to complete the update and secure adoption of the ACLUP for the Ukiah Municipal Airport within approximately 8 months. A|ternadve|y, if firm other than Mead @ Hunt was selected to complete the update, Staff estimates higher costs and staff workload associated with selecting a firm not as familiar with airport planning issues in Mendocino County. Staff also expects the update to the ACLUP for UK| would take longer to complete. CC: Sage Gan0iaoomo. City Manager Kristine Lavv|er, City Clerk David Rapport, City Attorney Greg Owen, Ukiah Municipal Airport Manager Ukiah Airport Commission Ukiah Planning Commission Mendocino County Airport Land Use Commission Carmel Angelo, Mendocino County CEO John McCowen, Mendocino County 2nd District Supervisor Brent Schultz, Mendocino County Planning and Building Services Director � 2 Attachment 136m1ymHole Drive �Mead svx*�ou Windsor,California ya4y2 rora2eao10 maanxunt.nom January 14. 2O10 Mr. Craig Soh|ottor, Director Department ofCommunity Development City ofUkiah 3OOSeminary Avenue Ukiah, CA0S4D2 Subject: Proposal for Preparation of New Land Use Compatibility Plan for Ukiah Municipal Airport Dear Craig: Mood & Hunt. Inc. (Mood & Hunt) is pleased to submit this proposal to provide planning services for the subject project. The details of our proposal are contained in the attached documents. Attachment A contains the proposed Scope of Work and Attachment B is the associated budget. Our standard contractual Terms and Conditions are contained osAttachment C. Project Understanding As we have discussed, the end product of this work effort will be a complete, stand-alone Land Use Compatibility Plan for Ukiah Municipal Airport (UKI). It would replace the UKI component of the 1993 (as amended) Mendocino County Airport Compatible Land Use Plan adopted by the Mendocino County Airport Land Use Commission (ALUC)and would not rely upon any content or policies in that earlier plan. We must again onnphosizo, hovvovor, that while the City ofUkiah is the airport sponsor and is taking the lead in having this new UKI Land Use Compatibility Plan prepared, adoption of the plan must first be done by the ALUC. As such, our Scope of Work assumes that a representative from the City, County, and ALUC will be involved in the development of draft materials and provide staff-level feedback. The Scope of Work also provides several public meetings with the ALUC to present and adopt the draft ALUCP and associated CEQA document(s). Two additional meetings are included to present the draft plan to the City Planning Commission and City Council. Project Schedule and Compensation As is typical of airport land use compatibility planning projects, the part of the project for which Mead & Hunt has greatest scheduling control is in preparation of the draft plan and environmental document. We propose to accomplish the work leading to the Public Draft ALUCP and associated CEQA document within five months after receiving Notice to Proceed from the City provided that necessary data can be obtained, feedback from the City and County on discussion papers and other preliminary material is received, and meetings are scheduled in a timely manner. The remaining work effort associated with public review of the draft and ultimate adoption by the ALUC is anticipated to take three to four months assuming no lengthy debates over the proposed policies. Overall, the project is expected to take approximately eight months provided there are no delays due to the City or County or feedback from the public input process. 10 Mr. Craig Schlatter January 14, 2019 Page 2 Mead & Hunt proposes to accomplish the tasks identified in the Scope of Work for a fixed fee of One Hundred Twenty-Five Thousand Dollars ($125,000). Our proposed budget also includes a contingency budget of Five Thousand Dollars ($5,000), which would be used only if needed and for tasks agreed upon in writing by the City. Billings under the contingency budget would be on an hourly basis using the 2019 rates as indicated in the Attachment B Budget. Authorization The Scope of Work and Compensation stated in this proposal are valid for a period of thirty(30) days from date of submission. If authorization to proceed is not received during this period, this proposal may be withdrawn or modified by Mead & Hunt. Signatures of authorized representatives of City of Ukiah and Mead & Hunt shall convert this proposal to an Agreement between the two parties, and receipt of one signed copy shall be considered authorization to proceed with the work described in the Scope of Services. All services shall be performed in accordance with the General Terms and Conditions for Engineering, Architectural, or Consulting Services which is attached hereto and made part of this Agreement and labeled as Attachment C. We appreciate the opportunity to submit this proposal to the City of Ukiah. Respectfully submitted, MEAD & HUNT, Inc. C Kenneth A. Brody Senior Project Planner Attachments: A Scope of Work B Budget C Standard Mead & Hunt Terms and Conditions Accepted by: CITY OF UKIAH Approved by: MEAD & HUNT, INC. By: By: Name: Name: Title: Title: Vice President The above person is authorized to sign for Client and bind the The above person is an authorized signer for Mead&Hunt, Inc. Client to the terms hereof. Date: Date: 11 MEAD&HUNT, Inc. X:\2112200\190459.01\CFEE\working\UKI ALUCP.Proposal Ltr.2019-01-14B.docx UKIAH MUNICIPAL AIRPORT LAND USE COMPATIBILITY PLAN SCOPE OF SERVICES DRAFT 2019-01-14 This document outlines the Scope of Services (SCOPE)to be provided by Mead & Hunt, Inc. (CONTRACTOR)for preparation of a new Ukiah Municipal Airport Land Use Compatibility Plan (UKIALUCP) under contract with the City of Ukiah (CITY). Responsibilities of CITY under this agreement are also listed. The new UKIALUCP is intended to replace the Ukiah Municipal Airport Comprehensive Land Use Plan, which is currently included as part of the Mendocino County Airport Comprehensive Land Use Plan (MCACLUP) adopted by the Mendocino County Airport Land Use Commission (ALUC)in 1993, and later amended. The new UKIALUCP will be a complete plan unto itself and separate from policies or other content contained in the remainder of the MCACLUP. Although CITY owns the Ukiah Municipal Airport (UKI) and has land use control over most of the surrounding area, implementation of the new UKIALUCP will first require adoption by ALUC. ALUC functions under the auspices of the County of Mendocino (COUNTY). Participation of COUNTY/ALUC is essential to accomplishment of SCOPE. Specific responsibilities of COUNTY/ALUC under this agreement are listed herein. The overall endeavor under SCOPE, including responsibilities of CITY and COUNTY/ALUC, is referred to herein as PROJECT. Element 1. Project Management and Coordination 1.1 Project Administration CONTRACTOR shall perform routine administrative duties including regular communication with CITY staff, processing contract documents, and monthly invoicing for the anticipated twelve (12) month duration of PROJECT. 1.2 Coordination with County/ALUC PROJECT will require efficient coordination among CONTRACTOR, CITY, and COUNTY/ALUC. Much of this coordination will be accomplished via conference calls. In-person meetings, including public meetings, are also provided. The purposes of some meetings will be to enable CONTRACTOR to obtain information from CITY and COUNTY/ALUC necessary for preparation of UKIALUCP, as well as feedback on draft materials to be prepared by CONTRACTOR. Other meetings will be public meetings for presentation of a draft UKIALUCP or components thereof, for obtaining public input, and ultimately for adoption of the UKIALUCP by ALUC. The timing and function of individual meetings are identified in subsequent tasks. 12 Mea '.zl Itint Ukiah Municipal Airport Land Use Compatibility Plan Scope of Services SCOPE provides for a total of up to six (6) project trips for staff-level and public meetings to be attended in person by one (1) CONTRACTOR staff and up to six (6)conference calls involving CONTRACTOR, CITY, and COUNTY/ALUC representative. Any in-person staff-level and public meetings held on the same day will be counted as a single meeting. CONTRACTOR DELIVERABLES • Final scope, budget, and schedule. • Monthly communication with CITY staff for purposes of tracking progress, schedule, and budget. • Monthly invoices and status reports. • Participation in meetings with CITY and COUNTY/ALUC as described under Task 1.2 (all meetings are budgeted under this element). CITY RESPONSIBILITIES • Identify an individual with whom CONTRACTOR shall maintain coordination and who shall participate in PROJECT meetings. • Arrange rooms, noticing PROJECT meetings, distribute deliverables, and maintain overall coordination with the COUNTY/ALUC. COUNTY/ALUC RESPONSIBILITIES • Identify an individual or individuals with whom CITY staff shall coordinate and who shall participate in PROJECT meetings. • Schedule and agendize ALUC meetings where PROJECT is to be discussed or acted upon. Element 2. Data Collection and Compilation 2.1 Kickoff Meeting CONTRACTOR shall formally begin PROJECT by making a presentation to ALUC. This presentation will allow CONTRACTOR staff to introduce ourselves and outline the work products, schedule and planned interaction among CONTRACTOR, CITY, and COUNTY/ALUC. 2.2 Airport and Land Use Data and Mapping PROJECT will require certain background data and maps regarding UKI and surrounding land uses in CITY and COUNTY jurisdictions to be made available to CONTRACTOR. CONTRACTOR will rely upon CITY and COUNTY to provide the following data: • Airport Layout Plan (ALP) Drawing: California state law requires that an ALUCP be based on a current master plan of the airport or, if none exists, a current ALP may be used with the approval of the Caltrans Division of Aeronautics. The Division typically requests an ALP that has been approved by the Federal Aviation Administration (FAA).As CITY has not recently adopted a Master Plan for UKI, CONTRACTOR will utilize the FAA-approved 2015 ALP drawing. The existing and future airfield configurations depicted in the 2015 ALP will be reflected in new UKIALUCP maps. CONTRACTOR will submit the UKI ALP to Caltrans for approval as the basis for UKIALUCP. 13 Ni e d ,'..I I ti n t Page 2 X:\2112200\190459.01\CFEE\working\UKI ALUCP.MeadHunt scope.2019-01-14.docx Ukiah Municipal Airport Land Use Compatibility Plan Scope of Services • Airport Activity and Flight Track Data: CONTRACTOR will work with airport management, other CITY staff, and airport tenants familiar with UKI to estimate the current composition and overall level of aircraft operations at UKI utilizing readily available data. These sources will also be asked to assist with mapping of typical flight routes used by various types of aircraft operating at UKI. • Airspace Plan Drawing: The Airspace Plan drawing shows the critical airspace surfaces established in accordance with Code of Federal Regulation (CFR) Part 77, Safe, Efficient Use, and Preservation of the Navigable Airspace. The Airspace Plan will be used to establish height restrictions for the areas surrounding UKI. • Land Use Data and Mapping: CONTRACTOR shall rely upon GIS data from CITY and COUNTY depicting existing land uses and the adopted general plan land use designations within the UKI vicinity. CONTRACTOR shall also review adopted CITY and COUNTY general plans and other policy documents for information and policies pertaining to land uses around UKI. 2.3 Activity Forecasts and Noise Contours By law, ALUCPs must have a time horizon of at least 20 years. The activity data and forecasts are used to generate projected aircraft noise contours. • Activity Forecasts: Using activity data obtained in Task 2.2, CONTRACTOR shall prepare new UKI aircraft operations forecasts for the year 2040. • Noise Contours: Using current activity data and forecasts of future operations together with flight track information from Task 2.2, CONTRACTOR shall prepare Community Noise Equivalent Level (CNEL) noise contours for current and 2040 aircraft operations at UKI. Contours will be depicted in 5 dB increments for CNEL 55 dB and above. The FAA's AEDT noise model will be used. The 2040 contours will take into account both the current and proposed configurations of the UKI runway as shown on the 2015 ALP. 2.4 Background Data Chapter Documentation of facts pertaining to UKI and land uses around it is an essential foundation to UKIALUCP. It also will form the basis for the environmental impact analysis to be completed in Element 4. Once the airport and land use information has been gathered and sorted, CONTRACTOR shall prepare new maps and data tables for inclusion as a Background Data chapter in UKIALUCP. The CONTRACTOR shall hold a conference call with the CITY and COUNTY/ALUC representatives to obtain comments on and corrections to the Background Data chapter. CONTRACTOR DELIVERABLES • List to be provided to CITY and COUNTY indicating airport and land use data needs for UKIALUCP. • Letter to Caltrans requesting acceptance of 2015 UKI ALP as basis of UKIALUCP. • Draft UKIALUCP Background Data chapter for review by CITY and COUNTY. CITY RESPONSIBILITIES • Assist CONTRACTOR in obtaining or estimating current UKI aircraft activity and flight track data. 14 Ni e d ,'..I I ti n t Page 3 X:\2112200\190459.01\CFEE\working\UKI ALUCP.MeadHunt scope.2019-01-14.docx Ukiah Municipal Airport Land Use Compatibility Plan Scope of Services • Provide CONTRACTOR with current land use and future land use designation maps in GIS format for areas in CITY jurisdiction. • Review draft Background Data chapter and provide corrections to CONTRACTOR. COUNTY RESPONSIBILITIES • Provide CONTRACTOR with current land use and future land use designation maps in GIS format for areas in COUNTY jurisdiction. • Review draft Background Data chapter and provide corrections to CONTRACTOR. Element 3. Draft ALUCP Preparation 3.1 Impact Identification Consistent with the guidelines in the 2011 California Airport Land Use Planning Handbook(Handbook), the UKIALUCP will continue to address the four types of compatibility concerns in a composite manner: • Noise is the impact most directly affected by the airport activity forecasts. • Safety is the compatibility concern associated with the risks that potential aircraft accidents pose to people and property on the ground. Using data and guidance from the 2011 Handbook, CONTRACTOR shall delineate locations around UKI where heightened risk levels may warrant restrictions on future land use development. • Airspace Protection is critical to airport viability in that airspace obstructions can be hazards to flight and can necessitate changes to aircraft flight procedures. The UKI Airspace Plan will be used to depict this critical airspace.Additionally, FAA guidelines will be used to map locations where certain types of land uses can attract birds in a manner that can be hazardous to aircraft in flight. • Overflight pertains to areas beyond the noise contours where aircraft noise can be annoying or disruptive. For general aviation airports, the area of overflight concern is primarily within and near the aircraft traffic pattern. Using the aeronautical and land use data gathered in the preceding tasks, CONTRACTOR shall map and describe the magnitude and extent of these concerns. The combined geographic extent of the four impact concerns will constitute the UKI influence area. CONTRACTOR shall identify the compatibility factors that have changed in a manner that warrant a change to the 1993 (as amended) UKIALUCP compatibility zones and/or criteria. CONTRACTOR shall also identify the basic strategies available for addressing the changed conditions. CONTRACTOR shall summarize this information in a Discussion Paper to be presented to CITY and COUNTY/ALUC and hold a conference call to obtain feedback. 3.2 Draft Policies Chapter The centerpiece of an ALUCP is the policy section. There are two types of policies that an ALUCP must include: compatibility policies and procedural policies. Compatibility policies and associated maps establish the basis for an ALUC's determination of whether proposed land use plans and projects are 15 Ni e d ,'..I I ti n t Page 4 X:\2112200\190459.01\CFEE\working\UKI ALUCP.MeadHunt scope.2019-01-14.docx Ukiah Municipal Airport Land Use Compatibility Plan Scope of Services compatible with the airport involved. Procedural policies define the steps to be followed both by local agencies in referring actions for ALUC review and by an ALUC in conducting the reviews. The ALUC's 1993 compatibility and procedural policies for UKI are outdated and do not conform to guidance in the Caltrans 2011 Handbook. Regardless of this status, because these are the adopted policies now in effect, CONTRACTOR will consider them as a starting point for preparation of policies for the new UKIALUCP. Nevertheless, significant clarification, expansion, and potential substantive changes to the current policies are envisioned. As part of PROJECT, CONTRACTOR shall prepare a complete new Policies chapter containing both compatibility and procedural policies applicable only to UKI, not the other airports for which ALUC has responsibility. A composite Compatibility Map, similar in concept to the one in the 1993 CLUP for UKI, which reflects the combined effects of all four compatibility concerns will be in the Policies chapter. The Policies chapter will be presented in draft form to CITY and COUNTY/ALUC for discussion and feedback. Separately, CONTRACTOR shall prepare a Discussion Paper listing major differences in compatibility and procedural policies between those currently in effect and the ones contained in the draft Policies chapter. The CONTRACTOR shall hold a conference call with CITY and COUNTY/ALUC representatives to seek input to the Discussion Paper. 3.3 General Plan Consistency Review For CITY and COUNTY/ALUC to understand the implications of the draft UKIALUCP upon their plans and policies, they will want to know where the conflicts lie. In this task, CONTRACTOR shall conduct a preliminary review of CITY and COUNTY general plans to assess the extent to which they may be inconsistent with the draft ALUCP criteria. CONTRACTOR shall emphasize the adopted general plan land use maps but shall also assess whether other types of essential airport land use compatibility measures, such as limits on heights of antennas and other structures, are in place. The outcome of this review will initially be presented to CITY and COUNTY/ALUC but will later become a central component of the CEQA document for the draft UKIALUCP. The CONTRACTOR shall hold a conference call with the CITY and COUNTY/ALUC representatives to discuss the results of the consistency analysis. 3.4 Administrative Draft and Public Draft UKIALUCP The intent of PROJECT is to produce a new, self-contained UKIALUCP. In this task, CONTRACTOR shall assemble a complete draft document for presentation to CITY and COUNTY/ALUC. CONTRACTOR shall modify the draft Background Data and Policies chapters (prepared in Tasks 2,4 and 3.3) in response to comments from CITY and COUNTY/ALUC. Also to be included in the draft document shall be an Introduction Chapter explaining the purpose of the UKIALUCP and the respective roles of CITY and COUNTY/ALUC in implementing its policies. Standard appendix material (current state laws regarding ALUCs, FAA airspace protection regulations, typical avigation easement wording, glossary, etc.)will also be included. The UKIALUCP will initially be prepared as an Administrative Draft for review at the staff level by CITY and COUNTY/ALUC. Following receipt of staff comments, CONTRACTOR shall make essential revisions and produce a Public Draft to be made available for public review and comment. The CONTRACTOR 16 Ni e d ,'..I I ti n t Page 5 X:\2112200\190459.01\CFEE\working\UKI ALUCP.MeadHunt scope.2019-01-14.docx Ukiah Municipal Airport Land Use Compatibility Plan Scope of Services shall hold a conference call to present the Administrative Draft UKIALUCP to the CITY and COUNTY/ALUC representatives. CONTRACTOR DELIVERABLES • Draft Policies chapter for CITY and COUNTY/ALUC review. • General plan consistency review. • Administrative Draft UKIALUCP(pdf format). • Public Draft UKIALUCP(pdf format). CITY RESPONSIBILITIES • Review draft material and provide feedback to CONTRACTOR within one week of receipt. • Make Public Draft available on CITY website. COUNTY RESPONSIBILITIES • Review draft material and provide feedback to CONTRACTOR. • Make Public Draft available on COUNTY/ALUC website and distribute public noticing of document's availability. Element 4. Environmental Impact Documentation 4.1 Displacement Analysis Adoption and implementation of the Draft UKIALUCP could result in changes to future development patterns by shifting or displacing the location of future residential and nonresidential land uses in the UKI influence area. The purpose of the displacement analysis is to identify conflicts with the land use and growth patterns provided in CITY and COUNTY planning documents and to determine the extent to which future development would be displaced. With certain exceptions, the displacement analysis will quantify the potential displacement of residential uses and qualify potential future displacement of nonresidential uses. This analysis will supplement the initial general plan consistency review conducted as part of the Element 3 work. CONTRACTOR shall provide the displacement results to CITY and COUNTY/ALUC for review and comment as it will become the central component of the CEQA documentation. The CONTRACTOR shall hold an in-person meeting to present the displacement results to CITY and COUNTY/ALUC staff representatives and invited key stakeholders. 4.2 CEQA Initial Study/Negative Declaration This task accomplishes preparation of environmental impact documentation necessary for adoption of the UKIALUCP in accordance with the California Environmental Quality Act (CEQA) and the 2007 California Supreme Court decision in Muzzy Ranch Company v. Solano County Airport Land Use Commission. An ALUCP is regulatory in nature and does not involve physical construction but does have indirect impacts. Accordingly, CONTRACTOR shall analyze the environmental impacts associated with the UKIALUCP and shall emphasize the issues associated with project implementation; specifically: noise, land use, population and housing, and cumulative impacts. 17 Ni e d ,'..I I ti n t Page 6 X:\2112200\190459.01\CFEE\working\UKI ALUCP.MeadHunt scope.2019-01-14.docx Ukiah Municipal Airport Land Use Compatibility Plan Scope of Services CONTRACTOR shall document the results of the above analysis in an Initial Study structured in accordance with CEQA requirements. Recognizing that the assessment will focus on where the new UKIALUCP will increase restrictions on underlying land uses, CONTRACTOR anticipates that the likelihood of significant displaced development to be low. CONTRACTOR expects that a Negative Declaration incorporating the Initial Study will be sufficient to achieve CEQA compliance. If this should prove not to be the case, then the Initial Study can serve as the basis for preparation of an Environmental Impact Report (EIR) under a subsequent or amended contract agreement. CONTRACTOR shall submit the CEQA document to the State Clearinghouse. CONTRACTOR DELIVERABLES • Discussion paper outlining the displacement results (pdf format). • Draft Initial Study and Negative Declaration (pdf format). • State Clearinghouse submittal package. CITY RESPONSIBILITIES • Review Discussion Paper and Draft Initial Study and provide comments to CONTRACTOR. • Make CEQA document available on CITY website. COUNTY RESPONSIBILITIES • Review Discussion Paper and Draft Initial Study and provide comments to CONTRACTOR. • Make CEQA document available on COUNTY/ALUC website and distribute public noticing of document's availability as required by law. Element 5. Review and Adoption 5.1 Presentation to ALUC At the outset of the public review period, CONTRACTOR shall make a presentation to ALUC to describe the draft UKIALUCP, its differences from the current plan, and major findings of the environmental review. The ALUC meeting should be structured to allow public comment on the draft UKIALUCP and CEQA document. Two additional trips are provided to present the draft ALUCP to the City Planning Commission and City Council. 5.2 Response to Comments CONTRACTOR shall tabulate comments received on the draft UKIALUCP made during the ALUC meeting or subsequently received in writing. CONTRACTOR shall include brief responses to each comment and indicate recommended changes to the draft UKIALUCP. CONTRACTOR shall list recommended revisions to the draft ALUCP in a formal Addendum. 5.4 Adoption by ALUC CONTRACTOR shall make a presentation to the ALUC summarizing the comments received and revisions proposed for the UKIALUCP at an ALUC hearing. Approval of the environmental document and adoption of the UKIALUCP will require formal actions by ALUC. 18 Ni e d ,'..I I ti n t Page 7 X:\2112200\190459.01\CFEE\working\UKI ALUCP.MeadHunt scope.2019-01-14.docx Ukiah Municipal Airport Land Use Compatibility Plan Scope of Services 5.5 Final ALUCP After ALUC adopts the UKIALUCP, CONTRACTOR shall prepare a final version of the UKIALUCP incorporating all the changes listed in the Addendum. CONTRACTOR shall provide CITY and COUNTY with one hard copy each of the final plan and a CD containing all text, GIS maps, and other final document material in their original digital file formats. Element 6. Additional Services While the deliverables and basic work effort required for the project are known, many times a need arises for additional services. CONTRACTOR recommends that the work scope include a contingency budget of at least five thousand dollars ($5,000)to cover unanticipated tasks. 19 Ni e d ,'..I I ti n t Page 8 X:\2112200\190459.01\CFEE\working\UKI ALUCP.MeadHunt scope.2019-01-14.docx m ip oa N Ol o N M N n Z cu �_ N Q Z v N Q o a cw 0 wo O Z N 7 1 O =� Q V w u} Z Z ti 3 v W N W WO 9 F CL 0 0 0 0 0 -80O a1 N W O N O W 7 C O �, Q T T i0 m N Cl)00 Ny N Z F O C ° E cu c Z g N 6 o 41 Y C CU O oa O N T C O N U N N M cu A a N o N g O a C U a1C C Q) N cu 720 o W lN/T l�/T N U a Q K O N �NI1 m N N 00 G fC Z N U a ❑ O Z N Q W < U = a 0 i0 O O oa a0 O 3 O K N W i0 oa i0 O N N 1p m �N O O m c-I N 0a p C N y W {A G N N m N N a T C }Q Z V7 m K m O VT VT VT VT VT N N a N = z Z N cg a o N g 0O a m W z a O o U D Q) 0 N N o U c fC i = F a '0 = a o Q Q CL O O co z N C y o ¢ z N o Eo a � G2 a O 41 O N a Z F = Q D CC VI yj V7 Q N OQ� p 7 •y N dU 9 C O_ cr O h a Q J Y� Q t0 t0 "6 Q a 41 N W Q CF G C U O O x ca V coW O S 9 E o U Q c>a E fC E o a a m `1 — co Y c ❑ a N U a�Ni .c E a U Q Oo C 9 C a Q Op_ 6 > 4 N s cu o 6 0 oQ E C 4 6 U O '6 QW, 41 d O d '6 O 41 O y O 6 U N L L c o' N J 3 a N O U NQ O N C 41 C C '6 41 O 41 N O E- o E c o E c c a1 0 _C Y 0 C E N c c C O N 0 '6 N 9 U C O C N O N E U T N O O O O E V N O t0 9 9 C '6 0 N y N O G2 C O co, Q 9 YO a O E O 0 N 41 41 U' YO C C O O E O p V O O '� O t0 "6 d W -6 O O) a V O O C V N N O '6 CO>C U 41 N N L C V N N O p O CCOOmq YOy' uJ cu 0 o CLE E a N ` V O `a Ea V o N 9 0o ❑ NNa, T "6 O N � caa C E A N VO cz ¢U O CL O DN aDMC •uCC> = i •KVC> pK U ZL E Q p Cd O U E E E E E E OaE aE Eay1 t, ld� 20 O O O U L'E- L—A ( e $ to > , Bk § 46 § § in 2 « CO in § § in _ $§ \ _ � § § ! C ) � / u _ § ! \ \ kk ) \ § r } E � f\ in46 , v � � ( w Ln £ � 2 CL d ) � ± � § | - k m § u§ 2 u 0 6 - G / � in k § 5 ! § { } to £ ] / » ± ) { \ § § k0 z — / § 2] ± S SILILII I ! / f / / 2 \ 2 $ > > Lnrn , ( ) / 46 ( , ( )/ 46 ( 2 2 ink , b § � a ink, ` b § � m 7, , = ■ oe 7, ,= ■ oa § , § ® � § , §® 2w 2w k ) \ � § k) \ �§ \ / ) \ ( § )72 \ : § § ! § § ! ) 2 ] $ 0 , $ u ! W co \) /\� \ � /\w \� � f\ , 2 � m Q � 2 ( § § § § } j ) § \ \ ui � k�§ ) § k\§ ) § B k � - 2 & 2 � a a § § 5 5 E \ e 7 c \ / � \ um M § § ± ) a ± ) R [± 7 { ( (§ \ § - a § % \ : f § § � <MM ! / § La {j \ k / § 22 ± j \ 2 \ § > 2 2 ± ; Q ; ; § \ 0 2 11 k � k � 2 \ 2 \ 0 00 0 to > > , ( )/ 46 ( I , ( )/ 46 ( / 2 2 ink, ` ink, b § � @ 7, ,= ■ o " 7, ,= ■ o � § , §® in § , §® 3 2 � 2 � k \ �) k ) \ ) �) � \ / )§ \ / )§ : 72 § § ! § § ! C } � f « } � zf / v m § kQ© D2 , § {22/ § {w §/ � co/ E \ in in , 2 _ ! § ! § 46 2 � mcu Q � § | | | ! ® 2 - k § B § - k ; ! § § § } IR )7§ § 7}§ ) § _ ( in F- k j j � z � | r — 3 - ( / cu | 2Z mEl {� \ / ® § » k cu o ( L-E' § z- / § | Z23 \ \ § ) 2 2 ± \ \ \ \ Mead & Hunt, Inc. General Terms and Conditions ("General Terms") for Engineering, Architectural, or Consulting Services California 1. Receipt of the attached signed Contract (Contracts, Proposal, or and all third parties is limited to the amount of the fees billed by Mead& Letter)will be considered written authorization to proceed. Hunt, Inc. to the Client during the 12-month period prior to the date of the last bill being first submitted to the Client. 2. Mead&Hunt, Inc.will bill the Client monthly,according to the payment method set forth in the Contract, with net payment due within thirty 8. Mead& Hunt, Inc. and the Client agree that the ultimate liability for (30)days. Past due balances shall be subject to an interest charge at contaminants or pollutants regardless of its source, and for the actual, a rate of 1% per month. In addition, Mead& Hunt, Inc. may, after alleged, or threatened discharge, dispersal, release, or escape of giving ten (10) days' written notice, suspend service under any pollutants, mycotoxins, spores, smoke, vapors, soot, fumes, mold, agreement until the Client has paid in full all amounts due it for acids,alkalis,toxic chemicals, mildew, liquids or gases,waste materials services rendered and expenses incurred, including the interest or other irritants,contaminants or pollutants into or upon land, buildings, charge on past due invoices. The fees or rates stated in the attached the atmosphere, or body of water shall remain with the Client; and the contract does not include any applicable state and local sales or use responsibility and/or liability for any of the foregoing and for the taxes or gross receipts taxes. Any such taxes shall be the sole ownership and maintenance of any toxic, hazardous, or asbestos responsibility of the Client to pay. materials relating to the project shall remain with the Client. 3. The fees and scope of services stated in the attached document 9. Client and Mead & Hunt, Inc. shall not, during the term of the Contract constitute an estimate of the fees and tasks required to perform the or after the termination of the Contract for a period of one year disclose services as defined. For those projects involving conceptual or any Confidential Information to any person or entity, or use any process development service,activities often cannot be fully defined Confidential Information to any person or entity, or use any Confidential during initial planning.As the project progresses,facts uncovered may Information for the benefit of Client or Mead & Hunt, Inc. as the case also reveal a change in direction which may alter the scope. If the may be, or any other person or entity, except with the prior written Client requests modifications or changes in the scope of the project, consent of Mead & Hunt, Inc. or the Client, as the case may be, or as the time of performance of Mead&Hunt, Inc.'s services and the fees required by law. The term "Confidential Information" means information shall be adjusted before Mead&Hunt, Inc.undertakes the additional marked or designated by Mead&Hunt, Inc.or the Client as confidential. work. Mead&Hunt, Inc.is not acting as a Municipal Advisor as Confidential Information includes, but is not limited to, ideas, defined by the Dodd Frank Act. specifications, techniques, models, data, programs, documentation, processes,know-how,and financial and technical information. 4. The Client shall be liable for and shall indemnify and hold Mead& Hunt, Inc. harmless for all costs and damages incurred by Mead& 10. Termination of the Contract by the Client or Mead& Hunt, Inc. with or Hunt, Inc. for delays caused in whole or in part by the Client's without cause,shall be effective upon ten(10)days'written notice to the interference with Mead& Hunt, Inc.'s ability to provide services, other party. The written notice may or may not include the reasons and including, but not limited to, the Client's failure to provide specified details for termination. Mead& Hunt, Inc. will prepare a final invoice facilities or information, or inaccuracies in documents or other showing all charges incurred through the date of termination; payment information required to be provided by the Client to Mead & Hunt, Inc. is due as stated in Paragraph 2. If the Client breaches the Contract or if Mead & Hunt, Inc. reserves the right to renegotiate the contract the Client fails to carry out any of the duties contained in these General because of any unforeseen delays caused by events beyond Mead & Terms, Mead& Hunt, Inc. may, upon ten (10) days' written notice, Hunt, Inc.'s control,such as funding for the project. suspend services without further obligation or liability to the Client. 5. The Client agrees to provide such legal, accounting and insurance 11. Mead & Hunt, Inc. may release data, models, plans, CAD files, and/or counseling services as may be required for the project. drawings electronically or by any other means to any other party 6. Mead& Hunt, Inc. will maintain insurance coverage for: worker's involved in the project; and if such release is not provided for in the Scope of Services, fees may be adjusted before the documents are compensation, general liability, automobile liability, and professional prepared for electronic submittal. Data and image files, both electronic liability. Mead& Hunt, Inc. will provide information as to specific limits and hard copy (hereinafter "files") are part of Mead & Hunt, Inc.'s upon written request. If the Client requires coverages or limits in instruments of service and shall not be used for any purpose other than addition to those that Mead & Hunt currently has in effect as of the for the described project. Any reuse of files or services pertaining to date of the agreement,premiums for additional insurance shall be paid this project or any other project shall be at the Client's sole risk and by the Client. without liability or legal exposure to Mead & Hunt, Inc. Mead & Hunt, 7. The limit of liability of Mead & Hunt, Inc. (including its current or former Inc. makes no representation as to compatibility of electronic files with employees, officers, directors, or shareholders) to the Client for any the Client's hardware or software. Differences may exist between these damages will be for a period of twelve (12) months from the date of the electronic files and corresponding hard-copy documents. Mead&Hunt, last bill from Mead & Hunt, Inc. being first submitted to the Client Inc. makes no representation regarding the accuracy or completeness regardless of whether or not such bill was paid by Client,and the extent of the electronic files provided. In the event that a conflict arises any liability including all damages (direct, consequential, indirect, between the signed or sealed hard-copy documents prepared by incidental,or other damages),claims,costs,expenses and legal fees of Mead& Hunt, Inc. and the electronic files, the signed or sealed hard- Mead & Hunt, Inc. (including its current or former employees, officers, copy documents shall govern. Because information presented on the directors, or shareholders) and its sub-consultants to the Client or any electronic files can be modified, unintentionally or otherwise, Mead& Hunt, Inc. reserves the right to remove all indicia of ownership and/or 24 CA General Terms and Conditions 1-18 Pagel of 2 Mead&Hunt, Inc. Copyright©Mead&Hunt,Inc. (No copying or use without written permission) involvement from each electronic display. Under no circumstances Inc.'s current or former employees,officers,directors or shareholders to shall delivery of the files for reuse be deemed a sale by Mead& Hunt, any personal legal liability for any breaches of this agreement or for any Inc. and Mead& Hunt, Inc. makes no warranties, either express or negligence in performing any services in connection with this agreement implied, of merchantability and fitness for any particular purpose. In no even if such claim arises out of and/or has been caused in whole or in event shall Mead& Hunt, Inc. be liable for any loss of profit, delayed part by negligence on the part of Mead& Hunt, Inc.'s current or former damages, or any consequential damages as a result of reuse or employees, officers, directors or shareholders. Therefore, changes to files or any data therein. notwithstanding anything to the contrary contained herein, the Client agrees that the Client's sole and exclusive remedy, for any breach of 12. Mead& Hunt, Inc. will provide services in accordance with ordinary contract or any negligent performance of services in connection with generally accepted standards of professional practices. Mead&Hunt, this agreement shall be a claim against Mead & Hunt, Inc., and any Inc. disclaims all warranties and guarantees, express or implied. The claim, demand, suit, or judgment shall be asserted only as against parties agree that this is a contract for professional services and is not Mead & Hunt, Inc.'s corporate entity, and not against any of Mead & subject to any Uniform Commercial Code. Similarly, Mead& Hunt, Hunt, Inc.'s current or former employees, officers, directors, or Inc. will not accept those General Terms offered by the Client in its shareholders, and the Client covenants not to sue these individuals. purchase order, requisition, notice of authorization to proceed, or any Each of Mead & Hunt, Inc.'s current and former employees, officers, other contractual document except as set forth herein or expressly directors or shareholders are made express beneficiaries of this agreed to in writing. Written acknowledgment of receipt or the actual Paragraph. performance of services subsequent to receipt of such other 19. None of the rights and/or obligations of either party hereunder may be contractual document is specifically deemed not to constitute assigned except with the prior written consent of the other party, and acceptance of any terms or conditions contrary to those set forth herein. Nothing in the Contract and/or General Terms is intended to any attempted assignment without such consent shall be void. create, nor shall it be construed to create, a fiduciary duty owed by 20. The limitations and indemnity provided herein shall not apply to the either party to the other party. willful or intentional acts of Mead & Hunt, Inc. or its employees, shareholders, officers, or directors. The Client acknowledges and 13. Mead& Hunt, Inc.cannot and does not guarantee that proposals, bids agrees that it has had an opportunity to negotiate with respect to the or actual project or construction costs will not vary from the actual limitations of the General Terms and understands and agrees that if and/or final project or construction costs or that the project or those Paragraphs were not included herein the fees for the services construction costs will not vary from the final costs of the project. The provided in connection with the General Terms and Contract would be Client agrees to indemnify and to hold Mead& Hunt, Inc. harmless for significantly higher. The Client further acknowledges that it is a any claim arising out of or related in any way to project or construction sophisticated party with experience in the acquisition of design services. costs even if such claim arises out of and/or has been caused in whole or in part by negligence on the part of Mead&Hunt, Inc. 21. Mead & Hunt, Inc. disclaims any duty to defend the Client. The Client agrees that it shall not tender the defense of any claim arising out of or 14. If the Client is a municipality or state authority or any government related to this Contract to Mead&Hunt, Inc. authority/agency, the Client agrees to indemnify and hold harmless 22. If a dispute arises out of or relates to the Contract and/or General Mead& Hunt, Inc.for all claims arising out of or related in any way to Terms,or its breach,the parties shall endeavor to settle the dispute first acts done by Mead& Hunt, Inc. in the exercise of legislative or quasi- through direct discussions. If the dispute cannot be settled through legislative functions. direct discussions, the parties shall endeavor to settle the dispute by mediation. If mediation is unsuccessful, then the parties may exercise 15. Neither the Contract nor these General Terms shall be construed as their rights at law. imposing upon or providing to Mead& Hunt, Inc. the responsibility or authority to direct or supervise construction means, methods, 23. If any term or provision of this Contract is held unenforceable,then such techniques, sequence, or procedures of construction selected by the provision will be modified to reflect the parties' intention. All remaining contractors or subcontractors or the safety precautions and programs provisions of this Contract shall remain in full force. incident to the work of the contractors or subcontractors. 24. Nothing contained in the Contract or the General Terms shall create a 16. Mead& Hunt, Inc.shall not be liable, in contract or tort or otherwise,for contractual relationship with or a cause of action in favor of a third party any special, indirect, consequential, or liquidated damages including against Mead & Hunt, Inc. Mead & Hunt, Inc.'s services under the specifically, but without limitation, loss of use, loss of profit or revenue, Contract are being performed solely for the Client's benefit, and no loss of capital,delay damages, loss of goodwill,claim of third parties,or other party or entity shall have any claim against Mead & Hunt, Inc. similar damages. Mead& Hunt, Inc.shall not be liable for any loss due because of the Contract or General Terms or the performance or to terrorism. nonperformance of services hereunder. 17. The Contract and these General Terms contains the entire understanding between the parties on the subject matter hereof and no 25. The General Terms and the Contract shall be construed and interpreted representations, inducements, promises or agreements not embodied in accordance with the laws of the state of California. No action may be herein shall be of any force or effect, and these General Terms brought except in the state of California. supersedes any other prior understanding entered into between the parties on the subject matter hereof. The Contract and General Terms do not create any benefits for any third party. No waiver of compliance with any provision or condition hereof shall be effective unless agreed in writing duly executed by the waiving party. 18. The parties agree that Mead & Hunt, Inc.'s services in connection with 25 the Contract and General Terms shall not subject any of Mead & Hunt, CA General Terms and Conditions 1-18 Page 2 of 2 Mead&Hunt, Inc. Copyright©Mead&Hunt,Inc. (No copying or use without written permission) d9 ATTACHMENT 3 DRAFT CONTRACT BETWEEN THE CITY OF UKIAH AND THE COUNTY OF MENDOCINO SHARING THE COST OF CONSULTING SERVICES FOR COUNTY AIRPORT LAND USE PLAN UPDATE This Agreement is made and entered in Ukiah, California on 2019 ("Effective Date"), between the City of Ukiah("City"), a general law municipal corporation, and the County of Mendocino ("County"), a political subdivision of the State of California. The City and County may be referred to herein separately as a"Party" and collectively as "the Parties." RECITALS: 1. The Mendocino County Airport Land Use Commission ("ALUC"), formed pursuant to Public Utilities Code Section 21670, adopted a countywide Airport Land Use Compatibility Plan ("ALUCP"), the Mendocino County Airport Comprehensive Land Use Plan, on October 21, 1993, which was revised on June 6, 1996. 2. According to the California Department of Transportation Division of Aeronautics Airport Land Use Planning Handbook, which outlines statutory requirements for ALUCs and ALUCPs in accordance with Public Utilities Code Sections 21670 —21679.5, a comprehensive review and update of the ALUCP is recommended at least every five years. 3. Since last revised, among other changes that have occurred, the Federal Aviation Administration has modified the Runway Protection Zone ("RPZ") and on May 20, 2015 the City adopted a revised Airport Layout Plan for the Ukiah Municipal Airport. 4. Due to the passage of time and the above-recited changes affecting the Ukiah Municipal Airport, the City and the County have agreed to jointly fund updating the ALUCP for the Ukiah Municipal Airport only. 5. The purpose of this Agreement is to set forth the terms and conditions under which the City will contract with Mead and Hunt, Inc. ("Consultant")to provide consulting services to the ALUC to assist in the development, consideration of and adoption of revisions to the ALUCP. AGREEMENT: In consideration and reliance upon the above-recitals, the terms and conditions stated below and other good and valuable consideration the receipt of which is hereby acknowledged, the Parties agree as follows. 1. City to Contract with Consultant. The City will contract with Consultant to perform the scope of work for the fees and expenses set forth in the attached Exhibit A. County shall not be considered a party to the Consulting Agreement and shall have no responsibility or liability for the Consultant's performance or for payment of its fees. County shall provide the staff support and coordination assigned to it under Exhibit A. 1 1.1 City will assign staff to perform the City's responsibilities as described in Exhibit A and provide County with their names and contact information. 1.2 County will assign staff to perform the County's responsibilities as described in Exhibit A and provide City and Consultant with their names and contact information. 1.3 Both City and County will strive to diligently perform the tasks assigned to them in Exhibit A and this Agreement and to complete those tasks within the time estimated for their completion as set forth in Exhibit A. 2. Payment for Consulting Services. The City will pay Consultant in accordance with Exhibit A. County shall reimburse the City for up to one third ($43,333.33) of the total cost as its share of Consultant's fee as detailed in Exhibit A. If the Consultant fee increases in accordance with the Exhibit A within the existing Scope of Work, the County contribution shall increase in proportion to its share of the fee quoted in Exhibit A. There shall be no change to the Scope of Work without the prior written consent of the City and the County. Any cost of any change in the Scope of Work sought by one party shall be paid by the Party seeking the change, even though approved by both Parties. If the change in the Scope of Work is sought by both Parties, they shall pay respective shares of that cost as they shall agree in the writing approving the change. The City will submit routine invoices to the County for reimbursement during the engagement along with the corresponding billing detail from the Consultant. 3. Coordination of Consultant Services. The Parties shall perform the coordination functions as generally described in Exhibit A. County shall be responsible for facilitating communication between the Consultant and the ALUC, for scheduling meetings of the ALUC to consider communications from the Consultant and providing staff and clerical support for the ALUC. The Parties understand and acknowledge that the ALUC is an independent commission established in accordance with state law and the County is not responsible for and shall have no liability for the decisions and actions of the ALUC, unless specifically imposed on County by state law. 4. Defense Costs. In the event an action or proceeding is brought against the ALUC, the County or any officer or employee thereof to attack, review, set aside, void or annul the ALUC's adoption of revisions to the ALUCP or the environmental document which accompanies it, the City and the County shall jointly defend the action or proceeding, sharing costs of the defense equally. Outside counsel may be used to defend the decision, if both the City and the County agree to use outside counsel. If jointly funding the defense, both parties shall exercise equal control over the conduct thereof. If, during the administrative proceedings conducted to revise the ALUCP, the parties agree that additional costs should be incurred for outside legal counsel or consulting services, they shall each share those costs equally. 5. Access to County GIS. During the term of this Agreement, County shall provide City and Consultant with remote access to the County's GIS system for performing tasks identified in Exhibit A, subject to any reasonable conditions generally applied to similar users of the GIS system. 6. Miscellaneous. 2 6.1 Choice of Law. This Agreement, and any dispute arising from the relationship between the parties to this Agreement, shall be governed by the laws of the State of California, excluding any laws that direct the application of another jurisdiction's laws. 6.2 Venue. All lawsuits relating to this contract must be filed in Mendocino County Superior Court, Mendocino County, California. 6.3 Waiver. No waiver of a breach, failure of any condition, or any right or remedy contained in or granted by the provisions of this Agreement shall be effective unless it is in writing and signed by the party waiving the breach, failure, right or remedy. No waiver of any breach, failure, right or remedy shall be deemed a waiver of any other breach, failure, right or remedy, whether or not similar, nor shall any waiver constitute a continuing waiver unless the writing so specifies. 6.4. Entire Agreement. This Agreement, including all attachments, exhibits, and any other documents specifically incorporated into this Agreement, shall constitute the entire agreement between County and Contractor relating to the subject matter of this Agreement. As used herein, Agreement refers to and includes any documents incorporated herein by reference and any exhibits or attachments. This Agreement supersedes and merges all previous understandings, and all other agreements, written or oral, between the parties and sets forth the entire understanding of the parties regarding the subject matter thereof. This Agreement may not be modified except by a written document signed by both parties. 6.5 Headings. Herein are for convenience of reference only and shall in no way affect interpretation of this Agreement. 6.6 Modification of Agreement. This Agreement may be supplemented, amended or modified only by the mutual agreement of the parties. No supplement, amendment or modification of this Agreement shall be binding unless it is in writing and signed by authorized representatives of both parties. 6.7 Severability. If a court of competent jurisdiction holds any provision of this Agreement to be illegal, unenforceable, or invalid in whole or in part for any reason, the validity and enforceability of the remaining provisions, or portions of them, will not be affected, unless an essential purpose of this Agreement would be defeated by the loss of the illegal, unenforceable, or invalid provision. 6.8 Notice. Whenever written notice is required or permitted under this Agreement, it shall be deemed given and received as follows: a. If given by overnight courier, certified mail, return receipt requested or personal delivery, it shall be deemed given and received on the date received. b. If given by fax or email, it shall be deemed given and received, when the sender receives an acknowledgment of receipt. c. When sent by regular first-class mail, it shall be deemed given and received, 48 hours after the notice is deposited in the mail. 3 The notice shall be deemed given and received as provided above, if sent to the address, fax number or email address specified below. City of Ukiah County of Mendocino Craig Schlatter Brent Schultz Community Development Planning& Building Services Ukiah Civic Center County Administration Offices 300 Seminary Avenue 501 Low Gap Road, Room 1030 Ukiah, CA 95482 Ukiah, CA 95482 Fax: 707-563-6204 Fax: 707-463-5709 cschlatter@cityofukiah.com schultzb@mendocinocounty.org WHEREFORE, the Parties have entered this Agreement on the Effective Date. CITY OF UKIAH COUNTY OF MENDOCINO Sage Sangiacomo, City Manager Carmel J. Angelo, County Executive Officer ATTEST: ATTEST: Kristine Lawler, City Clerk Karla Van Hagen, Senior Deputy Clerk Approved as to form: David J. Rapport, City Attorney Katharine L. Elliott, County Counsel 4 Attachment 4 UKIAH MUNICIPAL AIRPORT LAND USE COMPATIBILITY PLAN SCOPE OF SERVICES 2019-01-31 This document outlines the Scope of Services (SCOPE)to be provided by Mead & Hunt, Inc. (CONTRACTOR)for preparation of a new Ukiah Municipal Airport Land Use Compatibility Plan (UKIALUCP) under contract with the City of Ukiah (CITY). Responsibilities of CITY under this agreement are also listed. The new UKIALUCP is intended to replace the Ukiah Municipal Airport Comprehensive Land Use Plan, which is currently included as part of the Mendocino County Airport Comprehensive Land Use Plan (MCACLUP) adopted by the Mendocino County Airport Land Use Commission (ALUC)in 1993, and later amended. The new UKIALUCP will be a complete plan unto itself and separate from policies or other content contained in the remainder of the MCACLUP. Although CITY owns the Ukiah Municipal Airport (UKI) and has land use control over most of the surrounding area, implementation of the new UKIALUCP will first require adoption by ALUC. ALUC functions under the auspices of the County of Mendocino (COUNTY). Participation of COUNTY/ALUC is essential to accomplishment of SCOPE. Specific responsibilities of COUNTY/ALUC under this agreement are listed herein. The overall endeavor under SCOPE, including responsibilities of CITY and COUNTY/ALUC, is referred to herein as PROJECT. Element 1. Project Management and Coordination 1.1 Project Administration CONTRACTOR shall perform routine administrative duties including regular communication with CITY staff, processing contract documents, and monthly invoicing for the anticipated twelve (12) month duration of PROJECT. 1.2 Coordination with County/ALUC PROJECT will require efficient coordination among CONTRACTOR, CITY, and COUNTY/ALUC. Much of this coordination will be accomplished via conference calls. In-person meetings, including public meetings, are also provided. The purposes of some meetings will be to enable CONTRACTOR to obtain information from CITY and COUNTY/ALUC necessary for preparation of UKIALUCP, as well as feedback on draft materials to be prepared by CONTRACTOR. Other meetings will be public meetings for presentation of a draft UKIALUCP or components thereof, for obtaining public input, and ultimately for adoption of the UKIALUCP by ALUC. The timing and function of individual meetings are identified in subsequent tasks. 30 Mea '.,zl Itint Ukiah Municipal Airport Land Use Compatibility Plan Scope of Services SCOPE provides for a total of up to six (6) project trips for staff-level and public meetings to be attended in person by one (1) CONTRACTOR staff and up to six (6)conference calls involving CONTRACTOR, CITY, and COUNTY/ALUC representative. Any in-person staff-level and public meetings held on the same day will be counted as a single meeting. CONTRACTOR DELIVERABLES • Final scope, budget, and schedule. • Monthly communication with CITY staff for purposes of tracking progress, schedule, and budget. • Monthly invoices and status reports. • Participation in meetings with CITY and COUNTY/ALUC as described under Task 1.2 (all meetings are budgeted under this element). CITY RESPONSIBILITIES • Identify an individual with whom CONTRACTOR shall maintain coordination and who shall participate in PROJECT meetings. • Arrange rooms, noticing PROJECT meetings, distribute deliverables, and maintain overall coordination with the COUNTY/ALUC. COUNTY/ALUC RESPONSIBILITIES • Identify an individual or individuals with whom CITY staff shall coordinate and who shall participate in PROJECT meetings. • Schedule and agendize ALUC meetings where PROJECT is to be discussed or acted upon. Element 2. Data Collection and Compilation 2.1 Kickoff Meeting CONTRACTOR shall formally begin PROJECT by making a presentation to ALUC. This presentation will allow CONTRACTOR staff to introduce ourselves and outline the work products, schedule and planned interaction among CONTRACTOR, CITY, and COUNTY/ALUC. 2.2 Airport and Land Use Data and Mapping PROJECT will require certain background data and maps regarding UKI and surrounding land uses in CITY and COUNTY jurisdictions to be made available to CONTRACTOR. CONTRACTOR will rely upon CITY and COUNTY to provide the following data: Airport Layout Plan (ALP) Drawing: California state law requires that an ALUCP be based on a current master plan of the airport or, if none exists, a current ALP may be used with the approval of the Caltrans Division of Aeronautics. The Division typically requests an ALP that has been approved by the Federal Aviation Administration (FAA).As CITY has not recently adopted a Master Plan for UKI, CONTRACTOR will utilize the FAA-approved 2015 ALP drawing. The existing and future airfield configurations depicted in the 2015 ALP will be reflected in new UKIALUCP maps. CONTRACTOR will submit the UKI ALP to Caltrans for approval as the basis for UKIALUCP. 31 Ni e d ,'..I I ti n t Page 2 X:\2112200\190459.01\CFEE\working\UKI ALUCP.MeadHunt scope.2019-01-31.dou Ukiah Municipal Airport Land Use Compatibility Plan Scope of Services • Airport Activity and Flight Track Data: CONTRACTOR will work with airport management, other CITY staff, and airport tenants familiar with UKI to estimate the current composition and overall level of aircraft operations at UKI utilizing readily available data. These sources will also be asked to assist with mapping of typical flight routes used by various types of aircraft operating at UKI. • Airspace Plan Drawing: The Airspace Plan drawing shows the critical airspace surfaces established in accordance with Code of Federal Regulation (CFR) Part 77, Safe, Efficient Use, and Preservation of the Navigable Airspace. The Airspace Plan will be used to establish height restrictions for the areas surrounding UKI. • Land Use Data and Mapping: CONTRACTOR shall rely upon GIS data from CITY and COUNTY depicting existing land uses and the adopted general plan land use designations within the UKI vicinity. CONTRACTOR shall also review adopted CITY and COUNTY general plans and other policy documents for information and policies pertaining to land uses around UKI. 2.3 Activity Forecasts and Noise Contours By law, ALUCPs must have a time horizon of at least 20 years. The activity data and forecasts are used to generate projected aircraft noise contours. • Activity Forecasts: Using activity data obtained in Task 2.2, CONTRACTOR shall prepare new UKI aircraft operations forecasts for the year 2040. • Noise Contours: Using current activity data and forecasts of future operations together with flight track information from Task 2.2, CONTRACTOR shall prepare Community Noise Equivalent Level (CNEL) noise contours for current and 2040 aircraft operations at UKI. Contours will be depicted in 5 dB increments for CNEL 55 dB and above. The FAA's AEDT noise model will be used. The 2040 contours will take into account both the current and proposed configurations of the UKI runway as shown on the 2015 ALP. 2.4 Background Data Chapter Documentation of facts pertaining to UKI and land uses around it is an essential foundation to UKIALUCP. It also will form the basis for the environmental impact analysis to be completed in Element 4. Once the airport and land use information has been gathered and sorted, CONTRACTOR shall prepare new maps and data tables for inclusion as a Background Data chapter in UKIALUCP. The CONTRACTOR shall hold a conference call with the CITY and COUNTY/ALUC representatives to obtain comments on and corrections to the Background Data chapter. CONTRACTOR DELIVERABLES • List to be provided to CITY and COUNTY indicating airport and land use data needs for UKIALUCP. • Letter to Caltrans requesting acceptance of 2015 UKI ALP as basis of UKIALUCP. • Draft UKIALUCP Background Data chapter for review by CITY and COUNTY. CITY RESPONSIBILITIES Assist CONTRACTOR in obtaining or estimating current UKI aircraft activity and flight track data. 32 Ni e d ,'..I I ti n t Page 3 X:\2112200\190459.01\CFEE\working\UKI ALUCP.MeadHunt scope.2019-01-31.dou Ukiah Municipal Airport Land Use Compatibility Plan Scope of Services • Provide CONTRACTOR with current land use and future land use designation maps in GIS format for areas in CITY jurisdiction. • Review draft Background Data chapter and provide corrections to CONTRACTOR. COUNTY RESPONSIBILITIES • Provide CONTRACTOR with current land use and future land use designation maps in GIS format for areas in COUNTY jurisdiction. • Review draft Background Data chapter and provide corrections to CONTRACTOR. Element 3. Draft ALUCP Preparation 3.1 Impact Identification Consistent with the guidelines in the 2011 California Airport Land Use Planning Handbook(Handbook), the UKIALUCP will continue to address the four types of compatibility concerns in a composite manner: • Noise is the impact most directly affected by the airport activity forecasts. • Safety is the compatibility concern associated with the risks that potential aircraft accidents pose to people and property on the ground. Using data and guidance from the 2011 Handbook, CONTRACTOR shall delineate locations around UKI where heightened risk levels may warrant restrictions on future land use development. • Airspace Protection is critical to airport viability in that airspace obstructions can be hazards to flight and can necessitate changes to aircraft flight procedures. The UKI Airspace Plan will be used to depict this critical airspace.Additionally, FAA guidelines will be used to map locations where certain types of land uses can attract birds in a manner that can be hazardous to aircraft in flight. • Overflight pertains to areas beyond the noise contours where aircraft noise can be annoying or disruptive. For general aviation airports, the area of overflight concern is primarily within and near the aircraft traffic pattern. Using the aeronautical and land use data gathered in the preceding tasks, CONTRACTOR shall map and describe the magnitude and extent of these concerns. The combined geographic extent of the four impact concerns will constitute the UKI influence area. CONTRACTOR shall identify the compatibility factors that have changed in a manner that warrant a change to the 1993 (as amended) UKIALUCP compatibility zones and/or criteria. CONTRACTOR shall also identify the basic strategies available for addressing the changed conditions. CONTRACTOR shall summarize this information in a Discussion Paper to be presented to CITY and COUNTY/ALUC and hold a conference call to obtain feedback. 3.2 Draft Policies Chapter The centerpiece of an ALUCP is the policy section. There are two types of policies that an ALUCP must include: compatibility policies and procedural policies. Compatibility policies and associated maps establish the basis for an ALUC's determination of whether proposed land use plans and projects are 33 Ni e d ,'..I I ti n t Page 4 X:\2112200\190459.01\CFEE\working\UKI ALUCP.MeadHunt scope.2019-01-31.dou Ukiah Municipal Airport Land Use Compatibility Plan Scope of Services compatible with the airport involved. Procedural policies define the steps to be followed both by local agencies in referring actions for ALUC review and by an ALUC in conducting the reviews. The ALUC's 1993 compatibility and procedural policies for UKI are outdated and do not conform to guidance in the Caltrans 2011 Handbook. Regardless of this status, because these are the adopted policies now in effect, CONTRACTOR will consider them as a starting point for preparation of policies for the new UKIALUCP. Nevertheless, significant clarification, expansion, and potential substantive changes to the current policies are envisioned. As part of PROJECT, CONTRACTOR shall prepare a complete new Policies chapter containing both compatibility and procedural policies applicable only to UKI, not the other airports for which ALUC has responsibility. A composite Compatibility Map, similar in concept to the one in the 1993 CLUP for UKI, which reflects the combined effects of all four compatibility concerns will be in the Policies chapter. The Policies chapter will be presented in draft form to CITY and COUNTY/ALUC for discussion and feedback. Separately, CONTRACTOR shall prepare a Discussion Paper listing major differences in compatibility and procedural policies between those currently in effect and the ones contained in the draft Policies chapter. The CONTRACTOR shall hold a conference call with CITY and COUNTY/ALUC representatives to seek input to the Discussion Paper. 3.3 General Plan Consistency Review For CITY and COUNTY/ALUC to understand the implications of the draft UKIALUCP upon their plans and policies, they will want to know where the conflicts lie. In this task, CONTRACTOR shall conduct a preliminary review of CITY and COUNTY general plans to assess the extent to which they may be inconsistent with the draft ALUCP criteria. CONTRACTOR shall emphasize the adopted general plan land use maps but shall also assess whether other types of essential airport land use compatibility measures, such as limits on heights of antennas and other structures, are in place. The outcome of this review will initially be presented to CITY and COUNTY/ALUC but will later become a central component of the CEQA document for the draft UKIALUCP. The CONTRACTOR shall hold a conference call with the CITY and COUNTY/ALUC representatives to discuss the results of the consistency analysis. 3.4 Administrative Draft and Public Draft UKIALUCP The intent of PROJECT is to produce a new, self-contained UKIALUCP. In this task, CONTRACTOR shall assemble a complete draft document for presentation to CITY and COUNTY/ALUC. CONTRACTOR shall modify the draft Background Data and Policies chapters (prepared in Tasks 2,4 and 3.3) in response to comments from CITY and COUNTY/ALUC. Also to be included in the draft document shall be an Introduction Chapter explaining the purpose of the UKIALUCP and the respective roles of CITY and COUNTY/ALUC in implementing its policies. Standard appendix material (current state laws regarding ALUCs, FAA airspace protection regulations, typical avigation easement wording, glossary, etc.)will also be included. The UKIALUCP will initially be prepared as an Administrative Draft for review at the staff level by CITY and COUNTY/ALUC. Following receipt of staff comments, CONTRACTOR shall make essential revisions and produce a Public Draft to be made available for public review and comment. The CONTRACTOR 34 Ni e d ,'..I I ti n t Page 5 X:\2112200\190459.01\CFEE\working\UKI ALUCP.MeadHunt scope.2019-01-31.dou Ukiah Municipal Airport Land Use Compatibility Plan Scope of Services shall hold a conference call to present the Administrative Draft UKIALUCP to the CITY and COUNTY/ALUC representatives. COUNTY Director of Planning and Building Services and CITY Director of Community Development shall provide written approval of the Draft UKIALUCP to CONTRACTOR and CITY before the Draft UKIALUCP is released for public review or presented to any public commission, council or board. CONTRACTOR DELIVERABLES • Draft Policies chapter for CITY and COUNTY/ALUC review. • General plan consistency review. • Administrative Draft UKIALUCP(pdf format). • Public Draft UKIALUCP(pdf format). CITY RESPONSIBILITIES • Review draft material and provide feedback to CONTRACTOR within one week of receipt. • Prior to document release, provide written approval of the Draft UKIALUCP to CONTRACTOR. • Make Public Draft available on CITY website. COUNTY RESPONSIBILITIES • Review draft material and provide feedback to CONTRACTOR. • Prior to document release, provide written approval of the Draft UKIALUCP to CONTRACTOR. • Make Public Draft available on COUNTY/ALUC website and distribute public noticing of document's availability. Element 4. Environmental Impact Documentation 4.1 Displacement Analysis Adoption and implementation of the Draft UKIALUCP could result in changes to future development patterns by shifting or displacing the location of future residential and nonresidential land uses in the UKI influence area. The purpose of the displacement analysis is to identify conflicts with the land use and growth patterns provided in CITY and COUNTY planning documents and to determine the extent to which future development would be displaced. With certain exceptions, the displacement analysis will quantify the potential displacement of residential uses and qualify potential future displacement of nonresidential uses. This analysis will supplement the initial general plan consistency review conducted as part of the Element 3 work. CONTRACTOR shall provide the displacement results to CITY and COUNTY/ALUC for review and comment as it will become the central component of the CEQA documentation. The CONTRACTOR shall hold an in-person meeting to present the displacement results to CITY and COUNTY/ALUC staff representatives and invited key stakeholders. 4.2 CEQA Initial Study/Negative Declaration This task accomplishes preparation of environmental impact documentation necessary for adoption of the UKIALUCP in accordance with the California Environmental Quality Act (CEQA) and the 2007 California Supreme Court decision in Muzzy Ranch Company v. Solano County Airport Land Use Commission. An 35 Ni e d ,'..I I ti n t Page 6 X:\2112200\190459.01\CFEE\working\UKI ALUCP.MeadHunt scope.2019-01-31.dou Ukiah Municipal Airport Land Use Compatibility Plan Scope of Services ALUCP is regulatory in nature and does not involve physical construction but does have indirect impacts. Accordingly, CONTRACTOR shall analyze the environmental impacts associated with the UKIALUCP and shall emphasize the issues associated with project implementation; specifically: noise, land use, population and housing, and cumulative impacts. CONTRACTOR shall document the results of the above analysis in an Initial Study structured in accordance with CEQA requirements. Recognizing that the assessment will focus on where the new UKIALUCP will increase restrictions on underlying land uses, CONTRACTOR anticipates that the likelihood of significant displaced development to be low. CONTRACTOR expects that a Negative Declaration incorporating the Initial Study will be sufficient to achieve CEQA compliance. If this should prove not to be the case, then the Initial Study can serve as the basis for preparation of an Environmental Impact Report (EIR) under a subsequent or amended contract agreement. CONTRACTOR shall submit the CEQA document to the State Clearinghouse. CONTRACTOR DELIVERABLES • Discussion paper outlining the displacement results (pdf format). • Draft Initial Study and Negative Declaration (pdf format). • State Clearinghouse submittal package. CITY RESPONSIBILITIES • Review Discussion Paper and Draft Initial Study and provide comments to CONTRACTOR. • Make CEQA document available on CITY website. COUNTY RESPONSIBILITIES • Review Discussion Paper and Draft Initial Study and provide comments to CONTRACTOR. • Make CEQA document available on COUNTY/ALUC website and distribute public noticing of document's availability as required by law. Element 5. Review and Adoption 5.1 Presentation to ALUC At the outset of the public review period, CONTRACTOR shall make a presentation to ALUC to describe the draft UKIALUCP, its differences from the current plan, and major findings of the environmental review. The ALUC meeting should be structured to allow public comment on the draft UKIALUCP and CEQA document. Two additional trips are provided to present the draft UKIALUCP to joint meetings of 1)the City Council and Board of Supervisors; and 2)the Ukiah Planning Commission and Mendocino County Planning Commission.. 5.2 Response to Comments CONTRACTOR shall tabulate comments received on the draft UKIALUCP made during the ALUC meeting or subsequently received in writing. CONTRACTOR shall include brief responses to each comment and indicate recommended changes to the draft UKIALUCP. CONTRACTOR shall list recommended revisions to the draft ALUCP in a formal Addendum. 36 Ni e d ,'..I I ti n t Page 7 X:\2112200\190459.01\CFEE\working\UKI ALUCP.MeadHunt scope.2019-01-31.dou Ukiah Municipal Airport Land Use Compatibility Plan Scope of Services 5.4 Adoption by ALUC CONTRACTOR shall make a presentation to the ALUC summarizing the comments received and revisions proposed for the UKIALUCP at an ALUC hearing. Approval of the environmental document and adoption of the UKIALUCP will require formal actions by ALUC. CONTRACTOR shall assist CITY and COUNTY staff with preparation of the staff report and adopting documents for the approval of the environmental document and adoption of the UKIALUCP. 5.5 Final ALUCP After ALUC adopts the UKIALUCP, CONTRACTOR shall prepare a final version of the UKIALUCP incorporating all the changes listed in the Addendum. CONTRACTOR shall provide CITY and COUNTY with one hard copy each of the final plan and a CD containing all text, GIS maps, and other final document material in their original digital file formats. Element 6. Additional Services While the deliverables and basic work effort required for the project are known, many times a need arises for additional services. CONTRACTOR recommends that the work scope include a contingency budget of at least five thousand dollars ($5,000)to cover unanticipated tasks. 37 Ni e d ,'..I I ti n t Page 8 X:\2112200\190459.01\CFEE\working\UKI ALUCP.MeadHunt scope.2019-01-31.dou Attachment 5 COU No. 1718233 AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES This Agreement, made and entered into this _ day of , 2019 ("Effective Date"), by and between CITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" and Mead & Hunt, a corporation organized and in good standing under the laws of the state of Wisconsin and authorized to conduct business in the state of California, hereinafter referred to as "Consultant". RECITALS This Agreement is predicated on the following facts: a. City has an agreement with Mendocino County to acquire consulting services to assist the Mendocino County Airport Land Use Commission ("ALUC") update the portion of the Mendocino County Airport Land Use Plan ("ALUP") related to the Ukiah Municipal Airport. b. Consultant represents that it has the qualifications, skills, and experience and is 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",which includes additional 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 by , 2019. 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 38 a guaranteed maximum dollar amount of$130,000. Labor charges shall be based upon Std—Prof5vcsAgreement-November 20,2008 PAGE 1 OF 7 COU No. 1718233 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 Scope of Work for the not-to-exceed guaranteed maximum, even if actual time and expenses exceed that 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 the 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 to support 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 the 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 39 Std—Prof5vcsAgreement-November 20,2008 PAGE 2 OF 7 COU No. 1718233 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 days of being notified of the City Manager's determination. 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. 40 Std—Prof5vcsAgreement-November 20,2008 PAGE 3 OF 7 COU No. 1718233 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. 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 41 Consultant's performance of the work, pursuant to this Agreement. Std—Prof5vcsAgreement-November 20,2008 PAGE 4 OF 7 COU No. 1718233 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 one year from date of final invoice for this project. 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. 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. Where by statute, the City's Workers' Compensation - related forms cannot be used, equivalent forms approved by the Insurance Commissioner are to be substituted. 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, the cost of insurance becomes part of the compensation due the contractor after notice to Consultant that City has paid the premium. G. Subcontractors Consultant shall include all subcontractors 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 in the performance of services under this contract by Consultant, 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 42 Std—Prof5vcsAgreement-November 20,2008 PAGE 5 OF 7 COU No. 1718233 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 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. 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 43 project,the contract shall terminate on the date notice of termination is given to Consultant. Std—Prof5vcsAgreement-November 20,2008 PAGE 6 OF 7 COU No. 1718233 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 damages City may incur as a result of Consultant's breach of contract. 7.9 Execution of Agreement. This Agreement may be executed in duplicate originals, each bearing the original signature of the parties. Alternatively, this Agreement may be executed and delivered by facsimile or other electronic transmission, and in more than one counterpart, each of which shall be deemed an original, and all of which together shall constitute one and the same instrument. When executed using either alternative, the executed agreement shall be deemed an original admissible as evidence in any administrative or judicial proceeding to prove the terms and content of this Agreement. 7.10 Mendocino County Third Party Beneficiary. The County of Mendocino is a third-party beneficiary of Sections 6.0, 6.1 and 6.2 of this Agreement with the same right as a party to enforce them. The County of Mendocino shall be named as an additional insured in compliance with Section 6.1.D.1.a. 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 MEAD & HUNT DEPT. OF COMMUNITY DEVELOPMENT ATTN: KENNETH A. BRODY 300 SEMINARY AVENUE 1360 19TH HOLE DRIVE, SUITE 200 UKIAH, CALIFORNIA 95482-5400 WINDSOR, CALIFORNIA 95482 9.0 SIGNATURES IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date: CONSULTANT BY: Date PRINT NAME: IRS IDN Number CITY OF UKIAH BY: SAGE SANGIACOMO Date CITY MANAGER 44 Std—Prof5vcsAgreement-November 20,2008 PAGE 7 OF 7 COU No. 1718233 ATTEST CITY CLERK Date 45 Std—Prof5vcsAgreement-November 20,2008 PAGE 8 OF 7 Agenda Item No.: 12 MEETING DATE/TIME: l/6C2019 0/0 PEAK ITEM NO: � AGENDA SUMMARY REPORT SUBJECT: Mid-Year Departmental Budget and Objectives Progress Review for Fiscal Year 18-19 and Review of Draft Objectives for Fiscal Year 19-20. DEPARTMENT: Finance PREPARED Daniel Buffalo ATTACHMENTS: Attachment Airport Summary: As part of the m id-year review of the fiscal year 2018-19 budget and development process for the fiscal year 2O19-2Obudget, departments will present their individual mid-year budget and objectives progress report and outline their planned, specific objectives for the coming year and beyond. Background:As part of the m id-year review of the current budget year and developm ent of the budget for next year, each City department will present their individual budget information through December 31. 2O18. progress on stated budget objectives for the current year, and plans for the next fiscal year and beyond. Every department has been scheduled and will present over the course of February and March. Discussion: Departments presenting are the City Manager's Office and Airport. The mid-year summary for the Airport ioprovided aoAttachment#1. At the time ofagenda publication, presentation materials for the City Manager's Office were still under review and will be provided for the Council/Public prior to the meeting date. RECOMMENDED ACTION: Receive, consider, and discuss department-specific budget reports and progress updates on stated objectives for the 2018-19 fiscal year. In addition, the Council will review draft Objectives for the Fiscal Year 19'20. Departments presenting at this meeting are the City Manager's Office and Airport. 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: City Manager's Office; Greg Owen, Airport Manager 2 2 CITY OF UKIAH Attachment 1 2018-19 MIDYEAR REVIEW City of Ukiah �°"° Activity Summary Fiscal Year 2018-19 - ��)� f � � Name Number Number of FTEs(department-wide) Department AIRPORT 25 Division UNDEFINED 4.24 Section UNDEFINED Description Budget Summary The Ukiah Municipal Airport provides an alternative form of transportation and emergency access in and out of Ukiah. udge'L o Actuall The operations and maintenance activities include the management,supervision and training of staff as well as the upkeep of facilities and equipment. The Airport:maintains over two miles of runway and taxi-way pavement;260 runway and taxi-way lights;two fuel trucks-Jet A truck holding 5,000 gallons and Avgas truck holding 750 gallons of fuel;20,000 gallon bulk fuel 1 storage tank that is split to hold 12,000 gallons Avgas and 8,000 gallons of Jet A; 160 acres of airport property;and over 60 hangars and other buildings. Activities Performed: F] Formulates and manages programs for the development and promotion of aviation and ��� airport facilities,including fueling facilities. F] Provides management of land-lease facilities and parking for private and corporate aircraft, 1117 Amount Used 11111Arnount Available fixed-base operators,and other airfield tenants.Keeps tenants appropriately informed. BUdgetary Cornposiitiion VIII Personnel Other Operating VIII Capital 111111 Encumbrances Total Budget: IIIIIIIIIIIIIIIIIIIIIVIIIIIIIIIIIIIIIIIIIIVIIIIIIIIIIIIIIIIIIIII01111111111111 IIIIIIIIIIIIIIIIIIIIIIIIIIVIIIIIIIIIIIIIIIIIIIIVIIIIIIIIIIIIIIIIIIIIIOIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIVIIIIIIIIIIIIIIIIIIIIVIIIIIIIIIIIIIIIIIIIIIOIIIIIIIIIIIIIIIIIIIIItIUi!!l888iiiffffllllllllllllllllllllllllllllllllllllllllllllVIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIVIIIIIIIIIIIIIIIIIIIIVIIIIIIIIIIIIIIIIIIIII011111 Arnount Available V V tllli!!l1888iiiffVII V V 0111i!!l1888iiifffVI V V V I Arnount:Used x00,000 000,000 x00,000 2,000,000 2,500,000 000,000 Activity Trends Departirinent Activity Over Last "Three Years Ikby Cornposiitiion 1, 00,000 1,600,000 1,544,996 IlllkPersonnel Other Operating 1,200,000 VIII Capital 1,000,000 889,917 819,684 Sc1c1,Oc1c1 640,248 632,127 600,000 349,702`f 361,499 ' 360,148�I J,426 200,000 105,448 277,426 iullNN6fOIIIlu1113iII18illlllll 2016-17/-Actual(full year} 2017-18/-Actual(full year} 2018-19 Budget: 2018-19/-Actual(midyear} Notes Goals and Objectives Status De partment/Division Comments: 1 Runway 15-33 Pavement Reduction Phase 2 ;In progress )Staff is working with the FAA.Scope of this project has ;changed and pavement replacement should begin this ;spring. 2 20,000 Gallon Jet A fuel tank In progress zStaff is working to find a vender. 3 Update Mendocino County Airport Land Use Commission (ALUC) l progress �sStaff is working with Mead&Hunt to perform the much eneeded update. 3 Attachment 1 % Fiscal Year 2019-20 �a City q Ukiah Airport Operations Division Number Number of FTEs (department-wide) Department 25 Division 252 Section 2520 Future Objectives Fiscal Year 2019-20 Near-term Department/Division Comments: 1 Obstruction Removal Caltrans has identified obstructions(trees) on and around the airport that are penetrating the air space and need to removed or trimmed. Runway 15-33 lighting and payment Pending FAA rant funding. removal ............................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 3 Update Airport Business Plan Staff and the Airport Commission have spent several months working on an Airport Business Plan. Staff is working on some final updates and will be ready to bring this plan forward soon. 4 TaxiwayB D demo: Construction of new FAA Grant Construction Project. - 1 Taxiway A2, A4, R/W 33 Blast ad. ....................................................................................................................................................y..........................................................................................................P........................................................................................................................................................................................................................................................................................................................ 5 Rehab of Taxiway A, A3 and A5 Design. FAA Grant Design Project. Intermediate-term Department/Division Comments: 1 Slurry seal projects Staff has been working to slurry seal ramps, aprons, and parking lot around the airport. ...........................................................................................................:.............................................................................................................................................................................................................................:..... ................ ............................ 2 3 4 ............................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 5 Long-term Department/Division Comments: 1 Taxi way Pavement replacement, Rehab FAA Grant Construction Project, funding of Taxiway A, A3, and A5pending. ..........................................................................................................:.................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 2 ............................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 3 4 5 .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................. 4 Agenda Item No.: 12 MEETING DATE/TIME: l/6C2019 0/0 PEAK ITEM NO: � AGENDA SUMMARY REPORT SUBJECT:Authorize the City Manager to Execute Amendment 1 to Contract with The Weist Law Firm for Bond Counsel Services for the Refunding of the 2006 Revenue Bonds. DEPARTMENT: FinancePREPARED BY: K8ary_Honger_____________________________ ATTACHMENTS: Attachment Contract 1718-159 VVeist Attachment Amendment lDRAFT C#1718-159 Summary: City Council will consider authorizing the City Manager to execute Amendment 1 to Contract 1718-159 with The Weist Law Firm for bond counsel services for the refunding of the 2006 revenue bonds, for anadditional contract amount of$02.235. for atotal revised contract amount of$158.235. Background: In December of 2017, Council approved entering a contract with The Weist Law Firm for bond counsel services for the refunding of the 2006 revenue bonds in an amount not to exceed $96,000. Please refer toAttachment 1 for a copy of the contract. Discussion: Since the execution ofthe contract, and because ofthe challenges that the Ukiah Valley Sanitation District (UVSD) lawsuit presented to timing of the restructuring of the bonds, the structure of the refunding was changed three separate times and continues b» change and evolve. RECOMMENDED ACTION: Authorize the City Manager to execute Amendment 1to Contract 1718-159 for an additional contract amount of$62,23S,for atotal revised contract amount of$1S8,23S. BUDGET AMENDMENT REQUIRED:Yes CURRENT BUDGET AMOUNT: 84113400.52100.18001: $0 PROPOSED BUDGET AMOUNT: $62,235 FINANCING SOURCE: Bond Proceeds PREVIOUS CONTRACT/PURCHASE ORDER NO.: COU No. 1718-159 COORDINATED WITH: Daniel Buffalo, Finance Director The complexities, delays, and unresolved issues between the City and UVSD have resulted in an amount of work exceeding the usual amount incurred by bond counsel on similarly-sized issues. Additionally, The Weist Law Firm incurred over 90 hours of time ($43,650) spent towards legal advisor/facilitator to the settlement agreement process, as it pertained to refunding. Due to these issues, an amendment to the contract is necessary to add $62,235 to the contract, resulting in a revised contract amount, not to exceed $158,235. Please refer to Attachment 2 for a draft copy of the amendment. This amount only represents 70% of the total fees that have been actually incurred. Costs associated with these services will be paid for through the refunding, as is typical for this type of debt issue. 2 2 ATTACraivIENT 1 59 COU No. 171817J— AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES This Agreement, made and entered into this 7th day of December, 2017 ("Effective Date"), by and between CITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" and The Weist Law Firm, a law firm , organized and in good standing under the laws of the state of California, hereinafter referred to as "Consultant". RECITALS This Agreement is predicated on the following facts: a. City requires consulting services related to providing Bond Counsel Services in connection with the City's entry into a contract with the refunding of the 2006 Revenue Bonds. 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 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 $96,000, in each case fully contingent on the execution of the refunding of the 2006 Revenue Bonds. 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 A, PAGE 1 OF 7 59 COU No. 171817-9- 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 A. Consultant shall complete the Scope of Work for the not-to- exceed guaranteed maximum, even if actual time and expenses exceed that 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 the work satisfactorily performed prior to the date of the invoice, and shall be due and payable thirty (30) days after receipt by the City. The invoice 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 to support 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 the 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. PAGE 2mE7 LO 59 COU No. 171817 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 days of being notified of the City Manager's determination. 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. PAGE:3 OF 7 59 COU No. 1718179-- 3. 718179--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. 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. GAGE a OF 7 ti 59 COU No. 1718179- 3. 718179-3. 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 one year from date of final invoice. 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. 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. Where by statute, the City's Workers' Compensation - related forms cannot be used, equivalent forms approved by the Insurance Commissioner are to be substituted. 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, the cost of insurance becomes part of the compensation due the contractor after notice to Consultant that City has paid the premium. G. Subcontractors Consultant shall include all subcontractors 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 to the extent of Consultant's insurance coverages set forth in Paragraph 6.1 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 in the performance of services under this contract by Consultant, 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. PAGE 5OF7 Co 59 COU No. 171817-9- "Indemnify," 71817-9-"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 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. 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 PAGE 6OF7 rn 59 COU No. 1718179- 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 Execution of Agreement. This Agreement may be executed in duplicate originals, each bearing the original signature of the parties. Alternatively, this Agreement may be executed and delivered by facsimile or other electronic transmission, and in more than one counterpart, each of which shall be deemed an original, and all of which together shall constitute one and the same instrument. When executed using either alternative, the executed agreement shall be deemed an original admissible as evidence in any administrative or judicial proceeding to prove the terms and content of this Agreement. 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 THE WEIST LAW FIRM DEPT. OF FINANCE MR. CAMERON A. WEIST, ESQ. 300 SEMINARY AVENUE 108 WHISPERING PINES DRIVE, SUITE 235 UKIAH, CALIFORNIA 95482 SCOTTS VALLEY, CALIFORNIA 95066 9.0 SIGNATURES IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date: THE WIES ;7 BY: December 7. 2017 IST I Date 565493055 IRS IDN Number CITY OF UKIAH BY: m, 2a- AAG—E--S-ANGIACOMO Date CITY MANAGER ATTEST C CLERK Date PAGE 7 OF 7 C) ATTACHMENT A SCOPE OF SERVICES & FEE STRUCTURE BOND AND DISCLOSURE COUNSEL SERVICES FOR CITY OF UKIAH In connection with the issuance of Series 2018 Refunding Revenue Bonds (the "2018 Bonds"), the proceeds of which will be used to prepay and legally defease the entire issue of outstanding 2006 Water and Wastewater Revenue Bonds, Series A (the "2006 Bonds") issued by the Association of Bay Area Governments (the "ABAG") on March 2, 2006, Weist Law agrees to provide the following services: Pre-Refunding Considerations. We will guide the City through certain legal and financial pre-refunding considerations when analyzing the contemplated refunding of the 2006 Bonds (the "Refunding"). Some of these considerations include: (i) making sure that that the 2006 Bonds can be refunded on a current basis (as opposed to an advanced basis) and further ensure that any restructured debt will comply with requirements any new legislation affecting tax-exempt bonds; (ii) making sure that any parity debt that is not being restructured is fully considered and their respective associated covenants are examined for compliance; (iii) working with the City's staff and Financial Advisor to devise a plan of Refunding that is designed to result in the lowest financing cost possible; (iv) working with the Trustee and Escrow Agent to ensure that all required redemption notices are timely and properly delivered to existing bond owners of the 2006 Bonds being Refunded; (v) making sure that the escrow agreement properly and legally defeases all outstanding 2006 Bonds being refunded, and that the escrow investment meets the requirements of the prior bond documents pertaining to the 2006 Bonds; and (vi) advising as to the proper and prudent reserve levels, and/or surety reserve requirements and levels, as the case may be. Bond Counsel Services: Bond Counsel shall provide the following legal services in connection with the preparation of the resolutions, documents and certifications necessary for the undertaking and consummation of the Refunding and issuance of the 2018 Bonds contemplated by this Proposal. Such services shall include the following: 1. Consulting with representatives of the City and its staff, including, but not limited to, the City Manager, Finance Director, Public Works Director and the City Attorney, as well as the City's engineers, consultants, and others, with respect to the timing, terms and legal and financial structure of the Refunding and issuance of the 2018 Bonds. 2. Preparing all resolutions, ordinances, notices, affidavits, Depository Trust Company agreements, escrow agreements, indentures, installment sale Attachment A—Contract#1718179 Page 1 of 3 agreements, lease or loan agreements, and other legal documents customarily prepared by Bond Counsel, as required for the undertaking and consummation of the Refunding and issuance of the 2018 Bonds (the "Principle Documents"). 3. Reviewing documentation prepared by City staff, advisors, and/or consultants, including audit reports and budgets, project descriptions, rate studies and rate setting documents,underwriter and banking term sheets and bid documents and the purchase contracts to be derived therefrom. 4. Preparing documentation relating to any debt service coverage stipulations, parity debt conditions, rate stabilization constructs, redemption provisions and reserve fund requirements required in connection with the undertaking and consummation of the Refunding and issuance of the 2018 Bonds. 5. Preparing the escrow agreements (including all required redemption notices) necessary for the full and proper defeasance of the 2006 Bonds. 6. the various legal and financing structures that may be available to the City in connection with the undertaking and consummation of the Refunding and issuance of the 2018 Bonds. 7. Attending such meetings or hearings of the City Council (the "Council"), and working group meetings or conference calls as the City may request, and as Bond Counsel deems prudent and necessary. 8. Preparing all final closing papers required to consummate the Refunding and issuance of the 2018 Bonds, as well as the coordination of the closing thereof. 9. Providing Bond Counsel's customary final legal opinion as to the validity of the 2018 Bonds and the exemption from gross income for federal income tax purposes and from California personal income tax of interest thereon. 10.the required reports to the California Debt and Investment Advisory Commission (pursuant to section 8855 et seq. of the Government Code) respecting the sale of the 2018 Bonds, as well as the required Form 8038-G to the Internal Revenue Service (pursuant to Section 149 of the Internal Revenue Code of 1986). 11.Preparing a complete transcript of the proceedings for the 2018 Bonds, containing signed copies of all resolutions, ordinances, legal agreements, disclosure statements, certificates and notices. Copies shall be provided to the City and each member of the financing team. Disclosure Counsel Services: If the City chooses to proceed with a public offering (as the desired alternative to a private placement), Bond Counsel shall provide the following legal services as the City's Disclosure Counsel in connection with the preparation of the Official Statement for the corresponding 2018 Bonds, and related sales documents to be used in connection therewith. Such services shall include the following: 1. Consulting with City staff and officers in order to perform the due diligence required to produce the Official Statement (both preliminary and final). 2. Discussing and consulting with City staff and the Financial Advisor, as well as all applicable underwriters, attorneys, engineer's, title officers, trustees or fiscal or paying agents, feasibility consultants and all other professionals or participants in the issuance of the 2018 Bonds, in order to perform the due diligence required to produce the Official Statement (both preliminary and final). Attachment A—Contract#1718179 Page 2 of 3 N 3. Reviewing all agreements, certificates, resolutions, orders, notices, and affidavits produced in said proceedings and such other reports, documents and correspondence of legal nature as may be necessary in order to perform the due diligence required to produce the requisite Official Statement for each of the Financing Transaction (both preliminary and final). 4. Preparing the bond purchase contract for the 2018 Bonds. 5. Preparing the continuing disclosure certificate to assist the underwriter with compliance with the provisions of Securities and Exchange Commission Rule 15c2-12. 6. Providing an opinion indicating compliance with (i) Section 17(a) of the Securities Act of 1933, (ii) Section 10b-5 of the Securities Exchange Act of 1934, and (iii) Rule 15c2-12 of the Securities Exchange Act of 1934. Fee Structure: Fees for legal services for the Refunding and issuance of the 2018 Bonds as described will be based on a contingent fixed fee basis in accordance with the table below: Bond Counsel Disclosure Counsel Combined Bond and Disclosure Counsel Fee $55,500 $37,500 $93,000 Ex enses $1,500 $1,500.00 $3,000 Out-of-pocket expenses include such things as out-of-office fee (charged at $585 for each day of required travel) printing, mailing, travel and transcript preparation (charged at $450 for each transcript). Attachment A—Contract#1718179 Page 3 of 3 ATTACHMENT 2 CITY OF UKIAH AMENDMENT I TO PROFESSIONAL SERVICES AGREEMENT BETWEEN THE WEIST LAW FIRM and THE CITY OF UKIAH This Amendment No. 1, entered on , 2019, revises the Agreement for Professional services dated December 7, 2017 between the City of Ukiah and The Weist Law Firm, for professional consulting services related to providing Bond Counsel Services in connection with the City's refunding of the 2006 Revenue Bonds. This Amendment No. 1 adds an additional not-to-exceed amount of $62,235, for a total revised contract amount of$158,235. Except as expressly amended by this Agreement, all other terms and conditions of the agreement remain unchanged and in full force and effect. IN WITNESS WHEREOF, THE PARTIES HAVE EXECUTED THIS AMENDMENT ON THE EFFECTIVE DATE: THE WEIST LAW FIRM BY: DATE: PRINT NAME: CITY OF UKIAH BY: DATE: SAGE SANGIACOMO, CITY MANAGER ATTEST BY: DATE: KRISTINE LAWLER, CITY CLERK 13 Agenda Item No.: 12 MEETING DATE/TIME: l/6C2019 0/0 PEAK ITEM NO: � AGENDA SUMMARY REPORT SUBJECT:Authorize the City Manager to Execute Amendment 2 to Contractwith NHAAdvisors for Financial Advisory Services related to the refunding of the 2006 revenue bonds. DEPARTMENT: FinancePREPARED BY: K8ary_Honger_____________________________ ATTACHMENTS: Attachment CONTRACT 1617-119 NHA Advisors Attachment Amendment C#1617-119 NHA Advisors Attachment Draft Amendment 2C#l6l7-ll9 Summary: City Council will consider authorizing the City Manager to execute Amendment 2 to Contract 1617-119 with NHA Advisors for financial advisory services related to the refunding of the 2006 revenue bonds, for an additional contract amount of$135,000, for a total revised contract amount of$154,500. Background: In September 2016, an agreement was entered into with NHA Advisor in the amount of$8,000 for municipal advisory and consulting services for the Wastewater Enterprise. The agreement covered analyzing the State Revolving Fund loan commitment at the time, and existing 2005 bonds. Please see Attachment 1 for acopy ofthe contract. In October 2017, it was amended in the amount of$11,500, bringing the contract toanot b» exceed amount of $19,500, to allow for additional analysis regarding Wastewater finances, as well as other City finance objectives. Please see Attachment 2for acopy ofAmendment 1. RECOMMENDED ACTION: Authorize the City Manager to execute Amendment 2 t Contract 1617-119 for an additional contract amount of$13S,000,for atotal revised contract amount of$1S4,S00. BUDGET AMENDMENT REQUIRED:Yes CURRENT BUDGET AMOUNT: 84113400.52100.18001: $0 PROPOSED BUDGET AMOUNT: 84113400.52100.18001: $154,500 FINANCING SOURCE: Bond Proceeds and wastewater reserves PREVIOUS CONTRACT/PURCHASE ORDER NO.: COU No. 1617-119 COORDINATED WITH: Daniel Buffalo, Finance Director Discussion: Since the execution of Amendment 1, and because of the challenges that the Ukiah Valley Sanitation District (UVSD) lawsuit presented to timing of the restructuring of the bonds, the structure of the refunding was changed three separate times and continues to change and evolve. The complexities, delays and unresolved issues between the City and UVSD have resulted in an amount of work exceeding the usual amount incurred on similarly-sized issues. Additional advisory services were also spent for the settlement agreement process, as it pertained to refunding. Due to these issues and the considerably work NHA has performed to date, an amendment to the contract is necessary to add $135,000 to the contract, resulting in an revised contract amount, not to exceed $154,500. Please refer to Attachment 3 for a draft copy of the amendment. Most of the costs associated with these services will be paid for through the refunding, as is typical for this type of debt issue. In the event that our refunding efforts fail, staff will return to Council with options to settle with NHA, which may include the use of wastewater reserves. 2 2 co ATTACHMENT 1 COU No. 1617119 AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES This Agreement, made and entered into this 2nd day of September, 2016 ("Effective Date"), by and between CITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" and NHA Advisors, LLC, a limited liability company, organized and in good standing under the laws of the state of California, hereinafter referred to as"Consultant'. RECITALS This Agreement is predicated on the following facts: a. City requires consulting services related to Wastewater Municipal Advisory Consulting Services. 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 W'). 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 until the project is complete. 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$8,000. 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 A, Std—PmlSvesgg,eemom-Nowmber 20,2008 PAGE I OF 7 COU No. 1617119 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 A. Consultant shall complete the Scope of Work for the not-to- exceed guaranteed maximum, even if actual time and expenses exceed that 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 the 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 to support 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 the 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. Std--PmfSiv4Ag=m d-Now b.2D,200S PAGE 2 OF 7 COU No. 1617119 Consultant warrants and represents that it is a property 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 days of being notified of the City Manager's determination. 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 Liabtltty: $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. Std—PmfSvosAg=rwid-November 20,2004 PAGE 3 OF 7 COU No. 1617119 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. 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 Consultants 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 Consultants 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. Sid-Pw'Sm mra-Nawmbr 20,2008 PAGE 4 OF 7 ti COU No. 1617119 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 one year from completion of work. 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 Califomia 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. 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. Where by statute, the City's Workers' Compensation - related forms cannot be used, equivalent forms approved by the Insurance Commissioner are to be substituted. 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, the cost of insurance becomes part of the compensation due the contractor after notice to Consultant that City has paid the premium. G. Subcontractors Consultant shall include all subcontractors 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 in the performance of services under this contract by Consultant, 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. Std—PmfSvesAgm=nt-Vov mber 20,..2008 PAGE 5 OF 7 00 COU No. 1617119 "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 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. 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 Std—PmlSvaAS=mcu-November 2bl,2008 PAGE 6 OF 7 rn COU No. 1617119 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 Execution of Agreement. This Agreement may be executed in duplicate originals, each bearing the original signature of the parties. Alternatively, this Agreement may be executed and delivered by facsimile or other electronic transmission, and in more than one counterpart, each of which shall be deemed an original, and all of which together shall constitute one and the same instrument. When executed using either alternative, the executed agreement shall be deemed an original admissible as evidence in any administrative or judicial proceeding to prove the terms and content of this Agreement. 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 NHA ADVISORS DEPT. OF FINANCE ERIC SCRIVEN, PRINCIPAL 300 SEMINARY AVENUE 4040 CIVIC CENTER DRIVE, SUITE 200 UKIAH, CALIFORNIA 95482-5400 SAN RAFAEL, CA 94903 9.0 SIGNATURES IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date:: NHA SO S c / BY: /'4 I l9 Date PRINT NAME:�I L SCS I� i IRS IDN Number CITY OF UKIAH BY: S G AIACOMO Date ITY MA .AGER ATTEST v CITY CLERK Date Std® fSws macre-N 20,200@ PAGE OF 7 � - C) �� �� � � � ���| ��� � � �� ~� �� � ,^~� , . � ~~ .~~~ n~zn ATTACHMENT "A" 4040 Civic Center Drive,suite 200 Office:415�7852025 Sar Rafael.OA 94e03 vm*w�mwma|w*nrs*wm August 15,2O16 Dan Buffalo Finance Director City ofUkiah 3OOSeminary Avenue Ukiah,CA 95482 RE: City ofUkiah Wastewater Municipal Advisory and Consulting Project This letter specifies the terms of the engagement between NHA Advisors, LLC, located at 4040 Chic Center Drive, Suite 200L San Rafael, CA 94903 and City of Ukiah, located at 300 Seminary Avenue, Ukiah,CA 95482. This engagement between City ofUkiah and NHAAdvisors, LLC shall become effective asofthe date mfits acceptance osprovided below. Scope m@Municipal Advisory Activities to be Performed Services are detailed in Exhibit A attached hereto. Independent Registered Municipal Advisor("KRMA") |facting/nthe capacity oƒanIndependent Registered Municipal Advisor(7R8&4°)with regard to theIR&A exemption qfth �e� Ru&e, NHA���ons,1LC will review a//'irdp~'^ recommendations � Adm�o� L1C� �� � � �� n�6wc� -- Term wfEngagement Agreement The commencement date of the agreement is August 15, 2016 and the end date is upon completion ofthe Project.Any extensions must bemutually agreed upon 6wall parties|n writing. ^ Termination of Engagement Agnaeuummt City of Ukiah may terminate at any time and without cause upon written notification to NHA Advisors, LLC NMAAdxisors,LLC may terminate upon 45 days'written notice to City of Ukiah and shall include insuch notice the reasons for termination. City of Ukiah Wastewater Municipal Advisory and Consulting Project AUMT 15 2016 In the event of termination, NHA Advisors, LLC shall be entitled to compensation for services performed to the effective date of termination;City of Ukiah,however, may condition payment of such compensation upon NHA Advisors, LLC delivering to City of Ukiah any or all documents, photographs,computer software,video and audio tapes, and other materials provided to NHA Advisors,LLC or prepared by or for NHA Advisors, LLC or the City of Ukiah in connection with this Agreement. Compensation and Out-of-Pocket Expenses Compensation for the municipal advisory activities to be performed for this engagement is provided in Exhibit B.attached hereto. Fiduciary Duty NHA Advisors, LLC is registered as a Municipal Advisor with the SEC and Municipal Securities Rulemaking Board ("MSRB"). As such, NHA Advisors, LLC has a fiduciary duty to City of Ukiah and must provide both a Duty of Care and a Duty of Loyalty that entails the following. Duty of Care: a) exercise due care in performing its municipal advisory activities; b) possess the degree of knowledge and expertise needed to provide City of Ukiah with informed advice; c) make a reasonable inquiry as to the facts that are relevant to City of Ukiah's determination as to whether to proceed with a course of action or that form the basis for any advice provided to City of Ukiah;and d) undertake a reasonable investigation to determine that NHA Advisors, LLC is not forming any recommendation on materially inaccurate or incomplete information; NHA Advisors, LLC must have a reasonable basis for: I. any advice provided to or on behalf of City of Ukiah; ii. any representations made in a certificate that it signs that will be reasonably foreseeably relied upon by City of Ukiah,any other party involved in the municipal securities transaction or municipal financial product,or investors in City of Ukiah securities; and iii. any information provided to City of Ukiah or other parties involved in the municipal securities transaction in connection with the preparation of an official statement. Duty of Loyalty: NHA Advisors, LLC must deal honestly and with the utmost good faith with City of Ukiah and act in City of Ukiah's best interests without regard to the financial or other interests of NHA Advisors, LLC. NHA Advisors, LLC will eliminate or provide full and fair disclosure (included NHA ADVISORS PAGE N City of Ukiah Wastewater Municipal Advisory and Consulting Project Ayc3usr 15,2016 herein)to Issuer about each material conflict of interest(as applicable). NHA Advisors, LLC will not engage in municipal advisory activities with City of Ukiah as a municipal entity, if it cannot manage or mitigate its conflicts in a manner that will permit it to act in City of Ukiah's best interests. Conflicts of Interest and Other Matters Requiring Disclosures • As of the date of the Agreement,there are no actual or potential conflicts of interest that NHA Advisors, LLC is aware of that might impair its ability to render unbiased and competent advice or to fulfill its fiduciary duty. If NHA Advisors, LLC becomes aware of any potential conflict of interest that arise after this disclosure, NHA Advisors, LLC will disclose the detailed information in writing to City of Ukiah in a timely manner. • The fee paid to NHA Advisors, LLC increases the cost of investment to City of Ukiah. The increased cost occurs from compensating NHA Advisors, LLC for municipal advisory services provided. • NHA Advisors, LLC does not act as principal in any of the transaction(s) related to this Agreement. • During the term of the municipal advisory relationship,this agreement will be promptly amended or supplemented to reflect any material changes in or additions to the terms or information within this agreement and the revised writing will be promptly delivered to City of Ukiah. • NHA Advisors, LLC does not have any affiliate that provides any advice,service, or product to or on behalf of the client that is directly or indirectly related to the municipal advisory activities to be performed by NHA Advisors, LLC; • NHA Advisors, LLC has not made any payments directly or indirectly to obtain or retain the City of Ukiah's municipal advisory business; • NHA Advisors, LLC has not received any payments from third parties to enlist[Firm Name's] recommendation to City of Ukiah of its services,any municipal securities transaction or any municipal finance product; • NHA Advisors, LLC has not engaged in any fee-splitting arrangements involving NHA Advisors, LLC and any provider of investments or services to City of Ukiah; • NHA Advisors, LLC does not have any conflicts of interest from compensation for municipal advisory activities to be performed,that is contingent on the size or closing of any transactions as to which NHA Advisors, LLC is providing advice; • NHA Advisors, LLC does not have any other engagements or relationships that might impair NHA Advisors, LLC ability either to render unbiased and competent advice to or on behalf of City of Ukiah or to fulfill its fiduciary duty to the City of Ukiah,as applicable; and • NHA Advisors, LLC does not have any legal or disciplinary event that is material to City of Ukiah's evaluation of the municipal advisory or the integrity of its management or advisory personnel. NHAJ I ADVISORS PAGE M City of Ukiah Wastewater Municipal Advisory and Consulting project AuMST 15 2016 Legal Events and Disciplinary History NHA Advisors, LLC does not have any legal events and disciplinary history on its Form MA and Form MA-1,which includes information about any criminal actions, regulatory actions, investigations,terminations,judgments, liens,civil judicial actions,customer complaints, arbitrations and civil litigation. City of Ukiah may electronically access NHA Advisors, LLC's most recent Form MA and each most recent Form MA-1 filed with the Commission at the following website:www.sec.eov/edaar/searchedaar/comoanvsearch html There have been no material changes to a legal or disciplinary event disclosure on any Form MA or Form MA-1 filed with the SEC. Recommendations If NHA Advisors, LLC makes a recommendation of a municipal securities transaction or municipal financial product or if the review of a recommendation of another party is requested in writing by City of Ukiah and is within the scope of the engagement, NHA Advisors, LLC will determine, based on the information obtained through reasonable diligence of NHA Advisors, LLC whether a municipal securities transaction or municipal financial product is suitable for City of Ukiah. In addition, NHA Advisors, LLC will inform City of Ukiah of: • the evaluation of the material risks, potential benefits, structure,and other characteristics of the recommendation; • the basis upon which NHA Advisors, LLC reasonably believes that the recommended municipal securities transaction or municipal financial product is, or is not,suitable for City of Ukiah;and • whether NHA Advisors, LLC has investigated or considered other reasonably feasible alternatives to the recommendation that might also or alternatively serve the City of Ukiah objectives. If City of Ukiah elects a course of action that is independent of or contrary to the advice provided by NHA, NHA Advisors, LLC is not required on that basis to disengage from City of Ukiah. Record Retention Effective July 1,2014, pursuant to the Securities and Exchange Commission (SEC) record retention regulations, NHA Advisors, LLC is required to maintain in writing,all communication and created documents between NHA Advisors, LLC and City of Ukiah for 5 years. NHA , aDVISORS PAGE City of Ukiah Wastewater Municipal Advisory and Consultine Proiect AUGUST 15,2016 If there are any questions regarding the above, please do not hesitate to contact NHA Advisors, I.I.C. If the foregoing terms meet with your approval, please indicate your acceptance by executing both copies of this letter and returning one copy. Sincerely, NHA Advisors, LLC By: vv� Principal NHA ADVISORS PAGES yj ra..x ;;. ....... Exhibit A City of Ukiah Wastewater Enterprise—Municipal Advisory and Consulting Project Objective Statement&Scope of Service Objective:City is currently subject to a lawsuit from an adjacent special district with respect to joint operations of a wastewater treatment plant. This litigation will jeopardize an already committed source of low cost funding the City of Ukiah has secured to construct State of California Department of Water Quality mandated improvements. Additionally, City of Ukiah has existing wastewater system-related bonds outstanding which,absent current litigation,can be refinanced to provide significant savings. Consultant will provide quantitative analysis that will provide estimated, avoidable costs to the City of Ukiah wastewater ratepayers if the litigation continues and the beneficial financing opportunities are lost. Existing Conditions: City has secured 2 tranches of State Revolving Fund funding. Tranche 1 totals approximately$35.5 million and includes about$10 million of grant monies and$25.5 million of low cost loan. Terms of the loan are 1.00%for a 30-year term. Tranche 2 totals approximately$16 million and would include$6 million of grant monies and $11 million of low cost loan (same terms). Tranche 2 is dependent upon City"taking down"Tranche 1. Additionally,City has approximately$63 million of outstanding wastewater enterprise debt(the "2005 Bonds"). Terms of this debt are rates ranging from 4.00-4.75%,2036 final maturity and annual, approximately level, payment of$4.86 million. Scope of Service/Analysis: If litigation cannot be resolved,this will jeopardize and likely eliminate opportunity to utilize already committed SRF monies for the mandated new improvements,as well as taking advantage of the 2005 Bonds refinancing opportunity. Therefore,Scenario A shall assume the following: a. SRF loan commitment will be retracted and project funding will encompass just the the cost to fund to upgrade the treatment plant to improve its treatment standard. The system will continue to discharge into the Russian River. The cost of this project is estimated at$25-30 million. Based upon litigation,an investment grade(i.e. "BBB-"or better)credit rating may not be possible. This may necessitate"alternative"sources of financing such as a private placement or selling non-rated bonds in the public market. Sourcing and structuring financing for such a loan may require additional time and,thus, may necessitate a refreshing of the contracted price of the improvements, depending upon the terms of the contractor's firm pricing guarantee. b. 2005 Bonds may not have ability to be placed at rates that produce enough savings to make a refinancing worthwhile and,therefore,current annual payment structure would remain in place. c. As noted above,the discharge will continue to flow to the Russian River in this Scenario. This is not a permanent solution. Therefore,this Scenario A,shall also estimate the Q0 future cost—estimated as the difference between today's current full project cost (shown below in Scenario B)and the cost for just this interim solution in Scenario A. This cost difference is estimated at$23-28 million and would be estimated to be incurred in 5 years. This cost would be assumed to grow by CPI during this 5-year period and be funded using a similar method of finance as the earlier financing. If litigation is resolved,Scenario B shall assume the following a. Financial metrics of the wastewater utility credit would produce an"A"-category rating and be a strong candidate for bond insurance. This credit category is assumed and full credit analysis to verify this fact is beyond the scope of this analysis. b. SRF loan commitment would remain in place and be utilized for both tranches of funding c. 2005 Bond refinancing would produce significant savings Deliverable: Consultant shall provide a memorandum to City Staff outlining objective, assumptions,methods and results of the foregoing Scenarios A and B options analyses,as well as include a side by side comparison of same. Also, at option of City,Consultant may also provide and present a power point presentation summarizing this memorandum to Staff and City Council. ti Exhibit B City of Ukiah Wastewater Enterprise—Municipal Advisory and Consulting Project Compensation Compensation Schedule: For work described within Exhibit , A Scope of Services, Consultant will be compensated based 'a 1 on the hourly rate schedule shown to the right, but such Princ�al s �� $275 compensation shall not exceed $7,500. . Vice Presi $225 'dent Out-of-Pocket-All expenses will be billed directly at cost to ocst $175 Ass .,� _ a ..... the City. Expenses will be limited to A�Ilrst Ana $ typical expenses necessary for completion of the services required, for imstrattve 75 example typical charges will include copying, mailing, shipping, and data purchase (if not provided by others). California travel will not be expensed for this Scope of Services. The maximum expense total will not exceed $500. No reimbursable expense shall be incurred without prior written approval of City. CITY OF UKIAH CONSULTANT(NHA ADVISORS LLC) B y: By: Dan Buffalo, Finance Director E ` J.Scriven, Principal 00 ATTACHMENT 2 CITY OF UKIAH AMENDMENT NO. 1 TO CONTRACT#1617119 BETWEEN NHA ADVISORS,LLC and THE CITY OF UKIAH This Amendment No. I entered on October 11,2017,revises the Agreement for Professional services dated September 2, 2016,between the City of Ukiah and NHA Advisors, LLC, a limited liability company, for professional services relating to municipal advisory consulting services. This Amendment No. I amends the following sections of the Agreement as follows. I. 2.0 SCOPE OF SERVICES. Section 2.3 is added and shall read as follows: 2.3 Additional services to be provided by Consultant include those set forth in Attachment B,attached hereto. 11. 4.0 COWENSATION FOR SERVICES Section 4.1 is revised to read as follows: For the performance of the Scope of Services set forth in Attachments A and B, Consultant shall be compensated on a time and expense basis not to exceed $19,500.00. 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 for in Attachments A(at the hourly rates set forth in Exhibit B)and B(at hourly rates set forth in Attachment B), which shall include all indirect costs and expenses of every kind or nature, except direct expenses. The direct expenses and fees to be charged for the same shall be as set forth in Exhibit B to Attachment A. Consultant shall complete the Scope of Work for the not-to-exceed amount even if time and expenses exceed that amount. Except as expressly amended by this Amendment, all other terms remain unchanged and in full force and effect. IN WITNESS WHEREOF,THE PARTIES HAVE EXECUTED THIS ANENDMENT ON THE EFFECTIVE DATE: MHA ADVISO BY: aw/L� DATE. PRINT CITY OF UKIAH BY: 00� DATE: 1W �FAilll�GIA�MO,�CdTY M��ANZIER ATTEST BY: DATE: 10 LA R KRIS7 *9UR 'PE T CLERK rn ATTACHMENT B OBJECTIVE, SCOPE OF SERVICES AND COMPENSATION SCHEDULE FINANCIAL ADVISORY SERVICES Objective City seeks to determine feasibility of various financing options for past, current, and future debt issues, including options to finance or refinancing capital projects and other eligible activities of the City. Scope of Service—Task 1—Pre-issuance Financial Consulting Services Consultant will work with City staff and other parties to analyze, coordinate, facilitate, and manage a process that creates a thorough understanding by City Council and staff of the City's financing and/or refinancing options and all considerations related thereto to meet City's Objective. Tasks • Work with City staff and consultants to develop information and presentation material that describes current conditions and options for meeting City Objectives • Develop financing plan to address considerations and cash flow options • Assist with the education process of City Council and other stakeholders • Develop and present policy questions related to the implementation of financing plan • Analyze budgetary impacts of the various policy and financing options • Work with City staff to develop long-term cash flow model, as required • Assist in the drafting of any reports or presentations to City council • Attend City staff meetings or participate in conference calls, as requested by staff • Make presentations to City Council, as requested Scope of Service—Task 2—Bond Issuance/ Loan Placement(if applicable) Consultant will provide all services required to implement and execute the City's selected option, if any, upon tasking to do so. Compensation Schedule For services described within this ATTACHMENT B as Task 1,Consultant will be com ensated based u on the hour) rateMMM7 P p Y schedule provided in the table to the right. Consultant will Principal invoice City, at time of City's determination, of whether to Vice President proceed or not with a financing project for professional timeand documented and approved expenses incurred during Associate completion of Task 1 up to that point in time. All direct out- Analyst $125 of-pocket expenses will be charged at cost and will not Administrative $ 75 include California travel-related expenses. Independent Registered Municipal Advisor Agreement between October 2, 2017 City of Ukiah and NHA Advisors, LLC ATTACHMENT B C) N For services described within this ATTACHMENT B as Task 2, Consultant shall be compensated based upon the type of funding source, size and credit characteristic, and actual time spent to manage the funding process to a successful closing. This fee shall be determined upon City's tasking of Consultant of Task 2 Services. Independent Registered Municipal Advisor Duties and Disclosures Consultant will continue to serve in the capacity of Independent Registered Municipal Advisor ("IRMA") to the City to provide financial advice, assistance, representation for solicited and unsolicited financing proposals from banking and financial institutions as well as general financial consulting services. Consultant serving as the IRMA to the City will act in accordance with its fiduciary duty in the following manner: • The IRMA will work solely in the interest of the City • The IRMA has the duty to fairly assess whether the financing terms and covenants are favorable to the City • The IRMA has a duty to fairly assess whether the rates and yields are favorable • The IRMA will represent the City with sufficient knowledge of the bond market to negotiate the transaction for the City's best interest Under the Municipal Securities Rulemaking Board (the "MSRB") regulations effective on July 1, 2014, the IRMA is required to disclose certain conflicts of interest to their clients. In accordance with those proposed regulations Consultant make the following disclosures: • Consultant may serve other clients, but none whose activities within the corporate limits of City or whose business, regardless of location, would place Consultant in a "conflict of interest," as that term is defined in the Political Reform Act, codified at California Government Code Section 81000 et seq. • Consultant shall not employ any City official in the work performed pursuant to this Agreement. No officer or employee of City shall have any financial interest in this Agreement that would violate California Government Code Sections 1090 et seq. • Consultant hereby warrants that it is not now, nor has it been in the previous 12 months, an employee, agent, appointee, or official of the City. If Consultant was an employee, agent, appointee, or official of the City in the previous twelve months, Consultant warrants that it did not participate in any manner in the forming of this Agreement. Consultant understands that, if this Agreement is made in violation of Government Code § 1090 et seq., the entire Agreement is void and Consultant will not be entitled to any compensation for services performed pursuant to this Agreement, including reimbursement of expenses,and Consultant will be required to reimburse the City for any sums paid to the Consultant. Consultant understands that, in addition to the foregoing, it may be subject to criminal prosecution for a violation of Government Code § 1090 and, if applicable, will be disqualified from holding public office in the State of California. Independent Registered Municipal Advisor Agreement between October 2,2017 City of Ukiah and NHA Advisors, LLC ATTACHMENT B N • As of the date of the Agreement,there are no actual or potential conflicts of interest that Consultant is aware of that might impair its ability to render unbiased and competent advice or to fulfill its fiduciary duty. If Consultant becomes aware of any potential conflict of interest that arise after this disclosure,Consultant will disclose the detailed information in writing to City in a timely manner. • The fee paid to Consultant increases the cost of investment to City. The increased cost occurs from compensating Consultant for municipal advisory services provided. • Consultant does not act as principal in any of the transaction(s)related to this Agreement. • During the term of the municipal advisory relationship, this agreement will be promptly amended or supplemented to reflect any material changes in or additions to the terms or information within this agreement and the revised writing will be promptly delivered to City. • Consultant does not have any affiliate that provides any advice, service, or product to or on behalf of the client that is directly or indirectly related to the municipal advisory activities to be performed by Consultant. • Consultant has not made any payments directly or indirectly to obtain or retain the City's municipal advisory business. • Consultant has not received any payments from third parties to enlist any recommendation to City of its services, any municipal securities transaction or any municipal finance product. • Consultant has not engaged in any fee-splitting arrangements involving Consultant and any provider of investments or services to City. • Consultant does not have any conflicts of interest from compensation for municipal advisory activities to be performed, that is contingent on the size or closing of any transactions as to which Consultant is providing advice. • Consultant does not have any other engagements or relationships that might impair the Consultant's ability either to render unbiased and competent advice to or on behalf of City or to fulfill its fiduciary duty to the City, as applicable. • Consultant does not have any legal or disciplinary event that is material to City's evaluation of the municipal advisory or the integrity of its management or advisory personnel. Legal Events and Disciplinary History Consultant does not have any legal events and disciplinary history on its Form MA and Form MA-I, which includes information about any criminal actions, regulatory actions, investigations, terminations, judgments, liens, civil judicial actions, customer complaints, arbitrations and civil litigation. City may electronically access Consultant's most recent Form MA and each most recent Form MA-1 filed with the Commission at the following website: www.sec.govLedgar/searchedgarlcompanysea c m l Independent Registered Municipal Advisor Agreement between October 2,2017 City of Ukiah and NHA Advisors, LLC ATTACHMENT B ATTACHMENT 3 CITY OF UKIAH AMENDMENT 2—C #1617119 TO PROFESSIONAL SERVICES AGREEMENT BETWEEN NHA ADVISORS and THE CITY OF UKIAH This Amendment No. 2, entered on , 2019, revises the Agreement for Professional services dated September 2, 2016 between the City of Ukiah and NHA Advisors, LLC, for professional consulting services related to Wastewater Municipal Advisory Consulting Services. This Amendment No. 2 adds scope to include municipal advisory services in relation to the 2018 Wastewater Revenue Refunding Bonds, and an additional not-to-exceed amount of$135,000, for a total revised contract amount of$154,500, as per Attachment 1. Except as expressly amended by this Agreement, all other terms and conditions of the agreement remain unchanged and in full force and effect. IN WITNESS WHEREOF, THE PARTIES HAVE EXECUTED THIS AMENDMENT ON THE EFFECTIVE DATE: NHA ADVISORS, LLC BY: DATE: PRINT NAME: CITY OF UKIAH BY: DATE: SAGE SANGIACOMO, CITY MANAGER ATTEST BY: DATE: KRISTINE LAWLER, CITY CLERK 22 N H A ADVISORS ATTACHMENT 1 FOR AMENDMENT 2, rll „ hn " "'0,7, CONTRACT 1617119 404()Civic C7pnte r IGinve,Suite 200 Office:415. 85.2025 San Rafael,CA 94903 ronrww.M1JHAadvisors.com January 31, 2019 Dan Buffalo Finance Director City of Ukiah 300 Seminary Avenue Ukiah, CA 95482 RE: City of Ukiah 2018 Wastewater Revenue Refunding Bonds — NHA Advisors, LLC Regulatory Disclosure Letter Dear Dan, As I have previously indicated to you,we are required to send this Regulatory Disclosure Letter to you per Municipal Securities Rulemaking Board rules. This letter specifies the terms and details (including scope of services and proposed compensation) of the work that NHA Advisors, LLC, located at 4040 Civic Center Drive, Suite 200, San Rafael, CA 94903 will perform for the City of Ukiah (the "City"), located at 300 Seminary Avenue, Ukiah, CA 95482 relating to the above referenced project (the "Project"). Additionally, this letter provides certain duties and disclosures that we must present to all clients when working on a municipal bond transaction. Scope of Municipal Advisory Activities to be Performed A detailed Scope of Services can be found in Exhibit A. Independent Registered Municipal Advisor("IRMA") If acting in the capacity of an Independent Registered Municipal Advisor("IRMA")with regard to the IRMA exemption of the SEC Rule, NHA Advisors, LLC will review all third-party recommendations submitted to NHA Advisors, LLC in writing by the City. Term of Project Assignment The commencement date for this Project assignment for NHA Advisors, LLC is November 1, 2017 and the end date is July 31, 2018 or upon Project completion. Any extensions must be mutually agreed upon by all parties in writing. Termination of NHA Advisors, LLC Role on Project The City may terminate NHA Advisors, LLC role on the Project at any time and without cause upon written notification to NHA Advisors, LLC. In the event of termination, NHA Advisors, LLC shall be entitled to compensation for services performed to the effective date of termination. The City, however, may condition payment of such compensation upon NHA Advisors, LLC delivering to the City any or all documents, photographs, computer software, 23 0 0 4 1' CITY OF UKIAH 2018 WASTEWATER REVENUE REFUNDING BONDS-NHA ADVISORS, LLC REGULATORY DISCLOSURE LETTER JANUARY 31,2019 video and audio tapes, and other materials provided to NHA Advisors, LLC or prepared by or for NHA Advisors, LLC or the City in connection with NHA Advisors, LLC work on this Project. NHA Advisors, LLC may terminate upon 45 days'written notice to the City and shall include in such notice the reasons for termination. Compensation and Out-of-Pocket Expenses A detailed proposal for compensation and expenses can be found in Exhibit A. Fiduciary Duty NHA Advisors, LLC is registered as a Municipal Advisor with the SEC and Municipal Securities Rulemaking Board ("MSRB"). As such, NHA Advisors, LLC has a Fiduciary duty to City and must provide both a Duty of Care and a Duty of Loyalty that entails the following. Duty of Care: a) exercise due care in performing its municipal advisory activities; b) possess the degree of knowledge and expertise needed to provide City with informed advice; c) make a reasonable inquiry as to the facts that are relevant to City's determination as to whether to proceed with a course of action or that form the basis for any advice provided to City; and d) undertake a reasonable investigation to determine that NHA Advisors, LLC is not forming any recommendation on materially inaccurate or incomplete information; NHA Advisors, LLC must have a reasonable basis for: i. any advice provided to or on behalf of City; ii. any representations made in a certificate that it signs that will be reasonably foreseeably relied upon by City, any other party involved in the municipal securities transaction or municipal financial product, or investors in City securities; and iii. any information provided to City or other parties involved in the municipal securities transaction in connection with the preparation of an official statement. Duty of Loyalty: NHA Advisors, LLC must deal honestly and with the utmost good faith with City and act in City's best interests without regard to the financial or other interests of NHA Advisors, LLC. NHA Advisors, LLC will eliminate or provide full and fair disclosure (included herein) to Issuer about each material conflict of interest (as applicable). NHA Advisors, LLC will not engage in municipal advisory activities with City as a municipal entity, if it cannot manage or mitigate its conflicts in a manner that will permit it to act in City's best interests. Conflicts of Interest and Other Matters Requiring Disclosures • As of the commencement date of NHA Advisors, LLC role on the Project, there are no actual or potential conflicts of interest that NHA Advisors, LLC is aware of that might impair its ability to render unbiased and competent advice or to fulfill its fiduciary duty. If NHA Advisors, LLC becomes aware of any potential conflict of interest that arise after this disclosure, NHA Advisors, LLC will disclose the detailed information in writing to City in a timely manner. 24 NH A ISO RS PAGE 2 ".rlr�h.�=y.lunrr✓�fi,ii ti;r,rli.at��ci�s, CITY OF UKIAH 2018 WASTEWATER REVENUE REFUNDING BONDS—NHA ADVISORS, LLC REGULATORY DISCLOSURE LETTER JANUARY 31,2019 • The fee paid to NHA Advisors, LLC increases the cost of investment to City. The increased cost occurs from compensating NHA Advisors, LLC for municipal advisory services provided. • NHA Advisors, LLC does not act as principal in any of the transaction(s) related to its role/work on this Project. • During the term of the municipal advisory relationship, this disclosure will be promptly amended or supplemented to reflect any material changes in or additions to the terms or information within this disclosure and the revised writing will be promptly delivered to City. • NHA Advisors, LLC does not have any affiliate that provides any advice, service, or product to or on behalf of the client that is directly or indirectly related to the municipal advisory activities to be performed by NHA Advisors, LLC; • NHA Advisors, LLC has not made any payments directly or indirectly to obtain or retain the City's municipal advisory business; • NHA Advisors, LLC has not received any payments from third parties to enlist NHA Advisors, LLC's recommendation to City of its services, any municipal securities transaction or any municipal finance product; • NHA Advisors, LLC has not engaged in any fee-splitting arrangements involving NHA Advisors, LLC and any provider of investments or services to City; • NHA Advisors, LLC has a conflict of interest from compensation for municipal advisory activities to be performed, that is contingent on the size or closing of any transactions as to which NHA Advisors, LLC is providing advice; • NHA Advisors, LLC does not have any other engagements or relationships that might impair NHA Advisors, LLC ability either to render unbiased and competent advice to or on behalf of the City or to fulfill its fiduciary duty to the City, as applicable; and • NHA Advisors, LLC does not have any legal or disciplinary event that is material to City's evaluation of the municipal advisory or the integrity of its management or advisory personnel. Pursuant to Municipal Securities Rulemaking Board Rule G-10, on Investor and Municipal Advisory Client Education and Protection, Municipal Advisors are required to provide certain written information to their municipal entity and obligated person clients which include the following: • NHA Advisors, LLC is currently registered as a Municipal Advisor with the U.S. Securities and Exchange Commission and the Municipal Securities Rulemaking Board. • Within the Municipal Securities Rulemaking Board ("MSRB") website at ww.i,r srb,_or', City may obtain the Municipal Advisory client brochure that is posted on the MSRB website. The brochure describes the protections that may be provided by the MSRB Rules along with how to file a complaint with financial regulatory authorities. Legal Events and Disciplinary History NHA Advisors, LLC does not have any legal events and disciplinary history on its Form MA and Form MA- I,which includes information about any criminal actions, regulatory actions, investigations, terminations, judgments, liens, civil judicial actions, customer complaints, arbitrations and civil litigation. City may electronically access NHA Advisors, LLC's most recent Form MA and each most recent Form MA-I's filed with the Commission at the following website: .!::Z .P". ..!:.:.:.�:!.P.J.gp..!::.Z�;::q..!: p:.l !r. :. . ..!:.:�.:.�:!..:..�:!.:.!: 25 NH A ISO RS PAGE 3 ".rlr�h.�=y.lunrr✓�fi,ii ti;r,rli.at��ci�s, CITY OF UKIAH 2018 WASTEWATER REVENUE REFUNDING BONDS-NHA ADVISORS, LLC REGULATORY DISCLOSURE LETTER JANUARY 31,2019 There have been no material changes to a legal or disciplinary event disclosure on any Form MA or Form MA-1 filed with the SEC. Recommendations If NHA Advisors, LLC makes a recommendation of a municipal securities transaction or municipal financial product or if the review of a recommendation of another party is requested in writing by City and is within the scope of the engagement, NHA Advisors, LLC will determine, based on the information obtained through reasonable diligence of NHA Advisors, LLC whether a municipal securities transaction or municipal financial product is suitable for City. In addition, NHA Advisors, LLC will inform City of: • the evaluation of the material risks, potential benefits, structure, and other characteristics of the recommendation; • the basis upon which NHA Advisors, LLC reasonably believes that the recommended municipal securities transaction or municipal financial product is, or is not, suitable for City; and • whether NHA Advisors, LLC has investigated or considered other reasonably feasible alternatives to the recommendation that might also or alternatively serve the City objectives. If City elects a course of action that is independent of or contrary to the advice provided by NHA Advisors, LLC, NHA Advisors, LLC is not required on that basis to terminate its work on the Project with City. Record Retention Effective July 1, 2014, pursuant to the Securities and Exchange Commission (SEC) record retention regulations, NHA Advisors, LLC is required to maintain in writing, all communication and created documents between NHA Advisors, LLC and City for five (5)years. If there are any questions regarding the information we have provided in this Regulatory Disclosure Letter, please do not hesitate to contact NHA Advisors, LLC. Sincerely, Eric Scriven, Principal NHA Advisors, LLC 26 NH A ISO RS PAGE 4 ".rlr�h.�=y.lunrr✓�fi,ii ti;r,rli.at��ci�s, CITY OF UKIAH 2018 WASTEWATER REVENUE REFUNDING BONDS—NHA ADVISORS, LLC REGULATORY DISCLOSURE LETTER JANUARY 31,2019 EXHIBIT A PROPOSED SCOPE OF SERVICES AND COMPENSATION SCHEDULE Objective.City seeks to refinance the Association of Bay Area Governments 2006 Water and Wastewater Revenue Bonds, Series A(the "2006 Bonds"or"Prior Bonds"). If refinancing is feasible, NHA Advisors, LLC ("Consultant") shall facilitate execution of refinancing transaction. Independent Registered Municipal Advisor. If acting in the capacity of an Independent Registered Municipal Advisor("IRMA")with regard to the IRMA exemption of the SEC Rule, Consultant will review all third-party recommendations submitted to Consultant in writing by the City. Scope of Services. Consultant will serve in the capacity of Municipal Advisor to the City with respect to the potential refinancing of the Prior Bonds. As noted, the objective of the City, for which Consultant is being retained, is to provide advice, options, and analysis with respect to most opportune method of refinancing Prior Bonds. Consultant shall also be retained to coordinate and effectuate the actual implementation of the selected financing plan if Project is deemed advisable, in City's sole discretion. Consultant's work will include, but not be limited to,the following tasks and/or elements: Scope of Service—Task 1—Bond Issuance/Loan Placement Tasks • Provide and manage Project Management related documentation including a)a detailed "master schedule"of tasks encompassing bond structuring,documentation,approval, pricing,closing and post-closing phases, b) Distribution Listing of Finance Team Participants, c) Due Diligence Data Requirements [as required], and d) Plan of Finance/Objective Statement [as required] • If required, work with the City staff to solicit and select financing partner/funding source (e.g. bank, underwriter etc.) • If required,work with the City staff to solicit and select trustee service provider and negotiate of preferred terms and pricing • As required, recommend options with respect to other consultants that may be required as part of financing process • Analyze the rating criteria and its application to the financing's underlying security characteristics to gauge credit quality • Attend all organizational, document review, and special meetings/conference calls related to the financing • Evaluate,advise,and consult with the City, underwriter and bond counsel regarding financial and non-financial bond covenants of the financing • Work with City and bond counsel to develop the necessary financing documents • Prepare and lead efforts in furnishing materials and data to rating agencies, bond insurers, and letter of credit providers o If private placement to financial institution or other investor,work with placement agent to prepare appropriate credit package for inclusion within bidding documents • Work with disclosure counsel and other financing team participants to prepare the preliminary official statement (POS or "disclosure document"), as well as review all appropriate financing documents o If private placement, work with placement agent to develop bid documentation 27 NH A ISO RS PAGE 5 ".rlr�h.�=y.lunrr✓�fi,ii ti;r,rli.at��ci�s, CITY OF UKIAH 2018 WASTEWATER REVENUE REFUNDING BONDS-NHA ADVISORS, LLC REGULATORY DISCLOSURE LETTER JANUARY 31,2019 • Lead team discussions in conjunction with bond and disclosure counsel on form, content, and sufficiency of information in the POS and continuing disclosure agreement • Work with selected financing partner/source to determine optimal bond structure, including serial/term bonds, premium/discount bonds, and redemption provisions • On behalf of City, collect all costs of transaction and, as appropriate and requested by City, provide recommendations as to each respective financing participant's scope of service and fee requests • Pricing of Bond Issue o Work with selected underwriter to recommend timing of bond pricing o Monitor municipal markets, review proposed interest rates, and advise the City during negotiations with underwriter o Provide independent numerical analysis of proposed bond issue pricing proposals o Provide detailed schedule of actions and timing during critical bond marketing and sale (pricing)time-frame o If private placement, assist placement agent with investor bidding process and lead final negotiations as required • Recommendations to the City o Prepare an oral and/or written recommendation to the City for bond issue as requested • Closing the Financing o Work with bond counsel to prepare a closing memorandum to outline the role of each party and to direct each party's actions at closing o Prepare Flow of Funds and Closing Memorandum • Special Meetings of the City o Attend all City governing board meetings and any special meetings with staff, bond counsel, disclosure counsel, credit enhancement firms, and rating agencies as the City deems necessary • Post Issuance Assistance o Provide follow-up to financing team participants on any issues that need attention o Conduct post issuance reviews as requested by the City o Provide written report to City summarizing salient financial and credit features and financing results (e.g. "Post-Closing Report") This proposed scope of services does not necessarily include all tasks that Consultant will undertake during this Project. As all similar projects are complex and unique, and each City has different processes and needs, Consultant commits to "doing what it takes" to facilitate that all parties collectively achieve a successful result for the City. Proposed Compensation Schedule. For Task 1 Scope of Services, and based upon our understanding of the transaction at this time,we propose a fee of$135,000.The proposed fee is based upon the complexity of the transaction, the method of sale, the credit profile of the deal, actual Consultant time projected to be expended upon this Task 1 services, and other factors. In the event that no financing is completed,and bonds are not issued, Consultant will work with the City to determine reasonable compensation for the time submitted by the Consultant's involved professionals. If the transaction is completed or our involvement differs significantly from our expectations,we would expect to be paid a fee that we mutually agree would reflect reasonable compensation for municipal advisory services rendered considering the risk undertaken and the level of expertise required to undertake such municipal advisory service. 28 NH A ISO RS PAGE 6 ".rlr�h.�=y.lunrr✓�fi,ii ti;r,rli.at��ci�s, CITY OF UKIAH 2018 WASTEWATER REVENUE REFUNDING BONDS-NHA ADVISORS, LLC REGULATORY DISCLOSURE LETTER JANUARY 31,2019 Out-of-Pocket- All expenses will be billed directly at cost to the City. Expenses will be limited to typical expenses necessary for completion of the services required. For example, typical charges will include copying, mailing, shipping, and data purchase (if not provided by others). California travel will not be expensed for this Scope of Services.The maximum expense total will not exceed$2,000. No reimbursable expense shall be incurred without prior written approval of City. 29 NH A ISO RS PAGE 7 ".rlr�h.�=y.lunrr✓�fi,ii ti;r,rli.at��ci�s, Agenda Item No.: 13a MEETING DATE/TIME: l/6C2019 0/0 PEAK ITEM NO: � AGENDA SUMMARY REPORT SUBJECT: Consider Approval of Award of a Professional Services Agreement to Melton Design Group Landscape Architects & Planners for Development of Plans and Designs for the Riverside Park Regeneration Project, Funded by California Natural Resources, California Urban Rivers Grant Program, and Approve Corresponding Budget Amendment. DEPARTMENT: Community Services PREPARED Tami Ba�n|nmei ATTACHMENTS: Attachment lRFP Landscape Architect Riverside Park Regeneration Project Attachment 2 MDG Proposal Riverside Park Regeneration Attachment 3California Natural Resources Agency Grant Agreement Summary: Council will consider an award of a professional services agreement to Melton Design Group Landscape Architects & Planners in the amount of$231,243 for the development of plans and designs for the Riverside Park Regeneration project andapproveoorreopondingbudgetamendment. Background: The City of Ukiah was recently awarded $1,113,700 for the Riverside Park Regeneration project through the California Urban Rivers Grant Program, funded by Proposition 1: The Water Quality, Supply, and Infrastructure Improvement Act of 2014. The Act provides funding to implement the three objectives ofthe California Action P|an, which are: 1\ more reliable water supplies, 2\ the restoration ofimportant species and habitat, and 3) a more resilient and sustainable managed water infrastructure. RECOMMENDED ACTION: Approve award of a professional services agreement to Melton Design Group Landscape Architects & Planners in the amount of $231,243 for the development of plans and designs for the Riverside Park Regeneration Project, and approve corresponding budget amendment. BUDGET AMENDMENT REQUIRED:Yes CURRENT BUDGET AMOUNT: N/A PROPOSED BUDGET AMOUNT: $1,113,700 10022100.80220.18014 FINANCING SOURCE: General Fund Reserves, until reimbursed by grant PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: Mary Horger, Procurement Manager The section of Riverside Park that is the focus of the work is 8.4 acres of compacted and remnant debris. The Riverside Floodplain Regeneration Project will restore a multi-benefit floodplain where a prior land use degraded the site. The project includes grading a large remnant pit and berm area to create a wide, multi-level system of wet meadows, floodplain wetlands, and spring pools. The project will repair existing trails impacted by the grading and clear debris and berms that currently reduce sight lines in the park and impede public access to the park. These improvements will allow better usage of the park trails and facilitate the addition of bird walks and nature education programming. Community feedback regarding Riverside Park was solicited through three community meetings. This portion of the park has a strong following in the community. One of the common threads to emerge from these meetings was the need to improve the riparian habitat, improve flooding and storm water drainage, improve groundwater recharge, and provide an enhanced park experience. Therefore, Staff is incorporating this feedback into the planned regeneration project. Riverside Park provides the only public access to the Russian River in the city limits and a unique opportunity to promote green infrastructure projects, as well as local and regional efforts to improve climate change resilience with a particular focus on the health of the Russian River watershed. During this project, the City will expand upon existing partnerships and formally connect the Ukiah Valley landowners along the river to address long-term habitat and flood management improvements that will improve the Ukiah Valley's resiliency and adaptability to climate change. Discussion: Staff prepared a request for proposal (RFP) for the development of plans and designs for the regeneration project. The RFP outlined the project goals and specific type of work involved within the planned project (RFP included as Attachment 1). In general, the scope of work will include project design, production of plans and specifications, bid assistance, and necessary permits. The RFP was released on October 23, 2018, with a notification sent to a variety of consulting firms, including posting on the City of Ukiah website. The deadline to submit proposals was 5:00 p.m., November 28, 2018. Proposals were received from Melton Design Group Landscape Architects & Planners, Questa Engineering Corporation., John Northmore Roberts &Associates, and Restoration Design Group, Incorporated. The proposals were evaluated and ranked by a three-member selection committee comprised of City staff from the Community Services, Public Works and Water/Sewer Departments. The committee evaluated each proposal based on the criteria as established in the RFP, which included clarity of submittal and responsiveness, qualifications, competence, and technical capability; and experience with similar projects. The committee scored the proposal from Melton Design Group as the top-selection for the project. Please see Attachment 2 for a copy of the Melton Design Group's proposal. Upon the selection based on qualifications, staff reviewed the cost of the proposal, which was $231,242. Based on review, staff feels that the cost proposal submitted is reasonable and in line with anticipated costs. The City is required to complete construction by December 31, 2021, as a requirement of the California Urban Rivers grant funding (Attachment 3). The contractor anticipates it will take a minimum of 12 months to produce plans, designs, permitting and bidding construction. In summary, staff is recommending award of a professional services agreement to Melton Design Group Landscape in the amount not to exceed $231,242. The grant proceeds are based on reimbursement, thus requiring a budget amendment from General Fund Reserves to cover until the actual reimbursements are received. Staff is taking additional measures to ensure that the scope of work falls within the grant funding available, as well as timely reporting of any unanticipated construction issues. 2 2 3 3 ATTACHMENT 1 C Ile 1 ,ty Qf Ukiah 1�r r I f REQUEST FOR PROPOSAL LANDSCAPE ARCHITECT SERVICES RIVERSIDE PARK REGENERATION PROJECT Request Date: October 23, 2018 MANDATORY PRE-PROPOSAL MEETING: 1:00 p.m., November 7, 2018 Riverside Park 1281 E Gobbi Street, Ukiah CA 95482 Deadline for Responses: November 28, 2018, 5:00 P.M. (PST) 4 CITY OF UKIAH Request for Proposal (RFP) — Landscape Architect Services Riverside Park Regeneration Project 1.0 INTRODUCTION & BACKGROUND The City of Ukiah is requesting proposals for the services of a licensed landscape architect to perform design services for the Riverside Park Regeneration Project. The park is located at 1281 East Gobbi Street, Ukiah, California. Riverside Park contains over 34.6 acres of riverbank and floodplain terrace areas with 2250 linear feet of riverbank along the Russian River, presenting a prime opportunity not only for restoration and making connections between green infrastructure systems and healthy ecosystems, but also for public education and involvement in these activities. The City of Ukiah was recently received $1,113,700 through the California Urban Rivers Grant Program, funded by Proposition 1: The Water Quality, Supply, and Infrastructure Improvement Act of 2014 for this project. The Act provides funding to implement the three objectives of the California Action Plan which are: 1) more reliable water supplies, 2) the restoration of important species and habitat, and 3) a more resilient and sustainably managed water infrastructure. The section of the park that is the focus of the work is 8.4 acres, which is compacted and littered with remnant debris. The Riverside Floodplain Regeneration Project will restore a multi-benefit floodplain. Past land use has degraded the site. The project includes grading out a large remnant pit and berm areas to create a wide, multi-level system of wet meadows, floodplain wetlands, and spring pools. The project will repair existing trails impacted by the grading, and clear debris and berms that currently reduce sight lines in the park and impede complete public access to the park. These improvements will allow the public better usage of the park trails along with planned bird walks and nature education. Past land use has degraded the site and the following existing conditions shall be addressed by the grant project: 1) Piles of asphalt and concrete debris currently block flood waters, inhibit plant community restoration, and block visitor sight lines thereby making the park feel unsafe. Debris will be removed and recycled. 2) A large remnant pit and earthen berms from the City's old sewer treatment plant will be re- graded and re-vegetated with native plants to create varied elevation floodplain wetlands for stormwater and floodwater retention, bio-infiltration, groundwater recharge, and native habitat. 3) Severely compacted, degraded soils on approximately six acres of upper floodplain terrace will be restored and monitored with a carbon sequestration plan. The project will implement soil restoration to improve soil moisture retention and microbial balance and provide the essential foundation for restoring the site's plant communities. This portion of the project will also focus on expanding the edge of the riparian forest and restoring site grasslands. 4) An existing outfall of the City's storm drain system will be relocated and improved with fore-bay systems to capture sediments and other pollutants and tied in to the floodplain wetland complex for further bio-infiltration and to provide more consistent seasonal flows to the wetland areas. The project must comply with the Model Water Efficient Landscape Ordinance (MWELO) and use low water, drought tolerant plantings. The project will include a study for the berm removal, as well as evaluating the use of the nearby Recycled Water System (purple pipe). Please also find the following attachments: Attachment 1 - "Restoration Concept Plan". This is a concept, and the City would be willing to explore variations, if there is a better solution. 5 City of Ukiah Page 2 RFP for Landscape Architect Services—Riverside Park Regeneration Project op Attachment 2—"Draft Study of Existing Relative Flood Inundation Elevations" 2.0 SCHEDULE OF EVENTS AND PROPOSAL SUBMITTAL INSTRUCTIONS The schedule for this procurement is as follows: Distribute Request for Proposals: October 23, 2018 Mandatory Pre-Proposal Meeting*: 1 p.m., November 7, 2018— Riverside Park Deadline for Responses: November 28, 2018, 5:00 P.M. (Pacific Time) City Evaluation of Proposals: By December 5, 2018 Interviews (if necessary) By December 12, 2018 City Council approval requested for contract award (tentative): December 19, 2018 The City must receive proposals no later than the time and date specified above. Those proposals received after this date and time will not be considered. One copy of the technical proposal shall be provided in hard copy, and a copy shall also be provided on a USB flash drive. Fee proposals shall be provided only in hard copy, and separately sealed. Proposals are to be sent to the following: Mary Horger, Procurement Manager City of Ukiah 411 West Clay Street Ukiah, California 95482 *The mandatory pre-proposal meeting will be held to fully acquaint interested consultants with the project, so that he or she may fully understand the facilities, difficulties and restrictions. Failure to attend this mandatory pre-proposal meeting will be iust cause for the proposal to be rejected. Oral statements or instructions made during this mandatory pre-proposal meeting will not constitute an amendment to this solicitation. The City will determine the appropriate action necessary, if any, and may issue a written addendum to this request for proposal. 3.0 SCOPE OF WORK The scope of services shall include tasks described below, as well as other elements or modifications, which may be suggested by consultants presenting proposals to better meet the needs of the City. All services shall be provided in accordance with the City's draft professional services agreement, a sample of which is attached as Attachment 3. A. Project Design The Consultant shall work on the design development process and produce the final project plan design. Please see Attachment 4 for pictures of the existing Riverside Park. The listing below is a brief summary of the design elements intended for this project: ■ Grading out a large remnant pit and berm areas to create a wide, multi-level system of wet meadows, floodplain wetlands, and spring pools. ■ Repair existing trails impacted by the grading. ■ Conduct an impact study of removing the berm, and clear the debris and berms that currently reduce sight lines in the park and impede complete public access to the park. ■ Removal of approximately 2500 cubic yards of debris (asphalt and concrete. ■ Clearing Himalayan blackberry. ■ Planting approximately 66 trees, 165 shrubs and site appropriate grasses and forbs. 6 City of Ukiah Page 3 RFP for Landscape Architect Services—Riverside Park Regeneration Project op Trees may not exceed 15 gallons in initial planting size. ■ Evaluate the incorporation of the nearby Recycled Water System (purple pipe) ■ Compliance with MWELO B. Production of Plans and Specifications Upon the approval by the City of the final design, the Consultant shall prepare detailed plans, technical specifications, and finalized cost estimates for the construction of the facility. Technical specifications are to include: 1. Construction Layout Plan and Construction Details showing the locations and dimensions of all construction elements and details for their construction. 2. A grading and drainage plan showing the elevations throughout the site for drainage of water from the facility and site. 3. Specifications must give written instruction and procedures for the installation of the various elements shown on the drawings. 4. Include mechanical, electrical, structural and building code requirements (including seismic and safety codes). 5. Submit draft plans and specifications to City for review. 6. Receive comments on plans and specifications and prepare final bid documents. Final bid documents must be sealed and signed by an architect licensed to practice in California. 7. Prepare for and participate in one (1) City Council meeting for project participation and specification approval. 8. Provide one set of reproducible plans and one copy-ready set of specifications. 9. Provide one copy of contract documents, plans and specifications in digital (PDF) format. C. Bid Assistance The Consultant will provide bid assistance to the City's purchasing staff, which will include: 1. Assistance in responding to bidder questions regarding the technical specifications. 2. Participation in a mandatory pre-bid meeting. 3. Preparation of written addenda. 4. Assistance to the City in its review and evaluation of the bids received. D. Permits The City will secure building permits from the City of Ukiah and the County of Mendocino as applicable. The Consultant will be the lead contact on conducting the permit application process. E. Prevailing Wage Requirements Some of the scope of work, such as project inspection and surveying, falls under the prevailing wage requirements of the California Department of Industrial Relations (DIR). Because of this, you will be asked to submit your DIR Public Works Contractor Registration Number to confirm you are currently registered. The project will be registered with the State, and you will be required to upload copies of your certified payroll. F. Project Deliverables The following is a list of project deliverables: 1. Preliminary Design Plan 2. Final Design Plan 3. Meeting summary following each client meeting 4. Draft Plans and Specifications 50% 5. Preliminary cost opinion based upon 50% construction plans/specs 6. Material Selections & Source locations based upon 50% construction plans/specs 7 City of Ukiah Page 4 RFP for Landscape Architect Services—Riverside Park Regeneration Project Op 7. Draft Plans and Specifications 90% 8. Final cost opinion based upon 90% plans/specs 9. Material Selections & Source locations based upon 90% plans/specs 10. Final Plans & Specifications, including Plant palette for all plants within the footprint of the project reflecting appropriate plantings for the area, with consideration given to carbon sequestration and plant origin (native/non-invasive). 100% G. Project Schedule The project needs to be both designed and constructed, and final project closeout package with final payment request to State by December 2020. 4.0 REQUIRED PROPOSAL CONTENT Firms interested in providing the services described in the section above must submit a proposal responding to all the questions below and providing all information requested in a format that mirrors the RFP by section and order listed. Proposals shall include at a minimum. A. Cover Letter The cover letter should contain the name, address, and brief history of the firm. The cover letter 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 sixty (60) days after the submittal date. The letter shall also provide the 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. B. Project Understanding and Proposed Approach Describe your firm's understanding of the project and how your firm intends to structure the project approach. Describe your philosophy in developing interpretive design plans and how it pertains to this project. C. Project Team Identify the key personnel to be assigned to this project, including the qualifications and experience as related to the project. Resumes for each of the key personnel are to be provided. Identify any sub-consultants/subcontractors that will be used, including their qualifications and experience, as well as the work they will accomplish. Staff proposed to be in charge of the project must demonstrate significant experience supervising similar work. Describe the proposed organizational structure between consultant and sub-consultants/subcontractors, including current and previous work assignments. D. Experience and References Provide descriptions of related project experience for at least three similar projects on which the firm has performed work over the past ten years. Describe past project management experience and how this project will be managed. For the sub-consultants/subcontractors that will be used for more than 10% of the project budget, provide the same detail. Each project description shall be limited to 4 pages including project images and must provide client references and client contact information. E. Fee Proposal Provide a separately sealed and labeled fee proposal based on an hourly rate schedule with a "not to exceed" maximum cost for all work identified in the Scope of Services. Provide a tabulation of the project staff and number of work hours for each task. Indicate if travel time, mileage, and per $ City of Ukiah Page 5 RFP for Landscape Architect Services—Riverside Park Regeneration Project op diem will be charged. 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 fee schedule. F. Proposed Project Schedule Provide a proposed schedule of completion for each task and list of task deliverables. G. 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. 5.0 PROPOSAL EVALUATION The following evaluation criteria will be used in evaluating and selecting candidates: A. Clarity of submittal and responsiveness to the RFP. B. Qualifications, competence, technical ability and relevant experience of specific personnel identified by the consultant. C. Quality of consultant's related work experience: experience with similar projects, experience with preparation of construction plans and specifications for a government agency, cost estimates, and permitting. The City reserves the right to reject any and all proposals. The City reserves the right to award a contract to the firm that presents the proposal, which in the sole judgment of the City best serves the City's interest. The City reserves the right to reject any or all proposals, to waive minor irregularities in said proposals, and/or negotiate minor deviations with the successful firm. 6.0 CONTACT PERSON Please contact Mary Horger, Procurement Manager, if you have questions or require additional information. Questions must be submitted in writing via email. Contact information can be found below. Mary Horger, Procurement Manager City of Ukiah mhorger cityofukiah.com Communication between a proposing company and a member of the City staff, other than the Procurement Manager, or between a proposing company and a non-designated City representative regarding the selection of a proposing company or award of this contract is explicitly prohibited from the time the RFP is advertised until the selection of a proposing company or award of the contract. Questions pertaining to this RFP shall be addressed to the party specified above. Failure of a proposing company, or any of its representatives, to comply with this paragraph will result in their proposal being rejected. 7.0 ADDENDA If it becomes necessary to revise any part of this RFP, an addendum will be provided to all proposing companies in written or electronic (i.e., facsimile or email) form. 8.0 INSURANCE REQUIREMENTS Provided as Attachment "B" are the City's complete insurance requirements. Awarded firm, prior to performing any work, shall procure and maintain for the duration of the contract insurance per the attached requirements. 9 City of Ukiah Page 6 RFP for Landscape Architect Services—Riverside Park Regeneration Project op 9.0 CITY BUSINESS LICENSE Awarded firm will be required to maintain a City business license for the duration of the contract. Information regarding the City business license can be found on the City website, at www.cityofukiah.com/businesses . 10.0 PUBLIC RECORDS All materials submitted in response to this RFP are property of the City and will not be returned. The materials will be a public record subject to the disclosure provisions of the California Public Records Act and any other related public law or provision of such laws. 11.0 FINANCIAL RESPONSIBLITY The City accepts no financial responsibility for any costs incurred by a firm in responding to this RFP. Submissions will become the property of the City and may be used by the City in any way deemed appropriate. 10 City of Ukiah Page 7 RFP for Landscape Architect Services—Riverside Park Regeneration Project op /�/ PROJECT ENTRY& � � �� �P REMOVE BERM f /j�� P EVALUATE REMOV NG r n PROVIDE NEW OUTLET i �$. �p �� ��� `� BOTTOM WIDEN ELEV q', P ANTAB 4:1 SIDES OPES I y '"� T /,� y 91 0 mom u✓/rirr { ��i ORESTEDGE ii I 1 � YIl�7 // ��nWiliiN� +�Ay�/'�%(/�� JIAu.MA SES AND Q � o HRUB i � LUATEAREA FOR HIGH SOIL RESTORATION PARTIALLY FILL EX I � ���� r r 1 f r r � i RESTORATION RIVERSIDE FLOODPLAIN CONCEPT REGENERATION 11 PLAN PROJECT CITY OF UKIAH ANN BAKER LANDSCAPE ARCHITECTURE 311 SEMINARY DRIVE. 2nd St. Suite 110,Petaluma,CA SEPT.30,2016 UKIAH,CA 95482 (707)772-5052 landarches@gmail.com ATTACHMENT 2 III �. i ' '� f s lll', 6 � i I III"W��i���:� �� III , ,I��lIII i° III'" i ..� Draft Study of xisting Relative Flood Inundation Elevations P �twM�+ImMlfi�`iV ' 1 , r � I rrri/ w Active Channel a nkfuOl �;ha�r)rwl, ��rx� a to � p-E hail iei� ,,y Floodplain Terrace eirirns Pits Stormwater Ditch 1'1,an siflonaal `"za^t ales Riparian Upland l°li h Points 574—582 feet 582—584 feet 584—588 feet 588—592 feet 592—598 feet COU No. Attachment 3 -AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES This Agreement, made and entered into this day of 2018 ("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 13 Consultant to perform the Scope of Work as set forth in the attached Attachment B, Std—Prof5vcsAgree1ne11t-November 20,2008 PAGE 1 OF 7 COU No. 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 Scope of Work for the not-to- exceed guaranteed maximum, even if actual time and expenses exceed that 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 the 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 to support 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 the 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. 14 Std—Prof5vcsAgree1ne11t-November 20,2008 PAGE 2 OF 7 COU No. 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 days of being notified of the City Manager's determination. 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. 15 Std—Prof5vcsAgree1ne11t-November 20,2008 PAGE 3 OF 7 COU No. 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. 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. 16 Std—Prof5vcsAgree1ne11t-November 20,2008 PAGE 4 OF 7 COU No. 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. 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. Where by statute, the City's Workers' Compensation - related forms cannot be used, equivalent forms approved by the Insurance Commissioner are to be substituted. 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, the cost of insurance becomes part of the compensation due the contractor after notice to Consultant that City has paid the premium. G. Subcontractors Consultant shall include all subcontractors 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 in the performance of services under this contract by Consultant, 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 17 City. Std—Prof5vcsAgree1ne11t-November 20,2008 PAGE 5 OF 7 COU No. "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 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. 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 18 termination is given to Consultant. City shall pay the Consultant only for services Std—Prof5vcsAgree1ne11t-November 20,2008 PAGE 6 OF 7 COU No. 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 Execution of Agreement. This Agreement may be executed in duplicate originals, each bearing the original signature of the parties. Alternatively, this Agreement may be executed and delivered by facsimile or other electronic transmission, and in more than one counterpart, each of which shall be deemed an original, and all of which together shall constitute one and the same instrument. When executed using either alternative, the executed agreement shall be deemed an original admissible as evidence in any administrative or judicial proceeding to prove the terms and content of this Agreement. 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 U KI AH -------------- DEPT. OF -------------- 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: IRS IDN Number CITY OF UKIAH BY: Date CITY MANAGER ATTEST CITY CLERK Date 19 Std—Prof5vcsAgree1ne11t-November 20,2008 PAGE 7 OF 7 ATTACHMENT 4 Riverside Floodplain Regeneration Project Site Photos r 041 / �' r r o f✓d V �i�l/rr ✓i% N r �)) �; %r'ri ru � r� le,v� r ��ri/d�11��w6� r? 0�6!� til��i/�,y1�i✓��� �/��6�rr/J�r�irly r �� II r wa kM',y r ,,,,�J!/f1Y n u„ yH�''"�`�l�JI�°'✓ll/ ., ,. l,�"�r�!�✓G II / �Ifrr1Y%rr� / rr l �%/f / �/J % v , I, f- � ) rlP',ri�rolr s+rx � rr ,Wy�✓Nr b r P f r/n�i� J r�Ir�//rfY`!f !, / Y��i -r� I ➢ ,M b I �f I � � Fr;`(��I r r r v.p!//u�r r� %�'�r/ �y ' i �^r��l.,, r✓ �� Irr�I� /"���v�'��r� ��rr�� 'n°,L/I "" r;� 1 �� r!��'I I ��r ,o"� '� �y4 �I l r ✓i1 4 " Remnant Pit of former sewer treatment plant Debris Piles photographed in October, dry conditions i r I r ww�r Iw r illi/r� fra r�r�z I�rry r r r aJr I l r ��✓7Kf�p�r� rr�Wn� / �>� r/ri r �yl r�ii r / r / Y / 1 r���/�/I�/�� �� (l��f ri 1 ' lr IY lad ')'✓ r✓ r/7/y Y/r r � rxv�; µNww�t aY(1 ,, r r/ I Remnant Pit from former sewer treatment plant, photographed in February, wet conditions 20 Remnant Pit, Debris Piles and berms impeding the floodway, photographed in October .. 21 Existing conditions on upland terrace, compacted soils and invasive exotic grasses 1 Riparian Forest Edge, photographed in February Riparian Forest Edge, photographed in October Q tai "go G yy 9 r Y ANY ^✓ d h1a %�t/ ' i o, at�� a� ul K, �`lr „a ✓ r r a �x River Access Point (outside of grant scope area) 22 i v m w` vIV i qw , Id y Phase 1 Riverside Park Project restored this section along the top-of-bank and upper-terrace that was regraded and vegetated into seasonal ponds and meadow. N n F 7 Yi r ✓ //% � ///✓ /i, a 4� "Aar�� !a�1, '. ✓✓ ii�����%%� i✓ �i '��M �yj'G,� �✓fin ,f �, i r F ny a i d N ��i%✓✓�6,,,ei ✓,✓ p i� ✓ " �in� � itl�lN��rfi�,N���w�"nd Phase 1 Riverside Restoration Project trail and picnic areas along the top-of-bank 23 and edge of existing riparian forest. i� I �p s r viii%dI 4IN" ( ra �'i a � 1 rJlYy ti �l D G t(� tii/lrC l' ..................k: 8 n`?� r��✓/t!�f�rj'ii� 1 � r a fi�/ rad,' � jd�i,� ! t ,.`' , , r/ l��rl✓��a sI' ��� r����u ri «: "',�a�,f%dr�Y ���� !i �,d� � ! I� ��it r `!r,",. f ,c alk fa %,°✓ Aerial View of Riverside Park 24 %iil// ,r,/, 7 wig//1%/< /9%%//Oi ��� �, �// �r�/ r�! „w,»,e , % � '�hr� �/ l,t / �„ Jn, „' „'�� I ��/ ✓,��' f/ 'J '/ � wf/ �r%% liar , if /a/ ,,,, ,i l r a/ /j � l %�' �� 1,� 'i%' y1,/,Ir1l/„ s 7r Glr°,./ r ,a(1 r,l a wz / i ,.w'/„y p,,rJl; l A,w,1, (yll� %.i, 1/ ,11:x, ;,��/, Hroo !Ar yyl�,/uHr/�,'r,,f (1 rrH,, f/J,lf4�,f9/ .�a/ �fay,a.N, rr/✓/r IH o// /%, r; "rH,, // ;"� / fi , yrro/r,o` l H "7 w/ r / �, a jill r JJ '3, // ,,„ /q,a, />r r e,H.�r ;„ �/ � !IH�/� rv/ �f1�fof,f't,,,�Jlr'11%,✓r.i.rH',r///tI,r�lHJ,fi%,//oo/1H`,`fi,f,,',l,/,�,�fA,,�>,,,f`r1,>,yl%1r%1111�,""%r'��,,1r/„,4�A0,o.r.��I1r1HI,„/7:.o1'J',�cr/j;„,4'�,y��tir�lH/y.o.lH„/l�;r�ir;,�/��;'/”/k!I�J/,;17li,,,,1�J/r,,„.:yG,,H;,///�l,�%�/i;r,ry�/`fi"x''/r,rJ;Jk;,�/AA1;r,,/r/✓,,,...A,J/�,HH/ H"(y/�,l mull i U,+�P ,/a/H/,-;,„,�,,;%,:/'�r,✓/1r! l,"”,., ,/�, <r',.,�a,r;,p,"�` •/Ic,,1/,/rw, �%/;JA1 l;,;c" a � /� l�%,/;�/;,, ;;,I I��t, �j` , ; ,,?HI�'tl,,/r �r//eJr , J I� fJy�!✓Fj,f�/,�,�i,, .,"r/ „rH,l,�l � l� ,Ir„n6,",l,,,r„„ a,. a. ,.",w a r, J� // ,1��✓,�'%.r/ /.;/y',/ r�/, l,:U� ,,,Nl/"„/�/,,7.r I,a,'..rl ;,. // ' "� ;,” ';; ,///' r,n,. ",.,,,.; r,, / f.. q/1 aGi y% %/ , .rR irl r,/ „/r9i� ,fl,..�i�' rll'J,AH//hI/r, �, r '1�;1%,�v% �" (c ” %; l��! wer,, m '/o l rn!` c //rj�/,l '✓,,,, A,VG j/f"Al 1;'�;;: "�/N,;.l� ,. iy lygf //cmUrlll/ i o/ '/ Ha, •H %ef3,rr;'/l ki9//1H/16y1 1✓„ � 1 ''' Jr% / fIIr; y, �i` �� GG � P Jlcr1 ;"”, r,9i/H;/ lr /H/1 ,: p;1 1��r/::ftl;rr✓ 1 r,,, /, �,: / /, /(lr�'i� �,�i'r�6�;f./J % IG,rJ: r�„ „,c" „ � /a0��� „ ia,,,: i1/ t//J �r'i� �fi ��f�r�l�lH'fii�l��"1JIr6 Y?rrtl%fi IHH1 riylirJa rrll+r,, 9yntU ,. r, '„ wl f , t j' r,�// „'� !� r"iy %J,.,. aJ rr/f y..;frf�jfillr'i✓1::fy, l adr,l/ /�1 rr7r-1/r ,,, 'k� ��.. kk'1';�111 /;11�1>� 1✓J �,1,1rrf ��,✓rel,n��ltrn 'a /r�N�H, rl �l/r, , ,,, � � �,w,/r i// / r - {lwla,r,l�l,�1" !� /rl,yel H /1 r, ,6H�,H�,r�L/,rJq, t?Y,l 1,.7;,,Il 1✓/Hr,, a ;; ,„ rc,. ��� t y., �4ir"!!:c,?�Ik4�;t1,,,'(fi,,l�l;ttr�„k��9/1�ul�F��o1,r �,,,�: li�J'1���! ' . � � ,��� � IIIViIIIIIIIIII�IIII . IIII SII IIIIIIIIIIIII> II SII IM IELTON Y,yPMa,kN C3 VAN N�d�t"krl9 h� Y III lu / rr , h ul r rw n 25 aA' ,Herr 1H�lU/r 1�i Awa I E OFCONTENTS :gym ii:ii iR iii NC Airyii: i i ii: NC G. or,Sk to ///, / /r A. COVER UETTER Attn: Mary Ho,ger, Procurement Manager City ofUkiah MDG 41 l West Clay Street Ukiah C/\ P5482 Re' RFP - Riverside Park Regeneration Plan Provide Landscape Architectural Services Dear Ms. Horgeron6 Review Committee, Melton Design Group, Inc. is pleased /o submit o Proposal for /he Riverside Pork Regeneration Project. Our Team, MDG, ESA and River Por/neo, is committed to the City of Ukiah and look forward to the potential /his exciting project offers in working with your staff and transforming this site for the Ukiah community. It is our understanding that the Russian River corridor has o strong following in the community and we look forward to the potential of restoring this habitat with guidance from the City and towork within the Urban Rivers Grant requirements. Regenerating this habitat will create o great opportunity for education ofthis ecological habitat and how the green infrastructure will enhance our lands. * Wet meadows, Floodplain vveHon6s and Spring pools * Upland native plants and wildlife habitat * Filtration ofstorm water * Education and Recreation p6om ofEgret u/Julie pur/euz6'pon6 where we o" * Sequestration of Carbon and V{}[`s are currently vrnenK' renovating the up/un� and minimizing fvu�e use of pesticides. City of Davis The Invisible Education Benefits will be the breathing ofcleaner air and visual clearness ofthe storm water as i/ is managed within our new Carbon Form. We are excited /o work with /he Carbon Cycle Institute and Mendocino Resource Conservation District increating onincredible carbon sink right here along /he river. MDG has recently created the first Carbon Negative Soccer Complex along /he Feather River. Our goal was /o introduce o Woody Bio-Char into the soil of the sports complex turf and plantings /osequester the carbon, save three/ofive times the water use and create soil profile that is rich and healthy enhancing /he remediation of carbon through /he plant material. We are also excited about minimizing /he use of fertilizer, /he toxic VC)C'sc,eo/ing cleaner water and reducing the Green House Gasses. Our approach mf addressing climate impacts 0nour projects is being proposed afmany mfour urban and natural de /gnsitmst6afw/earec/eon0ngooa process mfour design. The combination ofexperience that our team provides includes RESTORATION, RECREATION,EDUCATION AND INSTALLATION. This combination takes us from start to finish with expertise throughout and that all are equally important /ocreate o complete project. This site will meet the grant requirements of reliable vvo/er supplies, res/oro/ion of ho6i/o/ and species and will complete o cycle of o healthy vvo/eohe6 by cleaning /he storm vvo/er prior /omoving into the river. We understand that our initial analysis, permitting, design documents and specifications need /o be simple and clear for contractors /o easily 6i6 and keep /he project within budget. MDG produces design documents with Land FX software, with auto populating fields from Concept Plans through /oconstruction documents, less time and budget isneeded,and plans are easy to read. We also provi6eoccuro/ecos/es/imo/ing by communicating with local material sources and contractors /o confirm our cos/ of construction and understand /he bidding climate. 27 ocoBROADWAY srcmcocAvovco-oro.ovv.1u1u r �vrossrs�co�*cwroc�voo�� -v1u.7o^c1or MDG ��� �� Mcoowos.coM �M/1 MELTON scmswmnuup.. Our Design Team has worked on several projects that mimic your Riverside Regeneration Project and will provide the range of experience necessary to restore the site and educate the public. Verbena Fields — This same team worked together 10 years ago on � ��/ we've watched it grow, we've studied design elements that worked111i ��this 20-acre ravel uarr that was restored to native habitat. Aswell and others to amend. Volunteer agencies and starting weedmanagement a year before planting was key to the success of this site '° N�,tGHorseshoe Lake was an upland meadow and oak woodland �+� It5�, �,e a, l restoration at the entrance to Bidwell Park in Chico. Incorporating they, a ���right soil amendments and mycorrhizal fungi worked well for tree �' "a'saplings and the hydroseeded meadow grass. Planting was scheduled ��,; �Y� p�'py�t�biw�'�� i� � � �-� ql NG�in the fall to help them establish before the next summer. °��wfj{� �f'4',�^',{4'a��'li�11vu 4��'v�i Horseshoe Lake Woodland Restoration by MDG We feel that the success of a project doesn't start the day of the ribbon cutting, it starts the day we step onto the site during our site analysis and it is complete when the 9 year old third grader sees an egret picking a fish out our wetland pond then he references that on the interpretive panel and writes it into his report for school. As Park and Restoration experts, we have developed a keen sense of balance between restoration, education and recreation in park designs. MDG believes that each park should meet the needs of diverse and established neighborhoods by integrating their ideas with cities to embrace the historic heritage that makes Ukiah special. Our qualifications are enclosed,and we look forward to hearing from you. If you have any questions, please do not hesitate to call. Look forward to Sincerely, Gregory Melton - Principal,ASLA, LEED AP Melton Design Group, Inc. Office: 530-899-1616 Cell: 530-518-7593 820 BROADWAY ST CHICO CA 95928—530.899.1616 28 �������� 1 930 G ST SACRAMENTO CA 9581 1 —91 6.754.2153 Daum � L MELTONDG.COM O//O MELTON I.wIL'.,4ONfl"I"Su">il d6»,,- B. IIPROJECT A",4 IIS) PROPOSED D "". IIS'IIS'RO "". I-11 The restoration of Riverside Park is a wonderful opportunity for the local youth and residents of Ukiah to experience the great outdoors as it is intertwined within edge of Ukiah, Little League Fields, BMX and the Russian River. Congratulations to the advocates that worked diligently to improve this riparian habitat and to the City in its award of the California Urban Rivers Grant. The site is indeed a fitting location for this purpose. We understand the goals of the City for the Project, the associated grant requirements and with similar project experience, know how to clean up the site and create a floodplain and wetland complex that will further bio-filtration and properly drain the site. The team to complete this important first stage of restoration is one of the most significant factors to consider in the approach to completing the Project. The Team of MDG, ESA and River Partners will provide the City of Ukiah with the range of experience necessary to restore this section of Riverside Park to a functioning ecosystem with educational opportunities through recreation. IN�Jl (l 1/1"', M I���������I�IlulFLEL'TON��I I C.I'fWrG MDG has work with ESA since 2003 and River Partners since it was formed in 1998. This team of recreation and restoration design specialists have proven to be successful in creating natural environments for the public to enjoy. Recent examples include the restoration of the 210-acre Riverbend Park along the Feather River in Oroville and the Feather River Conceptual Plan. Both projects involved the design of recreational open space along a large river, habitat restoration and interpretive education. An MDG lead carbon sequestration plan is also underway for Riverbend Park with the installation of biochar in a 10-acre restoration area, plans for another 8 acres this spring and a monitoring system. Y(IK T v j „' i Y !IJlJlfo Aw a tu IIS „A VIS) C° R TIBC FLOW CH O R O V I L L E, „i, Fina SeptrIr 29 820 BROADWAY ST CHICO CA 95928-530.899.1616 G 1930 G ST SACRAMENTO CA 9581 1 -916.754.2153r... m MELTONDG.COM MELTON p.:wlL"w S L.6':!FhYGIRu'>iLdE*,,- RESTlORA1]ON DES|GN APPROACH Our goal is/oassist the City with transforming the highly disturbed on66egnz6e6porUonsofRiveoidePork into an ecologically rich corridor of wet meadows,floodplain wetlands,and spring pools,that form ocentral thread of the pork visitor's experience. Our approach will center on understanding /he hydrologic and hydraulic processes that influence Riverside Park and using this understanding /o develop o technical basis ofdesign for the ho6i/o/ restoration. The hydrologic analysis will examine the sources influencing /he site, including precipitation, evapotranspiration, surface water runoff from adjacent lands and the City's storm drainage system, groundwater, and periodic flooding from the Russian River. The hydraulic analysis will be used /o inform the project design /o reduce pcxenUo| for erosion and fish entrapment and /o ensure there are noincreased flooding impacts from the project. Based on our field visit/othe site and our understanding of the project's multi-benefit objectives /o/ restore habitat, improve flooding and storm water drainage, improve groundwater recharge and water quality, and provide on enhanced park experience; our approach /othe Riverside Pork Regeneration is /ocreate o shallow open depression that drains/othe Russian River through o broad svvo|e.This configuration will oUovv the site /ocapture storm vvo/er runoff, while visually opening area to improve park safety and comfort. Shallow seasonal wetlands will be created within the depression and will provide habitat and improve water quality. The site vvou|6 be graded to create low gradient ecotone slopes ideal for creating o broad variety of conditions for native vegetation. Creating seasonal vveHon6s will provide vvo/er quality improvement through capture and treatment during the wet winter season, but will remain dry during the summer season, to the benefit ofthe vvo/er management ofthe adjacent vineyards. The svvo|e will provide access to refuge for fish and improve drainage on the receding limb of the Russian River. The proposed depression,seasonal vveHon6 and svvo|e approach also is well suited for linking /o potential future projects such as fish ho6i/o/ restoration along the Russian River or improved storm drainage from the adjacent ball parks and BMX park. The image 6e|ovviUus/ro/esthisopprooc6on6 includes preliminary idea ofsite circulation and interpretive opportunism. pL 30 ocoBROADWAY srcmcocAvovco-oro.ovv.1u1u 1vaossrSACRAMENTO cAvoo11 -v1u.7o^c1or MDG Z Mcoowos.coM AAA MELTON scmswmnuu .. NATURE - O iiO i 5 It Is unique to find such a pre rve next t to an urban environment and such is the case that this site is very well suited to show visitors how �r nature can be found in an urban environment and how restoration projects can improve habitat along riparian corridors. , r Along with the proposed floodplain and wetland demonstration areas, the existing wildlife and riparian corridor, there are numerous opportunities to explain how important ecosystems are to each other V� Ila and how they work together. I By incorporating interactive educational exhibits, we can create a story line to lead visitors from one exhibit to the next, making the experience an adventure that they will not forget. MDG is excited to 'y � AF provide this approach in joint venture with the Environmental Science m' % „,.^ Associates (ESA) and River Partners. �� QUAD l..P"Y HN iii=S�GN In creating exhibits and restoring native habitat, special attention must be paid to the quality of design. In this sense, quality means an experienced design team that can deliver project elements that will be durable and rypsustainable ryand rye^sppeycpiryaplllyW�pin the case of interactive exhibits; attractive,fun and innovative. "�kA II II�IE -II N•"a I': II"II"N"a"II" If6.11�."���b"II""w�A'If6.A II II"w�A' "�k Recreating native habitat can often be a difficult process, especially when working with slow growing oak tree seedlings in a hot summer climate. MDG is well versed in the design of native habitats for restoration. One element often overlooked is to design for a complete habitat, by creating an environment (canopy, understory and grasslands) that will function as one with the attraction of native support plant species and wildlife. GRANT Pi.`OUM.`/ i.`N"iS An especially important goal for the restoration of Riverside Park is to abide by the directives established in the California Urban Rivers Grant Program. MDG services include a successful history of grant writing and most of our open space design projects are grant funded. Our design team is very familiar with the guidelines established by the Grant Program and will work diligently with the City to ensure the Grant requirements are met. Cleaning up the site, improving bio-filtration and restoring riparian habitat will all help to remove carbon dioxide from the air. Another way to help is by utilizing soil amendments like Biochar. Biochar is charcoal used as a soil amendment. It's a stable solid, rich in carbon, and can endure in soil for thousands of years. This 2,000-year-old practice converts agricultural waste into a soil enhancer that can hold carbon and increase soil biodiversity. 4) 5X water storage in volume reducing irrigation needs and improving bio-filtration 4) Capture 3x it's volume in VOC's— phosphates, nitrates, methane 4) Reducing fossil-fuel based fertilizers, enhancing cation exchange capacity increasing mycorrhizal development in soils Primarily used in agriculture, gold course managers have recently incorporated the amendment in the maintenance of their courses and MDG is now pioneering the use of Biochar in city parks and habitat restoration. Riverbend Park in Oroville, CA is a recent example as the amendment has been incorporated 31 820 BROADWAY ST CHICO CA 95928—530.899.1616 �������� 1 930 G ST SACRAMENTO CA 9581 1 —91 6.754.2153 ��um � MELTONDG.COM MELTON IDE S LONGIRu'>I11 dP, in both the active sports field areas of the Park and in native plant restoration. See the illustration below for an idea of the application to the Riverbend Park soccer fields along the Feather River. .. fol ICE T 3 .. A w 14 1 4�C t 1rE� Hp 1111131 Of N CATER STORAGE REDUCEPRIGATI SYs'. m 11 )i'�`Gw"-y r 9/ r'N x ww, „?� r FIRST 4 UMP REFucE IRRIGATION � ( p� �pµ •REFACE RUNOFF aN*�'"I� � "IyW �!, (l� CARBON,,/� A IS,AdT '1�nP 9 'VAN � BIOMASS DISPLACED RIS, � 500 JEFFERY PONES ELIMINATE ORGANIC NATTER USE TRAILS (PICNIC T�CAPTURED VOC'a 3X ITS VOLNAIE �' ��5�a r PHOSPHATES •. METHANE qr CAPTURF9?CO2 x •ATMOSPHERIC CARB'aN CAPTURE x'� '� f A„C�'+r'�NtiT1JRE PQ1NT THROUGH PHOTOSYNTHESIS tl m VC7 REDUCTION nI ER ADEVELOPMENT rad REDUCTION IN PERTCLYZER E CED C4 HI2 E1 ^ENHANCE D CATION EXCHANGE CAPACITY REDUCED LEACHING OF BENEFICIAL NUTRIENT ACHAREA k m � L 11.1 V "wb . �. .�. . ,� .. � Ir .IIID' r Biochar opportunities at Riverside Park include Bio Char as a soil amendment and in the form of biodegradable wattles. The wattles are like straw wattles for erosion control. They can be designed into the landscape so that they're not visible and better help to filter out toxic elements from existing site material and storm water. The rest of this section is a detailed Scope of Services outlined to provide the City of Ukiah with the services necessary to complete the Riverside Park Regeneration Project. SCOPE Of: 5ERVK.'E5 The following is an outline of services to be 'ask 1 •- Project Initiation and Site Analysis 1.1 Kick off Meeting —Meet with City Staff to confirm the City's objectives and program for the project, to establish parameters for the design effort, and to confirm interim and final deliverables. A. Review Project Team Coordination for duration of Project. B. Agree upon project schedule C. Refine project program and confirm with City Staff input. 1.2 Topographic Survey Adequacy Review This task includes reviewing the topographic data collected by the City to determine whether there is adequate data for project design. 32 820 BROADWAY ST CHICO CA 95928—530.899.1616 �������� 1930 G ST SACRAMENTO CA 95811 —91 6.754.2153 ��um � MELTONDG.COM MELTON I'„wE S f6':!6NWJwIRG"TILdE*,,- 1.3 Base Map The topography file(s) will be converted to a base map, 3-dimensional surface, and/or CAD file consisting of"existing condition information"that will be used for hydrodynamic modeling and design drawings. 1.4 Preliminary Site Analysis A. Review Topographic survey relative to potential design options. B. Obtain and review all existing site data, information from City and Stakeholder agencies, 1. Review all appropriate City and County documents that may influence the design of the park and recommend changes necessary to comply with documents. 2. FEMA floodplain maps and data 3. Carbon sequestering restoration plan developed with the Carbon Cycle Institute and the Mendocino RCD. 4. Previous phase evaluations and construction documents. 5. Goals and requirements of the Project in relation to the California Urban Rivers Grant Program. C. Visit site and analyze existing site features, relationships to surrounding environment and outline element features relevant to proposed project design. D. Provide photo documentation of analysis. E. Provide summary of analysis for project records and City review. 1.5 Utility Notifications and Applications A. Prepare and transmit project notification to utilities with a request to identify existing facilities. B. Review existing utility maps and perform utility coordination, identify and submit applications for points of connections and service upgrades, and obtain clearances. ""ask 2 •— ID sign"o Development and Fi nall Master IPlan 2.1 Basis of Design Plan ESA will participate in development of the project design, specifically as IT relates to hydrologic, flood attenuation, water quality, and ecological criteria and design elements. ESA will conduct the following studies to inform design development and will prepare a Basis of Design (BoD) technical memorandum that will describe the scientific approach to design of these project elements. A. Hydrologic Analysis ESA will prepare a hydrologic analysis of the site and develop a wetland water balance to be used to inform restoration design. The water balance will include analysis of precipitation, evapotranspiration, storm water runoff, and groundwater influence (assuming data is available). The analysis will examine the interaction between the project site and the Russian River and include methods for improving flood drainage. The analysis will also support sizing for the storm water treatment elements of the site improvements. B. Wetland Delineation ESA will prepare a wetland delineation according to the Arid West Regional Supplement to the U.S. Army Corps of Engineers (USACE) Wetland Delineation guidance. Using sub-meter-accuracy GPS, ESA wetland ecologists will survey the project site and map potentially jurisdictional wetlands and waters and compile a jurisdictional wetlands delineation map and delineation report following the USACE's delineation guidelines. At the same time, ESA will compile a map indicating the assumed limits of waters of the State subject to North Coast Regional Water Quality Control Board (RWQCB) authority under Clean Water Act Section 401 and the Porter-Cologne Water Pollution Control Act, and California Department of Fish and Wildlife regulation pursuant to Section 1600 of the California Fish and Game Code. A delineation report with mapping and supporting information will be prepared suitable for submittal for USACE verification, and to support regulatory permitting if necessary. C. Habitat Assessment A Habitat Assessment serves two main purposes: first, it facilitates the characterization and analysis of biological/ecological data to inform project design development; secondly, it serves as a direct input to any required permits for the restoration project. The Habitat Assessment will 33 820 BROADWAY ST CHICO CA 95928-530.899.1616 �������� 1 930 G ST SACRAMENTO CA 9581 1 —91 6.754.2153 ��um � MELTONDG.COM MELTON IDE S LONGIRu'>I11 dP, describe the distribution of existing aquatic, wetland and terrestrial habitat types, potential sensitive species considerations, and evaluation of existing habitat to define project ecological opportunities and constraints within the project boundary. It will also describe biological and ecological threats to the system, such as invasive/non-native plants and invertebrates. Literature search Prior to conducting field studies, ESA biologists will perform a background search and literature review of all existing data pertaining to biological resources within the area including the California Natural Diversity Database (CNDDB), available CEQA documents, biological technical reports, local, state, and federal databases, herbaria records, maps, and photographs. A review of available documentation,to generate a list of special-status species and habitats known from the project region and with potential to occur within the project area, will be conducted. The documentation will include but is not limited to the: (1) CNDDB (2) California Native Plant Society Electronic Rare Plant Inventory; (3) sensitive species or species of concern lists; (4) U.S. Fish and Wildlife Service Website; and (5) and other lists and publications. Site Survey ESA biologists and ecologists will conduct one (1) site survey to document existing conditions. Based on an initial review of materials and our experience with resources in the region, it is anticipated that the following special-status species, among others, will be considered for further analysis based on their potential to occur in the vicinity of the project site: foothill yellow-legged frog (Rana boylii), red-bellied newt (Taricha rivularis), and western pond turtle (Emys marmorata). A single day for a reconnaissance site visit has been budgeted to survey the study area for habitats present on site. Biologists will determine what, if any, special-status plant and wildlife species and sensitive habitats known from the region (and documented during the background literature search) have the potential to occur on the project site. Biologists will document all species and habitats observed within the study area. Sensitive or special-status biological resources include: (1) special-status plant and wildlife species (including rare, threatened, endangered, Migratory Bird Treaty Act species, or unique species); (2) wetland/riparian habitats; (3) sensitive plant communities; and (4) other environmentally sensitive habitat areas. This survey does not include protocol-level botanical surveys to verify presence of special status plants, nor does it include protocol-level surveys to verify presence of any special status species. Technical Report Upon completion of our fieldwork, ESA will prepare a memorandum documenting results of the literature search and site survey. The report will discuss (1) methodologies used for background literature search, biological reconnaissance, and report; (2) results of the background literature search and field reconnaissance; (3) existing biological conditions including plant communities and adjacent land uses; (4) the location, extent, and habitat requirements of any sensitive or special- status biological resources, or wetlands that occur, or will likely occur, on or adjacent to the study area; (5) maps of sensitive or special-status biological resources in the study area, including vegetation types and their acreages, within the study area. C. Basis of Design Technical Memorandum ESA will prepare a Basis of Design Technical Memorandum (BoD) for the restoration project using the information developed under Tasks 2.1. The BoD will include a summary of hydrologic and ecological opportunities and constraints and resulting recommendations for ecological, storm water treatment, and flood attenuation design elements, design rationale and criteria, as well as figures displaying Project design elements. The BoD will document decisions made that affected design, including any permit conditions. Drawings needed to show grading and other Project design elements will be included in 1 1"x17" format. This memorandum will be sent to the City for review and comment prior to being finalized and will be used as a basis for developing the Master Plan and final design drawings and specifications. 34 820 BROADWAY ST CHICO CA 95928-530.899.1616 �������� 1 930 G ST SACRAMENTO CA 9581 1 —91 6.754.2153 ��um � MELTONDG.COM MELTON IDE S LONGIRu'>I11 dP, Task 2.1 Assumptions • No federal or state-listed species have potential to occur in the project area and take of special status species can be avoided during project construction. No take coverage would be required. • The project will not result in a net loss of sensitive habitats such that compensatory mitigation would be required. • This scope of work does not include CEQA compliance support. However, ESA can provide CEQA compliance services if requested. • This scope does not include support to coordinate with the USACE to review and verify the wetlands delineation survey and mapping. • This scope does not include protocol-level botanical surveys to verify presence of special status plants, nor does it include protocol-level surveys to verify presence of any special status species. • The project will not include direct impacts to the Russian River channel or riparian corridor immediately adjacent to the river. 2.2 Preliminary Master Plan (hand drawn) according to results of the Site Analysis, the Basis of Design Plan and input from City staff. MDG will prepare a master plan, perspective renderings and vignettes for key site elements. Production will include coordination with City Staff and design team to review the concept design and provide input. A. Description of park elements and materials B. Plan view layout of concepts with alternatives C. Preliminary plant species and D. Conceptual Drainage Plan— Review drainage patterns and general grading and drainage as part of developing existing concept for comment and discussion. E. Perspective view sketches of key elements F. Present to Staff and Team in working design sessions to guide and prioritize design. 2.3 Preliminary Cost Estimate — Research and provide estimated cost of construction. A. Coordinate with local contractors to determine "specific area costs" B. Work with Vendors to provide latest play equipment available to us. C. Provide costs for the "HIGH end and the LOW end" of the projects elements. D. Review cost with City staff and adjust project design as needed to be within budget 2.4 Stakeholder Meeting #1 A. Meetings consists of staff coordination prior to meeting, agenda submittal and presentation. Follow up will occur to clarify outcome of meeting. B. Attend and assist the City with facilitating the meeting. Inform stakeholders of project background and goals. Present the Preliminary Master Plan in digital form and hardcopy form. C. Collect and analyze input received from the meeting. Prepare a summary of the comments, noting the level of input per issue. 2.5 Master Plan Refinement Update Master Plan based on feedback received at the Stakeholder Meeting and direction provided by the City. Prepare the graphics in preparation for the Second Stakeholder Meeting. Graphics must be amended and updated to the satisfaction of the City prior to the second meeting. Submittals will be both digital and hard copies. • Conceptual Plan View and Renderings (24 x 36 and 1 1 x 17) • Preliminary Estimated Cost of Construction • Outline of Technical Specifications 2.6 Stakeholder Meeting #2 - Conduct a second stakeholder meeting, addressing first meeting comments and present refined Master Plan. A. Present Master Plan,communicating the design and estimated cost of construction, with the goal of gaining design input,consensus and direction for final Master Plan and approval. 2.7 Final Master Plan and Council Approval A. Update Master Plan according to input from second Stakeholder Meeting. B. Present updated Master Plan to City Council. C. Update Master Plan per Council input as Final Master Plan. This document will serve as base document for construction document production. 35 820 BROADWAY ST CHICO CA 95928—530.899.1616 ��iia,Up �������� 1 930 G ST SACRAMENTO CA 9581 1 —91 6.754.2153 ��um � MELTONDG.COM MELTON IDE S LONGIRu'>I11 dP, D. Provide the City with digital and hard copies of Master Plan E. Acquire approval from City staff to move forward with Construction Documents. "ask 3 •— Construction Documents Prepare drawings and specifications which will include all necessary construction and phasing direction to build the park per Council approved Master Plan and available City budget. 3.1 Construction Drawings and Specifications A. Title Sheet— Drawing index, project location maps,contacts, permits and general notes B. Existing Conditions Plan - project site plan excluding any demolition or other improvements and identifies key elements at the existing site. This plan will include site topography. C. Demolition Plan D. Erosion Control Plan E. Construction Plan • Identify all park elements and locations • Describe materials, size,color and finish • Layout and dimension park element details only. Site layout will be provided as points file to the Contractor at time of construction. F. Grading and Drainage Plan— spot elevations and contours for new grades shown over existing topography. G. Construction Details - Typical Details include: • Park access — parking lot expansion • Site furniture— benches, waste and school bus drop off area. receptacles • Perimeter and wetland area fence • Overlook slope protection • Decomposed Granite Paths • Information kiosk and interpretive panels • Concrete flat work • Culvert outfall and headwall H. Planting Plan and Installation Details I. Irrigation Plan and Installation Details J. Technical Specifications - CSI Division 1 through 16 as needed according to project elements, development standards and City standard specifications. 3.2 Permit Applications A. City of Ukiah Building Permit B. County of Mendocino Building Permit C. County of Mendocino Flood Hazard Zone Development Permit The Riverside Park Regeneration project will include modifications within a FEMA Special Flood Hazard Area (SFHA) and will require compliance with the National Flood Insurance Program (NFIP). Because this project will remove debris and balance cut and fill on site, we anticipate a "No-Rise" certification will suffice for NFIP compliance. ESA will coordinate with the City and County to identify the exact requirements, data, and analysis to obtain approval. For budgeting purposes, we have assumed a "No-Rise" document and supporting hydraulic analyses will be required including developing the existing and project conditions models. The "No-Rise" analysis and documentation will build off the effective FEMA model which ESA will order from FEMA. The order fee for the effective model ($393) is included in the budget. Assumptions • The design removes debris and balances cut and fill on site and will not generate an increase in the Base Flood Elevation or the floodway elevations. • Hydrology from the effective FEMA FIS will be used for NFIP compliance • ESA will utilize and update the effective FEMA HEC-RAS model. 36 820 BROADWAY ST CHICO CA 95928-530.899.1616 �������� 1 930 G ST SACRAMENTO CA 9581 1 —91 6.754.2153 ��um � MELTONDG.COM MELTON IDE S LONGIRu'>I11 dP, D. USACE Clean Water Act 404 Permit - Optional If jurisdictional waters of the U.S. existing on the project site will be impacted, approval under the Clean Water Act (CWA) Section 404 will be required. This scope assumes the project qualifies for coverage under the USACE's Nationwide Permit Program, which provides streamlined CWA Section 404 approval. This scope assumes the proposed project qualifies for coverage under Nationwide Permit Number 27 (Aquatic Habitat Restoration, Establishment, and Enhancement Activities). A pre-construction notification (PCN) package will be completed and submitted along with supplemental information on the project, including a brief project description and project maps, a review of potential impacts on jurisdictional waters, and a list of impact avoidance and minimization measures that will be implemented. A cover letter summarizing the project and anticipated construction schedule will also be prepared. The PCN package will also include a copy of the jurisdictional delineation report prepared under Task 2.1, a discussion of species and habitats protected under the federal Endangered Species Act (i.e., results from Task 2.1), and a discussion of cultural and historic resources potentially protected under the National Historic Preservation Act Section 106 (i.e., results from Optional Task 3.2-G). Following one round of City review and comment on the draft application package, ESA will revise and prepare a final application package for submittal to the USACE. Assumptions: • No impacts to aquatic resources under the jurisdiction of the National Marine Fisheries Service or U.S. Fish and Wildlife Service would occur and a separate biological assessment report would be needed beyond the report prepared in Task 2.1. E. RWQCB 401- Optional If the project will impact waters of the State, permits from the RWQCB under Section 401 of the Clean Water Act and the Porter-Cologne Water Quality Control Act would be required. ESA will prepare an application for Clean Water Act 401 Water Quality Certification and/or a Report of Waste Discharge for submittal to the North Coast RWQCB. The application will describe project activities, construction methods, impacts on jurisdictional waters and proposed on-site mitigation, if applicable. The application package will include the jurisdictional delineation report prepared in Task 2.1. Following one round of City review and comment on the draft application package, ESA will revise and prepare a final application package for submittal to the RWQCB. Assumptions: • The RWQCB will not require additional CEQA compliance documentation. • The City will provide any fee associated with the permit application. F. CDFW Lake and Streambed Alteration Agreement (LSAA) - Optional - ESA Projects that will temporarily or permanently obstruct the flow or alter the bed, channel, or bank of a river or stream must obtain a Lake and Streambed Alteration Agreement (LSAA) from CDFW. In practice, this requirement also applies to impacts to riparian or wetland habitats adjacent to streams and rivers. If the project is determined to impacts these habitats, 37 820 BROADWAY ST CHICO CA 95928-530.899.1616 �������� 1 930 G ST SACRAMENTO CA 9581 1 —91 6.754.2153 ��um � MELTONDG.COM MELTON IDE S LONGIRu'>I11 dP, ESA will prepare an application package for a LSAA for impacts to areas under CDFW purview. As required by CDFW, this application will include a memorandum describing the habitats present at the site and special-status species that are either known to occur, or have potential to occur within the project area. The general habitat assessment prepared in Task 2.1 will be submitted with the permit application package. The permit package will disclose impacts to state-protected species and habitats, identify minimization and mitigation measures for impacts (if necessary), and include a copy of the CEQA compliance document prepared for the project. Following one (1) round of City review and comment on the draft application package, ESA will revise and prepare a final application package for submittal to CDFW. Assumptions: • The CDFW will not require additional CEQA compliance documentation. • An incidental take permit under California Endangered Species Act Section 2081 will not be required; all species protected under CESA will be avoided. • The City will provide any fees associated with the permit application. G. Cultural Resources Assessment— Optional ESA will review cultural resources documentation previously gathered in the project study area and evaluate whether additional data gathering is necessary for compliance with the National Historic Preservation Act (NHPA) Section 106. This scope includes a search of records filed at the California Historical Resources Information System (CHRIS) and Office of Historic Preservation has been conducted in the past year (record searches expire after one year), and contacting the Native American Heritage Commission (NAHC) to obtain the list of sacred lands in the project vicinity. This scope includes contacting federally-recognized tribes in Mendocino County to inform them of the project. A field survey of the study area will be conducted by a qualified archaeologist. Based on our understanding of the land use history, ESA assumes that the Area of Potential Effect (APE) can be surveyed by one archaeologist in a one-day field effort and that no cultural resources will be identified. If cultural resources are identified they will be recorded on Department of Parks and Recreation Primary Forms (Form 523). Under this scope,cultural resources will not be evaluated for potential legal significance; site evaluation can be completed under a separate scope and budget. Data and input received during the research phase will be documented in a report, which will be suitable for submittal to the USACE for compliance with NHPA Section 106. ESA assumes the project finding will be No Historic Properties Affected or No Adverse Effect to Historic Properties and a Memorandum of Agreement/Historic Properties Treatment Plan will not be required. If the finding is that of Adverse Effect to Historic Properties, additional consultation and documentation would be completed under a separate scope and budget. H. Storm Water Pollution Prevention Plan (SWPPP) ESA will use the information developed under Task 2.2 to prepare a draft and final SWPPP for the Project. ESA's Qualified SWPPP Developer (QSD) or QSD designee will discuss any preferred best management practices (BMPs) with the City. It is ESA's experience that a 38 820 BROADWAY ST CHICO CA 95928-530.899.1616 �������� 1 930 G ST SACRAMENTO CA 9581 1 —91 6.754.2153 ��um � MELTONDG.COM MELTON IDE S LONGIRu'>I11 dP, discussion regarding the proposed BMPs can help ensure protection of water quality while considering low-cost solutions. Using this information, ESA will prepare a Draft SWPPP in compliance with the State Water Resources Control Board (SWRCB) Construction General Permit (adopted Order 2009-0009- DWQ, as amended by 2010-0014-DWQ and 2012-006-DWQ). The Draft SWPPP will be based on both Construction General Permit requirements and guidelines provided by the California Stormwater Quality Association (CASQA) to satisfy Construction General Permit requirements. The SWPPP will be designed to control construction site pollutants and their sources through the use of BMPs, and will include information needed to demonstrate compliance with Construction General Permit requirements. The SWPPP will be prepared and certified by ESA's Qualified SWPPP Developer (QSD). At a minimum, the SWPPP will include the following elements: • Project information; • Risk level determination (calculated from the project site's sediment risk and receiving water risk); • Identification of the potential construction site pollutant sources; • BMPs to be implemented onsite; • Responsible parties and operators; • Monitoring requirements; • Sampling requirements; • Training requirements; and • Permit Registration Documents (PRDs) including a site map. This scope of services includes submittal of the Draft SWPPP prepared by a QSD to the LRP in PDF format. Based on preliminary assessment, the project is anticipated to be a Risk Level 2. We assume one consolidated mark-up of the Draft SWPPP will be provided to ESA. ESA will make necessary changes to the SWPPP following receipt of comments on the Draft SWPPP and submit the Final SWPPP in PDF format. REQUIRED ACTIONS BEYOND THE SCOPE This scope has been prepared to include preparation of the Draft and Final SWPPP and does not include filing of Permit Registration Documents with the State Water Resources Control Board. To obtain coverage under the Construction General Permit, LRPs are required to electronically file the Permit Registration Documents (PRDs), which include a Notice of Intent, annual fee, and signed certification statement, along with the SWPPP, risk assessment, and site map. The PRDs must be submitted through the SWRCB Stormwater Multiple Application and Report Tracking System (SMARTS) website. Upon receipt of a complete PRD submittal,the SWRCB will process the application and assign a Waste Discharge Identification Number (WDID) number for the project, allowing for commencement of project construction. 3.3 Cost Estimates—Adjust existing Estimated Cost of Construction as Construction Documents are approved through the Submittal Process. A. Compare project elements with available project budget B. Prepare final estimates 39 820 BROADWAY ST CHICO CA 95928-530.899.1616 �������� 1 930 G ST SACRAMENTO CA 9581 1 —91 6.754.2153 ��um � MELTONDG.COM MELTON IDE S LONGIRu'>I11 dP, 3.4 Contract Documents — Incorporate Construction Drawings, Specification and Bid Form into the City boiler plate General Conditions and Contract Documents. The Bid Form will include all items from cost estimate and alternate or deductive options for bidders to provide additional services if budget allows. Provide Schedule B form for itemized pricing of elements and materials. 3.5 Submittal Process and Final Construction Documents A. Three copies of Construction Drawings and Technical Specifications will be submitted to the City for comment and approval at 30%, 60%, 90% and 100% completion. B. Each submittal will include a review meeting with the City. C. Adjust Construction Drawing PDF copy and 3 full size copies "i"ask 4 •- Bid Administration 4.1 Pre-Bid Meeting —Attend the pre-bid meeting and respond to contractor requests for clarification during the bid process. 4.2 Addendums - After a question and answer period addendums will follow as needed to complete package and clarify bid. 4.3 Award Bid — provide consultation to City in awarding contract according to bids received and contractor qualifications for the Project area. "i"ask 5 •- Construction Administration The City_has not requested this Task,but_it_is highly_recommended_in order to make_sure_site construction, is_aligned_with the design_intent_of the_Landscape_Archltect,_ESA_and Construction_Documents, 5.1 Pre-Construction Meeting —facilitate meeting at the City and on site. Confirm roles and Contract requirements of City, Contractor and MDG. 5.2 Submittal Review— review material submittals from Contractor to confirm materials meet the design intent of the Contract Documents. Provide direction for alternate materials if needed. 5.3 Amendments to documents—issue as needed throughout project if necessary, to incorporate changes to Construction Documents. 5.4 RFI (Requests for Information)— respond to contractor requests 5.5 Memorandum Directives and Field Orders- provide to contractor as needed 5.6 Change Order Requests— review and provide recommendations to City staff. Issue as needed. 5.7 Field Observations and Inspections per plans and specifications Typical observations include site visits to report layout, rough grade,concrete formwork,concrete finish, plant material,irrigation installation and finished site work. Field reports will follow each observation and be submitted to the Construction Manager,City and contractor with confirmation of the work or suggested remedies. 5.8 Reporting administration documents as needed to the City and Contractor. 40 820 BROADWAY ST CHICO CA 95928-530.899.1616 �������� 1 930 G ST SACRAMENTO CA 9581 1 —91 6.754.2153 ��um � MELTONDG.COM MELTON IDE S LONGIRu'>I11 dP, � � Melton Design Group (MOG) isoChico and Sacramento based firm formed in 2010 by local Landscape Architect and Recreation Planning professional Greg Melton. Greg and /he Design Group have worked closely with communities throughout Northern California over the past 25 years and continue this tradition of providing clients with the highest quality of service with licensed landscape oo6i/ec|u,o| services in California, Oregon and Nevada. RANGE OFEXPER|ENGE Parks and recreation experience throughout these diverse states has enabled MDG to specialize in recreation through the restoration of large open space preserves,riparian corridors and woodland landscapes. Melton Design Group provides range ofexperience that will provide the City of Ukiah with the skills necessary to complete your project well beyond expectations. Ho6itot Restoration | n / erpre / ive E6uco / ion Troi | Sys /ems VV o / e r Conservation D|\/ERS|TY |N DE&|GN /\slandscape architects vvestrive toimprove community opportunities through o back to nature approach of design that promotes education and healthy living through recreation. Recent projects include construction documents for the restoration of the 21 0-acre River6en6 Park along the Feather River and 20-ocres offloodplain and wetland restoration inChico, CA. VVeconsider each project unique canvas from which to create something special and cherished for generations tocome. Recreation is our focus built upon o strong foundation of community and sustainable environments. xive,bena pork-Flooap|oin and Hobxo/Restoration Feather River Omvne,[A Shauna Downs vvexona ocmk Floodplain Restoration Interpretive Panel Butte County,[A Verbena Fields Chico,CA 41 ocoBROADWAY srcmcocAvovco-oroovv1u1u �vrossrs�co�*cwroc�voo�� -v�u�7o^� c�or �� Mcoowos.coM MELTON scmswmnuuP.. ;II..IIIF=1 'T SIF=R1s'II E S MDG provides client services throughout the life of a project including feasibility studies, planning services and construction documentation. Other services include, but are not limited to: 4 Site Analysis and Selection 4) On Call City Plan Review 4 Facilitation of Public Workshops 4) Construction Drawings 4 Site Master Planning 4) Contract Documents and Specifications 4 GIS Certified Mapping & Cartography 4) Storm Water Pollution Prevention Plans 4 Building Conceptualization 4) Bidding for Construction 4 Photo Simulations 4) Administration of Construction Contract 4 3D Modeling and Animation 4) Construction Administration 4 EIR Coordination 4) Project Coordination and Management 4 Cost Estimates and Analyses 4) LEED and SITES Certification AWARDS r; MDG is proud to be recognized by public and professional agencies for a wide range of projects and community outreach. 2018 American Society of Civil Engineers ` :' acirsnlrrneirllto Chapter 1f fu LAStairudillrig Urbain or �and II ew6opirrneirllt Nlain of the Year ts� , Riverbend Park Flood Damage Restoration 2017 California Special District Association 2017 CSDA Innovative Program/Project of the Year oleosvafive IPrograirrn/Project of the Year 2014 American Society of Landscape Architects Sierra Chapter Hs inor and Merilt Awards Parlks/Opeirll Space and Reiicibi lllilts;ntiloirll/Mitigcitioirll 2009 California Redevelopment Award of hx:: l : lru:: irSbHc Spaces pwJ ffjrl�/JJJI%�J��l�ii%�����%�� r`� i � rig✓ ir�✓i1^nty 9��w�% 2007, 2008 and 2009 � l��r .,"�����llJl�/� rf�/ �i r :Ir rr ✓ur rq fj j i/��///// ,R it nerIccvrll W�».11e of lrlrl a lloir'II ���� ;'"r ��:�IPII YV�4t�;nlr'llt Y .^^� l��j �n� �� � r r6%��X'��6 `� I� M�91{���i��(��/';rl�/, +/r��✓��r/� I�i"av u�:^rW�l�ia!t.��r��/�i,✓�Il/,✓,lmfrGris�j✓.em�,r��:GJ„� ,Dr�lif/�ti'���.iJyGlllrv�4 i aflloirusnll Ih��:.�=:lllleirice fru Illrlrilgaflloirn Il�fls>Iror Award Verbena Fields Habitat Restoration 2007 Chico Economic Planning Corporation 2009 ASIC National Excellence in Irrigation 2014 ASLA Open Space and Rehabilitation ���:>Irrnlrrnujnilt�r V`ilts;nllilt�r Award ram Iii ..m 2005 California Parks & Recreation Society Award for I'ad Hty I ewy gull and Park Nls;nlrolro1lrllsp �- 42 MDG r-;:�Zj Chico City Plaza � z2009 CRA Excellence in Public Spaces D MELTON I.wIL'.,44d NGIaG?il k6»,,- OIRGAM1ZA'PON II.. CHART The organization chart below illustrates the coordination that will occur between Melton Design Group, the Design TEAM, City Staff, Citizen Advisory Groups, Public Facilitation and Outside Agencies. The following schematic demonstrates the importance of a unified team and the connectivity of the design team with the Community and Stakeholders. Projects will be managed out of the Chico office by Gregory Melton and Shawn Rohrbacker. THE CITY OF UKIA Primary Contact: Mary Horger, Procurement Manager CITY DEPARTMENTS AND DIVISIONS: MELTON DESIGN GROUP, Inc. COMMUNITY SERVICES PUBLIC WORKS GREGORY MELTON, RLA 4217, LEED Principal Landscape Architect- Chico/Sacramento COMMUNITY DEVELOPMENT CITY COUNCIL SHAWN ROHRBACKER, NLA 816 Project Manager - Chico CONSTRUCTION MANAGER OLGA GARZON-LOPEZ, RLA 6108 Landscape Architect - Sacramento PAIGE GIMBAL, LEED AP PRIVATE ENTITIES Irrigation Specialist - Chico CITIZEN ADVISORY GROUP GENERAL PUBLIC ENVIRONMENTAL SCIENCE ASSOCIATES STAKEHOLDER GROUPS JASON WHITE,MS Restoration Hydrologist MELISSA CARTER, PE Civil Engineer/ Project Manager OTHER ENTITIES EVE PIER KIELI,MS MLA CALIFORNIA URBAN RIVERS GRANT PROGRAM Wetland Restoration Ecologist NORTH COAST REGIONAL WATER QUALITY CONTROL BOARD RIVER PARTNERS STATE WATER RESOURCE CONTROL BOARD MICHAEL COOK FEMA Northern California Regional Director US ARMY CORPS OF ENGINEERS JULIE RENTER Executive VP Science and Development CA DEPARTMENT OF FISH AND WILDLIFE MICHAEL ROGNER CALIFORNIA CONSERVATION CORPS Senior Restoration Biologist NATIVE PLANT SOCIETY r --, 820 BROADWAY ST CHICO CA 95928-530.899.1616 43 °°°° 1930 G ST SACRAMENTO CA 95811 - �� """' 916.754.2153 MELTONDG.COM MELTON 3E S II4!6N GIR0I11dP,- o��0000�iiil Landscape Architects Melton Design Group will serve as lead consultants for the Project Team. MDG has lead consultant teams through several park and miuiuuum restoration site planning, construction and renovation projects. The senior ET Nw o SIG11l111401ZOL4� staff at MDG have worked together as a Consultant Team for over 20 years with a wide range of experience in public and private sectors. MDG has assembled this team of consultants according to the skillset to best provide the services outlined in the City's RFP. Each consultant has experience along the Russian River area and as a team,we have worked together on similar projects. Environmental Science Associates (ESA) a leading environmental consulting firm �)r ,�� with a 50-year history in California. ESA provides their clients with focused Z L services in environmental hydrology, applied ecology, regulatory compliance and permitting, and other multidisciplinary services. With four offices in Northern California, including Petaluma, San Francisco, Oakland and Sacramento, ESA's more than 500 professionals provide integrated decision-makingandinnovative, workable solutions based on leading-edge science, policy and planning. Seasonal and floodplain wetlands are complex systems, highly sensitive to ground and surface water hydrology and soil conditions,and have a high risk of invasion by non-native plants. Design of these wetland habitats can be challenging, requiring an integrated approach successfully create and restore these systems. ESA is known for combining traditional engineering expertise with an understanding of natural processes to develop innovative,creative,and sustainable restoration designs for seasonal wetlands and riverine systems. ESA has designed seasonal and floodplain wetland restoration as part of several projects in Northern California, including the Napa River Restoration Project — Oakville Crossing to Oak Knoll Road and the Lower Putah Restoration Project. River Partners was founded in 1998 by two conservation-minded " ....... ... Y. u. farmers who believed that the fields of ecosystem restoration and A. R ��. .. ..... .. agriculture could synergistically inform and enhance each other. Now a 501(c)(3) public benefit nonprofit corporation, River Partners' mission is to create wildlife habitat for the benefit of people and the environment. Our organization represents a new approach to protecting the environment, with a focus on large-scale implementation of on-the-ground projects. Our team of restoration ecologists, biologists and agricultural experts utilizes a variety of tools to bring life back to riparian areas. Our success can be attributed to the careful application of science and technology to ensure that projects provide benefits to both the environment and local communities. We recognize that all of our projects — restoration, farming and land acquisitions— have neighbors and affect communities. Our goal is to balance the basic requirements of wildlife populations with public safety and the economic and recreational needs of local communities. To date, River Partners management staff, scientists and field technicians have planted over two million native trees and shrubs along the major rivers of the western United States. We have pioneered innovative technology, making huge advancements in plant propagation and field design. We have reforested thousands of acres of riparian land,providing essential habitat for wildlife dependent on healthy ecosystems for survival, including threatened and endangered species. --, 820 BROADWAY ST CHICO CA 95928-530.899.1616 44 �������� 1930 G ST SACRAMENTO CA 95811 - 916.754.2153 MELTON DG.COM MELTON 3E S II4!6N GIR0I11 dP, KEY PERSONNEL, GREG MELTON, RLA 4217, LEED PRINCIPAL LANDSCAPE ARCHITECT -- MELTON DESIGN GROUP Greg Melton has been planning outdoor space and programming for over 25 years. k Ii y ni%f `6 r; i Xk As Principal Landscape Architect,he guides the Project team,including Clients to create H;�J goals and objectives relative to Client requirements and the level of improvements necessary to represent Cities and Counties. Greg will be responsible for the quality of the project and will delegate roles as necessary according to team expertise. Greg's recent projects have included a recreation element for a 1,400-acre specific plan,and a riverfront conceptual master plan. SHAWN ALICE , RLA � PROJECT MANAGER -- MELTON DESIGN GROUP Shawn Rohrbacker has worked in the field of landscape architecture for over 20 years and is the firm's lead project manager for large scale restoration projects. Shawn will be the primary contact for the City, keep the project on schedule and lead the team through the document production portion of the project. OLGA GARZON-LOPEZ, RLA LANDSCAPE ARCHITECT— MELTON DESIGN GROUP Olga Garzon-Lopez joined the MDG family in January 2018. Prior to that she had K: been practicing Landscape Architecture in the Sacramento Valley for over ten years. r Her worked has focused on private and public projects, including a recent restoration fproject along Putah Creek near Davis, CA. Her passion for landscape architecture is never-ending and as such she is excited to contribute to Melton Design Group's innovative, environmental and socially responsible approach to landscape design. PAIGE GIMBAL LEED AP IRRIGATION CONSULTANT — MELTON DESIGN GROUP i Paige Gimbal has broad and deep knowledge of irrigation and water conservation a„r technologies and promotes innovative water use solutions for long term cost savings. As a LEED-AP irrigation consultant,Ms. Gimbal works easily as part of a multidisciplinary team. Ms. Gimbal's work as an irrigation designer with Irrigation Pump and Electric, Normac, Inc., and Land Architectural firms has gained her expert knowledge of both agricultural and landscape industry standards, design principles, water conservation practices, central control systems, pump stations, reclaimed water systems, solar- powered applications and other emerging alternative irrigation technologies. I �11BOB SUMMERVILLE / % 1 SENIOR PLANNER -- MELTON DESIGN GROUP i f Bob Summerville has been a public land use planner since 1992 and a member of the American Institute of Certified Planners (AICP) since 1995. While the focus of Bob's planning career has been in current development and parallel environmental review, he has over ten years of experience in long range planning management including General Plan and comprehensive zoning code updates. With his comprehensive experience, Bob provides an effective balance between the priorities of public and private sector development, lending mediation skills to keep projects moving in positive directions for a wide range of clients or applicants. --, 820 BROADWAY ST CHICO CA 95928-530.899.1616 45 l!""111 �������� 1930 G ST SACRAMENTO CA 95811 - 916.754.2153 MELTON DG.COM MELTON 3E S II4!6N GIR0I11 dP, JASON WHITE, MS RESTORATION HYDROLOGIST -- ENVIRONMENTAL SCIENCE ASSOCIATES " Jason White is a Restoration Hydrologist with 10 years of experience specializing in hydrology, fluvial geomorphology, and river restoration. Jason applies his passion for rivers to designing river restoration projects based in natural hydrologic and geomorphic processes. His technical experience includes tasks focused on hydrologic and geomorphic function, salmonid habitat, fish passage, flood conveyance, and riparian ecology on streams in Northern California. As project manager, he has led numerous challenging multi-objective stream restoration projects of various scales and conditions which often balance ecological and societal needs, from initial assessment through final design and construction. MELISSA CARTER, PE MANAGING ASSOCIATE II -- ENVIRONMENTAL SCIENCE ASSOCIATES Melissa is a registered professional engineer with 17 years of experience in wetland r r, restoration and creation, flood protection, and water resources management. Melissa has significant experience in the preparation and review of planning level engineering reports,construction plans and specifications, permit applications,and as-built plans for a variety of projects. Her technical background includes work in surface and groundwater hydrology, open channel hydraulics, and water supply operations analysis. Melissa has a successful track record of managing of multi-disciplinary teams to develop creative and collaborative solutions to project challenges EYE PIER KI LI, MS MLA WETLAND RESTORATION ECOLOGIST -- ENVIRONMENTAL SCIENCE l ASSOCIATES Eve has more than 20 years of professional experience in ecosystems research, restoration, and management, specializing in riparian and wetland habitats. She works on a wide spectrum of restoration and natural resources management projects, ranging from small, local site investigations to system-wide conservation planning, and coordinating multiple agencies, stakeholders, and multi-consultant teams. Her technical work includes restoration planning and design, ecological analysis, regulatory compliance, invasive species management, construction support, and design and implementation of post construction monitoring and adaptive management programs. Eve has completed multiple tidal, wetland, seasonal wetland, and riparian restoration projects throughout the greater San Francisco Bay Area and California MICHAEL COOK NORTHERN CALIFORNIA REGIONAL DIRECTOR -- RIVER PARTNERS Mr. Cook has over 15 years of experience in landscape architecture, construction and project management. During his career, he has prepared dozens of plans, reports and specifications for large landscape construction and restoration projects. In his current position as Regional Director, he is responsible for seeking out and bidding on contract work with private companies, organizations, and state and federal agencies. He leads the management of our awarded contracts and projects, including submitting plans, records and reports, and ensures the company stays compliant and up to date with our licenses and certifications. Prior to joining River Partners, Mr. Cook gained extensive project management experience in both the design and implementation of large landscape construction and restoration projects having worked for full service landscape architecture and planning firms, a landscape contracting company, and having owned his own landscape design/build company. 46 M 820 BROADWAY ST CHICO CA 95928-530.899.1616 1930 G ST SACRAMENTO CA 95811 -916.754.2153 MELTONDG.COM MELTON 3E S II4!6N GIR0I11 dP, JULIE RENTER EXECUTIVE VP OF SCIENCE AND DEVELOPMENT -- RIVER PARTNERS Ms. Rentner received a MS from the University of Hawaii, Manoa with an emphasis in Natural Resource and Environmental Management. She completed her BS in Forestry at the University of California, Berkeley, and has been a Certified Arborist with the International Society of Arboriculture since 2006. Ms. Rentner worked in environmental consulting for four years gaining specialties in wetland delineation and functional ! 9�� assessment, vegetation mapping and classification, mitigation planning and environmental permitting. Ms. Rentner joined River Partners in 2008 as a Restoration Ecologist based in the San Joaquin Valley. Since then,she has successfully secured over $40 million in state and federal grant funding to acquire conservation properties and implement riparian and floodplain habitat restoration. In total,Ms. Rentner has worked to conserve over 2,000 acres and has secured funds to restore over 3,000 acres of floodplains along the San Joaquin, Tuolumne, Stanislaus. Merced, and Kern Rivers. Additionally, Ms. Rentner has developed and led stakeholder processes supporting the integration of flood control and ecosystem enhancement at the regional level, resulting in the development of several on-the-ground multi-benefit projects as well as the development of the Mid San Joaquin River Regional Flood Management Plan. She is familiar with local government and local agency procedures and regulations. MICHAEL ROGNER SENIOR RESTORATION BIOLOGIST — RIVER PARTNERS Mr. Rogner has over 15 years of experience working with California's flora and fauna. For five years he specialized in avian response to riparian restoration and has also studied birds in numerous habitats including California's blue-oak woodlands, coastal scrub, on Southeast Farallon Island, and in Montana's high desert sage-scrub. Since joining River Partners he has focused on project design and has designed over 3,000 acres of riparian habitat throughout California and Nevada. From 2004 until he came to River Partners in April 2007 he was the Central Valley Project Leader for PRBO Conservation Science. In this role he managed a wide array of projects, most notably the Sacramento River Project and the Clear Creek Restoration Project. These projects focused on songbird response to restoration and gave him a solid background in the vegetative structure needed by California's birds. His work on Southeast Farallon Island encompassed birds, white sharks, pinnipeds and other marine mammals. Mr. Rogner is a Certified Arborist,holds a USFWS Section-7 permit for surveying southwestern willow flycatchers,and is a member of the Wildlife Processing Unit for the State of California's Oil Spill Response Team. 47 M 820 BROADWAY ST CHICO CA 95928-530.899.1616 1930 G ST SACRAMENTO CA 95811 -916.754.2153 MELTONDG.COM MELTON 3E S II4!6N GIR0I11 dP, D. IIS X IIS'IIS R I IIS III' C IIE A I' IID R IIS IIF IIS R IIS III' CII The experience of the staff at Melton Design Group is focused on Recreation and Restoration.Our creative solutions have helped many JJf cities build unique parks that become icons for their communities and stand out in their memory for years. With experience in the development of public and private waterfront facilities, MDG services include the complete design process of planning through to construction. Master Planning experience includes park and restoration projects tied to waterfronts. MDG knows how important community fill « development is to the design process and staying focused on the / uirfK✓f, , J i,f,f i ori/ ��u� ,II/9'f14�/�l�✓��� /��tl r�i priorities of the program. We're the lead consultant for park improvement projects and have managed teams of sub consultants through CEQA requirements, construction documents, environmental permits, bid services and construction administration. Our experience includes all types of park and recreation facilities from small neighborhood parks to large regional parks and recreation centers. The following is a select list of our Team's projects experience relevant to the City's RFP. Cut sheets with details per project will follow. MDG / I S ` IRiveir w'airllir eirs Teciiin IPiroeci io Riverbend Park Oroville — 210 acres �r � � � A Verbena Fields, Chico— 20 acres iii 1r� 4) The Feather River Concept Plan SOAIDG WATERFRONT PARKS AND ID IFIE S'TOIFA'TIIOIN A Butte County Veteran's Memorial Park A Feather River White Water Park 4) Nature Center Trail, Oroville 4) Feather River Equestrian Center A Bidwell Park Rifle Range Remediation, Oak Woodland r L-SA Carnelian WATERWAY IHAIBffAT ENHANCEMENT r 4) Sonoma County Water Agency Dry Creek Habitat Enhancement Project 4) Napa County Flood Control District Napa River Restoration —Oakville to Oak Knoll Reach A City of Petaluma Capri Creek Flood Reduction & Habitat Enhancement A East Bay Regional Park District Bay Point Restoration and Public Access Project R1VE1k PARTNERS �J 4) Bear River Habitat Restoration 4) San Joaquin River National Wildlife Refuge A Upper Otay River Habitat Restoration 48 820 BROADWAY ST CHICO CA 95928—530.899.1616 M �������� 1930 G ST SACRAMENTO CA 9581 1 —91 6.754.2153 Daum MELTONDG.COM MELTON 3E S II4!6N GIR0I11dP,- .................................................................................................................................................................................................................................................................................................................................................................... Veirbeina Fields Verbena Fields was a 20-acre gravel mine next to Lindo Channel in Chico CA. Chico, California MDG served as lead consultant, working with ESA and Contact: Michael Cook of River Partners to provide environmental Linda Herman permits and construction documents for the Project. Parks and Natural Resources Manager City of Chico, CA Primary improvements include the removal of debris (530) 896-7801 from the quarry and a large grading operation to create a floodplain and the expand existing wetlands. Relevant Staff Role and Date of Service: Greg Melton, Landscape Architect Additional improvements include the removal of invasive Shawn Rohrbacker, Project Manager plants, trails, a pedestrian bridge, interpretive panels Paige Gimbal, Irrigation System Design and the restoration of riparian habitat,upland meadows Michael Cook, Construction Drawings and oak woodlands. ESA— Floodplain and Wetland Restoration ..................................................................................................................................................................................................................................................................................................................................................................... Services Rendered 2006 to 2009 Awards: 011,7'a 2009 ASIC National Excellence in Irrigation IN 49 820 BROADWAY ST CHICO CA 95928-530.899.1616 1930 G ST SACRAMENTO CA 95811 -916.754.2153 MELTONDG.COM MDG 4 I "AAA/d. T MELTON 3E S I ONGIR011 dPI I,- Sonoma County Water Agency Dry Creek Habitat Enhancement Project Sonoma County Water Location Agency (SCWA) and the U.S. Sonoma County,CA Army Corps of Engineers Schedule 2013-Present (USACE) have undertaken a �M Reference Section 7 Consultation with David Manning, the National Marine Fisheries 1 Principal Service (NMFS) assessing Environmental their ongoing water supply, Specialist flood control, and channel Sonoma County maintenance operations in waterAgency the Russian River Watershed. The resulting Russian River 404Aviation Biological Opinion (RRBO) Bo u leva rd,Sa nta concluded that these Rosa,CA 95403 � 707.547.1988 activities are likely to P jeopardize recovery of 01.k � Key Team Members Central California Coast coho salmon and steelhead trout, and specifically identified the need to • Jason white improve rearing habitat for these species in Dry Creek, a major stream in the Russian River • Melissa Carter watershed. The resulting overall project is intended to enhance six miles of rearing habitat in the 13 miles of Dry Creek below Warm Springs Dam to address this need, and make up an important Major work Products component of a larger effort to improve conditions and promote recovery of listed salmonid species • Restoration in the Russian River Watershed. A feasibility study and conceptual design report have been • Permitting completed and construction of Phase I, the first mile of the Project, was completed in 2014. Support Additional phases of the project have been and continue to be implemented on an annual basis. • Engineering Design Dry Creek was formerly an ephemeral braided stream with a relatively shallow, broad channel • USACE and a highly connected floodplain prior to the completion of Warm Springs Dam.The operation of Coordination the dam has significantly altered the historic hydrologic and geomorphic processes in Dry Creek. Presently, Dry Creek is used to transport water from Warm Springs Dam to the Russian River where it is extracted for municipal water uses. The perennial release of cold water of high quality makes Dry Creek a highly suitable salmonid stream. However, the municipal demand results in a higher than normal constant base flow with velocities that are too high for juvenile coho to thrive. ESA is leading a multi-disciplinary consultant team to develop final designs for two miles of Dry Creek to meet the requirements set for by the RRBO.The project sites are located in the Dry Creek Valley on privately owned property between the Warm Springs Dam and the confluence with Russian River. The focus of the design is to create in-channel and off-channel habitat directly targeted at improving summer rearing and winter high flow refuge for coho salmon and steelhead trout. The key design components include grading of secondary channels, alcoves, instream structures to induce and maintain pool-riffle structure, large and small wood structures for habitat, biotechnical stabilization measures, and native revegetation. ESA has conducted detailed geomorphic assessments, hydraulic modeling (1-D and 2-D), and detailed enhancement design, development of final plans, specifications, and cost estimates, and construction observation to assist the SCWA is creating habitat that links coho and steelhead life stages with the anticipated hydrologic conditions of Dry Creek. ESA's work includes production of design documents and coordination for a number of sites under the Corps CAP 1 135 program. The first site was constructed summer 2016, with futures sites to be constructed in 2017, 2018, and beyond. 50 820 BROADWAY ST CHICO CA 95928—530.899.1616 D1930 G ST SACRAMENTO CA 95811 —91 6.754.2153 G 1 ,,Trnj� MELTONDG.COM MELTON p.:wlL"w S L.ONGIRu'>iLdE*,, East Bay Regional Park District Bay Point Restoration and Public Access Project Location 1 / Contra Costa County,CA Schedule 2016—Ongoing Reference Chris Barton Senior Planner East Bay Regional Park District vrr ,r; TeL 510.544.2627 a.kzr.a,rllarr(tY)e;k;z};ur.arll<s�r�l Key Team Members • Melissa Carter • Eve Pier Kieli Major Work Products • Restoration and PublicAccess ESA is providing design, permitting,and construction bid services to support Design restoration and • Regulatory Permitting public access improvements at the District's Bay Point Regional Shoreline.The project site is located along the south shore of Suisun Bay,at the waterfront of the Bay Point community. Most of the site is diked marsh,used by past property owners for sand dredging operations.The site currently supports tidal marsh,open water, marginal quality seasonal wetlands,and upland.A loop trail and staging area,including a parking lot and picnic benches, provide public access to the site. The project will create and enhance tidal marsh,seasonal wetland and upland grassland habitats.The restoration is expected to benefit a variety of native and special-status species whose populations have declined because of habitat loss or fragmentation.The project will raise the trail to decrease flooding and increase sea-level rise resiliency and improve trail surfacing on the to meet accessibility standards. Trail enhancements include new lookout areas, interpretive signs, and fencing and upland and transitional habitat buffers to protect sensitive wildlife resources from human disturbance. ESA is currently developing final design plans and specifications, and also leadingthe environmental permitting and resource agency outreach.They are facilitating permit approvals from the US Army Corps of Engineers, Regional Water Quality Control Board,San Francisco Bay Conservation and Development Commission, US Fish and Wildlife Service, National Marine Fisheries Service, and California Department of Fish and Wildlife. 51 820 BROADWAY ST CHICO CA 95928—530.899.1616 �������� 1930 G ST SACRAMENTO CA 95811 —91 6.754.2153 G � MELTONDG.COM MELTON IDE S LONGIRu'>I11 dP, Napa County Flood Control District Napa River Restoration — Oakville to Oak Knoll Reach Reference Rick Thomasser, Flood Control District 0&M Manager . Napa County Flood Control District richard. omasser@coup tyofnapa.pa.org Tei:(707)259-8657 Schedufe:2012-2019 Location Napa County,California Key Team Members • Jason White • Eve Pier Kieli MajorWork Products Building from their work on the Napa River Restoration - Oakville to Oak Knoll Reach Conceptual Plan (2010),ESA is leading this project to develop multi-objective • River restoration restoration designs for the 9-mile reach of the Napa River. The project will expand design the river corridor to enhance fish and wildlife habitat,reduce bank erosion,enhance • Floodplain restoration &management flood management, reduce Pierce's disease pressure on vineyards and provide • Fish habitat ongoing education about the Napa River and its watershed along the Oakville to enhancement Oak Knoll Reach in Napa, California. • Biotechnical stabilization In addition to coordinating the project team,ESA is performing detailed geomorphic • FEMA compliance and hydraulic analyses,site surveys and habitat assessments to define the basis-of- design and develop the restoration design plans, details and specifications. ESA works closely with the project regulatory team (RWQCB,CDFG,USACE and NOAA NMFS) to confirm project goals, and support permitting. In addition, they are leading FEMA compliance in coordination with Napa County. This project extends one of the most ambitious agricultural landowner-initiated ecosystem restoration projects to date in California. This project's success demonstrates the feasibility of voluntary private-public partnerships to restore the nation's waters within the State of California and beyond. Through their active collaboration with Napa County and local landowners they identified and negotiated approvals for restoration of roughly 140 acres of vineyard areas to riparian habitat to improve long term sustainability and function of the river corridor. The restoration approach focuses on creating sustainable riparian and upland habitat by re-contouring the landscape and planting early- successional vegetation that will allow it to evolve into mature, riparian forest and upland seasonal wetlands. To date, approximately half of the project, including approximately 70 acres of vineyards converted to functioning riparian and seasonal wetland habitat,has been implemented, with three additional phases planned over the next few years. 52 820 BROADWAY ST CHICO CA 95928—530.899.1616 �������� 1930 G ST SACRAMENTO CA 9581 1 —91 6.754.2153 ��um � MELTONDG.COM MELTON IDE S LONGIRu'>I11 dP, lorseshoe Lake "Babitat Restoration and I""rail System Contact: Linda Hermans/, Public Works Administration Manager r City of Chico (530) 896-7801 C // �!' I � /�� �� '� 7 �� l�% / ✓r Melton Group Designdeveloped p a Site Master Plan and Landscape Construction Documents for native oak, pine and grassland restoration, g includin a new parking lot and pedestrian trails. They restoration site was an old rifle range next to Horseshoe Lake in Bidwell Park,Chico CA. "aI "N, bt „ l i I I+' rpw I �r I �.:�H 1A nr f cgi4.7✓mhl'k' �m�,I ^A�,, M5 d Ib y�j t„ 53 820 BROADWAY ST CHICO CA 95928-530.899.1616 111111 1930 G ST SACRAMENTO CA 95811 -91 6.754.2153 Daum MELTONDG.COM MELTON II,:wIL"w S L.ONGIRu'>ILdE*,,- Kachifuli Oxbow ...................................................................................................................................................................................................................................................................................................................... Sacramento, California Prior to starting Land Image, Greg Melton was part of the design team at Thaos Environmental Contact: Group in Chico. He drafted the Master Plan and Lighthouse Marina and Construction Drawings for Kachituli Oxbow, an Riverbend Development Off-Site Mitigation Bank for the Lighthouse (916) 372-2628 Marina and Riverbend Development Project. Located next to the Sacramento River in Yolo Relevant Staff Role and Date of Service: County, the project was successful in mitigating Greg Melton, Landscape Architect multiple habitat areas, including wetlands, Services Rendered 1990 to 1992 riparian corridors and oak woodlands. �. COTTONWOOD FOREST a r ATER WAM-_ MUDFLAT 2:1 SLOPE 1 PLANTED 31 SLOPE --1 WITH 10'WIDE TERRACED SHRUBS ROAD OR TRAIL ON VINES ON WITHNABITAT AND SLOPES SLOPE MUDFLAT REVEGETATED WILLOWS BENCHES AND EXISTING DRAINWAY EMERGENTS AT LOW FLOW PLANTED AS A°ENING 80TTOM OF SWALE HANNEL&EMERGE FENCE° TERRACED HABITAT 2:1 SLOPE TREATMENT MAINTENANCE ROAD REVEGETATION OF BENCHES ON LEE SIDE EXISTING DRAINAGE SWALE l r 1_9 F V Iojli r ate` `w W � p I C), t RL"I F, I I, E I� 54 820 BROADWAY ST CHICO CA 95928-530.899.1616 1930 G ST SACRAMENTO CA 95811 -91 6.754.2153 MELTONDG.COM MELTON p.:wE S Fl.0!6NWSIRG"SiLdE*,,. SouthVolonte Pay-k ..................................................................................................................................................................................................................................................................................................................................... Greg Melton produced a Site Master Plan and Anderson, California Wetland Inventory Map for improvements to South Volonte Park in Anderson CA. The park covers Contact: 33.7 acres next to Anderson Creek and features a Pam Lewis historic raised aqueduct. Parks and Recreation Department (530) 378-6656 Site improvements include 8.5 acres of preserved wetlands. Phase 2 pedestrian trails were recently Relevant Staff Role and Date of Service: installed with wetland overlooks and interpretive Greg Melton, Landscape Architect panels. ShawnRohrbacker, Project Manager ...................................................................................................................................................................................................................................................................................................................................... Services Rendered 2001 fr /41// 00 / Yfc �I ............. . ....... .................................................. 55 820 BROADWAY ST CHICO CA 95928-530.899.1616 1930 G ST SACRAMENTO CA 95811 -916.754.2153 MDG Z MELTONDG.COM "AAA/d. MELTON 3E S I ONGIR011 dP,- East, Arboretum California Native Plaut, Gay-den and Pul'ah Creek Parkway Davis, California CLIENT: UC Davis and City of Davis CONTACT: Emily Griswold — UC Davis 530-754-8038 � - Anne Brunette —City of Davis '` �� ABrunette@cityofdavis.org Key Staff: a Olga Garz6n, PLA In 2014 prepared improvement plans for a highly- traveled and fragmented section of the UC Davis arboretum and bike parkway adjacent to a remnant channel of Putah Creek (3.5 acres site), to create a safe , bike corridor showcasing stormwater management, restoration of wildlife habitat,sustainable landscape,and incorporate art. Both projects were funded through state grants and required the multi-partnership of private and public agencies. UC Davis and the City of Davis led the efforts for the grant application and management. � If/���! Olga assisted with graphics for the conceptual plans and " prepared landscape construction documents for both " projects, which included hardscape, planting, and irrigation plans, details, and specifications. During construction, Olga also assisted with landscape construction management. DAVID * I GCJMMCJNS Wn + v" PARKINO LGT v I u Fy cRErE K E.,a. PARKWA � •ru'u 'r;. 1 GALJFo RNiA NATMF PLANT GARDEN 56 820 BROADWAY ST CHICO CA 95928—530.899.1616 1930 G ST SACRAMENTO CA 9581 1 —916.754.2153 Gr... MELTONDG.COM MDG 4 M E LTON ICwE S L.ONGIRu'>iLdE*,, Riverbend Peek Oroville, California Contact: NI���lui Randy Murphy, General Manager Feather River Recreation and Park District 1875 Feather River Blvd., Oroville, CA M (530) 533-2011 Relevant Staff Roles: Greg Melton, Landscape Architect Shawn Rohrbacker, Project Manager ESA— Environmental Impact Report River Partners — Invasive Species Removal Grant Type of Service: - 210-acre Park Master Plan - Phase I through 4 Construction Documents - State and Federal Permits - Flood Damage Assessment ° Insurance and FEMA Reports Construction Administration I Lead Consultant Services included a Site Master Plan for this 210-acre riverside park in 2003 and has since produced construction documents, managed grant funding, state and federal permitting and performed construction 'wA= administration for phase one and two of the park that finished spring of 2012. w The two phases cover approximately 36 acres and include a boat launch, group picnic areas, water play area, boulder climbing play structures, a disc golf course, handicap accessible paths along the river and three multi-use sports fields. 2014 services include pro-bono native planting cooperate with the Recreation District and the local Boys and Girls Club. Local river cobble was incorporated throughout the park in street patterns walls and structure columns. A river themed design continues in decorative steel rails and shade structure accents. Interpretive play areas and hardscapes inform visitors of native wildlife and historic uses of the site. All landscape outside active turf use areas are designed to promote native plant and habitat restoration. Phase 3 and 4 services include Flood Damage Assessment and Repair Documents after the Emergency release of the Oroville Dam spillway in February 2017. 57 820 BROADWAY ST CHICO CA 95928-530.899.1616 �������� 1930 G ST SACRAMENTO CA 9581 1 -91 6.754.2153 ��um � MELTONDG.COM MELTON IDE S LONGIRu'>I11 dP, �, The Feather ttm �"s C7ircavollll�, California Client Reference: Dave Steindorf, SBF Advisor/American Whitewater Conservation (530) 518-2729 Produced by Environmental Science Associates (ESA) and Melton Design Group (MDG) The Feather River Conceptual Plan (FRCP; or Plan) was originally envisioned by the Supplemental Benefits Fund (SBF) Steering Committee as a way: to "consolidate" into a single document all the best ideas from existing Oroville plans and includes future river-related projects, that might best improve the quality of life and stimulate economic development in the greater Oroville Region.Many projects might be collaboratively and synergistically implemented in coordination with the Department of Water Resources' (DWR's) implementation of the Federal Energy Regulatory Commission (FERC) license-required measures in and along the river. While that vision remains, the Oroville Dam spillways incident occurred in February 2017 as the FRCP was being developed.The associated response, recovery, and restoration as a result of this incident may bring opportunities to more rapidly advance certain long-known projects and new project ideas that have emerged. Moreover, the need for a roadmap of community-supported projects has never been more pronounced. Because of these changing circumstances, this Plan identifies multiple immediate, high-priority projects that the California Department of Water Resources (DWR) and the community can undertake cooperatively that are anticipated to yield lasting benefits for the local community while DWR and the State Water Contractors (SWC) simultaneously complete necessary facility repairs and improvements. copy of 11°Ihe INain :~.swn be viewed :`wind dowir°flss:`w ded all 11°Ih° s knk �i n�lrus"ii„ 1797 1 I�u���u, w✓w✓v✓.:uli��a:ri„a:rra:r�iillll:.�.,,a:rr I�ila:,�irlrn�� Yl�ila:rw✓��a:r:u"""", 'w yNsn...ne�;Y uauen wow,. /' 04p � +y 2,11l1 . „�!�c; / 0 PO I4 JU/fl�5151�i7f1� J)D, , /�iaal oio��//i„o;' � 0//��� 7, nrswr r�awecr nas�rtnur� I g EACH4 � lu�lvi i ” w s r nencH;t ,�rww �/ ,ry�b(a I r a� /f ''C' i �� wnerrrwo-arae mwea / wP j ii 58 820 BROADWAY ST CHICO CA 95928-530.899.1616 �������� 1930 G ST SACRAMENTO CA 95811 -91 6.754.2153 ��um � MELTONDG.COM MELTON I'„wH S L.OhrVGIRu'>iLdE*,, Big Chico Creek Restoration ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, Chico, California MDG coordinated biotechnical and structural engineer consultant services to Contact: produce Bid Documents for two phases of Streaminders creek restoration. Services include Roger Cole, Technical Project Manager direction for grant and CEQA compliance. (530) 895-0866 Restoration elements include biotechnical Relevant Staff Role and Date of Service: bank stabilization and floodplain Shawn Rohrbacker, Project Manager enhancement. Services Rendered 2007 to 2009 w,✓,i�� � ✓/�u e i ,w�Mkt�"� t i ..d�ii�NW New floodplain after construction. Plant growth after one year. a , ,. I ry ,w ii r, sever Rw �v �� gp Al" Nt". "ul+ ��� 4v� � �, ' u 2,2 " �c� @ � " Y " N e Wbee,w �r r Ir �✓"�� v4, vvs�, �ra"y°i e r r ��e war^��!;x�A�Y�^x.... Mm�v��„ �nY��'�`tlVl�� www h�Gi iu�.✓ �,�:��.,,�,�µ� dM r . h — � � JYIAC3 � �' hmw tw.wrt �xn n IAn RSu,m.Mn MUW#WNM II I�IMW w91dYr MJMn a .,: 59 820 BROADWAY ST CHICO CA 95928—530.899.1616 1930 G ST SACRAMENTO CA 95811 —91 6.754.2153 MELTONDG.COM MELTON p.:wlL"w S L.ONGIRu'>iLdE*,,-. ,,I% City of Petaluma Capri Creek Flood Reduction & Habitat Enhancement ReferenceM// ,,!sA///%%%%//1%/%%/%%J Tim Moresco, Associate Civil Engineer City of Petaluma tmoresco@ ci.petaluma.ca.us TeL(707)778-4355 m Location Petaluma,CA Schedule 2015-2018 Key Team Members • Eve Pier Kieli • Jason White • Stephanie Bishop Major Work Products • Restoration design • Flood reduction The City of Petaluma, with the aid of the State Department of Water Resources • Channel realignment and Sonoma County Water Agency, enhanced 1,400-lineal feet of Capri Creek within the City-owned Sunrise Parkway in Petaluma. The project design was implemented in the summer of 2017 with additional revegetation work in 2018. The project entailed channel realignment, preservation of existing vegetation assemblages, floodplain grading to reduce flood levels, and enhanced riparian corridor connectivity along an urbanized stream. The project amended poor clay soils and planted more than 1,500 native plants and hydroseeded with native grasses and wildflowers. The project included replacement of approximately 1,000 feet of pedestrian pathway and the design and installation of two nature- based educational kiosks for park visitors. ESA led the restoration design, which included a stream corridor grading plan, native revegetation, and construction specifications. ESA also lead the environmental permitting and resource agency outreach and obtained all agency permits for the project including a California Department of Fish and Wildlife Streambed Alteration Agreement, Regional Water Quality Control Board Water Quality Certification, and Department of the Army Nationwide Permit for Aquatic Habitat Restoration Enhancement, and Establishment. ESA also monitored the site during construction and revegetation to ensure the plans and specifications were being implemented appropriately. 60 820 BROADWAY ST CHICO CA 95928—530.899.1616 �������� 1930 G ST SACRAMENTO CA 95811 —91 6.754.2153 G � MELTONDG.COM MELTON IDE S LONGIRu'>I11 dP, California Park Chain of Ponds and Trail System Chico, California CLIENT: California Park Home Owners Association CONTACT: Hignell and Hignell Property Management (530) 894-0404 N %ll �+ SCOPE OF SERVICES: Greg Melton has worked with the California Park HOA for the last 20 years in creating a Master Visioning Plan for an Open Space and Trails System that connects residential properties to neighborhood parks, seasonal creeks and Upper Lake. Lead MDG Project Manager Shawn Rohrbacker has also worked with Greg on the project since the two of them started working together in 1998. In 2012 additional Melton Design Group staff � x � worked to renovate some of the landscape along ' the trails and greenway corridor. y�1 Total project services include: - Greenways Master Plan - Construction Documents for: Community Trail System Neighborhood Parks and Playgrounds Pedestrian Trail Bridges ' Chain of Ponds Water Feature and Lake Aeration / Fountain System Construction Administration N b dJi rY P � J♦rl " If%� F; N � I i I 8 � J rJ � �Ilprl 61 820 BROADWAY ST CHICO CA 95928-530.899.1616 �������� 1930 G ST SACRAMENTO CA 95811 -91 6.754.2153 ��um � MELTONDG.COM MELTON p.:wlL"w S L.ONGIRu'>iLdE*,,- Project Name Bear River Setback Levee and Habitat Restoration Project Project Location Confluence of Bear River (RM 0.5-3.5R) and Feather River(RM 12.5-13.5L) 13 miles south of Marysville, Yuba County, California Client Name Three Rivers Levee Improvement Authority Project Manager: Michael Rogner, River Partners Project Description From 2006 to the present, River Partners designed, constructed, maintained (see RFQ) and monitored the riparian ecosystem restoration components of the Bear River Setback Levee Project as a subcontractor to GEI Consultants and a prime contractor to Three Rivers Levee Improvement Authority (TRLIA). TRLIA modified the levee system in southern Yuba County to address identified deficiencies in the system. Increasing the floodway capacity was achieved through a levee setback on the lower Bear River.The setback levee also provided significant opportunities to enhance the ecological values of the project area through restoration of native habitats. This large project expanded the floodplain of the Bear River by 325 acres by setting back 2.4 miles of the north Bear River Levee and removing 0.8 miles of the eastern Feather River levee; improving surface hydrology and enhancing ecosystem function. By integrating the project's hydraulic design constraints and ecological objectives, River Partners designed and implemented a habitat restoration project that planted more than 120,000 native trees and 250 acres of native grasses while ultimately minimizing long-term O&M of the expanded floodway. Prior to breaking ground, River Partners was contracted by TRLIA to collect and propagate all seed materials needed for the project. During this time, River Partners also designed the irrigation system which included 200 miles of drip tube, all of which was removed and recycled following the three- year plant establishment period. The project was implemented as levee construction was occurring. River Partners coordinated with construction contractors to transplant mature elderberry shrubs without delaying the tight construction windows. Hydraulic and sediment transport analysis of the preliminary project design identified a potential for fish stranding after high flow events.To mitigate this hazard, a 3,000 linear foot floodplain swale was constructed to provide drainage and ample velocity to promote fish escapement. River Partners worked with hydraulic engineers to design and install an herbaceous vegetation community that would preclude woody vegetation establishment and maintain the design flow capacity of the swale. Several archeological sites were identified during project design and construction. River Partners worked with local tribes to restore the areas with minimal ground disturbance.The restored ecosystem now provides habitat for sensitive aquatic species, such as Central Valley Chinook salmon and steelhead.The project also met terrestrial habitat requirements for valley elderberry longhorn beetle (VELB), Swainson's hawk, and many neo-tropical migratory birds including yellow-billed cuckoo and Least Bell's Vireo. By working directly with hydraulic engineers, our team of restoration professionals was able to guide the design of the ecosystem restoration to accomplish multiple objectives under a short timeline.The design was further 62 enhanced by River Partners' knowledge of agricultural techniques for habitat restoration that promoted success while minimizing costs. Now 10 years after planting, this project has exceeded expectations in plant survival, vegetative cover, and response from a diverse list of wildlife species. Delivery Method Progressive Design-Build (PDB) Services Provided Planning, Design, Habitat Restoration, Monitoring, Reporting, Establishment and Maintenance Awards/Client In 2008, the Bear River Setback Levee and Habitat Restoration Project was testimonials, etc. unanimously selected as the California Flood Control Project of the Year by the American Society of Civil Engineers. Project References: Project Name Bear River Setback Levee and Habitat Restoration Project Project Contact's Firm Three Rivers Levee Improvement Authority(TRLIA) Name Mr. Paul Brunner Title Executive Director Phone Number (530) 749-7841 Email Address :�. .!::.!�nir..�".!r! q.:..".!..L ..:.�:: ..:.. .. Relationship to the Project Project owner and land manager J � �U rry'��i�p�.`� au.;�j ���,r ,��„ l °„., + ,✓":. q, iq �i r4. ' / J I m✓ Y f/�YY � �/ 1 l % t, ,�a a• / �,�, fig, r° 0 �J� N."� / � of 63 Project Name Hamilton City Combined Ecosystem Restoration & Flood Damage Reduction Project: Phase 1 Revegetation Project Location Sacramento River(RM 193-198R) 3 miles southeast of Hamilton City, Glenn County, California Client Name -U.S. Army Corps of Engineers, Sacramento District -Reclamation District 2140 Project Manager Mike Cook, River Partners Name Project Description In 2016, River Partners was awarded a contract by the US Army Corps of (see RFQ) Engineers, Sacramento District to participate in a two-phased project that would replace a private levee with a federal set-back levee located near Hamilton City, CA and restore 925 acres of new floodplain created by the levee setback. River Partners completed the restoration installation component of this 925-acre project in Summer 2018.To complete restoration, the site was cleared of old orchard trees, and prepared for planting through the installation of a state-of-the-art irrigation system that optimizes water delivery to each planting location. Multiple habitat types were installed including: shaded riverine aquatic, cottonwood riparian forest, mixed riparian forest, Valley oak riparian forest, Valley oak woodland, Valley oak elderberry savanna, elderberry savanna, Valley needlegrass grassland, and Valley creeping wildrye grassland. River Partners has collaborated with project partners to complete all aspects of this restoration project including: pre-work planning, preparing a Stormwater Pollution Prevention Plan (SWPPP), installing BMPs, native propagule collection, plant propagation, removal of existing orchards,weed control throughout the project site, design and installation of irrigation systems, soil preparation, planting, plant establishment and maintenance, monitoring, and preparation of as-built drawings and reports.To date, River Partners has installed all 194,000 plants required for this restoration and is in the process of completing plant establishment and maintenance requirements, which will continue through December 2020. Delivery Method Firm-Fixed-Price (FFP) Services Provided Habitat Restoration, Monitoring, Reporting, Establishment and Maintenance Awards/Client "/am overjoyed that River Partners received the Restoration Award for the testimonials, etc. Hamilton City Project!River Partners has been a long standing partner for a majority of the time it has taken us to get to this point in the project. RD 2140 is excited for our future to complete the project together." — Lee Ann Grigsby-Puente, President of Reclamation District 2140 Project References: Project Name Hamilton City Combined Ecosystem Restoration & Flood Damage Reduction Project: Phase 1 Revegetation Project Contact's Firm U.S. Army Corps of Engineers Name Mr. Bryon Lake Title Senior Project Manager—Civil Phone Number (916) 557-7890 Email Address b.!,Y.2.!!..:....:..!.. ..I r... ..!.: may.:..!22.!...�I Relationship to the Project Overall Project Manager 64 Project Name Hamilton City Combined Ecosystem Restoration & Flood Damage Reduction Project: Phase 1 Revegetation Project Contact's Firm Larsen Wurzel &Associates, inc. Name Mr. Eric Nagy Title Principal Phone Number (916) 665-8222 Email Address ..!:.a. ... ..L. ..!:: . ..!!. .. ..!:: .�"..L.:.�;o!n Relationship to the Project Consulting Engineer to Reclamation District 2140 rn ® j 1� i 65 Project Name San Joaquin River National Wildlife Refuge Project Location San Joaquin River (RM 77-87L) 18 miles west of Modesto, Stanislaus County, California Client Name U.S. Fish and Wildlife Service Project Manager Julie Rentner, River Partners Name Project Description In 2002, River Partners received funding from the US Fish and Wildlife Service (see RFQ) to restore native riparian vegetation on 511 acres at the San Joaquin River National Wildlife Refuge (SJRNWR). River Partners set up a field office, hired and trained staff, developed a local plant material nursery, and began designing the project. Since then, through collaborative fundraising and planning, the restoration has grown to 2,500 acres of riparian forests and over 600 acres of managed seasonal and permanent floodplain wetlands (the restored area now totals 3,166 acres). Throughout the project, River Partners worked with the California State University Stanislaus' Endangered Species Recovery Program (ESRP)to maximize environmental sensitivity meeting the protection and habitat provision requirements of sensitive terrestrial species known to occur on the SJRNWR including federally threatened riparian brush rabbit (Sylvilagus bachmani riparius) and riparian woodrat (Neotoma fuscipes riparia). Additionally, River Partners worked with avian ecology experts at Point Blue Conservation Science to design for the habitat needs of migratory birds, including special-status species such as Least Bell's Vireo (Vireo bellii pusillus). With the return of flood flows through planned levee breaches as designed by flood safety engineers, anadromous fish will use these fields during spring floods. The USFWS Anadromous Fish Recovery Program (AFRP) provided funding to assist with the determination of the location of the planned levee breaches and how stream flows will move through the Refuge. This is the largest federal Non-Structural Alternative Flood Control project in the western us. Prior to implementation, River Partners' biology staff conducted a comprehensive site assessment to determine the ecological potential of the site for riparian forest restoration. The information was used to design a planting that would be resilient to environmental disturbances, such as flood and fire, while simultaneously providing habitat for wildlife species in the near term and in the long term. The planting design incorporated a diverse assemblage of native riparian species, spatially arranged to maximize the habitat benefit to wildlife. Additionally,various habitat types were included in the plan such as early successional shrub habitats, grass plantings, as well as cottonwood and valley oak riparian forests. These features restore not only the native vegetation to the site, but also mimic the diverse matrix of habitat types that occurred within the historic riparian zone prior to human disturbance. River Partners has perfected the application of precision irrigation and adaptive weed control to create these habitats over vast acreage. Our field staff is expert in the identification of native species as well as low-cost seed 66 collection and processing. We have planted using a variety of methods including pole cuttings, live container plants, broadcast and drill seeding. Weed control through targeted herbicide application, mowing, disking and hand treatments have been used as appropriate during the 3-year establishment period for the different phases of restoration. Environmental sensitivity has been of the utmost importance on this project to protect endangered species while optimizing project delivery. Each phase of this restoration has exceeded performance goals related to plant survival, cover, and species composition and structure. Delivery Method Progressive Design-Build (PDB) Awards/Client "River Partners has been the most productive partner for the USFWS Refuge testimonials, etc. Staff at the San Joaquin River National Wildlife Refuge, delivering the largest contiguous block of riparian habitat restoration in California in a collaborative and ecologically-driven process. They are the Cadillac of habitat restoration." -Kim Forrest, San Luis National Wildlife Refuge Complex Manager Project References: Project Name San Joaquin River National Wildlife Refuge Project Contact's Firm U.S. Fish and Wildlife Service Name Ms. Kim Forrest Title San Luis NWR Complex Manager Phone Number (209) 826-3508 Email Address I<im—forrest@fws.gov Relationship to the Project Project Leader and Land Manager ,,,, i�/OiJ� ��/�IY�� �k"/�i"��''✓rd/sl�I �, �' � r ''? rhe i� �V ii✓///i�- ,,,/G� i rn�firtm � y„r auIDr�� 67 Project Name Upper Otay River Habitat Restoration Project Project Location Otay River(RM16.5-17.5) 10 miles east of Chula Vista, San Diego County, California Client Name -San Diego Public Utilities District -California Natural Resources Agency Project Manager Jorge Robles-Romo, River Partners Name Project Description In 2014, River Partners received funding from two sources: the California (see RFQ) Natural Resources Agency's Environmental Enhancement and Mitigation Program, and the California Department of Water Resources' Urban Streams Program to partner with the San Diego Public Utilities District (SDPUD)to restore habitat function and value to approximately 96 acres of lands surrounding Upper Otay Watershed on the Upper Otay River in San Diego County, east of the City of Chula Vista. Lands are owned by SDPUD. Historically, the area around the reservoir was used for dryland farming barley and cattle grazing. In the 1990's, developers built the East Lake subdivision in Chula Vista which had challenging drainage patterns. The result has been a transformation of the area's small stream hydrology from periodic flows during storm events to perennial urban streams runoff. When combined with the completely unnatural hydrology of reservoir operations,the project site posed many challenges for restoration, including identification of planting palette, adaptation of planting design to changing hydrology, and control of invasive weeds in upland and wetland areas. Through this project, River Partners completed restoration in five contiguous urban stream drainages and the Proctor Valley drainage (an undeveloped watershed) containing nearly 6,900 linear feet of streambed. Previously, most of the habitat in the project area was a mixture of thin, non-contiguous riparian strips heavily affected by invasive species transitioning to upland ecosystems also significantly affected by invasive species.The restored habitat types include Coastal Sage Scrub, Riparian, Oak woodland and Cholla Cactus Scrub. Construction was completed with the utmost environmental sensitivity to control erosion and protect drinking water in the reservoir. River Partners removed invasive species at the site and established a healthy riparian and upland ecosystem capable of sustaining itself over time and supporting a wide variety of neo-tropical birds, as well as several threatened and endangered species (including the cactus wren, Quino Checkerspot Butterfly, Least Bell's Vireo, California gnatcatcher, and arroyo toad). The project is designed to reduce erosion in the urban streams and provide source water protection for San Diego's drinking water supply. The Upper Otay Lake Reservoir is located on the eastern edge of the project and is an important source of drinking water for the local community. Erosion control materials were used to reduce undesirable stormwater drainage into the project site and the reservoir. The project was implemented over a four-year period starting in mid-2014. River Partners was responsible for developing the restoration plan, managing field operations, project monitoring and reporting.The native trees, 68 understory and grasses that are established by this project are adapted to the local ecosystem and will not require significant maintenance after project completion.The restored native vegetation will be competitive against invasive species. Delivery Method Progressive Design Build (PDB) Services Provided Planning, Design, Habitat Restoration, Monitoring, Reporting, Establishment and Maintenance Awards/Client "This project presents a unique opportunity to enhance riparian habitat, which testimonials, etc. has been negatively influenced by a combination of wildfires, urban run-off, erosion, and the introduction of invasive species. 1 believe that our rivers and streams provide value to our community and as a healthy riparian ecosystem, this waterway will become more accessible to underserved constituents in my district." —Congressman Juan Vargas, California District 51 Project References: Project Name Upper Otay River Habitat Restoration Project Project Contact's Firm CA Department of Water Resources Name Heather Benko Title Senior Environmental Scientist Phone Number (916) 651-0183 Email Address Heather.Ben ko2water.ca.gov Relationship to the Project Funding Agency (partial funding) A M Illi � Ip nll I' l I DP is s� 69 IID.1 R IIS IIF IIS R IIS I,4 C IIS The following are select references for projects of a similar scope of work as proposed in the City of Ukiah, Riverside Park Regeneration Project. Please see the Related Project Experience section of this RFP for additional references. Reference: City of Oroville, Supplemental Benefit Fund (SBF) P.O. Box 3420, Chico CA 95927 Dave Steindorf, SBF Advisor/American Whitewater Conservation (530) 518-2729 Projects: Feather River Conceptual Plan, Oroville Waterfront Feasibility Study MDG Joint Ventured with ESA to Co-Produce the Riverfront Concept Plan. The focus of the project was to identify key projects and designs along the river to connect the downtown of Oroville with the Feather River. Reference: Feather River Park & Rec. District 1875 Feather River Blvd, Oroville CA 95965 Randy Murphy, General Manager Office: (530) 533-2011 r:p"I�u~1'y@h 1llA21111 Projects: Feather River Recreation and Park District Consolidated Master Plan Riverbend Regional Park—"Catch the Dream" FRRPD Master Plan Update Reference: City of Clearlake 14050 Olympic Drive, Clearlake CA 95422 Doug Herron, Director of Public Works /Greg Folsom, City Manager (707) 994-8201 x102 a1'Il� uu1�, IluuIl ;u,P< u. ,,} Projects: Austin Park, Highland Park,On-Call Grant Writing Services Successful HCP 2018 Grant for Austin Park! In progress on full construction drawings for Highland Park, working with Civil road projects and City Staff to completely renovate this waterfront park. This will be one of only a few locations where the public can get to the water, fish, swim, get married or listen to concert. Reference: City of Chico — Community Development Department P.O. Box 3420, Chico CA 95927 Brendon Vieg, Deputy Director (530) 879-6806 .!L.. ..u...a'. .!::.w. 1... .. .. ,' .IL..L . .w. .:u.w.#.. . Projects: Bidwell Park— Restoration,City Plaza — Lead design through construction, Chico Skate Park Design Guidelines Reference: Chico Area Recreation District, Chico CA 545 Vallombrosa Ave.,Chico CA 95928 Ann Willman, General Manager— Parks and Recreation Master Plan Update (530) 895-4711 gnr;,r„v✓a�h;..o.,ll:. 'c,collln Projects: On Call Services, DeGarmo Park, Wildwood Park, CARD Rose Garden and Event Facility, Valley's Edge Community Park Reference: City of Ukiah 300 Seminary Avenue, Ukiah CA 95482 Tami Bartolomei, Community Services Administrator (707) 467-5765 Projects: Vinewood Park Improvements—MDG is currently working with the city conceptualizing and providing construction drawings for the renovation of this park. 820 BROADWAY ST CHICO CA 95928-530.899.1616 70 �������� 1 930 G ST SACRAMENTO CA 9581 1 -91 6.754.2153 Daum � MELTONDG.COM MELTON 3E S II4!6N GIR0I11 dP, IIS. IIF IIS IIS IIP R 0 IIP 0 SA I See attached separate sealed envelope. F. S C[-11�IE D U I IE T""cask 1 .— Project Initiation and Site Analysis December 2018 1.1 Kick off Meeting Early January 2019 1.2 Topographic Survey Adequacy Review depending on time it 1.3 Base Map takes City to complete 1.4 Site Analysis contract. 1.5 Utility Notifications and Applications T""cask 2 .— ID sign Development and Finall Master IPllan January to March 2019 2.1 Basis of Design Plan 2.2 Preliminary Master Plan 2.3 Preliminary Cost Estimate 2.4 Stakeholder Meeting #1 2.5 Master Plan Refinement April to 2.6 Stakeholder Meeting #2 September 2019 2.7 Final Master Plan and Council Approval Pending extent of T""cask 3 .— Construction IDocunnents permits required. 401, 404 and 1600 3.1 Construction Drawings and Specifications permits could take 6 3.2 Permit Applications to 8 months, possibly 3.3 Cost Estimates longer if agencies are 3.4 Contract Documents busy. 3.5 Submittal Process and Final Construction Documents T"cask 4 .— Bid Administration Fall to Winter 2019 Depending on the 4.1 Respond to Bidder questions permits required and 4.2 Pre-Bid Meeting timeline for agency 4.3 Addenda review. 4.4 Bid Review and Evaluation T"cask 5 .— Construction Administration Spring 2020 4 months to build. Additional Service not included in proposal. Services are available upon request. Construction is estimated to take 4 months to complete 820 BROADWAY ST CHICO CA 95928-530.899.1616 71 �1111111111"If, I1930 G ST SACRAMENTO CA 95811 -916.754.2153MD MELTONDG.COM MELTON 3E S I ONGIR011 dP, G. IIEXCEIPP K. III' ',4S Melton Design Group, Inc. has no exceptions to the City's insurance requirements and/or the City's draft professional services agreement as show in the attachments. 820 BROADWAY ST CHICO CA 95928-530.899.1616 72 1930 G ST SACRAMENTO CA 95811 -91 6.754.21 53 ,IJAN/l/ JMD -F MELTONDG.COM MELTON 3E S I ONGIR011 dP,- M ti iprannwmr�nrnm� arG1%i 00 / a�a PURCHASINGA N 411 West Clay Street,Ukiah (7 7)463-6233 1 mhorger@cityofukiah.com RFP—LANDSCAPE ARCHITECT SERVICES—RIVERSIDE PARK REGENERATION PROJECT Addendum No. 1 November 15, 2018 The following is Addendum No. I to the Request for Proposal—Landscape Architect Services—Riverside Park Regeneration Project. IF YOU SUBMIT A PROPOSAL,ACKNOWLEDGMENT OF THISI . IN ADDITION, THIS SIGNEDI IT L, OR IT MAY BE DEEMED AS NON-RESPONSIVE. This Addendum is hereby made part of the Contract Documents to the same extent as though it were originally included therein. I. The following are questions asked,and their corresponding responses: What is the budget allocation for design and permits?Is there a project budget developed with top level cost identified such as administration;background studies;design;C ;permits;construction? : The project budget for technical consultants,planning,design and permitting is$178,000. : Has there been any hydrologic/hydraulic modeling performed to establish the feasibility of the wetland/aquatic features?If so,is the report available?If not will the consultant perform this as part of the baseline studies? There has not been a hydrologic/hydraulic modeling performed. This should be included in your proposal. Is there a site survey with topography that was prepared by and engineering/survey firm? There was a site survey performed,and topographical information available,from a previous project performed at the site. Please find attached plan sheets DM2.01, LC2. 1, LC . 2, LC3. 3, LC . , L4. 1,and LC . . Confirm that the consultant will prepare permit applications.Will the consultant also prepare other wetland delineation;biological resource assessment;other biological surveys as needed. Consultant will be asked to prepare and submit all permit applications as needed. Any permit application fees will be paid directly by the City. Has CEQA been performed for the project?Will the consultant provide this service? : The site received a categorical exemption,Section 15333,Class D,Small Habitat Restoration Project,recorded in 2016. Page 1 of 3 ti Q6: Has there been a Phase 1 evaluation on the site to identify potential health hazards? A6: There was a Phase 1 evaluation conducted in 1999. It concluded that because of the property's former uses as a wastewater treatment plant,trap shooting facility and pistol range,as well as unofficial land fill activities,it is suggested to limit testing unless regulatory agencies require more definitive information prior to on-site construction activities. Q7: Have soils been tested for contaminates?Are there concerns that the soil might be contaminated?Does the City have experience with the requirements for soil testing,soil remediation,and the costs of this if there were to be contaminates? A7: See answer to Q6. Q8: Is there a preference for a local consultant? A& No,there is not a local preference established for professional services. Selection will be based on the criteria set forth in the RFP document. Q9: Will relocation of the City's storm drain outfall require licensed civil engineer? A9: If it is a structural storm drain owned by the City,the City Public Works staff will take care of civil engineer work requirements separately. Q10: Where any geotechnical studies performed?Does the City anticipate requiring geotechnical engineer? A10: See answer to Q6. Qll: Has anyone tested the soils to determine what is needed to restore soils?Has the soil restoration program been developed yet? All: See answer to Q6. Q12: Are there any know historic resources?Do we have to need to prepare a cultural resources report? Al2: No,there aren't any known historic resources. IL The following are clarifications: 1. The California Corps as well as the Native Plant Society will be required to be utilized to do some planting and removal of exotic species. 2. The project side is not a designated wetland. Ill. The following are specific changes to the RFP: 1. Section 3.0 Scope of Work,7"bullet point is modified as follows:"EmakK-4e4he4Rcefpefafi&R-Gf .he neafby4kee����la( . Utilize the nearby installed Recycled Water System for irrigation purposes." 2. Section 3.0 Scope of Work,add the following 81h bullet point: "Animal access to pond will be a design consideration,as well as prevention of any human swimming activities." 3. Section 3.0 Scope of Work,add the following 911 bullet point: "Develop a Stormwater Pollution Prevention Plan.(S PPP)"and submit to the State Water Resources Control Board through the SMARTs system. 4. Section 3.0 Scope of Work,add the following 101h bullet point: "Perform a hydraulic analysis of the river reach to model current and post restoration flooding of the park,and properties upstream,downstream, and across the river from the site." Page 2 of 3 ti 5. Section 3.0 Scope of or , Item B.4.is modified as follows:"Include mechanical,electrical,structural and building code requirements(including seismic and safety codes)if applicable." 6. Section 3.0 Scope of Work, Item B.4.is modified to include the following:"Plan for and participate in up to two(2)2-hour stakeholder evening meetings." 7. Section 3.0 Scope of Work, Item D is modified to include the following: The consultant will also apply for on the City's behalf,and the City will pay the fees directly,the following permits: Water Board 401,Army Corps 404,and the Department of Fish&Wildlife 1600. 8. Section 6.0 Contact Person,the following sentence has been added: "rhe City reserves the right to not respond to inquiries or questions submitted within 3 business days of the proposal due date." 9. Section 8.0 Insurance Requirements: The attachment was incorrectly referenced,and not included with the original RFP release. The insurance requirements are now included as Attachment 6. 10. Additional Attachment 7—"Urban Rivers Evaluation Criteria"has been included for additional information. All of terms and conditions remain in full force and effect. Mary V. Horger 4F Procurement M nag r ACKNOWLEDGMENT I hereby acknowledge that I have received this Addendum No. I and have reviewed and considered it before submitting my proposal. el"3 Signed: Date: November 27, 2018 Company Name: Melton Design Group, Inc. Page 3 of 3 Attachment 3 ro C A L I F O R N I A EDMUND GS.BROWNJR.,Governor m JOHN IR ®5ecretaryfor Natural Resources AGENCof January 26, 2018 Sage Sangiacomo,City Manager City of Ukiah 1281 E.Gobbi Street Ukiah,CA 95482 CALIFORNIA URBAN RIVERS GRANT PROGRAM—RIVERSIDE FLOODPLAIN REGENERATION PROJECT Dear Refs.Sangiacomo Congratulations on receiving California Urban Rivers Grant funding. Enclosed are four( )copies of Grant Agreement number 0048-0 in an amount not to exceed$1,113,700 for the Riverside Floodplain Regeneration Project, Please sign and date all four copies of the Grant Agreement(Agreement)cover sheet, and return the Agreements to the Natural Resources Agency as soon as possible for further processing. We also request that you complete and return the enclosed Payee Data Form with the signed Agreements. As soon as the Agreement is fully executed and the funds are encumbered, we will forward a copy of the Agreement for your records. Please refer to tta//resources.ca. ov� rantslrolect-arninistratipn®forms/for forms and reference documents associated with this grant.The Payment Package Instructions/Checklist outlines the forms and back up documentation needed to request payment from Agency.The MOUGA, along with the legal description of the real property, must be completed and recorded with the County Recorder prior to the release of final funds. Should you have any questions, please do not hesitate to contact Brad Juarros at(916)651-7584 or via email brad.ivarros resources,ca°gov. Sincerely, J e Alvis Deputy Assistant Secretary Bonds and Grants Enclosures 1476 Ninth Street,Suite 1311,Sacramento,CA 95314 Ph. 916.653.56.56 Fox 916.653.3102 httpellresources.cca.gov Baldwin Hills Conservancy•California al Commission°Calif °a Coastal Conservancy a Cal° Con B CaNibmiarahoeCormtrvancy CaachellaValleyM tainsCarservency^Colorado River BoardofCallibmia^DdtoProrectionCommission•DelfaStewardship entof tingaWate ntafeonservation Departmental Paeme•DepartmentafFarestry&Rre rection a Department Wants&Recreation-Dem ntof ngardRec nrces gyR Conservation&Devd entC scion-Native American °fie Cammission^Socramento-San uin a ney•SanDiagaRivercmuervancy San Fnaaaeisea Say Conserdation&DevelppmerdCommkdon•San Gabdei&LLosAVeAmRivtn&mountaFasconsffwney-S mJoaeguin Ca Santa Monica Mountains conservancy•Sierra Nevada Cons ^St Lards Commission°Wi7diffieConservation Board State of California Natural Resources Agency--GRANT AGREEMENT GRANTEE NAME: City of Ukiah PROJECT TITLE: Riverside Floodplain Regeneration Project AUTHORITY: The Water Quality,Supply,and Infrastructure Improvement Act of 2014(Prop 1) PROGRAM: California Urban Rivers Grant Program AGREEMENT NUMBER.' UR0408-0 TERM OF LAND TENURE: 25 Years from date of project completion as evidenced by Project Certification Form PROJECT PERFORMANCE PERIOD IS: 01(01/2018 to 12/31/2021 Under the terms and conditions of this agreement,the applicant agrees to complete the project as described in the project scope described in Exhibit A,and any subsequent amendments,and the State of California,acting through the Natural Resources Agency pursuant to The Water Quality,Supply,and Infrastructure Improvement Act of 2014,agrees to fund the project up to the total state grant amount indicated. PROJECT DESCRIPTIO: See project description on page I and Exhibit A of the Agreement Total State Grant not to exceed $1,113,700.00 (or project costs,whichever is less) The Special and General Provisions attached are made a part of and incorporated into the Agreement. CITY OF UKIAH STATE OF CALIFORNIA NATURAL RESOURCES AGENCY By— Sage --gy Sage Sangiacomo Julie Alvis Title SjtC7eputy Assistant Secretary y Manager ....... ...................... Date I Date ............... CERTIFICATION OF FUNDING AMOUNT OF ESTIMATE ................ FUNDING AGREEMENT NUMBER FUND .......................................................... $1,113,700.00 UR0408-0 6083-The Water Quality,Supply,and Infrastructure Improvement Act of 2014(Prop 1 ADJ. NCEAG .............. IRSIN ENCUMBRANCE APPROPRIATION 0540-6083-003-2017-101 PROGRAM 10 ADJ.DECREASING .............................................. ENCUMBRANCE FUNCTION S Local Assistance .............................. UNENCUMBERED BALANCE LINE ITEM ALLOTMENT CHAPTER STATUTE FISCAL YEAR .............................. $ 0540-6083-003-2017-101 14 2017 17118 ............. .............. 1-2.k NO. B.R.NO. INDEX OBJ.EXPEND PCA PROJECT NUMBER ....................... 0540 751 31004 UR0408 .........................................1. I hereby certify upon my personal knowledge that budgeted funds are available for this encumbrance SIGNATURE OF ACCOUNTING OFFICER oo r^ ADnmementNo. UR0408-0 GRANT AGREEMENT State of Ca|ifornio-TheMsturo| Reuouroes Agency Grantee Name: City ofUkiah Project Title: Riverside Floodplain Regeneration Project Agreement Number: UR0408~8 Authority: Water Quality, Supply, and Infrastructure Improvement Act of2014 (Proposition 1) Program: California Urban Rivers Grant Program | ����J��T�E���R|PT/CDN / The Riverside Floodplain Regeneration Project will maobzna a mu|d'benefDAoodplain. The project includes grading out a large remnant pit and berm areas to cnaaha awide. multi-level system of wet meadows,floodplain wetlands, and spring pools, The project will repair existing trails impacted bythe grading, and clear debris and berme that currently reduce sight lines in the park and impede complete public access hmthe park. These improvements will allow the public better usage of the park trails along with planned bird walks and nature education. Adetsded Project Scope and ootiv|Uem. project schedule and Project Budget are described and attached hereto aaExhibit A. Grant Funds are to be used in accordance with the provisions contained in the California Urban Rivera Grant Program and this Agreement. TERMS AND CONDITIONS OF GRANT Special Provisions 1� Recipients of Grant Funds shall post signs acknowledging the source of the funds pursuant to the California Urban Rivera Grant Program Grant Guidelines and Application (Application Guidelines). Size. location and number ofsigns shall be determined by the Sheie. Required signage must be in place before Grant Funds for construction will be released, 2. Upon completion of detailed Project dee|gn, plans and specifications, Grantee shall provide to the State for review and approval a revised detailed Project Budget, Project Scope and detailed site plan, |fProject includes habitat restoration or landscaping, Grantee shall provide a planting palette demonstrating how native, |ow*va\er, drough t-rao|mhantvegetation will be used in the Project.Approval of said plans is a condition precedent to the State's obligation to make any construction funding available pursuant to this Agreement, The approval by the State of such plans and specifiomhmns, or any other approvals provided for in this Agreement, shall befor scope of work as described in Exhibit A and shall not relieve Grantee of the obligation toconstruct and maintain the facilities, orcarry out any other obligations required by this Agreement, in accordance with o0pUoab|a |evv or any other standards ordinarily applied iosuch work oractivity, Page co r^ � AgreementNo. UR0408-0 1 The Grantee may berequired to record Deed Restrictions, incorporating byreference dhia Grant Agreement and giving public notice that the Grantee received Funds under this Agreement in order to assist Grantee in developing the real property and that, in consideration for the receipt ofthe Grant Funda, the Grantee has agreed to the honmo of this Agreement. 4. Grantee has agreed to use labor provided in part byeither the California Conservation Corps (CCC) and/or the California Association of Local Conservation Corps (CALCC). If use of these services is deemed no longer feasible or practical by mutual consent between the corps and grantee, anew corps consultation form shall beprovided bothe State releasing the Grantee ofits obligation. Further, aaconditions precedent bothe State's obligation torelease final payment pursuant to this AgraemenL. Grantee shall provide to the State evidence ofservices performed by the applicable corps. | | | General Provisions | A. Definitions 1. The term "Act"means Proposition 1:Water Quality, Supply, and Infrastructure Improvement Act of2D14. 2� The term"Agreement"means this Grant Agreement. 3. The term "Application" means the individual application form, its required attachments for grants pursuant to the enabling legislation and/or program and any applicable materials supplied byapplicant tothe Natural Resources Agency prior toaward. 4� The term "Application Guidelines" means the California Urban Rivers Grant Program Grant Guidelines and Application. G. The term "Development" means improvement, rehmbi|itet(on, rmahoneUon, enhancement, preservation, protection and interpretation mrother similar activities. & The term "Fair Market Value"means the value placed upon the property as supported by an appraisal that has been reviewed and approved by the California Department ofGeneral Services(DGS). 7. The term"Grant"or"Grant Funds" means the money provided by the State to the Grantee in this Agreement. & The term "Gnankse'means anapplicant who has msigned agreement for Grant Funds. Q. The term "Interpretation" means visitor-serving amenities that communicate the significance and value of natural, historical and cultural resources in a manner that increases the understanding and enjoyment of these resources,or other similar activities. 10. The term"Other Sources ofFunds"means cash mrin-kind contributions that are required or used to complete the Urban Rivers project beyond the Grant Funds provided by this Agreement. 11. The term"Payment Request Form"means Form R/C212. Page C) 00 Agreement No. UR0408-0 12, The term "Project"means the Development activity described in the application as modified by Exhibit A to be accomplished with Grant Funds, 13. The term "Project Budget"means the State approved cost estimate included as Exhibit A to this Agreement. 14, The terrn 'Project Scope" means the description or activity for work to be accomplished by the Urban Rivers Project. 15. The term "Public Agency" means any State of California department or agency, a county, city,public district or public agency formed under California law. 16. The term "State" means the Secretary for Natural Resources or his/her representatives, or other political subdivision of the State, B. Project Execution 1. Subject to the ajailability of funds in the Act,the State hereby grants to the Grailtee a sum of money (Grant Funds) not to exceed the amount stated on the signature page in consideration of and on condition that the sum be expended in carrying out the purposes as set forth in the description of Project in this Agreement and its attachments and under the Terms and Conditions set forth in this Agreement. 2, Grantee shall furnish any and all additional funds that may be necessary to complete the Project. 1 Grantee shall complete the Project in accordance with the Project Performance Period set forth on the signature page, unless an extension has been formally granted by the State and under the Terms and Conditions of this Agreement. Extensions may be requested in advance and will be considered by State, at its sole discretion, in the event of circumstances beyond the control of the Grantee, but in no event beyond May 1,2022. 4. Grantee shall at all times ensure that Project complies with the California Environmental �sudhty Act (CEQA) (Public Resources Code, Division 13, commencing with section 21000, et. seq., Cal Code Regs tit. 14, section 15000 et. seq.) and all other environmental laws, including but not limited to obtaining all necessary permits. Grant Funds will not be disbursed before the close of the period for legal challenge under CEO& Grant Funds for planning and document preparation may be available sooner if included in the grant Project Scope (Exhibit A) and approved by,the State. CEQA compliance shall be completed within one (1) year from the Grant Agreement start date, unless an extension is granted by the State. Changes to the scope resulting from CEQA compliance are permitted provided the State determines that the project continues to meet 211 objectives of the Urban Rivers Grant Program and is consistent with the intent cited in the original Application. If a grantee's project is disapproved on grounds related to the Resource Agency®s CEQA determination, the grantee shall have the option of either: (1) reimbursing the Resource Agency for all State-reimbursed preliminary costs (e.g., planning, design, etc.), or (2) relinquishing any planning/design documents, including all copies, reproductions, and variations resulting from said funding, without a license to use or otherwise retain in any form. Page 3 T_ oo Agreement No. UR0408-0 5. Projects must comply with any applicable laws pertaining to prevailing wage and labor compliance. 6. Grantee certifies that the Project does and will continue to comply with all current laws and regulations which apply to the Pnojeot, ino|uding, but not limited to, legal requirements for construction oontracts, building codes, environmental laws, health and safety codes, and disabled mooeee laws. Grantee certifies that, prior to commencement ofconstruction, all applicable permits and licenses(e.g..state contractor's license)will have been obtained. 7. Grantee shall provide access bythe State upon 24hours notice to determine ifProject work is in accordance with the approved Project Scope, including afina\ inspection upon Project completion. 8. Prior to the commencement of any work, Grantee agrees to submit in writing to the State for prior approval any deviation from the original Project Scope per Exhibit A and the Application. Changes inProject Scope must continue tomeet the need cited inthe original | app|ioehonorthey will not bauppnovad� Any mod�ooU ,o�oralteration inthe Pr/�eotamset | �~ forth inthe Application onfile with the State must bmsubmitted hothe State for approval. Any modification or alteration in the Project must also comply with all current laws and regulations, including but not limited to CEQA. Q. Grantee must have (1) fee UUe. (2) leasehold, or (3) other interest to Project lands and demonstrate to the satisfaction of the State that the proposed Project will pnmk1m public benefits that are commensurate with the type and duration of the interest in |and. Any acquisition of Project lands by Grantee following award shall not involve eminent domain proceedings orthreat ofeminent domain proceedings. 10. Grantee shall promptly provide photographs of the site during and after implementation of Project a(the request ofthe State. C. Project Costs 1. Any Grant Funds provided to Grantee under this Agreement will be disbursed for eligible moats, an a reimbursement basis, as follows, but shall not exceed in any event the amount set forth mnthe signature page ofthis Agreement: a. Approved direct management costs or construction and Development costs. Up to ten percent (1096) of the reimbursement amount will be held bank and issued as a final payment upon completion ofthe Project. b. Remaining Grant Funds shall be paid up to the total amount ofthe Grant Funds or the actual Project cost, whichever is less, upon completion of the Project, receipt of a detailed summary of Project costs from the Grantee found to be satisfactory by the State, and the satisfactory completion ofasite inspection bythe State. 2. Payment Documentation: a. All payment requests must besubmitted using oommp|ehad Payment Request Form. This fgnn must be accompanied by an itemized list ofall expenditures that o|*ody documents the check numbers, du\ao, recipients, line-item description as described in the Project Budget approved by the State and amounts. Each payment request must also include proof of payment such as receipts, paid invoices, canceled checks or other forms mfdocumentation demonstrating payment has been made. , b. Any payment request that is submitted without the mquired itemization and documentation will not be authorized. If the payment request package is incomplete, Page N 00 Agreement No. UR0408-0 inadequate or inaccurate, the State will inform the Grantee and hold the payment request until all required information is received or corrected. Any penalties imposed on the Grantee by a contractor, or other consequence, because of delays in payment will be paid by the Grantee and is not reimbursable Linder this Agreement. 3. Grant Funds in this award have a limited period in which they must be expended. Grantee expenditures funded by the State must occur within the time frame of the Project Performance Period as indicated in this Agreement. 4. Except as otherWse provided herein, the Grantee shall expend Grant Funds in the manner described in the Exhibit A approved by the State. The total dollars of a category in the Project Budget r-nay be Increased by up to ten percent(10%)through 2 reallocation of funds from another category,without approval by the State. However, the Grantee shall notify the State in writing when any such reallocation is made, and shall identify both the item(s) being increased and those being decreased. Any cumulative increase or decrease of more than ten percent(10%)from the original budget in the amount of a category must be approved by the State. In any event, the total amount of the Gr nt Funds may not be increased, nor may any adjustments exceed the limits for manage Int costs as described in the Application Guidelines. D. Project Administration 1. Grantee shall promptly submit written Project reports and/or photographs upon request by the State. In any event Grantee shall provide the State a report showing total final Project expenditures with the final payment request and required closing documents. 2. Grantee shall make property and facilities acquired or developed pursuant to this Agreement available for inspection upon request by the State. 3. Grantee shall use any income earned by the Grantee from use of the Project to further Project purposes,or, If approved by the State,for related purposes within the jurisdiction, 4. Grantee shall submit all documentation for Project completion, including a notice of completion as applicable and final reimbursement within ninety (90) days of Project completion, but in no event any later than May 1,2022. 5. Final payment is contingent upon State verification that Project is consistent with Project Scope as described in Exhibit A, together with any State approved amendments. & This Agreement may be amended by mutual agreement in writing between Grantee and State. Any request by the Grantee for amendments must be in writing stating the amendment request and reason for the request. The Grantee shall make requests in a timely manner and in no event less than sixty (60) days before the effective date of the proposed amendment 7. Grantee must report to the State all sources of other funds for the Project. E. Project Termination 1. Prior to the completion of Project construction, either party may terminate this Agreement by providing the other party with thirty (30) days' written notice of such termination. The State may also terminate this Grant Agreement for any reason at any time if it learns of or otherwise discovers that there is a violation of any state or federal law or, policy by Grantee which affects performance of this or any other grant agreement or contract entered into with the State. Page 5 rn oo Agreement No. UR0408-0 2� If the State terminates without cause the Agreement prior to the end of the Project Performance Period, the Grantee shall take all reasonable measures to prevent further costs to the State under this Agreement. The State shall be responsible for any reasonable and non-cancelable obligations incurred by the Grantee in the performance of the Agreement prior to the date of the notice to ierminmte, but only up to the undisburamd balance 0ffunding authorized inthis Agreement. 3. If the Grantee fails to complete the Project in accordance with this Agreement' or fails to fulfill any other obligations of this Agreement prior to the termination date, the Grantee shall beliable for immediate repayment to the State mfall amounts disbursed bythe State under this Agreement, plus accrued interest and any further costs related to the Project. The State may, at its om\e discretion, consider extenuating circumstances and not require repayment for work partially completed provided that the State determines it is in the State's best interest todoso, This paragraph shall not bedeemed\olimit any other remedies available tothe State for breach ofthis Agreement. 4. Failure by the Grantee t momwith�h the terms of this Agreement or any other Agreement under the Act /uybe cause for suspension of all obligations of the State/ hereunder. G. Failure of the Grantee to comply with the terms of this Agreement shall not be cause for suspending all obUAuUmoe of the State hereunder if. in the judgment ofthe Stote, such failure was due to no fault of the Grantee. At the discretion of the State, any amount required to aaU|e at minimum cost any irrevocable obligations properly incurred shall be eligible for reimbursement under this Agreement. B. Because the benefit to be derived by the State, from the full compliance by the Grantee with the terms of this Agreement, is the acquisition of land for urban rivers or the reoLmroUmn, protection and development of urban rivers for the people of the Stade of California, and because such benefit exceeds to an immeasurable and unascertainable extent the amount of money furnished by the State by way of Grant Funds under the provisions o[this Agreement, the Grantee agrees that payment by the Grantee iothe State of an amount equal to the amount of the Grant Funds disbursed under this Agreement by the State would beinadequate compensation hothe State for any breach bythe Grantee of this Agreement, The Grantee further agrees therefmre, that the appropriate remedy in the event ofobreach bythe Grantee ofthis Agreement shall bethe specific performance ofthis Agreement, unless otherwise agreed tobythe State. F. Hold Harmless i. Grantee shall waive all claims and recourses against the Sta\e, including the right to contribution for loss ordamage!opersons orproperty arising from, growing out mforinany way connected with or incident to this Agreement, except claims arising from the gross negligence ofState, its officers,agents and employees. 2. Grantee shall indemnify, hold harmless and defend State, its officers, agents and employees in perpetuity against any and all claims, demands, damages, onats, expenses or liability costs arising out of the P/cjeoi. including Deve|opmeni, omnmtruoUon, operation or maintenance of the property described in the Project description which o\eimo, demands or causes of action arise under Government Code Section 895.2 or otherwise,including but not limited to items to which the Grantee has certified, except for liability arising out of the gross negligence of State, its offimans, agents or employees. Grantee acknowledges that it in solely responsible for compliance with items iowhich|thas certified. 3. Grantee and State agree that in the event of judgment entered against the State and Grantee because of the gross negligence of the State and Grantee, their officers, agents or Page 't oo Agreement No. UR0408-0 employees, an apportionment of liability to pay such judgment shall be made by court of competent jurisdiction. Neither party shall request ajuryapportionment. G. Financial Records 1� Grantee oho|| maintain satisfactory financial accounts, documents and records for the Project and to make them available to the State for auditing mtreasonable times, Grantee shall also retain such financial accounts, documents and records for three (3) years after final payment and one(1)year following an audit, 2. Grantee agrees that during regular office hours, the State and its duly authorized representatives shall have the right to inspect and make copies ofany books, records or reports cfthe Grantee pertaining tothis Agreement ormatters related thereto. Grantee shall maintain and make available for inspection by the State accurate records of all of its costs, disbursements and receipts with respect to its activities under this Agreement. 3. Grantee shall use app|icab|e Qenere||yAccepted Accounting Phn�p|ea, unless othemvioe agreed hobythe State� | H. Use mfFacilities i The nao| property (including any portion of it or any interest in it) may not be sold or transferred without the written approval of the State of California, acting through the Natural Resources Agency, orits successor, provided that such approval shall not be unreasonably withheld as long as the purposes for which the Grant was awarded are maintained. 2. Grantee ohc8| maintain, operate and use the Project in fulfillment ofthe purpose funded pursuant to this Grant for o minimum of TWENTY FIVE (25) fEARS, consistent with the Land Tenure/Site Control requirements included in the Application Guidelines. The Grantee, orthe Grantee's successor ininterest inthe property, may assign without novation the responsibility to maintain and operate the property in accordance with th|m requirement only with the written approval ofthe State. Grantee may beexcused from its obligations for operation and maintenance of the Project site only upon the written approval of the State for good cause. "Gond cause" ino1udea, but is not limited to, natural disasters that destroy the Project improvements and render the Project obsolete or impracticable to rebuild, 1 Grantee shall use the property for the purposes for which the Grant was made and shall make umother use orsale orother disposition o/the property. This Agreement shall not prevent the transfer of the property from the Grantee to a Public Agency, if the successor Public Agency assumes the obligations imposed bythis Agreement, 4, If the use of the property is changed to a use that is not permitted by the Agreement, or if the property is sold or otherwise disposed of, at the State's mm|e diacreUon, an amount equal to (1) the amount of the Grant(2)the Fair Market Value of the real property, or(3) the proceeds from the sale orother disposition, whichever is grmetar, may be reimbursed to the State, If the property sold or otherwise disposed of is less than the entire interest in the property funded in the Grant, an amount equal to either the proceeds from the sale or other disposition of the interest or the Fair Market Value of the interest sold or other-wise disposed of, whichever is greater, shall be reimbursed to the State. 5. The Grantee shall not use or allow the use of any portion of the real property for mitigation without the written permission ufthe State. O. The Grantee shall not use or allow the use of any portion of the real property as security for any debt. LO oo Agreement No. UR0408-0 L Nondiscrimination 1. During the performance of this grant, grantee and its subcontractors shall not unlawfully dimmdm|naNe, harass or a||mv harassment, against any person because of sex, sexual ohenbatimn, moe, udor, religious creed, marital status, denial of family and medical mane leave, anceatry, national origin, medical condition (cenoer/geneUroharaoter|sticm). age (40 and above), disability (mental and physical) including HIV and AIDS, denial of pregnancy disability leave orreasonable accommodation. Grantee and subcontractors shall ensure that the evaluation and treatment of all persons, and particularly their employees and applicants for employment are free from such discrimination and harassment. Grantee and its subcontractors shall comply with the provisions of the Fair Employment and Housing Act (Gov. Code. §12900atoeq.) and the applicable regulations promulgated thereunder (Ca|. Code F{ego. tit. 2. §7285.Detmeq.). The applicable regulations ofthe Fair Employment and Housing Commission implementing Government Code,§12990(a)—(f), are incorporated into this grant by reference and made a part hereof as if set forth in full (Cal. Code Regs, tit. 2, §�285.QeLseqlC�nanteeshall include this non-disohminat\on�nucompDancepnmimionaof �K|adouoe\naKsuboon\recietope�omnwmrkunderthegnanL | 2. The Grantee shall not discriminate against any person on the basis of residence except to the extent that reasonable difference in admission or other fees may be maintained on the basis u[residence and pursuant tolaw. 3. The completed Project and all related facilities shall be open to members of the public genere||y, except as noted under the special provisions of this Agreement or under provisions ufthe Act. J. Application Incorporation The Grant Guidelines and the Application and any subsequent changes or additions to the Application approved in writing by the State are hereby incorporated by reference into this Agreement an though set forth in full in this Agreement. K. Severability If any provision of this Agreement or the application thereof is held invalid, that invalidity shall not affect other provisions or applications of this Agreement which can be given effect without the invalid provision or application, and to this end the provisions of this Agreement are severable, L Waiver Noterm orprovision hereof uj|| beconsidered waived byeither party, and nobreach excused by either party, unless such waiver or consent is in writing and signed on behalf of the party against whom the waiver is asserted. No consent by either party to, or waiver of, a breach by either party,whether expressed or implied, will constitute consent to, waiver of or excuse of any other, different orsubsequent breach byeither party. M. Assignment Except as expressly provided otherwise,this Agreement is not assignable by the Grantee either inwhole orinpart, Page (0 00 Agreement No. UR0408-0 N. Disputes if the Grantee believes that there is a dispute or grievance between Grantee and the State arising out of or relating to this Agreement, the Grantee shall first discuss and attempt to resolve the issue informally with the Agency Grants Administrator. If the issue cannot be resolved at this level, the Grantee shall follow the following procedures: 1. if the issue cannot be resolved informally with the Agency Grants Administrator, the Grantee shall submit, in writing, a grievance report together with any evidence to the Deputy Assistant Secretary for Bonds and Grants for the Natural Resources Agency. The grievance report must state the issues in the dispute, the legal authority, or other basis for the Grantee's position and the remedy sought. Within ten (10) working days of receipt of the written grievance report from the Grantee, the Deputy Assistant Secretary shall make a determination on the issue(s) and shall respond in writing to the Grantee indicating the decision and reasons therefore. Should the Grantee disagree with the Deputy Assistant Secretary's decision, the Grantee may appeal to the Assistant Secretary for Administration and Finance for the NaturIl Resources Agency. 2, The Grantee must submit a letter of appeal to the Assistant Secretary explaining why the Deputy Assistant Secretary's decision is unacceptable. The letter must include, as an attachment, copies of the Grantee's original grievance report, evidence originally submitted, and response from the Deputy Assistant Secretary. The Grantee's letter of appeal must be submitted within ten (10) working days of the receipt of the Deputy Assistant Secretary's written decision. The Assistant Secretary or designee shall, within twenty(20)working days of receipt of Grantee's letter of appeal, review the issues raised and shall render a written decision to the Grantee. The decision of the Assistant Secretary or designee shall be final, 0. Audit Requirements Urban Rivers Projects are subject to audit by the State annually and for three(3)years following the final payment of Grant Funds, The audit shall include all books, papers, accounts, documents, or other records of the Grantee, as they relate to the Project for which the Grant Funds were granted. Page 9 ti 00 00 EXHiBIT A STATE OF CALIFORNIA NA"rURAL RESOURCES AGENCY GRANT AGREEMENT California Urban Rivers Grant Program The Water Quality, Supply, and Infrastructure improvement Act of 2014(Prop 1) Grantee Name: City of Ukiah Project Title: Riverside Floodplain Regeneration Project Agreement Number: UR0408 0 Project Location: 1281 E Gobbi Street, Uklah, CA 95482 Project Scope: The IRiverside Floodplain Regeneration Project will restore a r-nulti-benefit floodplain. The project includes grading out a large remnant pit and berm areas to create a wide, multi-level system of wet rne2dows,floodplain wetlands, and spring pools. 1"he project wile repair existing trails impacted by the grading, arld clear debdis and berms that currently reduce sight lines in the park and impede complete public access to the park. These improvements will allow the public better usage of the park trails along with planned bird walks and nature education. I he grant project includes the removal of approximately 2500 cubic yards of debris (asphalt and concrete), clearing 1--fimalayan blackberry, planting approximately 66 trees, 165 shrubs and site appropriate grasses and forts. Project Schedule: .................................. Activity Description Tfirnelline mn ......................... CEQA Completed September 2016 ................................................. ............ Preliminary work on the project January-May 2018 ............................................................ ............................... Submit final site design/plans/specifications to State* JanuaryFebruary 2019 ....................................... ............ .................... Mobilization, begin debris removal, clearing/grubbing, May-September 2019 grading and invasive removal .......... ............................ Conduct Planting and Seeding Fall ...2019 ...................................... Plant Establishment and Adaptive Management March-September 2020 ............ ............................. Record MOUGA and Submit Project Closeout package December 2020 with final Payment Request to State ............................ *A Plant palette for all plants within the footprint of the project must be submitted with final designs and reflect appropriate pl2ritlngs for the area, with consideration given to carbon sequestration and plant origin (native/non- invasive)..Trees, regardless of the funding source, imay not exceed 15 gallons In initial planting size. All projects must comply with the Model Water Efficient Landscape Ordinance(MWEI 0)or the local agency landscape water ordinance (if as strict or stricter)and use low water, drought tolerant plantings. Cost Estimate., See Exhibit A-1 rn 00 X 9$ W .. aW W c � _ 0 ro as "� > m EC > ahn CD N Q� Iw-70 h 0 0 ea ba'a a9a U "weer v>vr a+a% vs 0 ry � a a W a a E .°21 60.ada.sbt.et'1 �a e , :�t,�t,es°.a°.vr•v.�v,�i.mt. �f• `�. my vs. err•va•wa.ar �. c3 .. e 2 u a 000 0 cr cp c x Y � m W LL LL " t p � F6-: _ � _ra. CCaa ^eT�y� .� �6 _e�. cunei 6�–e ��o- " q' C&��� �" � 'CL _ r o ai ev c n eve c er ca c ev e,Fm 04 r 3 } era STafa B f d a ce 4J' 4 r< W W Se w^�0s 9a es m�, W '.. ®d ra �a lw za c v c ti ro eac c Q a a 0 t3.� �� c � n � iW W .cam W '°e° °a anW c �a o� Ct .c eked a omc= c �I n.ad c c a o ' o n u y�j. !R.2 c � � ,� m..... — "a.sn%aa.„. conal� ca'c __s'aaar awes , u Em a,o W ° 'aa n c C7 sx C5 t3 ar - Cry or a n c M=ca W. °Tye za ru_sa as emr W ®C4 O O O w fJ 'kB F6 W Ck WE F` E W 0 U �. F. ? c oa CL M. w–^o w_ W a:.: �a O... 0 c= E= o �eeec� a _a ua_ca_cruacsca �srCL u Wu � M E Eli K.Y L W 32U C) rn s rA'rE OF CALIFORNIA-DEPARTMENT Or FINANCE CE PAYEE DATA RECORD (Required when receiving payment from the State of California In Dieu of IRS VV-9) 5T3.204(Ray.6-2003) INSTRUCTIONS:Complete all information on this form, Sign,date,and return to the State agency(department/office)address shown at-- the bottom of this page. Prompt return of this fuilly completed roan`,At[prevent delays when processing payments. Information provided in this form will be used by State agencies to prepare Information Returns(1699)• See reverse side for more information and Privacy Statement, NOTE:Governmental entities,federal,State,and local(including school districts),are not required to submit this form. PAYEE'S LEGAL BUSINESS NAME(Type or Print) City of Ukiah SOLE PROPRIETOR- ENTERNAME AS SHOWNONS'SSNf(Last,First.Fe9.U_�_._._ �MA.IL�I[DCDG�E_9S ____________ _ ____ _____ MAILU AI�CIRESS RLDSINDE SS ADDRESS 300 Seminary Avenue 300 Serxninary. Avenue CUT7f,STATE,QIP Cf3f7E_ CITY,STALE,QIP C��E.._______.___ ......_-._._._._. I.Mah,C:alifomia,9 482 Ukiah,California,95482 ENTER FEDERAL.EMPLOYER IDENITIFUCATiON�NUMBER(FEIN): 1 L�!_L 6 Lq t 9-10 [_J4 t 6 [3- � NOTE: fp Payment Wil not U' IRTNtEPSNdBP CORPORATfION: be processed PAYEE Cl MEDICAL(e&,dentistry,psychotherapy,chtropractic Oc,) without an E.U°ml"fITY ESTATE ORTRLIS'T 0 LEGAL(e.g.,attorney services) accompanying TYPE Q EXEMPT(nonprort) taxpayer I.D. 13 ALL OTHERS number. CHECK -------w.-- cSOLE _._._._._..___._._.____ ---------.._________ INDIVIDUAL IYBONLYRASETN MER: (5SN eegilirrQ by authority orf California F;evenue and'Yax Code Section 10646} [4 C .� California resident-Qualified to do business in California or maintains a permanent plane of business in California. California nonresident(see reverse side)•-Payments to nonresidents for services may be subject to State income tax PAYEE withholding. RESWENCY (3 No services performed in California. STATUS El Copy of Franchise'Tax Board waiver of State withholding attached, l hereby certify under penalty of perjury that the information provided on this document is true and correct. Should my residency status change,I will promptly notify the State agency below, m ----------------------- AUTHORlZEt1 PAYEE REPRESENNTATIVfE'SNDA.MIE(Type or Print} _ WEE Sage Saangicorno City oft➢kiah ............._----------_--------_--------- SIGNATURE ATE TELEPHONE Please return ompleted form to. LDepartment/Office: ........ tlnniusection. Mailing Address:....... Telephone; ( _�..}_.._ _ _ _ _ Fax E-mail Address: rn s TATEO,Ck WORMA-DEPARTMOO'OF F[1114,CE PAYEE DATA Rlf�CORD ,jTD 204(Rev.64003)(REVERSI..p ....................................— ....................... .......................................... .............. !,cordSTD,204 A completed Payee l'.)ata Record, STD. 204, is required for payrnents to all non-governmental entities arid will be kept on Me at each State agency. Since each State agency with which you do business must have a separate STD.2(34 on file,it is possible for a payee to receive this form from various State agencies. Payees who do riot wish to cornplete the STD.204 rnay elect to riot do business with the State. If the payee does not complete the, S I D.204 and the required payee data is not otherwise provided,payment may be reduced for federal backup withholding and nonresident State income tax withholding, Amounts reported on Information Returns(1099)are in accordance with the Internal Revenue Code and the California Revenue and Taxation Code, ...................................................................................... .............................__......................................................... ................... 2 Enter the payee's legal business narne, Sole proprietorships must also include the owner's full name, An individual must list his/her fult name. The mailing address should be the address at which the payee chooses to receive correspondence. Do riot enter payment address or.lock box Information here. ............................................................................................................................... .......................... 3 Check the b:ox that corresponds to the payee business type. Check only one box. C.,orporations must check the box that identifies the type of corporation. The State of California requires that all parties entering into business transactions that may lead to payment(s)frrn the State provide their Taxpayer ldenfific;ation I Nurnber(TIN), 'Die 1IN is required by the Cafifornia Revenue mid Taxation I Section 18646 to facilitate tax compliance enforcement activities and he preparation of Form 1099 and other information returns as required by the Internal Revenue Code Section 6109(a), The TIN for individUalS and sole proprietorships is the Social Security Number(SSNl), Only partnerships,estates,trusts, arid c,orporations will enter their Federal Employer-Identification Number(FEIN), Are you a Califorifla resident or rLqnLt!i�tdentz .................................................................... 4 A corporation willl be defined as a"resident"if it has a permanent f.:rIace of business iri California or is qualified thrOUgh the Secretary of State to do business in California. A partnershif.:)is considered a resident partnership if it has a permanent place of bi,isiness in California. An estate is a resident if the decedent was a California resident at firne of death. A trust is a resident if at least one trustee is a California resident. For individuals and sole[,:)roprietors,the terrn"resident"includes every individual who is in California for other than a temporary or transitory purpose and any indivldual dornicilied in California who is absent for a temporary or transitory purpose. Generally,an individual who corries to CaVornia for a purpose that will extend over a tong or indefinite period will be considered a resident. 11 lowever,an individual who corner to perform a particular contract of short duration will be considered a nonresident. Payments to all nonresidents may be subject to wit1fliolding. Nonresident payees performing services 41 California or receiving rent, lease,or royalty payments from property(real or personal)located in Cakft:vnia will have 7%of their total payments withheld for State income taxes. 11 lowever,no withholding is required if total payments to tire payee are$1,500 or,less for the calendar year.. For information on Nonresident Withholding, contact the I ranchise Tax Board at the ni..vnbers listed below: Withholding Services and Cornpliance Section: 1-888-792-4900 E-mail address: wses.geri@ftb.ca.gov For hearing Impaired with TDD, call, 1-800-822-6268 Website: www.ftb.ca.gov ........... 5 Provide the name,title,signatUr'C-,and telephone number of the individual completing this fon-n. Provide the date trie form was completed, ........................ .................................... 6 This section must be completed lby the State agency requesting the STD.204. ................... ........................... .... My�� .................. ................................................. Section 7(b)of the l::1rivar.::y Act of 1974(Public Law 93-579)reqi,iires that any federal,State,or local governmental agency, which requests an individual to disclose their social security account nurnber,shall inform that individual whether that disclosure i5 mandatory or voluntary, by which statutory or other authority such number Is solicited,and what uses will be made of It. It is mandatory to furnish the inforr'nation requested. Federal lave requires that payment for which the requested information is not provided is subject to federal backup withholding and State lav imposes rioncompliance penalties of up to$20,000. You/nave the right to access records containing your personal information,such as your SSN, To exercise that right,please contact the business services unit or the accounts payable unit of the State agency(les)with which you transact that business, All questions should be referred to the requesting State agency listed on the bottorn front of this form, .................. .......... Agenda Item No.: 13b MEETING DATE/TIME: l/6C2019 0/0 PEAK ITEM NO: � AGENDA SUMMARY REPORT SUBJECT: Receive Updates on City Council Committee and Ad Hoc Assignments and if necessary, Consider Modifications to Assignments and/or the C reation/Eli m i nation of Ad hoc(s). DEPARTMENT: City Council PREPARED Kristine Lawler ATTACHMENTS: Attachment 2Ol9City Council Special Assignments&kAdHocs Summary: City Council members will provide reports and updates on their committee and ad hoc assignments. |fnecessary, the Council may consider modifications Background: City Council members are assigned to a number of committees and ad hoc activities. These assignments are included aoAttachment#1. Discussion: Previously, the City Council discussed having more time allocated to reporting on committee and ad hoc activities. Often, the Council Reports section of the regular agenda is rushed due to impending business /i.e., public hearingo\, and not enough time is afforded for reports beyond community activities. In an effort to foster regular updates on committee and ad hoc aooignmento, this item is being placed on the agenda to provide the City Council members an expanded opportunity to report on assignments. RECOMMENDED ACTION: Receive report(s). The Council may also consider modifications to committee and ad hoc assignments along with the creation/el imination adhoc(o). 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: MayorMu|heren H z W x H H o T� a E o T a E � m a E � o � mcE°, m' oo � ccEE o � mo cE T E O N >� C,l o m T L O m >� L ^ N d 0 >> y 0 N O U Y d 0 >> U Y Z` zl i QI E�� DT 00 °y DT ENN T� DT Oo Tw U U 00 co) o.� ° o.� '°-T Do Do E .E o 0 0 0 a o o .E o o o o o o ov q ov q vY vY o o °� ° °^ acs `oma —°o `o� ° m^ rc cZ m `��° E c r� A�° try cry >. m ink �� w d ink m�—Oo om ink °cm o� 'o � m'U r A M E'om .E.E Y N A M N `m `m o$ f Q a K v N v f W K v f Q a N v K N N c N c m y m m c c d N N N o E Q c c Q o o oQ dQ Fd ¢F FF'c da Eo d¢ d Ed L O O L O O O L O c-) T L O L T a T a T a Q U m a s a s a s m S o TO O T - m E O o m - > o - _ U U ° ° co— �5 oo S a o r _ 2� - o m -O o o o o o y� oo g �nIm Z m � m = -o=' = o EE b� =-' o o o E m Q m > nlo Z m m o a r.� '^ m w � ; o � o m m E m E r E C7 o m a m ° o�-- o, m -mo m m o n o o °o.lo � >.J o m m ' >a'o 'o 'o n o o w o m U) m " > > > a m Q o E d a;co) o m U U w ¢ n a`.__ U o. c7 in a -m° `m o J a Uo ¢ W U a om T o o J E m m U a U o Z Eo _ `o k w Q 7 m .; o o z �' .� i N U - -° d ... O > oam m° m =� ° o d� oN o � d U ¢N E c ma o 'oN > my m inm inm mm v� oo,mY m m m v a` d nm m ��mU om C-1mm minor m -� �Om tm tm v � �Um >inUm 05 c U� > �U� `oU Um TLL Uv =oUvMi inUo mUry �U E'"o�t �zt� Umty' �� - mat ort t qoy^ of - ��ntv°'i ait ait ait 0 0 m m m d t N wC)�v w Mev �a�M mom v W"D mU0¢V v v KQvrnm Uzvoi� o d E m '^ o > m U ��° ° U o- m„ � m m m = ^ o o �L Tm Z�° Q o U �Q Sm O = Zm uj in �(n L � Z° °U'o ° 3 - UOo in c oa o F iD(7Q m > t¢ _¢ o c¢ _ m E d- oJU U d d U - N o N o m o o J U c o N(n U :5 U o U ol >t� a U� d — w 'o a - wai �t xajt a5 m°�� i m $ ¢co pm ¢�° > m°�� a° C) o inv >o oo o o `m o E `o E o m E T o f `o E `o E T E o f o f O T¢ T T m N T¢ T¢ T m T m C m m m oo > > "c0 ami E E 5° ci o £ F or m t c �'o F C E 5 5 2 5 F£ 5 m O V -O O L 0 m 0 L O -O O L O -O O -O O L O O -O O ry E M O E v E ry E v E N ry E ry E v E E ry E C p a c _ o m mQ A E Eo Ei ~ O rc � c E 'o E am U U ,°� LL c z z �°„ _ `o > A a Q a Q U a o o 'tea o _ = a �� °a `o m Q .co. u a m o o >•c Q m `o Q m c d a U E x > > o a c o a ,m 'm a c o L o of a C O O O T >W L w a '7 o 0 o f o o'pm U c c o c c o o ° ° _ m A - ox E o 1. .J o O '00 U L ° L a L L N Q L A ° O m 0 N'O 2 A c U c �' C L c A .. .. '^ m.. o o. o c o c O a Q m Z Z K� f) W U U' axi N 2 T T o O m `oE - - - of E E -y no Q om E E a' O o o N O O p V N V V O p U U O T Q y o Y LLE Y Y U c, ° -v m ° -$ 2 2.0 (� E o f U E U E >` o o T L O T ` E °m T O T Py �V Uo T� 0L T. - . U� T O.y N tom Uo LV E U U m - U m U m E U o T o rt a m o rt E m O O o o u 0 O ry V T o ` lLL O T o o a on c E mE A " A A mE °: rc�T To °� c o,To ` °� a o c E c A ° � � ° tN c= LE `m LE `m E p Am N m c� o ° c� c� N �r oc '^ N o= p6N o= NN �v N YY O-�p YY YY N Nv Nin U� o. U' o�U� v Nv Om C N N N C N N zz: a o o N b w `o O O O m'O o p d O C N N L O T N N C d d c ¢ T_ O= oK O N- O N O M U¢ m m 02S Ma° O `�°� m` UM O m`U O p °oo � a-O 12 o T o N �_ N "O T ¢E o_ N o 0 �w O o O uN N N C Oo. o O O a N �- L _ L 0L o U o ` ` da ��' t > E `o m VIU d too o o o w5� � '�LL � E ^� -x U) mo -` d ami - d . d . C T N 2 - N T"O O O O�j U O N .L.. T _T a) .> o o o o p tz N N O� > o U L O C yi E - E d O -.0 � LL O�O-p O O .t T Y N O 0 N O U ° >; N L L - O N O ° a1 a1 o yi p 0-O O > 0- Q - a o� w ��° x x n _=U� a`SSU o `m �`o `m n � 3 J Q W - O ad I N V) a` m m >o ° o U N m o U a d m E - N p E z L N E T - 'uj E O >l IM d oN do >N a c o >N >Nm U d�NNFav Qv ¢� J nv -oN U o m -5 o Qv ¢m ¢ms U ¢ E m � �m c =m > � � ` om U m Ivo U w`m U' m ¢w p ¢ m °� T U 8 E -v � N�¢� `¢ o� ;¢o "¢ o.-yin°N' Qo ��Q �-�Q cQ•= -in Urn o= o¢� O c) ` EU U� oU- OU m > -oaa =fnUr U ` EU ` EUe N °ait U > 3- m _� U) ':5- ait �� _ oU':5ait o - U fnt SOU) C !° N o m a s p m m .�o m m m m m m m m .�o m m wm Mdm c) c)Um> >v ��v ink �`��W��v �v�i U�� inUm D Tm E U o o ° E U C, C, N ,� o f p `o O x .1- '" L xx V `o ° o �x ¢� o xm - o r .� �� ` o Tv vin w(7 c Lm > o a in w(7 ¢ O ms U) = o m o ;U ` EU � '^ U� OU �U �� o o ;U �V^U U)C) U) o a>o oo 'o �o UUnt o at �?. �° � ��t Lac �m o o-p .` O m .>o m .` m m m m p o U) m .�w m m m rw w m > m envoi Om> >� ��v ink �� mUfn m envoi O ov> >o� �-o o U M > m o o o ° O O O O TE EZ = _ TL E E m E TE ma N N L O o d T o :>o E.L.. u d O o o- 10 T T >V ~L N O V°I NU > C _ FL r 0 >L 0 L >.L.. -0 o L O - . o - N -0 0 -O O ` O -O O AE vEp a`2m UL > - inE d rvE E rvE `o c a a O O O o o Q m e o _ O d O A - �� E - r Eo o c �- o 0 v E y U a m 0 o a a N a` A U E m o m A °0 0 0 >.M >. >. E t 'c _ o t LL m o o ° A U > ~ N Z' o f o o U a '� � o_ O c >'� U o U c U > O U U ami c a i. w '> o c o 0 0 5 S m c `o J api ¢ m 'c°: a S o a = c p ¢ p �� za m.a in ,� �� � E AU N of of c° w d o U d E > a` ._ ._ o x o o c z? Jw U 5 �'0 �U rc� x �LL �U - 3 COMMITTEE • PRINCIPAL STAFF SUPPORT Electric Grid Operational Crane/Scalmanini Mel Grandi, Electric Utility Director; Improvements 463-6295 mgrand i cityofukiah.com Mel Grandi, Electric Utility Director; 463-6295 mgrandi@cityofukiah.com Tim Eriksen, Public Works Director/City Rate Studies for Electric, Water, Engineer; Sewer 463-6280 teriksen@cityofukiah.com Sean White, Director of Water Resources; 463-5712 swhite@cityofukiah.com Dan Buffalo, Director of Finance; 463-6220 Crane/Scalmanini dbuffalo cit ofukiah.com Downtown Parking Management Mulheren/Brown Shannon Riley, Deputy City Manager; 467-5793 sriley@cityofukiah.com Budget Development Best Dan Buffalo, Director of Finance; Practices and Financial Policy For 463-6220 dbuffalo@cityofukiah.com FY 19/20 Budget Sheri Mannion, Human Resource Crane/Brown Director/Risk Manager; 463-6272, Public Works Project Tim Eriksen, Public Works Director/City Specification Development Crane/Mulheren Engineer; Tim Eriksen, Public Works Director/City Uniform Cost Accounting Crane/Mulheren Engineer; Vichy Springs Resort Litigation Sage Sangiacomo, City Manager; Brown/Scalmanini 463-6221 ssangiacomo@cityofukiah.com Justin Wyatt, Police Operations Captain, Marbut Study Ad Hoc 463-6760 Brown/Scalmanini jwyatt@cityofukiah.com Solar Proposal-Application Project Sean White, Director of Water Resources; Crane/Scalmanini 463-5712 swhite@cityofukiah.com UPDATED 1-17-19 4 3