Loading...
HomeMy WebLinkAbout2020-04-01 Packet �ii aaidarramri °0 �/�P111 V %`rail U,ll NCity q, Ukiah JrJGP G ------------------------------------------------ City Council Regular Meeting AGENDA Civic Center Council Chamber♦ 300 Seminary Avenue ♦ Ukiah, CA 95482 Please join my meeting from your computer, tablet or smartphone. s:// I l._ ee in_ .c /i in You can also dial in using your phone. United States: +1 (�69 2�24-3412 Access Code: 779-694-653 April 1, 2020 - 6:00 PM 1. ROLL CALL 2. PLEDGE OF ALLEGIANCE URGENCY ITEM a. Introduction and Adoption of Urgency Ordinance Establishing Administrative Penalties For Violations of the County Health Officer's Orders Pertaining to the COVID-19 Pandemic. Recommended Action: 1) Discuss and introduce, waive reading of, and adopt Urgency Ordinance establishing administrative penalties for violations of the County Health Officer's orders pertaining to the COVID-19 pandemic;and 2) authorize Mayor to sign same. Attachments: 1. COVID-19 Order Admin Enforcement Urgency Ordinance 3. PROCLAMATIONS/INTRODUCTIONS/PRESENTATIONS 4. PETITIONS AND COMMUNICATIONS 5. APPROVAL OF MINUTES 5.a. Approval of the Minutes for the March 18, 2020, Special and Regular Meetings. Recommended Action:Approve the Minutes of March 18, 2020, Special and Regular Meetings, as submitted. Page 1 of 5 Attachments: 1. 2020-03-18 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. Request Approval of Revision to the Insurance Requirements for the Tayman Park Golf Group Lease Agreement, and Request Authorization for the City Manager to Negotiate and Execute an Amendment with the Contractor. Recommended Action:Approve the revision to the insurance requirements for the Tayman Park Golf Group Lease Agreement, and request authorization for the City Manager to negotiate and execute an amendment with the contractor. Attachments: 1. Exhibit I Insurance Revised 2. Addendum No 6 draft 7.b. Adoption of a Resolution Terminating the Proclamation of a Local Emergency from the February 2019 Winter Storms. Recommended Action:Adopt Resolution terminating the proclamation of a local emergency related to the 2019 winter storm events. Attachments: 1. Resolution Terminating Local Emergency Proclamation 7.c. Approval of Notice of Completion for the Ukiah Landfill Storm Damage Repairs, Specification No. 19-14. Recommended Action:Approve the Notice of Completion for the Ukiah Landfill Storm Damage Repairs, Specification No. 19-14. Attachments: 1. Notice of Completion - Spec 19-14 7.d. Approve Budget Amendments for Expenditures Related to the State of California Department of Housing and Community Development Home Investment Partnerships Program (HOME) Award, Standard Agreement#18-HOME-12560, for the Ukiah Senior Apartments Project. Recommended Action:Approve budget amendments for expenditures related to the State of California Department of Housing and Community Development HOME Award, Standard Page 2 of 5 Agreement#18-HOME-12560, for the Ukiah Senior Apartments project. Attachments: 1. CC Reso 2018-20 - Authorizing Application for Home Investment Program 2. City of Ukiah 18-HOME-12560 AUGF 7.e. Approval of Contract with W-Trans for the Design of a Traffic Signal at the Intersection of East Gobbi Street and Waugh Lane in the Amount of$64,650. Recommended Action:Approve a contract with W-Trans for the Design of a Traffic Signal at the Intersection of East Gobbi Street and Waugh in the Amount of$64,650. Attachments: 1. RFP- Gobbi Street-Waugh Lane Traffic Signal DesignFINAL 2. W-Trans Proposal for Gobbi-Waugh Traffic Signal Design 7.f. Police Department Annual Report Review. Recommended Action: Council will receive the Ukiah Police Department's Annual Report for 2019, and review the Department's performance and objectives. Attachments: 1. Police Department Crime Overview Charts 2. Police Department 2019 Annual Report 7.g. Approval of Notice of Completion for El Dorado Lift Station Replacement, Specification 19-13. Recommended Action: 1.Accept the work as complete. 2. Direct the City Clerk to file the Notice of Completion with the County Recorder for El Dorado Lift Station Replacement, Specification No.19-13. Attachments: 1. Notice of Completion_Specl9-13 2. Contract No. 1920-108 3. CC01_Executed_24JAN2020 4. Subcontractor Addition—1 OJAN2020 7.h. Notification of Contract with Bridges Restoration LLC, dba West Coast Fire &Water for On-Call Emergency Clean-up Services in the Amount of$20,000. Recommended Action:Receive report regarding a contract with Bridges Restoration LLC, dba West Coast Fire & Water for on-call emergency clean-up services in the amount of$20,000, and authorize further amending the agreement to allow for use as needed, without a not-to-exceed amount. Attachments: 1. Contract 1920-237 West Coast Fire &Water- Cleaning Services - Copy 2. Draft Amendment 1 - C #1920237 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, Page 3 of 5 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 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. Receive Status Report and Consider Any Action or Direction Related to the Novel Coronavirus (COVID-19) Emergency Including Operational Preparedness and Response; Continuity of City Operations and Services; Community Impacts; and Any Other Related Matters. Recommended Action: The City Council will receive a status report and consider any action or direction related to the Novel Coronavirus (COVID-19) Emergency including operational preparedness and response; continuity of City operations and services; community impacts;and any other related matters. Attachments: None 13. NEW BUSINESS 13.a. Receive Updates on City Council Committee and Ad Hoc Assignments, and, if Necessary, Consider Modifications to Assignments and/or the Creation/Elimination of Ad Hoc(s). Recommended Action:Receive report(s). The Council 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 Page 4 of 5 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 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. Kristine Lawler City Clerk Dated: March 27, 2020 Page 5 of 5 AGENDA ITEM 5a CITY OF UKIAH CITY COUNCIL MINUTES Special and Regular Meeting CIVIC CENTER COUNCIL CHAMBERS 300 Seminary Avenue Ukiah, CA 95482 March 18, 2020 4:30 p.m. Meeting also held by teleconference per Governor Executive Order N-25-20 REGULAR AND SPECIAL MEETINGS: 1. ROLL CALL The Special Meeting noticed on March 13, 2020, was cancelled due to COVID-19 meeting complications. The Ukiah City Council met at the Regular Meeting, by both the physical location and through a teleconference system per the Governor's Executive Order N-25-20, on March 18, 2020, having been legally noticed on March 13, 2020. Mayor Crane called the meeting to order at 6:09 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: Sage Sangiacomo, 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 Councilmember Brown. 4:30 - BUDGET WORKSHOP (Cancelled due to COVID-19 meeting complications) a. Fmvp-)(Par Capital Improvernent Program (GIP) QveNiew and- -Draft- Update for Fisa--al Ye-ar This item was cancelled. b. ANd Ypar DepaFtmental Budget and OWeGtiyes Progress Rpympw far Fiscal Year 20191 20 -and- of Draft Objectives for Cicn-al Vn-ar 7070_71 This item was cancelled. URGENCY ITEM URGENCY ITEM - Ratification of a Resolution Declaring a Local Emergency Related to Novel Coronavirus, COVID-19, and Receive a Status Report. Presenter: Sage Sangiacomo, City Manager. Motion/Second: Scalmanini/Brown to accept the urgency item due to timelines and place as agenda item 13c. Motion carried by the following roll call votes: AYES: Orozco, Brown, Scalmanini, Crane, and Mulheren. NOES: None. ABSENT: None. ABSTAIN: None. 3. PROCLAMATIONS/INTRODUCTIONS/PRESENTATIONS 4. PETITIONS AND COMMUNICATIONS The Clerk stated that all communications were distributed. Page 1 of 4 Page 6 of 157 City. :"ouir.n li 1 1 iru uies for 11 1ain lh 18, 2020, Coiru tirnu.&J�� 5. APPROVAL OF MINUTES a. Approval of the Minutes for the March 4, 2020, Special and Regular Meetings. b. Approval of the Minutes for the March 11, 2020, Special Meeting. Motion/Second: Brown/Mulheren to approve Minutes of March 4, 2020, a special and regular meeting; and the Minutes of March 11, 2020, an adjourned regular meeting, 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 February, 2020 —Finance. b. Consideration of Adoption of Resolution (2020-12)Appointing Roger Harvey Vincent to the Parks, Recreation, and Golf Commission — City Clerk. c. Report of the Acquisition of an Emergency Traffic Signal Cabinet Replacement from DC Electric Group in the Amount of$14,000, and Approval of Corresponding Budget Amendment— Public Works. d. Approval of Financial Contribution in the Amount of$25,000 to the Inland Water and Power Commission for Legal Services related to the Potter Valley Project—Public Works. e. Approval of Plans and Specifications for the Replacement of Pressure Zone 2 South Reservoir, and Authorize Staff to issue Bids for Specification No 20-02 — Water Resources. f. Approve the Purchase of a New 2020 Ford Fusion SE Hybrid from Redwood Ford in the Amount of$26,243.87, and Corresponding Budget Amendment—Finance. Motion/Second: Brown/Scalmanini to approve Consent Calendar Items 7a-7f, 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 No public comment was received. 9. COUNCIL REPORTS Presenters: Councilmembers Mulheren and Scalmanini, and Vice Mayor Orozco. 10. CITY MANAGER/CITY CLERK REPORTS Presenters: Sage Sangiacomo, City Manager. 11. PUBLIC HEARINGS (6:15 PM) 12. UNFINISHED BUSINESS a Water Supply Workshop Update and! States of Pending Ghange Petit Postponed by Department until an in-person presentation can be given. Page 2 of 4 Page 7 of 157 City. :"ouir.n li 1 1 iru uies for 11 1ain lh 18, 2020, Coiru tirnu.&J�� b. Award of Bid to Gregg Simpson Trucking in the Amount of$70,020 for the Dora Street ADA Improvement Project, Specification No. 19-19. Presenter: Tim Eriksen, Public Works Director/City Engineer. Motion/Second: Brown/Scalmanini to award (COU No. 1920-235) of Bid to Gregg Simpson Trucking in the Amount of$70,020.00 for the Dora Street ADA Improvement Project, Specification No. 19-19, and approve corresponding budget amendment. Motion carried by the following roll call votes: AYES: Mulheren, Brown, Scalmanini, Orozco, and Crane. NOES: None. ABSENT: None. ABSTAIN: None. c. Receive Report on the Annual Progress of Implementation of the 2014-2019 Housing Element and 1995 (Current) Ukiah Valley General Plan; and Provide Additional Direction as Necessary. Presenter: Craig Schlatter, Community Development Director. Motion/Second: Brown/Scalmanini to accept and approve the report. Motion carried by the following roll call votes: AYES: Mulheren, Brown, Scalmanini, Orozco, and Crane. NOES: None. ABSENT: None. ABSTAIN: None. d. Award a Contract to GHD for Technical Support for the Downtown Utility Upgrade and Electrical Underground Project in the Amount of $182,505.00, and for the Downtown Streetscape and Road Diet Project in the Amount of $280,805.50, for a Total Contract Amount of$463,310.50, and Approve Corresponding Budget Amendments. Presenter: Tim Eriksen, Public Works Director/City Engineer. Public Comment: Richard Shoemaker. Motion/Second: Scalmanini/Brown to award a contract (COU No. 1920-236) to GHD Engineering for technical support as a part of the overall Downtown Streetscape Project in the amount of $463,310.50 and approve corresponding budget amendments. Motion carried by the following roll call votes: AYES: Mulheren, Brown, Scalmanini, Orozco, and Crane. NOES: None. ABSENT: None. ABSTAIN: None. 13. NEW BUSINESS a. Adoption of Resolution of the City Council Authorizing Use of Digital and Electronic Signatures for Internal and External Activities, Documents, and Transactions. Presenter: Darcy Vaughn, Assistant City Attorney. Motion/Second: Mulheren/Scalmanini to adopt a Resolution (2020-13) of the City Council Authorizing Use of Digital and Electronic Signatures for Internal and External Activities, Documents, and Transactions. 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). Presenter: Councilmember Scalmanini. Council Consensus to request staff to meet with the Marbut Study Ad Hoc to discuss other issues concerning homelessness and report back to Council with either a recommendation or an outcome from that discussion. Page 3 of 4 Page 8 of 157 City. :"ouir.n li 1 1 iru uies for 11 1ain lh 18, 2020, Coiru tirnu.&J�� c. URGENCY ITEM - Ratification of a Resolution Declaring a Local Emergency Related to Novel Coronavirus, COVID-19, and Receive a Status Report. Presenter: Sage Sangiacomo, City Manager. Motion/Second: Brown/Mulheren to ratify a resolution (2020-14) declaring a local emergency related to the Novel Coronavirus, COVID-19, and receive a status report. Motion carried by the following roll call votes: AYES: Mulheren, Brown, Scalmanini, Orozco, and Crane. NOES: None. ABSENT: None. ABSTAIN: None. 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.) 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: 002-192-14-00 (280 E. Standley) Negotiator: Sage Sangiacomo, City Manager; Negotiating Parties: Onetogether Solutions Under Negotiation: Price &Terms of Payment f. Conference with Labor Negotiator(54957.6) Agency Representative: Sage Sangiacomo, City Manager Employee Organizations: All Bargaining Units No Closed Session was held. 15. ADJOURNMENT There being no further business, the meeting adjourned at 7:21 p.m. Kristine Lawler, City Clerk Page 4 of 4 Page 9 of 157 Agenda Item No: 7.a. MEETING DATE/TIME: 4/1/2020 ITEM NO: 2020-339 dl� tiuU h 0 � - Uki AGENDA SUMMARY REPORT SUBJECT: Request Approval of Revision to the Insurance Requirements for the Tayman Park Golf Group Lease Agreement, and Request Authorization for the City Manager to Negotiate and Execute an Amendment with the Contractor. DEPARTMENT: City Manager/Admin PREPARED BY: Maya Simerson, Project & Grant Administrator PRESENTER: Consent Calendar ATTACHMENTS: 1. Exhibit I Insurance Revised 2. Addendum No 6 draft Summary: Tayman Park Golf Group is under contract with the City of Ukiah to manage and operate the Ukiah Valley Golf Course and has requested a modification to the insurance requirement for their lease in an effort to retain insurance coverage on the property. Background: The Ukiah Valley Golf Course has been operated by Tayman Park Golf Group (TPGG) since 2005. Negotiations over the past few years have resulted in major improvements to the golf course facilities. The City of Ukiah and TPGG have demonstrated that the agreement is successful and beneficial for both parties and the community. Unfortunately, recent wildfires near our community have pushed the property leased by TPGG into a very high fire rated zone. This high fire rating made obtaining property insurance last year very difficult. With the additional fires last year adding to the pressure being felt by the insurance companies, the possibility of securing property insurance this year is in jeopardy. Discussion: Staff has worked with the City's insurance provider, the Redwood Empire Municipal Insurance Fund (REMIF), and the provider for TPGG to explore what options would be available to keep the property protected. The proposed revision to the insurance requirements for TPGG (Attachment#1) keeps the minimum scope of insurance and the minimum limits of insurance the same on the entire policy with the exception of a change to the Property Insurance item I.0 and II.C. In an effort to make the property more likely to be eligible for coverage, Staff proposes reducing the required limit for Wildfire Peril Liability to $500,000. This amount would cover the cost of the deductible the City would be required to provide to REMIF should a wildfire damage the property. Any damages above and beyond $500,000 would then be covered by REMIF and/or be eligible for reimbursement from FEMA should the incident trigger an `emergency' status. This modification has no annual fiscal impact to the City of Ukiah and, should a wildfire damage the golf course, the property will be fully covered by both the coverage provided by TPGG and REMIF. Staff supports the recommendation to modify the insurance requirements and authorize the City Manager to negotiate and execute a sixth amendment to the lease agreement with Tayman Park Golf Group. The draft amendment is attached as Attachment#2. Page 1 of 2 Page 10 of 157 Recommended Action: Approve the revision to the insurance requirements for the Tayman Park Golf Group Lease Agreement, and request authorization for the City Manager to negotiate and execute an amendment with the contractor. BUDGET AMENDMENT REQUIRED: N/A CURRENT BUDGET AMOUNT: N/A PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: COORDINATED WITH: Sage Sangiacomo, City Manager, Tami Bartolomei, Community Services Administrator, and David Rapport, City Attorney prbA . . s O s1��nagr Page 2 of 2 Page 11 of 157 Attachment#1 INSURANCE REQUIREMENTS FOR LESSEE Exhibit I Lessee 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 Lessee's operation and use of the leased premises. The cost of such insurance shall be borne by the lessee. I. Minimum Scope of Insurance Coverage shall be at least as broad as: A. Insurance Services Office Commercial General Liability coverage(Form No.CG 2010 10 01). B. Workers' Compensation insurance as required by the State of California and Employer's Liability insurance (for lessees with employees). C. Property insurance: One policy with separate policy limits for (i) all risks of loss, except wildfires and (ii) for risk of loss from wildfire.Coverage limited to City owned structures and personal property.All proceeds of insurance must be payable to City. D. Insurance Services Office Automobile Coverage(Form No. CA 0001 (Ed. 1/87), Code 1;"any auto". II. Minimum Limits of Insurance Lessee shall maintain limits no less than: A. General Liability: $2,000,000 per occurrence for bodily injury, personal injury and property damage. Insurance must be written on an occurrence basis. B. Employer's Liability: $2,000,000 per accident for bodily injury or disease. C. Property Insurance: For the portion of the property insurance under Section I.C(i), full replacement cost with no coinsurance penalty provision and under I.C(ii),full replacement cost with no coinsurance penalty up to a policy limit of$500,000. D. Automobile Liability:$2,000,000 per accident for bodily injury and property damage. III. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declared to and approved by the City. The City may require the insurer to reduce or eliminate such deductibles or self-insured retentions with respect to the City, its officers, officials, employees and volunteers; or the Lessee to provide a financial guarantee satisfactory to the City guaranteeing payment of losses and related investigations,claim administration and defense expenses;or to approve the deductible without a guarantee. Iv. REQUIRED INSURANCE PROVISIONS Proof of General Liability and Automobile Liability policies are to contain,or be endorsed to contain,the following provisions: A. The City, its officers, officials, employees and volunteers are to be covered as ADDITIONAL INSURED with respect to liability arising out automobiles owned, leased, hired or borrowed by or on behalf of the Lessee; and with respect to liability arising out of ownership,maintenance or use of that part of the premises leased to the lessee. B. The Workers' Compensation policy is to be endorsed with a waiver of subrogation. The insurance company, in its endorsement,agrees to waive all rights of subrogation against the City, its officers,officials,employees and volunteers for losses paid under the terms of this policy which arises from the work performed by the named insured. C. The lessee's insurance coverage shall be primary insurance with respect to the City, its officers, officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees or volunteers shall be in excess of the Lessee's insurance and shall not contribute with it. D. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be canceled by either party, except after thirty(30)days'prior written notice by certified mail,return receipt requested,has been given the City. V. Rating—Acceptability of Insurers Insurance is to be placed with admitted California insurers with a current 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. VII. Verification of Coverage Lessee shall furnish the City with original certificates and amendatory endorsements affecting coverage required by this clause. The endorsements should be on forms provided by the City. If endorsements are on forms other than the City's forms,endorsements must provide coverage that is equivalent to or better than the forms requested by the City. All certificates and endorsements are to be received and approved by the City before work commences. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements affecting the coverage required by these specifications at any time. If you have questions regarding our insurance requirements contact: Risk Manager (707)-463-6287 Fax: (707)463-6204 Ukiah Municipal Golf Course Lease Page 12 of 157 Attachment #2 ADDENDUM NO. 6 TO UKIAH MUNICIPAL GOLF COURSE LEASE AGREEMENT This Agreement("Addendum No. 6") entered in Ukiah, California on April , 2020 ("Effective Date"), amends the Municipal Golf Course Lease Agreement("Lease"), dated July 1, 2012, between the City of Ukiah("Lessor" or"City"), a general law municipal corporation, and Tayman Park Golf Course Group, Inc. ("Lessee" or"TPGG"), a corporation in good standing under the laws of the State of California, as amended by Addendum No. 3, dated March 13, 2018, Addendum No. 4, dated October 17, 2018, and Addendum No. 5, dated October 2, 2019. Except as expressly amended by this Addendum No. 6, all other terms and conditions of the Lease, as amended by Addenda Nos. 3, 4 and 5 remain in full for and effect. AGREEMENT: Exhibit I to the Lease is hereby replaced by the revised Exhibit I attached hereto. WHEREFORE, the Parties have entered this Addendum No. 6 on the Effective Date. City of Ukiah: By: Sage Sangiacomo, City Manager Attest: Kristine Lawler, City Clerk Approved as to form: David J. Rapport, City Attorney TAYMAN PARK GOLF GROUP, INC., Lessee By: Its: Attached: Exhibit I(revised) 1 Page 13 of 157 Agenda Item No: 7.b. MEETING DATE/TIME: 4/1/2020 ITEM NO: 2020-341 dl� tiuU h 0 � - Uki AGENDA SUMMARY REPORT SUBJECT: Adoption of a Resolution Terminating the Proclamation of a Local Emergency from the February 2019 Winter Storms. DEPARTMENT: City Manager/ PREPARED BY: Tami Bartolomei, Community Services Admin Administrator PRESENTER: Consent Calendar ATTACHMENTS: 1. Resolution Terminating Local Emergency Proclamation Summary: City Council will consider adopting a resolution terminating the local emergency related to the 2019 Winter Storm Events. Background: On February 27, 2019, under the authority in Ukiah City Code Section 5125,the Director of Emergency Services ("Director") proclaimed the existence of a local emergency ("Emergency Proclamation") as a result of conditions created by the severe winter storm affecting the City of Ukiah ("City"). On March 6, 2019, City Council adopted Resolution 2019-8 ratifying the Emergency Proclamation and ordered that said local emergency shall be deemed to continue to exist until its termination is proclaimed by the City Council. Based on the emergency conditions and the threat to public health and safety, a contract to repair the percolation bonds at the City's Wastewater Treatment Plant was awarded to Ghilotti Construction without competitive bidding under the authority of Public Contract Code Section 22050. On March 20, 2019 and at every other regular meeting between April 3, 2019—January 15, 2020, the City Council reviewed the local emergency and found that circumstances required the continuance of the Emergency Proclamation to allow for the completion and acceptance of the emergency repairs. Discussion: On February 28, 2020, contract work for emergency repairs to the perk pond at the Wastewater Treatment plant was completed, and the need for continuing the local emergency has ended. Staff has been working with FEMA and Cal OES preparing and submitting documentation for damage and response reimbursement costs in the amount of$1,084,699 which is inclusive of all damages for the event including emergency response, water basin repair, perk pond levee repair, recycled water liner repair and drainage repair at the golf course. Note the drainage repair is obligated and will be completed in the upcoming months. Staff is recommending Council adopt the Resolution (Attachment 1) ending the local emergency. Recommended Action: Adopt Resolution terminating the proclamation of a local emergency related to the Page 1 of 2 Page 14 of 157 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 rnrt N l�u�nagr Page 2 of 2 Page 15 of 157 ATTACHMENT 1 RESOLUTION NO. 2020- RESOLUTION OF THE CITY COUNCIL OF THE CITY OF UKIAH TERMINATING PROCLAMATION OF LOCAL EMERGENCY WHEREAS: 1. On February 27, 2019, under the authority of Ukiah City Code Section 5125, the Director of Emergency Services ("Director") proclaimed the existence of a local emergency ("Emergency Proclamation") 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 Emergency Proclamation and ordered that said local emergency shall be deemed to continue to exist until its termination is proclaimed by the City Council; and 3. Based on the emergency conditions and the threat to public health and safety a contract to repair the percolation bonds at the City's Wastewater Treatment Plant was awarded to Ghilotti Construction without competitive bidding under the authority of Public Contract Code Section 22050; and 4. On March 20, 2019, and at every other regular meeting between April 3, 2019 — January 15, 2020, the City Council reviewed the local emergency and found that circumstances required the continuance of the Emergency Proclamation to allow for the completion and acceptance of the emergency repairs; and 5. On February 28, 2020, the contract work for the emergency repairs was completed and accepted by the City; and 6. The City Council finds that the need for continuing the local emergency has ended, and termination of the Emergency Proclamation as of April 1, 2020 is the earliest practical date when the proclamation could be terminated; NOW, THEREFORE, BE IT RESOLVED that the City Council of Ukiah, State of California, does hereby terminate the Emergency Proclamation. PASSED AND ADOPTED this 1 st day of April 2020 following roll call vote: AYES: NOES: ABSENT: ABSTAIN: Douglas F. Crane, Mayor ATTEST: Kristine Lawler, City Clerk Page 1 of 1 Page 16 of 157 Agenda Item No: 7.c. MEETING DATE/TIME: 4/1/2020 ITEM NO: 2020-343 dl� tiuU h 0 ) - Uki AGENDA SUMMARY REPORT SUBJECT: Approval of Notice of Completion for the Ukiah Landfill Storm Damage Repairs, Specification No. 19-14. DEPARTMENT: Public Works PREPARED BY: Jarod Thiele, Public Works Management Analyst PRESENTER: Consent Calendar ATTACHMENTS: 1. Notice of Completion - Spec 19-14 Summary: Council will Consider Approval of Notice of Completion for the Ukiah Landfill Storm Damage Repairs, Specification No. 19-14. Background: On August 21, 2019, Council awarded a contract to Diamond D Construction, LLC in the amount of$55,949.50 for Storm Damage Repairs at the Ukiah Landfill property. In general, the work involved was regarding damaged areas on the Landfill and the addition of some storm drainage facilities to avoid this issue in the future. Discussion: Work on this project was completed in substantial conformance on November 8, 2019. At this time Staff is requesting approval of the Notice of Completion (Attachment#1) which will be filed with the County Recorder's office so the retention can be released. Recommended Action: Approve the Notice of Completion for the Ukiah Landfill Storm Damage Repairs, Specification No. 19-14. BUDGET AMENDMENT REQUIRED: No CURRENT BUDGET AMOUNT: 70024500.52100- $550,000 PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: Landfill Fund PREVIOUS CONTRACT/PURCHASE ORDER NO.: 1920-118 COORDINATED WITH: Tim Eriksen, Director of Public Works/City Engineer at . . Page 1 of 1 Page 17 of 157 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 Ukiah Landfill Storm Damage Repairs Protect, Specification No. 19-14 of all said owners is that of fee simple. 3. That on the 8th day of November, 2019, the Contract work for this project was actually completed. 4. That the name and address of the Contractor is Diamond D Construction, LLC, 650 Blue Oak Drive, Ukiah, CA 95482. 5. That the real property herein referred to is described as the Ukiah Landfill Property in Mendocino County, California located at 3100 Vichy Springs Road. 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 18 of 157 Agenda Item No: 7.d. MEETING DATE/TIME: 4/1/2020 ITEM NO: 2020-344 dl� tiuU h 0 � - Uki AGENDA SUMMARY REPORT SUBJECT: Approve Budget Amendments for Expenditures Related to the State of California Department of Housing and Community Development Home Investment Partnerships Program (HOME) Award, Standard Agreement#18-HOME-12560, for the Ukiah Senior Apartments Project. DEPARTMENT: Community PREPARED BY: Craig Schlatter, Community Development Development Director PRESENTER: Consent item ATTACHMENTS: 1. CC Reso 2018-20 - Authorizing Application for Home Investment Program 2. City of Ukiah 18-HOME-12560 AUGF Summary: Council will consider approval of budget amendments for expenditures related to the State of California Department of Housing and Community Development (HCD) HOME Award, Standard Agreement #18-HOME-12560, for the Ukiah Senior Apartments project. Background: On July 18, 2018, Council adopted Resolution No. 2018-20 (Attachment 1), authorizing the submission of an application to the State Home Investment Partnerships Program (HOME) to assist in financing the construction of Ukiah Senior Apartments, a 31-unit affordable senior rental housing project to be located at 763 South Oak Street. The City received notification from the State Department of Housing and Community Development (HCD) on February 11, 2019 of an award for the maximum funding amount, $5.1 million. Since notification of the award, City Staff have been working in partnership with the developer of the future project, AMG &Associates and The Pacific Companies, as well as State HOME Program representatives, to complete required project set-up conditions and federal requirements, including environmental review. On February 23, 2020, the City received an Authority to Use Grant Funds (Attachment 2) for the $5.1 million HOME award from HCD. Although the City has not yet received the standard agreement for the award, work between Staff and the developer since February 2019 to clear all future conditions and the Authority to Use Grant funds issued by HCD effectually make the standard agreement an administrative step. Council approval of a budget amendment is sought at this stage so that upon receipt and execution of the standard agreement, the City and developer can immediately move to a construction loan closing and the developer can start construction activities. Construction is anticipated to begin in May or June. Discussion: $5 million of the award will be disbursed by the City to the developer as a construction loan for construction of Ukiah Senior Apartments. Upon project completion, the construction loan converts to a long- term (55-year) permanent loan. $100,000 of the award will be utilized by City Staff to coordinate construction activities related to disbursement of HOME funding and to ensure compliance with HOME requirements. Although City-incurred expenses of the project will be fully reimbursed through the HOME program, a budget appropriation still needs to be approved by Council in order to expend HOME funds on the activities. Page 1 of 2 Page 19 of 157 The following are the accounts followed by the recommended amounts for budget amendment approval. 61300000.43209.1-14709— GRANTS (HCD Grant Funds): $5,100,000 Home Account: 61323400.59500.H4709— LOANS ISSUED: $5,000,000 Community Development (Gen Admin Reimbursement): 61323400.52134.H4709 — GENERAL ADMIN: $100,000 Community Development (Gen Admin Reimbursement): 10023100.44830.1-14709 — REIMBURSABLE JOBS: $100,000 Recommended Action: Approve budget amendments for expenditures related to the State of California Department of Housing and Community Development HOME Award, Standard Agreement#18-HOME-12560, for the Ukiah Senior Apartments project. BUDGET AMENDMENT REQUIRED: Yes CURRENT BUDGET AMOUNT: $0 PROPOSED BUDGETAMOUNT: 61300000.43209.H4709: $5,100,000; 61323400.59500.H4709: $5,000,000; 61323400.52134.H4709: $100,000; 10023100.44830.H4709: $100,000 FINANCING SOURCE: Grant Funds PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: Daniel Buffalo, Finance Director; Mary Horger, Financial Services Manager at . . e s i nw1�mgr Page 2 of 2 Page 20 of 157 Attachment 1 RESOLUTION NO. 2018-20 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF UKIAH AUTHORIZING THE SUBMITTAL OF AN APPLICATION TO THE CALIFORNIA STATE DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT FOR FUNDING UNDER THE HOME INVESTMENT PARTNERSHIPS PROGRAM; AND IF SELECTED, THE EXECUTION OF A STANDARD AGREEMENT, ANY AMENDMENTS THERETO, AND OF ANY RELATED DOCUMENTS NECESSARY TO PARTICIPATE IN THE HOME INVESTMENT PARTNERSHIPS PROGRAM. WHEREAS, The California Department of Housing and Community Development (the "Department") is authorized to allocate HOME Investment Partnerships Program ("HOME") funds made available from the U.S. Department of Housing and Urban Development ("HUD"), HOME funds are to be used for the purposes set forth in Title II of the Cranston-Gonzalez National Affordable Housing Act of 1990, in federal implementing regulations set forth in Title 24 of the Code of Federal Regulations, part 92, and in Title 25 of the California Code of Regulations commencing with section 8200; and WHEREAS, on June 5, 2018, the Department issued a Notice of Funding Availability announcing the availability of funds under the HOME program (the "NOFA"); and WHEREAS, in response to the June 2018 HOME NOFA, City of Ukiah, a political subdivision of the State of California (the "Applicant"), wishes to apply to the Department for, and receive an allocation of, HOME funds. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Ukiah as follows: Section 1 In response to the June 2018 HOME NOFA, the Applicant shall submit an application to the Department to participate in the HOME program and for an allocation of funds not to exceed Five Million One Hundred Thousand Dollars ($5,100,000) for the following activities: 31-Unit Affordable Senior Rental Housing Apartment Complex $5,000,000 Activity Delivery $ 50,000 General Administration $ 50,000 Total $5,100,000 Project activities will be located in the City of Ukiah. Section 2 If the application for funding is approved, then the Applicant hereby agrees to use the HOME funds for eligible activities in the manner presented in its application as approved by the Department in accordance with the statutes and regulations cited above. The Applicant may also execute a standard agreement, any amendments thereto, and any and all other documents or instruments necessary or required by the Department or HUD for participation in the HOME program (collectively, the required documents), Section 3 1 Page 21 of 157 The applicant authorizes the City Manager or his/her designee(s) to execute, in the name of the applicant, the required documents. PASSED AND ADOPTED at a regular City Council meeting held on July 18, 2018, by the following roll call vote: AYES: Councilmembers Brown, Scalmanini, Crane, Mulheren, and Mayor Doble NOES: None ABSENT: None ABSTAIN: None ................ KA ln' ble, ayor ATTEST: Kristine Lawler, City Clerk 2 Page 22 of 157 Attachment 2 Authorityto Use U.S. Department of Housing and Urban Development Grant Funds Office of Community Planning and Development To: (name&:address of Grant.Reciplent&name&.tile of Chief Executive offiber) Copy TO: (name&address of SubRecipient) Craig SchUtter City of Ukiah § 800 5em€nary Avenue Ukiah, CA 95482 I we received your Request for Release:of Funds and.Certification,form HUD-701.5.15 on January 9., 2020 - s Your Request was.for HUDISwft.Identification.Number 2018.-HOME-12560 € All objections, if.received, have.been considered.. And the minimum waiting period has transpired.. You are hereby authorized to use funds provided to you.under the above.HUD/State identification Number. File this form far.proper record keeping,.audit, and inspection purposes. Ukiah Senior.Apartments is.a 31-unit multi-family rental new constructi on:project located at the WE con ner of, S.Oak Street and W. Gobbi Street;Ukiah, in Mendocino County,CA, I The project will be a mix.of 27 one-bedroom units and 4.two-bedroom units. Common areas will include:an office,spacious community room,exercise.room,and a kitchen..the project will include one three-story residential building serviced with an elevator.-The type of f construction will be wood frame supported'by a peri mete r.foundation with concrete slab flooring.The proposed project will provide affordable housing for seniors earning up to 506%of the area median income for Mendocino County.: "s The total estimated development costis$10,400,000 including$5,100,000 of HOME.Program funds,.Additional.Sources.of funding include Boston Capital Finance and Tax'Credit Equity,. € l l I Typed Name of Authorizing-Officer„ — Signature of.Auth rizing Officer Date(mmlddlyyyy) Jennifer Seeger Title of Authorizing Officer �y l Acting Deputy Director,.Financial Assistance. }( form HIJp-701S.16 (W4} Previous editions are❑trsolete. ref.Handbookfi513.01 Page 23 of 157 Agenda Item No: 7.e. MEETING DATE/TIME: 4/1/2020 ITEM NO: 2020-345 dl� tiuU h 0 ] - Uki AGENDA SUMMARY REPORT SUBJECT: Approval of Contract with W-Trans for the Design of a Traffic Signal at the Intersection of East Gobbi Street and Waugh Lane in the Amount of$64,650. DEPARTMENT: Public Works PREPARED BY: Jarod Thiele, Public Works Management Analyst PRESENTER: ATTACHMENTS: 1. RFP- Gobbi Street-Waugh Lane Traffic Signal DesignFINAL 2. W-Trans Proposal for Gobbi-Waugh Traffic Signal Design Summary: Council will consider approving a contract with W-Trans for the design of a traffic signal at the intersection of East Gobbi Street and Waugh Lane in the amount of$64,650. Background: The City completed a Citywide Circulation Study in 2007. As part of the study, it recommended the construction of either a roundabout or traffic signal at the intersection of East Gobbi Street and Waugh Lane. Given the lack of right of way required for a roundabout at this intersection, a traffic signal is the superior alternative to improve traffic circulation and conflicts along this critical east/west corridor. Discussion: The City applied for funds through the Mendocino Council of Governments (MCOG) in the 2011 Regional Improvement Program (RIP) and was awarded a total of$716,000 with $72,000 being a City match for the grant program. Staff prepared and released a Request for Proposal (Attachment 1). Proposals were received until March 13, 2020, at this time two proposals were received from W-Trans (Attachment 2) and GHD. Staff reviewed and scored the proposals and found W-Trans to be the most eligible firm, mostly based on the short time frame they will need to complete the design in order for the City to meet the timeline for funding as well as their experience on these types of projects. Their cost proposal is $64,650 with is less than the $72,000 allowed for in the RIP funding Program. Staff is therefore recommending awarding a contract to W-Trans in the amount of$64,650. Recommended Action: Approve a contract with W-Trans for the Design of a Traffic Signal at the Intersection of East Gobbi Street and Waugh in the Amount of$64,650. BUDGET AMENDMENT REQUIRED: No CURRENT BUDGET AMOUNT: 50924210.80230 PC 18029- $72,000 PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: MCOG PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A COORDINATED WITH: Tim Eriksen, Director of Public Works/City Engineer Page 1 of 2 Page 24 of 157 Approved s u44 Page 2 of 2 Page 25 of 157 Attachment 1 fCity of Ukiah y� PUBLIC WORKS DEPARTMENT REQUEST FOR PROPOSAL DESIGN OF TRAFFIC SIGNAL AT THE INTERSECTION OF EAST GOBBI STREET AND WAUGH LANE PROPOSAL DUE: MARCH 13, 2020 AT 2:00 PM Page 26 of 157 GENERAL INFORMATION / PROJECT LOCATION The City of Ukiah (City) with a population of 16,075 people, is located approximately 115 miles north of San Francisco, CA on the US Highway 101 corridor. Ukiah is the retail service hub to an area reaching a 50-mile perimeter and experiences a daytime service population exceeding 35,000 people. The City has received funding for the Design and Construction of a new traffic signal at the intersection of East Gobbi Street and Waugh Lane. This is a three-way intersection currently controlled by a three-way STOP. This project is being funded through the Caltrans Statewide Transportation Improvement Program (STIP). PROJECT INFORMATION AND SCHEDULE The City would like to construct this project in the Summer or Fall of 2020 in order to meet the funding requirements. In addition, the City owns its own Electric Utility which will serve the intersection. SCOPE OF SERVICES • Perform field surveys and limited topographic mapping as required to design the traffic signal construction project, prepare final construction plans ready for bid advertising, prepare technical specifications and quantity estimates for the work, provide a detailed engineering estimate of cost at the completion of design, and provide a time line estimate. • Design of the Traffic Signal components. The City would like to incorporate Grid Smart System Technology • Traffic count data at the intersection for a period of three weeks • Investigation of the existing Electric system at the intersection, with the assistance of the City • Design of 4 ADA Curb Ramps • Review right of way at intersection to determine if sufficient to construct proposed improvements. • Prepare legal descriptions and plot maps if needed for acquisition of additional right of way. • Provide one copy of contract documents, plans and specifications in digital format. SELECTION: Consultant selection will be made on the basis of qualifications. The following evaluation criteria will be used in evaluating and selecting candidates: • Candidate's specialized experience and technical competence as applicable to the services required. • Schedule for the Consultant to complete each submittal as described in "Lead Times" below TESTING SERVICES FOR GOBBI-WALIGH TRAFFIC SIGNAL Page 2 of 13 Page 27 of 157 CONSULTANT'S PROPOSAL: Proposals shall be labeled: "Design of Gobbi-Waugh Traffic Signal" Proposals shall be submitted to: Jarod Thiele, Management Analyst City of Ukiah, Department of Public Works 300 Seminary Avenue Ukiah, CA 95482-5400 Five (5) copies of the PROPOSAL are required. Proposals must be received prior to 2:00 PM. MARCH 13, 2020 Proposals shall include the following: The proposal should include a brief overview of the specific approach and procedures the firm proposes to complete the tasks described in the Scope of Services. The proposal must be signed by an official authorized to bind the successful firm contractually and shall contain a statement to the effect that the proposal is a firm offer for a minimum period of thirty (30) days after the submittal date. The proposal shall also provide the following: name, title, address, and telephone number of individuals with the authority to negotiate a contract and bind the consultant to the terms of the contract. In a separate sealed envelope, provide a "not to exceed" maximum cost fee proposal for all identified work in the Scope of Services above, including all labor costs for proposed tests. Indicate if travel time, mileage, and per diem will be charged. Include any sub-consultant cost. Additionally, please identify miscellaneous costs associated with this proposal. Submit a copy of your firm's current itemized hourly rate. Consultant selection will be made on the basis of qualifications and schedule to complete the work Lead Times Please provide a project schedule for the design. The City would like a 60% submittal, a 100% submittal and a final Design Engineer stamped submittal. The City will review each submittal within one week of receipt. Qualifications Describe the qualifications and experience of the firm as related to the project. References Provide a list of similar projects forwhich the firm has completed similar projects with a list of at least three client references associated with these projects. Include client references for any TESTING SERVICES FOR GOBBI-WALIGH TRAFFIC SIGNAL Page 3 of 13 Page 28 of 157 proposed sub-consultants. Provide names of contact person, addresses and telephone numbers for all client references. Exceptions Identify any exceptions you are proposing with respect to the Scope of Services. Additionally, if there are any exceptions to the City's insurance requirements and/orthe City's draft professional services agreement as shown in the attachments, the Consultant should list the exceptions in the proposal. SPECIAL PROPOSAL REQUIREMENT Proposal documents shall be produced on recycled paper,when practicable. The proposal front cover shall be labeled in such a way as to identify that the document was produced on recycled paper and the pages of the proposal shall be produced double sided, where feasible. INSURANCE REQUIREMENTS The insurance requirements are set forth in Attachment "B". RIGHT OF REFUSAL The City reserves the right to reject any and all proposals without qualifications. Proposals will be considered only in their entirety. The City reserves the right to negotiate the specific requirements and costs using the selected proposal as a basis. QUESTIONS Questions shall be directed to Jarod Thiele, Management Analyst, City of Ukiah, Department of Public Works, 300 Seminary Avenue, Ukiah, CA 95482-5400, voice phone: (707) 463- 6755, fax phone: (707) 463-6204, email (preferred contact method): ithiele acit�ofukiah.com TESTING SERVICES FOR GOBBI-WALIGH TRAFFIC SIGNAL Page 4 of 13 Page 29 of 157 ATTAC H M E N T "A" AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES [Design Professional] This Agreement,made and entered into this day of ,2016("Effective Date"),by and between CITY OF UKIAH,CALIFORNIA,hereinafter referred to as"City"and a [sole proprietorship,corporation,partnership,limited partnership,limited liability company,etc] organized and In good standing under the laws of the state of hereinafter referred to as "Consultant". RECITALS This Agreement is predicated on the following facts: a. City requires consulting services related to b. Consultant represents that it has the qualifications,skills,experience and properly licensed to provide these services, and is willing to provide them according to the terms of this Agreement. C. City and Consultant agree upon the Scope-of-Work and Work Schedule attached hereto as Attachment"A", describing contract provisions for the proj ect and setting forth the completion dates for the various services to be provided pursuant to this Agreement. TERMS OF AGREEMENT 1.0 DESCRIPTION OF PROJECT 1.1 The Project is described in detail in the attached Scope-of-Work(Attachment"A"). 2.0 SCOPE OF SERVICES 2.1 As set forth in Attachment"A". 2.2. Additional Services. Additional services,if any, shall only proceed upon written agreement between City and Consultant. The written Agreement shall be in the form of an Amendment to this Agreement. 3.0 CONDUCT OF WORK 3.1 Time of Completion. Consultant shall commence performance of services as required by the Scope-of-Work upon receipt of a Notice to Proceed from City and shall complete such services within from receipt of the Notice to Proceed. Consultant shall complete the work to the City's reasonable satisfaction, even if contract disputes arise or Consultant contends it is entitled to further compensation. 4.0 COMPENSATION FOR SERVICES 4.1 Basis for Compensation. For the performance of the professional services of this Agreement, Consultant shall be compensated on a time and expense basis not to exceed a guaranteed maximum dollar amount of$--- ----. Labor charges shall be based upon hourly billing rates for the various classifications of personnel employed by Consultant to perform the Scope of Work as set forth in the attached Attachment B,which shall include all indirect costs and expenses of every kind or nature,except direct expenses. The direct expenses and the fees to be charged for same shall be as set forth in Attachment B. Consultant shall complete the Scope of Work for the not-to-exceed guaranteed maximum, even if actual time and expenses exceed that TESTING SERVICES FOR GOBBI-WALIGH TRAFFIC SIGNAL Page 5 of 13 Page 30 of 157 amount. 4.2 Changes. Should changes in compensation be required because of changes to the Scope-of-Work of this Agreement, the parties shall agree in writing to any changes in compensation. "Changes to the Scope-of- Work"means different activities than those described in Attachment"A"and not additional time to complete those activities than the parties anticipated on the date they entered this Agreement. 4.3 Sub-contractor Payment. The use of sub-consultants or other services to perform aportion of the work of this Agreement shall be approved by City prior to commencement of work. The cost of sub-consultants shall be included within guaranteed not-to-exceed amount set forth in Section 4.1. 4.4 Terms of Payment. Payment to Consultant for services rendered in accordance with this contract shall be based upon submission of monthly invoices for the work satisfactorily performed prior to the date of invoice less any amount already paid to Consultant,which amounts shall be due and payable thirty(30)days after receipt by City. The invoices shall provide a description of each item of work performed,the time expended to perform each task,the fees charged for that task,and the direct expenses incurred and billed for. Invoices shall be accompanied by documentation sufficient to enable City to determine progress made and the expenses claimed. 5.0 ASSURANCES OF CONSULTANT 5.1 Independent Contractor. Consultant is an independent contractor and is solely responsible for its acts or omissions. Consultant (including its agents, servants, and employees) is not City's agent, employee, or representative for any purpose. It is the express intention of the parties hereto that Consultant is an independent contractor and not an employee,joint venturer,or partner of City for any purpose whatsoever. City shall have no right to,and shall not control the manner or prescribe the method of accomplishing those services contracted to and performed by Consultant under this Agreement, and the general public and all governmental agencies regulating such activity shall be so informed. Those provisions of this Agreement that reserve ultimate authority in City have been inserted solely to achieve compliance with federal and state laws, rules, regulations, and interpretations thereof. No such provisions and no other provisions of this Agreement shall be interpreted or construed as creating or establishing the relationship of employer and employee between Consultant and City. Consultant shall pay all estimated and actual federal and state income and self-employment taxes that are due the state and federal government and shall furnish and pay worker's compensation insurance,unemployment insurance and any other benefits required by law for himself and his employees,if any. Consultant agrees to indemnify and hold City and its officers, agents and employees harmless from and against any claims or demands by federal, state or local government agencies for any such taxes or benefits due but not paid by Consultant,including the legal costs associated with defending against any audit,claim,demand or law suit. Consultant warrants and represents that it is a properly licensed professional or professional organization with a substantial investment in its business and that it maintains its own offices and staff which it will use in performing under this Agreement. 5.2 Conflict of Interest. Consultant understands that its professional responsibility is solely to City. Consultant has no interest and will not acquire any direct or indirect interest that would conflict with its performance of the Agreement. Consultant shall not in the performance of this Agreement employ aperson having such an interest.If the City Manager determines that the Consultant has a disclosure obligation under the City's local conflict of interest code,the Consultant shall file the required disclosure form with the City Clerk within 10 days of being notified of the City Manager's determination. TESTING SERVICES FOR GOBBI-WALIGH TRAFFIC SIGNAL Page 6 of 13 Page 31 of 157 6.0 INDEMNIFICATION 6.1 Insurance Liability. Without limiting Consultant's obligations arising under Paragraph 6.2 Consultant shall not begin work under this Agreement until it procures and maintains for the full period of time allowed by law,surviving the termination of this Agreement insurance against claims for injuries to persons or damages to property,which may arise from or in connection with its performance under this Agreement. A. Minimum Scope of Insurance Coverage shall be at least as broad as: 1. Insurance Services Office("ISO)Commercial General Liability Coverage Form No.CG 20 10 10 01 and Commercial General Liability Coverage—Completed Operations Form No. CG20371001. 2. ISO Form No. CA 0001 (Ed. 1/87) covering Automobile Liability, Code 1 "any auto" or Code 8, 9 if no owned autos and endorsement CA 0025. 3. Worker's Compensation Insurance as required by the Labor Code of the State of California and Employers Liability Insurance. 4. Errors and Omissions liability insurance appropriate to the consultant's profession. Architects' and engineers' coverage is to be endorsed to include contractual liability. B. Minimum Limits of Insurance Consultant shall maintain limits no less than: 1. General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage including operations, products and completed operations. If Commercial General Liability Insurance or other form with a general aggregate limit is used, the general aggregate limit shall apply separately to the work performed under this Agreement, or the aggregate limit shall be twice the prescribed per occurrence limit. 2. Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. 3. Worker's Compensation and Employers Liability: Worker's compensation limits as required by the Labor Code of the State of California and Employers Liability limits of$1,000,000 per accident. 4. Errors and Omissions liability: $1,000,000 per occurrence. C. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects to the City,its officers,officials,employees and volunteers;or the Consultant shall procure abond guaranteeing payment of losses and related investigations,claim administration and defense expenses. TESTING SERVICES FOR GOBBI-WAUGH TRAFFIC SIGNAL Page 7 of 13 Page 32 of 157 D. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: 1. General Liability and Automobile Liability Coverages a. The City, it officers, officials, employees and volunteers are to be covered as additional insureds as respects;liability arising out of activities performed by or on behalf of the Consultant, products and completed operations of the Consultant, premises owned,occupied or used by the Consultant,or automobiles owned,hired or borrowed by the Consultant for the full period of time allowed by law,surviving the termination of this Agreement. The coverage shall contain no special limitations on the scope-of-protection afforded to the City, its officers, officials, employees or volunteers. b. The Consultant's insurance coverage shall be primary insurance as respects to the City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by the City, its officers, officials, employees or volunteers shall be in excess of the Consultant's insurance and shall not contribute with it. C. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City,its officers, officials, employees or volunteers. d. The Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 2. Worker's Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against the City, its officers, officials,employees and volunteers for losses arising from Consultant's performance of the work,pursuant to this Agreement. 3. Professional Liability Coverage If written on a claims-made basis, the retroactivity date shall be the effective date of this Agreement. The policy period shall extend from------to------------. 4. All Coverages Each Insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended,voided,canceled by either party,reduced in coverage or in limits except after thirty(30)days prior written notice by certified mail,return receipt requested,has been given to the City. E. Acceptability of Insurers Insurance is to be placed with admitted California insurers with an A.M. Best's rating of no less than A-for financial strength, AA for long-term credit rating and AMB-1 for short-term credit rating. TESTING SERVICES FOR GOBBI-WAUGH TRAFFIC SIGNAL Page 8 of 13 Page 33 of 157 F. Verification of Coverage Consultant shall furnish the City with Certificates of Insurance and with original Endorsements effecting coverage required by this Agreement. The Certificates and Endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Certificates and Endorsements are to be on forms provided or approved by the City. All Certificates and Endorsements are to be received and approved by the City before Consultant begins the work of this Agreement. The City reserves the right to require complete, certified copies of all required insurance policies,at any time. If Consultant fails to provide the coverages required herein, the City shall have the right,but not the obligation, to purchase any or all of them. In that event, after notice to Consultant that City has paid the premium, the cost of insurance may be deducted from the compensation otherwise due the contractor under the terms of this Contract. G. Subcontractors Consultant shall include all sub-contractors or sub-consultants as insured under its policies or shall furnish separate certificates and endorsements for each sub-contractor or sub-consultant. All coverage for sub-contractors or sub-consultants shall be subject to all insurance requirements set forth in this Paragraph 6.1. 6.2 Indemnification. Notwithstanding the foregoing insurance requirements,and in addition thereto,Consultant agrees,for the full period of time allowed by law,surviving the termination of this Agreement,to indemnify the City for any claim, cost or liability that arises out of, or pertains to, or relates to any negligent act or omission or the willful misconduct of Consultant and its agents in the performance of services under this contract, but this indemnity does not apply to liability for damages for death or bodily injury to persons, injury to property,or other loss,arising from the sole negligence,willful misconduct or defects in design by the City, or arising from the active negligence of the City. "Indemnify," as used herein includes the expenses of defending against a claim and the payment of any settlement or judgment arising out of the claim. Defense costs include all costs associated with defending the claim, including, but not limited to, the fees of attorneys, investigators, consultants, experts and expert witnesses, and litigation expenses. References in this paragraph to City or Consultant, include their officers, employees, agents, and subcontractors. 7.0 CONTRACT PROVISIONS 7.1 Documents and Ownership of Work. All documents furnished to Consultant by City and all documents or reports and supportive data prepared by Consultant under this Agreement are owned and become the property of the City upon their creation and shall be given to City immediately upon demand and at the completion of Consultant's services at no additional cost to City. Deliverables are identified in the Scope-of- Work,Attachment"A". All documents produced by Consultant shall be furnished to City in digital format and hardcopy. Consultant shall produce the digital format,using software and media approved by City. 7.2 Governing Law. Consultant shall comply with the laws and regulations of the United States, the State of California, and all local governments having jurisdiction over this Agreement. The interpretation and enforcement of this Agreement shall be governed by California law and any action arising under or in connection with this Agreement must be filed in a Court of competent jurisdiction in Mendocino County. 7.3 Entire Agreement. This Agreement plus its Attachment(s) and executed Amendments set forth the entire understanding between the parties. TESTING SERVICES FOR GOBBI-WALIGH TRAFFIC SIGNAL Page 9 of 13 Page 34 of 157 7.4 Severability. If any term of this Agreement is held invalid by a court of competent jurisdiction, the remainder of this Agreement shall remain in effect. 7.5 Modification. No modification of this Agreement is valid unless made with the agreement of both parties in writing. 7.6 Assi ng ment. Consultant's services are considered unique and personal. Consultant shall not assign,transfer, or sub-contract its interest or obligation under all or any portion of this Agreement without City's prior written consent. 7.7 Waiver. No waiver of a breach of any covenant,term,or condition of this Agreement shall be a waiver of any other or subsequent breach of the same or any other covenant, term or condition or a waiver of the covenant, term or condition itself. 7.8 Termination. This Agreement may only be terminated by either party: 1)for breach of the Agreement;2) because funds are no longer available to pay Consultant for services provided under this Agreement; or 3) City has abandoned and does not wish to complete the pro]ect for which Consultant was retained. A party shall notify the other party of any alleged breach of the Agreement and of the action required to cure the breach. If the breaching party fails to cure the breach within the time specified in the notice, the contract shall be terminated as of that time. If terminated for lack of funds or abandonment of the proj ect,the contract shall terminate on the date notice of termination is given to Consultant. City shall pay the Consultant only for services performed and expenses incurred as of the effective termination date. In such event, as a condition to payment, Consultant shall provide to City all finished or unfinished documents,data, studies, surveys,drawings,maps,models,photographs and reports prepared by the Consultant under this Agreement. Consultant shall be entitled to receive just and equitable compensation for any work satisfactorily completed hereunder, subject to off-set for any direct or consequential damages City may incur as a result of Consultant's breach of contract. 7.9 Duplicate Originals. This Agreement may be executed in duplicate originals, each bearing the original signature of the parties. When so signed, each such document shall be admissible in administrative or judicial proceedings as proof of the terms of the Agreement between the parties. 8.0 NOTICES Any notice given under this Agreement shall be in writing and deemed given when personally delivered or deposited in the mail(certified or registered) addressed to the parties as follows: CITY OF UKIAH -------------- DEPT. OF PUBLIC WORKS -------------- 300 SEMINARY AVENUE -------------- UKIAH, CALIFORNIA 95482-5400 9.0 SIGNATURES IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date: CONSULTANT BY: Date PRINT NAME: TESTING SERVICES FOR GOBBI-WALIGH TRAFFIC SIGNAL Page 10 of 13 Page 35 of 157 IRS IDN Number^ CITY OF UKIAH BY: SAGE SANGIACOMO Date CITY MANAGER ATTEST KRISTINE LAWLER Date CITY CLERK TESTING SERVICES FOR GOBBI-WALIGH TRAFFIC SIGNAL Page 11 of 13 Page 36 of 157 ATTACHMENT `B" INSURANCE REQUIREMENTS FOR CONSULTANTS Consultant(s) 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 Consultant(s), his agents, representatives, or employees. I. Minimum Scope of Insurance Coverage shall be at least as broad as: A. Insurance Services Office Commercial General Liability coverage(Form No.CG 20 10 10 01 and Commercial General Liability—Completed Operations Form No. CG 20 37 10 01). B. Insurance Services Office form number CA 0001 (Ed. 1/87)covering Automobile Liability,code 1 (any auto). C.Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. D. Errors and Omissions liability insurance appropriate to the consultant's profession. Architects' and engineers' coverage is to be endorsed to include contractual liability. 11. Minimum Limits of Insurance Consultant shall maintain limits no less than: A. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage including operations, products and completed operations, as applicable. If Commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. Insurance must be written on an occurrence basis. B. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. Insurance must be written on an occurrence basis. C. Workman's Compensation Employer's Liability: $1,000,000 per accident for bodily injury or disease. D. Errors and Omissions liability: $1,000,000 per occurrence. If written on a claims-made basis, insurance coverage must cover claims filed within 3 years after contract work completed. 111. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declared to and approved by the City. The City may require the insurer to reduce or eliminate such deductibles or self-insured retentions with respect to the City, its officers, officials, employees and volunteers; or the Consultant to provide a financial guarantee satisfactory to the City guaranteeing payment of losses and related investigations, claim administration and defense expenses; or to approve the deductible without a guarantee. W. REQUIRED Insurance Provisions Proof of general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: A. The City, its officers, officials, employees, and volunteers are to be covered as ADDITIONAL INSURED with respect to liability arising out of automobiles owned, leased, hired or borrowed by or on behalf of the contractor; and with respect to liability arising out of work or operations TESTING SERVICES FOR GOBBI-WALIGH TRAFFIC SIGNAL Page 12 of 13 Page 37 of 157 performed by or on behalf of the Consultant including materials, parts or equipment, furnished in connection with such work or operations. General liability coverage can be provided in the form of an endorsement to the Consultant's insurance, or as a separate owner's policy. B. The workers' compensation policy is to be endorsed with a waiver of subrogation. The insurance company, in its endorsement,agrees to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses paid under the terms of this policy which arises from the work performed by the named insured for the City. NOTE: You cannot be added as an additional insured on a workers' compensation policy. C. For any claims related to this project, the Consultant's insurance coverage shall be primary insurance with respect to the City, its officers, officials,employees,and volunteers.Any insurance or self-insurance maintained by the City, its officers, officials, employees, or volunteers shall be in excess of the Consultant's insurance and shall not contribute with it. D. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. V. RATING -Acceptability of Insurers Insurance is to be placed with admitted California insurers with a current 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. Vl. Verification of Coverage Consultant shall furnish the City with original certificates and amendatory endorsements effecting coverage required by this clause. The endorsements should be on forms provided by the City. If endorsements are on forms other than the City's forms, those endorsements must provide coverage that is equivalent to or better than the forms requested by the City. All certificates and endorsements are to be received and approved by the City before work commences. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements affecting the coverage required by these specifications at any time. Vll. Subcontractors If Consultant uses subcontractors or sub-consultants, it shall cover them under its policies or require them to separately comply with the insurance requirements set forth in Paragraph 6.1 of Attachment"A" If you have questions regarding our insurance requirements contact: Risk Manager (707) 463-6287 or FAX (707) 463-6204 Revised: 11/20/08 TESTING SERVICES FOR GOBBI-WAUGH TRAFFIC SIGNAL Page 13 of 13 Page 38 of 157 1' �F Attachment 2 Mry �h0 W=Trans 11,11,11""'k, "I ............ Proposal for the the Gobbi-Waugh hTraffic Signal Design of g I V,f i „ y �r ff r I p, m°,. � `� �/�;r,%. i✓��// lei 15K, s n� cur wo � �^ � ,�.�.i,�„✓ice, iF ,,,,,✓%%G ,i„ n�//��/�����i�i/Uli/ Prepared for the City of Ukiah Submitted by W Trans MADE WiiWii �....i RECY' �I 1 March 12,2020 MATEMALS r, 11 /iiiii/ ✓/ .. /iiiiiiiii........ ii r r` o� IIIIIIIIIIIIIIIIIIIII�IIIIIII�III�VI ,' rr�'r ails March 12,2020 Mr.Jarod Thiele,Management Analyst City of Ukiah,Department of Public Works 300 Seminary Avenue Ukiah,CA 95482-5400 Proposal for the Design of the Gobbi-Waugh Traffic Signal Dear Mr.Thiele; W-Trans is pleased to present this proposal for the design of a new traffic signal for the intersection of East Gobbi Street/Waugh Lane. This proposal is based on your request for proposal dated February 5,2020. We are happy to have LACO Associates as a teaming partner for this work. LACO Associates will complete surveys, sidewalk or ramp design,and utility coordination. W-Trans has completed designs for nearly 30 numerous signal installations in Sonoma, Napa and Mendocino Counties, including a number of traffic signal designs using Grld5mart detection in Santa Rosa and Rohnert Park that make us well qualified for the work. We have previously worked with the City on design projects,including a recent striping project as part of the State Street redesign. We are eager to work with the City on another design contract. After a site review,our proposal includes design of an empty conduit for connection between the proposed traffic signal controller cabinet and the rail communications cabinet. The cost is very low as it will occupy the same trench as the conduit to the advanced detector loop,but it will demonstrate the City's good faith in meeting FRA requirements. Also,as part of our research in preparing this proposal,we reviewed minutes from the June 2019 CTCDC meeting about the grant program. The CTCDC appears to have award a 12-month extension of the grant schedule,and the City committed to finishing the Right of Way Certification and final plans by the end of April. Although that is a very tight deadline which may not be possible to meet given the RFP and award schedule,based on W-Trans' past experience with grant agencies,we are confident we can deliver the Right of Way Certification and a set of plans to the City to meet this deadline that will so closely resemble final plans the grant reviewers will consider the deadline met. We look forward to hearing the results of your proposal evaluation,and to talking to you in more detail about our proposal and alternatives. This proposal will remain a firm offer for 30 days from the submittal date. Thank you for giving us the opportunity to propose on these services. Sincerely, Steve Fitzsimons,PE,TE Principal sfitzsimons@w-trans.com w-traits.c 490 Mendocino Avenue,uNe 201 ante Rosa,CA 95401 707 5429500 w-trans,coirn SANTA ROSA•OAKLAND•SAN JO E: Page 40 of 157 City of Ukiah February 6, 2020 ADDENDUM NO. 1 SUBJECT: REQUEST FOR PROPOSALS FOR DESIGN OF TRAFFIC SIGNAL AT THE INTERSECTION OF EAST GOBBI STREET AND WAUGH LANE To all Prospective Consultants: Attached herewith is ADDENDUM NOA for the subject project to correct the Proposal Due Date on page three of the Request for Proposals.It should read"March 13,2020" IF YOU SUBMIT A PROPOSAL, ACKNOWLEDGMENT_OF THIS ADDENDUM MUST BE SHOWN ON THIS ADDENDUM. IN ADDITION THIS SIGNED ACKNOWLEDGEMENT_M_1$T_ BE SUBMITTED WITH THE PROPOSAL. This Addendum is being sent to you in order that this office may be assured all consultants have received the same. It should be noted it is the responsibility of the consultant to notify all prospective sub-consultants of any and all changes. Sincerely, q1ta-06d Jarod L.Thiele Public Works Management Analyst ACKNOWLEDGEMENT I hereby acknowledge that I have received this Addendum No. 1 and have reviewed and considered it before submitting my proposal. Signed.-: _ +r 9 arch 11,2020 �N Date: wumwwuhn�mmammo¢�muumrtooi ruumumu� iortrtrt uumrt— mo iortmi r r r r roomo —r mmumuuuuuuuuuuummmmmmmmmuuuuuuuu uuuuuuuuuuiu San Seminary Avenue- Ukiah-CA-954 2-5400 Phoney (707)463-6200 Fam (707)463-6204.www.cityesfukiah,com Page 41 of 157 � Work Approach and Scope of Services - Work Approach l The W-Trans team will start with a meeting with City staff to go through the scope and schedule and make any � adjustments necessary oo meet the City's goals for the project. Our initial tasks include data collection,aphoto record of current conditions, measuring the clearance to overhead utility lines, and m topographic survey in l support mf curb ramp design and cross sections mn each approach. VVo will follow with base mapping;the 80%, | 10O96 and final submittals;and bid and construction services. / _ Ourtypical design procedure isto have the project engineer contribute the bulkof the hours in each of these steps, paired with a senior engineer who will interact with the project engineer on a regular basis,with an independent quality control review by another senior engineer who will not be involved in the day-to-day work. We like to work closely with City staff,using recent examples of similar projects that the City furnishes so we can match formatting expectations and use the[ity's preferred equipment. Scope of Services _ _ Task 1 -Task Management and Meetings - The VV-Tians team will: - 1.1 Manage the team to meet the project schedule and budget. -` 12 Organize and attend project meetings with the City to discuss project progress,decisions,and direction and | to coordinate activities.Meetings wilil be held at key project milestones and shall include: 1.2.1 Kick-off Meeting (g Ukiah) -VVU| include data requests such as street AyBuilt plans, traffic signal warrantstudy,right-of-way records,utility company contact information,City-owned utility mapping, ' the status and ownership of the existing rail line west pf the intersection. 1'2� 8O��Design Review kAmedng(web meeting) i 1.23 180V6 Design Review Meeting(web meeting) 13 Coordinate with CITY,utility companies,and other affected parties. 1.4 Provide monthly progress reports and invoices. Detiverables: � 1. Updated schedule as needed | J. Meeting agendas,and meeting notes with action item summary for each project meeting .� 3. Monthly progress reports and invoices ~ Task 2 - Data Collection .� /. 2.1 LACO Associates will conduct design level topographic survey of the intersection*obeusedasabaxemmpho, the design of the signal,striping and ADA curb ramps.This mapping will extend approximately 200 feet along each approach nf the intersection from back mf walk to back mfwalk. Mapping will include surface indications U � of underground utilities.However,no attempt will be made to locate underground utilities. � Proposal for the Design of the Gqbbi48augh Traffic Signal Page 42of157 2.2 The project engineer will visit the site and take photos to document the existing conditions and measure the height of existing overhead utility lines. The posted speed(limits will be noted and a small sample of travel speed data collected with a"pocket"radar device. 2.3 Morning and evening peak hour turning movement counts will be collected to serve as the basis for determining the appropriate phasing. 2.4 Base mapping will be prepared from survey data supplemented by commercial air photos and AsBuilt records of right-of-way. IIC° i,i erables: �. 1. Base maps 2. Email report with summary of data collection Task 3- Draft(60%)design 3.1 An initial submittal will be prepared to present the Design Concept. The concept drawing will show initial pole and curb ramp layouts,with a particular focus on layout of the ramp in the northeast corner between the closely spaced existing driveway a nd utility pole.The layout will also consider the potential to replace the east crosswalk with a crosswalk on the west side. Right of way requirements will be evaluated and proposed right of way takes,if necessary,will be identified. This submittal will also be sent to utility companies to request mapping, and to initiate a PG&E electrical service request. All utility requests will be prepared in the City's name to avoid extra charges from utility companies. A phone or web-based meeting will be arranged to discuss issues with placement of curb ramps and receive City comments. 3.2 After City review of the Design Concept, the WTrans team will design new curb ramps for the selected layout.New curb ramps and crosswalks will be designed per ADA requirements,taking into account existing pavement cross slopes to ensure ADA compliant grades are maintained along pedestrian street crossings. It has already been determined that existing ramps do not conform to current ADA requirements and need to be replaced. 3.3 Draft(60%)plans will be prepared for the City's review. Expected plan sheets include: Title sheet l ADA Ramp layout sheet Traffic signal plan ��n City comments on the Design Concept submittal will be incorporated. Detailed line work will be added to the traffic signal and curb ramp plan sheets to indicate all work to be done and show enough information for a construction cost estimate. A cost estimate and technical specifications will also be prepared,assuming the Caltrans 2018 Standard Specifications will be used as the background document. i An empty conduit will be shown on the traffic signal plan between the proposed traffic signal controller cabinet and the existing rail cabinet,approximately 100 feet to the west. Although the rail line is inactive,the empty conduit should be installed in case it becomes active again. The cost will likely be very low as it will occupy the same trench as the conduit to the advanced detector loop,but it will show the City made a good faith effort to comply with Federal Railroad Administration requirements. This proposal does not include any r time for coordination with rail line owners or the existing gates at the rail crossing. „n s..., .....,rvry 2. Proposal for the Design of the Gobbi-Waugh Traffic Signal K 'bong Page 43 of 157 The traffic signal plan will also show Gridsmart detection,per the Request for Proposal. W Trans has prepared numerous plans with Gridsmart equipment and recommends use of detector loops for the advance detection due to occlusion issues that can occur if Gridsmart is used for more than stop bar detection. In addition,a battery backup unit will be shown on the plans to match the installations at the adjacent intersections. Half size prints of the preliminary plans will be forwarded to the City for mailing to the various utility companies and submitted to PG&E in the City's name to initiate the electrical service application. This proposal assumes all PG&E or other utility fees will be paid directly by the City. 3.4 LACO Associates will review existing right of way documents provided by the City and other sources. Based on this review,and the preliminary design,it will be determined if additional right of way will be required. If it is determined that additional right of way is required,a contract amendment will be prepared for additional right of way support,including plats and legal descriptions for locations where acquisition is necessary. For the purposes of this proposal,it has been assumed that sufficient record monumentation will be located to determine the limits of the existing Right of Way. If sufficient monumentation cannot be located or a discrepancy between the found monumentation and record information is identified,additional survey work may be required.This may include additional field work or the filing a Record of Survey with the County Recorder per Section 8762 of the Professional Land Surveyors'Act (Business and Professional Code). If this condition is encountered a contract amendment will be required. I1',)etiv irabli� es 1. Design Concept plan showing curb ramp locations and proposed striping 2. Half size prints of preliminary plans for City transmittal to Utility companies 3. Preliminary submittal(electronic files only)including 60%plans,technical specifications,and estimate 4. Plat showing existing and proposed right of way,if any Task 4 - Pre-Final 0 00%) design 4.1 City comments on the 60% submittal will be incorporated into the Pre-Final plans, and fully detailed construction notes will be added as needed to for a set of documents ready for bidding. The electric service point will be added to the traffic signal plan as soon as it is received. A new plan sheet with Conductor and Equipment schedules will be prepared. 4.2 Traffic signal pole locations will be integrated into ramp designs to ensure compliance with current ADA requirements,including the most recent clear,flat space in front of each push button. 4.3 The estimate and technical specifications will be updated in response to City comments or to reflect any new details on the plans. � i iiv irsi ll : 1. 100%plans,electronic plus two sets of full size bond paper prints 2. 100%technical specifications and estimate,electronic submittal only 3. An estimate of working days,bid form,and description of bid items will be submitted 4. Summary of comments and responses Task 5- Final design 5.1 City comments on the 100%submittal will be incorporated into the final documents. P 9 9 9 3 Proposal for the Design of the Gobbf-Waugh h Traffic Signal w' Page 44 of 157 1. Final plans,electronic plus one set of digitally signed full size prints on mylar 2. 100%technical specifications and estimate,electronic submittal only 3. summary of comments and responses Task 6 - Bid and Construction Services 6.1 The W Trans team will be available to answer questions from bidders during the bid phase. 6.2 The W Trans team will be available to respond to Requests for Information during the construction phase. II13ellivaraIlbl 1. Email responses to questions UL i ` Proposal for the Design of the Gobbi-Waugh Traffic Signal Page 45 of 157 d d r r • i I , I,��,,,,,� � �/�/%%�%%%%%//0�����IIIIIrIrr�1�JJ�>���lJl!IIIIII�IIIIIIIIIIIIIIIIIIIIIIIIIII 111111111111111111111 Ul/�/i/ IU�� �f�/ 1111J)J)JIJIIIIIIIIIII Illllllllllllllllllllll Illlllllllllllllllllll IIIIIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIIIIIIII J Schedule r � � YE 1 �� I l 1„1 �,,,,,,;,�� ///�r�>l>l>l>l>������/�l/1l�>J>1��������1111111��11����������11�llllllllll�Il�ll ! I 1 r /r �� 1 n f I IIlllllllllllllllllllll IIIIIIIIIIIIIIIIIIIIII 11111111111111111111„IIIIIIIIIIIIIIIIIIIIIII II�NIIINIII� 111J))JJJyJ)�JJJJJ,Illlllllllllllllllllll Illlllllllllllllllllll Illllllllllllllllllllll / 1 i ���%l/���rrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrffffffffffffffff(�IIIIIIIIIIIIIIIIIIIIII III I I I Il I s IIIIIIIIIIIIIIIIIIIIII.11llllllllllllllllll���Illlllllllllllllllllll IIIIIIIIIIIIIIIIIIIIII Illlllllllllllllllllr IIIIIIIIIIIIIIUIIIIIII IIIIIIIIIIIII�I.IIL ll1�l IIIIIIIIIIII�.Illlllllllllllllllllll IIIIIIIIIIIIIIIIIIIIII.Illllllllllllllllllllll I 1 I�� ///// ��a IIIIIIIIIIIIIIIIUl11 IIIIIIIIIIIIIIIIIIIII��JJJJJJJJJJJJJJJJJJJJ�IIIIIIIIIIIIIIIIIIIIII� Ol�ll�dll�lll�1111111111111111111111 Illlllllllllllllllllll Illlllllllllllllllllll Illllllllllllllllllllll ��� /l 1���1/�/����'��`���///r//////////////�/�r%%%%%��� Illlllllllllllllllllll Illlllllllllllllllllll�IIIII Illllllllllllllllllllll�JJJJJJJJJJJJJJJJJJJU 11111111111111111111111 IIIIIIIIIIIIIIIIIIIIIU IIIIIIIIIIIIIIIIIIIIIII Illlllllllllllllllllll 911yJJJJ�1 I�III�1111 IIIIIIIIII IIIIIIIIIIIIIIIIIIIIIIII l J�i I )lam, l �lrr�, 1/� IIIIIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIIIII llllllllllllllllllll) IIIIIIIIIIIIIIIIIIIIII:.IIIIIIIIIIIIIIIIIIIIII. r , 1 1 / ' "�!�%�/ �>�I/ /����f��/�G�/""'�����''!/�////%Illlllllllllllllllllll Illlllllllllllllllllll IIIIIIIIIIIIIIIIIIIIIII��� ,Y�i�l 11UUI Illlllllllllllllllllll IIIIIIIIIIIIIIIIIIIIIII f�1ff�1111111111111111111D�IIIIIIIIIIIIIUIIIIII�IIIIIIIIIII�IIIIIII U)1�111�1111JJ1 / / 1 i r �� r Illlllllllllllllllllll IIIIIIIIIIIIIIIIIIIIII..IIIIIIIIIIIIIIIIIIIIIII llllllllllllllllllll:I�IIIIIIII Illllllllllllllllllllll IIIIIIIIIIIIIIIIIIIIIII Illlllllllllllllllllll.Illlllllllllllllllllll.IIIIIIIIIIIIIIIIIIIIIII IIIIIIIIII111111111111111111111111IJ11111111111111111111111111111 i �,a � � ��/����G/��� Illlllllllllllllllllll Illlllllllllllllllllll IIIIIIIIIIIIIIIIIIIIIII Mill ��Illllllllllllll�l m m IIII Illlllllllllllllll@II m IIIIIIIIIIIIIIIIIIIIIIII IIII IIIIIIIII I IIIIIIIIIIIII Note: Schedule is contingent on Notice to Proceed in March. Proposal for the Design of the Gobbi-Waugh Traffic Signal Page 46 of 157 Consultant Team Qualifications --- --� -.1 „—, T u�o w-trans.com "IM About Us 490 Mendocino Avenue W-Trans provides traffic engineering and transportation planning Suite 201 services that emphasize mobility within availlable resources and Santa Rosa,CA 95401 help transform streets to serve all potential users.We are particularly Office 707.542.9500 skilled in retrofitting streets and roads to make walking, bicycling Contact Dalene J.Whitlocik and transit use safer and more convenient whiffle also appropriately whitiock w trans.com managing vehicle traffic. 1276 Lincoln Avenue Our staff have applied their skills to a variety of projects ranging Suite 204 from traffic operation analyses, traffic collision reduction San Jose,CA 95125 programs, transportation facilities design Including traffic signal Office 650.314.8313 and roundabout design to downtown revitalization, streetscape Contact Steve Fitzsimons plapning efforts and complete street projects. We take a holistic sfitzsimons w trans.com approach to traffic engineering, realizing that solutions cannot be developed in a vacuum or strictly follow the standards of the past. 505 170,Street Traffic analysis and design must be sensitive to the context of the 2111 Floor surrounding land use and community goals to be successful. Oakland,CA 94612 Office 510.444.2600 Contact Mark Spencer Firm History mspencer w trans. m W-Trans was established in 1995 by Dalene Whitlock and Steve Weinberger. W-Trans opened its Oakland office in 2011 with Mark Spencer as the Branch Manager. In 2014, a San Jose office was Our strength and focus are on added.WTransisanemployee owned company,with2l employees balancing the technical needs currently having ownership. and functionality of traffic with the desire of communities to Disadvantaged Enterprise create more livable streets and sustainable transportation W-Trans is certified as a woman-owned business (DBE) by the systems. California Department of Transportation. A copy of our certification can be provided upon request. W-Trans Service Areas Subconsultant • Complete Streets LACO is a multidisciplinary engineering, environmentall, and • Traffic Impacts • Pedestrian Safety and Design geologic consulting firm with offices in Ukiah, Eureka,Santa Rosa, Bicycle Facilities Fort Bragg, and Chico.We're also a part of your community, your Safe Routes to School neighborhood, and your everyday life. Our mission statement Traffic Engineering Design - advancing the quality of life for generations to come Roundabouts demonstrates our commitment to our work as both professionals Traffic Operations and community members.We realize a specialized problem needs a Municipal Staff Services specialized solution.Complicated problems often demand multiple Traffic Safety solutions that require expansive knowledge. LACO offers a range Traffic Calming of services that draws upon specialized experts to seamlessly . Parking address your projects, small or large,simple or complex.Together, . Transit we're your personal project manager. Our core services include Civil Engineering, Land Surveying, Planning, Permitting, and Environmental Compliance,Geotechnicaii Engineering,Geology and Hydrogeology, Environmental Remedfation, and Materials Testing and Special inspection VKE4` Proposal for the Design of the Gobbi-Waugh Traffic Signal Page 47 of 157 W-Trans Key Staff Dalene J.Whitlock, PE, PTOE-Principal-in-Charge,Quality Control Dalene first applied her 1981 B.S.in Civil Engineering from San Diego State University to the field of traffic engineering as an Assistant Engineer for the Countyof Marin. She continued her public sector employment with the City of Santa Rosa before joining the private sector in 7992 and becoming a founding partner of W.Trans in 1995. Through her many years in traffic engineering,Dalene has gained experience in a wide array of areas from safety,capacity,and operational analyses to transportation system design and public involvement. Her communication skills provide a bridge between stakeholders of various backgrounds and opinions,including policymakers,agency staff,applicants,other consultants,W Trans staff,and the public,thus allowing diverse opinions to be heard and addressed. Attention to detail is a hallmark of Dalene's work,making Dalene an excellent project manager as well as the firm's quality control officer responsible for review of all W Trans products. Dalene is very active in the Institute of Transportation Engineers(ITE);she has held elected office at the Section, District and International levels and served as the Finance Chair for the 2010 San Francisco and 2014 Rapid City Western District Annual Meetings. She served as the Chair ofthe Transportation Forensics and Risk Management Council(previously known as the ExpertWitnessCouncil)from 2015-2017.She iscurrentlythe District Administrator for the Western District,and at the International level,she is the Secretary of the Student Traffic Bowl Committee. Steve Fitzsimons, PE,TE—Project Manager Steve Fitzsimons is a Principal and oversees W-Trans' design practice. He is registered in California as a Civil Engineer and a Traffic Engineer. %f�„ Steve's design experience includes all aspects of traffic engineering. In his career of over 1'msmmw ,o30 years, he has designed more than 300 traffic signal installations or modifications and signal interconnect connections to well over 700 intersections,as well as advanced systems designs. He has completed numerous signing, striping, and lighting plans for complete streets,interchange,arterial,and traffic calming projects. � He has presented more than ten papers at ITE conferences on a variety of topics,and has served on the Boards of the ITE Northern California Section and the South Bay Transportation Officials Association. He has also served on the Local Arrangements Committee for ITE Western District meetings in San Francisco and San Jose. Steve graduated from the University of California at Berkeley with a B.S. in Civil Engineering and an M.S. in Transportation Engineering. His career started at Alameda County Public Works,followed by consulting work at various firms prior to joining W-Trans in 2013. Allison Jaromin,EIT—Assistant Engineer Allison Jaromin is an Assistant Engineer providing support on traffic engineering and transportation planning services. � I Allison Jaromin graduated from the University of Nevada,Reno in 2017 with a B.S.in Civil Engineering and a focus in Transportation Engineering,along with a minor in Business Administration. Since starting at W Trans in the Summer of 2017, Allison has focused on traffic signal design work while also preparing numerous traffic impact studies. She has worked on the designs of numerous traffic signals,including a new traffic signal for two offset intersections,as well as modifications to existing traffic signals. She has also prepared many traffic control plans,including one for East Bay MUD which included over 65 stages. Allison continues to work towards getting her civil PE licensure while broadening her scope of work at W Trans. Proposal for the Design of the Gobbi-Waugh Traffic Signal Page 48 of 157 AssociatesLACO Kevin Doble-Project Manager Mr. Kevin Doble is a Senior Project Manager, Government Relations, and Storm Water yam, Specialist, and the Regional Manager of LACO's Uk'lah office. Kevin has a broad range of experience from both the public and private sectors, spending six years working for the Sonoma County PRMD in the Grading and Storm Water Section, and having reviewed thousands of development projects-providing him with specific knowledge of the county requirements as they relate to land development.While at PRMD, Mr. Doble was the Lead in developing the standards for the County Grading and Drainage Ordinance as well as one of the original technical team members for developing the City of Santa Rosa Lowy Impact Development Requirements. Joining DobleThomas & Associates in 2006, Kevin served as a senior designer,project manager,senior project manager,and principal of the Ukiah office.Kevin has managed nearly all of the DobleThomas engineering and planning projects since 2007 and handled all of the firm's government relations work,allowing him to cultivate key relationships with nearly every public agency in ,,,, Sonoma, Napa,and Mendocino Counties,which has led to successfully completing some of most controversial and complex projectsfor our clients. Thomas Hunt,PE-Project Engineer ---4 Mr."Thomas Hunt works as a Senior Civil Engineer in our Ukiah office. Mr. Hunt has over ; 30 years of civil engineering experience in Lake and Mendocino Counties with a diverse background in engineering design and project management,commercial and residential site development,roadway and ADAdesign,public launch ramp and boarding float facilities, and grading and drainage. He is also skilled in erosion control, hydrology and hydraulic analysis,landslide repairs,utility infrastructure design,topographic mapping,and boundary and construction surveying. Mr. Hunt has performed construction management and inspection,for a wide range of projects for private and public agencies,and Tribal projects f including residences,commercial buildings,water treatment plant improvements,road and utility infrastructure,(launch ramp facilities,and landslide repairs. 1..,,. Brad Thomas,PLS-Survey Lead Mr.Bradley Thomas,Vice President of Land Surveying,LACO Associates,has been a California Licensed Land Surveyor since 1984.Brad began his career as a land surveying apprentice in 1975 and began self-employment as a Land Surveyor in 1989. His original business began in 9Y9 Sebastopol and relocated to Windsor in 1995.Brad purchased the Cloverdale land surveying , firm of John H.Doble and Associates in 2000 and incorporated the firm as DobleThomas& � �� y Assoclates. Brad also operated The Map Store for many years and published the Sonoma Gyi�y County American Viticultural Maps.Since 1993, Brad has been the Vice President of Delta Geomatics Corporation, an aerial photogrammetry firm. LACO Associates purchased DobleThomas&Associates in July of 2018.The acquisition is the joining two extraordinary firms very simillar in culture,with practice strengths that are highly complementary. Resumes for our professional staff are provided in Appendix A. I t ................. � 8. Proposal for the Design of the Gobbi-Waugh Traffic Signal i Page 49 of 157 Project Experience and References W-Trans Projects Hesperian/Sycamore Traffic Signal Modification County of Alameda As part of an on-call contract,W-Trans is preparing plans to completely overhaul an existing,35-year-old traffic signal in San Lorenzo. The design provides new mast arm poles,video detection to replace detector loops,one new crosswalk,and new illuminate street name signs. Contact: Tam Nguyen,Associate Engineer,399 Elmhurst Street,Hayward,CA 94544,(510)670-5758,tam@acpwa.org Operations Study and Traffic Signal Design City of Cloverdale Cloverdale is a growing community with two closely- ' spaced intersections near a freeway interchange that n o, provide access from Cloverdale Boulevard to an adjacent ' commercial center and residential subdivisions. W Trans was hired to evaluate traffic circulation and the resulting recommendation was a combined traffic signal for both intersections. Construction documents have been completed and the City is currently using them to seek ._ grant funding. Contact: Marc Rincon,Public Works Director/City Engineer,124 N Cloverdale Boulevard,Cloverdale,CA 95425,(707)894-1722,mrincon@ci.cloverdale.ca.us Opticom Design Project -City of Rohnert Park The City of Rohnert Park hada capital project to install GTT Opticom GPS-based emergency vehicle preempt a equipment at fourteen intersections, and W-Trans prepared the plans. Due to the limited amount of electrical contracting work at each intersection,W Trans suggested an abbreviated-format plan to reduce design cost and delivery time. W Trans conducted very detailed reviews ofeach intersection to check for the ideal location to mount an Opticom detector and to ensure the conduit w ,. between the detector and controller cabinet was in good condition and had adequate capacity for a new Opticom cable. Design work was completed in June 2019. Contact: Vanessa Marin Garrett,Deputy City Engineer,130 Avram Avenue,Rohnert Park,CA 94928,(707)588 2251, vmarin@rpcity.org Redwood/Martin Traffic Signal Upgrade City of Rohnert Park Traffic signal modification plans were prepared by W Trans to upgrade detection from inductive loops to video and to replace the traffic signal contro[ler with a modern 2070 controller unit. Contact: Vanessa Marin Garrett,Deputy City Engineer,130 Avram Avenue,Rohnert Park,CA 94928,(707)588.2251, vmarinrcity,or Proposal for the Design of the Gobbi-Waugh Traffic Signal � Page 50 of 157 Striping and Traffic Signal Modification Design for Old Redwood Highway/E.Cotati Avenue - City of Cotati As part of a development study, the City identified the need for minor modifications to the Old Redwood Highway/E. Cotati Avenue intersection to support adding a second southbound left-turn lane. The City had started a pavement rehabilitation task that included the intersection and wanted to implement the new striping after the new pavement was in place. W Trans was assigned an on-call task to expedite the striping design so it could be issued to the paving contractor, and to coordinate with the electrical contractor who was part of the paving contract to define the traffic signal modifications. Work was completed in collaboration with the City and contractors in an expedited timeframe to meet the schedule needs of the paving contract. Contact: Craig Scott,Director Public Works/Engineering,201 West Sierra Avenue,Cotati,CA 94931,(707)665-3638, cscott@cotaticity.org Brooks Road South and Old Redwood Highway PPLT projects - Windsor,CA Two projects were completed for two intersections,with FYA operations implemented at both. Work included field inventory,plan preparation,timing sheets and construction services. The work was completed on time and _, on budget. Contact: Alejandro Perez,Senior Civit Engineer,8400 Windsor Road,Bldg 100,Windsor,CA 95492,(707)838-5318, E aperez@townofwindsor,co Mary Avenue Bicycle Lanes Project City of$ujnnyvaVe WTrans led a team that included CSG that prepared designs to restripe 2.8 miles of Mary Avenue in the City of Sunnyvale with Class llbicyclelanes.The design andconstruction work included striping plans for the length of the project, modifications to vehicle and bicycle detection at 13 intersections, pavement rehabilitation,and obtaining permits from Caltrans,Santa Clara County,and the Caltrain Joint Powers Board. The completed project closed a key gap in a bicycle network to provide high quality connections between housing,shopping,employment �i ,,, sites and transit stations. Prelhminar observations suggested Y 99 ' a significant and measurable increase in bicycle travel once construction was completed,indicating that realizing the vision articulated in the City's Bicycle and Pedestrian Master Plan resulted in a major win for multi-modal travel. W Trans is proud to have played apart in this very successful project. Contact:Carmen Talavera,Senior Traffic Engineer,650 West Olive Avenue,Sunnyvale,CA 94088,(408)730-7522, ctalavera@sunnyvaleca.gov LACO Projects Main Street Village Civil Design, Ukiah,California -Gui�Ion, Inc. LACO provided topographic surveying,site Improvement plans,and drainage improvement plans for this 35-unit housing complex located in Ukiah,California.These services included designing parking, drive aisles, driveway � approaches,and public sidewalk improvements,all of which met ADA and City of Ukiah standards. Contact:Steve Honeycutt,Director of Development and Construction,2250 Lakewest Drive,Ste 50,Chico,CA 95928,530-897-6458,steve@guilloninc.com i to Proposal for the Design of the Gobbi-Waugh Traffic Signal Vk Page 51 of 157 Hartley Street Engineering Design,Lakeport,California rv- City of Lakeport LACO was retained by the City of Lakeport to provide CEQA compliance and environmental permitting, topographic and F, right-of-way surveys, and engineering design for pedestrian improvements along approximately 3,000 feet of Hartley Street in Lakeport,California. d a alignm ntbordered by steep hills des included vigating an existing „ .. roadway which would need to be widened to provide adequate space to add sidewalks and other improvements. LACO is currently finalizing a design which balances the City's available construction funding with necessary pedestrian improvements, including ADA-compliant sidewalks and curb ramps, and nr„, is also supporting acquisition of additional right-of-way to accommodate the necessary improvements. Contact:Paul Curren,City Engineer,225 Park Street,Lakeport,CA 95453,707-263-5615, aulcurren.ws Main Street Relinquishment Project,Willits,California --• City of Willits As the contract City Engineers for the City of Willits, LACO served as the Citys representative during the rehabilitation and relinquishment of 1.5 miles of Main Street/Highway 101 following the completion of the Willits Bypass project. LACO provided plan review, technical engineering support, ^ p, construction oversight, and final inspection of all pavement resurfacing, replacement of virtually all sidewalk, curb,gutter, and storm drain facilities,and reviewing all improvements for compliance with current ADA design standards. Contact:Jeremy Ronco,Project Manager,111 East Commercial Street,Willits,CA 95490,707-459-4605, engineehng cityoIFwillits,or Proposal for the Design of the Gobbi-Waugh Traffic Signal 111 Page 52 of 157 Exceptions ... ., ......... ....�rrrmn, W Trans has reviewed the sample contract and insurance terms and is prepared to sign the agreement as proposed. Cost Proposal The proposed project budget and current rate schedule are provided in a separate sealed envelope. "Y tut Proposal forthe Design of the Gobbi-Waugh Traffic Signal Page 53 of 157 L1446--A Dalene J. WhitlockPE, PTQE Ti „ Senior Principal Dalene first applied her 1981 B.S.in Civil Engineering from San Diego State University to the field of traffic engineering as an Assistant Engineer for the County of Marin. She continued her public sector employment with the City of Santa Rosa before joining the private sector in 1992 and becoming a founding partner of !I W-Trans in 1995. Through her many years in traffic engineering,Dalene has gained experience in'a wide array of areas from safety,capacity,and operational analyses to transportation system design and public involvement. Her Education communication skills provide a bridge between stakeholders of various backgrounds and opinions,including policymakers,agency staff, Bs In Civil Engineering San Diego State University,1981 applicants,other consultants,W Trans staff,and the public,thus allowing diverse opinions to be heard and addressed. Attention to detail is a BA in Physical Science hallmark of Dalene's work,making Dalene an excellent project manager as Westmont college,Santa Barbara,1981 well as the firm's quality control officer responsible for review of all W-Trans Affiliations/Activities products. Institute of Transportation Engineers(ITE) Dalene is very active in the Institute of Transportation Engineers(ITE);she Fellow has held elected office at the Section,District and International levels and Transportation Forensics&Risk Management served as the Finance Chair for the 2010 San Francisco and 2014 Rapid Council Chair,2015-2017 City Western District Annual Meetings. She served as the Chair of the StudentTraffic Bowl Committee Secretary Transportation Forensics and Risk Management Council(previously known 2015-Present as the Expert Witness Council)from 2015-2017. She is currently the District Western District Administrator 2015 Present Administrator for the Western District,and at the International level,she is International Director 0 the Secretary of the Student Traffic Bowl Committee. Western District President ant 20 2006-2007 y San Francisco Bay Area Section President 2002-2003 Representative Projects ITE North Bay Transportation Forum Past Chairman Areawilde Planning Studies and EIRs Traffic Engineer Registration Testing American Canyon-American Canyon Middle School EIR Test Preparation Participant Arcata-Central Arcata Areawide Traffic Impact Study Eureka-Eureka General Plan Registration Heatdsburg-North EastArea Plan EIR g Sonoma-Sonoma Hotel EIR Civil Engineer#38942(CA) Windsor-Windsor General Plan Update Traffic Engineer#1552(CA) Professional Traffic Operations Engineer#343 School Studies Napa-School Consolidation Evaluation and CEQA Analysis Professional History Santa Rosa-Roseland Accelerated Middle School Traffic Impact Study Sonoma-Sonoma Valley High School Circulation and Queuing Study 1995-Present W-Trans(Principal/Owner) impact Mitigation Fee Studies 1992-1994 Calistoga-Traffic Impact Fee Update TJKMTransportationConsultants Cotati-Troffrc Impact Fee Development Rohnert Park-Regional Traffic Impact Fee 1987-1992 City of Santa Rosa Traffic Operation 1986-1967 El Cerrito,Healdsbu rg,and San Rafael-Engineering&Traffic Surveys County of Mari n Tiburon-Paradise Drive Safety improvements Evaluation Windsor-Shiloh/Caletti Proportional Share Study Traffic safety Sonoma-Systemic SafetyAnalysis Report El Cerrito-Stop Sign WorrontAnalysis Page 54 of 157 �r Dalene J.Whitlock Traffic Engineering Design (continued) Rohnert Park-East Cotati Avenue/Camino Colegio Signal Modification Santa Rosa-Fulton Road Widening Traffic Impact Studies Calistoga-The Veranda Traffic Impact Study Healdsburg-MillDistrict Trafficlmpact Study Marin County-The Oaks Project Traffic ImpactStudy Mendocino County-Mosonite Site Redevelopment Traffic Impact Study Sa nta Rosa-Memorial Hospital MOB Project Traffic Impact Study Trip Generation Derivation Larkspur-2904 Redwood Highway CAP Napa County-B Cellars Use Permit Modification Traffic Impact Study Rio Dell-Humboldt-Rio Dell Business Park Traffic ImpactStudy Sonoma County-Calliope Canta Project Focused Traffic Study Sonoma County-Ghilotti Construction Yard Traffic ImpactStudy Sonoma County-Nolte Winery CUPAmendment Traffic Analysis Parking Healdsburg--Mill District Traffic impact Study Napa-EmbassySuites Expansion Project Traffic Impact Study Santa Rosa-Hyatt Vineyard Creek Hotel Expansion Traffic ImpactStudy Santa Rosa-DeTurk Winery Village Trah9c and Parking Study �) You ntville-RH Gallery Parking Study Design Development Napa County-Bean Family Winery Napa-Vintage Nigh School Farm Santa Rosa-Journeys End Affordable Senior Housing Windsor-Jaguar Way Extension G.... F _ i Page 55 of 157 i Illlllllllllllllllllllllllllllllllllluumm� �o Steve Fitzsimons, PE, TE "RS P Princi al Steve Fitzsimons is a Principal and oversees W-Trans'design practice. He is registered in California as a Civic Engineer and a Traffic Engineer. Steve graduated from the University of California at Berkeley with a B.S. in Civil Engineering and an M.S.in Transportation Engineering. His career started at Alameda County Public Works,followed by consulting work at various firms prior tojoining W-Trans in 2013. -- Steve's design experience includes all aspects of traffic engineering. In his career of over 30 years,he has designed more than 300 traffic signal Education installations or modifications and signal interconnect connections to well over 700 intersections,as well as advanced systems designs. He has MS in Transportation Engineering completed numerous signing,striping,and lighting plans for complete University of California,Berkeley,1986 streets,interchange,arterial,and traffic calming projects. He had the good BS in Civil Engineering fortune to work on a number of design-build projects where he spent a great University of California,Berkeley,1980 deal of time on-site and received considerable feedback from field crews. Affillations/Activities I He has presented more than ten papers at ITE conferences on a variety of topics,and has served on the Boards of the ITE Northern California Section - Institute of Transportation Engineers{ITE} and the South BayTransportation Officials Association. He has also served Member on the Local Arrangements Committee for ITE Western District meetings in San Francisco and San Jose. Registration Civil Engineer#3b4351CA1 Representative Projects Traffic Engineer#1419(CA) Traffic Engineering Design Professional History Campbell,Santa Clara,Santa Rosa and Sonoma-HAWK designs for 10locations Petaluma,Windsor,and Woodland-Traffic Engineering Designs for Complete Streets 2013-Present San Mateo County-Ramp Meter System designs at 29locations w-Trans Santa Clara-Design of pedestrian hybrid beacons and fiber optic interconnect 2005-2013 Sonoma County-Design ofqueue cutter beacon and SMART rail crossing Republic FTS/Siemens Sunnyvale-Class 2 Bicycle Lanes on MaryAvenue Various Agencies-Traffic signal modification designs 1994-2005 Various Agencies-Traffic signal interconnect for more than 700 intersections CCSiTY Lin Various Agencies-Traffic signal designs formore than 300locations 1986-1994 Various Agencies-Silicon Volley Smart Corridor,Tri-Valley Smart Corridor, CH2M HILL Santa Clara County TOS,Sacramento Downtown Control System 1983-1985 Lighting Design and Street Light Master Puns DKS Associates Contra Costa County,Moraga,Richmond,San Pablo,Rancho Cordova and Solana 19WI 983 Beach-Streetlight Moster Plan Alameda County Richmond,Rancho Cordova,San Ramon and other California cities- Design calculations to support development of LED lighting standards Woodland,Windsor,Belmont,Daly City and San Mateo-Neighborhood lighting design Roundabouts Windsor-Old Redwood Highway Roundabout Designs Fairfield-Rockville Road/AbemathyRoad Roundabout Los Altos-El Monte Road/Hawthome Road Roundabout Feasibility Study Paso Robles-Creston Roa&Rolling Hills RoadDesigns Traffic Operation Rohnert Park,Castro Valley,Citrus Heights,San Carlos and Sebastopol- Arterial operations for traffic signal coordination Los Altos-Alameda de las Pulgas6anta CruzAvenue Queuing Study Los Altos-Homestead Road Traffic Operations Study San Carlos-Arterial operations for trafficsignal coordination on San Carlos Avenue Rohnert Park-Traffic Signal System Study Page 56 of 157 r<,=" pppllllillllllllllllllllll Illllluumuu'" ° Steve Fitzsimons Capital Project Program Development (continued) Belmont-Ralston Avenue preliminarydesign and cost estimates Millbrae-Cost estimates for Traffic Impact Fee program Various Agencies-Lighting improvement project cost estimates Municipal Staff Services Los Gatos and Rohnert Park-Contractstaff to manage implentation ofAdvanced Traffic Management System � Gilroy-Contract Traffic Engineering State` .. Los Altos and Milpitas-Contract Traffic Engineer Millbrae-Traffic Engineering Review ofBARTStation Area Specific Plan Development Proposals Traffic Safety Concord-Arterial Safety Study Gilroy-Citywide collision hot spotstudy Los Altos-Pedestrian safety review Sonoma-City Systemic Safety Study r I i I I i Page 57 of 157 Tills" ., IllllllllllllllllllppmuuuuuVuuuuw Allison Jaromin, EIT -' s 1, Assistant Engineer Allison Jaromin is an Assistant Engineer providing support on traffic engineering and transportation planning services. Allison Jaromin graduated from the University of Nevada,Reno in 2017 with a B.S.in Civil Engineering and a focus inTrans Transportation Engineering, 9� 9 P 9� 9• along with a minor in Business Administration. Since starting at W Trans ,, in the Summer of 2017,Allison has focused on traffic signal design work while also preparing numerous traffic impact studies. She has worked on the designs of numerous traffic signals,including a new traffic signal for two offset intersections,as well as modifications to existing traffic Education signals. She has also prepared many traffic control plans,including one for East Bay MUD which included over 65 stages. Allison continues to work BS in Civil Engineering towards getting her civil PE licensure while broadening her scope of work University of Nevada,Reno,2017 at W Trans. Affiliations/Activities Representative Projects Institute of Transportation Engineers(ITE) Traffic Engineering Design Member Cloverdale-Cloverdale Boulevard/Sontona Drive-Treadway Traffic Signal Design Cotati-ORHIEast Cotati Avenue Signai Mc difrcation and Striping Design Professional History Healdsburg-Saggio Hills Traffrc5ignalDesign 2017-Present Jenner-Jenner Headlands Signing and Striping Design W Trans Napa-GosserDrive/Konsas Avenue Traffic Signal Design San Jose-Tully RoadlSouth 100,Street Traffic Sgfnol Design Summer 2016 San Jose-San FeRipe Rood/Yerba Buena Avenue Traffic Signal Modifrcarlon SKF Engineers(Intern) Santa Clara-PruneridgeAvenue Traffic Signal and Interconnect Design Summers 2013-2015 Santa Rosa-Sonoma/Sotcyome Traffic Signal and lnterconnectDesign W Trans(Intern) Sunnyvale-Fair oaks Bikeway and Streerscape Safe Routes to School Atherton-MenloA therton High School Annual Monitoring and Multimodal Transportation Audit Traffic Operations Berkeley-Traffic Control Plans for WILDCATPipeline Improvement Project El Cerrito-Engineering and Traffic Surveys Richmond-One-Way Sheet Conversion Study Santa Rosa-Roseland Area-Sebastopol Road Specific Pion Bicycle and Pedestrian Safety Design Menlo Park-El Camino Real Pedestrian Crossing Design St.Helena-Spring StreetAltemative Design Traffic Impacts Alameda County-Fairmont Terrace Park Transportation Analysis Burlingame-920 Bayswater Traffic lmpactStudy Eureka-Redwood Morin Traffic impact Study Update Fremont-Niles Gateway Environmental Impact Report Napa County-Cuvasion Winery Traffic impact Study Mendocino County-Laytonville Gas Station TrafficimpactStudy Napa-First Street Apartments Traffic Impact Study Pleasant Hills-Oak Park Project Traffic Impact Study " San Carlos-Four Cornea Traffic Impact Study Santa Clara-930 BrittanAvenue Trafficimpact Study Santa Rosa-Francisco Village Traffic impact Study Santa Rosa-Spring Lake Village East Grove Traffic Impact Study Sonoma-Cityof Sonoma Systemic SafetyAnalysis Report Sonoma County-Hale Winery Traffic Impact Study Sonoma County-80 Street East Mini Storage Traffic Impact Study Page 58 of 157 Thomas A . Hunt , PE , PLS Senior Civil Engineer Iyjj°°' fttuilG 'gill }!,{{il PROFESSIONAL EXPERIENCE Mr. Thomas Hunt works as a Senior Civil Engineer in our Ukiah office. Mr. Hunt has over 30 years of civil engineering experience in Lake and Mendocino Counties with a diverse background in engineering I design and project management, commercial and residential site 9 development, roadway and ADA design, public launch ramp and boarding float facilities, and grading and drainage. He is also skilled in erosion control, hydr6bgy and hydraulic analysis, landslide repairs, utility infrastructure design, topographic mapping, and boundary and construction surveying. Mr. Hunt has performed construction management and inspection for a wide range of projects for private and public agencies, and Tribal projects including residences, commercial buildings, water treatment plant improvements, road and utility infrastructure,'launch ramp facilities,and landslide repairs. Mr. Hunt performs design and structural calculations, prepares construction plans, and performs construction inspection on various Areas of Expertise wood and steel frame buildings, together with foundation design Structural Engineering Project and Construction Management and inspection for wood and steel frame residential and commercial Water,Sewer&Roadway Design building structures. Mr. Hunt has designed various residential plans Hydrologic and Hydraulic analysis and commercial building remodels. Other miscellaneous structures Storm Drainage&Erosion Control Design Subdivision Design include water tank foundations, drilled pier retaining walls, boat Inspection and Quality Control Materials launch ramp slabs, boarding floats, and many other small structural Testing projects and residences. Mr. Hunt also designed and personally Feld Survey&Mapping constructed his own residence from the hand excavation of the Education foundation to the roof shingles, together with framing, installation of Bachelor of Science.Environmental tile, drywall, electrical, plumbing, HVAC, interior and exterior finish Resources Engineering Humboldt woodwork, and construction of cabinetry. Mr. Hunt completed a State Un6versliy,„Arcata.Colifomia training, Designing for Accessibility under ADA Standards and the Regh&ations and CerMcoWns CBC,in July of 2019. Registered Civil Engineer State of C05,fomia,No.53327 1QSDj SELECT PROJECT X I C Qualified SWPPP Practitioner jQSP�. State of Caltforrfa,No.26396 Konocti Harbor Resort a Spa - Kelseyville, California. In addition to Professional Land surveyor, State of performing design and preparing plans for the showroom and Ca'domia,No.8978 Prohmlonal Memberships Conference Center remodel/additions, Mr. Hunt also provided Caffoma Land surveyors Association continuous construction inspection and quality control testing during American Socuety of Civil Engineers all phases of work for both projects. take Mendoccno Engineers Association Big Valley Rancherla - Lakeport, California. Mr. Hunt provided full- time construction inspection, structural inspection, quality control testing, and contract administration for HUD funded construction project for six residential homes. Gobbi Street Sanitary Sewer Trunk Line Bypass- Ukiah, California. Mr. Hunt performed design and prepared construction plains for the City of Ukiah for an 18-inch sanitary sewer main bypass to solve LACO Page 59 of 157 Thomas A . Hhunt, PE , PLS Senior Civil Engineer surcharging during periods of high infiltration, Carousel Sewer Main Extension, District- Ukiah, California. Mr. Hunt prepared plans, details and contract documents for the 10,000-foot plus sewer main extension for the Ukiah Valley Sanitation District. Sierra Sunset Subdivision UnIs la2 - Ukiah, California. The project included street improvements, lot grading, storm drainage, and utility infrastructure together with water system and sewer collection system design. Mr. Hunt performed construction surveying staking of utilities and street grading and prepared a final subdivision map and assistance in setting lot monumentation. Irish Beach Subdivision - Elk, California. Mr. Hunt prepared a tentative subdivision map, performed soil analysis for septic system approvoll, prepared a Ilot grading plan and access road design for 11 ridgetop ocean view parcels. Vichy Springs Subdivision - Ukiah, California. Mr. Hunt performed design of street improvements, lot grading, storm drainage water distribution system, and wastewater transmission systems. He prepared a ; final subdivision map for approval by Mendocino County Surveyor, performed volume analysis of the potential sanitary sewer service area and prepared plans for sanitary sewer transmission main, pump station,and force main from the Vichy Springs Subdivision to the City Limits of Ukiah. RH Landing Subdivision-Lakeport,California. Mr. Hunt prepared a tentative and final subdivision map for a 100-lot subdivision including the utility and road improvements. Mr. Hunt also performed project management and quality control of the plan preparation of the final improvement plans for the subdivision roads,sanitary sewer,water distribution,storm drainage, and utility infrastructure for a 137-lot subdivision. Highway 53- Lower Lake,California. Mr. Hunt performed mapping, design, prepared plans and technical specification for (left-tum channelization submitted and approved for construction by the California [ ... Department of Transportation (Caltrans). Blue Shield Access Road-Lower Lake, California. Mr. Hunt performed topographic mapping, prepared a design of roadway and plans, and assisted with construction staking of improvements. Highway 29-Middletown, California. Mr. Hunt performed mapping, design, prepared plans and technical 1 spe6fications for the left turn channeliaotion submitted and approved by Caltrans Traffic Commission. L Olympic Drive Roadway Rehabilitation - Clearlake, California. Mr. Hunt performed design and prepared plans for Ileft-turn widening and pedestrian improvements for the City of Clearlake. Hartmann Road - Middletown, California. Mr. Hunt performed design and preparation of Roadway rehabilitation plans for the County of Lake. Redbud Harbor launch facility - Clearlake, California. Mr. Hunt prepared plans for facility expansion including a 6-lane launch ramp, boat trailer parking facility and courtesy docks. He performed construction management, inspection, quality control testing, and contract administration for the City of Clearlake during the excavation, grading, construction of new drainage improvements, a new 6-lane launch ramp, pile driving and boat docks installation,street frontage,and parking lot improvements. Page 2 of 3 LACO Page 60 of 157 Thomas A . Hunt, PE , PLS Senior Civil Engineer Fifth Sheet Launch Facility Parking Lot - Lakeport, California. Mr. Hunt performed design and prepared improvement plans and specifications. Sutter Lakeside Hospital- Lake County, California. Mr. Hunt performed design and construction inspection of driveway roundabout improvements and on-site ADA compliant sidewalk improvements. He performed design of ADA access, drainage and utility improvements and structural design of new helipad, an ADA compliant path to the helipad for the new emergency room addition, and provided construction inspection and coordination of utility improvements, storm drainage collection and detention system, and parking lot. Mendocino Community Health Clinic-Ukiah,California. Mr. Hunt performed design, plan preparation and " construction inspection for parking lot and storm drainage detention improvements. Morgan Valley Road Landslide Repair County of Lake - lower lake, California. Mr. Hunt performed topographic mapping, design and prepared plans for three separate slope failure sites on Morgan valley Road. Two were by repaired by engineered earthwork and drainage blankets, and one site was a total realignment. FEMA Storm Damage County of Lake - Upper Lake, California. Mr. Hunt performed design and prepared plans for two sites on Elk Mountain Road using engineered earthwork and drainage improvements. FEMA Storm Damage-County of Lake.Mr. Hunt performed design and prepared plans for two slope failure sites on Bartlett Springs Road PM 1.4 and 29.3, using soldier pile retaining walls and drilled stranded tendon tie back anchors. Kelseyville High School Cofetorlum - Kelseyville, California. Mr. Hunt performed design of site plans and utility infrastructure design the Cafetorium and associated parking improvements. Riviera Elementary School - Kelseyville, California. Mr. Hunt prepared site plans, utility infrastructure and design of an on-site wastewater treatment system. He performed construction inspection of the on-site waste water treatment system. Terrace Middle School and Clear Lake High School - Lakeport, California. Mr. +)nt prepared q plan for sewer and water main improvements for Terrace Middle School multi-purpose building and the Clear!Lake High School. Mendocino County Office of Education Site Design and Street Improvements- Ukiah, California. Mr. Hunt performed site design and prepared for storm drainage, building pads, ADA complaint waukways and a bus stop on Low Gap Road. Northern Circle Indian Housing Authority,Survey, Grading and Drainage Plan-Redwood Valley, California. Mr. Hunt prepared a grading/drainage plan around a new residence. .,. Page 3 of 3 LACLO Page 61 of 157 Is r ley A . Thomas , PLS Oce President of Iand Surveying PROFESSIONAL EXPERIENCE Mr. Bradley Thomas Vice President of Land Surveying, LACO i Associates, has been a California Licensed Land Surveyor since 1984. Brad began his career as a land surveying apprentice in 1975 and began self-employment as a Land Surveyor in 1989. His original) business began in Sebastopol and relocated to Windsor in 1995. Brad purchased the Cloverdale land surveying firm of John H. Doble and Associates in 2000 and incorporated the firm as Doble Thomas & Associates. Brad also operated The Map Store for many years and published the Sonoma County American Viticultural Maps. Since 1993, Brad has been the Vice President of Delta Geomatics Corporation, an aerial photogrammetry firm. LACO Associates purchased Doble Thomas&Associates in JuVy of 2018.The acquisition is the joining two extraordinary firms very similar in culture, with practice strengths that are highly complementary. Area of Expertise ALTAIACSMsurveys SELECT PROJECT EXPERIENCE As-built surveys Bothymeiric surveys Windsor Town Green Village, Windsor, California. Named one of the Boundary surveys "top Smart Growth Projects"by the Sierra Club, Town Green Village is Condominium Plan surveys Elevation Certificate surveys on the cutting edge of New Urbanism for Northern California. Locally Engineering surveys owned and operated retail stores, restaurants, wine-bars and Foundation surveys professional offices create a place where a diverse community can Hydrogrophic surveys Photogrammetry come together to live, work, and celebrate all that Sonoma County ,. mm Subdivision surveys has to offer.The Village is built on 14 acres and is comprised of three Topographic surveys story,mixed-use buildings,with commercial condominiums on the first floor and two-story residential condominiums above. Many of the Professlonal Memberships Corporate Member-Member-Carifomio building facades are designed recreations of historic Windsor and Land Surveyor's Association Sonoma County buildings. The Town Green Village project utilizes Past President-Cloverdale Rotary Club Smart Growth and New Urbanism design techniques to create a Past Vice President-Old Downtown Windsor B.I.D. unique NorthernCalifornia community. In addition, the mixed-use Affiliate member,North Coast Builders concept conserves land that would normally be converted into Exchange urban sprawl, leaving the beautiful landscape of Sonoma County free of unnecessary development. Gardens Gate Subdivision, Ukiah, California. A 200 Lot Master Planned development located just south of Ukiah. The project) involves a mixed variety of building styles, two public parks, and a state-of-the-art drainage system designed to detain and treat storm water before in enters the public storm drain system. Georgia Pacific Mill Site, Fort Bragg, California. Land surveying services in support of the environmental remediation process and redevelopment of the former Mill Site.The Mill Site covers 425 acres in the center of the city and spans its entire coastline. LACO Page 62 of 157 G Bradley A . Thomas , PLS Vice President of land Surveying Mableton Farms, Freestone, Sonoma County. Color orthorectified aerial photography, digital topographic mapping and new vineyard development plans. County of Sonoma Permit 8, Resource Management Department application and permit management. Lead Consultant and project coordination responsibilities. Custom website developed and deployed specific to the project to facilitate efficient communications and scheduling. AdamVS Winery,Angwin,California Topographic surveys and mapping, Construction Staking, Civil Engineering design for Winery Tasting Room, White Cottage Ranch is a Howell Mountain vineyard and winery located at 1,700-foot elevation on the eastern slope of Napa Valley near the small town of Angwin. Riverside Equestrian Center,Sonoma Horse Park,Petaluma,California Site Devellopment Plans, Boundary&Topographic Surveying, Grading and Drainage Plans for Show Arenas, Barns and other facility improvements. � Russian River,Sonoma County Aggregate Resource Management Program Surveys. 1995-2011 annual aerial photography and cross sections monitoring the Russian River. Forty.mile Geodetic Survey Control Network established. The Napa!fiver Watershed Flood Protection b Habitat Enhancement Land surveying servuces for conceptual designs, flood reduction and habitat enhancement using floodplain, marsh plain terraces and wetland areas on the Napa River.That portion of the restoration of the Napa River and its watershed, which flows through the Rutherford American Viticultural Area (AVA) between the Zinfandel Lane Bridge and OakvRie Cross Road received a California State Legislature Certyfcale of Recognition for innovation and Leadership in May 2012. i Santa Rosa Creek Ecosystem Restoration and Flood Damage Reduction Survey City of Santa Rosa, Sonoma County Water Agency, Army Corp of Engineers. Citywide Survey Control Network EstabFshment, Aerial Photography, UDAR and Digital Topographic Mapping for most of the incorporated territory of the City of Santa Rosa.Hundreds of cross sections were surveyed along nearly forty miles of waterways within the city for many of the creeks tributary to and including Santa Rosa Creek. Kingsbury Napa/Sonoma County Line Refracement The original county lines were set by the first state legislature in 1850 and were little more than written descriptions of physical features. 'Like the famous Mason-Dixon fine between Maryland and Pennsylvania (which would later separate the Union from the Confederacy), the lines were ordered to determine what government entity could collect property taxes on borderland. The line between Napa and Sonoma counties was — simply put — drawn along the ridgeline of the Mayacamas Mountain Range. It started atop Mount St. Helena at the three corners with Lake County and ran down the ridge to San Pablo Bay.Or maybe it went water-to-mountaintop; we don't reo1y know. But the ridgeline was definitely the boundary, and problems increased as more settlers claimed mountain land. A cho0enge resulited in an 1861 survey made by R.W. Morris, deputy to H.A. Higley, the state's surveyor-general.The field notes for this survey take us on a hike through rough country. "... to a large red rock where the timber of Cobb Mountain terminates & the chaparral commences ...... Or, from a rock boulder marked "8" on top to white oak tree 2 feet in diameter,to a rock with cross on it,to a pine tree bllazed on the west side,to a live oak marked on the east side to a rock mound with a fir tree, to an iron stake. IN 1877, WITH the knowiledge that rock mounds shift and trees and brush bum, the state authorized a monumented survey. It was accomplished by Col. Page 63 of 157 Bradley A . Thomas , PILS Vice President of Land Surveying Kingsbury,who placed 53 iron stakes at roughly one-mile intervals along the ridge,using the 1861 survey as a base.That is the Kingsbury Line,separating the two counties today. Page 3 of 3 LACO Page 64 of 157 MWm W III 1 I III I ����1�11111 � J1J1111��1111 � al 0 Miss NOW, NJ =Mai Em 11 ,; ply III r !>t Totals a These rates are valid for work performed prior to December 31, 2020. Work performed after January 1, 2021, and any subsequent year may be billed at the revised rates established for that year. Mileage charges will be based on the IRS Standard Mileage Rate (set at$0.575 effective January 1, 2020; subject to change) plus 10 percent. Page 65 of 1 Agenda Item No: 7.f. MEETING DATE/TIME: 4/1/2020 ITEM NO: 2020-348 dl� tiuU h 0 � - Uki AGENDA SUMMARY REPORT SUBJECT: Police Department Annual Report Review. DEPARTMENT: Police PREPARED BY: Justin Wyatt, Police Chief PRESENTER: Consent Calendar ATTACHMENTS: 1. Police Department Crime Overview Charts 2. Police Department 2019 Annual Report Summary: In consideration of the COVID-19 emergency, the Police Department's Annual Report for 2019 is not scheduled in the typical annual workshop format and is submitted under the consent calendar to provide timely reporting. Background: The Ukiah Police Department uses five goal areas to help identify objectives and priorities and to measure performance from year to year. The Department's Annual Report for this year represents our performance within these goal areas, how we achieved these accomplishments, and what we plan to do in the future. Discussion: The Department's first goal area is the reduction of crime. For the crimes tracked within the FBI Index Crimes Categories in 2019, we experienced a 12% increase overall from last year. Violent crimes increased by 20% in 2019 from last year, but are about 5% more when compared to 2017. The 2019 overall increase is related to a sharp increase in simple assaults, as crimes in the other categories actually decreased this year. We experienced an increase in property crimes of about 3% compared to 2018. Burglaries have risen significantly and are up 52% in 2019 compared to the previous year, and are almost double when compared to 2017, while still less than in 2015. The remaining categories are down from 2018. Attachment 1 represents a 10-year overview of all FBI Index Crimes, and five-year overviews of violent and property crimes for Ukiah. These graphs represent an overall decline in these particular crimes within the respective time periods. The department's overall clearance rate for crimes solved in 2019 was 65%, down from 69% in 2018. Specifically, the Ukiah Police Department solved or cleared 86% of violent crimes, about the same as last year, compared to the state average of 49%, and we solved 43% of property crimes, a little less than last year, compared to the state average of 10%, in 2019. The Department received 16% fewer reports of traffic collisions in 2019, but investigated 35% more than last year. The majority, about 96%, of those collisions were property damage only, about 4% were injury accidents, and none were fatalities in 2019. We made about the same number of DUI arrests and issued about as many traffic citations as last year. The Department's calls for service increased by about 3% this year compared to 2018, and calls related to Page 1 of 4 Page 66 of 157 homelessness rose again, by about 13%. Our annual calls for service remain below an all-time high in 2015. We made 6% more misdemeanor arrests and 4% more felony arrests in 2019 than in 2018. Officers issued significantly more, about 36% more than last year, field citations for misdemeanor crimes that would have resulted in an arrest a number of years ago. About 25% of the offenses committed this year related to drugs, thefts, and warrants were addressed with a citation and released in the field rather than with a physical arrest and incarceration. This can be attributed to legislation, such as Proposition 47, which changed many of these crimes from felonies to misdemeanors, combined with the County Jail's inability to intake most misdemeanor arrests. The Department's Crime Prevention Officer administered numerous crime prevention and workplace safety trainings this year, and our crime analyst received updated training and improved capabilities bringing us closer to a data based policing model. The Department's second goal area is to improve the quality of life in our neighborhoods. We invested significantly during 2019 in exchanging information with our supportive service partners, working towards a coordinated response to homelessness in the community. These efforts resulted in several partnered outings throughout the year, with a limited amount of outreach accomplished. We also worked closely with City Administration and the City Attorney's Office with modifications to the City's camping ordinance in response to recent legislation. The Department's Special Enforcement Team (SET) has assumed coordinating enforcement and outreach to the homeless community in recent years. This year SET investigated over 80 incidents related to homelessness, including trespassing, city code violations, encampments, and Fish and Game violations. SET supervised a number of encampment clean-ups, and was instrumental in addressing the city's largest homeless encampment to date wherein more than 15 tons of debris was collected. The SET handled a total of 141 criminal cases in 2019, which included the investigation of six marijuana grows, and the seizure of more than 160 marijuana plants being grown illegally. Due to decreasing personnel, the SET became unstaffed in August of this year, and many of the duties performed by SET concerning the homeless were assumed by patrol officers volunteering to work on their days off to continue this important work. Our Crime Prevention Officer was very busy in 2019 and conducted more than 940 site visits, up from about 800 the year prior, related to crime prevention, target hardening, trespassing, and cannabis. Over 130 of these visits were directly related to the proven concept of Crime Prevention Through Environmental Design (CPTED), and the partnership with Community Development and CPTED continues to grow. The Crime Prevention Officer conducted over 190 school crosswalk details this year, made 32 visits to the Ukiah Boys and Girls Club, maintains a library of more than 60 crime prevention fliers on the Police Department's website, and is working to expand the Neighborhood and Business Watch programs. We continued to reduce response times in 2019, and responded to Priority 1 calls on average about one minute and 20 seconds faster than last year, and Priority 2 calls almost three minutes and 30 seconds faster, for an average decrease of 34%. Our officers seized more than 20 firearms and we saved six lives in 2019 with NARCAN. We plan to continue with our prevention programs and to further the concept of CPTED within the City moving forward. Our third goal area is enhancing community and police partnerships. In 2019 staff participated in over 20 community events, including the annual Chili Cook-Off for the first time. We toured local businesses to study personnel and production practices in the private industry, and our School Resource Officer, in partnership Page 2 of 4 Page 67 of 157 with the Mendocino County Probation Department, hosted 20 Gang Resistance Education And Training (GREAT) graduations with 770 students graduating. We also maintained our School Resource Officer and Detection K9 partnership presence at the schools despite staffing deficiencies this year. We created enhanced partnerships with multiple Northern California Law Enforcement Academies furthering our efforts to recruit trained personnel. The effects of prison realignment and the decriminalization of certain crimes continued in 2019, and legislation focused on uses of force related to the mentally ill has prompted the law enforcement industry to closely examine the handling of those types of service calls. More scrutiny than ever before is being placed upon law enforcement related interactions that become violent, and we are studying very closely our response to non- criminal events and responses to those likely better served by a response involving supportive service professionals. The need for collaborations between law enforcement and supportive services has expanded beyond homelessness and now includes all vulnerable populations, and these partnerships are more important now than ever. Staff intends to continue coordinating with our community partners in this area. Within our fourth goal area, to develop personnel, the Department continues with daily training and was able to facilitate over 1900 hours of training across the organization in 2019. We were able to send officers to instructor development training, so that we can more easily meet perishable skills mandates in-house. We experienced significant success obtaining Crisis Intervention Training (CIT), and nearly every officer received this training in 2019. Unfortunately, the Department continues to experience a chronic, and recently critical, staffing shortage with a current effective officer staffing level of about 62%. Fortunately, the Department enjoys the support of both City Council and City Administration, and several hiring incentives aimed at academy trained and lateral officers were put in place this year and have begun to prove successful. We have also utilized incentives aimed at retaining officers in the area. Staff is continually evaluating all current recruiting methods while remaining focused on retention strategies such as keeping personnel well trained, and prepared for the succession process. We will assess the scope of our current Communications and Records Supervisor as increased service demands, evolving legislation, and increased data reporting demands have impacted the workload of communications, clerical, and records personnel. The Department's work and success in our fifth goal area of Continued Accountability can be demonstrated by having received only one citizen complaint in 2019, which was determined to be unfounded after a complete investigation. The Department had no uses of force meeting the criteria for reporting to the Department of Justice this year. The Communications Center continued to answer incoming telephone calls within 10 seconds, and typically had enough information in under one minute to begin dispatching assistance. We are slowly building our inventory of new car-cameras, and we met an unprecedented demand this year for the release of personnel files, crime reports and redacted video footage behind legislative mandates. Our in- house training plans are now available online, and we are anticipating the roll-out of our Records Management System upgrade in the latter part of 2020. This will allow us to begin reporting crime data in compliance with the National Incident Based Report System (NIBRS) beginning in 2021. We are currently updating and modernizing our website, we anticipate the release of a wellness and public "App" later this year, and we are now equipped to receive Texts to 9-1-1. The complete annual report is provided as Attachment 2. Page 3 of 4 Page 68 of 157 Recommended Action: Council will receive the Ukiah Police Department's Annual Report for 2019, and review the Department's performance and objectives. 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: Katie Mason, Crime Analyst Approved s o saftArnrt N l�u�nagr Page 4 of 4 Page 69 of 157 Attachment 1 Ukiah l ike Department I Index Crimes 900 5 792 769 800 74,0 743 700 '700 " ", 00 564 55 57 520 2 Jri „ ,GYY,'9Y17/)lyl/JT" �J�r"'�rJIJA�J %yvyjrym, 'Il1 / u " 347 �y300 3 2CK 100 Crimes, Property Crimes u w i io a Will Page 70 of 157 Uldah PoliceDepartment i lCrimes 350 500 250 �. 200 150 f( f i 10 50 J 29 1 1 1 1 , � rrtrr� 0 G Homicide Rape Robbery Assault Page 71 of 157 Uldah Police Department Property Crimes 50 331 j�lll�I 300 �e 250 20 1 1501 150 1 107 100 77 59 l% ! ......J 5� � r 2722 f f0 0 ------ BurglaryTheft Auto Thee Arson I112015 111 Page 72 of 157 , i l � r , 4 " Message From the Chief .. .................. ........ ........ ............................................ OurMission..............................♦.......................♦...................................................... DepartmentGoals............... ........ .................. ........ ........ ................. ......... ....... Our Department (Organizational Chart). ........ ......... ................. ........ ....... Department Divisions........ .................. ................. ....................................... 6-10 Staffig.. .. i ............. ....................... �wW MeetOur Team........... ........ .................: ........................................... .......... -1 Patrol Division............. ......... ...................;,............................ ................I..... 5- 16 Community Service Office .................... .. . ..... 7 DetectiveBurea ..................�..,,.,. �, �, � �,�, .................... 0x«4 ........: .. ` �mwnwmwvvirvwwi ����/ ""„"c en l/g / � �J"FiTI{�f'��i .T..a.G.. ,.OwNY. f.. .�.�%f JAK � ........ ........ooRur cer. nme Prventicn & Commune „ utr . .... ......... Communications & Records...:. ................. ... ......... ... . ........... ................. r 22 Parking, Evidence, And Volunteers..................... .......................... ......... ... 21 What's New?............................... ....... ................................ ............... - 25 Annual Police Awards........................... ............................................. ....... 26-29 LookingAhead............. ....................................................................................... WeThank You!... ....... ........................ ....... ....... ..................................... I All- w Welcome to the Ukiah Police Department's 2019 Annual Report, andX thank you for your interest in our organization. We are comprised of dedicated and professional men and women committed to public safety and to delivering exceptional police services to the community. 'j 4(Pe7Nn This report represents our achievements and measures of performance from the past year, our goals and priorities for the ° f future, and a look at who we are as an organization.; These accomplishments are only possible because of the never-ending commitment of our officers, dispatchers,and civilian staff who work tirelessly to keep Ukiah safe. The Ukiah Police Department endured many challenges this past year, to include complying with various reporting and legislative mandates, embracing new and changing technology,' more'quality of life crimes coupled with lessened penalties and fewer deterrence's, and a continued staffing shortage being shared by law enforcement agencies across the nation. Yet again the men and women of this organization stepped up to make a difference and to deliver to the community the objectives defined within our goal areas, which include reducing crime and the fear of crime, and to increase the quality of life in our neighborhoods'. These deliverables require innovation and persistence to achieve in itoday's turbulent policing' environment, and .I am proud of the: manner in which our law enforcement professionals go about performing their duties. More than ever we have turned to our community and service partners to help us identify new and innovative methods to strategically and collaboratively combat the challenges facing our community. It is through these partnerships our successes will be apparent, and we look forward to the continued engagement essential for public safety. The support of our community means a great deal to us and we are grateful for your confidence and trust. We remain committed to our core values of Safety,;Professionalism, and Community Service, and appreciate the opportunity to serve.'I am honored to be a part of this outstanding organization, and to be a part of providing law enforcement services to our city. Jusfin Wyatt Chief of Police f The officers, dispatchers and employees of the Ukiah Police Department are committed to work in partnership with the community to promote public safety and crime prevention through education and law enforcement. As part of our commitment, we have adopted three organizational values; the principles upon which we base our policing: SMOW: value human life and strive to enable our citizens to be safer and less likely victimized by crime. Proks,sio alis : We value dedicated highly trained personnel, with a commitment to the standards of the law enforcement profession. mmunifty Service: We value the privilege to provide effective, efficient and equitable service. We respect the members of our community, the importance of a combined crime prevention alliance and the opportunity to provide a united policing effort. The Ukiah Police Department has some of the most respected and valued individuals in law enforcement. We are also surrounded by supportive organizations and people: community partners, civilian employees, volunteers and everyday citizens who are willing to come forward when called upon. The men and women of the Ukiah Police Department thank you for your support. Together we make Ukiah a better community in which to live,work and visit. n zr - r� �y t a' qf, r, r r i fee, I l/ rpla atrarn�n Improve, the Quality of Life in Qu , P D Officers responded . proximately 743 Priority ne Calls and arrived on scene in about 3 Y2 r Enhance, Community and Police P^artn�� d, � �rr�mu �ty �ent� velop Personnel UPD Staff spent ly approximately 1928 hours at trainings in 2019! ,,,v//////iiii// , ontinued Accountabilbt f. J Chief Of Police Justin Wyatt Dispatch& Records Captain Supervisor Sean'Kaeser Tracey Porter Operations Lieutenant' Administrative Lieutenant Dispatch Services Cedric Crook Noble Waidelich -City of Ukiah -Cit oF,Fgrt Bra Detective Bureau Patrol Services Front Office and Records Special Enforcement �'�l Managements Team Animal Control Services Crime Prevention Crime Analyst Community Servic Major Crimes Officers e Task Force Administrative l; f Assistant School Resource Officers J Parking Enforcement; Evidence& Property; ,e The Ukiah Police Department is organized into three divisions which ^ are overseen ;by the Police Captain who is second-in command: a I� The Operations and Administrative Divisions ,are commanded by F Lieutenants, and the Communications and Records Division is supervised by a civilian manager. The Department's Captain is accountable for communicating and implementing the vision of the department to ensure an effective, efficient, and professional organization. The Captain is responsible for overseeing all divisions within the department, and the management of all personnel records to include internal investigations and professional standards matters. The Captain submits and tracks data to ensure compliance with mandated reporting requirements such as major use of force incidents and citizen complaints, The Captain participates and assists staff in solving complex police and personnel problems, coordinates activities with other City departments, civic and community entities,and other law enforcement agencies. Between January and July staff prepared the Police Department's responses regarding several large records requests related to Senate Bill 1421 and Assembly Bill 748. These two bills relate to officer personnel files and video which required extended periods of time for redactions to be made'. In addition to these two bills the Police Department began preparing its department policies and training materials to be posted on our website as required by Senate Bill 978 as this took effect January 1, 2020. The Police Department has continued to maintain and build its relationships with community and county agencies along with various supportive service providers. ,We have sustained our memberships on the Continuum of Care Board, RCS Homeless'Services Community Center, Ford.Street Project, Mendocino County Youth Project, and the Boys and Girls Club. We firmly believe these community engagements and partnerships are key,in reducing crime in our neighborhoods and addressing community concerns. We have furthered our partnership with Mendocino County's Whole Person Care program to establish a pilot Homeless Outreach Team and continue to develop this program. Throughout this year the Police Department responded to nearly 25,000 calls for, service while continuing to struggle with a staffing crisis, and yet only received one citizens' complaint which was determined to be unfounded after being fully investigated. In addition to having no sustained citizen complaints, the Police i Department had no use of force incidents which required reporting to the Department of Justice. This is a continued testament to the professionalism and commitment your police officers bring to our community. The Operations Lieutenant is responsible for the Patrol Division which ` includes the Community Services Officers and Field Training Program'. A significant portion of the Operations Lieutenant's responsibility is managing the deployment of patrol resources and personnel. This is �„� � accomplished primarily through the scheduling of staff to provide adequate coverage consistent with call volume and workload and coinciding with the availability of the limited resources, to ensure service to the community is; provided first safely, and efficiently and ' effectively. i The Patrol Division is responsible for providing law enforcement and crime prevention services to Ukiah's residents and visitors, which is accomplished by providing uniformed police response to emergency and non-emergency calls for service. These law enforcement services include but are not limited to serving criminal warrants, ;making arrests, issuing citations, taking reports, conducting criminal investigations, providing extra security and traffic control patrol for special events,vacation home checks,extra patrol requests,traffic enforcement and collision reports,and assisting other law enforcement agencies when needed. The Patrol Division is divided into shifts that provide coverage to the entire City of Ukiah 24 hours per day, 365 days per year. The Patrol Division works 12 hour shifts and is the backbone of the Ukiah Police Department. A typical shift will comprise of one patrol sergeant and include two to three officers. In 2019 the Patrol Division was challenged with legislative changes and increasing demands that required different methods and new ideas to address existing problems in the community. Along with continued staffing challenges our officers worked hard to maintain and deliver consistent ,law enforcement services to the community.The Patrol Division is proud of having the strong public support from the community that it serves. c mom' The Administrative Lieutenant is directly responsible for overseeing several essential department functions and for recruitment and hiring ' department staff. As part of the hiring process I work closely with the y � City of Ukiah's Human Resources Department in processing all police department employees. f While operating in a highly competitive job market the Department has maintained a high standard in recruiting qualified police officer and dispatcher candidates. This is accomplished through a series of innovative hiring strategies. These strategies include a team approach with Human Resources, regular appearances with community groups, and meeting with potential officers, at police academies, who have not yet chosen where they want to work. i Recruiting challenges'and officer shortages are being felt across the country.; To mitigate this the City of Ukiah has recently offered hiring bonuses and a Relocation Benefit to increase our ability to be competitive in the current job market. The pre employment processes for the police department is extensive and includes written testing, interviews, polygraph examinations, background investigations, medical examinations, psychological examinations, ending with a Chief's interview. The entire process, beginning from submission of application to fully-trained Police Officer can take many months. We are constantly reviewing these processes and working to identify improved methods to hire needed staffing. The Administrative Lieutenant is also responsible for the Police'Department's training program for all sworn and non-sworn staff. During the past couple years there have been several changes in law that relate to how police departments across the state operate. As a result, it is a constant and ongoing job to stay apprised of the various 'training needs to ensure our current staff is providing the best possible quality of service'to our community,and to ensure our departmental policies and training records are up to date. The Administrative Lieutenant oversees specialized services and programs, which' include; Detective Bureau, Special Enforcement Team (SET), School Resource Officer (SRO) Program, Parking, Crime Prevention, Evidence and Property,Peer Support,and Volunteer and Chaplain'Services. ,e � ICJ c The Ukiah Police Department Communications. Center is the main Public Safety Answering Point (PSAP) for residents in the Cities of Ukiah and Fort Bragg. The Fort Bragg Police Department contracts with the City of Ukiah for their dispatch needs. The UPI Communications Center is staffed 24/7 by a minimum of two dispatchers, and there are four dispatch computer workstations in the Communications Center.These additional workstations are often used when there is a need for additional staffing, such as during flood %. events,fires or other critical law enforcement incidents.' Our dispatchers answer 9-1-1 and non-emergency phone lines for both cities and are able to effectively take information over the phone from citizens. The dispatchers type the information into the Computer Aided Dispatch system and verbally relay information to officers over the police radios. Dispatchers can send information to officers through their Mobile Digital Terminals and run computer inquires for officers in the field. These inquires vary from wanted or missing persons, stolen vehicles, property,or firearms,and vehicle and driver records. Dispatchers are able to visually see where officers are on a mapping system and often have to look up callers' locations with GPS coordinates In 2019 the dispatchers answered 69,223 phone calls. Some calls are determined to be occurring in other jurisdictions and dispatchers are able to transfer callers to the appropriate agency for fire, medical or other law enforcement assistance. Dispatchers work closely every day with other public safety agencies. Most are local agencies but some may be across the state or across the nation. In 2019 the dispatchers placed over 12,000 out going phone calls to other agencies. In 2019 our dispatch center also started successfully taking Text-to-911 calls. Our motto is "Call if you can,text if you can't". A phone call is always a better way to communicate effectively. Dispatchers are also responsible for monitoring City of Ukiah security cameras, alarms, sending out emergency notifications, monitoring incoming all point bulletins(APB's) and other administrative duties. %e i fl f � li The Ukiah Police Department Record and Administrative staff answer the business phone lines and assist the public in person during regular business hours. Our dedicated staff receive subpoenas on behalf of the department, handle requests for copies of crime, and accident - reports, receive public records requests, and perform many other administrative functions. We are also proud to say both .of our Records Clerks are bilingual in Spanish. Our bilingual staff are often asked to help translate for non-Spanish speaking officers and !ia detectives. Our Records Clerks' other main duties consists of data entering crime reports, citations,traffic accidents,towed vehicles and found property into the Records Management Software (RMS) system. We are currently undergoing'a major upgrade to our RMS system which will be new to everyone in the department. We hope to "go live" with our new system in late 2020. The Records Clerks have been attending t;rainings and are busy getting ready for our new system. In addition, the Records staff also handles other duties such as Uniform Crime Reporting to DOJ, audits, notary work, taxi licensing, livescan fingerprinting for cannabis permits,department training records management,and more. Our Crime Analyst/Dispatcher is assigned to handling the department's internal statistical reports related to monthly calls for service, crimes, arrests, citations, traffic accidents, and other law'enforcement activities. Our Crime Analyst also helps other department supervisors compile data for meetings related to local mental health calls, homeless issues,animal calls and other quality of life matters in the City of Ukiah. In 2019 our Crime Analyst attended a course where she learned new skills, such as how to analyze data to be used in criminal investigation.She can be called upon to assist detectives when Ukiah has a sudden increase of a particular type; of crime. She also handles our monthly National Crime Information Center record validations and was recently assigned to help build our new Records Management System. Our Crime Analyst is also responsible for producing the Annual Police Report. In addition to her Crime Analyst duties she works about a third of her annual hours helping cover in dispatch when we have staffing shortages. Our Administrative Assistant works primarily ;handling the department 'financial records and budgetary preparation directly with the Chief of Police. This employee is trained to back up the Records Clerks if someone i is out sick, on vacation or at training. She also fills in as a call taker in the Communications Center a few days a week. The Administrative Assistant'is assigned other tasks such as ordering equipment, processing evidence requests for the detectives, redacting;records, assisting with large data requests and project'management.This year she attended two grant writing classes and successfully obtained her first grant for the department. ,e i (�J�,N�'9IIOD'0,G1(pJrn�k��lrry nvrJUrr�klrvria�l'�NNN � r����irrU�J UfkJlr rrrir�arg'°ririlU ��� rlvv�i�eiW�il O�iE✓Ir�p U�rN npr Nor Iwo (fff(fff III' ff((I f r r f'WQJJ O�fr 1�111<(ffff JJ(�f�(fl'4 ��/(rJlf lylllrvfl..lr4'�PlfNll V °!�Ai' ,�fIIIIQfIJfv `� V '�Yf ,/GI"l�rfrp ff�fr '• � �"�"o'� -� �"�"0�. � tl1af N�"�, ,fir"" 1,IJ ff /101'Hi111.. IV Y� � d �,. �I li y��. �i U � ��Ill�ii,. � �i P �,,.�i y,,� ii � JY i� .✓ m a'"ill/0/IODJ IDJIDIGOU Nl"("�vvf'°R `jai`l0U/I lll1D 1LJJy(UUp NA,f iff(rl°A ' %% i�r z % '/ r r r' 0 '4(G,'6GRll�rlyff111r'�� �"f �fl 'yVflfllOAl�'"" 0 '4(G,'6GRll�rlyff111r'�� i/'/�'t�; r �rrr��urr nr«ry Ukiah Police Department is authorized 34, Police, it m but remains understaffed ending the year with 26 officers. f f P�uH FPrr4,rprwpik r/r� drl�iN riirruK ow�lf« r rruir1011111�11�� irr��irr �N��r�1f�lili�lllrl �l J rrui11011111�11�� J � ir�U�ir�N�I��YI'�n�0 I�r'r ninoukl��NIIfJ1(rrjll011JIJp1VUV°4Nu6JlIIVVJ IVI(I)�rU)1ll N�,�,OlUllr(fJlf[l(Q111J0(IIfVNb �IIOUJ Ilflll(UlOJ111 °N�',��(rlfff(II�IJOIII(UVNb 1110VJ Ilflll(1Vll' rraauilr� 011rr01,D N UUJJI Ill Op �pNrlflrrllf0lJVfrIfUNN NJ�OfUI fll„V1D11! ���IINIIfrrjV�luIpV1VU04RpuJ 1VVUJ f��,ypDr)11 r��rukr��rNINllfrfll0luIJV1VU0°4NuuJ'1uVVl VIIV1DrV)<I` IIII���IIUI�O�1��IIIII�U���III�� � flrrrrrgNl°jUlf�(f011(((�((I(1/) ( (I(I�,`uti°fil0flflllll(/Ifl�filN(iJU�N6��rrrU(/p(111IOO�V�UNI"IIIg�IO,�llI� J�' �' IIIIIIIIIIIIIIIIIIIII � , Je Al J i ( Chief his 25-year veteraru`t f th Ukiah P Itc epartmer�E, and his,served motetha, years in Law Enforeemeru Tholtref ho's served`theepartment as a patrol efftcer, ra aigned h , /lendacino Major Crimes Talk Forcef a serearrs, rl aid its tF 1ainirtg and peelnforcement,,tJ[Nt, aid as a Patrol ' Commander, He has overseen the Field Training Program, served as a rangemaster and on the SWAT Team, and as an Instructor with Mendocino College,The Chief holds a Bachelor's of Science in Criminal Justice Management and is a graduate of various leadership programs including Leadership Mendocino and the FBI National Academy, Captain, Sean Koeser started his career with the Ukiah Police Department as an unpaid reserve officer. After being hired as a sworn Police Officer for the City of Ukiah, Sean has served the department and the community in a variety of assignments throughout his career, including Patrol, K-9, Field Training Officer, Major Crimes Task Force,Patrol Sergeant,Administrative Sergeant,and Lieutenant'. ` utena t, Cedric Crook is a 22 year veteran of the Ukiah Police Department and has worked a variety of assignments to include: Patrol, Field Training Officer, SWAT Team, K9 Handler,assigned to the Mendocino Major Crimes Task Force, Patrol Sergeant,Detective Sergeant,and Operations Lieutenant. UeMnant Nobte, Waidellch began his career in corrections, before being hired by the Ukiah Police Department in 2005. Lieutenant Waidelich holds a Bachelors of Science Degree in Business Administration from California State University, Chico and has worked several assignments to include, Patrol, FTO, Detectives and as a Patrol Sergeant prior to promotingto Lieutenant, CommunicaUons and Records Supervisor Tracey Porter started her career as a dispatcher in 1990. In addition to working for the Ukiah Police Department, Tracey has worked for the Willits Police Department and the Napa Police Department.. Tracey Porter was promoted to the Dispatch Supervisor in 2011. Tracey manages all aspects of the Dispatch Center at Ukiah PD which consists of 8 full time dispatchers, Supervisor Tracey Porter has also spent time during her law enforcement career working as a Records Clerk': Tracey currently supervises two Records Clerks, one Crime Analyst/Dispatcher and an Administrative Assistant, Tracey Porter took over supervising the Records/Administrative Office in 2015. Prior to 2015, the supervisor of this unit was the Police Captain. Je r Years'of Service with the Ukiah Police Department Chief Wyatt 25 Years CSO R. Breece 1 Year Officer Donohue S Years , Captain Kaeser 27 Years Officer Brazill 5 Years Supervisor Porter 18 Years Lieutenant Crook 22 Years Officer Corning 4 Years Dispatcher Ronk 30 Years Lieutenant Waidelich 14 Years Dispatcher T. Breece 12 Years Sergeant Hoyle 1 Years Officer Rigby 4 Years Officer Elledge 3 Years Dispatcher Pittman 10 Years Sergeant Pintane 24 Years Officer Perez 3 Years Dispatcher Rockel 10 Years Sergeant Long 14 Years Officer Oswald 2 Years Dispatcher Denham 7 Years Sergeant Phillips 11 Years Officer Cowan 1 Year Dispatcher Stone 2 Years Sergeant Snyder 11 Years Officer Min 9 Months Dispatcher Nelson 2 Years Officer Murray 11 Years Officer Infante 7 Months Dispatcher Schofield 1 Year Officer Delapo 7 Years CSO Bartholf 16 Years Records Clerk Castanon 22 Years Officer J,Chapman 6 Years CSO Freeman 9 Years Records Clerk Garcia 8 Years Officer Madrigal 6 Years CSO Mosna 6 Years Crime Analyst Mason 8 Years Officer B; Chapman 6 Years Assistant Mathias 2 Years EM Y , I ro rll� b , i Y@ II e„ r l �e / rs working in the Patrol Division are often the first point of tho°e needing police services and perform the most visible oar Department. Patrol officers are seen responding to e, performing traffic enforcement and accident % inv � patrolling neighborhoods, problem solving, and the community.The Patrol Division is staffed 24 hours #, week, and 365 days a year to help maintain order and %safety to our community. qdfhandles very diverse situations and performs a wide Tuntions. Our officers often times perform their own �G nYei ations for calls they have responded to, locating and additional witnesses, recovering stolen property, obtaining evidence,and arresting offenders. Transient Related 3030 Sus iciouis Person/ 2364 Vehicle Circumstance Alarms 984 Disturbances 8772 Fights 519 Wellfare Checks 496 Shoplifter 362luiuii� Civil Matters 31 Trespassers 306 r m, Juvenile Problems 285 r � �e What the community doesn't often see is t oil care our officers take preparing re evidence, performing investigative inqui W court, and participating in community ev nts hour period in the City of Ukiah our patr handle approximately 68 calls for service, make arrests, and issue several traffic citatio " r l /ttt Il to these behind the scenes activities. Officers that have completed their acad'�� ammg are assigned to patrol for field training. 8 p 8 officers were very busy in 2019, training preparing them for the demands and excitjr� id in patrol on their own. ,. ; �i , , D you know? The Ukiah Police Department ` responded to approximately 68 calls for service a day! N, Ukiah Police Officers responded f M Mc Calls For Servicein 2019, Ukia 3 Misdemeanor arrest,, arrests, and issued I r patrol L7ision s Community Service Officers help handle many ,tire falls ech day, diverting workload from patrol officers increasing it for priority calls for service. CSO's are typically �. tMtva+ 1 y p Y rz'Is, onsible; „ r handling non-hazardous situations such as traffic � collisions, Wt nd found property, abandoned vehicle complaints, animal control ca'lls,f",fieft related calls when a suspect is unknown, and a variety Y of other serve requests. � he De08' " is CSO's often participate and organize our deployment ,j in various or9 nized events and parades that occur throughout the year in the City o,,% Ukiah. Our CSO's perform a vital function and have a tremendous r°le in supporting the Department's service delivery and the community. � y 1� ����������j�i /y^���,ytA' ��r�� ,�y '�✓�p I��i����� FR,.,G� � a � Animal 893 Theft 565 %1 h Traffic Accidents 488 m Parking/AVA Complaints 449 Property 429 aim Registrants 317 Vandalism 309 Fraud 163 Burglary 138 Stollen Vehicle 92 r 11 l ( @=201. 2019 Homicide 0 1 Rape 14 15 Robbery 20 11 24 �J Assault 276 233 290 Violent Crime Totals 310 260 324 Burglary 59 77 117 Theft 234 148 147 Vehicle Theft 42 59 34 Arson 11 27 22 Property Crime Totals 346 311 320 Total FBI Index Crimes _F__656_F 571 644 Our Detective Bureau is supervised by a very seasoned investigator, Detective Sergeant Rick Pintane, whose most notable investigation landed Inrsluulu him a spot on America's Most Wanted in 2012. Detective Sergeant Pintane's The Ukiah Police Department unit this year was comprised of two full time Detectives, and oversees two submitted approximately 786 School Resource Officers who are often relied upon for support. cases to the D.A:s office for prosecution this year, with an 1 This Bureau often coordinates with allied agencies to investigate and solve overall charging rate. r crimes that fall outside the scope of normal patrol duties. Crimes are solved the old fashioned way—by skilled, trained investigators who work with great determination and persistence to see justice done. During this year these the center of the state to the coast solving crimes that started here in Ukiah. 2017 2018 2019 rCommitted 310 260 324 0 0 0 Cleared 77/ 87% 86/ IF State Average 49% 45% Not Available IF "" 'O Committed 346 311 320 Cleared 53% 51% 43% State Average 10% 10% Not Available �e '; The Special Enforcement Team was formed in 2015 and was designed to address quality of life type issues requiring daily attention. This year SET again focused working with the homeless population by addressing criminal conduct such as unlawfully disposing of trash in waterways, sewage disposal,abandoned vehicle issues and more. A key investigation during this period was the Airport Road cleanup. This required collaboration between several City departments and resulted in over 15 tons of trash being removed from the area. The SET helps relieve the patrol division of numerous service calls that are not typically resolved through enforcement alone, or are not police matters. Additionally, SET is responsible for the eradication of unlawful marijuana related activities, and has significantly impacted illegal outdoor growing in recent years. 160 Marijuana Plants Seized 141 Case Numbers 13 Fish & Game Citations 64 Trespass and Ukiah City h Code Violations y U • mpment Clean Ups � of • •W' 'F • v,, / '�� , tbi /l The Department's Special Enforcement Team's designated staffing level is 2 officers and a sergeant. During most of 2019 due to staffing shortages, the unit was staffed with only a sergeant. In August of 2019, again due to shortage of staffing the unit became unstaffed, and remains so. The important duties and service demands typically addressed by members of this team have fallen to the Patrol Division. The officers of this Department recognize the importance of these quality of life type of activities and their value to the community, and have done an outstanding job addressing these issues along with an already disproportionate workload. Officers have committed to working on their days off to remain engaged with the vulnerable portion of our community who remain homeless, and continue working towards better serving those individuals and the community. I ,-n- nership with the Ukiah Unified School District, the Ul �ah,.Prilice Department deploys a School Resource Officer � � � Program overseen by the Detective Sergeant. The SRO assigned Nto the Ukiah High School is partnered with a K9 w�a�rsawur g¢�rmnrnrnru ,ri6rhod Jack, who is a young, energetic Springer Spaniel and who is n6 ordinary K9. Jack is capable of detecting not only drugs;,bLlft also firearms and ammunition which increases the a 'Y, `saf0ty,of,/our students and community. In Jack's off time he likes chasing balls and being groomed. d% Our assigned to truancy oversees student school attiertdahce for 6 elementary schools, 2 middle schools, and `bdth hi schools within the Ukiah Unified School District. School Resource Offlicers responded to 264 truancy related searches,Incidents, completed 122 school presentations, conducted 26 drug and Investigated Both SRO's provide police services to local school rounds p p g Did You Know? and areas adjacent to schools, and maintain a close K9 Jack is trained in both partnership with school administrators to provide for a Firearm and safe school environment. " Drug Detection! / // /// ifww7RlRFrcnRFrcnRFrc>siunNun�lrcrcrc �p�uilrt�uwv,a„wwr„ /j Our SRO's are visible within the school community and often attend and participate in school furroons hiP building working relationships with schoa lstaff an student and parent groups. SRO's assist;'% in co+nfhct"' resolution and interact with students in the clan roc/m, while being a positive role model. Our SRO'' hags/tsci � been essential in assisting our Detective and P"i of//'—" � divisions. 4, z;i 6 r� M Did You Kn You can view all of UPD's Crime Prevention Brochures on our website! www.ukiahpolice.com Our Community Services Officer assigned to Crime Prevention, Nancy Sawyer, works to comprise strategies and measures that seek to prevent or reduce the risk of crimes occurring. CSO Sawyer administers the Department's Business Watch Program by working with the public and business community. She addresses issues such as impacts of homelessness, parking lot signage, private property towing procedures, and commercial alarms activations. CSO Sawyer helps coordinate many community events and is responsible for coordinating traffic control operations during many of the parades occurring throughout the year in the city. CSO Sawyer has received certification in Crime Prevention Through Environmental Design (CPTED), working closely with planning officials on proposed and existing commercial developments in the city.These concepts and methods are typically integrated into the project's design to prevent or reduce the potential for criminal activity related to the business. This officer has incorporated CPTED methods into evaluating proposed cannabis related businesses to ensure submitted security plans are in compliance with local ordinances. rt • Sawyer assists Crossing Guards at the schoolelementary visits with the boys and girls club weekly! Our Communications Center In 2019 our dis atchers handles 9-1-1 and non-emergency p calls for the City of Ukiah and City received about 70,000 of Fort Bragg Police Departments. phone calls and they were There are two dispatchers able to answer most calls scheduled to work 24 hours'a day, �� in less than 10 seconds! j 7 days a week. Our Communications Center. handles an average of 12,000 9-1-1 calls per year and approximately.,,58,000 non-emergency phone calls. Wel also dispatch for the City, of Ukiah Electric Department, Streets, Water and Sewer Departments ........... ... ..... after regular business hcursand on n Fact weekends. Dispatchers are trained to ask the right questions On average, our dispatchers only need about a 1, minute conversation with the caller to get help started! r JVVA �a The Record Clerks are responsible for processireg the.... traffic,documentation and crime reports generated by the Ukiahl Police Officers. Staff situates thereports � � Y into complete packets and ,J forwards them to Detectives for follow-up or to the District r Attorney's Office for prosecution. ` d On average the Records; Clerks process 3,600 reports annually. Did YouKnow' �y Both of our Front Office/Records Clerks speak Spanish! s*7711 op Jf/ Property and Evidence i ry The Community Services Officer responsible r r for Evidence and Property categorizes and catalogues all the Police Department's Fug property storage, ensuring preservation and Our Evidence proper disposition of all items received and Technician processed r �' held at the department.The property manager approximately 1600 ensures evidence and property is properly stored and maintained, coordinates the return articles and evidence in of property of property or its release for destruction, auction and donation, and is responsible for 2019! p conducting inventories of the property room per department policies and procedures. Parking Enfo '' r(�r (r(rrl(O (rrlrr(rrGr��rrri(lrr�r(err( rlrr�l(�lrr(r�r(iar�l((rQlr �lr�(l ��r(r�rrrlrt(ri��4rlr inement 4 ON t�� interesting, The Community Services Officer assigned to In 2019, parking is responsible for ensuring drivers Parking comply with local parking regulations and Enforcement ordinances, and to issue citations for issued 1923 violations related to illegally parked vehicles. parking This officer collects money from metered parking, assists in traffic control activities, Citations. patrols parking lots, and arranges towing ,NNP� �4�d?fQf�AiHi1�?fduf�'KYNf4�itaN4YN��47J?iWufiPl6�Nn services for vehicles as necessary. , r f ui i u ui i ur ui i ui' i i of i i ui` ui i ui! ui i ir' ui i u" ui i ur ui i u' ui ii iuu iiu ' iuu iiu iuu iiu iuu iiu ' iuu iiu A" �� i�ia ���u'�� ueeadieaa(a?doedra�aaii Volunteer Services 9 In 2019, our t r The department currently has one volunteer who Volunteer Mike E reports weekly and assists the Detective Bureau Glenn, was ; with processing audio recording and photographic recognized with a �4„r� luuuil evidence. This member of the community donates Community their personal time to the department on a regular Service Award basis, and has proven to be a significant help to the Detective Bureau in complying with an increasing workload in supplying such evidence. 7 Personnel Noble Waidelich was promoted from Patrol Sergeant to Administrative Lieutenant, and Officer Brett Chapman was assigned as a School Resource Officer and partnered with K-9 Jack. We hired 3 new officers this year; one of whom was an Academy Graduate and with 2 currently in the academy.We ended the year with 26 officers out of 34 funded positions, 1 more than last year. fe s r. . Technology The Department is undergoing a major upgrade to its Records Management System - The new system will be web-based and provide for enhanced crime reporting, and allow for compliance with DOJ reporting requirements and future data collecting and reporting mandates. The Department also began taking Text to 911 calls in 2019! Call if you can,text if you can't! u � � uuuuuuuuuuuu uuuuuu �I w J 7 „ Partnerships The Department worked closely with the County's HHSA to finally deploy an officer in partnership with a social worker to perform outreach and engage homeless individuals in the field, into transformative services. We participated in over 20 community events in 2019, to include; the Chili Cook-Off, blood drives, youth focused events and career days, multiple school events, community trainings, No Shave November, and we toured local businesses to learn about personnel and production practices in the private industry. r n m, r I. 1 Equipment & Facilities The Department authorized changes in uniforms and equipment, focusing on officer safety and wellness. Department Staff worked closely with facilities personnel to improve aesthetics at the Police Facility, also evaluating security concerns and made recommendations for improving appearance while reducing potential dangers. II // �t II uiwodij`�y<^ �J The Ukiah Police Department's Officer of the Year Award is awarded annually to the officer who demonstrates the highest level of the department's organizational values in the course of their day to day duties. During 2019,Officer Max Brazill's'dedication to our organization al values of safety,professionalism,and community service has been commendable. The year 2019, has been a challenging year for everyone at the department,as we have all worked through a serious staffing shortage. Throughout this time period Officer Max Brazil[ has remained resilient and assisted our agency in many productive ways, Officer Max Brazill' assisted our agency with this crucial role of being a Field Training Officer and was assigned to train several Officers during this time period. Being an FTO is a critical roe to our department as it directly affects all of our staff and is very demanding, FTO's often work past their assigned shifts to stay; on top of all the documentation or to assist trainees in deficient areas. This overtime is in addition to other scheduled overtime an FTO might be working. In addition to the aforementioned responsibility of being an FTO,Officer Max Brazill has been a Range Master for our department for the past couple of years. Being assigned as a Range Master;requires a substantial time commitment and comes with a very serious responsibility. Range Masters are not only responsible for conducting range training, but they spend significant amount of time preparing and maintaining department firearms. Range Masters are responsible for making sure the members of our department are proficient with their firearms, and evaluating what equipment our members are using. This sometimes requires additional' training outside the dates of our normally held ranges and or time spent researching current and new equipment. Lastly but not least, Officer Brazill is well respected by those Officers he has trained, his peers, supervisorslii and community. During this year there was a need for an officer to move from a more desirable shift to weekend nights. Without hesitation Officer Max Brazils volunteered to switch from a shift he had selected to weekend nights to cover for staffing needs to help the department. In addition, Officer Brazill has filled vacant i supervisor positions as Officer in Charge. Officer Brazill treats both people in our community and those he works with, with compassion'and respect, which is likely related to why he is well liked and respected. Officer Max Brazill is awarded the Department's Officer of the Year Award for his dedication and commitment to the[agency as well as his valuable acts of police service. Officer Brazill's performance is in line with the values of the Ukiah Police Department;Safety, Professionalism,and Community Service 0 The Ukiah Police Department Dispatcher of the Year Award is awarded annually to the Dispatcher who demonstrates the highest levels of the department's organizational values, in the course of their day to day duties. During 2019, Dispatcher Tiffany Breece's performance as a Dispatcher was a clear reflection of our organizations values of safety, professionalism and community service. Dispatcher Tiffany Breece was nominated by three of her peers for i Dispatcher of the Year and was unanimously selected for this award by the Ukiah Police Department's supervisors. During'2019, 'Dispatcher Tiffany Breece has continuously proven to be an excellent Dispatcher at the Ukiah Police Department. Tiffany is a patient and knowledgeable trainer. Tiffany has spent a better part of the year helping train new employees and shows up to work every day;with an impeccable attitude and ready to serve the community. Dispatcher Tiffany Breece has shown great adaptability working with multiple partners during our recent'' vacancies and remains upbeat. Whoever Tiffany's partner is for the day can rely on her to be aware of what is happening in iiboth cities. Tiffany possesses many traits that make her an excellent dispatcher, including but not limited to, a calm demeanor on the radio, consistency in; handling calls, great accuracy in her computer inquires and maintains endless professionalism. Dispatcher Tiffany Breece is awarded the Department's Dispatcher of the Year Award for highly intelligent''i and valuable acts of public safety and community service, which demonstrates special initiative and perseverance iduring 2019. Dispatcher Tiffany Breece's performance is in keeping with the highest values of the Ukiah Police Department' to ensure the safety of our fellow citizens and fellow officers, performs her duties with professionalism, and provides a vital service to the community we are entrusted to serve. The Ukiah Police Department is lucky to have you Tiffany. Congratulations! ` II 11 ............... 1155a H&S Award `�` Officer Kevin Murra Y ' The Department's 11550 H&S award is awarded annually to the patrol officer who provides safety and service to the community by reducing dangerous drugs, drug sales and other activities associated with drugs—through the identification and arrest of people under the influence of drugs, possessing drugs,transporting drugs, or selling drugs within our community. In 2019 Officer Kevin Murray's work in investigating over 75 drug related incidents in persons being under the influence of narcotics, possessing, transporting or selling narcotics is commendable. Officer Kevin Murray's actions exemplifies our Department's core values of Safety, Professionalism,and Community Service and the core values of the City of Ukiah Professionalism, Service, Teamwork, Innovation and Safety. It is due to Officer Kevin Murray's admirable efforts that he is awarded the 11550 H&S Award for 2019. Officer Kevin Murray's performance is in keeping with the highest values of the Ukiah Police Department to ensure the safety of our fellow citizens and fellow officers, while performing our duties with professionalism and providing a vital service to the community we are entrusted to serve. 15' ' V wwa rd Officer Saul Perez The Department's 23152 CSC Award is awarded annually to the patrol officer' who provides safety and service to the community by reducing injury accidents ! „ and vehicle fatalities—'through the identification and arrest of drivers under the influence of alcohol and/or other drugs. In 2019 Officer Saul Perez's work in reducing drunk driving collisions and protecting the safety of our community is commendable.'During this past year Officer Saul Perez identified,arrested and effectively removed 29 intoxicated drivers off of our streets. Officer Saul Perez's actions exemplifies our Department's core values of Safety, Professionalism, and Community Service and the core values of the City of Ukiah — Professionalism, Service,Teamwork, Innovation and Safety. It is due to Officer Saul Perez's admirable efforts that he is awarded the 23152 CUC Award for 2019. Officer Saul Perez's performance is in keeping with the highest values of the Ukiah Police Department to ensure' the safety of our fellow citizens and fellow officers, while performing our duties with professionalism and providing a vital service to the community we are entrusted to serve. ` II Life Saving Award On September 22, 2019, UPD Dispatch received a call regarding a man who fell off his bicycle at Hastings Rd. near the railroad tracks. UPD Dispatch advised the man possibly had a seizure and was not breathing. Approximately 4+minutes after the call came in, Officer Corning and his trainee arrived at the scene and found the victim.The victim was partially lying in blackberry bushes and was on uneven/unstable;ground. Officer Corning quickly realized the victim's eyes were dilated, he had no pulse and he appeared to be deceased. He told his trainee to run back to the patrol car to get the AED from the trunk. While this was happening, Officer Corning grabbed the victim by the arm, drug him back towards the road and on to a flatter, more stable surface. While there, Officer Corning assessed the victim and began CPR in the form of chest compressions. Officer Corning'performed CPR for several'minutes until medics arrived and took over. Medics were able to find a faint pulse and stabilize the victim. He was ultimately safely transported to the hospital. Medics who were on scene Pater contacted UPD and credited Officer Corning with saving the victim's life. They said the victim suffered a major cardiac event and if it wasn't for Officer Corning's actions of quickly and effectively administering CPR,he almost certainly would have died. Officer Corning is awarded this Lifesaving Award for his committed and courageous actions above and beyond the call of duty,which saved the life of an innocent person. Officer Corning's performance is in keeping with the highest values of the Ukiah Police Department to ensure the safety of our fellow citizens and fellow Officers, perform our duties with professionalism, and provide a vital service to the community we are entrusted to serve. i f V �J 6 a Tnchn©Vo�y aid Faci�V�ti��s U grade the Ukiah Police Website geplcs r an pp focused on officer wellness. arr (� Iew KOWtds Management System which will help `'' offs erg atnstream the report writing process. Y • Contin' e improvements to the Police facility to improve security and aesthetics. Staff'rn levels The bepartment is fortunate to have the support of 'City Council and City Staff and will work to maximize recently approved recruiting incentives. We plan to %broaden our exposure even further in the job market, %and continue to identify and utilize other innovative and 4 ffective recruitment and retention strategies to bu {dand harden officer and dispatcher staffing levels. Partnerships %aye department will study and evaluate co-responder rr' Is while working closely with our supportive u . ser�fe and community partners, to develop and mote this program to more effectively and safely vulnerable populations in the field. a " Ir 17 , o, 11 0� Oil THANK YOU ! �/ . • � ail 6 1 y, if1'r11%�'1 ✓� { x aw " L' IK 1 u f �I�i��i ��"'�'. a� � Y i �� �; �1 �i s too �� i � � � �� //�� i i� ,� � ii ��,�gli.,' ed � � � �� v � ,� ,` b �,' �� dui r,�'° � �� � �;� i6 a , �� �� ��� ' r,� i, ,,�� �� J/ ;R �� �� �; � ,� � ,,� 0 �� r ,, �w,;J �J"P,, i /� ;� ,� �. �( ' r t �r�"+ a� �,-�� �� 1�,�'"r��"" � � � � Agenda Item No: 7.q. MEETING DATE/TIME: 4/1/2020 ITEM NO: 2020-350 dl� tiuU h 0 � - Uki AGENDA SUMMARY REPORT SUBJECT: Approval of Notice of Completion for El Dorado Lift Station Replacement, Specification 19-13. DEPARTMENT: Public Works PREPARED BY: Jason Benson, Senior Civil Engineer PRESENTER: Consent Calendar ATTACHMENTS: 1. Notice of Completion_Spec19-13 2. Contract No. 1920-108 3. CCO1_Executed_24JAN2020 4. Subcontractor Addition 1 OJAN2020 Summary: Staff is submitting a report to the City Council that recommends accepting the work as complete for the El Dorado Lift Station Replacement project, Specification No. 19-13. Background: The City Council awarded a contract on August 7, 2019, to Bartley Pump, PM LLC of Santa Rosa, CA in the amount of$137,650 inclusive of quantities to be billed at actual amounts on behalf of the Ukiah Valley Sanitation District (UVSD). The project involved the removal of the existing lift station and replacing with a new lift station manufactured by Xylem/Flygt that included pump station, pumps, valves, and electrical control cabinet. Discussion: The work of the contract was completed by the contractor in substantial conformance with the approved plans and specification on February 7, 2020. (See Notice of Completion, Attachment 1 and Contract, Attachment 2.) The City Engineer approved a change order (Attachment 3) totaling $5,042.59 for installation of an electrical transfer switch that would allow a service team to swap the system over to generator back up power in the event of loss of power from PG&E. During the time of construction, the contractor was unable to provide an equipment operator to run the excavation and compaction machinery for replacement of the underground station, and added a subcontractor (Attachment 4), Ghilotti Construction Company from Santa Rosa CA, to perform this work at no extra time or cost to the contract. Based on actual quantities constructed and the authorized contract change order, the final contract cost was $142,692.59. Final payment of the retention will be made to the contractor after 35 days from the date the Notice of Completion is filed with the County Recorder. Staff has reported the total cost of the project, including change orders to the UVSD. Recommended Action: 1. Accept the work as complete. 2. Direct the City Clerk to file the Notice of Completion with the County Recorder for El Dorado Lift Station Replacement, Specification No.19-13. Page 1 of 2 Page 106 of 157 BUDGET AMENDMENT REQUIRED: N/A CURRENT BUDGET AMOUNT: $142,692.59 PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: 94424424.80230.18088 PREVIOUS CONTRACT/PURCHASE ORDER NO.: 1920108 COORDINATED WITH: Tim Eriksen, Director of Public Works/City Engineer prbA . . s O S � � Page 2 of 2 Page 107 of 157 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 El Dorado Lift Station Replacement project, Specification No. 19-13 of all said owners is that of fee simple. 3. That on the 7th day of February, 2020, the Contract work for this project was actually completed. 4. That the name and address of the Contractor is Bartley Pump, PM LLC, 4000 S Moorland Avenue, Santa Rosa, CA 95404. 5. That the real property herein referred to is described as the specific section near 1500 Redemeyer Road in Mendocino County, California outside the Ukiah City Limits along the east bank of the Russian River. 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 108 of 157 Pd 2 COU #1920-100 CITY OF UKIAH Mendocino County, California AGREEMENT FOR EL DORADO LIFT STATION REPLACEMENT Specification No. 19-13 THIS AGREEMENT,made this 8th day of Auglust ,20-11,by and between the City of Ukiah, Mendocino County, California, hereinafter called the City and Bartley Pump, PM LLChereinafter called the Contractor, WiTNESSETH: WHEREAS,the City has caused to be prepared in accordance with law,specifications;,,drawings and other contract documents for the work herein described and shown and has approved and adopted these contract documents„ specifications and drawings and has caused to be published in the manner and for the time required by law a notice to bidders inviting sealed proposals for doing the work in accordance with the terms of this contract and WHEREAS, the Contractor, in response to the notice to bidders, has submitted to the City a sealed proposal accompanied by a proposal guaranty in an amount of not less than 10 percent of the bid price for the construction of the proposed work in accordance with the terms of this contract and WHEREAS, the City, in the manner prescribed by law„ has publicly opened, examined and canvassed the proposals submitted and as a result has determined and declared the Contractor to be the lowest and best regular responsible bidder for the work and for the sums named in the proposal, NOW, THEREFORE„THIS AGREEMENT WITNESSETH Article 1, Work to be Done and Contract Days Allowed. That the Contractor shall provide all necessary maqhinery,tools,apparatus and other means of construction;shall furnish all materials,superintendence,overhead,expenses,all labor and expenses of whatever nature necessary for completion of the work in conformity with the Special Provisions and other contract documents hereto attached and according to such instructions as may be given by the Engineer The Contractor shall complete the work within twelve(12) calendar days.Contract days shall be counted starting with the 10th day following receipt of notice that the contract has been executed by the City.. Contractor, at his or her option, may begin work prior to start of counting contract days, however, in no event shall the Contractor start work without giving notification to the Engineer at least 72 hours prior to the start of work, without obtaining an encroachment permit from the City„ or without having submitted certificates of insurance that have been accepted and approved by the Engineer. EL DORADO LIFT STATION REPLACEMENT 43 Spec,No. 19-13 Page 109 of 157 Article 11. Contract Prices That the City shall pay the Contractor the prices stated in the proposal submitted by the Contractor,for complete performance of the contract by the Contractor. The Contractor hereby agrees to accept the prices as full compensation for all material and appliances necessary to the work, for all labor and use of tools and other implements necessary to execute the work contemplated in this contract;for all loss or damage arising out of the nature of the work or from the action of the elements,or from any unforeseen obstructions or difficulties which may be encountered in the prosecution of the work; for all risks of every description connected therewith; for all expenses of the work,as herein specified;for all liability and other insurance,for all overhead and other expenses incident to the work;all according to the Contract Drawings,the Special Provisions,the Details,the instructions and the requirements of the City. Article Ill. Labor Discrimination Attention is directed to Section 1735 of the Labor Code, which reads as follows: No discrimination shall be made in the employment of persons upon public works because of the race, color,national origin or ancestry,or religion of such persons and every contractorfor public works violating this section is subject to all the penalties imposed for a violation of this chapter." In connection with the performance of work under this contract, the Contractor agrees as follows: (a) The Contractor will not willfully discriminate against any employee or an applicant for employment because of race,color,religion,ancestry,or national origin.The Contractor will take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, religion, ancestry,or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training,including apprenticeship.The Contractor agrees to post in conspicuous places,available to employees and applicants for employment, notices to be provided by the awarding authority setting forth the provisions of this Fair Employment Practice section. (b) The Contractor will send to each labor union or representative of workers with which he or she has a collective bargaining agreement or other contract or understanding, a notice,to be provided by the awarding authority, advising the said labor union or worker's representative of the Contractor's commitments under this section, to employees and applicants for employment. (c) The Contractor will permit access to his or her records of employment,employment advertisements, application forms and other pertinent data and records by the Fair Employment Practices Commission, City of Ukiah or any other appropriate agency of the State of California designated by the awarding authority, for the purposes of investigation to ascertain compliance with the Fair Employment Practices section of this contract. (d) A finding of willful violation of the Fair Employment Practices section of this Contract or of the Fair Employment Practices Act shall be regarded by the awarding authority as a basis for determining the Contractor to be not a "responsible bidder" as to future contracts for which such Contractor may submit bids,for revoking the Contractor's pre-qualification rating,if any and for refusing to establish, reestablish or renew a pre-qualification rating for the Contractor. The City of Ukiah shall deem a finding of willful receipt of written notice from the Fair Employment Practices Act to have occurred upon that it has investigated and determined that the Contractor has violated the Fair Employment Practices Act and has issued an order under Labor Code Section 1426 or obtained an injunction under Labor Code Section 1429. EL DORADO LIFT STATION REPLACEMENT 44 Spec.No. 19-13 Page 110 of 157 Upon receipt of such written notice from the Fair Employment Practices Commission,the City shall notify the Contractor that unless he or she demonstrates to the satisfaction of the awarding authority within a stated period that the violation has been corrected, his or her pre-qualification rating will be revoked at the expiration of such period. (e) The Contractor agrees that should the City determine that the Contractor has not complied with the Fair Employment Practices section of this Contract,then pursuant to Labor Code Section 1735 and 1775 the Contractor shall,as a penalty to the City,forfeit for each calendar day or portion thereof,for each person who was denied employment as a result of such non-compliance,the penalties provided in the Labor Code for violation of prevailing wage rates. Such monies may be recovered from the Contractor. The City may deduct any such damages from any monies due the Contractor. (f) Nothing contained in this Fair Employment Practices section shall be construed in any manner of fashion so as to prevent the City or the State of California from pursuing any other remedies that may be available at law. (g) Prior to awarding the Contract,the Contractor shall certify to the awarding authority that he or she has or will meet the following standards for affirmative compliance,which shall be evaluated in each case by the awarding authority: (1) The Contractor shall provide evidence, as required by the City that he or she has notified all supervisors, foremen and other personnel officers in writing of the content of the anti-discrimination clause and their responsibilities under it. (2) The Contractor shall provide evidence, as required by the City, that he or she has notified all sources of employees'referrals(including unions,employment agencies,advertisements,Department of Employment)of the content of the anti-discrimination clause. (3) The Contractor shall file a basic compliance report, as required by the City. Willfully false statements made in such reports shall be punishable as provided by law.The compliance report shall also spell out the sources of the work force and who has the responsibility for determining whom to hire, or whether or not to hire. (4) Personally,or through his or her representatives,the Contractor shall,through negotiations with the unions with whom he or she has agreements, attempt to develop an agreement which will: a. Spell out responsibilities for nondiscrimination in hiring, referral, upgrading and training.. b. Otherwise implement an affirmative anti-discrimination program in terms of the unions' specific areas of skill and geography to the end that qualified minority workers will be available and given and equal opportunity for employment. (5) The Contractor shall notify the City of opposition to the anti-discrimination clause by individuals, firms or organizations during the period of its pre-qualification. (h) The Contractor will include the provisions of the foregoing paragraphs 1 through 5 in every first tier subcontract so that such provisions will be binding upon each such subcontractor. (i) The "Fair Employment Practices Certification" must be completed and signed prior to the time of submitting the bid. EL DORADO LIFT STATION REPLACEMENT 46 Spec No. 19-13 Page 111 of 157 Article IV. Parts of the Contract. That the complete contract consists of the following documents„ all of which shall be considered a part of this agreement. 1. Notice to Bidders 2. Wage Rates 3. General Conditions 4. Technical Specifications 5. Proposal 6. Fair Employment Practices Certification 7. Agreement 8 Contract Bonds 9. Contract Drawings and Construction Details 10. Standard Drawings 11. Indemnification Agreement IN WITNESS WHEREOF,this contract being executed in duplicate and the parties having caused their names to be signed by authority of their duly authorized office this_ day of QC- 20 141 . CITY OF UKIAH, MENDOCINO COUNTY, CALIFORNIA By: M GR FUKIH Attest: CITY CLERK, CITY OF UKIAH By: CO TRACTOR •— Attest: l Title: The foregoing contract is approved as to f nd legality thisa(o day of !ram �G-U 20 c CITY A OR , CITY OF UKIM EL DORADO LIFT STATION REPLACEMENT 46 Spec.No 19-13 Page 112 of 157 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this WWWW --------------------—------------------------- —. _____ certificate verifies only the identity of the individual who signed the document, to which this certificate is attached,and not the truthfulness„ accuracy,orvalidity of that document. State of California County of h0 M c-1 On._ -1�- before me, Notary Public personally appeared who proved to me on the basis of satisfactory evidenc to be the person(4 whose name is re subscribed to the within instrument and ac owledged to me that Le hefthey executed the same in his/her/their authorized capacity(; and that b)(hi er/their signature} on the instrument the person; or the entity upon behalf of which the person 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. =Y PALAIER Notary Public-Californla emy soraarnaCounty I WITNESS my hand and official seal. Commossion 0 2240b99 Comm,Esalres Apr K 2022 /ignatu o Notary m w___________ --------------- OPTIONAL -------- _________ --------------- _°Mough the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER Title or Type of Document ❑ PARTNER(S) Number of Pages ❑ MEMBER of LLC ❑ ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR Date of Document OTHER: SIGNER IS REPRESENTING: Signer(s)other than named above NAME OF PERSON(S)OR ENTITY(IES) Page 113 of 157 INDEMNIFICATION AGREEMENT This Indemnification Agreement is made and entered in Ukiah, California, on August 8 7o_lq_, by and between the City of Ukiah(Ukiah)and EWtley Pump, PM LLC (Contractor). Contractor is in 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: Ck(7 EL DORADO LIFT STATION REPLACEMENT 47 Spec No. 19-13 Page 114 of 157 CALIFORNIA ALL-PURPOSE 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 - �5" before me, Notary Public personally appeared aS r'k _..I> t h^ who proved to me on the basis of satisfactory evidenc to be the personjy) whose name i e subscribed to the within instrument and acknowledged to me that he be executed the s me i his t`/their authorized capacity�s), and that b i her/their signature} on the instrument the person, or the entity upon behalf of which the persons 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. r CASEY PA[JAER N.,.ryP.E49s[-canr�m+a WITNESS my hand and official seal. Sonoma CoatmtY ,.s I' Cmmrnitis1 9 2240698 i.; , PB]0,2022 T A _...S nat re Notary __............— ,,........ _ _ OPTIONAL Though the data below is not required by law,..it may prove al. persons el � document valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT INDIVIDUAL CORPORATE OFFICER Title or Type of Document ........... . PARTNER(S) Number of Pages El MEMBER of LLC ATTORNEY-IN-FACT ® TRUSTEE(S) El _ GUARDIAN/CONSERVATOR Date of Document OTI­IER: SIGNER IS REPRESENTING: Signer(s)other than named above NAME OF PERSON(S)OR ENT'ITY(IES) Page 115 of 157 CITY OF UKIAH Mendocino County, California Bond No. 76172482 MATERIAL AND LABOR BOND KNOW ALL MEN BY THESE PRESENTS, That we the undersigned, Barkley Pump PM,LLC AS PRINCIPAL,and The Guarantee Company of North America USA ,AS SURETY, are held firmly bound unto THE CITY OF UKIAH, hereinafter called the"City" in the penal sum of ____ _____ ) for the payment of which sum we bind ourselves,our heirs,executors,administrate One Hundred ThirtySeven Thousand Six Hundred Fitt and 001100dollars ($137,650.00--------"rs,and successors,jointly and severally. Y WHEREAS,the Principal has entered into a certain Contract with the City,dated August 8 20 19 a copy of which is hereto attached and made a part hereof, NOW,THEREFORE,the condition of this obligation is such that if the Principal shall in all respects fully perform the Contract and all duly authorized modifications thereof,during its original term and any extensions thereof that may be granted and during any guaranty period for which the Contract provides,and if the Principal shall fully satisfy all claims, arising out of the prosecution of the work under the Contract and shall fully indemnify the City for all expenses which it may incur by reason of such claims, including its attorney's fees and court costs, and if the Principal shall make full payment to all persons supplying labor,services,materials,or equipment in the prosecution of the work under the Contract,in default of which such persons shall have a direct right of action hereupon; and if the Principal shall pay or cause to be paid all sales and use taxes payab"le as a result of the performance of the Contract as well as payment of gasoline and special motor fuels taxes in the performance of the Contract and all motor vehicle fees required for commercial motor vehicles used in connection with the performance of the Contract, then this oblligatlon shall be void,otherwise,it shall remain in full force and effect.No modification of the Contract or extension of the term thereof,,nor any forbearance on the part of the City shall in any way release the Principal or the Surety from liabililty hereunder. Notice to the Surety of any such modification, extension, or forbearance is hereby waived. IN WITNESS WHEREOF,the aforesaid Principal and Surety have executed this instrument and affixed their seals hereto, this 9th __ day of Aur�ust 2019 In the presence of: WITNESS: .....�,� ................... (SEAL) (Individual Principal) (Business Address) (City/State/Zip Code) EL DORADO LIFT rISSTATFON REPLACEMENT 50 Spec.No. 19-13 Page 116 of 157 Name 8 Title ® t'v.t_ C 73`L j/t ® j c Bartley Pump PM„ LLC (SEAL) P V-' (Corporate Principal) 4000 South Moorland Avenue (Business Address) Santa Rosa, CA 95407 _ (City/State/Zip Code) ;/Pf ZW�kJ"-t:VA� (Corporate Principal) Affix Corporate Seal (Business Address) (City1S atei'Zip Code) Willl'iam Jungreis, tt ney un-tact ATTEST: The Guarantee Company of North America USA Affix Lynn Rosent al, itness (Corporate St,.lrety) Corporate Seal One Towne Square„Suite 1470 ...................... ..................._....._................................................................................................................................... (Business Address) Southfielld„MI 48076 .........................................................I.....................11..................__................................................................................................................................... (CitylState/Zip Code) The rate of premium on this bond is $20.00 per thousand. The total amount of premium charges is $2,753.00 lincluded in prerniurn Ii()r Performance Bond) _.._... m . m. ..... .......... (The above is to be filled in by Surety Company) (Power of Attorney of person signing for Surety Company must be attached). (CERTIFICATE AS TO CORPORATE PRINCIPAL) 1 L '�t certlfy that I am the S S182Y �,'f �Vck c,Qrporation named as Principal i;n the foregoing bond, that L t l t_ who signed the said bond on behalf of the Principal,was then e-,!i r� .— of said corporation;that I know his signature,and that hrs signature thereto is gen e;and that said bond wa duly signed, sealed, and attested to for and in behalf of said corporation by authorit its governin body.. Affix Cor i7orate Scat EL DORADO LIFT STATION REPLACEMENT 51 Spec. No. 19-13 Page 117 of 157 THE The Guarantee Company of North Anierica USA GUARANTEE" POWER OF ATTORNEY Southfield, Nlkhigaii KNOW ALL BY THESE PRESENTS That THE GUARANTEE COMPANY OF NORTH AMERICA USA,a corporation organized and existing under the laws of the State of lvlirµ°higan,having its principal office in Southfield,Michigan,does hereby constitute and appoint James F. Crystal,Sanford F. Cryslaii,William Jungreis Crystat IBC LLC its true and lawful altomey(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and alil bonds and undertakings cootracts of indemnity and other writings obligatory in the nature thereof,whi�,,,h are or may be allowed,required or permitted by law,statute,rule,reguiat,,,ir)r,,,contract or otherwise. The execution of such instrument(s) in pursuance of these presents, shah be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply,to a4 intents and purposes, as if the same had been duty executed and acknowledged by its regularly eteOed officers at the principal office, The Power of Attorney is executed and may be certified so,and may be revoked,pursuant to and by authority of Article IX,Section 9.03 of the By-Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31"day of December,2003 The President,or any Vice President,acting with any Secretary or Assistant Secretary,shall have power and authority: 1 To appoint Attorneys)-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof;and 2 To revoke,at any time, any such Attorney-in-fact and revoke the authority given,except as provided below 3 In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and authority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and;or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that Consenting to the State of Florida Department of Transportation rnakong payment of the final estimate to the Contractor ands`,;r its assignee,, shall not relkeve,this surety company of any of its obligations under its bond. 4 In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner— Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. Further.this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 13th day of December 2011,of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facs mile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking,contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shad have the same force and effect as though manually affixed ,�Iw IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA 1ias caused this instrument tube signed and its corporate seal to be affixed by its authorized officer,this 23rd day of February,2012 j THE GUARANTEE COMPANY OF NORTH AMERICA USA aw_4L STATE OF MICHIGAN Stephen C.Ruschak,President&Chief Operating Officer Randall Musselman,Secretary County of Oakland On this 23rd day of February, 2012 before me came the individuals who executed the prece6rig instrument, to me personally known,and being by me duly sworn,said that each is the herein described and authorized officer of The Guarantee Company of North America USA;that the seai affixed to said instrument is the Corporate Seal of said Company that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of Cynthia A. Takai IN WITNESS WHEREOF,I have hereurto set my hand at The Guarantee Notary Public,State of Michigan Company of North America USA offvices the day and year above written. County of Oakland My Comm;ssion Expires February 27, 2018 Ilk Acting in Oakland County 1,Randall Musselman,Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA,do hereby certify that the above and forego,ng is a true and correct Copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA,wh�,ch is still in full force and effect. T" IN WITNESS WHEREOF.I have thereunto set my hand and attached the seal of sad Company this 9th day of August 2019 *,rg Randall Musselman,Secretary Page 118 of 157 TR'F. GUA.RAIVTEECOMP,4NYOF NORTH AME ICA USA Homg Office, Southfield,Michigan SIATUTORYBA ANCESWEE7' December 31, 2018 ASSETS Cash and Short-Term Investments $ 88,508,407 Marketable Sccuritics 151,857,941 Premium and Agents Balances(under 90 days) 5,007,524 Reinsurance Receivable on paid losses 529,666 Accrued Interest and Dividends 812,435 Net Deferred Tax Asset 1,637,933 Other Assets 1„,19Sa275 Total Admitted Assets $249,549,181 LIABILITIES Reserve for Losses and Loss Adjustment Expenses $ 9,077,422 Uneamed Premium Reserve 22,744,950 Accrued Expenses 4,210,825 Ceded Reinsurance Premiums Payable 1,207,940 Taxes,Licenses acid Pees Payable 374,668 Federal Income Tax Payable 296,413 Funds Held 9,869,832 Other Liabilities Total Liabilities 49,626,979 CAPITAL AND SXWLUS Common Stock and Paid-In Capital $144,020,970 Surplus 55,901,232 Total Policyboldexs' Surplits $199.922,202 Total Liabilities,Capital and Siirplus $249,549,181 SUttc of Michigan County of Oakland Stephen C.R ischak being duty swam;says: That be Is the President&COO of The Guarantee Company of North America USA;that said company Is a corporation duly organized,existing,and engaged in business as a surety by l irtue of the laws of the State of Michigan,and has duly complied with all the requirements of the laws of said stare applicable to said company and is duly qualified to act as surety under such luws;that said oorapany has also complied with and is duly qualified to act us surely under tlrc Act of Congress of July 30, 1947,as amended(6 U.S.C.6-13);that the furcguing is a full,true and corrcet statement of the financial condition of said comptny on the 3 1 It day of Docember 201 R. Sworn to before me tbls 19th day of March 2019. fin . r n nun. chw''L �'1�7 f•,+ �� ✓ �,,..s r�",r`�� '1: r, tCj111Gn O. W` y Presid nt&COO Nntry Cynthia A Takai Notary Puhl:c,State of Michigan County of Oakland My Commission Expires February 27,2024 Acting In Oakland County Page 119 of 157 CITY OF UKIAH Mendocino County, California Bond No. 76172482 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That we the undersigned, Bartley Pump PM, LLC AS PRINCIPAL, and The Guarantee Company of North America USA AS SURETY, are held firmly bound unto THE CITY OF UKIAH, hereinafter called the "City", in the penal sum of One Hundred Thirty Seven Thousand Six Hundred Fifty and 001100 dollars ($137,650.00--------------- ? for the payment of which sum we bind ourselves,our heirs,executors,administrators,and successors,jointly and severally. WHEREAS, the Principal has entered into a certain Contract with the City, dated August S 2019 a copy of which is hereto attached and made a part hereof, NOW,THEREFORE,the condition of this obligation is such that if the Principal shall in all respects fully perform the Contract and all duly authorized modifications thereof,during its original term and any extensions thereof that may be granted and during any guaranty period for which the Contract provides„and if the Principal shall fully satisfy all claims, arising out of the prosecution of the work under the Contract and shall fully indemnify the City for all expenses which it may incur by reason of such claims, including its attorney's fees and court costs, and if the Principal shall make full payment to all persons supplying labor,services,materials,or equipment in the prosecution of the work under the Contract, in default of which such persons sha?I have a direct right of action hereupon;and if the Principal shall pay or cause to be paid all sates and use taxes payable as a result of the performance of the Contract as well as payment of gasoi ne and special motor fuels taxes in the performance of the Contract and all motorvehicle fees required for commercial motor vehicles used in connection with the performance of the Contract, then this obligation shall be void;otherwhse,it shall remain in full force and effect.No modification of the Contract or extension of the term thereof, nor any forbearance on the part of the City shall in any way release the Principal or the Surety from liabilr;'ty hereunder. Notice to the Surety of any such modification, extension, or forbearance is hereby waived. IN WITNESS WHEREOF,the aforesaid Principal and Surely have executed this instrument and affixed their seals hereto, this 9th day of Augustw_._._._._._._._._._._._._._._..'2019 In the presence of: WITNESS: ................................................. ......,,,,,,,­,,,,,,, ............................ _ __ _______(SEAL_) (Individual Principal) .........................................................,,,,,,,,,,,,,,,...,......................................................................,m.,�,,,,,,,,,,,,,,,,,,................................................ (Busiiness Address) ................................... ............................................�................... (City/State/Zip Code) EL DORADO Llr"r STATION REPLACEMENT 48 Spec.No 19-13 Page 120 of 157 W S: Name&Title C— C) Bartley Pump PM, LLC (SEAL) W . C ........................... .. ..........................................................m.................. ,,....................................................................... (Corporate Principal) 4000 South Moorland Avenue .. _.....__......._,�,.s,�m��,,,ma„,,,,,,,,,,,,,,,,,,,,m�.�,,........:._...................A_ (Business Address) Santa Rosa, CA 95407 _.................................................................. ...-................................. ,..............................................................�............. ..._..........._.......... (City/State/Zip Code) i n (Corporate Principal) Affix Corporate Seal . .... _._ ,. (Business Address) (City/State/Zip Code) ATTEST: William Jun s, Attorney-un- t AA The Guarantee Company of North America USA Affix Lynn Posenthal,Witness (Corporate Surety) Corporate Seal One Towne Square, Suite 1470 (Business Address) Southfield, MI 48076 ....,,... (City/State/Zip Code) The rate of premium on this bond is$ 20.00 per thousand. The total amount of premium charges is$ 2,753.00----- --- (The above is to be filled in by Surety Company).(Power of Attorney of person signing for Surety Company must be attached). r (CERTIFICATE AS TO CORPORATE PRINCIPAL) I, lO�.-.Q(ck c- ` e q t rA-(_ , certify that I am the _ P Y'e s 160 Lq'(— +7 S cretary of the corporation named as Principal in the foregoing bond; that �- f o W?Q V , who signed the said bond on behalf of the Principal,was then 'C +'L 4- C_ of said corporation;that I know his signature,and that his signature thereto is genuine;and that said bond was duly signed,sealed, and attested to for and in behalf of said corporation by authority f its governing body. L _Affix. Corporate Seal EL DORAOO LIFT STATION REPLACEMENT 49 Spec.No 19-13 Page 121 of 157 THE The Guarantee Company of North America USA GUARANTEE POWER OF ATTORNEY Southfield, Michigaii KNOW ALL BY THESE PRESENTS:That THE GUARANTEE COMPANY OF NORTH AMERICA USA a corporation organized and existing under the laws of the State 01'Michigan,having its principal office in Southfield,Michigan,does hereby constitute and appoint James F.Crystal, Sanford F.Crystal,William Jungre�s Crystal IBC LLC js true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and a] bonds and undertakings, contraa,'ts of tndem0y and other writings obligatory in the nature thereof,which are or may be allowed,required or permitted by law,statute,fuie,regulation,coltract or otherwise The execution of such instrument(s)in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply,to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the princ.pal office. The Power of Attorney is executed and may be certified so,and may be revoked,pursuant to and by authority of Article IX,Section 9.03 of the By-Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 315t day of December,2003 The President,or any Vice President,acting with any Secretary or Assistant Secretary,shall have power and authority: 1 To appoint Atiorney(s)-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof and 2 To revoke,at any time,any such Attorney-in-fact and revoke the authority given,except as provided below 1 In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and authority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engbneerinq and construction contracts required by the State of Ronda Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. 4 F"i connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissk,,,ner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. Further,thiii Power of Attorney is signed and seaied by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011.of wNch the following is a true excerpt: RESOLVED that the signature of any authorized offif,,�er and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and de!ivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so,used shall have the same force and effect as though manually affixed. �ra,le IN WITNESS WHEREOF,THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and .2r its corporate seal to be affixed by its authorized officer,this 23rd day of February,2012. G . THE GUARANTEE COMPANY OF NORTH AMERICA USA A STATE OF MICHIGAN Stephen C.Ruschak,President&Chief Operating Officer Randall Musselman,Secretary County of Oakland On this 23rd day of February, 2012 before me came the individuals who executed the preceding instrument,to me personally known,and being by me duly sworn,said that each is the herein described and authorized officer of The Guarantee Company of North America USA;that the seat affixed to said instrument is the Corporate Seal of said Company;that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of Cynthia A. Takai IN WITNESS WHEREOF,I have hereunto set my hand at The Guarantee Notary Public, State of Michigan Company of North America USA offices the day and year above written County of Oakland My Commission Expires February 27, 2018 Acting in Oakland County 1,Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA,do hereby certify that the above and foregoing iis a true and Correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA,which is still in full force and effect A +rrrCbIN WITNESS WHEREOF,I have thereurlo set my hand and attached the sea=of said Company this 9th day of August 'ti !%�N.A Randall Musselman,Secretary Page 122 of 157 THE GUA RA-NTF,E COMPANY OF NORTH AMERICA U.9A Home Office, Southfield,Michigan SIA TUTOR Y BALANCE SHEET December 31, 2018 ASSETS Cash and Short-Term Investments $ 88,508,407 Marketable Securities 151,857,941 Premium and Agents Balances(under 90 days) 5,007,524 Reinsurance Receivable on paid losses 529,666 Accrued Interest and Dividends 812,435 Net Deforred Tax Asset 1,637,933 Other Assets i, 95 2 5 Total Admitted Assets $249,549.181 LIABILITIES Reserve for Losses and Loss Adjustment Expenses $ 9,077.422 Unearned Premium Reserve 22,744,950 Accrued Expenses 4,210,825 Ceded Reinsurance Premiums Payable 1,207,940 Taxes,Licenses aid Fees Payable 374,668 Federal Income Tax Payable 296,413 Funds Held 9,869,832 Other Liabilities 1,844,,y29 Total Liabilities $ 49,626,979 CAPITAL AND SURPLUS Common Stock and Paid n,Capital $14-4,020,970 Surplus 55,901,232 Total Policyliolders' Surplus $199.922,202 Total Liabilities,Capital and Surplus $249,549,181 Stine of lr4icttigan County of Oakland Stephen C.Rusrhal;-being di fly swom,says. That he is the President&COO of The Guarantee Company of North America USA;that said compt+ny is a corporation duly organized,existing,and engaged in business as a surety by itittue of the laws of the State of Michigan,and has duly complied with all the requirements of the laws of said state applicable to said company and is duly qualified to act as surety under such taws;that said company has also complied with and is duly qualified w aet as svrety under the AQL o�`Con}css of 7uly 30, 1947,as amendvd(6 U.S.C.6-13);that the foregoing is a fuU„true and correct statement of the financial condition of said company on the 31"day of December 2013. Sworn to before me this 19th day of March 2019. �''!;� l,.r'=.. m ' '`f L �,•1 tephen C.kusdmk,President&C00 NntAry Cynthia A-Takai Notary Public,Stale of Michigan County of Oakland My Commission t xphas Fobruary 27,2024 Acting In Oakland County Page 123 of 157 DIRECTIONS FOR PREPARATION OF PERFORMANCE AND MATERIAL AND LABOR BOND 1. Individual sureties, partnerships, or corporations not in the surety business will not be acceptable. 2. The name of the Principal shall be shown exactly as it appears in the Contract. 3. The penal sum shall not be less than required by the Specifications. 4. If the Principals are partners or joint venturers, each member shall execute the bond as an individual and state his place of residence. 5. If the Principal is a corporation, the bond shall be executed under its corporate seal. If the corporation has no corporate seal, it shall so state and affix a scroll or adhesive seal following the corporate name. 6. The official character and authority of the person(s)executing the bond for the Principal, if a corporation, shall be certified by the Secretary or Assistant Secretary thereof under the corporate seal, or copies attached to such records of the corporation as will evidence the official character and authority of the officer signing,duly certified by the Secretary or Assistant Secretary,under the corporate seal,to be true copies. 7. The current power-of-attorney of the person signing for the surety company must be attached to the bond. 8. The date of the bond must not be prior to the date of the Contract.. 9. The following information must be placed on the bond by the surety company: a. The rate of premium in dollars per thousand; and b. The total dollar amount of premium charged. 10. The signature of a witness shall appear in the appropriate place attending to the signature of each party of the bond. 11. Type or print the name underneath each signature appearing on the bond. 12. An executed copy of the bond must be attached to each copy of the Contract (original counterpart) intended for signing. EL DORADO LIFT STATION REPLACEMENT 61 Spec. No, 19-13 Page 124 of 157 CITY OF UKIAH Mendocino County, California DEFECTIVE MATERIAL AND WORKMANSHIP MAINTENANCE BOND KNOW ALL MEN BY THESE PRESENTS, That we mmrv„ , as PRINCIPAL a�n�d __ ---- ...... as SURETY, are held and firmly bound unto the City of Ukiah as Obligee, in the penal sum of ENT OF THE FINAL......... CON......,,,,,,,,,,,,,,.._.TR..................................ACT A..._....MOUNT) ($�.................................................................................................................................................), (5 PERC to which payment well and truly to be made, we do bind ourselves, our and each of our heirs, executors, administrators successors and assigns jointly and severally, firmly by these presents. WHEREAS, the said Principal entered into a Contract with the City of Ukiah dated .................................................................................................................................................. for WHEREAS, said Contract has been completed,,, and was approved on the ................. day of ....................................................... .._..... , NOW,THEREFORE,THE CONDITION OF THIS OBLIGATION IS SUCH,that if the Principal shall guarantee that the work willi be free of any defective materials or workmanship which become apparent during the period of one(1) year following completion of the Contract, then this obligation shall be void, otherwise to remain in full force and effect, provided however„ any additional warranty or guarantee whether expressed or implied is extended by the Principal or Manufacturer only, and the surety assumes no liability for such a guarantee. Signed, sealed, and dated this_.............................................................._-day of............................................................................................ 20................ ......... ........ ,,,,,,,,,,,,,,,,,,,,,,... BY:.,.._..,.,..................................................................... (Sean) ,. (Sean) Principal _.._._-------------------------- _._ ...................___(Sea II) BY: ......................- ----------------- _....._------------.._..(Seal) �. �,.. .......... .................—"m,,,,,,,,, w��— --.,--., ._ (Sean) Surety EL DORADO LIFT STATION REPLACEMENT 52 Spec.No. 19-13 Page 125 of 157 A AC M EE #3 .'NOD. I CITY OF UKIAH DATE: January 23,2020 CONTRACT MANGE ORDER Contract for: El Do Lift Stat" Owner: Cklof UkL%h 3 emina�venyyej) '�Califi�xnia �482-54�0O Qg�S To: You are hereby directed to make die herein described changes fiom the contract plans and specifications or do the following described work not included in the contract plans and specifications: Change requested by: ESTIMATED EST MATED Description of Changes-Itemized Breakdown DECREASE To INCREASE To Contract Amount Contract Amount Installation of 200A,230V,3 P11 Transfer Switch.,Pricing includes materials and labor for installation, $5,04239 ESTIMATED NET CHANGE IN CONTRACT PRICE 55,042.59 The amouat oft Contract will be (deervasedilocreased/onehooged)by the estimated sum of: contract total Including this and previous Change $142,692.59 Orders will be: The contract period provided for completion will be (inervasedideereased/unchanged): This change order constitutes full and complete compensation for all labor equipment,materials,overhead,profit,any and all indirect costs,and time adjustments required top the above described change. Recommended By: ........... .... .......... ...... ason Blit Cg`o ah Claw, Appro%*d By: ........................ larod.Th a o U Accepted- Ron Foster Jr fimpMan NorCal Data This Information will be issued as a record of any changes to the original construction contract. Page 126 of 157 A AC MII #4 BARTLEY PLW PM,LLC#103 3 562 4000 S.MOORLAND AVE. SANTA ROSA CA 95407 707-584-9191 FAX 707-584-9198 CITY OF UKIAH January 9, 2020 DEPARTMENT OF PUBLIC WORKS 300 Seminary Avenue Ukiah, California 95482-5400 Attn: on Benson RE: EL DORADO LIFT STATION REPLACEMENT SPECIFICATION NO. 19-13 Subcontractor addition We have technician that will be going out on Maternity leave right about the time this project will be happening. We would like to use a Sub Contractor that wasn't originally listed as a Sub to perform a portion of the work, To be more specific,we would like Ghilotti Construction to do the excavation of the pump basin and valve box.The Construction Price and Schedule have not changed the existing contract for this work. Per California's Public Contract Code,Division2,Part 1,Chapter 4, Section 4109,this can be permitted in cases of public emergency or necessity. Sincerely, Ron Foster Operations Manager (707)584-9191 Bartley Pump PM,LLC. 4000 S Moorland Ave Santa Rosa,CA,95407 Page 127 of 157 Agenda Item No: 7.h. MEETING DATE/TIME: 4/1/2020 ITEM NO: 2020-351 dl� tiuU h 0 � - Uki AGENDA SUMMARY REPORT SUBJECT: Notification of Contract with Bridges Restoration LLC, dba West Coast Fire &Water for On-Call Emergency Clean-up Services in the Amount of$20,000. DEPARTMENT: Finance PREPARED BY: Mary Horger, Financial Services Manager PRESENTER: Consent Calendar ATTACHMENTS: 1. Contract 1920-237 West Coast Fire & Water- Cleaning Services - Copy 2. Draft Amendment 1 - C #1920237 Summary: Council will receive a report regarding a contract with Bridges Restoration LLC, dba West Coast Fire &Water for on-call emergency clean-up services in the amount of$20,000, and authorize further amending the agreement to allow for use as needed, without a not-to-exceed amount. Background: As the situation has been developing with the current COVID-19 event, Staff recognized the need to have a contract prepared and available for unique cleaning and restoration services. A proposal was requested from Bridges Restoration LLC, dba West Coast Fire &Water, who are the only local company capable of providing a highly effective cleaning method in a short response time to deal with the COVID-19 threat. Please see Attachment 1 for a copy of their agreement. The company uses Benefect Decon 30, a registered botanical disinfectant, bactericide, viruside and fungicide, used to decontaminate surfaces using a wet fog method. Pricing is as follows: 0-1500 square feet= $1.65 per foot 1501 - 5000 square feet= $1.30 per foot 5001 - 10,000 square feet = $.85 per foot 10,001 - 25,000 square feet = $.70 per foot 25,001 square feet and larger= $.60 per foot Police or ambulance virus cleanup = $750 Police or ambulance non-virus cleanup = $350 Discussion: This contract was established at an initial not-to-exceed (NTE) amount of$20,000 to get this contract rapidly established. However, given the nature of the on-call services that would be requested on an emergency basis, and the inability to predict what amount would be enough for a contract of this type, Staff is requesting Council to approve amending the agreement to eliminate the NTE amount, and allow to use the contract as needed. Please see Attachment 2 for a copy of the draft amendment. Recommended Action: Receive report regarding a contract with Bridges Restoration LLC, dba West Coast Page 1 of 2 Page 128 of 157 Fire &Water for on-call emergency clean-up services in the amount of$20,000, and authorize further amending the agreement to allow for use as needed, without a not-to-exceed amount. BUDGET AMENDMENT REQUIRED: N/A CURRENT BUDGET AMOUNT: N/A PROPOSED BUDGET AMOUNT: N/A FINANCING SOURCE: N/A PREVIOUS CONTRACT/PURCHASE ORDER NO.: 1920-237 COORDINATED WITH: Sage Sangiacomo, City Manager Approved rnrt N l�u�nagr Page 2 of 2 Page 129 of 157 ATTACHMENT 1 ON-CALLCONTRACT 1920-237 EMERGENCY CLEAN-UPC FOR THE CITY OF UIGAH This Agreement is made and entered on March 19,2020.,in Ukiah,California,by and between rid ' y g ctor") and the City o ("City"),a general law municipal corporation. RECITALS- 1. The work is for o emergency clean-up is in responseto the current -1 outbreak, well as otheremergency clean-up or restoration work that may be necessary,("theWork") as described in Exhibit 1,which is attached hereto and incorporated he y this reference. 2. Contractor is properly licensed ifie to performwork. 3. Whenever this Agreement calls for City approvalor notification, the approval or notification must be signed by the City Manager or his or her designee. Wherefore, in consideration of the foregoing s and the terms and conditions er stated e parties hereby agree as follows. 1.PERFORMANCE OF THE WORK Contractor will perform the Work as further provided herein. 1.1 Time of Performance.Time is ofthe essence,and the Contractor shall commence e services available to the City at the receipt of a NoticeProceed, ey shall be available thereafter upon request for service by City. Contractor will be available 24 hoursday, 7 days Guarantee response time will be 45 minutes of the call, and will be onsite within 2 hours. Contact information to call in case of an incident is provided as Exhibit 2. 1Contract Documents.Contractor win performe Work in compliance with e attached Exhibit 1. If there is any inconsistency or conflict between Exhibit 1, and this agreement the terms of this Agreement shall prevail, unless expressly stated otherwise in an Amendment to this agreement. Contractor1.3 items. Contractor will furnish all necessary labor,materials,tools, equipment,and transportations to perform the Work. Page 130 of 157 CONTRACT 1920-237 1.4 SB 854 requirements 1.4.1 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)]. 1.4.2 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. 1.4.3 This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 1.4.4 The Labor Commissioner through the Division of Labor Standards Enforcement (DLSE)may at any time require contractors and subcontractors to fumish electronic certified payroll records directly to DLSE. All contractors and subcontractors must ftimish electronic certified payroll records directly-to the DLSE. 1.4.5 The Prime Contractor is required to post job notices at the job site as prescribed by regulations(currently,8 CC R§16451( ).) 1.5 Use of Employees. 1.5.1. Contractor and any subcontractors shall pay all mechanics and laborers employed by them to work 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. 1.5.2. Contractor shall comply with the California Labor Code Section 1775. In accordance with said Section 1775, Contractor shall forfeit as a penalty to the City, $50.00 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 to shall be paid to each workman by the Contractor. 1.5.3. Pursuant to the provision of Section 1770 of the Labor Code of the to of 2 Page 131 of 157 CONTRACT 1920-237 California,City has ascertained the general prevailing rate of wages(which to 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 to listed shall be applicable to all holidays recognized in the collective bargaining agreement of the particular craft,classification,or type of workers concerned. Copies of the General Prevailing Wage Determination are on file in the office of the City Engineer and are available to the Contractor on request. The Contractor shall post the wage determination at the site of work in a prominent place where the workers can easily see it 1.5.4. City will not recognize any claim for additional compensation because the Contractor has paid any rate in excess of the prevailing wage to obtained from the City Engineer. 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 is for a claim against the City. 1.5.5. Travel and Subsistence Payments. Contractor shall make travel and subsistence payments to each worker needed to execute the work in accordance with the requirements in Section 1773.8 of the Labor Code(Chapter 880,Statutes of 1968). 1.5.6. Apprentices. Attention is directed to the provisions in Sections 1777.5(Chapter 1411, Statutes of 1968)and 1777.6 of the California Labor Code concerning the employment of apprentices by the Contractor or any subcontractor under him. Contractor and any subcontractor under him or her shall comply with the requirements of said sections in the employment of apprentices. Information relative to apprenticeship standards,wage schedules and other requirements may be obtained from the Director of Industrial Relations,ex officio the Administrator of Apprenticeship, San Francisco,California,or from the Division of Apprenticeship Standards and its branch offices. Copies of Labor Code Sections 1771 (requiring prevailing wages), 1775 (imposing penalties, including a$50 per day,per worker forfeiture,for failure to pay prevailing wages), 1776(requiring contractor to maintain available for inspection certified payroll records), 1777.5 (requiring certain apprenticeship programs), 1813 (imposing penalties for failure to make records available for inspection) and 1815 (requiring time and 1/2 for overtime) are available at the Department of Industrial Relations website at httD://www.dir.ca.izov/ 1.6 Compliance with the Contract Work Hours and Safety Standards Act 1.6.1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics 3 Page 132 of 157 CONTRACT 1920-237 shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 1.6.2.Violation;liability for unpaid wages;liquidated damages.In the event of any violation of the clause set forth in paragraph (b)(1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages.In addition,such contractor and subcontractor shall be liable to Page 14 of 25 www.fema.gov/procurement-disaster-assistance- team To Table of Contents U. S. Department of Homeland Security Headquarters 500 C St SW Washington,D.C.20042 the United States(in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards,employed in violation of the clause set forth in paragraph(b)(1) of this section,in the sum of$26 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph(b)(1)of this section. 1.6.3. Withholding for unpaid wages and liquidated damages.The City shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld,from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act,which is held by the same prime contractor,such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph(b)(2)of this section. 1.6.4.Subcontracts.The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph(b)(1)through(4)of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts.The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs(b)(1)through(4)of this section. 1.7 CITY Inspector. CITY may designate an architect,engineer,other design professional or other inspector("Inspector")to supervise and/or inspect Contractors performance of the Work. The Inspector shall have no authority to change the Work,the compensation for performing the Work or the time for completing the Work without City's prior written approval. City shall notify the Contractor in writing,if it designates an Inspector. 1.8 Site Conditions. Contractor acknowledges that it has inspected the work site and any improvements involving the Work and satisfied itself as to the conditions which can affect the Work or its cost. Contractor has not relied on any representation by CITY or its officers or employees as to the condition of the site or the houses or any condition that might affect the cost of performing this 4 Page 133 of 157 CONTRACT 1920-237 Agreement 1.8 Compliance with Laws,including applicable federal laws. The Contractor shall give all notices and comply with all applicable laws, ordinances, codes, rules and regulations. The Contractor shall secure and pay for all its,fees,and licenses necessary for the proper execution and completion of the work. This is an acknowledgement that FEMA financial assistance may be used to flmd all or a portion of the contract The contractor will comply with all applicable Federal law,regulations,executive orders,FEMA policies,procedures,and directives. 1.9 Protection of Site and Improvements. The Contractor shall preserve and protect the site,grounds and any involved improvements and shall not alter or damage any portion thereof,except as is absolutely necessary in order to perform the Work. The Contractor shall repair or replace, as directed by CITY, any property that it damages, looses or destroys in violation of this parWph. Contractor shall assume fall responsibility for maintaining the safety of the worksite in compliance with all applicable state and federal worker safety and protection laws and shall maintain the worksite in compliance with all such laws. 1.10 Inspection of WorL The Contractor shall ensure that the or is available for inspection by CITY or its Inspector at all reasonable times and that no work is covered up or rendered incapable of inspection without prior notice to CITY or its Inspector and a reasonable opportunity for inspection. The presence or absence of an CITY inspector or the conduct of an inspection by CITY or its Inspector shall not relieve the Contractor from any contract requirement or compliance with Exhibit 1. 2.11 Warranties. In addition to any other warranties in this contract,the Contractor warrants that the Work conforms to the contract requirements 2.CONTLIANCE WITH DAVIS-BACON ACT 2.L All transactions regarding this contract shall be done in compliance with the Davis- Bacon Act(40 U.S.C.3141-3144,and 3146-3148)and the requirements of 29 C.F.R.pt.5 as may be applicable. The contractor shall comply with 40 U.S.C. 3141-3144, and 3146-3148 and the requirements of 29 C.F.R.pt 5 as applicable. 2.2 Contractors are required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. 2.3 Additionally,contractors are required to pay wages not less than once a week. 3. CLEAN AIR ACT 3.1. The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act,as amended,42 U.S.C. §7401 et seq. S Page 134 of 157 CONTRACT 1920-237 3.2 The contractor agrees to report each violation to the (name of applicant entering into the contract) and understands and Page 16 of 25 www.fema.gov/procurement-disaster- assistance-tearn To Table of Contents U. S.Department of Homeland Security Headquarters 500 C St SW Washington,D.C.20042 agrees that the(name of the applicant entering into the contract) will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency,and the appropriate Environmental Protection Agency Regional Office. 3.3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. 4. FEDERAL WATER POLLUTION CONTROL ACT 4.1. The contractor agrees to comply with all applicable standards,orders, or regulations issued pursuant to the Federal Water Pollution Control Act,as amended, 33 U.S.C. 1251 et seq. 4.2. The contractor agrees to report each violation to the City and understands and agrees that the City will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency,and the appropriate Environmental Protection Agency Regional Office. 4.3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. 5. SUSPENSION AND DEBARMIENT 5.1.U.S.Department of Homeland Security Headquarters 500 C St SW Washington,D.C. 20042(1)This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000.As such,the contractor is required to verify that none of the contractor's principals(defined at 2 C.F.R. § 180.995) or its affiliates(defined at 2 C.F.R. § 180.905) are excluded(defined at 2 C.F.R. § 180.940)or disqualified(defined at 2 C.F.R. § 180.935).(2)The contractor must comply with 2 C.F.R.pt. 180,subpart C and 2 C.F.R.pt.3000,subpart C,and must include a requirement to comply w►th these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by (insert name of recipient/subrecipient/applicant).If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to (insert name of recipient/subrecipient/applicant), the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. 6 Page 135 of 157 CONTRACT 1920-237 ® BYRD ANTI-LOBBYING AMENDMENT,31 U.S.C. § 1352 (as amended) 6.1 Contractors who apply or bid for an award of$100,000 or more shall file the required certification. Each tier certifies tote tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer ore poyee of any agency, a Member of Congress, officer ore ployee of Congress, or an employee of a Member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non- Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier, up tothe recipient who in to will forward the certification(s) to the awarding agency. Please refer to Exhibit 4 for signed certification. 7® PROCUREMENT OF RECOVERED MATERIALS 7.1 In the performance oft is contract,the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired-- • Competitively within a timefiame providing for compliance with the contract perforinance schedule; ® Meeting contract performance requirements; or ® At a reasonable price. 7.2 Information about this requirement, along with the list of EPA designated items, is available at EPA's Comprehensive Procurement Guidelines we site, b.iips-.-,/!'www.ep?k,ggK/smni/comprehen iyg g-Rmgrarn. 7.3 The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act, 8. CONTRACT PRICE CITY shall pay the Contractor for performance of this Agreement time and materials with a total not to exceed amount of_J20-,000. 9® PAYMENT OF CONTRACT PRICE City shall pay any invoice for completed work, and approved by the City, within thirty (30) days of its receipt by City. All payments under this contract shall be made upon the presentation of certificates in writing from the City and shall she that the work covered by the payments has been done and the payments thereof are due in accordance with this contract. Page 136 of 157 CONTRACT 1920-237 10. INDEMNIFICATTON AND INSURANCE. 10.1 Indemnification. The Contractor shall do all of the work and furnish all labor, materials,tools and appliances,except as otherwise herein expressly stipulated,necessary or proper for performing and completing the work herein required in the manner and within the time herein specified. The mention of any specific duty or liability imposed upon the Contractor shall not be construed as a limitation or restriction of any general liability or duty imposed upon the Contractor by this contract, said reference to any specific duty or liability being made herein merely for the purpose of explanation. The right of general supervision by the City shall not make the Contractor an agent of the City and the liability of the Contractor for all damages to persons or to public or private property,arising from the Contractor's execution of the work,shall not be lessened because of such general supervision. Until the completion and final acceptance by the City of all the work under and implied by this contract,the work shall be under the Contractor's responsible care and charge.The Contractor shall rebuild,repair,restore and make good all injuries,damages,re-erections and repairs, occasioned or rendered necessary by causes of any nature whatsoever,excepting only acts of God and none other, to all or any portions of the work,except as otherwise stipulated. To the fullest extent pern-dtted by law,Contractor shall indemnify and hold harmless the City and its officers,directors,agents,and employees from and against all claims,damages,losses and expenses including but not limited to attorneys'fees, costs of suit, expert witness fees and expenses and fees and costs of any necessary private investigators arising out of or resulting from the performance of the work,provided that any such claim,damage, loss or expense(1)is attributable to bodily injury, sickness,disease or death,or to injury to or destruction of tangible property,other dm the work itself, including the loss of use resulting therefrom and (2) is caused in whole or in part by any act or omission of the Contractor, any subcontractor, or anyone directly or indirectly employed by any of them,or anyone for whose acts any of them may be liable,regardless of whether or not it is caused in part by a party indemnified hereunder,or by the negligence or omission of a party indemnified herein. In any and all claims against the City or any of its agents or employees by any employee of the Contractor,any subcontractor,anyone directly or indirectly employed by any of them,or anyone for whose acts any of them may be liable,the indemnification obligation shaU not be limited in any way by any limitation on the amount or type of damages,compensation or benefits payable by or for the Contractor or any subcontractor under workers! or workmen's compensation acts, disability benefit acts,or other employee benefit acts. The obligation to indemnify shaU extend to and include acts of the indemnified party which may be negligent or omissions which may cause negligence. The City shall have the right to estimate the amount of such damage and to cause the City to pay the same and the amount so paid for such damage shall be deducted from the money due the Contractor under this contract;or the whole or so much of the money due or to become due the Contractor under this contract as may be considered necessary by the City,shall be retained by the City until such suits 8 Page 137 of 157 CONTRACT 1920-237 or claims for damages shall have been settled or otherwise disposed of and satisfactory evidence to that effect fin-nished to the City. 10.2 Insurance. Contractor shall procure and maintain for the duration of the contract insuz� ce as per Exhibit 3. 11. EQUAL EMPLOYMENT OPPORTUNITY.During the performance of this contract,the contractor agrees as follows: 11.1. The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex,sexual orientation, gender identity, or national origin.The contractor will take affirmative action to ensure that applicants are employed,and that employees are treated during employment without regard to their race,color,religion,sex,sexual orientation,gender identity,or national origin. Such action shall include,but not be limited to the following:Employment,upgrading,demotion,or transfer;recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 11.2.The contractor will,in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will Page 8 of 25 www.fema.gov/procurement-disaster-assistance-team To Table of Contents U. S. Department of Homeland Security Headquarters 500 C St SW Washington,D.C.20042 receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. 11.3. The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information,unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation,proceeding,hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to fin-nish information. 11.4. The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers'representatives of the contractor's commitments under this section,and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 9 Page 138 of 157 CONTRACT 1920-237 11.5. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965,and of the rules,regulations,and relevant orders of the Secretary of Labor. 11.6. The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules,regulations, and orders of the Secretary of Labor,or pursuant thereto, and will permit access to his books,records,and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules,regulations,and orders. 11.7.In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965,and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965,or by rule,regulation,or order of the Secretary of Labor,or as otherwise provided by law. 11.8. The contractor will include the portion of the sentence immediately preceding paragraph(1)and the provisions of paragraphs(6.1)through(6.8)in every subcontract or purchase order unless exempted by rules,regulations,or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in,or is threatened with,litigation with a subcontractor or vendor as a result of such direction by the administering agency,the contractor may request the United States to enter into such litigation to protect the interests of the United States.The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work:Provided,that if the applicant so participating is a State or local government,the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract.The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules,regulations,and relevant orders of the Secretary of Labor,that it will °sh the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. The applicant finther agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965,with a contractor debarred from, or who has not demonstrated eligibility for,Government contracts and federally assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon 10 Page 139 of 157 CONTRACT 1920-237 contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II,Subpart D of the Executive Order.In addition,the applicant agrees that if it fails or refuses to comply with these undertakings,the administering agency may take any or all of the following actions:Cancel,terminate,or suspend in whole or in part this grant(contract,loan,insurance,Page 10 of 25 www.fema.gov/procurement-disaster-assistance-team To Table of Contents*U. S. Department of Homeland Security Headquarters 500 C St SW Washington,D.C.20042 guarantee); refrain from extending any Rather assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant;and refer the case to the Department of Justice for appropriate legal proceedings. 12. COMPLL4,NCE WITH THE COPELAND"ANTI-IUCKBACKr ACT. 12.1. Contractor. The contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R.pt.3 as may be applicable,which are incorporated by reference into this contract. 12.2. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as FEMA may by appropriate instructions require,and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. 12.3.Breach.A breach of the contract clauses above may be grounds for termination of the contract,and for debarment as a contractor and subcontractor as provided in 29 C.F. § 5.12." 13. ACCESS TO RECORDS. 13.1.The Contractor agrees to provide the City,the FEMA Administrator,the Comptroller General of the United States, or any of their authorized representatives access to any books, documents,papers,and records of the Contractor which are directly pertinent tothis contract for the purposes of making audits, Page 23 of 25 www.fema.gov/procurement-disaster-assistance- team To Table of Contents U. S. Department of Homeland Security Headquarters 500 C St SW Washington,D.C. 20042 examinations,excerpts,and transcriptions. 13.2. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. 13.3. The Contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work in completed under the contract. Page 140 of 157 CONTRACT 1920-237 14.4. In compliance with the Disaster Recovery Act of 2018,the City and the Contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the United States. 14. DHS,SEAL,LOGO AND FLAGS. The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FENIA pre-approval. 15. COMPLIANCE WITH FEDERAL LAW, REGULATIONS AND EXECUTIVE ORDERS. This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract. The contractor will comply with all applicable Federal law, regulations, executive orders,FEMA policies,procedures,and directives. 16. NO OBLIGATION BY FEDERAL GOVERNMENT. The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. 18. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS. The Contractor acknowledges that 31 U.S.C.Chap.38(Administrative Remedies for False Claims and Statements)applies to the Contractor's actions pertaining to this contract. 17.TERMINATION. This Agreement may be terminated by City: 1)for convenience 2)for breach of the agreement; City shall notify Contractor of any alleged breach of the agreement and of the action required to cure the breach.If Contractor fails to cure the breach within the time specified in the notice,the contract shall be terminated as of that time. If terminated for convenience of the City, 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,unless terminated because the Contractor has faed to satisfactorily cure a breach after notice in which event City shall be entitled off-set any damages incurred by the City as a result of the breach from any amounts due to Contractor for work performed prior to the to the contract was terminated. 18. MODIFICATION OF AGREEMENT. City may,from time to time,request changes in the Work,the time to complete the work or the compensation to be paid for the Work.Such changes must be incorporated in written amendments to this Agreement. To be effective,all such changes as referred to in Us section must be agreed upon in writing by both parties to this agreement. 12 Page 141 of 157 CONTRACT 1920-237 19. ASSIGNMENT. The Contractor shall not assign any interest in this Agreement, and shall not transfer any interest in the same(whether by assignment or novation),without the prior written consent of City. 20. APPLICATION OF LAWS. The parties hereby agree that all applicable Federal, State and local rules, regulations and guidelines not written into this Agreement shall hereby prevail during the period of this Agreement. 21. INDEPENDENT CONTRACTOR. It is the express intention of the parties hereto that Contractor is an independent contractor and not an employee,joint venturer,or partner of City for any purpose whatsoever. City shall have no right to, and shall not control the manner or prescribe the method of accomplishing those services contracted to and performed by Contractor under this Agreement, and the general public and all governmental agencies regulating such activity shall be so informed. Those provisions of this Agreement that reserve ultimate authority in City have been inserted solely to achieve compliance with federal and state laws,rules,regulations,and interpretations thereof. No such provisions and no other provisions of this Agreement shall be interpreted or construed as creating or establishing the relationship of employer and employee between Contractor and City. Contractor shall pay all estimated and actual federal and state income and self-employment taxes that are due the state and federal government and shall fin-nish and pay worker's compensation insurance, unemployment insurance and any other benefits required by law for himself and his employees, if any. Contractor agrees to indemnify and hold City and its officers, agents and employees harmless from and against any claims or demands by federal, state or to government agencies for any such taxes or benefits due but not paid by Contractor, including the legal costs associated with defending against any audit claim,demand or law suit. Contractor warrants and represents that it is a properly licensed for the work performed under this Agreement with a substantial investment in its business and that it maintains its own offices and staff which it will use in performing under this Agreement 22. GOVERNING LAW. This Agreement shall be governed by and construed in accordance with the laws of the to of California and any legal action concerning the agreement must be filed and litigated in the proper court in Mendocino County,each party consenting to jurisdiction and venue of California to courts in Mendocino County. 23. SEVERABILITY. If any provision of the Agreement is held by a court of competent jurisdiction to be invalid, void,or unenforceable,the remaining provisions shall nevertheless continue in full force and effect without being impaired or invalidated in any way. 13 Page 142 of 157 CONTRACT 1920-237 24. INTEGRATION. This Agreement,including the exhibits attached hereto,contains the entire agreement arnong the parties and supersedes all prior and contemporaneous or and written agreements,understandings, and representations on the parties. No amendments to this Agreement shall be binding unless executed in writing by all of the parties. 25. WAIVER. No waiver of any of the provisions of this Agreement shall be deemed,or shall constitute a waiver of any other provision,nor shall any waiver constitute a continuing waiver. No waiver shall be binding unless executed in writing by the party making the waiver. 26. NOTICES. Whenever notice, payment or other communication is required or permitted under this Agreement, it shall be deemed to have been given when personally delivered, emailed,telefaxed or deposited in the United States mail with proper first-class postage affixed thereto and addressed as follows: CONTRACTOR CITY Bridges Restoration,LC City of Ukiah dba West Coast Fire&Water 5846 Live Oak Drive,Suite 1 300 Seminary Avenue Kelseyville,CA 95451 Ukiah,CA 95482 Email: lbingham@westcoodireandwater.com Email:mhorger@cityofukiah.com Either party may change the address to which notices must be sent by providing notice of that change as provided in this paragraph. 27. PARAGRAPH HEADINGS. The paragraph headings contained herein are for convenience and reference only and are not intended to define or limit the scope of this agreement. 28. EXECUTION OF AGREEMENT. This Agreement may be executed in duplicate originals,each bearing the original signature of the parties. Alternatively,this Agreement may be executed and delivered by facsimile or other electronic transmission, and in more than one counterpart, each of which shall be deemed an original, and all of which together shall constitute one and the same instrument. When executed using either alternative,the executed agreement shall be deemed an original admissible as evidence in any administrative or judicial proceeding to prove the terms and content of this Agreement. 14 Page 143 of 157 CONTRACT 1 m 3 e parties have entered this Agreement on the datet written above. RESTORATIONI 7'COAST Print Name: L_o_r_'i in ha CITY OF UKIAH i i 1 Page 144 of 157 EXHIBIT I 9;r/,� i /W� ' weage FIRE & WATER 03/18/2020 City of Ukiah Re:Scope of Work The scope of our services would be to ULV fog surfaces below 8 feet with an EPA registered product(Benefect Decon 30),with a special emphasis on high-touch services. Benefect Decon 30 is a registered botanical disinfectant,bactericide,virucide and fungicide.It will be used to decontaminate surfaces using a wet fog method.Benefect Decon 30 does not add any VOCs and will reduce pathogen levels without compromising indoor air quality.As with any cleaning protocol,there cannot be a 100%guarantee that the property will be or will remain free of the virus. Pricing is as follows: • 0-1500 square feet=$1.65 per foot • 1501-5000 square feet=$1.30 per foot • 5001-10, 0 square feet= . 5 per foot ® 10, 1-25,000 square feet=$.70 per foot ® 25001 square feet and larger= per foot • Police or ambulance virus cleanup$750.00 • Police or ambulance non-virus cleanup$350.00 ACCEPTANCE OF STATEMENT I understand and agree with these statements. Signature 5846 Live Oak Drive Suite else ill ,CA 95451 Page 145 of 157 EXHIBIT M FIRE & WATER /2 /2 2 City of Ukiah :Points of Contact Danny Salazar:707-513-5131 dsalazar@westcoastfireandwater.tom Leo Martinez: 7- 5-7 7 I a Inez _we scas irn atr.c 5946 Live Oak Drive Suite 1 Kelseyville,CA 95451 Page 146 of 157 Ciqqbkwh EXHIBIT 3- ENVIRONMENTAL CONTRACTORS ICONSULTANTS 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 agents, representatives, employees or subcontractors. With respect to General Liability, Errors & Omissions and Pollution and/or Asbestos Pollution Liability coverage should be maintained for a minimum of five(5)years after contract completion. I. Minimum Scope of Insurance Coverage shall be at least as broad as: A. Insurance Services Office Commercial General Liability coverage(Form No.CG 20 10 10 01 and Commercial General Liability—Completed Operations Form No.CG 20 37 10 01). B. Insurance Services Office form number CA 0001 covering Automobile Liability, Code 1 (any auto)or Code 8,9 if no owned autos. C. Worker's Compensation insurance as required by the State of California and Employer's Liability Insurance. D. Pollution and/or Asbestos Pollution Liability and/or Errors&Omissions. II. Minimum Limitg of Insurance Contractor shall maintain limits no less than: A. General Liability: $2,000,000 per occurrence(for bodily injury, personal injury and property damage including operations, products and completed operations as applicable. If Commercial General Liability Insurance or other form with a general aggregate limit is used,either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. Insurance must be written on an occurrence basis. B. Automobile Liability: $2,000,000 per accident for bodily injury and property damage. Insurance must be written on an occurrence basis. C. Employer's Liability: $1,000,000 each accident, $1,000,000 policy limit bodily injury by disease, $1,000,000 each employee bodily injury by disease. D. Pollution and/or Asbestos Pollution Liability and/or Errors and Omissions: $1,000,000 each occurrence/$2,000,000 policy aggregate. III. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declared to and approved by the City. The City may require the insurer to reduce or eliminate such deductibles or self insured retentions with respect to the City, its officers, officials, employees and volunteers;or the Contractor to provide financial guarantee satisfactory to the City guaranteeing payment of losses and related investigations,claim administration and defense expenses; or to approve the deductible without a guarantee. IV. REQUIRED Insurance Provisions Proof of general liability and automobile liability, pollution and/or asbestos pollution policies are to contain, or bg or d to contain,the following provisions: A. The City, its officers, officials, employees, and volunteers are to be covered as ADDITIONAL INSURED with respect to liability arising out of automobiles owned, leased, hired or borrowed by or on behalf of the contractor, and with respect to liability arising out of work or operations performed by or on behalf of the Contractor including materials, parts or equipment furnished in connection with such work or operations; Pollution and/or Asbestos Pollution. Page I of 2 Page 147 of 157 B. The workers' compensation policy is to be endorsed with a waiver of subrogation. The insurance company, in its endorsement, agrees to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses paid under the terms of this policy which arises from the work performed by the named insured for the City. NOTE: You cannot be added as an additional insured on as workers'compensation policy. C. For any claims related to this project,the Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, and volunteer. 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. D. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be canceled by either party, except after thirty(30)days prior written notice by certified mail,return receipt requested, has been given to the City. E. Note: (this protects the Contractor)Coverage shall not extend to any indemnity coverage for the active negligence of the additional insured in any case where an agreement to indemnify the additional insured would be invalid under Subsection(b)of Section 272 of the Civil Code. F. The Automobile Liability policy shall be endorsed to delete the Pollution and/or the Asbestos exclusion and add the Motor Carrier Act endorsement(MCS-90),TL 1005,TL 1007 and/or other endorsements required by federal or state authorities. G. If General Liability, Pollution and/or Asbestos Pollution Liability and/or Errors&Omissions coverages are written on a Claims Made form: 1. The"Retro Date"must be shown, and must be before the date of the contract or the beginning of contract work. 2. Insurance must be maintained and evidence of insurance must be provided for at least five(5) years after completion of the contract of work. 3. if coverage is canceled or non-renewed,and not replaced with another claims made policy form with a"Retro Date" prior to the contract effective date,the Contractor must purchase"extended reporting"coverage for a minimum of five(5)years after completion of contract work. 4. A copy of the claims reporting requirements must be submitted to the City for review. V. Rating-Agggptabilily of Insurers Insurance is to be placed with admitted California insurers with a current A.M. Bests rating of no less than A- for financial strength,AA for long-term credit rating and AB-1 for short-term credit rating. VI. Verifiggtion of Coverage Contractor shall furnish the City with original certificates and amendatory endorsements affecting coverage required by this clause. The endorsements should be on forms provided by the City. If endorsements are on forms other than the City's forms, those endorsements must provide coverage that is equivalent to or better than the forms requested by the City. All certificates and endorsements are to be received and approved by the City befor&work commences.The City reserves the right to require complete,certified copies of all required insurance policies, including endorsements affecting the coverage required by these specifications at any time. VII. subcontractors Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverage's for subcontractors shall be subject to all of the requirements stated herein. If you have questions regarding our insurance requirements contact: Risk Manager (707) 463.6287 FAX (707) 463.6204 Revised: 11/20/08 Page 2 of 2 Page 148 of 157 EXHIBIT 4 44 C.F.R. PART 18—CERTIFICATION REGARDING LOBBYING Certification for Contracts,Grants, Loans,and Cooperative Agreements The undersigned certifies,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 an 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. Page 20 of 25 www.fema.gov/procurement-disaster-assistance-team To Table of Contents U.S. Department of Homeland Security Headquarters 500 C St SW Washington, D.C. 20042 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 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 Form to Report Lobbying," in accordance with its instructions. 3.The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers(including subcontracts,subgrants,and contracts under grants, loans,and cooperative agreements)and that all subrecipients shall certify and disclose accordingly.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 Contractor,Bridges Restoration LLC,dba West Coast Fire&Water,certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition,the Contractor understands and agrees that the provisions of 31 U.S.C.Chap.38,Administrative Remedies for False Claims and Statements,apply to this certification and disclosure, if any. 41" Signature of Contact is Authorized Official v �a r� �! �'"VCN Name and Title Contractor's Authorized Officia Date Page 149 of 157 ATTACHMENT 2 CITY OF UKIAH AMENDMENT I TO ON-CALL EMERGENCY CLEAN-UP SERVICES FOR THE CITY OF UKIAH This Amendment No. 1, entered on , 2020, revises the Agreement on-call emergency clean-up services dated March 19, 2020 between the City of Ukiah and Bridges Restoration LLC, dba West Coast Fire & Water. This Amendment No. 1: 1) Amends Section 8. as follows: Delete: CITY shall pay the Contractor for performance of this Agreement time and materials with a total not to exceed amount of$20,000. Replace with: CITY shall pay the Contractor for performance of this agreement time and materials based on the pricing provided for on Exhibit 1 of the agreement. Except as expressly amended by this Amendment, all other terms remain unchanged and in full force and effect. IN WITNESS WHEREOF, THE PARTIES HAVE EXECUTED THIS AMENDMENT ON THE EFFECTIVE DATE: Bridges Restoration LLC, dba West Coast Fire & Water BY: DATE: CITY OF UKIAH BY: DATE: SAGE SANGIACOMO, CITY MANAGER ATTEST BY: DATE: KRISTINE LAWLER, CITY CLERK Page 150 of 157 Agenda Item No: 12.a. MEETING DATE/TIME: 4/1/2020 ITEM NO: 2020-352 dl� tiuU h 0 � - Uki AGENDA SUMMARY REPORT SUBJECT: Receive Status Report and Consider Any Action or Direction Related to the Novel Coronavirus (COVID-19) Emergency Including Operational Preparedness and Response; Continuity of City Operations and Services; Community Impacts; and Any Other Related Matters. DEPARTMENT: City Manager/ PREPARED BY: Tami Bartolomei, Community Services Admin Administrator PRESENTER: Sage Sangiacomo, City Manager. ATTACHMENTS: None Summary: The City Council will receive a status report and consider any action or direction related to the Novel Coronavirus (COVID-19) Emergency including operational preparedness and response; continuity of City operations and services; community impacts; and any other related matters. Background: On March 4, 2020, California Governor Gavin Newsom declared a State of Emergency in California. The County of Mendocino declared a State of Emergency related to the COVID-19 on March 4, 2020. On March 17, 2020, the City Manager acting as the Director of Emergency Services declared the existence of a local emergency. On March 18, 2020, City Council approved a Resolution ratifying the proclamation declaring the existence of a local emergency. On March 18, 2020, the Mendocino County Public Health Officer announced the first confirmed case of COVID-19 and the issuance of a Shelter in Place order for Mendocino County. On March 24, 2020, Mendocino County announced a second confirmed case of COVID-19. Discussion: As the coronavirus "COVID-19" continues to evolve, the City of Ukiah continues to monitor the situation. The City is in continued contact with local and state agencies, as well as community partners, hospitals, schools, and neighboring cities to ensure we have the most updated information pertaining to COVID-19 and are coordinating efforts. Staff will provide a status report to City Council and will seek direction or action on operational preparedness and response; continuity of City operations and services; community impacts; and any other related matters. Go to the City's website (www.cityofukiah.com) for direct access to information related to the Novel Coronavirus (COVID-19) emergency including local updates, City Services and Business Resources. Page 1 of 2 Page 151 of 157 Recommended Action: The City Council will receive a status report and consider any action or direction related to the Novel Coronavirus (COVID-19) Emergency including operational preparedness and response; continuity of City operations and services; community impacts; and any other related matters. 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 prbA . . s O s1��nagr Page 2 of 2 Page 152 of 157 Agenda Item No: 13.a. MEETING DATE/TIME: 4/1/2020 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 153 of 157 O r- �1 N 1 0 1 1 r ZL n t L W-L to O W V Y U ~ Y V Y V Y U U N �0_ w� na5 UaC 0VI U a) 0w c° LO Y0 2 ° 0 pO �E EE E O E � ° o O � � L V C E T L yI C tp T L 2 (6 ID O a5 Y twn j y. Y Y O O (6 Y tOn j y U Y �4 E Y O Y > Y O Y E Y O Y > _ E E LO L Y w O O LO L Y w O Y w 0 o ° o Y o a5 ° O Y ° O E 00 0.2 ID � o o '0 0 O � o 0 (D � O `o .� �y E o o 0 ° a � o a � o D U a roN ° E �'0 y�T a' M pL a � a' M E �'� c in w w v w o K in w :: K in `o C M _ L N N - _ C M _ L N C M a R fn E O rn Y w Y Y w R fn E O rn Y w O rn V m - 0 C 0 W C a cn W W C m - 0 C 0 W C a cp C Lp v o maLC(O : wccoo �' ma LC(O = wccoo L((O AQ � Q9 d) r � w v) v W � w � Q9 d) r � w v) v v) r 0 0 w • w R W w w • W W w w w � 0 w Y w m m rn C rn rn a w N w Q N_ c c c a 'c Q Q aai r c Q aai aai O C ` O O 0 R O L N L �$ L N �$ �$ L �$ O O >_ L �$ L T O O O O O O O O V O mO m mm Om mU mm m m v) m K m m m a cwi a ac6i a5 E C C a5 a5 m a5 o 0 (1) -a o `aI cTi a ° O ° w ° O O a5 a ° .pm. O°_w N°YE� a5 w (o07 L CcTi oE 0 awa=5 S.O E w Y ° O o Na o >1 � O rn No w o a o 4a5 ° 0 ° o o -aOcw(6i F- w to E E w ° w w a -o y w z a°i w rn.Lw.+L.. m.� a w > o E E E aai a`ni m to Q ° ° LU ° a5 E o ° O U) n o o ° w w ° w • >`!? O O w O —w w w C w C to U to}' • p C a C-p to p to M..a U C a a 9 a5 Y w w 9 C w C Q wa5 OOfn w fO ° O OC2 O Q O tno w f(n6 w wC a5 (wn CO E a) O O 2 Q O jO O O � O � O Q E a O O Q (7 U) OtOo J Q � L U ° O o LU a - Q a O a m U N • (j .� o aTi o o n ° • w J E U a°i ° ° ZE r � E � N Q> rnaiNm U o wr -a cn O -p OU �QaE ins �� �a °� �� �a� (j Qw�-IT m> 'o� > �� �L� � } cC rn Lp V Lp Lp Lp -O a0 Lp w LO > Q C -L p_0 N 0 (n 0 r �,m o0) �rn N0) w rn �a a�in(nrn m0) a5 o `0 a°i o mo porn °rn U EUcL°o coU >inU� oU� c>6 mU� >SUN c>6 °rU E U� `�� ii 3Uv >�U� >UM pI >F- _I� _V >U O - a5 _N N Y O -V O _rn _CO (�f (n L Lp CO L Z L (�m L I� L rn a-L L Z L L M D N w J L V (n L L() (n L N N w o a5 O a5 a°i .�c%� a5 a o a5 cn a°i a5 N M a5 rn a5 c%� �,v co ° a5 c%� a°i a5 a5 E O Y CO O Y X COY CO D Y rn O N Y CO X V Y C0 O O Y Y Cp N u)to ° O Y CO X M Y CO M Y CO W M V N D W M D r d D M Cn M V W N V Z V S V D r 0-'Q v rn to ()Z CO V W CO V V V O� �Y t� 9 � a5 � 9 • � L O] L • > w 0 (� U w y a Y Y L a ° E .w L O O w D S S O • a5 • Q O U-O w to• -m-pCtwow�Lt`o_o a°�5 t..°_.�wm CV °ai o _ ° E n w L ° woL O O o a tanoi Z > ° m O o Q ° uUj a0 O O a) U) n O a O w , U p U5 CO(DO w ~ o . Ua) o C . ` >n > Uai E O) 0 o� O a) p cn-�f -2 U) _aa5 Laci5 °`o Yw YG N� m5 pS '(�� ° w Qo E w - aC CD Y a5�U CD O Q > m0S SO(/jLY U)rD C C w w O.E O E a5 p ° E ° w'°� T o p E E E E -ao o E o f o a E m co o >. o f LO o f O o O- T to O- a E O T C O- O- T p m L w O to w M a3 O -p O -p O a5 w w a5 w a E a5 to O tan C -a)M w ° C p to M to 0 a 3 E F�o M Q L E O >L w L L L a5 L L !? a5 O C w 0 C C C ~O w C C O L O y w a M a o a L p O L O a 0 L O T a 0 a 0 a CO U a M- N E M O- J E v E N E v rn a5 N E N E N V r L C _ CO s W R E Q _ R VI GX' y w 0 O y O ` R R Z Z N R C ~ w � R Z, N a L Q LL O • a{ O C a m O w 'O C fA • 06 L y w 7 C) U 46 R 7� aw+ O O C VI > > L IL/1 ' • 'vI 'u �`o Q Q o a R S w a U w V O LL 7 C C •� O m di 13 Y S - N O1CL 'O • 7 m U U E f/O) N F O K y m �. • w W t7 R _ U Y c o o c c0 m m K °1a • 0 vwI • rs m w U U U U U o U Lj r > c E c y R c V c 3 c L c R r r V) K m O a c w w p w 7 w 0 O O 7 `1 7 U O 7 0 6 mm ma mQ mm z z w � v) W U I v) O r- M N O) N n \ r 0 N O N (D n N N N to CO E 0 00 Lo • • CO (Mp O O tll C C L LO V 0 t� O N O tp O (O (O (O CO tll E C E r E Y M M M p� d' O m E E O E v v v C E L C) - C� C �` J EO U Y m Y C Y Y m OU m.(6 >` O m p Y L L L Y U O E O E U L -'ym-. O E _T.N O E p O E O E _T.N w Y O o C E O d) OU _T p _ t0 O Y O O O O Y O _ O Y 7 0 T O O O T O O L >`O T O O O O y Q O N N m OU N N m O EO d w `y L O L L L O O U p U O Y �L'-O Y U C� m �s C� m (� pL O mac) m u Y w� `ww �� `.- 0 o `ww `ww c°+ dU �L w "'�.oT- Q ^��.oT- 0 � :6 _ Y R O ?j Y C y ?j Y ?j Y R O r >i O R C 51 C T R C R tw/1 R.- •5)E R.- U R.- R.- V N J U a p J U J U J U a O L N C''T"' L E OU L E c m.� c m o c c v�.� °c� U o O(aj N o v� N w -p •- o y 0 •- o m m .- o .- o y 0 c c T _� to in 3 s in 3 c in s R d� R o > 3 > s(:� O 3 W(V m R to m R 9 m m R to W CO L= tll p tll R co Z c �o YY V) to YY Da YY YY V) to V)v V) in U� U C9 p�U� U V) v w c U R • O • w w IL r m s ro O � R L R W N 2- � C t0.1 C > R W U E C H R N O W W R y c w O R o Q R `w � c a va m 3 � aai L) � ` a y r yp `w c w U w O �'� w w y'� o w w w a c c 3 r 3 j c c t s Q U t Q 3 :_ c t y 3 c o a �° �° 0 3 o R R m p R O r Q o "o 3 0 zJ Ut7 m m` m U¢ m C9cc m ma m m ?Um O mU a to C• aaOC mmC YLT otOUll • YYm a ato Q t C mO(U6 QO(6 - to am C N�--'a mLt011 QO tli O o o So L o Qm-o -O ( o o o > E O O C) tll p OCpOO tll N �[] tll N O N C Omtoll 9.L.yY C3C.6. O m n O LE Ll U TU aC O-N o y Y75 N~ZNQ • LL-m0T LmCQ LpOCorli .9dOQ L.aQm. • ydto am > 9C> o aQT C y> mtNmCpo +O+L_TpCo-o° y o Uo °rli1- U o Enm _ E m > O C tll tll llCO C ON m m o O E O E p QN .� pC U 0 > O > E ° a m o o mW o � o � Q o m � > � E o m o 'Oo ooll > p OU C9m miC 0 '° a>N U w E > E o ° c m o °j o p ot 0 > E o - • 2: 0o° > 0m E O QQ O o ai o p Cw Wim C) to Qm Un J O Q O C O U _c o N W mm U5 O a U Ll N O J 0) N N• tll 0 • d C 0 O).0N >O _ m Z L n o f E L _ >r0 0 (rQD 'pO > >Q O ' vQ O> ro Ur CO Q m(o ro Ur Q Lo c) � m Qj 0 U(DLLC) 0 E 0) � Q C) m tCll 75 0) 0vQ(LY�)O) �O O U o LU Q(o Q 0_ID �Uo vnco QMm °Q mU C) m co O�ro pU(o o o C o UO o n N L -co L U n O CO (aiY O YN o pOYCO O YO x p OM� x 0 (oO D LU ILND DO� o0rn v L o � • U ll C O m O E tll O) T U E O O N O C O m • O m EO O C) O E C) 1C) to • Y (Y 0 O O O x O .> tll a > .0 N (n tll tll a C E(noo o C�-' Q Lo O Q -O L C(Y C O T V Q cmi • LTDQ -o m Lp `m > E m Q Q Q ° m rn (� o Ua �� m o (70 Q o �� a�() w o �U o EU oU� OU �U �� o 3: o �U o p _ C) o _ J _ _ m Y o a�> (n E N O S 0 0 �J p U) 0 U) J � C.O -O J U NLI) > O O a Y m C O O Y >0 Y m 9 O Y(,) Y (�Y m O O O O O Y > D Y m N> > m MLo� OM> >J ��v LpD �D mOUn m mLp� O UvD C L L O E U E M a 0 O O C 5 C p T E o Z Lo E o y o- m T y o E m E E m E mom T a E Lo m L m s Y a m o a t6 o t6 to LO m`O T(p � E U N to O T N O T tan O a T(ov tna coi �Yo E 0 a T a 20 a rli a)0 a E 'm �(0 0 m . m a ._ E �' E E >0 E a a co Y m a N Ln C O tll N O tll > C.0 O- O- O' >L m tll Y C O N m p�> `p N t/`1 - t�O O m O C O C C a 0 L O m O O O N N o m o (p a N 0 a 0 O M a 0 O to O M E v0 U 0<z COY > M(O 0 Lo N E 0 Q E O O • 0 p 0 %f Vwi Ln C chi •> O w 7 J Q Q w w o 0 R U R u W ELLQ `w 'g E w O O n c o O y R 'O^ O • E U o U 'O m 0 U 'O O O C R p R U E L p .0. O 'O R J yL Q N a L L EW o i^ ro w °o � ro cE c c 7 a+ w R U ? C F N LL O 7 E 7 7 • } ,R w U c O w w •ca voi V U U c U • O U • • = y ,U t 'O a w J C '� O O O O 'Oo f'i t o w e 0)._ v1 W L 2'i t E LL Q a a E a >_ t' > 7 S E c 0 Z Z • • L O w E a Y Y O 7 2 d p d 0 w Q U J W U J 7 0 7 U 0 2 LL U ) § \ / (D ._\ / \ � ` k\ a / \! CE\ 0 k \)E ko §) 0 7) k . & k Lo !/ 3 \0 °° � \\\ a)§ \\ \ oD « ±± \ \){ a LU , � . k oo S 2 <;T j g < (Lo 2 (0) u /®{/® © EG § � tom §*\ $/a/ \® w \ ) o \� < 0 Lo 75o } \/\ >�� ( k\\ �f a \/ } { R § AR w MA � w E 0 / . a § ! 0 ƒ £ 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 157 of 157