Loading...
HomeMy WebLinkAbout2020-02-19 Packet ��ii aaidar�ram�ri °�0 �/�P111 %`rail U,ll NJrJG�P G City q, Ukiah ------------------------------------------------ City Council Special and Regular Meeting AGENDA Civic Center Council Chamber♦ 300 Seminary Avenue ♦ Ukiah, CA 95482 February 19, 2020 - 5:00 PM 1111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111UIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIUIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIl1, 5:00- BUDGET WORKSHOP a. Mid-year Budget Report and Mid-Year Departmental Budget and Objectives Progress Review for Fiscal Year 2019-20 and Review of Draft Objectives for Fiscal Year 2020-21. Recommended Action: Council to receive the mid-year budget report for fiscal year 2019-20 and review, consider, and discuss updates on stated objectives for the 2019-20 fiscal year. In addition, the Council will review preliminary draft objectives for the Fiscal Year 2020-21. Attachments: None 6:00- REGULAR MEETING 1. ROLL CALL 2. PLEDGE OF ALLEGIANCE 3. PROCLAMATIONS/INTRODUCTIONS/PRESENTATIONS 3.a. Proclamation of the Ukiah City Council Recognizing March as Women's History Month. Recommended Action:Issue a Proclamation of the Ukiah City Council recognizing March as Women's History Month. Attachments: 1. Proclamation - Women's History Month 2. Flyer- Women's History Gala 3.b. Proclamation Recognizing American Legion Lewis White Post 76 Centennial Day. Recommended Action:Issue a proclamation recognizing American Legion Lewis White Post 76 Centennial Day. Attachments: Page 1 of 7 1. Proclamation - Centennial Day 3.c. Presentation Regarding Growth of Transient Occupancy Tax Revenue Recommended Action:Receive presentation Attachments: 1. Flyer Ukiah TOT Increase 4. PETITIONS AND COMMUNICATIONS 5. APPROVAL OF MINUTES 5.a. Approval of the Minutes for the February 5, 2020, Regular Meeting. Recommended Action:Approve the Minutes of February 5, 2020, a Regular Meeting, as submitted. Attachments: 1. February 5, 2020, Draft Minutes 6. RIGHT TO APPEAL DECISION Persons who are dissatisfied with a decision of the City Council may have the right to a review of that decision by a court. The City has adopted Section 1094.6 of the California Code of Civil Procedure, which generally limits to ninety days(90)the time within which the decision of the City Boards and Agencies may be judicially challenged. 7. CONSENT CALENDAR The following items listed are considered routine and will be enacted by a single motion and roll call vote by the City Council. Items may be removed from the Consent Calendar upon request of a Councilmember or a citizen in which event the item will be considered at the completion of all other items on the agenda. The motion by the City Council on the Consent Calendar will approve and make findings in accordance with Administrative Staff and/or Planning Commission recommendations. 7.a. Report of Disbursements for the Month of January 2020. Recommended Action:Approve the Report of Disbursements for the Month of January 2020. Attachments: 1. January 2020 Summary of Disbursements 2. Account Codes for Reference 3. Object codes for Reference 4. January 2020 Disbursement Detail 7.b. Adoption of Resolution to Extend the Declaration of a Local Emergency Related to the 2019 Winter Storm Event. Recommended Action:Adopt Resolution to extend the declaration of a local emergency related to the 2019 winter storm events. Attachments: 1. Attachment 1_Local_Emergency_City_of_Ukiah Page 2 of 7 2. Attachment 2 Local Emergency City of Ukiah 3. Attachment 3 Local Emergency City of Ukiah 4. Attachment 4 Local Emergency City of Ukiah 5. Attachment 5 Local Emergency City of Ukiah 6. Attachment 6 - Local Emergency City of Ukiah 7. Attachment 7 Local Emergency City of Ukiah 8. Attachment 8 -Local Emergency City of Ukiah 9. Attachment 9 Local Emergency City of Ukiah 10. Attachment 10 Local Emergency City of Ukiah 11. Attachment 11 Local Emergency City of Ukiah 12. Attachment 12 Local Emergency City of Ukiah 13. Attachment 13 Local Emergency City of Ukiah 14. Attachment14 Local Emergency City of Ukiah 15. Attachment 15 Local Emergency City of Ukiah 7.c. Delegate City Manager Authority to Negotiate and Approve Assignment of the License Agreement with AT&T and Sublicense Agreements, Including an Agreement with Verizon Wireless for Ground Space Use. Recommended Action:Authorize the City Manager to negotiate and approve an assignment of the AT&T License Agreement for the Cell Tower and Equipment Shelter at the Civic Center to Octagon Towers, LLC and delegate authority to the City Manager to negotiate and approve sublicense agreements for cell tower space, including a proposed sublicense to Verizon Wireless, and to negotiate and execute an associated agreement with Verizon for ground space use. Attachments: 1. Verizon Site License Agreement DRAFT 2. ATT New Cingular Wireless Agreement 7.d. Approval of Notice of Completion for Northwestern Pacific Rail Trail Project Phase 3, Specification No. 18-04. Recommended Action: 1.Accept the work as complete. 2. Direct the City Clerk to file the Notice of Completion with the County Recorder for Northwestern Pacific Rail Trail Project Phase 3, Specification No. 18-04. Attachments: 1. Notice of Completion-Spec17-12 7.e. Adoption of Resolution Approving Records Destruction. Recommended Action:Adopt resolution authorizing the destruction of 44 boxes of outdated documents. Attachments: 1. Resolution with Exhibit A 7.f. Award a Three-Year Agreement for Electric Utility Line Tree Trimming throughout the City of Ukiah's Electric Utility System to Family Tree Resource, Inc. (EUD) Recommended Action: Waive the bid irregularity and award a three-year agreement for electric line tree trimming throughout the City of Ukiah's Electric Utility system to Family Tree Resource, Inc. Attachments: Page 3 of 7 1. Tree Trimming RFB 2. Wright Tree Bid 3. Family Tree Bid 4. Bid Results 2019-2020 Tree Trimming 7.g. Award the Purchase of a Manta All-In-One Protective Relay Tester to Associated Power Solutions, (APS) in the Amount of$63,794.88 (EUD). Recommended Action:Award the purchase of a Manta All-In-One Protective Relay Tester in the amount of$63,794.88 to Associated Power Solutions, (APS). Attachments: 1. Associated Power Solutions Bid 2. Bid Tab Relay Test Sets 7.h. Authorize the City Manager to Negotiate and Enter into an Agreement with the US Army Corps of Engineers for an Easement to Construct a Storage Facility on the Lake Mendocino Hydroelectric Plant Property. (EUD) Recommended Action:Authorize the City Manager to negotiate and enter into an Easement Agreement with the US Army Corps of Engineers (USACE)for the construction of a storage facility on the Lake Mendocino Hydro Plant property. Attachments: 1. Hydro Storage Building Easement 7.i. Authorize the City Manager to Execute a Municipal Lease Agreement with Financial Pacific Leasing, Inc., DBA Umpqua Bank Equipment Leasing & Finance, to Finance the Purchase of a Skeeter Type V Wildland Fire Engine, and Approve Corresponding Resolution. Recommended Action:Authorize the City Manager to execute a Municipal Lease Agreement with Financial Pacific Leasing, Inc., DBA Umpqua Bank Equipment Leasing & Finance, to finance the purchase of a Skeeter Type V Wildland Fire Engine, and approve corresponding Resolution. Attachments: 1. Resolution 2. City of Ukiah - Document Package 7.j. Update on Emergency Repair of Percolation Pond Levees at the Wastewater Treatment Plant, and Determine that Emergency Conditions Continue to Require the Repair of the Percolation Pond Levees. Recommended Action:Determine that emergency conditions continue to require the repair of the Percolation Pond Levees at the Wastewater Treatment Plant without competitive bidding. Attachments: 1. CC Reso 2019-56 - Approving Emergency Procurement RE Percolation Pond Levees (2) 8. AUDIENCE COMMENTS ON NON-AGENDA ITEMS The City Council welcomes input from the audience. If there is a matter of business on the agenda that you are interested in, you may address the Council when this matter is considered. If you wish to speak on a matter that is not on this agenda, you Page 4 of 7 may do so at this time. In order for everyone to be heard, please limit your comments to three(3) minutes per person and not more than ten (10) minutes per subject. The Brown Act regulations do not allow action to be taken on audience comments in which the subject is not listed on the agenda. 9. COUNCIL REPORTS 10. CITY MANAGER/CITY CLERK REPORTS 11. PUBLIC HEARINGS (6:15 PM) 12. UNFINISHED BUSINESS 12.a. Possible Adoption of Ordinance Amending City Parks and Recreation Facilities to Include the Great Redwood Trail and the Outdoor Grounds of the Civic Center. Recommended Action:Adopt an Ordinance amending Chapter 12, in Division 1 of the City Code to regulate use of the Great Redwood Trail and Outdoor Grounds of the Ukiah Civic Center as city parks. Attachments: 1. Great Redwood Trail Park Ordinance Redline 2. Great Redwood Trail Park Ordinance Clean 12.b. Award a Contract for the Downtown Streetscape and Road Diet, Specification #19-18, to Ghilotti Construction in the Amount of$6,448,215.95 and Approve Corresponding Budget Amendment. Recommended Action:Award a contract for the Downtown Streetscape and Road Diet, Specification#19-18 to Ghilotti Construction in the amount of$6,448,215.95 plus City Engineer approved change orders up to 10% of the original Bid, $644,822, for a total of$7,093,037.54 and associated budget amendment. Attachments: 1. Bid Results - Downtown Streetscape and Road Diet Project- Spec 1819-173 2. Ghilotti Bid - Streetscape Road Diet Project 3. Ukiah Streetscape - Opinion of Cost Breakdown - FINAL 12.c. Award a Contract for the Downtown Utility Upgrade and Electrical Underground, Specification #19-17 to Wahlund Construction Inc., in the amount of$3,934,856.50. Recommended Action:Award a contract for the Downtown Utility Upgrade and Electrical Underground, Specification#19-17 to Wahlund Construction Inc. in the amount of$3,934,856.50, plus City Engineer approved change orders up to 10% of the original Bid$393,486 for a total of and associated budget amendment$4,328,342. Attachments: 1. Bid Results - Spec 2019-17 Downtown Utility Upgrade & Electric Undergrounding 2. Wahlund Bid - Spec 2019-17 13. NEW BUSINESS 13.a. Receive Updates on City Council Committee and Ad Hoc Assignments, and, if Necessary, Page 5 of 7 Consider Modifications to Assignments and/or the Creation/Elimination of Ad Hoc(s). Recommended Action:Receive report(s). The Council will consider modifications to committee and ad hoc assignments along with the creation/elimination ad hoc(s). Attachments: 1. 2020 City Council Special Assignments 14. CLOSED SESSION - CLOSED SESSION MAYBE HELD AT ANYTIME DURING THE MEETING 14.a. Conference with Legal Counsel—Anticipated Litigation (Government Code Section 54956.9(d)) A. Initiation of litigation pursuant to paragraph (4) of subdivision (d) of Government Code Section 54956.9: (Number of potential cases: 1.) B. Significant exposure to litigation pursuant to paragraph (2) or (3) of subdivision (d) of Section 54956.9: (Number of potential cases: 1) Recommended Action: Confer in Closed Session Attachments: None 14.b. Conference with Legal Counsel—Anticipated Litigation (Government Code Section 54956.9(d))Significant exposure to litigation pursuant to Government Code Section 54956.9(d)(2) (Number of potential cases: 2) Recommended Action: Confer in Closed Session Attachments: None 14.c. Conference with Legal Counsel — Existing Litigation (Government Code Section 54956.9(d)(1)) Name of case: Vichy Springs Resort v. City of Ukiah, Et Al; Case No. SCUK-CVPT-2018-70200 Recommended Action: Confer in Closed Session Attachments: None 14.d. Conference with Legal Counsel — Existing Litigation (Cal. Gov't Code Section 54956.9(d)(1)) Name of case: City of Ukiah v. Questex, LTD, et al, Mendocino County Superior Court, Case No. SCUK- CVPT-15-66036 Recommended Action: Confer in Closed Session Attachments: None 14.e. Conference with Real Property Negotiators (Cal. Gov't Code Section 54956.8) Property: APN Nos: 002-192-14-00 (280 E. Standley) Negotiator: Sage Sangiacomo, City Manager; Negotiating Parties: Onetogether Solutions Under Negotiation: Price &Terms of Payment Recommended Action: Confer in Closed Session Attachments: None Page 6 of 7 14.f. Conference with Labor Negotiator(54957.6) Agency Representative: Sage Sangiacomo, City Manager Employee Organizations: All Bargaining Units Recommended Action: Confer in Closed Session Attachments: None 15. ADJOURNMENT Please be advised that the City needs to be notified 72 hours in advance of a meeting if any specific accommodations or interpreter services are needed in order for you to attend. The City complies with ADA requirements and will attempt to reasonably accommodate individuals with disabilities upon request. Materials related to an item on this Agenda submitted to the City Council after distribution of the agenda packet are available for public inspection at the front counter at the Ukiah Civic Center, 300 Seminary Avenue, Ukiah, CA 95482, during normal business hours, Monday through Friday, 8:00 am to 5:00 pm. I hereby certify under penalty of perjury under the laws of the State of California that the foregoing agenda was posted on the bulletin board at the main entrance of the City of Ukiah City Hall, located at 300 Seminary Avenue, Ukiah, California, not less than 72 hours prior to the meeting set forth on this agenda. Page 7 of 7 Agenda Item No: a. MEETING DATE/TIME: 2/19/2020 ITEM NO: 2020-300 dl� tiuU h 0 � - Uki AGENDA SUMMARY REPORT SUBJECT: Mid-year Budget Report and Mid-Year Departmental Budget and Objectives Progress Review for Fiscal Year 2019-20 and Review of Draft Objectives for Fiscal Year 2020-21. DEPARTMENT: Finance PREPARED BY: Daphine Harris, Management Analyst PRESENTER: Dan Buffalo, Finance Director and Daphine Harris, Finance Management Analyst. ATTACHMENTS: None Summary: Council will receive a presentation that will cover the financial activities and position of all City governmental and proprietary (enterprise and internal service) funds through December 31, 2019. Council also will receive updates from select departments on 2019-20 accomplishments and future objectives. These departments include City Manager's Office, Community Development, and Electric. Background: Regular reporting on the financial results of the City is a standing objective for the Finance Department. This presentation is designed to be brief but informative, reporting on the financial activities - including budget-to-actual results - and ending positions of all City governmental and proprietary funds as of December 31, 2019. As part of the mid-year review of the current budget year and development of the budget for next year, each City department scheduled for presentation will present their individual budget information through December 31, 2019, progress on stated budget objectives for the current year, and plans for the next fiscal year and beyond. Every department has been scheduled and will present over the course of February, March and April. Discussion: Departments presenting at this meeting are the City Manager's Office, Community Development and Electric Utility Department. The mid-year summary can be found on the OpenGov platform link: 2019-20 Second Quarter Report: .https://stories.opengov.com/ukiahca/published/iF8oO5DnR Midyear Review of 2019-20 Department Objectives and Accomplishments and Review of Draft 2020-21 Department Objectives (Note- This is an active draft document and departments will continue to make minor revisions through 2/18): https://stories.ppengov.com/ukiahcg/published/inP-Gb9-0 Recommended Action: Council to receive the mid-year budget report for fiscal year 2019-20 and review, Page 1 of 2 Page 8 of 479 consider, and discuss updates on stated objectives for the 2019-20 fiscal year. In addition, the Council will review preliminary draft objectives for the Fiscal Year 2020-21. BUDGET AMENDMENT REQUIRED: N/A CURRENT BUDGET AMOUNT: N/A PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: Dan Buffalo, Finance Director Approved s rnrt N l�u�nagr Page 2 of 2 Page 9 of 479 Agenda Item No: 3.a. MEETING DATE/TIME: 2/19/2020 ITEM NO: 2020-291 ary c Ukiah . .,,,.,I,.,.,,,«„«„«„«„«„«„«„«„«„«„«„«„«„«„«„«„«„«„«„«„«„«„«„«„«„«„«„«„«„«„«„«„«„«„«„« AGENDA SUMMARY REPORT SUBJECT: Proclamation of the Ukiah City Council Recognizing March as Women's History Month. DEPARTMENT: City Clerk PREPARED BY: Kristine Lawler, City Clerk PRESENTER: Councilmember Mulheren. ATTACHMENTS: 1. Proclamation - Women's History Month 2. Flyer- Women's History Gala Summary: Council to issue a proclamation recognizing March as Women's History Month. Background: The City celebrates and honors women and their contribution to our community annually during the month of March. In March of 1983, the first Women's History Gala Celebration in Mendocino County was held at the Anderson Valley High School. Thereafter, each year it has been held in the City of Ukiah with the March 1st Celebration marking its 37th anniversary. Discussion: At the February 19, 2020, Regular Meeting, the City Council will issue a Proclamation (Attachment 1) recognizing March as Women's History Month. Additionally, the public is invited to attend the 37th Annual Women's History Gala Celebration on March 1st at 12:30 p.m. at the Saturday Afternoon Clubhouse, 107 S. Oak Street, Ukiah (Attachment 2). Women honored who embody this year's theme, "Visionary Women: Champions of Peak and Nonviolence" are Antonina "Annie" Esposito, Maggie Norton, and Madge Strong. The program will be highlighted with poetry and song to include past and present women Ukiah Poets Laureate: Linda Noel, Theresa Whitehill, and Roberta Werdinger and music groups: Breath, Inland Valley Women's Chorus, Raging Grannies, and Rhapsodiva as well as story dancer, Nori Dolan. Refreshments and a Silent Auction will complete the program. Everyone is welcome. Recommended Action: Issue a Proclamation of the Ukiah City Council recognizing March as Women's History Month. BUDGET AMENDMENT REQUIRED: N/A CURRENT BUDGET AMOUNT: N/A PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: Councilmember Mulheren and Lynda McClure, Chair- 37th Annual Women's History Gala Celebration prbA . . s O S � � Page 1 of 2 Page 10 of 479 Page 2 of 2 Page 11 of 479 ATTACHMENT 1 n�WNJLAMATION CITY OF UKIAH RECOGNIZING MARCH 2O20 AS "WOMEN'S HISTORY MONTH" IN THE CITY OF UKIAH WHEREAS,in March 1983 the first Women's History Gala Celebration in Mendocino County was held in the Anderson Valley High School, thereafter, each year it has been held in the City of Ukiah, the seat of Mendocino County, with the celebration this year marking its 37th anniversary;and WHEREAS, the Mendocino Women's Political Coalition (MU/'PC) and the American Association of University Women-Ukiah are the co-sponsors of the Women's History Gala Celebration to take place on Sunday, March 1, 2020 at the Saturday Afternoon Clubhouse. The public is invited to attend; and WHEREAS, the aforementioned women's organizations continue to work to increase and acknowledge the roles of women at all levels of community and public service, and to become knowledgeable about issues that affect their equality and to foster networks that extend and expand the creative,social,and political strength of women;and WHEREAS,promoting and celebrating the equality and achievements of all women continue to be at the core of the 2020 celebration of Women's History Month,the tradition of the annual Women's History Gala Celebration is to recognize and honor particular women who exemplify each year's designated theme for contributions in their communities through their fields of work;and WHEREAS, "Valiant Women of the Vote" is the theme for this year's event celebrating the women who have fought for a woman's right to vote in the United States and the 100th year passage of the 19th amendment to the United States Constitution officially giving women that right. The 2020 theme also recognizes the intersecting forms of discrimination women have faced,and continue to face,throughout American history and celebrates the diverse women who have fought,and continue to fight,discrimination at all level and in all forms;and WHEREAS,the women to be honored at the 37th Annual Women's History Gala Celebration who embody this year's theme are Jackie Orozco, Barbara Bristol and Carrie Durkee with each being recognized for their work of strengthening the vote. THEREFORE BE IT RESOLVED that the City Council of the City of Ukiah, hereby proclaims March 2020,as. "Women 'Is History Month in Mendocino County" Signed and sealed, this 19"' day of February in the year Two Thousand and Twenty. Douglas F. Crane City Council, Mayor Page 12 of 479 ATTACHMENT 2 SAVE THE DATE * SAVE THE DATE * SAVE THE DATE SUNDAY, MARCH 1, 2020 at the Saturday Afternoon Clubhouse in Ukiah (Doors open at noon; program from 1 - 2:30) 37th ANNUAL WOMENS HISTORY GALA "VALIANT WOMEN OF THE VOTE" Women's History Month began as a local celebration in Santa Rosa, California. The Education Task Force of the Sonoma County (California) Commission on the Status of Women started the "Women's History Week" celebration in 1978. The organizers picked the week of March 8 to correspond with International Women's Day. The movement spread across the country as other communities initiated their own Women's History Week celebrations the following year. (from womenshistor or ) W,6, ENS- The Mendocino Women's Political Coalition will hold its 37th °� Y annual celebration of women. 2019 marked the centennial a of women risking their well-being to win the right to Vote; and the National Women's History Alliance designated this March's events: Valiant Women of the Vote. 100 years later WOMEN VOTE AND HOLDi� ��4 In the Mendocino gala look for inspiring essays from our OFFICE young women students on the importance of women's right � to Vote. Several Mendocino women will be recognized for �'U��O their work strengthening the Vote - please stay tuned for '1111111111, information on how to nominate your local She-ro. And, of w / course, local women singers and musicians will infuse the gala � ���, �� j with song. po.slcr, 1907 1918o ourlcs. (�f�,Sr�I��r,.s1a,�;r�r t�bl'(10r�l Page 13 of 479 Agenda Item No: 3.b. MEETING DATE/TIME: 2/19/2020 ITEM NO: 2020-292 dl� tiuU h 0 ) - Uki AGENDA SUMMARY REPORT SUBJECT: Proclamation Recognizing American Legion Lewis White Post 76 Centennial Day. DEPARTMENT: City Clerk PREPARED BY: Kristine Lawler, City Clerk PRESENTER: Mayor Crane ATTACHMENTS: 1. Proclamation - Centennial Day Summary: The City Council will consider issuing a proclamation recognizing American Legion Lewis White Post 76 Centennial Day. Background: American Legion Lewis White Post 76 has been a staunch advocate for veterans and their families since 1920. The American Legion was founded on the four pillars of care for veterans, a strong national defense, Americanism, and children and youth. The American Legion has played a leading role in initiatives and breakthroughs that have affected the lives of Americans in every community, from U.S. Flag Code to the GI Bill. Lewis White Post 76 has fulfilled the Legion's mission since 1920 through programs such as: Annual sponsorship of two high school boys to attend a week long "Boys State" American govt. educational camp; Two college scholarships of$500; Contribution to our"Ukiah Veterans Emergency Fund;" Contribution of financial support and adult leadership to our local Scouting program in support of local scout units; Support for the "State Street Flags" program; Patriotic Holiday ceremonies and events; and Local school patriotic history and flag etiquette instruction Discussion: In honor of Post 76, which is celebrating its centennial in 2020, the City Council will consider issuing a proclamation (Attachment 1) recognizing American Legion Lewis White Post 76 Centennial Day. Recommended Action: Issue a proclamation recognizing American Legion Lewis White Post 76 Centennial Day. BUDGET AMENDMENT REQUIRED: N/A CURRENT BUDGET AMOUNT: N/A PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: Mayor Crane and Ralph Paulin, Commander. prbA . . s O S � � Page 1 of 2 Page 14 of 479 Page 2 of 2 Page 15 of 479 • oc amatlon CITY OF UKIAH CENTENNIAL DAY PROCLAMATION WHEREAS, American Legion Lewis White Post 76 has been a staunch advocate for veterans and their families since 1920; and WHEREAS, The American Legion was founded on the four pillars of care for veterans, a strong national defense, Americanism, and children and youth; and WHEREAS, The American Legion has played a leading role in initiatives and breakthroughs that have affected the lives of Americans in every community, from U.S. Flag Code to the GI Bill; and WHEREAS, Lewis White Post 76 has fulfilled the Legion's mission since 1920 through programs such as: Annual sponsorship of 2 high school boys to attend a week long "Boys State" American govt. educational camp; Two college scholarships of $500; Contribution to our "Ukiah Veterans Emergency Fund" ; Contribution of financial support and adult leadership to our local Scouting program in support of local scout units ; Support for the "State Street Flags" program; Patriotic Holiday ceremonies and events; and Local school patriotic history and flag etiquette instruction; and WHEREAS, Post 76 is celebrating its centennial in 2020. THEREFORE BE IT RESOLVED, I Douglas Crane, Mayor of the City of Ukiah, California, do hereby proclaim March 1, 2020 as "American Legion Lewis White Post 76 Centennial Day. Signed and sealed, this 19"1 day of February in the year Two Thousand and Twenty. Douglas F. Crane City Council, Mayor Page 16 of 479 Agenda Item No: 3.c. MEETING DATE/TIME: 2/19/2020 ITEM NO: 2020-302 dl� tiuU h 0 � - Uki AGENDA SUMMARY REPORT SUBJECT: Presentation Regarding Growth of Transient Occupancy Tax Revenue DEPARTMENT: Economic Development PREPARED BY: Shannon Riley, Deputy City Manager PRESENTER: Shannon Riley, Deputy City Manager ATTACHMENTS: 1. Flyer Ukiah TOT Increase Summary: Due in large part to the efforts of Ukiah's visitor attraction program, the Transient Occupancy Tax revenue in Ukiah has tripled. City Staff will provide a summary of the dramatic growth of the tourism industry in Ukiah. Background: In 2007, Ukiah residents voted to increase the transient occupancy tax (TOT) from 8% to 10% in order to create a mechanism for funding the promotion of tourism to the Ukiah area. The Chamber of Commerce was designated as the administrative agency for those funds until 2011, when City of Ukiah staff assumed responsibility for the program, along with a task force of community volunteers who represent various segments of the tourism industry. At that time, the program was named "Visit Ukiah." Staff led extensive branding research and discovery efforts, as well as the development of a visitor-oriented website and event calendar, brochures, maps and more. Advertisements were strategically placed in magazines and visitor guides, and the Ukiah area was represented as trade shows for tourism, outdoor recreation, wedding destinations, and more. Discussion: The result of these efforts have been tremendous. Since 2011, TOT revenue has tripled, earning over$1.5 million for the City's General Fund and nearly $200,000 per year for the Grace Hudson Museum and the Visit Ukiah program. 2019's revenue was 26% higher than the prior year and the largest increase to date. The remarkable growth of Ukiah's tourism market is noteworthy, and has significantly outperformed other local and regional markets. (See Attachment 1 for additional info.) Though TOT revenue is tracked through the lodging establishments within the city limits only, tourism produces an expansive multiplier effect within the community; restaurants, gas stations, retail shops, business services and more also benefit from increased tourism. In fact, in Mendocino County, the tourism industry employs roughly 6,900 people and generates $482.2 million in travel spending. The strength of Ukiah's tourism base is its diversity. The weekday traffic is largely composed of business travel, which is nearly as heavy as the weekend leisure travel. This is largely because Ukiah is an ideal hub for businesses that have Bay Area, Sacramento area, coastal and north county presences; the Conference Center is the epicenter for these gatherings and a critical asset for Ukiah. At the same time, leisure tourism has expanded rapidly, as has Ukiah's reputation as a wedding destination. In July of 2019, after roughly 18 months of strategic discussions and community input, City Staff worked to transition the Visit Ukiah program to the Greater Ukiah Business and Tourism Alliance—the merger of the Ukiah Main Street Program, the Greater Ukiah Chamber of Commerce, and Visit Ukiah. Staff remains Page 1 of 2 Page 17 of 479 involved in the board and in the general oversight of the program. While no longer managing the day-to-day operations of Visit Ukiah, City of Ukiah Economic Development Staff will continue to play an active role in developing and improving the lodging and tourism industry in Ukiah. Recommended Action: Receive presentation BUDGET AMENDMENT REQUIRED: N/A CURRENT BUDGET AMOUNT: N/A PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: N/A Approved . u44 Page 2 of 2 Page 18 of 479 Attachment> w N, .. . .1 (11")CCICIXIA �J 1iki•ah s Transient: lJ C) cuprancy Tax(TOT)program Visit Ukiah,delivers results. RevenuesMoll have more than tripled Since the program was created,and are now eneratin nearly $2 "�•��°' million per year.The largest year-over-year increase was last year,at a staggering 26%. I- Ukiah Trans ient Occupancy Tax Revenue 4 ^ pp, a ! �I $1,500,000 $1..,000,000 $500,000 $0 2009 201.0 201..1.. 201..2 201..3 201..4 201..5 201..6 201..7 201..8 201..9 11"1^ 11111° .DiIU p1f @ 1:Als: II w I"AV.II di I,s)" � '1 I"NI I Y I I.."NI G I..I.."NI " II,lIL^ III. � II,lII .V"llll II IIIL��II:^ II II^"IL^":IL��� `".V" vllII NIl::OCIIINOCU:I NTV While the City tracks TOT through just lodging receipts,the benefits of a thriving tourism faro I II U,1l 0 11 industry are far more widespread. The chart below depicts where travel dollars are spent in addition to lodging in Mendocino County. Total travel spending in County Mendocino County Travel Spending by Industry Segment $43.117 ri'. lal:moin. State and Local tax revenue AC':rom YYiod,itll ins hnrt:y„Erut.&II"te�:. , oo Residents e nuttnloy°a3 in the Food^,ewlce hospitality industry IFarod S:reon's L,Kaal IIan &(,as � 'ti�'kShtlUhe4a7,ty^ � 6 t,I M $60M nc)an aGaca0M nazcian i•lcnm l'ri //// F 4rby 1 �r cult. Page 19 of 479 AGENDA ITEM 5a CITY OF UKIAH CITY COUNCIL MINUTES Regular Meeting CIVIC CENTER COUNCIL CHAMBERS 300 Seminary Avenue Ukiah, CA 95482 February 5, 2020 6:00 p.m. 1. ROLL CALL Ukiah City Council met at a Regular Meeting on February 5, 2020, having been legally noticed on January 31, 2020. Mayor Crane called the meeting to order at 6:00 p.m. Roll was taken with the following Councilmembers Present: Maureen Mulheren, Jim O. Brown, Stephen G. Scalmanini, Juan V. Orozco, and Douglas F. Crane. Staff Present: Dan Buffalo, Finance Director (Pro-tern City Manager); David Rapport, City Attorney; and Kristine Lawler, City Clerk. MAYOR CRANE PRESIDING. 2. PLEDGE OF ALLEGIANCE The Pledge of Allegiance was led by Vice Mayor Orozco. 3. PROCLAMATIONS/INTRODUCTIONS/PRESENTATIONS a. 2019/20 Ukiah On Ice; Presentation and Sponsor Appreciation. Presenter: Jake Burgess, Recreation Supervisor. Presentation was received and certificates of appreciation distributed. b. Presentation Regarding the Status of the Great Redwood Trail — Ukiah. Presenter: Tim Eriksen, Public Works Director/City Engineer. Public Comment: Presentation was received. c. Presentation of City's Audited Comprehensive Annual Financial Report (CAFR) and Audit Reports for the Year Ended June 30, 2019 Presenter: Dan Buffalo, Finance Director. Presentation was received. 4. PETITIONS AND COMMUNICATIONS 5. APPROVAL OF MINUTES a. Approval of the Minutes for the January 15, 2020, Regular Meeting. b. Approval of the Minutes for the January 16, 2020, Special Meeting. c. Approval of the Minutes for the January 29, 2020, Special Meeting. d. Approval of the Minutes for the January 29, 2020, Special Joint Meeting with Planning Commission. Page 1 of 4 Page 20 of 479 :' ii.4. :"ou.�u�°n�;ul 1 1 iru u.�i�,s tl°o IC: Ilcru.�air 2020, Coir, i iru u&�t� Motion/Second: Brown/Mulheren to approve Minutes of January 15, 2020, a regular meeting, Minutes of January 16, 2020, a special meeting, Minutes of January 29, 2020, a special meeting, and Minutes of January 29, 2020, a special joint meeting with Planning Commission, as submitted. Motion carried by the following roll call votes: AYES: Mulheren, Brown, Scalmanini, Orozco, and Crane. NOES: None. ABSENT: None. ABSTAIN: None. 6. RIGHT TO APPEAL DECISION 7. CONSENT CALENDAR a. Report of Disbursements for the Month of December 2019—Finance. b. Approve Amendment 2 (COU No. 1819-165-A2) to Melton Design Group Landscape Architects & Planners Riverside Professional Services Agreement for the Riverside Park Regeneration Project— Community Services. c. Report of Disposition of Surplus Materials, Used Equipment, and Supplies—Finance. d. Approve Budget Amendments for the Advanced Planning Fund 315 for Expenditures Related to the State of California Department of Housing and Community Development Senate Bill 2 Planning Grants Program —Finance. e. Adoption of Resolution (2020-08) Approving Records Destruction — City Clerk. f. Award Purchase Order for Schloss Pin Rack Assembly to Smith & Loveless, Inc., Lenexa KS, in the amount of $65,761.07 for Parts to Repair the Bar Screen Assembly at the Wastewater Treatment Plant— Water Resources. g. Notification of Emergency Purchase to Rain for Rent of Woodland, CA for Pumps, Pipe and Miscellaneous Item for the Discharge of Effluent at the Wastewater Treatment Plant in the Amount of$38,302.26 and Authorize Additional Monthly Rentals — Water Resources. h. Adoption of an Ordinance to Adopt the 2019 California Fire Code as Amended —Fire. ORDINANCE NO. 1198 ORDINANCE OF THE CITY COUNCIL OF THE CITY OF UKIAH AMENDING DIVISION 6, CHAPTER 3, ARTICLES 1, 2, AND 3, OF THE UKIAH CITY CODE, ENTITLED: FIRE PREVENTION CODE, TO ADOPT THE 2019 EDITION OF THE CALIFORNIA FIRE CODE, INCLUDING ADDITIONS OR AMENDEMENTS, AS WELL AS NFPA 1 CHAPTER 38 THERETO TO ADDRESS LOCAL CONDITIONS. i. Consideration of Awarding Bid for Purchase of Four (4) Cisco 9300 and One(1) Cisco 9200 Switch and Accessories in the Amount of $54,399.33 from SHI International — Information Services. j. Consideration of Awarding Bid for Purchase of One (1) 2020 Dodge Durango Pursuit AWD and Up Fitting Service and Accessories in the Amount of$55,361.68 from Thurston CJDR —Police. k. Update on Emergency Repair of Percolation Pond Levees at the Wastewater Treatment Plant, and Determine that Emergency Conditions Continue to Require the Repair of the Percolation Pond Levees— Water Resources. Page 2 of 4 Page 21 of 479 :' ii.4. :"ou.�u�°n�;ul 1 1 iru u.�i�,s tl°o IC: Ilcru.�air 2020, Coir, i iru u&�t� Motion/Second: Brown/Mulheren to approve Consent Calendar Items 7a-7k, as submitted. Motion carried by the following roll call votes: AYES: Mulheren, Brown, Scalmanini, Orozco, and Crane. NOES: None. ABSENT: None. ABSTAIN: None. 8. AUDIENCE COMMENTS ON NON-AGENDA ITEMS Public Comment: Raymond Chadwick — Measure A; and John McCowen, Mendocino County 2na District Supervisor— Marbut Report and homeless issue. 9. COUNCIL REPORTS Presenters: Councilmembers Scalmanini and Brown. 10. CITY MANAGER/CITY CLERK REPORTS No reports were received. 11. PUBLIC HEARINGS (6:15 PM) 12. UNFINISHED BUSINESS 13. NEW BUSINESS a. Possible Introduction by Title Only of Ordinance Amending City Parks and Recreation Facilities to Include the Great Redwood Trail and the Outdoor Grounds of the Civic Center. Presenter: Darcy Vaughn, Assistant City Attorney. Public Comment: John McCowen, Mendocino County 2nd District Supervisor. Motion/Second: Mulheren/Brown to introduce the revised Ordinance and discussed modification — to amend section19.66 Q to state, "The Great Redwood Trail: situated within the city limits within the easement granted by the North Coast Railroad Authority — by title only, with a one-year review. Motion carried by the following roll call votes: AYES: Mulheren, Brown, Scalmanini, Orozco, and Crane. NOES: None. ABSENT: None. ABSTAIN: None. City Clerk, Kristine Lawler, read the following Ordinance title into the record: ORDINANCE OF THE CITY COUNCIL OF THE CITY OF UKIAH AMENDING CHAPTER 12 IN DIVISION 1 OF THE CITY CODE TO REGULATE USE OF THE GREAT REDWOOD TRAIL AS A CITY PARK. Motion/Second: Mulheren/Brown to introduce the revised Ordinance amending Chapter 12, in Division 1 of the City Code to regulate use of the Great Redwood Trail and Outdoor Grounds of the Ukiah Civic Center as city parks. Motion carried by the following roll call votes: AYES: Mulheren, Brown, Scalmanini, Orozco, and Crane. NOES: None. ABSENT: None. ABSTAIN: None. b. Receive Updates on City Council Committee and Ad Hoc Assignments and, if Necessary, Consider Modifications to Assignments and/or the Creation/Elimination of Ad hoc(s). No reports were received. 14. CLOSED SESSION a. Conference with Legal Counsel—Anticipated Litigation (Government Code Section 54956.9(d)) A. Initiation of litigation pursuant to paragraph (4) of subdivision (d) of Government Code Section 54956.9: (Number of potential cases: 1.) Page 3 of 4 Page 22 of 479 Cii.". �"ou.�u�°n�Jull 1 1 iru u.�i�,s tl°o IC: Ilcru.�air 2020, Coir, i iru u&Jug B. Significant exposure to litigation pursuant to paragraph (2) or (3) of subdivision (d) of Section 54956.9: (Number of potential cases: 1) b. Conference with Legal Counsel—Anticipated Litigation Government Code Section 54956.9(d)(2) Significant exposure to litigation pursuant to Government Code Section 54956.9(d)(2) (Number of potential cases: 2) c. Conference with Legal Counsel — Existing Litigation (Government Code Section 54956.9(d)(1)) Name of case: Vichy Springs Resort v. City of Ukiah, Et Al, Case No. SCUK-CVPT-2018-70200 d. Conference with Legal Counsel — Existing Litigation (Cal. Gov't Code Section 54956.9(d)(1)) Name of case: City of Ukiah v. Questex, LTD, et al, Mendocino County Superior Court, Case No. SCUK- CVPT-15-66036 e. Conference with Real Property Negotiators (Cal. Gov't Code Section 54956.8) Property: APN Nos: 002-273-19-00 and 002-273-30-00 Negotiator: Sage Sangiacomo, City Manager; Negotiating Parties: Bank of America Under Negotiation: Price &Terms of Payment f. Conference with Real Property Negotiators (Cal. Gov't Code Section 54956.8) Property: APN Nos: 002-192-14-00 (280 E. Standley) Negotiator: Sage Sangiacomo, City Manager; Negotiating Parties: Onetogether Solutions Under Negotiation: Price &Terms of Payment g. Conference with Labor Negotiator(54957.6) Agency Representative: Sage Sangiacomo, City Manager Employee Organizations: All Bargaining Units No report out was received. 15. ADJOURNMENT There being no further business, the meeting adjourned at 7:31 p.m. Kristine Lawler, City Clerk Page 4 of 4 Page 23 of 479 Agenda Item No: 7.a. MEETING DATE/TIME: 2/19/2020 ITEM NO: 2019-82 dl� tiuU h 0 � - Uki AGENDA SUMMARY REPORT SUBJECT: Report of Disbursements for the Month of January 2020. DEPARTMENT: Finance PREPARED BY: Candice Rasmason, Accounts Payable PRESENTER: Consent Item ATTACHMENTS: 1. January 2020 Summary of Disbursements 2. Account Codes for Reference 3. Object codes for Reference 4. January 2020 Disbursement Detail Summary: The Council will review and approve the Report of Disbursements for the month of January 2020. Background: Payments made during the month of January 2020 are summarized on the Report of Disbursements. Further detail is supplied on the Schedule of Bills, representing the five (5) individual payment cycles within the month. Accounts Payable Check Numbers (City & UVFA): 3036281-3036309; 3036310-3036439; 3036440-3036607; 3036608-3036700; 3036701-3036792 Accounts Payable Wire Transfers: N/A Payroll Check Numbers: 507724-507765; 507766-507798; 507799-507821 Payroll Manual Check Numbers: N/A Direct Deposit Numbers: 96715-96938; 96939-97162; 97163-97375 Manual Direct Deposit Numbers: N/A Void Check Numbers: 3035808, 3036288, 3028839 Void Direct Deposit Numbers: N/A Discussion: This report is submitted in accordance with Ukiah City Code Division 1, Chapter 7, Article 1. Attachment#1: January 2020 Summary of Disbursements Attachment#2: Account Codes for Reference Attachment#3: Object Codes for Reference Attachment#4: January 2020 Disbursement Detail Page 1 of 2 Page 24 of 479 Recommended Action: Approve the Report of Disbursements for the Month of January 2020. BUDGET AMENDMENT REQUIRED: N/A CURRENT BUDGET AMOUNT: N/A PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: N/A Approved rnrt N l�u�nagr Page 2 of 2 Page 25 of 479 CITY OF UKIAH Attachment 1 REPORT OF DISBURSEMENTS REGISTER OF PAYROLL AND DEMAND PAYMENTS FOR THE MONTH OF JANUARY FUNDS: 100 General Fund $397,559.84 700 Sanitary Disposal Site Fund $32,353.72 105 Measure S General Fund 701 Landfill Corrective Fund 110 Special General Fund 702 Disposal Closure Reserve Fund 120 Streets Capital Improvement $74,157.22 704 Post Closure Fund-Solid Waste $0.00 201 Worker's Comp Fund $302,635.28 720 Golf Fund $3,633.48 202 Liability Fund 730 Confernence Center Fund $8,483.67 203 Garage Fund $5,289.17 750 Visit Ukiah $32,437.00 204 Purchasing Fund $4,117.38 777 Airport Fund $44,104.55 205 Billing&Collections Fund $22,853.59 778 Airport Capital Improvement Fund $2,344.00 206 Public Safety Dispatch Fund $5,182.29 779 Special Aviation Fund 207 Payroll Posting Fund $273,378.12 800 Electric Fund $979,712.56 208 Building Maintenance/Corp Yard Fund $29,234.48 801 Electric Capital Reserve Fund $16,517.79 209 IT Fund $22,612.44 803 Lake Mendocino Bond Reserve 220 Equipment Reserve Fund 805 Street Lighting Fund $9,085.32 249 City Housing Bond Proceeds $0.00 806 Public Benefits Fund $8,612.43 250 Special Revenue Fund $95.76 807 Electric Capital&Trade Fund 251 Special Projects Reserve Fund 820 Water Fund $95,639.41 253 CITY PROP 172 $6,632.37 822 Water Capital Improvement Fund $55,412.22 300 Park Development Fund 830 Recycled Water Fund $81,987.26 301 Anton Stadium Fund $0.00 840 City/District Sewer Fund $203,316.76 302 Observatory Park Fund 841 Sewer Contruction Fund 304 Swimming Pool Fund $0.00 843 Sewer Capital Fund 305 Riverside Park Fund $0.00 900 Special Deposit Trust $12,522.99 306 Skate Park Fund $0.00 901 General Service(Accts Recv) $2,481.21 310 Museum Grants 902 U.S.W.Billing&Collection $45,784.13 311 Alex Rorbaugh Recreation Center Fund $3,612.54 903 Public Safety-AB 109 $0.00 312 Downtown Business Improvement Fund $5,842.87 905 Federal Emergency Shelter Grant 313 LMIHF Housing Asset Fund 905 Mendocino Emergency Service Authority 314 Writer Special Events $5,657.92 911 Russian River Watershed Association $30,444.37 315 Advanced Planning Fund $0.00 915 UVFD $18,235.77 500 2106 Gas Tax Fund $39,461.31 916 UVFD PROP 172 $6,632.41 501 2107 Gas Tax Fund 917 UVFD Measure B $59,079.26 503 2105 Gas Tax Fund 918 UVFD Mitigation $1,361.79 505 Signalization Fund 940 Sanitation District Special Fund $12,663.86 506 Bridge Fund 943 Sanitation District Capital Improvement Fund 507 1998 STIP Augmentation Fund 952 REDIP Sewer Enterprise Fund 508 SB325 Reimbursement Fund 960 Community Redevelopment Agency 509 S.T.P.Fund 961 RDA Housing Pass-Through 510 Trans-Traffic Congest Relief Fund 962 Redevelopment Housing Fund 511 Rail Trail Fund $13,356.06 963 Housing Debt 600 Community Development Block Grant $7,875.00 964 RDA Capital Pass-Through 601 EDBG 94-333 Revolving Loan 965 Redevelopment Capital Improvement Fund 602 Community Development Fund 966 Redevelopment Debt Service 603 08-HOME-4688 967 Housing Bond Proceeds 604 CDBG Grant 09-STBG-6417 968 Non-Housing Bond Proceeds 605 11-HOME-7654 Fund $0.00 969 RDA Obligation Retirement Fund 606 CDBG Grant 10-EDEF-7261 844/944 Sewer Capital Projects Fund $135,604.20 607 Prop 84 Grant Fund 609 13-CDBG-8940 610 City RDA Projects Fund 630 Asset Seizure Fund $4,793.81 631 Asset Seizure Fund(Drug/Alcohol) Retainage Withheld $8,304.35 633 H&S Education 11489(B)(2)(A1) 611 CDBG 16-CDBG-11147 634 Federal Asset Seizure Grants $2,285.39 635 SUP Law Enforcement Service Fund 637 Local Law Enforcement Block Grant 638 Asset Forfeiture 11470.2 H&S $1,332.20 639 Special Revenue-Police $0.00 640 Parking District Fund $5,109.06 691 Museum Fund PAYROLL CHECK NUMBERS:507724-507765 DIRECT DEPOSIT NUMBERS:96715-96938 TOTAL DEMAND PAYMENTS-A/P CHECKS $3,139,828.61 PAYROLL PERIOD:12/15/19-12/28/19 TOTAL DEMAND PAYMENTS-WiRES*&EFT's $71.00 PAYROLL CHECK NUMBERS:507766-507798 TOTAL PAYROLL CHECKS&DIRECT DEPOSITS $962,584.82 DIRECT DEPOSIT NUMBERS:96939-97162 TOTAL PAYROLL EFT's(TAXES,PERS,VENDORS) $599,170.19 PAYROLL PERIOD: 12/29/19-1/11/20 vendor name(if applicable) PAYROLL CHECK NUMBERS:507799-507821 DIRECT DEPOST NUMBERS:97163-97375 PAYROLL PERIOD: 1/12/20-1/25/20 VOID CHECK NUMBERS: 3035808,3036288,3028839 TOTAL PAYMENTS $4,701,654.62 MANUAL CHECK NUMBERS: VA RE TRANSFER NUMBERS: CERTIFICATION OF CITY CLERK This register of Payroll and Demand Payments was duly approved by the City Council on City Clerk APPROVAL OF CITY MANAGER CERTIFICATION OF DIRECTOR OF FINANCE I have examined this Register and approve same. I have audited this Register and approve for accuracy and available funds. City Manager Director of Finance Page 26 of 479 Account Code Summary Attachment 2 10000000 General Fund 20526430 Electric Department-Meter Readers 10010000 City Council 20620231 Ukiah Dispatch 10011100 City Clerk 20620232 Ft Bragg Dispatch 10011300 Elections 20700000 Payroll Posting Fund 10012100 City Manager 20822500 Building Maintenance 10012200 Administrative Support 20824300 Corporation Yard 10012400 Miscellaneous General Government 20922900 IT Fund 10013400 Finance Department 22013300 FA Replace-Finance UB 10014000 City Attorney 22020200 FA Replace-Police Operations 10015100 Treasury Management 22021210 FA Replace-Fire Administration 10016100 Human Resources 22022900 FA Replace-Information Technology 10017100 Economic Development 22024100 FA Replace-Garage 10018000 Community Outreach 22024220 FA Replace-Streets 10020217 Animal Control 22024413 FA Replace-Water Distribution Cap 10022100 Parks 22024414 FA Replace-Water Distribution O&M 10022300 Aquatics 22024421 FA Replace-City Wastewater 10022800 Recreation 25024210 Engineering Reserve 10022810 Recreation Administration 25024300 Corporation Yard Reserve 10022821 Adult Basketball 25122900 CIP-IT 10022822 Adult Softball 25123100 CIP-Planning 10022824 Co-Ed Volleyball 25124210 CIP-Engineering 10022831 Youth Basketball 25124220 CIP-Streets 10022832 Youth Softball 25124410 CIP-Water 10022840 Day Camp 25124421 CIP-City Wastewater 10022850 Classes&Clinics 25126410 CIP-Electric 10022860 Special Activities 30022200 Park Development 10023100 Community Planning 30122210 Anton Stadium 10023320 Building Inspection 30222220 Observatory Park 10024210 Engineering 30522250 Riverside Park 10024214 Traffic Signals 30622260 Skate Park 10024620 Streets 30822280 Project Planning 10024224 Storm Drains 31022700 Museum Grant 10514000 Police-City Attorney 31122000 Alex Rorabaugh Recreation Center 10520210 Patrol 31217100 Downtown Business Improvement District 10520214 Police Reserves 50524210 Engineering-Signalization Fund 10520216 COPS Grant 50624210 Capital Engineering 10520218 Police-CSO 50824210 SB325-Engineering 10520224 Police-Major Crimes Task Force 50824220 SB325-Streets 10521210 Fire Administration 50924210 STP-Engineering 10521312 Fire Volunteer Station 50924220 STP-Streets 20112400 Worker's Compensation Fund 51024220 Trans-Traffic Slurry Seal 20212400 Liability Fund 510X9999 Trans-Traffic Project 20324100 Garage Fund 60217441 Grant-CDBG 602 20413500 Purchasing Fund 60317442 Grant-HOME 603 20513300 Billing and Collections 60417441 Grant-CDBG 604 20514000 Billing and Collections-City Attorney 60517442 Grant-HOME 605 20524412 Water Department-Meter Readers 60517461 First Time Homebuyer Program Page 27 of 479 Account Code Summary Attachment 2 60517462 FTHB Activity Delivery 80026130 Electric Substation 60517467 FTHB-PIR 80026140 Reimbursable Work for Others 60600000 CDBG Grant 10-EDEF-7261 Fund 80026200 Electric Metering 60617441 Grant-CDBG 606 80026300 Electric Generation 60617451 General Administration 80026312 Mendocino Hydro 60617452 AD ED Direct Financial Assistance 80026330 Hydro Electric 60617453 ED Direct Financial Assistance 80026400 Electric Administration 60717443 Grant Prop 84 80026410 Electric General Administration 60724413 Prop 84 Water Distribution Cap 80026430 Interdepartmental Charges 60900000 13-CDBG-8940 80326330 Hydro Plant 60917458 13-CDBG-8940 80526610 Street Lighting 63020210 Asset Seizure Expenditure 80626500 Public Benefit 63120210 Drug&Alcohol Education 82027110 Water 63320210 H&S Asset Seizure Expenditure 82027111 Water-Production O&M 63420250 Fed Asset Seizure Expenditure 82027113 Water-Distribution Capital 63520210 SLESF 82027114 Water-Distribution O&M 63820210 Asset Forfeiture 11470 82027115 Water-Production Capital 64020213 Parking Enforcement 82227113 Water-Distribution Capital 69122700 Museum 84027220 Wastewater 70024500 Landfill 700 84027221 Wastewater City-O&M 70224500 Landfill Closure 84027222 Wastewater City-Capital 70424500 Landfill Post closure 84027225 Wastewater Treatment-O&M 72022400 Golf 84027226 Wastewater Treatment-Capital 73022600 Conference Center 84227220 Wastewater 75017110 Visit Ukiah 84327222 Wastewater City-Capital 77725200 Airport Operations 84427221 Wastewater City Capital-O&M 77817411 FAA Grant 84427222 Wastewater City-Capital 80026100 Electric Administration 90000000 Special Deposit Trust Fund 80026110 Electric Overhead 91190100 Russian River Watershed Assoc 80026120 Electric Underground 96900000 Successor Agency 80100000 Infrastructure Page 28 of 479 Object Code Summary Attachment 3 12102 INVENTORY OF SUPPLIES 52526 FRAUD INVEST. ASSESSMENT 12103 STORES PURCHASES 52527 A.D.P. PREMIUM & DEDUCTIBLE 12104 INVENTORY- PURCHASES 52528 LIABILITY INSURANCE 12105 STORES ISSUES 52529 EARTHQUAKE & FLOOD PREMIUMS 51211 PERS UNFUNDED LIABILITY 52530 POLLUTION-ENVIRON INS PREMIUM 51280 OVERTIME/CALLOUT MEALS 52531 UMEMPLOY. INS EXPENSE 51285 CALLOUT MILEAGE REIMBURSEMENTS 52532 SAFETY&TRAINING SUPPORT 52100 CONTRACTED SERVICES 52600 RENT 52107 CONTRACTED SERVICES-EIR 52841 SUCCESSOR AGENCY ADMIN 52108 CONTRACT SERVICES-GPU 54100 SUPPLIES 52110 AMBULANCE BILLING 54101 POSTAGE 52111 MAINT. CONTRCTS- DEFIBRULATOR 54102 SMALL TOOLS 52112 M. S. OVERSIGHT 54105 PHOTOGRAPHIC EXPENSE 52113 PLANNING STUDIES 54106 SPECIALTY SUPPLIES 52114 COMPLIANCE STUDIES 54120 PW-SPECIAL SUPPLIES 52120 LABOR CHARGES FROM OTHER DEPAR 54121 PW-ASPHALT CONCRETE 52130 EDUCATIONAL& MARKETING MATUS 54122 PW-AGGREGATE BASE 52131 ASSISTANCE TO SENIORS 54123 PW-CRACK SEALANT 52132 EMERGENCY ASSISTANCE 54124 PW-CONCRETE/SUPPLIES 52133 MONTHLY DISCOUNT PROGRAM 54125 PW-TRAFFIC PAINT 52134 CONTRACT ADMINISTRATION 54126 PW-PREMARKS 52135 ENERGY CONSERVATION PROGRAM 54127 PW-SIGN POSTS/SHEETING 52136 PHOTOVOLTAIC RATES/INCENTIVE 54128 PW-COLD PATCH MATERIAL 52137 PUBLIC BENEFITS PROGRAM MGMT 54129 PW-TACK OIL 52138 NCPA PUBLIC BENEFITS PROGRAM 54130 PW-SAFETY 52139 RESEARCH, DEVELOPMENT& DEMO 54131 PW- BARRICADES&CONES 52140 LITIGATION EXPENSES 54160 HR-CITY LIABILITY&CONTRACT 52145 DETACHMENT-SEWER-UVSD 54161 HR- BACKGROUND & PHYSICALS 52150 LEGAL SERVICES/EXPENSES 54162 HR-ADVERTISING 52151 AFLAC& PERS INSUR ADMIN FEES 54163 HR- INTERVIEW SUPPLIES 52170 UKIAH WASTE SOLUTIONS 54164 HR- FORMS &OTHER DIV. EXP. 52171 RESIDENTIAL BILLING CHARGE 54165 HR- NEW EMPLOYEE FINGERPRINT 52172 COMMERCIAL OVERSIGHT FEE 54166 HR- DOT TESTING PROGRAM 52180 SECURITY SERVICES 54167 HR- EMPLOYEE DEVELOPMENT 52301 PROPERTY TAX ADMIN FEE 54168 HR- REMIF SAFETY TRNG &SUPPO 52302 AMBULANCE FEES 54201 PRISONER EXPENSE 52303 REHIT SUPPORT 54202 MAJOR CRIME INVETIGATIONS 52304 LAFCO FEES AND PROP TAX EXP 54320 SOFTWARE 52500 TRUSTEE FEES 54330 COMPUTER AND TECHNOLOGY 52510 ADVERTISING & PROMOTION 54500 EQUIP RENTS AND LEASES 52515 ADVERTISING & PUBLICATION 54700 FINES & PENALTIES 52521 LIABILITY INSURANCE PREMIUM 55100 TELEPHONE 52522 LIABILITY INSURANCE DEDUCT 55200 PG&E 52523 BOILER/MACHINERY PREMIUMS 55210 UTILITIES 52524 PROPERTY INSURANCE 56100 VEHICLE & EQUIPMENT MAINT. & R 52525 WORKER'S COMP. EXPENSE 56110 CITY GARAGE - PARTS Page 29 of 479 56121 R & M RADIO EQUIPMENT 56111 CITY GARAGE - LABOR 56122 R & M NON-AUTO EMS EQUIPMENT 56112 EQUIPMENT PARTS FOR RESALE 56123 R & M COMPUTERS 56120 EQUIPMENT MAINTENANCE & REPAIR 56124 MAINT CONTRACT DEFIBULATORS 80235 SYSTEM MAINTENANCE 56130 EXTERNAL SERVICES 80236 EMERGENCY/CONTINGENCY 56210 FUEL& FLUIDS 90100 LOAN PROCEEDS 56300 BUILDING MAINT. & REPAIR 90101 LOAN PAYMENT RECEIVED 56410 EQUIPMENT RENTAL- PRIVATE 90301 LOAN REPAYMENT 56504 FACILITY MAINTENANCE & REPAIR 90410 BOND PROCEEDS 56600 AIRFIELD MAINTENANCE & REPAIR 56700 LANDFILL CLOSURE EXPENSE 57100 CONFERENCE &TRAINING 57101 CONF &TRAINING-AQUATICS 57102 CONF &TRAINING-PARKS STAFF 57200 MEETINGS 57300 MEMBERSHIPS&SUBSCRIPTIONS 58101 NCPA PLANT GENERATION 58102 NCPA POWER PURCHASES 58103 NCPA TRANSMISSION 58104 NCPA MANAGEMENT SERVICES 58105 NCPA THIRD PARTY SALES 58106 NCPA PASS THROUGH COSTS 58107 NCPA COMMITMENTS ACTIVITY 58201 WATER PURCHASES 58202 WATER TREATMENT PLANT CHEMICAL 58401 AVIATION FUEL 58410 GARAGE LUBRICANTS & PARTS 58510 REIMBRSABLE JOBS 59100 PROPERTY TAXES PAID 59101 FEES 59102 FRANCHISE FEES 59350 PURCHASE DISCOUNTS TAKEN 59400 OTHER EXPENSES 70101 LOAN PAYMENTS MADE 70102 BOND INTEREST PAYMENTS 70110 BOND ISSUANCE COSTS 70201 LOAN PRINCIPAL PAYMENTS 70202 BOND PRINCIPAL PAYMENTS 80100 MACHINERY& EQUIPMENT 80200 BUILDINGS ACQUISITION 80210 LAND ACQUISITION 80220 BUILDING IMPROVEMENTS 80230 INFRASTRUCTURE 80231 RECYCLING STUDY 50% GRANT MATC 80232 LINE REPLACEMENTS 80233 MAIN REPLACEMENTS 80234 1 N FLOW/I N FILTRATION Page 30 of 479 Attachment 4 List Checks Presentedfair Approval 1/3/2020 rl"ie following list Dulls payable was reviewed and approved fir payment. Signature Invdices all AT&T 3138 DEC 19 DSL FOR 911 REMOTE $90.95 20620231 55100 TELEPHONE $90.95 SUPPORT _____ Vendor Total: $90.95 BRANDON KIGHT 2224 HOMETOWN HEROES $249.20 90000000-23265 HOMETOWN $249.20 VISUAL BANNER HEROES PROGRAM CREATIONS Vendor Total:.... ---$249.20 COMCAST 0472 JAN 20 INTERNET SERVICES $162.29 20913900-55100 TELEPHONE $162.29 Vendor Total: $16.29 DARYL EVAN DV102919 INSTRUCTOR $2,„007.25 10022850-52100 CONTRACTUAL $2,007.25 KAPPIS SERVICES ........... Vendor Total: $2,007.25 FORKS RANCH 393709 EMPLOYEE ANNUAL $539-46 20824300-54100 SUPPLIES $539.46 MARKET BBO ____ Vendor Total: $539.46 GENERAL JAN 20 SPANISH MTN $50.00 20620231-52100 CONTRACTUAL $50.00 SERVICES SUBLEASE MO RENT.. SERVICES AGENCY JAN ____ Vendor Total: $50.00 GINA GRECO DV120219 INSTRUCTOR $784.00 10022850-52100 CONTRACTUAL $784.00 SERVICES Vendor Total:---_$784.00 HANNAH DV102919 INSTRUCTOR $280.00 10022850-52100 CONTRACTUAL $280.00 ANDREWS SERVICES ----Vendor Total: $280.00 ISABEL TA 1I12-17120 TRAVEL ADVANCE $953.75 10020210-57100 LEARNING AND $953.75 MADRIGAL DEVELOPMENT --Vendor Total: $953.75 JAROD THIELE TR 917-11119 TRAVEL $125.00 83027330-57100 LEARNING AND $125.00 REIMBURSEMENT DEVELOPMENT Vendor Total: $125.00 JUDY CHAN JAN 20 JAN 20 RENT-MASON $1.435.00 10022100-52600 RENT $1,435.00 ST ___ Vendor Total: $1,435.00 KIERSTIN DV102919 INSTRUCTOR $350.00 10022850-52100 CONTRACTUAL $350.00 ANDREWS SERVICES .... Vendor Total: $350.00 Page 31 of 479 II1 ,i s I110f ChelicksII1' iiiiresefft l hilt°iiiii IIIIII il01111 ,11(202110D lb"WiliDii,10,110S MENDOCINO 30655-5 UTILITY REFUND- $293.13 90100000-10421 UTILITY $293.13 COUNTY COUNTY OF MENDOCINO RECEIVABLES AUDITOR- CLEARING CONTROLLER Vendor Total: - $293.13 MENDOCINO EH38793 HAZARDOUS $1,708 50 77725200-52100 CONTRACTUAL $1,708,50 COUNTY MATERIALS PERMIT SERVICES ENVIRONMENTAL HZ235825 HEALTH ---Vendor Total: $1,708,50 NOBLE TA 1A4-15120 TRAVEL ADVANCE $167.08 10020210-57100 LEARNING AND $167,08 WAIDEL ICH DEVELOPMENT Vendor Total:- -$167,08 ONE TIME PAY 121546-6 UTILITY REFUND- $132.50 90100000-10421 UTILITY $132,50 VENDOR BRAD DEWAAL RECEIVABLES CLEARING Vendor Total: $132.50 PG&E CO 3822-9 DEC 19 PACIFIC GAS& $7,763.78 84027225-55200 PG&E $3,447.90 ELECTRIC 10022100-55210 UTILITIES $13.09 10022300-55210 UTILITIES $8.38 10022700-55210 UTILITIES $151.02 20822500-55210 UTILITIES $1,051.66 70024500-55210 UTILITIES $438.73 73022600-55210 UTILITIES $8.12 73022600-55210 UTILITIES $197.92 77725200-55210 UTILITIES $15.51 82027111-55210 UTILITIES $2,335.95 84027221-55210 UTILITIES $95.50 Vendor Total: - $7,763.78 REDWOOD 210358T CARDLOCK FUEL $7,081.82 10012200-56210 FUEL&FLUIDS $7.99 COAST FUELS PURCHASES 10020210-56210 FUEL&FLUIDS $2,765.85 10022100-56210 FUEL&FLUIDS $302.91 10023320-56210 FUEL&FLUIDS $61.05 10024620-56210 FUEL&FLUIDS $875.52 20324100-58210 FUEL&FLUIDS $76,23 20513382-56210 FUEL&FLUIDS $45.75 Page 32 of 479 IIIIIIWIIIIi �IIIIIIIIIU I I0 a WIC U l l � p IIIIII III mU111IluIIIIIIIIWI led IIIII II ill�Wllll lllllry(ry ,III II �`Illll r`p IIIIIIIWw u l III IIIIIIIIl III IIIU IIlIIIII IIIID 2,111llllll`, IWI Wk IIIIVUV III llic III III II IIII III IIV ur I IW REDWOOD 2103587 CARDLOCK FUEL $7,081.82 20822500-56210 FUEL&FLUIDS $270.54 COAST FUELS PURCHASES 80026400-56210 FUEL&FLUIDS $1,094.40 82027111-56210 FUEL&FLUIDS $311.58 82027114-56210 FUEL&FLUIDS $130.34 82027114-56210 FUEL&FLUIDS $313.70 84027221-56210 FUEL&FLUIDS $111.05 84027221-56210 FUEL&FLUIDS $267,22 84027225-56210 FUEL&FLUIDS $191,80 31422860-54100 SUPPLIES $255.91 -Vendor Total: $7,081.82 REDWOOD 20-01 EAP REMIF EAP $559.48 20112400-52525 WORKERS $559.48 EMPIRE INSURANCE COMP.EXPENSE MUNICIPAL INSURANCE FUND Vendor Total: $559.48 RICK PINTANE TA 11114- TRAVEL ADVANCE $167,08 10020210-57100 LEARNING AND $167,08 15120 DEVELOPMENT Vendor Total: $167.08 SALES&USE 0002 8450 WATER RIGHTS FEE $11,682.91 82027110-59101 FEES $1,682.91 TAX 287 FOR WR STF 094- 004687 0002 8649 WATER RIGHTS FEE $7,471.02 82027110-59101 FEES $7,471.02 863 FOR WR STF 094- 013892 0002 8524 WATER RIGHTS FEE $8.221.75 82027111-59101 FEES $8,221,75 198 FOR WR STF 094- 010628 0002 8608 WATER RIGHTS FEE $347.75 84027225-59101 FEES $347.75 069 FOR WR STF 094- 019707 Vendor Total: -$17,723.43 SHN 102782 CONSTRUCTION MAT'L $1,186.00 51124210-80230 INFRASTRUCTURE $1,186.00 CONSULTING TESTING FOR ENGINEERS& GEOLOGISTS INC 102778 CONSTRUCTION MAT'L $2.934.90 51124210-80230 INFRASTRUCTURE $2,934,90 TESTING FOR 102668 DESIGN&CONST. $41 1.84 82227113-80230 INFRASTRUCTURE $4,061.84 MGMNT FOR ZONE ........... Vendor Total: - $8,182.74 STATE WATER LW-1024689 WATER SYSTEM $10,408.20 82027111-59101 FEES $10,408.,20 RESOURCES ANNUALFEES CONTROL BOARD Vendor Total: $10,408.20 Page 33 of 479 I III III [wIIIII�IIII IIIIII I Illlp Y I W�IIIII{__ II {III q IIIII IIIII1p� IIII II �� � fw�I il ' f gill 11901 liellIINIWf illi IIII i IIIIIWII�D 'IWWI �IIIIIIIs IIIII III Ilw I" IIIIIIW IIIII �Illwylwll iIIII�IIW IIII •, II WIII III �IIIII II I " Illlp IIIw�IY m��ll �lo� � � �I IIIII Illlw' Ip IV ri"111,11I1I IIIII IIII Iw Iw na mu � Elul w„ I SYDNEY Q3422898 REIMBURSEMENT $188.03 91500000-20561 ACCRUED SICK $188,03 DEARBORN FOR MEDICAL INSURANCE --_ Vendor Total:- $188.03 THOMAS TA 1112-17I20 TRAVEL ADVANCE $953.75 10020210-57100 LEARNING AND $953,75 CORNING JR DEVELOPMENT Vendor Total: $953.75 TIM SANTO DV121919 ELECTRIC DEPT $43.97 80026400-54100 SUPPLIES $43.97 MEETING SUPPLIES Vendor Total:.....$43.97 TRIPLE S 117517 COUNCIL PHOTO $132.66 10010000-54100 SUPPLIES $132.66 CAMERA SHOP Vendor Total:----$132.66 UKIAH DAILY 0006395090 EMPLOYMENT $573.54 10016100-54162 ADVERTISING $573.54 JOURNAL ADVERTISING 0006404915-01 EMPLOYMENT $590.58 10016100-54162 ADVERTISING $590.58 ADVERSTING 0006411236 PUBLIC HEARING $86.88 10020210-52515 ADVERTISING& $86.88 PUBLICATION 0006410098 PUBLIC HEARING $112.30 10023100-52515 ADVERTISING& $112.30 PUBLICATION 0006411229 PUBLIC HEARING $155.20 10023100-52515 ADVERTISING& $155.20 PUBLICATION 0006411227 PUBLIC NOTICE $159.97 10023100-52515 ADVERTISING& $159.97 PUBLICATION 0006416524 PUBLIC HEARING $169.50 10023100-52515 ADVERTISING& $169.50 PUBLICATION 0006410702 PUBLIC HEARING $190.16 10023100-52515 ADVERTISING& $190.16 PUBLICATION 0006409867 PUBLIC NOTICE $275.00 10020210-54100 SUPPLIES $275.00 Vendor Total: $2,313.13 US CELLULAR 0345527222 CELL PHONES $367.25 80026400-55100 TELEPHONE $20.99 80026400-55100 TELEPHONE $68.86 80026400-55100 TELEPHONE $90.46 82027110-55100 TELEPHONE $13.61 82027111-55100 TELEPHONE $40.24 84027221-55100 TELEPHONE $13.61 84027225-55100 TELEPHONE $119.48 Vendor Total:....$367.25 INVOICE $65,213.43 TOTAL: Page 34 of 479 of Checks Presentedfoir Approval on 1/10/2020 The following mist of bills payable was and approve. yment. II r I tU Ir Invoices ACCURATE 011066486 VAPOR HOSE $27.28 20824300-56130 EXTERNAL $27.28 FORKLIFT ANC SERVICES Vendor Total: --$27.28 ADVANCED 5028301 ALARM MONITORING $88,50 10022700-52180 SECURITY $88.50 SECURITY AT GHM SERVICES SYSTEMS 502830 ALARM MONITORING $528.48 10022700-52180 SECURITY $528.48 AT GHM SERVICES Vendor Total: $616.98 AFILAC 245296 CANCER/LIFE/ACC $8„108 06 20700000-20527 SECTION 125 $8,108.06 INSURANCE (CANCER&LIFE) - -Vendor Total: $8,108.06 AL SMATSKY 77 DESIGN, $8,180.00 80126100-80220 BUILDING $180.00 ENGINEERING& IMPROVEMENTS CONSULTA 80128100-80230 INFRASTRUCTURE $720.00 80126100-80230 INFRASTRUCTURE $2,380.00 80126100-80230 INFRASTRUCTURE $2,400.00 80126100-80230 INFRASTRUCTURE $2,520.00 76 DESIGN, $8,050.00 80126100-80230 INFRASTRUCTURE $560.00 ENGINEERING& CONSULTA 80126100-80230 INFRASTRUCTURE $640.00 80126100-80230 INFRASTRUCTURE $980.00 80126100-80230 INFRASTRUCTURE $1,050.00 80126100-80230 INFRASTRUCTURE $1,120.00 80126100-80230 INFRASTRUCTURE $1,820.00 80126100-80230 INFRASTRUCTURE $1,880.00 Vendor Total: $16,230.00 ALL-GUARD A259237 MONTHLY $91.40 84027225-52180 SECURITY $91.40 ALARM SYSTEMS MONITORING AT SERVICES INC WWTP Vendor Total: $91.40 ALLEN.FAMES DV120719 INSTRUCTOR $148.00 10022850-52100 CONTRACTUAL $148.00 SERVICES ........ Vendor Total: $148.00 Page 35 of 479 Iow oil ryesented for Approval on i iwoi Invoices�st of Checks MEINI AMAZON 1G1X--YPCM- TV WALL MOUNT AND $113.20 10013400-54330 COMPUTER AND $15.23 CAPITAL 4GFT LAPTOP TRAVEL TECHNOLOGY SERVICES SLEEVE 84027225-54330 COMPUTER AND $97.97 TECHNOLOGY 1KKW-3QFL- SOCKET DRIVE AND $131,28 80026120-54102 SMALL TOOLS $131.28 69VH UTILITY SOCKET SET 1YD6-J3C3- POOL SUPPLIES $728.54 10022300-54100 SUPPLIES $728.54 KL1C 1J3R-VWWC- BASKETBALL NET $49.96 10022831-54100 SUPPLIES $49,96 PW3R 1JG3-DN3G- AIR COMPRESSOR $94-69 10022831-54100 SUPPLIES $94.69 JRFR 1 MQJ-PYPG- BATTERIES $45,.68 80026220-54100 SUPPLIES $45.68 6LPC 1PFW-9C41- RAIN GEAR-WWTP DEPT, $668.21 84027221 54100 SUPPLIES $668.21 FPFY TEMPERATURE GUN Vendor Total: $1,831.56 ANIXTER 4449472-00 (PD-5052)PAD,BOX $1,389.03 80000000-12104 INVENTORY- $1,389.03 TRANSFORMER PURCHASES 4449472-03 (PD-5052)PAD,BOX $2,712 25 80000000-12104 INVENTORY- $2,712.25 TRANSFORMER PURCHASES _ Vendor Total:-- $4,101.28 ANSELL USA INC 20757981 GLOVES $248.24 10020210-54201 PRISONER $248.24 EXPENSE 20760087 GLOVES $248.24 10020210-54201 PRISONER $248.24 EXPENSE ___ Vendor Total:- $496.48 ARAMARK 704694020 UNIFORM,MAT& ($0.05) 20822500-56300 BUILDING MAINT. ($0.05) UNIFORM TOWEL SERVICE &REPAIR SERVICES 704644861 UNIFORM,MAT& $128.68 20822500-56300 BUILDING MAINT. $128.68 TOWEL SERVICE &REPAIR 704667409 UNIFORM,MAT& $128.68 20822500-56300 BUILDING MAINT. $128.68 TOWEL SERVICE &REPAIR 704687983 UNIFORM,MAT& $128.68 20822500-56300 BUILDING MAINT. $128,68 TOWEL SERVICE &REPAIR 704654988 UNIFORM,MAT& $152.82 31122000-56300 BUILDING MAINT. $152.82 TOWEL SERVICE &REPAIR 704675562 UNIFORM,MAT& $152,82 31122000-56300 BUILDING MAINT. $152,82 TOWEL SERVICE &REPAIR 704644862 UNIFORM,MAT& $57.90 73022600-52100 CONTRACTUAL $57.90 TOWEL SERVICE SERVICES 704667410 UNIFORM,MAT& $57.90 73022600-52100 CONTRACTUAL $57,90 TOWEL SERVICE SERVICES 704687984 UNIFORM,MAT& $57.90 73022600-52100 CONTRACTUAL $57.90 TOWEL SERVICE SERVICES 704724621 UNIFORM,MAT& $0.29 77725200-54100 SUPPLIES $0.29 TOWEL SERVICE 704644879 UNIFORM,MAT& $51.43 77725200-54100 SUPPLIES $51.43 TOWEL SERVICE 704655155 UNIFORM,MAT& $51.43 77725200-54100 SUPPLIES $51.43 TOWEL SERVICE 704673593 UNIFORM,MAT& $484.43 77725200-54100 SUPPLIES $484.43 TOWEL SERVICE Vendor Total: $1,452.91 Page 36 of 479 st ks 020 I. IIi m IIIII mIR Presented Approval m rta nmm Invoices I�Illlllm III ICI IIIII IIIIIIIIIIIIIIII IIIm �� � AT&T 2799 JAN 20 INTERNET $113.23 10022100-55100 TELEPHONE $113,23 000014120570 FIBER INTERNET $2„619,52 20913900-55100 TELEPHONE $2,619.52 GATEWAY Vendor Total: AXON SI 1630266 PATROL CAR CAMERA $2,285,39 63420250-54100 SUPPLIES $2,285.39 ENTERPRISE INC SYSTEM _ Vendor Total:-- $2,285.39 BAY AREA 0005271 BARRICADES AND $657.21 10024620-54130 PW-SAFETY $557.21 BARRICADE LEGS SERVICE INC 0008506 BLADE HOLDER $338,02 10024620-54127 PW-SIGN $338.02 POSTS/SHEETING Vendor Total: - -$995.23 BROADCAST SI-110246 IMAGING KIT $254,53 10020210-56120 EQUIPMENT $254.53 MIICROWAVE MAINTENANCE& SERVICES„LLC REPAIR _ Vendor Total:-- -$254.53 BROOKE DVOI0220 INSTRUCTOR $200.00 10022850-52100 CONTRACTUAL $200.00 HOFSTETTER SERVICES Vendor Total: $200.00 BURTON'S FIRE $46990 #WD-881-55 $1,202.96 10021210-54100 SUPPLIES $601.48 INC PHOSCHEK CLASS A FO 91521400-54100 SUPPLIES $601.48 Vendor Total: - $1,202.96 CALIFORNIA 200007103 REGISTRATION- $795.00 10013400-57100 LEARNING AND $795,00 SOCIETY OF O KEOUGH DEVELOPMENT MUNICIPAL FINANCE OFFICERS 300003898 MEMBERSHIP- $75,00 10013400-57300 MEMBERSHIPS& $75.00 0 KEOUGH SUBSCRIPTIONS -Vendor Total: $870.00 CAROLLO 0182824 DESIGN PHASES 1&II $2,704.85 83027330-80230 INFRASTRUCTURE $2.704.85 ENGINEERS INC RECYCLED WA 0182758 DESIGN PHASES Mll $5,628.98 83027330-80230 INFRASTRUCTURE $5,628.98 RECYCLED WA 0182823 DESIGN PHASES 1&II $14,605.48 83027330-80230 INFRASTRUCTURE $14,605.48 RECYCLED WA .......... Vendor Total: $22,939.31 CHROMAGRAPHICS 69393 BUSINESS CARDS-N $68.14 10020210-54100 SUPPLIES $68.14 WAIDELICH 69403 BUSINESS CARDS-C $228.51 10020210-54100 SUPPLIES $228.51 MIN,P INFANT£, BUTTGENBACHL ____ Vendor Total: $296.65 CINTAS 4036260992 RUGIMAT&UNIFORM $294.01 77725200-54100 SUPPLIES $294.01 CORPORATION SERVICES Vendor Total: $294.01 Page 37 of 479 Illllnnn.....i' um illl f iimilUOIIU III 'iWwuu GIIcs, II n w wil�Y III WIIIIIIIIIII iwYoonIIII�uU� ��' III 'iI ' n�m , n u I tlmi IIIII,III � � II Diu �m. I Diu ' Diu au Diu n Illy �,in,I,' � Diu �u� Rio to CITIBANK N.A. DEC 19 AIRFARE-O KEOUGH,T $739.44 10013400-57100 LEARNING AND BARTOLOM0,J BURGESS, DEVELOPMENT M DAVISON 10013400-57100 LEARNING AND $227.30 DEVELOPMENT 10022810-57100 LEARNING AND $21,00 DEVELOPMENT 10022810-57100 LEARNING AND $484.14 DEVELOPMENT Vendor Total: $739.44 CLARK PEST 24849099 PEST CONTROL SVCS $95.00 80026400 52100 CONTRACTUAL $95.00 CONTROL SERVICES 25085576 PEST CONTROL SVCS $95.00 80026400-52100 CONTRACTUAL $95.00 SERVICES Vendor Total: $190.00 DANNY'S 0018076 VACUUM CLEANERS& $27.18 73022600-56120 EQUIPMENT $27.18 VACUUM SHOP SUPPLIES MAINTENANCE& REPAIR Vendor Total: -$27.18 DC ELECTRIC 413997 EMERGENCY TRAFFIC $2,827 86 10024214-52100 CONTRACTUAL $2,827.86 GROUP INC SIGNAL REPAIR SERVICES Vendor Total:...$2,827.86 DEEP VALLEY 354160 ALARM SERVICES $1,823.37 73022600-56300 BUILDING MAINT. $1,823.37 SECURITY PER ATTACHED CO &REPAIR __ Vendor Total: -$1,823.37 DELL 10349798805 OPTIPLEX 7070 SMALL $15.246.52 10020210-54330 COMPUTER AND $15,246.52 MARKETING LP FORM FACTO TECHNOLOGY 10348794252 DELL OPTIPLEX 7070 $1,315.50 10022700-54330 COMPUTER AND $1,315.50 SMALL FORM TECHNOLOGY 10352038938 LATITUDE 7490 $1,727.55 20413500-54330 COMPUTER AND $1,727,55 TECHNOLOGY 10349335668 DELL OPTIPLEX 7070 $1,340.21 77725200-54330 COMPUTER AND $1,340.21 SMALL FORM TECHNOLOGY 10349567940 OPTIPLEX 7070 SMALL $1,630.09 84027225-54330 COMPUTER AND $1,630.09 FORM FACTO TECHNOLOGY ........... Vendor Total: $21,259.87 DEPARTMENT OF 424405 CHEMITEST REPORT $770.00 10020210-52100 CONTRACTUAL $770.00 JUSTICE CRIMINAL INVESTIGATION SERVICES __ Vendor Total:-- $770.00 DIANA MACIAS TR 12/11/19 TRAVEL $72.03 20513300-57100 LEARNING AND $72.03 REIMBURSEMENT DEVELOPMENT Vendor Total:.....$72.03 DRYSDALE 10151 LAB SERVICES $57.99 84027225-54103 LAB SUPPLIES $57.99 ENTERPRISES INC 10148 LAB SERVICES $202.41 84027225-54103 LAB SUPPLIES $202.41 Vendor Total: $260.40 EDWARD BACON 30512 PANEL AND REAR $797.53 82027114-56130 EXTERNAL $398.76 COMPANY INC BUMPER SERVICES Page 38 of 479 List ll" 1111C'1Wiiiiiec k iiiir- +I eiiii�"it,iu d 'l:"'o llllr J%,, rovall urn ,/ J ii[�/21020 �[iii '"V,Dml lie I Fi;1i ff ���{{IImmuffimmm EDWARD BACON 30512 PANEL AND REAR $797,53 84027221-56130 EXTERNAL $398.77 COMPANY INC BUMPER SERVICES 30529 FENDER $283.82 84027221-56130 EXTERNAL $283.82 SERVICES Vendor Total:--_$1,081.35 ENGLAND 1191,251 REGISTRATION- $595.00 10023320-57100 LEARNING AND $595.00 ENTERPRISES S OROPEZA DEVELOPMENT TRAINING DIVISION„LLC 19-250 REGIISTRATION- $695,00 10023320-57100 LEARNING AND $695.00 M KEtZER DEVELOPMENT --Vendor Total: $1,290.00 EPIC AVIATION 7279474 JET-A FUEL $11,978.37 77725200-56401 AVIATION FUEL $11,978.37 LLC -Vendor Total: $11,978.37 EUREKA 454937 WELDING EQUIIPMENT $804.00 84027225-52100 CONTRACTUAL $804.00 OXYGEN CO AND SUPPLIES SERVICES 454936 WELDING EQUIPMENT $483.00 82027111-56120 EQUIPMENT $483.00 AND SUPPLIES MAINTENANCE IS REPAIR 454899 WELDING EQUIiPMENT $145.00 10024620-56130 EXTERNAL $145.00 AND SUPPLIES SERVICES 454900 WELDING EQUIPMENT $64.00 20324100-56130 EXTERNAL $64.00 AND SUPPLIES SERVICES 465801 WELDING EQUIPMENT $420.79 80026110-56130 EXTERNAL $420.79 AND SUPPLIES SERVICES 454898 WELDING EQUIPMENT $160.00 82027114-56130 EXTERNAL $80.00 AND SUPPLIES SERVICES 84027221-56130 EXTERNAL $80.00 SERVICES U 170082 WELDING EQUIPMENT $983.43 84027225-56504 FACILITY $983.43 AND SUPPLIES MAINTENANCE& REPAIR 454897 WELDING EQUIPMENT $215.00 20824300-54100 SUPPLIES $215.00 AND SUPPLIES 465802 WELDING EQUIPMENT $102.00 80026220-54100 SUPPLIES $102.00 AND SUPPLIES --Vendor Total: $3,377.22 FARWEST LINE 295193 BUTTON KIT FOR Y46 $209.04 80026110-54102 SMALL TOOLS $209.04 SPECIALTIES LLC PRESS 295192 GREENLEE#30462 $1,122.62 80028120-54102 SMALL TOOLS $1,122.62 GRIP 1.5-1.99" 296550 LOWELL LINEMAN $1.577.79 80026120-54102 SMALL TOOLS $1,577.79 WRENCH,12"STA Vendor Total: - $2,909.45 FASTENAL CAUKA37776 MISC.SUPPLIES AS $5.42 84027225-55120 EQUIPMENT $5.42 NEEDED MAINTENANCE& REPAIR Vendor Total: $5.42 FEDERAL 6-874-92063 SHIPPING SERVICES $485.39 10013400-54101 POSTAGE $21.01 EXPRESS 10013400-54101 POSTAGE $42.33 10013400-54101 POSTAGE $71,95 Page 39 of 479 Lip 1 ented for Approval oin IL lnvdices - IIW m � FEDERAL 6-874-92063 SHIPPING SERVICES $485.39 10015100-54101 POSTAGE $32.41 EXPRESS 10020210-54101 POSTAGE $16.68 10020210-54101 POSTAGE $21.05 10022810-54101 POSTAGE $58.39 20413500-54101 POSTAGE $19.65 84027225-54101 POSTAGE $9.49 84027225 54101 POSTAGE $13.48 84027225-54101 POSTAGE $13.48 84027225-54101 POSTAGE $30.33 84027225.54101 POSTAGE $43.50 84027225-64101 POSTAGE $43.89 84027225-54101 POSTAGE $47.75 Vendor Total: $485.39 FIRE SERVICE 000463 EMPLOYMENT $810.00 10016100-54162 ADVERTISING $810.00 BOOKSTORE ADVERTISING Vendor Total: - $810.00 FIRST ALARM 515600 ALARM MONITORING $166.86 10020210-52180 SECURITY $120.51 SERVICES 20822500-52180 SECURITY $46.35 SERVICES Vendor Total: $166.86 FRED PRYOR 5398836 REGISTRATION- $195.00 84027225-57100 LEARNING AND $195.00 SEMINARS A HODGE DEVELOPMENT Vendor Total: -- $195.00 GCS 20643 PARTS&SUPPLIES AS $35.07 10024620-56130 EXTERNAL $35.07 ENVIRONMENTAL NEEDED SERVICES EQUIP SRVS Vendor Total:-____$35.07 GENERAL 1353341 (SL-A6)STREET LIGHT $1,013.20 80000000-12104 INVENTORY- $1,013.20 PACIFIC INC MAST ARM PURCHASES 1357181 SPRING-LOCK $195.98 80026200-54100 SUPPLIES $195.98 Vendor Total:- $1,209.18 GINA GRECO OV010420 INSTRUCTOR $112.00 10022850-52100 CONTRACTUAL $112.00 SERVICES Vendor Total: - $112.00 GOLDEN STATE C1020224 WIPER ASSY $367.87 90000000-20231 COUNTY MENTAL ($1.63) EMERGENCY HEALTH.5% VEHICLE SERVICE INC Page 40 of 479 IIIII� � I�i t p ��L Invoices GOLDEN STATE CI020224 WIPER ASSY $367.87 90000000-23252 DISTRICT USE ($0.40) EMERGENCY TAX-LIBRARIES VEHICLE SERVICE INC 10021210-56130 EXTERNAL $3.66 SERVICES 10021210-56130 EXTERNAL $367.87 SERVICES 90000000-23028 MEASURE Y ($1.63) DISTRICT TAX -Vendor Total: $367.87 GOVERNMENT 0140705 MEMBERSHIP- $150,00 10013400-57300 MEMBERSHIPS& $150.00 FINANCE 0 KEOUGH SUBSCRIPTIONS OFFICERS ASSOC ____ Vendor Total: $150.00 GRANITE 1725679 MISC. ROCK&ROAD $1„831.47 70024500-54100 SUPPLIES $194.25 CONSTRUCTION PATCH MATERI COMPANY 84027221-54100 SUPPLIES $1,637.22 Vendor Total: $1,83i.47 GREATER UKIAH 001 FY19120 VISIT UKIAH $32„437 00 75012700-52100 CONTRACTUAL $32,437.00 CHAMBER OF PERFORMANCE SERVICES COMMERCE -Vendor Total: $32,437.00 HANSEL FORD 1187817 MISC.PARTS& $218.17 77725200-56130 EXTERNAL $218.17 MATERIALS AS SERVICES NEEDED Vendor Total: $218.17 HANSEL 220162T MISC.PARTS& $12.80 20513382-56130 EXTERNAL $12.80 TOYOTAISCION MATERIALS AS SERVICES NEEDED 220060T MISC.PARTS& $206.01 82027111-56130 EXTERNAL $206.01 MATERIALS AS SERVICES NEEDED Vendor Total: - -$218.81 HERC RENTALS 31208970-001 MTX60HD RAMMER $2,589.00 82027114-54102 SMALL TOOLS $2,589.00 INC HONDA GX100 DIA 31209532-001 RENTAL OR $136.57 84027221-54100 SUPPLIES $136.57 PURCHASE OF MISC. EQUIPMENT -Vendor Total: $2,725.57 HOME DEPOT 8030882 UTILITY KNIFE,BIT $54.27 10024620-54120 PW-SPECIAL $54.27 CREDIT HOLDER AND TORX SUPPLIES SERVICES BIT 4030516 LED DOME LIGHTS $323.03 80026110-54102 SMALL TOOLS $323.03 4013356 SOCKET RAIL $21.74 82027111-54102 SMALL TOOLS $21.74 5013298 INFLATOR/GAUGE, $104.77 82027111-54102 SMALL TOOLS $104.77 SOCKET RAILS, SAFETY COUPLE 8035556 PAINT AND SUPPLIES $287.97 10022100-54100 SUPPLIES $287.97 Page 41 of 479 Invoices HOME DEPOT 5013274 WIRE REINDEER $100.54 20824300-54100 SUPPLIES $100.54 CREDIT SERVICES 3030600 ALUMINUM PLACER $31.54 31422860-54100 SUPPLIES $31.54 2523710 TARP $72,92 31422860-54100 SUPPLIES $72.92 9030128 OUTDOOR $126.60 31422860,54100 SUPPLIES $126.60 EXTENTION CORDS 5012113 EYEBOLTS AND NUTS $8.30 84027225-54100 SUPPLIES $8.30 Vendor Total: $1,131.68 HOWARD 58807-840988 ELECTRICAL $922„37 80000000-12104 INVENTORY $922.37 INDUSTRIES CIO EQUIPMENT AND PURCHASES YOUNG& SUPPLIES COMPANY Vendor Total:.... -__$922.37 HUNTERS 246322 PEST CONTROL $200,00 20822500-56300 BUILDING MAINT, $200.00 SERVICES INC SERVICES &REPAIR Vendor Total: $200.00 INDEPENDENT 110619 INDEPENDENT FEE $2„344,00 77825200-80230 INFRASTRUCTURE $2,344.00 FEE ESTIMATES ESTIMATE Vendor Total:-- $2,344.00 INFOSEND INC 163463 UB PRINT&MAIL $4,745.06 20513300-52100 CONTRACTUAL $4,745.06 SERVICES SERVICES Vendor Total: $4,745.06 INTEGRITY 100956 SHREDDING $57.00 10020210-54100 SUPPLIES $28.50 SHRED SERVICES 20620231-54100 SUPPLIES $28.50 Vendor Total: $57.00 INTERSTATE 380040304 BATTERIES $79.97 82027111-56120 EQUIPMENT $79.97 BATTERIES MAINTENANCE& REPAIR 380040280 BATTERIES $109.83 10020210-56130 EXTERNAL $109.83 SERVICES 380040303 BATTERIES $568.35 10020210-56130 EXTERNAL $568.35 SERVICES 380040278 BATTERIES $128.67 10022100-56130 EXTERNAL $128.67 SERVICES 330005656 BATTERIES $128.67 80025110-56130 EXTERNAL $128.67 SERVICES 380040482 BATTERIES $128.67 80026110-56130 EXTERNAL $128.67 SERVICES 380040279 BATTERIES $25T35 80026110-56130 EXTERNAL $257,35 SERVICES 380040226 BATTERIES ($165.35) 84027225-56130 EXTERNAL ($165.35) SERVICES ........... Vendor Total: $1,236.16 ITRON INC 540961 FC300 SPREAD RADIO $1,268.77 20513380-54320 SOFTWARE $634.37 -FC3001133 20513382-54320 SOFTWARE $634.40 Vendor Total: $1,268.77 Page 42 of 479 List of Checks Presented Invoices mmammmsm ii iiiiii i�i�lii iiiii idii m JAMES REESE 22004 JANITORIAL SERVICES $420-00 73022600-52100 CONTRACTUAL $420.00 SERVICES 22005 JANITORIAL SERVICES $420.00 73022600-52100 CONTRACTUAL $420.00 SERVICES 22002 JANITORIAL SERVICES $490.00 73022600 52100 CONTRACTUAL $490.00 SERVICES 22003 JANITORIAL SERVICES $490.00 73022600-52100 CONTRACTUAL $490.00 SERVICES _ Vendor Total:- -$1,820.00 JJ CUSTOM 382311 CHAIN SHARPENING $48-00 10024620-54120 PW-SPECIAL $48.00 SHARPING LLC SUPPLIES _ Vendor Total:- ---$48,00 JOHNSON 86402447 HALON SAFETY $760,,50 20822500-56300 BUILDING MAINT. $760.50 CONTROLS FIRE TEST�INSPECTION &REPAIR PROTECTION LP Vendor Total:-_-_$760.50 KARIN RONK TA V20-2210 TRAVEL ADVANCE $401,22 20620231-57100 LEARNING AND $401.22 DEVELOPMENT Vendor Total: $401.22 KIMBALL 7577511 CABLE TIE AND $192.16 20324100-56112 EQUIPMENT $192.16 MIDWEST COPPER LUGS PARTS FOR RESALE Vendor Total: - $i92.16 LIEBERT 1490202 LEGAL SERVICES- $27.00 10016100-52100 CONTRACTUAL $27.00 CASSIDY PERSONNEL SERVICES WHITMORE 1490201 LEGAL SERVICES- $5,636.00 10016100-52100 CONTRACTUAL $5,636.00 PERSONNEL SERVICES Vendor Total: - $5,663.00 MARC CARSON DEC 19 UPD WEBSITE DESIGN $3,075.00 63020210-52100 CONTRACTUAL $3,075.00 WEB DESIGN SERVICES Vendor Total: - $3,075.00 MATHESON TRI- 20860352 OXYGEN&MISC. $18.59 80026110-54100 SUPPLIES $18.59 GAS INC SUPPLIES AS NEEDED 20883915 OXYGEN&MISC. $51.19 80026210-54100 SUPPLIES $51.19 SUPPLIES AS NEEDED Vendor Total: $69.78 MENDOCINO EH38700 HAZARDOUS $1,171.00 80026210-59101 FEES $1,171.00 COUNTY MATERIALS PERMIT ENVIRONMENTAL HZ236427 HEALTH EH38794 HAZARDOUS $560.00 80026220-59101 FEES $560.00 MATERIALS PERMIT HZ235436 EH38699 HAZARDOUS $1,036.00 80026220-59101 FEES $1,036.00 MATERIALS PERMIT HZ235259 ........... Vendor Total: $2,767.00 MES-MUNICIPAL IN1393473 AMERICAN $97.13 25321210-54106 SPECIALTY $48.56 EMERGENCY HOOKIORANGE SUPPLIES SERVICES INC HANDLE Page 43 of 479 Iiinvoices III m m MES-MUNICIPAL IN1393473 AMERICAN $97.13 91621400-54106 SPECIALTY $48.57 EMERGENCY HOOKIORANGE SUPPLIES SERVICES INC HANDLE ........ ____ Vendor Total: $97.13 MOIRS 156907 WSC„POOL SUPPLIES $165.,70 82027111-58202 CHEMICALS $165.70 AS NEEDED 156715 MISC.POOL SUPPLIES $220.,93 82027111-58202 CHEMICALS $220,93 AS NEEDED 156823 MIiSC.POOL SUPPLIES $331„39 82027111-58202 CHEMICALS $331.39 AS NEEDED 156847 MISC...POOL SUPPLIES $331.39 82027111 58202 CHEMICALS $331.39 AS NEEDED 156894 MISC.POOL SUPPLIES $331.39 82027111-58202 CHEMICALS $331.39 AS NEEDED 156785 MISC.POOL SUPPLIES $386.63 82027111-58202 CHEMICALS $386.63 AS NEEDED 156743 MISC.POOL SUPPLIES $101.39 84027225-56120 EQUIPMENT $101.39 AS NEEDED MAINTENANCE& REPAIR 156726 MISC..POOL SUPPLIES $169 85 84027225-56120 EQUIPMENT $169.85 AS NEEDED MAINTENANCE& REPAIR _ Vendor Total:- -$2,038.67 MUNI SERVICES INV06 007671 SALES TAX AUDIT $12.20 10013400-52100 CONTRACTUAL $12.20 LLC REPORTING SERV SERVICES INV06-007670 SALES TAX AUDIT $956.18 10013400-52100 CONTRACTUAL $956.18 REPORTING SERV SERVICES Vendor Total: $968.38 NAPA GLOVE 0079722-IN GOATSKIN GLOVES $689.35 80026110-54102 SMALL TOOLS $689.35 AND SAFETY INC Vendor Total:....$689.35 NATHANIEL DV122619 INSTRUCTOR $273.00 10022850-52100 CONTRACTUAL $273.00 HAYES SERVICES ____ Vendor Total: $273.00 NFP NATIONAL 20-01 NFP JAN 20 NFP $3,176.42 20700000-20523 PIR DEDUCT-LTD $2,841.17 ACCOUNT INSURANCE SERVICES INC 20700000-20512 REM1F LIFE $37.25 20700000-20512 REM1F LIFE $298.00 Vendor Total: $3,176.42 NOR-CAL 18576 MISC.ROCK&ROAD $1,145.64 10024620-54120 PW-SPECIAL $366.61 RECYCLED PATCH MATERI SUPPLIES ROCK& AGGREGATES INC 10022100-54100 SUPPLIES $779.03 --Vendor Total: $1,145.64 NORTH COAST 121119 IMPLEMENTING $1,487.50 10022810-52100 CONTRACTUAL $1,487,50 OPPORTUNITIES, COMMUNITY FOCUS SERVICES INC Vendor Total: $1,487.50 Page 44 of 479 Liiiiist of Checks Presented for Approval on lf 1.0/2020 linvoices Em- mmm NORTHERN 903739343 SAFETY SUPPLIES $973.45 84027225-54100 SUPPLIES $973.45 SAFETY CO INC -Vendor Total: -$973.45 OCCU-MED LTD 12193210S NOVEMBER FIRE $10,472 00 10021210-54161 BACKGROUND& $5,236.00 STAFF MEDICAL EV PHYSICALS 91521400-54161 BACKGROUND& $5,236.00 PHYSICALS --Vendor Total: ONE TIME PAY DV123019 RECREATION REFUND- $120.00 10022850-44915 RECREATION $120.00 VENDOR DIANE GREEN PROGRAM INCOME 0016472 RECREATION REFUND- $197.00 10022850-44915 RECREATION $197.00 SARAHLUNCEFORD PROGRAM INCOME 1143551 UTILITY REFUND- $56.06 90100000-10421 UTILITY $56.06 ELVIA SANTANA AND RECEIVABLES THEO WHITEHURST CLEARING ..... Vendor Total: $373.06 OPERATING 86138 DEC 19 DEC 19 HEALTH $1,497.00 20700000-20524 NON-EMPLOYEE $1,497.00 ENGINEER INSURANCE HEALTH PUBLIC&MISC INS.PREM EMPLOYEES .......... Vendor Total: - $1,497.00 OSMOSE INV1171708 OSMOSE#15.010-000- $1,096.00 80026110-54100 SUPPLIES $1,096.00 UTILITIES 004-O-CAL SERVICES INC -Vendor Total: $1,096.00 OWEN 00047887 SWEEP BROOM $683.74 10024620-56130 EXTERNAL $683.74 EQUIPMENT SERVICES COMPANY 00047889 SWEEP BROOM $683.74 10024620-56130 EXTERNAL $683.74 SERVICES 00047941 VALVE,METER $507.23 84027221-56130 EXTERNAL $507.23 ASSEMBLY SERVICES _ Vendor Total: --$1,874.71 PACE SUPPLY 025795950 PVC NIPPLE $26.83 82027111-56300 BUILDING MAINT. $26.83 CORPORATION &REPAIR 025799676 ROYAL SLOAN $537.67 20822500-56120 EQUIPMENT $537.67 MAINTENANCE& REPAIR 025779107 SENSOR KIT $915.22 20822500-56120 EQUIPMENT $915.22 MAINTENANCE& REPAIR CM025651421 REFUND METER ($855.00) 82000000-12104 INVENTORY- ($655.00) VALVE PURCHASES 025784712 ANGLE BALL METER $769.50 82000000-12104 INVENTORY- $769.50 PURCHASES 025779056 DRAIN CLEANER $50.18 20822500-54100 SUPPLIES $50.18 025788759 UNION BRASS $109.05 82027114-54100 SUPPLIES $109.05 Vendor Total: $1,553.45 Page 45 of 479 List of oil is Presented for Approval Invoices i BEEN PARKER,LUCAS vi-R UNDERWRITING $7,875.00 60012612-52155 ACTIVITY $7,875.00 AND SERVICES FOR DELIVERY ASSOCIATES BUSINESS Vendor Total: $7,875.00 PETER SF,D 24416 PD AWARDS DINNER $200.00 63020210-54100 SUPPLIES $200.00 ARMSTRONG PHOTOS _ Vendor Total:- --$200.00 PETERSON CAT R35021056 PER MONTH RENTAL $937,50 82027111-56120 EQUIPMENT $468,75 OF 200KW 2771 MAINTENANCE& REPAIR 84027221-56120 EQUIPMENT $468.75 MAINTENANCE& REPAIR R3502105 PER MONTH RENTAL $8„534,71 82027111-56120 EQUIPMENT $4,834.71 OF 200KW 27T MAINTENANCE& REPAIR 84027221�56120 EQUIPMENT $3,700.00 MAINTENANCE& REPAIR PR2700100942 REFUND SENSOR ($169.28), 84027225-56130 EXTERNAL ($169.28) SERVICES Vendor Total: -$9,302.93 PETERSON 219462RX1 CLAMP $13,46 90000000-23252 DISTRICT USE ($0.02) TRUCKS INC TAX-LIBRARIES 90000000-23237 DISTRICT USE ($0.06) TAX-MEASURE S 84027221-56130 EXTERNAL $0.08 SERVICES 84027221-56130 EXTERNAL $13.46 SERVICES 219381 RXI WIPER BLADES $15.62 90000000-23252 DISTRICT USE ($0.02) TAX-LIBRARIES 90000000-23237 DISTRICT USE ($0.07) TAX-MEASURE S 10020210-56130 EXTERNAL $0.09 SERVICES 10020210-56130 EXTERNAL $15.62 SERVICES 219577R BLADES $30.46 90000000-23252 DISTRICT USE ($0.04) TAX-LIBRARIES 90000000-23237 DISTRICT USE ($0.14) TAX-MEASURE S 20324100-54100 SUPPLIES $0.18 20324100-54100 SUPPLIES $30.46 219i31R BLADE BOX $33.34 90000000-23252 DISTRICT USE ($0.04) TAX-LIBRARIES 90000000-23237 DISTRICT USE ($0.15) TAX-MEASURE S 10024620-56130 EXTERNAL $0.19 SERVICES 10024620-56130 EXTERNAL $33.34 SERVICES Page 46 of 479 st of C�hecks Presented oval i II III Wb INN IIIII Il . III IIIRA Invoices m � VY 96 °` 9U II " � IW •�. " AU �' •, m m 0 " � � IIV IOb m „ PETERSON 219381R WIPER BLADES $60.85 90000000-23252 DISTRICT USE ($0.07) TRUCKS INC TAX-LIBRARIES 90000000-23237 DISTRICT USE ($0.28) TAX-MEASURE S 20324100-56112 EQUIPMENT $0.35 PARTS FOR RESALE 20324100.56112 EQUIPMENT $60.85 PARTS FOR RESALE 219462R CLAMP-HOSE $157.94 90000000-23252 DISTRICT USE ($0.18) TAX-LIBRARIES 90000000-23237 DISTRICT USE ($0.73) TAX-MEASURE S 84027221-58130 EXTERNAL $0.91 SERVICES 84027221-56130 EXTERNAL $157.94 SERVICES Vendor Total:....$311.67 PFM ASSET SMA-M11%, FINANCIAL ADVISORY $2,655.66 10015100-52100 CONTRACTUAL $2,655.66 MANAGEMENT 14101 SERVICES SERVICES LLC ___ Vendor Total: $2,655.66 PITNEY BOWES 1014509560 POSTAGE MACHINE $117.00 73022600-52100 CONTRACTUAL $117.00 INC LEASE&SUPPLI SERVICES 1014514955 POSTAGE MACHINE $146.98 73022600-52100 CONTRACTUAL $146.98 LEASE&SUPPLI SERVICES 1014520171 ITEM AZCG SENDPRO $168.15 10012200-54500 EQUIP RENTS $154.44 P1500 SERIES AND LEASES 10012200-54100 SUPPLIES $13.71 1014526816 POSTAGE MACHINE $261.00 20513300-54101 POSTAGE $261.00 LEASE&SUPPLI 1014661457 POSTAGE MACHINE $175.82 10012200-54100 SUPPLIES $175.82 LEASE&SUPPLI Vendor Total:_---$868.95 POLYDYNE INC 1411909 LIQUID POLYMER $9,465.59 84027225-58202 CHEMICALS $9,465.59 ALKYLAMINE Vendor Total: $9,465.59 PROACTIVE :2,4622 PUMP,GOPRO PVC $310.40 90000000-20231 COUNTYMENTAL ($1.55) ENVIRONMENT HEALTH.5% PRODUCTS LLC 90000000-23252 DISTRICT USE ($0.38) TAX-LIBRARIES 90000000-23237 DISTRICT USE ($1.55) TAX-MEASURE S 84027225-56125 LAB EQUIP- $27.53 REPAIR&MA1NT. 84027225-56125 LAB EQUIP- $310.40 REPAIR&MAINT. 90000000-23028 MEASURE Y ($1.55) DISTRICT TAX Page 47 of 479 List Piresented1for Approval IIII II III III m 2020 liinvdIkes Emim PROACTIVE 24622 PUMP,GOPRO PVC $310.40 90000000-23013 STATE USE TAX ($22.50) ENVIRONMENT LIABILITY PRODUCTSLLC Vendor Total: $310.40 R&B COMPANY- S1898344 001 (CPF-4-ER)COUPLING, $3,605.94 82000000-12104 INVENTORY- $3,605.94 RWC FLEX, 4" PURCHASES ........... Vendor Total: $3,605.94 RAINBOW 994330/1 PUMP ASSEMBLY $230.79 82027114-56130 EXTERNAL $230.79 AGRICULTURAL SERVICES SERVICES 2865211 K-9 FOOD $43.54 10020210-54100 SUPPLIES $43.54 2926011 K-9 FOOD-JACK $65.31 10020210-54100 SUPPLIES $65.31 986372/1 RAIN GEAR-B BOWERS $174.18 80026120-54100 SUPPLIES $174.18 28539/1 RAIN GEAR-A STRICKLIN $185.07 82027110-64100 SUPPLIES $92.53 84027220-54100 SUPPLIES $92.54 Vendor Total: $698.89 RAY C STARKEY P-1900567 EMBROIDERY $24.00 20513382-54100 SUPPLIES $24.00 SERVICES P-1900568 APPAREL-METER $111.99 20513382-54100 SUPPLIES $111.95 DEPT P-1900571 T-SHIRTS-METER $159.08 20513382-54100 SUPPLIES $159.08 DEPT P-1900569 T-SHIRTS-METER $172.53 20513382-54100 SUPPLIES $172.53 DEPT P-1901762 T-SHIRTS-WATER $216,25 82027114-54100 SUPPLIES $216.25 DEPT P-1900752 CAPS-WATER DEPT $818.74 82027114-54100 SUPPLIES $818.74 Vendor Total: $1,502.59 REBECCA 191222-RS ADV DISABILITY $2,766.08 90000000-10410 ACCOUNTS $1,383.04 SCHWENGER PENSION RECEIVABLE 90000000-10410 ACCOUNTS $1,383.04 RECEIVABLE -Vendor Total: $2,766.08 REDWOOD 2107632 CARDLOCK FUEL $8,662.84 10012200-56210 FUEL&FLUIDS $7.99 COAST FUELS PURCHASES 10020210-56210 FUEL&FLUIDS $2,192.70 10022100-56210 FUEL&FLUIDS $659.47 10022810-56210 FUEL&FLUIDS $75.01 10023320-56210 FUEL&FLUIDS $66.35 10024210-56210 FUEL&FLUIDS $28.13 10024210-56210 FUEL&FLUIDS $1,288.10 Page 48 of 479 List of I Checks NI III II Ili I III III 0 Mri � REDWOOD 2107632 CARDLOCK FUEL $8,662.84 20324100-56210 FUEL&FLUIDS $284.60 COAST FUELS PURCHASES 20513382-56210 FUEL&FLUIDS $52.56 20822500-56210 FUEL&FLUIDS $32.43 80026400-56210 FUEL&FLUIDS $1,728.17 82027111-56210 FUEL&FLUIDS $430,55 82027114-56210 FUEL&FLUIDS $379.00 82027114-56210 FUEL&FLUIDS $453.03 84027221-56210 FUEL&FLUIDS $322.86 84027221-56210 FUEL&FLUIDS $385.91 84027225-56210 FUEL&FLUIDS $275.98 2109442 CARDLOCK FUEL $42.90 20324100-58410 GARAGE $42.90 PURCHASES LUBRICANTS& PARTS _ Vendor Total: --$8,705.74 REXEL USA INC X893675 SWIVEL $21.17 10022100-54100 SUPPLIES $21.17 Vendor Total: $2i.i7 ROUND TABLE 14-54 GARAGE LUNCH $146.93 20824300-54100 SUPPLIES $146.93 PIZZA MEETING _ Vendor Total: ---$146.93 ROY THOMAS 120719 ARCH SVCS-GLU- $3,846.00 10022700-80220 BUILDING $3,846,00 HISE LAM BEAM REPAII IMPROVEMENTS Vendor Total: $3,846.00 SAFARILAND LLC 1010-255530 PRISON SUPPLIES $177.44 10020210-54201 PRISONER $177.44 EXPENSE _ Vendor Total:- --$177.44 SAFEWAY INC STMT DEC 19 MISC.PURCHASES AS $3,341.12 10020210-52100 CONTRACTUAL $45.95 NEEDED SERVICES 10010000-54100 SUPPLIES $19.35 10010000-54100 SUPPLIES $75.15 10013400-54100 SUPPLIES $24.63 10022700-54100 SUPPLIES $13.54 10022700-54100 SUPPLIES $27.95 10022700-54100 SUPPLIES $199.91 31422860-54100 SUPPLIES $6.50 31422860-54100 SUPPLIES $24.95 31422860-54100 SUPPLIES $31.76 Page 49 of 479 List of Checks iApproval on 1[1.0/2020 Invokes SAFEWAY INC STMT DEC 19 MISC.PURCHASES AS $3„341.12 31422860-54100 SUPPLIES $42.43 NEEDED 31422860-54100 SUPPLIES $47.76 31422860-54100 SUPPLIES $54.97 31422860-54100 SUPPLIES $61.25 31422860-54100 SUPPLIES $65.33 31422860-54100 SUPPLIES $70.24 31422860-54100 SUPPLIES $79.18 31422860-54100 SUPPLIES $92.62 31422860,54100 SUPPLIES $99.34 31422860-54100 SUPPLIES $100.80 31422860-54100 SUPPLIES $124.20 31422860-54100 SUPPLIES $125.04 31422860-54100 SUPPLIES $136.49 31422860-54100 SUPPLIES $141,42 31422860-54100 SUPPLIES $144.71 31422860-54100 SUPPLIES $165.40 31422860-54100 SUPPLIES $174.92 31422860-54100 SUPPLIES $177.27 31422860-54100 SUPPLIES $184,96 31422860-54100 SUPPLIES $185.70 31422860-54100 SUPPLIES $192.82 31422860-54100 SUPPLIES $199.61 73022600-54100 SUPPLIES $10.27 73022600-54100 SUPPLIES $92.97 77725200-54100 SUPPLIES $21.95 77725200-54100 SUPPLIES $66.19 82027111-54100 SUPPLIES $13.59 -Vendor Total: $3,341.12 SD MYERS LLC 801495 K-F DISSOLVED $46.00 90000000-23252 DISTRICT USE ($0.05) WATER TAX-LIBRARIES Page 50 of 479 iiiiist of Checks Presented for Approval on 011 1.0/2020 Invoices Emmom � �w SD MYERS LLC 801495 K-F DISSOLVED $46.00 90000000-23237 DISTRICT USE ($0.23) WATER TAX-MEASURE S 90000000-23013 STATE USE TAX ($3.33) LIABILITY 80026210-54100 SUPPLIES $3.61 80026210-54100 SUPPLIES $46.00 Vendor Total:.....$46.00 SEBASTOPOL IS20668 BELT $35.42 10024620-56130 EXTERNAL $35.42 BEARING& SERVICES HYDRAULIC CO INC IS20530 CAT PUMP $962 34 10024620-58130 EXTERNAL $952.34 SERVICES Vendor Total:.... --_$987.76 SHERRI'S 00012 CATERING FOR PD $228.64 10020210-52100 CONTRACTUAL $228.64 SANDWICH BAR SERVICES Vendor Total:.... --_$228.64 SHIN 103262 DESIGN&CONST $2,618.16 82227113-80230 INFRASTRUCTURE $2,618.16 CONSULTING MGMNT FOR ZONE ENGINEERS& GEOLOGISTS INC ---Vendor Total: $2,618.16 SILVA SEPTIC INC 8,3062' PORTABLE $201.42 10021210-54100 SUPPLIES $100,71 RESTROOM RENTAL 91521400-54100 SUPPLIES $100.71 Vendor Total: - $201.42 SOLID WASTES DEC 19 RESIDENTIAL $43,926.03 90200000-52170 UKIAH WASTE $43,926,03 SYSTEMSINC GARBAGE FEES SOLUTIONS Vendor Total: $43,926.03 STAPLES CREDIT 5518 PAINT $7.39 10022700-56300 BUILDING MAINT. $7.39 PLAN &REPAIR 5223 SCOTCH TAPE,COPY $22.29 10022700-54100 SUPPLIES $22.29 PAPER 3988 HIGH SPEED CABLES ($200.30) 20913900-54100 SUPPLIES ($200.30) REFUND 98945 NETGEAR $59.87 20913900-54100 SUPPLIES $59.87 1863 HIGH-SPEED CABLES $200.30 20913900-54100 SUPPLIES $200.30 2012 LABEL TAPE,PENS, $244.05 77725200-54100 SUPPLIES $244.05 PAPER CLIPS, DESKPAD,SHARPIES 3693 CARTRIDGES $65.31 80026200-54100 SUPPLIES $65.31 98850 CARTRIDGE $400.66 82027111-54100 SUPPLIES $400.65 Vendor Total:....$799.56 Page 51 of 479 Ust of iII Presented II IIIIM Invoices STATE FTB- 2018 OFFSETS $67 51 64020213-54100 SUPPLIES $67.51 CONTROLLER'S 00001130 PROGRAM OFFICE __ _ Vendor Total: -- $67.51 STEVEN DVO10920 EXAM $209.00 10023320-57100 LEARNING AND $209.00 OROPEZA REIMBURSEMENT DEVELOPMENT Vendor Total: - $209.00 THATCHER 271370 LIQUID FERRIC $8„988.26 84027225-58202 CHEMICALS $8.988.28 COMPANY OF CHLORIDE CALIFORNIA INC ___ Vendor Total: $8,988.28 THE GST TAX OV010320 SEWER LATERAL $2„000 00 84427222-52100 CONTRACTUAL $2,000.00 EXEMPT TRUST REIMBURSEMENT SERVICES FBO DAVID C RYAN Vendor Total: $2,000.00 THE PEAVEY 364983 EVIDENCE SUPPLIES $142.57 10020210-54201 PRISONER $142.57 COMPANY EXPENSE Vendor Total: $142.57 TRI-VALLEY 1-86427 PAINT SUPPLIES $19,77 90000000-23252 DISTRICT USE ($0.02) PAINTS TAX-LIBRARIES 90000000-23237 DISTRICT USE ($0.09) TAX-MEASURE S 10022100-56130 EXTERNAL $0.15 SERVICES 10022100-56130 EXTERNAL $19.77 SERVICES 90000000-23028 MEASURE Y ($0.04) DISTRICT TAX -Vendor Total: ---$19.77 UKIAH AUTO 139620 V-BELT $27.76 84027225-56300 BUILDING MAINT. $27.76 PARTS &REPAIR 137599 HOSE $2.70 84027225-56120 EQUIPMENT $2.70 MAINTENANCE& REPAIR 138736 CORE DEPOSIT ($17.42) 20324100-56112 EQUIPMENT ($17.42) PARTS FOR RESALE STMT010620 DISCOUNT ($11.16) 20324100-56112 EQUIPMENT ($11.16) PARTS FOR RESALE 138693 OIL FILTER $16.66 10020210-56130 EXTERNAL $16.66 SERVICES 137714 BATTERY,CORE $157.77 10020210-56130 EXTERNAL $157,77 DEPOSIT SERVICES 140284 WIPER BLADES $47.74 10020224-56130 EXTERNAL $47.74 SERVICES 138581 BATTERY,CORE $195.83 77725200-56130 EXTERNAL $195.83 DEPOSIT SERVICES 140110 OIL FILTER,SILICONE $11.76 82027111-56130 EXTERNAL $11.76 SPRAY SERVICES 140178 LIGHT BULB $18.05 82027111-56130 EXTERNAL $18,05 SERVICES Page 52 of 479 t of Checks 0 Presented for Approval IIIUU /10/2020 Iiiiinvdices UKIAH AUTO 137678 MW $7,61 84027221-56130 EXTERNAL $7.61 PARTS SERVICES 140109 REFLECTORS $10.89 84027221-56130 EXTERNAL $10.89 SERVICES 137676 ALUMIMUN POLUSH $21,85 84027221-56130 EXTERNAL $21.85 SERVICES 137526 TIRE WAX„GLASS $85,17 84027221-56130 EXTERNAL $85.17 CLEANER,CHROME SERVICES POLISH 138598 CARB-CHOKE $22,80 20324100.54100 SUPPLIES $22.80 CLEANER Vendor Total:.___$598.01 UKIAH DAILY 0006414620-01 EMPLOYMENT $590,38 10016100-54162 ADVERTISING $590.38 JOURNAL ADVERTISING 0006421277-01 EMPLOYMENT $630.13 10016100-54162 ADVERTISING $630.13 ADVERTISING 0006420795 PUBLIC NOTICE $118.66 10023100-52515 ADVERTISING 8 $118.66 PUBLICATION 0006423736 PUBLISHING $63.05 10012500-52150 LEGAL $63.05 SERVICES FOR FY 191 SERVICESEEXPENSES 0006429634 PUBLISHING $82.11 10012500-52150 LEGAL $82.11 SERVICES FOR FY 191 SERVICES/EXPENSES 0006432245 PUBLIC HEARING $63,05 91521400-52150 LEGAL $63.05 SERVICES/EXPENSES Vendor Total: $1,547.38 UKIAH PAPER 1505550 MISC..JANITORIAL $360.66 80026120-54102 SMALL TOOLS $360.66 SUPPLY SUPPLIES AS N 1506400 MISC.JANITORIAL $432.03 10022100-54100 SUPPLIES $432.03 SUPPLIES AS N 1506199 MISC.JANITORIAL $25.45 73022600-54100 SUPPLIES $25.45 SUPPLIES AS N 506330 MISC. JANITORIAL $568.77 73022600-54100 SUPPLIES $568,77 SUPPLIES AS N 1505772 MISC. JANITORIAL $186.37 80026120-54100 SUPPLIES $186.37 SUPPLIES AS N 1506493 MISC.JANITORIAL $186.37 80026120-54100 SUPPLIES $186.37 SUPPLIES AS N 505929 MISC.JANITORIAL $93.37 84027225-54100 SUPPLIES $93.37 SUPPLIES AS N 506040 MISC.JANITORIAL $228.28 84027225-54100 SUPPLIES $228.28 SUPPLIES AS N Vendor Total: -$2,081.30 UKIAH TROPHIES 065216 ENGRAVING $21,.78 90000000-23212 ADOPT-A-TREE $21.78 &GIFTS SERVICES PROGRAM Vendor Total: $21.78 ULINE 115211284 PARKING POLY BAGS $46.22 64020213-54100 SUPPLIES $46.22 Vendor Total: - - $46.22 UNIVAR USA INC SJ324188 SODIUM BISULFITE ($1,174.54) 84027225-58202 CHEMICALS ($1,174.54) WWTP SJ978130 SODIUM BISULFITE $5,266.50 84027225-58202 CHEMICALS $5,266.50 WWTP Page 53 of 479 mx st of Awn mi rta i oom i nirta i Invoices -- m-- - -..-.. Esummesimmumms UNIVAR USA INC SJ969198 SODIUM BISULFITE $5,638.29 84027225-58202 CHEMICALS $5,638.29 WWTP Vendor Total: - $9,730.25 VERIZON 9844595158 DATA&EMERGENCY $1,825.25 80126100-80100 MACHINERY& $152.04 WIRELESS LOANER PHONES EQUIPMENT 10012100-55100 TELEPHONE $38.01 10020210-55100 TELEPHONE $76.02 10022100-55100 TELEPHONE $38.01 10022810-55100 TELEPHONE $38.01 10022840-55100 TELEPHONE $38.01 10023100 55100 TELEPHONE $38.01 10023320-55100 TELEPHONE $38.01 10024210-55100 TELEPHONE $69.69 10024620-55100 TELEPHONE $53.66 20913900 55100 TELEPHONE $423.72 70024500-55100 TELEPHONE $28.51 77725200-55100 TELEPHONE $38.01 80026210-55100 TELEPHONE $38.01 80026400-55100 TELEPHONE $232.06 82027110-55100 TELEPHONE $117.20 82027111-55100 TELEPHONE $76.02 82027114-55100 TELEPHONE $40.02 84027220-55100 TELEPHONE $98.18 84027221-55100 TELEPHONE $154.05 -Vendor Total: $1,825.25 VWR 8088546746 LABORATORY $237.04 84027225-56120 EQUIPMENT $237.04 INTERNATIONAL SUPPLIES WWTP MAINTENANCE& INC REPAIR 8088601523 LABORATORY $77.65 84027225-56125 LAB EQUIP- $29.84 SUPPLIES WWTP REPAIR&MA1NT. 84027225-54103 LAB SUPPLIES $47.81 -- -Vendor Total: $314.69 WAGNER& 11-19-386 ENG SVCS FOR $2,937.00 82027110-52100 CONTRACTUAL $2,937.00 BONSIGNORE WATER RIGHT PERMI SERVICES ........... Vendor Total: $2,937.00 Page 54 of 479 I. it Checks mm i mua I r Approval oom Iiinvoices WALMART 008172 CHRISTMAS LIGHTS $70.55 20824300 54100 SUPPLIES $70.55 COMMUNITY 000352 HANGERS„RIBBONS, $117,58 20824300-54100 SUPPLIES $117.58 TAPE,TINSEL GIFT BOX 000356 CHRISTMAS LIGHTS $424.34 20824300,,54100 SUPPLIES $424.34 004963 OMNI-FLEX $2.14 20913900-54100 SUPPLIES $2.14 CONNECTOR 003196 ADHENSIVE HOOKS $5.38 20913900-54100 SUPPLIES $5.38 004570 MAT„HANGERS $12.11 20913900-54100 SUPPLIES $12.11 003593 ICE RINK SUPPLIES $201.02 31422860-54100 SUPPLIES $201.02 009172 ICE RINK SUPPLIES $452.22 31422860-54100 SUPPLIES $452.22 000690 CLAMP $10.39 80026110-54100 SUPPLIES $10,39 000326 STORAGE TAPE $113.40 80026110-54100 SUPPLIES $113.40 008168 TAPE $107.90 80026120-54100 SUPPLIES $107.90 Vendor Total: $i,517.03 WECO 00447464N STO.-WHR-314-SWT. $9,293.77 84027221-54102 SMALL TOOLS $9,293.77 INDUSTRIES LLC HYBRID-PKG-80, _ Vendor Total: -$9,293.77 WESCO 547493 (C-834)COND,600 V $3,084.54 80000000-12104 INVENTORY- $3,084.54 DISTRIBUTION OH AL#2 S PURCHASES INC Vendor Total:-__ $3,084.54 WEST YOST 2039952 RRWA EXECUTIVE $30,444.37 91190100-52100 CONTRACTUAL $8,470.79 ASSOCIATED SERVICES AGREEM SERVICES 91190100-52100 CONTRACTUAL $10,861.25 SERVICES 91190100-52100 CONTRACTUAL $11,112.3� SERVICES Vendor Total: $30,444.37 WILLOW COUNTY 40351 NOV 19 WATER SERVICE- $20.00 31122000-55210 UTILITIES $20.00 WATER DIST 1640 S STATE 40353 NOV 19 WATER SERVICE $29.67 31122000-55210 UTILITIES $29.67 1640 S STATE ST 81154 NOV 19 WATER SERVICE $67.25 84027225-55210 UTILITIES $67.25 SEWER TREATMENT PLANT Vendor Total: -- $116.92 XYLEM WATER 3556A98119 #6020 091-0007,PUMP„ $7,439.43 84027221-80100 MACHINERY& $7,439.43 SOLUTIONS USA NX-4 MT/ EQUIPMENT INC 3556BO2067 #6020.091-0007.PUMP, $14,909.35 84027221-80100 MACHINERY& $14,909.35 NX-4 MT1 EQUIPMENT _ Vendor Total:- $22,348.78 INVOICE $411,110.68 TOTAL: Page 55 of 479 List I ItedfoI The following list of bills payable was reviewed and approved for Ipayment "h ,a2 x x. W Signature Invoices Immiummmmmimmuffim ABB INC 8600009813 (CB-01)CAPACITOR $64,236..25 80000000-12104 INVENTORY- $64,236.25 BANK,OUTDOO PURCHASES _ Vendor Total:- $64,236.25 ADAM ELLEDGE TA 1/26-31/20 TRAVEL ADVANCE $79218 10020210-57100 LEARNING AND $792..18 DEVELOPMENT Vendor Total:----$792.18 ADVANCED 501797 MONTHLY ALARM $24.75 10021210-52180 SECURITY $12,38 SECURITY SERVICES FOR 130 SERVICES SYSTEMS 91521400-52180 SECURITY $12.37 SERVICES Vendor Total: $24.75 ALHAMBRA 5109554 DRINKING WATER $110.98 10022700-52100 CONTRACTUAL $40.01 NATIONAL 010620 SERVICES SERVICES WATER 84027225-54100 SUPPLIES $70.97 Vendor Total: - $110.98 ALPHA 9122875- MISC.LABORATORY $110.00 82027111-52100 CONTRACTUAL $110.00 ANALYTICAL UKIAH WORK AS NEEDED SERVICES LABORATORIES INC 9123729- MISC.LABORATORY $110.00 82027111-52100 CONTRACTUAL $110.00 UKIAH WORK AS NEEDED SERVICES 9121542- MISC.LABORATORY $170.00 82027111-52100 CONTRACTUAL $170.00 UKIAH WORK AS NEEDED SERVICES 9122064- MISC.LABORATORY $230.00 82027111-52100 CONTRACTUAL $230.00 UKIAH WORK AS NEEDED SERVICES 9121725- MISC.LABORATORY $480.00 82027111-52100 CONTRACTUAL $480.00 UKIAH WORK AS NEEDED SERVICES 9122212- MISC.LABORATORY $1,170.00 82027111-52100 CONTRACTUAL $1,170.00 UKIAH WORK AS NEEDED SERVICES 9121270- MISC.LABORATORY $59.00 84027225-52100 CONTRACTUAL $59.00 UKIAHSTP WORK AS NEEDED SERVICES 9121611- MISC.LABORATORY $59.00 84027225-52100 CONTRACTUAL $59.00 UKIAHSTP WORK AS NEEDED SERVICES 9124078- MISC..LABORATORY $59.00 84027225-52100 CONTRACTUAL $59.00 UKIAHSTP WORK AS NEEDED SERVICES 9121231- MISC.LABORATORY $80.00 84027225-52100 CONTRACTUAL $80.00 UKIAHSTP WORK AS NEEDED SERVICES 9121209- MISC LABORATORY $85.00 84027225-52100 CONTRACTUAL $85,00 UKIAHSTP WORK AS NEEDED SERVICES 912404& MISC.LABORATORY $118.00 84027225-52100 CONTRACTUAL $118.00 UKIAHSTP WORK AS NEEDED SERVICES 9121621- MISC.LABORATORY $139.00 84027225-52100 CONTRACTUAL $139.00 UKIAHSTP WORK AS NEEDED SERVICES Page 56 of 479 List of Checks t ed for Approval on 1/17/2020 Invoices EmommamEmmillum ALPHA 9122141- MISC,LABORATORY $162,00 84027225-52100 CONTRACTUAL $162.00 ANALYTICAL UKIAHSTP WORK AS NEEDED SERVICES LABORATORIES INC 9124039- MISC,LABORATORY $162,00 84027225-52100 CONTRACTUAL $162.00 UKIAHSTP WORK AS NEEDED SERVICES 9121697- MISC.LABORATORY $170.00 84027225-52100 CONTRACTUAL $170.00 UKIAHSTP WORK AS NEEDED SERVICES 9121660- MISC,LABORATORY $177,00 84027225-52100 CONTRACTUAL $177.00 UKIAHSTP WORK AS NEEDED SERVICES 9122886- MISC,LABORATORY $177,00 84027225-52100 CONTRACTUAL $177.00 UKIAHSTP WORK AS NEEDED SERVICES 9121510- MISC,LABORATORY $255.00 84027225-52100 CONTRACTUAL $256.00 UKIAHSTP WORK AS NEEDED SERVICES 9121520- MISC,LABORATORY $255.00 84027225-52100 CONTRACTUAL $255.00 UKIAHSTP WORK AS NEEDED SERVICES 9122614, MISC.LABORATORY $255.00 84027225,52100 CONTRACTUAL $255.00 UKIAHSTP WORK AS NEEDED SERVICES 9123355- MISC.LABORATORY $255,00 84027225-52100 CONTRACTUAL $255.00 UKIAHSTP WORK AS NEEDED SERVICES 9122408- MISC,LABORATORY $291,00 84027225-52100 CONTRACTUAL $291..00 UKIAHSTP WORK AS NEEDED SERVICES 9123084� MISC.LABORATORY $291,00 84027225-52100 CONTRACTUAL $291.00 UKIAHSTP WORK AS NEEDED SERVICES 9123278-- MISC.LABORATORY $291,00 84027225-52100 CONTRACTUAL $291.00 UKIAHSTP WORK AS NEEDED SERVICES 9124499- MISC.LABORATORY $291.00 84027225-52100 CONTRACTUAL $291,00 UKIAHSTP WORK AS NEEDED SERVICES 9122035- MISC. LABORATORY $380.00 84027225-52100 CONTRACTUAL $380.00 UKIAHSTP WORK AS NEEDED SERVICES 9124026- MISC.. LABORATORY $380.00 84027225-52100 CONTRACTUAL $380.00 UKIAHSTP WORK AS NEEDED SERVICES 9124512 MISC.LABORATORY $410.00 84027225-52100 CONTRACTUAL $410.00 UKIAHSTP WORK AS NEEDED SERVICES 9123083- MISC.LABORATORY $748.00 84027225-52100 CONTRACTUAL $748.00 UKIAHSTP WORK AS NEEDED SERVICES Vendor Total:-__$7,819.00 ALSEA 2019100 INCIDENT VIEW APP $150.00 10021210-54320 SOFTWARE $75.00 GEOSPATIAL INC FOR IOSIANDR 91521400-54320 SOFTWARE $75.00 Vendor Total: $I50.00 AMAURY 611I19- VOLUNTEER $264.00 10021210-52181 VOLUNTEER $88.00 CONTRERAS 11/30/19 REIMBURSEMENT EXPENSES 91521400-52181 VOLUNTEER $176.00 EXPENSES Vendor Total:-___$264.00 AMAZON 1GYT-M399- DRY ERASE MARKERS $41.75 20913900-54100 SUPPLIES $41.75 CAPITAL 4NQR AND CABLE SERVICES 1 NVJ-JRVK- SURGICAL TAPE $12.23 31422860-54100 SUPPLIES $12.23 39GD 1 M4F-F4JG- FUEL BREATHER $9.68 82027114-54100 SUPPLIES $9.68 194K CAPS 1YD6-J3C3- RAIN GEAR-SEWER $63.63 84027221-54100 SUPPLIES $63.63 QNHX Vendor Total: - $127.29 Page 57 of 479 List of Checks Presented for Approval oin 1/ 17/2020 Invoices @ D IL AMERICAN DV011320 2020 CONCERT IN THE $363.00 90000000 23226 CONCERT $383.00 SOCIETY OF PARK LICENCE SERIES COMPOSERS Vendor Total: - -$363.00 ANDREW TA 1I29- TRAVEL ADVANCE $721.01 10020210-57100 LEARNING AND $721.01 PHILLIPS 31120 DEVELOPMENT Vendor Total: $721.01 ANIXTER 4449472-02 (PD-5052)PAD,BOX $1,563,14 80000000-12104 INVENTORY- $1,563.14 TRANSFORMER PURCHASES Vendor Total: - $1,563.14 AT&T 000014122049 T1 TO INTERNET FOR $301.34 10020210-55100 TELEPHONE $150,67 DONCLETS 20620231-55100 TELEPHONE $150.67 000014125061 TELEPHONE $15.48 10021210-55100 TELEPHONE $7.74 SERVICES 91521400-55100 TELEPHONE $7.74 000014125060 TELEPHONE $23,51 10021210-55100 TELEPHONE $11.75 SERVICES 91521400-55100 TELEPHONE $11.76 2463 DEC 19 TELEPHONE $51.96 10021210-55100 TELEPHONE $25,98 91521400-55100 TELEPHONE $25.98 000014159945 T1 TO INTERNET $573.75 20913900-55100 TELEPHONE $573.75 000014160342 TELEPHONE $5,052.31 20913900-55100 TELEPHONE $5,052.31 SERVICES 1718 JAN 20 CC TERMINAL $216,03 77725200-55100 TELEPHONE $216.03 Vendor Total: $6,234.38 B&B 212738 ALL THREAD BOLTS $7.61 10022300-54106 SPECIALTY $7.61 INDUSTRIAL SUPPLIES SUPPLY INC 212680 CAPS PRESSED $10A2 10022100-54100 SUPPLIES $10.42 STEEL 213064 SQUARE TUBING $71.86 82027114-54100 SUPPLIES $71.86 213042 SQUARE TUBING, $322.39 82027114-54100 SUPPLIES $322.39 ROLLED ROUND WEIGHT AND FLAT BAR Vendor Total: $412.28 BARBARA J DV010720 ART-RENDERING OF $750.00 10012600-52510 ADVERTISING& $750.00 DANIELS DOWNTOWN PROMOTION Vendor Total:- - $750.00 BAYSIDE 1660-- 5000 WINDOWED A-4, $990.50 90000000-20231 COUNTY MENTAL ($3.46) PRINTED #24GREEN W HEALTH.5% PRODUCTS 20513300-54100 SUPPLIES $3.46 Page 58 of 479 List of Checks Presented for Approval on 1/ 17/2020 linvomices BAYSIDE 116607 5000 WINDOWED A-4, $990.50 20513300-54100 SUPPLIES $990.50 PRINTED #24 GREEN W PRODUCTS ---- -- Vendor Total: $990.50 BENJAMIN 611119- VOLUNTEER $752,00 10021210-52181 VOLUNTEER $128.00 KATER 11/30/19 REIMBURSEMENT EXPENSES 91521400-52181 VOLUNTEER $624,00 EXPENSES Vendor Total: $752.00 BRIAN KLATT 6111%, VOLUNTEER $528.00 10021210-52181 VOLUNTEER $96,00 11130119 REIMBURSEMENT EXPENSES 91521400-52181 VOLUNTEER $432.00 EXPENSES _--_ Vendor Total: $528.00 BRIAN VALENTE 61V19- VOLUNTEER $544.00 1002121US2181 VOLUNTEER $128.00 11130119 REIMBURSEMENT EXPENSES 91521400-52181 VOLUNTEER $416.00 EXPENSES Vendor Total: $544.00 BUSINESS CARD 62100555967 JOB ADVERTISEMENT $49,00 10016100-54162 ADVERTISING $49.00 62100574251 JOB ADVERTISEMENT $49,00 10016100-54162 ADVERTISING $49.00 102519 JOB ADVERTISEMENT $725.00 10016100-54162 ADVERTISING $725.00 9169283777 JOB ADVERTISEMENT $800.00 10016100-54162 ADVERTISING $800.00 AD-JAN 20 JOB ADVERTISEMENT $800.00 10016100-54162 ADVERTISING $800.00 122719 JOB ADVERTISEMENT $1,000.00 10016100-54162 ADVERTISING $1,000.00 5201681 FACEBOOK $49.50 10012300-52510 ADVERTISING 6 $49.50 ADVERTISING PROMOTION 5239752 FACEBOOK $121.27 10012300-52510 ADVERTISING d $121.27 ADVERTISING PROMOTION 469129133 #86UM8070PUA-LG $1,911.22 84027225-54330 COMPUTER AND ($102.96) 86"4K ULTRA TECHNOLOGY 84027225-54330 COMPUTER AND $2,014.18 TECHNOLOGY 539860 DOOR STRAP $231.85 90000000-20231 COUNTY MENTAL ($1.02) ASSEMBLY HEALTH.5% 90000000-23252 DISTRICT USE ($0.26) TAX-LIBRARIES 90000000-23237 DISTRICT USE ($1.04) TAX-MEASURE S 10020210-56130 EXTERNAL $18.36 SERVICES 10020210-56130 EXTERNAL $231.85 SERVICES 90000000-23028 MEASURE ($1.04) DISTRICT TAX 90000000-23013 STATE USE TAX ($15.00) LIABILITY Page 59 of 479 List of Checks Presentedfor Approval on 1/ 17/21020 Invoices Emus - u a BUSINESS CARD 91166344 POWER ADAPTER $40.73 84027225-56125 LAB EQUIP- $40.73 REPAIR&MAINT. JTSKRP AIRFARE-C $639.99 10013200-57100 LEARNING AND $639.99 RASMASON DEVELOPMENT 32MK3CPT LODGING-O KEOUGH $285.48 10013400-57100 LEARNING AND $285.48 DEVELOPMENT 112-8246 HEADPHONES $146.70 10016100-57100 LEARNING AND $146.70 DEVELOPMENT 32MK46NZ LODGING-S $220.36 10016100-57100 LEARNING AND $220.36 MANNION DEVELOPMENT 1547105 REGISTRATION-S $975.00 10016100-57100 LEARNING AND $975.00 MANNION DEVELOPMENT W1130 REGISTRATION e J $95.00 10020210-57100 LEARNING AND $95.00 WYATf DEVELOPMENT INV2-WBEY REGSTRATION-J $250.00 10020210-57100 LEARNING AND $250.00 WYATT DEVELOPMENT 100802334 ON-LINE TESTING $209.00 10023320-57100 LEARNING AND $209.00 DEVELOPMENT 011520 RETIREMENT DINNER $73.15 10024210-57100 LEARNING AND $73.15 -R SEANOR DEVELOPMENT 1223191 AIRFARE-D KIRCH $611.00 20324100-57100 LEARNING AND $611.00 DEVELOPMENT 122319 AIRFARE-J THIELE $611.00 20324100-57100 LEARNING AND $611.00 DEVELOPMENT 1208663 REGISTRATION-J $638.00 20324100-57100 LEARNING AND $638.00 THIELE,D KIRCH DEVELOPMENT 1908511 COURSE#EECR 4010: $845.75 20413500-57100 LEARNING AND $845.75 PROJECT MAN DEVELOPMENT 00403 BACIAA MEMBERSHIP $60.00 10020210-57300 MEMBERSHIPS& $60.00 RENEWAL SUBSCRIPTIONS 0043812 IACP MEMBERSHIP $190.00 10020210-57300 MEMBERSHIPS& $190.00 FEE SUBSCRIPTIONS 3443-0069 VENTURA $119.00 10023100-57300 MEMBERSHIPS& $119.00 MEMBERSHIP SUBSCRIPTIONS 010320 BREAK ROOM $3.98 10012200-54100 SUPPLIES $3.98 SUPPLIES 121719 BREAK ROOM $5.97 10012200-54100 SUPPLIES $5.97 SUPPLIES 03207J GET WELL FLOWERS- $81.66 10013400-54100 SUPPLIES $81.66 L MARTIN 86543 1099 FORMS $155.82 10016100-54100 SUPPLIES $155.82 US- REPLACEMENT $31.57 10022810-54100 SUPPLIES $31.57 959402455 ACCESSORY KIT 121219 CORP YARD BBQ $7.99 20824300-54100 SUPPLIES $7.99 SUPPLIES Page 60 of 479 ist of Checks Presented for Approval on 1/ I 2020 Invoices 16 • a a BUSINESS CARD 07823J CORP YARD $16.16 20824300-54100 SUPPLIES $16.16 CHRISTMAS BBQ SUPPLIES 1005358141 HOT DOG ROLLER ($157,99) 31422860-54100 SUPPLIES ($157.99) REFUND 3036237 HEAT GUN TOOL $398.15 63820210-54100 SUPPLIES $39&15 SF--D 23220 REPLACEMENT $30.08 80026400-55100 TELEPHONE $30.08 PHONE-T SANTO ........... Vendor Total: $12,320.39 CA BUILDING OCT-DEC 19 QUARTERLY REPORT $120.60 90000000-23027 BUILDING STDS $134,00 STANDARDS FOR BSA ADMIN SPEC FD COMMISSION 1000000048110 MISCELLANEOUS ($13.40) RECEIPTS Vendor Total: $120.60 CA DIVISION OF 4TH QTR 19 4TH QTR 2019 $127,60 90000000-23012 STATE$1 BUS. ($1,148.40) THE STATE DISABILITY FEE LIC.SETASIDE ARCHITECT 90000000-23002 STATE$1 $1,276.00 BUSINESS LICENSE FEE Vendor Total:.... __-$127.60 CALIFORNIA 5397 REGISTRATION-D $279.50 10022700-57100 LEARNING AND $279,50 ASSOCIATION OF BURTON DEVELOPMENT MUSEUMS _--_ - Vendor Total: $279.50 CALIFORNIA 62969 IBANK $63,314.10 10000000-70102 BOND INTEREST $63,314.10 INFRASTRUCTUR INFRASTRUCTURE EXPENSE E AND FINANCING ECONOMIC - VendorTotal: $63,314.10 CALIFORNIA 200005618 REGISTRATION-D $425.00 10013400-57100 LEARNING AND $425.00 SOCIETY OF HARRIS DEVELOPMENT MUNICIPAL FINANCE OFFICERS Vendor Total: $425.00 CANDICE TA1123120 TRAVEL ADVANCE $25.00 10013200-57100 LEARNING AND $25.00 RASMASON DEVELOPMENT Vendor Total:- $25.00 CANTEEN 5975:006622 WATER FILTRATION $45.00 10020210-54100 SUPPLIES $22.50 SERVICE SERVICE POLICE 20620231-54100 SUPPLIES $22.50 Vendor Total:-- $45.00 CARDINAL PUMP 045099 PULSA FEEDER 1 $767.00 82027111-56120 EQUIPMENT $767.00 COMPANY PUMP MAINTENANCE& REPAIR _ Vendor Total: $767.00 CHEM DRY 20117 CARPET CLEANING $1,205.00 10022700-56300 BUILDING MAINT. $1,205.00 SERVICES &REPAIR Vendor Total: - $1,205.00 CINTAS 4037269755 RUG/MAT&UNIFORM $37.09 20822500-56300 BUILDING MAINT. $37.09 CORPORATION SERVICES &REPAIR Page 61 of 479 Invoices IMEMESEEMEEMEW CINTAS 4037915146 RUGIMAT&UNIFORM $37.09 20822500-56300 BUILDING MAINT, $37.09 CORPORATION SERVICES &REPAIR 4038462551 RUGIMAT&UNIFORM $37,09 20822500 56300 BUILDING MAINT. $37,09 SERVICES &REPAIR 4036727262 RUGIMAT&UNIFORM $50,05 20822500-56300 BUILDING MAINT. $50.05 SERVICES &REPAIR 4037269678 RUGIMAT&UNIFORM $43,80 20324100-52100 CONTRACTUAL $43.80 SERVICES SERVICES 4037915223 RUGIMAT&UNIFORM $43,80 20324100-52100 CONTRACTUAL $43.80 SERVICES SERVICES 4036727160 RUGIMAT&UNIFORM $64,60 20324100-52100 CONTRACTUAL $64.60 SERVICES SERVICES 4037915213 RUGIMAT&UNIFORM $35.00 73022600-52100 CONTRACTUAL $35.00 SERVICES SERVICES 5014924628 RUGIMAT&UNIFORM $948.21 10024620-54100 SUPPLIES $316.07 SERVICES 80026110-54100 SUPPLIES $31&09 82027114-54100 SUPPLIES $15&04 84027221-54100 SUPPLIES $158.01 4036727171 RUGIMAT&UNIFORM $35,00 73022600-54100 SUPPLIES $35.00 SERVICES 4036819130 RUGIMAT&UNIFORM $24.51 77725200-54100 SUPPLIES $24.51 SERVICES Vendor Total: $1,356.24 CLARK PEST 25097040 PEST CONTROL SVCS $94.00 80026210-52100 CONTRACTUAL $94.00 CONTROL SERVICES 25085547 PEST CONTROL SVCS $74.00 80026220-52100 CONTRACTUAL $74.00 SERVICES 25251684 PEST CONTROL SVCS $95.00 80026400-52100 CONTRACTUAL $95.00 SERVICES Vendor Total: $263.00 CODE 65731 CODIFICATION $100.60 10012500-52100 CONTRACTUAL $100.50 PUBLISHING SERVICES AS PER A SERVICES COMPANY Vendor Total:-_-_$100,50 COFFEE CRITIC R22945 MISC.COFFEE $90.00 10012200-54100 SUPPLIES $90.00 INC,THE SUPPLIES AS NEEDED Vendor Total: $90.00 COLANTUONO 41100 LEGAL SERVICES $30.00 84427222-52100 CONTRACTUAL $30.00 HIGHSMITH& SERVICES WHATLEY PC _ Vendor Total: - $30.00 OOILTON HINES 611119- VOLUNTEER $88.00 10021210-52181 VOLUNTEER $32.00 11/30/19 REIMBURSEMENT EXPENSES 91521400-52181 VOLUNTEER $56.00 EXPENSES Vendor Total: $88.00 COMCAST 5488 JAN 20 INTERNET SERVICES $98.24 10021210-55100 TELEPHONE $49.12 91521400-55100 TELEPHONE $49.12 1067 JAN 20 INTERNET SERVICES $123.19 10021210-55100 TELEPHONE $61.59 Page 62 of 479 List of Checks Presented for Approval on 1/17/2020 Invoices Isms COMCAST 1067 JAN 20 INTERNET SERVICES $123.19 91521400-55100 TELEPHONE $61.60 1296 JAN 20 INTERNET SERVICES $170.31 20913900-55100 TELEPHONE $170.31 4635 JAN 20 INTERNET SERVICES $247.00 20913900-55100 TELEPHONE $247.00 Vendor Total: $638.74 COOPER 2023 COMPLIANCE& $500.00 80026400-52100 CONTRACTUAL $500.00 COMPLIANCE REPORTING SERVICE SERVICES CORPORATION --Vendor Total: $500.00 CRESTLINE 2445798 POCKET POWER $934.05 63820210-54100 SUPPLIES $934.05 SPECIALTIES, BANK AND LASER INC ENGRAVING ___ Vendor Total:- $934.05 DANIEL STEEL& 15139 CRANE SERVICES AS $35.00 84027225-56120 EQUIPMENT $35.00 MACHINE INC NEEDED AT WW MAINTENANCE& REPAIR 15116 CRANE SERVICES AS $881.89 84027225-56120 EQUIPMENT $881.89 NEEDED AT WW MAINTENANCE& REPAIR 15136 LABOR AND $56.51 84027221-54100 SUPPLIES $56,51 MATERIALS ..... Vendor Total: $973.40 DAVID BIGLER 4 DEVELOPMENT OF $3,500.00 82227113-80230 INFRASTRUCTURE $3,500.00 WATER CONS METH ___ Vendor Total: $3,500.00 DAVID KIRCH TA 112 1-2 312 0 TRAVEL ADVANCE $105.00 20324100-57100 LEARNING AND $105.00 DEVELOPMENT Vendor Total: $105.00 DE NORA WATER '1698130 A-1088 MOTOR $3,556.17 84027225-56120 EQUIPMENT $3,556.17 TECHNOLOGIES ASSEMBLY 120 V AN MAINTENANCE& REPAIR 1698255 CLEANING BALLS AND $386.42 84027225-56125 LAB EQUIP- $386.42 CELLS REPAIR&MAINT. Vendor Total:-- $3,942.59 DEEP VALLEY 3559866 SECURITY SYSTEM $39.95 10022100-52180 SECURITY $39.95 SECURITY MONITORING AT SERVICES 355986 ALARM SERVICES $278.65 10022100-52180 SECURITY $26.95 PER ATTACHED CO SERVICES 10022100-52180 SECURITY $29.95 SERVICES 10022700-52180 SECURITY $42.95 SERVICES 20822500-52180 SECURITY $42.95 SERVICES 20824300-52180 SECURITY $49.00 SERVICES 73022600-52180 SECURITY $19.95 SERVICES 73022600-52180 SECURITY $21.95 SERVICES 82027111-52180 SECURITY $20.00 SERVICES Page 63 of 479 List of Checks Presented for Approval on 1/17/2020 I Invoices DEEP VALLEY 355986 ALARM SERVICES $278.65 82027111-52180 SECURITY $24.95 SECURITY PER ATTACHED CO SERVICES 3559865 SECURITY UPGRADE $42.95 10022700-52180 SECURITY $42.95 &MONITORING/ SERVICES 3559861 MONITORING- $32.95 10022822-52180 SECURITY $32.95 SOFTBALL COMPLEX SERVICES 3559862 MONITORING- $24.95 20824300-52180 SECURITY $24.95 STREETIWATER DEPT SERVICES 3559863 MONITORING- $36.95 20824300-52180 SECURITY $36.95 GARAGE SERVICES 3559864 PROVIDE AND INSTALL $52.95 80026400-52180 SECURITY $52.95 ELECTRONIC SERVICES Vendor Total: $509.35 DEPARTMENT OF 425964 FINGERPRINTS $603.00 10020210-54169 LIVESCAN $603,00 JUSTICE 426071 FINGERPRINTS $147,00 10022900-54169 LIVESCAN $147.00 Vendor Total: $750.00 DEPT OF OCT-DEC 19 OCT-DEC 2019 SMIP $509.14 90000000-23006 STRONG MOTION ($26.80) CONSERVATION TAX RETURN ED.SETASIDE 90000000-23005 STRONG MOTION $535.94 INSTR.PROG. Vendor Total: - $509.14 EDDIE VEDOLLA DV120319 B INSTRUCTOR $42.00 10022850-52100 CONTRACTUAL $42.00 JR SERVICES DV120319 A INSTRUCTOR $84.00 10022850-52100 CONTRACTUAL $84.00 SERVICES ........... Vendor Total: - -$126.00 EFAX 1367508 EFAX SERVICES $149.50 10012200-52100 CONTRACTUAL $149.50 CORPORATE SERVICES Vendor Total: $149.50 EFFICIENCY 2560 ADMIN OF EUD $3,950.00 80626450-52137 PUBLIC $3.950.00 SERVICES PUBLIC BENEFITS P BENEFITS GROUP LLC PROGRAM MGMT Vendor Total: $3,950.00 ELECTROMARK 9341883866 HIGH VOLTAGE VINYL $240.57 80000000-12104 INVENTORY- $240.57 PURCHASES Vendor Total:- - $240.57 EMBLEM 774731 POLICE PATCHES $800.67 10020210-54100 SUPPLIES $800.57 ENTERPRISES Vendor Total:....$800.67 FBI-NAA CALIF- 50533-2020 ANNUAL MEMBERSHIP $125.00 10020210-57300 MEMBERSHIPS& $125.00 SACRAMENTO -JUSTIN WYATT SUBSCRIPTIONS DIV ____ Vendor Total: $125.00 FEDERAL 6-873-76021 SHIPPING SERVICES $28.51 25321210-54101 POSTAGE $14.25 EXPRESS 91621400-54101 POSTAGE $14.26 Vendor Total: $28.51 Page 64 of 479 ist of Checks Presented for Approval on 1/17/2020 Invoices Immmismilmilimmum FLEETPRIDE 43062758 ALTERNATOR $272.81 91521400-56130 EXTERNAL $272.81 SERVICES Vendor Total:-- $272.8i GABRIEL BA FY19I°20 BOOT ALLOWANCE $150.00 82027111.54100 SUPPLIES $150.00 QUINONEz Vendor Total:_- $150.00 GABRIELA &1119- VOLUNTEER $72 00 91521400-52181 VOLUNTEER $72.00 BUSHWAY 11130l19 REIMBURSEMENT EXPENSES ...... Vendor Total: $72.00 GALLS PARENT 014606278 #BPI 164 BLK CTM WT $26.,67 10020210 54100 SUPPLIES $26.67 HOLDINGS LLC -LAPD SERE __ _ Vendor Total:........... - $26.67 GCR TIRES& 851-48419 TIRES,TUBES„ $374,74 10020210-56130 EXTERNAL $374.74 SERVICES REPAIRS&LABOR SERVICES 851-48428 TIRES,TUBES„ $469.53 10020210-56130 EXTERNAL $469.63 REPAIRS&LABOR SERVICES 851-48324 TIRES,TUBES„ $489.57 10020210-56130 EXTERNAL $489,57 REPAIRS&LABOR SERVICES 851-48402 TIRES,TUBES,,. $571,57 10020210-56130 EXTERNAL $571.57 REPAIRS&LABOR SERVICES 851-48320 TIRES,TUBES,,, $781.,07 10020210-56130 EXTERNAL $781.07 REPAIRS&LABOR SERVICES 851-48322 TIRES,TUBES, $32.18 10022100-56130 EXTERNAL $32.18 REPAIRS&LABOR SERVICES 851-48481 TIRES,TUBES, $414.57 10022100-56130 EXTERNAL $414.57 REPAIRS&LABOR SERVICES ---Vendor Total: $3,133.23 GENERAL 1360057 KLEIN#5109S-WIDE $1,441.65 80026120-54102 SMALL TOOLS $1,441.65 PACIFIC INC OPENING BUC 1359142 BARREL LOCK KEY $271.10 20513380-54100 SUPPLIES $271.10 Vendor Total: - $1,712.75 GHD INC 133753 RAIL TRAIL PHASE 3 $5,704.16 51124210-80230 INFRASTRUCTURE $5,704.16 Vendor Total: $5,704.16 GRAINGER INC 9401755146 BABY WIPES $24.47 10021210-54100 SUPPLIES $12.23 91521400-54100 SUPPLIES $12.24 9398205196 ALUMINUM FOIL AND $127.09 10021210-54100 SUPPLIES $63.54 TIRE SHINE 91521400-54100 SUPPLIES $63.55 9368849379 CLEANERS, $207.55 10021210-54100 SUPPLIES $10178 DETERGENT AND TRASH BAGS 91521400-54100 SUPPLIES $103.77 Vendor Total: $35V1'1 GRANITE 1731712 MISC.ROCK&ROAD $672.16 10024620-54120 PIN-SPECIAL $569.77 CONSTRUCTION PATCH MATERI SUPPLIES COMPANY Page 65 of 479 l - ist of Checks Presented for Approval oin IL/3.7/2020 Invoices I� m it a GRANITE 1731712 MISC.ROCK&ROAD $672.16 84027221-54100 SUPPLIES $102.39 CONSTRUCTION PATCH MATERI COMPANY 1731701 MISC.ROCK&ROAD $2,425.85 84027221-54100 SUPPLIES $2,425.85 PATCH MATERI ........... Vendor Total:- $3,098.01 GREG OWEN TA 1/26-29/20 TRAVEL ADVANCE $380.00 77725200-57100 LEARNING AND $380.00 DEVELOPMENT Vendor Total: $380.00 HAILEY STONE 611119- VOLUNTEER $56.00 10021210-52181 VOLUNTEER $8.00 11/30/19 REIMBURSEMENT EXPENSES 91521400-52181 VOLUNTEER $48.00 EXPENSES Vendor Total: - $56.00 HDL COREN& 0027470-IN PROPERTY TAX $8,705.00 10012200-52100 CONTRACTUAL $8,705.00 CONE CONSULTING SERVIC SERVICES ___ Vendor Total: $8.705.00 HERC RENTALS 31232512-001 RENTAL OR $467.34 10024620-52100 CONTRACTUAL $467.34 INC PURCHASE OF MISC. SERVICES EQUIPMENT 30799351-006 WATER TRUCK 2000 $2,922.07 82027111-52100 CONTRACTUAL $2,922.07 GALLON DSL- SERVICES ----------- Vendor Total: $3,389.41 HILDEBRAND 161 SEWER RATE STUDY $25,179.00 84427222-52100 CONTRACTUAL $12,589.50 CONSULTING SERVICES LLC 94000000-52100 CONTRACTUAL $12,589.50 SERVICES ........... Vendor Total: $25,179.00 IAN BROESKE TR 112-6120 TRAVEL $902.24 10021210-57100 LEARNING AND $451.12 REIMBURSEMENT DEVELOPMENT 91521400-57100 LEARNING AND $451.12 DEVELOPMENT Vendor Total: $902.24 INFOSEND INC 163907 UB PRINT&MAIL $1,002.50 80626450-52139 RESEARCH $1,002.50 SERVICES DEVELOPMENT& DEMO Vendor Total:- $1,002.50 INSTITUTE FOR BVL338 ANALYZE WATER $359.30 82027111-52100 CONTRACTUAL $359.30 ENVIROMENTAL SAMPLES SERVICES HEALTH INC ____ Vendor Total: $359.30 INTEGRITY 101869 SHREDDING $57.00 20513300-52100 CONTRACTUAL $57.00 SHRED SERVICES SERVICES 101868 SHREDDING $57.00 10020210-54100 SUPPLIES $28.50 SERVICES 20820231-54100 SUPPLIES $28.50 Vendor Total: $114.00 INTERNATIONAL 1001134075 RESIDENTIAL CODING $59.00 10023320-57100 LEARNING AND $59.00 CODE COUNCIL DEVELOPMENT Page 66 of 479 List of Checks Presented for Approval on 1/ 17/2020 Invowices INTERNATIONAL 1001111673 CODING TABS $97.66 10023320-57100 LEARNING AND $97.66 CODE COUNCIL DEVELOPMENT Vendor Total: $156.66 INTERSTATE 379938 BATTERIES $62.61 82027111-56120 EQUIPMENT $62.61 BATTERIES MAINTENANCE& REPAIR 379898 BATTERIES $257.35 80026110-56130 EXTERNAL $257,35 SERVICES ____ Vendor Total: $319.96 INTERWEST 53456 ON-CALL BUILDING& $71.25 10023320-52100 CONTRACTUAL $71.25 CONSULTING PLAN CHECK SERVICES GROUP INC ----_ --- Vendor Total: $71.25 IRVINE& 3034 RAISED LETTER $918.02 25321210-54106 SPECIALTY $459.01 JACHENSINC BUCKLES SUPPLIES 91621400-54106 SPECIALTY $459.01 SUPPLIES ..... Vendor Total: $918.02 J&M LOCK 50137 DUPLICATE KEYS, $138.23 20822500-56300 BUILDING MAINT. $138.23 REPAIRS&MISC &REPAIR 50112 DUPLICATE KEYS, $12.50 10022100-59400 OTHER $12.50 REPAIRS&MISC EXPENSES 50116 DUPLICATE KEYS, $4.90 10020210-54100 SUPPLIES $4.90 REPAIRS&MISC 50134 DUPLICATE KEYS, $41.85 10022100-54100 SUPPLIES $41.85 REPAIRS&MISC ____ Vendor Total: $197.48 JAMAR 0048475 STARNEXT $1.518.81 63020210-52100 CONTRACTUAL $1,51&81 TECHNOLOGIES SOFTWARE SERVICES INC ___ Vendor Total: $1,518.81 JASON GILMAN 611119- VOLUNTEER $24.00 91521400-52181 VOLUNTEER $24.00 11/30/19 REIMBURSEMENT EXPENSES Vendor Total: -- $24.00 JONATHAN 611119- VOLUNTEER $272.00 10021210-52181 VOLUNTEER $72.00 MOORE- 11/30/19 REIMBURSEMENT EXPENSES NORTHROP 91521400-52181 VOLUNTEER $200.00 EXPENSES ____ Vendor Total: $272.00 JOYCE 611119- VOLUNTEER $72.00 91521400-52181 VOLUNTEER $72.00 BOGHOSIAN 11/30/19 REIMBURSEMENT EXPENSES Vendor Total:-- $72.00 JUSTIN MARTIN 611/19- VOLUNTEER $16.00 10021210-52181 VOLUNTEER $16.00 11/30/19 REIMBURSEMENT EXPENSES Vendor Total: - $16.00 KEN FOWLER 2'2733 MISC.AUTO PARTS AS $99.68 10022100-56130 EXTERNAL $99.68 MOTORS INC NEEDED SERVICES Vendor Total: -$99.68 Page 67 of 479 Invoices KS STATEBANK 010320 TYPE I i 1 FIRE $18,741.86 91721400-74500 CAPITAL LEASE $18,741.86 ENGINE#6863 PRINCIPAL Vendor Total: $18,74I.86 LES SCHWAB 64000457520 MISC.TIRE SERVICES $30.00 10024620-56130 EXTERNAL $30.00 TIRE CENTER AS NEEDED SERVICES Vendor Total: - -$30.00 LEXISNEXIS RISK 1410964- LEXIS NEXIS LE PLUS $78.00 10020210-54202 MAJOR CRIME $78.00 DATA 20191231 SEARCHING INVESTIGATIONS MANAGEMENT INC Vendor Total:- --$78.00 LIFE ASSIST 963843 MISC.EMS SUPPLIES $121.08 10021210-54100 SUPPLIES $60.54 AS NEEDED 91721400-54100 SUPPLIES $60.54 Vendor Total:- $121.08 LORELEI SCOTT 6969 PRINTED BANNER- $471.06 90000000-23243 FAMILY FUN IN $471.06 KIDS TRIATHLON THE SUN 7518 LITTLE LEAGUE $40.89 10022832-54100 SUPPLIES $40.89 BANNER DATE CHANGE ---- -- Vendor Total: i5i1.95 LUIS 611119- VOLUNTEER $72.00 10021210-52181 VOLUNTEER $24.00 VILLALOBOS 11/30/19 REIMBURSEMENT EXPENSES 91521400-52181 VOLUNTEER $48.00 EXPENSES -Vendor Total: $72.00 LYMAN GROUP„ 5237905 STRAW BIO WATTLE ($240.26) 70024500-54100 SUPPLIES ($240.26) INC,THE 5237903 STRAW,STAKES $419.81 70024500-54100 SUPPLIES $419.81 5238729 RAIN GEAR-WATER $94.55 82027114-54100 SUPPLIES $94.55 DEFT .... Vendor Total: ---5274.10 MAHALA DV123019 INSTRUCTOR $885.50 10022850-52100 CONTRACTUAL $885.50 JACYNTHE SERVICES KUEHNE ---- ---- Vendor Total: $885.50 MARGARET 120868-5 1 PHOTOVOLTAIC REFUND $162.57 90100000-10421 UTILITY $162.57 MCCLURE RECEIVABLES CLEARING Vendor Total: -$162.57 MARK HILLIKER 611119- VOLUNTEER $64.00 10021210-52181 VOLUNTEER $40.00 11/30/19 REIMBURSEMENT EXPENSES 91521400-52181 VOLUNTEER $24.00 EXPENSES Vendor Total: $64.00 MAX OSWALD TA 1127-30120 TRAVEL ADVANCE $60.00 10020210-57100 LEARNING AND $60.00 DEVELOPMENT --Vendor Total: --$60.00 Page 68 of 479 List of Checks Presented for Approval on 1/ �17/2020 Invoices n it a MEAD&HUNT 297830 AIRPORT LAND USE $11,086.52 77725200-52100 CONTRACTUAL $11,086.52 INC PLAN UPDATE SERVICES _ Vendor Total: -$11,086.52 MENDOCINO 201910-4 SLAIMAINTENANCE $525.00 20820231-52100 CONTRACTUAL $525.00 COUNTY AGREEMENT FY19 SERVICES INFORMATION SERVICES DIVISION 210 1 91 1-4 SLAIMAINTENANCE $525.00 20620231-52100 CONTRACTUAL $525.00 AGREEMENT FY19 SERVICES 20197-4 SLAIMAINTENANCE $525.00 20620231-52100 CONTRACTUAL $525.00 AGREEMENT FYI SERVICES 20198-4 SLAIMA:NTENANCE $525.00 20620231-52100 CONTRACTUAL $525.00 AGREEMENT FY19 SERVICES 20199-4 SLAIMAINTENANCE $525,00 20620231-52100 CONTRACTUAL $525.00 AGREEMENT FY19 SERVICES ........... Vendor Total: - $2.625.00 MENDOCINO CU10820 RECYCLE SERVICES $62.00 80026220-54100 SUPPLIES $62.00 SOLID WASTE MANAGEMENT AUTHORITY WWTP10820 RECYCLE SERVICES $6.25 84027225-54100 SUPPLIES $6.25 Vendor Total: $68.25 MICHAEL 611119- VOLUNTEER $80.00 10021210-52181 VOLUNTEER $48.00 MAYFIELD 11/30/19 REIMBURSEMENT EXPENSES 91521400-52181 VOLUNTEER $32,00 EXPENSES Vendor Total: $80.00 MILLVIEW UVFD DEC 19 WATER SERVICES- $50,22 10021210-55210 UTILITIES $25.11 COUNTY WATER LOVERS LANE DISTRICT 91521400-55210 UTILITIES $25.11 Vendor Total:- $50.22 MOTION CA23-518338 BEARINGS,FITTINGS $256.49 84027225-56120 EQUIPMENT $256.49 INDUSTRIES INC &MISC.SUP MAINTENANCE& REPAIR Vendor Total: - $256.49 MYGOV LLC 6088 ANNUAL LICENSE $6,180.00 20513300-52100 CONTRACTUAL $6,180.00 RENEWAL SERVICES ----- Vendor Total: $6,180.00 NATHANIEL DVO10220 INSTRUCTOR $1,618.00 10022850-52100 CONTRACTUAL $1,618.00 HAYES SERVICES .......... Vendor Total: $1,618.00 NCG SAFETY INC 524677 GOATSKIN DRIVER $286.09 84027225-54100 SUPPLIES $286.09 GLOVES ---_ Vendor Total: $286.09 P,NCPA 008102- NCPA JAN 20 $768,495.00 80026440-58104 NCPA $40,401.00 0120026 MANAGEMENT SERVICES Page 69 of 479 ro List of Checks Presentedfor Approval on 1/ 17/2020 Invoices a - n � IBM NNCIP'A 006102- NCPA JAN 20 $768,495.00 80026440-58101 NCPA PLANT $185,536.00 0120026 GENERATION 80026440-58102 NCPA POWER $427,592.00 PURCHASES 80026440-58105 NCPA THIRD ($63,604.00) PARTY SALES 80026440-58103 NCPA $178,570.00 TRANSMISSION Vendor Total:-$768,495.00 NFP'A 7652672Y ELECTRIC SAFETY $65,16 10023320-57100 LEARNING AND $65,16 NFP DEVELOPMENT Vendor Total: $65.16 NICK CALI NOV 19 VOLUNTEER $24.00 10021210-52181 VOLUNTEER $24.00 REIMBURSEMENT EXPENSES Vendor Total: $24.00 NOBLE TA 1126-31120 TRAVEL ADVANCE $1,,039.90 10020210-57100 LEARNING AND $1,039.90 WAIDELICH DEVELOPMENT Vendor Total: $i,039.90 NOR-CAL 18588 MISC.ROCK&ROAD $643.25 82027114-54100 SUPPLIES $643.25 RECYCLED PATCH MATERI ROCK& AGGREGATES INC 18586 MISC.ROCK&ROAD $10.00 84027221-54100 SUPPLIES $10.00 PATCH MATERI Vendor Total:....$653.25 ONE TIME PAY DVOI0720 RECREATION REFUND $72.25 10022831-44915 RECREATION $72.25 VENDOR -ROSALIA GARCIYA PROGRAM INCOME 121118-4 UTILITY REFUND- $91.91 90100000-10421 UTILITY $91.91 RESA LATTIMER RECEIVABLES CLEARING 107290-9 UTILITY REFUND- $207.35 90100000-10421 UTILITY $207.35 AMANDA WATKINS, RECEIVABLES ROBERT TYRRELL CLEARING Vendor Total:....$371.51 ONESOURCE S6327190 001 PARALLEL CLAMPS $228.47 80000000-12104 INVENTORY- $228.47 DISTRIBUTORS PURCHASES LLC S6342339 001 INSULATED FIXTURE $343.94 80000000-12104 INVENTORY- $343.94 PURCHASES S6277390 005 (B-154)BRACE„ $347.31 80000000-12104 INVENTORY- $347.31 CROSSARM 36" PURCHASES S6277390 009 (13-154)BRACE, $854.40 80000000-12104 INVENTORY- $854.40 CROSSARM36" PURCHASES S6277729002 (2U-PA-1)PARKING $1,704.44 80000000-12104 INVENTORY- $1,704.44 BUSHING,SIN PURCHASES S6339508 002 IMPACT WRENCH $358.46 80026120-54102 SMALL TOOLS $358.46 S6259300 003 BRACKETS $568.60 80028110-54100 SUPPLIES $588.60 Page 70 of 479 List of Checks Presented Invoices a a ONESOURCE S62647846 SQUARE FLAT $585.75 80026110-54100 SUPPLIES $585.75 DISTRIBUTORS 005 WASHER 4"X 4"X 1 LLC ___ Vendor Total: $4,991.37 OPPERMAN& 01 P28159 VALVE SECTION $322.24 10021210-56130 EXTERNAL $322.24 SON INC SERVICES OIP27962 VALVE $598.87 10021210-56130 EXTERNAL $598.87 SERVICES OIP28738 OIL FILTER $23.41 82027114-56130 EXTERNAL $23.41 SERVICES OIP27342 CLAMPS $54.21 91521400-56130 EXTERNAL $54,21 SERVICES OIP27567 LIGHTS $109.83 91521400-56130 EXTERNAL $109.83 SERVICES OIP27639 CLAMP $115,69 9152140056130 EXTERNAL $115.69 SERVICES O1P27168 LIGHTS $116.45 91521400-56130 EXTERNAL $116.45 SERVICES 01P27559 VALVE $33224 91521400-56130 EXTERNAL $332.24 SERVICES 011327723 CAB LOCK ASSEMBLY $404.39 91521400-56130 EXTERNAL $404,39 SERVICES OIP28081 O•RING $6.60 20324100-58510 REIMBURSABLE $6.60 JOBS OIP28080 O-RINGS $9.87 20324100-58510 REIMBURSABLE $9.87 JOBS 01P28255 AIR CYLINDER $370.08 20324100-58510 REIMBURSABLE $370.08 JOBS Vendor Total:-__$2,463.88 OREILLYAUTO 2707-199681 SANDING DISCS $12.77 80026110-56130 EXTERNAL $12.77 PARTS SERVICES 2707-194574 SPOT REMOVER, $24.25 84027221-56130 EXTERNAL $24.25 BRUSH SERVICES Vendor Total: - $37.02 OWEN 00048003 BRAKE DRAG $102.21 10024620-56130 EXTERNAL $102.21 EQUIPMENT SERVICES COMPANY 00047888 #106014-91 $1,255.23 10024620-56130 EXTERNAL $1,255.23 CONVEYOR WIPER SERVICES Vendor Total: $1,357.44 PACE SUPPLY 025810406 NIPPLE BRASS $145.96 84027225-56120 EQUIPMENT $145.96 CORPORATION MAINTENANCE& REPAIR 025782932 PW/E1AW.M MED $1,122.19 83027330-80230 INFRASTRUCTURE $1,122.19 INSULATED,ABOVE E 025742434-1 (AC-8-M)ACCESSORY $903.09 82000000-12104 INVENTORY- $903.09 KIT 8"MJ M PURCHASES CM025788759 UNION BRASS ($95.66) 82027114-54100 SUPPLIES ($95.66) REFUND 025816161 COUPLING BRASS $167.29 84027221-54100 SUPPLIES $167.29 Vendor Total: -$2,242.87 PACIFIC 23291 PRE-EMPLOYMENT $288.00 10016100-54161 BACKGROUND& $153.60 REDWOOD PHYSICALS PHYSICALS MEDICAL GROUP INC Page 71 of 479 U I st of Checks Presented for Approval on I /2020 Invomices 111mmummmmusum PACIFIC 2329 PRE-EMPLOYMENT $288.00 20324100-54161 BACKGROUND S $134.40 REDWOOD PHYSICALS PHYSICALS MEDICAL GROUP INC 2308 PREEMPLOYMENT $259.20 84027221-54161 BACKGROUND& $2%20 PHYSICALS PHYSICALS Vendor Total:- - $547.20 PETER NOV 19 VOLUNTEER $80.00 91521400-52181 VOLUNTEER $80.00 ARMSTRONG REIMBURSEMENT EXPENSES Vendor Total: $80 00 PETERSON 219830R BRAKLEEN CLEANER $46,63 90000000-23252 DISTRICT USE ($0.06) TRUCKS INC TAX-LIBRARIES 90000000-23237 DISTRICT USE ($0.22) TAX-MEASURE S 20324100-54100 SUPPLIES $0.28 20324100-54100 SUPPLIES $46.63 -Vendor Total: $46.63 PG&E CO DEC 19 PACIFIC GAS& $952.50 10021210-55210 UTILITIES $476.25 ELECTRIC 91521400-55210 UTILITIES $476.25 Vendor Total: - -$952.50 POLARIS SALES 66626 PED CONNECTORS $485.91 90000000-20231 COUNTY MENTAL ($2.21) CO INC HEALTH.5% 90000000-23252 DISTRICT USE ($0.56) TAX-LIBRARIES 90000000-23237 DISTRICTUSE ($2.21) TAX-MEASURE S 90000000-23028 MEASURE Y ($2.21) DISTRICT TAX 90000000-23013 STATE USE TAX ($32.11) LIABILITY 80026120-54100 SUPPLIES $39.30 80026120-54100 SUPPLIES $485.91 Vendor Tote l:- -$485.91 PRESS 9298 EMPLOYMENT ADS $1.178.00 10016100-54162 ADVERTISING $1,178.00 DEMOCRAT ........... Vendor Total: -$1,178.00 PUBLIC SERVICE 81411-1 NOV 19 SEWER-1500 S $174.42 10021210-55210 UTILITIES $87.21 DEPARTMENT STATE ST 91521400-55210 UTILITIES $87.21 90558-8 NOV 19 SEWER-141 LOVERS $226.74 10021210-55210 UTILITIES $112.87 LN 91521400-55210 UTILITIES $112.87 CITY DEC 19 CITY UTILITIES $81,174.80 10022100-55210 UTILITIES $11,092.30 10022300-55210 UTILITIES $1,636.60 Page 72 of 479 I® I st of Checks or Approval on 1/17/2020 Invoices PUBLIC SERVICE CIITY DEC 19 CITY UTILITIES $81,174.80 10022700-55210 UTILITIES $1,572.28 DEPARTMENT 10024214-55210 UTILITIES $706.07 10024620-55210 UTILITIES $323.05 20620231-55210 UTILITIES $58.84 20822500-55210 UTILITIES $7,161.18 20824300-55210 UTILITIES $1,458.07 25024300-55210 UTILITIES $95.76 6402021155210 UTILITIES $541.65 72022400�55210 UTILITIES $3,633.48 73022600,55210 UTILITIES $1,719.35 77725200-55210 UTILITIES $3,072.70 80026400-55210 UTILITIES $1,979.41 80526150-55210 UTILITIES $9,085.32 82027111-55210 UTILITIES $13,862.75 83027330-55210 UTILITIES $10.60 84027221-55210 UTILITIES $62.44 84027225-55210 UTILITIES $23,102.95 89690 NOV 19 SEWER-1640 S $140.68 31122000-55210 UTILITIES $140.88 STATE ST _ - Vendor Total: $81,715.64 RAY C STARKEY P-1900758 CAPS-ELECTRIC $836.12 80026110-54100 SUPPLIES $836.12 DEPT. ____ Vendor Total: $836.12 REDWOOD 2111059 CARDLOCK FUEL ($231.68) 84027225-56120 EQUIPMENT ($231.68) COAST FUELS PURCHASES MAINTENANCE& REPAIR 2110515 CARDLOCK FUEL $181.45 84027225-56120 EQUIPMENT $181.45 PURCHASES MAINTENANCE& REPAIR 2111060 CARDLOCK FUEL $199.30 84027225-56120 EQUIPMENT $199.30 PURCHASES MAINTENANCE& REPAIR 2110465 CARDLOCK FUEL $413,15 84027225-56120 EQUIPMENT $413.15 PURCHASES MAINTENANCE& REPAIR 2143472 CARDLOCK FUEL $500.18 20824300-56210 FUEL&FLUIDS $500.18 PURCHASES - Vendor Total: $1,062.40 Page 73 of 479 List of Checks Piresentedfor Approval on 1/ 17/2020 Invoices IsmsmselEmimumm REDWOOD INV-002759 SELF-INSURED PLANS $32„609.00 20116220-52525 WORKERS $32.609.00 EMPIRE OSIP FY 19120 COMP.EXPENSE MUNICIPAL INSURANCE FUND INV-002774 WC 3RD QTR $26811,913,00 20116220-52525 WORKERS $268,913.00 CONTRIBUTIONS FY COMA.EXPENSE 19/20 -Vendor Total: $301,522.00 REDWOOD FORD 134883 COIL ASSEMBLY $70.43 10024620-56130 EXTERNAL $70.43 SERVICES 134899 SPARK PLUG $121.42 10024620-56130 EXTERNAL $121.42 SERVICES 330038 SENSOR ASSEMBLY $7.18 20324100-58510 REIMBURSABLE $7.18 JOBS 330039 WIRE ASSEMBLY $33.82 20324100-58510 REIMBURSABLE $33,82 JOBS Vendor Total:....$232.85 REDWOOD TREE DEC 19 CAR WASHING& $46.00 10020210-56130 EXTERNAL $46.00 SERVICE INTERIOR CLEANIN SERVICES STATIONS INC ..... --- Vendor Total: -$46.00 RELIANCE 37479 EQUIPMENT MAINT $187,50 10022300-54100 SUPPLIES $187.50 ENTERPRISES AND REPAIR Vendor Total:-_-_$187.50 RESERVE JAN 20 JAN 20 PRE-PAID $6,500.00 10000000-10301 PRE-PAID $6.500.00 ACCOUNT POSTAGE POSTAGE ___ Vendor Total: $6,500.00 REXEL USA INC X972186 MOTOR SWITCH„ $17.11 82027111-56300 BUILDING MAINT. $17.11 HANDY BOX &REPAIR X981781 SWITCH $61.04 82027111-56300 BUILDING MAINT. $61.04 &REPAIR OA6346 OANDUIT CABLES, $274.49 84027225-56120 EQUIPMENT $274.49 DRILL KIT, MAINTENANCE& CONNECTORS REPAIR --- Vendor Total: $352.64 RICHARD 0000010863 MISC.TELEPHONE $105.00 20913900-52100 CONTRACTUAL $105.00 THORNTON PRODUCTS&SER SERVICES .... Vendor Total: $105.00 RILEY MENDOZA DVO10220 INSTRUCTOR $100.00 10022850-52100 CONTRACTUAL $100.00 SERVICES ___ Vendor Total:- $100.00 RODS SHOES 1387 RAIN BOOTS-T KITA $185.09 20513382-54100 SUPPLIES $185.09 Vendor Total: $185.09 ROGINA WATER 0380 NOV 19 WATER SERVICE- $23.84 10021210-55210 UTILITIES $11.92 COMPANY 1301 TALMAGE RD 91521400-55210 UTILITIES $11.92 -Vendor Total: $23.84 SAGE OV011220 OFFICE SUPPLIES $58.54 10012100-54100 SUPPLIES $58.54 SANGIACOMO REIMBURSEMENT ........... Vendor Total: $58.54 Page 74 of 479 InvoicesList of Checks Presentedfoir Approval on 1/17/2020 SANTA ROSA 1403754 UNIFORM SUPPLIES $545.21 10020210-54100 SUPPLIES $545.21 UNIFORM& CAREER APPARELING 1403756 UNIFORM SUPPLIES $564.77 10020210-54100 SUPPLIES $564.77 1403755 UNIFORM SUPPLIES $605,10 10020210-54100 SUPPLIES $605.10 Vendor Total: $1,715.08 SAVINGS BANK DEC 19 LOVERS LANE LOAN $1,„945.41 91500000-70103 LOAN INTEREST $327.67 OF MENDOCINO PAYMENT COUNTY 91800000-70103 LOAN INTEREST $764.57 91500000-70201 LOAN PRINCIPAL $255,95 PAYMENTS 918000W 70201 LOAN PRINCIPAL $597.22 PAYMENTS _ Vendor Total:- -$1,945.41 SHAMROCK 055850 EVIDENCE LABELS $109,93 90000000-23252 DISTRICTUSE ($0.11) SCIENTIFIC TAX-LIBRARIES SPECIALTY SYSTEMSINC 90000000-23237 DISTRICT USE ($0.43) TAX-MEASURE S 90000000-23028 MEASURE Y ($0.43) DISTRICT TAX 10020210-54201 PRISONER $1.19 EXPENSE 10020210-54201 PRISONER $109.93 EXPENSE 90000000-23013 STATE USE TAX ($0.22) LIABILITY Vendor Total:.... --_$109.93 SILVA SEPTIC INC 833" PORTABLE $201.42 10024620-52100 CONTRACTUAL $201.42 RESTROOM RENTAL SERVICES _ Vendor Total: $201.42 SNAP-ON ARV! GARAGE TOOLS $438.22 20324100-56120 EQUIPMENT $438.22 INDUSTRIAL 42396884 MAINTENANCE& REPAIR Vendor Total: $438.22 SOLVE-IT 47975 MAGNETIC MOUNTS $679.55 25321210-54102 SMALL TOOLS $339.77 COMPANIES LLC AND HARD CASES 91621400-54102 SMALL TOOLS $339.78 -Vendor Total: $679.55 STAPLES CREDIT 7302847898-0 NOTEPAD,TAPE, $220.89 10012200-54100 SUPPLIES $220.89 PLAN -1 PAPER CLIPS, BATTEWES 7303134791-0 ERASER,RULER, $142.94 10013400-54100 SUPPLIES $142.94 -1 =SSORS,TAPE DISPENSER 7302057202-0 CARTRIDGE,CANARY $406.15 10021210-54100 SUPPLIES $203.08 -1 PAPER,WITE-OUT, TAPE Page 75 of 479 Im I I st of Checks or Approval on 1/17/2020 InvoIm ces samm STAPLES CREDIT 7302057202-0 CARTRIDGE„CANARY $406.15 91521400-54100 SUPPLIES $203,07 PLAN -1 PAPER„WITE-OUT, TAPE 7302999023-0 CARTRIDGE„PENS $44.32 10022810-54100 SUPPLIES $44.32 -1 7302883560-0 CARTRIDGE $23.54 10023320-54100 SUPPLIES $23.54 Vendor Total: $837.84 THIRD DEGREE 81191 REGISTRATION-B $525.00 10020210-57100 LEARNING AND $525.00 COMMUNICATIO CHAPMAN DEVELOPMENT NS INC 811I11 REGISTRATION-M $1,050,00 10020210-57100 LEARNING AND $1,050.00 BRAZIL DEVELOPMENT Vendor Total: $1,575.00 THURSTON 49528 STARTER,GASKET $418.58 10020210-56130 EXTERNAL $418,58 HONDA SERVICES __ Vendor Total: - $418.58 TONY DELAPO NOV 19 VOLUNTEER $88.00 10021210-52181 VOLUNTEER $56.00 REIMBURSEMENT EXPENSES 91521400-52181 VOLUNTEER $32.00 EXPENSES Vendor Total: $88.00 TORI NOV 19 VOLUNTEER $120.00 10021210-52181 VOLUNTEER $48.00 CARPENTER REIMBURSEMENT EXPENSES 91521400-52181 VOLUNTEER $72,00 EXPENSES Vendor Total:....$12000 TRACTOR 200317895 NOONDAY HARDWARE $2.82 84027225-56120 EQUIPMENT $2.82 SUPPLY CREDIT MAINTENANCE& PLAN REPAIR 200317469 GAS CAP $21.76 84027225-56120 EQUIPMENT $21.76 MAINTENANCE& REPAIR 100394025 LOCK $21„76 84027225-56120 EQUIPMENT $21.76 MAINTENANCE& REPAIR Vendor Total:- $46.34 TUFTS 2019-516(8) POLYGRAPH& $1,093.00 10020210-54161 BACKGROUND& $1.093,00 (POLYGRAPH& INVESTIGATION SERV PHYSICALS INVESTIGATION Vendor Total: $1,093.00 TYLER BUSINESS 41661 W-2, 1099 ENVELOPES $18.17 10013400-54100 SUPPLIES $18.17 FORMS ANDFORMS 41114 W-2, 1099 FORMS AND $317.17 10013400-54100 SUPPLIES $317.17 ENVELOPES Vendor Total: $335.34 TYLER 045-287726 1 REGISTRATION-S $975.00 10013400-57100 LEARNING AND $975.00 TECHNOLOGIES BROWN DEVELOPMENT INC 045-287726 REGISTRATION-C $975.00 10013401-57100 LEARNING AND $975.00 RASMASON DEVELOPMENT -Vendor Total: $1,950.00 Page 76 of 479 ist of Checks �Presented for Approval on I I Invoices� massp � 10 � I '" I• � � 0 � � p � UKIAH VALLEY IN22639 JANITORIAL SERVICES $640.00 84027225-52100 CONTRACTUAL $640.00 ASSOCIATION WWTP FY SERVICES FOR HABILITATION INC Vendor Total.'"" $640.0D UNITED SITE 114-9650516 PORTABLE TOILET $166.86 10022100-52100 CONTRACTUAL $166„86 SERVICES RENTAL SERVICES 114-9650518 PORTABLE TOILET $166.86 10022100-52100 CONTRACTUAL $166,86 RENTAL SERVICES 114-9650522 PORTABLE TOILET $136.,37 80026220-52100 CONTRACTUAL $136.37 RENTAL SERVICES Vendor Total: $4R09 UNIVAR USA INC SJ979219 SODIUM BISULFITE $4,712.38 84027225-58202 CHEMICALS $4,712.38 WWTP ........... Vendor Total: $4,712„38 UPS 0000E19R54020 SHIPPING CHARGES $19,63 80026220-54100 SUPPLIES $19„63 -Vendor Total: $19.63 VITISYSTEMS 606089 LABORATORY $722,00 84027225-52100 CONTRACTUAL $722.00 INC TESTING SERVICES ..... Vendor Total: -- $722,00 WASTE 2782601-2561-4 GARAGE SERVICES $59.50 10021210-55210 UTILITIES $29.75 MANAGEMENT 91521400-55210 UTILITIES $29.75 2782803-2561-6 GARAGE SERVICES $59.50 10021210-55210 UTILITIES $29.75 91521400-55210 UTILITIES $29.75 Vendor Total:- -- $119.00 WAYLON NOV 19 VOLUNTEER $240.00 10021210-52181 VOLUNTEER $56.00 HOCKEMIER REIMBURSEMENT EXPENSES 91521400-52181 VOLUNTEER $184.00 EXPENSES _ Vendor Total:- --$240.00 WESCO 611187 (RA-3)RACK, $3,745.91 80000000-12104 INVENTORY- $3,745.91 DISTRIBUTION SECONDARY 3-SPOOL PURCHASES INC Vendor Total: $3,745.91 WESCO 45844 PRODUCTION OF $5,649.71 10022850-54100 SUPPLIES $5,649.71 GRAPHICS INC RECREATION GUIDE ----------- Vendor Total: $5,649.71 WEX BANK 63236297 FUEL FOR POLICE $101.56 10020210-56210 FUEL&FLUIDS $191.56 ---Vendor Total: $191.56 WILLOW COUNTY 10010 DEC 19 WATER SERVICE- $53.23 10021210-55210 UTILITIES $26.61 WATER DIST 1500 S STATE ST 91521400-55210 UTILITIES $26,62 Vendor Total:.....$53.23 Page 77 of 479 ist of Checks Presentedfor Approval on I I1/ 17/2020 Invoices d d a m I u a Ip ^• u a � Ip . Ip A a WORLD OIL 1500- DISPOSAL OF MISC. $65.00 20324100-52100 CONTRACTUAL $65.00 ENVIRONMENTAL 00511894 PRODUCTS AS SERVICES SERVICES - Vendor Total: $65.00 WYATT 266513 00 SADDLE,CLAMPS $309.96 84027221.54100 SUPPLIES $309.96 IRRIGATION CO Vendor Total: $309.96 INVOICE $1,49Z707.33 TOTAL: Page 78 of 479 Illy ®st of Checks PresentedUm Approval on 1/24/2020 The following list of bills payable was reviewed rid approved for payment., <. � ign tur nvoices EMEMEEMEnimmum ACME RIGGING& 306966 RETURN/REFUND ($91,39) 84027225-56120 EQUIPMENT ($91.39) SUPPLY CO BOLT CLAMP MAINTENANCE& REPAIR 306768 HYDRANT WRENCH $134.98 84027225-56120 EQUIPMENT $134.98 MAINTENANCE& REPAIR 306967 6"X 10"PVC SUCTION $1,724,38 84027225-56120 EQUIPMENT $1,724.38 HOSE WIMA MAINTENANCE& REPAIR 306942 SHACKLE AND $4718 10022100-54100 SUPPLIES $47.18 ENDLESS SLING GREEN - ----- Vendor Total:- -$1,815.15 ACTIVE911,INC 21541 MEMBERSWP-FIRE $526.23 10021210-57300 MEMBERSHIPS& $263.11 DEPT SUBSCRIPTIONS 91521400-57300 MEMBERSHIPS& $263.12 SUBSCRIPTIONS - -Vendor Total: $526.23 AFLAC GROUP A128498400 DEC 19 AFLAC $378.96 20700000-20538 AFLAC CRITICAL $378.96 INSURANCE CRITICAL CARE INS ILLNESS POLICY A129748500 JAN 20 AFLAC $568.44 20700000-20538 AFLAC CRITICAL $568.44 CRITICAL CARE INS ILLNESS POLICY _ Vendor Total: - -$947.40 ALTEC 11320335 PARTS&MATERIALS $367.66 80026110-56130 EXTERNAL $21.34 INDUSTRIES INC AS NEEDED SERVICES 80026110-56130 EXTERNAL $59.68 SERVICES 80026110-56130 EXTERNAL $129.78 SERVICES 80026110-56130 EXTERNAL $156.86 SERVICES Vendor Total: -$367.66 AMAZON 1G3C-RLVF- YOUTH BASKETBALL $311.71 10022810-54100 SUPPLIES $15.22 CAPITAL 3PFR SUPPLIES SERVICES 10022831-54100 SUPPLIES $296.49 Vendor Total $311.71 ANIXTER 4335641-02 RANCH RUNNER,10 $3,519.93 80000000-12104 INVENTORY- $3,519.93 KVA,PRIMARY PURCHASES 4335641-00 RANCH RUNNER, 10 $21,875.16 80000000-12104 INVENTORY- $21,875.16 KVA,PRIMARY PURCHASES 4471486-00 BUG WRENCH $118.04 80026110-54102 SMALL TOOLS $118.04 Vendor Total: $25,513.13 Page 79 of 479 �1111 ist of Checks Pireseiiintediiir Approval on 1/24/2020 uli ces I�III�I�I�I III ��u ANSELL USA INC 20781531 GLOVES $248,24 10020210-54201 PRISONER $248.24 EXPENSE --- ---- Vendor Total: $248.24 AT&T MOBILITY 832118877XO DATA&VOICE CELL $351.88 10020210-55100 TELEPHONE $129.89 1142020 PHONES 20620231-55100 TELEPHONE $14.53 77725200-55100 TELEPHONE $35.10 80026400-55100 TELEPHONE $86.46 82027110-55100 TELEPHONE $14,53 82027111-55100 TELEPHONE $42.51 84027221-55100 TELEPHONE $29.06 832056361XO POLICE-MODEMS $473,04 10020210-55100 TELEPHONE $473.04 1142020 875108535XO VOICE&1 DATA $36.35 84027221-55100 TELEPHONE $36.35 1142020 _--_ . Vendor Total: $861.27 BADGER METER S1123393.001 (M-59-A)METER, $4.433.73 82000000-12104 INVENTORY- $4,433.73 INC WATER 518"X 3 PURCHASES ........... Vendor Total: $4,433.73 BEST BEST& 867777 RDA LEGAL SERVICES $96.72 10017200-52150 LEGAL $96.72 KRIEGER LLP AS NEEDED SERVICES/ EXPENSES 860409 RDA LEGAL SERVICES $854.88 10017200-52150 LEGAL $854.88 AS NEEDED SERVICES/ EXPENSES 858299 RDA LEGAL SERVICES $1,598.48 10017200-52150 LEGAL $1,598.48 AS NEEDED SERVICES/ EXPENSES 848777 RDA LEGAL SERVICES $2,063.36 10017200-52150 LEGAL $2,063.36 AS NEEDED SERVICES/ EXPENSES ___ Vendor Total: $4,613.44 CEDRIC CROOK TA 215120 TRAVEL ADVANCE $15.00 10020210-57100 LEARNING AND $15.00 DEVELOPMENT --Vendor Total: $15.00 DAVID A WHITE, 2018-698 WEATHER GUARD $1,077.57 84027221-56130 EXTERNAL $1,077.57 JR. TOOLBOX SERVICES Vendor Total:- $1,077.57 DAVID RAPPORT 7125 LEGAL SERVICES FOR $196.00 10017200-52100 CONTRACTUAL $196.00 FY 19120 SERVICES 7124 LEGAL SERVICES FOR $28,406.70 10014000-52150 LEGAL $542.68 FY 19120 SERVICES/ EXPENSES 10014000-52150 LEGAL $15,312.96 SERVICES/ EXPENSES 20414000-52150 LEGAL $71T73 SERVICES/ EXPENSES Page 80 of 479 Listof' Checllks Presented r Approval livivdices i - � m � DAVID RAPPORT 7124 LEGAL SERVICES FOR $28,406.70 70014000-52150 LEGAL $550.18 FY 19120 SERVICES/ EXPENSES 80014000-52150 LEGAL $975.32 SERVICES/ EXPENSES 82014000-52150 LEGAL $841.27 SERVICES/ EXPENSES 83027330-52150 LEGAL $462.65 SERVICES/ EXPENSES 84427222-52150 LEGAL $7,145.81 SERVICES/ EXPENSES 90214000-52150 LEGAL $1,858.10 SERVICES/ EXPENSES Vendor Total: $28,602.70 EASTSHORE COU-0003 PREPARATION $500,00 10013400-52100 CONTRACTUAL $500.00 CONSULTING SERVICES SERVICES LLC ____ Vendor Total: $500.00 EPIC AVIATION 7287173 JET-A FUEL $12,420,31 77725200-58401 AVIATION FUEL $12,420.31 LLC Vendor Total: $12,420.31 EVERGREEN JOB 1090 JOB AND SAFETY $2,109.12 80026110-52100 CONTRACTUAL $2,109.12 &SAFETY TRAINING-DEC SERVICES TRAINING INC ........... Vendor Total: -$2,109.12 EXCISE TAX Q4 2019 1 Q4 2019 ELECTRIC $7.853.00 90000000-23009 ELECTRIC $7,853.00 DIVISION ENERGY SURCHARGE SURCHARGE TRUST Vendor Total: $7,853.00 FASTENAL CAUKA38011 MISC.SUPPLIES AS $106.70 80026110-56130 EXTERNAL $35.56 NEEDED SERVICES 80026110-56130 EXTERNAL $35.57 SERVICES 80026110-56130 EXTERNAL $35.57 SERVICES - Vendor Total: $f 06.70 FEDERAL 6-900-90908 SHIPPING SERVICES $628.61 10013400-54101 POSTAGE $83.44 EXPRESS 10020210-54101 POSTAGE $17.60 10020210-54101 POSTAGE $21.10 10020210-54101 POSTAGE $28.08 10020210-54101 POSTAGE $29.95 10022700-54101 POSTAGE $307.20 20413500-54101 POSTAGE $11.70 Page 81 of 479 ICI i1st of Checilks Presented for Approval on 1/24/2020 ammovibmill iu miummim II FEDERAL 6-900-90908 SHIPPING SERVICES $628.61 84027225-54101 POSTAGE $58.44 EXPRESS 84027225-54101 POSTAGE $71.10 Vendor Total: $628.61 FERRANTI 1819216 RET CONTRACT 1819216 $9.474.16 20800000-20150 AP CONTRACT $251.03 CONSTRUCTION RETAINAGE RETAINAGE INC 20800000-20150 AP CONTRACT $2,596.54 RETAINAGE 20800000-20150 AP CONTRACT $6,626.59 RETAINAGE ........... Vendor Total: - $9,474.16 FILETRAIL INC 2020-0045 HOSTED FILE $610.00 10012500-54320 SOFTWARE $610.00 MANAGMENT SYSTEM Vendor Total:- $610.00 FIRSTTWO INC 1236 FIRSTTWO FULL $1,800,00 10020210-54320 SOFTWARE $900.00 AGENCY LICENSE, 20620231-54320 SOFTWARE $900.00 Vendor Total. $1,800.00 FRIEDMANS INVIO011545 MISC.SUPPLIES AS $7.50 20822500-56300 BUILDING MAINT. $7.50 HOME NEEDED &REPAIR IMPROVEMENT 36921224 MISC.SUPPLIES AS $48.41 20822500-56300 BUILDING MAINT. $48.41 NEEDED &REPAIR 36921861 MISC.SUPPLIES AS $71.60 20822500-56300 BUILDING MAINT. $71.60 NEEDED &REPAIR 36925047 MISC.SUPPLIES AS $109,07 20822500-56300 BUILDING MAINT. $109.07 NEEDED &REPAIR INVIO016772 MISC.SUPPLIES AS $178.10 20822500-56300 BUILDING MAINT. $178.10 NEEDED &REPAIR INV10067802 MISC.SUPPLIES AS $340,72 20822500-56300 BUILDING MAINT. $340.72 NEEDED &REPAIR INV10005254 MISC.SUPPLIES AS $378.96 20822500-56300 BUILDING MAINT. $378.96 NEEDED &REPAIR INV10046778 MISC,SUPPLIES AS $40.26 77725200-56300 BUILDING MAINT. $40.26 NEEDED &REPAIR 36922468 MISC.SUPPLIES AS $71.72 77725200-56300 BUILDING MAINT. $71.72 NEEDED &REPAIR INV10058698 MISC.SUPPLIES AS $77.91 84027225-56120 EQUIPMENT $77,91 NEEDED MAINTENANCE& REPAIR INVIO063547 MISC.SUPPLIES AS $20.92 10022100-56130 EXTERNAL $20.92 NEEDED SERVICES INV10052667 MISC.SUPPLIES AS $50.03 84027221-56130 EXTERNAL $50.03 NEEDED SERVICES INVIO063698 MISC.SUPPLIES AS $33,64 84027225-56504 FACILITY $33.54 NEEDED MAINTENANCE& REPAIR INV10058245 MISC.SUPPLIES AS $135.75 80126100-80230 INFRASTRUCTURE $135.75 NEEDED 36923844 MISC.SUPPLIES AS $39.71 10022100-59400 OTHER $39.71 NEEDED EXPENSES Page 82 of 479 List of Checks Presented for Approval on 1/24/2020 Invomices EMINEEmmommimum FRIEDMANS INV10006406 MISC.SUPPLIES AS $17.19 10024620-54120 PW-SPECIAL $17.19 HOME NEEDED SUPPLIES IMPROVEMENT 1NV1001i874 MISC.SUPPLIES AS $17.38 10024620-54120 PW-SPECIAL $17.38 NEEDED SUPPLIES INV10063615 MISC.SUPPLIES AS $24.36 10024620-54120 PW-SPECIAL $24.36 NEEDED SUPPLIES INV10058205 MISC.SUPPLIES AS $56.66 10024620-54120 PW-SPECIAL $56.66 NEEDED SUPPLIES INVi0109905 MISC.SUPPLIES AS $127.10 10024620-54120 PW-SPECIAL $127.10 NEEDED SUPPLIES INV10016949 MISC.SUPPLIES AS $350.57 20824300-54102 SMALL TOOLS $350.57 NEEDED 36923308 MISC.SUPPLIES AS $14.02 10022100-54100 SUPPLIES $14.02 NEEDED INV10011389 MISC.SUPPLIES AS $15.88 10022100-54100 SUPPLIES $15.88 NEEDED 36923779 MISC.SUPPLIES AS $18.45 10022100-54100 SUPPLIES $18.45 NEEDED INVIO063792 MISC.SUPPLIES AS $19.57 10022100-54100 SUPPLIES $19.57 NEEDED INV10006491 MISC.SUPPLIES AS $22.11 10022100-54100 SUPPLIES $22.11 NEEDED INVIO052475 MISC.SUPPLIES AS $31.02 10022100-54100 SUPPLIES $31.02 NEEDED 36924349 MISC.SUPPLIES AS $33.79 10022100-54100 SUPPLIES $33.79 NEEDED INV10068720 MISC.SUPPLIES AS $40.81 10022100-54100 SUPPLIES $40.81 NEEDED INV10017526 MISC.SUPPLIES AS $42.95 10022100-54100 SUPPLIES $42.95 NEEDED INV10017529 MISC.SUPPLIES AS $57.27 10022100-54100 SUPPLIES $57.27 NEEDED INV10027542 MISC.SUPPLIES AS $107.79 10022100-54100 SUPPLIES $107.79 NEEDED INV10068592 MISC.SUPPLIES AS $134.98 10022100-54100 SUPPLIES $134.98 NEEDED INV10005736 MISC.SUPPLIES AS $24.25 20324100-54100 SUPPLIES $24.25 NEEDED INV10047248 MISC.SUPPLIES AS $3.24 20822500-54100 SUPPLIES $3.24 NEEDED INV10052186 MISC.SUPPLIES AS $118,71 20822500-54100 SUPPLIES $118.71 NEEDED 36924821 MISC.SUPPLIES AS ($53.24) 20824300-54100 SUPPLIES ($53.24) NEEDED INVIO006237 MISC.SUPPLIES AS $32.60 20824300-54100 SUPPLIES $32.60 NEEDED 36923792 MISC.SUPPLIES AS $48.08 20824300-54100 SUPPLIES $48.08 NEEDED 36924810 MISC.SUPPLIES AS $53.24 20824300-54100 SUPPLIES $53.24 NEEDED 36924822 MISC.SUPPLIES AS $53.24 20824300-54100 SUPPLIES $53.24 NEEDED 36922841 MISC.SUPPLIES AS $61.71 20824300-54100 SUPPLIES $61.71 NEEDED 36924487 MISC.SUPPLIES AS $82.33 20824300-54100 SUPPLIES $82.33 NEEDED 36922873 MISC.SUPPLIES AS $90.33 20824300-54100 SUPPLIES $90.33 NEEDED Page 83 of 479 on Limillst o�f' Checks Presented IIII p l U I II 11114 I W I FRIEDMANS 36924924 MISC.SUPPLIES AS W0.64 20824300-54100 SUPPLIES $100.64 HOME NEEDED IMPROVEMENT 36923012 MISC.SUPPLIES AS $102.31 20824300-54100 SUPPLIES $102.31 NEEDED 36924320 MISC.SUPPLIES AS $118.29 20824300-54100 SUPPLIES $118.29 NEEDED INV10017207 MISC.SUPPLIES AS $130.46 20824300-54100 SUPPLIES $130.46 NEEDED INV10057929 MISC.SUPPLIES AS $160.24 20824300-54100 SUPPLIES $160.24 NEEDED 36923999 MISC.SUPPLIES AS $189.57 20824300-54100 SUPPLIES $189.57 NEEDED INV10017095 MISC.SUPPLIES AS $261,28 20824300-54100 SUPPLIES $261.28 NEEDED 36923017 MISC.SUPPLIES AS $285.40 20824300-54100 SUPPLIES $285.40 NEEDED 36925089 MISC.SUPPLIES AS $423.12 20824300-•54100 SUPPLIES $423.12 NEEDED 36924076 MISC.SUPPLIES AS $29.33 31422860-54100 SUPPLIES $29.33 NEEDED 36925509 MISC.SUPPLIES AS $269.94 31422860-54100 SUPPLIES $269.94 NEEDED INV10092962 MISC.SUPPLIES AS $6.56 80026110.54100 SUPPLIES $6.56 NEEDED 36924972 MISC.SUPPLIES AS $7.41 60026110-54100 SUPPLIES $7.41 NEEDED INV10093012 MISC.SUPPLIES AS $11.27 80026110-54100 SUPPLIES $11.27 NEEDED INV10062776 MISC.SUPPLIES AS $19.28 80026110-54100 SUPPLIES $19.28 NEEDED 36925104 MISC.SUPPLIES AS $19 68 80026110-54100 SUPPLIES $19.68 NEEDED INV10063206 MISC.SUPPLIES AS $22.54 80026110 54100 SUPPLIES $22.54 NEEDED INV10016988 MISC.SUPPLIES AS $23,37 80026110-54100 SUPPLIES $23.37 NEEDED 36924939 MISC.SUPPLIES AS $23.83 80026110-54100 SUPPLIES $23.83 NEEDED 36924792 MISC.SUPPLIES AS $24.61 80026110-54100 SUPPLIES $24.61 NEEDED INV10011593 MISC.SUPPLIES AS $27,28 80026110-54100 SUPPLIES $27.28 NEEDED 36925124 MISC.SUPPLIES AS $34.75 80026110-54100 SUPPLIES $34.75 NEEDED 36923793 MISC,SUPPLIES AS $39,,00 80026110-54100 SUPPLIES $39.00 NEEDED 36923484 MISC, SUPPLIES AS $49.69 80026110-54100 SUPPLIES $49.69 NEEDED 36922391 MISC.SUPPLIES AS $52.36 80026110 54100 SUPPLIES $52.36 NEEDED 36923816 MISC.SUPPLIES AS $57 37 80026110-54100 SUPPLIES $57.37 NEEDED 36922268 MISC.SUPPLIES AS $61.94 80026110-54100 SUPPLIES $61.94 NEEDED INV10063092 MISC.SUPPLIES AS $65.68 80026110-54100 SUPPLIES $65.68 NEEDED 36923951 MISC.SUPPLIES AS $79.45 80026110-54100 SUPPLIES $79.45 NEEDED Page 84 of 479 Approvall on List of Checilks Piresented r II II! I i tllp Invol"illices - ,o uo �_ I m m m m m ^ m i 1 � a m � • IIU - „' III I w 1 - m m FRIEDMANS 36924274 MISC.SUPPLIES AS $100.14 80026110-54100 SUPPLIES $100.14 HOME NEEDED IMPROVEMENT 36923493 MISC.SUPPLIES AS $158.88 80026110-54100 SUPPLIES $158.88 NEEDED 36922387 MISC.SUPPLIES AS ($64.28) 80028120-54100 SUPPLIES ($64.28) NEEDED INV10046647 MISC,SUPPLIES AS $21.84 80026120-54100 SUPPLIES $21.84 NEEDED INV10063729 MISC.SUPPLIES AS $41.67 80026120-54100 SUPPLIES $41.67 NEEDED 36922057 MISC.SUPPLIES AS $160.86 80026120-54100 SUPPLIES $160.86 NEEDED INV10097931 MISC.SUPPLIES AS $3.80 80026210-54100 SUPPLIES $3.80 NEEDED INV10017301 MISC.SUPPLIES AS $11.32 80026210-54100 SUPPLIES $11.32 NEEDED INV10063549 MISC.SUPPLIES AS $80.55 80026210-54100 SUPPLIES $80.55 NEEDED INVINV10063 MISC.SUPPLIES AS $92.56 80026220-54100 SUPPLIES $92.56 227 NEEDED INV10032202 MISC.SUPPLIES AS $70.24 82027111-54100 SUPPLIES $70.24 NEEDED 36921201 MISC.SUPPLIES AS $97.89 82027111-54100 SUPPLIES $97.89 NEEDED INV10017394 MISC.SUPPLIES AS $97.97 82027111-54100 SUPPLIES $97.97 NEEDED INV10011335 MISC.SUPPLIES AS $106.79 82027111-54100 SUPPLIES $106.79 NEEDED INV10111156 MISC.SUPPLIES AS $130.65 82027111-54100 SUPPLIES $130.65 NEEDED 36921838 MISC.SUPPLIES AS $19.68 82027114-54100 SUPPLIES $19.68 NEEDED 36921825 MISC.SUPPLIES AS $33.81 82027114-54100 SUPPLIES $33.81 NEEDED INV10052255 MISC.SUPPLIES AS $42.97 82027114-54100 SUPPLIES $42.97 NEEDED INV10110595 MISC.SUPPLIES AS $44.22 82027114-54100 SUPPLIES $44.22 NEEDED INV10092549 MISC.SUPPLIES AS $21.51 84027221-54100 SUPPLIES $21.51 NEEDED INV10053228 MISC.SUPPLIES AS $30.07 84027221-54100 SUPPLIES $30.07 NEEDED INV10092705 MISC.SUPPLIES AS $42.15 84027221-54100 SUPPLIES $42.15 NEEDED Vendor Total:- $7,292.53 GENERAL 1360865 (SL-310-A)PHOTO $1,388.16 80000000-12104 INVENTORY- $1,388.16 PACIFIC INC CELL,FISHER PURCHASES 1360672 (TI-W397)TIE, $2,515.86 80000000-12104 INVENTORY- $2,515.86 WRAPLOCK#WTF-0 PURCHASES .......... Vendor Total: $3,904.02 GRANITE 19201103 2019 STREET $73,859.07 12024200-80230 INFRASTRUCTURE $73,859.07 CONSTRUCTION RECONSTRUCTION COMPANY PRO - Vendor Total: $73,859.07 HOME DEPOT 0014795 SCREWDRIVER SET, $216.29 84027225-54102 SMALL TOOLS $216.29 CREDIT TOTE WITH STEEL SERVICES HANDLES Page 85 of 479 0st of Checks Piresented for Approvall oin 1/24/2020 Iiinvoices � � � � m � ° � QU �• � d4 � �' " HOME DEPOT 6524004 CORP YARD $77.24 20824300-54100 SUPPLIES $77.24 CREDIT CHRISTMAS SUPPLIES SERVICES 2513242 COUPLINGS AND $59.28 31422860-54100 SUPPLIES $59.28 DISCONNECT SHARKBITE 0360487 ELECTRIC BALLAST $68.72 80026110-54100 SUPPLIES $68.72 1032586 TOOLBOX $23.92 84027221-54100 SUPPLIES $23.92 Vendor Total: $445.45 IAN BROESKE TA 215-10120 TRAVEL ADVANCE $1,276.23 10021210-57100 LEARNING AND $638.12 DEVELOPMENT 91521400-57100 LEARNING AND $638.11 DEVELOPMENT Vendor Total:- -$1,276.23 JOHN'S LOCK 8 9929 MISC.LOCK 8 KEY $29.94 10024620-54120 PIN-SPECIAL $29.94 SAFE SERVICES AS NEEDED SUPPLIES 9934 MISC.LOCK 8 KEY $39.96 10024620-54120 PIN-SPECIAL $39.96 SERVICES AS NEEDED SUPPLIES ...... Vendor Total: $69.90 JOHNSON'S E5169 ALL NECESSARY $14,800.00 10024620-52100 CONTRACTUAL $14,800.00 QUALITY TREE LABOR,EQUIPMENT SERVICES CARE AND LOGGING CO LLC _ Vendor Total: -$14,800.00 KURTIS CLARK 310 CONSULTING $350.00 10024620-52100 CONTRACTUAL $350.00 JOHNSON SERVICE SERVICES ........... Vendor Total:-- $350.00 LEHR AUTO S139490 DISPLAY HOLDER 1 $1,007.64 80026110-56130 EXTERNAL $1,007.64 ELECTRIC MOUNTS SERVICES Vendor Total: $1.007.64 LIFE ASSIST 966663 MISC.EMS SUPPLIES $44A0 10021210-54100 SUPPLIES $22.05 AS NEEDED 91721400-54100 SUPPLIES $22.05 964385 MISC.EMS SUPPLIES $66.15 10021210-54100 SUPPLIES $33.07 AS NEEDED 91721400-54100 SUPPLIES $33.08 964130 MISC.EMS SUPPLIES $430.85 10021210-54100 SUPPLIES $215.43 AS NEEDED 91721400-54100 SUPPLIES $215.42 966057 MISC.EMS SUPPLIES $513.25 10021210-54100 SUPPLIES $256.63 AS NEEDED 91721400-54100 SUPPLIES $256,62 Vendor Total: $1,054.35 LORY LIMBIRD DV011620 REIMBURSEMENT- $76.50 10016100-54167 EMPLOYEE $76.50 BIRTHDAY SUPPLI ES DEVELOPMENT Vendor Total:- - $76.50 Page 86 of 479 I ist of Checks Preseiinted UI oin 1/24/2020 Invoices IE313m w m IIV - m w w Iqi - IU MAX BRAZILL TA 215120 TRAVEL ADVANCE $15.00 10020210-57100 LEARNING AND $15.00 DEVELOPMENT Vendor Total:- $15.00 MAX OSWALD TA 212-7120 TRAVEL ADVANCE $966.60 10020210-57100 LEARNING AND $966.60 DEVELOPMENT Vendor Total: -- $966.60 MENDO MILL& 146719/1 LED BULBS $4.58 10021210-56300 BUILDING MAINT. $2.29 LUMBER CO &REPAIR 91721400-56300 BUILDING MAINT. $2.29 &REPAIR 144449/1 TOGGLE SWITCH $6.81 10021210-56300 BUILDING MAINT. $3.41 &REPAIR 91721400-56300 BUILDING MAINT. $3.40 &REPAIR 145626/1 CARTRIDGE SCLD $19.43 10021210-56300 BUILDING MAINT. $9.71 GUARD,FASTENERS &REPAIR 91721400-56300 BUILDING MAINT. $9.72 &REPAIR 145057/1 BATH FAN EXHAUST $27.01 10021210-56300 BUILDING MAINT. $13.50 &REPAIR 91721400-56300 BUILDING MAINT. $13.51 &REPAIR 146446/1 BULBS,PELLETS, $199.14 10021210-56300 BUILDING MAINT. $99.57 SUPER GLUE &REPAIR 91721400-56300 BUILDING MAINT. $99.57 &REPAIR 145177/1 DIGITAL MULTIMETER $38.90 10021210-56120 EQUIPMENT $19.45 MAINTENANCE& REPAIR 91721400-56120 EQUIPMENT $19.45 MAINTENANCE& REPAIR 145628/1 CABLE TIES $9.49 10021210-54100 SUPPLIES $4.74 91521400-54100 SUPPLIES $4.75 144968/1 DC CHARGER, $21.98 10021210-54100 SUPPLIES $10.99 BATTERIES, CHARGER CABLE 91521400-54100 SUPPLIES $10.99 Vendor Total:----$327.34 MES-MUNICIPAL IN1409524 HFRP TAIL COAT- $10,679.63 25321210-54106 SPECIALTY $5,339.81 EMERGENCY KHAKI-UKIAH SUPPLIES SERVICES INC 91621400-54106 SPECIALTY $5,339.82 SUPPLIES _ Vendor Total: -$10,679.63 MOTION CA23-518396 BEARINGS,FITTINGS $482.12 84027225-56120 EQUIPMENT $482.12 INDUSTRIES INC &MISC.SUP MAINTENANCE& REPAIR Page 87 of 479 111 ist of Checks Presented for Approval on 1/24/2020 I iiii MOTION CA23-517641 23220 LOVEJOY 1 518" $2,650.53 84027225-56120 EQUIPMENT $2,850.53 INDUSTRIES INC VS PULLEY MAINTENANCE& REPAIR Vendor Total: $3,132.65 NAPA VALLEY dv012220 REGISTRATION-L $617.00 10020210-57100 LEARNING AND $617.00 COMMUNITY BUTTGENBACH DEVELOPMENT COLLEGE DISTRICT ........... Vendor Total: $617.00 NORTHERN 63528 MISC.ROCK&SAND $695.41 84027225-56504 FACILITY $695.41 AGGREGATES AS NEEDED MAINTENANCE& INC REPAIR 63238 MISC.ROCK&SAND $1,224.95 84027225-56504 FACILITY $1,224.95 AS NEEDED MAINTENANCE& REPAIR 63201 MISC.ROCK&SAND $1,711.23 84027225-56504 FACILITY $1,711.23 AS NEEDED MAINTENANCE& REPAIR _ Vendor Total: --$3,631.59 OFFICE DEPOT 408540284001 PLANNER,CALENDAR, $310.32 10024620-54120 PIN-SPECIAL $103.44 DESKPAD SUPPLIES 82027114-54100 SUPPLIES $103.44 84027221-54100 SUPPLIES $103.44 418056180001 BLANK CERTIFICATES,, $31.68 10012500-54100 SUPPLIES $31.68 AVERY LABELS 416657779001 CERTIFICATE HOLDER $77.25 10012500-54100 SUPPLIES $77.25 416660506001 PENS $89.85 10012500-54100 SUPPLIES $89.85 415985020001 ASTRO PAPER $45.66 10012600-54100 SUPPLIES $45.56 412866895001 CALENDARS,PLANNER $191,77 10016100-54100 SUPPLIES $49.61 10024210-54100 SUPPLIES $142.16 414496642001 BINDER,DESKPAD, $42.76 10020210-54100 SUPPLIES $42.76 PENS 411213238001 PENS,STAPLE $45.40 10020210-54100 SUPPLIES $45.40 REMOVER,PLANNER 410912888001 CD-R MEDIA SPINDLE $55.50 10020210-54100 SUPPLIES $55.50 417664272001 RECEIPT BOOK, $73.10 10020210-54100 SUPPLIES $73.10 HANGING POCKETS 410101703001 CARTRIDGE $267.56 10020210-54100 SUPPLIES $267.56 419678934001 CARTRIDGE $267.56 10020210-54100 SUPPLIES $267.56 410464946001 CALENDARS WALL, $419.38 10020210-54100 SUPPLIES $419.38 PLANNER 420624567001 CALENDARS $55.03 82027114-54100 SUPPLIES $27.52 84027221-54100 SUPPLIES $27.51 Page 88 of 479 I111 ,list of Checks Presented for iiirovalll on 1 /24/2020 iii iiii ces • IW m w � a OFFICE DEPOT 420623693001 CALENDAR $64.08 82027114-54100 SUPPLIES $32.04 84027221-54100 SUPPLIES $32.04 Vendor Total: $2,036.90 OLIN 2776986 LIQUID SODIUM $4,047.57 84027225-58202 CHEMICALS $4,047,57 CORPORATION HYPOCHLORITE __ Vendor Total. $4,047.57 ONE TIME PAY 0016638 RECREATION REFUND $95.00 10022850-44915 RECREATION $95.00 VENDOR -MARY CASTILLO PROGRAMINCOME 80774-3 UTILITY REFUND- $74.36 94000000-10420 UTILITY $74.36 VINCENT VALENTE RECEIVABLES 118590-9 UTITILTY REFUND- $32.52 90100000-10421 UTILITY $32.52 JENNA SARACENO RECEIVABLES CLEARING --__ Vendor Total: $201.88 OPENGOV INC INV-004061 OPENGOV $32,569.50 10013400-54320 SOFTWARE $32,569.50 PERFORMANCE MEASURES& ........... Vendor Total: $32,569.50 PACE SUPPLY CM025742434 METER VALVE&CORP ($1,154.08) 82000000-12104 INVENTORY- ($1,154.08) CORPORATION BALL REFUND PURCHASES 025784653 METER SALVE&CORP $1,154.08 82000000-12104 INVENTORY- $1,154.08 BALL PURCHASES 025836217 PVC COUPLING $75.79 84027221-54100 SUPPLIES $75.79 Vendor Total: $75.79 PACIFIC 2403 PRE-EMPLOYMENT $167.04 10021210-54161 BACKGROUND& $83.52 REDWOOD PHYSICALS PHYSICALS MEDICAL GROUP INC 91521400-54161 BACKGROUND& $83.52 PHYSICALS Vendor Total: $167.04 PAYMENTUS US19120239 CREDIT CARD $3,304.00 20513300-52100 CONTRACTUAL $3.304.00 GROUP INC PROCESSING SERVICES SERVICE ........... Vendor Total: -$3,304.00 PETERSON 22012OR CHAMBER BRAKE $87.76 90000000-23252 DISTRICT USE ($0.11) TRUCKS INC TAX-LIBRARIES 90000000-23237 DISTRICT USE ($0.41) TAX-MEASURE S 10024620-56130 EXTERNAL $0.52 SERVICES 10024620-56130 EXTERNAL $87.76 SERVICES 219980R BLADE BOX $9.69 20513382-56130 EXTERNAL $9.69 SERVICES Vendor Total: $97.45 PG&E CO 6833-2 NOV 19 PACIFIC GAS& $507.98 10021210-55210 UTILITIES $253.99 ELECTRIC Page 89 of 479 .1iinvoices PG&E CO 6833-2 NOV 19 PACIFIC GAS& $507.98 91521400-55210 UTILITIES $253.99 ELECTRIC 6833-2 DEC 19 PACIFIC GAS& $1,095.91 10021210-55210 UTILITIES $547.96 ELECTRIC 91521400-55210 UTILITIES $547.95 7075-1 DEC 19 PACIFIC GAS& $95.18 10022100-55210 UTILITIES $95.18 ELECTRIC 0853-6 DEC 19 PACIFIC GAS& $2,985.44 31122000-55210 UTILITIES $2,985.44 ELECTRIC Vendor Total: $4,684.51 PHILLIPS 191029 HOLIDAY INN $512.50 10021210-52100 CONTRACTUAL $256.50 SEABROOK EXPRESS FIRE SERVICES ASSOCIATES SPRINKLERS 91521400-52100 CONTRACTUAL $258.00 SERVICES 190837 HOLIDAY INN $1,437.50 10021210-52100 CONTRACTUAL $718.75 EXPRESS FIRE SERVICES SPRINKLERS 91521400-52100 CONTRACTUAL $718.75 SERVICES _ Vendor Total: --$1,950.00 QUILL 3589888 PRINT ROLLS $101.79 20513300-54100 SUPPLIES $101.79 CORPORATION Vendor Total: $101.79 R EMMETT JAN 20 MANAGEMENT $412.50 10012100-52100 CONTRACTUAL $75.00 JONES ADVISORY SERVICES SERVICES 70024500-52100 CONTRACTUAL $337.50 SERVICES _ Vendor Total: ---$412.50 REDWOOD 2115818 CARDLOCK FUEL $203.20 84027225-56120 EQUIPMENT $203.20 COAST FUELS PURCHASES MAINTENANCE& REPAIR Vendor Total: $203.20 REDWOOD 20-2 FEB 20 REMIF $247.918.96 20700000-20524 NON-EMPLOYEE $436.80 EMPIRE HEALTHCOMP MEDICAL,DENTAL& HEALTH MUNICIPAL INS.PREM INSURANCE FUND 20700000-20524 NON-EMPLOYEE $2,176,48 HEALTH INS.PREM 20700000-20524 NON-EMPLOYEE $13,571.00 HEALTH INS.PREM 20700000-20520 P/R DEDUCT.- $211,843.00 MEDICAL INS 20700000-20510 REMIF DENTAL $16,724.88 20700000-20511 REMIF VISION $3,166.80 Vendor Total: $247,918.96 REXEL USA INC OA39060 CIRCUIT BREAKERS $65.01 84027225-56120 EQUIPMENT $65.01 MAINTENANCE& REPAIR Page 90 of 479 List of Checilks Presented for Approval on 1. IiinvompceS emus REXEL USA INC OA15029 PANELS,CONDUIT $176,29 84027225-56120 EQUIPMENT $176.29 COUPLING MAINTENANCE& REPAIR _ Vendor Total:-- -$241.30 RICHARD 2020,0103-1 AGREEMENT FOR $2,475,00 20913900-52100 CONTRACTUAL $2,475.00 ANDERSON PROF.SVC'S FOR W SERVICES ........... Vendor Total:- $2,475.00 RINO PACIFIC CL29786 FUEL CARD CHARGES $1„431,33 10021210-56210 FUEL&FLUIDS $715.66 AS NEEDED 91521400-56210 FUEL&FLUIDS $715.67 CL29661 FUEL CARD CHARGES $204.50 82027114-56210 FUEL&FLUIDS $110.43 AS NEEDED 84027221-56210 FUEL&FLUIDS $94.07 --Vendor Total: $1,635.83 RODNEY D DV213-14120 REGISTRATION-R $2„150.00 1002021057100 LEARNING AND $2,150.00 SANFORD DONOHUE,M OSWALD DEVELOPMENT -Vendor Total: $2,150.00 RONALD TA212-7120 TRAVELADVANCE $1,011,13 10020210-57100 LEARNING AND $1,011.13 DONOHUE DEVELOPMENT Vendor Total: -$i,01i f3 SCHAT'S BAKERY NOV 19 CC PROVIDE MISC.FOOD $1.159,20 73022600-54100 SUPPLIES $1,159.20 DISHES AS N _ Vendor Total:- -$1,159,20 SHERRIE SMITH- DVO11720 PLANTS FOR WILD $556.41 10022700-54100 SUPPLIES $556.41 FERRI GARDENS REIMBURSEMENT Vendor Total: - - $556.41 SHN 103123 MATERIALS& $3,991.10 12024200-80230 INFRASTRUCTURE $3,991.10 CONSULTING COMPACTION ENGINEERS& TESTING GEOLOGISTS INC 103113 CONSTRUCTION MAT'L $656.00 51124210-80230 INFRASTRUCTURE $656.00 TESTING FOR 103110 MATERIALS& $2,875.00 51124210-80230 INFRASTRUCTURE $2,875.00 COMPACTION TESTING ........... Vendor Total: $7,522.10 SILVA SEPTIC INC 83489 PORTABLE $201.42 10021210-54100 SUPPLIES $100.71 RESTROOM RENTAL 91521400-54100 SUPPLIES $100.71 Vendor Total: $201.42 SOLID WASTES 419235 MISC.DUMP FEES $393.83 20822500-58300 BUILDING MAINT. $11.80 SYSTEMS INC &REPAIR 10024620-54120 PW-SPECIAL $382.03 SUPPLIES _ Vendor Total:- --$393.83 Page 91 of 479 List of Checks Presented for Approval Involices mm11 ryry SONIC NET LLC 1000630017 INTERNET SERVICES- $18.20 10021210-55100 TELEPHONE $9.10 UVFD 91521400-55100 TELEPHONE $9.10 Vendor Total: -- -$18.20 SPORT&CYCLE 217892 YOUTH BASKETBALL $758.12 10022831-54100 SUPPLIES $758.12 INC SUPPLIES Vendor Total: $758.12 STATE WATER SW-0180655 ANNUAL STORM $1,400.00 84027225-59101 FEES $1,400.00 RESOURCES WATER FEES CONTROL BOARD WD-0167322 ANNUAL WASTE $16,261.00 84027225-59101 FEES $16,261.00 DISCHARGE FEES DVO10720 REGISTRATION-A $50.00 84027225-57100 LEARNING AND $50,00 VARGAS DEVELOPMENT DVOI0720 1 REGISTRATION-A $155.00 84027225-57100 LEARNING AND $155.00 VARGAS DEVELOPMENT DV012120 REGISTRATION-C $230.00 84027225-57100 LEARNING AND $230.00 GOWAN DEVELOPMENT DV011720 REGISTRATION-M $230.00 84027225-57100 LEARNING AND $230.00 ANLIKER DEVELOPMENT DVO10920 REGISTRATION-M $230.00 84027225-57100 LEARNING AND $230.00 MICHAEL DEVELOPMENT Vendor Total: $18,556.00 TGIF REPAIRS 6070 PRINTER $295.00 20820231-56120 EQUIPMENT $295.00 INC MAINTENANCE MAINTENANCE& REPAIR '- Vendor Total: $295.00 TIA 458 CATERING- $2,740.00 10020210-52100 CONTRACTUAL $2,740.00 SATTERWHITE PD ANNUAL SERVICES AWARDS DINNER Vendor Total:_--$2,740.00 TRANSENE 176857 ACETATE BUFFER $651.30 84027225-54103 LAB SUPPLIES $651.30 COMPANY INC SOLUTION ----------- Vendor Total: $651.30 TRI-VALLEY 1-86651 PAINT SUPPLIES $51.79 90000000-23252 DISTRICT USE ($0.06) PAINTS TAX-LIBRARIES 90000000-23237 DISTRICT USE ($0.24) TAX-MEASURE S 82027111-56120 EQUIPMENT $0.42 MAINTENANCE& REPAIR 82027111-56120 EQUIPMENT $51.79 MAINTENANCE& REPAIR 90000000-23028 MEASURE Y ($0.12) DISTRICT TAX Vendor Total: $5i.79 Page 92 of 479 List of Checks Presented for iiir n 1/24/2020 nvoiiii m m m m m m mi - m A m m UU m ces UU m m TUFTS 2020-532(A) POLYGRAPH& $800.00 10020210-54161 BACKGROUND 6 $800.00 POLYGRAPH& INVESTIGATION PHYSICALS INVESTIGATION SERVICES _ Vendor Total:- --$800.00 UKIAH MAIN 4TH QTR- 4TH QTR 2019 $5,842.87 31217100-52100 CONTRACTUAL $5,842.87 STREET 2019 DOWNTOWN SERVICES PROGRAM IMPROVEMENT ___ Vendor Total: $5,842.87 UKIAH ROUND 164136 GLASS $343.19 10020210-56130 EXTERNAL $343.19 TREE GLASS REPLACEMENT SERVICES SERVICES ---- Vendor Total: $343.19 UKIAH TROPHIES 065241 TROPHY $9.80 90000000-23212 ADOPT-A-TREE $9.80 &GIFTS PROGRAM 165237 CONCERTS PLAQUE $206.32 90000000-23226 CONCERT $206.32 SERIES 065236 ENGRAVING $81,66 10022810-54100 SUPPLIES $81.66 SERVICES -___ Vendor Total: $297.78 UKIAH VALLEY 5 ARRC FUNDRAISER $450.00 10012300-52510 ADVERTISING& $450.00 CULTURAL& PROMOTION RECREATIONAL CENTER --_ Vendor Total:- $450.00 UKIAH WASTE 419112 BIOSOLID REMOVAL $8,873.80 84027225-52100 CONTRACTUAL $8,873.80 SOLUTIONS INC SERVICES ........... Vendor Total: $8,873.80 US BANK 404122392 COPYSTAR LEASE $142.63 10021210-54500 EQUIP RENTS $71.32 EQUIPMENT AND LEASES FINANCE 91521400-54500 EQUIP RENTS $71.31 AND LEASES _ Vendor Total: ---$142.63 US CELLULAR 490.19 CELL PHONES $490.19 10024620-55100 TELEPHONE $30.14 80026400-55100 TELEPHONE $68.77 80026400-55100 TELEPHONE $151.21 82027110-55100 TELEPHONE $13.57 82027111-55100 TELEPHONE $90.29 84027221-55100 TELEPHONE $13.57 84027225-55100 TELEPHONE $122.64 Vendor Total: $490.19 VERIZON 9845444420 UVFA CELLULAR $266.07 10021210-55100 TELEPHONE $133.04 WIRELESS PHONES 91521400-55100 TELEPHONE $133.03 Vendor Total: $266.07 Page 93 of 479 Involices WHISPERING 174 PISTACHE TREE $151.16 10024620-54120 PIN-SPECIAL $151.16 WINDS NURSERY SUPPLIES _ Vendor Total: ---$151.16 WITMER PUBLIC E1914590 FIRE CLOTHONG $861.94 25321210-54106 SPECIALTY $430.97 SAFETY GROUP SUPPLIES 91621400-54106 SPECIALTY $430.97 SUPPLIES ........... Vendor Total: $861.94 WYATT 266613 00 PVC PIPES„SOCKETS $335.14 84027221-54100 SUPPLIES $335.14 IRRIGATION CO ........... Vendor Total: $335.14 XEROX CORP 099138634 COPIER LEASE-SEE $256.06 10022700-52100 CONTRACTUAL $256.06 ADD'L DESCRIP SERVICES 099138633 COPIER LEASE-SEE $305.82 73022600 52100 CONTRACTUAL $305.82 ADD'L DESCRIP SERVICES 099138629 COPIER LEASE-SEE $431.49 10012200-54500 EQUIP RENTS $431.49 ADD'L DESCRIP AND LEASES 099138635 COPIER LEASE-SEE $676.99 10012200 54500 EQUIPRENTS $676.99 ADD'L DESCRIP AND LEASES 099138630 XEROX CB070H $845.98 10012200-54500 EQUIP RENTS $845.98 COPIER LEASE AND LEASES 099138632 COPIER LEASE-SEE $232.72 10020210-54500 EQUIP RENTS $162.91 ADUL DESCRIP AND LEASES 20620231-54500 EQUIP RENTS $46.55 AND LEASES 64020213-54500 EQUIP RENTS $23.26 AND LEASES 099138631 COPIER LEASE-SEE $464.68 10020210-54500 EQUIP RENTS $325.28 ADD'L DESCRIP AND LEASES 20620231-54500 EQUIP RENTS $92.94 AND LEASES 64020213-54500 EQUIP RENTS $46.46 AND LEASES _ Vendor Total:-- $3,213.74 INVOICE $588,596.86 TOTAL: Page 94 of 479 List of Checks Presented for Approval on 1/31/2020 The following list of bills, payable was reviewed prove for payment. Signature Invokes Tilh M- MISMSEEMENEW ASS INC 8600012425 75 KVA $30„811.63 80000000-12104 INVENTORY- $30,811.63 TRANSFORMER,PAD PURCHASES MOUNT; Vendor Total:--$30,811.63 ADAMSON INV318542 VERTEX SUPER-LED, $152,.31 80026120.80100 MACHINERY& $152.31 POLICE NFPA SURFACE ION EQUIPMENT PRODUCTS LIGHT Vendor Total: --$152.31 AFLAC 019659 CANCERILIFEIACC $8,017 08 20700000-20527 SECTION 125 $8,017.08 INSURANCE (CANCER&LIFE) Vendor Total: $8,017.08 ALLEN JAMES DV012520 INSTRUCTOR $244.00 10022850-52100 CONTRACTUAL $244.00 SERVICES _ Vendor Total:--- $244.00 AMAZON 1LMW-G9XM- CALCULATOR $19.04 10013200-57100 LEARNING AND $19.04 CAPITAL 7YC7 DEVELOPMENT SERVICES INKQAXG1• FOG LIGHTS $45.50 20324100-58510 REIMBURSABLE $45.50 YGGW JOBS 1KT6-6XNQ- HD CABLE $15.76 80026400-54100 SUPPLIES $15.76 TP39 Vendor Total: $80.30 ANIXTER 4471486-01 HAMMER $111.92 80026110-54102 SMALL TOOLS $111.9� Vendor Total: $11 i 9� BARBARA J 012320 ART-RENDERING OF $250.00 10012800-52510 ADVERTISING& $250.00 DANIELS DOWNTOWN PROMOTION __-_ Vendor Total: $250.00 BARTLEY PUMP 58183 B EL DORADO LIFT $4,970.46 94424424-80230 INFRASTRUCTURE $4,970.46 PM,LLC STATION REPL.P 58183 D EL DORADO LIFT $18,430.00 94424424-80230 INFRASTRUCTURE $18,430.00 STATION REPL.P 58183 C EL DORADO LIFT $68,827.50 94424424-80230 INFRASTRUCTURE $68,827.50 STATION REPL„P Vendor Total: $92,227.96 BRAITMAN& 1500 UVSD DETACHMENT $640.00 84427222-52100 CONTRACTUAL $640.00 ASSOC FROM UKIAH SERVICES Vendor Total:----$640.00 CA RURAL DV013020 REGISTRATION-N $275,00 82027114-57100 LEARNING AND $275.00 WATER ASSOC WIESS DEVELOPMENT Vendor Total: CAROLLO 0183558 DESIGN PHASES 1&11 $148.48 83027330-80230 INFRASTRUCTURE $148.48 ENGINEERS INC RECYCLED WA Page 95 of 479 List of Checilks Presented for A�jpjjproval on 1/31/2020 Invoices MEE CAROLLO 0181873 DESIGN PHASES 1&II, $3,406.75 83027330-80230 INFRASTRUCTURE $3,406.75 ENGINEERS INC RECYCLED WA 0182324 DESIGN PHASES 1&1 $11,825.00 83027330-80230 INFRASTRUCTURE $11,825.00 RECYCLED WA 0180452 DESIGN PHASES 1&1, $16,648.62 83027330-80230 INFRASTRUCTURE $16,648.62 RECYCLED WA 0182119 DESIGN PHASES 1&14 $22.328.16 83027330-80230 INFRASTRUCTURE $22,328.16 RECYCLED WA _ Vendor Total:- $54,357.01 CHRISTOPHER DVO12420 U-HAUL TRAILER $60.42 20324100-54100 SUPPLIES $60.42 WALKER RENTAL REIMBURSEMENT _____ Vendor Total: $60.42 CINTAS 4035593474 RUG/MAT&UNIFORM $35.00 31122000-56300 BUILDING MAINT. $35.00 CORPORATION SERVICES &REPAIR 4036727212 RUGIMAT&UNIFORM $35.00 31122000-56300 BUILDING MAINT. $35.00 SERVICES &REPAIR 4037915166 RUG/MAT&UNIFORM $35.00 31122000-56300 BUILDING MAINT. $35.00 SERVICES &REPAIR 4038462558 RUG/MAT&UNIFORM $137,32 20324100-52100 CONTRACTUAL $137.32 SERVICES SERVICES 4037385697 RUG/MAT&UNIFORM $24.51 77725200-54100 SUPPLIES $24.51 SERVICES 4037972161 RUG/MAT&UNIFORM $24.51 77725200-54100 SUPPLIES $24,51 SERVICES .... Vendor Total: $291.34 CLARK PEST 25263191 PEST CONTROL SVCS $94.00 80026210-52100 CONTRACTUAL $94.00 CONTROL SERVICES 25251646 PEST CONTROL SVCS $74.00 80026220-52100 CONTRACTUAL $74,00 SERVICES Vendor Total: COMCAST 0472 FEB 20 INTERNET SERVICES $162.29 20913900-55100 TELEPHONE $162,29 Vendor Total:- --$162,29 DANIEL SPENCE DV121319 UKIAH ON ICE $87.09 31422860-54100 SUPPLIES $87.09 MAINTENANCE SUPPLIES REIMBURSEMENT DV122819 UKIAH ON ICE $142.93 31422860-54100 SUPPLIES $142.93 MAINTENANCE SUPPLIES REIMBURSEMENT DV122619 UKIAH ON ICE $184.54 31422860-54100 SUPPLIES $184.54 DECORATIONS REIMBURSEMENT DV121619 UKIAH ON ICE $399.62 31422860-54100 SUPPLIES $399.62 MAINTENANCE SUPPLIES REIMBURSEMENT Vendor Total: $814.18 DAVID KIRCH CR 8119- COURSE $360.00 82027110-57100 LEARNINGAND $380.00 12/16/19 REIMBURSEMENT DEVELOPMENT Vendor Total: - $360.00 Page 96 of 479 List of Checks Presented on /31/2020 r Approval III Invoices DEPARTMENT OF 429615 CHEMITEST REPORT $770.00 10020210-52100 CONTRACTUAL $770.00 JUSTICE CRIMINAL INVE SERVICES Vendor Total: - -$770.00 DEPT OF OV012420 DEMOLITION PERMIT $195.06 82027110-59101 FEES $195.06 PLANNING& FEE BUILDING -- Vendor Total: $195.06 DETROIT 575585 DIAMOND BLADES $740.49 90000000-20231 COUNTY MENTAL ($3.45) INDUSTRIAL HEALTH.5% TOOL 90000000-23252 DISTRICT USE ($0.86) TAX-LIBRARIES 90000000-23237 DISTRICT USE ($3.45) TAX-MEASURE S 90000000-23028 MEASURE Y ($3.45) DISTRICT TAX 84027221-54100 SUPPLIES $11.21 84027221-54100 SUPPLIES $740.49 Vendor Total:- $740.49 DREW WALLACE 27901 REPAIR RING MOUNT $99.81 10022810-54100 SUPPLIES $99.81 BELT Vendor Total:___--$99.81 EFFICIENCY 2588 ADMIN OF EUD $3,659.93 80626450-52137 PUBLIC $3,659.93 SERVICES PUBLIC BENEFITS P BENEFITS GROUP LLC PROGRAM MGMT Vendor Total: $3,659.93 GHD INC 132527 PLAN&SPEC PREP- $7,329.96 50024220-80230 INFRASTRUCTURE $7,329.96 STREETSCAPE 132526 PLAN&SPEC PREP- $32,131.35 50024220-80230 INFRASTRUCTURE $32,131.35 STREETSCAPE 132528 PLAN&SPEC PREP- $45,232.22 82227113-80230 INFRASTRUCTURE $46,232.22 STREETSCAPE 132529 PLAN&SPEC PREP- $25,582.33 84427221-80230 INFRASTRUCTURE $25,582.33 STREETSCAPE _ Vendor Total: $110,275.86 GRAFIX SHOPPE 132023 VEHICLE GRAPHIC $806.12 90000000-20231 COUNTYMENTAL ($3.63) KIT,DOOR WRAP HEALTH.5% PANEL 90000000-23252 DISTRICT USE ($0.89) TAX-LIBRARIES 90000000-23237 DISTRICT USE ($3.63) TAX-MEASURE S 10020210-56130 EXTERNAL $64.34 SERVICES 10020210-56130 EXTERNAL $806.12 SERVICES 90000000-23028 MEASURE Y ($3.63) DISTRICT TAX Page 97 of 479 Checks 1/2,020 IIIIIIII4IIII II Presented Approval IIII IIII II Iiiinvoices �u - IU GRAFIX SHOPPE 132023 VEHICLE GRAPHIC $806.12 90000000-23013 STATE USE TAX ($52.56) KIT,DOOR WRAP LIABILITY PANEL Vendor Total: - $806.12 GRAINGER INC 9407204289 DRUM SPILL $243.40 82027111-54100 SUPPLIES $243.40 CONTAINMENT Vendor Total: $243.40 GRANITE 1736731 MISC.ROCK&ROAD $134.90 82027114-54100 SUPPLIES $134.90 CONSTRUCTION PATCH MATERI COMPANY Vendor Total:----$134.90 IBEW,LOCAL 19-12 IBEW DEC 19 ELECTRIC $1,856.60 20700000-20509 P/R DEDUCT, $1,856.60 1245 UNIT UNION DUES UNIONDUES 20-1 IBEW JAN 20 ELECTRIC $1,856.60 20700000-20509 P/R DEDUCT.- $1,856,60 UNIT UNION DUES UNIONDUES _ Vendor Total: - $3,713.20 INFOSEND WC 164996 UB PRINT&MAIL $4,768.39 20513300-52100 CONTRACTUAL $4,768.39 SERVICES SERVICES _ Vendor Total: - $4,766.39 INTEGRITY 102165 SHREDDING $57.00 20513300-52100 CONTRACTUAL $57.00 SHRED SERVICES SERVICES 102395 SHREDDING $57.00 10020210-54100 SUPPLIES $28.50 SERVICES 20620231-54100 SUPPLIES $28.50 Vendor Total: - $114.00 INTERSTATE 380043 BATTERIES $38.65 82027111-56120 EQUIPMENT $38.65 BATTERIES MAINTENANCE& REPAIR Vendor Total: - - $38.65 INTERWEST 55587 ON-CALF BUILDING& $971.82 10023320-52100 CONTRACTUAL $971.82 CONSULTING PLAN CHECK SERVICES GROUP INC 56363 ON-CALL BUILDING& $5,832,40 10023320-52100 CONTRACTUAL $5,832.40 PLAN CHECK SERVICES ........... Vendor Total: $6,804.22 JJ CUSTOM 003556 CHAIN SHARPENING $20.00 80026110-54100 SUPPLIES $20.00 SHARPING LLC - Vendor Total: -$20A0 LEAGUE OF 1643 2020 MEMBERSHIP DUES $100.00 10010000-57300 MEMBERSHIPS& $100.00 CALIFORNIA SUBSCRIPTIONS CITIES .... Vendor Total: $100.00 LION 251651 CALIFORNIA $1,590.00 20324100-57100 LEARNING AND $795.00 TECHNOLOGY HAZARDOUS WASTE DEVELOPMENT INC MAN 20413500-57100 LEARNING AND $795.00 DEVELOPMENT Vendor Total: $1,590.00 Page 98 of 479 Invoices OU ro ro MARK CLEMENTI 01-16-20 PRE-EMPLOYMENT $685 00 10020210-54161 BACKGROUND& $685.00 PHD PSYCHOLOGICAL PHYSICALS EVALUATION ____ Vendor Total: $685.00 MAUREEN TR1I23120 TRAVEL $221.90 10010000-57100 LEARNING AND $221,90 MULHEREN REIMBURSEMENT DEVELOPMENT Vendor Total:....$221.90 MAX OSWALD TA 2I19-14I20 TRAVEL ADVANCE $966.60 10020210-57100 LEARNING AND $966.60 DEVELOPMENT -Vendor Total: $966.60 MEL GRANDI DV012820 UKIAH LIONS CLUB $210.00 80026400-57300 MEMBERSHIPS& $210.00 MEMBERSHIP SUBSCRIPTIONS REIMBURSEMENT ---_ Vendor Total: 5210.00 MENDOCINO EH38802 HAZMAT PERMIT $560.00 82027111-59101 FEES $560.00 COUNTY HZ236085 ENVIRONMENTAL HEALTH EH38801 HAZMAT PERMIT $560 00 82027111-59101 FEES $580,.00 HZ236086 EH38800 HAZMAT PERMIT $560.00 82027111-59101 FEES $560.00 HZ236339 EH38703 HAZMAT PERMIT $560.00 82027111-59101 FEES $560.00 HZ236340 EH38808 HAZMAT PERMIT $560.00 82027111-59101 FEES $560,00 HZ236834 EH38702 HAZARDOUS $1,576.50 82027111-59101 FEES $1,576.50 MATERIALS PERMIT HZ235591 241173 HAZARDOUS $1.606.50 84027225-59101 FEES $1,606-50 MATERIALS PERMITS HTZ35688 ........... Vendor Total: $5.983.00 MINTIER UKIAHGPU-09 GPU,EIR&ADVANCED $1,315.55 31523100-52100 CONTRACTUAL $1,315.55 HARNISH LP PLANNING S SERVICES .......... Vendor Total: $1,315.55 MOIRS 157080 MISC.POOL SUPPLIES $220.93 82027111-58202 CHEMICALS $220.93 AS NEEDED 157004 MISC.POOL SUPPLIES $331.39 82027111-58202 CHEMICALS $331.39 AS NEEDED 156929 MISC.POOL SUPPLIES $117.39 84027225-56120 EQUIPMENT $117.39 AS NEEDED MAINTENANCE& REPAIR 156936 MISC.POOL SUPPLIES $145.85 84027225-56120 EQUIPMENT $145.85 AS NEEDED MAINTENANCE& REPAIR _ Vendor Total:- --$815.56 MUNICIPAL 0145307-IN HOSE $998.46 90000000-20231 COUNTY MENTAL ($3,62) MAINTENANCE HEALTH.5% EQUIPMENT Page 99 of 479 LuEst of Checks, Presented for Appirovaill on 1/31/2020 wii will Riomillilliuriiiiiiiii i ii i i 11 MUNICIPAL 0145307-IN HOSE $998.46 84027225-56120 EQUIPMENT $3.62 MAINTENANCE MAINTENANCE& EQUIPMENT REPAIR 84027225-56120 EQUIPMENT $998.46 MAINTENANCE& REPAIR _ Vendor Total:- --$998.46 MW BEVINS 08475004N CABLE ASSEMBLY $50.10 90000000-20231 COUNTYMENTAL ($0.25) COMPANY,INC HEALTH.5% 90000000-23252 DISTRICT USE ($0.07) TAX-LIBRARIES 90000000-23237 DISTRICT USE ($0.25) TAX-MEASURE S 80026110-56130 EXTERNAL $4.45 SERVICES 80026110-56130 EXTERNAL $50.10 SERVICES 90000000-23028 MEASURE Y ($0.25) DISTRICT TAX 90000000-23013 STATE USE TAX ($3.63) LIABILITY Vendor Total: - $50.10 NiATHANIEL DVO12020 INSTRUCTOR $979.30 10022850-52100 CONTRACTUAL $979.30 HIAYES SERVICES .... __ Vendor Total: -$979.30 NICK WEISS TA 219-14/20 TRAVEL ADVANCE $245.00 82027114-57100 LEARNING AND $245.00 DEVELOPMENT CR 8119- COURSE $360.00 82027114-57100 LEARNING AND $360.00 12/16/19 REIMBURSEMENT DEVELOPMENT --Vendor Total: $605.00 OCT WATER DVO13020 REGISTRATION-N $1,000.00 82027114-57100 LEARNING AND $1,000.00 QUALITY WIESS DEVELOPMENT ACADEMY Vendor Total:---$1,000.00 ONE TIME PAY DVOI0620 GRACE HUDSON $250.00 10022700-46530 MUSEUM $250.00 VENDOR MUSEUM DEPOSIT- MEETING SEW LOCAL 1021 RENTALS 116696-6 UTILITY REFUND- $11.29 90100000-10421 UTILITY $11.29 LARIE HALL RECEIVABLES CLEARING 122682-8 UTILITY REFUND-RDL $26.35 90100000-10421 UTILITY $26.35 PROPERTY MGMT RECEIVABLES CLEARING 1467.53 UTILITY REFUND-THE $1,467.53 90100000-10421 UTILITY $1,467.53 ALLEY GRILL RECEIVABLES CLEARING _ Vendor Total: --$1,755.17 PACE SUPPLY 025849598 PVC PIPE,ADAPTER $9.45 82027111-56300 BUILDING MAINT. $9.45 CORPORATION &REPAIR 025853364 PIPE,ADAPTERS $122.16 82027111-56300 BUILDING MAINT. $122.16 &REPAIR Page 100 of 479 List of Checks Pireseiratedfoir A�jjpproval on 1/31/2020 Linvo ices PACE SUPPLY 025847521 PVC BUSHING $32.16 82027111,56120 EQUIPMENT $32.16 CORPORATION MAINTENANCE& REPAIR 025834725 ROMAC $1,201.,99 84027221-56120 EQUIPMENT $1,201.99 RMCALPHAA700, MAINTENANCE& ALPHA REST REPAIR 025784712-1 METER VALVE $85.50 82000000,12104 INVENTORY- $85.50 PURCHASES 025742434-2 (AC-8-M)ACCESSORY $2,371.56 82000000-12104 INVENTORY- $2,371.56 KIT 8"MJ M PURCHASES 025838700 URINAL CARTRIDGE $15942 10022100-54100 SUPPLIES $159.42 025853787 REPAIR CLAMP $30.19 84027221-54100 SUPPLIES $30.19 Vendor Total: $4,012.43 PARCEL QUEST 202231 PARCELQUEST $3,500,00 20913900-54320 SOFTWARE $3,500.00 LICENSE 20223 PARCELQUEST BULK $7„000 00 20913900-54320 SOFTWARE $7,000.00 DATA DELIVERY ........... Vendor Total: $10,500.00 PENNY'S 3746 PD AWARD DINNER $37.54 10020210.54100 SUPPLIES $37.54 TROPHIES CEREMONY PLAQUE ---- Vendor Total: -$37.54 POLYDYNE INC 1419218 LIQUID POLYMER $12,544.66 84027225-58202 CHEMICALS $12,544.66 EMULSION _ Vendor Total: -$12,544.66 RAINFOREST 0411'72 PFFR SUPPORT-PD $68.05 10020210-54100 SUPPLIES $68.05 FANTASY _---_ Vendor Total: $6&05 RAY A MORGAN 2816847 COPIER LEASE& $57.18 10021210-54100 SUPPLIES $28.59 COMPANY SERVICE 91621400-54100 SUPPLIES $28,59 Vendor Total: $57.18 RAY C STARKEY P-2000064 YOUTH BASKETBALL $206.53 10022831-54100 SUPPLIES $206.53 SHIRTS-2019 P-2000063 YOUTH BASKETBALL $6,047.18 10022831-54100 SUPPLIES $6,047.18 SHIRTS-2019 P-2000001 T-SHIRTS-WWTP $217.65 84027225-54100 SUPPLIES $217.65 Vendor Total: $6,4T1.36 REDWOOD 2112980 CARDLOCK FUEL $7,797.32 10012200-56210 FUEL&FLUIDS $7.99 COAST FUELS PURCHASES 10020210-56210 FUEL&FLUIDS $2,152.18 10022100-56210 FUEL&FLUIDS $851.98 10022810-56210 FUEL&FLUIDS $110.98 10024620-56210 FUEL&FLUIDS $801.95 20324100-56210 FUEL&FLUIDS $251.45 20822500-56210 FUEL&FLUIDS $84.97 Page 101 of 479 Involices REDWOOD 2112980 CARDLOCK FUEL $7,797.32 80026400-56210 FUEL&FLUIDS $1,087.12 COAST FUELS PURCHASES 82027111-56210 FUEL&FLUIDS $342.63 82027114-56210 FUEL&FLUIDS $490.76 82027114-56210 FUEL&FLUIDS $519.98 84027221-56210 FUEL&FLUIDS $418.06 84027221-56210 FUEL&FLUIDS $442.94 84027225-56210 FUEL&FLUIDS $234,33 --Vendor Total: $7,797.32 REDWOOD 20-02 EAP REMIF EAP $553.80 20112400-52525 WORKER'S $553.80 EMPIRE INSURANCE COMP.EXPENSE MUNICIPAL INSURANCE FUND Vendor Total: REDWOOD FORD LEC49291 2020 FORD F250-XL $39„601.75 10021210-80100 MACHINERY& $19,800.87 CREW CAB AS EQUIPMENT 91721400-80100 MACHINERY& $19,800.88 EQUIPMENT LEC49292 2020 FORD F250-XL $39,601.75 10021210-80100 MACHINERY& $19,800.88 CREW CAB AS EQUIPMENT 91721400-80100 MACHINERY& $19.800.87 EQUIPMENT LEC30570 2020 FORD F250-XL $38,612.07 80026120-80100 MACHINERY& $38,612.07 SUPER CAB AS EQUIPMENT - --- Vendor Total: $117,815.57 REXEL USA INC OA49429 CIRCUIT BREAKER $69.46 84027225-56120 EQUIPMENT $69.46 MAINTENANCE& REPAIR OA28069 VALVE $994.35 84027225-56120 EQUIPMENT $994.35 MAINTENANCE 8 REPAIR Vendor Total: -$1,063.81 RINO PACIFIC CL29638 FUEL CARD CHARGES $1,574,05 10021210-56210 FUEL&FLUIDS $787.02 AS NEEDED 91521400-56210 FUEL&FLUIDS $787.03 CL29160 FUEL CARD CHARGES $1,798.58 10021210-56210 FUEL&FLUIDS $899.29 AS NEEDED 91521400-56210 FUEL&FLUIDS $899.29 Vendor Total: $3,372.63 RONALD TA 219-14120 TRAVEL ADVANCE $1,018.75 10020210-57100 LEARNING AND $1,018.75 DONOHUE DEVELOPMENT Vendor Total: - $1,018.75 SAFEWAY INC STMT JAN 20 MISC. PURCHASES AS $650.92 10022700-54100 SUPPLIES $25.56 NEEDED Page 102 of 479 List of Checks Presented r ii 1/31/2020 iii iiii ces SAFEWAY INC STMT JAN 20 MISC. PURCHASES AS $650.92 31422860-54100 SUPPLIES $23.03 NEEDED 31422860.54100 SUPPLIES $27.05 31422860-54100 SUPPLIES $30.02 31422860-54100 SUPPLIES $35.03 31422860-54100 SUPPLIES $36.01 31422860-54100 SUPPLIES $42.89 31422860-54100 SUPPLIES $45.99 31422860-54100 SUPPLIES $57.84 31422860-54100 SUPPLIES $98.74 31422860-54100 SUPPLIES $108.36 73022800-54100 SUPPLIES $20,06 73022600-54100 SUPPLIES $38,43 73022600-54100 SUPPLIES $61.91 Vendor Total: $650.92 SALES&USE 002 8752 966 WATER TIGHTS FEE $334.76 82027110-59101 FEES $334,76 TAX FOR WR STF 09 Vendor Total:-___$334.76 SCHAT'S BAKERY DEC 19 PROVIDE MISC.FOOD $216.20 10010000-54100 SUPPLIES $216.20 DISHES AS N -- Vendor Total: $216.20 SHERRIE SMITH- TR 1012-6/19 TRAVEL $1,300.49 10022700-57100 LEARNING AND $1,300.49 FERRI REIMBURSEMENT DEVELOPMENT Vendor Total: $1,300.49 STAPLES CREDIT 9805 AVERY SHIPPING $21.75 10024620-54120 PW-SPECIAL $21.75 PLAN LABELS SUPPLIES 15644 AVERY LABELS, $65.30 10022700-54100 SUPPLIES $65.30 ENVELOPES 11677 PAPER CLIPS,FILE $55.27 73022600-54100 SUPPLIES $55.27 BOXES 13229 GLUE STICK, $24.98 82027111-54100 SUPPLIES $24.98 BATTERIES 9999 CARTRIDGE $108.86 82027111-54100 SUPPLIES $108.86 2245 SHARPIES,.DESKPAD, $187.93 82027111-54100 SUPPLIES $187.93 PENS,PLANNERS 9342 ACCU-STAMPS,USB $74.27 82027114-54100 SUPPLIES $74.27 CABLE,PAPER CLIPS 10076 AVERY LABELS, $115.14 82027114-54100 SUPPLIES $115.14 ENVELOPES, PLANNER _--_ -- Vendor Total: $653.50 Page 103 of 479 Ali ii a u� � � ° STATE WATER WO-0171801 FY 19-20 ANNUAL $260.00 10024224-59101 FEES $280.00 RESOURCES PERMIT FEES CONTROL FACILITY BOARD 1 BO071 WNME SW-0179410 FY 19-20 ANNUAL $8,539.00 10024224-59101 FEES $8,539.00 PERMIT FEES FACILITY 1 49M 1000009 WD-0166046 FY 19-20 ANNUAL $30,625.00 70024500-59101 FEES $30,625.00 PERMIT FEES FACILITY 1 B750430MEN WD 0165331 FY 19-20 ANNUAL $2,061.00 83027330-59101 FEES $2,061.00 PERMIT FEES FACILITY 1614046RMEN WD-0164086 FY 19-20ANNUAL $2,625,00 84027221-59101 FEES $2,625.00 PERMIT FEES FACILITY ISS010074 WD-0164402 FY 19-20 ANNUAL $2,625.00 84027221-59101 FEES $2,625.00 PERMIT FEES FACILITY ISS011454 Vendor Total: $46,735 00 SYAR 763093 ASPHALT AS NEEDED $1,873.16 10024620-54128 PW-COLD $1,873.16 INDUSTRIES INC PATCH MATERIAL Vendor Total: $1,873.16 TGIF REPAIRS 6127 PRINTER $348.59 20620231-56120 EQUIPMENT $348.59 INC MAINTENANCE MAINTENANCE 8 REPAIR Vendor Total: -$348.59 THOMAS TR 1112-17120 TRAVEL $125.24 10020210-57100 LEARNING AND $125.24 CORNING JR REIMBURSEMENT DEVELOPMENT Vendor Total: - $125.24 TORI JUL 18 REIMBURSEMENT- $133.10 10021210-54100 SUPPLIES $66.55 CARPENTER MENDO COMPLEX FIRES 91521400-54100 SUPPLIES $66.55 Vendor Total:- $133.10 TRACI BOYL CR121319 COURSE $4,950.00 10012100-57100 LEARNING AND $4.950.00 REIMBURSEMENT- DEVELOPMENT LEADING SUSTAINABLE ENTERPR CR1213191 COURSE $4,950.00 10012100-57100 LEARNINGAND $4,950.00 REIMBURSEMENT- DEVELOPMENT STRATEGY PRACTICE Vendor Total: $9,900.00 TRIPLE S 11117759 PORTRAIT $29.34 10020210-54100 SUPPLIES $29.34 CAMERA SHOP PHOTOGRAPHY -Vendor Total: $29.34 UKIAH PAPER 1506545 MISC.JANITORIAL $126,64 20822500-54100 SUPPLIES $126.64 SUPPLY SUPPLIES AS N 1506874 MISC.JANITORIAL $137,23 20822500-54100 SUPPLIES $137.23 SUPPLIES AS N 1506909 MISC.JANITORIAL $273.37 20822500-54100 SUPPLIES $273.37 SUPPLIES AS N Page 104 of 479 Iiiinvowices III MEE �FsiRmiiii N UKIAH PAPER CM1507091 MISC.JANITORIAL ($186.61) 20824300-54100 SUPPLIES ($186.61) SUPPLY SUPPLIES AS N 507232 MISC.JANITORIAL $14.44 84027225-54100 SUPPLIES $14.44 SUPPLIES AS N 507313 MISC.JANITORIAL $34.83 84027225-54100 SUPPLIES $34.83 SUPPLIES AS N 506759 MISC.JANITORIAL $332.85 84027225-54100 SUPPLIES $332,85 SUPPLIES AS N Vendor Total:....j'732".i5 UNDERGROUND 1314392019 2019 ANNUAL $1,661.47 82027114-57300 MEMBERSHIPS& $1,661.47 SERVICE ALERT MEMBERSHIP SUBSCRIPTIONS OF 1789142019 ANNUAL MEMBERSHIP $1,661.41 84027221-57300 MEMBERSHIPS& $1,661 41 SUBSCRIPTIONS ---Vendor Total: $3,322.88 UPS OOOOE19R54030 SHIPPING CHARGES $24.64 80026210-54100 SUPPLIES $24.64 Vendor Total: $24.84 URBAN TREE 50189 TREES-PARKS& $706.33 90000000-23252 DISTRICT USE ($0..82) FARM NURSERY STREETS TAX-LIBRARIES INC 90000000-23237 DISTRICT USE ($3.27) TAX-MEASURE S 10024620-54120 PW-SPECIAL $2.05 SUPPLIES 10024620-54120 PIN-SPECIAL $664.38 SUPPLIES 10022100-54100 SUPPLIES $2.04 10022100-54100 SUPPLIES $41.95 Vendor Total: ....$706.33 VICTOR S144786 #RSDC-45 $4,383.96 64012600-80230 INFRASTRUCTURE $4,383.96 STANLEY,INC STEELSITES SERIES 45G __ Vendor Total:- $4.383.96 VINCENTE CR 8119- COURSE $360.00 82027114-57100 LEARNING AND $360.00 MARTINEZ 12/16/19 REIMBURSEMENT DEVELOPMENT Vendor Total: $360.00 VITISYSTEMS 604356 LABORATORY $693.50 84027225-52100 CONTRACTUAL $693.50 INC TESTING SERVICES 605405 LABORATORY $722.00 84027225-52100 CONTRACTUAL $722.00 TESTING SERVICES 904389 LABORATORY $798.00 84027225-52100 CONTRACTUAL $798.00 TESTING SERVICES _ Vendor Total:- -$2,213.50 WALMART 001427 CERTIFICATE AND $4.80 10012500-54100 SUPPLIES $4.80 COMMUNITY PROCLAMATION RIBBON 003314 FIRST AID KIT $84.40 10022831-54100 SUPPLIES $84.40 005470 ICE RINK SUPPLIES $30.71 31422860-54100 SUPPLIES $30.71 Page 105 of 479 List of Checks Presented for Approval on 1/3 1 /2020 Invoices - 9U WALMART 002068 ICE RINK SUPPLIES $44,49 31422860-54100 SUPPLIES $44.49 COMMUNITY 001680 ICE RINK SUPPLIES $180.91 31422860-54100 SUPPLIES $180.91 002447 CLEANING WIPES, $108.83 82027111-54100 SUPPLIES $108.83 HAND SANITIZER, LIGHT BULB Vendor Total:.... --_$454.14 WATEREUSE 035039 WATERESUSE $909.50 83027330-57300 MEMBERSHIPS& $909.50 ASSOCIATION ANNUAL MEMBERSHIP SUBSCRIPTIONS Vendor Total:-- $909.50 WILLOW COUNTY 40353 DEC 19 PACIFC GAS& $26.11 31122000-55210 UTILITIES $26.11 WATER DIST ELECTRIC 40351 DEC 19 PACIFIC GAS& $20.00 84027225-55210 UTILITIES $20.00 ELETRIC 81154 DEC 19 PACIFIC GAS& $20.03 84027225-55210 UTILITIES $20.03 ELECTRIC Vendor Total:----_$66.14 W,Q!l DVOI10720 REGISTRATION-A $500.00 84027225-57100 LEARNING AND $500.00 VARGAS DEVELOPMENT DV010720 REGISTRATION-A $700.00 84027225-57100 LEARNING AND $700.00 VARGAS DEVELOPMENT DVO10720 1 REGISTRATION-C $700.00 84027225-57100 LEARNING AND $700.00 GOWAN DEVELOPMENT DV011720 REGISTRATION-M $700.00 84027225-57100 LEARNING AND $700.00 ANLIKER DEVELOPMENT DVOI0920 REGISTRATION-M $700.00 84027225-57100 LEARNING AND $700.00 MICHAEL DEVELOPMENT Vendor Total: $3,300.00 ZAP MFG 322,3 24"X 36"COVERED $745.51 10024620-54127 PW-SIGN $745.51 BLANK,.080G POSTS/SHEETING Vendor Total: $745.51 INVOICE $583,515.86 TOTAL: Page 106 of 479 Agenda Item No: 7.b. MEETING DATE/TIME: 2/19/2020 ITEM NO: 2019-103 dl� tiuU h 0 � - Uki AGENDA SUMMARY REPORT SUBJECT: Adoption of Resolution to Extend the Declaration of a Local Emergency Related to the 2019 Winter Storm Event. DEPARTMENT: Community PREPARED BY: Tami Bartolomei, Community Services Services Administrator PRESENTER: Consent Calendar ATTACHMENTS: 1. Attachment_1_Local_Emergency_City_of_Ukiah 2. Attachment 2 Local Emergency City of Ukiah 3. Attachment 3 Local Emergency City of Ukiah 4. Attachment 4 Local Emergency City of Ukiah 5. Attachment 5 Local Emergency City of Ukiah 6. Attachment 6 - Local Emergency City of Ukiah 7. Attachment 7 Local Emergency City of Ukiah 8. Attachment 8 -Local Emergency City of Ukiah 9. Attachment 9 Local Emergency City of Ukiah 10. Attachment 10 Local Emergency City of Ukiah 11. Attachment 11 Local Emergency City of Ukiah 12. Attachment 12 Local Emergency City of Ukiah 13. Attachment 13 Local Emergency City of Ukiah 14. Attachment14 Local Emergency City of Ukiah 15. Attachment 15 Local Emergency City of Ukiah Summary: Council will consider adopting a resolution extending the declaration of a local emergency related to the 2019 Winter Storm Events. Background: On February 27, 2019, the City Manager/Emergency Director, under the authority in Ukiah City Code Section (5125 (Ordinance No. 995, §1), proclaimed the existence of a local emergency as a result of conditions created by the severe winter storm affecting the City of Ukiah (Attachment 1). Under Ukiah City Code Section 5127, the City Council must review the declaration of a local emergency at least every fourty- five (45) days until the need for continuing the local emergency has ended. On March 6, 2019, City Council agreed with the City Manager/Emergency Director and ratified and adopted Resolution No. 2019-08 (Attachment 2). On March 20, 2019, City Council approved the renewal and continuing of a Local Emergency Resolution No. 2019-09 (Attachment 3). On April 3, 2019, City Council approved the renewal and continuing of a Local Emergency Resolution No. 2019-12 (Attachment 4). Page 1 of 3 Page 107 of 479 On April 17, 2019, City Council approved the renewal and continuing of a Local Emergency Resolution No. 2019-16 (Attachment 5). On May 1, 2019, City Council approved the renewal and continuing of a Local Emergency Resolution No. 2019-20 (Attachment 6). On May 15, 2019, City Council approved the renewal and continuing of a Local Emergency Resolution No. 2019-22 (Attachment 7). On June 19, 2019, City Council approved the renewal and continuing of a Local Emergency Resolution No. 2019-27 (Attachment 8). On July 17, 2019, City Council approved the renewal and continuing of a Local Emergency Resolution No. 2019-38 (Attachment 9). On August 21, 2019, City Council approved the renewal and continuing of a Local Emergency Resolution No. 2019-44 (Attachment 10). On October 2, 2019, City Council approved the renewal and continuing of a Local Emergency Resolution No. 2019-46 (Attachment 11). On November 6, 2019, City Council approved the renewal and continuing of a Local Emergency Resolution No. 2019-48 (Attachment 12). On December 18, 2019, City Council approved the renewal and continuing of a Local Emergency Resolution No. 2019-58 (Attachment 13). On January 15, 2020, City Council approved the renewal and continuing of a Local Emergency Resolution No. 2020-02 (Attachment 14). Discussion: State and Federal recovery agencies, California Office of Emergency Services, and FEMA visited the City of Ukiah on March 7, 2019, and completed a preliminary damage assessment summary. This assessment estimated the total cost of storm damage at$1,588,000. Included in these costs were equipment use and staff response costs to the disaster emergency, and damages to both the Water Treatment Plant and Waste Water Treatment Plant. On July 10, 2019, City staff attended the required Recovery Scoping Meeting (RSM) with FEMA and Cal OES to review cost damages. Upon the completion of this meeting, the City of Ukiah had 60 days from the date of the RSM to identify all damages to be claimed for the winter storm disaster. Staff informed FEMA and Cal OES that, in addition to damages at the Water and Waste Water Treatment Plants, damages were also identified to two storm drains that run through the golf course (servicing drainage throughout that region) with an estimated repair cost of$400,000. Additionally, staff had identified damages to the south percolation pond levee. An estimator from FEMA came and evaluated the additional damages and gave approval to include these damages in the reimbursement process. Damage repairs to the water basins at the Water Treatment Plant and liner repair at the Waste Water Treatment Plant are completed. The City has received some reimbursement for staff emergency disaster response. Staff continues working with FEMA for reimbursement for all damages the City sustained from the 2019 winter storm event. Staff is recommending Council determine that the need for a declaration of a local emergency has not ended Page 2 of 3 Page 108 of 479 by adopting the proposed Resolution (Attachment 15) because of ongoing assessments/repairs. Recommended Action: Adopt Resolution to extend the declaration of a local emergency related to the 2019 winter storm events. BUDGET AMENDMENT REQUIRED: N/A CURRENT BUDGET AMOUNT: N/A PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: Sage Sangiacomo, City Manager Approved . u44 Page 3 of 3 Page 109 of 479 ATTACHMENT 1 RESOLUTION PROCLAIMING EXISTENCE OF A LOCAL EMERGENCY WHEREAS, Ukiah City Code Section 5125 (Ordinance No. 995, §1) empowers the Director of Emergency Services to proclaim the existence or threatened existence of a local emergency when said city is affected or likely to be affected by a public calamity and the City Council is not in session: and WHEREAS, on February 21, 2019, the Governor of California proclaimed that the atmospheric river system that has swept across California has created conditions producing a State of Emergency in counties throughout the state; and WHEREAS,the County of Mendocino proclaimed a Local Emergency on February 26, 2019, due to the severe winter storms commencing on February 25, 2019; and WHEREAS, the Director of Emergency Services of the City of Ukiah does hereby find that conditions of extreme peril to the safety of persons and property have arisen within the City, caused by the severe winter storms which began to impact the City on February 25, 2019; and WHEREAS, on the February 26, 2019, heavy rains from the winter storm have produced inflows to the City's Wastewater Treatment Plant that exceed the secondary effluent storage capacity of the plant's percolation ponds; and WHEREAS,these conditions are likely to be beyond the control of the services, personnel, equipment, and facilities of the City; and WHEREAS,the City Council of the City of Ukiah is not in session (and cannot immediately be called into session); NOW,THEREFORE, IT IS HEREBY PROCLAIMED that a local emergency now exists throughout the City of Ukiah. IT IS FURTHER PROCLAIMED AND ORDERED that during the existence of said local emergency the poweis, functions, and duties of the emergency organization of this City shall be those prescribed by state law and ordinances and resolutions of this City, and that this emergency proclamation shall expire in 7 days after issuance unless confirmed and ratified by City Council of the City of Ukiah. Dated: -2 lct By: ' , Dirtor of ergency Services Print Name AddressL_, Page 110 of 479 ATTACHMENT 2 RESOLUTION NO. 2019-08 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF UKIAH RATIFYING FEBRUARY 27, 20198 PROCLAMATION OF A LOCAL EMERGENCY WHEREAS: 1. On February 27, 2019, under the authority in Ukiah City Code Section 5125 (Ordinance No. 995, §1), the Director of Emergency Services proclaimed the existence of a local emergency as a result of conditions created by the severe winter storm affecting the City of Ukiah ("City") beginning February 25 th and conditions still exists. A true and correct copy of the Resolution Proclaiming Existence of a Local Emergency is attached hereto as Exhibit A and incorporated herein by this reference; and 2. if heavy rainfall has temporarily stopped, soils are saturated, heavy run-off continues, conditions at the City's Wastewater Treatment Plant continue to risk a breach of the holding ponds, and additional rainfall is predicted, all of which threaten to continue or create local emergency conditions; and 3. The City Council has reviewed Exhibit A and concurs with the findings in the Proclamation; and 4. The City Council will review this declaration at its next regular meeting, occurring not more than 14 days from the date the Resolution Proclaiming Existence of a Local Emergency is ratified by this resolution; NOW, THEREFORE, BE IT RESOLVED that the City Council hereby ratifies the proclamation of a "local emergency" by the Director of Emergency Services and proclaims and orders that said local emergency shall be deemed to continue to exist until its termination is proclaimed by the City Council. The City Councils all review then for continuing the local emergency at least once every 14 days until its termination is proclaimed by the City Council. BE IT FURTHER RESOLVED that the City Council hereby proclaims and orders that during the existence of a local emergency, the powers, functions, and duties of the Director of Emergency Services and the emergency organization of the City shall be those prescribed by (1) state law, (2) City ordinances and resolutions adopted by the City Council and (3) the City Operational Area Emergency Plan, as approved by the City Council. BE IT FURTHER RESOLVED that a copy of this declaration shall be forwarded to the County of Mendocino Office of Emergency Services (OES) with a request that OES forward the Resolution to California Office of Emergency Services Director, Mark Ghilarducci for concurrence of a local emergency. PASSED AND ADOPTED this 6 th day of March 2019, by the following roll call vote: AYES: Council members Orozco, Brown, Scalmanini, Crane, and Mayor Mulheren NOES: one ABSENT: one ABSTAIN: one -1L ..........v Maureen uleren, Mayor ATTEST: Kristine Lawler, City Clerk Page 111 of 479 EXHIBIT A, RESOLUTION PR CLAIMING EXISTENCE OF A LOCAL EMERGENCY ENCY WHEREAS, Ukiah City Code Section 5125 (Ordinance No. 995, §1) empowers the Director of Emergency Services to proclaim the existence or threatened existence of a local emergency when said city is affected or likely to be affected by a public calamity and the City Council is not in session: and WHEREAS,on February 21, 2019, the Governor of California proclaimed that the atmospheric river system that has swept across California has created conditions producing a State of Emergency in counties throughout the state; and WHEREAS,the County of Mendocino proclaimed a Local Emergency on February 26, 2019, dare to the severe winter storms commencing on February 25, 2019; and WHEREAS, the (Director of Emergency Services of the City of Ukiah does hereby find that conditions of extreme peril to the safety of personas and property have arisen within the City,caused by the.severe winter storms which began to impact the City on February 25, 2019; and WHEREAS,on the February 26, 2019, heavy rains from the winter storm have produced inflows to the City's Wastewater Treatment Plant that exceed the secondary effluent storage capacity of the plant®s percolation ponds; and WHEREAS,these conditions are likely to be beyond the control of the services, personnel® equipment, and facilities of the City® and WHEREAS,the City Council of the City of Ukiah is not in session (and cannot immediately be called into session)® NOW,THEREFORE, IT IS HEREBY PROCLAIMED that a local emergency now exists throughout the City of Ukiah. IT IS FURTHER PROCLAIMED AND ORDERED that during the existence of said local emergency the powe m functions, and duties of the emergency organization of this City shall be those prescribed by state law and ordinances and resolutions of this City® and that this emergency proclamation shall expire in 7 days after issuance unless confirmed and ratified by City Council of the City of Ukiah. Dated; a -7 - k ci 0y Mir for of erency Services Print Dame Address �.°� Page 112 of 479 ATTACHMENT 3 RESOLUTION NO. 2 19- 9 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF U IAH RATIFYING FI BRUA Y 27, 2019, PROCLAMATION OF A LOCAL.... FB P OFI4CY IIIIFA : 1. On February 27, 2019, under the authority in Ukiah City Code Section 5125 (Ordinance No. 995, §1), the Director of Emergency Services proclaimed the existence of a local emergency as a result of conditions created by the severe winter storm affecting the City of Ukiah("City") beginning February 25 1h and conditions still exists. A true and correct copy of the Resolution Proclaiming Existence of a Local Emergency is attached hereto as Exhibit A and incorporated herein by this reference; and 2. While heavy rainfall has temporarily stopped, soils are saturated, heavy ruin-off continues, conditions at the City"s Wastewater Treatment Plant continue to risk a breach of the holding ponds, and additional rainfall is predicted, all of which threaten to continue or create local emergency conditions; and 3. The City Council has reviewed Exhibit A and concurs with the findings in the Proclamatiorne and 4.. The City Council will review this declaration at its next regular meeting, occurring not more than 14 days from the date the Resolution Proclaiming Existence of a Local Emergency is ratified by this resolution; NOW, THEREFORE,E, DE IT RESOLVED that the City Council hereby ratifies the proclamation of a "local emergency" by the Director of Emergency Services and proclaims and orders that said local emergency shall be deemed to continue to exist until its termination is proclaimed by the City Council. The City Council shall review the need for continuing the local emergency at least once every 14 days until its termination is proclaimed by the City Council. DE IT FURTI--IER RESOLVED OLVED that the City Council hereby proclaims and orders that during the existence of a local emergency, the powers, functions, and duties of the Director of Emergency Services and the emergency organization of the City shall be those prescribed by (1) state law, (2) City ordinances and resolutions adopted by the City Council and (3) the City Operational Area Emergency Plan, as approved by the City Council. BE IT FURTHER EII II E OI_VED that a copy of this declaration shall be forwarded to the County of Mendocino Office of Emergency ;services (OE ) with a request that OES forward the Resolution to California Office of Emergency Services Director, Durk Ohilardaucci for concurrence of a local emergency. PASSED AND ADOPTED this 2011 day of March 2019, by the following roll call vote: AYES: Cou.nncilmembers Orozco, Brown, Scalmanini, Crane, and Mayor Mulheren DOES: Done ABSENT: Done ABSTAIN: Pone NJ ern Lulher" anar ay,jr ATTEST", i° 1h L, i ur tine Lawler, City C Clerk Page 113 of 479 EXHIBIT A RESOLUTION PROCLAIMING EXISTENCE OF A LOCAL EMERGENCY WHEREAS, Ukiah City Code Section 5125(Ordinance No.995, §1)empowers the Director of Emergency Services to proclaim the existence or threatened existence of a local emergency when said city is affected or likely to be affected by a public calamity and the City Council is not in session: and WHEREAS,on February 21, 2019, the Governor of California proclaimed that the atmospheric river system that has swept across California has created conditions producing a State of Emergency in counties throughout the state; and WHEREAS,the County of Mendocino proclaimed a Local Emergency on February 26, 2019, due to the severe winter storms commencing on February 25, 2019; and WHEREAS,the Director of Emergency Services of the City of Ukiah does hereby find that conditions of extreme peril to the safety of persons and property have arisen within the City,caused by the severe winter storms which began to Impact the City on February 25, 201% and WHEREAS,on the February 26, 2019, heavy rains from the winter storm have produced inflows to the City®s Wastewater Treatment Plant that exceed the secondary effluent storage capacity of the plants percolation ponds; and WHEREAS,these conditions are likely to be beyond the control of the services, personnel, equipment, and facilities of the City; and WHEREAS,the City Council of the City of Ukiah is not in session (arid cannot immediately be called into session); NOW,THEREFORE, IT 15 HEREBY PROCLAIMED that a local emergency now exists throughout the City of Ukiah. IT IS FURTHER PROCLAIMED AND ORDERED that during the existence of said local emergency the power, functions, and duties of the emergency organization of this City shall be those prescribed by state law and ordinances and resolutions of this City, and that this emergency proclamation shall expire in 7 days after issuance unless confirmed and ratified by City Council of the City of Ukiah, Dated: kct By: Dir?tor�of `=rgency�Services Print Name C- 1 QW." Address---a-qa���� Page 114 of 479 ATTACHMENT 4 RESOLUTION ® 2019-12 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF UKIAH CONTINUING OF A PROCLAMATION OF A LOCAL EMERGENCY FOR THE CITY OF UKIAH WHEREAS: 1, On February 27, 2019, under the authority in Ukiah it Code Section 5125 (Ordinance No. 995, §1), the Director of Emergency Services ("Director") proclaimed the existence of a local emergency as a result of conditions created by the severe winter storm affecting the City of Ukiah ("City"); and 2. On March 6, 2019, City Council adopted Resolution 2019-8 ratifying the Director's February 27, 2019 proclamation of a "local emergency" and proclaimed and ordered that said local emergency shall be deemed to continue to exist until its termination is proclaimed by the City Council. 3. On March 20, 2019, City Council approved continuing of the Local Emergency Resolution Proclamation. 4. Rainfall continues throughout the Ukiah Valley, soils are saturated, run®o continues, conditions at the City's Wastewater Treatment Plant continue to be at risk, all of which threaten to continue or create local emergency conditions; and 5. The City Council will review this declaration at its April 17 1h regular meeting, occurring not more than 14 days from the date this resolution is adopted; NOW,THEREFORE, BE IT RESOLVED that the local emergency continues to exist and shall be deemed to continue until it is further reviewed by the City Council. BE IT FURTHER RESOLVED that the City Council hereby proclaims and orders that during the existence of a local emergency, the powers, functions, and duties of the Director of Emergency Services and the emergency organization of the City shall be those prescribed by (1) state law, (2) it ordinances and resolutions adopted by the City Council and (3)the City Operational Area Emergency Plan, as approved by the City Council. BE IT FURTHER RESOLVED that a copy of this declaration shall be forwarded to the County of Mendocino Office of Emergency Services (OES) with a request that OES forward the Resolution to California Office of Emergency Services Director, Mark Ghilarducci for concurrence of a local emergency. PASSED AND ADOPTED this 31 day of April 2019, by the following roll call vote: AYES: Council members Orozco, Brown, Scalmanisi, Crane, and Mayor Mulheren NOES: one ABSENT: on ABSTAIN: None Maureen Mulheren, Mayor ATTEST: IkJL Q' Kristine Lawler, City Clerk Page 115 of 479 XHIBIT A RESOLUTION PROCI-MMING EXISTENCE OF A LOCAL EMERGENCY WHEREAS, Ukiah City Code Section 5125 (Ordinance No. 995, §1) empowers the Director of Emergency Services to proclaim the existence or threatened existence of a local emergency when said city is affected or likely to be affected by a public calamity and the City Council is not in session: and WHEREAS,,on February 21, 2019, the Governor of California proclaimed that the atrnospheric river system that has swept across California has created conditions producing a State of Emergency irk counties throughout the state; and WHEREAS,the County of Mendocino proclaimed a Local Emergency on February 26, 2919, due to the severe winter storms commencing on February 25, 2019; and WHEREAS, the Director of Emergency Services of the City of Ukiah does hereby find that conditions of extreme peril to the safety of persons and property have arisen within the City,caused by the severe winter storms which began to impact the City on February 25, 019; and WHEREAS,on the February 26, 2019, heavy rams from the winter storm have produced inflows to the City®s Wastewater Treatment Plant that exceed the secondary effluent storage capacity of the plants percolation ponds; and IERES,these conditions are likely to be beyond the control of the services, personnel, equipment, and facilities of the City; and WHEREAS,the City Council of the City of Uldah is not in session (and cannot immediately be called into session); NOW,THEREFORE, IT IS HEREBY PROCLAIMED that a local emergency now exists throughout the City of Ukiah. IT IS FURTHER PROCLAIMED AND ORDERED that during the existence of said local emergency the power, functions, and duties of the emergency organization of this City shall be those prescribed by state law and ordinances and resolutions of this City, and that this emergency proclamation shall expire in 2 days after issuance unless confirmed and ratified by City Council of the City of Ukiah. Dated: - kci By: Dir for of ergency Se ices Print Name Address ry. Page 116 of 479 ATTACHMENT 5 RESOLUTION NO. 2019-16 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF UKIAH RENEWAL AND CONTINUING OF A PROCLAMATION OF A LOCAL EMERGENCY FOR THE CITY OF UKIAH WHEREAS: 1. On February 27, 2019, under the authority in Ukiah City Code Section 5125 (Ordinance No. 995, §11), the Director of Emergency Services ("Director") proclaimed the existence of a local emergency as a result of conditions created by the severe winter storm affecting the City of Ukiah ("City"),- and 2. On March 6, 2019, City Council adopted Resolution 2019-8 ratifying the Director's February 27, 2019 proclamation of a "local emergency" and proclaimed and ordered that said local emergency shall be deemed to continue to exist until its termination is proclaimed by the City Council. 1 On March 20, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 4. On April 3, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 5. Rainfall continues throughout the Ukiah Valley, soils are saturated, run-off continues, conditions at the City's Wastewater Treatment Plant continue to be at risk, all of which threaten to continue or create local emergency conditions; and 6. The City Council will review this declaration at its May 15 th regular meeting, occurring not more than 45 days from the date this resolution is adopted; NOW, THEREFORE, BE IT RESOLVED that the local emergency continues to exist and shall be deemed to continue until it is further reviewed by the City Council at its regular meeting on May 15, 2019. BE IT FURTHER RESOLVED that the City Council hereby proclaims and orders that during the existence of a local emergency, the powers,functions, and duties of the Director of Emergency Services and the emergency organization of the City shall be those prescribed by (1) state law, (2) City ordinances and resolutions adopted by the City Council and (3) the City Operational Area Emergency Plan, as approved by the City Council. BE IT FURTHER RESOLVED, that a copy of this declaration shall be forwarded to the County of Mendocino Office of Emergency Services (OES) with a request that OES forward the Resolution to California Office of Emergency Services Director, Mark Ghilarclucci for concurrence of a local emergency. PASSED AND ADOPTED this 17111 day of April 2019, by the following roll call vote: AYES: Councilmembers Orozco, Brown, Scalmanini, Crane, and Mayor Mulheren NOES: None ABSENT: None ABSTAIN: None Maureen Mulheren, Mayor ATTEST: Kristine Lawler, City Clerk Page 117 of 479 ATTACHMENT 6 RESOLUTION NO. 2019-20 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF UKIAH RENEWAL AND CONTINUING OF A PROCLAMATION OF A LOCAL EMERGENCY FOR THE CITY OF UKIAH WHEREAS: 1. On February 27, 2019, under the authority in Ukiah City Code Section 5125 (Ordinance No. 995, §1), the Director of Emergency Services ("Director") proclaimed the existence of a local emergency as a result of conditions created by the severe winter storm affecting the City of Ukiah ("City"); and March 6, 2019, City Council adopted Resolution 2019-8 ratifying the Director's February 27, 2019 proclamation of a "local emergency" and proclaimed and ordered that said local emergency shall be deemed to continue to exist until its termination is proclaimed by the City Council. 3. On March 20, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. April 3, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. April 17, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 6. Rainfall continues throughout the Ukiah Valley, soils are saturated, run-off continues, conditions at the City's Wastewater Treatment Plant continue to be at risk, all of is threaten to continue or create local emergency conditions; and 7. The City Council will review this declaration at its May 15th regular meeting, occurring not more than 14 days from the date this resolution is adopted; NOW, THEREFORE, BE IT RESOLVED that the local emergency continues to exist and shall be deemed to continue until it is further reviewed by the City Council at its regular meeting on May 15, 2019. BE IT FURTHER RESOLVED that the City Council hereby proclaims and orders that during the existence of a local emergency,the powers,functions, and duties of the Director of Emergency Services and the emergency organization of the City shall be those prescribed by(1) state law, (2) City ordinances and resolutions adopted by the City Council and (3)the City Operational Area Emergency Plan, as approved by the City Council. BE IT FURTHER RESOLVED that a copy of this declaration shall be forwarded to the County of Mendocino Office of Emergency Services (OES) with a request that OES forward the Resolution to Califomia Office of Emergency Services Director, Mark Ghilarducci for concurrence of a local emergency. PASSED AND ADOPTED this 1 st day of May 2019, by the following roll call vote: AYES: Councilmembers Orozco, Brown, Scalmanini, Crane, and Mayor Mulheren NOES: None ABSENT: None ABSTAIN: None Maureen Mulheren, or ATTEST: K °stine Lawler, (City Clerk Page 118 of 479 ATTACHMENT 7 RESOLUTION NO. 2019-22 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF UKIAH RENEWAL AND CONTINUING OF A PROCLAMATION OF A LOCAL EMERGENCY FOR THE CITY OF UKIAH WHEREAS: 1. On February 27, 2019, under the authority in Ukiah City Code Section 5125 (Ordinance No. 995, §11), the Director of Emergency Services ("Director") proclaimed the existence of a local emergency as a result of conditions created by the severe winter storm affecting the City of Ukiah ("City"); and 2. On March 6, 2019, City Council adopted Resolution 2019-8 ratifying the Director's February 27, 2019 proclamation of a "local emergency" and proclaimed and ordered that said local emergency shall be deemed to continue to exist until its termination is proclaimed by the City Council. 3. On March 20, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 4. On April 3, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 5. On April 17, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation, 6. On May 1, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 7. Impacts from heavy rainfall continue as soils are saturated, run-off continues, conditions at the City's Wastewater Treatment Plant continue to be at risk, all of which threaten to continue or create local emergency conditions; and 8. The City Council will review this declaration at its June 1 gth regular meeting, occurring not more than 45 days from the date this resolution is adopted; NOW, THEREFORE, BE IT RESOLVED that the local emergency continues to exist and shall be deemed to continue until it is further reviewed by the City Council at its regular meeting on June 19, 2019. BE IT FURTHER RESOLVED that the City Council hereby proclaims and orders that during the existence of a local emergency, the powers, functions, and duties of the Director of Emergency Services and the emergency organization of the City shall be those prescribed by (1) state law, (2) City ordinances and resolutions adopted by the City Council and (3) the City Operational Area Emergency Plan, as approved by the City Council. BE IT FURTHER RESOLVED that a copy of this declaration shall be forwarded to the County of Mendocino Office of Emergency Services (OES) with a request that OES forward the Resolution to California Office of Emergency Services Director, Mark Ghilarclucci for concurrence of a local emergency. Page 1 of 2 Page 119 of 479 PASSED AND ADOPTED this 15x" day of May 2019, by the following roll call vote: AYES: Councilmembers Orozco, Brown, Scalmanini, Crane, and Mayor Mulheren NOES: None ABSENT: None ABSTAIN: None Ma reen Mulheren, ayor AT TEST: Kristine Lawler, City Clerk Page 2 of 2 Page 120 of 479 ATTACHMENT 8 Resolution 2019-27, Continued RESOLUTION NO. 2019-27 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF UKIAH RENEWAL AND CONTINUING OF A PROCLAMATION OF A LOCAL EMERGENCY FOR THE CITY OF UKIAH WHEREAS: 1. On February 27, 2019, under the authority in Ukiah City Code Section 5125 (Ordinance No. 995, §1), the Director of Emergency Services ("Director") proclaimed the existence of a local emergency as a result of conditions created by the severe winter storm affecting the City of Ukiah ("City"); and 2. On March 6, 2019, City Council adopted Resolution 2019-8 ratifying the Director's February 27, 2019 proclamation of a "local emergency" and proclaimed and ordered that said local emergency shall be deemed to continue to exist until its termination is proclaimed by the City Council. 3. On March 20, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 4. On April 3, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 5. On April 17, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 6. On May 1, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 7. On May 15, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 8. Impacts from heavy rainfall continue as conditions at the City's Wastewater Treatment Plant continue to be at risk, all of which threaten to continue or create local emergency conditions; and 9. The City Council will review this declaration at its July 17 1h regular meeting, occurring not more than 45 days from the date this resolution is adopted; NOW, THEREFORE, BE IT RESOLVED that the local emergency continues to exist and shall be deemed to continue until it is further reviewed by the City Council at its regular meeting on July 17, 2019. BE IT FURTHER RESOLVED that the City Council hereby proclaims and orders that during the existence of a local emergency,the powers, functions, and duties of the Director of Emergency Services and the emergency organization of the City shall be those prescribed by (1) state law, (2) City ordinances and resolutions adopted by the City Council and (3) the City Operational Area Emergency Plan, as approved by the City Council. BE IT FURTHER RESOLVED that a copy of this declaration shall be forwarded to the County of Mendocino Office of Emergency Services (OES) with a request that OES forward the Resolution to California Office of Emergency Services Director, Mark Ghilarducci for concurrence of a local emergency. Page 1 of 2 Page 121 of 479 Resolution 2019-27, Continued PASSED AND ADOPTED this 1 gth day of June 2019, by the following roll call vote: AYES: Councilmembers Orozco, Brown, Scalmanini, Crane, and Mayor Mulheren NOES: None ABSENT: None ABSTAIN: None Maureen Mulheren, Mayor ATTEST: x", �ristine Lawler, City Clerk Page 2 of 2 Page 122 of 479 ATTACHMENT 9 RESOLUTION RESOLUTIONICONTINUING EMERGENCYPROCLAMATION OF A LOCAL FOR THE CITYI 1, On February 27, 2019, under the authority in Ukiah City Code Section 5125 (Ordinance o. 995, )@ the Director of EmergencyServices ("Director") proclaimed the existence of a local emergency as a result of conditions created y the severe winter storm affecting the City of Ukiah ('City"); and 2. On Mar2019,ch City Council adopted Resolution 21 ratifying theDirector's February 27, 2019 proclamation of a "local emergency" and proclaimed and ordered that said localemergency shall be deemed o continue to exist until its termination is proclaimed by the City Council, 3. On March0e 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 4. On April 3, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. ® On April 17, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. y 1, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 7. On May 15, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation, June 19, 2019, it Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. . Impacts from a rainfall continue as conditions at the ity's Wastewater Treatment Plant continue to be at risk, all of whichthreaten to continue or create localemergency conditions; and 10.The City Council will review this declaration at its August 215t regular meeting, occurring not more than 45 as from the date this resolution is adopted,' NOW, THEREFORE, BE IT RESOLVED that the localemergency continues to exist and shall be deemed to continue until it is further reviewed the City Council at its regular meeting on August 21, 201 9m BE IT FURTHER RESOLVED that the City Council hereby proclaims and orders that during the existence of a local emergency,the powers,functions, and duties of the Director of EmergencyServices and the emergency organization of the City shall be those prescribed by ( ) state law, ( ) City ordinances and resolutions o to by the City Council a ( ) the City Operational Area Emergency Plan, as approved the City Council, BE IT FURTHER RESOLVED at a copy of this declarations all be forwarded to the County of Mendocino Officeof Emergency Services ( ) with a request that OES forward the Resolution to California ice of Page 1 of Page 123 of 479 ATTACHMENT 9 Emergency Services Urector, Mark Ghilarducci for concurrence of a iocal emergency. PASSED AND ADOPTED this 17 th day of Jug y 2019, by the foRowing roU call vote: AYES: Coun0members Orozco, Brown, Scalmanni, Crane, and Mayor Wheren NOES: None ABSTAIN: None ABSENT: None Naureen M5-iei ATTEST: ....y Clerk .......... ........................................ ......................................................krisfine LaMer, CR Page 2 of 2 Page 124 of 479 ATTACHMENT 10 RESOLUTION NO. 2019-44 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF UKIAH RENEWAL AND CONTINUING OF A PROCLAMATION OF A LOCAL EMERGENCY FOR THE CITY OF UKIAH WHEREAS: 1. On February 27, 2019, under the authority in Ukiah City Code Section 5125 (Ordinance No. 995, §1), the Director of Emergency Services ("Director") proclaimed the existence of a local emergency as a result of conditions created by the severe winter storm affecting the City of Ukiah ("City"); and 2. On March 6, 2019, City Council adopted Resolution 2019-8 ratifying the Director's February 27, 2019 proclamation of a "local emergency" and proclaimed and ordered that said local emergency shall be deemed to continue to exist until its termination is proclaimed by the City Council. 3. On March 20, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation, 4. On April 3, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation, 5. On April 17, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 6. On May 1, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation, T On May 15, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 8. On June 19, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 9. On July 17, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 10. Impacts from heavy rainfall continue as conditions at the City's Wastewater Treatment Plant continue to be at risk, all of which threaten to continue or create local emergency conditions; and 11. The City Council will review this declaration at its October 2nd regular meeting, occurring not more than 45 days from the date this resolution is adopted; NOW, THEREFORE, BE IT RESOLVED that the local emergency continues to exist and shall be deemed to continue until it is further reviewed by the City Council at its regular meeting on October 2, 2019, BE IT FURTHER RESOLVED that the City Council hereby proclaims and orders that during the existence of a local emergency, the powers, functions, and duties of the Director of Emergency Services and the emergency organization of the City shall be those prescribed by (1) state law, (2) City ordinances and resolutions adopted by the City Council and (3) the City Operational Area Emergency Plan, as approved by the City Council. Page 1 of 2 Page 125 of 479 BE IT FURTHER RESOLVED that a copy of this declaration shall be forwarded to the County of Mendocino Office of Emergency Services (OES) with a request that OES forward the Resolution to California Office of Emergency Services Director, Mark Ghilarducci for concurrence of a local emergency. PASSED AND ADOPTED this 21 st day of August 2019, by the following roll call vote: AYES: Councilmembers Orozco, Brown, Scalmanini, Crane and Mayor Mulheren NOES: None ABSENT: None ABSTAIN: None Mau en Mulheren,Vayor ATTEST: Kristine Lawler, City Clerk Page 2 of 2 Page 126 of 479 ATTACHMENT 11 RESOLUTION NO. 2019-46 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF UKIAH RENEWAL AND CONTINUING OF A PROCLAMATION OF A LOCAL EMERGENCY FOR THE CITY OF UKIAH WHEREAS: 1. On February 27, 2019, under the authority in Ukiah City Code Section 5125 (Ordinance No. 995, §1), the Director of Emergency Services ('Director) proclaimed the existence of a local emergency as a result of conditions created by the severe winter storm affecting the City of Ukiah ("City"); and March 6, 2019, City Council adopted Resolution 2019-8 ratifying the Director's February 27, 2019 proclamation of a "local emergency" and proclaimed and ordered that said local emergency shall be deemed to continue to exist until its termination is proclaimed by the City Council. 3. On March 20, 2019, City Council approved the renewal and continuing oft Local Emergency Resolution Proclamation. 4. On April 3, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. April 17, 2019, it Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 6. On May 1, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 7. On May 15, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 8. On June 19, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. July 17, 2019, it Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 10. On August 21,2019,City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 11. Impacts from heavy rainfall continue as conditions at the City's Wastewater Treatment Plant continue to be at risk, all of which threaten to continue or create local emergency conditions; and 12.The City Council will review this declaration at its November 6th regular meeting, occurring not more than 45 days from the date this resolution is adopted; NOW, THEREFORE, BE IT RESOLVED that the local emergency continues to exist and shall be deemed to continue until it is further reviewed by the City Council at its regular meeting on November 6, 2019. Page I of 2 Page 127 of 479 BE IT FURTHER RESOLVED that the City Council hereby proclaims and orders that during the existence of a local emergency,the powers,functions, and duties of the Director of Emergency Services and the emergency organization of the City shall be those prescribed by (1) state law, (2) City ordinances and resolutions adopted by the City Council and (3)the City Operational Area Emergency Plan, as approved by the City Council, BE IT FURTHER RESOLVED that a copy of this declaration shall be forwarded to the County of Mendocino Office of Emergency Services (OES) with a request that OES forward the Resolution to California Office of Emergency Services Director, Mark Ghilarducci for concurrence of a local emergency. PASSED AND ADOPTED this 2nd day of October 2019, by the following roll call vote: AYES: Council members Orozco, Brown, Scalmanini, Crane, and Mayor Mulheren NOES: None ABSENT: one ABSTAIN: None Maureen Mulheren, Mayor ATTEST: Kristine Lawler, City Clerk Page 2 of 2 Page 128 of 479 ATTACHMENT 12 RESOLUTION NO. 2019-48 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF UKIAH RENEWAL AND CONTINUING OF A PROCLAMATION OF A LOCAL EMERGENCY FOR THE CITY OF UKIAH WHEREAS: 1. On February 27, 2019, under the authority in Ukiah City Code Section 5125 (Ordinance No. 995, §1), the Director of Emergency Services ("Director") proclaimed the existence of a local emergency as a result of conditions created by the severe winter storm affecting the City of Ukiah ("City"); and 2. On March 6, 2019, City Council adopted Resolution 2019-8 ratifying the Director's February 27, 2019 proclamation of a "local emergency" and proclaimed and ordered that said local emergency shall be deemed to continue to exist until its termination is proclaimed by the City Council. 3. On March 20, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 4. On April 3, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 5. On April 17, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 6. On May 1, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 7. On May 15, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 8. On June 19, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 9. On July 17, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 10. On August 21, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 11. On October 2, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 12. Impacts from heavy rainfall continue as conditions at the City's Wastewater Treatment Plant continue to be at risk, all of which threaten to continue or create local emergency conditions; and 13.The City Council will review this declaration at its December 18th regular meeting, occurring not more than 45 days from the date this resolution is adopted; NOW, THEREFORE, BE IT RESOLVED that the local emergency continues to exist and shall be deemed to Page I of 2 Page 129 of 479 continue until it is further reviewed by the City Council at its regular meeting on November 6, 2019. BE IT FURTHER RESOLVED that the City Council hereby proclaims and orders that during the existence of a local emergency,the powers,functions, and duties of the Director of Emergency Services and the emergency organization of the City shall be those prescribed by (1) state law, (2) City ordinances and resolutions adopted I by the City Council and (3)the City Operational Area Emergency Plan, as approved by the City Council. -- BE IT FURTHER RESOLVED that a copy of this declaration shall be forwarded to the County of Mendocino Office of Emergency Services (OES) with a request that OES forward the Resolution to California Office of Emergency Services Director, Mark Ghilarducci for concurrence of a local emergency. PASSED AND ADOPTED this 6t'day of November 2019, by the following roll call vote: AYES: Councilmembers Orozco, Brown, Scalmanini, Crane and Mayor Mulheren NOES: None ABSENT None ABSTAIN: None au en Mulheren, Mayor ATTEST- 'Kristine Lawler, City Clerk Page 2 of 2 Page 130 of 479 ATTACHMENT 13 RESOLUTION NO. 2019-58 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF UKIAH RENEWAL AND CONTINUING OF A PROCLAMATION OF A LOCAL EMERGENCY FOR THE CITY OF UKIAH WHEREAS: 1. On February 27, 2019, under the authority in Ukiah City Code Section 5125 (Ordinance No. 995, §1), the Director of Emergency Services ("Director") proclaimed the existence of a local emergency as a result of conditions created by the severe winter storm affecting the City of Ukiah ("City"); and March 6, 2019, City Council adopted Resolution 2019-8 ratifying the Director's February 27, 2019 proclamation of a ulocal emergency" and proclaimed and ordered that said local emergency shall be deemed to continue to exist until its termination is proclaimed by the City Council. March 20, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. April 3, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. April 17, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 6. On May 1, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 7. On May 15, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 8. On June 19, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. July 17, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 10. On August 21,2019, City Council approved the renewal and continuing oft Local Emergency Resolution Proclamation. 11. On October 2,2019,City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 12. On November 6, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation, 13. Impacts from heavy rainfall continue as conditions at the City's Wastewater Treatment Plant continue to be at risk, all of which threaten to continue or create local emergency conditions; and Page I of 2 Page 131 of 479 ATTACHMENT 13 14. The City Council will review this declaration at its January 15, 2020 regular meeting, occurring not more than 45 days from the date this resolution is adopted; NOW, THEREFORE, BE IT RESOLVED that the local emergency continues to exist and shall be deemed to continue until it is further reviewed by the City Council at its regular meeting on January 15, 2019. BE IT FURTHER RESOLVED that the City Council hereby proclaims and orders that during the existence of a local emergency,the powers„functions, and duties of the Director of Emergency Services and the emergency organization of the City shall be those prescribed by(1)state law, (2) City ordinances and resolutions adopted by the City Council and (3)the City Operational Area Emergency Plan, as approved by the City Council. BE IT FURTHER RESOLVED that a copy of this declaration shall be forwarded to the County of Mendocino Office of Emergency Services (OES) with a request that OES forward the Resolution to California Office of Emergency Services Director, Mark Ghilarducci for concurrence of a local emergency. PASSED AND ADOPTED this 18t' day of December 2019, by the following roll call vote: AYES: Councilmembers Mulheren, Brown„ Scalmanini, Orozco, and Mayor Crane NOES: None ABSTAIN: None ABSENT: None Doug la Crane,. Mayor ATTEST: Kristine Lawler, City Clerk Page 2 of Page 132 of 479 ATTACHMENT 14 RESOLUTION NO. 2020-02 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF UKIAH RENEWAL AND CONTINUING OF A PROCLAMATION OF A LOCAL EMERGENCY FOR THE CITY OF UKIAH 1. On February 27, 2019, under the Ukiah ' i i .. r )® the Director of Emergency Services " i. proclaimed t winterconditions created by the severe storm affecting the City of Ukiah )® and Council adopted Resolutioni it 1 proclaimedproclamation of a Olocal emergency" and i I be deemed to continue to exist l its terminationis proclaimed `I. Council approved the renewal and continuingI Emergency Resolution Proclamation. April , 2019, City Council approved the renewal and continuing Proclamation. Aprili { and continuing Proclamation. Council approved the renewal and continuing Proclamation. 7. On May 15, 2019, City Council approved the renewal and continuingI Emergency Resolution Proclamation. 8. n June 19, 2019, City Council approved the renewal and continuing Proclamation. Council approved the renewal and continuingthe Local Emergency Resolution Proclamation. ®On August 21,2019, City Council approved the renewal and continuingResolution Proclamation. Council approved the renewal and continuingf Emergency Resolution Proclamation. Council approved the renewal and continuingLEI Emergency Resolution { . 13. On December 18, 2019, City Council approved the renewal and continuingf the Local Emergency Resolution r . Page 1 of 2 Page 133 of 479 14. Impacts from heavy rainfall continue as conditions at the Cityy's Wastewater Treatment Plant continue to be at risk, all of which threaten to continue or create local emergency conditions; and 15. The City Council will review this declaration at its February 19, 2020 regular meeting, occurring not more than 45 days from the date this resolution is adopted; NOW, THEREFORE, BE IT RESOLVED that the local emergency continues to exist and shall be deemed to continue until it is further reviewed by the City Council at its regular meeting on February 19, 2020. BE IT FURTHER RESOLVEDthat the City Council hereby proclaims and orders that during the existence of a local emergency,the powers,functions, and duties of the Director of Emergency Services and the emergency organization of the City shall be those prescribed by (1)state law, (2) City ordinances and resolutions adopted by the City Council and (3)the City Operational Area Emergency Plan, as approved by the City Council. BE IT FURTHER LV that a copy of this declaration shall be forwarded to the County of Mendocino Office of Emergency Services (OS) with a request that OES forward the Resolution to California Office of Emergency Services Director, Mark Ghilarducci for concurrence of a local emergency. PASSED AND ADOPTEDthis 1501 day of January 2020, by the following roll call vote: AYES: Councilmembers Mulheren, Brown, Scalmanini, Orozco, and Mayor Crane NOES: None ABSENT: None ABSTAIN: None 0 Dougla Crane, Mayor ATTEST: Kristine Lawler, City Clerk Page 2 of Page 134 of 479 ATTACHMENT 15 RESOLUTION NO. 2020- RESOLUTION OF THE CITY COUNCIL OF THE CITY OF UKIAH RENEWAL AND CONTINUING OF A PROCLAMATION OF A LOCAL EMERGENCY FOR THE CITY OF UKIAH WHEREAS: 1. On February 27, 2019, under the authority in Ukiah City Code Section 5125 (Ordinance No. 995, §1), the Director of Emergency Services ("Director") proclaimed the existence of a local emergency as a result of conditions created by the severe winter storm affecting the City of Ukiah ("City"); and 2. On March 6, 2019, City Council adopted Resolution 2019-8 ratifying the Director's February 27, 2019 proclamation of a "local emergency" and proclaimed and ordered that said local emergency shall be deemed to continue to exist until its termination is proclaimed by the City Council. 3. On March 20, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 4. On April 3, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 5. On April 17, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 6. On May 1, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 7. On May 15, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 8. On June 19, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 9. On July 17, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 10. On August 21, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 11. On October 2, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 12. On November 6, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 13. On December 18, 2019, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. Page 1 of 2 Page 135 of 479 ATTACHMENT 15 14. On January 15, 2020, City Council approved the renewal and continuing of the Local Emergency Resolution Proclamation. 15. Impacts from heavy rainfall continue as conditions at the City's Wastewater Treatment Plant continue to be at risk, all of which threaten to continue or create local emergency conditions; and 16. The City Council will review this declaration at its April 1, 2020 regular meeting, occurring not more than 45 days from the date this resolution is adopted; NOW, THEREFORE, BE IT RESOLVED that the local emergency continues to exist and shall be deemed to continue until it is further reviewed by the City Council at its regular meeting on April 1, 2020. BE IT FURTHER RESOLVED that the City Council hereby proclaims and orders that during the existence of a local emergency,the powers,functions, and duties of the Director of Emergency Services and the emergency organization of the City shall be those prescribed by(1) state law, (2) City ordinances and resolutions adopted by the City Council and (3) the City Operational Area Emergency Plan, as approved by the City Council. BE IT FURTHER RESOLVED that a copy of this declaration shall be forwarded to the County of Mendocino Office of Emergency Services (OES) with a request that OES forward the Resolution to California Office of Emergency Services Director, Mark Ghilarducci for concurrence of a local emergency. PASSED AND ADOPTED this 191h day of February, by the following roll call vote: AYES: NOES: ABSENT: ABSTAIN: Douglas F. Crane, Mayor ATTEST: Kristine Lawler, City Clerk Page 2 of 2 Page 136 of 479 Agenda Item No: 7.c. MEETING DATE/TIME: 2/19/2020 ITEM NO: 2020-285 dl� tiuU h 0 � - Uki AGENDA SUMMARY REPORT SUBJECT: Delegate City Manager Authority to Negotiate and Approve Assignment of the License Agreement with AT&T and Sublicense Agreements, Including an Agreement with Verizon Wireless for Ground Space Use. DEPARTMENT: City Manager/Admin PREPARED BY: Maya Simerson, Project & Grant Administrator PRESENTER: Consent Item ATTACHMENTS: 1. Verizon Site License Agreement DRAFT 2. ATT New Cingular Wireless Agreement Summary: AT&T seeks City approval to assign its License Agreement with the City to Octagon Towers, LLC. The License Agreement allows for AT&T or an assignee of the agreement to sublicense cell tower space to other companies. The City Council may delegate these approvals to the City Manager to expedite the process, along with authorization to negotiate and execute an associated agreement with Verizon Wireless for ground space use. Background: In 2016, the City entered into an agreement to allow AT&T to construct and own a cellular tower (mono-pine), with associated equipment, to the rear of the Civic Center. This agreement has proven to be beneficial as a revenue source for the City and provides updated technology services to our residents. Recently, as required by the License Agreement with an AT&T subsidiary (New Cingular Wireless) for ground space at the Civic Center for AT&T's cell tower and equipment shelter, AT&T has requested the City's approval for an assignment of its interest in the License Agreement to Octagon Towers, LLC. AT&T reports that this is part of a sale of over 1,000 other towers in the region to Octagon. This transfer will not materially affect the City, as AT&T proposes to leaseback capacity for its antenna and related equipment. Additionally, AT&T will still be operating and maintaining its wireless communication facilities using the protocols set forth in the License Agreement. Furthermore, the City has been notified that Verizon Wireless is going to be co-locating cellular equipment on the mono-pine tower through a sublicense agreement with AT&T. As part of this co-location, Verizon Wireless will need to execute a ground space agreement with the City of Ukiah. Please find this draft agreement included as Attachment#1. Discussion: Under Section 13 of the 2016 Restated and Amended License Agreement (Attachment#2), City approval is required to an assignment of the License Agreement other than to an affiliate of AT&T. Under Section 14, City approval is required to a sublicense of space on the Cell Tower or in the AT&T Equipment Shelter to a company other than an AT&T affiliate. In both cases, the City's approval cannot be unreasonably withheld. Under Section 14, the City is entitled to 50% of the sublicense fees received by AT&T from a company sublicensing such space from AT&T. City staff does not believe there is any disadvantage to the City from AT&T's assignment of the License Agreement to Octagon. Octagon will be required to comply with all of the provisions of the License Agreement Page 1 of 3 Page 137 of 479 and AT&T will lease the Equipment Shelter and space on the Cell Tower for its wireless communications services, which it will continue to maintain. As with most other sublicense agreements, the City has no reasonable basis to disapprove a sublicense to Verizon. The City will receive 50% of the fees Verizon pays AT&T or Octagon. The City police have a separate cell tower for their communications equipment. There would have to be some unusual circumstance to warrant disapproval of a sublicense agreement. Therefore, staff is requesting Council to authorize the City Manager to approve the assignment of the License Agreement to Octagon and delegate to the City Manager authority to approve all sublicense agreements under the License Agreement, including the proposed Verizon sublicense agreement. This will expedite the approval of future requests to sublicense space on the AT&T Cell Tower to other companies. It should be noted that staff is requesting an administrative fee to cover the cost of staff time spent on managing these approvals. While the City has limited control over the cellular mono-pine, we retain full rights for all ground space use. There is not enough space in the area leased by AT&T for Verizon's equipment, prompting Verizon to reach out to the City to secure space for their equipment. Staff evaluated the available areas in the rear of the Civic Center and determined that the existing trash enclosure area would be the best location for the ground space lease to Verizon. The existing trash enclosure is very difficult for the garbage company to access. The City proposed to have Verizon convert the existing trash area into their ground storage area and construct a new trash enclosure for the City in a better location. Verizon has agreed to this proposal and will be responsible for all aspects and costs associated with the project. Additionally, the draft agreement includes a one-time administrative fee and monthly revenue to the City (both of which are still under negotiation with Verizon). Staff recommends that: (1) City Council authorize the City Manager to negotiate and approve the assignment of the License Agreement by AT&T to and the assumption of the License Agreement by Octagon; and (2) delegate authority to the City Manager to negotiate and approve sublicenses under the License Agreement, including the sublicense to Verizon and to negotiate and execute an associated agreement with Verizon Wireless for ground space use. Recommended Action: Authorize the City Manager to negotiate and approve an assignment of the AT&T License Agreement for the Cell Tower and Equipment Shelter at the Civic Center to Octagon Towers, LLC and delegate authority to the City Manager to negotiate and approve sublicense agreements for cell tower space, including a proposed sublicense to Verizon Wireless, and to negotiate and execute an associated agreement with Verizon for ground space use. BUDGET AMENDMENT REQUIRED: N/A CURRENT BUDGET AMOUNT: N/A PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: 1415-193-A1 COORDINATED WITH: David Rapport, City Attorney & Sage Sangiacomo, City Manager at . . e s i nw1�mgr Page 2 of 3 Page 138 of 479 Page 3 of 3 Page 139 of 479 Attachment 1 LICENSE AGREEMENT BETWEEN CITY OF UKIAH AND VERIZON WIRELESS THIS LICENSE AGREEMENT ("Agreement"), dated as of the latter of the signature dates below ("Effective Date"), is entered in Ukiah, California,by and between the City of Ukiah ("City"), and Verizon Wireless, with its principal offices located at One Verizon Way, Mail Stop 4AW 100, Basking Ridge, New Jersey 07920 (telephone number 866-862-4404) ("Licensee"). City and Licensee may be referred to herein individually as a"Party," and collectively as the "Parties." RECITALS: A. The City owns that certain plot,parcel or tract of land, as described on Exhibit 1, together with all rights and privileges arising in connection therewith, located at 300 Seminary Avenue, in the City of Ukiah, County of Mendocino, State of California(collectively, the "Property"). Licensee desires to use a portion of the Property in connection with its federally licensed communications business and specifically its sublicense from to install and operate antenna and related equipment on the cellular communications tower("mono-pine tower")located on the Property. City desires to grant to Licensee the right to use (i) a portion of the Property comprising an approximate 15' x 18.5' parcel containing two hundred seventy- seven and one half(277.5) square feet currently in use as a trash enclosure area("Existing Enclosure Area"), and (ii) the non-exclusive right(the"Rights of Way")for ingress and egress, seven (7)days a week, twenty-four(24)hours a day, on foot or motor vehicle, including trucks over or along a 12 foot wide right-of-way extending from the nearest public right-of-way, Dora Street, to the Existing Enclosure Area, and for the underground installation and maintenance of utility wires, cables and conduits under one or more rights of way from the Existing Enclosure Area, said Existing Enclosure Area and Rights of Way being substantially as described herein in Exhibit 2 attached hereto and made a part hereof. B. The City desires that the Licensee installs a new fence around the Existing Enclosure Area, and continue the fencing around the entire perimeter of the larger existing enclosure area, in addition to replacing landscaping on the east side of the enclosure per the requested specifications in Exhibit 2. C. The City desires that Licensee construct a new trash enclosure area comprising an approximate 5' x 16' parcel containing eighty (80) square feet to be located [fill in description or reference to Exhibit 3] AGREEMENT: 1 Verizon License Agreement 02.20 Page 140 of 479 NOW, THEREFORE, in consideration of the above-recitals and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, City and Licensee agree as follows: 1. License, Construction of New Enclosure Area. (a) License. Subject to the terms and conditions set forth in this Agreement, City grants to Licensee the following: (i) a non-exclusive license coupled with an interest to the Existing Enclosure area; (ii) a temporary non-exclusive license terminating upon completion of construction to an area comprising approximately xxx (xx) square feet for Licensee's installation of a new trash enclosure area("New Enclosure Area" or"Premises B"); (iii) five feet (5') on either side of a centerline for a distance of approximately three hundred sixty two feet (362') [comprising approximately Three Thousand Eight Hundred Ninty-Eight (3,898) square feet] (the "Underground Conduit Area"), all as more completely described or depicted on attached Exhibit 2. (The Existing Enclosure Area and the Underground Conduit Area are collectively referred to herein as "Premises A". Premises A and Premise B are hereinafter referred to as the"Premises".); and (iv) a non-exclusive license to the Rights of Way, over the Property for access to the Premises. (b) New Enclosure Area. Licensee will construct a New Enclosure Area pursuant to the specifications provided in Exhibit 3 attached hereto and made a part hereof. 2. Use of Premises. (a) Use of Premises. Subject to the terms and conditions of Section 1 above, Licensee may use the Premises solely for the purpose of installing and operating the equipment shelter and related equipment as described in the attached Exhibit 4 (collectively, "Licensee's Facilities") in the Existing Enclosure Area, and (ii) installing the New Enclosure Area. Subject to the terms and conditions of this Agreement, Licensee shall have a right of access to the Premises that includes the placement of utility facilities underground to service the Premises in accordance with an encroachment permit issued by the City to Licensee at no additional cost, other than generally applicable fees or charges associated with such permits or other entitlements required by law, including City ordinances and resolutions. Licensee shall not locate equipment on Premises A used by any other person or entity or for any other purpose without the consent and agreement of the City. Licensee shall comply with all applicable federal, state, and local laws, orders, rules and regulations (collectively, "Laws"), applicable to Licensee's use of the Licensee's Facilities on the 2 Page 141 of 479 Property. City agrees to comply with all Laws. If Licensee wishes to negotiate an amendment to this Agreement to relocate its equipment shelter from the Existing Enclosure Area to another area on the Property, Licensee shall have sole responsibility for the relocation and will bear all expenses associated with the relocation. However, the City shall have ultimate discretion to deny the relocation request. (b) The City shall have the right to approve the design and construction of any new facilities on the Premises. Upon termination of this Agreement by Licensee (other than as a result of a material breach by City) or if Licensee provides notice that it will not exercise any of its options to renew this License, the equipment shelter constructed in the Existing Enclosure Area shall become the property of the City in "as is, where is" condition; provided, however, at the City's option, Licensee shall remove all improvements from Premises A in accordance with Section 4 at no cost to the City. If the City terminates this License (other than as a result of a default by Licensee), the equipment shelter in the Existing Enclosure Area shall remain the property of Licensee but shall be removed from the Premises in accordance with Section 4 at no cost to the City.. 3. Term of License Agreement. (a) The initial term of this Agreement shall commence upon the Effective Date and shall expire five (5) years thereafter(the "Initial Term"). (b) Option to Renew. Licensee shall have the option to renew this Agreement for up to four (4) additional terms of five (5) years each (each additional five (5) year term is hereinafter referred to as an "Extension Term"), upon a continuation of all the same provisions hereof, unless its sublicense for use of the mono-pine tower terminates, in which event this license shall terminate simultaneously with the termination of the sublicense. Each option to extend this Agreement shall be automatically exercised by Licensee or its successors, unless written notice is sent by certified mail, addressed to the City at the address shown in Section 21 below, three (3) months prior to the expiration of the Initial Term or the applicable Extension Term, as the case may be. The Initial Term, and any Extension Terms exercised, shall hereinafter collectively be referred to as the "Term". 4. Termination. Licensee shall have the right to terminate this Agreement or any extension thereof at any time upon giving the City sixty (60) days' written notice. If this Agreement is terminated, equipment belonging to and installed by Licensee shall remain the property of the Licensee, The Existing Enclosure Area and Underground Conduit Area shall remain the property of the City provided, however, that if this Agreement is terminated by Licensee due to an uncured default by City as admitted by the City or determined by a final judgment not subject to further appeal, then at Licensee's option, Licensee may elect to remove the New Enclosure Area and seek reimbursement from City for all costs of removal or leave the New Enclosure Area in place in "as is, where is" condition, in which case City shall reimburse Licensee for Licensee's unamortized cost of the New Enclosure Area based on a 20 year useful. Upon the termination of this 3 Verizon License Agreement 02.20 Page 142 of 479 Agreement, Licensee shall have sixty (60) days to remove its equipment from the Existing Enclosure Area and Underground Conduit Area. In removing its equipment from the Existing Enclosure Area and Underground Conduit Area, Licensee shall not cause a public or private nuisance or otherwise materially and adversely interfere with City's use of the Existing Enclosure Area or City's antennas and related facilities and shall restore the Premises to the condition it was in on the Effective Date. Licensee shall indemnify and hold City harmless from any cost, damage, or liability arising from any material and adverse interference to City's use of the Existing Enclosure Area or City's antennas and related facilities caused by Licensee or its officers, agents, employees or contractors during such removal. Sixty (60) days following the expiration or earlier termination of this Agreement or fifteen (15) days after City has given written notice in compliance with Cal. Civil Code Section 1951.35 that it believes Licensee has abandoned the Premises and Licensee has failed to respond to said notice in compliance with Civil Code Section 1951.35(b), any equipment remaining on Premises B shall become the property of the City, which it may use or dispose of as it sees fit. Licensee shall pay any costs to dispose of the equipment, if the City elects to dispose of it. Any such costs shall be reduced by the amount, if any,received by the City for the sale of same. 5. License Fee & Administrative Fee. (a) Initial License Fee. Commencing on the first (1) day of the month following the Effective Date ("License Fee Commencement Date"), Licensee shall pay a license fee ("License Fee") in the amount of One Thousand and 00/100 Dollars ($1,000.00) per month, which shall be due on the first day of each calendar month following the Effective Date during the Term. The License Fee shall be payable to the City of Ukiah and must be received by the City Finance Department located at 300 Seminary Ave., Ukiah, CA 95482, by 4 p.m. PST on the first day of each month. License Fees not received by the tenth (loth) day following that date and time shall be considered delinquent. Delinquent License Fees shall be subject to a late fee of One Hundred Dollars ($100) and interest on the unpaid balance, including unpaid late fees, until paid in full, at the rate of Ten Percent (10%) per annum or the maximum rate of interest allowed by law, whichever is less. Notwithstanding the foregoing, City hereby grants to Licensee a one-time grace period of forty-five (45) days following the License Fee Commencement Date to forward the initial payment of the License Fee to City. (b) [Intentionally omitted] (c) Annual License Fee Increase. On every one (1) year anniversary of the License Fee Commencement Date, the monthly License Fee shall be increased by Five Percent(5%) over the monthly License Fee paid during the previous year. (d) One-Time Administrative Fee. Within forty-five (45) days following the Effective Date, Licensee shall pay to City a one-time administrative fee of Ten Thousand and No/100 Dollars ($10,000.00) for City's review and execution of this Agreement. 4 Page 143 of 479 (e) Possession of Premises. Licensee shall not be entitled to take possession of Premises A and commence work to construct the New Enclosure Area unless Licensee has paid all fees then due. 6. Property Taxes. The Premises is exempt from real and personal property taxes as City owned property. Licensee shall be solely responsible for any personal property or possessory interest taxes resulting from its use of the license of the Premises during this Agreement. 7. Maintenance and Repairs and Related Access. (a) Subject to the procedures and the payment of costs as further set forth in this Section 8, Licensee shall maintain Licensee's Facilities (Licensee's equipment shelter and Licensee's equipment in the equipment shelter) in good repair and working order, shall prevent the Licensee's Facilities from deteriorating and shall promptly make repairs to the Licensee's Facilities, when necessary to maintain them in good repair and working order, and may at its own expense alter or modify the Licensee's Facilities to suit its needs consistent with the intended use of the Premises and provided, such modifications do not interfere with the City's communication facilities located on the Tower on the Property owned by the City ("City Tower"), nor with the City's use of the Underground Conduit Area and surrounding property. (b) Not less than seventy-two (72) hours before commencing any work on the Premises or on any other City property, whether Licensee uses its own employees or independent contractors to commence any work on the Premises, Licensee shall: (i) Provide City with written notice of the name and contact information for the Licensee's employee authorized to request access to the Premises on behalf of Licensee. All requests for access to the Premises must come from an employee of Licensee, and the City reserves the right in City's discretion to deny access to the Premises from a vendor or contractor of Licensee until and unless a written request for access is provided from an employee of Licensee. The City and the City's Police Department shall provide Licensee with the name and email address of the designated official to grant requests for access at the beginning of each year or any time there is a change in the designated official. (ii) File with the City's Police Department a detailed description of the location where the work will be performed, the specifications for the work, the name, contact information and scope of work to be performed by each subcontractor, number of people requiring access to the Premises with their names,phone numbers and company information, and a schedule for commencing and completing the work. (iii) Receive approval from the City's Police Department for the work and the 5 Verizon License Agreement 02.20 Page 144 of 479 schedule; (iv) Apply for and obtain any building or other applicable permits required by the Ukiah City Code, including building permits, site development or use permits and encroachment permits; (v) Those accessing the Premises to perform work must check in at the pre- arranged time at the front counter of the City's Police Department and have with them the necessary codes and keys to access the Premises. They must have in their possession and produce upon demand verifiable identification and proof of employment with the company that has been granted pre-arranged access. (vi) In the event emergency access is needed for equipment failure or malfunction those needing access must come to the City's Police Department Night Entrance and gain approval for access from the on-duty Police Watch Commander and be prepared to demonstrate identity as stated in Section 8(b)(v) above. (vii) Access for regular equipment maintenance or inspection may be granted to specific persons by presenting an annual schedule in advance at the beginning of each calendar year to the Ukiah Police Department for consideration and approval. (viii) In addition to any other remedies available to the City to enforce the requirements of this Agreement, failure to comply with any of the above listed access requirements may be cause for the City's Police Department to deny future access to Licensee's vendor which violates these procedures or to remove from the Premises or arrest those persons who the City's Police Department have probable cause to believe to be trespassing on the City's Property. 8. Non-Interference. (a) Licensee agrees to install equipment of types and frequencies which will not cause interference to the communications equipment of the City. In the event Licensee's equipment causes such interference, Licensee shall cooperate with City in determining the source and will immediately take all steps necessary to correct and eliminate the interference. If said interference cannot be eliminated within forty-eight (48) hours after receipt of notice from City to Licensee of the existence of such interference and City has determined Licensee's equipment to be the source of said interference, Licensee shall discontinue use of the equipment creating said interference. Licensee shall shut down the interfering equipment except for intermittent operation for the purpose of testing after performing any maintenance, repair, modification, replacement or other action for the purpose of correcting such interference. If such interference is not corrected within thirty (30) days after receipt of the aforesaid notice, Licensee shall 6 Page 145 of 479 remove the interfering equipment from the Premises. In the event that the cause of such interference cannot be pinpointed to a particular piece of equipment or system, Licensee shall disconnect the electric power and shut down all of its equipment until such time as the interference problem is corrected. If such interference is not corrected within thirty (30) days after receipt of the aforesaid notice, Licensee shall remove its equipment from the Premises within an additional ten (10) day period. The Agreement shall then terminate without further obligations then owing or past-due and except as may otherwise be specifically enumerated herein. City shall not be liable to Licensee for any interruption of service of Licensee or for interference with the operation of Licensee's equipment. (b) Notwithstanding the foregoing, in the event that said interference interferes with City's own equipment and in City's sole judgment, said interference jeopardizes the safe operation of City's operations, Licensee will be responsible for eliminating the interference within twenty-four(24) hours, upon becoming aware of such interference. City reserves the right to disconnect power to the interfering equipment if Licensee is unable to eliminate said interference within twenty-four(24) hours of said notification. (c) Licensee has satisfied itself and hereby represents and warrants to City that no such interference shall result to the currently existing systems of City. Licensee agrees to indemnify, hold harmless and defend City against any claim or damage, including reasonable attorney's fees, arising out of such interference. (d) Licensee shall be responsible for performing all engineering studies to ensure that the placement of its equipment at the Premises will not cause interference with any existing equipment at the Premises. (e) If any future equipment installed by Licensee interferes with the City's communications, the City's needs shall prevail over any conflicting needs of Licensee or its sub- licensees and they shall be required to modify or remove their interfering equipment. (f) Licensee shall not use the Premises in any other way which interferes with the use of the Property by City, the provision of services to City's customers, or the use of the Premises by other tenants or licensees of City. Similarly, except as otherwise specifically provided in this Section 9, City shall not use, nor shall City permit its tenants, licensees, employees, invitees or agents to use any portion of City's real property in any way which unreasonably interferes with the operations of Licensee. Such interference shall be deemed a material breach by the interfering party who shall, upon written notice from the other party, be responsible for terminating such interference. In the event any such interference does not cease promptly, the parties acknowledge that continuing interference may cause irreparable injury and, therefore, the injured party's exclusive remedy shall be the right to bring an action to enjoin such interference and/or to terminate this Agreement. 9. Indemnification. 7 Verizon License Agreement 02.20 Page 146 of 479 Licensee shall indemnify, defend and hold City harmless from and against any claim, law suit, judgment, loss, damage, cost or injury caused by, or on behalf of, or through the fault of Licensee, or its contractors, subcontractors, or sub-licensees, or in any way directly resulting from the presence of Licensee, or its contractors and subcontractors upon City's lands, including the Premises, or any associated easements. As used in this Section 10 "City" includes its officers and employees. 10. Insurance. Licensee shall, at all times during the Term of this Agreement at its cost and expense, buy and maintain insurance of the types and amounts listed below. Failure to buy and maintain the required insurance may result in the termination of this Agreement at City's option. If Licensee fails to procure and maintain the insurance described below, Licensee shall be in material breach of this Agreement. In case of breach, City, at its election, shall have the right to terminate the Agreement or to procure and maintain, at Licensee's expense, substitute insurance with right of offset against any money due Licensee. (a) Minimum Scope of Insurance. Coverage shall be at least as broad as: (i) Insurance Services Office form number GL 0002 (Ed. 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability; or Insurance Services Office Commercial General Liability coverage ("occurrence" form CG 0001). (ii) ISO Form No. CA 0001 covering Automobile Liability, Code 1 "any auto" or Code 8, 9 if no owned autos and endorsement CA 0025. (iii) Worker's Compensation Insurance as required by the Labor Code of the State of California and Employers Liability Insurance. (b) Limits of Insurance. Licensee shall maintain limits of: (i) General Liability: $2,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage. 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. (ii) Automobile Liability: $2,000,000 combined single limit per accident for bodily injury and property damage. (iii) Worker's Compensation and Employers Liability: Worker's compensation 8 Page 147 of 479 limits as required by the Labor Code of the State of California and Employers Liability limits of $1,000,000 per accident. (c) Self-Insured Retentions. Self-insured retentions must be declared to the City. (d) Other Insurance Provisions. The required policies are to contain, or be endorsed to contain, the following provisions: (i) General Liability and Automobile Liability Coverages (A) The City, it officers, officials, employees and volunteers are to be covered as additional insured as respects; liability arising out of activities performed by or on behalf of the Licensee, products and completed operations of the Licensee, premises owned, occupied or used by the Licensee, or automobiles owned, hired or borrowed by the Licensee. The coverage shall contain no special limitations on the scope-of-protection afforded to the City, its officers, officials, employees or volunteers except shall not apply to sole negligence of additional insureds. (B) The Licensee'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 excess of the Licensee'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 Licensee'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. (E) 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 Licensee's activities pursuant to this Agreement. (ii) All Coverages. Licensee shall provide at least thirty (30) days' advanced written notice to City of any cancellation or non-renewal of any required coverage that is not replaced. (e) Acceptability of Insurers. Insurance is to be placed with eligible California insurers with an A.M. Best's rating of no less than A-VII for financial strength. 9 Verizon License Agreement 02.20 Page 148 of 479 (f) Verification of Coverage. Licensee 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 ACCORD forms. All Certificates and Endorsements are to be received and approved by the City before the License Fee Commencement Date. (g) Subcontractors. If Licensee uses contractors or subcontractors in its maintenance, repair, replacement, upgrading or other work on the Premises, it shall require reasonable and prudent coverage and limits from any of its subcontractors doing work hereunder. (h) Property Loss. Licensor shall not be liable for any loss or damage to Licensee's property to the extent of the indemnification herein. Notwithstanding the foregoing, Licensee shall have the right to self-insure the coverage required above. In the event Licensee elects to self-insure its obligation to include Licensor as an additional insured, the following provisions shall apply: Licensor shall promptly and no later than thirty (30) days after notice thereof provide Licensee with written notice of any claim, demand, lawsuit, or the like for which it seeks coverage pursuant to this Section and provide Licensee with copies of any demands, notices, summonses, or legal papers received in connection with such claim, demand, lawsuit, or the like; Licensor shall not settle any such claim, demand, lawsuit, or the like without the prior written consent of Licensee; and Licensor shall fully cooperate with Licensee in the defense of the claim, demand, lawsuit, or the like. Licensee shall notify Licensor about the disposition of all claims by Licensee's insurance carrier and shall provide Licensor with any information reasonably requested by Licensor concerning the Licensee's insurance carrier's response to the claim. 11. Opportunity to Cure Non-Monetary Defaults. Except as otherwise provided in Section 9, Non-Interference, above, if City or Licensee fails to comply with any non-monetary provision of this Agreement which the other party claims to be a default hereof, the party making such claim shall serve written notice of such default upon the defaulting party, whereupon a grace period of thirty (30) days shall commence to run during which the defaulting party shall undertake and diligently pursue a cure of the default. Such grace period shall automatically be extended for an additional thirty (30) days, provided the defaulting party makes a good faith showing that efforts toward a cure are continuing. 12. Transferability of Licensee's Interest. (a) Licensee's interest under this Agreement may only be assigned in connection with the transfer of Licensee's FCC authorization to operate a communications facility at the Property and with the City's prior written consent, which consent shall not be unreasonably withheld. 10 Page 149 of 479 (b) Notwithstanding the foregoing, Licensee shall have the right to assign, sell or transfer ("Transfer") its interest under this Agreement upon not less than thirty (30) days prior notice to City (but without the necessity of approval or consent of City), only to (i) any Affiliate of Licensee, or(ii) in connection with the sale of substantially all of Licensee's assets in the FCC market area where the Premises are located, provided that any such Transfer shall not relieve Licensee from legal responsibility and liability for the performance of and full compliance with the terms of this Agreement. For the purposes of this Agreement, "Affiliate" shall mean any person or entity that controls, is controlled by, or is under common control with Licensee and possesses a net worth of at least Ten Million Dollars ($10,000,000). "Control" of a person or entity means the power to direct the management or policies of that person or entity, whether through the ownership of voting securities, membership or partnership interests. Additionally, Licensee shall have the right to sublicense the use of Licensee's Facilities only to any Affiliate of Licensee upon not less than thirty (30) days prior notice to City (but without the necessity of approval or consent of City). 13. Execution of Other Instruments. City agrees to execute, acknowledge, and deliver to Licensee other instruments respecting the Premises, as Licensee or Licensee's lender may reasonably request from time to time, provided that any such instruments are in furtherance of, and do not substantially expand, Licensee's rights and privileges herein established. Such instruments may include a memorandum of License Agreement which may be recorded in the county land records. City also agrees to reasonably cooperate with Licensee's efforts to obtain all private and public consents related to Licensee's use of the Premises, as long as City is not expected to bear the financial burden of any such efforts. 14. Quiet Enjoyment. City covenants that Licensee shall have quiet and peaceable possession of the Premises throughout the Term as the same may be extended, and that City will not intentionally disturb Licensee's enjoyment thereof as long as Licensee is not in default under this Agreement. 15. Subordination. Licensee agrees to subordinate this Agreement to any mortgage, trust deed or other pledge or interest which may hereafter be placed on the Premises, provided such mortgage, trust deed or other pledge or interest does not affect Licensee's the right to possession of the Premises, except in connection with the enforcement or foreclosure of any such mortgage, deed of trust, pledge or other interest or as otherwise required by a lender secured by any such mortgage, deed of trust,pledge or other interest. 11 Verizon License Agreement 02.20 Page 150 of 479 16. Binding Effect. ffect. All of the covenants, conditions, and provisions of this License Agreement shall inure to the benefit of and be binding upon the parties hereto and their respective permitted successors and assigns. 17. Entire Agreement. This Agreement constitutes the entire agreement between the parties and supersedes any prior understandings or oral or written agreements between the parties respecting the within subject matter including, but not limited to all of the terms, covenants and conditions of the Existing Agreement. 18. Modifications. This Agreement may not be modified, except in writing signed by the party against whom such modification is sought to be enforced. 19. Notices. All notices, requests, demands and communications hereunder will be given by first class certified or registered mail, return receipt requested, or by a nationally recognized overnight courier, postage prepaid, to be effective when properly sent and received, refused or returned undelivered. Notices will be addressed to the parties as follows: If to City: City of Ukiah Attention: City Manager 300 Seminary Road Ukiah, CA 95482 With copy to: Ukiah City Attorney David J. Rapport, Esq. Rapport&Marston 405 W. Perkins Street Ukiah, CA. 95482 If to Licensee: d/b/a Verizon Wireless Attention: Network Real Estate 180 Washington Valley Road Bedminster, New Jersey 07921 Site: With a copy to Verizon Legal Department: 12 Page 151 of 479 xxx 20. Emergency 911 Service. Service. In the future, without the payment of additional rent and at a location mutually acceptable to City and Licensee, City agrees that Licensee may add, modify and/or replace equipment in order to be in compliance with any current or future federal, state or local mandated application, including but not limited to emergency 911 communication services. 21. Memorandum of License. Either party will, at any time upon receipt of fifteen (15) days prior written notice from the other, execute, acknowledge and deliver to the other a recordable Memorandum of License substantially in the form of Exhibit 5. Either party may record this memorandum at any time, in its absolute discretion. 22. [Intentionally omitted.] 23. Force Majeure. Neither City nor Licensee shall be liable for any default or delay in the performance of its obligations under this Agreement if and to the extent such default or delay is caused, directly or indirectly, by fire, flood, lightning, earthquake, elements of nature or acts of God, riots, labor disputes, delays in transportation, unavoidable casualty, inclement weather conditions, acts of public utilities,public bodies or inspectors, any delay or impediment caused by the other Parry or a party under the direct control or supervision of such other Parry, the acts or omissions of the other Parry or any party under the direct control or supervision of such other Parry, or any other cause beyond the reasonable control of such Parry; provided, however, that the non-performing Party is without material fault in causing such default or delay (collectively, a"Event of Force Majeure"). In the event of an Event of Force Majeure, the non-performing Parry shall be excused from further performance or observance of the obligation(s) so affected for as long as such circumstances prevail and such Parry continues to use its commercially reasonable efforts to resume performance. 24. Incorporation of Recitals. Recitals A through F are an integral part of this Agreement, and these Recitals are incorporated in this Agreement by reference. 13 Verizon License Agreement 02.20 Page 152 of 479 [SIGNATURES APPEAR ON FOLLOWING PAGE] 14 Page 153 of 479 IN WITNESS WHEREOF, the parties hereto bind themselves to this Agreement as of the Effective Date. "City" "Licensee" City of Ukiah [INSERT VZW ENTITY], d/b/a Verizon Wireless By: By: [INSERT if applicable] Name: Its: General Partner [if applicable] Its: By: Date: 2020 Name: Phillip French Title: Executive Director- Network Date: [ACKNOWLEDGMENTS APPEAR ON FOLLOWING TWO (2) PAGES] 15 Verizon License Agreement 02.20 Page 154 of 479 CITY ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy,or validity of that document. State of California County of ) On before me, (insert name and title of the officer) personally appeared who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) 16 Page 155 of 479 LICENSEE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy,or validity of that document. State of California County of ) On before me, (insert name and title of the officer) personally appeared who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) 17 Verizon License Agreement 02.20 Page 156 of 479 EXHIBIT I DESCRIPTION OF PROPERTY Page I of I The "Property" is legally described as follows: The land irefe,rred to Ihereiin is situated in the State of California, County of IMeindocino, City of Ukiah and describeclas follows: Parcel One: (APIN 2-255-012) Coirnmencing at the SOUtheast corner of Glay and Doira Streets in said Ulkiah City and running thence Easterly along the south line of Clay Street one hundred and fifty (150)feet-,thence at right angles SOLItheirly two hundred and fifty (250)feet, thence,at right angles Westerly and parailHel with Clay Street oine hundred and fifty (150)feet to Dora Street and thence Northerly and along flie East line of IDora Street tow h u nd red and f ifty (25,0)feet to the poi int of Ibeginniing. Parcel Two: (APN 2-255-03), Beginning at the intersection of the Southerly line of Clay Street and the IEasteirly line of Doira Street', thence Easterly along flie SOUtherly Iliirne of Clay Street 761.60 feet to the Westeirly line,of,(-)ak Street, thence Southerly along said Westerly line of Oak Street 456.5 feet to,the Northerly line of the North Ihallf of Jones Additi;on, the map,of Which was filedJUne 11 1909 in Map Case 1, Drawer 3, IFlage 36, Mendocino County Recoirds.thence Westerly along said Mortheirly line 728 feet to the Easterly line,of Dora Street, thence Northerly aloing said Easterly line 445 feet to the 1poiint of beginning. Excepting therefrom the following: Coirnmencing at the SOLAheast comer of Clay and Doira Street-, in said Ulkiah City and running thence Easterly along the South line of Clay Street one hundred and fifty (150)feet, thence at right angles SOLItheirly two hundred and fifty (250)feet, thence at right angles Westerly and paralHel with Clay Street one hundred and fifty (1501)feet to Dora Street and thence Northerly and along flee East Mine of(Dora Street two h u nd red and f ifty (250a)feet to the poi int of Ibeginniing. ARN: 0(02-255-02 &03 18 Page 157 of 479 EXHIBIT 2 DEPICTION OF PREMISES A Page 1 of 2 [Depiction of Premises A Appears on Following One (1)Page] 19 Verizon License Agreement 02.20 Page 158 of 479 EXHIBIT 3 DEPICTION OF PREMISES B Page 1 of 3 [Depiction of Premises B Appears on Following Two (2)Pages] 20 Page 159 of 479 EXHIBIT 4 DESCRIPTION OF LICENSEE'S FACILITIES Page 1 of 13 [Plan Set Dated XXX, Consisting of X(X)Pages, Appears on Following Pages] 21 Verizon License Agreement 02.20 Page 160 of 479 EXHIBIT 5 MEMORANDUM OF LICENSE [Memorandum of License Appears on Following Pages] 22 Page 161 of 479 MEMORANDUM OF LICENSE Recording Requested by &When Recorded Return to: d/b/a Verizon Wireless Attention: Network Real Estate 180 Washington Valley Road Bedminster,New Jersey 07921 Site: APN: 002-255-02& 002-255-03 (Space Above This Line For Recorder's Use Only) Cell Site No.: CNU0915 Search Ring Name: Ukiah DT Police Cell Site Name: Ukiah DT Police (CA) Fixed Asset No.: 10129956 State: California County: Mendocino MEMORANDUM OF LICENSE This Memorandum of License is entered into on this day of 2020, by and between the City of Ukiah, having a mailing address of Attn: City Manager, 300 Seminary Avenue, Ukiah, CA 95482 (hereinafter referred to as "City"), and Verizon Wireless, with its principal offices located at One Verizon Way, Mail Stop 4AW100, Basking Ridge, New Jersey 07920 (telephone number 866-862-4404) ("Licensee"). 1. City and Licensee entered into a certain License Agreement ("Agreement") as of the day of 2020, for the purpose of installing, operating and maintaining a communications facility and other improvements. All of the foregoing is set forth in the Agreement. 2. The initial lease term will be five (5) years commencing on the Effective Date of the Agreement,with four(4) successive five (5)year options to renew. 3. The portion of the land being licensed to Licensee and associated easements are described in Exhibit A annexed hereto. 23 Verizon License Agreement 02.20 Page 162 of 479 4. This Memorandum of License is not intended to amend or modify, and shall not be deemed or construed as amending or modifying, any of the terms, conditions or provisions of the Agreement, all of which are hereby ratified and affirmed. In the event of a conflict between the provisions of this Memorandum of License and the provisions of the Agreement, the provisions of the Agreement shall control. The Agreement shall be binding upon and inure to the benefit of the parties and their respective heirs, successors, and assigns, subject to the provisions of the Agreement. IN WITNESS WHEREOF, the parties have executed this Memorandum of License as of the day and year first above written. "City" "Licensee" City of Ukiah [INSERT VZW ENTITY], d/b/a Verizon Wireless By: By: [INSERT if applicable] Name: Its: General Partner [if applicable] Its: By: Date: 2020 Name: Phillip French Title: Executive Director- Network Date: [ACKNOWLEDGMENTS APPEAR ON FOLLOWING TWO (2) PAGES] 24 Page 163 of 479 CITY ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy,or validity of that document. State of California County of ) On before me, (insert name and title of the officer) personally appeared who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) 25 Verizon License Agreement 02.20 Page 164 of 479 LICENSEE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy,or validity of that document. State of California County of ) On before me, (insert name and title of the officer) personally appeared who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) 26 Page 165 of 479 EXHIBIT I DESCRIPTION OF PREMISES Page I of 2 The "Property" is legally described as follows: The land irefe,rred to Ihereiin is situated in the State of California, County of Mendocino, City of Ukiah and describeclas follows: Parcel One: (APIN 2-255-012) Coirnmencing at the Southeast corner of Glay and Doha Streets in said Ulkiah City and running thence Easterly along the south line of Clay Street one hundred and fifty (150)feet-,thence at right angles SOUthedy two hUndred and fifty (250)feet, thence,at right angles Westeidy and para,Hel with Clay Street oine hundred and fifty (150)feet to Dora Street and thence Northerly and along the East line of IDora Street tow hundred and f ifty (25,0)feet to the poi int of Ibeginniing. Parcel Two: (APN 2-255-03), Beginning at the intersection of the Southerly line of Clay Street and the (Easterly Iliurne of Doha Stireet', thence Easterly along the SOUtherly Iliirne of Clay Street 761.60 feet to the Westeidy line,of,(-)ak Street, thence Southerly along said Westerly line of Oak Street 456.5 feet to,the Northerly line of the North Ihallf of Jones Additi;on, the map,of Which was filedJUne 11 1909 in Map Case 1, Drawer 3, Page 30, Mendocino COUnty(Records;thence Westedy along said Northerly line 728 feet to the Easterly line of Dora Street, thence Northerly aloing said Easterly line 445 feet to the 1poiint of beginning. Excepting therefrorni the folloWing: Coirnmencing at the Southeast corner of Glay and Doha Streets in said Ulkiah City and running thence Easterly along the South line of Clad Street one hundired and fifty (150)feet.; theince at right angles SOUthedy two hUndred and fifty (250)feet; thence,at right angles Westeidy and para,Hel with Clay Street one hundred and fifty (1501)feet to Dora Street and thence Northerly and along the East line of IDora Street two hundred and f ifty (25,0)feet to the poi int of Ibeginniing. ARN: 0(02-255-02 &03 The "Premises" is described and/or depicted as follows: [One-Page Depiction of the Premises Suitable for Recording in Mendocino County Appears on Following Page] 27 Verizon License Agreement 02.20 Page 166 of 479 Attachment #2 u., A10, I Li I S-- 1 Al RESTATED AND AMENDED LICENSE AGREEMENT BETWEEN CITY OF UKIAH AND NEW CINGULAR WIRELESS PCS,_LLC TIIIS RESTATED AND AMENDED LICENSE AGREEMENT ("Agreement"), dated as of the latter of the signature dates below("Effective Date"), is entered in Ukiah, California, by and between the City of Ukiah("City"), and New Cingular Wireless PCS,LLC, a Delaware limited liability company("Licensee"). City and Licensee may be referred to herein individually as a"Party,"and collectively as the"Par-ties." RECITALS: A. City owns that certain plot,parcel or tract of land, as described on Exhibit 1, together Nvith all rights and privileges arising in connection therewith, located at 300 Seminary Avenue, in the City of Ukiah, County of Mendocino, State of California(collectively,the "Property"). Licensee desires to use a portion of the Property in connection with its federally licensed communications business. City desires to grant to Licensee the right to use a portion of the Property in accordance with this Agreement. B. City and Licensee's predecessor-in-interest,Edge Wireless,LLC,an Oregon limited liability company("Edge"),entered into that certain License Agreement is July 17, 2001, as amended by the First Amendment to License Agreement dated June 13,2005 (collectively,the"Original Agreement"), whereby City licensed to Edge(i)a portion of the Property comprising approximately two hundred ninety-two(292)square feet("Premises A")as more particularly described and/or depicted in Exhibit 2, and(ii)and a separate area comprising approximately six hundred twenty (620)square feet upon which an equipment shelter - ("Equipment Shelter Area")has been installed, and which area forms a portion of Premises B (as defined in Section I below). C. Licensee succeeded to all of the right title and interest of Edge in and to the Original Agreement. D. City and Licensee further amended the Original Agreement pursuant to that certain Second Amendment to License Agreement dated as of May 21,2013 ("Second Amendment"). E. The Original Agreement as amended by the Second Amendment are hereinafter collectively referred to as the"Existing Agreement". I I ATAT Site CNIJ0915(LndWi DT Poke)Restated and Amended License Agreement 02 15 �6 Page 167 of 479 F. The Parties now wish to amend and restate in their entirety all of the terms, covenants and conditions of the Existing Agreement. AGREEMENT: NOW, THEREFORE, in consideration of the above-recitals and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, City and Licensee now amend and restate the Existing Agreement in its entirety,and agree as follows: 1. License, Consteuctlon of New Tower, Surrender of,Premises A„& Transfer of Existing n e . .__ Tower. (a) License.Subject to the terms and conditions set forth in this Agreement,City,grants to Licensee the following: (i) a non-exclusive license coupled with an interest to Premises A; (ii)a non-exclusive license coupled with an interest to those portions of the Property as follows: (A) the Equipment Shelter Area; (B)an area comprising approximately Two Thousand One Hundred Sixteen (2,116) square feet for Licensee's installation of a new communications tower ("New Tower Area"); (C) an additional five feet (5') on either side of a centerline for a distance of approximately three hundred thirty-four feet(334') [comprising approximately Three Thousand Three Hundred Thirty-Five(3,335) square feet] (the"Underground Conduit Area"), all as more completely described or depicted on attached Exhibit 3.(°I`lie Equipment Shelter Area, the New Tower Area and the Underground Conduit Area are collectively referred to herein as "Premises B"); and (iii)a non-exclusive license over the Property for access to the Premises(as defined below) from the nearest public right-of-way, subject to the terns and conditions set forth in this Agreement. Premises A and Premise B are hereinafter sometimes collectively referred to as the "Premises". (b) Testing of Premises B. Prior to commencing the use of Premises B and during the Term, Licensee and its agents, engineers, surveyors and other representatives will have the right, but not the obligation,to enter upon Premises B to inspect,examine,conduct soil borings,drainage testing, material sampling, and other geological or engineering tests or studies of Premises B (collectively the "Tests") subject to limitations set forth herein, and otherwise to do those things on Premises B that, in the opinion of Licensee, are necessary to determine the physical condition of Premises B, the environmental history of Premises B, City's title to Premises B, and the feasibility or suitability of Premises B for Licensee's permitted uses, all at Licensee's expense. In conducting any Tests or other activity pursuant to this Section 1(b), Licensee shall not interfere with the regular business of the City conducted in or around Premises B. Licensee shall consult with City on the Tests or other activities it plans to undertake and schedule and conduct those 2 Page 168 of 479 activities only as approved by City. Licensee shall notify the City in writing whether the Premises is suitable for the permitted uses within 120 days following the Effective Date. If Licensee determines that the Premises are not suitable for the permitted uses,it shall restore the Premises to the condition it was in before Licensee performed Tests or other activity to make the determination and this Agreement shall terminate when Licensee has restored the Premises to its previous condition to the approval of City which shall not be unreasonably Withheld or delayed. (c) Construction of New Tower. Following the Effective Date and Licensee's determination that Premises B is suitable for the permitted uses, Licensee shall construct a new morlopine or other antenna structure O'New Tower")in the New Tower Area of Premises B for the transmission and reception of communications signals in accordance with the plans and specifications attached hereto as Exhibit 4. City and Licensee agree that any portion of the Licensee's Facilities (as defined in Section 2 below) that may be conceptually described on Exhibit 4 will not be deemed to limit Licensee's permitted uses set forth herein. If Exhibit 4 includes drawings of the initial installation of the Licensee's Facilities in Premises B, City's execution of this Agreement will signify City's approval of Exhibit 4. Licensee shall not commence the construction of the New Tower C'New Tower Worle') until it has been issued any permits required for the New Tower Work, including, but not limited to, a building permit to Licensee following Licensee's application for same. All New Tower Work shall be performed in accordance with the terms and conditions set forth in Section 8 below. Portions of the New Tower Area in reasonable proximity of the New Tower may be used by the City in a reasonable manner by the City for the parking of vehicles,access to City buildings on the Property, landscaping and any other municipal uses, provided that such uses shall not materially and adversely interfere Willi Licensee's use of the New Tower, the Underground Conduit Area or the access rights of Licensee and its sublicensees to any other portion of Premises B. (d) Removal of Ante d ui ent fro Existin Tower. Within thirty(30)days following the last to occur of(i)the completion of the New Tower Work, (ii)the commencement of on-air operations of Licensee's Facilities installed upon the New Tower in Premises B,and(iii) the commencement of on-air operations of Licensee's existing sublicensee, California Rural Service Area#1, Inc., a California corporation("U.S. Cellular"), communications facility ("U.S. Cellular Facilities") in Premises B, Licensee shall commence and diligently prosecute to completion the removal of all portions of the License Facilities and the U.S. Cellular Facilities located on its existing lattice tower ("Existing Tower") located in Premises A. Licensee shall promptly cause the repair of any damage to the Existing Tower caused by the removal of the Licensee's Facilities or the U.S. Cellular Facilities at its sole cost. (e) Surrender of Premises A & Transfer of Exist jg_Tower. Upon completion of the removal of all portions of the Licensee's Facilities located on the Existing Tower and all portions of the U.S. Cellular Facilities located on the Existing Tower pursuant to Section l(d) above, as reasonably determined by City in consultation with Licensee, Licensee shall promptly surrender possession of Premises A to City in its "as is, where is" condition, and City shall accept such surrender, and thereafter, Licensee shall have no fin'ther rights to,or obligation or liability arising 3 AT&T Site CNU0915(Ukiah DT Police)Restated and Amended License Agreement 02 15.16 Page 169 of 479 from or in connection with Premises A. Such surrender of possession of Premises A by Licensee shall not effect in any manner the licensing of Premises B by City to Licensee pursuant to this Agreement, or any of the other terms and conditions of this Agreement. Additionally, upon Licensee's surrender of possession of Premises A, ownership of the Existing Tower shall automatically transfer from Licensee to City in its "as is, where-is" condition, and without warranty express or implied, and without the necessity of a further writing exchanged between City and Licensee. Thereafter, Licensee shall have no further rights to, or obligation or liability arising from or in connection with the Existing Tower. Notwithstanding anything to the contrary set forth in this Section 1(e), in the event that this Agreement is terrninated prior to the transfer of ownership of the Existing Tower as a result of a casualty event which has resulted in substantial damage to, or total destruction of the Existing Tower,then City shall have no right to elect to take ownership of the Existing Tower. 2. Use of Premises. (a) Use of Premises. Subject to the terms and conditions of Section 1 above, Licensee may use the Premises solely for the purpose of(i)operating the Existing Tower,antennas,equipment shelter, and related equipment (collectively, "Licensee's Facilities") in their current location, and (ii) installing and operating the New Tower and Licensee's Facilities in their locations as generally depicted in Exhibit 4,for the transmission and receipt of radio-telephone and other electrical signals for PCS/cellular telephone service under the FCC authorization issued to Licensee in a manner that does not interfere with City's use of the Existing Tower for its communications facilities that are operated by City in compliance with Laws (as defined below). Subject to the terms and conditions of this Agreement,, Licensee shall have a right of access to the Premises that includes the placement of utility facilities underground to service the Premises in accordance with an encroaclunent permit issued by the City to Licensee at no additional cost, other than generally applicable fees or charges associated with such permits or other entitlements required by law, including City ordinances and resolutions. Licensee shall not locate any other antemias on the Existing Tower or related equipment on Premises A used ly,any other person or entity or for any other purpose without the consent and agreement of the City. Licensee shall comply with all applicable federal,state,and local laws,orders, rules and regulations(collectively,"Laws"),applicable to Licensee's use of the Licensee's Facilities on the Property. City agrees to comply with all Laws. (b) Ilte City shall have the right to approve the design and construction of any new facilities on the Premises, including the construction or relocation of the Existing Tower. Subject to the terms and conditions set forth in Section 1 above,which among matters, set forth the terms and conditions under which Licensee transfers all its right,title and interest in the Existing Tower to the City, Licensee shall remain the owner of the Existing Tower,the New`Tower, its equipment shelter, and its equipment installed on the Existing Tower and on the New Tower or inside the Equipment Shelter.The City is granted a license by Licensee to use one rack inside Licensee's equipment shelter in the Equipment Shelter Area.The foregoing right is personal to the City and may not be transferred to or shared with any other party. Upon termination of this Agreement by Licensee(other than as a result of a material breach by City)or if Licensee provides notice that it will not exercise any of its 4 Page 170 of 479 options to renew this License, the New Tower and the equipment shelter in the Equipment Shelter Area shalt become the property of the City in"as is,where is"condition,provided,however,that the Licensee Facilities shall remain the property of Licensee. If the City terminates this License(other than as a result of a default by Licensee),the New Tower and the equipment shelter shall remain the property of Licensee. 3. Tenn of License Agreement. (a) The initial to of this Agreement shall commence upon the Effective Date and shall expire five(5) years thereafter(the "Initial Term"). (b) Option to Renew. Licensee shall have the option to renew this Agreement for up to four(4)additional terms of five(5) years each (each additional five(5)year to is hereinafter referred to as an"Extension Term"),upon a continuation of all the same provisions hereof Each option to extend this Agreement shall be automatically exercised by Licensee or its successors, unless written notice is sent by certified mail,addressed to the City at the address shown in Section 21 below, three (3) months prior to the expiration of the Initial Tenn or the applicable Extension Term,as the case may be. The Initial Term, and any Extension Terms exercised, shall hereinafter collectively be referred to as the"Term". 4. Termination. Licensee shall have the tight to tern-dnate this Agreement or any extension thereof at any time upon giving the City sixty (60) days' written notice. If this Agreement is terminated, all antennas and equipment belonging to and installed by Licensee shall remain the property of the Licensee.The New Tower and the Existing Tower,equipment shelter and City owned antennas and equipment shall remain the property of the City provided, however, that if this Agreement is terminated by Licensee due to an uncured default by City, then at Licensee's option, Licensee may elect to remove the New Tower and seek reimbursement from City for all costs of removal including transport of the New Tower or leave the New Tower in place in"as is, where is" condition, in which case City shall reimburse Licensee for Licensee's unamortized cost of the New Tower. Upon the tennination of this Agreement,Licensee shall have one hundred twenty(120)days to remove its antennas and equipment from the New Tower and shelter. In removing its antennas and equipment from the Premises, Licensee shall not cause a public or private nuisance or otherwise materially and adversely interfere with City's use of the Existing Tower or City's antennas and related facilities. Licensee shall indemnify and hold City harmless from any cost, damage,or liability arising from any material and adverse interference t®City's use of the Existing Tower or City's antennas and related facilities caused by Licensee or its officers, agents, employees or contractors during such removal,except to the extent attributable to the negligent or willful act or omission of City,its employees,agents or independent contractors. Following City's compliance with applicable written notice and time periods pertaining to City belief that License's antennas and equipment have been abandoned, any equipment remaining on Premises B after the later of one hundred twenty (120) days following the expiration orearlier termination of this Agreement and the date following the time period that Licensee must respond to the City's written notice of belief of abandoned property, thereafter, become the property of the City, which it may 5 AT&T Site('NU0915(Ukiah DT Police)Restated and Amended License Agreement 02 15.16 Page 171 of 479 use or dispose of as it sees fit. Licensee shall pay any, costs to dispose of the antennas or equipment, if the City elects to dispose of it. Any such costs shall be reduced by the amount,if any,received by the City for the sale of same. 5. License Fee& Administrative Fee. (a) Initial License„Fee. Commencing on the first (I") day of the month following the Effective Date("License Fee Commencement Date"),Licensee shall pay a license fee("License Fee")in the amount of Two`Thousanid Three Hundred Eleven and 60/100 Dollars $2,311.60 ( )Per month, which shall be due on the first day of each calendar month following the Effective Date during the Term. The License Fee shall be payable to the City of Ukiah and must be received by the City Finance Department located at 300 Seminary Ave., Ukiah, CA 95482, by 4 p.m. PST on the first day of each month. License Fees not received by the tenth (10`h) day following that date and time shall be considered delinquent. Delinquent License Fees shall be subject to a late fee of One Hundred Dollars ($100) and interest on the unpaid balance, including unpaid late fees, until paid in full, at the rate of Ten Percent(10%) per annum or the maximum rate of interest allowed by law, whichever is less. Notwithstanding the foregoing, City hereby grants to Licensee a one- time grace period of forty-five (45) days following the License Fee Commencement Date to forward the initial payment of the License Fee to City. (b) [Intentionally omitted] (c) Anuaual License Fee Increase. On every one (1) year anniversary of the License Fee Commencement Date,the monthly License Fee shall be increased by Five Percent(5%) over the monthly License Fee paid during the previous year. (d) One-Ti a�m me A � istrative„Fee. Within forty-five(45)days following the Effective Date, Licensee shall pay to City a one-time administrative fee of Five Thousand and No/100 Dollars($5,000.00)in connection with City's review and execution of this Agreement. (e) Possession„ of Premises. Licensee shall not be entitled to take possession of Premises B (other than the Equipment Shelter Area) and commence work to construct the New Tower unless Licensee has paid all fees then due. 6. Utilities. Licensee shall solely and independently be responsible for all costs of providing utilities including the separate metering, billing, and payment of utility services consumed by Licensee's operations to (i) Premises B and (ii) Premises A„ provided, however, that Licensee's responsibility for utilities serving Premises A shall end immediately when the Existing Tower on Premises A is transferred from Licensee to the City. 6 V Page 172 of 479 7. PrEgpIrly Taxes. (a) Licensee shall pay the personal property taxes levied against the Licensee's Facilities and the real estate taxes levied against the land underlying Premises A until the date that Licensee surrenders possession of Premises A to the City pursuant to Section l(e) above, if any, and the real estate taxes levied against the land underlying Premises B, if any. If the classification of the land for tax purposes changes as a result of Licensee's commercial use,then Licensee shall be responsible for increases attributable to such commercial use. (b) The Premises is exempt from real and personal property taxes as City owned property. Licensee shall be solely responsible for any personal property or possessory interest taxes resulting from its use oft e license of the Premises during this Agreement. 8. Maintenance and Rnnnirq and Related Access. (a) Subject to the procedures and the payment of costs as further set forth in this Section 8, Licensee shall maintain Licensee's Facilities(the New Tower,Licensee's Facilities serving the New Tower,Licensee's equipment installed on the New Tower,Licensee's equipment shelter and Licensee's equipment in the equipment shelter) in good repair and working order, shall prevent the Licensee's Facilities from deteriorating and shall promptly make repairs to the Licensee's Facilities,when necessary to maintain them in good repair and working order, and may at its own expense alter or modify the Licensee's Facilities to suit its needs consistent with the intended use of the Premises and provided, such modifications do not interfere with the City's communication facilities located on the Existing Tower, nor with the City's use of Premises A and surrounding property. Licensee shall not be responsible for maintenance oft e City's communication facilities located on Premises A, except any such repairs made necessary by Licensee's activities on the Premises. (b) Not less than seventy-two(72)hours before commencing any work on the Premises or on any other City property,whether Licensee uses its own employees or independent contractors or is authorizing a sublicensee to commence any work on the Premises,Licensee shall: (i) Provide City with vnitten notice of the name and contact information for the Licensee's employee authorized to request access to the Premises on behalf of Licensee. All requests for access to the Premises must come from an employee of Licensee,and the City reserves the right in City's discretion to deny access to the Premises from a vendor or contractor of Licensee until and unless a written request for access is provided from an employee of Licensee. The City and the City's Police Department shall provide Licensee with the name and email address of the designated official to grant requests for access at the beginning of each year or anytime there is a change in the designated official. 7 A,r&r Site CNUO915(Ukiah DI Police)Restated and Arnendcd LiQenw Agreement 02 15,16 Page 173 of 479 (ii) File with the City's Police Department a detailed description of the location where the work will be performed, the specifications for the work, the name„ contact information and scope of work to be performed by each subcontractor, number of people requiring access to the Premises with their narnes, phone numbers and company information, and a schedule for commencing and completing the work. (iii) Receive approval from the City's Police Department for the work and the schedule; (iv) Apply for and obtain any building or other applicable permits required by the Ukiah City Code, including building permits, site development or use permits and encroachment permits; (v) Deposit with the City money to cover the City's costs in reviewing and approving the work plan and in supervising and inspecting the work or the work areas.The amount of the deposit shall be determined by the City's Police Department based on the City's estimate of the time required of City employees multiplied by an hourly rate for the employees'time to include cost of salaries, benefits and associated overhead, and any other expenses incurred by City in performing these services. Within thirty (30) days after Licensee's receipt of written notice and invoice from City of the actual cost of such service, accompanied by reasonable substantiation of any such cost and expense,any portion of the deposit that exceeds the actual cost shall be refunded to Licensee, Within that same thirty (30) day period, Licensee shall pay City any portion of the actual cost that exceeds the amount of the deposit. (vi) Those accessing the Premises to perform work must check in at the pre- arranged time at the front counter of the City's Police Department and have with them the necessary codes and keys to access the Premises. They must have in their possession and"produce upon demand verifiable identification and proof of employment with the company that has been granted pre-arranged access. - (vii) In the event emergency access is needed for equipment failure or malfunction those needing access must come to the City's Police Department Night Entrance and gain approval for access from the on-duty Police Watch Commander and be prepared to demonstrate identity as stated in Section 8(b)(vi)above. (viii) Access for regular equipment maintenance or inspection may be granted to specific persons by presenting an annual schedule in advance at the beginning of each calendar year to the Ukiah Police Department for consideration and approval. (ix) All access,any time,regardless of the reason, by each person and company accessing the Premises must be legibly logged in with each person's name, company name, valid contact information and the date, time and reason for access in the Licensee's log book stored in 8. S Page 174 of 479 the tower shelter. The log book shall remain in the tower shelter and not be removed without prior approval of the City's Police Department. (x) In addition to any other remedies available to the City to enforce the requirements of this Agreement,failure to comply with any oft e above listed access requirements may be cause for the City's Police Department to deny future access to Licensee's vendor which violates these procedures or to remove'from the Premises or arrest those persons who the City's Police Department have probable cause to believe to be trespassing on the City's Property. 9. Non-interference. (a) Licensee agrees to install equipment of types and frequencies which will not cause interference to the communications equipment of the City. In the event Licensee's equipment causes such interference, Licensee shall cooperate with City in deterrmning the source and will immediately take all steps necessary to correct and eliminate the interference. If said interference cannot be eliminated within forty-eight(48)hours after receipt of notice from City to Licensee of the existence of such interference and City has determined Licensee's equipment to be the source of said interference, Licensee shall discontinue use of the equipment creating said interference. Licensee shall shut down the interfering equipment except for intennittent operation for the purpose of testing after performing any maintenance, repair, modification, replacement or other action for the purpose of correcting such interference. If such interference is not corrected within thirty (30) days after receipt of the aforesaid notice, Licensee shall remove the interfering equipment from the Premises. In the event that the cause of such interference cannot be pinpointed to a particular piece of equipment or system,Licensee shall disconnect the electric power and shut down all of its equipment until such time as the interference problem is corrected. If such interference is not corrected within thirty (30) days after receipt of the aforesaid notice, Licensee shall remove its equipment from the Premises within an additional ten (10) day period. The Agreement shall then terminate without further obligations then owing or past-due and except as may otherwise be specifically enumerated herein. City shall not be liable to Licensee for any interruption of service of Licensee or for interference with the operation of Licensee's equipment. (b) Notwithstanding the foregoing, in the event that said interference interferes with City's own equipment and in City's sole judgment,said interference jeopardizes the safe operation of City's operations, Licensee will be responsible for eliminating the interference within twenty- four (24) hours, upon becoming aware of such interference. City reserves the right to disconnect power to the interfering equipment if Licensee is unable to eliminate said interference within twenty-four(24)hours of said notification. (c) Licensee has satisfied itself and hereby represents and warrants to City that no such interference shall result to the currently existing systems of City. Licensee agrees to indemnify, hold harmless and defend City against any claim or damage,including reasonable attorney's fees, arising out of such interference These obligations shall extend to any additional or different communications equipment installed by City on the Existing over after the Effective Date, 9 AT&T Site CNU0915(Ukiah DT Police)Restated and Amended License Agreement 02 15.16 Page 175 of 479 provided that City shall give at least sixty (60) days' advance written notice to Licensee of City's plans for adding any such equipment,and a reasonable opportunity thereafter for Licensee to meet and confer with City before adding such equipment, If Licensee reasonably identifies that such new equipment could create interference with Licensee's Facilities, then City and Licensee shall use reasonable efforts to develop solutions which would resolve or minimize such interference, provided, however, that the parties acknowledge that if City and Licensee are unable to develop solutions after reasonable efforts to do so, that City's need to add equipment related to police and/or emergency response capability on the Existing Tower shall be paramount whether or not the City's equipment causes interference with Licensee's Facilities. (d) Licensee shall be responsible for performing all engineering studies to ensure that the placement of its equipment at the Premises will not cause interference with any existing equipment or equipment the parties contemplate the City to install on the Existing Tower or which uses or relies upon those facilities, (e) If any future equipment installed by Licensee or its sub-licensees interferes with the City's communications, the City's needs shall prevail over any conflicting needs of Licensee or its sub-licensees and they shall be required to modify or remove their interfering equipment. (f) Licensee shall not use the Premises in any other way which interferes with the use of Premises A by City,the provision of services to City's customers, or the use of the Premises by other tenants or licensees of City. Similarly, except as otherwise specifically provided in this Section 9, City shall not use,, nor shall City permit its tenants, licensees, employees, invitees or agents to use any portion of City's real property in any way which unreasonably interferes with the operations of Licensee. Such interference shall be deemed a material breach by the interfering party who shall, upon written notice from the other party, be responsible for terminating such interference. In the event any such interference does not cease promptly,the parties acknowledge that continuing interference may cause irreparable injury and, therefore, the injured party's exclusive remedy shall be the right to bring an action to enjoin such interference and/or to terminate this Agreement. 10. Mutual Indemnification. (a) Licensee shall indemnify, defend and hold City harmless from and against any claim, law suit,judgment, loss, damage, cost or injury caused by, or on behalf of, or through the fault of Licensee, or its contractors, subcontractors, or sub-licensees, or in any way directly resulting from the presence of Licensee, or its contractors, subcontractors or sub-licensees upon City's lands, including the Premises, or any associated easements. As used in this Section l 0(a), "City"includes its officers and employees. (b) City shall indemnify and hold Licensee harrnless from and against any loss, damage,cost or injury caused by,or on behalf of, or through the fault of the City. Nothing in this Section 10 shall require a party to indemnify the other party against such other party's own willful to Page 176 of 479 or negligent misconduct. 11. Insurance. Licensee shall, at all times during the Term of this Agreement at its cost and expense, buy and maintain insurance of the types and amounts listed below. Failure to buy and maintain the required insurance may result in the termination of this Agreement at City's option. If Licensee fails to procure and maintain the insurance described below, Licensee shall be in material breach of this Agreement. In case of breach, City, at its election, shall have the right to terminate the Agreement or to procure and maintain, at Licensee's expense, substitute insurance with right of offset against any money due Licensee. (a) Minimi1m Scope of Insurance. Coverage shall be at least as broad as: (i) Insurance Services Office ("ISO) Commercial General Liability Coverage Form No. CG 00 01. (ii) ISO Forrn No. CA 0001 covering Automobile Liability, Code I "any auto" or Code 8, 9 if no owned autos and endorsement CA 0025. (iii) Worker's Compensation Insurance as required by the Labor Code of the State of California and Employers Liability Insurance. (b) Lingls-of Insurance. Licensee shall maintain limits of® (i) General Liability: $2,000,000 combined single limit per occurrence for bodily injury,personal injury and property damage. If Commercial General Liability Insurance or other form with a general aggregate I imit is used,the general aggregate limit shall apply separately tote or performed under this Agreement, or the aggregate limit shall be twice the prescribed per occurrence limit. (ii) Automobile Liability: $2,000,000 combined single limit per accident for bodily injury and property,damage. V (iii) Worker's Compensation and Employers Liability: Worker's compensation limits as required by the Labor Code of the to of California and Employers Liability limits of $1,000,000 per accident. (c) Self-Insured Retentions. Self-insured retentions must be declared to the City. (d) Other Insurance Provisions. The required policies are to contain,or be endorsed to contain,the following provisions: (i) General Liability and Automobile Liability Coverages I I AT&T Site CNU0915(Uldiah D'I'Polvec)Restated and Amended License Agreement 02 15 M Page 177 of 479 (A) The City, it officers, officials, employees and volunteers are to be covered as additional insured as respects; liability arising out of activities performed by or on behalf of the Licensee, products and completed operations of the Licensee, premises owned, occupied or used by the Licensee,or automobiles owned,hired or borrowed by the Licensee. The coverage shall contain no special limitations on the scope-of-protection afforded to the City, its officers, officials,employees or volunteers except shall not apply to sole negligence of additional insureds, (B) The Licensee'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 excess of the Licensee'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 Licensee'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. (E) 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 Licensee's activities pursuant to this Agreement. (ii) All Coverages. Licensee shall provide at least thirty (30) days' advanced written notice to City of any cancellation or non-renewal of any required coverage that is not replaced. a (e) Accel;Itability of Insurers. Insurance is to be placed with eligible California insurers with an A.M. Best's rating of no less than A-VII for financial strength. (f) Verification of Coverage. Licensee 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 ACCORD forms. All Certificates and Endorsements are to be received and approved by the City before the License Fee Commencement Date. (g) Subcontractors.. If Licensee uses contractors or subcontractors in its maintenance, repair, replacement, upgrading or other work on the Premises, it shall require reasonable and prudent coverage and limits from any of its subcontractors doing work hereunder. 12 Page 178 of 479 (h) Fro pp�Lo�ss. Licensor shall not be liable for any loss or damage to Licensee's property to the extent of the indemnification herein. Notwithstanding the foregoing, Licensee shall have the right to self-insure the coverage required above.In the event Licensee elects to self-insure its obligation to include Licensor as an additional insured,the following provisions shall apply: Additional Insured status: (i) shall be limited to bodily injury, property damage or personal and advertising injury caused, in whole or in part, by Licensee, its employees, agents or independent contractors; (ii) shall not extend to claims for punitive or exemplary damages arising out of the acts or omissions of Licensor, its employees, agents or independent contractors or where such coverage is prohibited by law or to claims arising out of the gross negligence of Licensor, its employees, agents or independent contractors; and (iii) shall not exceed Licensee's indernnification obligation under this Agreement, if any. Licensor shall promptly and no later than thirty (30) days after notice thereof provide Licensee with written notice of any claim,demand,lawsuit,or the like for which it seeks coverage pursuant to this Section and provide Licensee with copies of any demands, notices, summonses, or legal papers received in connection with such claim, demand, lawsuit, or the like; Licensor shall not settle any such claim, demand, lawsuit, or the like without the prior written consent of Licensee; and Licensor shall fully cooperate with Licensee in the defense of the claim, demand, lawsuit, or the like. Licensee shall notify Licensor about the disposition of all claims by Licensee's insurance carrier and shall provide Licensor with any information reasonably requested by Licensor concerning the Licensee's insurance carrier's response to the claim. 12. Otypo ty to Cure on-Monet efaults. Except as otherwise provided in Section 9, Ikon®Interference, above, if City or Licensee-fails to comply with any non one provision of this Agreement which the other party claims to be a default hereof, the party making such claim shall serve written notice of such default upon the defaulting party, whereupon a grace period of thirty (30) days shall commence to run during which the defaulting party shall undertake and diligently pursue a cure of the default. Such grace period shall automatically be extended for an additional thirty (30) days, provided the defaulting party makes a good faith showing that efforts toward a cure are continuing. 13 AT&T&tc 01410915(Ukiah 11T Police)Restated and Amended License Agreement 02.15,06 Page 179 of 479 13. Transferability of Licensee's Interest. (a) Licensee's interest under this Agreement may only be assigned in connection with the transfer of Licensee's FCC authorization to operate a communications facility at the Property, and with the City's prior written consent, which consent shall not be unreasonably withheld. (b) Notwithstanding the foregoing, Licensee shall have the right to assign, sell or transfer ("Transfer") its interest under this Agreement upon not less than thirty (30) days prior notice to City (but without the necessity of approval or consent of City), only to (i) any Affiliate of Licensee, or(ii) in connection with the sale of substantially all of Licensee's assets in the FCC market area where the Premises are located, provided that any such Transfer shall not relieve Licensee from legal responsibility and liability for the performance of and full compliance with the terms of this Agreement.For the purposes of this Agreement,"Affiliate"shall mean any person or entity that controls, is controlled by,or is under common control with Licensee and possesses a net worth of at least Ten Million Dollars($10,000,000)."Control"of a person or entity means the power to direct the management or policies of that person or entity,whether through the ownership of voting securities, membership or partnership interests. Additionally, Licensee shall have the right to sublicense the use of Licensee's Facilities only to any Affiliate of Licensee upon not less than thirty(30)days prior notice to City(but without the necessity of approval or consent of City). 14. Sub,li„censing. With respect to any sublicensing of the New Tower, equipment shelter and ground space to any party other than an Affiliate of Licensee,upon giving City fourteen(14)days' prior written notice,and with the City's consent,which consent shall not be unreasonably withheld, Licensee may sublicense the use of the New Tower,equipment shelter,and/or ground space upon Premises B to other co-locators. In furtherance of such sublicenses„ if the co-locator may require additional ground space from the City, then the City may make such additional ground space available on a"space available"basis pursuant to terms and conditions which are consistent with the terms and conditions of this Agreement.Additionally,except for any sublicense to any Affiliate of Licensee, Licensor shall be entitled to receive a fee from Licensee equal to fifty percent(50%) of the license fees, late fees and interest actually received from any such sub-licensee. Payment to City by Licensee of the City's fifty percent(501/0)share of such sublicense fees shall be due ten (10)days after Licensee's actual receipt of the payment of the sublicense fee from the applicable sub-licensee. Prior to the commencement date under any sublicense agreement for which the consent of City is required hereunder, Licensee shall provide City with a copy of the sublicense agreement and with notice of the date when fees are due and of the late fees and interest, if any, which are due for delinquent payments. U.S. Cellular is a current sub-licensee of Licensee, and Licensee shall pay to City Fifty Percent(50%)of the total monthly sublicense fee that U.S.Cellular pays to Licensee following Licensee's receipt of such payment. As of the Effective Date,the total monthly sublicense fee that U.S. Cellular pays to Licensee is One Thousand Three Hundred Twenty and No/100 Dollars ($1,320.00) per month, of which, Licensee shall pay Six Hundred Sixty and Noll00 Dollars ($660.00) per month to City following Licensee's receipt of the total monthly sublicense fee from U.S. Cellular. 14 Page 180 of 479 15. Ex'e"c u"t"i'on"­o"f"Other_­Ins,t,ru,me"n"ts. City agrees to execute, acknowledge, and deliver to Licensee other instruments respecting the Premises, as Licensee or Licensee's lender may reasonably request from time to time,provided that any such instruments are in furtherance of,and do not substantially expand, Licensee's rights and privileges ere® established. Such instruments may include a memorandum of License Agreement which may be recorded in the county land records. City also agrees to reasonably cooperate with Licensee's efforts to obtain all private and public consents related to Licensee's use of the Premises, as to as City is not expected to bear the financial burden of any such efforts. 16. Quiet Eniovment. City covenants that Licensee shall have quiet and peaceable possession of the Premises throughout the Term as the same may be extended, and that City will not intentionally disturb Licensee's enjoyment thereof as to as Licensee is not in default under this Agreement. 17. Subordination. Licensee agrees to subordinate this Agreement to any mortgage or trust deed is may hereafter be placed on the Premises, provided such mortgagee or trustee thereunder shall ensure to Licensee the right to possession of the Premises and other rights granted to Licensee herein so long as Licensee is not in default beyond any applicable grace or cure period, such assurance to be in form reasonably satisfactory to Licensee. If requested by Licensee, City agrees to use City' est efforts to assist Licensee in obtaining from any holder of a security interest in the land underlying the Premises a non-disturbance agreement or attorrini eta greement in form reasonably satisfactory to Licensee. 18. Bindin Effect. All oft e covenants,conditions,and provisions oft is License Agreement Z_ shall inure to the benefit of and be binding upon the parties hereto and their respective permitted successors and assigns. 19. Entire Aa rep ment. This Agreement constitutes the entire agreement between the parties and supersedes any prior understandings or oral or written agreements between the parties respecting the within subject matter including, but not limited to all of the terms, covenants and conditions of the Existing Agreement. 20. Modifications. This Agreement may not be modified,except in writing signed by the party against whom such modification is sought to be enforced. 15 AT&T Sac CNU091 5(t.Jkiah DT'Pohce)Restated and Amcnded I icenm Agrcement 02 15,16 Page 181 of 479 f 21. Notices,. All notices, requests, demands and communications hereunder will be given by first class certified or registered mail, return receipt requested, or by a nationally recognized overnight courier, postage prepaid, to be effective when properly sent and received, refused or returned undelivered. Notices will be addressed to the parties as follows: If to City: City of Ukiah Attention: City Manager 300 Seminary Road Ukiah, CA 95482 With copy to: Ukiah City Attorney David J. Rapport, Esq. Rapport& Marston 405 W. Perkins Street Ukiah, CA. 95482 If to Licensee: New Cingular Wireless PCS,LLC Attn:Network Real Estate Administration Re: Cell Site No.: CNU0915 Search Ring Name: Ukiah DT Police Cell Site Name: Ukiah DT Police(CA) Fixed Asset No: 10129956 575 Morosgo Drive NE Atlanta, GA 30324 With a copy to AT&T Legal Department: New Cingular Wireless PCS, LLC Attn: AT&T Legal Dept. —Network Operations Re: Cell Site No.: CNU0915 Search Ring Name: Ukiah DT Police Cell Site Name: Ukiah.DT Police (CA) Fixed Asset No: 10129956 208 S. Akard Street Dallas, TX 75202-4206 The copy sent to the AT&T Legal Department or to the City Attorney is an administrative step which alone does not constitute legal notice. Either party hereto may change the place for the giving of notice to it by thirty(30) days prior written notice to the other as provided herein. 16 Page 182 of 479 22. JEmergency 911 Service. In the future, out the payment of additional rent and at a location mutually acceptable to City and Licensee, City agrees that Licensee may add, modify and/or replace equipment in order to be in compliance with any current or future federal, state or local mandated application, including but not limited toemergency 911 communication services. 23. Memorandum of License. Either party will, at any time upon receipt of fifteen (15) days prior written notice from the other, execute, acknowledge and deliver to the other a recordable Memorandum of License substantially in the form of Exhibit 5. Either party may record this memorandum at any time, in its absolute discretion. 24. [Intentionally omitted.] 25. Force Maieure. Neither City nor Licensee shall be liable for any default or delay in the perfon-nance of its obligations under this Agreement if and to the extent such default or delay is caused, directly or indirectly, by lire, flood,lightning,earthquake, elements of nature or acts of God, riots,labor disputes,delays in transportation, unavoidable casualty,inclement weather conditions, acts of public utilities,public bodies or inspectors, any delay or impediment caused by the other Party or a party under the direct control or supervision of such other Party,the acts or omissions of the other Party or any party under the direct control or supervision of such other Party,or any other cause beyond the reasonable control of such Party;provided,however,that the non-performing Party is without material fault in causing such default or delay(collectively, a"Event of Force Majere"). In the event of an Event of Force Majeure, the non-performing Party shall be excused from further performance or observance of the obligation(s) so affected for as long as such circumstances prevail and such Party continues to use its commercially reasonable efforts to resume performance. 26. iIp nration of Recitals. Recitals A through F are an integral part of this Agreement,and _.co�O_n these Recitals are incorporated in this Agreement by reference. [SIGNATURES "PEAR ON FOLLOWING PAGE] 17 AT&I Sac 1.NU0915(Mish DT Mite)Restated and Amended License Agweement 02 15.16 Page 183 of 479 IN WI"l"NESS WHEREOF,the parties hereto bind themselves to this Agreement as of the Effective Date. "City" "Licensee" City of Ukiah New Cingular Wireless, PCS,LLC, a Delaware limited liability company By: AT&T Mobility Corporation Its: Manager By By: NameAahi ,.� .,° Name _._.�dd dtlI � .. Its . Its: g9 Date:. .. ,2016 Date:---Rd ate ..._w,, _ 1.6 al Estatc-)&Consfritw [ACKNOWLEDGMENTS APPEAR ON FOLLOWING TWO (2) PAGES] 18 Page 184 of 479 CITY ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document, State of California County of 0,`l eP,,"t)e Cl PIE) On -.2 ! S 7i t f L S- e beforeme, (insert name and title of the officer) personally appeared . SAr&O ji who proved to me on the basis nt tisfactory evidence to be the personW whose name(p)(Pare subscribedto the within instrumand acknowledged to me thatoshe/they executed the same in d 91her/their authorized capacity(jes),and that bN(Irij;1her/their signature(23 on the instrument the persono,or the entity upon behalf of is the personV acts d,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my an and official seal. 1111110 (Seal)Signature KRISTINE ROBIN WLER M. #1 9 85 to blic a X M Un Cow 19 A'W'Sfte 0Q.10915(Udah EN'Police)Reswcd and Anwnded[Acense Agrrcaterd 02 5.16 Page 185 of 479 LICENSEE ACKNOWLEDGMENT .......... A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of Calif rota �Y4 County of ... ................ On before me, (insert name an title of the of"Aclirr") personally appeared A,e ........... I......... .......... ........................ who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s-� is Lf Jaire subscribed to the within instrument and acknowledged to me thatWshejhey executed the same in Ilis/herltbeir authorized capacity(Ws),and that by hi4lher/tbeir signatures on the instrument the person),or the entity upon behalf of which the person�lacted,executed the instrument, I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my[land and official seal, Signature (Seal) K.A MARTIC.-KONGEP Commission#2091887 z 7- Notary Public-Gailtornia ounly contra Costa C Comm.Expires Dec 26,2018 20 Page 186 of 479 Eft CIIIf° :. DESCRIPTION OF PROMERIret'. Page f of f hf mpt!y"'I Jl fe of , ffeeet� :f'°fmffo The land referred to 'fmamre'fo Is situated In the State of ftaf'ff'4eafa,w County of M0114facluto, City of fffmfalt and described as 11111ollows: flaricO Shore (APIf 2.m244,.02) CommencIng at time Southeast eom ei of(:]lay and Dora Streets in said Ukiah City and m°uriinmturm thence V.�metm.m aim°mm m4 die south tisane of �'af Street one hundred and f`mf t f'f 50f Ileetf thence at right am°m tea I Southerly two IIP°uurmo4m°e4 nmrm4 fifty f ffff feet,4menc e rmt m�iighm angles Westedy and parallel with Clay Street mmm°wnm hundred and fifty f'140'f feet to Dora Sbeet:and 4remmemn IIIMortfinemf4 and af'mummg ff°me fast hne of Dn5a Street tow hundred and fifty(250)feet to the point of beginning Pan'O.f"W o (AP14 f-fff'5-f:3) Begaming at tie fmrtem,iectfoo of time rfom.mtf ieff4 f'ne of fftaf Streetand illfine Eaetert4 Me olll:Dora Sheetli tllhmeace f:aatemtf allloo4 the 4ommtherty tmm-ne of Clay Street 44°'L44 feet to t:f°mo Westerly fumne of Oak Sheet-, thence Southerlyalong said Westerty fmmme of 0A Sheet 446 5 feat to time Norttmefly fine of the North haff of Jones,Addition,the m°aa4 of which amaa Me4 June°'III.f, 1909 in Mad Case't Drawer 3,F,Ilage 36,III''7endomm no Coui nth ffeeom°4ef thence Westerty,atoa4 surd fford''iemtf fmmme ffft feet to time 4aate44 fmmmo m;mf Dora Sheet, thence Nortfrert4 along saitl 4astem°f4 k ne 444 feet to time 4ommmf 44 begriming ing ExcefmUrg therefrom time foHowoing t°om.m.mmm"nenemmm4 al the Southeast corner.of Ckry and IDom Streets in aat4 Ukiafm f'tft4 and rimning 4°temmee Easteurf4 Wong time South Illimme of Chad Stiiimt one IIPrundied„murm4 fifty f144f feet thence at rigiA angles Southerly two hundme4 and Ilfftf f444f'feet,thence at nght angles Westedy and Sam°at'felll with Clay Street one hundred red and Ififty f154f feel illo IDora Street rmurm4 thence Nom°tfinem°ttt and Mang time If..aet fine of Dora Street two fnoam4me4 aril fifty f444'f feet to time,fofwwt of ilme4fmmmrofm°mm m4f t R 404.-244_04 ft 03 21 Xq'&T,Site CMJft 915(Ukiah DT IPohce)Restated and Amended License Agreement 02.15 if 6 Page 187 of 479 EXHIBIT 2 DEPICTION OF PREMISES A Page 1 of 2 [Depiction of Premises A Appears on Following One (1)Page] 2 Page 188 of 479 Go �- co �°' 6 '� ICE MQ a � � n LL.j •`� LLJ i c D m LAJ LLJ cli LL- LLJ uj_w . L.LJ --J c-) �- LL- w LLJZD LU LLJ i r — I Lav ... i U.j ` CD LLJ LLJ Page 189 of 479 EXHIBIT 3 DEPICTION.OF PREMISES B Page 1 of 3 [Depiction of Premises B Appears on Following Two (2)Pages] 23 A,r&T Site t NU0915(Ukiah DT Police)Restated and Amended License Agreement 02 15 16 Page 190 of 479 04 - MUO 0 CO co ko Egg c, con "a a 'Qw " R ca 0 < � 01 - UpCA � � �y?likr bra"W � C � � C a a gymLwLJ ! !-- LLJ ., �...� w CD LLJ W � 1 � �► a I-- CD Lq � CL P cn � u M, UU3 SO SE 11 CD 1q � MU- C3 x Ce L �b . .................. .._.. Page 191 of 479 CN to co 00 `4 co W V ¢ coo CC) 0 > U U Ol `0 Q N O -1a v a� w w E- o "' O N ` pM � QZ [., M In W o cv� rT III � Q W z �.2, z C� ¢ Csj V ~O o t/1 � f � �] ►�' in � � c c v Z > >s � � ser,�, cv ¢ w o A LLI o v o �-, <n a s._ �,r,�. w a a U a 5 w a a a I I I z w I C) Ln11-0 If U CD OWN w� A ti� oui CD w { wLL- w .a.m .. LAJ 61 off w w w w �'�•- E;p, cr- clf w ¢ ¢ ¢ w of w �. w , r LL- m� J � p . �CD O pWCl ` f �w / 1 �, w Oml�i Of LO W U Of L[) J O �� O W Z CDUWj � c0 ~ � W m � 0- M w � � cp Li r") p W c0 M Z 0� x W w O CL N ROpOSED Page 192 of 479 EXMBIT 4 DESCRIPTION OF LICENSEE'S FACILITIES & NEW TOWER Page I of 13 [Plan Set Dated November 14,2014, Prepared by Peek Site-Com,Inc., Consisting of Twelve(12) Pages, Appears on Following Pages] 24 Page 193 of 479 �A n: co " d � s gg a2aw :. .�M 1 co all lit 46 zc m 09 � 1 �. T2 co 2t` Ld rn �— y b V bb:e ¢aid % w � � � IDA ell 1 R LA Ink I k I V u� k rvrva^ d Ivti ku ly N im 5 all WTI IN;a � ° e� >�� NMI y�qgm u"� wd,. INC ee o g�, p TMwl kM M min � r" �a �Cie Oaa a1, 1 1,q�0 � � h~ '� 'p��� .o �` �"u�aiP'� E lol l �� ��+�X �i .....0 �''�r �." �'1,3, �ttt x ;rc�N.�.a�,�'� I�' '�'�."� lollmV,r M Page 194 of 479 up "„ VN4N a as pun ...,, a 1 a wf a f Its ». �g �. fill -46 IyV;7N�ll'P'WM m1�w`mMO��� tld � � �' p u fix m u� ur mWu "r p r �- tl � � p� �naWaed„mauumwmmmn .., it p, ul yyyygggg x � �m urk yp ! '. � emu I m�m Page 195 of 479 ,..w..,------------- Est: oil i � I l w' a � w f rywggq � Y , B S� w a S 4 B o B " 1 c t � P I 1 � i #1 ' � I _m —— m ————— - w m�m� __� a Page 196 of 479 all P N M 4 r� °• .�:� �� ..,x',_.. . .. _.V. .o 21. y 1 l a 1, p �1 t ✓° S NO Y 4 � w ° a m z '"" ✓" y sb4 e SOU-I "®g e .mw �iiamm^ f A .,,..«.wpm,... M rF .... Page 197 of 479 I rim- ._...,,,..... RN ZX 6 w :P w� 297 wl,r 14nP x�ar mw b � 11 a �r e ,4a� ark w bN Y � I y Va➢ '^ T", a,, p u A � w, � � f i x V 'fl' Mi 9 w Page 198 of 479 h l pgj ry " '' uuuuuuuuu r y 5cq I'll, VII .,. w i utu JE ^ " lawn F-m m la SIR m � C d � , ... ' OUR Vr"" Fx a 1 G„ �r �ry �immi ,. ry Ana' u•, 1 Page 199 of 479 �� � ... 3 Mr a e 2 V CD aj 'm °4 I11 .. ,... .,. k��...... - �.....pg.. „":�. - R'�..:v.�. „_. ..... ....:�»....�....nii...... .f .::"..`o �.aw«"^ ...�.` .�' '"a' ... g» owm � li` o„ i I r r Cp me i I 11 r� ~r Page 200 of 479 r 1 Illy 1:, 1 N I�. ---µ its,611, " ry ��kk I� p,� I Illlllllllllll�li lllllll $'. tl�m�"I^`"",. a I # I � � � � �' � � � pw^ �,�w.r ."mmu�m u'u �;...,l,. � ■ Y' Map w. r h �IS N IN fl"��+4�'m rm !I,� "r m.tl 5 WO w E* y. Q I Jljm + �� y i�d� ,i+ ;p�✓/�3�u��/r f ��f�'t����a��ft%d � ,..,, �,�'n um'r. �Iw g q+ I I Page 201 of 479 a � CD �' E r� N� v� f av RA D Fat; cNj70 0 oil b01mNbs� � H �Ii� t 3 ' ,,. 7,, i a'B 6^f "ice ai Him ry �y��'u' �.,d 9 ro D�i ^ Y . 6 A uA w msA mx ri �a a vJ i �a �// *s� r )l r f i• "�� d l '�� A "A w'�r"�/ill �I ��r ��%�y r j������ Y N�✓"y r e, �4 1 tiN Page 202 of 479 sit 11 R11- . � 1�' ad" 4#iry "F ' '„ :a" �IIIIIIIIIIIII � M 4ry r fill awrmm�� ppqq lot a'+W Mtoo 4 � ...., _ ......... .,_..._ .., m o- I� 1 wa u poll Nil ill„� 11 I 'r S o r " dibis �,. b�dG� �* r 4 u'i a 04, " I MM W € 00- Oil ITS& tin 0p � o:b lug k Page 203 of 479 w F � a n f a5 s k pP CD Po s aa� • om I., Yf r 111 ryyrd�,,,., EliF A OR 6 ¢ " MIA a uir ° 10911 oil il ' SAX � t W. 1 C� m, " y �k G � " r WIN: �_.m .. � _. by I �" � Y�R oil, Rk C � I glop; " ,w rcp.m ... . _._ III ua k MIN m "Ulf w , r r . r lr Page 204 of 479 n ,q, , .��,. . _...� '.p # I 9 R ��r qp Ti � uuuuuuuuuuuum I �� F � � I � � "Illlllllwu �uuulll r d mw , , III Vm w P� � Nis " * gg aaw d v � Y d w Ills a � I +..�, I Al �!� d n � � Iwo fil W: Vuu N y, � 8Y , w d g � i i I I # w f m V dg q ill, a �d m,14 „4 u�,I',"I II^""V �' �4 i �IP II. p�# Rig N HIM I it Di biIg I v w#I 9 ilk W'Av � Irl: W111 # R 11111 1, , u,8 log #., #, �^N.. ILI pp ryry {{ A� 1 ° I I � n IKKW. u Otj I w p IIII n, iR 51 a"w i;4 1 w,n mwR d. ' d'p w �'NG wlq,„4 �' r W+' h. 4 t '�r' Page 205 of 479 1 EXHIBIT 5 MEMORANDUM OF LICENSI+ (Memorandum of License Appears on Following Pages] I 25 A &I'Sipe CNU0915(Ukiah D,r Police)Restated and Amended License Agreement 02.15 16 Page 206 of 479 Agenda Item No: 7.d. MEETING DATE/TIME: 2/19/2020 ITEM NO: 2020-253 dl� tiuU h 0 ) - Uki AGENDA SUMMARY REPORT SUBJECT: Approval of Notice of Completion for Northwestern Pacific Rail Trail Project Phase 3, Specification No. 18-04. DEPARTMENT: Public Works PREPARED BY: Andrew Stricklin, Engineering Analyst PRESENTER: Consent Item ATTACHMENTS: 1. Notice of Completion-Spec17-12 Summary: Staff is submitting a report to the City Council that recommends accepting the completion of the Northwestern Pacific Rail Trail Project Phase 3, Specification No. 18-04. Background: The City Council awarded a contract on August 7, 2019, to Rege Construction, Inc. of Cloverdale, CA in the amount of$1,393,523, inclusive of quantities to be billed at actual amounts. The project involved the extension of the existing rail trail across Clara Street north to Brush Street including a bridge crossing at Orrs Creek. Staff obtained a California Natural Resources Agency grant in the amount of $1,780,307 through the Urban Greening Program for the design and construction of this project. Discussion: The work of the contract was completed by the contractor in substantial conformance with the approved plans and specification on January 15, 2020. The City Engineer approved change orders totaling $29,527.28 to address drainage issues as well as repair a portion of Rail Trail at the Clay Street trailhead. Based on actual quantities constructed and the authorized contract change order, the final contract cost was $1,407,716.28. Final payment of the retention will be made to the contractor after 35 days from the date the Notice of Completion (Attachment 1) is filed with the County Recorder. Recommended Action: 1. Accept the work as complete. 2. Direct the City Clerk to file the Notice of Completion with the County Recorder for Northwestern Pacific Rail Trail Project Phase 3, Specification No. 18-04. BUDGET AMENDMENT REQUIRED: N/A CURRENT BUDGET AMOUNT: 51124210.80230.18070: $1,407,716.28 PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: Rail Trail Fund PREVIOUS CONTRACT/PURCHASE ORDER NO.: 1920109 COORDINATED WITH: Tim Eriksen, Director of Public Works/City Engineer a,b, d . . s O S � � Page 1 of 1 Page 207 of 479 ATTACHMENT "1" Please return to: CITY OF UKIAH 300 Seminary Avenue Ukiah, California 95482-5400 (707)463-6200 No fee pursuant to Government Code 27383 NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN: 1. That the real property described is owned by the following whose address is: City of Ukiah, a Municipal Corporation, 300 Seminary Avenue, Ukiah, California 95482-5400. 2. That the nature of the title to the Northwestern Pacific Rail Trail Protect, Specification No. 17-12 of all said owners is that of fee simple. 3. That on the 27th day of November, 2019, the Contract work for this project was actually completed. 4. That the name and address of the Contractor is Granite Construction Co., 1324 S. State Street, Ukiah, CA 95482. 5. That the real property herein referred to is described as the specific section of railroad right of way in Mendocino County, California within the Ukiah City Limits beginning in the south at Commerce Drive and terminating in the north at East Gobbi Street. I hereby certify under penalty of perjury that the forgoing is true and correct: City Council Approval CITY OF UKIAH, a Municipal Corporation By: Date Kristine Lawler, City Clerk Date State of California County of Mendocino Exempt from recording fees pursuant to Government Code Section 27383 Page 208 of 479 Agenda Item No: 7.e. MEETING DATE/TIME: 2/19/2020 ITEM NO: 2019-237 dl� tiuU h 0 ) - Uki AGENDA SUMMARY REPORT SUBJECT: Adoption of Resolution Approving Records Destruction. DEPARTMENT: City Clerk PREPARED BY: Kristine Lawler, City Clerk PRESENTER: Consent Item ATTACHMENTS: 1. Resolution with Exhibit A Summary: The Finance department, along with the City Attorney and City Clerk, have reviewed records that have been identified as being ready for destruction. Council is being asked to approve their destruction. Background: The Finance department, along with the City Attorney, and City Clerk have reviewed the Records Destruction Notices for 44 boxes and have approved them for shredding. The removal of these boxes for destruction will create much needed space for new record retention boxes currently awaiting storage locations. Discussion: The estimated cost for shredding the 44 boxes is $308. The City Clerk budget includes funds for annual records destruction and no budget amendment is necessary at this time. Staff recommends that Council adopt the resolution (Attachment 1), authorizing the destruction of 44 boxes of outdated documents, listed in full and attached as Exhibit A to the resolution. Recommended Action: Adopt resolution authorizing the destruction of 44 boxes of outdated documents. BUDGET AMENDMENT REQUIRED: No CURRENT BUDGET AMOUNT: $20,000 PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: 10012500.52100; City Clerk Contracted Services PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: N/A ad . u44 Page 1 of 1 Page 209 of 479 ATTACHMENT 1 RESOLUTION NO. 2020- RESOLUTION OF THE CITY COUNCIL OF THE CITY OF UKIAH AUTHORIZING THE DESTRUCTION OF CERTAIN RECORDS WHEREAS, the Finance department, along with the City Attorney and City Clerk offices have reviewed and approved the list of records that are attached as Exhibit A, and determined that said records are no longer necessary and may at this time be destroyed. NOW, THEREFORE, BE IT RESOLVED, that the Ukiah City Council hereby approves the destruction of certain records, contained in Exhibit A of this Resolution, and authorizes the City Clerk to destroy the records. PASSED AND ADOPTED this 19th day of February, 2020, by the following roll call vote: AYES: NOES: ABSTAIN: ABSENT: Douglas F. Crane, Mayor ATTEST: Kristine Lawler, City Clerk Page 210 of 479 RECORDS DESTRUCTION FOR CONSIDERATION ATfEBRUARY 19,2020,CITY COUNCIL MEETING EXHIBIT A LOCATION BOX# Date Central Record Title RECORD DATES RETAIN USER/SENDER DEPARTMENT Rec'd File UNTIL Destroy Directly 00319 1/13/2020 719.04 Applications 01/01/11-12/31/11 2015 Lori Martin Finance Destroy Directly 00320 1/13/2020 719.04 Applications 01/01/85-12/31/11 2015 Lori Martin Finance Destroy Directly 00321 1/13/2020 719.04 Applications 01/01/90-12/31/97 2001 Lori Martin Finance Destroy Directly 00322 1/13/2020 719.04 Applications 01/01/12-12/31/15 2019 Lori Martin Finance Destroy Directly 00328 1/13/2020 719.06 Billing Records 01/01/12-12/31/13 2016 Lori Martin Finance Destroy Directly 00332 1/13/2020 719.08 Cashier Daily Work 03/22/11-05/13/11 2017 Lori Martin Finance Destroy Directly 00333 1/13/2020 719.08 Cashier Daily Work 05/16/11-06/30/11 2017 Lori Martin Finance Destroy Directly 00334 1/13/2020 719.08 Cashier Daily Work 07/01/11-08/09/11 2017 Lori Martin Finance Destroy Directly 00335 1/13/2020 719.08 Cashier Daily Work 08/10/11-09/27/11 2017 Lori Martin Finance Destroy Directly 00336 1/13/2020 719.08 Cashier Daily Work 09/28/11-11/30/11 2017 Lori Martin Finance Destroy Directly 00337 1/13/2020 719.08 Cashier Daily Work 12/01/11-01/26/12 2018 Lori Martin Finance Destroy Directly 00338 1/13/2020 719.08 Cashier Daily Work 01/30/12-03/21/12 2018 Lori Martin Finance Destroy Directly 00339 1/13/2020 719.08 Cashier Daily Work 03/22/12-05/15/12 2018 Lori Martin Finance Destroy Directly 00340 1/13/2020 719.08 Cashier Daily Work 05/16/12-06/29/12 2018 Lori Martin Finance Destroy Directly 00341 1/13/2020 719.14 Utility Receipt Stubs/Payment Coupons 06/24/11-08/02/11 2017 Lori Martin Finance Destroy Directly 00342 1/13/2020 719.08 Cashier Daily Work 02/02/11-03/21/11 2018 Lori Martin Finance Destroy Directly 00343 1/13/2020 719.08 Cashier Daily Work 12/10/11-02/01/11 2017 Lori Martin Finance Destroy Directly 00344 1/13/2020 719.08 Cashier Daily Work 10/15/10-12/09/10 2016 Lori Martin Finance Destroy Directly 00345 1/13/2020 719.08 Cashier Daily Work 08/23/10-10/14/10 2016 Lori Martin Finance Destroy Directly 00346 1/13/2020 719.08 Cashier Daily Work 07/01/10-08/20/10 2016 Lori Martin Finance Destroy Directly 00365 1/13/2020 719.14 Utility Receipt Stubs/Payment Coupons 06/24/11-08/02/11 2017 Lori Martin Finance Destroy Directly 00366 1/13/2020 719.14 Utility Receipt Stubs/Payment Coupons 08/03/11-09/08/11 2017 Lori Martin Finance Destroy Directly 00367 1/13/2020 719.14 Utility Receipt Stubs/Payment Coupons 09/12/11-10/18/11 2017 Lori Martin Finance Destroy Directly 00368 1/13/2020 719.14 Utility Receipt Stubs/Payment Coupons 10/19/11-11/28/11 2017 Lori Martin Finance Destroy Directly 00369 1/13/2020 719.14 Utility Receipt Stubs/Payment Coupons 11/29/11-01/09/12 2018 Lori Martin Finance Destroy Directly 00370 1/13/2020 719.14 Utility Receipt Stubs/Payment Coupons 01/10/12-02/22/12 2018 Lori Martin Finance Destroy Directly 00371 1/13/2020 719.14 Utility Receipt Stubs/Payment Coupons 02/23/12-04/04/12 2018 Lori Martin Finance Destroy Directly 00372 1/13/2020 719.14 Utility Receipt Stubs/Payment Coupons 04/05/12-05/17/12 2018 Lori Martin Finance Destroy Directly 00373 1/13/2020 719.14 Utility Receipt Stubs/Payment Coupons 05/21/12-06/29/12 2018 Lori Martin Finance Destroy Directly 00382 1/13/2020 704.07 Cash Receipts Edit List 10/01/15-03/30/16 2019 Kathy Norris Finance Destroy Directly 00385 1/13/2020 704.07 Cash Receipts Edit List 04/01/16-08/30/16 2019 Kathy Norris Finance Destroy Directly 00387 1/13/2020 704.07 Cash Receipts Edit List 09/01/16-04/30/17 2020 Kathy Norris Finance Destroy Directly 00388 1/13/2020 704.07 Cash Receipts Edit List 03/01/15-09/30/15 2018 Kathy Norris Finance Destroy Directly 00390 1/13/2020 704.07 Cash Receipts Edit List 07/01/14-02/28/15 2018 Kathy Norris Finance Destroy Directly 00391 1/13/2020 704.07 Cash Receipts Edit List 05/01/17-11/30/17 2020 Kathy Norris Finance Destroy Directly 00405 1/13/2020 704.14 Misc. Billings 11/1/16-04/30/17 2020 Kathy Norris Finance Destroy Directly 00406 1/13/2020 704.14 Misc. Billings 05/01/17-06/30/17 2020 Kathy Norris Finance Destroy Directly 00408 1/13/2020 704.14 Misc. Billings 01/01/12-12/31/15 2018 Kathy Norris Finance Destroy Directly 00409 1/13/2020 704.14 Misc. Billings 07/01/15-10/30/16 2019 Kathy Norris Finance Destroy Directly 00410 1/13/2020 704.14 Misc. Billings 07/01/15-06/30/16 2019 Kathy Norris Finance Destroy Directly 00411 1/13/2020 704.14 Misc. Billings 11/01/12-06/30/13 2016 Kathy Norris Finance Destroy Directly 00413 1/13/2020 704.14 Misc. Billings 07/01/14-04/30/15 2018 Kathy Norris Finance Destroy Directly 00415 1/13/2020 704.14 Misc. Billings 09/01/13-06/12/15 2018 Kathy Norris Finance Destroy Directly 003091/13/2020 716.01 Bids, RFQ's, RFP's-Successful 01/01/02-12/30/10 2016 Seth Strader Finance Page 211 of 479 Agenda Item No: 7.f. MEETING DATE/TIME: 2/19/2020 ITEM NO: 2020-296 dl� tiuU h 0 � - Uki AGENDA SUMMARY REPORT SUBJECT: Award a Three-Year Agreement for Electric Utility Line Tree Trimming throughout the City of Ukiah's Electric Utility System to Family Tree Resource, Inc. (EUD) DEPARTMENT: Electric Utility PREPARED BY: Diann Lucchetti, Administrative Secretary PRESENTER: Consent Item ATTACHMENTS: 1. Tree Trimming RFB 2. Wright Tree Bid 3. Family Tree Bid 4. Bid Results 2019-2020 Tree Trimming Summary: Council will consider approving a three-year agreement for electric line tree trimming throughout the City of Ukiah's Electric Utility system to Family Tree Resource, Inc. Background: A Request for Bid (Attachment 1) was released on December 19, 2019, for Electric Line Tree Trimming and clearing of City of Ukiah's overhead power lines. This work is required by the California Public Utilities Commission's General Order No.95 Rule 35 to trim trees within close proximity of high voltage lines and to provide fire mitigation in accordance with City's Electric Wildfire Mitigation plan. Eighty-five to ninety percent (85% - 90%) of winter outages are in some way related to trees. Ten tree trimming contractors, including those on the City's Qualified Contractors List, were notified and the request was posted to the City's Website. Eighteen of the Northern California Builders Exchanges were also notified of the bid request. Discussion: Bids were opened on January 23, 2020, with two (2) bidders responding. Wright Tree Service of the West, Inc. (Attachment 2) made alterations to the bid documents, limiting the scope of work they would provide in comparison to what the bid spec was calling for, thus causing it to be non-responsive. In addition, they failed to submit the CPR cards for assigned employees. Family Tree Resources, Inc. (Attachment 3) also omitted the CPR cards for their assigned employees. Since this omission did not give Family Tree Resources an unfair bidding advantage, it can be waived as a bid irregularity. A copy of the Bid Tabulation (Attachment 4) for Council's review is attached to this document. It is Staff's recommendation that Council waive the bid irregularity and award a three-year contract to Family Tree Resource, Inc. The dollar amount for each year of the contract will depend on the level of tree trimming requested, and is controlled by each year's approved budget amount for this work. The budget amount for the first year (2019-2020) is $200,000. Family Tree Resource, Inc. bid an hourly rate, per man hour, of$107.55 which includes all labor and equipment. Recommended Action: Waive the bid irregularity and award a three-year agreement for electric line tree trimming throughout the City of Ukiah's Electric Utility system to Family Tree Resource, Inc. Page 1 of 2 Page 212 of 479 BUDGET AMENDMENT REQUIRED: N/A CURRENT BUDGET AMOUNT: $208,617 PROPOSED BUDGET AMOUNT: $200,000 FINANCING SOURCE: 80026110.52100 PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: Mary Horger, Procurement Manager, Mary Williamson, Buyer prbA . . s O s1��nagr Page 2 of 2 Page 213 of 479 Attachment 1 CITY OF UKIAH MENDOCINO COUNTY, CALIFORNIA REQUEST FOR BID FOR ELECTRIC UTILITY LINE TREE TRIMMING AT VARIOUS LOCATIONS SPECIFICATION NO. 19-04 CITY OF UKIAH DEPARTMENT OF ELECTRIC UTILITY 1320 AIRPORT ROAD Ukiah, California 95482 Bids Open: January 23,2020 1:30 p.m. Page 214 of 479 CITY OF UKIAH -NOTICE TO BIDDERS FOR ELECTRIC UTILITY LINE TREE TRIMMING AT VARIOUS LOCATIONS NOTICE IS HEREBY GIVEN that sealed bids for Tree Trimming at various locations for the City of Ukiah will be received at the office of Mary Williamson,Buyer II,whose office is located at 1320 Airport Rd.,Ukiah CA 95482 until 1:30 p.m.on January 23,2020. Bids shall be endorsed"TREE TRIMMING AT VARIOUS LOCATIONS FOR THE CITY OF UKIAH." Bids are required for the entire work described herein. Bids received after this established deadline will be rejected. DESCRIPTION OF THE WORK The work consists of tree trimming within close proximity of high voltage lines at various locations within the City. Specifications may be inspected and/or copies obtained at the Electric Department, 1320 Airport Road, Ukiah, California, 95482 and are also available at www.cityofiikiah.com/ptirchasing. Click on "Current Construction Requests for Bids",then the name of the project.No bid will be considered unless it is made on the forms furnished by the City of Ukiah and is made in accordance with provisions of the specifications. The City Council reserves the right to reject any or all bids, and to determine which bid in its opinion, is the lowest responsive bid, and that which it deems is in the best interest of the City to accept. The City Council also reserves the right to waive any information not material to cost or performance in any proposal or bid. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2014) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. The prime contractor shall be responsible for posting job site notices as prescribed by regulation. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Pursuant to provisions of Section 1770, including amendments thereof, of the Labor Code of the State of California, the Director of the Department of Industrial Relations, State of California, has ascertained the general prevailing rate of wages for straight time,overtime, Saturday, Sundays and Holidays including employer payment for health and welfare, vacation, pension and similar purposes. Copies of the General Prevailing Wage Determination(applicable to the work), for the locality in which the work is to be done are available on the Internet at web address:http://www.dir.ca. ov/I�LSR/PV�fI�/ The prime Contractor for the work herein shall possess a valid State of California Class C-27 (Landscaping License) or a Class C-61 Limited Specialty D-49 (Tree Service) Contractor License necessary to complete all of the items of work listed herein Pursuant to Section 22300 of the California Public Contracts Code, this contract includes provisions that allow substitutions of certain types of securities in lieu of the City withholding a portion of the partial payments due Contractor to insure performance under this contract. ELECTRIC UTILITY LINE TREE TRIMMING 2 Spec No.19-04 Page 215 of 479 Contractor shall complete the Contract Qualification Statement, including a resume of the Supervisor, Foreman, and Trimmers to be used by Contractor, and supply copies of all certificates held by the Contractor's employees, such as CPR and tree trimming certificates,including Certification of Equipment for operation near high voltage power lines. Failure to complete the forms will cause rejection of bid. ELECTRIC UTILITY LINE TREE TRIMMING 3 Spec No.19-04 Page 216 of 479 BIDDERS CHECKLIST I. Complete and execute Contractor Qualification Statement(page 5, 6 & 7) and attach copies of all certification and CPR Cards for employees, and Equipment Certificates. 2. Complete and execute Bidding Schedule which includes Proposal, Contractor License, Public Works Registration Number, and Federal Tax ID number. (Page 22 & 23) 3. Complete and execute Worker's Compensation Certificate (Page 24). 4. Complete and execute the List of Proposed Subcontractors (Page 25) 4. Complete the Agreement (page 26) and execute Agreement (page 28). Failure to execute the Agreement will be deemed a non-responsive proposal. 5. Complete and execute Indemnity Agreement(Page 29). ELECTRIC UTILITY LINE TREE TRIMMING 4 Spec No.19-04 Page 217 of 479 CONTRACTOR QUALIFICATION STATEMENT Qualification of Bidders. No contractor or subcontractor may be listed on a bid proposal for a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. No contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. The prime contractor shall be responsible for posting job site notices as prescribed by regulation. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Public Works Small Project Exemption: Small project exemption means that contractors who work exclusively on small projects are not required to register as public works contractors or file electronic certified payroll reports for those projects. However,prevailing wages must still be paid on projects with small project exemption. Contractors are still required to maintain certified payroll records on a continuous basis, and provide those records to the Labor Commissioner's Office upon request. Small project exemption is applied based on the amount of the entire project, not a contractors subcontracted amount of the project. Small project exemption applies for all public works projects that do not exceed: $25,000 for new construction, alteration, installation, demolition or repair; and $15,000 for maintenance. Each laborer or mechanic of Contractor or any subcontractor engaged in work on the project under this contract shall be paid,pursuant to provisions of Section 1770, including amendments thereof, of the Labor Code of the State of California,the Director of the Department of Industrial Relations, State of California, has ascertained the general prevailing rate of wages for straight time, overtime Saturdays, Sundays and Holidays including employer payment for health and welfare, vacation, pension and similar purposes, copies of the General Prevailing Wage Determination (applicable to the work), for the locality in which the work is to be done can be reviewed at Website: www d11 ca c V/ �i1p��v�J]..�r„therti �„qty The Labor Commissioner through the Division of Labor Standards Enforcement(DLSE) may at any time require contractor and subcontractors to furnish electronic certified payroll records directly to DLSE. For projects that do not meet the "Public Works Small Project Exemption", contractors and subcontractors must furnish electronic certified payroll records directly to the DLSE. Each bidder shall be licensed under the provisions of Chapter 9, Division 3 of the Business and Professions Code and shall be skilled and regularly engaged in the general class or type of work called for under this contract. A statement setting forth this experience and business standing shall be submitted by each bidder on the form provided herewith. It is the intention of the City to award a contract only to a bidder who furnishes satisfactory evidence that he or she has the requisite experience and ability and that he or she has sufficient capital, facilities and equipment to enable him or her to prosecute the work successfully and promptly within the time and in the manner agreed. ELECTRIC UTILITY LINE TREE TRIMMING 5 Spec No.19-04 Page 218 of 479 In determining the degree of responsibility to be credited to a bidder, the City may weigh evidence that the bidder or his or her personnel charged with the responsibility in the work, has performed satisfactorily other contracts of like nature and magnitude or comparable difficulty at similar rates of progress. Contractor must complete all portions of this statement before proposal will be considered. The following statements as to experience, equipment, personnel and general qualifications as submitted in conjunction with the proposal, as part thereof and truthfulness and accuracy of information is guaranteed and included in the proposal evaluation. 1. Name and address of principal business office from which contract will be administered: Telephone: 2. The Contractor must have been engaged in energized electric power line clearance contract business,under the present business name, for a minimum of three (3) consecutive years. 3. The Contractor has never failed to satisfactorily perform a Contract awarded to him except as follows: 4. The Contractor must have satisfactorily completed or currently be engaged in two (2) tree line clearance contracts within the last five (5) years. a. Location and for whom performed: Year: Telephone: Contact Person: ELECTRIC UTILITY LINE TREE TRIMMING 6 Spec No.19-04 Page 219 of 479 Total number of trees pruned: Contract amount: b. Location and for whom performed: Year: Telephone: Contact Person: Total number of trees pruned: Contract amount: c. Location and for whom performed: Year: Telephone: Contact Person: Total number of trees pruned: Contract amount: 5. Contractor must list equipment owned, and which is definitely available for use on proposed work as required. QUANTITY NAME, TYPE,MODEL,YEAR CONDITION LOCATION (USE EXTRA SHEETS lF NECESSARY.) a. Supply copies of certificates for Supervisors, Foreman and Trimmers. b. Boom Certificates and Dialectic Test. ELECTRIC UTILITY LINE TREE TRIMMING 7 Spec No.19-04 Page 220 of 479 SPECIFICATIONS FOR ELECTRIC UTILITY LINE TREE TRIMMING SECTION 1. GENERAL INFORMATION 1-01. Location and Scope of Work. Trim trees at various locations within the City of Ukiah at the direction of the Electric Department. The work consists of tree trimming in the close vicinity of the electric power lines, streets, parks and miscellaneous City facilities. 1-02. Arrangement of Specifications. The Technical Specifications are arranged in sections covering the various phases of work as follows: Section No. Title 1 General Information 2 Project Details/Scope of Work 3 General Notes 1-03 Addenda. If it becomes necessary to revise any part of this RFB after it has been issued, the City will issue an addendum to the RFB containing the revision. All addenda will be posted on the City's website at.mow czt�ci`aLi1��.ccm/ urcl���ti�1 with the rest of the RFB documents. Anyone who intends to submit a proposal in response to the RFB must register as a plan holder on the City's website and check the website frequently for any posted addenda. Anyone submitting a proposal will be deemed to have seen and agreed to be bound by the posted addenda. 1-04. Temporary Facilities. All temporary facilities are the responsibility of the Contractor. The removal of said facilities shall be the responsibility of the Contractor. The Contractor shall be responsible for any and all damages to existing facilities which are a result of the works. 1-05. Stream Pollution. The Contractor shall exercise every reasonable precaution to prevent muddying or silting of live streams, and the Contractor's attention is called to the fact that the terms of this contract do not relieve him of responsibility for compliance with Section 5650 and 12015 of the Fish and Game code or other applicable statutes relating to pollution prevention or abatement. 1-06. California Department of Industrial Relations Prevailing Wage Requirements: A. Contractor shall pay all mechanics and laborers employed or working upon the site of the work unconditionally and without subsequent deductions or rebate on any account the full amounts due at the time of payment at wage rates not less than those contained in the applicable prevailing wage determination, regardless of any contractual relationship which may be alleged to exist between the Contractor and subcontractors and such laborers and mechanics. ELECTRIC UTILITY LINE TREE TRIMMING 8 Spec No.19-04 Page 221 of 479 B. Contractor shall comply with the California Labor Code Section 1775. In accordance with said Section 1775, Contractor shall forfeit as a penalty to the Owner, $50.00 (or the higher minimum penalty as provided in Section 1775(B)(ii) — (iii)) for each calendar day or portion thereof, for each workman paid less than the stipulated prevailing rates for such work or craft in which such workman is employed for any work done under the Contract by him or her or by any subcontractor under him or her in violation of the provisions of the Labor Code and in particular,Labor Code Sections 1770 to 1780,inclusive.In addition to said penalty and pursuant to Section 1775, the difference between such stipulated prevailing wage rates and the amount paid to each workman for each calendar day or portion thereof for which each workman was paid less than the stipulated prevailing wage rate shall be paid to each workman by the Contractor. C. Pursuant to the provision of Section 1770 of the Labor Code of the State of California, Owner has ascertained the general prevailing rate of wages (which rate includes employer payments for health and welfare,vacation,pension and similar purposes) applicable to the work to be done, for straight time work. The holiday wage rate listed shall be applicable to all holidays recognized in the collective bargaining agreement of the particular craft, classification or type of workmen concerned. Copies of the General Prevailing Wage Determination are available on the Internet at web address: http://www.dir.ca.gov/DLSR/PWD The Contractor shall post the wage determination at the site of work in a prominent place where it can easily be seen by the workers. D. City will not recognize any claim for additional compensation because the Contractor has paid any rate in excess of the prevailing wage rate obtained by the Contractor. The possibility of wage increases is one of the elements to be considered by the Contractor in determining his or her bid and will not in any circumstances be considered as the basis for a claim against the City. E. The Labor Commissioner through the Division of Labor Standards Enforcement (DLSE) may at any time require contractors and subcontractors to furnish electronic certified payroll records directly to DLSE. Commencing with contracts awarded or after April 1, 2015, all contractors and subcontractors must furnish electronic certified payroll records directly to the DLSE. F. Travel and Subsistence Payments - Contractor shall make travel and subsistence payments to each workman needed to execute the work in accordance with the requirements in Section 1773.8 of the Labor Code (Chapter 880, Statutes of 1968). G. Apprentices - Attention is directed to the provisions in Sections 1777.5 (Chapter 1411, Statutes of 1968) and 1777.6 of the California Labor Code concerning the employment of apprentices by the Contractor or any subcontractor under him. Contractor and any subcontractor under him or her shall comply with the requirements of said sections in the employment of apprentices. ELECTRIC UTILITY LINE TREE TRIMMING 9 Spec No.19-04 Page 222 of 479 Information relative to apprenticeship standards, wage schedules and other requirements may be obtained from the Director of Industrial Relations, ex officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. 1-07. License. The Contractor for the work herein shall have proper equipment and possess the necessary skills to complete the work herein. A City Business License is required to contract the work, and Contractor is responsible for obtaining all necessary licenses or permits. 1-08. Identification of Subcontractors. All bids shall comply with the Subletting and Subcontracting Fair Practices Act (Public Contract Code Section 4100 and following) and shall set forth: A. The name and the location of the place of business of each subcontractor who will perform work or labor, or render service to the prime contractor in or about the construction of the work, or to a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work according to detailed drawings contained in the plans and Special Provisions, in an amount in excess of one-half of 1 percent of the prime contractor's total bid. B. The portion of the work which will be done by each such subcontractor. The prime contractor shall list only one subcontractor for each such portion defined by the prime contractor in his or her bid. 1-09. Insurance Requirements for Contractors. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. 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 00 01, or equivalent. 2. Insurance Services Office form number CA 0001 covering Automobile Liability, code 1 "any auto" or Code 8, 9 if no owned autos and endorsement CA 0025, or equivalent. 3. Worker's Compensation insurance as required by the Labor Code of the State of California and Employer's Liability Insurance. B. Minimum Limits of Insurance ELECTRIC UTILITY LINE TREE TRIMMING 10 Spec No.19-04 Page 223 of 479 Contractor shall maintain limits no less than: 1. General Liability: $2,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with a general aggregate limit is used, the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $2,000,000 combined single limit per accident for bodily injury and property damage. 3. Worker's Compensation and Employer's Liability: Worker's Compensation limits as required by the Labor Code of the State of California and Employers Liability limits of$2,000,000 per accident for bodily injury and property damage. C. Deductibles and Self-insured Retentions Contractor shall be solely liable for any deductible or self-insured retention under the insurance. Any deductibles or self-insured retentions shall be solely for the account of the Contractor and not require payment of such by the City. 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, its officers, officials, employees and volunteers are to be covered as additional insureds for both ongoing and completed operations with respect to liability arising out of activities performed by or on behalf of the Contractor including materials, parts or equipment furnished in connection with such work or operations, products and completed operations of the Contractor, premises owned, occupied or used by the Contractor, or automobiles owned, hired or borrowed by or on behalf of the Contractor using ISO endorsements CG 20 10 and CG 20 37 and CA 20 48 or similar endorsements to provide both ongoing and completed operations coverage. The coverage shall contain no special limitations on the scope-of-protection afforded to the City, its officers, officials, employees or volunteers. General liability coverage can be provided in the form of an endorsement to the Contractor's insurance, or as a separate City's policy. b. For any claims related to this project, the Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees or volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. Any failure to comply with reporting provisions of the policies shall not affect ELECTRIC UTILITY LINE TREE TRIMMING 11 Spec No.19-04 Page 224 of 479 coverage provided to the City, its officers, officials, employees or volunteers. The Contractor'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 Contractor's performance of the work,pursuant to this Agreement. 3. All Coverages Each Insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either parry, 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 insurers 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 Contractor shall furnish the City with Certificates of Insurance and with original Endorsements effecting coverage required by this clause. 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 shall be on forms provided by the City or on other than the City's forms, provided those endorsements or policies conform to the requirements and are approved by the City. All certificates and endorsements are to be received within 15 days from written notice of contract award, and the work shall not commence until the certificates and endorsements have been approved by the City. The City reserves the right to require complete certified copies of all required insurance policies, including endorsements affecting the coverage required by these Special Provisions at any time. G. Subcontractors Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverage for subcontractors shall be subject to all of the requirements stated ELECTRIC UTILITY LINE TREE TRIMMING 12 Spec No.19-04 Page 225 of 479 herein. SECTION 2. PROJECT DETAILS/SCOPE OF WORK 2-01. Electric Department Line Clearance—Definitions: ANSI: The American National Standards Institute. ASTM: American Society for Testing and Materials, latest edition. Cal/OSHA: Division of California Occupational Safety and Health Administration in the California Department of Industrial Relations ChiUper: A Cal/OSHA approved brush chipping device whose model has been manufactured and on the market for at least one model year. ": City of Ukiah. E D: City of Ukiah Electric Utility Department PM: Project Manager for the City of Ukiah Electric Utility Department CMUTCD: California Manual on Uniform Traffic Control Devices for Streets and Highways, latest edition. Combination Aerial Lift/Dump Truck with Insulated Boom and Platform: A Vehicle equipped with a minimum 52 foot working height insulated aerial platform in compliance with ANSI standards A92.2 and having a minimum 5 cubic yard chip/dump box. GO 95: General Orders number 95, Public Utilities Commission of the State of California, rules for overhead line construction. Interpretations: The stated interpretations for the following words shall apply throughout this document: May: Permissive choice Must: Mandatory Shall: Mandatory Should: Advisor Will: Mandatory, but allowing the responsible employee or party some discretion as to when, where and how. Work: The furnishing of all equipment, tools, apparatus, facilities, material, labor and skill necessary to perform and complete, in a good and workmanlike manner, the project as described in Scope of Work, in accordance with this Agreement and all ELECTRIC UTILITY LINE TREE TRIMMING 13 Spec No.19-04 Page 226 of 479 applicable laws. 2-02. Scope of Work: Work to be done consists of furnishing all labor, methods, materials, tools, permits, licensing, certification and equipment that are necessary to accomplish Electric Department Line Clearance pruning on the City of Ukiah's electrical distribution system. This work is to be conducted in accordance with accepted industry practices, the scope of which includes, but is not limited to, the following: hazardous tree pruning, overhead electrical line clearance tree pruning, tree removal and associated work to include brush and log removal. Stump removal is not part of the work. 2-03. Work Done by the City for the Contractor: The City and its Electric Department will not perform any work for the Contractor except in an emergency situation or as determined necessary by the PM to adequately protect the City's electrical or other facilities. 2-04. Workmanship: The Contractor shall keep its organization fully informed of all state and federal laws and all municipal codes enforced by the City which relate to the work herein. The Contractor shall perform the work described herein as an integral part of a continuing City service to which its citizens are accustomed. All public contact shall be courteous and informational only. Discourtesy will not be tolerated. The Contractor shall only employ competent crafts persons/skilled workers to perform the work. If any person employed by the Contractor fails or refuses to carry out directives of the PM, appears incompetent, or acts in a disorderly or improper manner, he or she shall be immediately removed at the request of the PM. 2-05. Crew: The crew needed to effectuate the work herein is to consist of a three (3) person crew made up of two (2) tree pruners and a crew leader. The crew leader may be one of the pruners and if so, a helper will be required to complete the crew. Changes to the crew size and make up may be required for specific work tasks but shall be preapproved by the PM and mutually agreed upon by both parties. Personnel employed and considered qualified for line clearance tree pruning by the Contractor shall meet and abide by all applicable O.S.H.A. 29 C.F.R. 1910.269, A.N.S.I. Standard Z133.1 (Arboricultural Operations Safety Requirements), and California Code of Regulation Title 8 Article 38 §2950 §2951 standards and requirements. Proof of such qualification shall be in the form of individual identification cards reflecting current status as line clearance tree pruners for each qualified employee and documentation of the Contractors training program that shall include, but not limited to,the following items: ❑ First Aid and Cardio Pulmonary Resuscitation ❑ Aerial Device Rescue ❑ Utility Hardware Identification ❑ Training meeting all applicable standards and requirements of O.S.H.A. 29 C.F.R. 1910.269, ELECTRIC UTILITY LINE TREE TRIMMING 14 Spec No.19-04 Page 227 of 479 A.N.S.I. Standard Z133.1 (Arboricultural Operations Safety Requirements), and California Code of Regulation Title 8 Article 38 §2950 §2951. All qualified employees utilized by the contractor for line clearance tree pruning must also provide proof of having performed such duties a minimum of eighteen (18) months under the supervision of a qualified line clearance tree pruner. 2-06. Notification for Emergency Service Provider: The Contractor must furnish the name and phone number of a representative that can be contacted in the event of an emergency. Said information must be reported to the City Police Department dispatcher and PM, and updated as required to provide 24-hour phone access. 2-07. Hours of Work. Unless otherwise specified herein, all construction activity, except for emergency situations, will be confined to Monday through Friday between the hours of 7:30 a.m. and 6:00 p.m.,to minimize nuisances to local residents. Mufflers and/or baffles will be required on all construction equipment to control and minimize noise. The Contractor must comply with all applicable noise regulations in the City's Zoning Ordinance. Saturday, Sunday, holidays and overtime shall not be regarded as working days. Work shall not be allowed on non-working days without the written approval of the PM. A request for PM approval from the Contractor must be in writing. The Contractor shall pay the City of Ukiah for all overtime labor charges incurred by the City to supervise overtime work by the Contractor's employees at the rate of $80 per hour per inspector and/or resident engineer. All overtime labor charges shall be deducted from the final payment along with any liquidated damages. Work necessary for the proper care and protection of work already performed or in case of emergency may be allowed without permission of the PM. 2-08. Communications: The Contractor shall provide its crews with acceptable communications devices for its own safe operations but must also include person-to-person communications devices, such as cellular telephones, capable of contacting the PM for the purpose of reporting concerns or emergencies. Contractor crew leaders and the Contractor's field supervisor must also have such means of communications for contact purposes. The City may supply radios for to the Contractor for direct contact with the PM during emergencies. 2-09. Tools: Equipment is to consist of but not limited to, a combination aerial lift dump truck with insulated boom, chipper, and all related operating and maintenance expenses. Each line clearance tree pruning crew shall have, in addition to an aerial lift dump truck and chipper, all the necessary chain saws, manual and/or hydraulic pruning devices, small tools, climbing lines, rigging, ropes, etcetera in order to efficiently and safely perform routine pruning and removal of trees associated with line clearance tree pruning. The City will not loan or provide the Contractor with tools. The PM may suspend the work where it is observed that the proper tools and equipment are not being used or are being misused. ELECTRIC UTILITY LINE TREE TRIMMING 15 Spec No.19-04 Page 228 of 479 2-10. Work Center: The Contractor shall establish a work center in a centralized location of the work area as a base for daily operations within ten (10) miles of the City of Ukiah Corporation Yard located at 1320 Airport Road,Ukiah, CA 95482. 2-11. Notification of Property Owners: Property owners shall be notified a minimum of twenty- four hours prior to any scheduled line clearance tree pruning on private property by the Contractor. If the Contractor cannot obtain private property owner permission to perform the necessary work, the PM will assist in notifying the property owner of the City's minimum proximity clearance requirements to primary (12,000 Volt) overhead lines. If a property owner or resident objects to line clearance tree pruning for any necessary tree work, the Contractor may be required to delay that work until the objection is resolved. If the objection to work occurs while the work is in progress, the Contractor shall stop work immediately and notify the PM. Work shall not resume at the location of an objection until authorized by the PM. 2-12. Control of Arboreal Material and Clean Up: Wood shall be cut into lengths for safe lifting purposes and easily manageable by one person. Residents on whose property a tree or trees have been cut shall have first choice over any wood collected from such trees. The Contractor's work shall be performed in an environmentally responsible manner with regards to any and all material generated by the work. Upon completion of work, the area shall be cleaned to a condition at least equal to that which existed prior to the commencement of the work. Undergrowth and adjacent shrubbery or trees sustaining damage or injury due to the work shall receive corrective action. Final cleanup of the work area shall be satisfactory to the PM and the affected property owners. Special care shall be taken to ensure that pruned material not remain aloft, either hanging on branches or facilities. Before final inspection of the work, the Contractor must clean the construction site and all ground occupied by him in connection with the work, of all rubbish and equipment. All parts of the work shall be left in a neat and presentable condition. Nothing herein shall require the Contractor to remove warning, regulatory, and guide signs prior to formal acceptance by the PM. 2-13. Reporting Requirements: The Contractor shall be required to furnish the PM with a written record of work locations, completed work and time spent at each location. Documentation shall consist of the following: ❑ A Crew Log (Contractor produced document) given to the PM at the beginning of the workweek that states, at a minimum, the date(s) the Contractor's crew will be working on the Project, prospective pruning locations for that workweek and contact names/phone numbers for the crew performing the work. ❑ A completed City of Ukiah Electric Department (CUEUD) Time Card for Contract Work for each tree location (available as an attachment to these special provisions). This CUEUD Time Card for Contract Work shall be filled out no later than the completion of each location, or at the end of the workday, whichever comes first. All time cards shall be turned in no later than Wednesday of the following workweek. ELECTRIC UTILITY LINE TREE TRIMMING 16 Spec No.19-04 Page 229 of 479 ❑ A CUEUD Time Card for Contract Work may be substituted with a copy of the Contractor's own daily/weekly report/field log/tag only if said document reflects the minimum required fields set forth by the CUEUD Time Card for Contract Work. The Engineer will determine the acceptance of any time card other than the CUEUD Time Card for Contract Work for records keeping. A copy of the CUEUD. Time Card for Contract Work is made available as Exhibit C. 2-14. Priority of Line Clearance Pruning: The Contractor shall give first priority to trees in contact or in close proximity to primary (12,000 Volt) overhead lines when scheduling work throughout the contract period. The City will provide a list of locations where trees are in contact or in close proximity to overhead lines whenever the City is aware of such conditions. All line clearance tree pruning locations must be processed in the order they are scheduled and any deviations must be communicated to the PM. The Contractor shall not begin a workweek on City property without first contacting the PM, furnishing a Crew Log and taking special assignments/locations from the PM if available. 2-15. Pruning Methods and Types of Pruning: All work is subject to the "City of Ukiah Tree Management Guidelines", provided as Exhibit D. Natural target pruning techniques recommended by the International Society of Arboriculture (ISA) and ANSI Standards A300 shall be utilized. Care shall be taken to avoid practices that can cause severe damage or injury to the tree while achieving the required clearance objectives.Wherever possible, natural target pruning cuts shall be made to direct future growth and sprouting away from the conductors. Trees directly under conductors shall be pruned and shaped into a symmetrical appearance. Where line clearance tree pruning adversely alters the shape of a tree, additional pruning shall be done to give such trees a satisfactory shape and appearance. Dead branches overhanging primary and/or secondary conductors shall be removed. Portions of dead or decaying trees or portions of trees weakened by decay or disease that may contact conductors from the side or by falling, must be pruned to eliminate the hazard. Extreme care should be taken while working around energized conductors. The Contractor's field supervisor or crew leader shall analyze and bring to the attention of the PM any dangerous conditions or potential safety hazards. The LTP Landmark Tree Program (Exhibit E) has been included for identifying and special handling requirements of trees in the LTP program. 2-16. Table of Required Minimum Clearances: The following table reflects the minimum clearances required from trees to conductors: ELECTRIC UTILITY LINE TREE TRIMMING 17 Spec No.19-04 Page 230 of 479 Type of conductor Voltage Distance from Tree to Conductor Supply Service 0 to 750* 0 feet, pole to customer weather head* Drops* Secondary Supply 0 to 750 2 feet,pole to pole including street Conductors lights but excluding customer owned poles Primary Supply 750 to 6 feet Conductors 22,500 Provide minimum pruning where service conductors show strain or evidence of abrasion from tree contact. In instances where large branches or tree trunks are involved, Contractor shall notify the PM for corrective Action. 11 City Electric infrastructure falls within the Local Response Area (First Responders) As described in the Table of Required Minimum Clearances, privately owned trees affecting service drops will be pruned only if found to be causing strain or abrasion to the service from contact during the contractor's patrolling of facilities, normal execution of the Work or after having been discovered through the City's inspection process. Unless the specific conditions described in the table are met, such trees are to be monitored and maintained by the property owner who shall notify the City of any perceived dangerous or hazardous conditions. The amount of removal and number of pruning cuts shall be determined on a tree-by-tree basis and calculated considering the species, unique characteristics and growth patterns of each particular tree. External conditions such as wind, rain and heavy storms, conductor sag due to temperature changes etc. that may cause a portion of a tree being pruned to contact energized conductors shall also be calculated into the amount of pruning cuts to be made. It shall be a general assumption that one extra foot (I) of conductor sag for 12KV conductors may occur due to temperature changes. This extra distance shall be used in calculating amounts ofpruning. The end result achieved shall ideally be that of maintaining the minimum clearances described in the Table throughout a tree's growth cycle until the next scheduled pruning. Where conditions exist that prohibit the Contractor from obtaining the minimum clearances (i.e., to comply with state and local ordinances, for heritage trees, for major trunks or leads), clearances may be reduced where agreed to by the PM. The PM may wish to consult with the City Arborist any time. Where conditions exist such as state or local ordinances, designated heritage trees, major trunks/leads etcetera, that prohibit the Contractor from obtaining the above stated clearances, ELECTRIC UTILITY LINE TREE TRIMMING 18 Spec No.19-04 Page 231 of 479 clearances may be reduced, where agreed to by the PM, to comply with such special circumstances. At no time, however, shall any clearances reduced from the Table be less than inferior to those mandated by the California Public Utilities Commission (CPUC.) and or the General Orders relating to minimum clearances for overhead supply lines (G.O. 95). 2-17. De-Energizing Conductors: Whenever it is determined that an electrical hazard exists in a tree that has to be climbed for line clearance tree pruning, removal or the performance of any work described herein and such hazard cannot be cleared from the ground by using non-conductive pruning or sawing instruments, the Contractor or Contractor's crew leader must make a formal request to the PM to have the section of line in question de- energized and properly grounded for the length of time necessary to clear the hazard. If the electrical hazard is an emergency with the potential for personal injury, property damage or conductor/facility damage, the line in question will be immediately de-energized as soon as possible. If this is not the case, the City requires a minimum of seventy-two (72) hours of notification for any planned outage. 2-18. Construction Limitations: The Contractor will be expected to conduct his or her operations in a manner; which creates a minimum damage to the natural vegetation and landscape not directly involved in the scope of work. Ingress and egress must be via the existing driveways. Care must be exercised to avoid hazards that may cause injury to persons, animals or property either during working hours of after work hours, which will include, but are not limited to, dust control, site clean- up, material control and temporary fencing as required. Any excavations made under this agreement must be backfilled before the end of the workday. 2-19. Maintaining Traffic and Pedestrian Operations: The Contractor must so conduct his or her operations so as to cause the least possible obstruction and inconvenience to public traffic. All traffic control and related devices shall conform to requirements set forth in the California MUTCD. All traffic must be permitted to pass through the Work unless otherwise approved by the PM. Full compensation for conforming to the requirements of this section will be deemed included in the prices paid or the various Contract items of Work and no additional allowances will be made therefore. Due to the need to accommodate and minimize inconvenience to the public, unless expressly specified or approved in writing by the Department of Public Works, no road closures will be permitted. Public vehicular and pedestrian traffic must be allowed to travel through the Work area with an absolute minimum of interruption or impedance unless otherwise provided for in the Special Provisions or approved in writing by the PM. The Contractor must make provisions for the safe passage of pedestrians around the area of Work at all times. ELECTRIC UTILITY LINE TREE TRIMMING 19 Spec No.19-04 Page 232 of 479 2-20. Accessibility: Residents affected by tree trimming work must be provided passage and access through the Work area to the maximum extent possible. Where existing driveways occur on the street, the Contractor must make provisions so that the length of shut-down of any driveway is kept to a minimum. In addition, all driveways must be accessible at the end of each workday, and no driveway or property access may be closed for more than four (4) hours during the workday. Access to driveways, houses, and buildings along the road or street must be as convenient as possible and well maintained, and all temporary crossings must be maintained in good condition. To minimize the need for and complexity of detours, not more than one street intersection or road, including single lane closures may be closed at any one time without the written approval of the PM and Department of Public Works. The Contractor must provide a 48-hour advance written notice of closures to all affected property owners in a form approved by the PM. (form attached). Gutters and drainage channels must be kept clear and unobstructed at all times. All equipment shall be utilized in a manner that protects City streets, sidewalks, or other facilities from damage. Where approved in writing by the PM and the Department of Public Works, the Contractor must construct and maintain detours for the use of public traffic at his or her own expense. Failure or refusal of the Contractor to construct and maintain detours so approved at the proper time will be a material breach of the Contract subject to any and all remedies available pursuant to the Agreement and at law and equity. Such remedies include, but are not limited to, termination pursuant to Section 4. The Contractor will be responsible for keeping all emergency services, including the Ukiah police and fire departments and Department of Public Works informed of obstructions to, or detours around any public or private roads caused by reasons of his or her operations. Where there is a need to close down public streets or thoroughfares for an extended period of time, the Contractor will notify the PM and the Department of Public Works 48 hours in advance. The PM and Department of Public Works Project Analyst can be reached at: Activity Written Approval Notify E-mail address Contact Phone# Public Works Public Safety disl'�atcherF,(b)CityyC�fLll<'iah.co (707)463-6262 Road Closure'' Project Manager Public Works ithiele@cityoful<iah,com (707)463-6755 Project Manager ts.a „r� � i yc� u,�l<i l c�„i (707)467-5778 Public Works Public Safety dispatchers@cityoful<iah.com (707)463-6262 Lane Closure Project Manager Public Works ithiele@cityoful<iah,com (707)463-6755 Project Manager tsa.�to_ fi�yc u„I„I<i;„12 c c l (707)467-5778 Driveway or Property Access Restriction Project Manages„„i„try-� �, ,i,ty,caf;u,�l<i,;�l�,,,corn (707)467-5778 `Requires 48 hr.advanced notification ELECTRIC UTILITY LINE TREE TRIMMING 20 Spec No.19-04 Page 233 of 479 2-21. Public Safety: The Contractor must at all times conduct the Work in accordance with Construction Safety Orders of the Division of Industrial Safety, State of California, to ensure the least possible obstruction to traffic and inconvenience to the general public, and adequate protection of persons and property in the vicinity of the work. No pedestrian or vehicle passage may be closed to the public without first obtaining permission of the PM. Should the Contractor fail to provide public safety as specified or if, in the opinion of the PM, the warning devices furnished by the Contractor are not adequate, the City may place any warning lights or barricades or take any necessary action to protect or warn the public of any dangerous condition connected with the Contractor's operations and the Contractor will be liable to the City for, and the City may deduct from amounts due or that may become due the Contractor under the Contract, all costs incurred including,but not limited to, administrative costs. Nothing in this section will be construed to relieve the Contractor of the obligation to maintain a safe worksite. This section provides the City and the PM with the right, but not the obligation, to remedy the Contractor's deficiencies in maintaining a safe worksite. 2-22. Payment: Payment for all work and work requirements specified in this Scope of Work shall be considered as included in the Contract Price and no additional allowances shall be made therefore. SECTION 3. GENERAL NOTES 3-01. Bids: Bids are to be an hourly rate per crew member, with a minimum of a three (3) person crew (see 2-05)for all labor and equipment required for tree trimmings. 3-02. Experience: Bidder shall demonstrate experience with similar work. Bid shall include a list of projects completed, similar as to scope and hazards presented as part of the Bidders Qualification Statement. 3-03. Agreement: The resulting agreement will be for a three (3) year term ending June 30, 2021. The agreement's total value will depend on the level of tree trimming requested and each fiscal year's approved budget. The budget for the first year(2018/2019) is $105,000. 3-04. Location of the Work: The locations and extent of the work shall be as determined by the City. ELECTRIC UTILITY LINE TREE TRIMMING 21 Spec No.19-04 Page 234 of 479 BIDDING SCHEDULE DESCRIPTION UNIT PRICE BID Tree Trimming, including all labor and equipment, for an hourly rate per crew member (minimum three (3) $ person crew), for all hours worked on working and (Per Hour) non-working days. The undersigned, as bidder, declares that he has examined thoroughly the entire contract documents herein contained, and that this bid is made without collusion with any other person, firm or corporation, and that all laws and ordinances relating to the interest of public officers in this contract have been complied with in every respect. AND he proposes and agrees, if this bid is accepted, that he will contract with the City of Ukiah, Mendocino County, California, in the form of a copy of the agreement herein contained to provide all necessary machinery, tools, apparatus, and other means of performance, to furnish all material; to provide all superintendence, overhead expenses, and all labor and expenses of whatever nature necessary for tree trimming at various locations for the City of Ukiah, in conformity with the specifications and other contract provisions herein, or reasonably implied thereby or as necessary to complete the work in the manner and within the time named herein and according to the requirements and to the reasonable satisfaction of the Director of the Electric Department. We, the undersigned, further agree, if this bid shall be accepted, to furnish the required Proof of Insurance within ten (10) working days after written notice that the bid has been accepted, and if the undersigned shall fail to contract, as aforesaid, it shall be understood that he has abandoned the contract, and that, therefore, this bid shall be null and void. Contractor agrees to accept all responsibility for loss or damage to any person or entity, and to defend, indemnify, hold harmless and release the City, its officers, agents and employees, from and against any and all actions, claims, damages, disabilities, or costs of litigation that may be asserted by any person or entity, arising out of or in connection with the negligent or willful misconduct in the performance by contractor hereunder, whether or not there is concurrent, passive, or active negligence on the part of the City, but excluding liability due to the sole active negligence or willful misconduct of the City. This indemnification obligation is not limited in any way by any limitation on the amount or type of damages or compensation payable to or for Contractor or its agents under Worker's Compensation acts, disability benefits acts or other employee's benefits acts. Contractor shall be liable to the City for any loss or damage to City property arising from or in connection with Contractor performance hereunder. ELECTRIC UTILITY LINE TREE TRIMMING 22 Spec No.19-04 Page 235 of 479 The undersigned declares they are familiar with these specifications for tree trimming and has carefully read the requirements, checked all of the figures, and accepts full responsibility for any error or omission. Submitted by, (check one) Individual Owner Partnership Corporation Other Legal Name of Contractor: Address of Contractor: Contractor License No.: Expiration Date: Tax ID#: Department of Industrial Relations Public Works Registration 9: Phone Number: Fax Number: By: Print or Type Name, (Title) (Signature) Date: ELECTRIC UTILITY LINE TREE TRIMMING 23 Spec No.19-04 Page 236 of 479 WORKER'S COMPENSATION CERTIFICATE I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for Worker's Compensation or undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. WITNESS my hand this day of , 2019. Signature of Bidder, with Business Address: (The bidder shall execute the certification ofthis page at the time ofsubmitting his bid.) ELECTRIC UTILITY LINE TREE TRIMMING 24 Spec No.19-04 Page 237 of 479 LIST OF PROPOSED SUBCONTRACTORS In compliance with the provisions of Sections 4100-4108 of the California Public Contract Code and any amendments thereof, each bidder shall set forth (a) the name and location of the place of business of each subcontractor who will perform work or labor or render service in or about the construction site or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications in an amount in excess of one-half of 1 percent of the total bid and (b) the California Contractor License Number for each subcontractor, and(c) the portion of the work to be done by each subcontractor.(See General Conditions Section 1-09.) Include with the name of each sub- contractor their Department of Industrial Relations Public Works Contractor Registration Number. SUBCONTRACTOR SUBCONTRACTOR SUBCONTRACTOR SUBCONTRACTOR DIR REGISTRATION BUSINESS DESCRIPTION NAME LICENSE NUMBER NUMBER ADDRESS OF WORK ELECTRIC UTILITY LINE TREE TRIMMING 25 Spec No.19-04 Page 238 of 479 CITY OF UKIAH Mendocino County,California AGREEMENT ELECTRIC UTILITY LINE TREE TRIMMING AT VARIOUS LOCATIONS THIS AGREEMENT,made this day of 2019,by and between the City of Ukiah,Mendocino County,California,hereinafter called the City and hereinafter called the Contractor, 1. The Contractor hereby agrees with all the terms and conditions contained in the Agreement,to pay all necessary taxes,insurance and bonds,and to furnish all of the labor,materials,transportation, equipment, services,and incidentals necessary to complete, in a workmanlike manner,the tree trimming at various locations for the City of Ukiah, as per the bid submitted by the Contractor which is herein incorporated by reference. 2. The City hereby agrees to pay and the Contractor agrees to accept $ per hour based on a minimum three person crew in consideration of the full and complete performance of the work in accordance withthe bid of the Contractor. 2.1 Rate shall be firm for the entire term of contract. 2.2 Based on notice from City of the annual budget for tree trimming services under this Contract, Contractor shall monitor the hours of work performed during the course of each fiscal year and notify the City,when the amount billed or billable under the contract in that fiscal year equals 85% of the amount budgeted for that year. Contractor shall not incur additional costs or perform additional billable hours prior to receiving instructions from the City and shall not be entitled to payment for services in excess of the amount budgeted by the City for contract services in that fiscal year without prior written approval from the City. 2.3 Payments may be withheld on account of(1)defective work not remedied; (2)claims filed by third parties; (3) failure of the Contractor to make payments properly to Subcontractors or for labor, materials, or equipment; (4) the unpaid balance of the contract sum; (5) damage to that City or another contractor;(6)reasonable evidence that the work will not be completed within the contract time and that the unpaid balance would not be adequate to cover actual or liquidated damage for the anticipated delay, or(7) persistent failure to carry out the work in accordance with the Contractor Documents. 2.4 Final payment shall not become due until ten (10) working days after the City accepts the work completed and the Contractor has delivered to the City a complete release of all liens arising out of this contract or receipts in full covering all labor,materials and equipment for which a lien could be filed, or a bond satisfactory to the City to indemnify the City against such lien. If such lien remains unsatisfied after payments are made, the Contractor shall refund to the City all money that the City may be compelled to pay in discharging such lien, including all cost and reasonable attorney fees. 2.5 Acceptance of final payment by the Contractor, shall constitute a release and waiver of any claims for additional compensation by the Contractor, except for claims submitted in writing by the Contractor prior to final payment which remain unsettled at the time of final application for payment. 3. Term of Agreement. Contractor shall commence performance of services as required upon receipt of a Notice to Proceed from the City.This agreement shall be in effect for three(3)years from the date it is fully executed. 4. 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 Contractor for services provided under this Agreement; or 3) ELECTRIC UTILITY LINE TREE TRIMMING 26 Spec No.19-04 Page 239 of 479 City has abandoned and does not wish to complete the work for which Contractor 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 Contractor. City shall pay the Contractor only for services performed and expenses incurred as of the effective termination date. Contractor shall be entitled to receive just and equitable compensation for any work satisfactorily completed hereunder, subject to off- set for any direct or consequential damages City may incur as a result of Contractor's breach of contract. 5. Any alteration or deviation from the original plans and/or specifications, whether involving extra cost of materials or labor or not, and any extra work necessitated by unusual conditions will be executed only upon written change order designated by City's agent for same, and will become an extra charge or credit only when approved in writing by all parties hereto or their authorized agents. 5.1 If the Contractor is delayed at anytime in progress of the work by changes ordered in the work, labor disputes, fire, unusual delay in deliveries, abnormal adverse weather conditions not reasonably anticipated, unavoidable casualties or any causes beyond the Contractor's control, or by other causes which reasonably justifies delay,then the contract time may be extended by a change order for a reasonable time. 6. Before Contractor performs any work or delivers any materials to worksite(s), he shall furnish to the City certificates of insurance covering full liability under Worker's Compensation laws of the State of California, and Comprehensive General Liability Insurance (Broad form/CSL) and fire insurance of $2,000.000 naming the City as additional insured, and shall be maintained in force until the work is completed. All work covered by this Agreement done at the worksite(s) or in preparing or delivering materials to said worksite(s)shall be at the risk of the Contractor alone. Contractor agrees to indemnify and hold harmless the City against any claims, actions or demands against them, or any of them, against any damages,liabilities or expenses,including attorney fees, the personal injury or death or for loss or damage to property, or any or all of them, arising out of or in any way connected with the performance of the agreement by Contractor. 7. The Contractor shall not, without written consent of the City, assign,transfer nor sublet any portion or part of this work,nor assign any payments to others,but will furnish all labor,materials and equipment necessary for performance of this agreement. 8. Contractor shall at all times indemnify and save City harmless against all liability for claims and liens for labor performed or materials used or furnished to be used on the job in connection with Contractor's performance hereof, including any costs and expenses for attorney fees and all incidental or consequential damages resulting to City from such claims. Further, in case suit or such claim is brought, Contractor shall defend said suit at his own cost and expense, and will pay and satisfy any such liens or judgment as may be established by decision of a court in said suit and further hold harmless the City from any personal liability thereon. 9. Contractor shall, at his sole cost and expense,and without increase in the compensation to Contractor, comply with all laws, rules, ordinances and regulations of all governing bodies having jurisdiction over the work; obtain all necessary permits and licenses therefore; pay all manufacturers, sales use, processing,Federal and State taxes;insurance and contributions for social security,unemployment and employee benefits required by labor agreements which are incurred by the Contractor whether levied under existing or subsequently enacted laws, rules or regulations. Including but not limited to the following: 9.1 Eight(8)hours per day constitutes a legal day's work for Contractor's or Subcontractor's employee. Employees of Contractor shall be permitted to work in excess of 8 hours per day and 40 hours during any one week upon compensation for all hours worked in excess of 8 hours per day at not less than 1-1/2 times the basic rate of pay. The Contractor shall pay a penalty to the City for violations of these Labor Code provisions according to Labor Code Section 1813. 9.2 The Contractor shall pay not less than the general prevailing rate of per diem wages as required by Labor Code Sections 1770,1771,and 1773.2,and shall pay a penalty to the City in accordance with Section 1775. 9.3 The Contractor shall keep accurate payroll records which are available for inspection in accordance with Labor Code Section 1776. 10. Contractor shall effectively secure and protect the work to be done hereunder and assume full responsibility for the condition thereof until final acceptance by City. Contractor shall be liable for any loss or final ELECTRIC UTILITY LINE TREE TRIMMING 27 Spec No.19-04 Page 240 of 479 acceptance by City. Contractor shall be liable for any loss or damage to any work in place, or to any person, materials,or equipment of the worksite(s)caused by him, his agents, employees or guests. 11. In the event action is instituted for the enforcement of any term or condition of this Agreement, the prevailing party shall be entitled to an award of reasonable attorney fees in said suit, in addition to costs and reasonable expenses incurred in the prosecution of said suit. 12. If the Contractor shall neglect to prosecute the work properly, or fail to perform any provisions of this contract, the City may, after three days' written notice to the Contractor and without prejudice to any other remedy he may have,make good such deficiencies and deduct the cost thereof from the payment then or thereafter due to the Contractor. 13. Contractor guarantees all equipment, material, supplies, and work furnished on the job against defective construction or workmanship for a period of one year following completion of the project, except when a longer guaranty is provided by the supplier or manufacturer of the equipment. Contractor expressly agrees to act as co-guarantor of such equipment and materials, and Contractor shall supply City with all warranty and guaranty documents relative to equipment and materials incorporated in the job and guaranteedby their suppliers or manufacturers. 14. Contractor will conform to applicable California Administrative Code Title 8 and regulations, also ANSI, Z133 for Tree Care Operations. 15. Contractor will keep a tree trimming report and time card of each tree trimmed. See Exhibit C. These reports and time cards will be submitted to the City of Ukiah on a weekly basis. Contractor will submit pay applications on a fifteen(15)working day schedule. 16. That the complete contract consists of the following documents, all of which shall be considered a part of this agreement. a. Notice to Bidders b. Contractor Qualification Statement c. Specifications d. Bidding Schedule e. Worker's Compensation Certificate f. List of Proposed Subcontractors g. Exhibit A(Indemnification) h. Exhibit B (Insurance Requirement for Contractors) i. Exhibit C(Time Card for Contract Work) j. Exhibit D(City of Ukiah Tree Management Guidelines) k. Exhibit E(Land Mark Tree Program Guidelines and Policies) IN WITNESS WHEREOF,this contract being executed in duplicate and the parties having caused their names to be signed by authority of their duly authorized office this day of ,2019. CITY OF UKIAH,MENDOCINO COUNTY,CALIFORNIA By: CITY MANAGER,CITY OF UKIAH Attest: CITY CLERK, CITY OF UKIAH By: CONTRACTOR Attest: Title: The foregoing contract is approved as to form and legality this day of ,2019. CITY ATTORNEY,CITY OF UKIAH ELECTRIC UTILITY LINE TREE TRIMMING 28 Spec No.19-04 Page 241 of 479 EXHIBIT "A" INDEMNIFICATION AGREEMENT This Indemnification Agreement is made and entered in Ukiah, California, on 20 ,by and between the City of Ukiah(Ukiah) and (Contractor). Contractor is for Ukiah. As a condition of issuing the work order, attached hereto, Ukiah requires assurance that Contractor will protect Ukiah from damage or damage claims which arise from its performance of the work. Accordingly, Contractor agrees as follows: 1. Indemnification. Contractor shall indemnify and hold harmless Ukiah and its officers, agents, and employees from and against any claim, loss, or damage, including the legal and other costs of defending against any claim of damage or loss which arises out of the Contractor's negligent or wrongful performance under the work order attached hereto, except for claims, losses, or damages resulting from the sole and exclusive negligence or other wrongful conduct of Ukiah or its officers, agents and employees. CONTRACTOR BY: TITLE: ELECTRIC UTILITY LINE TREE TRIMMING 29 Spec No.19-04 Page 242 of 479 City of Ukiah Electric Utility Time Card for Contract Work Exhibit B Firm Date Location Contractors Job No. Crew Members Names ID Card S M T W T F S Carriers Comments: Page 243 of 479 Page 244 of 479 CITY OF UKIAH TREE MANAGEMENT GUIDELINES EXHIBIT C TREE MANAGEMENT POLICIES FOR THE PROTECTION, OPERATION AND MAINTENANCE OF CITY PROPERTY f 1 S� Il r� 4 a i � w a n , ad u t � 9n �'r K "a 1 r yw� ✓�6 n s rrPr!1e �' � ��Vq�'��mf✓✓ o tlm r J � i �A �„i r ✓r �,� Ali m rA?", aG�u, i rlF?w'*0 4 ��,�r 'i^''P rani /a"+NN'� 1✓��rl'�k;+b1H 4ta ' a r ✓✓II mJ "�¢"�dur ' ��✓�drrm���`��9�nn ,✓rr �3"r � rr�;✓ ��,� � �✓ m 9 a tt Adopted 12-01-10 &Revised 11-19-14 Page 245 of 479 TREE MANAGEMENT GUIDELINES AND POLICIES FOR THE OPERATION AND MAINTENANCE OF CITY PROPERTY 1.0 PURPOSE STATEMENT The purpose of this document is to provide policy guidelines for the preservation, maintenance and enhancement of the urban forest in parks and other areas maintained by the staff and contractors of the City of Ukiah. These guidelines are based on policy from the City of Ukiah General Plan Growth Management Program adopted by the City Council December 6, 1995 and amended June 16, 2004 and the City of Ukiah Community Forest Management Plan,adopted by the City Council on November 3, 1993. Trees are a precious legacy which improve our quality of life and enhance our community image and pride. Trees enrich air and water quality, provide wildlife habitat, increase aesthetic value, reduce soil erosion, and help us to maintain a sense of rural community." Community Forest Management Plan Vision Statement 2.0 DEPARTMENTS AFFECTED 2.1 Community Services Department 2.2 Public Works Department 2.3 Electric Utility Department 2.4 Planning and Community Development Department 2.5 Ukiah Municipal Airport 3.0 RESPONSIBILITY The department directors shall be responsible for the implementation of these polices and guidelines and all staff shall be trained and shall abide by these guidelines and policies as outlined in this document. City Council shall approve any significant amendments or changes to the Tree Management Guidelines and Policies proposed by staff and community partners before they are adopted. 3.1 The Directors of the departments are responsible for the preservation,care and maintenance of trees as follows: 3.1.1 Community Services Department is responsible for all trees in public parks including the Commemorative Program trees. 3.1.2 Public Works Department is responsible for all trees in the public right of way and creeks. 3.1.3 Electric Utility Department is responsible for trimming of trees to maintain clearance from primary electric lines and facilities 3.1.4 Planning and Community Development Department is responsible for oversight of all landscaping plans filed by the applicant. 3.2 Partnerships: Volunteers and/or community groups shall be important partners to achieve objectives for urban forestry. I�to�fUkI�a�T�re�e ��a�nae��en�tGul��el�lneS����������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������� 2 y g Page 246 of 479 TREE MANAGEMENT GUIDELINES AND POLICIES FOR THE OPERATION AND MAINTENANCE OF CITY PROPERTY 4.0 TRAINING City staff shall receive training on all procedures listed in this document, including on-site classes and/or training provided by Mendocino College and assorted qualified arboricultural professionals on a regular schedule to ensure that proper methods are utilized. All City of Ukiah staff performing tree care duties within the City's urban forest shall attend a minimum of two training workshops annually. A workshop for dormant care of trees will be held in the Fall/Winter months. A second workshop will occur in the Spring/Summer to train for the growing season. Workshops will include, but not limited to: proper seasonal maintenance; best practices for soil conditioning; proper pruning techniques; and plant identification. Workshops will generally be held in the field and last about two hours and will be run by a qualified arboricultural professional with expertise in best practices for urban forest care. 5.0 POLICY GOALS The Tree Management Guidelines focus on long-term protection of the City's trees and have been developed for the preservation, planting, care, removal or disposition of trees, replacement planting in parks, along streets and in other public areas. The City of Ukiah intends that these guidelines and policies shall remain in effect, however, they will be subject to change based upon arboricultural standards, community input and staff recommendations. Suggestions for changes to the Guidelines must be submitted in writing to a department director. They will then be discussed with community partners and staff and then submitted to the City Council for approval. 6.0 GUIDELINES FOR TREE CARE AND MAINTENANCE Staff and contracted professionals shall utilize International Society of Arboriculture's Best Management Practices (ISA BMP) and/or American National Standards Institute (ANSI). A Glossary of terms is included in Section 9.0. Specific criteria as detailed in the ISA BMP shall be established and applied to for the removal and/or pruning of trees located in or on City property. The same criteria shall be used to evaluate the overall public benefit of the proposed work. In all cases, safety concerns shall receive priority. In addition, priority will be given to limiting removal, increasing forest canopy, and preserving appropriate vegetation on park property. 6.1 Tree Preservation: The health and physical state of trees shall be maintained and protected whenever possible. Instances not specifically covered elsewhere in this policy include: I�to�fUkI�a�T�re�e ��a�nae��en�tGul��el�lneS����������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������� 3 y g Page 247 of 479 TREE MANAGEMENT GUIDELINES AND POLICIES FOR THE OPERATION AND MAINTENANCE OF CITY PROPERTY 6.1.1 Conservation of Landmark Trees: These are individual trees that are considered unique because of size, species, historical significance, and shall be given extra protections and consideration for retention. Refer to the Glossary of Terms. 6.1.2 Conservation of Commemorative Program Trees: These are individual trees or groves purchased by someone from the City of Ukiah to memorialize an individual or group. Refer to the Glossary of Terms. 6.1.3 Existing Trees: Staff shall change use patterns in root zones whenever practical. For example: Vehicles parked or materials stored in the root zone shall be subject to an education and/or enforcement campaign to reverse the damage to the tree roots; pathways causing excessive compaction around tree roots shall be relocated if other options are deemed insufficient. Fencing, boulders, logs and landscaping are reasonable deterrents to reduce further damage and shall be used whenever practical. Refer to ISA BMP Integrated Vegetation Management. 6.1.4 Special consideration shall be given for unique situations. Every effort shall be made to protect trees growing near underground streams. 6.1.5 Storm water flooding and sedimentation of drainage areas shall be properly considered before tree removal. 6.1.6 The relationship of vegetation to slope stability will be a primary consideration in all proposed vegetation management on slopes. 6.1.7 Diseased or Infested Plants That Pose Risk to Trees: Action shall be taken to effectively decrease risk to other trees from pests and diseases. This may include removal and destruction of affected materials, pesticide treatments and/or alternative cultural practices. Other qualified experts shall be consulted as needed. Refer to ISA BMP Integrated Pest Management; City of Ukiah Integrated Pest Management Plan. 6.1.8 Damage,Vandalism and Illegal Cutting: Action shall be taken whenever possible to investigate and prosecute vandalism and illegal cutting of city-owned trees. Compensation for damages shall be sought based on the appraised value in accordance with The Guide for Plant Appraisal as authored by the Council of Tree and Landscape Appraisers. 6.2 Planting: Planning before planting can ensure that the right tree is planted in the right location. Proper tree selection and placement prevents tree damage and costly maintenance like trimming. Consideration of water requirements and climate and surrounding infrastructure such as sidewalks,sewer lines and overhead/underground power lines shall improve the chances for optimum growth potential. Refer to the City of Ukiah's Master Tree List; City of Ukiah Tree Planting and Maintenance Recommendations; ISA BMP Tree Planting; and ISA BMPTree Support Systems. 6.3 Root Environment and Tree Root Zones: Refer to the Glossary of Terms. Whenever feasible, a pro-active program of cultural practices shall be implemented to maintain the health and vitality of City trees. Refer to ISA BMP Tree and Shrub Fertilization. 6.3.1 Trees in parks, fields and all other areas both developed and undeveloped: I�to�fUkI�a�T�re�e ��a�nae��en�tGul��el�lneS����������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������� 4 y g Page 248 of 479 TREE MANAGEMENT GUIDELINES AND POLICIES FOR THE OPERATION AND MAINTENANCE OF CITY PROPERTY 6.3.1.1 Soil Compaction: Every effort shall be made to avoid the compaction of soil in root zones and to encourage penetration of rainfall deep into the soil. 6.3.1.2 Mulch: Organic material such as mulch and leaves shall not be removed under the tree canopy. 6.3.1.3 Crews shall, when feasible and practical, establish and maintain the areas under tree canopies free of turf and invasive plant species. The use of native grasses and plants are encouraged,as are plants associated with the trees above them. Special consideration shall be given to oak trees and the use of drought tolerant plants near them. 6.3.1.4 Parking: Vehicles and equipment should be parked on paved areas, streets and parking lots. 6.3.1.5 Pavement: The use of pavement within park and garden areas shall be limited as much as possible, especially under tree canopies. Whenever pavement is necessary the use of permeable materials is preferred. Remove the affected curb and damaged or cracked pavement due to root uplift when feasible. Level the section with mulch, chips, sand, or gravel rather than replacing the area with impervious materials. 6.3.1.6 Leaf Blowers: The use of leaf blowers is discouraged. Leaf blowers should not be used to blow debris with native soil. 6.3.1.7 Pesticides: The use of pesticides is discouraged. Please refer to the City Integrated Pest Management policy. 6.3.1.8 Stakes: In the unusual situation when stakes are needed they should be driven in outside the root ball. ISA BMP Tree Support Systems shall be followed. 6.4 Construction around Trees: Protection devices shall be installed to protect the tree and root zones when near or within construction zones. The root system extends at least to the edge of the canopy or drip line of the tree with most of the fine feeder roots active in the top few inches of the soil. These roots need air to stay healthy in order to provide the tree with nutrients and water. This root zone shall be protected from compaction, changes in soil grade, digging, or other disturbances. Protective fencing and warning signage will be required around the root zone. All tree protection devices shall be visible, well-anchored,and approved in the field by the Supervisor or designee prior to clearing, grading, or beginning of construction and shall remain in place and maintained until the project is completed. Refer to ISA BMP Managing Trees During Construction and ANSI Construction Management and Standard. I�to�fUkI�a�T�re�e ��a�nae��en�tGul��el�lneS����������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������� 5 y g Page 249 of 479 TREE MANAGEMENT GUIDELINES AND POLICIES FOR THE OPERATION AND MAINTENANCE OF CITY PROPERTY 6.5 Consultation with a Qualified Arboricultural Professional: When planning and designing a public improvement project the City shall seek the appropriate qualified expert when the project involves or is near a tree or trees. 6.6 Pruning Standards: The latest pruning standards established by the International Society of Arboriculture shall be used in the maintenance of trees and are detailed in the ISA Best Maintenance Practice booklets. Refer to ISA BMP Tree Pruning; ISA BMP Utility Pruning of Trees. Such maintenance will include: 6.6.1 General pruning for clearance to prevent injuries and to facilitate maintenance and vehicle clearance. 6.6.2 Pruning dead, dying, and diseased sections to improve the health and appearance of the tree and to prevent accidents. 6.6.3 Pruning for clearance around lighting and overhead lines. 6.6.4 Pruning back for authorized passage on service roads, walkways and paths. 6.6.5 Pruning requested by a private property owner. Such requests do not obligate the Department to prune trees, shrubs, and/or vegetation. It is the responsibility of the business owner to plan their signage so that visibility is not affected by growing trees. 6.6.6 Pruning in park areas identified as places of illegal or inappropriate activity in order to improve general visibility and increased police surveillance. 6.7 Birds and Nesting: Except in emergencies nesting birds or nests shall not be disturbed or harassed by pruning or removal activities. To avoid nesting season such activities shall occur between September 1st and March 31st. Fish and Game Code 3503: "It is unlawful to take, possess, or needlessly destroy the nest or eggs of any bird..." The Migratory Birds Treaty Act of 1918 also applies. 6.8 Unnecessary Wounding: Because"topping"of trees can cause permanent damage by promoting decay, as well as unnatural,dense and weak branching structure, topping shall not be practiced or permitted except under special circumstances. Not only can a tree sustain wounds to the branches or top, it can also sustain wounds to the trunk. Therefore,these policies shall reinforce the protection of the trunk area from wounds associated with a lawn mower or other equipment. 6.9 Hazardous Tree Management: Public health, safety and general welfare will be maintained through the use of generally accepted professional practices of evaluation and treatment to reduce risks to people and property from hazardous trees. Attention to proper selection, planting and maintenance of new trees shall also be pursued to achieve long- term risk reduction. 6.9.1 The City of Ukiah shall assess and manage the risk of tree failure within the limits of available fiscal and human resources. Priority shall be given to locations and situations with high probability of failure and high potential damage or injury that may result. I�to�fUkI�a�T�re�e ��a�nae��en�tGul��el�lneS����������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������� 6 y g Page 250 of 479 TREE MANAGEMENT GUIDELINES AND POLICIES FOR THE OPERATION AND MAINTENANCE OF CITY PROPERTY 6.9.2 Notwithstanding an immediate hazard to safety and/or property, the City shall utilize a written tree risk assessment methodology established by the ISA(ISA Basic Tree Risk Assessment Form or equivalent)to evaluate the likelihood that part or all of a tree will fail and cause damage and/or injury by a qualified arboricultural professional. The components of the assessment shall include tree health, species profile, site factors, history of failures,tree defects/conditions, target assessment, risk categorization, mitigation options and recommend inspection intervals when warranted. 6.9.3 Corrective action for high hazard rated trees shall be reasonable and prudent and may include: • Moving any at-risk structures,equipment, fixtures or recreational sites; • Correction of the defect by pruning, cabling and bracing, or tree removal; • Closure of the area 7.0 Tree Removal: The City shall provide 72 hours of advance notice of the intended tree or trees that shall be removed by posting a sign at the work site when feasible. The sign shall contain the reason for the removal of the tree and the appropriate city department's telephone number that the public may contact for further information. Tree removal will include: 7.0.1 Trees that pose substantial risk or hazard to the public, adjacent properties or to public facilities. 7.0.2 Dead, dying or diseased trees. 7.0.3 Removal from properties being improved or developed under an approved design, however, prior consideration to retention shall be given whenever possible. Preference is to retain existing healthy trees when designing any development rather than attempting mitigation. 7.0.4 Trees that block trails, drains or otherwise obstruct the use and function of infrastructure elements. 7.0.5 Trees on sites that were over planted by design or are crowded from natural competition. As the landscape grows, the Supervisor with consultation with a qualified expert shall selectively remove trees on a site to maintain spacing for optimal tree growth and function. 7.0.6 Removal requested by a private property owner. However, such requests do not obligate the City of Ukiah to remove or allow removal of any trees, shrubs, and/or vegetation. 7.0.7 Consideration shall be given for providing trunk and limbs for service projects such as constructing benches and picnic tables. The use of wood chips for mulching material around trees and vegetation in the parks is encouraged. 7.0.8 Any person aggrieved or impacted by a decision to remove a tree may appeal the decision during the noticing period. A letter stating the reason(s) for the I�to�fUkI�a�T�re�e ��a�nae��en�tGul��el�lneS����������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������� 7 y g Page 251 of 479 TREE MANAGEMENT GUIDELINES AND POLICIES FOR THE OPERATION AND MAINTENANCE OF CITY PROPERTY appeal must be submitted to the City Clerk's Office. An appeal automatically stops any action or non-action on the tree until the responsible Department Director has an opportunity to review and consider the appeal. When feasible, the Director will consult with the City's Tree Advisory Committee for additional input. The Director's decision on an appeal is the final administrative determination. The Director's final determination may be appealed to the City Council. The appeal must be filed with the City Clerk's Office within 10 days of the Director's determination and must be accompanied by supporting documentation from a qualified arboricultural professional using the same tree risk assessment methodology established by the ISA as detailed in Section 6.9.2. 7.1 Tree Replacement: At least one tree shall be planted for every tree that is removed from City property. Replacement tree species shall be selected so that overall mature canopy volume will be maintained or increased. It is preferable to plant the replacement tree in close proximity to the original tree's location. The replacement tree may be located elsewhere, if local conditions contributed to the previous tree's failure (See Section 6.2). New locations should be found on the same site or in the same neighborhood at a location of similar or greater value. Preference shall be given for planting native trees whenever feasible. 7.2 Replacement Plantings: The City shall undertake the task of replacement plantings to mitigate the effects of vegetation removal and to reestablish the landscape and increase overall mature forest canopy. The City shall determine the species of tree to be planted on City property and the planting location. Every effort shall be made to select a species compatible with the existing tree plantings on the street, the neighborhood identity, the maturity of the trees, space available for growth, the presence of underground and overhead utility lines, utility poles, streetlights,driveway approaches and fire hydrants. 7.3 Phasing: The City of Ukiah when appropriate shall consider a phased approach to vegetation management to reduce potential short-term negative aesthetic and/or wildlife habitat impacts(associated with such actions). 7.4 Wildlife and Habitat: Trees and forested areas are recognized as important habitat for native wildlife and providing vital wildlife corridors. Trees, undeveloped landscapes and creeks will be managed to optimize them for wildlife habitat. Refer to the City of Ukiah Creeks Maintenance Policies and Procedures. 8.0 SUMMARY These guidelines are set in place to enhance the urban forest within the City of Ukiah. As industry standards change in regard to tree care, this document shall remain flexible to incorporate needed changes. 9.0 GLOSSARY OF TERMS For additional definitions, refer to the International Society of Arboriculture Best Management Practices I�to�fUkI�a�T�re�e ��a�nae��en�tGul��el�lneS����������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������� 8 y g Page 252 of 479 TREE MANAGEMENT GUIDELINES AND POLICIES FOR THE OPERATION AND MAINTENANCE OF CITY PROPERTY 9.1 Commemorative Program Tree Program provides an opportunity for the public in celebrating an event or memorializing a loved one by the planting of a young tree or trees while improving the appearance and canopy of City parks. A tree or grove is purchased from the City of Ukiah to honor or memorialize an individual or group. Such tree(s) are identified and recorded by the City of Ukiah with the name of the tree species,dedicated individual or group and the name of the donor. 9.2 Developed landscape is property that has been graded and/or planted, and contains plantings that are distinct from typical native forest. These active and/or passive recreational landscape areas are routinely maintained by park staff for public use. Developed landscapes shall include, but are not limited to: lawns,athletic fields, boulevards, golf courses including pitch and putt, lawn bowling greens, play areas, squares, places, triangles, and swimming beaches. 9.3 Hazardous Tree is a tree that can be predicted to fail and has a high probability of striking people or property causing injury or damage. 9.4 Invasive exotic vegetation consists of species of plants that are not native to our region and exhibit aggressive growth to the exclusion of native or planted landscapes and wildlife. 9.5 Landmark Trees are individual trees that have been designated as unique because of size, historical/commemorative association, and distinct form, as an outstanding specimen or are important for wildlife habit. Such trees will be given extra protection and consideration for retention. Rules and regulations for landmark trees are defined in the City's Landmark Tree Program and/or Downtown Zoning Code. 9.6 Topping is the removal of the terminal shoot of a tree to a stub or lateral branch that is not sufficiently large enough to assume a terminal role or cannot be expected to achieve wound closure to inhibit decay. 9.7 Tree Failure is the breaking and falling of a tree or any substantial part of a tree. This does not include falling leaves or fruit. 9.8 Tree Root Zone is the area from the trunk to the drip line or the edge of the unpruned canopy around a mature, uninjured tree or the anticipated root zone of a young tree. 9.9 Qualified Arboricultural Professional is a tree care professional with a minimum of two years of experience in the evaluation and care of trees in combination with a professional license or certification that measures minimum competency in relevant subjects, including protection of public health, safety and welfare. Acceptable titles include Certified Arborist, Registered Consulting Arborist, Registered Professional Forester,and Landscape Architect. 9.9.1 Undeveloped Landscape is property that contains native or volunteer(self- propagated) plants and is not intended for recreational use except along designated trails. Undeveloped landscapes are (usually) not as intensively maintained as developed landscapes. I�to�fUkI�a�T�re�e ��a�nae��en�tGul��el�lneS����������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������� 9 y g Page 253 of 479 TREE MANAGEMENT GUIDELINES AND POLICIES FOR THE OPERATION AND MAINTENANCE OF CITY PROPERTY 10.0 ADDITIONAL RESOURCES Additional City and other tree-related documents that incorporate tree guidelines are available electronically through the Intranet. The Department Director shall provide the The International Society of Arboriculture Best Management Practice booklets, American National Standards Institute related documents and Mendocino County ReLeaf materials to their employees. These documents are: • Municipal Code Article 2, Chapter 5, Number 5420 Street Tree Policy, Purpose and Intent (Ordinance 869, adopted 1987) • Community Forest Management Plan • Tree Protection and Enhancement Policy • Tree Planting and Maintenance Recommendations • Master Tree List • Integrated Pest Management Plan, Community Service Department • Creek Maintenance Policies & Procedures • Form Based Zoning Preservation Tree List • General Plan, Open Space and Conservation Element, adopted 12/6/1995; amended 6/16/2004 • Landscaping and Streetscape Design Guidelines • Commercial Development Design Guidelines • International Society of Arboriculture Best Management Practices(ISA BMP): Managing Trees During Construction; Tree Pruning; Integrated Pest Management; Tree Support Systems; Utility Pruning of Trees; Tree and Shrub Fertilization; Tree Planting; Tree Inventories; Integrated Vegetation Management • American National Standards Institute (ANSI): Construction Management Standards • Mendocino County ReLeaf Tree Care Guide • Hillside Ordinance 9135 I�to�fUkI�a�T�re�e ��a�nae��en�tGul��el�lneS����������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������� 10 y g Page 254 of 479 Landmark Tree Program Guidelines and Policies November 19, 2014 1.0 PURPOSE STATEMENT The purpose of this document is to provide policy guidelines for the preservation, maintenance and enhancement of our urban forest with particular attention to noteworthy trees or"landmark trees"as defined in Section 2.0. The Landmark Tree Program (LTP) includes specific trees within the city limits on public property, but also extends to private property for owners who wish to participate on a voluntary basis. This program complements the Downtown Zoning Code (DZC) Designated Landmark Trees, but does not supersede the rules and regulations identified for those specific trees (UCC Section 9229.3 Table 19) detailed in the DZC. 2.0 DEFINITION The definition for landmark trees from the Downtown Zoning Code (10.030 B Article 18 Section 10),shall be used: Landmark trees are specific trees selected as worthy of landmark status based on one or more of the following characteristics: 1) an outstanding specimen of a species desirable to the community 2) one of the largest or oldest trees in the City of Ukiah 3) historical/commemorative interest 4) distinctive form and/or aesthetic appeal and/or 5) environmental value, including importance as habitat for wildlife. 3.0 BENEFITS OF THE PROGRAM Benefits to the City of Ukiah A LTP would help the City obtain the coveted certification, "Tree City USA" from the Arbor Day Foundation and improve grant funding opportunities. The identification and acknowledgement of landmark trees will also help the City, businesses and private owners garner support and recognition for the care and maintenance of trees which benefits the community at large. Benefits to Property Owners Owners will receive acknowledgement and appreciation for their effort. The City of Ukiah will provide a certificate to the participating property owner. Well-maintained trees add to property values. Trees provide shade and can reduce cooling and heating bills. Benefits to the Community The LTP will help maintain and expand the City's urban forest by increasing awareness of trees and their benefits. Neighborhoods with good tree canopies improve people's wellbeing and reduce crime; business districts with tree-lined streets have increased activity. 1 Page 255 of 479 4.0 POLICY GOALS The LTP focuses on the economic, environmental, historic and aesthetic value specific trees have in the City's urban forest. This includes trees in public areas and trees on private property where the owner voluntarily participates in the program. The policy goals of the LTP are consistent with the following: • City of Ukiah General Plan Open Space Conservation Element(1993): OC-22: Conserve and replenish valley oaks in the Valley; OC-23: Native plant landscaping shall be encouraged; OC-25: Maintain and enhance the City's canopy of shade trees. • City of Ukiah Tree Protection and Enhancement Policy, November 1993 • City of Ukiah Tree Planting and Maintenance Recommendation, November 1993 • Community Forest Management Plan, 1994 • City of Ukiah Landscaping and Streetscape Design Guidelines, 1996 • Ukiah Municipal Code, Chapter 5, Sidewalks/Street Trees. Article 2. Street Tree Policy Purpose and Intent) • Tree Management Guidelines, December 1, 2010 • City of Ukiah Downtown Zoning Code, 2012 5.0 ADMINISTRATION DEPARTMENTS AND RESPONSIBILITIES 5.1 Community Services Department 5.2 Public Works Department 5.3 Electric Utility Department 5.4 Planning and Community Development Department 5.5 Ukiah Municipal Airport The department directors shall be responsible for the implementation of the LTP and all staff and contractors shall be trained in and shall abide by these guidelines and policies outlined in this document. City Council shall approve any significant amendments or changes to the LTP proposed by staff and/or community partners before they are adopted. 5.1 The City Manager or designee is the primary administrator of the program. However, directors of the departments are responsible for the preservation, care and maintenance of trees in the public and private sphere as follows: 5.1.1 Community Services Department is responsible for all trees in public parks. 5.1.2 Public Works Department is responsible for all trees in the public right of way, creeks and drainages including wetlands. 5.1.3 Electric Utility Department is responsible for the trimming of trees to maintain clearance from primary electric lines and facilities. 5.1.4 Planning and Community Development Department is responsible for the oversight of all trees and landscaping plans filed by the applicant. 5.1.5 The Airport Manager is responsible for all trees on Airport property. 2 Page 256 of 479 5.2 Partnerships: Volunteers and/or community groups (i.e. Mendocino ReLeaf and Tree Advisory Group) shall be important partners to achieve the objectives of urban forestry. 6.0 PROCEDURES For a specific tree, grouping of trees or grove for enrollment in the LTP requires the completion of a nomination form signed by the nominee/property owner. Nomination forms are reviewed by the Tree Advisory Group and then forwarded with written recommendation to the City Manager or designee for review and then to the City Clerk for the City Council consent calendar. 6.1 City staff and the public are encouraged to nominate specific trees for inclusion in the LTP by completing a nomination form. Electronic nomination forms are available on the City's website or can be obtained from the City Clerk, The nomination form requires a submitted photo of the tree. Information shall include the following: name of parcel owner; address; email address, if applicable; specimen; location map or illustration; reason(s) why tree(s) should be preserved. All nominations shall be submitted to the Tree Advisory Group for a recommendation. The recommendation is then forwarded to the City Council for consideration and/or adoption. 6.2 A listed landmark tree will be recorded by the City of Ukiah, identified on a map with location and description (i.e. Google Earth) and added to the City's website. 6.3 Partners from Mendocino ReLeaf and/or Tree Advisory Group will provide an annual docent led walking tour and/or provide a self-guided brochure for interested parties. 6.4 Staff will provide notification of the LTP activity by mailing an announcement of the annual walking tour. Notification will occur at least a month prior to the tour (i.e. City of Ukiah Recreation Guide, monthly utility bill) 6.5 An annual press release to local media about the purpose of the program, number of participants, location of the tree (with participant's permission), species and a website link for recruiting future participants. 7.0 PROTECTION All participants including the City, a business or homeowner enrolled in the program agree to maintain and care for their tree responsibly and will receive a letter of acceptance. Suggestions for healthy tree care are outlined in the Tree Management Guidelines and may be obtained electronically. Person or persons shall be prohibited from damaging a landmark tree through excessive watering or pruning or root compaction/destruction. Extra care shall be employed to protect landmark trees during construction (see the Tree Management Guidelines, Section 3.0). All requests for tree removal or withdrawing from the LTP shall be in writing and submitted to the City Council and thereby forwarded to the Tree Advisory Group which will then forward a written recommendation to the City Council. A ten (10) day noticing period of the item appearing on the City Council's agenda is required. The placement of the notice will be posted at the nearest public boundary line located closest to the tree(s). 3 Page 257 of 479 Circumstances not requiring City Council approval for tree removal are as follows: 1) due to emergency situations and/or 2) traffic visibility obstructions and/or 3) public utility damage and/or 4) damage to the building foundation. 9.0 SUMMARY The City of Ukiah intends that the guidelines and procedures of the Landmark Tree Program shall remain in effect, however, they are subject to change based upon arboricultural standards, community input and staff recommendations. Suggestions for changes to this document must be submitted in writing to the City Manager or designee. Changes will then be discussed with community partners and staff with recommendations and forwarded to the City Council for approval. 10.0 ADDITIONAL RESOURCES Additional City and other tree-related documents that incorporate tree guidelines are available electronically through the Intranet/Internet. These documents are: • Municipal Code Article 2, Chapter 5, Number 5420 Street Tree Policy, Purpose and Intent (Ordinance 869, adopted 1987) • Community Forest Management Plan • Tree Protection and Enhancement Policy • Tree Planting and Maintenance Recommendations • Master Tree List, 2012 • Tree Management Guidelines, 2010 • Integrated Pest Management Plan, Community Service Department • Creek Maintenance Policies & Procedures, 2009 • Downtown Zoning Code Landmark Tree Program and Preservation Tree List, 2012 • General Plan, Open Space and Conservation Element, adopted 12/6/1995; amended 6/16/2004 • Landscaping and Streetscape Design Guidelines • Commercial Development Design Guidelines • International Society of Arboricultural Best Management Practices (ISA BMP): Managing Trees During Construction; Tree Pruning;Integrated Pest Management; Tree Support Systems; Utility Pruning of Trees; Tree and Shrub Fertilization; Tree Planting; Tree Inventories;Integrated Vegetation Management • American National Standards Institute (ANSI): Construction Management Standards • Mendocino County ReLeaf Tree Care Guide • Hillside Ordinance 9135 4 Page 258 of 479 Landmark Tree Program (LTP) Landmark Tree Proaram Listinas Public Properly • Valley Oak, Quercus lobata, [#1], Observatory Park • Redwoods, Sequoia semper virens, [#9], City Hall and Clay St (historic Campfire Girls beautification project in 1930s) • Valley Oak, Quercus lobata, [#1], City Hall, 300 Seminary Ave • Valley Oak, Quercus lobata, [#1], Hudson Carpenter Park, N Main St • White Oak, Quercus, [#1], Todd Grove Park, northwest end between stage and picnic tables • American Persimmon grove, Diospyros virginiana, Carpenter Hudson park, S Main St Private Properly • Black Oak, Quercus kelloggii , [#1], 1033 W Standley St • Bay Laurel, Umbellularia californica, [#1], 304 Hortense St Other Trees with Special Designations Landmark Trees within DZC Boundary Downtown Zoning Code Tree Landmark Tree List, Adopted by the City Council on August 1, 2012. These trees are subject to the rules and regulations detailed in the Downtown Zoning Code and not the guidelines and policies detailed in this document. • Valley Oak, Quercus lobata, [#6], 225 E Perkins St • Coast Redwood, Sequoia sempervirens, [#4], 410 E Perkins St • Coast Redwood, Sequoia sempervirens, [#11], E Perkins St at Pear Tree Ctr • Lebanon Cedar, Cedrus libani, [#2], E Perkins St at Pear Tree Ctr • Valley Oak, Quercus lobata, [#2], 324 N Main St • Valley Oak, Quercus lobata, [#1], 320 Main St • Coast Redwood, Sequoia sempervirens, [#1], 220 Mason St • Coast Redwood, Sequoia sempervirens, [#1], 100 block of Norton St, • Canyon Live Oak, Quercus chrysolepis, [#1], 400 block N School St, east side in parking lot • Coast Redwood, Sequoia sempervirens, [#1], 400 block N School St, eastside in parking lot • Valley Oak, Quercus lobata, [#2], 400 block N School St parking lot, eastside in parking lot • Interior Live Oak, Quercus wislizanli, [#2], 400 block N School, east side in parking lot • Coast Redwood, Sequoia sempervirens, [#6], @ 216 W Henry St, (Foundation for Medical Society) • Cork Oak, Quercus suber, [#1], 107 S Oak St, (Saturday Afternoon Club) • Coast Redwood, Sequoia sempervirens, [#2], 107 S Oak St (Saturday Afternoon Club) • Coast Redwood, Sequoia sempervirens, [#1], 108 S Oak St • Coast Redwood, Sequoia sempervirens, [#2], 265 Clay St • Riparian trees within the Gibson Creek corridor; [#], Perkins St to Leslie St (includes: Willows, salix varieties; Cottonwoods; Black Walnut; Interior Live Oak, Quercus wislizanli, Black Oak; Valley Oak, Quercus lobata) • Dawn Redwood, Metasequoia glyptosroboides, [#2], Corner of Standley and School St, in front of courthouse • Oak, Quercus, [#1], N State St, in front of courthouse • Tulip Magnolia, Magnolia soulangiana, [#2], N State St, southeast corner in front of courthouse • Southern Magnolia, Magnolia grandiflora, [#2], N State St, in front of courthouse 5 Page 259 of 479 SimIIIIIIII Certificate of Recognition presented toowner Property Owner Name + Landmark Tree designation for the life of the tree + Well maintained trees add to proper tyv va lue Trez Address + Trees provide shade and can reduce cooling and heating bills Progra+w City, State Zip Home Phone 1 ti44444444444%ti4444444;;;;;;;;;;%' Email �11 + Nomination form I hereby the right to horize the enteronto m'ty of.... rth to view theiror g Y p ope.. agents + Site map of tree location property tree + Picture of the tree(s) being submitted for nomination. I hereby give my + Brochures, newspaper clippings, or other consent to allow the public the opportunity to view the supportive documentation nominated tree on my property from the public street , + Historical data or other significant information right-of-way if Landmark Tree status is obtained. related to the tree Property Owner Signature + Property owner consent Date III III ICI IIII I City of Ukiah r , Community Services Department of Ukiah i � 1 411 West Clay Street . a,,,._. Ukiah, California 95482Q' " " 1. . .,k:4V I. .�,� `sr� �.�"l" Attention: Landmark Tree Program S ,t (707) 463-6231 (707) 463-6231 www.cityofukiah.com pj7rllllt�rdru�ac!I�j��i i the specific reason(s)s you think the .............. tree isgsignificant. ht and justify P � )Y rInclude any documents like newspa- �11111111111 per clippings, brochures or other historical documenta- tion. .............................................................................................................................................................................. ..................................................................................................................................................................................................................................................� TREE LOCATION Please include map of property and photo .............................................................................................................................................................................. COMMON NAME OF TREE ...................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... TREE CATEGORY ❑ Specimen ❑ Size/Age ❑ Historic Interest ❑ Aesthetic Appeal ❑ Environmental Value Pick all that apply. If other, please explain. NominatorDate Submitted .............................................................................................................................................................................. Address ........................................................................................................................................................................ Home Phone Cell Phone Email Tree Owner Name (if different than nominator) .............................................................................................................................................................................. Address .................................................................................................................................................................................................................................................................................................................................................... .............................................................................................................................................................................. Home Phone Cell Phone Email 26..1.....of 4.7.9..... CEIk. 11UICAII OF RECOG.9NM0.23.. The City of Ukiah hereby presents this certificate to T IE \\A For (name of tree) Selected as a 201 X Ukiah Landmark Tree xxxxxx Linda Sanders Mayor Tree Advisory Group Coordinator 4, 0/' lk(' of Ukiah, COMAIUNI I'Y ST"RVICES 411 W CLAY SI'RF"F"T Page 262 of 479 Attachment 2 I 0�0 WRIGHT OF THE WEST Jan!uairy 21, 2020 City of Ukiah Attn: Mary Williamson, Buyer Il 1320 Airport Road Ukiah, CA 95482 RE: Tree Trimming at Various Locations for the City of Ukiah Proposal Dear Mary: Please find enclosed our proposal for the above referenced project. Please do not hesitate to contact us if you have any questions or need additional information, Sincerely, WRIGHT TREE SERVICE of the WEST, INC, Wade Myers Sr.Vice President, Operations WM:sm Encl. WRIGHT TREE SERVICE oF THE WEST CON'mAcroiz QUALIFICATION STATEMENT Qualification of Bidders. No contractor or subcontractor rnay be listed on a bid proposal for a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 177 1.1(a)j. No contractor or subcontractor may be awarded a contract for public work oil a public works pro'jW unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 'File prime contractor shall be responsible for posting job site notices as prescribed by regulation. "Mis project is subject to compliance rnonitoring and enforcement by the Department of Industrial Relations. PuNic Works Small Project Fxemption: Small project exemption means that contractors who work exclusively on small projects are not required to register as public works contractors or file electronic certified payroll reports for those projects. However,prevailing wages must still be paid oil proJects, with small project exemption. Contractors are still required to maintain certified payroll records on a continuous basis, and provide those records to the Labor Comm i ss i oiler's Office upon request. Small project exemption is applied based on the amount of the entire project, not a Conti-actors Subcontracted amount of the project. Small project exemption applies for all public works projects that do not exceed: $25,000 for new construction, alteration, installation, demolition or repair; and $15,000 for maintenance. E�ach laborer or mechanic of Contractor or any Subcontractor engaged in work oil the project under this contract shall be paid, pursuant to provisions of Section 1770, including amendments thereof, ofthe Labor Code of the State of California,the Director of the Department of Industrial Relations, State of'California, has ascertained the general prevailing rate of wages for straight time,overtime Saturdays, Sundays and Holidays including employer payment for health and welfare, vacation, pension and similar purposes, copies of the General Prevailing Wage Determination (applicable to the work), for the locality in which the work is to be done can be reviewed at Website: The Labor Commissioner through the Division of Labor Standards Enforcement (DLSE) may at any time require contractor and Subcontractors to furnish electronic certified payroll records directly to DLSE. For projects that do not meet the "Public Works Small Project Exemption", contractors and subcontractors must furnish electronic certified payroll records directly to the 1)LS E. Each bidder shall be licensed under the provisions of Chapter 9, Division 3 of the Business and Professions Code and shall be skilled and regularly engaged in the general class or type of work called for under this contract. A statement setting forth this experience and business standing shall be submitted by each bidder on the form provided herewith. It is the intention of the City to award a contract only to a bidder who furnishes satisfactory evidence that he or she has the requisite experience and ability and that he or she has sufficient capital, facilities and equipment to enable him or her to, prosecute the work successfully and promptly within the firne and in the manner agreed. ELECTRIC UTILITY LINE TREE TRUMING 5 Spec No.19-04 Page 264 of 479 In determining the degree of responsibility to be credited to a bidder, the City may weigh evidence that the bidder or his or her personnel charged with the responsibility in the work, has performed satisfactorily other contracts of like nature and magnitude or comparable difficulty at similar rates of progress. Contractor MLISt coniplete all portions of this statement before proposal will be considered. The following staternents as to experience, equipment, personnel and general qualifications as submitted in conpunction with the proposal, as part thereof and truthfulness and accuracy of information is guaranteed and included in the proposal evaluation. 1. Narrie and address of principal business office from which contract will be adrninistered: Wright Tree Service of the West, Inc. 5930 Grand Ave. West Des Moines, IA 50266 Telephone: 5 15-277-6291 I The Contractor must have been engaged in energized electric power line clearance contract business, Linder the present business name, for as minirriurn of three(3) consecutive years, 3, The Contractor has never lailed to satiskietorily perform a Contract awarded to him except as follows: N/A 4. The Contractor must have satisfactorily completed or currently be engaged in two (2) tree line clearance contracts within the last five (5) years, a. Location and for whom performed: Pacific Gas & Electric Company Northern CA Year. 2012 - Present Telephone: 415-972-5350 Contact Person: Pete Domin 7uez ELECTRIC UTILITY LINE TREE TRIMMING 6 Spec No.19-04 Page 265 of 479 Total number of trees pruned: 209,0I00 annually Contract amount: $40,000,000 annually b. Location and for whorn perl'orrned: Sacramento Municipal Utility District Sacramento.-CA.... - Year: 2015 - Present Telephone: 916-732-6978 Contact Person: Matt Chapman Total number of trees pruned: 34,000 annualij Contract amOU11t: $3,000,000 anrlUaHy c. Location and for whorri performed: Pacificorp C.A. WA, OR, UT, ID Year: 2017 - Present Telephone: 801-220-2271 Contact Person: Kerry Favero Total number of trees pruned: 100,000 annual ly Contract arnount: $12 000 000 annuz � 5. Contractor must list equipment owned, and which is definitely available ft)r use on proposed work as required. QUANTITY NAME,TYPE, MODEL,YEAR CONDITION LOCATION Please see altached EqUi2rnent List (USE EXTRA SHEETS IF NECESSARY.) at. Supply copies of certificates for Supervisors, l"oreman and Trimmers. b. Boom Certificates and Dialectic"Test, ELECTRIC UTILITY LINE TREE TRWIMI NG 7 SpeC No.19-04 Page 266 of 479 BIDDING SCHEDULE DESCRIPTION 1,�NITPRUCE BID Tree Trimming, including all labor and equiprient, for an hourly rate per crew member (mininrum three (3) $ 297.78 person crew), for al,i hours worked on working and (Per INUT-) non-working days, ITotal for 3-reran crew w/ 55'Aerial Lift,Chip r The undersigned, as bidder, declares that lie has examined thorOLIghly tile I * herein contained, and that this bid is, made without collusion with arm, corporation,and that all laws and ordinances relati rig to the interest of pub i i have been complied with in every respect. AND lie proposes and agrees that lie will contract with the City of Ukiah, Mendocino County, Califorli of the agreement herein contained to provide all necessary machinery, to means of"performance,to furnish all material;to provide:all superintendence all labor and expenses of whatever nature necessary for tree trimming at vad( Of Ukiah, in conformity with the Specifications acid other contract provision implied thereby or as necessary to complete the work in the manner and within the time maned herein and according to the requirements and to the reasonable satisfaction of the Director of the Electric Department, We, the undersigned, further agree, if this bid shall be accepted, to furnish the required Proof. of' Insurance within ten (10) working days after written notice that the bid has been accepted, and if the Undersigned shall fail to contract, as aforesaid, it shall be understood that lie has abandoned the contract, and that, therefore, this bid shall be null and void. Contractor agrees to accept all responsibility For loss or damage to any person or entity, and to defend, indemnify, hold harmless and release the City, its officers, agents and employees, from and against any and all actions, claims, damages, disabilities, or costs of litigation that may be asserted by any person or entity, arising Out Of Or in connection with the negligent or willful misconduct in the perforniance by contractor hereunder, whether or not there is concurrent, passive, or active negligence on the part of the City, brit excluding liability due to the sole active negligence or Wilifill MiSCOndUCt of the City. This indeninification obligation is not limited in any way by any limitation on the amount or type of damages or compensation payable to or for Contractor or its agents under Worker's Compensation acts, disability benefits acts or other employee's benefits acts. Contractor shall be liable to the City for any loss or damage to City property arising from or in connection with Contractor performance hereunder. *Individual employee rate, not including equipment $92.05 per hour ELECTRIC UTILITY LINE TREE TRIMMING 22 Spec No.19-04 Page 267 of 479 The undersigned declares they are fi-inifflar with these specifications for tree trimming and has carefully read the reqUiren'ients, checked all of' the figures, and accepts ftill responsibility for any error or omission. Sul mitted by,(check one) Individual Owner —.—Partnership __ _Corporation Other Legal Name of Contractor: it'free—Service of the West Inc. [j&- --& Address ol"Contractor: 5930 Grand Ave., West Des Moines, ]A 50266 Contractor License No.: 946304 Expiration Date: 4/30/20 Tax 1134 27-0835096 Department Of'IndUstrial Relations Public Works Registration #: 1000029456 Nione Number: 515-277-6291 Fax Number: 5 15-274-3 852 .....................................— B Y: Wade Myers Print orType Narne, (Title) Sr. Vice President Date 1/2 1/20 ELECTMC U1 MlY UNE'rREE FRIMMING 23 Spec No,19-04 Page 268 of 479 WORKER'S COMPENSATIOX CERTIFICATE I am aware of the provisions of Section 3700 of the Labor Code, which require every ernployer to be insured against liability for Worker's Compensation or undertake self-insurance in accordance with the provisions of that code, and I Will COMPly With SLIC11 provisions before commencing the performance of the work of this contract. W11NESS my hand this clay of January 2 1, 2020 Signature of Bidder, with Business Address: WO& yers, Sr, I ce 11rd'Mcient 5,93O Grand Ave. West Des Moines, 1A 50266 (The bi,'&O sholl execute the cenfication qf thispagxe at the One qf subafilting his bid.) ELECTMC UTILITY LINE TREE TRIMMING 24 Spec No.19-04 Page 269 of 479 J,J�TQF PR0PQ.�-Ejj&DCONTRACTORS In con,ipliance with the provisions of Sections 4100-4108 of the California Public Contract Code sand any amendments thereof, each bidder shall set forth (a) the name and location of the place of business Of each subcontractor who will perform work or labor or render service in or ab0LIt the construction site or a Subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications in an arnOL)nt in excess of one-half of I percent of the total bid and (b) the California Contractor License NUrnber for each subcontractor, and (c) the portion of the work to be done by each subcontracton(Sce General Conditions Section 1-09.) Include with the name of each sub- contractor their Department Of' Industrial Relations Public Works Contractor Registration Number, SUBCONTICk(7011 SUBCDINTRACF011 SUBC0N'TR.%(,,'r0R stB(.1"().N"I'[Zr*%("I'()IZ DIR REGISTRATION j BUSINESS DESCRIFFION NAME LICENSE NUMBER Nt;�NJBER ADDRESS OF WORK We do not intend to ut,five suhmarractors. ELECTRIC UTILITY LINE TREETMMMING 25 Spec No,19,04 Page 270 of 479 CITY OF UKIA14 Mendocino County,California AGREEMENT ELECTRIC UTILITY LINE TREETRIMMIND ATVARIOUS LOCATIONS 11 HS AGREEMENT,made this,_ ,_day of 2019,by and between the City of Ukiah,Mendocino County,Califbi-nia,herein after called the City and 'a' r)hL_LeLjqvice of the West, Inc. .......... hereinafter called the Contractor, 1. The Contractor hereby agrees with all the ternis and conditions contained in the Agreement, to pay all necessary taXCS,insurance and bonds,and to furnish all of the labor,materials,transportation, equipment, services,and incidentals necessary to complete, in as workmanlike manner,the tree trimming at various locations for the City of Ukiah, as per the bid submitted by the Contractor which is herein incorporated by reference. 2 The City hereby agrees to pay and the Contractor agrees to accept per hour based on a minimum three person crew in consideration of the full and complete perforniance of the work in accordance with the bid ofthe Contractor. 2.1 Rate shall be firm for the entire term of contract. 2.2 Based on notice frorn City of the annual budget for tree trinuning services under this Conti-act, Contractor shall monitor the hours of work performed during the course of each fiscal year and notify the City, when the amount billed or billable under the contract in that fiscal year equals 85% of the amount budgeted for that year. Contractor shall not incur additional costs or perform additional billable hours prior to receiving instructions from the City and shall not be entitled to payment for services in excess of the amount budgeted by the City for contract services in that fiscal year without prior written approval from the City. 23 payments may be withheld on account of(1)defective work not remedied;(2)claims filed by third parfles-. (3) failure of the Contractor to rmake payments properly to Subcontractors or for labor, materials, or equipment; (4) the unpaid balance of the contract sums; (5) damage to that City or another contractor;(6)reasonable evidence that the work will not be completed within the contract finie and that the unpaid balance would not be adequate to cover actual or liquidated damage for the anticipated delay, or t7) persistent failure to carry out tile work in accordance with the Contractor Documents, 2.4 Final payment shall not become due until ten (10) working days after the City accepts the work completed and the Contractor has delivered to the City as complete release of all liens arising out of this contract or receipts in full covering all labor,materials and equipment for which a Hen could be filed, or a bond satisfactory to the City to indemnify the City against such lien. If"such lien remains unsatisfied after payments are made, the Contractor shall refund to the City all money that the City may be compelled to pay in discharging such fien, including all cost and reasonable attorney fees, 2.5 Acceptance of final payment by the Contractor,shall constitute a release and waiver of any claims for additional compensation by the Contractor, except for clairns submitted in wrifing by the Contractor prior to final payment which remain unsettled at the time of final application for payment, 3, Term of Agreement.Contractor shall commence perforinance of services as required upon receipt of as Notice to Proceed from the City.This agreenicin shall be in effect for three(3)years from the date it is fully executed. 4. 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 Contractor for services provided tinder this Agreement; or 3) ELECTRIC UTWTY LINE TREE TRIMMING 26 SpeC No.19-04 Page 271 of 479 City has abandoned and does not wish to complete the work for which Contractor 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 runds or abandonment of the project, the contract shall terminate on the date notice of termination is given to Contractor. City shall pay the Contractor only for set-vices perf'ormed and expenses incurred as of the effective tertninalion date. Contractor shall be entitled to receive just and equitable compensation for any work satisfactorily completed hereunder, subject to off- ,set for any direct or consequential darnages City may incur as a reSUlt(if Contractor's breach of contract. 5. Any alteration or deviation fi-oni the original plans and/or specifications, whether involving extra, cost of materials or labor or not, and any extra work necessitated by unusual conditions will be executed Only upon written change order designated by City's agent for same, and will become an extra charge or credit only when approved in writing by call parties hereto or their authorized agents. 5A 1 I'the Contractor is delayed at anytime in progress of the work by changes ordered in the work, labor disputes, fire, unusual delay in deliveries, abnormal adverse weather conditions not reasonably anticipated, unavoidable casualties or any causes beyond the Contractor's control, or by other causes which reasonably justifies delay,then the contract time may be extended by a change order fora reasonable time. 6. Before Contractor performs any work or delivers any Inaterials to worksite(s), lie shall furnish to the City certificates of insurance covering full liability under Worker's Compensation laws of the State of' California, and Comprehensive General Liability Insurance (Broad fori-n/CSL) and fire insurance of S2,000MO naming the City as additional insured, and shall be maintained in force until the work is coinpleted. All work covered by this Agreement done at the worksite(s) or in preparing or delivering materials to said worksitc(s)shall be at the risk ofthe Contractor alone. Contractor agrees to inderrinify and hold harmless the City against any claims, actions or dernands against them, or any of therri, against any damages,, liabilities or expenses, including attorney fees,the personal injury or death or for loss or damage to property, or any or all of Ilieni, arising out of or in any way connected with the peribri-nance of the agreement by Contractor. 7- The Contractor shall not, without written consent of the City, assign, transfer nor sublet any portion or part of this work, nor assign any payments to others, but will furnish all labor,materials and equipment necessary for peribrinanecofthis agreenient, & Contractor shall at all tinies indemnify and save City harmless against all liability for claims and liens for labor performed or materials used or furnished to be used on the job in connection with C'ontractor's performance hereof, including any costs and expenses for attorney fees and all incidental or consequential dainages resulting to City from such claims. Further, in ease suit or such claim is brought, Contractor shall defend said suit at his own cost and expense, and will pay and satisfy any such liens or judgment as tnay be established by decision of a court in said suit and ffirther hold harmless the City from any personal liability thereon, 9. Contractor shall,at his sole cost and expense,and without increase in the compensation to Contractor, comply with all taws, rules, ordinances and regulations of all governing bodies having jurisdiction over the work; obtain all necessary pertnils and licenses therefore; pay all niani,&UtUret-S, sales use, processing,Federal and State taxes-, insurance and contributions for social security,unem ploy ment and employee benefits required by labor agreements which are incurred by the Contractor whether levied under existing or subsequently enacted laws, rules or regulations. Including but not limited to the following: 91 Eight(8)hours per day constitutes a legal days work for Contractor's or Subcontractor's employee. Employees of Contractor shall be permitted to work in excess of'8 hours per day and 40 hours during any one week upon compensation for all hours worked in excess of 8 hours per day at not less than 1-1/2 tinies the basic rate of pay. 'rhe Contractor shall pay a penalty to the City for violations of these Labor Code provisions according to Labor Code Section 1813. 9,2 The Contractor shall pay not less than the general prevailing rate ot'per diem wages as required by Labor Code Sections 1770, 177 1,and 1773.2,and shall pay a penalty to the City in accordance with Section 1775. 9.3 The Contractor shawl l keep accurate payroll records which are available for inspection in accordance with Labor Code Section 1776. 10, Contractor shall effectively secure and protect the work to be done hereunder and assume f"H, responsibility tbr the condition thereof until final acceptance by City. Contractor shall be liable for any loss or final ELECTRIC UTILITY LINE TREE TRIMMING 27 Spec No,,19-04 Page 272 of 479 acceptance by City. Contractor shall be hable for any loss or damage to any work in place, or to any person, materials,or equipment of the worksite(s)caused by him, his agents,employees or guests. 11. In the event action is instituted for the enforcement of any term or condition of this Agreement, the prevailing party shall be entitled to tin award of reasonable attorney fees in said suit, in addition to costs and reasonable expenses incurred in the prosecution of said suit, 12. If the Contractor shall neglect to prosecute the work properly, or fail to, perform any provisions of this contract, the City may, after three days' written notice to the Contractor and without prejudice to any other rernedy lie may have,make good such deficiencies and deduct the cost thereof from the payment then or thereafter due to the Contractor. 13. Contractor guarantees all equipment, material, supplies, and work furnished on the job against defective construction or workmanship for a period of'one year following completion of the proj1ect, except when a longer guaranty is provided by the supplier or manufacturer of the equipment. Contractor expressly agrees to act as co-guarantor of such equipment and materials, and Contractor shall supply City with all warranty and guaranty docunients relative to equipment and materials incorporated in the job and guaranteed by their suppliers or manufacturers. 14. Contractor will'! conform to applicable California Administrative Code Title 8 and regulations, also ANSI, Z 13 3 for Tree Care Operations. 15, Contractor will keep a tree trimming report and One card of each tree trimmed. See Exhibit C. These reports and time cards will be submitted to the City of (.1"kiah on a weekly basis. Contractor will submit pay applications on a fifteen(15),working day schedule. 16. That the complete contract consists of the following documents, all of which shall be considered a part of this agreement, a. Notice to Bidders, b. CoritractorQualification Statement c. Specifications d. Bidding Schedule e. Worker's Compensation Certificate f. Lim ol'Proposed Subcontractors g. Exhibit A(Indemnification) h, Exhibit 13 (Insurance Requirement for Contractors) i. Exhibit C('Fime Card for Contract Work) j Exhibit D(City of Ukiah'free Management Guidelines) k. Exhibit E(Land Mark Tree Program Guidelines and Policies) IN WITNESS WFIEREOI`�',this contract being executed in duplicate and the parties having caused their narnes to be signed by authorityof their duly authorized office this -day of 2019, (TTY OF U KIAH,N1F.'NDO('INO COUNTY,CALIFORNIA By: .......... CITY MANAGER,CITY OF UK]Ali Attest: .................................... CITY CLERK, CITY OF U K I A I I By� CONTRACTOR Sr. viresident Attest: Ti t I e: Contract Administration ManagrF.-_ The Ibregoi n g contract i s,approved as to f6rin and legality this day of .-,2019, CITY ATTORNEY, CITY OF UKIAH ELECTMC UTILITY UNE TREE TRIMMING 28 Spec No,19-04 Page 273 of 479 EXHIBIT "A" INDEMNIFICATION AGREEMENT This Indemnification Agreement is made and entered in Ukiah, Cali fornia, on lams aEy_2j__, 2011-20--, by and between the City of Ukiah(Ukiah)and Service of the West, Inc. (Contractor), Contractor is .11jility LineTree Trimm-in. at Various Locations for Ukiah. As a condition of issuing the work order, attached hereto, Ukiah requires assurance that Contractor will protect Ukiah from damage or damage claims which arise from its performance of the work, Accordingly, Contractor agrees as follows: 1. Indemnification, Contractor shall indeinnify and hold harmless Ukiah and its officers, agents, and employees from and against any claim, loss, or darnage, including the legal and other costs of defending against any claim ofdamage or loss which arises out of the Contractor's negligent or wrongful performance Under the work order attached hereto, except for claims, losses, or damages resulting from the sole and exclusive negligence or other wrongful conduct of Ukiah or its officers, agents and employees. CONTRACTOR By� Wade Myers TITLE Sr. Vice President ELECTMC UT11UTY UNIF TREE TRIMMG 29 Spec No,19.04 Page 274 of 479 Attachment 3 CONTRACTOR QUALIFICATION STATEMEM' Qualification of Bidders. No contractor or subcontractor may be listed on a bid proposal for a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1,725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 177 1.1(a)], No contractor or subcontractor may be awarded a contract for public work. on a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. The prime contractor shall be responsible for posting job site notices as prescribed by regulation. 'this project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Public Works Small Project Exemption: Small project exemption means that contractors who work exclusively on small projects are not required to register as public works contractors or file electronic certified payroll reports for those projects. However,prevailing wages must still be paid on projects with small project exemption. Contractors are still required to maintain certified payroll records on a continuous basis, and provide those records to the Labor Commissioner's Office upon request. Small project exemption is applied based on the amount of the entire project, not a contractor's subcontracted amount of the project. Small project exemption applies for all public works projects that do not exceed: $25,000 for new construction, alteration, installation, demolition or repair; and $15,000 for maintenance, Each laborer or mechanic of Contractor or any subcontractor engaged in work on the project under this contract shall be paid,pursuant to provisions of Section 1770, including amendments thereof., of the Labor Code of the State of California,the Director of the Department of Industrial Relations, State of California, has ascertained the general prevailing rate of wages for straight time, overtime Saturdays, Sundays and Holidays including employer payment for health and welfare, vacation, pension and similar purposes, copies of the General Prevailing Wage Determination (applicable to the work), for the locality in which the work is to be done can be reviewed at Website: www.dir.ca.2ov/dlsr wd/northern.html . The Labor Commissioner through the Division of Labor Standards Enforcement (DLSE) may at any time require contractor and subcontractors to furnish electronic certified payroll records directly to DLSE. For projects that do not meet the "Public Works Small Project Exemption", contractors and subcontractors must furnish electronic certified payroll records directly to the DLSE. Each bidder shall be licensed under the provisions of Chapter 9, Division 3 of the Business and Professions Code and shall be skilled and regularly engaged in the general class or type of work called for under this, contract. A statement setting forth this experience and business standing shall be submitted by each bidder on the form provided herewith. It is the intention of the City to, award a contract only to a bidder who furnishes satisfactory evidence that he or she has the requisite experience and ability and that he or she has sufficient capital., facilities and equipment to enable him or her to prosecute the work successfully and promptly within the, time and in the manner agreed. ELECTRIC UTILITY LINE TREE TRIMMING 5 Spec No.19-04 Page 275 of 479 In determining the degree of responsibility to be credited to a bidder, the City may weigh evidence that the bidder or his or her personnel charged with the responsibility in the work, has performed satisfactorily other contracts of like nature and magnitude or comparable difficulty at similar rates of progress. Contractor must complete all portions of this statement before proposal will be considered. The following statements as to experience, equipment, personnel and general qualifications as submitted in conjunction with the proposal, as part thereof and truthfulness and accuracy of information is guaranteed and included in the proposal evaluation, 1. Name and address of principal business office from which contract wil I be administered: Family Tree Resource, Inc . 41701 North Highway 101, Laytonville, CA 9545,4 **the Willits Business Office is moving March 1, 2020 Telep one: 707/272-8668 2. The Contractor must have been engaged in energized electric power line clearance contract business, under the present business name, for a minimurn of three (3) consecutive years. 3. The Contractor has never failed to satisfactorily p,erl'on-n a Contract awarded to him except as follows: not applicable 4. The Contractor must have satisfactorily completed or currently be engaged in two (2) tree line clearance contracts within the last five(5) years. a. Location and for whom performed: City of Healdsb=2 Healdsbur2 City Limits Year: 2019- current Telephone: 707/480-6485 Contact Person: Todd Wo,olman, Electric Superintendent ELECTRIC UITI LJTY LINE TREE TRIMMING 6 Spec No.19-04 Page 276 of 479 Total number of trees pruned: approx 5, 000 Contract amount: 177 , 984 . 00 b. Location and for whom performed: Mendocino, Humboldt, Lake and Sonoma Counties for Pacific Gas & Electric Year: 200 3-current 'Telephone: 707/272-3382 Contact Person: Eric Haggerty, Supervising Vegetation Program Mgr. Total number of trees pruned: approx 70, 000-120, 000 Contract amount: approx $18M in 2019 c. Location and for whom performed: . Cherry Creek Subdivision in Willits, CA for "Wilcoll Year: 2016 , 2017, 2018, 2,019 "1"elephone: 707/462-6694 Contact Person: Cheryl Murphy Total number of trees pruned: approx 500 Contract amount: $8, 080 . 00 .5. Contractor must list equipment owned, and which is definitely available for use on proposed work as required. QUANTITY NAME1 TYPE,MODEL,YEAR CONDITION LOCATION 1 2017 Freightliner LR760E Good WIIIIE 2017 Bandit 250XP chipper Good willits 1 2017 Ram SSO chip truck Good Willits 2017 Ram 3500 4x4 crew truck Good Willits I 2C18 Toro TSX38Track Stumpgrinder Good Willits (USE EXTRA SHEETS IF NECESSARY.) a. Supply copies of certificates for Supervisors, Foreman and Trimmers. b, Boom Certificates and Dialectic Test. ELECTWC UTILITY UNE TREE TRIMMING 7 Spec No,19-04 Page 277 of 479 Periodic Dielectric Test Form for Platform Liners Either method may be used. Wet Method Setup 1, Connect a ground lead to the steel tank. High Vchage Lead 6" (15.24 cm), Maximum 2. Immerse the liner in the tank and fill with,conductive fluid until the level around both the inner and outer surfaces of the Liner -7— liner is within 6" (15.24 cm)of the top of the liner. Conductive 3. Suspend the high voltage lead in the fluid within the liner. Fluid Ground Tank Dry Method Setup 1, Refer to TRS-0001 to apply conductive foil to the liner ands High Voltage Lead—6" 0 .24 cm lhrlaximum conduct the test. Liner 2. Connect a ground to the outer conductive foil. 3. Connect the high voltage lead to the inner conductive foil. Conductive Foil Testing (Wet or Dry) Ground - 1. Apply the test voltage to the conductive fluid or foil. Voltage may be either 35 kV(60 hertz)for I minute or 1010 kV DC for 3 minutes, 2. If flashover occurs, or the liner wall punctures, the liner has failed the test 3. Turn off the test voltage(be sure the voltage meter indicates zero voltage). Remove the high voltage lead. Remove the liner from the tank or remove the foil covering. 4. The test for more than one liner may be recorded on the same form providing the same setup is used to elimi- nate external variables. Conclusion Unit Serial No. Liner Part No. Liner Serial No. Pass (initials) Fall(Reason) 0513EY0316 BR ........... Wet/dry DRY Test voltage 1 OOKVDC Test device number PT`S-1 00 Comments Signature of technician BRIAN ROSANO Date of test 11-9-18 apr13 1 Of 1 Appendix—Dielectric Test Fonns Page 278 of 479 DC Periodic Dielectric Test For All Category A, B, and C Insulating Telescopic Articulating Aerials (For DC Test Device With Output Current Metering Only) Upper Boom Test ————— Boom Extension Past Fully Retracted =um Extension Placard Articulating Arm Test AT40-G (ISO-Boom) AT35-G/37-G AT40M/P(ISO-Boom) AT36/40M/P (steel boom) AT40-GW(ISO-Boom) AT37-GW AT41 MIP (ISO-Boom) AT40-G (steel boom) Bonding AT48M/P AT40-GW(steel boom) Jumper TA37M/41 M/45M TA Elevator, material handling Drawing not intended to TA50/55/60 represent a specific model AT37M/P AT41 M/P (steel boom) TA36/40/45 TA Elevator, personnel Minimum Extension Placard Shunting Jumper Shunting Jumper High Voltage Test Leads Ground Control Box Post Discharge Stick 1 Read and understand the dielectric test information in the Maintenance Manual, ANSI requirements, and the manual for the test device being used. 2. This procedure is for a DC test device with output current metering only. Do not use this procedure when using a DC test device that measures the return current instead of the output current. If equipped with a selector switch, set the switch to Ground Return. 3. The test area should be dry and appropriately roped off to prevent bystanders from entering the test area. 4. If equipped, visually inspect the atmospheric vents and verify proper operation of each vent. 5. Operate the boom and platform functions to fill the hydraulic lines with oil. 6. Ground chassis, test device or control box, and discharge stick(if equipped) as shown. 7. No isolation pads are required under the vehicle tires or outriggers. 8. Set up booms to maintain at least 24" (60.96 cm)of clearance between conductive components as shown. 9, Electrically bond all imetal at the boom tip to ensure all possible current paths are considered.Include all conduc- tive brackets, air plunger switches, hydraulic valves, controls, cylinders,jib brackets, etc. dec 16 1 of 2 Appendix—Dielectric Test Forms Page 279 of 479 10. On Category A units with a nonconductive platforms, install and bond a metal liner. 11. Extend the upper boom to just past the minimum extension placard, if required. 12. Attach the high voltage test lead and shunting jumpers as shown for the upper and lower boom test. 13. It is not necessary to use the meter receptacle on the upper boom of Category A and B mach inies for the upper boom test.However,whether the meter receptacle is,used or not,all internal connections to this receptacle must be checked to verify that all current paths through the boom are properly connected to ensure proper function. 14. Voltage and maximum allowable leakage for the upper boom test are as follows. a. Category C—46 kV and below—56 microamps at 56 kV after 3 minutes b. Category AJB—46 kV and below—28 microamps at 56 kV after 3 minutes c. Category AJ'B—69 kV—42 microamps at 84 kV after 3 minutes d. Category AIB—138 kV—84 microamps at 168 kV after 3 minutes 15. Voltage and maximum allowable leakage for the articulating arm test is 100 microamps at 50 lkv. 16. To test the upper boom,gradually increase the voltage to the proper level.Holdl for 3 minutes. If flashover occurs or the leakage rate exceeds the maximum value,the unit has failed the test. Record leakage reading, 17. To test the articulating arm, gradually increase the voltage to 50 W Hold for 3 minutes. If flashover occurs or the leakage rate exceeds 100 microamps, the unit has failed the test. Record leakage reading. Service request# 33844614 Model# AM900 Serial# 0'412-R4104 P : 56KVDC Test device# TS-100, Category/voltage rating Upper boom leakage readling (microamp) '08 Articulating arm leakage reading (microamp) '08 Meter receptacle and connections condition (step 10,from procedure) Pass X Fail (reason) Comments Signature of technicianBRIAN ROSAN'O Date of test 11 -9-118 Appendix—Dielectric Test Forms 2 of 2 Page 280 of 479 Confirmation Test of UpperControl Components With High Electrical Resistance (Green Single Handle) (Qualification and Periodic) Maximum High Voltage Lead Microamp 8' (2.44 m) Test Voltage Leakage PVC or Hot Stick. Qualification 40 kV AC 400 Periodic, 40 kV AC 400 Periodic, 56 kV DC 56 Tester 970160542! Control Lead ---------- Ground/Return Lead (Must be Shielded for AC) This test is to verify the high electrical resistance components in the green single handle control. In some cases the high voltage test lead may short circuit to other nearby conductive components. First, verify that provided covers in the control area are intact. Then place,insulating material(s), such as a piece of insulating blanket or liner, under and to the sides of the spring which,wraps the high voltage test connections to prevent short circuiting from happen- ing. For AC testing it is recommended that the high voltage test lead be elevated on an 8'(2.44 m) PVC pole or hot stick to reduce the capacitive leakage that is unrelated to the focus of the test.Also forAC tests, use only a shielded return lead to further reduce capacitive leakage. ll. Read and understand the dielectric test information in the Maintenance Manual and ANSI standard. 2. Insulate the vehicle from ground by placing polyethylene pads beneath each tire and outrigger leg. 3. Upper control components must be clean and dry(including inside/outside of bellows)prior to testing. Use iso- �propyl alcohol to clean. 4. Wrap a 0.375"to 1.000"diameter spring around the control handle as shown. Conductive aluminum foil may be used in lieu of a spring. Keep the tail of the spring away from conductive components, 5. Attach the high voltage lead (insulated from ground)to the spring on the control handle as shown, 6, Attach the ground/return lead to the control base or platform mounting bracket. This lead must contact a bare metal surface, (The bellows must be in place for this test.) 7. It is not necessary to raise or extend the upper boom, The platform may be tested near the tailshelf for easier access. 8. Do not use cancel (null)circuit if the tester is so equipped. 9. To test the,control, gradually increase the voltage (refer to the chart). Hold at the appropriate voltage for three minutes continuously.If flashover occurs or the leakage rate exceeds the appropriate microamps from the chart, the control has failed the test. Record leakage reading. Test type Qualification Periodic X Test conducted AC DC X Service request# 3384506 Model# AT40G Serial 4 0513EY0316 Test device # PTS-100 oct 17 1 of 2 Appendix—Dielectric Test Forms Page 281 of 479 Curb side control leakage reading(microamp) '08 Street side control leakage reading(microamp) Pass X Fail (reason) Comments &gnature of technician BRIAN ROSANO Date of test 11/09/2018 Appendix—Dielectric Test Forms 2 of 2 Page 282 of 479 BIDDING SCHEDULE DESCRIPTION UNIT PRICE BID Tree Trimming, including all labor and equipment, for an hourly rate per crew member(minitnum three (3) $ 107 . S5 per person person crew), for all hours worked on working and (Per Hour) non-working days. The undersigned, as bidder, declares that he has examined thoroughly the entire contract documents herein contained, and that this bid is made without collusion with any other person, firm or corporation,and that all laws and ordinances relating to the interest of public officers in this contract have been complied with in every respect. AND he proposes and agrees,, if this bid is accepted, that he will contract with the City of Ukiah, Mendocino County, California, in the form of a copy of the agreement herein contained to provide all necessary machinery, tools, apparatus, and other means of performance,to furnish all material;to provide all superintendence,overhead expenses,and all labor and expenses of whatever nature necessary for tree trimming at various locations for the City of Ukiah, in conformity with the specifications and other contract provisions, herein, or reasonably implied thereby or as necessary to complete the work in the manner and within the time named herein and according to the requirements and to the reasonable satisfaction of the Director of the Electric Department. We, the undersigned, further agree, if this bid shall be accepted, to famish the required Proof of Insurance within ten (10) working days after written notice that the bid has been accepted, and if the undersigned shall fail to contract, as aforesaid, it shall be understood that he has abandoned the contract, and that, therefore, this bid shall be null and void. Contractor agrees to accept all responsibility for loss or damage to any person or entity, and to defend, indemnify, hold harmless and release the City, its officers, agents and employees, from and against any and all actions, claims, damages, disabilities, or costs of litigation that may be asserted by any person or entity, arising out of or in connection with the negligent or willful misconduct in the performance by contractor hereunder, whether or not there is concurrent, passive, or active negligence on the part of the City, but excluding liability due to the sole active negligence or willful misconduct of the City. This indemnification obligation is not limited in any way by any limitation on the amount or type of damages or compensation payable to or for Contractor or its, agents under Worker's Compensation acts, disability benefits acts or other employee's benefits acts. Contractor shall be liable to the City for any loss or damage to City property arising from or in connection with Contractor performance hereunder, ELECTRIC UTILITY LINE TREE TRIMMING 22 Spec Nio.19-04 Page 283 of 479 The undersigned declares they are familiar with these specifications for tree trimming and has carefully read the requirements, checked all of the figures, and accepts full responsibility for any error or omission. Submitted by,(check one) Individual Owner Partnership §_Corporation Other Legal Name of Contractor Fami1v Tree Resource, Inc , Address of Contractor: 41701 N. Highway 101 PO Box 1501 Laytonville, C-A 95454 Contractor License No- 104845 7 Expiration Date: 12/3 1/2 1 Tax ID#.. 83-2556495 640013 (Family Tree Service, Inc . exp 2/28/2020�000063,135 Department of Industrial Relations Public Works Registration#: Phone Number: 707/272-8668 Pax Number: 707/9,84-8246 By: Tanya Musgrave Print or'rype Name, (Title) President (Signature) Date:— 1Z22Z2020 ELECTRIC UTILITY LINE TREE TRIMMING 23 Spec No.19-04 Page 284 of 479 WORKER'S COMPENSATION CERTIFICATE I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for Worker's Compensation or undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. WITNESS my hand this day of 22,nd January 2020 Signature of Bidder,with Business Address: 41701 N. Highway 101 PO Box 1501 Laytonville, CA 95454 (The bidder shall execute the certification of this page at the time of'submitting his bid.) ELECTRIC UTILITY LINE TREE TRIMIMING 24 Spec No.19-04 Page 285 of 479 LIST OF PROPQSE]2 5jjjjQQNTRACT0HN In compliance with the provisions of Sections 4100-4108 of the California Public Contract Code and any amendments thereof, each bidder shall set forth (a) the name and location of the place of business of each subcontractor who will perform work or,labor or render service in or about the construction site or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications in an amount in excess of one-half of I percent of the total bid and (b) the California Contractor License Number for each subcontractor, and (c)the portion of the work to be done by each sub,contractor.(See General Conditions Section 1-09.) Include with the name of each sub- contractor their Department of Industrial Relations Public Works Contractor Registration Number, SUBCONTRACTOR SUBCONTRACTOR ST BCONTRACTOR SUBCONTRACTOR DIR REGISTRATION BUSINESS DESCRIPTION NAME LICENSENUMBER NUMBER ADDRESS OF WORK PO Box 1325 tree trim � Family Tree 6 4 0 0 13 100003150�8 Laytonville removal Service, Inc CA 95454 Precision 7590 Conde Ln crane Crane 440078 1000013876 Windsor, CA work 9S492 ELECTRIC UTWTY UNE TREE TRWKNG 25 Spec No,19-04 Page 286 of 479 CITY OF UKIAH Mendocino County,California AGREEMENT ELECTRIC UTILITY LINE TREE TRIMMING AT VARIOUS LOCATIONS TFUS AGREEMENT,made this__2.2_day of January 2020 M,by and between the City of Ukiah,Mendocino County,California,hereinafter called the City and Famil Rest u.r c Inc. ......... hereinafter called the Contractor, 1. The Contractor hereby agrees with all the terms and conditions contained in the Agreement, to pay all necessary taxes,insurance and bonds,and to furnish all of the labor,materials,transportation, equipment, services,and incidentals necessary to complete, in a workmanlike manner,the tree trimming at various locations for the City of Ukiah, as per the bid submitted by the Contractor which is herein incorporated by reference. 2. The City hereby agrees to pay and the Contractor agrees to accept $ 107 . S S PP per hour based on, a minimum three person crew in consideration of the full and complete performance of the work in accordance with the bid of the Contractor. 2.1 Rate shall be firm for the entire term of contract, 2.2 Based on notice from City of the annual budget for tree trimming services under this Contract, Contractor shall monitor the hours of work performed during the course of each fiscal year and notify the City, when the amount billed or billable under the contract in that fiscal year equals 85% of the amount budgeted for that year. Contractor shall not incur additional costs or perform additional billable hours prior to receiving instructions from the City and shall not be entitled to payment for services in excess of the amount budgeted by the City for contract services in that fiscal year without prior written approval from the City. 2,3 Payments may be withheld on account of(1)defective work not remedied;(2)claims filed by third parties; (3) failure of the Contractor to make payments properly to Subcontractors or for labor, materials, or equipment; (4) the unpaid balance of the contract sum; (5) damage to that City or another contractor,(6)reasonable evidence that the work will not be completed within the contract time and that the unpaid balance would not be adequate to cover actual or liquidated damage for the anticipated delay, or(7) persistent failure to carry out the work in accordance with the ContractorDocuments. 2.4 Final payment shall not become due until ten (10) working days after the City accepts the work completed and the Contractor has delivered to the City a complete release of all liens arising out of this contractor receipts in fall covering all labor,materials and equipment for which a lien could be filed, or a bond satisfactory to the City to indemnify the City against such lien. If such lien remains unsatisfied after payments are made, the Contractor shall refund to the City all money that the City may be compelled to pay in discharging such lien, including all cost and reasonable attorney fees. 2,5 Acceptance of final payment by the Contractor.,shall constitute a release and waiver of any claims for additional compensation by the Contractor, except for claims submitted in writing by the Contractor prior to final payment which remain unsettled at the time of final application for payment. 3, Term of Agreement.Contractor shall commence performance of services as required upon receipt of a Notice to Proceed from the City.This agreement shall be in effect for three(3)years from the date it is, fully executed. 4, 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 Contractor for services provided under this Agreement; or 3) ELECTMC U7UTY UNE TREE TRIMMM 26 Spec No.19--04 Page 287 of 479 acceptance by City. Contractor shall be liable for any loss or damage to any work in place, or to,any person, materials,or equipment of the worksite(s)caused by him, his agents, employees or guests. 11. In the event action is instituted for the enforcement of any term or condition of this Agreement, the prevailing party shall be entitled to an award of reasonable attorney fees in said suit, in addition to costs and reasonable expenses incurred in the prosecution of said suit. 111 1 If the Contractor shall neglect to prosecute the work property, or fail to perform any provisions of this contract, the City may, after three days' written notice to the Contractor and without prejudice to any other remedy he may have,make good such deficiencies and deduct the cost thereof from the payment then or thereafter due to the Contractor. 1 3. Contractor guarantees all equipment, material, supplies, and work furnished on the job against defective construction or workmanship for a period of one year following completion of the project, except when a longer guaranty is provided by the supplier or manufacturer of the equipment. Contractor expressly agrees to act as co-guarantor of such equipment and materials,and Contractor shall supply ity with all warranty and guaranty documents, relative to equipment and materials incorporated in the job and guaranteed by their suppliers or manufacturers. 14. Contractor will conform to applicable California Administrative Code Title 8 and regulations, also ANSI, 2133 for Tree Care Operations. 1& Contractor will keep a tree trimming report and time card of each tree trimmed. See Exhibit C. These reports and time cards will be submitted to the City of Ukiah on a weekly basis. Contractor will submit pay applications on a fifteen(15)working day schedule, 16. That the complete contract consists of the following documents, all of which shall be considered a part of this agreement. a. Notice to Bidders b. Contractor Qualification Statement c. Specifications d. Bidding Schedule e. Worker's Compensation Certificate f. List of Proposed Subcontractors & Exhibit A(Indemnification) h. Exhibit B(Insurance Requirement for Contractors) i. Exhibit C(Time Card for Contract Work) j. Exhibit D(City of'Ukiah Tree Management Guidelines) k. Exhibit E(Land Mark Tree Program Guidelines and Policies) IN WITNESS WHEREOF,this contract being executed in dty irate and the parties having caused their names to be signed by authority of their duly authorized office this day of January :r 2MI 2 0 2 0 CITY OF UKIAH,MENDOCINO COUNTY,CALIFORN1A By: CITY MANAGER,CITY OF UKIAH Attest: CITY CLERK, CITY OFUKIAH By: Tanya Musgrave Family Tree Resource, Inc. CONTRACTOR Attest; Title: Preside t T he foregoing,contract is approved as to form and legality this clay of' '2019. CITY ATTORNEY,CITY OF UKIAH ELECTRIC UTWTY UNE TREE TRIMMM 28 Spec No.19-04 Page 288 of 479 EXHIBIT"A" INDEMNIFICATION AGREEMENT This Indemnification Agreement is made and entered in Ukiah,California,on .. 20 20 ,Bay and between the City of Ukiah(Ukiah)and Family Tree Resource, Inc. (Contractor). Contractor is Family Tree Resource, Inc-- tree trimming & tree removal contractor for Ukiah. As a condition of issuing the work order, attached hereto, Ukiah requires assurance that Contractor will protect Ukiah from damage or damage claims which arise from its performance of'the work. Accordingly,Contractor agrees as follows: I. Indemnification. Contractor shall indemnify and hold harmless Ukiah and its officers,, agents, and employees from and against any claim, loss, or damage, including,the legal and other costs of defending against any claim of damage or loss which arises out of the Contractor's negligent or wrongful performance under the work order attached hereto, except for claims, losses, or damages resulting from the sole and exclusive negligence or other wrongful conduct of Ukiah or its officers,agents and employees. CONTRACTOR BY: TITLE: President, Family Tree Resource, Inc . E LECTRI C UTILITY LINE TREE'r R1 M IM I NG 29 Spec No.19-o4 Page 289 of 479 FAMILY TREE RESOURCE, INC. LICENSE 1048457 January 22, 200 To Whom it may concern, On November 13,2018, Greg and Tanya Musgrave created a new business, Family Tree Resource, Inc.,with the California Secretary of State registration number C4212117. .At that time, Family Tree Service began the separation of the "Resource Division"to become a separate entity with separate EIN, insurance, Licensing,staff&equipment to satisfy supplier diversity efforts for contractual obligations.The new company, Family Tree Resource, Inc. began operations January 1, 2019 and is actively pursuing SBE, WMBE and HUD Zone registration and certifications which are pending government approval. Family Tree.Service, Inc. (CSLB#640013) continues to operate under contract with sole focus on long time customer PG&E. Family Tree Resource, Inc. (CSLB#1048457) business objectives focus on residential, commercial, municipality and some subcontracting to Family Tree Service to help support specific PG&E work for special projects as approved by PG&E. All FTR employees were originally FTS employees.. "Tree trim crew employees"of both organizations are Utility Line Clearance qualified members of IBEW Union Local 1245, Greg Musgrave is 100%owner of Family Tree Service, Inc. &Tanya Musgrave is an Executive of Family Tree Service with signature authority. Greg Musgrave is also 49%owner of Family Tree Resource, Inc. &Tanya Musgrave is 51%Owner and President. Both companies share the same support personnel including,Accounting, Human Resources, Safety,. Quality, Fleet Vehicle,Order Supply, and Executive Management. Tanya oversees all operations aictivities for both Family Tree Service, Inc, and Family Tree Resource, Inc including, but not limited to: New Business Development, Quotes, Payroll,Accounts Receivable,/Payable, Human Resources, Hiring,, Safety,Training and Equipment Maintenance. The two companies occupy the same physical buildings Corporate Office:41701 North Highway 101 Laytonville, CA 95490 Business Office: 1155 South Main Street'Suite 107 Willits,CA 95490 But there are different mailing addresses and different EIN numbers. Family Tree'Service, Inc. —PO Box 1325 Laytonville CA 95454 EIN 41-2075122. (Family Tree Resource, Inc. PO Box 1501 Laytonville CA 95454 EIN 83-2556495 if you need any additional information, please contact: Tanya Musgrave, President,707/272-8668 tmgsg�lref s� rr�ail'.c rr� Greg Musgrave,Vice President 707/489-1989 grew ryj us rave rnail.comn Thaink you Tanya Musgrave, President Family Tree Resource, Inc. Po Box 1501 PHONE 707/2.72-8668 41701 North Hwy 101 rax 707f984-8246 Laytonville,CA 95454 EMAIL tmusgravenr 9mail,cam SA WEB srrE www. milytree-serve ce.com Page 290 of 479 Fact Sheet Family Tree Resource, Inc. EIN Number(Employer Identification Number)83-2556495 Contractor License Number:1048457Class:C61/D49 Expires.12/31/21 California Business Entity C4212117 effective 11/13/18 TCIA Utility Line Clearance and Residential Accreditation#CA-CA-077 expires 8/08/2021 ■ ISA Member 280890 Expires 12/05/2020 • ISNET#400-852570 Grade B • Licensed Timber Operator#All 1612 Expires: 12/31/19(Family Tree Service, Inc) • DIR(Dept.of Industrial Relations) Number 1000063135 Expires 6/30/20 Bonded through Suretec Indemnity Co Bond#140260$15,000 • Workers Compensation Insurance Policy Number CST5017816 Expires 11/15/2020 • NCAIS number 561730 Landscaping Services , NCAIS number 115310 Forestry Support Activities SIC number 0783 Ornamental Shrub and Tree Service o DUNS#116934149 Annual Revenue$1.81M Number of employees 12 Insurance: Hub International Insurance Services, Inc. POBOX 3310 Santa,Barbara, CA 95454 Phone-(805)682-2571 Commercial General Liability policy number:ARBM Ll 000048000 expires 11/15/2020 Automoblie Liability policy number ARBM Ll 00,0048000 expires 11/15/2020 Excess Liability policy number CCP865019 expires 11/15/2020 Loggers Broadform Insurance LSG Ll 041 expires 4/4/20(Family Tree Service, Inc) Banking Reference: Savings Bank of Mendocino routing 121104063, https://www.savingsbank.com Mailing Address: PO Box 3600, 'Ukiah, CA 95482 Physical Address:200 North School Street, Ukiah,CA 95482 Branch Manager: IDonna Gradek Phone 707/462-6613 Acct 1685000 Trade References Willits Power Equipment WesSpur Tree&Equipment Quill Office Products 1600 South Main,Willits,CA 95490 2121 Iron Street, Bellingham,WA PO Box 37600, Philadelphia, PA 19101:: Phone 7071459-6420 Fax 707/459-6369 Phone 800/268-2141 Fax 360/733-6311 Phone 8001789-8965 Fax 800/789-8955 Account 1009 Account C-245537 Account C-6282784 Mailing Address- PO Box 1501 Laytonville, CA 95454 Physical Address:41701 North Highways 101, Laytoniville, CA 95454 Business Office(Billing) 1155 South Main Street Suite 107 Wilhts CA 95490 wvvw.familytree-se price.com Main office phone: 707/272-8668 Main office fax: 707/984-8246 President: Tanya Musgrave Vice President: Greg Musgrave Phone:707/272-8668 Phone:707/489-1989 Email address:tmusg rave @faMjNtLfte:service.00m Email: musgrave@familytree-service.com Safety Manager:Jordan Laughlin Business Development: Mylincla Shaul Phone: 7071489-1938 Phone:707/512-0383 Email address: j1aughfin,(a-,) LWXILre—q-service,com customerservice@familytree-service.com Accounts��Credit K�c;L di Customer Reference information available upon request Page 291 of 479 FAM'ITRE-06 CWAR �#C��► '"J�'" EDAJTJ10ERTIFICATE OF LILIABILITYIII SU ANICC' tMiMrracsfrYrrl r2In12If1s THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THIS POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN TIME ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the pollcy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the Policy,certain policies may require an endorsement A statement on thus certificate does not confer rights to the certificate holder in lieu of such endorsernen s PRODUCER License#0757776 c ACT Santa Barbara,CA.HUB International Insurance Services Inc. PHONE� AX Exn e(S�r�� � �7'� r PO Box 3310 INC,Nel. ..._......... Sannta.Barbera,CA 93130-3310 a A ss. INSURE S AFFORDI!G OOVERAGE NAIC# INSURER.A:NOVA Casual 44261 2 INSURED INSURER 8:Benchmark Insurance Cam an 41394 Family Tree Resource„Inc. INSURER C:Century,Syrptf Com an 6951 130 Box 1325 INSURER IA Laytonville,CA 95454 INsuR-ERE UINISURER.F COVERAGE...: CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LASTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTVATHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAMS. INSIR TYPE Of INSURANCE ADOL SUIR POLICY NUMBER POLICY EFF POLICY EXP LIMITSLTR. .... A. COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE OCCUR ARBML1000048000 1111512019 1111512020 DAMAGE 70 RENTED 300,000 _. L " ED EXP And Ames alpercua �10a00'01 PERSONAL&ADV INJURY $. 1,000„000 GEN L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S 2,000,000 X POLICY[7 1PI V Lac PRODUCTS-GOMIPWCP AGG S... 2,000,000 OTHER $ A AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1'...„000,0001 ANY AUTO AR,BML10000e48000 "1111512..019 1111'.....512020 BODILY lINJQRY Per erson $OWNED SCHEDULED .. . '..... AUTOS 0NL.Y AUTOS L12DIILY NPNtl U.9RY[Per accegrtl I$ H 3C NON....J�r ED PRvOaEE ' I AMAG'�E �.$. A "a"''ONLY AUFC oNL'd ._�.___,....� UMBRELLA LIAB 6:GCIJFt EACH OCCURRENCE $ EXCESS GLA.IMS-MADE AGGREGATE $.... DED RETIENTION$ $ 'If ORKE�RS COMPENSATION " P 'RT T aET,}d- ANAND Y PROPiiIETOR.FRARBTNBR/EXECUTIVE :]ILITY NI C5T501784N3 1111512019 1111512020 LEACHA�~clDPnre._. _...f.. 1,000„000...,... OFMCERIMEM EXCLUDED? (Mandatory anE.L.DISEASE-EA EMPLOYE $� " IRryres desc6be under 1,004N_.. .®.1.®.�..0 1 0 DE'SdRPTION.OFOPERATnONSbealow E..I..DI'SEAS:E-PO_OCY.. IM.nIT_ ' '00' C Excess Liability CCP865019 11115120/9 11/1512020 Aggregate 5,000,000 DESCRIPTION OF OPERATUONS I LOCATIONS I VEHICLES IACORO 101,Additional Remarks Schedule,may be attached it more apace to reeluiaedl CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Evidence Of Insurance THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE.POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE.. ACORD 25(2016103) (P 1988-2015 ACORD CORPORATION. All rights(reserved.. The ACORD name and logo are registered marks of ACORD Page 292 of 479 BIDDERS CHECKLIST I. Complete and execute Contractor Qualification Statement (page 5, 6 & 7) and attach copies of all certification and CPR Cards for employees, and Equipment Certificates. 2. Complete and execute Bidding Schedule which includes Proposal, Contractor License, Public Works Registration Number,and Federal Tax T.D number, (Page 22 & 23) 1 Complete and execute Worker's Compensation Certificate (Page 24). 4. Complete and execute the List of Proposed Subcontractors(Page 25) 4. Complete the Agreement (page 26) and execute Agreement (page 28). Failure to, execute the Agreement will be deemed a non responsive proposal. 5. Complete and execute Indemnity Agreement (Page 29). ck S DA. av\f(VI, _' ELECTRIC UTILITY LINE TREE TRIMMING 4 Spec Nlo.19-04 Page 293 of 479 Attachment 4 ELECTRIC UTILITY'LIFE TREE TRIMMING AT VARIOUS LOCATIONS O wrner:City of Ukiah Bid Opening:2020-0'a.-23 4-marks an a i wwama Engineer's Estimate Bad Results-Tree Trimming Item It item Code Item Description Quantity unit of Measure unit Price Item Total 1 ELECTRIC U1ILI'TY LINE TREE TRINII�+ING AT 1 HR 7770 $0.00 Bid List Total $0.00 Total Bid Amnount $0.00 General Contractor; Family Tree Resource,Inc. Bidder Status:Irregular Bid 41701 North Highway 1,01. Laytonville,CA 9545�4 Total Bid Amount: $107.55 *marks an albwane Rid List Nome Bid List Total' Rid Results-Tree Trimming $10'7,55 License No Expiration Listed Subcontractors Percent of Contract Listing Amount Description of Work 440078 Percision Crane Crane Work 7590 Conde Lane Windsor,CA 95492 640013 Family Tree Service,Inc.. Tree trim and removal PO Box 1.325 Laytonville,CA 95454 General Contractor. Wright Tree Service of the West,Inc. Bidder Status.Non-Responsive 5930 Grand Avenue: Wriest Des Moines,IN 50266 Total Bid Amount: $297.78 *rwwarkq an aflowan:ce Rid List mlame Bid List Total Bid Results-Tree Trimming $297.T8 Page 294 of 479 Agenda Item No: 7.q. MEETING DATE/TIME: 2/19/2020 ITEM NO: 2020-297 dl� tiuU h 0 � - Uki AGENDA SUMMARY REPORT SUBJECT: Award the Purchase of a Manta All-In-One Protective Relay Tester to Associated Power Solutions, (APS) in the Amount of$63,794.88 (EUD). DEPARTMENT: Electric Utility PREPARED BY: Diann Lucchetti, Administrative Secretary PRESENTER: Consent Calendar ATTACHMENTS: 1. Associated Power Solutions Bid 2. Bid Tab Relay Test Sets Summary: Council will consider awarding the purchase of a new Manta All-in-One Protective Relay Tester in the amount of$63,794.88 including tax and shipping, to Associated Power Solutions, (APS), of Concord, CA. Background: The Electric Utility Department (EUD) team performs in-house testing of substation, hydroelectric plant and distribution system control and protective equipment prior to installation, commissioning, and every two years to comply with NFPA 70B standards. The EUD has been using a 1990's era Epoch test set which is obsolete in testing today's computer-based devices and is no longer being supported. The Electric Utility Department is recommending the purchase of a Manta 5100 relay test set to perform required testing and maintenance of our advanced protective relays. Discussion: Staff researched multiple brands and models of test sets for functionality, ease of use, product support and pricing. Three testers were considered sufficient to meet the needs of the department. Four bids were received, with the low bid from Associated Power Solutions (APS) (Attachment 1) for the Manta MTS- 5100. A copy of the bid tab (Attachment 2) is attached. Recommended Action: Award the purchase of a Manta All-In-One Protective Relay Tester in the amount of $63,794.88 to Associated Power Solutions, (APS). BUDGET AMENDMENT REQUIRED: N/A CURRENT BUDGET AMOUNT: $375,000 PROPOSED BUDGET AMOUNT: $63,794.88 FINANCING SOURCE: 80126100.80230.18042 PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: Mary Horger, Procurement Manager, Mary Williamson, Buyer Approved s o saftArnrt N l�u�nagr Page 1 of 1 Page 295 of 479 Attachment 1 m Quotation Manta Test Systems 4060B Sladeview Cres., Unit 1 Mississauga, ON L5L 5Y5 CAN Phone: +1 905 828 6469 Fax: +1 905 828 6850 Prepared For: Scott Branson Quote#: Q-10747-2 City of Ukiah Date: 1/27/2019 1320 Airport Rd. Quote Validity: 4/15/2020 Ukiah, CA 95482 USA Payment Terms: N45* sbranson@cityofukiah.com Shipping Terms: EXW Proposed Ship Date: 1-2 Weeks End User: City of Ukiah Recommended Carrier: UPS Delivery Method: Ship Your Doble Team: Doble Representative Associated Power Solutions(APS) Regional Sales Manager Mark Teetsel Sales Contact Karam Singh Direct Email mteetsel@doble.com Email ksingh@aps-power.com Direct Phone +1 623 826 4981 Phone 925.820.8102 BDM John Harrell Address 5051 Commercial Circle„ Unit B Concord BDM Contact jharrell@doble.com CA USA 94520 QTY PRODUCT DESCRIPTION SALES PRICE EXTENDED PRICE 1 MTS-5100 $61,490.00 $58,415.50 All-in-one protective relay tester with direct, front panel interface for all functions with exceptional productivity boosting features including intelligent multi-phase adjustment, specific relay test modes, and graphical phasor display. Includes 4-phase AC/DC voltages, high VA 6-phase AC currents, contact/voltage inputs, contact outputs, analog transducer inputs, sequence of events recording,waveform capture capability and GPS receiver. Performs semi-automated testing,transient waveform playback, and end-to-end testing proficiently without a PC. The following options are standard on all units. • Option 10 Hard-shell shipping case, • Option 31 Test Lead Kit, • Option 40 Wireless Keyboard with mousepad, • Option 46 Short switch, • Option 12 Ethernet crossover cable, • Option 13 RS-232 Communications cable, • Option 14 RapidTest Software, • Option 17 Remote Console Software, • Option 22 GPS antenna (100ft cable) Pricing includes above mentioned accessories,all software and updates, 1 year warranty on parts, labor and calibration services. Pricing includes 5%discount. Page 1 of 2 Page 296 of 479 QTY PRODUCT DESCRIPTION SALES PRICE EXTENDED PRICE 1 FREIGHT Freight/Shipping Charges $195.00 $195.00 TOTAL: $58,610.50 Additional Notes Please address your p.o.to Manta Test Systems Ltd. *Payment terms are subject to credit review. All prices in USD. Pricing does not include shipping or sales tax. Please forward all Purchase Orders to sales@mantatest.com. For any questions regarding this quote, please contact your Regional Sales Manager or sales@mantatest.com. Doble hardware and software products are supplied in accordance with Doble's Master Terms. Doble Test Instruments are supplied complete with instruction manuals and all cables necessary for the ordered configuration. THANK YOU FOR YOUR BUSINESS! Page 2 of 2 Page 297 of 479 DOBLE ENGINEERING COMPANY MASTER TERMS AND CONDITIONS Rev.111218 1. Applicable Terms and Conditions.Doble Engineering Company,expressly including all claims with freight forwarders,customs brokers or carriers.If the Products are to be exported, subsidiaries,divisions,and similar affiliates,will be collectively referred to as"Doble",and Buyer will be responsible for all export charges,consular and customs declarations and will be the person or company purchasing Products will be referred to as"Buyer"."Goods"shall be as responsible for penalties resulting from errors or omissions thereon.Buyer shall not re-export defined in Article 2 of the Uniform Commercial Code,as it may be amended from time to the Product or any goods or items which incorporate the Product if the re-export would violate time."Services"shall mean the work to be performed in any contract transaction except to the either United States or Canadian export laws,as applicable.Notwithstanding that risk of loss extent any such transaction includes the transfer of legal ownership over a Good or Goods of the Products pass to Buyer at Doble's door,the Products shall remain the personal property from Doble to Buyer in exchange for money.Such transfer of ownership is hereby defined as a of Doble until fully paid for in cash by Buyer pursuant to a bona fide Doble offer for such sale of Goods as opposed to a sale of Services.All Goods and Services sold by Doble to Buyer Products,and,excepting the immediately preceding condition,the Buyer agrees to perform all will be referred to as"Products".The terms and conditions stated below apply to all sales of acts which may be necessary to perfect and assure retention of title to such product by Doble. the Products. Except for those terms and conditions identified below which are expressly Any specifications,drawings,plans,notes,instructions,engineering notices,or technical data subject to alternative terms set out in the applicable quote and/or order confirmation, it is of Doble furnished to Buyer shall be deemed to be incorporated herein by reference the same expressly understood that any different or additional terms proposed by Buyer or contained on as if fully set forth.Doble shall at all times retain title to all such documents,and Buyer shall any purchase order or other document submitted by Buyer are hereby inapplicable and void not disclose such to any party other than Doble or a party duly authorized by Doble.If there is and, unless expressly acknowledged and accepted by Doble in writing that no other any situation where the parties desire to ship using any term different from or additional to acknowledgment by Doble of,or reference by Doble to,or performance by Doble under,any Incoterms Ex-Works,such agreement must be explicitly set forth in a separate writing and purchase order of Buyer shall be deemed to be an acceptance by Doble of any term additional signed by an officer or other authorized representative of Doble.Doble reserves the right to or contrary to these terms or conditions.If the parties desire to incorporate any term that is enter or have its agent enter upon a Buyer's site to recover any Products not currently different from or additional to the terms set forth herein,such agreement must be set forth in a purchased or licensed by Buyer but currently located on Buyer's site. Buyer must expressly separate writing established solely for the purpose of such amending of terms and signed by an declare the final destination of the Products on the applicable purchase order. officer of Doble.All Products containing or consisting of software("Software Products")are furnished subject to Buyer's acceptance of the terms and conditions contained in Doble's End 5.Inspection and Acceptance.Except with respect to Products sold by Morgan Shaffer Ltd. User Software License Agreement("EULA")and/or Software License Agreement("SLA") or as specified in Section 7 hereto,Buyer will promptly inspect a Product upon delivery.No contained therein, for the applicable Software Product. Doble will provide a copy of this claims for shortages will be allowed unless shortages are reported to Doble,in writing,within EULA and/or SEA in advance of any purchase,upon Buyer request. For the avoidance of 10 days after delivery.Acceptance will be deemed to have occurred no later than 30 days after doubt,the terms of this document are supplemental to any applicable Doble-issued quotation, shipment of such Product. and,in the event of any conflicts between a quotation and this document,the terms of any such quotations hereby take priority over the terms of this document. 6.Force Maieure.Doble will not be liable for delays in shipment or default in delivery or any failure to perform due to any cause beyond Doble's reasonable control including, but not 2. Prices and Pavment Terms.Doble will issue a quotation for each Product request setting limited to, government action, shortage or labor,raw material,production or transportation forth the price of the Products. Quotations are valid for the period of time specified in the facilities,strike or labor difficulty involving employees of Doble or others,fire,flood,act of applicable quotation. Prices do not include any federal, state,provincial or local property, God,terrorism,civil unrest,war,riot,embargo,fuel or energy shortage,car shortage,wrecks license,privilege,sales,use,excise,import,export,transport,VAT,gross receipts,or other or delay in transportation,or inability to obtain necessary labor,materials or manufacturing like taxes which may now or hereafter be applicable. Buyer shall be responsible for the facilities from usual sources.In the event of delay in performance due to any such cause,the payment of all such taxes of any nature whatsoever now or hereafter levied by any date of delivery or time for completion will be extended by a period of time reasonably governmental authority anywhere in the world. Payment is due net 30 days from date of necessary to overcome the effect of such delay. issuance of invoice,provided that Doble reserves the right to require alternate payment terms, dependent upon review of Buyer's credit worthiness. Doble may, in addition to any other 7.Warranty. remedy available under applicable law,charge Buyer interest at the lesser of the rate of one A. Sold Goods. Unless expressly stated otherwise in the applicable quotation, all and one half percent(1%%)per month or the highest rate allowed by applicable law for Products sold by Doble are warranted to be free from defects in material and amounts not paid within the foregoing terms.If Doble shall at any time doubt Buyer's financial workmanship for a period of one year after shipment.During the one(1)year condition and its ability to pay for the cost of the Product(s),Doble may demand adequate warranty period,upon prompt written notice of defect and confirmation that the assurance of due performance or decline to make any further shipments of Goods or supply Product has been stored, integrated, installed, operated and maintained in any further Services except upon receipt of cash payment in advance or security. If Doble accordance with Doble's recommendations and standard industry practice,Doble demands adequate assurance of due performance and the same is not forthcoming within 10 will,at its option,repair or replace any defective products or components thereof days after the date of Doble's demand,Doble may,at its option:(i)continue to defer further at no additional charge, provided that the product or component is returned, shipments of Goods or supply of Services under any order from Buyer which has been shipping prepaid,to Doble.The Buyer is responsible for insuring any product or accepted by Doble until adequate assurance is received,or(it)cancel any outstanding orders component so returned and assumes the risk of loss during shipment. Any from Buyer which have been accepted by Doble and treat as a termination by Buyer pursuant component of a Good that is sold,but is not marketed by Doble as a Product to Section 12(b)herein. itself,is hereby a"Part."All Parts sold by Doble are hereby Goods,except that the warranty period of Parts is limited to six(6)months.Solely regarding Morgan 3. Security Interest.For all Buyer purchases of any equipment,Buyer hereby grants Doble a Schaffer Products:a)such warranty period shall be for a period of thirty security interest in the Products,and all proceeds thereof and accessions thereto,to secure (30) months from the date of the applicable shipment; b) for repaired or payment of the purchase price for the Products and all other charges and costs for which Buyer refurbished equipment and spare parts,such period shall be one(1)year from the is responsible hereunder. At Doble's direction, Buyer shall, from time to time, do all acts date of shipment, and c)Morgan Schaffer shall pay for the transportation of necessary or reasonable to protect Doble's security interest herein created and Buyer shall returned Goods and Parts to be repaired or replaced during the applicable execute and deliver to Doble all Uniform Commercial Code Financing Statements("UCCs") warranty period. (or in cases where the Products are shipped to countries outside of the USA,such foreign B. Leased Goods. countries functional equivalents of a UCC including the Canadian Personal Property Security (i) Definition. For a recurring annual fee,or as otherwise expressly agreed by Registration System,when applicable)which Doble may deem necessary to protect its rights each party to this Agreement in a signed writing,Doble may provide a package of and interests as set forth herein.Buyer hereby irrevocably constitutes and appoints Doble as its rentable equipment, Services associated with such rental, and benefits. Such true and lawful attorney-in-fact,in its name,place and stead,to execute,deliver,acknowledge, combination of rented equipment,Services,and benefits are hereby,collectively, file or record any and all such Uniform Commercial Code Financing and Continuation a"Lease"by name,but the legal and practical nature of the Lease shall only be as Statements.The grant of the foregoing power of attorney is coupled with an interest and shall expressly set forth herein this Agreement. not be revocable by Buyer until all payments due hereunder(including deferred payments (it)Perpetual Warranty.For so long as a Lease is renewed by the parties,Doble whether evidenced by notes or otherwise)shall have been made in cash.To the greatest extent shall, to the extent reasonably possible, promptly repair, adjust, upgrade, or possible under applicable law,Doble shall have the remedies of a secured party under the replace,as Doble in its sole discretion believes the circumstances may warrant, Uniform Commercial Code in force in the Commonwealth of Massachusetts. any impaired Leased Goods returned by Buyer to Doble at Watertown, Massachusetts or other site as expressly directed by Doble: 4. Shipping, Deliverv, and Title. Except as specified in the applicable quotation and/or (a) Without charge to Buyer for transportation, including handling order confirmation,all Products will be shipped pursuant to Incoterms 2010 Ex-Works,with costs where applicable, or for Doble's actual cost of repair, the delivery site for all continental United States and Canadian shipments being Watertown, adjustment, or replacement, if the impairment is solely occasioned MA, or other applicable Doble facility (identified at time of order). Notwithstanding the by inherent defect, foregoing,the delivery site for all Morgan Schaffer Ltd.Products shall be LaSalle,Quebec, (b) on payment by Buyer of charges for transportation, including and the delivery site for all Manta Test Systems Ltd.Products shall be Mississauga,Ontario handling costs where applicable, but without charge to Buyer for unless otherwise identified at the time of order. Except as specified herein this section,title Doble's actual cost of repair, adjustment or replacement, if the and risk of loss including payment of all transportation and insurance cost pass to Buyer at impairment is primarily occasioned by reasonable wear and tear,and Doble's door.Buyer will choose the freight forwarder,customs broker,carrier and means of (c) on payment by Buyer of charges for transportation, including delivery;provided,however that Doble,in its sole discretion,maintains the ability to reject handling costs where applicable, and for Doble's actual cost of Buyer's selection of freight forwarder,customs broker,carrier and means of delivery.If Doble repair, adjustment or replacement, if the impairment is primarily rejects Buyer's selection of any of the above, Buyer will designate an alternative carrier, occasioned by any cause other than inherent defect or reasonable broker or means of delivery that is acceptable to Doble. Buyer is responsible for filing any wear and tear. Doble Engineering Company,85 Walnut Street,Watertown,MA 02472 USA Tel+1 617 926 4900 Fax+1 617 926 0528 www.doble.com 1 Page 298 of 479 (in)Benefits attributable to any Lease shall be as detailed in an applicable Doble- pay overtime for any warranty work performed outside of normal issued Lease quotation. working hours. (iv) The option to rent Goods or Services on a yearly basis,or longer,a la carte (b)If Doble is unable or unwilling to reperform the nonconforming may also be made available by Doble to Buyer,but,unless expressly stated in the Services, or if reperformance does not remedy the nonconformity, quotation,any rented,but not Leased,Goods are not eligible for the Perpetual Buyer may inspect all records relating to any testing provided such Warranty and only include a warranty,Services,or benefits as described in the inspection occurs during the Laboratory Warranty Period. quotation only. (c)Doble only warrants that the Laboratory Services were performed C. Short-Term Rentals. in a professional manner. Except as may otherwise be expressly (i)Definition.Unless otherwise mutually agreed upon in writing,any rental of agreed by both parties in writing, Doble makes no warranty or Doble Goods with an initial rental period of less than 365 days is a"Short-Term representation as to the condition of any samples,parts,instruments, Rental." or other equipment or recommendation as to how Buyer should (it) To the extent that a Buyer that has executed a Short-Term Rental, such interpret or utilize any Test Reports or other deliverables. Buyer shall only be eligible for Perpetual Warranty service on such Short-Term (d) All samples,parts, instruments, or other equipment shipped to Rental if the Buyer is also a current Lease purchaser.Otherwise,Buyer's Short- Doble for Laboratory Services shall be shipped to, and, if to be Term Rental shall be entitled to the sold Goods warranty described in paragraph returned,from,Doble at Buyer's sole expense and risk of loss. (A) hereof, except, as to any Short-Term Rental that has not been stored, (iv)Acceptance by Buyer. Doble will submit a test report (`Test Report")to integrated, installed, operated and maintained in accordance with Doble's Buyer upon completion of the Laboratory Services. Within thirty (30)days of recommendations and standard industry practice,Buyer shall be responsible for receipt of the Test Report, Buyer shall notify Doble in writing of any all costs associated with transportation, including handling costs where nonconforming Laboratory Services. Doble shall, within a reasonable time, applicable,and for Doble's actual cost of repair,adjustment or replacement. remedy any specified nonconformity in accordance with the warranty obligations D. Field and Development Services. of this Section 7(E).If Buyer does not issue a notice of nonconformity,Buyer's (i)Development Services Definition. Any Services offered to Buyer by Doble acceptance or the Laboratory Services shall be considered final as of the thirty- where Doble will develop hardware, software, or customizations of existing first(31st)day following the date ofDoble's submission ofthe Test Report. hardware or software,for Buyer are hereby Development Services. F. Doble-Hosted Software Services. All software-based services hosted by Doble (it)Field and Consulting Services Definition.Any Services offered to Buyer by shall be warrantied as detailed in the applicable end user license agreement for Doble where Doble must go on site to perform or where Doble is providing such Product. consulting Services and such Services are not part of an existing Lease package G. Other Services.All other Services not detailed in this section shall be warrantied and do not include Development Services, are hereby Field and Consulting only as detailed in the applicable quotation for such Services. Services. (in) Standard of Performance. Doble warrants that Development Services and H. THE FOREGOING LIMITED WARRANTIES OF THIS SECTION ARE Field and Consulting Services(collectively"FD Services")will be performed in EXCLUSIVE AND IN LIEU OF ALL OTHER WARRANTIES NOT EXPRESSLY accordance with generally accepted professional standards. The FD Services SET FORTH HEREIN,WHETHER EXPRESS OR IMPLIED BY OPERATION OF warranty period(FD Warranty Period")shall be for a period of twelve months LAW OR OTHERWISE, INCLUDING, BUT NOT LIMITED TO, ANY from the date of Buyer acceptance,but no longer than fifteen(15)months from WARRANTIES OF MERCHANTABILITY OR FITNESS FOR PARTICULAR Doble's submission to Buyer of a final test report in the case of Field and PURPOSE OR ANY WARRANTY ARISING FROM COURSE OF DEALING OR Consulting Services or, alternatively, Doble delivery of final deliverables to USAGE OF TRADE. Buyer in the case of Development Services,whichever comes first.During the FD Warranty Period,upon prompt written notice of nonconforming Service,Doble IN NO EVENT SHALL DOBLE BE LIABLE TO BUYER FOR ANY SPECIAL, will reperform the nonconforming Services at no additional charge. INDIRECT,INCIDENTAL OR CONSEQUENTIAL DAMAGES ARISING OUT OF, (a)All warranty work will be performed during normal working hours.If OR AS THE RESULT OF,THE SALE,DELIVERY,NON-DELIVERY,SERVICING, Buyer desires expedited warranty service,Buyer agrees to pay overtime for PERFORMANCE,FAILURE TO PERFORM,ASSEMBLY,USE,LOSS OF USE OR any warranty work performed outside of normal working hours. FAILURE OF THE PRODUCTS OR ANY PART THEREOF, OR FOR ANY (b) If Doble is unable or unwilling to reperform the nonconforming CHARGES OR EXPENSES OF ANY NATURE INCURRED,OR ANY DAMAGE Services,or if reperformance does not remedy the nonconformity,Doble OR LOSS OR LOSS OF USE OF PROPERTY,EQUIPMENT OR POWER SYSTEMS and Buyer shall negotiate an adjustment in the price for the applicable OR THE COST OF CAPITAL OR THE COST OF PURCHASED OR nonconforming Services. REPLACEMENT POWER OR TEMPORARY EQUIPMENT EXPENSES, LOST (c) Doble only warrants that the FD Services were performed in a PROFITS,LOST SAVINGS,OR OTHER DAMAGES ARISING OUT OF THE USE professional manner.Except as may otherwise be expressly agreed by both OF OR INABILITY TO USE THE PRODUCT,EVEN IF DOBLE MAY HAVE BEEN parties in writing,Doble makes no warranty or representation as to the NEGLIGENT. condition of any electrical apparatus or recommendation as to how Buyer should interpret or utilize any final reports or other deliverables. IN NO EVENT SHALL DOBLE'S LIABILITY UNDER ANY CLAIM MADE BY (d)For FD Services involving installation and/or commissioning of Doble BUYER EXCEED THE FACE VALUE OF THE PURCHASE ORDER IN RESPECT or third party instruments,software,or equipment,Doble's warranty does OF WHICH DAMAGES ARE CLAIMED.THIS LIMITED WARRANTY DOES NOT not apply in the event that Doble has performed, installed, or otherwise EXTEND TO ANY PRODUCTS WHICH HAVE BEEN DAMAGED AS A RESULT implemented the FD Services upon an electrical apparatus which has OF ACCIDENT,MISUSE, ABUSE, OR AS A RESULT OF MODIFICATION BY changed subsequent to the performance of the FD Services or has been ANYONE OTHER THAN SELLER OR AN AUTHORIZED SELLER damaged as a result of accident,misuse,abuse or as a result of modification REPRESENTATIVE. by anyone other than Doble or an authorized Doble representative (iv) Acceptance by Buyer. Doble will submit a test report (`Test Report")to The remedies of the Buyer set forth herein are exclusive.No action,regardless of form, Buyer upon completion of the FD Services.Within thirty(30)days of receipt of arising out of the transactions under this contract may be brought by Buyer more than the Test Report,Buyer shall notify Doble in writing of any nonconforming FD one(1)year after the cause of action has accrued.Any Products supplied by Doble but Services. Doble shall, within a reasonable time, remedy any specified manufactured by others are warranted only to the extent of the manufacturer's warranty. nonconformity in accordance with the warranty obligations of this Section 7(D). Any claim for breach or warranty or other action relating to the Products must be If Buyer does not issue a notice of nonconformity,Buyer's acceptance or the FD commenced by Buyer within one year after the date of shipment of the Products. Services shall be considered final as of the thirty-first(31st)day following the date of Doble's submission of the TestReport. Doble warrants that any Product purchased by Buyer hereunder will be delivered free of E. In-House Lab Services. any and all rightful claims, demands, liens or encumbrances. In the event of claim (i)Materials Laboratory Services Definition.Any Services offered to Buyer by regarding defect to title,Buyer shall promptly notify Doble and Doble,at its expense, Doble where Doble will perform in-house testing of a Buyer-submitted oil, will defend the title to any affected Product or part and if unsuccessful will promptly dielectric material,or other specimens is hereby"Materials Laboratory Services". provide to Buyer at no cost,replacement parts or equipment which complies with this (it)High Voltage Laboratory Services Definition.Any Services offered to Buyer warranty. by Doble's High Voltage Laboratory where Doble will perform in-house testing or investigations of Buyer-submitted instruments, parts, materials, or other 8. No Rights in Doble's Trademarks.Buyer shall not have any ownership right,title or equipment is hereby"High Voltage Laboratory Services". interest, express or implied, in the intellectual property, trademarks, trade names, service (in) Doble warrants that Materials Laboratory Services and Voltage Laboratory marks,logotype,advertising and/or designs,markings or other commercial symbols associated Services (collectively "Laboratory Services") will be performed in accordance with the Products,including but not limited to the name"Doble"(collectively,"Trademarks") with generally accepted professional standards.The warranty period(`Laboratory and expressly acknowledges Doble's exclusive right,title and interest in the Trademarks. Warranty Period") shall be for a period of six (6) months from Doble's submission to Buyer of the final test report (`Test Report"). During the 9.Patent Infringement. Laboratory Warranty Period, upon prompt written notice of nonconforming A. Doble shall, at its expense, defend any suit brought against Buyer based on a Service,Doble will,where applicable,reperform the Services.If,in Doble's sole claim that any Product furnished by Doble pursuant to this Agreement constitutes discretion,the results of the reperformance are materially different from the initial an infringement of any United States or Canadian patent,and Doble shall pay all results, then the reperformance shall be at no additional charge to Buyer. judgments and costs recovered against Buyer in any such suit and shall reimburse However,if reperformance yields materially the same results,the Buyer will be Buyer for costs or expenses incurred by Buyer in the defense of any such suit, responsible for the purchase of a second testing. provided that Buyer gives Doble prompt notice of such suit,reasonable assistance (a) All warranty work will be performed during normal working in the defense thereof,and full opportunity to control all aspects of the defense hours.If Buyer desires expedited warranty service,Buyer agrees to thereof, including settlement. In the event such Product is held to constitute infringement,and the use of the Product is enjoined,Doble shall,at its option: (i) Doble Engineering Company,85 Walnut Street,Watertown,MA 02472 USA Tel+1 617 926 4900 Fax+1 617 926 0528 www.doble.com 2 Page 299 of 479 procure for Buyer the right to continue using the Product,(it)replace it with non- 15. Choice of Law.The rights and remedies of the parties hereunder shall be governed by the infringing Product;(it)modify it so it becomes non-infringing;or(iv)refund the laws of the Commonwealth of Massachusetts without regard to the choice-of-law rules thereof, price paid by Buyer for the Product and direct the Buyer to return the Product,at and the parties agree that jurisdiction and venue for any action arising out of the terms and Doble's expense or to destroy the Product. conditions herein shall be exclusively in state or federal courts located in Massachusetts, B. Doble's liability for patent infringement shall not apply to: (i) any Products United States of America.Prior to initiation of any legal action by either party,the parties shall supplied according to any custom design specified or required by Buyer,or(it) attempt in good faith to resolve any dispute promptly by negotiation between their duly any Modifications of or to the Product or combinations of the Product with authorized representatives. In connection with such negotiations,the parties agree to honor another product not furnished by Doble. If a suit is brought against Doble on reasonable requests for information and to meet within 30 days of a request by the other party account of the items set forth in this section lOB(i)or(it)above,Buyer shall at a mutually acceptable time and place.Notwithstanding the provisions of this section,(i)in indemnify Doble in the same manner and to the same extent that Doble would the case where the Doble contracting party is Morgan Shaffer Ltd. and provided that the indemnify Buyer pursuant to paragraph 10A. applicable transactions solely take place within Canada,the rights and remedies of the parties hereunder shall be governed by the laws of the Province of Quebec,Canada and the federal 10. Transfer of Products by Buver. In the event Buyer transfers to a third party any laws of Canada applicable therein;and(it)in the case where the Doble contracting party is purchased Product supplied hereunder or any right or interest therein, Buyer agrees to Manta Test Systems Ltd.and provided that the applicable transactions solely take place within indemnify, defend and save Doble harmless from any and all liability of Doble to such Canada,the rights and remedies of the parties hereunder shall be governed by the laws of the transferee or any subsequent transferee in excess of what Doble's liability would have been if Province of Ontario,Canada and the federal laws of Canada applicable therein..For greater such transferee had been bound by these Terms and Conditions of Sale in the same manner as certainty,the United Nations Convention on Contracts for the International Sale of Goods, Buyer. including its adoption by the Province of Ontario under the International Sales of Goods Act (Ontario),shall not apply to the Agreement. 11.Delav or Termination. A. Delav requested by Buyer.Buyer may request that the delivery date for an order 16. Compliance with Laws.Each party agrees to comply with all applicable local,state and or for certain Products within an order be delayed or rescheduled. If Doble federal laws and executive orders and regulations in the performance of this Agreement.Each accepts such request and delays or reschedules shipment or performance,Buyer party shall indemnify the other party against any loss,cost,damage or liability by reason of agrees to pay Doble for any fees Doble may charge and/or costs Doble incurs for such party's violation of this section. accepting such delay or rescheduling. In addition, if the prices of the Products change during the period in which delivery of the order is delayed,Doble shall be 17. Legal Fees. In the event of any litigation arising herefrom,Doble shall be entitled to entitled,at its option,to charge Buyer the prices in effect at the time the Products recover from Buyer all reasonable legal fees, costs and expenses incurred by Doble in are shipped or performed,instead of the prices in effect at the time the order was enforcing any of Doble's other rights hereunder. placed.Any order held,delayed,or rescheduled beyond a reasonable period of time may be treated by Doble as a Buyer termination under section(b)below. 18. Waiver. Waiver by Doble of any breach of these terms and conditions shall not be B. Termination of Orders by Buyer.Products cannot be returned,and orders once construed as a waiver of any other breach,and failure to exercise any right arising from any accepted cannot be cancelled,without Doble's prior specific written consent(and default hereunder shall not be deemed a waiver of such right which may be exercised at any at Doble's sole and absolute discretion). Goods authorized for return and/or subsequent time. Doble approved cancellation orders shall be subject to handling,restocking and/or cancellation charges which will include indemnification of Doble against all 19. Confidentiality.In connection with the performance of this Agreement,the parties may direct incidental and consequential loss or damage including but not limited to: share and/or exchange proprietary,sensitive and confidential business information with one direct costs;overhead and other costs which are allocable or apportionable under another. This may include,but is not limited to,know-how, documents,designs,drawings, reasonable accounting practices to the order; storage fees, handling and processes, bills of material, specifications, proposed pricing or other information that is transportation costs, material or personnel expenses of Doble, and lost profits. conspicuously marked as proprietary ("Proprietary Information"). Without limiting the Payment for restocking and cancellation charges shall be made within 15 days generality of the foregoing definition, the parties specifically acknowledge that all Buyer from date of invoice.Buyer shall be responsible for any loss related to or any specific information relating to Buyer's assets is deemed Proprietary Information.Each party additional fees that may become applicable due to Buyer's failure to return any is required to hold the other party's Proprietary Information in the strictest confidence, to Goods to Doble with a clearly marked, Doble-issued, return merchandise protect it from disclosure and unauthorized use,to not release it to any third party without the authorization(RMA)number,regardless of whether such Goods was received by disclosing party's express written consent, and to only use such Proprietary Information in Doble. Unless otherwise specified in the applicable quotation, in the case of connection to perform its obligations under this Agreement.Doble will be permitted to retain Lease, rented equipment, and other ongoing Services extending for a year or technical data for the sole purpose of creation of statistical models showing representative more,Buyer's order for such Services shall automatically renew at Doble's then characteristics of operating data,but without any specific links or identification to the Buyer, current rates at the end of any term unless Buyer advises Doble of its desire to the Buyer's Assets or configuration in which the asset was originally linked. terminate prior to 60 days before the end of a current billing term. C. Delav for reasons bevond Doble's Control.When Products are ready for shipment 20. Exceptions and Special Terms.Subject to Section 1,no requested alterations to the terms and shipment cannot be made because of reasons beyond Doble's control,Doble of this Agreement shall be valid except by Doble's express authorization.Any such mutually shall submit an invoice for such Products payable upon receipt thereof and shall, agreed-upon alterations to the terms of this Agreement shall be set forth in a separate schedule, upon written notice to the Buyer,store such Products for Buyer's benefit.In such which shall be deemed Schedule A to this document and will and must be signed by both event, the following conditions shall apply: (i) Products will be stored in a parties and include the full legal names of both parties and the date of signing.Such Schedule segregated area and tagged as property of Buyer,(it)Risk of loss of the Products A shall be effective as to the later of the two dates in the signature block. shall pass to the Buyer upon moving the Products to the segregated storage area, and (in) All expenses incurred by Doble in connection with the storage of 21. Entire Agreement. This document, together with the applicable quote and/or order products, including demurrage, the cost of preparation for storage, storage confirmation, contains the entire agreement between Doble and Buyer and constitutes the charges,insurance if placed,and handling charges shall be payable by the Buyer final, complete and exclusive expression of the terms of the agreement, all prior or upon submission of invoices by Doble. contemporaneous written or oral agreements or negotiations with respect to the subject matter D. Termination of Orders by Doble. For any material breach of these terms and hereof being merged herein. conditions by Buyer,Doble shall have the right to cancel any order at any time without penalty by written notice to the Buyer. 22. Severability.In the event that any provision hereof shall violate any applicable statute, ordinance,or rule of law,such provision shall be ineffective to the extent of such violation 12. Buver's Premises.If in connection with the sale of the Products,Doble is required to without invalidating any other provision hereof.Notwithstanding the foregoing,to the extent perform any work in Buyer's premises, Buyer will be solely responsible for isolation and the rights and remedies hereunder are governed by Canadian law in accordance with Section disconnection of any equipment or apparatus to be tested, if applicable. Buyer will be 15,if any section,subsection,sentence or clause hereof shall be adjudged illegal,invalid or responsible for the supervision, control, health and safety of Buyer's personnel. Buyer will unenforceable, such illegality, invalidity or unenforceability shall not affect the legality, comply with and ensure that its personnel are properly trained and licensed under all laws and validity or enforceability of these terms and conditions as a whole or of any article,subsection, regulations relating to health,safety and/or the environment that are applicable in the Buyer's sentence or clause hereof not so adjudged,and the remaining terms and provisions of this shall country and jurisdiction including federal,state,and local laws(or international equivalent) remain unimpaired and in full force and effect.' and any revisions to such laws or successor legislation.In the event Buyer fails to provide a working environment that meets the requirements set forth herein, such failure is hereby 23. Timely On-Site Performance by Doble.Any timely on-site performance by Doble is deemed a material breach and Doble has the right to terminate any such order in accord with contingent upon Buyer providing Doble with:(i)an appropriate work area;(it)unrestricted Section I I(D). access to Buyer's assets(which will be isolated and disconnected by Buyer,if applicable);(in)all required technical information and data, including drawing approvals, and required 13. Product Notices. Buyer shall provide all direct users or purchasers of any Doble commercial documentation,(iv)removal or remedy of obstructions to or interruptions in the equipment (including its employees) with all Doble supplied product notices, warnings, performance of the Services;(v)any special instrument necessary for the performance of the instructions,recommendations,and similar materials. Services as specified in the quotation and(vi)the support of Buyer's employees,as needed. 14. Limitation on Assignment. Neither party may assign any of its rights or obligations 24. Choice of Language.The parties have requested and do hereby confirm their request that hereunder without the prior written consent of the other except that Doble shall have the right the present contract be in English only.LES PARTIES DECLARENT QU'ILS ONT EXIGE to subcontract or delegate any portion of its obligations to any party or assign all its rights and ET PAR LES PRESENTS CONFIRMENT LEUR DEMANDE QUE CE CONTRAT SOIT obligations to any company with which it is affiliated or to any corporation into which it shall REDIGE EN ANGLAIS SEULEMENT. be merged,with which it shall be consolidated,or by which it,or all or substantially all of its assets,shall be acquired. Doble Engineering Company,85 Walnut Street,Watertown,MA 02472 USA Tel+1 617 926 4900 Fax+1 617 926 0528 www.doble.com 3 Page 300 of 479 Doble Engineering Company,85 Walnut Street,Watertown,MA 02472 USA Tel+1 617 926 4900 Fax+1 617 926 0528 www.doble.com 4 Page 301 of 479 Attachment 2 Electric Utility Department Bid Tara,-Relay Test Sets Attachment Description QTY Manta-APS Manta c/o Young&CO Doble c/o Young&Co Megger Manta Relay Test Set MTS-510 1 58415.50 58415.50 67639.00 67639,06 86933.00 $86,93100 0.00 Doble Relay Test Set F6150SV 1 0.00 0.00 0.00 0.00 Megger Relay Test Set SMRT46 1 0.00 0.00 0.00 65175.00 65175M 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Sub-TOTAL $68,415.50 $67,639.06 86933.00� 65175.00 Freight 195;00 PP&A No Quote PP&A No Quote PP&A No Quote. Sales Tax 8.875% $5,184,38 ;$6,002.96 $7,715;30 $5,784,28 TOTAL $63,794.88 $73,641 M $9404&30 $70,95928. OPTIONS: Cert of Calibration 565.00 24 month Ext Warranty 651T,50 Page 302 of 479 Agenda Item No: 7.h. MEETING DATE/TIME: 2/19/2020 ITEM NO: 2020-298 dl� tiuU h 0 � - Uki AGENDA SUMMARY REPORT SUBJECT: Authorize the City Manager to Negotiate and Enter into an Agreement with the US Army Corps of Engineers for an Easement to Construct a Storage Facility on the Lake Mendocino Hydroelectric Plant Property. (EUD) DEPARTMENT: Electric Utility PREPARED BY: Cindy Sauers, Assistant Electric Utility Director PRESENTER: Consent Calendar ATTACHMENTS: 1. Hydro Storage Building Easement Summary: The City of Ukiah Electric Utility is seeking approval for an easement with the US Army Corps of Engineers (USACE) for the construction of a storage facility on the Lake Mendocino Hydroelectric Plant property. Background: The Lake Mendocino Hydroelectric Plant (Plant) became operational in 1986 and is located at the base of the Coyote Valley Dam. The Hydro Plant provides up to 12% of the City's energy needs with green, renewable energy. The City of Ukiah is responsible for maintaining and operating the Plant. Material and equipment needed for the ongoing maintenance and repair of the plant is currently stored outside in the weather and beneath the stairway in the plant. Degradation of the material and equipment stored outside is apparent and the space under the stairway is limited and not suitable for larger items. Due to a lack of adequate storage, much of what is needed to perform general maintenance and repair is stored off site. In 2019, staff entered into discussions with the USACE regarding construction of a storage building inside the City's gated portion of the Plant. In order to store and maintain materials, tools and equipment for Plant maintenance, a 25' X 40' building is planned. The building will provide adequate space for storage, some work space for maintenance activities, and a bathroom. In addition, a communications room will be included to house the critical communications for the Plant. Discussion: Attached is a proposed easement agreement (Attachment 1) from USACE for 30 years, expiring in December 2049. The agreement has been reviewed by the City Attorney. Staff will return to Council with proposals for building construction. Staff is recommending that Council authorize the City Manager to negotiate and enter into an Easement Agreement with USACE for the construction of a storage facility on the Lake Mendocino Hydro Plant property. Recommended Action: Authorize the City Manager to negotiate and enter into an Easement Agreement with the US Army Corps of Engineers (USACE) for the construction of a storage facility on the Lake Mendocino Hydro Plant property. BUDGET AMENDMENT REQUIRED: N/A Page 1 of 2 Page 303 of 479 CURRENT BUDGET AMOUNT: N/A PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: David Rapport, City Attorney ad . u . s nw , � �gr Page 2 of 2 Page 304 of 479 ttachirnent 1 NO. DACW05-2-19-511 DEPARTMENT OF THE ARMY EASEMENT FOR STORAGE STRUCTURE RIGHT-OF-WAY LOCATED ON LAKE MENDOCINO PROJECT MEDOCINO COUNTY, CALIFORNIA THE SECRETARY OF THE ARMY under and by virtue of the authority vested in the Secretary by Title 10 United States Code, Section 2668, having found that the granting of this easement will not be against the public interest, hereby grants to, the City of Ukiah, California, a duly constituted Municipality, duly organized, existing, and acting pursuant to the laws of the State of California, hereinafter referred to as the Grantee, an easement for a storage structure and connection to an existing water line, hereinafter referred to as the facilities, over, across, in and upon lands of the United States as identified in Exhibit "A", hereinafter referred to as the premises, and which are attached hereto and made a part hereof. THIS EASEMENT is granted subject to the following conditions. 1. TERM This easement is hereby granted for a term of thirty (30) years beginning on January 1 , 2020, and ending on December 31, 2049. 2. CONSIDERATION This easement is granted without monetary consideration, such action having been determined to be in the public interest, in accordance with the terms and conditions hereinafter set forth. 3. NOTICES All correspondence and notices to be given pursuant to this easement shall be addressed, if to the Grantee, to the City of Ukiah, Attention: Electric Utility Director, 300 Seminary Avenue, Ukiah, California 95482, and, if to the United States, to the District Engineer, Attention: Chief, Real Estate Division, 1325 J Street, Sacramento, California 95814, or as may from time to time otherwise be directed by the parties. Notice shall be deemed to have been duly given if and when enclosed in a properly sealed envelope or wrapper addressed as aforesaid, and deposited postage prepaid in a post office regularly maintained by the United States Postal Service. 4. AUTHORIZED REPRESENTATIVES Except as otherwise specifically provided, any reference herein to "Secretary", "District Engineer", "Installation Commander", or "said officer" shall include their duly authorized representatives. Any reference to "Grantee" shall include assignees, transferees and their duly authorized representatives. Page 305 of 479 EASEMENT NO. DACW05-2-19-511 5. SUPERVISION BY THE DISTRICT ENGINEER The construction, operation, maintenance, repair or replacement of said facilities, including culverts and other drainage facilities, shall be performed at no cost or expense to the United States and subject to the approval of the District Engineer, San Francisco District, hereinafter referred to as said officer. Upon the completion of any of the above activities, the Grantee shall immediately restore the premises to the satisfaction of said officer. The use and occupation of the premises for the purposes herein granted shall be subject to such rules and regulations as said officer prescribes in writing from time to time. 6. APPLICABLE LAWS AND REGULATIONS The Grantee shall comply with all applicable Federal, state, county and municipal laws, ordinances and regulations wherein the premises are located. 7. CONDITION OF PREMISES The Grantee acknowledges that it has inspected the premises, knows the condition, and understands that the same is granted without any representation or warranties whatsoever and without any obligation on the part of the United States. 8. INSPECTION AND REPAIRS The Grantee shall inspect the facilities at reasonable intervals and immediately repair any defects found by such inspection or when required by said officer to repair any such defects. 9. PROTECTION OF GOVERNMENT PROPERTY The Grantee shall be responsible for any damage that may be caused to the property of the United States by the activities of the Grantee under this easement and shall exercise due diligence in the protection of all property located on the premises against fire or damage from any and all other causes. Any property of the 9841753United States damaged or destroyed by the Grantee incident to the exercise of the privileges herein granted shall be promptly repaired or replaced by the Grantee to a condition satisfactory to said officer, or at the election of said officer, reimbursement made therefor by the Grantee in an amount necessary to restore or replace the property to a condition satisfactory to said officer. 10. RIGHT TO ENTER The right is reserved to the United States, its officers, agents, and employees to enter upon the premises at any time and for any purpose necessary or convenient in connection with government purposes, to make inspections, to remove timber or other 2 Page 306 of 479 EASEMENT NO. DACW05-2-19-511 material, except property of the Grantee, to flood the premises and/or to make any other use of the lands as may be necessary in connection with government purposes, and the Grantee shall have no claim for damages on account thereof against the United States or any officer, agent, or employee thereof. 11. TRANSFERS AND ASSIGNMENTS Without prior written approval by said District Engineer, the Grantee shall neither transfer nor assign this easement or any part thereof nor grant any interest, privilege or license whatsoever in connection with this easement. The provisions and conditions of this easement shall extend to and be binding upon and shall inure to the benefit of the representatives, successors and assigns of the Grantee. 12. INDEMNITY The United States shall not be responsible for damages to property or injuries to persons which may arise from or be incident to the exercise of the privileges herein granted, or for damages to the property or injuries to the person of the Grantee's officers, agents, or employees or others who may be on the premises at their invitation or the invitation of any one of them, and the Grantee shall hold the United States harmless from any and all such claims not including damages due to the fault or negligence of the United States or its contractors. 13. SUBJECT TO EASEMENTS This easement is subject to all other existing easements, or those subsequently granted as well as established access routes for roadways and utilities located, or to be located, on the premises, provided that the proposed grant of any new easement or route will be coordinated with the Grantee, and easements will not be granted which will, in the opinion of said officer, interfere with the use of the premises by the Grantee. 14. RELOCATION OF FACILITIES In the event all or any portion of the premises occupied by the said facilities shall be needed by the United States, or in the event the existence of said facilities is determined to be detrimental to governmental activities, the Grantee shall from time to time, upon notice to do so, and as often as so notified, remove said facilities to such other location on the premises as may be designated by said officer. In the event said facilities shall not be removed or relocated within ninety (90) days after such notice, the United States may cause such relocation at the sole expense of the Grantee. 15. TERMINATION This easement may be terminated by the Secretary upon 30 days written notice to the Grantee if the Secretary shall determine that the right-of-way hereby granted 3 Page 307 of 479 EASEMENT NO. DACW05-2-19-511 interferes with the use or disposal of said land by the United States, or it may be revoked by the Secretary for failure of the Grantee to comply with any or all of the conditions of this easement, or for non-use for a period of two (2) years, or for abandonment. 16. SOIL AND WATER CONSERVATION The Grantee shall maintain, in a manner satisfactory to said officer, all soil and water conservation structures that may be in existence upon said premises at the beginning of or that may be constructed by the Grantee during the term of this easement, and the Grantee shall take appropriate measures to prevent or control soil erosion within the right-of-way herein granted. Any soil erosion occurring outside the premises resulting from the activities of the Grantee shall be corrected by the Grantee as directed by said officer. 17. ENVIRONMENTAL PROTECTION a. Within the limits of their respective legal powers, the parties hereto shall protect the premises against pollution of its air, ground, and water. The Grantee shall promptly comply with any laws, regulations, conditions or instructions affecting the activity hereby authorized if and when issued by the Environmental Protection Agency, or any Federal, state, interstate or local governmental agency having jurisdiction to abate or prevent pollution. The disposal of any toxic or hazardous materials within the premises is strictly prohibited. Such regulations, conditions, or instructions in effect or prescribed by the said Environmental Protection Agency or any Federal, state, interstate or local governmental agency are hereby made a condition of this easement. The Grantee shall not discharge waste or effluent from the premises in such a manner that the discharge will contaminate streams or other bodies of water or otherwise become a public nuisance. b. The use of any pesticides or herbicides within the premises shall be in conformance with all applicable Federal, state and local laws and regulations. The Grantee must obtain approval in writing from said officer before any pesticides or herbicides are applied to the premises. c. The Grantee will use all reasonable means available to protect the environment and natural resources, and where damage nonetheless occurs arising from the Grantee's activities, the Grantee shall be liable to restore the damaged resources. 18. PRELIMINARY ASSESSMENT SCREENING A Preliminary Assessment Screening (PAS) documenting the known history of the property with regard to the storage, release or disposal of hazardous substances thereon, is attached hereto and made a part hereof as Exhibit "B". Upon expiration, revocation or termination of this easement, another PAS shall be prepared which will 4 Page 308 of 479 EASEMENT NO. DACW05-2-19-511 document the environmental condition of the property at that time. A comparison of the two assessments will assist the said officer in determining any environmental restoration requirements. Any such requirements will be completed by the Grantee in accordance with the condition on RESTORATION. 19. HISTORIC PRESERVATION The Grantee shall not remove or disturb, or cause or permit to be removed or disturbed, any historical, archeological, architectural or other cultural artifacts, relics, remains or objects of antiquity. In the event such items are discovered on the premises, the Grantee shall immediately notify said officer and protect the site and material from further disturbance until said officer gives clearance to proceed. 20. NON-DISCRIMINATION The Grantee shall not discriminate against any person or persons because of race, color, age, sex, handicap, national origin, or religion in the conduct of operations on the premises. 21. RESTORATION On or before the expiration or termination of this easement, the Grantee shall, without expense to the United States, and within such time as said officer may indicate, remove said facilities and restore the premises to the satisfaction of said officer. In the event the Grantee shall fail to remove said facilities and restore the premises, the United States shall have the option to take over said facilities without compensation, or to remove said facilities and perform the restoration at the expense of the Grantee, and the Grantee shall have no claim for damages against the United States or its officers or agents for such action. 22. DISCLAIMER This instrument is effective only insofar as the rights of the United States in the property are concerned, and the Grantee shall obtain such permission as may be required on account of any other existing rights. It is understood that the granting of this easement does not eliminate the necessity of obtaining any Department of the Army permit which may be required pursuant to the provisions of Section 10 of the Rivers and Harbors Act of 3 March 1899 (30 Stat. 1151; 33 U.S.C. § 403), Section 404 of the Clean Water Act (33 U.S.C. § 1344) or any other permit or license which may be required by Federal, state or local statute in connection with use of the premises. ---------------------------------------NO CONDITIONS FOLLOW---------------------------------------- 5 Page 309 of 479 EASEMENT NO. DACW05-2-19-511 THIS EASEMENT is not subject to Title 10, United States Code, Section 2662, as amended. IN WITNESS WHEREOF, I have hereunto set my hand by authority of the Secretary of the Army, this day of 2019. Adam B. Olson Chief, Real Estate Real Estate Contracting Officer THIS EASEMENT is also executed by the Grantee this day of 2019. Signature Printed Name Title 6 Page 310 of 479 CA .A fi o �I a a F1 ��Yd tF l I ' — Y "z l`l w� r x -V a 1 � r r) 6 C .ter W u H ri o° Sl I�Q '1 1 1 —i`''.. J x ll W L 4U1 C"h� 1 s U� rry j eA q J r c a r � I'll ,31 i � �Oil :Al I � :tJ✓� r ,.:,r.,v„e .�,mfz'�a.�'w,.acaddi'"��+3.} �`5 ,y � �� _ `� ,,� � 1 i Y jg tt 1{ y t ppp y " C c r A €,� v p 1 1 � _ i t i� EXHIBIT A Page 311 of 479 0 �U 2i s. i� c3 O } N N D N a tl1 Cf O 'e Q O 4 u u m v e Oai m kA ql j v -0 m u'} @ a, C 5! Ql a-% O p N D 91 r0 } 1, CAA C TS CS C "CY u dl Y D o r m n r u e fl, .. -i d w 4 X �; F. rL e-i M 'yam G O ai 14) 0 ,D " QI t .r fu D +• � v} EXHIBIT A Page 312 of 479 Agenda Item No: 7.i. MEETING DATE/TIME: 2/19/2020 ITEM NO: 2020-303 dl� tiuU h 0 ] - Uki AGENDA SUMMARY REPORT SUBJECT: Authorize the City Manager to Execute a Municipal Lease Agreement with Financial Pacific Leasing, Inc., DBA Umpqua Bank Equipment Leasing & Finance, to Finance the Purchase of a Skeeter Type V Wildland Fire Engine, and Approve Corresponding Resolution. DEPARTMENT: Finance PREPARED BY: Mary Horger, Financial Services Manager PRESENTER: Consent Calendar ATTACHMENTS: 1. Resolution 2. City of Ukiah - Document Package Summary: Council will consider authorizing the City Manager to execute a Municipal Lease Agreement with Financial Pacific Leasing, Inc., DBA Umpqua Bank Equipment Leasing & Finance, to finance the purchase of a Skeeter Type V Wildland Fire Engine, and approve corresponding Resolution. Background: On December 19, 2018, Council approved the purchase of one (1) Skeeter Type V Wildland Fire Engine from Golden State Fire Apparatus in the amount of $227,668.61. The order was placed on December 20, 2018. The delivery of the unit was estimated at 365 days. The unit is now ready for the Ukiah Valley Fire Authority to take possession of, and will require payment at the end of this month. Discussion: The resolution requiring approval in order for the City Manager to execute the Municipal Lease Agreement is provided as Attachment 1, and the balance of the agreement documents is provided for as Attachment 2. If approved, the agreement will be for 10-years at an interest rate of 2.39%, with semi-annual payments of $12,872. This fire engine was originally planned in the 5-year Capital Improvement Plan as a financed item, and has been budgeted for in accounts 10021210.74500.V2671 (principal payments) as well as 10021210.74501.V2671 (interest payments). Recommended Action: Authorize the City Manager to execute a Municipal Lease Agreement with Financial Pacific Leasing, Inc., DBA Umpqua Bank Equipment Leasing & Finance, to finance the purchase of a Skeeter Type V Wildland Fire Engine, and approve corresponding Resolution. BUDGET AMENDMENT REQUIRED: No. CURRENT BUDGET AMOUNT: 10000000.74500.V2671: $20,200; 10000000.74501.V2671 $9,000 PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: P.O. 45813 Page 1 of 2 Page 313 of 479 COORDINATED WITH: ApprbA s�OSIN-A Page 2 of 2 Page 314 of 479 ATTACHMENT 1 RESOLUTION 2020- RESOLUTION OF THE CITY COUNCIL OF THE CITY OF UKIAH APPROVING PURCHASE OF FIRE ENGINES AND AUTHORIZING CITY MANAGER TO NEGOTIATE AND EXECUTE LEASE PURCHASE AGREEMENT AND RELATED DOCUMENTS WHEREAS: 1. The City has determined to acquire one Skeeter Brush Truck, Type 5 Engine ("the Equipment") as an essential component of the City' s Fire Department and the provision of fire protection in the City and in the Ukiah Valley Fire District; and 2. The City Council has determined that acquiring the Equipment under a Master Lease Agreement (" Lease") and accompanying Equipment Schedule (" Schedule") with Financial Pacific Leasing, Inc., DBA Umpqua Bank Equipment Leasing & Finance (" Umpqua") is in the best interests of the City; and 3. Under the Lease, the City will assign to Umpqua the City' s rights, but not its obligations, to acquire the Equipment and Umpqua will lease the Equipment to the City pursuant to the terms set forth in the Term Sheet, attached hereto as Exhibit A; and 4. The City will be obligated under the Lease and accompanying Schedule with Umpqua to make semi-annual lease payments which will total the purchase price of the Equipment plus interest, provided the City Council appropriates funds each year to make the lease payments; NOW, THEREFORE, BE IT RESOLVED that: 1. The purchase of the Equipment from Pierce Manufacturing Inc. for the total amount of $227,606.56, including sales tax, is hereby approved. 2. The City Manager is hereby authorized and directed to negotiate and execute on behalf of the City a Lease, Schedule and related documents that finance the purchase of the Equipment in accordance with the Term Sheet, attached hereto as Exhibit A, subject to legal review by the City Attorney. PASSED AND ADOPTED on February 19, 2020, by the following Roll Call Vote: AYES: NOES: ABSTAI N: ABSENT: Douglas F. Crane, Mayor Page 315 of 479 EXHIBIT A Urnplqua bank u i jp irn int leashing & finance MUNICIPAL LEASE-PURCHASE AGREEMENT PAYMENT SCHEDULE Date Total Payment Principal Interest Option to Purchase 3/1/2020 $ - $ - $ - $ 1.00 4/1/2020 $ - $ - $ - $ 1.00 5/1/2020 $ - $ - $ - $ 1.00 6/1/2020 $ - $ - $ - $ 1.00 7/1/2020 $ - $ - $ - $ 1.00 8/1/2020 $ - $ - $ - $ 1.00 9/1/2020 $ 13,140.00 $ 9,930.08 $ 3,210.32 $ 1.00 10/1/2020 $ - $ - $ - $ 1.00 11/1/2020 $ - $ - $ - $ 1.00 12/1/2020 $ - $ - $ - $ 1.00 1/1/2021 $ - $ - $ - $ 1.00 2/1/2021 $ - $ - $ - $ 1.00 3/1/2021 $ 13,140.40 $ 10,070.14 $ 3,070.26 $ 1.00 4/1/2021 $ - $ - $ - $ 1.00 5/1/2021 $ - $ - $ - $ 1.00 6/1/2021 $ - $ - $ - $ 1.00 7/1/2021 $ - $ - $ - $ 1.00 8/1/2021 $ - $ - $ - $ 1.00 9/1/2021 $ 13,140.40 $ 10,212.18 $ 2,928.22 $ 1.00 10/1/2021 $ - $ - $ - $ 1.00 11/1/2021 $ - $ - $ - $ 1.00 12/1/2021 $ - $ - $ - $ 1.00 1/1/2022 $ - $ - $ - $ 1.00 2/1/2022 $ - $ - $ - $ 1.00 3/1/2022 $ 13,140.40 $ 10,356.22 $ 2,784.18 $ 1.00 4/1/2022 $ - $ - $ - $ 1.00 5/1/2022 $ - $ - $ - $ 1.00 6/1/2022 $ - $ - $ - $ 1.00 7/1/2022 $ - $ - $ - $ 1.00 8/1/2022 $ - $ - $ - $ 1.00 9/1/2022 $ 13,140.40 $ 10,502.29 $ 2,638.11 $ 1.00 10/1/2022 $ - $ - $ - $ 1.00 UBELFCAPS-MUNI-1 101 17A Financial Pacific Leasing,Inc.,doing business as Umpqua Bank Equipment Leasing&Finance,is a subsidiary of Umpqua Bank. Products offered by Financial Pacific Leasing,Inc.,are not FDIC insured. 1 III IIII IIIIIIII IIIII IIIII IIIII IIIII Y1111 (1111(iiiiiiiiiiiiii,I�11�111IIIIIIIIilI I IIIIII IIIII IIIII IIIII IIIII IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII1IIIIIIY1111IIIIII IIIIII IIIIIIIIIIIIIIIIIIIIIIIIIIIIII(1111111IIIII IIIII IIIII IIIIIIIIIIIIIIIIIIIIIIIIII1IIIIIIIIIIIIIIIY1111iiii(iiiiiiiiiiiiii, IIIIIIIIIIIIIIIIIIII1IIIIIIY1111IIIIIIIIIIIIIIIIIIIIIIIIIIIY111IIIIIIIIIIII1IIIIIIIIIIIIIIIIIIIIill, IIIII IIIII IIII(1111�IIIIIIIIIIIIIIIIIII�IIIIIII�IIIIIIII�� 11/1/2022 $ - $ - $ - $ 1.00 12/1/2022 $ - $ - $ - $ 1.00 1/1/2023 $ - $ - $ - $ 1.00 2/1/2023 $ - $ - $ - $ 1.00 3/1/2023 $ 13,140.40 $ 10,650.42 $ 2,489.98 $ 1.00 4/1/2023 $ - $ - $ - $ 1.00 5/1/2023 $ - $ - $ - $ 1.00 6/1/2023 $ - $ - $ - $ 1.00 7/1/2023 $ - $ - $ - $ 1.00 8/1/2023 $ - $ - $ - $ 1.00 9/1/2023 $ 13,140.40 $ 10,800.64 $ 2,339.76 $ 1.00 10/1/2023 $ - $ - $ - $ 1.00 11/1/2023 $ - $ - $ - $ 1.00 12/1/2023 $ - $ - $ - $ 1.00 1/1/2024 $ - $ - $ - $ 1.00 2/1/2024 $ - $ - $ - $ 1.00 3/1/2024 $ 13,140.40 $ 10,952.98 $ 2,187.42 $ 1.00 4/1/2024 $ - $ - $ - $ 1.00 5/1/2024 $ - $ - $ - $ 1.00 6/1/2024 $ - $ - $ - $ 1.00 7/1/2024 $ - $ - $ - $ 1.00 8/1/2024 $ - $ - $ - $ 1.00 9/1/2024 $ 13,140.40 $ 11,107.47 $ 2,032.93 $ 1.00 10/1/2024 $ - $ - $ - $ 1.00 11/1/2024 $ - $ - $ - $ 1.00 12/1/2024 $ - $ - $ - $ 1.00 1/1/2025 $ - $ - $ - $ 1.00 2/1/2025 $ - $ - $ - $ 1.00 3/1/2025 $ 13,140.40 $ 11,264.14 $ 1,876.26 $ 1.00 4/1/2025 $ - $ - $ - $ 1.00 5/1/2025 $ - $ - $ - $ 1.00 6/1/2025 $ - $ - $ - $ 1.00 7/1/2025 $ - $ - $ - $ 1.00 8/1/2025 $ - $ - $ - $ 1.00 9/1/2025 $ 13,140.40 $ 11,423.01 $ 1,717.39 $ 1.00 10/1/2025 $ - $ - $ - $ 1.00 11/1/2025 $ - $ - $ - $ 1.00 12/1/2025 $ - $ - $ - $ 1.00 1/1/2026 $ - $ - $ - $ 1.00 2/1/2026 $ - $ - $ - $ 1.00 3/1/2026 $ 13,140.40 $ 11,584.13 $ 1,556.27 $ 1.00 4/1/2026 $ - $ - $ - $ 1.00 UBELFCAPS-MUNI-1 101 17A Financial Pacific Leasing,Inc.,doing business as Umpqua Bank Equipment Leasing&Finance,is a subsidiary of Umpqua Bank. Products offered by Financial Pacific Leasing,Inc.,are not FDIC insured. 2 �IIIIIIIIIIII III IIII IIIIIIII IIIII IIIII IIIII IIIII Y1111I�11�111IIY1111IIIII IIIII(111iIIA1111111IIIIIIIIIIIIIIIIIIII1IIIIIIIIIII��II IIII III(111iiiiiiiiii, IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIiii(iiii, IIIII IIIII IIIII IIIII IIIIII IIIIIIIIIIIIIII1IIIIIII�IIIIIIIIIIIiiii(iiiiiii, I11�IIIIIIY1111IIIIIIIIIIIIIIIIIIIIIIIIIIIY111IIIIIIIIIIII1IIIIIIIIIIIIIIIIIIIIiiii(iiii, IIIII(I,, IIIIIIII1IIIIIII�IIIIIII411 ��"1111 5/1/2026 $ - $ - $ - $ 1.00 6/1/2026 $ - $ - $ - $ 1.00 7/1/2026 $ - $ - $ - $ 1.00 8/1/2026 $ - $ - $ - $ 1.00 9/1/2026 $ 13,140.40 $ 11,747.52 $ 1,392.88 $ 1.00 10/1/2026 $ - $ - $ - $ 1.00 11/1/2026 $ - $ - $ - $ 1.00 12/1/2026 $ - $ - $ - $ 1.00 1/1/2027 $ - $ - $ - $ 1.00 2/1/2027 $ - $ - $ - $ 1.00 3/1/2027 $ 13,140.40 $ 11,913.22 $ 1,227.18 $ 1.00 4/1/2027 $ - $ - $ - $ 1.00 5/1/2027 $ - $ - $ - $ 1.00 6/1/2027 $ - $ - $ - $ 1.00 7/1/2027 $ - $ - $ - $ 1.00 8/1/2027 $ - $ - $ - $ 1.00 9/1/2027 $ 13,140.40 $ 12,081.25 $ 1,059.15 $ 1.00 10/1/2027 $ - $ - $ - $ 1.00 11/1/2027 $ - $ - $ - $ 1.00 12/1/2027 $ - $ - $ - $ 1.00 1/1/2028 $ - $ - $ - $ 1.00 2/1/2028 $ - $ - $ - $ 1.00 3/1/2028 $ 13,140.40 $ 12,251.65 $ 888.75 $ 1.00 4/1/2028 $ - $ - $ - $ 1.00 5/1/2028 $ - $ - $ - $ 1.00 6/1/2028 $ - $ - $ - $ 1.00 7/1/2028 $ - $ - $ - $ 1.00 8/1/2028 $ - $ - $ - $ 1.00 9/1/2028 $ 13,140.40 $ 12,424.46 $ 715.94 $ 1.00 10/1/2028 $ - $ - $ - $ 1.00 11/1/2028 $ - $ - $ - $ 1.00 12/1/2028 $ - $ - $ - $ 1.00 1/1/2029 $ - $ - $ - $ 1.00 2/1/2029 $ - $ - $ - $ 1.00 3/1/2029 $ 13,140.40 $ 12,599.70 $ 540.70 $ 1.00 4/1/2029 $ - $ - $ - $ 1.00 5/1/2029 $ - $ - $ - $ 1.00 6/1/2029 $ - $ - $ - $ 1.00 7/1/2029 $ - $ - $ - $ 1.00 8/1/2029 $ - $ - $ - $ 1.00 9/1/2029 $ 13,140.40 $ 12,777.42 $ 362.98 $ 1.00 10/1/2029 $ - $ - $ - $ 1.00 UBELFCAPS-MUNI-1 101 17A Financial Pacific Leasing,Inc.,doing business as Umpqua Bank Equipment Leasing&Finance,is a subsidiary of Umpqua Bank. Products offered by Financial Pacific Leasing,Inc.,are not FDIC insured. 3 �IIIIIIIIIIII III IIII IIIIIIII IIIII IIIII IIIII IIIII Y1111I�11�111IIY1111IIIII IIIII(111iIIA1111111IIIIIIIIIIIIIIIIIIII1IIIIIIIIIII��II IIII III(111iiiiiiiiii, IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIiii(iiii, IIIII IIIII IIIII IIIII IIIIII IIIIIIIIIIIIIII1IIIIIII�IIIIIIIIIIIiiii(iiiiiii, I11�IIIIIIY1111IIIIIIIIIIIIIIIIIIIIIIIIIIIY111IIIIIIIIIIII1IIIIIIIIIIIIIIIIIIIIiiii(iiii, IIIII(I,, IIIIIIII1IIIIIII�IIIIIII411 ��"1111 11/1/2029 $ - $ - $ - $ 1.00 12/1/2029 $ - $ - $ - $ 1.00 1/1/2030 $ - $ - $ - $ 1.00 2/1/2030 $ - $ - $ - $ 1.00 3/1/2030 $ 13,140.40 $ 12,957.64 $ 182.76 $ 1.00 Interim rent is calculated as follows: (The rent divided by 30 days equals the daily rate) multiplied by the (number of days between closing and the first Rent Payment date)equals the total interim rent. Provided Lessee provides notice pursuant to the Municipal Lease-Purchase Agreement, section Ill payment of the applicable Option to Purchase Amount may occur concurrently with the Lessee's final installment payment. Lessee: City of Ukiah By: '8u Print Name: Sage Sangiacomo Title: City Manager Date: Lessor: Financial Pacific Leasing, Inc., DBA Umpqua Bank Equipment Leasing & Finance By: Print Name: Title: Date: THIS DOCUMENT MAY BE SIGNED IN COUNTERPARTS AND TRANSMITTED ELECTRONICALLY WITH THE SAME FORCE AND EFFECT AS DELIVERY OF AN ORIGINAL. UBELFCAPS-MUNI-1 101 17A Financial Pacific Leasing,Inc.,doing business as Umpqua Bank Equipment Leasing&Finance,is a subsidiary of Umpqua Bank. Products offered by Financial Pacific Leasing,Inc.,are not FDIC insured. 4 �IIIIIIIIIIII III IIII IIIIIIII IIIII IIIII IIIII IIIII Y1111I�11�111IIY1111IIIIIIIIIIIIIIIIIIII1IIIIIIIIIII��II IIII III(111iiiiiiiiii, IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIiii(iiii, IIIII IIIII IIIII IIIII IIIIII IIIIIIIIIIIIIII1IIIIIII�IIIIIIIIIIIiiii(iiiiiii, I11�IIIIIIY1111IIIIIIIIIIIIIIIIIIIIIIIIIIIY111IIIIIIIIIIII1IIIIIIIIIIIIIIIIIIIIiiiii(iiii, IIIII(I,, IIIIIIII1IIIIIII�IIIIIII411 ��"1111 ATTACHMENT 2 Ut Ip u . bank u i 1p irn int leashing & finance INTERIM FUNDING AGREEMENT THIS INTERIM FUNDING AGREEMENT dated as of February 5th, 2020 ("Agreement") is made by and between Financial Pacific Leasing, Inc. DBA Umpqua Bank Equipment Leasing & Finance ("Lessor") and City of Ukiah, a municipal corporation existing under the laws of the state of California ("Lessee"). RECITALS A. Lessor and Lessee have executed and delivered a Municipal Lease-Purchase Agreement dated February 5th, 2020, together with one or more Equipment Schedules and attachments thereto (collectively, the "Lease"). B. Lessee has entered or will enter into certain Purchase Agreements described in Exhibit A,which is attached hereto and incorporated by this reference, for the purchase of equipment (the "Equipment"), and the Supplier under each Purchase Agreement either requires the purchase price for such Equipment to be paid in progress payments prior to final delivery of such Equipment or requires the purchase price for such Equipment to be paid prior to final acceptance of the Equipment (collectively, the "Progress Payments"). C. Pursuant to the Lease, Lessee assigns its rights, but none of Lessee's obligations, under each Purchase Agreement to Lessor. D. Lessor and Lessee wish to provide for advances by Lessor of the Progress Payments in accordance with the terms and conditions set forth herein. E. NOW,THEREFORE, in consideration of the mutual covenants herein contained,the parties hereto agree as follows: 1. Definitions. Capitalized terms used in this Agreement that are not defined herein shall have the meanings ascribed to them in the Lease. 2. Lease of Equipment and Funding of Progress Payments. (a) Subject to the terms and conditions set forth herein, on or before November 30th, 2020 (the "Commitment Termination Date"), at the request of Lessee, Lessor shall fund the purchase of Equipment by making Progress Payments of the purchase price for such Equipment and the funding requests provided by Lessee to Lessor from time to time described in Section 2(b). (b) Lessee shall request that Lessor make a Progress Payment by delivering to Lessor a written funding request (a "Funding Request") executed by Lessee, which shall (i) state the amount of such Progress Payment,which,together with all other Progress Payments previously made by Lessor, shall not exceed the Commitment, (ii) the due date for such Progress Payment, which date shall be at least three (3) business days after the date of such Funding Request and not later than the Commitment Termination Date and (iii) attach an invoice from the Supplier of the Equipment in an amount equal to the requested amount of the Progress Payment. Delivery of such Funding Request to Lessor shall constitute an acknowledgement by Lessee that such invoice is approved and accepted by Lessee. U BELF—I FA-PF-10-20-17 Financial Pacific Leasing,Inc.,doing business as Umpqua Bank Equipment Leasing&Finance,is a subsidiary of Umpqua Bank. Products offered by Financial Pacific Leasing,Inc.,are not FDIC insured. 1 III IIII IIIIIIII IIIII IIIII IIIII IIIII Y1111 (1111(iiiiiiiiiiiiii,I�11�111IIIIIIIIilI I IIIIII IIIII IIIII IIIII IIIII IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII1IIIIIIY1111IIIIII IIIIII IIIIIIIIIIIIIIIIIIIIIIIIIIIIII1111111IIIII IIIII IIIII IIIIIIIIIIIIIIIIIIIIIIIIII1IIIIIIIIIIIIIIIY1111iiii(iiiiiiiiiiiiii, IIIIIIIIIIIIIIIIIIII1IIIIIIY1111IIIIIIIIIIIIIIIIIIIIIIIIIIIY111IIIIIIIIIIII1IIIIIIIIIIIIIIIIIIIIill,IIIIII IIIII IIII I(1111�IIIIIIIIIIIIIIIIIII�IIIIIII�IIIIIIII�� (c) The obligation of Lessor to make any Progress Payment shall be subject to satisfaction (or written waiver by Lessor) of each of the following conditions, prior to the date on which such Progress Payment is to be made: (i) Lessee shall have executed and delivered to Lessor the Lease and Equipment Schedule for the lease of the Equipment identified in the invoice attached to the Funding Request, together with any other agreements or documents required by Lessor; (ii) All representations and warranties of Lessee shall be true and accurate as of the date of the Funding Request; and (iii) No Default shall have occurred, and no event shall have occurred that, with the passage of time or otherwise, would constitute a Default. (d) The obligation of Lessor to make Progress Payments shall terminate on the earlier to occur of (i)the Lease Closing Date(defined below)or(ii)the Commitment Termination Date (such date, the "Termination Date"). 3. Equipment Schedule; Termination. Lessor and Lessee have executed or will execute an Equipment Schedule for the lease of the Equipment which, upon satisfaction of the conditions set forth below,shall expressly supersede and replace this Interim Funding Agreement(a"Final Equipment Schedule") with respect to the Equipment described in such Final Equipment Schedule. Such Final Equipment Schedule shall be effective with respect to the Equipment described in each Funding Request on the date (the "Lease Closing Date") on which each of the following conditions have been satisfied (or waived by Lessor): (e) All of the terms and conditions set forth in Section 2(c) with respect to each Funding Request shall have been satisfied and performed; and (f) Lessee shall have executed and delivered to Lessor a satisfactory Certificate of Acceptance for each item of Equipment (which shall include all Equipment for which Progress Payments have been made hereunder) described in such Equipment Schedule and such other documents required by Lessor. 4. Interim Interest. The total amount of the interim interest accrued throughout the progress Payment period shall be billed and collected on a monthly basis, or collected at time of lease commencement. 5. Obligation of Lessee on Commitment Termination Date or Default. If(a) a Default has occurred and is continuing, (b) for any reason whatsoever Supplier fails to deliver to Lessee an item of Equipment described in the Purchase Agreement for which Progress Payments have been advanced by Lessor, (c) Lessee fails to accept any Equipment for which Progress Payments have been advanced by Lessor, or (d) the Lease Closing Date does not occur prior to the Commitment Termination Date, and Lessor (without any obligation to do so) does not extend the Commitment Termination Date in writing, then Lessee shall pay to Lessor the entire outstanding balance of all Progress Payments advanced by Lessor, plus all interim rent due through the Commitment Termination Date. Interest shall accrue on the total amount due hereunder at the lesser of eighteen percent 0 8%) per annum or the maximum rate permitted by law from the Commitment Termination Date to the date of actual payment. Upon Lessor's receipt of all amounts due hereunder, Lessor will transfer any of its right, title and interest in and to the Equipment to Lessee on an "AS IS, WHERE IS" basis without representation or warranty. U BELF—I FA-PF-10-20-17 Financial Pacific Leasing,Inc.,doing business as Umpqua Bank Equipment Leasing&Finance,is a subsidiary of Umpqua Bank. Products offered by Financial Pacific Leasing,Inc.,are not FDIC insured. 2 �IIIIIIIIIIII III IIII IIIIIIII IIIII IIIII IIIII IIIII Y1111I�11�111IIY1111IIIII(111iIIA1111111IIIIIIIIIIIIIIIIIIII1IIIIIIIIIII III IIII III(111iiiiiiiiii, IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIiii(iiii, IIIII IIIII IIIII IIIII IIIIII IIIIIIIIIIIIIII1IIIIIII�IIIIIIIIIIIiiii(iiiiiii, I 11�111IIY1111IIIIIIIIIIIIIIIIIIIIIIIIIIIY111IIIIIIIIIIII1IIIIIIIIIIIIIIIIIIIIiiii(iiii, IIIII(I,, IIIIIIII1IIIIIII�IIIIIII"1, , 6. Attorneys' Fees. Lessee shall be liable for all reasonable costs, expenses, and legal fees incurred by Lessor in enforcing its rights or collecting any amounts due under this Agreement, before or in connection with litigation or arbitration, including all reasonable attorneys' fees incurred at trial, on appeal and in any bankruptcy or arbitration proceeding. Lessor's recovery hereunder shall in no event exceed the maximum recovery permitted by law. 7. Title.As of the Lease Closing Date, Lessee shall have title to the Equipment; however, Lessor shall have the right to immediately assume title to the Equipment and Lessee shall immediately surrender possession of the Equipment to Lessor (i) upon the occurrence of a Default and for so long as such Default is continuing, or 0i) upon termination of the Lease if Lessee does not exercise its option to purchase the Equipment. 8. Security Interest. Lessee hereby grants to Lessor a purchase money security interest in the Equipment (including any replacements, substitutions, additions, attachments) and all proceeds of the foregoing to secure the prompt payment and performance as and when due of all indebtedness and obligations of Lessee, now existing or hereafter created, to Lessor pursuant to this Agreement or otherwise. Lessee authorizes Lessor to file financing statements, including any amendments and continuation statements,to protect or perfect Lessor's interest in the Equipment. 9. Insurance. Lessee shall maintain all insurance with respect to the Equipment in accordance with the requirements set forth in the Lease commencing with the initial Funding Request submitted to Lessor. 10. Governing Law. THIS AGREEMENT SHALL BE GOVERNED BY AND CONSTRUED IN ACCORDANCE WITH THE LAWS OF THE STATE WHERE THE EQUIPMENT IS LOCATED, INCLUDING ALL MATTERS OF CONSTRUCTION, VALIDITY AND PERFORMANCE, WITHOUT GIVING EFFECT TO ANY CHOICE OF LAW OR CONFLICT OF LAWS. 11. Miscellaneous. Lessee is only obligated to pay Rent under this Agreement to the extent necessary funds have been lawfully budgeted for and appropriated for that purpose during each of Lessee's applicable budget years. If Lessee fails to budget and appropriate necessary funds to pay Rent, this Agreement shall terminate. Lessee agrees that if this Agreement is terminated for Nonappropriation, it will deliver any Equipment in its possession to Lessor at such place as Lessor shall identify within a reasonable distance of the location of the Equipment and Lessor shall then dispose of the Equipment according to the terms of the Lease. Any provision of this Agreement that is prohibited or unenforceable shall be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions thereof. This Agreement may be executed in several counterparts, by electronic signatures or otherwise, each of which when so executed or otherwise authenticated and delivered shall be an original, but all such counterparts shall together consist of one and the same instrument. 12. The undersigned agrees to settle all claims, defenses, set-offs and counterclaims it may have with the Vendor of the goods and equipment directly with the Vendor and not against Lessor. 13. The Lease will commence and the Lessee will begin making payments to Lessor must as if the equipment had been accepted and delivered. Lessee understands that failure by the Vendor to deliver and/or install any equipment is the sole responsibility of Lessee and payments to Lessor will not be withheld for any reason. U BELF—I FA-PF-10-20-17 Financial Pacific Leasing,Inc.,doing business as Umpqua Bank Equipment Leasing&Finance,is a subsidiary of Umpqua Bank. Products offered by Financial Pacific Leasing,Inc.,are not FDIC insured. 3 �IIIIIIIIIIII III IIII IIIIIIII IIIII IIIII IIIII IIIII Y1111I�11�111IIY1111IIIII IIIII(111iIIA1111111IIIIIIIIIIIIIIIIIIII1IIIIIIIIIII��II IIII III(111iiiiiiiiii, IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIiii(iiii, IIIII IIIII IIIII IIIII IIIIII IIIIIIIIIIIIIII1IIIIIII�IIIIIIIIIIIiiii(iiiiiii, I11�IIIIIIY1111IIIIIIIIIIIIIIIIIIIIIIIIIIIY111IIIIIIIIIIII1IIIIIIIIIIIIIIIIIIIIiiii(iiii, IIIII(I,, IIIIIIII1IIIIIII�IIIIIIII�� 14. By signature below the undersigned specifically authorizes and requests Lessor to make payment to the Vendor(s) of the equipment described in the Lease. Lessee agrees that said equipment has not been delivered, installed or accepted on a trial basis. DATED this day of 120 Lessee: City of Ukiah By: I9u1l1 Print Name: Sage Sangiacomo Title: City Manager Date: U BELF—I FA-PF-10-20-17 Financial Pacific Leasing,Inc.,doing business as Umpqua Bank Equipment Leasing&Finance,is a subsidiary of Umpqua Bank. Products offered by Financial Pacific Leasing,Inc.,are not FDIC insured. 4 �IIIIIIIIIIII III IIII IIIIIIII IIIII IIIII IIIII IIIII Y1111I�11�111IIY1111IIIII IIIII(111iIIA1111111IIIIIIIIIIIIIIIIIIII1IIIIIIIIIII��II IIII III(111iiiiiiiiii, IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIiii(iiii, IIIII IIIII IIIII IIIII IIIIII IIIIIIIIIIIIIII1IIIIIII�IIIIIIIIIIIiiii(iiiiiii, I11�IIIIIIY1111IIIIIIIIIIIIIIIIIIIIIIIIIIIY111IIIIIIIIIIII1IIIIIIIIIIIIIIIIIIIIiiii(iiii, IIIII(I,, IIIIIIII1IIIIIII�IIIIIII411 ��"1111 Ut Ip u . bank u i 1p irn int leashing & finance MUNICIPAL LEASE-PURCHASE AGREEMENT THIS MUNICIPAL LEASE-PURCHASE AGREEMENT dated as of February 5th, 2020 ("Lease") is made by and between Financial Pacific Leasing, Inc. DBA Umpqua Bank Equipment Leasing & Finance, having an address at 3455 South 344th Way Ste. 300, Federal Way, WA 98001 ("Lessor"), and City of Ukiah, a municipal corporation existing under the laws of the State of California, with offices located at 300 Seminary Drive, Ukiah, CA 95482 ("Lessee"). 1. Lease. Lessor hereby leases to Lessee, and Lessee hereby leases from Lessor, the Equipment described in each equipment schedule attached hereto and incorporated by this reference (each, an "Equipment Schedule"), subject to and upon the terms set forth in this Lease. 2. Definitions.As used in this Lease,the following terms shall have the following meanings and shall be equally applicable to both the singular and the plural forms thereof: "Acceptance Date" means, with respect to Equipment, the date of execution by Lessee of a Certificate of Acceptance for such Equipment. "Equipment" means each item of equipment and other property designated on an Equipment Schedule that will be leased by Lessee pursuant to the Lease, together with all replacement parts, substitutions, additions, attachments, successions and accessories incorporated therein or affixed thereto. "Initial Term" means the period beginning with the Rent Commencement Date and ending at the conclusion of the budget year of Lessee in effect at the Rent Commencement Date. "Lease Documents" means this Lease, any and all Equipment Schedules, Riders and all other documents now or hereafter executed in connection herewith or therewith, as the same may be modified, amended, extended or replaced. "Payment Schedule" means the "Payment Schedule" attached hereto and incorporated by this reference, setting forth the Rent payments through the duration of the Initial Term and each potential Renewal Term, with the interest and principal components separated. "Purchase Agreement" means any purchase agreement or other contract entered into between a Supplier and Lessee or Lessor for the acquisition of Equipment to be leased or financed hereunder. "Renewal Term" means any period commencing immediately upon the end of the Initial Term or any prior Renewal Term, unless the Lease is terminated as provided herein, each Renewal Term having a duration of one year matching each of Lessee's budget years. "Rent" means the periodic rental payments due under the Lease for the leasing of Equipment as set forth on the Payment Schedule and, where the context hereof requires, all such additional amounts as may, from time to time, be payable under any provision of a Lease. The term "Rent"shall include interim rent, if any. "Rent Commencement Date" means, with respect to Equipment (and unless otherwise indicated on the Payment Schedule), the first day of the calendar month following the date of Lessor's disbursement of funds for the purchase or financing of such Equipment. Lessor will not disburse funds for the purchase of the Equipment until it receives the executed Certificate of Acceptance from Lessee. "Rent Payment Date"shall have the meaning specified in the Payment Schedule. "Supplier" means the manufacturer or the vendor of the Equipment specified on an Equipment Schedule. "Term" means the Initial Term and any Renewal Term. 3. Delivery and Acceptance. Upon delivery to Lessee of any Equipment and Lessee's inspection thereof, Lessee shall execute and deliver to Lessor a written statement in a form acceptable to Lessor(a) acknowledging receipt of the Equipment in good condition and repair and (b) accepting U B EL F-MLA-M U N I-U S-2-23-17 Financial Pacific Leasing,Inc.,doing business as Umpqua Bank Equipment Leasing&Finance,is a subsidiary of Umpqua Bank. Products offered by Financial Pacific Leasing,Inc.,are not FDIC insured. 1 III IIII IIIIIIII IIIII IIIII IIIII IIIII Y1111 (1111(iiiiiiiiiiiiii,I�11�111IIIIIIIIilI I IIIIII IIIII IIIII IIIII IIIII IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII1IIIIIIY1111IIIIII IIIIII IIIIIIIIIIIIIIIIIIIIIIIIIIIIII1111111IIIII IIIII IIIII IIIIIIIIIIIIIIIIIIIIIIIIII1IIIIIIIIIIIIIIIY1111iiii(iiiiiiiiiiiiii, IIIIIIIIIIIIIIIIIIII1IIIIIIY1111IIIIIIIIIIIIIIIIIIIIIIIIIIIY111IIIIIIIIIIII1IIIIIIIIIIIIIIIIIIIIill,IIIIII IIIII IIII I(1111�IIIIIIIIIIIIIIIIIII�IIIIIII�IIIIIIII�� the Equipment as satisfactory in all respects for the purposes of the Lease (the "Certificate of Acceptance"). UNLESS LESSOR HAS AGREED OTHERWISE PURSUANT TO AN INTERIM FUNDING AGREEMENT,LESSOR SHALL HAVE NO OBLIGATION TO ADVANCE FUNDS FOR SUCH PURCHASE OR FINANCING UNLESS AND UNTIL LESSOR RECEIVES A CERTIFICATE OF ACCEPTANCE FOR SUCH EQUIPMENT EXECUTED BY LESSEE. 4. Rent; Delinquent Payments. (a) Lessee shall pay the Rent set forth on the Payment Schedule commencing on the Rent Commencement Date and, unless otherwise set forth on the Payment Schedule, on the same day of each payment period thereafter for the balance of the Term. Rent shall be due whether or not Lessee has received any notice that such payments are due. All Rent shall be paid to Lessor at PO Box 749642, Los Angeles, CA 90074, or as otherwise directed by Lessor in writing. (b) If Lessee fails to pay any Rent or other sums due under the Lease on or before the date when the same becomes due, Lessee shall pay interest on such delinquent payment from the due date until paid at the lesser of eighteen percent (18.00%) per annum or the maximum permitted by law. (c) It is the intent of the parties that Lessee's obligation to pay Rent under this Lease shall constitute a current expense of Lessee and not a debt of Lessee in violation of any legal obligation regarding Lessee's creation of debt. Further, no obligation of Lessee under this Lease shall constitute the pledge of the funds of Lessee, including tax revenues. (d) Each Rent payment made under this Lease will include the payment of interest in such amounts as set forth separately in the Payment Schedule. 5. Nonappropriation and Renewal. Lessee is only obligated to pay Rent under this Lease to the extent necessary funds have been lawfully budgeted for and appropriated for that purpose during each of Lessee's applicable budget years. If Lessee fails to budget and appropriate necessary funds to pay Rent beyond the Initial Term or then current Renewal Term ("Nonappropriation"), this Lease shall terminate at the end of the Initial Term or then current Renewal Term. Lessee agrees to provide Lessor notice of Nonappropriation at least sixty (60) days prior to the end of the Initial Term or then current Renewal Term, but failure to give such notice shall not extend the Term or otherwise constitute a default. Lessee agrees that if this Lease is terminated for Nonappropriation it will deliver the Equipment to Lessor at such place as Lessor shall identify within a reasonable distance of the location of the Equipment and Lessor shall then dispose of the Equipment according to the terms of this Lease. The responsible financial officer of Lessee shall do all things lawfully within his or her power to obtain and maintain funds from which Rent payments may be made, including making provision for Rent payments in each proposed annual budget submitted for approval and to exhaust all available reviews and appeals in the event such funds are not appropriated in the budget. Notwithstanding the foregoing, the decision whether or not to budget or appropriate funds beyond the Initial Term or then current Renewal Term is solely within Lessee's discretion. 6. Location; Inspection; Labels. Equipment shall be delivered to the location specified in the Lease and shall not be removed therefrom, except as in its ordinary use, without Lessor's prior written consent, provided that if such consent is given, Lessee shall be responsible for and shall promptly pay all costs associated with such relocation. Lessor shall have the right to enter upon the premises where the Equipment is located and inspect the Equipment at any time. 7. Non-Cancelable Lease. TO THE EXTENT PERMITTED BY LAW, THIS LEASE CANNOT BE CANCELLED OR TERMINATED EXCEPT AS OTHERWISE EXPRESSLY PROVIDED HEREIN, INCLUDING FOR NONAPPROPRIATION. LESSEE'S OBLIGATION TO PAY RENT AND PERFORM ITS OBLIGATIONS UNDER THIS LEASE ARE ABSOLUTE, IRREVOCABLE AND U B EL F-MLA-M U N I-U S-2-23-17 Financial Pacific Leasing,Inc.,doing business as Umpqua Bank Equipment Leasing&Finance,is a subsidiary of Umpqua Bank. Products offered by Financial Pacific Leasing,Inc.,are not FDIC insured. 2 �IIIIIIIIIIII III IIII IIIIIIII IIIII IIIII IIIII IIIII Y1111I�1111�IIIIIIY1111IIIII IIIII(111iIIA1111111IIIIIIIIIIIIIIIIIIII1IIIIIIIIIII��II IIII III(111iiiiiiiiii, IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIiii(iiii, IIIII IIIII IIIII IIIII IIIIII IIIIIIIIIIIIIII1IIIIIII�IIIIIIIIIIIiiii(iiiiiii, I11�IIIIIIY1111IIIIIIIIIIIIIIIIIIIIIIIIIIIY111IIIIIIIIIIII1IIIIIIIIIIIIIIIIIIIIiiii(iiii, IIIII(I,, IIIIIIII1IIIIIII�IIIIIII411 �� 1111 UNCONDITIONAL AND SHALL NOT BE SUBJECT TO ANY RIGHT OF SETOFF, COUNTERCLAIM, DEDUCTION, DEFENSE OR OTHER RIGHT WHICH LESSEE MAY HAVE AGAINST THE SUPPLIER, LESSOR OR ANY OTHER PARTY; PROVIDED, HOWEVER, THAT NOTHING HEREIN SHALL PRECLUDE LESSEE FROM ASSERTING ANY SUCH CLAIMS AGAINST THE SUPPLIER IN A SEPARATE LAWSUIT. LESSEE UNDERSTANDS AND AGREES THAT NEITHER THE SUPPLIER NOR ANY SALES REPRESENTATIVE OR OTHER AGENT OF THE SUPPLIER IS AN AGENT OF LESSOR OR IS AUTHORIZED TO WAIVE OR ALTER ANY TERM OR CONDITION OF THE LEASE, AND NO SUCH WAIVER OR ALTERATION SHALL VARY THE TERMS OF THIS LEASE. LESSOR IS NEITHER A SUPPLIER NOR A LICENSOR, AND LESSOR IS NOT RESPONSIBLE FOR REPAIRS, SERVICE OR DEFECTS IN EQUIPMENT. LESSEE AGREES NOT TO ASSERT ANY SUCH CLAIMS OR DEFENSES AGAINST LESSOR FOR REPAIRS, SERVICE OR DEFECTS IN EQUIPMENT AND UNDERSTANDS THAT IT MAY DO SO AGAINST THE SUPPLIER OF EQUIPMENT OR SERVICES OR LICENSOR OF SOFTWARE. 8. Use; Alterations. (a) Lessee shall use Equipment solely for the purpose of performing essential government functions of Lessee within the scope of Lessee's authority and only in the manner for which it was designed and intended. Lessee shall comply with all applicable laws. Lessee shall immediately notify Lessor, in writing, of any existing or threatened investigation, claim or action by any governmental authority that could adversely affect the Equipment,the Lessor or the Lease. Lessee, at its own expense, shall make such alterations, additions or modifications (each, a "Required Alteration") to Equipment as may be required from time to time to meet the requirements of applicable law or a governmental body. All such Required Alterations shall immediately, and without further act, be deemed to constitute "Equipment" and be fully subject to the Lease as if originally leased hereunder. Except as otherwise permitted herein, Lessee shall not make any alterations to Equipment without Lessor's prior written consent. (b) Lessee, at its own expense, may from time to time add or install upgrades, accessories, additions or attachments (each an "Upgrade") to Equipment during the Term; provided, that such Upgrades (i) are readily removable without causing material damage to the Equipment, (ii) do not materially adversely affect the value, productive capacity, utility or remaining useful life of the Equipment and (iii) do not cause the Equipment to become "limited use property" within the meaning of Revenue Procedure 2001-28, 2001-19 I.R.B. 1156 (or such other successor tax provision), as of the date of installation of such Upgrade. Any such Upgrades that can be removed without adversely affecting the value, productive capacity, utility or remaining useful life of the Equipment shall remain the property of Lessee, and upon the Equipment's return to Lessor in the event it is not purchased by Lessee, Lessee may, at its option, remove any such Upgrades and, upon such removal, shall restore the Equipment to the condition required hereunder. Upgrades which are not removed prior to the Equipment's return to Lessor shall, upon their delivery to Lessor, become the property of the Lessor, constitute Equipment and be fully subject to this Lease as if originally leased hereunder. 9. Repairs and Maintenance. Lessee, at Lessee's own cost and expense, shall at all times maintain the Equipment in good repair, good operating condition, appearance and working order at all times in compliance with the manufacturer's or Supplier's recommendations and all maintenance and operating manuals or service agreements. 10. Return of Equipment. (a) Unless Lessee has properly exercised its option to purchase the Equipment pursuant to this Section, Lessee shall at its sole expense, upon the expiration or earlier termination of this Lease pursuant to its terms, de-install, assemble, pack (under the supervision of persons acceptable to Lessor), including labeling of all components and hardware, and U B EL F-MLA-M U N I-U S-2-23-17 Financial Pacific Leasing,Inc.,doing business as Umpqua Bank Equipment Leasing&Finance,is a subsidiary of Umpqua Bank. Products offered by Financial Pacific Leasing,Inc.,are not FDIC insured. 3 �IIIIIIIIIIII III IIII IIIIIIII IIIII IIIII IIIII IIIII Y1111I�11�111IIY1111IIIII IIIII(111iIIA1111111IIIIIIIIIIIIIIIIIIII1IIIIIIIIIII��II IIII III(111iiiiiiiiii, IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIiii(iiii, IIIII IIIII IIIII IIIII IIIIII IIIIIIIIIIIIIII1IIIIIII�IIIIIIIIIIIiiii(iiiiiii, I11�IIIIIIY1111IIIIIIIIIIIIIIIIIIIIIIIIIIIY111IIIIIIIIIIII1IIIIIIIIIIIIIIIIIIIIiiii(iiii, IIIII(I,, IIIIIIII1IIIIIII�IIIIIII411 ��"1111 return all, and not less than all, of the Equipment to Lessor by delivering the Equipment to such location or such carrier as Lessor shall specify within a reasonable distance from the general location of the Equipment. Lessee shall be responsible for erasing or removing any private personal, medical or financial information from any data storage or like devices on the Equipment. Lessee agrees that(a) Equipment,when returned,shall be in the condition required by the Lease, which shall at a minimum require that Equipment be in complete and operational condition with no missing or damaged components or parts such that it is capable of performing its originally intended use, and (b) upon Lessor's request, Lessee will obtain from the Supplier (or other maintenance service provider previously approved by Lessor or Supplier) a certificate stating that such Equipment qualifies for full maintenance service at the standard rates and terms then in effect. (b) Provided that Lessee is not then in default under this Lease, Lessee shall have the option to purchase not less than all of the Equipment, "as is" and fee and clear of all liens and encumbrances created by or arising through or under Lessor, for the Option to Purchase Amount set forth in the Payment Schedule plus all other amounts then due by Lessee under this Lease, by giving written notice to Lessor no less than thirty (30) days prior to the date specified in the Payment Schedule for the purchase option; provided that upon Lessee's payment of all Rent payments set forth in the Payment Schedule, Lessee shall be deemed to have properly exercised its option to purchase the Equipment and shall be deemed to have then acquired all of Lessor's right, title and interest in and to the Equipment,free and clear of all liens and encumbrances except such liens,encumbrances, or security interests as may be created, or permitted by Lessee and not discharged, but without other warranties. 11. Sublease and Assignment. (a) LESSEE SHALL NOT,WITHOUT LESSOR'S PRIOR WRITTEN CONSENT,(i)SELL, ASSIGN, TRANSFER, PLEDGE, ENCUMBER OR OTHERWISE DISPOSE OF THE LEASE, EQUIPMENT OR ANY INTEREST THEREIN, (ii) RENT, SUBLET OR LEND EQUIPMENT TO ANYONE INCLUDING LESSEE'S AFFILIATES, OR (iii) PERMIT EQUIPMENT TO BE USED BY ANYONE OTHER THAN LESSEE'S QUALIFIED EMPLOYEES. (b) Lessor, at any time with or without notice to Lessee, may sell, transfer, assign and/or grant a security interest in all or any part of Lessor's interest in this Lease or the Equipment (each, a "Lessor Transfer"). In the event of a Lessor Transfer, any purchaser, transferee, assignee or secured party (each a "Lessor Assignee") shall have and may exercise all of Lessor's rights hereunder with respect to the items to which any such Lessor Transfer relates, and LESSEE SHALL NOT ASSERT AGAINST ANY SUCH LESSOR ASSIGNEE ANY DEFENSE, COUNTERCLAIM OR OFFSET THAT LESSEE MAY HAVE AGAINST LESSOR. The Lessor Assignee should not be bound by, or otherwise required to perform any of Lessor's obligations under the Lease, unless expressly assumed by such Lessor Assignee. Lessee agrees that upon written notice to Lessee of any Lessor Transfer, Lessee shall acknowledge receipt thereof in writing and shall comply with the directions and demands of any Lessor Assignee made according to this Lease, including paying Rent to the Lessor Assignee. Lessee will provide reasonable assistance to Lessor to complete any transaction contemplated by this subsection (b). Notwithstanding the foregoing, no assignment shall be effective until (i) Lessee has received written notice, signed by the assignor and identifying the name and address of the Lessor Assignee and (ii) the assignment has been registered in the books of the Lessor Assignee. Lessee agrees to retain all notices of assignment as a register of all assignments in form necessary to comply with the Internal Revenue Code of 1986, Section 149(a), as amended and regulations thereunder and agrees to make payments according to the register. U B EL F-MLA-M U N I-U S-2-23-17 Financial Pacific Leasing,Inc.,doing business as Umpqua Bank Equipment Leasing&Finance,is a subsidiary of Umpqua Bank. Products offered by Financial Pacific Leasing,Inc.,are not FDIC insured. 4 �IIIIIIIIIIII III IIII IIIIIIII IIIII IIIII IIIII IIIII Y1111IIIIIIII1IIIIIII�IIIIIIY1111IIIII IIIII(111iIIA1111111IIIIIIIIIIIIIIIIIIII1IIIIIIIIIII��II IIII III(111iiiiiiiiii, IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIiii(iiii, IIIII IIIII IIIII IIIII IIIIII IIIIIIIIIIIIIII1IIIIIII�IIIIIIIIIIIiiii(iiiiiii, IIIIIIII1IIIIIII�IIIIIIY1111IIIIIIIIIIIIIIIIIIIIIIIIIIIY111IIIIIIIIIIII1IIIIIIIIIIIIIIIIIIIIiiii(iiii, IIIII(I,, IIIIIIII1IIIIIII�IIIIIII411 ��"1111 (c) The Lease Documents shall inure to the benefit of, and are binding upon, the successors and permitted assigns of the parties thereto. 12. Insurance. (a) In addition to complying with the terms and conditions contained in the applicable Insurance Requirements notice, which is incorporated by this reference, Lessee shall, at all times and at Lessee's own cost and expense, maintain (i) insurance against all risks of physical loss or damage to Equipment for the greater of the full replacement value or the actual cash value thereof, and (ii) commercial general liability insurance (including blanket contractual liability coverage and products liability coverage) for personal and bodily injury and property damage per occurrence in an amount as stated in the Insurance Requirements notice, and (iii) other insurance against other risks of loss customarily maintained by Lessee or otherwise required by Lessor and with such terms as shall be reasonably satisfactory to, or reasonably required by, Lessor. Notwithstanding the foregoing, Lessee may self-insure against such risks with Lessor's prior written approval. (b) All insurance policies required hereunder shall include terms, and be with insurance carriers, reasonably satisfactory to Lessor. Lessee shall deliver to Lessor certificates or other proof of insurance satisfactory to Lessor evidencing the coverage required by this section and listing Lessor as a loss payee and additional insured and providing for Lessor to receive no fewer than thirty (30) days' notice of cancellation. If Lessee fails to maintain any insurance policies required herein,then in addition to any other rights and remedies of Lessor hereunder, Lessor shall have the option (but not the obligation)to pay the premiums on any such policies or to obtain new insurance under terms satisfactory to Lessor, and any amounts paid by Lessor pursuant thereto shall be immediately due and payable by Lessee upon demand. 13. Risk of Loss; Casualty. Lessee assumes, and shall at all times bear the entire risk of, any loss, theft, damage to, or destruction of any Equipment from any cause whatsoever, to the extent covered by the proceeds of insurance, from the time such Equipment is shipped to Lessee until its return to Lessor or other disposition at the end of the Lease. Lessee shall promptly notify Lessor in writing if any Equipment shall be or become worn out, lost, stolen, destroyed, irreparably damaged, or permanently rendered unfit for use from any cause whatsoever (each a "Casualty Occurrence"). In the event of a Casualty Occurrence, at Lessee's option, Lessee shall within thirty (30) days of such Casualty Occurrence, (i) place such Equipment in good condition and repair, in accordance with the terms hereof; or(ii) pay Lessor the sum of(A)the Option to Purchase Amount as of such Casualty Occurrence, and (B) all Rent and other amounts which are due hereunder. If elected by Lessor and upon payment of all sums due under Section 13(ii) with respect to such Equipment, the obligation of Lessee to pay Rent and the term of this Lease with respect to such Equipment shall terminate. Following payment of all sums due under Section 13(ii) with respect to such Equipment, and if no Event of Default has occurred and remains continuing, Lessor will then (a) transfer to Lessee the Lessor's rights to such Equipment "AS IS, WHERE IS" and with all defects, without recourse and WITHOUT REPRESENTATION OR WARRANTY, EXPRESS OR IMPLIED, other than a warranty that the Equipment is free and clear of any liens created by Lessor; and (b) remit to Lessee any physical damage insurance proceeds received by Lessor arising out of such loss up to the Option to Purchase Amount paid. 14. Taxes. Lessee shall use the Equipment for the purpose of performing essential government functions of Lessee within the scope of Lessee's authority. Lessee shall timely report, pay and discharge all sales, use, property and other taxes, if any, now or hereafter imposed by any taxing authority upon the Equipment based upon the ownership, leasing, renting, sale, possession or use thereof,whether the same be assessed to Lessor or Lessee,together with any penalties or interest in connection therewith, and to the extent permitted by law will indemnify and hold Lessor harmless therefrom. Lessee's obligations under this Section shall be limited to such taxes as accrue during U B EL F-MLA-M U N I-U S-2-23-17 Financial Pacific Leasing,Inc.,doing business as Umpqua Bank Equipment Leasing&Finance,is a subsidiary of Umpqua Bank. Products offered by Financial Pacific Leasing,Inc.,are not FDIC insured. 5 �IIIIIIIIIIII III IIII IIIIIIII IIIII IIIII IIIII IIIII Y1111IIIIIIII1IIIIIII�IIIIIIY1111IIIII IIIII(111iIIA1111111IIIIIIIIIIIIIIIIIIII1IIIIIIIIIII��II IIII III(111iiiiiiiiii, IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIiii(iiii, IIIII IIIII IIIII IIIII IIIIII IIIIIIIIIIIIIII1IIIIIII�IIIIIIIIIIIiiii(iiiiiii, IIIIIIII1IIIIIII�IIIIIIY1111IIIIIIIIIIIIIIIIIIIIIIIIIIIY111IIIIIIIIIIII1IIIIIIIIIIIIIIIIIIIIiiii(iiii, IIIII(I,, IIIIIIII1IIIIIII�IIIIIII411 ��"1111 the Initial Term or then current Renewal Term. Lessee shall submit written evidence of the payment of such taxes at Lessor's request. 15. Lessor's Right to Perform for Lessee. If Lessee fails to perform any of its obligations contained herein, Lessor may (but shall not be obligated to) itself perform such obligations, and the amount of the reasonable costs and expenses of Lessor incurred in connection with such performance, together with interest on such amount at the lesser of eighteen percent (18.00%) per annum or the maximum permitted by law, shall be payable by Lessee to Lessor upon demand. No such performance by Lessor shall be deemed a waiver of any rights or remedies of Lessor or be deemed to cure the default of Lessee hereunder. 16. Personal Property; Liens. Lessee represents and warrants that the Equipment is, and shall at all times remain fully removable personal property notwithstanding any affixation or attachment to real property or improvements. Lessee shall at all times keep Equipment free and clear from all liens. Lessee shall (a) give Lessor immediate written notice of any such lien, (b) promptly, at Lessee's sole cost and expense, take such action as may be necessary to discharge any such lien, and (c) to the extent permitted by law, indemnify and hold Lessor, on an after-tax basis, harmless from and against any loss or damage caused by any such lien. 17. Default; Remedies. (a) As used herein, the term "Default" means any of the following events: (i) Lessee fails to pay any Rent or other amount due under the Lease within ten (10) days after the same shall have become due; (ii) Lessee becomes insolvent or makes an assignment for the benefit of its creditors; (iii) a receiver, trustee, conservator or liquidator of Lessee of all or a substantial part of Lessee's assets is appointed with or without the application or consent of Lessee; (iv) a petition is filed by or against Lessee under any bankruptcy, insolvency or similar proceeding; (v) Lessee fails to perform or violates any provision of the Lease, or any covenant therein or any warranty or representation made by Lessee therein proves to have been false or misleading when made; or (vi) any filing by Lessee of a termination statement for any financing statement filed by Lessor while any obligations are owed by Lessee under a Lease. Lessee shall immediately notify Lessor of the occurrence of any Default. (b) Upon the occurrence of a Default, Lessor may do one or more of the following as Lessor in its sole discretion shall elect: (i) proceed by appropriate court action to enforce specifically Lessee's performance by Lessee of the Lease or to recover damages for the breach thereof; (ii) cause Lessee, at its expense, promptly to assemble Equipment and return the same to Lessor at such place as Lessor may designate in writing in compliance with all return provisions in this Lease; (iii) by notice in writing to Lessee, cancel or terminate the Lease,without prejudice to any other remedies hereunder; (iv)enter upon the premises of Lessee or other premises where any Equipment may be located and, without notice to Lessee and with or without legal process, take possession of and remove (or disable in place)all or any such Equipment without liability to Lessor by reason of such entry or taking possession, and without such action constituting a cancellation or termination of the Lease unless Lessor notifies Lessee in writing to such effect; (v) sell, re-lease or otherwise dispose of any or all of the Equipment at public or private sale; and (vi) exercise any other right or remedy available to Lessor under applicable law. In addition, Lessee shall be liable for all reasonable costs, expenses, and legal fees incurred in enforcing Lessor's rights under the Lease, before or in connection with litigation or arbitration, including all reasonable attorneys' fees incurred at trial, on appeal and in any bankruptcy or arbitration proceeding, and for any deficiency in the disposition of the Equipment. Lessor's recovery hereunder shall in no event exceed the maximum recovery permitted by law. (c) If a Default occurs, Lessee hereby agrees that ten (10) days' prior notice to Lessee of any public sale or of the time after which a private sale may be negotiated shall be U B EL F-MLA-M U N I-U S-2-23-17 Financial Pacific Leasing,Inc.,doing business as Umpqua Bank Equipment Leasing&Finance,is a subsidiary of Umpqua Bank. Products offered by Financial Pacific Leasing,Inc.,are not FDIC insured. 6 �IIIIIIIIIIII III IIII IIIIIIII IIIII IIIII IIIII IIIII Y1111IIIIIIII1IIIIIII�IIIIIIY1111IIIII IIIII(111iIIA1111111IIIIIIIIIIIIIIIIIIII1IIIIIIIIIII��II IIII III(111iiiiiiiiii, IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIiii(iiii, IIIII IIIII IIIII IIIII IIIIII IIIIIIIIIIIIIII1IIIIIII�IIIIIIIIIIIiiii(iiiiiii, IIIIIIII1IIIIIII�IIIIIIY1111IIIIIIIIIIIIIIIIIIIIIIIIIIIY111IIIIIIIIIIII1IIIIIIIIIIIIIIIIIIIIiiii(iiii, IIIII(I,, IIIIIIII1IIIIIII�IIIIIII411 ��"1111 conclusively deemed reasonable notice. None of Lessor's rights or remedies hereunder are intended to be exclusive, but each shall be cumulative and in addition to any other right or remedy referred to hereunder or otherwise available to Lessor at law or in equity, and no express or implied waiver by Lessor of any Default shall constitute a waiver of any other Default or a waiver of any of Lessor's rights. (d) With respect to any exercise by Lessor of its right to recover and/or dispose of any Equipment or any other collateral securing Lessee's obligations under any Lease, Lessee acknowledges and agrees that Lessor may dispose of Equipment on an "AS IS, WHERE IS" basis, in compliance with applicable law and with such preparation (if any) as Lessor determines to be commercially reasonable. 18. Notices. All notices and other communications hereunder shall be in writing and shall be sent by overnight courier or certified mail(return receipt requested), US postage prepaid,or hand delivered. Such notices and other communications shall be addressed to the respective party at the address set forth above or at such other address as any party may, from time to time, designate by notice duly given in accordance with this section. Such notices and other communications shall be effective upon the earlier of receipt by the party or three (3) days after mailing if mailed in accordance with the terms of this section. 19. Indemnity. To the extent permitted by law, Lessee shall indemnify and hold Lessor harmless from and against any and all liabilities, causes of action, claims, suits, penalties, damages, losses, costs or expenses (including reasonable attorneys' fees, whether or not there is a lawsuit, and including those incurred at trial, on appeal and in any bankruptcy or arbitration proceeding), obligations, liabilities, demands and judgments (collectively, a "Liability") arising out of or in any way related to: (a) Lessee's failure to perform any covenant or Lessee's breach of any representation or warranty under the Lease Documents, (b) the order, manufacture, purchase, ownership, selection, acceptance, rejection, possession, rental, sublease, operation, use, maintenance, loss, damage, destruction, removal, storage, sale, condition, delivery, return or other disposition of or any other matter relating to any Equipment; (c) any and all Liabilities in any way relating to or arising out of injury to persons, property or the environment relating to any Equipment or the Lease Documents; and (d) and any and all Liabilities based on strict liability in tort, negligence, breach of warranties or violations of any regulatory law or requirement. 20. Fees and Expenses. To the extent permitted by law, Lessee shall pay or reimburse Lessor amounts incurred during the Initial Term or then current Renewal Term for: (i) all UCC filing and search fees and expenses incurred by Lessor in connection with the verification, perfection or preservation of Lessor's rights hereunder or in the Equipment; (ii) any and all stamp, transfer and documentation taxes and fees payable or determined to be payable in connection with the execution, delivery and/or recording of the Lease Documents; and (iii) all fees and out-of-pocket expenses (including, but not limited to, reasonable attorneys' and other professional fees and expenses) incurred by Lessor in connection with the preparation, execution, administration,waiver or amendment of the Lease Documents or the collection of any sum payable under any of the Lease Documents not paid when due, and the enforcement of any of the Lease Documents. 21. Financial and Other Data. Lessee, during the Term hereof, shall furnish Lessor such financial information as Lessor may from time to time reasonably request. All such information shall be prepared in accordance with generally accepted accounting principles, applied on a consistent basis, and certified by Lessee to be true and correct. Lessee shall provide Lessor, prior to the Initial Term and each Renewal Term, with current financial statements, budgets, and proof of appropriation for the ensuing year no more than thirty (30) days after such information is available to Lessee. Lessee shall also provide such additional financial information as Lessor may request with regard to Lessee's ongoing ability to perform its obligations under this Lease. 22. Representations and Warranties of Lessee. Lessee represents and warrants that (a) Lessee is a municipal corporation organized and existing under the constitution and laws of the state where U B EL F-MLA-M U N I-U S-2-23-17 Financial Pacific Leasing,Inc.,doing business as Umpqua Bank Equipment Leasing&Finance,is a subsidiary of Umpqua Bank. Products offered by Financial Pacific Leasing,Inc.,are not FDIC insured. 7 �IIIIIIIIIIII III IIII IIIIIIII IIIII IIIII IIIII IIIII Y1111I�11�111IIY1111IIIII IIIII(111iIIA1111111IIIIIIIIIIIIIIIIIIII1IIIIIIIIIII��II IIII III(111iiiiiiiiii, IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIiii(iiii, IIIII IIIII IIIII IIIII IIIIII IIIIIIIIIIIIIII1IIIIIII�IIIIIIIIIIIiiii(iiiiiii, I11�IIIIIIY1111IIIIIIIIIIIIIIIIIIIIIIIIIIIY111IIIIIIIIIIII1IIIIIIIIIIIIIIIIIIIIiiii(iiii, IIIII(I,, IIIIIIII1IIIIIII�IIIIIII411 ""1111 it is located, with the power and authority thereunder to enter into this Lease and assume and perform the obligations stated herein, and Lessee will take all actions necessary to preserve such existence, power, and authority; (b) Lessee has been duly authorized to execute and deliver the Lease Documents by proper action of its governing body and all other proceedings of Lessee relating to the transaction contemplated by this Lease have been performed according to all applicable local, state and federal laws; (c) Lessee covenants that it will use 95% or more of the proceeds of this Lease as soon as practicable for the purposes stated in this Lease - to wit, performance of essential local government functions of Lessee - and that no part of the proceeds shall be invested at any time, directly or indirectly, in a manner which, if such use had been reasonably anticipated when this Lease was entered into, would have resulted in classification of this Lease in any amount as an "arbitrage bond"within the meaning of the Internal Revenue Code of 1986, as amended (the "Code") and regulations thereunder; (d) Lessee designates this as a "qualified tax-exempt obligation" as defined in Section 265(b)(3)(B) of the Code and Lessee reasonably anticipates to issue qualified tax-exempt obligations during the budget year of the Rent Commencement Date in an amount not exceeding $10,000,000; (e) this Lease is not a private activity bond as defined in Section 141 of the Code; (f) Lessee is a state or political subdivision with taxing power under the laws of the state where it is located; (g)the Lease Documents when entered into will constitute legal, valid and binding obligations of Lessee enforceable against Lessee in accordance with their terms; (h) Lessee will comply with all applicable provisions of the Code, including without limitation Sections 103 and 148, and all applicable Treasury Department regulations, in order to maintain the excludability of the interest component of Rent payments from federal income taxation; (i) there are no actions or proceedings to which Lessee is a party, and there are no other threatened actions or proceedings of which Lessee has knowledge, before any governmental authority which, either individually or in the aggregate, would adversely affect the financial condition of Lessee or the ability of Lessee to perform its obligations hereunder; and 0) the financial statements of Lessee (copies of which have been furnished to Lessor) have been prepared in accordance with generally accepted accounting principles, consistently applied, and fairly present Lessee's financial condition as of the date of and for the period covered by such statements, and since the date of such statements there has been no material adverse change in its financial condition or operations. Lessee shall cause to be executed as a requirement of this Lease an opinion of counsel in substantially the form attached hereto and incorporated by this reference. 23. Title. As of the Acceptance Date, Lessee shall have title to the Equipment during the Term of this Lease; however, Lessor shall have the right to immediately assume title to the Equipment and Lessee shall immediately surrender possession of the Equipment to Lessor(i) upon the occurrence of a Default and for so long as such Default is continuing, or (ii) upon termination of this Lease if Lessee does not exercise its option to purchase the Equipment. 24. Security Interest. Lessee hereby grants to Lessor a purchase money security interest in the Equipment (including any replacements, substitutions, additions, attachments) and all proceeds of the foregoing to secure the prompt payment and performance as and when due of all indebtedness and obligations of Lessee, now existing or hereafter created, to Lessor pursuant to this Lease. Lessee authorizes Lessor to file financing statements, including any amendments and continuation statements, to protect or perfect Lessor's interest in the Equipment, and Lessor shall have all of the rights and benefits of a secured party under the UCC as in effect from time to time hereafter in the state in which the Equipment is located or any other state with jurisdiction over the Equipment. Lessee hereby ratifies,to the extent permitted by law, all that Lessor shall lawfully and in good faith do or cause to be done by reason of and in compliance with this section. Lessee agrees not to file any corrective or termination statements or partial releases with respect to any UCC financing statements filed by Lessor pursuant to this Lease. 25. Governing Law. THIS LEASE SHALL BE GOVERNED BY AND CONSTRUED IN ACCORDANCE WITH THE LAWS OF THE STATE WHERE THE EQUIPMENT IS LOCATED, U B EL F-MLA-M U N I-U S-2-23-17 Financial Pacific Leasing,Inc.,doing business as Umpqua Bank Equipment Leasing&Finance,is a subsidiary of Umpqua Bank. Products offered by Financial Pacific Leasing,Inc.,are not FDIC insured. 8 �IIIIIIIIIIII III IIII IIIIIIII IIIII IIIII IIIII IIIII Y1111I�11�111IIY1111IIIII(111iIIA1111111IIIIIIIIIIIIIIIIIIII1IIIIIIIIIII III IIII III(111iiiiiiiiii, IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIiii(iiii, IIIII IIIII IIIII IIIII IIIIII IIIIIIIIIIIIIII1IIIIIII�IIIIIIIIIIIiiii(iiiiiii, I 11�111IIY1111IIIIIIIIIIIIIIIIIIIIIIIIIIIY111IIIIIIIIIIII1IIIIIIIIIIIIIIIIIIIIiiii(iiii, IIIII(I,, IIIIIIII1IIIIIII�IIIIIII"1, , INCLUDING ALL MATTERS OF CONSTRUCTION, VALIDITY AND PERFORMANCE, WITHOUT GIVING EFFECT TO ANY CHOICE OF LAW OR CONFLICT OF LAWS. 26. Quiet Enioyment. So long as no Default has occurred and is continuing, Lessee shall peaceably hold and quietly enjoy the Equipment without interruption by Lessor or any person or entity claiming through Lessor. 27. Entire Agreement. This Lease, together with all other Lease Documents, constitutes the entire understanding or agreement between Lessor and Lessee with respect to the Equipment covered thereby, and there is no understanding or agreement, oral or written, which is not set forth herein or therein. No Lease Document may be amended except by a writing signed by Lessor and Lessee. 28. Disclaimer of Warranties. LESSOR MAKES NO WARRANTIES, EXPRESS OR IMPLIED, AS TO ANY MATTER WHATSOEVER, INCLUDING, WITHOUT LIMITATION, THE DESIGN, OPERATION OR CONDITION OF, OR THE QUALITY OF THE MATERIAL OR WORKMANSHIP IN, EQUIPMENT, ITS MERCHANTABILITY OR ITS FITNESS FOR ANY PARTICULAR PURPOSE, THE ABSENCE OF LATENT OR OTHER DEFECTS (WHETHER OR NOT DISCOVERABLE),AND LESSOR HEREBY DISCLAIMS THE SAME; IT BEING UNDERSTOOD THAT THE EQUIPMENT IS LEASED TO LESSEE "AS IS, WHERE IS." LESSEE HAS MADE THE SELECTION OF THE EQUIPMENT FROM THE SUPPLIER BASED ON ITS OWN JUDGMENT AND EXPRESSLY DISCLAIMS ANY RELIANCE ON ANY STATEMENTS OR REPRESENTATIONS MADE BY LESSOR. IN NO EVENT SHALL LESSOR BE LIABLE FOR ANY INDIRECT, SPECIAL, PUNITIVE OR CONSEQUENTIAL DAMAGES. LESSOR HEREBY ASSIGNS ANY WARRANTY BY THE SUPPLIER TO LESSEE FOR THE TERM OF EACH LEASE WITHOUT RECOURSE. 29. Execution in Counterparts. This Lease and all other Lease Documents may be executed in several counterparts, each of which when so executed or otherwise authenticated and delivered shall be an original, but all such counterparts shall together consist of one and the same instrument; provided, however, that to the extent that this Lease constitutes chattel paper under the UCC, no security interest may be created by the transfer or possession of any counterpart other than the original thereof,which shall be identified as a document or record (as applicable) marked"Original'. 30. Miscellaneous. Time is of the essence with respect to this Lease. Any failure of Lessor to require strict performance by Lessee shall not be construed as a consent or waiver of any provision of such Lease. Any provision of this Lease that is prohibited or unenforceable shall be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions thereof. Captions are intended for convenience or reference only, and shall not be construed to define, limit or describe the scope or intent of any provisions hereof. IN WITNESS WHEREOF, Lessor and Lessee have executed this Lease as of the day and year first above written. Lessor: Lessee: Financial Pacific Leasing, Inc. DBA Umpqua Bank City of Ukiah Equipment Leasing & Finance By: By: 8u( Print Name: Print Name: Sage Sangiacomo Title: Title: City Manager U B EL F-MLA-M U N I-U S-2-23-17 Financial Pacific Leasing,Inc.,doing business as Umpqua Bank Equipment Leasing&Finance,is a subsidiary of Umpqua Bank. Products offered by Financial Pacific Leasing,Inc.,are not FDIC insured. 9 �IIIIIIIIIIII III IIII IIIIIIII IIIII IIIII IIIII IIIII Y1111I�11�111IIY1111IIIII IIIII(111iIIA1111111IIIIIIIIIIIIIIIIIIII1IIIIIIIIIII��II IIII III(111iiiiiiiiii, IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIiii(iiii, IIIII IIIII IIIII IIIII IIIIII IIIIIIIIIIIIIII1IIIIIII�IIIIIIIIIIIiiii(iiiiiii, I11�IIIIIIY1111IIIIIIIIIIIIIIIIIIIIIIIIIIIY111IIIIIIIIIIII1IIIIIIIIIIIIIIIIIIIIiiii(iiii, IIIII(I,, IIIIIIII1IIIIIII�IIIIIIII�� MUNICIPAL LEASE-PURCHASE AGREEMENT EQUIPMENT SCHEDULE EQUIPMENT DESCRIPTION Lessor: Financial Pacific Leasing, Inc. DBA Umpqua Bank Equipment Leasing & Finance Lessee:City of Ukiah Lease: Equipment Schedule to Municipal Lease-Purchase Agreement dated as of February 5th, 2020. QTY Serial# Description Purchase Price 1 1 FDOW5HT1 KEG07746 SKEETER BRUSH TRUCK $227,606.56 and all other equipment related thereto, including replacements, additions, attachments, substitutions, modifications, upgrades, and improvements thereto (collectively the "Equipment"). U BELF-ES-MU N I-022217A Financial Pacific Leasing,Inc.,doing business as Umpqua Bank Equipment Leasing&Finance,is a subsidiary of Umpqua Bank. Products offered by Financial Pacific Leasing,Inc.,are not FDIC insured. 1 �IIIIIIIIIIII III IIII IIIIIIII IIIII IIIII IIIII IIIII Y1111I�11�111IIY1111IIIII IIIII(111iIIA1111111IIIIIIIIIIIIIIIIIIII1IIIIIIIIIII��II IIII III(111iiiiiiiiii, IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIiii(iiii, IIIII IIIII IIIII IIIII IIIIII IIIIIIIIIIIIIII1IIIIIII�IIIIIIIIIIIiiii(iiiiiii, I11�IIIIIIY1111IIIIIIIIIIIIIIIIIIIIIIIIIIIY111IIIIIIIIIIII1IIIIIIIIIIIIIIIIIIIIiiii(iiii, IIIII(I,, IIIIIIII1IIIIIII�IIIIIII411 ��"1111 Urnplqua bank u i jp irn int leashing & finance FINANCIAL REPORTING AND COVENANTS RIDER To and part of Municipal Lease-Purchase Agreement dated as of February 5th, 2020 (the"Lease") between Financial Pacific Leasing, Inc., DBA Umpqua Bank Equipment Leasing & Finance its successors and assigns("Lessor"),and City of Ukiah, its successors and permitted assigns("Lessee"). All capitalized terms used herein which are not defined herein shall have the meanings set forth in the Lease. A. Financial Reporting. Throughout the term of the Municipal Lease-Purchase Agreement, Lessee shall provide Lessor with the following financial information: • Audited annual financial statements are due within 270 days of FYE. In addition, throughout the term of the Municipal Lease-Purchase Agreement, Lessee shall comply with (a) all financial covenants set forth in any credit agreements between Lessee and Umpqua Bank (including any amendments thereto and waivers thereof), which covenants, if any, are hereby incorporated herein by reference; or(b) if Lessee terminates any credit relationship with Umpqua Bank throughout the term of the Municipal Lease-Purchase Agreement, Lessor shall evaluate the reason for any such termination and should Lessor determine that no material adverse change exists, Lessor shall thereafter assume the covenants which had been part of the Umpqua Bank credit agreement and Lessee shall then comply with any such covenants directly with Lessor. Should a material adverse change exist, Lessor shall have termination rights as presented in Section 17(b)iii of the Municipal Lease-Purchase Agreement. Lessor: Lessee: Financial Pacific Leasing, Inc. City of Ukiah DBA Umpqua Bank Equipment Leasing & Finance By: B u( y: 1 Print Name: Name: Sage Sangiacomo Title: Title: City Manager Date: Date: U B EL F-C R-M U N I-2-22-17 Financial Pacific Leasing,Inc.,doing business as Umpqua Bank Equipment Leasing&Finance,is a subsidiary of Umpqua Bank. Products offered by Financial Pacific Leasing,Inc.,are not FDIC insured. 1 III IIII IIIIIIII IIIII IIIII IIIII IIIII Y1111 (1111(iiiiiiiiiiiiii,I�11�111IIIIIIIIilI I IIIIII IIIII IIIII IIIII IIIII IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII1IIIIIIY1111IIIIII IIIIII IIIIIIIIIIIIIIIIIIIIIIIIIIIIII1111111IIIII IIIII IIIII IIIIIIIIIIIIIIIIIIIIIIIIII1IIIIIIIIIIIIIIIY1111iiii(iiiiiiiiiiiiii, IIIIIIIIIIIIIIIIIIII1IIIIIIY1111IIIIIIIIIIIIIIIIIIIIIIIIIIIY111IIIIIIIIIIII1IIIIIIIIIIIIIIIIIIIIill, IIIII IIIII IIII(1111�IIIIIIIIIIIIIIIIIII�IIIIIII�IIIIIIII�� FUNDING REQUEST Financial Pacific Leasing, Inc., DBA Umpqua Bank Equipment Leasing & Finance 3455 South 344th Way Suite 300 Federal Way, WA 98001 Dear Sir or Madam, We hereby notify and authorize Financial Pacific Leasing, Inc. DBA Umpqua Bank Equipment Leasing & Finance to issue payment in the amount of$227,606.56 to Golden State Fire Apparatus for Invoice Number 89765 as reflected in the attached Exhibit A. Lessee: City of Ukiah By: 8u Print Name: Sage Sangiacomo Title: City Manager Date: U B E L F-F R-M U N I-022217 A Financial Pacific Leasing,Inc.,doing business as Umpqua Bank Equipment Leasing&Finance,is a subsidiary of Umpqua Bank. Products offered by Financial Pacific Leasing,Inc.,are not FDIC insured. 1 �IIIIIIIIIIII III IIII IIIIIIII IIIII IIIII IIIII IIIII Y1111I�1111�IIIIIIY1111IIIII IIIII I(111iIIA1111111IIIIIIIIIIIIIIIIIIII1IIIIIIIIIII��II IIII III(111iiiiiiiiii, IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIiii(iiii, IIIII IIIII IIIII IIIII IIIIII IIIIIIIIIIIIIII1IIIIIII�IIIIIIIIIIIiiii(iiiiiii, I11�IIIIIIY1111IIIIIIIIIIIIIIIIIIIIIIIIIIIY111IIIIIIIIIIII1IIIIIIIIIIIIIIIIIIIIiiii(iiii, IIIII(I,, IIIIIIII1IIIIIII�IIIIIII411 " 1111 h b t A ................ ................ ISM FI R11111 E APPARATUS 400 Reese Road,Sacramento,CA 95828 1 Office 916.330.1638 Fax 916.330.1649 SOLD TO: Financial Pacific Leasing, Inc. DBA Umpqua Bank Equipment Leasing& Finance 3455 S. 344th Way, Suite 300 Federal Way, WA 98001 SHIPTO: City of Ukiah 1320 Airport Rd Ukiah, CA 95482 FINAL INVOICE Date Invoice# Your Order# Our Order# Terms 1/27/2020 89765 45813 14480 PAYMENT TO BE MADE (VIN# PRIOR TO 1 FDOW5HT1 KEG07746) FINAL DELIVERY 22 IWM A One(1)2019 Skeeter Brush Truck,LLC Type 5 Engine 215,373.46 B Discount for HGAC contract FS12-17,Product Code YB03 (6,273,01) C ADD CHANGE ORDERS APPROVED 7/9/19 (57,00) D SUBTOTAL 209,043.45 E State Sales Tax @ 8.875% 18,552.61 F California Tire Fee 10.50 G GRAND TOTAL/AMOUNT DUE GOLDEN STATE 227,606.56 Page 336 of 479 AUTHORIZATION FOR DIRECT PAYMENTS (ACH Debits) Company Name: City of Ukiah Contract#: 013-1374627-002 1 (we)authorize Financial Pacific Leasing, Inc. dba Umpqua Bank Equipment Leasing and Finance, or its assigns,to automatically withdraw from the financial institution shown on the attached voided check any and all sums due in connection with the contract identified above. The undersigned authorizes the debit of all payments as well as debit entries for charges where the amount and time frame varies, including, but not limited to insurance, tax, NSF and late fee payments. I (we) confirm I (we)are authorized to sign on behalf of the debtor and bind the company to this agreement. I (we) acknowledge that the origination of ACH transactions to my (our) account must comply with the provisions of U.S. law. I (we) also acknowledge that the Company may assign the account to a third party and that assignee may then initiate debit entries pursuant to this authorization. This authorization is to remain in full force and effect until the contract is paid in full. Contact our Customer Service Department at service@finpac.com or 800-447-7107 at least FIVE(5) business days prior to the due date to make any changes or modifications. This agreement may, at the Company's discretion, be suspended at any time. To view your monthly invoice, go to fastpay.finpac.com to register. No written notice will be forwarded. BY: NAME: DATE: PHONE NUMBER: EMAIL ADDRESS: PLEASE ATTACH A COPY OF A VOIDED CHECK THIS DOCUMENT MAY BE SIGNED IN COUNTERPARTS AND TRANSMITTED ELECTRONICALLY WITH THE SAME FORCE AND EFFECT AS DELIVERY OF AN ORIGINAL. UBELF-ACHO-12-5-18 Financial Pacific Leasing,Inc.dba Umpqua Bank Equipment Leasing and Finance,is a subsidiary of Umpqua Bank Products offered by Financial Pacific Leasing,Inc.,are not FDIC Insured 1 Page 337 of 479 PUBLIC FINANCE EQUIPMENT LEASE APPLICATION Name: Email: Phone: 11 essee Illurmfoirinriiablion ...................................................................................... Legal Name of Lessee: City: State: ....III:.^ray.!rp2„2.!rm.t...IILi!rm„�biri!nruin<;tli.oin, Equipment Description: Equipment Final Delivery Date: Equipment Total Cost: Down Payment: Trade in or Other Discounts: Amount to Finance: #of Years to Finance: Payment Frequency: First Payment: First Payment Date if Applicable: Referred by: d",lii�:liiourmm III III urm':uru nrui m �:liiourm Is this acquisition subject to competitive bidding?If yes,what is the deadline for the bid process? Is this acquisition formally approved by your board or other leadership?❑Yes ❑ No If yes,by what document(please provide the decision date)? Who will be the authorized signer for this lease? What is the primary designated repayment fund? What is the nature of the requested equipment that makes it essential use to your entity? Website address to access CAFR: Additional Notes: "We do not lease to Federal agencies U BELF-PFELA-US-2-22-17 Financial Pacific Leasing,Inc.,doing business as Umpqua Bank Equipment Leasing&Finance,is a subsidiary of Umpqua Bank. Products offered by Financial Pacific Leasing,Inc.,are not FDIC insured. 1 �IIIIIIIIIIII III IIII IIIIIIII IIIII IIIII IIIII IIIII Y1111IIIIIIII1IIIIIII�IIIIIIY1111IIIII IIIII(111iIIA1111111IIIIIIIIIIIIIIIIIIII1IIIIIIIIIII��II IIII III(111iiiiiiiiii, IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIiii(iiii, IIIII IIIII IIIII IIIII IIIIII IIIIIIIIIIIIIII1IIIIIII�IIIIIIIIIIIiiii(iiiiiii, IIIIIIII1IIIIIII�IIIIIIY1111IIIIIIIIIIIIIIIIIIIIIIIIIIIY111IIIIIIIIIIII1IIIIIIIIIIIIIIIIIIIIiiii(iiii, IIIII(I,, IIIIIIII1IIIIIII�IIIIIII4114�"1111 Urnplqua bank u i jp irn int leashing & finance Counsel's Opinion Financial Pacific Leasing, Inc. Date: DBA Umpqua Bank Equipment Leasing & Finance 3455 South 344th Way Suite 300 Federal Way, WA 98001 Re: Municipal Lease-Purchase Agreement dated as of February 5th, 2020, between Financial Pacific Leasing,Inc. DBA Umpqua Bank Equipment Leasing&Finance, as LESSOR and City of Ukiah as LESSEE. Ladies and Gentleman: As legal counsel for City of Ukiah, (the"LESSEE"), I have examined (1) an executed counterpart of a certain Municipal Lease-Purchase Agreement, including the Exhibits attached thereto or forms of Exhibits attached thereto, (the"Agreement")dated February 5th,2020, by and between Financial Pacific Leasing,Inc. DBA Umpqua Bank Equipment Leasing &Finance, as LESSOR, and City of Ukiah as LESSEE,which among other things, provides for an option to purchase by the LESSEE of certain property (the "Equipment"), (2) an executed counterpart of the resolution of LESSEE which, among other things, authorizes LESSEE to execute the Agreement and (3) such other opinions, documents and matters of law as I have deemed necessary in connection with the following opinions. Based on the foregoing, I am of the following opinions: (1) LESSEE is a public body corporate and politic, duly organized and existing under laws of the State of California, and has a substantial amount of one or more of the following powers: (a) the power to tax (b) the power to eminent domain and (c) the police power; (2) LESSEE has the requisite power and authority to lease with an option to purchase the Equipment and to execute, deliver the Municipal Lease-Purchase Agreement and perform its obligations under the Municipal Lease-Purchase Agreement; (3) The Municipal Lease-Purchase Agreement and the other documents either attached thereto or required therein have been duly authorized, approved and executed by and on behalf of LESSEE and the Municipal Lease-Purchase Agreement is a valid and binding obligation of LESSEE enforceable in accordance with its terms; (4) The authorization, approval and execution of the Municipal Lease-Purchase Agreement and all other proceedings of LESSEE relating to the transactions contemplated thereby have been performed in accordance with all open meeting laws, public bidding laws and all other applicable state or federal laws; (5) There is no proceeding pending or threatened in any court or before any governmental authority or arbitration board or tribunal that, if adversely determined, would adversely affect the transactions contemplated by the Agreement or the security interest of LESSOR or its assigns, as the case may be, in the Equipment. (6) LESSOR, its successors and assigns, and any counsel rendering an opinion on the tax-exempt status of the interest component of Rental Payments are entitled to rely on this opinion. U B EL F-CO-M U N I-02-23-17A Financial Pacific Leasing,Inc.,doing business as Umpqua Bank Equipment Leasing&Finance,is a subsidiary of Umpqua Bank. Products offered by Financial Pacific Leasing,Inc.,are not FDIC insured. 1 III IIII IIIIIIII ,IIII IIIII IIIII IIIII Y1111 (1111(iiiiiiiiiiiiii,I�11�111IIIIIIIIilI I IIIIII IIIII IIIII IIIII IIIII IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII1IIIIIIY1111IIIIII IIIIII IIIIIIIIIIIIIIIIIIIIIIIIIIIIII(1111111IIIII IIIII IIIII IIIIIIIIIIIIIIIIIIIIIIIIII1IIIIIIIIIIIIIIIY1111iiii(iiiiiiiiiiiiii, IIIIIIIIIIIIIIIIIIII1IIIIIIY1111IIIIIIIIIIIIIIIIIIIIIIIIIIIY111IIIIIIIIIIII1IIIIIIIIIIIIIIIIIIIIill,IIIIII IIIII IIII I(1111�IIIIIIIIIIIIIIIIIII�IIIIIII�IIIIIIII�� Cordially, By: 8u Print Name: Address: Telephone Number: U B EL F-CO-M U N I-02-23-17A Financial Pacific Leasing,Inc.,doing business as Umpqua Bank Equipment Leasing&Finance,is a subsidiary of Umpqua Bank. Products offered by Financial Pacific Leasing,Inc.,are not FDIC insured. 2 �IIIIIIIIIIII III IIII IIIIIIII IIIII IIIII IIIII IIIII Y1111IIIIIIII1IIIIIII�IIIIIIY1111IIIII IIIII(111iIIA1111111IIIIIIIIIIIIIIIIIIII1IIIIIIIIIII��II IIII III(111iiiiiiiiii, IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIiii(iiii, IIIII IIIII IIIII IIIII IIIIII IIIIIIIIIIIIIII1IIIIIII�IIIIIIIIIIIiiii(iiiiiii, IIIIIIII1IIIIIII�IIIIIIY1111IIIIIIIIIIIIIIIIIIIIIIIIIIIY111IIIIIIIIIIII1IIIIIIIIIIIIIIIIIIIIiiii(iiii, IIIII(I,, IIIIIIII1IIIIIII�IIIIIII411 ��"1111 Agenda Item No: MEETING DATE/TIME: 2/19/2020 ITEM NO: 2019-250 dl� tiuU h 0 ) - Uki AGENDA SUMMARY REPORT SUBJECT: Update on Emergency Repair of Percolation Pond Levees at the Wastewater Treatment Plant, and Determine that Emergency Conditions Continue to Require the Repair of the Percolation Pond Levees. DEPARTMENT: Water Resources PREPARED BY: Sean White, Water Resources Director PRESENTER: Consent Item ATTACHMENTS: 1. CC Reso 2019-56 - Approving Emergency Procurement RE Percolation Pond Levees (2) Summary: The City Council will receive an update on the emergency repair of the percolation pond levees at the Wastewater Treatment Plan and consider determining that emergency conditions continue. Background: At the regular meeting of December 4, 2019, the City Council voted unanimously to adopt a resolution finding that emergency conditions would not allow sufficient time to publicly bid the repair of the percolation pond levees at the Wastewater Treatment Plant (Attachment#1). The City Council awarded a contract to Ghilotti Construction under Public Contract Code Section 22050 to repair the percolation pond levees at the Wastewater Treatment Plant. That section allows such repairs without competitive bidding in an emergency, if the City Council on a 4/5 vote makes specified findings. However, pricing was solicited from two companies. Discussion: Under Public Contract Code Subsection (c)(1), the City Council is required to review the emergency action taken on December 4th at every regularly scheduled meeting thereafter until the action is terminated; the Council has done so. In reviewing the action, the City Council must determine whether the emergency conditions excusing competitive bidding continue for the repair of percolation pond levees at the Wastewater Treatment Plant. It must make that finding by a 4/5 vote. Ghilotti Construction Company is has begun work and is scheduled to be complete the week of February 17th, 2020. Recommended Action: Determine that emergency conditions continue to require the repair of the Percolation Pond Levees at the Wastewater Treatment Plant without competitive bidding. BUDGET AMENDMENT REQUIRED: N/A CURRENT BUDGET AMOUNT: N/A PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: N/A Page 1 of 2 Page 341 of 479 Approved� Page 2of2 Page 342of479 ATTACHMENT 1 RESOLUTION NO. 2019-56 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF UKIAH APPROVING PURSUANT TO PUBLIC CONTRACT CODE SECTION 22050 THE EMERGENCY PROCUREMENT WITHOUT PUBLIC BIDDING OF CONSTRUCTION SERVICES TO REPAIR THE PERCOLATION POND LEVEES AT THE CITY OF UKIAH WASTEWATER TREATMENT PLANT WHEREAS: 1. On February 27, 2019, under the authority in Ukiah City Code Section 5125 (Ordinance No. 995, §1), the Director of Emergency Services ("Director") proclaimed the existence of a local emergency as a result of conditions created by the severe winter storm affecting the City of Ukiah ("City") beginning in February 2019; and 2. On March 6, 2019, City Council adopted Resolution 2019-8 ratifying the Director's February 27, 2019 proclamation of a"local emergency„ and proclaimed and ordered that said local emergency shall be deemed to continue to exist until its termination is proclaimed by the City Council; and 3. On March 20, 2019 and subsequently as necessary, City Council approved continuing of the Local Emergency Resolution Proclamation; and 4. During the floods in February and March, the percolation pond levees at the Ukiah Wastewater Treatment Plant ("WWTP") sustained significant damage; and 5. Repairs to the percolation pond levees were not immediately possible to high inflows and levee inundation; and 6. Dewatering of the percolation ponds enough to fully assess the damage, solicit bids, and schedule repairs was recently achieved; and 7. Without these ponds the WWTP cannot operate at full capacity and storage is significantly impaired; and 8. With the onset of the high inflow season the City will need full the WWTP for have full capacity and storage capabilities to avoid impacts to the Russian River; and 9. The City Engineer estimates that it would take 120 days to develop plans and specifications to bid the construction work required to repair the percolation pond levees, to advertise requests for bids, to award the bid and to commence construction and an additional 3-4 weeks to complete the work; and 10. The need for full capacity and storage capabilities is likely to commence within sixty days and could be sooner, depending on the weather; and 11. Under Public Contract Code Section 22050(a)(1) in the case of an emergency, the City, pursuant to a four-fifths vote of the City Council, may repair or replace a public facility and procure the necessary equipment, services, and supplies for those purposes, without giving 1 Page 343 of 479 notice for bids to let contracts; and 12. Under Public Contract Code Section 22050(a)(2) before the City Council takes such action it must make a finding, based on substantial evidence set forth in the minutes of its meeting, that the emergency will not permit a delay resulting from a competitive solicitation for bids, and that the action is necessary to respond to the emergency; NOW, THEREFORE, BE IT RESOLVED that: 1 Based on the foregoing recitals and information, the City Council finds that an emergency condition exists that must be repaired to avoid public health hazards that could result, if the repair work was put out for competitive bids in compliance with the procedures required by the Uniform Construction Cost Accounting Act. 2. The City Council authorizes the procurement of construction services to repair the percolation pond levees at the VV\/VTP without providing notice inviting bids. 3. The City Council authorizes the City Procurement Officer to contract with Ghilotti Construction, Inc. to repair the backwash basins at the VVV\fTP for a not to exceed amount of$315,620.00, 4. Awarding a contract to repair the percolation pond levees is categorically exempt from environmental review under the California Environmental Quality Act as a Class 2 categorical exemption, because it involves the replacement or reconstruction of existing utility systems and/or facilities involving negligible or no expansion of capacity. (14 CCR §15302.) 5. The emergency action taken by this resolution shall terminate upon the City Council's approval of a certificate of completion for the backwash basin repair work. PASSED AND ADOPTED this 4 th day of December, 2019, by the following roll call vote: AYES: Councilmembers Mulheren, Brown, Scalmanini, Orozco, and Mayor Crane NOES: None ABSENT: None ABSTAIN: None V . Dougl#F. Crane, Mayor ATTEST: Kristine Lawler, City Clerk 2 Page 344 of 479 Agenda Item No: 12.a. MEETING DATE/TIME: 2/19/2020 ITEM NO: 2020-259 dl� tiuU h 0 � - Uki AGENDA SUMMARY REPORT SUBJECT: Possible Adoption of Ordinance Amending City Parks and Recreation Facilities to Include the Great Redwood Trail and the Outdoor Grounds of the Civic Center. DEPARTMENT: City Attorney PREPARED BY: Darcy Vaughn, Assistant City Attorney PRESENTER: Darcy Vaughn, Assistant City Attorney ATTACHMENTS: 1. Great Redwood Trail Park Ordinance Redline 2. Great Redwood Trail Park Ordinance Clean Summary: The City Council will discuss and consider adopting an Ordinance to amend the City Parks and Recreation Facilities section of the City Code to include the Great Redwood Trail and the Outdoor Grounds of the Civic Center (and other minor edits). Background: The Great Redwood Trail, a 300-mile trail from San Francisco to Humboldt Bay, would convert the old rail corridor overseen by the North Coast Railroad Authority into an asphalt and dirt pathway from Larkspur, through the Eel River Canyon north of Willits, and ending just outside Eureka. The Great Redwood Trail will incorporate the multi-use bicycle and pedestrian trail that currently exists in the City of Ukiah, i.e. the City of Ukiah Northwestern Pacific Rail Trail, which currently spans from East Gobbi Street to Clara Avenue and will eventually extend from Brush Street to Norgard Lane. City staff recommends that the segment of the Great Redwood Trail within the City be designated a City parks and recreation facility and subject to regulation as a City park. Discussion: The sole change made to the Draft Ordinance since introduction by title only at the February 5, 2020 Council meeting is to the description of the Great Redwood Trail in Section 1965.Q. This Section now describes the Great Redwood Trail as "The real property subject to the License Agreement between the City of Ukiah and the North Coast Rail Authority, described as the entire Rail Corridor within the City limits." This change was made to address concerns about the precision and accuracy of the description given in the version of the Ordinance discussed at the February 5, 2020 Council meeting. The Draft Ordinance, a redlined version of which is attached here as Attachment 1 and a clean version as Attachment 2, amends Chapter 12 in Division 1 of the Ukiah City Code to include the segment of the Great Redwood Trail within the City of Ukiah and the Outdoor Grounds of the Ukiah Civic Center in the list of the City's Parks and Recreation facilities and adopts regulations specific to the Great Redwood Trail. The Ordinance also includes general clean-up provisions. Specifically, the Great Redwood Trail Ordinance designates the segment of the Great Redwood Trail within the City limits as a City parks and recreation facility that is subject to regulation by the City. All current provisions of the City Code that regulate City parks generally will apply to the Great Redwood Trail. In addition, the Ordinance includes regulations that apply specifically to the Great Redwood Trail. These include (1) the authorization of the operation of small electric transport devices such as scooters, skateboards, Segways, and bicycles, provided that they are not operated at speeds exceeding ten (10) miles per hour; (2) a Page 1 of 2 Page 345 of 479 prohibition on consuming or possessing alcohol within the park without securing a proper permit; (3) a prohibition on playing amplified music within the park without securing a proper permit; (4) a prohibition on the use or possession of any controlled substance and being under the influence of any controlled substance or alcohol within the park; (5) a prohibition on unleashed dogs within the park; (6) a prohibition on vandalism in the park; and (7) a prohibition on public use of the open space area outside the designated trail area in the park. Finally, the Ordinance includes several clean-up provisions to address outdated information or inconsistencies in the existing City Code. These provisions include a change to an incorrect internal reference to a section of the City Code that regulates dog ownership, the addition of language clarifying requirements for disposal of dog waste in City parks, the addition of the Outdoor Grounds of Civic Center to the list of City parks, and updates to the City staff position charged with parks regulation. The change proposed to Section 1965.Q of the Ordinance is not substantive, as it simply adds clarifying language to the description of the Great Redwood Trail, and addresses specific concerns addressed at the February 5, 2020 Council meeting. As such, this is not this is not an "alteration" within the meaning of Government Code Section 36934 that would require an additional reading of the Ordinance prior to adoption. The current version of the Great Redwood Trail Ordinance reflects a wide array of community, City staff, and Council input. The Ordinance is now ready for consideration for adoption. Recommended Action: Adopt an Ordinance amending Chapter 12, in Division 1 of the City Code to regulate use of the Great Redwood Trail and Outdoor Grounds of the Ukiah Civic Center as city parks. BUDGET AMENDMENT REQUIRED: N/A CURRENT BUDGET AMOUNT: N/A PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: N/A at . . e s i nw1�mgr Page 2 of 2 Page 346 of 479 Attachment 1 ORDINANCE NO. ORDINANCE OF THE CITY COUNCIL OF THE CITY OF UKIAH AMENDING CHAPTER 12 IN DIVISION 1 OF THE CITY CODE TO REGULATE USE OF THE GREAT REDWOOD TRAIL AS A CITY PARK. The City Council of the City of Ukiah hereby ordains as follows: SECTION ONE. Chapter 12 in Division 1 of the Ukiah City Code, is hereby amended to read as follows (unchanged text is omitted and is shown by §1965 FACILITIES The following described parcels of land are parks and recreation facilities of the city and shall be known by the names indicated: P. Pending codification* Q u..11he Uuea t Redwood u..uaill a he iiruaawall pr[2pt2y jv§U Jt2112 1]t ::Jcense Ag eeiment P-between the of Uk awulh and the North oast uutIhoi ty:l �t§g i,-be 9 as the einfliire oiri iidoir w role in the � iiyv.Il iaawty l y Outdoor Grounds of the...Uk awalh CuMc Centei I....oc ated at 300 Seryiinary y o jt awaDd L21.uDL9 South Oak Stireet awand.... West �'Ilay u'eet.. §1970 AUTHORIZED VEHICLES ALLOWED The following motor vehicles shall be exempt from the provisions of§1969 (a) motor driven golf carts driven or operated on designated areas in accordance with the rules and regulations promulgated by nrnu�u niit unu q ir�at„uair....y�uir . Parks; (b) motor driven mowers, the C;uuq C�.ir�iivn. a1uT. trimmers, edgers or any other motor driven equipment used for the maintenance and upkeep of the Municipal Golf Course, City parks or any other City recreation area or facility; (c)motor vehicles operated on the Municipal Golf Course, City parks or any other City recreation area or facility, provided such operation is conducted in accordance with instructions from the ;uni nrn„u1„ii„ty Seiiviices .umuu nuv h atuair....n uir a°airk&, or under a contract with the City as supervised by the 1 Page 347 of 479 o h atoii.Cfuir ; (d) motor vehicles owned or C"uru�rru�rru„�.nub C�;iixux�.x alu�rriiunii .. driven by members of the general public provided they are operated in roadways for such purpose or parked in parking areas so designated" e emergency ve ices, wufNuun...:thx fiat Zxaw.wooaw pau,, u741 C„II„xxtu c tpranxp2j aw!2yix x such as xxo„oteirs, „Ik atcP.bo ards, Se9wayy,... P,b c ,..II.. xcx �u2xuawC„d thaf.... t :Q)( !Draulcx p x[ Il2�a�u.L, (a)any other motor vehicles '1i�`�Bali„ li'1ia�f a�p�xli�a��'�...�a��p.rc „c� ���xx ��Illi'1iten �... operated with the written permission of the City Manager or Corninuiiity Seiivpces „dii�n„i„pn„ii hatoii f"fair a ar &, provided the purpose for which the vehicle is being operated shall be expressly stated in the permit which shall be in the possession of the operator at all times while the vehicle is so being operated. §1976 REGULATION OF DOGS AND OTHER ANIMALS The pup,.rpprl c uP,bll, provisions of section " d1 r„ of this code shall be enforced within all city park lands as designated in Section 1965 of this �;,,,, hapter. In addition, it shall be unlawful to permit a dog to �r ecfl�afilly I2iixll�„i.ng u.up� a,u�d 2u-o Ip g ll dw p.ag�x Ilg gL j]g awgg feces. defecate upon such lands uuuro���a�uu� uux....0 ggg IIIIIII III Illxlll III III III IRAfI III IIIIII IIIIII ...IIIA I III IIII III A III III f „funs (lion oir the Uj 22§t 2f toI s secflon, the fokllowinj defon„uflons shM1 ap.plly u.uoIIC„ § j]e context Ilx uully u"cflcates oir o uuuucx ya cfl feirenC im!22liniiula: �tff a f ... f uuu u.f"u a uu ...:..Cu f " .... � u�� xa:9 b� �uu��xC u�xaw.... .... „ecfl ins f f 0C`a:...tlhirou.ugllyi f f guy a n„acnaw9xaw9...firoi o f ime to tiiime. a I;),III II �,Y� P Jcy2„t,,Mtlh n uu��txa;;�-aced „Ilcxtu iix ii mtoi Cr„Il��iich can P be used foir S;�,()ff a f fy devx ice w tlh no umpire than two ten iiinch oir&o741xur cNawuumxtxur wheOs .................................................................................................................................................................................................................................................................................................................................................................................................................. that has lhanaw911 „Il gu x, its desx ig: ]td 12 Lt xt22aw9...,.u.up2] P„".f !Il]ic 2lpt[af2u:...god iix...Iy2'xc[ed by 20 „Ilcxtu c pmotoir that iix x ap.rgL,t 2f U 2p llllunj the devx is w tlh oir wu tlhou„t IlhuuiTi an I2 op.ru,,u.11xi10111 a I:ZZk, &KA a Il ff l fl f: ..sk atO,-:o aird wtlth an r iin d�xa�u�u�x„aw x cxfirp„x u�raa�fay.11:�x��ux�l....x�uu�� ,bC...uuxx.... to[...112L:ff..Iuu:9.0 y.0111 2 Page 348 of 479 ��t§���Jnated tira��� aireas 2�-oy�ded that they g[t 2Ut[gtt� 21�Utt�� 22t t�2tt�n��j 1(::) Tides 2g- hour SECTION TWO. 1. Publication: Within fifteen (15) days after its adoption, this Ordinance shall be published once in a newspaper of general circulation in the City of Ukiah. In lieu of publishing the full text of the Ordinance, the City may publish a summary of the Ordinance once 5days prior to its adoption and again within fifteen (15) days after its adoption. 3. Effective Date: The ordinance shall become effective thirty (30) days after its adoption. 3 Page 349of479 Introduced by title only on 2020, by the following roll call vote: AYES: NOES: ABSENT: ABSTAI N: Adopted on , 20207 by the following roll call vote: AYES: NOES: ABSENT: ABSTAI N: Douglas F. Crane, Mayor ATTEST: Kristine Lawler, City Clerk 4 Page 350 of 479 Attachment 2 ORDINANCE NO. ORDINANCE OF THE CITY COUNCIL OF THE CITY OF UKIAH AMENDING CHAPTER 12 IN DIVISION 1 OF THE CITY CODE TO REGULATE USE OF THE GREAT REDWOOD TRAIL AS A CITY PARK. The City Council of the City of Ukiah hereby ordains as follows: SECTION ONE. Chapter 12 in Division 1 of the Ukiah City Code, is hereby amended to read as follows (unchanged text is omitted and is shown by §1965 FACILITIES The following described parcels of land are parks and recreation facilities of the city and shall be known by the names indicated: P. Pending codification* Q. The Great Redwood Trail: The real property subject to the License Agreement between the City of Ukiah and the North Coast Rail Authority, described as the entire Rail Corridor within the City limits. R. Outdoor Grounds of the Ukiah Civic Center: Located at 300 Seminary Avenue and bounded by South Oak Street and West Clay Street.*** §1970 AUTHORIZED VEHICLES ALLOWED The following motor vehicles shall be exempt from the provisions of§1969 (a) motor driven golf carts driven or operated on designated areas in accordance with the rules and regulations promulgated by the Community Services Administrator ; (b) motor driven mowers, trimmers, edgers or any other motor driven equipment used for the maintenance and upkeep of the Municipal Golf Course, City parks or any other City recreation area or facility; (c) motor vehicles operated on the Municipal Golf Course, City parks or any other City recreation area or facility, provided such operation is conducted in accordance with instructions from the Community Services Administrator , or under a contract with the City as supervised by the Community Services Administrator; (d) motor vehicles owned or driven by members of the general public provided they are operated in roadways for such purpose or parked in parking areas so designated; (e)emergency vehicles; (f)within the Great Redwood Trail, small electric 1 Page 351 of 479 transport devices such as scooters, skateboards, Segways, and bicycles, provided that they are not operated at speeds exceeding ten (10) miles per hour; (g)any other motor vehicles operated with the written permission of the City Manager or Community Services Administrator , provided the purpose for which the vehicle is being operated shall be expressly stated in the permit which shall be in the possession of the operator at all times while the vehicle is so being operated. §1976 REGULATION OF DOGS AND OTHER ANIMALS The applicable provisions of section 4153 of this code shall be enforced within all city park lands as designated in Section 1965 of this Chapter. In addition, it shall be unlawful to permit a dog to defecate upon such lands without immediately picking up and properly disposing of the dog feces. §2000.4 GREAT REDWOOD TRAIL PARK RULES AND REGULATIONS A. Definitions: For the purpose of this section, the following definitions shall apply unless the context clearly indicates or requires a different meaning: CONTROLLED SUBSTANCE:Any substance listed in California Health And Safety Code sections 11054 through 11056, as amended from time to time. ELECTRIC BICYCLE:A bic cle with an integrated electric motor which can be used for propulsion. ELECTRIC SCOOTER:A device with no more than two ten-inch or smaller diameter wheels that has handlebars, is designed to be stood upon by the operator, and is powered by an electric motor that is capable of propelling the device with or without human propulsion. ELECTRIC SKATEBOARD: A skateboard with an integrated electric motor which can be used for propulsion. SEGWAY:A two-wheeled motorized personal vehicle consisting of a platform for the feet mounted above an axle and an upright post surmounted by handles, controlled by the way the rider distributes their weight. This definition includes any other similar motorized electric personal vehicle. 2 Page 352 of 479 B. No person, corporation, or organization may hold an event in the park without first obtaining a special event permit from the Community Services Department. C. No person shall use or possess any controlled substance or be under the influence of any controlled substance or alcohol. D. Any act of vandalism, including the placement of graffiti, anywhere in or on the park is prohibited. E. No person shall permit an unleashed dog under his or her ownership or control to enter upon or remain in the Great Redwood Trail park. F. No person shall permit a motor vehicle under his or her ownership or control to enter upon or remain in the Great Redwood Trail park. However, small electric transport devices such as Electric Bicycles, Electric Scooters, Segways, and Electric Skateboards are allowed within designated trail areas provided that they are operated at speeds not exceeding 10 miles per hour are allowed within designated trail areas provided that they are operated at speeds not exceeding 10 miles per hour. G. The open space area outside the designated trail area is closed to public use. H. The restrictions on hours of use set forth in Section 1966 of this Code shall not apply to the Great Redwood Trail park. SECTION TWO. 1. Publication: Within fifteen (15) days after its adoption, this Ordinance shall be published once in a newspaper of general circulation in the City of Ukiah. In lieu of publishing the full text of the Ordinance, the City may publish a summary of the Ordinance once 5 days prior to its adoption and again within fifteen (15) days after its adoption. 3. Effective Date: The ordinance shall become effective thirty (30) days after its adoption. Introduced by title only on 2020, by the following roll call vote: AYES: NOES: ABSENT: ABSTAI N: 3 Page 353 of 479 Adopted on , 20207 by the following roll call vote: AYES: NOES: ABSENT: ABSTAI N: Douglas F. Crane, Mayor ATTEST: Kristine Lawler, City Clerk 4 Page 354 of 479 Agenda Item No: 12.b. MEETING DATE/TIME: 2/19/2020 ITEM NO: 2020-299 dl� tiuU h 0 � - Uki AGENDA SUMMARY REPORT SUBJECT: Award a Contract for the Downtown Streetscape and Road Diet, Specification #19-18, to Ghilotti Construction in the Amount of$6,448,215.95 and Approve Corresponding Budget Amendment. Public Tim Eriksen, Public Works Director/City Engineer, Mary DEPARTMENT: Work PREPARED BY: Horger, Financial Services Manager, Shannon Riley, Deputy s City Manager PRESENTER: Tim Eriksen, City Engineer and Director of Public Works ATTACHMENTS: 1. Bid Results - Downtown Streetscape and Road Diet Project- Spec 1819-173 2. Ghilotti Bid - Streetscape Road Diet Project 3. Ukiah Streetscape - Opinion of Cost Breakdown - FINAL Summary: City Council will consider awarding a contract for the construction of the Downtown Streetscape Project. The Council will also consider the proposed funding plan for the project. Background: On November 6, 2019, Council approved the plans and specifications and directed staff to advertise for bids for the Construction of the Downtown Streetscape Project, Specification No. 19-18. This project consists of traffic lane reconfigurations with dedicated left turn lanes and expansion of traffic lane widths. The project also includes new traffic signals, which will be demand-based instead of timed. Pedestrian facilities will be enhanced to include sidewalks widened to a minimum of 10', bulbouts at intersections and repairs to any broken or uneven sidewalks. The project also includes streetscape features such as additional street trees, bicycle racks and outdoor dining locations. Discussion: On November 13, 2019, bids were released to all A Classification Contractors as well as the Builders Exchanges. Specifications were also posted to the City's website and published in the Ukiah Daily Journal on November 17th and 24th, 2019. A mandatory pre-bid meeting was held on December 4, 2019, with five potential bidders in attendance. Bids were received until 2:00 p.m. on Wednesday, February 5, 2020, at which time five bids were received and opened by the City Clerk. The bid tabulation is provided as Attachment 1. Bids were received from Granite Construction Co., Ghilotti Construction Co., Argonaut Construction, Team Ghilotti, Inc. and Wahland Construction, Inc. After careful review of the bids received, Ghilotti Construction has been found to be the lowest responsible bidder, with a bid submitted in the amount of$6,448,215.95. Please refer to Attachment 2 for a copy of their bid. Please note: Wahlund Construction's bid in the amount of$19,298,932.26 was calculated based on the actual unit price submitted in their bid for line item 75, as instructed by the bid documents. This brought their total bid much higher than they originally intended. The bid as originally submitted had a total bid amount of $6,936,307.26. Page 1 of 3 Page 355 of 479 This project has several secured funding sources, including grants and committed funds. The project also requires the use of funds from other identified sources, including utility impact contribution, Gas Tax, and RDA bond proceeds. It is important to note that, even ten years ago, Staff and City Councils understood that grants would not cover the entire cost of the project. The expectation was that redevelopment funds would be used to close the funding gap; though most of those funds were lost with the Statewide elimination of redevelopment, the City still has access to a portion of the "bond proceeds," which are hereby being applied to the project. The breakdown of the funds recommended for this project is included as Attachment 3. Funding Recommendation The City currently has $3,475,102 of funds committed to this project by grant or Council action. With the competitive bids submitted, Staff has identified additional funds as shown in Attachment 3. The following narrative explains the portion of the attached spreadsheet that is "Recommended Additions." Gas Tax These funds are discretionary for a variety of transportation projects. The utilization of these funds was presented to Council on November 6th in conjunction with the Engineer's Estimate and the plans and specifications. SB1 These funds are discretionary to some degree, but can only be used on streets that are classified as collector or larger. State Street meets this criteria. These funds are a relatively new source, having now been available for the past three years. These funds were utilized for the reconstruction of Washington Avenue and Orchard Avenue in previous cycles. Redevelopment Bond Proceeds As previously stated, the pre-2011 expectation was that redevelopment funds would be used to close the funding gap; though most of those funds were lost with the Statewide elimination of redevelopment, the City still has access to a portion of the "bond proceeds," which are hereby being applied to the project. Utilities As with other street reconstruction projects, the utilities pay for the areas of the road and sidewalk that they impact. Staff has calculated out each utility's share based on square footage disturbance for both road and sidewalk. The actual amount will be based on measured field quantities. With these funding sources (previously secured and proposed), the total amount available for the project is $7,375,102, which covers the cost of the project plus a 10% contingency at $644,822 and project management services up to $265,000. At this time, Staff recommends awarding the contract for the construction of the Downtown Streetscape Project to Ghilotti Construction in the amount of$6,448,215.95, as well as approving the corresponding budget amendment based on the proposed funding sources as identified in Attachment#3. Recommended Action: Award a contract for the Downtown Streetscape and Road Diet, Specification #19-18 to Ghilotti Construction in the amount of$6,448,215.95 plus City Engineer approved change orders up to 10% of the original Bid, $644,822, for a total of$7,093,037.54 and associated budget amendment. Page 2 of 3 Page 356 of 479 BUDGET AMENDMENT REQUIRED: Yes CURRENT BUDGET AMOUNT: 12024200.80230.18019: $974,689; 10024200.80230.18019: $2,333,000; 50924200.80230.18019: $0; 50024200.80230.18019: $0; 82027111.80230.18019: $0; 84427221.80230.18019: $0; 80126100.80230.18048: $0 PROPOSED BUDGET AMOUNT: Each account will need amendments to add the following dollar amounts: 12024200.80230.18019: $1,900,000; 10024200.80230.18019: $167,413; 50924200.80230.18019: $60,935; 50024200.80230.18019: $1,452,000; 82027111.80230.18019: $216,418; 84427221.80230.18019: $193,410; 80126100.80230.18048: $60,172 FINANCING SOURCE: PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: prbA . . s O S � � Page 3 of 3 Page 357 of 479 ATTACHMENT 1 DOWNTOWN STREETSCAPE AND ROAD DIET PROJECT CITY OF UKIAH Bid Opening:February5,2020 Ghilotti Construction Company,Inc. Granite Construction Argonaut Constructors Team Ghilotti,Inc Wahlund Construction,Inc. 246 Ghilotti Avenue 1324 S.State Street 360 Sutton Place 2531 Petaluma Blvd South 830 HILMA DR Santa Rosa,CA 95407 Ukiah,CA 95482 Santa Rosa,CA 95407 Petaluma,CA 94952 EUREKA,CA 95503 Base Bid I[emp Item code I Item Description quan[iry unit of Measure unit bite Item total unit bite Item total unit bite Item total unit bite Item total unit Fice Item total 1 760090 STREETSCAPE MOBILIZATION,DEMOBILIZATION,AND FINAL CLEANUP 1 US $125,000.00 $125,000.00 $165,000.00 $165,000.00 $175,000.00 $175,000.00 $85,327.00 $85,327.00 $150,000.00 $150,000.00 2 760091 ROAD DIET MOBILIZATION DEMOBILIZATION AND FINAL CLEANUP 1 US $125 000.00 $125 000.00 $115 000.00 $115 000.00 $175 000.00 $175 000.00 $85 255.82 $85 255.82 $150 000.00 $150 000.00 3 130300 STORM WATER POLLUTION PREVENTION PLAN(SWPPP) 1 US 2,000.00 2,000.00 2,250.00 2,250.00 5,000.00 5,000.00 2,500.00 2,500.00 24,000.00 24,000.00 4 130320 STORM WATER SAMPLING AND ANALYSIS DAY 7 EA $500.00 3 500.00 500.00 3 500.00 371.00 2 625.00 545.00 221222 875.00 6 125.00 5 074020 TEMPORARY WATER POLLUTION CONTROL MEASURES 1 US 15,000.00 15,000.00 25,000.00 25,000.00 37,500.00 37,500.00 30,000.00 30,000til 15,000.00 $15,000.00 6 PROGRESS SCHEDULE CRITICAL PATH METHOD 1 US 2 000.00 2 000.00 3 250.00 3 250.00 9 500.00 9 500.00 7 995.00 7 995.00 27 000.00 27 000.00 7 CONSTRUCTIONAREA SIGNS 1 LS 4,107.00 4,107.00 6,255.00 6,255.00 4,110.00 4,110.00 4,500.00 4,500.00 47,000.00 47,000.00 8 TRAFFIC CONTROL SYSTEM 1 LS 245 000.00 245 000.00 380 000.00 380 000.00 447 475.00 447 475.00 233 777.00 233 777.00 135 500.00 135 500.00 9 CONSTRUCTION SURVEY 1 US 21,750.00 21,750.00 21,750.00 21,750.00 36,750.00 36,750.00 23,750.00 23,750.00 71,000.00 71,000.00 10 846030 REMOVE THERMOPLASTIC TRAFFIC STRIPE 9042 LF 1.20 10850.40 $1.20 10850.40 1.20 10850.40 1.00 9042.00 1.20 10850.40 11 846035 REMOVETHERMOPLASTIC TRAFFIC MARKING 438 SF 2.10 919.80 2.10 919.80 $2.10 919.80 11.00 $4,818.00 52.10 S919.8u 12 152438 ADJUST EXISTING MANHOLE COVER TO GRADE 14 EA 1500.00 21000.00 2400.00 33600.00 1600.00 22400.00 1185.00 16590.00 1800.00 25200.00 13 152402 ADJUST EXISTING VALVESSCO TO GRADE 87 EA 900.00 78,300.00 575.00 50,025.00 1,000.00 87,000.00 895.00 77,865.00 800.00 69,600.00 14 152469 ADJUST EXISTING UTILITY COVER TO GRADE SIDEWALK 178 EA 175.00 31150.00 345.00 61410.00 200.00 35600.00 11 55.00 210930.00 1100.00 195800.00 15 153215 REMOVE CONCRETE(CURB AND GUTTER) 5315 LF 15.00 79,725.00 12.00 63,780.00 15.50 82,382.50 20.50 108,957.50 10.00 53,150.00 16 153218 REMOVE CONCRETE SIDEWALKAND FLATWORK 46270 SF 3.50 161945.00 53.75. 1172512.50 1.00 231310.00 3.35 155004.50 2.00 92540.00 17 398200 COLD PLANE ASPHALT CONCRETE PAVEMENT CONFORMS 3683 SF 2.00 7,366.00 0.50 1,841.50 2.00 7,366.00 7.00 25,781.00 15.00 555,245.Ou 18 398201 REMOVE ASPHALT CONCRETE PAVEMENTTO CONCRETE ROADWAY 54651 SF 1.00 54651.00 0.75 40988.25 0.90 49185.90 1.25 68313.75 1.50 81976.50 19 REMOVE CONCRETE ROADWAY 18061 SF 7.00 126,427.00 9.00 162,549.00 9,90 178,803.90 6.20 111,978.20 2.75 49,667.75 20 170103 CLEARING AND GRUBBING 1 US 25 000.00 25 000.00 77 000.CC 77 000.00 250 000.00 250 000.00 72 500.00 72 500.00 131 000.00 131 000.00 21 190101 ROADWAY EXCAVATION(FINAL) 3570 CY 125.00 446,250.00 125.00 446,250.00 93.00 332,010.00 65.25 232,942.50 96.00 342,720.00 22 190167 REMOVE UNSUITABLE MATERIAL 50 CY $125.00 6 250.00 124.00 6,200.00 5160.00 8 000.00 147.00 57,350.00 200.00 10 000.00 23 260201 CLASS 2 AGGREGATE BASE(FINAL) 3020 CY 130.00 392,600.00 111,00 468,100.00 140.00 422,800.00 195.00 588,900.00 97.50 294,450.00 24 390132 HOT MIX ASPHALT TYPE A 4240 TN 160.00 678 400.00 215.00 911 600.00 165.00 699 600.00 206.00 519 440.00 175.00 742 000.00 25 393004 GEOSYNTHETIC PAVEMENT INTERLAYER(PAVING FABRIC) 6070 SY 4.00 24,280.CC 2.92 17,743.82 2.17 13,171.90 3.20 19,424.00 7.00 42,490.00 26 650507 12&QUOT,REINFORCED CONCRETE PIPE CLASS IV 325 LF 225.00 73 125.00 264.00 85 800.00 280.00 91 000.00 245.00 79 625.00 325.00 105 625.00 27 707050 DRAINAGE INLET 12 EA 3,300.00 39,600.00 4,500.00 54,000.00 6,500.00 78,000.00 6,025.00 72,300.00 3,700.00 44,400.00 28 4&2689 21 E,4 29 LID STORM DRAIN INLET 10 EA $2,200.00 $22,000.00 $1,500.00 $15,000.00 $4,150.00 $41,500.00 $3,550.00 $35,500.00 $2,200.00 522,000.00 30 150820 REMOVE EXISTING DRAINAGE INLET 12 EA 600.00 7 200.00 1 000.00 12 000.00 700.00 8 400.00 3,45000 41 400.00 650.00 7,8 00.00 31 TRENCH BRACING AND SHORING 1 LS 3,500.00 3,500.00 1,200.00 1,200.00 1,000.00 1,000.00 15,000.00 15,000.00 1,000.00 1000.00 32 1730010 MINOR CONCRETE CURB 50 LF 45.00 2 250.00 71.00 3 750.00 29.20 1 460.00 31.10 1171.00 32.00 1 600.00 33 731504 MINORCONCRETE FCURBAND GUTTER) 5275 LF 45.00 237,375.00 32.00 168,800.00 36.00 189,900.00 39.20 206,780.00 40.00 211,000.00 34 731516 MINORCONCRETE DRIVEWAY 2877 SF 18.00M�M!74 6.00 21.00 71925.00 16.25 46751.25 17.65 50779.05 18.00 51786.00 35 731521 MINOR CONCRETE(SIDEWALK,LIGHT EXPOSED AGGREGATE FINISH) 25750 SF 13.000.00 20.00 515,000.00 15.00 386,250.00 16.25 418,437.50 22.00 566,500.00 36 731516 MINOR CONCRETE SIDEWALK MEDIUM EXPOSED AGGREGATE FINISH 8700 SF 13.000.00 20.00 174000.00 15.00 130500.00 16.25 141375.00 22.00 191400.00 37 731623 MINOR CONCRETE(CURB RAMP,E%POSED AGG REGATE FINISH) 55 EA 3,000.000.00 1,200.00 66,000.00 3,560.00 195,800.00 4,500.00 247,500.00 4,000.00 220,000.00 38 BRICK BAND 2800 LF 55.000.00 40.00 112 000.00 27.50 77 000.00 50.00 140 000.00 25.00 70 000.00 39 206400 IRRIGATION SYSTEM 1 US 257,504.004.00 217,504.00 257,504.00 380,295.00 380,295.00 350,000.00 350,000.00 429,000.00 429,000.00 40 204003 STREETTREE 105 EA 1 070.0050.00 1 070.00 112 350.00 600.00 63 000.00 765.00 80 325.00 750.00 78 750.0041 205034 DECOMPOSED GRANITETREEWELL 2170 SF 5.0050.00 5.00 10,850.00 8.50 18,445.00 27.50 59675.00 4.50 9,765.00 42 BENCH 25 EA 2500.0000.00 2 200.00 55 000.00 2 600.00 65 000.00 3 685.00 92125.00900. 2 .043 TRASH RECEPTACLE 17 EA 1,500.0000.00 2025.00 34425.00 2,500.00 42,500.00 3,915.00 66,555.00 2,350.00 39,950.044 BIKE RACK 28 EA 1 000.00 00.00 300.00 8 400.00 375.00 10 500.00 1 175.00 32 900.00 375.00 10 500.00 45 PLANTER RAIL 940 LF 115.00 108,100.00 140.00 131,600.00 145.00 136,300.00 135.00 126,900.00 100.00 94,000.00 46 204010 PLANTING AREA 6223 SF 15.00 93 345.00 15.00 93 345.00 9.00 56 007.00 10.00 62 230.00 8.31 51 713.13 47 204099 PLANT ESTABLISHMENT WORK 1 US 16,000.00 16,000.00 16,000.00 16,000.00 45,000.00 45,000.00 49,777.00 49,777.00 17,925.00 17,925.00 48 BIORETENTION AREA 4100 SF 19.00 77 900.00 25.00 102 500.00 15.00 61 500.00 45.50 186 550.00 9.16 37 556.00 49 810116 SURVEY MONUMENT 7 EA 2,500.00 17,500.00 3,200.00 22,400.00 1,100.00 7,700.00 1,320.00 9,240.00 900.00 6,300.00 50 208690 FLAG POLE SLEEVE 90 EA 200.00 18 000.00 20.00 1 800.00 31.00 3,15000 197.00 17 730.00 45.00 4 050.00 51 568064 PARKING METER POST 38 EA 250.00 9,500.00 250.00 9,500.00 350.00 13,300.00 630.00 $23,940.00 $550.00 20,900.00 52 810230 PAVEMENT MARKER 259 EA $3.00 $777.00 $3.00 $777.00 $3.00 5777.00 510.95 52,836.05 $3.L7 $846.93 53 820280 REMOVE ROADSIDE SIGN(METAL POST) 91 EA $100.00 $9,100.00 $75.00 $6,825.00 $193.00 517,563.00 5210.00 $19,110.00 $75.00 56,825.00 54 820310 REMOVE ROADSIDE SIGN PANEL 75 EA $93.00 6 975.00 75.00 5 625.00 93.00 6 975.00 101.00 7 575.00 75.00 5 625.00 55 820810 METAL ROADSIDE SIGN 75 EA 92.00 6,900.00 250.00 18,750.00 92.00 6,900.00 100.00 7,500.00 150.00 11,250.00 56 820840 ROADSIDE SIGN-ONE POST 91 EA 5262.00 23 842.00 325.00 29 575.00 262.00 23 842.00 286.00 26 026.00 300.00 27 300.00 57 840501 PARKING TEE TRAFFIC STRIPE 610 EA 15.00 9,150.00 15.00 9,150.00 15.00 9,150.00 25.00 15,250.00 15.00 9,150.00 58 840504 TRAFFIC STRIPE DETAIL 22 1428 LF 2.50 3 570.00 2.50 3 570.00 2.50 3 570.00 5.45 7 782.60 2.50 3 570.00 59 TRAFFIC STRIPE(DETAIL 27B) 200 LF 1.00 200.00 1.00 200.00 1.00 200.00 4.10 820.00 1.00 200.00 60 TRAFFIC STRIPE DETAIL 32 920 LF 5.50 $5.50 5 060.00 6.00 5 520.00 5.50 5 060.00 61 TRAFFIC STRIPE(DETAIL 37B) 200 LF 1.70 340.00 1.70 340.00 1.70 340.00 8.75 1,750.00 1.70 340.00 62 TRAFFIC STRIPE DETAIL 38 546 LF $5.50 3003.00 2.00 1092.00 63 TRAFFIC STRIPE(DETAIL 40) 53 LF 6.00 318.00 6.00 318.00 6.00 318.00 7.90 418.70 6.00 318.00 64 840519 THERMOPLASTIC CROSSWALK AND PAVEMENT MARKING 2513 SF 7.75 19475.75 7.75 19475.75 7.75 19475.75 8.20 20606.60 7.75 19475.75 65 DECORATIVE TH ERMOPLASTIC CROSSWALK(STATE ST SEM I NARY AVE) 1 US 13,860.00 13,860.00 13,860.00 13,860.00 13,860.00 13,860.00 15,135.00 15,135.00 14,000.00 14,000.00 66 DECORATIVE THERMOPLASTIC SE2SSWALK STATE ST PERKINS S 1 US 22 420.00 22 420.00 22 420.00 22 420.00 22 420.00 22 420.00 24 500.00 24 500.00 23 000.00 23 000.00 67 DECORATIVE THERMOPLASTIC CROSSWALK ESTATE ST STANDLEY ST) 1 US 20,930.00 20,930.00 20,930.00 20,930.00 20,930.00 20,930.00 22,877.00 22,877.00 23,000.00 23,000.00 68 DECORATIVE TH ERMOPLASTICCROSSWALK STATE ST HEN RY ST 1 LS 9550.00 9550.00 9550.00 9550.00 9550.00 9550.00 10450.00 10450.00 10000.00 10000.00 69 870401 MODIFY SIGNAL(STATE STREET MILL STREET) 1 US 75,000.00 75,000.00 101,350.00 101,350.00 101,350.00 101,350.00 111,777.00 111,777.00 94,000.00 94,000.00 70 870402 MODIFY SIGNAL STATE STREET PERKINS STREE 1 US 75 000.00 75 000.00 99 600.00 99 600.00 99 600.00 99 600.00 109 777.00 109 777.00 85 000.00 85 000.00 71 870403 MODIFY SIGNAL(STATE STREET STANDLEY STREET) 1 US 75,000.00 75,000.00 120,400.00 120,400.00 120,400.00 120,400.00 132,777.00 132,777.00 88,000.00 88,000.00 72 868007 REMOVE LIGHTING STANDARD 2 EA 1 350.00 2 700.00 1 350.00 2 700.00 1 350.00 2 700.00 1 500.00 3 000.00 3 750.00 7 500.00 73 870111 INDUCTIVE LOOP DETECTOR 8 EA 705.00 5,640.00 705.00 5,640.00 705.00 5,640.00 777.00 6,216.00 600.00 4,800.00 74 870200 LIGHTING SYSTEM 1 US 867 825.001, $867,825.001 907 825.00 907 825.00 907 825.00 907 825.00 950 000.00 950 000.00 1 000 000.00 1 000 000.00 75 N/A EXCAVATION AND SUBGRADE PREPARATION FOR MINOR CONCRETE WORK 55500 SF 5.50 305,250.00 2.50 138,750.00 4.30 238,650.00 1.95 108,225.00 225.00 12,487,500.00 76 N/A BIORETENTION CURB 825 LF 85 $125.00 103 125.00 75.00 61 875.00 84.00 69 300.00 101.00 83 325.00 77 NA BIORETENTION CURB AND GUTTER 575 LF 115.00 66,125.00 155.00 89,125.00 106.00 60,950.00 115.00 66,125.00 140.00 80,500.00 78 N A RECTANGULAR RAPID FLASHING BEACON STATE ST SEMINARY AVE 1 US 22 785.00 22 785.00 11 325.00 11 325.00 22 785.00 22 785.00 13 500.00 13 500.00 18 000.00 18 000.00 Total Bid Amount $6,448,216.96 $7,130,882.02 $7,268,466.40 $7,430,831.77 $19,298,932.26 Listed Subs ABSL Construction Asphalt Impressions Ahl born Fence Asphalt Impressions American Traffic Safety AC Grinding/Cold Plane Decorative Thermoplastic Planter Decor Thermo Crosswalk Crosswalk Rail Asphalt Impressions Asphalt Impressions Bayli ne Cutting&Cori ng Decorative Crosswalks Decorative Thermoplastic Crosswalk Lone Star Landscape,Inc. Asphalt Impressions Sawcutting 1910 E.San Martin Ave. Decorative Thermoplastic Bartilussi&Watkins Inc. Lone Star Landscape,Inc. San Martin,CA 95046 BKF Engineers Landscaping 1910 E.San Martin Ave. Landscape Bayli ne Cutting&Cori ng Survey San Martin,CA 95046 Saw Cutting Devi ncenzi Concrete Landscape&Irrigation,Brick Band Mike Brown Electric Co. Devi ncenzi Concrete Electrical Devi ncenzi Concrete Concrete GR Sunberg Mike Brown Electric Co. Concrete Hot Mix Asphalt 561A MERCANTILE DRIVE Pacific Northwest Oil Mike Brown Electric Co. 94931 Tack Oil Mike Brown Electric Co. Electrical Sierra Traffic Markings,Inc. Cotati,CA 94931 Paving Fabric 561A MERCANTILE DRIVE Traffic Stripe&Markings Electrical 94931 Mountain F.Enterprises Sierra Traffic Markings,Inc. Cotati,CA 94931 Tree Removal St Francis Electric Sierra Traffic Markings,Inc. Striping Electrical Striping&Pavement Markings Neary Landscape Inc. T&S DVBE Neary Landscape Inc. PO Box 249 Statewide Safety CAS PO Box 249 Cotati,CA 94931 Roadside Signs Sign Removal Cotati,CA 94931 Landscape&Irrigation Sign Furnish&Install Landscape Pacific Northwest Oil Tyrrell Resources Sierra Traffic Markings,Inc. Fabric/Oil Tree Removal Striping Sierra Traffic Markings,Inc. Statewide Traffic Safety Striping Signs Statewide Traffic Safety CAS Roadside Signs Tully Consulting SWPPP Page 358 of 479 ATTACHMENT 2 CaU7"n"Or"UKOAU•D MENDOCINO OCINO COUNTY,CyA'NMONwC')RMA SPECIAL PROVISIONS FOR DOWNTOWN STREETSCAPE AND ROAD DIET PROJECT SPECIFICATIONNO,1819-173 FEDIERAL F O»➢ECT NO, PSTP E-5049(925)and D'4 DPL-9949(929) No, -PA civi" I ilia CA11� CITY OF UWAH DEPARTMENT OF PUBLIC WORKS 300 aauM nary Avenue Ukiah,CafiforunDa 95452-5400 ti .DA°ll ORY PRE:-BID MEETING: 1:00 p.m.,Wednesday,December 4,2019 Ukiah Civic Center,Conference Roy #3,300 Seminary Avenue,e,Uldah CA 95452 Bide Open Wed ne day,December 11,2019 Office of City Clark N�✓n Nl y+n "& Ih tl v y° NON Page 359 of 479 BID SUBMITTAL CHECKLIST The following is a checklist to assist you in your submission of your bid documents. Please make su re you include the following when submitting your bid documents to reduce the risk of having your bid rejected: o Proposal (Page 147) ➢ Unit prices filled out clearly. ➢ Extended prices filled out clearly and calculated correctly ➢ Total bid amount filled out clearly and calculated correctly ➢ Sign the proposal, and provide complete information ➢ CLSB No. and expiration date ➢ Department of Industrial Relations Public Works Contractor Registration Number Fair Employment Practices Certification (Page l55) ➢ Filled out completely per instruction o Worker's Compensation Certificate (Page 156) ➢ Filled out completely per instruction c� Certification of Non-Discrimination in Employment(Page 157) ➢ Filled out completely per instruction List of Proposed Subcontractors (Page 158) ➢ Filled out completely per instruction * Statement of Experience (Page 159) * Signature of Bidder(Page 160) ➢ Filled out completely per instruction ➢ Authorized signature provided * Bidder's Bond (Page 161) ➢ Filled out completely per instruction :a Non-Collusion Affidavit(Page 162) ➢ Filled out completely per instruction ➢ Notarized o Equal Employment Opportunity Certification (Page 163) o Debarment and Suspension Certification (Page 164) o Non-Lobbying Certification for Federal Aid Contracts (Page 165) o Disclosure of Lobbying Activities (Page 166) o Exhibit 12-B Bidder's List of Subcontractor(DBE and Non-DBE) Part 1 (Page 169) o Exhibit 12-B Bidder's List of Subcontractor(DBE and Non-DBE) Part 2 (Page 170) o Exhibit 15-G Construction Contract DBE Commitment (Page 171) o Exhibit 15-H: Proposer/Contractor Good Faith Efforts (Page 174) o Public Contract Code Section 10285.1 Statement (Page 177) o Public Contract Code Section 10162 Questionnaire (Page 178) o Public Contract Code Section 10232 Statement (Page 179) o Addenda—Checked for any issued on the City website at www.cityofukiah.com/purchasinq DOWNTOWN STREETSCAPE 146 Spec No.181 -173 Page 360 of 479 ° r CITY OFUKIAH MENDOCINO COUNTY, CALIFORNIA PROPOSAL FOR DOWNTOWN STREETSCAPE AND ROAD DIET Specification No. 18i9~1y3 The undersigned, asbidder, declares that heor she has examined thoroughly all of the contract documents herein contained,that this proposal is made without collusion with any other person,firm or corporation and that all laws and ordinances relating tothe interest cfpublic officers in this contract have been complied with in every respect. AND hoor she proposes and agrees, if this proposal is accepted, 1) that heor she will contract with the City ofUkiah, Mendocino County. California, in the form of the copy of the agreement herein contained a) to provide all necessary machinery,tools, apparatus and other means of construction; b) to furnish all materials; o) to provide all supehntendence, overhead expenses and all labor and expenses of whatever nature necessary to complete the job in conformity with the specifications and drawings and other contract provisions herein or reasonably implied hereby or as necessary to complete the work in the manner and within the time named herein and according to the requirements and to the reasonable satisfaction of the City Engineer; d) to pay all charges of freight transportation and hauling; 2) that he or she indemnifies the City against any |oem or damage arising from any act ofthe undersigned msContractor; and 3) that heor she will accept aa full payment therefor the following sums: DOxVNTOVVNGTREET8CAps 147 Spec No.181g'173—Reflecting Addendum 7 Page 301of479 ^ � ° BIDDING SCHEDULE |n the case of any discrepancy between the unit price and the total sethzrthforthe item,the unit price shall prevail; provided, however, that ifthe amount set forth as a unit price is ambiguous, unintelligible or uncertain for any reason,oria omitted,orin the case nf lump sum items,is not the same amount es the entry in the=Fota|"column, then the amount set forth in the"Total"column for the item shall prevail in accordance with the following: 1. Aato lump sum items,the amount set forth in the^Totm|~column shall be the unit priom� 2. Amto unit basis items,the amount set forth in the"Tota|^column shall be divided bythe estimated quantity for the item and the price thus obtained shall be the unit price. The Total Base Bid shall be the sum of the items in the"Tota|~column. In case of discrepancy between the sum mf the items in the"Total" column and the amount entered as Total Base Bid, the sum of the"Total"column items shall prevail. The bid comparison will be based onthe sum of the items in the^tota|^column for each bidder. The Unit prices for the various Construction Items below include all costs associated with the General Conditions, Special Provisions,Requirements ofthe Construction Contract,and represent the total,complete,in-place cost for each specific Construction |b»m in accordance with the Construction Ducuments, including all elements, work components,accessories,and connections,shown in applicable details or required to yield a complete,sound and functional component or system appropriate for its intended function,whether or not such is specifically described or listed in any description mf measurement orpayment. The total amount ofthe Construction items below shall represent the total and complete coat of the fully functional Project. All work not specifically listed below be required to complete the work of the various construction items and the cost ofsuch mho|| be considered as included throughout the various unit prices indicated. Lowest bid will be based un the lowest Base Bid, not including the add alternate bid item. DOVYNTOVVNGTREETGC*PE 148 Spec No.181S4r3-Reflecting Addendum 7 Page 362 of479 NAME OF BIDDER, Ghilotti Construction Company, Inc. SPEC#: 1819-173 PROJECT NAME: DOWNTOWN STREETSCAPE AND ROAD DIET Item# Description Unit of Measure Quantity Unit Price Total Streetscape Mobilization, Demobilization, LS 1 and Final Cleanup Road Diet Mobilization, Demobilization, LS 1 2 and Final Cleanup 3 Storm Water Pollution Prevention Plan LS 1 $ 9600 (SWPPP) 4 Storm Water Sampling and Analysis Day EA 7 $ 5c;,o $—AEP—o Temporary Water Pollution Control LS 1 5 Measures $J Progress Schedule(Critical Path LS 1 6 Method) 7 Construction Area Signs LS 113 $4 1 oT Traffic Control System LS 1 $�VSL)'Do— $,2Y5D6D 9 Construction Survey LS 1 siVE0 $ Dl'-�So 10 Remove Thermoplastic Traffic Stripe LF 9,042 $ JA 0 $JD-95-o—A) 11 Remove Thermoplastic Traffic Marking SF 438 12 Adjust Existing Manhole Cover to Grade EA 14 $ $ 011100 0 13 Adjust Existing Valve/ CC to grade EA 87 $—IU-00 Adjust Existing Utility Cover to Grade EA 178 14 (Sidewalk) 15 Remove Concrete(Curb and Gutter) LF 5,315 $ DOWNTOWN STREETSCAPE 149 Spec No.1819-173—Reflecting Addendum 7 Page 363 of 479 d 16 Remove Concrete Sidewalk and Flatwork SF 46„270 $ Cold Plane Asphalt Concrete Pavement SF 3,663 17 Conforms Remove Asphalt Concrete Pavement to SF 54,651 16 Concrete Roadway 19 Remove Concrete Roadway SF 16,061 R 20 Clearing and Grubbing LS 1 $ 21 Roadway Excavation (FINAL) 3,570 $ 22 Remove Unsuitable Material CY 50 $ $ 23 Class 2 Aggregate Base CY 3,020 $ $ 24 Hot Mix Asphalt(Type A) TON 4,240 $ $ Geosynthetic Pavement Interlayer SY 6„070 25 (Paving Fabric) $ $— 26 12"Reinforced Concrete Pipe(Class IV) LF 325 $ $ 27 Drainage Inlet EA 12 $ OlZdc 24 $ $ - _....... . ....... ....._... ......... _ . ....... ......... ......._ _...._._._._ ._......... 29 LID Storm Drain Inlet EA 10 $ $ 30 Remove Existing Drainage Inlet EA 12 $ 1 Trench Bracing and Shoring LS 1 $ $ 32 Minor Concrete (Curb) LF 50 $ DOWNTOWN STREETSOAPE 150 Spec No.1319-173—Reflecting Addendum 7 Page 364 of 479 33 Minor Concrete(Curb and Gutter) LP 5,275 $ L $ ........................................................................................ 34 Minor Concrete (Ddveway) SI: 2,877 $ I "rip ................................................................................................................... Nnor Concrete(Sidewalk, light exposed SF 25,750 $_�3 35 aggregate finish) $ ..................................... 36 Minor Concrete (Sidewalk, medium SF 8,700 $ [3 (3160 exposed aggregate finish) Minor Concrete(Curb Ramp, exposed EA 55 37 aggregate finish) ............ 38 Brick Band LP 2,800 $ $ 39 irrigation System I S 1 Street Tree EA 105 40 $-LP-ho- $JI23-5-c) Decomposed Granite Tree Well Sj:- 2,170 41 $ ;> $ )0 91-50 42 Bench EA 25 $256e ;L-Goo 43 Trash Receptacle EA 17 $2550-0 ....................................... 44 Bike Rack EA 28 $jnoo $-!;R000 45 Planter RaH LP 940 $ Idwivo 46 Planting Area Sli: 6,223 $_ Plant Establishment Work LS I 47 $48 Bloretention Area SF 4J00 $ 00� .....................-..................................... ............................................ 49 Survey Monument EA 7 ........... DOWNTOWN STREETSCAPE 151 Spec No.1819-173-Reflecting Addendum 7 Page 365 of 479 50 Flag Pole Sleeve EA 90 $ 51 Parking Meter Post EA 38 ........................................................................................................... 52 Pavement Marker EA 259 �74 53 Remove Roadside Sign (Metal Post) EA 91 $ 00 1 00 54 Remove Roadside Sign Panel EA 75 $ 13 55 Metal Roadside Sign EA 75 56 Roadside Sign- One Post EA 91 $ 57 Parking Tee Traffic Stripe EA 610 $ --L5— ................................................................................................................. 58 Traffic Stripe (Detail 22) LF 1,428 $ $ 59 Traffic Stripe (Detail 27B) LF 200 C)$ �c 60 Traffic Stripe(Detail 32) LF 920 $ (V—0 61 Traffic Stripe(Detail 3713) LF 200 $ I-Lj 62 Traffic Stripe([detail 38) LF 546 $ 63 Traffic Stripe(Detail 40) LF 53 $ 319 Thermoplastic Crosswalk and Pavement SF 2,513 64 Marking $ Decorative Thermoplastic Crosswalk LS 1 65 (State St/Seminary Ave) $ C) Decorative Thermoplastic Crosswalk LS 1 66 (State St I Perkins St) DOWNTOWN STREETSCAPE 152 Spec No.1819-173-Reflecting Addendum 7 Page 366 of 479 Decorative Thermoplastic Crosswalk LS 1 67 (State St C Standley St) A0930 $ .................................... ............... .......................................... Decorative Thermoplastic Crosswalk LS 1 5° 66 (State St/Henry St) 9 Modify Signal (State Street/ ill Street) LS 1 $ $ ..............__.......................................................................................................... ..... ................................................................. Modify Signal (State Street/Perkins LS 1 �,., 70 Street) $ $ ' �00 Modify Signal (State Street Standley LS 1 71 Street) $ $ _,_ m ,mm_.__,. ...................... Remove Lighting Standard EA 2 920 72 _„ ............. 73 Inductive Loop Detector EA 8 $ $ 74 Lighting System I,,S 1 $ sa ............................... Excavation and Subgrade Preparation for SF 55„500 75 Minor Concrete Work $ a $ 76 ioretention Curb LF 825 $ $ 77 Bioretention Curb and Gutter LF 575 $ $ dl / l %� ��„ .... ..�, .. ®_., ,......� .....,.. .... .......... .......................................................... _ .— ......,—.. ....... ......... TOTAL BASE BI®4 $ 4 DOWNTOWN STRSSTSCAPC 153 Spec No.1319-173—Reflecting Addendum 7 Page 367 of 479 We, the undersigned, acknowledge that the City Council has reserved the right to reject any or all bids and to determine which proposal is, in its opinion,the lowest responsive bid from a responsible bidder and that which it deems in the best interest of the City to accept. We, the undersigned, further agree, if this proposal shall be accepted,to sign the agreement and to furnish the required bonds with satisfactory surety,or sureties,within fifteen (15)calendar days after written notice that the contract is ready for signature; and, if the undersigned shall fail to contract, as aforesaid, it shall be understood that he or she has abandoned the contract and that,therefore,this proposal shall be null and void and the proposal guaranty accompanying this proposal, or the amount of said guaranty,shall be forfeited to and become the property of the City.Otherwise,the proposal guaranty accompanying this proposal shall be returned to the undersigned. Witness our hands this day of February 5 20 20 Licensed in accordance with an act providing for the registration of California Contractors License No. 644515 , expiration date 5/31/20 THE CONTRACTOR'S LICENSE NUMBER AND EXPIRATION DATE STATED HEREIN ARE MADE UNDER PENALTY OF PERJURY. 1000003044 Department of Industrial Relations Public Works Contractor Registration Number: Signature of bidder or bidders,with business name, address, phone number and fax number: Ghilotti Construction Company, Inc. 246 Ghilotti Avenue, Santa Rosa, CA 95407 Ph: 07— ',0M 5-1221 /Fax: gE),,58 -'16X Thomas Smith,Estimatigg Manager Notice: In the case of a corporation, give below the addresses of the principal office thereof and names and addresses of the President, Secretary,Treasurer. Ghilotti Construction Company, Inc. 246 Ghilotti Avenue, Santa Rosa, CA 95407 Richard W. Ghilotti-President,Treasurer; Stacy L. Magill-Secretary DOWNTOWN STREETSCAPE 154 Spec No.1819-173—Reflecting Addendum 7 Page 368 of 479 FAIR EMPLOYMENT PRACTICES CERTIFICATION TO: City of Ukiah The undersigned, in submitting a bi for performing the followingo Contract, hereby certifies that he or she s or will meet the standards of affirmative compliance with the Fir Employment Practices requirements of the Special Provisions contained herein. WN*1:WN 7STREETS I %PE ET e (Signature Bidder) Thomas Smith, Estimating a er Business ilin Address: Ghilotti Construction ComDanv,Inc. 246 Ghilotti Avenue Santa Rosa. CA 95407 Business o tio : 246 Ghilotti Avenue _SanURos4f,A-Ji4Q2- (The bidder shall execute the certification of this page prior to submittinghis or her proposal.) DOWNTOWN STREETSCARE 155 Spec No.1&19®173 Page 369 of 479 ® COMPENSATION CERTIFICATE I am aware of the provisions of Section 3700 of the Labor Code is require every employer to be insured against liability for Worker's Compensation or undertake self-insurance in accordance with the provisions of that code and I will comply with such provisions before commencing the performance of the work of this contract. Witness my an this 11th day of December 20CK 19 Bidder,with Bu s�ddr'es zt'f� 0 Thomas Smith, EstiH!ati alter Ghilotti Constructiong any, ... 246 Ghilotti Avenue, Santa Rosa, CA 95407 DOWNTOWN STREETSCAPE 156 Spec No.1819-173 Page 370 of 479 CERTIFICATION OF NONDISCRIMINATION IN EMPLOYMENT The bidder represents that he or she has/ not,participated in a previous contract or subcontract subject to either the equal opportunity clause herein or the clause contained in Section 301 of Executive Order 10925;that he or she has/ not, filed all required compliance reports; and that representations indicating submission of required compliance prior to subcontract awards. and address of E irlv Dat Thomas Smith, Estimating Manager 246 Ghilotti Avenue, Santa Rosa, CA 95407 his certification shall be executed by the bidder in accordance with Section 60-1.6 of the Regulations of the President's Committee on Equal Employment Opportunity for implementing Executive Orders 10925 and 11114.) DOWNTOWN STREETSCAPE 157 Spec No.1 819-173 Page 371 of 479 PG 1 LIST OF PROPOSED SUBCONTRACTORS In compliance with the provisions of Sections 4100-4108 of the California Public Contract Code and any amendments thereof, each bidder shall set forth (a) the name and location of the place of business of each subcontractor who will perform work or labor or render service In or about the construction site or a subcontractor licensed by the State of California who,under subcontract to the prime contractor,specially fabricates and Installs a portion of the work or improvement according to detailed drawings contained In the plans and specifications in an amount In excess of one-half of 1 percent of the total bid and(b)the California Contractor License Number for each subcontractor,and(c)the portion of the work to be done by each subcontractor.(See General Conditions Section 1- 0 .) Include with the name of each sub-contractor their Department of Industrial Relations Public Works Contractor Registration Number. SUBCONTRACTOR SUBCONTRACTOR SUBCONT SUBCONTRACTOR DESCRIPTION NAME LICENSE NUMBER DIR REGISTRATION BUSINESS OFWORK NUMBER ADDRESS_ 5761-6 /'qwcaiJSP 00 0 0 C)TO% ELECTRICAL PLA IL DOWNTOWN STREETSCAP 158 Spec No.1819-173 Page 372 of 479 PG 2 LIST OF PROPOSED SUBCONTRACTORS In compliance with the provisions of Sections 4100-4108 of the California Public Contract Code and any amendments thereof, each bidder shall set forth (a) the name and location of the place of business of each subcontractor who will perform work or labor or render service in or about the construction site or a subcontractor licensed by the State of California who,under subcontract to the prime contractor,specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications in an amount in excess of one-half of 1 percent of the total bid and(b)the California Contractor License Numberfor each subcontractor,and(c)the portion of the work to be done by each subcontractor.(See General Conditions Section 1- 09.) Include with the name of each sub-contractor their Department of Industrial Relations Public Works Contractor Registration Number. SUBCONTRA LICE U DI CT SUBCONTRACTOR SUBCONTISTRATION RA INESS CTOR SUBCONTRACTOR DESCRIPTION NAME NSE NMBER R REG BUS OFWORK NUMBER ADDRESS Pac(Ptc- AC GRINDING/ (92AT&1 00000 Z8 19 VOjILoarAl QX COLD PLANE 9+9 Q Lo hp— C)000 OCA-34 S Po V)0-,< -to LANDSCAPE & A,CA IRRIGATION/ DOWNTOWN STREETSCAPE 1 3 SpecNo.1819-173 Page 373 of 479 PG 3 LIST OF PROPOSED SUBCONTRACTORS In compliance with the provisions of Sections 4100-4108 of the California Public Contract Code and any amendments thereof, each bidder shall set forth (a) the name and location of the place of business of each subcontractor who Will perform work or labor or render service in or about the construction site or a subcontractor licensed by the State of California who,under subcontract to the prime contractor,specially fabricates and Installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications in an amount in excess of one-half of 1 percent of the total bid and(b)the California Contractor License Numberfor each subcontractor,and(c)the portion of the work to be done by each subcontractor.(See General Conditions Section 1- 09.) Include with the name of each sub-contractor their Department of Industrial Relations Public Works Contractor Registration Number, SUBCONTRACTOR SUBCONTRACTOR SUBCONTRACTOR SUBCONTRACTOR DESCRIPTION NAME LICENSE NUMBER CI R REGISTRATION BUSINESS OFWORK NUMBER ADDRESS &R4 ip P 0 0 10 1 ROADSIDE SIGNS DOWNTOWN STREETSCAPE 188 Spec No.1819-173 Page 374 of 479 PG 4 LIST OF PROPOSED SUBCONTRACTORS In compliance with the provisions of Sections 4100-4108 of the California Public Contract Code and any amendments thereof, each bidder shall set forth (a) the name and location of the place of business of each subcontractor who will perform work or labor or render service in or about the construction site or a subcontractor licensed by the State of California who,under subcontract to the prime contractor,specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications in an amount in excess of one-half of I percent of the total bid and(b)the California Contractor License plumber for each subcontractor,and(c)the portion of the work to be done by each subcontractor.(See General Conditions Section 1- 09.) Include with the name of each sub-contractor their Department of Industrial Relations Public Works Contractor Registration Number. SUBCONTRACTOR SUBCONTRACTOR SUBCONTRACTOR SUBCONTRACTOR DESCRIPTI LIC ON NAME ENSE NUMBER DIR REGISTRATION BUSINESS OFWORK NUMBER ADDRESS 1003 B'S 00 0 0 0 -2012 50 DECORATIVE THERMOPLASTIC CROSSWALK 1mr MA c, e)OOO 6Rjr3 jf,�RS Pj Rj. STRIPING& S�&L3 PAVEMENT MARKINGS DOWNTOWN STREETSCAPE 15 SpocNo.1819-173 Page 375 of 479 p w. STATEMENT OF EXPERIENCE OF BIDDER The bidder is required to state below what work of similar magnitude or character he or she has done and to give references that will enable the City Council to judge of his or her experience,skill and business standing n his or her ability to conduct work as completely and rapidly as required under the terms of the contract. DOWNTOWN S`r EETSCAPE 159 Spec No.1319-173 Page 376 of 479 GHILOTTI CONSTRUCTION COMPANY 9M COMPLETED PROJECTS(LAST 5 YEARS) 1215/2019 Est Project Name/Location For Whom Performed Value Job# Completion Date 2017-2018 PAVEMENT COUNTY OF SONG MA DPW/DOT PRESERVATION PROGRAM,CHIP 2300 COUNTY CTR DR,STE B-1 00 SEALS&OVERLAYS SANTA ROSA,CA 95403 $4,465,430.70 5810 8/19 Sonoma County(Various PH:707/565-2231 FX:707/565-2620 Locations) 2018 PAVEMENT PRESERVATION-COUNTY OF SONOMA DPW/DOT FDR&OVERLAYS 2300 COUNTY CTR DR,STE B-1 00 $4,059,215.15 5825 8119 Sonoma County SANTA ROSA,CA 95403 PH:707/565-2231 FX 707/565-2620 CITY OF LARKSPUR FY 2017-18 LOCAL STREETS 400 MAGNOLIA AVENUE REHABILITATION LARKSPUR,CA 94939 $2,264,020.50 5817 12/18 Larkspur CONTACT:RITA SCHOCH PH:415/927-5017 FX:4151927-5022 BODEGA HWY PAVEMENT COUNTY OF SONOMA DPWIDOT REHABILITATION&VARIOUS 2300 COUNTY CTR DR,STE B-100 STREETS&ROADS SANTA ROSA,CA 96403 $4,585,392.46 5777 2/19 PRESERVATION Sonoma County PH:7071565-2231 FX:707/565-2620 CITY OF LARKSPUR FY 2016-17 PAVEMENT 400 MAGNOLIA AVE. MAINTENANCE LARKSPUR,CA 94939 $1,567,320.00 5764 12/17 Larkspur CONTACT:JULIAN SKINNER PH:4151927-5017 FX:4151927-5090 2017 PAVEMENT PRESERVATION COUNTY OF SONG DPW/DOT Sonoma County(Various 2300 COUNTY CTR DR,STE B-100 $7,733,881.90 5759 10/18 Locations) SANTA ROSA,CA 95403 PH:707/565-2231 FX:707/566-2620 Page 377 of 479 CITY OF SANTA ROSA NEIGHBORHOOD STREETS 69 STONY CIRCLE INITIATIVE&ROSELAND STREET SANTA ROSA,CA 95401 $ OVERLAY PH:7071643-3800 2,373,476.40 5754 9/18 Santa Rosa FX:707/543-3801 CONTACT:DAVID MONTAGUE --------------------- CITY OF ROHNERT PARK ROHNERT PARK STREET SMART 130 AV RAM AVE. PROJECT ROHNERT PARK,CA 94928 $558,510.00 5729 8/18 CONTACT:ART DA ROSA PH:707/588-2232 FX:707/794-9242 CITY OF SAN RAFAEL 111 MORPHEW ST. STREET RESURFACING 2015-2016 SAN RAFAEL,CA 94901 $1,663,185.70 6710 12/17 San Rafael CONTACT:STEPHANIE GINDLESPERGER,P.E. PH:415/485-3355 FX:4161485-3334 CITY OF CONCORD MEASURE Q PAVEMENT REPAIR 1950 PARKSIDE DRIVE PROJECT#1 CONCORD,CA 94619 $2,412,756.40 5698 4/17 Concord CONTACT:RODNEY cHALE,PM PH:925/671-3028 CITY OF ROHNERT PARK 130 ROHNERT PARK ROAD AVRAM AVE.ROHNERT PARK,CA REHABILITATION 94928 $688,727.90 5696 8/18 CONTACT:MARY GRACE PAWSON PH:707/588-2232 FX:707/794-9242 CITY OF DAVIS 2016 PAVEMENT 23 RUSSELL BLVD REHABILITATION DAVIS,CA 95616 $1,737,632.55 5695 2/18 Davis CONTACT:DIANE PHILLIPS PH:530/767-5686 FX:6301758-4738 TOWN OF WINDSOR BLDG 400,WINDSOR CIVIC CTR 2016 PAVEMENT PRESERVATION 9291 OLD REDWOOD HWY Windsor WINDSOR,CA 96492 $1,316,785.60 5693 5/17 CONTACT:ALEJANDRO PEREZ PH:707/838-5340 FX:707/838-3137 COUNTY OF MARIN 2016 ROAD RESURFACING- P.O.BOX 4186 SOUTHERN REGION SAN RAFAEL,CA 94913-4186 $1,421,575.00 5690 8/17 Various locations in Marin Co. CONTACT:ERNEST KLOCK PH:415/473-6528 FX:415/473-3799 2 Page 378 of 479 2015-2016 PAVEMENT COUNTY OF SONOMA DPW/DOT PRESERVATION PROGRAM- 2300 COUNTY CTR DR,STE B-100 $5,369,272.23 6677 6/17 BONDED WEARING COURSE SANTA ROSA,CA 96403 Various Locations in Sonoma Co. PH:7071565-2231 FX:707/566-2620 CITY OF ROHNERT PARK ROHNERT PARK EXPRESSWAY 130"RAM AVE. REHABILITATION PHASE 2 ROHNERT PARK,CA 94928 $680,389.00 5656 1/17 Rohnert Park CONTACT:MARY GRACE PAWSON PH:707/688-2232 FX:707/794-9242 COUNTY OF SOLANO,DPW DIXONIVACAVILLE BICYCLE 676 TEXAS STREET,STE 5500 ROUTE PHASE 513 FAIRFIELD,CA 94533-6341 $2,255,727.00 5650 7/17 Dixon/Vacaville CONTACT:MATHEW TUGGLE PH:7071784-6074 FX:707/784-2894 COUNTY OF MARIN 2015 ROAD REHABILITATION P.O.BOX 4186 WESTERN REGION SAN RAFAEL,CA 94913-4186 $2,049,895.50 5648 12115 Marin County CONTACT:ERNEST KLOCK PH:415/473-6528 FX;415/473-3799 RESURFACING PORTIONS OF COUNTY OF ALAEDA VARIOUS ROADWAYS IN 951 TURNER COURT FAIRFIEW&ASHLAND AREAS OF HAYWARD,CA 94545 $1,396,993.00 5645 10/16 ALA EDA CO. PH:510/670-5450 FX:510/670-6269 Alameda County COUNTY OF MARIN 2015 ROAD REHABILITATION P.O.BOX 4186 SOUTHERN REGION SAN RAFAEL,CA 94913-4186 $1,614,373.00 5635 12/15 arin County CONTACT:ERNEST KLOCK PH:415/473-6528 FX:416/473-3799 CITY OF MILPITAS 455 E.CALAVERAS BLVD. MAIN STREET PAVEMENT MILPITAS,CA 95036-5411 RECONSTRUCTION CONTACT:MICHAEL BOITNOTT,P.E. $3,046,388.75 5614 2/16 Milpitas PH:408/586-3316 CELL:408/591-9219 FAX:4081586-3305 2014 PAVEMENT REHAB-FDR COUNTY OF SONOA DPW/DOT Various Locations in Sonoma 2300 COUNTY CTR DR,STE B-100 $4,526,970.00 5576 1/16 County SANTA ROSA,CA 95403 PH:707/565-2231 FX:7071665-2620 3 Page 379 of 479 COUNTY OF MARIN 2014 ROAD REHABILITATION P.O.BOX 4186 PROJECT SAN RAFAEL,CA 94913-4186 $1,924,160.00 6560 2/15 Central Marin Co. CONTACT:ERNEST KLOCK PH:4151473-6528 FX:416/473-3799 CITY OF PLEASANTON 1-5801 FOOTHILL ROAD CIVIC CENTER INTERCHANGE 200 OLD BERNAL AVE. $6,310,415.00 5518 7115 Pleasanton PLEASANTON,CA 94566 PH:9261931-5650 FX:9251931-5479 4 Page 380 of 479 SIGNATURE(S)OF BIDDER Accompanying this proposal is Bidder's Bond (insert the words"cash ($)", "cashier's check"or"bidders bond", as the case may be) in an amount equal to at least 10 percent of the bid. The names of all persons interested in the foregoing proposal as principals are as follows: IMPORTANT NOTICE: If bidder or other interested person is a corporation,provide the legal name of corporation and also then of the president,secretary,treasurer and manager thereof.If a co-partnership,provide the true name of firm and also the names of all individual co-partners composing the firm. If bidder or other interested person is an individual, provide the first and last names in full. Ghilotti Construction Compang, Inc. ..... Richard azdi, Generg_MSr. Licensed in accordance with an act providing for the registration of Contractors: License No. I rise E it ion Date 5131/20 Signature(s)of Bidde( Thomas Smith, Estimating Manager Ghilotti Construction C2mpAnL Inc. NOTE: If bidder is a corporation,the legal name of the corporation shall be set forth above together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation;if bidder is a co-partnership,the true name of the firm shall t forth above together with the signature of the partner or partners authorized to sign contracts in behalf of the co-partnership;and if bidder is an individual, his or her signature shall be placed above. If a member of a partnership,a Power of Attorney must be on file with the Department prior to opening bids or submitted with the bid; otherwise,the bid will be disregarded as irregular and unauthorized. Business address: 246 Ghilotti Avenue Santa-Rosa CA 95407 Place of residence: Sa i—R-&f—ae-1,—CA----P—re-5—ident Dated: 12/11/19 DOWNTOWN STREETSCAPE 160 Spec No.1 819-173 Page 381 of 479 H I L 0 T I Since I . .................... Corporate Resolution to Execute Proposa s Resolved that this Corporation, Ghilotti Construction Company, hereby approves and appoints Richard W. Ghilotti, President of Ghilotti Construction Company, Brian Ongaro, Vice President of Ghilotti Construction Company, Ali Yazdi, VP, General Manager of Ghilotti Construction Company, Stacy L. Magill, Secretary of Ghilotti Construction Company, and `To Smith, Estimating Manager of Ghilotti Construction Company for the purpose of executing in the name of this corporation, any and all bid documents and Bidder's Bonds. Resolved further, that any and all actions taken by Richard W, Ghilotti, Brian Ongaro, Ali Yazdi, Stacy L. Magill and Tom Smith in executing said bid documents and Bidder's Bonds be, and they hereby are, ratified and approved, and all such Proposals and bonds and documents are hereby adopted as binding obligations of this corporation. 1, Stac) I.... Ntagill.. Secretary of Ghilotti Construction Company, a corporatjola InCOM, GJ-EW'd UndCT the !a WS of the State of California, do hereby certify that the foregoirig us a fiffl, true and correct copy of resolutions of the Board of Directors of the said c(AT)oration, dul); and regularly passed and adopted at a special meeting of the Board of Directors.of the said corporation which was duly and-regularly called and field in all respects as requi,.,red by law, and by the bylaws of the said corporation, at the office thereof on the 2"" day of November, 2004, at which special meeting a majority of the board of Directors of the said corporations was present and voted in favol of said resolutions. IN WITNESS WHEREOF, I have hereto set my hand as such Secretary and affixed the corporate seal of the said corporation, this 16"'day of September, 201(). Cr) Stacy L. Magill ' Secretary ............. Engineering Contractor .............. ................................................... 246 GHL.0"M AVENUE-SANTA ROSA,CA 95407-707 585-1221 -FAQ: 707-585 0129 www.ghBoffLcom STATE CONTRAC MRS L3CENSE 6"0% Page 382 of 479 CITY OF UKIAH Mendocino County,California BIDDEff§QQND KNOW ALL MEN BY THESE PRESENTS, That we, Ghilotti Construction Company, Inc. as PRINCIPAL and Liberty Mutual Insurance Company as SURETY, are held and firmly bound unto the City of Ukiah in the penal sum of 10 PERCENT OF THE TOTAL AMOUNT OF THE BID of the Principal above named,submitted by said Principal to the of Ukiah,as the case may be,forthe work described below,for the payment of which sum in lawful money of the United States, well and truly to be made,to the City Clerk to which said bid was submitted,we bind ourselves,our heirs,executors,administrators and successors jointly and severally,firmly by these presents.In no case shall the liability of the surety hereunder exceed the sum of$_Ten Percent of Total Amount Bid THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas the Principal has submitted the above mentioned bid to the City of Ukiah,as aforesaid,for certain construction specifically described asfollows,forwhich bids are to be opened at the Office of the City Clerk,Ukiah Civic Center,Ukiah,California,on<<DATE OF BID OPENING>>for DOWNTOWN STREETSCAPE AND ROAD DIET February 5, 2020 NOW,THEREFORE,If the aforesaid Principal is awarded the contract and,within the time and manner required under the specifications,after the prescribed forms are presented to him or her for signatures,enters into a written contract, In the prescribed form, in accordance with the bid and files two bonds with the City of Ukiah, one to guarantee faithful performance and the other to guarantee payment for labor and materials,as required by law, then this obligation shall be null and void;otherwise,it shall be and remain in full force and virtue. IN WITNESS WHEREOF,we have hereunto set our hands and seals on this 29th day of— January —, 'A.A 20 20 Ghiloffff onsqtruction Cornipl;�Q1,n1c( (Seal) (Seal) EstllmafI66—Manager Thomas-Smith— (Seal) Principal Liberty Mutual Insypnced man v. _(Seal) (Seal) JAA. Pilgard,Attorney in Fact — (Seal) Surety Address: ................... DOWNTOWN STREETSCAPE 1Zt Spec No.1819-173 Page 383 of 479 ACKNOWLEDGMENT _................................................................................ A not public r other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate i attached, and not the truthfulness, accuracy, or validity that ocu nt. State of California County of_ PI c r } On January , 2020 before me, Kathy Rangel, Notary Public (insert name and title of theofficer) personally appeared Jana B. Pilgard who proved to me on the b ii`isofsatisfactory evidence to be the person(s)whose ( ) is/are subscribed to the within instrument and acknowledgedto me thathe/she/they executed the same i his/her/their authorized cci (is), and that by his/her/their signature (s) on the instrument the rs ( ), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURYunder the laws of the State of California that the foregoing paragraph is true and correct. IT hand and official seal. m ' „ a id) A 4 2 MA �"198n y I " r, . .. Signature (Seal) Page 384 of 479 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except In the manner and to the extent herein stated. Libertx Liberty Mutual Insurance Company The Ohio Casualty Insurance Company Certificate No:S20 942-977 2 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casually Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies'),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Julie A. Shiroana,Stephen D.gender,Dona Lisa Buschmann,J.guschrnann,Edward D.Johnson,Robert D.Laux,Jana I3.Pitgard Kathy all of the city of Sacramento stale of California each individually if there be more than one named,its true and lawful attomey-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as sure and as Its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as i they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 18th day of April 2019 . Liberty Mutual Insurance Company %N5(g ��! I �� tNst�� The Ohio Casualty Insurance Company ® ��y� West American Insurance Company Re ca r ® � to 2 � 1 2� � to 1991 on CD David M.Carey,Assistant Secretary State of PENSYLVAIA ° Cs County of MO TGOMERY ss cc L) On this 181h day of April ® 2019 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance S 0 Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorizedso to do,execute the foregoing instrument for the purposes > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. O cO IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. U) SN PAS', o 02 ; O4 0 COMMONWEALTH OF PENNSYLVANIA � s- p,��® �✓� NotarlalSeal o OF Te Pasoaila,Notary Public Upper Merlon Two.,Montgomery County By: (D C:(O .�t+N` My Commission Expires March 2a,2021 Lv� ex Teresa Pastella,Notary Public Og ® Member,Pennsylvame Association of Notaries (13 � s This Power of Aherne yy is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West Amedcan Insurance Company which resolutions are now in full force and effect reading as follows: 0 ARTICLE IV•-OFFICERS:Section 12.Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the President®Q) may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety any and all > U undertakings,bonds,recognizances and other surety obligations.Such attorneys-m-fact,subject to the limitations set forth in their respective powers of attomey,shall have full ors Co power to bind the Corporation by their signature and execution of an such instruments and to attach thereto the seal of the Corporation.When so executed,such instruments shall u° be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or altomey-in-fact under the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. =00 ARTICLE III® ecution of Contracts:Section 5.Surety Bonds and Undertakings. 0 Any officer of the Company authorized for that purpose in writing by the chaff an or the president,and subject to such limitations as the chairman or the president may prescribe, t shall appoint such affomeys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surely obligations.Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation®The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-Im, fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization®By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a cerlified copy of any power of atfomey issued by the Company in connection with surety bonds,shall be valid and binding upon the Company Win the same force and effect as though manually affixed. 1,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY HEREOF,I have hereunto set my hand and affixed the seals of said Companies this 29th day of January 2020 . tNSU V�(� IMa& 4a 1NSU'? o�sRoggBc� �� e��o p��� a&®�Po ����io Ce he he, ®y4n. s� Renee C.Llewellyn,Assistant Secretary LMS-12673 LMIC OCIC WAIC Multi Co 062016 Page 385 of 479 NON-COLLUSION AFFIDAVIT Note: Bidder shall execute the affidavit on this page 262r to sub till�his or her bi . To City Council,City of Ukiah: The undersigned in submitting a bid for performing DOWNTOWN STREETSCAPE AND ROAD DIET by contract, being duly sworn, deposes and says: that he or she has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such contract. czhilati CQ istmaim CQMPanYjn.(L- 6- s Smith, Estim, fil r Signature(s)of Bidder Business Address: 246j3hjj0ALAjgnUe__ Santa Rosa, CA 95407 Place of Residence: an Rafael CA-President NOTARIZATION Subscribed and sworn to before me this day of_, 20 Notary Public in and for the County of State of California. My Commission Expires 120 DOWNTOWN STREETSCAPE 162 Spec l 819-173 Page 386 of 479 CALJ111::::0IIr0NIA JURATMI'M AIII::::FIIIAIIM"V` s"rATIE11WEINT GOVERINIMENTCOIDE § 8202 *000~016AMMM00000 100106 AOIL Alsee Attached 11'.)OCUrneint(Notary to CrOSS OUt Hries 1 6 below) 11 See Statement 113elow(Unes 1-6 to be cornjp eted only by docurnent s gner(s], not Notary) ............. ........................................................................................ Signature of Document Signer No,, 1 SN;gnature of Document Signer No. 2(if any) A riota iry pu Mc or other officer corn plefing fl-fis certificate veii Res on lly tll-ie Wenfity of the kid Md ud who signed the doc"Merit to wh ch this certificate is attached,arid not tine tarthfulness,accuracy,or vafidfty of tl!-nat docurnent. ............................ -—----- .... . ............. —-------- . ................................................. .................--------------------------- ............ State of CaHforr-Ha SUbscribed and affirmed) before rune Cour-O.y of on this day of .......... 20 by Date onnt� Year .. ......... ANNE"TrE MARGARETCONLEY ........... Notary Publk Name of Signerp) Sonoma county WM Cwmrdsston#22.6104a proved to rune on the Ilnasis of satisfactory evWence to My Comm. I.Expires Oct 4, u022 be the person X who appeared before me, Sigrmtkjre r7 'D o jry Place Notary Seal andlor Stamp Above jigna ure !� Public 0IUD TIONAIII... Completing thhs informatiori can dek'?r alteratior? of the document or fratidtilent reattachment of this form to an unintended document. De, crip-Hoin of Att chea IDocururnelrnt Trtleor Type of E)ocurnerrt..................................................................................................................................................................................... ................................................................................. Docurnent Date:............................................................ Nurnber of Pages::............ SLgirier(s)Other 1Lhain Narned Above:........................................... ....................................................... .............. V2017 fqafioirmi notary Association Page 387 of 479 EgUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder GhilQtti CQns1rur.1iQp CQml2anv- Inc. proposed subcontractor hereby certifies that he has X has not, participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that,where required, he has filed with the Joint Reporting Committee, the Director of the is of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor(41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of$10,000 or under are exempt.) Currently, Standard Form 100(EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1)prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. DOWNTOWN STREETSCAPE 163 SpecNo.1819-173 Page 388 of 479 DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, manager: • is not currently under suspension, debarment,voluntary exclusion, or determination of ineligibility by any Federal agency; • has not been suspended, debarred,voluntarily excluded or determined ineligible by any Federal agency within the past 3 years; • does not have a proposed debarment pending; and • has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. N/A Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Notes: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. DOWNTOWN STREETSCAPE 164 Spec No.1819-173 Page 389 of 479 NONLOBBYING CERTIFICATION FOR FEDERAL-AID CONTRACTS The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief,that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any Federal grant,the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan,or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement,the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities,"in conformance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352,Title 31, U.S. Code.Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts,which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. DOWNTOWN STREETSCAPE 165 Spec No.1819-173 Page 390 of 479 DISCLOSURE BBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C.1352 1. Type of Federal 2. Status of Federal 3. Report Type: ® Action: a. contract a. bid/offertapplication a, initial b. grant b. initial award b. material change c. cooperative agreement c. post-award d. loan For Material Change Only: e. loan guarantee year quarter ..- f. loan insurance date of last report.•.................................•............... 4. Name and Address of Reporting Entity 6.If Reporting Entity in No.4 Is Subawardee, Enter Name and Address of Prime: Prime Subawardee Tier-, if known Congressional District,if known Congressional District,if known 6. Federal Department/Agency: 7.Federal Program Name/Description: CFDA Number,if applicable 8. Federal Action Number,if known: 9.Award Amount,if knowm 10. a. Name and Address of Lobby Entity b.Individuals Performing Services(including (if individual, last name,first name,MI) address if different from No, 1 Oa) (last name,first name,MI) No Lobbying Activities (attach Continuation Sheet(s)if necessary) 11. Amount of Payment(check all that apply) 13.Type of Payment(check all that apply) $ actual planned a. retainer b.one-time fee 12. Form of Payment(check all that apply): c.commission a. cash d.contingent fee b. in-kind; specify: nature ........................................ e deferred .............................................................................. ...... .............................. value.--.,,,,,, f, other,specify 14. Brief Description of Services Performed or to be performed and Date(s)of Service, including officer(s),employee(s),or member(s)contacted,for Payment Indicated In Item 11: (attach Continuation Sheet(s)if necessary) ® Continuation Sheet(s)attached: Yes 11 No 16. Information requested through this form is authorized ......................... .............................................. ................ by Title 31 U.S.C.Section 1352,This disclosure of Signatur lobbying reliance was placed by the tier above when his ....................................................................... transaction was made or entered into.This disclosure is Print Name: 'Thomas it required pursuant to 31 U.S.C.1352.This information ........................................................................................... will be reported to Congress semiannually and will be available for public inspection.Any person who fails to Title: Estimating Manager .................................— file the required disclosure shall be subject to a civil .............MQDIU-4221 penalty of not less than$10,000 and not more than Telephone No,,: _Date: 12/11/19 $100,000 for each such failure. Federal Use Only: Authorized for Local Reproduction Standard Form®LLL Rev.09-12-97 DOWNTOWN STREETSCAPE 166 Spec No.1 819-173 Page 391 of 479 INSTRUCTIONS ION OF SF-LLL, DISCLOSUREIACTIVITIES This disclosure form shall be completed by the reporting entity,whether subawardee or prime Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U.S.C. section 1 . The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with covered Federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence,the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. . Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported,enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered Federal action. 4. Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. 5. If the organization filing the report in Item 4 checks" uree"then enter the full name, address, city, state and zip code of the prime Federal recipient. Include Congressional District, if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organization level below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action(item 1). If known,enter the full Catalog of Federal Domestic Assistance(C ) number for grants, cooperative agreements, loans and loan commitments. Enter the most appropriate Federal identifying number available for the Federal action identification in item 1 (e. .,Request for Proposal( )number, Invitation for Bid(IF )number,grant announcement number,the contract grant.or loan award number,the application/proposal control number assigned by the Federal agency). Include prefixes, e.g., " P- -90-001." 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency,enter the Federal amount of the award/loan commitments for the prime entity identified in item or 5. 10.( )Enter the full name,address,city,state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action. (b)Enter the full names of the individual(s) performing services and include full address if different from 10(a). Enter Last Name, First Name and Middle Initial (MI). 11.Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity(item )to the lobbying entity(item 10).Indicate whether the payment has been made(actual)or will be made (planned).Check all boxes that apply. If this is a material change report,enter the cumulative amount of payment made or planned to be made. 12.Check the appropriate box. Check all boxes that apply. If payment is made through an in-kind contribution, specify the nature and value of the in-kind payment. 1 .Check the appropriate box. Check all boxes that apply. If other, specify nature. 1 .Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s)of any services rendered.Include all preparatory and related activity not just time spent in actual contact with Federal officials. Identify the Federal officer(s)or employee(s) contacted or the officer(s)employee(s)or Member(s)of Congress that were contacted. 15. Check whether or not a continuation sheet(s) is attached. 16.The certifying official shall sign and date the forrn, print his/her name title and telephone number. DOWNTOWN STREET'SCAPE 167 Spec No.1819-173 Page 392 of 479 Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden,to the Office of Management and Budget, Paperwork Reduction Project(0348-0046), Washington, D.C.20503. SIF-1-1-L-Instructions Rev. 06-04-90 DOWNTOWN STREETSCAPE 168 Spec No.1819-173 Page 393 of 479 ..... . ....... vCL cs c c c c c c c c y c� c c � 0 c c o o e c o o e c � w _ ...e ® � ._ ._ o .® ._ c c ._® . ® o ._ .._ c ca ._ .�0 .2 .0 ._ �_ __ ._ ._.. �_ .�. ._ ._ .�..a._ .,� ._ ...m _,_ ._ ......d _.._.,,.. D c _ _ Cp _ E E E E E •5 ® o �y cra ors us ,� nrs o-."Al-era ® tea Z vi .® ti � U- 7 v v v v L v v v v gy v v v v - v v v v v v v v ® v v v v " c a� Q 4 a Q Q c o 0 N It tL ..... _ _.._ pa .OEnF .cn w E IL a� c z 0 CD �= a c a o 1 Cb 0 a c .... _ ........ ... .. ..,.�_ ��.. 9 c �= ' nAN ` d E � Co zUJG m �+ ...... ............................_ ._.. ................. . ......................... ...._ � Cf E 0 . a� C = G V d 7 Ct e .2 tea ® c� E 1! .: ® o 3 = a c N m eo ® � ct LU 00 a® _E a LO 4Y H d Lij C3 e ® csca s d °p^nz ab J co d d C3 giea ....................... ................. .._.._........... .._... e0 CL 0 c 0 d < cn � R °C° z w }a ° o w ro o Page 394 of 479 a .......... .......... sa m c � � a e � c ccca ce � y E E E E E E EEEFF SEE °SEE 6'�� ii iiy�yii 'ice , fa a 4g v v v LL v v v v v v v v - v v v ® v v v v ® v v v v ® L . ... a ar uas a00 L I .I1D� P MI ar l d' IL toW co--, W c w W Z 'O m t�,b 0., ......,...,�., .,... w ... .. �..m.... .... _..... — O u w� DO U o- Z tW 2 c O w 0 I- tT ` b C 7, ti 0 0 ,� d d 41 � g9B UJ � C .0 M 'O E „ to E E Cl. O J z ® z v � E r c = 0a E d O v .a w' 55 ed 0 °� . � v U. O ` m C (.$ ,y d O V CD ca • ................. �. ��„ . .�„ ,� .. .,, ,. .._. .�._._.�.._w.......... ® 0. o "0 r. C ♦+ C 0 UN M 4 ma N a 0.1W 119 ` w in gi O � O z � a a•UCL O i9 ✓ d 4 O ® t$ vft �j c Vd "C7 93 y a d. r m C 0 c t0 < (V +mot �. _ ® 6L Vu co c ca 0 w8 ® 2 W � w� to fla (0 �a (n U) ro 6 z Ln a = E > E _� E _>, E _� E _� E _>, E N z C7 z C3 z f3 z C3 z L) z U Page 395 of 479 > CL 0 I= Q 0 Le > > > R 0 c c C C > C .0 0 c C . 0 0 . 00 a 0 9 .9 c 5 �Lps) 0 .0 00 E E E E E E E E E E E E 0 an 0 LO 0 LO 0 Ln U.) 0 LO 0 LO CD v u- v VAMMM m m— m ea fA— m in 61, ir m m 64 m U- v v fa m v v v v vq�G9 v v v v v V V U C 0 4. c a cm a �ff<cr qDIEIIE a < tDIE11 E11010101 Ell r. 0 0 - I*ElEll El ui E 0 �q m .. ........ a 0 W— - N Oz 0 u ch z > 0 En 0 2 .9 u C6 Z z .�2 �O .2 Or- U 0 r 6 ba 11 's , L- tm LIJ L) : 0 0 0 L's C: Ix rn E E D = cO _jzDz 0 Z '0 gg 8 co 0 0 cm S 0 0 -x < 0 U) 0 04- 0 0 m 0 2 m U) IL 0 M r 0 0 0 E M a m 4 9 = N 0 . .2 0 V '00 SrL C2. X u a 0 Lu c Z 0 ed A? "GOO E 0 CD tm 0 < 0 w -j rL 0 r- < u 08 -0 a, 0 E U) go r w Z ui w 0 w ei U) z 0 0 U) CO cn CO 0 m (n CO z 0 9 = E E E E 40. ?� E _;;,Z E U) m m m m (a 0 zC3 z z 6 z z i5 . I ............. I ................ .......... Page 396 of 479 ca .2 V- CIS of 0 C C > c e r_ e C O C C � C C 0 0 C C ° = re 0 .0 y E E E EEE °EE °SEE SEE .E ° cea c[a `n +rs 'O cn ct7 cn 'O v v Ll- v v v v r+ v v v v v 7 v v ® v v ® v v ® v v ® v v 0 v v a c °D wID a> as �L NI .. Q �. I._lQ , uf��...➢ .. Q 1 1. .�� IIQ [...I d..]�.�1QII�. ��Q .... . cm 0 U a 4 ® Z CL C W z w 3 _ _ ... 00 ® z L) Cc v c .0 ® c `' ate ' 00 LO O J v _.........E .. ..... ..._. .......... ._ ....... _ _ ............ as E cmy `.9 ~ � S dp � L° 0 m a o cps as _............ ® cCL c O Oi ® c°s E CN Q Go C e U1 O. z 4,0 • CL � °y Q cr t �20d t0 -a ® J C I � p ct 3 7 E _ U _ E w N 4 z a7 Page 397 of 479 Lh E2 a c a r_ c c c c c a c a a a c a a 5 0 — .2.2 to to 0 to U, 0 U) ) LO LO a LO C) LO � — v v V V v v fa m 6%to LZ v�V* iz qq vl U- y�03 sq v%LL ta 61� 61:�to v v Vk fa—v v v v V V v v v v v v 0 v v 0 0 0 V V 0 .0 c CD a) a) 4) c CD 11:1[0 <SMIZI 0101010 q 111111 01011111< El 11 < 0 C,4 0 uj E Z 72 > 2 LU m M c6 0 0 z z LU C: M 0 iS 0 9 0 E E 0 -1 z 25 z 0 con E m :3 c C: = 0 a m w CM c .2 : 40' 40. *CL® CL X Ul 0 nb u 40- a 4- >, E 0 LL ,O 0 cq 0 02 a) tm < 0 w IL < m tm a LU LU 0 0 z c 0 0 0 0 0 w to rn (n U) m z .0OD .1 E E E m m m lz I lz z z I mz 10 .0 6 0 Page 398 of 479 Exhibit 15-G Construction Contract DBE Commitment DBE 1 10% 1.Local Agency: City of Ukiah 2.Contract DBE Goal: 3.Project Description: Streets pe_imprpvements including sidewalk widening,curb ramps and bulb sots,lighting,furniture and trees 4.Project Location: State,Perkins,StandleY,and Henry Streets,Ukiah,CA 5.Bidder's Name: Ghilotti Construction Company,Inc. 6.Prime Certified DBE: 11 7.Bid Amount: 8.Total Dollar Amount for ALL Subcontractors: ltlAq�o 9.Total Number of ALL Subcontractors: 10,Bid 12 E 11,Description of Work,Service,or Materials rt:�DBEE 14�DBE 'ficati 13,DBE Contact Information Item certification Dollar r Supplied (Must be certified on the date bids are opened) Number Number Amount ......................... .......................... .................................... 17,18, AC Grinding9 Cold Plane 5270 ABSL Construction 13 0 00 21 29393 Pacific Street all partial Hayward,CA 94544 (510)72-7-0900 .......... ..................................................................... .................................. ........................ .................................................... ......—--—- ..................................................... -———-------­­----""""""­­..........Local Agency to Complete this Section upon Execution of Award 21,Local Agency Contract Number: s 15.TOTAL CLAIMED DBE PARTICIPATION �.............................. 22.Federal-Aid Project Number. 23.Bid Opening Date: . ........................... 24.Contract Award Date: 25.Award Amount: IMPORTANT Identify all DBE firms being claimed for credit, regardless of tier,Names of the First Tier DBE Subcontractors and ................................................... t ' espective item(s)of work 11 ove must be consistent, h t here pplicable with rn and it s of the work in the Local Agency certifies that all DBE certifications are valid and information on Subco tractor List"su itte with your I Written confirmation of this form is complete and accurate each lis d DBE is requir 2/5120 ............................................... 26.Local Agency Representative's Signature 27,Date 16,Preparers Signature 17.Date Thomas Smith (707)585-1221 ... ....... 28.Local Agency Representative's Name 29,Phone 18 Preparer's Name 19.Phone Vice President of Estimating 30.Local Agency Representative's Title 2_O ­Prep�rer`s—Title — .................. DISTRIBUTION: 1.Original®Local Agency 2.Copy-Caltrans District Local Assistance Engineer(DLAE).Failure to submit to DLAE within 30 days of contract execution may result in de-obligation of federal funds on contract. 3.Include additional copy with award package, ADA Notice:For individuals with sensory disabilities,this document is available in alternate formats For information call(916)654-6410 orTDD DOWNTOWN STREETSCAPE 171 Spec No.1819-173 Page 399 of 479 ABSL Construction DIR Realistration No. 1000002818 29393 Pacific Street, Hayward, CA 94544 Contractors License A 621781 TE: (510) 727-0900 Fax: (510) 727-0912 SMBE& DBE Certification CT-005270 RED Bid Quotation A C Grinding Project Name: Downtown Streetscape and Road Diet Project Contract Number: N/A Bid Date: 02/05/2020 Location: City of Ukiah in Mendocino County, CA BID Daily Minimum Charge $4200.00 This price is fora 48" inch cold planer machine, Wirtgen W 120CF1. Up to 10 inches depth. $100.00 additional for night work. $450.00 per hour overtime. $400.00 additional for Saturday work. $800.00 additional for Sunday work. Daily Minimum Charge $5600.00 )C 9 6 WO P11-5 'z- fl-scco This price is for an 80" inch cold planer machine, Wirtgen W2001. Up to 12 inches depth. $200.00 additional for night work. $600.00 per hour overtime. $600.00 additional for Saturday work. $1200.00 additional for Sunday work. $250.00 Additional for Multiplex System. Daily Minimum Charge $6100.00 This price is fora high horsepower 80" inch cold planer machine, Wirigen W210. Up to 12 inches depth. $200.00 additional for night work. $650.00 per hour overtime. $600.00 additional for Saturday work. $1200.00 additional for Sunday work. $250.00 Additional for Multiplex System ***Prices include any extra teeth required due to PCC under Asphalt concrete replacement*** Mobilization $600.00 (each way) These prices include a groundman for half-lane and larger machines for maximum production and safety Page 400 of 479 Exhibit 15-G Construction Contract DBE Commitment DBE 2 10% 1.Local Agency: Cu of 41I<iah 2.Contract DBE Goal: .................................................................................................. 3.Project Description: streaks a um rovarmenks InoOudun sudawa0a<widanun ,curb ram s artd bulb-outs,Ii hkun ,fumikure and trees 4.Project Location: 5.Bidder's Name: Ghilotti Constructpon C rnpany,jnc. 6.Prime Certified DBE: 0 7.Bid Amount: .......... 8.Total Dollar Amount for ALL subcontractors: 9.Total Number of ALL Subcontractors: ...................... 10. Bid 11.Description of Work,Service, Certifi or Materials 12.DBE 11 DBE Contact Information 14�DBF�:-. Item Supplied cation (Must be certified on the data bids are opened) Dollar Number, Number Amount 39-41, Landscape&Irrigation it A` 46 48 0 rdcX S.,,,4 sa_n vto—r-ki 1 1 LAN Ct 9 Uq 6 (o3) UVQ-- Olc�o .......... Local Agency to Complete this Section upon Execution of Award 21.Local Agency Contract Number: 15.TOTAL CLAIMED DBE PARTICIPATION ........... 22,Federal-Aid Project Number: 23.Bid Opening Date: 24.Contract Award Date: 25.Award Amount: IMPORTANT:Identify all DBE firms being claimed for credit, regardless of fier.Names of the First Tier DBE Subcontractors and the, ective item(s)of work listed above must be consistent, ere a licable with th a IN s of the work In the u Local Agency certifies that all DBE certifications are valid and information or) ubcont, ctor List'sub !tied your I Written confirmation of this form is complete and accurate. each liste DBE is require 2/5/20 n-I 26,Local Agency Representative's Signature 27.Date 16.loreparer's Signature 17.Date Thomas Smith (707)585-1221 28.Local Agency Representative's Name 29.Phone 18.Preparer's Name 19.Phone Vice President of Estimating 30.Local Agency Representative's Title 20.Preparer's Title DISTRIBUTION: 1.Original—Local Agency 2.Copy—Caltrans District Local Assistance Engineer(DLAE).Failure to submit to DI AE within 30 days of contract execution may result in de-obligation of federal funds on contract. 3.Include additional copy with award package. ADA Notice:For individuals with sensory disabilities,this document is available in alternate formats For information call(916)654-6410 orTDD DOWNTOWN STREETSCAPE 171 Spec No,1 819-173 Page 403 of 479 LONE*STAR LANDSCAPR INC. February 4, 2020 Re: Downtown Streetscape&Road Diet Project-Ukiah, CA Attention: Estimator We propose to furnish&Install, as per plans and specifications, the bid items listed below: Bid Item Dgscription Unit Est Unit price Total I Streets cape Mobilization LS 1 $ 10.000.00$ 10,000.00 39 Irrigation System LS 1 $257,504.00$257,504.00 40 Street Tree EA 105 $ 1,070.00$112,350.00 41 Decomposed Granite Tree Well SF 2170 $ 5.00$ 10,850.00 46 Planting Area SF 6223 $ 15.00$ 93,345.00 47 Plant Establishment Work LS 1 $ 16,000.00$ 16,000.00 4 ioretention Area SF 4100 $ 19.00$ 77,900.00 $577,949.00 Optional Bid item 38 Brick Band LF 2800 $45.00 $126,000.00 For the bio-retention areas, we will provide the waterproof liner&18"of bio-soils. For the planting areas, we will provide 18"of imported topsoil. General is to provide a ripped sub-grade to allow for the imported soils. At tree wells, we will remove 2'of existing soil ackfill with imported amended soils. Spoils will be delivered to GC's holding area. Electrical power to irrigation controller is to be provided by others. We acknowledge 7 addenda. We are a certified DBE firm. #25591 DI R number is 1000002345. We standard exclusions are: Traffic&pedestrian control Clearing, grubbing &grading Existing tree protection, removal &trimming Trenching &boring through paved areas Protection &maintenance of existing landscape areas to remain Permits, fees &bonds. If you have any questions,feel free to call me. Robert Samanlego Contractor's License # 463280 Phone 408-682-0100 P.O. Box 70 Fax 408-682- 0109 San Martin, CA 95046 Page 404 of 479 Exhibit 15-G Construction Contract DBE Commitment 10% 1.Local Agency: _City of Ukiah 2.Contract DBE Goal: 3.Project Description: furniture and trees 4.Project Location: S�PerklnsStandleand Henryen Streets,Ukiah,CA 5.Bidder's Name: Ghilotti Construction Company,Inc. 6.Prime Certified DBE: 0 7.Bid Amount: 8.Total Dollar Amount for ALL Subcontractors: 9.Total Number of ALL Subcontractors: . ............................................................................ 10. Bid 11.Description of W Certifi Work,Service,or Materials 12.DBE 11 DBE Contact Information 14�DBE Itern Supplied cation (Must be certified on the date bids are opened) Dollar Number Number Amount 27-partial Manufacture&Supply Precast Inlets 31060 GR Sundberg,Inc,5211 Boyd Rd.,Arcata,CA 95521 $23,640.00 (707)825-6565 ...................................................... ............................. ......................................................................................__­_,_­__­......_­_,_­­__­'_.­........................................ .............................................................. ............ .......................­­1......... ...................... ................................. ............................... . .......__....................... ........................................................................... ................................ Local Agency to Complete this Section upon Execuition of Award ­­­­­­­­­­­­ 1 1-11111"- 1 21,Local Agency Contract Number: 15.TOTAL CLAIMED DBE PARTICIPATION .............. 22.Federal-Aid Project Number: 21 Bid Opening Date: ........... 24.Contract Award Date: 25 Award Amount: IMPORTANT:Identify all DBE firms being claimed for credit, regardless of tier.Names of the First Tier DBE Subcontractors and in ir respective item(s)of work listed above must be consistent, he)rappiicable with t mes and items of the work in the Local Agency certifies that all DBE certifications are valid and information on "Subc ntractor List"s m' bid.Written confirmation of this form is complete and accurate. each Ii ed DBE is req d. 215/20 26.Local Agency Representative's Signature 27.Date 16 Preparers Signature 17.Date Thomas Smith (707)585-1221 28.Local Agency Representative's Name 29.Phone 18 Preparers Name 19.Phone Vice President of Estimating 30.Local Agency Representative's Title 2'0.Preparers Title"—"— DISTRIBUTION: 1.Original®Local Agency 2.Copy—Caltrans District Local Assistance Engineer(DLAE).Failure to submit to DLAE within 30 days of contract execution may result in de-obligation of federal funds on contract. 3.Include additional copy with award package. ADA Notice:For individuals with sensory disabilities,this document is available in alternate formats, For information call(916)654-6410 orTDD DOWNTOWN STREETSCAPE 171 Spec No.1819-173 Page 405 of 479 FZB/0,3/2020/MON 02:48 PM FAX No, P. 001/001 OPACINQ -PAVING -MCCAVAMNO -UNDERGROUNOLMUTlEa ,,q Sundberg, In,,. d II nz� General EmUlneeOng rAntuscaw CL0J=fi= 5211 Boyd Road,Arcata,CA 05521 17071 a2&6565 Fax(707)825-6563 PROPOSAL AGREEMENT- OWNER: C4 of Ukiah PHONE; CoNTRACT: Downtown Street ocapas FAX: DATE., 2/3/2020 LOCATION:various BID RATE: 2/512020 Bidder: All OM ITEM Dmeription UNIT OTY I UNIT TOTAL L I.I.M. --------- 2!x 2'Grated Inlet $ 1,692.00 S 5,076.00 2 Structural Concrete Drein ga2Inlet Cal Trans ea 1,869.00 $ 13,083.00 $ MOBILIZATION-DELIVERED TO JOBSITE(CAN BE DELETED FROM QUOTE IF YOU PICKUP IN A A,CA.)1 DROP LOCATION PER LOAD EA 1 1$ 1,920.00 1,920.00 Note: SALES TAX NOT INCLUDED(7.76%) ITatal $ n-X940 TERMS&EXCLUSIONS 0 1 F.O.D Arcata,CA.Can deliver for above mentioned price. 2 MISC4211aOUS Iron and stool cannot be purchased separately. 3 Installation is by others.This quote is to custom pre-cast and supply to job only. 4 All Units will be two piece minimum,except units with short heights and walls.Excludes Drainage Markers. 5 All Minor Concrete manufactured par Caltrans Standards and Project Specifications and are subject to engineer's approval a A Certificate of Compliance to Included. 7 All Inspections,tasOng,ffald verifications not Included a Please contact GRS prior to bid opening If you are Interested In breaking out hems.This quote cannot be separated without prior authorization from R . a Owner to secure truck access and unload.Delays In unloading shall be charged at$150 per hour.If multiple drop locations per load occur,there will be a$50 fee per additional drop location. 10 Scheduling of dallverlas/pIckup are to be agreed upon by Buyer and Seller.At least 1 week notice is required to schedule each delivery. 11 Sales Tax NOT Included(QumaaLa&Ljp R Ate.7 750/21 12 Terms,By sIgnIng'thIs proposal,Customer agrees top for all above described work by the 10th of the month following purchase.A finance charge at the rate of 1 112%per month will be charged on all past due accounts.Payment not dependent upon buyer receiving funds from other sources.Credit cards are not accepted. 13 Due to fluouations in material pricing,our proposal isvold after 30 days from above date If no purchase order Is received. 14 JELIjig-c-,con ", QaWaL-D-gy&Gunderson at 707-496-7305,at least 30 days prior to the start of fabrication. n dim '1606 P Ely, R&n Va z ce., Estimator ------DIR9 1----0-00---01 ------- 0216 CA License 0 732606 Accepted: MA1121 CQMj- Z= CONCRETE PRODUCT MANUFACTURI-NG Hage 4Ub of 479 (916)654-3880 or write Records and Forms Management,1120 N Street,MS-89,Sacramento,CA 95814, INSTRUCTIONS-CONSTRUCTION CONTRACT DBE COMMITMENT CONTRACTOR SECTION 1.Local Agency-Enter the name of the local agency that is administering the contract. 2.Contract DBE Goal-Enter the contract DBE goal percentage as it appears on the project advertisement. 3.Project Location -Enter the project location(s)as it appears on the project advertisement. 4.Project Description-Enter the project description as it appears on the project advertisement(Bridge Rehab, Seismic Rehab,Overlay,Widening,etc). 5.Bidder's Name-Enter the contractor's firm name. 6.Prime Certified DBE-Check box if prime contractor is a certified DBE. 7.Bid Amount-Enter the total contract bid dollar amount for the prime contractor. 8.Total Dollar Amount for ALL Subcontractors-,Enter the total dollar amount for all subcontracted contractors. SUM=(DBEs+all Non-DBEs). Do not include the prime contractor information in this count. 9.Total number of ALL subcontractors-- Enter the total number of all subcontracted contractors. SUM (DBEs+all Non-DBEs).Do not include the prime contractor information in this count. 10.Bid Item Number-Enter bid item number for work,services,or materials supplied to be provided. 11.Description of Work,Services,or Materials Supplied -Enter description of work,services,or materials to be provided. Indicate all work to be performed by DBEs including work performed by the prime contractor's own forces, if the prime is a DB E. If 100%of the item is not to be performed or furnished by the DBE,describe the exact portion to be performed or furnished by the DBE. See LAP M Chapter 9 to determine how to count the participation of DBE firms. 12. DBE Certification Number-Enter the DBE's Certification Identification Number.All DBEs must be certified on the date bids are opened. 13. DBE Contact Information-Enter the name,address,and phone number of all DBE subcontracted contractors.Also, enter the prime contractor's name and phone number, if the prime is a DBE. 14. DBE Dollar Amount-Enter the subcontracted dollar amount of the work to be perforined or service to be provided.Include the prime contractor if the prime is a DBE. See LAP M Chapter 9 for how to count full/partial participation. 15. of Claimed DBE Participation -$: Enter the total dollar amounts entered in the"DBE Dollar Amount" column.%: Enter the total DBE participation claimed("Total Claimed DBE Participation Dollars"divided by item"Bid Amount"). If the total%claimed is less than item"Contract DBE Goal,"an adequately documented Good Faith Effort(GFE)is required(see Exhibit 15-H DBE Information-Good Faith Efforts of the LAPM). 16. Preparer's Signature-The person completing the DBE commitment form on behalf of the contractor's firm must sign their name. 17. to-Enter the date the DBE commitment form is signed by the contractor's preparer. 18. Preparer's Name-Enter the name of the person preparing and signing the contractor's DBE commitment form. 19. Phone-Enter the area code and phone number of the person signing the contractor's DBE commitment form. 20. Preparer's Title-Enter the position/title of the person signing the contractor's DBE commitment form. LOCAL AGENCY SECTION 21. Local Agency Contract Number-Enter the Local Agency contract number or identifier. 22. Federal-Aid Project Number-Enter the Federal-Aid Project Number(s). 23. Bid Opening Date-Enter the date contract bids were opened. 24.Contract Award Date-Enter the date the contract was executed. 25.Award Amount—Enter the contract award amount as stated in the executed contract. 26. Local Agency Representative's Signature-The person completing this section of the form for the Local Agency must sign their name to certify that the information in this and the Contractor Section of this form is complete and accurate. 27. to-Enter the date the DBE commitment form is signed by the Local Agency Representative. DOWNTOWN STREETSCAPE 172 Spec No.1819-173 Page 407 of 479 28. Local Agency Representative's Name®Enter the name of the Local Agency Representative certifying the contractor's DBE commitment form. ® Phone®Enter the area code and phone number of the person signing the contractor's DBE commitment form. ® Local Agency Representative Title®Enter the position/title of the Local Agency Representative certifying the contractor's DBE commitment form. DOWNTOWN STREETSCAPE 173 Spec No.1819-173 Page 408 of 479 CA Exhibit 15-H: Proposer/Contractor Good Faith Efforts Federal-aid Project No(s). HSIPL-5049(026) Bid Opening Date The City of Ukiah established a Disadvantaged Business Enterprise(DBE)goal of 10%for this contract. The information provided herein shows the required good faith efforts to meet or exceed the DBE contract goal. Proposers or bidders submit the following information to document their good faith efforts within five(5) business days from bid opening. Proposers and bidders are recommended to submit the following information even if the Exhibit 10-01: Consultant Proposal DBE Commitments or Exhibit 15-G: Construction Contract DBE Commitment indicate that the proposer or bidder has met the DBE goal. This form protects the proposer's or bidder's eligibility for award of the contract if the administering agency determines that the bidder failed to meet the goal for various reasons,e.g., a DBE firm was not certified at bid opening, or the bidder made a mathematical error. The following items are listed in the Section entitled"Submission of DBE Commitment"of the Special Provisions, please attach additional sheets as needed: A. The names and dates of each publication in which a request for DBE participation for this project was placed byte bidder(please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement B. The names and dates of written notices sent to certified DBEs soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested(please attach copies of solicitations,telephone records, fax confirmations, etc.): Names of DBEs Solicited Date of Initial Follow Up Methods and Dates Solicitation DOWNTOWN STREETSCAPE 174 Spec No.1819-173 Page 409 of 479 C. The items of work made available to DBE firms including those unbundled contract work items into economically feasible units to facilitate DBE participation. It is the bidder's responsibility to demonstrate that sufficient work to facilitate DBE participation in order to met or exceed DBE contract goal. Items of Work Bidder Normally Breakdown of Amount Percentage Performs Item Items ( ) Of (Y ) Contract D. e names,addresses and phone numbers of rejected firms,the reasons for the bidder's rejection of the DBEs,the firms selected for that work(please attach copies of quotes from the firms involved), and the price difference for each DBE if the selected firrn is not a DBE: Names, addresses and phone numbers of rejected s and the reasons forte bidder's rejection of the DBEs: Names, addresses and phone numbers of firms selected for the work above: E. Efforts (e. . in advertisements and solicitations) made to assist interested DBEs in obtaining information related to the plans, specifications and requirements for the work which was provided o s: DOWNTOWN STREETSOAPE 175 Spec No.1319®173 Page 410 of 479 F. Efforts(e.g. in advertisements and solicitations) made to assist interested DBEs in obtaining bonding, lines of credit or insurance, necessary equipment, supplies, materials, or related assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate: .......... .....................­-­­".'­..........._..........­""........................................ ——---------- ............—............... ... ........... .......... .............. ............ ...........---........... -——------------------------------------- ..................................... ..................... G. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting and using DBE firms(please attach copies of requests to agencies and any responses received, i.e., lists, Internet page download, etc.): Name of Agency/Organization to ate of Contact Results H. Any additional data to support a demonstration of good faith efforts: ............ ........ ---------------................... .....................................................................---....................................................................... ...........­­............................................... DOWNTOWN STREETSCAPE 176 Spec No.1819-173 Page 411 of 479 PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In accordance with Public Contract Code Section 10285.1 (Chapter 376, Stats, 1986), The bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has , has not_2L been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder' is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The bidder must place a check mark after"has" or"has not" in one of the blank spaces provided. The above Statement is part of the Proposal. Signing the Contractor's Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making false certification may subject the certifier to criminal prosecution. DOWNTOWN STREETSCAPE 177 Spec Nol 819-173 Page 412 of 479 PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In accordance with Public Contract Code Section 10162, The Bidder shall complete, under penaI ty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes No X If the answer is "Yes," explain the circumstances in the following space. DOWNTOWN STREETSCAPE 178 SpecNo.1819-173 Page 413 of 479 PUBLIC CONTRACT SECTION 10232 STATEMENT In accordance with Public Contract Code Section 10232, the Contractor hereby states under penalty of perjury that no more than one final unappeaI e finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board. Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. DOWNTOWN STREETSCAPE 179 Spec No.1819-173 Page 414 of 479 ATTACHMENT 3 Item Cost Resources Streetscape (no utilities includes 10% Contingency) 7,093,037 Project Management Services 265,000 Committed funds: Measure Y 2019/2020 974,689 STIP 1,155,000 HIP Addition 2019 548,913 HSIP 796,500 d1 remainder phase 1 60,935 Totals of committed funds 3,536,037 Recommended Additions: Gas Tax(20/21 &21/22) 1,452,000 Unspent Redevelopment bonds 1,900,000 Water Utility 216,418 Waste Water Utility 193,410 Electric Utility 60,172 Total 3,822,000 $ 7,358,037 $ 7,358,037 Page 415 of 479 Agenda Item No: 12.c. MEETING DATE/TIME: 2/19/2020 ITEM NO: 2020-301 dl� tiuU h 0 � - Uki AGENDA SUMMARY REPORT SUBJECT: Award a Contract for the Downtown Utility Upgrade and Electrical Underground, Specification #19-17 to Wahlund Construction Inc., in the amount of$3,934,856.50. Public Tim Eriksen, Public Works Director/City Engineer, Mary DEPARTMENT: Work PREPARED BY: Horger, Financial Services Manager, Shannon Riley, Deputy s City Manager PRESENTER: Tim Eriksen, Director of Public Works and City Engineer ATTACHMENTS: 1. Bid Results - Spec 2019-17 Downtown Utility Upgrade & Electric Undergrounding 2. Wahlund Bid - Spec 2019-17 Summary: City Council will consider awarding a contract for the Downtown Utility Upgrade and Electrical Underground Project, Specification #19-17, to Wahlund Construction Inc., in the amount of$3,934,856.50, and approve budget amendments. Background: On November 20, 2019, Council approved the plans and specifications and directed staff to advertise for bids for the Construction of the downtown streetscape project, Specification No. 19-17. This project consists of replacing all water and sewer facilities in State Street between the cross streets of Mill Street to Henry Street. In addition, the conduit will be installed for all the overhead services of Electric, telephone and cable television. The actual undergrounding of these utilities will be after the conduit is placed. Discussion: On November 13, 2019, bids were released to all A Classification Contractors as well as the Builders Exchanges. Specifications were also posted to the City's website and published in the Ukiah Daily Journal on November 17th and 24th, 2019. A mandatory pre-bid meeting was held on December 4, 2019, with five potential bidders in attendance. Bids were received until 2:00 p.m. on Wednesday, January 22, 2020, at which time five bids were received and opened by the City Clerk. The bid tabulation is shown as Attachment 1. Bids were received from Granite Construction Co., Ghilotti Construction Co., Argonaut Construction, Team Ghilotti, Inc. and Wahland Construction, Inc. After careful review of the bids received, Wahland Construction, Inc. has been found to the lowest responsible bidder, with a bid submitted in the amount of$3,934,856.50. Please refer to Attachment 2 for a copy of their bid. This project will be funded from the three utilities of Electric, Water and Sewer. These funds will be charged actual quantities that are used on this project. Recommended Action: Award a contract for the Downtown Utility Upgrade and Electrical Underground, Specification #19-17 to Wahlund Construction Inc. in the amount of$3,934,856.50, plus City Engineer approved change orders up to 10% of the original Bid $393,486 for a total of and associated budget amendment $4,328,342. Page 1 of 2 Page 416 of 479 BUDGET AMENDMENT REQUIRED: Yes. CURRENT BUDGET AMOUNT: 82027111.80230.18019; $1,700,000; 84427221.80230.18019: $977,000; 80126100.80230.18048: $0 PROPOSED BUDGET AMOUNT: Each account will need amendments to add the following dollar amounts: 82027111.80230.18019; $318,955; 84427221.80230.18019: $716,854; 80126100.80230.18048: $615,536 FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: Approved s rnrt N l�u�nagr Page 2 of 2 Page 417 of 479 ATTACHMENT 1 DOWNTOWN UTILITY UPGRADE&ELECTRIC UNDERGROUNDING City of Ukiah Bid Opening:January 22,2020 Wahlund Construction,Inc TEAM GHILOTTI,INC Argonaut Constructors Ghilotti Construction Company,Inc. 690 Indianola Drive 2531 PETALUMA BLVD SOUTH PO Box 639 246 Ghilotti Avenue Eureka,CA 95503 PETALUMA,CA 95952 Santa Rosa,CA 95402 Santa Rosa,CA 95407 DOWNTOWN WATER AND SANITARY SEWER REPLACEMENT PROJECT I[emp Item Description quan[iry unit of Measure unit Trice Item rota/ unit Trice Item rota/ unit TriceE75,00000 rota/1 MOBILIZATION,DEMOBILIZATION AND FINAL CLEANUP 1 LS 84,000.00 84,000.00 79,000.00 79,000.00 75,000.000.00 100,000.00 100,000.00 2 TEMPORARY WATER POLLUTION CONTROL PLAN 1 LS $21 000.00 $21 000.00 $14 777.00 $14 777.00 $5 000.000.00 $5000.00 $5000.03 PROGRESS SCHEDULE(CRITICAL PATH METHOD) 1 LS 32,000.00 32,000.00 4,777.00 4,777.00 3,500.000.00 5,000.00 5,000.00 4 CONSTRUCTION AREA SIGNS 1 LS 29 350.00 29 350.00 9 500.00 9 500.00 20 000.000.00 25 000.00 25000.005 TRAFFIC CONTROL SYSTEM 1 LS 134,000.00 134000.00 97,000.00 97000.00 75000.000.00 231,000.00 231,000.006 CONSTRUCTION SURVEY 1 LS 47 000.00 47 000.00 15 540.00 15 540.00 20000.000.00 15 000.00 15000.00 7 EROSION CONTROL 1 LS 35000.00 35,000.00 14,257.00 14257.00 5,000.000.00 15000.00 15,000.00 8 BYPASS SEWAGE PUMPING 1 LS 253 500.00 253 500.00 46 500.00 46 500.00 15 .00.0029 UNDERGROUND FUEL STORAGE TANK REMOVAL 1 FA 150000.00 150000.00 150000.00 150000.00 150,000.000.00 150000.0010 UTILITY CONFLICT RESOLUTION 1 FA 20 000.00 20 000.00 20 000.00 20 000.00 20 000.00 0.00 20 000.00 20 000.00 11 ABANDON OR REMOVE WATER SYSTEM COMPONENTS(VALVES,PIPELINES,LATERALS) 1 US 60,000.00 60,000.00 57,750.00 57,750.00 25,000.00 25,000.00 30,000.00 30,000.00 12 REMOVE&AMP'SALVAGE EXISTING FIRE HYDRANT 12 EA 52,200.00 26 400.00 137.00 6 444.00 1 500.00 1800000 500.00 6,000.00 13 TRENCH BRACING&AMP;SHORING-WATER 1 LS 67,000.00 67,000.00 4,877.00 4,877.00 1,000.00 1,000.00 15,000.00 15,000.00 14 12 INCH WATER MAIN PVC PIPE 2283 LF 192.00 438 336.00 222.00 506 826.00 310.00 707 730.00 350.00 799 050.00 15 61NCH WATER MAIN(PVC PIPE) 619 LF 198.00 122,562.00 212.00 131,228.00 230.00 142,370.00 140.00 86,660.00 16 12 INCH WATER MAIN DUCTILE IRON PIPE 371 LF $390.00 144 690.00 419.00 $310.00 115 010.00 230.00 85 330.00 17 61NCHWATER MAIN(DUCTILE IRON PIPE) 89 LF 450.00 40,050.00 475.00 42,275.00 600.00 53,400.00 600.00 53,400.00 18 1 INCH WATER SERVICE 77 EA 4 500.00 346 500.00 5 757.00 443 289.00 5 400.00 415 800.00 7 000.00 539 000.00 19 FIRE HYDRANTAND LATERAL 19 EA 14,000.00 266,000.00 14,877.00 282,663.00 14,000.00 266,000.00 14,370.00 273,030.00 20 AIR RELEASE VALVES 4 EA 5 250.00 21 000.00 7,900.00 3160000 9,000.00 36 000.00 5 700.00 22 800.00 21 TEMPORARY BLOW OFF 16 EA 1,250.00 20,000.00 627.00 10,032.00 1,200.00 19,200.00 1,100.00 17,600.00 22 BACK FLOW PREVENTION 1 EA 56,700.00 56,700.00 4 117.00 4 117.00 1 700.00 51,70000 250000 2,500.00 23 TRENCH BRACING&AMP;SHORING-SEWER 1 US 69,250.00 69,250.00 39,708.52 39,708.52 63,000.00 63,000.00 40,000.00 40,000.00 24 REMOVE EXISTING SEWER MAIN 2420 LF 9.50 22 990.00 6.27 15 173.40 6.00 14 520.00 1.00 52,420.00 25 REMOVE EXISTING SEWER MANHOLE 11 EA 1,400.00 15,400.00 2,550.00 28,050.00 2,500.00 27,500.00 2,000.00 22,000.00 26 81NCH SEWER MAIN 557 LF 260.00 144 820.00 207.00 115 299.00 215.00 119 755.00 300.00 167 100.00 27 101NCH SEWER MAIN 2292 LF 146.00 334,632.00 167.00 382,764.00 180.00 412,560.00 200.00 458,400.00 28 41NCH SEWER LATERAL WITH CLEANOUT 72 EA 4 500.00 324 000.00 6 877.00 495 144.00 5 500.00 396 000.00 6,200.00 446 400.00 29 61NCH SEWER LATERAL WITH CLEANOUT 1 EA 5,000.00 5,000.00 7,277.00 7,277.00 5,600.00 5,6().0 6,900.00 6,900.00 30 INLINE CLEANOUT 2 EA 1050.00 2100.00 5150.00 10300.00 1300.00 2600.00 850.00 1700.00 31 481 NCH P RECAST CONCRETE SANITARY SEWER MANHOLE 10 EA 9,200.00 92,000.00 7,877.00 78,770.00 15,000.00 150,000.00 10,000.00 100,000.00 Bid List 1 1 53,375,2813.13 3,300,386.92 3,381,245.0 3,168,290.00 STATE STREET UNDERGROUND FROM CLAY STREET TO MILL STREET Irema Item Description quanriry unit of Measure unit bite Item total unit bite Item total unit bite Item total unit bite Item total 1 MOBILIZATION DEMOBILIZATION AND FINAL CLEANUP 1 US 13 900.00 13 900.00 15 500.00 15 500.00 15 000.00 15 000.00 10 000.00 10 000.00 2 TRENCH BRACING ANDSHORING 1 LS 6,600.00 6,600.00 20,000.00 20,000.00 15,000.00 15,000.00 5,000.00 5,000.00 3 EXCAVATE TRENCH BACKFILL AND COMPACT ION 12 INCH 36 INCH TRENCH 295 LF 38.00 11210.00 153.00 45135.00 75.00 22125.00 149.00 43955.00 4 EXCAVATE,TRENCH,BACKFILL AN D COM FACTION(18 INCH X481NCHTRENCH) 551 LF 75.00 41,325.00 147.00 80,997.00 230.00 126,730.00 $153.00 84,303.00 5 EXCAVATE TRENCH BACKFILL AND COMPACTION 241NCH%591NCH STREET 667 LF 125.00 83371:00 154.00 102718.00 180.00 120060.00 160.00 106720.00 6 EXCAVATE,TRENCH,BACKFILL AND COMPACTION(301NCH%591NCH TRENCH) 188 LF 156.00 29,328.00 203.00 38,164.00 225.00 42,300.00 163.00 30,644.00 7 EXCAVATE TRENCH BACKFILL AND COMPACTION 361NCH%591NCH TRENCH 25 LF 189.00 4725.00 323.00 8075.00 250.00 62 00.00 167.00 4175.00 8 EXCAVATE,TRENCH,BACKFILL AND COMPACTION(361NCH%661NCH TRENCH) 27 LF 213.00 5,751.00 427.00 11,529.00 250.00 6,750.00 170.00 4,590.00 9 REMOVE AND REPLACE ASPHALT CONCRETE WITH 2 INCH LIFT 181NCHTRENCH 450 SF 11.00 4950.00 14.50 6525.00 6.50 2925.00 25.00 11250.00 10 REMOVE ANDREP LACE ASPHALT CONCRETE WITH 2INCH LIFT(241 NCHTRENCH) 1785 SF 10.50 18,742.50 12.50 22,312.50 6.50 11,602.50 10.00 17,850.00 11 REMOVE AND REPLACE ASPHALT CONCRETE WITH 2 INCH LIFT(30 INCH TRENCH 630 SF 10.00 6300.00 16.90 10647.00 6.50 4095.00 7.00 4410.00 12 REMOVE AND REP LACE ASPHALT CONCRETE WITH 2 INCH LIFT(36 INCH TRENCH) 20 SF 10.00 200.00 30.27 605.40 6.50 130.00 15.00 300.00 13 REMOVEAND REPLACE ASPHALT CONCRETE(24 INCH TRENCH 855 SF 10.00 8550.00 22.50 19237.50 25.00 21375.00 15.00 12825.00 14 11 NCH PVC SCH 40 CON DUIT(COMCAST)I NCLUDING NSTALLATION 359 FT 11.00 3,949.00 10.65 3,823.35 6.50 2,333.50 3.25 1,166.75 15 2INCH PVC SCH 40 CONDUIT COMCAST INCLUDING INSTALLATION 2232 FT 12.00 26 784.00 6.80 15 177.60 7.50 16 740.00 5.00 11 160.00 16 2 INCH PVC SCH 40 CONDUIT(AT&T)INCLUDING INSTALLATION 206 FT 12.00 2,472.00 14.70 3,028.20 11.00 2,266.00 5.00 1,030.00 17 4 INCH PVC SCH 40 CONDUIT(AT&T)INCLUDING INSTALLATION 2008 FT 18.00 36 144.00 12.50 25 100.00 12.00 24 096.00 9.00 18 072.00 18 31NCH PVC SCH 40 CONDUIT(ELECTRIC)INCLUDING INSTALLATION 337 FT 24.00 8,088.00 25.50 8,593.50 15.00 5,055.00 7.65 2,578.05 19 4 INCH PVC SCH 40 CONDUIT ELECTRIC INCLUDING INSTALLATION 2971 FT 18.00 53 478.00 12.80 38 028.80 15.00 44 565.00 9.00 26 739.00 20 SIDEWALKREMOVAL AND TEMPORARY REPLACEMENT FOR INSTALLATION OF ELECTRIC,CABLEAT&TVAULTS AND BOXES 382 SO Squ.uu S34,38U.UU S35.UU 13,370.00 22.00 $8,404.00 $lz.uu 4,584.00 21 ISIDEWAUKREMOVAL AND REPLACEMENT FOR INSTALLAT12NOF ELECTRIC CABLE&AT&T VAULTS AND BOXES 120 FT 136.50 16380.00 75.00 9000.00 600.00 72000.00 80.00 9600.00 22 EXCAVATE,BACKFILL,COMPACTION AND INSTALL CABLE SERVICE VAULT(B48) 1 EA 7,450.00 7,450.00 3,287.00 3,287.00 2,000.00 2,000.00 3,035.00 3,035.00 23 EXCAVATE BACKFILL COMPACTION AND INSTALL CABLE SERVICE VAULT N36 5 EA 3 350.00 16 750.00 2 805.00 14 025.00 1 900.00 9 500.00 1 500.00 7 500.00 24 EXCAVATE,BACKFILL,COMPACTION AND INSTALL CABLE SERVICE VAULT(N30) 6 EA 3,350.00 20,100.00 3,815.00 22,890.00 800.00 4,800.00 1,335.00 8,010.00 25 EXCAVATE BACKFILL COMPACTION AND INSTALL AT&'T SERVICE BOX 24%36%30 AT 4 EA 5 585.00 22 340.00 4 200.00 16 800.00 1 400.00 5 600.00 3 450.00 13 800.00 26 EXCAVATE,BACKFILL,COMPACTION AN D INSTALL AT&T SERVICE BO%(30%60%36 AT) 1 LF 6,600.00 6,600.00 6,900.00 6,900.00 5,200.00 5,200.00 7,475.00 7,475.00 27 EXCAVATE BACKFILL COMPACTION AND INSTALLAT&T SERVICE BOX 48%78%36 AT 1 EA 8 000.00 8 000.00 12 327.00 12 327.00 13 500.00 13 500.00 10 390.00 10 390.00 28 EXCAVATE,BACKFILL,COM PACT ION AND INS TALL CONCRETEVAULT(CITY TO PROVI DE VAULT 504) 1 EA 3,200.00 3,200.00 3,900.00 3,900.00 600.00 600.00 3,575.00 3,575.00 29 EXCAVATE BACKFILL COMPACTION AND INSTALL PEDESTAL BOX PAD CITY TO PROVIDE 1 EA 3 000.00 3 000.00 2 455.00 2 455.00 600.00 600.00 3 800.00 3,800.00 30 EXCAVATE,BACKFILL,COM PACT ION AND INS TALL TRANSFORMER BOX PAD(CITYTO PROVIDE) 2 EA 3,400.00 6,800.00 5,777.00 11,554.00 1,100.00 $2,200.Ou S3,295.UU 5b,59u.uu 31 EXCAVATE BACKFILL COMPACTION AND INSTALL CONCRETE TRANSFORMER PAD CITY TO PROVIDE 1 EA 3 400.00 3 400.00 3 900.00 3 900.00 600.00 600.00 3,295.00 3 295.00 32 EXCAVATE,BACKFILL,COMPACTION AND INSTALL SECONDARY SERVICE BOX(CITY TO PROVIDE) 5 EA 3,000.00 15,000.00 5,400.00 27,000.00 1,800.00 9,000.00 2,445.00 12,225.00 33 LANDSCAPE REMOVAL AND REPLACEMENT AS REQUIRED. 1 US 9350.00 9350.00 27750.00 27750.00 10000.00 10000.00 5000.00 5000.00 34 TRAFFIC LOOP REPAIR 1 EA 20,955.00 20,955.00 6,400.00 6,4A uu 2,500.00 2,500.00 715.00 715.00 Bid List $559,576.50 $656,754.85 635,902.00 496,361.80 Total Bid $3,934,856.5 $3,957,141.77 $4,017,147.0 $4,264,651.80 Listed Subs Mike Brown Electric Co. Bay Line Cutting&Coring Cell-Crete Corporation 561A MERCANTILE DRIVE Sawcut Pipe Abandonment 94931 Cotati,CA 94931 Cell-Crete Corporation Staggs Construction Traffic loops,temp camera,misc. Abandonment 2779 PROSSER ROAD electrical Sebastopol,CA 95472 Cinquini&Passarino Inc. Joint Trench Multiple Pump Services Survey Bypass Pumping Assistance Highway Specialty Company Inc. Striping Graphics Const.Area Signs Striping Mike Brown Electric Co. Traffic Loop Repair Roy's Sewer Service Inc. Televise Striping Graphics Striping,Markers&Markers Page 418 of 479 ATTACHMENT 2 CITY OF UKIAH MENDOCINO COUNTY, CALIFORNIA PROPOSAL FOR DOWNTOWN WATER AND SANITARY SEWER UTILITY PROJECT Specification No.2019-17 The undersigned, as bidder, declares that he or she has examined thoroughly all of the contract documents herein contained,that this proposal is made without collusion with any other person,firm or corporation and that all laws and ordinances relating to the interest of public officers in this contract have been complied with in every respect. AND he or she proposes and agrees, if this proposal is accepted, 1) that he or she will contract with the City of Ukiah, Mendocino County, California, in the for of the copy of the agreement herein contained a) to provide all necessary machinery, tools, apparatus and other means of construction; b) to furnish all materials; c) to provide all superintendence, overhead expenses and all labor and expenses of whatever nature necessary to complete the job in conformity with the specifications and drawings and other contract provisions herein or reasonably implied hereby or as necessary to complete the work in the manner and within the time named herein and according to the requirements and to the reasonable satisfaction of the City Engineer; d) to pay all charges of freight transportation and hauling; 2) that he or she indemnifies the City against any loss or damage arising from any act of the undersigned as Contractor; and 3) that he or she will accept as full payment therefor the following sums: DOWNTOWN UTILITY UPGRADE&ELECTRIC UNDERGROUNDING 100 Spec.No.2019-17—Reflecting Addendum 1 Page 419 of 479 BIDDING SCHEDULE In the case of any discrepancy between the unit price and the total set forth for the item,the unit price shall prevail; provided, however, that if the amount set forth as a unit price is ambiguous, unintelligible or uncertain for any reason,or is omitted,or in the case of lump sum items, is not the same amount as the entry in the"Total"column, then the amount set forth in the"Total"column for the it shall prevail in accordance with the following: 1. As to lump sum items, the amount set forth in the"Total"column shall be the unit price; 2. As to unit basis items,the amount set forth in the"Total"column shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price. The Sub-Total Bid for the Downtown Water and Sanitary Sewer Replacement Project shall be the sum of the items in the"Total"column for the Downtown Water and Sanitary Sewer Replacement Project.The Sub-Total Bid for the State Street Underground from Clay St to Mill St Project shall be the sum of the items in the"Total"column for the State Street Underground from Clay St to Mill St Project.The Total Bid shall be the sum of the Sub-Total Bid for the Downtown Water and Sanitary Sewer Replacement Project and Sub-Total Bid for the State Street Underground from Clay St to Mill St Project. In case of discrepancy between the sum of the it in the"Total"column and the amount entered as -Total id,the sum of the"Total"column items shall prevail. In case of discrepancy between the sum of the amount entered in the"Sub-Total Bid"Column and the amount entered as the Total Bid,the sum of the"Sub-Total Bid"Column shall prevail. The bid comparison will be based on the sum of the items in the"Sub- Total Bid"column for each bidder. The Unit prices for the various Construction Items below include all costs associated with the General Conditions, Special Provisions, Requirements of the Construction Contract,and represent the total,complete,in-place cost for each specific Construction Item in accordance with the Construction Documents, including all elements, work components,accessories,and connections,shown in applicable details or required to yield a complete,sound and functional component or system appropriate for its intended function,whether or not such is specifically described or listed in any description of measurement or payment. The total amount of the Construction items below shall represent the total and complete cost of the fully functional Project. All work not specifically listed below be required to complete the work of the various construction items and the cost of such shall be considered as included throughout the various unit prices indicated. Lowest bid will be based on the lowest Total Bid. DOWNTOWN UTILITY UPGRADE&ELECTRIC UNDERGROUNDING 101 Spec. No.2019-17—Reflecting Addendum I Page 420 of 479 NAME OF BIDDER: Wei vilA Coas-+r"��CJIQIA.j 11-4le— SPEC#: 2019-17 PROJECT NAME: DOWNTOWN UTILITY UPGRADE& ELECTRIC UNGERGROUNDING DOWNTOWN WATER AND SANITARY REPLACEMENT PROJECT Item Description Units of Qty Unit Price Total No. Measure ............ U1 Mobilization, Demobilization and Final $ C LS 1 .................................... ...................................................................................................................­....................................... ...................... $ 2'1 eene U2 Tempora.ry Watqr Pollution Control Plan LS I�000�- ............................ --— """"- U3 p Schedule Critical Path M2!t2g) LS 1 $_24L-042. j$ZZ 2,717r:.................. _�roqre!��........................L ... ....................................................................... ew U 5 Traffic Control S LS 1 eo'a' ............ ....................................1�t ............ ..............................____ '9—-_'; $ Z.? 5S $U4 Construction A 1 $ ............ .....---2_ Area SiS r�s jq. ......................................... ................... .......................................... U6 Construction Survey LS 1 .............__ 4................... ................................................................................... W..................... U7 Erosion Control LS 1 oe ............................................................................................................................ .................I........ ........................................................................................................... U8 B §s Sewa LS 1 $2155 5ek2 ................. _jitfg. 1-.. ..................... ................................... ............ .............................................----- U9 $150Q00 150000 U n d e rRLo roan u� I Oil So moval FA 1 $ �_ ...........................!� !Rqt_Tq�..f!2.......................................................................................................................................................................... .............................................................................. U10 Utility Conflict Resolution FA 1 129�000 .................................................................................................................................................................................................................................................................................................................................................................. Abandon or Remove Water System gt' "�.fo, U11 Co iEp2nents valves, jp��nesjate! LS 1 ............ ......... ————--------------- .................................... ................U12 Remove& Salve !Le��.............. EA 12 $ ...................................... ........................... U13 Trench Bg!����r LS 1 $ ...................................... U14 12"Water Main LF 2283 ............................................ ­­ ..­..._­_..........!��............. ............................................................ ..... .................................................. U15 6"Water am PVC F L 6 19 ............................................................................................................. ............4W....................................... U16 12"Water Main (Ductile lronf��...................... LF 371 $ ................................................. ........................................................................... ....... ..... U17 6"Water Iron I LF 89 $ ...................................... .............................. ........P p_q) ............................................................... _..................... U18 1"Water Service EA 77 ...................................... ....................................................................................................................... .............................................. A avv - $ $ $ U19 Fire HygLant anc!L�tE�r I EA 19 .................... ................................................................................................__...........................................................................—---Orr,............... U20 Air Relief Valves EA 4 $ - ..........................................................................................................-.................................................. ............................................................... . .... ........._X U21 Tern ore Blow Off EA 16 $ $ 2, U22 Back Flow Prevention EA .. ................ .............. ........ ............. .. ...... ......................................................................... ............ ........................................................... U23 Trench race hqrinq-qe LS 1 ..........— qR�� _ A E......... ......................................................ELSE..................................................................... ..................... . .. ............. ......— —--" ....................................... -————- ­___- .... "fie U24 Remove Existin Sewer Main LF 2420 ff ............. U25 Remove Existing_§2A!�E Manhole EA 11 .................... ....................................................................................................................... .... ...... U26 8"Sewer Main LF 55-7 $ 47 ........................ ..........................................-..................................................................... U27 10"Sewer Main LF 2292 .................................................................................................. ........ $==4� U28 4"Sewer Lateral with Cleanout EA 72 .................................................. ....................................................................................................................................................... U29 6"Sewer Lateral with Cleanout EA 1 ....................................___............ .......................................................................... .......................................... ...................................... U30 Inline Cleanout EA 2 .................................................................................................................................. --————--....- U31 48" Precast Concrete Sanitary Sewer Manhole EA 10 .............................................................................................................—.1............................................ ............................. 2 SUB-TOTAL BID==>> $ 757190 5 .........................._­............................................ DOWNTOWN Lrrii..rry UPGRADE&ELECTRIC UNDFEERGROUNDING 102 Spec.No.2019-17 Reflecting Addendum 1 Page 421 of 479 STATE STREET UNDERGROUND FROM CLAY ST TO MILL ST PROJECT —it—em Unit of Total o® Description Measure Q Unit Price 1 Mobilization, Demobilization and Final LS -774, mm C." 2 Trench Bracin2 and Shoring LS 1 Excavate, trench, backfill and _22TpactloqAl2"X36" Trench) ................................. LF 295 1.... ........ ......................3.......................... .......... ..................................... 4 Excavate, trench, backfill and $ 'I ' CC, .............. qqnacti2n-,L1§:?S!�7 Rtnqsp-1............................-.......... LF 551 —2-�5 $ ............................................................. ................................................................................. 5 Excavate, trench, backfill and compaction (24"x 59"Trench) n d LF... ...... —667 co R?LtionrA3hx5k1�qq .... . LF 188 -.—$..... ------------------ ----6--.1 .$....................................................Z........................ 6 _ ------- --.. ............................... . ........................ ----- .. .... ..... 7 Excavate, trench, backfill and $ / ^1 mm _2q_Tpac!ion_(q§Lx_§P:__jTqcj LF 25 $ ..................................... ...................................................................... 8 Excavate, trench, backfill and $ $—e -75-1, 15 11 !2).................... ...... --ZZL5L—4—" corppaqtio P2n2 SF .. ... 7 2 emove and replace asphalt concrete 9 with 2" lift_(j��rench .................................................................... SF 450 $ 9-5 ....... ........................................................ 10 Remove and replace asphalt concrete 'S with 2" lift :?4:Trench S F 1785 x�!— jftj. ......).......................................................................................... ...........................................63®._...........................................---- drplsphaltconcrete11 with 2"lift 307 tnchL_jr . ................................................................................................................................................................ ... ....................................................................................... . Remove and replace asphalt concrete 12 with 27.!!IL36—".RenE�) SF 20 Remove and replace asphalt concrete ................................................................................................................ ........ $ 13 SF 855 . ...................................... ............. .......................................... 14 1" PVC SCH 40 Conduit(COMCAST) '00-FT 359 $ $ ................... Jn��� --- .1----- 15 2" PVC SCH 40 Conduit(CbMt-AS-f) $ .............jn��allation FT 2232 ......................... ...................... ..................................................................................................... 2" PVC SCH 40 Conduit(AT&T) 16 01 FT 206 —1 ......................................._jq���.stallation .................................................... ....................................... ................................................................................... .......................... ................................................................ TF F 4" PVC SCH 40 Conduit(AT&T) 17 includi llation FT 2008 ............... ........................... ..............I...........................................................-.-........................................................................... ............. 3" PVC SCH 40 Conduit including $ g 18 2 2e ; installation Lq!�gTRlCj._ FT 337 . ..................................................... ............. ........................................................................ 4" PVC SCH 40 Conduit including 19 installatiog_ffLEqTR)1'qj' FT 2971 $-Z411 ................................... ........................................................................ ........................................- Sidewalk removal and TEMPORARY 40 $ 20 replacement for installation of Electric, ------ Cable&AT&T Vaults and Boxes SF 382 Sfd"6;��kk-remova'l an---d'-r-e-p la c-e--m-'e,r Df o r ................................. 21 installation of electric, cable&AT&T vaults and boxes EA 120 .......... .. . . .. .....................................................--................... .................-.. ...................................... . .. . ....................... .......... -'Excivate,-backfill, compact and install -, 4 1 .." Z�F- 22 Cable Service Vaults B48.Cqqrncasq_. EA 1 - $ ........................................................ I................ 17 E�iEi'vatejEa—ckfill, �o—m-p'a­c-t and install ell) "A 23 µme Cable Service Vaults N EA 5 —.-NqP-LC-0mcq�D-.--................................................... --3................. .......................... Excavate, backfill, compact and install $ IV a, 24 7317) �- $ 6st Cable Service Vaults N30(qqmca ) EA ..................................................... ............................................................................................-.1-............................ ........ ............................... Excavate, backfill, compact and install 5" `5 1 25 . Service Vaults 2 4...X 60A A A ............................. ..... ............ ;t-7----------- --- Excavate, backfill, compact and install $ 6 -�' , 40,0 �-� 26 Service Vaults 30X6OX36AT I EA . A $ .........................LQ!�� '-­'-­'----"--.................. DOWNTOWN UTILITY UPGRADE&ELECTRIC UNDERGROUNDING 103 Spec. No.2019-17-Reflecting Addendum I Page 422 of 479 -1111---111111-.........................I..................—.-................. ...................................................................... ............. .....--_6-- ----- Excavate, backfill, compact and install 27 Service Vaults 48X78X36AT(A�&�_ EA 1 ....................................... .......... Excavate, backfi-11,—compa ""and install .................. ..........................i'll ..................."P.............................. ............... 28 Concrete Vault(City to Provide Vault 5 ! EA .. ........................................ M...............................-.....................................I.................................................................. .................................. ...............................I ......................................... Excavate, backfill, compaction and �0 29 install Pedestel Box Pad (City to 0 Ob :) ,60 $ d EA ...................... .......................................................................... w. ...................................- ..................................................... ...................... Excavate, backfill, compaction and guo o.. ... Of.) $ e0 30 install Transformer Box Pad (City to EA 2 Excavate, backfill, compacii-o—n n"d, -—---------------------- 31 install Concrete Transformer Pad EA 1 $ � r . . . . ............................................................................................................--- ----.................... ............. Excavate, backfill, compaction and 32 install Secondary Service Box(City to ....................................... .Landscape rem........o......... p .. ... ............ 33......... sqreo lnt;� val andrelacement, LS .. $ . ...... .... ................................ . .........................34 Traffic Lo Re EA 1 RT�. . .................................... ............... ......... SUB-T L Sit .......... ...... .........--­­­­111...............--.................. ............. DOWNTOWN UTILITY UPGRADE&ELECTRIC UNDERGROUNMNG 104 Spec.No.2019-17-Reflecting Addendum 1 Page 423 of 479 TOTAL BID AMOUNT Item Description -Total Bid No. Amount 1 DOWNTOWN WATER AND SANITARY SEWER REPLACEMENT � PROJECT y �. ... _ . ...........---_, ,.... ,...,.,............._ .,..... ._........__........_.... STREET SPJ UNDERGROUND F Y ST T ILLT2 ® � T ... 10 .m . e, the undersigned, acknowledge that the City Council has reserved the right to reject any or all bids and to determine which proposal is, in its opinion, the lowest responsive bid from a responsible bidder and that which it deems in the best interest of the City to accept. We, the undersigned, further agree, if this proposal shall be accepted,to sign the agreement and to furnish the required bonds with satisfactory surety,or sureties,within fifteen (15)calendar days after written notice that the contract is ready for signature; and, if the undersigned shall fail to contract, as aforesaid, it shall be understood that he or she has abandoned the contract and that, therefore,this proposal shall be null and void and the proposal guaranty accompanying this proposal, or the amount of said guaranty,shall be forfeited to and become the property of the City.Otherwise,the proposal guaranty accompanying this proposal shall be returned to the undersigned. Witness our hands this day of v as ,.j _, C) Licenexpiration date "" o o, � the registration of California Contractors License o. 9set�I�actor ante with an act rove In or . THE CONTRACTOR'S LICENSE NUMBERA D EXPIRATION AT STATED HEREIN ARE MADEUNDER PENALTY PERJURY. Department of Industrial Relations Public Works Contractor Registration Number: 10t>000561101V Signature idder or bidders, with bus' acne, address, phone number and fax number: 71 e A "A I M S bl . .:—. ,fj , a. Notice: n the case of a corporation, give below the addresses of the principal office thereof and names and addresses of the President, Secretary, Treasurer. ` .. 2ante, DOWNTOWN UTILITY UPGRADE&ELECTRIC UNDE2G ROl6NDINGa 105 Spec.No.2019-17—Reflecting Addendum 1 Page 424 of 479 FAIR EMPLOYMENT PRACTICES CERTIFICATION TO 0 ... p" N A 0 c m @ p The undersigned, in submitting a bid for performing the following work by Contract, hereby certifies that he or she has or will meet the standards of affirmative compliance with the Fair Employment Practices requirements of the Special Provisions contained herein. I I I ( ature of Bidder} Business Mailing address; Business Location; (The bidder shall execute the certification of this page prior to submitting his or her proposal.) DOWNTOWN UTILITY UPGRADE&ELECTRIC UNDERGROo,N DIING 106 Spec.No.2019-17--Reflecting Addendum 1 Page 425 of 479 ® COMPENSATION CERTIFICATE I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for Worker's Compensation or undertake self-insurance in accordance with the provisions of that code and I will comply with such provisions before commencing the performance of the work of this contract. Witness my hand this day of_]��" ,, 2020, Signature f Bid,4er, with B�usin ss: 0'. ('Lj CrAi 0 n DOWNTOWN UTRJTY UPGRADE&ELECTMC UNDERGROUNDING 107 Spec. No,2019-17-Rpfipcting Addendum I Page 426 of 479 CERTIFICATION OF NONDISCRIMINATION IN EMPLOYMENT The bidder represents that he or she has/has not,participated in a previous contract or subcontract subject to either the equal opportunity clause herein or the clause contained in Section 301 of Executive Order 10925;that he or she has/has not, filed all required compliance reports; and that representations indicating submission of required compliance prior to subcontract awards. Signature and address of Bid Date VJ o 3----------- (This certification shall be executed by the bidder in accordance with Section 60-1.6 of the Regulations of the President's Committee on Equal Employment Opportunity for implementing Executive Orders 10925 and 11114.) DOWNTOWN UTH-ITY UPGRADE&ELECTMC UNDERGROUNDM 108 Spec.No.2019-17—RefiPcting Addendum I Page 427 of 479 LIST OF PROPOSED SUBCONTRACTORS In compliance with the provisions of Sections 4100-4108 of the California Public Contract Code and any amendments thereof, each bidder shall set forth (a) the name and location of the place of business of each subcontractor who will perform work or labor or render service in or about the construction site or a subcontractor licensed by the State of California who, under subcontract to the prime contractor,specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications in an amount in excess of one-half of 1 percent of the total bid and(b)the California Contractor License Numberforeach subcontractor,and(c)the portion of the work to be done by each subcontractor.(See General Conditions Section 1- 09.) Include with the name of each sub-contractor their Department of Industrial Relations Public Works Contractor Registration Number. ............................ SUBCONTRACTOR SUBCONTRACTOR SUBCONTRACT R SUBCONTRACTOR DESCRIPTION NAME LICENSE NUMBER DIR REGISTRATION BUSINESS OF WORK NUMBER ADDRESS 0� ...................... . ........... ............................................. ...... .............................4..r.,.P ............... Al,11#,f64 A` '4 1 t ......................................................................................... .......... .......... I C's ...................................... ........................... ...................... ............................ 74 7 xk4k ......................................................................... ........................... ............... ............................ ................................... .............................................. ....................... .............. --------- ...... ........................................ ......................_­'___­'......... ......------ .................................................... ........ ...........I.................... —-—------------------ .............__........... ........................... .................................. ..............-.............. DOWNTOWN UTILITY UPGRADE&ELECTRIC UNDERGROUNDING 109 Spec.No.2019-17—lReftcting Addendurn I Page 428 of 479 STATEMENT OF EXPERIENCE OF BIDDER The bidder is required to state below what work of similar magnitude or character he or she has done and to give references that will enable the City Council to judge of his or her experience®skill and business standing and his or her ability to conduct work as completely and rapidly as required under the terms of the contract. i"L e L -< +4' e a :w" �r .! —&—,, , DOWNTOWN UTUI..UTY UPGRADE&EU._EC TMC;U,ONP)EP GROUh9MG 110 Spec.No.2019-17_.Reflecting Addendurn 1 Page 429 of 479 WAHLUND CONSTRUCTION, INC A GENERAL ENGINEERING CONTRACTOR Lic ® #678993 A, B,ASBESTos, HAZMAT EUREKA, CA 95503 Page 430 of 479 it Profile WahLund Construction, Inc. is a Eureka; California based general engineering and general building contractor with over 35 years of experience including residential, commercial, industrial and municipal construction. Wahlund Construction has been licensed for asbestos and hazardous substances removal since 1993 and has over 25 years of experience in these fields. In recent years Wahlund has specialized in the construction of large water and wastewater improvement projects including numerous successfully completed horizontal direction drilling projects. With a crew of highly skilled union laborers and operators, Wahlund Construction is known throughout the region for attention to detail, high quality work, and a reputation for integrity. Wahlund Construction, Inc. has completed every project it has undertaken on time and has never been assessed liquidated damages on any project. With a design engineer on staff, Wahlund Construction has the value engineering ability that is not typical with other general contractors. Wahlund Construction also has full insurance coverage and has an A, B, Asbestos and Hazmat contractor's license. This covers the owner for every site specific situation that may arise. Current Bonding Capacity is 40 Million Single and 80 Million Aggregate. Wahlund Construction Team Ken Wahlund,Project Superintendent Mr. Wahlund has over 35 years of general engineering construction experience including residential, commercial, industrial and municipal construction. He has done extensive demolition and asbestos/hazardous materials abatement related construction. He has also been involved in the construction of several large scale wastewater treatment plant upgrades. He has been Project Superintendent for most Wahlund Construction projects including overall Project Superintendent/Manager for joint ventures such as the City of Fortuna Waste Water Treatment Facility and the Crescent City Water Pollution Control Facility. His experience in working with local regulators and with local conditions will expedite both the pen-nitting and completion of this project. Specific duties and responsibilities include: project superintendent, submittals, coordination with owner, engineers and subcontractors. Bret Rinehart, PE, Consulting Engineer Mr. Rinehart is a California Licensed Civil Engineer(License# 70375) with over 12 years of construction and construction management experience. He has a degree in Civil Engineering from the University of Utah. He has specialized in the field of public works construction including water and wastewater treatment and facilities. He has been involved in both the construction and construction management of several water utility and wastewater treatment plant upgrades including the City of Eureka Mad River Parallel Pipeline and the City of Fortuna Waste Water Treatment Facility. He started working with Wahlund Construction in 2007 as the Assistant Project Superintendent for the Crescent City Water Pollution Control Facility project. He was Project Superintendent for the Fe dale WWTP Additions Project, Rio Dell WWTP Upgrade and Disposal Project, and Bear River WWTP and Disposal Design/Build Project. He 2 Page 431 of 479 was the design engineer of record for the City of Eureka Biosolids ewatering Design Build Project and Bear River WWTP and Disposal Design/Build Project. He was Project Superintendent for the HBMVVD Techite Pipeline Replacement Project. Specific duties and responsibilities include: project superintendent,project engineer, scheduling, submittals, coordination with owner, engineers and subcontractors,permit compliance, supplementary engineering design. Ryan Wahlund, PE, Project Engineer Mr. Wahland is a California Licensed Mechanical Engineer(License# 3 700 1) with over 8 years of mechanical design experience. He has a Bachelor's degree in Mechanical Engineering from California State University Chico. He has specialized in the field of mechanical design with an emphasis on pump systems. He started working part-time with Wahland Construction 10 years ago as a summer intern Operating Engineer for the Crescent City Water Pollution Control Facility project. He started working full-time with Wahlund Construction in 2013 and successfully completed the Garbs ills Drinking Water Improvement Project, Scotia Infrastructure Improvements Project (Phases I and 2), and assisted in the design of the Bear River Rancheria Waste Water Treatment Facility Project. Specific duties and responsibilities include: project engineer, construction management, scheduling, submittals, coordination with owner, engineers and subcontractors,permit compliance, supplementary engineering design, mechanical systems design, pressure testing/Rushing calculations, stress calculations, drafting. Robert Crittenden,Project Manager/Estimator Mr. Crittenden has 27 years of heavy civil construction and 10 years of building construction experience. He has a degree in Construction Management from the Fresno State University. He has extensive experience in the field of construction management, supervision, estimating, and has experience in residential, commercial, municipal construction and building demolition. He is an instructor at College of the Redwoods,teaching residential building estimating. He has done extensive underground, earthwork, and public utility related construction Specific duties and responsibilities include: project management, scheduling, submittals, coordination with owner, engineers and subcontractors, permit compliance. Curtis Seely, Superintendent/Foreman Mr. Seely has extensive experience in underground, pipeline, HDD drilling and earthwork construction. He has been with Wahland Construction for the past 15 years and has worked on all of Wahlund's large scale construction projects. Specific duties and responsibilities include: Superintendent for Wahland Construction crew, equipment operation, HDD drill rig operator, coordination with subcontractors, implementation of project plans, specifications, and permit conditions. 3 Page 432 of 479 General InformatiQn a. Firm Name: Wahlund Construction, Inc. b. Corporate Address: 830 Hit Drive, Eureka, CA 95503 c. Primary Contact: Kenneth M. Wahlund Cell: 707-845-0990 Office: 707-268-0150 Fax: 707-268-0137 Ken wahlcon-com d. Website: one e. Federal Tax ID No. 68-0388471 f Number of Years in Business: 26 years g. Type of Organization: Corporation h. Date of Organization: October 13, 1993 i. Business location: 830 Hit Drive, Eureka, California 95503 j. Name and date of predecessor organization: one k. Contractor icensure: License# 678993 A, B, Asbestos, Hazmat 1.Number and type of professionals: Ken Wahlund, Owner, Contractor License#678993 Bret Rinehart, PE, RCE# 70375 Ryan Wahlund, PE, RME# 37001 m. is of Completed Projects: See following pages. 4 Page 433 of 479 Completed r ects 2014-2018 Project e® Scotia Infrastructure Improvements project phase 1 and phase 2 Project Location: Scotia, CA i Description of Project: The project scope of work generally required the Contractor to remove and/or replace the Town of Scotia Company, LLC water, sanitary sewer, and storm drain utility infrastructure including: demolishing existing domestic and fire water, sanitary sewer, storm dram, and abandoned steam utility structures, and appurtenances, in place and by removal; keep existing operational utility infrastructure In service to all areas while constructing new domestic water, sanitary sewer, and storm drain utility infrastructure; reconfigure and overlay existing road surfacing; at specific locations, construct new sidewalk, curb, gutter, and ADA compliant facilities; coordinate construction work operations in anOwner-approved planned erg and work in potential concurrent construction areas with PG&E community power changeover operations. Contract Value of Project: ,7 2,966°92 Wahlund Key Personnel: Bob Crittenden, Ryan Wahlund Project Contact: Frank Bacik(7 7)764®41 1 5 Page 434 of 479 2015-2016 Project e: Bear River Band of the Rohnerville Rancheria Wastewater Treatment Plant and Disposal Project Design Build Projectc t : Loleta, C r 1 r I p rr v/ l J �,f //%%r/!li/rlr,,vr✓r /�//��� » �rrr�///i/��% /�✓ro/ ��I %�r) � ., I�u)o.,. fir'. ,,, r%%rri�%�!/J%/i/��f ///��`// ✓�%�l �V �,✓ ru�������� , J� r �]Description of Project: Design and construction of a new 120,000 d wastewater treatment plant and disposal field. Project includes installation of a JWC Grinder, Westech Drum Screen, AeroMod Biological Treatment System, Westech Disc Filter, Wedeco LTV Disinfection System, concrete tank, eta building, site work complete electrical and control system. Contract Vala of Project: $4,075,500 Wahlund Key Personnel: Bret Rinehart Project Contc ® Mike Flockhart (7 7)502®114 6 Page 435 of 479 2013-2014 Project e® Humboldt Bay Municipal Water District Tec ite Pipeline Replacement Project Project Location: Samoa, CA l 1 Description Project: Project consists of construction of 11,000 linear feet of 20®i c , 4,400 linear feet of 2-i c , and 130 linear feet of 6-inch PVC water main with all service connections, fittings,paving, an earthwork toe lace the existing T'ec °te water main. Time Frame to Complete Project: 180 days Contracte of Project: $2,889,892 Wahlund Key Personnel: Bret Rinehart Project c ® John Friedenbach7 7-443®5 1 7 Page 436 of 479 a� h �r� r r Nil 11 r x �� � � l(M�'JG++1tMf ;��na�ioU/%1�//illl�Ifl���UllGlirai�v�aarwaim�a�%gffl(U�40�lDGlrrl�l�%�/�u�„ r ri/ u �" L 2013-2014 Project Name: Martin Slough Force Main Drill and Trenching Project Project Location: Eureka, CA Description of Project: Project consists of construction of 2,150 linear feet of 26"HDPE Force Main pipeline via horizontal directional drilling and 2,200 linear feet 26" HDPE Force Main pipeline via open cut trenching. The trenching portion of this project includes several streambed crossings, air relief valve installations, patch paving, revegetation, ewatering, and several tie-ins at the Eureka WWTP. Wahfund Construction started this project as a subcontractor. However,the original company that won the bid for this project walked away after claiming the soils were not drillable. Wahland Construction then worked with the City of Eureka to come up with viable solutions and took over as the general contractor for the project and completed it on schedule. rr Time Frame to Complete Project: 300 days Contract Value of Project: $8,956,941.00 Wahlund Key Personnel: Ken Wahlund Project Contact: Roland Johnson (707)845-3047 9 Page 438 of 479 2012 -2013 Project e: Rio Dell Wastewater Treatment Plant Upgrade and Disposal Project Project Location: 475 Hilltop Drive,Rio Dell, CA. 95562 �f 1 r Description of Project: Project consists of construction of wastewater treatment plant upgrades including new biological treatment facility, upgrade of existing facilities, complete new electrical system, approximately 12,000 linear feet of 14-inchdiameter effluent pipeline and effluent disposal area. Project is subject to a California Environmental Quality Act ® Environmental Impact Report and includes numerous mitigation measures covering biological resources, cultural resources, and hydrology/water quali Pre-construction surveys were completed o located sensitive nesting birds and construction postponed until cleared by a qualified biologist. Project is located on the banks of the Eel River highlighting the need for compliance with stormwater best management practices. Time Frame to CompleteProject: 5 0 days Contracte of Project: 0,660, 60.11 Owner: City of Rio Dell, C Architect i e e® HDR Engineering 10 Page 439 of 479 Architect or Engineer Contact: Craig Olsen 2365 Iron Point Rd Folsom, CA 95630 (916) 817-4700 Wahlund Key Personnel: Bret Rinehart 2012-2013 Project Name: City of Fortuna- Stewart Street Reservoir Replacement Project Project Location: 1121 Stewart Street, Fortuna, CA 95540 Description of Project: This project is split into two phases. Phase one included reconstruction of a booster pump station and piping, transmission piping and ties to existing piping, new distribution piping and services, including installation of new piping by horizontal directional drilling. Phase two, currently underway, consists of demolition of two existing covered 500,000-gallon reservoirs, excavation of the site to lower the base elevation for the new reservoir, construction oft e foundation for the new reservoir, installation of a 2-million-gallon concrete water reservoir which includes rerouting of the on-site piping to connect the new concrete tank tothe existing distribution system and installing transmission piping and ties to existing piping. Time Frame to Complete Project: 318 days Contract Value of Project: $4,150,017.20 Owner: City of Ferndale, CA Owner Contact: Jay Parrish Telephone: (707) 786-4224 Architect or Engineer Name: Manhard Consulting Architect or Engineer Contact: Kent M. Hanford Telephone: (775) 332-4808 Wahlund Key Personnel: Ken Wahlund 1. Page 440 of 479 2012 Project Name: City of Arcata Sewer Rehabilitation& Improvements Project Location: Crescent& Bayside, Arcata, CA Description of Project: or consists of digging and replacing of 2,000 linear feet of existing sewer pipe, upsizing 1,200 linear feet of vitrified clay pipe from 8-inch to 12-inch class 300 HDPE pipe using pipe burst methods, replace 40 each sewer laterals and cleanouts, remove and replace 5 each sewer manholes, install 4 each new sewer manholes and all incidental work to complete construction work in place. Time Frame to Complete Project: 30 Days Contract Value of Project: 629, 90® Wahlund Key Personnel: Curtis Seely 2012 Project Name: Table Bluff Landfill System Upgrades Project Location: Table Bluff Closed Landfill Description of Project: or is on a Time and material agreement to provide labor, equipment, and materials for installation of 1,500-gallon precast concrete septic tank at the Table Bluff Closed Landfill. Install one new emergency overflow pipe for the concrete tank and rock slope protection at the emergency overflow pipe outfall location. Install one new inflow pipe from existing sump to new concrete tank and abandon existing emergency overflow pipe from existing sump. Install one new outflow pipe from the concrete tank to be connected to the existing sump distribution piping to the leach field. Grade and install concrete pads for a backup generator and a propane tank(generator and propane tank will be supplied and installed by others). Excavate and backfill trench for installation of gas line from backup generator pad to propane tank pad (gas line to be installed by others). Contract Value of Project: T&M Wahlund Key Personnel: Bob Crittenden 12 Page 441 of 479 2010-2012 Project e® e dale Wastewater Treatment lant Additions Project Location: 606 Port Kenyon Road Ferridale, CA 95536 �u I Description of Project: The Ferndale Wastewater Treatment Plant Additions project involved the construction of a new .95 mgd wastewater treatment facility fort e City of Ferridale. project included construction of an influent pump station, heawors with mechanical bar screen, aeration/clarification/digestion treatment system, disc filters, UV disinfection facilities, belt filter press, and effluent pump station. project also included extensive underground utilities, site work, a wetlands mitigation area and site pre-loading for soil consolidation° Wetlands mitigation included construction of a 1®acre wetland complete with hummocks, wetland species planting, and reclaimed water irrigation, During the project Wahlund Construction assisted the County of Humboldt with 13 Page 442 of 479 instrearn excavation and modifications to Francis Creek under an emergency permit. Flooding of the project site and Port Kenyon Road was alleviated and excavated soils were used in the construction of the wetlands mitigation. Project started August 2010 and was completed January 2012. Initial Contract Value (at time of bid award): $8,265,088.00 Wahlund Construction's Contract Value: $7,39 7,088.00 Total Value of Construction (including change orders): $8,459,864.51 Wahlund Construction's of Value (including change orders).1 7,513,045.51 Original Scheduled Completion Date: November 1, 2011 Time Extensions Granted (number of days): 41 Actual to of Completion: January 10, 2012 Owner: City of Ferndale, CA Owner Contact: Jay Parrish Telephone: (707) 786-4224 Architect or Engineer e® Manhard Consulting Architect or Engineer Contact: Kent N1. Hanford Telephone: (775) 332® Construction Manager: Kent M. Hanford Telephone: (775) 332-4808 Wahlund Key Personnel: Bret Rinehart, Curtis Seely Note: There were no to Notices or Mechanic's Liens filed, no liquidated damages assessed against Contractor, and there were no claims, lawsuits, and/or arbitration between Contractor and the Owner. 14 Page 443 of 479 2011 -2012 Project en Arcata-Eureka Airport Runway 14 Bluff Stabilization Improvements Contract No. 1265 s Project o.® A e3® 4 ®39 Project oca Arcata-Eureka Airport c inleyville, CA rn�� Description of Project: e work required forte Runway 14 Bluff Stabilization Improvements included stabilizing the bluff adjacent to Runway 14 to meet safety area criteria. The stabilization measures included full height ec ical y stabilized e ( ) walls in two locations. The existing cut slope was shored using grouted nails. Grading of the Runway Safety Area, drainage improvements relocation of the perimeter security fence was also elements of work. Initialc e e of bid ); 1,39 ,08 .00 ValueTotal of Construction (including change orders): 1,5 2, 72.17 Original c e aCompletion e; Nov 22, 2011 Time Extensions Granted (numberdays): 60 Actuala of Completion: January 2 , 22 Owner: County of Humboldt Ownerc ® 5 Page 444 of 479 Tyler Holmes Humboldt County of Public Works Telephone: (707) 445-7652 Architect or Engineer Name: Jeff Leonard Mead & Hunt, Inc. Telephone: (707) 526-5010 Construction Manager: Jeff Smith Lenders Construction Services Telephone: (707) 440-9098 Wahlund Key Personnel: Bob Crittenden, Ken Wahlund Note: There were no Stop Notices or Mechanic's Liens filed, no liquidated damages assessed against Contractor, and there were no claims, lawsuits, and/or arbitration between Contractor and the Owner. 16 Page 445 of 479 2010-2011 Project Name: Ramey Pump Station Improvements Project Location: McKinleyville, CA Description of Project: The Ramey Pump Station Project involved the installation of two new Vertical Turbine Pumps and related manifolds and necessary tie-ins. This project also included electrical upgrades, control building upgrades, Chlorination System, and general site-work modifications. Initial Contract Value (at time of bid award): $ 864,468.00 to Value of Construction (including change orders): $886,039.07 Original Scheduled Completion Date: February 10, 2011 Time Extensions Granted (number of days): 30 Actual Date of Completion: March 10, 2011 Owner: McKinleyville Community Services District (MCSD) Owner Contact: Greg Orsini Telephone: (707) 839-3251 Architect or Engineer Name: Winzler& Kelly Architect or Engineer Contact: Patrick Kaspari Telephone: (707)443-8326 Construction Manager: Patrick Kaspari Telephone: (707) 443-8326 Wahlund Key Personnel: Curtis Seely Note: There were no Stop Notices or Mechanic's Liens filed, no liquidated damages assessed against Contractor, and there were no claims, lawsuits, and/or arbitration between Contractor and the Owner. 17' Page 446 of 479 2009-2010 Project e® Humboldt Bay Repowering Project Project c i s King Salmon, Eureka, Humboldt County, CA am �j Long reach excavation,backfill and grading. Description Project: Intricate grading and excavating combined with pipeline, mass shoring and dewatering, underground utility and storm drain vaults and large cast-in-place concrete diversion structures. Initial r c Value time of bid )® million ValueTotal of Construction (including change orders): $4.3 million 18 Page 447 of 479 Original Scheduled Completion Date: May 2010 Time Extensions Granted (number of days): 0 Actual Date of Completion: April 2010 Owner: Pacific Gas & Electric Owner Contact: Arthur Borchardt Telephone: (707) 342-8712 Joseph Curran Telephone: (415)973-1946 Dena Parrish, Compliance Manager Telephone: (707) 444-6568 Architect or Engineer Name: Wartsila North America, Inc. Architect or Engineer Contact: William F. Riedel, Site Manager HBRP Telephone: (281) 460-8576 Construction Manager: Chris Szolomayer, Haskell Corporation Telephone: (360) 734-1200 Dan in Telephone: (360) 303-8716 Wahlund Key Personnel: Ken Wahlund Note: There were no Stop Notices or Mechanic's Liens filed, no liquidated damages assessed against Contractor, and there were no claims, lawsuits, and/or arbitration between Contractor and the Owner. 19 Page 448 of 479 2009-2011 Project Name: Loleta Water System Improvements Project Project Location: Loleta, CA Description of Project: This project consisted of construction of a new public water supply well including drilling 200 feet of hole to 16 inches in diameter, installation of 160 feet of 1 -inch PVC casing, installation of 40 feet of PVC screen, installation of 150 feet of gravel pack, installation of 50 feet of sanitary seal, installation of gravel feed be,preliminary well development by air lift swabbing, well development by pumping and surging, pump testing well, television survey of well, and installing new well pump; construction of a new water main, including installation of 420 linear feet of 4-inch HDPE by directional drilling, installation of 1,340 linear feet of 4-inch PVC, installation of 212 linear feet of 6-inch PVC, installation of one 1-inch air/vacuum release valve assembly, installation of one 2-inch blowoff assembly, installation of one fire hydrant assembly, and connection to existing 8-inch PVC; construction of a new water treatment facility, including construction of light framed wood structure building, installation of two 70 gpm filter tanks, installation of chlorine contact tank, installation of backwash water storage tank, new sanitary sewer service, new water service, and site work; Initial Contract Value: $939,805.00 Total Value of Construction (including change orders): $906,487.84 Original Scheduled Completion Date: April 20, 2010 Time Extensions Granted (number of days): 277 ActualDate of Completion: 1/21/2011 Owner: Loleta Community Service District Owner Contact: Markus Drumm Telephone: (707) 733-1717 Architect or Engineer Name: Greg all Oscar Larson& Associates Telephone: (707)445-2043 Construction Manager: 20 Page 449 of 479 John DeBoice Oscar Larson& Associates Telephone: (707) 5® 03 Wahlund y Personnel: Curtis Seely Note: There were no Stop Notices or Mechanic's Liens filed, no liquidated damages assessed against Contractor, and there were no claims, lawsuits, or arbitration between Contractor and the Owner. 2011 -2012 Project e: Smith River Rancheria Water Infrastructure-Wastewater Collection System Extension ProjectLocation: 350 North Indian Road Smith River, CA 95567 Description of Project: The work consisted of the installation of 3,910 linear feet of 8 inch gravity sewer, 1,740 linear feet of 6 inch gravity sewer, 635 linear feet of 4 inch gravity sewer, 3,30 linear feet of 3 inch sanitary sewer force® ain , 200 linear feet of 8 inch jack and bore casing under HWY 101, 61 sanitary sewer laterals, 20 ®foot diameter sanitary sewer manholes, eight ( ) checkouts,three (3) sewer lift stations, electrical and conduit installation to support each lift station, SCA A development, miscellaneous appurtenances, survey and AC paving, Initial o tr t Value(at time of bidaward): 1,2 8, 00. 0 ValueTotal of Construction (including change orders): 1, 93,20 .00 Original e e el ® July 30, 2012 Actualto of Completion: July 3, 2012 Owner: Smith liver Rancheria OwnerContact: Brad Cass Telephone: ( 07) 21 -750 Architect or Engineer ea Laco & Associates Architect r Engineer t: 21. Page 450 of 479 Benjamin W. Dolf, E.I.T. Telephone: (7 7) 443 5054 Construction Brad Cass Telephone: (7 7) 218-7504 Wahlund Key Personnel: en Wahlund, Curtis Seely Note: There were no Stop Notices or Mechanic's Liens filed, no liquidated ages assessed against Contractor, and there were no claims, lawsuits, and/or arbitration between Contractor an the Owner 2008-2010 Project e. Smith ver Rancheria Wastewater Treatment Plant and Disposal System. Project c 350 NorthIndian Road Smith ver, CA 95567 F I / °I Description of Project; e Smith River Rancheria Wastewater Treatment Facility is an efficient, effective project developed in partnership between the Tolowa People and the North Coast Regional Water Quality Control Board. Designed to provide high quality treatment, as theTribe's facilities grow, e project provided a cost-effective and scale-able solution to what had been a public health and environmental problem. The project involved the construction of a new wastewater treatment system and concrete tanks. This project also included a 1,600 square foot treatment uil in , a large leach field as well as two miles of pressure sewer boring by Wahlund Construction. The project was a Design Build project completed y both Wahlund and WinzlerKelly. Initial c e e 2,35 ,521° 0 ValueTotal of Construction (including change orders): $2,647,387.80 22 Page 451 of 479 Original Scheduled Completion Date: February 20, 2010 Time Extensions Granted (number of days): 0 Actual Date of Completion: January 15, 2010 Owner: Smith River Rancheria Owner Contact: Brad Cass Telephone: (707) 218-7504 Architect or Engineer Name: Winzler& Kelly Architect or Engineer Contact: Neal Carnam Telephone: (707) 443-8326 Construction Manager: Brad Cass Telephone: (707) 218-7504 Wahlund Key Personnel: Ken Wahlund, Curtis Seely Note: There were no Stop Notices or Mechanic's Liens filed, no liquidated damages assessed against Contractor, and there were no claims, lawsuits, and/or arbitration between Contractor and the Owner. 23 Page 452 of 479 2011 -2012 Project Name: Summer Park Apartments® Sewer& Storm Drain Systems Seven apartment buildings, community building and garage Project Location: 1500 Summer Park Court Crescent City, CA 95531 Description of Project: This project consisted of installing approximately 1,000 Linear Feet of 6" Sewer Main, Sewer Manholes as well as several sewer laterals, and over 1,600 linear feet of 8"®36"N12 ADS HDPE Storm Drain pipe® Initial Contract Value: $255,000.00 Total Value of Construction (including change orders): $268,143.61 Original Scheduled Completion Date: June 2011 Time Extensions Granted (number of days): 0 Actual Date of Completion: June 4, 2012 Owner: Summer Park Apartment Investors, L.P. Owner Contact: John Cicerone Telephone: (916) 446® 0 Architect or Engineer e® Bruce Keith Telephone: (66) 322-2061 Construction Manager: Jason Prikard Telephone: (916) 446-4040 Wahlund Key Personnel: Curtis Seely Note: There were no Stop Notices or Mechanic's Liens filed, no liquidated damages assessed against Contractor, and there were no claims, lawsuits, and/or arbitration between Contractor and the Owner. 24 Page 453 of 479 2011 -2012 Project Name: Summer Park Apartments—Water Systems Seven apartment buildings, community building and garage Project Location: 1500 Summer Park Court Crescent City, CA 95531 Description of Project: This project consisted of installing over 450 linear feet of 12" water main, gate valves, fire hydrants, 4" domestic water line, back ow preventers, ARV's & BOV's, water tie-ins as well as raising valves and pressure testing. Initial Contract Value: $214,501.00 Total Value of Construction (including change orders): $210,909.17 Original Scheduled,Completion Date: May 2012 Time Extensions Granted (number of days): 0 Actual Date of Completion: May 31, 2012 Owner: Summer Park Apartment Investors, L.P. Owner Contact: John Cicerone Telephone: (916) 446-4040 Architect or Engineer Name: Bruce Keith Telephone: (66) 322-2061 Construction Manager: Jason Prikard Telephone: (916) 446-4040 Wahlund Key Personnel: Curtis Seely 25 Page 454 of 479 e® There were no Stop Notices or Mechanic's Liens filed, no liquidated damages assessed against Contractor, and there were no claims, lawsuits, and/or arbitration between Contractor and the Owner. 2011 -2012 Project e® Summer Park Apartments—Dry Utilities Seven apartment buildings, community building and garage Project Location: 1500 Summer Park Court Crescent City, CA 95531 Description of Project: This project consisted of trenching and overseeing the installation of all dry utilities including electrical, cable,phone, and fire systems. Also responsible for setting all required vaults & utility boxes. Initial Contract e® $75,000.00 Total Value of Construction (including change orders): $75,000.00 Original Scheduled Completion Date: January 2012 Time Extensions Granted (number of days): 0 Actual Date of Completion: January 26, 2012 r® Summer Park Apartment Investors, L.P. Owner Contact: John Cicerone Telephone: (916) 446® 0 Architect or Engineer Name: Bruce Keith Telephone: (66) 322-2061 Construction Manager: Jason Prikard Telephone: (916) 446-4040 Wahlund Key Personnel: Curtis Seely 26 Page 455 of 479 Note: "There were no Step Notices or Mechanic's Liens fled, no liquidated damages assessed against Contractor, and there were no claims, lawsuits, and/or arbitration between Contractor and the Owner. 7 Project Name: Rocky Gulch Creek Culvert Replacement Phase 1 & 2 Projecta i Rocky Gulch Creek, Arcata, C � I i r r Assembly of arch culvert(Phase 1). Restored stream channel(Phase 2). In 2007, Wahlund Construction replaced several culverts on Rocky Gulch Creek near urea, CA with a bridge and aluminum box culvert, Phase I involved traffic control, road closure, a pumped bypass oft e creek, removal of two existing culverts installation of a 16' wide x 56' long aluminum box culvert. Phase 2 involved in stream restoration of the stream channel an replacement of an existing driveway culvert with a prefabricated bridge. Intent of the project was to improve passage for ana ro o s fish such as the endangered Coho salmon. Construction was limited to the summer season, from June 15 to November 1, or the first rainfall. Project was funded by the California Coastal Conservancy's Humboldt Fish Passage Improvement Program. Bothprojects were completed in Summer 2007 and opened 2.7 miles of habitat. Initial r c a e of bid )® 15,60 (Phase 1), $92,000 (Phase 2) ValueTotal of Construction (including aorders): $145,660 (Phase 1), $92,000 (Phase 2) Originalc e e e e: 0 /2007 (Phase 1), 11/2 07 (Phase 2) Time Extensions Granted ( er of days): 27 Page 456 of 479 Actual Date of Completion: 08/2007 (Phase 1), 11/2007 (Phase 2) Owner: County of Humboldt Owner Contact: Tony Seghetti, County of Humboldt(Phase 1) Telephone: (707) 5® 8 Architect or Engineer e® Mc Bain& Trush Architect or Engineer Contact: Jeff Anderson, Mc Bain& Trush Telephone: (707) 826-7794 Construction Manager: Jeff Anderson, Mc Bain& Trush Telephone: (707) 826-7794 Wahlund Key Personnel: Curtis Seely, Ken Wahlured e® There were no Stop Notices or Mechanic's Liens filed, no liquidated damages assessed against Contractor, and there were no claims, lawsuits, and/or arbitration between Contractor and the Owner. 28 Page 457 of 479 2007-2011 Project ea City of Crescent City Water Pollution Control Facilities Improvement Project Project c Crescent City, Del Norte County, C MBR e. �r Building and Tank Excavation at Crescent City WPCF. 44 Description of Project: n 2007, a joint venture of Wahlund Construction, Sequoia Construction Specialties, and Industries eg construction of a complete remodel and upgrade oft e existing water pollution control facilities in Crescent City, CAm Project was completed on May 3, 211 and remained under budget and on schedule. Central tote project is the construction and installation of a 1.2 million gallon per day Siemens Membrane Bioreactor R)package and associated tanks and facilities, Project included construction of new laboratory, operations, dewatering, MBR buildings and rehabilitation of existing digesters, primary secondary clarifiers. Project also 2 Page 458 of 479 included extensive underground utilities and electrical and complete renewal of all site work, paving and landscaping. i ► Contract Value (at time of bid award): $37.2 million. Wahlund Construction's Contract Value: $14,893,360.00 Total Value of Construction (including change orders): $37,601,542.00 Wahlund Construction's Total Value (including change orders):$14,7 71,32 7.53 Original Scheduled Completion Date: Dec. 2010 Time Extensions Granted (number of days): 140 Actual Date of Completion: May 3, 2011 e ® City of Crescent City Owner Contact: Jim Bamts, Director of Public Works Telephone: (707)464-9506 Or: (707) 218-6678 Architect or Engineer Name: Brown& Caldwell/Kennedy Jenks Architect or Engineer c ® Ron Walz Telephone: (541) 338-8135 Construction Manager: Ward Stover(Stover Engineering) Telephone: (707)-465-6742 Wahlund Key Personnel: Bret Rinehart,Ken Wahlund Note: There were no Stop Notices or Mechanic's Liens filed, no liquidated damages assessed against Contractor, and there were no claims, lawsuits, and/or arbitration between Contractor and the Owner. 30 Page 459 of 479 Project e® City off Fortuna Waste Water Treatment Facility 2004 Expansion Project cat Fortuna, Humboldt County, CA Allow ffi Interior view of new Digester Building. Installation of floating cover for anaerobic digester. J r ,n Description Project: In 2005, a joint venture of Wahlund Construction and Sequoia Construction Specialties began construction of extensive upgrades to the existing waste water treatment facility in Fortuna, CA. Project included construction of dewatering and composting facilities, anaerobic digester, cogeneration engine, secondary clarifier, hea wor s upgrades and other modifications. A new metal building was constructed to house the composting facilities and new C U buildings were constructed for the operations and digester buildings. Project also included extensive 31 Page 460 of 479 underground utilities, electrical, site work, and paving. This upgrade increased capacity of the existing treatment facility with emphasis on sludge handling and composting. Project was completed in 2007 with a final construction cost of$11.2 million. Initial Contract Value (at time of bid award): Total Value of Construction (including change orders): $11.2 million Original Scheduled Completion Date: 2007 Time Extensions Granted (number of days): Actual Date of Completion: 2007 Owner: City of Fortuna Owner Contact: Duane Rigge, City Manager Telephone: (707) 725-7600 Architect or Engineer Name: Eco-Logic Engineering Architect or Engineer Contact: Eric Bolstad Telephone: (916) 773-8100 Construction Manager: John DeBoice (Oscar Larson & Associates) Telephone: (707)445-2043 Wahlund Key Personnel: Ken Wahlund Note: There were no to Notices or Mechanic's Liens filed, no liquidated damages assessed against Contractor, and there were no claims, lawsuits, and/or arbitration between Contractor and the Owner. 32 Page 461 of 479 Project: Prairie Creek Redwoods State Park Public Use Improvements Projectc Prairie Creek State Park ,o r New septic tank at Prairie Creek Redwoods S.P. Completed leach field at Prairie Creek, Project Description: This project consisted of 2 new restroom facilities, new entrance station, new electrical service through 5,000' of directional boring, 3 new leach fields and associated sitewor , Wahlund Construction was a subcontractor and was responsible for the leach fields and underground piping. All work was done in an environmentally, cultural and archeologically sensitive area. Species of concern included the threatened Marbled Murrelet and Pacific Giant Salamander. Construction halted during the summer months for Marbled Murrelet mating season, Yurok Tribe members observed all excavations during the project to protect cultural and archeological resources. Project was completed September 2007 with a final contract amount of$1,800,971. Initial Contract Value ( t time of bidaward): $671,000.00 Total a of Construction (including change orders): $681,507.40 Original c e e Completion Date: Time Extensions Granted (number of days): Actualeti Owner: State of California OwnerContact: Gary Smith, State Park Rep. Telephone: (916) 5-87 5 Wahlund Key Personnel: Curtis Seely 33 Page 462 of 479 2004 Project e: City of Eureka Mad River Parallel Pipeline Project Project ac i : Eureka, Humboldt County, CA it l ,I i �I Y ' � f Pfd". gum u� Installation of 1 "water main in county road right-of-way. Project esc t : As part of amulti-phase parallel pipeline project, Wahlund Construction installed 5, 0 feet o 1 " ductile iron water main paralleling the existing pipeline supplying water to the City of Eureka° The pipeline followed Myrtle Avenue and Old Arcata Road in Indianola. Construction involved extensive traffic control, tie-ins tot e excising pipeline at three locations, replacement of multiple service lines and installation of fire hydrants. Construction started ay 2004 and was complete August 2004 witha final construction cost of$1.129 Million. ContractInitial e time of bid : 1 Million Total sr c (including change orders): $1.129 Million Originalc e e: August 2004 3 Page 463 of 479 Time Extensions Granted (number of days): 0 Actual Date of Completion: August 2004 Owner: City of Eureka Owner Contact: Kurt Gierlich, P.E., City Engineer Telephone: (707) 1® 1 Architect or Engineer e® Oscar Larson & Associates Architect or Engineer c ® John DeBoice (Oscar Larson& Associates) Telephone: (707) 445-2043 Construction Manager: John DeBoice Telephone: (707)445-2043 Wahlund Key Personnel: Curtis Seely, Ken Wahland e® There were no Stop Notices or Mechanic's Liens filed, no liquidated damages assessed against Contractor, and there were no claims, lawsuits, and/or arbitration between Contractor and the Owner. 35 Page 464 of 479 2002 Ptichardson Grove State Park Water System Wahfund Construction installed a new water system for Richardson Grove State Park. Project included new buried water distribution system and appurtenances. Project included working around ecologically sensitive habitats, old growth Redwood and included special constraints to protect Spotted Owls. Date Completed: 11/2002 Contract Amount: $33 1,000 2002 Standish Hickey to Park Water System Wahlund Construction installed a new water system for Standish Hickey State Park. Project included new buried water distribution system and appurtenances. Project included working around ecologically sensitive habitats, old growth Redwood and included special constraints to protect Spotted Owls. Date Completed: 08/2002 Contract Amount: $283,000 Numerous Other Private, Commercial,Industrial and Municipal Projects Wahlund Construction has worked on numerous other private, commercial, industrial and municipal projects including water, sewer, roads, earthwork, storm drainage,hazmat, asbestos removal, demolition and more. 36 Page 465 of 479 SIGNATURgj�J�BIQDER Accompanying this proposal is bi(A A er'-5 It.)uArA (insert the words"cash ($)", "cashier's check"or"bidder's bond", as the case may be) in an amount equal to at least 10 percent of the bid. 0 The names of all persons interested in the foregoing proposal as principals are as follows: IMPORTANT NOTICE: If bidder or other interested person is a corporation, provide the legal name of corporation and also the names of the president,secretary,treasurer and manager thereof. If a co-partnership,provide the true name of firm and also the names of all individual co-partners composing the firm. If bidder or other interested person is an individual, provide the first and last names in full. Licensed in accordance with an act providing for the registration of Contractors: e, License No. 6 >2 3 License Expiration Date L Signature(s)of Bidder: NOTE: If bidder is a corporation,the legal name of the corporation shall be set forth above together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation;if bidder is a co-partnership,the true name of the firm shall be set forth above together with the signature of the partner or partners authorized to sign contracts in behalf of the co-partnership;and if bidder is an individual, his or her signature shall be placed above. If a member of a partnership,a Power of Attorney must be on file with the Department prior to opening bids or submitted with the bid; otherwise, the bid will be disregarded as irregular and unauthorized. Business address: W(4L1A'V0V4 :1 i&f.­ F)3 C) ........... Place of residence: C A .. ......... ......... Dated: DOWNTOWN u'ni..rry UPGRADE&ELECTRIC UNDE.RGROUNUNG 111 Spec.No.2019 17-Reflecting Addendum I Page 466 of 479 UTY OF L)KAH Mendocino County, Caffornia BIDDEJTSNON I. =.......................................................... KNOW At L MEN BY THESE f�IRESENTS I hat Yve, W/V-111 U..JND CONSTRUCTOON'u4c. ....... ...............................•.................................................................................................................................. ..........................•.....•..........................................11................•.................................... .......•............................................................. as PRINUPAI and TRAVELERS CASUX.,"TY AND SURETY COMIPANY OF:AMIERV,A .•.............•.......•........................................................................•................................................................................................. .......•...........................................................1........ .................................................................................. ............... as SLJRl [.:..:.TY, are heid and furry y b(Xind unto the(',ut.y of(Riah in U ie penai surn cJ 10 F1ER(.",,ENT OF "T'Ffl'''TOTAL AMOLATOF 11-1E BiD of the PnnupM above nanied, subjrynjtted by said Flruncip°i➢to the 0ty of Ukiah,as the case may be,fcwthe work described Wow, for the payrneint of which SLU11 r1l iawU moriey of ttie k.Jnft(:'.1d States, YveH and fiftfly to be made,to the City Cierkto which smd bid Yvas subrnitted,we bind ourseives,OUr hevs,execaitors,adminBsh-ators and SUccessors joinUy and severaiiy, firmiy by these. Ipresents k) no case shaii ffie iiabiiity of flhe surety hereunder exceed the sum of$1011% - EN PERCENT OF-11-11E AMOUNT OF:'n iE Bp ......................(. .........................................1 - •..............................................I THE,CGND�l T➢ON Oi::: Tt HS OBLAGA'nION iS SUCH, That whereas the PrincipM has submitted the above rnenfioned bid to the,City of Ukiiatn,as aforesaid,f0i'r certain construchoin specrficaVy described as foliows,for which b ds are to be opened at the Office of&m City Cierk,L.Aiah Civic Center, L.Ykrah, Cahforniia, on January 22, 2020 for DOWNTOWN UIRSTY UPGRADE & El ECTR�C UNDERGROUNUNG NOW, 1"FIEFREFURE, if the aforesak] F.Irm6pa➢ is awarded the contract and,witWn the hme and manneir required uncier the specifications,after flie presuibed forims arf.-,,presented to hurn or her for sicp"natures,enters into a written confiract, in ffie prescribed form in accordance with the bid and Mies two bonds Wr;ffi tjlne City of Ukiah, one to gk.wrantee faahkA perfurrnanc.e and the other to gi.mrantee payment fo iat.ror and materrais,as N-N:fUffed by Ea ,then this obhgation shaH he Wi and void, otherwise, of shafl be arid remarn in RAI force and viri:Li(;n NN VVPNESS W IEREOF,we have her(....,unto set OUr hands and seals orl tnjS 211z3T clay of JAiAJARY AD. 20'0 (Seal) (Sea) K4A (Seal) ........ ...... ......... .........(Seal) L"I E L.A A NN WHEELER,ATTORNEY IN FACT (Seal) TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA I. (Seal) Swety Address ONE TOWER SQUARE HARTFORD,CT 06183 Page 467 of 479 CALIFORNIAACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. Stateliri County of n U� ZVZO.� before me, '5VIaAjj r, e Insertrn Title of the ...c �� Date r Name(s) of Signer(s) ...................I............................... ............ .................... who proved the basis of satisfactory evidencebe the personXhname(*,i / subscribed to the wii instrument acknowledged o me that s / i her/ r authorized capacity(iA,and that by N4/her/tftir i r instrument rs or the entity upon behalf of whichthe personoacted, c the instrument. I certify r PENALTY OF PERJURY under the laws of the State of California that the foregoing r r is true and correct. WITNESSofficial seal. SHAWN R.THRASH COMM.#2193578 to �I a NOTARY PUBLIC•CALIFORNIA .M Signature a HUMBOLDT COUNTY N Signature ofPublic My Comm.Expires Apri124,2021 Place Notary Seal Above Though this section is optional, completing is information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description Title or Type of Document: Document ate: Number of Pages: Signer (s) Other Than Named Above: i iClaimed i Signer's Name: Signer's Name: I::::::li Corporate Officer ® itle(s): LJ Corporate Officer m itle(s): I•::I. Partner — 0 LimitedGeneral D Partner m I"-] Limited D General I Individual q :I Attorney in Fact I Individual D Attorney in Fact I ::I`trustee IIIGuardian or Conservator 0 Trustee l Guardian or Conservator I::::::I ter: ❑ ter: Signer Is Representing: Signer Is Representing: @2014 National Notary Association ^www.NationaiNotary.org m 1-800-US NOTARY(1-800-876-6827) Item#5907 Page 468 of 479 Travelers Casualty and Surety Company of America AM, Travelers Casualty and Surety Company TRAVELERSJ St. Paul ire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"),and that the Companies do hereby make,constitute and appoint LELA ANN WHEELER of EUREKA I California , their true and lawful Attomey-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 17th day of January, 2019. COW State of Connecticut By: City of Hartford ss. Robert L.Raney,tenlor Vice President On this the 17th day of January, 2019, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company,and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing Instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF,I hereunto set my hand and official seal. My Commission expires the 30th day of June,2021 1*1 -00� 1*1 PuaUG Anna P.NoWk,Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company, and St.Paul Fire and Marine Insurance Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of Indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it Is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation Is In writing and a copy thereof is filed in the office of the Secretary;and It Is FURTHER RESOLVED,that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or(b) duly executed (under seal, if required)by one or more Adomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Aftomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 21ST day of JANUARY , 2020 Kevin E.Hughes,Assistant Secretary COW To vedfy the authenficity of fhIs Power ofAftomey,please call as at 1-800-421-3880. Please refer to Me above-na erin-Fact and the details of the bond to which this Power of At tomey Is attached. Page 469 of 479 NON-COLLUSIONI I Note: Bidder shall execute the affidavit on this page i�rior to submitting his or her bid° o City Council, City of Ukiah: The undersigned in submitting a bid for performing DOWNTOWN UTILITY UPGRADE & ELECTRIC UNDERGROUNDING by contract, being duly sworn, deposes and says: that he or she has not,either directly or indirectly,entered into any agreement,participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such contract. 1,4 rv. r s)of Bidder Business Address: „ Place of Residence: NOTARIZATION Subscribed and sworn to before rage this day of 20 ..................................................................... Notary Public in and for the Count M °" Mate of California. y Commission '' 20 DOWNTOWN UTR.TrK UPGRADE&.ELEGTMC UNDERGROUNCDING 113 Spec.No.2019.17.....Reflecting Addendum 1 Page 470 of 479 CALIFORNIA " STATEMENT GOVERNMENT CODE§8202 e Attached ocument (Notary to cross out lines 1 below) See Statement Below (Lines 1 to be completed only by document si ner[s], not Notary) W ...................... M .........._. Signature of Document Signer No. 7 Signature of Document Signer No. 2 (if any) notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California Subscribed and sworn to (or affirmed) before me County of ........"�:"�......... on this -1 day of by Date e.onth ...,.�„�. Year (1) (and (2). ... .W � .. ., . .,, . ... �..w, Name(s) of Signer(s) SHAwN F?. H SH y.. COMM.#2193578 rq NOTARY PUBLIC^CALIFORNIAproved to me on the basis of satisfactory evidence ,. HUMBOLDT COUNTY y Comm.Expires April 24,2021 to be the person(s) who appeared before me. Signature R Signature of Notary Public Seal Place Notary Seal Above _OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended docu ent. Description f Attached Document Title or Type of Document: Document Date:.... ..,..... Number s® Signer(s)Other Than NamedAbove: 02014 National Notary Association ,www.NationaiNotary.org , 1-800-US NOTARY(1-800-876-6827) Item#5910 Page 471 of 479 PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In accordance with Public Contract Code Section 10285.1 (Chapter 376, Stats, 1986), The bidder hereby declares under penalty o�perjury under the laws oft State of California that the bidder has , has not V been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The bidder must place a check mark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Proposal. Signing the Contractor's Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making false certification may subject the certifier to criminal prosecution. DOWNTOWN unl-rry UPGRADE&ELEc"uzic UNDERGROUN DING 114 Spec.No.2019-17—Reflecting Addendum I Page 472 of 479 PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In accordance with Public Contract Code Section 10162, The Bidder shall complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes No If the answer is "Yes," explain the circumstances in the following space. DOWNTOWN urLFY UPGRADE&ELECTMC UNDERGROUNMNG 115 Spec.No.2019-17—Reflecting Addendum 1 Page 473 of 479 PUBLIC CONTRACT SECTION 10232 STATEMENT In accordance with Public Contract Code Section 10232, the Contractor hereby states under penalty of perjury that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because oft Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order oft National Labor Relations Board. Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. DOWNTOWN UTILITY UPGRADE&ELECTRIC UNDF.H.RGROUNDING 116 Spec.No.2019-17-Reflecting Addendum 1 Page 474 of 479 Agenda Item No: 13.a. MEETING DATE/TIME: 2/19/2020 ITEM NO: 2019-62 dl� tiuU h 0 ] - Uki AGENDA SUMMARY REPORT SUBJECT: Receive Updates on City Council Committee and Ad Hoc Assignments, and, if Necessary, Consider Modifications to Assignments and/or the Creation/Elimination of Ad Hoc(s). DEPARTMENT: City Clerk PREPARED BY: Kristine Lawler, City Clerk PRESENTER: ATTACHMENTS: 1. 2020 City Council Special Assignments Summary: City Council members will provide reports and updates on their committee and ad hoc assignments. If necessary, the Council may consider modifications. Background: City Council members are assigned to a number of committees and ad hoc activities. These assignments are included as Attachment#1. Discussion: Previously, the City Council discussed having more time allocated to reporting on committee and ad hoc activities. Often, the Council Reports section of the regular agenda is rushed due to impending business (i.e., public hearings), and not enough time is afforded for reports beyond community activities. In an effort to foster regular updates on committee and ad hoc assignments, this item is being placed on the agenda to provide the City Council members an expanded opportunity to report on assignments and modify assignments as necessary. Recommended Action: Receive report(s). The Council will consider modifications to committee and ad hoc assignments along with the creation/elimination ad hoc(s). BUDGET AMENDMENT REQUIRED: No CURRENT BUDGET AMOUNT: N/A PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: Mayor Crane at . . Page 1 of 1 Page 475 of 479 2020 CITY COUNCIL SPECIAL ASSIGNMENTS ATTACHMENT 1 COUNTYIREGIONAL MTG DATEITIME MEETING LOCATION MAILING ADDRESS/CONTACT COMMITTEE FUNCTION ASSIGNED TO PRINCIPAL STAFF SUPPORT OnGoing Shall meet a minimum Place designated upon call of the Emergency Management Coordinator of twice a year at a chair or,if she/he is unavailable Develop any necessary emergency and Tami Bartolomei,Community Services 300 Seminary Ave. Mulheren Disaster Council time and place or unable to call such meeting, 95482 Ukiah, mutual aid plans,agreements,ordinances, Orozco-Alternate Administrator,467-5765 designated upon call o 467-5765-Tami Bartolomei the first vice chair and then the resolutions,rules,and regulations. tbartolomei@cityofukiah.com the chair City Manager or her/his designee. 65 Greater Ukiah Business&Tourism 3rd Tuesday of month, 200 S School St. 200 S School St. Promotes tourism and works to strengthen Shannon Riley,Deputy City Manager; Alliance 11:30 a.m. Ukiah,CA 95482 Ukiah,CA 95482 and promote the historic downtown and Mulheren 467-5793 sriley@cityofukiah.com businesses within the greater Ukiah area Board of Supervisors Chambers Executive Director Plan and allocate State funding, Tim Eriksen,Public Works Director/City Mendocino Council of Governments 1 st Monday of month, 367 N.State Street,Ste.206 Brown (MCOG) 1:30 p.m. Ukiah, Low Gap Road Ukiah,CA 95482 transportation,infrastructure and project Mulheren-Alternate Engineer;463-6280 teriksen@cityofukiah.com Ukiah,CA 463-1859 Countywide Civic Center WPC Staff Develops coordination for water resources Mendocino County Inland Water and 2nd Thursday of P.O. x 1247 300 Seminary Avenue and current water rights:Potter Valley Orozco Sean White,Director of Water Resources, Power Commission(IWPC) month,6:00 p.m. conference room 5 Ukiah,CA 95482 project-Eel River Diversion Brown-Alternate 463-5712 swhite@cityofukiah.com 391-7574-Candace Horsley 3rd Thursday of every Solid Waste Director Mendocino Solid Waste Management other month(varies), Willits Council Chambers 3200 Taylor Drive County-wide Solid Waste JPA Brown Tim Eriksen,Public Works Director/City Authority(MSWMA) 10:00 a.m. Ukiah,CA 95482 Scalmanini-Alternate Engineer,463-6280 teriksen@cityofukiah.com 468-9710 Alternating locations-Ukiah Executive Director Tim Eriksen,Public Works Director/City Mendocino Transit Authority(MTA) Last Wednesday of 241 Plant Road County-wide bus transportation issues and Mulheren Board of Directors month,1:30 p.m. Conference Center or Fort Bragg, Ukiah,CA 95482 funding Brown-Alternate Engineer;463-6280 teriksen@cityofukiah.com or Point Arena 462-1422 Ross Walker,Governing Board Chair Tami Bartolomei,Community Services 4th Wednesday of Alternating locations-Ukiah and North Coast Opportunities Assist low income and disadvantaged Bartolomei North Coast Opportunities(NCO) month,2 p.m. Lakeport 413 North State Street people to become self reliant (appointed 12/19/18) Administrator;467 Ukiah,CA 95482 tbartolomei@cityofukiahkiah.com 419 Talmage Road,Suite M Provides a unified and revitalized rail Shannon Riley,Deputy North Coast Rail Authority(NCRA) 2nd Wednesday of Various Locations-announced Ukiah,CA 95482 infrastructure meeting the freight and City Manager Shannon Riley,Deputy City Manager; month,10:30 a.m. 463-3280 passenger needs of the region 467-5793 sriley@cityofukiah.com Russian River Watershed Association 4th Thursday of month, Attn Daria Isupov: Russian River Watershed Association Consider issues related to Russian river- Mulheren Tim Eriksen,Public Works Director/City (RRWA) 9:00 a.m.(only 5 times Windsor Town Hall 425 South Main St.,Sebastopol,CA plans projects and funding requests Brown-Alternate Engineer;463-6280 teriksen@cityofukiah.com a year) 95472 666-4857 County Executive Office Board of Supervisors Chambers, Nicole French GSA serves as the Groundwater Ukiah Valley Basin Groundwater 2nd Thursday of Crane Sean White,Director of Water Resources; Sustainability Agency(GSA) month,1:30 p.m. 501 Low Gap Road 501 Low Gap Rd.,Rm.1010 Sustainability Agency in the Ukiah Valley Mulheren-Alternate 463-5712 swhite@cityofukiah.com Ukiah,CA Ukiah,CA 95482 basin 463-4441 COUNTY1REGIONAL • -+Staff Alternate Executive Director Economic Development&Financing 2nd Thursday of Primarily 631 S.Orchard Street 631 South Orchard Avenue Multi-agency co-op for economic Riley Shannon Riley,Deputy City Manager, Corporation(EDFC) month,2:00 p.m. (location varies) Ukiah,CA 95482 development and business loan program (appointed 12/19/18) 467-5793 sriley@cityofukiah.com 467-5953 Sun House 431 S.Main Street 2nd Tuesday of month, Support and expand Grace Hudson Bartolomei David Burton,Museum Director;467-2836 Sun House Guild ex officio 4:30 m 431 S.Main St. Ukiah,CA 95482 Museum p . Ukiah,CA 467-2836 (appointed 12/19/18) dburton@cityofukiah.com 1 1/17/2020 Page 476 of 479 2020 CITY COUNCIL SPECIAL ASSIGNMENTS Continued- COUNTY/REGIONAL MTG DATEITIME MEETING LOCATION MAILING ADDRESS/CONTACT O +Staff Alternate ne Co.Youth Project Targets all youth with a focus on drug and Mendocino Youth Project JPA Board of 3rd Wednesday of 776 S.State Street Conference 776 S.State Street,Ste.107 alcohol prevention,healthy alternatives and Noble Waidelich,Police Noble Waidelich,Police Lieutenant;463-6249; Directors month,7:45 a.m. Room Ukiah,CA 95482 empowering youth to make healthy choices Lieutenant nwaidelich@cityofukiah.com 707-463-4915 Northern California Power Agency 4th Thursday of month,Roseville,CA 651 Commerce Drive Pool of public utilities for electric generation Crane Mel Grandi,Electric Utility Director; 463 9:00 a.m.(see Roseville,CA 95678 (NCPA) calendar from NCPA) and other locations 916-781-4202 and dispatch Grandi-Alternate 6295 mgrandi@cityofukiah.com LOCAUCOUNTY/REGIONAULIASONS OnGoing One or Two Council and/or MTG DATEITIME LOCATION MAILING ADDRESSICONTACT COMMITTEE FUNCTION ASSIGNED TO PRINCIPAL STAFF SUPPORT Staff 275 Hospital Drive Provides the Adventist Health Ukiah Valley Quarterly: (AHUV)Governing Board and Adventist Health Community Advisory 275 Hospital Drive Ukiah,CA 95482 Kristine Lawler,City Clerk,463-6217 Council Aug.27,6:45 a.m. Ukiah,CA 95482 707-463-7623 Administration with advice,support,and Brown klawler@cityofukiah.com Nov 5,6:45 a.m. Allyne Brown-Allyne.Brown@ah.org suggestions on matter of importance to Mendocino,Lake and Sonoma Counties. Prior to Division Redwood Empire League President; Elected city officials and professional city League of California Cities Redwood Meetings,meets 3x in Various locations that are Public Affairs Program Manager staff attend division meetings throughout thE Mulheren Sage Sangiacomo,City Manager,463-6221 Empire Legislative Committee person and then via announced (916)658-8243 year to share what they are doing and Brown-Alternate ssangiacomo@cityofUkiah.com conference call advocate for their interests in Sacramento BOS Conference Room C/O:BOS City Selection Committee Called as required by 501 Low Gap Rd.Rm.1090 501 Low Gap Rd.,Rm 1090 Makes appointments to LAFCO and Airport Mayor Kristine Lawler,City Clerk;463-6217 the Clerk of the Board Ukiah,CA Ukiah,CA 95482 Land Use Commission klawler@cityofukiah.com 463-4441 Civic Center Civic Center Reviews City investments,policies,and Crane Dan Buffalo,Director of Finance,463-6220 Investment Oversight Committee Varies 300 Seminary Ave. 300 Seminary Ave. strategies Alan Carter,Treasurer dbuffalo@cityofukiah.com Ukiah,CA 95482 Ukiah,CA 95482 3rd Wednesdays of Library Advisory Board alternate months Various Mendocino County Ukiah County Library Review library policy and activities Kristine Lawler,City Clerk,463-6217, (beginning January), Libraries 463-4491 Mulheren klawler@cityofukiah.com 1:00 P.M. Airport Ukiah Players Theater Board of 3rd Tuesday of month, 1041 Low Gap Rd 1041 Low Gap Rd To oversee the activities,organization and Greg Owen, Kristine Lawler,City Clerk;463-6217 Directors 6:00 p.m Ukiah,CA 95482 Ukiah,CA 95482 purpose of the Ukiah Players Theater Manager klawler@cityofukiah.com 462-1210 462-1210 (appointed 12/19/18) Ukiah Unified School District(UUSD) 511 S.Orchard,Ste.D 511 S.Orchard Information exchange with UUSD BoardMayor,City Manager and Sage Sangiacomo,City Manager;463-6221 Committee Quarterly Ukiah,CA 95482 Ukiah,CA 95482 Chair,Mayor,Superintendent,and City Police Chief ssangiacomo@cityofukiah.com Manager Proactively manage the water resources of Mulheren/Orozco Russian River Flood Control District 1 st Monday of month, 151 Laws Ave.,Suite D 151 Laws Ave.,Ukiah,CA 95482, the upper Russian River for the benefit of Sean White,Director of Water Resources, (RRFCD)Liaison 5:30 p.m. Ukiah,CA rrfc@pacific.net,462-5278 the people and environment of Mendocino White 463-5712 swhite@cityofukiah.com County (appointed 12/19/18) Executive Director HHSA Advisory Board 2nd Wednesday of County Department of Social c/o Ford St.Project Big Sur Room Jackie Williams-462-1934 Discussions and possible work on health Brown-Liaison Shannon Riley,Deputy City Manager;467-579 month;9:00 a.m. Services 139 Ford St. and human service issues sriley@cityofukiah.com Ukiah CA 95482 Executive Director Required by legislation-planning spheres o(positions not active) Craig Schlatter,Director of Community Mendocino County Local Area 1 st Monday of month, S.200 S School Street,Ste.2 Board of Supervisors Chambers influence,annexation,service areas,and Crane Development;463-6219; Formation Commission(LAFCO) 9:00 a.m. Ukiah,CA 95482 special districts Mulheren-Alternate cschlatter@cityofukiah.com 463-4470 To formulate a land use compatibility plan, Greg Owen,Airport Manager,467-2855, Mendocino County Airport Land Use BOS Conference Room Mendocino County Executive Office provide for the orderly growth of the airport gowen@cityofUkiah.com Commission As needed 501 Low Gap Rd.,Rm.1090, 501 Low Gap Rd.Rm.1010 and the surrounding area,and safeguard Owen/Schlatter Craig Schlatter,Director of Community Ukiah,CA Ukiah,CA 95482 the general welfare of the inhabitants within Development,463-6219, the vicinity cschlatter@cityofukiah.com Civic Center Annex Civic Center To coordinate activities and policy 1 st Wednesdays of conference room#5 Brown Sage Sangiacomo,City Manager; Mendocino County 2nd District Liaison month,8:00 a.m. 411 West Clay St. Seminary Ave. development with the City's 2nd District Ukiah, Crane-Alternate 463-6221,ssangiacomo@cityofukiah.com Ukiah,CA 95482 Ukiah,CA 95482 Supervisor 2 1/17/2020 Page 477 of 479 2020 CITY COUNCIL SPECIAL ASSIGNMENTS OnGoing DATEITIME LOCATION MAILING ADDRESS/CONTACT Staff Stephanie Abba 2nd Wednesdays of Ukiah Valley Conference Center, Civic Center Per the recently adopted agreement Doug Hutchison,Fire Chief;463-6263, Fire Executive Committee 200 S.School Street 300 Seminary Ave. between the City of Ukiah and the Ukiah Orozco/Brown dhutchison@cityofukiah.com month,3:45 p.m. Ukiah,CA Ukiah,CA 95482 Valley Fire Protection District sabba@cityofukiah.com Civic Center Annex Civic Center To coordinate activities and policy Mendocino County Sth District Liaison Monthly;TBD Ukiah, Sage Sangiacomo,City Manager; 411 West Clay St.conference room#5 Seminary Ave. development with the County's 5th District Brown 463-6221,ssangiacomo@cityofukiah.com Ukiah,CA 95482 Ukiah,CA 95482 Supervisor 3 1/17/2020 Page 478 of 479 COMMITTEE • PRINCIPAL STAFF SUPPORT Electric Grid Operational Crane/Scalmanini Mel Grandi, Electric Utility Director; Improvements 463-6295 mgrandi@cityofukiah.com Downtown Parking Management Mulheren/Brown Shannon Riley, Deputy City Manager; 467-5793 sriley@cityofukiah.com Public Works Project Tim Eriksen, Public Works Director/City Specification Development Crane/Mulheren Engineer; 463-6280 teriksen@cityofukiah.com Uniform Cost Accounting Tim Eriksen, Public Works Director/City Crane/Mulheren Engineer; 463-6280 teriksen@cityofukiah.com Marbut Study Ad Hoc Justin Wyatt, Police Operations Captain, Brown/Scalmanini 463-6760 jwyatt@cityofukiah.com Tami Bartolomei, Community Services Cannabis Events Administrator; 467-5765 Mulheren/Brown tbartolomei@cityofukiah.com Public Right of Way Related ADA Tim Eriksen, Public Works Director/City Com liance Scalmanini/Orozco Engineer; 463-6280 teriksen@cityofukiah.com Kristine Lawler, City Clerk; Mayor Rotation Guidelines Brown/Crane 463-6217 klawler@cityofukiah.com Sean White, Director of Water Resources; 463-5712 swhite@cityofukiah.com 2020 Rate Study for Sewer Brown/Orozco Tim Eriksen, Public Works Director/City Engineer; 463-6280 teriksen@cityofukiah.com Dan Buffalo, Director of Finance; 463-6220 dbuffalo@cityofukiah.com Budget Development Best Dan Buffalo, Director of Finance; Practices and Financial Policy For Crane/Brown 463-6220 dbuffalo@cityofukiah.com Sheri Mannion, Human Resource Director/Risk FY 20/21 Budget Manager; 463-6272, smannion@cityofukiah.com Sage Sangiacomo, City Manager 463-6221 ssangiacomo@cityofukiah.com Shannon Riley, Deputy City Manager 467-5793 sriley@cityofukiah.com Advance Planning & Policy for Craig Schlatter, Community Development Sphere of Influence (SOI), Director Municipal Service Review (MSR), 463-6219 cschlatter@cityofukiah.com Annexation, Tax Sharing, Crane/Scalmanini Sean White, Director of Water Resources; 463-5712 swhite@cityofukiah.com Detachment, and Out of Area Tim Eriksen, Public Works Director/City Service Agreements Engineer; 463-6280 teriksen@cityofukiah.com Mel Grandi, Electric Utility Director; 463-6295 mgrandi@cityofukiah.com Dan Buffalo, Director of Finance; 463-6220 dbuffalo@cityofukiah.com 2020 Electric Rate Study Crane/Scalmanini Mel Grandi, Electric Utility Director; 463-6295 lmgrandi@cityofukiah.com 3 12/19/2019 Page 479 of 479