HomeMy WebLinkAboutMead & Hunt 2019-02-13COU No. 1819164
AGREEMENT FOR
PROFESSIONAL CONSULTING SERVICES
This Agreement, made and entered into this 13th day of February, 2019 ("Effective Date"),
by and between CITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" and Mead &
Hunt, a corporation organized and in good standing under the laws of the state of Wisconsin and
authorized to conduct business in the state of California, hereinafter referred to as "Consultant".
RECITALS
This Agreement is predicated on the following facts:
a. City has an agreement with Mendocino County to acquire consulting services to assist the
Mendocino County Airport Land Use Commission ("ALUC") update the portion of the
Mendocino County Airport Land Use Plan ("ALUP") related to the Ukiah Municipal Airport.
b. Consultant represents that it has the qualifications, skills, and experience and is properly
licensed to provide these services and is willing to provide them according to the terms of
this Agreement.
c. City and Consultant agree upon the Scope -of -Work and Work Schedule attached hereto
as Attachment "A", which includes additional contract provisions for the project and setting
forth the completion dates for the various services to be provided pursuant to this
Agreement.
TERMS OF AGREEMENT
1.0 DESCRIPTION OF PROJECT
1.1 The Project is described in detail in the attached Scope -of -Work (Attachment "A").
2.0 SCOPE OF SERVICES
2.1 As set forth in Attachment "A".
2.2. Additional Services. Additional services, if any, shall only proceed upon written agreement
between City and Consultant. The written Agreement shall be in the form of an
Amendment to this Agreement.
3.0 CONDUCT OF WORK
3.1 Time of Completion. Consultant shall commence performance of services as required by
the Scope -of -Work upon receipt of a Notice to Proceed from City and shall complete such
services by February 12, 2020. Consultant shall complete the work to the City's
reasonable satisfaction, even if contract disputes arise or Consultant contends it is entitled
to further compensation.
4.0 COMPENSATION FOR SERVICES
4.1 Basis for Compensation. For the performance of the professional services of this
Agreement, Consultant shall be compensated on a time and expense basis not to exceed
a guaranteed maximum dollar amount of $130,000. Labor charges shall be based upon
PAGE 1 OF 8
COU No. 1819164
hourly billing rates for the various classifications of personnel employed by Consultant to
perform the Scope of Work as set forth in the attached Attachment B, which shall include
all indirect costs and expenses of every kind or nature, except direct expenses. The direct
expenses and the fees to be charged for same shall be as set forth in Attachment B.
Consultant shall complete the Scope of Work for the not -to -exceed guaranteed maximum,
even if actual time and expenses exceed that amount.
4.2 Changes. Should changes in compensation be required because of changes to the
Scope -of -Work of this Agreement, the parties shall agree in writing to any changes in
compensation. "Changes to the Scope -of -Work" means different activities than those
described in Attachment "A" and not additional time to complete those activities than the
parties anticipated on the date they entered this Agreement.
4.3 Sub -contractor Payment. The use of sub -consultants or other services to perform a
portion of the work of this Agreement shall be approved by City prior to commencement
of work. The cost of sub -consultants shall be included within guaranteed not -to -exceed
amount set forth in Section 4.1.
4.4 Terms of Payment. Payment to Consultant for services rendered in accordance with this
contract shall be based upon submission of monthly invoices for the work satisfactorily
performed prior to the date of the invoice less any amount already paid to Consultant,
which amounts shall be due and payable thirty (30) days after receipt by City. The invoices
shall provide a description of each item of work performed, the time expended to perform
each task, the fees charged for that task, and the direct expenses incurred and billed for.
Invoices shall be accompanied by documentation sufficient to enable City to determine
progress made and to support the expenses claimed.
5.0 ASSURANCES OF CONSULTANT
5.1 Independent Contractor. Consultant is an independent contractor and is solely
responsible for its acts or omissions. Consultant (including its agents, servants, and
employees) is not the City's agent, employee, or representative for any purpose.
It is the express intention of the parties hereto that Consultant is an independent contractor
and not an employee, joint venturer, or partner of City for any purpose whatsoever. City
shall have no right to, and shall not control the manner or prescribe the method of
accomplishing those services contracted to and performed by Consultant under this
Agreement, and the general public and all governmental agencies regulating such activity
shall be so informed.
Those provisions of this Agreement that reserve ultimate authority in City have been
inserted solely to achieve compliance with federal and state laws, rules, regulations, and
interpretations thereof. No such provisions and no other provisions of this Agreement
shall be interpreted or construed as creating or establishing the relationship of employer
and employee between Consultant and City.
Consultant shall pay all estimated and actual federal and state income and self-
employment taxes that are due the state and federal government and shall furnish and
pay worker's compensation insurance, unemployment insurance and any other benefits
required by law for himself and his employees, if any. Consultant agrees to indemnify and
hold City and its officers, agents and employees harmless from and against any claims or
demands by federal, state or local government agencies for any such taxes or benefits
PAGE 2 OF 8
COU No. 1819164
due but not paid by Consultant, including the legal costs associated with defending against
any audit, claim, demand or law suit.
Consultant warrants and represents that it is a properly licensed professional or
professional organization with a substantial investment in its business and that it maintains
its own offices and staff which it will use in performing under this Agreement.
5.2 Conflict of Interest. Consultant understands that its professional responsibility is solely to
City. Consultant has no interest and will not acquire any direct or indirect interest that
would conflict with its performance of the Agreement. Consultant shall not in the
performance of this Agreement employ a person having such an interest. If the City
Manager determines that the Consultant has a disclosure obligation under the City's local
conflict of interest code, the Consultant shall file the required disclosure form with the City
Clerk within 10 days of being notified of the City Manager's determination.
6.0 INDEMNIFICATION
6.1 Insurance Liability. Without limiting Consultant's obligations arising under Paragraph 6.2
Consultant shall not begin work under this Agreement until it procures and maintains for
the full period of time allowed by law, surviving the termination of this Agreement insurance
against claims for injuries to persons or damages to property, which may arise from or in
connection with its performance under this Agreement.
A. Minimum Scope of Insurance
Coverage shall be at least as broad as:
1. Insurance Services Office ("ISO) Commercial General Liability Coverage
Form No. CG 20 10 10 01 and Commercial General Liability Coverage —
Completed Operations Form No. CG 20 37 10 01.
2. ISO Form No. CA 0001 (Ed. 1/87) covering Automobile Liability, Code 1
"any auto" or Code 8, 9 if no owned autos and endorsement CA 0025.
3. Worker's Compensation Insurance as required by the Labor Code of the
State of California and Employers Liability Insurance.
4. Errors and Omissions liability insurance appropriate to the consultant's
profession. Architects' and engineers' coverage is to be endorsed to
include contractual liability.
B. Minimum Limits of Insurance
Consultant shall maintain limits no less than:
1. General Liability: $1,000,000 combined single limit per occurrence for
bodily injury, personal injury and property damage including operations,
products and completed operations. If Commercial General Liability
Insurance or other form with a general aggregate limit is used, the general
aggregate limit shall apply separately to the work performed under this
Agreement, or the aggregate limit shall be twice the prescribed per
occurrence limit.
PAGE 3 OF 8
COU No. 1819164
2. Automobile Liability: $1,000,000 combined single limit per accident for
bodily injury and property damage.
3. Worker's Compensation and Employers Liability: Worker's compensation
limits as required by the Labor Code of the State of California and
Employers Liability limits of $1,000,000 per accident.
4. Errors and Omissions liability: $1,000,000 per occurrence.
C. Deductibles and Self -Insured Retentions
Any deductibles or self-insured retentions must be declared to and approved by
the City. At the option of the City, either the insurer shall reduce or eliminate such
deductibles or self-insured retentions as respects to the City, its officers, officials,
employees and volunteers; or the Consultant shall procure a bond guaranteeing
payment of losses and related investigations, claim administration and defense
expenses.
D. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, the following provisions:
1. General Liability and Automobile Liability Coverages
a. The City, it officers, officials, employees and volunteers are to be
covered as additional insureds as respects; liability arising out of
activities performed by or on behalf of the Consultant, products and
completed operations of the Consultant, premises owned, occupied
or used by the Consultant, or automobiles owned, hired or borrowed
by the Consultant for the full period of time allowed by law, surviving
the termination of this Agreement. The coverage shall contain no
special limitations on the scope -of -protection afforded to the City,
its officers, officials, employees or volunteers.
b. The Consultant's insurance coverage shall be primary insurance as
respects to the City, its officers, officials, employees and volunteers.
Any insurance or self-insurance maintained by the City, its officers,
officials, employees or volunteers shall be in excess of the
Consultant's insurance and shall not contribute with it.
c. Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to the City, its officers, officials,
employees or volunteers.
d. The Consultant's insurance shall apply separately to each insured
against whom claim is made or suit is brought, except with respect
to the limits of the insurer's liability.
2. Worker's Compensation and Employers Liability Coverage
The insurer shall agree to waive all rights of subrogation against the City,
its officers, officials, employees and volunteers for losses arising from
Consultant's performance of the work, pursuant to this Agreement.
PAGE 4 OF 8
COU No. 1819164
3. Professional Liability Coverage
If written on a claims -made basis, the retroactivity date shall be the effective
date of this Agreement. The policy period shall extend one year from date
of final invoice for this project.
4. All Coverages
Each Insurance policy required by this clause shall be endorsed to state
that coverage shall not be suspended, voided, canceled by either party,
reduced in coverage or in limits except after thirty (30) days prior written
notice by certified mail, return receipt requested, has been given to the City.
E. Acceptability of Insurers
Insurance is to be placed with admitted California insurers with an A.M. Best's
rating of no less than A- for financial strength, AA for long-term credit rating and
AMB -1 for short-term credit rating.
F. Verification of Coverage
Consultant shall furnish the City with Certificates of Insurance and with original
Endorsements effecting coverage required by this Agreement. The Certificates
and Endorsements for each insurance policy are to be signed by a person
authorized by that insurer to bind coverage on its behalf. The Certificates and
Endorsements are to be on forms provided or approved by the City. Where by
statute, the City's Workers' Compensation - related forms cannot be used,
equivalent forms approved by the Insurance Commissioner are to be substituted.
All Certificates and Endorsements are to be received and approved by the City
before Consultant begins the work of this Agreement. The City reserves the right
to require complete, certified copies of all required insurance policies, at any time.
If Consultant fails to provide the coverages required herein, the City shall have the
right, but not the obligation, to purchase any or all of them. In that event, the cost
of insurance becomes part of the compensation due the contractor after notice to
Consultant that City has paid the premium.
G. Subcontractors
Consultant shall include all subcontractors or sub -consultants as insured under its
policies or shall furnish separate certificates and endorsements for each sub-
contractor or sub -consultant. All coverage for sub -contractors or sub -consultants
shall be subject to all insurance requirements set forth in this Paragraph 6.1.
6.2 Indemnification. Notwithstanding the foregoing insurance requirements, and in addition
thereto, Consultant agrees, for the full period of time allowed by law, surviving the
termination of this Agreement, to indemnify the City for any claim, cost or liability that
arises out of, or pertains to, or relates to any negligent act or omission or the willful
misconduct of Consultant in the performance of services under this contract by Consultant,
but this indemnity does not apply to liability for damages for death or bodily injury to
persons, injury to property, or other loss, arising from the sole negligence, willful
PAGE 5 OF 8
COU No. 1819164
misconduct or defects in design by the City, or arising from the active negligence of the
City.
"Indemnify," as used herein includes the expenses of defending against a claim and the
payment of any settlement or judgment arising out of the claim. Defense costs include all
costs associated with defending the claim, including, but not limited to, the fees of
attorneys, investigators, consultants, experts and expert witnesses, and litigation
expenses.
References in this paragraph to City or Consultant, include their officers, employees,
agents, and subcontractors.
7.0 CONTRACT PROVISIONS
7.1 Ownership of Work. All documents furnished to Consultant by City and all documents or
reports and supportive data prepared by Consultant under this Agreement are owned and
become the property of the City upon their creation and shall be given to City immediately
upon demand and at the completion of Consultant's services at no additional cost to City.
Deliverables are identified in the Scope -of -Work, Attachment A. All documents produced
by Consultant shall be furnished to City in digital format and hardcopy. Consultant shall
produce the digital format, using software and media approved by City.
7.2 Governing Law. Consultant shall comply with the laws and regulations of the United
States, the State of California, and all local governments having jurisdiction over this
Agreement. The interpretation and enforcement of this Agreement shall be governed by
California law and any action arising under or in connection with this Agreement must be
filed in a Court of competent jurisdiction in Mendocino County.
7.3 Entire Agreement. This Agreement plus its Attachment(s) and executed Amendments set
forth the entire understanding between the parties.
7.4 Severability. If any term of this Agreement is held invalid by a court of competent
jurisdiction, the remainder of this Agreement shall remain in effect.
7.5 Modification. No modification of this Agreement is valid unless made with the agreement
of both parties in writing.
7.6 Assignment. Consultant's services are considered unique and personal. Consultant shall
not assign, transfer, or sub -contract its interest or obligation under all or any portion of this
Agreement without City's prior written consent.
7.7 Waiver. No waiver of a breach of any covenant, term, or condition of this Agreement shall
be a waiver of any other or subsequent breach of the same or any other covenant, term
or condition or a waiver of the covenant, term or condition itself.
7.8 Termination. This Agreement may only be terminated by either party: 1) for breach of the
Agreement; 2) because funds are no longer available to pay Consultant for services
provided under this Agreement; or 3) City has abandoned and does not wish to complete
the project for which Consultant was retained. A party shall notify the other party of any
alleged breach of the Agreement and of the action required to cure the breach. If the
breaching party fails to cure the breach within the time specified in the notice, the contract
shall be terminated as of that time. If terminated for lack of funds or abandonment of the
project, the contract shall terminate on the date notice of termination is given to Consultant.
PAGE 6 OF 8
COU No. 1819164
City shall pay the Consultant only for services performed and expenses incurred as of the
effective termination date. In such event, as a condition to payment, Consultant shall
provide to City all finished or unfinished documents, data, studies, surveys, drawings,
maps, models, photographs and reports prepared by the Consultant under this
Agreement. Consultant shall be entitled to receive just and equitable compensation for
any work satisfactorily completed hereunder, subject to off -set for any direct damages City
may incur as a result of Consultant's breach of contract.
7.9 Execution of Agreement. This Agreement may be executed in duplicate originals, each
bearing the original signature of the parties. Alternatively, this Agreement may be
executed and delivered by facsimile or other electronic transmission, and in more than
one counterpart, each of which shall be deemed an original, and all of which together shall
constitute one and the same instrument. When executed using either alternative, the
executed agreement shall be deemed an original admissible as evidence in any
administrative or judicial proceeding to prove the terms and content of this Agreement.
7.10 Mendocino County Third Party Beneficiary. The County of Mendocino is a third -party
beneficiary of Sections 6.0, 6.1 and 6.2 of this Agreement with the same right as a party
to enforce them. The County of Mendocino shall be named as an additional insured in
compliance with Section 6.1.D.1.a.
8.0 NOTICES
Any notice given under this Agreement shall be in writing and deemed given when
personally delivered or deposited in the mail (certified or registered) addressed to the
parties as follows:
CITY OF UKIAH
DEPT. OF COMMUNITY DEVELOPMENT
300 SEMINARY AVENUE
UKIAH, CALIFORNIA 95482-5400
MEAD & HUNT
ATTN: KENNETH A. BRODY
1360 19TH HOLE DRIVE, SUITE 200
WINDSOR, CALIFORNIA 95482
9.0 SIGNATURES
IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date:
CONSULTANT
BY:
(A/'
PRINT NAME: M- l%oper
39-0793822
IRS IDN Number
CITY OF UKIAH
BY:
143/x?
Date
Date
ATTEST
la*/(14---1 a. - 2-ir- 11
COU No. 1819164
ITY CLERK Date
PAGE 8 OF 8
ATTACHMENT A - CONTRACT 1819164
UKIAH MUNICIPAL AIRPORT
LAND USE COMPATIBILITY PLAN
SCOPE OF SERVICES
2019-01-31
This document outlines the Scope of Services (SCOPE) to be provided by Mead & Hunt, Inc.
(CONTRACTOR) for preparation of a new Ukiah Municipal Airport Land Use Compatibility Plan
(UKIALUCP) under contract with the City of Ukiah (CITY). Responsibilities of CITY under this agreement
are also listed.
The new UKIALUCP is intended to replace the Ukiah Municipal Airport Comprehensive Land Use Plan,
which is currently included as part of the Mendocino County Airport Comprehensive Land Use Plan
(MCACLUP) adopted by the Mendocino County Airport Land Use Commission (ALUC) in 1993, and later
amended. The new UKIALUCP will be a complete plan unto itself and separate from policies or other
content contained in the remainder of the MCACLUP.
Although CITY owns the Ukiah Municipal Airport (UKI) and has land use control over most of the
surrounding area, implementation of the new UKIALUCP will first require adoption by ALUC. ALUC
functions under the auspices of the County of Mendocino (COUNTY). Participation of COUNTY/ALUC is
essential to accomplishment of SCOPE. Specific responsibilities of COUNTY/ALUC under this agreement
are listed herein.
The overall endeavor under SCOPE, including responsibilities of CITY and COUNTY/ALUC, is referred to
herein as PROJECT.
Element 1. Project Management and Coordination
1.1 Project Administration
CONTRACTOR shall perform routine administrative duties including regular communication with CITY
staff, processing contract documents, and monthly invoicing for the anticipated twelve (12) month
duration of PROJECT.
1.2 Coordination with County/ALUC
PROJECT will require efficient coordination among CONTRACTOR, CITY, and COUNTY/ALUC. Much of
this coordination will be accomplished via conference calls. In-person meetings, including public
meetings, are also provided. The purposes of some meetings will be to enable CONTRACTOR to obtain
information from CITY and COUNTY/ALUC necessary for preparation of UKIALUCP, as well as feedback
on draft materials to be prepared by CONTRACTOR. Other meetings will be public meetings for
presentation of a draft UKIALUCP or components thereof, for obtaining public input, and ultimately for
adoption of the UKIALUCP by ALUC. The timing and function of individual meetings are identified in
subsequent tasks.
Mead&t Iunt
• Ukiah Municipal Airport
Land Use Compatibility Plan
Scope of Services
SCOPE provides for a total of up to six (6) project trips for staff -level and public meetings to be attended
in person by one (1) CONTRACTOR staff and up to six (6) conference calls involving CONTRACTOR,
CITY, and COUNTY/ALUC representative. Any in-person staff -level and public meetings held on the
same day will be counted as a single meeting.
CONTRACTOR DELIVERABLES
▪ Final scope, budget, and schedule.
• Monthly communication with CITY staff for purposes of tracking progress, schedule, and budget.
▪ Monthly invoices and status reports.
• Participation in meetings with CITY and COUNTY/ALUC as described under Task 1.2 (all meetings
are budgeted under this element).
CITY RESPONSIBILITIES
• Identify an individual with whom CONTRACTOR shall maintain coordination and who shall participate
in PROJECT meetings.
• Arrange rooms, noticing PROJECT meetings, distribute deliverables, and maintain overall
coordination with the COUNTY/ALUC.
COUNTY/ALUC RESPONSIBILITIES
▪ Identify an individual or individuals with whom CITY staff shall coordinate and who shall participate in
PROJECT meetings.
• Schedule and agendize ALUC meetings where PROJECT is to be discussed or acted upon.
Element 2. Data Collection and Compilation
2.1 Kickoff Meeting
CONTRACTOR shall formally begin PROJECT by making a presentation to ALUC. This presentation will
allow CONTRACTOR staff to introduce ourselves and outline the work products, schedule and planned
interaction among CONTRACTOR, CITY, and COUNTY/ALUC.
2.2 Airport and Land Use Data and Mapping
PROJECT will require certain background data and maps regarding UKI and surrounding land uses in
CITY and COUNTY jurisdictions to be made available to CONTRACTOR. CONTRACTOR will rely upon
CITY and COUNTY to provide the following data:
e Airport Layout Plan (ALP) Drawing: California state law requires that an ALUCP be based on a
current master plan of the airport or, if none exists, a current ALP may be used with the approval of
the Caltrans Division of Aeronautics. The Division typically requests an ALP that has been approved
by the Federal Aviation Administration (FAA). As CITY has not recently adopted a Master Plan for UKI,
CONTRACTOR will utilize the FAA -approved 2015 ALP drawing. The existing and future airfield
configurations depicted in the 2015 ALP will be reflected in new UKIALUCP maps. CONTRACTOR
will submit the UKI ALP to Caltrans for approval as the basis for UKIALUCP.
Mead& lunt
Page 2
X:121122001190459.01\CFEE\working\UKI ALUCP.MeadHunl scope.2019-01-31.docx
• Ukiah Municipal Airport
Land Use Compatibility Plan
Scope of Services
• Airport Activity and Flight Track Data: CONTRACTOR will work with airport management, other
CITY staff, and airport tenants familiar with UKI to estimate the current composition and overall level
of aircraft operations at UKI utilizing readily available data. These sources will also be asked to assist
with mapping of typical flight routes used by various types of aircraft operating at UKI.
▪ Airspace Plan Drawing: The Airspace Plan drawing shows the critical airspace surfaces established
in accordance with Code of Federal Regulation (CFR) Part 77, Safe, Efficient Use, and Preservation
of the Navigable Airspace. The Airspace Plan will be used to establish height restrictions for the areas
surrounding UKI.
Land Use Data and Mapping: CONTRACTOR shall rely upon GIS data from CITY and COUNTY
depicting existing land uses and the adopted general plan land use designations within the UKI vicinity.
CONTRACTOR shall also review adopted CITY and COUNTY general plans and other policy
documents for information and policies pertaining to land uses around UKI.
2.3 Activity Forecasts and Noise Contours
By law, ALUCPs must have a time horizon of at least 20 years. The activity data and forecasts are used
to generate projected aircraft noise contours.
▪ Activity Forecasts: Using activity data obtained in Task 2.2, CONTRACTOR shall prepare new UKI
aircraft operations forecasts for the year 2040.
▪ Noise Contours: Using current activity data and forecasts of future operations together with flight
track information from Task 2.2, CONTRACTOR shall prepare Community Noise Equivalent Level
(CNEL) noise contours for current and 2040 aircraft operations at UKI. Contours will be depicted in 5
dB increments for CNEL 55 dB and above. The FAA's AEDT noise model will be used. The 2040
contours will take into account both the current and proposed configurations of the UKI runway as
shown on the 2015 ALP.
2.4 Background Data Chapter
Documentation of facts pertaining to UKI and land uses around it is an essential foundation to
UKIALUCP. It also will form the basis for the environmental impact analysis to be completed in Element 4.
Once the airport and land use information has been gathered and sorted, CONTRACTOR shall prepare
new maps and data tables for inclusion as a Background Data chapter in UKIALUCP. The
CONTRACTOR shall hold a conference call with the CITY and COUNTY/ALUC representatives to obtain
comments on and corrections to the Background Data chapter.
CONTRACTOR DELIVERABLES
▪ List to be provided to CITY and COUNTY indicating airport and land use data needs for UKIALUCP.
▪ Letter to Caltrans requesting acceptance of 2015 UK! ALP as basis of UKIALUCP.
• Draft UKIALUCP Background Data chapter for review by CITY and COUNTY.
CITY RESPONSIBILITIES
▪ Assist CONTRACTOR in obtaining or estimating current UKI aircraft activity and flight track data.
Mead&-lunt Page 3
X.121122001190459.011CFEElworking\UKI ALUCP MeadHunt scope. 2019-01.31.doc,,
• Ukiah Municipal Airport
Land Use Compatibility Plan
Scope of Services
Provide CONTRACTOR with current land use and future land use designation maps in GIS format for
areas in CITY jurisdiction.
Review draft Background Data chapter and provide corrections to CONTRACTOR.
COUNTY RESPONSIBILITIES
• Provide CONTRACTOR with current land use and future land use designation maps in GIS format for
areas in COUNTY jurisdiction.
• Review draft Background Data chapter and provide corrections to CONTRACTOR.
Element 3. Draft ALUCP Preparation
3.1 Impact Identification
Consistent with the guidelines in the 2011 California Airport Land Use Planning Handbook (Handbook),
the UKIALUCP will continue to address the four types of compatibility concerns in a composite manner:
• Noise is the impact most directly affected by the airport activity forecasts.
• Safety is the compatibility concem associated with the risks that potential aircraft accidents pose to
people and property on the ground. Using data and guidance from the 2011 Handbook,
CONTRACTOR shall delineate locations around UKI where heightened risk levels may warrant
restrictions on future land use development.
• Airspace Protection is critical to airport viability in that airspace obstructions can be hazards to flight
and can necessitate changes to aircraft flight procedures. The UKI Airspace Plan will be used to depict
this critical airspace. Additionally, FAA guidelines will be used to map locations where certain types of
land uses can attract birds in a manner that can be hazardous to aircraft in flight.
• Overflight pertains to areas beyond the noise contours where aircraft noise can be annoying or
disruptive. For general aviation airports, the area of overflight concern is primarily within and near the
aircraft traffic pattern.
Using the aeronautical and land use data gathered in the preceding tasks, CONTRACTOR shall map and
describe the magnitude and extent of these concerns. The combined geographic extent of the four impact
concerns will constitute the UKI influence area.
CONTRACTOR shall identify the compatibility factors that have changed in a manner that warrant a
change to the 1993 (as amended) UKIALUCP compatibility zones and/or criteria. CONTRACTOR shall
also identify the basic strategies available for addressing the changed conditions. CONTRACTOR shall
summarize this information in a Discussion Paper to be presented to CITY and COUNTY/ALUC and hold
a conference call to obtain feedback.
3.2 Draft Policies Chapter
The centerpiece of an ALUCP is the policy section. There are two types of policies that an ALUCP must
include: compatibility policies and procedural policies. Compatibility policies and associated maps
establish the basis for an ALUC's determination of whether proposed land use plans and projects are
Mead -Iunt
Page 4
X12112200\190459.01\CFEE\working1UKI ALUCP Meadl1unt scope.2019-01-31.docx
• Ukiah Municipal Airport
Land Use Compatibility Plan
Scope of Services
compatible with the airport involved. Procedural policies define the steps to be followed both by local
agencies in referring actions for ALUC review and by an ALUC in conducting the reviews.
The ALUC's 1993 compatibility and procedural policies for UKI are outdated and do not conform to
guidance in the Caltrans 2011 Handbook. Regardless of this status, because these are the adopted
policies now in effect, CONTRACTOR will consider them as a starting point for preparation of policies for
the new UKIALUCP. Nevertheless, significant clarification, expansion, and potential substantive changes
to the current policies are envisioned. As part of PROJECT, CONTRACTOR shall prepare a complete
new Policies chapter containing both compatibility and procedural policies applicable only to UKI, not the
other airports for which ALUC has responsibility. A composite Compatibility Map, similar in concept to the
one in the 1993 CLUP for UKI, which reflects the combined effects of all four compatibility concerns will
be in the Policies chapter.
The Policies chapter will be presented in draft form to CITY and COUNTY/ALUC for discussion and
feedback. Separately, CONTRACTOR shall prepare a Discussion Paper listing major differences in
compatibility and procedural policies between those currently in effect and the ones contained in the draft
Policies chapter. The CONTRACTOR shall hold a conference call with CITY and COUNTY/ALUC
representatives to seek input to the Discussion Paper.
3.3 General Plan Consistency Review
For CITY and COUNTY/ALUC to understand the implications of the draft UKIALUCP upon their plans and
policies, they will want to know where the conflicts lie. In this task, CONTRACTOR shall conduct a
preliminary review of CITY and COUNTY general plans to assess the extent to which they may be
inconsistent with the draft ALUCP criteria. CONTRACTOR shall emphasize the adopted general plan land
use maps but shall also assess whether other types of essential airport land use compatibility measures,
such as limits on heights of antennas and other structures, are in place. The outcome of this review will
initially be presented to CITY and COUNTY/ALUC but will later become a central component of the CEQA
document for the draft UKIALUCP. The CONTRACTOR shall hold a conference call with the CITY and
COUNTY/ALUC representatives to discuss the results of the consistency analysis.
3.4 Administrative Draft and Public Draft UKIALUCP
The intent of PROJECT is to produce a new, self-contained UKIALUCP. In this task, CONTRACTOR shall
assemble a complete draft document for presentation to CITY and COUNTY/ALUC. CONTRACTOR shall
modify the draft Background Data and Policies chapters (prepared in Tasks 2,4 and 3.3) in response to
comments from CITY and COUNTY/ALUC. Also to be included in the draft document shall be an
Introduction Chapter explaining the purpose of the UKIALUCP and the respective roles of CITY and
COUNTY/ALUC in implementing its policies. Standard appendix material (current state laws regarding
ALUCs, FAA airspace protection regulations, typical avigation easement wording, glossary, etc.) will also
be included.
The UKIALUCP will initially be prepared as an Administrative Draft for review at the staff level by CITY
and COUNTY/ALUC. Following receipt of staff comments, CONTRACTOR shall make essential revisions
and produce a Public Draft to be made available for public review and comment. The CONTRACTOR
MeadMlunt
Page 5
X 121122001190459011CFEElworking\UKI ALUCP.MeadHunl xope.2019-01-31.doc,
• Ukiah Municipal Airport
Land Use Compatibility Plan
Scope of Services
shall hold a conference call to present the Administrative Draft UKIALUCP to the CITY and
COUNTY/ALUC representatives. COUNTY Director of Planning and Building Services and CITY Director
of Community Development shall provide written approval of the Draft UKIALUCP to CONTRACTOR and
CITY before the Draft UKIALUCP is released for public review or presented to any public commission,
council or board.
CONTRACTOR DELIVERABLES
• Draft Policies chapter for CITY and COUNTY/ALUC review.
▪ General plan consistency review.
• Administrative Draft UKIALUCP (pdf format).
▪ Public Draft UKIALUCP (pdf format).
CITY RESPONSIBILITIES
▪ Review draft material and provide feedback to CONTRACTOR within one week of receipt.
• Prior to document release, provide written approval of the Draft UKIALUCP to CONTRACTOR.
▪ Make Public Draft available on CITY website.
COUNTY RESPONSIBILITIES
• Review draft material and provide feedback to CONTRACTOR.
• Prior to document release, provide written approval of the Draft UKIALUCP to CONTRACTOR.
• Make Public Draft available on COUNTY/ALUC website and distribute public noticing of document's
availability.
Element 4. Environmental Impact Documentation
4.1 Displacement Analysis
Adoption and implementation of the Draft UKIALUCP could result in changes to future development
patterns by shifting or displacing the location of future residential and nonresidential land uses in the UKI
influence area. The purpose of the displacement analysis is to identify conflicts with the land use and
growth patterns provided in CITY and COUNTY planning documents and to determine the extent to which
future development would be displaced. With certain exceptions, the displacement analysis will quantify
the potential displacement of residential uses and qualify potential future displacement of nonresidential
uses. This analysis will supplement the initial general plan consistency review conducted as part of the
Element 3 work. CONTRACTOR shall provide the displacement results to CITY and COUNTY/ALUC for
review and comment as it will become the central component of the CEQA documentation. The
CONTRACTOR shall hold an in-person meeting to present the displacement results to CITY and
COUNTY/ALUC staff representatives and invited key stakeholders.
4.2 CEQA Initial Study/Negative Declaration
This task accomplishes preparation of environmental impact documentation necessary for adoption of the
UKIALUCP in accordance with the California Environmental Quality Act (CEQA) and the 2007 California
Supreme Court decision in Muzzy Ranch Company v. Solano County Airport Land Use Commission. An
Mead&f lunt
Page 6
X:\2112200\ 190459.01\CFEE\warking\UKI ALUCP MeadHunt scope.2019-01-31.dccu
• Ukiah Municipal Airport
Land Use Compatibility Plan
Scope of Services
ALUCP is regulatory in nature and does not involve physical construction but does have indirect impacts.
Accordingly, CONTRACTOR shall analyze the environmental impacts associated with the UKIALUCP and
shall emphasize the issues associated with project implementation; specifically: noise, land use,
population and housing, and cumulative impacts.
CONTRACTOR shall document the results of the above analysis in an Initial Study structured in
accordance with CEQA requirements. Recognizing that the assessment will focus on where the new
UKIALUCP will increase restrictions on underlying land uses, CONTRACTOR anticipates that the
likelihood of significant displaced development to be low. CONTRACTOR expects that a Negative
Declaration incorporating the Initial Study will be sufficient to achieve CEQA compliance. If this should
prove not to be the case, then the Initial Study can serve as the basis for preparation of an Environmental
Impact Report (EIR) under a subsequent or amended contract agreement. CONTRACTOR shall submit
the CEQA document to the State Clearinghouse.
CONTRACTOR DELIVERABLES
▪ Discussion paper outlining the displacement results (pdf format).
• Draft Initial Study and Negative Declaration (pdf format).
▪ State Clearinghouse submittal package.
CITY RESPONSIBILITIES
▪ Review Discussion Paper and Draft Initial Study and provide comments to CONTRACTOR.
• Make CEQA document available on CITY website.
COUNTY RESPONSIBILITIES
▪ Review Discussion Paper and Draft Initial Study and provide comments to CONTRACTOR.
▪ Make CEQA document available on COUNTY/ALUC website and distribute public noticing of
document's availability as required by law.
Element 5. Review and Adoption
5.1 Presentation to ALUC
At the outset of the public review period, CONTRACTOR shall make a presentation to ALUC to describe
the draft UKIALUCP, its differences from the current plan, and major findings of the environmental review.
The ALUC meeting should be structured to allow public comment on the draft UKIALUCP and CEQA
document. Two additional trips are provided to present the draft UKIALUCP to joint meetings of 1) the
City Council and Board of Supervisors; and 2) the Ukiah Planning Commission and Mendocino County
Planning Commission..
5.2 Response to Comments
CONTRACTOR shall tabulate comments received on the draft UKIALUCP made during the ALUC
meeting or subsequently received in writing. CONTRACTOR shall include brief responses to each
comment and indicate recommended changes to the draft UKIALUCP. CONTRACTOR shall list
recommended revisions to the draft ALUCP in a formal Addendum.
Mead f lunt
Page 7
X 121122001190459.011CFEBworking`.UKI ALUCP.MeadHunt scope 2019-01-31 docx
• Ukiah Municipal Airport
Land Use Compatibility Plan
Scope of Services
5.4 Adoption by ALUC
CONTRACTOR shall make a presentation to the ALUC summarizing the comments received and
revisions proposed for the UKIALUCP at an ALUC hearing. Approval of the environmental document and
adoption of the UKIALUCP will require formal actions by ALUC. CONTRACTOR shall assist CITY and
COUNTY staff with preparation of the staff report and adopting documents for the approval of the
environmental document and adoption of the UKIALUCP.
5.5 Final ALUCP
After ALUC adopts the UKIALUCP, CONTRACTOR shall prepare a final version of the UKIALUCP
incorporating all the changes listed in the Addendum. CONTRACTOR shall provide CITY and COUNTY
with one hard copy each of the final plan and a CD containing all text, GIS maps, and other final
document material in their original digital file formats.
Element 6. Additional Services
While the deliverables and basic work effort required for the project are known, many times a need arises
for additional services. CONTRACTOR recommends that the work scope include a contingency budget of
at least five thousand dollars ($5,000) to cover unanticipated tasks.
Meader Iunt
Page 8
X:\2112200\190459.011CFEE\working UKJ ALUCP MeadHunt scope 2019-01-31 docx
ATTACHMENT B - CONTRACT #1819164
Attachment B
Ukiah Municipal Airport Land Use Compatibility Plan
Mead Hunt Protect budget
Jonuary 10, 2019
WORK PLAN
Ot9tt
LA101
COST
(01(05ES
TOTAL
PERCENT Of
TOTAL
Element l Prolam Management, Coordination, and Meatmp
529136
5574
519.110
24%
Element 2, Data C011enron and Compilation
524,674
521,674
20%
Element l: Draft ALUCP Preparation
636,320
SENIOR
PLANNER
535,920
29%
Element a.Environmental Impact Documentation
517 200
666
517,166
14%
Element 5: Revk et and Adoption
517,769
5162
$17,930
14%
LUMP SUM TOTAL
$124,196
5602
5125,000
100%
Element 6, Additional 5376001
— -
55.000
_
TOTAL
- $130,000.
Airport Layout Plan (ALP) and airspace plan lobe provided In AuIoCAD format by SCAS
Procossuq radar Fight tracks not included
CITY stall to provdo or caordinalo °blaming GIS land use and zoning data horn beam aganc es
Aortal photographs w+1 be provided by Ileo cianl, or used from publicly available databases
CITY or COUNTY/ALUC stall r0sponsibb for noticing Pubic Drag ALUCP and CEOA document
Only ono pubic c4culalon of CEOA documents is assumed
Only minor rovtsons anl<yalod t0 bo nodded l0 ALUCP drafts b address agony or pubec comments
Ono CONTRACTOR 5797! parson to a7lond meat rags and pr0vde ta06070a7 aput S. dOSool proem tops provided ((•hour day no ovomghl stay). Moet+ps 7542 uleoe a combnallon of PowarPonl and PDP onplays
CITY stat/ rospons:bb for arrargaq rooms n0lcuag projocl maebngs making ava lablo prolocl documonls and ovaral c0ord'nalan wtth ALUC Caltrans, alloctad agona9 and/or the public.
MuIt plo moobngs may be schodubd on same day whore loaslbio Add bona mooings roque og soparalo tops or ovornghI stays to bo charged agansl contingency task.
1A60R HOURS
TEAM
FAUCHER
34000/
DIEtt/HOOPER
THOMPSON
SEAM
ow./
ENGEISTAD
ER015/
METER
_
CLASSIFICATION
PRINCIPAL
SA. PROJECT
FANNER
MOIECT
MANAGER
SENIOR
PLANNER
MANNER
D
SENIOR
TECHNICIAN
ADMINISTRATIVE
ASSISTANT
1
RATE
5310
5236
5191
5165
5132
5144
5102
Element 1 Pr9iem Management, Criardktat2an, .04 Meetlnp
H
0
U
R
5
2
32
109
Dement 1.Oata CaaectIon and Compaat3an
5
12
24
96
24
3
Ekment 3 Draft AL1/CP Preparation
16
52
96
46
16
Element 4 EneFronenenW Impact Doamentadon
0
16
64
20
a
4200730015 Review and Adoption
16
32
32!
16
12
SUITOTALHCHJ5$
2
06
220
24
276
101
19
PERCENT Of TOTAL
0%
11%
21%
3%
36%
14%
5%
TOTAL HOURS:
1
761
Attachment 8
Ukiah Municipal Airport Land Use Compatibility Plan
Mead Hunt Project Budget
la naary 10 2019
Element 1. Project Management, Coordination, and Meetings
T0M
FAUCHER
MOOT/
DRTI/HOOPM
TH0* 30N
SMITH
DIAZ/
ENGELSTA0
UGH/MEYM
—
CUISHPKATION
PRINCIPAL
SR PROW
PIANN%
PROJECT
MN/AOM
SDAOR
KANN%
Karim
■
semi
M INOAN
AONNMfTRA71eE
3330110/7
RATE
$310
3221
813E
3132
1132
3141
3102
11 Pt to eat Adminnt sat ion 112 months;
12 Comdata, oo and tNeeanjs with Count2/11LUC(6 t7;
5
55,4N N
2
2
12
823_754 3
10
%
TOTAL HOURS!
2
32
mg
OMR WON COST'
_ 8320
$2.32
821,3N
BARON wAOTAL DOLLARS: I $29,2311
taad lamps)
5524
OTAL EXPENSES:
SS74
OWER
WON
COST
EXPENSES
TOTAL
ELEMENT 1 TOTAL
320.251
3374
S23t10
Attachment B
Ukiah Municipal Airport Land Use Compatibility Plan
Mead Hunt Project Bud/et
January 10 2018
TEAM
Element 2: Data Collection and Compilation CLASSIFICATION
2 1 104684 MeeonO (travel Labor/eapensn budgeted under Task 1 21
2 2 Alrpon and Land Use Data and MN1pin6
2 3 Activity FONosU and Noise Contours
2 4 Background Data Chapter
RATE
!VP
000
10,040
632
TOTAL HOS'
DatCOST,,
FAUCHER
PRINOPAL
10
140071
04Ei2/HOOPER
SR. PROJECT
PLANNER
$226
THOMPSOI
PROJECT
MANAGER
5114
4
SIAM
4
21
$2.316
WTI
SENIOR
MANNER
5165
OW/
ENGELSrAD
PSANNER
$132
24
3S,s6o
EROH/MF/ER
SENIOR
TTQ4FACL4N
5141
ADMINISTRATIVE
ASSISTANT
$102
l
40
32
8
3u.6n
2C
24
3ssz
WC* SUBTOTAL DOLLARS: i
324,174
ES
None
OTAL EXPENSES:
Element 3: Draft ALUCP Preparation
TEAM
EAUOI1R
BAOD8/
OETE/HOOPER
THOMP50N
SMITH
DIA2/
EN0EL5TA0
EAOH/METER
MSSINCA010N
PRINCIPAL
SA PROJECT
PLANNER
PROJECT
MANAGER
5681011
PLANNER
PLANNER
5ENI04
TECHMMW
ADMIMSTRATNE
ASSISTANT
RATE
3310
5226
5174
3165
5L32
3 1 Impact Idenuhcauon
3 2 Draft Potoe3 Chapter
3 3 General PIm Conuslency Redia.
34 Admm.tlrat4e Graft and Pod c Draft 46JALLCP
is n4
$7,066
$9. 159
113330
2
314
6
5102
e
6
2
4
16
40
:6
TOTAL HOURS
16
52
x
N 16
DIRECT LA1014 COST.
LABOR SUBTOTAL DOLLARS:
33,616
310.236
512.672
57.104 51,632
EASES
No^e
OTAL EXPENSES:
$35,320
DIRECT
CALOR
COST
EXPENSES
TOTAL
ELEMENT 3 TOTAL.
535.320 !
$35,320
DIRECT
LA10A
COST
EXPENSES
TOTAL
ELEMENT 1 TOTAL•
024,674
$24,674
Element 3: Draft ALUCP Preparation
TEAM
EAUOI1R
BAOD8/
OETE/HOOPER
THOMP50N
SMITH
DIA2/
EN0EL5TA0
EAOH/METER
MSSINCA010N
PRINCIPAL
SA PROJECT
PLANNER
PROJECT
MANAGER
5681011
PLANNER
PLANNER
5ENI04
TECHMMW
ADMIMSTRATNE
ASSISTANT
RATE
3310
5226
5174
3165
5L32
3 1 Impact Idenuhcauon
3 2 Draft Potoe3 Chapter
3 3 General PIm Conuslency Redia.
34 Admm.tlrat4e Graft and Pod c Draft 46JALLCP
is n4
$7,066
$9. 159
113330
2
314
6
5102
e
6
2
4
16
40
:6
TOTAL HOURS
16
52
x
N 16
DIRECT LA1014 COST.
LABOR SUBTOTAL DOLLARS:
33,616
310.236
512.672
57.104 51,632
EASES
No^e
OTAL EXPENSES:
$35,320
DIRECT
CALOR
COST
EXPENSES
TOTAL
ELEMENT 3 TOTAL.
535.320 !
$35,320
Attachment B
Ukiah Municipal Airport Land Use Compatibility Plan
Mead Hunt Protect Budget
TEAM FAUOIER
Element 4: Environmental Impact Documentation CIASSINCATION
RATE 5310
PRINCIPAL
1RODT)
DIET2/HOOPER
SR. PROJECT
PLANNER
Stu
THOMPSON
►�PROJECT
�
SW
SMITH
SEMOR
Ew
1a
01A7/
ENGCLSTAD
PLAINER
{172
131131IX:oiElEA
TICIONCLAN
3L44
ADMINISTRATIVE
ASSIST Ala
1101
4 1 D splactmeM Analysis
4 2 CEOA /ental Study/N1
SARI •
Se,E201
TOTAL HOURS.
4
31
31
DIRECT L4100 COST.
ti
1E1E4
IN
20
Von
pm*
LABOR SUBTOTAL DOUARS:
517,200
NUS
Poosng and SPipp na (State Clearinghouse Submit. )
S66
OTAL EXPENSES:
566
LEMENT 4 TOTAL
EHRECT
LAM00
COST
017200
L70PENSES
TOTAL
014
7,266
Element 5: Review and Adoption
TFAIY` FAUOIER
CLASSIFICATION pRIIIOIAI
AATE #310
5 1 Presentation to AMC hear& time/expenses budgeted under Task 1 21 SLAM
52 Response to Comments
5 3 Adoption by AIUC Have, time/expenses budgeted under Task 1 21 S1J74
5 e Final AIUCP 55,344
14,453
4M031
DIEWHOOPER
SRPROTECT
'CT
THOMPSON
PROJECT
eA*MGER
SMITH
61611
ENGOSTAO
16
MANNER
5132
1008/MEM
SENIOR
TECHMCWJ
3144
AOMIMSTRATNE
ASSISTANT
1101
2
TDTAL HOURS.
dRECT LABOR COST:
14
$3,316
16
32
56334
16
LE
6422
2
12
11.224
LABOR SUBTOTAL DOLLARS
S17,7611
0053
P, nt ng and SP,pp.ng IoM Iwdoopy each ler CITY and COUNTY/
OTAL EXPENSES:
5162
ELEMENT 5 TOTAL
DIRECT
WOR
COST
017,748
EXPENSES
5162
TOTAL
517,830