Loading...
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