Loading...
HomeMy WebLinkAbout2019-02-20 Packet �� ww w w ��w� iww,oim/i. of Ukiah II ... w w City Council Regular Meeting AGENDA Civic Center Council Chamber♦300 SeminaryAvenue+Ukiah, CA 95482 February 20, 2019 - 5:00 PM mwaw wuwmw DIRECTORS5:00 P.M. -JOINT MEETING WITH THE UKIAH VALLEY FIRE DISTRICT (QVFQ) BOARD OF JOINTI I - PLEDGE OF ALLEGIANCE JOINTI I - PUBLIC EXPRESSION - ITEMS JOINTI I - NEW BUSINESS Administer of Oath, Introduction, and Badge Pinning of New Fire Chief, Douglas Hutchison. Recommended Action: Receive introduction, have Clerk administer the Oath of Office, and have the Mayor and Board President officiate the badge pinning. None JOINTI I -ADJOURNMENT :1 - WORKSHOP- Mid-Year Departmental Budget and Objectives Progress Review for Fiscal Year 18-19 and Review of Draft Objectives for Fiscal Year 19-20. 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 Finance, Fire Authority, and Water Resources. Attachment 1- Finance, Fire, Water Resources MEETING 1 ROLL CALL ALLEGIANCE2 PLEDGE OF PROCLAMATIONS/INTRODUCTIONS/PRESENTATIONS Page 1 of 6 3.a. Proclamation of the Ukiah City Council Recognizing KAapoh as Women's History Month. Recommended Action: Issue aProclamation mfthe Ukiah City Council recognizing March aa Women's History Month. Attachment Women's History Proclamation Attachment Women's History Event Flyer 3-b. Proclamation Recognizing and Celebrating STEM Programs in our Community. Recommended Action: Mayor toread and present the Proclamation. Attachment STEM Proclamation 3.C. Mendocino-Rebuilding Our Community (M-ROC) Presentation of the One-Year Anniversary of the Redwood Complex Fire Report. Recommended Action: Receive presentation mfthe K8endocino-Re building Our Community's (K8-ROC) report mfthe one-year anniversary mfthe Redwood Complex Fire. Attachment Mendocino Rebuilding Our Community One-Year Report 3-d- Presentation of Awards that Have Been Received by the City of Ukiah Public Works Department for Redwood Business Park Transportation Improvement and Talmage Road Interchange Project. Recommended Action: Receive presentation. None 4 PETITIONS AND COMMUNICATIONS 5 APPROVAL OF MINUTES 5.a. Approval of the February 6, 2019, Regular Meeting Minutes Recommended Action: Approve the Minutes mfFebruary G. 2U1&. a Regular Meeting, aa submitted. Attachment February 6, 2019, Draft Minutes 6 RIGH T TO AP P EAL D EC IS ION Persons who are dissatisfied with a decision of the City Council may have the rightto a review of that decision by a court. TheCityhaoadopted Sectio n1004.OoftheCa|ifomiaCode ofCivi| Pmoedure,vvhiohgenera||y|imits toninetydayo (00) the time within which the decision of the City Boards and Agencies may be judicially challenged. 7 CONSENTCALENDAR The following items listed are considered routine and will be enacted bya single motion and roll call vote bythe 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 atthe completion of all other items on the agenda.The motion bythe City Council on the Consent Calendar will approve and make findings in accordance with Administrative Staff and/or Planning Commission recommendations. 7.a. Report ofDisbursements for the Month ofJanuary2Ol9. Recommended Action: Approve the Report mfDisbursements for the month mfJanuary 2U1&. Attachment January 2019 Summary ofDisbursements Page 2of6 Attachment 2-Account Codes for Reference Attachment 3-Object Codes for Reference Attachment 4-January 2019 Disbursement Detail 7.b. Request for Approval to Reclassify the Salary Range of the Airport Manager Job Classification. Recommended Action: Approve Staffs recommendation to reclassify the salary range of the Airport Manager job classification. Attachment 1- Revised Management Unit Salary Schedule 7.C. Award Contract for the Oak Manor Joint Trench Project, Specification No. 18-07, to Wylatti Resource Management, Inc. in the Amount of $489,943.56. (EUD) Recommended Action: Award Contract for the Oak Manor Joint Trench Project, Specification No. 18-07, to Wylatti Resource Management, Inc. in the amount of$489,943.56. (ELID) Attachment 1- Bid Results -Spec 18-07 Oak Manor Joint Trench Project Attachment 2-Wylatti Bid -Oak Manor Joint Trench Project Spec 18-07 7.d. Approval of Execution of Contract Amendment No. 3 to the Agreement with Crawford & Associates, Inc. in an Amount not to Exceed $12000 for Additional On-Call Planning Services, and Approve Corresponding Budget Amendment. Recommended Action: Approve execution of contract amendment No. 3 to the agreement with Crawford &Associates, Inc. in an amount not to exceed $12,000 for additional on-call planning services, and approve corresponding budget amendment. Attachment 1-COU NO. 1718-128-Crawford - Planning Svcs Attachment 2-Amendment 1-COU No. 1718-128-A1 Attachment 3-Amendment 2-COU No. 1718-128 Attachment 4-Amendment 3 Draft 7.e. Consideration of Approval of Budget Amendment to Fund Associate Planner Position in the Planning Division of the Community Development Department. Recommended Action: Approve budget amendment to fund the Associate Planner position in the Planning Division of the Community Development Department. Attachment 1-9-23-18 Management-Unit-Salary-Schedule 7-f. Authorization for City Manager to Negotiate and Execute a Contract for Legal Services with Briscoe, Ivester® and hazel® LLP for Counsel on Issues Related to Water, Natural Resources® and Planning. Recommended Action: Authorize City Manager to negotiate and execute a contract for legal services with Briscoe, Ivester, and Bazel, LLP for counsel on issues related to water, natural resources, and planning. ATTACHMENT 1- Draft Agreement- Briscoe Ivester& Bazel 7.g. Authorize City Manager to Formally Notify the Ukiah Valley Sanitation District of Objections, if any, to the 2018-19 Fiscal Year Budget. Recommended Action: Authorize City Manager to formally notify District of any objections to proposed budget by February 28, 2019, deadline. None Page 3 of 6 IENCE COMMENTS ON NON-AGENDA ITEMS The City Council welcomes inputfrom the audience. Ifthere is a matter ofbusiness on the agenda thatyou are interested in,you mayaddress the Council when this matter is considered. Ifyou wish to speak on a matterthat is not on this agenda,you maydo so atthis time. In order for everyone to be heard, please limit your comments to three(3)minutes per person and not mare than ten (10)minutes per subject. The Brown Act regulations do not allow action to betaken on audience comments in which the subject is not listed on the agenda. COUNCIL 10 CITYMANAGER/CITY 11 PUBLIC HEARINGS (6:15 PMJ 12 UNFINISHEDBUSINESS 12.a. Receive an Update Report on the History and Status of the Streetscape Project. Recommended Action: Receive Report Attachment 1- FAQ- Downtown Streetscape Project 12.b. Approval of Community Development Director Determination that the Purchase of APNs 003-040-77, 003-040-7$, and 003-040-79 Qualifies for a C QA Exemption and Consideration of Authorization to the City Manager to Negotiate and Execute a Purchase Agreement for the Three Parcels on East Gobbi Street. Recommended Action: Approve of Community Development Director Determination that the purchase of APNs 003-040-77, 003-040-7 , and 003-040-79 qualifies for a CEQA exemption and consider authorization to the City Manager to negotiate and execute a Purchase Agreement for the three parcels on East Gobbi Street. Attachment 1- NOE Purchase of 3 Parcels 13 NEWBUSINESS 13.a. Consider Approval of Specification 19-02, Final Plans and Specifications for Vinewood Park Renewal - Phase 1 Funded by Housing-Related Parks Program. Recommended Action: Approve Specification 19-02, final plans and specifications Vinewood Park Renewal -Phase 1. Attachment 1- GRAFT Spec 19-02-Vinewood Park Renewal - Phase 1 Attachment 2- Plan Sheets 13.b. Approve an Electric Vehicle Charger Rebate Program, Funded by Low Carbon Fuel Standard Credit Proceeds, Approve the Establishment of a Low Carbon Fuel Standard Reserve Account, Establish an Electric Cap-and-Trade Account Loan, and Authorize the City Manager to Execute Necessary Documents Including Registration of the Electric Department for the Low Carbon Fuel Standard Program Through Air Resources Board. Recommended Action: Approve an Electric Vehicle Charger Rebate Program, funded by low carbon fuel standard credit proceeds, approve the establishment of a Low Carbon Fuel Standard (LCF ) reserve account, establish a $30,000 Electric Cap-and-Trade account loan to the LCFS reserve account, and authorize the City Manager to execute necessary documents including registration of the Electric Department for the low carbon fuel standard program Page 4 of 6 through Air Resources Board. Attachment 1- EV Charger Rebate 13-C. Report Regarding the City of Ukiah's Electric Vehicle Charging Station Program. Recommended Action: Receive report. None 13-d. Award Professional Services Agreement to GHD Inc. in the Amount of$1,257,720 for Preparation of Plans, Specifications, and Estimate for the Downtown Streetscape, Road Diet, & Utilities Project and Approve Budget Amendment. Recommended Action: Award professional services agreement to GHD Inc. in the amount of $1,257,720 to prepare the plans, specifications, and estimate for the Downtown Streetscape, Road Diet, & Utilities Project and approve budget amendment. Attachment#1 RFP Downtown Streetscape-Read Diet-Utilities Project Attachment#2 Addendum No. 1 Downtown Streetscape-Road Diet-Utilities Project Attachment#3 GHD Proposal Ukiah Downtown Streetscape-Road Diet-Utilities Project Attachment#4 GHD cost proposal 13.e. 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 MAYBE 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: APRT 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: APRT Nos: 003-040-77; 003-040-78; 003-040-79 Negotiator: Sage Sangiacomo, City Manager; Page 5 of 6 Negotiating Parties: Shapira/Dance Under Negotiation: Price & Terms of Payment Recommended Action: Confer in Closed Session 14.d. Conference with Real Property Negotiators (Cal. Gov't Code Section 54956.8) Property: APRT 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. MEETING DATE/TIME: l/20/2019 0/0 PEAK ITEM NO: � AGENDA SUMMARY REPORT SUBJECT:Administer of Oath, Introduction, and Badge Pinning of New Fire Chief, Douglas Hutchison. DEPARTMENT: Fine PREPARED Kristine Lawler ATTACHMENTS: Summary: The Ukiah City Council and the Ukiah Valley Fire District Board will hold a joint meeting to introduce the new Fire Chief, Douglas Hutchison. The Clerk will administer the Oath, and the Mayor and Board President will officiate the badge pinning. Background: Doug Hutchison has accepted the position after an extensive recruitment and evaluation process. Mr. Hutchison has most recently held the position of Fire Chief ofthe Lakeport Fire Protection District, where hehas served for the past four years. Hehas 34years ofexperience inthe fire services, starting with the U.S. Air Force as a Fine Protection Specialist. After his military service, Mr. Hutchison promoted through the ranks from Firefighter/EMT toCaptain/Paramedic with the Vancouver Fire Department and an associated district. In 1998. Mr. Hutchison took on afire chief position with K|iokitatCounh/ Fire District #14 inWashington where he served for over 15 years before his position in Lake County. Discussion: The City of Ukiah and the Ukiah Valley Fire District welcome Chief Douglas Hutchison to Ukiah as the new Fire Chief. RECOMMENDED ACTION: Receive introduction, have Clerk administer the Oath of Office, and have the Mayor and Board President officiate the badge pinning. 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: Dan Grebi|, Ukiah Valley Fire Authority Agenda Item No. MEETING DATE/TIME: l/20/2019 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 Finance, Fire, Water Resources 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 at this meeting are Finanoe. Fire Authority, and VVahar Resources. The mid-year summaries for Finanoe. Fire Authority, and VVahar Resources is provided as Attachments #1 with 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 Finance, Fire Authority, and Water Resources. 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; Dan Grebi|, Interim Fire Authority Administrator;Sean White, Water Resources Director pages numbered. 2 2 CITY OF UKIAH Attachment 1 2018-19 MIDYEAR REVIEW City of Ukiah Activity Summary Fiscal Year 2018-19 'ryPP�'o��..��C1�1�d Name Number Number of FTEs(department-wide) Department FINANCE 13 Division UNDEFINED 27.28 Section UNDEFINED Description Budget Summary The Finance Department is responsible for all financial accounting,reporting,and management activities for the City, ,(D ActualCity,serving over 150 internal customers and over 10,000 external customers. It consists of five distinct,yet integrated divisions: -Accounting -Budget Development and Management -Procurement -Billing and Customer Service -Information Technology(IT) 1 1 1 Imo Amount J,,d VIII Amount Awllabla Activity Trends Budgetary C;ornpc sffion 11IIIN2r. M :01,Ner Operating, IIII.Gepltdl VIII Fntumbrancas -r,tM Budg,,2 )uuuuuuuulouuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuiuuuuuuuuulouuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuiuuuuuuuuulouuuuuuuuuuuuuu uuuuuuu AmountAwllable ) '. Amount Usec9 1,000,000 2,000,000 3,000,000 4,000,000 fS'000,000 6,000,000 Departnient A4titM y Over Last Three Years by C,C)r)1pC sffion s,000,000 IM Revenue 2,1500,000 2,449,4642,329,141 2,182,153 VIII Fersor7nel 2,000,000 1,747,268 =Oiher Oparal:Ing, 1,543,656 1,566,589 VIII G'.p'n:al 1'i00,000 1,259,002 1,000,000 11102,913 5001000 196,461 189,747 156,860 131,619 93,131 41079 2,5001 IJ I III 3.477. 'Illllllllllllllllllllllllllll� 2016-17 Ao,M(full year) 2017-18 Actual(full year) 2018 19 f3uc94at. 2018-19 Actual(niid year) Notes 1 Revenues do not include internal service charges to other funds or departments. 2 3 3 1 CITY OF UKIAH Attachment 1 2018-19 MIDYEAR REVIEW City of Ukiah Activity Summary Fiscal Year 2018-19 'ryPP�'o��..f�C1�1�d Name Number Number of FTEs(department-wide) Department FINANCE 13 Division ACCOUNTING&REPORTING 134 8,25 Section ACCOUNTING 1340 Description Budget Summary The Accounting and Internal Audit Division is responsible for the fiscal health of the City accurately recording receipt of ,(D Actual all money and expenditure of funds in accordance with all applicable laws and regulations. This includes managing the processes and recording for day-to-day transactions,providing accurate reporting to the City Council,City Manager,and other departments as well as performing high level,broad fiscal analysis of current activities,and evaluating economic trends affecting the local economy. As such,the Division is best viewed as providing two levels of service:internal and external. This concept applies to operations,fiscal analysis,and advisory services. One primary function of the department is to support the internal customers with answers as to how to retrieve/analyze information from the current general ledger system as well as historical data. A second function is to provide financial data to the City's external customers such as Federal,State and County entities,bond holders,and the residents of the City of Ukiah. Activities Performed: Fiscal and advisory services: -Primary advisor to the City Manager,City Council,and departments on fiscal and financial matters -Provide leadership in the development and implementations citywide financial policies -Perform internal audits of select city functions and activities looking for opportunities for efficiencies and report results to City management Internal and external operations: -Perform all general accounting,accounts payable,and payroll processing for the City -Financial reporting,including preparation of monthly financial statements for the Ukiah Valley Fire District and Ukiah Valley Sanitation District,and quarterly financial reports to the City Council and the City's F]Comprehensive Annual Financial Report(CAFR) ������� � -Provide accounting for all City grants -Perform all cost accounting tasks for work performed by the City on a cost reimbursement basis including water, wastewater and electric jobs as well as major planning permits,FEMA,and EMMA -Prepare monthly and quarterly tax returns -Perform internal audits of all City departments,divisions,functions,and activities and provide recommendations for improvements and efficiencies,if applicable,based on the innovation program and policies set forth by the City Manager's Office Imo Amount J,,d VIII Amount Avallabla Activity Trends Budgetary Cornposffion 11IIIN2r. M :01,Ner Operating, IIII.Geplt II VIII Fntumbrancas -r,tM f3u g,,2 iuuuuuuuulouuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuiuuuuuuuuulouuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuiuuuuuuuuulouuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuu�i AmountAwllabie Amount usec9 IV 200,000 400,000 600,000 800,000 1,000,000 1,200,000 Departnient A4titM y Over Last Three Years by C,Or)1posffion 700,000 596,370 605,988 IIII Revenue 600,000 VIII Personnel 498,023 i00,000 - C)i her Operating, 394,274 VIII C.ipitad 371,352 400,000 335 609 331,414 300,000 200,000 95,522 100,000 13,000 2016-17 Actual(full year) 2017-18 Ao,A(full year) 2018 19 f3uc98at. 2018-19 Actual(niid year) Notes 1 2 3 4 2 Attachment 1 Fiscal Year 2019-20 aJ City of Ukiah Accounting Division � Number Number of FTEs (department-wide) Department 13 Division 134 Section 1340 Accomplishments From Fiscal Year 2018-19 Stated Objectives Status Department/Division Comments: 1 Continue cross training of team In progress This improves the functional capacity members. and allows for greater flexibility in resources allocation. 2 ; Develop an internal audit function. Deferred Staff changes have caused the department to re-evaluate its capacity to implement this initiative. 3 ; Implement Munis asset module. Not started Staff intends to begin this project before the end of FY 2018-19. Responsibility for it will be transferred to a proposed new division,which will provide procurement, capital planning and accounting, and special projecting financial management. 4 ; Issue 2017-18 CAFR by December 31, In progress ; Staff changes resulted in delays 2018. drafting the CAFR and preparing for the audit. The department expects to complete the audit and issue financial statements by March 31, 2019. 5 ; Complete Transient Occupancy Tax Deferred ; The department intends to engage (TOT) audit. this project in FY 2019-20. 6 Begin regular quarterly financial In progress First and second quarter reports have reporting. been completed and presented. 7 Implement Munis Electronic Time Deferred The department has been unable to Sheets (ESS) and Attendance module. commit resources to this project due to staff changes. Staff intends to re- engage this initiative in FY 2019-20. 5 3 Attachment 1 Future Objectives Fiscal Year 2019-20 Near-term Department/Division Comments: 1 Combine the divisions of Budget To better meet the needs of the department's Management and Accounting and internal customers and maximize the capacity Internal audit. and capabilities of team members, these divisions will be combined into one with a strong focus on accounting, budget management, and customer service, e.g. accounts payable and payroll. 2 Enhance use of OpenGov and other ; The Department plans to deploy OpenGov for electronic reporting platforms. budgetary and CIP reporting. Its use, however, Specifically, develop and deploy the has far greater potential,which the Department entire City budget through OpenGov for is committed to exploring, developing, and FY 2020-21, including quarterly reports. implementing. 3 Implement Munis ESS Time and This will improve operational efficiency for Attendance module. managers. 4 Complete TOT audit. A best practice in revenue auditing to ensure collection of all bed taxes assessed in the City and assist hoteliers with the process of collection and remittance of the tax. 5 Issue 2018-19 CAFR by December 31, ; This is a best practice in financial reporting by 2019. governmental agencies. It will be a continued standard for the Department. The Department intends to submit this document to GFOA for consideration of its Excellence in Financial Reporting award. 6 Complete implementation of Munis asset This will allow for a centralized store of capital module. asset information and improve upon the efficiency of tracking and reporting on assets. Responsibility for it will be transferred to a proposed new division, described in the accomplishments section above. ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ Intermediate-term Department/Division Comments: 1 Develop and execute a succession plan This will allow to better plan for and implement for professional and managerial-level strategies for retention and recruitment of positions within the Department. critical positions. 2 Complete an accounting policies and This effort will result in a living document that will procedures manual. guide current and future team members on the function of accounting and reporting. Responsibility for it will be transferred to a proposed new division, described in the accomplishments section above. 3 4 5 6 4 Attachment 1 Long-term Department/Division Comments: 1 Review/re-evaluate MUNIS as the City's A general review of the current system is a best Enterprise Resource Planning system practice to ensure it meets the current and (ERP). future needs of the City. 2 3 4 5 7 5 CITY OF UKIAH Attachment 1 2018-19 MIDYEAR REVIEW City of Ukiah Activity Summary Fiscal Year 2018-19 'ryPP�'o��..t�C1�1�d Name Number Number of FTEs(department-wide) Department FINANCE 13 Division BUDGET DEVELOPMENT AND MANAGEMENT 132 1 .25 Section BUDGETING 1320 Description Budget Summary The Budget Management Division is responsible for the development,revision,and monitoring of the City's budget. lB udget to Actual Activities Performed: -Budget development process management -Budget document design and presentation -Budget compliance monitoring -Special projects 1 Imo Amount J,,d VIII Amount Awllabla Activity Trends Budgetary C;ornpc sffion 11IIIN2-. 6 :01,Ner Upc,tlng, IIII.GZ,pltdl VIII Fntumbrancas -r,tM f3udg,,2 iuuuuuuuulouuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuulouuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuui�uuiiiiiiiiiiiilouuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuu�uuiiiiiiiii«iloi AmountAwllable i Amount[Jse<9 IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIVIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIUIU!!lBNlfffff(Illlllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllll 150,000 100,000 150,000 200,000 250,000 Depar-tr-nent ActMty Over Last Three Years by C,C)r)1pC sffion 180,000 159,258 158,558 IIII Revenue 160,000 145,200 VIII Personnel 140,000 01br,r Operciting 120,000 VIII cap'n:al 100,000 80,000 60,000 48,833 37,716 40,000 20,000 _ _ _ _ _ _ _ f 6,309.. 2016-17 Actual(full year) 2017-18 Ao,A(full year) 2018 19 f3uc98at. 2018-19 Actual(niid year) Notes 1 2 3 8 6 Attachment 1 Fiscal Year 2019-20 CityUkiah Budget Management Division Number Number of FTEs (department-wide) Department 13 Division 132 Section 1320 Accomplishments From Fiscal Year 2018-19 Stated Objectives Status Department/Division Comments: 1 Launch OpenGov Performance Measures In Progress OpenGov Stories has been and Stories on the City Website. deployed and available on the City's website. Performance Measures is still in development phase. ......................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 2 Create procedures and train departments ; Completed Departments have been trained how to update CIP narrative in the and will update project status on a OpenGov environment. quarterly basis. ......................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 3 Continue building OpenGov to enhance In Progress Continuing to work with OpenGov communication both internally and on new platform ideas and deploy externally. platforms for better communication. ......................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 4 Complete Budget Story. Completed Posted to City's Website and presented to Council. This document will be prepared annually, coordinated with the City's use of OpenGov. ......................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 5 ............................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 9 Attachment 1 ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ Future Objectives Fiscal Year 2019-20 Near-term Department/Division Comments: 1 Combine the divisions of budget To better meet the needs of the department's management, accounting and internal internal customers and maximize the capacity audit. and capabilities of department team members, these divisions will be combined into one with a strong focus on accounting, budget management, and customer service, e.g. accounts payable and payroll. Further, special projects will be a function assigned to another division to be created in the Department, which will provide procurement, capital planning and accounting, and special project accounting services. ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 2 Launch OpenGov Performance Measures Performance Measures is in the development internally and externally. phase. ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Continue building OpenGov to enhance This will be an ongoing process to review the communication both internally and OpenGov Platforms to ensure continued externally. communication and transparency. ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 3 Review budget process and procedures. Finance is working to find ways to streamline the process. ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 4 Staff development and training. Cross training team members in budget development. ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 5Complete Budget Story. Intermediate-term Department/Division Comments: 1 Set regular meetings with departments to This is an ongoing objective that will keep review expenditures and revenues. communication open and help departments become more proactive in the day-to-day operations. ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 2 ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 3 ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 4 ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 5 Long-term Department/Division Comments: 1 ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 2 ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 3 ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 4 ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 5 .............................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................. 10 s CITY OF UKIAH Attachment 1 2018-19 MIDYEAR REVIEW City of Ukiah Activity Summary Fiscal Year 2018-19 'ryPP�'o��..f�C1�1�d Name Number Number of FTEs(department-wide) Department FINANCE 13 Division BILLING AND CUSTOMER SERVICE 133 9.53 Section UTILITY BILLING 1330 Description Budget Summary The Utility Billing Division is responsible for utility billings consisting of electric,water,wastewater,garbage and the Ukiah ,(D Actual Valley Sanitation District(UVSD). This Division is also responsible for the processing of Business License applications in-house and miscellaneous billings. Duties related to utility billing include issuing,processing,collecting, and applying payments received in person,mail,phone,online and drop box. The Division is dedicated to making sure the residents and our internal customers are treated with respect. Team members take their role seriously and are dedicated to performing at the highest level. Activities Performed: -Provide excellent customer service and support to the residents of the City of Ukiah and UVSD -Generate billing for 8,000 plus City utility and UVSD wastewater accounts each month ������������ -Work with the residents of the City of Ukiah on past due utility bills to ensure payments are made in a timely manner Provide monthly billing to 160-200 miscellaneous billing customers,including airport hangar rentals,parking permits, retiree benefits,miscellaneous job cost recoveries and insurance claims -Perform all necessary collection documents on closed unpaid utility accounts as well as UVSD accounts -Provide internal customer service while working closely with Planning,Building,Water,Wastewater and Electric Departments -Process and post all payments received on a daily basis:i.e.cash,check or credit card -Meter reading services -Metering staff reads all utility meters and reports to staff any issues they may come up while reading meters(water �. leaks,electric meter issues,sidewalk damage,etc.)in all types of weather conditions 1J Imo Amount J,,d VIII Amount Avallabla Activity Trends Budgetary C;ornpc sffion VIIIN­(.­6 :01,Ner Operating, IIII Gepltdl VIII Fntunlbrances -r,tM f3udg,,2 iuuuuuuuulouuuuuuuuuuuuuuuuuuuuuuuuuuuuuulouuuuuuuuuuuuuuuuuuuuuiuuuuuuuuulluuuuuuuuuuuuuuuuuuuuuuuuuuuuuuulouuuuuuuuuuuuuuuuuuuuui uuuuuuuuuuuuuuuu Amount Available IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIVIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII i IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII Amount Usec9 IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIVIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIVIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII 200,000 400,000 600,000 800,000 1,000,000 1,200,000 1,400,000 1,600,000 1,800,000 2,000,000 Departnient ActMty Over Last Three Years by C,C)r)1pC sffion 1,000,000 900,000 867,064 IIII Revenue 800,000 761,462 796,564 Illllf grsonnel 700,000 Oiher Oparal:Ing, 600,000 535,600 VIII G'.�p'n:al 499,364 300,000 442,267 400,000 .300,000 254,296 191,665 � 189,650 152,911 1200,000 II IIIIIIIIIIIIIII 100,000 100,000 93,131 74,461 EM 2016-17 Ao,M(full year) 2017-18 Ao,M(full year) 2018 19 f3uc94at. 2018-19 Ao,A(niid year) Notes 1 Revenues here do not include internal charges. 2 3 11 9 Attachment 1 Fiscal Year 2019-20 itof Ukiah Utility Billing &Customer Service Division Number Number of FTEs (department-wide) Department 13 Division 133 Section 1330 Accomplishments From Fiscal Year 2018-19 Stated Objectives Status Department/Division Comments: 1 Coordinate with the Procurement In progress The division met with the Electric Department to purchase a new Utility Department on several occasions Billing System, Customer Information to begin the process. Due to System(CIS). challenges maintaining adequate staffing levels, this project has been put on hold. Staff plans to re- engage in the latter half of the third quarter 2018-19. 2 Implement a mobile/web base portal for Not started Due to staff changes this project customers. has been put on hold. This will be implemented when new Utility Billing System CIS is installed. 3 Outsource monthly printing and UVSD Not started Due to UVSD Lawsuit this project mailing. was placed on hold. Staff plans to revisit this objective in 2019-20 (see future objectives). 4 Inter-department training. In Progress Staff training is ongoing in the department. 5 Work with a temp agency to hire ; Completed Retired employee was brought in to temporary staff. successfully assist with new staff training. 12 10 Attachment 1 Future Objectives Fiscal Year 2019-20 Near-term Department/Division Comments: 1 Utility Billing Software. Complete procurement and implementation of CIS system. ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 2 Over the counter Credit Card Payments. Research and implement a credit card system that all departments can utilize, including standardizing merchant servicers. ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 3 Inter-department training. Continue to cross train Customer Service Representatives in all aspects of the Utility Billing and Meter Reading departments. ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 4 ; Outsource monthly print and mailing of ; Work closely with software support and Infosend on UVSD billing. creating a monthly UVSD billing that can be printed on an 8 1/2" x 1 1" statements and be mailed. ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 5 Intermediate-term Department/Division Comments: 1 Procure new truck for Utility Service Current truck is beginning to show wear and tear. Attendant. Will replace when truck reaches 120,000 miles. ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 2 ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 3 ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 4 ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 5 .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................. Long-term Department/Division Comments: 1 Succession planning. Develop team members for potential management and leadership positions. ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 2 ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 3 ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 4 ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 5 ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 13 11 CITY OF UKIAH Attachment 1 2018-19 MIDYEAR REVIEW City of Ukiah Activity Summary Fiscal Year 2018-19 'ryPP�'o��..f�C1�1�d Name Number Number of FTEs(department-wide) Department FINANCE 13 Division PURCHASING 135 3,25 Section PURCHASING 1350 Description Budget Summary The Purchasing Division of the Finance Department coordinates and executes the procurement of equipment, supplies, ,(D Actualsupplies,construction contracts,and contractual services for all City departments,which includes maintaining the warehouse inventory for the electric,water and wastewater utilities. In addition,Purchasing facilitates the sale and/or disposal of surplus supplies and equipment.The primary goals are saving the City money,and providing overall value. The Purchasing Division provides many different levels of services to all departments. We pride ourselves in going the extra mile,and assisting departments,whether it is product sourcing issues,contractual issues,orworking through budget issues to complete a necessary purchase. Activities Performed: Advise and direct all departments regarding City purchasing policies and procedures Monitor compliance with State and local laws and regulations -Coordination of the purchase of City materials,supplies,equipment,construction contracts,and services -Preparation of detailed specifications -Create,review and approve purchase orders,contracts,and requisitions -Manage bid and contracting process for all construction projects -Manage and maintain inventory for the utilities -Coordinate the documentation and identification of fixed assets -Coordinate the sale of surplus equipment -Prepare and present reports to Council Resolve complaints and problems with vendors 1 Imo Amount J,,d VIII Amount Avallabla Activity Trends Budgetary C;ornpc sffion VAIN-(. 6 :01,Ner Operating III4 Gepltdl VIII Fntunlbrances -R,tM 3u g,,2 � iuuuuuuuulouuuuuuuuuuuuuuuuuuuuuuuuuuuuuulouuuuuuuuuuuuuuuuuuuuuiuuuuuuuuulouuuuuuuuuuuuuuuuuuuuuiuuuuuuuuulouuuuuuuuuuuuuuuuuuuuuiuuuuuuuuulouuuuuuuuuuuuuuuuuuuuuiuuuuuuuuulouuuuuuuuuuuuuuuuuuuuuiuuuuuuuuulouuuuuuuuuuuuuuuuuuuuuiuuuuuuuuull AmountAwllable Amount usec9 IVVVV 150,000 100,000 1150,000 200,000 2150,000 300,000 3150,000 400,000 450,000 100,000 Depar-tr-nent A4titM y Over Last Three Years by C,C)r)1pC sffion 400,000 364,666 IIII Revenue 3!50,000 296,438 VIII Personnel 300,000 Other Oparatl ng 2150,000 234,626 234,238 lull Capital 200,000 1!50,000 100,000 59,313 82,325 88,032 10,000 1,038 1 - - BURRIHIN111111 - 869 f 16,740... 2016-17 Arcual(full year) 2017-18 Actual(full year) 2018 19 f3uc9gat. 2018-19 Actual(niid year) Notes 1 2 3 14 12 Attachment 1 Fiscal Year 2019-20City of Ukiah Procurement Division Number Number of FTEs (department-wide) Department 13 Division 135 Section 1350 Accomplishments From Fiscal Year 2018-19 Stated Objectives Status Department/Division Comments: 1 Move Electric Utility Department (EUD) Not started The move is contingent upon the inventory and organize new warehouse progress of the property and facility at Hastings property. warehouse development,which is still in progress, and not yet completed. 2 Convert to Munis inventory module and ; Not started ; The move is contingent upon the implement barcode system. progress of the property and warehouse development,which is still in progress, and not yet completed. 3 Review of procurement policies for In progress efficiencies and compliance improvements. 4 Procurement staff development and In progress training. 5 Capital Improvement Budget (CIP), In progress Council adopted City's first five Budget Development and Reporting. year CIP in 2018-19. 15 13 Attachment 1 Future Objectives Fiscal Year 2019-20 Near-term Department/Division Comments: 1 Restructure the division to include the To better meet the needs of the department's services of capital planning and internal customers and maximize the capacity accounting, and special project financial and capabilities of team members, this division management. will be restructured into one with a strong focus on accounting, special project financial management, capital management, and customer service, e.g. central procurement services. ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 2 Review and update procurement thresholds. ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 3 Review disposal of surplus property policies and procedures to improve efficiencies. ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 4 Update travel policies to accommodate new electronic travel expense software, and initiate program. ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 5 Create credit card use policies and procedures, and initiate program. ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 6 Complete implementation of Munis asset This will allow for a centralized store of capital module. asset information and improve upon the efficiency of tracking and reporting on assets. Intermediate-term Department/Division Comments: 1 Complete an accounting policies and This effort will result in a living document that procedures manual. will guide current and future team members on the function of accounting and reporting. ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 2 ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 3 ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 4 ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 5 ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................. Long-term Department/Division Comments: 1 ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 2 ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 3 ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 4 ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 5 ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 16 14 CITY OF UKIAH Attachment 1 2018-19 MIDYEAR REVIEW City of Ukiah Activity Summary Fiscal Year 2018-19 'ryPP�'o��.>t�C1�1�d Name Number Number of FTEs(department-wide) Department FINANCE 13Division IT 139 Section IT 1390 ^r�V.00 Description Budget Summary The Information Technology Division(IT)provides management and technical services for the City's computer, C1au�k (D Actual network,and telephone systems.These include the City's Enterprises,Public Safety,Finance and Administration departments. The IT Department provides end user technology training to all departments either through in-house training and/or outside service providers to ensure that City staff keep up with emerging trends. IT empowers City staff through the use of technology. Activities performed: -System planning,maintenance,network security,and back-ups -Internet access and oversight of user applications Semce calls fortechical support. The IT Department provides direct customer support to employees through desktop installation configuration,re air and network access services. I 411JJ� 111�����lfflllllllllllll�lll�llllllllkll� III Amount J,,d VIII Amount Available Activity Trends Budgetary C;ornpc sffion VIII Personn(d :01,NerOp—ting, IIII GZ,pltdl VIII Encumbrances rotall3urigel iuuuuuuuulouuuuuuuuuuuuuuuuuuuuuuuuu�uuiiiiiiiiiiiilouuuuuuuuuuuuuuuuuuuuuuuuiuuuuuuuuulouuuuuuuuuuuu uuuuuu Amount Avcilcbl!'IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIVII Amount Usec9 IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII UlU!!lBNiiffff(IIIIIIIIIIIIIII (200,000) - 200,000 400,000 600,000 800,000 1,000,000 1,200,000 1,400,000 1,600,000 Departnient ActIvI y Over Last Three Years by C,C)r)1pC sffion 1,000,000 930,939 IIII flevenue 900,000 VIII f-�rsonnel 800,000 700.000 609,783 649,934 01, rOparal:Ing, IIIII(.ipll,.il 600,000 523,753 100,000 466,971 400,000 380,672 316,434 309,961 300,000 200,000 100,000 3,758 2,500 96 3,080 f 31619 IIIIII4WIIIIIOIIWIWIIII 26477 V _ 2016-17 Ao,M(full year) 2017-18 Ao,M(full year) 2018 19 f3uc94at. 2018-19 Ao,A(niid year) Notes 1 2 3 17 15 Attachment 1 Fiscal Year 2019-20 City of Ukiah Information Technology Division Number Number of FTEs (department-wide) Department 13 Division 139 Section 1390 Accomplishments From Fiscal Year 2018-19 Stated Objectives Status Department/Division Comments: 1 Contract Services displacement. Completed Through the use of ongoing training, the Information Technology (IT) department has been able to reduce contract services cost by completing work in- house. ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 2 ; South and North Fire Stations; City Completed/ ; South Fire Station has connectivity to the connectivity. In Progress Civic Center. North Fire Station is in progress. ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 3 Work to increase security. In Progress IT is creating training courses for employees to combat cyber-attacks along with utilizing software to simulate attacks. ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 4 Azure Infrastructure Cost Not Started The Microsoft 365 licenses has not been Evaluation. approved by Microsoft;which will allow us to move forward. ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 5 iNet, Intranet, Share Point In Progress There is a test site on premise and we Migration. are ready for the full cloud cutover. ............................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 18 16 Attachment 1 Future Objectives Fiscal Year 2019-20 Near-term Department/Division Comments: 1 Increase automation. Deploy automated resources and workflows to reduce staff time needed for various processes. 2 Implement Cardlock Phase 2 . Will improve access security for all officers and staff within the Police Department (PD). 3 ; Create City staff training plan. Schedule regular trainings for staff to enhance technology use. 4 Update Network Core Infrastructure. End of life replacement for network core infrastructure. 5 Create IT staff training plan. Keep IT staff up-to-date on changing technologies with regular training schedules. Intermediate-term Department/Division Comments: 1 Add network redundancy. Create failover network design to reduce downtime when hardware fails. 2 Create Internet redundancies. Expand internet connection redundancy through multiple internet providers where possible. 3 Update firewall hardware. End of life replacement for Checkpoint firewall. 4 Standardize hardware refresh. Create hardware refresh guidelines to keep hardware within manufacture warranty coverage. 5 Implement Azure automation. Automate server creation/destruction to allow for more cost effective use of Azure services. Long-term Department/Division Comments: 1 Reduce Onsite Hardware Costs. With our move to cloud technologies we will see a reduction in on-site hardware costs. 2 ; Work to increase security. Consistent training along with using security solutions to reduce risk. 3 Offset vendor cost. ; Through the use of Azure automation tools. 4 Utilize newer technologies objectively. Keep updated on technology changes as it applies to the City. 5 Evaluate Connected City Initiatives. Internet of Things (IOT) connections and other Smart City initiatives. 19 17 CITY OF UKIAH Attachment 1 2018-19 MIDYEAR REVIEW City of Ukiah Activity Summary Fiscal Year 2018-19 'ryPP�'o��..��C1�1fd Name Number Number of FTEs(department-wide) Department UKIAH VALLEY FIRE AUTHORITY 21 Division UNDEFINED /� L Section UNDEFINED 20•46 Description Budget Summary The Ukiah Valley Fire Authority(UVFA)became effective on July 1,2017,a Joint Powers Agreement(JPA)between the ,(D Actual City of Ukiah and the Ukiah Valley Fire Protection District.The JPAjointly manages,equips,maintains and operates all-risk fire,emergency medical and rescue services to the City and Fire District. UVFA was formed with the desire to maximize the use of existing resources,create cost containment opportunities,reduce duplication,maintain local control and continue to deliver fire,medical,and other emergency services at a high level of service. The UVFA is staffed by 19 full-time safety employees(Fire Chief,3 Division Chiefs,6 Captains,6 Engineers and 3 Firefighters),one full-time Administrative Secretary and up to 25 dedicated volunteer firefighters that augment the career personnel including a Volunteer Division Chief. UVFA maintains four fire stations(two staffed with career personnel)with the daily staffing consisting of a minimum of two/two person crews cross staffing Type I(Structural) and Type II/III(Wildland Interface)Engines and an on-call Duty Officer. UVFA is organized into the following activities: Administration-Provides leadership and management to the operations,training and safety,and fire prevention activities,including the implementation and liaison of the financial and general services provided by the City of Ukiah and supports the U VFD Board and Fire Executive Committe functions. Operations-Provides emergency response to fires,medical emergencies,traffic collisions,technical rescues, hazardous materials,explosions,floods and earthquakes,as well as non-emergency public service calls,through a consistent state of readiness. Volunteer Firefighters participate in training activities and augment career staffing during emergency and non-emergency activities. Trainingand Safety-Ensures that all personnel complete annual in-service mandato and recurrent training,all Is 1 Y P P mandatory 9. required medical continuing education and certifications along with maintaining license and training records, administering skills testing,course development and instruction,maintaining and updating training materials,setting �����\` �� standards,assisting in recruitments and testing,all designed to attain and provide for a high level of proficiency and excellence for career and volunteer staff. Fire Prevention-Ensures compliance and is responsible for administering the California Fire Code,as amended by the City and District,as it relates to new and existing businesses,schools,multifamily and permitted occupancies.Further, services are provided for new construction plan reviews and inspections,vegetation management and weed abatement,hazard abatement,along with fire cause and origin investigations,community awareness and safety programs,public education and outreach. II Amount fJsed 11111 Amount Awliabla Activity Trends Budgetary C;ornpc sffion 11IIIN2r. M :01,Ner Operating, IIII.Gepltdl VIII Fntumbrancas -r,tM f3uri4et )uuuuuuuulouuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuiuuuuuuuuulouuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuiuuuuuuuuulouuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuu�u) uuuuuuuuuuuuuuuuuuuuuu) AmountAwllable ) '. AmountUsed IVV .....1:1111111111111111111111 1,000,000 2,000,000 3,000,000 4,000,000 fS'000,000 6,000,000 Departnient A4titM y Over Last Three Years by C,C)r)1pC sffion 3,�soo,000 3,046,591 no Revenue 3,000,000 2,786,355 VIII Personnel 2,1500,000 2,372,018 2,164,234 'Other Operatin4 2,000,00011111CaPIW 1,511,030 .1,622,818 1,1500,000 1,358,362 1,000,000 5001000 136,383 ( '. 74,749 .120710 6002 122,000 1423,011 6,448 238,896 201,765 ,.(((((((((((((( 2016-17 Aa.ual(full year) 2017-18 Ao,M(full year) 2018 19 f3ud4at. 2018-19 Ao,A(mid-year) Notes 1 2 3 20 18 Attachment 1 Fiscal Year 2019-20 �1 City of Ukiah Fire Division - Number Number of FTEs (department-wide) Department 21 Division 212 Section Accomplishments From Fiscal Year 2018-19 Stated Objectives Status Department/Division Comments: 1 Implement the key management services In progress Staff continues to transition all contained in the Agreement of Shared financial and general services to Management Services of Fire those provided by the City. Departments. ............................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 2 Fill all vacant authorized positions. In progress ; Permanent Fire Chief begins 2/19/19. Vacant Division Chief position pending testing/ promotion. Over hired one position for Workers Comp. Injury. ............................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 3 Increase total suppression shift personnel In progress ; Seeking additional funding to eighteen (=+3). opportunities. ............................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 4 Implement UVFA's Standard Operating In progress Lexipol (online SOP's) went live. Procedures. Continue to review/implement SOP's and assigning/completing Daily Training Bulletins (DTB's). ............................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 5 Implement the Fleet Replacement Plan. Completed Reduced combined fleet from 21 to 17. Replacing/Surplus according to approved plan. ............................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 6 Develop a Facilities Enhancement Plan. In progress ; Staff task force surveying facilities and developing a plan for the FEC's consideration. ............................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 7 Improve the Central Station Training In progress Immediate safety issues addressed Facility/Grounds. and continuous improvements being implemented. ............................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 8 Re-negotiate the Fire Dispatch In progress Although a priority for the Fire Agreement. Authority, this objective is not for the County and CalFire at this time. ............................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 9 Represent UVFA's interests in EOA In progress ; Staff is readied to provide input to Negotiations/Implementation. the RFP, when released, and negotiate with the prospective EOA ambulance providers. ............................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 10 Develop Performance Goals and Deferred This objective is being deferred for Objectives for the Intermediate (2+) and tasking to the new permanent Fire Long (6+) Terms. Chief. ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 21 19 Attachment 1 Future Objectives Fiscal Year 2019-20 Near-term Department/Division Comments: 1 Implement the key management services Continue transitioning all financial and general contained in the Agreement of Shared services to those provided by the City. Management Services of Fire Departments. 2 Increase total suppression shift personnel Seek additional funding opportunities. to eighteen (=+3). 3 Implement UVFA's Standard Operating Continue to review/implement Lexipol Procedures (SOP's). (online)SOP's and assigning/completing Daily Training Bulletins (DTB's). 4 Develop a Facilities Enhancement Plan. Staff task force surveying facilities and developing a plan for the FEC's consideration. 5 Improve the Central Station Training Continuous improvements being implemented. Facility/Grounds. 6 Re-negotiate the Fire Dispatch The County and CalFire are expected to re-open Agreement. negotiations with FYI 9/20 budget development. 7 Represent UVFA's interests in EOA ; Staff is prepared to provide input to the RFP, when Negotiations/Implementation. released, and negotiate with the prospective EOA ambulance providers. 8 Identify alternate funding sources and A continuing revenue shortfall for valley-wide fire enhance revenue for continued UVFA protection needs to be addressed to insure an operations. adequate level of service is maintained. 9 Transition gas powered auto extrication Two of five sets were transitioned with the two equipment to battery powered new Type I Engines. CIP submitted for the technology. remaining three (one per fiscal year). 10 Partner with allied agencies on mitigation Continue to partner with allied agencies to measures for wildland fires. maximize mitigation measures for wildland fires. 1 1 Update job descriptions in cooperation FEC to appoint two members to work with staff with the FEC, Human Resources and and labor to review and update all fire job Labor Groups. descriptions. Intermediate-term Department/Division Comments: 1 To be determined. The development of these objectives are being deferred for tasking to the new permanent Fire Chief. 2 3 4 5 ............................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Long-term Department/Division Comments: 1 To be determined. The development of these objectives are being deferred for tasking to the new permanent Fire Chief. 2 3 22 20 CITY OF UKIAH Attachment 1 2018-19 MIDYEAR REVIEW City of Ukiah Activity Summary Fiscal Year 2018-19 'ryPP�'o��..��C1�1�d Name Number Number of FTEs(department-wide) Department WATER RESOURCES 27 Division UNDEFINED 3�.5� Section UNDEFINED Description Budget Summary The Water Resources Department is responsible for the production,treatment and distribution of drinking water;the collection, ,(D Actualcollection,treatment and disposal of wastewater;and for meeting its conservation goals,while simultaneously facilitating the disposal objectives of wastewater disposal in an economical and environmentally sustainable way. It consists of three distinct,yet integrated divisions: -Water -Wastewater -Recycled Water �r�IIU�II�lU111/����1�11��1 Imo Amount fJsed VIII Amount Avellabla Activity Trends Budgetary C;ornpc sffion VIII N2r. 6 O'.her Opr-,itlnk; IIII.Giplt,.il VIII Fncurnbrcinces r itM f3ud E,*et. AmountAwllabie Amountusec9 fS'000,000 10,000,000 115,000,000 20,000,000 215,000,000 30,000,000 315,000,000 40,000,000 Departnient A4titM y Over Last Three Years by C,C)r)1pC sffion so,000,000 26,775,494 �Revenue 215,000,000 VIII Personnel i 01Nrr Operciting 20,000,000 18,615,521 VIII(_cipil'.ad 115,000,000 13,440,221 13,188,231 13,927,047 15,111,674 10,000,000 8,342,541 4,551 1984'908'559 5,976,29 6,384,34 °° lt«««i�iiii111i IIIIIIIIIIIIIIIIIIIIIIIIIIIIII iii�iiiiiiiiiiiiiiiiiiiiiiiii ltltlt««««�i���i 20869941,715,95 2016-17 Ao,A(full yezir) 2017-18 Ao,A(full yazir) 2018-19 f3ud5at. 2018-19 Ao,A(mid-yazir) Notes 1 2 3 23 21 CITY OF UKIAH Attachment 1 2018-19 MIDYEAR REVIEW City of Ukiah Activity Summary Cityaf Ukiah Fiscal Year 2018-19 ,,* -L=� Name Number Number of FTEs(department-wide) Department WATER RESOURCES 27 Division WATER SERVICES 271 Section UNDEFINED 15.39 Description Budget Summary The Water Division is comprised of three sections:Administration,Production and Distribution.The Administration section is responsible for all compliance,permitting,funding oversight,budgeting,and assists the other divisions with lBudget to Actual technical assistance.The Distribution section is closely coordinated with the Wastewater Collection section of the Wastewater Division,as the same team of employees maintains and improves both systems.The Production section is responsible for the operation and maintenance of the Water Treatment Plant(WTP)and all other groundwater and surface water sources. Activities Performed: Administration: -Provide technical assistance to the Water Division Teams in order to ensure their operations are efficient -Implement Capital Improvement Projects for system upgrades while monitoring revenues and expenditures to ensure the rates are supporting their purpose Operations and Maintenance: -Provide daily maintenance to the system to keep it in operation -Identify defects in the system that need repaired or upgraded Treatment: -Operate the Water Treatment Plant in a manner that meets the regulatory requirements for providing clean,safe and reliable drinking water supply for the community -Maintain the plant and groundwater wells to keep them fully functioning -Monitor the Water Distribution system to ensure it is properly functioning III A-unt J,,d 11111 Anrount Avzilzbl�2 Activity Trends Budgetary Cornposffion 11111 N2-.-M 01,N�r Opc,rzting, 1111(,IPIt,II 11111 Encunibrc-2s -R,tM Budg,,2t Ani(.YuntAvcilcbl,2 An,,.yunt(.J,,�d 1,000,000 2,000,000 3,000,000 4,000,000 �'000'000 6,000,000 Depar-tr-nent ActMty Over Last Three Years by Cornposffion 12,000,000 10,831,286 IM R--,, 10,000,000 JJ))N2-nncd 01,N�r Op�2rcting, 8,000,000 11111(�P[Ufl 6,000,000 5,841,281 6,253,215 1,321,411 4,000,000 3,429,060 2,874,407 2,000,000 11,48S,81f�,632,7 3 1,2S9,8451,499,22 11,700,1121,686,4882,199,866 �983 600 390554 888,440 P11�1�111 111111 Milli 111111 1 100'111 ' 2016 17 Aa,,I(full per) 2017 18 Ao,A(full y�2cir) 2018 19 Budg,,2t 2018 19 Ao,A(niid y�2cir) Notes 2 3 24 22 Attachment 1 Fiscal Year 2019-20 C'ity of Ukiah Water Services Division Number Number of FTEs (department-wide) Department 27 Division 271 Section 2711 Accomplishments From Fiscal Year 2018-19 Stated Objectives Status Department/Division Comments: 1 Expand Supervisory Control and Data In SCADA is complete for Wells 4 and Acquisition (SCADA) System to Wells and progress 9, booster stations are in planning Booster Pumps. phase. ....................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 2 Construct Replacement Pressure Zone 2 In ; Design is complete and in prep for South Reservoir. progress bidding. ....................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 3 Begin Groundwater Sustainability Plan Complete Ukiah Valley Groundwater (GSP) for Sustainable Groundwater Sustainability Agency (UVGSA) has Management Act (SGMA) Compliance. hired LWA to prepare plan. Planning preparation is underway. ....................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 4 ; Water main replacement. Complete Water mains were replaced on Luce, Washington and Observatory. ....................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 5 ; Optimize how water interacts with other In Measure Y has resulted in increased divisions. progress interaction. 25 23 Attachment 1 Future Objectives Fiscal Year 2019-20 Near-term Department/Division Comments: 1 Water main replacement. Continue to coordinate with Measure Y projects to increase scale of replacement. 2 Reinitiate Water Rights petitions. Revise petitions to align new goals and General Plan. 3 Update Urban Water Management Plan. City is required to update 2015 Plan by 2020. 4 5 Intermediate-term Department/Division Comments: 1 Update rate study. Five-year 2016 rate study will need to be updated for FY 2021. 2 3 4 5 Long-term Department/Division Comments: 1 Increase beneficial use under City Water Optimize source timing and maximize Rights. conservation and conjunctive use. Discharge/recharge ground water. 2 3 4 5 26 24 CITY OF UKIAH Attachment 1 2018-19 MIDYEAR REVIEW City of Ukiah Activity Summary Fiscal Year 2018-19 'ryPP�'o��..f�C1�1�d Name Number Number of FTEs(department-wide) Department WATER RESOURCES 27 Division WASTEWATER SERVICES 272 •� Section UNDEFINED 4 Description Budget Summary The Wastewater Division is comprised of three sections:Administration,Collection and Treatment.The Administration section ,(D Actual is responsible for all compliance,permitting,funding oversight,budgeting and assists the other divisions with technical assistance.The Collection section is closely coordinated with the Water Distribution section of the Water Division,as the same team of employees maintains and improves both systems.The Treatment section is responsible for the operation and maintenance of the Wastewater Treatment Plant(W WTP)and all discharges from the W WTP. Activities Performed: Administration: -Ensure that Compliance with the Wastewater Collection System and Wastewater Treatment Plant meets all State requirements -Administer the National Pollutant Discharge Elimination System(NPDES)Permit for discharge to the Russian River from the Wastewater Treatment Plant Implement Capital Improvement Projects for system upgrades while monitoring revenues and expenditures to ensure the rates are supporting their purpose r, Operations and Maintenance: -Provide daily maintenance to the system to keep it in operation -Identify defects in the system that need to be repaired or upgraded Treatment: -Operate the Wastewater Treatment Plant in a manner that meets the regulatory requirements for discharge IIS -Maintain the plant to keep it fully functioning Imo Amount J,,d VIII Amount Available Activity Trends Budgetary Cornposffion VIII Personn(d :01,Ner 0peratln4 IIII CZ,pltdl VIII Encumbrances -Rit,I f3uri5etiuuuuuuuulouuuuuuuuuuuuuuuuuuuuuuuuiuuuuuuuuulouuuuuuuuuuuuuuui uuuuuuuuuuuuuuuuuuuuui�uuiiiiiiiiiiiilouuuuuuuuuuuuuuuuuuuuuuuuiuuuuuuuuulouuuu Amount Available llllllllllllllllllllllllllllllllllllllllllllllll 411111111111111111111111111111111111111111111111111111111111111111111U1U!!lBNiiffff(IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII Amountusec9 IV { 1,000,000 2,000,000 3,000,000 4,000,000 fS'000,000 6,000,000 7,000,000 8,000,000 9,000,000 Depar-tr-nent ActMty Over Last Three Years by C,Or)1posffion 9,000,000 8,000,000 7,598,940 7,784,234 7,673,832 IM Revenue VIII Personnel 7,000,000 r:..Otber Operciti ng 6,000,000 VIII C:.ipiu l fS'000,000 4,391,120 4,683,878 4,000,000 2,912,678 3,017,082 3,000,000 1,617,664 1,702,084 1,999,535 2,000,000 '.1,466,416 1,477,371 1,156,498 1A24,4521,312 3 2 1,000,000 �Irlrlrlrl(lflfltltl� IIIIIIIIIIIIIIIIIIIIIIIIIIIIII lllllllllllllllllllllllll6 ������������������������������ �lrlrlrlrlrlrl(lflfl� iiiiiiiiiiiiiiiiiiiiiiiiiiiii ,1 51 j 2016-17 Ao,M(full year) 2017-18 Ao,M(full year) 2018 19 f3uc95at. 2018-19 Ao,A(niid year) Notes 1 2 3 27 25 Attachment 1 Fiscal Year 2019-20 City of Ukiah Wastewater Services Division w Number Number of FTEs (department-wide) Department 27 Division 272 Section 2722 Accomplishments From Fiscal Year 2018-19 Stated Objectives Status Department/Division Comments: 1 Improve recruiting success. Completed WWTP has a full staff. 2 Replace/Upgrade belt filter press. In progress WWTP has completed onsite evaluation of several dewatering technologies. 3 Apply for solar grants. Deferred Funding opportunity has lapsed. 4 Complete chlorine contact basin Complete expansion. 5 Complete National Pollutant Discharge Complete Elimination System (NDPES) permit renewal. 6 Complete rate study. Deferred Rate study is 5-years overdue and has been delayed due to the Ukiah Valley Sanitation District Litigation. 7 Install gas scrubber. Deferred New boilers cannot run reliably on digester gas due to new emissions equipment. Quality of digester gas needs to be improved using scrubbers. 28 26 Attachment 1 Future Objectives Fiscal Year 2019-20 Near-term Department/Division Comments: 1 Complete rate study. Rate study is 5-years overdue. 2 ; Install gas scrubber. New boilers cannot run reliably on digester gas due to new emissions equipment. Quality of digester gas needs to be improved using scrubbers. 3 4 5 Intermediate-term Department/Division Comments: 1 Clean and rehabilitate Digesters are due for major cleaning and rehab. digesters. 2 Begin inflow/infiltration reduction projects. 3 Reduce Discharge to the Russian River. 4 5 Long-term Department/Division Comments: 1 Achieve Zero Discharge. Evaluate discharge alternatives for remaining effluent to eliminate discharge to Russian River. 2 3 4 5 29 27 CITY OF UKIAH Attachment 1 2018-19 MIDYEAR REVIEW City of Ukiah Activity Summary Fiscal Year 2018-19 'ryPP�'o��..f�C1�1�d Name Number Number of FTEs(department-wide) Department WATER RESOURCES 27 Division RECYCLED WATER SERVICES 273 0.80 Section UNDEFINED Description Budget Summary The Recycled Water Division was recently developed to reduce issues with discharge of effluent from the Wastewater ,(D Actual Treatment Plant while improving water supply,drought resilience,and the environment. As this utility becomes operational,a number of decisions need to be finalized regarding funding and staffing. Activities Performed: -Initial construction of Phases 1 to 3 of Recycled Water System -Operation of the System will begin in the current or next fiscal year P 1 III Amount fJsecl VIII Amount Available Activity Trends Budgetary Cornposffion 11IIIN2-. 6 :Oi'.her Operating, IIII.GZ,pltdl VIII Encumbrances -R,tM 2ud�,ret. uuuuuuuuulouuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuiuuuuuuuuulouuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuiuiuuiiiiiiiiiiiilouuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuiuuiiiiiiiiiiiilouuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuiuuuuuuuuulouuuuuuuuuuuuuuuuuuuuuuuuu AmountAwllable An,m,ntused IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII VIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII UlU!!lBNlfffff(IIIIIIIIIIIIIII I fS'000,000 10,000,000 115,000,000 20,000,000 215,000,000 Depar-tr-nent ActMty Over Last Three Years by C,Or)1posffion 215,000,000 1WRevenue 22,576,091 VIII Personnel 20,000,000 Other Operating, VIII(_.�pil'.ad 115,000,000 14,069,884 10,000,000 9,157,325 i,000,000 - 67,557 5,783 14,083 - 111,223 85,953 - 118,754 13,983 - 78,942 13,047 ''..,. 2016-17 Ao,A(full year) 2017-18 Ao,A(full year) 2018-19 f3udg,at. 2018-19 Ao,A(nncl-year) Notes 1 2 3 30 28 Attachment 1 City of Ukiah Fiscal Year 2019-20 Recycled Water Services Division Number Number of FTEs (department-wide) Department 27 Division 273 Section 2733 Accomplishments From Fiscal Year 2018-19 Stated Objectives Status Department/Division Comments: 1 Complete construction of a In progress portion, or complete Phases 1 through 3 during Fiscal Year 2017/2018. 2 Evaluation of Riverside Park In progress for possible on-site storage. 3 4 5 31 29 Attachment 1 Future Objectives Fiscal Year 2019-20 Near-term Department/Division Comments: 1 Begin Operation of Phases Construction completion scheduled for May 2019. 1-3. 2 Design Phase 4. Carollo has begun preliminary engineering. 3 Secure funding for Phase 4. State funding application is complete, preparing documents for Federal funding. 4 5 Intermediate-term Department/Division Comments: 1 Construct Phase 4. Anticipated to begin in FY 2020/21. 2 3 4 5 Long-term Department/Division Comments: 1 Evaluate water balance. Water balance will need to be analyzed after operation of Phases 1-4 to determine need for additional reuse or disposal alternatives. 2 3 4 5 32 30 Agenda Item No.: 3a MEETING DATE/TIME: l/20/2019 0/0 PEAK ITEM NO: � AGENDA SUMMARY REPORT SUBJECT: Proclamation of the Ukiah City Council Recognizing March as Women's History Month DEPARTMENT: Clerk/Admin PREPARED Kristine Lawler ATTACHMENTS: Attachment Women's History Proclamation Attachment Women's History Event Flyer Summary: Council to issue a proclamation recognizing March as Women's History Month. Background: The City celebrates and honors women and their contribution to our community annually during the month of March. In March of 1983, the first Women's History Gala Celebration in Mendocino County was held at the Anderson Valley High School. Thereafter, each year it has been held in the City of Ukiah with the March 3rd Celebration marking its 30th anniversary. Discussion:At the February 20, 2019. Regular Meeting, the City Council will issue a Proclamation (Attachment 1) recognizing March as Women's History Month. Additionally, the public is invited to attend the 36th Annual Women's History Gala Celebration onMarch 3rd at12:3Op.m. at the Saturday Afternoon Clubhouse, 1O7S. Oak Street, Ukiah (Attachment 2). Women honored who embody this year's theme. "Visionary Women: Champions of Peak and Nonviolence" are Antonina "Annie" Esposito, Maggie Norton, and Madge Strong. The RECOMMENDED ACTION: Issue a Proclamation of the Ukiah City Council recognizing March as Women's History Month. 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 and Katarzyna Ro|zinoki, Chair 36th Annual Women's History Gala Celebration program will be highlighted with poetry and song to include past and present women Ukiah Poets Laureate: Linda Noel, Theresa Whitehill, and Roberta Werdinger and music groups: Breath, Inland Valley Women's Chorus, Raging Grannies, and Rhapsodiva as well as story dancer, Nori Dolan. Refreshments and a Silent Auction will complete the program. Everyone is welcome. 2 2 ATTACHMENT 1 PROCLAMATION MARCH: WOMEN'S HISTORY MONTH 361h ANNUAL WOMEN'S HISTORY GALA CELEBRATION WHEREAS,in March 1983 the first Women's History Gala Celebration in Mendocino County was held at the Anderson Valley High School. Thereafter, each year it has been held in the City of Ukiah with the March 3rd Celebration marking its 36t`anniversary;and WHEREAS, the Mendocino Women's Political Coalition presents the 36t` Annual Women's History Gala Celebration with American Association of University Women- Ukiah, Ukiah Saturday Afternoon Club,Cloud Forrest Institute and community volunteers,and WHEREAS, the aforementioned women's organizations continue to work to increase and acknowledge the roles of women at all levels of community and public service, and to become knowledgeable about issues that affect their equality and to foster networks that extend and expand the creative,social,and political strength of women;and WHEREAS, promoting and celebrating the equality and achievements of all women continues to be at the core of this 2019 celebration of women's history, and the tradition of the annual Women's History Gala Celebration is to recognize and honor particular women who exemplify each year's designated theme for contributions in their communities through their fields of work,and WHEREAS, on Sunday, March 3, 2019, the public is invited to attend the 36th Annual Women's History Gala Celebration at 12:30 p.m.,at the Saturday Afternoon Clubhouse. Women honored who embody this year's theme, "Visionary Women: Champions of Peace and Nonviolence" are Antonina"Annie"Esposito,Maggie Norton, and Madge Strong.The program will be highlighted with poetry and song to include past and present women Ukiah Poets Laureate: Linda Noel, Theresa Whitehill, and Roberta Werdinger and music groups:Breath, Inland Valley Women's Chorus,Raging Grannies,and Rhapsodiva as well as story dancer,Nori Dolan.Refreshments and a Silent Auction will complete the program.Everyone is welcome. THEREFORE, 1, Maureen Mulheren, Mayor, and my fellow Ukiah City Councilmembers: Douglas Crane, Stephen G. Scalmanini,Jim O. Brown,and Juan V. Orozco do hereby join other communities in the nation in proclaiming the month of March to be Women's History Month and to recognize and celebrate the 36t`Anniversary of the Women's History Gala Celebration that will take place on March 3,2019. ,Signed and seated,this 20th day ofFlebruary,in the year Tiro Yhonsand✓Vineteen. ✓Ylazcreen✓ irtheren,Mayor 3 ATTACHMENT 2 �r 1 I r r, ,�rs�� ✓ii� �//;,, :I/i r, y;�i%- ,�f � // h �// i;-;: it /i,//,r ��/i/ %� I r rrtr tr� Im u / AnNe EspaMto Honoree March 2,3I J 019 � �i / Sunday, 12*30 Pm I� W r Iw Nanon n Honoree I l , Madge Strong k Mee Agenda Item No.: 3b MEETING DATE/TIME: l/20/2019 0/0 PEAK ITEM NO: � AGENDA SUMMARY REPORT SUBJECT: Proclamation Recognizing and Celebrating STEM Programs in our Community. DEPARTMENT: Administration PREPARED Kristine Lawler ATTACHMENTS: Attachment STEM Proclamation Summary: Council will present a Proclamation Recognizing and Celebrating STEM Programs in our Community. Background: The study ofScience, Teohno|ogy. Engineering and Mathematics (STEM) is critically important to the successful future ofour nation. STEM provides the basis ofknowledge and skills b» beable tosolve tough problems, gather and evaluate evidence, and make sense ofinformation. Former President C}bamaexplained, "Science is more than a school subject, or the periodic table, or the properties of waves. |tioanapproach b» the world, a critical way to understand and explore and engage with the world, and then have the capacity to change that vvor|d...^ STEM programs have been incorporated into the curriculum and experiences offered throughout Ukiah Unified School District. These programs help students become better prepared for the growing career demands in the fields ofscience, technology, engineering and mathematics. Discussion: The following five STEM events are happening in our community and across the State: RECOMMENDED ACTION: Mayortoread and preoenttheProclamation. 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 and MayaSimeroon, Project and Grant Administrator 1. The California Mayor's Cyber Cup (CMCC) is occurring on February 23rd at Mendocino Junior College. CMCC is part of an effort to bring awareness to cybercrime and to work towards filling the shortage of IT (specifically cybersecurity) workers. This shortage is critical to all types of businesses, as cybercrime affects everyone. The Ukiah team will be competing for the first time. The competition will take place online with Butte County schools against other schools in California. 2. The Ukiah High School RoboCats VEX Robotics team will conclude their season by attending the State Championship. This event is to be held on February 16th at the Google Building in Sunnyvale and broadcast live on YouTube. 3. The Science Olympiad Invitational will be held at Ukiah High School on Saturday, February 23rd from 7:00 a.m. —5:00 p.m. There will be a Division B (middle school) and Division C (high school) Science Olympiad Tournament for over 40 teams of 15 students competing across 23 different STEM events. This event is open to the public. 4. The Humane Society of Mendocino County is hosting a `Design a New Doghouse' challenge for Ukiah Unified students. There is an award for the top two designs that show innovation along with the highest potential for real world utilization. 5. The 33rd Annual Mendocino County Science Fair will be held on Saturday, March 30th at Mendocino College. Spectators are invited to observe students in grades 3-12 as they showcase their projects on various topics including life science, physical science, earth and space sciences and engineering. The City of Ukiah supports STEM programs and encourages the community to get involved by volunteering and attending the events. 2 2 ATTACHMENT 1 PROCLAMATION SCIENCE, TECHNOLOGY, ENGINEERING AND MATHEMATICS (STEM) PROGRAMS IN OUR SCHOOLS AND COMMUNITY Highlighting the California Mayor's Cyber Cup, the Ukiah High School RoboCats VEX Robotics State Championship,the Science Olympiad Invitational, the Doghouse Design Challenge, and the Mendocino County Science Fair WHEREAS,Science,Technology,Engineering and Mathematics(STEM)is critically important to the successful future of our nation. STEM provides the basis of knowledge and skills to be able to solve tough problems,gather and evaluate evidence, and make sense of information. President Obama explained,"Science is more than a school subject,or the periodic table,or the properties of waves. It is an approach to the world, a critical way to understand and explore and engage with the world, and then have the capacity to change that world..."; and WHEREAS,STEM programs have been incorporated into the curriculum and experiences offered throughout Ukiah Unified School District. These programs help students become better prepared for the growing career demands in the fields of science, technology, engineering and mathematics; and WHEREAS,the following five STEM events are happening in our community and across the State;and WHEREAS,the California Mayor's Cyber Cup(CMCC)is occurring on February 23rd at Mendocino Junior College. CMCC is part of an effort to bring awareness to cybercrime and to work towards filling the shortage of IT(specifically cybersecurity) workers. This shortage is critical to all types of businesses,as cybercrime affects everyone.The Ukiah team will be competing for the first time. The competition will take place online with Butte County schools against other schools in California;and WHEREAS,the Ukiah High School RoboCats VEX Robotics team will conclude their season by attending the State Championship. This event is to be held on February 1611'at the Google Building in Sunnyvale and broadcast live on YouTube;and WHEREAS,the Science Olympiad Invitational will be held at Ukiah High School Saturday,February 23rd from 7:00 a.m. 5:00 p.m.,there will be a Division B(middle school)and Division C(high school)Science Olympiad Tournament for over 40 teams of 15 students competing across 23 different STEM events; and WHEREAS,the Humane Society of Mendocino County is hosting a`Design aNew Doghouse' challenge for Ukiah Unified students. There is an award for the top two designs that show innovation along with the highest potential for real world utilization; and WHEREAS,the 33rd Annual Mendocino County Science Fair will be held on Saturday,March 3011'at Mendocino College. S indents in grades 3-12 will showcase their projects on various topics including life science,physical science,earth and space sciences and engineering; and WHEREAS,the City of Ukiah supports STEM programs and encourages the community to get involved by volunteering and attending the events. 3 ATTACHMENT 1 THEREFORE,I,Maureen Mulheren and my fellow Ukiah City Council members Douglas Crane,Steve Scalmanini,Jim Brown,and Juan Orozco do hereby join together to recognize and celebrate the STEM programs in our community and wish all the participants good luck in their endeavors. Signed and sealed,this 20t"day of February,in the year Two Thousand and Nineteen. Maureen Mulheren, Mayor 4 Agenda Item No.: 3c MEETING DATE/TIME: l/20/2019 0/0 PEAK ITEM NO: � AGENDA SUMMARY REPORT SUBJECT: Mendocino-Rebuilding Our Community (M-ROC) Presentation of the One-Year Anniversary of the Redwood Complex Fire Report. DEPARTMENT: Community 8eNces PREPARED Tami Ba�n|nmei ATTACHMENTS: Attachment Mendocino Rebuilding Our Community One-Year Report Summary: The Council will receive a presentation regarding the one-year anniversary of the Redwood Complex Fire. Background: On the night of October 8, 2017, Mendocino County experienced the largest disaster on record, the Redwood Complex Fire. Over 7,000 residents fled from Redwood Valley and Potter Valley, leaving behind homesteads and livestock in an effort to save themselves. Within dayo, reports began counting one houoe, then another. that were lost to the fire, eventually totaling 400 households left with nowhere to return to. In the immediate news of the disaster, the Volunteer Organizations Active in Disaster (VOAD) took action to begin the recovery process. In the weeks following, an initial meeting with gathered partners convened and on December 4, 2017. the long-term recovery group, Mendocino-Rebuilding Our Community /M-RC}C\, was initiated. Over 30 organizations came tothe table b» create long-term recovery group. The Chief Executive Officer of the Community Foundation of Mendocino County stepped into the role of Chair, with the partnership of North Coast Opportunities (NCO) and the County of Mendocino providing guidance and support. The group developed subcommittees that focused on: RECOMMENDED ACTION: Receive presentation of the Mendodno Rebui|ding Our Community's (M-ROC) report ofthe one-year anniversary ofthe Redwood Complex Fire. 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 Case Management: Working directly with families and individuals who lost homes Construction and Housing: Creating housing opportunities and connecting families in need Material Donations: Collecting and distributing donations of household and personal items for survivors Emotional and Spiritual Support: Creating emotional and spiritual support resources for survivors Unmet Needs: Allocating funds for unmet needs Fundraising and Finance: Raising funds and managing finances for long-term recovery People Helping People: Creating a peer support network The group first focused on fire survivors' short-term needs, which included groceries, motel stays, diapers and $1,000 per family whose homes were lost in the blaze. Over $290,000 was distributed to help those with immediate needs. The group then focused on identifying individual recovery needs and long-term housing solutions. The group succeeded in honing their recovery efforts into a series of tiered grant opportunities to support a broad range of fire survivors with a focus on long-term housing. Disaster funds are managed by the Community Foundation of Mendocino County and distributed through North Coast Opportunities. Of the $2.5 million received from over 2,600 donors, approximately$1.75 million remains to support fire survivors. There have been matching dollars from local collaborators that have extended the work of the disaster fund. Discussion: One year later, the group is still actively supporting fire survivors. The Community Foundation of Mendocino County developed the "One-Year Anniversary of The Redwood Complex Fire" report. The report is a reflection on the work that was completed by the M-ROC group. Megan Barber Allende, Chief Executive Officer of The Community Foundation of Mendocino County, and Rose Bell, Project Manager of the Rebuilding Our Community team, will be presenting the report to City Council. 2 2 r' r �IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII ��s �� r ,u r �' uuul IIIIIIIIIIIIIIIII r � �'m o r r , p ll f sib s � III u•. I /� • . s ,I pp Ild III m rIj 1 �� IIID lull o r; klv" � c 1 rp ///%l/f//i//��%//% r i f i f I� / / , r , I r � r / ilk , r � / i / / / , ,Y I I , �a � I Ib Ff � I ;I I f N C N t ca L U 4� N N > N C 3 co 4' O O L L bA O C N N C _ L O N (6 (6 C O b�A 7 Q bA N N C C N O aJ •� O N >, Q- CO 4-' t N pp O O •— N ca'a 3 wc U U Q o °� N pp bA p �OD O O L N > L en c o o f6 w Q- 0 tw M o > - N� N •C C i > � bA O O N — N N 3 O a) co a� .� > 4� L U a� — L U 0 N N Y O O .S O N c0 bLA O N ._ c > 0 3 4-1N 4-1 N +� C O L CQ N C L 4� N O O N •U Q Q O tw Q L 4 C O bA N `� U O O N +moi C = N +� — N a L -0a••' C o 4� Q) G N t •N N O C N N N on N c a w >, O co 3 'co O o VIII •UNLO CONL -->co OLN a� LOL •a� t0 N CNC Uu -I' U pp ca L Q C O U ON 4 -0 O = � 4ca N C X M C N � U � 4� Oc U m O C O N C C N U t O c�a 3 N bA N .— M 4� N N N Z; N bA L o O 4-jbA O U N L L O C L •� on o U7 L C L O C �: o L` (6 III NNL � N +UJOC N N LCQ QN- O Q' 7 Q (U � E O• o O O 3 L O 4, N E 4� U O 4� >- NN -0 — 4� 4� E 4� E U p 14— N .L bA C O M O M U O .S N U U U uul„ 7 U L > ._ VIII°1 111111 � � � m > 3 -0 N 7 Q C N L 4' _ L 7 O m C p — O N '— O O O D O O L O U c� a) > ' •L — c W +, p 4� 3 Z a� N E N �O > C. Z, N N C .c O �O S U i W N O 74_ +� O N 7 U N o V i O O L N N L ca 3 N A C U ;4- OL c + a� O N O L p N N Q O O O 4� o ._ Z � 7 N L Q • puuIII IIi o ca C +� a� U f6 N O U o L 3 o C N rn CO > C °tw Q Q on Q > L j °' 0 0 •E N U .� •C .� L L L N O > >` •v m L >` N O U O N OL O N L C m >' L N N (6 O O C IIIIIIIIIIiIII 3 > a > O N > t o o c ° f6 a s E 14—� a� a M M M 0 o � - 4� c 4� — Q tw 3 Q- N N Q LO III IIIIIIIIIIII 3 IIIIIIIIIII III IIIIIIIIIIII M IIIIIIII 1111111 III u > U 7 � O N ,II u N bA IIIIIIIL m W I� > U O 4� _0 4� L N O O U N N L L 4� O U - U U 4� E a� ImmU L .......... .NE C •E U N 7 ° N U O N V) N N ca ca L a a� t ca o U � a C7 N — — ca a� O c c ._ �c 'c c liulllllk� _ U O O o •— U ° c L 1>0 IVI N N N �C �C C C >U w m O (p (n CII CII U) LL u II IIIIII UJJJJ9 4-j C/.) LLQ C N N II V _0 U i U c � L WW � � N U O N N O U N > //j �✓ +� N U Z v L _U o N L a) III VIII V �J1111"l1%J U �� CSI ca a� c� Zz III� W N 2 O � Q U� a N Q LO � O cNo 7 E V flu lu lu lu lu lu lu lu �' "i N ° O O O O C O U W N C Upy1JJJJJJJ�� z " . m ._ c c U U W U > o L a) ° Jlll1lJlr W ca U '�_ o a °c °c °c ( /iW II�IIIIIIIIIIIIIII�IIIIII�II�II�IIOIIOIIOIIIIOIIIImIIIIIoIII IIIIIIIIIIIIIIIIIIII-IIIIIIIIIIIIIIIIIIIIIIII� � ' _LO +U� +CN� L— .LN Q'' U U U O OU O O O O O N UO 0O �IL >- _ Q Q N c c c c 4� 3 _0 _0 Imllmllmllmllmllmllmllmllmllmllmllmllmllmllmllmllmllm :t O 0 N N L _ O O N N N N O �1111�»Jll1%� O �` U U U U 2 2 Y a O I --I .O O :3OA Lr) 10 � pl w muum H-A} co HO}Lo0, 00, � '0O � H} to IIS �;a'll w uuuuV,uuuuuuuuuuuuuuuuuuuuuuuuuuuuuuu,V,uuuuuuurrrrrrrrrrrrrrrrrrr"r"r�illl A !it I'(IIIIII to r„., w 'mime°I I ull � wYIY w '��uPi ulll. mei LL uliw a u II w� w > lil �m III V I w ,gip ”"' wlll� m O nni� • m w, 7 wYIY w a W all6 i i $ : Iluuil IIIIII III � wYIYw aYIY� w w wlt I I,�Im w U E E vi alll, a� III m IIID • v7 [ [ � f6 � m m m� IIIIII 'SIV j IIIIIIIII +-� �u IIIIIIIII N ca c2S Oj O m>- LL LL E 'W c c o o = O W O L L 0 C6 1 �O cT, E O cOn o `" N C -O 12 c2S a cEa Z) O Ea axi E >,ILL (U � >, LU U + p L o E -aO c ;� U U 0 +6 U c L a E c V 070 61IIIANV o o '' o L hlllllllllllllllll > 0 -°a U a, o LL c O O o c 'u •u + t Q •u ca ' t L V Q .2 . N p 7-O € m L o •- c c g E (III u L � uu U umuu G cG 'V�I •� cG E yVf6I III ���jII1II1., uuuuumuuuuuuuuummi •j> ON O QLN O J O O - — ate, - N C C O CO NL L O UC N ) C O O -O a O O C OEu -OtU O- LT- O O O ao EE -o Q • >� >ai O O Oj, ca O L0 O C I Z1111111111111111 ALL O C: LLU � o a, v oln +r � Z' `z tocLa E in N N > O ca L C umlillllllll — 7 E — Q' in 'O ++ V uuuuuuuullnn � '� '— O_ � '� � _ bA V L � > L U _ N '� uuuuuuull N pn O > ti:�''�;;:y uuIuuuum O O U LL O LL 'o o uuuum :� L +, U ~ 'O U L E E — E — — � L N N C t O �I E EOO � y EOy �? " IIIIIIIIIIIIIIIIII � � � � OWN O O D U O O U O -o lid in in O '— > ca 3 V T U U Z Z H U Z H r omuV W N O +' II„ m IIuIIlIlI 2 M Ll uuml V j i V L OL O r tA ; (mum V U � d (D O uuuuuuuuu C to �_ L O O +� a, +� a, E U U N o o w c c + O r L N ++ C N -O LL O o a 7 L O N - rn LL m 0 +; z Q L a, Q I... O C umlillllllll +L+ Q U '(6 O (6 L O 0 16.16.11 a.b... Q O ++ ++ 61IIIIIII61IIIANV ocQ E -6 N um�il'llluu z uuuuuuuuuum V L LL m N U O O — �, LL ti 0 C.. 0 0 o m o o = rn r fR � M T > o N � N d N C 0 E W O U o o o N o 0 O M .--i .--1 0 ,g- o M w Ln w C � � 0 01 0 N Ln N ummu �. uuuuuuuuum 00 00M M N uumuu uuuuuuum {f} {f} tR {f} {f} W� +N.m um um . E E 0 lm uu C ,� uuuuuuuuum �� � �� uuuuuuuum a-•� a-•� � y uuuuuuuuuuuum t uuuuuuu / o .Q dl,�G lullluuuuuuu U U C 4�[if v7 U U U O M.... uuuuuuuuuuuum N N + 2 N Z � N N N d'I,G N O N '-' O '` uuuuuuuuuuuum a� O Z C N UE O Q �'.� um°uuuuullnn — .0 uuuuuuum pp a=•; C _ uuuuuuuu L i O N C •C JU U uuuuuuuuuuuum J U U � (n Q Y 00 N Ln N > co O L •- Q. L N N c L O ° O N — N N � " �^� >, ^ 3 � N C L C O C c bA U U Q L „,,,„,,., e.„`”` Q N O •N 7 O N N N (6 O •Q N O +jc W "., +� LL (6 N Q L N = L N O bn O ,„ c U +� O ° QL N a� a� +� a +� _ 3 = N N - •c O t N N O 4- L Y 3 O Q" 4• ° Q- > > N Q O bA L 4 . N L N .N O N } N ^ C V) -0 L N c (6 O N N N w,„„ C N C L >• ° `� (6 L O L (6 � Q Q/ O O O C - +J +� C L N N _ N N L N O O ca O co c 4-J U ° 4-J N N •L L a'•i +� _ (6 O L •L +� N N (6 L L O L (6 N L L N N 4� ca ca > +' O >- +� — O QbA bAQ NN Z QU Q> bA O O O c N m O N Q- N +' L O ° ° L ;,; °r"� on ° a Z3 Vi ° oo E ° _ a� N L a� O O Q' N .",.,. ._ +� LL L — 7 ._ L c L U O c +, N N O Co-+, N �'�.., ._ m ._ >. L L O O +� N O N 3 U Q u ° L a� O = *' N .f6 ca c +r U L LL O +jQ N N co O O +, N _ O N N L Q O vi O O N uO O +j > O L +j •L N U Q N „:� � C O �' C ON N N +, Q UC N — O +j ° U N L _ 1111111 +� � ° N (6 L > ^ N •U M N > L N E C N 7 IIIIIIIIIIIIIIIII N N a'•� •N U C — c O N m •N N ca O N O +� ° ° _ 3 3 U N L W1111111 1I1I1I1I1I1I1I U O N N (6 O N U L N O N '' um umnmlY N '1'- N N 4- O c ;>N 4, c N N +� O N O >, L uuuuuu 1I1I1I1I1I1I1I ° N L Q � ..' ` " Q Q 4 • O .� N C O C Y N +� ° N N IIIIIIIIIIIIIIIIIY N N 4-j +•� O L N +� N d N N •- > N "."' N N O �' (6 L U J �p O L 3 (6 w 11 c o°n +� a a M 4� ° Y N R a� O a E >14- a 3 AANIIIIIAAA o ° > 3 o ° c N > L U ° ° O U cidU ca O t .�' °� °� > L c f6 a) 4, Z o a� p (6 C � Q >, Y � N U N E N U L Q liV6 'L98$ /i u v � �Ir N 4� ,.„ if j: IIIIII IIIIIIIIIIIII ������� U `N Q U IU L (,.� u +, e lrTil O °'" f , f wx {p �� , IIIIIIIIIIIIIIIIIIIIIIIIII N Q _ u ��� ,;,1�I ,�f • '' IIIIIIIIIIIIIIIIIIIIIIIIII IIIIIIII IIIIIIIIIIII �' CN 4� f �� I ,. III � x '�'""� � 1W a 9)I�a uuuu uuuuuu � � � � • rn NAM ° d106 'OSSS � 'f r ���lflPmi 4� ° cif IIIIIIIIIIIIIIIIIIII I � <n �"` r 1l� r Fu CL 4 Ln a� v 4= �p � ( �" um um IIIIIIII III IIIIIIII U < V) II 7 ` ,, ,i uuuu uuuuuu — � � O in L in -6 Q O p co +� in fl- coo C6 O > N U-) N 3 ^ Q . v-i 0 � 0 3 > > •- co co �_ 0 ov O E _a U +� C6 .— V O N L L O L � � L � � � > L r •in N � � ,� � co O p = w u L C: 0 Lr) cc C6 V d' co V -p r mm.-...� (7 O in L C p L C: > 0 0 L 3 0 3 Q 0 0 > a) o tw o a o 0 > 0 on on co x > +� = u co N O Z co O Q n O 6 +� cc - — s on o on o o on � � ° °A C6 0 _ 0 � u o ,� > L +, o O 0 0 L O oA o a) > L .Q a; co ov a) V7 �--� 7- lin a) L 3 > 6 L 6 O N u i 'in N N L U +' L ° L ° ow 0 0co o L > 0 ov 0 0 a LLn 0 _ 0 0 = Lr) Ln Q In L In +, O u Ln Ln Ln --� L F m mumj O Ui ) in C µ co LLr) Q a 0 12 O a) OO n Nin C:Q LL) O Ln u O Ln a 0 U C O Q S V 0 U 3 a a o o -0 — Ln — — a = a L o � 0 o L a C: u i > 0 0> w o oA o .� oon o L p 0 0 0 O p o ami 0 E E > u O L O O L L O u �L O 0 u w L� Lu � � 0 u L m O O O F� ' u L � Q o = U on Ln m C) O 4, a� C L - 4� U co OO N Q O° N N Cl O _ N QN o C N C N Q L N N N Q •� m „,�;., m,'."" '�'; 3 N 7 N Q N � Z3C U � i U -0 N N bA c0 3 L N L O O N O � +� N 0 •N N � L vi C OD O 0 2 O 3 N C O C O N C c +� E _ c +J N N N N N L N N N O Q N Q C Q O 7 Q 0 N C Q N � N � •L +� � � O O � Q C N N � L N L L — 41N 7 � .N , Q OA N QU N N O N II Q O OA -0 O +� N C �, — L N C N L 2 L L L a o ; 3 3 _ _ 3 c L L bA N = ca Q `� Q Q N +� N O L •� O � bA � Z N mu„ ;;;; bA ;;.. C N C N L -0 Q 14- C6 C 4� a..i N N N U .N o 3 o o Y o 3 o a o o •> bA N N L 14_ o a c ° 0 3 3 Q = ° o ° o > +, N N O U Q O Q p U N L C m L O N ziiiiiiiiiiiii II uuuuumIuIIlnIImIIIlIYI NC QNc 7 L -- N NQ N NN _4' OQ L N� Nb-A CL � .0N- N —LO� •=N7ob a 4� o m OA Q O •� E Q . co 4� OQ 4� c Q cC U=QN LtQN6 DO OQ- = Q ° { U +� U L O 7 OO 0 ULL U U O, 3Q O N Q Q 5 14— r II 3 L L O O Q •� (� O Q p O 3 "L N O Q Q L a bA C a � N to bA C bA N C O N O Q — N — > C Op ° c0 C U C N O C 3 N .� Q .� OA U L O � luuuuu uulll C `� C O m E �' N L C vi �_ ° �_ C O N Cl N 1111111 1I1I1I1I1I1I1I VIII VIII IY N — ON +� bA QJ N > • O O N +� N 4� U 4Q •U +L�L N C L 4-1 i i is � IIIIIIII � luuuuu I�Cn� piol eiiiiiiiiiiiiii LD �,i,I , „s �"� IIIIIIIIIIIIIIIIIIIIIIIIA'A'M ������IIIIIIIIIIIIIIIIIIIIIIIII � � � "%l22 � i�"I�" uuuuuuuullllllllllum uuuuuuuum N IIIIIIIIIIIIIIIIIII luu 61111AAM O al I cl Z :D Ln I(�IM.. IIIIIIII IIIIIIIIIIII ® m I� IIIIIIIII� � IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII ull Ir uu i' �I ,.... IIIVIIIIIIIIIIIIIIIIIIII IIII�I � waw luuuulll;uiuui 41, f w, mml m r . E 0 Qlfl luu � I IIIA a I iii i II III ILII w "k p�mlplpl0000l �'r' L Q bA L N � N C N > O C •O vi ' N L .� 3 N C (6 C O O N C L Cc: O +j co +, N v N 0 � N �c N M � U N O L +r +� N O L L +� Q - C c0 O N 0 Q) u L O o Q J o U N c 0 41 oo c0 — OD u Q Q O pp �_ (6 N N c O N Q - L N L u L > •(6 N N Y C � OCA O U N L a..i Q U U G O N L UW OD bA N N 7 i O O 7 U •N C Y 7 3 7 t N d O Q L O t Q vi L c0 +� N bA N bA N v Q- 0 1 Q N +� N +� L �, L C N 0 14— O c0 O N L +� L L N C N a — bA c L Q Q' � C N bA N U Q Z N - 7 O �; N � U — N O N N G N 'gip N c o f6 o � a� o } a Q O + t E a� N O O O O o C 3 � N m U - N E N L N O t t a O o L C6 ca O OD 4�L U ca N 3 p Lbn O Q O L .O L U o N m o E .L o Q U 4� OD — ._ ml° O p N m N N U 4 E U ,U N bA L 4� -4. v O L C N C 14- 4- C Q- E N L 7 E O > ca O co +- ¢h i C N N S U IIIIIIII 7 Y � .' O N > + O L 'C - O N L L >0E o 0 o ca CTC r F � i NC 14– -0 Q >- CIO N 3 O O N C a U N U C OD C N 7 +' 4� (6 N N L � U N N ,�wstta rr6 iii D a uuuuuuum � 4, = pn �, 3 O o L " N 4 7 N N " C 10 O d -0 Q ON N C > Q' L N 03 M ars r�., ars b 0 3 I N O O �o 0, O C C 1 Q +� Q �C �_ U N4� N O N O U d L Q t Q U Q ca C: -6b Q V Q ��� U L > Q U7 L CK cC U Q" U N N N U Q Q ca Q G C C .° E Q � ° c 14— - c oo N '; L N QO U L O > r Q ° a) f6 LL ca Q L of N O L L L C)_ 14- O y >` W 4� 0 L VVI C v7 N Q L bA +•� Q (V L L v7 `— O N uum uuuuu U Q C N Q a..i ,'��, Q O O Q N O a uuuuuuuumu, C Q N Q Q O Q- N •3 ° 9 4 N N IM 4� 3 N uuuuuuuu _ N .- L X ,,,, N 0 N C L Q N C U U Q Q U �. L .L O t N N +' ca O ca N Q Ln Uj N D Q " '- uuuum uuuum 4� Q 7 bA L 4� U • • • • • • uuuuul uuuum O 4� L Q ° •L Q N N S.r9 � Q +J — J O C C Q O i > LL Q C O (6 t ' IIIIIIIIIII�IIIIIIIIIIIIIII Q 4-j L U L L "i1 O ° > Qcr CIO Q m 61IIIIIII61IIIANV QL U :E5 = m C •� ,,,,b Q uuuuuuuuum C Q u.�.. Iluumllllluuullllluuuul oL LN .NNLO LQ 3 'c3a bQ>q. N 3 ° .. . =W QQ Q Q > pp ::QL OO NLQ •YQ +QQ� caOCLQa uuuuuuuumuuuuum Lf) 3OU Q Q U X E UOQ Q Q CE 0 O E 0 � U 00 E Q Cl- Q oOU Q _ OD E )— Q a ° o N ° ° tw C Uo �a O UO ° O Q 4� U o = N O Q V) uuuunm IIIII I vUi N Zos_i „; II IIIIIIIII .Q >' w C - 0 +� +� .a .N � Q C •� ...�I •� QC .L � � 4"CII 0_ IIIIIIIII IIII O U O C L C N bA Z O N N "... O O L N L 7 Q .N N O t O Y r.M O � Q Q � 4� U 3 �`:� uml U r o ° Q Q C Q f6 L L Q QE Q a�,;,u U U (n I..L Il LL o O L 3 � Q L `" Q Q „,,, • • • • • • b Q Z M li.0 I co L ca C OLLJ N N co N LL Y Qo VIII °o `° 10 o Op .L v ' ur, O i 3 C (6 O +� N Ov L N O du iO i N O co V) cn u .. w •N L Q � — L Q M U +' Q- O � � O C C N � u +� m Q :Ei C a) U U Q- 'n 4� a3 a� mi L L O C O E L o- — ° a Q N III 3 ° O ° E a L a U N Y O N 4-1 4� a� 4� C •> L O + O > N L C 'U U N C Q Q 0 0 C L L +, ° O Q m Q- v bA ° 110, O O O L c0 O •� .3 N .0 N .0 � Q' O C bA — N Q �_ ° :CL: .O C �' L bA L O L O C ° Q' X C N �j bA .� N N •> N E 7 Q O M 'M c " w t co a a� a� +� -0 Q- C O L O a� U O o N 7 L O N �C vi N +� L Q C N N L N ,N� L Q i O 3 U 42 N Q O 3 — X •E = a N -2 ° :t N •U vi N N N U c N >. L L CO _ U U > a..l _ U U YC Y 4� (6 O Q C .N N C. O 7 N C .N � N (6 O O >' O (6 C M p C C o ca cYa t o N � � N - � c U m Q o c cOa U u ate- ° > CC: t .N vi Q C +, °� +� o E 4-jQ O O N N >� O (6 L O cn O N •U .L >� � N > U 7 O a- � • L> N L � °L QV)i ° rywM : C C N O -,0) N ca LC ° t u 14— > E u 0 o �L vit T U U o = t o t a _ 41 CII LL O U QN °° E L c a a N o 3 o° on ono aU� t ° C: C ° °' U L `° °' o o `° +� ....: 3 0 Q O Y O ° o O U L N a — "" Lu O N � to U hyl U t F=Q) o � - °A o � O 6111111111116111111111111 ����� � "u:�: N N N C C N Fo o- L O L OD Z3 0 O N a bA NE C ,,,;, IIIIII IIIIIIIIIIIII ° O L c ° Q) Qu) II N u M IIIIII IIIIII '� � 4 U •N •L u L N N 4 m Q ° O O ° X N O M ; 03 _ C N +� N .� bA L O i c0 > 4: �: .� O N •� L _ C ...�. C M O U t C +°) C c c .: N N O O O M C L L •.: u11.1�P I y I SII N t L cn N M +� U N Q) N 7 L U a-•� U L N U a-•J N V IIIIIIIIIIII ��� V > (6 N ° U U O N N Q N (6 N � V 1111111 IIIIIIIIIIIIIIIIIIIIII O J L — LL L +' N _ (> > U fl i��%�"w„ren Ih 1N i �dr0 '"�^ r i,�✓ �i, 1. � a i - �o/// �/ 4 � n f � I lo14 7(t g5nd s1JU( C N E 0 'Z +�+ i O i `O C N~ p i N N L m t N N 0 -r- lB L "a'III� uuuuuuum uouuuu uuy�� w IIIIYY'lllll N l6 N LO +t V �_ N ON O N Y C 7 O Q 0 OV N �I�II a� C N i ca Qa' c Q � OM 7 -0 OO Q OU ' M O 0 7 C M �II^w 'aIYiY o � ? �v v E o � v O ° Ism w O +� c n OL Q la la la i c N O L1 +.� +� N +�+ v V t lL6 E N Y O 7 Q bA N O N N +, IIIIII IIIIII IIIIII I,,, 'n mC t � -r— Ln v� N p O N m Z) N �O N N n 111111111111111111111 L N V O +' •tn j +' �O t IIIIIIIu°IIIIIII III 'I;' .m Ilmlllll �'�III !III,I,I,III .v L Ov O v Q L i .v v v uu III IIIIIII III I,. II w� (Ij o IIIIII . _3 +O' U •L ! > N E pEN N + l6 -aNQE VV . C .— i N a p Q OE pO ULOpN+ p O v -r I • tp v UQ 41 v NO L 4Z N O O vM N E OOO NNQ O V bz) Ili IIIII"II"I' '°' ” .wa'i' ,�wIlu„uqlwIll' .w,mm liIlliw u�.umu wwwa w' Ilwiiwu I � IaYIY� tl (IIIIIIII IIIIIII p v � uuuuu uuuuuumuuuuul - bA L E O M p O n N O n n „IY ii N C O N C i O 'i N p O i bA U L w Ilam w u Illlllllllllmullll 7 N Nv L1 7 bA IIID ""w 'w� IaI� O +� umD l6 i l6 •V N to V V O OL O •C w u.... w. a.� v > O ca bA 7 L ca 00 E O Q c ,c �a Oj N v � j v N O V V IIIIIIIIIIII ate+ wM'I' all u � 0 Z) m Ln m E o 3 34 2 3 0 IIIIIII LO s -1 (6 L N 0 ` N N L O N C O O t O c0 O pp O in �(ff 7 NN N c U(6 L• C V �O • • O +• O tw O O > N ° +, °_0 L - C U O co + aQ U Q bA aN i N O 0i C VJ11�111 (6 N .O U c CN p � CO O p O +� - > O O O •C C N 0, , - - O O O O N LL U C L L - ffl V ca •UC Q' •N pOL VV . O NOca OQ V in 0 zO O CO O +j C - a +J n-000 O L O ��(fg#l�lmo oa * �mN N C � N O O O U, v O N Q j Q O LL : N bq p m N N Z3 p tw O N O N p ����111111j i r O •NN Q � • o4� U -0 O nw w O N O Q 0 CL � coQ N U n Q oNi iaUC O O a p 41 N C U C N C14 4-J U N a� ca o Cc a +� � t OL O > > C L LL 4� a :Eo C N a N > N N L +•i pll a " ca f 6 0 -0 O 0 1- 4- N N L +, Ili///////f//// c +� L 3 o a 0 Q) 1- 0 O N O N N N N � •L C N N Y N i O C Il ate-' bA UQ C O � +J •� >' N +'i 7 N N N C N N N . III LL bA N C C 7 a L = Z3 C C Iiffff °�' a , + u tz-0 L p N +� O fffffffff��f L0 V) �6 F=C O .N � O U L N a a o N D If�JJJJJJJJJJJuff l i W :t •N +� U co � > N CO O � O , L O LOA LL +' N OU +� +� C N +� 0 7 O / _ � u furl`r1J� / Q •N CO Q L a Q) +J L t 0 "4 �� 1 U!!!!lfff ffffffffl' 2 O oN a U r- Q LZ t E 2 U 1 o � s bA N L Q co Q ia,", U O C O O cNa N E O O _ 3 a N � O Q � C — L Z3 � } 4 c Q) C, U 5 O N N O C C D •N 3 N N N N N V) O N O L •V N C U > (6 •L N U +� Q) on C o a) c c E � a� 3 O c �* C •F ._ 7 L bA Q O Nj .� N •> •a OU •� N ' v C +) O N O O + L j J > L +� N C O N V L m L u ci Q Q C t N N o U + t N 11 "waa •V N N O N N •3 L 1`11 www +� +� U ca N Q) a E >- - O u t > N Y 3 OD a °—f 6' a y ca a) U O O U ca ca L 11 a� > o L C t o C cOo O o t a) -qc 0 •� c - O4� a� ° O U U w.A Z O C O bCA bCA N O C O bA Q) ` '^'ry C CO L U N 7 U -0 Q- N O L U C "' Z U +r `� +� (p U V IIIIIIIIIIIIIIIIIIIIIIIIII N O O 3 > > Q N t 3 .c N t O cNa cCa o U ° � �I IVU�IVU�IVU�IVU�IVU�IVU�IVU�IVU�IVU�IVU�IVU�IVU� 1 +, co L U i 4- +� +� C U �_ o o ap '— L N O ,O N N L N bA O N N u i ca O O a Q �_ O '� U L L C � N � ; IIIIIIIIIIIIIIIIIII U pp L •3 U •� � > +O Q N N N •L +j C O •� fl- i O O O U Q O N O L E 0 pupu�upuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuui > p � - °� — C _ – _ _ t E bA n�i I1 CJ o c •N t o C U OD 0 o Uco ° o aEi t L U Q > Q Z 2 Z3 � N > m o > t °p .E a - _ _ > o Y Q) Q) o L vi c o U U L > C7 a O o O cn E Z J OU 4-j Q (n N U +�� C N 111111 IIIIIIIIIIIII ti Ise (6 U o L +, +; 1 a� O U co O Q N CII 6 4-jO L N Q N II .O O U 4-j N L 3 N O w zi c o � � °U' o L N •> O N 41 0 t N U E p O v7 4- N 7j ji :E O > > >. U c0 O L L +- bA N +� >O o O •OU O C C bA U U m U U N Q M O U U U N U L /:... >. +o .3 Co > 11 E LL _ O a a� N O U O U N LJ 14— •N L Q0 -0 > N t Q O U � +j C N Q N O 1 N N bA .O L U O N 4 N QJ _ O L E O in W N +j 7 "L U N O +' O C O N +j t Q o > N a � °' O N .O m bA X C N L M U N 2 (6 N Cl C U N C 7 U L m O V O f6 > C6 �_ U N N O � N .� O > �, O t U N N O C u1 O C U +j +j N L > O E V LL W N C O N O N C +' V N O N f6 U X 7 U N O N j 0 Q O N 7 N 0 a--i Ln U O N O c0 N bA N > O L C N +j N L C C V L O N U O O O O N O � +� O X � ca O N C O �' U +� N N O W +O.i +� C 0O 14— 4-j co O O O Q V VuuIuuuuum 0 �n u 4-jO C O C -p c +� 3 mmu O E aA +� Q 1 O N E N O O -0 N L C � ;� N u E N � >. Q C +, N U C L V `� a O +' bA ql� •0 N N N N 4. N � bA N N C > ' O C N Q — >- bA O i � N C N > N O — L N C6 U > N N -O V C L E c _0 C a) O - '� � � � � � O � LL < LL h N u ° m 3 D M 00 0 U > L U N C O a 4' m • (6 N C _ Q c L o U O L U O •3 4O Q +� bCA U •Q L N U O t L CE. +� �n bA — 0> c t O CC), Li O N O — 3 'j OO ,0 O _0 Q N tw U •y N L N _ 7 N L N C L C N C C L {f} Z3 � bA bA NL OC O 1111111 uulllll 0 U ° c � O N °' Q 3 0 cOo L N O ° ca N +� N C L o N °A U L A N N > N Q- i N C UO C N U C CC t U>. O � >, N +� > C +� +� IIIIIIII = (6 U (6 O O -o L U_ U N N N bA C bA _ O � N > C •L C, O —0 .N C C C O uullllll� � — — � � � IIIIIIIA'A'All� 3 •- °!� � � � � °' � � >' •- � L t N � L C lllu Y U p U Q C :E5 C Q C L U E co, 0 uuuuuuuum N � O lll�illl 0 bA L C C L N `� O U U 3 0 77 � bA N O U o f U 0. .� � +� N C N N 4, III OU° E bA N N c s c0 IIS L L CO: H - p L IIIIIIIIIIIIIIIIIII „, L N L U N — .– U O +-' i N N L N (0 N Illllllllluulllllll�l � U 0 0 Y +� •— c � U — N O L > L 7 O N N C . IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII c � co t � — � � O � U p — a O — — N Jill a� O ¢� ,u O > +� O N 3 3 O U Q Z U oIIIIIIIuIIIIIII VIII (III O t VIII O bA NLL �' - N io11 mVul "" L L L \ O VIII — � U Q O N Q C pp N N •— 3 .. N pl uuuuuuul 0 c c > 3 0 a) ° >- 0 3 a) o E - � ° °' 'U bA N L O 0 0 � L O C N .c ° co �_ 2 +°� - 3 E 0 0 0 � III uuuuuu U AAA AM t C N +� +� — L on U +� N_ U N O .� > ca .� °U U 2 U p�� 1111uuuul0lll � r � f 6 uuuuuuuum II Ire > r i �u a a rr ru o f t Agenda Item No.: 3d MEETING DATE/TIME: l/20/2019 0/0 PEAK ITEM NO: � AGENDA SUMMARY REPORT SUBJECT: Presentation of Awards that Have Been Received by the City of Ukiah Public Works Department for Redwood Business Park Transportation Improvement and Talmage Road Interchange Project. DEPARTMENT: Public Works PREPARED llmEhksen ATTACHMENTS: Summary: The City Council will Receive a presentation of the awards that have been received by the City of Ukiah Public Works Department for Redwood Business Park Transportation Improvement and Talmage Road Interchange Project. Background: The Redwood Business Park Transportation Improvement and Talmage Road Interchange Project was designed by GHD and constructed by Ghi|otti Construction. The project had daily inspections by City Engineering Staff and was constructed inconjunction vvithandvva0000rdinatedvviththeopeningofthe Ukiah Costco. Discussion: The City Engineer, on behalf of the City Council, the City Manager and the entire City of Ukiah Teann, has proudly accepted the following awards. ACECNorth Coast Chapter: 2O18Public Works Project oftheYear ACECCalifornia: 2O19Engineering Excellence Honor RECOMMENDED ACTION: Receive presentation. 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 Marc Levine, California Assembly 10th District: 2018 Certificate of Recognition Mike McGuire, California Senate 2nd District: 2018 Certificate of Recognition Jim Wood, California Assembly 2nd District: 2018 Certificate of Recognition Bill Dodd, California Senate 3rd District: 2018 Certificate of Recognition Mike Thompson, U.S. House of Representatives 5th District: 2018 Certificate of Special Congressional Recognition 2 2 Agenda Item No.: 5a MEETING DATE/TIME: l/20/2019 0/0 PEAK ITEM NO: � AGENDA SUMMARY REPORT SUBJECT:Approval of the February 6, 2019, Regular Meeting Minutes DEPARTMENT: Clerk/Admin PREPARED Kristine Lawler ATTACHMENTS: Attachment l February 6, 2019, Draft Minutes Summary: Council will consider approving the Minutes of February 6, 2019, a Regular Meeting (Attachment 1). Background: N/A Discussion: N/A RECOMMENDED ACTION: Approve the Minutes of February 6, 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 February 6, 2019 6:00 p.m. 1. ROLL CALL 2. PLEDGE OF ALLEGIANCE Ukiah City Council met at a Regular Meeting on February 6, 2019, having been legally noticed on January 31, 2019. Mayor Mulheren called the meeting to order at 6:00 p.m. Roll was taken with the following Councilmembers Present: Juan V. Orozco, Jim O. Brown, Stephen G. Scalmanini, Douglas F. Crane, and Maureen Mulheren. 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 Tim Eriksen, Public Works Director/City Engineer. 3. PROCLAMATIONS/INTRODUCTIONS/PRESENTATIONS a. Ukiah On Ice; Presentation and Sponsor Appreciation. Presenter: Jake Burgess, Recreation Supervisor. Certificates were presented to: Adventist Health Ukiah Valley KWINE/MAX Radio Arrow Fencing LACO Associates Black Oak Coffee Roasters Mendocino Forest Products Community First Credit Union Northwest Insurance Agency, Inc. Coyote Valley Casino PG&E DeFatte Equipment Rental Radiant Yoga Diamond D Construction Savings Bank of Mendocino County Fetzer Vineyards Travelodge & Fairfield Inn & Suites Friedman's Home Improvement Ukiah Main Street Program George Petersen &Associates Ukiah Paper Supply Granite Construction Ukiah Waste Solutions Greater Ukiah Chamber of Commerce Visit Ukiah Hillside Health Center b. Receive Presentation of Fourth Quarter Employee Recognition Awards. Presenters: Sage Sangiacomo, City Manager, Justin Wyatt, Police Chief; Dave McQueary, Administrative Lieutenant; Lori Martin, Billing and Community Services Manager; Jake Burgess, Recreation Supervisor; and Mayor Mulheren. 2 Page 1 of 5 C lii" :';ou..�u�.n�;ul I iru u.,�i�,s tl`o IC:: Ilcru..�air flu, 2019, Cou„.ni.iru u��t� The following employees received recognition awards: Chris Long, Police Sergeant Ross Lunceford, Police Officer Adam Elledge, Police Officer Nancy Cooley, Customer Services Representative Daniel Spence, Recreation Program Coordinator RECESS: 6.28— 6:31 P.M. 4. PETITIONS AND COMMUNICATIONS 5. APPROVAL OF MINUTES a. Approval of the January 16, 2019, Regular Meeting Minutes. b. Approval of the January 30, 2019, Special Meeting Minutes. Motion/Second: Brown/Scalmanini to approve Minutes of January 16, 2019, a regular meeting, and January 30, 2019, a Special Meeting, as submitted. Motion carried by the following roll call votes: AYES: Orozco, Brown, Scalmanini, Crane, and Mulheren. NOES: None. ABSENT: None. ABSTAIN: None. 6. RIGHT TO APPEAL DECISION 7. CONSENT CALENDAR a. Report of Disbursements for the Month of December, 2018—Finance. b. City Council to Consider Authorizing the City Manager to Negotiate and Execute a Lease Agreement (COU No. 1819-160) between the City of Ukiah and Rusty Bowl BMX, Inc. — Community Services. c. Notification of Purchase (PO No. 45501) of Rectangular Rapid Flashing Beacon Signs and Poles from Statewide Traffic Safety and Signs in the Amount of$24,729.93—Public Works. d. Notification of Purchase (PO No. 45733) 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—Public Works. e. Request Authorization to Increase Contract (COU No. 1314-213-A3) Funding for Capital Improvement Projects Design and Engineering Services by $300,000 to Utility Design Services, LLC. (EUD) —Electric Utility. f. Award a Professional Services Agreement (COU No. 1819-161) with Munselle Civil Engineering for Engineering and Survey Support Services for the Dora Street Utility Improvement Project in the Amount of$90,590 — Public Works. g. City Council to Approve Submission of Two Concept Proposals for Proposition 68 Statewide Cultural, Community and Natural Resources Competitive Grant Funds for Vinewood (COU No. 1819-162) and Oak Manor (COU No. 1819-163) Park Improvements, and Authorize City Manager to sign Concept Proposal Applications and Grant Documents— Community Services. 3 Page 2 of 5 C lii" :';ou..�u�.n�;ul I iru u.,�i�,s tl`o IC:: Ilcru..�air flu, 2019, Cou„.ni.iru u��t� h. Notification of Acquisition of Services from Accurate Measurement Systems, Inc. for the Purchase of Instrumentation (PO. No. 45842) 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— Water Resources. i. Request Authorization to Amend Contract (COU No. 1516-212-A1) 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. (EUD) —Electric Utility. Motion/Second: Crane/Scalmanini to approve Consent Calendar Items 7a-7i, as submitted. Motion carried by the following roll call votes: AYES: Orozco, Brown, Scalmanini, Crane, and Mulheren. NOES: None. ABSENT: None. ABSTAIN: None. 8. AUDIENCE COMMENTS ON NON-AGENDA ITEMS No public comment was received. 9. COUNCIL REPORTS Presenter: Councilmember Brown 10. CITY MANAGER/CITY CLERK REPORTS Presenters: Sage Sangiacomo, City Manager and Tim Eriksen, Public Works Director/City Engineer. 11. PUBLIC HEARINGS (6:15 PM) a. 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. Presenter: Craig Schlatter, Community Development Director. PUBLIC HEARING OPENED AT 6:59 P.M. Public Comment: Joe Thomas, Heritage Mendocino Owner; John McCowen (speaking as a private citizen); and Brad Campbell, Garton Tractor General Manager. PUBLIC HEARING CLOSED AT 7.03 P.M. Motion/Second: Crane/Scalmanini to approve adoption of the Resolution (2019-05) 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 proposed Heritage Mendocino project. Motion carried by the following roll call votes:AYES: Orozco, Brown, Scalmanini, Crane, and Mulheren. NOES: None. ABSENT: None. ABSTAIN: None. 12. UNFINISHED BUSINESS a. 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. Presenters: Craig Schlatter, Community Development Director and Sage Sangiacomo, City Manager. Consultant Comment: Ken Brody, Mead & Hunt, Inc. 4 Page 3 of 5 C lii" :';ou..�u�.n�;ul I iru u.,�i�,s tl`o IC:: Ilcru..�air flu, 2019, Cou„.ni.iru u��t� Public Comment: Devon Jones, Mendocino County Farm Bureau; Joe Thomas; Brad Campbell, Garton Tractor General Manager; and John McCowen, Mendocino County 2nd District Supervisor. Motion/Second: Crane/Brown to approve a sole source contract (COU No. 1819-164) 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. Motion carried by the following roll call votes: AYES: Orozco, Brown, Scalmanini, Crane, and Mulheren. NOES: None. ABSENT: None. ABSTAIN: None. RECESS: 7:41-7:45 P.M. b. Mid-Year Departmental Budget and Objectives Progress Review. Presenters: Dan Buffalo, Finance Director; Greg Owen, Airport Manager; Sage Sangiacomo, City Manager; and Kristine Lawler, City Clerk. Reports for the Airport and City Manager's office were received. c. 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. Presenter: Dan Buffalo, Finance Director. Motion/Second: Brown/Crane to authorize the City Manager to execute Amendment 1 to Contract 1718-159 (COU No. 1718-159-A1) for an additional contract amount of $62,235, for a total revised contract amount of$158,235. Motion carried by the following roll call votes: AYES: Orozco, Brown, Scalmanini, Crane, and Mulheren. NOES: None. ABSENT: None. ABSTAIN: None. d. Authorize the City Manager to Execute Amendment 2 to Contract with NHA Advisors for Financial Advisory Services. Presenter: Dan Buffalo, Finance Director. Motion/Second: Brown/Crane to authorize the City Manager to execute Amendment 2 to Contract 1617-119 (COU No. 1617-119-A1) for an additional contract amount of$135,000, for a total revised contract amount of$154,500. Motion carried by the following roll call votes: AYES: Orozco, Brown, Scalmanini, Crane, and Mulheren. NOES: None. ABSENT: None. ABSTAIN: None. 13. NEW BUSINESS a. Approve 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. Presenter: Tami Bartolomei, Community Services Administrator. Motion/Second: Crane/Brown to approve award of a professional services agreement (COU No. 1819-165) 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. Motion carried by the following roll call votes: AYES: Orozco, Brown, Scalmanini, Crane, and Mulheren. NOES: None. ABSENT: None. ABSTAIN: None. 5 Page 4 of 5 C lii" :';ou..�u�.n�;ul I iru u.,�i�,s tl`o IC:: Ilcru..�air flu, 2019, Cou„.ni.iru u��t� 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). Presenter: Mayor Mulheren. THE CITY COUNCIL ADJOURNED TO CLOSED SESSION A T 9:19 P.M. 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 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 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 The City Manager reported that direction was given to staff. 15. ADJOURNMENT There being no further business, the meeting adjourned at 9:40 p.m. Kristine Lawler, City Clerk 6 Page 5 of 5 Agenda Item No.: 7a MEETING DATE/TIME: l/20/2019 0/0 PEAK ITEM NO: � AGENDA SUMMARY REPORT SUBJECT: Report of Disbursements for the Month of January 2019. DEPARTMENT: Finance PREPARED {�andiceRasmasnn ATTACHMENTS: Attachment January 2019 Summary ofDisbursements Attachment Account Codes for Reference Attachment Object Codes for Reference Attachment January 2019 Disbursement Detail Summary: The Council will review and approve the Report of Disbursements for the month of January. Background: Payments made during the month of January 2019 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. Accounts Payable Check Numbers (City& UVFAJ: 3O3O73O-3O3O849; 3O3O85O-3O3O971; 3O3O972-3O31O55; 3031050-3031100 Accounts Payable Wire Transfers: N64 Payroll Check Numbers: 5O0715-5O0754; 5O0757-5O0790 Payroll Manual Check Numbers: 5O0755. 5O0750 Direct Deposit Numbers: 9O883-911OO; 911O1-91331 Manual Direct Deposit Numbers: N/A RECOMMENDED ACTION: Approve the Report of Disbursements forthe month of January 2019. 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 Void Check Numbers: 3030726, 3030233, 3030244, 3029950, 3031090, 3030972, 506710 Void Direct Deposit Numbers: N/A Discussion: This report is submitted in accordance with Ukiah City Code Division 1, Chapter 7, Article 1. Attachment#1: January 2019 Summary of Disbursements Attachment#2: Account Codes for Reference Attachment#3: Object Codes for Reference Attachment#4: January 2019 Disbursement Detail 2 2 CITY OF UKIAH Attachment 1 REPORT OF DISBURSEMENTS REGISTER OF PAYROLL AND DEMAND PAYMENTS FOR THE MONTH OF JANUARY FUNDS: 100 General Fund $263,255.67 700 Sanitary Disposal Site Fund $8,240.10 105 Measure S General Fund 701 Landfill Corrective Fund 110 Special General Fund 702 Disposal Closure Reserve Fund 120 Streets Capital Improvement $67,213.85 704 Post Closure Fund-Solid Waste $0.00 201 Worker's Comp Fund $296,554.07 720 Golf Fund $6,639.25 202 Liability Fund $76,852.17 730 Confernence Center Fund $36,203.77 203 Garage Fund $6,857.70 750 Visit Ukiah $950.90 204 Purchasing Fund $2,138.59 777 Airport Fund $19,931.79 205 Billing&Collections Fund $11,882.39 778 Airport Capital Improvement Fund $15,583.00 206 Public Safety Dispatch Fund $562.13 779 Special Aviation Fund $14,377.87 207 Payroll Posting Fund $252,202.88 800 Electric Fund $893,836.59 208 Building Maintenance/Corp Yard Fund $41,852.80 801 Electric Capital Reserve Fund $1,563.35 209 IT Fund $26,023.50 803 Lake Mendocino Bond Reserve 220 Equipment Reserve Fund 805 Street Lighting Fund $9,258.96 250 Special Revenue Fund $88.46 806 Public Benefits Fund $6,495.02 251 Special Projects Reserve Fund $21,951.33 820 Water Fund $53,574.51 253 CITY PROP 172 $1,657.33 822 Water Capital Improvement Fund $32,200.44 300 Park Development Fund 830 Recycled Water Fund $497,161.93 301 Anton Stadium Fund $0.00 302 Observatory Park Fund 840 City/District Sewer Fund $215,490.01 304 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 $14,025.84 310 Museum Grants 901 General Service(Accts Recv) $1,889.24 311 Alex Rorbaugh Recreation Center Fund $5,053.06 902 U.S.W.Billing&Collection $41,757.32 312 Downtown Business Improvement Fund $18,136.97 903 Public Safety-AB 109 $0.00- 313 LMIHF Housing Asset Fund 905 Federal Emergency Shelter Grant 314 Writer Special Events $5,373.24 905 Mendocino Emergency Service Authority 500 2106 Gas Tax Fund 911 Russian River Watershed Association $2,949.75 501 2107 Gas Tax Fund 915 UVFD $13,815.71 503 2105 Gas Tax Fund 916 UVFD PROP 172 $2,021.01 505 Signalization Fund 917 UVFD Measure B 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 $55,716.76 961 RDA Housing Pass-Through 600 Community Development Block Grant 962 Redevelopment Housing Fund 601 EDBG 94-333 Revolving Loan 963 Housing Debt $103,000.00 602 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 $15.00 968 Non-Housing Bond Proceeds 607 Prop 84 Grant Fund 969 RDA Obligation Retirement Fund 609 13-CDBG-8940 844/944 Sewer Capital Projects Fund $182,493.93 610 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 $29,792.79 635 SUP Law Enforcement Service Fund $231.00 611 CDBG 16-CDBG-11147 637 Local Law Enforcement Block Grant 638 Asset Forfeiture 11470.2 H&S 639 Special Revenue-Police $0.00 640 Parking District Fund $611.09 691 Museum Fund $6,233.59 PAYROLL CHECK NUMBERS:506715-506754 DIRECT DEPOSIT NUMBERS:90883-91100 TOTAL DEMAND PAYMENTS-A/P CHECKS $3,365,078.44 PAYROLL PERIOD:12/16/18-12/29/18 TOTAL DEMAND PAYMENTS-W1 RES*&EFT's $74.00 PAYROLL CHECK NUMBERS:506757-506796 TOTAL PAYROLL CHECKS&DIRECT DEPOSITS $913,865.33 DIRECT DEPOSIT NUMBERS:91101-91331 TOTAL PAYROLL EFT's(TAXES,PERS,VENDORS) $563,498.83 PAYROLL PERIOD: 12/30/18-1/12/19 vendor name(if applicable) PAYROLL CHECK NUMBERS: DIRECT DEPOST NUMBERS: PAYROLL PERIOD: VOID CHECK NUMBERS: 3030726,3030233,3030244,3029950 TOTAL PAYMENTS $4,842,516.60 3031090,3030972,506710 MANUAL CHECK NUMBERS: 506755,506756 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 Attach�nt 4 IIIIIIIW11111m it f 111111@ � %IIIIIIIIIII WI1 PIII� 1�101111�11 1uµu�m, 1 @ I a I�'l�l u1 1�111111i111 lulllloii 1uI II�MIIIII�I��Iu �llll c{�II,� Nllp lull ryl�ll I IoI u��lllll 10 p'141 Imlllmll!11" IIII II0 1, III u11 Itllllul 11 1 u � p1� Iltlfll V ylNl Itlp� 1@111@11 IIWII IWI�"� r WWWJJJIIIkkklllp IIII VIII 1111111 "n,il aIlll lvv ng iist: off" tAllls 11�;°I IaNi a r�',19� 6ievvi1 1 ni 1pr-o � ,a1 for Ipl i,.:pl a 111 ri o-1ilr tl OW IWI IIP"IIIII ISI"Illjl� IIIIIOA I11I111110 I m pp mp I mp II pu m II mu mlu I ml o OUu ml w, m1 m^^ pp Illlu p 111111 r ,I 1 1m p'uu AFLAC 537281 CANCER/LIFE/ACC $7,461.42 20700000-20527 SECTION 125 $7,461.42 INSURANCE (CANCER 8 LIFE) Vendor Total: $7,461.42 AFLAC GROUP All 10518800 JAN 19 AFLAC $378,96 20700000-20538 AFLAC CRITICAL $378.96 INSURANCE CRITICAL CARE ILLNSS POLICY INSURANCE _-- Vendor Total: j3'78-.-9-6' - AIMEE SHIELDS UPD-1212018 TRANSCRIPTION $231.00 63520210-52100 CONTRACTED $231.00 SERVICES FOR SERVICES POLICE DEPT Vendor Total: $231.00 AMAZON 1RRC-KKMW„ DIVIDERS, $52.91 90000000-20231 COUNTYMENTAL ($0,07) CAPITAL 699Y CALENDARS HEALTH.5% SERVICES 90000000-23252 DISTRICT USE ($0.01) TAX-LIBRARIES 90000000-23237 DISTRICT USE ($0.07) TAX-MEASURE S 90000000-23028 MEASURE Y ($0.07) DISTRICT TAX 90000000-23013 STATE USE TAX ($0.99) LIABILITY 80026400-54100 SUPPLIES $1.21 80026400-54100 SUPPLIES $52.91 iD4Q-LMMX- HALOGEN BULBS, $453.52 80026400-54100 SUPPLIES $453.52 746F POWER USAGE MONITOR --Vendor Total: -$506.43 AMWINS GROUP 5596788 JAN 19 RETIREE $1,488.00 20700000-20524 NON-EMPLOYEE $1,488.00 BENEFITS INC HEALTH INSURANCE HEALTH INS.PREM Vendor Total: $1,488.00 ANIXTER 4047461-01 ELECTRICAL $134.46 80000000-12104 INVENTORY- $134.46 EQUIPMENT AND PURCHASES SUPPLIES Vendor Total:- $134.46 ANTHONY BA FY 18119 BOOT ALLOWANCE $150.00 10024620-54120 PW-SPECIAL $150.00 MANDON SUPPLIES Vendor Total: $150.00 ARAMARK 704109098 UNIFORM,MAT& $110.13 20822500-56300 BUILDING MAINT. $110.13 UNIFORM TOWEL SVC &REPAIR SERVICES iiiii000i]llllil liwim 't Cheir ks Iliiin)iii,�e "iei i' �u'��III m u f ilii r !p iC iir I' a �' Iua� h V o nu umu ... l u ne Wool IMilliI III IIV' ' 911111111', n �u �u�1�� I �, bini� �q � ARAMARK 704129600 UNIFORM,MAT& $110.13 20822500-56300 BUILDING MAINT. $110.13 UNIFORM TOWEL SVC &REPAIR SERVICES 704119386 UNIFORM,MAT& $8217 31122000-56300 BUILDING MAINT. $82.17 TOWEL SVC &REPAIR 704139869 UNIFORM„MAT& $82.,17 31122000.56300 BUILDING MAINT. $82.17 TOWEL SVC &REPAIR 704109099 UNIFORM,MAT& $84.83 73022600-56300 BUILDING MAINT. $84.83 TOWEL SVC &REPAIR 704129601 UNIFORM,MAT& $84.83 73022600-56300 BUILDING MAINT. $84.83 TOWEL SVC &REPAIR 704109116 UNIFORM,MAT& $55.36 77725200-54100 SUPPLIES $55.36 TOWEL SVC 704119401 UNIFORM,MAT& $5536 77725200-54100 SUPPLIES $55.36 TOWEL SVC 704129619 UNIFORM,MAT& $55.36 77725200-54100 SUPPLIES $55.36 TOWEL SVC 704139884 UNIFORM„MAT& $211,28 77725200-54100 SUPPLIES $211.28 TOWEL SVC Vendor Total:....$931.62 AT&T 2463 DEC 18 TELEPHONE $43.59 10021210-55100 TELEPHONE $21.80 91521400-55100 TELEPHONE $21.79 4292 NOV 18 INTERNET SERVICES $70.25 10022100-55100 TELEPHONE $70.25 FOR OBSERVATORY 4292 DEC 18 INTERNET SERVICES $70.26 10022100-55100 TELEPHONE $70.26 FOR OBSERVATORY Vendor Total:- -$184.10 BENJAMIN 0611118 VOLUNTEER $808.00 10021210-52181 VOLUNTEER $404.00 KATER 11/30/18 REIMBURSEMENT EXPENSES 91521400-52181 VOLUNTEER $404.00 EXPENSES Vendor Total: $808.00 BEST BEST& 837311 RDA LEGAL SERVICES $950.04 10017200-52100 CONTRACTED $950.04 KRIEGER LLP AS NEEDED SERVICES Vendor Total:.... _-_$950.04 BYS 112765 EMBROIDERY $999.51 77725200-54100 SUPPLIES $999.51 EMBROIDERY SERVICES _ Vendor Total:----$999.51 BRIAN KLATT 06!1!18- VOLUNTEER $856.00 10021210-52181 VOLUNTEER $428.00 11/30/18 REIMBURSEMENT EXPENSES 91521400-52181 VOLUNTEER $428.00 EXPENSES _ _ Vendor Total:- - $856.00 BRIAN VALENTE 0611118- VOLUNTEER $288.00 10021210-52181 VOLUNTEER $144.00 11/30/18 REIMBURSEMENT EXPENSES 91521400-52181 VOLUNTEER $144.00 EXPENSES _ Vendor Total:-- -$288.00 CA SURVEYING& 116415/1 SUPPLIES AS NEEDED $816.51 82027110-54100 SUPPLIES $793.43 DRAFTING SUPPLY INC CD 11 ,lll st ofiS hl rr mIP�, resieiiintieidfror Approval ain 1 /3/201.9 InvidilceS VIII ILII m. Ifl�ll� n 1111111 1111111�����VIII����illln IIII�111111 1111111 ������II�I�I I��� I CA SURVEYING& 116415/1 SUPPLIES AS NEEDED $816.,51 84027220-54100 SUPPLIES $23.08 DRAFTING SUPPLY INC ---- ---- Vendor Total: $816.51 CHARLES BA FY 18119 BOOT ALLOWANCE $86,27 10022100-54100 SUPPLIES $86.27 DENOEU Vendor Total: $86.27 CITY CLERKS 232 MEMBERSHIP $130.00 10012500-57300 MEMBERSHIPS& $130.00 ASSOC RENEWAL-K LAWLER SUBSCRIPTIONS 1039 MEMBERSHIP $130.00 10021210-57300 MEMBERSHIPS& $65.00 RENEWAL-S ABBA SUBSCRIPTIONS 91521400-57300 MEMBERSHIPS& $65.00 SUBSCRIPTIONS Vendor Total:....$260.00 COLTON HINES 06!1118- VOLUNTEER $136.00 10021210-52181 VOLUNTEER $68.00 11/30/18 REIMBURSEMENT EXPENSES 91521400,52181 VOLUNTEER $68.00 EXPENSES ____ Vendor Total: $136.00 COMCAST 1296 JAN 19 INTERNET SERVICES $173,42 31122000-52100 CONTRACTED $173.42 SERVICES 5488 JAN 19 INTERNET SERVICES $88.23 10021210-55100 TELEPHONE $44.11 91521400-55100 TELEPHONE $44.12 1067 JAN 19 INTERNET SERVICES $114.15 10021210-55100 TELEPHONE $57.08 91521400-55100 TELEPHONE $57.07 4635 JAN 19 INTERNET SERVICES $256.98 20913900-55100 TELEPHONE $256.98 0472 JAN 19 INTERNET SERVICES $162.25 73022600-55100 TELEPHONE $162.25 Vendor Total:----$795.03 DANIEL STEEL& 121318-C CRANE SERVICES AS $550.00 84027225-56120 EQUIPMENT $550.00 MACHINE INC NEEDED AT WWTP MAINTENANCE& REPAIR Vendor Total: $550.00 DELL 10286963167 ADOBE CREATIVE $3,609.12 10022810-54320 SOFTWARE $902.26 MARKETING LP CLOUD SUB RENEW 10023100-54320 SOFTWARE $902.28 10024210-54320 SOFTWARE $225.57 20913900-54320 SOFTWARE $902.28 82027110-54320 SOFTWARE $225.57 83027330-54320 SOFTWARE $225.57 „"���f',° p� j� I�u�, a Y II ISP �� wU�mmii is I�� .'O'bel�miww'���"WN�.i �lo �'mu � llu�il��"�II U„IU nn uwm I' I I�3i �� I��@_.. �p o IImnl 3 linv oIii ew��°s, m Www I wu au Www ml mu m� � Www wii w m �u DELL 10286963167 ADOBE CREATIVE $3,609,.12 84027220-54320 SOFTWARE $225.57 MARKETING LP CLOUD SUB RENEW Vendor Total:...$3,609.12 DEPARTMENT OF 346748 CHEM/TEST REPORT $63000 10020210-52100 CONTRACTED $630.00 JUSTICE CRIMINAL INVE SERVICES 342346 FINGERPRINTS $49.00 10020000-44420 FINGERPRINT $49.00 FEES 342469 FINGERPRINTS $1,139,.00 10016100-54165 NEW EMPLOYEE $32.00 FINGERPRINT 10022810-54100 SUPPLIES $1,107.00 -- Vendor Total: $1,818.00 DIANN DV122018 REIMBURSEMENT- $61.63 80026400-54100 SUPPLIES $61.63 LUCCHETTI LUNCH MEETING _ ___ Vendor Total: - $61.63 DON BROWN DV 12118 REIMBURSEMENT• $5000 82027114-57100 LEARNING AND $50.00 WATER CLASS DEVELOPMENT Vendor Total: $50.00 EBA 33683 ASSESSMENT $240.00 70024500-52100 CONTRACTED $240.00 ENGINEERING LANDFILL GAS WELL SERVICES #4 Vendor Total: $240.00 EDDIE VEDOLLA DV120418 INSTRUCTOR $176.40 10022850-52100 CONTRACTED $176.40 JR SERVICES _--_ Vendor Total., iiii,40, ENVIRONMENTAL 237219 PLUMBING $2,330.80 90000000-20231 COUNTY MENTAL ($11.03) PRODUCTS& EQUIPMENT, HEALTH.5% ACCESSORIES FIXTURES, LLC 90000000-23252 DISTRICT USE ($2.74) TAX-LIBRARIES 90000000-23237 DISTRICTUSE ($11.03) TAX-MEASURE S 90000000-23028 MEASURE Y ($11.03) DISTRICT TAX 90000000-23013 STATE USE TAX ($159.86) LIABILITY 84027221-54100 SUPPLIES $195.69 84027221-54100 SUPPLIES $2,330.80 Vendor Total: - $2,330.80 EUROFINS L0426836 UCMR4 WATER $330.00 82027111-52100 CONTRACTED $330.00 EATON SAMPLING SERVICES ANALYTICAL INC L0421949 UCMR4 WATER $360.00 82027111-52100 CONTRACTED $360.00 SAMPLING SERVICES L0421951 UCMR4 WATER $360.00 82027111-52100 CONTRACTED $360.00 SAMPLING SERVICES _ Vendor Total: --$1,050.00 C14 III '„'Y III � I � ��yIrII�. � � I � ��j III III � 111111111�V iumi t 11114 1 I �UImm W I mn ml mtt�"WIi s IIS):Iaie n w m ll�m�l,t uuWf V " Ii�l Umi�l Inl �llmii ill lll'r uou I�Ilumn'i,l�ll� �o2, 019 mry nv 1 ices FEDERAL 6-407-67034 SHIPPING SERVICES $421,15 10013400-54101 POSTAGE $23.80 EXPRESS 10013400-54101 POSTAGE $46.02 10013400-54101 POSTAGE $48.88 10020210-54101 POSTAGE $28.38 10020210-54101 POSTAGE $42.42 10020210-54101 POSTAGE $43.36 83027330-54101 POSTAGE $39.91 84027220-54101 POSTAGE $40.10 84027220-54101 POSTAGE $40.69 8402722054101 POSTAGE $41.17 10023100-54100 SUPPLIES $26.42 Vendor Total: $421.15 FIRST ALARM 441730 ALARM MONITORING $166,86 10020210-52180 SECURITY $120.51 SERVICES 20822500-52180 SECURITY $46.35 SERVICES Vendor Total: -- $166.86 FISHER 238200 COMMUNICATION $60.00 10020210-54100 SUPPLIES $60.00 WIRELESS SVCS EQUIP&MISC.RE INC Vendor Total: --$60.00 FORKS RANCH 931521 CORP YARD BBQ $487.59 82027110-57100 LEARNING AND $248.51 MARKET DEVELOPMENT 20824300-54100 SUPPLIES $239.08 Vendor Total: $487,59 GABRIELA 0611118 VOLUNTEER $72.00 10021210-52181 VOLUNTEER $36.00 BUSHWAY 11/30/18 REIMBURSEMENT EXPENSES 91521400-52181 VOLUNTEER $36.00 EXPENSES Vendor Total:- $72.00 GENERAL 1322076 ELECTRICAL $902.03 80000000-12104 INVENTORY- $902.03 PACIFIC INC EQUIPEMENT AND PURCHASES SUPPLIES Vendor Total.... -_-$90203 GENERAL JAN 19 SPANISH MTN $50.00 20620231-52100 CONTRACTED $50„00 SERVICES SUBLEASE MO RENT-N SERVICES AGENCY _---_ Vendor Total: $50.00 GHD INC 110579 RAIL TRAIL PHASE 3 $26,655.29 51124210-80230 INFRASTRUCTURE $26,655.29 Vendor Total:”"$26,655.29 M mlll s i Checks wi rA�pprvvall o 11 /3/21019 1,iilvdices, GINA GRECO DV121518 INSTRUCTOR $91.00 10022850-52100 CONTRACTED $91.00 SERVICES DV120318 INSTRUCTOR $1,050.00 10022650-52100 CONTRACTED $1,050.00 SERVICES Vendor Total:---$1,141.00 HAILEY STONE 06!1118- VOLUNTEER $248.00 1002121052181 VOLUNTEER $124.00 11/30/15 REIMBURSEMENT EXPENSES 91521400-52181 VOLUNTEER $124.00 EXPENSES Vendor Total:....$248.00 HOME DEPOT 3102703 RETURN FLEX ELBOW ($27.28) 8202711156300 BUILDING MAINT. ($27.28) CREDIT CONNECTORS &REPAIR SERVICES 9110368 QUICK CONNECT $4.53 82027111-56300 BUILDING MAINT $4.53 &REPAIR 34960 FENDER WASHER„ $12.41 82027111-56300 BUILDING MAINT. $12.41 SCREWS &REPAIR 9101031 DEWALT BITS $12.78 82027111-56300 BUILDING MAINT. $12.78 &REPAIR 4113092 JUNCTION BOX.. $20.80 82027111-56300 BUILDING MAINT. $20.80 STRAIN RELIEF &REPAIR CONNECTOR 4113084 FLEX ELBOW $3613 8202711156300 BUILDING MAINT. $36.33 CONNECTORS &REPAIR 2012418 LED UTILITY LIGHT, $85.29 84027225-56120 EQUIPMENT $85.29 ROPE MAINTENANCE& REPAIR 9101028 RETURN SHROUDED ($95.70) 10012500-54100 SUPPLIES ($95.70) DISCS AND PADLOCKS 9040843 PADLOCKS $56.57 10012500-54100 SUPPLIES $56.57 1034933 SHROUDED DISCS, $95.70 10012500-54100 SUPPLIES $95.70 PADLOCK 40804 DAMPRID,MOVING $43.65 10022100-54100 SUPPLIES $43.65 BLANKET 9101023 LED NET LIGHT MULTI $301.41 10022100-54100 SUPPLIES $301.41 8020318 LED DOME $387.25 10022100-54100 SUPPLIES $387.25 1030641 ICICLE LIGHTS $90.15 31422860-54100 SUPPLIES $90.15 7111576 RETURN LARGE ($184.00) 80026110-54100 SUPPLIES ($184.00) WHITE DEER 7111580 RETURN LARGE ($184.00) 80026110-54100 SUPPLIES ($184.00) WHITE DEER 7111582 RETURN LARGE ($184.00) 80026110-54100 SUPPLIES ($184.00) WHITE DEER 6163626 DRIVE AND SOCKET $8.60 80026110-54100 SUPPLIES $8.60 DRIVE BIT 1030603 LUMBER STRIPS $12.99 80026110-54100 SUPPLIES $12.99 7111579 LARGE WHITE DEER $96.90 80026110-54100 SUPPLIES $96.90 7111581 LARGE WHITE DEER $96.90 80026110-54100 SUPPLIES $96.90 7111583 LARGE WHITE DEER $96.90 80026110-54100 SUPPLIES $96.90 711577 LARGE WHITE DEER $96.90 80026110-54100 SUPPLIES $96.90 I iIhei'°4,' ,. Pire-sairdield fo, r AIppric. Il imin n Invollices i� iii ilii Ilii m rr 11111 ,� . HOME DEPOT 51$3558 LARGE WHITE DEER $184.00 80026110-54100 SUPPLIES $184.00 CREDIT SERVICES 5163559 LARGE WHITE DEER $184,00 80026110-54100 SUPPLIES $184.00 5163560 LARGE WHITE DEER $184.00 80026110--54100 SUPPLIES $184.00 5163557 LARGE WHITE $184,00 80026110-54100 SUPPLIES $184.00 STANDING DEER 5111804 EXT CORDS„ $202,62 80026110-54100 SUPPLIES $202.62 SPOTLIGHT, PROJECTION LIGHTSHOW 1020978 ENG MAX D8, $22.49 82027114-54100 SUPPLIES $22.49 PACKBAT 2012419 AA BATTERIES $1740 84027225-54100 SUPPLIES $17.40 Vendor Total: $1,859.59 IAN BROESKE DV122718 REIMBURSEMENT $48.31 10021210-57100 LEARNING AND $24,15 DEVELOPMENT 91521400-57100 LEARNING AND $24.16 DEVELOPMENT TA 1114-17119 TRAVEL ADVANCE $762,.68 10021210-57100 LEARNING AND $381.34 DEVELOPMENT 91521400-57100 LEARNING AND $381.34 DEVELOPMENT - Vendor Total: $810.99 INDUSTRIAL 1167 REGISTRATION- HAZ $1,700.00 10021210-57100 LEARNING AND $850.00 EMERGENCY MAT DEVELOPMENT COUNCIL 91521400-57100 LEARNING AND $850.00 DEVELOPMENT Vendor Total: JAMES PURCELL 0611118- VOLUNTEER $160.00 10021210-52181 VOLUNTEER $80.00 11/30/18 REIMBURSEMENT EXPENSES 91521400-52181 VOLUNTEER $80.00 EXPENSES Vendor Total: $160.00 JASON GILMAN 0611118- VOLUNTEER $112.00 10021210-52181 VOLUNTEER $56.00 11/30/18 REIMBURSEMENT EXPENSES 91521400-52181 VOLUNTEER $56.00 EXPENSES Vendor Total: $112.00 JOHN FOSTER 24805 SHIPPING CONTAINER, $21,457.00 20822500-54100 SUPPLIES $21,457.00 TRUCKING INC 40'HIGH C Vendor Total: $21,457.00 JONATHAN 0611118- VOLUNTEER $136.00 10021210-52181 VOLUNTEER $68.00 MOORE- 11130/18 REIMBURSEMENT EXPENSES NORTHROP �,�IIIII Io- p I II4 III �Illlp IIP � III III id p m I '!fl p� ��IIIIIIIIIIIIIIIIIµIII�'.�' IIIY IIID I,p�� I� II III�Jp���y�.p I�p II tlII ry� �I If�� III I� p'�'IIIIII�IIIp'� %�"�p���' IIIIIIIIIIIII IIID s p lll',r p� ` �91III UI Fllu°/IIIA' I milllll iW�lplll' IIIIIIe DIW WV ml Wp I,Ipllo-'wl III YII� Illlllpl � tl Itlllp pltllllllln Ip pPII iuiiil �° uIIINA'I�plllillhl' IW IpU I� 1II ,, �I� � �uul , I ��u ro � � � � tlll,� I Ipll I��I IIP%I JONATHAN 0611118- VOLUNTEER $136.,00 91521400-52181 VOLUNTEER $68.00 MOORE- 11/30/18 REIMBURSEMENT EXPENSES NORTHROP ____ Vendor Total: $136.00 JOYCE 06!1/18- VOLUNTEER $88.00 10021210-52181 VOLUNTEER $44.00 BOGHOSIAN 11/30/18 REIMBURSEMENT EXPENSES 91521400-52181 VOLUNTEER $44.00 EXPENSES Vendor Total: JUAN V OROZCO DV121918 ELECTRONIC $548.18 10010000-54100 SUPPLIES $548.18 PAPERLESS AGENDA PACKET REVIEW ____ Vendor Total: $548.18 JUDY CHAN JAN 19 JAN 19 RENT-MASON $1,406,00 10022100-52600 RENT $1,406.00 ST ___ Vendor Total: $1,406.00 JUSTIN MARTIN 06/1/18 VOLUNTEER $3200 10021210-52181 VOLUNTEER $16.00 11/30/18 REIMBURSEMENT EXPENSES 91521400 52181 VOLUNTEER $16.00 EXPENSES Vendor Total: -$32.00 JUSTIN RENDON 06/1118- VOLUNTEER $40.,00 10021210-52181 VOLUNTEER $20.00 11/30/18 REIMBURSEMENT EXPENSES 91521400-52181 VOLUNTEER $20.00 EXPENSES Vendor Total: $40.00 JUSTIN WYATT TR12/11- TRAVEL $113.37 10020210-57100 LEARNING AND $113.31 14118 REIMBURSEMENT DEVELOPMENT Vendor Total:--- if 13.37 KAREN DV112018 INSTRUCTOR $304.50 10022850-52100 CONTRACTED $304.50 POPLAWSKI SERVICES ....___ Vendor Total: $304.50 KELLY-MOORE 910- MISC.PURCHASES AS $17.53 82027111-56300 BUILDING MAINT. $17.53 PAINT COMPANY 00000295623 REQUIRED 6 REPAIR INC 910- MISC.PURCHASES AS $363.64 10024620-54120 PW-SPECIAL $363.64 00000293947 REQUIRED SUPPLIES Vendor Total: $381.17 KENNETH RONK DV122218 REIMBURSEMENT- $70.20 77725200-54100 SUPPLIES $70.20 SAFETY MEETING LUNCH Vendor Total: $70.20 KIPPI CUMMINS TR12/11118 TRAVEL $15.00 10013400-57100 LEARNING AND $15.00 REIMBURSEMENT DEVELOPMENT Vendor Total-----$15.00 KRISTINE DV121918 REIMBURSEMENT $317.54 10012200-54100 SUPPLIES $95.81 LAWLER 10012500-54100 SUPPLIES $91.86 co Lit Cheicks Prm seiiiinted for pirov��� VIII, � mil Eli, l " . Iii�i��iGi illiff��ElmmrllllF11111�� ffil KRISTINE DV121918 REIMBURSEMENT $317,54 10012500-54100 SUPPLIES $120.08 LAWLER 2082250054100 SUPPLIES $9.79 Vendor Total:....$317.54 LEGAL SHIELD 38295 JAN 19 JAN 18 PRE-PAID $155.40 20700000-20526 PREPAID LEGAL- $155.40 LEGAL SERVICE AFLAC Vendor Total: $155.40 LIFE ASSIST 892037 MISC.EMS SUPPLIES $7,78 10021210-54100 SUPPLIES $3.89 AS NEEDED 91521400-54100 SUPPLIES $3.89 890054 MISC.EMS SUPPLIES $8.88 10021210-54100 SUPPLIES $4.44 AS NEEDED 91521400-54100 SUPPLIES $4.44 892601 MISC..EMS SUPPLIES $9.60 10021210-54100 SUPPLIES $4.80 AS NEEDED 91521400-54100 SUPPLIES $4.80 891980 MISC.EMS SUPPLIES $180.02 10021210-54100 SUPPLIES $90.01 AS NEEDED 91521400-54100 SUPPLIES $90.01 891862 MISC.EMS SUPPLIES $839.36 10021210-54100 SUPPLIES $419.68 AS NEEDED 91521400-54100 SUPPLIES $419.68 Vendor Total: $1,045.64 LORELEI SCOTT 6294 SPONSOR BANNERS, $903.66 31422860-54100 SUPPLIES $903.66 POLE BANNERS Vendor Total:- LORY LIMBIRD DV122018 REIMBURSEMENT $208.74 10016100-54167 EMPLOYEE $127.92 CORP YARD BBQ DEVELOPMENT 82027110-57100 LEARNING AND $51.49 DEVELOPMENT 84027220-57100 LEARNING AND $29.33 DEVELOPMENT Vendor Total: - $208.74 MARK HILLIKER 0611116- VOLUNTEER $168.00 10021210-52181 VOLUNTEER $84.00 11/30118 REIMBURSEMENT EXPENSES 91521400-52181 VOLUNTEER $84.00 EXPENSES ____ Vendor Total: $168.00 MARY HORGER TR11116- TRAVEL $145.35 20413500-57100 LEARNING AND $145.35 18118 REIMBURSEMENT DEVELOPMENT Vendor Total: $145.35 ti pIIII Checks IIIk I IIIA aiiiiri J /3/201 19 Invoilcies Ell idi'"liiii'iim iiia ii�'1,iii liiii iiI m MARY TA 1113-18019 TRAVEL ADVANCE $125.00 20413500-57100 LEARNING AND $125.00 W ILLIAMSON DEVELOPMENT Vendor Total:----$,25.00 MATT ANLIKER TR 9130- TRAVEL $141.03 84027225-57100 LEARNING AND $141.03 1013118 REIMBURSEMENT DEVELOPMENT Vendor Total: MENDOCINO EH36060 HAZARDOUS $1,357,00 20324100-59101 FEES $1,357.00 COUNTY MATERIALS PERMIT ENVIRONMENTAL 2019 HEALTH . Vendor Total: $1,357.00 MICHAEL 0611118- VOLUNTEER $120.00 10021210-52181 VOLUNTEER $60.00 MAYFIELD 11130115 REIMBURSEMENT EXPENSES 91521400-52181 VOLUNTEER $60.00 EXPENSES ____ Vendor Total: $120,00 MOIRS 149724 MISC.POOL SUPPLIES $312.65 82027111.58202 CHEMICALS $31265 AS NEEDED 149789 MISC.POOL SUPPLIES $432.65 82027111-58202 CHEMICALS $432.65 AS NEEDED 149661 MISC POOL SUPPLIES $521.08 82027111.58202 CHEMICALS $521.08 AS NEEDED _ Vendor Total:- -$1,266.38 NFP NATIONAL 19-01 NFP JAN 19 NFP $2,932.19 20700000-20523 P/R DEDUCT-LTD $2,600.31 ACCOUNT INSURANCE SERVICES INC 20700000-20512 REMIF LIFE $36.88 20700000-20512 REMIF LIFE $295.00 18-12 NFP DEC 18 NFP $2,934.21 20700000-20523 PIR DEDUCT-LTD $2,600.31 INSURANCE 20700000-20512 REMIF LIFE $2.02 20700000-20512 REMIF LIFE $36.88 20700000-20512 REMIF LIFE $295.00 -- Vendor Total: $5,866.40 NORTH COAST 118672-5 UTILITY REFUND $386.75 90100000-10421 UTILITY $386.75 RAILROAD NORTH COAST RR RECEIVABLES AUTHORITY CLEARING Vendor Total: $386.75 ONE TIME PAY 120365-2 UTILITY REFUND $19.41 90100000-10421 UTILITY $19.41 VENDOR R.LEVY RECEIVABLES CLEARING 119488-5 UTILITY REFUND- $31.29 90100000-10421 UTILITY $31.29 M.SANTANA RECEIVABLES CLEARING 120087-2 UTILITY REFUND-R. $39.94 90100000-10421 UTILITY $39.94 SHEERWOOD RECEIVABLES CLEARING Co sChecks iD umn I u A�ppiiiravial n mn]3/20,3 n III�I din ' i ONE TIME PAY 118192-4 UTILITY REFUND- $130.28 90100000-10421 UTILITY $130.28 VENDOR K.,MCCLATCHY RECEIVABLES CLEARING 116978-8 UTILITY REFUND-V. $188.66 90100000-10421 UTILITY $188.66 POMILIA RECEIVABLES CLEARING Vendor Total: $409.58 OPPERMAN& 01P16526 HEADLAMP $696,10 10021210-56130 EXTERNAL $696.10 SON INC SERVICES 01P15962 AIR HORN $32,70 1002462056130 EXTERNAL $32.70 SERVICES 01P16840 FUEL FILTER $48,89 84027221-56130 EXTERNAL $48.89 SERVICES 01P16620 OIL FILTER $60,83 20324100-58510 REIMBURSABLE $60.83 JOBS Vendor Total: $838.52 OWEN 00044039 BROOM $713,30 10024620-56130 EXTERNAL $713.30 EQUIPMENT SERVICES COMPANY Vendor Total:....$713.30 PACE SUPPLY CM024938470-1 ADAPTER ($1196) 82027111.56300 BUILDING MAINT. ($11.96) CORPORATION 024971396 RUBBER GLOVES &REPAIR $306.70 84027221-54100 SUPPLIES $306.70 Vendor Total: $294.74 PACIFIC 1401 EMPLOYMENT $389.60 10021210-54100 SUPPLIES $389.60 REDWOOD PHYSICALS&DOT MEDICAL GROUP INC _ Vendor Total: ..$389.60 PETER 611-11130118 VOLUNTEER $168.00 10021210-52181 VOLUNTEER $84.00 ARMSTRONG REIMBURSEMENT EXPENSES 91521400-52181 VOLUNTEER $84.00 EXPENSES ____ Vendor Total: $168.00 PG&E CO 3822-9 DEC 18 PACIFIC GAS& $8,115.62 84027225-55200 PG&E $2,987.66 ELECTRIC 10022100-55210 UTILITIES $83.63 10022300-55210 UTILITIES $8.65 20822500-55210 UTILITIES $1,112.32 69122700-55210 UTILITIES $170.79 70024500-55210 UTILITIES $546.05 73022600-55210 UTILITIES $8.12 73022600-55210 UTILITIES $336.49 77725200-55210 UTILITIES $63.79 82027111-55210 UTILITIES $2,704.48 rn �Il� �IOI�IOIINI ,m�NN Imm� ' iw IIIua a I, Dani IItlII 6 �Ipa 0000,,i muu n u m m� 'c:: rt mW maN mpa i n mi Ii f UIN p m ll ISN ISN 1/3/210,19 aml�IIID^VIIIp III�II mnC.es FA m ua milli I �� IIII� �1 w � PG&E CO 3822-9 DEC 18 PACIFIC GAS& $8,115,62 84027221-55210 UTILITIES $93.64 ELECTRIC --_ ----- Vendor Total: $8,115.62 PITNEY BOWES 1010525573 POSTAGE MACHINE $117.00 73022600-54101 POSTAGE $117.00 INC LEASE&SUPPLI 1010533978 POSTAGE MACHINE $146,98 73022600-54101 POSTAGE $146.98 LEASE&SUPPLI Vendor Total: $263.98 REDWOOD 2001009 CARDLOCK FUEL $8„221.15 10020210-56210 FUEL&FLUIDS $18.45 COAST FUELS PURCHASES 10020210-56210 FUEL 8 FLUIDS $2,310.32 10020224-56210 FUEL&FLUIDS $166.65 10022100-56210 FUEL&FLUIDS $627.80 10022810-56210 FUEL&FLUIDS $49.54 10024210-56210 FUEL&FLUIDS $21.36 10024620-56210 FUEL&FLUIDS $2,080.49 20324100-56210 FUEL&FLUIDS $146.86 20513382-56210 FUEL&FLUIDS $22.69 20822500-56210 FUEL&FLUIDS $21.09 80026400-56210 FUEL&FLUIDS $1,384.79 82027111-56210 FUEL&FLUIDS $345.76 82027114-56210 FUEL&FLUIDS $21.36 82027114-56210 FUEL&FLUIDS $197.04 82027114-56210 FUEL&FLUIDS $258.77 84027221-56210 FUEL&FLUIDS $21.36 84027221-56210 FUEL&FLUIDS $167.85 84027221-56210 FUEL&FLUIDS $220.43 84027225-56210 FUEL&FLUIDS $138.54 2003117 CARDLOCK FUEL $589.94 10024620-56210 FUEL&FLUIDS $99.43 PURCHASES 80026400-56210 FUEL&FLUIDS $99.43 84027221-56210 FUEL&FLUIDS $99.43 20324100-58410 GARAGE $62.39 LUBRICANTS 8 PARTS 84027225-54100 SUPPLIES $229.26 C) C14 LI1 t inCheck's 6k Pillill looneineI Approval in 1/3/20:1, II REDWOOD 0097946 CARDLOCK FUEL $245.50 20824300-56210 FUEL&FLUIDS $245.50 COAST FUELS PURCHASES 0105872 CARDLOCK FUEL $801.60 84027221-56210 FUEL&FLUIDS $801.60 PURCHASES 1977029 CARDLOCK FUEL $479.05 1002462054130 PW SAFETY $479.05 PURCHASES 1999506 CARDLOCK FUEL $26.24 20824300-54100 SUPPLIES $2624 PURCHASES 2000394 CARDLOCK FUEL $530.15 20824300-54100 SUPPLIES $530.15 PURCHASES Vendor Total: $10,893.63 REDWOOD DVI 12818 INSTRUCTOR $360.00 10022850.52100 CONTRACTED $360.00 EMPIRE AIKIKAI SERVICES Vendor Total: $360.00 REDWOOD 002076 FY 19 OSIPIDICIFLOOD $121,670.95 20216200-52529 EARTHQUAKE& $76,852,17 EMPIRE DEDUCTIBLE FLOOD MUNICIPAL PREMIUMS INSURANCE FUND 20112400-52525 WORKER'S $44„818.78 COMP.EXPENSE JAN 19 REMIF $223,327.20 20700000-20524 NON-EMPLOYEE $473.20 19-1 HEALTHCOMP MEDICAL„DENTAL& HEALTH VISION INS.PREM 20700000-20524 NON-EMPLOYEE $2,217.00 HEALTH INS.PREM 20700000-20524 NON-EMPLOYEE $16,140.00 HEALTH INS.PREM 20700000-20520 PIR DEDUCT.- $187,542.00 MEDICAL INS 20700000-20510 REMIF DENTAL $13,952.00 20700000-20511 REMIF VISION $3,003.00 19-01 EAP JAN 19 REMIF EAP $484.43 20112400-52525 WORKER'S $484.43 INSURANCE COMP.EXPENSE - Vendor Total: $345,482.58 REDWOOD 001698201811 DRUG SCREENING $3.50 10020210-52100 CONTRACTED $3.50 TOXICOLOGY TESTING SERVICES LAB INC Vendor Total:-_------$3.50 RELIABLE MILL 142000 GASKETS $211.91 84027225-56120 EQUIPMENT $211.91 SUPPLY CO MAINTENANCE& REPAIR Vendor Total:- $2ii.9i RESPECTECH 3711 W PHONE SYSTEM $112.50 10021210-55100 TELEPHONE $56.25 SERVICE&LEAVE 91521400-55100 TELEPHONE $56.25 Vendor Total: $112.50 REXEL USA INC U074254 CONNECTOR $424.68 90000000-20231 COUNTY MENTAL ($1.98) HEALTH.5% N �ry � ��� ��� m �p ryes � w� � i� �� �� I�N000ii WW Is o oil'I � I I m. III)III ' o s i I�I� uoa� n A�ppIIIrii a 3 2,10119 VIII' DSI u ME,,,,, milimil % REXEL USA INC U074254 CONNECTOR $42468 84027225-56120 EQUIPMENT $1.98 MAINTENANCE& REPAIR 84027225-56120 EQUIPMENT $424.68 MAINTENANCE& REPAIR ____ Vendor Total: $424,68 RICHARD DV122418 REIMBURSEMENT $295,00 10024210-57300 MEMBERSHIPS& $295.00 SEANOR FOR ASCE SUBSCRIPTIONS Vendor Total: - $295.00 RING PACIFIC CL24911 FUEL CARD CHARGES $1,511,60 10021210-56210 FUEL&FLUIDS $755.80 AS NEEDED 91521400-56210 FUEL&FLUIDS $755.80 Vendor Total:- -$1,511.60 ROBERT JAMES 132 PHOTOGRAPHY $650..00 75012700-52515 ADVERTISING& $650.00 COCHRAN SERVICES PUBLICATION Vendor Total: $650.00 ROSS DRESS DV122018 ENERGY REBATE- $4,000.00 80626450-52135 ENERGY $4,000.00 FOR LESS,INC ROSS STORE INC CONSERVATION PROGRAM _ Vendor Total:-- $4,000.00 SWINE DVO10219 CATERING DEPOSIT $1,033.93 10020210-52100 CONTRACTED $1,033.93 COUNTRY BBQ& FOR UPD ANNUA SERVICES GOURMET GRILL - Vendor Total. $1,033.93 SANTA ROSA 140171 UNIFORM SUPPLIES $581.14 10020210-54100 SUPPLIES $581.14 UNIFORM& CAREER APPAREL INC 140172 UNIFORM SUPPLIES $581.14 10020210-54100 SUPPLIES $581.14 140164 UNIFORM SUPPLIES $689.77 10020210-54100 SUPPLIES $689.77 Vendor Total: $1,852.05 SAVINGS BANK DEC 18 LOVERS LANE LOAN $1,945.41 91500000-70103 LOAN INTEREST $33894 OF MENDOCINO PAYMENT COUNTY 91800000-70103 LOAN INTEREST $790.85 91500000-70201 LOAN PRINCIPAL $244.69 PAYMENTS 91800000-70201 LOAN PRINCIPAL $570.93 PAYMENTS Vendor Total: $1,945.41 SCHATS BAKERY NOV 18 CC PROVIDE MISC.FOOD $1,061.65 73022600-54100 SUPPLIES $1,061.65 DISHES AS N _- Vendor Totak -$1,061.65 SETH STRADER TA 1113-18119 TRAVEL ADVANCE $150.00 20413500-57100 LEARNING AND $150.00 DEVELOPMENT - Vendor Total: $150.00 N N s sof Pirieseiiiinted Ifer Approval iiniiI ii.lp SIMONNS 071142 ELECTRIC UTILITY $716,19 80026400Z4100 SUPPLIES $716.19 ITALIAN HOLIDAY LUNCHEON RESTAURANT -- Vendor Total: $716.19 SNAP-ON ARVI38336514 STANDARD HAND $85.48 20324100-54102 SMALL TOOLS $85.48 INDUSTRIAL SOCKETS ARV138333310 BLUE-LINK $113.,70 20324100-54102 SMALL TOOLS $113.70 Vendor Total: $199.18 SOLAR WINDS IN407650 SOLARWINDS ANNUAL $11,084.00 20913900-54320 SOFTWARE $11,084.00 RENEWAL -- ------ Vendor Total: $11,084.00 SOUTHWEST 200002748 SWAAE CONFERENCE $420.00 77725200-57100 LEARNING AND $420.00 CHAPTER OF REGISTRATION DEVELOPMENT AMERICAN ASSOC - - Vendor Total: $420.00 STATE OF 156011 CHAMBERLAIN WORK $2„055.60 10024620.52100 CONTRACTED $2,055.60 CALIFORNIA CREWS FOR JUL SERVICES 156010 CHAMBERLAIN WORK $3,971.,45 10024620-52100 CONTRACTED $3,971.45 CREWS FOR JUL SERVICES ___ Vendor Total: $6,027.05 STATE WATER SC-110871 SCP OVERSIGHT $146.70 10012200-52100 CONTRACTED $146.70 RESOURCES COSTS SERVICES CONTROL BOARD SW-0159552 FY 18-19 ABUUAL FEE $8,539.00 10024224-59101 FEES $8,539.00 FOR NPDES ........... - L• $8,685.70 SUSAN JANSSEN DV121618 LANGUAGE $400.00 10016100-54163 INTERVIEW $400.00 PROFICIENCY TEST SUPPLIES Vendor Total: T&D SURPLUS CU1320-01 ELECTRICAL $1,440.00 80026200-54100 SUPPLIES $1,440.00 INC EQUIPMENT AND SUPPL --_ ----- Vendor Total: $1,440.00 TA'SC IN1401320 FSA ADMIN FEES $153.75 10016100-52151 EMPLOYEE $153.75 BENEFITADMIN FEES Vendor Total: - -$153.75 TONY DELAPO 611-11130118 VOLUNTEER $184.00 10021210-52181 VOLUNTEER $92.00 REIMBURSEMENT EXPENSES 91521400-52181 VOLUNTEER $92.00 EXPENSES ___ Vendor Total: -$184.00 TORI 6/1-11130118 VOLUNTEER $168.00 10021210-52181 VOLUNTEER $84.00 CARPENTER REIMBURSEMENT EXPENSES 91521400-52181 VOLUNTEER $84.00 EXPENSES Vendor Total: $168.00 TRACTOR 190379505 BOWLS $17.40 84027225-54102 SMALL TOOLS $17.40 SUPPLY CREDIT PLAN M IIIIII ���u. ���nnnNgNw. mmmlll��Iuu�.. C14 IIIJi s I II I 'll ll IW IillllrylPresented �1N IIIA mIIIIIM II IIIWI 111111 11 IIII i II]3/201:1 III!'PIII WNM III,e mi� �� �11�' � � IIII d I i�IIII III III III 1 Tllii TRACTOR 100380693 SCISSORS $35,91 84027225.54102 SMALL TOOLS $35.91 SUPPLY CREDIT PLAN 100379538 HOSE $65.31 10024620 54100 SUPPLIES $65.31 200261229 CONNECTORS $103,39 82027114-54100 SUPPLIES $103.39 200263048 WATERPROOF BOOTS $104.52 84027225-54100 SUPPLIES $104.52 Vendor Total: $326.53 UIP',5 0000E19RS4498 SHIPPING CHARGES $20.69 80026120-54100 SUPPLIES $20.69 000E19R54458 SHIPPING CHARGES $56,,66 8002612054100 SUPPLIES $56.66 0000E19R54508 SHIPPING CHARGES $6.62 80026400.54100 SUPPLIES $6.62 Vendor Total: $83.97 VAN LANT& 112718 AUDIT SVCS,5-YEAR $7,,,000,00 10013400-52100 CONTRACTED $7,000.00 FANKHANEL AGREEMENT SERVICES Vendor Total: $7,000.00 WAYLON 611-11130118 VOLUNTEER $776.,00 10021210-52181 VOLUNTEER $388.00 HOCKEMIER REIMBURSEMENT EXPENSES 91521400-52181 VOLUNTEER $388.00 EXPENSES __ Vendor Total:-- $776.00 WEST YOST 2036801 GRANT MANAGEMENT $2,949.75 91190100-52100 CONTRACTED $2,949.75 ASSOCIATED SERVICES FOR SERVICES Vendor Total: $2,949.75 WIPF 2442 DELIVERY OF $599.76 84427221-54100 SUPPLIES $599.76 CONSTRUCTION VARIOUS MATERIALS LLC _ Vendor Total:-- -$599.76 XEROX CORP 095343503 COPIER LEASE-SEE $610.89 10012200-54500 EQUIP RENTS $610.89 ADDT DESCRIP AND LEASES 095343504 XEROX CB070H $870.51 10012200-54500 EQUIP RENTS $870.51 COPIER LEASE AND LEASES Vendor Total: - $1,481.40 XYLEM WATER 3556A44108 PUMPING EQUIPMENT $65,602.37 84027221-80230 INFRASTRUCTURE $65,602.37 SOLUTIONS USA AND ACCESSOR INC Vendor Total: $65,602.37 INVOICE $588,471.54 TOTAL: C14 101st�f i I � i � ou moo II U iiw. of uuN6 Vr J IIIIImI ,�mui' n,l mmi Ism� I ISN i l oIIP"'IIS' ��i m �� VIII NIII 1/ 1.1/201 u 111E,it of ib�!Its payable wasreviewed andppric.)vei air Ipayinlient. o ri ure 1 u, �I��I IIIIIIIIII 111111 111111 111111 II II�IIIII IIII II 111111 II II ACME RIGGING& 298903 MISC RENTAL& $388.90 84027225-WI20 EQUIPMENT $388.90 SUPPLY CO SUPPLIES AS NEEDED MAINTENANCE& REPAIR 299183 MISC RENTAL& $120.55 84027221-6130 EXTERNAL $120.55 SUPPLIES AS NEEDED SERVICES 299145 MISC RENTAL& $334.73 84027221-54100 SUPPLIES $334.73 SUPPLIES AS NEEDED __ Vendor Total: $844.98 ADAMSON INV289945 HORIZONTAL RED $82.11 91521400-56130 EXTERNAL $82.11 POLICE WITH CLEAR LENS SERVICES PRODUCTS _ Vendor Total." $82.i i ADVANCED 453476 MONTHLY ALARM $237.79 69122700-52180 SECURITY $237.79 SECURITY SERVICES FOR 130 SERVICES SYSTEMS Vendor Total: 5237.79 ALHAMBRA 5109554 DRINKING WATER $162.82 69122700-54100 SUPPLIES $22.69 NATIONAL 010619 SERVICES WATER 84027225-54100 SUPPLIES $140.13 Vendor Total: $162.82 ALL-GUARD A210716 MONTHLY $85.90 84027225-52180 SECURITY $85.90 ALARM SYSTEMS MONITORING AT SERVICES INC WWTP _____ Vendor Total: 385.90 ALSCO- LSR01114303 LAUNDRY SERVICES $271.03 20324100-52100 CONTRACTED $271.03 AMERICAN LINEN SERVICES DNISION LSR01111535 LAUNDRY SERVICE $290.29 20324100-52100 CONTRACTED $290.29 SERVICES Vendor Total: $56;.32 AMAZON 1QWN-0R6Y- PRINTMATIC $33.97 90000000-20231 COUNTYMENTAL ($0.17) CAPITAL JXD3 FLAWLESS HEALTH.5% SERVICES FINGERPRINT INK PAD 90000000-23252 DISTRICT USE ($0.04) TAX-LIBRARIES 90000000-23237 DISTRICTUSE ($0.17) TAX-MEASURE S 90000000-23028 MEASURE Y ($0.17) DISTRICT TAX 10020210,54201 PRISONER $3.0; EXPENSE 10020210-54201 PRISONER $33.97 EXPENSE 90000000-23013 STATE USE TAX ($2.48) LIABILITY ImmIIIIIIIIIIIII�� II�u IWp,_ of IIIA ImIIII IW�,,I III IIpII IIII IWW 0 I � �gIpIIIIIIIIIu� for I II IIm�IIIIIy�� m 1,I III SII � l II 1[11.1/2019 I�N�IIIIN I� � 'gllllll WW Illlllfl �lll l'�,I III I I hll l� 'I�IIP NAIIIU "'" III II,...Iu�NI� � lulu I � I� 1 Invoices iI IIII II II uu �- @ 1111111 1111111����VIII d �1 IIII 111111111 IIII Emil IIIA 1 AMAZON 1PXT-6XV4- PARTY LIGHT DISCO $34.99 90000000-20231 COUNTY MENTAL ($0.11) CAPITAL 4KY4 BALL HEALTH.5% SERVICES 90000000.23252 DISTRICT USE ($0.06) TAX-LIBRARIES 90000000-23237 DISTRICT USE ($0.17) TAX-MEASURE S 90000000.23028 MEASURE Y ($0.17) DISTRICT TAX 90000000-23013 STATE USE TAX ($2.54) LIABILITY 31422860-54100 SUPPLIES $3.11 314228604x4100 SUPPLIES $34.99 1 KNT-9XT7- PADLOCKS,INDOOR $407.61 90000000-20231 COUNTY MENTAL ($0.08) PJXM BASKETBALL GAMES HEALTH.5% 90000000-23252 DISTRICT USE ($0.02) TAX-LIBRARIES 90000000.23237 DISTRICT USE ($0.08) TAX-MEASURE S 90000000-23028 MEASURE Y ($0.08) DISTRICT TAX 90000000-23013 STATE USE TAX ($1.16) LIABILITY 1002283144100 SUPPLIES $1.42 1002283154100 SUPPLIES $407.61 1FYR47F4- #2630-20 MILWAUKEE $439.89 90000000-20231 COUNTYMENTAL ($2.20) 163M LED FLOOD L HEALTH.5% 90000000-23252 DISTRICT USE ($0.55) TAX-LIBRARIES 90000000-23237 DISTRICT USE ($2.20) TAX-MEASURE S 90000000-23028 MEASURE Y ($2.20) DISTRICT TAX 25321210-54102 SMALL TOOLS $19.52 25321210-54102 SMALL TOOLS $219.94 91621400.54102 SMALL TOOLS $19.52 9162140044102 SMALL TOOLS $219.95 90000000-23013 STATE USE TAX ($31.89) LIABILITY 1MKV-PGJC- GAS ALERT QUATTRO, $926.62 90000000.20231 COUNTY MENTAL ($1.35) 19WN CALIBRATION GAS HEALTH.5% CYLINDER 90000000-23252 DISTRICT USE ($0.35) TAX-LIBRARIES 90000000-23237 DISTRICT USE ($1.35) TAX-MEASURE S IC14 WiIIIBIII f" CQ„ dlmmmIrpWNeWWtcp- IIiir VIII 1 [.1,1 N esVIII IRIII "uIIl01u''SMF'"m i IV am Im a luul a m I° Id uul AMAZON 1 MKV-PGJC- GAS ALERT QUATTRO, $926.62 90000000 23028 MEASURE Y ($1.35) CAPITAL 19WN CALIBRATION GAS DISTRICT TAX SERVICES CYLINDER 9000OD0O-23013 STATE USE TAX ($19.64) LIABILITY 84027221-04100 SUPPLIES $24.04 84027221-54100 SUPPLIES $926.62 1 WQL-4JFX- GAMMA SEAL LIDS $177.00 90000000-23252 DISTRICT USE (;0.21) 3Y6N TAX-LIBRARIES 90000000-23237 DISTRICT USE ($0.89) TAX MEASURE S 90000000-23028 MEASURE Y (#0.89) DISTRICT TAX 90000000-23028 MEASURE Y ($0.89) DISTRICT TAX 10024620-04120 PW-SPECIAL $15.71 SUPPLIES 10024620-54120 PW-SPECIAL $177.00 SUPPLIES 90000000-23013 STATE USE TAX ($12.83) LIABILITY 1TVV X3H9- RED MARKING PAINT $299.43 90000000-23252 DISTRICTUS€ ($0.29) YCRY TAX-LIBRARIES 80026120-04100 SUPPLIES $0.29 800261204100 SUPPLIES $299.43 1 FYR-67F4- TRUCK TAIL LIGHTS $129.54 10020210-06130 EXTERNAL $129.54 WLJL SERVICES 19TX-69D1- ROLLING TRIMMER $432.50 10024620-04120 PW-SPECIAL $432.50 DLX9 SUPPLIES 1FD1-CYC3- ROUND TABLECLOTHS $135.50 73022WO-54100 SUPPLIES $135.50 LJ3H _ Vendor Total:-_ $3,0!7.05 AMERICAN W4200555TA ON CALL PAGER $174.58 20913900-54100 SUPPLIES $174.58 MESSAGING SERVICE SERVICES LLC Vendor Total:-- $174.58 ANDREW TA 1/23-25119 TRAVEL ADVANCE $507.33 10024210-07100 LEARNING AND $169.11 STRICKLIN DEVELOPMENT 82027110-57100 LEARNINGAND $169.11 DEVELOPMENT 84027220-57100 LEARNING AND $16911 DEVELOPMENT Vendor Total: 5507.33 ANIXTER 4075980-01 ELECTRICAL $52.83 80000000-12104 INVENTORY- $52.83 EQUIPMENT AND PURCHASES SUPPLIES l IC14 1pp lI lIuov pp loin iI I 1l /21011IIII 9 lnk r IIIII VIII II)Iml 0 � IIs Iq�ll��x IIII I�III Illill I�Il�lllliiil lililil Ilililllliil VIII III��lill liillllililllll II I ANIXTER 4080564-00 ELECTRICAL $4,213.59 80000000-12104 INVENTORY- $4,213.59 EQUIPMENT AND PURCHASES SUPPL ­ Vendor Total: $4,266.42 ARROW 78628 TEMPORARY FENCE $4,268.00 10017200-52100 CONTRACTED $4,268.00 FENCING PANEL RENTAL F SERVICES Vendor Total: $4,268.00 AT&T 000012411867 T1 TO INTERNET FOR $301.31 10020210x5100 TELEPHONE $150.65 DOXCLETS 2062120 31-55100 TELEPHONE $150.66 3138 DEC 18 DSL FOR 911 REMOTE $85.84 20620231-55100 TELEPHONE $85.84 SUPPORT 000012410387 FIBER INTERNET $3,057.83 20913900-55100 TELEPHONE $3,057.83 GATEWAY Vendor Total: $3,444.98 B&B 203520 MISC.MATERIALS AS $10.68 20822500-MOO BUILDING MAINT. $10.68 INDUSTRIAL NEEDED &REPAIR SUPPLY INC 203352 MISC.MATERIALS AS $30.93 10024620x6130 EXTERNAL $30.93 NEEDED SERVICES Vendor Total: $4i.6i BJ'S 12811 2018 YOUTH $6,090.90 10022831x4100 SUPPLIES $6,090.90 EMBROIDERY BASKETBALL T- SHIRTS SHIRTS _ Vendor Total: $6,090.90 BUCKLES SMITH 3125229-00 ELECTRICAL $785.28 84027225-56120 EQUIPMENT $785.28 ELECTRIC CO EQUIPMENT AND MAINTENANCE 8 SUPPLIES REPAIR Vendor Total: $785.28 CA DEPT OF FISH DVOI0919 CAFW STREAMBED $5,145.75 51124210-80230 INFRASTRUCTURE $5,145.75 &WILDLIFE ALTERATION1602 Vendor Total:_—"$5,145.75 CA DIVISION OF 4TH QTR 4TH QTR 2018 $59.20 90000000-23012 STATE$1 BUS. ($532.80) THE STATE 2018 DISABILITY FEE LIC.SETASIDE ARCHITECT 90000000-23002 STATE$1 $592.00 BUSINESS LICENSE FEE ........... Vendor Total: $59.20 CAD MASTERS 0990-0110 CAD TRAINING $675.00 1002421057100 LEARNINGAND $225.00 DEVELOPMENT 82027110-57100 LEARNING AND $225.00 DEVELOPMENT 84027220x7100 LEARNING AND $225.00 DEVELOPMENT Vendor Total: $675.00 00 I ll C V tlmIIDU eIIIIIN I f �iir aiGII IIIaP i al u1 mI /20119INN HIIIIII'Iiri I'i i1 al I IuIIP IM mill' i, 11"' 0: 511 mi"i 911m, � Imla qm l CALIFORNIA 62762 IBANK $64,678.85 10000000-70102 BOND INTEREST $64,678.85 INFRASTRUCTURE INFRASTRUCTURE PAYMENTS AND ECONOMIC FINANCING Vendor Total: $64,67585 CANDICE TA 1121-22119 TRAVEL ADVANCE $269.92 90000000-20231 COUNTY MENTAL ($2.10) RASMASON HEALTH.595 1001340057100 LEARNING AND $3.15 DEVELOPMENT 1001340057100 LEARNINGAND $269.92 DEVELOPMENT 90000000-23026 MEASURE Y ($1.05) DISTRICT TAX Vendor Total: $269.92 CHEVRON AND 55109307 FUEL AS NEEDED UPD $46.80 1002021056210 FUEL&FLUIDS $46.80 TEXACO BUSINESS CARD SVCS _____ Vendor Total: $46.80 CHROMAGRAPHICS 66413 POLICE BUSINESS $170.06 10020210-54100 SUPPLIES $170.00 CARD UPDATE Vendor Total: $i 70.00 CLARK PEST 23208939 PEST CONTROL SVCS $94.00 8002621052100 CONTRACTED $94.00 CONTROL SERVICES 23194024 PEST CONTROL SVCS $74.00 80026220-52100 CONTRACTED $74.00 SERVICES Vendor Total: $168.00 DANIEL STEEL& 14780 SUPPLIES AS NEEDED $976.47 2082430054100 SUPPLIES $976.47 MACHINE INC Vendor Total:....5976.47 DC CUSTOMS 186598 SEAT COVER $317.91 10022100-56130 EXTERNAL $317.91 INC SERVICES ........... Vendor Total: $317.91 DEPARTMENT OF 348286 FINGERPRINTS $929.06 1002281054100 SUPPLIES $929.00 JUSTICE _ Vendor Total: 5929.00 E&M ELECTRIC& 331025 RECONDITION GE 60 $2,214.66 84027225-56120 EQUIPMENT $2,214.66 MACHINERY,INC HP MOTOR MAINTENANCE& REPAIR _ Vendor Total: $2,214.66 EMILY ELLEN DVI22718 INSTRUCTOR $80.00 1002285052100 CONTRACTED $80.00 MCQUEARY SERVICES Vendor Total: $80.00 EPIC AVIATION 7157550 JET A FUEL $9,885.76 77725200-58401 AVIATION FUEL $9,885.76 LLC Vendor Total: $9,885.76 rn N list of Cllveclks Pre isenitield, on ','1/ 1. :1 [210119 pu ILII IHIM IIA 11111 IPI Z� mriiiiiiiiiii��i %�Iiilismll 7 �ffiffl' 41111111 ERICA RAMIREZ TA 1122-25119 TRAVEL ADVANCE $130.00 10016100-57100 LEARNING AND $130.00 DEVELOPMENT Vendor Total:----X130.00 EVOQUA WATER 903820842 #W2T318214 WEAR $5,806.65 8402722556120 EQUIPMENT 55.806L65 TECHNOLOGIES STRIP.75X3X12 MAINTENANCE& LLC REPAIR Vendor Total:_�'55,806 F FARWEST LINE 268852 ELECTRICAL $351.42 80026110-54100 SUPPLIES $351.42 SPECIALTIES LLC EQUIPMENT AND SUPPLIES Vendor Total.'-5351.42 FASTENAL CAUKA33688 ELECTRICAL $8.93 10021210-MI30 EMRNAL $8.93 EQUIPMENT AND SERVICES SUPPLIES CAUKA33687 ELECTRICAL $16.36 10021210,56130 EXTERNAL $16.36 EQUIPMENT AND SERVICES SUPPLIES _ Vendor Total:­ 125.29 FOOD MAXX 2853439 CORP YARD BBQ $31.80 8402722057100 LEARNING AND $31.80 DEVELOPMENT Vendor Total: _- 131.80 FRIEDMANS 36549469 MISC.ITEMS AS $36.19 20822500.56300 BUILDING MAINT. $36.19 HOME NEEDED &REPAIR IMPROVEMENT 36545837 MISC.ITEMS AS $105.82 20822500,56300 BUILDING MAINT. $105.82 NEEDED &REPAIR 36543317 MISC.ITEMS AS $169.73 20822500,56300 BUILDING MAINT. $169.73 NEEDED &REPAIR 36542502 MISC.ITEMS AS $384.21 20822500-56300 BUILDING MAINT. $384.21 NEEDED &REPAIR 33420040 MISC.ITEMS AS $8.69 73022600-56300 BUILDING MAINT. $8.89 NEEDED &REPAIR 36567144 MISC.ITEMS AS $114.30 77725200.56300 BUILDING MAINT. $114.30 NEEDED &REPAIR 36564096 MISC.ITEMS AS $239.26 7772520056300 BUILDING MAINT. $239.26 NEEDED &REPAIR 36563076 MISC.ITEMS AS $5.88 82027111-56300 BUILDING MAINT. $5.88 NEEDED &REPAIR 33419878 MISC.ITEMS AS $9.20 82027111-56300 BUILDING MAINT. $9.20 NEEDED &REPAIR 36549517 MISC.ITEMS AS $15.07 82027111-56300 BUILDING MAINT. $15.07 NEEDED &REPAIR 36556044 MISC.ITEMS AS $31.86 82027111-56300 BUILDING MAINT. $31.86 NEEDED &REPAIR 36555639 MISC,ITEMS AS $26.22 8402722556300 BUILDING MAINT. $26.22 NEEDED &REPAIR 36544789 MISC.ITEMS AS $7.36 10016100.54167 EMPLOYEE $7.36 NEEDED DEVELOPMENT 36544858 MISC.ITEMS AS $65.74 10016100,54167 EMPLOYEE $65.74 NEEDED DEVELOPMENT 36540796 MISC.ITEMS AS $9D.62 10021210-56120 EQUIPMENT $45.31 NEEDED MAINTENANCE& REPAIR C) M ppII ",'„ ll l0000 ist i ii iidq lit IIIIIIe' unpd I : itl lire n t l it IIID VIVID' on :1 In m iJ'110 ]IIEnvlooilcleis I;,3iiiiWWl FRIEDMANS 36540796 MISC.ITEMS AS $90.62 9152140056120 EQUIPMENT $45.31 HOME NEEDED MAINTENANCE& IMPROVEMENT REPAIR 36554852 MISC.ITEMS AS $1.89 82027111-56120 EQUIPMENT $1.89 NEEDED MAINTENANCE& REPAIR 36555837 MISC.ITEMS AS $9.15 82027111-56120 EQUIPMENT $9.15 NEEDED MAINTENANCE& REPAIR 36563279 MISC,ITEMS AS $35.04 82027111-56120 EQUIPMENT $35.04 NEEDED MAINTENANCE& REPAIR 36564775 MISC.ITEMS AS $79.74 84027225 56120 EQUIPMENT $79.74 NEEDED MAINTENANCE& REPAIR 36549606 MISC.ITEMS AS $98.06 8402722556120 EQUIPMENT $98.06 NEEDED MAINTENANCE& REPAIR 36553507 MISC.ITEMS AS $208.67 8402722556120 EQUIPMENT $208.67 NEEDED MAINTENANCE& REPAIR 8221161 MISC.ITEMS AS $24.57 1002121056130 EXTERNAL $24.57 NEEDED SERVICES 36563275 MISC.ITEMS AS $47.01 1002121056130 EXTERNAL $47.01 NEEDED SERVICES 36566070 MISC.ITEMS AS $125.10 1002121056130 EXTERNAL $125.10 NEEDED SERVICES 36557452 MISC.ITEMS AS $26.89 801261W-80230 INFRASTRUCTURE $26.89 NEEDED 36557621 MISC.ITEMS AS $44.42 80126100-80230 INFRASTRUCTURE $44.42 NEEDED 36543351 MISC.ITEMS AS $167.67 1002021054202 MAJOR CRIME $167.67 NEEDED INVETIGATIONS 36546397 MISC.ITEMS AS $17.75 1002210059400 OTHER $17.75 NEEDED EXPENSES 36550291 MISC.ITEMS AS $13.87 1002462054120 PW-SPECIAL $13.87 NEEDED SUPPLIES 36562893 MISC.ITEMS AS $14.08 1002462054120 PW-SPECIAL $14.06 NEEDED SUPPLIES 65415315 MISC.ITEMS AS $15.70 1002462054120 PW-SPECIAL $15.70 NEEDED SUPPLIES 36558702 MISC.ITEMS AS $38.30 1002462054120 PW-SPECIAL $38.30 NEEDED SUPPLIES 36550146 MISC.ITEMS AS $45.79 1002462054120 PW-SPECIAL $45.79 NEEDED SUPPLIES 36551111 MISC.ITEMS AS $82.14 1002462054120 PW-SPECIAL $82.14 NEEDED SUPPLIES 36559463 MISC.ITEMS AS $50.93 84027221-54102 SMALL TOOLS $50.93 NEEDED 36565114 MISC„ITEMS AS $183.54 84027221-54102 SMALL TOOLS $183.54 NEEDED 36550433 MISC.ITEMS AS $78.55 8402722554102 SMALL TOOLS $78.55 NEEDED 36555525 MISC.ITEMS AS $218.10 8402722554102 SMALL TOOLS $125.57 NEEDED 2032410054100 SUPPLIES $92.53 36541135 MISC.ITEMS AS $93.51 90000000-23256 SPECIAL EVENTS $93.51 NEEDED TRUST l on 19 u I 'i I � � Illus i�i ooin om ry. 'N%Nin pin i iii i -1 tl ul w og�u Mie a oii� i nn Involicies IIII fillII IIII 111111 IIII II �In' II � � n � a IIII FRIEDMANS 36551942 MISC.ITEMS AS $8.14 10022100,54100 SUPPLIES $8.14 HOME NEEDED IMPROVEMENT 36553181 MISC.ITEMS AS $11.82 1002210054100 SUPPLIES $11.82 NEEDED 36545241 MISC.ITEMS AS $13.03 1002210054100 SUPPLIES $13.03 NEEDED 36562891 MISC.ITEMS AS $22.99 1002210054100 SUPPLIES $22.99 NEEDED 36562796 MISC.ITEMS AS $23.57 10022100-54100 SUPPLIES $23.57 NEEDED 36555909 MISC.ITEMS AS $M.73 10022100,54100 SUPPLIES $58.73 NEEDED 36549487 MISC.ITEMS AS $92.53 1002421054100 SUPPLIES $30.84 NEEDED 82027110,54100 SUPPLIES $30.85 8402722054100 SUPPLIES $30.84 36544793 MISC.ITEMS AS $99.56 10024210.54100 SUPPLIES $33.18 NEEDED 82027110-54100 SUPPLIES $33.18 8402722054100 SUPPLIES $33.20 36562776 MISC.ITEMS AS $7.44 2032410054100 SUPPLIES $7.44 NEEDED 36542393 MISC.ITEMS AS $19.55 2082430054100 SUPPLIES $19.55 NEEDED 36558133 MISC.ITEMS AS $25.93 2082430054100 SUPPLIES $25.93 NEEDED 36558701 MISC.ITEMS AS $40.72 20824300,54100 SUPPLIES $40.72 NEEDED 36558652 MISC.ITEMS AS $46.70 2082430054100 SUPPLIES $46.70 NEEDED 36558445 MISC.ITEMS AS $76.04 20824300.54100 SUPPLIES $76.04 NEEDED 36540901 MISC.ITEMS AS $94.79 2082430054100 SUPPLIES $94.79 NEEDED 36557479 MISC.ITEMS AS $240.86 2082430054100 SUPPLIES $240.86 NEEDED 36551248 MISC.ITEMS AS $25.24 2091390054100 SUPPLIES $25.24 NEEDED 36556497 CREDIT/REFUND {$19.77} 31422860,54100 SUPPLIES ($19.77) 36556486 MISC.ITEMS AS $19.77 3142286054100 SUPPLIES $19.77 NEEDED 36549527 MISC.ITEMS AS $146.60 3142286054100 SUPPLIES $146.60 NEEDED 36554754 MISC.ITEMS AS $150.44 31422860,54100 SUPPLIES $150.44 NEEDED 36542477 MISC.ITEMS AS $15.57 80026110-54100 SUPPLIES $15.57 NEEDED 33419795 MISC.ITEMS AS $25.07 80026110-54100 SUPPLIES $25.07 NEEDED 36550722 MISC.ITEMS AS $61.80 80026110-54100 SUPPLIES $61.80 NEEDED 36542276 MISC.ITEMS AS $142.74 80026110-54100 SUPPLIES $142.74 NEEDED C14 M List f Checks ort I u 1 210119. I Invoilices a ILII w ��wu� 111111 111111 III VIII I�!I III�III�III 1111111 I� II��IIIIIaffilijawl, 11 36549002 MISC.ITEMS AS $21.23 $002612054100 SUPPLIES $21.23 HOME NEEDED IMPROVEMENT 36545484 MISC.ITEMS AS $37.33 80026200,54100 SUPPLIES $37.33 NEEDED 36559972 MISC.ITEMS AS $16.69 80526150-54100 SUPPLIES $16.69 NEEDED 36563860 MISC.ITEMS AS $34.14 82027111-54100 SUPPLIES $34.14 NEEDED 36563861 MISC.ITEMS AS $87.09 82027111-54100 SUPPLIES $87.09 NEEDED 36563399 MISC.ITEMS AS $11.15 82027114-54100 SUPPLIES $11.15 NEEDED 36542496 MISC.ITEMS AS $21.91 82027114-54100 SUPPLIES $21.91 NEEDED 36556286 MISC.ITEMS AS $40.09 82027114-54100 SUPPLIES $40.09 NEEDED 36550958 MISC.ITEMS AS $63.69 82027114-54100 SUPPLIES $63.69 NEEDED 36547214 MISC. ITEMS AS $64.13 82027114-54100 SUPPLIES $64.13 NEEDED 36551022 MISC.ITEMS AS $104.26 8202711454100 SUPPLIES $104.26 NEEDED 36544991 MISC.ITEMS AS $132.83 82027114-54100 SUPPLIES $132.83 NEEDED 36544995 MISC.ITEMS AS $139.36 82027114-54100 SUPPLIES $139.36 NEEDED 36545848 MISC.ITEMS AS $201.49 8402722554100 SUPPLIES $201.49 NEEDED ___ Vendor Total: $5,455.87 GCR TIRES& 851-44675 TIRES,TUBES $738.51 10022100-56120 EQUIPMENT $736.51 SERVICES REPAIRS&LABOR A MAINTENANCE& REPAIR 851-44604 TIRES,TUBES $22.72 10020210-56130 EXTERNAL $22.72 REPAIRS&LABOR A SERVICES 851-44718 TIRES,TUBES $732.56 10020210-56130 EXTERNAL $732.56 REPAIRS&LABOR A SERVICES 85144572 TIRES AND TUBES $1,306.96 80026110-56130 EXTERNAL $1.306.96 (INCL.RECAPPE SERVICES 851-44671 TIRES,TUBES $204.51 8002640056130 EXTERNAL $204.51 REPAIRS&LABOR A SERVICES _ Vendor Total: $3,005.26 GHD INC 111746 TRANSPORTATION $1,079.00 10024620-80230 INFRASTRUCTURE $1,079.00 IMPROVEMENTS RE 111101 TRANSPORTATION $1,097.25 10024620-80230 INFRASTRUCTURE $1,097.25 IMPROVEMENTS RE 110676 RAIL TRAIL PHASE 2 $4,663.44 51124210-80230 INFRASTRUCTURE .$4,683.44 109035 RAIL TRAIL PHASE 2 $11,911.03 51124210-80230 INFRASTRUCTURE 511,911.0z' Vendor Total:—�Sill,77R 72 GRANITE 1513618 MISC.ROCK&ROAD $738.26 82027114-54100 SUPPLIES $368.61 CONSTRUCTION PATCH MATERI COMPANY 82027114-54100 SUPPLIES $369.65 M I mII „I ,ry mmm���� W Imm�Imm 'n"I' M �IIIIIIs I IIS h I lmW ills � Presented II IIS I, l III IINI IIIA II � II � "'i�lll6 illl ull /21019 mllllllllu IIII Il,..o�' I IIIIIIIWII mI�IIIIIIp Iro im�llo 111[VIII i I m "llllllllllllll�ill.mill -illEm mII ���� �� ��ffl� v �� �� �� ,a GRANITE 1513615 MISC.ROCK&ROAD $8,849.39 82027114-54100 SUPPLIES $158.72 CONSTRUCTION PATCH MATERfAL COMPANY 82027114-54100 SUPPLIES $163.20 82027114-54100 SUPPLIES $166.40 82027114-54100 SUPPLIES $166.72 82027114-54100 SUPPLIES $178.96 82027114-54100 SUPPLIES $178.88 82027114-54100 SUPPLIES $185.28 82027114-54100 SUPPLIES $292.48 82027114-54100 SUPPLIES $311.68 82027114-54100 SUPPLIES $331.84 82027114-54100 SUPPLIES $372.80 82027114454100 SUPPLIES $397.76 82027114-54100 SUPPLIES $469.57 84027221-54100 SUPPLIES $178.24 84027221-54100 SUPPLIES $251.82 8402722154100 SUPPLIES $278.08 84027221-54100 SUPPLIES $308.80 84027221-54100 SUPPLIES $323.52 8402722154100 SUPPLIES $326.72 8402722154100 SUPPLIES $329.60 8402722154100 SUPPLIES $342.08 8402722154100 SUPPLIES $353.92 84027221-54100 SUPPLIES $36096 84027221-54100 SUPPLIES $382.72 84027221-54100 SUPPLIES $383.36 84027221-54100 SUPPLIES $400.32 8402722154100 SUPPLIES $416.00 84027221-54100 SUPPLIES $416.32 msl Checks pi,I wVIII t� r imli ondo ,.1 /2m VIIImo e lip VIII 1111111 C� 1111111 IIIII � � .dill ILII ILII I�II�II IIII , m m DG � OG GRANITE 1513615 MISC.ROCK&ROAD $8,849.39 84027221-54100 SUPPLIES ;424.64 CONSTRUCTION PATCH MATERIAL COMPANY Vendor Total:__'59,587.65 INTEGRITY 89064 SHREDDING $28.50 10016100-52100 CONTRACTED $28.50 SHRED SERVICES SERVICES 88965 SHREDDING $57.00 20513300-52100 CONTRACTED $57.00 SERVICES SERVICES 89037 SHREDDING $57.00 10020210-54100 SUPPLIES $28.50 SERVICES 20620231-54100 SUPPLIES $28.50 Vendor Toll 5142.50 INTERSTATE 330005053 BATTERIES $427.12 82027111-56120 EQUIPMENT $427.12 BATTERIES MAINTENANCE& REPAIR 380035727 CREDIT If RETURNS ($242.50) 20324100-56112 EQUIPMENT (x242.50) PARTS FOR RESALE 380035932 BATTERIES $117.44 10020210.56130 EXTERNAL $117.44 SERVICES 33OD04M BATTERIES $125.06 10024210-WI30 EXTERNAL $125.06 SERVICES Vendor Tafel:__�'ill f 2 INTERWEST 46019 GIS SERVICES-ON- $52.50 82027111-52100 CONTRACTED $52.50 CONSULTING CALL AND AS SERVICES GROUP INC _ Vendor Total: 552.50 ITRON INC 545015 FC300,DESK DOCK $1,219.95 20513380-54320 SOFTWARE $609.98 FC30021134503 20513382-54320 SOFTWARE $609.97 Vendor Total: 51,219.95 JACKIE PEREZ TA 1121-22119 TRAVEL ADVANCE $65.00 10013400-57100 LEARNING AND $65.00 DEVELOPMENT Vendor Total:-� JAMES REESE 19656 JANITORIAL SERVICES $350.00 73022600-56300 BUILDING MAINT. $350.00 &REPAIR 19653 JANITORIAL SERVICES $437.50 73022600-56300 BUILDING MAINT. $437.50 &REPAIR 19654 JANITORIAL SERVICES $490.00 73022600-56300 BUILDING MAINT. $490.00 &REPAIR 19655 JANITORIAL SERVICES $560.00 73022600-56300 BUILDING MAINT. $560.00 &REPAIR _ Vendor Total: $1,837.50 JEFF WALKER BA FY 18119 BOOTALLOWANCE $150.00 205133&kWI00 SUPPLIES $75.00 2051336254100 SUPPLIES $75.00 Vendor Total: -Si50.00 M Linvoices IIII�I 111111111 VIII I I dll IIIII111111 I��I �1�1111111I�I IIII ��II � � � � ��� JULIE DV010819 REIMBURSEMENT $92.36 1002293154100 SUPPLIES $92.36 WHITEAKER Vendor Total: 592.36 KIMBALL 6809279 TOOLS&SUPPLIES AS $68.26 84027225,56120 EQUIPMENT $69.26 MIDWEST NEEDED MAINTENANCE& REPAIR Vendor Total: LES SCHWAB 64000402565 MISC.TIRE SERVICES $37.00 1002121056130 EXTERNAL $37.00 TIRE CENTER AS NEEDED SERVICES Vendor Total: 537.00 LIEBERT 1470882 LEGAL SERVICES- $112.00 1001610052100 CONTRACTED $11200 CASSIDY PERSONNEL SERVICES WHITMORE 1470994 LEGAL SERVICES- $140.00 1001610052100 CONTRACTED $140.00 PERSONNEL SERVICES Vendor Total: 5252.00 LILY MENDOZA DVOI0219 INSTRUCTOR $200.00 10022950.52100 CONTRACTED $200.00 SERVICES Vendor Total: 5200.00 MAUREEN KANE 101-2019 REGISTRATION-S $1,550.00 10021210-57100 LEARNING AND $775.00 &ASSOCIATES ARBA DEVELOPMENT INC 91521400-57100 LEARNING AND $775.00 DEVELOPMENT Vendor Total: 51,550.00 MENDO MILL& 112874/1 LUBE GARAGE DOOR, $6.61 1002121056300 BUILDING MAINT. $3.31 LUMBER CO TEFL WHT LITH &REPAIR GREASE 9152140056300 BUILDING MAINT. $3.30 &REPAIR 11117911 KEY MADE $0.74 1002121056120 EQUIPMENT $0.37 MAINTENANCE& REPAIR 91521400-W I20 EQUIPMENT $0.37 MAINTENANCE& REPAIR 111105!1 SUPER GLUE,SAFETY $57.68 1002462054120 PW-SPECIAL $57.68 GAS CAN SUPPLIES 112855/1 KEYBLANK MASTER $5.75 25321210,54102 SMALL TOOLS $2.87 LOCK,CLIP TENSION 91621400.54102 SMALL TOOLS $2,.88 113048/1 #2997-23 MILWAUKEE $580.02 2532121054102 SMALL TOOLS $290.00 M18 FUEL CO 91621400-54102 SMALL TOOLS $290.02 11304711 #2997-23 MILWAUKEE $1,153.72 2532121054102 SMALL TOOLS $576.86 M18 FUEL CO 9162140054102 SMALL TOOLS $576.86 111257/1 WAND MARKING, $34.71 1002121054100 SUPPLIES $17.36 PAINT co I%I IpI �II¶II np JIIIII_ I�q WW µI�Iq �I n"I'II@ co List II III � IIID I iI, W I Ap I IiiI,,Iilt 111111 III NIIV � I011�'11111111" a hila Il�u 1 I1 Itllllllllllll/21019 I 2 IIII � X 1111111 nvolices MENDO MILL& 111257/1 WAND MARKING, $34.71 91521400-54100 SUPPLIES $17.35 LUMBER CO PAINT Vendor Total:* $1,839.23 MENDOCINO EH36165 HAZARDOUS $1,650.50 7772520052100 CONTRACTED $1,650.50 COUNTY MATERIAL PERMIT SERVICES ENVIRONMENTAL. HEALTH EH36492 2019 ANNUAL SOLID $5.474.00 70024500-59101 FEES $5,474.00 WASTE PERMIT Vendor Total: $7,124.50 MENDOCINO 083731 WASTE OIL $13.75 8402722556120 EQUIPMENT $13.75 SOLID WASTE MAINTENANCE& MANAGEMENT REPAIR AUTHORITY ____ Vendor Total• $13.75 MES-MUNICIPAL IN1292365 TOOLS FOR NEW $277.67 2532121054102 SMALL TOOLS $138.83 EMERGENCY ENGINE SERVICES INC 9162140054102 SMALL TOOLS $138.84 IN1292363 TOOLS FOR NEW $645.09 25321210-54102 SMALL TOOLS $322.55 ENGINE 91621400.54102 SMALL TOOLS $322.54 Vendor Total: ---X922.76 MITY-LITE INC 00075618 BANQUET CHAIRS $23,017.81 73022600-80220 BUILDING $23,017.81 IMPROVEMENTS Vendor Total: $23,017.81, MOTION CA23513561 BEARING,FITTING& $601.55 82027111-56120 EQUIPMENT $601.55 INDUSTRIES INC MISC.ITEMS MAINTENANCE& REPAIR Vendor Total: 3601.55 MUNICIPAL 0133648-IN NOZZLE $346.39 8402722156130 EXTERNAL $346.39 MAINTENANCE SERVICES EQUIPMENT ­ l, Vendor Tota "l• $346.39 MYGOV ILC 4118 BUSINESS LICENSE $6,180.00 2051330052100 CONTRACTED $6,180.00 SOFTWARE SERVICES Vendor Total: $6,180.00 NATHANIEL DV122718 INSTRUCTOR $74.50 1002285052100 CONTRACTED $74.50 HAYES SERVICES DVOI0219 INSTRUCTOR $715.00 1002265052100 CONTRACTED $715.00 SERVICES Vendor Total: $788.50 NATIONAL S1107721.001 WATER SUPPLY, $2,739.74 82227113-80100 MACHINERY& $2,739.74 METER& GROUNDWATER,SEW EQUIPMENT AUTOMATION ........... Vendor Total: $2,739.74 NCH 3371914 CLEAN STOP $123.66 20324100.58410 GARAGE $123.66 CORPORATION AEROSOL LUBRICANTS& PARTS Vendor Total: $123.66 ti Litt of C he' mmlcdsrp luw ILII II e,': m fu)r ISI l on Ino I. 201.9 Invoices ii ISI IIIII� NSI LAB 38115 I BAGS OF QC $268.00 8402722554100 SUPPLIES $268.00 SOLUTIONS INC CHLORINE Vendor Total: 3268.00 ONE TIME PAY DVOI0919 RECREATION $35.00 1002280044915 RECREATION $35.00 VENDOR REFUND-M.JOHNSON PROGRAM INCOME 112553-3 UTILITY REFUND-M. $5.11 90100000-10421 UTILITY $5.11 LAWLOR RECEIVABLES CLEARING 119858-9 UTILITY REFUND-O. $11.20 90100000.10421 UTILITY $11.20 VILLAGE RECEIVABLES CLEARING 119984-3 UTILITY REFUND-L. $21.92 90100000-10421 UTILITY $21.92 PEDERSON RECEIVABLES CLEARING 120063-3 UTILITY REFUND- $29.99 90100000-10421 UTILITY $29.99 L.PEDERSEN RECEIVABLES CLEARING 117781-5 UTILITY REFUND-J. $33.92 90100000-10421 UTILITY $33.92 MARTIN RECEIVABLES CLEARING 1102243 UTILITY REFUND-S. $94.17 90100000-10421 UTILITY $94.17 ROGERS RECEIVABLES CLEARING 10418M UTILITY REFUND-J. $139.61 90100000-10421 UTILITY $139.61 KARP RECEIVABLES CLEARING 1067149 UTILITY REFUND- $153.77 90100000-10421 UTILITY $153.77 HODGSON RECEIVABLES CLEARING 113796-7 UTILITY REFUND-G. $239.17 90100000-10421 UTILITY $239.17 PEDRONI RECEIVABLES CLEARING Vendor Total:_� _x763.86 OPERATING 86138 DEC 18 DEC 18 HEALTH $1,540.00 20700000-20524 NON-EMPLOYEE $1,540.00 ENGINEER INSURANCE HEALTH PUBLIC&MISC INS.PREM EMPLOYEES Vendor Total: $1,540.00 OWEN 00044362 AIR CYLINDAR $158.32 84027221-56130 EXTERNAL $158.32 EQUIPMENT SERVICES COMPANY 00044322 HOSE $598.38 84027221-56130 EXTERNAL $598.38 SERVICES 00044320 COMPRESSION $610.77 84027221,56130 EXTERNAL $610.77 SERVICES ----------- Vendor __Vendor Total: $1,367.47 PACE SUPPLY 024971396.1 RUBBER GLOVES $360.68 84027221-54100 SUPPLIES $360.68 CORPORATION - Vendor Total: 5360.68 PETERSON 204819P FILTER $4.23 90000000-20231 COUNTY MENTAL ($0.03) TRUCKS INC HEALTH.5% 10022100.56130 EXTERNAL $0.04 SERVICES 10022100.56130 EXTERNAL $4.23 SERVICES Co M i t of i f Present'�u�niii' o�lll n � II min 1ilii iiiilllllliiii[2 01 iwm Invoices .............w, viii i viii�i iii i�i�i ' PETERSON 204819P FILTER $4..23 90000000-23026 MEASURE Y ($001) TRUCKS INC DISTRICT TAX 204046PXI BLADE $36.82 90000000-20231 COUNTY MENTAL ($0.19) HEALTH.S% 90000000-23028 MEASURE Y ($0.10) DISTRICT TAX 20324100-54100 SUPPLIES $0.29 20324100-54100 SUPPLIES $36.82 205025p VALVE $419.69 8402722156130 EXTERNAL $419.69 SERVICES - Vendor Vendor Total: ;460 74 QUILL 3578515 PRINT ROLL $101.79 2041350054100 SUPPLIES $101.79 CORPORATION Vendor Total:_�'"Y101.ii RAY C STARKEY 16539 UPD WINE GLASSES $695.27 1002021054100 SUPPLIES $695.27 Vendor Total: $695.27 REDWOOD 2008044 CARDLOCK FUEL $236.32 8402722556120 EQUIPMENT $236.32 COAST FUELS PURCHASES MAINTENANCE d REPAIR 0110095 CARDLOCK FUEL $313.23 20624300.56210 FUEL&FLUIDS $313.23 PURCHASES 2885.79 RED DYED DIESEL- $2,885.79 8402722556210 FUEL&FLUIDS $2,885.79 EMERGENCY PU 1977057 CARDLOCK FUEL $942.71 2032410058410 GARAGE $942.71 PURCHASES LUBRICANTS& PARTS Vendor Total: 54,37805 REDWOOD 19.1 EAP REMIF EAP $486.94 20112400-52525 WORKERS $486.94 EMPIRE INSURANCE COMP.EXPENSE MUNICIPAL INSURANCE FUND 002091 3RD OTR WC $250,282.00 20112400-52525 WORKE'R'S $250,282.00 CONTRIBUTION COMP.EXPENSE Vendor Total:'$250,768.94 REDWOOD FORD 131053 SPARK PLUG $20.16 1002021056130 EXTERNAL $20.16 SERVICES 131056 INJECTOR ASSEMBLY $58.06 1002021056130 EXTERNAL $58.06 SERVICES CM131014 CORE RETURN ($26.97) 2032410056130 EXTERNAL ($26.97) SERVICES 131042 SPARK PLUG $120.31 2032410058510 REIMBURSABLE $120.31 JOBS 131014 ALTERNATOR $268.65 2032410058510 REIMBURSABLE $268.65 ASSEMBLY JOBS Vendor Total:+ $440,21 REXEL USA INC U118876 MIDGET FUSE $155.77 8052615054100 SUPPLIES $15577 Vendor Total: 3155.77 rn iiiii �III q� ��I ,�I ppp ���u um�mu M llllllP INN IyryIANnI IINI�INX I l IIIII�IpIN ll�l l II VIII �I�IIp�IIW!&,. ,q� ml�lll�ry,ury llo I WN IIpIIWM p� II l plllllll�llyi IIII 11 1111 1/2101 IIIII WN Invoices WIs � M1,11 , RICHARD 2018-1228-1 AGREEMENT FOR =4,550.00 20913900x2100 CONTRACTED $4,550.00 ANDERSON PROF.SVC'S FOR W SERVICES Vendor Tokal: --x,550.00 RILEY MENDOZA DVO10219 INSTRUCTOR $100,00 10022850,52100 CONTRACTED $100.00 SERVICES _ Vendor Total: -;10000 RINO PACIFIC CL25595 FUEL CARD CHARGES $1,444.25 10021210,56210 FUEL&FLUIDS $722.12 AS NEEDED 91521400.56210 FUEL&FLUIDS $722.13 CL25550 FUEL CARD CHARGES $46.18 82027114-56210 FUEL&FLUIDS $24.94 AS NEEDED 8402722156210 FUEL&FLUIDS $21.24 CL254W FUEL CARD CHARGES $137.21 82027114-56210 FUEL&FLUIDS $74.10 AS NEEDED 84027221x6210 FUEL&FLUIDS $6311 -• Vendor Total: RIVER OAK DV122018 PTO NIGHT $76.00 3140000048110 MISCELLANEOUS .•" 76.00,,,,,," CHARTER RECEIPTS SCHOOL .• Vendor Total: ROGINA WATER 0380 NOV 18 WATER SERVICE- $23.88 10021210x.5210 UTILITIES $11.94 COMPANY 1301 TALMAGE R 91521400x5210 UTILITIES $11.94 Vendor Total: -- 323.88 ROUND TABLE 02-15 ELECTRICAL OUTAGE $102.85 8002640054100 SUPPLIES $102.85 PIZZA SOUTH OAK ST -- Vendor Total:- -$102.85 RYAN PROCESS Ri812019 1870E TOTAL $5,210.43 84027225,56120 EQUIPMENT $5,210.43 INC CHLORINE RESIDUAL MAINTENANCE& REPAIR _ Vendor Total: --$5, 21 -IV SAFEWAY INC STMT DEC 18 MISCELLANEOUS $4,542.27 10010000x4100 SUPPLIES "/$155-m PURCHASES AS REQ , 10016100x4100 SUPPLIES $16.00 y 10022810x4100 SUPPLIES $99.48 31400000,54100 SUPPLIES $27.84 31400000,54100 SUPPLIES $61.85 31400000,54100 SUPPLIES $66.69 31400000-54100 SUPPLIES ".11", /� I", 31400000.54100 SUPPLIES " 86p 31400000.54100 SUPPLIES $137.25 C) L'i'st IIIA WY t II C 111111 IIII I l , Presented II r 'n n IIIA lu 4 all II u�'u�'iIIIIII II Ivry 1/ 13 IIIi IIII IIII' IIII II i Is � Ip 9D 4N Now SAFEWAY INC STMT DEC 18 MISCELLANEOUS $4,542.27 31400000-54100 SUPPLIES $255.92 PURCHASES AS REGI 31400000,54100 SUPPLIES $266.53 31400000.54100 SUPPLIES 5343.90 3140000054100 SUPPLIES $350.79 3142286054100 SUPPLIES $44.91 3142286054100 SUPPLIES $50.00 3142286054100 SUPPLIES "...,,. . 3142286054100 SUPPLIES $6&75 3142286a-54100 SUPPLIES $76.03 3142266054100 SUPPLIES $79.98 3142286054100 SUPPLIES $88.01 3142286054100 SUPPLIES $90.99 3142286054100 SUPPLIES $97.90 3142286054100 SUPPLIES $12237 3142286054100 SUPPLIES $153.78 3142286054100 SUPPLIES $155.03 31422860-54100 SUPPLIES .' * .8 3142286054100 SUPPLIES $179.65 3142286054100 SUPPLIES $221.36 3142286054100 SUPPLIES $238.18 69122700.54100 SUPPLIES ($21.78) 69122700.54100 SUPPLIES $22.98 6912270054100 SUPPLIES $124.86 7302260054100 SUPPLIES $1.98 7302260054100 SUPPLIES 3977„• 73022600-54100 SUPPLIES $16.08 7302260054100 SUPPLIES $18.73 7302260054100 SUPPLIES $22.46 7302260054100 SUPPLIES $42.93 7302260054100 SUPPLIES $73.06 IIIIII � IIIIIIIIIIIII IIIA III IIII IIIII� III III, III W WW I' II �U p VIII IIID l on Ilu Pp � ��UU I����p IIII IIII/2019 Illllllll AWA Illlli I IIII Kim W � e SAFEWAY INC STMT DEC 18 MISCELLANEOUS $4,542.27 7302260054100 SUPPLIES $89.971 y PURCHASES AS REQ p 73022600-54100 SUPPLIES $98.39 73022600-54100 SUPPLIES $114.30 8402722054100 SUPPLIES $3.99 8402722054100 SUPPLIES 5 .60 ""' • _ I Vendor Total: 34,542.27 SNAP-ON ARV/38388708 OVAL FLUSH CUT $43.31 2032410054102 SMALL TOOLS $43.31 INDUSTRIAL ARVI AIR IMPACT $420.56 2032410054102 SMALL TOOLS $420.56 38312688 ____ Vendor Total: 5483.87 SOLID WASTES NOV 18 RESIDENTIAL $40,436.76 9020000052170 UKIAH WASTE $40,436.76 SYSTEMSINC GARBAGE SOLUTIONS Vendor Total: $40,436.76 SYDNEY P4578474 REIMBURSEMENT $1,824.42 91500000-20561 ACCRUED SICK $1,824.42 DEARBORN FOR MEDICAL INSURANCE + Vendor Total: $1,824.42 TAYLOR DVI22718 INSTRUCTOR $80.00 1002285052100 CONMCTED $80.00 CHARLES SERVICES BOWEN _ ­ Vendor _ Vendor Total: x80.00 TELSTAR 97326 ALL LABOR AND $4,165.00 82027111-52100 CONTRACTED $4,165.00 INSTRUMENTS MATERIAL TO INST SERVICES INC 96477 #U-461 CLEAR TUBE $2,282.50 84027225.56120 EQUIPMENT $2,282.50 MAINTENANCE& REPAIR ........... VendorTotal: $6,447.50 THE COFFEE 13068 MISC.COFFEE $90.00 10012200.54100 SUPPLIES $90.00 CRITIC INC SUPPLIES AS NEEDED 13200 MISC.COFFEE $90.00 10012200-54100 SUPPLIES $90.00 SUPPLIES AS NEEDED Vendor Total: ;180.00 THE OKONITE 74415 ELECTRICAL $19,876.39 80000000-12104 INVENTORY- $19,876.39 COMPANY EQUIPMENT AND PURCHASES SUPPL _ Vendor Total: $19,876.39 THE PEAVEY R05319 CREDIT-RETURN ($124.20) 1002021054201 PRISONER ($124.20) COMPANY SUPPLIES EXPENSE 352770 EVIDENCE SUPPLIES $201.42 10020210-4201 PRISONER $201.42 EXPENSE _____ Vendor Total: $77.22 THURSTON 212675 GASKET,ELEMENT $62.62 1002021056130 EXTERNAL $62.62 CHEVROLET SERVICES TOYOTA SCION 212695 VALVE $72.01 2082250056130 EXTERNAL $72.01 SERVICES 212956 VALVE $156.75 8002640056130 EXTERNAL $156.75 SERVICES CV d' LI mm Checks P „ii I mi iii mm Ie for � ' lllllmoomoo I on m �N��I'v 1/210:19 i lnvolItes aim III�I I�� dlllllllllllll�l THURSTON 212674 FILTER,GASKET $54.54 82027111-56130 EXTERNAL $54.54 CHEVROLET SERVICES TOYOTA SCION ____ Vendor Total: $345.92 THURSTON 16453 BOLTS $420.91 8002640056130 EXTERNA. $420.91 CHRYSLER SERVICES DODGE JEEP RAM Vendor Total:"��'$420.91 TRIPLE S 114621 PHOTOGRAPHY $234.79 1001000054100 SUPPLIES $234.79 CAMERA SHOP SERVICES Vendor Total.­ TYLER $234.79 TYLER BUSINESS 26873 W-2.1099 FORMS AND $562.54 10013400,54100 SUPPLIES $562.54 FORMS ENVELOPES Vendor Total-. $562.54 UKIAH AUTO 089206 V-BELT,FILTER $201.48 8402722556120 EQUIPMENT $201.48 PARTS MAINTENANCE& REPAIR 086931 CORE DEPOSIT ($18.00) 20324100-56112 EQUIPMENT ($18.00) PARTS FOR RESALE 086798 BATTERY $132.53 20324100.56112 EQUIPMENT $13253 PARTS FOR RESALE 087184 FUSE $11.02 1002121056130 EXTERNAL $11.02 SERVICES 086157 BLADE $32.62 1002421056130 EXTERNAL $16.31 SERVICES 8002640056130 EXTERNAL $16.31 SERVICES 087939 LAMP $22.06 1002462056130 EXTERNAL $22.06 SERVICES 089208 V-BELT $14.87 8402722556130 EXTERNAL $14.87 SERVICES 088744 OIL $34.46 8402722554100 SUPPLIES $34.46 Vendor Total: $431.04 UKIAH DAILY 0006244334 HTS CLASS LINER $610.68 1001610054162 ADVERTISING $610.68 JOURNAL 0006248534 PUBLICATION $656.81 1001610054162 ADVERTISING $656.81 0006256467 EMPLOYMENT $125.01 1002310052100 CONTRACTED $125.01 ADVERTISING SERVICES 0006258649 PUBLIC NOTICE $131.37 10023100-52100 CONTRACTED $131.37 SERVICES 0006250022 PUBLIC NOTICE $136.13 1002310052100 CONTRACTED $136.13 SERVICES 0006249751 EMPLOYMENT $139.31 1002310052100 CONTRACTED $139.31 ADVERTISING SERVICES 0006253971 PUBLIC NOTICE $220.35 1002310052100 CONTRACTED $220.35 SERVICES 0006253662 EMPLOYMENT $70.99 91521400-52150 LEGAL $70.99 ADVERTISING SERVICESIEXPENSES 0006258368 PUBLIC NOTICE $70.99 1002021054100 SUPPLIES $70.99 M �III �III p���' w ,nim 1�������� per, m� m� d' uWINNmU i10 C!uI IIIIG iumim mflr'IIIII� m�u j m 4 ip �ymtl�i ry �m Approval , o log 1 mlmn nu it 1. oil' 11 llll II VIII UKIAH DAILY 2019-41448 2018 52-WEEK $178.17 1002121054100 SUPPLIES $89.08 JOURNAL SUBSCRIPTION RENEWAL 91521400-4100 SUPPLIES $89.09 Vendor Total.-, 32,339.81 UKIAH MAIN 3RD QTR• 3RD QTR 2018 $957,90 31212600-2100 CONTRACTED $957.90 STREET 2018 DOWNTOWN SERVICES PROGRAM IMPROVEMENT 4TH QTR- 4TH QTR DOWNTOWN $1,326.60 31212600-2100 CONTRACTED $1,326.60 2018 IMPROVEMENT SERVICES DVIO1019 ACCOUNTING $15,852.47 31212600-2100 CONTRACTED $15,852.47 ADJUSTMENT SERVICES _ Vendor Total: $18,136.97 UKIAH PAPER 1492944 JANITORIAL&MISC. $434.41 10022100-4100 SUPPLIES $434.41 SUPPLY SUPPLIES AS 1492861 JANITORIAL&MISC. $309.41 20822500-4100 SUPPLIES $309.41 SUPPLIES AS 1493082 JANITORIAL&MISC.. $157.32 20824300.54100 SUPPLIES $157.32 SUPPLIES AS 1492336 JANITORIAL&MISC. $92.52 73022600-54100 SUPPLIES $92.52 SUPPLIES AS 492261 JANITORIAL&MISC. $163.38 73022600-4100 SUPPLIES $163.38 SUPPLIES AS 492835 JANITORIAL&MISC. $615.42 73022600-4100 SUPPLIES $615.42 SUPPLIES AS 1492501 JANITORIAL&MISC. $372.49 80026110-54100 SUPPLIES $186..25 SUPPLIES AS 80026120.54100 SUPPLIES $186.24 1492374 JANITORIAL&MISC. $67.21 82027111-54100 SUPPLIES $67.21 SUPPLIES AS 1492619 JANITORIAL&MISC. $83.47 84027225-4100 SUPPLIES $83.47 SUPPLIES AS 493020 JANITORIAL&MISC. $176.14 84027225.54100 SUPPLIES $176.14 SUPPLIES AS _ Vendor Total: $2,471.77 UKIAH VALLEY 2182 PHYSICAL FOR FIRE $1,065.50 10021210,54100 SUPPLIES $1,065.50 MEDICAL CENTER _ Vendor Total: $1,065.50 ULINE 104367449 POLYTUBING $396.05 84027225-6120 EQUIPMENT $396.05 MAINTENANCE& REPAIR 104249460 RIFLE EVIDENCE BOX $91.34 10020210-54201 PRISONER $91.34 EXPENSE Vendor Total: $487.39 UNITED SITE 114-7856813 PORTABLE TOILET $166.86 10022100-2100 CONTRACTED $166.86 SERVICES RENTAL SERVICES 114-7856614 PORTABLE TOILET $166.86 10022100-2100 CONTRACTED $166.86 RENTAL SERVICES _ Vendor Total: $333.72 USA BLUEBOOK 771344 VALVE ASSEMBLY $1.020.60 82027111-56300 BUILDING MAINT. $1,020.60 6 REPAIR I$iii' mit IIII IImi mailliii, 71111111111111111 "11 w USA BLUEBOOK 763148 VALVE,FULL-FACE $646.12 82027111-54100 SUPPLIES $64612 MASK„GAS CARTRIDGE 764391 ADJUSTABLE $585.15 8402722154100 SUPPLIES $292-57 HYDRANT WRENCH 8402722154100 SUPPLIES $292.58 Vendor Total: ��52,25i.YF VAN LANT& 112718.1 AUDIT SVCS,5-YEAR $4,700.00 10013400,52100 CONTRACTED $4,700.00 FANKHANEL AGREEMENT SERVICES ­ Vendor Total: $4,700.00 VERIZON 9820642584 CELLULAR PHONES $1.655.53 80126100.80100 MACHINERY& $152.04 WIRELESS EQUIPMENT 1002210054100 SUPPLIES $38.01 1002230054100 SUPPLIES $38.01 1001210055100 TELEPHONE $38.01 1002021055100 TELEPHONE $76.02 10022810-55100 TELEPHONE $38.01 1002284055100 TELEPHONE 338.01 1002310055$00 TELEPHONE $38.01 1002421055100 TELEPHONE $114.03 1002462055100 TELEPHONE $139.20 2091390055100 TELEPHONE ($81.94) 2091390055100 TELEPHONE $424.21 7772520055100 TELEPHONE $38.01 8002621055100 TELEPHONE $47.71 80028400-55100 TELEPHONE $152.04 8202711055100 TELEPHONE $38.01 82027111-55100 TELEPHONE $76.02 82027114-55100 TELEPHONE $80.08 8402722055100 TELEPHONE $38.01 8402722155100 TELEPHONE $114.03 Vendor Total:­ 51,655.53 VITISYSTEMS 592957 LA60RATORY $475.00 8402722552100 CONTRACTED $475.00 INC TESTING SERVICES ........... Vendor Total: $475.00 VWR 8084741473 AIR TUBING $9.63 8402722554100 SUPPLIES $9.03 INTERNATIONAL INC p � p SIµ �ryp� �n � Vmoorllm �N IWV nI a' � I� wn�' onm Ipllf n ', I ou ou o udllllln noioi Invoices ii��I I Elm VWR 8084735184 BIOLOGICAL $97.53 84027225,54100 SUPPLIES $97.53 INTERNATIONAL INDICATORS INC 8084744184 BIOLOGICAL $297.59 8402722554100 SUPPLIES $297.59 INDICATORS _ Vendor Total:— ;404.15 WESCO 989145 STICK DISC $219.91 80026110-54102 SMALL TOOLS $219.91 DISTRIBUTION INC Vendor Total: WILLOW COUNTY 10010 DEC 18 WATER SERVICE- $23.68 1002121055210 UTILITIES $11.84 WATER DIST 1500 S STATE ST 9152140055210 UTILITIES $11.84 40351 DEC 18 WATER SERVICES $20.00 3112200055210 UTILITIES $20.00 40353 DEC 18 WATER SERVICE- $26.11 31122000-55210 UTILITIES $26.11 1640 S STATE ST 81154 DEC 18 WATER SERVICES $46.50 84027225,55210 UTILITIES $46.50 Vendor Total: - - $116.29 WYATT 251923 00 WEATH GUARD $350.69 10022100.54100 SUPPLIES $350.69 IRRIGATION CO _ Vendor Total: -_$350.69 XEROX CORP 157952710 COPIER LEASE-SEE $15.00 6912270052100 CONTRACTED $15.00 ADD'L DESCRIP SERVICES 095646703 COPIER LEASE-SEE $184.82 6912270052100 CONTRACTED $184.82 ADD'L DESCRIP SERVICES 095646702 COPIER LEASE-SEE $313.96 73022&)0-52100 CONTRACTED $313.96 ADD'L DESCRIP SERVICES 095424366 COPIER LEASE-SEE $381.89 7302260052100 CONTRACTED $381.89 ADD'L DESCRIP SERVICES 095646698 COPIER LEASE-SEE $476.14 1001220044500 EQUIP RENTS $476.14 ADD'L DESCRIP AND LEASES 095646704 COPIER LEASE-SEE $700.42 1001220054500 EQUIPRENTS $700.42 ADD'L DESCRIP AND LEASES 095646699 XEROX CB070H $933.66 1001220054500 EQUIP RENTS $933.66 COPIER LEASE AND LEASES 095646701 COPIER LEASE-SEE $244.88 1002021054500 EQUIP RENTS $171.42 ADD'L DESCRIP AND LEASES 2062023154500 EQUIP RENTS $48.98 AND LEASES 6402021354500 EQUIP RENTS $24.48 AND LEASES 095646700 COPIER LEASE-SEE $506.98 1002021054500 EQUIP RENTS $354.89 ADD'L DESCRIP AND LEASES 2062023154500 EQUIP RENTS $101.40 AND LEASES 6402021354500 EQUIP RENTS $50.69 AND LEASES _ Vendor Total:- -$3,757.75 111111rtI1IWi � I � I �iiu �l I1 1 m n INewn I NIveI)miI1 mu IIIA' igI ci wing YSI INC 7575®7 VI MD 70010 $19,881.96 84027225 56120 EQUIPMENT $19,881.96 SUSPENDED SOLID MAINTENANCE 6 REPAIR Vendor Total: $19,881.96 INVOICE $810,708.85 TOTAL: ti Lisst of Checks Presented for A�pproval on .1[18/2019 'The � : 16 Ilio f piilll III payable was reviewed and approved Biu". payment, Siginature ilvdices ADVANCED 455227 MONTHLY ALARM $23.25 1002121052180 SECURITY $11.63 SECURITY SERVICES FOR 130 SERVICES SYSTEMS 91521400-2180 SECURITY $11.62 SERVICES Vendor Total: $23.25 ALONZO FRIAS DVOI0919 REIMBURSEMENT- $113.22 82027111-4100 SUPPLIES $11522 RAIN BOOTS BA FY 18119 BOOT ALLOWANCE $150.00 82027111-54100 SUPPLIES $150.00 Vendor Total: $263.22 AT&T 000012414873 TELEPHONES $15.29 1002121055100 TELEPHONE $7.64 SERVICES 9152140055100 TELEPHONE $7.65 000012414872 TELEPHONES $21.64 1002121055100 TELEPHONE $10.82 SERVICES 91521400-5100 TELEPHONE $10.82 Vendor Total: 536.93 BNY WESTERN 811631 DEC 18 UKIAH RDA 2011 LOAN $103,000.00 96395602-70102 BOND INTEREST $103,000.00 TRUST CO INTEREST PAYMENTS Vendor Total: $103,000.00 BUSINESS CARD SF-D 24211 ADVERTISING $388.59 100i1I00052510 ADVERTISING& $388.59 PROMOTION 129541086 RENEWAL PAYMENT $29.00 7501270052515 ADVERTISING& $29.00 PUBLICATION 100268012 8202EBE201 $1,714.01 8402722556120 EQUIPMENT $1,714.01 REPLACEMENT OIL MAINTENANCE& COO REPAIR 488355 CREDIT FOR CHECK ($25.00) 10020210-6130 EXTERNAL ($25.00) STRAPS SERVICES 12892 AIRFARE- $246.39 10010000-7100 LEARNINGAND $246.39 S.NULHEREN DEVELOPMENT 2305 TRAVEL-S.MAUREEN $414.00 10010000-7100 LEARNINGAND $414.00 DEVELOPMENT 663822 MILEAGE PROGRAM- $113.20 10012500-57100 LEARNINGAND $113.20 K.LAWLER DEVELOPMENT 04A TRAVEL-K.LAWLER $213.20 1001250057100 LEARNING AND $213.20 DEVELOPMENT 198271 MSMT RETREAT $120.52 10013400-7100 LEARNING AND $120.52 LUNCH DEVELOPMENT 00 IL� oi IPApprovallan iwl wi� Inviomilces, uuu u uu a s ma p m u uu BUSINESS CARD 2000002247 CSMFO ANNUAL $420.00 1001340057100 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 1001610057100 LEARNING AND 5800.80 E.RAMIREZ DEVELOPMENT 663823 MILEAGE PROGRAM- $113.20 1002121057100 LEARNING AND $56.60 S.AWA DEVELOPMENT 9152140057100 LEARNING AND $56.60 DEVELOPMENT 04B TRAVEL-S.ABBA $213.20 1002121057100 LEARNING AND $106.60 DEVELOPMENT 9152140057100 LEARNING AND $106.60 DEVELOPMENT 45730 FULL REGISTRATION $2,274.00 1002281057100 LEARNINGAND $2,274.00 DEVELOPMENT 332 LODGING REFUND ($114.00) 1002332057100 LEARNING AND ($114.00) DEVELOPMENT TR 11116- PARKING FEE-M. $25.50 2041350057100 LEARNING AND $25.50 18118 HORGER DEVELOPMENT 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 1002021057300 MEMBERSHIPS& $50.00 MASON SUBSCRIPTIONS EV41MB SPECIAL EVENT $1.843.00 90000000-23259 PARADEOF $1,843.00 INSURANCE LIGHTS 120556 USPS PRIORITY MAIL $7.45 1002021054101 POSTAGE $7.45 012384 USPS PRIORITY MAIL $9.85 1002021054101 POSTAGE $9.85 SAP120 PRINT PAD $27.00 1002021054201 PRISONER $27.00 ]EXPENSE 230132 FOLDING 2-BIKE $56.56 1002021054201 PRISONER $56.56 TRUNK RACK EXPENSE 8053718 COLOR RIBBON& $108.75 1002021054201 PRISONER $108.75 CLEANING KIT EXPENSE 11190125 HAND TOOLS $2,378.99 82027114-54102 SMALL TOOLS $1,189.49 (POWERED AND NON- PO 8402722154102 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 rn List f Cliecks Presenteld for ,ApprovaiI all 1/18/20,19 Invoices 75 20413500-54100 SUPPLIES $0.75 BUSINESS CARD 120518 INTERNATIONAL ($0.75) ( ) TRANSACTION FEE SF-D 22710 CHRISTMAS SUPPLIES $381.87 2082430054100 SUPPLIES $381.87 SF-D 20492 WATERPARK GUARD $214.40 3142286054100 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 8002612054$00 SUPPLIES $19157 COIL 488355.1 GLASS CHAIRMAT $187.90 80026400.54100 SUPPLIES $187.90 SF-D 22713 GLASS CHAIRMAT $619.56 80026400-54100 SUPPLIES x619.56 SF-D 21979 TAXES FOR $30.96 80026400-55100 TELEPHONE $30.96 REPLACEMENT PHONE _ Vendor Total: -$15,516.96 CA BUILDING OCT-DEC 18 QUARTERLY REPORT $232.00 90000000-23027 BUILDING STDS $258.00 STANDARDS FOR BSA ADMIN SPEC FD COMMISSION 10000000-48110 MISCELLANEOUS (x26.00) RECEIPTS ---- Vandor Total: $232.00 CA SURVEYING 8 116764!1 BLACK CARTRIDGE $160.45 IW24210-54100 SUPPLIES $160.45 DRAFTING SUPPLY INC Vendor Total: - •$160.45 CRAIG TA 1130119 TRAVEL ADVANCE $15.00 60617451-57100 LEARNING AND x15.00 SCHLATTER DEVELOPMENT Vendor Total: $15.00 DAVE SENG 2076E MAGNETIC NAMES $69.68 80026110-54100 SUPPLIES $69.68 Vendor Total: $69.68 DAVID RAPPORT 6973 LEGAL SERVICES FOR $22,672.05 10014000-52150 LEGAL $3,276.00 FY 18119 SERVICES/EXPENSES 10014000-52150 LEGAL $11,324.94 SERVICESEI=XPENSES 20414000.52150 LEGAL $95.42 SERVICESEEXPENSES 7202240052150 LEGAL $320.91 SERVICESEEXPENSES 73000000-52150 LEGAL $1.348.26 SERVICESEEXPENSES 77714000-52150 LEGAL $163.92 SERVICESEEXPENSES 80014000-52150 LEGAL $1,694.56 SERVICESEEXPENSES C) ri IIID ices E, mm�lmpiii111iU i I�II�I�� u � � ��� T11mm DAVID RAPPORT 6973 LEGAL SERVICES FOR $22,672.05 83027330-52150 LEGAL $2.876.60 FY 18119 SERVICES/EXPENSES 8442722252150 LEGAL $260.88 SERVICESJEXPENSES 9021400052150 LEGAL $1,320.56 SERVICES&XPENSES Vendor Total: 522,67205 DEEP VALLEY 339873.3 PROVIDE AND INSTALL $52.95 8002640052100 CONTRACTED $5295 SECURITY ELECTRONIC SERVICES 339873 ALARM SERVICES $301.60 1002210052180 SECURITY $26.95 PER ATTACHED CO SERVICES 1002210052180 SECURITY $2495 SERVICES 1002282252180 SECURITY $2295 SERVICES 2082250052180 SECURITY $4295 SERVICES 20824300.52180 SECURITY $49.00 SERVICES 6912270052180 SECURITY $4295 SERVICES 7302260052180 SECURITY $19.95 SERVICES 7302260052160 SECURITY $21.95 SERVICES 82027111-52180 SECURITY $20.00 SERVICES 8202711152180 SECURITY $24.95 SERVICES 339873.1 MONITORING- $24.95 2082430052180 SECURITY $24.95 STREETMATER DEPT SERVICES 339873.2 MONITORING- $36.95 2082430052180 SECURITY $36.95 GARAGE SERVICES 339873A SECURITY UPGRADE $42.95 6912270052180 SECURITY $4295 A MONITORING/ SERVICES Vendor Total:----$459.40 DELL 10288214027 COMPUTER-PARKS $1,700.58 1002210054330 COMPUTERAND $1,700.58 MARKETING LP DEPT TECHNOLOGY 10288411893 OPTIPLEX7060 $1,768.75 10023100-54330 COMPUTERAND $1,76875 TECHNOLOGY Vendor Total: .$3,469.33 DEPARTMENT OF 348172 FINGERPRINTS $162.00 10020000-44420 FINGERPRINT $162.00 JUSTICE FEES ........... Vendor Total: $162.00 DEPT OF OCT-DEC 18 OCT-DEC 2018 SMIP $1,259.30 90000000-23006 STRONG MOTION ($66.28) CONSERVATION TAX RETURN ED.SETASIDE 90000000-23005 STRONG MOTION $1,325.58 INSTIR PROD. ........... + Vendor Total: $1,259.30 EUREKA 445823 EOUIPMENT $163.05 1002462054120 PW-SPECIAL $163.05 OXYGEN CO MAINTENANCE SUPPLIES Lis, ISI i I 1-nv III i i4wu ° i ni mu ' u r pqW ri iwu lUU. an IUUV ii j,.8/20 wul��quw WIu� IInvioucies Mill VI R Illlu ul IIII V uumi u I m @b '' iui iVu u EUREKA 445827 EQUIPMENT $491.00 80026110-54100 SUPPLIES $491.00 OXYGEN CO MAINTANANCE 445828 EQUIPMENT $85.00 80026220-54100 SUPPLIES $85.00 MAINTENANCE 445825 EQUIPMENT $151.62 82027114-54100 SUPPLIES $151.62 MAINTENANCE .... Vendor Total: ---5890.67 EXCISE TAX Q3 2018 03 2018 ELECTRIC $33.74 10013400,54700 FINES& $33.74 DIVISION ENERGY SURCHARGE PENALTIES Vencor Total: GENERAL 1323241 ELECTRICAL $28,007.00 8000000012104 INVENTORY- $28,007.00 PACIFIC INC EQUIPMENT AND PURCHASES SUPPL __ Vendor Total: ;28,007.00 GOVERNMENT 2912390 REGISTRATION-C $141.00 10013400,57100 LEARNING AND $141.00 FINANCE RASMASON-BUDGET DEVELOPMENT OFFICERS ACADEMY ASSOC 2911439 REGISTRATION-S $900.00 10013400.57100 LEARNING AND $900.00 BROWN DEVELOPMENT Vendor Total:- GRANITE 1523135 MISC.ROCK&ROAD $90.48 82027114-54100 SUPPLIES $90.48 CONSTRUCTION PATCH MATERI COMPANY Vendor Total: - GREG OWEN TA 1127-=19 TRAVEL ADVANCE $1,400.00 77725200,57100 LEARNING AND $1,400.00 DEVELOPMENT Vendor Total:---31,400.00 INTEGRITY 88952 SHREDDING $836.40 1001250052100 CONTRACTED $836.40 SHRED SERVICES SERVICES Vendor Total:- INTERNATIONAL 2019-MARCH ANNUAL MEMBERSHIP $170.00 1002121057300 MEMBERSHIPS& $85.00 INSTITUTE OF TO IIMC 2019 SUBSCRIPTIONS MUNICIPAL CLERKS 9152140437300 MEMBERSHIPS& $85.00 SUBSCRIPTIONS Vendor Total: JOSHUA DVO11119 REIMBURSEMENT- $148.00 82027111-57100 LEARNING AND $148.00 CAMPBELL WATER TREATMENT II DEVELOPMENT CLASS TA 1114- TRAVEL ADVANCE $340.00 82027111-57100 LEARNING AND $340.00 5120!19 DEVELOPMENT Vendor Total:"* $488.00 LARRY JOE 1012.2 SMITH STREET REHAB $75,834.70 12024200.80230 INFRASTRUCTURE $24,422.67 BROOKS PROD SPEC 1 2512421080230 INFRASTRUCTURE $21,951.33 82227113-80230 INFRASTRUCTURE $29,460.70 VendorTotaL- $75,834.70 CV I�I� p U-)L i W:IWMy�ry II Checks um r nn (seIIIIII II PRI for :IIID p r I a I 1 111111 II 8/2019 Iplll iI n II ppppeONn PII IIII I�ImII ImI I�QQ IIIIII IpI Irypry� �Q � I� '�I IQQ� Vuu IQ"" I IdpIImIIpII IryIryIII NNQQ NdNo IIIIIIm"IIIuIIIN INI�INIINI IIIIIIII I�IIIIIIIINNIIIIIIIIIIIIupIIIIIIIIIm�IIIIIIIIIIIIIII IIIryryIIIIIIm I i w �NNNu„tl" IIIIIII IIII Xuu II IIII � � IIIIII ��IIII � � � � �� IIII �II IIII IIII IIII II 111111��II IIIIIIIIII II�� W� LEAGUE OF 1584 MEMBERSHIP DUES $100.00 1001000057300 MEMBERS141PS 6 $100.00 CALIFORNIA 2019 SUBSCRIPTIONS CITIES Vendor Total:_--_if 00.00 MEAD 8 HUNT 278234 ENG SVCS FOR FAA $909.50 7780000052100 CONTRACTED $909.50 INC APMP STUDY WI SERVICES 272376 ENG SVCS FOR FAA $1.296.25 77800000.52100 CONTRACTED $1,296.25 APMP STUDY WI SERVICES 278647 ENG SVCS FOR FAA $2,183.75 7780000052100 CONTRACTED $2,18175 APMP STUDY WI SERVICES 283915 DESIGN FOR FAA $270.00 77800000-80230 INFRASTRUCTURE $270.00 RUNWAY 15-33 PA DESIGN FOR FAA $963,00 7780000040230 INFRASTRUCTURE $963.00 RUNWAY 15-33 PA 282498 DESIGN FOR FAA $9,960.50 77800000-80230 INFRASTRUCTURE $9,960.50 RUNWAY 15-33 PA _ Vendor Total: 515,583.00 MELISSA DVOI0719 REIMBURSEMENT- $30.00 8402722557100 LEARNING AND $30.00 MICHAEL WATER DISTRIBUTION DEVELOPMENT EXAM Vendor Total: 530.00 MENDOCINO EH36062 HAZARDOUS $1,119.50 SW2621059101 FEES $1,119.50 COUNTY MATERIAL PERMIT ENVIRONMENTAL HEALTH Vendor Total: $1,11950 MILLVIEW UVFA DEC 18 WATER SERVICES- $61.85 1002121055210 UTILITIES $30.92 COUNTY WATER LOVERS LANE DISTRICT 9152140055210 UTILITIES $30.93 Vendor Total: 561.85 MOTION CA23512155 BEARING,FITTING 8 $20.17 84027225.56120 EQUIPMENT $20.17 INDUSTRIES INC MISC.ITEMS MAINTENANCE 8 REPAIR Vendor Total: -620.17 NCPA 006102- JAN 18 NCPA $817,921.00 80026440-WI04 NCPA $52,690.00 0119026 MANAGEMENT SERVICES 80026440-58101 NCPA PLANT $126,431.00 GENERATION 8002644058102 NCPA POWER $463,945.00 PURCHASES 80026440-58105 NCPA THIRD {$6,47200} PARTY SALES 80026440-58103 NCPA $181,327.00 TRANSMISSION Vendor Total: $817,921,00 M List of C liecks IP resented p pr 'N� 18 2 WNN Invoices ISI I NICK KIRBY DV011517 REIMBURSEMENT- $65.00 82027114-MI01 FEES $65.00 WATER DISTRIBUTION LICENSE _ Vendor Total: $65.00 NORTH COAST DV121418 UKIAH ON ICE SKATE $34.00 31400000-48110 MISCELLANEOUS $34.00 OPPORTUNITIES, NIGHT RECEIPTS INC _ Vendor Total: ...-534.00 OAK MANOR PTO DVI22018 UKIAH ON ICE SKATE $22.00 3140000048110 MISCELLANEOUS $22.00 NIGHT RECEIPTS Vendor Total: OCT WATER DVOI0318 REGISTRATION-R $950.00 82027114-57100 LEARNINGAND $950.00 QUALITY HULBERT DEVELOPMENT ACADEMY DV010318.1 REGISTRATION-T $950.00 82027114-57100 LEARNING AND $950.00 SHEFFER DEVELOPMENT DV011019 REGISTRATION-C $390.00 84027225-57100 LEARNING AND $390.00 GOWAN DEVELOPMENT VendorTatal:� 52,290.00 OFFICE DEPOT 249305566001 CALENDAR $1625 10020210-54201 PRISONER $16.26 EXPENSE 242297096001 CARTRIDGE $71.74 1002021054201 PRISONER $71.74 EXPENSE 249304578001 CARTRIDGE,MARKET $420.61 1002021054201 PRISONER $420.61 EXPENSE 247476428001 FOLDER,COPY PAPER $115.28 1001220054100 SUPPLIES $11528 250398660001 CARTRIDGE $267.54 1002021054100 SUPPLIES $267.54 239944125001 CARTRIDGE $267.56 1002021054100 SUPPLIES $267.56 246008429001 TONERS $270.95 1002021054100 SUPPLIES $270.95 250393974001 CARTRIDGE $430.79 1002021054100 SUPPLIES $430.79 244052437001 CALENDARS, $326.64 2032410054100 SUPPLIES $17.61 DESKPAD,PLANNER 2032410054100 SUPPLIES $72.45 2032410054100 SUPPLIES $108.15 80026400~54100 SUPPLIES $27.82 80026400.54100 SUPPLIES $3605 80026400.54100 SUPPLIES $64.56 244072457001 PLANNER $129.21 8002640054100 SUPPLIES $129.21 246638170001 PLANNER,DESKPAD, $571.97 82027114-54100 SUPPLIES $285.99 CALENDARS 8402722154100 SUPPLIES $142.98 'n iilic �u mi n i uuuN�i�ii iiii�i i�i�i 1111$$ rid(4 a. ��.� �� nd OFFlCE DEPOT 246638170001 PLANNER,DESKPAD, $571.97 8402722154100 SUPPLIES $14300 CALENDARS VendorTotal:� 52,88855 OLIN 2625905 LIQUID SODIUM $3,966.90 8402722558202 CHEMICALS $3,968.90 CORPORATION HYPOCHLORITE 12. Vendor Total:_ '53,986.90 ONE TIME PAY 0012276 RECREATION REFUND $35.00 10022800-44915 RECREATION $35.00 VENDOR -STEPHANIE PROGRAM PETERSON INCOME 114976-4 UTILITY REFUND- $44.90 90100000-10421 UTILITY $44.90 LUCILLE HERNANDEZ RECEIVABLES CLEARING Vendor Total: 579.90 ONLINE 898566 UTILITY EXCHANGE $194.70 2051330052100 CONTRACTED $194.70 INFORMATION REPORTING FY SERVICES SRVS INC 904117 UTILITY EXCHANGE $206.69 20513300-52100 CONTRACTED $208.69 REPORTING FY SERVICES Vendor Total:---'5401.39 OREILLY AUTO 2707-493503 BRAKE ROTOR ($337.12) 10020210-WI30 EXTERNAL ($337.12) PARTS RETURN SERVICES 2707-493555 ROTOR RETURN ($285.011) 1002021056130 EXTERNAL ($285.01) SERVICES 2707495949 PC ROTOR RETURN ($260.95) 1002021056130 EXTERNAL ($260.95) SERVICES 2707-489794 BRAKE ROTOR ($73.25) 1002021056130 EXTERNAL (573.25) RETURN SERVICES 2707-493546 FILTER $14.110 1002021056130 EXTERNAL $14.10 SERVICES 2707-489351 BRAKE ROTOR $73.25 1002021056130 EXTERNAL $7325 SERVICES 2707.495867 PC ROTOR $260.95 1002021056130 EXTERNAL $260.95 SERVICES 2707-493540 ROTOR $260.95 1002021056130 EXTERNAL $260.95 SERVICES 2707-493501 ROTOR $285.01 1002021056130 EXTERNAL $285.01 SERVICES 2707493502 DISC PAD SET,BRAKE $720.53 1002021056130 EXTERNAL $720.53 ROTOR SERVICES Vendor Total: 5658.48 PACE SUPPLY 025043439 WIRE $599.10 8202711454100 SUPPLIES $599.10 CORPORATION _ Vendor Total: .$599.10 PFM ASSET AUM-102951 FINANCIAL ADVISORY $2,600.79 10015100-52100 CONTRACTED $2,800.79 MANAGEMENT SERVICES SERVICES LLC ___ Vandor Total: 52,;00.79 PG&E CO 1522 DEC 18 PACIFIC GAS& $30.62 1002121055210 UTILITIES $15.31 ELECTRIC 9152140055210 U77LI77ES $15.31 6833-2 DEC 1S PACIFIC GAS& $5.56.29 1002121055210 UTILITIES $278.15 ELECTRIC lllluumo IIIIIII I o n- k.aHn P rsi am Ifor, A a IIIIIII � Val I�n 11111/ 18/210"111,19 Invoiceis Etl vi,niwmw V IIIuN � � pu pu qui �U .i V PG&E CO 6833-2 DEC 18 PACIFIC GAS& $556.29 91521400-55210 UTILITIES $278.14 ELECTRIC 61242 DEC 18 PACIFIC GAS& $991.87 1002121055210 UTILITIES $495.93 ELECTRIC 9152140055210 UTILITIES $495.94 7075-1 JAN 19 PACIFIC GAS& $98.87 1002210055210 UTILITIES $98.87 19 ELECTRIC 08535 DEC 18 PACIFIC GAS& $2,901.91 31122000-55210 UTILITIES $2,901.91 ELECTRIC ___ Vendor Total: 54,579.58 PHYSIO- 418213615 SED BATTERIES $1,017.59 3112200056120 EQUIPMENT $339.20 CONTROL INC MAINTENANCE REPAIR 90000000-23219 PUMPKINFEST $339.19 8002640054100 SUPPLIES $339.20 Vendor Tatal:� 51,017.59 POLYDYNE INC 1308634 LIQUID POLY $10,407.64 8402722558202 CHEMICALS $10,407.64 ALKYLAMINE _ Vendor Total: -$10,407.64 PUBLIC SERVICE CITY DEC 18 DEC 18 CITY UTILITIES $96,26921 80626450.52133 MONTHLY $13277 DEPARTMENT DISCOUNT PROGRAM 90000000-23220 PUMPKINFEST $1.418.59 (CC VENDOR PYTS) 1001220055210 UTILITIES $230.82 1002210055210 UTILITIES $IZ474.78 1002230055210 UTILITIES $3,221.61 1002421455210 UTILITIES $722.09 1002462055210 UTILITIES $464.89 2062023155210 UTILITIES $59.68 2082250055210 UTILITIES $6,535.22 2082430055210 UTILITIES $1,932.20 25024300.55210 UTILITIES $88.46 6402021355210 UTILITIES $535.92 6912270055210 UTILITIES 55,092.71 7202240055210 UTILITIES $6,318.34 7302260055210 UTIUTIES $2.438.10 7772520055210 UTILITIES $3,137.27 8002640055210 UTILITIES $2,331.13 II......... s checks I 'Ir dabsen a rApprovial ' n 1 8/2019 Invoices � N��uuuUll PUBLIC SERVICE CITY DEC 18 DEC 18 CITY UTILITIES $96269.21 80526150-55210 UTILITIES $9,08650 DEPARTMENT 82027111-55210 UTILITIES $14,378.04 84027221-55210 UTIU77ES $64.24 84027225-55210 UTILITIES $25,605.85 81411-1 NOV 18 SEWER-1500 S $53.47 10021210-55210 UTIL177ES $26.73 STATE ST 91521400-55210 UTILITIES $26.74 90558$DEC 18 SEWER-141 LOVERS $79.87 10021210-55210 UTILITIES $39.93 LN 91521400-M210 UTILITIES $39.94 89690-2 NOV 18 SEWER-1640 S $155.04 31122000-55210 U77LI77ES $155.04 STATE ST Vendor Total:--$96,557.59 R EMMETT DEC 18 MANAGEMENT $787.50 10012100-52100 CONTRACTED $150.00 JONES ADVISORY SERVICES SERVICES 70024500-52100 CONTRACTED $637.50 SERVICES Vendor T": RAINBOW 1568811 FILE HANDLE WOOD 530.82 10024620-54120 PW-SPECIAL $30.82 AGRICULTURAL SUPPLIES SERVICES 1587811 FILTERS $176.74 10024620-54120 PW-SPECIAL $176.74 SUPPLIES 1601341 K-9 FOOD-JACK $59.87 1002021054100 SUPPLIES $59.87 1568511 GALLON OF GAS $21,,,33 10022100-54100 SUPPLIES $21.33 1575011 SAFETY GLASSES $98.93 10022100-54100 SUPPLIES $98.93 1584311 RAIN GEAR $108.86 10024210-54100 SUPPLIES $36.29 82027111-54100 SUPPLIES $36.29 84027220-54100 SUPPLIES $36.28 1595311 RAIN GEAR $114.31 10024210-54100 SUPPLIES $38.11 82027110-54100 SUPPLIES $38.10 8402722054100 SUPPLIES $38.10 1645511 RAIN GEAR $86.87 20513382-54100 SUPPLIES $86.87 1616611 RAIN GEAR $97.98 20513382-54100 SUPPLIES $97.98 1568711 SWEATSHIRTS $66.39 8202711154100 SUPPLIES $66.39 1574611 RAIN GEAR $114.31 82027111-54100 SUPPLIES $114.31 Vendor Total:----$976.41 ti Ust of u ° u ' for Appriov6ll ondull! m 19 In i ro ar mu"uluu" IIII III�III IIII VIII IIII II��III IIII � III II�IIII�I�I IIII , ������ 111111 II RAINFOREST 03147 PEER SUPPORT-PD $62.60 10020210-54100 SUPPLIES $62.60 FANTASY Vendor Tcfal:....'562.60 REDWOOD 0110164 CARDLOCK FUEL $328.12 208243D056210 FUEL&FLUIDS $328.12 COAST FUELS PURCHASES Vendor Total:---_5328.!2 REDWOOD TREE DEC 18 CAR WASHES& $88.00 1002021056130 EXTERNAL $60.00 SERVICE INTERIOR CLEANING SERVICES STATIONS INC 80026400-WI30 EXTERNAL $28.00 SERVICES Vendor Total."' WOW RICHARD 00000010035 TELEPHONE $647,00 73022600-54330 COMPUTER AND $647.00 THORNTON PRODUCTS& TECHNOLOGY SERVICES 0000010024 TELEPHONE $52.50 1002021052100 CONTRACTED $52.50 PRODUCTS& SERVICES SERVICES ­ Vendor Vendor Total: 5699.50 ROUND TABLE 02-24 ELECTRIC OUTAGE $102.85 8002640054100 SUPPLIES 3102.85 PIZZA BAYWOOD COURT Venor dTatal:....S1D2.85 SAGE DVOI1519 REIMBURSEMENT- $96.51 1001210057100 LEARNING AND $96.51 SANGIACOMO LATINX FORUM DEVELOPMENT TICKETS Vendor Total:---- 596.51 SANTA ROSA 140195 UNIFORM SUPPLIES $25.04 1002021054100 SUPPLIES $25.04 UNIFORM& CAREER APPAREL INC 140937 UNIFORM SUPPLIES $450.03 1002021054100 SUPPLIES $450.03 12576 UNIFORM SUPPLIES $478.32 10020210.54100 SUPPLIES $478.32 140217 UNIFORM SUPPLIES $838.30 1002021054100 SUPPLIES $838.30 Vendor Total: 31,791.69 SEAN PAUL TA 1114- TRAVEL ADVANCE $4,843.52 8402722557100 LEARNING AND $4,843.52 HIGGINS 5116119 DEVELOPMENT DV122818 REIMBURSEMENT $65.00 84027225-57300 MEA48ERSHIPS 8 $65.00 FOR DISTRIBUTION SUBSCPJP770NS EXAM FEE .-- VendorTatal: 34,908.52 SIERRA TRAFFIC 5189 STREET STRIPING $28,982.15 1202420050230 INFRASTRUCTURE $28,982!5 MARKINGS INC 2018 Vendor Tafel: $28,98215 SILVA SEPTIC INC 76523 PORTABLE $185.09 1002462054120 PW-SPECIAL $185.09 RESTROOM RENTAL SUPPLIES 75527 PORTABLE $191.96 10024620.54120 PW-SPECIAL $191.96 RESTROOM RENTAL SUPPLIES Vendor Total: 00 llllllllllllk IIID III II ChecksPresented for iAp�UII rvaIIID I VIII[18/201 2 I P VIII i I Invoices SOLED WASTES 389172 MISC.DUMP FEES $406.50 10021210.56300 BUILDING MAINT. $5.60 SYSTEMS INC 6 REPAIR 10021210-56300 BURRING MMMT. $IZ48 6 REPAIR 915214004%= BUILDING MAINT. $&60 d REPAIR 91521400.56300 BUILDING MAINT. $12.49 B REPAIR 1002462054120 PW-SPECIAL $14.67 SUPPLIES 1002462054120 PIN-SPECIAL $27.52 SUPPLIES 1002462054120 PW-SPECIAL $30.29 SUPPLIES 10024620.54120 PW-SPECIAL $44.24 SUPPLIES 10024620,54120 PW-SPECIAL $57.01 SUPPLIES 1002462054120 PW-SPECIAL $87.49 SUPPLIES 10024620-MI20 PW-SPECIAL $109.11 SUPPLIES Vendor Total:----x406.50 SONIC NET LLC 11572950 INTERNET SERVICES- $1820 1002121055100 TELEPWWE $9.10 UVFD 9152140055100 TELEPHONE $9.10 Vendor Total: -$18.20 STAPLES CREDIT 65402 GAS DUSTER,TONER. $208.96 1002462054120 PW-SPECIAL $208.96 PLAN FLASH DRIVE SUPPLIES 7210136695-0-1 BINDER,SHARPIES. $200.57 10013400-54100 SUPPLIES $20057 DIVIDER,TONER 62214 PLANNER $29.39 1002021054$00 SUPPLIES $29.39 20151 HDMI CONNECTION $43.53 1002021054100 SUPPLIES $43.53 7209810115 1 ENVELOPES,STICKIE $40.69 1002121054100 SUPPLIES $13.38 NOTES 2041350054100 SUPPLIES $13.92 9152140054100 SUPPLIES $13.39 23194 DESK PADS $107.75 10022100.54100 SUPPLIES $10775 72103825130-1 COLOR PAPER $55.33 1002281054100 SUPPLIES $55.33 720&50860-2-1 TONER $430.70 1002281054100 SUPPLIES $430.70 169805400-0-3 FILING CABINET $217.97 1002310064100 SUPPLIES $217.97 72102655434)-2 MOUSE PAD $7.39 2041350054100 SUPPLIES $7.39 7210265543-0-1 STORAGE BOXES, $36.17 2041350054100 SUPPLIES $36.17 DIVIDERS,AA BATTERIES 26586 PLANNER $11.34 2091390054100 SUPPLIES $11.34 rn 11 J'sof'tChecks IIi l i n f II l 1/18/210119 I � hrvvdii1 ices �I�II IIII@ STAPLES CREDIT 20517 GAS DUSTER, $59.85 2091390x,,4100 SUPPLIES 159.85 PLAN ADAPTER 21179 PAPER ROLLS $12.84 31400000-54100 SUPPLIES $12.84 62584 ERASER $58.78 7302260054100 SUPPLIES $58.78 18982 FORMS ENVELOPES $71.79 7302260054100 SUPPLIES $71.79 2207024511 LEGAL PADS $221.41 7302260054100 SUPPLIES $221.41 20744 WIRELESS KEYBOARD $48.98 80026400-54100 SUPPLIES $46.98 23195 [PAD SCREEN $157.83 8002640054100 SUPPLIES $157.83 PROTECTOR,TAPE 63024 PENS $73.46 8402722154100 SUPPLIES $73.46 64958 MEMO PADS,BLACK $34.00 8402722554100 SUPPLIES $34.00 ART TAPE 21592 POST-IT,BINDER, $60.58 8402722554100 SUPPLIES $60.58 BLACK TAPE 7209809888-0-2 WHITE BOARD $99.38 84027225454100 SUPPLIES $99.38 7210292877-0-1 CALENDARS $101.85 BW2722554f00 SUPPLIES $101.85 65449 BINDERS $1103.32 8402722554100 SUPPLIES $103.32 7209809888-0-1 CALENDAR $170.06 8402722554100 SUPPLIES $170.06 Vendor Total: 52,663.92 STATE WATER DV011419 W1NT EXAM-C $120.00 84027225-57100 LEARNING AND $120.00 RESOURCES GOWAN DEVELOPMENT CONTROL BOARD DV011019.1 WWT EXAM-M $295.00 8402722557100 LEARNING AND $295.00 MICHAEL DEVELOPMENT DV011019 W WT EXAM-R $365.00 84027225-57100 LEARNING AND $365.00 KRIKEN DEVELOPMENT Vendor Total: $780.00 SYAR 718489 ASPHALT AS NEEDED $1,953.54 1002462054128 PW-COLD $976.78 INDUSTRIES INC PATCH MATERIAL 8202711454100 SUPPLIES $486.38 8402722154100 SUPPLIES $488.38 Vendor Tatal:� THATCHER 260670 CHLORINE PRODUCTS $9,100.85 84027225-58202 CHEMICALS $9,100.85 COMPANY OF CALIFORNIA INC Vendor Total: $9,100.85 THE LYMAN 5220575 TRUCK STRAPS 8 $132.88 8402722554102 SMALL TOOLS $132.88 GROUP,INC PROPANE 5220317 EROSION MIX $22.25 7002450054100 SUPPLIES $22.25 C) J (.0�Illuuuuu i1uuuuuunu mu ° � ""umu ro' �Wo �� enIit i �I a IIS I IIIUI� �1/1.8/210,119 aim 1 IIIIIC 111T1° uU euro ,. dt i0U � p@' Pmmi �pp'� qU u. 1p111111 VIII ILIn III IIII THE LYMAN 5220707 RAIN GEAR $116.29 82027114-54100 SUPPLIES $11629 GROUP,INC Vendor Total:....527i.42 THE PEAVEY 351468 EVIDENCE SUPPLIES $113.31 1002021054201 PRISONER $113.31 COMPANY EXPENSE Vendor Total:----5113 31 THE 454361 HEAD LINER $280.00 8202711256130 EXTERNAL $280.00 UPHOLSTERY SERVICES VAN Vendor Total.... -r-5280.00 TRACTOR 300294914 RAIN CAP $12.51 8402722556120 EQUIPMENT $12.51 SUPPLY CREDIT MAINTENANCE& PIAN REPAIR 300292882 NO TRESPASSING $34.67 1002462054120 PIN-SPECIAL $34.67 SIGN SUPPLIES 300294454 TUBE $88.18 1002462054120 PW-SPECIAL $88.18 SUPPLIES 200264791 AMMO CANS TO $34.80 2532121054102 SMALL TOOLS $17.40 STORE EQUIPMENT FOR NEW ENGINE 91621400-54102 SMALL TOOLS $17.40 1003383656 RING ANCHOR,GEAR $62.02 2532121054102 SMALL TOOLS $31.01 TIE 916214004W102 SMALL TOOLS $31.01 100383657 BAR CHAIN OIL $76.70 2532121054102 SMALL TOOLS $3835 9162140054102 SMALL TOOLS $3835 300292978 AIR HOSE $97.51 8002611054100 SUPPLIES $97.51 100382844 RAIN GEAR $138.39 82027114454100 SUPPLIES $138.39 300293772 RAIN GEAR $148.06 82027114-54100 SUPPLIES $148.06 100381782 SAFETY SNAPS FOR $4.11 8402722554100 SUPPLIES $4.11 TRACTOR 8 MOWER KEYS __ Vendor Total: --$696.95 TRANSENE 165119 POTASSIUM IODIDE, 32,372.89 8402722554100 SUPPLIES $2,372.89 COMPANY INC FREE FLOWING ........... Vendor Total: $2,372.89 UKIAH UNIFIED DV121918 UKIAH ON ICE SKATE $34.00 31400000-48110 MISCELLANEOUS $34.00 SCHOOL NIGHT RECEIPTS DISTRICT ........... Vendor Total: 334.00 UKIAH VALLEY IN21461 JANITORIAL SERVICES $640.00 8402722552100 CONTRACTED $640.00 ASSOCIATION -WWTP FY SERVICES FOR HABILITATION INC ____ Vendor Total: $640.00 II 'r- co `� ui inl mmu umN,iio w ��� VI Uol�'uRW��I m umn List h Qui iiiii 1/ 18/21U] 19 IvIia USA BLUEBOOK 767383 COTTON SWAB $16.39 82027111-56120 EQUIPMENT $18.39 APPLICATOR MAINTENANCE& REPAIR Vendor Total: 518.39 VAN LANT& 112718.2 AUDIT SVCS,5-YEAR $13,000.00 1001340052100 CONTRACTED $13,000.00 FANKHANEL AGREEMENT SERVICES __ Vendor Total: 513,000.00 WALMART 007873 TV,MOUNT,CABLES $543.05 1002021054100 SUPPLIES $543.05 COMMUNITY FOR PD 004188 PLAZA LIGHTS $112.88 1002210054100 SUPPLIES $112.88 003682 CHRISTMAS LIGHTS $141.10 1002210054100 SUPPLIES $141.10 004195 PLAZA LIGHTS $225.76 1002210054100 SUPPLIES $225.76 008175 CHRISTMAS LIGHTS $17.94 2082250054100 SUPPLIES $17.94 000098 LIGHTS FOR CIVIC $26.91 2082250054100 SUPPLIES $26.91 CENTER 008054 LIGHTS FOR CIVIC $26.91 20822500-54100 SUPPLIES $26.91 CENTER 007691 ICE RINK SUPPLIES $75.66 3142286054100 SUPPLIES $75.66 003128 RETURNED STORAGE ($31.88) 73022600.54100 SUPPLIES {531.88) TOTE BOXES 005715 STORAGE TOTE $31.88 7302260054100 SUPPLIES $31.88 BOXES 004553 WIRE $34.32 73022600-4100 SUPPLIES :34.32 007386 ELECTRIC SUPPLIES ($38.82) 8002611054100 SUPPLIES ($38.82) RETURN 008318 SHIPPING TAPE $32.60 8002611054100 SUPPLIES $3260 007577 ELECTRIC SUPPLIES $111.23 80026110.54100 SUPPLIES $111.7: 009921 BATTERIES,LIGHT $285.76 8002611054100 SUPPLIES $285.76 FIXER,TAPE 005623 ELECTRIC SUPPLIES $352.58 8002611054100 SUPPLIES $352.58 008522 OIL $4120 80026400-54100 SUPPLIES $41.20 000213 CLEANER,PENS. $20.52 8402722554100 SUPPLIES $20.52 PLASTIC BAGS 004347 MICROWAVE FOR $126.70 8402722554100 SUPPLIES $126.70 LUNCH RM,STORAGE BAGS __ Vendor Total: .$2,136.30 WASTE 2748467-2561-3 GARAGE SERVICE $59.50 1002121055210 UTILITIES $29.75 MANAGEMENT 91521400.55210 UTIUTIES $29.75 2748682 2561-7 GARBAGE SERVICE 559.50 1002121055210 UTILITIES $29.75 915214005.5210 UTILITIES $29.75 Vendor Total: Si i9.00 CV co w Iiii t of uoi l s uNra IUu li nl uR a IUB m on Ili. 118/ um 1muu ip ,III pp% ri ppl 4 i ONlilllllll Mi �I 11, 111m ti WAXIE SANITARY 77963223 JANITORIAL SUPPLIES $1,726.40 90000000-20231 COUNTYAIENTAL ($797) SUPPLY WEALTH.5% 2082250054 f 00 SUPPLIES $7.55 20822500.54100 SUPPLIES $1,637.73 69122700-54100 SUPPLIES $0.42 6912270054100 SUPPLIES $88.67 77567664.1 CREDIT TO PO#45490 ($13.38) 20822500.54100 SUPPLIES ($13.38) Vendor Total: $1,71302 WESCO 44726 PRODUCTION OF $5,326.23 1002285054100 SUPPLIES $5,326.23 GRAPHICS INC RECREATION GUIDE Vendor Total:---$5,326.23 WESTERN HILLS 1226 QUARTERLY MEMBER $225.00 10012200-52100 CONTRACTED $225.00 HOMEOWNERS DUES SERVICES ASSOC Vendor Total:_---$225.00 WIPF 2540 DELIVERY OF $597.60 84027221,54100 SUPPLIES $597.60 CONSTRUCTION VARIOUS MATERIALS LLC Vendor Total: $597.60 INVOICE $1,294803:57 TOTAL: M M I,JI ii i; umr ullllll lil ' uumiu ,:�II I� m I�muiu�l o �IIII II t uuwumWl' mn u M IiIV i 1/25/2101uum foiiowiiig iist "p IIpayzimiIe was reviewed ridl approved . r IIpaielrt. signatuire ,1Involces m IUIIII hII it UIIIIII uuui III uiuu uiuu ., � m "i Ililllil�11111111 11111111�Ililll 1111111 iil II°w ��Ililil'ISI �Il�llllllllllldl�lll AFLAC 933078 CANCERILIFEIACC $7,377.90 20700000-20527 SECTION 125 $7,377.90 INSURANCE (CANCER&LIFE) Vendor Total: $7,377.90 AFLAC GROUP A111730700 FEB 19 AFLAC $378,96 20700000-20538 AFLAC CRITICAL $378.96 INSURANCE CRITICAL CARE ILLNSS POLICY INSURANCE VendorTotal:---- 5378.96 ALPHA 8123346- MISC LABORATORY $60,00 82027111-52100 CONTRACTED 560.00 ANALYTICAL UKIAH WORK AS NEEDE SERVICES LABORATORIES INC 8123348- MISC.LABORATORY $80,00 82027111-52100 CONTRACTED $80.00 UKIAH WORK AS NEEDE SERVICES 8122338• MISC,.LABORATORY $100,00 82027111-52100 CONTRACTED $100.00 UKIAH WORK AS NEEDE SERVICES 8123108- MISC.LABORATORY $100.00 82027111-52100 CONTRACTED $100.00 UKIAH WORK AS NEEDE SERVICES 8123345- MISC.LABORATORY $100.00 82027111-52100 CONTRACTED $100.00 UKIAH WORK AS NEEDS SERVICES 8123349- MISC.LABORATORY $100.00 82027111-52100 CONTRACTED $100.00 UKIAH WORK AS NEEDE SERVICES 8123347- MISC.LABORATORY $120.00 82027111-52100 CONTRACTED $120.00 UKIAH WORK AS NEEDE SERVICES 8123095- MISC.LABORATORY $140.00 82027111-52100 CONTRACTED $140.00 UKIAH WORK AS NEEDE SERVICES 8123109- MISC.LABORATORY $140.00 82027111-52100 CONTRACTED $140.00 UKIAH WORK AS NEEDS SERVICES 8121821- MISC.LABORATORY $170.00 82027111-52100 CONTRACTED $170.00 UKIAH WORK AS NEEDE SERVICES 8124313- MISC.LABORATORY $170.00 82027111-52100 CONTRACTED $170.00 UKIAH WORK AS NEEDE SERVICES 8124585- MISC.LABORATORY $195.00 82027111-52100 CONTRACTED $195.00 UKIAH WORK AS NEEDE SERVICES 8122848- MISC.LABORATORY $240.00 82027111-52100 CONTRACTED $240.00 UKIAH WORK AS NEEDE SERVICES Vendor Total:- $1,715.00 AMAZON 19HG-3CRT-V44Y SPRAY ADHESIVE, $52.25 10020210-54100 SUPPLIES $52.25 CAPITAL BOARD CENTER SERVICES 16C4-QL1R-9LR3 CHAIR $376.36 10020210-54100 SUPPLIES $376.36 ........ Vendor Total; $428.61 AMERICAN RAIL N3021-02 RAIL TRAIL PHASE 2 $2,090.00 51124210-80230 INFRASTRUCTURE $2,090.00 ENGINEERS CORPORATION ........... Vendor Total: -$2,090.00 co Litst of Checks Presented for Approval on 1/25/2019 Envoices IIS i iw � APPLIED 7015225641 RHINO DIRT $533.35 84027225-56120 EQUIPMENT $533.35 INDUSTRIAL MAINTENANCE& TECHNOLOGIES REPAIR CA LLC - -- Vendor Total: $533.35 ARAMARK 704150043 UNIFORM„MAT& $110x3 2082250056300 BUILDING MAINT. $110.13 UNIFORM TOWEL SVC &REPAIR SERVICES 704170512 UNIFORM„MAT& $110,13 20822500-56300 BUILDING MAINT. $110.13 TOWEL SVC &REPAIR 704190996 UNIFORM„MAT& $126.68 20822500-56300 BUILDING MAINT, $126.68 TOWEL SVC &REPAIR 704160319 UNIFORM,MAT& $82-17 31122000-56300 BUILDING MAINT, $82.17 TOWEL SVG &REPAIR 704180760 UNIFORM,MAT& $93.30 31122000-56300 BUILDING MAINT, $93.30 TOWEL SVC &REPAIR 704150044 UNIFORM,MAT& $84.83 7302260056300 BUILDING MAINT, $84.83 TOWEL SVC &REPAIR 704170513 UNIFORM,MAT& $84,83 73022600-56300 BUILDING MAINT., $84.83 TOWEL SVC &REPAIR 704190997 UNIFORM,MAT& $97.57 7302260056300 BUILDING MAINT $97..57 TOWEL SVC &REPAIR 704150061 UNIFORM,MAT& $59,55 77725200-54100 SUPPLIES $59.55 TOWEL SVC 704160334 UNIFORM,MAT& $59.55 77725200-54100 SUPPLIES $59.55 TOWEL SVC 704170530 UNIFORM,MAT& $65.01 77725200-54100 SUPPLIES $65.01 TOWEL SVC 704180774 UNIFORM,MAT& $65.01 77725200-54100 SUPPLIES $65.01 TOWEL SVC 704191013 UNIFORM,MAT& $76.45 77725200-54100 SUPPLIES $76.45 TOWEL SVC _ Vendor Total: $1,115.21 ASHLEY MILLS DVO10219 INSTRUCTOR $250.00 10022850-52100 CONTRACTED $250.00 SERVICES Vendor Total: -- $250.00 ASSOC OF DVO11119 MEMBERSHIP 2018-2019 $75.00 77725200-57100 LEARNING AND $75.00 CALIFORNIA DEVELOPMENT AIRPORTS ..... --- Vendor Total: -$75.00 AT&T 000012444897 T1 TO INTERNET $573.75 20913900-55100 TELEPHONE $573.75 000012445294 TELEPHONE $4,965.38 20913900-55100 TELEPHONE $4,965.38 SERVICES 1718 JAN 19 CC TERMINAL $171.60 77725200-55100 TELEPHONE $171.60 Vendor Total: $5,710.73 AT&T MOBILITY 832056361X0 APN MODEMS $490.37 10020210-55100 TELEPHONE $490.37 1142019 832118877X0 DATA&VOICE $273.63 10022300-55100 TELEPHONE $51.24 1142019 20620231-55100 TELEPHONE $14.57 77725200-55100 TELEPHONE $35.01 List of Checks , Invoices AT&T MOBILITY 832118877X0 DATA&VOICE $273.63 80026400-55100 TELEPHONE $86.46 1142019 82027110-55100 TELEPHONE $14.57 82027111.55100 TELEPHONE $14.70 82027111-55100 TELEPHONE $27.94 84027221-55100 TELEPHONE $29.14 875108535X0 VOICE&DATA CELL $36.45 8402722f,55100 TELEPHONE $36.45 1142019 PHONES ____ Vendor Total: $800.45 BAVCO 885414 PARTS AS NEEDED $20567 82027114-54100 SUPPLIES $205.67 Vendor Total --$205.67 BURTON'S FIRE S43191 #1046-1 RECT POCKET $1,032.12 90000000.20231 COUNTY MENTAL ($4.61) INC QUART HEALTH.5% 10021210-56130 EXTERNAL $4.61 SERVICES 10021210--56130 EXTERNAL $1,032.12 SERVICES _ Vendor Total: --$1,032.12 CA NARCOTICS 468329-2019 ANNUAL RENEWAL-J $100.00 10020210-57300 MEMBERSHIPS& $100.00 OFFICERS CHAPMAN SUBSCRIPTIONS ASSOC 19289-2019 ANNUAL RENEWAL-P $100.00 10020210-57300 MEMBERSHIPS& $100.00 HOYLE SUBSCRIPTIONS Vendor Total:....$200.00 CANTEEN 5975:003695 WATER FILTRATION $45.00 10020210-54100 SUPPLIES $22.50 SERVICE SERVICE POLICE 20620231-54100 SUPPLIES $22.50 Vendor Total:- ---$45.00 CHROMAGRAPHICS 66936 BUSINESS CARDS-D $205.42 10023100-54100 SUPPLIES $40.45 BROWN,D MALUGANI, N KIRBY,A TL 10024620-54100 SUPPLIES $18.32 10024620-54100 SUPPLIES $55.00 82027114--54100 SUPPLIES $18.32 82027114-54100 SUPPLIES $27.50 84027221-54100 SUPPLIES $18.33 84027221-54100 SUPPLIES $27.50 Vendor Total:....$205.42 COLE GOWAN DV011719 REGISTRATION-C GOWAN $148.00 84027225-57300 MEMBERSHIPS& $148.00 SUBSCRIPTIONS - Vendor Total: $148.00 List of Checks Presenteld for ApprovialII ...................................................... Invoices CONCUR 101300072162 CONCUR EXPENSE $457.20 20413500-54320 SOFTWARE $457.20 TECHNOLOGIES PAY SOFTWARE L INC Vendor Total: $457.20 CONSUMERS S1412550.001 VW300UI1KS2N115AC $2,769,78 84027225-56120 EQUIPMENT $2,769.78 PIPE&SUPPLY JAMESBURY VA MAINTENANCE& CO REPAIR -- --Vendor Total: $2,769.78 COOPER 1837 COMPLIANCE& $500.00 80026400-52100 CONTRACTED $500.00 COMPLIANCE REPORTING SERVICE SERVICES CORPORATION Vendor Total:........$500.00 CREATIVE 01818195 FOIL BADGE $353.95 10020210-54100 SUPPLIES $353.95 SERVICES OF STICKERS NEW ENGLAND --- ---- Vendor Total: $353.95 DARYL EVAN DVO10219 INSTRUCTOR $1„220.00 10022850-52100 CONTRACTED $1,220.00 KAPPIS SERVICES Vendor Total: $1,220.00 DAVID A VIDRIO 3489 2018 COMPLIANCE $2,350.00 82027111-52100 CONTRACTED $2,350.00 CHECKS FOR FLO SERVICES ........... Vendor Total: $2,350.00 DC CUSTOMS 186673 BATTERY $265.06 10020210-56130 EXTERNAL $265.06 INC SERVICES Vendor Total: $265.06 DELL 10292178663 LATITUDE 5290 $4,445.62 10012200-54330 COMPUTERAND $4,445.62 MARKETING LP TECHNOLOGY 10289891749 FIRE LAPTOPS $5,734.49 10021210-54330 COMPUTERAND $2,867.24 TECHNOLOGY 91521400-54330 COMPUTER AND $2,867.25 TECHNOLOGY 10288411885 COMM.,SERVICES $1,218.36 10022810-54330 COMPUTER AND $1,218.36 ADMIN PC TECHNOLOGY 10289891757 PW MANAGEMENT $2,827.34 10024210-54330 COMPUTER AND $706.84 ANALYST LAPTOP TECHNOLOGY 70024500-54330 COMPUTER AND $706.83 TECHNOLOGY 82027110-54330 COMPUTER AND $706.84 TECHNOLOGY 84027220-54330 COMPUTER AND $706.83 TECHNOLOGY 10288411850 OPTIPLEX 7060 $1,760.64 20324100-54330 COMPUTER AND $1,760.64 TOWER TECHNOLOGY _ Vendor Total: -$15,986.45 DEPARTMENT OF 349888 FINGERPRINTS $98.00 10021210-54161 BACKGROUND& $49.00 JUSTICE PHYSICALS 91521400-54161 BACKGROUND& $49.00 PHYSICALS 352342 CHEMfrEST REPORT $420.00 10020210-52100 CONTRACTED $420.00 CRIMINAL INVE SERVICES Vendor Total: $518.00 ti List �of Checks Presented for Approval oin 11/25/2019 1111,vio"ices DIANN TR 1115-17119 TRAVEL $560,96 80026400-57100 LEARNING AND $560.96 LUCCHETTI REIMBURSEMENT DEVELOPMENT Vendor Total:. -$560.96 EFAX 1184497 EFAX SERVICES $156.80 10012200-52100 CONTRACTED $156.80 CORPORATE SERVICES --- ---- Vendor Total: $156.80 ENTENMANN, 0141072-IN UPD BADGES $971.40 10020210-54100 SUPPLIES $971.40 ROVIN CO Vendor Total:___-$971.40 EUREKA 445824 EQUIPMENT $256.62 80026220.56120 EQUIPMENT $256.62 OXYGEN CO MAINTENANCE MAINTENANCE 8 REPAIR 445826 EQUIPMENT $71,62 20824300-54100 SUPPLIES $71.62 MAINTENANCE Vendor Total:___-$328.24 EXCISE TAX 042018 04 2018 ELECTRIC $7„645.00 90000000,23009 ELECTRIC $7,645.00 DIVISION ENERGY SURCHARGE SURCHARGE TRUST ........... Vendor Total: - $7,645.00 FARWEST LINE 269248 ELECTRICAL $121.87 80026110-54100 SUPPLIES $121.87 SPECIALTIES LLC EQUiPM ENT AND SUPPLIES Vendor Total: - $121.87 FASTENAL CAUKA33839 ELECTRICAL $33.05 10021210-56130 EXTERNAL $33.05 EQUIPEMENT AND SERVICES SUPPLIES ----_ --- Vendor Total: $33.05 FILETRAIL 2019-0045 HOSTED FILE $518.00 10012500-54320 SOFTWARE $518.00 MANAGMENT SYSTEM ____ Vendor Total: $518.00 FLEETPRIDE 17168003 MISC PARTS& $31.22 82027114-56130 EXTERNAL $31.22 MATERIALS AS SERVICES NEEDED Vendor Total: $31.22 GHD INC 112563 RAIL TRAIL PHASE 2 $4,901.25 51124210-80230 INFRASTRUCTURE $4,901.25 Vendor Total: $4,901.25 GHILOTTI 6,194,111 RECYCLED WATER $520,020.90 83027330-80230 INFRASTRUCTURE $4,750.00 CONSTRUCTION PROJECT COMPANY INC 83027330-80230 INFRASTRUCTURE$515,270.90 5851"01 EMERGENCY SEWER $87,368.74 84427221-80233 MAIN REPLACEMENTS $87,368.74 MAIN REPLACEME 5851'02 EMERGENCY SEWER $94,864.31 84427221-80233 MAIN REPLACEMENTS $94,864.31 MAIN REPLACEME Vendor Total:'$702,253.95 00 List of Checks Presented for Approval on 1/25/20'19 1 Ii cu m u VI; uvu d m um GRANITE 1526207 MISC.ROCK&ROAD $4,454.66 82027114-54100 SUPPLIES $239.70 CONSTRUCTION PATCH MATERIAL COMPANY 82027114-54100 SUPPLIES $352.23 82027114-54100 SUPPLIES $361.64 82027114-54100 SUPPLIES $379.76 82027114-54100 SUPPLIES $381.85 82027114-54100 SUPPLIES $388.11 82027114--54100 SUPPLIES $389.16 84027221-54100 SUPPLIES $227.16 84027221.54100 SUPPLIES $241.79 84027221-54100 SUPPLIES $242.15 84027221-54100 SUPPLIES $243.88 84027221.54100 SUPPLIES $249.11 84027221-54100 SUPPLIES $371.05 84027221-54100 SUPPLIES $367.07 Vendor Total: $4,454.66 IAN BROESKE TR 117-10119 TRAVEL REIMBURSEMENT $19,.36 10021210-57100 LEARNING AND $9.68 DEVELOPMENT 91521400-57100 LEARNING AND $968 DEVELOPMENT TR 1114-17,19 TRAVEL REIMBURSEMENT $44.72 10021210-57100 LEARNING AND $22.36 DEVELOPMENT 91521400-57100 LEARNING AND $22.36 DEVELOPMENT Vendor Total: -$64.08 IBEW,LOCAL 19 01 IBEW ELECTRIC UNIT UNION $1,757.64 20700000.20509 PIR DEDUCT. $1,757.64 1245 DUES UNION DUES Vendor Total.• $1,757.64 INTEGRITY 87198 SHREDDING $28.50 10021210-54100 SUPPLIES $14.25 SHRED SERVICES 91521400 54100 SUPPLIES $14.25 Vendor Total: $28.50 INTERCOUNTY 6575 REFRIGERANT FILLED $720.70 20822500-56300 BUILDING MAINT. $720.70 MECHANICAL& &REPAIR ELECTRICAL INC 6576 FILTERS FOR ARC $1,097.57 31122000-56300 BUILDING MAINT. $1,097.57 &REPAIR rn �IIII ��p � List ' Check's VIR4'�� 'tld�li 'VI '� o , �p i '� IAV ' o �' 1/25/20119 Invidicies uuii uu INTERCOUNTY 6566 CHECKED POOL PUMP $220.00 10022300Z6120 EQUIPMENT $220.00 MECHANICAL& OPERATIONS MAINTENANCE& ELECTRICAL INC REPAIR ......... Vender Total: $2,038.27 INTERSTATE 380036065 BATTERIES $252,30 84027221-56130 EXTERNAL $252.30 BATTERIES SERVICES ..... Vendor Total: $252.30 JOHNSON 20708867 HALON SAFETY $488.50 20822500-56300 BUILDING MAINT. $488.50 CONTROLS FIRE TESTIINSPECTION &REPAIR PROTECTION LP Vendor Total:.... __-$488.50 JUAN V OROZCO TR 1115-18119 TRAVEL REIMBURSEMENT $97.,50 10010000-57100 LEARNING AND $97.50 DEVELOPMENT Vendor Total: $97.50 KENNETH RONK BA FY 18119 BOOT ALLOWANCE $130,65 77725200-54100 SUPPLIES $130.6.5 I^"` Vendor Total: $130.65 KIMBALL 6846045 TOOLS&SUPPLIES AS $120,98 82027111-56120 EQUIPMENT $60.49 MIDWEST NEEDED MAINTENANCE& REPAIR 84027225-56120 EQUIPMENT $60.49 MAINTENANCE& REPAIR Vendor Total:- - $120.98 LARRY JOE 69260 Contract 1819095 $17,600.77 12000000-20150 AP CONTRACT $1,221.13 BROOKS retainage 12/01/2018 to RETAINAGE 12000000-20150 AP CONTRACT $13,809-03 RETAINAGE 25100000-20150 AP CONTRACT $1,097.57 RETAINAGE 82200000-20150 AP CONTRACT $1,473.04 RETAINAGE _ Vendor Total:- $17,600.77 LEXISNEXIS RISK 1410964- LEXIS NEXIS LE PLUS $78.50 10020210-54202 MAJOR CRIME $78.50 DATA 20181231 SEARCHING INVETIGATIONS MANAGEMENT INC Vendor Total: $78.50 LIEBERT UK229-1000 LEGAL SERVICES- $895.00 10016100-57300 MEMBERSHIPS& $895.00 CASSIDY FY19 PERSONEL SUBSCRIPTION SUBSCRIPTIONS WHITMORE Vendor Total:....$895.00 LORY LIMBIRD DVO11719 REIMBURSEMENT- $77.75 10016100-54167 EMPLOYEE $77.75 MONTHLY BIRTHDAY DEVELOPMENT Vendor Total: $77.75 LS MITCHELL 1029 ARCHITECTURE SVCS $1,340.00 80126100-80230 INFRASTRUCTURE $1,340.00 ARCHITECT INC HASTING ROAD --- Vendor Total: $1,340.00 C) ti List Pireseiritteld r pIii l an J./ Invoices Emulil au uu m u� m MARY HORGER 799610 REIMBURSEMENT,S $991,60 20413500-57100 LEARNING AND $991.60 STRADER ROOM DEVELOPMENT -- Vendor Total: $991.60 MENDOCINO CU1219 WASTE OIL $13.75 84027225-56120 EQUIPMENT $13.75 SOLID WASTE MAINTENANCE& MANAGEMENT REPAIR AUTHORITY Vendor Total: -$13.75 MUNICIPAL 0133971-IN NOZZLE $584,77 90000000.20231 COUNTYMENTAL ($2.70) MAINTENANCE HEALTH.5% EQUIPMENT 84027221-56130 EXTERNAL $2.70 SERVICES 84027221.56130 EXTERNAL $584.77 SERVICES 0134157-IN ROTARY UNION $315.13 84027221.56130 EXTERNAL $315.13 SERVICES ____ Vendor Total: $899.90 NATHANIEL DVO12119 INSTRUCTOR $51450 10022850-52100 CONTRACTED $514.50 HAYES SERVICES ...........___ Vendor Total: $514.50 NOR-CAL 16670 MISC.ROCJ&ROAD $446.14 10024620-54124 PW- $446.14 RECYCLED PATCH MATERIAL CONCRETEISUPP ROCK& UES AGGREGATES INC _ Vendor Total: ---$446.14 NORTH COAST 011119 QUARTERLY $330.00 51124210-80230 INFRASTRUCTURE $330.00 OPPORTUNITIES„ CHARGES INC Vendor Total:....$330.00 ONE TIME PAY 13469-2 ENERGY REBATE- $50.00 80626450-52135 ENERGY $50.00 VENDOR MARSHA DEPRIEST CONSERVATION PROGRAM 120529-3 ENERGY REBATE $50.00 80626450-52135 ENERGY $50.40 RANDY DOIN CONSERVATION PROGRAM 103636-7 ENERGY REBATE- $100.00 80626450-52135 ENERGY $100.00 DELLA MEDEIR05 CONSERVATION PROGRAM 891-2 ENERGY REBATE- $100.00 80626450-52135 ENERGY $100.00 MARK SPARSO CONSERVATION PROGRAM 116332-8 ENERGY REBATE- $103.00 80626450-52135 ENERGY $103.00 LINDSAY COSTA CONSERVATION PROGRAM 303-0602 ENERGY REBATE- $293.25 80626450-52135 ENERGY $293.25 KAITLIN CHILDERS CONSERVATION PROGRAM 119127-9 ENERGY REBATE- $708.00 80626450-52135 ENERGY $708.00 STEPHANIE WEBB CONSERVATION PROGRAM 30207-5 ENERGY REBATE- $858.00 80626450-52135 ENERGY $858.00 JUDY CORWIN CONSERVATION PROGRAM IIIIII uumo llllll a Checks � mk Prc-Mented I6. i- , lm l '11,11./2. ti uo"11m uom �N �tlmlmp uw imam ally mWl meis ao uu II au"mu � I �u IIIIISI�NI��Iu�I«�Ir�I�I�I�11�1111 Ilh�11 11ffl�mi� I1119111 NNN111 NNII�� 111 w � I IIIIN ONE TIME PAY DVOI1519 RECREATION REFUND $37.50 10022831-44915 RECREATION $37.50 VENDOR PROGRAM INCOME 120473-4 UTILITY REFUND $9,09 90100000-10421 UTILITY $9.09 GUILLON INC RECEIVABLES CLEARING 120472-6 UTILITY REFUND- $310.06 90100000-10421 UTILITY $310.06 GUILLON INC RECEIVABLES CLEARING ........... Vendor Total: $2,618.90 ONESOURCE S6031183001 BURNDY FULL $5382 80000000-12104 INVENTORY- $53.82 DISTRIBUTORS TENSION PURCHASES LLC S5845508.005 ELECTRICAL $676..64 80000000-12104 INVENTORY- $676.64 EQUIPMENT AND PURCHASES SUPPL. S5930346.009 ELECTRICAL $1,605.43 80000000-12104 INVENTORY- $1,605.43 EQUIPMENT AND PURCHASES SUPPL ___ Vendor Total: $2,335.89 OPERATING t901.1,1 JAN 2019 PW UNION $704.00 20700000-20509 PIR DEDUCT.- $704.00 ENGINEERS DUES UNION DUES UNION 1901-1 JAN 2019 MISC UNION $1,767.00 20700000-20509 P/R DEDUCT.- $1,767.00 DUES UNION DUES Vendor Total: $2,471.00 OWEN 00044479 AIR CYLINDER $199.38 84027221-56130 EXTERNAL $199.38 EQUIPMENT SERVICES COMPANY Vendor Total: $199.38 PACE SUPPLY 025050039 HOSE,SOCKET $11.29 82027111-56300 BUILDING MAINT. $11,29 CORPORATION &REPAIR 025053142 CONNECTORS $91.91 82027111-56120 EQUIPMENT $91.91 MAINTENANCE& REPAIR 025027025 CONNECTORS $69.42 84027225-56120 EQUIPMENT $69.42 MAINTENANCE& REPAIR 025029858 CONNECTORS $81.32 84027225-56120 EQUIPMENT $81.32 MAINTENANCE& REPAIR 025031719 WATERFREE URINAL $342.14 10022100-54100 SUPPLIES $342.14 SLOAN .... Vendor Total: $596.08 PAYMENTUS US18120050 CREDIT CARD $2,828.50 20513300-52100 CONTRACTED $2,828.50 GROUP INC PROCESSING SERVICES SERVICE Vendor Total: $2,828.50 PETERSON 205117P WINDSHIELD WASHER $50.86 90000000-20231 COUNTYMENTAL ($0.24) TRUCKSINC HEALTH.5% 90000000-23028 MEASURE Y ($0.12) DISTRICT TAX 20324100-54100 SUPPLIES $0.36 20324100-54100 SUPPLIES $50.86 C14 ti IIDVIIIsI of uu I F)ireseiiriltieidfor Approval u .15 m Invoices PETERSON 204635P FILTERS,BLADE $491.93 90000000-20231 COUNTY MENTAL ($2.28) TRUCKS INC HEALTld.5% 84027221-56130 EXTERNAL $3.42 SERVICES 84027221-56130 EXTERNAL $491.93 SERVICES 90000000-23028 MEASURE Y ($1.14) DISTRICT TAX CM205025P CREDIT FOR VALVE ($359..82) 80026400-56130 EXTERNAL ($359.82) SERVICES _ Vendor Total:-- -$182.97 PG&E CO 3822-9 JAN 18 PACIFIC GAS& $9,728.11 10022100-55210 UTILITIES $107.08 ELECTRIC 10022300-55210 UTILITIES $8.38 20822500,55210 UTILITIES $1,996.63 69122700.55210 UTILITIES $191.94 70024500-55210 UTILITIES $613.47 73022600.55210 UTILITIES $7.85 73022600-55210 UTILITIES $398.07 77725200-55210 UTILITIES $61.42 82027111-55210 UTILITIES $2,392.25 84027221-55210 UTILITIES $93.86 84027225-55210 UTILITIES $3,857.16 Vendor Total: $9,728.11 PITNEY BOWES 1010545998 POSTAGE MACHINE $261.00 20513300-54101 POSTAGE $261.00 INC LEASE&SUPPLI ---- ---- Vendor Total: $261.00 RAY A MORGAN 2360727 COPIER LEASE& $48.14 91521400-54100 SUPPLIES $48.14 COMPANY SERVICE Vendor Total: $48.14 REDWOOD 2006316 CARDLOCK FUEL $6,274.66 10020210-56210 FUEL&FLUIDS $90.61 COAST FUELS PURCHASES 10020210-56210 FUEL&FLUIDS $2,067.58 10020224-56210 FUEL&FLUIDS $120.97 10022100-56210 FUEL&FLUIDS $418.49 10022810-56210 FUEL&FLUIDS $94.08 10024620-56210 FUEL&FLUIDS $23.10 10024620-56210 FUEL&FLUIDS $1,315.88 20324100-56210 FUEL&FLUIDS $113.65 co ti Ii ist ofheIps iIIPres ' nted for Approv I OFI1/25/201.9 Invoices REDWOOD 2006316 CARDLOCK FUEL $6,274.66 20513382-56210 FUEL&FLUIDS $21.95 COAST FUELS PURCHASES 20822500-56210 FUEL&FLUIDS $119.58 80026400-56210 FUEL&FLUIDS $741.53 82027111,56210 FUEL&FLUIDS $316.29 82027114-56210 FUEL&FLUIDS $23.10 82027114-56210 FUEL&FLUIDS $139.15 82027114-56210 FUEL&FLUIDS $187.29 84027221-56210 FUEL&FLUIDS $23.10 84027221-56210 FUEL&FLUIDS $118.53 84027221-56210 FUEL&FLUIDS $159.55 84027225.56210 FUEL&FLUIDS $180.23 2009547 CARDLOCK FUEL $64.35 10021210-56210 FUEL&FLUIDS $64.35 PURCHASES 2008399 CARDLOCK FUEL $572.66 77725200-56210 FUEL&FLUIDS $672,66 PURCHASES 2009551 CARDLOCK FUEL $52,48 84027225-54100 SUPPLIES $52.48 PURCHASES Vendor Total: $6,964.15 REDWOOD 19-2 EAP REMIF EAP INSURANCE $481.92 20112400-52525 WORKER'S $481„92 EMPIRE COMP,EXPENSE MUNICIPAL INSURANCE FUND Vendor Total, $481.92 RELIABLE MILL 141947 FACE GASKET $72.36 84027225-56120 EQUIPMENT $72.36 SUPPLY CO MAINTENANCE& REPAIR Vendor Total: $72,36 REXEL USA INC U226110 STRIPPER/CUTTER $9.96 82027111-56300 BUILDING MAINT„ $9.96 &REPAIR U181489 LIGHT BOLTS $102.44 82027111-56300 BUILDING MAINT. $0.48 &REPAIR 82027111-56300 BUILDING MAINT. $10244 &REPAIR 90000000-20231 COUNTY MENTAL ($0.48) NEALTN.S% U207937 CIRCUIT BREAKER $774.17 84027225-56120 EQUIPMENT $774,17 MAINTENANCE& REPAIR Vendor Total: $886.57 RICHARD 22870 REPAIR LESSON $217.66 80026220-54100 SUPPLIES $217.66 MARTIN MOTOR _ Vendor Total:- --$217.66 ti im tof hIa1��2�iiresented for pIII Wln II /210ullla IIII IIIIIY v 11i Ike Imwlamw III ua au aw aw as SEEN ao nnl ml flu u IIID aU I� a aB RICHARD 0000009704 TELEPHONE $555.06 20513300 52100 CONTRACTED $555.06 THORNTON PRODUCTS& SERVICES SERVICES --- -- Vendor Total:- $555.06 RINO PACIFIC CL25753 FUEL CARD CHARGES $79-83 82027114-56210 FUEL&FLUIDS $43.11 AS NEEDED 84027221-56210 FUEL&FLUIDS $36.72 CL25617 FUEL CARD CHARGES $684.47 82027114-56210 FUEL&FLUIDS $369.62 AS NEEDED 64027221-56210 FUEL&FLUIDS $314.85 Vendor Total: -- $764.30 ROCKWELL 11'1979 BUFFER LUID TANK $791..41 8402722556120 EQUIPMENT $791.41 SOLUTIONS INC MAINTENANCE& REPAIR ____ Vendor Total: $791.41 ROUND TABLE 02 25 WATER/SEWER $85,33 82027111,57100 LEARNING AND $42.66 PIZZA LUNCH MEETING DEVELOPMENT 84027221"57100 LEARNING AND $42.67 DEVELOPMENT Vendor Total: -$85.33 SANTA ROSA 140941 PD UNIFORM SUPPLIES $74.79 10020210-54100 SUPPLIES $74.79 UNIFORM& CAREER APPAREL INC ... Vendor Total:.....$74.79 SCHAT'S BAKERY DEC 18 CC PROVIDE MISC.FOOD $1,612.57 73022600-54100 SUPPLIES $1,612.57 DISHES AS N Vendor Total: $1,612.57 SNAP-ON ARVI38557052 STREET TOOLS $445.06 20324100-54102 SMALL TOOLS $445.06 INDUSTRIAL Vendor Total: $445.06 SOLID WASTES 0642202 MISC.DUMP FEES $10.95 10024620-54120 PW-SPECIAL $10.95 SYSTEMS INC SUPPLIES 642094 MISC.DUMP FEES $11.20 10024620-54120 PW-SPECIAL $11.20 SUPPLIES 640939 MISC.DUMP FEES $17.52 10024620-54120 PW-SPECIAL $17.52 SUPPLIES 640964 MISC.DUMP FEES $20.64 10024620-54120 PW-SPECIAL $20.64 SUPPLIES 642088 MISC.DUMP FEES $21.90 1002462054120 PW-SPECIAL $21.90 SUPPLIES 642798 MISC.DUMP FEES $21.90 10024620-54120 PW-SPECIAL $21.90 SUPPLIES 643324 MISC.DUMP FEES $21,90 10024620-54120 PW-SPECIAL $21.90 SUPPLIES 0642481 MISC.DUMP FEES $32.85 10024620-54120 PW-SPECIAL $32.85 SUPPLIES 642583 MISC.DUMP FEES $32.85 10024620-54120 PW-SPECIAL $32.85 SUPPLIES 642402 MISC.DUMP FEES $89.45 80026110-54100 SUPPLIES $89.45 IL.I w ll ri mn i r IS.�pI apon wti 25/210 119 1IIIIia IIIII m 4, 1011MEE, li° mi, SOLID WASTES 642381 MISC.DUMP FEES $111.08 80026110-54100 SUPPLIES $111.08 SYSTEMSINC 642421 MISC.DUMP FEES $106,16 80026120-54100 SUPPLIES $106.16 Vendor Total:....$498.40 STATE OF 3338, LOAN#MEN 3-16- 3 $14,377.87 77900000-70103 LOAN INTEREST $4,430.87 CALIFORNIA 77900000-70201 LOAN PRINCIPAL $9,947.00 PAYMENTS -- Vendor Total: $14,377.87 STATE WATER DVOI0819 ELAP CERTIFICATION $4,443.00 84027225-59101 FEES $4,443.00 RESOURCES RENEWAL CONTROL BOARD DV011719 WWT EXAM-A VARGAS $120.00 84027225-57100 LEARNING AND $120.00 DEVELOPMENT DV011619 WWT EXAM,S HIGGINS $155..00 84027225-57100 LEARNING AND $155.00 DEVELOPMENT Vendor Total: $4,718.00 TGIF REPAIRS x$"7411 PRINTER $140.00 10020210-56120 EQUIPMENT $140.00 INC MAINTENANCE MAINTENANCE& REPAIR Vendor Total: $140.00 TUFTS 2019-450(A) POLYGRAPH& $800.00 10016100-54161 BACKGROUND& $800.00 POLYGRAPH& INVESTIGATION PHYSICALS INVESTIGATION SERVICES 2018-440(A) POLYGRAPH& $800.00 10020210-52100 CONTRACTED $800.00 INVESTIGATION SERVICES SERVICES Vendor Total: $1,600.00 TYLER 045-247853 PERMITS AND $7,616.97 10013400-57100 LEARNING AND $3,808.48 TECHNOLOGIES CASHIERING TRAININ DEVELOPMENT INC 10023320-57100 LEARNING AND $3,808.49 DEVELOPMENT Vendor Total: $7,616.97 UKIAH DOLPHINS DVO11619 UKIAH ON ICE SPIRIT $30.00 31400000-48110 MISCELLANEOUS $30.00 SWIM CLUB NIGHT RECEIPTS ___ Vendor Total:----------- - $30.00 UKIAH WASTE REBATE123118 ENERGY REBATE $100.00 80626450-52135 ENERGY $100.00 SOLUTIONS INC CONSERVATION PROGRAM Vendor Total: $100.00 US BANK JAN 19 CAL CARD $1,185.77 10021210-56300 BUILDING MAINT. $71.67 CORPORATE PURCHASES &REPAIR PAYMENT SERVICES 91521400-56300 BUILDING MAINT $71.67 &REPAIR 10021210-54167 EMPLOYEE $85.46 DEVELOPMENT ti IJillst of Checks pp pM Invidices US BANK JAN 19 CAL CARD $1,185.77 91521400-54167 EMPLOYEE $85.47 CORPORATE PURCHASES DEVELOPMENT PAYMENT SERVICES 10021210-57100 LEARNING AND $17.41 DEVELOPMENT 91521400 57100 LEARNING AND $17.42 DEVELOPMENT 10021210-54102 SMALL TOOLS $334.50 9162140054102 SMALL TOOLS $363.64 10021210-54100 SUPPLIES $69.26 91521400-54100 SUPPLIES $69.27 Vendor Total: $1,185.77 US CELLULAR 0287663389 CELL PHONES $215.36 10024620-55100 TELEPHONE $29.28 80026400,55100 TELEPHONE $19.31 8002640055100 TELEPHONE $36.97 82027110-55100 TELEPHONE $13.15 82027111-55100 TELEPHONE $88.58 84027221-55100 TELEPHONE $13.15 84027225-55100 TELEPHONE $14.92 Vendor Total- $215.36 USA BLUEBOOK 784610 CHEMTROL VALVE $135.99 82027111-56120 EQUIPMENT $135.99 MAINTENANCE& REPAIR 776995 VALVE $466.12 82027111-56120 EQUIPMENT $466.12 MAINTENANCE& REPAIR 778166 VALVE $468.90 82027111-56120 EQUIPMENT $468.90 MAINTENANCE& REPAIR 784604 REPLACEMENT $71.99 84027225-54100 SUPPLIES $71.99 SWING ARM Vendor Total: $1,143.00 ViTISYSTEMS 594094 LABORATORY $451.25 84027225-52100 CONTRACTED $451.25 INC TESTING SERVICES Vendor Total: $451.25 VWR 8084811451 BUFFER $937.10 84027225-54100 SUPPLIES $937.10 INTERNATIONAL INC _ .. Vendor Total: . $937.10 ti ti i.IIIIIVsof cli is o� �IIIir ioIIIII" a VIII 0i lli11 �IIIII 110IaIUcles WATSON- S1086764 MARPRENE TUBING $395.22 84027225-56120 EQUIPMENT $395.22 MARLOW INC MAINTENANCE 8 REPAIR ____ Vendor Total: $395.22 WAXIE SANITARY 77977225 JANITORIAL SUPPLIES $87.27 20822500-54100 SUPPLIES $86.47 SUPPLY 69122700-54100 SUPPLIES $0.80 Vendor Total: $87.27 WQI OV011719 REGISTRATION-A VARGAS $700.00 84027225-57100 LEARNING AND $700.00 DEVELOPMENT Vendor Total:....$700.00 WYATT 252627 00 POWER LOCK $25,57 10022100-54100 SUPPLIES $25.57 IRRIGATION CO .......... Vendor Total: $25.57 XEROX CORP 158254922 COPIER LEASE-SEE $16,00 69122700=52100 CONTRACTED $16.00 ADDT DESCRIP SERVICES Vendor Total:- $16.00 ZUMAR 81703 12'X18'COVERED $1,760.96 10024620-54127 PW-SIGN $1,760.96 INDUSTRIES INC BLANK ALUMINUM POSTSISNEETING Vendor Total: $1,760.96 INVOICE $867,094.48 TOTAL: Agenda Item No.: 7b MEETING DATE/TIME: l/20/2019 0/0 PEAK ITEM NO: � AGENDA SUMMARY REPORT SUBJECT: Request for Approval to Reclassify the Salary Range of the Airport Manager Job Classification DEPARTMENT: Human Resources PREPARED Shed Mannion ATTACHMENTS: Attachment l Revised Management Unit Salary Schedule Summary: Council will consider Staff's recommendation to reclassify the salary range of the Airport Manager job classification. Background: Recently, Staff became aware that the Airport Manager pay range has been outpaced by other similar municipalities. When this occurs, Staff conducts a market analysis with comparable agencies to determine ifitionecessary torequest areclassification ofaposition. Discussion: Based on the review and analysis of the Airport Manager position as it relates to standard classification and compensation factors, and its internal relation to the City's current management classification and compensation plan, it has been determined a reclassification is appropriate. |tiorecommended the position beplaced at the salary range equivalent tothe Planning Manager (Grade 2021\ and Community Services Administrator /2593\. These positions have similar responsibilities, inthat they all are responsible for managing adivision within the City and oversee a board and/oroommiooion/o\. RECOMMENDED ACTION: Approve Staff's recommendation to reclassify the salary range of the Airport Manager job classification. BUDGET AMENDMENT REQUIRED: No CURRENT BUDGET AMOUNT: N/A PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: Sage Sangiacomo, City Manager This recommendation will put the Airport Manager position within 6% of the average for all agencies compared to in the market analysis. This will result in approximately an additional $30,000 annually. For the remainder of FY 2018/2019, the department will be able to cover these costs as a result of savings currently in the Airport Fund. Staff recommends reclassifying the salary range of the Airport Manager job classification. A copy of the revised Management Unit Salary Schedule is included as Attachment 1. 2 2 Attachment 1 City of Ukiah Management Unit Salary Schedule Revised for ASR Dated 2/20/19 Monthly Job Class Title Grade Step 0 Step 1 Step 2 Step 3 Step 4 Assistant Utility Director 10,659.31 11,192.28 11,751.89 12,339.48 12,956.45 Senior Power Engineer 2571 9,690.28 10,174.79 10,683.53 11,217.71 11,778.60 Electrical Superintendant 2594 - Deputy Director of Public Works 2573 8,556.18 8,983.99 9,433.19 9,904.85 10,400.09 Water, Sewer&Street Supervisor 2599 7,683.49 8,067.66 8,471.04 8,894.59 9,339.32 Senior Civil Engineer 2589 7,237.79 7,599.68 7,979.66 8,378.64 8,797.57 Community Services Administrator 2593 6,701.27 7,036.33 7,388.15 7,757.56 8,145.44 Planning Manager 2621 - Airport Manager Information Technology Administrator 2595 6,382.17 6,701.28 7,036.34 7,388.16 7,757.57 Wastewater Treatment Plant Supervisor 2596 - Water Treatment Plant Supervisor 2598 - Building Official 2636 - Plant& Fleet Maintenance Supervisor 2674 - City Clerk 2637 5,861.93 6,155.03 6,462.78 6,785.92 7,125.22 i 5,324.10 C 590 3 5,869.83 83 G 'I GS 32 6,471.49 te �.,-r �;oo-row �,xa�..,t nr Billing&Customer Service Manager 2689 5,138.10 5,395.01 5,664.76 5,948.00 6,245.40 Facility Administrator 2685 Museum Director 2684 Parks/Golf Superintendent 2686 Procurement Manager 2683 Recreation Supervisor 2681 Senior Accountant 2687 Associate Planner 2735 4,893.42 5,138.09 5,394.99 5,664.74 5,947.98 Management Analyst 2715 Reportable Special Compensation Management Incentive Pay(Grandfathered Only) 15 days(120 hours)per fiscal year Water Division Certificate Pay 2.5%-7.5%added to base 3 Agenda Item No.: 7c MEETING DATE/TIME: l/20/2019 0/0 PEAK ITEM NO: � AGENDA SUMMARY REPORT SUBJECT:Award Contract for the Oak Manor Joint Trench Project, Specification No. 18-07, to Wylatti Resource Management, Inc. in the Amount of$489,943.56. (EUD) DEPARTMENT: Electric Utility PREPARED Cindy 8auers ATTACHMENTS: Attachment Bid Results Spec l8-O7Oak Manor Joint Trench Project Attachment VVy|attiBid Oak Manor Joint Trench Project Spec l8-O7 Summary: The City of Ukiah Electric Department is requesting the award of contract for the Oak Manor Joint Trench Project, Specification No. 18-07. to VVy|atti Resource Management. Inc. for the total bid amount $489.943.50. Background: On December 19, 2018, the Ukiah City Council approved the plans and specifications for the Oak Manor Underground Conduit Substructure. Following the approval, anadministrative edit b» the project name only was made, and itwas changed b» "Oak Manor Joint Trench Project" tobetterrepreoent the work being done. The plans and specifications were posted to the City's website and released to the required builders' exchanges; the project vvaopub|io|yadvertioedintheUkiahDai|yJourna|. andtheNodoeb» Biddero was sent to all licensed Class Aoontnaotoro on the City's Qualified Contractors List. Discussion: The Procurement Manager and City Clerk opened bids February 5, 2019 with three bidders RECOMMENDED ACTION: Award Contract for the Oak Manor Joint Trench Project, Specification No. 18'07, to VVy|atti Resource Management, Inc. in the amount of$489,943.S6. (EUD) BUDGET AMENDMENT REQUIRED: No CURRENT BUDGET AMOUNT: $700,000; FY18'19; Electric Capital #80126100.80230.1809S PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: Mary Horger, Procurement Manager responding. Attached is a copy of the Bid Tabulation for Council's review (Attachment 1). Staff is recommending award to Wylatti Resource Management, Inc. in the amount of$489,943.56. Please see Attachment 2 for a copy of Wylatti's bid. If the contract is awarded, construction would be scheduled to start in March, 2019. This contract will extend the existing underground system to provide a future pathway for phone, cable and electric utilities to underground the overhead facilities. 2 2 wm EmoDc� Lri cl� D�Lc� mino M,u�0,0,0 0 W oid�m E T < 11111 T LT u u no : 0000000 0 00000 0000 00000 E7 ET 0 5'E7-6 q� Oq q q q q q q q q q q 0 q 0 q q .aacl� Lri ryi n Z 0 E < u nm -n0000000000noo aMCLO o m o w �m��nowomaomnmo1m H . 00 M E rl� Eam MCi�Lri cl� LO LO 4 LO H m H, _r�-Y� wm .0 LO m H q m.. p :�q .ri Ll�L�O� < LO V LO LO 0 W x Im 0 > jl 0 06 A LL I--k I-k vi LO LO 0 LO O D < > < V < > V a ; 0 0 7, 7, 0 0 L; D r MZZ M.. . . .. . . wu . u O>>>>> 7,z w > > > > < = = = = oz (9) < W F- w 5 5 D D F- <Fal F<- D D u AA7, 7, 7, D u 71 17 D z) z) V j u g¢¢>>> 1: z V¢¢ 1 > X C) 0 D D D 0< . . ::zOO808333 -:,) -:TE-• - w D<U V X V u LD LD Q u V z 0 V V < u 0 D C) D D D D D> LD 0 C? j u j j j j j U<U tj j w t F- 0 L -41 41 u < § § > > > <<< < << < < :) D D >> > >> > > > < < < 5; 5; 5; > > > > > > > ¢¢¢¢¢¢¢¢ > Z u j j - - - u u j j u j j < 0 x x x x x :Lw Xw �.,Imlmmk Ix x x w <u 0 0 H I M F 1�m ILD F�- 0 Fj r r :ME wm F F F At '�r'iment 2 CITY OF UKIAH MENDOCINO COUNTY,CALIFORNIA PROPOSAL FOR OAK MANOR JOINT TRENCH PROJECT Specification No. 18-07 The undersigned, as bidder, declares that he or she has examined thoroughly all of the contract documents herein contained,that this proposal is made without collusion with any other person,firm or corporation and that all laws and ordinances relating to the interest of public officers in this contract have been complied with in every respect. AND he or she proposes and agrees, if this proposal is accepted, 1) that he or she will contract with the City of Ukiah, Mendocino County, California, in the form of the copy of the agreement herein contained a) to provide all necessary machinery, tools, apparatus and other means of construction; b) to furnish all materials; c) to provide all superintendence, overhead expenses and all labor and expenses of whatever nature necessary to complete the job in conformity with the specifications and drawings and other contract provisions herein or reasonably implied hereby or as necessary to complete the work in the manner and within the time named herein and according to the requirements and to the reasonable satisfaction of the City Engineer; d) to pay all charges of freight transportation and hauling; 2) that he or she indemnifies the City against any loss or damage arising from any act of the undersigned as Contractor; and 3) that he or she will accept as full payment therefor the following sums: OAK MANOR JOINT TRENCH PROJECT 29 Spec.No. 18-07 BIDDING SCHEDULE In the case of any discrepancy between the unit price and the total set forth for the item,the unit price shall prevail; provided, however, that if the amount set forth as a unit price is ambiguous, unintelligible or uncertain for any reason, or is omitted, or in the case of lump sum items, is not the same amount as the entry in the"Total"column, then the amount set forth in the"Total"column for the item shall prevail in accordance with the following: 1. As to lump sum items, the amount set forth in the"Total"column shall be the unit price; 2. As to unit basis items,the amount set forth in the"Total"column shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price. The Total Base Bid shall be the sum of the items in the"Total'column. In case of discrepancy between the sum of the items in the"Total'column and the amount entered as Total Base Bid,the sum of the"Total'column items shall prevail. The bid comparison will be based on the sum of the items in the"total"column for each bidder. The Unit prices for the various Construction Items below include all costs associated with the General Conditions, Special Provisions,Requirements of the Construction Contract,and represent the total,complete,in-place cost for each specific Construction Item in accordance with the Construction Documents, including all elements, work components,accessories,and connections,shown in applicable details or required to yield a complete,sound and functional component or system appropriate for its intended function,whether or not such is specifically described or listed in any description of measurement or payment. The total amount of the Construction items below shall represent the total and complete cost of the fully functional Project. All work not specifically listed below be required to complete the work of the various construction items and the cost of such shall be considered as included throughout the various unit prices indicated. Lowest bid will be based on the lowest Base Bid. OAK MANOR JOINT TRENCH PROJECT 30 Spec.No. 18-07 NAME OF BIDDER: VVylafti Resource Management, Inc SPEC#: 18-07 PROJECT NAME: OAK MANOR JOINT TRENCH PROJECT ITEM DESCRIPTION UNIT OF QUANTITY UNIT PRICE TOTAL # MEASURE Excavate,trench,backfill and compaction(12"x 36" 1 street trench) LF 120 $ 36.73 $4407.60 Excavate,trench,backfill and compaction(18"x 48" 3.47 2 street trench) LF 3U 263 $ 9,322.61 1 - Excavate,trench,backfill and compaction(24"x 59" $122.44 $116,195.56 3 street trench) LF 1439949 4 Remove and replace asphalt concrete(12"trench) SF 120 $_l 4.2 5 $1710.00 Remove and replace asphalt concrete(18"trench) SF 14.25 $�977.18 46"419.5 $ 6 Remove and replace asphalt concrete(24"trench) SF 2-17-61-2088 $_1 4.25 k29,714.00 I 2"PVC Schedule 40 Conduit(Comcast)including17. $ A 7 installation FT 66W 4660 _�.36 $20,3160 a4'PVC Schedule 40 Conduit(Comcast)including FT $.f2:11.1144 $_1268.40 installation 60 2"PVC Schedule 40 Conduit(AT&T)including FT 9 installation 500 $_�.08 $3040.00 4"PVC Schedule 40 Conduit(AW)including FT $7.26 23,667.60 10 installation 3260 $ 1 1 VC Schedule 40 Conduit including installation FT $�.31 1503.74 T(Elpectric) 1023 $ 4"PVC Schedule 40 Conduit including installation FT6 5 $17,464-95 12 (Electric) 2283 6"PVC Schedule 40 Conduit including installation FT �-_05 1,964.10 13 (Electric) 1322 $ Sidewalk removal and replacement for installation of 6-00 25,200.00 14 electric, SF cable&AT&T vaults and boxes 700 Excavate,backfill,compact and install cable service $1320.50 $ 02.50 15 vaults B48(Comcast) EA 5 OAK MANOR JOINT TRENCH PROJECT 31 Spec.No.18-07 Reflecting Addendum 1 ti 16] Excavate,backfill,compact and install cable service ts N36(Comcast) EA 3 s97-32 $_17 1. Excavate,backfill,compact and install cable service 17 vaults N30(Comcast) 5 $_�l 7.24 $3086.20 EA Excavate,backfill,compact and install cable service 2993.26 $11,973.04 18 vaults 24x36x24(AT&T) EA 4 $ Excavate,backfill,compact and install cable service _�l 02.54 42,717.78 19 vaults 36x48x36(AT&T) EA 7 $ $ 20 Excavate,backfill,compaction and install pedestal(City to provide) 4 $L442.67 $_�770.68 EA 21 Excavate,backfill,compaction and install transformer 1759.82 $3519.64 box pad(City to provide) EA 2 $— 22 Excavate,backfill,compaction and install secondary 7 $_�68.74 �681.1 $ 8 2 service box(City to provide) EA 23 Landscape removal and replacement—residents LS 3 $800-00 2400.00 property and school property(3 locations) 24TInstall streetlight boxes 240.53 681.06 EA 2 $ $ 25 Traffic Control(30 days,2 people) HR 480 $172,100 $_�2,560.00 26 CATV PEDESTAL EA 2 $2745.24 $_�490.48 1 -- 27 Mobilization and Demobilization LS $32,175.10 $12,875.00 TOTAL BID==>> $�489,943.56 We, the undersigned, acknowledge that the City Council has reserved the right to reject any or all bids and to determine which proposal is, in its opinion, the lowest responsive bid from a responsible bidder and that which it deems in the best interest of the City to accept. We, the undersigned, further agree, if this proposal shall be accepted,to sign the agreement and to furnish the required bonds with satisfactory surety,or sureties,within fifteen (15)calendar days after written notice that the contract is ready for signature;and, if the undersigned shall fail to contract, as aforesaid, it shall be understood that he or she has abandoned the contract and that,therefore,this proposal shall be null and void and the proposal guaranty accompanying this proposal, or the amount of said guaranty,shall be forfeited to and become the property of the City.Otherwise,the proposal guaranty accompanying this proposal shall be returned to the undersigned. Witness our hands this day of February 5 2019 Licensed in accordance with an act providing for the registration of California Contractors License No. 134597 , expiration date 06/30/2019 THE CONTRACTOR'S LICENSE NUMBER AND EXPIRATION DATE STATED HEREIN ARE MADE UNDER PENALTY OF PERJURY. Department of Industrial Relations Public Works Contractor Registration Number: 1000001453 OAK MANOR JOINT TRENCH PROJECT 32 Spec.No.18-07 Reflecting Addendum 1 00 Signa re of bidder or bidders,with business name, address, phone number and fax number: 23601 Cemetery Lane, Covelo, CA 95428 Notice: In the case of a corporation, give below the addresses of the principal office thereof and names and addresses of the President, Secretary, Treasurer. 23601 Cemetery Lane, Covelo, CA 95428 Brian Hurt, President 5704 Ridgeway Road, Willits, CA 95490 Mel Goodwin, Vice President 1635 Hilltop Drive, Willits CA 95490 Alison Schechter, Executive Secretary 23641 Howard St, Covelo CA 95428 OAK MANOR JOINT TRENCH PROJECT 33 Spec.No.18-07 Reflecting Addendum 1 rn FAIR EMPLOYMENT PRACTICES CERTIFICATION TO: City Council, City Of Ukiah The undersigned, in submitting a bid for performing the following work by Contract, hereby certifies that he or she has or will meet the standards of affirmative compliance with the Fair Employment Practices requirements of the Special Provisions contained herein. OAK MANOR JOINT J ,vas® (Signature of Bidder) Business Mailing Address: PO Box 575 Covelo, CA 95428 Business Location: 23601 Cemetery Lane, Covelo, CA 95428 (The bidder shall execute the certification of this page prior to submitting his or her proposal.) OAK MANOR JOINT TRENCH PROJECT 34 Spec.No. 18-07 C) WORKER'S COMPENSATION CERTIFICATE I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for Worker's Compensation or undertake self-insurance in accordance with the provisions of that code and I will comply with such provisions before commencing the performance of the work of this contract. Witness my hand this day of_ r 2015 Signature of Bidder,with Business Address: w 23601 Cemetery Lane, Covelo, CA 95428 OAK MANOR JOINT TRENCH PROJECT 35 Spec.No.18-07 CERTIFICATION OF NONDISCRIMINATION INEMPLOYMENT The bidder represents that he or she has/has not,participated in a previous contract or subcontract subject to either the equal opportunity clause herein or the clause contained in Section 301 of Executive Order 10925;that he or she has/has not, filed all required compliance reports; and that representations indicating submission of required compliance prior to subcontract awards. Signature and address of Bidder: r tier® Date •� 23601 Cemetery Lane, Covelo, CA 95428 (This certification shall be executed by the bidder in accordance with Section 60-1.6 of the Regulations of the President's Committee on Equal Employment Opportunity for implementing Executive Orders 10925 and 11114.) OAC MANOR JOINT TRENCH PROJECT 36 Spec.No. 18-07 C14 LIST OF PROPOSED SUBCONTRACTORS In compliance with the provisions of Sections 4100-4108 of the California Public Contract Code and any amendments thereof, each bidder shall set forth (a) the name and location of the place of business of each subcontractor who will perform work or labor or render service in or about the construction site or a subcontractor licensed bvthe State ofCalifornia who,under subcontract tothe prime contractor,specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications in an amount in excess of one-half of 1 percent of the total bid and(b)the California Contractor License Numberforeaoh subcontractor,and(c)the portion of the work to be done by each subcontractor.(See General Conditions Section 1- 09.) Include with the name of each sub-contractor their Department of Industrial Relations Public Works Contractor Registration Number. co STATEMENT OF EXPERIENCE OF BIDDER The bidder is required to state below what work of similar magnitude or character he or she has done and to give references that will enable the City Council tojudge of his or her experience,skill and business standing and his or her ability to conduct work as completely and rapidly as required under the terms of the contract. PLEASE OAK MANOR JOINT TRENCH PROJECT 38 Spec.No.18-07 SIGNATURE(S)OF BIDDER Accompanying this proposal is Bidder's Bond (insert the words"cash($)"."cashier's check"m"bidder's bond",as the case may be)inanamount equal to at least iDpercent ofthe bid. The names of all persons interested in the foregoing proposal as principals are as follows: IMPORTANT NOTICE: If bidder or other interested person is a corporation,provide the legal name of corporation and also the names of the president,secretary,treasurer and manager thereof.If a co-partnership,provide the true name of firm and also the names of all individual co-partners composing the firm. If bidder or other interested person is anindividual, provide the first and last names infull. Wylatti Resource Management, Inc Brian Hurt, President / K8o| Goodwin,Vice President Alison Schechter, Executive Secretary Licensed in accordance with an act providing for the registration of Contractors: License No. 934597 . License Expiration Date 06/30/2019 Signature(s) of Bidder: ' NOTE: If bidder is a corporation, the legal name of the corporation shall be set forth above together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation;if bidder is a co-partnership,the true name of the firm shall be set forth above together with the signature of the partner or partners authorized to sign contracts in behalf of the co-partnership;and if bidder is an individual, his or her signature shall be placed above. If a member of a partnership,a Power of Attorney must be on file with the Department prior to opening bids or submitted with the bid; otherwise,the bid will be disregarded as irregular and unauthorized. Business address: 23601 Cemetery Lane, Covelo, CA 95428 Place ofresidence: 5704Ridgewood Road, Willits, CA 95490 Dated: LO CITY OF UKIAH Mendocino County, California BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we,_ Wylatti Resource Management Inc as PRINCIPAL and Financial Pacific Insurance Company as SURETY, are held and firmly bound unto the City of Ukiah in the penal sum of 10 PERCENT OF THE TOTAL AMOUNT OF THE BID of the Principal above named,submitted by said Principal to the City of Ukiah,as the case maybe,forthe work described below, for the payment of which sum in lawful money of the United States, well and truly to be made,to the City Clerk to which said bid was submitted,we bind ourselves,our heirs,executors,administrators and successors jointly and severally, firmly by these presents. In no case shall the liability of the surety hereunder exceed the sum of$ Ten Percent of Bid Amount THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas the Principal has submitted the above mentioned bid to the City of Ukiah, as aforesaid,for certain construction specifically described as follows,for which bids are to be opened at the Office of the City Clerk, Ukiah Civic Center, Ukiah, California, on February 5, 2019 for OAK MANOR JOINT TRENCH PROJECT. NOW,THEREFORE, If the aforesaid Principal is awarded the contract and,within the time and manner required under the specifications,after the prescribed forms are presented to him or her for signatures,enters into a written contract, in the prescribed form, in accordance with the bid and files two bonds with the City of Ukiah, one to guarantee faithful performance and the other to guarantee payment for labor and materials,as required by law,then this obligation shall be null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF,we have hereunto set our hands and seals on this 22nd day of January A.D.20 19 . (Seal) (Seal) (Seal) Principal FinancigL-Vacific Insuran a Com an (Seal) eA (Seal) Manuel .---Mello. Attorney-In-Fact (Seal) Surety Address: Financial Pacific Insurance Company 3880 Atherton Road Rocklin. CA 9 765 OAK MANOR JOINT TRENCH PROJECT 40 Spec.No.1 -07 tNNITF I I' I PANY �15,l "ul e suet yinept ctwt ' COdW PAhI y P lIR dfY@ A va Si FINANGIAL,, C C I 3$�ANL F'�It4I'ANY;Ti CSA si>alai ;fA n2rGdi ; CSE TIFI)3D COPY OFr tN" RANru� � �"lt OF AT'I"SiRNE ' ,' o tot, of 4o�Office ofComzany deet tcattoa " �rQ'+ SAL[ PERSONS Y,TfI� L PRE I TS, hatUn led ire Casaalty Company,a c0=0)a>id e�>cisting athdear.the Iaws of the,„Statpf Iowora;',Unted F>re& IntirtYan .`aeorporatton duly organized sud.; sr�13�under the law of the State of f e d Fataitciaf Pttaific Insiinee Crpi�ry,a carporatiott duly oigmiized�and eXlsting under the laws of ilia Staeofatftfomtarerei bollectively called the C�otnpariiesl;and hiving thear corpcfrateheadgttarters m tredar Rapids State of Iowe,does"riialre,ctztistitte'an appinC INbISVIDUACLY00D0 ; � U' EL Bg GA MELLO', OYUIN" NfH01Y �SACCO,' LAWkgICE FORD 'JAMES �Y, 'EACH, �" � J t thea ante and lawhd Attomoyt(sj- -1?aet'wczth power,anti authority here y'confetted t sign"Sul"and execute�m Rs behalf off'/awful bands, undertakings and of er obligatory�instrunients of simil ua lure prosti<ietl"that no smgle'obhgalloiishnd exceed .X15, and to find the Companies,tl reb as fully and to'dte stone ex ent'ss ifwdh instrutiteats vete s9�ted by the duE att or d o)Fic4ss of the Companies and ail of the`acts of said:Attorlxey,pursuantio the attih, ity,It g ii and hereby ratihed and co, 'W11, ; The Authorityhereby granted shall expire`thr i 9th day of NOVember, ;2019,uni ess 'sooner re ;vdked - """ by Uaaid"Fire A Casualty Company,united Fire&"Indemnity Company,and Financial Pacific Insurance Company. lu;Po'eubf Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15,2013,by the wards of �„ Directors afUnited Fire&Casualty Company,United Fire&Indemnity Company,and Financial Pacific Insurance Company. "Article VI—Surety Bonds and Undertakings," Sectio>k 2,ApppoWir e . t of Attomey-in-Fact. "The President or any Vice President,or any other officer of the Companies may,from time totime, pogo Y w+a ht w certificates attprneys-vt fact to act in behalf of the Companies in the execution of policies of insurance,bonds,undertakings and other obligatory ntstnlmeuts pfAtle natijte. , R1ie sign,&u ^of a`h officer authorized hereby,and the Corporate seal,g y,�bep aff�d by facsimile to any pow f attoni of such Powe officer and at trney al seal o a pf either authorized hereby; such signature and seal,when so used,bem ad ted b the Companies as the original si gi f1he Companies,to be valid and bmdmg upon the Companies with the same foree'and effect as though manually affixed. Such attorneys-in-fact,subject to the limitations set 't . forth in their respective certificates of authority shall leave full power to bind the Compames by their signature and execution of any such instruments-anti to attach the,641 the Cvmpanies'therei2, The President or any Vice President,the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previousiy given to any attorney-in-fact. .uu lot n, nornMN, IN WITNESS WHEREOF,the COMPANIES have each caused these presents to be signed by its aS�Ur qty ' 1Noly , vice president and its corporate seal to be hereto affixed this 17t h day of Ncivember, 2017 miiroaAi> �B CoaroRATE _ _ Z =_ UNITED FIRE&CASUALTY COMPANY SEAL seAL + 13� �:' UNITED FIRE&'INDEMNITI'COMPANY FINANGIAL PACIFIC INSURANCE COMPANY rhNnu,N+'�>i` ,9Nglaa„„U� N,Nanu„ I'I11x e�9�a....�'A� By- - tat"Mo S wa,C ounty of Linn,ss: Vice President" On T7 _h,dayy of November 201Z,� before me ,personally came QeQtrls J. Riponann to me tat Ym tahp being by me dilly swotn�;dtd depose"andsay,that ty re5tde Cedra Vices�Prestdeatfl ofFinaucial PactficeInrestttance tl United Ttrre co Casualty us des parry,rib 'Vice President o�Ufiked Fire& Indemnt Com � Company the & Casua Com au , a � p g. y y �cate sea diad tX st air-jaffix the�above`­ t eanudmth�at h rveri b the Board of Die co rations th the's affixed to"flee �d mstrnmeut is such co i ty wtets ofsaid co tapons and that he sig d his name tf ertito pgjr a rtt to,Itl a autht rtty,atzdtaclot ivledgea same to be tfte act and'deed oLsaidrorporafiott9. �• Patti w II a s Inwa NotarlPl Sear airion tttttbe71274 Notary Public." MyCom sslon Ezptrea 10/2612018 My counnission expires:10 62019 11 Mall'A.,Bertsch,Assistant Secretaryti f Uncitt Fire Gasitalfy"Co ity artd Assistant Secretary,of United Fire&InderrinstyComparty,and,Assisfiiht Srtt etary of Fi tartcial lxa ific I�itsp aaee Gcimpany,+ fiereby'cetttl'y ttlat I have compared kite foregoutp�crt of the Paver of Alt6in6y,anti tfti&vit,and. the cgpy:gf th#e Secttort of the bylaws Ant, of said Coiporatipns set forth"it said Power of A rney with"the OR.IGII AL ON,FILfsIN'.HE IiOME. OI?FICB OSAII "CORPORATIONS and tltaf Rto same ark„correct transcripts thereo;grid of whole of tlie.satd origiial and that the>said Power ttf Attorney s not:beeareyo and is rutty tit Full force and"erect ln,testwtdu whe i hav hereunto sub c��my name and kited tf>k oer0 0 sea otthe said Corpora! 6m this 2 2 n d nay of vo�� Wit �piN r i 0 Aytiq '. l4,"yRPI)4 :. , _ , _ Zg y 10 pA y35 t} "7p"r �n g111a1D,N� ' 'ran,a+v ,Mr1111M t' - t,F 1.i}'Ui4I G6:FPI4 9BPOAOI)451 �bt7 � G r r , P ~ ' oo NON-COLLUSION AFFIDAVIT � Note: Bidder shall execute the affidavit onthis page prior to submitting with his or her bid. ToCity Council,City ofUkiah: The undersigned in submitting a bid for performing OAK MANOR JOINT TRENCH PROJECT by contract, being duly sworn,deposes and says: that he or she has not, either directly or indirao|y, entered into any egremment, participated in any coUusion, or otherwise taken any action in restraint of free competitive bidding in connection with such contract. Business Address: 23601 Cemetery Lane, Covelo, CA 95428 Place ofResidence: 57D4Ridgewood Rd Willits, CA 95490 NOTARIZATION Subscribed and sworn bmbefore methis_____day of_______. 2OL—. Notary Public inand for the County of . State ofCalifornia. My Commission Expires . 20___, '~ OAK MANOR JOINT TRENCH PROJECT 41 Spec.No. 18-07 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of 1\03,v%d On__.... , j&pLL% ® c;LA!j before me, e, Dare Here Insert Name and Title of thebfficer personally appeared Name ,W of Signer$) who proved to me on the basis of satisfactory evidence to be the person($ whose name o is/are subscribed to the within instrument and acknowledged to me that he/qhe/tti6y executed the same in his/h ,pf/th it authorized capacity(>is),and that by his/hpr/tWr signature(s)on the instrument the persorVA, or the entity upon behalf of which the person Spy acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ACK WITNESS my hand and official seal. f orni a 0" LACIE D.MCCORMACK Z7% Notary Public-California < .. MendocinoCounty Z Z MocCounty Z Z 9 : # 1 5 Signature Commission #2155269 My MY Comm Expires Jun 26,2020 "Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: — Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: Signer's Name: •Corporate Officer — Title(s): 0 Corporate Officer — Title(s): 0 ral r •Partner — El Limited 0 Ge"' 0 Partner — El Limited 0' c • Individual ❑ r in Fact 0 Individual 0_' turn—e9yy in Fact 0 •Trustee ,�Qoao�rdian r Conservator 0 Trustee GtLuardian or Conservator El Other: 0 Other: Slgn!r I Qpresenting: Signer-rsRepresenting: 02014 National Notary Association -www.Nationa[Notary.org - 1-800-US NOTARY(1-800-876-6827) Item#5907 C) C14 Wylatti Resource Management, Inc. PO Box 575 Covelo,CA 95428 M (707)983-8135 Jd FAX:(707)983-81E�4 I wylatti@wiUitsonline.COM General Engineering Contractor:LN-934597 WORK EXPERIENCE PACIFIC WATERSHED ASSOCIATION CONTRACT: $240,000 • Contact: Colin Hughes-(707) 839-5130 • Project ID: Mendocino Coast T Implementation Phase I Project- Stewart Creek Component-b • Implementation: Replace Culverts; Improve Drainage Ditches,Armor Fills, and Road Grading. • Completion Date: 2018 THE NATURE CONSERVANCY CONTRACT: $1,265,240 • Contact: David Wright-(707)961-3302 • Project ID:Ten Mile River South Fork Enhancement Project Phase 1 ,Sites SF13-14&SF 16-17 at The Smith Ranch • Implementation: Harvest Redwood Trees for Piling and Log Structures; Dewater 2 Sections of TenMile River; Construct Log Structures to Improve Fish Habitat; Construct One Acre Backwater Pool;Grading; Place Bioengineering Structures; Build Fence. • Completion Date: 2018 DOT COUNTY OF MENDOCINO CONTRACT: $76,720 • Contact: Howard Dashiell-(707)463-4363 • Project ID: 170053-Storm Damage Repairs on Branscomb Road CR 429, at MP 16.80 in Mendocino County • Implementation: Rework Roadway; Rebuild Roadway and Rampart; Plan Base; Paving; Install Guardrail. • Completion Date: 2018 DOT COUNTY OF MENDOCINO CONTRACT: $91,600 • Contact: Howard Dashiell-(707)463-4363 • Project ID: 170051-Storm Damage Repairs On Mountain View Road CR 510,At MP 14.39 In Mendocino County • Implementation: Excavate Roadway; Rebuild Roadway and Compact; Place Base; Paving; Install Guardrail. • Completion Date: 2018 Page I 1 Wylatti Resource Management- or Experience CALIFO DEPARTMENT OF TRANSPORTATION CONTRACT: $502,800 •• Contact: o tact:DMD icEha eAl Lewis wTis8 -(707) 354-1072 xxA 2 • Project I :01-:- Replace Repair ir N DSraP inOaRge T SAys T teI mOsN- Mendoci n o County 162-Various • implementation: Remove Replace EistingCulvers; Line Culverts; Place RSP; Provide Tra Ic Control; Provide Erosion Control. Completion ate: 201 CONTRAC�'l DOT CnrTvTv nF MRNDOCINO CONTRACT: $845,400 • Contact:William E Wood -(707)463-4343 Mile Creek-at • Project ID: 160078- Laytonville Pedestrian Bridge over Ten MP 25.41 DOT Project No.3041-A1201 • implementation: Channel Work; Pile Driving; Construct Abutments and Piers; Place Premanufactured 120 Foot Free Span Bridge; Build Approach Structure;Pour Decking; Remove Existing Structure; Plant willows; Erosion Control; Paving;Traffic Control. Completion Date: 2018 CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACT: $1,000,000 • Contact: Katherine Perrin-(707)496-5840 • Project ID:01-0J1004-Culvert Rehabilitation - HWY 128-0.00-5.00 • Implementation: Remove & Replace Existing Culverts; Line Culverts;Armor Plate Culverts;Jack& Bore Culverts; Invert Paving; Place RSP;Stream Restoration (De-water Numerous Class I Streams&Build Rock Weir); Provide Traffic Control; Provide Erosion Control. Completion Date: 2018 CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACT: $337,578 • Contact: Katherine Perrin-(707)496-5840 • Project ID: 01-OC4304-Three Bridges Scour Mitigation- Mendocino County HWYs 20, 101, 128-Various tr • Implementation: Dewater; Repair Piling Cap; Place RSP; Construct Fence, Guardrail,Soft Step, and Weed at; Erosion;Traffic Control • Completion Date: 2018 SLS CONSTRUCTION LTD. C70NTRACT: $1,269,980 • Contact: Dan Reynolds-(713)8808411 • Project ID: PATH Project HSFE70-17-D-0003; Partnership for Temporary Housing-FE• MA W &Power Lines to Description: Camp Kyen-Installation of Sewer. ater, Code Sand & • Implementation: Excavation;Trenching; Placement of Utilities; Backfill to Restore; Re-Pave Road • Completion Date: 2018 Page 12 Wylatti Resource Management-Work Experience C14 ^ r14 PACIFIC WATERSHED ASSOCIATION CONTRACT: $100,358 • Contact: Colin Hughes-(707) 839-5130 • Project ID: Armstrong Family Ranch Bridge Upgrade • Implementation - Re-align& Excavate Channel; Armor Channel; Construct Bridge Abutments; Fabricate Steel Bridge; Install Bridge; De-Water& De Fish Stream; Build Cofferdams; Provide Erosion Control Completion Date: 2017 MENDOCINO COUNTY RESOURCE CONSERVATION DISTRICT CONTRACT: $271,232 • Contact:Joe Scriven- (707)462-3664 X104 • Project ID: Mill Creek Barrier Removal&Riparian Restoration Project • Implementation: Excavate& Re-grade Channel; Re-slope&Armor Banks; Construct Bridge Abutments& Fabricate Steel Bridge; Build Cyclone Fence; Install Bridge; Build Cofferdams; Install & Remove Temporary Truck Road; Install Logs with Root-Wads Attached; Provide Erosion Control. Completion Date: 2017 CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACT: $1,300,000 • Project ID:01-OH1304-Culvert&Drainage Rehabilitation- HWY 253 0.0/13.00 • Implementation: Remove & Replace Existing Culverts; Pave Roadway; Provide Traffic Control; Provide Erosion Control. Completion Date: 2017 CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACT: $2,300,120 • Contact: Katherine Perrin -(707)496-5840 • Project ID:01-402814-Culvert Rehabilitation- HWY 101-50.1/84.6 • Implementation: Remove & Replace Existing Culverts; Line Culverts; Armor Plate Culverts;Jack& Bore Culverts; Invert Paving; Place RSP; Stream Restoration (De-water Numerous Class I Streams& Build Rock Weir); Provide Traffic Control; Provide Erosion Control. Completion Date: 2018 CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACT: $866,726 • Contact: Imran Fazill-(707)485-8562 • Project ID:01-378134-Culvert Rehabilitation- Highway 128 • Implementation: Remove& Replace Existing Culvert; Build Embankments; Install RSP; Provide Traffic Control; Provide Erosion Control. • Completion Date: 2017 Page 13 Wylatti Resource Management-Work Experience ' co (N CONTRACT MENDOCINOOUNTY RESOURCE CONSERVATION DISTRICT CONTRACT: $78,422 0 C -3664 X104 • Contact: Joe Scriven-(707)462 bit t "I'T4a • Project�ID: 1600-2016-0350-RI -Big Rock Creek Coho Habitat • Description: Habitat Restoration • implementation-Install 2 Miles of Waterlines&9 Water Troughs • Completion Date: 2017 C,-%,,Tmqry QVLAKE ®WATER RESOURCES DEPARTMENT CONTRACT: $79,000 • Contact:Scott Webb-(707) 263-2344 • Project ID:WR 16-02 2016-Clover Creek • Description:Sediment Reduction, Removal of Sediment • implementation -Excavation;Off-Haul Sediment from Channel; Restore Proper Slope &Grade • Completion Date: 2016 RYAN LUPER-LANDOWNER CONTRACT: $135,530 • Contact: Ryan Luper- (385) 242-5063 • Project ID:Wire all re Wall • Description: Engineered Earthen Wi Installation Of Earthen Wire • implementation - Excavation; compaction; Install Wall • Completion Date: 2017 CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACT: $2,600,000 • Contact:Al Ortiz -5978(707)498 • Project ID:01-OG9004: 01-MEN-162 • Description: Emergency Repairs on Hwy 162 • implementation - Line 60" Culvert; French Drains; Install RSP; Replace Culverts;Dewater Water Course; Pave Highway • Completion Date: Pending 00 CONTRACT: $300,, 0 PACIFIC WATERSHED ASSOCIATION • Contact:Colin Hughes-(707) 839-5130 • Project ID: Graphite Creek-Forest Road Drainage & Restoration • Implementation -Upgrade Culverts. Excavate for proper pipe alignment. Compaction, mastication, rolling dips. • Completion Date: 2016 cALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACT: $500,854_] • Contact: Imran Fazill-(707)485-8562 • Project ID:01-OG5904-Culvert Replacement Highway 101 • implementation: Remove concrete box culvert. Replace with reinforced concrete pipe culvert. install headwall. Place slurry backfill. Resurface roadway. De-water Class I Stream in rainy season.Provide traffic control. Provide erosion control. Completion Date:2016 Page 14 Wylatti Resource Management- or Experience C14 CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACT: $92,000 • Contact: Garrett Griffith-(707)496-4368 • Project ID:OIA1649-Culvert Replacement- Highways 20/175 • Implementation: install culverts with anchored downspout system. Place slurry backfill. Resurface roadway.Provide traffic control. Provide erosion control. • Completion Date: 2016 CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACT. $75,941 • Contact:Al Ortiz -(707)498-5978 • Project ID:0IA1626-Westport Parking Lot- Highway I • Implementation: Parking lot slid off bluff into ocean. Clean debris out of surf. Reconstruct concrete fence. Replace parking lot. Restore drainage function. • Completion Date: 2016 CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACT: $119,000 • Contact: Garrett Griffith-(707)496-4368 • Project ID:OIA1608-Scour Mitigation- Highway 29 • Implementation: it Access Road And Place Rip Rap around Bridge Abutment. • Completion Date: 2016 CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACT: $800,000 0 Contact: Imran Fazal-(707)485-8562 0 Project ID:01-378134-Culvert Replacement- Highway 128 • Implementation: install multiple culverts with anchored downspout system. Place headwalls. install slurry backfill. Resurface roadway. Provide traffic control. Provide erosion control. 0 Completion Date: 2017 CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACT: $1,629,867 0 Contact: Grant Krueger-(707)498-3067 a Project ID:01-378174-51 Culverts-Highway 128 • Implementation: Install 51-24" to 36" culverts with anchored downspout system. Place slurry backfill. Install headwalls. Resurface roadway. Provide traffic control. Provide erosion control. 0 Completion Date: 2017 CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACT: $700,000 • Contact: Chris Malik-(707)496-5582 • Project ID: OIA1632- Hazard Tree Removal Highway I • Implementation:Tree felling.Tree climbing.Tree pulling away from utilities. Provide traffic control. • Completion Date: 2016 Page 15 Wylatti Resource Management- or Experience _, uo ^ C14 ^ THE CONSERVATION FUND CONTRACT- $27.000 • Contact:Scott Kelly-(707)272-4497 • Project ID: Log Jam Removal lignment • implementation: Log Jam Removal &Channel A • Completion Date: 2016 CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACT: $60,000 • Contact: Imran Fazal-(707)485-8562 • Project ID:01A1504-Highway 162 downspout system. install headwalls. Place slurry backfill. • implementation: install 36" culvert with anchored Resurface roadway. Provide traffic control. • completion Date: 2015 ATION CONTRACT: $175,000 CALIFORNIA DEPARTMENT OF TRANSPORT • Contact: Grant Krueger-(707)498-3067 • Project ID:01-OF390-Highway I s with double headwalls. Place slurry backfill.Resurface roadway. • implementation: Install 2-36" culvert Provide traffic control. • Completion Date: 2015 -- CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACT- 1014-225 • Contact: Grant Krueger-(707)498-3067 • Project ID: 01-OE3704-Highway I s of roadway.Various types of applications with drop • Implementation: Replace io culverts over 18 mile inlets. Place slurry backfill. Resurface roadway. Resurface roadway. Reinstall guardrails. Provide traffic Completion Date: 2015 CONTRACT- $400,000 PACIFIC WATERSHED ASSOCIATION • Contact:Colin Hug es-(707) 839-5130 • Project ID:4600009714-Seven Bridges mor Banks. Place precast abutments. install • Implementation: Prefab bridge modules. Re-grade streams.Ar Bridge Modules. Re-grade and provide erosion control. • Completion Date: 2015 y RESOURCE CONSERVATION DISTRICTJ CONTRACT: $119,000 MENDOCINO COUNT_ -3664 X104 • Contact:Joe Scriven (707)462 • Project ID:460000100579/EO3119-0 Fish Passage Improvement • implementation: Excavate and remove 2-6" culverts and 1-10" box culvert. Re-slope banks.Grade channel. Place rock and log structures in channel.Plant trees. Provide erosion control. • Completion Date: 2015 Page 16 Wylatti Resource Management-Work Experience � C14 CONTRACT: $170,000 PACIFIC WATERSHED ASSOCIATION • Contact:Tara Zuroweste-(7 7)773-1385 • Project ID: 12-407-253- Morro Bay Watershed Road Erosion Prevention Project and provide erosion control. • implementation:Construct Compacted rolling dips.Grade,storm proof • Completion Date: 2015 ()REST SERVICE CONTRACT: $28,943 USDA,MENDOCINO NATIONAL • Contact: Bruce it —(5 30)934-1185 • Project ID: AG-9AC7-C-15-0090 • Description: Blands Cove Road Repair • implementation: Repair 3 slides. Excavate &Reconstruct Roadway to per grade and slope. 9 completion Date: 2015 REDWOOD FOREST FOUNDATION,INC. CONTRACT: $51,818 • Contact:John Peterson-(7 7)961-3302 and Tim Best-(831)425-5832 • Project ID: Usl Creek Clatielam anchored iplace tlarge rip-rap.• implementation: Bank stabilization with rip-ran o Realignannel. Generated and placed large woody debris in channel. Completion Date: 2014 CONTRACT: $345,789 THE CONSERVATION FUND • Contact:Scott Kelly-(707) 272-4497 • Project ID: 14-30 • Description: Bridge Work dge and log abutments. Regradedrainaechannel, placed rip-rap on • implementation: Removed existing railcar bri slopes,set precast abutments, replaced railcars. Erosion control and road dg . Completion Date: 2014 SONOMA RESOURCE CONSERVATION DISTRICT CONTRACT: $68,316 • Contact:Aaron Fairbrook-(707) 569-1448 • Project ID:VSE-05-14 • Description:Vineyard Stormwater Enhancement Project • implementation: Re-graded and contoured the stream bed to decrease flow velocity. Installed rock weirs, compaction, redistributed planting media, placed rip-rap and erosion control. Completion Date: 2014 Wylatti Resource Management-Work Experience Page 17 ti C14 USDA,MENDOCINO NATIONAL FOREST SERVICE CONTRACT: $191,513 • Contact: Bruce Smith-(S30)934-1185 • Project ID:Thomes Creek-AG-91Z9-C-14-0006 • Description: Road Maintenance ip Rap, Dug Footings, Formed and Poured 6'Tall, 8" • Implementation: Concrete Demolition, Removed R -Dot g Poured '000ft2 p 0 n on Slope, pe, Structure, Formed and Poured 2, Apron on Slope, Reinforced Walls, Drilled and Doweled into ExistingI toe of Structure with 40 mil 10 .ined Channel at toe of structure with 40 mil Dewatering, Placed 1300 ton Rip Rap,Concrete Mixed on Site, L membrane to prevent scour. • Completion Date: 2014 CAMPBELL GLOBAL CONTRACT: $220,218 • Contact:John Peterson-(707)961-3302 • Project ID: FB-04808 • Description: RollinDips,Culvert Replacement, Rock Development, Mastication, Road Abandonment g • Completion Date: 2014 HUMBOLDT COUNTY DEPARTMENT OF TRANSPORTATION CONTRACT: $125,883 • Contact:Tony Seg etti-(707)455-7652 • Project ID: 306376 ER-4400(049) Point Road @ P.M.41.7, Humboldt County • Description: Storm Damage Repairs on Alder Poi • implementation:Wire all,Sub Drain,Culvert Replacement, Roadway Excavation, Paving,Traffic Control • Completion Date: 2014 HUMBOLDT COUNTY DEPARTMENT OF TRANSPORTATION CONTRACT: $101,120 • Contact:Tony Seghetti-(707)455-7652 • Project ID: 206395 ER-4400(061)- Department of Public Works Humboldt County • Description: Storm Damage Repairs on Mattole Road @ P.M.9.32, • Implementation:Wire all, Sub Drain,Culvert Replacement, Roadway Excavation, Paving,Traffic Control • Completion Date: 2014 HUMBOLDT COUNTY DEPARTMENT OF TRANSPORTATION CONTRACT: $300,288 • Contact:Tony Seghett - 5-7652 ent of Public Works • Project ID: 206372,206422, 206417-Departm • Description: Storm Damage Repairs on Alder Point Road, Humboldt County • implementation:Sub Drain, Culvert Replacement, Roadway Excavation, Paving,Traffic Control • Completion Date: 2013 CONTRACT- %104.233 CONSERVATION FUND • Contact:Scott Kelly-(707) 272-4497 • Project ID: Bridge at Blue Water Hole Creek • Description: Bridge Realignment Rip Rap Placement • Implementation:Concrete Abutments, Painting,Side Rail, R • Completion Date: 2013 Page 18 Wylatti Resource Management- or Experience 00 N ENDOCI_NO RESOURCE CONSERVATION DISTRICT CONTRACT: 103,124 • Contact:Joe Scriven-(707)462-3664 • Project ID:Agreement No:460008534 • Description: Forsythe Creek Sediment Reduction • Implementation:Out-sloping, Culvert Replacement, Rolling Dips, Rock Fords, Grading • Completion Date: 2013 FAMILY TREE SERVICES CONTRACT: $131,205 • Contact: Greg Musgrave- (707) 984-6629 • Project ID: PG&E • Description: Right of Way Mastication • Implementation: Cleared trees and brush in right of way • Completion Date: 2013 SONOMA L TRUST CC)NTI` CT: $52,297 • Contact: Brook Edwards-(707)544-5614 • Project ID:Jenner Headlands Fuel Break • Description: 20 Acre Shaded Fuel Break • Implementation: Mastication, Chipping, Pruning, Lopping • Completion Date: 2013 CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACT: $750,000 • Contact: Ragu Thangavelautham—(707)496-0437 • Project ID: 01-OC8204 • Description: Emergency Road Restoration. • Implementation: Rebuild Road: Replace Failed Culvert at Hwy. 162 • Completion Date: 2013 TRAVIS RANCH,LLC CONTRACT: $248,000 • Contact: Jeremy Heidrick—(805)969-5670 • Project ID: Contract to Build 0' Bridge& 190' Bridge • Description: Removal of Existing Bridge Structure &Construction and Placement of New Bridges. • Implementation: Build 2 New Bridges,All Associated Abutments and Road Work. • Completion Date: 2012 OLD RIDGE RCD CONTRACT: $49,000 • Contact: Shannon Butler—(707)773-1385 X8 • Project ID: Green Valley Creek Roads Implementation Phases I & II • Description: Sediment Reduction Project • Implementation: Rock Roads, Develop Rock Pit, Install Culverts, Rolling Dips& Rock Fords • Completion Date: 2012 Page 19 Wylatti Resource Management-Work Experience ^ cn ' C14 SWEETWATER SPRINGS RANCH,LLC CONTRACT: $67,200.. • Contact: Darryl Berlin—(707)972-3119 • Project ID: Sweetwater Springs 40' Bridge • Description: New Bridge Construction • Implementation: Build New Bridge To Sonoma County Specs 9 Completion Date: 2012 MENDOCINO COUNTY DEPARTMENT OF TRANSPORTATION �CONTRACTI: $96,182 • Contact: Chris Gialdini—(707)463-4677 • Project ID: Storm Damage Repairs Contract-120008 • Description: Feliz Creek Dam Removal • Implementation: Remove Concrete Dam Structure and Re Contour Creek Channel Completion Date: 2012 MENDOCINO COUNTY DEPARTMENT OF TRANSPORTATION CONTRACT: $648�,200 • Contact: David Schantz—(707)463-4363 • Project ID: Storm Damage Repairs Contract-080003 • Description: Road Repairs&Stabilization-Multiple Road Points Orr Springs Road • Implementation: Road Construction, Excavation & Prep for Gabion Walls, Culvert Replacement, Erosion Control, Rock Slope Protection e Completion Date: 2012 KEITH'S MARKET MARKET/BHI INVESTMENTS ::=CONTRACT: $492,1?0 • Project ID: Keith's Family Foods Renovation ft2 ft'existing • Description: Project management for 17,000 new construction and renovation of 5,000 • Implementation:Site prep, underground work, drainage, install conduits for store,sewer connections and PGE feed. Project Management for building construction. • Completion Date: 2010 MENDOCINO COUNTY DEPARTMENT OF TRANSPORTATION CONTRACT: $628,900 E::;�T= • Contact: Alex Straessle —(707)467-2542 • Project ID: Ryan Creek Migration Barrier Removal -100036 • Description: Remove Concrete Box Culvert, Replace with Prefab Structure • Implementation: De-Watering; Generate, Development, Placement, &Anchoring of Large Woody Debris, • Completion Date: 2011 Page 110 Wylatti Resource Management-Work Experience � C) co HUMBOLDT COUNTY DEPARTMENT OF TRANSPORTATION CONTRACT: $149_,425 • Contact:Tony Seghetti—County of Humboldt Public Works Department—(707)445-7491 • Project ID:Storm Damage Repairs On Alderpoint Road—Contract#206371 • Description:Storm Damage Repair Protection • Implementation: Roadway Excavation&Stabilization,Stab Trench, Rock Slope • Completion Date: 2011 PACIFIC WATERSHED ASSOCIATION CONTRACT: $106,220 • Contact: Danny Hagans —(707) 839-5130 or Colin Hughes—(707) 839-5130 • Project ID: Yorkville Bridges • Description: Build & Install 3 Bridges. • Implementation: Remove Old Culverts, Install Temporary Fish Barriers, Dewater Streams, Remove Existing Pipes, Develop& Install Rip Rap, Establish Erosion Control 0 Completion Date: 2011 GRIST CREEK AGGREGATES,LLC �CONTRACT: $28,000 • Contact: Mel Goodwin • Project ID: Stream Bank Erosion Control • Description: To stop Outlet Creek from severely eroding stream bank. • Implementation: Placed &anchored large logs to I Ton Rip Rap, &keyed into native bank. Installed Water Extraction System below stream channel grade. 0 Completion Date: 2011 USDA MENDOCINO NATIONAL FOREST SERVICE CONTRACT: $249,300 • Contact: Marilyn Ladd —(530) 226-2451 • Project ID: Blands Cove Stormproofing—AG-9AC7-S-11-0052 • Description: Road Stabilization—Erosion Control • Implementation: Rolling Dips, Outsloping, Road Rocking, Brushing, Pipe Repair& Installation • Completion Date: 2011 USDA,MENDOCINO NATIONAL FOREST SERVICE =CONTRACT: $29,537 • Contact: Bruce Smith—(530)934-1185 • Project ID: 18N69 Reroute—AG-929-C-11-0011 • Description: Roadway Rebuilding&Roadway Decommissioning • Implementation: Rolling Dips- Roadway Excavation,out-sloping, Grading &Compaction, Roadway Decommissioning 9 Completion Date: 2011 Page 111 Wylatti Resource Management- or Experience co USDA MENDOCINO NATIONAL FOREST SERVICE C1 ONTRACT- t4990 • Contact: Bruce Smith—(530)934-1185 • Project ID: 19N81 Dips—AG-91Z9-C-11-0011 • Description: Drainage Excavation out-sloping&Compaction • implementation: Rolling is, Roadway Excavation, e completion Date: 2011 CONTRACT: $794,Contact: Scott Kelly—(707) 272-4497 000 T ControlProject I : Blue terhole Creek Erosion escription: Erosion Control Road eco loning • implementation: Rolling D Ps, u g, &Pipe Replacement,Crossing&Road Decommissioning • Completion Date: Phase 1—2010; Phase 11—2011, Phase III -2012 PACIFIC WATERSHED ASSOCIATION INC. CONTRACT: $140,000 • Contact:Chris Van Schaack—(541)951-9609 • Project ID: San GeronimO Valley Road improvement, Phase I • Description: Road Stabilization—Erosion Control 0 implementation: Rolling Dips,Culvert Replacement,out-sloping, Potholing.All work was done around a 33" High Pressure Water in. 9 Completion Date: 2010 ERVICE CONTRA CT: $59,000 USDA,MENDOCINO NATIONAL,FOREST S • Contact: Bruce Smith—(530)934-1185 • Project ID: Hull Mountain Rolling Dips • Description: Road Stabilization—Erosion Control • implementation: 314 Rolling Dips e Completion Date: 2010 SERVICE CO�NTRAPT- It55-430 USDA,MENDOCINO NATIONAL FOREST ! • Contact: Bruce Smith—(530)934-1185 • Project ID: Pacific Rolling Dips • Description: Road Erosion Control • implementation: 250 Rolling Dips • Completion Date: 2010 Wylatti Resource Management- or Experience Page 112 C14 co USDAMEND CIN NATIONAL FOREST SERVICE CONTRACT: $27,261 , • Contact: Bruce Smith—(530)934-1185 • Project ID: Mendocino National Forest Road Maintenance • Description: Road grading Miles Forest Roads • implementation: Blading 85.6 9 Completion Date: 2010 �MENT OF TRANSPORTATION CONTRACT:_$830 000 • Contact: David Schantz—(707}463- • Project ID: Storm m a Repairs Contract- 80002 escription: Road Repairs Stabilization- iple Road Points Orr Springs Road Ilementation: oaConstruction, Excavation&Prep for Gabion Walls, mpRd Culvert Replacement, Erosion Control, Paving, Rock slope Protection e completion Date: 2010 CONTRACT: $35, 795 BCI • Contact: Ben Harness—(707)983-9911 • Project ID: 7 Acre Foot Pond Construction • Description: Full Depth Pondmpaction, Earthen Dam, Rock-lined Spillway,&Energy Dissipater o • implementation: Excavated Key,C • Completion Date: 2010 USDA,MENDOCINO NATIONAL,FOREST SERVICE CONTR ArT- 146,457 • Contact: Bruce it —(530)934-1185 • Project ID: Green Pony IDIQ • Description: Road Restoration • implementation: Slide Repairs,491 Rolling Dips,39 Miles Roadside Brushing • Completion Date: 2009 CONTRACT: $58,765 OLIVER MAX ' 31P GRANT • Contact: Roger Sternberg—(707)937-0776 • Project ID: EQIP Grant—Roads 7 &10 • Description: Road Decommissioning • Implementation: Rolling Dips Installation, Rock Ford Construction e completion Date: 2009 CONTRACT: $757000 LEONA"LAKE RESERVE • Contact: ion Frech —(707)489-0252 • Project ID: EQIP Grant Stream Bank Stabilization 36 • Description: Logging Bridge Construction- ructio ' n, Fabricate &Install 30t & • implementation: Rolling is Installation, Rock Ford Const Span Permanent Bridges Completion Date: 2009 Wylatti Resource Management- or Experience Page 113 ~~ nn ^ nn OLIVER MAX CONTRACT: $82,210 • Contact: Oliver Max —(707)650-7071 • ProjectID: Road#1 &Sweetwater Springs Road • Description: Road Restoration &Stabilization • implementation: Rolling Dips Installation, Road Brushing, Road Rocking • Completion Date: 2009 USDA MENDOCINO NATIONAL FOREST SERVICE �C 0�NT R,A�CT: $�79,4 2�6 • Contact: Bruce Smith—(530)934-1185 • Project ID: Tar Flat ERFO • Description: Road Stabilization • Completion Date: 2008 �:�(CIONNTRRAAU` -500 COMCAST • Contact: Mark Edwards of NCRM — (707)485-7211 • Project ID: San Hedrin Road Project • Description: Road Stabilization • Implementation: Rolling Dips Installation,Geogrid Placement, 3 Miles of Road Rocking • Completion Date: 2008 CONTRACT __0 • Contact: Danny Hagans-(707) 839-5130 • Project ID: Navarro Watershed Road Sediment Reduction Project • Description: Beaver Road Improvement • Implementation: Creek Crossing Improvement,Watercourse Repairs,Culvert Removal, Rock Ford installation • Completion Date: 2008 MERLO CORPORATION CONTRACT- TZ6%000 • Contact: HarryMerlo —(503)963-9463 • Project ID: Chico Ranch Subdivision • Description: Merlo Home Ranch Road Improvement • Implementation: Design, Layout, & Build 10 Miles of New Road • Completion Date: 2006—2007 Page 114 Wylatti Resource Management-Work Experience co SHERWOOR RANCH/ROD HALL CONTRACT: $100 000 Contact: Bob Rogers — (707)463-0356 Project ID: EP Grant: Road Decommission Description: Road Decommission Implementation: Rock Ford Construction,Culvert&Rip Rap Placement Completion Date: 2007 CONTRACT: $167,150 WILL CLAUS • Contact: William Claus — (415)806-4909 • Project ID: Tramp Creek Stream Restoration • Description: Restore&Stabilize Culvert&6,000 Yards Fill Material. Realign Stream to Fit 70' Bridge. • Implementation: Remove Failed 8' BAbutment Pads. Rebuild Approach • Place Rip Rap. Build 4 Grade Stabilization Structures. Build ridge Road; Place New Culverts. • Completion: 2006 Page 115 Wylatti Resource Management-Work Experience M PAST PERFORMANCE REFERENCES PHONE NUMBER J_E CONTACT Sonoma Resource ConservCT ation District Aaron Fairbrook (707) 569-1448 (707)485-7211 William Claus Property Jim Clark Coastal Forest Lands, LLC Mark Edwards (707)485-7211 (707) 272-4497 The Conservation Fund Scott Kelly Pacific Watershed Association Colin Hughes (707) 839-5130 (707)496-6912 Various Cal Trans Contracts Bruce Dove Various Cal Trans Contracts Grant Krueger (707)498-3067 7 834-1151 Various Cal Trans Contracts Imran Fazal (70 ) Dave Meushke (707)937-3127 Williams Creek Road Development Ha (707)838-1505 Williams Creek Road Development Danny Dave Navarro Watershed Road Sediment Reduction Project gens (707) 839-5130 and Many Other Projects Jeremy Heidrick (805)969-5670 Hull's Creek Bridges Sergio Fuentes ( ) 707 961-2833 Summers Lane Land Clearing Multiple George Rau (707)462-6536 462-3664 EXT 104 Various Mendocino County Resource Projects Joe Scriven (707) KEY PERSONNEL EXPERTISE EXPERIENCE KEY PERSON 22 Years Brian Hurt Project Manager Project Manager/Supervisor 25 Years Mel Goodwin 22 Years Frank Lucchetti Foreman Foreman 10 Years Taylor Wildberger 25 Years Nate®'Ferrall Foreman BONDING CAPACITY $15,000,000 (Fifteen Million Dollars) $6,000,000 (Single Project) Page 116 Wylal Resource Management-Work Experience M PURCHASING DEPARTMENT City of Ukiah 411 West Clay Street,Ukiah CA 95482 J/ (707)463-6233u -__ mhorger@cityofukinh.com SPEC.18-07—OAK MANOR JOINT TRENCH PROJECT Addendum No.i January 29,2019 The following is Addendum No.i to SPEC.NO.18-07—Oak Manor Joint Trench Project. IF YOU SUBMIT ADDITION,THIS SIGNED ACKNOWLEDGMENT MUST BE SUBMITTED WITH OUR BID,OR T 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, Revision to Project Specs: Consists of removal of 3 street crossings for CAN(Comcast),removal and redirection of CAN 2"conduit,and the addition of two new CATV Pedestals. This revision comes with the following attachments: "A"-Revision of Project Plan Sheet 3 of 5 "B"-Comcast Conduit Placement "C"-Cablecom co Comcast R-20-A Specs Ii. Revision to Proposal Sheet: The proposal sheet has been revised—please see attachment. Use this sheet instead of the one provided in the original specifications. The revisions are indicated by strikethrough and italicized font. III. Q&A The following questions have been asked,with the corresponding response: Q1: What's the estimated start date for the project? 111: The project is anticipated to be awarded at the February 201h Council meeting. A Notice of Award will be released shortly after,and the winning bidder will have 15 days to sign the contract documents and provide all the bonds,etc. Once that is all in,the Notice to Proceed will be issued. All er term and conditions remain in full force and effect. Mary V.Horger Pro r m n ana r ACKNOWLED ENT I hereby acknow a ge that I have received this Addendum No. 1 and have reviewed and considered it before submittingbid. Signed: Date: Company Name:_ lG elce ` ."�✓� Page 1 of 1 Agenda Item No.: 7d MEETING DATE/TIME: l/20/2019 0/0 PEAK ITEM NO: � AGENDA SUMMARY REPORT SU BJECT:Approval of Execution of Contract Am endm ent No. 3 to the Agreem ent with Crawford & Associates, Inc. in an Amount not to Exceed $12,000 for Additional On-Call Planning Services, and Approve Corresponding Budget Amendment DEPARTMENT: _Connrnunity_OemeloprnentPREPARED BY: K8ioheUe_|nsoe____________________________ ATTACHMENTS: Attachment COU NO. 1718-128Crawford Planning Svcs Attachment Amendment COU No. 1718-128-Al Attachment Amendment COU No. 1718-128 Attachment Amendment Draft Summary: City Council will consider approval of an amendment (amendment#3) to the professional services agreement with Crawford 8^Associates, Inc. for additional on-call planning services. City Council will also consider approval ofabudget amendment for the additional services. Background: The City Council approved contract No. 1718-128 on December 6, 2017. in the amount of $20,000 for on-call planning services. On March 7, 2018, City Council approved an amendment tothe contract in the amount of$3O.00O (see Attachments 1 through 3\. In addition, the Community Development Department transferred $5,000 into the contract in January 2019, bringing the total contract amount to $55,000. RECOMMENDED ACTION: Approve execution of contract amendment No. 3tothe agreement with Crawford & Associates, Inc. in an amount not to exceed $12,000 for additional on-call planning services, and approve corresponding budget amendment. BUDGET AMENDMENT REQUIRED:Yes CURRENT BUDGET AMOUNT: $0 Acct#10023100.S2100 PROPOSED BUDGET AMOUNT: $12,000-Acct#10023100.52100 FINANCING SOURCE: Cost recovery revenue and savings from salaries PREVIOUS CONTRACT/PURCHASE ORDER NO.: COU No. 1718-128 COORDINATED WITH: Mary Horger, Procurement Manager; Craig Schlatter, Community Development Director Discussion: The continued need for on-call planning services is a result of increased development and advanced planning activity, coupled with vacancies in the Planning Division of the Community Development Department. Primarily, Crawford &Associates has assisted with the preparation of California Environmental Quality Act (CEQA) documents and, to a lessening extent, current planning projects. Approximately 90% of the on-call planning services performed by Crawford &Associates have been recoverable through the City's cost recovery policy, resulting in a nominal net cost to the City. The $12,000 being requested for contract and budget amendment No. 3 includes the $5,000 transfer and $7,000 to allow Crawford &Associates to complete the remainder of projects for which the firm is assisting the Department. The Department filled the Planning Manager position in April 2018, an Assistant Planner position in August 2018, and has recently made a conditional offer to an applicant for Associate Planner. Once the Planning Division is fully staffed, the Department anticipates requiring little if any on-call planning services in the future. Staff recommends Council approve contract amendment No. 3, provided as Attachment 4, and the corresponding budget amendment. 2 2 ATTACHMENT I COU No. 1718128 AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES This Agreement, made and entered into this 13th day of October, 2017 ("Effective Date"), by and between CITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" and Crawford & Associates, Inc., a corporation 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 on-call planning services. b. Consultant represents that it has the qualifications, skills, experience and properly licensed to provide these services, and is willing to provide the 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 CFP JECT 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 for of an Amendment to this Agreement. 3.0 CONDUCT OF WORK 3.1 Term. The term of this agreement begins on the Effective Date and shall continue for an indefinite term and until terminated in accordance with paragraph 7.09. 3.2 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. Consultant shall complete each task 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 ComDensation. For the performance of the professional services of this Agreement, Consultant shall be compensated on a time and expense basis at a guaranteed maximum amount of $20,000, 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 B, which shall include PAGE I OF 12 COU No. 1718128 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". The specifics of the requested services, time frame, and costs will be established with each service requested by the City under the Scope of or identified in Attachment"A". 4.2 Chan es. 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 Pavment. 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 its 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 oromissions. 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 anemployee, 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 workers 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 2 OF 12 COU No. 1718128 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. 52 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 inthe performance of this Agreement employ a person having such an interest. Consultant shall not use any information, not available to the general public, which Consultant receives in the course of providing services under this Agreement in representing any other clients of the Consultant and shall decline to provide services to any other of its clients, if any such client has any interest in or will be affected by a planning matter for which Consultant has provided services pursuant to this Agreement. 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. M I n i m u m Scooe 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 1eany 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 Liabilit : $1,000,000 combined single limit per occurrence for o it injury, personal injury and property damage including operations, products and completed operations. If Commercial General Liability Insurance or other for with a general aggregate limit is used, the general aggregate limit shall apply separately to the or performed PAGE 3 OF 62 COU No. 1718128 under this Agreement, or the aggregate limit shall be twice the prescribed per occurrence limit. 2. Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. 3. Worker's Compensation and loyers LiabilityWorker'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 Qmiaajqp,s 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 Liailit and Autorrroile Liability Covera es 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, dm 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. 4AGE 4 OF 12 ti COU No. 1718128 2. Worker's Comloensation and The insurer shall agree to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from Consultant's performance of the work, pursuant to this Agreement. 3. Professional Liability Coverage If written on a claims-made basis, the retroactivity date shall be the effective date of this Agreement. The policy period shall extend from the Effective Date to one year after the termination of this Agreement. 4. All Coverages Each Insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. E. Acceptability of Insurers Insurance is to be placed with admitted California insurers with an A.M. Best's rating of no less than A- for financial strength, AA for long-term credit rating and AMB-1 for short-term credit rating. F. VerificationofCoverage 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 PAGE 5 OF 12 Co COU No. 1718128 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. "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 Ownershio of or . 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 Assianment, 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 PAGE 6 OF 12 rn COU No. 1718128 provided under this Agreement; or 3) City has abandoned and does not wish to complete the project for which Consultant was retained. A party shall notify the other party of any alleged breach of the Agreement and of the action required to cure the breach. If the breaching party fails to cure the breach within the time specified in the notice, the contract shall be terminated as of that time. If terminated for lack of funds or abandonment of the project, the contract shall terminate on the date notice of termination is given to Consultant. City shall pay the Consultant only for services performed and expenses incurred as of the effective termination date. In such event, as a condition to payment, Consultant shall provide to City all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs and reports prepared by the Consultant under this Agreement. Consultant shall be entitled to receive just and equitable compensation for any work satisfactorily completed hereunder, subject to off-set for any direct or consequential damages City may incur as a result of Consultant's breach of contract. 7.9 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 CRAWFORD&ASSOCIATES, INC. DEPT. OF COMMUNITY DEVELOPMENT ATTN: JULIE PRICE 300 SEMINARY AVENUE 100 NORTH PINE STREET UKIAH, CALIFORNIA 95482-5400 UKIAH, CALIFORNIA 95482 9.0 SIGNATURES IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date: CRAWFORD &ASSOCIATES, INC. BY: 12. O PRINT NAME: y. . Date --b j IRS IDN Number CITY OF UKIAH b �. . S" GES GIACOMO Date CITY MA (AGER PAGE 7 OF 12 o COU No. 1718128 ATTEST CITY CL Date PAGE 9 OF t2 COU o® 1718128 ATTACHMENT A —SCOPE OF WORK Services will include the following: * Assistance with the processing of complex current planning applications including major use permits, major site development permits, and subdivisions. 0 The review and preparation of CEQA and NEPA environmental assessments, initial studies and negative declarations including but not limited to, aesthetics, air quality, water quality, biological resources, noise,traffic, etc. 0 Attend public hearings as needed. 0 Provide inter-agency coordination as needed. 0 All other relevant assignments related to planning as requested, PAGE 9 OF U N ATTACHMENT Professional Hourly fees Services&Costs �.w.... ........ _ ........ ...... ......... .. Princ:lpall $175 Per Dier n(Varies per County) Day $125-$175,00 ... .. _�----- —. ................... Senior Civrl Engineer $165 Traffic Control Major(DBE and/or PW) Day $2,250.00 Senior Prof ec:t Manager $165 i'raffic C:ontirol-Minor(DBE and/osPW) Day $1,000.00 .................................... _ _...._ Project Manager $155 Traffic Control-Major(Non DBE or PW) Day $1„SOO,00 ........................._......................_...-............................. .......... __ �_ ................... Civil Desgrner $145 Traffic.Control-Minn(Norn DBE or PW) Day $70010 ...-.......................... ................................... ............................. ......... Plarmer $145 Nuclear Derislty Tests Test $5,00 _......................... . ....... ........................ ..... ... ........ .................. . ... . ............... EnvlronrVnarntal Specialist $140 Hand Auger Day 1.50./.0 ... .._...,......,.....�.... _...... . ......... ........ . ...................................._._.., ......... ......... ....�......... ...._.._. d � Senior Engineer/Geologist $130 Steel Liners !corner � ....... ......... ....../ f .�.W..�.�.. ........ Staff Eirf .,, „irneeuu fl #Seollo ist H 5120 Core Machine with Cf¢aerator Day $2,000.00 Staff Engineer d Geolo ist 1 $110 Coning Bt Charge � Im¢h $2.00 Drafting $IDO Backfill Ba $5.00 ._. ._....................... .... .__..... .-..... .� w....,..................................._..... ._._-. ..m..a...� - Faaoject Assfst'arnt k iD Classification&Index _ ....................................._._....... ................................ — . ........................... Techrniclarn-PW $95 Moisture Content ASTM D2216 $n 00 . _.... ............................................................ _ K.F. a Techniu:o.an Non PWW"._ ... .............................$85 __. MoistureDensity ASTM D2216&D'2.D i7 $55,00 Reimbursable_ ... _...__._ �. W _ _... . SieveAnalysis Ben#200 .. ASTM C'D5515 $14(LOO ......e is�i9�e�te9«at.,rf�N.k OJtl��il.��.�..,_u,....,...0 ................._........__.......-„�........�_� �._� _ �_�.........................�._.. ._...._.�.. � ..............................-._......... r U200 Wash � AS'lM D1140 $100,00 ....... ..........,.n.. ....... ............ ._....m. .............. ................ CAaSOA SWPPllr"i"ennplata $'&2 00 Hydre:ary eter Ain<alysBs ASTM D422 $1,7500 .._.. ..._�.... ........ ......_ _..... ._ .. ...... . Outside costs au e bilie d at cost phis 15"D,",markup Pllaastia:ity[index ASTM D431.8 $21t.00 ___ �_. -........._._.. .. ...... Strength._ �.._.. _....m.,.�w-. .. . ._... .._.__.,.. Direct Shear(CD•-:t pt)Peak Only A5'TM D5060 $450 00 Unconfined C':ornpressk)n ASTM D2166 $150DO C® .. ._ , .n„�. .,�... ....._ . ........ Compaction Curares and Stability .. _ _... .. 4 urncru Maid 9ASTM D5ci5/D1557 $250 00 ii ..._._.. -__ -.......... – ..... .. ch Mohd ASTM D698/D1557 $275.0#'V 1D,-DAah a., ..... _..............._.. CTM301 $325,00s .........-.... Conolidation and Ex ansion ,.,. ... ...............w �,., ..._.......� One Mrriens„orn Consoli datiain No°I once.I atea ASTM D2435 $30000 ............_......................... ........ ...................................... ._............. One Mrrrc:msio n C onsohdat.ic:on Tone-Rate ASTM D2435 $4200 00 Expansion index ASTM D4825 $21CW0 Chemical and Corrosion pH&Resistivity CTM645 $100,00 Sulfate Content CTM417 $50.00 Chloride Content CTM422 $50000 Extras ........ Rush testing:add 5055.Tln'ls°guarantees your sarnple(s)wIIIII Pet top priority. Additional testing costs avaflabde upon request Page 10 of 1 M Crawford i and coni tirwcdon�s�exva ce%° �.xY ire Julie Price is as graduate of the University of California, (Davis, with a IBachelc:or of Science degree lin Environrnentaal and Resource Science. tullie has 1.9 years' experience working with iota 1, state arid federal agencies rinariagirig environirneirata l compliance and perrnittlrngry issues,including S years as a F lla$nner arid SMARA administrator with the County of Mendocino,7 years lin private industry inainaging industrial)and commercial projeacts„arid fQ years as a pianniinp consultant for (both private cilent.s arid Ipuublloc agencies, Her experience inciuudes project:innainag.;,ernent, prepaarationi of technical steadies arid reports (C1.QA initiai studies„ mitigated negative declarations, .staff reports, feasibiipt.y steadies, iraitial site assessments); permit Iprocessing (land use pen-nits, vaariances, major and unrniinor subdivisions, surface rnin'ind permits, SWRCE lndu.ustriall and Construction Stormnwraater Permits and 401. C'e:artufucations, CDFW .1600 agreements, Army Corpus Section 404 perrraits)„ preparation of plans (Storm Water Pollution Prevention Pians, mitigation and monitoring pians, hazardous rnaateirWs business plains, Surface rniine reciaarmnation pians, reveagetation pians)„ program development" arid permit compiiance rnarnagermnent(coordination,monitoring arid rq:mrtiingQ). Types of Iprojects include: iiidaustruall/ccamirrueirciap/civic/reslderotiai site deveiopnnent; residential and comrnerciaai subdivisions; dei✓eicaprnernt ire floodplaainsp solid waste, recychng arid c of rilpostinp faciiitiesp const.ra.uctiOn site storrndw,aater management; industrial facility stormnwwaater onaanagernent;surface miningt operations; habitat restoration,enhancement,and fish passage projects, Quhew„ is certified as a 'rraine:r of Record ('FOR) arid Quahf'oed Pndnusti-W Stormvwateir Practitioner (QSP) for California's mdustrial Geirueraal Pernniit, M Advanced C.imCiPA.ASP.2016, i.9ni�wer:raity of California m Advanced CEQA.AEP,2017, ltaavos industriai General Permit.Tralineu of Record l raining, CASQA, 201.6, a.5. t.:nawircmnrn a,.rntal Qomud New industrial General(S'tormwater)Permit.State Water Quuaa hty Control Board. 201.5. Resource Science, 1.996 { ow impact Development.County of IMendocinic 201.4. 0 Recycling and Greenhouse Gas Emissions.CA Resource Recovery Asp ocs atoon..201.2. Acasraa::oatooin of West Coast Annuuaai Organics Iltecyc hng;Conference, ftiorycle.201.2. Enviirconrnuentai PArofessmnais West CoastAnnuai Orgaanics Recychng;Conference, IElocycie. 2009. (AEIF) F 0 l..oarw impact Developmerit. LK Davis Extero;sion. 2008 California UWaatove Pllaant. Professic.onai Grant Proposal V` inbrnp,. Tho Glirapant institute 2007. Society(CPWPS) Habitat Restoration. LK Davis Eartensmn,2007, California Stcoirnriwwater • Eiriy Sensitive t�" mronrrnentaii ' >to earrnbanic Staalkallazat'iirara. ia'at.erraaticaonaai Eo-crosloan Coirntroi Quality Aaasoawiatooan (CASCQA) Association.2005, innovative lRestoraticorn:Ap ached Processes& rechincoiog les for.Stabilizing Strearunbanks and Restoring Rivers,international Erosion Control Assoeciat.don.2006. • Floodpia'm Management and Duties of the Local Administrator,FIF..MAa and 1[)ept.of Water Resources.2004, m (�S dalrraran,Water C�ual'ot y Land LJse Planningl Workshop, Five Counties SairnonUd Conservation n.servaation l`rca rarna Q. 2001 A Roads.Low Maintenance Cooperative l eesi 2001. SMARA Overview, Dept.of Con�evationOfice of Mine Re clamaticn.2001- a Construction Site Nanning and Management for Water Cluahty Protection.Call/EPA r and NCIPWQC11.2000, Crawford Associates,Inc. 2015@Present As Project Manager, Planner and Environmental Specialist, provide planning, permitting and stcirmwater consulting services to public agencies and pnvate clients, including cities and counties. Tasks include project management; preparation of permit applications (local, 0FW„ SWQCh, ACOE), CEQA initial studies, staff reports and conditions of approval; coordination and review of technical studies (botanical, biological, cultural, noise, air, C'HG, traffic, etc.); coordination of subconsultants; preparation and implementation of Mitigation and Monitoring; Plans; preparation of annual reports to resource agencies; assistance with permit comphanceq stormwater monitoring and technical assistance(site inspections,reporting,training). Waste Solutions, pnrom 2008-2015 As Director of Reguilatory Affairs, managed reppupatory arid corrnnnnunilty affairs for solid waste! hacuper.. Tasks included managing permits fland use, storrinwruater, air utua hty, hazardous rnateroais, solid waste, etc.) for 8 businesses (5 facuplitiies)„ performing rnontpnpy unspuectmrus„nnoruut:oronpp and repuortun ®research alrnd development of rmewru programs,- managing a puupot food waste recychrng program; managing construction of a recyding fac'uuUty®managing a recychng outreach and education 1protprarrn,organizing data into reports for pocall agencies; working cioseiy with poc:ap arid State agency staff; mnayung presentations to City G:Councufs, Punning Commission and Board of Supervisors. llau and Associates, Inc. 005-2008 As an E nwauronrneuntall Nalnlnera provided consauptonp services to public agencies and private dients. 'Tasks uncpude: preparation of Mining and ttecpalrriat'don Nans, 0:...QA pinutuaV Studies, permit apgzllucatpons (County/City, DFW, S`awJQCIB, ACOIi:::.:), erosion control) plains, IFucceedance Response Action (ERA)RA)techr ucall reports and SW:'Nlsa coordmatoon and review of technuca�studies(botanical, luuollo ucall, cuuptauraV, noise, aur, G H , traffic:, etc-)t work doseily with ovH engineers and fpeopogist.s during; design and monitoring pm,-oases; onnp:upernentatuon of Mitigation and Monitoring Plans and purep'uau"atuon of an nwuai ireports to resowurce agencies; assostalnce with permniti compliance;s orrrwater monitoring and technicap assistalnce f te inspections, reporting,training)"fAoodpuall ru elevation ceV"tnfVr.u4tes. County of Mendocino Department of Planning& Building 2000-2005 As a Piarnner u and Pialrmner ii, processed major arid ornunor Use permit apupullucatuons, variances, subdivisions, coastal) dewmeBo mrm ent. permits and surface nnunung aupup hcatuons, prepared CIEQA unutuai studies, (mitigated negative declaoatuons and staff repuorts® reviewed facuulldung permit and Ihusuness uuceonse appnllucatuons for comnp Nance with zoning code; reviewed deveiopnrnernt. within the 1.00-year fpoodpupauna acted as the Pianrung Deport, representative on the(County Parchaeoilogucaup Commission;ssion; wnaas the uMFwRA Administrator for app County saulrfac;e mining activities,owuerseeiling reguupatory corrnp Nance of die County's 28 surface rruunes>;worked on the draft:grading ordinance and tJ S 4 Storrmnw°water Managemnent Han (fpVyMP), County of Mendocino ndo ino Farm Advisor/University of California Cooperative Extension 1996-2000 As aro Agrucuuptuurap Techridogusta Research Assistant arid Master Gardener, assisted 4.➢CG`nE adviser's from Mendocino, u...ake and 5ororna Counties orn wide ra inge of applied research projects and provided tecllnonpc:ap assistance to the pudhc regarding pests arid diseases of the garden and landscape. Protests uuncuuuded vrucullture fwraroeta0 truaups, cuitrarai purac;tic.:es, drux ananllysus, (leaf wnaater potential,water cc:anserwrat'uonf;integrated pest rruanagenruent; rangeland wat:elr rpuapfty Qnuonutorong and lab anaiysus ofwater saurmpmllesa u � sedunruent delivery assessments,ranch puuanm�ung for water cpuanputyf. i I Page 12 of 1 LO ATTACHMENT 2 CITY OF UKIAH AMIENDMIENT 1 TO PROFESSIONAL SERVICES AGREEMENT BETWEEN CRAWFORD& ASSOCIATES and THE CITY OF UKIAH This Amendment No. 1, entered on March 15, 2018, revises the Agreement for Professional services dated August 13, 2017 between the City of Ukiah and Crawford & Associates, Inc., for professional consulting services relating toon-call planning services. This Amendment No. I adds an additional not-to-exceed amount of$30,000, for a total revised contract amount of$50,000.00. Except as expressly amended by this Agreement, all other to 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: CRAWFORD&ASSOCIATES, INC. BY: DATE: PRINTNAME: CITY OF UKL4,H BY: DATE: ATTEST —I L1 :1L _A'att KRISTINE LAWLER, CITY CLERK Agenda Its No.: 7h MEETING DAT TI Ea 3/7/2013 PEAK ITE ; COU-323-2017 City AGENDA SUMMARY REPORT SUBJECT,Approve professional Services Contract Amendment with Crawford &Associates for Can-Call Planning Services in amount not to exceed $30,000. DEPARTMENT: Community De lopment PREPARED BY: Craig Schlatter ATTACHMENTS: Attachment 1-CCU No. 1718-128-Crawford- Planning Svcs Summary: Council will consider approving an amendment to the agreement with Crawford &Associates for on-call planning services in an amount not to exceed $30®000, Background: The City Council approved contract 1713-123 (Attachment 1) on December 6® 2017@ for an amount of up to $20,000. At the time, on-call planning services were sought to complement the existing planning staff. Discussion: Since the Community Development Department restructuring proposal was approved by City Council on December 20, 2017, Staff has been working to quickly fill the newly created Associate Manner- Housing position.This would have limiited the need for on-call planning services, Unfortunately, during that time the planning Manager resigned and increased the need for on call planning services. While Staff expects to full the two open iplannMg positions within the next couple of months, the contract RECOMMENDED ACTION: approve the professional services contract amendment with Crawford &associates in an amount not to exceed$30,000. TAMENDMENT REQUIRED: No CURRENTCURRENTBU GETAMOUNT: $20,0 -acct#10023100.52100; AMOUNT:PROPOSED BUDGET $30,000®acct#10023100.52100;transferred savings from salaries FINANCING e /A PREVIOUST / C 5 NO.: CCU No. 1718-128 COORDINATED WITH: Mary Horger, Procurement Manager Approved: s gi�Sal r r ad a Co amendment with Crawford &Associates is necessary to ensure services in the interim. to is requesting Council approve a contract amendment in an amount not to exceed $30,000. Because Crawford &Associates has primarily assisted the Department with current planning responsibilities, at least 90% of their total costs should be recovered by the City through the cost recovery model. Furthermore, the added contractual costs are anticipated to be offset by the savings from the vacant positions. 2 ATTACHMENT 3 COU #1718128,-, -'Z1— 0F'UKJA11 AIWENDMENT2 ,TO 11ROFESSIONA1,SERVICES AGREEMENT' BE'TWEEN CRAIVIo�ORD & A,SS0C1A'TES and TIM CIT"Y O.F`UKIA11 This Ainendment No, 2, entered on September 19, 2018, revises the Agreement fior I Proficssionai services dated August 13, 2017 between the City of Ukiah and Crawlord & Asso6ates, Inc.,, 1br prof6ssional consulting sei vices ielating to on-call planning services, This Aii,nendmenl No 2 aut1wrizes Ciawford &I Also to utilize Jacobszoon and Associates as a sub-consultant for environmental services pet. Attachment 1, '11wis additional scoj:)e will not add to the overall m/ailable amount of the contract', which remains unchanged at a not-to-exceed arnouni ot'$50,000. F,xcepl as expressly arnended by this Agreement, all other terms and condilions of the agrocinent remain unchanged and in fufl .borce and effct. IN WITNEISS 1 °HERE10F, TllE PARTIES HAVE EXECUTFI) TIUS A M 1"NDMI","N]"ONT1 I L" EFFFCTIVE DAT'F� - `RA 'Mq, ORD& ASSOCIATES, ING 4 /7 BY: DATE: PRfNT NAME: BENJAMIN CRAWFORD,PRESIDENT CITY OF UKIAH BY: ,.. 2 ,,..._ .� DATE: -'s SAG, 'A M ,7rTY MANAGER. ATTEST BY: DATE: KRISTINE LAWLER, CITY CLERK 19 Attachment 1. This ac rasp of »sara s rrarr�r4 s" a r rrb tasca ( ubr rs d t IMMI," AGREEMENT BETWEEN CO"OSUL1 ANT AND SUBCONSULTANT Ths tor'rn of agreement ent(Form C)was developed by the Arrse ican Council of Engineering C ompa rties of Cf al'iforrala and is intended prtrnaarily for Me use tat,ACEC C.faf forru a members,and may not be reprodcscaatt without the Permission of ACEC California.0 2013,2010,2009,2008,2003,2001, 1998, 1989. Project No. 17-421.1 Agreement entered into at Mau,CA- on dais date cal September 1g,° '1t . . _ by and between Crawford&Ass, 'ales,Inc;.( ranssrltarrtl and Jacobszoon&Assnetates,Inc_j�uk�rxrn ult tb Consultant: Crawford&,Associates,Inc. aafaconsaaltanta Jacobszcan&Associates, Inc. Name: Bern Crawford Nam: Randy Jacobszoon Address: 100 N. Eine street Address: 117 Mara Avenue Cate St,Zip: Ukiah,CA 954U t iiy,st Zip: Ukiah, GA 9548t". t kaarawaa (707)234.4876 f°9ucane (707)485 f,544 Fax- tax; ..FAaaafl: ,.,- ,__w.M,. __.-_..._... ...µ ._. .......,_.-.. .. .�..__.._..,., .�. .,....�., jufie.price@crawisard snc,corn Email: aliciaivesrirrgstad@grnail.corn License No: Licemm No, Consultant and Sa consrxftant qgwee as folio w : A. Consultant remins stabc;asr'tsulttarat to perform services for- hereinafter callcd"project," Vichy Mills Trail Projecl B. Subconsultant agrees to perfor a the following scope of services- See Exhibit A C. 11,011s rlt:ant agrees to ccotrap ens,'V °Suubcr,)nstuUttant for ssuc';l s(wrsic'u r as fo ll.c'w sa See Exhibit A ), This aagre.s inent is subject to ifte Generatl ferrcas of"Agr.tirement for Subconsulfing Services vices contaained in paragraphs graphs i tlrrough 12,and the"patovs sicafN of"the exAi nits attached hereto and made a part luc.tco'f I(lust caro fibit;t'faeNoaww.) the s ufx,*ns Itcmt orisil be tmund to the samo t.ea rm as the as rwaw neva k a'auvr;en the t"onsuituart anis ff°e Oty of Ukkgt ehectii a Octobo 17,209 7 20 rw rrraasarl�ea4Frifr �al"�ear A(trrrl atria (Ji,NERA LT'ERlAS0F,« MEEMENT FOR, C=,uil',wsurluMtxrausuham,ra euml owu. Parwrwtat; omm,> hO be�mu.of �h����� �M. �u°°��.: E i Elis agr`„artnnc''m ,"haH be b6lNdaxa"g upon the hait``,a,x'kwdwmq adwhhkan1wrq.r#ww„mom a'»&W ai in`QV%".w1 CmcrindF.wl and StpateG„d,uC6owhal.n'8t:. 2. This s),ira:a.narc,tnt WWI M dac;sQ;rncrd by u.isfte,r C_c'ura;,rauid,ra t conitdtcrnt( am pdor Attc;un usnn out of` the trtfnc.,c. Ncit:hcr C onsurltrarat,rior Su,a'f:,annnranndraaant,811,1.11 assign a ri'siag,dia::uun tire,°ulnQ,ru,a:ruwa.nI° itpturst t.iuc y6arr aitfen consent of°the ot;fners 1 tiers«nQ fiver°tnacm c trtarins dic,emira aagr°eenununt bomm n C"mwAwnp rwW SuWr rNWWM rAmmg M Om prre;rgn a nrnd le puvisicm it scer�6ces to(t.naa dnr°cjt;ca..Any prior aCtncrstrsa.nAs,Qrromis'es,negotiations ow ra;dn¢cnsextrstissras not cspr°cssiy so Rnntdt 105 aadtr.rommut,are of°anrn:lice u�nr c rxt fftufrmuiv naaaiifacstiuw.is to this a go'cn:r�rnen t AN]bz,, in vnitirrty and signed by both C:`crrnsruttaatnt ramal,CurCwconsz.rltant. %atgetementt uatnaudl be y arvernned by and construed A sc;crxhnnm aardh Me low anf"%:atme aaf"C'".artiAt nriara, d Consultant s Saaf,nc nnsultssrw.t agree to ccacclaea atc with c,aacdt Who &ander to d'naUM tock rusQnurt;ardrrdnHus uutn cndnhgatio ns under this aagmemem.Bo da Casruwhraant and S ukanmhtarm KH wdcaunrur°to)irwi,rntain good arwa:uahrng relationships aroong nwinbers of tfn(,la project'tean), aria Subc,trrrsuhaarrt shafd perfon.—s services as an independent contrwtaw r rr d;rRn H Caa:rPinn n the services prrr vidcwaf for in tries argasWararrwa Cau a.rrfr;andarrwc wa th r oar°raNy 8ana.eCnted standards cnfprraCu,k,µairnnnd Crnrwhuaar in edba at tluus came of frerl''Cr,r m,rrt.c,e. y. Unless tnrcnvided rrtdraraivise by the draan+ivaranans of para,aft sph C,lyrnircons uVtarnHt shah s ubumrt ruio ntt:rly invoicss to Gant°ksuadtaasnt. Ssyc°caaasultnrrrt recog c°zr tlast,dris or her irrwararaues wffl be presented by C°ornsO nt tui the Gnrqjcu,chent and&I C"wasardirnrat MH dny SuNunwhant be amo nt,to It sw nYms rendered uad csgrcrusccs incurred witill f"anuart.eop,(14)crrgcandaar days aaAtcr C,cunsulta,a. t is paid by the pr(Cct Chem, Nothing co nwi pudin this Paragraph rhaH cams dit e s wssAr ar.ra,eaase of Sori°noonsu tant.'s nrnecharrnu &awen rights, t�tn ttcttnrr^:entry.w<cr,vrccss are dnta.wwia:deut rtrnvntura,aut,nmnrac;ut,rtanudnu onn.dr.nGtsaut,truatd t.noc°ntrc and rrm€ahv.arann in crffvt. ,ursurst'nacc covei age in aPraowits @rci f.ss than so fIuth Q'n'°'low. (aa) w rs'C o nipensaatio n mad f.;rrrpioyc,rns C.srcdnHhy:as uaacdrnircad dry Stmt.,laws of he AN ct"Canfifunn•rdan. (b) Roam! f.,iaabihyx casuvnenAaal tfe nc.ra l Haadnrdityr insurance ecce ffar-fruscnrnaal.and Rnccdtiiy iraju..rr.ya irra,hiding dearth sracd propuW dutaaap ,°:uaa arms mr;trrr ue laaaQ V be aarnncnrrrnt rnf$ t„ryrt0,000 conibi ne d sirnglu Tian°rut acsctn MOH r'cJWe and r&G "ads ngaS t- (c) Automobile Liability:a anntcnnrlobile fiardawdity for dna°v,,onnaR srcf bociidyy brjury, irnc:d uadirrg death and fsvu pe.r.ty cMunkrkfjQq in he artnta'&rtrrt of S tDOING fear unh arc cide'r.t. ( ) i rofessiurnnunf Liabifity: drm:diMawu>ic`nrranl Beata f.ity ifas urauta for adawratasQyes rnuaTytrtrrucf by rrwa stare anf'any acturd cut allc uJ nnegiidfvans act,er°nor or arnnisiarra by Srn'kna:msalarcra¢ in the srt°raan.ruit.cof"$'1,0C'&Crn000 each claairn atz:na:d snnrnuraal as fCr°c°pC;r e. 00 C:r:rtrfncantu& Subconsultant shafl tnruvicdc certifrcafca.ref irnsursrnx evi dmu:dnH cwcweumts reufrrrred above Each cen .ific;ta e arfnaalN provide t&nit;deur coverage sff` n�Cded sdnsdd not be cancelled or orafcrvcf reduced by the Subcarrnsultant,. except with at Neaast fhirty (0)afaa;ys'dnriarn anAttsn nwicua tar tdnur CAmsundtaau.rt ,tEruattduf 30,(axor, ffcnfrc,crrnsrrttaaant;tidrralf tanks mane tanned R''tamisda to C:,°c¢u mlant prion,to such cffi�,,cd e date new meet he stc,ra ccntrfonaniraf,to tine above canvrnrag rcaa'uirernurws, Subc;onsruulf arnt sd:nnatd.nt have to right to rcxive any payincrit u.nrWa Wh aay;ru,a rr= rrra H off insurance certificates aar°c receiver)by C,o nsu h anat. ti. C o na,nattmA and tfanlrccransnrdtanntsa sgrcc,,� to t'tna:cxterrtpernarRe d by dta% to in dcamanifay and WAd tnaarnnfus e n.tr snHmr, their offic els,udiucuctrss vara a urQ,ndtuyc cs'himnn and aa@ aarrat!n A chfm& l .r e,m dean awncdy.Aanntties or cots,„ ir,c;dtnciurng t''c:Yn',m C:, F%ge 1 ul 3 21 r � al A a 9tlt.'Pd"kgays As thl we uh8b&&iet:W'y d tW;:'uCa"9med by ar 6::aTrH1 to be c«$N1a"Pei by wid d1t", y il'ic,c,'xt rif'of"ffi,'..Trfid;t''mA negligent o(.vk a Zmis or GuSstons of Ma MAW w `1'tA;mmm4tLent dig FkOt:},xom dye Ar vlmmn(MAMni M aa!t.a,+,rWn.rrnitaerat or liabia,aaWh4q;roc°ot ay"A Nhwy innaar&cnr of OW egra,a,arra,at. It CobnvraWrtMU may to°cawhmm SW:xwmdt«bMT pahsrnm°we undre this agb' enm v, w hb or whpurnA cam,tV= m Wt en unolfWa°,„.n.t;arawrnatt,,int tt.urot.k a.Wmupabou,un.t>aate 9anatoa;rorbtacat&rttWnt tta paaro Yore'°unra me ru.ry'`suivWo es%arngh tin,,a pnmshad Pu.poo,° tob tn,tWaW n°uatbat�W,pnpwna�rctiIoonabkp tra'nWutbtnatpooto expenses,, is not rn oto f"witt. 11. If any'proaWrantiaon a0'tt¢at»a tgoem[w Wuf.is Poor toy by a cowt of c ongeW t Qsdoa: i on to be trr�r�tx�t, va k,)or E.urW,Wsru�o.�u�;�totsbr;, ttno;no^;Wnaanauni ng p.uuoodumm W m umprn prW U1 Rar x and WJft,,at and are'bi ndiri on d:'rnWnsapUaunt aW'anp toaaybaonnaa,oattabot , In an efibo to'rWµcove imyr r:;N'N"V.btM btbWF"mfib.t„kna tn!N.M and Sa°bc4hnsufla fv eanstE g wA of of Relating,tf'�OUta perfoaruaarnce ofthis a gr°eubwnt, u,uWsultant a nd Sttbct.'bns ult,a nt vq.,n ne Ilia all dispules bel we n ffictu arsirfg aa.b°t: aofrw ralabry W tpnnrn a gromWnew shMJ be WnWed to imnbiwfing nfe iatwron wilem,,t:pbe pranrfic*,o b°unarana Rye agmc ortpnar°wnr,RW° "t"'pap,a t,rvpswa wsWW on p.radraponb sl udI no f preclude oWpttna pa ,ya Bunn IppWg as Qart aa°tnuonn pn nr°Wmfl clarpn is cont if the ar.Wnncowit an:dns pnnata is witijin 6:pnWo;.Grnn'p adtaRpobon.Orthe rsu°R all daopr°nna onowl,rnor opao..W p�firoc ide or AM Ow ntyt°Rt too p oWt or Mme aW WWo.atytoa ppo:�:Wn or rtobpn nooPncaa,.rarnsf&s,. IN WITNESS VVIAEREOt fix pWanr6r,^:a lnn. Ay c;.x Wrto,this agre;a nmit W.ujw n dic tonns, and owoW.bop'ttnoons'strWtcd natno ver t'ih"�t"BMoid 8,Fnssaa Wa es,Ir to nreun°aoo n 8is sodalfe*, IfYWn. t.,,4'brcu.".wlBpta?t&t: y'n'nNpnWRrad@nnaWhtura'pt > . ar � , t°t y. F tty � ,. _ ..as _ tae n Crawford t a arnoty taratnrxa W000n Name: lr!arrn W, .a,a , 8"ptpo t rr„W;i.te.rla til rr nsltarnt should mail completed contract t to the address shown for Consultant. 22 Exhibit a p lfb. x�,�>r�U` aY.i �w��d" & "'�a✓�. S j`�4� xnxa� INC. September 19, 2018 Julie Price Crawford&Associates 100 North Pine St, Ukiah,CA 95482 Re Scope of Work for a Wildi fe Survey for the Vichy Allis Trall Area in Ukiah,CA 5548 Dear Juullrr As per yuu.dr request,a scope of ww 1�,txas been n prep ared by..ia obszu°.uur'r&Associates, Barco for the above referenced paroject.. Scope of Work . Project ceamas uns cat.6on and c,00rdlreatlon udlth the Cherd-ap krea�alrr ate ly 1 frour"s d, GNtMB and l rIPS research for listed specks prior to site visit-appir ar+rmatelk 8 hours * "v ildlutaa sr.untey at site- apapard'wrrrwd'rrat6't Shours tFstil''r'JCl e survey report and r'nap,.a a a�ptparuxrlrnately 1,6 hours tutal i'ws, - 34 hours @$110/hour= k 7dd�od Time and Materials Fee The p'rroJect cost for the above refer'eerar ed services$3,740,00, 1 lois project cost does not lncludee any development nt eat mitiRatlorrs K any anmal species are praruu°ad WrthOl the project area or if aAdd fl Ar'"ban surveys need beconducted,such as,aquatic aperuas s eysa nesting bird surveys, etc. It`you have any questions, pilaw do not lies ta"w^Ur t'o contact me. Sincerely, Alicia Ives Ringstad Senior Wildlife Biologist Jacobscoorr&Associates,Inc. r 23 ATTACHMENT 4 COU 91718128 CITY OF UKIAH AMENDMENT 3 TO PROFESSIONAL SERVICES AGREEMENT BETWEEN CRAWFORD & ASSOCIATES and THE CITY OF UKIAH This Amendment No. 3, entered on , 2019, revises the Agreement for Professional services dated August 13, 2017 between the City of Ukiah and Crawford & Associates, Inc., for professional consulting services relating to on-call planning services. This Amendment No. 3 adds an additional not-to-exceed amount of$12,000, for a total revised contract amount of$62,000. 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: CRAWFORD & ASSOCIATES, INC. BY: DATE: PRINT NAME: CITY OF UKIAH BY: DATE: SAGE SANGIACOMO, CITY MANAGER ATTEST BY: DATE: KRISTINE LAWLER, CITY CLERK 24 Agenda Item No.: 7e MEETING DATE/TIME: l/20/2019 0/0 PEAK ITEM NO: � AGENDA SUMMARY REPORT SUBJECT: Consideration of Approval of Budget Amendment to Fund Associate Planner Position in the Planning Division of the Community Development Department. DEPARTMENT: Comrnunity_Oeweloprnent PREPARED BY: Craig Schlatter ATTACHMENTS: Attachment 9-23-18 Management-Unit-Salary-Schedu|e Summary: Council will consider Staff's recommendation of approval of a budget amendment tofund the Associate Planner position. The position is one of three planning positions in the Planning Division of the Community Development Department. Background: On December 20, 2017, City Council approved a proposal and corresponding budget amendment to restructure the Community Development Department, adding a Building Inspector position to the Building Division and Associate Planner position to the Planning Division. The Council also approved restructuring the Planning and Building Technician position to a Community Development Technician. Staffing of the Community Development Department after the restructuring consisted of the following: Community Development Director Planning Manager Associate Planner A0000iahaP|anner- Houoing Building Official RECOMMENDED ACTON: Approve budget amendment to fund the Associate Planner position in the Planning Division ofthe Community Development Department. BUOGETAh8ENOh8ENTREQU|REO:Ys CURRENT BUDGET AMOUNT: N/A PROPOSED BUDGET AMOUNT: $31,846.88- 10023100.51110 FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: Sheri Mannion, Human Resources/Risk Manager Director, Michelle Irace, Planning Manager Building Inspector Development Permit Coordinator Community Development Technician Duties related to the housing division were to be present in both the new Associate Planner position and the restructured Community Development Technician, as well as other Department positions. A primary goal of the Department restructuring was to fully integrate the three divisions of the Department, with division team members acting in a support capacity to other divisions when and where needed, all with the common goal of providing the highest level of customer service and workflow management. In 2018, after the departure of the Planning Manager and Associate Planner, a new Planning Manager was hired and the City conducted recruitment efforts to attempt to fill the two vacant Associate Planner positions. Although candidates had applied with experience matching that normally required of an entry level Assistant Planner, the Department was not successful in filling either of the two Associate Planner positions. In reflecting on this experience, considering the regional pool of qualified planners, and also to plan for succession and cross training in critical functions of the Department, the City conducted another recruitment for an Assistant Planner and Associate Planner. The Assistant Planner position was filled in August 2018. Given that both the Planning Manager and Assistant Planner were new to the Department (the Planning Manager started in April 2018 and the Assistant Planner started in August 2018), another recruitment for the Associate Planner would not be pursued until new Division team members were trained and familiar with City codes and procedures. Consequently, the Associate Planner was not budgeted for in the 2018-19 fiscal year but was still planned to be filled at some point. Discussion: The City conducted a recruitment for the Associate Planner position in December 2018. This recruitment effort has been successful, and the City has made a conditional offer to an applicant, which has been accepted. To fill the position, Staff needs Council approval of a budget amendment to fund the position for the remainder of the 2018-19 fiscal year. Expenditures for Associate Planner position: $31,846.88 FY 18-19 Personnel 10023100.51110 Please note: the salary estimate is a fully loaded estimate based on hiring at the top step in the salary schedule. The estimate is based on four months' employment, reflecting a start date of March 1. It is not anticipated the cost for this position will be as high as shown. Annual expenditures related to the position for FY 2019-20 and beyond, based on a fully loaded estimate and hiring at the top step in the salary schedule, are expected to be $95,540.64. Revenues: For Fiscal Year 2018-19: the combination of continued revenues due to increased development activity and cost recovery efforts, plus new sources of grant revenue from the Housing Division, will help offset the costs of the new position for the remainder of the fiscal year. For Fiscal Year 2019-20 and beyond: due to cost sharing between divisions, including new revenue from the housing division, the overall impact to the City's general fund should be nominal. Over time, as implementation services are expanded in the housing services division and additional efficiencies are realized in the building and planning services divisions, this trend should continue. The goal then from a department cost perspective is to see the quantity and quality of services increase while continuing to decrease the cost to the general fund over time. Staff recommends approving the budget amendment to fund the Associate Planner position. A copy of the 2 2 Management Unit Salary Schedule is included as Attachment 1. 3 3 Attachment 1 City of Ukiah Management Unit Salary Schedule Effective September 23, 2018 4%COLA Monthly Job Class Title Grade Step 0 Step 1 Step 2 Step 3 Step 4 Assistant Utility Director 10,659.31 11,192.28 11,751.89 12,339.48 12,956.45 Senior Power Engineer 2571 9,690.28 10,174.79 10,683.53 11,217.71 11,778.60 Electrical Superintendant 2594 - Deputy Director of Public Works 2573 8,556.18 8,983.99 9,433.19 9,904.85 10,400.09 Water, Sewer&Street Supervisor 2599 7,683.49 8,067.66 8,471.04 8,894.59 9,339.32 Senior Civil Engineer 2589 7,237.79 7,599.68 7,979.66 8,378.64 8,797.57 Community Services Administrator 2593 6,701.27 7,036.33 7,388.15 7,757.56 8,145.44 Planning Manager 2621 - Information Technology Administrator 2595 6,382.17 6,701.28 7,036.34 7,388.16 7,757.57 Wastewater Treatment Plant Supervisor 2596 - Water Treatment Plant Supervisor 2598 - Building Official 2636 - Plant& Fleet Maintenance Supervisor 2674 - City Clerk 2637 5,861.93 6,155.03 6,462.78 6,785.92 7,125.22 Airport Manager 2671 5,324.10 5,590.31 5,869.83 6,163.32 6,471.49 Billing&Customer Service Manager 2689 5,138.10 5,395.01 5,664.76 5,948.00 6,245.40 Facility Administrator 2685 Museum Director 2684 Parks/Golf Superintendent 2686 Procurement Manager 2683 Recreation Supervisor 2681 Senior Accountant 2687 Associate Planner 2735 4,893.42 5,138.09 5,394.99 5,664.74 5,947.98 Management Analyst 2715 Reportable Special Compensation Management Incentive Pay(Grandfathered Only) 15 days(120 hours)per fiscal year Water Division Certificate Pay 2.5%-7.5%added to base 4 Agenda Item No.: 7f MEETING DATE/TIME: l/20/2019 0/0 PEAK ITEM NO: � AGENDA SUMMARY REPORT SUBJECT:Authorization for City Manager to Negotiate and Execute a Contract for Legal Services with Briscoe, Ivester, and Bazel, LLP for Counsel on Issues Related to Water, Natural Resources, and Planning. DEPARTMENT: Water Resources PREPARED Sean White ATTACHMENTS: ATTACHMENT Draft Agreement Briscoe Ivester&kBaoe| Summary: Council will consider authorizing the City Manager to negotiate and execute a contract for legal services with Briscoe, |veohar. and Baze|. LLP for counsel on issues related to water, natural reoouroeo, and planning. Background: On March 29, 2017, the Water Resources Department held a Water Supply Planning Workshop. At that workshop, staff was directed to retain specialty counsel for water supply planning and related issues. Discussion: Under Ukiah City Code Section 1522.C.3.b, the City's Purchasing Officer is directed to award personal services contracts costing more than $10,000 on the basis of at least three proposals solicited by requests for proposals, "whenever reasonably feasible." The Staff determined that the solicitation offormal written proposals was not reasonably feasible in this instance. California water rights and water law is a highly RECOMMENDED ACTION: Authorize City Manager to negotiate and execute a contract for legal services with Briscoe, Ivester, and Baze|, LLP for counsel on issues related towater, natural resources, and planning. BUDGET AMENDMENT REQUIRED: No CURRENT BUDGET AMOUNT: VVater&Wastewater Administration: 82027110.S21S0'$2S,000; 84027220.S21S0' $2S,000 PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: Exiotingfundo. PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: Sage Sangiacomo, City Manager; David Rapport, City Attorney; Mary Horger, Procurement Manager specialized area of legal practice. There are a relatively small number of attorneys and firms that engage in this practice in Northern California. The most qualified firms are already representing clients in the Russian River watershed and could not represent the City because of conflicts of interest. As a result, Staff concluded that direct contact with potentially qualified attorneys and firms was necessary. Since the workshop, Staff has been looking for counsel with the appropriate background, experience, and demeanor to assist the City with issues related to water, natural resources, and planning. The firm of Briscoe, Ivester, and Bazel specializes in land use and natural resources and environmental law. Philip Williams, an associate with that firm, was formerly general counsel to the Westlands Water District, where he was immersed in complex water rights litigation, including administrative proceedings before the California Water Resources Control Board. He knows and has worked with key officials on the Water Board and a number of the attorneys who specialize in water rights and represent local water agencies. Philip does not have experience with the water rights issues in the Russian River watershed, but we are confident that he will get up to speed quickly and is well suited to advise the City on the best strategy for amending its appropriative rights permit and to provide legal services in connection with getting the amendments approved. Attachment 1 is the contract Staff recommends, which the Briscoe firm has approved. The legal services will be used on an as-needed basis, and contingent upon available budgeted funds each fiscal year. For this fiscal year, funds are available in 82027110.52100, as well as 84027220.52100, of which $25,000 from each will be transferred into object code .52150, designed specifically to track legal services/expenses. This is an administrative transfer that can be authorized by the City Manager, since the transfer is within the same fund. 2 2 ATTACHMENT 1 COU No. 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 Briscoe, Ivester & Bazel, a limited liability partnership, organized and in good standing under the laws of the state of California, hereinafter referred to as "Consultant" or"Attorney". RECITALS This Agreement is predicated on the following facts: a. City requires consulting services related to providing strategic counsel and legal advice on land use planning efforts by the City's Water Resources Department, including issues related to water and natural resources. 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 services as requested 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. Labor charges shall be based upon hourly billing rate by Consultant to perform the Scope of Work as set forth in the attached Attachment "A", which shall include all indirect costs and 3 PAGE 1 OF 9 ATTACHMENT 1 COU No. expenses of every kind or nature. The direct expenses and the fees to be charged for same shall be as set forth in Attachment "A". 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. 4 PAGE 2 OF 9 ATTACHMENT 1 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. 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. 5 PAGE 3 OF 9 ATTACHMENT 1 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. 6 PAGE 4 OF 9 ATTACHMENT 1 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 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. 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 PAGE 5 OF 9 ATTACHMENT 1 COU No. 7.2 Governinq 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 be terminated upon written notice by either party to the other party. A party shall notify the other party of any alleged breach of the Agreement and of the action required to cure the breach. If the breaching party fails to cure the breach within the time specified in the notice, the contract shall be terminated as of that time. If terminated for lack of funds or abandonment of the project, the contract shall terminate on the date notice of termination is given to Consultant. City shall pay the Consultant only for services performed and expenses incurred as of the effective termination date. In such event, as a condition to payment, Consultant shall provide to City all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs and reports prepared by the Consultant under this Agreement. Consultant shall be entitled to receive just and equitable compensation for any work satisfactorily completed hereunder, subject to off-set for any direct or consequential damages City may incur as a result of Consultant's breach of contract. 7.9 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 PAGE 6 OF 9 ATTACHMENT 1 COU No. 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 BRISCOE, IVESTER & BAZEL, LLP DEPT. OF WATER RESOURCES ATTN: PHILIP A. WILLIAMS 300 SEMINARY AVENUE 155 SANSOME ST., 7T" FLOOR UKIAH, CALIFORNIA 95482-5400 SAN FRANCISCO, CA 94104 9.0 SIGNATURES IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date: CONSULTANT BY: Date PRINT NAME: Philip A. Williams BY: Date PRINT NAME: Peter Prows, Managing Partner IRS IDN Number CITY OF UKIAH BY: Date CITY MANAGER ATTEST CITY CLERK Date 9 PAGE 7 OF 9 ATTACHMENT 1 COU No. ATTACHMENT A —SCOPE OF WORK & FEE SCHEDULE Scope of Work Work will be performed as needed, and include providing strategic counsel and legal advice on land use planning efforts by the City, including issues related to water and natural resources. Work will also include engaging with Mendocino Local Agency Formation Commission (LAFCo), local water agencies, other special districts and government entities in the Ukiah Valley to arrive at durable solutions for sustainable growth and municipal service delivery. Fee Schedule Legal services will be provided by the following individuals at the following hourly rates. Name Hourly Rate Mr. Philip A. Williams $350.00. Additional persons may be authorized to perform services only upon written amendment to this Agreement. Additional Terms The following provisions supplement the terms of the agreement. In any conflict between the agreement and these additional terms, the following terms prevail. HOURLY RATES. Attorney will bill hourly rates at actual time with no minimum time. Attorney will not charge for travel time between San Francisco or Marin County and Ukiah, but will be entitled to reimbursement at $.50/mile for use of a private automobile. COSTS& EXPENSES. In addition to paying legal fees, City shall reimburse Attorney for all costs and expenses incurred by Attorney, including but not limited to, process servers' fees, fees fixed by law or assessed by courts or other agencies, court reporters' fees, long distance telephone calls, messenger and other delivery fees, investigation expenses authorized in advance by City, consultants' fees, expert witness fees and other similar items authorized in advance by City. STATEMENTS. Attorney shall send City statements for fees and costs incurred, on a monthly or as needed basis. Statements shall state the date of each service, the name and hourly rate of the professional performing the service, a description of the service performed, and the amount of time devoted to each item. Expenses payable by City will be itemized. City shall pay Attorney's statements within thirty (30) days after each statement's date, unless disputed by City. Statements shall be final and conclusive as between the parties unless any problem or disagreement is communicated from City to Attorney within twenty (20) days after rendition. DISCHARGE&WITHDRAWAL. City may discharge Attorney at anytime. Attorney may withdraw with City's consent for good cause. Good cause includes City's breach of this Contract, City's refusal to cooperate with Attorney or to follow Attorney's advice on a material matter or any other fact or circumstance that would render Attorney's continuing representation unlawful or unethical. CONCLUSION OF SERVICES. When Attorneys' services conclude, all unpaid undisputed 10 charges shall become immediately due and payable. After Attorney's services conclude, Attorney PAGE 8 OF 9 ATTACHMENT 1 COU No. will, upon City's request, deliver to City any City funds or property in Attorney's possession, including any files or documents produced or possessed by Attorney as a result of Attorney's representation of City. DISCLAIMER OF GUARANTEE. Nothing in this Contract and nothing in Attorney's statements to City will be construed as a promise or guarantee about the outcome of City's matter. Attorney makes no such promises or guarantees. Attorney's comments about the outcome of City's matter are expressions of opinion only. 11 PAGE 9 OF 9 Agenda Item No.: 7q MEETING DATE/TIME: l/20/2019 0/0 PEAK ITEM NO: � AGENDA SUMMARY REPORT SUBJECT:Authorize City Manager to Formally Notify the Ukiah Valley Sanitation District of Objections, if any, to the 2018-19 Fiscal Year Budget. DEPARTMENT: FinancePREPARED BY: Oa_d Rapport ATTACHMENTS: None Summary: Staff is requesting authority to file formal obieodono, if any, with the Ukiah Valley Sanitation District to any line items inthe District's Fiscal year 2O18-19budget that remain aconcern bythe February 28. the deadline for filing formal objections to line items in the District's budget. Background: Under the recently adopted Operating Agreement between the City and the Ukiah Valley Sanitation District, the City and District must each approve the items in the other party's budget that will be funded as shared expenses of the combined City/District wastewater system. The formal process, subject to the timelines in the agreement, will start with the 2019-20 fiscal year budgets. By the Effective Date of the Operating Agreement, the City and the District had not approved the other party's budget. Accordingly, they have been setting deadlines for the approval of the 2018-19 budgets by agreement. The Staffs of the City and the District have agreed to file formal written objections to budget line items if they are unable to informally resolve all concerns by February 28. Representatives of the City and the District are RECOMMENDED ACTION: Authorize City Manager to formally notify District of any objections to proposed budget by February 28, 2019, deadline. 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: Sean White, Water Resources Director;Tim Erikoen, Public Works Director/City Engineer; Sage Sangiacomo, City Manager exchanging information and scheduling a meeting in an effort to informally resolve any concerns prior to that deadline. Because the February 20 meeting is the last regular City Council meeting prior to that deadline, Staff is requesting authority to file objections, if any remain, by the February 28 deadline. Discussion: Under the Operating Agreement, even after formal written objections to line items have filed, the parties can resolve the dispute either by agreement or through "Fast Track" dispute resolution. Accordingly, if the Staff files objections, the City Council will have an opportunity to review those objections and approve resolution by agreement or direct Staff to initiate Fast Track arbitration. To preserve the City Council's ability to make the final decision about any objections to line items in the District's budget, Staff will file formal objections by the February 28 deadline, unless there is no good faith basis for the objection, based on the current negotiations. 2 2 THERE ARE NO ATTACHMENTS FOR THIS AGENDA ITEM 3 Agenda Item No.: 12 MEETING DATE/TIME: l/20/2019 0/0 PEAK ITEM NO: � AGENDA SUMMARY REPORT SUBJECT: Receive an Update Report on the History and Status of the Streetscape Project. DEPARTMENT: Public Works PREPARED llmEhksen ATTACHMENTS: Attachment FAQ Downtown Streetscape Project Summary: Staff will present an update and historical overview on the Streetscape project toinform the public and the Council onthe status ofthis significant capital project. Background:At the January 31, 2018 special meeting, Staff provided an update to City Council regarding on the status, funding and timing of the Downtown Streetscape Improvement Plan. This important project ionovv approaching the design phase and staff would like to update the City Council on its status. State Street was constructed by Caltrans and was originally Highway 101. In 1969, the "new" freeway was constructed, bypassing most ofUkiah. At that time, State Street was deeded b» the City ofUkiah and formally became what vve now know as North and South State Street. However, this road was created to move vehicle traffic, both passengers and freight, upand down northern California. Aowith many bypassed towns and cities along this rouha. Ukiah was been left with a downtown street that did not adequately meet current needs. The Streetooapeproject improveotheappearanoe. 00ndidonandfee| ofStsteStreet through the downtown. In 2005, through the strategic planning process with City Council and City Staff, State Street was identified as a barrier b» economic development and asafety concern. Therefore, in2OO8. the City was awarded funds from IVICC}G tostudy and recommend solutions b» this important corridor. |n2OO9. after numerous community RECOMMENDED ACTION: Receive Report BUDGET AMENDMENT REQUIRED: No CURRENT BUOGETAh8OUNT: 0 PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: Sage Sangiacomo, City Manager, Shannon Riley, Deputy City Manager meetings and significant community outreach, the Downtown Streetscape Improvement Plan and Traffic Study was approved by City Council. The project will consist of multiple elements than span from Norton to Gobbi Streets, including the following: One of the most significant changes will be a "road diet." Instead of State Street being four lanes—two in each direction—it will be three, one in each direction with a center turn lane. By giving turning vehicles a separate lane, modifying the traffic signals, and changing some of the east-west traffic patterns, travel along State Street will be more efficient and much safer. Parallel parking will still line both sides of the street. This element is particularly important to address safety concerns in the downtown. Statewide, the average collision rate for four-lane roads (like State Street is currently) is more than double that for a three-lane facility. Rear-end collisions, unsafe lane changes, and pedestrian impacts are far less likely to occur when the left-turning vehicles are in dedicated turn lanes instead of obstructing traffic. For more information about the benefits of this element, please see Attachment 1. Sidewalks along State Street will be widened to allow for better pedestrian access, improved handicap accessibility, and more outdoor dining and other street furniture. Bulbouts and enhanced crosswalks will make it easier and safer for pedestrians to get across State Street by lessening the distance and time required to cross. The project is planned in two phases: PHASE 1 Location: State Street from Henry to Mill, construction in FY 2020 Project Description: This project will provide streetscape improvements in downtown Ukiah on State Street, Perkins Street, Standley Street, and Henry Street, including sidewalk widening, curb ramps and bulb outs, street lights, street furniture and tree planting. The project also includes a road diet between Henry Street and Mill Street. In addition to the road diet, signal modifications will be made at each of the three signalized intersections (Standley Street, Perkins Street, and Mill Street) to provide vehicle detection, improve coordination and re-orient the signal equipment to support the road diet alignment and conversion of Standley Street to two-way, west of State Street. This work will also include an AC pavement overlay, striping, and pavement markings. Funding Sources: 2011 –2012 State Transportation Improvement Program (STIP) and Highway Safety Improvement Program (HSIP) Funding Amounts: STIP = $1,304,000 and HSIP = $1,000,000 ($900,000 federal plus $100,000 local match) PHASE 2 Location: State Street from Norton to Henry and State Street from Mill to Gobbi, construction in FY 2020-2022 Project Description: Phase 2 will construct streetscape improvements including sidewalk widening, curb ramps and bulb outs, street lights, street furniture and tree planting. The project also includes a road diet. Signal modifications will be made at the State Street and Gobbi Street intersection to provide vehicle detection and re-orientation of the signal equipment to support the road diet alignment. This work will also include an AC pavement overlay, striping, and pavement markings. Funding Sources: State Transportation Improvement Program (STIP) 2 2 Funding Amounts: STIP = $1,369,000 Additionally, Staff will take advantage of this opportunity to replace the aging water and sewer infrastructure beneath the streets during both phases of the project. Discussion: Pre-development work on this project will begin later this month, pending Council's approval of a professional services agreement to GHD Inc. for preparation of plans, specifications, and estimate for the Downtown Streetscape, Road Diet, & Utilities Project. Construction is scheduled to commence in the beginning of 2020 in order to avoid the busiest season and holiday events downtown. Between now and the construction period, there will be additional decision points for the Council and public forums for the community. In order to provide easy access to information, the City has a dedicated section on its website for project information (www.cityofukiah.com/projects) and has already assembled a committee of Staff and stakeholders who will assist with public outreach. Attachment 1 contains some of the most frequently asked questions about the project. This piece, as well as others informational publications, will be updated regularly and distributed widely. 3 3 � ' ATTACHMENT 1 m�61% If t 1 of Ukiah Frequently Asked Questions: Ukiah Downtown Streetscape Improvement Project What is the Downtown Streetscope Improvement Project? The streetscape project is designed to improve the way State Street looks and functions in our downtown corridor and will include improvements to the traffic circulation, sidewalks, and pedestrian crossings.This project is the result of numerous community workshops, extensive studies by traffic engineers,and lots of input from stakeholders. Where will it happen? The first phases will occur along State Street between Henry and Mill Streets. When will it happen? The pre-construction work(design, planning, etc.)will occur in 2019 and will include public forums. The construction is scheduled to begin in the first part of 2020. What does the project consist of? • One of the most significant changes will be a "road diet." Instead of State Street being four lanes—two in each direction—it will be three, one in each direction with a center turn lane. By giving turning vehicles a separate lane, modifying the traffic signals, and changing some of the east-west traffic patterns,travel along State Street will be more efficient and much safer. Parallel parking will still line both sides of the street. • Sidewalks along State Street will be widened to allow for better pedestrian access, improved handicap accessibility, and more outdoor dining and other street furniture. • Bulbouts and enhanced crosswalks will make it easier and safer for pedestrians to get across State Street by lessening the distance and time required to cross. Won't reducing the number of travel lanes slow traffic down? It may be counter-intuitive, but no. In fact, extensive studies of State Street traffic at peak times show that reducing the number of lanes and upgrading the traffic signals results in saving between one and three seconds at each major intersection. How does this project make downtown safer? Statewide,the average collision rate for four-lane roads (like State Street is currently) is more than double that for a three-lane facility. Rear-end collisions, unsafe lane changes, and pedestrian impacts are far less likely to occur when the left-turning vehicles are in dedicated turn lanes instead of obstructing traffic. For pedestrians,the combination of the road "diet" and the bulbouts at intersections make crossing State Street dramatically safer. There is a shorter distance to cross, better visibility, and improved ramps at the corners. 4 300 Seminary Avenue • Ukiah• CA • 95482-5400 Phone: (707)463-6200 -Fax: (707)463-6204 -www.cityofukiah.com For those concerned about safety in the case of a natural disaster or mass evacuation, it is important to note that there are no significant barriers along State Street that would prevent or restrict vehicular (including public safety) access. Additionally, Ukiah is built on a grid system that offers multiple north-south and east-west thoroughfares, allowing traffic to select alternate routes. How will parking be impacted? There will still be parallel (not diagonal) parking along both sides of State Street. The addition of bulbouts will result in the loss of a few parking spaces. Compared to the benefits, however,this is a small trade-off. What are other benefits of the project? • More efficient traffic signals result in less idling at intersections,thereby helping to reduce greenhouse gas emissions and fuel consumption. • The combination of increased safety, efficiency, and user comfort has been found to have a positive impact on businesses located along corridors where road diets have been implemented. There is generally an increase in property values and a decrease in vacancies along these corridors. • Part of the reconstruction of State Street will include replacement and upgrades of the water and sewer utilities—an important investment in our infrastructure. • New pavement=smooth pavement. Where can I get more information? More information, including images and detailed traffic study data, can be found on the City of Ukiah's website at rtiti . .:. . .:.. ........... .. r.!!, Updated 2/13/19 5 Agenda Item No.: 12 MEETING DATE/TIME: l/20/2019 0/0 PEAK ITEM NO: � AGENDA SUMMARY REPORT SUBJECT:Approval of Community Development Director Determination that the Purchase of APNs 003-040-77, 003-040-78, and 003-040-79 Qualifies for a CEQA Exemption and Consideration of Authorization to the City Manager to Negotiate and Execute a Purchase Agreement for the Three Parcels on East Gobbi DEPARTMENT: Comrnunity_Oeweloprnent PREPARED BY: Craig Schlatter ATTACHMENTS: Attachment NOEPurchase of3Parcels Summary: City Council will consider approving the Community Development Director's Determination that the purchase of the three parcels on East Gobbi Street qualifies for a CEQA Exemption. Council will also consider authorizing the City Manager to negotiate and execute a purchase agreement for those parcels. Background: C}nDecember 19. 2O18. City Council authorized Staff tonegotiate for the purchase ofthree parcels onEast GobbiStreet, APNo003-O4O-77. 003-O4O-78. and 003-O4O-79. The final details ofthe purchase will beincorporated into aReal Property Purchase and Sale Agreement. Although nospecific project haobeenidendfiedforp000ib|efuturedeve|opmentontheparoe|o. aoapartofthe process of purchasing the three parcels, the City's Director ofCommunity Development /''Direotor'\, is required to make- and he has made- a determination as to the required level of environmental review required by RECOMMENDED ACTION: Approve of Community Development Director Determination that the purchase of APNo 003'040'77, 003'040'78, and 003'040'79qualifies for a CEQA exemption and consider authorization tothe City Managerto negotiate and execute a Purchase Agreement forthe three parcels on East Gobbi 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: Shannon Riley, Deputy City Manager, David Rapport, City Attorney California Environmental Quality Act (CEQA). Discussion: The Community Development Director has determined that although the City intends to acquire the property for a future housing development project, the City lacks sufficient information at this time to conduct meaningful environmental review on environmental impacts from purchasing the three parcels. No details of a possible future project are known. It is therefore not possible to determine what environmental impacts will occur from that development. Until a project is developed, the purchase of the property will not change the existing condition or use of the property (see the Director's CEQA Exemption Determination, Attachment 1). The "project" under CEQA at this time is the Council's authorization to the City Manager to negotiate and execute the purchase agreement. If Council approves this action, the Community Development Director will record a Notice of Exemption (in Attachment 1), which finds that the purchase of the three parcels qualifies for a categorical exemption pursuant to CEQA Guidelines Article 5, Section 15060 (c)(2)- "The activity will not result in a direct or reasonably foreseeable indirect physical change in the environment."Any future development will require further CEQA review, once details of that future project are known. Staff recommends that Council authorize the City Manager to negotiate and execute a purchase agreement for the three East Gobbi Street parcels, APNs 003-040-77, 003-040-78, and 003-040-79. Staff also recommends Council approve the Community Development Director Determination that the purchase of the three parcels qualifies for an exemption under CEQA. 2 2 Attachment 1 `'o 1i o Ukiah 1111,,,,,,,1111,,,,,,,,,,,,,,,,,,,,,,,,, NOTICE OF CEQA EXEMPTION TO: ❑ Office of Planning and Research FROM: City of Ukiah 1400 Tenth Street, Room 121 300 Seminary Avenue Sacramento, CA 95814 Ukiah, CA 95482 X County Clerk County of Mendocino Courthouse PROJECT TITLE: Purchase of Three Parcels PROJECT LOCATION: East Gobbi Street southeast and southwest of the intersection of East Gobbi Street and Village Circle; APNs 003-040-77, 003-040-78, and 003-040-79 DESCRIPTION OF PROJECT: The project consists of purchase of three parcels for a future new housing development project, the details of which are not known at this time. PUBLIC AGENCY APPROVING PROJECT: City of Ukiah DATE OF APPROVAL: February 20, 2019 NAME OF PROJECT APPLICANT: City of Ukiah, Administration CEQA EXEMPTION STATUS: ❑ Ministerial ❑ Declared Emergency X Categorical Exemption: Article 5, Section 15060 (c)(2) ❑ Statutory Exemption Section REASONS WHY PROJECT IS EXEMPT: The proposed project is exempt from the provisions of the California Environmental Quality Act(CEQA) pursuant to CEQA Guidelines Article 5, Section 15060 (c)(2) because the purchase of the three parcels will not result in a direct or reasonably foreseeable indirect physical change in the environment. The property is being purchased by the City of Ukiah in its capacity as the Housing Successor for the Ukiah 300 Seminary Avenue • Ukiali• CA• 95482-5400 Phone: (707)463-6200 • Fax: (707)463-6204 • www.cityofukiah.com of Ukiah Redevelopment Agency. It intends to develop the property for housing and to use the proceeds from the sale or lease of the property for low income housing. However, the specific housing project has not been identified, including, but not limited to, the number of housing units, the type of units, the size of units, the layout or configuration of units, the number or type of residents, the physical improvement and so on. Without this information it is not possible to meaningfully assess the environmental impacts or the type of environmental review that is appropriate or required by CEQA for the future use of the property. Until such information is developed, the City will make no changes to the existing use or condition of the property. As a result, the project consisting of the purchase of the property". . . will not result in a direct or reasonably foreseeable indirect physical change in the environment." (14 CCR §15060(c)(2).) Based on the foregoing, the project qualifies for the above CEQA exemption. Lead Agency Contact Person Craig Schlatter, Director of Community Development Phone Number (707) 463-6219 Email cschlatter@cityofukiah.com This is to certify that the record of project approval is available to the General Public at: Community Development Department, Ukiah Civic Center, 300 Seminary Avenue, Ukiah, CA 95482 Director of Community �� February 15, 2019 Development ig atu a {Pub is Agency) (Date) (Title) �r iiv a,✓mn¢mvami�n�nnvrmrmrmrmna�ormmrmim�v,������nmi� ��rmvi���rmnnnnm�ii�nomra���a�������������r�mi®��a�roii-suv�o��nrr��u�i m/iiii�i/a i.�� m �� ....moo ���o � 300 Seminary Avenue• Ukiah • CA • 95482-5400 Phone: (707)463-6200 • Fax: (707)463-6204 • www.cityofukiah.coin Agenda Item No.: 13a MEETING DATE/TIME: l/20/2019 0/0 PEAK ITEM NO: � AGENDA SUMMARY REPORT SUBJECT: Consider Approval of Specification #19-02, Final Plans and Specifications for Vinewood Park Renewal - Phase 1 Funded by Housing-Related Parks Program. DEPARTMENT: Comrnunity_8eNcesPREPARED BY: Jake Burgess ATTACHMENTS: Attachment DRAFT Spec l9-O2 VinewoodPark Renewal Phase Attachment Plan Sheets Summary: Council will consider approval of final plans and specifications for the Vinewood Park Renewal Project funded by the Housing-Related Parks Program. Background: On January 18, 2017, Council approved the City Manager to apply for Housing-Related Parks Program grant funds for Oak Manor Park and Vinewood Park. In October of 2017, City staff was notified the award of the grant was $281,242, which was less than the application requested. Staff then determined that the funds would be best used at Vinewood Park only, which was approved by the funder. C}nJune 13. 2O18. Council approved a contract with Melton Design Group Landscape Architects and Planners to develop plans and specifications for the project intheamountof$50.958. Neighborhood feedback regarding Vinewood Park and other matters was solicited through a Neighborhood Resilience program, where over 130 homes were canvassed. The results of this survey underscored the need for improvements at the park oothat it can return to the community asset it should be. Residents expressed RECOMMENDED ACTION: Approve Specification #19'02, final plans and specifications Vinevvood Park Renewal Phase 1. BUDGET AMENDMENT REQUIRED: No CURRENT BUDGET AMOUNT: $280,000; 10022100.80220.18011 PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: Grant Funds (HRP) PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: Tami Barto|omei, Community Services Administrator; Mary Horger, Procurement Manager their desire for improving the park to increase its use by locals, thus discouraging other negative elements from the area. Discussion: The City is required to complete construction by June 2019, as stipulated in the Housing-Related Parks grant funding. If Council approves these plans and specifications, Staff will immediately move forward with permitting, bidding and construction. The plans and specifications, detailed in Attachments 1 and 2, encompass Phase 1 of the Vinewood Park Renewal Project and address the most pressing needs of the park. Phase 1 will accomplish three main goals: - Improving park use and accessibility with creation of an ADA parking space with curb cut - Replace existing narrow, uneven and broken asphalt pathways with compacted, permeable decomposed granite paths that are 6' wide and ADA accessible - Replace degraded and unusable basketball court with new court and hoops The total estimated cost for this work is $209,241.38 with a 10% contingency factored into the budget for a total of$219,703.44. This estimate falls within the remaining $224,284 of the grant funds. Additionally, the City is currently applying for grant funding made available through Prop 68 and the Cultural, Community and Natural Resource Grant Program. If approved, the Master Plan will include the following enhancements: - Refurbishing bathrooms - Adding lighting to improve safety and usability of park - Adding two new drinking fountains with ADA accessibility and a pet station for dogs - Adding new bike racks - Creating a bug-themed playground for children ages 2-5, ADA accessibility and seating for caregivers - Creating a covered picnic and BBQ area - Creating a "birthday ring"with picnic area and special features - Creating an ADA accessible walking path around the perimeter of the park - Removing rodent habitat and replacing with native, drought tolerant plantings Staff is recommending Council approve the plans and specifications submitted by Melton Design Group and direct Staff to move forward with a formal bid process for the construction phase of the project. 2 2 ATTACHMENT 1 CITY OF UKIAH MENDOCINO COUNTY, CALIFORNIA SPECIAL PROVISIONS FOR VINEWOOD PARK RENEWAL— PHASE 1 SPECIFICATION NO. 19-02 CITY OF UKIAH DEPARTMENT OF COMMUNITY SERVICES 411 W CLAY STREET Ukiah, California 95482-5400 Bids Open: , 2:00 p.m. Office of City Clerk 3 CITY OF UKIAH MENDOCINO COUNTY, CALIFORNIA CITY COUNCIL: MAUREEN MULHEREN - MAYOR DOUGLAS CRANE-VICE-MAYOR JIM BROWN -COUNCIL MEMBER STEVE SCALMANINI -COUNCIL MEMBER JUAN OROZCO-COUNCIL MEMBER SAGE SANGIACOMO-CITY MANAGER TIM ERIKSEN -DIRECTOR OF PUBLIC WORKS/CITY ENGINEER MARY HORGER-PROCUREMENT MANAGER KRISTINE LAWLER-CITY CLERK R. ALLEN CARTER -CITY TREASURER CITY OF UKIAH DEPARTMENT OF COMMUNITY SERVICES FEBRUARY 2019 4 TABLE OF CONTENTS PAGE NOTICE TO BIDDERS INSTRUCTIONS TO BIDDERS ...................................................................................................................... 1 GENERAL CONDITIONS SECTION 1. PROPOSAL REQUIREMENTS AND GENERAL CONDITIONS..............................................2 1-01. Definitions 1-02. Examinations of Plans, Special Provisions and Site of Work 1-03. Proposal 1-04. Withdrawal of Bids 1-05. Public Opening of Bids 1-06. Bid Guaranty 1-07. Qualification of Bidders 1-08. Disqualification of Bidders 1-09. Identification of Subcontractors 1-10. General Provisions of the Standard Specifications SECTION 2. AWARD AND EXECUTION OF CONTRACT...........................................................................4 2-01. Award of Contract 2-02. Return of Proposal Guaranties 2-03. Execution of Contract SECTION 3. SCOPE AND INTENT OF CONTRACT....................................................................................4 3-01. Effect of Inspection and Payments 3-02. Effect of Extension of Time 3-03. Extra Work 3-04. Assignment of Contract 3-05. Subcontractors 3-06. Interpretation of Special Provisions and Drawings 3-07. Liability of City Officials 3-08. Dispute Resolution SECTION4. BONDS......................................................................................................................................5 4-01. Faithful Performance Bond 4-02. Material and Labor Bond 4-03. Defective Material and Workmanship Bond 4-04. Notification of Surety Companies SECTION 5. INSURANCE REQUIREMENTS FOR CONTRACTORS .........................................................5 5-01. Minimum Scope of Insurance 5-02. Minimum Limits of Insurance 5-03. Deductibles and Self-Insured Retentions 5-04. Other Insurance Provisions 5-05. Acceptability of Insurers 5-06. Verification of Coverage 5-07. Subcontractors 5 VINEWOOD PARK RENEWAL-PHASE 1 iii Spec No. 19-02 SECTION 6. RESPONSIBILITIES AND RIGHTS OF CONTRACTOR.........................................................7 6-01. Legal Address of Contractor 6-02. Office of Contractor at Site 6-03. Attention to Work 6-04. Liability of Contractor 6-05. Protection of Persons and Property 6-06. Protection of City Against Patent Claims 6-07. Protection of Contractor's Work Property 6-08. Regulations and Permits 6-09. Construction Utilities 6-10. Approval of Contractor's Plans 6-11. Suggestions to the Contractor 6-12. Termination of Unsatisfactory Subcontracts 6-13. Preservation of Stakes and Marks 6-14. Assistance to Engineer 6-15. Removal of Condemned Materials and Structures 6-16. Proof of Compliance with Contract 6-17. Errors and Omissions 6-18. Cooperation 6-19. Right of Contractor to Stop Work 6-20. Hiring and Dismissal of Employees 6-21. Wage Rates 6-22. Cleaning Up 6-23. Guaranty SECTION 7. RESPONSIBILITIES AND RIGHTS OF CITY........................................................................ 12 7-01. Authority of the Engineer 7-02. Inspection 7-03. Surveys 7-04. Rights-of-Way 7-05. Retention of Imperfect Work 7-06. Changes in the Work 7-07. Additional Drawings by City 7-08. Additional and Emergency Protection 7-09. Suspension of Work 7-10. Right of City to Terminate Contract 7-11. Use of Completed Portions SECTION 8. WORKMANSHIP, MATERIALS AND EQUIPMENT.............................................................. 14 8-01. General Quality 8-02. Quality in Absence of Detailed Specifications 8-03. Materials and Equipment Specified by Name 8-04. Source of Materials 8-05. Storage of Materials 8-06. Drawings, Samples and Tests SECTION 9. PROSECUTION OF WORK.................................................................................................... 15 9-01. Equipment and Methods 9-02. Time of Completion 9-03. Avoidable Delays 9-04. Unavoidable Delays 6 VINEWOOD PARK RENEWAL-PHASE 1 iv Spec No. 19-02 9-05. Notice of Delays 9-06. Extension of Time 9-07. Unfavorable Weather and Other Conditions 9-08. Saturday, Sunday, Holiday and Night Work 9-09. Hours of Labor SECTION 10. PAYMENT............................................................................................................................. 16 10-01. Certification by Engineer 10-02. Progress Estimates and Payment 10-03. Substitution of Securities 10-04. Acceptance 10-05. Final Estimate and Payment 10-06. Delay Payments 10-07. Extra Work and Work Omitted 10-08. Compensation for Extra Work or Work Omitted 10-09. Compensation to the City for Extension of Time 10-10. Liquidated Damages for Delay SECTION 11. MISCELLANEOUS ............................................................................................................... 19 11-01. Notice 11-02. Computation of Time 11-03 Claims Procedure Required by Public Contract Code Section 9204 11-04. Litigation and Forum Selection 11-05. Waiver TECHNICAL SPECIFICATIONS SECTION 12. GENERAL INFORMATION ..................................................................................................21 12-01. Location and Scope of Work 12-02. Arrangement of Technical Specifications 12-03. Arrangement of Plans 12-04. Business Licenses 12-05. Permits 12-06. Standard Specifications and Standard Plans 12-07. Temporary Facilities 12-08. Public Convenience and Safety 12-09. Maintaining Traffic 12-10. Stream Pollution 12-11. Warranties 12-12. Utilities 12-13. Preconstruction Conference 12-14. Safety Requirements SECTION 13. CONSTRUCTION DETAILS.................................................................................................22 SECTION 14. EXCLUSIONS FROM GENERAL CONDITIONS.................................................................27 14-01. Provisions to be Excluded from General Conditions SECTION 15. AMENDMENTS TO GENERAL CONDITIONS ....................................................................27 15-01. Provisions of General Conditions to be Amended 7 VINEWOOD PARK RENEWAL-PHASE 1 V Spec No. 19-02 CERTIFICATES AND DOCUMENTS BID SUBMITTAL CHECKLIST......................................................................................................................26 PROPOSAL .............................................................................................................................................28 BIDDING SCHEDULE...................................................................................................................................29 FAIR EMPLOYMENT PRACTICES CERTIFICATION..................................................................................31 WORKER'S COMPENSATION CERTIFICATE ............................................................................................32 CERTIFICATE OF NONDISCRIMINATION IN EMPLOYMENT...................................................................33 LIST OF PROPOSED SUBCONTRACTORS...............................................................................................34 STATEMENT OF EXPERIENCE OF BIDDER..............................................................................................35 SIGNATURE OF BIDDER.............................................................................................................................36 BIDDER'S BOND ..........................................................................................................................................37 NON-COLLUSION AFFIDAVIT.....................................................................................................................38 AGREEMENT .............................................................................................................................................39 INDEMNIFICATION AGREEMENT...............................................................................................................43 EXAMPLE BOND FORMS............................................................................................................................44 DIRECTIONS FOR PREPARATION OF PERFORMANCE AND MATERIAL AND LABOR BOND.............48 DEFECTIVE MATERIAL AND WORKMANSHIP (MAINTENANCE) BOND.................................................49 INSURANCE CERTIFICATES AND ENDORSEMENT FORMS APPENDICES: TECHNICAL SPECIFICATIONS PLAN SHEETS, 1 THRU 13 8 VINEWOOD PARK RENEWAL—PHASE 1 vi Spec No. 19-02 CITY OF UKIAH, MENDOCINO COUNTY, CALIFORNIA NOTICE TO BIDDERS FOR VINEWOOD PARK RENEWAL—PHASE 1, SPECIFICATION NO. 19-02 NOTICE IS HEREBY GIVEN that sealed standard proposals for VINEWOOD PARK RENEWAL will be received at the Office of the City Clerk, Ukiah Civic Center,300 Seminary Avenue, Ukiah California until 2:00 p.m.on , 20 , at which time, or as soon thereafter as possible,they will be publicly opened and read. Bids shall be addressed to the City Clerk and shall be endorsed"VINEWOOD PARK RENEWAL—PHASE 1". Bids are required for the entire work described herein. No fax bids will be accepted. ENGINEER'S ESTIMATE OF QUANTITIES Item No. Description Quantity Unit of Measure 1. Mobilization 1 LS 2. Erosion Control 0.6 AC 3 Demolition, Clearing and Grubbing 21,864 SF 4 Rough Grading 1 LS 5. AC and Concrete Removal 400 SF 6. AC with AB Street Paving 260 SF 7 Sidewalk Concrete Flatwork 350 SF 8. New Curb and Gutter 60 LF 9. Accessible Ramp 1 EA 10. Striping 1 LS 11. Planting and Irrigation 300 SF 12. AC Removal 16,100 SF 13. Decomposed Granite Paving with No Hard Edge 16,006 SF 14. Asphalt Court with Aggregate Base and Striping 5,040 SF 15. Decomposed Granite Areas 425 SF 16. Planting 2,000 SF 17. Irrigation 2,000 SF 18. Basketball Poles and Hoops 2 LS 19. Planting 2,651 SF 20. Irrigation 2,651 SF Plans and Special Provisions may be inspected and/or copies obtained from the City's website at wwwecitycfukiah.com/purchasing. No bid will be considered unless it is made on the forms furnished by the City and is made in accordance with the details of the Special Provisions. Each bidder must be licensed as required by law. Further information regarding the work or these specifications can be obtained by calling Mary Horger, Procurement Manager at (707) 463-6233 or by email at mhorgerp_cityofukiah.com. The City Council reserves the right to reject any or all bids and to determine which proposal is, in its opinion,the lowest responsive bid by a responsible bidder and which it deems in the best interest of the City to accept.The City Council also reserves the right, but not the obligation,to waive any irregularity or failure to strictly comply with the bidding requirements, that the City determines in the reasonable exercise of its discretion does not provide the bidder with a competitive advantage over other bidders. 9 No contractor or subcontractor may be listed on a bid proposal for a public works unless registered with the Department of Industrial Relations("DIR") pursuant to Labor Code section 1725.5 except as allowed. under Labor Code section 1771.1(aThe prime contractor shall be responsible for posting job site notices as prescribed by regulation. This project is subject to compliance monitoring and enforcement by the DIR. Pursuant to provisions of Section 1770, including amendments thereof,ofthe Labor Code of the State of California, the DIR Director has ascertained the general prevailing rate of wages for straight time, overtime, Saturdays, Sundays and Holidays including employer payment for health and welfare,vacation, pension and similar purposes for the City of Ukiah. Copies of his General Prevailing Wage Determination are available on the Internet at web address: http://www.dir.ca.gov/DLSR/PWD/The prime contractor for the work herein shall possess a current,valid State of California,Class A Contractor's License. Pursuant to California Public Contract Code§22300,this contract includes provisions that allow substitutions of certain types of securities in lieu of the City withholding a portion of the partial payments due the Contractor to insure performance under this contract. By order of the City Council, City of Ukiah, County of Mendocino, State of California. Dated: Kristine Lawler, City Clerk, City of Ukiah, California PUBLISH TWO TIMES: 10 INSTRUCTIONS TO BIDDERS VINEWOOD PARK RENEWAL—PHASE 1 shall be performed in accordance with the Plans and Special Provisions therefor adopted, to which special reference is hereby made. Each bidder must supply all the information required by the bid documents and Special Provisions. Minority business enterprises will be afforded full opportunityto submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award of any contract entered into pursuant to this advertisement. Women will be afforded equal opportunity in all areas of employment. However, the employment of women shall not diminish the standards or requirements for the employment of minorities. All proposals or bids shall be accompanied by a cashier's check or certified check payable to the order of the City of Ukiah amounting to 10 percent of the bid, or by a bond in said amount and signed by the bidder and a corporate surety, payable to said City. Said check shall be forfeited, or said bond shall become payable to said City in case the bidder depositing the same does not, within fifteen (15) days after written notice that the contract has been awarded to him: (a)enter into a contract with the City and (b)furnish certificates of insurance and endorsements,a bond of faithful performance and a payment bond as described in the Special Provisions. No bidder shall withdraw his or her bid for a period of thirty(30) calendar days after the date set by the City for the opening thereof. The Contractor and any subcontractors shall each possess a valid City of Ukiah Business License priorto the start of any work. The Contractor shall furnish a project schedule to the Engineer prior to the start of any work and start work as scheduled. The work is to be completed within<<NUMBER OF DAYS IN WORDS>>(<<NUMBER OF DAYS IN FIGURES>>) calendar days. The Contractor will pay to the City the sum of five hundred ($500.00)dollars per day for each and every calendar day's delay beyond the time prescribed. The staff shall notify a bidder by telephone, email or fax, if it intends to recommend the rejection of the bidder's bid. Any bid protest must be filed with the City Clerk not more than five calendar days following the bid opening, or 2 calendar days following notice that staff is recommending the rejection of a bid. If any such timely written protest is filed, all bidders shall be provided a copy of the protest within 2 calendar days of its receipt, which may be delivered to the bidders as an email attachment or by fax. All such bidders may file with the City Manager a written objection or other response to the protest. All objections or responses filed not more than 5 days after receipt of the written protest will be presented to the City Council at its next regular meeting occurring not less than 12 calendar days following the bid opening. The City Council will resolve the bid protest at that meeting based on the written protest, any staff recommendation and all timely written objections and responses. In accordance with the Brown Act, any person may address the City Council on this item during the meeting. The City Council action on the protest shall represent a final decision by the City on the protest. Examination of Site, Drawings, Etc. Each bidder shall visit the site of the proposed work and fully acquaint himself with local conditions, construction and labor required so that he or she may fully understand the facilities, difficulties and restrictions attending the execution of the work under the Contract. Bidders shall thoroughly examine and be familiar with the Plans and Special Provisions. The failure of any bidder to receive or examine any form, instrument, addendum, or other document, or to visit the site and acquaint himself with conditions there existing, shall in no way relieve the bidder from any obligation with respect to his or her proposal orto the contract.The drawings for the work show conditions as they are supposed or believed by the Engineer to exist; but, it is neither intended nor shall it be inferred that the conditions as shown thereon constitute a representation by the Engineer,the City or its officers that such conditions are actually existent, nor shall the City,the Engineer or any of their officers or representatives be liable for any loss 11 VINEWOOD PARK RENEWAL—PHASE 1 1 Spec. No. 19-02 sustained by the Contractor as a result of a variance between the conditions shown on the drawings and the conditions actually revealed during the progress of the work or otherwise. The bidder's attention is directed to the possible existence of obstructions and public improvements within the limits of the work or adjacent thereto, which may or may not be shown on the Drawings. Any bid shall take into consideration that conditions may exist underground or otherwise that are not known to the City or easily detected during a site inspection that could impact the time or cost of completing the project. The City expects the bids to anticipate such conditions so that it can know for budgeting and other purposes the total cost to complete the project before accepting a bid and undertaking the legal obligation to construct the project. In awarding the contract the City relies on the contractor's representation that its bid anticipates differing site conditions and the additional time or cost that such conditions may necessitate. The bidder shall investigate to his or her satisfaction the conditions to be encountered, the character, quality and quantities of work to be performed and materials to be furnished and the requirements of the Plans, Special Provisions,Standard Specifications,Standard Plans,and Contract Documents.The submission of a proposal shall be considered conclusive evidence that the bidder has made such examination and has accepted the project workplace as a safe workplace to perform the work of the Contract. Bidder Inquiries and Questions Inquiries and questions must be submitted in writing via fax or email to the following designated contact person: Mary Horger, Procurement Manager Fax: (707) 313-3621 Email: morger �kia .com The City reserves the right to not respond to inquiries or questions submitted within 3 business days of the bid opening. Location of the Work All of the work to be performed is within the City of Ukiah. Project is located at <ADDRESS OF PROJECT LOCATION>. 12 VINEWOOD PARK RENEWAL—PHASE 1 2 Spec. No. 19-02 GENERAL CONDITIONS SECTION 1. PROPOSAL REQUIREMENTS AND GENERAL CONDITIONS 1-01. Definitions. Whenever any word or expression defined in this section, or pronoun used in its stead, occurs in these contract documents, it shall have and is mutually understood to have the meaning given: a. "City of Ukiah"or"City"shall mean the City of Ukiah, Mendocino County,California,acting through its City Council or any other board, body, official or officials to which or to whom the power belonging to the Council shall by virtue of any act or acts, hereafter pass or be held to appertain. b. "Engineer"shall mean the Engineer duly and officially appointed by the City to supervise and direct the work of construction underthis contract,acting personally orthrough agents or assistants duly authorized by him, such agents or assistants acting within the scope of the particular duties entrusted to them. C. "Inspector" shall mean the engineering or technical inspector or inspectors duly authorized or appointed by the Engineer, limited to the particular duties entrusted to him or her or them. d. "Contractor"shall mean the party entering into contract with the City of Ukiah forthe performance of work covered by this contract and his or her authorized agents or legal representatives. e. "Date of signing of contract" or words equivalent thereto, shall mean the date upon which this contract,with the signature of the Contractor affixed,together with the prescribed bonds,shall be or shall have been delivered to the City or its duly authorized representatives. f. "Day"or"days", unless herein otherwise expressly defined,shall mean a calendar day or days of twenty-four hours each. g. "The work"shall mean and include all the work specified, indicated,shown or contemplated in the contract to construct the improvement, including all alterations,amendments or extensions thereto made by contract change order or other written orders of the Engineer. h. "Contract drawings", "drawings", "plans" shall mean and include 1) all drawings or plans which may have been prepared by or on behalf of the City, as a basis for proposals,when duly signed and made a part of this contract by incorporation or reference, 2) all drawings submitted in pursuance of the terms of this contract by the successful bidderwith his or her proposal and by the Contractor to the City if and when approved by the Engineer and 3)all drawings submitted by the Engineer to the Contractor during the progress of the work as provided for herein. i. Where "as shown", "as indicated", "as detailed" or words of similar import are used, it shall be understood that reference to the drawings accompanying these Special Provisions is made unless stated otherwise. Where "as directed", "as permitted", "approved" or words of similar import are used, it shall be understood that the direction, requirements, permission,approval or acceptance of the Engineer is intended unless stated otherwise. As used herein, "provide" or"install"shall be understood to mean "provide or install complete in place", that is, "furnish and install". "Shall" is mandatory; "may" is permissive. 1-02. Examination of Plans, Special Provisions and Site of Work. The bidder shall examine carefully the Proposal, Plans, Special Provisions, Contract forms and the site of the work contemplated therefor. It will be assumed that the bidder has investigated to his or her satisfaction the conditions to be encountered and the character,quality and requirements of all Plans, Special Provisions, Standard Specifications, and Standard Plans involved. 1-03. Proposal. Bids shall be made on the blank forms prepared by the City.All bids shall give the prices bid,both in writing and in figures and shall be signed by the bidder or his or her authorized representative, with his or her 13 VINEWOOD PARK RENEWAL—PHASE 1 3 Spec. No. 19-02 address. If the bid is made by an individual or partner, his or her name and the post office address of his or her business or partnership, along with his or hersignature orthe signature of one or more partners must be shown; if made by a corporation, the bid shall show the name of the state under the laws of which the corporation is chartered, the name of the corporation and the title of the person who signs on behalf of the corporation. Each proposal shall be enclosed in a sealed envelope, endorsed as specified in the notice to bidders. Bidders are warned against making erasures or alterations of any kind and proposals which contain omissions, erasures, conditions, alterations, additions not called for, additional proposals or irregularities of any kind may be rejected. 1-04. Withdrawal of Bids. Any bid may be withdrawn at any time prior to the hour fixed in the notice to bidders for the openings of bids, provided that a request in writing, executed by the bidder or his or her duly authorized representative,forthe withdrawal of such bid is filed with the City.The withdrawal of a bid will not prejudice the right of a bidder to file a new bid. 1-05. Public Opening of Bids. Bids will be opened and read publicly at the time and place indicated in the notice to bidders. Bidders or their agents are invited to be present. 1-06. Bid Guaranty. Each bid must be accompanied by a certified check, cashier's check or bidder's bond executed by an admitted surety insurer, payable to the order of the City of Ukiah in an amount not less than 10 percent of the bid as a guarantee that the bidder will enter into a contract, if awarded the work. 1-07. Qualification of Bidders. No contractor or subcontractor may be listed on a bid proposal for a public works project(submitted on or after March 1,2015)unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. The prime contractor shall be responsible for posting job site notices as prescribed by regulation. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Each bidder shall be licensed under the provisions of Chapter 9, Division 3 of the Business and Professions Code and shall be skilled and regularly engaged in the general class or type of work called for under this contract. A statement setting forth this experience and business standing shall be submitted by each bidder on the form provided herewith. It is the intention of the City to award a contract only to a bidder who furnishes satisfactory evidence that he or she has the requisite experience and ability and that he or she has sufficient capital, facilities and equipment to enable him or her to prosecute the work successfully and promptly within the time and in the manner agreed. In determining the degree of responsibility to be credited to a bidder,the City may weigh evidence that the bidder or his or her personnel charged with the responsibility in the work, has performed satisfactorily other contracts of like nature and magnitude or comparable difficulty at similar rates of progress. 1-08. Disqualification of Bidders. More than one bid from an individual business, partnership, corporation or association, underthe same or different names,will not be considered. Reasonable grounds for believing that any bidder is financially interested in more than one bid forthe work will cause the rejection of all bids in which he or she is so interested. If there is reason to believe that collusion exists among the bidders, none of the participants in such collusion will be considered. Bids in which the prices obviously are unbalanced may be rejected. 1-09. Identification of Subcontractors. All bids shall comply with the Subletting and Subcontracting Fair Practices Act (Public Contract Code Section 4100 and following) and shall set forth: (a) The name and the location of the place of business of each subcontractor who will perform work or labor, or render service to the prime contractor in or about the construction of the work, or to a subcontractor licensed by the State of California who, under subcontract to the prime contractor,specially fabricates and installs a portion of the work according to detailed drawings contained in the plans and Special Provisions, in an amount in excess of one-half of 1 percent of the prime contractor's total bid. (b) The portion of the work which will be done by each such subcontractor.The prime contractor shall list only one subcontractor for each such portion defined by the prime contractor in his or her bid. 14 VINEWOOD PARK RENEWAL—PHASE 1 4 Spec. No. 19-02 1-10. General Provisions of the Standard Specifications. All provisions of the General Provisions, Sections 1 through 11, of the Standard Specifications,shall be applicable to the contract except as modified by these Special Provisions. The Standard Specifications are set forth in Section 12-06 of these Special Provisions. SECTION 2. AWARD AND EXECUTION OF CONTRACT 2-01. Award of Contract. Award of the contract, if it be awarded,will be to the lowest responsible bidder whose bid complies with all the specified requirements. The award, if made, will be made within thirty (30) days after opening of the bids. The City reserves the right to reject any and all bids and to waive any irregularity in the proposal not pertaining to cost. 2-02. Return of Proposal Guaranties. All bid guaranties will be held until the contract has been fully executed, after which they will be returned upon request to the respective bidders whose bids they accompany. 2-03. Execution of Contract. The contract agreement shall be executed in duplicate by the successful bidder and returned,together with the contract bonds, insurance certificates and endorsements,within fifteen (15)days after written notice of the award of the contract.After execution by the City;one copy shall be filed with the City and one copy shall be returned to the Contractor. If the bidder fails or refuses to enter into the contract agreement within the required time, then the bid guaranty accompanying the bid shall be forfeited to the City. SECTION 3. SCOPE AND INTENT OF CONTRACT 3-01. Effect of Inspection and Payments. Neither the inspection by the Engineer or an inspector, nor any order, measurement or approved modification, nor certificate or payment of money, nor acceptance of any part or whole of the work, nor any extension of time, nor any possession by the City or its agents, shall operate as a waiver of any provision of this contract or of any power reserved therein to the City, or of any right to damages thereunder; nor shall any breach of this contract be held to be a waiver of any subsequent breach.All remedies shall be construed as cumulative. 3-02. Effect of Extension of Time. The granting of any extension of time on account of delays which, in the judgement of the City, are avoidable delays shall in no way operate as a waiver on the part of the City of its rights under this contract. 3-03. Extra Work. If extra work orders are given in accordance with provisions of this contract,such work shall be considered a part hereof and shall be subject to each and all of its terms and requirements. 3-04. Assignment of Contract. The contract may be assigned or sublet in whole or in part only upon the written consent of the City acting through its authorized agents. Consent will not be given to any proposed assignment which would relieve the original contractor or its surety of their responsibilities under the contract nor will the Engineer consent to any assignment of a part of the work under the contract. 3-05. Subcontractors. The Contractor shall be as fully responsible for the acts and omissions of his or her subcontractors and of persons either directly or indirectly employed by them, as he or she is for the acts and omissions of persons directly employed by him. The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to bind subcontractors to the terms of this Contract which are applicable to the work of subcontractors. Nothing contained in this contract shall be construed to create or shall be relied upon to create any contractual relationship between any subcontractor and the City and no action may be brought by any subcontractor against the City based on this contract. 3-06. Interpretation of Special Provisions and Drawings. The Special Provisions and the Contract Drawings are intended to be explanatory of each other. Any work indicated in the Contract Drawings and not in the Special Provisions, or vice versa, is to be executed as if indicated in both. In case of a discrepancy or conflict between the Technical Specifications and Contract Plans, the Technical Specifications shall govern. All work shown on the 15 VINEWOOD PARK RENEWAL—PHASE 1 5 Spec. No. 19-02 Contract Drawings,the dimensions of which are not figured,shall be accurately followed to the scale to which the drawings are made, but figured dimensions are in all cases to be followed, where given, though they differ from scaled measurements. Large scale drawings shall be followed in preference to small scale drawings. Should it appear that the work to be done, or any of the matters relative thereto, are not sufficiently detailed or explained in these contract documents, including the contract drawings, the Contractor shall apply to the Engineer for such further explanations as may be necessary and shall conform thereto as part of this contract, so far as may be consistent with the terms of this contract. In the event of any doubt or questions arising respecting the true meaning of the Special Provisions, reference shall be made to the Engineer and his or her decision thereon shall be final. If the Contractor believes that a clarification or interpretation justifies an increase in the contract price or contract time, the Contractor must comply with the written notice provisions of Sections 9-05 and 10-07 of these Special Provisions. Contractor's attention is directed to Section 12-06 of the Technical Specifications regarding the Standard Specifications and Standard Plans. 3-07. Liability of City Officials. No city official, nor the Engineer, nor any authorized assistant of any of them, shall be personally responsible for any liability arising under this contract. 3-08. Dispute Resolution. Claims of$375,000 or less by the Contractor that arise under this Contract are subject to the mandatory dispute resolutions provisions in Public Contract Code Sections 20104-20104.6. SECTION 4. BONDS 4-01. Faithful Performance Bond. As a part of the execution of this contract,the Contractor shall furnish a bond of a surety company or other securities providing equivalent protection such as cash, letter of credit,or certificates of deposit, acceptable to the City,conditioned upon the faithful performance of all covenants and stipulations under this contract. The amount of the bond shall be 100 percent of the total contract price, as this sum is set forth in the agreement. 4-02. Material and Labor Bond. As a part of the execution of this contract,the Contractor shall furnish a bond of a surety company or other securities providing equivalent protection such as cash, letter of credit or certificates of deposit acceptable to the City in a sum not less than 50 percent of the total contract price,as this sum is set forth in the agreement for the payment in full of all persons, companies or corporations who perform labor upon or furnish materials to be used in the work under this contract, in accordance with the provisions of Sections 3247 through 3252 inclusive of the Civil Code of the State of California and any acts amendatory thereof. 4-03. Defective Material and Workmanship Bond. As a condition precedent to the completion of this contract, the Contractor shall furnish a bond of a surety company acceptable to the City in an amount not less than 5 percent (5%)of the final contract price,to hold good for a period of one(1)year after the completion and acceptance of the work, to protect the City against the results of defective materials, workmanship and equipment during that time. This bond shall be delivered to the City before the final payment under this contract will be made. 4-04. Notification of Surety Companies. The surety companies shall familiarize themselves with all of the conditions and provisions of this contract and they waive the right of special notification of any change or modification of this contract or of extension of time, or decreased or increased work, or of the cancellation of the contract, or of any other act or acts by the City or its authorized agents, underthe terms of this contract; and failure to so notify the aforesaid surety companies of changes shall in no way relieve the surety companies of their obligation under this contract. SECTION 5. INSURANCE REQUIREMENTS FOR CONTRACTORS (WITH CONSTRUCTION RISKS) Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons ordamages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. 16 VINEWOOD PARK RENEWAL—PHASE 1 6 Spec. No. 19-02 5-01. Minimum Scope of Insurance Coverage shall be at least as broad as: 1. Insurance Services Office Commercial Liability Coverage (occurrence form CG 0001). 2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto). 3. Worker's Compensation insurance as required by the State of California and Employer's Liability Insurance. 4. Course of Construction insurance covering for"all risks" of loss. 5-02. Minimum Limits of Insurance Contractor shall maintain limits no less than: 1. General Liability: $1,000,000 per occurrence for bodily injury,personal injury and property damage including operations, products and completed operations. If Commercial General Liability Insurance or other form with a general aggregate limit is used, eitherthe general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. 3. Employer's Liability: $1,000,000 per accident for bodily injury and property damage. 4. Course of Construction: Completed value of the project with no co-insurance penalty provisions. 5-03. Deductibles and Self-insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City.At the option of the City,either:the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers,officials, employees and volunteers;orthe Contractor shall provide a financial guarantee satisfactory to the City guaranteeing payment of losses and related investigations, claim administration and defense expenses. 5-04. Other Insurance Provisions The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: 1. The City, its officers, officials, employees and volunteers are to be covered as Additional Insured with respect to liability arising out of automobiles owned, leased, hired or borrowed by or on behalf of the contractor; and with respect to liability arising out of work or operations performed by or on behalf of the Contractor including materials, parts or equipment furnished in connection with such work or operations. General liability coverage can be provided in the form of an endorsement to the Contractor's insurance,or as a separate owner's policy. 2. The workers' compensation policy is to be endorsed with a waiver of subrogation. The insurance company, in its endorsement,agrees to waive all rights of subrogation against the City,its officers,officials, employees and volunteers for losses paid under the terms of this policy which arises from the work performed by the named insured for the City. 3. For any claims related to this project, the Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees or volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. 17 VINEWOOD PARK RENEWAL—PHASE 1 7 Spec. No. 19-02 4. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. 5. Coverage shall not extend to any indemnity coverage forthe active negligence ofthe additional insured in any case where an agreement to indemnify the additional insured would be invalid under Subdivision(b)of Section 2782 of Civil Code. 6. Course of Construction policies shall contain the following provisions: a.) The City shall be named as loss payee. b.) The insurer shall waive all rights of subrogation against the City. 5-05. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best's rating of no less than the following: A++ VII A-VIII A+VII B++X AVII B+X 5-06. Verification of Coverage. Contractor shall furnish the City with original certificates and amendatory endorsements effecting coverage required by this clause.The endorsements shall be on forms provided by the City or on other than the City's forms, provided those endorsements or policies conform to the requirements. All certificates and endorsements are to be received within 15 days from written notice of contract award,and the work shall not commence until the certificates and endorsements have been approved by the City.The City reserves the right to require complete certified copies of all required insurance policies, including endorsements affecting the coverage required by these Special Provisions at any time. 5-07. Subcontractors. Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor.All coverages for subcontractors shall be subject to all of the requirements stated herein. SECTION 6. RESPONSIBILITIES AND RIGHTS OF CONTRACTOR 6-01. Legal Address of Contractor. Both the address given in the proposal and the Contractor's office in the vicinity of the work are hereby designated as places to either of which drawings, samples, notices, letters or other articles or communications to the Contractor may be mailed or delivered.The delivery at either of these places of any such thing from the City or its agents to the Contractor shall be deemed sufficient service thereof upon the Contractor and the date of such service shall be the date of such delivery.The address named in the proposal may be changed at any time by notice in writing from the Contractor to the City. Nothing herein contained shall be deemed to preclude or render inoperative the service of any drawing, sample, notice, letter or other article or communication to or upon the Contractor personally. 6-02. Office of Contractor at Site. During the performance of this contract, the Contractor shall maintain a suitable office at the site of the work which shall be the headquarters of a representative authorized to receive drawings and any such thing given to the said representatives or delivered at the Contractor's office at the site of work in his or her absence shall be deemed to have been given to the Contractor. 6-03. Attention to Work. The Contractor shall give his or her personal attention to and shall supervise the work to the end that it shall be prosecuted faithfully and when he or she is not personally present on the work, he or she shall at all reasonable times be represented by a competent superintendent or foreman who shall receive and obey all instructions or orders given under this contract and who shall have full authority to execute the same and to supply materials, tools and labor without delay and who shall be the legal representative of the Contractor. The Contractor shall be liable for the faithful observance of any instructions delivered to him or her or to his or her authorized representative. 6-04. Liability of Contractor. The Contractor shall do all of the work and furnish all labor, materials, tools and appliances,except as otherwise herein expressly stipulated, necessary or proper for performing and completing the 18 VINEWOOD PARK RENEWAL—PHASE 1 8 Spec. No. 19-02 work herein required in the manner and within the time herein specified.The mention of any specific duty or liability imposed upon the Contractor shall not be construed as a limitation or restriction of any general liability or duty imposed upon the Contractor by this contract, said reference to any specific duty or liability being made herein merely for the purpose of explanation. The right of general supervision by the City shall not make the Contractor an agent of the City and the liability of the Contractor for all damages to persons orto public or private property,arising from the Contractor's execution of the work, shall not be lessened because of such general supervision. Until the completion and final acceptance by the City of all the work under and implied by this contract, the work shall be underthe Contractor's responsible care and charge.The Contractorshall rebuild,repair,restore and make good all injuries, damages, re-erections and repairs, occasioned or rendered necessary by causes of any nature whatsoever, excepting only acts of God and none other, to all or any portions of the work, except as otherwise stipulated. To the fullest extent permitted by law, Contractor shall indemnify and hold harmless the City and its officers, directors, agents and employees from and against all claims, damages, losses and expenses including but not limited to attorneys' fees, costs of suit, expert witness fees and expenses and fees and costs of any necessary private investigators arising out of or resulting from the performance of the work, provided that any such claim, damage, loss or expense(1)is attributable to bodily injury,sickness,disease ordeath,orto injuryto or destruction of tangible property, other than the work itself, including the loss of use resulting therefrom and (2) is caused in whole or in part by any act or omission of the Contractor, any subcontractor, or anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder, or by the negligence or omission of a party indemnified herein. In any and all claims against the City or any of its agents or employees by any employee of the Contractor, any subcontractor,anyone directly or indirectly employed by any of them,or anyone forwhose acts any of them may be liable, the indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any subcontractor under workers' or workmen's compensation acts, disability benefit acts, or other employee benefit acts. The obligation to indemnify shall extend to and include acts of the indemnified party which may be negligent or omissions which may cause negligence. The City shall have the right to estimate the amount of such damage and to cause the City to pay the same and the amount so paid for such damage shall be deducted from the money due the Contractor under this contract; or the whole or so much of the money due or to become due the Contractor under this contract as may be considered necessary by the City,shall be retained by the City until such suits or claims for damages shall have been settled or otherwise disposed of and satisfactory evidence to that effect furnished to the City. 6-05. Protection of Persons and Property. The Contractorshall furnish such watchman,guards,fences,warning signs,walks and lights as shall be necessary and shall take all other necessary precautions to prevent damage or injury to persons or property. All property line fences and improvements in the vicinity of the work shall be protected by the Contractor and, if they are injured or destroyed, they and any other property injured by the Contractor, his or her employees or agents, shall be restored to a condition as good as when he or she entered upon the work. 6-06. Protection of City Against Patent Claims. All fees, royalties or claims for any patented invention,article or method that may be used upon or in any manner connected with the work under this contract shall be included in the price bid for the work and the Contractor and his or her sureties shall protect and hold the City,together with all of its officers, agents, servants and employees, harmless against any and all demands made for such fees or claims brought or made on account of this contract. The Contractor shall, if requested by the Engineer, furnish acceptable proof of a proper release from all such fees or classes. Should the Contractor, his or her agents, servants or employees, or any of them be enjoined from furnishing or using any invention, article, material or appliance supplied or required to be supplied or used under this contract, the Contractor shall promptly substitute other articles, materials or appliance, in lieu thereof, of equal efficiency, quality, finish, suitability and market value and satisfactory in all respects to the Engineer. Or, in the event that the Engineer elects, in lieu of such substitution, to have supplied and to retain and use, any such invention, article, 19 VINEWOOD PARK RENEWAL—PHASE 1 9 Spec. No. 19-02 material or appliance,as may by this contract be required to be supplied, in that event the Contractor shall pay such royalties and secure such valid licenses as may be requisite and necessary for the City, its officers, agents, servants and employees, or any of them, to use such invention, article, material or appliance without being disturbed or in anyway interfered with by any proceeding in law or equity on account thereof.Should the Contractor neglect or refuse to make the substitution promptly, or to pay such royalties and secure such licenses as may be necessary,then in that event the Engineer shall have the right to make such substitution, or the City may pay such royalties and secure such licenses and charge the cost thereof against any money due to the Contractor from the City or recover the amount thereof from him or her and his or her sureties notwithstanding final payment under this contract may have been made. 6-07. Protection of Contractor's Work Property. The Contractor shall protect his or her work, supplies and materials from damage due to the nature of the work, the action of the elements, trespassers, or any cause whatsoever under his or her control, until the completion and acceptance of the work. Neitherthe City nor any of its agents assumes any responsibility for collecting indemnity from any person or persons causing damage to the work of the Contractor. 6-08. Regulations and Permits. The Contractor shall secure and pay for all permits,give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn and specified. If the Contractor observes that the Plans and Special Provisions are at variance therewith, he or she shall promptly notify the Engineer in writing and any necessary changes shall be adjusted as provided in the contract for changes in the work. The contractor and any subcontractors shall each secure and maintain a valid City of Ukiah Business License.The City of Ukiah will issue a no fee encroachment permit to the Contractor allowing him or herto perform work within City right of way or within City property after the Contract Documents have been executed and insurance certificates and endorsements have been approved by the City. 6-09. Construction Utilities. The Contractor shall be responsible for providing for and in behalf of his or her work under this contract, all necessary utilities, such as special connection to water supply, telephones, power lines, fences, roads, watchmen, suitable storage places, etc. 6-10. Approval of Contractor's Plans. The approval by the Engineer of any drawing or any method of work proposed by the Contractor in accordance with paragraph 8-06 shall not relieve the Contractor of any of his or her responsibility for his or her errors therein and shall not be regarded as any assumption of risk or liability by the City or any officer or employee thereof and the Contractor shall have no claim under this contract on account of the failure or partial failure or inefficiency of any plan or method so approved. Such approval shall be considered to mean merely that the Engineer has no objection to the Contractor's using, upon his or her own full responsibility the plan or method approved. 6-11. Suggestions to the Contractor. Any plan or method of work suggested by the Engineer to the Contractor, but not specified or required, if adopted or followed by the Contractor in whole or in part, shall be used at the risk and responsibility of the Contractor; and the Engineer and the City shall assume no responsibility thereof. 6-12. Termination of Unsatisfactory Subcontracts. Should any subcontractor fail to perform in a satisfactory manner the work undertaken by him, such subcontract shall be terminated immediately by the Contractor upon notice from the Engineer. 6-13. Preservation of Stakes and Marks. The Contractor shall preserve carefully bench marks, reference points and stakes and in case of destruction he or she shall replace his or her stakes, reference points and bench marks and shall be responsible for any mistakes that may be caused by their unnecessary loss or disturbance. Contractor's attention is directed to Section 7-03 of these Special Provisions. 6-14. Assistance to Engineer. At the request of the Engineer the Contractor shall provide men from his or her force and tools,stakes and other materials to assist the Engineer temporarily in making measurements and surveys and in establishing temporary or permanent reference marks. Payment for such materials and assistance will be made as provided for under the caption"Extra Work,"provided, however,that the cost of setting stakes and marks carelessly lost or destroyed by the Contractor's employees will be assessed to the Contractor. 6-15. Removal of Condemned Materials and Structures. The Contractor shall remove from the site of the work, without delay,all rejected and condemned materials or structures of any kind brought to or incorporated in the work and upon his or her failure to do so, or to make satisfactory progress in so doing,within forty-eight(48) hours after 20 VINEWOOD PARK RENEWAL—PHASE 1 10 Spec. No. 19-02 the service of a written notice from the Engineer,the condemned material or work maybe removed by the City and the cost of such removal shall be taken out of the money that may be due or may become due the Contractor on account of or by virtue of this contract. No such rejected or condemned material shall again be offered for use by the Contractor under this Contract. 6-16. Proof of Compliance with Contract. In order that the Engineer may determine whether the Contractor has complied with the requirements of this contract, not readily enforceable through inspection and tests of the work and materials, the Contractor shall, at any time when requested, submit to the Engineer properly authenticated documents or other satisfactory proofs as to his or her compliance with such requirements. 6-17. Errors and Omissions. If the Contractor, in the course of the work,finds any errors or omissions in plans or in the layout as given by survey points and instruction, or if he or she finds any discrepancy between the plans and the physical conditions of the locality, he or she shall immediately inform the Engineer, in writing and the Engineer shall promptly verify the same.Any work done after such discovery, until authorized,will be done at the Contractor's risk. 6-18. Cooperation. The Contractor shall cooperate with all other contractors who may be performing work in behalf of the City and workmen who may be employed by the City on any work in the vicinity of the work to be done under this contract with the work of such contractors orworkmen. he or she shall make good promptly,at his or her own expense, any injury or damage that may be sustained by other contractors or employees of the City at his or her hands. Any difference or conflict which may arise between the Contractor and other contractors,or between the contractor and workmen of the City in regard to their work shall be adjusted and determined by the Engineer. If the work of the Contractor is delayed because of any acts or omissions of any other contractor or of the City,the Contractor shall on that account have no claim against the City other than for an extension of time. 6-19. Right of Contractor to Stop Work. Under the following conditions the Contractor shall have the right, if he or she so desires,to stop the work and terminate the contract upon ten (10)days written notice to the Engineer and recover from the City payment for all work actually performed and for all satisfactory materials actually delivered to the site of the work for permanent incorporation therein, all as may be shown by the estimate of the Engineer. (1) If the work is stopped under an order of any court or other competent public authority for a period of time of three(3) months through no act or fault of the Contractor or of anyone employed by him. (2) If the Engineer fails to issue the monthly certificate for payment in accordance with the terms of this contract. (3) If the City fails to pay the Contractor within sixty (60) days after it shall have become due, as provided by the terms of this contract, any sum certified by the Engineer or awarded by the City. All provided that if such action to terminate the contract be not instituted by the Contractor within ten(10)days after the alleged existence of such condition and if written notice of such action be not at that time delivered to the City and the Engineer, then such right shall lapse until another occasion arises according to this section. 6-20. Hiring and Dismissal of Employees. The Contractor shall employ only such foremen, mechanics and laborers as are competent and skilled in their respective lines of work and whenever the Engineer shall notify the Contractor that any person on the work is, in his or her opinion, incompetent, unfaithful, intemperate or disorderly, or refuses to carry out the provisions of this contract, or uses threatening or abusive language to any person on the work representing the City, or is otherwise unsatisfactory, such person shall be discharged im mediately from the work and shall not be re-employed upon it except with the consent of the Engineer. 6-21. Wage Rates. 1. Contractor shall pay all mechanics and laborers employed or working upon the site of the work unconditionally and without subsequent deductions or rebate on any account the full amounts due at the time of payment at wage rates not less than those contained in the applicable prevailing wage determination, regardless of any contractual relationship which may be alleged to exist between the Contractor and subcontractors and such laborers and mechanics. 21 VINEWOOD PARK RENEWAL—PHASE 1 11 Spec. No. 19-02 2. Contractor shall comply with the California Labor Code Section 1775. In accordance with said Section 1775,Contractorshall forfeit as a penaltyto the Owner,$50.00(orthe higher minimum penalty as provided in Section 1775(B)(ii)—(iii))for each calendar day or portion thereof,for each workman paid less than the stipulated prevailing rates for such work or craft in which such workman is employed for any work done under the Contract by him or her or by any subcontractor under him or her in violation of the provisions of the Labor Code and in particular, Labor Code Sections 1770 to 1780, inclusive. In addition to said penalty and pursuant to Section 1775, the difference between such stipulated prevailing wage rates and the amount paid to each workman for each calendar day or portion thereof for which each workman was paid less than the stipulated prevailing wage rate shall be paid to each workman by the Contractor. 3. Pursuant to the provision of Section 1770 of the Labor Code of the State of California, Owner has ascertained the general prevailing rate of wages (which rate includes employer payments for health and welfare,vacation, pension and similar purposes)applicable to the work to be done,for straight time work. The holiday wage rate listed shall be applicable to all holidays recognized in the collective bargaining agreement of the particular craft, classification or type of workmen concerned. Copies of the General Prevailing Wage Determination are available on the Internet at web address: http://www.dir.ca.gov/DLSR/PWD The Contractor shall post the wage determination at the site of work in a prominent place where it can easily be seen by the workers. 4. City will not recognize any claim for additional compensation because the Contractor has paid any rate in excess of the prevailing wage rate obtained by the Contractor.The possibility of wage increases is one of the elements to be considered by the Contractor in determining his or her bid and will not in any circumstances be considered as the basis for a claim against the City. 5. The Labor Commissioner through the Division of Labor Standards Enforcement(DLSE) may at any time require contractors and subcontractors to furnish electronic certified payroll records directly to DLSE. Commencing with contracts awarded or afterApril 1,2015,all contractors and subcontractors must furnish electronic certified payroll records directly to the DLSE. 6. Travel and Subsistence Payments. Contractor shall make travel and subsistence payments to each workman needed to execute the work in accordance with the requirements in Section 1773.8 of the Labor Code (Chapter 880, Statutes of 1968). 7. Apprentices. Attention is directed to the provisions in Sections 1777.5 (Chapter 1411, Statutes of 1968) and 1777.6 of the California Labor Code concerning the employment of apprentices by the Contractor or any subcontractor under him. Contractor and any subcontractor under him or her shall comply with the requirements of said sections in the employment of apprentices. Information relative to apprenticeship standards,wage schedules and other requirements may be obtained from the Director of Industrial Relations, ex officio the Administrator of Apprenticeship, San Francisco,California,or from the Division of Apprenticeship Standards and its branch offices. 6-22. Cleaning Up. The Contractor shall not allow the site of the work to become littered with trash and waste material, but shall maintain the same in a neat and orderly condition throughout the construction period. The Engineer shall have the right to determine what is or is not waste material or rubbish and the place and manner of disposal. On or before the completion of the work,the Contractor shall without charge therefore carefully clean out all pits, pipes, chambers or conduits and shall tear down and remove all temporary structures built by him or her and shall remove rubbish of all kind from any of the grounds which he or she has occupied and leave them in first class condition. 6-23. Guaranty. All work shall be guarantied for a period of one year from the date of acceptance by the City.The Contractor shall promptly make all needed repairs arising out of defective materials,workmanship and equipment. 22 VINEWOOD PARK RENEWAL—PHASE 1 12 Spec. No. 19-02 The City is hereby authorized to make such repairs if within ten days after the mailing of a notice in writing to the Contractor or his or her agent,the Contractor shall neglect to make or undertake with due diligence the aforesaid repairs, provided, however, that in case of an emergency where, in the opinion of the City delay would cause serious loss or damage, repairs may be made without notice being sent to the Contractor and the Contractor shall pay the costs thereof. Pursuant to the provisions of Section 4-03 of these Special Provisions, the Contractor shall furnish a Defective Material and Workmanship Bond in an amount not less than 5 percent of the final contract price, which shall be effective for a period of one (1) year after the completion and acceptance of the work. SECTION 7. RESPONSIBILITIES AND RIGHTS OF CITY 7-01. Authority of the Engineer. All work done under this contract shall be done in a workmanlike manner and shall be performed to the reasonable satisfaction of the Engineer,who shall have general supervision of all work included hereunder. To prevent disputes and litigation, the Engineer(1) shall in all cases determine the amount, quality, acceptability and fitness of the several kinds of work and materials which are to be paid for under this contract, (2)shall decide all questions relative to the true construction,meaning and intent of the Special Provisions and Drawings, (3) shall decide all questions which may arise relative to the classifications and measurements of quantities and materials and the fulfillment of this contract and (4) shall have the power to reject or condemn all work or material which does not conform to the terms of this contract. his or her estimate and decision in all matters shall be a condition precedent to an appeal for arbitration,orthe right of the Contractorto receive,demand,or claim any money or other compensation under this agreement and a condition precedent to any liability on the part of the City to the Contractor on account of this contract.Wheneverthe Engineer shall be unable to act, in consequence of absence or other cause,then such engineer as the Engineer orthe City shall designate,shall perform any and all of the duties and be vested with any or all of the powers herein given to the Engineer. 7-02. Inspection. The City will provide engineering personnel for the inspection of the work. The Engineer and his or her representatives shall at all times have access to the work whenever it is in preparation or progress and the Contractor shall provide proper facilities for such access and inspection. If the Special Provisions,the Engineer's instruction, laws,ordinances,or any public authority require any workto be specially tested or approved,the Contractor shall give the Engineertimely notice of its readiness for inspection and, if the inspection is by an authority otherthan the Engineer, of the date fixed for such inspection. Inspections by the Engineer shall be promptly made at the source of supply where practicable. If any work shall be covered up without approval or consent of the Engineer, it must, if required by the Engineer,be uncovered for examination and properly restored at the Contractor's expense. Re-examination of any work may be ordered by the Engineer and, if so ordered,the work must be uncovered by the Contractor. If such work is found to be in accordance with the contract documents,the City shall pay the cost of re- examination and replacement. If such work is not in accordance with the contract documents,the Contractor shall pay such cost. Properly authorized and accredited inspectors shall be considered to be the representatives of the City limited to the duties and powers entrusted to them. It will be their duty to inspect materials and workmanship of those portions of the work to which they are assigned, either individually or collectively, under instructions of the Engineer and to report any and all deviations from the Drawings,Special Provisions and other contract provisions which may come to their notice. Any inspector may be considered to have the right to order the work entrusted to his or her supervision stopped, if in his or her opinion such action becomes necessary, until the Engineer is notified and has determined and ordered that the work may proceed in due fulfillment of all contract requirements. 7-03. Surveys. Contractor shall furnish all land surveys, establish all base lines and bench marks and make sufficient detailed surveys needed for working points, lines and elevations. The Contractor shall develop all slope stakes and batter boards. Contractor shall also develop all additional working points, lines and elevations as he or she may desire to facilitate his or her methods and sequence of construction. 23 VINEWOOD PARK RENEWAL—PHASE 1 13 Spec. No. 19-02 7-04. Rights-of-Way. The City will provide all necessary rights-of-way and easements in or beneath which work will be performed by the Contractor under this contract. 7-05. Retention of Imperfect Work. If any portion of the work done or material furnished under this contract shall prove defective and not in accordance with the Plans and Special Provisions, and if the imperfection in the same shall not be of sufficient magnitude or importance to make the work dangerous or undesirable,the Engineer shall have the right and authority to retain such work instead of requiring the imperfect work to be removed and reconstructed, but he or she shall make such deductions therefor in the payments due or to become due the Contractor as may be just and reasonable. 7-06. Changes in the Work. The Engineer shall have the right, in writing,to order additions to,omissions from,or corrections, alterations and modifications in the line, grade, form, dimensions, plan, or kind or amount of work or materials herein contemplated, or any part thereof, either before or after the beginning of construction. However, the arithmetical sum of the cost to the City of additions and subtractions from the work underthis contract shall not exceed 10 percent of original contract amount or $5,000, whichever is the greater, unless based upon a supplementary agreement to be made therefore. The order of such additions,omissions, corrections, alterations and modifications shall be in writing and signed by the Engineer and, in order,shall then be binding upon the Contractor. The Contractor shall proceed with the work as changed and the value of such change shall be determined as provided for in section 10-07 of these Special Provisions. Such alterations shall in no way affect, vitiate, or make void this contract or any part thereof, except that which is necessarily affected by such alterations and is clearly the evident intention of the parties to this contract. 7-07. Additional Drawings by City. The drawings made a part of this contract at the time of its execution are intended to be fairly comprehensive and to indicate in more or less detail the scope of the work. In addition to these drawings, however,the Engineer shall furnish such additional drawings from time to time during the progress of the work as are necessary to make clear or to define in greater detail the intent of the Special Provisions and the contract drawings and the Contractor shall make his or her work conform to all such drawings. 7-08. Additional and Emergency Protection. Whenever, in the opinion of the Engineer,the Contractor has not taken sufficient precautions for the safety of the public or the protection of the works to be constructed under this contract,or of adjacent structures or property which may be injured by the processes of construction on account of such neglect and whenever, in the opinion of the Engineer,an emergency shall arise and immediate action shall be considered necessary in order to protect public or private, personal or property interest,then and in that event,the Engineer,with or without notice to the Contractor may provide suitable protection to the said interests by causing such work to be done and such material to be furnished as shall provide such protection as the Engineer may consider necessary and adequate. The cost and expense of such work and material so furnished shall be borne by the Contractor and, if the same shall not be paid on presentation of the bills therefor,then such costs shall be deducted from any amounts due orto become due the Contractor. The performance of such emergency work underthe direction of the Engineer shall in no way relieve the Contractor from any damages which may occur during or after such precaution has been taken by the Engineer. 7-09. Suspension of Work. The City may at any time suspend the work or any part thereof by giving five(5)days written notice to the Contractor. The work shall be resumed by the Contractor within ten (10) days after the date fixed in the written notice from the City to the Contractor so to do. The City shall reimburse the Contractor for expense incurred by the Contractor in connection with the work underthis contract as a result of such suspension. If the work, or any part thereof, shall be stopped by the notice in writing aforesaid and if the City does not give notice in writing to the Contractorto resume work at a date within ten (10)days of the date fixed in the written notice to suspend,then the Contractor may abandon that portion of the work so suspended and he or she will be entitled to the estimates and payments for all work done on the portions so abandoned,if any, plus 5 percent of the value of the work so abandoned, to compensate for loss of overhead, plant expense and anticipated profit. 24 VINEWOOD PARK RENEWAL—PHASE 1 14 Spec. No. 19-02 7-10. Right of City to Terminate Contract. If the Contractor should be adjudged a bankrupt, or if he or she should make a general assignment for the benefit of his or her creditors, or if a receiver should be appointed on account of his or her insolvency, or if he or she should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided,to supply sufficient properly skilled workmen or proper materials,or if he or she should fail to make prompt payments to subcontractors or for material or labor, or persistently disregard laws,ordinances or the instructions of the Engineer,or otherwise be guilty of a substantial violation of any provision of the contract,then the City, upon the certificate of the Engineer that sufficient cause exists to justify such action, may, without prejudice to any other right or remedy and after giving the Contractor seven days written notice, terminate the employment of the Contractor and take possession of the premises and of all materials, tools and appliances and finish the work by whatever method the City may deem expedient. In such case, the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the contract price shall exceed the expense of finishing the work, including compensation for additional managerial and administrative services, such excess shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor shall pay the difference to the City. The expense incurred by the City as herein provided and the damage incurred through the Contractor's default, shall be certified by the Engineer. 7-11. Use of Completed Portions. The City shall have the right to take possession of and use any completed or partially completed portions of the work, notwithstanding the time for completing the entire work or such portions which may not have expired; but such taking possession and using shall not be deemed an acceptance of any work not completed in accordance with the contract documents. If such prior use increases the cost of or delays the work,the Contractor shall be entitled to such extra compensation,or extension of time or both,as the Engineer may determine. SECTION 8. WORKMANSHIP, MATERIALS and EQUIPMENT 8-01. General Quality. Materials and equipment shall be new and of a quality equal to that specified or approved. Work shall be done and completed in a thorough and workmanlike manner. 8-02. Quality in Absence of Detailed Specifications. Whenever under this contract it is provided that the Contractor shall furnish materials or manufactured articles or shall do work for which no detailed specifications are set forth,the materials or manufactured articles shall be of the best grade in quality and workmanship obtainable in the market from firms of established good reputation,or, if not ordinarily carried in stock,shall conform to the usual standards for first-class materials or articles of the kind required,with due consideration of the use to which they are to be put. In general,the work performed shall be in full conformity and harmony with the intent to secure the best standard of construction and equipment of the work as a whole or in part. 8-03. Materials and Equipment Specified by Name. Whenever any material or equipment is indicated or specified by patent or proprietary name or by the name of the manufacturer,such specification shall be considered as used for the purpose of describing the material or equipment desired and shall be considered as followed by the words "or approved equal". The Contractor may offer any material or equipment which shall be equal in every respect to that specified, provided that written approval first is obtained from the Engineer. 8-04. Source of Materials. Price,fitness and quality being equal, preference shall be given by the Contractor for supplies grown, manufactured or produced in the State of California and,next,for such products partially produced in this State in accordance with Government Code Section 4332. 8-05. Storage of Materials. Materials shall be so stored to ensure the preservation of their quality and fitness for the work. They shall be so located and disposed that prompt and proper inspection thereof may be made. 8-06. Drawings, Samples and Tests. As soon as possible after execution of the contract, the Contractor shall submit to the Engineer, in quintuplicate,sufficient information including,if necessary,assembly and detail drawings to demonstrate fully that the equipment and materials to be furnished comply with the provisions and intent of these Special Provisions and Drawings. If the information thus submitted indicates the equipment or materials is acceptable,the Engineerwill return one copy stamped with his or her approval;otherwise,one copy will be returned with an explanation of why the equipment or material is unsatisfactory. The Contractor shall have no claims for damages or for extension of time on account of any delay due to the revision of drawings or rejection of material. Fabrication or other work performed in advance of approval shall be done entirely at the Contractor's risk. After 25 VINEWOOD PARK RENEWAL—PHASE 1 15 Spec. No. 19-02 approval of equipment or material,the Contractor shall not deviate in any way from the design and specifications given without the written consent of the Engineer. When requested by the Engineer, a sample or test specimens of the materials to be used or offered for use in connection with the work shall be prepared at the expense of the Contractor and furnished by him or her in such quantities and sizes as may be required for proper examination and tests,with all freight charges prepaid and with information as to their sources. All samples shall be submitted before shipment and in ample time to permit the making of propertests,analyses,or examination before the time at which it is desired to incorporate the material into the work. All tests of materials furnished by the Contractor shall be made by the Engineer. Samples shall be secured and tested whenever necessary to determine the quality of the material. SECTION 9. PROSECUTION OF WORK 9-01. Equipment and Methods. The work under this contract shall be prosecuted with all materials, tools, machinery, apparatus and labor and by such methods as are necessary to the complete execution of everything described,shown,or reasonably implied. If at any time before the beginning or during the progress of the work,any part of the Contractor's plant or equipment, or any of his or her methods of execution of the work, appear to the Engineerto be unsafe, inefficient,or inadequate to insure the required quality orthe rate of progress of the work, he or she may order the Contractor to increase or improve his or her facilities or methods and the Contractor shall comply promptly with such orders; but, neither compliance with such orders norfailure of the Engineerto issue such orders shall relieve the Contractor from his or her obligation to secure the degree of safety,the quality of the work and the rate of progress required of the Contractor. The Contractor alone shall be responsible for the safety, adequacy and efficiency of his or her plant, equipment and methods. 9-02. Time of Completion. The Contractor shall promptly begin the work under this contract and shall complete and make ready for full use all portions of the project made the subject of this contract within the time set forth in the agreement bound herewith. 9-03. Avoidable Delays. Avoidable delays in the prosecution or completion of the work shall include all delays which might have been avoided by the exercise of care, prudence, foresight and diligence on the part of the Contractor. The City will consider as avoidable delays within the meaning of this contract (1) delays in the prosecution of parts of the work,which may in themselves be unavoidable, but do not necessarily prevent or delay the prosecution of other parts of the work nor the completion of the whole work within the time herein specified, (2) reasonable loss of time resulting from the necessity of submitting plans to the Engineer for approval and from the making of surveys, measurements, inspections, and testing and (3) such interruptions as may occur in the prosecution of the work on account of the reasonable interference of other contractors employed by the City which do not necessarily prevent the completion of the whole work within the time herein specified. 9-04. Unavoidable Delays. Unavoidable delays in the prosecution or completion of the work under this contract shall include all delays which may result,through cause beyond the control of the Contractor and which he or she could not have provided against by the exercise of care, prudence, foresight and diligence. Orders issued by the City changing the amount of work to be done, the quantity of material to be furnished or the manner in which the work is to be prosecuted and unforeseen delays in the completion of the work of other contractors under contract with the City will be considered unavoidable delays, so far as they necessarily interfere with the Contractor's completion of the whole of the work. Delays due to normally adverse weather conditions will not be regarded as unavoidable delays. However,truly abnormal amounts of rainfall,temperatures or otherweather conditions forthe location of the work and time of year may be considered as unavoidable delays if those conditions necessarily cause a delay in the completion of the work. 9-05. Notice of Delays. Whenever the Contractor foresees any delay in the prosecution of the work and, in any event, immediately upon the occurrence of any delay which the contractor regards as an unavoidable delay, he or she shall notify the Engineer in writing of the probability of the occurrence of such delay and its cause, in order that the Engineer may take immediate steps to prevent, if possible,the occurrence or continuance of the delay,or, if this cannot be done, may determine whether the delay is to be considered avoidable or unavoidable, how long it continues and to what extent the prosecution and completion of the work are to be delayed thereby. 26 VINEWOOD PARK RENEWAL—PHASE 1 16 Spec. No. 19-02 9-06. Extension of Time. Should any delays occur which the Engineer may consider unavoidable, as herein defined,the Contractor shall, pursuant to his or her application, be allowed an extension of time proportional to said delay or delays, beyond the time herein set forth, in which to complete this contract; and liquidated damages for delay shall not be charged against the Contractor by the City during an extension of time granted because of unavoidable delay or delays. Any claim by Contractor for a time extension based on unavoidable delays shall be based on written notice delivered to the Engineer within 15 days of the occurrence of the event giving rise to the claim. Failure to file said written notice within the time specified shall constitute a waiver of said claim. Notice of the full extent of the claim and all supporting data must be delivered to the Engineer within 45 days of the occurrence unless the Engineer specifies in writing a longer period. All claims for a time extension must be approved by the Engineer and incorporated into a written change order. 9-07. Unfavorable Weather and Other Conditions. During unfavorable weather and other conditions, the Contractor shall pursue only such portions of the work as shall not be damaged thereby. No portions of the work whose satisfactory quality or efficiency will be affected by any unfavorable conditions shall be constructed while these conditions remain, unless, by special means or precautions approved by the Engineer,the Contractor shall be able to overcome them. The Contractor shall be granted a time extension of one day for each unfavorable weather day which prevents him or her from placing concrete forms or placing and finishing concrete or asphalt concrete.Such unfavorable weather day is defined as a rain day where precipitation prevents the contractor from performing the work more than four(4) continuous hours within the authorized work period or a temperature day where the ambient temperature is below that specified for the placement of materials associated with the controlling work item for more than four (4) continuous work hours of the authorized work period. 9-08. Saturday, Sunday, Holiday and Night Work. No work shall be done between the hours of 6 p.m. and 7 a.m., nor on Saturdays, Sundays or legal holidays except such work as is necessary for the proper care and protection of work already performed, or except in cases of absolute necessity and in any case only with the permission of the Engineer. It is understood, however,that night work may be established as a regular procedure by the Contractor if he or she first obtains the written permission of the Engineer and that such permission may be revoked at any time by the Engineer if the Contractor fails to maintain at night adequate force and equipment for reasonable prosecution and to justify inspection of the work. 9-09. Hours of Labor. Eight (8) hours of labor shall constitute a legal day's work and the Contractor or any subcontractor shall not require or permit more than eight hours of labor in a day from any person employed by him or her in the performance of the work under this contract, unless paying compensation for all hours worked in excess of eight(8) hours per day at not less than 1'h times the basic rate of pay.The Contractor shall forfeit to the City, as a penalty, the sum of twenty-five dollars ($25.00) for each workman employed in the execution of the contract by him or her or by any subcontractor, for each calendar day during which such laborer, workman, or mechanic is required or permitted to labor more than eight hours in violation of the provisions of Section 1810 to 1816, inclusive, (Article 3, Chapter 1, Part 7, Division 2) of the Labor Code of the State of California and any acts amendatory thereof. SECTION 10. PAYMENT 10-01. Certification by Engineer. All payments under this contract shall be made upon the presentation of certificates in writing from the Engineer and shall show that the work covered by the payments has been done and the payments thereof are due in accordance with this contract. 10-02. Progress Estimates and Payment. The Engineer shall, within the first seven (7) days of each month, make an estimate of the value of the work performed in accordance with this contract during the previous calendar month. The first estimate shall be of the value of the work satisfactorily completed in place and meeting the requirements of the contract. And every subsequent estimate, except the final estimate, shall be of the value of the work satisfactorily completed in place since the last preceding estimate was made; provided, however,that should the 27 VINEWOOD PARK RENEWAL—PHASE 1 17 Spec. No. 19-02 Contractor fail to adhere to the program of completion fixed in this contract,the Engineer shall deduct from the next and all subsequent estimates the full calculated accruing amount of the liquidated damages to the date of said estimate, until such time as the compliance with the program has been restored. The estimate shall be signed by the Engineer and, after approval, the City shall pay or cause to be paid to the Contractor in the manner provided by law, an amount equal to 95 percent of the estimated value of the work satisfactorily performed and complete in place. 10-03. Substitution of Securities. 1. At such times that Pubic Contract Code Section 22300 is in effect Contractor may propose the substitution of securities of at least equal market value for any moneys to be withheld to ensure performance underthe Contract. Market value shall be determined as of the day priorto the date such substitution is to take place.Such substitution shall be made at the request and expense of the Contractor. The securities shall be one or more of the following types: (a) Bonds or interest-bearing notes or obligations of the United States, or those for which the faith and credit of the United States are pledged for the payment of principal and interest. (b) Bonds or interest-bearing notes on obligations that are guaranteed as to principal and interest by a federal agency of the United States. (c) Bonds of the State of California, or those for which the faith and credit of the State of California are pledged for the payment of principal and interest. (d) Bonds or warrants, including, but not limited to, revenue warrants, of any county, city, metropolitan water district, California water district, California water storage district, irrigation district in the State of California, municipal utility district,orschool district of the State of California,which are rated by Moody's or Standard and Poor as A or better. (e) Bonds,consolidated bonds,collateral trust debentures,consolidated debentures,or other obligations issued by federal land banks or federal intermediate credit banks established underthe Federal Farm Loan Act, as amended; debentures and consolidated debentures issued by the Central Bank for Cooperatives and banks for cooperatives established under the Farm Credit Act of 1933, as amended; bonds, or debentures of the Federal Home Loan Bank Board established under the Federal Home Loan Bank Act; and stock, bonds, debentures and other obligations of the Federal National Mortgage Association established under the National Housing Act as amended and bonds of any Federal Home Loan Mortgage Corporation. (0 Commercial paper of"prime" quality as defined by a nationally recognized organization which rates such securities. Eligible paper is further limited to issuing corporations: (1)organized and operating within the United States; (2) having total assets in excess of five hundred million dollars($500,000,000); and (3) approved by the Pooled Money Investment Board of the State of California. Purchases of eligible commercial paper may not exceed 180 days' maturity, nor represent more than 10 percent of the outstanding paper of an issuing corporation. (g) Bills of exchange or time drafts on and accepted by a commercial bank, otherwise known as bankers acceptances, which are eligible for purchase by the Federal Reserve System. (h) Certificates of deposits issued by a nationally or state-chartered bank or savings and loan association. (i) The portion of bank loans and obligations guaranteed by the United States Small Business Administration or the United States Farmers Home Administration. Q) Student loan notes insured under the Guaranteed Student Loan Program established pursuant to the Higher Education Act of 1965,as amended (20 U.S.C. 1001, et seq.)and eligible for resale to the Student Loan Marketing Association established pursuant to Section 133 of the Education Amendments of 1972,as amended (20 U.S.C. 1087-2). 28 VINEWOOD PARK RENEWAL—PHASE 1 18 Spec. No. 19-02 (k) Obligations issued, assumed or guaranteed by International Bank for Reconstruction and Development, the Inter-American Development Bank, the Asian Development Bank, or the Government Development Bank of Puerto Rico. (1) Bonds,debentures and notes issued by corporations organized and operating within the United States. Such securities eligible forsubstitution shall be within the top three ratings of a nationally recognized rating service. 2. The securities shall be deposited with City orwith any commercial bank as escrow agent,who shall arrange for transfer of such securities to the Contractor upon satisfactory completion of the contract. Any interest accrued or paid on such securities shall belong to the Contractor and shall be paid upon satisfactory completion of the contract. The market value of the securities deposited shall at all times be maintained in an amount at least equal,in the sole judgment of City,to the moneys to be withheld pursuant to the Contract Documents to ensure performance of the Contract. In order to comply with this condition, Contractor shall deposit additional securities as necessary upon request by City or the escrow agent. 3. Upon acceptance of any Proposal that includes substituting securities for amounts withheld to ensure performance, a separate escrow agreement satisfactory in form and substance to City shall be prepared and executed by City,the Contractor and the escrow agent,which may be City. The escrow agreement shall specify, among other matters, value of securities to be deposited; procedures for valuing the securities and for adding or withdrawing securities to maintain the market value of the deposited securities at least equal to the amount of moneys which would otherwise be withheld;the terms and conditions of conversion to cash in case of the default by the Contractor; and terms, conditions and procedure for termination of the escrow. City shall have no obligation to enter any such Agreement that does not provide the City with the unilateral right to convert securities to cash and to gain immediate possession of the cash. 10-04. Acceptance. The work must be accepted by vote of the City Council of the City of Ukiah when the whole shall have been completed satisfactorily. The Contractor shall notify the Engineer, in writing, of the completion of the work,whereupon the Engineer shall promptly, by personal inspection,satisfy himself as to the actual completion of the work in accordance with the terms of the contract and shall thereupon recommend acceptance by the City Council. 10-05. Final Estimate and Payment. The Engineer shall,as soon as practicable after the final acceptance of the work done under this contract, make a final estimate of the amount of work done thereunder and the value thereof. Such final estimate shall be signed by the Engineer,and after approval,the City shall pay or cause to be paid to the Contractor, in the manner provided by law,the entire sum so found to be due hereunder, after deducting therefrom all previous payments and such other lawful amounts as the terms of this contract prescribe. In no case will final payment be made in less than thirty-five(35)days afterthe filing of the notice of completion with the County Recorder. 10-06. Delay Payments. Should any payment due the Contractor or any estimate be delayed,through fault of the City beyond the time stipulated, such delay shall not constitute a breach of contract or be the basis for a claim for damages, but the City shall pay the Contractor interest on the amount of the payment at the rate of 6 percent per annum for the period of such delay.The terms for which interest will be paid shall be reckoned, in the case of any monthly or progress payment, from the twentieth day of the month next succeeding the month in which the work was performed to the date of payment of the estimate; and in the case of the final estimate,from the forty-fifth day after acceptance to the date of payment of the final estimate. The date of payment of any estimate shall be considered the day on which the payment is offered or mailed as evidenced by the records of the Treasurer of the City. If interest shall become due on any delayed payment, the amount thereof, as determined by the City, shall be added to a succeeding payment. If the interest shall become due on the final payment, it shall be paid on a supplementary voucher to interest or any sum or sums which, by the terms of this contract, the City is authorized to reserve or retain. 10-07. Extra Work and Work Omitted. Whenever corrections,alterations,or modifications of the work under this contract ordered by the Engineer and approved by the City increase the amount of work to be done, such added 29 VINEWOOD PARK RENEWAL—PHASE 1 19 Spec. No. 19-02 work shall be known as"extra work";and when such corrections,alterations,or modifications decrease the amount of work to be done, such subtracted work shall be known as "work omitted". When the Contractor considers that any changes ordered involve extra work, he or she shall immediately notify the Engineer in writing and subsequently keep him or her informed as to when and where extra work is to be performed and shall make claim for compensation therefor each month not laterthan the first day of the month following that in which the work claimed to be extra work was performed and he or she shall submit a daily complete statement of materials and labor used and expenses incurred on account of extra work performed, showing allocation of all materials, labor and expenses. All such claims shall state the date of the Engineer's written order and the date of approval by the City authorizing the work on account of which claim is made. Unless such notification is made in writing within the time specified and unless complete statements of materials used and expenses incurred on account of such extra work are furnished as above required, the Contractor shall not be entitled to payment on account of extra work and Contractor shall be deemed to have waived the right to make any future claims for compensation for such extra work. When changes decrease the amount of work to be done,they shall not constitute a claim for damages on account of anticipated profits on the work that may be omitted. 10-08. Compensation for Extra Work or Work Omitted. Whenever corrections,additions,or modifications in the work under this contract change the amount of work to be done or the amount of compensation due the Contractor, excepting increases or decreases in contract items having unit contract prices for each measurable quantity installed in place,and such changes have been ordered in writing by the Engineer and approved by the City prior to the Contractor performing the extra work,then a price may be agreed upon. Failing such an agreement in price,the Contractor shall be compensated for performing extra work pursuant to the provisions of Section 4-1.03 D,"Extra Work", and Section 9-1.03,"Force Account Payment" of the Standard Specifications. This method of determining the price of work shall not apply to the performance of any work which is required or reasonably implied to be performed or furnished under this contract. 10-09. Compensation to the City for Extension of Time. In case the work called for under this contract is not completed within the time limit stipulated herein,the City shall have the right as provided hereinabove,to extend the time of completion thereof. If the time limit be so extended,the City shall have the right to charge to the Contractor and to deduct from the final payment for the work the actual cost to the City of engineering, inspection, superintendence and other overhead expenses which are directly chargeable to the contract and which accrue during the period of such extension, except that the cost of final unavoidable delays shall not be included in such charges. 10-10. Liquidated Damages for Delay. It is agreed by the parties to the contract that time is of the essence and that, in case all the work is not completed before or upon the expiration of the time limit as set forth,damage, other than those cost items identified in section 10-09,will be sustained by the City and that it is and will be impracticable to determine the actual amount of damage by reason of such delay; and it is therefore agreed that the Contractor will pay to the City the sum of five hundred dollars ($500.00) per day for each and every calendar day's delay beyond the time prescribed. SECTION 11. MISCELLANEOUS 11-01. Notice. Whenever any provision of the contract documents requires the giving of written notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm orto an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. If mailed,the notice shall be deemed received on the date of delivery stated in the return receipt. 11-02. Computation of Time. When any period of time is referred to in the Contract Documents by days, it shall be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation. 30 VINEWOOD PARK RENEWAL—PHASE 1 20 Spec. No. 19-02 11-03.Claims Procedure Required by Public Contract Code Section 9204.This section shall apply to any claim by the Contractor arising in connection with this project in accordance with Public Contract Code Section 9204. a, For purposes of this section "Claim" means a separate demand by the Contractor sent by registered mail or certified mail with return receipt requested, for one or more of the following: (A) A time extension, including,without limitation,for relief from damages or penalties for delay assessed by the City under this contract. (B) Payment by the City of money or damages arising from work done by, or on behalf of,the Contractor pursuant to this contract and payment for which is not otherwise expressly provided or to which the Contractor is not otherwise entitled. (C) Payment of an amount that is disputed by the City. b. (1) (A) Upon receipt of a claim pursuant to this section,the City shall conduct a reasonable review of the claim and, within a period not to exceed 45 days, shall provide the Contractor a written statement identifying what portion of the claim is disputed and what portion is undisputed. Upon receipt of a claim,a public entity and the contractor may, by mutual agreement, extend the time period provided in this subdivision. (B) The Contractor shall furnish reasonable documentation to support the claim. (C) If the City needs approval from its governing body to provide the Contractor a written statement identifying the disputed portion and the undisputed portion of the claim, and the governing body does not meet within the 45 days or within the mutually agreed to extension of time following receipt of a claim sent by registered mail or certified mail, return receipt requested,the City shall have up to three days following the next duly publicly noticed meeting of the governing body after the 45-day period, or extension, expires to provide the claimant a written statement identifying the disputed portion and the undisputed portion. (D) Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the City issues its written statement. If the City fails to issue a written statement, paragraph (3)shall apply. (2) (A) If the Contractor disputes the City's written response, or if the City fails to respond to a claim issued pursuant to this section within the time prescribed, the Contractor may demand in writing an informal conference to meet and confer for settlement of the issues in dispute. Upon receipt of a demand in writing sent by registered mail or certified mail, return receipt requested, the City shall schedule a meet and confer conference within 30 days for settlement of the dispute. (B) Within 10 business days following the conclusion of the meet and confer conference, if the claim or any portion of the claim remains in dispute, the City shall provide the claimant a written statement identifying the portion of the claim that remains in dispute and the portion that is undisputed.Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement.Any disputed portion of the claim, as identified by the contractor in writing,shall be submitted to nonbinding mediation, with the City and the Contractor sharing the associated costs equally. The City and Contractor shall mutually agree to a mediator within 10 business days after the disputed portion of the claim has been identified in writing. If the parties cannot agree upon a mediator,each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate with regard to the disputed portion of the claim. Each party shall bear the fees and costs charged by its respective mediator in connection with the selection of the neutral mediator. If mediation is unsuccessful, the parts of the claim remaining in dispute shall be subject to applicable procedures outside this section. 31 VINEWOOD PARK RENEWAL—PHASE 1 21 Spec. No. 19-02 (C) For purposes of this section, mediation includes any nonbinding process, including, but not limited to, neutral evaluation or a dispute review board, in which an independent third party or board assists the parties in dispute resolution through negotiation or by issuance of an evaluation. Any mediation utilized shall conform to the timeframes in this section. (D) Unless otherwise agreed to in writing by the City and the Contractor,the mediation conducted pursuant to this section shall excuse any further obligation under Public Contract Code Section 20104.4 to mediate after litigation has been commenced. (3) Failure by the City to respond to a claim from the Contractor within the time periods described in this subdivision or to otherwise meet the time requirements of this section shall result in the claim being deemed rejected in its entirety.A claim that is denied by reason of the public entity's failure to have responded to a claim,or its failure to otherwise meet the time requirements of this section,shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the Contractor. (4) Amounts not paid in a timely manner as required by this section shall bear interest at 7 percent per annum. (5) If a subcontractor or a lower tier subcontractor lacks legal standing to assert a claim against a public entity because privity of contract does not exist,the Contractor may present to the public entity a claim on behalf of a subcontractor or lower tier subcontractor.A subcontractor may request in writing,either on his or her own behalf or on behalf of a lower tier subcontractor,that the Contractor present a claim for work which was performed by the subcontractor or by a lower tier subcontractor on behalf of the subcontractor.The subcontractor requesting that the claim be presented to the public entity shall furnish reasonable documentation to support the claim.Within 45 days of receipt of this written request,the Contractor shall notify the subcontractor in writing as to whetherthe Contractor presented the claim to the public entity and, if the original contractor did not present the claim, provide the subcontractor with a statement of the reasons for not having done so. c. A waiver of the rights granted by this section is void and contrary to public policy, provided, however,that(1) upon receipt of a claim, the parties may mutually agree to waive, in writing, mediation and proceed directly to the commencement of a civil action or binding arbitration, as applicable; and (2) the City may prescribe reasonable change order, claim, and dispute resolution procedures and requirements in addition to the provisions of this section, so long as the contractual provisions do not conflict with or otherwise impair the timeframes and procedures set forth in this section. 11-04. Litigation and Forum Selection. Contractor and City stipulate and agree that any litigation relating to the enforcement or interpretation of this contract, arising out of Contractor's performance or relating in any way to the work shall be brought in Mendocino County and that venue will lie in Mendocino County. Except as otherwise expressly provided by law,the parties waive any objections they might otherwise have to the propriety ofjurisdiction or venue in the state courts in Mendocino County and agree that California law shall govern any such litigation. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto and, in particular but without limitation, the warranties, guaranties and obligations imposed upon the Contractor and all of the rights and remedies available to the City thereunder, shall be in addition to and shall not be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by law or contract, by special warranty or guaranty,or by other provisions of the contract documents and the provisions of this paragraph shall be as effective as if repeated specifically in the contract documents in connection with each particular duty, obligation, right and remedy to which they apply. All warranties and guaranties made in the contract document shall survive final payment and termination or completion of this contract.The City disclaims an express or implied warranty that the plans and specifications identify all site conditions that could affect the time or cost to complete the Work. 11-05. Waiver. The Contractor shall strictly comply with all notices and other contract requirements.Waiver by the City of any failure of the Contractor to comply with any term of the contract, including the notice provisions,shall not be deemed a waiver of a subsequent breach. 32 VINEWOOD PARK RENEWAL—PHASE 1 22 Spec. No. 19-02 TECHNICAL SPECIFICATIONS SECTION 12. GENERAL INFORMATION 12-01. Location and Scope of Work.All of the work to be performed is within the City of Ukiah and consists of <<SUMMARY DESCRIPTION OF WORK>>. General locations of the work are <<INSERT INFO>> The Contractor should familiarize himself with the local conditions of the project sites. Failure to do so will in no way relieve him of the responsibility for performing any of the work or operations required as a part of this contract. Further information regarding the work orthese specifications can be obtained from Mary Horger at(707)463-6233. 12-02. Arrangement of Technical Specifications. The Technical Specifications are arranged in sections covering the various phases of work as follows: Section No. Title 12 General Information 13 Construction Details 14 Exclusions from General Conditions 15 Amendments to General Conditions 12-03. Arrangement of Plans. General locations and linear quantities of the work are shown in Appendix"A".A map will be provided to the successful bidder showing the exact locations of the work to be done. 12-04. Business Licenses. The Contractor and any subcontractors shall each secure and maintain a valid City of Ukiah Business License prior to the start of any portion of the work. 12-05. Permits.The Contractor shall provide, procure, and pay for all permits required to complete this work. 12-06. Standard Specifications and Standard Plans. The Standard Specifications and Standard Plans of the California State Department of Transportation, 2015, are hereby made a part of these Special Provisions and are hereinafter referred to as "California Standard Specifications" and "California Standard Plans." Whenever in the California Standard Specifications and the California Standard Plans the following terms are used, they shall be understood to mean and refer to the following: Department of Transportation -The City Council. Director of Public Works-The City of Ukiah Director of Public Works. Engineer - The Engineer, designated by the City Council, acting either directly or through properly authorized agents, such agents acting within the scope of the particular duties entrusted to them. Laboratory-The designated laboratory authorized by the City of Ukiah to test materials and work involved in the contract. State-The City of Ukiah Other terms appearing in the California Standard Specifications and the California Standard Plans shall have the intent and meaning specified in Section I, Definition of Terms of the California Standard Specifications. In case of discrepancy between the contract documents,the order of precedence from the highest to lowest is as follows: 1. (City) Special Provisions 33 2. (City) Project Plans VINEWOOD PARK RENEWAL—PHASE 1 23 Spec. No. 19-02 3. City Standard Plans and Details 4. California Standard Plans 5. California Standard Specifications 12-07. Temporary Facilities. All temporary facilities are the responsibility of the Contractor.The removal of said facilities shall be the responsibility of the Contractor.The Contractor shall be responsible for any and all damages to existing facilities which are a result of the work. 12-08. Public Convenience and Safety. The Contractor shall conduct operations so as to cause the least possible obstruction and inconvenience to public traffic. The Contractor shall, at his or her expense, furnish such flag persons and furnish, erect, construct and maintain such fences, barriers, lights, signs, detours, pedestrian walkways,driveway ramps and bridging as may be necessary to give adequate warning to the public that work is in progress and that dangerous conditions exist, to provide access to abutting properties and to permit the flow of pedestrian and vehicular traffic to safely and expeditiously pass the work. 12-09. Maintaining Traffic. Attention is directed to Section 7-1.08,"Public Convenience,"7-1.09,"Public Safety," 7-1.092, "Lane Closure," and 7-1.095, "Flagging Costs," of the California Standard Specifications. Streets shall be open to through vehicular traffic during non-working hours. All public traffic shall be permitted to pass through the work with as little inconvenience and delay as possible. Full costs for"Maintaining Traffic", including"Flagging Costs",shall be considered as included in the various items of work and no additional compensation will be made. 12.10. Stream Pollution. The Contractor shall exercise every reasonable precaution to prevent muddying or silting of live streams,and the Contractor's attention is called to the fact that the terms of this contract do not relieve him or her of responsibility for compliance with Sections 5650 and 12015 of the Fish and Game Code or other applicable statutes relating to pollution prevention or abatement. 12-11. Warranties. Unless otherwise indicated, the Contractor shall warrant all materials provided and work performed under this contract for a period of one year from the date of final acceptance. He shall replace promptly and at his own expense any materials and/or workmanship which fail during this warranty period. 12-12. Utilities. No water, sewer or electrical services will be provided by the owner. It is the Contractor's sole responsibility to arrange such services as necessary. 12-13. Preconstruction Conference.A preconstruction conference will be held before any work will be allowed to commence. This meeting will cover inspection,schedule forwork,and among other items,the responsibilities and procedures of each of the interested parties to assure that the project will be completed in accordance with the contract documents. 12-14. Safety Requirements.The Contractor shall comply with all pertinent provisions of the Department of Labor "Safety and Health Regulations for Construction(29 FCS Part 1518,36 CFR 7340)",with additions or modifications thereto, in effect during construction of this project. 34 VINEWOOD PARK RENEWAL—PHASE 1 24 Spec. No. 19-02 SECTION 13 -CONSTRUCTION DETAILS Please refer to Appendix A—Technical Specifications. 35 VINEWOOD PARK RENEWAL—PHASE 1 25 Spec. No. 19-02 SECTION 14. EXCLUSIONS FROM GENERAL CONDITIONS 14-01. Provisions to be Excluded from General Conditions. The following designated provisions of the General Conditions are hereby determined to be inapplicable to the proposed work and,therefore,are hereby excluded from the terms of the Notice to Bidders, Proposal,Agreement and other contract documents as though entirely omitted from said General Conditions: (1) Section 6-02. Office at the Site (2) Section 7-03. Surveys No other exclusions. SECTION 15. AMENDMENTS TO GENERAL CONDITIONS 15-01. Sections of General Conditions to be Amended. The following designated sections of the Special Provisions are hereby amended to read as follows: No amendments. 36 VINEWOOD PARK RENEWAL—PHASE 1 26 Spec. No. 19-02 BID SUBMITTAL CHECKLIST The following is a checklist to assist you in your submission of your bid documents. Please make sure you include the following when submitting your bid documents to reduce the risk of having your bid rejected: Did you include?... o Proposal (Page_) ➢ Unit prices filled out clearly. ➢ Extended prices filled out clearly and calculated correctly ➢ Total bid amount filled out clearly and calculated correctly ➢ Sign the proposal, and provide complete information ➢ CLSB No. and expiration date ➢ Department of Industrial Relations Public Works Contractor Registration Number o Fair Employment Practices Certification (Page_) ➢ Filled out completely per instruction o Worker's Compensation Certificate (Page ) ➢ Filled out completely per instruction o Certification of Non-Discrimination in Employment (Page_) ➢ Filled out completely per instruction o List of Proposed Subcontractors (Page ) ➢ Filled out completely per instruction o Statement of Experience (Page ) o Signature of Bidder (Page ) ➢ Filled out completely per instruction ➢ Authorized signature provided o Bidder's Bond (Page ) ➢ Filled out completely per instruction o Non-Collusion Affidavit (Page ) ➢ Filled out completely per instruction ➢ Notarized o Addenda Issued ➢ Signed and Returned 37 VINEWOOD PARK RENEWAL—PHASE 1 27 Spec. No. 19-02 CITY OF UKIAH MENDOCINO COUNTY, CALIFORNIA PROPOSAL FOR VINEWOOD PARK RENEWAL— PHASE 1 Specification No. 19-02 The undersigned, as bidder, declares that he orshe has examined thoroughly all of the contract documents herein contained,that this proposal is made without collusion with any other person,firm or corporation and that all laws and ordinances relating to the interest of public officers in this contract have been complied with in every respect. AND he or she proposes and agrees, if this proposal is accepted, 1) that he or she will contract with the City of Ukiah, Mendocino County, California, in the form of the copy of the agreement herein contained a) to provide all necessary machinery, tools, apparatus and other means of construction; b) to furnish all materials; c) to provide all superintendence, overhead expenses and all labor and expenses of whatever nature necessary to complete the job in conformity with the specifications and drawings and other contract provisions herein or reasonably implied hereby or as necessary to complete the work in the manner and within the time named herein and according to the requirements and to the reasonable satisfaction of the City Engineer; d) to pay all charges of freight transportation and hauling; 2) that he or she indemnifies the City against any loss or damage arising from any act of the undersigned as Contractor; and 3) that he or she will accept as full payment therefor the following sums: 38 VINEWOOD PARK RENEWAL—PHASE 1 28 Spec. No. 19-02 BIDDING SCHEDULE In the case of any discrepancy between the unit price and the total set forth for the item,the unit price shall prevail; provided, however, that if the amount set forth as a unit price is ambiguous, unintelligible or uncertain for any reason, or is omitted, or in the case of lump sum items, is not the same amount as the entry in the"Total"column, then the amount set forth in the "Total' column for the item shall prevail in accordance with the following: 1. As to lump sum items, the amount set forth in the "Total' column shall be the unit price; 2. As to unit basis items,the amount set forth in the"Total'column shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price. The Total Base Bid shall be the sum of the items in the"Total'column. In case of discrepancy between the sum of the items in the"Total'column and the amount entered as Total Base Bid,the sum of the"Total'column items shall prevail. The bid comparison will be based on the sum of the items in the "total' column for each bidder. The Unit prices for the various Construction Items below include all costs associated with the General Conditions, Special Provisions, Requirements of the Construction Contract,and represent the total,complete, in-place cost for each specific Construction Item in accordance with the Construction Documents, including all elements, work components,accessories, and connections,shown in applicable details or required to yield a complete,sound and functional component or system appropriate for its intended function,whether or not such is specifically described or listed in any description of measurement or payment. The total amount of the Construction items below shall represent the total and complete cost of the fully functional Project. All work not specifically listed below be required to complete the work of the various construction items and the cost of such shall be considered as included throughout the various unit prices indicated. Lowest bid will be based on the lowest Base Bid. 39 VINEWOOD PARK RENEWAL—PHASE 1 29 Spec. No. 19-02 NAME OF BIDDER: SPEC#: 19-02 PROJECT NAME: VINEWOOD PARK RENEWAL- PHASE 1 ITEM DESCRIPTION UNIT OF QUANTITY UNIT PRICE TOTAL # MEASURE Mobilization 1 1 LS $ $ Erosion Control 0.6 2 AC $ $ 3 Demolition,Clearing and Grubbing SF 21,864 $ $ 4 Rough Grading LS 1 $ $ AC and Concrete Removal 400 5 SF $ $ 6 AC with AB Street Paving SF 260 $ $ Sidewalk Concrete Flatwork 350 7 SF $ $ New Curb and Gutter 60 8 LF $ $ 9 Accessible Ramp EA 1 $ $ 10 Striping LS 1 $ $ 11 Planting and Irrigation SF 300 $ $ AC Removal 16,100 12 SF $ $ 13 Decomposed Granite Paving with No Hard Edge SF 16,006 $ $ 14 Asphalt Court with Aggregate Base and Striping SF 5,040 $ $ 15 Decomposed Granite Areas SF 425 $ $ 16 Planting SF 2,000 $ $ 17 Irrigation SF 2,000 $ $ 40 VINEWOOD PARK RENEWAL—PHASE 1 30 Spec. No. 19-02 18 Basketball Poles and Hoops LS 2 $ $ 19 Planting SF 2,651 $ $ 20 Irrigation SF 2,651 $ $ TOTAL BID ==>> $ We, the undersigned, acknowledge that the City Council has reserved the right to reject any or all bids and to determine which proposal is, in its opinion,the lowest responsive bid from a responsible bidder and that which it deems in the best interest of the City to accept. We, the undersigned, further agree, if this proposal shall be accepted,to sign the agreement and to furnish the required bonds with satisfactory surety,orsureties,within fifteen (15) calendar days after written notice that the contract is ready for signature; and, if the undersigned shall fail to contract, as aforesaid, it shall be understood that he or she has abandoned the contract and that, therefore, this proposal shall be null and void and the proposal guaranty accompanying this proposal, or the amount of said guaranty,shall be forfeited to and become the property of the City.Otherwise,the proposal guaranty accompanying this proposal shall be returned to the undersigned. Witness our hands this day of , 20 Licensed in accordance with an act providing for the registration of California Contractors License No. , expiration date THE CONTRACTOR'S LICENSE NUMBER AND EXPIRATION DATE STATED HEREIN ARE MADE UNDER PENALTY OF PERJURY. Department of Industrial Relations Public Works Contractor Registration Number: Signature of bidder or bidders, with business name, address, phone number and fax number: Notice: In the case of a corporation, give below the addresses of the principal office thereof and names and addresses of the President, Secretary, Treasurer. 41 VINEWOOD PARK RENEWAL—PHASE 1 31 Spec. No. 19-02 FAIR EMPLOYMENT PRACTICES CERTIFICATION TO: The undersigned, in submitting a bid for performing the following work by Contract, hereby certifies that he or she has or will meet the standards of affirmative compliance with the Fair Employment Practices requirements of the Special Provisions contained herein. VINEWOOD PARK RENEWAL— PHASE 1 (Signature of Bidder) Business Mailing Address: Business Location: (The bidder shall execute the certification of this page prior to submitting his or her proposal.) 42 VINEWOOD PARK RENEWAL—PHASE 1 32 Spec. No. 19-02 WORKER'S COMPENSATION CERTIFICATE I am aware of the provisions of Section 3700 of the Labor Code which require every employerto be insured against liability for Worker's Compensation or undertake self-insurance in accordance with the provisions of that code and I will comply with such provisions before commencing the performance of the work of this contract. Witness my hand this day of 200 Signature of Bidder, with Business Address: 43 VINEWOOD PARK RENEWAL—PHASE 1 33 Spec. No. 19-02 CERTIFICATION OF NONDISCRIMINATION IN EMPLOYMENT The bidder represents that he orshe has/has not, participated in a previous contract or subcontract subject to either the equal opportunity clause herein orthe clause contained in Section 301 of Executive Order 10925;that he orshe has/has not, filed all required compliance reports; and that representations indicating submission of required compliance prior to subcontract awards. Signature and address of Bidder: Date (This certification shall be executed by the bidder in accordance with Section 60-1.6 of the Regulations of the President's Committee on Equal Employment Opportunity for implementing Executive Orders 10925 and 11114.) 44 VINEWOOD PARK RENEWAL—PHASE 1 34 Spec. No. 19-02 LIST OF PROPOSED SUBCONTRACTORS In compliance with the provisions of Sections 4100-4108 of the California Public Contract Code and any amendments thereof, each bidder shall set forth (a) the name and location of the place of business of each subcontractor who will perform work or labor or render service in or about the construction site or a subcontractor licensed by the State of California who, under subcontract to the prime contractor,specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications in an amount in excess of one-half of 1 percent of the total bid and (b)the California Contractor License Number for each subcontractor,and(c)the portion of the workto be done by each subcontractor.(See General Conditions Section 1- 09.) Include with the name of each sub-contractortheir Department of Industrial Relations Public Works Contractor Registration Number. SUBCONTRACTOR SUBCONTRACTOR SUBCONTRACTOR SUBCONTRACTOR DIR DESCRIPTION NAME LICENSE NUMBER REGISTRATION BUSINESS OF WORK NUMBER ADDRESS 45 VINEWOOD PARK RENEWAL—PHASE 1 35 Spec. No. 19-02 STATEMENT OF EXPERIENCE OF BIDDER The bidder is required to state below what work of similar magnitude or character he or she has done and to give references that will enable the City Council to judge of his or her experience,skill and business standing and his or her ability to conduct work as completely and rapidly as required under the terms of the contract. 46 VINEWOOD PARK RENEWAL—PHASE 1 36 Spec. No. 19-02 SIGNATURE(S) OF BIDDER Accompanying this proposal is (insert the words"cash ($)", "cashier's check"or"bidder's bond",as the case may be)in an amount equal to at least 10 percent of the bid. The names of all persons interested in the foregoing proposal as principals are as follows: IMPORTANT NOTICE: If bidder or other interested person is a corporation, provide the legal name of corporation and also the names of the president,secretary,treasurer and managerthereof. If a co-partnership, provide the true name of firm and also the names of all individual co-partners composing the firm. If bidder or other interested person is an individual, provide the first and last names in full. Licensed in accordance with an act providing for the registration of Contractors: License No. License Expiration Date Signature(s) of Bidder: NOTE: If bidder is a corporation,the legal name of the corporation shall be set forth above together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation; if bidder is a co-partnership,the true name of the firm shall be set forth above together with the signature of the partner or partners authorized to sign contracts in behalf of the co-partnership;and if bidder is an individual, his or her signature shall be placed above. If a member of a partnership,a Power of Attorney must be on file with the Department prior to opening bids or submitted with the bid; otherwise, the bid will be disregarded as irregular and unauthorized. Business address: Place of residence: Dated: 47 VINEWOOD PARK RENEWAL—PHASE 1 37 Spec. No. 19-02 CITY OF UKIAH Mendocino County, California BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, as PRINCIPAL and as SURETY, are held and firmly bound unto the City of Ukiah in the penal sum of 10 PERCENT OF THE TOTAL AMOUNT OF THE BID of the Principal above named,submitted by said Principal to the City of Ukiah,as the case may be,forthe work described below, for the payment of which sum in lawful money of the United States, well and truly to be made,to the City Clerk to which said bid was submitted,we bind ourselves,our heirs,executors,administrators and successors jointly and severally, firmly by these presents. In no case shall the liability of the surety hereunder exceed the sum of$ THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas the Principal has submitted the above mentioned bid to the City of Ukiah, as aforesaid, for certain construction specifically described as follows,for which bids are to be opened at the Office of the City Clerk, Ukiah Civic Center, Ukiah, California, on <<DATE OF BID OPENING>>for VINEWOOD PARK RENEWAL—PHASE 1, SPECIFICATION 19-02. NOW, THEREFORE, If the aforesaid Principal is awarded the contract and, within the time and manner required underthe specifications,afterthe prescribed forms are presented to him or her for signatures,enters into a written contract, in the prescribed form, in accordance with the bid and files two bonds with the City of Ukiah, one to guarantee faithful performance and the otherto guarantee payment for labor and materials,as required by law,then this obligation shall be null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF,we have hereunto set our hands and seals on this day of A.D. 20 (Seal) (Seal) (Seal) Principal (Seal) (Seal) (Seal) Surety Address: 48 VINEWOOD PARK RENEWAL—PHASE 1 38 Spec. No. 19-02 NON-COLLUSION AFFIDAVIT Note: Bidder shall execute the affidavit on this page prior to submitting with his or her bid. To City Council, City of Ukiah: The undersigned in submitting a bid for performing SPEC. 19-02, VINEWOOD PARK RENEWAL—PHASE 1 by contract, being duly sworn, deposes and says: that he or she has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such contract. Signature(s) of Bidder Business Address: Place of Residence: NOTARIZATION Subscribed and sworn to before me this day of 20 Notary Public in and for the County of State of California. My Commission Expires 20 49 VINEWOOD PARK RENEWAL—PHASE 1 39 Spec. No. 19-02 CITY OF UKIAH Mendocino County, California AGREEMENT FOR VINEWOOD PARK RENEWAL— PHASE 1 Specification No. 19-02 THIS AGREEMENT, made this day of 20 , by and between the City of Ukiah, Mendocino County, California, hereinafter called the City and hereinafter called the Contractor, WITNESSETH: WHEREAS,the City has caused to be prepared in accordance with law,specifications,drawings and other contract documents for the work herein described and shown and has approved and adopted these contract documents, specifications and drawings and has caused to be published in the manner and forthe time required by law a notice to bidders inviting sealed proposals for doing the work in accordance with the terms of this contract and WHEREAS, the Contractor, in response to the notice to bidders, has submitted to the City a sealed proposal accompanied by a proposal guaranty in an amount of not less than 10 percent of the bid price for the construction of the proposed work in accordance with the terms of this contract and WHEREAS, the City, in the manner prescribed by law, has publicly opened, examined and canvassed the proposals submitted and as a result has determined and declared the Contractorto be the lowest and best regular responsible bidder for the work and for the sums named in the proposal, NOW, THEREFORE, THIS AGREEMENT WITNESSETH: Article 1. Work to be Done and Contract Days Allowed. That the Contractor shall provide all necessary machinery,tools,apparatus and other means of construction;shall furnish all materials,superintendence, overhead, expenses, all labor and expenses of whatever nature necessary for completion of the work in conformity with the Special Provisions and other contract documents hereto attached and according to such instructions as may be given by the Engineer.The Contractor shall complete the work within <<NUMBER OF DAYS IN WORDS>>(<<NUMBER OF DAYS IN FIGURES>>)calendar days.Contract days shall be counted starting with the 10th day following receipt of notice that the contract has been executed by the City. Contractor, at his or her option, may begin work prior to start of counting contract days, however, in no event shall the Contractor start work without giving notification to the Engineer at least 72 hours prior to the start of work, without obtaining an encroachment permit from the City, or without having submitted certificates of insurance that have been accepted and approved by the Engineer VINEWOOD PARK RENEWAL—PHASE 1 40 Spec. No. 19-02 50 Article II. Contract Prices. That the City shall pay the Contractor the prices stated in the proposal submitted by the Contractor, for complete performance of the contract by the Contractor. The Contractor hereby agrees to accept the prices as full compensation for all material and appliances necessary to the work, for all labor and use of tools and other implements necessary to execute the work contemplated in this contract; for all loss or damage arising out of the nature of the work or from the action of the elements,or from any unforeseen obstructions or difficulties which may be encountered in the prosecution of the work; for all risks of every description connected therewith; for all expenses of the work, as herein specified;for all liability and other insurance,for all overhead and other expenses incident to the work;all according to the Contract Drawings,the Special Provisions,the Details,the instructions and the requirements of the City. Article III. Labor Discrimination. Attention is directed to Section 1735 of the Labor Code, which reads as follows: "No discrimination shall be made in the employment of persons upon public works because of the race, color, national origin or ancestry,or religion of such persons and every contractor for public works violating this section is subject to all the penalties imposed for a violation of this chapter." In connection with the performance of work under this contract, the Contractor agrees as follows: (a) The Contractor will not willfully discriminate against any employee or an applicant for employment because of race,color, religion,ancestry,or national origin.The Contractor will take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, religion, ancestry, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship.The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the awarding authority setting forth the provisions of this Fair Employment Practice section. (b) The Contractor will send to each labor union or representative of workers with which he or she has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the awarding authority, advising the said labor union or worker's representative of the Contractor's commitments under this section, to employees and applicants for employment. (c) The Contractorwill permit access to his or her records of employment, employment advertisements, application forms and other pertinent data and records by the Fair Employment Practices Commission, City of Ukiah or any other appropriate agency of the State of California designated by the awarding authority, for the purposes of investigation to ascertain compliance with the Fair Employment Practices section of this contract. (d) A finding of willful violation of the Fair Employment Practices section of this Contract or of the Fair Employment Practices Act shall be regarded by the awarding authority as a basis for determining the Contractor to be not a "responsible bidder" as to future contracts for which such Contractor may submit bids, for revoking the Contractor's pre-qualification rating, if any and for refusing to establish, reestablish or renew a pre-qualification rating for the Contractor. The City of Ukiah shall deem a finding of willful receipt of written notice from the Fair Employment Practices Act to have occurred upon that it has investigated and determined that the Contractor has violated the Fair Employment Practices Act and has issued an order under Labor Code Section 1426 or obtained an injunction under Labor Code Section 1429. VINEWOOD PARK RENEWAL—PHASE 1 41 Spec. No. 19-02 51 Upon receipt of such written notice from the Fair Employment Practices Commission,the City shall notify the Contractor that unless he or she demonstrates to the satisfaction of the awarding authority within a stated period that the violation has been corrected, his or her pre-qualification rating will be revoked at the expiration of such period. (e) The Contractor agrees that should the City determine that the Contractor has not complied with the Fair Employment Practices section of this Contract,then pursuant to Labor Code Section 1735 and 1775 the Contractor shall, as a penalty to the City,forfeit for each calendar day or portion thereof,for each person who was denied employment as a result of such non-compliance,the penalties provided in the Labor Code for violation of prevailing wage rates. Such monies may be recovered from the Contractor. The City may deduct any such damages from any monies due the Contractor. (f) Nothing contained in this Fair Employment Practices section shall be construed in any manner of fashion so as to prevent the City or the State of California from pursuing any other remedies that may be available at law. (g) Prior to awarding the Contract,the Contractor shall certify to the awarding authority that he or she has orwill meet the following standards for affirmative compliance,which shall be evaluated in each case by the awarding authority: (1) The Contractor shall provide evidence, as required by the City that he or she has notified all supervisors, foremen and other personnel officers in writing of the content of the anti-discrimination clause and their responsibilities under it. (2) The Contractor shall provide evidence, as required by the City, that he or she has notified all sources of employees'referrals(including unions,employment agencies,advertisements, Department of Employment) of the content of the anti-discrimination clause. (3) The Contractor shall file a basic compliance report, as required by the City. Willfully false statements made in such reports shall be punishable as provided by law.The compliance report shall also spell out the sources of the work force and who has the responsibility for determining whom to hire, or whether or not to hire. (4) Personally, or through his or her representatives,the Contractor shall,through negotiations with the unions with whom he or she has agreements, attempt to develop an agreement which will: a. Spell out responsibilities for nondiscrimination in hiring, referral, upgrading and training. b. Otherwise implement an affirmative anti-discrimination program in terms of the unions' specific areas of skill and geography to the end that qualified minority workers will be available and given and equal opportunity for employment. (5) The Contractor shall notify the City of opposition to the anti-discrimination clause by individuals, firms or organizations during the period of its pre-qualification. (h) The Contractor will include the provisions of the foregoing paragraphs 1 through 5 in every first tier subcontract so that such provisions will be binding upon each such subcontractor. (i) The "Fair Employment Practices Certification" must be completed and signed prior to the time of submitting the bid. VINEWOOD PARK RENEWAL—PHASE 1 42 Spec. No. 19-02 52 Article IV. Parts of the Contract. That the complete contract consists of the following documents, all of which shall be considered a part of this agreement. 1. Notice to Bidders 2. Wage Rates 3. General Conditions 4. Technical Specifications 5. Proposal 6. Fair Employment Practices Certification 7. Agreement 8. Contract Bonds 9. Contract Drawings and Construction Details 10. Standard Drawings 11. Indemnification Agreement IN WITNESS WHEREOF,this contract being executed in duplicate and the parties having caused their names to be signed by authority of their duly authorized office this day of ' 20 CITY OF UKIAH, MENDOCINO COUNTY, CALIFORNIA By: CITY MANAGER, CITY OF UKIAH Attest: CITY CLERK, CITY OF UKIAH By: CONTRACTOR Attest: Title: The foregoing contract is approved as to form and legality this day of 20 CITY ATTORNEY, CITY OF UKIAH VINEWOOD PARK RENEWAL—PHASE 1 43 Spec. No. 19-02 53 INDEMNIFICATION AGREEMENT This Indemnification Agreement is made and entered in Ukiah, California, on 20 , by and between the City of Ukiah (Ukiah) and (Contractor). Contractor is for Ukiah. As a condition of issuing the work order, attached hereto, Ukiah requires assurance that Contractor will protect Ukiah from damage or damage claims which arise from its performance of the work. Accordingly, Contractor agrees as follows: 1. Indemnification. Contractor shall indemnify and hold harmless Ukiah and its officers, agents, and employees from and against any claim, loss, or damage, including the legal and other costs of defending against any claim of damage or loss which arises out of the Contractor's negligent or wrongful performance under the work order attached hereto, except for claims, losses, or damages resulting from the sole and exclusive negligence or other wrongful conduct of Ukiah or its officers, agents and employees. CONTRACTOR BY: TITLE: VINEWOOD PARK RENEWAL—PHASE 1 44 Spec. No. 19-02 54 CITY OF UKIAH Mendocino County, California FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That we the undersigned, AS PRINCIPAL, and AS SURETY, are held firmly bound unto THE CITY OF UKIAH, hereinafter called the "City", in the penal sum of dollars ($ ) for the payment of which sum we bind ourselves,our heirs,executors,administrators,and successors,jointly and severally. WHEREAS,the Principal has entered into a certain Contract with the City, dated 20 , a copy of which is hereto attached and made a part hereof, NOW,THEREFORE,the condition of this obligation is such that if the Principal shall in all respects fully perform the Contract and all duly authorized modifications thereof,during its original term and any extensions thereof that may be granted and during any guaranty period forwhich the Contract provides,and if the Principal shall fully satisfy all claims, arising out of the prosecution of the work under the Contract and shall fully indemnify the City for all expenses which it may incur by reason of such claims, including its attorney's fees and court costs, and if the Principal shall make full payment to all persons supplying labor,services, materials,or equipment in the prosecution of the work underthe Contract, in default of which such persons shall have a direct right of action hereupon; and if the Principal shall pay or cause to be paid all sales and use taxes payable as a result of the performance of the Contract as well as payment of gasoline and special motor fuels taxes in the performance of the Contract and all motorvehicle fees required for commercial motorvehicles used in connection with the performance of the Contract, then this obligation shall be void;otherwise, it shall remain in full force and effect.No modification of the Contract or extension of the term thereof, nor any forbearance on the part of the City shall in any way release the Principal or the Surety from liability hereunder. Notice to the Surety of any such modification, extension, or forbearance is hereby waived. IN WITNESS WHEREOF,the aforesaid Principal and Surety have executed this instrument and affixed theirseals hereto, this day of 120 In the presence of: WITNESS: (SEAL) (Individual Principal) (Business Address) (City/State/Zip Code) 55 VINEWOOD PARK RENEWAL—PHASE 1 45 Spec. No. 19-02 WITNESS: (SEAL) (Corporate Principal) (Business Address) (City/State/Zip Code) ATTEST: (Corporate Principal) Affix Corporate Seal (Business Address) (City/State/Zip Code) ATTEST: Affix (Corporate Surety) Corporate Seal (Business Address) (City/State/Zip Code) The rate of premium on this bond is $ per thousand. The total amount of premium charges is $ (The above is to be filled in by Surety Company).(Power of Attorney of person signing for Surety Company must be attached). (CERTIFICATE AS TO CORPORATE PRINCIPAL) I, , certify that I am the Secretary of the corporation named as Principal in the foregoing bond; that who signed the said bond on behalf of the Principal, was then of said corporation;that I know his signature, and that his signature thereto is genuine; and that said bond was duly signed, sealed, and attested to for and in behalf of said corporation by authority of its governing body. Affix Corporate Seal 56 VINEWOOD PARK RENEWAL—PHASE 1 46 Spec. No. 19-02 CITY OF UKIAH Mendocino County, California MATERIAL AND LABOR BOND KNOW ALL MEN BY THESE PRESENTS, That we the undersigned, AS PRINCIPAL,and , AS SURETY, are held firmly bound unto THE CITY OF UKIAH, hereinafter called the "City" in the penal sum of dollars ($ ) forthe payment of which sum we bind ourselves, our heirs, executors, administrators, and successors,jointly and severally. WHEREAS,the Principal has entered into a certain Contract with the City,dated 20 , a copy of which is hereto attached and made a part hereof, NOW,THEREFORE,the condition of this obligation is such that if the Principal shall in all respects fully perform the Contract and all duly authorized modifications thereof,during its original term and any extensions thereof that may be granted and during any guaranty period forwhich the Contract provides,and if the Principal shall fully satisfy all claims, arising out of the prosecution of the work under the Contract and shall fully indemnify the City for all expenses which it may incur by reason of such claims, including its attorney's fees and court costs, and if the Principal shall make full payment to all persons supplying labor,services, materials,or equipment in the prosecution of the work underthe Contract, in default of which such persons shall have a direct right of action hereupon; and if the Principal shall pay or cause to be paid all sales and use taxes payable as a result of the performance of the Contract as well as payment of gasoline and special motor fuels taxes in the performance of the Contract and all motorvehicle fees required for commercial motorvehicles used in connection with the performance of the Contract, then this obligation shall be void;otherwise, it shall remain in full force and effect.No modification of the Contract or extension of the term thereof, nor any forbearance on the part of the City shall in any way release the Principal or the Surety from liability hereunder. Notice to the Surety of any such modification, extension, or forbearance is hereby waived. IN WITNESS WHEREOF,the aforesaid Principal and Surety have executed this instrument and affixed theirseals hereto, this day of 120 In the presence of: WITNESS: (SEAL) (Individual Principal) (Business Address) (City/State/Zip Code) 57 VINEWOOD PARK RENEWAL—PHASE 1 47 Spec. No. 19-02 WITNESS: (SEAL) (Corporate Principal) (Business Address) (City/State/Zip Code) ATTEST: (Corporate Principal) Affix Corporate Seal (Business Address) (City/State/Zip Code) ATTEST: Affix (Corporate Surety) Corporate Seal (Business Address) (City/State/Zip Code) The rate of premium on this bond is $ per thousand. The total amount of premium charges is $ (The above is to be filled in by Surety Company).(Power of Attorney of person signing for Surety Company must be attached). (CERTIFICATE AS TO CORPORATE PRINCIPAL) I, , certify that I am the Secretary of the corporation named as Principal in the foregoing bond; that who signed the said bond on behalf of the Principal, was then of said corporation;that I know his signature, and that his signature thereto is genuine; and that said bond was duly signed, sealed, and attested to for and in behalf of said corporation by authority of its governing body. Affix Corporate Seal 58 VINEWOOD PARK RENEWAL—PHASE 1 48 Spec. No. 19-02 DIRECTIONS FOR PREPARATION OF PERFORMANCE AND MATERIAL AND LABOR BOND 1. Individual sureties, partnerships, or corporations not in the surety business will not be acceptable. 2. The name of the Principal shall be shown exactly as it appears in the Contract. 3. The penal sum shall not be less than required by the Specifications. 4. If the Principals are partners orjoint venturers, each member shall execute the bond as an individual and state his place of residence. 5. If the Principal is a corporation, the bond shall be executed under its corporate seal. If the corporation has no corporate seal, it shall so state and affix a scroll or adhesive seal following the corporate name. 6. The official character and authority of the person(s) executing the bond for the Principal, if a corporation, shall be certified by the Secretary or Assistant Secretary thereof under the corporate seal, or copies attached to such records of the corporation as will evidence the official character and authority of the officer signing,duly certified by the Secretary or Assistant Secretary, under the corporate seal,to be true copies. 7. The current power-of-attorney of the person signing forthe surety company must be attached to the bond. 8. The date of the bond must not be prior to the date of the Contract. 9. The following information must be placed on the bond by the surety company: a. The rate of premium in dollars per thousand; and b. The total dollar amount of premium charged. 10. The signature of a witness shall appear in the appropriate place attending to the signature of each party of the bond. 11. Type or print the name underneath each signature appearing on the bond. 12. An executed copy of the bond must be attached to each copy of the Contract (original counterpart) intended for signing. 59 VINEWOOD PARK RENEWAL—PHASE 1 49 Spec. No. 19-02 CITY OF UKIAH Mendocino County, California DEFECTIVE MATERIAL AND WORKMANSHIP (MAINTENANCE) BOND KNOW ALL MEN BY THESE PRESENTS, That we, as PRINCIPAL and as SURETY, are held and firmly bound unto the City of Ukiah as Obligee, in the penal sum of (5 PERCENT OF THE FINAL CONTRACT AMOUNT) to which payment well and truly to be made, we do bind ourselves, our and each of our heirs, executors, administrators, successors and assigns jointly and severally, firmly by these presents. WHEREAS,the said Principal entered into a Contract with the City of Ukiah dated for WHEREAS, said Contract has been completed, and was approved on the day of NOW,THEREFORE,THE CONDITION OF THIS OBLIGATION IS SUCH,that if the Principal shall guarantee that the work will be free of any defective materials orworkmanship which become apparent during the period of one(1) year following completion of the Contract, then this obligation shall be void, otherwise to remain in full force and effect, provided however, any additional warranty or guarantee whether expressed or implied is extended by the Principal or Manufacturer only, and the surety assumes no liability for such a guarantee. Signed, sealed, and dated this day of ' 20 (Seal) BY: (Seal) (Seal) Principal (Seal) BY: (Seal) (Seal) Surety 60 TABLE OF CONTENTS VINEWOOD PARK TECHNICAL SPECIFICATIONS ALTERNATIVES 01230 ADMINISTRATIVE REQUIREMENTS 01300 QUALITY REQUIREMENTS 01400 VEHICULAR ACCESS AND PARKING 01550 ENVIROMENTAL PROTECTION 01570 DEMOLITION 02100 SITE PREPARATION 02200 LANDSCAPE GRADING 02260 EXCAVATION SUPPORT AND PROTECTION 02261 EARTHWORK 02300 FILL AND BACKFILL 02316 TRENCHING 02320 PLANTING OPERATION AND MAINTENANCE 32019 PLANTING IRRIGATION 32840 PLANTING 32900 61 Highlands Park Section 01230 February 2019 Alternatives SECTION 01230 ALTERNATIVES PART 1 GENERAL 1.01 SECTION INCLUDES A. Alternative submission procedures. B. Documentation of changes to Contract Sum and Contract Time. 1.02 RELATED SECTIONS A. Instructions to Bidders: Instructions for preparation of pricing for alternatives. B. Alternatives: List of alternatives as supplement to Bid Form. C. Construction Agreement: Incorporating monetary value of accepted alternatives. 1.03 ACCEPTANCE OF ALTERNATIVES A. Alternatives quoted on Bid Forms will be reviewed and accepted or rejected at City's option. Accepted alternatives will be identified in the Owner-Contractor Agreement. B. The City has the option of accepting none, or any number and combination of Bid Alternatives. C. Coordinate related work and modify surrounding work to integrate the Work of each alternative. 1.04 SCHEDULE OF ADDITIVE ALTERNATIVES A. See Bid Form. PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION 62 01230-1 Highlands Park Section 01300 February 2019 Administrative Requirements SECTION 01300 ADMINISTRATIVE REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A. Preconstruction meeting. 1.02 RELATED SECTIONS A. Document General Conditions. PART 2 PRODUCTS -NOT USED PART 3 EXECUTION 3.01 PRECONSTRUCTION MEETING A. City of Clearlake will schedule a meeting after Notice of Award. B. Attendance Required: 1. City of Clearlake 2. Melton Design Group, Inc. 3. Construction Management Firm 4. Contractor. 5. Landscape and Electrical Sub-contractors C. Agenda 1. Execution -Contractor Agreement. 2. Submission of executed bonds and insurance certificates. 3. Distribution of Contract Documents. 4. Submission of list of Subcontractors, list of Products, schedule of values, and progress schedule. 5. Designation of personnel representing the parties to Contract, Owner, Contractor, Construction Management firm, and Landscape Architect. 6. Procedures and processing of field decisions, submittals, and substitutions, applications for payments, proposal request, Change Orders, and Contract closeout procedures. 7. Critical Path Scheduling. 8. Scheduling activities for soils testing, and pot holing and or USA to locate unmarked utilities. D. Owner will record minutes and distribute copies after meeting to participants. END OF SECTION 63 01300-1 Highlands Park Section 01400 February 2019 Quality Requirements SECTION 01400 QUALITY REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A. Control of installation. B. Testing and inspection services. 1.02 RELATED SECTIONS A. General Conditions: Submittals, inspections and approvals required by public authorities. B. Section 01780 Contract Closeout C. Individual Specifications Section: Submittals, inspection and testing required, and standards for testing. 1.03 REFERENCES A. Title 24, California Building Code, current edition. B. ASTM C 1077 - Standard Practice for Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation; 1998. 1.04 TESTING AND INSPECTION AGENCIES A. Contractor shall employ and pay for services of an independent testing agency to perform specified testing. Contractor pays for retesting. B. Employment of agency in no way relieves Contractor of obligation to perform Work in accordance with requirements of Contract Documents. C. Contractor Employed Agency: 1. Testing Equipment: Calibrated at reasonable intervals with devices of accuracy traceable to either National Bureau of Standards or accepted values of natural physical constants. PART 2 PRODUCTS NOT USED 64 01400-1 Highlands Park Section 01400 February 2019 Quality Requirements PART 3 EXECUTION 3.01 CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers,products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply with manufacturers' instructions, including each step-in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Landscape Architect before proceeding. D. Comply with specified standards as minimum quality for the Work except where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Have Work performed by persons qualified to produce required and specified quality. F. Verify that field measurements are as indicated on shop drawings or as instructed by the manufacturer. G. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration,physical distortion, and disfigurement. 3.02 TESTING AND INSPECTION A. Testing Agency Duties: I. Provide qualified personnel at site. Cooperate with Architects and Contractor in performance of services. 2. Perform specified sampling and testing of products in accordance with specified standards. 3. Ascertain compliance of materials and mixes with requirements of Contract Documents. 4. Promptly notify City's Representative, Landscape Architect and Contractor of observed irregularities or non-conformance of Work or products. 5. Perform additional tests and inspections required by Architects. 6. Submit reports of all tests/inspections specified. B. Limits on Testing/Inspection Agency Authority: I. Agency may not release, revoke, alter, or enlarge on requirements of Contract Documents. 2. Agency may not approve or accept any portion of the Work. 3. Agency may not assume any duties of Contractor. 4. Agency has no authority to stop the Work. C. Contractor Responsibilities: 1. Deliver to agency at designated location, adequate samples of materials proposed to 65 be used that require testing, along with proposed mix designs. 01400-2 Highlands Park Section 01400 February 2019 Quality Requirements 2. Cooperate with laboratory personnel and provide access to the Work and to manufacturers' facilities. 3. Provide incidental labor and facilities: a. To provide access to Work to be tested/inspected. b. To obtain and handle samples at the site or at source of Products to be tested/inspected. c. To facilitate tests/inspections. d. To provide storage and curing of test samples. 4. Notify City's Representative, Melton Design Group, Inc. and laboratory 24 hours prior to expected time for operations requiring testing/inspection services. 5. Employ services of an independent qualified testing laboratory and pay for additional samples, tests, and inspections required by Contractor beyond specified requirements. 6. Arrange with City's agency and pay for additional samples, tests, and inspections required by Contractor beyond specified requirements. D. Re-testing required because of non-conformance to specified requirements shall be the same agency on instructions by Architects. Payment for re testing will be charged to the Contractor by deducting testing charges from the Contract Price. 3.03 DEFECT ASSESSMENT A. Replace Work or portions of the Work not conforming to specified requirements. B. If, in the opinion of the Owner's Representative or Landscape Architect's, it is not practical to remove and replace the Work, the Architects will direct an appropriate remedy and/or adjust payment. END OF SECTION 66 01400-3 Highlands Park Section 01550 February 2019 Vehicular Access and Parking SECTION 01550 VEHICULAR ACCESS AND PARKING PART 1 GENERAL 1.01 SECTION INCLUDES A. Parking. B. Construction parking controls. C. Haul routes. PART 2 NOT USED PART 3 EXECUTION 3.01 PARKING A. Arrange for temporary parking at staging area to accommodate use of construction personnel. B. Locate as approved by the Owner. 3.02 CONSTRUCTION PARKING CONTROL A. Control vehicular parking to prevent interference with public traffic and parking, access by emergency vehicles, and Owner's operations. 3.03 HAUL ROUTES A. Consult with authority having jurisdiction, establish public thoroughfares to be used for haul routes and site access. B. Confine construction traffic to designated haul routes. C. Maintain roads in satisfactory condition during the contract time. Repair damages attributable to work of the project at intervals as needed. At completion of Contract, roads and entryways shall be left in condition at least equal to that existing at start of Contract, except as may be otherwise required by Contract Documents. D. Temporary access reads are to be provided by and completely removed by the Contractor upon completion of work. END OF SECTION 67 01550-1 Highlands Park Section 01570 February 2019 Environmental Protection SECTION 01570 ENVIRONMENTAL PROTECTION PART 1 GENERAL 1.01 DESCRIPTION A. This section describes the requirements for the conservation and protection of environmental resources at the work site during and as the result of construction activities,except as otherwise specified. State and federal environmental statutes,rules,regulations,and policies have been enacted to protect environmental resources by ensuring that significant environmental impacts of prof ects are identified and adequate mitigation measures are incorporated into the project.Environmental protection affects several resource areas,including biological resources,cultural resources,air quality, and water quality.Potential impacts may occur through the generation of noise,dust emissions, discharges ofpollutants,disturbances to terrestrial and aquatic areas,additional traffic,creation of traffic obstructions and other threats to public safety,and degradation of resources.Construction activities shall be in accordance with environmental and regulatory permits issued for the project and the Contractor may be held responsible for any violations as prescribed by law.If the Contractor's actions cause infractions that require suspension of work,then the Engineer may,without limiting the City's other rights and remedies,suspend work as specified in Article 13 of the General Conditions. B. The Contractor shall be responsible for the sequence and control of construction activities,selection and maintenance of equipment,and the conduct of the Contractor's employees at the work site to ensure that specific mitigation measures to reduce or eliminate identified environmental impacts are implemented. C. Contractor's personnel failing or refusing to carry out requirements of this section in the opinion of the Engineer,shall be removed from the work site if ordered. D. Construction equipment failing to produce the quality of work within the requirements of this section,in the opinion of the Engineer,shall be removed from the work site if ordered. E. The Contractor shall minimize construction activities causing disturbances to vegetation, wildlife or cultural resources. Construction activities may be restricted in various ways that include, but are not limited to, the environmental protection and/or mitigation measures specified. 1.02 RELATED SECTIONS A. Drawings, General Conditions, Supplementary General Conditions, Special Provisions and other Division 1 sections apply to this section. This section may require direct correlation with the following sections of the contract: 68 01570- 1 Highlands Park Section 01570 February 2019 Environmental Protection 1. Section 02260—Landscape Grading 2. Section 02905 —Landscape Installation 1.03 SUBMITTALS A. The Contractor shall develop and submit five detailed plans for implementing the requirements of this section. The plans shall include but not be limited to the following: 1. Name of Contractor's supervisor responsible for implementing the plans. 2. Working drawings and data for implementing the requirements of the plans. 3. Air Quality Control Plan. 4. Water Quality Control Plan and Storm Water Pollution Prevention Plan (SWPPP) (Update existing SWPPP on file with the City). a. The Storm Water Pollution Prevention Plan(SWPPP) shall be submitted to the Regional Water Quality Control Board(RWQCB)prior to demolition work begins. The SWPPP must be approved by the RWQCB prior to the start of demolition activities. 5. Fire Prevention and Control Plan. 6. Noise Control Plan. 7. Traffic Control Plan. B. The Contractor shall submit the above plans including working drawings and data to the City for approval five (5) working days prior to mobilization. C. Copies of all of the above plans shall be maintained at the work site throughout the construction period. 1.04 DELIVERY, STORAGE, AND HANDLING OF HAZARDOUS MATERIALS A. Construction Sites and Equipment: 1. The storage, transportation, transfer, containment, and disposal of hazardous materials, such as fuel, oil, and lubricants have potential for affecting water quality. Fuel, oil and other petroleum products shall be stored only at designated sites. The use of hazardous materials shall be avoided or minimized where possible. Each hazardous material containment container shall be clearly labeled with its identity, handling and safety instructions, and emergency contact. Similar information shall 69 01570-2 Highlands Park Section 01570 February 2019 Environmental Protection be clearly available and visible in the storage areas. Storage and transfer of such materials shall not be allowed within 100 feet of streams or sites known to contain sensitive biological resources. Storage or use of hazardous materials in or near wet or dry streams shall be consistent with the Fish and Game Code and other State laws. Material Safety Data Sheets (MSDS) shall be made readily available to the Contractor's employees and other personnel at the work site. The accumulation and temporary storage of hazardous wastes shall not exceed 90 days. Soils contaminated by spills or cleaning wastes shall be contained and shall be removed to an approved disposal site. Disposal of hazardous wastes shall be in compliance with all applicable laws and regulations. 2. Petroleum drippings on equipment have potential to result in water pollution during construction. The Contractor shall maintain construction equipment to minimize petroleum drippings. All stationary power equipment such as engines, pumps, generators, welders, and air compressors shall be positioned over drip pans. Equipment used in water shall be free of exterior petroleum products prior to submersion, and shall be checked and maintained daily to keep the equipment exteriors clean. 3. Petroleum products shall be stored in nonleaking containers at impervious storage sites from which runoff is not permitted to escape. 4. Personnel stationed at or near these sites shall be trained in emergency response and spill containment techniques. An ample supply of absorbent pads,pillows, socks, booms, and other spill containment materials shall be maintained at the hazardous materials storage sites for use in the event of spills. Contaminated absorbent pads,pillows, socks,booms, and other spill containment materials shall be placed in nonleaking sealed container until transport to an appropriate disposal facility. The Contractor shall furnish to the Engineer a contact person and telephony number of a company experienced in emergency response for vacuuming and containing spills of oil or other petroleum products. 5. Fuel may be transferred from the storage areas to construction equipment by tanker trucks.Fuel transfers shall take place at least 100 feet from exclusion zones, drainage areas, water bodies and streams. 6. Fuel transfer vehicles shall have absorbent pads,pillows, socks, booms or other spill containment materials placed under the fueling operation(between the fuel truck and the equipment being serviced). A trained service attendant shall monitor the filling of equipment and shall stop the fuel flow immediately if any spill occurs. Fuel transfer shall not resume until the problem is resolved to the satisfaction of the Engineer. The service attendant shall be trained in emergency response, fire extinguisher use, and spill containment techniques. 1.05 SENSITIVE SPECIES -NOT USED 1.06 COLLECTION AND HARASSMENT OF SPECIES A. No intentional harassment, killing, or collection of plants or animals at or around the 70 01570-3 Highlands Park Section 01570 February 2019 Environmental Protection work site will be allowed. 1.07 BOUNDARIES OF WORK SITE AND LISTED SENSITIVE SPECIES A. The boundaries of the work site is as shown on the construction drawings for showing exact location of work and areas that may be occupied by the Contractor. The Contractor and the Contractor's employees shall not leave the right of way or temporary construction easement, without prior written approval. B. Preconstruction surveys will be conducted to designate exclusion zones. C. Exclusion zones will be marked with either large flagged stakes connected by cord, or survey laths or wooden stakes prominently flagged with survey ribbon or fencing. The Contractor and Contractor's employees shall not encroach into flagged exclusion zones in any manner, whether in vehicles or on foot, without prior written approval. D. No pets, camping, firearms, or any other use of the right of way area will be allowed. Harassment, killing, or destruction of dens or burrows of wildlife species is strictly prohibited. Contractor's employees shall not be allowed at the work site during nonworking hours. Only authorized camping areas may be utilized. Exceptions that will not cause environmental impacts to biological resources may be allowed by the Engineer. E. Food-related trash, such as wrappers, cans, bottles, and scraps shall be placed in closed containers and removed daily from work sites. All trash or garbage shall be removed to a county approved disposal site at least weekly by the Contractor. The right of way shall be policed daily by Contractor's personnel and monitored by inspectors or environmental personnel. F. Traffic shall be restricted to existing roads and flagged right of way or temporary construction easement. Construction related vehicles shall not exceed 25 mph on straight and level roads,with a 10 mph speed limit in areas of steepness or with curves. 1.08 BIOLOGICAL RESOURCES(PLANTS AND ANIMALS) A. The Construction activities have potential for affecting the biological resources by physical destruction,disturbance,and/or displacement. B. The Contractor shall not be permitted in areas where sensitive plant species occur until the sensitive plants are removed or soil seed banks are removed by the City. C. Unless otherwise approved,the Contractor shall not apply any rodenticide or herbicide to control any vertebrate or plant pest. 1.09 CULTURAL RESOURCES 71 01570-4 Highlands Park Section 01570 February 2019 Environmental Protection A. See also Special Provisions B. The construction activities have potential for affecting cultural resources such as historically significant resources,local land uses,commercial establishments,or the activities of local landowners,residents,or recreationalists. C. The Contractor shall reduce potential adverse impacts to cultural resources that may be associated with construction by implementing the preservation of culturally significant resources in accordance with the National Historic Preservation Act of 1966,(16 U.S.C.470). D. If any potential paleontological,archaeological or historic sites are uncovered,the Engineer will be notified prior to proceeding with the work affected.If necessary the Engineer will suspend work as specified in the General Conditions.The Engineer will provide for an initial field evaluation of the site within seventy-two(72)hours after receiving notification of Contractor's discovery. E.If human remains are exposed,all construction activities shall be halted in the immediate vicinity until the County Coroner has assessed the remains. 1.10 AIR QUALITY CONTROL PLAN A. See also Special Provisions. B. The construction activities have potential for resulting in localized,short-term construction emissions from stationary,mobile and area sources,and fugitive dust from construction equipment,and trucks for hauling. C. The Contractor shall reduce these effects by submitting and implementing an Air Quality Control Plan.The following components,if applicable,shall be included in the plan and if not applicable the Contractor shall explain in the plan why that component or portions thereof is not included in the plan. D. Fugitive dust shall be minimized by watering,minimizing cleared areas,covering exposed surfaces,seeding,managing activities to keep the active work area small at any given time, applying chemical suppressant or implementing other dust control measures as approved.One or more of the above control measures shall be used sufficiently to prevent fugitive dust from leaving the work site.Increased application of control measures shall be required whenever conditions cause fugitive dust. E. The Contractor shall control fugitive dust by: 1. Minimizing areas cleared to facilitate construction,such as storage areas,staging areas, stockpile areas and vehicle parking. 2. Covering spoil piles when necessary. 3. Constructing roadways,driveways,sidewalks,building pads and other graded surfaces. 4. Chipping cleared vegetation and covering exposed areas as work is completed. 5. Performing seeding requirements as required. 72 01570-5 Highlands Park Section 01570 February 2019 Environmental Protection 6. Minimizing the amount of construction equipment operating during any given time period. This includes scheduling of construction truck trips to reduce peak emission,limit the length of the construction workday,and phasing of construction activities. 7. Covering haul trucks traveling onto or off the work site.Haul trucks traveling on the work site shall be covered as necessary to prevent dust from leaving the work site. 1.11 WATER QUALITY CONTROL PLAN AND STORM WATER POLLUTION PREVENTION PLAN A. The construction activities have potential for resulting in localized,short-term impacts to water quality due to fuel or oil leaks or spills at fuel or oil transfer areas,erosion and runoff. B. The Contractor shall prepare a Storm Water Pollution Prevention Plan(SWPPP)for the General Construction Storm Water Permit.Development of the SWPPP shall be accomplished by the Contractor using guidelines provided by the State Water Resources Control Board(SWRCB)for containment of construction activity pollutants such as wastes,erosion,and sediments.The SWPPP shall be submitted to the Regional Water Quality Control Board(RWQCB)five(5)working days prior to field mobilization.The SWPPP must be approved by the RWQCB prior to the start of construction activities. Guidelines for the SWPPP are presented in the Construction Storm Water Permit Package available at the Redding, California, office of the RWQCB. The SWPPP shall include provisions for water quality protection and for implementing Best Management Practices (BMPs) chosen to reduce and mitigate construction activity pollutants. The Contractor shall implement this plan during all construction activities by providing BMPs and conforming to the following provisions. C. Erosion could potentially cause impacts both on and off the work site. On the work site, erosion could wash away soil and fill material, resulting in the formation of gullies. Off the work site, erosion could result in downstream sedimentation and turbidity impacts. Additionally, the Contractor shall: 1. Restrict personnel to designated roads. 2. Use methods for controlling erosion on designated roads. 3. Use methods for on-site erosion control and sediment capture methods during construction. 4. Minimize erosion during stormy weather at the work site. 5. Use methods for post construction erosion control. 6. If drainage swales are employed as BMPs, they shall be vegetated or otherwise protected to reduce erosion. 7. Contact personnel and emergency procedures shall be posted at the work site to avoid and minimize loss of property and life in case of a significant storm event. 8. The project Storm Water Pollution Prevention Plan (SWPPP) shall be strictly implemented. 9. All settleable solids, oils, and grease shall be contained to prevent their release into the environment.Flocculents may be used on solids that do not readily settle, as long 73 01570-6 Highlands Park Section 01570 February 2019 Environmental Protection as they do not contaminate water quality. 10. Excess construction and operation materials, rubble, and excavated soil shall be either reused or disposed of in approved sites. All imported fill shall be obtained from approved sources 11. Exposed areas shall be stabilized with temporary mulching, landscaping, and other erosion control methods during and after land disturbance activities. 12. Areas of disturbance with slopes toward a stream shall be stabilized to reduce erosion potential. 13. Stock piles shall be protected from erosion either by covering them or by placing barriers (e.g. silt fence, sand bags) around their perimeter to prevent the escape of sediments. 14. Spoil disposal areas shall be graded to ensure that drainage from these sites will minimize erosion of spoil materials and adjacent native soil material. Grading shall conform with the existing topography of the area. D. Streams, Creeks, Drainages or Waterbody Crossings: 1. Berms or other diversion structures may be constructed around the work site to allow uninterrupted flow in streams, creeks or waterbody crossings. Construction shall be separated into two phases to maintain flows through half the waterbody width unless otherwise directed. When the diversion is installed, water shall be directed into siltation basins. If straw bales are used to form the basins, water shall be allowed to settle, filter through the straw, and flow over the natural terrain before returning to the stream. If earth fill is used to form the berm, water shall be allowed to settle, and flow over the protected berm onto the natural terrain before returning to the stream. 2. Earth moving activities shall not occur in streams, creeks, waterbody crossings, or riparian areas within 24 hours of predicted 50 percent chance of National Weather Service anticipated precipitation during the rainy season(November 15 through April 15). Stockpiled topsoil or backfill shall be stored above the stream high water mark, outside any riparian zone, and not in any area where the stockpiled material could be washed back into the stream. Straw bales or other BMPs shall be used at flowing river or creek crossings at the end of each workday during the rainy season, and at the end of each workday during other seasons when rain is forecast. If a major storm is predicted or occurs outside of the rainy season, straw bales or other BMPs shall be implemented immediately. 3. Any diversion site, siltation basin and other measures shall be inspected during day light hours and after normal working hours during adverse weather conditions for proper operation. Any measure not operating properly or effectively shall be corrected immediately. 1.14 FIRE PREVENTION AND CONTROL PLAN A. The Contractor shall prepare a fire prevention and control plan in consultation with the Engineer,and responsible fire protection agency(s). The following components,if 74 01570-7 Highlands Park Section 01570 February 2019 Environmental Protection applicable,shall be included in the plan,and if not applicable the Contractor shall explain in the plan why that component or a portion thereof is not included in the plan: 1. Procedures and policies for controlling any fires including fires that are off the work site,and other related fire prevention and control procedures developed in consultation with resource agencies and fire protection agency(s). 2. No fires will be allowed at the work site. Smoking will be allowed only in areas designated for smoking which shall be cleared of vegetation or in enclosed vehicles. 3. The Contractor shall be responsible for maintaining appropriate fire suppression equipment at the work site.Fire extinguishers,shovels and other fire fighting equipment, shall be inventoried and available at work sites and on construction equipment.Each vehicle on the right of way shall be equipped with a minimum 20 pound(or two 10 pound)fire extinguisher(s)and a minimum of five gallons of water in a fire fighting apparatus(e.g. bladder bag). 4. At the work site,a sealed fire toolbox shall be located at a point accessible in the event of fire.This fire toolbox shall contain:one backpack pump-type extinguisher filled with water, two axes,two McLeod fire tools,and enough shovels so that each employee at the work site can be equipped to fight fire. 5. One or more chainsaws of 3-1/2 or more horsepower with a cutting bar 20 inches in length or longer shall be immediately available at the work site. 6. Gasoline powered construction equipment with catalytic converters shall be equipped with shielding or other acceptable fire prevention features. Internal combustion engines shall be equipped with spark arrestors. 7. Welding sites shall include fire prevention provisions. 8. The Contractor shall maintain contact with local firefighting agencies throughout the fire season for update on fire conditions and such fire conditions shall be communicated to the Contractor's employees and the Engineer daily. 9. Vehicles are restricted to the work site unless otherwise allowed for fire control procedures. 10. Disturbance to the terrestrial or aquatic environment through the use of heavy construction equipment shall be kept to a minimum.Clearing of vegetation shall occur from the outer boundaries of the work area toward the interior.If a fire should start,the appropriate fire protection agencies responsible shall be contacted immediately.Hand crews,fire fighting water trucks or other fire control measures may be used as a first defense.Only as required,heavy construction equipment shall be utilized to contain the fire or protect a structure from damage. 1.15 NOISE CONTROL PLAN 75 01570- 8 Highlands Park Section 01570 February 2019 Environmental Protection A.The Contractor shall prepare a Noise Control Plan in consultation with the City and the Engineer. The following components,if applicable,shall be included in the plan.If the components are not applicable,the Contractor shall explain in the plan why the component or portion is not included in the plan. L All construction vehicles and equipment,fixed or mobile,shall be equipped with properly operating and maintained mufflers. 2. Stockpiling and vehicle staging areas shall be sited as far as practical from residences. 3. Hours of construction shall be limited to the hours specified in applicable local noise ordinances. PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED PART 4 PAYMENT NOT USED END OF SECTION 76 01570-9 Highlands Park Section 02100 February 2019 Demolition SECTION 02100 DEMOLITION PART 1 GENERAL 1.01 DESCRIPTION A. Work includes, but is not limited to the following: 1. The Contractor shall provide all equipment, tools, materials, and labor necessary to complete the Work. 2. Completely coordinate with Work of all other trades. 3. Provide protection for all existing objects or conditions designated on the Drawings to remain on the site. 4. Provide protection to prevent injury or damage to persons or adjacent properties. 5. Remove and dispose of demolished materials from the site as indicated on the drawings. 6. Comply with applicable codes and ordinances concerning demolition operations. B. Definition: The term "demolition", as used herein, includes the removal and disposal of all existing objects (except for those objects designated to remain) down to the existing grade level or subgrade level to the extent indicated or as otherwise required to permit new construction and all other Work as described in this Section necessary to complete all Demolition Work. C. Use of explosives will not be permitted. 1.02 PERMITS, ORDINANCES, ETC. A. Procure and pay for all necessary permits or certificates required to complete the Demolition Work specified. Make any and all required notifications and comply with all applicable Federal, State, and Local ordinances concerning demolition operations. 1.03 JOB CONDITIONS A. Visit the site and examine the existing conditions and observe the conditions under which the Work is to be performed. Notify the Landscape Architect of unsatisfactory conditions and do not proceed with the Work until unsatisfactory conditions have been corrected in a manner acceptable to the Landscape Architect. Note all conditions as to character and extent of Work involved. 1.04 PROTECTION A. Execute all Demolition Work in an orderly and careful manner with due consideration for any existing condition designated to remain. Provide protection to preserve existing 77 02100- 1 Highlands Park Section 02100 February 2019 Demolition items indicated to remain and to prevent injury or damage to persons or adjacent properties. B. Use all means necessary to protect existing conditions designated to remain and adjacent properties. Avoid any encroachment on adjacent properties. In the event of damage or loss to any existing condition designated to remain or adjacent properties, immediately make all repairs and replacements necessary to the approval of the City at no additional cost to City. C. Do not interfere with the normal traffic on roads, streets, walks, or use of adjacent properties. Provide alternate routes around closed or obstructed traffic ways as required by governing regulations. D. Protect existing trees per the demolition plans. Some existing trees are designated to be pruned per Drawings. Contact City Representative prior to pruning for pre-pruning direction. Prune sample tree after direction and obtain approval from the City prior to pruning remainder of trees. 1.05 CUTTING AND PATCHING A. Cut existing sidewalks, roads, and curbs as required to complete Demolition Work. Pavement shall be cut vertically along straight lines forming the edges of the Demolition Work and so as not to damage the adjacent pavement. Repair all pavement as specified in Sections of the specification covering the applicable trades. 1.06 DUST CONTROL A. Use all means necessary to prevent the spread of dust during performance of the Work of this Section; thoroughly moisten all surfaces as required to prevent dust being a nuisance to the public, neighbors, and concurrent performance of other work on the site. PART 2 -PRODUCTS 2.01 OTHER MATERIALS A. All other materials, not specifically described but required for proper completion of the Work of this Section, shall be as selected by the Contractor subject to approval by the Landscape Architect. PART 3 -EXECUTION 3.01 PREPARATION 78 02100-2 Highlands Park Section 02100 February 2019 Demolition A. Notification 1. Notify the Landscape Architect at lease two (2) full working days prior to commencing the Work of this Section. B. Site Observation I. Prior to all Work of this Section, carefully observe the entire site for all objects designated to be removed and to be preserved. 2. Contact the Underground Service Alert(U.S.A.) at 1-800-642-2444 to stake and mark the location of all existing utilities prior to the beginning of Work. 3. Locate all existing utility lines indicated on the Drawings to remain, and determine the requirements for their protection. 4. Locate, if any, all existing utility line indicated on the Drawings to be disconnected and capped, and determine all requirements for disconnecting and capping. C. Clarification 1. The Drawings do not purport to show all objects existing on the site. 2. Before commencing the Work of this Section, verify with the Landscape Architect all objects to be removed and all objects to preserve. D. Scheduling 1. Schedule all Work in a careful manner with all necessary consideration for adjacent properties and the general public. 2. Avoid interference with the use of, and passage to and from, adjacent properties. 3. Conduct operations so as not to interfere with the use of adjacent roads, streets, drives, walks, service lines, etc. E. Disconnection of Utilities I. Before starting site construction, arrange for the disconnection of all utility lines designated to be removed, relocated, or capped with the appropriate utility company. Utility company services for this Work shall be paid for by the Contractor. F. Protection of Utilities 1. Retain and protect in operating condition all active utilities traversing the site designated to remain. 3.02 DEMOLITION OF OBJECTS A. Remove and dispose of all existing objects (except for those objects designated to remain) down to existing grade level or subgrade level to the extent indicated or as otherwise required to permit new construction. 79 02100-3 Highlands Park Section 02100 February 2019 Demolition 3.03 REQUIREMENTS FOR REMOVAL OF ASPHALT AND CONCRETE PAVEMENT A. Remove asphalt pavement to neatly saw edges. Make saw cuts to a minimum dept of one (1) inch below the bottom surface of the pavement. Where only the surface of existing asphalt pavement is to be removed, obtain approval of method from the Owner and provide a minimum laying depth of one (1) inch of new pavement material at the join line. Where asphalt pavement adjoins a trench, trim the edges adjacent to the trench to neat straight lines before resurfacing to insure that all areas to be resurfaced are accessible to the rollers used to compact the subgrade or paving materials. B. Remove concrete pavement to neatly sawed edges. Make saw cuts a minimum depth of one (1) inch below the bottom surface of the pavement. If a saw cut in concrete pavement falls within three (3) feet of an expansion joint, construction joint, cold joint or edge, move the concrete to the joint or edge. The edges of existing concrete pavement adjacent to trenches, where damaged subsequent to saw cutting of the pavement, saw cut again to neat straight lines for the purpose of removing the damaged pavement areas. Such saw cuts shall be either parallel to the original saw cuts or shall be cut on an angle which departs from the original saw cut not more than one (1) inch in each six(6) inches. C. Concrete curbs, gutters, cross gutters, driveways and walks: Remove concrete to neatly sawed edges, with saw cuts made to a minimum depth of one and one-half(I-1 /2) inches. Concrete sidewalk of driveway to be removed shall be neatly sawed in straight lines, either parallel to the curb or at right angles to the alignment of the sidewalk. No section to be replaced shall be smaller than thirty (30) inches in either length or width. If the saw cut in sidewalk or driveway fall within thirty (30) inches of a construction joint, expansion joint, cold joint or edge, the concrete shall be removed to the joint or edge, except that where the saw cut would fall within twelve (1 2) inches of a score mark, the saw cut shall be made in and along the score mark. Curb and gutter shall be sawed to a depth of one(1) inch below the bottom surface in a neat line at right angles to the curb face. 3.04 BACKFILL AND COMPACTION All excavations left by the Demolition Work shall be filled and compacted to make the surface at these points conform in contour and density to that of the surrounding ground. 3.05 DISPOSAL OF DEBRIS A. All material removed under this Contract, which is not to be salvaged or reused, or otherwise specified on the Plan shall become the property of the Contractor and be promptly disposed of. It shall be the responsibility of the Contractor to procure dumping facilities or other means of disposal for all items specified to be removed from the site. Storing or permitting refuse to accumulate on the site will not be permitted. B. Disposal of all materials from the site shall be done in a lawful manner. Transport 80 all refuse materials from the site without spilling on the streets. 02100-4 Highlands Park Section 02100 February 2019 Demolition C. Burning of refuse material on the site will not be permitted. END OF SECTION 81 02100-5 Highlands Park Section 02200 February 2019 Site Preparation SECTION 02200 SITE PREPARATION PART 1 - GENERAL 1.01 SECTION INCLUDES A. Site preparation work, as follows: 1. Locating existing facilities. 2. Installing safety and protective barriers. 3. Constructing temporary access roads, work areas and storage areas. 4. Clearing, grubbing, stripping, and other initial work required for earthwork and trenching operations. 1.02 REFERENCED SECTIONS A. The following Section is referenced in this Section 1. Section 01330—Administrative Requirements 2. Section 02260—Landscape Grading 3. Section 02905 —Landscape Installation 1.03 DEFINITIONS A. Clearing: Consists of removal of natural obstructions and man-made objects and features including foundations, buildings, fences, lumber, stumps, debris, rubbish, brush, trees, boulders, and other items that interfere with construction operations or are specifically designated for removal. B. Stripping: Includes the removal and disposal of sod, grass, weeds, roots, and other organic material remaining after clearing has been completed. C. Top Soil: The native or cultivated surface-soil layer containing organic matter and typically consisting of a darker shade of brown, grey or red than the underlying subsoil. 1.04 SUBMITTALS A. Prepare and submit in accordance with General Conditions and Technical Specifications. B. Submit: 1. Materials used and layout of temporary fences 2. Proposed staging and stockpile locations. 82 02200-1 Highlands Park Section 02200 February 2019 Site Preparation PART 2 -PRODUCTS 2.01 TEMPORARY FENCES A. Type: Heavyweight, high visibility, flat laminar mesh design. B. Material: High-density polyethylene. C. Height: 48 inches. D. Posts: Wood or metal posts at 10-foot spacing. Secure fence to posts with plastic cable ties. PART 3 -EXECUTION 3.01 LOCATING EXISTING FACILITIES A. Review the design drawings, maps, and other sources of information and identify existing facilities at the site to determine and mark the approximate locations of underground facilities. B. Follow rules adopted by the Underground Service Alert (USA) regarding locating and marking existing buried utilities and contact owners of existing underground utilities prior to beginning work in the vicinity of their utilities. 3.02 SAFETY AND PROTECTIVE BARRIERS A. Along Public Roadways: 1. Install appropriate barriers such as temporary fencing, plastic drums, or concrete traffic barriers to protect public from construction areas and to protect workers and existing facilities from danger of passing vehicles. B. Temporary Fences: 1. Prior to beginning excavation, erect temporary fences as indicated on the Drawings. 2. Maintain work activities within the confines of the temporary fences. 3. Remove temporary fences when work in the vicinity is substantially complete. C. Existing Trees: Erect temporary fences around trees that are to remain at the drip line that are adjacent to the Work and may be subject to damage unless protected. Maintain work activities outside of protected areas. D. Provide protective concrete slabs, steel plates or encasements for existing buried facilities that may be damaged by Contractor's equipment and vehicles. 3.03 PRIMARY SITE ACCESS, WORK AND STORAGE AREAS A. Develop primary access routes, work areas and storage areas as needed. 83 02200-2 Highlands Park Section 02200 February 2019 Site Preparation B. Clean up areas at conclusion of the project and return the areas to their original or better condition. 3.04 CLEARING A. Clear construction areas of objectionable items and material, which, if left in place, would interfere with the proper performance of the work. B. Remove loose boulders within 10 feet from the tops of cut slopes. Incorporate boulders into landscaping or remove from the site. C. Dispose of material from clearing operations in an acceptable off-site location. 3.05 STRIPPING A. Remove the top layer of soil containing sod, grass, weeds and other vegetation to a depth of 2 inches from areas that will be affected by construction and site grading operations. B. Extend stripped areas at least 4 feet beyond the limits of cut and fill areas. C. Remove sludge-entrained soils from the areas indicated on the Drawings. 3.06 REMOVAL OF EROSION CONTROL DEVICES A. Remove erosion control devices when bare soils are sufficiently revegetated to prevent on-site or off-site soil erosion. ***END OF SECTION*** 84 02200-3 Highlands Park Section 02260 February 2019 Landscape Grading SECTION 02260 LANDSCAPE GRADING PART 1 - GENERAL 1.01 WORK INCLUDED A. Provide all labor, materials services and equipment indicated on Drawings and/or herein specified to complete all Landscape Grading Work B. Landscape grading shall consist of establishing finish grade to conform to the contours, grades, line and shapes of rough grades established on Engineer's plans. Work may also include loosening of compacted soils created during course of construction. C. Land alteration of existing topographic conditions to conform to the contours, grades, lines and shapes indicated on Engineer's and the City's plans. D. Contractor shall furnish,place and settle all required backfill material to conform to the contours, grades, lines and shapes as indicated on the Drawings, and engineer's plans 1.02 RELATED WORK A. SECTION 02905 - LANDSCAPE INSTALLATION 1.03 DEFINITIONS A. Finishrg ade: Finish grade: Finish grade shall mean the establishment of grades to .04 feet plus or minus. B. Gradin intent:tent: Spot elevations (grades) and contours are indicated based on the best available data. Construction Drawings are referenced to provide site grading data. The intent is to maintain constant slopes between spot elevations. If a spot elevation is determined to be in error, or the difference in elevation between points change contact the City immediately for field adjustments of spot elevations. 1.04 JOB CONDITIONS A. Visit the project site and examine the existing conditions under which the Work is to be performed. Note all conditions, as to character and extent of Work involved. This may include pot holing to determine depth of bedrock. 1.05 EXISTING UTILITIES 85 02260-1 Highlands Park Section 02260 February 2019 Landscape Grading A. Contractor is responsible to contact U.S.A(800-642-2444) to stake and mark the location of all existing utilities before commencing Work. Pot hole as required to determine and verify location and depth. B. Retain and protect in operating condition all active utilities traversing the site designated to remain. 1.06 PROTECTION OF EXISTING CONDITIONS and ADJACENT PROPERTIES A. Use all means necessary to protect existing conditions designated to remain, newly constructed conditions and adjacent properties. Avoid any encroachment on adjacent properties. B. Prevent damage to existing bench marks,pavement, utility lines. In the event of damage or loss immediately make all repairs and replacements required to the City's approval at no additional cost to the City. 1.07 QUALITY ASSURANCE A. Finish grade shall conform to contours, grades, lines and shapes, as indicated on Architect's Drawings, with uniform slopes between finish grades or between finish grades and existing grades. B. Establish finish landscape grades in a continuous, uniform line, resulting in a uniform surface with no ridges, birdbaths or low spots. C. Finish landscape grade tolerance shall be .04 feet plus or minus of final grades indicated on Drawings. D. Slope grade away from buildings a minimum of two (2)percent in five (5) feet horizontal distance unless otherwise indicated on Construction Drawings. 1.08 SUBMITTALS A. Provide one (1) cubic foot sample of import topsoil material for the City's approval prior to delivery to the site, but in any case,prior to placement. B. Provide horticultural soils report of submitted topsoil including information on soil texture, filtration rate, nutrient levels and organic matter. Include recommendation for amendment to be added to topsoil to mitigate any deficiencies. PART 2 -PRODUCTS 2.01 ONSITE MATERIAL 86 02260-2 Highlands Park Section 02260 February 2019 Landscape Grading A. Existing onsite excavated surplus material may be acceptable fill or top soil material, if approved by the City's representative and upon submittal of a horticultural soils report and possible amending of existing soil to match criteria specified in this section for import top soil. Excavated surplus material not required for fill material or top soil shall be removed and legally disposed of off site. 2.02 IMPORTED TOPSOIL MATERIAL A. Imported topsoil material shall be of friable sandy-loam texture free of refuse, roots, heavy or stiff clays, rocks over F in diameter, 15%by volume rock between 1/8" and F, sticks, other deleterious matter. B. Imported topsoil acidity range(Ph) shall be between 6.5 to 7.5, containing a minimum of 4% and a maximum of 25% organic matter. C. Imported topsoil shall be free of all noxious weeds and other seeds. D. Imported topsoil shall be amended as per soils report (refer to paragraph 1.08 B), at no additional cost to the City. E. Topsoil shall be stock piled on site in an area free of rock and other deleterious materials. City reserves the right to reject topsoil once placed in proper location refer to per Part 3 - Execution if deleterious materials mixed in to topsoil. PART 3 -EXECUTION 3.01 GENERAL A. Conduct work in an orderly manner. Dirt shall not be permitted to accumulate on streets or sidewalks nor to be washed into storm drains. B. Use all means required to prevent the erosion of freshly graded areas during construction and until such a time as proposed hard surfaces and landscaping have been constructed. C. Excess on site material after material has been used to bring site to finished grade shall be removed and legally disposed of off site. D. If there is not enough site material to bring site to grade, contractor shall import topsoil. 3.02 RIPPING A. If, during the course of construction, landscape areas become compacted to greater than 90%relative density, landscape areas with the exception of areas beneath the canopies of 87 existing trees shall be ripped and cross ripped to a depth of 18". 02260-3 Highlands Park Section 02260 February 2019 Landscape Grading B. Rip and cross rip to a depth of 12 inches all areas exposed by engineering cut operations. Remove all rock two inches or larger within 6 inches of finish grades in all non-hydro mulch planted areas. C. Rip and cross rip to a depth of 12 inches all turf areas prior to the placement of import topsoil. D. Parking lot islands to be ripped and cross ripped to 30" depth and left in place per plan. 3.03 TOP SOIL PLACEMENT A. Place topsoil to contours indicated on plans to create landscape grade. B. Place topsoil in any way as indicated on plans C. If insufficient on-site soil is available, then contractor shall supply import topsoil. 3.04 FINISH LANDSCAPE GRADING A. Finish grade shall conform, after settling, to shapes, spot elevations and contours as indicated on Architect's Drawings, with uniform levels or slopes between finish elevations or between finish elevations and existing elevations. B. Fine grade all planting areas to a smooth, loose and uniform surface. Remove all extraneous matter I" or larger in size and dispose of off site to create a smooth surface. Finish grades shall slope to drain, without water pockets or irregularities (humps or hollows). Grades shall be or uniform slope between points of fixed elevation establishing vertical curves or roundings at abrupt changes in slope. C. Shrub/ground cover planting areas shall be graded below adjacent paved areas, sidewalks, valve boxes, headers, drains, etc. in order to receive decomposed granite or bark mulch per plan. D. Turf areas shall be graded one and one half(1-1/2) inches below adjacent paved areas, sidewalks, valve boxes, headers, drains, etc. in order to receive sod. 3.05 FINISH LANDSCAPE GRADING OBSERVATION A. Soil preparation: comply with SECTION 02905 - LANDSCAPE INSTALLATION prior to finish grading operations B. Finish grade shall conform, after compaction, to shapes, spot elevations and contours as indicated on Drawings, with uniform levels or slopes between finish elevations or between finish elevations and existing elevations. 88 02260-4 Highlands Park Section 02260 February 2019 Landscape Grading C. The Contractor is responsible to spread excess excavated soil material from plant pits in surrounding planting beds. D. Fine grade topsoil in all planting areas eliminating rough and low areas to insure positive drainage, to a smooth, loose and uniform surface. Maintain levels,profiles and contours of sub-grades. E. Remove stones, roots, grass, weeds, debris and other foreign material while spreading, in excess of one inch in diameter. F. Shrub/ground cover planting areas shall be graded below adjacent paved areas, sidewalks, valve boxes, headers, drains, etc. in order to receive decomposed granite or bark mulch per plan. END OF SECTION 89 02260-5 Highlands Park Section 02261 February 2019 Excavation Support and Protection SECTION 02261 EXCAVATION SUPPORT AND PROTECTION PART 1 - GENERAL 1.01 SECTION INCLUDES A. Requirements for temporary excavation support systems. 1.02 REFERENCED SECTIONS A. The following Sections are referenced in this Section 1. General Conditions—Submittals 2. Section 02300—Earthwork 1.03 DEFINITIONS A. Protection Systems: 1. Sloping or benching systems for excavated slopes. 2. Structural support systems, shield systems, and other systems for preventing excavation wall failure. 1.04 SUBMITTALS A. Prepare and submit in accordance with General Conditions. B. Submit information as a complete package. Include all items required by the Contract Documents. Incomplete submittals will not be reviewed and will be returned for resubmittal as a complete package. C. Shop Drawings 1. Prepared, signed and sealed by a professional engineer who is registered to practice in the state of California. 2. Clearly indicate structural sections of shoring members, welding details, bolting details and bracing details. 3. Indicate existing and new structures, pipelines and other improvements located in the vicinity and impacting the design of the shoring system. 4. Provide details for bracing, reinforcement and sealing around penetrations. D. Calculations: Structural calculations verifying and demonstrating the structural safety and adequacy of the sheeting, shoring and bracing to be used. 1. Prepared, signed and sealed by a registered Professional Civil or Structural Engineer who is registered to practice in the State of California. 2. Provide calculations for the different load, support and other conditions that occur during the sequence of installation, construction of facilities 90 02261-1 Highlands Park Section 02261 February 2019 Excavation Support and Protection protected by the shoring and the sequence of removal of the internal bracing and shoring. E. Sheet Pile Driving Equipment: Information on type of equipment to be used, including manufacturer, model number and driving energy. F. Qualifications of registered Professional Engineer and shoring installer, including project references. G. Prepare a detailed plan illustrating the sequence of installation and removal of shoring systems and internal bracing. Include sketches showing the various stages in the sequence. H. Letter confirming installation of the shoring system is in accordance with the shoring design. I. Control Points and Stability Measurements: I. Submit proposed location and details of control points and method and schedule for obtaining stability measurements. 2. Submit field notes documenting stability measurements. 1.05 INSTALLER QUALIFICATIONS A. Shoring installer must have a minimum of five successful past installations of shoring systems of comparable overall heights and comparable penetration of soils similar to those found on the project site. 1.06 PERFORMANCE REQUIREMENTS A. Design and install excavation support and protection systems that are capable of. 1. Supporting excavation sidewalls and bottom to maintain the required excavation or trench section. 2. Resisting soil and hydrostatic pressure and superimposed construction loads and other live loads. 3. Protecting existing facilities in the vicinity of the excavation from damage due to settlement or movement of soil B. Provide professional engineering services necessary to assume engineering responsibility, including preparation of Shop Drawings and a comprehensive engineering analysis by a qualified professional engineer registered in the State of California. C. Install and remove excavation support and protection systems without damaging existing buildings, pavements, utilities, railroad facilities and other improvements adjacent to excavation. D. Excavations 1. Protect workers from hazard of caving ground and other hazards. 2. Install excavation protection system in locations where: 91 02261-2 Highlands Park Section 02261 February 2019 Excavation Support and Protection a. Protection system is specifically indicated on the Drawings. b. Excavations are equal to, or greater than, 5 feet deep. C. Excavations are less than 5 feet deep, but there is a potential for cave-in. d. When engineering analyses prepared by the Contractor indicate the stability of existing structures and facilities may be jeopardized by settlement or movement of soil. 1.07 GENERAL DESIGN REQUIREMENTS A. Design excavation support systems to meet requirements and standards of the Occupational Safety and Health Administration (OSHA). B. Design excavation support systems to meet the requirements of California Code of Regulations, Title 8 — Construction Safety Orders and California Labor Code Sections 6705 to 6707. C. Design structural steel members in accordance with the American Institute of Steel Construction (AISC) Manual of Steel Construction Allowable Stress Design and the Uniform Building Code. D. Excavation support systems for trench excavations shall be selected by the Contractor based on the soil conditions, depths of trench excavations, groundwater conditions and other site conditions. No attempt has been made by Engineer to define acceptable trench shoring options. E. Allowable Deflection: Not more than 1/2-inch at any point on the shoring system. 1.08 JOB SITE POSTINGS A. Maintain at least one copy of the protection system design at the job site while the excavation is open in accordance with the requirements of California Code of Regulations, Title 8 Construction Safety Orders and the California Labor Code. 1.09 SEQUENCE AND SCHEDULING A. Do not begin excavations or installation of excavation supports until submittals for excavation support systems have been accepted by the Engineer and until materials necessary for installation are on site. B. Allow a minimum of 15 calendar days for Engineer's review of submittals for excavation support systems. C. Do not begin excavations or installation of excavation supports until initial survey measurements on control points on existing structures and other improvements are obtained to document initial elevations and locations. PART 2 -PRODUCTS 2.01 MATERIALS A. General: Provide materials that are either new or in serviceable condition. 92 02261-3 Highlands Park Section 02261 February 2019 Excavation Support and Protection PART 3 -EXECUTION 3.01 PREPARATION A. Prior to beginning installation of the excavation support system, pothole to locate existing buried utilities in the vicinity of the excavation. Survey utilities and compare actual locations to those locations indicated on the Drawings and the Shop Drawings. Determine any areas of conflict and revise the design and layout of the excavation support system to eliminate these conflicts. 3.02 SLOPING AND BENCHING OF EXCAVATED FACES A. Where structural excavation support systems are not specifically indicated on the Drawings, sloping and benching systems for exposed faces of excavations may be utilized. B. Construct sloping and benching systems in accordance with Section 02300. 3.03 TRENCHING SUPPORT SYSTEMS A. Where structural excavation support systems are not specifically indicated on the Drawings, trench support systems consisting of hydraulic jacks and plates, trench shield systems, and other trench protection systems may be utilized. 3.04 BRACING A. Locate bracing to clear temporary and permanent work and to allow lowering of material and equipment into the excavation. B. If necessary to move brace, install new bracing before removing original brace. C. Install internal bracing when calculations indicate bracing is required to prevent spreading or distortion of braced frames. D. Maintain bracing until structural elements are supported by other bracing or until permanent construction is able to withstand lateral earth and hydrostatic pressures. 3.05 INSPECTION A. Designer of the shoring system is responsible for confirming proper installation of the shoring system. Shoring system designer, or a representative of the designer, shall make site visits to confirm installation is in accordance with the accepted shoring design. B. Submit letter of proper installation confirming installation is in accordance with the shoring design. END OF SECTION 93 02261-4 Highlands Park Section 02300 February 2019 Earthwork SECTION 02300 EARTHWORK PART 1 - GENERAL 1.01 SECTION INCLUDES A. Earthwork requirements for site work, structures, roads and general earthwork, including excavation, fill, backfill, grading, and compaction; import of material; and disposal of surplus and unsuitable materials. B. Refer to Section 02320 for earthwork related to pipeline installation. 1.02 REFERENCED SECTIONS A. The following Sections are referenced in this Section 1. Section 01600— Product Requirements 2. General Conditions—Submittals 3. Section 02200—Site Preparation 4. Section 02260—Excavation Support and Protection 5. Section 02320—Trenching 1.03 DEFINITIONS A. Backfill: Earthwork necessary to add fill between new structures and the excavation up to the sub or finish grade. B. Borrow Area: Area identified from which to obtain earthwork materials. C. Cut: Earthwork necessary to remove existing material to lower the existing grade in elevation to sub or finish grade. D. Embankment: Materials placed to form the subgrade for roadways or site improvements. E. Excavation: Earthwork necessary to remove existing material for the installation of structures. F. Fill: Earthwork necessary to add material to bring the existing grade up in elevation to sub or finish grade. G. Finish Grade: Final surface following placement of surfacing, if any, as indicated. H. Subgrade: The surface of the earthwork on which pavement, surfacing, base, sub base, or a layer of any other material is placed. 94 02300- 1 Highlands Park Section 02300 February 2019 Earthwork 1.04 SUBMITTALS A. Prepare submittals and submit in accordance with Section 01330. B. For imported materials,provide certification and source. C. For excavations 5 feet or deeper: Submit detailed plan of all shoring, bracing, side sloping, or other provisions for worker protection against the hazard of caving ground during excavations in accordance with Section 02260. 1.05 QUALITY ASSURANCE A. Materials and Compaction Testing. 1. Source testing of materials: Provided and paid for by Contractor. 2. Field testing of compaction: Provided and paid for by Contractor. B. Compaction Testing Standards 1. In-place Density of Compacted Fill Material: Density determined in the field in accordance with ASTM D2922 —Test Methods for Density of Soil and Soil Aggregate by Nuclear Methods (shallow depth). 2. Maximum Density of Compacted Material: determined in the laboratory in accordance with Method C of ASTM D 1557 — Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures, Using 10 lb. Rammer and 18" Drop, for cohesive soils, or ASTM D 4253 Test Methods for Maximum Index Density of Soils Using a Vibratory Table and D 4254 - Test Methods for Maximum Index Density of Soils and Calculation of Relative Density, for cohesion less, free draining soils. C. Material Testing Standards: 1. Particle size analysis of soils and aggregates: ASTM D 422 — Method for Particle-Size Analysis of Soils. 2. Determination of sand equivalent value: ASTM D 2419 —Test Method for Sand Equivalent Value of Soils and Fine Aggregate. 3. Liquid limit, plastic limit, and plasticity index: ASTM D4318 — Standard Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. 4. The testing for organic matter: ASTM D2974 —Standard Test methods for Moisture, Ash, and Organic Matter of Peat and Other Organic Soils. D. References in this section to soil classification types and standards shall have the meanings and definitions indicated in ASTM D 2487 —Classification of Soils for Engineering Purposes. Contractor shall be bound by all applicable provisions of ASTM D 2487 in the interpretation of soil classifications. 95 02300-2 Highlands Park Section 02300 February 2019 Earthwork PART 2 -PRODUCTS 2.01 MATERIALS A. General fill, backfill, and embankment materials: I. Selected or processed clean earth, rock, or sand, free from grass, roots, brush, other vegetation, corrosive and hazardous materials, manmade objects, debris and particles greater than 6-inches in maximum dimension. 2. Materials not defined as unsuitable as indicated below, except when acceptable to the Engineer, when thoroughly mixed with suitable materials to form a stable composite. 3. Obtain suitable materials from one or more of the following: a. Onsite excavations and designated borrow areas. b. Processed on-site materials. C. Imported from offsite borrow areas and processing plants. B. Aggregate Base Course Material: I. Conforming to all requirements of State Standard Specifications Section 26-1.02B Class 2 Aggregate Base. 2. Conforming to the aggregate grading requirements of 3/4 inch maximum. C. Crushed Rock: I. Manufactured, angular, crushed stone with a minimum sand equivalent value of 75. 2. Clean, hard, sound, durable, uniform in quality, and free of soft, friable, thin, elongated or laminated pieces, and disintegrated material. 3. Have 100 percent of its particles with at least one fractured face on a weight basis, when tested for crushed particles per ASTM D 5821. 4. Complying with the grading shown in the following table: Sieve Size Percentage Passing 1-inch 3/4-inch '/2-inch 1-1/2-inch 100 - - 1-inch 90-100 100 - 3/4-inch 30-60 90-100 100 1/2-inch 0-20 30-60 90-100 3/8-inch - 0-20 20-60 No. 4 0-5 0-5 0-15 No. 8 - 0-5 96 02300-3 Highlands Park Section 02300 February 2019 Earthwork D. Rip Rap 1. Conforming to all requirements of State Standard Specification Section 72-2.02, Placement Method B 2. Light Class Rock Grading. Rounded boulders or cobbles shall not be used. 3. Rock Slope Protection Fabric Class 8. E. Sand: 1. Clean, coarse, natural sand free from organic material, suitable for the purpose intended. 2. Gradation: 90 percent to 100 percent will pass a No. 4 sieve and not more than 5 percent will pass a No. 200 sieve. 2.02 UNSUITABLE MATERIALS A. Unsuitable materials include the materials listed below: 1. Soils which, when classified under ASTM D 2487, fall in the classifications of Pt, OH, CH, MH, or OL, or in a classification that contains Pt, OH, CH, MH, or OL in combination with any other letter designation, such as CH/CL. 2. Soils which cannot be compacted sufficiently to achieve the density specified for the intended use, or are unstable or pump regardless of the degree of compaction. 3. Materials that contain hazardous or designated waste materials including petroleum hydrocarbons, pesticides, heavy metals, and any material which may be classified as hazardous or toxic according to applicable regulations. 4. Soils that contain greater concentrations of chloride or sulfate ions, or have a soil resistivity or pH less than the average values for existing onsite soils. 5. Topsoil, sludge and sludge-entrained soils. 6. Rocks, stones, and boulders larger than allowed for use as fill and backfill materials. 2.03 SOURCE QUALITY CONTROL A. Materials source testing will be performed by a testing laboratory of the City's choice at the City's expense except as indicated below. B. Minimum Frequency of sampling: 1. Fill, backfill and embankment material generated from earthwork activities: a. Two soil samples every 500 cubic yard of material used. 97 02300-4 Highlands Park Section 02300 February 2019 Earthwork b. Two soil samples whenever the character of the soil changes. C. One soil sample when directed by the Engineer. d. Obtain samples that represent the predominate character of the soil that is encountered. 2. Sampling of Imported Material a. Obtain representative samples of product from supplier. b. After initial testing demonstrated that the proposed borrow material meets the specified requirements, obtain and test one additional sample for every 500 cubic yards of imported material. C. Testing: 1. Test all materials used in the Work to confirm they meet the requirements indicated. 2. Prepare moisture-density curves for use in determining the optimum moisture content and in-place density of the compacted backfill. PART 3 -EXECUTION 3.01 EXCAVATION—GENERAL A. Excavation includes the removal of all materials of whatever nature encountered, including all obstructions of any nature. B. Excavation shall conform to the lines and grades indicated on the Drawings. C. Clear, grub and strip and remove topsoil in construction and borrow areas in accordance with Section 02200. D. Excavation Stability 1. Slope excavated faces or otherwise support in a safe manner in accordance with applicable State safety requirements and the requirements of OSHA Safety and Health Standards for Construction (29CFR1926) and in accordance with Section 02260. 2. Furnish, place, and maintain supports and shoring required to maintain stability of the sides of excavations. E. Notify Engineer at least 1 working day in advance of completion of any structure excavation to allow inspection of the exposed subgrade before it is covered with backfill or with any construction materials. F. Erosion Control: 1. Maintain earthwork surfaces true and smooth and protected from erosion. 2. Construct erosion control measures identified in the Storm Water Pollution Protection Plan prior to any clearing or grading activity. 98 02300-5 Highlands Park Section 02300 February 2019 Earthwork G. Control of Water: Control and prevent water entering the excavation or fill areas. H. Existing Underground Utilities: 1. Known existing underground utilities are generally shown on the Drawings in their approximate locations based on information of varying accuracy. 2. Exercise care to avoid damage to all existing utilities whether shown or not. 3. Conduct field explorations to locate all underground utilities in vicinity of the Earthwork activities in accordance with Section 02200. 4. Alert the Engineer of the presence of existing utilities that are not shown on the Drawings or are in locations different than those shown on the Drawings. I. Existing Overhead Utilities: There may be existing overhead utilities in vicinity of the Work which may or may not be shown on the Drawings. Identify existing overhead utilities, if any, and use extreme caution when working in vicinity of overhead utilities. 3.02 EXCAVATION FOR FILLS AND EMBANKMENTS A. Benching and Keyways: 1. Where fill is to be placed against existing subgrade or existing grade that is sloped, excavate horizontal benches a minimum of 5 feet wide and located at vertical intervals of not more than 5 feet to provide for placement and compaction of the new fill on horizontal surfaces. 2. Excavate keyway along the base of the existing slope: a. Extend the keyway at least 3 feet into competent native soil. b. Width of Keyway: Minimum of 15 feet. C. Keyway Side Slopes: Inclined at approximately 0.75:1. d. Keyway Subgrade: Scarify the upper 8-inches of the exposed surface, moisture condition and re-compact. B. Subgrade Preparation: 1. Subgrade Beneath Embankments: a. Expose competent native soil within the planned new embankment footprint. b. Scarify the exposed subgrade to a depth of 8 inches, moisture condition as necessary and re-compact. 2. Subgrade Beneath Paved Areas: 99 02300-6 Highlands Park Section 02300 February 2019 Earthwork a. Excavate to the subgrade soils beneath the bottom of the aggregate base or to the sub base, if such sub base is indicated. b. Scarify the top 6 inches of subgrade soils, moisture condition as necessary, and re-compacted. C. Finished subgrade shall be even, self-draining, and in conformance with the slope of the finished pavement. 3. Subgrade Beneath Structures: a. Excavate to the subgrade soils beneath the bottom of the structure or bottom of crushed rock layer where indicated. b. Scarify the top 6 inches of subgrade soils, moisture condition as necessary, and re-compacted. 3.03 OVER-EXCAVATION NOT ORDERED OR INDICATED A. Backfill areas over-excavated with the materials indicated for the backfill above the over-excavation or Aggregate Base. B. Backfill the over-excavation to restore the required subgrade elevation and compact. C. Any over-excavation carried below the grade indicated on the Drawings will be at no additional cost to City. 3.04 OVER-EXCAVATION WHERE ORDERED BY ENGINEER A. Where ordered by the Engineer, over-excavate beyond the depth of subgrade indicated to the dimensions ordered. B. Backfill areas over-excavated with the materials indicated for the backfill above the over-excavation or Aggregate Base. C. Backfill the over-excavation to restore the required subgrade elevation. D. Over-excavation less than 6 inches below the limits indicated: At no increase in cost to City. 3.05 DISPOSAL OF UNSUITABLE, EXCESS EXCAVATED AND OTHER MATERIALS A. Dispose unsuitable or excess excavated materials at an appropriate site selected by Owner unless otherwise indicated. B. Obtain required permits, landowner, and agency approvals for disposal of unsuitable and excess excavated materials and pay costs associated with the removal and disposal of the materials. 100 02300-7 Highlands Park Section 02300 February 2019 Earthwork 3.06 FILL AND EMBANKMENT CONSTRUCTION A. Scarify foundation soils for fills and embankments bring to optimum moisture content, and re-compact with heavy compaction equipment to obtain compaction indicated. B. Place and compact fill and embankments in horizontal layers so that when compacted layers to not exceed thickness indicated. C. Provide keyways or benches where an embankment or fill is to be placed against slopes, hillsides, or fill slopes. D. Slopes: Construct slopes as indicated except construct no permanent fill or embankment slopes with slope inclinations that exceed 2:1 (horizontal/vertical) unless specifically indicated otherwise E. Over-construct fills and embankments to greater horizontal dimensions than indicated. Cut back slope following placement and compaction to expose well compacted fill. F. Construct the first 3 feet of embankment or fills over pipelines using placement and compaction equipment that do not damage the pipe. Keep heavy construction equipment a minimum distance of the edge of the trench equal to the depth of the trench until at least 3 feet of fill over the pipe has been completed. 3.07 AGGREGATE BASE A. Moisture condition, spread and compact aggregate base course material to the lines, grades and dimensions indicated on the Drawings and in accordance with applicable sections of State Standard Specifications Section 26. 3.08 RIP RAP A. Install rock riprap with filter fabric in conformance with Section 72-1.03, Slope Protection, of the State Standard Specifications for Method Placement B. 3.09 COMPACTION OF FILL, BACKFILL, AND EMBANKMENT MATERIALS A. Adjust moisture condition of soils to achieve a water content of 3 percent, plus or minus 0.5 percent, above the optimum moisture content as determined through laboratory testing of the soil. B. Compact each layer in a uniform and systematic manner. C. For materials with less than 10 percent passing the No. 4 sieve, compact by means of at least 2 passes from a flat plate vibratory compactor. D. For materials with 10 percent or more passing the No. 4 sieve, mechanically compact to the indicated percentage of density each layer of backfill materials. I. Use equipment that is consistently capable of achieving the required degree of compaction. 101 02300-8 Highlands Park Section 02300 February 2019 Earthwork 2. Compact each layer over its entire area while the material is at the required moisture content. E. Do not use flooding,ponding, or jetting as a method of compaction. F. Do not use equipment weighing more than 10,000 lbs. closer to structure walls than a horizontal distance equal to the depth of the fill at the time. Use hand operated power compaction equipment where use of heavier equipment is impractical or restricted due to weight limitations. G. Compaction Requirements: 1. Where agency or utility company requirements govern, the highest compaction standards shall apply. 2. Compact finish and subgrades in compliance with the following table: Percentage of Limit/Layer Maximum Density of Location or Use of Fill Thickness Compacted Material Aggregate Base 6 in. Layers 95 Embankment Fill 12 in. Layers 90 Subgrade beneath embankments or fill areas (upper 8 inches) Upper 12 in. 95 Subgrade beneath paved areas (upper 6 inches) Upper 6 in. 95 Subgrade beneath structures (upper 6 inches) Upper 6 in. 95 Subgrade beneath keyway (upper 8 inches) Upper 8 in. 95 Finish grade in unimproved or landscape areas Upper 12 in. 85 3.10 FIELD QUALITY CONTROL AND TESTING A. Field quality control testing for compaction confirmation will be done by a testing laboratory of the City's choice at the City's expense except as indicated below. B. If requested by the City, remove soil above the level at which the City wishes to test. Backfill and re-compact material after testing is completed. C. If compaction fails to meet specified requirements, perform remedial work by one of the following methods: 1. Remove and replace backfill at proper density. 2. Bring density up to specified level by other means acceptable to City. 3. Retesting: a. Costs for conducting additional tests to confirm and verify that remedial work has brought compaction within specified requirements shall be borne by the Contractor. 102 02300-9 Highlands Park Section 02300 February 2019 Earthwork b. Conduct compaction tests at twice as frequently specified for the initial confirmation tests. D. Where soil compaction is specified as a percentage of maximum density, determine the maximum density at optimum moisture content by laboratory testing in accordance with Method C of ASTM D 1557. E. Where compaction of cohesionless, free draining soil is specified as a percentage of relative density, determine relative density by laboratory testing in accordance with ASTM D 4253 and D 4254. F. Determine In-Place Density of Compacted Fill Material by performing field tests of soil density in accordance with ASTM D 2922. G. Frequency of Compaction Confirmation Testing at intervals not less than as follows: 1. Embankments and Fills: 2 tests every 500 cubic yards. 2. Structure Backfill: 1 test every 5 feet in elevation per 100 horizontal feet of backfill. 3.11 FINISH GRADES A. Surface: Reasonably smooth and free of grade breaks, irregular surface changes, protrusions and other defects. B. Restore un-improved areas back to pre-construction grades. C. Backfill topsoil in all areas where the topsoil was removed as part of the site preparation. D. Restore drainage swales and water courses to their pre-construction alignments and grades unless otherwise modified by the Work. Grade surface to drain away from structures. Direct drainage to collection points. E. Provide smooth transitions to existing grades. F. Repair and reestablish grades to required elevations and slopes due to any settlement or erosion that may occur prior to final acceptance. G. Vertical Tolerance: 1. Subgrade under paved areas: 0.1 feet above and 0.1 feet below. 2. Landscaped areas: 0.1 feet above and 0.1 feet below. 3. Unimproved areas: 0.1 feet above and 0.1 feet below. END OF SECTION 103 02300- 10 Highlands Park Section 02316 February 2019 Fill and Backfill—Site Concrete SECTION 02316 FILL AND BACKFILL—SITE CONCRETE PART 1 GENERAL 1.01 SECTION INCLUDES A. Filling and compacting for concrete paving and rigid concrete pavements subject to traffic loadings. B. Backfilling and compacting for utilities to utility main connections. 1.02 RELATED SECTIONS A. General Conditions Construction Procedures and Details: Air and Water Pollution Control and Dust Control B. Section 02260—Landscape Grading C. Section 02515 —Site Concrete D. Section 02811 —Irrigation: Trenching and Backfill 1.03 REFERENCES A. ASTM C 136 - Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates; 1996a. B. ASTM D 1557 - Test Method for Laboratory Compaction Characteristics of Soil Using Modified Effort(56,000 ft-lbf/ft3 (2,700 kN mlm3)); 1991 (Reapproved 1998). C. ASTM D 2487 - Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System); 1998. D. ASTM D 2922 - Standard Test Methods for Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth); 1996. E. ASTM D 2974 - Standard Test Methods for Moisture, Ash, and Organic Matter of Peat and Other Organic Soils; 1996. E. ASTM D 3017 - Standard Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth); 1996. F. ASTM D 4318 - Standard Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils; 1998. 1.04 PROJECT CONDITIONS 104 02316-1 Highlands Park Section 02316 February 2019 Fill and Backfill—Site Concrete A. Provide sufficient quantities of fill to meet project schedule and requirements. When necessary, store materials on site in advance of need. B. Verify that survey benchmarks and intended elevations for the Work are as indicated. PART 2 PRODUCTS 2.01 FILL MATERIALS A. Engineered Fill: Subsoil excavated on-site. 1. Free of lumps larger than 3 inches, rocks larger than 2 inches, and debris. 2. Conforming to ASTM D 2487 Group Symbol CL, ML, SM, SP. B. Engineered Fill: Imported borrow. I. Graded in accordance with ASTM C 136, within the following limits: a. 3 inch sieve: 100 percent passing. b. 3/4 inch sieve: 70 to 100 percent passing. c. No. 4 sieve: 50 to 100 percent passing. d. 40 sieve: 30 to 100 percent passing. e. 50: 30 to 100 percent passing. f. No. 200: 30 to 70 percent passing. 2. Free of lumps larger than 3 inches, rocks larger than 2 inches, and debris. 3. Conforming to ASTM D 2487 Group Symbol CL, ML, SM, SP. 4. Liquid limit< 30. Plasticity Index< 12. 5. Organic content less than 3%. 6. Expansion potential(UBC 18-2) less than 20. 7. Maximum Dry Density more than 105 pc£ C. Topsoil: See Section 02260. D. Class 2 Aggregate Base: See Section 02721Aggregate Base Course. 2.02 SOURCE QUALITY CONTROL A. Where import fill materials are specified by reference to a specific standard, test and analyze samples for compliance before delivery to site. B. If tests indicate materials do not meet specified requirements, change material and retest. PART 3 EXECUTION 3.01 EXAMINATION 105 02316-2 Highlands Park Section 02316 February 2019 Fill and Backfill—Site Concrete A. Identify required lines, levels, contours, and datum locations. B. See Section 02260 for additional requirements. 3.02 PREPARATION A. Scarify all areas to receive engineered fill and subgrade surfaces to a depth of 12 inches. B. During wet weather or unstable soil conditions, the Contractor shall have the City Engineer observe all areas to receive engineered fill and subgrade surfaces prior to implementation of remedial measures. I. Upon approval of the City Engineer, all unstable areas to receive engineered fill and subgrade surfaces shall be disked or ripped to a minimum depth of 24 inches to allow exposed soil to dry. Depth and frequency of disking and ripping shall be determined by the City Engineer upon observation of the unstable soil conditions. 2. Upon approval of the City Engineer, all unstable areas to receive engineered fill and subgrade surfaces shall be over excavated 12 to 24 inches below existing grade and be replaced with aggregate base or coarse gravel underlain by geotextile fabric. Final depth of removal shall be determined by the City Engineer upon observation of the unstable soil conditions. The geotextile fabric shall be Amoco 2016 (woven) or approved equivalent,placed in accordance with manufacturer's recommendations. C. The Contractor shall have the City Engineer observe and probe bottom of finish subgrade for its stability within existing trench fill extending to a width of 15 feet on each side of existing sanitary sewer pipelines beneath new pavement improvements. I. If loose or soft material is encountered, the existing trench fill shall be removed to a depth of two feet below finished subgrade elevation. The Contractor shall have the City Engineer observe and probe the bottom of the excavation for its stability prior to placing compacted engineered fill. If loose or soft material is encountered, geotextile/stabilizing fabric, Amoco 2016 (woven) or approved equivalent, shall be placed at the bottom of the excavation. D. Recompact between 88 and 92 percent of maximum dry density at a uniform moisture content between 2 and 5 percent above optimum moisture content at the time of compaction. E. Recompact to 95 percent of maximum dry density at a uniform moisture content between 2 and 5 percent above optimum moisture content at the time of compaction in the upper 6 inches of subgrade in all areas to support asphalt or rigid concrete pavements. F. Until ready to fill, maintain excavations and prevent loose soil from falling into 106 02316-3 Highlands Park Section 02316 February 2019 Fill and Backfill—Site Concrete excavation. 3.03 FILLING A. Fill to contours and elevations indicated using unfrozen materials. B. Fill up to subgrade elevations unless otherwise indicated. C. Employ a placement method that does not disturb or damage other work. D. Do not fill over porous, wet, frozen or spongy subgrade surfaces. E. Uniformly moisture-conditioned to between 2 and 5 percent above optimum moisture content of fill materials to attain required compaction density. F. Soil Fill: Place and compact material in equal continuous layers not exceeding 8 inches loose thickness. G. Correct areas that are over-excavated. H. Compaction Density Unless Otherwise Specified or Indicated: 1. Between 88 and 92 percent of maximum dry density at a uniform moisture content between 2 and 5 percent above optimum moisture content at the time of compaction. 2. At 95 percent of maximum dry density in the upper 6 inches of subgrade in all areas to support asphalt or rigid concrete pavements. I. Reshape and re-compact fills subjected to construction vehicular traffic. 3.04 FILL AT SPECIFIC LOCATIONS A. Use engineered fill unless otherwise specified or indicated. B. Engineered fill at areas to receive rigid concrete pavements: 1. Fill up to subgrade elevations. 2. Maximum depth per lift: 8 inches, loose thickness. 3. Between 88 and 92 percent of maximum dry density at a uniform moisture content at between 2 and 5 percent above optimum moisture content at the time of compaction. 4. Compact upper 6 inches of subgrade to minimum 95 percent of maximum dry density at between 2 and 5 percent above optimum moisture content at the time of compaction. C. At Lawn Areas: See Section 02260 Landscape Grading 107 02316-4 Highlands Park Section 02316 February 2019 Fill and Backfill—Site Concrete D. At Planting Areas Other Than Lawns: See Section 02260 Landscape Grading E. Trench Backfilling: 1. See Storm Drain Pipe, Sanitary Sewer and Potable Water Supply Special Provisions 2. See Section 02811 Irrigation Specifications 3. See Section 02320 Trenching Specifications 3.05 TOLERANCES A. Top Surface of General Filling: See Section 02260 Landscape Grading B. Top Surface of Filling Under Paved Areas: Plus, or minus 0.05 foot from required elevations. 3.06 FIELD QUALITY CONTROL A. Compaction density testing will be performed on compacted fill in accordance with ASTM D2922. B. Results will be evaluated in relation to compaction curve determined by testing uncompacted material in accordance with ASTM D 1557 ('modified Proctor"). END OF SECTION 108 02316-5 Highlands Park Section 02320 February 2019 Trenching SECTION 02320 TRENCHING PART 1 - GENERAL 1.01 SECTION INCLUDES 1. Trench excavation and backfilling for pipe and pipeline appurtenances. 2. Minor structure excavation and backfill associated with pipeline construction. 1.02 REFERENCED SECTIONS A. The following Sections are referenced in this Section 1. Section 01600—Product Requirements 2. Section 01330 - Submittals 3. Section 02200—Site Preparation 4. Section 02260—Excavation Support and Protection 1.03 DEFINITIONS A. Backfill: Earthwork necessary to provide fill between new structures and excavation up to the sub or finish grade. B. Bedding Zone: The area from the trench subgrade to the bottom of the pipe. C. Embedment or Pipe Zone: The area from the top of the Bedding Zone to the bottom of the Trench Zone as indicated on the Drawings. D. Excavation: Earthwork necessary to remove existing material for the installation of structures. E. Finish Grade: Final surface following placement of surfacing, if any, as indicated. F. Native Material: Naturally occurring soils excavated from the trench after top soil, if any, has been removed. G. Open Areas: Areas along the pipeline route that are outside Roadway Shoulders or in open pasture. H. Pavement Section: The upper portion of the trench within paved areas comprising the base and finished surface materials. I. Roadway Shoulders: Paved areas and unpaved areas outside the traveled way and extending to the outside edge of any roadside drainage features. J. Spoils: Unsuitable or excess excavated materials. 109 02320- 1 Highlands Park Section 02320 February 2019 Trenching K. Subgrade: The surface of the earthwork on which bedding, base materials, pavement, other surfacing materials, or structure bases are placed. L. Traveled Way: The portion of the roadway where vehicles travel, does not include shoulders. M. Trench Backfill: Materials used to backfill the trench including bedding zone, pipe zone, and trench zone backfill. N. Trench Zone: The area from the top of the Pipe Zone to the bottom of the pavement base (subgrade), ground surface or other surface material over the trench excavation. O. Wet Trench: Trench with water or groundwater present in the trench. 1.04 SUBMITTALS A. Prepare submittals and submit in accordance with Section 01600. B. Material Data: Submit the following for each material type imported to the site: 1. Material source. 2. Gradation. 3. Moisture-density curves. 4. Permeability tests (for clay material). C. All material submittals must be dated to less than 1 year prior to Notice-to- proceed. D. For excavations 5 feet or deeper, submit detailed plan of all shoring, bracing, side sloping, or other provisions for worker protection against the hazard of caving ground during excavations in accordance with Section 02260. E. Submit name and qualifications of materials testing lab for Contractor furnished testing. 1.05 QUALITY ASSURANCE A. Materials and compaction testing 1. Source Testing of Materials: Provided and paid for by Contractor. 2. Field Testing of Compaction: Provided and paid for by Contractor. 3. Testing shall be performed by a qualified testing laboratory approved by the City. Submit testing laboratory qualifications for approval. B. Compaction Testing: 1. In-place Density of Compacted Fill Material: Density determined in the field in accordance with ASTM D2922 —Test Methods for Density of Soil and Soil Aggregate by Nuclear Methods (shallow depth). 110 02320-2 Highlands Park Section 02320 February 2019 Trenching 2. Maximum Density of Compacted Material: determined in the laboratory in accordance with Method C of ASTM D 1557 — Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures, Using 10 lb. Rammer and 18" Drop, for cohesive soils, or ASTM D 4253 —Test Methods for Maximum Index Density of Soils Using a Vibratory Table and D 4254 — Test Methods for Maximum Index Density of Soils and Calculation of Relative Density, for cohesionless, free draining soils. C. Materials Testing Standards: 1. Particle size analysis of soils and aggregates: ASTM D 422 — Method for Particle-Size Analysis of Soils. 2. Determination of sand equivalent value: ASTM D 2419 —Test Method for Sand Equivalent Value of Soils and Fine Aggregate. 3. Liquid limit, plastic limit, and plasticity index: ASTM D4318 — Standard Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. 4. Testing for organic matter: ASTM D2974 — Standard Test methods for Moisture, Ash, and Organic Matter of Peat and Other Organic Soils. 5. Testing for percentage of fractured particles: ASTM D 5821. 6. References in this section to soil classification types and standards shall have the meanings and definitions indicated in ASTM D 2487 — Classification of Soils for Engineering Purposes. Contractor shall be bound by all applicable provisions of ASTM D 2487 in the interpretation of soil classifications. PART 2 -PRODUCTS 2.01 MATERIALS A. General: 1. Obtain trench backfill materials from one or more of the following: a. Processed on-site materials, b. Imported from off-site borrow areas, C. Processing plants. 2. Provide materials as indicated or as may be necessary to complete the Work at no additional cost to the City, unless a unit price item is included for trench backfill materials in the bidding schedule. 3. Provide materials as indicated in the Schedule in Part 3. 4. Soils unsuitable for use as trench backfill materials: a. Soils classified under ASTM D 2487 categories Pt, OH, CH, MH, or OL; or soils that contain classifications Pt, OH, CH, MH, or OL in combination with any other soil classification, such as CH/CL. 111 02320-3 Highlands Park Section 02320 February 2019 Trenching b. Soils which cannot be compacted sufficiently to achieve the density specified for the intended use, are highly expansive, or are unstable or "pump", regardless of the degree of compaction. C. Soils that contain hazardous or designated waste materials including petroleum hydrocarbons, pesticides, heavy metals, and any material which may be classified as hazardous or toxic according to applicable Regulations. d. Soils that contain greater concentrations of chloride or sulfate ions, or have a soil resistivity or pH less than the existing on-site soils. e. Topsoil, except as allowed below. f. Soils containing rocks, stones, or boulders larger than specified. g. Soils that contain more than 5 percent organic matter when tested in accordance with ASTM D 2974. B. Native Materials: 1. Materials generated from on-site materials conditioned as follows: a. Maximum particle size: 3 inches. b. Percent passing No. 200 sieve: Less than 5 percent. C. Sand equivalent: 30 minimum. C. Crushed Rock: 1. Manufactured, angular, crushed stone with a minimum sand equivalent value of 75. 2. Clean, hard, sound, durable, uniform in quality, and free of soft, friable, thin, elongated or laminated pieces, and disintegrated material. 3. Have 100 percent of its particles with at least one fractured face on a weight basis, when tested for crushed particles per ASTM D 5821. 4. Comply with the grading shown in the following table: Sieve Size Percentage Passing 1-inch 3/4-inch '/2-inch 1-1/2-inch 100 - - 1-inch 90-100 100 - 3/4-inch 30-60 90-100 100 1/2-inch 0-20 30-60 90-100 3/8-inch - 0-20 20-60 No. 4 0-5 0-5 0-15 No. 8 - 0-5 112 02320-4 Highlands Park Section 02320 February 2019 Trenching D. Sand: 1. General: Clean, coarse, natural sand free from organic material, suitable for the purpose intended. 2. Gradation: 90 percent to 100 percent will pass a No. 4 sieve and not more than 5 percent will pass a No. 200 sieve. E. Aggregate Base: Class 2 aggregated base as specified in Section TS6. F. Clay: 1. On-site or off-site clay material free of organic materials or rocks. 2. Permeability: Not greater than 1x10-6 cm/sec when tested in accordance with ASTM D2434. G. Permeable Backfill 1. General: Hard, durable, clean sand, gravel or crushed stone, free from organic material, clay balls or other deleterious substances. 2. Durability index: Not less than 40 3. Sand equivalent: Not less than 75. 4. Comply with the grading shown in the following table: Sieve Sizes, Percent by Weight Square Openings Passing Sieve 1-inch 100 3/4-inch 90- 100 3/8" 40- 100 No. 4 25-40 No. 8 18-33 No. 30 5- 15 No. 50 0-7 No. 200 0-3 H. Structure Backfill Material: 1. General: Granular, low to non-expansive soil. 2. Plasticity index: 12 or less. 3. Liquid limit: 30 or less. 4. Comply with the grading shown in the following table: Sieve Size Percentage Passing 6-inch 100 3-inch 95-100 No. 200 15-50 113 02320-5 Highlands Park Section 02320 February 2019 Trenching I. Concrete: In accordance with Section 03300. J. Cement Slurry Backfill I. Slurry cement backfill Provide a fluid workable mixture of aggregate, cement, and water. 2. Cement: In accordance with Section 02515, except testing is not required. 3. Water: Free from oil, salts, and other impurities that adversely affect the backfill. 4. Aggregates: Select one of the following: a. Commercial-quality concrete sand b. Excavated or imported material in any combination, free of organic material and other deleterious substances and complying with the grading requirements shown in the following table: Sieve size Percentage passing 1-1/2" 100 1" 80-100 3/4" 60-100 3/8" 50-100 No. 4 40-80 No. 100 10-40 5. Proportion slurry cement backfill by weight or volume. Use at least 188 pounds of cement per cubic yard. Use sufficient water to produce a fluid workable mix that flows and can be pumped without segregation during placement. 6. Mix materials thoroughly by machine. Use a pugmill, rotary drum, or other authorized mixer. Mix until cement and water are thoroughly dispersed. 2.02 SOURCE QUALITY CONTROL A. Perform source quality control testing by approved testing laboratory and submit results to City. B. Frequency of Sampling of Imported Material: After initial testing demonstrates that the proposed borrow material meets the specified requirements, obtain and submit one additional sample for every 500 cubic yards of imported material. PART 3 -EXECUTION 3.01 EXISTING UTILITY LOCATIONS A. Perform subsurface investigations to locate existing underground utilities. 114 02320-6 Highlands Park Section 02320 February 2019 Trenching 3.02 REMOVAL AND REPLACEMENT OF PAVEMENT A. In paved areas, remove and replace pavement as follows unless otherwise indicated: 1. Saw cut existing pavement along each side of the trench. 2. Remove and dispose of the pavement lying within the limits of the saw cuts and from adjoining areas damaged by the cutting, removal, excavation and backfilling operations. 3. During subsequent trench excavation and backfill activities, minimize disturbance of the adjoining pavement. 4. Restore pavement surfaces to be similar to existing surfaces. 3.03 TRENCH EXCAVATION A. General Requirements 1. Stabilize and support all faces of the trench excavation as specified in Section 02260 and 02261 Excavation. 2. Clear, grub, and strip construction area as necessary to remove all vegetation and top soil as specified in Section 02200 Site Preparation. B. Open Trenches 1. Open Trench Limitations: Unless otherwise indicated or required by the Agency having jurisdiction limit open trenches as follows: 2. Travelled Way plus 3 feet either side: a. Do not open more than 200 lineal feet of excavated trench at any one time during the Work shift. b. Up to 25feet of trench as measured at the surface may remain open during any non-work shift, provided: 1) The entire trench opening is plated with steel plates, secured to avoid movement, and the edges backfilled with temporary pavement to provide a smooth transition. 2) Shoring is installed to prevent collapse of the trench excavation. 3. Paved surfaces including road shoulders: a. Do not open more than 200 lineal feet of excavated trench at any one time during the Work shift. b. Up to 25 feet of trench as measured at the surface may remain open during any non-work shift provided the open trench is adequately plated, and the trench adequately shored. 4. Open Trench Safety Requirements: a. Provide traffic control. 115 02320-7 Highlands Park Section 02320 February 2019 Trenching b. Erect traffic barricades and warning lights meeting safety requirements of City of Susanville where open trench is within 12 feet of any travelled way. C. Erect signs to warn oncoming vehicles of rough road or steel plates in road, as appropriate. d. Provide fencing or warning tape to protect the public from open trench in open areas. C. Trench Excavations I. Excavate trenches and maintain excavation such that pipe and pipeline accessories are installed in an open trench. 2. Excavate to subgrade elevation and to trench width dimensions indicated on the Drawings. 3. Excavate all materials of whatever nature encountered, including all obstructions of any nature that would interfere with the proper execution of the trenching Work unless otherwise indicated. 4. Where pipelines are to be installed in embankments, fills, or structure backfills, construct fill to a level at least one foot above the top of the pipe before the trench is excavated. 5. Trench shield: a. If a moveable trench shield is used during excavation operations widen the trench width so that the shield is free to be lifted and then moved longitudinally without binding against the trench sidewalls. b. If the trench walls cave in or slough, the trench shall be excavated as an open cut excavation with sloped sidewalls or with trench shoring, as indicated and as required by the pipe structural design. D. Trench Bottom: Excavate and shape trench bottoms to provide uniform subgrade for placement of Bedding Material. 1. Unsuitable Hard Trench Bottom: If bottom of excavation is found to consist of rock or any material that cannot be excavated to provide uniform bearing surface: a. Notify Engineer of the conditions encountered and obtain concurrence that an unsuitable trench bottom condition is present. b. Remove such rock or other material to a depth of not less than 3 inches below the original design elevation of the bottom of the trench. C. Place bedding material or aggregate base course material to restore the trench bottom to the original design elevation. Place in lifts not exceeding 8 inches in un-compacted thickness and compact to 90 percent of maximum density. 116 02320-8 Highlands Park Section 02320 February 2019 Trenching 2. Unsuitable Soft Trench Bottom: If bottom of excavation is found to consist of soft or unstable material which is incapable of properly supporting pipe: a. Notify Engineer of the condition encountered and obtain concurrence that an unsuitable trench bottom condition is present. b. Remove such material to a depth and for the length required, as determined by the Engineer. C. Place bedding material or aggregate base course material to restore the trench bottom to the original design elevation. Place in lifts not exceeding 8 inches in un-compacted thickness and compact to 90 percent of maximum density. 3. Wet Trench a. Where groundwater is present in the trench, develop and provide a wet trench section for review and approval by the Engineer. 4. Over-excavation not ordered by the Engineer: a. Any over-excavation carried below the grade ordered or indicated, shall be backfilled to the required grade with the indicated material and compaction. Such work shall be performed by Contractor at no additional cost to City. 3.04 EXCAVATION FOR MANHOLES,VAULTS AND OTHER PIPELINE STRUCTURES. A. Unless otherwise indicated, provide excavations sufficient to leave at least 12 inches clear between structure outer surfaces and the face of the excavation or any shoring which may be used to support the face of the excavation. B. Excavate to the subgrade soils beneath the bottom of the structure or bottom of crushed rock layer where indicated. C. Scarify the top subgrade soils to a depth of 6 inches, moisture condition, and re-compact to 90 percent of maximum density. 3.05 BEDDING ZONE A. Bedding Material: As scheduled herein or as indicated on the Drawings B. Depth of Bedding Material: As indicated on the Drawings. C. Place Bedding Material in a single lift, and at uniform density, with minimum possible compaction. Grade material to allow installation of the pipe at the design elevations. D. Depressions for Assembly of Joints I. Dig holes for bell or coupling assembly after Bedding Material has been placed at the trench bottom and fine graded to the design elevation. 2. Create sufficient width and depth to provide ample room for tightening bolts, welding, or other joint assembly activities. 117 02320-9 Highlands Park Section 02320 February 2019 Trenching 3. Excavate holes only as necessary in making joints. Ensure that pipe rests upon prepared trench bottom and is not supported by any portion of the joint. 3.06 PIPE ZONE A. Pipe Zone Material: As scheduled herein or as indicated on the Drawings. B. Dimensions of Pipe Zone Material: As indicated on the Drawings. C. After the pipe is laid,place material within the Pipe Zone in lifts: 1. Place backfill only after all water is removed from the excavation and the trench sidewalls have been dried to a moisture content suitable for compaction. 2. Immediately prior to placing backfill materials remove all loose, sloughing, or caving soils and rock materials from the trench. 3. Place in lifts not exceeding 8 inches in un-compacted thickness and compact to 90 percent of maximum density. Maintain level backfill on each side of pipe. 4. Do not dump backfill materials directly on the pipe. D. Pipe Displacement 1. Take necessary precautions in placement and compaction of to prevent displacement of piping. 2. In the event there is movement of the pipe, excavate and re-lay the pipe. E. Consolidation: 1. Do not use water-settling methods to consolidate trench backfill materials. 2. Use mechanical means, shovel slicing or vibratory compaction, to compact granular backfill materials under pipe haunches. 3.07 TRENCH ZONE A. Trench Zone Material: As scheduled herein or as indicated on the Drawings. B. Dimensions of Trench Zone Material: As indicated on the Drawings C. Backfill voids that may form when removing shoring and bracing. D. Do not use water-settling methods to consolidate Trench Zone Material. E. Under Existing Crossing Pipes or Conduits Larger than 3 Inches in Diameter 1. Backfill from the top of the Pipe Zone to the spring line of the intersecting pipe or conduit with Aggregate Base or Pipe Zone material. Place in lifts not exceeding 8 inches in compacted depth and compact to 90 percent of maximum density. 118 02320- 10 Highlands Park Section 02320 February 2019 Trenching 2. Extend Pipe Zone material 2 feet on either side of crossing pipe or conduit to 6 inches above the top of the crossing pipe. 3. Backfill remainder of trench as described in this Section. 3.08 FINAL BACKFILL ZONE A. Unless indicated otherwise on the Drawings, restore the Site to the topography that existed prior to construction by excavation, compaction, finish grading and other earthwork operations, as necessary, for the areas affected by construction. B. Backfill with stockpiled topsoil in all areas where the original topsoil was removed as part of the site preparation and construction activities. C. Restore all drainage swales and water courses to their original alignments and grades. D. Install and maintain for a period of at least one year following completion of construction in any area, the facilities and management practices required by the Project Storm Water Pollution Prevention Plan, if any. E. Install and maintain for a period of at least one year following completion of construction in any area, the measures required by the environmental permitting Drawings, permits, and approval documents of the agencies that have issued permits for construction of the Project. F. Inside road rights-of-way: 1. Unless otherwise indicated on the Drawings or required by the agency having jurisdiction of the road right-of-way, complete trench backfill as follows: 2. Place in lifts not exceeding 8 inches in un-compacted depth. 3. Compact to 90 percent of maximum density except compact to 95 percent the upper 24 inches below the finished grade. 4. Replace aggregate base course to match existing aggregate base course thickness. 5. Replace final surface as indicated on the Drawings, match existing thickness, or as required by the agency having jurisdiction of the right-of- way, whichever is greater. G. Outside road rights-of-way: L Areas with unpaved surfaces: a. Place final backfill in lifts not exceeding 18 inches in un- compacted depth and compact to 85 percent of maximum density. b. In Open Areas, replace topsoil with material that was removed and stockpiled prior to trench excavation. 2. Paved areas or driveways: 119 02320- 11 Highlands Park Section 02320 February 2019 Trenching a. Backfill in lifts not exceeding 12-inches in un-compacted depth and compact to 90 percent maximum density. b. Replace final surface as indicated on the Drawings or match existing thickness, whichever is greater. C. Replace driveway materials in kind. d. Match pre-construction condition or better. e. Smooth and compact material as required to create a smooth and firm driving surface. 3.09 COMPACTION REQUIREMENTS A. Compaction requirements specified herein are in-place densities of compacted backfill. B. Initial Trench Backfill Compaction Demonstration 1. Demonstrate adequacy of compaction equipment and procedures before exceeding 500 lineal feet of trenching work. 2. Continued Compaction Requirements: When specified degree of compaction is achieved, proceed with trenching and backfilling activities using the established equipment and procedures. 3.10 DISPOSAL OF SPOILS A. Dispose of unsuitable materials in a lawful manner at an off-site location. B. Dispose of spoils within the southern peninsula area as directed by the Engineer. C. Prior to removal of any materials from the project site, provide copies of permits, landowner agreements, and approvals to Engineer. 3.11 FIELD QUALITY CONTROL A. Cost of compliance testing: By Contractor. B. Frequency of testing: Periodic compliance tests will be made to verify that compaction is meeting requirements specified. C. Compaction Testing: 1. Coordinate compaction testing and compliance with agency having jurisdiction over the Work within the public right-of-way. 2. Submit copies to the City of compaction testing results for compaction testing. 3. If compaction fails to meet specified requirements, perform remedial work by one of the following methods: a. Remove and replace backfill at proper density. b. Bring density up to specified level by other means acceptable to the Engineer. 120 02320- 12 Highlands Park Section 02320 February 2019 Trenching C. Redo trench backfill compaction demonstration and demonstrate compaction process achieves required results. D. Frequency of trench backfill compaction confirmation testing: 1. Each test location: Perform tests for each type or class of backfill from bedding to finish grade, excluding controlled low strength material (CLSM) and concrete slurry backfill 2. Open fields: 1 test every 5,000 linear feet or at least one test per trench. 3. Non-paved roadways: 1 tests every 500 linear feet. 4. Crossing paved roadways: 1 test at each crossing. 5. Inside road rights-of-way: a. 1 test every 300 linear feet, or at least one test. 3.12 SCHEDULE A. Construct pipeline using materials specified in the following schedule. Where options are provided, Contractor may select materials from the materials listed. 1. Bedding Zone: a. Class 2 Aggregate Base b. Sand 2. Wet Trench: a. Class 2 Aggregate Base wrapped with filter fabric 3. Embedment Zone: a. Class 2 Aggregate Base b. Sand 4. Trench Zone: a. Class 2 Aggregate Base END OF SECTION 121 02320- 13 Vinewood Park Section 320190 February 2019 Operations and Maintenance ofl'lanting SECTION 320190—OPERATIONS AND MAINTENANCE OF PLANTING PART 1 - GENERAL 1.01 CONDITIONS A. The general provisions of the Contract, including General and Supplementary Conditions and General Requirements (if any) apply to the work specified in this Section. 1.02 SCOPE OF WORK A. Furnish all labor, material, equipment, and services required to maintain landscape in a healthy growing condition and in a neat and attractive appearance throughout the maintenance period. B. Related Work Specified in Other Sections: 1. SECTION 32 8400 —PLANTING IRRIGATION 2. SECTION 32 9000 -PLANTING 1.03 QUALITY ASSURANCE The Maintenance Contractor shall be experienced in horticulture and landscape maintenance,practices and techniques, and shall provide sufficient number of workers with adequate equipment to perform the work during the maintenance period. 1.04 MAINTENANCE PERIOD A. Continuously maintain the entire project area during the progress of the work and during the sixty(60) calendar-day, maintenance period or until final acceptance of the project by the City Representative. B. Maintenance period shall not start until all elements of construction,planting, and irrigation for the entire project are in accordance with Plans and Specifications. A prime requirement is that all lawn and landscape areas shall be planted and that all lawn areas shall show an even, healthy stand of grass seedlings or sod, either of which shall have been mown twice. If such criteria is met to the satisfaction of the City Representative, a written notification shall be issued to establish the effective beginning date of maintenance period. C. Any day of improper maintenance, as determined by the City Representative, shall not be credited as an acceptable maintenance period day. The maintenance period shall be extended on a daily basis if the work is not in accordance to the Plans and Specifications. Project shall not be segmented into maintenance areas or phases, unless authorization of the City Representative is obtained. 122 320190- 1 Vinewood Park Section 320190 February 2019 Operations and Maintenance ofl'lanting D. Maintenance shall continue beyond the sixty(60) day maintenance period, as required, until final acceptance is given by the City Representative. 1.05 GUARANTEE AND REPLACEMENT A. Guarantee: All plant material and other materials installed under the Contract shall be guaranteed for one (1) year from time of final acceptance against any and all poor, inadequate or inferior materials and/or workmanship or improper maintenance, as determined by the City Representative, shall be replaced by the Contractor at his expense. B. Replacement: Any materials found to be dead, missing, or not in a satisfactory or healthy condition during the maintenance period shall be replaced immediately. The City Representative shall be sole judge as to the condition of material. Material to be replaced within the guarantee period shall be replaced by the Contractor within five (5) days of written notification by the City Representative. All replacement materials and installations shall comply to the Plans and Specifications. Any plant missing due to suspected theft shall be replaced by the Contractor. If the Contractor suspects that theft may be a problem, the Contractor shall provide written documentation to the City Representative that security on this site needs to be intensified. The Contractor may relieve himself of theft responsibility if after the security notice, with no result, a written notice to the City Representative shall be given that plant material will not be replaced for theft or vandalism due to lack of site security being maintained. This procedure may take place only during the Landscape Maintenance Period. 1.06 OBSERVATION SCHEDULE Normal progress observations shall be requested by the Contractor from the City Representative as per observations listed in specifications SECTION 32 9000 —Planting. 1.07 FINAL ACCEPTANCE OF THE PROJECT A. Upon completion of all project work, including maintenance period, the City Representative will, upon proper request, make an observation to determine final project acceptability. B. Where observed work does not comply with the Plans and Specifications, replace rejected work and continue specified maintenance period until re-inspected by the City Representative and determined to be acceptable. All replacement materials and installations shall be in accordance with the Plans and Specifications. Remove rejected work and materials immediately from project. Prior to the date of final observation, Contractor shall provide the City Representative with all Record Drawings and written Guarantee Statement in accordance with the Plans and Specifications. PART 2 -PRODUCTS 2.01 MATERIALS 123 320190-2 Vinewood Park Section 320190 February 2019 Operations and Maintenance ofl'lanting A. All materials used shall either conform to Specifications in other sections or shall otherwise be acceptable to the City Representative. The City Representative shall be given a monthly record of all herbicides, insecticides, and disease control chemicals used. B. Turf maintenance fertilizer: shall consist of the following percents by weight: 16% nitrogen 16% phosphoric acid 8% potash C. Sulfate—Sulfur(Ammonium Sulfate): shall consist of the following percentages by weight: 21% nitrogen 0% phosphorus 0% potassium PART 3 -EXECUTION 3.01 MAINTENANCE A. General: Proper maintenance, including watering, weeding, mowing, edging, fertilization, repairing, and protection shall be required until entire project is finally accepted, but in any event for a period of not less than the specified maintenance period after planting. B. Watering: Thoroughly water to insure vigorous and healthy growth until work is accepted. Water in a manner to prevent erosion due to application of excessive quantities of water. When hand watering, use a water wand to break the water force. C. Weeding: Keep plant basins and areas between plants free of weeds. Control weeds with pre-emergent herbicides. If weeds develop, use legally approved herbicides. Avoid frequent soil cultivation that destroys shallow roots. Weeding also shall be included in all paved areas including public or private sidewalks. D. Pruning 1. Trees: Prune trees to select and develop permanent scaffold branches; to eliminate narrow V-shaped branch forks that lack strength; to reduce toppling and wind damage by thinning out crowns; to maintain a natural appearance and to balance crown with roots. Prune only as directed by the Landscape Architect. 2. Shrubs: Same objectives as for trees. Shrubs shall not be clipped into balled boxed forms unless such is required by the landscape plans. All pruning cuts shall be made to lateral branches, buds, or flush with the trunk. "Stubbing" and "heading" shall not be permitted. 124 320190- 3 Vinewood Park Section 320190 February 2019 Operations and Maintenance ofl'lanting 3. Only skilled workmen shall perform pruning work in accordance with standard horticultural pruning practices. Remove from the project all pruned branches and material. Remove and replace any plant material excessively pruned or malformed resulting from improper pruning practices at no additional costs to the City. E. Staking and Guying: Stakes and guys shall remain in place through the guarantee period(one year) and shall be inspected and adjusted to prevent rubbing that causes bark wounds. F. Insect, Animal, Rodent, and Disease Control: Maintain proper control with legally approved materials as required as part of the Contract. G. Protection: The Contractor shall maintain protection of the planted areas. Damaged areas shall be repaired or replaced at the Contractor's expense. H. Trash: Remove trash weekly in all planted areas,pedestrian walkways and courtyards. I. Replacement: As per Guarantee and Replacement Specifications of this Section. 3.02 MAINTENACNE FETILIZATION Apply five (5) pounds of Ammonium Sulfate (21-0-0) per 1,000 square foot every month until plant become established. After established, apply 28-3-4 (or similar preparation) to provide healthy growth rate and color. 3.03 TURF MAINTENANCE A. Mowing and Edging I. Mowing of turf will commence when the grass has reached a height of two (2) inches. The height of cut will be one to one and one-half(1-1/2) inches. Mowing will be at least weekly after the first cut. Turf must be well established and free of bare spots and weeds to the satisfaction of the City Representative prior to final acceptance. 2. Excess grass clippings shall be picked up and removed from the site and premises. 3. Let turf areas dry out enough so that mower wheels do not skid, tear, or mark the lawn. 4. Edges shall be trimmed at least twice monthly or as needed for neat appearance. Clippings shall be removed from walks,plazas, fountains, etc. and disposed of from the site. 125 320190-4 Vinewood Park Section 320190 February 2019 Operations and Maintenance ofPhnting B. Watering: Lawns shall be watered at such frequency as weather conditions require to replenish soil moisture below root zone and to establish healthy strands of grass. C. Weed Control: If needed, control broad leaf weeds with selective, legally approved herbicides. D. Fertilization: During maintenance period an application of fertilizer(16-16-8), as specified, shall be made at thirty(30) days and again at sixty(60) days from the date of lawn installation at a rate of five (5)pounds per 1,000 square feet, or as per manufacturer's recommendations. E. Fungicide: Apply fungicide to all turf areas throughout maintenance period as required to prevent fungus. Apply as per manufacturer's specifications. F. Replacement: At conclusion of maintenance period a final observation of lawn and turf areas shall be made. Remove diseased areas and unhealthy strands of grass from the site; do not bury into the soil. Replant areas with materials and in a manner as specified on the Plans and Specifications at no additional cost to the City. 3.03 IRRIGATION SYSTEM A. System Observation: The Contractor shall check all systems for proper operation. Lateral lines shall be flushed out after removing the last sprinkler head or two at each end of the lateral. All heads are to be adjusted as necessary for unimpeded coverage. B. Controllers: Set and program automatic controllers for seasonal water requirements. Give the City Representative instructions on how to turn off system in case of emergency. C. Repairs: Repair all damages to irrigation system at the Contractor's expense. Repairs shall be made within twenty-four (24) hours. END OF SECTION 320190 126 320190- 5 Vinewood Park Section 328400 February 2019 Planting Irrigation SECTION 328400 - LANDSCAPE IRRIGATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SCOPE OF WORK A. Furnish alllabor,materials,processes, and equipment necessary to complete the irrigation system repair or replacement work as indicated on the Drawings and specified herein. B. Test each affected irrigation system to assure proper operation. C. Furnish alllabor,materials, and equipment necessary to restore all disturbed areas resulting from the work as indicated on the Drawings and specified herein. D. All incidental parts, which are not shown on the plans or specified herein and are necessary to complete or modify the existing system shall be furnished and installed as though such parts were shown on plans or specifications. All systems shall be in satisfactory operation at the time of completion. 1.3 QUALITY ASSURANCE&REQUIREMENTS A. Permits and Fees: The Contractor shall obtain and pay for all permits and all observations as required. B. Performance Qualifications: 1. The Landscape Contractor shall have a minimum of three (3) equivalent jobs of similar complexity completed in the last five(5)years. 2. The Landscape Contractor shall furnish qualifications to the General Contractor to be included in the proposal form due at bid opening date. Burden of proof as to qualifications of the Landscape Contractor shall be on the Contractor; the Owner's decision is final. C. Manufacturer's Directions: Manufacturer's directions and detailed Drawings shall be followed in all cases where the manufacturers of articles used in this Contract furnish directions covering points not shown in the Drawings and Specifications. D. Ordinances and Regulations 1. Alllocal,municipal and state laws, rules and regulations governing or relating to any portion of this work are hereby incorporated into and made a part of these Specifications and their provisions shall be carried out by the Contractor. Anything contained in these Specifications shall not be construed to conflict with any of the above rules and regulations or requirements of the same. However,when these Specifications and Drawings call for or describe materials, workmanship, or construction of a better quality,higher standard, or larger size than is required by the above rules and regulations, the provisions of the Specifications and Drawings shall take precedence. 127 328400- 1 Vinewood Park Section 328400 February 2019 Planting Irrigation 2. The materials and work of this section shall conform to all applicable provisions of the latest editions of the Uniform Plumbing Code, the National Electrical Code, and all codes properly governing the materials and work at the project site. 3. All electrical materials and work shall conform to California Administrative Code, Title 23,Part 3, Basic Electrical Regulations, and Article 18 E 110-16. E. Explanation of Drawings 1. Not all offsets, fittings, sleeves, main line, lateral, etc., which may be required are shown on plans. Carefully investigate the structural and finish conditions affecting all of the work and plan the work accordingly furnishing such fittings; etc., as may be required to meet such conditions. Drawings are generally diagrammatic and indicative of the work to be installed. Due to the scale of the Drawings,it is not possible to indicate all offsets,fittings, sleeves, etc., which may be required to complete the irrigation system. 2. Before proceeding with any work, the Contractor shall check and verify all dimensions, quantities,pressures and flows and shall immediately inform the Owner of any discrepancy between the drawing and/or the Specifications and actual conditions. No work shall be done in any area where there is such a discrepancy until the Owner has given written approval for the same. The Contractor shall assume full responsibility for work installed without approval. 3. The materials and work shall be installed in such a manner as to avoid conflicts between existing or proposed irrigation systems and plantings, existing or proposed utilities, and all other construction features. 4. Contractor shall verify prior to and during construction,that his contract documents reflect the latest revisions and change orders. Contractor shall be able to produce such documents at the request of the Owner. 5. Pipe sizes indicated on the Drawings are minimum allowable. E. Proprietary brand names shown are for illustrative purposes only. Equal products will be considered by the Owner and may be used by the contractor upon approval by the Owner. 1.4 EXISTING CONDITIONS A. The Contractor shall notify members of U.S.A.two(2)working days in advance of performing any excavation work by calling the toll-free number 800-542-2444. The contractor shall verify the locations of existing utilities identified by U.S.A. with the as-built plans for the project area. The Contractor shall inform the Owner of any discrepancies before construction begins. B. Information on the Drawings, relative to existing conditions, is approximate only. Deviations found necessary during construction to conform to actual conditions, as approved by the Owner, shall be made without additional cost. C. Where it is necessary to excavate in areas of existing irrigation and utilities, the contractor shall pothole to confirm exact locations of existing irrigation and utilities. Exercise extreme care in excavating and working near existing irrigation and utilities. The Contractor shall be responsible for all damages to existing irrigation or utilities that are caused by his operation or neglect. In case of interruption of existing irrigation or utilities caused by the contractors' operations or neglect,the contractor shall be responsible to have the existing irrigation and utilities in service as soon as possible and in no case shall the interruption be longer than a twenty-four(24)hour period.In such 128 328400-2 Vinewood Park Section 328400 February 2019 Planting Irrigation case that the contractor needs more than a twenty-four (24) hour period, prior approval shall be acquired from the Owner in writing. D. Excavation in proximity to existing trees shall conform to the Tree Protection Measures per Plan. 1.5 SUBMITTALS A. Material List 1. Contractor shall furnish the articles, equipment,materials, or processes specified by name in the Drawings and Specifications. Product names are used as standards only; other materials or methods shah not be used unless approved in writing by the Owner. Burden of proof as to equality of proposed material shall be on the Contractor; the Owner's decision is final. Only one request for substitution shall be considered for each item. Equipment capacities specified are minimum acceptable. 2. A complete material list(6 copies) shall be submitted to the Owner for approval prior to performing any work. The materials shall clearly identify on the submittal by a color highlight, the manufacturer, model number, size and description of materials and equipment to be used, including but not limited to the following: a.Isolation Valves b.Remote Control Valves c.Irrigation Valve Boxes d.Swing Joint Assemblies e.PVC Main Line £PVC Lateral Pipe g.PVC and HDPE Sleeves h.PVC Solvent Cement and Primer i. Electric Boxes j. Remote Control Valve Wire k.Water Proof Wire Connectors 1. Detectable underground tape The contractor shall provide additional submittals as required for products not listed above but which are used on site. Approval of submittals is required before installation. 3. Equipment or materials installed or furnished without prior approval of the Owner shall be rejected and the Contractor shall be required to remove such materials from the site at his own expense. 4. Approval of any item, alternate or substitute indicates only that the product or products apparently meet the requirements of the Drawings and Specifications based on the information or samples submitted. B. Record Drawings 1. Maintain on site, separate from documents used for construction, one complete set of Contract Documents as Record Documents or As Built Drawings. Keep documents current. Do not permanently cover work until information is recorded. These record drawing must be kept for all portions of the project that may be built differently that the plans define. 129 328400- 3 Vinewood Park Section 328400 February 2019 Planting Irrigation 2. Include all Change Orders. 3. Where reference dimensions are required in the individual specification section, measure reference dimensions from at least two (2)reference points that will be easily identifiable in the finished work. 4. Prior to Contract Closeout, obtain from the Owner's Project Manager a reproducible copy of the drawings. Using technical drafting pen, duplicate information contained on the Record Drawings maintained on site. 5. Label each sheet "Record Drawing". On the first sheet, the Contractor or resident superintendent shall execute the following statement: Having reviewed this document and all attachments, I affirm that, to the best of my knowledge, the information presented here is true and accurate. Signed: Date: Position: 6. The Contractor shall dimension from two (2) permanent points of reference, buildings, light standards, sidewalks, or road intersections, etc., the location of the following items: a. Isolation Valve b. Remote Control Valve c. Routing of irrigation pressure lines; dimension maximum 100' along routing and at turns in direction(note depth) d. Routing of remote-control wires e. Sleeves at both ends (note depth) f Other related equipment as directed by the Owner. 7. On or before the date of the final observation,the Contractor shall deliver the corrected and completed reproducible as-built plan and digital media to the Owner. Delivery of these shall not relieve the Contractor of the responsibility of furnishing required information that may be omitted from the plans or digital media. Reproducible plans or digital media may be obtained for said use from the Engineer. C. Controller Charts 1. Record Drawings shall be approved by the Owner before controller charts are prepared. 2. The Contractor shall coordinate with Owner maintenance staff to prepare Controller Charts. 3. Provide one (1) controller chart with updated information for the new irrigation system. 4. The chart shall show or explain the area controlled by the new irrigation system and shall be the maximum size that the controller door will allow. 5. The chart shall be either a reduced drawing or a written description of the actual record drawing system. In the event the controller sequence is not legible, which the drawing is reduced, it shall be enlarged to a size that is readable. 6. When completed and approved, the chart shall be hermetically sealed between two (2) pieces of plastic, each piece being a minimum ten(10)mils thick. 7. The controller charts shall be completed and approved prior to final observation of the irrigation system. D. Operation and Maintenance Manuals 130 328400-4 Vinewood Park Section 328400 February 2019 Planting Irrigation I. Prepare and deliver two(2) operation manuals as specified and as follows: 2. Approved irrigation Product information sheets shall be included. In addition, Product parts sheets, operational and maintenance manuals on every material and equipment installed under this contract including but not limited to: a. Isolation Valves b. Remote Control Valves c. Pop-Up Rotators d. Shrub Bubblers e. Tree Root Watering Zones f. Swing Joint Assemblies 3. Guarantee Statement for Irrigation System. E. The above-mentioned material submittals, record drawings, controller charts, operations and maintenance manuals and guarantee statement for irrigation system shall be turned over to the Owner at the conclusion of the project. Before final observation can occur,written evidence that the Landscape Architect has received submittals must be provided by the Owner. 1.6 EQUIPMENT TO BE FURNISHED: A. Irrigation Products to be Furnished 1. Supply as a part of this Contract the following tools: a. Two (2) sets of special tools required for removing, disassembling, adjusting and locating each type of sprinkler, valve, valve box and splice box supplied on this project. b. Two(2)isolation valve opening keys c. Two (2)valves of each type used d. Ten(10)Pop-Up Rotators e. Ten(10) Shrub Bubblers £ Two (2) Tree Root Watering Zones g. Five (5) Swing Joint Assemblies 2. The above-mentioned equipment shall be turned over to the Owner at the conclusion of the project. Before final observation can occur, written evidence that Owner has received materials must be provided to the Owner. 1.7 OBSERVATION SCHEDULE 1.8 PRODUCT DELIVERY, STORAGE AND HANDLING Handling of PVC Pipe and Fittings: The Contractor is cautioned to exercise care in handling, loading,unloading, and storing of PVC pipe and fittings. All PVC pipe shall be transported in a vehicle that allows the length of pipe to lie flat so as not to subject it to undue bending or 131 328400- 5 Vinewood Park Section 328400 February 2019 Planting Irrigation concentrated external load at any point.Any section of pipe that has been dented or damaged will be discarded and if installed replaced with new. 132 328400- 6 Vinewood Park Section 328400 February 2019 Planting Irrigation 1.9 GUARANTEE A. The guarantee for the replacement/ repair of existing irrigation systems shall be made in accordance with the form shown on the following page. A copy of the guarantee form shall be provided to the Owner and to each affected, adjacent property owner. The guarantee form shall be re-typed onto the Contractor's letterhead and contain the following information: GUARANTEE FOR IRRIGATION SYSTEM We hereby guarantee that the portions of the sites irrigation systems that we have furnished and installed is free from defects in materials and workmanship, and the work has been completed in accordance with the Drawings and Specifications, ordinary wear and tear and unusual abuse or neglect accepted. We agree to repair or replace any defects in material or workmanship, which may develop during the period of one (1)year from date of final acceptance and also to repair or replace with originally specified materials. Any damage resulting from the repairing or replacing of such defects shall be replaced and repaired by the contractor at no additional cost to the Owner. We shall make such repairs or replacements within a 48-hour period, after receipt of written notice.In the event of our failure to make such repairs or replacements within said period after receipt of written notice from the Owner, we authorize the Owner to proceed to have said repairs or replacements made at our expense and we will pay the costs and charges therefore upon demand. PROJECT: LOCATION: SIGNED: ADDRESS: PHONE: DATE OF ACCEPTANCE: 133 328400- 7 Vinewood Park Section 328400 February 2019 Planting Irrigation PART 2 -PRODUCTS 2.1 MATERIALS General: Use only new materials of brands and types noted on the Drawings specified herein or approved equals. A. Backfill Material 1. Existing site material, if approved by the Owner, may be used for backfill material. Backfill material shall be free from organic materials, large clods of earth or rocks larger than one(1)inch diameter, trash, debris, rubbish,broken cement, asphalt material or other objectionable substances. 2. Imported backfill material, if required and as approved by the Owner, shall be clean Vina Loam soil or other approved material topsoil, with no large clods of earth or rocks larger than one (1)inch diameter. 3. Sand backfill shall be a fine, granular sand material backfill containing no foreign matter larger than one-half(1/2)inch in size. B. Drainage Fill Material 1. Drainage fill material shall be three-quarter(3/4)inch washed,hard and durable,fragments of screened or broken stone or gravel. C. Irrigation Pipe Sleeving 1. Irrigation Sleeve shall be PVC Schedule 40 with solvent-weld joints. 2. Pipe shall be made from NSF approved Type I, Grade I, PVC compound conforming to ASTM resin specification D1785. All pipes shall meet requirements set forth in Federal Specification PS-21-70. (Solvent-weld Pipe) D. PVC Pressure Main Line Pipe and Fittings. 1. Pressure main line piping for sizes two and one half(2-1/2)inches and larger shall be PVC Class 315 pipe. Pipe shall be made from an NSF (National Sanitation Foundation) approved Type I, Grade I, PVC compound conforming to ASTM resin specification D2241. All pipes shall meet requirements as set forth in Federal Specification PS-22-70, with an appropriate standard dimension ratio(S.D.R. Pipe). 2. Pressure main line piping for sizes two(2)inch and smaller shall be PVC Schedule 40 with solvent-weld joints. Pipe shall be made from NSF approved Type I, Grade I, PVC compound conforming to ASTM resin specification D1785. All pipes shall meet requirements set forth in Federal Specification PS-21-70. (Solvent-Weld Pipe). 3. Main line fittings shall be PVC Schedule 40 solvent-weld fittings, 1-2; 11-I NSF approved conforming to ASTM D2466. 4. All PVC pipe shall be marked continuously and permanently with the following information: Manufacturer's name, nominal pipe size, schedule or class of pipe, pressure rating in P.S.I. extrusion,NSF approval and date of extrusion. 5. All fittings shall bear the manufacturer's name or trademark, material designation, size, applicable I.P.S. schedule and NSF seal of approval. 134 328400- 8 Vinewood Park Section 328400 February 2019 Planting Irrigation 6. All offsets from other pipes and from sides of trench shall be a minimum four (4) inches unless contractor receives written approval from the Owner E. PVC Non-Pressure Lateral Line Piping 1. Non-pressure buried lateral ine piping shall be PVC Schedule 40 with solvent-weld joints. a. Pipe shall be made from NSF approved, Type I, Grade II,PVC compound conforming to ASTM resin specification D1785. b. All pipes shall meet requirements set forth in Federal Specification PS-21-70. 3. PVC solvent-weld fittings shall be Schedule 40, 1-2; 11-I NSF approved conforming to ASTM D2466. 4. Solvent cement and primer for PVC solvent-weld pipe and fittings shall be of the type and installed by the method specified by the manufacturers for each type of pipe. 5. All offsets from other pipes and from sides of trench shall be a minimum four (4) inches unless otherwise noted or contractor receives written approval from the Owner. F. Concrete 1. ASTM Class B concrete shall be used for fill concrete and miscellaneous equipment pads. 2. Concrete shall have a 3,000-PSI compressive strength at 28 days and shall have maximum water to cement and dispersing agent ration of 56%. Concrete shall have a minimum cement content of 470 lbs. (5 bags) per cubic yard concrete. Nominal maximum size of coarse aggregate shall be three-quarter(3/4)inch. G. PVC Threaded Nipples: 1. PVC Schedule 80 nipples shall be produced from extruded stock grade PVC compounds. No molded nipples shall be used. 2. PVC Schedule 80 nipples shall be made from NSF approved PVC compound conforming to ASTM D1784, Cell Classification 12454B H. Electric Remote Control Valve 1. Remote control valves shall be of the same type,manufacturer and sizes as indicated on the Drawings and/or as specified herein or approved by the Owner. 2. Remote control valves shall have a glass-filled nylon construction with a flow control and manual bleed capability 3. Remote control valves shall be in the normally closed position unless otherwise noted. I. Identification Products 1. Remote control valve tags shall be manufactured from polyurethane Behr Desopan,with a reinforced attachment hole and will be 2-1/4"x 2.3/4"in size. Valve identification tags shall be yellow in color with double sided stamped controller and valve designation. 2. Detection tape shall detectable marking tape consists of a 5.0 mil(0.005")thickness; five-ply composition;ultra-high molecular weight; 100 percent virgin polyethylene; acid, alkaline &corrosion resistant. a. The tape tensile strength is in accordance with ASTM D882-80A and will not be less than 7800 PSI. 135 328400- 9 Vinewood Park Section 328400 February 2019 Planting Irrigation b. Elongation properties are in accordance with ASTM D882-80A and are less than 150% at break point. c. Tape color&legend combination will be in accordance with A.P.W.A. or local requirements. The color is Blue. The legend reads "Caution Irrigation Line Buried Below". d. The tape will have a 2.0 mil(0.0020") solid aluminum foil core, encapsulated within 2.55 mil(0.00255")polyethylene backing. e. Tape width shall be four(4)inch in width. J. Control Wiring 1. Connections between existing wire stub outs and the electric control valves shall be made with direct burial copper wire AWG-U.F. 600-volt. Pilot wires shall be red and common wires shall be white. Spare wires shall be yellow. Install in accordance with valve manufacturer's Specifications and wire chart. In no case shall wire size be less than#14. 2. All splices shall be made with 3M DBY wire splices or approved equal. 3. No splices between wire stub out and valve less than 500'. 4. All splices shall be placed in a Carson Model 1419 valve box with lock kit, a bolt down gray cover and bolt. K. Control Wire Conduit 1. PVC Schedule 40 electrical conduit ASTM F-512 sizes as required, except as noted per plan. L. Control Wire Pull Box 1. Control wire pull boxes shall be Carson Model 1419 valve box with lock kit, a bolt down gray cover and bolt. Extensions per detail. M. Gate Valves 1. Gate valves shall be of the same type,manufacturer and sizes as indicated on the Drawings and as specified herein or approved equal. 2. Gate valves 2-1/2" and larger shall be resilient wedge and conform to AWWA standards. Gate valves shall be flange by flange with a two(2)inch square-operating nut. 3. Gate valves 2" and smaller shall be 125 lb. SWP bronze gate valve with ends. Gate Valves shall be equipped with a cast bronze cross handle. N. Valve Boxes 1. Remote Control Valve Boxes for valve sizes 1-1/2"and 2"shall be green rectangular valve boxes 17-3/8"x 23-7/8"x 12", Carson model 1220 with a green cover and Bolt-Down Loc Kit(with bolt)or approved equal. 2. Remote Control Valves Boxes for valve sizes 1" shall be green rectangular valve boxes 14-1/2" x 19-1/2" x 12-1/4", Carson model 1419 with a green cover and Bolt-Down Loc Kit(with bolt)or approved equal. 3. Remote Control Valve Box Extensions shall be of the same manufacturer of the valve box or approved equal. 136 328400- 10 Vinewood Park Section 328400 February 2019 Planting Irrigation 4. Electrical Pull Boxes and Wire Splice Boxes shall be gray rectangular valve box 14-1/2"x 19-1/2" x 12-1/4", Carson model 1419 with a gray cover and Bolt-Down Loc Kit (with bolt) or approved equal. 5. All remote-control valve boxes and electrical pull boxes shall be located in shrub planters unless otherwise shown on the Drawing or specified by the Owner. O. Pop Up Rotator 1. Pop Up Rotator shall be of the same manufacturer and model as indicated on the drawings. 2. Pop Up Rotator bodies shall have a co-molded wiper seal,heavy duty spring,preinstalled check valve and pressure regulating stem. 3. Pop Up Rotator nozzles shall be color coded and adjustable arc P. Pop Up Bubblers 4. Pop Up Bubblers shall be of the same manufacturer and model as indicated on the drawings. 5. Pop Up Bubbler bodies shall have a co-molded wiper seal,heavy duty spring and preinstalled check valve. 1. Pop Up Bubbler nozzles shall be color coded and pressure regulated Q. Root Zone Watering System 1. Root Zone Watering System shall be of the same manufacturer and model as indicated on the drawings. 2. Root Zone Watering System shall have a pressure compensating bubbler, built in swing joint and durable locking cap. PART 3 -EXECUTION 3.1 INSPECTION OF SITE A. Site Conditions 1. All scaled dimensions are approximate. Prior to the start of work the Contractor shall meet with the Site Contractor to review and approve "turn over conditions" of the project area. a. The Contractor shall be responsible to report discrepancies between Contract Documents and"take over conditions"to the Owner prior to start of work. b. Discrepancies not reported shall become the Contractor's responsibility. 2. The Contractor shall check and verify all site water and electrical services and notify the Owner if site conditions have changed from those specified in the drawings. 3. The Contractor shall carefully check all grades to satisfy him that he may safely proceed before starting work on the irrigation system. 4. The contractor shall obtain permits and call for inspections as required by local codes and regulation. All installations shall conform to local codes and accepted construction practices. 137 328400- 11 Vinewood Park Section 328400 February 2019 Planting Irrigation 3.2 PREPARATION A. Physical Layout 1. Locations on Drawings are diagrammatic and approximate only and shall be changed and adjusted as necessary and as directed by Owner to meet existing conditions and obtain complete water coverage. 2. The Contractor shall install,repair, and/or extend the system as shown on the Drawings, and as necessary to carry out the intent of the Drawings and Specifications. 3.3 WATER AND ELECTRICAL SERVICES A. Water Supply-Coordinate with the Owner for the irrigation water supply points of connection as indicated on the Drawings. Field verify connection points prior to start of work. Contractor is responsible for any changes caused by actual site conditions. Notify the Owner of any discrepancies prior to beginning construction. B. Electrical Supply—Coordinate with the Owner for the irrigation 24volt wire points of connection as indicated on the drawings. Field verify connection points prior to start of work. Contractor is responsible for any changes caused by actual site conditions. Notify the owner of any discrepancies prior to beginning constructions. 3.4 INSTALLATION A. Trenching 1. Dig trenches straight and support pipe continuously on bottom of trench. Lay pipe to an even grade. Trenching excavation shall follow layout indicated on the Drawings and as noted. 2. Provide for a minimum of eighteen(18)inches cover for all pressure lines. 3. Provide for a minimum of twelve (12)inches cover for all non-pressure lines. 4. Provide for a minimum of eighteen(18)inches cover for all control wiring. 5. Provide for a minimum of twenty-four(24)inches of cover for all pressure lines, non-pressure lines and control wiring under auto traffic areas. 6. Trench width shall be as needed to provide a minimum horizontal clearance between pipes and edges of trench. 7. No pipe shall be laid directly over another pipe. 8. See contract documents for vertical and horizontal pipe separation requirements. B. Backfilling 1. The trenches shall not be backfilled, except for center loading,until all required tests are performed. All debris shall be removed prior to placement of backfill. Trenches shall be carefully backfilled with the materials approved for backfilling. Backfill shall be mechanically compacted in six (6)inch lifts to a dry density equal to adjacent undisturbed soil in landscaped areas. Backfill shall conform to adjacent grades without dips, sunken areas, humps or other surface irregularities. 138 328400- 12 Vinewood Park Section 328400 February 2019 Planting Irrigation 2. Backfill main lines with a minimum of 6" of sand below piping and 6" of sand above the piping. 3. Backfill aterallines with approved backfill material or approved imported soil. Backfill material shall be free from organic materials, large clods of earth or rocks larger than one (1)inch diameter, trash, debris,rubbish,broken cement, asphalt material or other objectionable substances. 4. If settlement occurs and subsequent adjustments in pipe, valves, sprinklers heads, lawn or planting, or other construction are necessary, the Contractor will make all the required adjustments without cost to the Owner. C. Trenching and Backfilling Under Paving 1. Trenches located under areas where paving, asphaltic concrete or concrete shall be installed, shall be backfilled with sand, a layer six(6)inches below the pipe and six (6) inches above the pipe and compacted in layers to 95%compaction,using manual or mechanical tamping devices. All trenches shall be left flush with the adjoining grade. 2. Generally piping under existing walks is done by jacking,boring or hydraulic driving,but where any cutting or breaking of sidewalks and/or concrete is necessary, it shall be done and replaced by the Contractor as part of the Contract cost. Permission to cut or break sidewalks and/or concrete shah be obtained from the Owner in writing. No hydraulic driving shall be permitted under concrete paving. D. Sleeving 1. Sleeving shall be installed for irrigation pressure main line pipe, non-pressure lateral pipe and electrical wiring that crosses pavement, walkways,paths, concrete, and other hardscape elements as needed whether shown on drawing or not. 2. Install irrigation and electrical sleeving as needed whether or not indicated on the Drawings. Contractor shall coordinate the installation of sleeving with the work of other trades. Sleeving shall extend a minimum of six(6)inches past hardscape. 3. Sleeves shall be sized to easily accommodate piping and/or control wiring as called for in the drawings leaving a minimum of 25%void space inside sleeve. a. The contractor shall be responsible to verify sleeving sizes based on field verification of pipe and wire crossings. 4. Separate sleeves shall be provided for main line and lateral piping and 24V wiring. 5. Sleeves shall have both ends capped during installation to prevent dirt and debris from entering the sleeve. 6. Identify location of sleeve ends from two permanent points of reference and show on as-built plans. E. PVC Pipe 1. Routing of irrigation pipe as indicated on the Drawings is diagrammatic. Install lines and various assemblies to conform to the details shown on the drawings. 2. Install irrigation main line a minimum of five (5)feet from tree locations to avoid conflict with mature rooting systems. 3. Install no multiple assemblies on plastic lines. Provide each assembly with its own outlet. 4. Install all assemblies specified herein in accordance with respective detail. In absence of detail Drawings or specifications pertaining to specific items required to complete work, 139 328400- 13 Vinewood Park Section 328400 February 2019 Planting Irrigation perform such work in accordance with best standard practice with prior approval of the Owner. 5. PVC pipe and fittings shall be thoroughly cleaned of dirt, dust and moisture before installation. Installation shall be as recommended by the pipe and fitting manufacturer. 6. PVC pipe shall be installed so that there will be a small amount of excess length in the pipe to compensate for contraction and expansion of the pipe. This shall be accomplished by "snaking" the pipe in the trench during installation. 7. Center load pipe with small amounts of backfill to prevent arching and slopping under pressure. Leave joints exposed for inspection during testing. 8. No water shall be permitted in the pipe until inspections have been completed and a period of at least 24 hours has elapsed for solvent weld setting and curing. 9. Plastic to metal connections shall be made with plastic male adapters and female metal adapter,hand tightened,plus one tum with a strap wrench. Teflon tape or approved equal shall be used on all threaded PVC to metal joints. 10. Solvent Weld Joint: Solvent weld pipe ends using solvent recommended by pipe manufacturer only. 11. Threaded joints shall be wrapped with Teflon tape as per manufacturer's instructions. 12. Flush all debris out of pipe prior to installing valves and heads. 13. In changing main line and lateral pipe depth, 45° elbows shall be used. 14. Install a detectable marking tape (12)inches below finish grade along the entire length of the main line run, including main line branches. 15. Trenching under and around existing trees shall be in accordance with the Tree Protection Measures as outlined on the Plans and Specifications. F. Line Clearance I. Irrigation lines shall have a minimum horizontal and vertical clearance of four(4)inches from each other. Parallel ines shall not be installed directly over one another. 2. Horizontal and vertical clearance of irrigation lines from lines from other trades shall be as per local codes and regulations. 3. Line clearances shall be inspected and approved by the Landscape Architect prior to backfilling trenches. G. Gate Valves 1. Install as per details and manufacturer's specifications. 2. Install where shown on Drawings. Locate in valve boxes as per detailed. 3. Install one gate valve per valve box. Provide extension units as required as per details. Install valve boxes in shrub planting areas whenever possible. 4. Wherever possible,install gate valves and remote-control valves in groupings not to exceed a maximum of three (3)valves per group. I. Electric Remote-Control Valves I. Install as per details and manufacturer's specifications. 2. Install where shown on Drawings. Locate valve boxes twelve(12)inches from, and perpendicular to walk, curb,header board, etc., for easy access. 3. Install one(1)remote control valve per valve box. Provide extension units as required so as valve is protected by adjacent native soil. Install valve boxes in shrub planting areas whenever possible. 140 328400- 14 Vinewood Park Section 328400 February 2019 Planting Irrigation 4. Provide eighteen(18)inch expansion loop at all electrical connections within control valve boxes. 5. Install a T.Christy I.D. tag on all valves identifying the Satellite Controller Assembly and station number of the valve. Attach the identification tag to the valve stem using a nylon cable tie. J. Control Wiring 1. Install control wiring in the same trench and along the same route as the pressure supply line whenever possible. 2. Control wiring shall be installed in PVC Schedule 40 conduit. 3. Provide an eighteen(18)inch expansion curl in valve boxes,pull boxes and splice boxes. 4. Control valve wire and spare wire splices allowed only on runs of more than 500 feet. 5. An expansion curl shall be provided within three (3)feet of each wire connection. Expansion curl shall be of eighteen(18)inches in length at each splice connection and at each remote-control valve, so that in case of repair, the valve bonnet or splice may be brought to the surface without disconnection of the control wires. 6. All splices shall be made in a valve box or an electric box. 7. All control wire splices shall be made with waterproof connectors that use a mechanical clamp. 8. Use one waterproof connector per splice. K. Conduit 1. Install remote control wire in PVC Schedule 40 conduit. 2. The ends of the conduits,whether shop or field cut, shall be reamed to removed burrs and rough edges. Cuts shall be made square and true. 3. Install conduit couplers on pipe ends when in direct contact with remote control wires. 4. The ends of the conduit shall be capped until the pulling of wiring is started. Conduit shall be free of soil and debris. 5. Conduit bends, except factory bends, shall have a radii of not less than six times the inside diameter of the conduit. 6. Install pull boxes at changes in direction. 7. Install pull boxes where depicted on drawings and no more than every 500' along the conduit route (unless compelling conditions require additional pull boxes). Remote control valve boxes,pull boxes used for changes in direction and splice boxes may be used to satisfy this requirement. 8. Install pull tape in conduit. L. Valve Boxes 1. Install valve boxes in shrub planter areas wherever possible, except as indicated on plan. 2. No valve boxes shall be installed in walk-ways, concrete,roadways, etc. 3. Install valve boxes as per details unless otherwise noted on plans. 4. Do not install more than three (3)valve boxes in any one single group. M. Electric Boxes 141 328400- 15 Vinewood Park Section 328400 February 2019 Planting Irrigation 1. Install electrical pull boxes at wire splice locations and as per details. 2. Install pull boxes at changes in direction and depth. 3. Install pull boxes where depicted on drawings and no more than every 500' along the conduit route (unless compelling conditions require additional pull boxes). Remote control valve boxes,pull boxes used for changes in direction and splice boxes may be used to satisfy this requirement. O. Flushing of System-After new irrigation mainline,valves,laterals and swing joints are in place and connected, all necessary diversion work is complete, and prior to installation of irrigation heads,the control valves shall be opened, and a full head of water shall be used to flush out the system. P. Pop Up Rotators 1. Install Pop Up Rotators as detailed on the Drawings and per approved submittals. 2. Pop Up Rotators shall be installed plumb and vertical to finish grade unless otherwise noted on plan 3. Replace all clogged nozzles with new nozzles. 4. Adjust rotator arcs and radii as needed to prevent overspray onto hardscape, walkways, buildings etc. 5. Spacing of heads shall not exceed the maximum indicated on the Drawings. In no cased shall the spacing exceed the maximum recommended by the manufacturer. 6. Swing joints shall be in accordance with the details and approved submittals. 7. Add additional heads as needed to provide head to head coverage with no additional cost to Owner. R. Pop Up Bubblers 1. Install Pop Up Bubblers as detailed on the Drawings and per approved submittals. 2. Pop Up Bubblers shall be installed plumb and vertical to finish grade unless otherwise noted on plan. 3. Flush irrigation lines clear of dirt and debris prior to installing bubblers. S. Root Zone Watering System 1. Install Root Zone Watering System as detailed on the Drawings and per approved submittals. 2. Root Zone Watering System shall be installed plumb and vertical to finished grade. 3. Flush irrigation line clear of dirt and debris prior to installing Root Zone Watering Systems. 3.5 SYSTEM ADJUSTMENT A. The Contractor shall flush and adjust all irrigation heads for optimum performance and to prevent over-spray onto walks, windows, roadways, and buildings. B. If it is determined that adjustments in the irrigation equipment shall provide proper and more adequate coverage, the Contractor shall make such adjustments after written approval by the Owner. Adjustments shall include changes in head locations, nozzle size and degrees of arc as required without additional contract costs. 142 328400- 16 Vinewood Park Section 328400 February 2019 Planting Irrigation C. If it is determined that any irrigation equipment is improperly installed, the contractor shall reinstall the equipment to conform to contract documents. D. All irrigation heads shall be set perpendicular to finished grades unless otherwise designated on the Drawings. 3.6 TESTING OF THE IRRIGATION SYSTEM A. The Contractor shall request the presence of the Landscape Architect at least two(2)working days in advance of observation. B. Open Trench pipe observation. C. Coverage Test 1. Perform a rotator coverage test in the presence of the Landscape Architect to determine if the water coverage for landscape areas is complete and adequate. 2. A coverage test shall be performed after the irrigation system is completed, an irrigation water audit has been performed and recommended adjustments to the irrigation system are complete. 3. Furnish all materials and perform all work required to correct any inadequacies of coverage due to deviations from the Drawings or where the system has been willfully installed as indicated on the Drawings, when it is obviously inadequate without bringing this to the attention of the Landscape Architect. 4. The rotator coverage test shall be completed and approved before landscape material is planted. 3.7 FINAL ACCEPTANCE A. Upon completion of all project work, including maintenance period and warranty period the Owner will,upon proper request,make an observation to determine final project acceptability. B. Where observed work does not comply with the Plans and Specifications,replace rejected work and continue specified maintenance period until re-inspected by the Landscape Architect and determined to be acceptable. All replacement materials and installations shall be in accordance with the Plans and Specifications. Remove rejected work and materials immediately from project. 1.10 TEMPORARY REPAIRS The Owner reserves the right to make temporary repairs as necessary to keep the irrigation system in operating condition. The exercise of this right shall not relieve the Contractor of his responsibilities under the terms of the guarantee as herein specified. 1.11 MAINTENANCE Provide maintenance as per"Landscape Maintenance" 143 328400- 17 Vinewood Park Section 328400 February 2019 Planting Irrigation 1.12 CLEAN-UP Clean up shall be made as each portion of work progresses. Refuse and excess dirt shall be removed from site. All walks and paving shall be broomed or washed down, and any damage sustained to the work of others shall be repaired to original conditions acceptable to the Owner. 1.13 INSPECTION SCHEDULE A. The Contractor shall be responsible for notifying the Landscape Architect in advance for the following observations according to the time indicated: 1. Staking points of connection, location of irrigation main lines,remote control valves—two (2)working days 2. Open trench observation-two(2)working days 3. Coverage test(after finish grade approval and prior to planting) -two(2)working days 4. Substantial Completion-two(2)working days 5. Final Acceptance -two (2)working days B. No site visits shall commence without all items noted in previous Observation Reports, either completed or remedied,unless such compliance has been waived. Failure to accomplish punch list tasks or prepare adequately for desired observations shall make the Contractor responsible for reimbursing the Landscape Architect at his current billing rates per hour,plus transportation costs. C. Normal progress observations shall be requested by the Contractor from the Landscape Architect as per specifications. D. No final observation shall commence without Record Drawings. In the event the Contractor calls for an observation without Record Drawings,without completing previously noted corrections or without preparing the system for observations,he shall be responsible for reimbursing the Owner or Landscape Architect at the hourly rate in effect at the time of the observation(plus transportation costs)for the inconvenience. No further observations will be scheduled until this charge has been paid. END OF SECTION 328400 144 328400- 18 Vinewood Park Section 329000 February 2019 Planting SECTION 329000 -PLANTING PARTI- GENERAL 1.01 CONDITIONS A. The general provisions of the Contract, including General and Supplementary Conditions and General Requirements (if any) apply to the work specified in this Section. 1.02 SCOPE OF WORK A. Furnish alllabor, material, equipment, and services necessary to provide all landscape work, complete in place, as indicated on Drawings and specified herein. Work specified in this Section,but is not limited to the following: 1. Soil preparation 2. Decomposed Granite Pathways 3. Landscape Fabric 4. Planting 5. Fertilizer 6. Tree Staking 5. Hydroseeding 6. Sodding 7. Clean-up B. Related Work Specified in Other Sections 2. SECTION 32 8400 —PLANTING IRRIGATION 3. SECTION 32 0190 —OPERATIONS AND MAINTENANCE OF PLANTING 1.03 QUALITY ASSURANCE A. Source Quality Control 1. Submit documentation to the City Representative at least sixty(60)days prior to start of planting that all plant material has been ordered. Arrange procedure for observation of plant material with the City at time of submission. 2. Plants shall be subject to observation and approval of the City Representative upon delivery for conformity to specifications. Such approval shall not impair the right of observation and rejection during progress of the work. 145 329000- 1 Vinewood Park Section 329000 February 2019 Planting 1.04 PRODUCT DELIVERY, STORAGE,AND HANDLING A. Delivery 1. The Contractor,upon request by the City, shall provide receipts, delivery tickets, load tickets, etc. of all items delivered to the job site to verify products and total quantities. 2. Deliver fertilizer to site in original unopened containers bearing manufacturer's guaranteed chemical analysis, name trademark, and conformance to State Law. 3. Deliver plants with legible identification labels. a. Label trees, evergreens, bundles of containers of like shrubs, or ground cover plants. b. State correct plant name and size indicated on plant list. c. Use durable waterproof labels with water-resistant ink which will remain legible for at least sixty(60) days. 7. Protect plant material during delivery to prevent damage to root ball or desiccation of leaves. 8. The Contractor shall notify the City Representative forty-eight(48)hours in advance of delivery of all plant materials for observation either at the site or at the local nursery. B. Storage 1. Store plant material in shade and protect from weather. 2. Maintain and protect plant material. Contractor shall be responsible for replacement of material due to theft or vandalism. C. Handling 1. Do not drop plant materials. 2. Do not pick up container plant material by stems or trunks. 1.05 JOB CONDITIONS A. Planting: Perform actual planting only when weather and soil conditions are suitable in accordance with locally accepted practice. B. Scheduling: Install trees, shrubs, and ground cover plant material before lawn areas are installed and after irrigation system is operable. C. Protect work and materials from damage due to construction operations by other contractors and trades and by vandalism. Maintain protection during installation and maintenance period. 1.06 SAMPLES AND TESTS A. The City Representative reserves the right to take and analyze samples of materials for conformity to specifications at any time. The Contractor shall furnish samples upon request by City Representative. Rejected materials shall be immediately removed from the site at 146 329000-2 Vinewood Park Section 329000 February 2019 Planting Contractor's expense. Cost of testing of materials not meeting specifications shall be paid by the Contractor. B. Contractor shall submit sample of decomposed granite, garden soil, and landscape fabric to Landscape Architect and City Representative for approval prior to installation. C. Soil analysis for turf and planting areas shall be performed as noted on planting plans. 1.07 GUARANTEE AND REPLACEMENT A. Guarantee: All plant material and other materials installed under the Contract shall be guaranteed against any and all poor, inadequate, or inferior materials and/or workmanship for a period of one (1)year. Any plant found to be dead or not in a satisfactory or healthy condition due to faulty materials, workmanship, or improper maintenance as determined by the City Representative, shall be replaced by the Contractor at his expense. B. Replacement: Any materials found to be dead,missing, or not in a satisfactory or healthy condition during the maintenance period shall be replaced immediately. The City Representative shall be the sole judge as to the condition of material. Material to be replaced within the guarantee period shall be replaced by the Contractor within fifteen(15) days of written notification by the City Representative. All replacement materials and installation shall comply with the Drawings and Specifications. PART 2 -PRODUCTS 2.01 GENERAL All materials shall be of standard, approved, and first-grade quality and shall be in prime condition when installed and accepted. Any commercially processed or packaged material shall be delivered to the site in the original unopened container bearing the manufacturer's guaranteed analysis. The Contractor shall supply the City Representative with a sample of all supplied materials accompanied by analytical data from an approved laboratory source illustrating compliance of bearing the manufacturer's guaranteed analysis. 2.02 PRODUCTS A. Soil Conditioner 1. Gro-Power Plus: Humus (bacteria included based fertilizer and soil conditioner)with soil penetrant shall consist of the following percents by weight: 5 % nitrogen 3 % phosphoric acid 1 % potash 50 % humus 15 % humic acids B. Soil Amendment 1. Nitrogen Stabilized Shavings: 0.56 to 0.84%N based on dry weight for fir bark mulch, treated with relative form of nitrogen(NH3). a. Particle Size: 95% - 100%passing 6.35 mm standard sieve. 147 329000- 3 Vinewood Park Section 329000 February 2019 Planting 80% - 100%passing 2.33 mm standard sieve. b. Salinity: The saturation extract conductivity shall not exceed 3.5 mil/centimeter at 25 degrees (25°) centigrade as determined by saturation extract method. c. Iron Content: Minimum 0.08% dilute acid soluble Fe on dry weight basis. d. Ash: 0 - 6.0% (dry weight). C. Fertilizer 1. Fertilizer: Shall be Gro-Power Plus (bacteria included)with soil penetrant and shall consist of the following percents by weight: 5% nitrogen 3% phosphoric acid 1% potash 50%humus 15%humic acid 2. Fertilizer: Shall consist of the following percents by weight: 6% nitrogen 20% phosphoric acid 20% potash 3. Ammonia Sulfate: Shall consist of the following percents by weight: 21% nitrogen 0% phosphoric acid 0% potash 4. Turf Starter Fertilizer: Shall consist of the following percents by weight: 16% nitrogen 6% phosphoric acid 8% potash 5. Planting Tablets: Slow-release 21 gram tablets as manufactured by Agriform or approved equal, containing the following percent-ages of nutrients by weight: 20 %nitrogen 10 %phosphoric acid 5 %potash 6. Inoculum: Shall be GroLife Mycorrhizal Inoculum/Soil Conditioner. D. hnported Soil 1. Imported soil shall be obtained from a source approved by the Landscape Architect. 2. Imported topsoil shall be of friable sandy-loam texture free of refuse,roots,heavy or stiff clay,rocks, sticks,brush, or other deleterious materials. Topsoil acidity range (pH) shall be between 6.5 to 7.5 containing a minimum of 4% and a maximum of 25% organic matter. Topsoil shall be free of all noxious weeds. Topsoil samples and analysis shall be 148 329000-4 Vinewood Park Section 329000 February 2019 Planting submitted to the Landscape Architect for approval prior to delivery of any soil to the project site. Should the Landscape Architect reject any portion of the delivered soil, for any reason, it shall be removed immediately at no cost to the City. 3. Topsoil, if rejected, shall be amended to meet specifications. Submit amended topsoil analysis to Landscape Architect for verification. E. Plant Material 1. The plant material indicated on the Drawings by the listed names shall conform to "Standard Plant Names", second edition, except for names not covered there in, the established customs of the nursery trade is followed. All plants shall be true to name, above one of each bundle or lot shall be tagged with the name and size of the plant, in accordance with the standards of practice recommended by the American Association of Nurserymen. All plant materials shall meet the specifications of Federal, State, and County laws, requiring observation for plant diseases and insect infestations. Plants shall be symmetrical, typical for variety and species, sound, healthy, vigorous, free from plant diseases, insect pests or other eggs, and shall have healthy, normal root systems, while filling their containers,but not to the point of being root bound. Use only plant materials that are first class representative of the species and cultivars specifies and that conform to all State and local aws governing the sale, transportation and observation of plant materials. Plants shall have straight, single trunks,unless otherwise specified on the plans. Those specified to be multi-trunk shall have at least three(3)main leaders from the base. Any and all plants that have any encircling roots (not root bound)shall have root balls lightly slashed on a minimum of three (3) sides to stop encircling root growth. The height and spread of all plant materials shall be measured with branches in their normal position. Sizes of plants shall be as stated on the plant list, five and fifteen(5 & 15)gallon container stock shall have been grown in that container not less than six (6)months,but shall not have been overgrown in the containers so as to have become root bound. 2. The size of the plants will correspond with that normally expected for species and variety of commercially available nursery stock or as specified in the Special Conditions or Drawings. The minimum acceptable size of all plants,measured before pruning with the branches in normal position, shall conform with the measurements, if any, specified on the Drawings in the list of plants to be furnished. Plants larger in size than specified may be used with the approval of the Landscape Architect,but if the use of larger plants is approved, the ball of earth or spread of roots for each plant will be increased proportionally. Plant material shall conform to the following Specifications for container stock: SHRUBS SIZE TYPE EXAMPLE HEIGHT SPREAD CALIPER 1 Gal. low growing Pitt. tobira- etc. 8-10" 6-8" 1 Gal. tall growing Pitt. eugen. -etc. 10-12" 6-8" 5 Gal. low growing Pitt. tobira- etc. 15-18" 15-18" 5 Gal. tall growing Pitt. eugen. -etc, 24-30" 15-18" 15 Gal. low growing Pitt. tobira- etc. 30-36" 30-36" 15 Gal. tall growing Pitt eugen. - etc. 42-48" 36-42" TREES 149 329000- 5 Vinewood Park Section 329000 February 2019 Planting 5 Gal. slow growing Quercus -etc. 5-6' 12-18" 1/4 - 1/2" 5 Gal. fast growing Euc. -Prunus -etc. 6-7' 12-18" 1/2 - 3/4" 15 Gal. slow growing Quercus -Pyrus - etc. 7-8' 24-30" 3/4 - 1" 15 Gal. fast growing Euc. -Prunus -etc. 8-10' 30-36" 1- 1 1/4" 24" Box slow growing Quercus -Pyrus - etc. 8-10' 3-4' 1 1/2-1 3/4" 24" Box fast growing Euc. -Prunus -etc. 10-12' 4-5' 1 3/4-2 1/2 30" Box slow growing Quercus -Pyrus - etc. 12-14' 6-7' 2 1/2 -3" 30" Box fast growing Euc. -Prunus -etc. 12-14' 6-7' 2 1/2 -3" 36" Box slow growing Quercus -Pyrus - etc. 14-16' 8-10' 2 1/2 - 3" 36" Box fast growing Euc. -Prunus -etc. 14-16' 8-10' 2 1/2 - 3" 36" Box fast growing Euc.- Prunus - etc. 14-16' 8-10' 2 1/2 -3" 3. All plants not conforming to the requirements herein specified, shall be considered defective and such plants, whether in place or not, shall be marked as rejected and immediately removed from the site of the work and replaced with new plants at the Contractor's expense. The plants shall be of the species, variety, size, and condition specified herein or as shown on the Drawings. Under no conditions will there be any substitution of plants or sizes listed on the plans, except with the expressed written approval of the City Representative. 4. At no time shall trees or plant materials be pruned, trimmed, or topped prior to delivery and any alteration of their shape shall be conducted only with the approval and when in the presence of the City Representative and/or as noted on the Planting Specifications. 5. Nursery Grown and Collected Stock a. Plant materials shall conform with the best edition of ANSI Z60.1-1990 American Standard for Nursery Stock. b. Grown under climatic conditions similar to those in locality of project. c. Container-grown stock in vigorous,healthy condition, not root bound or with root system hardened off. d. Use only linear stock plant material which is well established in removable containers or formed homogeneous soil sections. 6. Ground Cover: Ground cover plants shall be grown in flats,peat pots, or taken as cuttings, as indicated on the plans. Flat grown plants (rooted cuttings) shall remain in those flats until transplanting. The flat's soil shall contain sufficient moisture so that it will not fall apart when lifting the plants. If plants from peat pots are used, the pots shall be protected at all times prior to planting to prevent unnecessary drying of the rootball. F. Tree Staking Material 1. Stakes for Tree Support a. Wood Tree Stakes: Lodge pole pine stakes full-length treated with copper naphthenate. Minimum nominal size: two inches in diameter x eight feet(2"x 8')long and pointed at one (1) end(adjust length to fit tree). Stakes shall be free from knots, checks, splits, or disfigurements. 2. Ties 150 329000- 6 Vinewood Park Section 329000 February 2019 Planting a. 24" length cinch tie as manufactured by V.LT. Company 1-714-871-2309 or approved equal. 3. Duckbill Total System tree anchor kit with white vinyl coated cable by Foresight Products, Inc., 1-800-325-5360. a. Safety sleeve one-half(1/2)inch black polyethylene tubing. G. Mulch 1. Mulch shall be walk-on fir bark mulch as manufactured by Lassen Forest Products, Red Bluff CA., 1-800-621-8557 or approved equal. 2. The mulch shall consist of fir bark mulch with a particle range of three-quarter to one and one-half(3/4 -1 1/2)inch in diameter. Shredded redwood bark("gorilla hair")is not acceptable. H. Sod 1. Sod varieties shall be as specified on Drawings. Sod shall be healthy, weed free, and obtained from a certified sod growing nursery or farm. 2. All sod shall be cut within twenty-four(24)hours prior to installation. 3. Sod shall not have netting material. I. Hydro-Seed Mix 1. Seed mix shall be as specified on the Drawings. 2. Seed shall be weed free, fresh,re-cleaned, Grade A, new crop, consisting of the percentages of mix as specified. Seed shall be labeled in accordance with the U.S. Department of Agriculture Rules and Regulations under the Federal Seed Act presently in effect. 3. Seed shall be provided from and mixed by a certified dealer. Seed mixture shall be labeled with manufacturer's guaranteed analysis, germination rate, and purity rate. J. Wood Cellulose Fiber Mulch(Hydromulching) 1. Mulch shall be especially prepared wood cellulose fibers with no growth or gemination inhibiting factors, and dyed green to facilitate visual metering during application. Mulch shall be equal to Silva-Fiber as manufactured by Weyerhauser Company, Tacoma, Washington. Wood cellulose fiber shall have additional characteristics of dispersing rapidly in water to form a homo-generous slurry and remain in such state when agitated in the hydraulic mulching unit. 2. When applied, the wood cellulose fiber must form an absorptive mat but not a plant inhibiting membrane, which will allow moisture to percolate into the underlying soil. The wood cellulose fiber mulch shall be supplied compressed in packages containing fifty(50) 151 329000- 7 Vinewood Park Section 329000 February 2019 Planting pounds of material having an equilibrium air dry moisture content at time of manufacture of 12%plus or minus 2. K. Binders 1. "AM-TAC" (AZ-TAC Products, Inc.)tackifier to bind fiber mulch to prevent erosion. L. Fungicide 1. "Subdue" (Cibiba-Geigy) or approved equal. 2. Sod Planting—Fungicide labeled for fungi known to effect turf grass in Northern Central Valley or Northern California. M. Pre-emergent 1. Pre-emergent, as approved by the Landscape Architect,prevent annual weed development in hydromulch applications. Do not use in hydromulch mixes incorporating annual wildflower or grass seeds. N. Weed Control 1. Use Enide (Upjohn), Dymid(Elanco Products Co.), Treflan, Eptan, Surflan, or approved equal. O. Root Barrier 1. By Deep Root Corp. model numbers LB-12-2 and LB-18-3 or approved equal. PART 3 -EXECUTION 3.01 OBSERVATION The City Representative to verify that final grades have been established prior to beginning planting operations. The Landscape Architect to observe, shrubs and liner stock plant material for injury, insect infestation, and trees and shrubs for improper pruning. Do not begin planting of trees until deficiencies are corrected or plants replaced. 3.02 LAYOUT OF PLANTING AREAS A. Stake or mark with lime locations for plants and outline of planting beds on ground. Do not begin excavation until plant locations and plant beds are acceptable to the Landscape Architect. The irrigation system shall be operational and approved prior to planting. B. Locations for plants and outlines of areas to be planted shall be marked on the ground by the Contractor before any plant pits are dug. All such locations shall be approved by the Landscape Architect. If an underground construction or utility line is discovered prior to work, other locations for planting may be selected by the Landscape Architect. 3.03 INSTALLATION A. Preparation of planting areas excluding hydroseed areas: 152 329000- 8 Vinewood Park Section 329000 February 2019 Planting 1. After approximate finished grades have been established, soil shall be conditioned and fertilized in the following manner. Soil conditioner shall, at the following rate,be uniformly spread and cultivated thoroughly by means of mechanical tiller into the top six (6)inches of soil. Turf Areas: a. Twenty one (21)pounds of NPK6-20-20 per 1,000 square feet. b. Three (3) cubic yards of nitrogen stabilized shavings per 1,000 square feet. c. One half(0.5)pound zinc sulfate per 1,000 square feet. d. Two (2)pounds ammonium sulfate per 1,000 square feet. All other planters: a. Amend per soil analysis in section 1.06 samples analysis test. 2. All soil areas shall be compacted and settled by application of heavy irrigation to a minimum depth of twelve (12)inches. 3. At time of planting, the top six (6)inches of all areas to be planted shall be free of stones, stumps, or other deleterious matter one(1)inch in diameter or larger, and shall be free from all wire plaster, or similar objects that would be a hindrance to planting and maintenance. All rock larger than 1 inch to be removed by mechanical means, either by sieve for loose rock and by heavy equipment if solid bedrock. B. Final Grades 1. Finished grading shall insure proper drainage of the site. Conform to specification SECTION 3122 00 SITE GRADING. 2. The following areas shall be graded so that the final grades shall be established below adjacent paved areas, sidewalks, valve boxes, clean outs, area drains, curbs, etc. as follows: a. Shrub/ground cover areas: 2-1/2 inches. b. Sod areas: 1-1/2 inches. c. Hydroseed areas: 1/2 inch. 3. Surface drainage shall be away from all building foundations, where applicable. 4. Dispose of excess or soil on site per direction of City Representative. 3.04 PLANT INSTALLATION A. General 1. Actual planting shall be performed during those periods when weather and soil conditions are suitable and in accordance with locally accepted practice, as approved by the City Representative. 2. Only as many plants as can be planted and watered on that same day shall be distributed in a planting area. 153 329000- 9 Vinewood Park Section 329000 February 2019 Planting 3. Container shall be opened and plants shall be removed in such a manner that the ball of earth surrounding the roots is not broken and they shall be planted and watered as herein specified immediately after removal from the containers. Containers shall not be opened prior to placing the plants in the planting area. B. Layout of Major Plantings 1. Locations for plants and outlines of areas to be planted shall be marked on the ground by the Contractor before any plant pits are dug. All such locations shall be approved by the Landscape Architect. If an underground construction or utility line is discovered prior to work, other locations for planting may be selected by the Landscape Architect. C. Planting of Trees and Shrubs 1. Excavation for planting shall include the stripping and stocking of all acceptable topsoil encountered within the areas to be excavated for trenches, tree holes,plant pits, and planting beds. 2. Excess soil generated from the planting holes and not used as backfill or in establishing the final grades shall spread nearby on site or removed offsite as directed by City Representative. 3. Excavating for Planting: a. Shape i. Vertical sides and flat bottom. ii. Plant pits to be square for box material, circular for canned material. iii. Scarify sides and bottom of each pit. b. Size: All trees and shrubs shall have planting pits dug twice the diameter of the root ball. Backfill around the root ball with prepared backfill mix. 4. Protect all areas from excessive compaction when trucking plants or other materials to planting site. 5. Container Removal a. Cut container on two (2) sides with an acceptable can cutter. b. Do not injure the root ball. c. Do not cut cans with spade or ax. d. Carefully remove plants without injury or damage to root ball. e. After removing plant,manually scarify root ball to loosen perimeter roots. 6. Box Removal a. Remove bottom of plant boxes before planting. 154 329000- 10 Vinewood Park Section 329000 February 2019 Planting b. Remove sides of box without damage to root ball after positioning plant and partially backfilling. 7. Center plant in pit. 8. Face plants with fullest growth into prevailing wind. 9. Set plant plumb and hold rigidly in position until soil has been tamped firmly around ball roots. 10. Remainder of planting pit shall be backfilled with: a. Amended soil per Soil Analysis and Drawing Detail. b. Grow Power-Plus per rate of manufacture's recommendations. c. Specified type and quantity of planting tablets. 11. All plants which settle shall be raised to the correct level. After the plant has been placed, additional backfill shall be added to the hole to cover approximately one-half(1/2)of the height of the root ball. Water shall be added to the top of the partly filled hole to thoroughly saturate the root ball and adjacent soil. 12. After the water has completely drained,planting tablets shall be placed adjacent to but not in contact with root ball: a. One(1)tablet per 1-gallon container. b. Two (2)tablets per 5-gallon container. c. Three (3)tablets per 15-gallon container. d. Four(4)tablets per 24"box. e. Five (5)tablets per 30"box. £ Six(6)tablets per 36"box. g. Seven(7)tablets per 42"box. h. Eight(8)tablets per 48"box and larger box sizes. 13. The remainder of the hole shall be backfilled. 14. After backfilling an earthen basin shall be constructed around each plant. Each basin shall be of a depth sufficient to hold at least two (2)inches of water. Basin shall be of a size suitable for the individual plant. In no case shall the basin for fifteen(15)gallon plant be less than four(4)feet in diameter; a five (5)gallon plant less than three(3)feet in diameter. The basins shall be constructed of amended backfill materials, and shall not be constructed for trees in turf areas. Edge of planter to be 2-1/2"below finish grade to allow for bark and prevent spilling onto sidewalk and existing parking lot. 15. Pruning: Pruning shall be limited to the minimum necessary to remove injured twigs and branches and to compensate for loss of roots during transplanting,but never to exceed one-third(1/3) of the branching structure. Upon approval of the City,pruning may be done before delivery of plant,but not before plants have been observed and approved. Cuts over three-quarter(3/4)inch in diameter shall be painted with tree wound paint. Prune as per specifications SECTION 02970 -LANDSCAPE MAINTENANCE. 16. Staking and Guying. a. Staking of all trees shall conform to tree staking and tree guying details. 155 329000- 11 Vinewood Park Section 329000 February 2019 Planting b. Flagging: All guys are to be flagged 90% of the wire length and shall be covered with black polyethylene one-half(1/2)inch diameter tube. c. One(1)tree of each size shall be staked and approved by the City prior to continued staking. D. Planting of Ground Cover 1. Ground cover shall be planted in straight rows and evenly spaced,unless otherwise noted, and at intervals called out in the Drawings. Triangular spacing shall be used unless otherwise noted on the Drawing. 2. Each rooted plant shall be planted with its proportionate amount of flat soil or in a peat pot in a manner that will insure minimum disturbance of the root system,but in no case shall this depth be less than two (2)nodes. To avoid drying out,planting shall be immediately irrigated after planting until the entire area is soaked to the full depth of each hole, unless otherwise noted on the Drawing. 3. Care shall be exercised at all times to protect the plants after planting. Any damage to plants by trampling or other operations of this Contract shall be repaired immediately. E. Sod Planting 1. Soil Preparation: As per paragraph 3.03 A. 2. Grading and Rolling: Carefully smooth all surfaces to be sodded. Roll area to expose soil depressions or surface irregularities. Regrade as required. 3. Fertilizing: Spread turf fertilizer(16-6-8) onto the soil evenly at the rate of four(4) pounds per 1,000 square feet of lawn area. 4. Laying sod: Lay first strip of sod along a straight line (use a string in irregular areas). Butt joints tightly,but do not overlap edges. Gaps in sod will not be acceptable. On second strip, stagger joints. Use a sharp knife to cut sod to fit curves, edges and irrigation heads. 5. Watering: Do not lay whole lawn before watering. When a conveniently large area has been sodded, water lightly to prevent drying. Continue to lay sod and to water until installation is complete. 6. Rolling sod: After laying all sod, roll ightly to eliminate irregularities and to form good contact between sod and soil. Avoid a very heavy roller or excessive initial watering which may cause roller marks. 7. Irrigation: Water thoroughly the completed lawn surface. Soil should be moistened at least eight(8)inches deep. Repeat irrigation at regular intervals to keep sod moist at all times until rooted. After sod is established, decrease frequency and increase amount of water per application as necessary. 8. Replacement: Replace all dead or dying sod with equal material as directed by the City. F. Weed Control 156 329000- 12 Vinewood Park Section 329000 February 2019 Planting 1. Apply weed control to all non-turf areas after completion of all planting and one (1) complete watering(to "set"plants). 2. Apply as per manufacturer's specifications. H. Fungicide 1. Apply fungicide to all turf following installation. 2. Apply as per manufacturer's specifications. 3. After initial application apply at two-week intervals as required to prevent fungus until end of maintenance period. J. Hardpan Conditions 1. Where hardpan exists, whether it is in the form of caliche or other impervious clay, and it is within the top two-and-one-half feet(2-1/2') of soil,use powered equipment to break through completely at each plant location to allow drainage and root growth. Remove hardpan at least one-and-one-half feet(1-1/2')greater than the rootball diameter of plant. Backfill with soil mix as specified. 2. Where hardpan is within the first twelve (12)inches of soil, it shall be completely penetrated for all trees and shrubs. 3.05 OBSERVATION SCHEDULE A. The Contractor shall be responsible for notifying the City Representative in advance for the following observations according to the time indicated: 1. Pre-construction conference- 7 days. 2. Rough grade review-48 hours. 3. Irrigation equipment and mow curb layout. —48 hours. 4. Controller and backflow preventer installation review—Not for this project. 5. Irrigation pressure line and lateral ine installation and testing-48 hours. 6. Irrigation coverage test-48 hours. 7. Finish grade review-48 hours. 8. Plant material review-48 hours. 9. Plant layout review-48 hours. 10. Soil preparation,plant layout, and planting operations. One (1)tree with each type of specified shall be approved prior to planting of trees -48 hours. 11. End of landscape installation-48 hours. 157 329000- 13 Vinewood Park Section 329000 February 2019 Planting 12. End of landscape maintenance/Final Acceptance -48 hours. B. No site visits shall commence without all items noted in previous Observation Reports either completed or remedied, unless such compliance has been waived. Failure to accomplish punch list tasks or prepare adequately for desired observations shall make the Contractor responsible for reimbursing the City at current billing rates per hour,plus transportation costs. 3.06 CLEAN UP After all planting operations have been completed;remove all trash, excess soil, empty plant containers, or rubbish from the property. All scars, ruts, or other marks in the ground caused by this work shall be repaired and the ground left in a neat and orderly condition throughout the site. The Contractor shall pick-up all trash resulting from this work no less frequently than each Friday before leaving the site, once a week, and/or the last working day of each week. All trash shall be removed completely from the site. The Contractor shall eave the site area broom-clean and shall wash down all paved areas within the Contract area, leaving the premises in a clean condition acceptable to the City Representative. 3.07 LANDSCAPE MAINTENANCE Provide Landscape Maintenance as per SECTION 32 0190—OPERATIONS AND MAINTENANCE OF PLANTING. END OF SECTION 329000 158 329000- 14 ( LU LL . . . . O ( \\/ \ o , ? ` 11 A< a \ , % S@ƒ$ ; \ °~ Lz \ tz ® _ \\\\\ \ \ _ { ; ; z ---- > _ , } 3 \ ) \ z U) )/ - L L)\}} zzz ��� }}( LU El / : \6\:S } _\ 333 0 LL 0 ( (jj\\ )\\ \\ \\\ 0 z ( :\ \\\ . . . . . . . . - co U r \ z 9 U) U) O LU co § ) U L \ ( u W Lo E d\: \ » \ � C/) < / /\} ƒ \ p,v 0u . LU m ~ O w § y` / \ 2W , 0 0 5 zCD / /) § r o _ u w:; , ƒ \ > Q:> j § y LL c ) j / ui ^ LU § ) n § 7 © ..\ < ) �| ƒ ° / j / U _ \ < U) r) 2 Q � LL, z _ z (E\}, / z d0: o 9 2 2§ Z � . . \ //) \ \ y 2 \ /G«§\ \ ƒ § . ©» § BLL f !o /LU \ . LU ! a LU a }y } W 2 0 ;:a o 0 9 d LU�IIN ah o i; d" y as w z� �Ipim 3Pv �S 6 D< 00Z �k IIII O�0 o O ODa> w0< m da z w za a Fwo F oaz o F J 00 °« ti o U o 0 rme o e 22 O O 'ozo f�z°oz p, oG `o _ °sa �2 oi'< ?°ice w > z p ocmoiowm� z(oN V - oho a;o - 3z - - pC oosp<-o z�r p o3 - io 0 o w ��� °���:.� p o 0 oama oh � 2 a 00 o0 0 3 3 w p w _ n � e H a � m o• _ � 0�0 Z - n � e H a 4 4 U o Q W aao�mn Z 3 sa O H o m.p IIII o o U o z op a' zp wn ii £o VIII < VIII Q s.p � O Hill o \\\ rl IN dog �o i A n e V r s =o � 1 O o ab l 4y rc �GY� K III " , AVe6� n2 l( \III I A Y y X03 IIII < o \III oo pJ aao 0 \\I o G. Y ev m o J r »a' 1 O O ri � v r q,l r S �r eJ✓ I` `S U) Z Q ZJ o OZd _ OOw ��� � a p� / o O OD > mow10 °� a z w zQ a wooaz �E mu o Q o rme d e ,o ry � m 0 o � o � 0 0 z g � z ,� o 0 go 006 0 o p a p � o �< 0 z o � o n a V p �w ° Z x x p 0 w � fp °� za p " w w s= 0 J z o 0 n \ o f 0 0 \\ W Ll p o o 0 o <o 411 0 �z z zo Qo 0 o6. I ✓ % �o � f 3 � g 0 O U i 0 lo a Z o ✓ o x as y ° m odo oo=op 3� os o W Volo w b f O os010 0,0 o..5:aoo3a qu osoap o ag��z n11 W Twp aaoz� rya '� Naap a z ap o �f o w 3°ma°,dao ° ?Sa a, iQo p z ;zoomw m`p'h„a ai £ aQo o h N mp�o mz i�a np� wap n�u a3 Qo?6z�o m� zza�`;�pia ��oaoz. lowz z6p wxz apm,.� ,5� 0 � zim a`<� hoz op w ��� RN M2 � oma`” qua ado:azpp� �� of d I Y i4 Q OOT2�- :IP b ` II1 3 aas o30 o� 55 BEES UHwaWw� xoza.w.< o,zpa zmJaoopN�� os 3xm p z a z°oa`omNm�pd"zx p °oW 0o6z 0 02 5p o3 60 x�amzf50�m4a.� mxpma p.� '- �a o oo„" V� z I x¢ omofppzzxoroa�x ow �ao.p3°mxa°p ,J) <w cy Lu LL 0 0 ol -0 Qa 6 0 i��3: 8 0 z Q- z of Lu g J o0 - T > o 0 0 0 �o o o 0 'o 0, o o 0 E '0 -0. 0 £ 0 10 ol H 2 -2 0 �o o 0 0-0, , -0 6 < -0 o o- 0 0 -0 0� �3 8 -- 10 6 '02 , 0- o "o 0 0 o 10 z 0 0 0 os 8- � ol o- 2R E 2 2 E 2 z o O 0 0 t7'Ll an aNll HDIVW ._ :— Wim;— — .___ - - - - - - - - — — — ut o o-o o o 14?%NE S a as as as ................... Y , ❑V Y 2 Z Z0 LU LL w �I I� A< o p Ooa> Qg E 00 N a V a zz a F �a a ox o a £ o J o0 so - - oo So Sz o 3 kol 3 N k: -z 3 - 3 k: - m £ 0p 2 o 0,- -,o �� S _ _ _ 0w0lo s Qo° s 3 w w a w o o 10 Qo 0 0 oQ _ 3p oa o L1J 8a £ - os sa D LL LL .. ` LL 3 'op; - N - Z i3 Q w _LL n e o H O A { w� { r oaa l �3 I a a 4 I K/ a xv 0222 41 _ a 04 ao I a ow a 3oau !J IYA n a —£'� e � e ll 33S 3NIl H�1VW LU (.)z LL 0 J) LU Of A< oo<> 04 z 0 U) �oLs a 3: Lu z Of -03 0 0� ggi� 2 0 30 O 1 11]IS INII 110-LVIl 7 - ................... �w z Z LU LL 0 J) LU Of A< o o<> U) �oLs a z z V LU Of 0- 0 2 g i 0 0 00 0-. 'o 6 00- 0 0� h 0 0 o -0 0 0 --o 0 Ho 0 0 030 -o o ol o o o Z ol o 0 o o o E ol M mm_o o o o 2 -lo o 30 H O ry 4/1 h&, SA - 4 -,777-7 0 Z�]IS 1W HOiVA ................... z <w z 0 LL LU pQIP 0 J)<> o �i z 0 oa 3: Lu :J z z It -------- An- �v PE t,4 LL 03 O og O O a3 - ............... 77 0- 0 -0-0 0 0- 0 -0 02 -0 -2 -0� 00� o0 - 0 0, .02 .0 0 SSS o- 0 uo 8888 e S E) 8 00 0 0 0 ml Z oo :5 0 t2 2 ............ ................... Y " � y pM,H��mm Gy r' a h�o a w o��w z g j M 00avPo a o ooao wga LU Of =a o �xrme fo J 0 01 a �r : : a � 4 0 a a : z � a Z # t. w o Z �O 0 a p 0 x., 3 a y i \ i � � w : r w� �A "j) <LU (D z LUQ fn z Y Inl2 p(j)LU 0 J) LU of LL M-1 00 0 0 (Yi 3:Z < �oa z V Lu LU mo 61. g N2 0 00 G &00 0 J 'ba ODDSpoLL 2, A .2 ze o i of " a� i Mu 0 o �M � Soso a3 0 C)C)o ................... Q WZ z seg ( < ... . . . . . . .IIP Lli 0 �2 D C) (<),W LL 0 U) > �oa r 0 0 C)< LD 0 mum Lli Lu 0 o ° m a e m 2 "o o 0 E, -t H o N E ot -0 .po P-.,0 off" 3 t- pso 0 ow 2 'p - - 0'0 'M2 0 o-, 'o 0 -00 �2 -0 'o =0 0 -0 .0 0' oo `0 1 0 --o 0� - M 0 H- o - -0 22 -M �a '0� 0 t o 00 OE�6� 6 2 M2 t R 2 'o 't -'H -,Og '06 oto -4 --o 12 Wo -o E 0 0 t 2 ��t-0— o u ot� 1 6 t 0 0 0, 0 o - t , I Ro, 0 R'L = 1 u--6 ,I NO W 0 t 0 't— Ot 0 2-02NF .0 2 0= 0 .0 2 o 0� 00 6 0 0 ot 0 ot 7u Et Es,- OR�o 0 10, --_ o.€< t= tt o to o t 01= 0� 2o 0 0 oo �6�t6r M 6 0 0 6tt tF, o t t t M t 5 Et, it, t > t u HN 9 o 0 2 u F -ot t,-t� �t o t 2 0 0. = 9— geo I , o 0 0 "0 0 t In ol o t ol ol, 0 o 0 2 � o -0 06, z z o 0 0 F2 0 0 0 0 0 -pt 6 6 6 Lj < O.00 �o 0 Lago w o= 0 -.2 yFOCw7 wo 5�- 2t, u6' 0�2 -000 - '00 08 -0 ot 0�- 000�' mv n 0 N, 0 -'t=o -Ho p�' n��E 0 nqo 0 0 -�E 'o -io— OM- 0 >� no=,� —ou 0 0 -P2 EomU POF :N0 0 0 o —`pNw tg2itw N 2 "2 gUilog-=uoR=oR€ 5t- < z 0033o 'TR 0 M. -P. e= 8� �dum -ot- W ��-o o TH M=OH� - ==­ u=00�2t�=O=, . �No=o�,§=Mt��! NHS�;- -'0'0 UH �Fj.�E 2— . H02 , OE 04 z —4t2 63�2 R�ytO2€W�p -0- 0- t>o o �0—�F ��40 O�g- z po 'o 0 8 0 6 0 0 t 0 o F �e2E R 2ntooq po `-�E Hn U -0 e-,-- 6 0 Od 0 E= 4 o O� —04 E0 M P= R _0 on N 0, oo� �o Hot g�P 0 0 2�O M z 3 0 0 wz- 22�0= 0 .0 HP 0 0 030�- 0 0 o VV�ll 33S zlNn HOiVN A( o o .................. <LIJ Z z < ... . . . . . . . Lij o D 02! LL pUrL Lij 0 0 U)a Lij o� 0 2 2 0 I IF oda of H "o FrN o 0 � o ,o 0 '05"OF! -00 -,o E 0 0 0- -0 22 -0 'o -0 E�t� W3o UR H. 0 0 'o 0 0 0 0 �4 -- 1 i-,o'o 0 0 HOOOM a� wO I ON -62 --23 -,H 06 '0�= 0,0 'OE�6� 0 4ou Ht Huo oE '4 't 2 80=1 7 3 0 0 - , 0 - I I I -Q,- 06 0 u 0 o pnt �go- — 8 3M M 62 FM 2,0 0 .0 i �U� 2t 0 —E3,20 . 0 2 o 0 o z6wO oo! 0 0 0 §0, 0 N� 0 0 2 '0 o t=0 -0� �-Oon 7ON M, 0, o O=Eg 10- 0 0 0 o 6 16 00, , t 0 0 -�o 0—, E ffl U0 - =t ol �5t 0 .0 6 E - t=0 �L 0 'o o=, �E-,g 3. o� = -�t o -t�2 o 0 0-Ut i . o Ot 0 t o te p 'o WE U Po E ot td � = o o'o 'o u �o, o t ot u 6I �I Lj o o.00 o L o Eo=� oot Wo _o 2t, U6, Po�2 2 -,E -000 M €o GwQ t ou -No Eot2 o t o 000N, oo��p Hu Gpw -�o o!g- NU oVoM 6 �2iooPMH Uou 2 eEo o— oz o �o— o o=g-- 22 — H��g 2 -- �et M R 2�o�m F, g!-=o —��2 at%o=t�;�4e ,a°€ M<tr ot t Im o� o �-2, o; o u z Mpgu 'o E gz o o� -u 2 W-,o!8,oN EDE tu= p o < HNNoo�4ogH Pvgo�'=og g �E P IPI 'o o--o toF2 �Mvo-o 1�1=,R' �M 2 6 2t �214 ls� g --o o o -o t o o gF= M M o—, o o 0 F E-ot 'o,�6-o t�;,g �Ho �o o o t E =o lo tF, uoo oE= 3'= EF oF o oop pett. o� 'o 'o o o go o oEu o t6-62 o P, , , o 2�Eo oe� 0 oo - mw=o H— �E5 M Mup o o t 2 uo �od too= '6g g H oW �jtq Mt M2 , o <SA �H on o HM pgt� 8-� tFt E�e HO Wt t o E o 3 _o o - .o o �t o u€Ed o --------------------------- i "Y - - — - - - i- - - - - - - - -= - -,- 0 4�33S zlNn HOiVN I,,,," \ \,w —11"I'll,,,--,'-,—, <LIJ Z Lj y D 0< C) u ILL 0 < 0 0 U) 1 11 1 0 0 Z 0 u rw Lij 10 u 2- 2 2 ko ,.o 0-- 0 dt 0 0 2 0 006 0 0 G G(D LLI a t.w00000090 E)1)c�)' z H. t KM-111- IM IIII III III III III III III 111111 III I, III x Wu) 0 G ID 0 D E) o G IEH H Z 1—la LLI LLI m 0 z a- LLI z ........... 7a c0a Na a- LLI 3 p a jt4eF ­­2 W WLLil _91 M E - -33 Wa- LLI M E) (D . > Oeo a a a c) oo o a- Q 0 oc) Q a G)G 0 m 00 N 000- 0 On, z a- < LH z LL, LLI ED z z LLI 0 z LLI LLI 0 n26 LLI LL Z G, Q Wm 0 E) E)0 0 0 N62 -9— X ma ha n 25., n4t� LLI ?3 090 '03 'o 22 Z 0 talo /x �x 00 00© 0 o o 0 c) LLI 2 Lu u) nt LLj > 2 2 z r a- n6 0 G 080000000 0 u) 411 0 5n u) H �2 a- a- oe 0 G)E)(D 0 Roz 2, Mo n. N- g �q oz -0 Uzo uo o LLI n 2 �H LLI M 0 0 Z ifflmfflmfflmfflmlHml iggLugumtUmi n HE� - d ifflmfflmfflmfflmlHml o e 0 0 E) G 0 a LL Q) u) -.2 ell, H', 1 ifflmfflmfflmfflmlHml H LL, LLI 0 �q MH > n. z Ul zn R'0 �.�0. iiiiii I -111"III gm,Im,Im, p ILL, u T� E) u) Im ll iiiiiiii, III Jmom, n H M!, LL, u) Hp Wn H [L a- o 0 o G) E)o E) E) 00 kl�V .....a.....n............................. Agenda Item No.: 13b MEETING DATE/TIME: l/20/2019 0/0 PEAK ITEM NO: � AGENDA SUMMARY REPORT SUBJECT:Approve an Electric Vehicle Charger Rebate Program, Funded by Low Carbon Fuel Standard Credit Proceeds, Approve the Establishment of a Low Carbon Fuel Standard Reserve Account, Establish an Electric Cap-and-Trade Account Loan, and Authorize the City Manager to Execute Necessary Documents Including Registration of the Electric Department for the Low Carbon Fuel Standard Program Through Air Resources Board. DEPARTMENT: Electric Utility PREPARED BY: Oiann_Luoohatt|__________________________ ATTACHMENTS: Attachment EVCharger Rebate Summary: City Council will consider approving an Electric Vehicle Charger Rebate Program, funded by Low Carbon Fuel Standard (LCFS) credit proceeds, and approve the establishment of a Low Carbon Fuel Standard Reserve /LCFS\ account. Background: The electric vehicle /E\0 and the plug-in electric hybrid vehicle /PHE\0 markets are growing rapidly across the nation and particularly in California. Improvements in battery technology and decreases in battery costs are leading to an increase in the number of electric vehicle models offered, from about 25 EV and PHEVmode|o today to manufacturer announcements of more than 70 models in development. RECOMMENDED ACTION: Approve an Electric Vehicle Charger Rebate Program, funded by |ovv carbon fuel standard credit proceeds, approve the establishment of a Low Carbon Fuel Standard (LCFS) reserve account, establish a $30,000 Electric Cap-and-Trade account loan to the LCFS reserve account, and authorize the City Manager to execute necessary documents including registration of the Electric Department for the |ovv carbon fuel standard program through Air Resources Board. BUDGET AMENDMENT REQUIRED: No CURRENT BUDGET AMOUNT: $S34,000; FYI 8/19; 80000000.48101; Electric Cap-and-Trade PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: 80000000.48101; Electric Cap-and Trade PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: Finance Department California has a very high share in total U.S. plug-in sales of 60% in the first ten months of 2018, (Source: Insideevs.com). According to data from Alliance of Automobile Manufacturers-Advanced Vehicle Technology Sales Dashboard, 329,626 EV's have been purchased in California between January 2011 and February 2018. Table 1 (Attachment 1) shows the number of registered EV and Hybrid vehicles in Mendocino County and surrounding counties with the Department of Motor Vehicles (DMV) by fuel type as of January 1, 2018. Considering the growing EV market, the State of California and the electric utility industry are encouraging improving the air quality with the growth of EVs through the development of EV charger rebate programs. Other Municipal Electric Cities including Roseville, Palo Alto, Burbank, Pasadena, Alameda and Shasta Lake have also launched successful EV charger rebate programs. An EV charger supplies electric energy for the charging of EVs and PHEVs. EV chargers can be wall-mounted or on a pedestal. Home EV chargers have one port and workplace chargers typically have two. The three levels of charging are described in table 2 (Attachment 1). EV charger installation costs are site-specific and vary greatly. Some EV owners who charge at home simply plug into a dedicated 120-volt or 240-volt outlet while others can pay up to $1,000 to install a level 2 home charger. The installation cost for a level 2 workplace charger can range from $2,000 to more than $6,000, and a level 3 fast charger can range from $7,000 to more than $30,000. An EV charger may require the installation of a new panel, transformer, concrete pad, and/or trenching. A City of Ukiah building permit is required to install an EV charger. Table 3 (Attachment 1) provides an estimate on level 2 and level 3 EV charger costs. A Department of Energy (DOE) study determined that more than 80 percent of EV charging occurs at home. According to a report from the Los Angeles Department of Water and Power, the installation of workplace chargers will result in increased EV sales and EV charger usage. Nearly 40 percent of respondents to a Center for Sustainable Energy survey said that access to workplace charging was very or extremely important in their decision to acquire an EV. Discussion: Given the growth in the EV market and the need for EV infrastructure in the City, Ukiah has the opportunity to create and utilize LCFS program proceeds to respond to these trends and deliver a better customer experience, increase customer engagement and loyalty, and ensure that Ukiah is able to meet the demands of the growing EV market. As such, Staff has developed a rebate program for residential and commercial (City of Ukiah) customers who purchase EV chargers. Staff is recommending the approval of Ukiah's Electric Vehicle Charger Rebate Program, funded initially through a $30,000 loan from the Electric Cap-and-Trade account (80000000.48101). The loan repayment and the rebate program will be funded through the LCFS program proceeds. Electric Department's program will be limited to available funding and will be evaluated yearly through the budget process. The EV program will encourage EV charging at home and at the workplace by reducing the charger equipment costs for Ukiah residents and local workplaces. This will help meet the increasing demand for EVs and the subsequent need for more EV infrastructure. The objective of the LCFS program, which is administered by the California Air Resources Board (CARB), is to reduce the carbon intensity of transportation fuels in California by 10 percent by 2020. Pursuant to the California Code of Regulations Sec. 95483(e)(1), LCFS program proceeds may only be used to: • Benefit current or future EV customers. 2 2 • Educate the public on the economic, environmental, and societal values of EV adoption (total cost of ownership compared to gasoline-fueled vehicles). • Provide rate options that encourage off-peak charging and minimize grid impacts. The EV charger rebate is intended to reduce the charger equipment cost to the customer, not the installation cost, which varies by specific customer site locations. The customer will own and maintain the EV charger and be responsible for all costs. Table 4 (Attachment 1) lists the proposed Ukiah EV charger rebates. Home Level 2 charger rebates will be added to the existing rebate platform for residential customers. Workplace charger application & rebates will be processed individually by Electric staff. Level 3 fast chargers are not included in Ukiah's EV charger rebate program at this time. Staff will seek to add rebates for Level 3 charges in the near future. Table 5 (Attachment 1) lists the estimated program participants and estimated budget for the program. The estimated number of rebates is based upon trends of EV customers and what other California utilities have experienced. NEXT STEPS: Upon Council approval of the proposed EV Charger Rebate Program, Staff will develop and implement the program. The expected launch date is March 2019 with qualified installations grandfathered from January 1, 2018. To be qualified for a rebate, the applicant must submit proof of purchase and the finalized building permit issued by the City's Building Division that is dated on or after January 1, 2018. Staff will seek approval to add Level 3 charger rebates at a future date. Additionally, staff will register for LCFS program with Air Resources Board. FINANCIAL IMPACT: The EV Charger Rebate Program will be funded and the loan repaid using Ukiah's LCFS program credit sale revenues. A separate fund will be created to account for this program. The Electric Department will work with Finance to set up the appropriate accounting. 3 3 Attachment 1 Table 1 Fuel Type Mendocino Co. Lake Co. Humboldt Co. Sonoma Co. Battery Electric 237 97 342 3,107 Hybrid Gas 2,329 1,217 3,101 18,940 Plug-in Hybrid 414 137 693 3,303 Table 2 Charge Type Voltage Time to fully Application Vehicle charge EV Application Level 1 120 V Up to 22 hours Home Most EVs and PHEVs Level 2 240 V 4 to 8 hours Home, All EVs and PHEVs Workplace, Public Level 3 Fast 480 V 30 minutes Workplace, Public EVs only Charge Table 3 Type Equipment Cost Installation Cost Home Level 2 $600 to$1,200 $500 to$1,000 Workplace/Public Level 2 $6,000 to $7,000 $2,000 to $6,000 or more Workplace/Public Level 3 $12,000-$35,000 $7,000 to $30,000 Table 4 Type Proposed Rebate Rate(per EV Charger) Home Level 2 $500 Workplace and Public Level 2 Single/Duel Hose $3,000/$4,000 Table 5 No. of Home No. of Home-Total Workplace Year Rebates Workplace Rebates Total Rebates Total Budget Rebates FY 18 10 3 $5,000 $9,000 $14,000 FY 19 10 5 $5,000 $20,000 $25,000 4 Agenda Item No.: 13c MEETING DATE/TIME: l/20/2019 0/0 PEAK ITEM NO: � AGENDA SUMMARY REPORT SUBJECT: Report Regarding the City of Ukiah's Electric Vehicle Charging Station Program. DEPARTMENT: Electric Utility PREPARED BY: Oiann_Luoohatt|__________________________ ATTACHMENTS: None Summary: City staff will provide an update onthe electric Vehicle /E\0 charging station program including the Tesla superchargers and the proposed installation of four, Level 2 chargers with provisions for future Level 3 chargers. Background: In 2015, Council authorized Tesla Motors to install eight supercharger stations--at their own expense--in Parking Lot E. located on Clay Street between Oak Street and School Street. The chargers went live in February. 2016 with asteady increase ofuse. Data from Tesla shows the charges are charging an average of eight hundred oane per month, with that number increasing monthly. These chargers have been proven to be well used and has increased the visitors to our downtown-area businesses. On limited basis, Ukiah has provided electric vehicle charging in Parking Lot A, located onOak Street between Stsnd|eyStreet and Perkins Street since 1998. In addidon, several businesses are providing or plan to provide electric vehicle charging stations in Ukiah. The demand for charging stations has risen dramatically in recent years. City Council and the public have shown interest in improving Ukiah'o EV infrastructure and has requested Staff to implement new electric charging stations independent of the Tesla chargers for public use. RECOMMENDED ACTION: Receive report. BUDGET AMENDMENT REQUIRED: No CURRENT BUDGET AMOUNT: $100,000; FY18'19; Electric Capital #80126100.80230.18040 PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: Shannon Riley, Deputy City Manager; Maya Simerson, Project&Grant Administrator Discussion: In an effort to improve EV charger availability within the City of Ukiah, Staff has considered several charger types and manufactures, available locations, code requirements funding sources, impacts of Proposition 26 and investigated the customer benefits through public and privately owned charging stations. Tesla Motors, who provided four level 2 chargers as part of their project, recommended ChargePoint, Inc. as a leading provider of electric vehicle chargers. The ChargePoint website states that"ChargePoint brings electric vehicle (EV) charging to more people and places than ever before with the world's largest and most open EV charging network. We design, build and support all of the technology that powers this network, from charging station hardware to energy management software to a mobile app. Our work transforms transportation and energy use by helping more people choose to drive electric." These chargers will require a fee for use that will be determined by City Staff and based on a rate schedule that will be presented to Council at a subsequent meeting. Those rates can also be adjusted based on demand, turnover, or changing conditions. ChargePoint offers different levels of commercial chargers. Staff is proposing the installation of four Level 2 chargers with site expansion provisions for future level 3 "Quick Chargers". The Level 2 chargers accommodate Tesla and all major commercially available vehicles on the market. Charging time will vary depending on the make and manufacture of the vehicle and the battery condition (level of charge). For the level 2 charger, the average "top-off" time is estimated to be between two to three hours. The Level 3 chargers' "Quick Charge" can provide a full charge in less than one hour, but is not compatible with eighty-seven percent of electric vehicles on the road today. Mendocino and Sonoma counties have installed level 2 ChargePoint Chargers, which serve over 3,500 battery powered vehicles successfully. Ukiah customers' experience will be heightened, with the expanded number of network chargers providing more reliability and available charging locations. Customer feedback using these chargers has been very high, with customer service being rated superior. The proposed chargers will be available for customers twenty-four hours a day, 365 days a year with customer service representative available to assist at all times. The chargers are equipped to notify the Electric Department if they are in need of service. Through ChargePoint, users can also see what chargers are operational in real time. This feature both expedites repairs and contributes to a high rating of customer satisfaction. The cost for purchasing the chargers and installation will be initially funded through a loan from carbon-credit sales proceeds account. The initial cost will be reduced by Tesla's contribution of four level 2 chargers with an estimated value of$2,400. The yearly subscription service will be funded through the Low Carbon Fuel Standard (LCFS) and charging rate revenue. The funding source to repay the loan and for additional EV charger installations would be from the Low Carbon Fuel Standard (LCFS) credit sale proceeds and used to fund faster EV chargers in the future as demand and funding becomes available. Through the driver's cloud account, all financial exchanges will be established and paid, thereby eliminating risk for the City. Additionally, the charger will notify the driver when the car is fully charged. If the driver remains parked at the charger past the two-hour mark, the rate per hour will automatically change to a higher fee. Staff worked to identify a location for four electric vehicle chargers. Initially the intent was to place a set of chargers in two locations. This concept was deemed infeasible when the costs of electrical services and accessibility standards for two locations were calculated. A location was then identified where all four chargers could be installed together. The new location identified is in Parking Lot A (Oak St Lot) immediately adjacent and west of the existing chargers. 2 2 The spaces needed for the new charges can be made available by the following steps: - Relocating the parking enforcement officer's parking space to the small space where the existing charging station is currently located. - Utilizing the second parking enforcement officer's parking space that is currently unassigned. - Removing three metered spots and reusing the meters by replacing failed meters in Parking Lot D. - Relocating the five permitted spots in the location needed for the chargers to the newly available spots in the same parking lot. By taking the above steps no permitted spaces would be revoked or moved to another lot, and five parking spaces would be opened up to accommodate four electric charging stations with one of those stations meeting all accessibility guidelines. Installing, operation and administration of the four chargers and the LCFS program will be handled by the City of Ukiah Electric Utility. The parking and use rates will be presented to Council for discussion and approval in March, 2019. 3 3 THERE ARE NO ATTACHMENTS FOR THIS AGENDA ITEM 4 N 2-13-2017 FEB 13 2017 To: Rick Seanor Sage Sangiocomo cUYOFOKM DEPT.OF PUBLIC woRKS From: Tree Advisory Group Re: Downtown Streetscape Improvement, Phase 1 Please find below the recommendations TAG arrived at from two meetings and a site visit. We request that the recommendations be included in the RFP. We also respectfully ask to be involved in the further planning stages with the selected design firm. TAG recommendations for Phase 1 project area: 1. Preserve current healthy trees and protect during construction. The current tree count is 38 Crepe Myrtle and 15 Chinese Pistache (see sketch). They are planted 22'-26' apart and 8'- 10' from buildings. 2. Add new trees in PLANTING STRIPS in the wider sidewalks. In street blocks with existing trees, interplant new trees with existing trees at least 10' from buildings (see sketch). Once new trees grow up, older ones can be removed if overcrowding should be an issue. 3. Add new trees to street blocks at the N and S end of the project area that are currently without trees. New plantings should be 20' apart, depending on underground utilities. 4. No new street trees are recommended in front of the courthouse, where large Magnolias and other trees need all the space and water available. 5. For all new tree plantings, follow the species selection in the Downtown Zoning Code ( London plane for along sidewalks and Interior Live Oak for bulbouts) except where new sidewalks are more narrow (sections A,B; E in '09 Concept Plan). A columnar species, such as European hornbeam, is recommended . 6. Fit all planting strips with structural soil and cover with permeable material, such as interlocking pavers, between trees. Retrofit the sidewalk area next to a tree with structural soil and pavers to assure tree health of new and existing trees. See attached example photo of a street section in Healdsburg. Q0 N 7. Bulbouts: use large (at least 8'x10') bulbouts with interior live oak at major intersections and focal points (Perkins/State; Plaza; Seminary Dr.); use smaller bulbouts (with low-maintenance plantings) at other intersection's (Smith, Standley, Church, Stephenson, Clay). 8 . Follow LID Guidelines for the City of Santa Rosa, which were adopted by the City of Ukiah, especially the following elements: }permeable paving * structural soil * open curbs at bulbouts (see photos } * LID storm water catch basins at intersectionslbulbouts. Illustrations: 1) Sketch of project area, according to 2009 Concept Plan: "Ukiah Downtown Streetscap Improvement Plan" 2) sketch of interplanting 3) photo of Healdsburg Ave (N): pavers in sidewalk and planting strip 4) photo of Central Ave, Healdsburg: wide paved pedestrian crossings at intersection, bulbout with open curb, storm-water retention plantings 5) photo of Central Ave at Plaza, Healdsburg: open-curb bulbout with storm-water treatment 6) Cloverdale, downtown: London plane, Crepe myrtle interplant, 5'x5' tree grate, pavings between trees, short awnings on buildings (not interfering with trees) 7) Alex Thomas Plaza: existing paving in sidewalk CD (;l1 u , 'la �� 4,��.�., o � 38 uwwn.rv�i l4r t:n. qpo„ �mu�,w,w,w,w,w,w,w,uvq,�imm�u�"w „�.w.�u ulll�.,,,, ,.,�e,,, -...ter. T Af D �y 1 J,....... �i z D 4' s Cum s, M o- LlI (7s 27 —T 00 0 ¢ , N OV\ ��- 47 -TPA r I i V if' u i r ^tl I �I it r 1 I , 1111 r� Icy k� 1 it / f 1 '„M 1 t Ir- 1 1 I i f�� r v �� � ��/ VJ ! I uf������f��✓ �, .,kali //��/!�1� w i II pQi I U 9 r I e �' I M O M � p i ✓ u mumu �m vuo�lrr on"a' // r � u ,r, , rn, �;�irn /� r/�/r " ✓y/ii'i%/ /%%/ir�N r%iirr/!/ a/ir Ir r%� �� /..://i,/�..,>;/i�/i���,��r/rrli;��✓� �/l✓i����J///r%�%.fir✓% /f ���I/, l/"r !�/i�;err,.%�/i%✓/„r/lr/��/,ir�fl//,apr�r, �,�//////f�/� � (��i' ti%/,/, ar �... rrvauJViuNa , v� a y� it/ it ✓i�/�iJa��%'i�r�i r � r y'd//j%��j�i//����/%%r ilii%i/�{r i qil(��I��✓��J tiJO����P� �� � ���„ � , i it��a��(�r����jif���� �� �/ Ill������ ��' j r r�l��f✓w/ //���i ��� ���1/��i� / /r�%�'�r'r��� s t<U��(�>✓ l///r/'Illi Yet✓ f%l �'�l�%�/1��f�I�r11�r��nr� ,���/��!/�!%i I� ? r /� l'if�i r,; ��r ✓r��rri%�ii/��/ �� %f/���/1�����//�l {� � ° rr/r'i'I�ii;/Jjllif!!” ✓i�/i�ii � ri/r f/ rr /,r/ �i/Gi/r/%�> I r � !r l� ✓��� ��4agJ// � ,,� i r /���✓rrJ��''rri�/%�r� I�� � i r. i l�J�J/i;��, � �r/J rc I✓y���/ir ✓r '�� s u co 4 iV ; YN ..........p IIII � r � o Y i ,.. w. „� U/ I y������ IIIIIIIIIII��IIIII'I,IIIV�I��I��dVV�44�VVVV I�I�Ill�fl 'I / �f i i 4 i � N M „�� ��d�,,.�, I �H �. ,,,� .. ,,. � ��.. s ���u������� �� ���� . �, ��' � �, � s� �� ��-�w �W�a�� �, � N� �,� ,o�a� fir± �� ,- �� �� n %wd �� � y � � a u�. �,Q�a ��, �„ �rw��s � ,, '�� p I n u�,� u,y ,r r, �& I I ���i ��, � l, ��� i ���/ � � � / � � . l �, r e g��°'�/%////��i/i��i�iii ii /%����///ilii iii; /i. .. iii / /� „ ,, „ 14 � ,. �i� r/ ,o ///////�//���i i � i, /i� Y � �j� r F i i � 1r i ��i /� /%�, i J ��P H(1 �PYA � / /C � �% �u �vi � mil f� � w^ � �"�� i�, �v c F r o��N i,. ,�rjr wA/ � ASI �V' D �� h� M 1 �� ry .rfi �� ���n - 1 I i ra l�j� '1� i +� ��y�urH a � ,� !� � ii I � I pp �j� !��� Jf+h�6�Y�"!1�� ��l � ivy � ' ' �� � �,o ��, �i � � � � y;6 i�,rr � �'� ��, ��' „ „�,d � r � r �� i i y,. � � 21 1 ��i � �, �j � � 'f' r J ���,1r,1 � '� � i��n i „, rr�� ' r � �� ��} � � �� � ,SI>� ��� �� D � � rNe1%%rfVl'i/r'N!1/�/i/ '� Gni ;� �r d �;�,�� 1 if lRr.�rf��(„e��„/l �j�r � �Il.( r.f�,�lY„„/�� � �(f ;�1�.�%/ I��rl� a �'�j I "","'"� '�lr� ,°t ” I� a���191�1. .f ,,,,,;; ,, /�; ��� .,;; � �'� �” �”�„ �/ � � „f m�✓aro�ie��- J>7��i1/dlli�F,'4��d �.. /,��P Y � 1, � / ,.��' '1�1� 1 � � i �I�'���1 ,.,a / 1 � �+j� ,� �L �i i, � � ��- ,,,, m” ,,, r ,,� ,�, �+ ,�� ��i�� .� ��, „�� f t/ ,, � ,Nl, ril ,,. 7 „u,, ,., I ���, ) � / � � � �a� � � , .r n ,, vo roR / � � �; �, a . � ,, ✓�,�. , � � r � � � �,� � r ,,/� 1 i i�,,, � �.� � ti �. ,��/� �/. ,,,,, � ,� � � 1, �.. � „�. ,..�L „// x � ,I i, ,, ill. ,�/o -.� .l i� I �� J.v' ,,,.1w,, ,', � -,..,,,.,, ,� r ,�.,, //�.,,id� � i�., � J�.,,. � �� /�i .�,, , ,�,�� �� l � ,�,y// // „,� � �, , �,, 1 � r r , i f, �l� / r, �, �, r, �I � � � �, �r� ,,, � �,,,,,. „ � n ,, .,/I lr /�//, �L.,�.r�..l 1 r� /17 1� ,i ., � � iv r.,o,,. ) ,ai., ,- of ,»,...,, ...r.role .,,�. l/,''?� ,,,,�/�� la i iii �/!a„ir�ii�, � � r � ��, i, r �/ �1, ,.,, / r����� i�,. ,� ,/ if�i� ,/,/, /, J/, Y./� v NI ���:, ) ,,. /a , ,,,1, ,l n, �/ ,Irl, e -.:w„-F�!! l ,/rrlf %��.,. !,i a!1� f !i9r//, ,i�� � //, � � r 1 ,� / a, „t„-. �,��, ,gym 1� �%,r', ���, (�/l�/�,� �,/ t/i/� i��/�j �i� 7�� �l , � r�, �, G/ ,,,u�� jai iiN r � o ,��,,���� �� i ,,,, �. ../i ,/ /�i /�-e i- Iri�e �,o O(1 ��, i I ;�/ Ll1 � / /a i, %..,... ..,�, � >;;����II/�, f, ,��;. ,. ,��/ll/t,,,,,, l,<„„yil�„%� i r,d�I ,ly � �i i � �� 1. //�' ,,,. i �r .rad/ //i ll ,. y ,.,,, ,, ,"� n�,ir ������L i �a�� /,�i/i i/ ,,,r / I / � ��; + �1 H.�,I �/ ii i �,,,� U /��yii, hr,a�/)rya ,� � �,3Gi�i;�i�/,+ d ,.� „� 1�ir �//�,:,r,n �� 1 J � �- �, „ �'� ,,,/Ir., a/11L,� ,r., r i�,� ..o i a/;,� >�IIl//���,://d�i�i,,;.,,�; rJ � I� � .I l ,�ti ,t;�H�/l/ly>F„�.,,,,-, �u� �ii��JJ �� � �1�.. -��, ��/t�✓��- f/��� /'/�����11 �,� l� f ,, � �<,U//�%/i��r>ir/�i/ � Fi�'/l�,i�/iii�/;+, �.” � i i���,-,,,,a, .,� n, .fry� ,.l � �r i n �� r q.a �n ',��� iy,� .�i YI. -,�w� ✓1�����1� "�/��� �� i �,I � � � 1” � I� „np” �1/ //d� �%/�/ 6/�/�r/J l� , i I.✓ifs �y/,�Jr ,ale� l/��f 1f�'%j�������'�i° ''N � �� � �� '1� ���.. � � ��7rfy1/ ario i �� o� � iwm!/,Y I , � �p. �` � � 'i 1 � /i�x✓/��i/�a Ali'� ° y Irl�� �Il�ii� ��„ ��� i l � , �i w ; d;c ���i��� � � i � � � � �%�� i i 11 Krli., t'�m�%rf��. � /�i����lJi l�>��rfi����u�i �� '�� ���/ � a ii // /1/„/ ��%� s'(� i y�� "Y �i /,xi/(�j{ aai�a6�M"1���%(I� >( , I f % �. f, �� i I� � ( i>��1�, / ,� iokni Y/�r,ll� b�„� ��I"J„�I"`>�«"".,.W'*a';� � ,�”"✓��I/�U�� �� ��,i/a/� ��u', %�. �� � a��,� �11����J�F,� �,�����err, �Awa �� .. ��� ���� i �j ��... %1��,n i � .Arra/li.� ,ti�u�tl� �lnnnro'n��NM'GN��Imiliuumd��i u���, 6 1,,,,,_,�i ii�,a�,���„���., _ ✓� f�n �l J' // n„4Ji/�n1,,RW✓rrryfn HIY%'11/�;s//J%/ir�i//ir!!%r/ -,'> n ,/Kf„IY7,�O Jr ipil";. i sir,�,.y r� o,i d%rl rr. r 2!r;,,,.,,.w-�n'n'�-mm�mw ,; -, � �/!i,,r�"✓✓ �f%" �� � ” IIIff err//r/%/��j���i/I�l�/i; �ry'� y ,njl(�k1G I/„,;, V u �� r� MrOY,�o � �,9�;r, aIL'rl�' ����,?! i ri r l (duiH4 rf% y�r/'�/rl�r,rrl/���I'/%k,- /lri �✓G/�� D i n V � I�;r 1%r Ilia, � {� M r ;apul, / ,v �`f^ I(✓i/ ry r�/ //p rr/rr r r //� r„ r(f i ',✓�„v � �,Yfl�I/!j'� r �G iYf v I r�.Jf�, r j /;�ru,' �, JIf ,.IH, ^„r.. l�',! y n ✓' dl�'✓/ /! v / Jfr �� / ilr/rf��I ml✓/ r// 1� //ii P� !/,"„,;r%/H rH j,✓,,n$f of v � �/��„�t���i�`�r,Jj�%�/�/���f f rr%���� i�� gArily��N" I r „�,J��� �i�r A, %°I°' i �„N��'r'l N rr,,r rml a<Ir(�r�N(�/ G i�'l '�rr%,rt//� �y������H D /� �v. H/�I /kKj�'V7y) ✓� r%,, f Jiu �r�rIr di ,��� r`). '. � s 4 �, r/ln H / /I r/ // �' ✓ r N!l hdrU ! H�✓Vr;�� rwji/ ✓ly i/ ll/1 i'rfy`a1H I r�i1�/ !-07�p�`!y 11(rr r�% '- r J ✓7�� �� r� V; f A Irr..rya ✓� r ;r/� I , � r (. r/V�rr�i�1rD�r �1���( h�/r r r� r I �/9)�ri re�/Or �ibirr m r � �r�C.. "N �rS��va,1 r / wr l//r�4�i ff?J��//� y r�/ rri �t ai” ✓7 ,( / r li GN � r ✓ rr!r%rr 9� �N f r ' 'l� ! ! yij rr r 'Yi/rel ��„ r�a�Yra� ��JI r � rH'J'"°'iik%�✓�urrf 11��� //ij � M�h(r �, �I II yI„� / Jls�; r %" » H;,H�t� ' 'i r �r / yrr/�Ir r%r�D(r,/ i� �/i// V r�.. fF��ll �✓f✓h� �1re�✓yr arl� tiv du %irY/ 7f �,'rf Y 'i/ If N�/ Irl ��r �t�Ji �i �r6'” � Ujt,z,lir✓ �,'ry, � f✓f�r� I r( 8�1�y� /FlI/ir r f r/! r sr/, /1/ O�i�, ��F/ I�`71rii 7� s�!r✓ u � --✓ ��, , � ,,;�i ql f !��/r �yH "✓ /✓ �,.yr�j r/r'�r� a�fl iy �!�ilyr ,,, , � ,;d,l l,(,P 4rp y,�� �r /i ,r�r � u.. f-fl �d//rJ� r// Y {J� //irY r��yllN��pD/�ffrJd 0 r( J��r (rr ov✓� �, ,I '!g �i r; '-� %✓r;, '�i f"�HI>U)pYrp, / °' �/ i� s !/�r! �/� r I�j/ ✓ V�r'Y f J✓% I�;,, ill, �J r r ,"4� r/ y 7aifrr r/ r r r r%1 � 6 lf///f� /! � µl r ( d'r fJ"✓' ' Ali�°t �„����V��N"1��r�.�l7rd flr, ...�,�,rlv" � «, / I V 1 J rl ,r iV%a,r ;«.. � J✓!H dP ✓ t I r Il/rlf 9/ fl/ HrN � lr Jrr '� / v yd ��Yl lrH yh , �(� 'I �✓l,//;,%I rr i`,rr�r���H� r✓✓�%r°r/i 1 I' �"%o � i li l�' rl r,.:,,% NJ�� d ,f� / � r f m,p�,rls�,�"�yYIA( �i �j '�9 / / ,r✓i r ✓/�,,, t� n i I u i1 f rvP/ �r/d dt,V!l li da'd; Dr r��� � ll� H' i�, �P�llr �3V'tM�J�Ga ry�il !� / / � � ,/"lo ✓ / l 7 � �/ ff r � r r� J r r/rreV��`�'��IH NI,�nJ YV /ir ,// w /�H,pyo f ! ,i I' �✓ Vo J�a I 9 / s l u ar ur %i f✓� i/J� /� r r✓ rj/%� V a !0%/%rl r'i r � i r � d"Y r ark / ✓r�y r/ rer�� ���1�1�I 1drrNr7r r, ri r �U e Isq, � l ! ' K r � ,Y;, r I /'' rHYp f/7F ,'rl'r” �1✓r fd � u� r(f��7✓f / if Ja1 ra �l 1J�rr r..!6 rriJr %/ rrJr���i� 14 r 17! ry '%' 4 �/'err y ylu J"fid//a�lf Pi m'� rri 1Pr � i✓r��'a�f/ . r / Ir rl/ir r� / r P / j r r',�r/ i/Pf�i,✓wi �i'' ''r %�`rr4 )� %/dY/ Ir H I r r'y. t H rr A 4rJ°wN y(rr f„'Iurf�" / %1 /r ,i; ,,: r,�r��t;/ �, ' ✓, ,� p( � � !� art,,,. �,r/r ! � �V I„Jf r✓�,� 'q,fN� � V.,,,,< j1�4,�11. IP 'r �r r� �✓b ilrr< Jr UI '� D / lv, H r/f,// a !f I� „+ r ✓ 0 r/ 9r r IM lrr P aY vll 1 r75 � I !�- r��� I V �N6��/ V/ r o / JIY/ / r , ✓r; 1✓ k � / H ro'� � � ( Nl d J 4� � P f lila°, "'A�a�;rg!', I, r ('/,� IL' V l� �( r ^'MS Y.Dr/ o�':' J �'lP✓ llOJ! iWr IV U,I� d I r✓r V' d'aY r / - r t 'f I ufr / ✓,urVP h/t i 7 r,.f /%� �Vl lip ✓l .nj r t a d���v)���� � N�? r/��� kyr.�Dwd°�„ ,((p N✓�a^, Nor' H �'HIGf r r V ! ✓ 'f ", r, '` r✓!„r r r re r"1'k ' „ ,Ir r;- ib� ,n..yfiy, v� N �V��II'✓�D k;�G,��� Nu1Vr,,. J';�d"�°', �u^^" ',HVeEr„ed,ar, �'..� r /�r/� ✓r r /y �N," p - I � d r h r Jl/ rA fJd'r! "rJ btiylj1: UI"�! r ^uV d H✓,ai ri r i it fr Y rr �Di �Ib� r d r S' {' �r GG i✓� Vt �) °'i: rl r ;%,f i r �ial I .:.HD�� r�'r l�Y rVr H/r�f r✓ ��✓ ! Ali I r V, Kr W t rr rl r l u l �,JIr �. �H i/,/ ��� f y J/� Yrs � �✓ a J �""„�,'r� i OI �� ���Ir� u” HN ,�� y, %. �•� �r,; f�f�f';1,.. ,f '✓' Of,f r it � rri ✓ r( �!r ai�j urr"J � j r >rr r rl'yi P r"u ��+ /'G°i ;r Hjrr rr ✓ � r' � r r w/P��� {iwr� r 'ds't�� rDr}�J11 �� 1 i'I r ✓, r r /! ,r I � r r /0 0 'J rl r'4 un rr�.�o.Mr, I,, /,,,' /� /,,. r/r ��,vi'f% d} I � ,w 4, D ,,r i�, �.rl P <� ✓% ,� 7°I, ;.HP Jl v,�l' ✓ aPVi'.ld�N��, ' VI�r.. ' yrµ✓ � 9. ,, � ,, e r�� ����//,rV ° �;, �' II � r''r r 1`, Jd ✓f;J yr�����1 r I))�q�rll"�� W �,�!(�(sJ A �F�'r�y l�;l r � fR 1i ��r��r� �)w''��f„' � 1 ✓f r y ''` i` m"'t,. � !rti I e�11/,'� �iPlfAd�'I (/'�"N�� Iar«� �Il�Nl��Vl,.u” � II fii I V f �i✓� ��{� �6��', I � '��, tr "I r ��i �^';7�olf rr�' o"rW I J �"� �; - P� w .,� o �' / r !r/ � r � r �yH. a✓Jr �� Pf a,yrl � i h g yit /✓ r ,6v �i 1� � '�jY..N � >✓ is ;% � @ d� �1 lJ r,? Jr,. �� �� � V�II�'r'�G dl e r Y r Mlll lu r ,///�lr � I j"f,�a, r3 �i 'iyv yr �r M� ✓d �� ti r� m�v y ':dlr N ib ��„� °I� t�r�,��',�,�`. Nn I r.��m fle d �� ��"rQ I �I � u V h a r �9�✓ �� �Y �'✓�1 I � r � f. fpr J I f� ✓ I� y � '�ri�/� fr fr Y � � �O ' >� 'r"1�� � �r Gyp I di 7 y r P r >✓ r r w r I VVuuu!l I 6ir"<, l rJ N' ✓ p �' � r v� r V �' ?J � v fi 1 r ✓ AuJr JrY✓!' f �lrr' � W �� � � �r 1 � yr��1, �` 'd � l I)rl � li yr � r`Y is �r✓SI� �Nrk�« Y hrF��a�'/ i y ID J1! �'. . � Y✓. 1�r r � r r' r i rr r iD rkd r ;h� ;'/ VIIH a� �I 9 V 71 I' s � f� ° N 1 II� L�i�II I r ���1�� �✓ u r � y r Y'�^ � /+ i�iu d �u ` y ' I 6l l�II � p'1 I mi i t r 't7Jf I I i�? /✓/ 1 r r ✓ e, I f � IP r p d ' ii WNW,, o r bd r I Vl�y�!✓1� � a � r l� r' IIN" a l! Y N; Ito RAP, co CITY OF UKIAH MEMORANDUM DATE: August 17, 2015 TO: THE RECORD FROM: Rick Seanor,, Deputy Director of Public Works RA— SUBJECT: Technical Memorandum for Traffic RPSTPLE-5049(025) – Downtown Streetscape Phase 1 HSIPL-5049(026) – State Street Road Diet This memorandum provides supplemental information for the traffic flow during construction of the subject projects. The projects involve streetscape and road diet improvements on North State Street from 200 feet north of Henry Street to 200 feet south of Mill Street. Henry Street between School Street and North State Street will be converted from one-way traffic to two-way traffic. Standley Street between School Street and Main Street will be converted from one-way traffic to two-way traffic. Road diet improvements included 200 foot transition striping on State Street north of Henry Street to change from four lanes to two through lanes and a two-way left turn lane. A similar transition, for 200 feet south of Mill Street will transition from two through lanes and a two-way left turn lane to four lanes. Road diet improvements will involve pavement resurfacing on State Street from Henry Street to Mill Street and traffic signal modifications at State Street and Standley Street and at State Street and Perkins Street. Streetscape improvements will involve widening of sidewalk, curb, and gutter, construction of ADA curb ramps, construction of curb bulb-outs at designated intersections, street furnishings, street trees, etc. During construction, partial closure of State Street, Henry Street, Standley Street and Perkins Street may occur. Traffic control measures would be implemented during the temporary closures. Temporary road closures and/or detours may be required during the course of asphalt concrete pavement removal and replacement on State Street. Sufficient north-south detour routes are available both east and west of State Street. The projects are not expected to generate excessive noise levels. Construction would involve the use of construction equipment and activities would consist of grinding and paving. There will be no pile driving or other excessively noisy activities. The contractor would follow the City's Noise Ordinance. LO co Page 2 Technical Memorandum for Traffic August 17,2015 The City of Ukiah will include requirements in the project bid documents for traffic control. As a standard practice, the City of Ukiah incorporates the Caltrans Standard Specifications, May 2006 edition, into its technical specifications. For this project, example specification sections for Public Convenience and Safety, Maintaining Traffic, and Traffic Control System for Lane Closure are included below. Public Convenience and Safety. The Contractor shall conduct operations so as to cause the least possible obstruction and inconvenience to public traffic. The Contractor shall, at his or her expense, furnish such flag persons and furnish, erect, construct and maintain such fences, barriers, lights, signs, detours, pedestrian walkways, driveway ramps and bridging as may be necessary to give adequate warning to the public that work is in progress and that dangerous conditions exist, to provide access to abutting properties and to permit the flow of pedestrian, cyclists, and vehicular traffic to safely and expeditiously pass the work. Should the Contractor fail to provide public safety as specified or if, in the opinion of the Engineer, the warning devices furnished by the Contractor are not adequate, the City may place any warning lights or barricades or take any necessary action to protect or warn the public of any dangerous condition connected with the Contractor's operations and the Contractor will be liable to the City for, and the City may deduct from amounts due or that may become due the Contractor under the Contract, all costs incurred including, but limited to, administrative costs. Maintaining Traffic. Attention is directed to the following Caltrans Standard Specifications, May 2006 edition sections: Section 7-1.08, "Public Convenience," Section 7-1.09, "Public Safety,"Section 12, "Construction Area Traffic Control Devices," and Section 12-2.02, "Flagging Costs." Streets shall be open to through vehicular traffic during non-working hours. All public traffic shall be permitted to pass through the work with as little inconvenience and delay as possible. When leaving a work area and entering a roadway carrying public traffic, the Contractor's equipment, whether empty or loaded, shall in all cases yield to public traffic. The full width of the traveled way shall be opened for use by public traffic on Saturdays, Sundays, and designated City holidays, after 3:00 pm, Fridays and the day preceding designated City holidays, and when construction operations are not actively in progress. Designated City holidays are: January 1St, the third Monday in January, the third Monday in February, the last Monday in May, July 4th, the first Monday in September, the second Monday in September,the second Monday in October,the second Monday Q0 co Page 3 Technical Memorandum for Traffic August 17,2015 in November, Thanksgiving Day, the day following Thanksgiving Day, December 24tH December 25th, December 31 st. When a designated City holiday falls on a Sunday, the following Monday shall be a designated City holiday. When a designated City holiday falls on a Saturday, the preceding Friday shall be a designated City holiday. Minor deviations from the requirements of this section concerning hours of work which do not significantly change the cost of the work may be permitted upon the written request of the Contractor if in the opinion of the Engineer public traffic will be better served and the work expedited. Such deviations shall not be adopted until the Engineer has indicated his written approval. All other modifications will be made by contract change order. At the end of each working day if a difference in excess of two (2) inches exists between the elevations of the existing pavement between lanes, the contractor shall furnish and place portable delineators along said drop-off. "Do Not Pass" signs shall also be placed at five hundred (500) feet intervals when delineators are required. Full compensation for furnishing and placing delineators and signs shall be considered as included in the various items of work and no additional compensation will be allowed. Whenever the Contractor's operations obliterate pavement delineation (lane lines, either pavement markers or painted lines or both, or temporary delineation), such pavement delineation shall be replaced by either permanent or temporary delineation before opening the traveled way to public traffic. Temporary delineation shall consist of reflective traffic line tape applied in pieces not less than 4 inches long nor less than 4 inches wide spaced not more than 10 feet apart on curves nor more than 20 feet apart on tangents. Reflective traffic line tape shall be applied in accordance with the manufacturer's instruction. Full compensating for temporary delineation shall be considered as included in the prices paid for the contract items of work that obliterated the existing delineation and no separate payment will be made. Traffic Control System for Lane Closure. A traffic control system shall consist of closing traffic lanes in accordance with the California MUTCD 2014 Edition, Part 6 (Temporary Traffic Control), the provisions of Caltrans Standard Specifications, May 2006 edition Section 12, "Construction Area Traffic Control Devices," and provisions under "Maintaining Traffic" elsewhere in these Special Provisions. The provisions in this section will not relieve the CONTRACTOR from their responsibilities that may be necessary to comply with the provisions in Caltrans Standard Specifications, May 2006 edition Section 7-1.09, "Public Safety". r` M Page 4 Technical Memorandum for Traffic August 17,2015 The base material of construction area signs may be plywood in City Right-of-Way. Since this project is located within the City limits, no construction area signs will be posted in the State Right-of-Way. The Contractor shall develop and submit to the Engineer for approval a Traffic Control Plan a minimum of one week before beginning construction. The Traffic Control Plan shall show the planned method of traffic control during construction. At a minimum the plan shall incorporate the following restrictions. • No more than two adjacent streets crossing the project site will be closed to cross traffic at any one time. • A minimum of one 12-foot wide through lane shall be provided through the length of the working area, except that traffic may be delayed up to 5 minutes. The following information shall be included in the Traffic Control Plan: • Sequencing of construction. • Street layout, with street names and direction of flow. • Location and types of construction area signs (including pedestrian notification). • Locations of barriers or other traffic control devices. • Location of flaggers. • A contingency plan for how to handle emergency vehicles. The Contractor shall not begin construction at the site until the Traffic Control Plan is reviewed and approved by the Engineer. The City reserves the right to delay the Contractor's operations until such time that a Traffic Control Plan has been reviewed and approved by the Engineer. If any component in the traffic control system is displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. When lane closures are made for work periods only, at the end of each work period, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the highway right-of-way. co co CITY OF UKIAH MEMORANDUM DATE: August 20, 2015 TO: THE RECORD FROM: Rick Seanor, Deputy Director of Public Works SUBJECT: Community Impact Memorandum RPSTPLE-5049(025) — Downtown Streetscape Phase 1 HSIPL-5049(026) — State Street Road Diet This memorandum provides supplemental information for the community impacts during construction of the subject projects. The projects involve streetscape and road diet improvements on North State Street from 200 feet north of Henry Street to 200 feet south of Mill Street. Henry Street between School Street and North State Street will be converted from one-way traffic to two-way traffic. Standley Street between School Street and Main Street will be converted from one-way traffic to two-way traffic. Road diet improvements included 200 foot transition striping on State Street north of Henry Street to change from four lanes to two through lanes and a two-way left turn lane. A similar transition, for 200 feet south of Mill Street will transition from two through lanes and a two-way left turn lane to four lanes. Road diet improvements will involve pavement resurfacing on State Street from Henry Street to Mill Street and traffic signal modifications at State Street and Standley Street and at State Street and Perkins Street. Streetscape improvements will involve widening of sidewalk, curb, and gutter, construction of ADA curb ramps, construction of curb bulb-outs at designated intersections, street furnishings, street trees, etc. Three potential project related impacts are disruption to businesses, dust from construction activities, and noise from construction activities. These impacts are analyzed in more detail below. Disruption to Businesses Construction of a major transportation project is even more challenging when the project is located on the main street in downtown. City of Ukiah (City) staff recognize this and have been taking a proactive approach to inform and educate citizens and businesses about the upcoming project. City staff have been actively involved in attending various meetings to inform the community about the subject projects. M co Page 2 Community Impact Memorandum August 20,2015 Specifically, staff has made presentations to the Ukiah City Council, the Ukiah Main Street Program Design Committee, and the Ukiah Main Street Program Economic Restructuring Committee. City staff has also formed a specific steering committee for the projects, the Downtown Streetscape Outreach Committee. All of the aforementioned presentations have been made with the intention of educating the public on the upcoming project. In addition, City staff prepared an outreach letter (Attachment"A") for the State Street Improvement Project. This letter was mailed in March 2015 to all businesses and property owners throughout the project limits. It is the City's intention to fully involve all stakeholders throughout the design and construction phases of the project so that impacts to local businesses and residents will be minimized. As work continues on the various project phases, staff will provide updates to the stakeholders so that they will be kept fully informed. City staff, through its outreach letter, has provided project stakeholders with a staff contact and phone number for public concerns regarding the project. Dust and Air Quality Impacts related to Construction Activities Due to the close proximity of businesses dust control will be critical on this project. The project bid documents will include a section specifying that dust control shall conform to the provisions in Section 10 of the California Standard Specifications. In addition construction activities shall comply with all local air quality requirements of the Mendocino County Air Management District. Specific requirements to reduce air quality impacts related to project construction are as follows: 1. All constructions activities capable of causing dust shall comply with Mendocino County Air Quality Management District Rule 1-430, Fugitive Dust Emissions. 2.All activities involving asphalt grinding and sidewalk, curb and gutter removal shall institute a practice of routinely watering exposed soil and/or applying dust palliative to control dust, particularly during windy days. 3. Low emission mobile construction equipment, such as asphalt grinders, paving machines, backhoes, dump trucks, etc. shall be used for project work. 4. All dust producing construction activities shall be suspended if wind speeds (as instantaneous gusts) exceed 25 miles per hour. 0 Page 3 Community Impact Memorandum August 20,2015 5. Adjacent streets and sidewalks exposed to dust, dirt, or other soil particles by vehicles tires, poorly covered truck loads, or other construction activities shall be cleaned each day prior to the end of construction activities using methods approved by the Director of Public Works/City Engineer. Noise from Construction Activities The projects are not expected to generate excessive noise levels. Project work will involve the use of construction equipment and activities will consist of sidewalk, curb and gutter removal and construction, pavement grinding and street paving. There will be no excessively noisy activities. The contractor will be required to abide by the City's Noise Ordinance. Specific constraints will be incorporated into the project specifications and plans to facilitate these critical activities. When possible, City staff will coordinate with the contractor to complete noisy activities prior to and after the opening hours for adjacent businesses. In addition, City staff through its outreach letter, have identified a staff contact and phone number for public concerns regarding the project. Measures to Minimize Impacts to Local Businesses The City of Ukiah is committed to minimizing impacts to local businesses related to construction of the Downtown Streetscape and State Street Road Diet projects. The following measures have been identified to proactively deal with issues that may develop during the course of construction of the projects. 1) The City has initiated an education process to inform businesses of the upcoming project. The City has sent the attached outreach letter (Attachment "A") to all businesses and property owners throughout the project limits. 2) The City will host a community meeting to inform businesses and residents about the project. This meeting will identify what to expect during construction and how to voice concerns regarding the project. 3) The City will identify the person to contact regarding the project. The contact person's phone number and email address will be provided. 4) The City will incorporate specific provisions in the project specifications to maintain access to businesses during business opening hours. Specifically, during the course of sidewalk removal and replacement temporary ramps will be provided to provide access Page 4 Community Impact Memorandum August 20,2015 across removed sidewalk to businesses. In addition, sidewalk replacement, when possible, will be required to be completed during hours of business closure. 5) The specifications will include provisions to provide adequate signage throughout the project to the effect that businesses will remain open during construction. 6) The specifications will also include provisions to post signage directing vehicles to park in City of Ukiah parking lots at times when construction activities prevent parking on specific blocks. 7) The specifications will include provisions to allow limited work during evening and nighttime hours. Specifically, work that can be constructed with minimal noise will be permitted during evening / nighttime hours. 8) A page on the City's website will be developed to provide updated project information, scheduling, construction activities, etc. This website will provide information on who to contact regarding concerns and / or complaints regarding the project. The website will also indicate that businesses will remain open during construction. In addition, locations of City of Ukiah parking lots will be provided for alternate parking locations during construction of the project. 9) City staff will discuss concerns and / or complaints with the Construction Manager and / or Construction Inspector. 10) City staff will commit to responding to all concerns and /or complaints in a timely manner. N d' Attachment # of Ukiah umw W ,..... mmw.uanuf IYFtYNMCmiUI'tldANpd;#/st1FM1i(IXu�(Wki1PA6tiv0.%IXifYpllMPG'kkUdIAY�IYA�M1i!A@II4fi(NIY!}tif�dnunnntrvrvuuWdm March 16, 2015 Greetings, The City of Ukiah would like to inform you about a major community improvement project that will likely impact you in the next couple of years—the Ukiah Downtown Streetscape Project. You may have heard bits and pieces about this project already, as planning for this project was started in 2008. The goal of this project is to improve the aesthetics of the downtown area,enhance accessibility for pedestrians and bicyclists,and improve the traffic circulation. Ultimately,we expect this project will also help drive customer traffic to the downtown and increase property values. The Ukiah Downtown Streetscape Project will include: • an environmental review phase(stain in 2015) design phase (in 2015,where we'll be looking for your input), and • construction,most likely in 2016 Y W q We know that you ill have questions and concerns, and we will make every effort to keep � you informed and involved as this project progresses. Some of those questions may be answered below, but we will have much more o information to share in the future. Each correspondence related to this project will be on orange paper. y Please let us know what the best way to keep you informed is by returning the enclosed postcard—keeping in mind that at times,we will be able to mail notifications out,but at other times,we may need to reach you on shorter notice,so email or fax may be the most effective means. Here are some answers to the questions we are most frequently asked: What does this project entail? This Is a multi-faceted project, and the conceptual designs include wider sidewalks along State Street,bulbouts at the intersections for enhanced pedestrian crossing, a road "diet"on State Street that limits traffic to one lane each direction and a center turn lane,and more street trees and street furniture. Will sidewalks a torn ? Yes, primarily along State Street. We will make every effort to ensure that effected businesses have ample notice and that the"down time" will be as minimal as o*sil . The end result will be wider, more pedestrian friendly sidewalks. NO 14JIWbp Y..FYIWAk!Mpim5A0V)PNls llf pYdAiuAf✓f AAH..NAAINIIAIRI1NSi Y1WI M1iIW%VWlllw OWtl.WMAriII IIIIIII4m�Mfn'tt�tiatl 1Y11Mi11�IF1 IdWJWNY@VM41lNdQAIH fi11MM1d1dkM. 000 Yl(d0 %01� OPYP'.MNINI ONMN.m Y61lN!'PY� v;v'44Pfv24A0I @HF@liWfi Mbm'wm nm,@umYd...WnM.WmO.Fwnwwwl p q rciWtlm A\ iilW�mtMalttolvl IlFPIroM1m 300 Seminary Avenue. Ukiah®CA® 95482-5400 Phone: (707)463®62 ° : (707} ®6204 -www.cityofukiah.com nn ~ Will/beable to provide input the design? Much ofthe conceptual design work was done in2OO9. However,there will beroom for additional input. As we get nearer to the final design phase later this year, wewill beplanning community meetings and various other opportunities for your input. VVewill use the information you provide onthe postcard tokeep you informed. Who's payingforthis project? Staff has been working diligently tVobtain funding for the project. Todate,the City has been awarded funding inthe amount of$1.3million from the Mendocino Council ofGovernments and$1million from the Ca|Trans Highway Safety Improvement Program. What area does this project cover? The total project area spans State Street from Henry Street to Mill Street, Standley and Perkins Streets from School to Main; and Henry Street from School toState Streets. Will there beany assistance available for businesses affected by theproject? The City ofUkiah isactively pursuing partnerships and funding tofacilitate the implementation ofthis program. |tisour goal to ensure that, not only are the impacts to your business minimized,but there are also � significant efforts made to educate the surrounding community that your shops are open for business during construction. A committee of business owners and representatives from the Chamber of Commerce and the � Ukiah Main Street Program has already been created for this purpose. | What are the next steps? Fill out and return the When weknow more,we'll share itwith you. |nthe next few months,wewill be working to hire a consultant to begin the environmental review work. This will set the stage for the later design phase. Asthis project moves forward,the City will besetting upanonline site tohost the most current information. We know you need as much advance notice as possible of this work,and we will work to get that to you. We'll use your response on the enclosed postcard to contact you in the near future. |nthe meantime,ifyou have questions orconcerns about the project, please call Shannon Riley at4G3-579]. ( Ity Manager / ATTACHMENT #2 AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES [Design Professional] 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 --------------, a corporation 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 the preparation of the plans, specifications, estimate, and the temporary construction easements for Downtown Streetscape, Road Diet, & Utilities Project. 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 ---- calendar days 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. 3.2 Non-Discrimination. A. Consultant's signature affixed hereto, and dated, shall constitute a certification under penalty of perjury under the laws of the State of California that Consultant has, unless 44 exempt, complied with, the nondiscrimination program requirements of Government Code Section 12990 and Title 2, California Administrative Code, Section 8103. B. During the performance of this Contract, Consultant and its subconsultants shall not unlawfully discriminate, harass, or allow harassment against any employee or applicant for employment because of sex, race, color, ancestry, religious creed, national origin, physical disability (including HIV and AIDS), mental disability, medical condition (e.g., cancer), age (over 40), marital status, and denial of family care leave. Consultant and subconsultants shall insure that the evaluation and treatment of their employees and applicants for employment are free from such discrimination and harassment. Consultant and subconsultants shall comply with the provisions of the Fair Employment and Housing Act (Gov. Code §12990 (a-f) et seq.) and the applicable regulations promulgated thereunder (California Code of Regulations, Title 2, Section 7285 et seq.). The applicable regulations of the Fair Employment and Housing Commission implementing Government Code Section 12990 (a-f), set forth in Chapter 5 of Division 4 of Title 2 of the California Code of Regulations, are incorporated into this Contract by reference and made a part hereof as if set forth in full. Consultant and its subconsultants shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other Agreement. 4.0 COMPENSATION FOR SERVICES 4.1 Basis for Compensation. For the performance of the professional services of this Agreement, Consultant shall be compensated based on actual cost plus a fixed fee, with a maximum dollar amount of --------------, as set forth in Consultant's Cost Proposal (Attachment "B"). Actual costs shall be reimbursed in accordance with the Cost Proposal, including labor costs, employee benefits, travel, equipment rental costs, overhead and other direct costs incurred by the Consultant in the performance of the work. The fixed fee is non-adjustable for the term of the contract, except in the event of a significant change in the scope of work and such adjustment is made by contract amendment. 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 maximum dollar amount set forth in Section 4.1. 4.4 Terms of Payment. Payment to Consultant for services rendered in accordance with this contract shall be based upon submission of monthly invoices for the work satisfactorily performed prior to the date of invoice less any amount already paid to Consultant, which amounts shall be due and payable thirty (30) days after receipt by City. The invoices shall provide a description of each item of work performed, the time expended to perform each task, the fees charged for that task, and the direct expenses incurred and billed for. A pro rata portion of the fixed fee will be included in the monthly progress payments. Invoices shall be accompanied by documentation sufficient to enable City to determine progress made and the expenses claimed. 45 Design—ProfSvcsAgreement-November 20,2008 PAGE 2 OF 14 5.0 ASSURANCES OF CONSULTANT 5.1 Independent Contractor. Consultant is an independent contractor and is solely responsible for its acts or omissions. Consultant (including its agents, servants, and employees) is not City's agent, employee, or representative for any purpose. It is the express intention of the parties hereto that Consultant is an independent contractor and not an employee, joint venturer, or partner of City for any purpose whatsoever. City shall have no right to, and shall not control the manner or prescribe the method of accomplishing those services contracted to and performed by Consultant under this Agreement, and the general public and all governmental agencies regulating such activity shall be so informed. Those provisions of this Agreement that reserve ultimate authority in City have been inserted solely to achieve compliance with federal and state laws, rules, regulations, and interpretations thereof. No such provisions and no other provisions of this Agreement shall be interpreted or construed as creating or establishing the relationship of employer and employee between Consultant and City. Consultant shall pay all estimated and actual federal and state income and self-employment taxes that are due the state and federal government and shall furnish and pay worker's compensation insurance, unemployment insurance and any other benefits required by law for himself and his employees, if any. Consultant agrees to indemnify and hold City and its officers, agents and employees harmless from and against any claims or demands by federal, state or local government agencies for any such taxes or benefits due but not paid by Consultant, including the legal costs associated with defending against any audit, claim, demand or law suit. Consultant warrants and represents that it is a properly licensed professional or professional organization with a substantial investment in its business and that it maintains its own offices and staff which it will use in performing under this Agreement. 5.2 Conflict of Interest. Consultant understands that its professional responsibility is solely to City. Consultant has no interest and will not acquire any direct or indirect interest that would conflict with its performance of the Agreement. Consultant shall not in the performance of this Agreement employ a person having such an interest. If the City Manager determines that the Consultant has a disclosure obligation under the City's local conflict of interest code, the Consultant shall file the required disclosure form with the City Clerk within 10 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: 46 Design—ProfSvcsAgreement-November 20,2008 PAGE 3 OF 14 1. Insurance Services Office ("ISO) Commercial General Liability Coverage Form No. CG 20 10 10 01 and Commercial General Liability Coverage — Completed Operations Form No. CG 20 37 10 01. 2. ISO Form No. CA 0001 (Ed. 1/87) covering Automobile Liability, Code 1 "any auto" or Code 8, 9 if no owned autos and endorsement CA 0025. 3. Worker's Compensation Insurance as required by the Labor Code of the State of California and Employers Liability Insurance. 4. Errors and Omissions liability insurance appropriate to the consultant's profession. Architects' and engineers' coverage is to be endorsed to include contractual liability. B. Minimum Limits of Insurance Consultant shall maintain limits no less than: 1. General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage including operations, products and completed operations. If Commercial General Liability Insurance or other form with a general aggregate limit is used, the general aggregate limit shall apply separately to the work performed under this Agreement, or the aggregate limit shall be twice the prescribed per occurrence limit. 2. Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. 3. Worker's Compensation and Employers Liability: Worker's compensation limits as required by the Labor Code of the State of California and Employers Liability limits of$1,000,000 per accident. 4. Errors and Omissions liability: $1,000,000 per occurrence. C. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects to the City, its officers, officials, employees and volunteers; or the Consultant shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. 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 47 Design—ProfSvcsAgreement-November 20,2008 PAGE 4 OF 14 used by the Consultant, or automobiles owned, hired or borrowed by the Consultant for the full period of time allowed by law, surviving the termination of this Agreement. The coverage shall contain no special limitations on the scope-of-protection afforded to the City, its officers, officials, employees or volunteers. b. The Consultant's insurance coverage shall be primary insurance as respects to the City, its officers, officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees or volunteers shall be in excess of the Consultant's insurance and shall not contribute with it. C. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officers, officials, employees or volunteers. d. The Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 2. Worker's Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from Consultant's performance of the work, pursuant to this Agreement. 3. Professional Liability Coverage If written on a claims-made basis, the retroactivity date shall be the effective date of this Agreement. 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. 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 48 Design—ProfSvcsAgreement-November 20,2008 PAGE 5 OF 14 required insurance policies, at any time. If Consultant fails to provide the coverages required herein, the City shall have the right, but not the obligation, to purchase any or all of them. In that event, after notice to Consultant that City has paid the premium, the cost of insurance may be deducted from the compensation otherwise due the contractor under the terms of this Contract. G. Subcontractors Consultant shall include all sub-contractors or sub-consultants as insured under its policies or shall furnish separate certificates and endorsements for each sub-contractor or sub-consultant. All coverage for sub-contractors or sub-consultants shall be subject to all insurance requirements set forth in this Paragraph 6.1. 6.2 Indemnification. Notwithstanding the foregoing insurance requirements, and in addition thereto, Consultant agrees, for the full period of time allowed by law, surviving the termination of this Agreement, to indemnify the City for any claim, cost or liability that arises out of any negligent act or omission or the willful misconduct of Consultant and its agents in the performance of services under this contract, but this indemnity does not apply to liability for damages for death or bodily injury to persons, injury to property, or other loss, arising from the negligence, willful misconduct or defects in design by the City, or arising from the active negligence of the City. "Indemnify," as used herein includes the expenses of defending against a claim, and the payment of any settlement or judgment arising out of the claim. Defense costs include all costs associated with defending the claim, including, but not limited to, the reasonable fees of attorneys, investigators, consultants, experts and expert witnesses, and litigation expenses. References in this paragraph to City or Consultant, include their officers and employees. 7.0 CONTRACT PROVISIONS 7.1 Documents and Ownership of Work. All documents furnished to Consultant by City and all documents or reports and supportive data prepared by Consultant under this Agreement are owned and become the property of the City upon their creation and shall be given to City immediately upon demand and at the completion of Consultant's services at no additional cost to City. Deliverables are identified in the Scope-of-Work, Attachment "A". All documents produced by Consultant shall be furnished to City in digital format and hardcopy. Consultant shall produce the digital format, using software and media approved by City. 7.2 Governing Law. Consultant shall comply with the laws and regulations of the United States, the State of California, and all local governments having jurisdiction over this Agreement. The interpretation and enforcement of this Agreement shall be governed by California law and any action arising under or in connection with this Agreement must be filed in a Court of competent jurisdiction in Mendocino County. 7.3 Entire Agreement. This Agreement plus its Attachment(s) and executed Amendments set forth the entire understanding between the parties. 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. 49 Design—ProfSvcsAgreement-November 20,2008 PAGE 6 OF 14 7.6 Assignment. Consultant's services are considered unique and personal. Consultant shall not assign, transfer, or sub-contract its interest or obligation under all or any portion of this Agreement without City's prior written consent. 7.7 Waiver. No waiver of a breach of any covenant, term, or condition of this Agreement shall be a waiver of any other or subsequent breach of the same or any other covenant, term or condition or a waiver of the covenant, term or condition itself. 7.8 Termination. This Agreement may only be terminated by either party: 1) for breach of the Agreement; 2) because funds are no longer available to pay Consultant for services provided under this Agreement; or 3) City has abandoned and does not wish to complete the project for which Consultant was retained. A party shall notify the other party of any alleged breach of the Agreement and of the action required to cure the breach. If the breaching party fails to cure the breach within the time specified in the notice, the contract shall be terminated as of that time. If terminated for lack of funds or abandonment of the project, the contract shall terminate on the date notice of termination is given to Consultant. City shall pay the Consultant only for services performed and expenses incurred as of the effective termination date. In such event, as a condition to payment, Consultant shall provide to City all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs and reports prepared by the Consultant under this Agreement. Consultant shall be entitled to receive just and equitable compensation for any work satisfactorily completed hereunder, subject to off-set for any direct or consequential damages City may incur as a result of Consultant's breach of contract. 7.9 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 PERFORMANCE PERIOD (Verbatim) (A time must be set for beginning and ending the work under the contract. The time allowed for performing the work is specified, it should be reasonable for the kind and amount of services contemplated, and it is written into the contract. If it is desirable that Critical Path Method (CPM) networks, or other types of schedules be prepared by CONSULTANT, they should be identified and incorporated into the contract. A. This contract shall go into effect on (DATE), contingent upon approval by LOCAL AGENCY, and CONSULTANT shall commence work after notification to proceed by LOCAL AGENCY'S Contract Administrator. The contract shall end on (DATE), unless extended by contract amendment. B. CONSULTANT is advised that any recommendation for contract award is not binding on LOCAL AGENCY until the contract is fully executed and approved by LOCAL AGENCY. 9.0 ALLOWABLE COSTS AND PAYMENTS (Verbatim) A. The method of payment for this contract will be based on actual cost plus a fixed fee. LOCAL AGENCY will reimburse CONSULTANT for actual costs (including labor costs, employee benefits, travel, equipment rental costs, overhead and other direct costs) incurred by CONSULTANT in performance of the work. CONSULTANT will not be reimbursed for actual 50 Design—ProfSvcsAgreement-November 20,2008 PAGE 7 OF 14 costs that exceed the estimated wage rates, employee benefits, travel, equipment rental, overhead, and other estimated costs set forth in the approved CONSULTANT'S Cost Proposal, unless additional reimbursement is provided for by contract amendment. In no event, will CONSULTANT be reimbursed for overhead costs at a rate that exceeds LOCAL AGENCY's approved overhead rate set forth in the Cost Proposal. In the event, that LOCAL AGENCY determines that a change to the work from that specified in the Cost Proposal and contract is required, the contract time or actual costs reimbursable by LOCAL AGENCY shall be adjusted by contract amendment to accommodate the changed work. The maximum total cost as specified in Paragraph "H" shall not be exceeded, unless authorized by contract amendment. B. In addition to the allowable incurred costs, LOCAL AGENCY will pay CONSULTANT a fixed fee of$(AMOUNT). The fixed fee is nonadjustable for the term of the contract, except in the event of a significant change in the scope of work and such adjustment is made by contract amendment. C. Reimbursement for transportation and subsistence costs shall not exceed the rates specified in the approved Cost Proposal. D. When milestone cost estimates are included in the approved Cost Proposal, CONSULTANT shall obtain prior written approval for a revised milestone cost estimate from the Contract Administrator before exceeding such cost estimate. E. Progress payments will be made monthly in arrears based on services provided and allowable incurred costs. A pro rata portion of CONSULTANT's fixed fee will be included in the monthly progress payments. If CONSULTANT fails to submit the required deliverable items according to the schedule set forth in the Statement of Work, LOCAL AGENCY shall have the right to delay payment or terminate this Contract in accordance with the provisions of Article VI Termination. F. No payment will be made prior to approval of any work, nor for any work performed prior to approval of this contract. G. CONSULTANT will be reimbursed, as promptly as fiscal procedures will permit upon receipt by LOCAL AGENCY's Contract Administrator of itemized invoices in triplicate. Invoices shall be submitted no later than 45 calendar days after the performance of work for which CONSULTANT is billing. Invoices shall detail the work performed on each milestone and each project as applicable. Invoices shall follow the format stipulated for the approved Cost Proposal and shall reference this contract number and project title. Final invoice must contain the final cost and all credits due LOCAL AGENCY including any equipment purchased under the provisions of Article XI Equipment Purchase of this contract. The final invoice should be submitted within 60 calendar days after completion of CONSULTANT's work. Invoices shall be mailed to LOCAL AGENCY's Contract Administrator at the following address: (LOCAL AGENCY/NAME OF CONTRACT ADMINISTRATOR) (ADDRESS) H. The total amount payable by LOCAL AGENCY including the fixed fee shall not exceed $(Amount). I. Salary increases will be reimbursable if the new salary is within the salary range identified in the approved Cost Proposal and is approved by LOCAL AGENCY's Contract Administrator. For personnel subject to prevailing wage rates as described in the California Labor Code, all salary increases, which are the direct result of changes in the prevailing wage rates are reimbursable. 10.0 TERMINATION (Verbatim) A. LOCAL AGENCY reserves the right to terminate this contract upon thirty (30) calendar days written notice to CONSULTANT with the reasons for termination stated in the notice. 51 Design—ProfSvcsAgreement-November 20,2008 PAGE 8 OF 14 B. LOCAL AGENCY may terminate this contract with CONSULTANT should CONSULTANT fail to perform the covenants herein contained at the time and in the manner herein provided. In the event of such termination, LOCAL AGENCY may proceed with the work in any manner deemed proper by LOCAL AGENCY. If LOCAL AGENCY terminates this contract with CONSULTANT, LOCAL AGENCY shall pay CONSULTANT the sum due to CONSULTANT under this contract prior to termination, unless the cost of completion to LOCAL AGENCY exceeds the funds remaining in the contract. In which case the overage shall be deducted from any sum due CONSULTANT under this contract and the balance, if any, shall be paid to CONSULTANT upon demand. 11.0 COST PRINCIPLES AND ADMINISTRATIVE REQUIREMENTS (Verbatim) A. CONSULTANT agrees that the Contract Cost Principles and Procedures, 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part 31.000 et seq., shall be used to determine the cost allowability of individual items. B. CONSULTANT also agrees to comply with federal procedures in accordance with 2 CFR, Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards. C. Any costs for which payment has been made to CONSULTANT that are determined by subsequent audit to be unallowable under 2 CFR, Part 200 and 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part 31.000 et seq., are subject to repayment by CONSULTANT to LOCAL AGENCY. 12.0 RETENTION OF RECORDS/AUDIT(Verbatim) For the purpose of determining compliance with Public Contract Code 10115, et seq. and Title 21, California Code of Regulations, Chapter 21, Section 2500 et seq., when applicable and other matters connected with the performance of the contract pursuant to Government Code 8546.7; CONSULTANT, subconsultants, and LOCAL AGENCY shall maintain and make available for inspection all books, documents, papers, accounting records, and other evidence pertaining to the performance of the contract, including but not limited to, the costs of administering the contract. All parties shall make such materials available at their respective offices at all reasonable times during the contract period and for three years from the date of final payment under the contract. The state, State Auditor, LOCAL AGENCY, FHWA, or any duly authorized representative of the Federal Government shall have access to any books, records, and documents of CONSULTANT and it's certified public accountants (CPA)work papers that are pertinent to the contract and indirect cost rates (ICR) for audit, examinations, excerpts, and transactions, and copies thereof shall be furnished if requested. 13.0 AUDIT REVIEW PROCEDURES (Verbatim) A. Any dispute concerning a question of fact arising under an interim or post audit of this contract that is not disposed of by agreement, shall be reviewed by LOCAL AGENCY'S Chief Financial Officer. B. Not later than 30 days after issuance of the final audit report, CONSULTANT may request a review by LOCAL AGENCY'S Chief Financial Officer of unresolved audit issues. The request for review will be submitted in writing. C. Neither the pendency of a dispute nor its consideration by LOCAL AGENCY will excuse CONSULTANT from full and timely performance, in accordance with the terms of this contract. D. CONSULTANT and subconsultant contracts, including cost proposals and ICR, are subject to audits or reviews such as, but not limited to, a contract audit, an incurred cost audit, an ICR Audit, or a CPA ICR audit work paper review. If selected for audit or review, the contract, cost proposal and ICR and related work papers, if applicable, will be reviewed to verify compliance with 48 CFR, Part 31 and other related laws and regulations. In the instances of a CPA ICR audit work paper review it is CONSULTANT's responsibility to ensure federal, state, or local government officials are allowed full access to the CPA's work papers including making copies as necessary. The contract, cost proposal, and ICR shall be adjusted by CONSULTANT and 52 Design—ProfSvcsAgreement-November 20,2008 PAGE 9 OF 14 approved by LOCAL AGENCY contract manager to conform to the audit or review recommendations. CONSULTANT agrees that individual terms of costs identified in the audit report shall be incorporated into the contract by this reference if directed by LOCAL AGENCY at its sole discretion. Refusal by CONSULTANT to incorporate audit or review recommendations, or to ensure that the federal, state or local governments have access to CPA work papers, will be considered a breach of contract terms and cause for termination of the contract and disallowance of prior reimbursed costs. 14.0 SUBCONTRACTING (Verbatim) A. Nothing contained in this contract or otherwise, shall create any contractual relation between LOCAL AGENCY and any subconsultant(s), and no subcontract shall relieve CONSULTANT of its responsibilities and obligations hereunder. CONSULTANT agrees to be as fully responsible to LOCAL AGENCY for the acts and omissions of its subconsultant(s) and of persons either directly or indirectly employed by any of them as it is for the acts and omissions of persons directly employed by CONSULTANT. CONSULTANT's obligation to pay its subconsultant(s) is an independent obligation from LOCAL AGENCY'S obligation to make payments to the CONSULTANT. B. CONSULTANT shall perform the work contemplated with resources available within its own organization and no portion of the work pertinent to this contract shall be subcontracted without written authorization by LOCAL AGENCY's Contract Administrator, except that, which is expressly identified in the approved Cost Proposal. C. CONSULTANT shall pay its subconsultants within ten (10) calendar days from receipt of each payment made to CONSULTANT by LOCAL AGENCY. D. All subcontracts entered into as a result of this contract shall contain all the provisions stipulated in this contract to be applicable to subconsultants. E. Any substitution of subconsultant(s) must be approved in writing by LOCAL AGENCY's Contract Administrator prior to the start of work by the subconsultant(s). 15.0 EQUIPMENT PURCHASE (Verbatim) A. Prior authorization in writing, by LOCAL AGENCY's Contract Administrator shall be required before CONSULTANT enters into any unbudgeted purchase order, or subcontract exceeding $5,000 for supplies, equipment, or CONSULTANT services. CONSULTANT shall provide an evaluation of the necessity or desirability of incurring such costs. B. For purchase of any item, service or consulting work not covered in CONSULTANT's Cost Proposal and exceeding $5,000 prior authorization by LOCAL AGENCY's Contract Administrator; three competitive quotations must be submitted with the request, or the absence of bidding must be adequately justified. C. Any equipment purchased as a result of this contract is subject to the following: "CONSULTANT shall maintain an inventory of all nonexpendable property. Nonexpendable property is defined as having a useful life of at least two years and an acquisition cost of $5,000 or more. If the purchased equipment needs replacement and is sold or traded in, LOCAL AGENCY shall receive a proper refund or credit at the conclusion of the contract, or if the contract is terminated, CONSULTANT may either keep the equipment and credit LOCAL AGENCY in an amount equal to its fair market value, or sell such equipment at the best price obtainable at a public or private sale, in accordance with established LOCAL AGENCY procedures; and credit LOCAL AGENCY in an amount equal to the sales price. If CONSULTANT elects to keep the equipment, fair market value shall be determined at CONSULTANT's expense, on the basis of a competent independent appraisal of such equipment. Appraisals shall be obtained from an appraiser mutually agreeable to by LOCAL AGENCY and CONSULTANT, if it is determined to sell the equipment, the terms and conditions of such sale must be approved in advance by LOCAL AGENCY." 2 CFR, Part 200 requires a credit to Federal funds when participating equipment with a fair market value greater than $5,000 is credited to the project. 53 Design—ProfSvcsAgreement-November 20,2008 PAGE 10 OF 14 16.0 STATE PREVAILING WAGE RATES (Verbatim) (Choose either Option 1 or Option 2) (Option 1 - For contracts where a portion of the proposed work to be performed are crafts affected by state labor laws, use paragraphs A and B) A. CONSULTANT shall comply with the State of California's General Prevailing Wage Rate requirements in accordance with California Labor Code, Section 1770, and all Federal, State, and local laws and ordinances applicable to the work. B. Any subcontract entered into as a result of this contract, if for more than $25,000 for public works construction or more than $15,000 for the alteration, demolition, repair, or maintenance of public works, shall contain all of the provisions of this Article, unless the awarding agency has an approved labor compliance program by the Director of Industrial Relations. C. When prevailing wages apply to the services described in the scope of work, transportation and subsistence costs shall be reimbursed at the minimum rates set by the Department of Industrial Relations (DIR) as outlined in the applicable Prevailing Wage Determination. See Ip.!...:t.p.,//www.cj ii ir.:..c :.::.,"ov. (Option 2- Use only paragraph A below when all of the proposed work in the contract is performed by crafts not affected by state labor laws or are not contemplated for use) A. The State of California's General Prevailing Wage Rates are not applicable to this contract. Note: The Federal "Payment of Predetermined Minimum Wage" applies only to federal-aid construction contracts. 17.0 CONFLICT OF INTEREST(Verbatim) A. CONSULTANT shall disclose any financial, business, or other relationship with LOCAL AGENCY that may have an impact upon the outcome of this contract, or any ensuing LOCAL AGENCY construction project. CONSULTANT shall also list current clients who may have a financial interest in the outcome of this contract, or any ensuing LOCAL AGENCY construction project, which will follow. B. CONSULTANT hereby certifies that it does not now have, nor shall it acquire any financial or business interest that would conflict with the performance of services under this contract. C. CONSULTANT hereby certifies that neither CONSULTANT, nor any firm affiliated with CONSULTANT will bid on any construction contract, or on any contract to provide construction inspection for any construction project resulting from this contract. An affiliated firm is one, which is subject to the control of the same persons through joint-ownership, or otherwise. D. Except for subconsultants whose services are limited to providing surveying or materials testing information, no subconsultant who has provided design services in connection with this contract shall be eligible to bid on any construction contract, or on any contract to provide construction inspection for any construction project resulting from this contract. 18.0 REBATES, KICKBACKS OR OTHER UNLAWFUL CONSIDERATION (Verbatim) CONSULTANT warrants that this contract was not obtained or secured through rebates kickbacks or other unlawful consideration, either promised or paid to any LOCAL AGENCY employee. For breach or violation of this warranty, LOCAL AGENCY shall have the right in its discretion; to terminate the contract without liability; to pay only for the value of the work actually performed; or to deduct from the contract price; or otherwise recover the full amount of such rebate, kickback or other unlawful consideration. 19.0 PROHIBITION OF EXPENDING LOCAL AGENCY STATE OR FEDERAL FUNDS FOR LOBBYING (Verbatim) A. CONSULTANT certifies to the best of his or her knowledge and belief that: 1. No state, federal or local agency appropriated funds have been paid, or will be paid by-or-on behalf of CONSULTANT to any person for influencing or attempting to influence an officer or 54 Design—ProfSvcsAgreement-November 20,2008 PAGE 11 OF 14 employee of any state or federal agency; a Member of the State Legislature or United States Congress; an officer or employee of the Legislature or Congress; or any employee of a Member of the Legislature or Congress, in connection with the awarding of any state or federal contract; the making of any state or federal grant; the making of any state or federal loan; the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any state or federal contract, grant, loan, or cooperative agreement. 2. If any funds other than federal appropriated funds have been paid, or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency; a Member of Congress; an officer or employee of Congress, or an employee of a Member of Congress; in connection with this federal contract, grant, loan, or cooperative agreement; CONSULTANT shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions. B. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. C. CONSULTANT also agrees by signing this document that he or she shall require that the language of this certification be included in all lower-tier subcontracts, which exceed $100,000 and that all such sub recipients shall certify and disclose accordingly. 20.0 STATEMENT OF COMPLIANCE A. CONSULTANT's signature affixed herein, and dated, shall constitute a certification under penalty of perjury under the laws of the State of California that CONSULTANT has, unless exempt, complied with, the nondiscrimination program requirements of Government Code Section 12990 and Title 2, California Administrative Code, Section 8103. B. During the performance of this Contract, Consultant and its subconsultants shall not unlawfully discriminate, harass, or allow harassment against any employee or applicant for employment because of sex, race, color, ancestry, religious creed, national origin, physical disability (including HIV and AIDS), mental disability, medical condition (e.g., cancer), age (over 40), marital status, and denial of family care leave. Consultant and subconsultants shall insure that the evaluation and treatment of their employees and applicants for employment are free from such discrimination and harassment. Consultant and subconsultants shall comply with the provisions of the Fair Employment and Housing Act (Gov. Code §12990 (a-f) et seq.) and the 5applicable regulations promulgated there under (California Code of Regulations, Title 2, Section 7285 et seq.). The applicable regulations of the Fair Employment and Housing Commission implementing Government Code Section 12990 (a-f), set forth in Chapter 5 of Division 4 of Title 2 of the California Code of Regulations, are incorporated into this Contract by reference and made a part hereof as if set forth in full. Consultant and its subconsultants shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other Agreement. C. The Consultant shall comply with regulations relative to Title VI (nondiscrimination in federally- assisted programs of the Department of Transportation —Title 49 Code of Federal Regulations, Part 21 - Effectuation of Title VI of the 1964 Civil Rights Act). Title VI provides that the recipients of federal assistance will implement and maintain a policy of nondiscrimination in which no person in the state of California shall, on the basis of race, color, national origin, religion, sex, age, disability, be excluded from participation in, denied the benefits of or subject to discrimination under any program or activity by the recipients of federal assistance or their assignees and successors in interest. D. The Consultant, with regard to the work performed by it during the Agreement shall act in accordance with Title VI. Specifically, the Consultant shall not discriminate on the basis of race, color, national origin, religion, sex, age, or disability in the selection and retention of 55 Design—ProfSvcsAgreement-November 20,2008 PAGE 12 OF 14 Subconsultants, including procurement of materials and leases of equipment. The Consultant shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the U.S. DOT's Regulations, including employment practices when the Agreement covers a program whose goal is employment. 21.0 DEBARMENT AND SUSPENSION CERTIFICATION A. CONSULTANT's signature affixed herein, shall constitute a certification under penalty of perjury under the laws of the State of California, that CONSULTANT has complied with Title 2 CFR, Part 180, "OMB Guidelines to Agencies on Government wide Debarment and Suspension (nonprocurement)", which certifies that he/she or any person associated therewith in the capacity of owner, partner, director, officer, or manager, is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal agency within the past three (3) years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three (3) years. Any exceptions to this certification must be disclosed to LOCAL AGENCY. B. Exceptions will not necessarily result in denial of recommendation for award, but will be considered in determining CONSULTANT responsibility. Disclosures must indicate to whom exceptions apply, initiating agency, and dates of action. C. Exceptions to the Federal Government Excluded Parties List System maintained by the General Services Administration are to be determined by the Federal highway Administration. 22.0 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: Mr. Tim Eriksen ------------------ City of Ukiah ------------------ Department of Public Works ------------------ 300 Seminary Avenue ------------------ Ukiah, CA 95482-5400 56 Design—ProfSvcsAgreement-November 20,2008 PAGE 13 OF 14 23.0 SIGNATURES IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date: CONSULTANT BY: ------------------- Date PRINCIPAL IRS IDN Number: -------------------------- CITY OF UKIAH BY: Sage Sangiacomo Date CITY MANAGER ATTEST CITY CLERK Date APPROVED AS TO FORM David J. Rapport Date CITY ATTORNEY 57 Design—ProfSvcsAgreement-November 20,2008 PAGE 14 OF 14 Local Assistance Procedures Manual ATTACHMENT #3 Exhibit 10-01 Consultant Proposal DBE Commitment EXHIBIT 10-01 CONSULTANT PROPOSAL DBE COMMITMENT 1. Local Agency: 2.Contract DBE Goal: 3. Project Description: 4. Project Location: 5.Consultant's Name: 6. Prime Certified DBE: ❑ 7. Description of Work,Service,or Materials 8. DBE o Supplied Certification 9. DBE Contact Information 10. DBE /o Number Local Agency to Complete this Section 17.Local Agency Contract Number: 11. TOTAL CLAIMED DBE PARTICIPATION 18. Federal-Aid Project Number: 19. Proposed Contract Execution Date: Local Agency certifies that all DBE certifications are valid and information on IMPORTANT:Identify all DBE firms being claimed for credit, this form is complete and accurate. regardless of tier.Written confirmation of each listed DBE is required. 20.Local Agency Representative's Signature 21. Date 12. Preparer's Signature 13. Date 22.Local Agency Representative's Name 23. Phone 14. Preparer's Name 15. Phone 24.Local Agency Representative's Title 16. Preparer's Title DISTRIBUTION: Original—Included with consultant's proposal to local agency. ADA Notice: For individuals with sensory disabilities,this document is available in alternate formats. For information call(916)654-6410 or TDD(916)654- 3880 or write Records and Forms Management,1120 N Street,MS-89,Sacramento,CA 95814. 58 Page 1 of 2 July 23,2015 Local Assistance Procedures Manual Exhibit 10-01 Consultant Proposal DBE Commitment INSTRUCTIONS—CONSULTANT PROPOSAL DBE COMMITMENT CONSULTANT SECTION 1. Local Agency- Enter the name of the local or regional agency that is funding the contract. 2. Contract DBE Goal - Enter the contract DBE goal percentage as it appears on the project advertisement. 3.Project Description - Enter the project description as it appears on the project advertisement(Bridge Rehab, Seismic Rehab, Overlay, Widening, etc.). 4.Project Location - Enter the project location as it appears on the project advertisement. 5. Consultant's Name - Enter the consultant's firm name. 6. Prime Certified DBE - Check box if prime contractor is a certified DBE. 7. Description of Work, Services, or Materials Supplied- Enter description of work, services, or materials to be provided. Indicate all work to be performed by DBEs including work performed by the prime consultant's own forces,if the prime is a DBE. If 100% of the item is not to be performed or furnished by the DBE, describe the exact portion to be performed or furnished by the DBE. See LAPM Chapter 9 to determine how to count the participation of DBE firms. 8. DBE Certification Number - Enter the DBE's Certification Identification Number. All DBEs must be certified on the date bids are opened. 9. DBE Contact Information - Enter the name, address, and phone number of all DBE subcontracted consultants. Also, enter the prime consultant's name and phone number,if the prime is a DBE. 10. DBE % -Percent participation of work to be performed or service provided by a DBE. Include the prime consultant if the prime is a DBE. See LAPM Chapter 9 for how to count full/partial participation. 11. Total Claimed DBE Participation % - Enter the total DBE participation claimed. If the total % claimed is less than item "Contract DBE Goal," an adequately documented Good Faith Effort (GFE)is required(see Exhibit 15-H DBE Information - Good Faith Efforts of the LAPM). 12. Preparer's Signature - The person completing the DBE commitment form on behalf of the consultant's firm must sign their name. 13. Date - Enter the date the DBE commitment form is signed by the consultant's preparer. 14. Preparer's Name - Enter the name of the person preparing and signing the consultant's DBE commitment form. 15. Phone - Enter the area code and phone number of the person signing the consultant's DBE commitment form. 16. Preparer's Title -Enter the position/title of the person signing the consultant's DBE commitment form. LOCAL AGENCY SECTION 17. Local Agency Contract Number -Enter the Local Agency contract number or identifier. 18. Federal-Aid Project Number - Enter the Federal-Aid Project Number. 19. Proposed Contract Execution Date - Enter the proposed contract execution date. 20. Local Agency Representative's Signature - The person completing this section of the form for the Local Agency must sign their name to certify that the information in this and the Consultant Section of this form is complete and accurate. 21. Date - Enter the date the DBE commitment form is signed by the Local Agency Representative. 22. Local Agency Representative's Name - Enter the name of the Local Agency Representative certifying the consultant's DBE commitment form. 23. Phone - Enter the area code and phone number of the person signing the consultant's DBE commitment form. 24. Local Agency Representative Title - Enter the position/title of the Local Agency Representative certifying the consultant's DBE commitment form. 59 Page 2 of 2 July 23,2015 Local Assistance Procedures Manual EXHBIT 10-I Notice to Proposers DBE Information EXHIBIT 10-I NOTICE TO PROPOSERS DBE INFORMATION The Agency has established a DBE goal for this Contract of 2_% OR The Agency has not established a goal for this Contract. However, proposers are encouraged to obtain DBE participation for this contract. 1. TERMS AS USED IN THIS DOCUMENT • The term"Disadvantaged Business Enterprise"or"DBE"means a for-profit small business concern owned and controlled by a socially and economically disadvantaged person(s) as defined in Title 49, Code of Federal Regulations (CFR),Part 26.5. • The term "Agreement" also means "Contract." • Agency also means the local entity entering into this contract with the Contractor or Consultant. • The term "Small Business"or"SB"is as defined in 49 CFR 26.65. 2. AUTHORITY AND RESPONSIBILITY A. DBEs and other small businesses are strongly encouraged to participate in the performance of Contracts financed in whole or in part with federal funds (See 49 CFR 26, "Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs"). The Consultant must ensure that DBEs and other small businesses have the opportunity to participate in the performance of the work that is the subject of this solicitation and should take all necessary and reasonable steps for this assurance. The proposer must not discriminate on the basis of race, color,national origin, or sex in the award and performance of subcontracts. B. Proposers are encouraged to use services offered by financial institutions owned and controlled by DBEs. 3. SUBMISSION OF DBE INFORMATION If there is a DBE goal on the contract, Exhibit 10-01 Consultant Proposal DBE Commitment must be included in the Request for Proposal. In order for a proposer to be considered responsible and responsive,the proposer must make good faith efforts to meet the goal established for the contract. If the goal is not met, the proposer must document adequate good faith efforts. All DBE participation will be counted towards the contract goal; therefore, all DBE participation shall be collected and reported. Exhibit 10-02 Consultant Contract DBE Information must be included with the Request for Proposal. Even if no DBE participation will be reported,the successful proposer must execute and return the form. 4. DBE PARTICIPATION GENERAL INFORMATION It is the proposer's responsibility to be fully informed regarding the requirements of 49 CFR,Part 26, and the Department's DBE program developed pursuant to the regulations.Particular attention is directed to the following: A. A DBE must be a small business firm defined pursuant to 13 CFR 121 and be certified through the California Unified Certification Program(CUCP). 60 Page 1 of 3 LPP 13-01 January,2018 Local Assistance Procedures Manual EXHBIT 10-I Notice to Proposers DBE Information B. A certified DBE may participate as a prime consultant, subconsultant,joint venture partner, as a vendor of material or supplies, or as a trucking company. C. A DBE proposer not proposing as a joint venture with a non-DBE,will be required to document one or a combination of the following: 1. The proposer is a DBE and will meet the goal by performing work with its own forces. 2. The proposer will meet the goal through work performed by DBE subconsultants, suppliers or trucking companies. 3. The proposer,prior to proposing, made adequate good faith efforts to meet the goal. D. A DBE joint venture partner must be responsible for specific contract items of work or clearly defined portions thereof. Responsibility means actually performing, managing, and supervising the work with its own forces. The DBE joint venture partner must share in the capital contribution, control, management, risks and profits of the joint venture commensurate with its ownership interest. E. A DBE must perform a commercially useful function pursuant to 49 CFR 26.55, that is, a DBE firm must be responsible for the execution of a distinct element of the work and must carry out its responsibility by actually performing, managing and supervising the work. F. The proposer shall list only one subconsultant for each portion of work as defined in their proposal and all DBE subconsultants should be listed in the bid/cost proposal list of subconsultants. G. A prime consultant who is a certified DBE is eligible to claim all of the work in the Contract toward the DBE participation except that portion of the work to be performed by non-DBE subconsultants. 5. RESOURCES A. The CUCP database includes the certified DBEs from all certifying agencies participating in the CUCP. If you believe a firm is certified that cannot be located on the database,please contact the Caltrans Office of Certification toll free number 1-866-810-6346 for assistance. B. Access the CUCP database from the Department of Transportation, Office of Business and Economic Opportunity Web site at: http://www.dot.ca.gov/hgibep/. 1. Click on the link titled Disadvantaged Business Enterprise, 2. Click on Search for a DBE Firm link; 3. Click on Access to the DBE Quern Form located on the first line in the center of the page. Searches can be performed by one or more criteria. Follow instructions on the screen. 6. MATERIALS OR SUPPLIES PURCHASED FROM DBES COUNT TOWARDS THE DBE GOAL UNDER THE FOLLOWING CONDITIONS: A. If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies. A DBE manufacturer is a firm that operates or maintains a factory, or establishment that produces on the premises the materials, supplies, articles, or equipment required under the Contract and of the general character described by the specifications. B. If the materials or supplies purchased from a DBE regular dealer, count 60 percent of the cost of the materials or supplies. A DBE regular dealer is a firm that owns,operates or maintains a store,warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the Contract are bought,kept in stock, and regularly sold or leased to the public in the usual course of business. To be a DBE regular dealer,the firm must be an established,regular business that engages, as its principal business and under its own name,in the 61 Page 2 of 3 LPP 13-01 January,2018 Local Assistance Procedures Manual EXHBIT 10-I Notice to Proposers DBE Information purchase and sale or lease of the products in question. A person may be a DBE regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone or asphalt without owning, operating or maintaining a place of business provided in this section. C. If the person both owns and operates distribution equipment for the products, any supplementing of regular dealers' own distribution equipment shall be,by a long-term lease agreement and not an ad hoc or Agreement-by-Agreement basis.Packagers,brokers,manufacturers' representatives, or other persons who arrange or expedite transactions are not DBE regular dealers within the meaning of this section. D. Materials or supplies purchased from a DBE,which is neither a manufacturer nor a regular dealer,will be limited to the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies,or fees or transportation charges for the delivery of materials or supplies required on the job site,provided the fees are reasonable and not excessive as compared with fees charged for similar services. 62 Page 3 of 3 LPP 13-01 January,2018 Local Assistance Procedures Manual Exhibit 15-H DBE Information-Good Faith Effort EXHIBIT 15-H DBE INFORMATION—GOOD FAITH EFFORTS DBE INFORMATION - GOOD FAITH EFFORTS Federal-aid Project No. Bid Opening Date The established a Disadvantaged Business Enterprise (DBE) goal of % for this project. The information provided herein shows that a good faith effort was made. Lowest, second lowest and third lowest bidders shall submit the following information to document adequate good faith efforts. Bidders should submit the following information even if the "Local Agency Bidder DBE Commitment"form indicates that the bidder has met the DBE goal. This will protect the bidder's eligibility for award of the contract if the administering agency determines that the bidder failed to meet the goal for various reasons, e.g., a DBE firm was not certified at bid opening, or the bidder made a mathematical error. Submittal of only the "Local Agency Bidder DBE Commitment"form may not provide sufficient documentation to demonstrate that adequate good faith efforts were made. The following items are listed in the Section entitled"Submission of DBE Commitment"of the Special Provisions: A. The names and dates of each publication in which a request for DBE participation for this project was placed by the bidder(please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement B. The names and dates of written notices sent to certified DBEs soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested(please attach copies of solicitations, telephone records, fax confirmations, etc.): Names of DBEs Solicited Date of Initial Follow Up Methods and Dates Solicitation 63 Page 15-1 OB 12-04 June 29,2012 Exhibit 15-H Local Assistance Procedures Manual DBE Information-Good Faith Effort C. The items of work which the bidder made available to DBE firms including, where appropriate, any breaking down of the contract work items (including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate DBE participation. It is the bidder's responsibility to demonstrate that sufficient work to facilitate DBE participation was made available to DBE firms. Items of Work Bidder Normally Breakdown of Amount Percentage Performs Item Items ($) Of (Y/N) Contract D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's rejection of the DBEs, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each DBE if the selected firm is not a DBE: Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection of the DBEs: Names, addresses and phone numbers of firms selected for the work above: E. Efforts made to assist interested DBEs in obtaining bonding, lines of credit or insurance, and any technical assistance or information related to the plans, specifications and requirements for the work which was provided to DBEs: 64 Page 15-2 June 29,2012 OB 12-04 Local Assistance Procedures Manual Exhibit 15-H DBE Information-Good Faith Effort F. Efforts made to assist interested DBEs in obtaining necessary equipment, supplies, materials or related assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate: G. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting and using DBE firms (please attach copies of requests to agencies and any responses received, i.e., lists, Internet page download, etc.): Name of Agency/Organization Method/Date of Contact Results H. Any additional data to support a demonstration of good faith efforts (use additional sheets if necessary): NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. 65 Page 15-3 OB 12-04 June 29,2012 Local Assistance Procedures Manual EXHBIT 10-Q Disclosure of Lobbying Activities EXHIBIT 10-Q DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: ❑ a. contract ❑ a. bid/offer/application ❑ a. initial b. grant b. initial award b. material change c. cooperative agreement c. post-award d. loan For Material Change Only: e. loan guarantee year quarter f. loan insurance date of last report 4. Name and Address of Reporting Entity 5. If Reporting Entity in No.4 is Subawardee, Enter Name and Address of Prime: ❑ Prime ❑ Subawardee Tier if known Congressional District,if known Congressional District,if known 6. Federal Department/Agency: 7. Federal Program Name/Description: CFDA Number,if applicable 8. Federal Action Number,if known: 9. Award Amount,if known: 10. Name and Address of Lobby Entity 11. Individuals Performing Services (If individual,last name,first name,MI) including address if different from No. IOa (If individual,last name,first name,MI) (attach Continuation Sheets)if necessary) 12. Amount of Payment(check all that apply) 14. Type of Payment(check all that apply) $ ❑ actual ❑ planned a. retainer b. one-time fee 13. Form of Payment(check all that apply): c. commission ❑ a. cash d. contingent fee b. in-kind;specify:nature e deferred Value f. other,specify 15. Brief Description of Services Performed or to be performed and Date(s)of Service,including officer(s),employee(s),or member(s)contacted,for Payment Indicated in Item 11: 16. Continuation Sheet(s)attached: Yes ❑ No ❑ (attach Continuation Sheets)if necessary) 17.Information requested through this form is authorized by Title 31 U.S.C.Section 1352. This disclosure of lobbying reliance Signature: was placed by the tier above when his transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. print Name: 1352. This information will be reported to Congress semiannually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject Title: to a civil penalty of not less than$10,000 and not more than $100,000 for each such failure. Telephone No.: Date: Authorized for Local Reproduction Federal Use Only: Standard Form-LLL Standard Form LLL Rev.04-28-06 Distribution: Orig-Local Agency Project Files 66 Page 1 LPP 13-01 May 8,2013 Local Assistance Procedures Manual EXHBIT 10-Q Disclosure of Lobbying Activities INSTRUCTIONS FOR COMPLETING EXHIBIT 10-Q DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity,whether subawardee or prime federal recipient at the initiation or receipt of covered federal action or a material change to previous filing pursuant to title 31 U.S.C. Section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency,a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered federal action for which lobbying activity is or has been secured to influence,the outcome of a covered federal action. 2. Identify the status of the covered federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported,enter the year and quarter in which the change occurred. Enter the date of the last,previously submitted report by this reporting entity for this covered federal action. 4. Enter the full name,address,city,state,and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee,e.g.,the first subawardee of the prime is the first tier. Subawards include but are not limited to: subcontracts,subgrants,and contract awards under grants. 5. If the organization filing the report in Item 4 checks"Subawardee"then enter the full name,address,city,state,and zip code of the prime federal recipient. Include Congressional District,if known. 6. Enter the name of the federal agency making the award or loan commitment. Include at least one organization level below agency name,if known. For example,Department of Transportation,United States Coast Guard. 7. Enter the federal program name or description for the covered federal action(item 1). If known,enter the full Catalog of Federal Domestic Assistance(CFDA)number for grants,cooperative agreements,loans and loan commitments. 8. Enter the most appropriate federal identifying number available for the federal action identification in item 1(e.g.,Request for Proposal(RFP)number,Invitation for Bid(IFB)number,grant announcement number,the contract grant.or loan award number, the application/proposal control number assigned by the federal agency). Include prefixes,e.g.,"RFP-DE-90-001." 9. For a covered federal action where there has been an award or loan commitment by the Federal agency,enter the federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10. Enter the full name,address,city,state,and zip code of the lobbying entity engaged by the reporting entity identified in Item 4 to influence the covered federal action. 11. Enter the full names of the individual(s)performing services and include full address if different from 10(a). Enter Last Name, First Name and Middle Initial(MI). 12. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity(Item 4)to the lobbying entity (Item 10). Indicate whether the payment has been made(actual)or will be made(planned). Check all boxes that apply. If this is a material change report,enter the cumulative amount of payment made or planned to be made. 13. Check all boxes that apply. If payment is made through an in-kind contribution,specify the nature and value of the in-kind payment. 14. Check all boxes that apply. If other,specify nature. 15. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s)of any services rendered. Include all preparatory and related activity not just time spent in actual contact with federal officials. Identify the federal officer(s)or employee(s)contacted or the officer(s)employee(s)or Member(s)of Congress that were contacted. 16. Check whether or not a continuation sheet(s)is attached. 17. The certifying official shall sign and date the form,and print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30-minutes per response,including time for reviewing instruction,searching existing data sources,gathering and maintaining the data needed,and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information,including suggestions for reducing this burden,to the Office of Management and Budget,Paperwork Reduction Project(0348-0046),Washington,D.C.20503.SF- LLL-Instructions Rev.06-04 67 Page 2 LPP 13-01 May 8,2013 Local Assistance Procedures Manual EXHIBIT 10-H1 Cost Proposal EXHIBIT 10-H1 COST PROPOSAL Page 1 of 3 ACTUAL COST-PLUS-FIXED FEE OR LUMP SUM(FIRM FIXED PRICE)CONTRACTS (DESIGN,ENGINEERING AND ENVIRONMENTAL STUDIES) Note:Mark-ups are Not Allowed ❑ Prime Consultant ❑ Subconsultant ❑ 2nd Tier Subconsultant Consultant Proj ect No. Contract No. Date DIRECT LABOR Classification/Title Name Hours Actual Hourly Rate Total (Project Manager)* $ $ (Sr. Civil Engineer) $ $ (Envir. Scientist) $ $ Inspector)** $ $ LABOR COSTS a) Subtotal Direct Labor Costs $ b) Anticipated Salary Increases(see page 2 for calculation) $ c)TOTAL DIRECT LABOR COSTS [(a)+(b)] $ INDIRECT COSTS d) Fringe Benefits(Rate: %) e)Total Fringe Benefits [(c)x(d)] $ Overhead(Rate: %) g)Overhead[(c)x(f)] $ h) General and Administrative(Rate: %) i)Gen&Admin[(c)x(h)] $ j)TOTAL INDIRECT COSTS [(e)+(g)+(i)] $ FIXED FEE k) TOTAL FIXED FEE [(c)+(j)] x fixed fee %] $ 1)CONSULTANT'S OTHER DIRECT COSTS(ODC)—ITEMIZE(Add additional pages if necessary) Description of Item Quantity Unit Unit Cost Total Mileage Costs $ $ Equipment Rental and Supplies $ $ Permit Fees $ $ Plan Sheets $ $ Test $ $ 1)TOTAL OTHER DIRECT COSTS $ m)SUBCONSULTANTS' COSTS(Add additional pages if necessary) Subconsultant l: $ Subconsultant 2: $ Subconsultant 3: $ Subconsultant 4: $ m)TOTAL SUBCONSULTANTS' COSTS $ n)TOTAL OTHER DIRECT COSTS INCLUDING SUBCONSULTANTS [(1)+(m)] $ TOTAL COST [(c)+0)+(k)+(n)] $ NOTES: 1. Key personnel must be marked with an asterisk(*)and employees that are subject to prevailing wage requirements must be marked with two asterisks(**).All costs must comply with the Federal cost principles.Subconsultants will provide their own cost proposals. 2. The cost proposal format shall not be amended.Indirect cost rates shall be updated on an annual basis in accordance with the consultant's annual accounting period and established by a cognizant agency or accepted by Caltrans. 3. Anticipated salary increases calculation(page 2)must accompany. 68 Page 1 of 9 January 2018 Local Assistance Procedures Manual EXHIBIT 10-H1 Cost Proposal EXHIBIT 10-H1 COST PROPOSAL Page 2 of 3 ACTUAL COST-PLUS-FIXED FEE OR LUMP SUM(FIRM FIXED PRICE)CONTRACTS (CALCULATIONS FOR ANTICIPATED SALARY INCREASES) 1. Calculate Average Hourly Rate for 1st year of the contract(Direct Labor Subtotal divided by total hours) Direct Labor Total Hours per Avg 5 Year Subtotal per Cost Cost Proposal Hourly Contract Proposal Rate Duration $250,000.00 5000 = $50.00 Year 1 Avg Hourly Rate 2. Calculate hourly rate for all years(Increase the Average Hourly Rate for a year by proposed escalation %) Avg Hourly Rate Proposed Escalation Year 1 $50.00 + 2% _ $51.00 Year 2 Avg Hourly Rate Year 2 $51.00 + 2% _ $52.02 Year 3 Avg Hourly Rate Year 3 $52.02 + 2% _ $53.06 Year 4 Avg Hourly Rate Year 4 $53.06 + 2% _ $54.12 Year 5 Avg Hourly Rate 3. Calculate estimated hours per year(Multiply estimate%each year by total hours) Estimated%Completed Total Hours per Cost Total Hours per Each Year Proposal Year Year 1 20.0% * 5000 = 1000 Estimated Hours Year 1 Year 2 40.0% * 5000 = 2000 Estimated Hours Year 2 Year 3 15.0% * 5000 = 750 Estimated Hours Year 3 Year 4 15.0% * 5000 = 750 Estimated Hours Year 4 Year 5 10.0% * 5000 = 500 Estimated Hours Year 5 Total 100% Total = 5000 4. Calculate Total Costs including Escalation(Multiply Average Hourly Rate by the number of hours) Avg Hourly Rate Estimated hours Cost per (calculated above) (calculated above) Year Year 1 $50.00 * 1000 = $50,000.00 Estimated Hours Year 1 Year 2 $51.00 * 2000 = $102,000.00 Estimated Hours Year 2 Year 3 $52.02 * 750 = $39,015.00 Estimated Hours Year 3 Year 4 $53.06 * 750 = $39,795.30 Estimated Hours Year 4 Year 5 $54.12 * 500 = $27,060.80 Estimated Hours Year 5 Total Direct Labor Cost with Escalation = $257,871.10 Direct Labor Subtotal before Escalation = $250,000.00 Estimated total of Direct Labor Salary = Transfer to Page 1 Increase $7,871.10 NOTES: L This is not the only way to estimate salary increases.Other methods will be accepted if they clearly indicate the%increase,the# of years of the contract,and a breakdown of the labor to be performed each year. 2. An estimation that is based on direct labor multiplied by salary increase%multiplied by the#of years is not acceptable. (i.e.$250,000 x 2% x 5 yrs=$25,000 is not an acceptable methodology) 3. This assumes that one year will be worked at the rate on the cost proposal before salary increases are granted. 4. Calculations for anticipated salary escalation must be provided. 69 Page 2 of 9 January 2018 Local Assistance Procedures Manual EXHIBIT 10-H1 Cost Proposal EXHIBIT 10-H1 COST PROPOSAL Page 3 of 3 Certification of Direct Costs: I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost proposal(s)in this contract are actual,reasonable, allowable, and allocable to the contract in accordance with the contract terms and the following requirements: 1. Generally Accepted Accounting Principles (GAAP) 2. Terms and conditions of the contract 3. Title 23 United States Code Section 112 -Letting of Contracts 4. 48 Code of Federal Regulations Part 31 -Contract Cost Principles and Procedures 5. 23 Code of Federal Regulations Part 172 -Procurement, Management, and Administration of Engineering and Design Related Service 6. 48 Code of Federal Regulations Part 9904 - Cost Accounting Standards Board(when applicable) All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project files and be in compliance with applicable federal and state requirements. Costs that are noncompliant with the federal and state requirements are not eligible for reimbursement. Local governments are responsible for applying only cognizant agency approved or Caltrans accepted Indirect Cost Rate(s). Prime Consultant or Subconsultant Certifyine: Name: Title *: Signature : Date of Certification(mm/dd/yyyy): Email: Phone Number: Address: *An individual executive or financial officer of the consultant's or subconsultant's organization at a level no lower than a Vice President or a Chief Financial Officer, or equivalent,who has authority to represent the financial information utilized to establish the cost proposal for the contract. List services the consultant is providing under the proposed contract: 70 Page 3 of 9 January 2018 ti ry \ o � �� � � � ao bA G' O O O O O O iry �j C��"G �' O c� �tG U U U �•+ ❑ II II II II O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 v o oo v oo v oo v oo v o0 OQ H C/1 cC — — — — — — — — — — — — — — — El O O O O O O O O O O O O O O O N N N N N N N N N N N N N N N — a � m m m m m m m m m m m m m m m Z O N N N N N N N N N N N N N N N v z - - - - - - - - - - - - - - - � °""` 000 000 000 000 000 o � � x � � NNNNNNNNNNNNNNN V' N � � � 4-i ti ti ti ti ti ti ti ti ti ti ti ti ti ti ti V � � �"-, •�, •�, •�, W OOO OOO OOO OOO OOO pz ❑ 000 000 000 000 000 0 0 0 0 0 0 0 0 0 Cl Cl Cl Cl Cl Cl OO O O O O O O O O Cl Cl Cl Cl Cl W o � o � � � � F, 000 000 000 000 000 NqsosoQqsqsosqsqsoQqQqsoQqQqton, H O O O O O O O O O O O O O O O m Cl Cl Cl Cl Cl Cl Cl Cl Cl Cl Cl Cl Cl Cl Cl 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 PW. U 6@ 6@ 6@ 6@ 6@ 6@ 6@ 6@ 6@ 6@ 6@ 6@ 6@ 6@ 6@ b�A b�A b�A w w w c7 o o 10, o a °U' o 0 0 0 Un a H a zU a1 16 N ti C p N U 0 o o � tj.1 1 a 0 3 ° y 7a c 4.1 3 °' ¢ pp M Q ❑ rte+ ¢ U N o� �W H ^' 69 69 69 69 69 69'� '�, O U Y 14 � 4.1 � 44 � Y WM H O 03 W a c❑mac � °� �+ U °� U � � � O�'� •� O Zc S7.' ;7.' ;7.' ;7.' ;7.' O O O O O � � \ \ & f w / \ \ 3 \ � ƒ / � \ \ 2 \ / 8 > \ \ \ � / \ \ \ � \ b ) � \ ) % \ / f / / � � \ � � \ � ( f \ e ; \ % � } k \ 5 \ \ ƒ 8 \ \ ƒ4.1 \ \ & / ` \ , = o / \ \ 6 4a dj \ \ QaSa / \ 7 / Local Assistance Procedures Manual EXHIBIT 10-H1 Cost Proposal EXHIBIT 10-H2 COST PROPOSAL Page 3 of 3 Certification of Direct Costs: I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost proposal(s)in this contract are actual,reasonable, allowable, and allocable to the contract in accordance with the contract terms and the following requirements: 7. Generally Accepted Accounting Principles (GAAP) 8. Terms and conditions of the contract 9. Title 23 United States Code Section 112 -Letting of Contracts 10. 48 Code of Federal Regulations Part 31 -Contract Cost Principles and Procedures 11. 23 Code of Federal Regulations Part 172 -Procurement, Management, and Administration of Engineering and Design Related Service 12. 48 Code of Federal Regulations Part 9904 - Cost Accounting Standards Board(when applicable) All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project files and be in compliance with applicable federal and state requirements. Costs that are noncompliant with the federal and state requirements are not eligible for reimbursement. Prime Consultant or Subconsultant Certifying: Name: Title *: Signature : Date of Certification(mm/dd/yyyy): Email: Phone Number: Address: * An individual executive or financial officer of the consultant's or subconsultant's organization at a level no lower than a Vice President or a Chief Financial Officer, or equivalent,who has authority to represent the financial information utilized to establish the cost proposal for the contract. List services the consultant is providing under the proposed contract: 74 Page 7 of 9 January 2018 Local Assistance Procedures Manual EXHBIT 10-H3 Cost Proposal EXHIBIT 10-H3 COST PROPOSAL Page I of 2 COST PER UNIT OF WORK CONTRACTS (GEOTECHNICAL AND MATERIAL TESTING) Note:Mark-ups are Not Allowed ❑ Prime Consultant ❑ Subconsultant 112 n' Tier Subconsultant Consultant Proj ect No. Contract No. Date Unit/Item of Work: (Example: Log of Test Boring for Soils Report, or ADL Testing for Hazardous Waste Material Study) Include as many Items as necessary. DIRECT LABOR Hours Billing Hourly Rate ($) Total($) Professional (Classification)* Sub-professional/Technical* EQUIPMENT 1 (with Operator) EQUIPMENT 2 (with Operator) Consultant's Other Direct Costs ODC —Itemize: Description of Item Quantity Unit Unit Cost Total ODC Example: Travel/Mileage Costs $ $ ODC Example: Mobilization/De-mobilization $ $ ODC Example: Supplies/Consumables $ $ ODC Example: Report $ $ ODC(List more ODCs as applicable) $ $ Subconsultant 1: $ Subconsultant 2: $ Subconsultant 3: $ Subconsultant 4: $ Subconsultant 5: $ Note:Attach additional pages if necessary. TOTAL COST PER UNIT OF WORK $ NOTES: 1. Key personnel must be marked with an asterisk(*)and employees that are subject to prevailing wage requirements must be marked with two asterisks(**).All costs must comply with the Federal cost principles.Subconsultants will provide their own cost proposals.The cost proposal format shall not be amended. 2. Hourly billing rates should include prevailing wage rates and be consistent with publicly advertised rates charged to all clients (Commercial,Private or Public). 3. Mobdization/De-mobilization is based on site location and number and frequency of tests/items. 4. ODC items shall be based on actual costs and supported by historical data and other documentation. 5. ODC items that would be considered"fools of the trade"are not reimbursable. 6. Billing Hourly Rates must be actual,allowable,and reasonable. 75 Page 8 of 9 January 2018 Local Assistance Procedures Manual EXHBIT 10-H3 Cost Proposal EXHIBIT 10-H3 COST PROPOSAL Page 2 of 2 Certification of Direct Costs: I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost proposal(s)in this contract are actual,reasonable, allowable, and allocable to the contract in accordance with the contract terms and the following requirements: 13. Generally Accepted Accounting Principles (GAAP) 14. Terms and conditions of the contract 15. Title 23 United States Code Section 112 -Letting of Contracts 16. 48 Code of Federal Regulations Part 31 -Contract Cost Principles and Procedures 17. 23 Code of Federal Regulations Part 172 -Procurement, Management, and Administration of Engineering and Design Related Service 18. 48 Code of Federal Regulation Part 9904 - Cost Accounting Standards Board(when applicable) All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project files and be in compliance with applicable federal and state requirements. Costs that are noncompliant with the federal and state requirements are not eligible for reimbursement. Prime Consultant or Subconsultant Certifying: Name: Title*: Signature : Date of Certification(mm/dd/yyyy): Email: Phone Number: Address: * An individual executive or financial officer of the consultant's or subconsultant's organization at a level no lower than a Vice President or a Chief Financial Officer, or equivalent,who has authority to represent the financial information utilized to establish the cost proposal for the contract. List services the consultant is providing under the proposed contract: 76 Page 9 of 9 January 2018 J�� 1 Jf' ATTACHMENT#2 City o� Ukiah l` f February 8, 2019 ADDENDUM NO. 1 SUBJECT: Downtown Streetscape, Road Diet, & Utilities Project To all Prospective Consultants: INCLUDED HEREWITH IS ADDENDUM NO.1 for the subject project 1. On page 8, please add the following statement to the paragraph for Construction Phase Authorization: "After the respective Allocation Request and Authorization Request have been obtained, the City may add additional construction phase services such as construction management and inspection, to the Consultant's scope of work. This potential work should not be included in proposals submitted for this project. However, if the City chooses this option an amendment to the selected Consultant's contract will be negotiated." 2. On Page 8, please strike out the requirement for a Caltrans encroachment permit: "Consultant shall identify in pFepesal if theFe aFe aRY other items that they antiGipate WR 3. On page 14, the Evaluation Criteria shall be changed as follows: No.", Written E4aluation Criteria. - Weight 1 Completeness of Response pass/Fafl ____ Z__ Qualifications& Experience ___ �___ 3__ .Organization&Approach 20 4 Scope of Services to be Provided 20 ._5__ .SCGUedu,AQe of w4rk_______________ w._.25 6MM ConfQict of Interest StatementHPass/Fad 7 i .,i PFe5enee _3_-._References 10 total: 100 4. On page 15, please change the Evaluation Criteria as follows: "5. Schedule of Work (25 points) 5. On Page 15, please strike out the Evaluation Criteria for Local Presence: a. A statement addressing—firm's ability to establish an effiGe With!R thentrnsty or SUFFOUn 300 Seminary Avenue • Ukiah • CA • 95482-5400 Phone: (70"0463-6200 - Fax: (707)463-6204 -www.cityofukiah.com 00 r-- Page Page 2 February 8, 2019 ADDENDUM NO. 1 Downtown Streetscape, Road Diet, & Utilities Project 6. On page 16, please change the Weighted score table as follows: Rating, Scor No.i E"luatlonGrlteria- " ., Weight (Rating x;" ":Weight}' 1 Completeness of Response N/A Pass/Fail Pass/FauU 2 Quahfications&Experience 25 3 Organizat6on&Approach 20 4 Scope of Services to be Provided 20 S SchedWe of Work 25 6 Conflict of unterest Statement N/A Pass/Fail Pass/FauU -7 1 i��=e ,ee g 8 References 10 "Total: 100 The proposal due date for this project will remain the same: 12:00 PM, February 13, 2019. IF YOU SUBMIT A PROPOSAL, ACKNOWLEDGMENT OF THIS ADDENDUM MUST BE SHOWN ON THIS ADDENDUM. IN ADDITION THIS SIGNED ACKNOWLEDGEMENT MUST BE SUBMITTED WITH THE PROPOSAL. This Addendum is being sent to you in order that this office may be assured all consultants have received same. It should be noted it is the responsibility of the consultant to notify all prospective sub consultants of any and all changes. Sincerely, Richard J. Seanor Deputy Director of Public Works ACKNOWLEDGEMENT I hereby acknowledge that I have received this Addendum No. 1 and have reviewed and considered it before submitting my proposal. Signed: Date: Print Name: ATTACHMENT#3 ON,,. t br u i�^,,,,� r � 'r•'m i!�;�� W��`" �'T"r'1i1� f. �� v; /r�� �O/// � 1 IJ ,w .. ,,� m A IG�1�1111NIV NIII� //�/1�urrr�il/f, r, '!hJ � via,.,•"�1e"Jr f�!f/� r�Ir f' ..«�:.,ha, „i„„'"� '�" // a �lii I i f / rbN,..,oN wlv, Il ,/ / �// fif r , j/r� /// �% �/` / °iv i I" H VIS 1�1✓CM°° �. o !, r I ✓//�//rAll f ,.�, „����; i„�,) „,,�„�G., „�wi✓ir. ,,� .�,n ,� ,. ear '.n ,'1 City Ukiah Proposal for Downtown Streetscape, Road Diet and Utilities Project February 13, 201 79 0000 ' 80 GHD I Ukiah Downtown Streetscape, Road Diet&Utilities Project I i This page intentionally left blank 81 ii I GHD u 1 r , / / / / / / 1, f , a ry I d d/ q . li H j:r i i i / / r i / / / / ///// iii iiiiiiiii ilii 82 M oo We recagr6ze d"ot the 0aoVnb[�A F D ^ect can be a fnt February 13. 2O19 the CMn's penBjssance hm /N±D: RiChard883n0r estad'd,-i^i {3 afraME)\N( t'k City OfUkiahfn� � �O���` �B��� Of Depa�nnantofPublic VVor�; , 300 Seminary Avenue C� , ��fw� Ukiah, CA85482-54OO ider�tify, and s1�,a"1gthErir'1g Re: Downtown Stxeetscape, Road Diet&Utilities Project hrikages between U,�e Dear Mr. Seenorand Selection Panel Members: City's "ma�n street," GHIDiGpleased tDsubmit the following Proposal for professional and Bss{�c'atecl engineehngdesign and dght-nfvvay0ROW>semioesfor the Downtovvn doyVnfOyVn areas. Streetscape, Road Diet, and Utilities Project("Project"). GHD recognizes this Project ismuch more than anengineering design project.While complex in its technical and management requirements,the design and development of the Downtown Streetscape Project marks a significant chapter in the successful evolution of the Downtown,and more importantly Ukiah.The Project will beconne aoritimal part[fUkiah'6 urban fabric and irn@ge, and become anat8kst of growth for Downtown Ukiah.VVeunderstand that the Project wiUotinnu|etene/itplizat|onandattnuctoedeethaneandomaocisded economic vitality along and adjacent to this critical segment of the Downtown framework. GHID and our Team have followed this Project from the very beginning and are intimately familiar with the services required.We have completed numerous similar projects locally and afar, and understand that nearly all core disciplines will berequired tosuccessfully complete the Project.Ananlp|e|iatofserNceainn|udeaPM,[|7C approval, landscape architecture, ROW appraisal and acquisition, public outreach, engineering design, and NEPA/ CEQA compliance,we have the skills to deliver the Project.We have also identified other optional or recommended services tnmeet the needs ofthe Project, |nc|udinggentechnioalenQineerng' H/ZMAIeaaeaonnent' ootho|in8'end updated traffic/bike/ped counts.We hope to have an opportunity to review the scope of work and approach to the Project with the City to establish the work plan.This is a truly unique Project that the entire GH0Team iaexcited to help the City deliver ioimprove the overall community ofUkiah. The following section includes our Executive Summary, which expands on our approach to the Project,thg services required tocomplete the Project, andtheve|ueppopoa0onthe(3H[)leambringetothoCih/ Ourleam is truly commited and excited to help you deliver this transformational Downtown Project. We look forward to your response and the opportunity tomove this pivotal City Project inionea|dy GHD acknowledges receipt of all addenda issued for this RFP(Addendum#1, dated February 8, 2019).The signed copy of the Addendum Acknowledgement can be found at the end of Section 5 in the Supplemental Information.This proposal addresses all terms and conditions of the request for proposal (RFP). (SH[}'amain point ofcontact: Matt Kennedy, PE, TE, Project Manager 2235Mercury Way, Suite /50, Santa Rosa, CA 95407 T+17075409687|&Y+17075403376 Sinuen*ly, A It 14 L, 'K'il i a m f� PE ndped° Matt Kennedy, PE, T+1 748482861biU.silva@ghd.cmrn T+17O7 540Q687llmatt.hennedy ghd.00m *Authorized firm representative Gl-il)Unc. 2225 Mercury Way, Suite 15D'Santa Rosa,C4 05407 P+170752810101F+17075278679 GHD IUkiah Downtown Stmetamape. Road Diet&Utilities Project| ill This page intentionally left blank 84 iv I GHD /'/ IIIIIIIII / / III , �IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII w 1 1 1 f pgyr u�� i 111111 IIII /� (G, , / of pop , L , - IN °I / u 1 , / �p C�'.�. of ✓ ail Is��l �" re4 1 r, / / �'- /iiii rrr i r / / / 85 GHD has assembled the ideal Team for the Ukiah Downtown Streetscape, Road Diet, and Utilities Project. In addition II to our extensive qualifications on similar projects, as a long-time partner of the City, we are truly committed to helping the City deliver this fast-tracked, high-profile CIP Project. To illustrate this commitment, our Team has already started into the Project with drone flights, urban design renderings, property owner research, and a contamination search. Understanding that the RFP schedule is exceptionally aggressive, we have established an approach that seeks to ° help the City achieve its goals. J11 R The following are unique values GHD brings to the City and are highlights from our proposal: III, IMIN • Unmatched downtown road diet expertise along the former Highway 101 corridor AM �Illuii • Proven team on the delivery of comparable northern California downtown/phased corridors li • Expertise in CTC processing and GHD staff that are former Caltrans Directors and Headquarter Leads R • Teaming partner that led the traffic work on the Project's initial 2009 Planning Documents • Committed team • Extensive resources and internal expertise for the Project size, scope diversity, and schedule • Innovative solutions(Permits to Enter, HAZMAT Pre-Assessment, Parallel Efforts) QUAi III,,,,,,11119CAT110INS AMID II , IIP II ,II R1111EINGIE The Project requires a thoughtful approach and a team with an «f11}'ri tia. outstanding track-record and expertise in the delivery of complete , l street/road diet projects— including within Downtowns and city corridors. Complete Streets, Green Streets, Smart Streets, Road Diets, or by any other name, GHD has provided municipal roadway solutions and revitalization projects for communities across Northern California and is ready to apply that expertise on the Ukiah Downtownnt�� Project. Our extensive experience of planning and design provides a i "real world" perspective when determining the optimal improvements for your community, adjacent owners, and the City. GHD is hopeful that, through our proposal and extensive qualifications, we illustrate our ability to provide the City with the most highly qualified team for the Ukiah Project. 011FIGAINIZAT110IN AMID AIRIP11 ROACH With over 90 years in business, GHD brings the strength and stability of 10,000 staff across the globe. With eight offices in Northern California and 400 staff in the west, GHD has the resources and expertise to see the Project through from design through construction. GHD is excited to bring our Team to the City and Project. The composition of the key GHD Team members and their roles: GHD- Prime, PM, Civil, Traffic, Environmental, Electrical, Structural, Geotech, Utilities, CTC/CT Processing; W-Trans—Signing/Striping Plan, Optional Study Revalidation, Continuity; WRT—Landscape Architecture, Public Outreach Lead, Irrigation; All— Right-of-Way(ROW) Consulting; CPI—Topo Survey, ROW Survey, ROW Legals. This is an established Team; members of this Team have worked together for over 15 years, including the delivery of multiple similar Downtown Projects. Our team will be led by a proven, dual-licensed PETE Project Manager, Matt Kennedy, with recent relevant road projects for the City that have included utilities, LID and other common elements. Additionally, he will be supported by a Deputy Project Manager, Jeremy Schmal, PE, to help achieve the fast-tracked schedule and extensive communication that will be required. Our Project Management Approach includes early stakeholder meetings, extensive outreach to adjacent property owners, and continual communication across the Team and with the City. We will hold regular meetings to review key elements of the Project and to keep the critical path in view at all times. 86 GHD I Ukiah Downtown Streetscape, Road Diet&Utilities Project 1 SCOIISII , OF W01I RIIK (AMID T11ECHIM11CA111....... IIPIIPII H) Downtown m has elivered Project. Through this experience, we l have tde developed a /f/jj , pVIIUIIuIIUUU*"" �IIII �d "r multipleprojects m comprehensive, detailed scope of work to deliver this high-profile fast-paced Project. uuuuuu� We have established a list of the milestone deliverables to ensure a r G , coordinated project delivery. mw� Visualizing the transformation:The improvements to State Street will be transformational for Ukiah's Downtown. Already, our Team 1111111110 has flown the corridor with a drone and created a birds-eye ��o,�� N i visualization. Per the design concept, widened sidewalks, lane g p reductions, new street trees, high-visibility crosswalks, decorative � '11 paving, and corner seating in bulb-outs are shown. After the OGFID Te ►n's Init►al�Rertdenng�at Perkin,s kick-off, we are excited to explore further design elements such as IIIIIIIIIIIIIIIIIIIII special paving at on-street parking, FID stormwater treatment pll °%p, i,lam` areas, pedestrian-scaled decorative streetlights, identity features, and opportunities for public art. We will prepare additional graphics to communicate the exciting design ideas. We propose to hold an initial scoping meeting with the City to review opportunities to reduce the cost of the project and the schedule. For example, we would consider the use of"Permits to ► ������ Enter" as an alternative to conventional TCEs. Because of Federal- / G funding and the 76 adjacent owners, the standard ROW process for the Project could extend far beyond the desired schedule. Through our proposed approach, it will give the City an opportunity %;: to achieve its goals. Other anticipated technical challenges have Visual►z►ng the��Transformat►on been identified, and our approach and innovative ideas to each are . . discussed in detail. SCHIBIDU111 II ,F C011, III.......IIITII TIII I F IIPSA, IIF IIS,IIS II ,IIS III....... III IID GHD will initiate the Project and advance work as quickly as possible; simultaneously, we will begin to build the case for an extension to CTC approval,just in case that approach is needed. GHD does not have a conflict of interest for the Project. Additionally, GHD has worked with the City on numerous projects and is confident that we can agree to terms on Project contracting. GHD has provided all the requested Federal forms in the RFP; we propose to review other Federal forms that may be required with the City. TIIEAIM C01MIM11TIM11EINT GHD is thankful to the City of Ukiah for this opportunity and extends our Team's highest commitment to the delivery of this exciting project. Though approach and qualifications are paramount to the project, we recognize that commitment is the intangible component that drives a successful project. I + i 87 �mnn :: Y�.."AP s'�A �'Y�...�.�:7(a.A���'" "`�...C) �... � (l�"YEa..X� ��\(I�...�,,,� l �.�..'YEa.A� � �...Y l P cA �,�3,, �h N 1GS 21 GHD k �51 or du awl i m r � VVY � �li GI II III l� 4 � � � v m IIIIIIIIIIII �It II u IIII W.ti� ✓+ti u� � iY. N �0. Fk "� f 4 iZ � b �1 i 1 p � I / / / r / r r / / / / / / / / / / / / r 1 t vv I I V VI I � I / r i II t 0 i r r t 88 1n I rr T IHI IIE 11 RIGHT T1lEAlM challenges and opportunities.These challenges and IIIIII For over 60 years, GHD has been active in the design and opportunities have led GHD to develop various innovative development of numerous high-visibility fast-track CIP solutions and resulted in improved project outcomes. 11101 projects in Northern California.We are a recognized While straightforward in concept, we recognize that this jw� leader in the design of multi-discipline infrastructure Project is complex at the management, detailed design, 0 projects. Sensitive to community and agency concerns, and construction levels. However, since we have been we offer strong project management to keep projects on down this path, GHD can establish a proven project schedule and within budget. GHD's "total project" approach, proactively address project issues before they expertise and service-oriented approach will be vital to the become problematic, infuse innovative solutions, and execution of this contract. help lead the City to successful project delivery. The projects listed in this section demonstrate the The matrix on page 13 illustrates just a handful of GHD's technical capabilities and experience of our project team's projects performed in California, summarizing the depth work similar to the City's Downtown Streetscape, Road and breadth of our relevant experience on similar Diet and Utilities Project(Project). They illustrate our ability projects. Collectively, our extensive state-wide to address complex issues and demonstrate our history experience, united with a local team, provides the City 111111111B 111111111h of working as a collaborative team. Client references are with the assurance that the final project will, most included within the detailed project descriptions and in importantly, be designed appropriately to promote safety Section 11. and functionality, but will also be designed to reflect and lip GHD has completed over 350 roundabout designs and enhance the City's unique character. 50 streetscape improvement projects across California. In Though many of the projects referenced in the matrix particular, GHD has successfully delivered numerous could be discussed at length, we have selected the nine similar Caltrans corridor redevelopment and revitalization most relevant projects delivered in the last five years projects.This specific expertise affords us a unique upon which to expand. As described above, these understanding of the inherent design and management projects include similar elements and services to those elements in a project of this nature, including potential which the City is seeking. GO ID at-a-glance 111111110 OF 671 ' J"�t MIMI 111111110 Mil 89 GHD Ukiah Downtown Streetscape, Road Diet&Utilities Project 13 ulllll�luttfol((Ifull«01111(fllllllllllffllll«IIIIIIII Illllllf((Illllllllllflllllllllllllllll«SII II IIIIIIOIIII�f(Illffllllllll(Illllllflllllllllllllllllllllllll II III I��II III IIIIIIIIIIIIIIIIIIIII((((flll0lll«IIIIIII II III I Illllflllllllllll�llllllllll(((((IIIOIIIIIIII(fllll«flllllllllllllllllllll III I II I II I II I II I II IIIIIIIIIII������IIII�I��� Wdhls Maii iiet ; �/,/� IYN�ftN 401, Idp'il ru 1 I IbU III City of Willits Working with Caltrans in preparation for the opening of the bypass and the transfer of this 3-mile segment of road,the Dusty Duly, City Planner City hired WRT to lead the redesign of this now local �00000i U thoroughfare—from state highway to the center of community life. Now, unburdened of regional traffic and T+1 707 459 4601; dduley@cityofwillits.org under the jurisdiction of the City, it was important to employ a robust community outreach effort to ensure that Main .0°°°°°1 Caltrans Sustainable Transportation Planning Grant and Street became exactly what the people of Willits needed City local matching funds and wanted.The cornerstone of the process was a week-long community charrette anchored by a series of 2016 meetings with stakeholders, emergency responders and the public. Provided with a downtown store front as a base IIIIIIIIIN 2016 of operations,WRT staff and transportation and ' " engineering team members drew inspiration from the John Gibbs, Principal (WRT); T+1 415 229 2806; historic downtown masonry buildings, stories from long- time residents, and the creeks coursing from the I jgibbs@wrtdesign.com Bill Silva, Principal (GHD); T+1 707 523 1010; surrounding hills crossing Main Street at bridges.As part of ����IIIII�III Bill ilea, hd.com the WRT Team, Bill Silva served as GHD's project principal, billand Matt Wargula served as the Coordinator with Caltrans. Willits is one of many small, charming cities in the forested Northern California County of Mendocino. Until The Main Street Willits Corridor Plan—which addresses recently, it was bisected by US 101, one of the most topics including traffic calming, pedestrian safety, street heavily traveled roads in the area. It has long been both trees, and community gateways—was unanimously lifeblood - bringing summer tourists and conduit for the approved by City Council on December 6, 2016.The daily transport of goods statewide- and a scourge -a project was completed on time and within budget, and source of massive congestion and safety concerns.As GHD's final fees were below budget. Relevancies include: a State-owned and operated highway, it had been 0 Federally-funded 0 Local Downtown and difficult to truly transform the City's main artery into a 0 Road diet Former Highway 101 thread that binds the community together. With the 0 Pavement rehabilitation 0 Public outreach completion of a highway bypass in November 2016, this Pedestrian enhancements • GHD teamed with WRT dynamic changed; the City and its people could guide 0 Extensive Caltrans coordination p ,°mo 90 Main Street's future. • Bike lanes 41 GHD i Street UIIII 11101 a NI�' �V �lml UIWCNi E wmi / ;M1 r f� IWIWW° l� l� NOINMPU(11I p �I�I�pAI�pI�lO1dNI, A IWI y � �i//11/�� � UIIII 1V p '�I IIIIIIIIIIIIIII IIIIIIIIIIIVI UC�VV,�&'SII Ia IIIIIIIIIII I ��� �� IIIIIIIIIIIVI. IIIIIIIIIIIIu �a ' �IIIIIIIIIIIu Imo" IIIIIIIIIIIVI at RedondoAvenue. It was redesigned to improve City of Long Beach pavement surface; address drainage; and included �U designated pedestrian, bike, and transit lanes, creating a safe and accessible "complete street." Project elements Onofre Ramirez, PE; Senior Engineer included: IIIIIIIIIIIVI' 11111111111116 . T+1 562 570 6183; onofre.ramirez@Ion beach. ov Roadway IRelhal�iillitatii�wrr, Existing pavement was � g g thoroughly investigated, and a unique pavement design lol, was provided that would allow rehabilitation of existing Measure A Funds pavement structure without complete replacement while still meeting the design goals of the project. • l".)raiirrage/Il�leririiiits, Existing drainage structures were 111111111101 2017 preserved when possible. Existing constraints on both �U sides of the street did not allow significant change in the 2018 roadway profile. • Bikeway II acilliitiies, Existing conditions of roadway did UIiI not include any bikeway facilities. Project proposed VuLL Sarmad Farjo, PE; T+1 949 585 5238; installation of Class IV Separated Bikeway(Cycle Tracks). sarmad.farjo@ghd.com • U,J'tiilliitiies, GHD coordinated with many utility owners to IUIiI relocate or adjust their utilities. Illllllllllil, The Broadway Corridor is the first and largest • Value Il arrgiirreeriirrg, GHD completed value engineering for IUIiI the project to best utilize all funds and grants that could IIIIIIIIIIIVI infrastructure project from Measure A funds and will provide economic benefits to the City. include improved and widened sidewalks, new ��IVuI pavement,increased public real estate at intersections, • Cnwir�rir�qure �Sutensielrr,The project was very controversial and required extensive community outreach. GHD bike lanes, and a road reconfiguration that will slow supported the City of Long beach on their outreach effort down vehicles in what business owners and residents and provided a 3D fly-through video to help and support alike have described as a "speedway" for drivers the outreach effort. desperate to connect to DTLB or access the 710 further west. The design phase was completed within schedule and the project is projected to be completed by April 2019. The City of Long Beach is very pleased with GHD's GHD was selected to redevelop a two-mile segment of performance on this project. Relevancies include: East Broadway in the City of Long Beach, CA, to create Complete street a multi-modal street that will improve overall mobility and Federally-funded • Downtown 6Separated bikeway the quality of life for residents in the area.The segmentPublic Outreach • Road Diet starts just east of downtown at Alamitos Avenue and � �° 91 goes east through Alamitos Beach to Bluff Park, ending �mmum GHD I Ukiah Downtown Streetscape, Road Diet&Utilities Project 5 P III " i �Illni III � BEx.uM RFNK �\ � d I � r qy � f11 y r 1 'IIIIIIIIIIIII' > r �IIIIIIIIIII 01". x014 i�� ,�;' � ®'/ �.� ria r✓�I �"�. �.. �-'.w _ r z II IIIIIIIIIIIIIII Q '���,� �1'� ,�. 1'^ ,•,," , -Y1 R / � IIIIIIIIIIIIU a -.TA Tasks "'asks allready performed.- III City of La Quinta • Conceptual design • Preliminary costs estimates I'lllllllllllll' Ed Wimmer, PE, Principal Engineer • Cost/benefit analysis 0 Preparation of Cycle 3 Active Transportation Program T. +1 760 777 7088 grant application • Pedestrian and bicycle counts 0°1111°111 Active Transportation Program (ATP) Grant IfMaurflher tasks fear flhs project wullll incllude. • Pre- and post-construction pedestrian and bicycle 2016 counts °I • NEPA preparation and coordination Ongoing (Design Phase) 0 Preliminary engineering 1111111110 • Public outreach 0 Lindsey VanParys, PE; T+1 425 563 6500; 0Preparation of PS&E Iglu Lindsey.VanParys@ghd.com • ROW Coordination and Engineering • Utility Coordination La Quinta was seeking to update their downtown area ' Bidding and Construction Support ����IIIII�III by improving pedestrian and bicycle access and safety. I� GHD (formerly Omni-Means) and the City worked The solution was the installation of five roundabouts together to find a solution that would meet these along three streets, which provide the capacity to handle needs. the existing and future traffic, while reducing the number of through lanes from four to two. This allowed for room GHD assisted the City in preparing the Cycle 3 Active to accommodate bicycles, pedestrians, and vehicles all Transportation Program (ATP) Grant application by with minimal ROW impacts. Relevancies include: providing the conceptual design, preliminary costs 0 Federally-funded estimates, cost/benefit analysis, and assisting with the • Downtown preparation of various narrative responses. Being 0 Road diet awarded funds through the ATP grant program, the City • Complete street hired GHD to perform the work to bring the complete 0 Roundabouts street to design and completion. This project is entering 9 Bike lanes 92 • x ,00 the environmental and design phases. Pedestrian enhancements �tii�mmmm� 61 GHD Hopbnd Mah Street Coiriddoir Eng'ineeired 0111 Fea§bhly StUdy1101 �� jwu r Aft Ull(II((GVl��V % m V4 r " fllir � � a , �r r VUwUWwtl FIN riSwNG ri r i /rr w1 ,.,,,,.�„ (IIIIIIIIIIIIII i r l�- wi �iv �r//Je9�� %1{r'/ 1✓i���i>,/��l Im 0 w�/���r'�1V�� �''���� 'r Y I Ilw�„ nW 9 +r Ip H MMw �sdewzlkl Pin y�9�k,�e�i� irz.1U n eta inii hn� r,111Ll r�o�r--�31,�.6.2r soew'w e Planta Lane der gQ lei lane PI— ^I llln�� IIIIIIIIIIIVI Mendocino Council of Governments (MCOG) The recommended improvements were selected due to U wl II I their potential to enhance mobility, connectivity, safety, Loretta Ellard, Assistant Executive Director and accessibility for roadway users of all ages and (IIIIIIIIIIIIII II abilities, Including automobiles, trucks, transit-users, 11111111111116 . bicyclists, and pedestrians. The process included a T+1 707 463 1806; lellard@dbcteam.net multi-day public design charrette and follow-up public lo, workshop. State of California Planning &Research Grant IIIIIIIIIIIu1 W-Trans developed geometric concept plans for US 101 2014 and SR 175 through Hopland, cost estimates for improvements, a Preliminary Environmental Assessment 2015 and project prioritization. The plan was adopted by Vul MCOG in 2015. p�u Steve Weinberger, PM (W-Trans); T+1 707 542 9500; Relevancies include: sweinberger@w-trans.com 1111,01, • IIIIIIIIIIIIII, Bill Silva, Principal (GHD); T+1 707 540 9014; Local downtown ��IIIIVuI bill.silva@ghd.com 101 corridor IIIIIIIIIIIu1 • Caltrans coordination uw The Hopland Main Street Corridor Engineering • GHD teamed with W-Trans I� IUIw Feasibility Study examined transportation alternatives that would optimize capacity and operation of the existing roadway facilities and provide a complete street environment on US 101 through the downtown Hopland area and on SR 175-Main Street in the Old Hopland area. ° 93 -Transmw w GHD I Ukiah Downtown Streetscape, Road Diet&Utilities Project 7 ulllll�luttfol((IIIIIIf�01111((flllllllllfflllllfllllllll Illllllf((Illllllllllfllllllllllllllllllfill II IIIIIIoIIll�fflllffllllllll(Illllllfllllllllllllllll�(fIIIIIIf�01111111�11��lllll II Illllll�lll��llf IIIIIIII(011111�(((Illlllfllllllll��llf IIIIIIIOIIIIIIflllllllll I(Il�fflllfffll Ill��flf I�011II(Illlllffflllllll�llll((((fII1011111flllllll II III IIIIIIIII��II�(IIIIIIIIII(((((Illllllllllllolllllflllllllllllllllllllllllll II I II I II I II I II IIIIIIIIIII������IIIIII�� HeadsbUirgUe & 5-Way ROUndabOLA i u � ,f , ��� G �,✓lYr ��' "''f� A��rvrvmoimu � 1! N V Undergrounding Rule 20, underground utilities City of Healdsburg rehabilitation and extension, roadway corridor design, o°°°°°° and the 5-Way roundabout design. Design features in the IIIIIIIIIIIIV Brent realm included the addition of landscape rent Salmi, Former City of Healdsburg Public Works Director planters utilizing native materials, street furnishings, unified signage, water features, and pedestrian III° crosswalks. the project included acquisition of a parcel T+1 925 323 0020; bsalmi@outlook.com and building demolition. Project permitting included RWQCB, NOAA, NMFS, Fish &Wildlife, among others. City of Healdsburg Redevelopment Funds The project included the narrowing of Healdsburg Avenue (from two to one lane in each direction), widening of 2015 sidewalks, extensive landscaping, street furniture,and u„ installation of parking along the Avenue.A vital part of the .0°°°°°1 2018 design process included working with the residents, downtown property owners, and merchants through an Bill Silva, Principal (GHD); T+1 707 540 9014; extensive outreach and education process to vet urban bill.silva@ghd.com design components, landscape palettes, and construction- sequencing plan to ensure the appropriate design and Located south of the downtown business area and continued access to the businesses in the project area. pip historic square, this comprehensive gateway, „u streetscape, and utility improvement project is envisioned The existing, signalized 5-way was reconstructed as a to set the stage for redevelopment in Healdsburg. single-lane roundabout to improve safety, capabity and the community's image. An abandoned gas station was 111111mil The Healdsburg Avenue and 5-Way Roundabout acquired and demolished, and disruptions to nearby Improvements Project was approximately 1,250 feet businesses and the flow of traffic were avoided for this long and was a comprehensive gateway, streetscape, highly visited tourist destination. Relevancies include: railroad crossing, utility undergrounding, and utility • Road Diet improvement project. The corridor improvements set the 0 Downtown/Former Hwy 101 stage for area redevelopment, corridor efficiency, and • Public Outreach enhanced safety. Key design features included the Foss 9 Pedestrian enhancements UPn ASso��ArEo C(a ' II RIGHTOFWAY Creek Improvement Area, Overhead Utility • GHD with ARMS on the team � umum SERVICES NC. "GI--O and hel'ir Ceram Ilea a coirriprelhensiive pUldl'ic OU trench, pelrrnittl'iing, and engiilneer'iing design process for this I'rrii l'rr profile and contentbUs rOUnda.RUCUA and c;.crrnpllete Ufllhfles replla.c;.errnelnt piroiect in the core Of OUr downtown. Bllllll and his Ceram exrselllled at Ib albincl'iing the needs of the coirnlmUlnl'rty, IbUSiilnesses, and City wlrrlHe Imee iiing InUlmerOUS piroiect rslrrrallllenges and the piroiect schedde on this coirnp. ex ImUlnd alk OLA With IralH piroiect." 94 Brent Salmi, PE, Former Public:; Works Director, City of Heddsbur 81 GHD BILIshess Pairk Transpoirtaflon jilli ImprInterchange1101 �wu ullrii @o�oao\Ooo»>s�li \\\0\�l�w�lulllriwui��IIIVIUIII UI mui puui wuuuuuuuuulpiuipuuVuuuuuugiiiui uuwuuuilluuuuuuuuui puuuuuuuuuuuuillll '{.; IIIIIIIIIIIU r- ISI IIIII ke' IIIIIIIIIIIUI i Y�Y irl. �fl IIIIIIIIIIIUI Road) in Ukiah. GHD provided overall project City of Ukiah management, design engineering, environmental iWl°°11.11 compliance assistance, and construction management. GHD coordinated construction activities with Caltrans illllllllllll II IIIIIIIIIIIUI' Tim Eriksen, City Engineer District 1, PG&E, Comcast, AT&T, California Department IIIIIIIII, . of Fish and Wildlife, Regional Water Quality Control T+1 707 463 6280; teriksen@cityofukiah.com Board, and other stakeholders. GHD also prepared all of the traffic analyses and traffic impact studies for the California Infrastructure and Economic Develo ment project environmental documents. This effort included p developing and analyzing four different alignment and IIIIIIIIIIIUI Bank(I Bank). intersection alternatives for the Talmage Road ul U Interchange improvements. 2010 IUlil A key challenge overcome by the project was to develop pUu 2018 a cost-effective and feasible method to accommodate existing shallow utilities while still achieving the design �� Ippl Matt Kennedy, PE, TE; Project Manager; Traffic Index. GHD worked closely with subgrade and iiiiiiiiioill, �,IIIII T+1 707 540 9687; matt.kennedy@ghd.com pavement fabric manufactures to design a pavement IVuI section of reduced thickness compared with a traditional IIIIIIIIIIIUI design that improved bearing capacity while also The objective of this project was to improove roadways increasing the design life of the pavement. To improve and storm water quality in the Redwood Business Park pavement tensile strength and longevity the project used commercial business and retail area of the City. a high strength aramid fiber reinforcement (Kevlar®type fibers) in the hot mix asphalt mix design. Relevancies GHD was the Engineer of Record for this$7.1 Million include: project to improve roadways and storm water quality in • Caltrans coordination the Redwood Business Park commercial business and • Adjacent to the Hwy 101 Interchange Project retail area of the City. The project was required to allow 0 Pedestrian enhancements for the planned development of the business park and The project was recently recognized by the American the CEQA requirement to improve the roadways and Council of Engineering Companies (ACEC), receiving the intersections that serve the area before allowing further "Public Works Project of the Year" by the ACEC North commercial development. It also involved the design of Coast Chapter, and an Honor Award in the ACEC geometric modifications to the existing freeway California 2019 Engineering Excellence Awards. 95 interchange at US 101 and State Route 222 (Talmage �Uumum GHD I Ukiah Downtown Streetscape, Road Diet&Utilities Project 9 liiUl JagUair WayMhdsoiidanii Improvements i e Ylj UIQ °' �ff€1 r in �IIIIIIIIIII ,rr� ���j, r ilii YI „1i II Yi I lint%IwuuVYt NO it Town of Windsor GHD analyzed and prepared several project design �IIIIIIIIIII V alternatives for this project, which included proposed Alejandro Perez, Senior Civil Engineer improvements for pedestrian, bicyclist,transit, and motor vehicle mobility throughout the project corridor.The project received Congestion Mitigation and Air Quality(CMAQ) T+1 707 838 5318; aperez@townofwindsor.com funds, which are administered through Caltrans District 4 ILII Local Assistance. GHD provided predesign services and Congestion Mitigation and Air Quality(CMAQ)funds public outreach/stakeholder coordination under contract Imo,, administered through Caltrans District 4 Local Assistance one and design, ROW coordination, and engineering P support during construction under contract two for this 2015 Federally-funded project. IIIIIIIII 2016 Using our relationships with Caltrans Local Assistance, 1GHD gathered information and updated the progress of I ; Matt Wargula, PE, TE, QSD/P; Project Manager; the project, so as to assist in completion of the required 111IIIIIIIIII T+1 707.540.9689; matt.wargula@ghd.com federal aid forms for the project. GHD prepared the utility certifications for the project in concert with the efforts of The Jaguar Way/Windsor Road Pedestrian and Bicycle the Town's ROW agent and stayed in close coordination Improvements Project required coordination with Caltrans throughout the project design phase and preparation/ Local Assistance for NEPA compliance, ROW submittal of the Right-of-Way certification. GHD also certification, and authorization to construct(E-76)prior to assisted the Town in preparation of front-end documents, advertising for project bids to provide streamlined including required federal aid forms, segregation of Caltrans processing for this Federally-funded project. federally participating and nonparticipating items, so that Pedestrian and bicycle safety was improved throughout the project documents and information were readily the project corridor, including roadway widening and available when needed. Relevancies include: signalization of Jaguar Way/Windsor Road,widening for 0 Federally-funded additional on-street parking, sidewalk gap closures and • Caltrans coordination reconstruction for accessibility, pedestrian channelization, 0 Utility certifications curb return bulb-outs, high visibility crosswalk, green 0 Bike lanes 96 0 ,00 bicycle lane markings, and new LED street lighting. Pedestrian enhancements thiiiw 10 GHD Peta��Uma CompbteStreets �Piroject IIIIII 1101 �wu IIIIIIIIIIIU r uuuuuuu IUIIWW° �� IIIIIIIIIIIU �, lull ILII Illllllllllbl II�IIIII � Illllllllllil�, L IIIIIIIIIIIW III pu U � IIIIIIIIIIII This Federally-funded project included approximately U City of Petaluma 4,500 If of Lakeville Street and East D Street. Within the Sanjay Mishra, PE, (former Sr. Civil Engineer, City of existing ROW, travel lane widths were reduced to incorporate shared facilities and enhanced green bike IIIIIIIIIIIIII' Petaluma. Currently with NVFA) lanes. Pedestrian enhancements included sidewalk gap closures, widened sidewalks, upgraded curb ramps, high U, T+1 707 776 3672; smishra@ci.petaluma.ca.us visibility crossings with advanced warning signage and a Rectangular Rapid Flashing Beacon (RRFB) system Surface Transportation Program (STP) installation at the Copeland Street/D Street intersection. 111111110l The project also included a new bus bay, coordination 2014 with the adjacent passenger rail station (SMART), and assistance with Federal aid processing. Additionallyl, the Vul 2017 project rehabilitated the existing pavement section with p�u combination of mill and inlay or mill and overlay. Matt Wargula, PE, TE, QSD/P; Project Manager; IVuI Illllllllllil�, T+1 707.540.9689; matt.wargula@ghd.com The project was completed on time and approximately IVuI $15,000 under budget. Illllllllllbl The Lakeville Street and East D Street corridors are Relevancies include: high-volume arterial streets linking mass transit ��IVuI (commuter rail and bus depot)to Highway 101, serving Federally numerous commercial, light industrial, and mixed-use • Lo oversight funded properties, as well as residential neighborhoods. The • Local complete streets City's Bicycle and Pedestrian Plan identified the • Road diet incorporation of bike lanes as a critical part of the Pavement rehabilitation project. Bike lanes • Pedestrian enhancements U , 97 GHD Ukiah Downtown Streetscape, Road Diet&Utilities Project 11 u ulllll�luttfol��llllllf�(Illllflllllllllllfllllll(IIIIIIII �Illlllflllllllllllllf��lllllllllllll�ll�lllllllllll�ll III IIIIIIII(Illlllf�(Ifllllllflllllll III IIIIIIIOIIIIIIIIIIIIIIIIIflfll(IIIIIIII Ill���lll�lllfllllllllllllllllffttlll �ff(III(Illlllflllllll II IIIIIIIIIIII��II�(IIIIIIIIIIIffI(Illllltttlll((Illlllfllllllllllllllllllllllllllllllllllllllllllllllllll������llllll�� U II Uu � lU pu �00000i II mn IIIIIIIIIIIIV For Phase 2 of the project, the road diet through City of Petaluma p downtown was recently completed and included many of Sanjay Mlshra, PE, Senior Civil Engineer the same elements of the streetscape, providing W� continuity between the downtown business core and m northern shops and services. As before, the project was .0"""""' T+1 707.259.8631; smishra@nvta.ca.gov funded with TLC funds. Again, GHD developed the project concept, design, and post-construction analysis. FHWA Transportation for Livable Communities(TLC)Grant The improvements through both phases included AC 'll I pavement grinding and overlay, deep-lift AC repairs for Phase 1: 2008 Phase II: 2011 failed areas, micro-surfacing, revised traffic striping, traffic IIIIIIII1b signal modifications, in-ground lighted pedestrian pipPhase 1: 2011 Phase II: 2013 crossings, street trees, decorative street lights, street furniture, bulb-outs, ADA curb-cut ramps, ADA non- Frank Penry, PE, TE; Project Manager; compliant driveway replacement or removal, associated drainage improvements, fire hydrant and water service T+1 707.540.9019; frank.penry@ghd.com ���IIIII�III relocations, and adjustment of utility structures to grade. This project was originally developed as a Streetscape, GHD provided engineering design, environmental funded through the Federal Highway Administration compliance (CEQA and NEPA) and related services, and Transportation for Livable Communities (TLC) Grant. assistance in procuring funding. During initial project development, the design team was The grant funding for this project was administered asked to prepare a feasibility analysis of extending a through the Caltrans Local Assistance Program and "road diet" (4-to 3-lane conversion), as proposed in the required coordination with Caltrans District 4 during design City's General Plan Update, through the northern to secure funding and authorization to bid the project. portion of the roadway between Washington Street and Lakeville Street. Construction of the final phase of the project was completed in 2013. Relevancies include: • Federally-funded • Road diet • Local downtown 98 • Former Highway 101 Viommum 121 GHD �lu� � III 111111 �r� II lu 8 BRlNGlNG EXPERTBE IN FEDERALr pwu P"0. NDlNG, Cw,TC., PROCI SSM& w DOWNTOWN STRIFPTSC APES Willits Main Street Road Diet r 00 0 11110 uw N N loo 0 Ulml Willits,CA 11111111111111 East Broadway Rd Complete Street ® Imlouw° Long Beach,CA La Quinta Village Road Diet W0 IIIIII U UUA UW 00 UW U qpQ UW 0f IIIIII UUk IIIIII La Quinta,CA IIIIIIIIIIIU IUII Hopland Main Street Corridor Study Mendocino County,CA IIIIIIIIIIIIIII Healdsburg 5-Way Roundabout IIIIIIIIIIIUI Healdsburg,CA 01011 111111 0 0 a 0 0 111111 0 0 0 0 111111 a 01011 11101 11111111111 Uw Redwood Business Park Transportation „ Improvements&Talmage Road Interchange 0 0 ® ® ® InIIIIIIIIIIIUI, Ukiah,CA IIIIIIIIIIIIU Jaguar Way/Windsor Road Pedestrian&Bicycle IIIIIIIIIIIIU Improvements uur 111111 111111 00 00 011 uw our 111111 OIII Windsor,CA Petaluma Complete Streets 0a 11ao a� Qa �u Qa mm Qa mm 0a 11ao 0aMIN Petaluma,CA IF Petaluma Blvd Road Diet Phase 2 Petaluma,CA uur 111m 111111 11m 00 00 00 111111 11m 111111 N our mm IIIIIIIIIIIUI State Street Plan IN N 0 ON 0 M la V Ukiah,CA L. wllllllllllll Downtown Redevelopment IN 111111 111111 111111 0 0 0 N 111111 0 0 N 0 8 111111 N Cloverdale,CA Downtown Improvements(Old Redwood Hwy) 0 0 ® ® IIIIIIIIIIIIIII II Cotati,CA IIIIIIIIIIIIU' 11111111111116 . Street Smart � 1110 111111 111 111111 11 City of Sebastapol 111 1111 ON 0 WN 111111 WN 0W 0 010 Downtown Improvements 111City of Petaluma IN MIN Downtown Redevelopment 111111 111111 010 0 0 111111 E NO E 010 111111 R 111111 01111 Town of Windsor IIIIIIIIIIIUI 111 Stony Point Road City of Santa Rosa Downtown Improvements City of San Leandro !! !11N 11111 00 IIID !11N UW 1110. 8 11111 0 IUIII Downtown Improvements-Main Street uQo 0 ON 0 M 0 0 M 0 N 0 N 1111 0a Upu City of Fort Bragg Foster Avenue Extension 0 mm 0 a 0 mm 110 0 111111 11101 City of Arcata �U IIII� Mission Bay Redevelopment IIIIIIIIIIIUI, Catellus Dev,SF ® 111111111 1 IUIII Hwy 101 Streetscape a 0111 111111 0 111111 00 N 0 0 111111 IIIIIIIIIIIUI City of Los Angeles vu SR-49/Main Street Roundabout ® 110 110 ® uea um SIU Plymouth,CA First&Second St Roundabouts along Calif.Blvd111111 111111 um 00 a a um v0 111111 a1110 111111 Napa,CA Kings Beach Western Approach la Kings Beach,CA Trinidad Gateway HRYTE 110 01011 N E N 1111E 01011 Trinidad,CA Rohnerville Road STIP/HSIP 0 Fortuna,CA Foster Avenue Extension uw 111111 uw uwU 111111 Arcata,CA Old Arcata Road Improvements 0a 1111 IN ON 0 0 0 M 0 0 N 1111 0a Arcata,CA SR255/Samoa Blvd Gateway a 0101 mm 0101 0 0 0 IN a 0 00 111111 our 0101 11101 Arcata,CA 99 GHD Ukiah Downtown Streetscape, Road Diet&Utilities Project 13 This page intentionally left blank 100 141 GHD 1 „ /a an�o�irr,,, r%///1I�1'lfW;,,,,;/!JfCr,,; 14 /ire/Gi �r n fir,, " M n 1 "ir I ' IWr unwww mn f rr P / r / / r r ✓ r r d G/ / r i I i r ro rr ri /1 i r u,r r w v �„,r>'..y,r,,,,r,`,rir ri.✓nr» rrr„ i��IMry,� ,�"„ Vis'. ,➢11 1 !«,,,,11)6tiq 1u/co�ao,i, r, ., '�// / ri �I ZAP I r /% PPROACH t, � I // r r. , 'iIlliololltltrfirrrrn � Illpl,l�l,o(t5 4 dP,f I y,, rer�mamul�mlui�lau611tiloGwm�o r I I 1 / a (i �i I / I A / , pp fI I r r . / r / / rr, I , r / r A r r t r/ iii, / / i V r ,I i r l n I rrrr, i I rJ A „z 7 111 as� ! , rr F r / / r l / it r r i / r / i 0 / r / / r I ar r r, r a r r ; r / i r I / r t , / / l i rr r / r r r /r r, r / �, ,///,ri„✓iii,,,, r ,r/,,,,, r//Gm,�;,,,,,c,,,,i�� ,,,;,,���r,,,�,e ;� �„ IIF-10111 II , AINIID TIIEAIM the City of Ukiah. As a licensed Professional Engineer 011RGAIII ZAT110IN and Traffic Engineer, he brings a unique understanding and skillset to bring the complete street vision and GHD is one of the world's leading requisite civil improvements to light. He is familiar with the 0 professional services companies broad spectrum of elements this Team will need to operating in the global markets of transportation, water, address on the Project including streetscape energy and resources, environment, and property and improvements, pedestrian and bicycle enhancements, buildings. Committed to creating lasting community signal design, public outreach/acceptance, anduuuuu benefit, our connected global network of 10,000 diverse construction sequencing. people delivers engineering, architecture, environmental Team Composition and construction services to public and private sector Wu clients across North America and the globe. GHD staff proposed for this assignment have decades of GHD has assembled a talented team with an emphasis experience successfully developing concepts for and iiiiiiiiiu on demonstrated technical ability and proven track- designing similar planning, downtown corridors, and record. Our core team has worked together developing complete streets projects. This will provide the City the and delivering downtown plans, complete streets/road peace of mind that comes with having the right diets and corridor solutions for numerous Northern professionals with the right experience planning, California destination locations, including similar cities in designing, and supporting environmental compliance and Mendocino and Sonoma Counties where Highway 101 public outreach for this project. Within this section, we once ran through their downtowns. present our most relevant experience providing planning, Jill, Through this experience, we have developed valuable public outreach, engineering, environmental, and delivery 0 services for downtown, streetscape and roadway skills to efficiently complete complex, high-profile projects improvement projects, led by our Key Team members. by integrating seamlessly and operating as an extension Due to space limitations, we cannot fully illustrate the 0 of City staff. As illustrated in the Organizational Chart on the following page, we offer a comprehensive and depth of our experience, but we would be happy to provide additional detailed information about any of these experienced team and have access to a large network of projects or additional similar projects we have additional resources to deliver a quality project, within completed. budget, and on a fast-tracked schedule to help the City achieve its goal. The experience shown will provide the City with the knowledgeable, comprehensive and thorough design The Team is streamlined to be responsive and efficient, development and public outreach approach based on yet dynamic, including technical expertise in planning, our established processes and lessons learned. Our urban design, public outreach, civil, traffic, low impact combined experience and collaborative history enables development (LID), and utility design, as well as extensive us to bring value and innovation to this project. experience with utility providers, CEQA/NEPA compliance, permitting, hazardous materials (HAZMAT), Given the schedule, the GHD Team understands the Caltrans Local Assistance and CTC coordination, and importance of timely and accurate communications urban core construction. regarding project status. The Team will work closely with City staff to assure that staff has the information needed This team of individuals will be dedicated throughout the to keep stakeholders informed and maintain a policy of project, and no staffing changes will occur without prior "no surprises." approval from the City. This dedicated team approach will ensure project continuity and increased efficiency in SUIBCOINSU111 TAINTS project delivery, which will be critical to meeting the Not only does our Team bring the requisite expertise for a project schedule. complex Project such as this, we bring unparalleled The City's main point of contact will be GHD's Project composition and resources from our North Bay/North Manager, Matt Kennedy, PE, TE. He brings more than 15 Coast location. GHD will Prime the contract. With over years of experience in project management, streetscape, 75 staff in Santa Rosa, and 400 in California, we will and traffic engineering design. Matt has been selected provide nearly all major disciplines for the Project in- for the Project Management role explicitly because of his house, with the exception of strategic augmentation of depth of experience with projects similar in nature to this uniquely qualified subconsultants. one and his proven ability to deliver roadway projects for 102 GHD I Ukiah Downtown Streetscape, Road Diet &Utilities Project 115 011FIGAINIZAT1101NA111 CHAIRT /f average years of experience of our key personnel plu plu 1_ qty of Jkiah Richard Seanor W Deputy Director of Public Works IIII Illlyl �.. �q l�111V M- 111EM Ism Engineering Lead CTC Process Lead Pat Tortora, PE/GHD Lindsey Van Parys, PE, QSD/P/GHD Traffic Engineering Lead Landscape Architecture&Outreach Lead Frank Penry, PE, TE,PTOE/GHD John Gibbs,ASLA,LEED AP/WRT Utility Coordination Lead Adjacent Owner Liaison Matt Wargula,PE, TE, QSD/P,LEED AP l GHD Tim Dillenburg, QSD/P/GHD NEPA/CEOA Compliance Lead Topographic&ROW Survey Lead Brian Bacciarini/GHD Tony Cinquini, PLS/Cinquini&Passarino LID Design Lead Right of Way Appraisal/Acquisition Lead Kat Harvey,PE, QSD/P/GHD Gary Dowd/AR/WS Geotechnical/Pavement Engineering Lead Signing&Striping Lead Chris Trumbull, PE/GHD Steve Weinberger, PE, PTOE/W-Trans IIIIIIIIIIIIII� Urban Design/Visualization Landscape Architecture Jonathan Linkus,AICP/GHD Jake Tobias,ASLA/WRT Transportation Planning Urban Design Todd Tragenza,AICP/GHD Atisha Varshney,ASLA/WRT Constructability/Construction Sequencing Survey/Utility Research Jim Winter, PE/GHD Mark Andrilla,PLS/Cinquini&Passarino Hazardous Materials Lead Potholing Ryan Crawford,PG/GHD Peter Sparks/Subtronic Structural Engineering Study Revalidation(optional) Steve Burns,SE, PE/GHD Steve Weinberger, PE, PTOE/W-Trans Civil Engineering&Estimating Traffic/Pedestrian/Bike Counts(optional) Mark Summers, PE/GHD Baymetrics s Accessibility Compliance Arborist(optional) Josh Wolf, PE/GHD John Meserve/Horticultural Associates Utilities Engineering Steve Grupico,PE, QSD/GHD Construction Traffic Control Myung Choo, TE,PE/GHD Project Coordinator/Scheduler Nicole Garza/GHD Electrical Engineering Eric Penn, PE,EE/GHD 103 161 GHD W-1-rans was an integral Wallace Roberts &Todd (WRT consultant to the City on WRTPlanning + Design) 1111111 the original 2009 Planning pilill Study and traffic anysisRole: I andscapr,, and their involvement willalbrin;g Downtown Stmetscope Founded in 1963, WRT was immediately recognized for Viii unmatched continuity, Improvement Plan Traffic Study its first projects, which represented the two main project understanding, and Wdirections of WRT's environmental ethos: designing with IIIIIIIIIIIU intent to the Project Team. C,ty f Uk,,,h nature and enriching urbanism. Rooted in these ideas, W-Trans and GHD worked J­19 2009WRT employs a"Complete Streets Plus(CS+)" approach together on the Hopland to street-making that takes the industry accepted notion Main Street, Cloverdale of Complete Streets one step farther. We recognize that Fill Boulevard, and Downtown in addition to providing the full range of mobility options 10 Cotati. within the street corridor, a number of additional social, WIR'T has developed and delivered four similar cultural, ecological and other sustainable functions can 1111 Downtown road-d iet/st reetscape projects with GHD from also be provided. The combination of these elements will Willits to Cloverdale to Windsor. Their innovative be different for every community and corridor, but can be 1111111111110 111111111111 landscape architecture and outstanding public a powerful tool in defining a functional balance and p engagement was a true asset to these agencies and culturally distinctive sense of place. Providing for specific I11111111110 their communities. kinds of social activities gives rise to appealing forms and design treatments just as providing for specific ecological AlR\WS is certified to deliver ROW on Federally-funded functions leads to unique landscape expressions. Other projects and skilled at complex projects.AR\WS sustainable functions such as energy conservation (and 1111111111110 111111111111 successfully delivered a former gas station site with GHD even generation), use of recycled/recyclable materials for the Healdsburg Avenue Streetscape/Road-Diet/ and local food production can also add new dimensions Roundabout Project and are teamed with GHD on Keiser to a public corridor. 11111111110 Avenue in Rohnert Park na ASSOCIATED Role: ROW 111 Supplemental subconsultants(4) round out our Team for RIGHT OF WAY ancillary and optional services, as needed. ISERVICES.INC. Associated Right-of-way Services, Inc. (AR\WS) is a SUIBCOINSU111 TAINTS full-service ROW and real estate consulting firm. AR\WS Role: SPgning& Stf-iping, specializes in project management, cost estimating, -Trans Optk.)nal StudyWappraisal, acquisition, relocation and utility relocation W Rev,.,�fid,.,�tk.)n Is coordination services for public infrastructure work. Since Illlllllllllu 1989, AR\WS has successfully completed hundreds of Since 1995, W-Trans has provided traffic engineering projects offering innovative and creative consulting for and transportation planning services that encompass the today's increasingly complex real estate and ROW mobility needs of all potential users. They are particularly programs. skilled in retrofitting existing streets and roads to make walking, bicycling and transit use safer and more AR\WS brings extensive experience working with and in convenient while also appropriately managing vehicle Napa and Sonoma Counties having worked for the traffic. W-Trans staff have honed their skills through following cities in Napa and Sonoma Counties:American experience on a variety of projects ranging from Canyon, Calistoga, Healdsburg, Napa, Petaluma, Rohnert complete street corridors, streetscape improvements, Park, Santa Rosa, Sonoma, and St. Helena.AR\WS has traffic impact analysis, downtown revitalization, also worked for special districts,transportation authorities circulation elements, and area plans to designing and other clients including: Napa County Flood Control & transportation facilities such as traffic signals, Water Conservation District, Napa Valley Transportation roundabouts, bike facilities and pedestrian crossing and Planning Authority, Napa Sanitation District, Sonoma enhancements to traffic safety and traffic signal Marin Area Rail Transit, Sonoma RSA, Inc., Sonoma operations. Their strength and focus are on balancing the County Transportation Authority, and the Sonoma County technical needs and functionality of traffic with the desire Department of Transportation &Public Works. of communities to create more liveable streets and sustainable transportation systems. 104 GHD I Ukiah Downtown Streetscape, Road Diet &Utilities Project 117 �IIIIIIIIIIIIII vQ°"'&P^ssnartio INC. inquinl & Passarino Tree consultation, diagnosis, and inventory projects 1^SDARkYN Role:eSufvr,y11 Jtrdrty Rc-..,search earch completed to date have included work on over 100,000 trees for a wide variety of public and private clients. SWI Established in 1954, Cinquini &Passarino (C&P) has a Horticultural Associates provides realistic, practical history of stability and reliability providing municipal and recommendations and solutions in all its tree-related 1�IIIniU private clients with reliable surveying services ranging work. While trees are primarily biotic in nature, they also u from topographic surveys, boundarysurve s� ROW have important political, social, and economic influences. ���IIII surveys, and construction surveys. C&P is a proven Horticultural Associates prides itself in the ability to IIIIIIIIIIIIIII leader among land surveying consultants. They bring balance all the important issues involved. extensive experience and has worked on numerous lu projects with GHD including the Healdsburg Avenue Improvements and 5-Way Roundabout, and the Keiser Baymetrics Bay Metrics (Optional) Avenue Extension and Roundabout projects. Role: CratcloraostrtanlF::ttro Ccrentw Baymetrics has been teaming with GHD on projects llm SUBTR�ONIC V;IIIIIIIIIII, -1 Subtronic Corporation since 1997. Baymetrics emphasizes stringent quality Im Role: F'r.:;td c;dBr t7 control methods and procedures in all aspects of data collection tasks, whether in-house or on-site. Using both Founded in 1984, Subtronic Corporation is one of manual and computerized equipment, they perform all Northern California's most respected and relied upon surveys, including traffic, bike and pedestrian counts, Subsurface Utility Engineering (SUE) companies. Based and have about 100 machines capable of conducting in the Bay Area, they have performed services volumes, classifications, speeds, and gaps studies. throughout California, the lower 48 States and ° ° international locations such as Guam, England and the III Middle East. Subtronic Corporation is committed to C0111,,,,,,,III,,,,,,A1113011RAT11VIIE H IIT011R ( 0 IIF TIHII II ;, excellence and invests a considerable amount of time GIRD TII , I and money in the continual training of its technicians and purchasing of the latest SUE technologies. The GHD Team, internal to GHD and with our subconsultants, has a remarkable level of work history Subtronic Corporation serves a diverse clientele base together. Many of GHD's core team members have been including cities, counties, municipalities, environmental working together on projects for nearly two decades and ���IIIIIIIIII firms, contractors, consulting engineers and utility some for their entire careers. Specifically, over half of the companies. For this project, Subtronic will provide core GHD team members have worked together for over potholing services to locate existing utilities that may be 15 years. In addition, a few of our key Team members in conflict with proposed project improvements. have worked for both GHD and our subconsultants over their careers, bringing an intimate familiarity with each .e•;� Horticultural other's proficiencies and an ability to work seamlessly Associates (Optional) together. Role: Cary suiting Afb(..)rist& f- .)rtrcc ulturist As arboricutural and horticultural experts, Horticultural Associates specializes in the science of trees, and relies on 30 years of experience and expert knowledge to diagnose problems and develop action and management plans to protect trees and encourage their health and safety. The firm's goal is to provide information that can be utilized to improve appearance, encourage health and vitality, improve safety, promote a green environment, or plan for construction and development. 105 18 1 GHD Niiiii iiiii iiiiii iiiii��iiiiii i niil�iiiiii�iiiii iiiiii ii�ii iiiill�ii ►�I ilii ��� iii iiiiiiiiiiiiiiiiii ii iiiiiiii riii�iiiiiii ilii Iii, pi `N-TRANS 19 Hopland Main Street, Downtown Cotati, Windsor Road WRT 18 Cloverdale Blvd, Willits Main St, Windsor Downtown A;R\UUS ' 20 ' Mission Bay, Healdsourg Ave, Keiser Ave IIIIIIIIIIIU C&P 21 Petaluma Blvd, Healdsburcg Ave, Keiser Ave Rol �� ��� IIIIIIIIIIIU l; l to V� r , I /✓l �✓1/('f r% �0 s 11110 u00000l Vw� Available Facilities As noted above, as Prime GHD has extensive resources across California and beyond. Highlights include: California staff w Santa Rosa staff Northern California offices California offices � n transportation I water I environment "r property&buildings ���ISI VIII 106 GHD Ukiah Downtown Streetscape, Road Diet&Utilities Project 19 �ulllllllllllll IIP IROJ IIECT AINIID IMAINAG II ,IM II ,INS AIIP IIP IROAC ll uu� GHD will manage and primarily staff the Project out of our Santa Rosa office. With this local office, we will be able to be responsive, present, and centralized to allow for effective Team interaction and productivity. Matt Kennedy, Project Manager, and Jeremy Schmal, Deputy Project Manager, will work closely to manage the GHD team members and subconsultants. They sit within 10 feet of one another and will communicate regularly to tag-team the management responsibilities. Given the fast-tracked Project schedule, this approach will strengthen communication across the team and allow for multiple operations to be underway simultaneously under coordinated management. Because the Ukiah Downtown Streetscape, Road Diet, and Utilities Project is so high-profile and fast-tracked, not only must our technical approach be sound, GHD's project and management("project management")approach must be well conceived and executed.The following is a summary of the key considerations of our project management approach. Key Management Considerations 11 Turnkey Services GHD is accustomed to holding the role of City Engineer, District Engineer, Jill" or other agency positions. Municipal project development and delivery Operate as an extension of City staff, has been our primary focus for over 60 years in California.We recognize Utilize GHD's diverse in-house expertise resources(traffic; the intricacies of redevelopment projects like the Ukiah Downtown pavement,electrical,LID,geotechnical,construction Project,verses overlaying rural roads or working in new subdivisions. sequencing,structural,HAZMAT, NEPA,etc.) Furthermore to the Ukiah Downtown's federal funding approval process, GHD has multiple farmer Caltrans staff and has expertise in taking roadway projects through the CTC process. 21 Responsiveness to Stakeholder Needs GHD's PM and other key Team members have been delivering CIP Knowledge of Ukiah,the community,and local process projects for the City for over two decades and have been exceptionally will be paramount to establishing trust and feeling of effective on recent efforts.Our recent relevant experience,relationships, responsiveness to stakeholders,especially adjacent and knowledge of the community and interest groups will accelerate property owner; coordination,bring trust,and build consensus most expeditiously; Establish Engagement Program that is personalized and WRT and GHD have led numerous proactive and customized outreach provides one-on-one interaction with the adjacent property programs on nearby downtown projects just like the Ukiah Downtown. owners. Our team knows what it takes to establish an Engagement Program that Reach out to third party utilities that are not controlled by is effective and responsive to stakeholder needs. AT&T has been slow;the wildfires have exacerbated that situation. City the Cty immediately to start coordination. IIIIIIIIIIIIII� We must jump on this item quickly and use our relationship with Mike Address any other stakeholder concerns. McAffee to prioritizecommunications relocation coordination.; 31 Quality&Timeliness of deliverables Consistent,;clear communication is vital to complete,;timely documents. Perform over-the-shoulder reviews with County staff to GHD's Principal,Dong Ries,will oversee Quality Assurance. In addition to ensure input at key stages of a fast-tracked design phase, the cross-team reviews,GHD will utilize internal tools to qualify the project Implement independent review of deliverables; management effort and track progress. Follow GHD's ISO 9001 certification guidelines,as applicable. 4 1 Budget Adherence GHD's budget management,processes will track with Item 3,above, Remain on point(scope)whenever possible and quickly regarding project management. communicate any potential need for deviation to City; Monthly invoices and a supplemental summary report will be provided to Utilize BST software for project financial management, clearly illustrate financials for all three separate funding sources, 51 Project Schedule Adherence Initiate simultaneous data collection,',design, ROW,and processing efforts Regular communication between GHD's PMs and the City's where possible; PM is an essential component of schedule maintenance; Coordinate early with City utilities and third-party utilities. Stagger operations to fast-track production;e.g.,start Work closely with City PM on Caltrans/CTC processing;seek extension(s) survey week 1,target week 2 for design start;second as applicable,in tandem with making exemplary progress to help illustrate survey package on week 2,etc. City commitment and justify extension. Communicate and begin to address major challenges early in the process so no late surprises. 107 201 GHD Turnkey Services Over our 90 year history, GHD has developed the staff, uu� Our ability to provde turnkey services is achieved through software, and operating procedures that allow us to proper staffing and training. First, GHD's approach to this remain competitive and consistently produce high-quality 1101 project started years ago with the selection of a local engineering and environmental documents. experienced Project Manager with extensive knowledge Budget Adherence of roadway design and years of public outreach and GHD recognizes the exceptionally fast schedule that is municipal CIP project delivery experience. Our Project proposed. Given the compressed schedule, there may Manager will be supported by our strategic teaming be a need for overtime and weekend work. This factor partners W-Trans, WRT, AR/WS, and C&P to provide the will be tracked carefully in our budget management. A City with staff that are exceptionally skilled at the work sampling of other factors that could affect budget and required and will allow for our team to operate quickly that will be monitored closely include: and effectively as an extension of staff. Since the beginning, GHD has been fully vested in : CTC processing Adjacent owner outreach/coordination municipal engineering and the delivery of CIP projects. . Doorway/ADA conform design For this Project, we are prepared to assist with the 0 Utility coordination/collision avoidance preparation of Staff Reports, work with other ROW acquisition/processing departments, take stakeholder phone calls, and address DSA approval if needed) budget and progress questions as they develop. Our pp �� proposed Project Manager, Matt Kennedy, has been Section 5 of this proposal includes other management supporting the City on numerous CIP Projects and is fully techniques and tools that we will use to monitor and understanding of the challenges that City Staff face. control cost. Responsiveness to Stakeholder Needs Project Schedule Adherence °"60 GHD assembled this team in response to stakeholder GHD recognizes that due to existing federal funding time 111111111110 u00000i needs. That noted, we will not rest on our heels. We will constraints, the Project schedule is extremely use our collective knowledge of the Project, City, accelerated. The combination of our location, resources, agencies, special interest groups, and adjacent owners expertise, and past experience on multiple local projects to ensure all voices are heard from the outset of the just like this Ukiah Project will allow us to be the Team Project and used to inform the design. Internal and most likely to deliver the project on the most aggressive external communication will be paramount to confirming schedule possible. That noted, we will need to each stakeholder is satisfied, or at least know they have proactively manage our time and efforts to achieve the had an influence on the process. quickest schedule. We will regularly update an MS Project Schedule with the Tasks from the detailed Project Quality and Timeliness of Deliverables Scope throughout the Project. The schedule will be Through our Project Manager, this team will operate as referenced at each regular Team Meeting, which will an extension of City Staff, collaborating with City staff as ensure all parties are on the same page and that critical needed throughout project development. We will employ path items are held top of mind. time-tested GHD tools and systems, including our A Project risk review will be done to identify any potential internal management software and our ISO certified fatal flaws or drivers that would impact the Project Practice Quality Management System. schedule. Sample risk items include ROW, DSA, private utilities, HAZMAT, construction sequencing, etc. These items will be tracked and vetted to clear the path for the Project as required. The approach to Project Schedule is m: discussed further in Section 5, along with the Scope of Work narrative. Vol AAHEO 108 GHD Ukiah Downtown Streetscape, Road Diet&Utilities Project 121 This page intentionally left blank 109 221 GHD IMF rr M; it f p/j f ✓ r r %/i� " l/� %`�J`�� y� �rvi J;< ' �" � /, � Urtwl+xfrrrin�,rwrr��rnrrnln;�,; drrrOrJ✓��/i/ j r // 11F NMI, ARNOW f/ / //, .. ,,,,� ., f iii% ANA � �� TANDL 7 loll ri r // � ,moi, ,r ✓, �/ w, r l / r r 1 / / / Il c / i r / 1 / l f r rI � r r r / / r o. r r.. ,. ., ,.. 1. PORK&.�i 91 -?E 0 FWORK, 1 I I 1 1 ri i r r . r r / r� r r r r r rr r r r r rr r J r, r r✓ , r tI r / / A / r r / � II CHURCH ST L 1, , r ���i I o, � Mal r .. 1�� J r Jr , I' /r rsi / r/ I' f II it r / I l r / 11 / 11 , / L f , r/ 110 rr„ rrr r r r / r l r r: 1 r/ r r ax r / r 11 / r JI/1, r i, r r / rw / / r r / / / r / l r 1 1 / 1 r „ r / / r r //r / t 11111 T11 R011DUCT1101N Task 5 1 Environmental Compliance Support ls GHD has developed a comprehensive and detailed 5.1 NEPA and CEQA Compliance (DS, RD, UT) scope of work to address the services required to 111 p q 5.2 Hazardous Materials Assessment and Support complete the Ukiah Downtown Project. Due to the (Recommended Option) (RD, UT) length of the Project scope of work, it is located at ow the end of this section for your consideration. Below Task 61 Design u is a detailed outline of the proposed scope of work, 6.1 60% Plans, Specifications, and Estimate " ilio which is based on the core RFP tasks and further (DS, RD, UT) enhanced to provide extensive detail for clarity, 6.2 Drainage and LID Program (DS, RD) effectiveness, and to set the City up for success. For ��pp�lllll ease of use during contracting, the "Scope of Work" at 6.3 Utility Coordination (DS, RD, UT) the end of Section 5 is intended to be ready to be Task 71 ROW Engineering exported from the Proposal into the Contract. �,. 7.1 ROW Descriptions and Plats Task 1 1 Project Management and QA/QC 7.2 ROW Appraisal and Acquisition 1.1 Project Management and Internal Services (DS) ���II� Coordination (DS, RD, UT) Task 81 Final Design and Bid Phase 11111111111 1.2 Project Schedule(DS, RD, UT) 8.1 90% Plans, Specifications, and Estimate w 10 1.3 Agency Coordination (DS, RD, UT) (DS, RD, UT) 1.4 Caltrans Local Assistance Coordination (DS, RD) 8.2 Final Plans, Specifications, and Estimate ppppll� 1.5 Project Meetings (DS, RD, UT) (Bid Set) (DS, RD, UT) 1.6 Progress Reporting/Invoicing (DS, RD, UT) 8.3 Bid Support (DS, RD, UT) 1.7 Quality Assurance/Quality Control (DS, RD, UT) Task 9 1 Construction Phase Support and Task 2 1 Surveys, Mapping and Site Data Construction Management (Optional) 2.1 Background Research (DS, RD, UT) 9.1 Construction Support (DS, RD, UT) 2.2 Surveys and Mapping (DS, RD, UT) 9.2 Construction Management (DS, RD, UT) 2.3 Site Visit (with City) (DS, RD, UT) 11h111011 ,0T 1111 ,111,,,,,,111 11 ,11 RA11B111,,,,,,11 , 2.4 Utility Potholing (Recommended Option) (DS, UT) In concert with the detailed scope of work, GHD has 2.5 Geotechnical Investigation (Recommended developed the following list of project deliverables. In Option) (RD, UT) addition to the deliverables requested in the RFP, we have also identified optional and/or recommended 2.6 Traffic Data(Recommended Option) (RD) deliverables that will provide value or otherwise assist the Task 3 1 Outreach and Coordination with City in meeting its goals. Adjacent Properties Each completed deliverable shall be delivered to the 3.1 Community Outreach (DS) Public Works Department at 300 Seminary Way, Ukiah, CA 95482-5400. All tasks and deliverables shall be 3.2 Adjacent Property Owner Coordination (DS) completed or submitted in accordance with the included Task 4 1 Utility Coordination schedule. 4.1 Water, Sewer and Storm Drain Coordination (DS, RD, UT) 4.2 Utility Relocation of City Owned Facilities(DS, RD) 4.3 Utility Relocation of non-City Owned Facilities (DS, RD) 111 GHD I Ukiah Downtown Streetscape, Road Diet&Utilities Project 123 Ilu�ull 1.1 Project Management and Internal coordination * Draft&Final Project Management Plan * Kickoff meeting/minutes Flu 1.2 Project Schedule * CPM Schedule 1.3 Agency Coordination 0 Meeting agendas/meeting notes + Record of critical communications * As-needed meeting presentation materials/handouts 1.4 Caltrans Local Assistance Coordination + Utility agreements, NTOs and RCI + ROW certification ............ • Request for allocation package for Downtown Streetscape * Request for authorization package for Road Diet �I IIIIIIIII 1.5 Project Meetings • Meeting agendas/meeting notes * As-needed Meeting Presentation Materials/Handouts p 1.6 Progress Reporting/Invoicing * Monthly progress&budget summaries 1 1.7 Quality Assurance/Quality Control * Redlined review comment&response sheets VII 2.1 Background Research 2.2 Surveys and mapping * Topo survey 2.3 Site Visit(with City) 2.4 Utility Potholing(Recommended Option) * Depth,size and material of identified utilities SII 2.5 Geotechnical Investigation(Recommended Option) * Draft Geotechnical Report �Iliw * Final Geotechnical Report 2.6 Traffic Data(Recommended Option) ; + 24-hour,ADT counts * Peak hour turning movement counts III 3.1 Community Outreach * Website with Project info&sign up for notices 411 + Project info sheet + Meeting flyers(3) + News articles(2) * Targeted emails.&calls 3.2 Adjacent Property Owner Coordination * Field notes,suggestions&questions gathering 4.1 Water,Sewer and Storm Drain Coordination * Exhibits identifying potential conflicts IIIIIIII 4.2 Utility Relocation of City-Owned Facilities 4.3 ' Utility Relocation of cion-City-Owned Facilities 5.1 NEPA and CEQA Compliance 5.2 Hazardous Materials Assessment and Support 6.1 60% Plans,Specifications and Estimate + 60%plan set,outline project specs,and cost estimate (four hardcopy full size sets)and electronic submittal (PDF), 6.2 Drainage and LID Program * Storm Water Control Plan(with 60%Submittal) * Drainage Design Calculations and PS&E.. 6.3 ' Utility Coordination 7.1 ROW Descriptions and Plats • Provide clear description of project ROW requirements to confirm acquisition limits • Plats and legal descriptions by a licensed surveyor-up to twenty(20) 7.2 ROW Appraisal and Acquisition Services 7.3 Record of Survey * Record of Survey filed with Mendocino County 8.1 90%Plans,Specifications and Estimate * 90%PS&E(four full size hard copy sets); 8.2 Final Plans,Specifications and Estimate(Bid Set) • Final PS&E * Electronic Autocad drawing files transmitted 8.3 Bid Support * Responses to RFIs * .:Addenda 9.1 Construction Support(Optional) 112 9.2 Construction Management(Optional) 241 GHD COST I TII III,,,,,, IIID BUDGETING GHD proposes to conduct a kick-off meeting with staff In addition, we would propose to hold regular Project and key stakeholders (e.g., utility department, etc.)to Team coordination meetings. These meetings will IIS obtain input at the Project's initiation. The kick-off have a set agenda, involve all of the essential elements meeting will be used to achieve consensus and jump- and players within the Project, and ensure that uw start critical efforts. We will also involve key staff in a communication is happening throughout the Team. u field walk and pavement/site features condition These meetings have been essential to our success on o assessment effort. similar projects, many of which were described in this R By bringing all stakeholders together and presenting and proposal. addressing all concerns, issues are addressed early and GHD has utilized various tactics to minimize cost and@p�lllll Uow- decisions can be made quickly. In general, the cost of schedule in the design and construction phase through making decisions increases as projects progress into its long history on projects like the Ukiah Downtown later phases of design. Making decisions at the outset of Project. Some of the strategies that we have found � a project helps ensure time savings, and as a result, successful and would like to discuss with the City budget adherence. Early coordination efforts often make include: the difference between success and somethingless. . Revise formal ROW approach — implement "Permit Because GHD and our key staff are nearby, it will allow to Enter and Construct" Program for regular project meetings even on short notice and at • Remove utilities/underground from the Federal I10 reduced cost. Project scopes where possible w • Remove DSA approval SUBSTANTIAL i • Define potential contaminated soils/water COMPLETION ,,,,,,,,,,, — — —. —I � � operations and or limits GHD PROJECT 0 s CURVE Seek extensions)to CTC Approval Extend construction work windows/allow weekend W � I LU LU j work o Design to split work on each side of the road (traffic 0 100e EARLY TIME and work zone on opposite sides) STAKEHOLDER SA ENGAGEMENT TYPICAL PROJECT DEVELOPMENT TIME Our Project Manager, along with our Project Coordinator, will be responsible for schedule preparation and team performance and has enhanced the project scope as the p p 1 p start of detailed work plan and a critical path schedule. This schedule will be updated to track actual versus scheduled performance so that problems can be >° identified and appropriate corrective action taken, if necessary. 113 GHD Ukiah Downtown Streetscape, Road Diet&Utilities Project 25 This page intentionally left blank 114 261 GHD T11ECHIN11CA111....... II II II ROACH is GHD and its subconsultants have tackled all of the issues that are anticipated on this Project on other similar projects III in the region. The following are a sampling of key items that our technical approach must address for the Ukiah Downtown Project: uw Critical Engineering Design Considerations rmmR iafGVlVVrn4 %�/////�� �1p q V iu 11 Avoid disruption to business GHD and WRT performed an extensive outreach program on,Main St ate Street is lined with adjacent Street in Willits and Cloverdale for Uig businesses,and in many cases those their Downtowns.Those programs businesses are immediately behind the included an engaged public and ado, back of sidewalk, adjacent property owners. GHD Mould propose to employ a We will use proven tool's from our vigorous community engagement team's collective toolbox to promote campaign to gather input from key communication,involvement,andI�III� stakeholders;the program could be consensus. IIIIIIIIIIII v web-based campaign to streamline engagement and feedback. 10 Early outreach at a one-on-ane level will be provided to the adjacent IIIIII� property owners to hear their concerns IIIIII� and allow them to feel/be involved in the process. i An innovative gay to get collaboration 111111 is to utilize an existing vacant store- front as a working office for a week to do live interactions and updates to the streetscape plan.Charrettes and workshops can happen in the late afternoon with work the following day and an updated plan within 24 to 48 hours, IIIIII� 2 1 ADA compliance and GHD has tackled challenging back Downtown constraints on projects in doorway conforms Dated curb ramps,missing curb Downtown Cloverdale and Petaluma that mirror those in Ukiah. ramps,buckled sidewalks,tall curbs and other site conditions will be We will use those tactics where addressed through new cross-section applicable and agreeable to owners designs,allowing for conventional and the City.ADA-compliant facilities. Improvements could g g p include targeted Our design will include access to ramps,material changes,railing,and r� adjacent buildings where they are other measures. immediately adjacent and required through agreements. t � Our design will also seek to enhance �r I safety lighting for safety. The road diet will provide calming and reduce travel speeds. 115 GHD I Ukiah Downtown Streetscape, Road Diet&Utilities Project 127 Ilu�ull 3 I Appropriate pavement GHD has had great long-term success On Our rehabilitated former Highway rehabllltatlon/cross-section 101 projects.These projects typically �u � �' " I �U�ralr�>f��hryy��ra,iii////l�✓�;' p 1 p 1 As the former Highway 101 corridor, included HMA overlays with full depth the existing roadway has a long history, multiple pavement types,inconsistent HMA at dig-outs of severely degraded sections,and can prove challenging to pavement locations. select a single solution. Our Team will start by identifying an ............ appropriate method of rehabilitation: FRAC?Dig outs? u Consider existing pavement section and condition. P We will seek low-cost high-longevity solutions, GHD will work with the City to identify the desired Traffic Index for the pavement design, 4 Road diet des%gn— Mill is signalized,while over 1,500 '� r 1 feet from Perkins the intersection Ili �� ¢ rr y' transitions and techniques is just 500 feet from the adjacent The original streetscape plan was a Gobbi Signal.While the Mills/Perkins concept-level plan and included a segment is not a candidate for rigid"block-by-black"shifts in typical coordination,Gobbi is,As modified sections. with this Project to provide flashing II rr irub uE The key will be to get alignment yellow arrow or retain permissive 1, lit" r� t r 1�; across intersections for improved phasing,infrastructure within the � flow and safety(reduce conflicts), project limits towards Gobbi is Existing signals at Perkins and recommended.Interconnect along the Standley,with just 200 feet between corridor, by providing conduits and '% them,these signals should be pullboxes in new sidewalk does create interconnected and coordinated to an opportunity for a corridor wide reduce impacts of queuing,mid block management of equipment and smart parking maneuvers,and delay.With infrastructure. newly created left-turn pockets, t l f ( signal phasing should upgrade the existing protected/permissive 1rG 'V signal phasing at Perkins to a more r �? � conforming"flashing yellow arrow" phasing,and include the same at y ° 6 Standly for southbound traffic,The use of protected/permissive phasing will manage left-turn movements within ��1,� turn pockets, reducing blocking of r„ )tthe emissions issionsand dewy in reduce vehicle lighter traffic conditions,when vehicles have more gaps. 116 281 GHD it« 5 1 Construction sequencing/ GHD will utilize senior Construction IIS traffic handling Management and inspection staff, III r , with our Project Traffic Engineer,to Dw Develop block-by-block and site-wide a � develop customized and innovative uhm traffic handling plans. solutions for construction sequencing I, Review adjacent land uses and and traffic handling. R constraints with City and stakeholders. One potential concept could be to design the Project improvements with ��pp�lllll i the intent of half-street construction, allowing a contiguous path of travel on one-half of the road for through traffic. 61 Utility Coordination If undergrounding of the existing r overhead is desired,we would work � Identify anticipated ultimate utility IIIIII� with the City to determine if spare needs early for incorporation into plans. conduit can be placed for future use IIIIIIIIIIII Communicate with third party utilities. by AT&T and other carriers, wVllu Coordinate with City utilities. This approach would allow the City to Establish critical path schedule and better control construction and meet IIIllllu hold regular meetings to establish the overall schedule. IIIIII� �� �G� r mt��l! Ist�r�lut✓w ��, accountability to the schedule. 71 L101drainage enhancements Stormwater flows travel west to east GHD and WRTrecognize the City's in this area of the City.State Street IIIIII� desire to establish low impact design bisects this area,sending flows from stormater improvements that provide the west to the west side gutters and Gutterfiows on the east side water quality,enhance the character of inlets.� o ot� y the downtown and adequately address are from the roadway(about 80%of YfJ I7 r" Fi1��',,ri, III .l lu stormflows. the road surface)and from adjacent buildings and front yards.These flows As identified in the RFP,we would are sent easterly on side streets or propose to use planted;bulb- captured in inlets. outs similar to those in Downtown I Healdsburg,as a primary Best V Management Practice. irn rd, r k p 117 GHD Ukiah Downtown Streetscape, Road Diet&Utilities Project 29 Ilu�uu Critical Environmental Issues llYYYPo �° �,hw �.r�� Y r Y r�r it � �,v9p �+•. ;::Y iMptl oop 9'.,119a v'�Y Y iii Ulu 11 HAZMAT assessment and GHD has performed initial handling investigations to identify potential locations of contaminated materials, GHD is aware that there may be groundwater,or facilities. abandoned/former heating oil tanks within the project limits. This is currently an optional task, though it is recommended that scope GHD has the internal resources to be included to,at a minimum,develop IIIIIIIIIIIII address the situation and decide if specifications for the,.contractor to pre-work is desired or if construction implement during construction phase phase remediation is an acceptable of the Project.This lesser option can h approac , u� became more costly with potential p unforeseen conditions that are not clearly identified in the bid documents. Vlllnnlll i ifl .� IIS INorlhl al..�StreoA Ukiah �II�II �II� Il Ire 11 lr,�I'il-�;lat Ip ;url>Ikly Map �z'tr!14 �-1 cl tea P rvn= I trG U9nll t41 tlr�p rl p Iv I-vrinLy ®wsT aeanupSit , es� r IIF tl't J IloY ay®Cleanup Program SdPs • III ✓ O Mnic, cl y sdesllo,'l fu•r C IR',e';)l , 1 a (; T 1111111 * NK 01,-, �Illluu^ l�l 1P.,n Ctad F.Mi s louw. ! A tl tie t o P Ree e„e,ts �, ® • .m. voa I sl Per n d UST rtF ,% r tl 1 r a Y. <I;`. ® • r:;r.rl ImuuttlyelopIli " d DTSC w za dors.dnstaS� 2 ' III ® L.Rd o�,,s J s aaa a. r®• °' , (. p vl 8unv ou np C "rlY 1 1' ❑ �yy turlw(rt<f ¢r Ort lJe �Um„ �,cw•.,v sG.amt, ula4al rap�alsl� „I Pip a'r2war ; ;� 'I. .. IT 0 Pxe-T,n1 2P-cat ® • Tii1e 27 Lanai Tie t n lin t •!": • ® r o y Ttte 27 %-g u, ,lr,, - It,t 1 I,rcl Il iG"2QPo,��I T11e2T A111isold VI.- ® Mut: r, "l w rn Url H. ."'1' Illu ahr UIVIV l 4nu ,tlltldp L.,dfill a ■ p III W s t The 27 N ill' i I ISoItl IrljOl II II V La dfll • p� H/ .f rtr Nl III VIII a�2 aa,dnanl ��wkO Ttle 27 V' t Pit, G"ttilliumly 6 mt 1 a`tl vkna r I.rill r.or Iltl llclLt 6 • c ,nal�irrwr;l y�J C o-,ly t d L nosRey.lamr; ' ( Pmg Stas f � Irt�'al C;inr�t lr w,IlhaiGh r lrr� '0 Ol1G Sit- IN __. ® pPrl tV h S7. IN Gtrnar Gl arva vas luv sects .:,I • a:n9,av(y I'yytld'� I�. '°a IIIIUpProd cad l4atar Ponds � F r rrblYr Sg i LI dg our d l r9e ,,Control (UhC} L F"v'al SU"'lation Po r" IIrr I llrl illi{Ifttl P E ryp I MWd CO OP G921VSt tC,P f-tl- � IC d��p G drFat M t n Plar9 -W,, f Irlii /II �Ib,'.V• UJ^tll't H' lfr n .+v d�Y xlesufU,A ^ na - n a Cia Ce U7 r LLU:Pa r.x �e /•",.,.,; / Nc- /•,, ,,,,,•,,,, [ ' [ 118 301 GHD Critical Streetscape Design Issues js 0 0 0 �110 11 Preservation of existing trees As an option,our arborist can prepare specifications for pw Nothing kick-starts the aesthetics of a the handling of specific trees to remain,guide trimming newly finished streetscape project better requirement,and help ensure that the trees remain lie than well placed and attractive mature healthy through construction and into the future. R trees. I GHD will work with WRT and our arborist (optional service)to evaluate each tree proposed to remain with respect to the proposed improvements and their potential impact.Additionally,some trees could be candidates for relocation, based on appropriateness,general health,and value. 0000llul 21 Maximize visibility to On downtown main streets like State Street,business Businesses owners seek visibility of their frontage.It is important Tall,well spaced tree strategy. to consider visual access during tree selection and 10 placement.Our experience is that taller trees correctly Business sign placement. spaced affords the best visibility of the business 0000llu frontage,We also find that demonstrating successful 0000llu strategies where signs are placed for pedestrian as well as vehicle viewing helps merchants avoid future conflicts, 31 Widen sidewalks and Widening State Street sidewalks will have measurable transform downtown benefits to business access, pedestrian comfort, accessibility,and street character.Sidewalk widths Develop organized plan for"Frontage of 8 feet(existing)are not adequate for the three Zone,""Sidewalk Zone,"and"Furnishing/ sidewalk zones typically found in successful downtown Tree Zone." environments: Review pedestrian flow movements, 0 Frontage Zone for use by businesses 0000llul 0 Sidewalk Zone to provide ample space for movement 0 Furnishing/Tree Zone to allow seating,trash receptacles,tree planting,etc. A sidewalk with of 12 feet and greater will accommodate the downtown goals and reduce F Z, P,I, -It," conflicts with overhead awnings, Moving curbs however Pcd", z can be expensive.The team will evaluate conditions and prioritize where the greatest benefit will be realized. Any transitions between width will be carefully designed to ensure an appropriate pedestrian flow. 4 Get the most out of bulb-outs Bulb-outs provide safety benefit to pedestrians and Review geometric opportunities in the can create areas for seating and enjoyment of the design layout. downtown.The transition of the curb from bulb-out to normal sidewalk width requires careful design to meet Maximize opportunities for enjoyment goals for parking,street maintenance,and gathering and use. space.As a general rule,we keep the inside and outside radius of the curb transition as tight as possible to preserve on street parking.Street crown is also a critical design factor of bulb outs.There is a cost/ benefit to reducing the crown and the normalization of bulb-out treatment with raised curbs,and ramps. 119 GHD I Ukiah Downtown Streetscape, Road Diet &Utilities Project 131 5 1 Prioritize Furnishings and We find that the greatest value is realized from the Street trees vertical features of the street.Proper tree selection,root zone soil preparation,street lights,benches,planters, Maximize impact value of the project seatwalls,and gateway elements are high value items. through through selection of context Decorative paving also enhances a streetscape. sensitive street lights, landscape items However,long-term maintenance and benefit to and sight furnishings. merchants can sometimes be secondary to vertical features.Our Team will carefully consider cost/benefit in the detailed design and budgeting of the project. As an option,we can review wayfinding program and branding options for the Downtown to further enhance the experience of the users. H I � �} lii�'Jk�i�N��� /�/ �f��)l�l��ill�lli���ll �� �11���� "Lul,�� lI��i iili6�iii ' �� ly��'�1 , ................ 120 321 GHD II R0111.......II , F IMEY TEAM M11EIM11BIBI RS The following individuals have been identified as key team members for the GHD Team. All members of the Team IIS have expertise in their area of practice and/or have extensive experience on similar downtown roadway corridor streetscape projects, including Federally-funded projects in Mendocino and Sonoma Counties. Brief Bios and references for each key team member are also provided below and resumes are provided in the Appendix. ow U IINHSHva, RE;., ASID/Ifs With over 25 years'experience in public sector civil engineering,transportation, � IVu GIEf 11.7 and utilities design, BIII is highly skilled at CIP and Public Works project design, including:Targe-scale redevelopment,roadway and bridge design,railroad Charge design,design,various water,sewer and storm drain projects,and a broad background Milli- Civil Engineer:CA#53235 in all phases of project planning,outreach,and design through construction. Bill has been a County Public Works engineer and an Assistant City Engineer. California Water Board Most importantly and relative to the Ukiah Streetscape Project,he has designed Biu 25 years of QSD/P and/or managed seven exceptionally similar streetscape,road-diet, Federally- funded,former Highway 101, high-profile,downtown projects along the Highway experiience 101 corridor in Northern California,from southern Sonoma County through Mendocino County including Petaluma Boulevard Road Diet/Streetscape, ' Cloverdale Downtown,Windsor Town Green, Healdsburg Avenue Roundabout, Hopland Complete Street,and Willits Main Street. w 10 deference: Bill Gamlen, PE,Chief Engineer,Sonoma-Marin Area Rail Transit (SMART),T+1 707 794 3049 deference: Sanjay Mishra, Engineer, PE: Napa Valley Transportation Agency, T+1 707 259 8631 ..................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... (Matt (Kennedy, lPlE!, TlE! QA/QC Manager Matt Kennedy is a licensed Civil and Traffic Engineer with 15 GIH ED years of experience in water/wastewater,traffic/transportation and sustainable civil engineering.He is adept in the design and management of a broad range of civil Role: Project Manager infrastructure projects,including water and wastewater systems,underground Civil Engineer:CA#68304 utilities,storm drainage and Low Impact Development(LID)design,traffic signals, Traffic Engineer: CA#2385 roadways,pedestrian and bicycle facilities,striping and signing,grading and drainage,civil site design, and traffic control plans. His experience also includes a broad range of planning,modeling and analysis capabilities including utility master t a year's of planning, hydrologic and hydraulic modeling,water and wastewater process expehence design, preparation of traffic and parking studies,circulation studies,and analysis and timing of signals. He is also experienced in land surveying and construction management. deference: Rick Seanor, Deputy Director of Public Works;City of Ukiah; T+1 707 463 6296; rseanor@cityofukiah.com deference: Bruce Oveson,Capital Projects Manager;County of Sonoma; T+1 707 565 3665; Bruce.Oveson@sonoma-county.org ..................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Jeremy Sclh mal, RE.. As Deputy Project Manager,Jeremy Schmal will be the primary point of contact for GIE-f ED the City.He will be responsible for coordinating the team's efforts and maintaining Role: Deputy Project adherence to the project schedule,scope,and budget. Manager Jeremy brings over 12 years of experience in civil engineering working with the Civil Engineer:CA#87192 public sector. He has performed project management and project engineer duties on numerous multi-million dollar public works transportation improvement projects including roundabouts,pedestrian improvements and ADA compliance,roadway t 2 years of widening, utility relocation, intersection improvements and traffic signals,and complete street projects.Jeremy also has experience administering projects with exper'uone Federal Aid/Local Assistance funding,traffic engineering,transportation analysis and planning,and high-visibility pedestrian projects.Other experience includes construction management,where he has acted as Resident Engineer and Lead Inspector as well as providing construction engineering and bid support. deference: Eric Miller, PETE, Principal Engineer,County of Marin, T+1 415 473 6354, EMiller@marincounty.org deference: Mario Landeros,Senior Engineer(retired),City of Healdsburg, 121 T+1 707 228 6111,lanmuril@msn.com ..................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... GHD I Ukiah Downtown Streetscape, Road Diet&Utilities Project 33 ..................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Jerry 471hampa, RE.. Jerry Champa will provide Caltrans Local Assistance support to the City for the California Transportation Commission program and requisite construction Z IE-�11:7 p p 9 q � 1 Role: Local Assistance allocation documentation.Jerry has been assisting state and local agencies Coordinator to secure funding for safety-centric,operational and active transportation infrastructure improvements since 1998.As a Strategic Highway Safety Plan Civil Engineer:CA#40573 Co-Lead,Jerry authored and led implementation of the Caltrans and CA Manual 'DIY ;.°, '°, on Uniform Traffic Control Devices(MUTCD)policy that established the innovative performance-based evaluation framework and analytical tools proven to identify 29 years of and produce acceptance of optimal solutions.Jerry continues to be a national experience leader,training instructor,and advocate for the adoption of Intersection Control Evaluation(ICE)as a traffic engineering policy and type-selection tool for making the optimal investment decision on solution proposals involving new,expanded, "' or improved access points. His expertise was developed over a 25-year-period through statewide roles as a Caltrans Geometric Design and Traffic Engineering Policy, Funding Program,and Technical Assistance Specialist and"Change Agent." Refeirene: Robert Peterson, Local Highway Safety Improvement Program Manager;Caltrans Headquarters, Division of Local Assistance; T+1 916 759 6307;robert.peterson@dot.ca.gov Vlllnnill Refeirene: Morgan Beryl, Planning Director; Eagle County,CO(currently transitioning to this agency);T+1 970 328 8746;morgan.beryl@eagIecounty.us 1Doug Riles, IPIE IES 11:7 As QA/QC Manager, Doug Ries will work with the design team to provide overall II / ' Role:QA/QC Manager quality assurance,and provide quality control reviews of all deliverables. III III IIIA. Civil Engineer:CA#47768 Doug,a company principal,manages an assortment of public works and infrastructure projects.His professional knowledge includes roadway design, bike lane/bike path design,interchange projects,construction administration, III master plans(water,sewer,and storm drain design),community facility districts implementation,and hydraulic/utility/drainage design for state and local facilities. 31 years of He has prepared PSR, PR, PA/ED,and PS&E for various Caltrans projects °gypexperiencethroughout the State. He brings expertise in construction administration;geometric roadway,grading,hydraulic and hydrology design;infrastructure planning and design;and public outreach;as well as water,sewer and storm drain master planning and design. Refeirene:Toni Bertolero, Public Works Director,Town of Windsor, T+1 707 838 1006;tbertolero@townofwindsor.com Refeirene: David Mickaelian,City Manager,City of Healdsburg, T+1 707 431 3317;dmickaelian@ci.healdsburg.ca.us ..................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... IPaf l'Ckrtora, RE.. 1I GRID Pat Tortora will provide technical design support in preparing the plan and profile, Role: Engineering Lead specifications,and cost estimate. Civil Engineer:CA#80067 Pat brings over 20 years of experience in providing planning,design,and construction engineering solutions to public and private clients,with an emphasis on civil design in collaboration with multi-disciplinary teams for comprehensive civil and transportation infrastructure projects. For municipal entities and governmental organizations throughout northern California,his infrastructure improvements 20 years of address water quality concerns,utility infrastructure,pedestrian and vehicular safety measures,and sustainably-minded,comprehensive sewer,water,and civil experiienee site work. For Phase 1 of the City of Ukiah's Northwestern Pacific Rail Trail Project, Pat served as Lead Civil Engineer and i has performed key oversight and civil engineering design on trail,pathway,and/or Safe Routes projects for SMART,the City of Fort Bragg,the City of Rohnert Park,and the City of San Jose Refeirene: Benjamin Kageyama,Senior Civil Engineer,City of Healdsburg, T+1 707 431 3397;bKageyama@c i.heal dsburg.ca.us Refeirene: Josh Savage, Executive Director of Facilities, Maintenance and Operations,CRPUSD;T+!707 792 4737;josh—savage@crpusd.org 122 ..................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 341 GHD js..................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... �I IE~rank IPenry, IP E,, '�I'"IE!, Frank Penry brings years of experience in transportation planning and traffic IP !-0 E;" II G IES 1D engineering design, Frank is adept at managing multi disciplinary project teams. He has managed numerous transportation studies and design projects over theIIS Role:Traffic Engineering years,from small development impact studies to major roadway improvements. r Lead Frank has served as the City Traffic Engineer for the Cities of Petaluma, Cotati, Civil Engineer:CA#C62785 Sonoma,and Fortuna,providing the administration for and development of Dw Traffic Engineer: CA Municipal Traffic Engineering Programs. He is well versed in a variety of civil #TR2304 engineering projects. u 4 years of lou Professional Traffic CReference:Alejandro Perez, PE;Senior Civil Engineer;Town of Windsor;T+1 experience Operations Engineer:CA #1603 707 838 5318;aperez@townofwindsor.com CReference:Wil Buller, PE,TE, PTOE;Traffic/Transportation Engineer;AC Transit -Service&Operations Planning;T+1 510 231 5414;wbuller@actransit.org ..................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... (Matt Warguh, RE.., 'TIE-, Matt Wargula, licensed civil and traffic engineer with over 15 years of project OSENP, IE IE-E-E AIP II IE-�11:7 experience,will coordinate utility relocations as needed for water,sewer and storm drain related to transportation improvements and reconstruction of Role:Utility Coordination Lead utilities.He will work with Subtronic to identify utilities for positive location. Additionally, Matt will work with the project engineer to assist with design Civil Engineer:CA#76103 elements as required. He has experience with the design and construction Traffic Engineer: CA#TR2749 of a variety of civil infrastructure projects, including geometric design,traffic of California Water Board signals,pedestrian and bicycle facilities,striping and signing plans,pavement ilio yearsreconstruction and rehabilitation, underground utilities and traffic control systems w exneo°ieo�ce QSD/P:#01146 for construction. He regularly manages Caltrans Local Assistance projects and ppppllu PEED Accredited Professional provides QA/QC leadership for the US West Traffic and Transportation team. CReference:Alejandro Perez,Senior Civil Engineer,Town of Windsor Public Works Dept.,T+1 707 838 5318,aperez@townofwindsor.com CReference: Colleen Ferguson, Public Works Director/City Engineer,City of Sonoma,T+1 707 933 2230,cferguson@sonomacity.org ..................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Brian Bacciarini II RE.7 Brian Bacciarini will collaborate with the design team and the City to identify Role: NEPA/CEQA and evaluate key environmental considerations surrounding the project. Compliance Lead Brian is a Senior Environmental Planner at GHD specializing in evaluating OSHA 40-Hour HAZWOPER projects pursuant to CEQA and NEPA, including projects involving Certification federal funding programs and compliance with Caltrans Local Assistance OSHA 8-Hour Annual Procedures. Brian's project experience includes many public works related HAZWOPER projects, including new and reconfigured roadways, roundabouts, bridges, '16 years of rail crossings, helipads, utility and water main replacements, parking experience structures,and more. CReference: Chris Catbagan,Capital Projects Engineering;City of Santa Rosa;T+1 707 543 4521;ccatbagan@srcity.org CReference: Craig Scott, Public Works Director;City of Cotati; T+1 707 665 3620j;cscott@cotaticity.org .....................................................................................................................................................................................................µ........................ti............................................... ........ ...... .............. .............................. ............. ...t .................................. ............... ...........I..................... ................................... .......... ... �. ......... ................................ IKaf Harvey, RE.., Q ID/P KatHsryeywicoordInatewith �e designtea to lead the designonLDand IH ED storm drain features in a contextsensitive way to integrate with the rest of the Role: LID Design Lead design. JJ Kat,a licensed engineer and Qualified SWPPP Practitioner and Qualified SWPPP Civil Engineer:CA#84798 Developer,has over seven years of experience with stormwater and LID design. u„ Kat's attention to detail and organizational skills give clients confidence that their project will stay on track for schedule and budget.She also has experience in 7 years of land development, roadway and pedestrian improvements design,stormwater permitting and design,and SWPPP development.She enjoys finding innovative experience solutions for clients to keep up with ever changing regulations. CReference: Jim Heid,Sustainable Development Advisor/Land Planner,Urban Green,T+1 415 218 6709,jim@urbangreen.net CReference: Carl Euphrat, PE,Senior Civil Engineer;Town of Windsor; 123 T+1 707 838 1195;ceuphrat@townofwindsor.com ..................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... GHD I Ukiah Downtown Streetscape, Road Diet&Utilities Project 35 ..................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... IIU II Clh h T'rumrnbuullll, RE- Chris Trumbull will serve as the Geotechnical/Pavement Lead for this project. t. G IH ED Chris has nearly three decades of experience in civil and geotechnical engineering Role:Geotechnical/ for municipal and regional clients throughout northern California,relying on his Pavement Engineering technical expertise in field exploration and testing in soil and rock environments. Lead He has worked with all of our managing and lead team members on numerous Civil Engineer.CA#C84798 trail-related or transportation infrastructure improvements projects,providing geotechnical investigation and correlating services for SMART(Payran Trail; Geotechnical Engineer: pedestrian pathway in Rohnert Park),the East Bay Regional Parks District(San 30 years of CA#G2491 Francisco Bay Trail),and the City of Hayward,in addition to bridge and streetscape ex pehence projects for the Santa Clara Parks and Recreation Department, PG&E,the Town of Windsor,and the Cities of Roseville and San Carlos.Chris has also previously served the City of Ukiah by performing an investigation of multiple potential municipal water well sites. Reference:Ahmed Thleiji,Assistant Engineer;Sonoma-Marin Area Rail Transit (SMART);T+1 707 285 8189;athleiji@sonomamarintrain.org Reference:Toby Perry, Bay Trail Project Manager; East Bay Regional Park District;T+1 510 544 2317;tperry@ebparks.org ......... ......... ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... IE iindsey Van IParys, Lindsey Van Parys will assist the City with navigating the CTC and federal funding IIE;"v Q11:7�I GRID processes,preparing signature ready requests for authorization,and be a resource "' Role:CTC Funding Lead for successfully delivering the project while adhering to funding requirements. � �uv Civil Engineer:CA#79989 Lindsey is a registered civil engineer in multiple states and holds a certificate in u� Traffic Collision Investigation. She has over 11 years of experience in delivering California Water Board transportation projects,and is currently a Project Manager that oversees project QSD/P:#23897 operations.Her experience includes delivering Federally-funded projects on and III 11 years of off the State Highway System.She has experience in delivering roundabout, streetscape,trail,roadway/highway improvement,and various other project expehence types.She is the North American Service Line Leader for Road Systems and Transportation Planning and Traffic Engineering for GHD. Reference: Eric Whan, Deputy Director of Public Works,City of Napa; T+1 707 257 9634;ewhan@cityofnapa.org Reference: Bryan McKinney,City Engineer,City of La Quinta; IIIIIIII T+1 760 777 7045, Bncjunney@laquintaca.gov ..................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Jolhn Gibbs,A IL,A, John is a registered landscape architect and urban designer in WRT's San A� IE IE."IE.~11.71 IE '�I'" Francisco office and will lead efforts for Landscape Architecture and Outreach. �i He is a landscape Role: Landscape pe architect and urban designer with 20 years of experience.He Architecture&Outreach shares WRT's deep commitment to environmentally rooted planning and design Lead excellence. His work reflects his belief that open space infrastructure,whether Registered Landscape at the scale of streets, landscaped plazas,or parks is a crucial and integral Architect:CA#4417 part of creating quality urban environments. He is a practice leader in WRT's 20 years of LEED Accredited Community Design and Parks&Open Space practices where he is committed enhancingto community open space and ex periience Professional through comple e st eets,t rra ls,and d strrict pedestrian mobility tr an netwo ks.Community engagement is fundamental to all facets of his work,and his outreach skills are valued by clients who seek outcomes rooted in productive public dialogue. His community engagement skills and ability to help clients build consensus through a managed process has become a specialty service that compliments his traditional planning and design leadership. Reference: Dusty Duley,City Planner;City of Willits;T+1 707 459 4601; dduley@willitscity.com Reference: aimie Orfanos-Community Development Agency Manager; Alameda County Community Development Agency-Economic+Civic Development Department;T+1 510 670 6107;jorfanos@co.alameda.ca.us 124 ..................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 361 GHD js..................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 11m IE7ullllenlburgv QSID/P With over 15 years as a Construction Manager/RE and inspector, Mr. Dillenburg 1I G IES ED has a vast experience with street resurfacing projects, having worked with Role:Adjacent Owner Caltrans,the County of Sonoma,and the Cities of Santa Rosa, Rohnert 110 Liaison Park,Windsor, Healdsburg,Ukiah,Willits, Napa,and Fort Bragg. He's adept at prioritizing and coordinating tasks and specialty inspections,delegating responsibilities,and communicating effectively to keep projects on schedule Dw and ensure that his clients'objectives are achieved.Tim is Caltrans certifed as a Local Agency Resident Engineer,so he is very familiar with Caltrans'Standard u 1 a years of Specifcations and Federal project requirements. Having been through many experience Caltrans audits,Tim has developed an ability to produce a very complete and thorough set of federally compliant project files. CReference: Liane Ware, PE,Civil Engineer/CIP Manager,City of Rohnert Park,T uo +1 707 588 2235,(ware@rpcity.org CReference: Mario Landeros, PE,Civil Engineer(former),City of Healdsburg, T+1 707 228 6111,Ianmuril@gmail.com ��� ..................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Tbny 47lingWnu, PIE;..., PlL, Tony Cinquini,a California licensed Professional Engineer and Professional Land 1I CalingWnu & IPassaruno Surveyor,will lead the land surveying effort,responsible for overall topographic and IIIIII� feature mapping,developing the basemap for design,and verifying City right- ROW Topographic& of-way boundaries.Tony brings 20 years of experience in project management, ROW Survey Lead topographic surveys, ROW surveys,legal description and plat preparation, IIIA Civil Engineer:CA#C62341 construction surveys,and land survey technology including laser scanning and w 10 Professional Land Surveyor: unmanned aerial systems.This experience enhances his ability to effectively CA#8614 work on infrastructure improvements, redevelopment and development projects, IIIIII� years of FAA Remote Pilot for Small roadway realignments,and utility rehabilitation projects. IIIIII� experience Unmanned Aircraft Systems: Reference:Vanessa Garrett, PE,Senior Engineer:City of Rohnert Park: � #3906702 T+1 707 588 2251:vgarrett@rpcity.org CReference: Dan Herrera, PE,Senior Civil Engineer:City of Petaluma DPW&U;T +1 707 778 4589:dherrera@ci.petaluma.ca.us ..................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Gary 1Dowd 1I AIRMS Gary Dowd will provide ROW project management and acquisition services Role: Right-of-Way for this project.Since 2013,Gary has provided acquisition services;program Appraisal/Acquisition management support; budget oversight; project coordination; and final delivery of , Lead projects for both private companies and public agencies for AR\WS. He worked State of California, for the San Francisco Public Utilities Commission(SFPUC)as both Assistant Department Real Estate Director and Director of the SFPUC Real Estate Services Division for 16 years and IIIIII� Broker's License No. was responsible for all property acquisition,sales,leasing,property management, 01753694 facilities management,and property development activities of the SFPUC's vast 31 years of land holdings. He also worked for six years as a Right-of-way Agent with Caltrans, experience Public of California Notary District 4,in Oakland,CA and was responsible for acquisition,appraisal,property Public Commission No. 2206324 management,local agency oversight,planning and management. CReference: Rahn Springer,Senior Real Estate Agent,Santa Clara Valley Water District,T+1 408 265 2607,rspringer@valleywater.org CReference: Kathy Wood, Right-of-way Manager,Sonoma County, T+1 707 656 2257, Kathy.Wood@sonoma-county.org ........ ...... ........ ........ ........ ...... ......... ......... ......... ........ ....... ......... ......... ......... ......... ......... Steve 6nlberger'N RE.., Steve Weinberger will lead W-Trans'signing and striping services for the corridor Ifs!'01E: 1I - ran as well as providing continuity to the previous traffic engineering analysis and concept plans for State Street which he led 10 years ago. If requested by the City, Role:Signing&Striping Steve can also provide a study re-evaluation of the traffic operations to confirm the Lead;Study Revaluation road diet geometrics and more critically,to determine maximum left-turn queuing (if requested) which could inform the geometric design.Steve is one of the founding Principals l/!��% Civil Engineer:CA#43159 and specializes in Complete Streets traffic engineering and planning, pedestrian Traffic Engineer: CA#1440 safety,and active transportation planning and operations. He has 37 years of traffic 37 years of Professional Traffic engineering experience and is certified instructor for the National Complete Streets experience Operations Engineer:#342 Coalition. CReference: Henry Mikus, Public Works Director,T+1 707 823 5331, hmikus@cityofsebastopol.org 125 CReference: Nick DeBar, Public Works Director/City Engineer,T+1 805 461 5000,ndebar@atascadero.org ..................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... GHD I Ukiah Downtown Streetscape, Road Diet&Utilities Project 37 This page intentionally left blank 126 381 GHD II II ,T 11111 BID SCOIRIE OF W011I IIh In close consultation with the City, the Consultant will be js responsible for project management activities including: General Description oversight, scheduling, reporting, coordination meetings, III The City of Ukiah is proposing an improvement project record keeping and quality assurance. Consultant will on State Street, from 200 feet south of Mill Street to 200 conduct a kick-off meeting with City staff to finalize the ow feet north of Henry Street. The project will combine three scope of work&schedule and discuss issues such as u separate components: Downtown Streetscape, Road the project goals, opportunities, constraints, information U Diet, and Utility Work. needs, roles, responsibilities, and expectations. l R This scope is to provide professional engineering and Coordinate the project with various Consultant functional other related services for the construction of the groups to ensure timely delivery of qualified products. ��pp�lllll improvements. Anticipated disciplines include civil, Consultant will utilize its standard core processes and survey(topography/ROW), LID, electrical, utility implement a quality control procedure for design coordination and design, traffic, landscape architecture, activities, perform in-house quality control reviews for ROW, public outreach, education and relations, major milestones, and submit project deliverables to the geotechnical investigation, environmental compliance City for review in accordance with the approved schedule and hazardous materials. Identified recommended or dates. optional tasks include utility potholing, record of survey, This task includes one(1) internal project kickoff meeting 1 bid support, financing, and construction phase support. with key Consultant design team members. In Given that the project is a combination of three projects preparation of the kickoff meeting, Consultant will w I10 with three different funding sources it is understood prepare a Project Management Plan ("work plan") ppppll� invoicing will be done separately. It is likely that identifying all major tasks and key milestones, staff complexities may arise during the invoicing and State/ assignments and specifying roles and responsibilities of Federal reimbursement processes, but in an attempt to Consultant team members and the City. keep the tasks of the three projects separate they have It is understood that Matt Kennedy, PE, TE, will be the been split when feasible. The tasks have been identified Project Manager and Jeremy Schmal, PE will be the to belong to either the Downtown Streetscape Project Deputy Project Manager; both will be available for regular (DS), the Road Diet Project(RD) or the Utility Project meetings at the City. (UT). Where it was not logical to separate tasks by , project the applicable projects were noted. 0 • Draft Project Management Plan (outline format) Below is a Detailed Scope of Work that describes the 0 Final Project Management Plan (outline format) specific services, tasks, and deliverables to be completed by Consultant. Assumptions and exclusions . City will make arrangements for meeting room and related to the contract work are listed after the scope or meeting scheduling. services. • City review by the various departments and divisions Task 1.Project Management and QAQC will be coordinated by City Design staff. Comments Management activities will consist of: project will be gathered and submitted to Consultant in one comment submittal package. management plan and internal coordination, project Given the short time frame between deliverables schedule, agency coordination, project meetings, and and that work will need to begin immediately upon quality assurance/quality control as stated in the contract issuance the work plan will be presented in following sub sections: outline format. 1.1 Project Management and Internal 1.2 Project Schedule(DS, RD, UT) Coordination (DS, RD, U7) Supervise, coordinate and monitor planning and design Prepare a detailed Critical Path Method (CPM)schedule of the Project for conformance with standards and for the entire project. Microsoft Project will be the policies. The geometric standards will follow Caltrans software used for this task. Update the Microsoft Project (English Unit) Highway Design Manual (HDM, current CPM schedule after each submittal or on an as needed version), Caltrans 2018 (English Unit) Standard Plans, basis and submit to the City. It is assumed that the most current City Standard Plans, Caltrans 2018 (English awarded contractor will prepare a detailed construction Unit) Standard Specifications, and City Standard Special schedule and Consultant will include a milestone Provisions. schedule for "start" and "end" of construction. 127 GHD I Ukiah Downtown Streetscape, Road Diet&Utilities Project 139 IIU�u�� vs. City will provide all required background information • CPM schedule - one electronic PDF copy submitted to complete forms associated with all steps as via email. outlined in the LAPM 1.3 Agency Coordination (DS, RD, U7) 1.5 Project Meetings(DS, RD, UT) Coordinate with the City, any necessary subconsultants, Attend meetings such as project/design coordination and involved agencies/stake holders to promote timely meetings with the City and other design team members flow of information for each task activity. It is anticipated (3 meetings) and comment review sessions(2 meetings). that the following City departments, outside agencies The meetings will be held on an as needed basis. and stakeholders are: City Public Works(PW), City Consultant assumes that the meetings will be held at the Electric Department, and similar agencies. City offices. For purposes of the Fee Estimate, it is assumed that the Project Manager or Deputy Project • Meeting agenda and meeting notes will be prepared Manager, the Project Engineer and one additional team by Consultant and submitted to City for distribution. member may be required to attend the meetings P Meeting notes will be submitted within 10 working addressed under this task. days of the meeting. s: u Record of critical telephone communications will be Meeting agenda and meeting notes will be prepared provided by Consultant via email communication to by Consultant and submitted to City for distribution. City within 10 working days of the communication. Meeting notes will be submitted within 10 working • As-needed meeting presentation materials and days of the meeting. 1 handouts will be provided by Consultant. As-needed meeting presentation materials and r� handouts will be provided by Consultant. Information regarding direct communication & PC and documentation from City departments and City will make arrangements for meeting room and III outside agencies affecting the project design will meeting scheduling. i' be provided to Consultant via email and electronic 1.6 Progress Reporting/Invoicing(DS, RD, UT) documents (pdf) Prepare and submit monthly progress reports with • City will make arrangements for meeting room and � meeting scheduling. invoices in accordance with the City requirements clearly separating and identifying the three separate project 1.4 Caltrans Local Assistance Coordination components. Control of project costs will be IIIIIIII (DS, RD) accomplished through a work-breakdown structure Coordinate with the City for the preparation of all invoice format; data on each task will include current applicable deliverables and supporting documents in the charges, to-date charges, estimated percent complete, format suitable for submission to Caltrans Local and remaining balance—all by separate project Assistance in conformance with the Caltrans Local components and individual task. Assistance Procedures Manual (LAPM). The complete Request for Allocation and Request for Authorization Monthly progress and budget summaries submitted packages will be completed by the consultant team, electronically(email) with monthly(hard copy) along with all required supporting documentation. invoices in a format consistent with the LAPM requirements for the downtown streetscape and • Utility Agreements, Notices to Owner(NTO)and Road Diet projects. Report of Investigation (ROI) 1.7 Quality Assurance/Quality Control • ROW Certification (DS, RD, UT) • Request for Allocation package for Downtown Streetscape, RPSTPLE-5049(025) Consultant senior staff will continue to perform quality • Request for Authorization package for Road Diet, control review throughout the project life and the project HSIPL-5049(026) manager will perform a quality assurance audit prior to major submittals to the City(per ISO 9001 Certification). • City will handle communication with Caltrans Engineer level staff will perform the regular quality control Local Assistance unless consultant team is asked reviews/checks and manager level staff will perform the to communicate directly with Local Assistance quality control reviews/audit prior to major submittals. 128 Engineers directly The QA/QC check plans and prints will be kept at the 401 GHD Consultant office and will be made available for review by topographic mapping upon receiving notice to proceed. js the City. We will begin work in the heart of the project along Perkins Street, Stadley Street and State Street. Upon IIS • Redlined review comment and response sheets completion of the field mapping in those areas we will Task 2.Surveys, ` aping and Site Data immediately begin the office processing and drafting ow while simultaneously complete the rest of the u 2.1 Background Research (DS, RD, U7) topographic survey along State Street. We plan to U This task will consist of data collection and review of deliver the topographic survey in phases to GHD in order R activities, including assembling available information from to provide the maximum amount of design time to meet the City and identifying additional data and information the aggressive schedule. @p�lllll that is required to properly design the improvements. s. , illi- Consultant will request and review any readily available Topo survey(topo) - information shall be complete reports, studies, as-built/development plans from the and comprehensive for design use; topo shall City to identify roadway alignment, structural sections, include all surface features within the proposed lug other built features, ROW, near-term and future projects project limits and construction zone. planned in the area and/or by the City and other • Pickup of potholing locations (optional) pertinent information. Marking soil boring locations conducted during the 2.2 Surveys and Mapping(DS, RD, UT) geotechnical investigation. (optional) • Miscellaneous field topo pickups as required for 110Cinquini &Passarino will prepare the base topographic detailed design preparation. w surveys necessary to facilitate the design of the • Topographic map, at 20 Scale streetscape, road diet and utilities improvement project. rppppll� All topographic mapping will be at a drawing scale of 1 Any existing topo information (in electronic format inch = 20 feet, unless otherwise requested, with a one where available); foot contour interval. The topographic survey will include Any existing ROW locations and parcel ownership the following: information • Topographic survey coverage area will include State 2.3 Site Visit(with City)(DS, RD, UT) Street beginning 200 feet south of Mill Street to 200 feet north of Henry Street; Stadley Street from Consultant will attend a project kick-off site visit with the School Street to Main Street; and Perkins Street City to review field conditions and develop a mutual from School Street to Main Street. understanding of the project design. Field investigations • The width of the survey will be from face of building will be performed by Consultant engineers and to face of building. If the building face is not located coordinated with City staff to identify existing surface at the back of sidewalk we will map 10 feet beyond features, areas of improvements, any potential the back of sidewalk. alternatives, and photograph the site to serve as the • Topographic survey will include all necessary work basis for defining the constraints. to produce a topographic map, including features 2.4 Utility Potholing(Recommended Option) such as, but not limited to; building corners (DS, UT) and elevations, curb lines, water meters, sewer Consultant will review existing utility information and cleanouts, valves, manholes (including rim, invert and notify the City of any conflicts with proposed pipe information), utility markings on the pavement, improvements after preliminary alignment of the sewer utility poles, driveway and doorway locations, and water are determined. For identified utility conflict sidewalks, trees four(4) inches and larger, retaining locations, Consultant will propose those locations for wall or decorative walls, and any other pertinent potholing. The anticipated utilities to be affected or be in information that could apply to the project during potential conflict include sewer, water, storm drain, gas, design. dry utilities(traffic signal conduit, u/g electric, etc). To • Topographic survey will be provided on North collect data for the accurate design of these utilities, American Vertical Datum of 1988. utility potholing is proposed to collect field verified • Topographic map to horizontally relate California subsurface information. For consideration, this task is Coordinate System of 1983, Zone II. highly recommended and it is anticipated that We understand that time is critical on this project and we approximately 25 potholes will be required for the project 129 have prepared a critical path workflow to assist with the (approximately 1 pothole per 100 LF of roadway). schedule. We propose to set control and begin the GHD I Ukiah Downtown Streetscape, Road Diet&Utilities Project 41 IIUIii D"j Task 3.Outreach and Coordination with • Depth, size and material of identified utilities Adjacent Properties Rwl" Io�' � C��' 3.1 Community Outreach (DS) No cost encroachment permit for completion of pothole activities The goals of the Consultant team for this task are to: 0 Uiu This item is recommended and could be optional at Inform/remind the community about the project the City's discretion. 0 Build a database of interested people to remain in contact with during construction 2.5 Geotechnical Investigation (Recommended 0 Combine in-person and online engagement to Option)(RD, UT) maximize contact ............ Consultant will perform geotechnical investigation 0 Target downtown merchants and property owners services and prepare a geotechnical report to support Consultant team will prepare printed and online materials the project design. This geotechnical information will be to inform the public about the project and associated used to properly design the LID components, events. Emphasis will be placed on downtown IIP recommend any structural section needs and determine businesses and property owners. `Jl overlay/PCC depths and identify possible issues with utility construction. It is anticipated that geotechnical 0 Provide information for City hosted website-project services will include the following: information,meeting notifications,and sign up for notices. - 6 borings to the maximum depth of the proposed 0 Project Information Sheet: A written project sheet sewer, which would require traffic control, and similar to that is in the RFP to be handed out or Jill possibly a utility locator mailed to businesses and residents surrounding the 0 Run perc tests in 2-3 holes to get infiltration project area. Meetings and the website URL will be characteristics included. 0 Standard R-value and Atterberg testing 0 Meeting Flyers (3) III 0 Groundwater Level (if occurring within boring limits) 0 News Articles(2) D"j 0 Targeted Emails and Calls (5): Consultant team will 0 Draft Geotechnical Report contact strategic individuals to discuss the project. . Final Geotechnical Report During the conversation will learn about their interest, Rwl", C opportunities, challenges, and test our engagement No cost encroachment permit for completion of strategy. III VIII coring activities M • Any recent existing ADT vehicle counts or calculated 9 7echnical n/ ##1.- Project team will lead Traffic Index for State Street (new ADT counts can be technical review meetings with invited agency and collected—see Optional Task 2.6) utility representatives as needed. This item is recommended and could be optional at the 0 Business Me(.-,,fing #1.- Consultant team will organize City's discretion. an information session with businesses and downtown property owners. The meeting will focus 2.6 Traffic Data (Optional)(RD) on the proposed design and set future goals for Consultant will conduct traffic counts for use in construction logistics and communications during calculating the Traffic Index (TI) of State Street and for construction. Project representatives will remain use in signal timing/coordination. 24-hour ADT counts available for an additional half-day in order to provide will be done for TI and peak hour turning movement the greatest flexibility to interested people. counts (including bikes and pedestrians)for signal timing. Flublic Opr,,n 1-*.)use.- Consultant team will organize D"j and conduct a meeting in March to present the • 24-hour ADT counts project including mobility, safety, LID, and community • Peak hour turning movement counts character features. Attendees will have the opportunity to see and discuss the proposed design & R, This item is optional at the City's discretion features illustrated on display boards. Rendered plans, sketch views, and material samples will be shared. The illustrative materials can be used by the City for subsequent display in a storefront the library, 130 or City Hall. 421 GHD • 7echnical #2., Project team will lead C .', technical review meetings with invited agency and 0 All available information on location (horizontal and utility representatives as needed. vertical) of known existing water, sewer and storm IIS • Business Me(.-,,fing #2.- Consultant team will organize drain lines within the project vicinity o a second information session with businesses and 0 Location of new proposed sewer main and water ow downtown property owners. The meeting will focus main on construction logistics and communications during 4.2 Utility Relocation of City Owned Facilities construction. The GHD Construction Management (DS, RD) R group will be featured during the meeting to set The consultant team will engage the City's Public Works a positive tone for how the construction will be managed to minimize impacts to businesses. Project and Electrical Departments as conflicts are identified. It is anticipated that City owned electric poles/lines and street representatives will remain available for an additional lights will be in conflict with project improvements. These half-day in order to provide the greatest flexibility to interested people. conflicts will be identified early in the project design and coordination between the City utility operators and • City("(..)uncil F1f"r-..,sentafi(..)n.- Consultant team will present the project to City Council including the plan design team can be initiated. Currently there are no overhead utilities north of Clay in the project area. If the to maximize access and business visibility during City chooses to underground their electric lines the IIIIIIIIIIII construction. design time will work with the City to either ensure the 3.2 Adjacent Property Owner Coordination (DS) project gets completed prior to the streetscape and road J0 I10 The consultant team will make contact and coordinate diet project or is included in the project. with the adjacent property owners to discuss project 3 Utility Relocation of non-City 4. Owned impacts and modifications proposed to occur in the Facilities (DS, RD) public ROW adjacent to their properties. Plans will be submitted to all utility companies with • Field notes, suggestions and questions gathered facilities identified within the project limits including but from coordination activities having potential effects not limited to PG&E (gas)AT&T and Comcast. As on proposed improvements conflicts are identified and the need for relocations determined the consultant team will coordinate with the • All available property owner information for potentially affected utility. The design will be prepared to avoid affected parcels potential conflicts whenever possible, but it is anticipated Task 4.Utility Coordination that relocations will be warranted. Also, if the City chooses to underground the overhead electric lines it is 4.1 Water, Sewer and Storm Drain Coordination assumed other utilities with overhead lines in the area will (DS, RD, UT) be required to underground. At a minimum conduits The purpose of this task is to gather all information would be installed as part of a possible joint trench. The regarding the City's water, sewer and storm drain systems consultant team will handle preparations of the Notice to (wet utilities)within the project area and ensure they are Owner and accompanying documentation needed for accurately displayed in our plans.As the design of the the relocation in compliance with the LAPM. proposed improvements progresses potential conflicts will Task 5.Environmental Compliance & Slipport be identified and transmitted to the City for their review. 5.1 NEPA and CEQA Compliance (DS, RD, UT) The design of the new 8-inch sanitary sewer main and It is GHD's understanding that the City has obtained new 12-inch water main in State Street will be included in NEPA environmental clearance for the Downtown the Design phases and will be shown on the plans as Streetscape and Road Diet components of the project part of the PS&E submittals for efficiency. It is assumed through a Categorical Exclusion determination made for that the City has completed all planning and analysis the project by Caltrans. Because the utilities component necessary for determining the size, slope and rough of the project is not Federally-funded, it would not be horizontal and vertical locations of the new sewer main. It subject to NEPA review. Therefore, NEPA revalidation for is also assumed the size horizontal location of the new the utilities component is not anticipated to be required. water main has been determined and will be provided. For CEQA, it is GHD's understanding that the City has Exhibits identifying potential conflicts obtained environmental clearance for the Downtown 131 Streetscape and Road Diet components of the project GHD I Ukiah Downtown Streetscape, Road Diet &Utilities Project 43 IlUIII through a Categorical Exemption determination made for documents, permits, technical reports, and engineering the project by the City. Based on GHD's preliminary design. The 60% design will include all aspects of the review, the proposed utility improvements would qualify project, including the Downtown Streetscape, Road Diet for a CEQA statutory exemption related to short pipeline and Utilities Project improvements. installation within a public street/public ROW. Consultant will prepare 60% plan set that will reflect the I4 Based on our understanding of the existing NEPA and work completed previously through community CEQA documentation for the project,this task includes a engagement and reflected in the reports and plans limited number of hours for a GHD environmental outlining the project intent and illustrating anticipated specialist to collaborate with the design team and the City improvements. Given the accelerated timeframe of the on environmental compliance.This would include time for design, the team will begin designing as the topo survey meetings and conference calls, assisting with a notice of information becomes available and potential issues and exemption for the proposed utility improvements, challenges will be communicated early to the City's team coordination on Caltrans-related matters, and identifying so resolution can be reached before it slows down key environmental considerations surrounding the project. deliverables. 5.2 Hazardous Materials Assessment and Consultant will also provide the City with a draft outline u Support(Recommended Option)(RD, UT) of the project special provisions that will identify issues The costs of managing contaminated materials can be such as materials specification, testing requirements, significant, and encountering contamination how each item will be measured and paid for, etc. City unexpectedly can result in project delays and higher will provide a City Special Provisions standard boiler construction costs. As an optional task, GHD will plate that also includes the front-end portion of the complete a hazardous materials corridor study and specifications. limited soil boring investigation. Consultant to provide a draft traffic control plan and " The corridor study will be completed using existing phasing plan based on initial findings with complete 4 IIIu publicly available information to identify sites and areas plans to be submitted with 90%. where contamination is known or potentially present in Consultant anticipates that the 60% plan set will include pia the project area. GHD will review data available for each plan sheets such as Title Sheet, Typical Sections, of the contaminated or potentially contaminated sites Construction Details, Traffic Striping, Traffic Signal along the project corridor to determine if soil Modifications, Utilities, Electrical/Lighting, Landscape contamination is likely to be found in the material that will Plans, Irrigation, and Cross Sections. Layouts will show IIIIIIII be excavated during the project. R/W(TCE) needs, profiles, rough grading, and drainage, A limited soil boring investigation will augment the including LID facilities. The plan and profile drawings will desktop study to confirm critical areas along the project include profiles of the proposed centerline and other corridor. The fieldwork will be conducted in specific applicable surface features. Submittal will include draft locations where contamination or conditions could have initial traffic control plan and phasing plan. a potential impact on the project. This information will be Consultant anticipates submitting the following plan used to create estimates of the amount of soil that may sheets as part of the 60% submittal: require disposal to a landfill. ,:;,; w"" A report will summarize the findings of the corridor study • Title Sheet &General Notes and fieldwork, including a map identifying contaminated • Typical Sections and potentially contaminated sites, tabulated estimates of • Construction Details (call outs and partial plans) volume, tonnage and costs associated with contaminated Layout Sheets (Demolition, Utility, Surface soil disposal, and regulatory process requirements if Improvements with Grading/Profile, Traffic Signing underground tanks or contamination is encountered. and Striping, Landscape and LID locations, identify Task 6.U in ROW needs) • Cross Sections 6.1 60% Plans, Specifications, and Estimate Consultant anticipates that the City staff will review the (DS, RD, UT) 60% contract documents and provide their responses Consultant's design efforts will include the civil, survey back to Consultant in one week. (coordination), landscape architecture, storm drain, utility, Consultant will prepare plans using AutoCAD 03D 2016 electrical, traffic, and environmental groups for the or newer version. 132 improvements described in previous environmental 441 GHD Signing and striping plans will be updated from the Other utility coordination and relocation is done in a conceptual format to a construction document format. separate task, with any applicable design attributes shown on the plans and included in the specifications IIS • 60% plan set, outline project specs, and cost and estimate. 0 estimate (four hardcopy full size sets) and electronic Task 7.ROW Engineering pw submittal (PDF). u The following is the scope of services for the ROW ° Engineering task. Given the compressed schedule and ° ilio • City will distribute 60% documents and gather necessity to expedite the ROW task, the Consultant comments and will provide one comment package team will discuss options to the proposed scope below. to Consultant. Submittal timing of 90% PS&E will 111pp11111 be affected by delays in delivery of City comment 7.1 ROW Descriptions and Plats(DS) package. Cinquini &Passarino will locate existing survey • Recent City project bid results for similar work monumentation to establish the ROW along State Street, � 6.2 Drainage and LID Program(DS, RD) Standley Street and Perkins Street. We will begin by reviewing existing record maps, City control maps, if Consultant staff will perform a site visit and note any available, Caltrans mapping, deeds and other pertinent existing drainage patterns along the length of the project documents. Once the records research and field segment. Consultant shall seek to collect surface runoff monument ties have been completed, we will determine and convey it to existing drainage systems and/or newly the ROW and provide the information to the project team w I10 constructed LID compliant facilities. In addition, for their use. This work will also be used in conjunction Consultant will prepare a site specific hydrology and for the preparation and filing of a record of survey with hydraulic analysis at the culvert to evaluate existing the County of Mendocino. capacity/flooding concerns. Consultant services will include providing project Tasks to be performed as part of the drainage system geometry and areas of potential impacts where design: Temporary Construction Impacts will be required. It is • Prepare plans, outlie specifications, and estimate understood that the Consultant will perform the Lead for all project drainage facilities. Progress and final role in ROW acquisition and that the City will provide Title submittals to match the overall project submittals. Reports to Consultant. Based on initial project information, it is assumed that twenty(20)Temporary This project will need to comply with the storm water Construction Easements will be required. management requirements of the Storm Water Low Impact Development Technical Design ManualD"J, ` developed by the City of Santa Rosa and County of Provide clear description of project ROW Sonoma, as related to the MS4 Permit. requirements to confirm acquisition limits • Plats and legal descriptions by a licensed surveyor- To meet the LID Guidelines, Consultant will: up to twenty(20) • Evaluate the impacts of the project footprint; �;r r quantifying the area, the slopes, and the changed • Title Reports land cover. 7.2 ROW Appraisal and Acquisition • Prepare a Storm Water Control Plan; draft and final Services(DS) plans will be prepared and submitted to the City for review and approval. All services will comply with pertinent sections of the Uniform Relocation Assistance and Real Property Storm Water Control Plan (with 60% Submittal) Acquisition Policies Act of 1970. Services in the scope of • work include services related to the acquisition of up to 20 Drainage Design Calculations and PS&E • temporary construction easements for a federally funded project. The parcels have not been specifically identified. • City will distribute and gather comments and provide The work components are outlined below. to Consultant as part of the 60% comment package. I' II GnVII::::IG" II AI�AGIf:::lll lf:::ll -GII::::.NI:::..]RAII.... CONSUII....r'A'nON 6.3 Utility Coordination (DS, RD, UT) • Establish work process with Client and City and Consultant will develop design of the Utilities Project, i.e. schedule, manage and coordinate all real estate the sewer main and water main designs, as part of the functions. 133 overall 60% design preparation and submittal package. GHD I Ukiah Downtown Streetscape, Road Diet&Utilities Project 45 IIU111 • Ongoing consultation, meetings and recurring project o Any preliminary actions of the acquiring authority management duties. relating to the taking of the property. • Coordinate with Client, City, subcontractors • Appraiser will not give consideration to, nor include (independent review appraiser), property acquisition in their appraisals, any allowance for relocation agent, and legal counsel. benefits of personal property. °u • Assistance with analyzing various courses of action. • The appraiser will work directly with the Review °u Work with Client and City to resolve problems and Appraiser. recommend solutions. 0 If updated values are requested, appraisal services • Implementation and compliance with Uniform Act will be billed on an hourly basis in accordance with guidelines. the CONSULTANT TEAM Fee Schedule. (Optional • Maintaining accurate records. Monitor work plan and Service) work flow. If revisions are made to the property requirements • Assist with the preparation of Caltrans Right of Way during the appraisal process or upon completion of Certification for City review and approval. the report, appraisal time to address these revisions AIF�IIF�IFIAIISAII.... will be billed on an hourly basis in accordance with the CONSULTANT TEAM Fee Schedule. (Optional • Appraisals to be provided addressed and delivered Service) to Client staff as directed. Expert witness related services, including preparation • The initial appraisal budget does not include the time for and appearances at depositions, court, or expense of a damages analysis for properties arbitrations/mediations, hearings, and testimony Jill that suffer a decrease in value due to the proposed will be billed on an hourly basis in accordance with acquisition and/or the construction of the project. the CONSULTANT TEAM Fee Schedule. (Optional The budget does not include a benefits study Service) where benefits may or may not offset some or all If properties are split or added, additional appraisal the damages to a property. Should it be determined III reports may be required. (Optional Service) there are damages and/or benefits to properties, additional services will be billed on an hourly basis All' II' IIAIISAII....Illfiii!Vlllfiii!W following a discussion with the Client and amendment Appraisal reviews will be required and a qualified to our agreement. Dedication requirements or other independent review appraiser will be contracted with for circumstances may also require a need for additional these services. sets of data, supplemental meetings, research, Upon receiving appraisal reports, an office review of IIIIIIII analysis and/or alternative conclusions. the reports using the various standards prescribed • Appraisals to be prepared in accordance with by the Federal and State Uniform Acts, Federal California Eminent Domain Law; California Highway Administration, Caltrans appraisal Government Code Section 7260 et seq.; and the procedures, Uniform Standards of Professional Uniform Standards of Professional Appraisal Practice Appraisal Practice(USPAP) and the California requirements, except as jurisdictionally exempt, the Eminent Domain codes will be completed. Caltrans Right of Way Manual, and 49 CFR, Part 24. . A checklist identifying the various requirements of • The owner or a designated representative will be the appraisal reports will be used to ensure that the invited by the appraiser to accompany him/her reports contain all of the prescribed requirements. during the inspection of the property. 0 Review appraiser will prepare a summary of the • Appraisals to be prepared in an Appraisal Report appraisal process and provide comments regarding format in accordance with Uniform Standards of any omissions or problems with the reports, such Professional Appraisal Practice, Standard Rule 2-2. as lack of reasonable support for the appraisal • Appraisal is for the "Fair Market Value" of the conclusions. property as per California Code of Civil Procedure, 0 Review appraiser will make initial call to the appraiser Section 1263.320. to inform the appraiser that the reports are being • The market value of the property taken will not reviewed. Comments will be provided to the include any increase or decrease in the value of the appraiser for discussion. property that is attributable to any of the following: . Schedule a field review and if needed schedule a o The project for which the property is taken meeting with the appraiser. o The eminent domain proceeding in which the 134 property is taken 461 GHD • Communicate with the Client to clarify potential • All discussions for the acquisition of property or issues, resolve problems and notify Client of an interest therein will be directed to result in the progress. payment of just compensation. IIS • If required by Client, review comments will be • Consultant team will make every reasonable effort to provided to Client at the same time they are sent to acquire property on behalf of the City expeditiously ow the appraiser. through agreement with its owner and to avoid u • Upon satisfactory completion of the appraisal litigation. This may necessitate greater levels of effort U reports, a review certificate report will be prepared. in the negotiations phase and, where appropriate, R Ifiii!GSIIAIISIS/AQUJIISIIIISIS should continue after eminent domain has been initiated. City will provide ongoing feedback to • Consultant team to prepare acquisition documents. consultant team as to authorization for settlements. Said documents include, but are not limited to, offer °o letter, appraisal summary statement and summary of • Current title reports for each ownership. the basis for just compensation, summary statement � Legal opinions as pertaining to the acquisition of real property or an reports. necessary. Environmental re interest therein, purchase agreement, deed, public r; acquisition brochure and goodwill information sheet ,, (if not addressed in Client brochure). • Written approval of all acquisition documents in a • Consultant team will negotiate to acquire 20 timely manner. IIIIIIIIIIII temporary construction easements that are to be • Direction as to administrative settlements, w 10 identified by the Client. We are assuming there will negotiating authority and condition of title be negotiations with up to 20 property owners and acceptance. no lessee. • Providing any formats to be used by Consultant • All acquisition documents to receive City's written team on City's behalf. approval as to form prior to use in the field. If • Selection of Title Company. agreement with all owners and other required Review and approval of Title Company prepared interests cannot be reached, Consultant team will escrow instructions including acceptable condition advise Client that negotiations have reached an of title. impasse. The City will consider scheduling of an 7.3 Record of Survey(DS) action in eminent domain including the required Cinquini &Passarino will create Record of Surveys as public necessity hearing. Consultant team will required. provide condemnation support as needed and requested, budget allowing. Consultant team will Record of Survey initiate and maintain individual acquisition files. For purposes of schedule and scoping, it is understood • If settlement with owners and other required interests that condemnation will not be required for acquisition of is reached pursuant to the City approved appraisal or any property for the project. City approved administrative settlement, Consultant team will prepare a Memorandum of Settlement for Task 8.Final Design and BidPhase transmittal to the City. If an administrative settlement 8,1 90%Plans, Specifications, and Estimate appears to be prudent, Consultant team will prepare (DS, RD, UT) a settlement discussion memorandum reviewing Consultant's design efforts will include the civil, survey the issues. This memorandum will require the City's written approval before implementation of any (coordination), landscape architecture, storm drain, utility, settlement agreement. electrical, traffic, and environmental groups. The 90% Consultant team will establish with Client and City design will include all aspects of the project, including the • Downtown Streetscape, Road Diet and Utilities Project a process of coordinating escrow closings and improvements. In the budget analysis for the remainder reviewing escrow instructions. Where there are of design efforts, Consultant identified the following four escrow closings, preparation of escrow instructions tasks involving the disciplines noted above: will be completed by Title Company. Approval of conditions of title and escrow instructions, including 0Plan Preparation but not limited to, "subject to"title exceptions, will be • Specification Writing done by Client. • Quantity Calculation • Cost Estimation 135 GHD I Ukiah Downtown Streetscape, Road Diet&Utilities Project 147 III Consultant will prepare 90% PS&E that will reflect Consultant will perform a constructability review utilizing responses to the 60% plan set and also include various in-house Construction Management staff inspectors or refined/additional contract details. Consultant will also engineers. provide the provisions that y twilll address issues th a set of draft project oucJcspecial has materials 90% PS&E(four full size hard copy sets) lip specification, testing requirements, how each item will be r� ; °u measured andaid for, etc. Consultant expects that the p p City will distribute PS&E and gather comments and City will provide a City Special Provisions standard boiler will provide one comment package to Consultant. plate that also includes the front end portion of the • City will provide boilerplate specifications to use for specifications. "front end" and special provisions format in electronic The plan and profile drawings will include profiles of the (Microsoft WORD)format. proposed centerline and other applicable surface • City will provide example project technical features.. This submittal will also include Draft Special specifications from a previous project for reference Provisions and Engineer's estimate. Consultant and format construction staff will perform a constructability review 8.2 Final Plans, Specifications, and Estimate o prior to the submittal. (Bid Set)(DS, RD, U7) Consultant anticipates the following tentative plan sheets Consultant will update the PS&E based on comments as part of the 90%°submittal: received, and finalize the PS&E, ready for advertisement. In addition to updated project specifications and 'ill • Title Sheet &General Notes estimate, Consultant anticipates that the final plan set will • Survey Control, Abbreviations, Legend include the following updated plan sheets: • Typical Sections LID Plans • Title Sheet &General Notes III Layout Sheets (Demolition, Utility, Surface • Survey Control, Abbreviations, Legend 411 Improvements with Grading/Profile) • Typical Sections • Cross Sections • Construction Details °gyp9 Electrical Plans (Lighting) LID Plans and Details Electrical Details � Layout Sheets (Demo, Utility, Surface Improvements • Landscape Plans with Grading/Profile) • Landscape Details • Cross Sections IIIIIIII • Irrigation Plans • Electrical Plans (Lighting) • Irrigation Details 0 Electrical Details • Traffic Signal Plans and Schedules 0 Landscape Plans • Traffic Signal Details 0 Landscape Details • Traffic Striping and Signage 0 Irrigation Plans • Traffic Handling/Phasing Plans 0 Irrigation Details • Erosion Control Plans • Traffic Signal Plans and Schedules • Erosion Control Details • Traffic Signal Details Consultant anticipates that the City staff will review the • Traffic Striping and Signage 90% contract documents and provide the responses • Traffic Constraints/Handling Plans back to Consultant in one week. 0 Erosion Control Plans Consultant will prepare plans using AutoCAD C31D 2016 ' Erosion Control Details or newer version. Consultant will prepare Final plans using AutoCAD C31D Consultant will prepare the project specifications in City 2016 or newer version format. Consultant will prepare Final specifications in City format. Consultant will prepare a 90% level estimated probable Consultant will prepare a Final level probable construction cost. For any elements that are not fully construction cost. developed at this stage, the estimate for those items will be "assigned" based on similar facilities. 136 481 GHD 9.2 Construction Management(DS, RD, UT) • Final PS&E (one hard copy - mylar, PDF printable Consultant will provide construction management during files, Special Provisions in MS Word) project construction. Attend the pre-construction IIS • Electronic Autocad drawing files will be transmitted meeting, as requested by City. within 10 working days of final PS&E Consultant shall perform daily inspection of the ow 8.3 Bid Support(DS, RD, UT) project. Services shall include photos, log, testing Consultant will provide design support during project observation, and general observation and monitoring " ilio advertisement by answering contractor inquiries and of the project construction operation. Specialty preparing any addendums that may be required. inspection can be provided if needed. @p�lllll Consultant will attend a prebid meeting if requested by SUIRIP111,,,,,,II ,I II ,IT II1 11N11FO11 RIMAT110IN City. � The following pages contain additional relevant Consultant will review and respond to technical questions information, including a signed copy of the � forwarded from the City during bid phase. Acknowledgement of Addendum No. 1. Consultant will prepare and keep records of necessary addendum and modifications for City issuance. For ���II� purpose of the Fee Estimate, it is estimated that two(2) IIIIIIIIIIII addenda will be prepared. wVllu • Responses to RFIs • Addenda • Questions from bidders will be directed to City. Technical questions will be directed to Consultant 1 from City. • Reproduction of Contract Documents for Plan Holders during bid phase. • Advertisement and bid opening. • Scheduling of pre-bid meeting, if any. • Distribution of addenda to all plan holders. • Sample addendum format will be provided to Consultant. ask S.Construction Phase Support Construction Management(Optional) 9.1 Construction Support(DS, RD, UT) Consultant will address submittal and shop drawing reviews, and respond to RFIs. Consultant will prepare technical bulletins during construction to supplement the plan information if needed. This task will be to coordinate and manage RFI evaluation and response process for those RFIs that are handled by Consultant including:log, transmit to design engineer for response, coordinate with design engineer on field status, track progress, review response, and transmit response to City Resident Engineer. 137 GHD Ukiah Downtown Streetscape, Road Diet&Utilities Project 149 This page intentionally left blank 138 501 GHD J i' i FF , 4 i I I r / J l f �titir1 /� ;r 5 /i1 l 1 � l w , 1� J, r �I I� TLPM i/iii ' . ,777 Q, � ,. , i' ! J, d r , ; I 139 0 #/� ��` uuuuuuu IOiu Illu of Ukiah February 8, 2019 m10 ADDENDUM NO. 1 iPPPPw ,II SUBJECT: Downtown Streetscape, Road Diet, & Utilities Project .I To all Prospective Consultants: I II INCLUDED HEREWITH IS ADDENDUM NO.1 for the subject project I 1. On page 8, please add the following statement to the paragraph for Construction Phase Authorization: "After the respective Allocation Request and Authorization Request have been obtained, the City may add additional construction phase services such as 011, construction management and inspection, to the Consultant's scope of work. This potential work should not be included in proposals submitted for this project. However, if the City chooses this option an amendment to the selected Consultant's contract will be negotiated." 2. On Page 8, please strike out the requirement for a Caltrans encroachment permit: "Consi-Mant shall ideF#ify il; pFoposal if theri-4 aare Any etheir items that they aRtiGipate will need-U-4 be asdrlr.�e d- inender to obtain ren.eAGFOaGhment peFFAit 49-M. Galt-MAr 3. On page 14, the Evaluation Criteria shall be changed as follows: No:-: Written Evaluation Criteria"., Weight, -- .. 1 Cornp ieteness of Re.gpurro saa Proass/ aoll 2 Qu,.,&tluua lions&P.xpcderr,Gµrr_,_,_,_,_,_ M,',_,_,_ 25 .........•.• aan7 z ation&Apprara�r iu_________.w____ Drg20, 4...........ia:ope of.Services to Ilble F�ov dtaa�._... `0, 5 Sc,,FradWe of work as _______________ ------------- 6 -- --6 Coaafkct of Interest'pA terrma��nt ff�a ssIP,.al ....P.er. ----------- 8 Refere.ncers PPi Total: 100 4. On page 15, please change the Evaluation Criteria as follows: "5. Schedule of Work (25 points) 5. On Page 15, please strike out the Evaluation Criteria for Local Presence: a. A statement addressing 4m's ability to establish an effiGe within the County 8Wrr9.WA direr. arr.n 300 Seminary Avenue b Ukiah m CA*95482®5400 Phone: (70'7)463-6200�Fax: (707)463-6204 www.cityofukiah.coi-n 140 GHD I Ukiah Downtown Streetscape, Road Diet&Utilities Project 151 Page 2 February 8,2019 ADDENDUM NO.1 Downtown Streetscape,Road Diet,&Utilities Project 6. On page 16, please change the Weighted score table as follows: Rating Score' N6, '"luatiori Criteria `: weight {Rating k SY wPight� 1 Completeness of Response � NJA Pass/Fail Pass/li`afl ------2 Ctualficatocsi ................................... �,�&Expi-,Hence 25 ...............................---------------------------------------— 3 Organization&Approach 20 ----------------------------------------------------------------------------------------------------- ------------------m..................... 4 Scope of Services to be Provided 20 ........- ........ ...... ..,................................ 5 Schedule e'f'Woyk 25 6 Conflict of Mtarest Statement N/A Pass/Fail Pa,s n/li➢D 0 ----------------------------------- --_ ----------------------- ---------- ---------------- nr r 8 ..... ............ Reference,,, ......................._................................ feren ,,, 10 ...... ... ....... atai: w100ww wwwww The proposal due date for this project will remain the same: 12:00 PM, February 13, 2019. IF YOU SUBMIT A PROPOSAL ACKNOWLEDGMENT OF THIS ADDENDUM MUST BE SHOWN ON THIS ADDENDUM. IN ADDITION THIS SIGNED ACKNOWLEDGEMENT MUST BE SUBMITTED WITH THE PROPOSAL. This Addendum is being sent to you in order that this office may be assured all consultants have received same. It should be noted it is the responsibility of the consultant to notify all prospective sub consultants of any and all changes. Sincerely, 4444101�� Richard J. Seanor Deputy Director of Public Works ACKNOWLEDGEMENT I hereby acknowledge that I have received this Addendum No. 1 and have reviewed and considered it before submitting my proposal. Signed: � '�� Date:. February 13,2019 Print Name: William Silva, PE, Principal 141 521 GHD MSUa��z�bg the Transfoirmaflon The improvements to State Street will be transformational for Ukiah's Downtown. Already this team has flown the corridor with a drone and created a birds-eye visualization. Per the design concept, widened sidewalks, lane reductions, new street trees, high visibility crosswalks, decorative paving, and corner seating in bulb-outs are shown. After the kick-off, we are excited to explore further design elements such as special paving at on-street parking, LID R stormwater treatment areas, pedestrian-scaled decorative streetlights, identity features, and opportunities for public HHHHH11 art. We will prepare additional graphics to communicate the exciting design ideas. 11111110 R OVK/'�X'/ V k 142 GHD Ukiah Downtown Streetscape, Road Diet&Utilities Project 53 This page intentionally left blank 143 541 GHD r W� / / OOOOOIi � / / Illlllllllu 71 M r � I r 1111111110 W yV1 , II r o. � r IIS illll r � r � ASSOCIATED AGENT OF W, SERVICES, INC, n 7n1Q Nnital Man Prnrluctc All rinhtc r—p-pri. 144 GHD Ukiah Downtown Streetscape, Road Diet&Utilities Project 55 This page intentionally left blank 145 561 GHD U N O CID g .i.y cr.i'.i.i ry rv... ti ti.r rv... .i.y.i ry ry.i.i.i.i.v.v M.r.r r r.y ry ry .r V ry ry cr.y 1 1 1 1 M o IrQ ull 3 0 o � I ry �I�I'. I I I I SII I I�I ml ml ml rvl ml 11 I I I I'.ml I I SII SII I I I I ml I I�I�I I I I I".ml I I I II MI I I�I ml I I I I .ml Y plo o om = a".,� '.v o a a a a c c o n..n....�.,w a v ry w•,�n o ro ro n n m m n.N n °';� a o 0 0 0 -------------- 0 0 0 0 0 0 0 o 0 0 0 0 m o N 6 6 66 a a a a a a a a a a a a a a a 6 6 6 6 6 6 Ii Ii 6 6 6 a a a a a NII `' a a a ry ❑ � z z � � ❑ ¢ w w w a ¢ r>> p N >r r N N J J N ¢z N a J w N r x N N G z a a N r r N N r a< o r o a M N N N - arww o na a�,,,, r-�-m�.'mo".m�rz�.o.rvaiz. x r'r"s� � ❑o3... �33oz�M..arFMrNM.mm-I a❑zo s❑zo F aa❑aFa oa mMo�o <r m Qm'm m ❑ mm o m "l mm "m ' m1.00ooowQo aFz rFap>az lo. Fr a o o w o _ Y zo' 0 c J r z ❑ °, p F o o F 0 0 0 o z w z a d a 3 r o r o Q a o o p p Q F m o❑o o a o N g¢w w o❑❑ zw3ll�'.r oz'o=M^�3z'o=M^orz w ggZ zZ >�oo z3 or r zzz>zw F❑'p zz3Noo o o r o az3zwua� z zp z o u0 azc� o dppzz z� Nr ° a 0 � = o � aorpazzd �zp s= 0 a,o o� o 2 �o.� 0 z o< pa<.00 o > ZpQ3� o" O � oom¢oo o F u> dz 31..E cal calla alaaaa¢a a a a a a a'a a a a a a'a a a a a a a¢¢¢¢a!a a s ala ala a a a a a a a'a a s a''a a a¢a!,a1a a a a a a a¢a!a X111>............>>''.>>'.>>>>>>>>>>>>>>>>''.>>'.>>>>>>>>>>>>>>>>>''.�'........... rNNNNNr MooN rNNNNNr rNNNNNr rNNNNNr N M N o F¢ aaa FFFN M N N N N N M M M N N N N N M N N N "' w <<<w w ¢F w o r r w w<<<<<< ',aaaN r''a aa'F¢',aaaaaa FFaaaa',aaaala a'. aaaaaaa'.aaaa'.aaaaa'.a'.aaaaaaaa'.a'.a olM N N N N N N M M M T N!M M G N N N N N M N N N N!N N N N!N Niu N G G G G N N'N N N N!N N N N N!N!N N G G r G N N'N'N a'z zz z z z mo4�4�4 m04 4� z1'.".m ¢'',o T 0 Q 0 II�IIIIIIIII�I � � iE MOM mi-iiINIMMEM N r r re rl i / V Y •.vNti w, �I ^'v 1 fr w i rr I r'v Ir, xY u r , , p. uw„ n r � c ar 4 4 div M k I, N r �r k w M oYf.i Ji Mx P' r a. r �1 wv n' r^ t a� r Y v� �Y,mr ( �� / � I °°�'° ✓'� �X ui,� �' 4 fpr ,�"? A�"� w✓ , w u o " r msr ' Ni t � �p N' /ilii t +;Y / /,/,, ��, r / ,G n � ` 0 /i r a. I C l r 0 1 , 1 1 w I 16 xi N , rm fi P, iN V 4; r ro. •n r r , , 1 r, ry Yr1 aor e a, w u a X , I / 1 " I v I r I, r h M °a N INs h, d N ry u, I rd. rf N r! 1 s mw Y i1 I f N n' �ry r J. 5„ 'u4 �r r r t 1 r W � b „try sl 6 14 �i r w � r, wry, 1 r m r b "t„ c a� h 9 r� r nl ^N 4 lNvm, rY Y 1 r �r 1 f: 1r i, i� ^y„ l The GHD Team collaborated to prepare a task by task program for adjacent owners. This could mean the 1111 schedule in concert with the customized project scope of difference between a quick delivery project and one that work presented in Section 5. The schedule, like the goes well beyond the proposed timeline. 1111 scope, is organized to be as sequential as possible, Tools:Another significant challenge to the schedule is providing for increased project delivery efficiency. the anticipated review time to recieve Department of Dependent tasks have been linked with key predecessor State Architect (DSA)approval. Recent experience has tasks and the schedule recognizes the need for critical shown review times of at least eight weeks. The Request o Ipu early tasks. for Allocation cannot be made without DSA's approval of HIM Fast-track Project Timeline:The schedule in the RFP is the streetscape portion of the project; and, given the HHHHH° very aggressive. Business as usual for this Project will not schedule set forth in the RFP, there is not time to allocate R achieve the goals the City has established in the RFP. for their review. To evaluate and show the issue, two Identifying the critical path from the start will be schedules have been prepared. The first shows the@pill imperative. In that respect, our team recognizes that project schedule based on the tasks outlined in the RFP, proper execution of the public outreach and ROW phase notably the TCEs and DSA approval. The second efforts will be imperative to public/adjacent owner schedule reflects alternatives aimed at facilitating time acceptance and securing "rights of way" in an savings (and cost)and substitutes "Permits to Enter" accelerated manner for CTC approval. GHD will review instead of TCEs and promotes finding a strategy to scope and schedule with the City to establish additional reduce or eliminate the DSA review time. This tool is only tasks and approaches to establish a fast-tracked as useful as the systems in place to maintain the project. schedule. For this Project, GHD will use BST, Jabber, iConnect, Staff Availability:When extensive work needs to be and other software tools for financial, communication, complete, strategically applying significant resources can and internal project management. be a key path to success. The core GHD project staff are coming off the completion of the$10M Healdsburg Avenue and Roundabout and Redwood Business Park Projects which included similar complete streets, road diet, utilities, and urban design services, and are ready to tackle the Ukiah Downtown Streetscape Project. In addition to holding Ukiah as a preferred client, GHD prioritizes our time for local, high-profile projects like this Project and has availability for the duration. The remainder of the key players and subconsultants have been vetted for availability and have committed to successful resource staffing and completion of the Project. For example, Cinquini and Passarino have committed to multiple survey crews and a strategic survey approach to complete the first major survey submittal in eight days! AIRIP11 ROACH To ensure that the resources are applied most effectively, we will develop a work plan to deliver the scope of work. For example, we propose to meet with the City at the outset to review long duration tasks within the CT funding/CTC approval process. Since these are long-lead items, we will look to implement tactics to streamline those efforts and reduce the duration of the work. As discussed in the proposal, one of the most impactful/ innovative ideas is to remove the need for TCEs (there may be as many as 76; see Section 5/Supplemental Information)and instead develop a"Permit to Enter" 149 GHD Ukiah Downtown Streetscape, Road Diet&Utilities Project 59 City of Ukiah Downtown Streetscape,Road Diet,&Utilities Project SII RFP Schedule' ulllll ID Task Name Duration Finish 2019 2020 Jan Feb Mar_Apr May Jun;Jul Aug Sep Oct,Nov,.DPc,Jan,FPb.. o Downtown Streetscape,Road Diet,&Utilities Project 247 days Wed 1/15/20 III 1 Submit Proposal 0 days Wed 2/13/19 tlu 2/13 t p 2 City Coucil awards professional service agreement 0 days Wed 2/20/19 p 2/20 3 Task 1:Project Management and QAQC 181 days Thu 10/31/19 IIIIIIII10 4 Project Management Plan and Internal Coordination 181 days Thu 10/31/19 V 5 Project Schedule 45 days Wed 4/24/19 .......11 t111 6 Agency Coordination 181 days Thu 10/31/19 I 7 Caltrans Local Assistance Coordination 181 days Thu 10/31/19 V 8 Project Meetings 26 days Wed 4/24/19 " 9 Progress Reporting/Invoicing 181 days Thu 10/31/19 0 10 Quality Assurance/Quality Control 181 days Thu 10/31/19 .. t 11 Task 2:Surveys,Mapping and Site Data 16 days Thu 3/14/19 12 Background Research 7 days Fri 3/1/19 13 Surveys and Mapping 10 days Wed 3/6/19 F1 14 Site Visit(with City) 1 day Thu 2/28/19 111 15 Utility Potholing(Recommended Option) 3 days Wed 2/27/19 VIP 16 Geotechnical Investigation(Recommended Option) 2 days Tue 3/5/19 111 17 Traffic Data(Recommended Option) 3 days Thu 3/14/19 VIII 18 Task 3:Outreach and Coordination with Adjacent 45 days Wed 4/24/19 Properties 19 Community Outreach 45 days Wed 4/24/19 20 Adjacent Property Owner Coordination 43 days Wed 4/24/19 ;`i 21 Task 4:Utility Coordination 45 days Wed 4/24/19 22 Water,Sewer and Storm Drain Coordination 45 days Wed 4/24/19 ..I 23 Utility Relocation of City and non-City Owned Facilities 45 days Wed 4/24/19 ;';':,.,iVi 24 Task 5:Environmental Compliance&Support 181 days Thu 10/31/19 25 NEPA and CEQA Compliance 181 days Thu 10/31/19 "" t 26 Hazardous Materials Assessment and Support 181 days Thu 10/31/19 ...... (Recommended Option) 27 Task 6:Design 25 days Wed 3/27/19 28 Submit 60%contract documents 20 days Wed 3/20/19 29 Drainage and LID Program 20 days Wed 3/20/19 7 30 Utility Coordination 20 days Wed 3/20/19 1 31 60%City Review 5 days Wed 3/27/19 111 32 Task 7:Right of Way Engineering 210 days Fri 12/13/19 33 Right of Way Descriptions and Plats 33 days Wed 4/10/19 34 Right of Way Appraisal and Acquisition Servicesz 179 days Thu 10/31/19 u 35 Record of Survey 32 days Fri 12/13/19 36 Task 8:Final Design and Bid Phase 210 days Wed 1/15/20 37 Submit 90%contract documents 10 days Wed 4/10/19 L 38 90%City Review 3 days Mon 4/15/19 II 39 DSA Review3 43 days Mon 6/10/19 I 40 Submit final contract documents,ROW certification, 9 days Fri 6/21/19 request for allocation,and request for authorization 41 CTC allocation of project 51 days Fri 9/6/19 "3 42 Provide bid assistance 88 days Wed 1/15/20 ::.::'.':.......I 43 Task 9:Construction Phase Support&Construction Management(Optional) 44 Construction Support and Management Footnotes: 1.Representative schedule based on RFP.Final schedule to be completed after review of scope with City.Final schedule will include items that are added, modified or deleted.Note,with ROW services as specified and DSA review time the schedule is likely not feasible.Assumes NEPA complete. 2.For schedule clarity the ROW phase is not shown as a predecessor to the Request for Authorization,but it is anticipated that the full preparation and execution of TCEs will delay the ROW Certification and thus the RFA submittal. 5� 3.Recent DSA reviews have taken in upwards of 8 weeks.Request for allocation cannot be submitted without DSA approval stamp on title sheet. 601 GHD City of Ukiah III Downtown Streetscape,Road Diet,&Utilities Project Proposed Schedule' II0 ID Task Name Duration Finish 2019 U I I Jan1FeblMarAprMayJun`Jul Aug`SeplOctlNov 0 Downtown Streetscape,Road Diet,&Utilities Project 193 days Thu 10/31/19 F, ""+ llllllllllui 1 Submit Proposal 0 days Wed 2/13/19 4 2/13 J11 11 2 City Coucil awards professional service agreement 0 days Wed 2/20/19 2/20 i' 3 Task 1:Project Management and QAQC 181 days Thu 10/31/19 4 Project Management Plan and Internal Coordination 181 days Thu 10/31/19 0 5 Project Schedule 45 days Wed 4/24/19 1 1 111 6 Agency Coordination 181 days Thu 10/31/19 1 7 Caltrans Local Assistance Coordination 181 days Thu 10/31/19 1 1 IIII�I 8 Project Meetings 26 days Wed 4/24/19 1 1 uow 9 Progress Reporting/Invoicing 181 days Thu 10/31/19 1 10 Quality Assurance/Quality Control 181 days Thu 10/31/19 m 1 11 Task 2:Surveys,Mapping and Site Data 16 days Thu 3/14/19 flu 12 Background Research 7 days Fri 3/1/19 1r1 13 Surveys and Mapping 10 days Wed 3/6/19 1 i1 14 Site Visit(with City) 1 day Thu 2/28/19 111 15 Utility Potholing(Recommended Option) 3 days Wed 2/27/19 111 16 Geotechnical Investigation(Recommended Option) 2 days Tue 3/5/19 1 17 Traffic Data(Recommended Option) 3 days Thu 3/14/19 1 18 Task 3:Outreach and Coordination with Adjacent 45 days Wed 4/24/19 Properties 19 Community Outreach 45 days Wed 4/24/19 1 1 20 Adjacent Property Owner Coordination 43 days Wed 4/24/19 111 1 21 Task 4:Utility Coordination 45 days Wed 4/24/19 22 Water,Sewer and Storm Drain Coordination 45 days Wed 4/24/19 1 1 23 Utility Relocation of City and non-City Owned Facilities 45 days Wed 4/24/19 1 1 24 Task 5:Environmental Compliance&Support 181 days Thu 10/31/19 25 NEPA and CEQA Compliance 181 days Thu 10/31/19 1 111 26 Hazardous Materials Assessment and Support 181 days Thu 10/31/19 1 (Recommended Option) 27 Task 6:Design 25 days Wed 3/27/19 28 Submit 60%contract documents 20 days Wed 3/20/19 1 29 Drainage and LID Program 20 days Wed 3/20/19 1 1 30 Utility Coordination 20 days Wed 3/20/19 1 1 31 60%City Review 5 days Wed 3/27/19 32 Task 7:Right of Way Engineering 35 days Wed 4/10/19 33 Permits to Enter2 35 days Wed 4/10/19 1 34 Task 8:Final Design and Bid Phase 156 days Thu 10/31/19 35 Submit 90%contract documents 10 days Wed 4/10/19 36 90%City Review 3 days Mon 4/15/19 111 37 Submit final contract documents,ROW certification, 7 days Wed 4/24/19 1('. request for allocation,and request for authorization 38 CTC allocation of project 47 days Fri 6/28/19 uryr 1 39 Provide bid assistance 89 days Thu 10/31/19 40 Task 9:Construction Phase Support&Construction Management(Optional) 41 Construction Support and Management Footnotes: 1.Representative schedule based on options presented that deviate from RFP.Notably structuring the project so that the portion of the project funded by the Streetscape funds are not subject to DSA review,thus eliminating the lengthy review period. 2.If Permits to Enter are acceptable and TCE's are not required the effort and time to complete the Right of Way will shrink drastically. 151 Gil I Ukiah Downtown Streetscape, Road Diet&Utilities Project 61 This page intentionally left blank 152 621 GHD 41, ....... ...... i � f p 1 r v , i r 1 a � i{ I I i li t / / / / / I/ / / / l / � f .r ' CONFLICT OF QST STATEMENT www l rr r / c. i 1 I / 1 53 l / l / l / r / �i / I � / / f GHD has successfully completed recent assignments for the City of Ukiah and prioritizes our relationship with the City. GHD is not aware of any recent, current, or anticipated contractual obligations that relate to similar II� work that may have a potential to conflict with GHD's llllm YYY10 unlll involvement with this Project. GHD does not have a Illlllllllu IIIIIIIIIIII financial interest in any contractors that may bid on the IIIIIIIIIIIIIII III Project. I ulllllllllll Vllu IIIIII Vllu I ullll ullll Vllu i IIIIIII Vllu ulllllllllll 154 GHD Ukiah Downtown Streetscape, Road Diet&Utilities Project 63 This page intentionally left blank 155 641 GHD x' I � l r ;4 c , Yi V l � rl w 468.5 /sYbo�l/ ....., , /ii //i. ,, ,,: ✓d,., , G// `� n I' I I // u, / I, 1 I � l v 1 u�i�'ror, �d t I a r r� i � 1• l(� r F / I r �a / r, > I r rr v. Yr u r r / .r a, a r. r, k r. i1 Ivo Vr r. lY. 56 fi 7 b< J /J 11 GHD trusts the City of Ukiah will appreciate that, due to 11 0 the commercial sensitivity and confidentiality of any litigation in which GHD may be presently involved, GHD IIIIIIIIIIIIIIIIIIIII is not at liberty to disclose the information sought. Jaw However, we point out that as a component of its prudent risk management practices, GHD obtains high quality professional liability insurance in the world market, and domestically in the U.S., to provide coverage in the industries in which it operates. wu Given that we are a firm of nearly 10,000 staff and as a consequence of engaging in business, there are sometimes claims asserted which may or may not give rise to litigation. The details and progress of any such claims are by necessity commercially sensitive and remain in confidence. We are able to inform you that there have been claims notified in the normal course of business, none of which we believe are material to the services which are the subject of your Request for Proposals for Engineering Design and Right-of-way Services for the Downtown Streetscape, Road Diet and Utilities Project. There are, however,presently no significant ongoing contract failures, no criminal matters, and there have been no judgments against GHD Inc. within the last 5 years. If the City should require further information, kindly contact GHD's Chief Counsel, Duncan Findlay at 602.216.7225 or I)t.rig ai�.Fii�dl�.y@c7hd.r.(..)I rr to arrange for a confidential discussion. 157 GHD Ukiah Downtown Streetscape, Road Diet&Utilities Project 65 This page intentionally left blank 158 661 GHD II�I p i i� I 4y4 II I I I' f d �e i I v. IIIIII� I �)h, sf u � ua ,i I �0� 1 Y ' II I VIII' 0 f WWWWWW / rrrrrrrrrrrrrrrrrrrr / / '� //� / . , rrrrrrrrrrr rrrrrrrrrrrrrrrrrrrrrrrrrr rr , rr rr r / t / / r / I y I / / f / / r / / r / / / / f l r f r ) / r t / r 1 / / _ r f / / f / r� / rf / :f f / � t i > / / 159 / I I / / / 1 1 / ,r / / r / , r �1SII II 1111, P11 ROIRIESSIII 01NA111 SIH IRIII GIES oulll AGIRIIS,II , II ,IST IISII ,VIII II , IIIIIIIIIIIIIIIIIIIIIW GHD is currently working for the City and is confident that we can agree to mutually beneficial contract language. In an effort to seek the most insurable language possible, the following proposed modifications R to the CIty of Ukiah's draft professional services agreement are provided: Wu Proposed Language Modifications Section 6.2 Indemnification Illlllllllui "...surviving the termination of this Agreement, to indemnify the City for aiinry claims, cost or liability tfiet ma see ou4 cAf mny to 11he exteint cauised Ilby negligent 10 act or omission..." Poll ug "liability for damages for death or bodily injury to persons, injury to property, or other loss, arising from the 10 negligence, willful misconduct or defects in design by the Cityj eir airisIiml firemt#ie metivi)nreglIgerme cA t1le GIty.,- IIIIIIV ...as used herein includes heepenses of defertdIr") -0 agaInrst findIg11he defenef a claim, and the 10 payment of any settlement or judgment arising out of the claim. Defense costs include all costs associated with Vllu defert61m fuindIein ing 11he defse of the claim, including, u00000i 'I but not limited to, the reasonable fees of attorneys, investigators, consultants, experts and expert witnesses, and litigation expenses." Proposal Terms The proposal terms shall remain in effect for ninety (90) days following the proposal submittal date of February 13, 2019. Adequate Financial Management and Accounting Systems GHD's financial management and acctg systems conform to 48 CFR and 2 CFR as noted. 160 GHD Ukiah Downtown Streetscape, Road Diet &Utilities Project 167 This page intentionally left blank 161 681 GHD /U gg ii /�%0///%%G/////m "i' r '�%� i///%/%/���!!�%%/�l/i%�/fir%I%/%% ,///� /%%%n////ii " %%���/i, I / �am w � / l / I I � „ v l/ of r w lI/ I II w� r .. I r. "M 1 I / I 1 I 1 r �a i I , Xl 1 1FtbERAL AID er I W///// PROVISIONS ................ f ///%�%%%�% / v 162 KIM I .t / r i✓/ Iw u liii li(i iu I ofd. �. mmmlm�l Iiia I IuuH�;�ua4 m I / / _ / l , r � rr r P / / ✓,,„ ,„/ 1, f rr , � e a t I � 1 1, I /, /� / 1, . ✓ r / » / r / ✓ T / ✓/ i 1.// I / / l 1 ConSdPirdftant ��IIII���II Local Assistance Procedures Manual Exhibit 10-01 IIIIIIIIIIIIIIIIIIIII Consultant Proposal DBE Commitment EXHIBIT 10-01 CONSULTANT PROPOSAL DBE COMMITMENT VIII 1.Local Agency: City of Ukiah 2.Contract DBE Goal: 2% 3.Project Description: Downtown Streetscape,Road Diet,&Utilities Project Engineering Design&Right of Way Services 4.Project Location. Downtown Ukiah State Street from approx.200 ft s/o Mill St to approx.200 f n/o Henry St,approx.8-9 city blocks. �Film 5.Consultant's Name. GHD Inc 6.Prime Certified DBE:El �IIIIIIIIIIIIIII luu 7.Description of Work,Service,or Materials 8.DBE �IIIIIII Supplied Certification 9.DBE Contact Information 10.DBE o Number 1101111 Illllllum Whitlock&Weinberger Transportation,Inc. oil III Traffic Engineering- Signing&Striping 26209 490 Mendocino Ave,St 201 2% Santa Rosa,CA 95401;T+1707 542 9500 IIIIIIIIIIIIu Local Agency to Complete this Section 17.Local Agency Contract Number: 11.TOTAL CLAIMED DBE PARTICIPATION 2% 18.Federal-Aid Project Number: 19.Proposed Contract Execution Date: 20.Consultant's Ranking after Evaluation: IMPORTANT:Identify all DBE firms being claimed for credit, Local Agency certifies that all DBE certifications are valid and information on regardless of tier.Written confirmation of each listed DBE is this form is complete and accurate. required. ��' 02/08/2019 12.Preparer's Signature 13.Date William M.Silva 707-484-8236 14.Preparer's Name 15.Phone Vice President 16.Preparer's Title DISTRIBUTION: Original-Included with consultant's proposal to local agency. ADA Notice: For individuals with sensory disabilities,this document is available in alternate formats. For information call(916)654-6410 or TDD(916)654- 3880 or write Records and Forms Management,1120 N Street,MS-89,Sacramento,CA 95814. LPP 18-01 Page 1 of 2 January 2019 163 GHD I Ukiah Downtown Streetscape, Road Diet&Utilities Project 169 This page intentionally left blank 164 701 GHD Local Assistance Procedures Manual EXHBIT 10-11) Disclosure of Lobbying Activities IIL It EXHIBIT 10-Q DISCLOSURE OF LOBBYING ACTIVITIES IIL COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIf'S PI;,/RSUANT TO 31 U.S.C. 1332 III g 1. Type of Federal Action: 2. Status of Federal Action 3.JReport Type. a, contract a. bid/offer/application a. initial K, grant b. initial award b, material change c, cooperative agreement c. post-award d. loan For Material Change Only:, e, loan guarantee year__._.._ quarter.,,,, . f. loan insurance date of last report 4. Name and Address of Reporting Entity 5. 1f Reporting Entity in No.4 is Subawardee,X Enter Name and Address of Prime: Prime �39erascardea. *if known Congressional District,if known Congressional District,if`known 6. Federal Department/Agency: 7. Federal Program Name/Description: CFDA Number,if applicable............................................................................... 8. Federal Action Number,if known. 9. Award Amount,if known: 10. Name and Address of Lobby Entity 11.Individuals Performing Services (If individual,last name,first name,MI) (including address ifdifterent from No. 10) (last name,first name,MI) (attach Continuation Sheet(s)if necessary) 12. Amount of Payment(check all that apply) 14. Type of Payment(check all that apply) S ®actual ❑planned a, retainer b. one-time fee 13. Form of Payment(check all that apply): c. commission ® a, cash d, contingent fee b. in-kind,spceify;nature a deferred Value f. other,specify 15. Brief Description of Services Performed or to be performed and Date(s)of Service,including officer(s),employee(s),or member(s)contacted,for Payment Indicated in Item 12: (attach Continuation Shect(s)if necessary) 16. Continuation Sheet(s)attached: Yes ❑ No 17.Information requested through this farm is authorized by Title t 3 as placed Section 4cr 2, This disclosure of lobbying reliance Signatusere: when his transaction as made or �)— entered into. This disclosure is required pursuant to 31 U S.C. Print/`+lame, William M.Silva 1352, 'This information will be reported to Congress - ----...................- ----- semiannually - .-..semiannually and will be available for public inspection, Any Ttllc Vice President person who faits to file the required disclosure shall be sub ecl ...., ........, to a civil penalty $10,00(1 and not more than $100,1 00 f rach,such failure "I"clephone No.: 707484-823(5 Datc.,02/08/2019 Authorized for Local Reproduction Federal Use Only: Standard Form-LLL Standard Form LLL Rev 04.21106 Distribution: Ong-Local Agency.Project piles Page 1 LPP 13-01 May S,2013 165 GHD I Ukiah Downtown Streetscape, Road Diet&Utilities Project 71 This page intentionally left blank 166 721 GHD f rrrrr, F , f YIiiYVVauY Of e�ll%��flt�jlfllf(JII(JIIfUIIr�/Oii AN / l/ viieoldi r 1 / r r r . , l rr, f f Y/ / e � f f r will IMUUIMMIMm 1101 Im l j REF ENCES MIC/ A/ AA/d/d/l/l/Mill r, 1 r I i f i P _ n i I r . ,W I � s III I ( � 6 1 / I Y� i � III �I 1 I Id f P 4 r.. /r rrr i u / I V 6 i / C I r/ M �Ilit� r, I li I 167 ,,,,,,,,,,,,,, ............... ............... .............. ............... / ,rrrrrr,, / ..............:.. ............... ............... .............. ............... ............... ............... ............... ............... ............... ............... ............... ............... ............... ............... 11101 I Illu Jim f v � F � to F, w Gly of Ukbh Gly VIIV Richard Seanor, PE Colleen Ferguson Deputy Director of Public Works Public Works Director/City Engineer 300 Seminary Avenue Public Works Corporation Yard Ukiah, CA 95482 19728 Eighth Street East T+1 707 463 6296 Sonoma, CA 95476 T+1 707 933 2230 PROPOS �4E°IMPROVEMENTS w or si Ps p �m A 1 U 1,• °s i 1'14rrmvnn =.r= — -- 1 / /////%✓//%%///////%�%/r/G//l/,/%%//,%//%ll/1///////////%a�tflrk�i'�1(,114tt�W�nl�dd�l��(�1r�/IJJ�If/f(UNI�//)fl!11C'iflVliC!Il�ia!� 1, ° g A ROAD DIET PROJECT iii, La QL]htaiii, Rohneirt Pairk Ed Wimmer, PE Mary Grace Pawson Principal Engineer Public Works Director 78-495 Calle Tampico 130 Avram Avenue La Quinta, CA 92253 Rohnert Park, CA 94928 T+1 760 777 7088 T+1 707 588 2234 168 GHD Ukiah Downtown Streetscape, Road Diet&Utilities Project 73 w , p i IIIb, I ���IIIII�III Gly of HeddsbUirgiii Uma Brent Salmi, PE Sanjay Mishra, PE Former Public Works Director former Engineer at City of Petaluma 435 Allan Court City Hall Healdsburg, CA 95448 11 English Street T+1 925 323 0020 Petaluma, CA 94952 T+1 707 259 8631 Town , � 1 I / I 1 � )�IIIIIIIII)ybitlilillPli���Pt u i utak,, it r i f Mndsoir Sonoma-Maidni ii Alejandro Perez, PE II I II- (SMART) Senior Civil Engineer, Public Works Department Bill Gamlen, PE 9291 Old Redwood Hwy#300A Chief Engineer Windsor, CA 95492 5401 Old Redwood Highway, Suite 200 T+1 707 838 5318 Petaluma, CA 94954 T+1 707 794 3049 169 741 GHD �'ua �f�%� � �, 1 r ✓u�r��r I un m,,� �y� , �r, n �6. a � r J�i l io nI „�1n �fY f�9J r ny,.t uu waun � m �y ,F ", '� .�(,.ai(f�f/iFl✓FL.,I��� i„' � 4�N1A�4Ap�NIM�^V�„"""" a t ,,,; a 1 / i � a i r i i a l f � J 0 i i i a a/ I I William M. Silva, P E, QS P/QS D Principal in Charge Qualified: B.S. Civil Engineering, California State Polytechnic University, 1993; Civil Engineer: CA#53235; CDT, Construction Specification Institute; Certified QSP/QSD. Connected: Member, Construction Specification Institute; Member,American Society of Civil l ? Engineers; Member,American Public Works Association; Member, National Society of l Professional Engineers, Member, South&West Area Business Association, and Member, LSR i XXV, Leadership Santa Rosa. Professional Summary: With over 25 years'experience in public sector civil engineering, transportation, and utilities design, Bill is highly skilled at CIP and Public Works project design, including: large-scale redevelopment, roadway and bridge design, railroad design,various water, � sewer and storm drain projects, and a broad background in all phases of project planning, outreach, and design through construction. Bill has been a County Public Works engineer and an Assistant City Engineer. Most importantly and relative to the Ukiah Streetscape Project, he has designed and/or managed seven exceptionally similar streetscape, road-diet,federally-funded, former Highway 101, high-profile, downtown projects along the Highway 101 corridor in Northern California,from southern Sonoma County through Mendocino County. Project Manager to evaluate traffic volumes,traffic operations, pedestrian Cloverdale Boulevard Street Improvements activity, bicycle riding activity,speed, safety, diversion of City of Cloverdale, CA traffic, changes to parking and accessibility, and public PM for the Cloverdale Boulevard Street Improvement perception of the project after implementation. project that consisted of a streetscape between Lake Project Principal Street and Third Street in the downtown portion of the Petaluma Complete Streets Project (Federal City. The improvements consist of narrowing the Project STPL 5022(055)) 1 City of Petaluma, CA existing street(from two to one lane in each direction), This federally funded project included approximately traffic signal modifications,widening of sidewalks, 4,500 LF of Lakeville Street and East D Street,two installation of alternating parallel and angled parking, heavily traveled arterials within the City. Within the extensive landscaping,street furniture, and existing right-of-way,the travel lane widths were improvements to underground utilities.A vital part of the reduced to incorporate either 5 to 6 foot enhanced design process was working with the downtown green bike lanes or shared lane facilities throughout the property owners and merchants to develop a project limits. Pedestrian enhancements included construction sequencing plan to ensure continued sidewalk gap closures,widened sidewalks, upgraded access to the businesses in the project area. The curb ramps, high visibility crossings with advanced project was constructed in 2002, at an estimated warning signage, and a rectangular rapid flashing construction cost of$4 million.WRT was the beacon (RRFB)system installation at the Copeland Planner/Landscape Architect of record. St./D St. intersection (near transit center). The project Project Principal also included a new bus bay for transit services, San Pablo 23rd Street Road Diet I City of San coordination with the adjacent passenger rail station Pablo CA and assistance with Federal aid processing. This project involved the reconfiguration a of 4-lane Project Manager roadway to 3-lanes(two-way left-turn lane median)with Petaluma Blvd North Road Diet Project I City on-street parking and bike lane facility. 23rd Street is of Petaluma, CA functionally classified as a Mixed Use Boulevard PM for the design of roadway improvements on carrying between 18,000 to 25,000 ADT. GHD provided Petaluma Boulevard North.This was a "road diet" full design, preparation of construction documents, project,which reduced the number of travel from 4 to 3 stakeholder coordination, and public outreach services. lanes including a two-way left-turn lane,while also The design consisted of improvements to reconfigure providing additional enhanced pedestrian crossings. the roadway, including removal of existing striping, The project also included a new traffic signal system; in- slurry seal,signing and striping, high visibility ground lighted pedestrian crossings, bulb-outs, and crosswalks and relocation of transit stops. GHD was ADA curb cut ramps,among other improvements. The solely responsible for stakeholder coordination, public project was funded through the Federal Highway meetings, and outreach.After the conclusion of Administration Transportation for Livable Communities construction, GHD prepared a "before"and "after"study (TLC)Grant. Bill's team later completed Phase II of the 171 Z / William M. Silva, PE, QSP/QSD ////fl%�iinrr,n,,�%�%lel/p//,� Downtown Traffic Calming/Streetscape project,which flashing beacons(RRFB's),and signing and striping. included work on numerous streets throughout Old The project also included a customized wayfinding Downtown Petaluma and involved paving, grading, program that initiated the character of the pedestrian utilities, and aesthetic improvements (streetscape). scale signage throughout the PDA and compliance with Principal/Project Manager Federal and State funding requirements and Healdsburg Ave Streetscape Project I City of coordination with Caltrans Local Assistance and the Healdsburg I Healdsburg, CA adjacent rail District, SMART. Project Manager for the design of Healdsburg Avenue Principal in Charge Streetscape at the entrance to the City, including a Willits Main Street Corridor Enhancement roundabout at a five-way intersection. The project was City of Willits, CA a signature gateway improvement project with As a subconsultant to WRT, Mr. Silva led GHD's team landscaping, lighting, decorative walls and hardscape, for civil design, engineering,and cost estimating for the among other features. Project included replacement of concept development of the Willits Main Street Corridor sewer,water, and storm drain lines, undergrounding of Enhancement. Complete streets enhancement power and communication, extensions of a box culvert, elements included bulbouts, enhanced crosswalks, bike railroad crossing improvements, and the construction of lanes, landscaping, and public art. Extensive public the roundabout. The sewer line replacement included outreach, including real-time workshops,was performed the installation of 12 to 36-inch pipe;water line to capture public input and support. replacement from 8 to 12-inch pipe. Project also Principal in Charge included permits, mobilization,temporary utilities, Petaluma Downtown Phase 11 Redevelopment protection of existing improvements,safety,quality City of Petaluma, CA control,temporary traffic control, demolition, abandonment,site preparation, sewer flow control, Phase II of the Downtown Traffic Calming/Streetscape earthwork, open trench construction,temporary shoring and undergrounding Project, included work on numerous and bracing, dewatering, pavement markings and streets throughout Old Downtown Petaluma. Design striping,testing, clean up and demolition. included paving, grading, utilities, and aesthetic Project Director improvements (streetscape)throughout the project limits. Jaguar Way/Windsor Road Signalization and Project Manager Sidewalk Gap Closure Project (CML- Old Redwood Highway Downtown 5472(018) 1 Town of Windsor, CA Improvement Project I City of Cotati, CA Bill provided oversight for this project, ensuring This project consisted of the construction of traffic seamless delivery of a full range of services, including calming measures throughout the City's downtown area. conceptual planning, preparation of project alternatives, Specific elements included roadway narrowing, public outreach, right of way acquisition coordination, decorative sidewalks,decorative streetlights, bridge preparation of construction documents, engineering railing, median island,diagonal parking, and 1,300 support during construction, and Federal aid processing linear feet of street overlay. GHD provided Caltrans assistance. The project design included street widening coordination with District 4 Local Assistance Office-, represented the City in public meetings; prepared plans, at the approach to the intersection of Windsor Road and specifications, and cost estimate (PSE)-' provided Jaguar Way, installation of a new traffic signal system, environmental review and documentation (CEQA and connection of Class II bike lanes, and Class II bike lane NEPA); provided bid support services; and construction enhancements(green lanes). The design also included support services. sidewalk gap closure, new street lighting and retrofit of Project Manager existing lighting for LED luminaires, street widening for Windsor Town Green I Town of Windsor, CA on-street parking and a right-turn pocket into Windsor High School, upgrade of pedestrian curb ramps, Project Manager for a community-based design process pavement rehabilitation, striping, and signage. for a new park in the Town. This 4.5-acre Green serves as a vibrant gathering place for the community of Principal-in-Charge Windsor which has bolstered the town's economy and Street Smart Rohnert Park I City of Rohnert created a down town area for residents and visitors to Park, CA gather.The Town Green is the centerpiece for the new This Congestion Mitigation and Air Quality(CMAQ) downtown and is now surrounded by mixed-use funded complete streets project in the Central Rohnert development, housing, commercial, and civic buildings. Park Priority Development Area (PDA)included design WRT was the Planner/Landscape Architect of record. of pedestrian and bicycle improvements within the PDA. Project features included ADA ramps, mid-block crossings, in-ground lighted crossings, rectangular rapid 172 Matt Kennedy, PE, TE 1° UIVi Project Manager Qualified. B.S. Environmental Resources Engineering, Humboldt State University,Arcata, CA, 2001 M.S. Environmental Engineering, University of Massachusetts,Amherst, MA 2003 fJll; Civil/CA/#C 68304, Traffic/CA/#TR 2385, Civil/OR/#83450PE, Civil/NM/#23032, a Civil/Guam/#1337 Connected. American Society of Civil Engineers, Institute of Transportation Engineers, American Water Works Association, Engineers Without Borders, Society of American Military s, Engineers Professional Summary. Mr. Kennedy is a licensed Civil and Traffic Engineer with 15 years of experience in traffic/transportation, utility systems,water/wastewater and sustainable civil engineering. He is adept in the design and management of a broad range of civil infrastructure projects, including roadways,water and wastewater conveyance systems, storm drainage and Low Impact Development(LID),traffic signals, pedestrian and bicycle facilities, striping and signing, grading and drainage, civil site design,and traffic control. His experience also includes a broad range of planning, modeling and analysis capabilities including utility master planning,traffic and parking studies, circulation studies, analysis and timing of signals hydrologic and hydraulic modeling,and water and wastewater process design. He is also experienced in land surveying and construction management. Assistant Construction Manager and from the demolished signal poles to the new signal poles. Construction Engineer This project was completed in September 2009, modified Pacific Northwestern Rail Trail Phase 1 in January 2012 to include federal Economic City of Ukiah, CA Development Administration funding requirements, and Mr. Kennedy served as Construction Manager for a Class completed by 2012. 1 trail along one mile of the NCRA Railroad Corridor Project Manager between Gobbi Street and Clara Avenue in Ukiah. This Talmage Interchange Improvements was the first rail-with-trail project to be designed and City of Ukiah, CA constructed in NCRA ROW in Mendocino County. In The project involves the design of geometric modifications addition to construction management, Mr. Kennedy to the existing Caltrans-owned freeway interchange in provided engineering during construction, and coordinated Ukiah.The improvements are related to ongoing extensively with the City of Ukiah and Project Manager development of the Redwood Business Park and regional Ben Kageyama. growth,specifically required to accommodate increased Project Manager traffic. GHD prepared a detailed traffic impact study, Replacement Well #4 and New Well #91 biological assessment, hazardous materials assessment, City of Ukiah, CA and a noise study for the project in support of a CEQA EIR. This project replaces existing and failing Well#4 with a Traffic and Civil Engineer new well, and a chlorination and control building. GHD East Washington Pedestrian Crossing I City of provided related site improvements, and then constructed Petaluma, CA new Well#9.Well#4 is located on a parcel in a residential The purpose of the project is to enhance pedestrian neighborhood. visibility, crossing safety and ADA accessibility at East Traffic and Civil Engineer Washington Street on the Petaluma Ring Trail. The Perkins Street and Orchard Avenue project includes a high-visibility overhead warning system Intersection Improvements I City of Ukiah (flashing yellow beacons and LED blankout sign),a Ukiah, CA pedestrian corral at the mid-point of the crossing, new sidewalks along East Washington Street, utility trenching, This project involved the design of traffic signal anew PG&E service,ADA curb ramps with truncated modifications and geometric improvements to add an dome detectable warning panels,and striping and singing. additional right turn lane with a right turn overlap phase at GHD designed the new overhead warning system using this heavily utilized intersection near the on and off ramps standard details and equipment from Caltrans, including for the U.S. 101 East Perkins Street interchange in Ukiah, foundations, poles, mast arms,and one luminaire for CA. Other improvements included minor grading and safety lighting. New sidewalks provide connectivity for storm drainage improvements, paving, striping for the new bicyclists and pedestrians between the Ring Trail f turn lane, curb, gutter,and sidewalk, and relocating signs Skyranch Road and East Washington Street. The project 173 Page 1 Ravi Matt Kennedy, PE, TE IUf was completed on-schedule and under budget. In and unstable fill materials, and coordination with local additional to full design services, GHD provided agencies for approvals. construction support services during construction and Project Manager and Engineer of Record worked with City staff and the contractor. Route 14 Resurfacing I Guam Department of Traffic and Civil Engineer Public Works I Guam, USA Lakeville Street Signal Improvements I North Currently Serving as Project Engineer and Engineer of Coast Rail Authority I Petaluma, CA Record for this project which resurfaces and restores the GHD provided NCRA with design and construction existing major arterial roadway, Route 14(Chalan San engineering services for rail and traffic signal Antonio), from approximately 600 feet south of Route 1 modifications and pedestrian improvements at two major (South Marine Corps Drive)north to and including the intersections and grade crossings in Petaluma. The traffic Archbishop Felixberto Flores traffic circle. The intent of signal and pedestrian improvements were required as part this project is to resurface the existing major arterial of NCRA's improvements to the rail system between roadway, and make improvements to vehicular safety and Cloverdale and Larkspur to begin freight rail service in pedestrian and bicycle mobility within this business district 2011. The project also involved coordination between of Tamuning. In general,this project constructs a "road NCRA,the City of Petaluma, and the California Public diet,"by narrowing the existing roadway and reducing the Utilities Commission. number of travel lanes from 2-3 lanes in each direction to Project Manager and Construction Manager 2 lanes in each direction with center left turn pockets and Redwood Business Park Transportation two-way left-turn (TWLT)lanes.The project includes Improvements I City of Ukiah, CA modifications intersections, new raised medians, new signing and pavement markings, modifications to existing The project involves the design of improvements to an drainage inlets and the reconstruction of existing existing roadway system in a developing business park sidewalks to provide wider sidewalks and ADA compliant and retail area to repair a large section of under-designed curb ramps, clearances around obstructions,and new and failed pavement,widen and improve roadways to driveway curb cuts.Additionally,the project aims to accommodate increases in traffic and heavy trucks improve multimodal transportation facilities along this associated with planned future commercial and retail corridor through the inclusion of striped bike lanes. The developments, and other associated improvements. existing Archbishop Felixberto Flores traffic circle is also Elements of the project include pavement design and modified and reconstructed and address pavement roadway reconstruction, new and modified traffic signals, failures within the context of a 2R project, and improve the addition of lanes and changes in roadway geometry, safety and operations by incorporating elements of extensions of roadways and utilities, and pedestrian and modern roundabout design standards as much as bicycle improvements consistent with the City's Bicycle practical without modifying the existing inscribed circle. and Pedestrian Plan and development plan. Roadway widening improvements require coordination with PG&E Project Manager and Engineer of Record for the relocation of a primary distribution power pole, and Route 7A Rehabilitation and Safety Project I Guam wetland delineation. Other project services include traffic Served as project manager and lead design engineer for analyses and planning assistance for future interchange this roadway rehabilitation and safety improvement project improvements, and coordination with Caltrans.This in Guam, USA. This project involves the resurfacing and project is currently in construction. reconstruction for approximately 3,000 feet of arterial Civil Engineer of Record roadway connecting two highways in Hagatna, Guam, Transit Operations and Maintenance Facility with the goal of improving overall safety. The project Mendocino Transit Authority (MTA) I Ukiah, CA includes a new flexible pavement structural section, guard rails, driveway and intersection conforms, reinforced GHD provided civil, mechanical, electrical,and structural concrete approach slabs and barricades at the Agana engineering design services for a new operation and River Bridge, new ADA compliant sidewalks and curb maintenance building,fueling facility, bus clean detail, and ramps, curb and gutter, signing and striping. The related improvements, replacing MTA's existing outdated relocation of several power transmission poles is also and undersized facilities. Site designs include new utility required to achieve ADA compliance and improve services, excavation, grading and paving, and stormwater roadway safety. Storm drainage design elements include improvements. The project required reconstruction of an entirely new storm drainage system designed for the existing utilities to locate them within existing utility 24-hour 25-year event including bioswales at the two easements, removal and replacement of undocumented outfalls to improve water quality. The storm drainage system includes over 3,400 feet of 18"to 36" pipe, 40 new catch basins, 2 new drop inlets, 18 manholes and 400 feet of bioswales. The project also includes provisions for a future traffic signal at an intersection currently controlled 174 by stop signs. Page 2 Jeremy Schmal PE Deputy Project Manager Qualified: Civil Engineering, California State University Fresno, Fresno, CA, 2012; Civil j Engineer: CA#87192; r Connected: Younger Member Forum of ASCE—American Society of Civil Engineers,AEP— �� Association of Environmental Professionals(past vice-president Central California section), ITE —Institute of Traffic Engineers Professional Summary: Mr. Schmal has over 12 years of experience in civil engineering working with the public sector. He has performed project management and project engineer duties on numerous multi-million dollar public works transportation improvement projects including roundabouts, pedestrian improvements and ADA compliance, roadway widening, utility relocation, intersection improvements and traffic signals, and complete street projects. Jeremy also has experience administering projects with Federal Aid/Local Assistance funding, traffic engineering,transportation analysis and planning, and high-visibility pedestrian projects. Other experience includes construction management,where he has acted as Resident Engineer and Lead Inspector as well as providing construction engineering and bid support. Project Engineer numerous alternatives development and analysis, an Healdsburg 5-Way Intersection I City of extensive public outreach program, cost estimating,and Healdsburg I Healdsburg, CA preparation of Project Initiation Document(PID)for The project includes constructing a 5-Way Roundabout as Caltrans review and subsequent design as part of SHOPP well as extensive utility improvements. The project program.Alternatives included 5-leg roundabouts, multi- replaces the existing five-legged signalized intersection roundabouts, leg removal with signalization, and other with a single-lane modern roundabout with an at-grade approaches. Jeremy was responsible for preparation of heavy rail crossing traversing through the center of the the Storm Water Data Report, Utility conflict exhibits, Cost intersection. The project also replaces the sanitary sewer Estimates and overall project support. trunk main,water mains, storm drain and reconstructed a Project Engineer box culvert through the intersection. Jeremy was Farmersville Roundabouts Project (Federal responsible for finalizing the Plans and Specifications and Project No. HSIPL 5368 (0096) and CML 5368 assisting through the bid process through to contract (010) 1 City of Farmersville I Farmersville, CA award. Once in construction he assisted the construction As Project Engineer, Jeremy was responsible for the manager handling design changes and clarifications, RFIs design and preparation of construction documents for this and Submittals. federally-funded roundabouts project,which provided for Project Manager the construction of two roundabouts within state right of Devlin Road Segment H and Vine Trail way, including the first roundabout at a ramp terminus in Extension Project I City of American Canyon Caltrans District 6. He was involved in the project from American Canyon, CA initial traffic analysis and feasibility through engineering Jeremy was responsible for managing all aspects of support during construction. The design included roadway design of this roadway project through a greenfield in the widening and realignment, retaining walls, box culvert City of American Canyon. The nearly 1-mile long new modifications, new drainage facilities, street lighting, and roadway included design of the extension of the Vine landscaping. The project also included extensive staged Trail,which is a multi-use master planned trail through construction and traffic management planning, right-of- Napa County. It also included right-of-way acquisition, way acquisition, utility coordination and relocation,and a design of a new box culvert, utility design and Caltrans Encroachment Permit. It required coordination coordination, and LID storm water solutions, such as bio- between the City of Farmersville, Caltrans Project retention. The roadway cuts through areas of wetlands Oversight,and the County of Tulare with the majority of which required mitigations and coordination with multiple the funding being supplied by the CMAQ and HSIP government agencies. programs. Jeremy provided Federal Aid services including Caltrans Local Assistance coordination, certifications, and Project Engineer preparation of the E-76 award package. The project was Napa 5-Way Intersection I City of Napa I Napa, CA constructed with a cost of$5.1 million. Jeremy also Jeremy worked with the project team on the high-profile provided construction support throughout construction of 5-way intersection project located on Hwy 121/Silverado the project. Trail east of Downtown Napa. The project included 175 Jeremy Schmal, PE IU1r Project Engineer complicated traffic handling and staging plans on State Fulton Road Widening PA/ED (Guerneville Road Routes(with Caltrans involvement)to allow for access to to Piner Road) I City of Santa Rosa I Santa private residences. Rosa, CA 12016—2017 Project Engineer As project engineer,Jeremy was responsible for utilities Fancher Creek Development Roundabouts engineering, including coordination, identification, location Feasibility and Design Project I Fresno, CA and relocation planning for the initial design phase of the Jeremy served Project Engineer and lead designer for the widening of this major arterial roadway. Fancher Creek Development Roundabouts Feasibility and Project Manager Design Project.The project included the development of Napa Trower Storm Drain Improvement I City roundabout geometrics based on the needs analysis and of Napa I Napa, CA right of way constraints. The feasibility analysis was This project includes abandoning an existing storm drain approved by the City and geometrics finalized for the system, including outfalls,and designing a new system of development. storm drain pipelines that outfall in a consolidated Project Engineer location. The existing system has multiple outfalls into Visalia Road Improvement Project I City of Salvador Creek which will be replaced by a single large Exeter I Exeter, CA diameter outfall into an existing box culvert.As the Project Jeremy served as Project Engineer for this 1-mile long Manager, Jeremy was responsible for project roadway improvement project that consists of roadway development, all aspects of engineering, and preparation widening,traffic signal modification, pedestrian of full PS&E and construction documents.As part of the improvements, relocation of a sewer lift station, street preliminary engineering,the team performed hydraulic lighting,and utility relocation. The project included analysis and made recommendations on pipe size,slope, preparation of right-of-way acquisition documents, and invert elevations. environmental certification, and coordination with an Project Engineer adjacent improvement project. State Route 63/Lincoln Oval Complete Streets Project Engineer Improvement Project I City of Visalia I Visalia, Belmont Road Frontage and Pedestrian CA Improvement Project I City of Exeter I Exeter, CA Jeremy was the Project Engineer for the Lincoln This federally-funded CMAQ project undergrounded 1,600 Oval/Oval Park project which focused primarily on feet of existing irrigation ditch and constructed a multi-use pedestrian and bicycle facility safety and improvements. concrete path on top of it. The project includes decorative The project is located on State Route 63 and was subject street lighting, landscaping and irrigation, and redesign of to the Caltrans oversight and encroachment permit existing agricultural irrigation conveyance structures. process. Improvements included bulb-outs and new curb Extensive coordination with the irrigation district,their ramps/ADA compliant facilities at nine locations and engineer,and board of directors was required.The project rectangular rapid flashing beacons (RRFBs)at two also included overhead utility relations, right of way locations. These are the first RRFBs constructed on the acquisition, environmental certification, and compliance State Route system in Caltrans District 6. The project also with federal aid regulations.Jeremy provided bid support included drainage improvements, street lighting, services including advertisement, bid package distribution, pavement rehabilitation,two overhead signs,and bid opening,and contract approval. enhanced bike lanes. There were numerous design challenges including adding an additional travel lane and bike lane without widening the road, upgrading a sub- Otheir irellated aiireas of brm eiires standard drainage system with minimal fall, and correcting or maintaining ADA compliance even with significant Registered grade changes due to the construction of large bulb-outs. Civil/CA/#C87192 Project Engineer Trained Jaye Street Roundabout Project I Porterville, CA • Caltrans Local Assistance Training -Resident Served as Project Engineer responsible for completing the Engineers (RE)Academy preparation of construction plans for the Jaye Street . ITS Berkeley-Construction Inspection of Traffic Roundabout Project.Also served as engineering point of Signals contact during construction support phase. Project included construction of a hybrid multi-lane roundabout at • Caltrans Local Assistance Training—Federal Aid the entrance of a WalMart distribution/warehouse facility, • CSU Fresno Extension—ArcGIS Certification realignment of roadways and development of site improvements for an adjacent fire station. Project required 176 Jerry Champa, PE % iaJJ�iarrr%%% Local Assistance Coordination i iuuuuuuuuuuuuuu , Qualified: BS, Civil Engineering, University of Notre Dame, Notre Dame, IN; BA,American Studies, University of Notre Dame, Notre Dame, IN; Civil Engineer, CA#40573 Connected: Institute of Transportation Engineers; Transportation Research Board Committee on Roundabouts r Professional Summary: Jerry Champa works as a senior engineer hand-in-hand with GHD's Transportation Team across California and the nation.As a Statewide Traffic Safety & ��a f Design Liaison Engineer for Caltrans (from 1992 to 2017), he advised, approved or coordinated approvals for state, regional and local agencies seeking:safety project funding; design and safety policy exceptions; and, innovative solutions for complex and sensitive safety and operational problems under every conceivable scenario.As a Liaison, Jerry was consulted and worked directly with project teams across the state to modernize, complete, and provide balanced highway infrastructure for all travelers(modes) using newer but proven countermeasures, a performance-based approach,and modern strategies and tools—many of which he was instrumental in adopting for use on state highways. In his design and traffic policy role, Jerry led and/or supported initiatives to"mainstream" roadway reconfiguration; road and intersection diets; roundabouts and other alternative intersection and traffic calming strategies; compete pedestrian infrastructure; pedestrian-specific traffic control and warning systems; Data-Driven Safety Analysis; and, managed lane system access.As a Strategic Highway Safety Plan Co-lead, he established the state's Intersection Control Evaluation policy and a performance-based,type-selection tool, and managed their statewide implementation. Jerry continues to bring expertise, professional judgement, a network of technical experts, and a creative but practical approach to the art of traffic and design problem-solving, Multi-Disciplinary Team Member and Advisor Multi-Disciplinary Team Member and Advisor Pedestrian Safety Audit of North Lake Mobility and Safety Study of Lincoln Highway Boulevard (SR 28) 1 Tahoe Regional Planning (SR 50) 1 Tahoe Regional Planning Agency Agency I Tahoe City, CA (2014) Town of Meyers I Meyers, CA(2016) Invited to participate by Tahoe Metropolitan Planning Invited to participate by Tahoe MPO/RPA and FHWA. Organization (MPO)/Regional Planning Agency(RPA) Study produced community and partner agency consensus and Federal Highway Administration (FHWA). Safety on recommendations to improve pedestrian and cyclist Audit of State Route (SR)28 through Tahoe City safety through implementation of access and speed produced consensus and basis for funding to pursue management strategies. Played key role in guiding study specific infrastructure improvement recommendations to toward the region's vision and community's desire to address pedestrian/cyclist safety needs at all intersections transform the highway corridor into a complete/main street. and crossings within study limits. Caltrans and Local Agency Technical Advisor Pedestrian Crossing Studies I Caltrans District Technical Advisor(Volunteer) 12 1 Laguna Beach, CA(2008 -2012) Coalition for Safety and Livability I Land Park Technical Advisor on numerous pedestrian crossing Neighborhood I Sacramento, CA(since 2017) studies along Pacific Coast Highway and Laguna Canyon Initiated and co-leading grass roots effort to identify Highway; studies led to project funding for installation of priorities and build a consensus and support among innovative/intelligent pedestrian crossing warning system. affected residents,the community association "board," law Participation led to finding that inconsistent traffic control enforcement, and traffic engineering officials for systemic and warning systems may lead to errors by pedestrians safety improvements,traffic calming and reconfiguration who cross Pacific Coast Highway at different locations. strategies, and "missing"infrastructure along a two-mile Technical Advisor street corridor through a residential community. Effort is Pedestrian Safety Investigation I Caltrans challenging City's reactive safety management practices City of Newport Beach, CA(2009) and pursuing a systemic safety analysis approach to Technical Advisor on pedestrian safety investigation for attract funding in order to "right-size,"complete and segment of Pacific Coast Highway; investigation identified provide balanced street infrastructure which will increase pattern of pedestrian collisions during hours of darkness walking and cycling by residents,without a corresponding and led to Highway Safety Improvement Program-funded increase in fatal crashes due to the increased volume project for installation of continuous lighting. (and exposure)of non-motorized travelers. 177 Page 1 P"! i raJerry Champa, PE �i�ft„,,,IU Co-Lead specialist: led development of"missing" policy and California Strategic Highway Safety Plan guidance to encourage use of innovative solutions, and (SHSP) I Caltrans I Sacramento, CA 2009-2017 practical performance and data-based decisions. Published and managed statewide implementation of Led and coordinated multi-disciplinary and agency effort to numerous policy, process, and program updates, produce Action and Implementation Plans for Challenge including the Active Transportation program. Many of Areas focused on intersection,freeway and managed lane these were concerned with the optimization of resource access-related crashes. Employed network screening,and investments through adoption of safety-centric relied upon crash and condition analysis to identify investigation and evaluation processes and tools, such as: systemic safety strategies to reduce crashes which have Road and Pedestrian Safety Audits, safety analysis caused nearly half of California's fatal and severe injury methods capable of crash prediction and comparison crashes. Specific outcomes are described below: among alternatives, corridor-based and systemic safety Intersection Control Evaluation (ICE) analysis. ICE was established in 2013 as a traffic engineering Also, led and worked through statewide coalition policy, and data-driven type-selection tool supported by a established to create and continuously update California's Technical Assistance Network comprised of state and Strategic Highway Safety Action and Implementation Plans. national Subject Matter Experts. The above"program" Otheir irellated aiireas of brm eiires functions to objectively evaluate and compare the safety, Stakeholder Engagement operational, and cost effectiveness of roundabouts and other innovative solutions alongside traditional • Led, developed and executed a comprehensive intersection control alternatives. ICE is accelerating the Outreach/Engagement Plan among partner agencies, use of proven but under-utilized safety countermeasures, stakeholders, and advocacy organizations (including primarily through a comparison of predicted safety The California Trucking Association, California Bicycle performance and overall Return on Investment. Advisory Committee, Self-Help County Coalition)in Safety Lighting Initiative order to create support for a controversial Strategic Safety Action proposal to increase the role and use of SHSP network screening identified a new/previously roundabouts. unrecognized pattern of fatal and severe injury crashes Presented proposal to expand Caltrans ICE policy via during"darkness"along state highway corridors across • California.To confirm the cost-effectiveness of innovative formal revision to the California MUTCD. Members of safety lighting applications,a Demonstration Program was the multi-disciplinary California Traffic Control Device established and produced 12 HSIP-funded lighting projects Committee unanimously supported and applauded the for local arterial and freeway corridors. Before-After proposal. evaluations are demonstrating unexpected(70-100%) • Organized and hosted numerous peer exchanges for reductions in "night-time"fatalities and severe injuries. staff from Caltrans and partner transportation agencies; events featured workshops, panel discussions, and alllfuraui ^ III,,ia:llle11i"liieuimuce field tours led by experts. Traffic Operations Division (HQ Office) . Advised or participated as member of special Road and Caltrans I CA Pedestrian Safety Audits. Final position with Caltrans was within the HQ Division of Presentations Traffic Operations, from 1998 to 2017, as a Statewide Traffic Safety and Operations Liaison Engineer. During • Webinar on Roadway Reconfiguration(Diets)for a this period: consulted and worked directly with Caltrans statewide audience targeting local agencies. district offices, regional and local agency personnel . "Roundabouts:An Innovation for Congestion responsible for safety and operational performance Management"at the ASCE California Infrastructure management during investigation, project planning and Symposium (March 2018) delivery of practical solutions or incremental improvements for complex and controversial "Innovative Traffic and Safety Infrastructure Strategies" transportation problems in a variety of settings (rural, at the Creating the Future Today Land Use and urban, suburban, Main Street, etc.). In role of liaison Transportation Summit in Lee County, FL(April 2018) among Caltrans functional groups and offices, provided Authored/Instructed technical assistance, approvals and coordinated 0 ICE Policy Directive, CA MUTCD revision, and Safety approvals for Caltrans and local partners seeking:safety Analysis guidance project funding; design and safety policy exceptions;and, innovative solutions for complex and sensitive safety and Training on Traffic Safety Fundamentals, Safety operational problems under every conceivable scenario. Performance Analysis, ICE, Managed Lane Access In the role of design and traffic engineering policy 178 Page 2 Douglas � las Ries PE � 1° UIVi QA/QC Manager Qualified: BS, Civil Engineering, University of Montana, Missoula, MT; Civil Engineer, CA #47768 Connected:American Public Workers Association,American Society of Civil Engineers Professional Summary: Douglas Ries,a company principal, manages an assortment !' of public works and infrastructure projects. His professional knowledge includes roadway design, bike lane/bike path design, interchange projects, construction administration, master plans(water, sewer, and storm drain design), community facility districts implementation, and hydraulic/utility/drainage design for state and local facilities. He also oversees GHD surveying and construction management functions. He has prepared PSR, PR, PANED,and PS&E for various Caltrans projects throughout the State.Work in both the public and private sectors gives him a unique appreciation and understanding of successful project delivery. His background includes bridge retrofits, community facility districts implementation, construction administration, geometric roadway design, grading design, hydraulic design, hydrology design, infrastructure planning and design, public outreach, water, sewer and storm drain master planning,and design. Project Manager Project Manager Downtown Area Revitalization (Old Redwood 1-505/Vaca Valley Roundabouts Improvements Highway Widening) I Cotati, CA for OBAG2 Grant Funding Application Support Phase 1 included a community outreach program and an Vacaville, CA evaluation of a Road Diet concept for the Cotati downtown Oversaw the coordination, staff, meetings,and the area. During the final phase,the plans, specification and geometric layout, roundabout operations and the estimate were completed in record time (two months)to preliminary ultimate configuration for 1-505/Vaca Valley meet the City's funding deadline. The project included the Parkway grant preparation. design of bike lanes/bike paths. Quality Assurance/Control Officer Principal in Charge SR 49/Main Street Roundabout I Plymouth, CA S. Auburn Street and 1-80 Roundabout I City of First roundabout in state right-of-way for District 10, Colfax I Colfax, CA located in central Amador County. The single-lane Oversaw all activities in the preparation of preliminary roundabout will increase safety and reduce delay at the engineering, public outreach efforts, environmental intersection while accommodating large truck traffic and services, utility support,and Caltrans processing leading improving multi-modal access at the gateway of the City. to the preparation of final plans, specifications and Principal-in-Charge, Project Manager estimate. Jepson Parkway/Leisure Town Road/Vanden Principal in Charge, Project Manager Road Intersection I Vacaville, CA Windsor River Road/Windsor Road Prepared a traffic capacity analysis for the intersection Improvements and Multi-Use Path Connector and developed plans, specifications and estimate(PS&E) Preliminary and Final Engineering Design for incorporation into the City's overall construction plans Town of Windsor I Windsor, CA and contract documents. The project included the design Oversaw all activities in the preparation of preliminary of bike lanes/bike paths. This work was performed in engineering, public outreach efforts,environmental record time (four months)in order to meet the City's services, utility support, leading to the final design phase. funding deadline. Principal-in-Charge, Project Manager Project Manager Foxboro Parkway/Vanden Road Roundabout Rohnert Park Expressway Roadway Traffic Analysis/Conceptual Layout Rehabilitation I Rohnert Park, CA Vacaville, CA Responsible for PS&E for rehabilitation including overlays, Retained to prepare a traffic analysis and preliminary removals, replacing, or reconstruction for 22 curb ramps design for an initial single-lane roundabout and future to meet ADA standards and various existing pavement dual-lane roundabout at the intersection of Jepson sections of the expressway. Parkway and the realigned Vanden Road. Principal-in-Charge Blackstone Avenue/Bullard Avenue Intersection Widening and Signalization Modification I Fresno, CA Roadway modifications and traffic signal modifications. 179 Douglas Ries, PE Quality Assurance/Control Officer Project Manager 1-5/South Bonnyview Road Interchange Bird Road/SR 132 Interchange PS&E I Tulare, Improvements PS&E and CM I Redding, CA CA Provided input as need by the manager and periodic Responsible for the Project Report, PS&E, and review of documentation and monitoring of budget and Construction Support. schedule status for the replacement of the northbound on- Quality Assurance/Control Officer ramp including three signal modifications, a retaining wall, SR 99/Cartmill Avenue Construction Support landscaping, and drainage modifications. The project will Services I City of Tulare I Tulare, CA be constructed in 2019. $2.2M construction cost. Project Manager QA/QC officer preparation of the plans, specifications, estimate and all supporting documentation required for SR 99/Fulkerth Avenue/West Monte Vista the construction of the State Route 99/Cartmill Avenue Avenue Interchange PSR I Turlock, CA interchange. Managed the preparation and processed a PSR for the Project Manager modification of the interchange and designed signal SR 132/Bird Road Interchange PS&E improvements at the off-ramps through Caltrans District San Joaquin County, CA 10. The traffic signal designs involved signalization of two of the SR 99 Ramp intersections and one adjacent City Responsible for preparation of the PS&E. intersection, concurrent with the interchange widening. Project Manager Project Manager 1-80/Rocklin Road Interchange PS&E SR 99/1-ander Avenue Interchange Modification Rocklin, CA PS&E I Turlock, CA Responsible for preparation of the PS&E. Managed the preparation of the PS&E for the project that involved the signalization of two SR 99 ramp intersections, concurrent with modifying the interchange for widening while utilizing the existing funds that were currently available through Federal and State sources. Project Manager SR 99/Monte Vista Avenue Interchange Modification PS&E I Turlock, CA Provided the day-to-day management with Caltrans and other agencies such as PG&E. Managed the preparation of the PS&E for the project involved signalization of two SR 99 Ramp intersections and one adjacent City intersection, concurrent with the interchange widening. Project Manager SR 99/West Main Street Interchange Modification PSR and PS&E I Turlock, CA Prepared the PSR that focused on existing and future traffic operating conditions at the intersections with S. Walnut Avenue, S. Tully Road and the SR 99 on/off- ramps. Prepared the design associated with the interchange widening/modification. Project features included staggered left-turn pocket storage, extensive re- striping of West Main Street, interconnect design, highway and bridge lighting, and advanced flashing beacons Quality Assurance/Control Officer Twin Cities Road/SR 99 Interchange Construction Support I City of Gait I Gait, CA QA/QC officer preparation of the plans, specifications, estimate and all supporting documentation required for the construction of the Twin Cities Road/State Route 99 interchange. 180 Patrick Tortora, PE, LEED AP Engineering Lead Qualified: Bachelor of Science-Civil Engineering,Oregon State University, Corvallis, OR, 2013; Licensed Civil Engineer:WA#42517,OR#50400, ID#17342, CA#80067, Guam#1873; LEED Accredited Professional Connected: Member,American Society of Civil Engineers(ASCE) Professional Summary: Pat Tortora has over 20 years of experience in providing planning,design,and construction engineering solutions to public and private clients,with an emphasis on civil design in collaboration with multi-disciplinary teams for comprehensive civil and transportation infrastructure projects. For municipal entities and governmental organizations throughout northern California, his infrastructure improvements address to water quality concerns, utility infrastructure, pedestrian and vehicular safety measures,and sustainably-minded,comprehensive sewer,water,and civil site work. For Phase 1 of the City of Ukiah's Northwestern Pacific Rail Trail Project, Mr. Tortora served as Lead Civil Engineer, and so is deeply familiar with this project,and will lead our team in providing continuity to the City, managing many of the same staff who completed the previous phase.Additionally, Mr.Tortora has performed key oversight and civil engineering design on trail,pathway,and/or Safe Routes projects for SMART,the City of Fort Bragg,the City of Rohnert Park,and the City of San Jose. Lead Engineer coordination, design development and full PS&E, Pacific Northwestern Rail Trail Phase 1 1 permitting coordination, and Caltrans Local Agency City of Ukiah, CA Funding coordination. Mr. Tortora served as Lead Engineer for a Class I trail Lead Civil Engineer along one mile of the North Coast Railroad Authority Main Street/SR1 Realignment I City of Fort (NCRA)Railroad Corridor between Gobbi Street and Bragg, CA Clara Avenue in Ukiah. The trail provides pedestrians and Mr. Tortora served as Project Engineer and worked on the cyclists with safe access to amenities such as parks, a design for the Main Street Realignment Project(between museum, and a hospital. This was the first rail-with-trail Oak Street and Pine Street). Improvements included the project to be designed and constructed in NCRA right-of- relocation of the existing merge/drop lanes;the addition of way in Mendocino County. a bike lane; the addition of medians; the replacement of Project Engineer the existing cobra-head style street lights with new Downtown Revitalization I decorative street lights; the addition of right and left hand City of Independence, OR turn lanes at various intersections; decorative bulbouts, Led the production of the construction documents and curb ramps, and crosswalks; and accessibility specifications for the reconstruction of 1,100 feet of South improvements to driveways and sidewalks. Main Street from B Street to D Street.Work was Civil Engineer and Construction Support completed as part of a historic restoration and included Eastside Trunk Sewer 3, Snyder Lane Widening streetscape and urban design. Design included the I City of Rohnert Park, CA replacement of water and stormwater pipe lines. Storm Mr. Tortora provided civil engineering and construction water design required drainage basin analysis, support services for the Rancho Cotati High School downstream system analysis, and hydraulic design of the campus modernization and coordination for the new piping system. signalized access driveway, as well as for Safe Routes QA/QC from Snyder lane to the high school campus.The project Payran Street to Southpoint Boulevard Multi- consists of roadway, sewer trunk main,water main, Use Pathway I Sonoma Marin Area Rail Transit drainage, box culvert extension, Rule 20A utility (SMART) I Petaluma, CA undergrounding, landscaping, electrical improvements, Mr. Tortora provided QA/QC oversight support for a 1.2- and water quality improvements consistent with the local mile segment of pathway from Payran Street to Standard Urban Stormwater Mitigation Plan (SUSMP). Mr. Southpoint Boulevard in Petaluma, California,which will Tortora approved low impact design (LID)with the North provide an important pedestrian connection between East Coast Regional Water Quality Control Board. and West Petaluma and be part of SMART's larger pathway system connecting its stations to the surrounding communities. The project's scope of work includes topographical survey, geotechnical studies, utility 181 Page 1 �� alll Patrick Tortora, PE, LEED AP IUf Ih�l�oll�lll�ll�lllllll�� Project Manager Project Manager Pedestrian Access Improvements West Linn- Lowrie Primary School Public street Wilsonville School District I Bolton Primary Improvements I West Linn Wilsonville School School and West Linn High School, OR District I Wilsonville, OR Mr. Tortora provided civil site design for new sidewalks Mr. Tortora led the design of approximately 4,500 feet of along and within the public right-of-way, including roadway and public utility improvements fronting this 10- signalized crosswalks. This project was fast-tracked to acre greenfield primary school in the planned community address public safety concerns prior to the 2014 school of Villebois. Public improvements consisted of road year. Construction of 550 feet of street frontage improvements,sanitary sewer,water, and stormwater improvements was completed within three months of management improvements,applying "green street" initiating design. facilities to treat and manage stormwater. Project Engineer Civil Engineer SW 121st Avenue Reconstruction Transportation Improvements for Redwood City of Tigard, OR Business Park I City of Ukiah, CA Responsible for the design for widening and Mr. Tortora assisted in construction submittal reviews. reconstruction of 2,300 feet of major collector roadway Civil Engineer and 4,300 feet of sanitary sewer main in an established Mendocino County Courthouse Infrastructure neighborhood in Tigard. For a sanitary sewer Project Phases 1, 2, and 3 1 County of reimbursement district, a new sanitary sewer system is being designed for the roadway corridor and side streets. Mendocino Ukiah, CA Design also called for replacement of the waterline along Mr. Tortora is currently preparing the SWPPP and the entire corridor. Stormwater design required drainage process application on the State of California Water basin analysis, downstream system analysis,water quality Resources Control Board Stormwater Multiple Application analysis, hydraulic design of the piping system, and gutter and Report Tracking System (SMARTS)online permitting. flow analysis per Federal/ADA standards. The water Project Manager system improvements included replacement of 12-inch Wapato Lake Bridge Replacement Project and 6-inch lines. U.S. Fish & Wildlife Service I Wapato National Project Engineer Wildlife Refuge, OR SW Gaarde Road Reconstruction Mr. Tortora prepared alternatives analysis, concept City of Tigard, OR design, and construction documents for the design and Provided at the request of the City design services for the construction of two replacement bridges. The two bridges intersection of SW Gaarde and SW 121st as an extension consisted of a pedestrian aluminum truss bridge and a of the SW 121st Avenue project. Intersection realignment vehicular steel girder bridge. The pedestrian bridge will addressed line of sight,widening with turn lanes, and connect a future rails to trails project to Wapato Lake and private property impacts. associated recreational facilities. Improvements include Civil Engineer and Construction Support new access road approaches,an 85-foot span pedestrian North San Jose Trail Access and Ramp Study bridge and a 91-foot span vehicular bridge, both with a City of San Jose, CA pile supported foundation spanning over Wapato Creek to the levee around Wapato Lake in the Wapato Lake Mr. Tortora assisted in the preparation of the North San National Wildlife Refuge. Both bridges were placed 12 Jose Trail Access and Ramp Study to provide optimum inches above the 100-year flood plain elevation. connectivity to the Guadalupe River Trail and the Coyote Creek Trail by formalizing the location and design approach for additional access ramps. Public access ramps will be ADA accessible and bicycle friendly. The study is also intended to support a long-term relationship with the Santa Clara Valley Water District and U.S.Army Corps of Engineers for recreational trails by ensuring that public access does not unnecessarily impact the important flood control levees. 182 Page 2 Frank W. Penry, PE, TE, PTO E Traffic Engineering Lead Qualified: B.S., Civil Engineering, Chico State University, Chico, CA; Licensed Professional Engineer: CA#C62785, OR#84632PE; Licensed Traffic Engineer: CA#TR2304; Professional Traffic Operations Engineer,#1603 Connected: Institute of Transportation Engineers (ITE), SF Bay Area Section—Current President.American Society of Civil Engineers(ASCE), Redwood Empire Section—Former ! ' President. Registered Traffic Engineers of America (RTEA).American Public Works Association(APWA). Professional Summary: A registered Traffic Engineer and Civil Engineer with certification as a Professional Traffic Operations Engineer, Mr. Penry has 24 years of experience in civil design,transportation planning and traffic engineering design. He has managed numerous engineering studies and design projects over the years,from small development impact studies to major roadway improvements. Frank has served as the City Traffic Engineer for the Cities of Petaluma, Cotati, Sonoma, and Fortuna, providing the administration and development of Municipal Engineering Programs. He is well versed in a wide range of engineering design standards and encroachment requirements,traffic calming and streetscapes,traffic signals, roundabouts, construction traffic handling, detour, and control plans for a variety of civil engineering projects. Project Manager success of the initial project phase resulted in securing SR-121 Five-Way Intersection Improvements additional funds to extend the Road Diet through the City of Napa I Napa, CA Historic Downtown with Transportation for Livable Mr. Penry was Project Manager for the preparation and Communities. delivery of comprehensive Project Initiation Documents Project Manager (PI D's)for the 5-way intersection of Silverado Trail (SR City of Pleasant Hill Contra Costa Boulevard 121)/Third Street/EastAvenue/Coombsville Road. Improvements I Pleasant Hill, CA Improvements at the intersection were pursued because of Mr. Penry was Project Manager for traffic signal issues related to traffic congestion and inadequate signal modification improvements at the intersection of Contra timing for pedestrian crossings. Designs from key options Costa Boulevard and Ellinwood Drive, and street lighting formulated with previous planning documents were analysis and design along the corridor. The HSIP-funded advanced and evaluated,and new improvement options project features accessible pedestrian actuation, bicycle were developed based on the City's goals. Significant detection, and pedestrian scale lighting. coordination between the City and Caltrans was performed in order to get input on the wide range of considered Project Traffic Engineer alternatives. Several of the options involved altering the City of San Leandro West Estudillo Historic current neighborhood access to create a four-leg Downtown Improvements Project I San intersection. Due to project constraints,the recommended Leandro, CA improvement alternative was a five-leg roundabout Mr. Penry was Project Traffic Engineer responsible for intersection that maintained the current access.A dual- coordinating street lighting, signal modification, sidewalk, roundabout configuration that maintained current access and crosswalk alternatives for the streetscape was also considered, but ultimately dismissed because of improvements for 1,700 linear feet of West Estudillo issues related to driver understanding. Avenue between San Leandro Boulevard and East 14th Project Traffic Engineer Street(SR185). The project required coordinating the Petaluma Blvd TLC/Streetscape and encroachment permit with Caltrans. Pedestrian Improvement Project I City of Project Manager Petaluma, CA Town of Windsor Conde Lane/Johnson Street Responsible for the project study and feasibility analysis, Pedestrian Enhancements Project I Windsor, CA which were critical to identifying the Road Diet as a viable Mr. Penry served as Project Manager leading design of project alternative.Also responsible for conceptual layout signing,striping, lighting, and an enhanced pedestrian and design of roadway geometric reconfiguration (road- crosswalk using rectangular rapid flashing beacons diet), streetscape, and pedestrian elements, including (RRFB)at the realigned intersection of Johnson Street striping, signing, parking, landscaping, in-roadway and Conde Lane in the Town of Windsor. The project warning lights,traffic signal modifications,street lighting, realigned Conde Lane and removed an all-way stop bulb-outs,ADA improvements, concrete sidewalk, control resulting in reduced delay and increased traffic bikeways, roadway striping, and traffic control. The flow between two adjacent traffic signals. The all-way stop 183 Frank W. Penry, PE, TE, PTOE IUf control is currently a "T" intersection with traffic signals on Project Manager two adjacent legs; morning and afternoon peak traffic from California High Speed Rail Project, a nearby elementary school backs up from the stop Construction Phase 1 1 City of Fresno, Madera, controls to either signal. and Fresno Counties, CA Project Manager Mr. Penry was Project Manager on the Design/Build Team SR-29 Traffic Signal Synchronization Project I for the initial construction segment of California High Speed City of American Canyon Highway I American Rail,and responsible for coordination and management of Canyon, CA over$2 Million in subconsulting contracts and Mr. Penry was Project Manager leading coordinated amendments.As part of the design/build contract to replace timing of traffic signals along three arterial corridors, all existing railroad structure, he was responsible for design including nine signalized intersections within the City and and development of interim and permanent ITS system Caltrans right-of-way. The project included work within the improvements to fiber optic facilities,wireless broadband State right-of-way, requiring Caltrans coordination and radio, intersection safety lighting,and vehicle priority project approvals. Existing conditions were modeled using systems within both the City of Fresno and Caltrans right- Synchro 8 with SimTraffic software and calibrated utilizing of-way.Additionally, he is overseeing coordination and data gathered. Traffic signal timing and coordination design for traffic signal modifications,temporary signals, recommendations were developed for optimal initial and and new signalized intersection improvements at 65 actuated settings,time-of-day coordination plans and locations in the City of Fresno,and 19 miles of street hours of coordinated operation.The project included lighting for 40 corridors within the project limits. He also additional alternative roadway approach configurations to provided planning level support and coordination for reduce traffic queuing and improve traffic operations. The temporary construction traffic control and management. project was funded by a TFCA grant. Project Manager Project Manager City of Berkeley Shattuck Avenue SFDPW Great Highway/Skyline Boulevard Reconfiguration and Pedestrian Safety Roundabout Project I San Francisco, CA Project/Berkeley BART Plaza Improvements Mr. Penry developed concept-level design and conceptual Berkeley, CA construction estimates of a proposed multi-lane Mr. Penry was responsible for project management, roundabout during the feasibility phase of the project coordination, and oversight of the modification of 2 traffic development. The design, aimed at improving bicycle, signals as part of the Downtown Berkeley BART Plaza pedestrian, and vehicle safety and circulation at the Great renovations. Concurrently, was also Project Manager for Highway/Skyline Boulevard intersection, included a 170- the adjacent Shattuck Avenue Reconfiguration Project; foot inscribed circle design. The roundabout was reviewed while mostly a two-way multiple-lane roadway, Shattuck as an alternative to the existing stop-controlled "T°_ Avenue splits into a couplet of two one-way segments for intersection. He reviewed the potential impacts and two blocks between University Avenue and Allston Way. design solutions of the multi-lane design and prepared a To improve multi-modal safety,the project will convert the conceptual signalized intersection design alternative. three-block segment of western/southbound Shattuck Avenue into a two-way street,and the eastern/northbound Project Manager segment into a minor street for local traffic. Mr. Penry Traffic Data Management System I City of managed designs for traffic signals and signal American Canyon I American Canyon, CA interconnection for five intersections: He was responsible Mr. Penry was Traffic Engineer, responsible for for detailed traffic signal design in support of and for preparation of traffic signal inventory, planning,design, incorporation to the 100% Draft and Final design and encroachment permit design package for Caltrans documents; providing specifications in BART standards to approval of the system. Following on the success of the accompany each 100% Draft and Final design submittal; Traffic Signal Synchronization Project,the City sought and coordinating with the design team on signal pole additional funding to install permanent traffic count design locations. stations along Highway 29 to monitor traffic data trends, Project Traffic Engineer and provide centralized collection and monitoring of data, City of Ukiah Clay Street At-Grade Crossing video, and operational details.The project is envisioned to CPUC Application I Ukiah CA track and predict conditions which would lead to local and regional improvements to the State Highway, including Mr. Penry was responsible for coordination and preliminary additional travel lanes. engineering design of vehicle and pedestrian/bicycle at- grade railroad crossing and application to CPUC under Rule 3.7 "Public Road across Railroad." Application resulted in decision authorizing the City to construct a new at-grade crossing. 184 �Ulll �� i Matt Wargula, PE, TE, QSD/QSP, LEED AP ,J J Utility Coordination Lead y' Qualified:BS in Civil Engineering, Michigan Technological University, 2003. Civil Engineer, CA, C76103. Traffic Engineer, CA, TR2749. LEED®AP. Qualified SWPPP Developer/Practioner#01146 r Connected: Member of American Society of Civil Engineers. Past-President of Redwood Empire Branch,American Society of Civil Engineers. Member of Institute of Transportation Engineers. Member of Order of the Engineer. Professional Summary: Mr.Wargula is a licensed civil engineer with over fifteen years of professional experience. He has planning, design and construction experience in traffic/transportation, site development, hydrology, hydraulics and water resources 1 projects. He is proficient in the design and construction of a variety of civil infrastructure projects, including traffic signals, pedestrian and bicycle facilities,striping and signing plans, site development,storm water management plans, underground utilities and traffic control systems for construction. His experience includes a broad range of services including developing Synchro and Vistro traffic models/simulations for preparation of traffic impact studies, signal timing and coordination to developing open channel system hydraulic models using HEC-RAS, HEC-HMS, and Storm CAD. Mr.Wargula is engaged in the design of civil engineering infrastructure and has prepared planning level studies and reports, design reports,technical memoranda and construction documents, including plans, specifications and construction estimates,for various projects. Project Manager 1.1aguar Way/Windsor Road crossings with advanced warning signage and a Bicycle and Pedestrian Improvements Project rectangular rapid flashing beacon (RRFB)system (CML-5472(018)) I Town of Windsor, CA 12014 installation at the Copeland Street/D Street intersection to 2017 (near transit center). In addition,the project included a new bus bay for transit services, coordination with the GHD provided full range of services, including concept adjacent passenger rail station (SMART)for planned planning, preparation of project alternatives, public future improvements and assistance with Federal aid outreach, right-of-way acquisition coordination, processing. preparation of construction documents, engineering support during construction and Federal aid processing Project Engineer I 23rd Street Road Diet assistance.The project design including street widening City of San Pablo, CA at the approach to the intersection of Windsor Road and The City of San Pablo had developed long term plans Jaguar Way, installation of a new traffic signal system, for the revitalization of the 23rd Street Corridor into a connection of Class II bike lanes, Class II bike lane lively commercial district. To reorient the corridor more enhancements(green lanes), sidewalk gap closure, toward a balanced and more efficient multi-modal new street lighting and retrofit of existing lighting for "Complete Streets"approach to encourage pedestrian LED luminaires, street widening for on-street parking and bicycle activity and transit use in conformance with and right-turn pocket into Windsor High School, the City's General Plan Goals,the 23rd Street Road upgrade of pedestrian curb ramps, pavement Diet Implementation Project involved the reconfiguration rehabilitation, striping and signage. Project also a of 4-lane roadway to 3-lanes(two-way left-turn lane included coordination with Sonoma Transit for bus stop median)with on-street parking and bike lane facility. enhancements and permanent relocations. 23rd Street is functionally classified as a Mixed Use Project Manager I Petaluma Complete Boulevard carrying between 18,000 to 25,000 ADT. Streets Project (STPL 5022(055)) 1 City of GHD provide full design, preparation of construction Petaluma, CA documents, stakeholder coordination, and public outreach services.The project design consisted of This federally funded project included approximately improvements to reconfigure the roadway, including 4,500 linear feet of Lakeville Street and East D Street, removal of existing striping, slurry seal, signing and two heavily traveled arterials within the City.Within the striping, high visibility crosswalks and relocation of existing right-of-way,the travel lane widths were transit stops. GHD was solely responsible for reduced to incorporate either 5-to 6-foot enhanced stakeholder coordination, public meetings,and green bike lanes or shared lane facilities throughout the outreach.After the conclusion of construction, GHD project limits,along with several pedestrian prepared a "before"and "after"study to evaluate traffic enhancements, including sidewalk gap closures, volumes,traffic operations, pedestrian activity, bicycle widened sidewalks, upgraded curb ramps, high visibility 185 Matt Wargula, PE, TE, QSD/QSP, LEED AP riding activity, speed, safety, diversion of traffic, for all improvements. GHD also participated in changes to parking and accessibility, and public coordination and consultation Caltrans District 1 for perception of the project after implementation. review and comment of costs. Project Engineer I Willits Main Street Corridor Project Manager/City Traffic Engineer Enhancement Plan I City of Willits, CA On-Call City Engineering Services I City of In coordination with WRT, Fehr&Peers and the Local Sonoma, CA Government Commission, GHD supported the plan for Ongoing City engineering contract to provide on-call the relinquishment of former US101 from Caltrans to the services, including general city engineering, City, in preparation of the opening of the "Willits development review,water city engineering, bypass."The opening of the bypass was expected to groundwater city engineering and traffic city engineering reduce traffic congestion in the City and its downtown, support. Representative projects include: which presented the opportunity to transform Main Napa Road Rehabilitation Project Street into a more pedestrian-oriented environment and business-friendly downtown. GHD participated in the 0 Traffic Signal Modifications Project Napa-Leveroni public outreach process that included a weeklong Rd at Broadway(SR12)/HSIP-5114(015) design charrette,open house, focus group/stakeholder 0 West Napa Street Water System Replacement meetings,walking tours,and vetting of potential design Project solutions to improve the Main Street corridor environment. These enhancements included buffered Project Engineer I Talmage/US 101 bike lane linkages,traffic calming treatments, Southbound Interchange Project TIS I City of intersection geometric safety enhancements, enhanced Ukiah, CA crosswalks, bulbouts and landscaping, lighting, gateway Prepared traffic impact study for interchange treatments, streetscape finishes and wayfinding improvements to provide additional capacity in order to signage. GHD's specific role in the project was to address future impacts associated with projected growth understand the simultaneous development of the in the Redwood Business Park in Ukiah and regional Caltrans relinquishment project, coordinate with growth projected by Caltrans District 1. Two interchange Caltrans, and develop construction cost estimates for alternatives and four intersection alternatives were the improvements and enhancements as envisioned evaluated for both 2012 and 2032 conditions, while the planning process was on going.The project coordinated with both the City of Ukiah and Caltrans was partially funded through a Caltrans Sustainable District 1. Synchro 8 with SimTraffic was used to model Transportation Planning Grant(FY 2015-2016). intersections for HCM 2010 Level of Service and vehicle Project Engineer I Napa 5-Way Intersection I queuing, utilizing Caltrans District 1 modeling City of Napa, CA requirements.The project effort was assembled into a Mr.Wargula served as the Lead Engineer for this high- traffic impact study report. profile 5-way intersection located on Hwy 121/Silverado Project Manager I SR 128 Corridor Valley Trail east of Downtown Napa. The project included Feasibility Study I Mendocino Council of numerous alternatives development and analysis, Governments extensive public outreach program, cost estimating,and Mr. Wargula served as subconsultant to the prime preparation of Project Initiation Document(PID)for consultant and was responsible for preliminary Caltrans review and subsequent design as part of environmental assessment and engineering feasibility of SHOPP program.Alternatives included 5-leg transportation improvements, including input on project roundabouts, multi-roundabouts, leg removal with segments, geometric cross sections,opportunities and signalization, and other approaches. constraints and construction costs. Developed field work Project Manager I US101 Hopland Main approach utilizing grinder matrix and GIS tablets for Street Corridor Engineered Feasibility Study I gathering of information. Delivered preliminary Mendocino Council of Governments regulatory permit and environmental compliance memo. Mr.Wargula served as subconsultant to the prime consultant and was responsible for preliminary environmental assessment and engineering feasibility of transportation improvements, including preparation of typical cross sections and geometric analysis for potential grade corrections at specific locations and preparation of concept level opinion of probable construction cost and estimates for project delivery cost 186 Brian Bacciarini NEPA/CEQA Compliance Lead Qualified: B.S. Environmental Studies, Sonoma State University, 2001; OSHA 40-Hour HAZWOPER Certification; Construction Document Technician(CSI) Professional Summary: Mr.Bacciarini has 16 years of experience with GHD as an Environmental Planner and CEQA/NEPA Project Manager. Brian assists cities,counties,state agencies,special districts,and federal agencies to review and clear projects in accordance with environmental regulations and guidelines. He specializes in evaluating and managing projects involving multiple jurisdictions and federal funding programs,including the Caltrans Local t Assistance Procedures. Brian's recent relatable experience includes roadway diets, roadway widening,bridges,streetscapes, roundabouts,transit stations, railroads, utility replacement fyf projects,trails,and other infrastructure facilities. He has also overseen Native American 1 ''Y consultations and Section 106 consultations in accordance with Assembly Bill 52 and the National Historic Preservation Act.This far-reaching range of experience combined with a decade and a half facilitating environmental documentation provides Brian with the breadth of understanding required for this project. Project Planner Assessment,APE Mapping,Archaeological Study Healdsburg Five-way Roundabout and Culvert Report, Historic Resources Evaluation Report,and Improvements I Healdsburg, CA several technical memorandums. Mr. Bacciarini is also overseeing completion of a CEQA Mitigated Negative Mr. Bacciarini served as Project Planner for this five- Declaration for the project, an permitting applications for way roundabout project. Service included assisting with a Section 404 Nationwide Permit,401 Water Quality the resource agency permitting (US Army Corps, Certification,and Section 1602 Streambed Alteration Regional Water Quality Control Board, and California Agreement. Fish &Wildlife), CEQA documentation (within the scope of the Programmatic Document), and construction NEPA Project Manager management support for the project. Fryer Creek Pedestrian and Bicycle Bridge NEPA Project Manager Project I City of Sonoma, CA Napa Highway 121 Roundabout Mr. Bacciarini is overseeing the completion of the Napa County, CA Preliminary Environmental Study and project-specific technical studies in support of a categorical exclusion Mr. Bacciarini assisted with the Project Initiation finding. Brian is overseeing completion of the necessary Documents for this locally sponsored interchange NEPA documentation for the project in accordance with project on the Caltrans District 4 State Highway System. Caltrans Local Assistance Procedures and the Standard The project includes dual roundabouts to replace a Environmental Reference Manual. This includes congested five-way intersection at Silverado Trail, Third completion of a Preliminary Environmental Study, Street, East Avenue, and Coombsville Road. Brian Natural Environmental Study Minimal Impact Study, and coordinated the completion of a Preliminary multiple technical memorandums. Brian is also Environmental Analysis Report(PEAR)for the project, overseeing completion of resource agency permits for which provides the initial environmental evaluation of the project, including a Section 401 Water Quality the project and alternatives before it is programmed. Certification and a Section 1602 Streambed Alteration NEPA Project Manager Agreement. Grant Avenue Bridge Rehab Project I NEPA Project Manager Novato, CA East Cotati Avenue Road Rehab Project Mr. Bacciarini managed the NEPA review of this bridge City of Cotati, CA rehabilitation project within Caltrans District 4. The Mr. Bacciarini is currently managing the CEQA and project includes rehabilitating and widening an existing NEPA review of this federally funded street vehicle and pedestrian bridge,as well as stabilizing the rehabilitation project. The project includes pavement banks and channel on the upstream portion of Novato rehabilitation, new ADA accessible concrete curb Creek. The project includes grant authorization from the ramps, sidewalks, curb and gutter, low impact Caltrans Highway Bridge Replacement and development bioretention areas for storm water, Rehabilitation program for partial federal funding. Brian electrical conduit extensions,traffic signal detector loop oversaw the completion of technical studies in support replacement, bicycle striping, and tree planting. Brian of a categorical exclusion finding. Technical studies oversaw the completion of the Preliminary included a Natural Environment Study, Biological Environmental Study and project-specific technical 187 Page 1 Brian Bacciarini INrrro%' Illllll111111111i studies in support of a categorical exclusion finding. 2,700 linear feet of Napa Road/Leveroni Road. The This included completion of technical studies for Traffic Signal Modifications Project was federally funded biological resources, hazardous materials, right-of-way (HSIP)and the Napa Road Rehabilitation Project was take,traffic,water quality, Section 4f concurrence,and partially federally funded with STP funds obtained equipment staging. Brian also assisted the City with through the OBAG grant. The projects were both in preparing the CEQA documentation for the project, State right-of-way, requiring both support from Caltrans including coordination with the City and California and encroachment permits to build the projects. Native American tribes on the Assembly Bill 52 Environmental Planner consultation process. Napa-Leveroni Road Project NEPA Project Manager City of Sonoma, CA Lucas Valley Road Realignment Mr. Bacciarini prepared a Caltrans Preliminary Marin County, CA Environmental Study Form for this Highway Safety Mr. Bacciarini is currently assisting with the NEPA Improvement Program project,which included review of this federally funded roadway realignment installation of protected left-turn phasing in east and project in Marin County. The project includes a roadway westbound directions on Napa-Leveroni Road and curve realignment and retaining wall on Lucas Road in extension of the eastbound left-turn pocket striping. an area that has been problematic for larger vehicles to Project Planner traverse. The project is federally funded by the Highway Devlin Road and Napa Valley Vine Trail Safety Improvement Program,with federal-aid funds Project I American Canyon, CA administered by Caltrans District 4 Local Assistance. Brian is overseeing the completion of technical studies, Brian assisted with the coordination of the CEQA review including a Natural Environment Study Minimal Impact for this roadway extension project in American Canyon, memo,APE Maps, and Archaeological Survey Report in California. The project includes extension of Devlin support of a categorical exclusion finding. GHD will also Road between the Green Island Road Industrial Area be preparing permitting applications for a Section 404 and the Napa County Airport Industrial Area, extension Nationwide Permit and 401 Water Quality Certification. of utilities, and grading in preparation for future CEQA Project Manager construction of the Napa Valley Vine Trail. Brian is also assisting with completion of permitting applications for a Fulton Road Widening Improvement Project Section 404 Nationwide Permit and 401 Water Quality City of Santa Rosa, CA Certification. Mr. Bacciarini served as the CEQA Project Manager for CEQA Project Manager the Preliminary Engineering Design phase of the Jennings Avenue Pedestrian and Bicycle Rail project. The project includes roadway widening, new Crossing EIR I Santa Rosa, CA vehicle travel lanes, bicycle lanes, sidewalks, bioretention areas, bus stops, landscaping, utility Mr. Bacciarini served as the CEQA Project Manager for relocations,stormwater facilities, and property this EIR,which was completed on an accelerated acquisitions and easements. Brian managed the schedule for the City of Santa Rosa Transportation and completion of a CEQA Mitigated Negative Declaration Public Works Department. The project was for the project,which included technical studies for controversial, and included a proposed pedestrian and traffic,wetlands, cultural resources, and roadway traffic bicycle rail crossing in the Jennings Avenue noise. Brian is also managing permitting services for the neighborhood of Santa Rosa,and the potential closure project,which will include obtainment of a Section 404 of an existing at-grade rail crossing at one of three Nationwide Permit; 401 Water Quality Certification; and locations in downtown Santa Rosa. Section 2081 Incidental Take Permit. Project Planner NEPA Project Manager Petaluma Trestle Rehabilitation Project Napa Road Rehabilitation Projects I Initial Study/MND I City of Petaluma, CA City of Sonoma, CA This project involved rehabilitating a historic railroad Mr. Bacciarini assisted with the NEPA review for these trestle as a promenade for pedestrian and trolley traffic two federally funded projects, including preparation of along the Petaluma River Waterfront. Mr. Bacciarini NEPA technical studies in accordance with Caltrans served as Planner for an Initial Study that evaluated the Local Assistance Procedures and the Standard complex issues surrounding the trestle's historical Environmental Reference Manual. The Traffic Signal significance. In addition,the Initial Study evaluated the Modifications Project consisted of new protected left- Project's impact on special-status aquatic species,and turn phasing for the eastbound and westbound the impacts of construction vibration on the neighboring approaches to the intersection of Broadway(State businesses. Route 12)and Leveroni Road/Napa Road. The Napa 188 Road Rehabilitation Project included rehabilitation of Page 2 Kat Harvey, PE Project Manager Qualified: Bachelor of Science in Civil Engineering from California Polytechnic State University San Luis Obispo .r Connected: Licensed Professional Engineer in California(#84798), Qualified SWPPP Practitioner, SWPPP Developer,and Industrial SWPPP Practitioner(#25793) Professional Summary: Kat's attention to detail and organizational skills give clients confidence that their project will stay on track for schedule and budget.She has 7 years of experience in Land Development, Stormwater Permitting and Design,and SWPPP development. She enjoys finding innovative solutions for clients to keep up with ever changing regulations. T'rainsporte,;tiioin Project Manager Project Engineer Riverhouse Subdivision] Kennedy Courts, LLC Devlin Road Segment H and Vine Trail Healdsburg, CA Extension Project I City of American Canyon I Project Manager responsible for overseeing design of American Canyon, CA subdivision by project team, quality control of improvement plans and calculations.Assisted client Kat was responsible for design of this roadway project through Entitlements, Grading Permit, and Building Permit through a greenfield in the City of American Canyon. The to full project approval. nearly 1-mile long new roadway included design of the extension of the Vine Trail,which is a multi-use master Project Manager planned trail through Napa County. It also included right- Fairfield Inn and Suites I Redwood Lodging, of-way acquisition, design of a new box culvert, utility LLC I Rohnert Park, CA design and coordination, and LID storm water solutions, Project Manager responsible for overseeing design of such as bio-retention. The roadway cuts through areas of modular 5-story hotel by project team, Quality Control of wetlands which required mitigations and coordination with improvement plans and calculations. Coordinated with out multiple government. of state architect to ensure compliance with local lll,,,,aind IlDevell pio,iiiei^,it/ t rio,ii iteirIDesiigin regulations. Project Manager Project Manager Development Review I Town of Windsor I Coffey Park Rebuild I American Pacific Windsor, CA Builders I Santa Rosa, CA As Project Manager Kat was responsible for coordination Project Manager responsible for producing plot plans to with the Town of Windsor to complete review of submitted aid in rebuild of Coffey Park. Worked with client and Improvement Plans. Review of plans included confirming contractor to streamline document production between compliance with local and State regulations and architects and structural engineers. standards. Design Engineer Project Manager Sebastopol Charter School I The Charter Storage Pro Mini Storage I Storage Pro I Foundation I Sebastopol, CA Windsor, CA Design Engineer responsible for design of stormdrain Project Manager responsible for directing project design system and bioretention facilities to achieve compliance team and coordinating with local agency staff to obtain with the State's Phase I MS4 permit. project approval and necessary permits.Worked to develop improvements plans for mini storage facility. Developed innovative on-site treatment and retention system that satisfied requirements of State MS4 permit as well as local Water Agency requirement of not increasing flow in adjacent creek. 189 Page 1 Kat Harvey, PE IUf Stoiininnwateiir Quaiity Project Manager Creek Bank Restoration I Three Creeks, LLC Santa Rosa, CA Project Manager responsible for obtaining permits from Sonoma County PRMD,Army Corps of Engineers, California Fish and Wildlife,for emergency repair of a failing creekbank that was threatening existing well. Assisted client with resolving Grading Violation. Project Manager Industrial SWPPP Compliances Merry Edwards Winery I Sebastopol, CA Project Manager responsible for bringing Winery into compliance with recent State Permit updates for Industrial Sites. Prepared Industrial Stormwater Pollution Prevention Plan and trained on-site personnel on monitoring requirements. Provided on-going support and guidance on request. Project Manager Industrial SWPPP I NWPRR I Schellville, CA Project Manager responsible for bringing Railroad Station into compliance with recent State Permit updates for Industrial Sites. Prepared Industrial Stormwater Pollution Prevention Plan and trained on-site personnel on monitoring and sampling requirements. Provided on-going support and guidance for required annual reports and inspections. Project Manager Industrial SWPPP I Nun's Canyon Quarry I Glen Ellen, CA Project Manager responsible for bringing Rock Quarry into compliance with recent State Permit updates for Industrial Sites. Prepared Industrial Stormwater Pollution Prevention Plan and trained on-site personnel on monitoring and sampling requirements. Provided on-going support and guidance for required annual reports and inspections. 190 Page 2 ��I�IIIIUI�III� Christopher her Trumbull PE GE D.GE Geotechnical/Pavement Engineering Lead Qualified: Masters in Civil Engineering, Geotechnical emphasis, San Jose State University, 1995; BS Civil Engineering, San Jose State University, 1989; CA Professional Geotechnical Engineer; CA Professional Engineer; NV Professional Engineer; OR Professional Geotechnical Engineer,Academy of Geo-Professionals Diplomate of Geotechnical Engineering Connected: Member,American Society of Civil Engineers, Geolnstitute,Academy of Geo- Professionals,Association of State Dam Safety Officials Professional Summary: Mr. Trumbull has almost three decades of experience in civil and geotechnical engineering for municipal and regional clients throughout northern California, relying on his technical expertise in field exploration and testing in soil and rock environments (borings,test pits, CPTs, geophysical), laboratory testing, seepage and slope stability analyses, seismic analysis,shallow and deep foundations, mass grading earthwork and testing, underground structures and utilities,tie backs, rock anchors,shoring, mitigation of expansive soils, rigid and flexible pavement design, slope evaluation and stabilization, and implementation of geosynthetics, among many. He has worked with all of our managing and lead team members on numerous trail-related or transportation infrastructure improvements projects, providing geotechnical investigation and correlating services for SMART(Payran Trail; pedestrian pathway in Rohnert Park),the East Bay Regional Parks District(San Francisco Bay Trail), and the City of Hayward, in addition to bridge and streetscape projects for the Santa Clara Parks and Recreation Department, PG&E, and the City of Roseville. Chris has also previously served the City of Ukiah by performing an investigation of multiple potential municipal water well sites. Northwestern Pacific Rail Trail Phase 2 Senior Geotechnical Engineer City of Ukiah I Ukiah, CA Folsom Boulevard Streetscape I City of Rancho The City engaged GHD and the geotechnical team to Cordova, CA evaluate nearly one mile of pedestrian trial alignment Responsible for performing a geotechnical investigation for adjacent a railway. The project included new Hot Mix Asphalt modification of a 4-lane section of Folsom Boulevard.The pavement section, retaining wall, as well as a foundation scope included geotechnical design and construction criteria system for a 75-foot long prefabricated steel pedestrian for new asphalt pavements,asphalt pavement overlays,curb bridge. The team performed geotechnical explorations and and gutter,sidewalk,and underground utilities. laboratory testing, engineering analysis, and prepared a Windsor River Road Improvements and design-level geotechnical investigation report. Multi-Use Path Connector I Town of Windsor Senior Geotechnical Engineer Windsor, CA Historic Roseville Old Town Streetscape A new roundabout at an intersection with not only two Improvements I City of Roseville, CA perpendicular roadways, but a skewed railway as well Responsible for conducting a geotechnical investigation were project elements. The investigation included five for modification of streets and surrounding environment in borings to evaluate roadway subgrade and settlement Historic Roseville.Work included geotechnical design and conditions,as well as potential hazardous materials. construction criteria for new asphalt pavements, asphalt Recommendations included earthwork, new Hot Mix pavement overlays, retaining walls, a railway viewing Asphalt sections, as well as overlays,vehicular concrete, platform, flatwork, and underground utilities. and curb and gutter. Kelly Drive & Park Drive Road Diet & Multi-Use Senior Geotechnical Engineer Trail I City of Carlsbad I Carlsbad, CA County Road 140 Rehabilitation I County of The project includes lane reconfiguration,two roundabouts, Yolo I Yolo County, CA modular block walls, a pedestrian bridge/walkway, and low Responsible for performing a geotechnical investigation for impact development(LID)features of infiltration basins and the rehabilitation of about 2.5 miles of rural county road. bioswales. The geotechnical scope included six borings Extensive exploration, laboratory testing,and pavement with traffic control in active roadways, percolation testing, deflection testing was conducted on this project and many laboratory testing, and pavement and retaining wall rehabilitation, reconstruction,and widening options were analyses. The geotechnical report included presented to the county.Our cost analyses indicated recommendations for earthwork,trench backfill, new Hot rehabilitation with pulverizing the existing materials and Mix Asphalt sections, overlays,vehicular concrete, and cement treatment would be a green alternative and the modular block retaining walls. 191 I� alw ull Christopher Trumbull, PE, GE, O.GE ���I�IIII�III�II�IIIIIII�I most cost-effective.Also performed supplemental testing and grass fields. He also provided earthwork and and analyses for a mix design during construction. pavement recommendations. Senior Geotechnical Engineer Senior Geotechnical Engineer Folsom Boulevard Streetscape I City of Rancho Mare Island Entrance Road Realignment, Cordova, CA Mare Island Naval Shipyard I Vallejo, CA Senior Geotechnical Engineer responsible for performing Responsible for conducting a geotechnical investigation a geotechnical investigation for modification of a 4-lane for a project consisting of the widening and realignment of section of Folsom Boulevard. The scope included an entrance road, new guard booth, and new visitor geotechnical design and construction criteria for new processing facilities to establish the asphalt pavements, asphalt pavement overlays, curb and gutter,sidewalk, and underground utilities. Senior Geotechnical Engineer Senior Geotechnical Engineer State Route 99 Widening I Caltrans Sonoma-Marin Area Rail Transit (SMART) San Joaquin County, CA Petaluma, CA Responsible for providing geotechnical quality assurance for this transportation project that consisted of 10 miles of Mr. Trumbull was responsible for leading a geotechnical road widening from 4 lanes to 6 with rubberized asphalt investigation for 1.2 miles of pedestrian pathway adjacent as well as the design and construction of a median barrier an active SMART rail line. The project included a 10-foot- and sound walls. Two new intersections were established wide HMA-paved pathway and a 210-foot steel pedestrian on deep foundations and retaining walls up to 20 feet tall. bridge across the upper Petaluma River with CIDH Mr. Trumbull provided geotechnical quality assurance and foundations. Exploration included four borings from 10 to peer review, interacting with a reviewing the 40 feet deep. Geotechnical challenges included moderate subcontractors work. to highly expansive soil, liquefaction, and foundation support. This project provided an important pedestrian Senior Geotechnical Engineer connection between East and West Petaluma is part of State Route 70 Interchange/ Feather River SMART's larger pathway system connecting its stations to Boulevard I County of Yuba Yuba County, CA the surrounding communities. Responsible for conducting geotechnical exploration, Senior Geotechnical Engineer engineering, and preparing a Geotechnical Design Report Pedestrian Pathway I Sonoma Marin Area Rail and Foundation Report(Caltrans Standard)for this new Transit (SMART) I Rohnert Park, CA interchange consisting of the design and construction of an overcrossing structure and two ramps: compact Mr. Trumbull provided geotechnical investigation for two diamond and partial cloverleaf.Analyses included deep miles of pedestrian pathway adjacent to an active SMART foundation, pavements, settlement, slope stability, rail line. Project elements included a 10-foot-wide HMA- retaining walls, and shallow foundations. High paved pathway,two pedestrian bridges, and several groundwater,soft clayey soils,and dense granular retaining walls. Exploration involved 19 borings, from 10 conditions were the primary geotechnical features of to 40 feet deep, and several grab samples. Geotechnical concern. The structure, approximately 197 feet long and challenges encompassed highly expansive soil and 94 feet wide,was accessed by ramps extending potentially liquefiable soils at one bridge site. approximately 2,100 feet to the north, 1,600 feet to the Senior Geotechnical Engineer south, and 700 feet to the east and west. 2017 Pavement Rehabilitation Program Senior Geotechnical Engineer City of San Carlos, CA Moffett Field Pavement Evaluations I Mountain Responsible for performing a pavement evaluation of over View, CA eight lane miles of aging pavements. Borings and pavement Senior Geotechnical Engineer responsible for performing cores were conducted to collect pavement section a geotechnical investigation to evaluate existing vehicle- thicknesses as well as aggregate base and subgrade access pavement sections. Several borings were drilled to samples for testing. Recommendations for overlays,crack fill measure existing pavement sections and to obtain and seal,and flatwork were presented in a report. samples of the existing aggregate base and subgrade Senior Geotechnical Engineer soils. Rehabilitation options were presented in a Twin Bridges Park I City of Hayward, CA geotechnical report. The primary concerns were weak Mr. Trumbull was responsible for performing a subgrades and constructability to keep the roadways in geotechnical investigation for this city park,which service. included trails, hardcourts, picnic areas, play structures, 192 Lindsey Van Parys, PE, QSD/QSP J � CTC Funding Lead Qualified: BS, Civil Engineering, California State University Sacramento, 2009, BS, Health Y Science and Spanish, California State University San Jose, 2004; Civil Engineer, CA#79989, FL#83571; California Water Board QSD/QSP#23897 Connected: Transportation Research Board: Standing Committee on Roundabouts; American Society of Civil Engineers; Institute of Transportation Engineers;Women's Transportation Seminar;Young Professionals in Transportation Professional Summary: Lindsey Van Parys is a registered civil engineer in multiple states and holds a certificate in Traffic Collision Investigation. She has over 11 years of s � experience in delivering transportation projects and is currently a Project Manager. Her » experience includes delivering federally funded projects on and off the State Highway System including roundabout, streetscape,trail, roadway/highway improvement, and various other project types of projects. She is the North American Service Line Leader for Road Systems and Transportation Planning and Traffic Engineering for GHD. Project Manager Project Manager La Quinta Village Complete Street, a Road Diet State Route 49/Main Street Roundabout PS&E Project I City of La Quinta I La Quinta, CA I City of Plymouth I Plymouth, CA Responsible for the overall delivery of the Environmental Performed client and agency coordination on this Documentation, Plans, Specifications, and Estimate, federally-funded, fast tracked project while leading the Right-of-way and Utility Clearance for this Active roundabout optimization, design, Plan, Specification and Transportation Program, complete street project Estimate (PS&E)production, and public outreach efforts. consisting of five roundabouts,water quality infrastructure, She coordinated directly with Caltrans District, Local pedestrian and bicycle facilities and landscape/ Assistance and headquarters staff on behalf of the City to beautification elements. Coordinated stakeholder ensure all funding requirements were met,obtained outreach,one-on-one meetings with property owners, requests for authorization, prepared and submitted all business owners and performing community outreach. necessary documentation and reports, and prepared She is also coordinating utility relocations with six different signature ready federal reimbursement billings for the utility purveyors and performing stakeholder outreach with City. She also designed the intersection modifications, property and business owners as well as the community. pedestrians and bicycle enhancements, drainage design, This project is anticipated to go to construction April 2019. and more. She also coordinated relocation of various Project Manager utilities throughout the project corridor including power, Road Diet ATP Application I City of La Quinta water, and gas. She also led the environmental permitting La Quinta, CA and right-of-way acquisition process. Assisted the City of La Quinta in preparing the successful Project Manager Active Transportation Program grant application by Citrus Heights Electric Greenway Design and providing a conceptual design, preliminary costs Environmental Services I City of Citrus Heights estimates, cost/benefit analysis, and assisted with I Citrus Heights, CA preparation of the various Narrative Responses for three Responsible for the successful delivery of this three-mile Complete Street Corridors that included five roundabouts, long multi-use trail connects various destinations a road diet, bicycle lanes, and various pedestrian crossing throughout the City, including five parks, schools, improvements. businesses, residential areas, and more.This project is Assistant Project Manager/Project Engineer funded through the Active Transportation Program. The 17 Mile Drive/Holman Highway 68/Highway 1 project includes an in-depth alternative development and Roundabout I City of Monterey I Monterey, CA analysis, preparation of the environmental document, technical studies,safety analysis,alternative selection, Responsible for preparation of a Supplemental Project floodplain analysis, public outreach,trail and amenity Report, Caltrans coordination for oversight, obtaining the design, lighting, utility coordination, low water crossing Caltrans encroachment permit, and oversaw the design,wayfinding, signage, permitting, and right of way environmental revalidation and permitting. Responsible for support.The project also involves the preparation of five the preparation of the PS&E delivery to the City including park master plans. roadway design, drainage design, utility coordination, maintenance of traffic, coordination of local event traffic during construction,and right-of-way engineering. 193 Lindsey Van Parys, PE, QSD/QSP Assistant Project Manager Project Engineer First and Second Street Roundabouts along Pleasant Hill Road/Olympic Boulevard California Boulevard I City of Napa I Napa, CA Roundabout Intersection I City of Lafayette Responsible for overseeing the preparation of the Lafayette, CA permitting,technical investigations, project approval Responsible for preparing the 60%, 90%, and Final PS&E reports,technical memorandum,and project for a roundabout for the City at an accelerated pace, documentation in the Environmental Document and oversaw the design, and ensured it coordinated with the Project Approval phase of the project. Overseeing and adjacent roadway and private development projects. The preparing the PS&E for this federally-funded project, project included intersection modification,extensive on- which includes roadway/streetscape design, pedestrian street and off-street bicycle accommodation, drainage facilities design, drainage design and utility coordination. design, and a pavement maintenance plan,which allowed Also responsible for coordinating with Caltrans to obtain the construction to be staged that traffic was maintained design approval, right-of-way engineering and acquisition for the duration of construction.Assisted in utility support. She is also working with City staff to on Public coordination. Outreach. This project is anticipated to go to construction Project Engineer April 2019. 1-80/Rocklin Road Interchange PSR and PA/ED Assistant Project Manager, Project Engineer City of Rocklin I Rocklin, CA 17 Mile Drive/Holman Highway 68/Highway 1 Assisted the identification and conceptual approval of Roundabout I City of Monterey I Monterey, CA design alternatives and was responsible for the Responsible for preparation of a Supplemental Project preparation and approval of the Concept Approval Report Report, Caltrans coordination for oversight, obtaining the for the roundabout alternative,as well as the preparation Caltrans encroachment permit, and oversaw the of the Project Report, Project Approval/Environmental environmental revalidation and permitting. Responsible for Documents (PA/ED), and eventually the PS&E package. the preparation of the PS&E delivery to the City including Assisted in the public outreach efforts and began utility roadway design, drainage design, utility coordination, coordination before the project ended due to lack of maintenance of traffic, coordination of local event traffic funding. during construction,and right of way engineering. Project Manager Project Manager Main Street/Shenandoah Road Safe Route to 2012 EI Dorado Trail Project, Segments 1 & 2 1 School ATP Grant Application Assistance and City of Placerville I Placerville, CA PS&E I City of Plymouth, Amador County Oversaw the preparation of the environmental document Transportation Commission I City of Plymouth, and responsible for preparing the PS&E for both CA segments of the trail and worked with the City to ensure Prepared the ATP grant for the 3rd Cycle, provided all funding criteria and deadlines were met. The first conceptual engineering plan of the improvements, segment was from Ray Lawyer Drive to Main Street and estimate, benefit/cost analysis,schedule, grant was constructed along an existing railroad right of way preparation/review, coordination with City of Plymouth and required the coordinated with Caltrans encroachment Elementary and Charter School staff and Amador County. permit personnel and obtain an encroachment permit. The Developed questionnaire for walking and biking second segment was in the downtown area from Clay information. Oversaw the preparation of the environmental Street to Bedford Avenue adjacent to Hangtown Creek/US certification, PS&E, and right of way and utility clearance. 50 interchange and required coordination with adjacent Currently overseeing the bidding phase of the project. projects to ensure the designs conformed to each other. Also prepared all of the federal funding reporting, This segment also required utility coordination and authorizations, and paperwork required by the ATP grant. relocation. Both segments included trail design, drainage design, and Stormwater Pollution Prevention Plan Project Engineer (SWPPP). O'Byrnes Ferry Road Left Turn Pocket Project Engineer Calaveras County I Calaveras County, CA Old Redwood Highway Complete Street Responsible for obtaining the Right of Way and Utility Improvement I City of Cotati I Cotati, CA Certification in order to obtain the Authorization to Proceed (E-76)with construction, for this federally funded Assisted in the preparation of the roadway PS&E for this project.Assisted with the roadway widening design and complete street corridor project located in downtown provided utility coordination efforts to move several Cotati. She was responsible for overseeing the design of overhead power facilities to accommodate the widening. the north-end phase of the project, including roadway Met with property owners and stakeholders as well. design, drainage design, utility coordination, and right of way engineering. 194 JOHN R. GIBBS ASLA,LEED AP 7 ; PRINCIPAL I PROJECT ROLE:WRTPRINCIPAL-IN-CHARGE/COMMUNITY OUTREACH LEAD SELECTED PROJECTS As Principal-in-Charge,John will guide the overall direction of the project and projell I ,)vmrd provide final review of all products.He is a landscape architect and urban designer \/Virira"or River Ro,)d/VVlnd"or i o,)d I1-1-1/5rovernenLs with 20 years of experience. He shares WRT's deep commitment to environmentally \/vlrid"or,(A rooted planning and design excellence.His work reflects his belief that open space Willil�,IVl,)in`,Ireel ( orridor I rlh,ulle nerd Plain infrastructure,whether at the scale of streets,landscaped plazas,or parks is a \/1 III1r,,C:A crucial and integral part of creating quality urban environments.He is a practice VIIller AvelI`atrr elw,gw Irriple nenl,ilion leader in WRT's Community Design and Parks&Open Space practices where he IVIIII\/,alley,(::/\ is committed to enhancing community open space and expanding mobility options wdroA/Aley R(mlev,)rd(ornplele"beer through complete streets,trails,and district pedestrian networks.Community wdroA/Aley,(A engagement is fundamental to all facets of his work and his outreach skills are lover(MleR(mlev,)I'd Y reel"(,)/5eDr"Iq'i �../V valued by clients who seek outcomes rooted in productive public dialogue. lover(Mlr� r olf(lul>i o,)d/Old()marry i o,)d IrnCSrovernei'll ; r Ro nd,flwml EDUCATION lew,(n l hill (A University of California,Berkeley,Master of Landscape Architecture loh1(()1,ilw Yreel w')/5e(on"lepi i�'I,)ri University of California,Davis,Bachelor of Landscape Architecture "Ir i r()1,1 6"Dr,i w Ro, 1lr,v()rd( orridor iieP AhIl'rIOI tori AFFILIATIONS+AWARDS h reenk inw (A CA Landscape Architect#4417 AIImrry ornplr le"I reel l,inI'll ng American Society of Landscape Architects(ASLA) Alh,)riy,C:A U.S.Green Building Council LEED Accredited Professional Bro')( /'my( ornplel e Y reel r l,)ri Mariposa Park,ASLA-NCC Merit Award,2018 „urarrirnlo Adobe Systems Campus Landscape,ASLA-Utah Merit Award,2015 `„)n r(fl to Averlule( ,ernplele`,I reel r rojell I Lake Merritt Park:Downtown+Neighborhood Edges,ASLA-NCC Merit Award,2014 I"llhinnorld i `„ari r,il>Io (A Richmond Memorial Civic Center,CPFS Preservation Design Award,2010 111,11r:r”r tnnl `a llpy,ird Yreel Lake Merritt Municipal Boathouse,APWA Northern California Project of the Year,2010 `„)n i ran`i"(o (A r ilrn,an/\verlile',Ireel"(()pe IrriprovernerlI ENGAGEMENT �..A Frequent Design Critic to UC Berkeley and Academy of Art University YEARS EXPERIENCE "Landscape Urbanism:A New Environmental-ism for Design'Lecture UC Berkeley LARE(CA License)Preparatory Course Instructor Teaching Assistant to UC Berkeley Landscape Architecture and Urban Design Professors Lake Merritt Park:10 Years Later-National ASLA Presentation Member Local School District Facilities Steering Committee REFERENCES 195 W RT Dusty Duley,City Planner,City of Willits,707.459.4601,dduley@willitscity.com Danielle Staude,Senior Planner-Advanced Planning,City of Mill Valley,415.388.4033 X4812, dstaude@cityofmillvalley.org 196 Tim Dillenburg, QSD/P Assistant CM/Construction Inspector Qualified: Caltrans certified Local Agency Resident Engineer; Certified QSD/QSP; Certified Professional of Erosion and Sediment Control Professional Summary: With over 15 years as a construction manager/RE and inspector, r� Tim has a vast experience with street resurfacing projects, having worked with Caltrans,the County of Sonoma, and the Cities of Santa Rosa, Rohnert Park,Windsor, Healdsburg, Ukiah, 1 Willits, Napa, and Fort Bragg. He's adept at prioritizing and coordinating tasks and specialty inspections, delegating responsibilities, and communicating effectively to keep projects on schedule and ensure that his clients'objectives are achieved.Tim is Caltrans certified as a Local Agency Resident Engineer,so he is very familiar with Caltrans' Standard Specifications and Federal project requirements. Having been through many Caltrans audits, Tim has developed an ability to produce a very complete and thorough set of federally compliant project files. Project Inspector I 5-Way Roundabout worked with the City of Rohnert Park as the Construction Intersection I City of Healdsburg, CA Manager and onsite Inspector to successfully complete Project inspector for this$11 M project located right in the this project on time and under budget.Typical duties middle of downtown Healdsburg that includes installing a included the processing of submittals and RFIs, as well as 5-way roundabout, replacing aging underground water the preparation of Field Directives, CCO's, Progress and sewer lines, utilities,at grade railroad crossing, Payments, Daily Inspection Reports, etc. surface improvements and adding landscaping and other Construction Manager/Project Inspector aesthetic improvements.Tim's duties include observation Redwood Drive and Commerce Blvd of construction, communication and coordination with City Rehabilitation Project I City of Rohnert Park staff and the contractor, responding to submittals and This street maintenance project resurfaced 2 of the main RFIs, reviewing daily extra work reports, and reviewing arteries through town with a combination of R&R AC monthly billings. surfacing, cape seal, asphalt overlay, and microsurfacing treatments. Additional improvements were metal beam Construction Manager/Project Inspector guard rail upgrades, pavement and signage Keiser Avenue Reconstruction Project, Snyder improvements, etc. Tim served as the City's Construction Lane to Kerry Road Phase 1 1 City of Rohnert Manager concurrently while performing the onsite Park, CA inspection. Performing both duties was a cost effective way to reduce the overall construction cost for the City of Tim worked as the City of Rohnert Park's extended staff Rohnert Park. by providing the Construction Management and Inspection to install 3,200 LF of 12-inch water line. This Project Inspector project provided a new water source for future Comstock/Quaker Hill SMART/NCRA Railroad developments, as well as replaced segments of the City's Crossing Improvements I City of Healdsburg aging infrastructure. One challenging aspect of this project Tim provided the construction inspection for the City of was hanging new 12-inch ductile iron pipe on structural Healdsburg on this challenging little railroad crossing hangers to the side of a box culvert drainage crossing to project. The Re-construction of the SMART/North Coast replace the old transite water main. This project also Rail Authority railroad crossing was made very involved a recycled in-place road reconstruction challenging thanks to groundwater, unstable soils, and treatment. existing utility crossings including a 48-inch high pressure Construction Manager/Project Inspector reclaimed water aqua duct, and three fiber optic lines. Snyder Lane Rehabilitation (Keiser Avenue to Worker safety and trench shoring were heavily monitored Moura Lane) I City of Rohnert Park, CA during this work,which also involved the installation of 8- to 90 LF casings ranging from 12-to 42-inch, down to a This street rehabilitation project was built by using a "Cold depth of 15 feet. Two 12-inch water lines, a 12-inch In-Place Recycle" (CIR) method which saved the City sewer, and a variety of joint trench conduits were installed money by re-using materials and treating the existing prior to building the new railroad crossing and deficient structural section in place.Approximately 5,500 appurtenances. tons was then paved in 2 nights to help minimize the impact to the public on this heavily traveled road. Tim 197 Page 1 Tim Dillenburg, CM/Inspector Construction Manager/Resident Engineer I existing local cultural and environmental conditions. Tim Various Transportation Projects: 2010 ARRA provided the overall management of this project and his Overlay and the 2010 & 2013 Overlay and daily tasks included communication and coordination with City Staff and its hired contractor, documentation of day to Bonded Wearing Course Projects I County of day activities, document preparation and/or processing Sonoma, Transportation and Public Works such as submittals, RFls, Field Directives, Change Tim served as the Local Agency Resident Engineer on a Orders, and Progress Payments. His duties also included number of federally funded street resurfacing projects all managing inspection personnel. over Sonoma County. The projects typically involved ADA improvements, localized digout repairs and/or leveling Federally Funded Projects course, pavement reinforcing fabric, Hot Mix Asphalt overlays or a thin lift Bonded Wearing Course treatment, • 2010 ARRA Overlay—RE/County of Sonoma as well as new striping improvements,etc. Tim was . West Ave Safe Routes to School—RE/County of responsible for the day to day communication and Sonoma activities for the Agency, including but not limited to: Submittal and RFI review and processing, progress • Streetsmart Phase 3—RE/City of Sebastopol schedules, daily inspection reports,WSWDs, as well as . Streetscape 3—RE/City of Fort Bragg the contract management items like extra work bills, • 2009 Federal Overlays—RE/City of Fort Bragg change orders, and progress payments. Tim also filled in as onsite Inspector as well as providing supervision and 0 Pudding Creek Rd Reconstruction—RE/City of coordination of other Inspection staff. Over the last five Fort Bragg years Tim has paved over 100 lane miles and 100,000 Copeland Creek Bike Path—RE/City of Rohnert tons with the County of Sonoma. Park • E. Cotati &Arlen Dr. Resurfacing—RE/City of Construction Manager/Resident Engineer Rohnert Park Highway 12 Corridor Improvement Project 0 Old Redwood Hwy/US101 & Bike Facility Phase 11, Stage 2 1 County of Sonoma Improvement—RE/Town of Windsor This project included the construction of pedestrian and bicycle facilities, a road widening, re-alignment and re- construction of a State Hwy, as well as the installation of new curbs,gutters and sidewalks, box culvert extension, stormwater treatment devices, a complete new street lighting system, and traffic signal modifications on State Route 12 between Agua Caliente Road and Boyes Blvd in the Springs Area of Sonoma Valley. Tim provided the rlic Illhiosf ry Construction Management for the County, including the management of inspection personnel, processing RFI's 2017—present GHD, Santa Rosa, CA and submittals, field directive and change order 2016 County of Sonoma,Transportation preparation, etc. Other duties included the coordination and Public Works, Santa Rosa, CA and communication with Caltrans oversight Engineers, and the relocation of PG&E gas and electric facilities, as 2009-2016 Green Valley Consulting Engineers, well as AT&T and Comcast utilities. Santa Rosa, CA Construction Manager/Resident Engineer 2009 City of Fort Bragg, Fort Bragg,CA Fort Bragg Coastal Restoration and Coastal 2002—2009 Argonaut Constructors, Santa Rosa, Prairie Trail Project Phase 1 CA City of Fort Bragg, CA The Fort Bragg Coastal Trail Project included the construction of 4.5 miles of mixed-use trail on 82 acres of the old Georgia-Pacific mill site. 30+acres of industrial land was regraded and restored to its former natural beauty.A new drainage system was installed as well as three restrooms, two parking lots, interpretive signs, welcome plazas, benches,etc. This project was challenging due to the need to preserve and protect the 198 Page 2 CINQUINI&PASSARINOINC. Anthony G. Cinquini, P.E., P.L.S. LAND SURVEYING 1360 N. Dutton Ave., Ste. 150, Santa Rosa, CA 95401 (707) 542-6268 Fax (707) 542-2106 TITLE PROFESSIONAL PROFILE Principal Mr. Cinquini, Chief Financial Officer at Cinquini&Passarino, Inc.is a licensed Professional Engineer and licensed Professional Land ROLE Surveyor with the State of California with over twenty years of Principal in Charge & experience in the professions of civil engineering and land surveying. Project Manager His experience in project management, topographic surveys,right of way surveys, legal description and plat preparation, construction EXPERIENCE surveys, and land survey technology including laser scanning and 20 Years unmanned aerial systems enhances his ability to effectively work on EDUCATION infrastructure improvements, redevelopment and development projects, Bachelor of Science, roadway realignments, and utility rehabilitation projects. 1998,Civil Engineering California State PROFESSIONAL EXPERIENCE University,Chico Keiser Avenue Reconstruction Project,Rohnert Park, CA LICENSES& Mr. Cinquini is Principal in Charge and Project Manager overseeing CERTTICATIONS the detailed topographic mapping and right of way engineering for the Professional Engineer, reconstruction of approximately 4,300 feet of Keiser Avenue from Civil,,California, Snyder Lane to Petaluma Hill Road.Project includes right of way PE-G62344 determination,identification of right of way needs and preparation of legal descriptions and plats for right of way acquisition. Snyder Lane Rehabilitation,Rohnert Park, CA Mr. Cinquini was Principal in Charge and Project Manager overseeing the detailed topographic mapping and right of way engineering for the reconstruction of approximately 4,300 feet of Snyder Lane from Keiser Avenue to Moura Lane. Project included retracement of historic mapping to compile the project's right of way. Mirabel Flood Damage sUAS Imagery, Sonoma County, CA. As Principal in Charge and Chief Remote Pilot,Mr. Cinquini was responsible for planning the preflight, executing the drone flight and post processing the aerial imager for the recently complete Mirabel Fish Screen and Fish Ladder Replacement for the Westside Water Education Center. We also mapped portions of the Russian River. Imagery was tiled for ease of use and deliverables included georeferenced images and point clouds files. City of Santa Rosa Parks ADA Upgrade, Santa Rosa, CA Mr. Cinquini was Principal in Charge and Project Manager overseeing the detailed topographic mapping for ADA upgrades to Tanglewood Park and Skyhawk Park. Existing pathways were cross sectioned at "IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII interval's ranging from 10 to 25 feet to accurately depict the existing longitudinal slopes and cross slopes of the existing path of travel. Right of Way Acquisition Documents—Steele Lane to Jennings Ave, Santa Rosa, CA.As Principal in Charge and Project Manager, Mr. Cinquini coordinated with City Staff for the preparation of a sanitary sewer easement over a portion of Sonoma County Water 199 Agency property for the City's new sewer. Project included topographic mapping,boundary line determination and record research. 200 ' IIIA GARY DOWD Right of Way Appraisals/Acquisition Lead Gary Dowd joined Associated Right of Way Services, Inc., in early 2013 as a Right of Way Consultant. In his role he is responsible for providing acquisition services; program management support; project management; budget oversight; project coordination; and final delivery of projects for both private companies and public agencies. His work is performed in conformance with the Uniform Relocation Assistance and Real Property Acquisition Policies Act, Housing and Community Development Department applying Caltrans standards while following state and federal guidelines. EDUCATION Prior to joining the AR/WS team, Mr. Dowd worked for the San Francisco Public BA, Mass Communications, Utilities Commission (SFPUC) as both Assistant Director and Director of the SFPUC University of California, Berkeley Real Estate Services Division (February 1996—September 2012). Prior to his work with the SFPUC, Mr. Dowd was a Right of Way Agent with Caltrans, District 4, in CERTIFICATION/LICENSES Oakland, CA, from August 1988—November 1994. In that capacity, Mr. Dowd was State of California, Department Real Estate Broker's License responsible for acquisition, appraisal property management, local agency y No. 01753694 oversight, planning and management, and he served as the railroad liaison State of California Notary Public between Caltrans and all railroads operating in the San Francisco Bay Area. Commission No. 2206324 Project Experience County of Tuolumne-State Route 108/5th Avenue Signal Project MEMBERSHIPS This project will consist of signalizing the intersection of State Route 108/49 and International Right of Way 5th Avenue, adding turn lanes on 5th Avenue in the northbound and southbound Association (IRWA), Member directions at the intersection. AR/WS prepared appraisal reports for the four impacted parcels. Mr. Dowd is providing right of way project management and EXPERIENCE HIGHLIGHTS acquisition services for the four parcels. 31 years of industry Sonoma County—Various Bridge Projects experience AR/WS provided project management, appraisal, appraisal review and acquisition In depth knowledge of federal services on three bridge projects for the County: Hauser Bridge Road Bridge and state guidelines Replacement; Boyes Boulevard Bridge Replacement; and Wohler Road Bridge at Former Caltrans District 4 Mark West Creek. Mr. Dowd served as the project manager for AR/WS and is also Right of Way Agent providing acquisition services for all of the properties. Mr. Dowd negotiated settlements on the Hauser Bridge project, Boyes Bridge project, and the Wohler Bridge project. City of Pleasant Hill-Golf Club Road/Old Quarry Road Improvements Project Mr. Dowd provided right of way project management and acquisition services for this project. This federally funded project had an expedited time frame to complete acquisitions, which required significant acquisition preparation and coordination during the early planning and appraisal steps of the project.All three acquisitions were completed within the ambitious project schedule. 201 www.arws.com I P:925.691.8500 ' IIIA *tatic of rnta Bureau of Real Estate W Real Estate Broker License �l Garrett M Dow MAIN OF14(l,ADDRESS 607 NIAC7NOLIA AV F, LARKS IJR,CA 94939 hr 101"p Real E''state("ryraa fisvrra"' a Gpcar ilicatio t Number 01753094 hvmcdr February 14,2015 f'xp imv February 93„2019 202 www.arws.com I P:925.691.8500 Stephen J. Weinberger, PE, PTOE 1111rarils �� Signing & Striping Lead Steve Weinberger is one of the founding Principals and specializes in Complete Streets traffic engineering and planning, pedestrian safety, and active transportation planning and operations. He is registered in California as both a Civil and Traffic Engineer and is ;i also a Professional Traffic Operations Engineer. Steve's technical work focuses on projects which balance competing transportation needs within the existing public right-of-way. He is adept at working with communities to develop measures to transform vehicle- dominated arterials into systems that provide more livable conditions Education for all users by incorporating traffic calming schemes,lane reallocation MS in Transportation Engineering techniques,roundabouts and traffic control systems that favor local traffic, University of California,Berkeley,1984 bicyclists,and pedestrians. BS in Civil Engineering Steve is a graduate of the University of California at Berkeley(a.k.a.Cal) University of California,Berkeley,1982 with a B.S.in Civil Engineering and an M.S.in Transportation Engineering. He is a certified instructor for the National Complete Streets Coalition and Affiliations/Activities the National Center for Safe Routes to School. Steve is also a member of Institute of Transportation Engineers(ITE) both the Institute of Transportation Engineers(ITE)and Association of Member Pedestrian and Bicycle Professionals(APBP). ITE Pedestrian and Bicycle Task Force Current Member Representative Il roject Association of Pedestrian and Bicycle Professionals Complete Streets Atascadero-SR 41 Complete Street Feasibility Study Certification Bel mont/Sa n Carlos-Four Corners/Alameda de las Pulgas Corridor Improvements Safe Routes to School National Course Chico-Chico Esplanade Corridor Improvement Study Instructor Mendocino County-Hopland Main Street Engineered Feasibility Study National Center for Safe Routes to School, Menlo Park-El Camino Real Corridor Study 2013-Present Oakland-Fruitvale Avenue Complete Streets and Traffic Safety Study Paradise-Skyway Corridor Study Complete Streets Certified Instructor Paso Robles-Creston Road Corridor Study National Complete Streets Coalition 2015-Present Bicycles and Pedestrians Office of Traffic Safety-OTS Crosswalk Warning System Evaluation Registration Bel mont-Ralston Avenue Corridor Study and Improvement Plans Civil Engineer#43159(CA) Sebastopol-Bike Lane Feasibility Study and Design Traffic Engineer#1440(CA) Sa nta Cruz Co u my-Monterey Bay Sanctuary Scenic Trail Crossings Design Professional Traffic Operations Engineer#342 Sonoma County-Safe Routes to School Windsor-Old Redwood Highway Corridor Study Professional History Roundabouts 1995-Present Atascadero—US 101 Interchange Study W-Trans(Principal/Owner) Berkeley—Interstate 80/01man Street Interchange Roundabout Design 1991-1994 Contra Costa County-Improvement Plans for Danville Boulevard Roundabout TJKM Transportation Consultants,Santa Rosa Paso Robles-Creston Road/Rolling Hills Drive Evaluation 1984-1991 Municipal Staff Services TJKM Transportation Consultants,Pleasanton Chico—Public Works Traffic Engineering Services 1982-1984 Sebastopol—Public Works Traffic Engineering Services PRC Vorhees,Berkeley 203 204 mum mmmm II� u ®� �" �iii%....................................................................................' i� 205 IIIII I! I!I II IIIII II III II IIIII II Ili II ■ Agenda Item No.: 13e MEETING DATE/TIME: l/20/2019 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 adhoc activities. Often, the Council Reports section of the regular agenda is rushed due to impending business (i.e., public hearings), 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 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 Eo m m U a 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