Loading...
HomeMy WebLinkAbout2008-05-07 PacketCITY OF UKIAH CITY COUNCIL AGENDA Regular Meeting CIVIC CENTER COUNCIL CHAMBERS 300 Seminary Avenue Ukiah, CA 95482 May 7, 2008 6:00 p.m. ROLL CALL 2. PLEDGE OF ALLEGIANCE 3. PROCLAMATIONS/fNTRODUCTIONS/PRESENTATIONS a. Foster Grandparent Program 35th Anniversary b. Introduction of Interim ElectricUtility Director 4. PETITIONS AND COMMUNICATIONS 5. APPROVAL OF MINUTES a. Special Minutes of April 1, 2008 b. Regular Minutes of April 2, 2008 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. a. Receive Annual Report on Housing Element Implementation b. Item pulled. c. Award of Professional Services Agreement to RRM Design Group in an Amount Not to Exceed $130,967 for Traffic Circulation Study, Phase 3 (Downtown Streetscape Improvement Plan) d. Approve Increase to Purchase Order and Related Budget Amendment for 240 Additional Electronic Automatic Meter Reading Meters from General Pacific, Inc. for the Electric Department's Meter Replacement Program in the Amount of $17,000 e. Report to Council Regarding the Purchase of One (1) Hogg-Davis 96" Breakaway Reel from Terex Utilities in the Amount of $8,617.50 f. Rejection of Claim for Damages Received from Crysta Fowler and Anthony Hall and Referral to Joint Powers Authority, Redwood Empire Municipal Insurance Fund g. Report Expenditure for Acute and Chronic Toxicity Testing Services for the Wastewater Treatment Plant from Pacific Ecorisk, Inc. in the Amount of $7,480.00 h. Award Purchase of 6,000 Feet of Kerite, 750 MCM , AL, 15kv EPR Cable to HD Supply Utility, Inc. in the Amount of $44,608.50. i. Report to City Council Regarding the Purchase of Gutter, Flashing, and Capping for the Civic Center Re-Tile Project from Sheet Metal Works of Ukiah in the Amount of $13,300.71. j. Award the Acquisition of Wireless Networking Equipment to AT&T Datacom in the Amount of $16,207.18. k. Report of Disposition of Surplus Materials, Used Equipment and Supplies Request to Extend Current Cellular Phone Contract with Edge Wireless 8. AUDIENCE COMMENTS ON NON-AGENDA ITEMS The City Council welcomes input from the audience. If there is a matter of business on the agenda that you are interested in, you may address the Council when this matter is considered. If you wish to speak on a matter that is not on this agenda, you 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. PUBLIC HEARINGS (6:15 PM) 10. UNFINISHED BUSINESS a. Review and Comment on 2008 City of Ukiah Housing Conditions Survey b. Mead & Hunt Proposal for Operations Plan for Lake Mendocino Power Project 11. NEW BUSINESS a. Award Professional Services Contract to RFS Utility Consulting, Inc. for Support in Achieving Compliance with NERC Standards, Correcting Alleged Violations, and Submitting Self Certification Documents as Required by Western Electric Coordinating Council (WECC); and Authorize Budget Amendment in the Amount of $13,650 b. Discussion and Possible Action Appointing aWater-related Ad Hoc Committee to Discuss Mutual Problems and Solutions in Response to Correspondence from the Russian River Flood Control & Water Conservation Improvement District c. Consideration of the Release of Bids for the Retrofit of Energy Efficient Lighting Fixtures at Various City Facilities and the Use of Funds from the Public Benefits Rebate and Demonstration Programs. 12. COUNCIL REPORTS 13. CITY MANAGER/GITY CLERK REPORTS 14. CLOSED SESSION -Closed Session may be held at any time during or before the meeting a. Conference with Real Propertv Negotiators (§ 54956.8); Property: APN 156-240-02, 03, 06, 07, 08 (Ukiah); Negotiator: Pat Thompson, Interim City Manager; Negotiating Parties: City of Ukiah & David HulllRic Piffero; b. Conference with Real Propertv Neootiators (§ 54956.8); Property: APN 003-582-04 and -O8, 03-582-28 through -34, and 003-181-34 and -35; Agency Negotiator: Mike Keller and Sage Sangiacomo Negotiating Parties: Ceja, property owners; Under Negotiation: Price and terms of payment 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, 7:30 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. Dated this 2nd day of May, 2008. Linda C. Brown, City Clerk ~>/7~0~ ~ ~ ~ ~ ~~ ~ . ~~~~ ~~~ ~ J ..~i~~ ~~:~~ ~ ~~~ -~ ~~ ,~~ ~ ~ ~~ ~~~ -~ ~' ~ ~~ . ~ ~~ .~ 3 . ~~ ~ ~ ~ /~ ~~~ ~ -~~.~-~ ~ ~, „~~ ~ ~~~~~~~ ~ ~~ ~~ ~' ~~~ ~ ~.~~ ~ ~-~ ~ v~ ~~ ~~~.'~ ~~ ~ ~~~ i ~ ~ ~ ~A ~j ~ ///•~jyo ~~ .~ ~ ~ ~o~ ~~ ~~~ ~~~ ~ ~~ . .~ -~ ~ ~~ ~ ~~~ ~~~ ~-~°. 35TH ANNIVERSARY OF THE FOSTER GRANDPARENT PROGRAM WHEREAS, the relationship between a city and its residents is a vital and interdependent one, deriving its strength from the quantity and quality of civic involvement and public spirit generated by community groups such as North Coast Opportunities, Inc., and the Foster Grandpazent Program; and WHEREAS, the Foster Grandparent Program was originally established in 1965 by the Office of Economic Opportunity and the Department of Health, Education and Welfare, and the program continues to operate under the guidance of the National Senior Service Corps, a division of the Corporation for National and Community Service, a federal agency that took oversight of the program in 1993, where it remains today; and WHEREAS, North Coast Opportunities assumed sponsorship of the Foster Grandparent Program in 1973 to serve Humboldt, Lake and Mendocino Counfles and in 2000 to serve Del Norte and northern Sonoma Counfies; and WHEREAS, the Foster Grandparent Program serves Nokomis, Grace Hudson, Yokayo, Frank Zeek, Oak Manor, St. Mary's, Calpella, and Hopland elementary schools and Bilingual and Yokayo Preschools, Trinity School for Children, and Mendocino County Juvenile Hall. WHEREAS, the Foster Grandparents bring their skills and experience to children in pre-schools, schools, residential shelters, centers for the disabled, teen parent programs, and the juvenile justice system and provide one-on-one personalized service to children who may face learning and developmental disabilities, physical and emotional problems, hearing or visual impairment, or who may be troubled teens, homeless youngsters, juvenile detainees, and those who have suffered physical or sexual abuse or neglect; and WHEREAS, the Foster Grandparent Program consists of low-income older adults who volunteer 20 hours each week to mentor and tutor special needs children from communities in the service azea; and WHEREAS, promoting education, care and concern fox special needs children continues to be at the core of the volunteer's mission and by having aone-on-one relationship with a nurturing, caring older adult these children develop self-confidence and self-esteem; and WHEREAS, benefits of the relationship are more than demonstrated improvement in academics, the children also learn to appreciate the senior's wisdom, humor, and survival skills; and WHEREAS, many of the children are being raised in single parent households or by grandparents and may also be wazds of the state, and the senior volunteers of the Foster Grandparent Program provide these children with love and attention; and WHEREAS, providing stimulating and meaningful volunteer opportunifles for low income older adults as a means to enhance the well-being of the volunteer by providing them the opportunity to exhibit exemplary leadership, energy, initiative, and concern for the community; and WHEREAS, in economic terms, the services provided by these senior volunteers have a significant impact on the North Coast region of California, and the 81 senior volunteers in the Foster Grandparent Program annually provide 86,664 hours of service to over 400 children with special needs; and the Redwood Empire Foster Grandparent Program, serving Del Norte, Humboldt, Lake and Mendocino Counties, last year provided 86,664 hours of service to children in their communities; and WHEREAS, on Saturday, May 3, 2008 the Program volunteers will be honored at the 35a' Anniversary Recognition Luncheon Gala at noon at the Saturday Afternoon Club. This year's theme: We're Celebrating You! NOW, THEREFORE, BE TT RESOLVED that I, Douglas F. Crane, Mayor, and my fellow Ukiah City Council members Mazi Rodin, Phi] Baldwin, John Mc Cowen, and Benj Thomas do hereby congratulate the Redwood Empire Foster Grandparent Program in celebration of the Thirty-fifth Anniversary of the Foster Grandparent Program and further commend program volunteers for the caze and concern they p ovided tc children in need during the past 35 yeazs. _ ITEM NO: 3b MEETING DATE: May 7, 2008 AGENDA SUMMARY REPORT SUBJECT: INTRODUCTION OF INTERIM ELECTRIC UTILITY DIRECTOR BACKGROUND: Mr. Mel Grandi will replace Mr. Mike Keller as Interim Electric Utility Director. Mr. Keller was a PERS retiree and was running out of hours for the year and also had a family vacation planned for the month of May. He does plan to return in June or July to assist in project work for Mr. Grandi if that is of interest to the City. Mr. Grandi spent most of his electric utility career with the City of Lodi. For 20 years he worked in their Electric Utility Department serving as a Supervisor and then the Manager over engineering services. He is a Registered Professional Electrical Engineer like Mr. Keller. While engineering, construction and technical services may be his forte, he is also familiar with NCPA having attended their meetings to represent Lodi in the past. Mel has also worked in private sector for General Electric for five years and spent the last year in Texas working for the Guadalupe Valley Electric Cooperative. Mel has grown children and will temporarily relocate to Ukiah to serve as the Interim Director. RECOMMENDED ACTION: To welcome Mr. Grandi to the staff. ALTERNATIVE COUNCIL OPTIONS: n/a Citizens Advised: n/a Requested by: Prepared by: Pat Thompson, Interim City Manager Coordinated with: Approvedr_._ Thompson, Interim City Manager CITY OF UKIAH 5a CITY COUNCIL MINUTES Special Meeting CIVIC CENTER COUNCIL CHAMBERS 300 Seminary Avenue Ukiah, CA 95482 April 1, 2008 5:00 p.m. ROLL CALL5:03:02 PM Ukiah City Council met at a Special Meeting on April 1, 200$; the notice for which being legally noticed on, March 27, 2008. Mayor Crane called the meeting. to order at 5:03 pm. Roll was taken with the following Councilmenibers present: Thomas, McCowen, Rodin, Baldwin (arriving 5:07 pm), and Ma}ror Crane. Staff presetrt: Interim City Manager Thompson, Director of Commu~y, & General Services Sangiacomo, Senior Planner Townsend, and Deputy City Cleric Currie, 2. PLEDGE OF ALLEGIANCE 3. AUDIENCE COMMENTS ON Nt3N~AGENDA ITEMS.: None. 4. PUBLIC HEARINGS f5:00 PMl 5~ft52Fi AM a. Public Heartng";and Adoption of F2esolutiot~ (1) Approving Application and Contract Exect~on for Fundirng,from the General Allocation of the State Comrttunity Development BlockGrant (CDBG) Program and Authorizing Execufibn of Grant"Agreement anti Any Amendments Thereto With the State of California for the Purposes of this Grant; and (2) Authorizing City AAanager to Negotiate"and Bxe+cute Agreement with Community bevelopment Commission ofMendocino County for Grant Administration. Senior PletfCter Townsend and Director of Community & General Services Sangiacomo presented the item. Recommended Action: That the City Council >, (1) conducts a' public hearing to solicit public input on a State Community Development Bidck Grant (CDBG) General Allocation Application, (2) adopts a Resolution approving submittal of a CDBG Application, contract execution for funding from the General Allocation for housing rehabilitation within the City of Ukiah riot td exceed $500,000 with $23,000 local match, and authorizing the execution of a grant agreement and any amendments thereto with the state of California for the purposes of this grant; and (3) authorizing City Manager to execute Agreement with Community Development Commission of Mendocino County for grant administration. Public Hearing Opened: 5:10 pm Public Speaking to the Item: Judy Pruden expressed concern that the use of the funds be monitored so the work required is actually performed. Director of Community & General Services Sangiacomo responded that the Building Department will ensure the building permits are pulled and the work is CC 4/1/08 Page 1 of 2 completed to code; the City is additionally waiving building fees. Dotty Coplen requested funds be spent to provide sidewalks in the Wagensellers neighborhood. Craig Schlatter, Community Development Manager of the Community Development Commission Mendocino County, responded that the Program reuse funds can be used for that purpose. Public Hearing Closed: 5:22 pm 5. M/S Rodin/McCowen to approve the recommended' action. Motion carried by the following roll call vote: AYES: Councilmembers Thomas, McCowen, Rodin, Baldwin, and Mayor Crane. NOES: None. ABSENT Nine. ABSTAIN: None. ADJOURNMENT There being no further business, the meeting adjourned at 5:23 pm. JoAnne M. Currie, Deputy City Clerk CC 4/1/08 Page 2 of 2 CITY OF UKIAH Sb CITY COUNCIL MINUTES Regular Meeting CIVIC CENTER COUNCIL CHAMBERS 300 Seminary Avenue Ukiah, CA 95482 April 2, 2008 6:00 p.m. ROLL CALL Ukiah City Council met at a Regular Meeting on April 2, 2008; the notice for which being legally noticed on, March 28, 2008. Mayor Crane called the meeting to order at 6:05 pm. Roll was taken with the following Councilmembers present;"Thomas, McCowen, Rodin, Baldwin, and Mayor Crane. Staff present: Interim City Manager Thompson, City Attorney Rapport, Senior Planner Townsend, Finance Director Elton, Risk Manager and Budget Officer Goodrick, Interim Ukiah Fire Chief Ritter, end Deputy City Clerk Currie. 2. 3. 4. 5. PLEDGE OF ALLEGIANCE a. Introduction of new Employee, Jan Newell 6• 28 PM Finance Director Elton introduced Jan Newell, Finance Controller. b. Haiku Proclamation 6:08:07 FM Councilmember Thomas read fhe prociamsn and presented it to Sherrie Smith- Ferri, Museum Director. Smith-Fern accepted th proclamation on behalf of David Smith-Ferri, Uiriah's Poet Laureate, and introduced Eliza Wingate from the Ukiah Library whp spoke briefly on the Haiku Festival. PETITIONS AND L3MM~CATIONS None. At~PROVAL OF~~lNUTE~i6s15:59 PM e. Special Joirl~Counci~iSD Minutes of August 6, 2007 b. Regular Minim of Match 19, 2008 M/S Rodln/McCowen tb approve the Special Joint Council/UVSD Minutes of 8/6/07 and Regular Minutes of 3/19/08, as submitted. Motion carried by an all AYES voice vote of the memberspresent. RIGHT TO APPEAL DECISION6:13:57 PM CONSENT CALENDARG:la:37 PM A member of the public, Linda Sanders, withdrawn. requested Consent Calendar item 7d be M/S Thomas/Baldwin to approve the Consent Calendar items 7a through 7c and 7e through 7g: a. Rejection of Claim for Damages Received from Kari Kae Hackett and Referral to Joint Powers Authority, Redwood Empire Municipal Insurance Fund cc a/zios Page I of 5 b. Award Purchase of Liquid Polyacrylamide Emulsion to Nalco at a Unit Price of $0.91 Per Pound for an Approximate Total Amount of $27,300.00 Plus Tax c. Purchase of Mailing/Return Remittance Envelopes for Utility Billing Statements from Systems Distributors Network Inc. in the Amount of $5,114.46 d. °°~~!:a!~.^. e .............. tie ni~~~t~.' nn~F~....~~,.., nr'' 2~~n moon 2~~m nn~~,..~o~„o .rr.......y . ..y,..~..~, ., ~..~.~. ..~ , MOVED to New Business 11.d e. Report of the Acquisition of Professional Services from Rau & Associates, Inc. in the Amount of $9,274 for Preparation of Legal Descriptions and Plats for the Orchard Avenue Bridge Project f. Notification to Council of Payment to AV Integration for Upgrade of the City Council Chamber Camera System in the Amount of $5,102.60 g. Notification to the City Council on Expenditure in the Arrrbunt of $7,860.36to F.O.D. Control Corp. for the Acquisition of the Fodboss Sweeper Assembly Motion carried by the following roll call vote: AYES: Councilmei`nbers Thomas, McCowen, Rodin, Baldwin, and Mayor Crane. NOES: None. ABSENT: None.'ABSTAIN: None 8. AUDIENCE COMMENTS ON NON-AGEP~t)A ITEMS6:16:50 PM Andria Silverstine requested the City Councileruiorse Measure B. Martha Lewis and Scott Cahall thanked the 'Gittr for the progress made on ADA improvements on curbs and sidewalks especially neafthe Saturday Afternoon Club. Larry Puterbaugh requested City Ciwnt~I endorse Measure,B. Dennis Smart and on behalf of Peggy Smajt:requested the City Council agendize and endorse Measure B. _ Ross Liberty requested the Gity Council agendize and endorse Measure B. Ember Koski requested the Gity Council agendize and endorse Measure B. Cathy PuteFbaugh thaTtked those :;ouricil members that have personally supported Measure B srkt requested the City Council endorse Measure B. Dick Selzer requested'the City Council agendize and endorse Measure B. Janet Freeman requested the City Council agendize and endorse Measure B. Lisa Mammtrta thanked the Public Utilities and Public Works Departments for making headway on tike°A~A standards for the sidewalks and thanked City Engineer/Director of Public Works En"ksen for listening to the needs of the public. PUBLIC HEARINGS (6:15 PMj6:32:01 PM a. Introduction of Ordinance Amendment No. 07-33, Amending Ukiah Municipal Code, Division 3, Chapter 7 (Signs) and Division 9, Chapter 2 (Zoning) to Allow Temporary A-Frame/ Sandwich Board Signs Within and Outside the Public Right-Of-Way, Other Objects to be Placed Within the Public Right-of-Way, and Minor Sign Code Amendments Regarding Banners and Similar Objects, Murals, Signs on Awnings, Sign Frames, Freeway Logo Signs, Community- Oriented Sign Program, and Other Minor Issues. 6:34:18 PM CC 4/2/08 Page 2 of 5 Senior Planner Townsend presented the item. Recommended Action: (1) Conduct a public hearing; (2) introduce proposed Ordinance Amendment No. 07-33, amending Ukiah Municipal Code, Division 3, Chapter 7 (Signs) and Division 9, Chapter 2 (zoning) to allow temporary a-frame/sandwich board signs within and outside the public right-of-way, other objects to be placed within the public right-of- way, and minor sign code amendments regarding banners and similar objects, signs on awnings, sign frames, freeway logo signs, community-oriented sign program, and other minor issues; and as may be modified by the Council per Alternative 1 or 2; and (3) continue final adoption to date certain. Public Hearing Opened: 6:34 pm Linda Sanders asked for clarification on how long a vehicle with advertisements/signs on it can be parked? Senior Planner Townsend responded it is prohibited by Ukiah Municipal Code Section 3226c (sign code). John Graff, speaking as a citizen, requested as the City Council contemplates this issue that its governance is focused on the responsibilities they have been given when they accepted office. Lisa Mammina stated she hopes a decision can be?made tonight. Public Hearing Closed: 6:40 pm Public Hearing Re-Opened;.7:03 pm Dottie Deerwester stated it is important to allow businesses to select the holiday/special event that is 'best for that:business; suggested those dates be chosen and submitted with the business f~ense renewals; and suggested the current ordinance fae enforced before amending't as enforceability is a concern. Public H!E:aring Closed: 7:09 pm M/S Baldwlntli~dirttts~oduce the 5rdinance amending Ordinance 07-33 by title only, wsmg AIte~Btive 1 irvNt~s report for Section 3225(K) and change part 2 of the sentence from 30 days per year to 40 days per year. Motion carried by the following rod call vote: AYES: Councilmembers Thomas, Rodin, and Baldwin. NOES: Counciimember McCowen and Mayor Crane. ABSENT: None. ABSTAIN: None. Deputy City Clerk Currie read the ordinance title. M/S Rodin/Baldwin to introduce the Ordinance amending Ordinance 07-33, using Alternative` 9 in the staff report for Section 3225(K) and change part 2 of the sentence from 30 days per year to 40 days per year. Motion failed by the following roll call vote: AYES: Councilmembers Rodin and Baldwin. NOES: Councilmembers Thomas, McCowen, and Mayor Crane. ABSENT: None. ABSTAIN: None. M/S McCowen/Rodin to introduce the Ordinance amending Ordinance 07-33 using Alternative 1 in the staff report for Section 3225(K) and change part 2 of the sentence from 30 days per year to 45 days per year and in Section 9176(F) add to the end of the introductory paragraph ", or between 12:00 Noon on Fridays and close of business on Sundays, subject to the following.". Motion carried by the following roll call vote: AYES: Councilmembers Thomas, McCowen, Rodin, and Mayor Crane. NOES: Councilmember Baldwin. ABSENT: None. ABSTAIN: None. CC 4/2/08 Page 3 of 5 10. UNFINISHED BUSINESS a. Discussion and Possible Approval of a Revised Consent to Sale (Transfer Station Contract) and a Revised Assignment and Consent (Waste Collection Contract) 7:45:08 PM City Attorney Rapport presented the item and provided an update and the most current agreement. Recommended Action: Approve revised agreements, when presented to the City Council. Public Comment Opened 8:08 pm Public speaking to the item: Therese Cannata, representing Cold Creek Compost, and Dave Carroll, Solid Waste Systems. Public Comment Closed 8:38 pm By consensus, the City Council continued' he item to the-next regular meeting authorizing the subcommittee to review tyre item keeping in mind the priorities are the rate payer first, then the contractor, and then maintairritlg composting in Mendocino County. 11. NEW BUSINESS a. Set Dates for Fiscal Year 2008-09 Budget Hearings and Fiscal Year 2008-09 Budget Goals/Objectives Wt~rtCShop 8:54:05 P`-. Risk Manager and Budget t5fficer aodrick presentad the item. Recommended Action: 1) Set June 24th and June 25, 20t38 as dates for the Fiscal Year 2008-09 Budget Hearings. and authorize ttte City Clerkt2i notice the Public Hearings. 2) Direct staff to coordirtai#8: a,joint meeting6udget he~'ing with the Ukiah Valley Sanitation District to discuss the budget on ofte of these two dates. 3) Set date and time for a Fiscal-Year 2008-09 foals/Objectives workshop. Public speaking 1o tie item:-Jc~kui Grp By Consensus, Cit}r,Council set June 24 and 25, 2008, as dates for the Fiscal Year 2008-09 Budget Hearing and authorized the City Clerk to Notice the Public Hearings prior to the hearings and directed staff to coordinate a joint meeting with the Ukiah Valley Sanitation District to discuss the budget on one of the two dates. The -date and time for'the Fiscal Year 2008-09 Goals/Objectives workshop combined with the rStrategic P12nning quarterly workshop will be decided in the near future and Interim City Manager Thompson will contact Jane Chambers to check on her availability for attendance. b. Discussion of Local Preferences in Purchasing and Provide Direction to Staff Regarding Same 9:06:53 PM City Attorney Rapport presented the item. Recommended Action: Discuss whether to consider the adoption of a local preference purchasing ordinance and provide direction to staff on the key elements of that ordinance, such as the amount of a local preference, purchases included or excluded from the preference, the definition of local business, and potential findings to justify the ordinance. Public Comment Opened 9:17 pm Public speaking to the item: John Graff and Dottie Deerwester. CC 4/2/08 Page 4 of 5 Public Comment Closed 9:31 pm By Consensus, City Council continued this item. c. Discussion and Direction to Staff Relative to State Ballot Measures 98 and 99 Related to Private Property and Farmland Protection, and Placing Limits on Eminent Domain and Other Matters Related Thereto 9:31:12 PM Interim City Manager Thompson presented the item. Recommended Action: Council review and discuss Propositions 98 and 99 and direct staff to include the League resolutions to be placed on the next Council meeting for action. By Consensus, City Council continued this item to the next regular meeting. d. Resolution Approving the Disaster Mitigation! Act 2000 (DMA 2000) Mendocino County Multi-Hazard Mitigation Plan Including Appendix K for the City of Ukiah (was item 7d) 9:42:05 PM Interim Ukiah Fire Chief Ritter presented the item. Recommended Action: Approve resolutions adopting the Mendocirx'S- County Hazard Mitigation Plan including Appendix K for the City of Ukiah. Public Comment Opened 9:42 pm Public speaking to the item:-Ligda Sanders. Public Comment Closed 9. ~Sm M/S Rodin/McCowen to approve the emended action. Motion carried by the following roll call vote: AYES: G(sianciinrembers Thomas, McCowen, Rodin, Baldwin, and Mrnr Crane NOES: None. ABSI=NT: None. ABSTAIN: None. 12. COUNCIL REPCiRTS Councilmember `fftomas requested Measure 8 be agendized again for the next regular meeting to consider fomaal Cisuncit support. " Councilmember Rodin reported on the Measure B forum planning by she and Councilmember Bafdwin Apra 14 or 15, 2008, are possible event dates. 73. CITY;A9ANAGER/CITYCLERK"REPORTS Interim Gity Manager 'Thompson reported on a memo that was sent to all employees regarding cost savings;"working with the subcommittee (Councilmember McCowen and Thomas) ort fnobile home rent stabilization issue; concerns from the community regarding the City's consttuctian safety practices which she has addressed; and the signing of the new City Manager Contract. 14. CLOSED SESSION None. 15. ADJOURNMENT There being no further business, the meeting adjourned at 9:56 pm. JoAnne M. Currie, Deputy City Clerk cc aizios Page 5 of 5 ITEM NO. 7a DATE: May 7, 2008 UKIAH CITY COUNCIL AGENDA SUMMARY REPORT SUBJECT: RECEIVE ANNUAL REPORT ON HOUSING ELEMENT IMPLEMENTATION SUMMARY: The attached Annual Report detailing implementation of the General Plan Housing Element covering the period 2004 -2007 is filed with your Council pursuant to Government Code Section 65400. RECOMMENDED ACTION: Receive the Annual Reports for 2004 - 2007 as filed. ALTERNATIVE COUNCIL POLICY OPTION: N/A Citizen Advised: N/A Requested by: Statutory requirement Prepared by: Pamela Townsend, Senior Planner Coordinated with: Charley Stump, Planning and Community Services Director Attachments: 1. Annual Report 2004-2007. ~j~, at Thompson, Interim City Manager r r C C~ C L V A Q H O a W N W a E- z W W J W J Z Z a w v C w C m aI G .; 0 Z N 0 N N U U L (~ U O c a O ~ U C y O ~ ~ Q d a w V d O a .~ w cY G d O u c v i' X_ a~ d ~ C T N y c a~ d O) C_ O 'O V C m ~; m 7 d c v c O Q ~ c m J 3 0 J d m m a c c m a ~ d o `v c db °9a GG_;o C r' O d O O O V rq ~ d O d' O ~= L H U L . N ~ R j C '; N y y ~L L O d ~ a K p~ O da d N O C N O J N~~ OOd C d V O t ~ ;a'= ca N c O d ~ O LL O d d t c a y o O Y- d X N t Z a 3 d a d a C ~ 0 a ~ y d "C V N C ° d ~1 (A U7 f/1 C O C 9 0 ~~ 7 ~~ } } } C LL A ` K C u m ' C d d Q' y N L d C ~~a U cE°E o Q Q Q ~ ~O1 ° oQ0 o ` ~~ ~ ~ ~ ', x Qa LLO ~ ~, . v C ~j ~ ono ~ W W ~ N o n. ti ~ O ~ dd O 4 ~ o ' N N ~~ i o L o Q o c ~ t ~ Q ~ E y G1 '~ E d d ~ c ~ ~ O o a o_ ~ ~ ~ y o ~ O = C o a N N ° V O o o ~ t ~ ~ - J o ~ ~ a0 T E a = ~ 7 • c Q ~ ~ c ~ 7 • E o °' o° '' E V O i j ~ • 0 I ~ G I d ~ c x a~ c' d 3 O ~ ~' Q' F ~ O K Q N o H I .. U w d t0 N • N '° O ~ C ~ I' •• d N ~ ' E - ~I vZE~ ~ ~ Q cF sated E a~ ~ >,~ TidGa d a d O ~ N (n ~ ° ~° ~ N d ` ~ ~ C N Y O N o HMI a a E y O ~ LL H . v ~ m ~ rn o N r .. C d t V r Q H O a W Q' N W Q a H Z W W ...~ W J Q Z Z Q c 0 w ... G G1 Q w d E 01 C .~ 2 N O N c07 N ~ Q N y ' a ~ U U O O N L U N 0 L ~ ~ O O y., ~ U -~i v 0 .~ c a O rn V C C ~ o ~ ~ y ~+ C d O V C m d 0 ,- Q d H c 0 '~ O a N C m N O t_ O> C 3 v C_ w O C C ~ O ~ n F N d O 2 d a 0 c a C N M M O (n N N N N d d d d V V V V o 0 0 0 ~ ° ~ o ~ o ^ o + o 0 0 0 ~ N N N N lC /0 R N > > > > c c c c 10 10 R l0 N '7 > > 7 C ~ O f~ ~ N N T .~ A d C_ O O O O -oy ~ ~d ~ ~~ z ay z A A a m E`m E`m Ed ~E`m v a ° v d ° v a ° v a ° ~ ~ ~ ~ N -~d Ul =.m N -.m tn --d C ~ C ~ C ~ C ~ wa ~a ~a ~O ` ` oQ oQ oQ oQ 0 0 0 0 z z z z M r w C d t V w Q O a w y W a Z W W J W J Z Z Q C 0 w a w e 41 G .y N O N co'i N _~ U U ti O O N ~' ~ ~ ~ N L U U~ 0 L O c d O ~ u ~ r N O •C O. -~i K m d H y y a, 0 a` c O Y N V O Q N d d Z C .N 3 O 2 R c O .~ NNd 1.1. Y a A a O Q a d N N N C v ~_ E `d a Z d ~ ~ 7 o ~E ~ O O O r M f- C U ~ ~ r ~ C ~ Q] b " d N C ~ ~ ~ d T O ~ O ~ .~. ~ O CO 00 .- O O N m N } ~ ~ ~r N Y f~ Ln W ~ N n af0i co N } O o ~ d ~O N > V ~ ~ r 0 da N Y N 7 N ~ ~ 0 y c~ N N Y ~ W N CO In r ~ ~ N N > N N ~ ~ 0 0 ' N > O (O (O M V o ~ d < ~ ~ ~ ~ T°~ Z °d M r r O r V N ~ n S m ~ ~ d ~ X L ~ U Q C . W L_ d 3 ~ m . c r~ a ~ '' 0 `, y~a d d ;~a d ~ ,aa y d .. w n m UC " a G ~~ ' ~ ''' ~~ m a lO C 0 > a ,, , d 41 C~ ' a '~ d N~ C r ' a . , d N ". p r d d d d d O /~ ' d d d '~. O ~! ' d d d'~ O N d '' a O ~ >~ ~ ~d ;2 '. ~K ~,Z ,,Z OK ` o ~ Uc T d U ' tm6 d U= c ~ d p ~ Q Z U o ~ N ~ m j ~ ~ 2' 3 v m m ry W t.. ~ J ~ FO- W F w d e w .. a O a W W a z w W J W J Z Z Q V w G O ~1~1 e a~ E a~ G .y O 2 (V O N c0i (V U U Q O N L U N .C Q ~C N U ~ O c a O ~ •~ c C 1~/1 O •~ a d ~ ~ U d N w C O R d E d ~. E E rn O a` O O N C C O N d y W N L U C CI c 'y O m 7d mQ d .O C Q O C J E« n d_ = Omo~p=c t:i+o~- doJ C d U a p ~_ ~ C~ w C t U ~ ~a~ww~6 w O ~ U Q ~ ."_~' ~a~w~~v V. 0 o O N 'O C _ C O C O - U o, o c o. N N O N ~ = E~ N c~ d U U ~ ` v o m aci ~cn a ado ~ N ~ U D l0 ~ U V E d d U C f0 L N d0 ~ 2 ~ T N d U o J a v Z/n m v 1° 0 0 ° m ~ ° ~ N o N J O C 0) O N N N N N Q O N c v c y ~ LL ~ J d m ~ D D D U in ~ U U U N O D ~ D D ~ a a a a a 3 T a c a o -O d E m a d m E ~ ~ m 'a N C '= C C N J U d OIp9 D)a~dC dL0 N pV V~ O O O C r~ 'j y A N c y •C a Oa aNNN« dm ~a~tOC Nd ~ G C~ . 3L C~~ ~ ~ .% . Lnc^ d ~ _N L Zaxid O1 U C~ a~E~ d ~o ~ O d d O ~ d J y U ' 7 N d E O C 2 d y E N a O o d `~ n n N 0'O p N C ~ N T d C~ L U C d N N N '> O d N- d~0 ~ L C dwc -° A N fp Ol C ~~ o 3 r d E~~ d~ 'v Yo a~'~ ac=~om ° y a~d d > o'o oa~ d a~ o°'m d E omc od= '_d TLE3 cad Uci° ap aU i>~ dm Ec o mL °o '~mU a°pc rnpm Ey >, ~a p 2N O E ~ C ~' L C d y d 01 y E C d N ~~ L r_ U 4._ ~ a 10 O L C `~ d A t« .y. C« U d O C `~ ~ A d C C _ a N d d 3 ~o o U~ OlL KdLC=° 2 ~ C a U d m E d f _ ~ YI ~ ~ f0 ~ ~U 3 d ~ d ' t D 'O _ M p > C ~ ~ ~ N d d d> _ d d y d .p ~ ~ o. c 16 d~ 9 ~ p d ~ O~ n. ~ ' y ' o a ca a i aLLw~m~ aoy~ ~ y adEd iU .. d E s U .. M Q d ~ N 9 m ~ d U co° c m a i d a o m ~ E Q o D _ 3 U n 0 c « d S? N C N y C d N N N 7G d i p ~ d N d n E C f N Qj a N d ~ E .y d E~ d 0 d t0 ` O d m w d J E 'O o a v cdod . c o E o'- N U _ C f0 N ~ O d X C d> U . C C` a N d C f0 ~ m ~ E ~~ N U .. y C d d C d J n O C O E o n N ~ O f0 ~ d 'O N d f0 ~ t9 N C d Ec d E ° coi~a`~E 3 °i wry mom N~ °pm~ d ~- ~y c d U E ~cN~ a«ma' z m d Y ~ ~ E d o a ~;.. E~ my ~U N of o 3 Z ~ d « ~ ~' d a i ~ La rd ~om d a i caN¢ U` 3 E ~ d d 3~ c m t m ~~ d m m N d rn ~'rnr N o E ~ m° d ° ~ E ~ j c V v dp o p c Y E c N S c~W7 dW 3 d cn - ~~ N d y o N d ~~ N v . d d O N ~ ~ O O O O N ~ ~ ~ ~ O d O ~ O O O O) O N O N O N O N O O O O) O m O N d C O N N O N N N N ~ O O N Q _ N n U L N Q ^ U d C Y C ~ W °c ~ '~ 3 U a0 ^ C9 m L x U ^ O LL ° ~ ~ ~ N U T ^~^ Um~O U T T T y T T T Y Q T U~K x~am = v v i>j (j v v vU v d ~ m a m a m a ^ m m m~ m m m m m m a a aw a a a a a ` V T d d C >` ~ ~ C O~ ~ ~ 0) w O C N C O d ~ p _J N U C~ N C _ d N E ~ « d N N C ~ (~ > 2] ~' N d d - N Ol- ~ C U CI L= l6 C O C 0 J w ~ C J O) a 0 ~ d l6 ~ C . O O d.T. U `O a d y 0 C E > ~., C N C U N .N ~ `. '~ J ~ O L d ~ U U ~ ~ N C Y (0 N d y f0 N d" m e U 'N U d c .. - pp d d t C~ C d O (, O -o ~ o iv U d 9 L _ ~? o" C D1 ~_ c d N ~ N c C U a o o fO E n.- E L« O ~ !? ~ N d m N N s ~ ~ s E Q d to N m E C N A~- r -' V H a L C Jd N N .N. °j U O N U C U d o~ "E° o~ L o dd c m~ o ~d s E a " w d m d~ Q c` m~ a rn 3 a w N J t`0 a m" _ = 2 d~ rn d S d d U E« a a o d d a d C D7 C n O (O ~ J a d O. 4 t d m J f0 9 O' L N N to C d n C ~ U O~ N C E O B S ~ d N O = d n 0 «_ B J- 3 0 ~ y~ ~~ f0 d" LL n O d A J C J r LL ~- N O U .. d E c ._ ~'nW ~ m~w a`~o .d.mE yo d~a~ ~ _ c~c~ $~ xmJ CCEm °3 i~~ '° p?~m~; '~ wm L.. d ` O ~ U vi Jam- E d .N- cL d 3 owo '~ w L c d w '-ac O~ O oy°~ " O N dc E (0 odo O .- ~ a c N j O d S, n.° >oo y C ;_, "' = C Nm ' ~ 3d L ~c.. md~ c on~~ LdJ _ On cod 'd c- ~c co oo~d Ucco io o, J Z E~ > o~O d ..d ..N J-d~ -~'a N EJ -w d yc d ? dcoE ' ma d«aoD °-'v $° E aoo o~y U E.°_:?'" dc°rn ~° c a` o `~do ~~ n ~ ~ENd - c d ~ ~cd ._ O a> ~~~d~~ a> d ~- E c ~ n m a o ~ O N c O d m E Y C d A> J d c .C d N ' J c O C ' 1/i d A O~ .- M d 'j 0 7 "' T y Z„ > U n d c tV t6 U O Y N O.Y T E d j L O d d 0 J ~ C C O y > L J .E C .. d O O U L U :. G .. Y> d a d d F > f0 fV Q O'r d f0 O . - O C U f0 C L O_ d ~~ 'O d C O N ._ N f0 N n U L N "O d r N d d .N. ~ N E L d 1 ' d O V N L T d !0 V O! Z (/~ ~ d U~ dO O N ' = O E 9 ~' a N U U ... ~- C ~ .- d L ~ d p ~ d C N L lU ~ > L C ~ . _ d Y 0.... C C y d 9 y_ C E U m y d d N N J _ D C ~~ •• C N Q ~ d L !0 N U L O N .- N > ~+ C- N D ' = !0 N U Q C _ O N O E E ~ N F > > > d a -O d O J U n d E N J W .- >` - (Q f0 d "O O K O J O C d U C N C D C N .` W V d C C J p C a f0 d E N ... A N d d d M O N "- ~- ~ N O C d d ~' C d a m E C J N m C L L V N f C~ d N N CI ~ ' V ~ _N T O C ~ U ~ ~ ~ - C U~ C d - ~ L C ~ y C~ N C ` f ~ p~ N~ n ~ N ~ ~ . y N U~ ~ C f+7 C ~.- C O O C 'p N ~- h O j U C d_ ~ d l0 N ~ d {V > U N C C N 9~ '- M Y~ N N d of O d N U> d d J .- n°ic° p p aEaoE l6 « do'3 N g~' t0 N dUm~' ar° ~ C J !N a$sa~ t0 d- aaci~co= > ao > d`a~ a00~ a3° ainc`oa~°~' .. d e r R w Y N > > N a ~ O Ol `o N d U C ~ O m d U TU ~ ~ ~ d ~ d ~ U N N K 3 3 V 3 o d d s . 33 rn O~ N U ~° - dC7 m d o x ~~ a" vt o o. 0 a d o d E p va ~ c 10 m d °~ U .-: d U ~ N N VI C y C ~ N ~ C O C N C o _ . p rnm ~ d ~ d ~ ~ in ~`~.' E ~ ~ E d a i ~ c~ o ._ o O¢ m c d E e d c d m N L Q E N o N A a m n m m d „" p V ~ d N 0) M t0 ~ O C L O W N d O d O ~ N O ~ $ d W A O. w c 3 d rn m 'O rn d m Q H O C 0 a m d is o E 2 ° o ~ O~ ~ 2 ~ U to d c N N .di m ~ ~ ~ O y ~ m LL] ~O ~O O ~ ~ O N C= O 'j Q 'O O N ~O O) O N ~ d tp ~ ~O O) ~O O O N O N O N O O- N d O C~ N C N O N G C C N N N N M 22'w d U N d~ Q ~ MQ N d M1 d X ~ X ad. J E OI dm r~~ a° Cd Cd o C ~ .- ~ E O O d nU°y~°E f0 N N~ Jd N J Jaci Q Oc j Q d 0 ~ a U y m `° cdi d m d N >. Z c LL p> . y c y W d . j O. ~, O. ~, a~ d R~ t0 ~ ~ m O 2 N U c O C ~ N O O. N y O O. N > ~ ~ ~' E ~ _T ~ _T _T ~ ~ r j _T _T > C o x _T C x _T _T ~ _T _T U °? U ~ ~ U ~~~U~z U UO a i ~ U~ a ia U Uw E U U N p ^ Q Q ¢ p D p p ^ O p p p d CD [D p p p ¢'] ¢'] ¢] p 00 07 [D ¢] m fD ~ a a ~ ~ ~ a a aLL a a a a a a v d° d d b .D N d y j J c d A d L y " `o T N C d o C~ a ~ O~ i c d ~ J ~ Ld U O Y C a O' c N c E ~ o ° y rn Y c m ~ ~ o ~ ~ W d >Stc E °' o 2 . . d~ o~ ~o d d T ~ ` N Y c ~ ~a cma i~ od3c c m~ o' ~ d o cy 'do ~'~aJi ~ Ed ~>~ ~ W U , ~ o ~~°' '~ E aa ~ °1 ma :° ao ` E3 ~='ai ~3>~ aci~n `o :o ~E c0 ~ ¢~~~ d Oa cO~ . c~c .oa , ~ 30 o~d JO~~ EJE _ 'ct rnL ~ d 2 . d.~ d~ c c d o~ o U d o ~~ c a O d a o~ S J a ~ m c_ x d y d ~ d o ~ c o c p w d Q~ _ N C ~ d L N ` E E O L a C N 3 O U E N ~ d L C N~ .N d N O) ~ 7 N N~ O. O C p U` O U LL ~ N J d C C~ ~ p 9 w C O d« d 0 N d C ~ j O O N~ d O ~ O E c~ 2 0 W ~ > O C `~ d 0) C d L 16 ~„ 2 c d"a`~m O LL C v Q d cN'- N E«ad d >oc d d W (/I ~OJ C 1] d L ~ U Ol ~. 3 . E a >, O) O) ~ y ~ 3 c `d M U o._,`~ ~w 0~ cx LL _ ~rnm> d ~-, ~mE o w°a N« ccoo -y a-- cc ' Jm ~ rn d 2 Q U U N ._ d d C B U L d J d LL ip 'O ~ d J O N N p O N d N d m ~ W> N A d d U l] C R' ~ "~ O ul ~ J d O =~ K O- O O) d O. N V ~N ~ Q N C N d d f0 } L N d' ~ E d d E d N N C a O _ d O LL j d L„' W O a 9 d N Q W- E'c LJ N« N~ 9« E~- 6 N '- da > p O L > > N ' JO O J« O N E.y LL O J ~ .._ O. C T -L'- d O 2v d d°' ~ oU = d N= .C "3 d IC0 '00 O Q N IL W ~•- "' C_ O J d N> L N d U N E .- N O. 10 V LL d L d d ( J C J d t~ p 4 m ry 0 'O C J~ O • d OI Q d y L > d y O) m 0 .. C._ E D E OCJ OI d 0 001 O) N c CC'~ d 0 f0 D. X«-d~ O U N OdyJ O v =d fn L d yU W« ~ N- C U N T d d G 0 C~ d U 9 an d 10 'H 9 .d. 'O ~ j f0 L l0 C C- ._ D E >, C IN O d J W m N O d C O d¢ d V N O~ ' •y ~ ~ d O J ~, 7; U ~, C C o O C d d C Z ' ~ O. d ,~ 'O 7 0 O N E o C O ~ ` Q N J °' j- O ~ c x .- N E A U `I c S L ~O ~ L U d c o ~ ¢ c c C U d p C C d 'O O d- d M p d N« N C N L N E 0: vi d J N . O J U ~ 'O c LL.- O QL = o F dOJ2- w O)~`~ C d NU ~O J~ . .. Nv od N ~~O ~oc i~d«v .-U c .:d ~d rycc <'?ccy> ~E=E .-:..E E ~ ~n ~~ ~ O~ tp r 2 U f~ N J O y 00 y U ~ .y '- E ~ U j ~ 01 O d~ ~ O a m N j~ 0'1 N~ V m W N t0 N~ d fV U N~ d- ' d C d O d fV a E N e ~ C N C O ~` U ' O E d~ N ~- 3 N) a ' d M O U t~1 ~- U C7 C U B d O d M U C~~ M O. J O M C O~ N/ .CN (O N) a ~ _rn J~c _¢ y O _Nd a _Uma a d N _ c a _3 y _5 _35 N °'JU~W~ awaa aa°' aUa ari a3 M C. d E L V R ~'+ a C7 0 U y ~ O N 'm0 m .~ m `~ N J U C V 0 > O -o E E O t rn 0 V a m -o o L and ~ d c ~ •-J ayi N 3 ~ ayi m m E m o T o m o ~ m o m U ~ o m y d C ad N C L~ U._ d C u 41 N ~~ v c N a d 7 m N N._ y U 3 - y d U N C Q ~ ~ > m U N . . N 3 N N j d N 3 C~ d ~ N ~ Q » a d ~ N ~ v m m U m y m N m ~ C E ~N C E c m z f C E N N o =~ E 0I 'c o N E C n~c m i a ~m o N`y m ~~ Jd t cc m m N d d a u E m ~~ ~~c °o E°o ~m o ca oo o~ 3Z' U CI O U U 0) y N Y U ~ V N y U ~ L C ~ C a w ~ m G~ O Q O ~' V C I C Y J O= N V N QN ~:~ O N U7 J 7t Ntn U' N d A O O rn C N ~ O ~ O ~ O ~ O U N rn C m C m C m C rn C ~ ~ O N O O O N O N O N O m N d 0 O O O O I ~ N m N N N N d L m m m m C ~ U ~ N O N m O O O O O NO C C w r m c LL O _T y Q U _T _T >. _T Q _>. >. >. ~ _T U ~ ~ U U U U ~ U U U ~ U N ~ ~ ~ ~ ~ ~ DU ~ O ~ D D a~ m m m m m m mO m m m m~ m z a a a a a a aU a a a dw a T N N~ ~ p U m m U C C U ~ T N ~ C O y ~. ` ~ N O C N C p~ N J d ~ O - o •' C .O O ° ' d ~ y j N .y m °i cJDT V m ~ d d d cE2 d> N mgo m N ~ crnv •N N« o m ~ Q m .O O y YI o N wad 9 L ~ >. m J y N ~ Y 3 O~ o~cm U C :0 « ~ a `y ~~ `p ' d a 0 w~ m d O N E _ ~ N~« O ~ N m Y m~ C C N ~ ~ C "' J y O m m m d o o'- d y N > oE c~ E o x `o a : O CEc£D ~ w a N ~ E S E ~ o m UrnE N o 0o 3 o N Lm o O CY p~y~Ean ~ aa~y on n-oc . ccm~ ~~=3 o ~ ~ ~yo Lr °" mo m am y odm,.- E >~ N~ J N o E c J m O ~O v3 oy O o.-Nr >.m OINC O =~ w y ym ` E N Y~ o N C m L o.-y N N L Y U 3 cc E m N N m o dE u m _ NL ~ C O N~« ~~ m e O E N m UJ =~- N D~ L d c O c N O) ~ H YI w u, d' c o r -o 0 3' O m L ~ (n "° N C N r •._ N 3 d °r C 3 U D O U O J U y U 'N (0 N C m O ~ ~ J m c~ E d' .~ O .j ` d _ ` m ~ t .~ N N LL ~ ' ~ m N j H J O ~ p C `O 'C ~ y .Y! ~ m >~mv Ear L A C . •H>=N N V Ey yj N E F m'um u='c3 U O VJ d ~ O m„Nn C m , O m O U m T m J r N 0 ° T a~m~~d ayi~~=' umcoa~ UU vc~°ai ~ O~`~~ OQ ~o ~E a EU`"a`i ' UDy mn xoom m ` ' yN«Q~y UUmc °~ VdNa p,m m o m a d~ U _._>.m- a a w m a mC~ c~ >.'o ~ m N ~ Emv y~ o r 9N mm K m y °m a J ~ O aoi w c E o >`~O u c o L r 'c ai ON x E NODU ~ '~ . - 'v -o w ~ w a> ~ c o c °''r~ m ~O c umi c a a C ~°~ C~ rn aci U t .O p a OI N L N rn U u 7 a d .c ~ a o J n m d « C o m Y C :0 O L L N C 'O C h p~ C L O d m E~ L y U l0 O C O 'O ry Q« m N 'O ~ m U f C 3 N fO C Ol m E y •C C m N C N C d r 3 J NN m L y m N=m y .C C O o~ OI C w ~ JC c ' a J '.' U N O x C U m ~cd O ~ E N"C C Uv c m ~-cE o U d 0 n J LL N> C m-= ~ ~. m d~ Eo N- Z 3 m y C ~ m N a9m ar C c>.r« O U C N C .. C d E Q m _` t~ LL N C O O L O h m ~ ° N N m w m y a a N E ~ -O` w C J N C 71 N ._ L_ N w LL w m '- p w m U _~ ~O C~ m U~ fp y E° 1 ~ ~6 ~p ~D 1IO i A C S 1~ O D ~ O h y 1~ C y h~~ ~ C A 3 "O_ 00 J Of E m ~ O O H m- E M ~C 3 0~ m Q lh C ~ N t~l L~ = L_ Cpl C D L C'~1 O C ~ m M C Cpl m E ~'? O d~ j N1 ~> E N~1 j~ C~1 O r M `p_ dL U'~ 0 °_r~cc°a~Q aU$m aaaw°3 aU`m~c aaiya~ °~U °_~~t °_~woor a3 a~ a=E aQJw3 d e L w w a _C N ~ N a C U E L ~ E O T L (n U 0 N .3 J vi d d O ` ~ ~ ~ d Ev, Em o h H a U Q d C~ ~ N d N d N O Q ~ U U ` d O ` ~ L ~ ~ ~~ O~ H d ~ (~ m e c . c y d I d y U C 3 N D ~~ > m ~ C U E d ~ d ~ d o y C ~ ~ Q d C C d Evd _ as aa"i E E ~~ °o m L O L Q~ ~ O d d 'O - N ~ N ~~ N 'O ~ d U ~ ~p N N p ~ ~ O O " N N ~ C OU U y ,C «O ~ ~ d N N d U O O E ~ ~ U a m 3EE f0d d EE c c o°~ E c d ~2 Ud rnU N N N E U U' 0 d m ,o :? rn m rn ~ ~ u, c ~ ?~ a ~ ~ O~ N E O O~ O~ O~ N N N - O E C L~ p _ N U N N N C ~ > d U M U U U N N W Q 3 N C 9 C 7 LL _T _T _T _T _T _T _T _T _T _T _T _T U U U U U U U U U U U U N D ~ ~ ~ ~ O ~ ~ D ^ ^ ^ d m ro ro m m m m m m m m mU D: d a a a a a a a a a a ¢. U c ~ J V rn C m C ~ N ~ C L N L O a C d V O ~ C ~ J d C E N u N y N O N L O d . .. C . ~ N_ N N d C L O O) d d~ d 0 ~ J . j ` U Y '= d d N W 'A a C > d~ o nV a~~ o-. m a;=, ~ ¢ E o°m ~rn_ ~~m$ d._ ~~_ ~m N m E 3` v o.c ~~- d d N d U ~ E N o L _ O C d~ ._ Q L J~ d E d N J 'O d N E O O a L ~« •• d 0 m N U N> U K ~ .. a `~ > O ~_' V C C ~ O N 3 N C O ` a C ~ 0 U 3 N U N C > S N~ O N p j O d L d N " d N E U `~ B E d O- O O ~ d= E C ~._ N Z h O f0 y d Y y . o c c A c ai o o ~ C ._ T._ > «. N ._ ~ d E« d J (0 d E~ i d d ~ ._ ` « a d _m °1 ._ _m eo ~y c3a'NU m AO~O c U~~e m c d~~a~ K A~a E L d~= U E oEa ~ c~ oc _~ y We 'm L O d ydd O ~O L E T w E N E .c O j/1 N ddv C 'O ~U d d V E O d `- d d d p. N U d «J« C U C m a ~ E . S > r , „ ~j "C a N C ~C J U U 'O 10 N y C ~ L~ ~ N m d •O 3 `-' O C r U N ~ L? J N J • L a U~ d N ~ O C ' d ~ N J O ~ r C •`-" U 4 ~p E d ._ U L O d L C C Z J , - 3 3 p ~, ~ O a'-' O O. O d '= d N O. D d Cl ~ d ~ d C « ° U O l Ol C E O 'd N C - 0 C W L m Q' (") O L O J a N '~ C C O J N N C U dl O. C_ T E d N 'O L •~ C ,•_~ O O C d N N E L 0 O d .N - L > ~ O O •O O O Q 3 C O C7 C ~ O N .C C N - lU C (O U 01 d 6 70 0~0=d c av N-'C ~Ud Dd3 c . . JJ..N d C ~Od ' d~~ C° N dU ti ION ` O yO O C Am ~ O yc O o a S N a J > O ~p N N O« 'O d"-c 'O y U x a~c~a z x c C ° ? d E C L = 3 c c Q 3 ~a Joao xL~ z~m dEo o~ ~ ~oc ~ '~oo y~~ vN ¢ LL E ~~ ~LmY N~ d NNU d ' ~ Y C ~ ~ ~3~3 N ~ N ~ N1 t n J ~ L V ~U ~ N d nr ~ U N N~ C M C.- v j j- C q ~ J ~ E C ~ > ' N O ~ ~ N _ > N Ca N C ~ d (O f0 o ac°U aNL°i:° aw.c° gm~ ad9a ~~ daa~ icLi a~'3 °.n°~y a~ acmL .. a aU Y C d L V w Q C N _~ W C .y O R w i~+ ~..~ O N N V T Q O) 0. ~ C d ~ dY,,,D ~"9E-aai~= ~ o~o~~ o ~ ~ c d U U a p y~,~ 'c y .c c L U C ~ U d a1 >, C aJ d N C 'y .. da~wu.2U p_m°o~^aU ~aaww~U la d N -Y c d Ol O C E O aJ n d a1 3 n N ) U V O 2 ~ N C p~ C ~p a0 O ~ C O O O OI Ol C ~ mO C :. L '~ p d O O O C %~ C ~ J C 3 0 ~ C ~ T ~ O d N Y N C O N d .N O 2 O O 2 U m~ ~ o c Np > ~ c ~=a d N E'~ E~ v i - d d d j) .- 'p O ~ a i a U O d O N o~j o v'd n mow ~ ~~`° a c3 _o N C~E ~ t ~ d O I~ N C O 3 al m d d 0 d S ~O. iO U E Cp j U~ N O S p_ C J C D d d~ N C N CUU a° m~o ENaN d LwV ~ ~° v3 d~ d ~ 0) J d O]'O w U N N O O > ~ a1 ~ 0 N N J . J ~ C ~ N J n O` J T Q n w j O C A N O~ ~ d N ~ C C O V~ C C ~ O ~ = a ~ O C~ N O O C (/J U w a~ C d0 d E o ( C oo y .N dC o ~~ J ~ ~~~ c ~ 3 ors ~ 3 or moo aiE=- m 'o'~O ~r °o m ¢= ~° d md n~d > cE~ ° EJ ~ ~ o '" . o p C E C O o C N p m N e d d c c O C U in 3 i n 3 N~v d Ed~ T DU mE ~ E ~ dUco~ a' ' wadi -oath cm ~ c dd'O U~d ~o> do a i o mpU ~ in m 3cT d ~ o a z 3'- E d: 3~- E o~~ ~o~ U ~m cJ 3a ~.a ~ N y >JZ d ~ >E y '>E ooo Z~2 a ~, m U ~ w2 NQUQ <O 2'2(~ O ~U KU ~ V ~ ~ O ~ ~ O ~ O O N C p~ N O p~ N N ~ ~ N Q O N N O N N Q Y '•co ~ ` ~ d a n D EU =~ m o ~ W , ~~ C~ ~ C~ ` y ~ ~ N ~ N V m ~Q T T T m da O'y C O)C ~ p mop ~' -. `• D ~p U d>+~ O U Ucna ~ U U UmK x~0am x N ~ m m m m m m m m ~ a a a a a a a a m °y d rn E 10~ in adi E ~ =`~ ~ ->' mc~ a~i E'n E ~ y~~ c cy ~ v' ~ ~ cJi c~ w d ~ O ` V U N ` 0 a v O N N J o d 0 C ~ L a1 > L= U ~ N~ c O j 0 ~ c a J O O d ~ C ~ ~ O O ~ a C ~ C ~' ~ J ._ N L fa U a1 b N ~~ d d N N d ."-' lC C U N d C „ . - Ol d a o L m m c d OI= E -_ ~ o~ y ns E d~~ o d> d d U N ~ c C N j 3 CO a~ O ~ .: T iO N d'x O) U G C ~ d t p rn C t ~~ ~ E V i N ~ - `m a ~ N J 3t m o ".c=cpd d a._~~ Zd odmJ acE"- Ed ~ond d y co~cn Y o ta~yJ _ n Ld m vL Z d ~~~nv in~~' Eon` c=o~ •~cw~ a~s E dr d N E N L O d •~ O' N O .O J c C d C ._ L C y N N d d E N- C H ri J ~ J ~ N d ' d 0 C L ~ N W d d U ~ L C d N C O` a1 S a m ( OI ' O U 3 d~> ~ ` 2]t_• d O ` O ~ U C L (0 N E 'C O d ~ w .r C O am~; c :' c J 6 ad_.oom m c = d N •oSm d~ N > `oo ~ a1 3 N a~ m C a1 ~ ad dd La ~ L J ~ o 'mc y o m E ~ o~ o xoo~ L~ ~,d cad oo al od co o.o CU L oh d ~ AWN'- N~ d"_o.- ~CCa~ da _cc OON o ,~,E Cw p;o . Y; O O d « L O 3 T ~ (a (» ~ C V C ~~ U ~ a^ ~ y N O x Y E J W d J ~ d a°E rncd a c m ~> T M~.o~ 2 ~ dao .. d x daUN~ a O d L dm ~ d o C `~ im a d NE ~ N ~o NO c ~ Un~- _ dU`-" C L - d5 d a dc~ L >L t L d`°3 ~ L . - C.L.. V a'~u~rnt a •~ O x~''~ a7 d C C U«d m N y odN_c`4 f d n ~ d oENOE f '~ d .D 3~o~ C ~ oJ WE oo - dLC--° n ad E O ~ v= ~~ ow o L s d O Un L •- .- 3 C N a1 'O~ th d C c L d N E y N fa N1 "' V d ~yd ~~NmN ~ ~`~~ ~N~'d0 Ny~.y N Nt9C~ N.~N fVd Ny e- d> dc ~ 'N n Cp d ~O d ~ p y ao ~ .~ n.`~ a E ~ p 0 r0 a ' 0 0~ O ~ a1 .L.. d ~ y d ' O d a w~pdp yc d E UNc aEaoE :o3 ~ v 0 .. c d L V r Y Q j o N i U ~ y n n C N U ~ N ~ ~ p L d V j d c >` W Trn N E- N _ U d d o J ~ d d~ E c d ~i°c o' ~ ao _~ ~ ~ da ~ m w d m ai ~ -O 'o ~ adi c «~ d ~ c o vi am v ~ ~'d °o' o °aci o °~~ O U ¢ O ~ ~ U _E N N m N a C E N d~ 0 ~ NO. 2L N ~ ~~N~ C«~~ 0 Na d C ESN d d 0 N Z N e d ~ d «` U •_• .C O~ O C N E N ,~ C O C y N O E N m E N U U y N 'O O f0 C C .~ ~ 'p U .N ~ 'V Oi 'd0 d m O o d y C :D w A ._ C O a U N C> O d ~ N U E E U U 9 C ~ D ~ d d d h O ~ J U O d d O O N N C d U O D O ~ d C H D O d C a C d d d (0 p p N- d « N L L N `-' N . C U O y U 0 _ C ~ ~ d N~ V C o~ ~ m U 'n c °~ ? c°pca i UQOC v°i ~ d~~ ~ °' ° ~ ~ y a s C d i a D N c E m d N N ~° cQ? ~ C O ._ C ~ c 3 L d .~.y "' m. ._ 2 C C .>`. c C ~ d ~ c N -o¢ ~ a m . ~ O.. c o d d m c ~mo o~~a m c d 3 ~ ° mo 3.. > cddE d o. d ~ d. .~Dm d E N ~ c^ o Na.L C7 m m m ~ c r r Q ~~ a .: a d d , ~ 3 ~.~ c .o E~ w U ~ E c a ~ c N 3 d c^ ` E oa°o TN U~udio m a°E'yo ' ~c> o E ~E~ E t ~o~ ' oU d N¢N rn~ w o c:. .~ o cr y Udd° ~ m ydd m ¢ ° rm m ~ L. N C . ~ ? C y¢ "' U N ' d l0 N a U N ~ l0 ~ m (0 ° ~ w 'O O V a' 3 d N ~ U 3~~ o>,d idU wu ~¢°E a~do-= 0 0.0 o ad m yin a ~~ Z m ~ y~ ~ E~ rn o a o 2 o D m m $ rn ~ d °' ~ ~ 3 E m Z d m .C .) C E O C d Y d C d Sd(g7Nw3 d ~ C C~ ddc> d d L>.o_ C 7o c J G~C d 'ocya C c O d ~~S N ~ >E UU N a' ~ U . . > ~ ¢ Q NU _ UUmU U n N ~N N O N U a a' U .d. ~ ~ ~ m N a ~ rn N ~ m 0 O N O N O O ~O p) O p) O N d C O N O d C= O ¢ V O N O N > U ~ O O ~ Q ~ > p c~ad'~w a ~ m O > L ~ 3~ C L ~T' N ~ l0 Y ~ ~ Q d 7 O U ^ N W O '". >, C ~ L d ¢ ¢ « « «api « « «J « «E ' « ^ ^ U U U w U U U U U U U~ 3 U ~ ~ y d a' ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ¢ ¢ m m m 7 m m m m m m m ^ ^ a a aw a a a a a a a ~ ~ c T d Z, C $ O U ~ rn y N N d > C 0 j U ,' > L C j d a r N ] ~ N C ~ ~ O)~ d ~ d C C d 7 0 C d ~ ~.L... p y d y O ~ O v > ~ O C ~U N J d ` f.1 C U N O L a C ~ aE ND .Jw )L C w C ~d ~ E " am dL d O w C d OUrO a 9d O L U O .'_" O C d ' N C p N O U O E d ~d ~ O d y U .. C d d 7 ~ O ~- N 3 C oo E ¢dNy Lp EUUy dCd~ U . _. a ~LC 7d N y ~~ 77 U Od U .. C Ud o~` NE ° ~p~JN 'cy~ dE CdC ~~~~y 10~ dc h C~ 'O ¢ C- 0 J Ol 3 a N y J f`0 Q~ .- S S d d m Gl C d a i V~ r d d U Q~ ~. d~ « C C O~ J c d U0 y J d J U O)L N y N O d O- C ._ U O ._ O O C ` d a S U J- . "c O Z' Z `m d" d LL d d ~ C J r O- 'O W O J d= w d O' d ~- w a d d ~ E U l6 L E= N O m L d c o. c ` c E ~ n o d o __ a a ca o c°i 3 o a cn ~~E~ ° o ~m w°« N ~3 od y y 7 N do ca vm .yooc aQd E~ _ O O~ O a - ~ C d > . ~ >._ N C ~ O yy L v d C ~ O d O - B~ 3 C d T a i ~~> O O.N. W C d N 0 O d C N N E d L L d~ N 1~ C 0~ U j l0 O d_ a 9~ >> > p~ 7. ~~ E J d C C ~ f0 N N ~' O y L~ V k LL C X ~ ~~ ~ O I~ ~ C O . U C C O Z ~' ' L O~ d ` N O V C S 'N ~ 41 Ol > U C S E '- ; d d ~ m d L N C w d d J 0 S] ~ D O U L d N O U O d "' E 'N f0 d C O N d C~ a 0 y Q U C_ y d C d .r d C O Q C d y d- E~ .~ 4 y E_ U N ~= O N d d .. ~ f0 E r ¢ d d E S N V U n C _ d r C 7 d C S > N C O O d O y> C O 'O ~ d d . f0 ~- O ~ 7 r N 7 '-' U Z '-' O. C L O ~« E C L Q N d~ '= =~ ~ (0 3 C O .- ~- O' N L O¢ ~^ O LL 2 w ~~ d¢ C O U C« J p U r~« d v d 'O . . r> t0 d N a N N N O C N S - U d C d ¢ Y N~ C 0 d 'p J D d V ¢ d d 01 ~ C N U E....-a d C r d v i ' O N L >. N a rn2-~ d y d d U _-O o ~ y ¢ o E ; d V D _ v N ~ « C •-•-v a?~u~ ` Ol a r ` >~ N r N C ~ j ~¢ y d 'O C E U~ O J O C d N N J iF C a C C 7 L d N M L . O V C f0 . C d a d O J« 7 3 U U C C O C y W d C Z 9 ' 0. d w ~ N (/J lV N d d O: O (,) ~C N~ C C N~ W O d .. C J a lU d s d ~ N° d d _ C N ~3 N .- C~ a` ~ E C J N N D d N d L N N d a' .y d 7 m c ~ ~ U r' 0) ~ E =UPON >,._ ~O RC m ` N Q d ~CC7 r' d =OIJ o =9 Gd Ola o 'a CN ... N~ o d y E ~ q JN ~ o c O t~j N U~ O' N N~ 1"1 C V O N r ~ N Oi C d- ~ _~ N ~ "O ~ N > N C C C N ' ~ ~ Y L N N ~ O d N C U N > d N J 0 d O N~ N fV N ~ d ^ 2 U ~ H J O V N N m ~ C N C J N 4 c d Ol a- a c > 1 > 1 d p ~- a U ~ U ~ d- h d ° N d¢ N o ~ f C m ~U E a ~ N Ni -.$2 0 na a00a 3 ~ aNG o ~ d w ~' c o a° m aU w c d e L V w a T aciLL ~ c p~E d s C U N NZ ~OQ N rn rn ~ _ n j X d O U O d N E N J o N J 0 m -" d v J c o ~ a d d x x L ~DUL ~ TC ~ d d d ai c" rn o 3 ~ iL n °° w E o E 0 l9 l0 N C 0 ~ n U C ._ N U N U N N .U ~ d 0 Q (p N y d C d d C d d UJ 7 ~ y N U . d O c '= O l 9 O O O y O n Nd' (~ Q 30 d ` y d d d y o EU m $ ~ U E c o c o c c 3 d d m Ur C d O N ~ N ~ N N c ~ ~ E~ p ~ c a> aci ~ aci ~ aci o aci d ° ~jj U ~ E ~a r d E U~ c 3 c 3 c c c ~ ~ t0 ~ O~ C ~ O tU d J O d J O d O d m ~ E °-`E °c' E ~t m Lm ~ Lm ~ ~ ~ n ~ - m v> u-, ~ v dz v ° ~ o m o o~ y ° w Z° W m ~ °- ~i O aa~ a m ~~E ~ d d~E m m ~ ~ r c ~ .d. ^ c ~~ ^ ^ K O o p N S O Z p O d p r V O N O K U O N O ~U O ( .1 O -N... N t0 1 c ~. N N N N j0 c l0 w ~ 0 L N ~ ~ O O O N~ N O ~ ~ ^ d C 0 N L O O O O O O T« O p O .O N O y0~ O) O! N N N N N N O aC N N Ol O E O M N d w O O M Q ~ O m rno E c m m o 0 i u o c a a9i~cc m J c J c `oc a maC7a$o cdi ~aao ~aao >,Z~ ~ c ~ LL ~w~«do ^ S d~ ~ p ~ y o.~d O K J aid O J aid n ° ' E N T d c rC >Z d TO T> d d X x T> d d X T c T~ ~ T T T J Q. _ U j p O O d C d'J~UD' d r L U d _ > d U^ ~~ «_ y > U^ ~~ !~ U «_ C U.2. ~ _ U _ U _ U ^ U ~ C _ U N d Q ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ Q' ^ 4] 0] [D ^ 4] [0 fll ¢'] m [D 47 00 [D R' d d d W a a a a a a a a d ~ d O ~ N N T~ C ~ C y d C 0^ ~ ~ - d J y~ Y C m d ~ d O U d N a ~ c ` ~ d 0 ~ x l0 m~ o O~ E d J ~ w « _ d >= d C E d o S d C o O) d 3 « v T C J' W L d c c E d d c m y~ ~ o my N ' ~m~d ._ O .. ~ C d ~~ ~E d w~ ~~ mu~ma~ 0~ a E'`oN o w a o r a o c E 3 U! U J_ d d l0 ~ 3> ,0 d c d E ~ ~ a o 0 ~ o n E c a ° w 3o O =aw moo EQ~ d cs O1 u7 > ;v~m c ~o~~d aa p~ ~ o a ~ o d c do dUi d o d 'n ~~Fx dE : do o ~o cps d.E E v w a y J ~ E ~' pN Lac dj~ oE d yv m do c pC7 SUE J ~ ~. d 'a Em L a a dc-= N o a N NE C J amo c~x 3 • ~ a~, ~i E a ° ~~ i ca y m~ O 3 cco U ~c"i `° u~ W~ ~`c - p «O E > d ~ d S N E O w N r d L N (0 ~ U C~ 0 0 T d a= C C ' Y N O C O) T d d d ~ (0 U~ O N N N C_ >~ d d C V E ~ N u N ' E O N Yl p~ O N d y d m~ W> C a d- d d C d 0 0 ~ d .U 0 0 N ~ ~p O ._ 2 'O - 1' n T O L J L y 'j ~~ d N >- N O d ~ U U d' E d d > > d N > ._ ~ ~ :0 •O O C LL~ N `O . ~ « ~.- ~" LL ` - O n 2 ~ V N Ol N ~ O y a T - = d Q N C d d « O ~ N d o .y -_ ~ N O Q d d L. d d C N "O O O- d O N E N d O J LL .. 6 U N _T C N O O d a L~ d d U ` N l0 U C d O a N E d =_ r U U l0 C O d . W U d 0 a C U N - d . ~ J E ~O E y > O~ d L y N O U Ole N C C ~ E n N n d O d ' d w O U d N C 7 O a L~ y m d 0 R O. U W« p O« O C O w d d l6 O)._ U ~O N d L C d C .d. O C J 9 N C C~ •- ~ T C C = ~N O d K ~ _ C W OI t0 O d p N U7 J 0> Q d r N •_ « O O r C d n d ~ y C U ~ C N C- 0 .. V d . ~ 'N L ~- 3 O N ~ _ O N E C E O O _ a N J O d J_ O % C«« E d U N N 2 L d i d O "O C V N 'O Q G C .- C O d^ N N C C d a , O) N d 0 C d ._ C C C ^' d J ~ d E ,,, C .n C d ' O. J V y 0 v w LL c . O Q S a C 0 F c N 2- O y d rno" O d yU D O J> t` O ~ d OC.- n O W N> o 0 1 U ~O ~ ~ ~ '; d N p C th~~ ` j 0 N.N E r jp ~ ~ V E LL~ ~ ~~ 01y ~ 'N O.NO N d n~ M C ~ ~ M ~ M C t` ~ m~ m d ~ ~ O)N d~ E d ~ U ~ N N 3 1 N l`1~ 1 NI O a C'l~~ 1' UO p th M U n ` O. d d ° ° ° t '/L N¢ ° M C l`7 a ~ 3 c 3 c a min i°~ aw aa a °1 >a ac ar. i a 3S ~ aN CC n9Q O.OL m a N r r C d E t v W V Q N d d N O ' o T ° Z d ~ ~ o o x ~ a i Z J ' E d (Q . . _ ~ U d D O) F ~ N O L O C C r J U ~ ~ C C d J h J N L C -' ~ f0 C y d U N O) N L L l0 x ' ~' D ~ ~ y E m ~ cd r z ~ z ~ a i `o = T ?E - 'O T J r n0 4 T ~m E L ~~ L ~ ~ a 0 U ` 'S C y d w d O n 0 N C ~ d OI N ~ U J L U U ... oU 3 o d~ V 'om a i c E d Em`°y o ~ o E3 m aZi a o~ m? m d ~ c m a ° C o m V >, o~ ~ r cp w =°• ~ i 'o cLi E ° a`i ~O aui U 3 ~ ~ o~ C J O a"i 'v rn o~ N N C d L d O. ~ d 0 lV a a N ~ O - D) L D U ~ a J J 0 ~ r 3 d 0 « d V ~ _ ~ V J d L d %~ L_ ~ L_ c=im UJ a°ir~ ~cdi a`ic ~cJiinw 3 m Hm 3 D1 3 O) O E V L S O N N l0 U D V C C .C N ~ U C d C~ 0 3 N` d m > C 3 o o " « J '- ~ C~~ ~ ° Y `o d E~ Y o Y `o ~~r Nd >adio ~ ~Q Hm0 3 0'" 3 3 ao c~ ~n~ ~y EK mam:°-..: a d~~ m w ~ ~ r r D U U = a U L N w U C U C U j j N .te ' E f0 d N U d U~ N (0 Ol C N E 1~ "O d i d I~ 3~ Q ^ O r 0 C O ~U r' ~ U7 n d~ d ~ ~L 2' V (n ~ Y D ~ n OO N d O N NU (~ aN O N 0 0 d ~ 0 N vU O ry vU . N ~ ~ ~ ~ ~ ~ jp O O O O O O O U N d O .O O O O O O O ~ O n l0 O G N N N C N L d N m W W O I CI ~ N E N `" `" `~ Nomd O O O C O O O NH rl c v c LL _T _T _T ~ _T _T _T 0 _T _T _T _T U U U ~ U U U ~ U U U U N d D D ~ D U ~ ~ ^ ~ ~ D D ~ ~ a0 tL 00 m^ Q1 m m m ~ m m m m a a d aU d d a aLL a a a a O U D N V C C U ip N T d « ` U D N C y y J O O d ~= > 0 0 ~ n N J d .N d p ~ V O J ~' a C ~ d j 0 d y N l C OI'O •N N~ ~ d C Q d O N N O y ". a C d~ d ~ Y 3 ~~ O T C N U C~ C « C C N d a N N N L N d U1 J d n J E ~- d E D .. U C U= ~ d ~ Q K N C f0 C U A .- .- Y d C C N N C U d O d N D ' w 'y N d y r W d _ y ]« a ~ J d C ~ 10 aEo o x d ` l0 ... O rntm ~ x vw ~ EOEm oyd N O >c o J 3omo mn dU a ._ Uacp-' ay crr f0 n d O ona d w d f0 C EE a (/) O :. ~- ... ?i y d ~° 'O Od0 L .. d UrnE d 0 r 0 ~ o N `s « O od E O wdddw L L U a "' D Em 0 ' O C O C y p O ._ N r D L A d O) N C ~ d D y f0 d "' y E d ~ L C L O .d.. d d y .. d V ._ 3 Y ._ C E n d .- D O ~ 3 ._ U N d e r C :+ N N (q O 0. = O C O ~' N R d Vl d C O t d ` "' G 3 'O O N t lp in "' d C ~ «_ 3 O L d C 3 ~ a 0) O y C C y .- y 0 y N N" C d O C d C D ~tn ~ E~ C O d N o - ' d _ ~ 0 x i J ~ ~~ T °~ d w E r ~ I c c 3~ N 10 ~ > ~ . ~ ~ d ~U Q1 ° m u N d= C 3 U V d~ ~ f0 O) d m a C f0 a O d c O an d O w0 N O o N L U (p d N d - 0 C w W N E NOUN o d C ~ u a w -° ~r OQC u O~ O o ~ is o" E EU~d o c U«N U d j Ea ° c :- xOOU ' 2~ o u E •Cy ENr m ~J U U 'U d .- d01 10 C C pj N r d E d D N d a d O d D N Old ~ C J U O O y «~ O d C f0 .- d O U p c D d U C n ` N J O d D d a~'da d:--J a,v°rn U Jo e w ~ or ommc y Kd aJ do wcE" o° coL U 'cai xE . d0 _ x:--n._ am ~ ~o a rNr ~o~'~~ d Do N_ C a a d t0 ' C O O d Ol L N ar « O) d U d E d L .O N d O r - C OI N L w C O d d ~ O d C >a Y t0 L C E o ; .~ lp C O L C O J OI O. '= a C a d OI ~ O O GON ~ OIC dO y ~UL dL . a U D PON Q .OO~fO rnxmE" ai Nd y O~ C° HEC m EC°id oSEa~ aw o NOCUN rn _d C 'm-- N~d .3O1 oo~ EN c~_ .~c ~~C30- Y Nd C y d'OC Cy C.NU Cnd N ~.=C ~ LL U~O` ° NC ° o Oya~D 70U d- m a N -Z ~` r rn ._ ` E ~` 'NO M m o: O H O C d d C E - E ~ d Q y LL ~ C d d°- o r p r j 3 ° ~ U x° o a o O x d L C OI N o~~a E Q n5~ ~ ` N ~Ov Cd l. y y l:~m ,d d O) ol~cE ~ 3v oo~ oiEd OOO~E ~E d ~ ~L ~~= ~'-~N `'O - L M C 'O L M O C Y d M C t~/ d E A d O N ~ n 0) J n `'- ~ > ~? Y Nf O r n N a'1 d n L .` ' N l'; C N N - N v J J= C ~ _ a a w 3 a U m'c a~ ru~i a~ a U a J t a w o `o t a 3~ a c d_ E d o y~3 o a coi U °' a~i t i~ a w M r r C d L U .~. a+ L ~ m d ~ t d 3 v ~ d - '3 C ~ ~'~ U C O E a. d d O N U Q O N ~ Q N T d '= d E . d 'p ~ ` n 0 d w c ~ a d a o ¢ ~ ~ L U y 3 N d N d E O O Q .T. w d d 'O ' d d d IL N O 3 U o ~ ~ ~ (n v C y m y N C y .o3c v a aci E aci E c L c ~ d c ~ d 3 ~ ~ ~, a~ < ~; c • m 10 ~~d 0 ~ w d E d E ° 3 ~ r m f m c ~ N m0 l0 d O~ N ~p C O ~ °a,ma3i a v 3y 9d a U ~ `~ ~ ~ o N c ~ E ~~+ 3 ~. m ~c m ~c m o= d E c O U N m N ~ O d~ N W V m O 0 N O N 0 0 N F 0 U d f7 O d m m ~ N N N CO C ?~ a U N N ° of m OI N N N - a E - p ~ cL_'- ? p Q ~ ~ N N N ~ N W ¢ 3 d N C_ V C 7 LL _T _T _T _T _T _T _T _T _T U U U U U U U U C) N m m m m m m m m m U a a a a a a a a aU ~ ~ 3 c ~ c t o a" c O «O ~ d d ~ d E ~. ~ N] N N d d W V N C a C ~L U ~~ d lV C O N L ¢~ O od C O)- - yrn~ d .- .. °x . ~-. N '° E 3 "O ac ~ ~N N L d `p U .y j U ~ d X ~ L 3 .. ~ ~ d E j ~ N O != D C C . N ~ ~ y L~ N d S ~~ 3L~d dd- ~ d a ~9'- ~ ~ 00 d E m .~ ~ '-°o~ U : >~'~n~ d w« m m~ To ~ ~- a m E d o '= ~~ d ._ a c v da c N d W e . c cc16 ~aci aci -do L a~iE UFO E 2 C~d oc w :.~ d a o'~m o ~N`" c~'~d UE$ d«d ~aj Uc c o p c_E U d d y c ~ L~ ~ d OI d 'O J~ o c ._.. U d L J«~ L~ u i U 9 d E o N p CO p '~ V ._ d L L L y O C N C Z j . 3 3 c ~ 0 N~~ a =~ C E adi= V U U °~ °'m O) C O O L E O 'd O d(~1- W C o~° - O o C9 C ayw C~ d ~ OI °- N 'O L C d y 0 L ~m N ~ ,~O O ~ Q ?i C c Y L y .` C A U~ V (6 3 O j« d Ol O N " N~~ N j U v I O N ~~~ o o C C N m w 9 o« v Z c m o~ c ~ 2 d d O ` y U a Z O~ x~E c ~ O U _~ N ~0 0 E c fA ._ L 3 U 2 N c Q ~ LL¢ Cf d U E 2 ~ E a e- y"'~ c ~N ~ `N-' ' ~L ~ N d c 41 ~ d N N O ~ N d N w o N d~ l0 U d j C1 N O ~ m v V C d . N d o= '- O. U N v N 'N O t C q am° N. ~ a d-d ~ ._ d N a n~ L N > L a~3 C n N aN H N C a ° f0 -p a c 5 (O d fG C a s o c i c ~ m c v ITEM NO. 7c DATE: Mav 7, 2008 AGENDA SUMMARY REPORT SUBJECT: AWARD OF PROFESSIONAL SERVICES AGREEMENT TO RRM DESIGN GROUP IN AN AMOUNT NOT TO EXCEED $130,967 FOR TRAFFIC CIRCULATION STUDY, PHASE 3 (DOWNTOWN STREETSCAPE IMPROVEMENT PLAN) SUMMARY: This item is submitted for consideration by both the City Council and the Ukiah Redevelopment Agency due tojoint funding. Staff distributed a request for proposals (RFP) to 38 firms seeking professional engineering services for preparation of the Traffic Circulation Study, Phase 3 (Downtown Streetscape Improvement Plan). In addition, the RFP was posted on the City's website. The study will prepare Streetscape improvement plans for State Street from Norton Street to Gobbi Street and for Main Street from Norton Street to Gobbi Street. Seven firms responded with proposals. Staff reviewed the proposals with the consultant selection board and selected RRM Design Group for submitting the most responsive proposal. Selection of professional consultants must be made by qualifications, not by fee amount. Other proposals received included Design, Community & Environment at $94,974; Gates & Associates at $80,860; Quadriga Landscape, Architecture & Planning, Inc. at $98,775; Freedman, Tung and Bottomley at $138,114; The HLA Group, Landscape Architects & Planners, Inc. at $213,143; and Green Valley Consulting Engineers at $96,020. This project will be funded by the Mendocino Council of Governments (MCOG) through its Overall Work Program and the Ukiah Redevelopment Agency. Funds are included in the Fiscal Year 2007/ 2008 budget .The MCOG portion is $60,000 and the balance is to come out of the Redevelopment District Budget. The Staff recommends award of a professional services agreement to RRM Design Group for Traffic Circulation Study Phase 3 (Downtown Streetscape Improvement Plan) RECOMMENDED ACTION: Award a professional services agreement to RRM Design Group in an amount not to exceed $130,967 for the Traffic Circulation Study, Phase 3 (Downtown Streetscape Improvement Plan). ALTERNATIVE COUNCIL POLICY OPTIONS: 1. Select another firm (not recommended). 2. Redistribute the RFP to seek other proposals. FUNDING: Amount Budgeted Acct No. A_ dditional Funds Requested $60,000 340.9659.250.000 N/A $40,000 965.5616.250.000 N/A $30,967 965.5612.250.000 N/A Citizen Advised: None. Requested by: Tim Eriksen, Director of Public Works /City Engineer Prepared by: Rick Seanor, Deputy Director of Public Works Coordinated with: Sage Sangiacomo, Director of Community Services, Charley Stump, Director _ of Planning, Pat Thompson, Interim City Manager ~~G ~1x~"NCf`= mpson, Interim City Manager ITEM NO: 7d MEETING DATE: May 7, 2008 AGENDA SUMMARY REPORT SUBJECT: APPROVE INCREASE TO PURCHASE ORDER AND RELATED BUDGET AMENDMENT FOR 240 ADDITIONAL ELECTRONIC AUTOMATIC METER READING METERS FROM GENERAL PACIFIC, INC. FOR THE ELECTRIC DEPARTMENT'S METER REPLACEMENT PROGRAM IN THE AMOUNT OF $17,000 On October 3, 2007 the City Council approved Award of Bid to General Pacific, Inc. for the City's electric meter replacement program with automatic meter reading (AMR) capability including training and support that would continue for the next several years. At that time Council approved a Purchase Order (PO) of $50,000 for the current fiscal year. The program has been very successful and meter replacements have gone faster than anticipated with a total of 600 meters expected to be replaced in the next few weeks. In order to continue with the program this fiscal year, staff is requesting an increase of $17,000 to the current purchase order to purchase an additional 240 meters. In addition, staff requests authorization for a budget amendment from the Electric Fund Balance in the amount of $17,000 for same. RECOMMENDED ACTION: Approve increase to existing Purchase Order for 240 additional electronic AMR meters from General Pacific, Inc. for the Electric Department's Meter Replacement Program in the Amount of $17,000; and authorize budget amendment for same. ALTERNATIVE COUNCIL OPTIONS: Re-direct staff. FUNDING: Amount Budgeted From Account No. To Account No. Additional Funds Requested $50,000 800 Fund Balance 800.3650.690.000 $17,000.00 Citizens Advised: NA Requested by: Liz Kirkley, Electrical Distribution Engineer, Mary Horger, Purchasing Supervisor Prepared by: Mary Parker, Purchasing and Warehouse Assistant Coordinated with: Pat Thompson, Interim City Manager Attachments: None i ApproveU: - Pat Thompson, In erim City Manager ITEM NO: 7e MEETING DATE: May 7, 2008 AGENDA SUMMARY REPORT SUBJECT: REPORT TO COUNCIL REGARDING THE PURCHASE OF ONE (1) HOGG-DAVIS 96" BREAKAWAY REEL FROM TEREX UTILITIES IN THE AMOUNT OF $8,617.50 Pursuant to the requirements of Section 1522 of the Municipal Code, Staff is filing with the City Council this report regarding the purchase of one (1) 96" Hogg-Davis Breakaway Reel for the Public Utilities Electric Department. Staff requested bids from a total of three companies. Two of the companies responded with a no bid. Both of these companies were unable to supply the Hogg-Davis brand, or an equivalent piece of equipment. Terex Utilities, the authorized distributor in our area for Hogg-Davis, was awarded the purchase in the amount of $8,617.50. Funds were specifically budgeted in the 2007/2008 fiscal year budget, and were available in account number 800.3729.800.000. RECOMMENDED ACTION: Receive report regarding the purchase of one (1) Hogg- Davis 96" Breakaway Reel from Terex Utilities in the amount of $8,617.50 Citizens Advised: N/A Requested by: Mary Horger, Purchasing Supervisor and Colin Murphey, Electric Supervisor Prepared by: Mary Parker, Purchasing Assistant Coordinated with: Pat Thompson, Interim City Manager __~ Approved-~1 ~. `~ ~-~~ar Pat Thompson, Inte im City Manager ITEM NO. 7f MEETING DATE: Mav 7, 2008 AGENDA SUMMARY REPORT SUBJECT: REJECTION OF CLAIM FOR DAMAGES RECEIVED FROM CRYSTA FOWLER AND ANTHONY HALL AND REFERRAL TO JOINT POWERS AUTHORITY, REDWOOD EMPIRE MUNICIPAL INSURANCE FUND A claim from Crysta Fowler and Anthony Hall was received by the City of Ukiah on March 28, 2008 alleging wrongful killing of family pet that occurred on September 28, 2007. Pursuant to City policy, it is recommended the City Council reject this claim and refer it the Redwood Empire Municipal Insurance Fund (REMIF). RECOMMENDED ACTION: Reject claim for damages received from Crysta Fowler and Anthony Hall and refer it to the Joint Powers Authority, Redwood Empire Municipal Insurance Fund. ALTERNATIVE COUNCIL POLICY OPTIONS: Alternative action not advised by the Cfty'~ Risk Manager. Citizen Advised: N/A Requested by: Sue Goodrick, Risk Manager/Budget Officer Prepared by: Sue Goodrick, Risk Manager/Budget Officer Coordinated with: Pat Thompson, Interim City Manager Attachments: 1. Claim of Crysta Fowler And Anthony Hall, pages 1 - 6 /,-." -~ APPROVE --~~ ~~~~~~t~ - P Thompson, Interim City Manager File With: City Clerk City of iJkiah 300 Seminary Avenue tlkiah, CA 95482 ~,=~1~It/`L -k~l`7 CLAIM FUR MONEY OR DAMAGES AGAINST THE CITY OF UKIAH RF:iER\`f.k F F2 F"LING STAMP C_.AIM N0. hI.A,9 2 8 20C8 A claim must be presented, as prescribed by the Government Code of the State of acting on his/her behalf and shall show the following: If additional space Is needed to provide your information, please attach sheets, identifying the paragraph(s) being answered. 1 2. 3. 4. 5. Name of Claimant: Post Office Address: Alamn of Arirlroccnn• ~~ Date of Occurrence: Location: ,~a,01 r Circumstances giving General description of the indebtedness, obligation, injury, damage or loss incurred so far as it may be known at the time of the aresentation of the claim. .. ( , . The name or names of the public employee or employees , ~aniayo, v~ ,wa, n ni wrrn. Y1.~~ ~ylnt ~mGrC rJ Page 1 of 3 Revised 12/2006 Name and Post Office address of the Claimant: Post Office address to which the person presenting the claim desires notices to be sent: The date, place and other circumstances of the occurrence or transaction which gave rise to the claim asserted. B. If amount claimed totals less than $10,000: The amount claimed if it totals less than ten thousand dollars ($10,000) as of the date of presentation of the claim, including the estimated amount of any prospective injury, damage, or loss, insofar as it may be known at the time of the presentation of the claim, together with the basis of computation of the amount claimed. Amount Claimed and basis for computation: If amount claimed exceeds E10,000: if the amount claimed exceeds ten thousand dollars ($'10,000), no dollar amount shall be included in the claim. However, it shall indicate whether the claim would be a limited civil case. A limited civil case is one where the recovery sought, exclusive of attorney fees, interest and court costs does not exceed $25,000. An unlimited civil case is one in which the recovery sought is more than $25,000. (See CCP § 86.) Limited Civil Case Unlimited Civil Case You are required to provide the Information requested above, plus your signature on page 3 of this form, in order to comply with Government Code §910. In addition, in order to conduct a timely investigation and possible resolution of your claim, the city requests that you answer the following questions. Claimant(s) Date(s) of Birth: /n _ 41' ~- Name, address and telephone number of any witnesses to the occurrence or transaction which gave rise to the claim asserted If applicable, please attach any medical bills or reports or similar documents supporting your claim. if the claim relates to an automobile accident: Claimant(s) Auto Ins. Co.: Telephone: Address: Insurance Policy No.: Insurance BrokerlAgent: Telephone: Address: Claimant's Veh. Lic. No.: Vehicle Make/Year: Claimant's Drivers Lic. No.: Expiration: /f applicable, please attach any repair bills, estimates or similar documents supporting your claim Page 2 of 3 Revised 12/2006 If the claim involves medical treatment for a claimed injury, please provide the name, address and telephone number of any doctors or hospitals providing treatment: READ C For all accident claims, place on following diagram name of streets, including North, East, South, and West; indicate place of accident by "X" and by showing house numbers or distances to street corners. If /Agency Vehicle was involved, designate by letter "A" location of /Agency Vehicle when you first saw it, and by "B" location of yourself or your vehicle when you first saw AREFULLY lAgency Vehicle; location of /Agency vehicle at time of accident by "A-t" and location of yourself or your vehicle at the time of the accident by "B-1"and the point of impact by "X." NOTE: If diagrams below do not fit the situation, attach hereto a proper diagram signed by claimant. SIDEWALK CURB CURB -l PARKWAY 7 SIDEWALK Warning: Presentation of a false claim with the intent to defraud is a felony (Penal Code §72). Pursuant to CCP §1038, the lAgency may seek to recover all costs of defense in the event an action is filed which is later determined not to have been brought in good faith and with reasonable cause. Signature: Date: ~ /a~~~ Page 3 of 3 Revised 12/2006 ~~ ~C.~`~er ~8 ~-r 8aa`r YYI~ ~C1~Y`~iA~ C~Uc~ t~hU isJA$ ~Y11 ~ ~-i ~2a/S o~cl , was ~J1 SNoi- and K; t.~e~ J ~~ ~h2 ~,K; ~h (~~1;~e cl~ (~o.r+rnen}- , /Vl clo !, Iw0.S cow ~v~ec~ 1r ~}s own ~acK~ o.~~ ~~~ Yn ~ h d V~.S 2. G`!~ d tom} G.$ rl 0 ~' ~ Y1 c~ b.Y~ q E r i n J ~~Cl.~ ~~ , NYC v~ ~ ~"J O ~ ~ i ~ Gt U11 C\ ~ i,U~n~ ~ ~-e.-~J c~,U~.t fvvcl c7~~ w~l,lmo.r~'. ~-1- Ole ~ ~ ~ t12 S J hn t c~ .n.~- e s ~1.~9 a~ `~ -~- ~6oK ~ ~~, inv ~o hq~,r -~-harp ~`1 nn~r~ ~`t" w c~,t w. ar ~ ~-o ~ e,t- ~h-e do ~o d . ~ n ow ~ h ~ wo~,~\c~. vJ~ ~v~e -Foy 1 s" ~ ~ n , .Z ~e~~- Vn ~ ~ '/a :~ e a r old cla`~h~-er Gr~e4 S `/a dc~~s t~ ~h~~ i~a~..K~c~~~ , Jas ~ ~v~~s ~~~±,n q i ~ n m cU/ ~ 5~ l~vr-,~ ; ~ got 0.. J fr ~ c`}- ~ / ~- ~ Gr O IC~ I~ ~ Sh-~ wU5 ~,ran~~cr ~nd~ C~tl S~ coc,~rd undQ~~~hc~ 3 min ekes lo~~er ~ ~e..-F- ~ va i cew~ca~ 1 Gn m~( C~ 11 {~ha~ ~avh Gn ~ ~,~-~-ce r- sc~ ; ~ q ~-~ .~;~\-ec~ m dc~ 0.rc1 ~ v~e~ec\ ~ ~on~'-e hor~, 'b1oCK ow0.~ ~yo'm, rn~ ha~,.se , LJher, Z god ~o ~~ hc~vse. ~-~r~ ~~ re s -lD ~,~K~ c~Y~ (~U 1; C2 ~~-~~ c-e/5 ~e~re M~ clo f ~k. ~al-e, d.eGL~ ~n m.~ hacK c./~ w,~h o. s:n~~. ~~ Shok WaUv.d -1-v ~-~ hack a~ =~~--~e ~ ~d a ~-~- have a n-~e~- P ~, ~-b~~~ s , ore. a -~cr~a~~ who ': l~n~\eS ~Je-~ar ~ ~ 5~~ o~ev- -~1~..~, -~e~ale ~ ~GSSerb` 1~~avd ~2 do 5 ~ ~hi-;nG G.n d CGCI lfi'c~ a ~ l , ~~~ ~O\~ C~Z. C~m..~-ll~ C~rc~ ~~~vYPa rnv, C~c~,~>1~ers r ,as C~-~,e~ wo~4~ ~a-e ~,ovr.e c~~ ~eccrd ~ T11-~.~ i ~~.o~ed finer 0.c\ ~e~~ ~-o Sp~~ ~'``~~-I `~ CIGC~ 5 W i ~ Y'~10.5 2u • `~" 11.E a. C~G~ S~J ~,~} e~2 c,.,P p~q U.~v~5-1- ~-hQ, -~~ncQ. Gr~G~ C1o ~2 2v, o ~.~~, ~ 'JSe-I- Sp ~~ed • ~ ~ ~h ~~' ~no~ way-~~v~ ~-h~.~ sr,o~ m dc~~ ~ n Skor~~\`'~ ~ Y'~l ~ ~~ `a ' 12.. ~ e air J ®lc` Cl,c,~.v~Q h`~~ b~` c..~ a S o n J +1v~ ©c_n~s ~ c1k, o ~ ~-e ~e r. cszU ~v ShOU~ 1 Stn- w'~ }~.e ~ s ec~J ~-~ I~~ l 1 i ~ t Y1 ~ -~ \~12 J` I~0.Cl~i ~I ar/d v W X12 r~ °~~2- 0 ~ ~ c.~ f' Sho+ 1n ~ S U 1'~ ~Z G.Y-~1 ,. Z GW~ 0.SK:r -~or (~yan2 -FD'r I'l~P `, n +~~5 Y~~~~ ~Or J ~-Y,e r~ 9 i1t-s o f m ~~~ ~~a,~ w~.s mv.~rd-ere b~ ~i--h2 G K-I c~ ~r 5 d ~ the v~ ~~ a>1 ~01 ~ c e tJe ~ar+n~,-erl~' . Ne- d~c~ ,~~~ c~se~v~ to die. , Ise, i,~J~S ~o~- p~,.~~~Y,c~ ~r ~~,oa~'s 1 ~ ~~ o~~- rc ~ K , !-fie w os ~ ~, ~~ own 1oacK~~~rc~ . ~}n; vv~ cL\ ~pr1~~o1 vJC~ ~2v~v~ Cctl1 e ~ in ~-~1 s ~a~-t~r• c\ ~e d;e -~~- b~e~r c~ ~~+b~tt2 the G cop o~ ~e (col; c~. ~~ aY~ ~~~ ~ee I~ s ',`~- ~ now -~'t~ -~ne~ ~~~n+ o-~~ , 60~ ?~-1-x'12 ~K~ fh ~JO~~Ce. r,~.Q,~JCar~-v~n~+'~fi o o.-'~ -~\c~ ~~'~'~-~~~ ~S Ylp Ur C~i~ SCE ~~e~-~ "~~ ~ r-e~po~ ~- c\~cS~~n`~ save ~0 ~~ i'v`~0.~e, ~oes~-F to ~2 ~O,f ~ have ~ ~a2 i~-m~1e U:.~- l~r~ ~ m~. ~.,A~;~. ~ ar:vv~e~l wha Wo-S+^~+ ~n da~c~~,`~q I ~ n~e Urd was to ~; s o~ ~ ~~K~ar~ ~ `-~ 'i .. 1 ~ Gr'1 ~ -2,~-~ ~ r~ ci ~~~ CC71d ~h0 v.\(~e,r ~~ ~v ~ r~on "[" J ho.~ e G,S K-ed ~o ~- l~~l ~/' t~~~.Ad cis o A~ 1;e -t-o Krow ~..v ~-~~~ ~ ~; clv~~- v~r~ o,KC. ~~. ~ ec,.~Stpa~er ~ ~-- W O~\ Ct c~ area ~1~ cLP P r~p c~ ~-~-e. f ~ ~ Ova t.Jo ~. LCD cn-~- i^~~ ~ ~Ev r~ t n ~~2 v \2~ S jo ~. ~P,r- ~ ~ wo v,~d i ~K~ ~-~, 2 ~v`bl; c -1b Y, o w ~e~ w tm~ ~5 ' 6.~k~a`T_3S ~b `~. av~ k ~ a cn. c~ t v can ~o ~ ~p.Y~Qt2~~' Cr,r~ ~ie~kb~aw~ ~r 5 ~-u~ ~01.J \2 ~ Jt~a~ `,. ~2P'~~vlS S'~' ~-7 c~~ ~~t-a~~© l 0`7~ ,37~ - ~~I u g :` ITEM NO: ~g MEETING DATE: May 7, 2008 AGENDA SUMMARY REPORT SUBJECT: REPORT EXPENDITURE FOR ACUTE AND CHRONIC TOXICITY TESTING SERVICES FOR THE WASTEWATER TREATMENT PLANT FROM PACIFIC ECORISK, INC. IN THE AMOUNT OF $7,480.00 Pursuant to the requirements of Section 1522 of the Municipal Code, this report is being submitted to the City Council to advise of the purchase of acute and chronic toxicity testing services for the Wastewater Treatment Plant in the amount of $7,480.00. The subject services were needed in order to comply with discharge permit requirements. Pacific EcoRisk, Inc. is the only laboratory in the area that provides this service. The testing service was purchased with funds from account 612.3580.250.001 with Purchase Order 038206. RECOMMENDED ACTION: NIA -Receive report on expenditure for toxicity testing in the Wastewater Treatment Plant's final effluent in the amount of $7,480.00 from Pacific EcoRisk, Inc. ALTERNATIVE COUNCIL OPTIONS: N/A FUNDING: Amount Budoeted From Acct No. Additional Funds Requested $7,480.00 612.3580.250.001 None Citizens Advised: N/A Requested by: Jesse Pagliaro, Wastewater Treatment Plant Supervisor Prepared by: Jesse Pagliaro, Wastewater Treatment Plant Supervisor Coordinated with: Mary Horger, Purchasing Supervisor; Pat Thompson, Interim City Manager %- ~_ Pat Thompson, I terim Ciry Manager ITEM NO: 7h MEETING DATE: May 7, 2008 AGENDA SUMMARY REPORT SUBJECT: AWARD PURCHASE OF 6,000 FEET OF KERITE, 750 MCM, AL, 15kV EPR CABLE TO HD SUPPLY UTILITY, INC. IN THE AMOUNT OF $44,608.50. Submitted for the City Council's consideration and action is Staff's recommendation that the purchase of 6,000 feet of Kerite, 750 MCM, AL, 15kV EPR cable, in the amount of $44,608.50, be awarded to HD Supply Utility, Inc., located in Benicia, California. The City's Electric Department will be required to supply 7,470 feet for a portion of DC-02, Airport Business Park Improvement Project, and does not currently have sufficient stock to cover that demand. Bid requests were sent to a total of 11 companies. A bid evaluation outlining those vendors who responded, and details of their bid responses, is attached to this summary report for Council's review. These purchases were budgeted within account number 800.3646.800.000 and sufficient funds are available. RECOMMENDED ACTION: Award purchase of 6,000 feet of Kerite, 750 MCM, AL, 15kV EPR cable to HD Supply Utility, Inc. in the amount of $44,608.50. ALTERNATIVE COUNCIL OPTIONS: Reject all bids and provide direction to Staff Requested by: Colin Murphey, Electric Supervisor and Mary Horger, Purchasing Supervisor Prepared by: Mary Parker, Purchasing Assistant Coordinated with: Pat Thompson, Interim City Manager Attachments:. 1 -Bid Tabulation 15kV Cable ~ ~ Approved:.... `~"~._~~/Lf,'~.~~-~z~TJ Pat Thompson, Interim City Manager Attc.~h~ment # U N ~ ~ N U ~- ~ ~ N O C L U N ~ ~ N C N ~ a ~ ~ ~ o n O ~ M N V N a0 O O 7 t0 (O (O r V V N M O O CD ~ O V I~ O _ ~ ~ O ~ M ~ V I~ O O O O b 9 EA N- EA b9 M- O COO W O M W ~ ~' Y.' O ~ t0 O r r r ~i q ~ Y V a > ° ~ ~ o. ' E a m °° ~; i~ b z >. °o °o °o °o °o °o °o °o ~. °m °n ~ ~ c°o c°o °o C°o r R ~ _ c_ E o c ~ a~ ~ o ~ c m m ~ ~ m U U °" ~ a 0 0 r c p E U ° E ~ a s .p, . LL ~ X c0 LL > > c (0 c f0 .~ U m .. d ~ ~. ~ _. -- E E /1/~ W y c _O C N v~ O Y U' Y Y d to d 0_ Z ~ F N M v ~ m r ao a O ITEM NO: 7j MEETING DATE: May 7, 2008 AGENDA SUMMARY REPORT SUBJECT: AWARD THE ACQUISITION OF WIRELESS NETWORKING EQUIPMENT TO AT&T DATACOM IN THE AMOUNT OF $16,207.18. Submitted for the City Council's consideration and action is Staffs recommendation that the purchase of wireless networking equipment be awarded to AT&T Datacom in the amount of $16,207.18. The sole source purchase from AT&T Datacom is recommended using the State of California's FOCUS contract ensuring competitive pricing requirements has been met. The wireless networking equipment will provide wireless networking to both the public as well as City employees at the City Council Chambers and the Ukiah Valley Conference Center (UVCC). This purchase will replace the existing wireless network equipment currently at the UVCC. While a low cost trial has been in place at the UVCC since last May utilizing consumer grade equipment, the lack of reliability and control has prompted the need for a more robust and manageable solution. The City Council Chambers currently has no wireless network services. In response to Continued on page 2 RECOMMENDED ACTION: Award purchase of wireless networking equipment to AT&T Datacom in the amount of $16,207.18. ALTERNATIVE COUNCIL OPTIONS: Reject recommendation and provide direction to Staff FUNDING: Amount Budgeted From Acct No. $ 5, 000.00 105.2001.690.000 $1,500.00 410.6190.690.000 $4,707.18 698.1915.800.000 $ 5, 000.00 100.1945.690.000 Additional Funds Requested N/A N/A N/A N/A Citizens Advised: N/A Requested by: Steven Butler, IT Supervisor Prepared by: Steven Butler, IT Supervisor Coordinated with: Sage Sangiacomo, Director of Community Services; Chris Dewey, Police Chief Attachment: 1 - AT&T Datacom quote (080410WLC6000 - WiFi Project WLC12 - F000S.xIs) ,~_~ Approved~~~_!%~,~, ~~Z~'-~.-coL~-- Pat Thompson, IrYterim City Manager public and staff requests for these services, the IT Department recommends the purchase of the equipment in order to provide reliable and secure wireless networking resources in the Council Chambers. Additionally, the wireless network will be utilized by the Police Department for mobile networking in their offices. The funding for this equipment is currently available in accounts 105.2001.690.000 (Police Department, Supplies and Equipment) 410.6190.690.000 (Conference Center, Supplies and Equipment), 698.1915.800.000 (General Government Buildings, Equipment Replacement) and 100.1945.651.002 (Community Outreach/Public Information, Advertising and Promotion). at8ct Price Quotation Attachment # 1 Dale: 04/10/2008 Quote valid for 30 days 2600 Camino Ramon - 4S200J Application Specialist: Matt Rhodes 707-664-6863 San Ramon, CA 94583 Design Engineer: John Williamson 925-803-3477 Phone: 925-824-9721 Inside Sales Specialist: Steven Chang 925-824-9721 Fax: 707-435-6306 To: City of Ukiah Contract: FOCUS 2003201 Quote Number: 080410WLC720001 City Hall Duote Total: ;$. - d,2i6.W Unh Disc. UnH ExletMed Item PaR # Duedptlon List Prke % Diae. Pdee Dlsc. Price Hardware/Software t AIR-WLC4402-02-K9 44005eries WLAN Controller for up to l2 Lightweight APS 1 $ 9,995.00 36% $ 6,196.90 $ 6,196.90 2 AIR-PWR-CORD-NA AIR Line Cord North America 1 $ - 36% $ - $ - 3 SWLC4400K942 Cisco Unified WLAN Controller SW Release 4.2 1 $ - 36 % $ - $ - 4 SWLC4400K9-42-ER Cisw Unifietl WLAN Controller Emergency SW Release 4.2 1 $ - 36% $ - $ - 5 GLC-T= t000BASE-T SFP 2 $ 395.00 36% $ 244.90 $ 469.60 6 GLC-SX-MM= GE SFP, LC connector SX transceiver 1 $ 500.00 36 % $ 310.00 $ 310.00 - ~ 7 CON-SNT-WC4402t2 SMARTN ET BXSXNBD 4402-12 WLAN Controller 1 $ 800.00 15% $ 680.00 $ 660.00 Estimated Lead Time: 14 Days Please Address Purchase Orders To: Hardware/Software Total: $ 6,996.70 ATBT DataComm Sales Tax 7.75%: $ 542.24 Attn: Steven Chang Estimated Freight Charges: $ 69.97 2600 Camino Ramon - 4S200J Maintenance/Management: $ 680.00 San Ramon, CA 94583 Configuration/Installation: $ Fax: 707435-6306 Grand Total: $ 6,286.91 Note: Please include "FOCUS CONTRACT and NET 30 PAYMENT TERM" on your PO. RESTRICTED -PROPRIETARY INFORMATION This document contains Proprietary Information which is provided solely in connection with the specific opportunity identified herein. ATBT provides this proprietary information to [he organization named, solely for its use in connection with this opportunity and it may not be disclosed to anyone outside Ne disclosed to party without the prior written consent of ATBT. TERMS: NET 30, subject to credit approval. F.O.B. SHIPMENT: SHIP.PT., PPD ~~> w~:r° ~-". at&t 2600 Camino Ramon - 4S200J San Ramon, CA 94583 Phone: 925-824-9721 Fax: 707-435-6306 70: City of Ukiah Application Specialist: Matt Rhodes Design Engineer: John Williamson Inside Sales Specialist: Steven Chang Dale: 04/10/2008 Quote valid for 30 days 707-664-6863 925-803-3477 925-824-9721 Contract: FOCUS 2003201 Quote Number: 080410WLC12Ci 1 AIR-LAP7131AG-A- 2 AIR-PWR-CORD-NP 3 AIR-NO-PWR-SUPP 4 5173RK9W 12311 J: 5 AIR-CONCAB7200 6 WS-C3560-24PSS 7- CAB-AC 10 Price Quotation Hardware/somvare 9 802 11ag LWAPP AP Inte9reted Antennas FCC Cnfg AIR Line Cord North America V Power Supply Not Shipped Osco 1130 Series IOS W IRELESS LAN LWAPP RECOVERY Console Cable for 1130, 7200, 7230, 1240, 521, 1250 Catalyst 3560 24 10/100 PoE +2 SFP * IPB Image Power Cord.710V _.- - -_ GE SFP. LC connector SX transceiver BXSXNBD DatalYSt 35fi0 24 10/100 1 $. . 38% $ - $ - 1 $ 38% $ - $ - __ i $ _-_- - _ 38% - $ _ _ - $ __ _._. _. i $ _ 10.00 38% $_ - 6.20 $ 6.20 7 $ 3,795.00 38% $ 2,352.90 $ 2,352.90 1 $ 500.00 38 % $ 310.00 $ 310.00 Please Address Purchase Orders To: Hardware/Software Total: E 3,102.48 ATBT DalaComm Sales Tax 7.75 % : S 240.44 Attn: Steven Chang Estimated Freight Charges: E - 2600 Camino Ramon - 4S200J Maintenance/Management: S 272.00 San Ramon, CA 94583 Conflgurationllnstallation: S - Fax:707-435-6306 Grand Total: 3,614.92 Note: Please include "FOCUS CONTRACT and NE7 30 PAYMENT TERM" on your PO. RESTRICTED -PROPRIETARY INFORMATION This document contains Proprietary Infortnatlon which Is provltletl solely In cannectlon with the spec6lc opportunity Identlfle0 herein. ATBT provides this proprietary Infomudon to the or9anlsatlon mmed, solely for Its use In connection with this opportunity and It may not be dlsclosetl to anyone outalde the disclosed to paM1y without the prior written consent of ATBT. TERMS: NET 30, subject to credit approval. F.O.B. SHIPMENT: SHIP.PT., PPD at&t 2600 Camino Ramon - 4S200J San Ramon, CA 94583 Phone: 925-824-9721 Fax: 707-435-6306 To: City of Ukiah Price Quotation Application Specialist: Matt Rhodes Design Engineer: John Williamson Inside Sales Specialist: Steven Chang Date: 04/10/2008 Quote valitl for 30 days 707-664-6863 925-803-3477 925-824-9721 Contract: FOCUS 2003201 Quote Number: 080410W LC12CI HerdWarelSOflwarB 1 AIR-1AP7131AGA-K9 802.11 ag LWAPP AP Integrated Antennas FCC Cnfg 3 $ 699.00 38% $ 433.38 $ 1,300.14 2 AIR-PWR-CORD-NA AIR Line Cord North America 3 $ - 38 % $ - $ - 3 AIR-NO-PWR-SUPPLV Power Supply Not Shipped 3 $ - 38% $ - $ - 4 S113RK9W-12311JX Cisco 1130 Serves IOS WIRELESS LAN LWAPP RECOVERY 3 $ 38% $ - $ - 5 WS-C3560-24PS-S Catalyst 35602410/100 POE+2SFP+IPB Image 1 $ 3,795.00 38% $ 2,352.90 $ 2,352.90 6 CAB-AC Power COrd,110V 1 $ 38% $ $ afn;anihcelMana amen[ $4NkbM'. ' : I!'J .: ~ ~. `; ". 7 CON-SNT-1.4P7 t31A SMARTNET BXSXNBD 802.11 ag LWAPP AP Inig Ant FCC Cfg 3 $ 56.00 15% $ 47.fi0 $ 142.80 8 CON-SNT 356024PS SMARTNET BXSXNBD Catayst 3560 24 10/100 1 $ 264.00 15 % $ 224.40 $ 224.40 Please Address Purchase Orders To: HardwarelSoftware Total: S 3,653.04 AT&T Da[aComm Sales Tax 7.75%x: S 283.11 Attn: Steven Chang Estimated Freight Charges: S - 2600 Camino Ramon - 4S200J MalntenancelManagement: S 367.20 San Ramon, CA 94583 Conflgurationllnstallation: S - Fax:707-435-6306 Grand Total: 4,303.35 Note: Please include "FOCUS CONTRACT and NET 30 PAYMENT TERM" on your PO. RESTRICTED -PROPRIETARY INFORMATION This tlocument contains Propdefary IMOrma[lon which Is provided soley In connecllon wllh the specRlc opportunlly Identltled herein. ATBT provltles this proprietary IMOrmallon to the organlratlon named, solely for Its use In cpnnectlon with this opporlunlty and It may not be disclosed [o anyone outaltle the disclosed to party without the prior written consent of ATBT. TERMS: NET 30, subject to credit approval. F.O.B. SHIPMENT: SHIP.PT., PPD ITEM NO. 7i DATE: May 7, 2008 AGENDA SUMMARY REPORT SUBJECT: REPORT TO CITY COUNCIL REGARDING THE PURCHASE OF GUTTER, FLASHING, AND CAPPING FOR THE CIVIC CENTER RE-TILE PROJECT FROM SHEET METAL WORKS OF UKIAH IN THE AMOUNT OF $13,300.71. As part of an ongoing effort to re-tile failing sections of the existing roof at the Ukiah Civic Center, the City procured the roofing services of Bouchey Roofing, Inc. through a formal request for bid process. In the course of the re-roofing project, rot was discovered and deemed to be related to the deterioration of the the underlayment and to failing gutters, flashing, and capping. Under the RFB, the City requested an hourly bid for the labor costs from the roofing contractor related to repair of dry rot discovered during the course of the project. In an effort to control cost, the City's Building Maintenance Lead Worker inspected and approved all dry rot sections prior to repair, and coordinated the purchase of materials with the City's Purchasing Department directly through local suppliers. Pursuant to the requirements of Section 1522 of the Municipal Code, Staff is filing with the City Council this report regarding the emergency purchase of materials including gutters, flashing, and capping for the Civic Center re-tile project from Sheet Metal Works of Ukiah in the amount of $13,300.71. The extent of the rot and water intrusion was not known until the the and underlayment was removed. Supporting attachments for review include site map of the project area and related invoices. Funds for the re-tile project were budgeted in the 100.6001.250.000 account. RECOMMENDED ACTION: Receive report regarding the purchase of gutter, flashing, and capping for the Civic Center Re-tile Project from Sheet Metal Works of Ukiah in the amount of $13,300.71. ALTERNATIVE COUNCIL POLICY OPTIONS: N/A FUNDING: Budgeted Amount Available Account Number Additional Funds Requested $13,300.71 100.1915.250.000 N/A Citizen Advised: N/A Requested by: N/A Prepared by: Sage Sangiacomo, Director of Community/General Services Coordinated with: Pat Thompson, Interim City Manager and Mary Horger, Purchasing Supervisor Attachments: 1. Site Map of Project Area 2. Invoices ~__ APPROVED^ O~ at Thompson, Interim City Manager l ll =_~ C~~L~ ~QC LE4090 DT - y1 M Ni/-0 W. ~O - LX - IDL[C ~A014(pq//%% ® - ..ILL-M-M fXl1 VIA. Nf'M11 (Y - 06I1u/Yn1R-VIA. rgnl Uu.- qNR ~L IPNMItlI N11RDW MraW V NM~un~ •n . Attachment #1 ~^mPC [dMi4 W WA%d UNC iN. mr+as+ae n Wm uu 14 NF W[ M YI IMI KC lllM[C fWFN01 Tltl'G 14Y f ixsd~ -x %gs%ivU.t ~TAL ~ MVId uN[S fLM41MI/ iY4-PA'~Q MN4iW`IXI N•m uN.p rin 2c nrpw.Fey a.wec nvmq woiovv ~a _"°~""° "Y"""^^°m amu n~mm o w5w. _Exr+~ n~~ -r~ ~- C.P~~L ? o ~ 2~ Attachment #2 SHEET METAL WORKS 189 A. WABASHAVE. UKL9H, L'A 9$482-6372 TEL. 46s-3729 FAX 462-4109 112UOlCe DATE INVOICE NO. 4/8/2008 togz5 BILL TO CITYOF UIQA77 3oa SEMINARYAVL• UKIAH, CA 95482 SHIPTO P.O. NO. TCRMS DUE DATE SHIP DATE SHIP VIA PROJECT' Dne on receipt ¢/8/x008 ¢/8/2008 ITEM DFSCRIPTTON QTY RATE AMOUNT' 7TMEAND MATERIAL B]LLINC FOR GUTTER, FLASIHNC 8: CAPPING FOR SOUTTIROOR MCOPZO COPPER zo OZ 6o to.83 6g9•SOT 7BS 7/t6 TRIIiAR SOLDER q 5.60 aa.goT COPDOg COPPER DROPOUTZET3" z to.37 zo.74T LESS LABOR-SHOP PABRICATTON 5 SS•oo gzS.ooT L85F LABOR-FIELD 4 85.00 3¢0.00 L85S LABOR-SHOP FABRICATTON 3o SS.po z, 55o.ooT MGTa 4 CALVANL~'n IRON2 CA 4 360 :.g6 7o5.6oT MCOPzo COPPIiR Za OZ zo to.83 a6.6oT L855 LABOR-SHOPFABRICATTON z 85.00 t7o.ooT CP34 COND PIPE3"X 4" zo 2.50 5o.ooT L85S LABOR-SHOPPABRICATTON t~75 85.00 tg8.75T ~~G~~~~ D UKiAH I~ Subtotal $5,x98.89 FINANCE salmi Tax (7•'J$~~ $3gq,3~ Total $5.683.20 SHEET METAL WORKS 189 A. WABASHAVE. L77QAH, CA 95482-6312 TEL. 462-3729 FAX 462-¢io9 BILL TO CITYOF UIQAFI goo SF.AIITARYAVE UKIAIi CA 95482 Invoice DATE INVOICE NO. 4/8/zoo8 tagz4 SHIP TO P.O. NO. TERMS DUE DATE SHIP DATE SHIP VIA PROJECT DOe on rec¢ipt 4/8/aoo8 q/8/2008 ITEM DESCRIPTION QTY RATE AMOUNT' TIME AND MATERL9L BILLING FOR CUTTER, FLASHINGACAPPING FOR NORTHROOF. MCOPZO COPPER 20 OZ 6o io.83 649.8oT IBS 7/i6 TRI BAR SOLDER q 5.60 zz.goT COPDOg COPPER DROPOUTLEI'g" a io.37 zo.74T L85S LABOR-SHOP FABRICATION g.75 85.00 828.75T L85F LABOR-FIELD z4 85.00 z,o4o.00 L85S LABOR-SHOPFABRICAT/ON z8.5 85.00 z,422.5oT MC724 GALVANIZED IAONa4 GA ggo L96 646.8oT MCOPZO COPPER za OZ za io.8g u6.6oT L85S LABOR-SHOPFABR[CATTON z 85~0o 170.ooT CPg4 COND PIPE3"Xq" a0 2.50 5o.ooT L85S LABOR-SHOP FABRICATION i.75 85.00 148.75T ~~~~8 ~ D 9 200 CITY OF UKIAW stTbrotat ~s7,2,6.34 Sates Tax (7.75"6) $4oI.r7 Total a,,6,s, ITEM NO: 7k MEETING DATE: May 7, 2008 AGENDA SUMMARY REPORT SUBJECT: REPORT OF DISPOSTION OF SURPLUS MATERIALS, USED EQUIPMENT AND SUPPLIES Per City of Ukiah Procedures for Sale of Surplus or Obsolete Materials, used Equipment and Supplies dated September 18, 1996 (Attachment 1), and Section 1533 of the Municipal Code (Attachment 2), a list of items determined to be obsolete by various departments and their disposition has been prepared (Attachments 3 through 5). Items sold are generally either very old in age, worn out, operate inefficiently or broken, and are determined to be not worth the additional investment of labor and/or material cost to put back in service. Other items are sold because they are of no further use to the City. Attachment 3 represents items sold at the Redwood Empire Auction conducted on February 3'd, 2007. Total revenue from that sale was $10,852.52. Attachment 4 represents items sold at the Redwood Empire Auction conducted on March 1S`, 2008. Total revenue from that sale was $19,920.55. Attachment 5 represents items that have been picked up by PropertyRoom.com. This company has been utilized in the past year for mainly our technology based items. They make pick-ups on a monthly basis, as items are available. They take the items back to their warehouse, and determine through product evaluation and testing, which items have any worth for resale, and which do not. The items determined to be of any worth are put up for auction on their website. The other items are disposed of. Continued on page 2 RECOMMENDED ACTION: Receive and file report regarding the disposition of surplus materials, used equipment and supplies. ALTERNATIVE COUNCIL OPTIONS: N/A Requested by: Gordon Elton, Director of Finance Prepared by: Mary Horger, Purchasing Supervisor Coordinated with: Pat Thompson, Interim City Manager Attachments: 1 -Procedure for Sale of Surplus Equipment/Supplies 2 - Section 1533 Municipal Code 3 - Report of Surplus Items -February 3, 2007 4 - Report of Surplus Items -March 1, 2008 5 - Report of Surplus Items -Property Room Pick-Up v Pat Thompson, Interim City Manager As our Information Technology Department continues to upgrade the City's technology based items, a large quantity of surplus items in that category have been generated. Because of our ever increasing issue regarding the lack of storage space for surplus IT equipment, the use of PropertyRoom.com has proved to be ideal. In addition, use of their services saves City staff time as well as generates some revenue. If these services were not used, the City might incur disposal fees. Total revenue to date is $544.02. Additional revenue is anticipated dependent on when or if the other items are sold. Sale and disposal of all items listed on Attachments 3, 4 and 5 are in accordance with City Code Section 1533 and the Surplus Procedure Statement which includes auction and disposal of items in surplus. Total revenue from all three sales is $31,317.09. Attachment ~ I PROCEDURES FOR SALES OF SURPLUS OR OBSOLETE MATERIALS, USED EQUIPMENT, AND SUPPLIES 9/18196 In order to process materials or equipment found to be surplus or obsolete within each Cify Department, the following procedure is established: 1. On a quarterly basis (July 1, October 1, January 1, April 1), each City Department Head completes and submits a prescribed form listing all materials and equipment found to be surplus or obsolete to the Director of Finance for approval. Copies of the completed form are distributed to the City Manager and PurchasinglWarehouse Supervisor. 2. Those items listed as surplus will continue to be housed within the Department requesting disposition until a sale is completed or date of auction. 3. Copies of the items listed as surplus are distributed by the Director of Finance to all Department Heads for possible recycling. ~r 4. Purchasing Officer shall have the authority to dispose of surplus and file a report with the City Council setting forth a description of sale by the close of the agenda for the next regularly scheduled meeting. 5. The Purchasing Department will follow City Code Section 1533, Procedures for Sale of the Surplus Items. a. Purchasing Department will solicit bids on surplus wire and scrap iron from local and outside dealers of these commodities. b. Purchasing Department will coordinate public auctions with the County of Mendocino, joining with them for sale of surplus items. The auctioneer will publicize the date of auction and items available for sale. c. Purchasing Department will coordinate the moving of surplus items to the auction site during the week immediately preceding the auction. d. Following the auction, the auctioneer will provide a list of items sold, the selling prices, and the funds received to the Purchasing Department. e. Specialty items as approved by the Purchasing Officer or extremely large items which cannot be moved to the auction site, will be advertised for sale in the local newspaper or through direct contact with governmental agencies or purchasers appropriate to the specialty surplus items by the Purchasing Department. The Purchasing Offcer shall have the authority to solicit on the open market. f. During those times of the year that items are declared as surplus that do not coincide with the annual public auction conducted by the County, items for sale will be advertised by the Purchasing Department and closed bids will be accepted by the City Clerk. Bids will be opened at a designated time and the high bidder will be notified by the Purchasing Department. In the event of the high bid ending in a tie for any item, all bids will be rejected and the hid process will be repeated, with the tie bid as the new minimum bid. 6. If after completing steps 1-5 above, any item is not sold or recycled, and it is not reasonable to assume that the item can be sold or recycled, the purchasing agent is authorized to dispose of such item by any safe and lawful method. CVdy Documtmc\W PDOCSPROCEDURES FOR SALES OF SUR PLI IS OR 09SDI F"iF.Gn d,.~ §1530 §1534 Attachment # Z B) 1. flecorded Explanation: The head of such department shall send to the Purchasing Officer a requisition and a copy of the delivery record together with a full written report of the circumstances of the emergency. The report shall be filed with the Council. as provided in subsection Al above. 2. Emergency Procedure: The Purchasing Officer shall prescribe by rules and regulations the procedure under which emergency purchases by heads of departments may be made. (Ord. 667, §2, adopted 1975) §1531: COOPERATIVE PURCHASING: The Purchasing Ofticer shall have the authority to join with other units of government in cooperative purchasing plans when the best interests of the Cfty,would be sePved thereby. (Ord. .667, §2, adopted 1975) §1532: INSPECTION AND TESTING: The Purchasing Officer shall Inspect supplies and equipment delivered to determine their conformance with the spectflcal(ons set lorlh In the order. The Purchasing Oiflcer shall have authority to require chemical and physical tests of samples submitted with bids and samples of dsiiveries which are necessary to determine their quality and conformance with specifications. (Ord. 667, §2, adopted 1975) ~~ §1533: SURPLUS SUPPLIES -AND EQUIPMENT: All departments shall submit to the Purchasing Officer, at such times and in such forms as he shall prescribe, reports showing all supplies and equipment which are no longer used or which have become obsolete or worn out. The Purchasing Officer shall have authority to exchange for or trade in on new supplies and equipment ail supplies and equipment which cannot be used by any agency or which have become unsuitable for City use. The Purchasing Officer shall have the authority to dispose of surplus property by solicitation of bids or by public auction. (Ord. 667, §2, adopted 1975) §1534: SEVERABILITY: If any section, subsection, subdivision, sentence, clause or phrase of this ordinance is for any reason held to be unconstitutional or otherwise invalid, such Invalidity shall not affect the validity of the entire ordinance or any of the remaining portions thereof. The City Council hereby declares that it would have passed this ordinance, and each section, subsection, subdivision, sentence, clause and phrase hereof, irrespective of the fact that any one or more sections, subsections, subdivisions, sentences, clauses or phrases be declared unconstitutional or otherwise invalid. (Ord. 667, §2, adopted 1975) l 1064 Attachment #~ Report of Surplus Items Date of Auction: 2/03/07 Total Revenue: $10,852.52 Fund Surplus Item Description 100.1915 1988 Mazda 62200 PU-Salva e 100.1915 1992 Buick Sk lark 100.1915 1993 Ford Taurus 100.3110 1992 Ford F150 PU 100.3001 1987 Ford Tempo 105.2101 1974 Ford F250 Service Body- Salva e 100.6001 1989 BR400 Stilh Blower 100.3901 1984 BS60Y Wacker Compactor 660.3401 Berkele Water Pump 18HP s/n6181295 100.6001 40 LBS Hyd Clay 100.6001 Hanna H d Hose Reel 660.3401 Tokheim 775 12 Volt Full Pump 575.5801 16 gal ShopVac 575.5801 Misc Cat Blade, Bolts, Nuts 575.5801 Used Beacon Li ht w/ mount 575.5801 Box Misc. Pulle s 575.5801 Misc. S nflex H d Hose 575.5801 Comp. Belt Guard 575.5801 24019 Wix Filter adapters 575.5801 FS 4-3 Flow, Switch McDonnell 575.5801 FS-8-V Flow Switch Miller 575.5801 Cable Drum Rotation counters 820.3901 used 3/4 ton truck service body 800. 1979 Ford Flatbed 100.2001 1996 Ford Crown Victoria 100.2001 2001 Ford Crown Victoria 100.2001 1971 Ford E-350 Van 105.2101 Antifreeze Rec cler 105.2101 H draulic Floor Jack 105.2101 Light Bars (4) 100.2001 Vehicle Jacks (6) 105.2101 Used Fire Hoses (2) 105.2101 Used Dwell Tach Anal zer 100.2001 Used Command Consoles (3) 100.2001 Used Ault (4) 100.2001 Foor Plates (Consoles - 7) 100.2001 Propane Tank 100.2001 Map Lights (2) 100.2001 Bench Seat 105.2101 Used Vehicle Starter 100.2001 Used Vehicle AM/FM Radio 105.2101 Used Utility Capnit 100.2001 Used Police Radios (4) 100.2001 Used Police Amp (4) 100.2001 Used Police Strobe Power Supply 100.2001 Used Police Control Heads (4) Backup UPS S stems (2) 695.6120 Stihl FS86 Weedeater 695.6120 Husqvarna Blower 1456E 695.6120 9V Makita Portable Drill Attc,c,l ~ment # H' Report of Surplus Items Date of Auction: 3/01/08 Total Revenue: $19,920.55 Fund Surplus Item Description 105.2001 85 Ford F350 Command Vehicle (Dealer Onl ) (Veh #2770) 105.2001 92 Ford Taurus, 4-door (#4271) 105.2001 03 Ford Crown Victoria (#4194) 105.2101 92 Mercu Sable SE (#4261) 695.6120 79 Ford F600 5 Yd. Dump with Spreader (#2330) 100.6001 81 Ford F150 w/Readin Service Body (#3720) 100.1915 82 Chev with Service Bod (#2640) 800.3728 97 Dodge Pickup (#3761) 800.3650 91 GMC Vandura (#3000) 820.3901 82 Ford F700 6 Yd Dump (#2310) 820.3908 76 Office Trailer Utility Truck Bed 612.3510 97 GMC Jimm (#4541) 820.3908 Kawasaki Mule 5 Truck Tires Attc~c;h~ment # ~ Report of Surplus Items Property Room Pick-Up Total Revenue to date: $544.02 Fund Surplus Item Description P/U Date 100.1965 Samsun 950P Monitor 1/9/2007 100.1965 Xerox Printer, Model WC470CX, S/N MC7-119895 1/9/2007 100.1965 Lexmark Printer, Model #4049-RB1 1/9/2007 100.1965 NEC LCS-II E6 Printer 1/9/2007 100.1965 NEC Superscript 1800 Printer 1/9/2007 100.1965 NEC LCS-II E6 Printer 1/9/2007 100.1965 NEC Superscript 1800 Printer 1/9/2007 100.1965 HP 2000C Printer 1/9/2007 100.1965 Cables, Computer, Misc. (1 box) 1/9/2007 100.1965 Cables, Monitor 1/9/2007 100.1965 UPS S stems (3 ea) 1/9/2007 100.1965 Back-up Drives 1/9/2007 100.1965 Samsun 950P Monitor 1/9/2007 100.1965 Tatun C7BZR Monitor 1/9/2007 100.1965 Tatun C7BZR Monitor 1/9/2007 100.1965 Dell 1503FP Monitor 1/9/2007 100.1965 Tatung C76ZR Monitor 1/9/2007 100.1965 Dell M780 Monitor 1/9/2007 100.1965 Tatun C76ZR Monitor 1/9/2007 100.1965 Shamrock Tech Monitor, C706L 1/9/2007 100.1965 Premio 719 Monitor 1/9/2007 100.1965 Apple M1787 Monitor 1/9/2007 100.1965 OptiquestVCDRS21554-1 M, S/N 9L02647401 Monitor 1/9/2007 100.1965 DE-770 BA1 Monitor, GRFBC95097546 1/9/2007 100.1965 Tatung C7BZR Monitor 1/9/2007 100.1965 Samsung 750S Monitor 1/9/2007 100.1965 Link E447AU Monitor 1/9/2007 100.1965 CTX VL500 Monitor 1/9/2007 100.1965 Tatun C7BZR Monitor 1/9/2007 100.1965 Dell M780 Monitor 1/9/2007 100.1965 Tatung C76ZR Monitor 1/9/2007 100.1965 Dell Ultra Scan P991 Monitor 1/9/2007 100.1965 QuantexAT897DMonitor 1/9/2007 100.1965 Tatung C7BZR Monitor 1/9/2007 100.1965 Tatung C7BZR Monitor, s/n 5TC9154626637 1/9/2007 100.1965 Tatung C76ZR Monitor 1/9/2007 100.1965 Tatun C78ZR Monitor 1/9/2007 100.1965 Quantex CPU, s/n 7001959618 1/9/2007 100.1965 Quantex CPU, s/n 7001939173 1/9/2007 100.1965 Quantex CPU, s/n 7001939168 1/9/2007 100.1965 Quantex CPU, s/n 7001939329 1/9/2007 100.1965 Quantex CPU, s/n 7001939185 1/9/2007 100.1965 Quantex CPU, s/n 7001939166 1/9/2007 100.1965 Quantex CPU, s/n 7001939167 1/9/2007 100.1965 Quantex CPU, s/n 7001939186 1/9/2007 100.1965 Dell DHM CPU, s/n 39VBK01 1/9/2007 100.1965 Quantex CPU, s/n 7001959617 1/9/2007 100.1965 Quantex CPU, s/n 7001939159 1/9/2007 100.1965 Quantex CPU, s/n 7001874429 1/9/2007 100.1965 HP BRIO CPU 1/9/2007 Page 1 of 5 Report of Surplus Items Property Room Pick-Up Total Revenue to date: $544.02 Fund Surplus Item Description P/U Date 100.1965 Quantex CPU, s/n 7001939175 1/9/2007 100.1965 Quantex CPU, s/n 7001939330 1/9/2007 100.1965 Quantex CPU, s/n 7001939183 1/9/2007 100.1965 Quantex CPU, s/n 7001812255 1/9/2007 100.1965 Dell Optiplex GX150 CPU 1/9/2007 100.1965 Compaq CPU, s/n 6051DYSZF155 1/9/2007 100.1965 Compaq Presario CPU, s/n MXK3420NH0 1/9/2007 100.1965 Computer Connections 24XMAX CPU 1/9/2007 100.1965 Quantex 7001874428 CPU 1/9/2007 100.1965 Quantex 70019399164 CPU 1/9/2007 100.1965 Gateway Miro V933 CPU 1/9/2007 100.1965 Mother board/Comp Card (box) 1/9/2007 100.1965 Ke boards, misc. 1/9/2007 100.1965 Speakers, misc. 1/9/2007 100.1965 Wires, misc. 1/9/2007 100.1965 Diskettes, misc. 1/9/2007 100.1965 Routers (2) & Dockin Station 1/9/2007 100.1965 Dell Optiplex 270 CPU 1/9/2007 100.1965 Quantex CPU, s/n 5001878408 1/9/2007 100.1965 Quantex CPU, s/n 7001939178 1/9/2007 100.1965 Dell Optiplex 150 CPU 1/9/2007 100.1965 Dell Optiplex 150 CPU 1/9/2007 100.1965 Dell Optiplex 150 CPU 1/9/2007 100.1965 Dell Optiplex 150 CPU 1/9/2007 100.1965 Dell Ultra Scan P991 Monitor 1/9/2007 100.1965 Dell Ultra Scan P991 Monitor 1/22/2007 100.1965 Dell E772P Monitor, s/n 04P121 1/22/2007 100.1965 Dell Ultra Scan P991 Monitor 1/22/2007 100.1965 Gateway VX720 Monitor, s/n 7002201 1/22/2007 100.1965 Dell Ultra Scan P991 Monitor 1/22/2007 100.1965 Tatun C76ZR Monitor 1/22/2007 100.1965 Samsun CSA7571 Monitor, s/n 10900912 1/22/2007 100.1965 Dell Ultra Scan P991 Monitor 1/22/2007 100.1965 Dell Ultra Scan P991 Monitor 1/22/2007 100.1965 Dell Ultra Scan P991 Monitor 1/22/2007 100.1965 Dell Ultra Scan P991 Monitor 1/22/2007 100.1965 Dell Ultra Scan P991 Monitor 1/22/2007 100.1965 Tatun C7BZR Monitor 1/22/2007 100.1965 Tatun C7BZR Monitor 1/22/2007 100.1965 Tatun C7BZR Monitor 1/22/2007 100.1965 Dell M991 Monitor 1/22/2007 100.1965 Quantex AT1097F Monitor 1/22/2007 100.1965 Tatun C7BZR Monitor, s/n 5TC91521094 1/22/2007 100.1965 QuantexAT1097FMonitor 1/22/2007 100.1965 Dell DHM CPU, s/n C9VBK01 1/22/2007 100.1965 Dell DHM CPU, s/n 1BVBK01 1/22/2007 100.1965 Computer Connections 24XMAX CPU 1/22/2007 100.1965 HP Pavilion 45502 s/n U593044181 1/22/2007 100.1965 HP Printer C2037A 1/22/2007 100.1965 Epson Printer LX800 P70RA s!n 10254481 1/22/2007 Page 2 of 5 Report of Surplus Items Property Room Pick-Up Total Revenue to date: $544.02 Fund Sur lus Item Description P/U Date 100.1965 HP Printer Scan'et 11C s/n C17151A 1/22/2007 100.1965 Epson Receipt Printer M129C s/n CJJG302170 1/22/2007 100.1965 Apple Printer M1596 1/22/2007 100.1965 Quantex CPU s/n7001939188 1/22/2007 100.1965 Motorola Radio and Equip, Box 1/22/2007 100.1965 Motorola Radio and Equip, Box 1/22/2007 100.1965 UPS S stems (3 ea) 1/22/2007 100.1965 UPS S stems (3 ea) 1/22/2007 100.1965 Ke boards, Box, (28 Each) 1/22/2007 100.1965 Keyboards (14 ea), 2 sur a prof. 1/22/2007 100.1965 Phones (8 ea) 1/22/2007 100.1965 Quantex CPU s/n1001939180 1/22/2007 100.1965 Quantex CPU s/n 5001878409 1/22/2007 100.1965 Quantex CPU s/n 7001939171 1/22/2007 100.1965 Dell DHM CPU s/n D8VBK01 1/22/2007 100.1965 Quantex CPU s/n 1001939158 1/22/2007 100.1965 Dell DHM CPU s/n SBVBK01 1/22/2007 100.1965 Quantex CPU s/n 1001939165 1/22!2007 100.1965 Dell DHM CPU s/n SKM6V31 1/22/2007 100.1965 Computer Connections 32XMAX CPU 1/22/2007 100.1965 Quantex CPU s/n 7001874426 1/22/2007 100.1965 Quantex CPU s/n 7200042306 1/22/2007 100.1965 Quantex CPU s/n 7001939161 1/22/2007 100.1965 Dell DHM CPU s/n B9VBK01 1/22!2007 100.1965 Motorola Radio and Equip, Box 1/22/2007 100.1965 Telxon PTC 701 ES, Box 1/22/2007 100.1965 Telxon PTC 701 ES, inc w/ 000125 1/22/2007 100.1965 Telxon PTC 701 ES, inc w/ 000125 1/22/2007 100.1965 Telxon CC701 ES, inc w/ 000125 1/22/2007 100.1965 Mice, box (32) 1/22/2007 100.1965 3 ke boards, 5 mice, box 1/22/2007 100.1965 MAG Monitor U8010-01, s/n HDD7K50045129 1/22/2007 100.1965 Pitne Bowes Mail Machine 1/22/2007 100.1965 Pitne Bowes Copier 9726 1/22/2007 100.1965 Pitney Bowes Insertamax 7687 3/27/2007 100.1965 Power Stacker, part of Insertamax 3/27/2007 100.1965 CPU s/n 7001939163 8/30/2007 100.1965 CPU s/n 76VBK01 8/30/2007 100.1965 CPU s/n 2BHBK01 8/30/2007 100.1965 CPU s/n F9HBK01 8/30/2007 100.1965 CPU s/n 7001939169 8/30/2007 100.1965 CPU s/n 7200046152 8/30/2007 100.1965 CPU s/n 7001939157 8/30/2007 100.1965 CPU s/n 2000171368 8/30/2007 100.1965 CPU s/n 3020980 8/30/2007 100.1965 CPU s/n 26VBK01 8/30/2007 100.1965 CPU s/n UK022 8/30/2007 100.1965 Monitor s/n 094WRF 8/30/2007 100.1965 Monitor s/n 5TC914463814 8/30/2007 100.1965 Quantex Pentium 3 Desktop s/n 7001939184 10/23/2007 Page 3 of 5 Report of Surplus Items Property Room Pick-Up Total Revenue to date: $544.02 Fund Surplus Item Description P/U Date 100.1965 Premio Puntium 4 Desktop s/n 200171367 10/23/2007 100.1965 Gatewa Pentium 3 Desktop s/n 0022439037 10/23/2007 100.1965 Flex Pentium Desktop s/n 9358529 10/23/2007 100.1965 HP Netserver LC3 s/n us01000610 10/23/2007 100.1965 Quantex Pentium 3 Desktop s/n 7001939172 10/23/2007 100.1965 Quantex Pentium 4 Desktop s/n 7001939174 10/23/2007 100.1965 Quantex Pentium 3 Desktop s/n 1001939181 10/23/2007 100.1965 Dell Pentium 3 Desktop s/n c9hbk01 10/23/2007 100.1965 Dell Pentium 3 Desktop s/n h9hbk01 10/23/2007 100.1965 Dell Monitor s/n 04p121 10/23/2007 100.1965 Dell 17" Monitor s/n 094wrf 10/23/2007 100.1965 Quantex 17" Monitor s/n 116193601040 10/23/2007 100.1965 Tatun Monitor s/n 5tc915461636 10/23/2007 100.1965 Dell 15" Monitor s/n 08j854 10/23/2007 100.1965 Gateway Monitor s/n p012230942 10/23/2007 100.1965 10 keyboards 10/23/2007 100.1965 15 Dell speakers 10/23/2007 100.1965 3M Write once optical drive 10/23/2007 100.1965 HP Laser et 5L s/n USBB165915 10/23/2007 100.1965 12 internal flopp drives 10/23/2007 100.1965 2 internal cd drives 10/23/2007 100.1965 6 US Robotics 56k modems 10/23/2007 100.1965 3 fax modems 10/23/2007 100.1965 Brother HL12 Printer s/n U52581 LOJ727575 10/23/2007 100.1965 EPS Notebook s/n YSO4ND100050-A 10/23/2007 100.1965 APC UPS s/n N698160194491 10/23/2007 100.1965 Misc power cables 10/23/2007 100.1965 10 Dell speakers 10/23/2007 100.1965 Panasonic Laptop s/n Skmaa04999 10/23/2007 100.1965 Panasonic Laptop s/n Skmaa05204 10/23/2007 100.1965 Panasonic Laptop s/n 8kmaa05068 10/23/2007 100.1965 Panasonic Laptop s/n 8kmaa03936 10/23/2007 100.1965 Com Notebook s/n 1000044065 10/23/2007 100.1965 Compact Notebook s/n 74018x22140 10/23/2007 100.1965 IBM thinkpad notebook s/n 78-kfr1196/03 10/23/2007 100.1965 Gatewa Solo Notebook s/n BC699260354 10/23/2007 100.1965 Toshiba Notebook s/n 30497612u-3 10/23/2007 100.1965 Toshiba Notebook s/n 31679391u 10/23/2007 100.1965 Intel 330t s/n SHW199000046 10/23/2007 100.1965 Intel 330t s/n HHV195002890 10/23/2007 100.1965 Epson Perfection 1240 Scanner s/n CTTX043366 10/23/2007 100.1965 Omniview KVM s/n FBOF068402QF 10/23/2007 100.1965 11 mice 10/23/2007 100.1965 Verison witi card s/n E02121900485015 10/23/2007 100.1965 HP Color Laserjet s/n JPCD008815 10/23/2007 100.1965 Premio Monitor s/n 9CI8410201 10/23/2007 100.1965 Tatung Monitor s/n 5tc914465865 10/23/2007 100.1965 Tatung Monitor s/n 5tc915461640 10/23/2007 100.1965 Shinho Monitor s/n 7B9U0189 10/23/2007 100.1965 IBM Monitor s/n 23- 10/23/2007 Page 4 of 5 Report of Surplus Items Property Room Pick-Up Total Revenue to date: $544.02 Fund Surplus Item Description P/U Date 100.1965 Gatewa Monitor s/n 8187854 10/23/2007 100.1965 HP Monitor s/n FI74953580 10/23/2007 100.1965 Lexmark Optra 1625 Ink et Printer s/n 11-KLB17 11/26/2007 100.1965 Savoir Pentium Computer-old Police Livescan, Ident 390-445 11/26/2007 100.1965 HP Laser Jet 870Cxi s/n US72L1202P 11/26/2007 100.1965 Old Livescan Scanner-Police Dept s/n P-02232 11/26/2007 100.1965 Keyboard 11/26/2007 100.1965 Set of Computer Speakers 11/26/2007 100.1965 Ke board 11/26/2007 100.1965 CD ROM Drives 11/26!2007 100.1965 External Floppy Drives 11/26/2007 100.1965 PS2 Mice 11/26/2007 100.1965 Monitor, Shamrock CRT Model #C70GT2, s/n 86ttc0205093 1/3/2008 100.1965 Monitor, Dell CRT, s/n MY08J85446632-232-0804X 1/3/2008 100.1965 Monitor, NEC Multisync LCD, Model #LA15R02 1/3/2008 100.1965 Alcatel Speed Touch Home Modem, Model #3EC188046CAA0 1/3/2008 100.1965 Alcatel Speed Touch Home Modem, Model #3EC188046CAA0 1/3/2008 Page 5 of 5 ITEM NO: 71 MEETING DATE: May 7, 2008 AGENDA SUMMARY REPORT SUBJECT: REQUEST TO EXTEND CURRENT CELLULAR PHONE CONTRACT WITH EDGE WIRELESS In February of 2005, after staff completed a competitive request for proposal (RFP) process, Council approved entering into a contract with Edge Wireless to provide the City with all of its cellular phone services. This contract came to the end of its term this past March. Anew RFP is being developed. However, due to limited staff time in the Information Technology Department because of large in-progress projects, staff has been unable to finalize the RFP and send it out prior to the current contract's expiration. Due to the continuous need of cellular phone services, staff requests authorization to extend the current contract until such earliest time that the new RFP can be finalized and processed. Estimated time frame for contract extension is six months. RECOMMENDED ACTION: Authorize the extension of the cellular phone contract with Edge Wireless until such earliest time that the new RFP can be finalized and processed. ALTERNATIVE COUNCIL OPTIONS: Reject Staff's request, and provide further direction. Citizens Advised: N/A Requested by: Gordon Elton, Director of Finance Prepared by: Mary Horger, Purchasing Supervisor Coordinated with: Steven Butler, Information Technology Supervisor, and Pat Thompson, Interim City Manager Attachments: N/A ,> Approved: ~ ?,~~Gr,cyiu~~- ~at Thompson, Interim City Manager ITEM NO. DATE UKIAH CITY COUNCIL AGENDA SUMMARY REPORT l0a May 7, 2008 SUBJECT: REVIEW AND COMMENT ON 2008 CITY OF UKIAH HOUSING CONDITIONS SURVEY SUMMARY: The draft 2008 Housing Conditions Survey prepared pursuant to Housing Element Implementation Program IP-1.1.2 and funded by the Ukiah Redevelopment Agency is being placed on the agenda for Council review and comment as desired. The document was provided to the Council under memo dated March 12, 2008. The methodology suggested by the State Department of Housing and Community Development was reviewed by a project oversight committee of staff and members of the Low and Moderate Income Housing Advisory Committee (LMIHAC), with Nuestra Casa invited to participate. The LMIHAC undertook a general discussion of the survey on March 19, 2008 making no specific recommendations other than to proceed with the Community Development Block Grant application for housing rehabilitation approved by the Council on April 1, 2008. The survey of 900 units on about 4,058 residential parcels found 63% to be sound, 23% needing minor repairs, 14% (500 units) needing moderate or substantial repairs, and no units being dilapidated. Roofing repair, electrical service upgrades, window repair or improvement and deteriorating siding and fencing are widespread needs. The survey indicated that 16% of property owners have undertaken garage conversion and 9% have accessory dwelling units, with or without building approvals. The consultant is examining actions other than funding that could be taken to remedy deficiencies, some of which are being addressed through the City's code compliance program. RECOMMENDED ACTION: Review and comment on 2008 Housing Conditions Surrey. ALTERNATIVE COUNCIL POLICY OPTION: Provide other direction as determined by the Council. Citizen Advised: Low and Moderate Income Housing Advisory Committee Requested by: Pat Thompson, Interim City Manager Prepared by: Pamela Townsend, Senior Planner Coordinated with: Pat Thompson, Interim City Manager and Charley Stump, Director, Planning and Community Development Department Attachments: 1 -Minutes of March 19, 2008 Low and Moderate Income Housing Advisory Committee Meeting 2 - 2008 City of Ukiah Housing Conditions Survey ~~ ~ ~-~ ~ 1 Thompson, Int rim City Manager Attachment # ~-2 The Housing Element Implementation programs with regard to rehabilitation include: Rehabilitation/Preservation, Mobile Home Park Maintenance, Earthquake Reinforced Bracing and Funding Accessibility Improvements. These programs vary with regard to agency responsibility, financing, and scheduling of funding. Staff is requesting the Committee review the Housing Conditions Survey and make recommendations to staff regarding how to address deficiencies that may include funding, programmatic, regulatory and operational issues. Examples of Lake County housing rehabilitation programs are also provided in the staff report. The Committee discussed the City of Ukiah Housing Conditions Survey and Housing Element Implementation programs as follows: Member Schlatter commented the Community Development Block Grant (CDBG) rehabilitation application is due April 3, 2008. It may be difficult for the City to submit an application to meet such a short deadline date. The County is applying for CDBG rehab loan program funding this year. CDBG funding has atwo-year cycle. He referred to the staff report that indicates the CDC discontinued a rehabilitation loan program several years ago and stated the CDC still has the CDBG rehab loan program. He is uncertain whether this pertains to the City or the County since the CDC did in the past administer rehab programs for the City and County. He noted Planning and Technical Assistance grants typically have aone-year cycle. The Committee briefly discussed the importance and significance of the City applying for CDBG funding to be made available for home rehabilitation purposes and in time to comply with the public noticing period deadline date of April 2, 2008. The Commission inquired about the survey comments pertinent to additional units and garage conversions because these elements are not really linked to new affordable housing units and whether there is a way to encourage homeowners to make these into affordable housing units unless a kitchen is added and other requirements met. Senior Planner Townsend commented one of the problems associated with garage conversions is individuals are required to have parking spaces that are outside of their front setback whereby a variance would be necessary. Garage conversions are typically for the purpose of adding a bedroom or another room and are not considered new housing units. Member Leonard proposed providing incentives for the construction of affordable units. There was a brief discussion about second units used for affordable housing purposes. Member Hillegas inquired whether staff was surprised with the survey results that the majority of houses were classified as sound. Senior Planner Townsend stated if a house were in really poor condition, the City Code Compliance Officer would have contacted the owner. Code enforcement is targeting neighborhoods to address houses in need of moderate/substantial repair/improvements to eliminate the potential for blighted conditions. Senior Planner Townsend addressed the Housing Element and implementation program pertinent to the 'Funding Accessibility Improvements' and stated the Committee could recommend the use of redevelopment housing set-aside funds for this program to subsidize the Ukiah Redevelopment Agency March 19, 2008 Low and Moderate Income Housing Advisory Committee Page 8 Attachment # /-,j construction of renovations/improvements that improve the accessibility to housing for seniors and persons with disabilities. There was Committee discussion about the issue of accessibility and the need for affordable housing units to be able to accommodate persons with disabilities. The Committee also discussed how this would work for rental housing where retrofitting is necessary to accommodate persons wi#h disabilities and the landlord is either unable to afford the cost or unwilling to provide the accommodation. Senior Planner Townsend and Member Hilligas discussed that the law does require landlords to make improvements to accommodate persons with disabilities provided the retrofit is not too financially burdensome. It was noted information about funding assistance for renovation/improvements for accessibility should be made available to property owners. Senior Planner Townsend inquired whether persons living in mobile homes would be eligible for funding to retrofit for accessibility under the Housing Element implementation program concerning 'Mobile Home Park Maintenance.' Member Schlatter stated such persons could likely apply for a loan under the City CDBG program income for such retrofits in the event no funding is available from the redevelopment housing set aside funds. Senior Planner Townsend stated the key component regarding eligibility for funding would be income level. Senior Planner Townsend stated if a funding request is made for redevelopment funding, the amount set-aside for the program should be determined. It was noted since all of the above-referenced implementation programs essentially pertain to the element of rehabilitation, CDBG funding might be able to cover costs associated with accessibility retrofits, rehabilitation for mobile homes, and earthquake reinforced bracing system for mobile homes/other residential units as part of the potential funding available for rehabilitation of homes, IP-1.1 of the Housing Element. M/S Hillegas/ferryman to recommend the City apply for CDBG funding to be able to implement rehabilitation programs from the Housing Element. Motion carried. Senior Planner Townsend asked the Committee to a-mail her about any further questions/comments/corrections to the Housing Conditions Survey. 7. COMMITTEE BUSINESS None. 8. SET NEXT MEETING/ADJOURNMENT There being no further business, the meeting adjourned at 4:10 p.m. The next regular meeting will be April 16, 2008. Cathy Elawadly, Recording Secretary Ukiah Redevelopment Agency March 19, 2008 Low and Moderate Income Housing Advisory Committee Page 9 Attachment # ~~. 2008 City of Ukiah Housfna Conditions Survev Table of Contents Executive Summary .......................................................................................................................:........6 Project Purpose and Goals .................................................................................................................6 Housing Conditions in the City of Ukiah ..............................................................................................6 Housing Conditions Profile of the City of Ukiah: Additional Housing Information ...............................8 Existing Frontage Features ................................ ...................................8 ........................................ Deteriorated Fences and Walls ........................................................:. .......................8 .................... Vehicles Parked on Properly .........................................................................................................8 Construction and Structure Type ..................................................................................................8 Vacant or For Sale .................................................. .................................................9 ..................... Evidence of Insulated Windows and Solar Collection ...................................................................9 Accessory Dwelling Units {ADUs) and Residential Garage Conversions .....................................9 Visibility/Reliability .........................................................................................................................9 Summary .....................................................................................................................................10 Methodology ........................... Sample Plan .......................................................................... ................ Sampling Design ................................................................................... Survey Development ............................................................................. Survey Instrument ........................................... . Surveyors ......................................................................................... Surveyor Training ............................................................................. Housing Condition Survey CrReria ................................................... Grading Criteria .......................................................................... Surveying Process .................................................................. -- ..............................11 ..............................11 .......................................11 .......................................17 ........................18 ................................19 .....19 .....19 19 22 23 Analysis ..............................................................................................:................ Survey Findings and Analysis ...................................................................... Projected Citywide Results ........................................................................ Housing Structure ................................................................................ Housing Construction ........................................................................... CDBG Housing Conditions ................................................................... CDBG Housing Condition Subcategories ............................................, Additional Housing Characteristics ...................................................... Frontage Features .................................................. ..................................... 24 ..................................... 24 .....................................24 .....................................24 .....................................25 ......................25 ......................27 ......................28 ......................28 29 ............................................... Vehicles Parked on Property ................................................................................. Projected Results by Zone .......................................................................... CDBG Housing Conditions .................................................................... Housing Structure .............................................................................:... CDBG Housing Condition Subcategories .................. ..................................... ..............:......................29 .....................................30 ................................................................. 31 Vacancy and For Sale ............................................................. . ...................................................32 Housing Characteristics Not Included in the CDBG Conditions Score .......................................33 Frontage Features .......................................................................................................................34 Applied Survey Research 2 2008 City of Ukiah Housing Conditions Survey Fences and Walls ...................................... Vehicles Parked on Property ..................... Recommendations ......................................... Potential Housing Funders and Resources .....35 .....35 Applied Survey Research 3 2008 City of Ukiah Housing Conditions Surve Table of Figures Figure 1: Selected Zones for the City of Ukiah Housing Conditions Survey ....... Figure 2: ............................................................. Margins of Error by Area at 95°k Confidence Level .......................................................................................... ..........7 12 Figure 3: Survey Instrument for the City of Ukiah Housing Conditions Survey ....... Figure 4: ............................................................... CDBG Sub Score Ranges .................................... 18 Figure 5: ........................................................................:.................... CDBG Condition Rating System ............................. .......23 Figure 6: .......................................................................................... CDBG Condition Category Definitions ....................... .......23 Figure 7: ........................................................................................ Number and Percent of Projected Citywide Units in Each CDBG Condition Category ...................................... .......23 ... 25 Figure 8: Projected Citywide Foundation Conditions ......... .... Figure 9: .............................................................................................. Projected Citywide Siding/Stucco Conditions ........... Figure 10: ......................................................................................... Projected Citywide Roofing Condibons .................. .......26 Figure 11: ........................................................................................... Projected Citywide Window Conditions ............... .......26 Figure 12: ............................................................................................... Projected Citywide Electrical Conditions ................ ......26 Figure 13: ............................................................................................ Projected Citywide Characteristics Not Included in the Overall CDBG Condition Score ......27 Figure 14: .................................... Projected Existing Citywide Frontage Features ................ ......27 Figure 15: .................................................................................. Projected Number of Cars Parked on Property Including Operable and Non Operable Vehicles ...................... ......28 ......28 Figure 16: Number of Projected Units Meeting Each of the CDBG Housing Conditions by Zone Figure 17: ....................................... Percentage of Projected Units Meeting Each of the CDBG Housing Conditions by Zone ......29 Figure 18: ................................. Number of Projected Units with Each Structure Type by Zone . ......29 Figure 19: ......................................................................... Percentage of Projected Units v~ith Each Structure Type by Zone ......30 Figure 20: ...................................................................... Projected Foundation Conditions by Zone ....................... .....30 Figure 21: ................................................................................... Projected Siding/Stucco Conditions by Zone ..................... .....31 Figure 22: ................................................................................. Projected Roofing Conditions by Zone ........................... . .....31 Figure 23: . ................................................................................... Projected Window Conditions by Zone ...................... .....31 Figure 24: ......................................................................................... Projected Electrical Condtions by Zone ......................... .....32 Figure 25: ..................................................................................... Number of Projected Units Vacant and Number of Projected Units For Sale by Zone .....32 Figure 26: ...................................... Projected Solar Collection by Zone .............................. 32 Figure 27: ...................................... ................................................. Projected Accessory Dwelling Units by Zone .................... .... 33 Figure 28: .................................................................................. Projected Residential Garage Conversion by Zane ............... .....33 Figure 29: ............................................................................. Projected Use of Insulated Windows by Zone ..................... .....33 Figure 30: ................................................................................. Projected Frontage Features by Zone ............................ .. ....34 Figure 31: ..,,...,...,.......,.,,,... ......................................................... Projected Number of Cars Parked on Property Including Operable and Non Operable Vehicles by Zone .......... .,.. ~ ....35 Applied Survey Research 4 2008 City of Ukiah Housing Conditions Survey Acknowledgements Acknowledgements The considerable talents and efforts of many individuals helped to assure the success of this endeavor. Ukiah Community Partners Applied Survey Research City of Ukiah - ProjeM Manager Pamela Townsend, Senior Planner Project Committee Low and Moderate Income Housing Advisory Committee Robert Clark Lisa 13illegas Dina Ortiz City of Ukiah Sage Sangiacomo, Redevelopment Agency Charley Stump, Planning Director Robert Mandel, GIS Coordinator David Willougby, Building OJ~cial Chris White, Code Compliance Other Moises Santiago, Nuestra Casa Project DiroMOr Peter Connery Analysts and Researchers Sunya Ojure, Analyst Don Ylvisaker, Statistician Susan Brutschy,President Applied Survey Research 5 2008 City of Ukiah Housing Conditions Survey Executive Summary Executive Summary Project Purpose and Goals The City of Ukiah's General Plan Housing Element requires a detailed housing conditions survey in order to highlight the community's current residential housing conditions and inform City policies and nr:,grams that maintain and enhance the quality of the aging housing stock within City limits. In addition, City planners and the community aze interested in better understanding the quality and features of its current housing stock. Applied Survey Reseazch (ASR) was contracted in fall of 2007 by the City of Ukiah to conduct the 2008 Housing Conditions Survey. The City of Ukiah Planning & Community Development Department (CDD) identified several important project goals: • To comply with the City General Plan Housing Element requirements and provide information to more effectively implement and update the Element • To document the current status of housing conditions with the City's various neighborhoods • To determine housing needs and identify and select appropriate strategies for meeting the needs • To provide information to tazget and support funding applications, thereby increasing competitiveness for state and federal funding programs Housing Conditions in the City of Ukiah The CDD Project Oversight Committee determined that the Housing Conditions Survey for the City of Ukiah would focus on residential housing parcels and review data findings at City level and by designated sub-area zones -Redevelopment, Central and Other. This represented approximately 4,000 parcels. From this group, a representative sample of approximately 900 parcels was randomly selected to generate statistically representative (95% confidence leveU~S% mazgin of error) data at City and zone Applied Survey Research 6 Home in sound condition, Redevelopment Zone 2008 City of Ukiah Housing Conditions Survey Executive Summary levels. Trained and licensed inspectors completed the housing conditions surveys in late December, 2007 and early January, 2008. Sixty-three percent (63%) or 2,960 units within the City were classified as sound and no residential units were determined to be dilapidated. (Note: this classification system is described in greater detail on page 23.) This further means that citywide, a projected 1,445 units out of 3,905 residential units, or 37% of the housing stock, were classified as needing minor, moderate or substantial improvements. An estimated 14% (531) of housing in Ukiah is in need of moderate or substantial repairs. The Central Zone of the City of Ukiah has the lowest percentage of housing with a sound rating (55%) compared to the Redevelopment Zone (63%) and the Other Zone (68%). Figure 1: Selected Zonea for the City of Ukiah Housing Conditions Survey J I Utdeh ~ f Cemetery 12U1 Dl8tdd I Felr Grounds L - , w' ~~ _ ~~ ~, lbdd Grove Muniolpel Perk Mc Garvey ~ ' I Park ,r Legend r r'~ Ukiah Retlevelopement Oisidet ~ Central Ukiah Q tease cay um2s [ ` Ukiah ~--* re0_mads N MutMC(pal - Roada AMpon t i® Freeway --- Mapr Roed 0 0.5 1 Miles Source: Mendociro Courtly Panning Team, Applied Survey Reeeaich February 27, 20D8 Projection: NAD Bi CA State Plane II Applied Survey Research 7 2008 City of Uklah Housing Conditions Survey Executive Summary Housing Conditions Profile of the City of Ukiah: Additional Housing Information The specialized survey instrument implemented in the 2008 City of Ukiah Housing Conditions Survey provided data on subcategories not included in the Community Development Block Grant (CDBG) conditions score. While this information does not contribute to an overall conditions designation, it does provide data that aze relevant to the CDD for City planning and community development. Existing Frontage Features The lazge majority of homes in iJkiah have adequate curbs, gutters, site drainage, paved streets, sidewalks, and driveways. In particular, 91 % have curbs and gutters, 99% have adequate site drainage and a paved street, and virtually all (3,889 of 3,905) have a driveway. Sidewalks aze slightly less prevalent (88% or 3,436 units) than the other frontage features. Deter4orated Fences and Walls • Citywide, a total of 1,125 units (29%) have deteriorated fences or walls on their property. The percentage of homes with deteriorated fences and walls does not vary noticeably by zone. Vehicles Parked on Property Most Ukiah properties have between zero and two cars pazked on their property (89%). No attempt was made to count cars parked on the street. The number of cars pazked on residential property was considered to be a potential measurement for neighborhood blight and overcrowding. Results indicate that excessive vehicles on private property aze not a significant issue in the City of Ukiah. Construction and Structure Type Virtually all residential parcels within the City of Ukiah (99%) have wooden framed houses on them. • Single family homes aze the most predominant structure type across all zones (3,198 or 82%). Applied Survey Research Multi-Family unit in sound condition with 30 cars parked on the property, Other Zone 2008 City of Ukiah Housing Conditions Survey Executive Summary Vacant or For Sale • Avery small percentage of Ukiah plots aze vacant or for sale (2%-3%). We believe this is consistent with local realty statistics. Additionally, according to the U.S. Census Bureau, 2% of iJkiah's housing units were vacant in 2000. ~ Evidence of Insulated Windows and Solar Collection • Insulated windows and solar collection indicate energy efficiency. Less than half of Ukiah homes have insulated windows (1,722 or 44%) and 2% or 74 units show evidence of solar collection. Accessory Dwelling Units (ADUs) and Residential Garage Conversions • The number of ADUs and gazage conversions show how home owners have responded to the fact that the City of 1Jldah is nearing build-out. The survey results found that ahnost one of every ten plots Citywide (9% or 355 units) has an accessory dwelling unit. Slightly more homes (16% or 605 units) have residential gazage conversions. Visibility/Reliability • Surveying was limited to street access to private property locations. Thus, the reporting elements to be surveyed were reviewed from a sidewalk or street view. In order to better quantify our surveyors' self-assessment of their access to a quality site inspection, reseazchers were instntcted to rate the visibility and reliability of their visual inspection of each plot. Surveyors rated their assessment quality on a 5 point scale. Virtually all housing surveyed (861 or 96%) received a score of 4 or 5, with one being "poor" and five being "excellent." ~ U.S. Census Bureau. California Mj Place- GCT-H5: General Housing Characterisrics, 2000. Applied Survey Research Home in sound condition, Redevelopment Zone 2008 City of Ukiah Housing Conditions Survey Executive Summary Summary In summary, while it does appeaz that the housing stock in Ukiah is generally in good shape there aze cleaz azeas of need. With over 500 residential structures needing moderate or substantial repairs and 2,366 structures (61%) having at least one repair in a key rating category, there aze cleazly enough eligible properties for residential rehabilitation and improvement programs. There was widespread evidence of the need for roofmg maintenance, electrical service upgrades, window repair or improvement, deteriorating fencing and siding improvements. Furthermore, there appeaz to be opportunities for solar system installation and accessory dwelling programs. It is beyond the scope of this project to measure the level of interest in participating in a rehabilitation/improvement program using government or other funding, but the housing conditions survey does indicate a need. Predictably, the downtown azea or Central Zone for this study needs the greatest level of help, but it is also the smallest of the three study zones. Historical preservation programs may be of interest to Central Zone property owners and this potential should be explored. Applied Survey Research SO Home in sound condition, Central Zone 2008 City of Ukiah Housing Conditions Survey Methodolo y Methodology Sample Plan Housing conditions surveys are typically conducted via a sampling methodology where a sample of housing parcels aze randomly selected as representative of the City and/or neighborhoods of the City. Visually inspecting almost 5,000 residential pazcels would have been beyond the scope of work for the 2008 City of ilkiah Housing Conditions Survey. A sample plan was developed to insure, with a 95% confidence interval and approximately a 5% mazgin of error, that results would be representative of the lazger housing stock in Ukiah. Approximately 900 residential pazcels were selected in the citywide sample. These were further subdivided into smaller study zones within the City - Central, Redevelopment and Other. Sampling Design ABer meeting with the Community Development Department (CDD) Project Oversight Committee, various sampling and reporting options were discussed. It was suggested by the committee that it would be helpful to organize the City housing parcels into smaller units of analysis. Therefore, the sample plots were divided into three zones on the request of the CDD. These zones were designated the Central Zone, the Redevelopment Zone, and the Other Zone. CDD staff and the City Geographic Information System (GIS) department generated a pazcel map detailing the boundaries of these three zones and detailing all parcel numbers, addresses and zoning codes. This master list contained 4,931 City parcels of all zoning codes. It was further decided to eliminate commercial and public use zoned pazcels, C1, C2, M and PF. All residential zoning codes plus PD and CN were included. (PD includes subsidized public housing and CN includes commerciaUresidential mixed use lots.) Additionally, some commercial parcels in the northeast area neaz Wal-Mart with a CN zoning code were also eliminated. After the final analysis and filtering were complete, approximately 4,058 parcels were determined to be eligible for the sample. The Central zone had 904 parcels, the Redevelopment zone had 1,750 and the Other Zone had 1,404 parcels. The sample plan developed by the ASR statistics team outlined that 180 of the 904 Central plots, 420 of the 1,750 Redevelopment plots, and 300 of the 1,404 Other plots would be surveyed in order to achieve results that would be at a 95% confidence level at approximately a 5% margin of error. Vacant plots determined to be in the sample were replaced by non-vacant plots, again selected at random. In this manner, four vacant properties in the Central Zone, eight vacant properties in the Redevelopment Zone, and 19 Other Zone vacancies were replaced. Finally, duplication issues resulted in the loss of one sampled plot in the Central Zone and the two sampled plots in the Redevelopment Applied Survey Research 11 2008 City of Ukiah Housing Conditions Survey Methodoloa Zone. Thus, the sampling plan became one of surveying 900 of 3,905 eligible properties. Specifically, the plan was to evaluate 180 of about 880 properties in the Central Zone, 420 of about 1,710 properties in the Redevelopment Zone, and 300 of about 1,315 Other Zone properties. Two local surveyors were trained and oriented to project evaluation standazds and started surveying in late December of 2007 and completed surveying during the third week of January, 2008. The holidays and an unusually wet winter slowed surveyors down from their planned completion by two weeks. In total, 897 of the planned 900 housing plots were evaluated Citywide. More specifically, 179 plots were surveyed in the Central Zone, 418 were surveyed in the Redevelopment Zone, and 300 were surveyed in the Other Zone. Three surveys were discazded because the parcel was vacant or had an ineligible parcel code. Their elimination was not statistically significant. The executed sample was analyzed for statistical reliability and it was determined that all findings aze representative to the entire sample of City pazcels in the designated residential codes at a 95% confidence level and a margin of enor of less than 3%. At the zone level, with a confidence level of 95%, the mazgins of error aze slightly higher due to smaller numbers of parcels sampled. In the Redevelopment Zone the margin of error is <4%, the Other Zone <5% and the Central Zone <7%. The higher margin of error in the Central Zone is due to it being the smallest zone by a large margin and because it was the smallest tazgeted sample. In summary, the sampling plan worked very well and was executed to plan, enabling the research team to project survey findings to the entire Citywide pazcel profile and the three tazget zones. Projected numbers were calculated by using the percentages from the representative sample survey results and the total number of applicable residential plots for the City (3,905) and each zone (Centra188Q, Redevelopment 1,710, and Other 1,315). Figure 2: Applied Survey Research 12 Margins of Error by Area at 95% Confidence Level 2008 City of Ukiah Housing Conditions Survey Methodology Ukiah Housing Conditions Survey Central Ukiah Sam le ~~. ~ ~~ d , ~ ~; `~- -~- ~~ ~',~ - b ~ ~ .~~ D ' `' . '~; ~, [l ~ ~, ~' "., P ~ ~ _ ~ ~, ~ ~ T1 ;', p5p `~,~~~,~ ~ ~ ~~',~ ;- , q L „~,] b ~' ° `~' 'ran ~, ,`p p~ O ~ ~ ~ t~C~ ~D , P pd Legend ~ ®~ ~' ~,~ 8P N] , ~ U ^{"`1S~ V Uldeh Redersbpem9M Die6ict - ~ ~ v ,_.., Uld~h ~„ t N ~..~ ~ ~ ~ ' , ; ~ ~ ~1_roadc ; ~, } --^INTERBTATE ~ ~" C~Ib -~ :~4 ~ 'U~~~~`~~~~ i 0 50D 1,000 2,000 ~, Feet Source: Mendocino County Planning Team, Applied Survey Research Match 4, 2006 ProJeIXion: NAD_63 CA State Plane II Applied Survey Research 13 2008 City of Ukiah Housing Conditions Survey Methodoloa Ukiah Housing Conditions Survey North Redevelopment District Sample .~ .~F ~CL_ ` - IT ~i ~ . . T~ ~~. rq ta~- ~` - ~~ ~ _ ~-~ ~~11, m i~ ~~ ~~_~~i i~..a~ ~_ _~ j~'~~~r Ti _ _ 1(- ~ ~3~t~C~. ~ ~~ 7L . _ ~ --- I~~aC1~~~1IIL1 L~ (_Zl l~~~i]C ~" ~ s~~~'t~ ~f~j~-l .. tm~tIlff _~~ . ~~Reaerelopement DNafd rt(7 ~ 1 ' -- T 1 (~ ~I I \\ p~~~h N ~ -n-j~T~ ~ i_ -~ INTERSTATE ~ j~.;~ -r' ~~ ~.~„ i Q Surveyed P~meh ~ ... _.~ - ~i ~~~CCCYYY o soo ,,oo0 2,000 -,'~ - TLl ~~I~ ~ - ~~ j Source: Mendocino County Planning Team, AppFed Survey Research j Men;h 4, 2008 Pro~ectbn: NAD_B3 CA State Plane tl f Applied Survey Research 14 2008 Clty of Ukiah Housing Conditions Survey Methodology Ukiah Housing Conditions Survey South Redevelopment District Sample ~ r ~ ,~ ;, , _ ~~ ~_~ ?~~r Y t i~ _.~ i . ~~ ~ I f.i~ ~ ~i'~ t ., ~ ~i. , per ~ ,~ ~ i ., ~ '^ ~QP V _.._.._.._.. .t ~ ~" '~P i ~ j ~ ~ ~ I ~, ~ t 1a l bff" , ,~ `r, i „~ ( , ~ ,~ ,~~ '~ 1g1 g i j lo f' ~ _ ~ tied i~~o~@II i ice' L i ~ n l ~ ~:~~ i~}~~{{P.~, 1 ! yp~J - , ~ 1`#il ~ ,i L.....1 ~ a Q rl ~ 1 t ~ ¶~ L i ~ ~ ~ ~ ~ ~ I ~ ~ _ ~ ~ t ~ = ~~ ~1 V ~1 ~'- ~I ~~ i -_ ' ' t... ~s• r ~ l L ~ I I° v f it p p ~ Q ~ ~ ~ ~ . ~.. ~ uw~o ~ I ,, , i I ' I ~,~ I . Legend ~' ~ Ukuh R•develop•mem l)iiaric[ ,~ : ~~ i ~_••, Ulu•h Cey limns ^' 6.-= , Y ~Carrk•1 Ukiah '. , -+- rail roatls s INTERSTATE Q Surnyetl Pereslc ~' ~ Parcel Outlirr 0 750 1,500 3,000 Feet Source: Mendooirro Coumy Plaminq Teem, Applied Survey Research rFebruery 27, 2008 Projection: NAD_83 CA StMe Plana II ;` Applied Survey Research 15 2008 City of Ukiah Housing Conditions Survey Methodologv Applied Survey Research 16 Ukiah Housing Conditions Survey Other City Parcels Sample 2008 City of Ukiah Hous(ng Conditions Survey Methodology Survey Development A specialized survey instrument was designed by the City of Ukiah Development Department (CDD) and Applied Survey Research (ASR) instrument included key elements from the established CDBG Housing Condition Survey developed by the California Department of Housing and Community Development (HCD) in the CDBG Handbook as well as Ukiah specific subcategories that were created to yield data important to the unique concerns and interests of the CDD. The survey included an azea for surveyors to rate their perception of the quality of their evaluation, whether there was evidence of an Planning & Community for the 2008 survey. The accessory dwelling unit or residential garage conversion on the property, the number of vehicles pazked on the property, the prevalence of insulated windows, solaz energy collection devices and the presence of property frontage features ranging from site drainage to sidewalks and gutters. The survey was formatted into a single page survey in a scanable format to ensure data accuracy and integrity. Virtually all questions were closed-ended2 yet there was an area available to researchers to indicate any special comments specific to the parcel inspection. Parcel numbers were used as a document control feature and pazcel maps by tazget zone were provided to all surveyors. The survey instrument is presented in Figure 3 on the following page. ~ Closed-ended questions limit surveyors' answers to the survey. The surveyor can choose from either apre-existing set of dichotomous answers, such as yes/no, or multiple choice responses with an option for "other" to be filled in, or ranking scale response options. Applied Survey Research 17 Home in sound condition, Redevelopment Zone 2008 City of Ukiah Housing Conditions Survev Methodolo y Survey Instrument Figure 3: Survey Instrument for the City of Ukiah Housing Conditions Survey (Office use) r Oo34235322 City.Of Ukiah Housing Conditions Survey ~ ", Shade Circles Like This-> • Name of surveyor: Not Liks This-->~ 1q Dete: / / nme: A. Rate of visiblllty/ accesablllty to site B. LOT #: (8 digits) 1 2 3 4 5 Visibility VACANT O Yes O No O O O O O excellent FOR SALE O Yes O No 1. EXISTING FRONTAGE FEATURES: 1a. Curbs O Yes O No 1b. Gutters O Yes O No 1c. Adequate site drainage O Yes O No 1 d. Paved Street O Yes O No 1e. Sidewalks O Yes O No 1f. Driveway O Yes O No 2. DETERIORATED FENCESNVALLS O Yes O No 3. NUMBER OF CARS PARKED ON W PROPERTY INCLUDING OPERABLE (Draw use) AND NON OPERABLE: 4. STRUCTURE TYPE: (Shade all that apply) O Single Family with Detached Garage L-..L~ O Single Family with Attached Garage ID(nce use) O Duplex O Multi-Family # of units O Other: 5. CONSTRUCTION TYPE: O Wood frame O Masonry O Mobile O Modular O Other. 8. FOUNDATION: O In good condition O Repairs needed O Needs partial foundation L O No foundation /Needs complete foundation Applied Survey Research 7. SIDING/STUCCO: (Shade all that apply) O Does not need repair O Needs re-painting O Needs to be patched and re-painted O Needs replacement and painting O Asbestos /Lead-Based 8. ROOFING: (Shade all that apply) O Does not need repair O Shingles missing O Chimney needs repair O Needs re-roofing O Roof structure needs replacement and re-roofing 9. WINDOWS O No repair needed O Broken window panes O In need of repair (Other than replacement panes) O In need of replacement 10. EVIDENCE OF INSULATED WINDOWS: O Yes O No O DonY know 11. ELECTRICAL O No repair needed O Minor repair O Replace main panel (~ 100 amp or poor conditon) 12. EVIDENCE OF SOLAR O Yes O No COLLECTION: 13. EVIDENCE OF ACCESSORY O Yes O No DWELLING UNITS: 14. RESIDENTIAL GARAGE O Yes O No CONVERSION: 15. OTHER COMMENTS: 18 2008 City of Ukiah Housing Conditions Survey Methodoloav Surveyors In order to ensure a high level of consistency throughout the project, only two surveyors were employed to evaluate the plots sampled. Both aze Ukiah residents with intimate knowledge of the azea and extensive inspection and contractor experience. The lead surveyor has over 30 yeazs of contractor experience and has been certified for the past several yeazs as a Class II State Building Project Inspector by the Division of the State Architect. The assistant surveyor also has over five yeazs of related inspection and building experience. Surveyor Training In mid-December of 2007, Applied Survey Research (ASR) conducted a 2-hour training to further ensure the quality and consistency of the survey process. During the training, standazds of evaluation were established detailing surveyor conduct and guidelines for filling out the survey form. An extensive review of the instrument was completed in order to formalize the conditions that would prompt each response. These criteria are outlined in the next section under the heading "Housing Condition Survey Criteria." After establishing the criteria, surveyors conducted practice runs to test the survey instrument, field logistics, and navigation. Completed surveys were reviewed by the survey foreman before being submitted for data review and entry. Audits of the initial surveys indicated that training was sound and the surveyors had few or no field questions. The quality of the training and the surveyors was further evidenced by the fact that no surveys were rejected for quality control reasons. Housing Condition Survey Criteria In conducting the housing assessments, a standazd set of criteria was applied to each structure to make a determination regarding each category contained on the survey form. These criteria aze explained in detail below. Grading Criteria Visibility/Access to Site -Surveying was limited to street access to private property locations and the reporting elements to be surveyed were reviewed from a sidewalk or street view. In order to better quantify our surveyors self-assessment of their access to a quality site inspection, researchers were instructed to rate the visibility and reliability of their visual inspection of each sample plot. Surveyors rated their assessment quality on a 5 point scale with 5 being "excellent" and 1 being "poor." Vacancy /For Sale -Residential structures were identified as vacant only when obvious indications of untenanted status were evident. Obvious signs of vacancy included: an empty structure, absence of Applied Survey Research tg 2008 City of Ukiah Housing Conditions Survey Methodolo y window coverings, or written notification (i.e. "for rent" signs, etc.) on the premises. When a structure was vacant, it was considered to be "for sale" only if explicit signage indicated this was the case (realtor signs, etc.). Frontage Features - A structure was considered to have "Clubs" if there was a raised portion of pavement between the street and property line, "Gutters" if there was a paved drainage area to the side of the street, "Paved Street" if there was an asphalt surface on the street fronted by the structure, "Sidewalks" if there was a paved area for pedestrian traffic in front of the structure, and "Driveway" if there was some area designed to either provide off-street parking or access to a gazage. Though somewhat difficult to determine during dry weather, a structure was assessed to have "Adequate Site Drainage" if gutters and/or storm drains were present, or if the structure was on high ground. A structure was assessed as not having adequate site drainage if there was no appazent outlet for gathering water, or if there were standing puddles of water present on the property or the street directly in front of the structure. Deteriorated Fences/Walls -Parcels with evidence of deteriorating retaining walls, fencing that is deteriorating from poor fence posts, damaged or missing fence boazds or pickets, or any other significant structural or cosmetic feature that appeared to be in disrepair or not functioning was noted with a "yes." Number of Cars Parked on Property - In many neighborhoods, an excessive number of vehicles pazked on private property can be an indicator of neighborhood blight. Surveyors counted any vehicle pazked on the property whether it was registered or not. No vehicles pazked on the street were included in this count. Structure Type - • "Single Family with Detached Garage" was any single-family dwelling that had an additional structure on the property, unless this structure was obviously used for something other than a gazage (conversion unit, etc.). • "Single Family with Attached Garage" was any single-family dwelling containing an enclosed azea that was attached tc the rest of the dwelling by at least one wall, and which included a large door accessible by automobiles. • "Duplex" was any structure containing two neazly identical residential structures under one roof. Applied Survey Research 20 2008 City of Ukiah Housing Conditions Survey Methodology "Multi-Family"was any structure containing more than two units. An apartment or condominium building would be classified as "Multi-Family." Construction Type -Structures that appeared to utilize standard wood frame construction as a component of their design were classified as "Wood Frame." Structures that utilized some form of brickwork, stonework, or stucco in their design were given the classification of "Masonry." Foundafion -Structures with visible cracks in the foundation were assessed as "Repairs Needed." Structures with visible leaning or instability were assessed as "Needs Partial Foundation," while those with lazge gaps between the structure and the ground were assessed as "No Foundation or Needs Complete Foundation." Siding/Stucco -Structures with cracked or flaking paint were assessed as "Needs Re-painting," while any structure with holes, deep scratches, or other damage to siding was assessed as "Needs to be Patched and Re-painted." Any structure with seriously deteriorated siding or stucco, or with extensive damage to the exterior, was assessed as "Needs Replacement and Painting." "Asbestos or Lead-Based Paint" was selected at the discretion of the surveyors who were licensed state building inspectors. It is well known that most structures built before 1950 almost certainly have lead based paint on them and some form of asbestos insulation. Sometimes this was visible, but more commonly the surveyor made a subjective evaluation of the presence of either condition. Roofing -Structures showing no obvious signs of roofing disrepair were given a rating of "Does Not Need Repair." The grade of "Shingles Missing" was given to structures with shingles missing, as well as those with shingles that were loose or seemed to be in danger of losing shingles. Structures needing chimney repair were graded as such, while structures with seriously degraded roofing materials or those with sagging rooflines were assessed as "Needs Re- roofing." Only structures with seriously dilapidated roofing were graded as "Roof Structure Needs Replacement and Re-roofing." Windows - Structures with windows that were deteriorating were given a grade of "In Need of Repair." Those with outdated and inefficient windows were graded as "In Need of Replacement." Evidence of Insulated Windows -Insulated windows aze a primary energy conservation feature to the modem home. Window replacement is one of the most common rehabilitation efforts undertaken throughout the country. Surveyors were instructed to make a general assessment of the presence of Applied Survey Research 21 2008 City of Ukiah Housing Conditions Survey Methodolo y insulated windows on all or a significant number of windows on the house. Surveyors claimed this was easily noted in their inspections and they were confident with their notations. Electrical -A structure was given a grade of "Minor Repair" if wires were hanging in a visibly disorderly fashion from the structure or the power lines leading to it. Where there was obvious damage or disrepair to the electrical panel, the structure was graded as "Replace Main Panel." Evidence of Solar Collection -Solar energy systems are being promoted and there is a history of leadership in Mendocino County for their deployment. Additionally, solar tax credits and installation financing programs aze planned for the neaz future. Evidence of Accessory Dwelling Units (ADUs) - ADUs aze a very significant component to many affordable housing initiatives and the presence of them in Ukiah is not well documented. Surveyors were asked to identify their prevalence during inspection. Residential Garage Conversion -Residential garage conversions are also a very significant component to many affordable housing initiatives, especially in built-out cities, and their presence in Ukiah was not well documented prior to this project. Thus, surveyors were asked to identify their prevalence during inspection. Surveying Process Two surveyors conducted all surveys. This small pool of surveyors allowed for more consistency in parcel evaluation. While evaluation criteria were cleaz and specific there was always an opportunity for subjective bias to be a factor. This was minimized by the small surveyor pool. Additionally, surveyors typically completed an entire zone by themselves. This resulted in a high level of consistency at a zone level and Citywide. Applied Survey Research 22 2008 City of Ukiah Housing Conditions Survey Methodology Analysis Results were analyzed using the rating system utilized in the Community Development Block Grant (CDBG) Housing Condition Survey which is shown in Figure 5. This rating system designates property as "sound," "minor," "moderate," "substantial," or "dilapidated" according to the composite score it received from the surveyor. Definitions for these conditions are found in Figure 6. The composite score is the sum of sub scores in the following areas: foundation, roofing, siding/stucco, windows, and electrical. Please see Figure 4 for a breakdown of the possible score range for each of these categories. Figure 4: CDBG Sub Score Ranges -.~ Foundation ~ - .- 0.25 Roofing 0-30 SidinglStucco 0-20 Windows 0-10 Electrical 0-10 Figure 6: CDBG Condition Category Definitions Figure 5: CDBG Condition Rating System . ~ ~ Sound .- 0.9 Minor 10.15 Moderate 16-39 Substantial 40-55 Dilapidated 56 and over .~ .. A residential structure that appears new Orwell-maintained and structurally intact. The foundation appears structurally undamaged and the rooflines are straight. Siding, windows, and SOUND doors should be in good repair with good exterbr paint condition. Minor problems such as small areas of peeling paint and/or other maintenance Items are albwable under this category. MINOR MODERATE SUBSTANTIAL DILAPIDATED A residential structure that shows signs of deferced maintenance, or which needs only one major component, such as a roof. A residential structure in need of replacement of one or more major components and other repairs, such as roof replacement, painting, and window repairs. A residential structure that requires replacement of several major systems and possible other repairs (e.g., complete foundation work, root structure replacement and re-roofing, as well as painting and window replacement). A residential structure suffering from excessive neglect, where the building appears structurally unsound and maintenance is non-existent, not fit for human habitation in its current condi5on, may be considered for demolition a at minimum, major rehabilitation will be required. Applied Survey Research 23 2008 City of Ukfah Housing Conditions Survey Findings and Analysis Survey Findings and Analysis Projected Citywide Results The following section highlights the findings of the City of Ukiah Housing Conditions Survey. Results are displayed in percentages of the tazgeted residential parcels and the projected number at both City and zone levels. The survey sample was used to estimate the number of pazcels that were represented in each of the measurement categories. These projections aze based on a statistical estimate of a 95% confidence leveU--S% mazgin of error. Housing Structure Of the housing stock in the City of Ukiah, 82% (3,198 units) is made up of single family homes, 2,347 units (60%) with an attached garage and 851 homes (22%) with a detached gazage. • An additiona1266 residential units (7%) are duplexes, 281 (7%) are multi-family dwellings and 172 (4%) are some "other" type of housing unit. Housing Construction • Virtually all homes in the City of Home in sound condition vrith a wooden frame, Redevelopment Zone Ukiah (3,858 of 3,905 plots) aze wood framed versus masonry, modular, or some other type of construction. Applied Survey Research 24 2008 Ci[y of Ukiah Housing Conditions Survey Findings and Analysis CDBG Housing Conditions Figure 7: z,soo 2,000 1,500 1,000 500 0 Ir Dilapidated ^ Substantial Moderate ^ Minor R Sound Total Sample N = 897. Total Projected N = 3,905. Note: 95% Confidence Interval +/- 3% for "Sound,° +/- 2% for "Minor" and "Moderate; 2% Upper Bound for "Substantial " • About 1,445 units, or 37% of the housing stock, need "moderate," "substantial" or "minor" repairs. • Approximately 914 homes (23%) need "minor" repairs and 496 (13%) need "moderate" repairs. CDBG Housing Condition Subcategories Home needing minor repairs, Redevelopment Zone Figure 8: Projected Citywide Foundation Conditions No foundationMeeds complete foundation 0.6°k 5 23 Needs partial foundation 1.6°k t4 62 Repairs needed 0.2°k 2 8 In good condition 97.7% 875 3,815 Total N 896 3,905 • Foundations were generally very sound from the simple visual inspection conducted. Surveyors looked for evidence of cracking buckling and sagging. Number and Percent of Projected Citywide Units in Each CDBG Condition Category z,aFo Applied Survey Research 25 2008 City of Ukiah Housing Condltions Survey Findings and Analysis Figure 9: Projected Citywide Siding/Stucco Conditions AsbestoslLead-based paint 0.3% 3 12 Needs replacement and painting 0.9% 8 35 Needs to be patched and re-painted 7.1 °~ 64 277 Needs re-painting 17.7°k 159 691 Does not need repair 74.0°k 664 2,890 Total Sample N: Multiple response question with 897 respondents offering 898 responses. Total Projected N = 3,905. There seems to be strong evidence that many structures need painting and some repair. It was challenging to determine the existence of lead-based paint or presence of asbestos from the curbside inspections. Surveyors were conservative in their evaluations even though it was likely older homes had both conditions. Figure 10: Projected Citywide Roofing Conditions .. Roof sWcture needs replacement and re-roofing 0.2°~ , - ,. 2 . • -. ,. g Needs re-roofing 19.0°k 170 742 Chimney needs repair 5.7°k 51 223 Shingles missing 5.2% 47 203 Dces not need repair 74.0°k ggq 2 890 Sample N: Multiple response question with 897 respondents offering 934 responses. Total Projected N = 3,905. Roofing was an area of greatest need throughout the City with 26% of all properties needing some form of roofing or chimney repair. Surveyors were very consistent in their evaluations of this feature. Figure 11: Projected Citywide Window Conditions In need of replacement 0.9°k 8 35 In need of repair (other than replacement panes) 11.0% 98 430 Broken window panes 2.6% 23 102 No repair needed 85.6°k 764 3,343 Total N 893 3,905 Note: i orals may not equal 100% due to rounding. Window repair or replacement was noted for 567 residential parcels and 2,183 parcels did not cleazly show evidence of insulated windows (see Figure 13). This is an azea of considerable rehabIlitation/upgrade interest for property owners. Appi(ed Survey Research 26 2008 City of Ukiah Housing Conditions Survey Findin sand Analysis Figure 12: Projected Citywide Electrical Conditions • Electrical service panels represent significant health and safety issues. The results of this survey indicate that 18% of all residential pazcels need to have their main panel replaced. This is a significant number and represents a significant expense for property owners. Additional Housing Characteristics Figure 73: Projected Citywide Characteristics Not Included in the Overall CDBG Condition Score For sale Vacant Evidence of solar collection Accessory dwelling units Residential garage conversion Evidence of insulated windows Total Sample N: For Sale = 895, Vacant = 896, Solar Collection = 897, Accessory Dwelling Units = 897, Garage Conversions = 897, Insulated Windows = 897. Total Projected N: 3,905. 22 Applied Survey Research 27 Note: Totals may not equal 100% due to rounding. Home needing moderate repairs, Redevelopment Zone 0 200 400 600 800 1,000 1,200 1,400 1,600 1,800 2008 Clty of Ukiah Houslng Conditions Survey Findlnas and Analysis Frontage Features Figure 14: Projected Existing Citywide Frontage Features Sidewalks Gutters Curbs Adequate site drainage Paved street Driveway "~ F Units without Feature Units with Feature 0 1,000 2,000 3,000 4,000 5,000 Total Sample N: Driveway = 895, Sidewalks = 895, Paved Street = 896, Ske Drainage = 896, Gutters = 896, Curbs = 896. Total Projected N = 3,905. • Approximately 1,125 houses (29%) in Ukiah have deteriorated fences/walls on the property. • There does appear to be a number of properties without sidewalks, gutters or curbs. It is unknown if this is considered a rehabilitafion area of interest. Vehicles Parked on Property Figure 15: Projected Number of Cars Parked on Properly Including Operable and Non Operable Vehicles 0 22.7°k 203 886 1 42.8°h 383 1,671 2 23.3°k 208 910 3 5.6°k 50 219 4 2.6°h 23 102 5 or more 2.9% 27 113 Total N 894 3,905 Note: Totals may not equal 100% due to rounding. • The highest percentage of properties had one car pazked on the premises (43%). • Zero cars and two cazs were the next most frequent amount of vehicles pazked on private property (23% each). Applied Survey Research 28 2008 City of Ukiah Housing Conditions Survey Findings and Analysis Projected Results by Zone CDBG Housing Conditions Figure 16: Number of Projected Units Meeting Each of the CDBG Housing Conditions by Zone 1,250 1,072 1,000 i3 750 487 500 405 143 217 141 246 267 250 0 0 0 5 17 13 0 , : <. a Dilapidated substantial Moderate Minor Sound R Central Zone ^ Redevelopment Zone C+ther lone Figure 17: Percentage of Projected Units Meeting Each of the CDBG Housing Conditions by Zone 100% 68.0% 75% 62.7% 55.3% 50% 16.2% 27.9% 23.7% 20.3% 2596 12.7% 10.7% 0.0% 0.0% 0.0% 0.6% 1.0% 1.0% 0% Dilapidated Substantial .Moderate Minor Sound ~ Central Zone ^ Redevelopment Zone l)ther Zone Total Sample N=897. Total Projected N: Central Zone = 880, Redevelopment Zone = 1,710, Other Zone = 1,315. Note: Central Zone data: 95% confidence interval +/_ 7% for "sound," +/- 6% for "minor," +/_ 5% for "moderate," and an upper bound of 26 (3%) for "substantial." Redevelopment Zone data: 95% confidence interval +/- 4% for "sound," +l- 4%f0r "minor, +/- 3% for "moderate," and an upper bound Of 51 (3%) for °substantial "Other Zone data: 95% confidence interval +/- 5% for "sound," +/- 4% for "minor," +/- 3% for "moderate," and an upper bound of 39 (3%) for "substantial' • In the Central Zone, 46% (394) of houses need "moderate," "substantial" or "minor" repairs. • In the Redevelopment Zone, 37% (639) of houses need "moderate," "substantial" or "minor" repairs. • In the Other Zone: 32% (421) of houses need "moderate," "substantial" or "minor" repairs. Applied Survey Research 29 2008 City of Ukiah Housing Conditions Survey Findin sand Analysis Housing Structure • Housing structure type varies by zone within the City of iJkiah. The Redevelopment Zone has the most diversity of housing types and is the only zone with a substantial number of duplexes (243, 14%) and multi-family homes (222, 13%). Housing units in the Central and Other Zone are almost entirely single family homes (93% and 96%, respectively). When broken down by gazage type, the Other Zone had a much smaller percentage of units with detached garages (9%) than did the Central Zone (51%). Figure 78: Number of Protected Units with Each Structure Type by Zone Single family with detached garage Single family with attached garage Duplex Multi-family Other r1t Central Zone ^ Redevelopment Zone 'Other Zone Figure 19: Percentage of Projected Units with Each Structure Type by Zone Single family with detached garage Single family with attached garage Duplex r. Central Zone ^ Redevelopment Zone " Other Zone Multi-family Other Total Sample N: Central Zone = 178, Redevelopment Zone = 415, Other Zone = 300. Total Projected N: Central Zone = 880, Redevelopment Zone = 1,710, Other Zone =1,315. Note: Totals may not equal 100% due to rounding. Applied Survey Research 30 0 500 1000 1500 0% 50% 100% 2008 City of Ukiah Housing Conditions Survey Findings and Analysis CDBG Housing Condition Subcategories Figure 20: Projected Foundation Conditions by Zone No toundaOonMeeds complete foundation 1.1°k ~- 70 -.- •.. 0.7°h ,• 12 • 0.0°h ° .• 0 Needs padial foundation 4.5% 40 0.7% 12 1.0°h 13 Repairs needed 0.6°k 5 0.2% 3 0.0% 0 In good condifion 93.9°~ 826 98.3°~ 1,681 99.0% 1,302 Total N 179 880 417 1,710 300 1,315 Note: Totals may not equal 100% due to rounding. Figure 21: Projected SidinglStucco Conditions by Zone AsbestoslLead-based paint 0.6°~ .- 5 0.5°~ .• 9 0.0°k .• D Needs replacement and painting 0.0°k 0 1.2% 21 1.0% 13 Needs to be patched and re-painted 6.7°~ 59 6.0°k 103 9.0% 118 Needsre-painting 15.1°k 133 21.1°h 361 14.7% 193 Does not need repair 77.7% 684 71.5°k 1,223 75.3°b 990 Total Sample N: Central Zone: 179 oases, 179 responses; Redevelopment Zone: 418 rases, 419 responses; Other Zone: 300 cases, 300 responses. Total Projected N: Central Zone = 880, Redevelopment Zone = 1,710, Other Zone = 1,315. Note: Totals may not equal 100% due to rounding. Figure 22: Projected Roofing Conditions by Zone Roof sWcture needs replacement and re-roofing 0.0°~ ~- 0 •~• • °, 0.5% ,~ 9 0.0% .- 0 Needsre-roofing 20.1°h 177 21.5°,6 368 14.7% 193 Chimney needs repair 8.4°h 74 4.3% 74 6.0% 79 Shingles missing 4.5% 40 5.3% 91 5.7% 75 Does not need repair 72.6°k 639 71.5% 1,223 78.3% 1,030 Total Sample N: Central Zone: 179 cases, 189 responses; Redevelopment Zone: 418 cases, 431 responses; Other Zone: 300 cases, 314 responses. Total Projected N: Central Zone = 880, Redevelopment Zone = 1,710, Other Zone = 1,315. Note: Totals may not equal 100% due to rounding. Applied Survey Research 31 2008 City of Ukiah Housing Conditions Survey Findin sand Analysts Figure 23: Projected Window Conditions by Zone •.~ ~ °. ~ ° °- ,. . ~, In need of replacement 0.0°h 0 0.7°~ 12 1.7°k 22 In need of repair 16.9°k 149 9.4°k 161 9.7% 128 (other than replacement panes) Broken window panes 1.1°k 10 3.9°~ 67 1.7% 22 No repair needed 82.0% 722 86.0°k 1,471 87.0°k 1,144 Total N 178 880 415 1,710 300 1,315 ,~...a. ~ ~,a,~ ,,,ay nui ayuai i uu7o aue to rounamg. Figure 24: Projected Electrical Conditions by Zone Vacancy and For Sale Figure 25: Number of Projected Units Vacant and Number of Projected Units For Sale by Zone 50 49 central Zone 25 0 tedevelopment Zone )ther Zone Total Sample N: Vacant: Central Zone = 179, Redevelopment Zone = 418, Other Zone = 299. Total Sample N: For Sale: Centre) Zone = 179, Redevelopment Zone = 417, Other Zone = 299. Total Projected N: Central Zone = 880, Redevelopment Zone = 1,710, Other Zone = 1,315. Appl(ed Survey Research 32 ~w°e. ~ uims may not equal iuu%aue to rounding. Vacant For sale 2008 City of Ukiah Housing Conditions Survey Flndings and Analysts Housing Characteristics Not Included in the CDBG Conditions Score Figure 28: Projected Solar Collection by Zone fr Central Zone is ~17 ^ Redevelopment Zone Other Zone .,... ~a6~`4 ".. 43 0 25 50 75 100 Total Sample N: Central Zone = 179, Redevelopment Zone = 418, Other Zane = 300. Total Projected N: Central Zone = 880, Redevelopment Zone = 1,710, Other Zone = 1,315. Figure 27: Projected Accessory Dwelling Units by Zone 1[ Central Zone 167 ^ Redevelopment Zone Other Zone 79 0 100 200 300 Total Sample N: Central Zone = 179, Redevelopment Zone = 418, Other Zone = 300. Total Projected N: Central Zone = 880, Redevelopment Zone = 1,710, Other Zone = 1,315. Figure 28: Projected Residential Garage Conversion by Zone e'' Central Zone 148 ^ Redevelopment Zone 233 ~• Other Zone r~~ et:,„?' ;~ . 227 0 100 200 300 400 Total Sample N: Central Zone = 179, Redevelopment Zone = 418, Other Zone = 300. Total Projected N: Central Zone = 880, Redevelopment Zone = 1,710, Other Zone = 1,315. Applied Survey Research 33 2008 City of Ukiah Housino Conditions Survey Findin sand Analysis Figure 29: Projected Use of Insulated Windows by Zone `'e ~, a Central Zone 315 763 ~ Redevelopment Zone Other2one d i }. F -,~ `-a.. ,~y~4+.,~,-~*.1~~ 640 0 250 500 750 1000 Total Sample N: Central Zone = 179, Redevelopment Zone = 418, Other Zone = 300. Total Projected N: Central Zone = B80, Redevelopment Zone = 1,710, Other Zone = 1,315. Frontage Features Figure 30: Projected Frontage Features by Zone 880 8 Central Zone Driveway 3,707 (Projected N=880) ,,;,; 1,302 ^ Redevelopment Zone 667 (Projected N=1,710) Sidewalks 1,575 Other Zone (Projected 1,180 N=1,315) 875 Paved street 1,701 [t,. ;,;. - 1,306 Adequate site 880 drainage 1,69s ,. .~ _ , u 1,293 777 Gutters 1,595 ,... a' 1,180 772 Curbs 1,599 suy 1.184 0 500 1,000 1,500 2,000 Applied Survey Research 34 2008 City of Ukiah Housing Conditions Survey Findings and Analysis Fences and Walls • In the Central Zone, 241 units (27%) have deteriorated fences/walls on their property. This compazes to 508 units (30%) in the Redevelopment Zone and 372 units (28%) in the Other Zone. Vehicles Parked on Property Figure 31: Projected Number of Cars Parked on Property Including Operable and Non Operable Vehicles by Zone 0 18.4°~ .• 162 -~• •.~ 18.8% .- 321 30.7% ,. 404 1 33.5°h 295 46.7°~ 799 43.0% 565 2 35.2% 310 22.4°k 383 17.3% 227 3 6.7% 59 5.3°k 91 5.3°k 70 4 3.4°k 30 2.9°h 50 1.7°h 22 5 or more 2.8% 25 3.6% 62 1.9% 25 Total N 179 880 415 1,710 300 1,315 Note: Totals may not equal 100% due to rounding. • The Other Zone had the highest percentage of properties with no cars (31 %) compazed to the Redevelopment Zone (19%) and the Central Zone (18%). • Less than 4% of the properties in each zone had five or more cazs. Applied Survey Research 35 Home in sound condition, Other Zone 2008 City of Ukiah Housing Conditions Survey Recommendations Recommendations The original goals of the 2008 Ukiah Housing Conditions Survey were specific and cleaz: i. Comply with City General Plan Housing Element requirements and provide information to more effectively implement and update the Element. z. Document the current status of housing conditions within the City's various neighborhoods. 3. Determine housing needs and identify and select appropriate strategies for meeting the needs. 4. Provide information to target and support funding applications, thereby increasing competitiveness for state and federal funding programs. The first two goals have been accomplished in this report as outlined above. It is important to note that the survey findings detailed here aze slightly different than the City Building Inspector's windshield survey of Mazch, 2003. In 2003, the housing conditions results were summarized as follows: 30 percent required minor repairs to roofs, eaves, windows and siding. • 15 percent required substantial rehabilitation to the foundations, structural repairs, and/or replacement of windows and doors, and siding. • 8 percent were dilapidated and could perhaps not be economically rehabilitated. The more rigorous statistical sampling approach utilized in this City of Ukiah project indicated that 26% of residential roofs need repair/replacement, 15% of windows need attention, and 26% of home siding/stucco needs repair or painting. Additionally, 2% of all foundations need significant repair and 45% of properties have some electrical issues. Yet, 2008 results indicate that there aze virtually no dilapidated properties within City limits and very few properties that could not be rehabilitated economically. Considering that over 77% of City's housing stock is more than 25 years old,3 the 2008 Housing Conditions Survey validates that renovation, rehabilitation and maintenance of the existing housing stock should be a key component of the City's housing plan. In addition to validating renovation, rehabilitation, and maintenance practices, the results of this project also highlight opportunities for housing improvements that would address the important issues of energy conservation and City build-out. The presence of solar collection devices and insulated windows were used in this study as proxy measures for energy efficiency. Cunently, only about 2% of the City's s U.S. Census Bureau, 2000 Census. Applied Survey Research 36 2008 City of Ukiah Housing Conditions Survey Recommendations housing stock is utilizing solar energy. Many more homes have insulated windows; yet, over half of all residential properties (54%) do not have insulated windows. This underlines a possible azea of focus for community energy usage awazeness and/or renovation efforts. The Planning & Community Development Department has specified that the City of Ukiah is nearing build-out. If the City chooses to focus on infill development and redevelopment, accessory dwelling units and gazage conversions programs are ways to address the limited building space available in Ukiah. There does appear to be interest in the community to pursue these options as noted during the 2008 survey. Survey results indicate that property owners presently have undertaken garage conversions (16%) and accessory dwelling units (9%), with or without appropriate building approvals. The City may want to consider promoting these types of auxiliary dwellings in the future. While the City's housing needs are clear and documented in this report, the level of willingness on the part of property owners to support or participate in any City sponsored or coordinated housing programs in unknown. Moreover, almost all programs require the property owner to accept at least some financial burden. Many programs are low-interest-rate-based, offer tax-incentives, and/or are encumbered with significant eligibility and oversight requirements that deter participation and interest. It may be useful for the City to query property owners about their willingness to participate in certain programs that aze most likely to be funded and available to City residents. This could be achieved through processes such as a mail survey and community meetings, and would help the City better focus its efforts in making rehabilitation or renovation programs available to its property owners. Should the City decide to organize the availability of rehabilitation or renovation programs for property owners there aze a number of existing programs and resources from state, federal and other organizations. While the state's HCD office appeazs to be the most frequent fonder of such programs, there aze a number of other options available to the City that reflect its rural character, historical neighborhoods, aging housing stock, and need for affordable housing. The following table lists various programs and initiatives that the City may wish to review in greater detail. Included in the table for each entry is the sponsoring organization, the specific program or resource, and the website address where more detailed information and application requirements can be found. An initial review of these programs indicates that the City of Ukiah appeazs to be an excellent candidate and now has current data that demonstrate need and eligibility. Fulfilling the final goals of the Housing Conditions Survey, the following programs are presented for review and evaluation. Applied Survey Research 3~ 2008 City of Ukiah Housing Condltlons Survey Recommendations Potential Housing Funders and Resources California Dept. of Housing Various funding options; a funds available calendaz is www.HCD.ca.eov and Community Development (HCD) available at: www.HCD.ca.eov/fa/ Instructions on how to rehabilitate housing stock httn://www.hcd.ca. eov/fa/cdbe/funds/colonia/4 Housine _ Rehabilitation.ndf US Department of Housing and Urban Development (HUD) 203 (k) Rehabilitation Program Title I Program CDBG's www.hud.eov US Department of Housing Best Practices for Effecting the Rehabilitation of htto://www.huduser.org/n and Urban Development Affordable Housing. ublications/afthse/bestpra (~D) ctices.html Rural Development Various resources htto://www.rurdev.usda.e Housing & Community Facilities Programs (RDHCF) i.e. Home Repair Loan and Grant Program (more information on website) O°/rte/ Office of Historic Various grant options listed at: htro://ohn.narks.ca.eov/ Preservation(OHP) http://ohp.pazks.ca.gov/?page_id=22]74 California Housing Finance HELP Program htto://www.calhfa.ca.eov/1 Agency (Ca1HFA) (Housing Enabled by Local Partnerships) ocalities/heln/index.htm National Housing & Rehabilitation Association's J. Timothy Anderson Awards for Excellence In Historic Rehabilitation http://www.housine mine. com/TimmvAwazds/tabid/ ~ & ~) 725/Default.asnx Applied Survey Research 38 2008 City of Ukiah Housing Conditions Survey Recommendations Rural Communities Local housing nonprofit that could become involved in htto://rchdc.ore/ Housing Development rehabilitarion process: Corporation (RCHDC) RCHDC's mission is to "provide decent, affordable housing to low and moderate income persons." Community Foundation of Community Enrichment Grant program htto://www.communitvfou Mendocino County nd.ore/~ants/erant- (CFMC) scholar-index.html The Ford Street Project Funding for Transitional housing httn://fordstreet or¢/hous (FSP) ine.html National Low Income Resource for housing related data and information httn://www.nlihc.ore/te Housing Coalition mnlate/index.cfm (NLIHC) Santa Cruz City Housing Information on a successfully implemented ADU htM://www.ci.santa- and Community program: cruz.ca.us/nl/hcd/ADA/a Development (SCCHCD) "Accessory Dwelling Unit Manual" du.hhnl htto://www.ci.santa- cruz.ca.us/nl/hcd/ADU/PDF/ADU Manual ndf (Program won the 2005 AIA honor award for regional and urban design) City of Fort Bragg Example of City that has a rehabilitation program in htto://City fortbraee ~co/ place: oases/viewnaee.llass?na The City of Fort Bragg provides grants and loans for gename=4~HoHousi%20 housing rehabilitation. The Housing Rehabilitation Loan Rehab Program assists the low-income homeowner with grants and low interest loans for repairs to their home. Applied Survey Research 39 ITEM NO: lob MEETING DATE: Mav 7. 2008 AGENDA SUMMARY REPORT SUBJECT: MEAD & HUNT PROPOSAL FOR OPERATIONS PLAN FOR LAKE MENDOCINO POWER PROJECT On April 16, 2008, the City Council approved a Single Member Services Operating Agreement (Operating Agreement) for the Lake Mendocino Power Project (Project) with the Northern California Power Agency (NCPA). Under this Operating Agreement NCPA requires written authorization for each service requested. The service requested in this staff report is a written Operations Plan for the Project to be utilized by the NCPA Dispatch Operations Center. Operation of the Project is influenced by several existing licenses, permits, and agreements with various agencies and stakeholders. These entities include the Federal Energy Regulatory Commission (FERC), United States Army Corps of Engineers (USAGE), National Oceanic and Atmospheric Administration (NOAH), California Department of Fish & Game (CDFG), Sonoma County Water Agency (SCWA), and the Mendocino County Russian River Flood Control and Water Conservation Improvement District (MCRRFCWCID). The goal of the Operations Plan is to maximize power production while complying with the FERC license conditions and the requirements of the other agencies and stakeholders. Continued on Page 2 RECOMMENDATION: Authorize NCPA to enter into an agreement with Mead & Hunt as outlined in the attached proposal. ALTERNATIVE COUNCIL OPTIONS: Redirect staff. FUNDING: Amount Budgeted $500,000 Account Number Additional Funds Requested 800.5536.250.000 None Citizens Advised: NA Requested by: Liz Kirkley, Electrical Distribution Engineer; NCPA Prepared by: Liz Kirkley, Electrical Distribution Engineer Coordinated with: Pat Thompson, Interim City Manager; David Rapport, City Attorney; Mike Keller, Interim Electric Director Attachments: 1. Mead & Hunt Proposal dated April 10, 2008 _ J Approved: ~'(/ U ~-_ Fiat Thompson, Int " im City Manager NCPA requested a proposal (see Attachment 1) for the Operations Plan work from Mead & Hunt. Mead & Hunt has familiarity with the Project as a result of their work involving the Tainter Gate redesign along with their dealings with the agencies listed above. In addition, Mead & Hunt had revised the Operation and Maintenance Procedure and Emergency Action Plan for the Project as part of the work performed for the Tainter Gate redesign. Staff is seeking Council approval for the Mead & Hunt Proposal as attached in the amount of $36,506. If approved by the Council, these charges will be invoiced to the City by NCPA via the Operating Agreement as apass-through charge without mark-up. AttGC:l~rment # 1 .~ ,. ,;; ,:. April 10, 2008 Mr. Hari Modi Northern California Power Agency 180 Cirby Way Roseville, California 95678 Subject: Operations Plan for Lake Mendocino Power Project Dear Mr. Modi: Mead & Hunt, Inc. (Mead & Hunt) is pleased to submit this proposal for the above-referenced project. Project Understanding This proposal is based on Northern California Power Agency's (NCPA) request for proposal to formulate an operations plan for the Lake Mendocino Hydroelectric Project (Project). The request was from Hari Modi to Mead & Hunt. Lake Mendocino Hydroelectric Project is licensed by the Federal Energy Regulatory Commission (FERC) and owned by the City of Ukiah (Ukiah), a member of NCPA. The Lake Mendocino Hydroelectric Project derives its water and head for power generation from Lake Mendocino, created by Coyote Dam. Coyote Dam is owned and operated by the United States Army Corps of Engineers (USAGE). Ukiah has requested that NCPA operate the facility on its behalf. Releases from the Lake are controlled exclusively by the USAGE and by Sonoma County Water Agency (SCWA). Project operations need to be performed so that water released from the water storage pool meets minimum in-stream flow requirements mandated by the Water Resources Control Board (WRCB) Decision No. 1610, taking into account diversions to meet water rights, including those held by the Mendocino County Russian River Flood Control and Water Conservation Improvement District. There is no separate agreement with the District. Operation of the project is influenced by several existing licenses, permits, and agreements with various agencies and stakeholders. These entities include FERC, USAGE, National Oceanic and Atmospheric Administration (NOAA), Califomia Department of Fish R Game (CDFG), and SCWA. While in Power Generation Mode (when the outlet facility is pressurized for power generation), there are five separate outlets that can discharge water from the reservoir. Those outlets include two hydroelectric turbines, the 108-inch cone valve, the 54" cone valve, and the 18-inch gate valve. The operating characteristics of each of the outlets either operating separately orjointly must be considered in the development of the operation plan. The goal of the operations is to maximize power production while complying with the FERC license conditions and the requirements of the other agencies and stakeholders. U,9ir,~ n<ni,nmid<' I~buuJr,l 19011 Mr. Hari Modi April 10, 2008 Page 2 The goal of the operations is to maximize power production while complying with the FERC license conditions and the requirements of the other agencies and stakeholders. We understand that NCPA is interested in receiving our proposal to meet this goal. The operation plan must be tailored to enable the NCPA Dispatch Center to operate the project smoothly and without having to refer to the various requirements in different places. NCPA arranged a meeting with Mead and Hunt on March 25, 2008, to fully explain its expectations. Scope of Services After receipt of authorization to proceed, Mead & Hunt shall conduct: Task 1.0-Determining Operating Constraints Mead 8 Hunt will conduct a comprehensive review of the existing licenses, agreements, and operations related documentation that have a bearing on operation of the Project. These include: 1. FERC license 2. Operations & Maintenance (O&M) Agreement and Lease Agreement between the City of Ukiah and USACE 3. Memorandum of Agreement between NOAA and the City of Ukiah 4. Memorandum of Agreement between USACE, SCWA, and the City of Ukiah 5. Emergency Action Plan 6. Decision 1610 7. SCWAflowrequirements 8. Tainter Valve Operations and Maintenance Manual At least two of these documents are in the process of being updated by the various parties involved. Mead 8 Hunt will review and appropriately incorporate both versions of the document into the operations plan as directed by NCPA as to which document controls if there are conflicting issues. Additionally, Mead and Hunt will utilize the available performance indices of turbines and valves to assess their characteristics at various flows and the reservoir levels. Nameplate data for the turbines antl valves will be obtained to determine if supplemental information is available from manufacturers. Additional facility operations information (such as pressure gage locations, existing measurement points, etc.) will be obtained from NCPA and City personnel. General physicaVmechanical constraints not captured by documented data will be gathered via interviews with operations staff. Mead & Hunt will utilize the information from the U.S. Geological Survey (USGS) stream gage downstream of the project as a reference in the development of the operation plan. This task assumes one trip to the City of Ukiah to talk with operations personnel, gather necessary data from the City, and visit the project site to obtain any site-specific information necessary for preparation of the Operations Plan. ILsacdlADMi20081WR'~0003f-00.080011Task 95 -NCPA Lake Mendocino Operatans PIanICFEE1MOdi Letter Proposal 033 f 08.doc Mr. Hari Modi April 10, 2008 Page 3 We have estimated 80 hours and $9,712 for this task. The findings of this task will be documented in a draft report and provided to NCPA for verification. These findings will form the basis far the operations plan. Task 2.0 -Prepare Operations Plan Mead & Hunt will prepare the operations plan with the purpose of providing guidance to the operations personnel in operating the facility in compliance with the various conditions while maximizing power production. The plan will contain appropriate tables and procedures to determine the settings needed for each outlet to achieve the flow requirements. Project operations constraints and responsible parties will be summarized in the plan to make this information readily available and easily accessible to the operators. The operations plan will be in the form of the plan document with the supporting documentation as attachments (agreements and pertormance indices for each outlet). Characteristics of the project hydraulics of the system can be complicated and may be difficult to accurately define due the following factors: • The outlet characteristics are mainly theoretical and based on either mathematical or physical model studies of the cone valves and hydroelectric turbines prior to their manufacture. Although we may find that some field testing of the actual units may have occurred, the level of accuracy of that testing is limited by the ability to isolate each device and accurately measure its discharge at both varying settings and varying heads. In addition, the outlets have operated for a number of years and normal wear can change the characteristics. • Since all of the outlets share common conveyance facilities, the head at each outlet will vary depending on the flow through the other outlets, as increased total flow will result in larger head losses. This is further complicated by the physical configuration of the plenum chamber. It is possible that, depending on which combination of units is operating, there could be different amounts of head loss for any given flow depending on the outlets being used to pass that flow. Due to this complexity, we will initially issue a copy to NCPA for review and comment. Once we have reviewed and incorporated the appropriate comments, we will issue a Working Draft. We propose that NCPA operate the facility utilizing the Working Dratt for a period of 6 months to 1 year to observe the degree of inaccuracies of the hydraulic components. We will issue a final version of the Operation Plan incorporating the results of the observation following a review and discussion of the observed data. The document so produced after the fine tuning will be considered the final plan. Mead & Hunt will be available for further modifications to the plan if NCPA so desires in the future for an additional fee. Mead & Hunt proposes to provide only an electronic copy of the Review and Comment version of the Operation Plan. We will provide an electronic copy plus 3 hard copies of the Working Draft and the final version of the Plan. ILsacdIADM12008{WR100031-00-080011Task 95 •NCPA take Mendocino Operations PIanICFEEIModi Letter Proposal 033T08.doc Mr. Hari Modi April 10, 2008 Page 4 We have estimated 128 hours and $13,658 for this task. Task 3.0 -Computer-Based Operations Tool (Optional Task) If requested by NCPA, Mead 8 Hunt will provide aspreadsheet-based model that your operations personnel can use to calculate the necessary settings for the valves and turbines given the flow and available outlets within the operating criteria for the project. The model will be created in MS Excel using necessary macros to function in auser-friendly manner. Under this option, the operations tool will be provided along with the Preliminary, Draft, and Final Plan, updated appropriately between each version. We have estimated 88 hours and $10,400 for this optional task. Task 4.0 - Pr%ct Management Mead 8 Hunt will provide appropriate project management to manage the budget, schedule and deliverables. Deliverables Mead & Hunt will provide the following deliverables: • Technical memorandum with basis of operations plan • Copies of the Review and Comment, Working Draft, and Final Operation Plan including a summary and compilation of project-related licenses and agreements, pertormance data for turbines and valves, and other pertinent information. • Data collection criteria to accompany the Draft Operations Plan to facilitate fine tuning the plan and production of the Final Operations Plan. • Computer-based operations spreadsheet tool (Optional). Responsibilities of Northern California Power Agency Our Scope of Services and Compensation are based on NCPA performing or providing the following: • A designated representative with complete authority to transmit instructions and information, receive information, and define decisions. • Access to the project site and arrange for Mead & Hunt interviews with personnel. • Available data, drawings, and information related to the project. • Review of draft reports within two weeks of receipt. • Protection of Mead &Hunt-supplied digital information or data, if any, from contamination, misuse, or changes. • Access to copies licenses and agreements, where available. IlsacdWDM120081WRI00031-00-08007 {Task 95 -NCPA Lake Mendocino Operations PIanICFEEwlotli Letter Proposa1033108.doc Mr. Hari Modi April 10, 2008 Page 5 • Access to any recorded gage data pertaining to system operation. Compensation The work described under the Scope of Services will be pertormed on atime-and-expense basis in accordance with the Mead & Hunt Standard Billing Flate Schedule, which is attached and made part of this proposal. The estimate of probable engineering cost of services is shown below. Task 1: Determining Operating Constraints ..........................................................................$9,712 Task 2: Formulating Operations Plan ......................... .....................$13,658 .................................... Task 4: Project Management .................................................... ......................$2,736 ....................... Total :................................................................................. ... $26,106 ............................................... . Task 3: Creating Management Tool (Optional) ...................................................................$10,400 Schedule The Review and Comment version of the Plan and computer-based operations spreadsheet tool will be completed 8 (eight) weeks after the notice to proceed. The Working Draft will be completed within 3 (three) weeks of obtaining both operational data for various operations scenarios and notice from NCPA to update the plan. IlsacdlADM12p081WR10003 7-00-080011Task 95 ~ NCPA Lake Mendocino Operations PIanICFEE1Modi Letter Proposal 0.?3108. doc Mr. Hari Modi April 10, 2008 Page 6 Authorization The Scope of Services and Compensation stated in this proposal are valid for a period of thirty (30) days from date of submission. If authorization to proceed is not received during this period, this proposal may be withdrawn or modified by Mead & Hunt. Signatures of authorized representatives of NCPA and Mead 8 Hunt shall convert this proposal to an Agreement between the two parties, and receipt of one signed copy shall be considered authorization to proceed with the work described in the Scope of Services. We appreciate the opportunity to submit this proposal to Northern California Power Agency. Respectfully submitted, MEAD 8 HUNT, Inc. Eric A. Van Deuren Vice President, Water Resources Attachment Accepted by: NORTHERN CALIFORNIA POWER AGENCY By: Name: Hari Modi Title: Manager Regulatory and Environmental Compliance Program The above person !s authorized to sign for Client and bind the Client to the terms hereof. Approved by: MEAD & HUNT, INCA t-/f ~ .i / c1 Name: Eric A. Van Deuren Title: Vice president Water Resources Date: Date:~.0.2~F' ~~ aC-~ ~r IlsacdlADMI200BIWH100031-00-080011Task 95 -NCPA Lake Mendocino Operations P/anICFEEIModi Letter Proposal 033108,doc MEAD 8 HUNT, Inc. Standard Billing Rate Schedule Effective January 1, 2008 Standard Billing Rates Clerical .............................................................................................................................. ...$56.00 /hour Interior Designer, Technical Editor ................................................................................... ...$80.00 /hour Senior Editor ..................................................................................................................... . $128.00 /hour Registered Land Surveyor ................................................................................................ . $100.00 /hour Accounting, Administrative Assistant ................................................................................ ... $68.00 !hour Technician I, Technical Writer .......................................................................................... ... $68.00 /hour Technician II, Surveyor -Instrument Person .................................................................... ...$80.001 hour Technician III .................................................................................................................... ...$92.00 /hour Technician IV .................................................................................................................... .$103.00 /hour Senior Technician ............................................................................................................. . $112.00 !hour Engineer I, Scientist I, Archded I, Planner I ..................................................................... ... $88.00 /hour Engineer II, Scientist II, Architect II, Planner II ................................................................. .$100.00 /hour Engineer III, Scientist III, Architect Iii, Planner III ............................................................. .$112.00 /hour Senior Engineer, Senior Scientist, Senior Architect, Senior Planner, Senior Economist.. .$124.00 /hour Project Engineer, Project Scientist, Project Architect, Project Planner ............................ . $140.00 /hour Senior Project Engineer, Senior Project Scientist, Senior Project Architect, Senior Project Planner ...................................................................................................... .$180.00 /hour Senior Associate ............................................................................................................... . $180.00 /hour Principal ............................................................................................................................ .$195.00 /hour Senior ClienUProject Manager .......................................................................................... .$195.00 !hour Expenses Geographic Information or GPS Systems ........................................................................ ...$32.00! hour Total Station Survey Equipment ....................................................................................... ...$16.00! hour Charges for other equipment may appear in a proposal Out-Of-Pocket Direct Job Expenses ................................................................................. ..cost plus 15% Such as reproductions, sub-consultants /contractors, etc. Travel Expense Company or Personal Car Mileage .................................................................................. ..... $0.65 /mile Air and Surface Transportation .......................................................................................... .cost plus 15% Lodging and Sustenance ................................................................................................. ..cost plus 15% Billing 8 Payment Travel time is charged for work required to be performed out-of-office. A minimum of two hours will be billed for any work out-of-office. Invoicing is on a monthly basis for work pertormed. Payment for services is due within 30 days from the date of the invoice. An interest charge of 1.5% per month is made on the unpaid balance starting 30 days after the date of invoice. This schedule of billing rates is effective January 1, 2008, and will remain in effect until December 31, 2008, unless unforeseen increases in operational costs are encountered. We reserve the right to change rates to retied such increases. Mead & Hunt, Inc. General Terms and Conditions for Engineering, Architectural, or Consulting Services Mead & Hunt, Inc. will begin services upon written authodzation to proceed. Receipt of a signed contract (the "Contract") will be considered written authorization, which shall be incorporated herein by reference. If the leans or conditions of this agreement conflict with those in the Contract or any other agreement, this agreement shall -control. For projects requiring phased services a written authorization of approval of the prior phase and notice to proceed on the subsequent phase must be received prior to commencement of services. Phases, when applicable, shall be divided into study and report phase, preliminary design phase, final design phase, bidding or negotiating phase, and construction phase, as set forth in the Contract. Mead & Hunt, Inc. will bill the Owner monthly, according to the payment method set forth in the Contract, with net payment due in thirty (30) days. Past due balances shall be subject to an interest charge at a rate of 1-t/2% per month. In addtion, Mead 6 Hunt, Inc. may, after giving seven (7) days' written notice, suspend service under any agreement until the Owner has paid in full ail amounts due for services rendered and expenses incurred, including the interest charge on past due invoices. 3. The quoted fees and scope of services constitute the best estimate of the fees and tasks required to perform the services as defined. This agreement, upon execution by both parties hereto, may be amended only by written instrument signed by both parties. For those projects involving conceptual or process development service, activities often cannot be fully defined during initial planning, As the project progresses, facts uncovered may reveal a change in direction which may alter the scope. Mead & Hunt, Inc, will promptly inform the Owner in writing of such situations so that changes in this agreement may be made as required. In addition, if the Owner requests significant modifications or changes in the scope of the project, the time of performance of Mead & Hunt, Inc.'s services and rates of compensation shall be adjusted. 4. Neither party shall be liable to the other for its failure to perform as a result of any cause beyond its reasonable control (such as terrorism, fires, floods, riots, strikes, unavailability of labor or materials, delays or defaults by suppliers of materials or services, process shutdowns, acts of God or the public enemy, or acts or regulations of any governmental agency), providing, however, if Owner at any time becomes unable duly and timely to perform for a period of 30 days or more, Mead 8 Hunt, Inc. shall be entitled to terminate this Contract. In the event of delay due to any such cause, the time for performance will be extended by a period of time equal to the time lost by reason of such delay and other affected contract provisions shall be equitably adjusted. 5. Mead & Hunt, Inc. will maintain insurance coverage for: Worker's Compensation, General Liability, Automobile Liability, Aviation Liability, and Professional Liability. Mead 8 Hunt, Inc. will provide information as to specific limits upon written request. If the Owner requires eaten«mr,:,.,,,,,aca~aa~a,~ix-oa Page 1 oft coverages or limits in addition to those in effect as of the date of the agreement, premiums for additional insurance shall be paid by the Owner. 6. The liability of Mead & Hunt, Inc. to the owner for any indemnity commitments or for any damages arising in any way out of performance of this agreement is limited to a period of twelve months from the date of the last bill from Mead & Hunt, Inc. to the OWNER, whether paid or not paid by the OWNER; such liability shall be limited to the amount of the fees paid by the OWNER to Mead & Hunt, Inc. for performance under this agreement, Owner agrees to indemnify, defend and save harmless Mead & Hunt, Inc., together with its agents, servants, successors, heirs, executors, administrators, and assigns from and against any and all liability, damages, and claims of any kind (Including claims and causes of action at common law, or arising under any contract or statute, or arising out of any governmental demand or request) at any time arising out of or in any way connected with the performance of the work, including, but not limited to, any and all liability, damages, and claims attributable to the active or passive negligence of Mead & Hunt, Inc. This Gause will apply, but not be limited, to: A. Claims relating to personal injury and wrongful death brought by any third party, including Owner's employees, agents, independent contractors, or their heirs and representatives; B. Claims for delays caused in whole or in part by the Owner's interference with Mead 8 Hunt's ability to provide services, including, but not limited to, the Owner's failure to provide specified facilfies or information, or Owners actions or inactions causing Mead & Hunt, Inc.'s services to be extended for more than ninety (90) days. C. Claims for mold or mildew regardless of its source, and for the actual, alleged, or threatened discharge, dispersal, release, or escape of pollutants, mycotoxins, spores, smoke, vapors, soot, fumes, acids, alkalis, toxic chemicals, liquids or gases, waste materials or other irritants, contaminants or pollutants into or upon land, buildings, the atmosphere, or body of water, and for the ownership and maintenance of any toxic, hazardous, or asbestos materials relating to the project. D. Claims arising out of any use of any documents and/or services pertaining to this project or extensions of this project by the Owner or by others acting with the consent of the Owner or on this or any other project. E. Claims arising out of any opinions of probable project or construction costs and other decisions and opinions made by Mead & Hunt, Inc. for the Owner based upon Mead & Hunt's professional judgment. Mead 8 Hunt, Inc. General Terms and Condltlons For Engineering, Architectural, or Consulting Services F. Claims arising out of or related in any way to acts done by Mead 8 Hunt, Inc. in the exercise of legislative or quasi-legislative function if the Owner is a municipality, governmental entity, or state authority. However, this paragraph shall not Indemnify Mead 8 Hunt, Inc.. from lass, damage or expense caused by the sore negligence or willful misconduct of Mead & Hunt, Inc. or its agents, servants or independent contractors who are directly responsible ro Mead & Hunt, Inc. Further, this Section shall not indemnify Mead 8 Hunt, Inc, for defects in design furnished by its agents, servants or independent contractors who are directly responsible to Mead & Hunt, Inc. 8. Mead & Hunt, Inc. and the Owner agree that the ultimate liability for the claims identified in paragraph 7 (C) shall remain with Owner; and the responsibility and/or liability for any of the foregoing, and for the ownership and maintenance of any toxic, hazartlcus, or asbestos materials relating to the project, shall remain with the Owner. Mead & Hunt, Inc. and the Owner acknowledge that Mead & Hunt, Inc.'s, professional liability and general liability policies do not apply to claims arising out of the foregoing. Therefore, the Owner agrees not to bring a claim against Mead 8 Hunt, Inc. relating to the uninsured liability referenced above. 9. The Owner agrees to clarify and define project requirements and to provide such legal, accounting and insurance counseling services as may be required for the project. 10. Termination of this agreement by the Owner or Mead & Hunt, Inc. shall be effective upon seven (7) days' written notice to the other party. The written notice shall include the reasons and details for termination. Mead R Hunt, Inc. will prepare a final invoice showing all charges incuned through the date of termination; payment is due as staled in paragraph 2. If the Owner breaches the Contract or any other agreements entered into between Mead & Hunt, Inc, and the Owner or if the Owner fails to carry out any of the duties contained in these terms and conditions, Mead R Hunt, Inc. may, upon seven (7) days' written notice, suspend services without further obligation or liability to the Owner unless, within such seven (7) day period, the Owner remedies such breach to the reasonable satisfaction of Mead & Hunt, Inc. proceed is specifically deemed not to constitute acceptance of any terms or conditions contrary to those set forth herein. 12. This agreement shall not be construed as giving Mead & Hunt, Inc. the responsibility or authodty to direct or supervise construction means, methods, techniques, sequence, or procedures of censtruction selected by the contractors or subcontractors or the safety precautions and programs incident to the work of the Owner, contractors or subcontractors. 13. Mead & Hunt is not liable, in contract or tort or otherwise, for any special, indirect, consequential, or liquidated damages including specifically, but without limitation, loss of profit or revenue, loss of capital, delay damages, loss of goodwill, claim of third parties, or similar damages. 14. This agreement contains the entire understanding between the parties on the subject matter hereof and no representations, inducements, promises or agreements not embodied herein (unless agreed in writing duly executed) shall be of any force or effect, and this agreement supersedes any other prior understanding entered into between the parties on the subject matter hereof. 15. This agreement cannot be changed or terminated orally. No waiver of compliance wkh any provision or condition hereof should be effective unless agreed in writing duly executed by the waiving party. 16. This agreement shall be construed and interpreted in accordance with the laws of the state of California. No action maybe brought except in the state of Cal'rfomia. 11. Mead & Hunt, Inc. will provide services in accordance with generally accepted professional practices. Mead & Hunt, Inc. disclaims all warranties and guarantees, express or implied. The parties agree that this is a contract for services and is not subject to any Uniform Commercial Code. Similarly, Mead 8 Hunt, Inc. will not accept those terms and conditions offered by the Owner in its purchase order, requisition, or notice of authorization to proceed, except as set forth herein or expressly agreed to in writing. Written acknowledgment of receipt, or the actual performance of services subsequent tc receipt of such purchase order, requisition, or notice of authorization to CA Gcncral Tama and Condicivns/12-fb Page 2 of 2 ITEM NO: 11a MEETING DATE: May 7, 2008 AGENDA SUMMARY REPORT SUBJECT: AWARD PROFESSIONAL SERVICES CONTRACT TO RFS UTILITY CONSULTING, INC. FOR SUPPORT IN ACHIEVING COMPLIANCE WITH NERC STANDARDS, CORRECTING ALLEGED VIOLATIONS, AND SUBMITTING SELF CERTIFICATION DOCUMENTS AS REQUIRED BY WESTERN ELECTRIC COORDINATING COUNCIL (WECC); AND AUTHORIZE BUDGET AMENDMENT IN THE AMOUNT OF $13,650 Background: As required by North American Electric Reliability Corporation (NERC), on June 4, 2007, the City of Ukiah electric department registered with the Western Electric Coordinating Council (WECC) as a Distribution Provider and a Load Serving Entity. Under these agencies, the electric department must meet the applicable requirements of 19 NERC reliability standards in 2007 and an additional 6 NERC standards in 2008. The WECC has the authority to impose monetary sanctions against any registered utility that does not meet these reliability standards. In January 2008, the City entered into a contract with RFS Utility Consulting, Inc. for similar support with respect to these new standards. More specifically the initial contract work was to cure deficiencies in the reporting of suspected sabotage incidents, protection of critical cyber facilities, and procedures for testing and maintaining under-frequency load shedding relays. Continued on page 2 RECOMMENDED ACTION: 1) Award a Professional Services Contract to RFS Utility Consulting, Inc. to support the City of Ukiah's Electric Department with North American Electric Reliability Corporation (NERC) in complying with standards in the areas of mitigation plan completion, training and preparation of Self Certification forms; 2) Authorize budget amendment in the amount of $13,650 for same using Fund 800/801 Fund Balance. ALTERNATIVE COUNCIL OPTIONS: The Council could direct the new Interim Director to pursue this work, but the deadlines are at hand and it is important to have the work completed immediately in order to avoid potential fines. FUNDING: Amount Budgeted From Acct No. To Acct No. Additional Funds Requested None 800/801 800.3733.250.000 $13,650 Fund Balance Requested by: Pat Thompson, and Mel Grandi, Interim Electric Director Prepared by: Pat Thompson, Interim City Manager Coordinated with: Liz Kirley, Electrical Distribution Engineer Thompson, Intbrim City Manager The current contract will further assist the City in clearing alleged violations, revising mitigation plans to correct the violations, training personnel in new Operations Guideline procedures as required by NERC and preparing Self Certification forms. Interim Director Mike Keller was originally planning to work on these items but due to his limited hours under the PERS retirement system, he focused his efforts on critical capital improvement projects that the Council wanted accomplished. Since RFS is prepared and qualified to perform this work for a reasonable fee, it is prudent to enter into the proposed contract and have this work performed timely to avoid penalties. In the previous agenda staff report it was documented that RW Beck was also asked to bid on the contract but offered a higher hourly rate and a substantially higher overall cost projection due to their lack of familiarity with such an assessment. ~>>::.c.c. ~m~~- 3.. RFS UTILITY www. rfsutilityconsulting. com 737 Union Street San Francisco, CA 94133 Office: (415 722-4788 Fax: (415) 986-0883 !LYING INC. PROPOSAL Number: 2008-06 Dated: April 30, 2008 RFS UTILITY CONSULTING, INC. For CONSULTING SERVICES Supporting the City of Ukiah Electric Utility Department with NERC Reliability Standards Compliance Page 1 of 3 RFS UTILITY CONSULTING INC. www. rfsutilityconsulting. com 737 Union Street San Francisco, CA 94133 Office: (415 722-4768 Fax: (415) 986-0883 OVERVIEW: The Electric Utility Department of the City of Ukiah (The Utility Department) and RFS Utility Consulting Inc. (RFS) completed aself-assessment of the utility's compliance with applicable North America Electric Reliability Council (NERC)/Western Electric Coordinating Council (WECC) Reliability Standards in November 2007. The Utility Department prepared and submitted its Mitigation Plans to WECC to correct several deficiencies in Utility Operating procedures that would bring them into compliance with the Reliability Standards. RFS is currently providing services to the Utility Department to prepare four Operations Guidelines (Contract 2007-08) that would complete the actions stated in the Mitigation Plans. However, these same Mitigation Plans have expired due to the documents not being finalized by the Utility Department, causing the City to receive a Notice of Alleged Violation from WECC. This proposal is for RFS Utility Consulting Inc. (RFS) to provide consulting services and support to the Utility Department to correct the alleged violations and to submit the annual self certification documents as required by WECC in behalf of the Utility Department. OBJECTIVES: The primary objective is for the Utility Department to achieve compliance with the NERC Reliability Standard requirements by clearing the alleged violations and to submit the required documentation for Self Certification. RFS will provide consulting services to the Utility Department to interpret WECC alleged violations, take action to clear the violations, and submit the documentation to provide evidence of compliance and Self Certification of the NERC Reliability Standards. RFS, to the extent possible, will work directly with WECC and avoid disruption to the Utility Department's routine business operations while accomplishing these objectives. APPROACH: RFS will enter into a Consulting Services Agreement with the City of Ukiah, CA. RFS will then provide consulting services to the Utility Department and work with their staff to clear the violations, provide the necessary documentation, and train the appropriate personnel to achieve the objectives. All work will be completed by June 30, 2008. Page 2 of 3 1TILITY CONSULTING INC. www. rfsutilityconsu/ting. com 737 Union Street San Francisco, CA 94133 Office: (415 722-4768 Fax: (415) 986-0883 WORK PLAN 8 BUDGET ID# DESCRIPTION BUDGET NOTES 1 Contact WECC and clarify the actions $350 This action must be required to correct the items listed in the done immediately to Notice of Alleged Violation Notice received acknowledge receipt on April 7, 2008. of the violation. 2 Prepare revised Mitigation Plans to correct $700 This action must be the violations. Submit the Mitigation Plans, expedited to comply WECC forms, and supporting documents with the Compliance to WECC. Enforcement Program 3 Submit Mitigation Plan Completion forms $1,400 Upon completion of and the supporting documentation to the work stated in WECC's Compliance Enforcement RFS Proposal 2007- Program auditors. 08. 4 Train the appropriate Utility Department $2,800 Must be completed personnel on the new Operations prior to submitting Guideline procedures as required by the compliance forms. NERC Reliability Standards. 5 Prepare Self Certification forms and gather $8,400 Documentation must the documentation necessary to achieve be provided for each Self Certification on the NERC Reliability Reliability Standard. Standards. TOTAL BUDGET $13,650 FEE 8 PAYMENT TERMS RFS's estimated fee for the consulting services is $13,650 including all expenses. RFS will invoice the City of Ukiah upon completion of the items stated above. The City of Ukiah will pay RFS upon completion of the items stated above to their satisfaction. CONCLUSION: This approach to meeting the objectives of the City of Ukiah's Electric Utility Department will provide a timely and cost effective result far the City of Ukiah. Robert F. Streich President, RFS Utility Consulting, Inc. Date: Page 3 of 3 RFS Utility Consulting Inc. 737 Union Street San Francisco, CA 94133 (415)722-4768 bostrike@comcast.net Name /Address City of Uldah Pat Thempson, City Manager 411 West Clay Street Ukiah, CA 95482 Estimate Date Estimate # 4/29/2008 7 Project Description Hours Rate Total Contact WECC and clarify actions required to correct the items listed in WECC's "Alleged 2 175.00 350.00 Violations of NERC Reliability Standards Notice" received by City of Ukiah on April 7, 2008. Prepare Mitigation Plans and WECC forms to correct the alleged violations and deliver to 4 175.00 700.00 City o(Ukiah for submittal. Gather and/or prepare documents required to achieve compliance with WECC Reliability 48 175.00 8,400.00 Standard Self Certification. Prepare Self Certification forms and deliver [o City of Ukiah for submittal to WECC to 8 175.00 1,400.00 correct "Notice of Self Certification Non-Submittal" received on April28, 2008. Train City of Ukiah Electric Dep[ personnel on Operations Guidelines in order [o comply 16 175.00 2,800.00 with NERC Reliability Standards Total $13.bso.oo ITEM NO: llb MEETING DATE: May 7, 2008 AGENDA SUMMARY REPORT SUBJECT: DISCUSSION AND POSSIBLE ACTION APPOINTING AWATER- RELATED AD HOC COMMITTEE TO DISCUSS MUTUAL PROBLEMS AND SOLUTIONS IN RESPONSE TO CORRESPONDENCE FROM THE RUSSIAN RIVER FLOOD CONTROL & WATER CONSERVATION IMPROVEMENT DISTRICT Correspondence was received by Mayor Crane which had been addressed to the City Council from Judy Hatch, President of the Russian River Flood Control & Water Conservation Improvement District, dated April 17, 2008. The letter asked the Council to consider appointing an Ad Hoc committee to discuss mutual water-related issues. See attachment 1. RECOMMENDED ACTION: Discuss and Consider Appointing an Ad Hoc Committee to serve as liaison for water-related problem solving discussions with other area water districts. ALTERNATIVE COUNCIL OPTIONS: Decline to appoint an ad hoc committee. Citizens Advised: n/a Requested by: Mayor Douglas Crane Prepared by: Linda Brown, City Clerk Coordinated with: Pat Thompson Thompson, Interim City Manager Mendocino County Russian River Flood Control & Water Conservation Improvement District Aflac;hment # 151 Laws Avenue, Suite D Ukiah, CA 95482 Phone (70'n 462-5278 FAX (70 n 462-5279 April 17, 2008 Mayor Douglas Crane City ofiJkiah 300 Seminary Ukiah, CA 95482 Re: Ad Hoc Committee Appointments Dear Mayor Crane: The Board of Trustees of the Mendocino County Russian River Flood Control and. Water Conservation Improvement District, at their last Board of Trustees meeting, appointed an ad hoc committee to meet with ad hoc committees from each Board of Directors of contracting Water Districts to discuss and act as liaison for possible mutual problems and/or solutions to those problems. To that end, we would appreciate your appointing an ad hoc committee to set up meeting times. It is our hope that through this process we may be part of the solution to problems or situations which may arise and that we will be able to facilitate a mutually advantageous approach to some of these solutions. We thank you for your attention to this matter and if you have any questions, please do not hesitate to contact us. Sincerely, ~. / `r,~~ .k(dy Hatch President Presiders Vice President Treasurer Trustee Trustee Judy Hatch Richard Shoemaker Bill Townsend Mike Lucchetti Lee Howard ITEM NO. 11c DATE: Mav 7, 2008 AGENDA SUMMARY REPORT SUBJECT: CONSIDERATION OF THE RELEASE OF BIDS FOR THE RETROFIT OF ENERGY EFFICIENT LIGHTING FIXTURES AT VARIOUS CITY FACILITIES AND THE USE OF FUNDS FROM THE PUBLIC BENEFITS REBATE AND DEMONSTRATION PROGRAMS. In an effort to meet the City's AB2021 adopted energy efficiency program targets, the Public Utility Department in consultation with the City's Public Benefits Program consultant recommended that the City explore retrofitting various City facilities with energy efficient lighting fixtures. The Ukiah Civic Center, Ukiah Valley Conference Center, and Anton Stadium were identified for consideration. The AB 2021 Energy Efficiency Program Targets adopted by the City are 264 MWh and 31 kW annually resulting in ten year targets of 2,636 MWh and 307 kW. It is anticipated that the upgrades at the identified facilities will result in a total energy savings of approximately 119,980 kWh/year (45% of the annual target). In addition to demonstrating the benefits of the technology and credit towards the AB2021 targets, the City will recognize a budget savings of approximately $16,800 per year at the current electric rates. Furthermore, the newer lamp technology for Anton Stadium will be cheaper to maintain, resulting in additional savings of approximately $2,048 per year in maintenance cost. (Attachment #1) Continued on Page 2 RECOMMENDED ACTION: Consider the release of bids for the retrofit of energy efficient lighting fixtures at various City facilities and the use offunds from the Public Benefits rebate and demonstration programs. ALTERNATIVE COUNCIL POLICY OPTIONS: N/A Citizen Advised: Energy Efficient Group Requested by: Public Utility Department Prepared by: Sage Sangiacomo, Director of General/Community Services Coordinated with: Pat Thompson, Interim City Manager, Mary Horger, Purchasing Supervisor, and Liz Kirkley, Electric Distribution Engineer Attachments: 1. Anton Stadium Lighting Fixture Savings Analysis 2. Civic and Conference Centers Lighting Fixture Retrofit RFB 3. Anton Stadium Lighting Fixture Retrofit RFP ~~ APPROVE~~I~~_-~~~~~-~"r`-~~"" P t Thompson, Interim City Manager The City's Purchasing Department has prepared the attached RFBs for considerations prior to release. Attachment #2 is for the Ukiah Civic Center and Ukiah Valley Conference Center and Attachment #3 is forAnton Stadium. The Anton Stadium Project will require the procurement of an electrical contractor to wire the proposed system upgrades. The City's commercial energy efficient upgrade program provides a rebate of up to 60% of cost to retrofit existing lighting. In addition, the City is allowed to utilize the Public Benefits Fund to demonstrate energy efficient technologies of which the proposed lighting upgrades would qualify. If Council wishes to proceed with the release of the request for bids to upgrade the lighting fixtures at the identified City facilities, staff recommends Council approve utilizing the Public Benefits Fund to cover the full cost of the upgrades. In review of the current Public Benefits Fund budget, staff anticipates a large surplus of unspent monies for the current fiscal year totaling approximately $290,000. In addition, the balance of the fund, not including the project surplus, is estimated at more than $1.117 million dollars. The total estimated cost of the proposed upgrade at the identified City facilities is $300,000 (Civic/Conference Center - $50,000; Anton Stadium - $250,000). If Council wishes to proceed, staff will finalize and release the RFBs and return to Council for the award of bids. BACKGROUND In 1996 the State Legislature passed Assembly Bill (AB) 1890, which was California's comprehensive electric restructuring legislation. One part of the legislation requires Ukiah to collect a separate surcharge from customers to fund "public benefits" projects and programs. All municipal utilities were required to collect these charges, equal to 2.85% of gross revenues, beginning July 1, 1998. Since that time, Ukiah has been collecting and spending this revenue on appropriate programs and projects. In addition, AB 2021 requires all California publicly owned utilities (like Ukiah) to file kWh savings targets/goals with the California Energy Commission (CEC). AB 2021 required Ukiah to adopt a resolution stating these savings targets in a public forum (City Council meeting). On July 19, 2006 City Council approved an agreement with Efficiency Services Group (ESG) to re-design, implement and operate Ukiah's Public Benefits Program including reporting requirements needed to keep up with the State's ever evolving, very complex legislative requirements. In order to assist its members, the Northern California Power Agency (NCPA) hired a well known energy efficiency consulting firm, Rocky Mountain Institute (RMI) to conduct an analysis and provide projections/targets for all NCPA members. A collaborative effort among NCPA, RMI and ESG has produced energy efficiency targets for Ukiah in order to comply with AB 2021. The following targets have been established: annual energy savings of 264 megawatt-hours (MWh) and demand savings of 31 kilo-watts (kW). z Attachment # Anton Stadium Baseball Ukiah, CA Prepared for: Mr. Guy Mills, City of Ukiah 04/07/08 Prior Technology Llght•Str~uat~u_r~e~ Your Savings Hours 4,000 4,000 Average kW .12;8 ~' ~~ R ~ ~' Energy $84,992 $30,654 $54,338 Group Relamp $13,667 $0 $13,667 Lamp Maintenance $1,500 $0 $1,500 Controls -Energy $5,314 $0 $5,314 10-Year Life C cle Cost $105,473 $30,654 $74,819 Assumptions Annual Energy Prior Technology Light-Structure Controls Operating Cost Green Energy Field Name Hours per kWh Fixtures Avg kW Fixtures Avg kW Savings Baseball wlfootball overlay 400 $0.16 82 132.8 49 76.6 10.0% NOTE: Life cycle costs are based upon the assumptions given by the customer above. Any variation in this data will change the life cycle cost proportionately. Group Relamp calculates using a per lamp replacement cost of $125, including parts, equipment, and labor. Useful lamp life of Prior Technology is 3000 hours. Musco guarantees the average Light-Structure Green system kW and 5000 hours useful life of the lamp. ©2005, 2006 Musco Lighting W25YA4 -Patent Pending 133489 PV1 Pat Guertin ,,,V We Make It Happen Attachment # CITY OF UKIAH MENDOCINO COUNTY, CALIFORNIA SPECIAL PROVISIONS FOR LIGHTING RETROFIT AT CITY HALL AND UKIAH VALLEY CONFERENCE CENTER (UVCC) SPECIFICATION NO. 08-07 CITY OF UKIAH DEPARTMENT OF COMMUNITY SERVICES 300 Seminary Avenue Ukiah, California 95482-5400 Bids Open: June XX, 2008 2:00 p.m. Office of City Clerk 300 Seminary Avenue Ukiah, California 95482 CITY OF UKIAH MENDOCINO COUNTY, CALIFORNIA CITY COUNCIL: DOUGLAS CRANE -MAYOR PHIL BALDWIN JOHN MCCOWEN MART RODIN BENJ THOMAS PAT THOMPSON -INTERIM CITY MANAGER SAGE SANGIACOMO -DIRECTOR OF COMMUNITY SERVICES LINDA BROWN -CITY CLERK R. ALLEN CARTER -CITY TREASURER CITY OF UKIAH DEPARTMENT OF COMMUNITY SERVICES May 2008 TABLE OF CONTENTS PAGE NOTICE TO BIDDERS .................................................................................................................................... 5 INSTRUCTIONS TO BIDDERS ...................................................................................................................... 7 GENERAL CONDITIONS SECTION 1. PROPOSAL REQUIREMENTS AND GENERAL CONDITIONS .............................................. 9 1-01. Definitions 1-02. Examinations of Plans, Special Provisions and Site of Work 1-03. Proposal 1-04. Withdrawal of Bids 1-05. Public Opening of Bids 1-06. Bid Guaranty 1-07. Qualification of Bidders 1-08. Disqualification of Bidders 1-09. Identification of Subcontractors 1-10. General Provisions of the Standard Specifications SECTION 2. AWARD AND EXECUTION OF CONTRACT ......................................................................... 11 2-01. Award of Contract 2-02. Return of Proposal Guaranties 2-03. Execution of Contract SECTION 3. SCOPE AND INTENT OF CONTRACT .................................................................................. 11 3-01. Effect of Inspection and Payments 3-02. Effect of Extension of Time 3-03. Extra Work 3-04. Assignment of Contract 3-05. Subcontractors 3-06. Interpretation of Special Provisions and Drawings 3-07. Liability of City Officials SECTION 4. BONDS ................................................................................................................................... 12 4-01. Faithful Pertormance Bond 4-02. Material and Labor Bond 4-03. Defective Material and Workmanship Bond 4-04. Notification of Surety Companies SECTION 5. INSURANCE REQUIREMENTS FOR CONTRACTORS ....................................................... 12 5-01. Minimum Scope of Insurance 5-02. Minimum Limits of Insurance 5-03. Deductibles and Self-Insured Retentions 5-04. Other Insurance Provisions 5-05. Acceptability of Insurers 5-06. Verification of Coverage 5-07. Subcontractors SECTION 6. RESPONSIBILITIES AND RIGHTS OF CONTRACTOR... 6-01. Legal Address of Contractor 6-02. Office of Contractor at Site 6-03. Attention to Work 6-04. Liability of Contractor 6-05. Protection of Persons and Property 6-06. Protection of City Against Patent Claims 6-07. Protection of Contractor's Work Property 6-08. Regulations and Permits 6-09. Construction Utilities 6-10. Approval of Contractor's Plans 6-11. Suggestions to the Contractor 6-12. Termination of Unsatisfactory Subcontracts 6-13. Preservation of Stakes and Marks 6-14. Assistance to Project Manager 6-15. Removal of Condemned Materials and Structures 6-16. Proof of Compliance with Contract 6-17. Errors and Omissions 6-18. Cooperation 6-19. Right of Contractor to Stop Work 6-20. Hiring and Dismissal of Employees 6-21. Wage Rates 6-22. Cleaning Up 6-23. Guaranty SECTION 7. RESPONSIBILITIES AND RIGHTS OF CITY 7-01. Authority of the City 7-02. Inspection 7-03. Surveys 7-04. Rights-of-Way 7-05. Retention of Imperfect Wark 7-06. Changes in the Work 7-07. Additional Drawings by City 7-08. Additional and Emergency Protection 7-09. Suspension of Work 7-10. Right of City to Terminate Contract 7-11. Use of Completed Portions SECTION 8. WORKMANSHIP, MATERIALS AND EQUIPMENT .... 8-01. General Quality 8-02. Quality in Absence of Detailed Specifications 8-03. Materials and Equipment Specified by Name 8-04. Source of Materials 8-05. Storage of Materials 8-06. Drawings, Samples and Tests SECTION 9. PROSECUTION OF WORK ..................................... 9-01. Equipment and Methods 14 19 21 22 LIGHTING RETROFIT AT CITY HALL AND UVCC ~~ Spec. No. OH-O7 9-02. Time of Completion 9-03. Avoidable Delays 9-04. Unavoidable Delays 9-05. Notice of Delays 9-06. Extension of Time 9-07. Unfavorable Weather and Other Conditions 9-08. Saturday, Sunday, Holiday and Night Work 9-09. Hours of Labor SECTION 10. PAYMENT ...................................................................... 10-01. Certification by Engineer 10-02. Progress Estimates and Payment 10-03. Substitution of Securities 10-04. Acceptance 10-05. Final Estimate and Payment 10-06. Delay Payments 10-07. Extra Work and Work Omitted 10-08. Compensation for Extra Work or Work Omitted 10-09. Compensation to the City for Extension of Time 10-10. Liquidated Damages for Delay SECTION 11. MISCELLANEOUS 11-01. Notice 11-02. Computation of Time 11-03. Litigation and Forum Selection 11-04. Waiver TECHNICAL SPECIFICATIONS SECTION 12. GENERAL INFORMATION .......................................................... 12-01. Location and Scope of Work 12-02. Examination of Site 12-03. Arrangement of Technical Specifications 12-04. Business Licenses 12-05. Permits 12-06. Temporary Facilities 12-07. Safeguards 12-08. Warranties 12-09. Preconstruction Conference 12-10. Safety Requirements SECTION 13. CONSTRUCTION DETAILS ......................... 13-01. General 13-02. Materials 13-03. Removal and Disposal of Existing Ballasts and Lamps 13-04. Measurement 13-05. Payment 23 26 28 29 LIGHTING RETROFIT AT CITY HALL AND UVCC Spec. No. O$-O7 SECTION 14. EXCLUSIONS FROM GENERAL CONDITIONS ................................................................. 29 14-01. Provisions to be Excluded from General Conditions SECTION 15. AMENDMENTS TO GENERAL CONDITIONS .................................................................... 29 15-01. Provisions of General Conditions to be Amended CERTIFICATES AND DOCUMENTS PROPOSAL 30 BIDDING SCHEDULE ............................................................................................................................. ......30 FAIR EMPLOYMENT PRACTICES CERTIFICATION ............................................................................ ...... 33 WORKER'S COMPENSATION CERTIFICATE ...................................................................................... ...... 34 CERTIFICATE OF NONDISCRIMINATION IN EMPLOYMENT ............................................................. ......35 LIST OF PROPOSED SUBCONTRACTORS ......................................................................................... ...... 36 STATEMENT OF EXPERIENCE OF BIDDER ........................................................................................ ...... 37 SIGNATURE OF BIDDER ....................................................................................................................... ...... 38 BIDDER'S BOND .................................................................................................................................... ...... 39 NON-COLLUSION AFFIDAVIT ............................................................................................................... ......40 AGREEMENT ....................................................................................................................................... ......41 INDEMNIFICATION AGREEMENT ......................................................................................................... ......45 EXAMPLE BOND FORMS ...................................................................................................................... ......46 DIRECTIONS FOR PREPARATION OF PERFORMANCE AND MATERIAL AND LABOR BOND ....... ...... 50 DEFECTIVE MATERIAL AND WORKMANSHIP (MAINTENANCE) BOND ........................................... ......51 INSURANCE CERTIFICATES AND ENDORSEMENT FORMS APPENDIX "A" APPENDIX "B" APPENDIX "C" LIGHTING RETROFIT AT CITY HALL AND UVCC ~~ Spec. No. O$-O7 CITY OF UKIAH, MENDOCINO COUNTY, CALIFORNIA NOTICE TO BIDDERS FOR LIGHTING RETROFIT AT CITY HALL AND UKIAH VALLEY CONFERENCE CENTER (UVCC) SPECIFICATION NO. 08-07 NOTICE IS HEREBY GIVEN that sealed standard proposals for LIGHTING RETROFITAT CITY HALL AND UKIAH VALLEY CONFERENCE CENTER (UVCC) will be received at the Office ofthe City Clerk, Ukiah Civic Center, 300 Seminary Avenue, Ukiah California until 2:00 p.m. on May 28, 2008, at which time, or as soon thereafter as possible, they will be publicly opened and read. Bids shall be addressed to the City Clerk and shall be endorsed "LIGHTING RETROFIT AT CITY HALL AND UVCC". Bids are required for the entire work described herein. No fax bids will be accepted. ESTIMATE OF QUANTITIES Item No. Description Quantity Unit Retrofit existing 4- Ft T-12 Lamp, 1 Lamp 1. Fixture 15 Each Retrofit existing 4- Ft T-12 Lamp, 2 Lamp 2. Fixture 351 Each Retrofit existing 4- Ft T-12 Lamp, 3 Lamp 3. Fixture 283 Each Retrofit existing 4- Ft T-12 Lamp, 4 Lamp 4. Fixture 15 Each Retrofit existing 8- Ft T-12 Lamp, 2 Lamp 5. Fixture 37 Each Retrofit existing GX 23-2, 2-Pin Base, 1 Lamp 6. Fixture 20 Each Retrofit existing Halogen Flood, 1 Lamp 7. Fixture 3 Each Retrofit existing High Pressure Sodium, 1 8. Lamp Fixture 39 Each Retrofit existing Incandescent, 60-89 Watt, 1 9. Lamp Fixture 22 Each Retrofit existing Incandescent, <60 Watt, 1 10. Lamp Fixture 1 Each Plans and Special Provisions may be inspected and/or copies obtained for anon-refundable fee of $25.00 at the receptionist's station, Ukiah City Hall, City of Ukiah, 300 Seminary Avenue, Ukiah, California 95482-5400. No bid will be considered unless it is made on the forms furnished by the City and is made in accordance with the details of the Special Provisions. Each bidder must be licensed as required by law. Further information regarding the work or these specifications can be obtained by calling Mary Horger at (707) 463-6233 or at fax phone (707) 463-6234. The City Council reserves the right to reject any or all bids and to determine which proposal is, in its opinion, the lowest responsible bid of a responsible bidder and which it deems in the best interest of the City to accept. The City Council also reserves the right to waive any information not material to cost or performance in any proposal or bid. Pursuant to provisions of Section 1770, including amendments thereof, of the Labor Code of the State of California, the Director of the Department of Industrial Relations, State of California, has ascertained the general prevailing rate of wages for straight time, overtime Saturdays, Sundays and Holidays including employer payment for health and welfare, vacation, pension and similar purposes. Copies of the General LIGHTING RETROFIT AT CITY HALL AND UVCC 5 Spec. No. 08-07 Prevailing Wage Determination (applicable to the work), for the locality in which the work is to be done are available on the Internet at web address: http://www.dir.ca.oov/DLSR/PWD/ The prime contractor for the work herein shall possess a current, valid State of California, Class A (General Engineering) or Class C-10 (Electrical) Contractor's License. Pursuant to Section 4590 of the California Government Code, this contract includes provisions that allow substitutions of certain types of securities in lieu of the City withholding a portion of the partial payments due the Contractor to insure performance under this contract. By order of the City Council, City of Ukiah, County of Mendocino, State of California. Dated: Linda Brown, City Clerk, City of Ukiah, California PUBLISH TWO TIMES: May XX 8 XX, 2008 LIGHTING RETROFIT AT CITY HALL AND UVCC 6 Spec. No. ()8-07 INSTRUCTIONS TO BIDDERS The Lighting Retrofit at City Hall and Ukiah Valley Conference Center (UVCC) shall be pertormed in accordance with the Plans and Special Provisions therefore adopted, to which special reference is hereby made. Each bidder must supply all the information required by the bid documents and Special Provisions. Minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award of any contract entered into pursuant to this advertisement. Women will be afforded equal opportunity in all areas of employment. However, the employment of women shall not diminish the standards of requirements for the employment of minorities. All proposals or bids shall be accompanied by a cashier's check or certified check payable to the order of the City of Ukiah amounting to 10 percent of the bid, or by a bond in said amount and signed by the bidder and a corporate surety, payable to said City. Said check shall be forteited, or said bond shall become payable to said City in case the bidder depositing the same does not, within fifteen (15) days after written notice that the contract has been awarded to him: (a) enter into a contract with the City and (b) furnish certificates of insurance and endorsements, a bond of faithful performance and a payment bond as described in the Special Provisions. No bidder shall withdraw his or her bid for a period of thirty (30) calendar days after the date set by the City for the opening thereof. The Contractor and any subcontractors shall each possess a valid City of Ukiah Business License priorto the start of any work. The Contractor shall furnish a project schedule to the City prior to the start of any work and start work as scheduled. The work is to be completed within forty-five (45) calendar days. The Contractor will pay to the City the sum of five hundred ($500.00) dollars per day for each and every calendar day's delay beyond the time prescribed. Examination of Site, Drawings, Etc. Each bidder shall visit the site of the proposed work and fully acquaint himself with local conditions, construction and labor required so that he or she may fully understand the facilities, difficulties and restrictions attending the execution of the work under the Contract. Bidders shall thoroughly examine and be familiar with the Plans and Special Provisions. The failure of any bidder to receive or examine any form, instrument, addendum, or other document, or to visit the site and acquaint himself with conditions there existing, shall in noway relieve the bidder from any obligation with respect to his or her proposal or to the contract. The drawings for the work show conditions as they are supposed or believed by the City to exist; but, it is neither intended nor shall it be inferred that the conditions as shown thereon constitute a representation by the City or its officers that such conditions are actually existent, nor shall the City, or any of their officers or representatives be liable for any loss sustained by the Contractor as a result of a variance between the conditions shown on the drawings and the conditions actually revealed during the progress of the work or otherwise. The bidder's attention is directed to the possible existence of obstructions within the limits of the work or adjacent thereto, which may or may not be shown on the Drawings. The bidder shall investigate to his or her satisfaction the conditions to be encountered, the character, quality and quantities of work to be pertormed and materials to be furnished and the requirements of the Plans, Special Provisions, Standard Specifications, Standard Plans, and Contract Documents. The submission of a proposal shall LIGHTING RETROFIT AT CITY HALL AND UVCC 7 Spec. No. 0$-U7 be considered conclusive evidence that the bidder has made such examination and has accepted the project workplace as a safe workplace to perform the work of the Contract. Location of the Work All of the work to be performed will be at City Hall, located at 300 Seminary Avenue, Ukiah, California and the Ukiah Valley Conference Center (UVCC), located at 200 South School Street, Ukiah, California. All work is anticipated to be performed during regular work hours. LIGHTING RETROFIT AT CITY HALL AND UVCC $ Spec. No. 08-07 GENERAL CONDITIONS SECTION 1. PROPOSAL REQUIREMENTS AND GENERAL CONDITIONS 1-01. Definitions. Whenever any word or expression defined in this section, or pronoun used in its stead, occurs in these contract documents, it shall have and is mutually understood to have the meaning given: a. "City of Ukiah" or "City" shall mean the City of Ukiah, Mendocino County, California, acting through its City Council or any other board, body, official or officials to which orto whom the power belonging to the Council shall by virtue of any act or acts, hereafter pass or be held to appertain. b. "Engineer" shall mean the Engineer duly and officially appointed by the City to supervise and direct the work of construction under this contract, acting personally or through agents or assistants duly authorized by him, such agents or assistants acting within the scope of the particular duties entrusted to them. c. "Inspector" shall mean the engineering or technical inspector or inspectors duly authorized or appointed by the Engineer, limited to the particular duties entrusted to him or her or them. d. "Contractor" shall mean the party entering into contract with the City of Ukiah for the performance of work covered by this contract and his or her authorized agents or legal representatives. e. "Date of signing of contract" or words equivalent thereto, shall mean the date upon which this contract, with the signature of the Contractor affixed, together with the prescribed bonds, shall be or shall have been delivered to the City or its duly authorized representatives. f. "Day" or "days", unless herein otherwise expressly defined, shall mean a calendar day or days of twenty-four hours each. g. "The work" shall mean and include all the work specified, indicated, shown or contemplated in the contract to construct the improvement, including all alterations, amendments or extensions thereto made by contract change order or other written orders of the Engineer. h. "Contract drawings", "drawings", "plans" shall mean and include 1) all drawings or plans which may have been prepared by or on behalf of the City, as a basis for proposals, when duly signed and made a part of this contract by incorporation or reference, 2) all drawings submitted in pursuance of the terms of this contract by the successful bidder with his or her proposal and by the Contractor to the City if and when approved by the Engineer and 3) all drawings submitted by the Engineer to the Contractor during the progress of the work as provided for herein. i. Where "as shown", "as indicated", "as detailed" or words of similar import are used, it shall be understood that reference to the drawings accompanying these Special Provisions is made unless stated otherwise. Where "as directed", "as permitted", "approved" or words of similar import are used, it shall be understood that the direction, requirements, permission, approval or acceptance of the Engineer is intended unless stated otherwise. As used herein, "provide" or "install" shall be understood to mean "provide or install complete in place", that is, "furnish and install". "Shall" is mandatory; "may" is permissive. LIGHTING RETROFIT AT CITY HALL AND UVCC 9 Spec. No. 08-07 1-02. Examination of Plans, Special Provisions and Site of Work. The bidder shall examine carefully the Proposal, Plans, Special Provisions, Contract forms and the site of the work contemplated therefore. It will be assumed that the bidder has investigated to his or her satisfaction the conditions to be encountered and the character, quality and requirements of all Plans, Special Provisions, Standard Specifications, and Standard Plans involved. 1-03. Proposal. Bids shall be made on the blank form prepared by the City without removal from the bound Special Provisions. All bids shall give the prices bid, both in writing and in figures and shall be signed by the bidder or his or her authorized representative, with his or her address. If the bid is made by an individual or partner, his or her name and the post office address of his or her business or partnership, along with his or her signature or the signature of one or more partners must be shown; if made by a corporation, the bid shall show the name of the state under the laws of which the corporation is chartered, the name of the corporation and the title of the person who signs on behalf of the corporation. Each proposal shall be enclosed in a sealed envelope, endorsed as specified in the notice to bidders. Bidders are warned against making erasures or alterations of any kind and proposals which contain omissions, erasures, conditions, alterations, additions not called for, additional proposals or irregularities of any kind may be rejected. 1-04. Withdrawal of Bids. Any bid may be withdrawn at any time prior to the hour fixed in the notice to bidders for the openings of bids, provided that a request in writing, executed by the bidder or his or her duly authorized representative, for the withdrawal of such bid is filed with the City. The withdrawal of a bid will not prejudice the right of a bidder to file a new bid. 1-05. Public Opening of Bids. Bids will be opened and read publicly at the time and place indicated in the notice to bidders. Bidders or their agents are invited to be present. 1-06. Bid Guaranty. Each bid must be accompanied by a certified check, cashier's check or bidder's bond executed by an admitted surety insurer, payable to the order of the City of Ukiah in an amount not less than 10 percent of the bid as a guarantee that the bidder will enter into a contract, if awarded the work. 1-07. Qualification of Bidders. Each bidder shall be licensed under the provisions of Chapter 9, Division 3 of the Business and Professions Code and shall be skilled and regularly engaged in the general class or type of work called for under this contract. A statement setting forth this experience and business standing shall be submitted by each bidder on the form provided herewith. It is the intention of the City to award a contract only to a bidder who furnishes satisfactory evidence that he or she has the requisite experience and ability and that he or she has sufficient capital, facilities and equipment to enable him or her to prosecute the work successfully and promptly within the time and in the manner agreed. In determining the degree of responsibility to be credited to a bidder, the City may weigh evidence that the bidder or his or her personnel charged with the responsibility in the work, has performed satisfactorily other contracts of like nature and magnitude or comparable difficulty at similar rates of progress. 1-08. Disqualification of Bidders. More than one bid from an individual business, partnership, corporation or association, under the same or different names, will not be considered. Reasonable grounds for believing that any bidder is financially interested in more than one bid for the work will cause the rejection of all bids in which he or she is so interested. If there is reason to believe that collusion exists among the bidders, none of the participants in such collusion will be considered. Bids in which the prices obviously are unbalanced may be rejected. 1-09. Identification of Subcontractors. All bids shall comply with the Subletting and Subcontracting Fair Practices Act (Government Code Section 4100 and following) and shall set forth: (a) The name and the location of the place of business of each subcontractor who will pertorm work or labor, or render service to the prime contractor in or about the construction of the work, or to a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work according to detailed drawings contained in the plans and Special Provisions, in an amount in excess of one-half of 1 percent of the prime contractor's total bid. (b) The portion of the work which will be done by each such subcontractor. The prime contractor shall list only one subcontractor for each such portion defined by the prime contractor in his or her bid. LIGHTING RETROFIT AT CITY HALL AND UVCC 10 Spec. No. ~$-07 1-10. General Provisions of the Standard Specifications. All provisions of the General Provisions, Sections 1 through 9, of the Standard Specifications, shall be applicable to the contract except as modified by these Special Provisions. The Standard Specifications are set forth in Section 12-03 of these Special Provisions. SECTION 2. AWARD AND EXECUTION OF CONTRACT 2-01. Award of Contract. Award of the contract, if it be awarded, will be to the lowest responsible bidder whose bid complies with all the specified requirements. The award, if made, will be made within thirty (30) days after opening of the bids. The City reserves the right to reject any and all bids and to waive any irregularity in the proposal not pertaining to cost. 2-02. Return of Proposal Guaranties. All bid guaranties will be held until the contract has been fully executed, after which they will be returned to the respective bidders whose bids they accompany. 2-03. Execution of Contract. The contract agreement shall be executed in duplicate by the successful bidder and returned, together with the contract bonds, insurance certificates and endorsements, within fifteen (15) days after written notice of the award of the contract. After execution by the City; one copy shall be filed with the City and one copy shall be returned to the Contractor. If the bidder fails or refuses to enter into the contract agreement within the required time, then the bid guaranty accompanying the bid shall be forteited to the City. SECTION 3. SCOPE AND INTENT OF CONTRACT 3-01. Effect of Inspection and Payments. Neither the inspection by the Engineer or an inspector, nor any order, measurement or approved modification, nor certificate or paymentof money, nor acceptance of any partor whole of the work, nor any extension of time, nor any possession by the City or its agents, shall operate as a waiver of any provision of this contract or of any power reserved therein to the City, or of any right to damages thereunder; nor shall any breach of this contract be held to be a waiver of any subsequent breach. All remedies shall be construed as cumulative. 3-02. Effect of Extension of Time. The granting of any extension of time on account of delays which, in the judgment of the City, are avoidable delays shall in noway operate as a waiver on the part of the City of its rights under this contract. 3-03. Extra Work. If extra work orders are given in accordance with provisions of this contract, such work shall be considered a part hereof and shall be subject to each and all of its terms and requirements. 3-04. Assignment of Contract. The contract may be assigned or sublet in whole or in part only upon the written consent of the City acting through its authorized agents. Consent will not be given to any proposed assignment which would relieve the original contractor or its surety of their responsibilities under the contract nor will the Engineer consent to any assignment of a part of the work under the contract. 3-05. Subcontractors. The Contractor shall be as fully responsible for the acts and omissions of his or her subcontractors and of persons either directly or indirectly employed by them, as he or she is for the acts and omissions of persons directly employed by him. The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to bind subcontractors to the terms of this Contract which are applicable to the work of subcontractors. Nothing contained in this contract shall be construed to create or shall be relied upon to create any contractual relationship between any subcontractor and the City and no action may be brought by any subcontractor against the City based on this contract. LIGHTING RETROFIT AT CITY HALL AND UVCC 11 Spec. No. 08-07 3-06. Interpretation of Special Provisions and Drawings. The Special Provisions and the Contract Drawings are intended to be explanatory of each other. Any work indicated in the Contract Drawings and not in the Special Provisions, or vice versa, is to be executed as if indicated in both. Incase of a discrepancy or conflict between the Technical Specifications and Contract Plans, the Technical Specifications shall govern. All work shown on the Contract Drawings, the dimensions of which are not figured, shall be accurately followed to the scale to which the drawings are made, but figured dimensions are in all cases to be followed, where given, though they differ from scaled measurements. Large scale drawings shall be followed in preference to small scale drawings. Should it appear that the work to be done, or any of the matters relative thereto, are not sufficiently detailed or explained in these contract documents, including the contract drawings, the Contractor shall apply to the Engineer for such further explanations as may be necessary and shall conform thereto as part of this contract, so far as may be consistent with the terms of this contract. In the event of any doubt or questions arising respecting the true meaning of the Special Provisions, reference shall be made to the Engineer and his or her decision thereon shall be final. If the Contractor believes that a clarification or interpretation justifies an increase in the contract price or contract time, the Contractor must comply with the written notice provisions of Sections 9-05 and 10-07 of these Special Provisions. Contractors attention is directed to Section 12-05 of the Technical Specifications regarding the Standard Specifications and Standard Plans. 3-07. Liability of City Officials. No city official, nor the Engineer, nor any authorized assistant of any of them, shall be personally responsible for any liability arising under this contract. SECTION 4. BONDS 4-01. Faithful Performance Bond. As a part of the execution of this contract, the Contractor shall furnish a bond of a surety company or other securities providing equivalent protection such as cash, letter of credit, or certificates of deposit, acceptable to the City, conditioned upon the faithful performance of all covenants and stipulations under this contract. The amount of the bond shall be 100 percent of the total contract price, as this sum is set forth in the agreement. 4-02. Material and Labor Bond. As a part of the execution of this contract, the Contractor shall furnish a bond of a surety company or other securities providing equivalent protection such as cash, letter of credit or certificates of deposit acceptable to the City in a sum not less than 50 percent of the total contract price, as this sum is set forth in the agreement for the payment in full of all persons, companies or corporations who pertorm labor upon or furnish materials to be used in the work under this contract, in accordance with the provisions of Sections 3247 through 3252 inclusive of the Civil Code of the State of California and any acts amendatory thereof. 4-03. Defective Material and Workmanship Bond. As a condition precedent to the completion of this contract, the Contractor shall furnish a bond of a surety company acceptable to the City in an amount not less than 5 percent (5%) of the final contract price, to hold good for a period of one (1) year after the completion and acceptance of the work, to protect the City against the results of defective materials, workmanship and equipment during that time. This bond shall be delivered to the City before the final payment underthis contractwill be made. 4-04. Notification of Surety Companies. The surety companies shall familiarize themselves with all of the conditions and provisions of this contract and they waive the right of special notification of any change or modification of this contract or of extension of time, or decreased or increased work, or of the cancellation of the contract, or of any other act or acts by the City or its authorized agents, under the terms of this contract; and failure to so notify the aforesaid surety companies of changes shall in noway relieve the surety companies of their obligation under this contract. SECTION 5. INSURANCE REQUIREMENTS FOR CONTRACTORS (WITH CONSTRUCTION RISKS) Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. 5-01. Minimum Scope of Insurance LIGHTING RETROFIT AT CITY HALL AND UVCC 12 Spec. No. 08-07 Coverage shall be at least as broad as 1. Insurance Services Office Commercial Liability Coverage (occurrence form CG 0001). 2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto). 3. Worker's Compensation insurance as required by the State of California and Employer's Liability Insurance. 5-02. Minimum Limits of Insurance Contractor shall maintain limits no less than: General Liabilitv: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance orotherform with a general aggregate limit is used, either the general aggregate limit shall apply separately to this projecUlocation or the general aggregate limit shall be twice the required occurrence limit. Automobile Liabilitv: $1,000,000 per accident for bodily injury and property damage. 3. Employer's Liabilitv: $1,000,000 per accident for bodily injury and property damage 5-03. Deductibles and Self-insured Retentions Any deductibles orself-insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers; or the Contractor shall provide a financial guarantee satisfactory to the City guaranteeing payment of losses and related investigations, claim administration and defense expenses. 5-04. Other Insurance Provisions The general Liabilitv and automobile Liabilitv policies are to contain, or be endorsed to contain, the following provisions: The City, its officers, officials, employees and volunteers are to be covered as insured's 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 pertormed by or on behalf of the Contractor including materials, parts or equipment furnished in connection with such work or operations. General liability coverage can be provided in the form of an endorsement to the Contractor's insurance, or as a separate owner's policy. For any claims related to this project, the Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees or volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. 5-05. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best's rating of no less than the following: A++ VII A-VIII LIGHTING RETROFIT AT CITY HALL AND UVCC 13 Spec. No. 08-07 A+ VI I B++ X AVII B+X 5-06. Verification of Coverage Contractor shall furnish the City with original certificates and amendatory endorsements effecting coverage required by this clause. The endorsements shall be on forms provided by the City or on other than the City's forms, provided those endorsements or policies conform to the requirements. All certificates and endorsements are to be received within 15 days from written notice of contract award, and the work shall not commence until the certificates and endorsements have been approved by the City. The City reserves the right to require complete certified copies of all required insurance policies, including endorsements affecting the coverage required by these Special Provisions at any time. 5-07. Subcontractors Contractor shall include all subcontractors as insures under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverage for subcontractors shall be subject to all of the requirements stated herein. SECTION 6. RESPONSIBILITIES AND RIGHTS OF CONTRACTOR 6-Of. Legal Address of Contractor. Both the address given in the proposal and the Contractor's office in the vicinity of the work are hereby designated as places to either of which drawings, samples, notices, letters or other articles or communications to the Contractor may be mailed or delivered. The delivery at either of these places of any such thing from the City or its agents to the Contractor shall be deemed sufficient service thereof upon the Contractor and the date of such service shall be the date of such delivery. The address named in the proposal may be changed at any time by notice in writing from the Contractor to the City. Nothing herein contained shall be deemed to preclude or render inoperative the service of any drawing, sample, notice, letter or other article or communication to or upon the Contractor personally. 6-02. Office of Contractor at Site. During the performance of this contract, the Contractor shall maintain a suitable office at the site of the work which shall be the headquarters of a representative authorized to receive drawings and any such thing given to the said representatives ordelivered at the Contractor's office at the site of work in his or her absence shall be deemed to have been given to the Contractor. 6-03. Attention to Work. The Contractor shall give his or her personal attention to and shall supervise the work to the end that it shall be prosecuted faithfully and when he or she is not personally present on the work, he or she shall at all reasonable times be represented by a competent superintendent or foreman who shall receive and obey all instructions or orders given under this contract and who shall have full authority to execute the same and to supply materials, tools and labor without delay and who shall be the legal representative of the Contractor. The Contractor shall be liable for the faithful observance of any instructions delivered to him or her or to his or her authorized representative. 6-04. Liability of Contractor. The Contractor shall do all of the work and furnish all labor, materials, tools and appliances, except as otherwise herein expressly stipulated, necessary or proper for performing and completing the 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 LIGHTING RETROFIT AT CITY HALL AND UVCC 14 Spec. No. 08-07 nature whatsoever, excepting only acts of God and none other, to all or any portions of the work, except as otherwise stipulated. To the fullest extent permitted by law, Contractor shall indemnify and hold harmless the City and its officers, directors, agents and employees from and against all claims, damages, losses and expenses including but not limited to attorneys' fees, costs of suit, expert witness fees and expenses and fees and costs of any necessary private investigators arising out of or resulting from the performance of the work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property, other than the work itself, including the loss of use resulting there from 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 whetheror 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 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any subcontractor under workers' or workmen's compensation acts, disability benefit acts, or other employee benefit acts. The obligation to indemnify shall extend to and include acts of the indemnified party which may be negligent or omissions which may cause negligence. The City shall have the right to estimate the amount of such damage and to cause the City to pay the same and the amount so paid for such damage shall be deducted from the money due the Contractor under this contract; or the whole or so much of the money due or to become due the Contractor under this contract as may be considered necessary by the City, shall be retained by the City until such suits or claims for damages shall have been settled or otherwise disposed of and satisfactory evidence to that effect furnished to the City. 6-05. Protection of Persons and Property. The Contractor shall furnish such watchman, guards, fences, warning signs, walks and lights as shall be necessary and shall take all other necessary precautions to prevent damage or injury to persons or property. All property line fences and improvements in the vicinity of the work shall be protected by the Contractor and, if they are injured or destroyed, they and any other property injured by the Contractor, his or her employees or agents, shall be restored to a condition as good as when he or she entered upon the work. 6-06. Protection of City Against Patent Claims. All fees, royalties or claims for any patented invention, article or method that may be used upon or in any manner connected with the work under this contract shall be included in the price bid for the work and the Contractor and his or her sureties shall protect and hold the City, together with all of its officers, agents, servants and employees, harmless against any and all demands made for such fees or claims brought or made on account of this contract. The Contractor shall, if requested by the Project Manager, furnish acceptable proof of a proper release from all such fees or classes. Should the Contractor, his or her agents, servants or employees, or any of them be enjoined from furnishing or using any invention, article, material or appliance supplied or required to be supplied or used under this contract, the Contractor shall promptly substitute other articles, materials or appliance, in lieu thereof, of equal efficiency, quality, finish, suitability and market value and satisfactory in all respects to the Project Manager. Or, in the event that the Project Manager elects, in lieu of such substitution, to have supplied and to retain and use, any such invention, article, material or appliance, as may by this contract be required to be supplied, in that event the Contractor shall pay such royalties and secure such valid licenses as may be requisite and necessary for the City, its officers, agents, servants and employees, or any of them, to use such invention, article, material or appliance without being disturbed or in any way interfered with by any proceeding in law or equity on account thereof. Should the Contractor neglect or refuse to make the substitution promptly, or to pay such royalties and secure such licenses as may be necessary, then in that event the Project Manager shall have the right to make such substitution, or the City may pay such royalties and secure such licenses and charge the cost thereof against any money due to the Contractor from the City or recover the amount thereof from him or her and his or her sureties notwithstanding final payment under this contract may have been made. LIGHTING RETROFIT AT CITY HALL AND UVCC 15 Spec. No. 08-07 6-07. Protection of Contractor's Work Property. The Contractor shall protect his or her work, supplies and materials from damage due to the nature of the work, the action of the elements, trespassers, or any cause whatsoever under his or her control, until the completion and acceptance of the work. Neither the City nor any of its agents assume any responsibility for collecting indemnity from any person or persons causing damage to the work of the Contractor. 6-08. Regulations and Permits. The Contractor shall secure and pay for all permits, give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn and specified. If the Contractor observes that the Plans and Special Provisions are at variance therewith, he or she shall promptly notify the Project Manager in writing and any necessary changes shall be adjusted as provided in the contract for changes in the work. The contractor and any subcontractors shall each secure and maintain a valid City of Ukiah Business License. The City of Ukiah will issue a no fee encroachment permit to the Contractorallowing him or her to perform work within City right of way or within City property after the Contract Documents have been executed and insurance certificates and endorsements have been approved by the City. 6-09. Construction Utilities. The Contractor shall be responsible for providing for and in behalf of his or her work under this contract, all necessary utilities, such as special connection to water supply, telephones, power lines, fences, roads, watchmen, suitable storage places, etc. 6-10. Approval of Contractor's Plans. The approval by the Project Manager of any drawing or any method of work proposed by the Contractor in accordance with paragraph 8-06 shall not relieve the Contractor of any of his or her responsibility for his or her errors therein and shall not be regarded as any assumption of risk or liability by the City or any officer or employee thereof and the Contractor shall have no claim under this contract on account of the failure or partial failure or inefficiency of any plan or method so approved. Such approval shall be considered to mean merely that the Project Manager has no objection to the Contractor's using, upon his or her own full responsibility the plan or method approved. 6-11. Suggestions to the Contractor. Any plan or method of work suggested by the Project Manager to the Contractor, but not specified or required, if adopted or followed by the Contractor in whole or in part, shall be used at the risk and responsibility of the Contractor; and the Project Manager and the City shall assume no responsibility thereof. 6-12. Termination of Unsatisfactory Subcontracts. Should any subcontractor fail to perform in a satisfactory manner the work undertaken by him, such subcontract shall be terminated immediately by the Contractor upon notice from the Project Manager. 6-13. Preservation of Stakes and Marks. The Contractor shall preserve carefully bench marks, reference points and stakes and incase of destruction he or she shall replace his or her stakes, reference points and bench marks and shall be responsible for any mistakes that may be caused by their unnecessary loss or disturbance. Contractor's attention is directed to Section 7-03 of these Special Provisions. 6-14. Assistance to Project Manager. At the request of the Project Manager the Contractor shall provide men from his or her force and tools, stakes and other materials to assist the Project Manager temporarily in making measurements and surveys and in establishing temporary or permanent reference marks. Payment for such materials and assistance will be made as provided for under the caption "Extra Work," provided, however, that the cost of setting stakes and marks carelessly lost or destroyed by the Contractor's employees will be assessed to the Contractor. 6-15. Removal of Condemned Materials and Structures. The Contractor shall remove from the site of the work, without delay, all rejected and condemned materials or structures of any kind brought to or incorporated in the work and upon his or her failure to do so, or to make satisfactory progress in so doing, within forty-eight (48) hours after the service of a written notice from the Project Manager, the condemned material or work may be removed by the City and the cost of such removal shall be taken out of the money that may be due or may become due the Contractor on account of or by virtue of this contract. No such rejected or condemned material shall again be offered for use by the Contractor under this Contract. 6-16. Proof of Compliance with Contract. In order that the Project Manager may determine whether the Contractor has complied with the requirements of this contract, not readily enforceable through inspection and LIGHTING RETROFIT AT CITY HALL AND UVCC 16 Spec. No. OH-07 tests of the work and materials, the Contractor shall, at any time when requested, submit to the Project Manager properly authenticated documents or other satisfactory proofs as to his or her compliance with such requirements. 6-17. Errors and Omissions. If the Contractor, in the course of the work, finds any errors or omissions in plans or in the layout as given by survey points and instruction, or if he or she finds any discrepancy between the plans and the physical conditions of the locality, he or she shall immediately inform the Project Manager, in writing and the Project Manager shall promptly verify the same. Any work done after such discovery, until authorized, will be done at the Contractor's risk. 6-18. Cooperation. The Contractor shall cooperate with all other contractors who may be pertorming work in behalf of the City and workmen who may be employed by the City on any work in the vicinity of the work to be done under this contract with the work of such contractors or workmen. He or she shall make good promptly, at his or her own expense, any injury or damage that may be sustained by other contractors or employees of the City at his or her hands. Any difference or conflict which may arise between the Contractor and other contractors or between the contractor and workmen of the City in regard to their work shall be adjusted and determined by the Project Manager. If the work of the Contractor is delayed because of any acts or omissions of any other contractor or of the City, the Contractor shall on that account have no claim against the City other than for an extension of time. 6-19. Right of Contractor to Stop Work. Under the following conditions the Contractor shall have the right, if he or she so desires, to stop the work and terminate the contract upon ten (10) days written notice to the Project Manager and recover from the City payment for all work actually performed and for all satisfactory materials actually delivered to the site of the work for permanent incorporation therein, all as may be shown by the estimate of the Project Manager. (1) If the work be stopped under an order of any court or other competent public authority for a period of time of three (3) months through no act or fault of the Contractor or of anyone employed by him. (2) If the Project Manager fails to issue the monthly certifcate for payment in accordance with the terms of this contract. (3) If the City fails to pay the Contractor within sixty (60) days after it shall have become due, as provided by the terms of this contract, any sum certified by the Project Manager or awarded by the City. All provided that if such action to terminate the contract be not instituted by the Contractor within ten (10) days after the alleged existence of such condition and if written notice of such action be not at that time delivered to the City and the Project Manager, then such right shall lapse until another occasion arises according to this section. 6-20. Hiring and Dismissal of Employees. The Contractor shall employ only such foremen, mechanics and laborers as are competent and skilled in their respective lines of work and whenever the Project Manager shall notify the Contractor that any person on the work is, in his or her opinion, incompetent, unfaithful, intemperate or disorderly, or refuses to carry out the provisions of this contract, or uses threatening or abusive language to any person on the work representing the City, or is otherwise unsatisfactory, such person shall be discharged immediately from the work and shall not be re-employed upon it except with the consent of the Project Manager. 6-21. Wage Rates. Contractor shall pay all mechanics and laborers employed or working upon the site of the work unconditionally and without subsequent deductions or rebate on any account the full amounts due atthe 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. 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 Owner, $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 LIGHTING RETROFIT AT CITY HALL AND UVCC 17 Spec. No. 08-07 workman is employed for any work done under the Contract by him or her or by any subcontractor under him or her in violation of the provisions of the Labor Code and in particular, Labor Code Sections 1770 to 1780, inclusive. In addition to said penalty and pursuant to Section 1775, the difference between such stipulated prevailing wage rates and the amount paid to each workman for each calendar day or portion thereof for which each workman was paid less than the stipulated prevailing wage rate shall be paid to each workman by the Contractor. 3. Pursuant to the provision of Section 1770 of the Labor Code of the State of California, Owner has ascertained the general prevailing rate of wages (which rate includes employer payments for health and welfare, vacation, pension and similar purposes) applicable to the work to be done, for straight time work. The holiday wage rate listed shall be applicable to all holidays recognized in the collective bargaining agreement of the particular craft, classification or type of workmen concerned. Copies of the General Prevailing Wage Determination are available on the Internet at web address: http://www.dir.ca.gov/DLSR/PWD The Contractor shallpostthewagedeterminationatthesiteofworkin a prominent place where it can easily be seen by the workers. 4. City will not recognize any claim for additional compensation because the Contractor has paid any rate in excess of the prevailing wage rate obtained by the Contractor. The possibility ofwage increases is one of the elements to be considered by the Contractor in determining his or her bid and will not in any circumstances be considered as the basis for a claim against the City. 5. Travel and Subsistence Payments. Contractor shall make travel and subsistence payments to each workman needed to execute the work in accordance with the requirements in Section 1773.8 of the Labor Code (Chapter 880, Statutes of 1968). 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 ApprenticeshipStavdards and its branch offices. 6-22. Cleaning Up. The Contractor shall not allow the site of the work to become littered with trash and waste material, but shall maintain the same in a neat and orderly condition throughout the construction period. The Project Manager shall have the right to determine what is or is not waste material or rubbish and the place and manner of disposal. On or before the completion of the work, the Contractor shall without charge therefore carefully clean out all pits, pipes, chambers or conduits and shall tear down and remove all temporary structures built by him or her and shall remove rubbish of all kind from any of the grounds which he or she has occupied and leave them in first class condition. 6-23. Guaranty. All work shall be guaranteed for a period of one year from the date of acceptance by the City. The Contractor shall promptly make all needed repairs arising out of defective materials, workmanship and equipment. The City is hereby authorized to make such repairs if within ten days after the mailing of a notice in writing to the Contractor or his or her agent, the Contractor shall neglect to make or undertake with due diligence the aforesaid repairs, provided, however, that in case of an emergency where, in the opinion of the City delay would cause serious loss or damage, repairs may be made without notice being sent to the Contractor and the Contractor shall pay the costs thereof. LIGHTING RETROFIT AT CITY HALL AND UVCC 18 Spec. No. 08-07 Pursuant to the provisions of Section 4-03 of these Special Provisions, the Contractor shall furnish a Defective Material and Workmanship Bond in an amount not less than 5 percent of the final contract price, which shall be effective for a period of one (1) year after the completion and acceptance of the work. SECTION 7. RESPONSIBILITIES AND RIGHTS OF CITY 7-01. Authority of the Project Manager. All work done under this contract shall be done in a workmanlike manner and shall be pertormed to the reasonable satisfaction of the Project Manager, who shall have general supervision of all work included hereunder. To prevent disputes and litigation, the Project Manager (1) shall in all cases determine the amount, quality, acceptability and fitness of the several kinds of work and materials which are to be paid for under this contract, (2) shall decide all questions relative to the true construction, meaning and intent of the Special Provisions and Drawings, (3) shall decide all questions which may arise relative to the classifications and measurements of quantities and materials and the fulfillment of this contract and (4) shall have the power to reject or condemn all work or material which does not conform to the terms of this contract. His or her estimate and decision in all matters shall be a condition precedent to an appeal for arbitration, or the right of the Contractor to receive, demand, or claim any money or other compensation under this agreement and a condition precedent to any liability on the part of the City to the Contractor on account of this contract. Whenever the Project Manager shall be unable to act, in consequence of absence or other cause, then such Project Manager as the City shall designate, shall perform any and all of the duties and be vested with any or all of the powers herein given to the Project Manger. 7-02. Inspection. The City will provide personnel for the inspection of the work. The Project Manager and his or her representatives shall at all times have access to the work whenever it is in preparation or progress and the Contractor shall provide proper facilities for such access and inspection. If the Special Provisions, the Project Manager instruction, laws, ordinances, or any public authority requires any work to be specially tested or approved, the Contractor shall give the Project Manager timely notice of its readiness for inspection and, if the inspection is by an authority other than the Project Manager, of the date fixed for such inspection. Inspections by the Project Manager shall be promptly made at the source of supply where practicable. If any work shall be covered up without approval or consent of the Project Manager, it must, if required by the Project Manager, be uncovered for examination and properly restored at the Contractor's expense. Re-examination of any work may be ordered by the Project Manager and, if so ordered, the work must be uncovered by the Contractor. If such work is found to be in accordance with the contract documents, the City shall pay the cost of re-examination and replacement. If such work is not in accordance with the contract documents, the Contractor shall pay such cost. Properly authorized and accredited inspectors shall be considered to be the representatives of the City limited to the duties and powers entrusted to them. It will be their duty to inspect materials and workmanship of those portions of the work to which they are assigned, either individually or collectively, under instructions of the Project Project Manager and to report any and all deviations from the Drawings, Special Provisions and other contract provisions which may come to their notice. Any inspector may be considered to have the right to order the work entrusted to his or her supervision stopped, if in his or her opinion such action becomes necessary, until the Project Manager r is notified and has determined and ordered that the work may proceed in due fulfillment of all contract requirements. LIGHTING RETROFIT AT CITY HALL AND UVCC 19 Spec. No. ()8-U7 7-03. Surveys. Contractor shall furnish all land surveys, establish all base lines and bench marks and make sufficient detailed surveys needed for working points, lines and elevations. The Contractor shall develop all slope stakes and batter boards. Contractor shall also develop all additional working points, lines and elevations as he or she may desire to facilitate his or her methods and sequence of construction. 7-04. Rights-of-Way. The City will provide all necessary rights-of-way and easements in or beneath which work will be performed by the Contractor under this contract. 7-05. Retention of Imperfect Work. If any portion of the work done or material furnished under this contract shall prove defective and not in accordance with the Plans and Special Provisions, and if the imperfection in the same shall not be of sufficient magnitude or importance to make the work dangerous or undesirable, the Project Manager shall have the right and authority to retain such work instead of requiring the imperfect work to be removed and reconstructed, but he or she shall make such deductions therefore in the payments due or to become due the Contractor as may be just and reasonable. 7-06. Changes in the Work. The Project Manager shall have the right, in writing, to order additions to, omissions from, or corrections, alterations and modifications in the line, grade, form, dimensions, plan, or kind or amount of work or materials herein contemplated, or any part thereof, either before or after the beginning of construction. However, the arithmetical sum of the cost to the City of additions and subtractions from the work under this contract shall not exceed 10 percent of original contract amount or $25,000, whichever is the lesser, unless based upon a supplementary agreement to be made therefore. The order of such additions, omissions, corrections, alterations and modifications shall be in writing and signed by the Project Manager and, in order, shall then be binding upon the Contractor. The Contractor shall proceed with the work as changed and the value of such change shall be determined as provided for in section 10-07 of these Special Provisions. Such alterations shall in noway affect, vitiate, or make void this contract or any part thereof, except that which is necessarily affected by such alterations and is clearly the evident intention of the parties to this contract. 7-07. Additional Drawings by City. The drawings made a part of this contract at the time of its execution are intended to be fairly comprehensive and to indicate in more or less detail the scope of the work. In addition to these drawings, however, the Project Manager shall furnish such additional drawings from time to time during the progress of the work as are necessary to make clear or to define in greater detail the intent of the Special Provisions and the contract drawings and the Contractor shall make his or herwork conform to all such drawings. 7-08. Additional and Emergency Protection. Whenever, in the opinion of the Project Manager, the Contractor has not taken sufficient precautions for the safety of the public or the protection of the works to be constructed under this contract, or of adjacent structures or property which may be injured by the processes of construction on account of such neglect and whenever, in the opinion of the Project Manager, an emergency shall arise and immediate action shall be considered necessary in order to protect public or private, personal or property interest, then and in that event, the Project Manager, with or without notice to the Contractor may provide suitable protection to the said interests by causing such work to be done and such material to be furnished as shall provide such protection as the Project Manager may consider necessary and adequate. The cost and expense of such work and material so furnished shall be borne by the Contractor and, if the same shall not be paid on presentation of the bills therefore, then such costs shall be deducted from any amounts due or to become due the Contractor. The performance of such emergency work under the direction of the Project Manager shall in noway relieve the Contractor from any damages which may occur during or after such precaution has been taken by the Project Manager. 7-09. Suspension of Work. The City may at any time suspend the work or any part thereof by giving five (5) days written notice to the Contractor. The work shall be resumed by the Contractorwithin ten (10) days after the date fixed in the written notice from the City to the Contractor so to do. The City shall reimburse the Contractor for expense incurred by the Contractor in connection with the work under this contract as a result of such suspension. LIGHTING RETROFIT AT CITY HALL AND UVCC 2 0 Spec. No. ()8-117 If the work, or any part thereof, shall be stopped by the notice in writing aforesaid and if the City does not give notice in writing to the Contractor to resume work at a date within ten (10) days of the date fixed in the written notice to suspend, then the Contractor may abandon that portion of the work so suspended and he or she will be entitled to the estimates and payments for all work done on the portions so abandoned, if any, plus 5 percent of the value of the work so abandoned, to compensate for loss of overhead, plant expense and anticipated profit. 7-10. Right of City to Terminate Contract. If the Contractor should be adjudged a bankrupt, or if he or she should make a general assignment for the benefit of his or her creditors, or if a receiver should be appointed on account of his or her insolvency, or if he or she should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to supply sufficient properly skilled workmen or proper materials, or if he or she should fail to make prompt payments to subcontractors or for material or labor, or persistently disregard laws, ordinances or the instructions of the Project Manager, or otherwise be guilty of a substantial violation of any provision of the contract, then the City, upon the certificate of the Project Manager that sufficient cause exists to justify such action, may, without prejudice to any other right or remedy and after giving the Contractor seven days written notice, terminate the employment of the Contractor and take possession of the premises and of all materials, tools and appliances and finish the work by whatever method the City may deem expedient. In such case, the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the contract price shall exceed the expense of finishing the work, including compensation for additional managerial and administrative services; such excess shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor shall pay the difference to the City. The expense incurred by the City as herein provided and the damage incurred through the Contractor's default, shall be certified by the Project Manager. 7-11. Use of Completed Portions. The City shall have the right to take possession of and use any completed or partially completed portions of the work, notwithstanding the time for completing the entire work or such portions which may not have expired; but such taking possession and using shall not be deemed an acceptance of any work not completed in accordance with the contract documents. If such prior use increases the cost of or delays the work, the Contractor shall be entitled to such extra compensation, or extension of time or both, as the Project Manager may determine. SECTION 8. WORKMANSHIP, MATERIALS and EQUIPMENT 8-01. General Quality. Materials and equipment shall be new and of a quality equal to that specified or approved. Work shall be done and completed in a thorough and workmanlike manner. 8-02. Quality in Absence of Detailed Specifications. Whenever under this contract it is provided that the Contractor shall furnish materials or manufactured articles or shall do work for which no detailed specifications are set forth, the materials or manufactured articles shall be of the best grade in quality and workmanship obtainable in the market from firms of established good reputation, or, if not ordinarily carried in stock, shall conform to the usual standards for first-class materials or articles of the kind required, with due consideration of the use to which they are to be put. In general, the work performed shall be in full conformity and harmony with the intent to secure the best standard of construction and equipment of the work as a whole or in part. 8-03. Materials and Equipment Specified by Name. Whenever any material or equipment is indicated or specified by patent or proprietary name or by the name of the manufacturer, such specification shall be considered as used for the purpose of describing the material or equipment desired and shall be considered as followed by the words "or approved equal". The Contractor may offer any material or equipment which shall be equal in every respect to that specified, provided that written approval first is obtained from the Project Manager. 8-04. Source of Materials. Price, fitness and quality being equal, preference shall be given by the Contractorfor supplies grown, manufactured or produced in the State of California and, next, for such products partially produced in this State in accordance with Government Code Section 4332. 8-05. Storage of Materials. Materials shall be so stored to ensure the preservation of their quality and fitness for the work. They shall be so located and disposed that prompt and proper inspection thereof may be made. LIGHTING RETROFIT AT CITY HALL AND UVCC 21 Spec. No. 08-07 8-06. Drawings, Samples and Tests. As soon as possible after execution of the contract, the Contractor shall submit to the Project Manager, in quintuplicate, sufficient information including, if necessary, assembly and detail drawings to demonstrate fully that the equipment and materials to be furnished comply with the provisions and intent of these Special Provisions and Drawings. If the information thus submitted indicates the equipment or materials is acceptable, the Project Managerwill return one copy stamped with his or her approval; otherwise, one copy will be returned with an explanation of why the equipment or material is unsatisfactory. The Contractor shall have no claims for damages or for extension of time on account of any delay due to the revision of drawings or rejection of material. Fabrication or other work performed in advance of approval shall be done entirely at the Contractor's risk. After approval of equipment or material, the Contractor shall not deviate in any way from the design and specifications given without the written consent of the Project Manager. When requested by the Project Manager, a sample or test specimens of the materials to be used or offered for use in connection with the work shall be prepared at the expense of the Contractor and furnished by him or her in such quantities and sizes as may be required for proper examination and tests, with all freight charges prepaid and with information as to their sources. All samples shall be submitted before shipment and in ample time to permit the making of proper tests, analyses, or examination before the time at which it is desired to incorporate the material into the work. All tests of materials furnished by the Contractor shall be made by the Project Manager. Samples shall be secured and tested whenever necessary to determine the quality of the material. SECTION 9. PROSECUTION OF WORK 9-01. Equipment and Methods. The work under this contract shall be prosecuted with all materials, tools, machinery, apparatus and labor and by such methods as are necessary to the complete execution of everything described, shown, or reasonably implied. If at any time before the beginning or during the progress of the work, any part of the Contractor's plant or equipment, or any of his or her methods of execution of the work, appear to the Project Manager to be unsafe, inefficient, or inadequate to insure the required quality or the rate of progress of the work, he or she may order the Contractor to increase or improve his or her facilities or methods and the Contractor shall comply promptly with such orders; but, neither compliance with such orders nor failure of the Project Manager to issue such orders shall relieve the Contractor from his or her obligation to secure the degree of safety, the quality of the work and the rate of progress required of the Contractor. The Contractor alone shall be responsible for the safety, adequacy and efficiency of his or her plant, equipment and methods. 9-02. Time of Completion. The Contractor shall promptly begin the work under this contract and shall complete and make ready for full use all portions of the project made the subject of this contract within the time set forth in the agreement bound herewith. 9-03. Avoidable Delays. Avoidable delays in the prosecution or completion of the work shall include all delays which might have been avoided by the exercise of care, prudence, foresight and diligence on the part of the Contractor. The City will consider as avoidable delays within the meaning of this contract (1) delays in the prosecution of parts of the work, which may in themselves be unavoidable, but do not necessarily prevent or delay the prosecution of other parts of the work nor the completion of the whole work within the time herein specified, (2) reasonable loss of time resulting from the necessity of submitting plans to the Project Manager for approval and from the making of surveys, measurements, inspections, and testing and (3) such interruptions as may occur in the prosecution of the work on account of the reasonable interference of other contractors employed by the City which do not necessarily prevent the completion of the whole work within the time herein specified. 9-04. Unavoidable Delays. Unavoidable delays in the prosecution or completion of the work underthis contract shall include all delays which may result, through cause beyond the control of the Contractor and which he or she could not have provided against by the exercise of care, prudence, foresight and diligence. Orders issued by the City changing the amount of work to be done, the quantity of material to be furnished or the manner in which the work is to be prosecuted and unforeseen delays in the completion of the work of other contractors under contract with the City will be considered unavoidable delays, so far as they necessarily intertere with the Contractor's completion of the whole of the work. Delays due to normally adverse weather conditions will not be regarded as LIGHTING RETROFIT AT CITY HALL AND UVCC 22 Spec. No. Q$-07 unavoidable delays. However, truly abnormal amounts of rainfall, temperatures or otherweatherconditions for the location of the work and time of year may be considered as unavoidable delays if those conditions necessarily cause a delay in the completion of the work. 9-05. Notice of Delays. Whenever the Contractor foresees any delay in the prosecution of the work and, in any event, immediately upon the occurrence of any delay which the contractor regards as an unavoidable delay, he or she shall notify the Project Manager in writing of the probability of the occurrence of such delay and its cause, in order that the Project Manager may take immediate steps to prevent, if possible, the occurrence or continuance of the delay, or, if this cannot be done, may determine whether the delay is to be considered avoidable or unavoidable, how long it continues and to what extent the prosecution and completion of the work are to be delayed thereby. 9-06. Extension of Time. Should any delays occur which the Project Manager may consider unavoidable, as herein defined, the Contractor shall, pursuant to his or her application, be allowed an extension of time proportional to said delay or delays, beyond the time herein set forth, in which to complete this contract; and liquidated damages for delay shall not be charged against the Contractor by the City during an extension of time granted because of unavoidable delay or delays. Any claim by Contractor for a time extension based on unavoidable delays shall be based on written notice delivered to the Project Manager within 15 days of the occurrence of the event giving rise to the claim. Failure to file said written notice within the time specified shall constitute a waiver of said claim. Notice of the full extent of the claim and all supporting data must be delivered to the Project Manager within 45 days of the occurrence unless the Project Manager specifies in writing a longer period. All claims for a time extension must be approved by the Project Manager and incorporated into a written change order. 9-07. Unfavorable Weather and Other Conditions. During unfavorable weather and other conditions, the Contractor shall pursue only such portions of the work as shall not be damaged thereby. No portions of the work whose satisfactory quality or efficiency will be affected by any unfavorable conditions shall be constructed while these conditions remain, unless, by special means or precautions approved by the Project Manager, the Contractor shall be able to overcome them. The Contractor shall be granted a time extension of one day for each unfavorable weather day which prevents him or her from placing concrete forms or placing and finishing concrete or asphalt concrete. Such unfavorable weather day is defined as a rain day where precipitation prevents the contractor from pertorming the work more than four (4) continuous hours within the authorized work period or a temperature day where the ambient temperature is below that specifed for the placement of materials associated with the controlling work item for more than four (4) continuous work hours of the authorized work period. 9-08. Saturday, Sunday, Holiday and Night Work. No work shall be done between the hours of 6 p.m. and 7 a.m., nor on Saturdays, Sundays or legal holidays except such work as is necessary for the proper care and protection of work already performed, or except in cases of absolute necessity and in any case only with the permission of the Project Manager. It is understood, however, that night work may be established as a regular procedure by the Contractor if he or she first obtains the written permission of the Project Manager and that such permission may be revoked at any time by the Project Manager if the Contractor fails to maintain at night adequate force and equipment for reasonable prosecution and to justify inspection of the work. 9-09. Hours of Labor. Eight (8) hours of labor shall constitute a legal day's work and the Contractor or any subcontractor shall not require or permit more than eight hours of labor in a day from any person employed by him or her in the pertormance of the work under this contract, unless paying compensation for all hours worked in excess of eight (8) hours per day at not less than 1 Y times the basic rate of pay. The Contractor shall forfeit to the City, as a penalty, the sum of twenty-five dollars ($25.00) for each workman employed in the execution of the contract by him or her or by any subcontractor, for each calendar day during which such laborer, workman, or mechanic is required or permitted to labor more than eight hours in violation of the provisions of Section 1810 to 1816, inclusive, (Article 3, Chapter 1, Part 7, Division 2) of the Labor Code of the State of California and any acts amendatory thereof. LIGHTING RETROFIT AT CITY HALL AND UVCC 2 3 Spec. No. 0$-07 SECTION 10. PAYMENT 10-01. Certification by City. All payments under this contract shall be made upon the presentation of certificates in writing from the Project Manager and shall show that the work covered by the payments has been done and the payments thereof are due in accordance with this contract. 10-02. Progress Estimates and Payment. The Project Manager shall, within the first seven (7) days of each month, make an estimate of the value of the work performed in accordance with this contract during the previous calendar month. The first estimate shall be of the value of the work satisfactorily completed in place and meeting the requirements of the contract. And every subsequent estimate, except the final estimate, shall be of the value of the work satisfactorily completed in place since the last preceding estimate was made; provided, however, that should the Contractor fail to adhere to the program of completion fixed in this contract, the Project Manager shall deduct from the next and all subsequent estimates the full calculated accruing amount of the liquidated damages to the date of said estimate, until such time as the compliance with the program has been restored. The estimate shall be signed by the Project Manager and, after approval, the City shall pay or cause to be paid to the Contractor in the manner provided by law, an amount equal to 90 percent of the estimated value of the work satisfactorily performed and complete in place. 10-03. Substitution of Securities 1. At such times that Government Code Section 4590 is in effect Contractor may propose the substitution of securities of at least equal market value for any moneys to be withheld to ensure pertormance underthe Contract. Market value shall be determined as of the day prior to the date such substitution is to take place. Such substitution shall be made at the request and expense of the Contractor. The securities shall be one or more of the following types: (a) Bonds orinterest-bearing notes or obligations of the United States, or those for which the faith and credit of the United States are pledged for the payment of principal and interest. (b) Bonds orinterest-bearing notes on obligations that are guaranteed as to principal and interest by a federal agency of the United States. (c) Bonds of the State of California, or those for which the faith and credit of the State of California are pledged for the payment of principal and interest. (d) Bonds or warrants, including, but not limited to, revenue warrants, of any county, city, metropolitan water district, California water district, California water storage district, irrigation district in the State of California, municipal utility district, or school district of the State of California, which are rated by Moody's or Standard and Poor as A or better. (e) Bonds, consolidated bonds, collateral trust debentures, consolidated debentures, or other obligations issued by federal land banks or federal intermediate credit banks established under the Federal Farm Loan Act, as amended; debentures and consolidated debentures issued by the Central Bank for Cooperatives and banks for cooperatives established under the Farm Credit Act of 1933, as amended; bonds, or debentures of the Federal Home Loan Bank Board established under the Federal Home Loan Bank Act; and stock, bonds, debentures and other obligations of the Federal National Mortgage Association established under the National Housing Act as amended and bonds of any Federal Home Loan Mortgage Corporation. (f) Commercial paper of "prime" quality as defined by a nationally recognized organization which rates such securities. Eligible paper is further limited to issuing corporations: (1) organized and operating within the United States; (2) having total assets in excess of five hundred million dollars ($500,000,000); and (3) approved by the Pooled Money Investment Board of the State of California. Purchases of eligible LIGHTING RETROFIT AT CITY HALL AND UVCC 24 Spec. No. 08-07 commercial paper may not exceed 180 days' maturity, nor represent more than 10 percent of the outstanding paper of an issuing corporation. (g) Bills of exchange or time drafts on and accepted by a commercial bank, otherwise known as banker's acceptances, which are eligible for purchase by the Federal Reserve System. (h) Certificates of deposits issued by a nationally or state-chartered bank or savings and loan association. (i) The portion of bank loans and obligations guaranteed by the United States Small Business Administration or the United States Farmers Home Administration. (j) Student loan notes insured under the Guaranteed Student Loan Program established pursuant to the Higher Education Act of 1965, as amended (20 U.S.C. 1001, et seq.) and eligible for resale to the Student Loan Marketing Association established pursuant to Section 133 of the Education Amendments of 1972, as amended (20 U.S.C. 1087-2). (k) Obligations issued, assumed or guaranteed by International Bank for Reconstruction and Development, the Inter-American Development Bank, the Asian Development Bank, or the Government Development Bank of Puerto Rico. (I) Bonds, debentures and notes issued by corporations organized and operating within the United States. Such securities eligible for substitution shall be within the top three ratings of a nationally recognized rating service. 2. The securities shall be deposited with City or with any commercial bank as escrow agent, who shall arrange for transfer of such securities to the Contractor upon satisfactory completion of the contract. Any interest accrued or paid on such securities shall belong to the Contractor and shall be paid upon satisfactory completion of the contract. The market value of the securities deposited shall at all times be maintained in an amount at least equal, in the sole judgment of City, to the moneys to be withheld pursuant to the Contract Documents to ensure performance of the Contract. In order to comply with this condition, Contractor shall deposit additional securities as necessary upon request by City or the escrow agent. 3. Upon acceptance of any Proposal that includes substituting securities for amounts withheld to ensure performance, a separate escrow agreement satisfactory in form and substance to City shall be prepared and executed by City, the Contractor and the escrow agent, which may be City. The escrow agreement shall specify, among other matters, value of securities to be deposited; procedures for valuing the securities and for adding or withdrawing securities to maintain the market value of the deposited securities at least equal to the amount of moneys which would otherwise be withheld; the terms and conditions of conversion to cash in case of the default by the Contractor; and terms, conditions and procedure for termination of the escrow. City shall have no obligation to enter any such Agreement that does not provide the City with the unilateral right to convert securities to cash and to gain immediate possession of the cash. 10-04. Acceptance. The work must be accepted by vote of the City Council of the City of Ukiah when the whole shall have been completed satisfactorily. The Contractor shall notify the Project Manager, in writing, of the completion of the work, whereupon the Project Manager shall promptly, by personal inspection, satisfy himself as to the actual completion of the work in accordance with the terms of the contract and shall thereupon recommend acceptance by the City Council. 10-05. Final Estimate and Payment. The Project Manager shall, as soon as practicable after the final acceptance of the work done under this contract, make a final estimate of the amount of work done there under and the value thereof. Such final estimate shall be signed by the Project Manager, and after approval, the City shall pay or cause to be paid to the Contractor, in the manner provided by law, the entire sum so found to be due hereunder, after deducting there from all previous payments and such other lawful amounts as the terms of this contract prescribe. LIGHTING RETROFIT AT CITY HALL AND UVCC 25 Spec. No. (l$-07 In no case will final payment be made in less than thirty-five (35) days after the filing of the notice of completion with the County Recorder. 10-06. Delay Payments. Should any payment due the Contractor or any estimate be delayed, through fault of the City beyond the time stipulated, such delay shall not constitute a breach of contractor be the basis for a claim for damages, but the City shall pay the Contractor interest on the amount of the payment at the rate of 6 percent per annum for the period of such delay. The terms for which interest will be paid shall be reckoned, in the case of any monthly or progress payment, from the twentieth day of the month next succeeding the month in which the work was performed to the date of payment of the estimate; and in the case of the final estimate, from the forty- fifth day after acceptance to the date of payment of the final estimate. The date of payment of any estimate shall be considered the day on which the payment is offered or mailed as evidenced by the records of the Treasurer of the City. If interest shall become due on any delayed payment, the amount thereof, as determined by the City, shall be added to a succeeding payment. If the interest shall become due on the final payment, it shall be paid on a supplementary voucher to interest or any sum or sums which, by the terms of this contract, the City is authorized to reserve or retain. 10-07. Extra Work and Work Omitted. Whenever corrections, alterations, or modifications of the work under this contract ordered by the Project Manager and approved by the City increase the amount of work to be done, such added work shall be known as "extra work"; and when such corrections, alterations, or modifications decrease the amount of work to be done, such subtracted work shall be known as "work omitted". When the Contractor considers that any changes ordered involve extra work, he or she shall immediately notify the Project Manager in writing and subsequently keep him or her informed as to when and where extra work is to be performed and shall make claim for compensation therefore each month not later than the first day of the month following that in which the work claimed to be extra work was performed and he or she shall submit a daily complete statement of materials and labor used and expenses incurred on account of extra work performed, showing allocation of all materials, labor and expenses. All such claims shall state the date of the Project Manager's written order and the date of approval by the City authorizing the work on account of which claim is made. Unless such notification is made in writing within the time specified and unless complete statements of materials used and expenses incurred on account of such extra work are furnished as above required, the Contractor shall not be entitled to payment on account of extra work and Contractor shall be deemed to have waived the right to make any future claims for compensation for such extra work. When changes decrease the amount of work to be done, they shall not constitute a claim for damages on account of anticipated profits on the work that may be omitted. 10-08. Compensation for Extra Work or Work Omitted. Whenever corrections, additions, or modifications in the work under this contract change the amount of work to be done or the amount of compensation due the Contractor, excepting increases or decreases in contract items having unit contract prices for each measurable quantity installed in place, and such changes have been ordered in writing by the Project Manager and approved by the City prior to the Contractor performing the extra work, then a price may be agreed upon. Failing such an agreement in price, the Contractor shall be compensated for performing extra work pursuant to the provisions of Section 4-1.03 D,"Extra Work", and Section 9-1.03,"Force Account Payment" of the Standard Specifications. This method of determining the price of work shall not apply to the pertormance of any work which is required or reasonably implied to be performed or furnished under this contract. 10-09. Compensation to the City for Extension of Time. Incase the work called for under this contract is not completed within the time limit stipulated herein, the City shall have the right as provided hereinabove, to extend the time of completion thereof. It the time limit be so extended, the City shall have the right to charge to the Contractor and to deduct from the final payment for the work the actual cost to the City of engineering, inspection, superintendence and other overhead expenses which are directly chargeable to the contract and which accrue during the period of such extension, except that the cost of final unavoidable delays shall not be included in such charges. LIGHTING RETROFIT AT CITY HALL AND UVCC 26 Spec. No. (1$-07 10-10. Liquidated Damages for Delay. It is agreed by the parties to the contract that time is of the essence and that, in case all the work is not completed before or upon the expiration of the time limit as set forth, damage, other than those cost items identified in section 10-09, will be sustained by the City and that it is and will be impracticable to determine the actual amount of damage by reason of such delay; and it is therefore agreed that the Contractor will pay to the City the sum of five hundred dollars ($500.00) per day for each and every calendar day's delay beyond the time prescribed. SECTION 11. MISCELLANEOUS 11-01. Notice. Whenever any provision of the contract documents requires the giving of written notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. If mailed, the notice shall be deemed received on the date of delivery stated in the return receipt. 11-02. Computation of Time. When any period of time is referred to in the Contract Documents by days, it shall be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation. 11-03. Litigation and Forum Selection. Contractor and City stipulate and agree that any litigation relating to the enforcement or interpretation of this contract, arising out of Contractor's performance or relating in any way to the work shall be brought in Mendocino County and that venue will lie in Mendocino County. The parties waive any objections they might otherwise have to the propriety of jurisdiction or venue in the state courts in Mendocino County and agree that California law shall govern any such litigation. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto and, in particular but without limitation, the warranties, guaranties and obligations imposed upon the Contractor and all of the rights and remedies available to the City there under, shall be in addition to and shall not be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by law or contract, by special warranty or guaranty, or by other provisions of the contract documents and the provisions of this paragraph shall be as effective as if repeated specifically in the contract documents in connection with each particular duty, obligation, right and remedy to which they apply. All warranties and guaranties made in the contract document shall survive final payment and termination or completion of this contract. 11-04. Waiver. The Contractor shall strictly comply with all notices and other contract requirements. Waiver by the City of any failure of the Contractor to comply with any term of the contract, including the notice provisions, shall not be deemed a waiver of a subsequent breach. LIGHTING RETROFIT AT CITY HALL AND UVCC 2 7 Spec. No. 08-07 TECHNICAL SPECIFICATIONS SECTION 12. GENERAL INFORMATION 72-01. Location and Scope of Work. All of the work to be performed will be at City Hall, located at 300 Seminary Avenue, Ukiah, California and the Ukiah Valley Conference Center (UVCC), located at 200 South School Street, Ukiah, California. Work required, and to be more clearly defined in this specification under Section 13. Construction Details: Retrofit existing metal halide fixtures, four-foot and eight-foot T-12 florescent, tubular fixtures and some incandescent lighting with T-8 florescent, tubular fixtures and compact florescent lamps to achieve better energy efficiency. 12-02. Examination of Site. The Contractor should familiarize himself with the local conditions of the project sites, and shall be responsible for having acquired full knowledge of thejob and all problems affecting it. Failure to do so will in noway relieve him of the responsibility for pertorming any of the work or operations required as a part of this contract. Further information regarding the work or these specifications can be obtained from Mary Horger, (707) 463-6233. 12-03. Arrangement of Technical Specifications. The Technical Specifications are arranged in sections covering the various phases of work as follows: Section No. Title 12 General Information 13 Construction Details 14 Exclusions from General Conditions 15 Amendments to General Conditions 12-04. Business Licenses. The Contractor and any subcontractors shall each secure and maintain a valid City of Ukiah Business License prior to the start of any portion of the work. 12-05. Permits. The Contractor shall provide, procure, and pay for all permits required to complete this work. 12-06. Temporary Facilities. All temporary facilities are the responsibility of the Contractor. The removal of said facilities shall be the responsibility of the Contractor. The Contractor shall be responsible for any and all damages to existing facilities which are a result of the work. 12-07. Safeguards. The Contractor shall conduct operations so as to cause the least possible obstruction and inconvenience to the public. The Contractor shall, at his or her expense, in conformity with all local codes and ordinances and as may be required, such temporary walls, fences, guardrails, barricades, lights, danger signs, enclosures, etc., and shall maintain such safeguards until all work is completed. 12-08. Warranties. Unless otherwise indicated, the Contractor shall warrant all materials provided and work performed under this contract for a period of one year from the date of final acceptance. He shall replace promptly and at his own expense any materials and/or workmanship which fail during this warranty period. 12-09. Preconstruction Conference. A preconstruction conference will be held before any work will be allowed to commence. This meeting will cover inspection, schedule for work, and among other items, the responsibilities LIGHTING RETROFIT AT CITY HALL AND UVCC 28 Spec. No. ~$-07 and procedures of each of the interested parties to assure that the project will be completed in accordance with the contract documents. 12-10. Safety Requirements. The Contractor shall comply with all pertinent provisions of the Department of Labor "Safety and Health Regulations for Construction (29 FCS Part 1518, 36 CFR 7340)", with additions or modifications thereto, in effect during this project. SECTION 13 -CONSTRUCTION DETAILS 13-01. General. Contractor shall be responsible for furnishing all labor, materials, equipment, tools and incidentals necessary to retrofit existing metal halide fixtures, four-foot and eight-foot T-12 florescent, tubular fixtures and some incandescent lighting with T-8 florescent, tubular fixtures and compact florescent lamps to achieve better energy efficiency. Locations of the work will be in areas of City Hall, 300 Seminary Avenue, Ukiah, California, and the Ukiah Valley Conference Center, 200 South School Street, Ukiah, California, as more specifically defined in Appendix "A". 13-02. Materials. Materials shall be new and of merchantable grade, free from defect. Contractor shall be responsible for providing any and all materials necessary for the completion of the project, which include, but are not limited to, all lamps, ballasts, diffusers and fixtures. Contractor shall be authorized to supply only the lamps and ballasts that are listed in Appendix "B" - "Qualifying Products for Lamps", and Appendix "C", "Qualifying Products for Ballasts". No substitutions shall be permitted from the original specifications unless bidder obtains prior written approval. 13-03. Removal and Disposal of Existing Ballasts and Lamps. Contractor shall be responsible for furnishing all labor, materials, equipment, tools and incidentals necessary for removal and disposal of existing ballasts and lamps. Disposal shall be per the current laws and regulations governing the proper disposal of such materials. Pavment. Full compensation for removal and disposal of existing ballasts and lamps to the above requirements shall be considered as included in the prices paid for the contract items of work, and no additional compensation will be allowed therefore. 13-04. Measurement. Measurement will be per actual fixture retrofitted. 13-05. Pavment. Payment will be at the unit price bid and will be compensation in full for all labor, materials, equipment, tools, removal and disposal, and retrofit of all existing ballasts and lamps, including any and all incidentals to. SECTION 14. EXCLUSIONS FROM GENERAL CONDITIONS 14-01. Provisions to be Excluded from General Conditions. The following designated provisions of the General Conditions are hereby determined to be inapplicable to the proposed work and, therefore, are hereby excluded from the terms of the Notice to Bidders, Proposal, Agreement and other contract documents as though entirely omitted from said General Conditions: (1) Section 6-02. Office at the Site (2) Section 7-03. Surveys No other exclusions. SECTION 15. AMENDMENTS TO GENERAL CONDITIONS 15-01. Sections of General Conditions to be Amended. The following designated sections of the Special Provisions are hereby amended to read as follows: LIGHTING RETROFIT AT CITY HALL AND UVCC 2 9 Spec. No. 08-07 No amendments. CITY OF UKIAH MENDOCINO COUNTY, CALIFORNIA PROPOSAL FOR LIGHTING RETROFIT AT CITY HALL AND UKIAH VALLEY CONFERENCE CENTER (UVCC) Specification No. 08-07 The undersigned, as bidder, declares that he or she has examined thoroughly all of the contract documents herein contained, that this proposal is made without collusion with any other person, firm or corporation and that all laws and ordinances relating to the interest of public officers in this contract have been complied with in every respect. AND he or she proposes and agrees, if this proposal is accepted, 1) that he or she will contract with the City of Ukiah, Mendocino County, California, in the form of the copy of the agreement herein contained a) to provide all necessary machinery, tools, apparatus and other means of construction; b) to furnish all materials; c) to provide all superintendence, overhead expenses and all labor and expenses of whatever nature necessary to complete the job in conformity with the specifications and drawings and other contract provisions herein or reasonably implied hereby or as necessary to complete the work in the manner and within the time named herein and according to the requirements and to the reasonable satisfaction of the City Project Manager; d) to pay all charges of freight transportation and hauling; 2) that he or she indemnifies the City against any loss or damage arising from any act of the undersigned as Contractor; and 3) that he or she will accept as full payment therefore the following sums: BIDDING SCHEDULE In case of discrepancy between words and figures, the words shall prevail. ITEM NO. QUANTITY DESCRIPTION AND UNIT PRICE BID EXTENDED AMOUNT FOR ITEM (in words and in figures) (in figures) Retrofit existing 4-Ft T-12 Lamp, 1 Lamp Fixture for the price per each: 1 15 Each $ Retrofit existing 4-Ft T-12 Lamp, 2 Lamp Fixture for the price per each: $ 2. 351 Each Retrofit existing 4-Ft T-12 Lamp, 3 Lamp Fixture for 3. 283 Each the price per each: $ LIGHTING RETROFIT AT CITY HALL AND UVCC 3 0 Spec. No. 08-07 (S ) Retrofit existing 4-Ft T-12 Lamp, 4 Lamp Fixture for the price per each: $ 4. 16 Each Retrofit existing 8-Ft T-12 Lamp, 2 Lamp Fixture for the price per each: $ 5. 37 Each Retrofit existing GX 23-2, 2-Pin Base, 1 Lamp Fixture for the price per each: $ 6. 20 Each Retroft existing Halogen Flood, 1 Lamp Fixture for the price per each: $ 7. 3 Each Retrofit existing High Pressure Sodium, 1 Lamp Fixture for the price per each: $ 6. 39 Each Retrofit existing Incandescent, 60-89 Watt Lamp Fixture for the price per each: 5 9. 22 Each Retrofit existing Incandescent, <60 Watt, 1 Lamp Fixture for the price per each: $ 10. 1 Each Total Bid Amount in Words: Total Bid Amount in Figures: S We, the undersigned, acknowledge that the City Council has reserved the right to reject any or all bids orto select the base bid plus any additive bid item or combination of additive bid items and to determine which proposal is, in its opinion, the lowest responsible bid of a responsible bidder and that which it deems in the best interest of the City to accept. We, the undersigned, further agree, if this proposal shall be accepted, to sign the agreement and to furnish the required bonds with satisfactory surety, or sureties, within fifteen (15) calendar days after written notice that the contract is ready for signature; and, if the undersigned shall fail to contract, as aforesaid, it shall be understood that he or she has abandoned the contract and that, therefore, this proposal shall be null and void and the proposal guaranty accompanying this proposal, or the amount of said guaranty, shall be forfeited to and become the property of the City. Otherwise, the proposal guaranty accompanying this proposal shall be returned to the undersigned. Witness our hands this day of , 20_ Licensed in accordance with an act providing for the registration of California Contractors License No. expiration date LIGHTING RETROFIT AT CITY HALL AND UVCC 31 Spec. No. 08-07 THE CONTRACTOR'S LICENSE NUMBER AND EXPIRATION DATE STATED HEREIN ARE MADE UNDER PENALTY OF PERJURY. Signature of bidder or bidders, with business address, phone number and fax number: Notice: In the case of a corporation, give below the addresses of the principal office thereof and names and addresses of the President, Secretary, Treasurer. LIGHTING RETROFIT AT CITY HALL AND UVCC 32 Spec. No. ~$-07 FAIR EMPLOYMENT PRACTICES CERTIFICATION The undersigned, in submitting a bid for pertorming the following work by Contract, hereby certifies that he or she has or will meet the standards of affirmative compliance with the Fair Employment Practices requirements of the Special Provisions contained herein. LIGHTING RETROFIT AT CITY HALL AND UKIAH VALLEY CONFERENCE CENTER (Signature of Bidder) Business Mailing Address: Business Location: (The bidder shall execute the certification of this page prior to submitting his or her proposal.) LIGHTING RETROFIT AT CITY HALL AND UVCC 33 Spec. No. ~8-07 WORKER'S COMPENSATION CERTIFICATE I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for Worker's Compensation or undertake self-insurance in accordance with the provisions of that code and I will comply with such provisions before commencing the pertormance of the work of this contract. Witness my hand this day of , 200_ Signature of Bidder, with Business Address: LIGHTING RETROFIT AT CITY HALL AND UVCC 34 Spec. No. 08-07 CERTIFICATION OF NONDISCRIMINATION IN EMPLOYMENT The bidder represents that he or she has/has not, participated in a previous contract or subcontract subject to either the equal opportunity clause herein or the clause contained in Section 301 of Executive Order 10925; that he or she has/has not, filed all required compliance reports; and that representations indicating submission of required compliance prior to subcontract awards. Signature and address of Bidder: Date (This certification shall be executed by the bidder in accordance with Section 60-1.6 of the Regulations of the President's Committee on Equal Employment Opportunity for implementing Executive Orders 10925 and 11114.) LIGHTING RETROFIT AT CITY HALL AND UVCC 35 Spec. No. 08-07 LIST OF PROPOSED SUBCONTRACTORS In compliance with the provisions of Sections 4100-4108 of the State Government Code and any amendments thereof, each bidder shall set forth (a) the name and location of the place of business of each subcontractorwho will perform work or labor or render service to the Contractor in or about the construction site in an amount in excess of one-half of 1 percent of the total bid and (b) the portion of the work to be done by each subcontractor. LIGHTING RETROFIT AT CITY HALL AND UVCC 3 6 Spec. No. 0$-07 STATEMENT OF EXPERIENCE OF BIDDER The bidder is required to state below what work of similar magnitude or character he or she has done and to give references that will enable the City Council to judge of his or her experience, skill and business standing and his or her ability to conduct work as completely and rapidly as required under the terms of the contract. LIGHTING RETROFIT AT CITY HALL AND UVCC 3 7 Spec. No. ~8-07 SIGNATURE(S) OF BIDDER Accompanying this proposal is (insert the words "cash ($)", "cashier's check" or "bidder's bond", as the case may be) in an amount equal to at least 10 percent of the bid. The names of all persons interested in the foregoing proposal as principals are as follows: IMPORTANT NOTICE: If bidder or other interested person is a corporation, provide the legal name of corporation and also the names of the president, secretary, treasurer and manager thereof. If a co-partnership, provide the true name of firm and also the names of all individual co-partners composing the firm. If bidder or other interested person is an individual, provide the first and last names in full. Licensed in accordance with an act providing for the registration of Contractors: License No. Signature(s) of Bidder: License Expiration Date NOTE: If bidder is a corporation, the legal name of the corporation shall be set forth above together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation; if bidder is a co-partnership, the true name of the firm shall be set forth above together with the signature of the partner or partners authorized to sign contracts in behalf of the co-partnership; and if bidder is an individual, his or her signature shall be placed above. If a member of a partnership, a Power of Attorney must be on file with the Department priorto opening bids or submitted with the bid; otherwise, the bid will be disregarded as irregular and unauthorized. Business address: Place of residence: Dated: LIGHTING RETROFIT AT CITY HALL AND UVCC 3 8 Spec. No. 08-Q7 CITY OF UKIAH Mendocino County, California BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, as PRINCIPAL and as SURETY, are held and firmly bound unto the City of Ukiah in the penal sum of 10 PERCENT OF THE TOTAL AMOUNT OF THE BID of the Principal above named, submitted by said Principal to the City of Ukiah, as the case may be, for the work described below, for the payment of which sum in lawful money of the United States, well and truly to be made, to the City Clerk to which said bid was submitted, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. In no case shall the liability of the surety hereunder exceed the sum of $ THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas the Principal has submitted the above mentioned bid to the City of Ukiah, as aforesaid, for certain construction specifically described as follows, for which bids are to be opened at the Office of the City Clerk, Ukiah Civic Center, Ukiah, California, on June XX, 2OO$ fOr LIGHTING RETROFIT AT CITY HALL AND UKIAH VALLEY CONFERENCE CENTER (UVCC). NOW, THEREFORE, If the aforesaid Principal is awarded the contract and, within the time and manner required under the specifications, after the prescribed forms are presented to him or her for signatures, enters into a written contract, in the prescribed form, in accordance with the bid and files two bonds with the City of Ukiah, one to guarantee faithful performance and the other to guarantee payment for labor and materials, as required bylaw, then this obligation shall be null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF, we have hereunto set our hands and seals on this day of A. D. 20 (Seal) Principal (Seal) Surety Address: LIGHTING RETROFIT AT CITY HALL AND UVCC 3 9 Spec. No. 0$-Q7 NON-COLLUSION AFFIDAVIT Note: Bidder shall execute the affidavit on this page prior to submitting his or her bid. To City Council, City of Ukiah: The undersigned in submitting a bid for pertorming LIGHTING RETROFIT AT CITY HALL AND UKIAH VALLEY CONFERENCE CENTER (UVCC) by contract, being duly sworn, deposes and says: that he or she has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such contract. Business Place of NOTARIZATION Signature(s) of Bidder e: Subscribed and sworn to before me this day of , 20_ Notary Public in and for the County My Commission Expires 20 State of California. LIGHTING RETROFIT AT CITY HALL AND UVCC 4 0 Spec. No. 08-07 CITY OF UKIAH Mendocino County, California AGREEMENT FOR LIGHTING RETROFIT AT CITY HALL AND UKIAH VALLEY CONFERENCE CENTER (UVCC) Specification No. 08-07 THIS AGREEMENT, made this day of , 20_, by and between the City of Ukiah, Mendocino County, California, hereinafter called the City and called the Contractor, WITNESSETH: hereinafter 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 Davs Allowed. That the Contractor shall provide all necessary machinery, tools, apparatus and other means of construction; shall furnish all materials, superintendence, overhead, expenses, all labor and expenses ofwhatever 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 Project Manager. The Contractor shall complete the work within forty-five (45) 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 LIGHTING RETROFIT AT CITY HALL AND UVCC 4 1 Spec. No. 0$-07 Article II. Contract Prices That the City shall pay the Contractor the prices stated in the proposal submitted by the Contractor, for complete pertormance of the contract by the Contractor. The Contractor hereby agrees to accept the prices as full compensation for all material and appliances necessary to the work, for all labor and use of tools and other implements necessary to execute the work contemplated in this contract; for all loss or damage arising out of the nature of the work or from the action of the elements, or from any unforeseen obstructions or difficulties which may be encountered in the prosecution of the work; for all risks of every description connected therewith; for all expenses of the work, as herein specified; for all liability and other insurance, for all overhead and other expenses incident to the work; all according to the Contract Drawings, the Special Provisions, the Details, the instructions and the requirements of the City. Article III. Labor Discrimination. Attention is directed to Section 1735 of the Labor Code, which reads as follows: "No discrimination shall be made in the employment of persons upon public works because of the race, color, national origin or ancestry, or religion of such persons and every contractor for public works violating this section is subject to all the penalties imposed for a violation of this chapter." In connection with the pertormance of work under this contract, the Contractor agrees as follows: (a) The Contractor will not willfully discriminate against any employee or an applicant for employment because of race, color, religion, ancestry, or national origin. The Contractor will take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, religion, ancestry, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the awarding authority setting forth the provisions of this Fair Employment Practice section. (b) The Contractor will send to each labor union or representative of workers with which he or she has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the awarding authority, advising the said labor union or worker's representative of the Contractor's commitments under this section, to employees and applicants for employment. (c) The Contractorwill permit access to his or her records of employment, employment advertisements, application forms and other pertinent data and records by the Fair Employment Practices Commission, City of Ukiah or any other appropriate agency of the State of California designated by the awarding authority, for the purposes of investigation to ascertain compliance with the Fair Employment Practices section of this contract. (d) A finding of willful violation of the Fair Employment Practices section of this Contract or of the Fair Employment Practices Act shall be regarded by the awarding authority as a basis for determining the Contractor to be not a "responsible bidder" as to future contracts for which such Contractor may submit bids, for revoking the Contractor's pre-qualification rating, if any and for refusing to establish, reestablish or renew apre-qualification rating for the Contractor. LIGHTING RETROFIT AT CITY HALL AND UVCC 42 Spec. No. 08-07 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. 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, forteit 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. LIGHTING RETROFIT AT CITY HALL AND UVCC 4 3 Spec. No. ~$-t)7 (i) The "Fair Employment Practices Certification" must be completed and signed prior to the time of submitting the bid. Article IV. Parts of the Contract. That the complete contract consists of the following documents, all of which shall be considered a part of this agreement. 1. Notice to Bidders 2. Wage Scales 3. General Conditions 4. Technical Specifications 5. Proposal 6. Fair Employment Practices Certification 7. Agreement 8. Contract Bonds 9. Contract Drawings and Construction Details 10. Standard Drawings 11. Indemnification Agreement IN WITNESS WHEREOF, this contract being executed in duplicate and the parties having caused their names to be signed by authority of their duly authorized office this day of , 20_ CITY OF UKIAH, MENDOCINO COUNTY, CALIFORNIA By: MAYOR, CITY OF UKIAH Attest: CITY MANAGER, CITY OF UKIAH By: CONTRACTOR Attest: Title: The foregoing contract is approved as to form and legality this day of 20 ATTORNEY, CITY OF UKIAH LIGHTING RETROFIT AT CITY HALL AND UVCC 44 Spec. No. ~$-Q7 INDEMNIFICATION AGREEMENT This Indemnification Agreement is made and entered in Ukiah, California, on by and between the City of Ukiah (Ukiah) and Contractor is _, 20_, (Contractor). for Ukiah. As a condition of issuing the work order, attached hereto, Ukiah requires assurance that Contractor will protect Ukiah from damage or damage claims which arise from its performance of the work. Accordingly, Contractor agrees as follows: 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: LIGHTING RETROFIT AT CITY HALL AND UVCC 4 5 Spec. No. 08-07 CITY OF UKIAH Mendocino County, California FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That we the undersigned, AS PRINCIPAL, and AS SURETY, are held firmly bound unto THE CITY OF UKIAH, hereinafter called the "City", in the penal sum of dollars ($ ) for the payment of which sum we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally. WHEREAS, the Principal has entered into a certain Contract with the City, dated , 20, a copy of which is hereto attached and made a part hereof, NOW, THEREFORE, the condition of this obligation is such that if the Principal shall in all respects fully perform the Contract and all duly authorized modifications thereof, during its original term and any extensions thereof that may be granted and during any guaranty period 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 payable as a result of the performance of the Contract as well as payment of gasoline and special motor fuels taxes in the performance of the Contract and all motor vehicle fees required for commercial motor vehicles used in connection with the performance of the Contract, then this obligation shall be void; otherwise, it shall remain in full force and effect. No modification of the Contract or extension of the term thereof, nor any forbearance on the part of the City shall in any way release the Principal or the Surety from liability hereunder. Notice to the Surety of any such modification, extension, or forbearance is hereby waived. IN WITNESS WHEREOF, the aforesaid Principal and Surety have executed this instrument and affixed their seals hereto, this day of ,20 In the presence of WITNESS: (SEAL) (Individual Principal) (Business Address) (City/State/Zip Code) LIGHTING RETROFIT AT CITY HALL AND UVCC 4 6 Spec. No. 08-07 WITNESS: (Corporate Principal) (Business Address) (City/State/Zip Code) ATTEST: (Corporate Principal) Affix Corporate Seal (Business Address) (City/State/Zip Code} ATTEST: Affix (Corporate Surety) Corporate Seal (Business Address) (City/State/Zip Code) The rate of premium on this bond is $ per thousand. The total amount of premium charges is (The above is to be filled in by Surety Company). (Power of Attorney of person signing for Surety Company must be attached). (CERTIFICATE AS TO CORPORATE PRINCIPAL) I, ,certify that I am the Secretary of the corporation named as Principal in the foregoing bond; that who signed the said bond on behalf of the Principal, was then of said corporation; that I know his signature, and that his signature thereto is genuine; and that said bond was duly signed, sealed, and attested to for and in behalf of said corporation by authority of its governing body. Affix Corporate Seal LIGHTING RETROFIT AT CITY HALL AND UVCC 4 7 Spec. No. ~$-t)7 CITY OF UKIAH Mendocino County, California MATERIAL AND LABOR BOND KNOW ALL MEN BY THESE PRESENTS, That we the undersigned, and AS PRINCIPAL, AS SURETY, are held firmly bound unto THE CITY OF UKIAH, hereinafter called the "City" in the penal sum of dollars ($ ) for the payment of which sum we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally. WHEREAS, the Principal has entered into a certain Contract with the City, dated a copy of which is hereto attached and made a part hereof, 20, 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 payable as a result of the performance of the Contract as well as payment of gasoline and special motor fuels taxes in the performance of the Contract and all motor vehicle fees required for commercial motor vehicles used in connection with the performance of the Contract, then this obligation shall be void; otherwise, it shall remain in full force and effect. No modification of the Contract or extension of the term thereof, nor any forbearance on the part of the City shall in any way release the Principal or the Surety from liability hereunder. Notice to the Surety of any such modification, extension, or forbearance is hereby waived. IN WITNESS WHEREOF, the aforesaid Principal and Surety have executed this instrument and affixed their seals hereto, this day of ,20 In the presence of: WITNESS: (SEAL) (Individual Principal) (Business Address) (City/State/Zip Code) LIGHTING RETROFIT AT CITY HALL AND UVCC 4 8 Spec. No. ()8-07 WITNESS: (Corporate Principal) (Business Address) (City/State/Zip Code) ATTEST: (Corporate Principal) Affix Corporate Seal (Business Address) (City/State/Zip Code) ATTEST: Affix (Corporate Surety) Corporate Seal (Business Address) The rate of premium on this bond is The total amount of premium charges is (City/State/Zip Code) per thousand. (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, ,certify that I am the Secretary of the corporation named as Principal in the foregoing bond; that who signed the said bond on behalf of the Principal, was then of said corporation; that I know his signature, and that his signature thereto is genuine; and that said bond was duly signed, sealed, and attested to for and in behalf of said corporation by authority of its governing body. Affix Corporate Seal LIGHTING RETROFIT AT CITY HALL AND UVCC 4 9 Spec. No. 08-07 DIRECTIONS FOR PREPARATION OF PERFORMANCE AND MATERIAL AND LABOR BOND 1. Individual sureties, partnerships, or corporations not in the surety business will not be acceptable. 2. The name of the Principal shall be shown exactly as it appears in the Contract. 3. The penal sum shall not be less than required by the Specifications. 4. If the Principals are partners orjoint venturers, each member shall execute the bond as an individual and state his place of residence. 5. If the Principal is a corporation, the bond shall be executed under its corporate seal. If the corporation has no corporate seal, it shall so state and affix a scroll or adhesive seal following the corporate name. 6. The official character and authority of the person(s) executing the bond for the Principal, if a corporation, shall be certified by the Secretary or Assistant Secretary thereof under the corporate seal, or copies attached to such records of the corporation as will evidence the official character and authority of the officer signing, duly certified by the Secretary or Assistant Secretary, under the corporate seal, to be true copies. 7. The current power-of-attorney of the person signing 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. LIGHTING RETROFIT AT CITY HALL AND UVCC 5 0 Spec. No. 08-07 CITY OF UKIAH Mendocino County, California DEFECTIVE MATERIAL AND WORKMANSHIP IMAINTENANCEI BOND KNOW ALL MEN BY THESE PRESENTS, That we, are held and firmly bound unto the City of Ukiah as Obligee, in the penal sum of as PRINCIPAL as SURETY, ($ ), (5 PERCENT OF THE FINAL CONTRACT AMOUNT) to which payment well and truly to be made, we do bind ourselves, our and each of our heirs, executors, administrators successors and assigns jointly and severally, firmly by these presents. WHEREAS, the said Principal entered into a Contract with the City Of Ukiah dated for WHEREAS, said Contract has been completed, and was approved on the day of , NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal shall guarantee that the work will be free of any defective materials 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 (Seal) BY: Principal (Seal) BY: LIGHTING RETROFIT AT CITY HALL AND UVCC 51 Spec. No. O$-O7 V CO N 00 DO ' N N '~. ' O d' '~. ~ ~ ' ~ a0 N V ', ~ ~ M ~ N M N N M ti ~ N N a7 M 00 W ~ aD 00 ap ~ M .W aO~ ~ W, M M .~ d) , ~ ~ ~ I~ ti ~ N ~ ~~ ~ ,W ~', ~ ~ d7 ~ ~ d' SI N V ~ ~ ~ o r N N I N N N '~. r ',. r r ',, r r r r r (y r . ` ~ ~, ~ o '.. O :- ' t A A m ~ °- o c c Q N N M N N' r M '. N M N M M M N M N M M N' M N M r N a Q J Z ~ Q r W ~~ a~ K ~ LL Q z x~ o~ ww a a~ az 0 a U O J m a w ~_N..N.M.M M.CO.Cfl.00.~.r.V-.(O.N.'CY.~..~~'NOO~N V~ ~ o r r Q) r r 9~ x u LL Q II ~ 61 N N N N N N N N '. N N N N '~. N N N N N N N N N N N E m 3J L ~+ d U .~ U U ~ ~ w ° ° ° ° cn ~ ° ° ° ', ~ ° ° ° ~ ° ° cn n a n. a o_ n n a n a Q a', n a Q a, n a Q a E E E E E E,E E'E E',E E'E E,E E',E E'E E f6 f6'~. (6 f6 f6 f6 !, f6 f4 ~ (6 f6 f6 t0 f6 f6 '. f6 f0' f6 (6 f6 f0 N N'N N N N''.N N~'N N N N N N N N N N N N r r ~ r r r' r r r r r r r r r r r r r r E E E C6 (6 f6 N N N r r r ~ ~ ~ d' ~ ~ E c O N fA O Q- N C M M~ O~ N f6 ~ X o o E o n ~ c Q~ ~ .~ ~ U a`~i l a°i Q~ Q ~~ °~ i~ o 0 0 o w ~ n> ~ Q 0 c >. ~'~ o p co s ~. c m ~ ~ ~ ~ ~ ~ p p ~ ~ _ ~ ~ s c c n ~ nU .L ~ 2 cu m ~ E 3 ~ ' c v °' ° ~ ~ ~ m ca m o a~ ~, ~ w ~, ~ ~ L o o m o ~~ x o ~ S' o ~ ~ ~ aUi ~ a°i c`~o ° o c m m w~~= z~ w c~ a ii. U 0=_~~~ w m v w 0p 00 00 00 OO '00 O', O Mi,O N,~ W'I N ~',O N N N N N tT ~Y N' N O~ O'N ~' O W ',I~ O ` f~ I~ .~ ~ N N CD' M ~O O N N d7 O .O O'. O N N N N N M ~ N ~ c 0 0 O '' a t ` ', '. m d ~ a O c c ~ °' N. ~. N. ~. N. .N N. ~ ..N N. M~N. N.. ~. N .~. M,. a J A Z W Q 0 y N W ~~ a~ x ' LL Q ~ - Z x~ o~ zK w w a a~ az O a U O J d a c J ~'~ m ~o M N ~ m _ '~ x d ~ LL ~ i a 3 R Z U .~ c 0 U 2 U ti' ~ V ~ ~ ~ NV f~ COO ~ ~ V ~ ~ ~ ti N 0 3 3 3 ~ rn rn o0 00 ~ ` ~ 0 0 o ~ ~ ~ d ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ w m n a n a n a o_ .r n a n a' n ~ n .r n E E, E E E E E ~'' E EI E ~' E ~ E ~' E m ca m ca' co m co , ~ m ca' co ca m ~ co , ~, m LL N N N N N N N ~ N N N.. N N ~ N. ~ N H ~ H' H H I- F-'' m H H I-' ~ H'', ~ F-' ~ H , , ~ ~ ~I ~ ~' ~ ~,, U ~ ~ ~' ~ ~ U ~ U ~ v v v v v v ~. c v' v v v v ~ v ~ v E 0 0 0 ~, -'O o '~ =N ° ~'~ ~ o m m E E. c _~ ~ U ~ E E O O~'~ N f~6 U N (n (n N ~ ii p'' ~ ~ ~' C ~ ~ ~ U i ~, O O ~ +O. C C E E ~'.~ ~'. C ~.. E~ i~ C~ O a~ o 0 o aoi fl- » o o ~ ~~ a"i aUi ~~ o ~ 0 0 0 0 0 co 0 0 0 0,0 0 0 0 co 0 0 0 v' o 0 0 ~ o v o co cfl o0 00 0o rn o ao o cfl m co co cfl ~ co co co ao co co co cfl cD w co f~ h' ~ d•. ~ ~ f~ ~'.,~ ~'~.~ ~'...~ mo d) ~',~ ~ d7 ~ ~ ~ M ~ ~ ~ 0 00 00 ' N N ' N 00 N ' 00 00 OO 00 0p N 00 ' 00 00 '.. ~ 00 00 00 00 ~ 00 C 3 O O :+ L ` '., ', A d a O '., C C Q N a a J Z wa O N M W ax LL Q ~ Z X F D ~ Z ~ aW aN az O Q U O J I' ~ N N' M M M V N M. ~ M M S IN M N N, V N M N N N N N M M . . a d a W 6 J ~ ~ ++ ~ M N ~ N 00' ~ M 'N ~ ~ ~I ~ ~ ~..~- M fg ~ V N N N N c- ~ N M .~ a o M a~ ; d J xv LL ~ # ~ c m ~ N N N N' N N N N, N N ~N t!•) N N. N N N N N N N N N N N N " V cY ~ V ' ~• ~ ~ ~ V cY ' ~ ~ ~ ~ rY V ~ ~ c?' ~ ~ ~ V ~ ~ ~ a a m n J ~, 3 V .. ~, c6 ~ ~ 3 a ~ °' ~ d ~ ~ o d V) fn V) fA fq fA fn fn fn fA U)' ~ fn fn U) fA Vl fq (n fn fA fn (n fA N !A ''. Y m ~ O_ ~ a Q ' a Q ' Q 0_ Q Q +: Q.'i Q ~, Q ~ Q Q a Q O_ Q a Q. ~ ~ E E E E E E E ' E E E E' ~ E E E' E E', E E E E E E E E E ~ f6 (6 t0 f6 t6 (6 f6 !, f6 f0 f6 t0 O (6 ' f6 (4 (6 (6 ~., (6 f6 (6 f6 (6 f6 (6 (6 c6 w/~! jL N N N N N N N N N N N ~ N N N N N. N N N N N N N N N \V _ r r r [~ C~ r r r r r l"' -~ r T r r r r r r r r r r r r ~ H ~ H F- f- ~ H H H F- ~ ~ H H F- ~ H I- I- ~ H I- F- ~ H ^L, W U ~ c m o ~ ~ _ 7 ~U ~ UU' Q O N ~ fE ~ ~ N ~ ~ O ~ 20 °oU•°-' ~~ ~' C Q' U_ '~ ~ U_ C Q ~ O "a ~ O w O~ a Q~ a °~ E o -° o' o - c06 ~ ~ ~' ~ ~ ~, E Q °o ~ ~ ~ Y ~ ~ w- ~ O~~ N f6 (6 U P O N ~,~. ~ Q Q!Q O U, O ~ U UIU O- ~' U U U~ C J ~ U Q Q, Q Q,, ~ E O "O 'O .0+ a. f6 N .~' fA N' 3 O, N •~ •~ f6 O~~o'o0cn~~ww~ N N p O U O O f6 ~ ~ ~ ~ ~ O O c ~ U rn ~ U O ~ . N U p~ W +. L ~ "O .~? ~ ~ .~ Y f6 =~ z = a i m O (O 0 0.0 0 0 N M ti ,~ ~',~ M M O I~ 0 .~ ~",~ AI M O. 0 00 N N N N 00 ~ ~ c 7 O O :_ L ` A d 7 ~' C ~ C Q '. '. '.. a Q J D Z .~ Q O y a W ~~ a~ x Ll. a~ - z x~ o~ zx aW a~ az O H Q U O J ' I M M M M M N M . N x i~ LL '~ a ++ = y a 0 A U J ... .. pp ~ ~ ~ N M N ,~ ~ ~ o C ~ ~ ~+ K m t ~ w C1 m J N N N' N N. N N .N = a ~ '. ~ ~ ~ ~ 'Ct ~ I ~ a , m E ,a 3 J 3 m m . . . .. ~ . ' fn o ~ d - ~ ~ i ~ o d ~ ~ ~ ~ ~ ~ ~ ~ m Q ~ Q Q a ~ a ~ ~ ~ ' N ~ N ~ N ~ ~ ~ c 6 '. 6 ~~. f 6 ~, f Y LL N N N N' N N N N ~ ~ ~ ~ ~ ~ ~ ~ ++ U 0 , ~ U L O ~ ~ - C(6 • c - V U L ~ ^, ^` ~ y W ~ LL LL m LL' fn J N ~ ~'O M O ~'N O M ~ O O,O O',O O O N O O M 00 O' ~ I". ~ M'. O O N N I O O', M M'~ W 00 00 M 00 op N 07 M ~ 41 d1 ~~ r'Op pp '.r r'M M'.M M, M N .M M o N r N N N r N r r N N~ V'~ ~'. ~ N '~ CT ~ c 7 O L ' ` , N N 3 ~' O c C Q I I r N r MM r r N.N.(V...(V (V~.N.r.N.N.N.N.N.r.r. a Q J n Z wa o y ~ W ~~ a~ X LL Q ~ Z X ~ D ~ W W a a~ aZ O Q U O J C ~J N V 7 a t Y U `m a n E m ~. r O r (p_(+~ r M r N N r M N N M ~p r,~.O.M 0 m ~ N M m 9~ x v LL ~ at d m lA O~ NN N N N N N NN N N N N N N'.O O O m E A J ' 3 +, .-. _• 3 rn ~ ' E ~ 3 ' o O CO O m~ a.-rananaQannn°-'naQa,no N ~ E~ E E E E E'E E'E E'E ~'E E E E'E o~ ~ m ~ _m m cu to m co ca to m co - m cu m cu' m ~ vi LL~ N~ N N N N N NN N.N NIA N~IN N N N C~ -~ r -fir r r r,r r r r,,r rl~ ~ r~r rr r ~ a ~w ~vvv~r~vvv~tv~v~vvao22 I ~ ~ O ~ ~ ~ rn rn O o ~ rn •~ o ~ ~ - c' o v ~ >' L ~ ~ 1 ~V! I..L VJ /~1, ~~RR ~ Q ~~ O ~ L W O U O O ~. ~V x fn O (/~ j ~~ O~ u~ m m m m m~ f0 (6 LL~~ ~ o N °o ~ O~~ w~ w~~ cn o 0 ~ ~C C ~ N L M ~ ~ 3 •c N ~.,. N f`.. f6 f`6 N f6 .O O f6 ~ Q: ~ f6 y f6 '~ O O L •~ N fD ~~ Q Q.. Q Q Q Q. vF-cnY=Y='~ocnF-~U¢¢¢¢¢¢ww O O (O oO o0 CO CO CO CO CD C~ CO CO N ~ QO ' ~ ~ O oD o0 ~ 00 O N oO 00 00 I~ tt V' 67 f~ f~ I~ ~ ~ ~ ~ M M ~ M M M ~ d' M ~ V M cr ~.~ O N N V' OO O.O O.W O N O N O O'er N'N O N NN N o NN N' N'.N N'..N N',N NN r. r r N r r ('V ~' c 0 0 O 'a t ` R ~ C ° I C Q r r ~' M M M N'N N N r r N'M M M M M M M M M M M M M d a N a J D Z ~ Q o ~ m W d Q-' a~ x LL Q ~ Z X_ ,~^ Q V! W W a a~ aZ 0 a U J J O O N CO O O W O, ~ w M CO,tp ~~'..M~.OOM000O.~~t7~N~OM = H o r r r r ~,, '. v ++ ' ~ t x m LL ~ ~ N J m i M M V ~ ~ ~ ~ 'tt ~ ~ ~ ~ V ~' ~ ~ ~t ~ ~ ~ V ~ ~ ~ V ~ r a a r r M M M M M M M M I~ ~ M M M M M M M M M M M M M M C u~ E N 3J U d V wC ~ '', ~ W ~~ y L ~ ', ~ ~F ... C `o U ~ u°i uoi 00 w' ~ d m ca ' o o'', omm m~-•-'no_nnnn'an.-:~ ao_anannQ.annna ~ a.nE E E E'E E E E~~ E E E E E E E E E E E E E E ~ N N f6 f6 f6 f6 (6 (6 f6 f6 U V f6.. f6 f6' (6 f6 f6 f6 f6 f6 fB (6 f6 f4 N t - f6 LL N N N.N N.N NN N N ~'~., ~ N'.N N~'.N NN N N N N N N N N Y M M r r r r r r r ~,... r -° -~ r r r '~,. r r r r r r r r r r r ~ NNF-HHHHF-F-F- ~'~F-E-~'Hf--~HHF-HHF-~H C~C~vvvvv~vv ~ ~,vvv~rvvv~rvvvvvv m a~ L ~', ° Y C ~ ° i, ~ T C ~ ~, O `.~ m ~ N ~ ~ f6 = m, N w' N U° N O O ~ N~ -' O T N a ° ~ ~ ~ ~~ c ~ o Q ° ° m' ~ E .x ~ U o to co ~ ~ ° a~ N ~NYU~U~~~i22',li~~U~~,~~(n(n ~~JOOJ a J O Z w Q o N -~ W d a' W ~ a~ x LL Q ~ Z K ~ ^ (A Z X W W a ay aZ 0 a U O J v v ,~ N N 0 ~ o o z R ~ a ~O c Q N'N K LL d a N .~+ a 'a E J V C .. ap' N U No v ~..~ ~ ~ ~ " o ~ ~ d ;F, m t ~ `w M M J a E L m J ~ 3 C N d V C w ~ o L ~ d ~ c v maw d ~ ~ _m w_ LL N N ~ ~ t ~ ~ ~ ~ ~ Y ~ ~ c 0 m N ~ rn m J ~ ~ fn L LL N N ~ ~ r e- Q ~ (6 f6 U U h ^^~ ,^ v/ ~ J ~F~-o Q ~ h a d a d ~ ~ a ~ ~a 3~ ~'y ~ J V ^~ W m K Z W a a Q C C N« N N ~ N a v v v v v v v v v v a v v v~ v> ~n n n r r n r n n E C c m m rn rn rn rn m rn rn rn m rn rn rn rn m rn rn rn rn rn rn rn m m m m J R R o O Ci 0 0 0 0 0 o O Ci 0 0 0 Ci 0 0 0 0 0 0 0 0 0 0 0 0 0 (O (D (D ~fJ O ~ O N N N O N O N N to N h N N N O N ~ N N ~ N V W W W W W N W m W W aD N N W W aD W OJ W W of O W c0 N N W W N ~~ N I~ ~t1 n N n O N O to N N O O N h N 0 0 0 0 0 0 0 0 0 0 ~ N h N 0 0 0 O d E M M M N N N N W N W N N N Ol V tp N (O N fD ~ (O f0 tp 00 W N ? O Q W M M M eD 7 N N N N N N N N N N N N N N N N O N N N N N N N N N (O N fD N tp N to N M N M N M N N N J _ N ~ d 0 O 0 O 0 O 0 O 0 O 0 O 0 N 0 N 0 O 0 N 0 to ~(J N U1 N N N N O O O N i[l N N 0 0 0 O N N N N N O O O N N N I~ O O O N C 7 N N N N N N N N N N N N N N N N N N N N N N N N N N N N J a. 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 t. ~ o 0 0 0 0 0 0 ~ ~ ~ ~ ~ v v o 0 0 0 0 0 0 0 0 0 0 0 0 0 M M E < V O ~ N N N M M M M M M M M M M V C V •} d w J 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ~ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 " fA 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 e v v so so co ~o m ~ 05 ao v v v e v v v v v a v v v i6 ~ co i6 ~ N N N M M M M ~ N N N N N N N N N N N N N M M M M V Q O o o Y Y Y Y 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O Y 0 Q d 0 " 0 ~ M M ~ ~ ~ U H M V u~ M M C N V N M M O M V N V N M V Yl V N 0 0 0 0 0 0 0 0 0 0 0 0 ° ° 0 0 0 0 J J J J 4 r c c , u w w w w 0 0 0 Q Q Q Q U U U > ~ ~ ~ j d p N N N ~ M V h ~ ~ JZ ~ W W W ~ ~ > 3 'Q " a a a X X X X ~ ~ ~ ~ to N N ~ ~ ~ ~ ~ ~ w w w w J J J J E " a a a a » > > w w w ~ o ~n o x x x x x x x x ' 'v o ~, 0 y o U y y N o ~ o o v> ~ m w m m m °. ~ v ° c°~ M v on Z I.I M V N ~ ~ ~ ~ M M V N M eo M m V m o eo m m m w ~ ~ m m m m p~ ~ ~ ~ _ N m co ao ~n in i ~n ~n a a a a ~ N ~ ~ ~ ~ > > > > O O ~ O d d ap 00 OO N N N N t~ y N N ro m m N N O ~ O ~ ~C O h ~ ~ W ~ c0 ~ W c0 ~ ~ ~ W ~ W H W LL LL N N N N Q Q Q Q Q Q Q Q LL LL LL LL LL lNl lNl N N N LL LL LL M M M LL LL LL LL LL N N N N M ~ M M I i I L I L LL LL ~ LL LL LL LL LL ~ Y1 d 0 0 0 OJ W O N N n < m W 0 N M N O eD N O V N O 'D D M V ~ N - ' M M N ~f1 In N O O M M M M ~ Cp9 M O O D O Q N W N W h • N N N N N O N O N O N N N N O O O O U N N N I~ r n n 0 0 N 0 i[l YJ N ~ ~ ~ V N N N ~ N V " N N N N N O W W W O W W 0p N N N i(l N N eD of W W ~fJ ~ YJ to 3 N N N N N N N N N N N N N N N N N N N N N N N N N N N N N O ~ W l0 E - w 'v ~E N m D7 ~ O~ lU O ' JO a ~ ~m ,~ c O Z ~ ~ LL ;~ -- c c ?~ ~ m m d ~ W w ' N ~ -'o Qw ~ W ~ - rn .f0. c d ' T N N V O O d .O+ t C H ' W A C ~ p d 3 N X J O- O p m O O m N E w C7 a d ~ N !~ n n r N N N N N N N N N N N N N N N N E c c rn m m m rn w m m rn rn rn rn m m rn m rn m m m J R~ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N N N N N N N N N N N N N N N N N N N N V O N W N c0 aD N N OJ 00 OO OD N N aD N 0O 0D N N N d N N N O O N N N N O O O O O O O N O 0 0 W~ N V N O N C M M N N M l0 M (O M N M N W N W N I~ R N M N M N M N M N f0 N N ~' 7 N N N N N N N N N N N N N N N N N N N N N N N J _ N N C r~ O O O O O N N N N N N N O N N N 0 0 0 0 O O O O O I~ r r n N N N O r r !~ O O O O C N N N N N N v N e N n N n N n N r N r N r N r N N N v N a N v M eo m m ' N N N N N J 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 v ~ O O O O O e e a V N N N N N N (O N ~ O P M M M M M N N N N M M M M M M M M N N N W J ~ O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 O O r N_ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ~ ~ ~ ~ ~ N N N N N N N N ~ a p Q ~ ~ a N N N N N N N N N N N N a p o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ~ d Y M M v ° a N a ° ° M v ° ° M y ° ° N v~ ~ n c i n ~ v > c n n ~ ~ i v O O O O ` F- D U U U ~ O O O O W W W W ¢ ¢ ¢ < Q U U U U d ~ ~ 3 ~ ~ ~ m m ~n cn w w w w N ~ N ~ ~ ~ w w w w w w w w w in w in y o N `~ X x X X X n n ° y ~ N N X X X X W M ~ E ~ M M o a n ~ 0 0 O 3 V V N v ~ ~ 0 X X X X C 9 M V ~ (l p Z V aD m m m ao m w o~ m o N o m m m w m H m H aD > > > ~ ~ ~ F~ H V- M M V N > _ _ > N N N d d p p p p p co w w eo m m m m ~ ~ > LL LL LL ~O O Q Q Q Q Q LL LL LL LL N aD N W N N N N ~ N N N N N N N N ~ F ~ F ~ O O O O N N N N N N N N N LL w w LL 0 0 0 0 w LL LL LL LL w LL LL LL ~ O ~ YI ' N M O ° ~ m ~' ~p ~ m m m m ~ 0 0 0 0 1~ aD M N M N ( ) N M V 0 V ~ ~ ~ n n n r r m W Ol 0 N N N N N N N N N 0 0 0 0 0 O V M M M M M ~ ~" N N N N N N N N O O O M M M N N N N N N N N N N N N N N N N N N N N N > N d O T % J~ N ~ C 7 rn ~ i O~ O p p 'p L ~~ N ~- (6 ~. ~ J N ` ~ Z > W~> Q ~ U QW . J ~ o S a ~ c ~ ~ Q w m C ~ r L C ~ ~ > N J T ~ J N N C z LL a a Q d Z N N L m Q C T V m m m c w 0 E Y m O C ~ o M U ~ r p O N O N 0 ~ 0 U Y U Z W U W Y O W Z W LL N N Z U N T a a r M c a y a d J Reduced Wattage 28 W Ballasts QUALIFYING PRODUCTS' 120 and 277V T8 Ballasts Suitable for Reduced-Wattage Systems CEE High-Performance Commercial Lighting Systems Initiative Updated 1/25/08 Manufacturer product Name Model Number Voltage M Ballast Start T e' Ballast Factor Ran a Ballast Factor Input Watts (W) BEF' Qualified Ballasts with 1 Lamp Advance Transformer Optanium IOP-1 P32-HL-SC 120/277 I High 1.21 33 3.67 QHE1x32T8/UNV-ISL-SC 120 I Low 0.78 22 3.55 ' QHE1x32T8/UNV-ISL-SC 277 I Low 0.78 22 3.55 r d QHE1x32T6/UNV-ISN-SC 120 I Normal 0.88 25 3.52 Osram Sylvania Quicktronic QHE1x32T8/UNV-ISN-SC 277 I Normal 0.88 25 3.52 ~ QHE1x32T8/UNV-ISH-SC 120 I High 1.20 33 3.64 ~ QHE1x32T8/UNV-ISH-SC QHE1x32T8/UNV-ISN-SC-I-CC 277 120 I I High Normal 1.20 0.87 33 25 3.64 3.48 0 C QHE1x32T8/UNV-ISN-SC-I-CC 277 I Normal 0.87 24 3.63 .~.. Universal ULTim 8 B1321UNVHE-A 120/277 I Normal 0.87 24 3.62 N Lighting g1321UNVEL-A 120/277 I Low 0.77 21 3.66 Qualified Ballasts with 2 Lamps Advance I P-2P32-HL-S 120/277 I High 1.19 65 1.8 Transformer Optanium IOP-2P32-SC 120/277 I Normal 0.87 48 1.81 Company IOP-2P32-LW-SC 120/277 I Low 0.77 42 1.83 EP2/321S/MV/SC/HE 120/277 I Normal 0.87 47/46 1.89 Howard HE Hi h EP3/321S/MV/SC/HE 120 I Normal 0.97 54 1.8 Industries g Efficienc EP3/3215/MV/SC/HE 277 I Normal 0.97 53 1.83 y EPL3/321S/MV/SC/HE * 120 I Low 0.84 48 1.75 EPL3/321S/MV/SC/HE" 277 I Low 0.84 47 1.79 EPL2/3215/MV/SC/HE 120/277 I Low 0.75 41 1.83 N QHE2x32T8/UNV-ISL-SC 120 I Low 0.78 42 1.86 d QHE2x32T8/UNV-ISL-SC 277 I Low 0.78 42 1.86 QHE2x32T8/UNV-ISN-SC 120 I Normal 0.88 48 1.83 ~ Osram Sylvania Quicktronic QHE2x32T8/UNV-ISN-SC 277 I Normal 0.88 48 1.83 ~ QHE2x32T8/UNV-ISH-SC QHE2x32T8/UNV-ISH-SC 120 277 I I High High 1.20 1.20 65 64 1.85 1.88 O. C QHE2x32T8/UNV-ISN-SC-I-CC 120 I Normal 0.87 48 1.81 „~.' QHE2x32T8/UNV-ISN-SC-I-CC 277 I Normal 0.87 47 1.85 N B2321UNVHP-B 120-277 I Normal 0.88 48/47 1.83/1.87 B2321120HE 120 I Normal 0.87 48 1.81 Universal B2321277HE 277 I Normal 0.87 47 1.85 Lighting ULTim8 82321UNVHE-A 120/277 I Normal 0.87 49/48 1.78/1.81 Technologies 62321120EL 120 I Low 0.77 41 1.89 B23212770EL 277 I Low 0.77 37 2.08 62321UNVEL-A 120/277 I Low 0.77 43 1.79 82321UNVHEH-A 120/277 I High 1.18 64/62 1.84/1.90 Qualified Ballasts with 3 Lamps Advance - - - - 120/277 I High 1.18 110/107 1.07/1.10 Transformer Optanium I P-3P32-SC 120/277 I Normal 0.87 72 1.21 Company IOP-3P32-LW-SC 120/277 I Low 0.77 64 1.2 EPL3/3215/MV/SC/HE 120/277 I Low 0.75 62 1.21 EP4 32IS MV HE 277 I Normal 0.94 76 1.24 Howard HEX EP4 I MV SC H 120 I Normal 0.94 77 1.22 Reduced Wattage 28 W Ballasts Manufacturer Product Name Model Number Voltage (~ Ballast Start T e' Ballast Factor Ran a Ballast Factor Input Watts (W) , BEF Industries Electronic EPL4/32IS/MV/SC/HE * 120 I Law 0.82 68 1.21 EPL4 32IS MV C HE 277 I Low 0.83 68 1.22 EPL3 3 IS MV SC HE 120/277 I Low 0.87 71/69 1.23/1.26 QHE3x32T8/UNV-ISL-SC 120 I Low 0.78 63 1.24 QHE3x32T8/UNV-ISL-SC 277 I Low 0.78 63 1.24 QHE3x32T8/UNV-ISN-SC 120 I Normal 0.88 72 1.22 Osram S lvania QUICktfOrllC QHE3x32T8/UNV-ISN-SC 277 I Normal 0.88 72 1.22 y QHE3x32T8/UNV-ISH-SC 120 I High 1.18 98 1.20 QHE3x32T8/UNV-ISH-SC 277 I High 1.18 96 1.23 QHE3x32T8/UNV-ISN-SC-I-CC 120 I Normal 0.87 72 1.21 QHE3x32T8/UNV-ISN-SC-I-CC 277 I Normal 0.87 71 1.23 B3321UNVHP-A 120-277 I Normal 0.89 73/71 1.22/1.25 83321120HE 120 I Normal 0.87 72 1.21 Universal 63321277HE 277 I Normal 0.87 71 1.23 Li htin ULTimB B3321UNVHE-A 120/277 I Normal 0.87 75/73 1.16/1.19 g g Technolo ies 63321UNVHEH-A 120/277 I High 1.18 95/92 1.24/1.28 g 63321277EL 277 I Low 0.77 61 1.26 B3321120EL 120 Low 0.77 62 B3321UNVEL-A 120/277 I Low 0.77 62/61 1.24/1.26 Qualified Ballasts with 4 Lamps Advance - - - - 120/277 I High 1.19 129 0.92 Transformer Optanium I P-4P32- 120/277 I Normal 0.87 96 0.91 Company I P-4P32-LW-SC 120/277 I Low 0.77 84 0.92 Howard HE Hi h EP4/32IS/MV/SC/HE 120 I Normal 0.87 94 0.93 Industries g Efficiency EP4/32IS/MV/SC/HE 277 I Normal 0.87 92 0.94 EPL4/32IS/MV/SC/HE 120/277 I Low 0.75 82/81 0.91/0.93 QHE4x32T8/UNV-ISL-SC 120 I Low 0.78 64 0.93 QHE4x32T8/UNV-ISL-SC 277 I Low 0.78 84 0.93 QHE4x32T8/UNV-ISN-SC 120 I Normal 0.88 95 0.93 Osram S lvania Quicktronic QHE4x32T8/UNV-ISN-SC 277 I Normal 0.88 95 0.93 y QHE4x32T8/UNV-ISH-SC 120 I High 1.15 127 0.91 QHE4x32T8/UNV-ISH-SC 277 I High 1.15 124 0.93 QHE4x32T8/UNV-ISN-SC-I-CC 120 I Normal 0.87 95 0.92 QHE4x32T8/UNV-ISN-SC-I-CC 277 I Normal 0.87 94 0.93 64321277HEH 277 I High 1.18 123 0.96 B4321UNVHP-A 277 I Normal 0.89 96/93 0.93/0/97 Universal B4321277HE 277 I Normal 0.87 93 0.94 Li htin ULTim8 84321UNVHE-A 120/277 I Normal 0.87 87/85 1.00/1.02 g g Technolo ies B4231120HE 120 I Normal 0.87 94 0.93 g B4321120EL 120 I Low 0.77 83 0.93 B4321277EL 277 I Low 0.77 81 0.95 B4321UNVEL-A 120/277 I Low 0.77 85/84 0.91/0.92 t CEE's specifcation uses the BALLAST EFFICACY FACTOR (BEF) as the true measure of efficiency. The input watt fgure calculations are based on a premium 4', 32W T8 reference lamp. 2 "I" signifes instant start. CEE does not currently specify Program Start ballasts for Reduced Wattage Systems. a BEF is calculated by multiplying the Ballast Factor by 100 and dividing by the input watts, except for Howard Industries and Stantlartl Products. which provide the information in their catalog. ' These ballasts were originally designed for an alternative number of lamps. Ballast factor increases as you remove lamps from the ballast. W r Ll O a C C7 A r a O a C f1 y CONSORTIUM FOR ENERGY EFFICIENCY www.cee 1. org 617-589-3949 2007 Consortium for Energy Effciency, Inc. All rights reserved. Reduced Wattage 25 W Ballasts QUALIFYING PRODUCTS ~ 120 and 277V T8 Ballasts Suitable for Reduced Wattage Systems CEE High-Performance Commercial Lighting Systems Initiative Updated 1/25/08 Manufacturer Product Name Model Number Voltage (V) Ballast Start T e' Ballast Factor Ran e Ballast Factor Input Watts (W) BEF' Qualified Ballasts with 1 Lamp QHE1x32T8/UNV-ISN-SC 120 I Normal 0.88 22 4.00 Osram - Quicktronic QHE1x32T8/UNV-ISN-SC 277 I Normal 0.88 22 4.00 Sylvania QHE1x32T8/UNV-ISH-SC 120 I Hi h 1.20 30 4.00 QHE1x32T8/UNV-ISH-SC 277 I Hi h 1.20 30 4.00 Qualified Ballasts with 2 Lamps Advance - - - 1 7 ig Transformer Optanium - - 1 / 77 orma 44 Company IOP-2P32-LW-SC 120/277 Low 0.77 38 Howard Industries HE High Efficient EP2/321S/MV/SC/HE 277 I Normal 0.87 44 1.98 QHE2x32T8/UNV-ISL-SC 120 I Low 0.78 37 2.11 QHE2x32T8/UNV-ISL-SC 277 I Low 0.78 37 2.11 QHE2x32T8/UNV-ISN-SC 120 I Normal 0.88 43 2.05 Osram Sylvania Quicktronic QHE2x32T8/UNV-ISN-SC 277 I Normal 0.88 43 2.05 QHE2x32T8/UNV-ISH-SC 120 I Hi h 1.20 58 2.07 QHE2x32T8/UNV-ISH-SC 277 I Hi h 1.20 57 2.11 QHE2x32T8/UNV-ISN-SC-I-CC 120 I Normal 0.87 44 1.98 QHE2x32T8/UNV-ISN-SC-I-CC 277 I Normal 0.87 43 2.02 - 7 orma 44 4 5 1 orma 4 Universal 77 orma 4 Lighting ULTimB B2321UNVHE-A 120/277 Normal 0.87 44143 Technologies 82321120EL 120 Law 0.77 37 B2321277EL 277 Low 0.77 37 B2321UNVEL-A 120/277 I Low 0.77 38/39 2.03/1.97 B2321UNVHEH-A 120/277 High 1.18 59/58 Qualified Ballasts with 3 Lamps Advance Optanium orma 4 Transformer - - - 77 ow 5 EP3/3215/MV/SC/HE 120/277 Normal 0.87 67/66 1. Howard HE Hi h EP4/3215/MV/SC/HE 120 Normal 0.94 72 Industries g Efficiency EP4/3215/MV/SC/HE 277 Normal 0.95 70 77 ow 7 ow QHE3x32T8/UNV-ISL-SC 120 I Low 0.78 55 1.42 QHE3x32T8/UNV-ISL-SC 277 I Low 0.78 55 1.42 QHE3z32T8/UNV-ISN-SC 120 I Normal 0.88 65 1.35 Osram Sylvania Quicktronic QHE3x32T8/UNV-ISN-SC 277 I Normal 0.88 64 1.38 QHE3x32T8/UNV-ISH-SC 120 I High 1.18 87 1.36 QHE3x32T8/UNV-ISH-SC 277 I Hi h 1.18 86 1.37 QHE3z32T8/UNV-ISN-SC-1-CC 120 I Normal 0.87 65 1.34 QHE3x32T8/UNV-ISN-SC-I-CC 277 I Normal 0.87 64 1.36 63321UNVHP-A 277 Normal 0.9 68/69 63321120HE 120 Normal 0.87 64 Universal B3321277HE 277 Normal 0.87 64 Li htin ULTimB 63321UNVHE-A 120/277 Normal 0.87 66/65 - ~ 4 g g Technolo ies 63321UNVHEH-A 120/277 High 1.18 87/85 g 63321277EL 120 Low 0.77 56 83321120EL 120 Low 0.77 56 N r d O Q C C! W r m 9 O a C n Reducers Wanaae 75 W Rallastc Manufacturer product Name Model Number Ballast Voltage Start (V) T e' Ballast Factor Ran a Ballast Factor Input Watts (W) gEF' 83321UNVEL-A 120/277 I Low 0.77 56 1.38 Qualified Ballasts with 4 Lamps Advance Centium 4 ow 1 Transformer Optanium - 1 orma 1. Company 4 7 ow 7 Howard HE High EP4/3215/MV/SC/HE 120/277 Normal 0.87 87 Ind UStrles EfFCiency EPL4/3215/MV/SC/HE 277 Low 0.75 76 OHE4x32T8/UNV-ISL-SC 120 I Law 0.78 74 1.05 OHE4x32T8/UNV-ISL-SC 277 I Low 0.78 74 1.05 OHE4x32T8/UNV-ISN-SC 120 I Normal 0.88 85 1.04 Osram Sylvania Quicktronic OHEax32T8/UNV-ISN-SC 277 I Normal 0.88 85 1.04 OHE4x32T8/UNV-ISH-SC 120 I Hi h 1.15 112 1.03 OHE4x32T8/UNV-ISH-SC 277 I Hi h 1.15 111 1.04 OHE4x32T8/UNV-ISN-SC-1-CC 120 I Normal 0.87 87 1.00 OHE4x32T8/UNV-ISN-SC-I-CC 277 I Normal 0.87 86 1.01 B4321UNVHP-A 277 Normal 0.9 90/88 Universal 64321277HE 277 Normal 0.87 84 ~ 4 Lighting ULTimB 64321UNVHE-A 720/277 Normal 0.87 87/85 Technologies B4231120HE 120 Normal 0.87 84 ~ 4 B4321120EL 120 Low 0.77 74 . 4 B4321277EL 277 Low 0.77 72 1 CEE's specification uses the BALLAST EFFICACY FACTOR (BEF) as the true measure of effciency. The input watt figure calculations are based on a premium 4', 32W T8 reference lamp. z "I" signifies instant start. CEE does not currently specify Program Start ballasts for Reduced Wattage Systems. s BEF is calculated by multiplying the Ballast Factor by 100 and tlividing by the input watts, except for Howard Industries and Standard Products, which provide the information in their catalog. ' These ballasts were originally designed for an alternative number of lamps. Ballast factor increases as you remove lamps from the ballast. A r d 3 O C. C n CONSORTIUM FOR ENERGY EFFICIENCY www.cee l.org 617-589-3949 © 2007 Consortium for Energy Effciency Inc. All rights reserved. APPENDIX "C" QUALIFYING PRODUCTS ~ High-Performance 120 and 277V T8 Ballasts CEE High-Performance Commercial Lighting Systems Initiative Updated 1/25/08 For a list of qualifying 347 V TS ballasts, see: www.ceel.org/com/com-IU347-ballasts.xls r sv 9 0 a c ... y Click "Open." When "Connect to www.ceei.org" box opens, click on "Cancel" twice APPENDIX "C" Manufacturer Product Name Model Number Voltage (V) Ballast Start T e' Ballast Factor Ran e Ballast Factor Input Watts (W) , BEF Axis Technolo ies DDH g7t232B 120/277 P Normal 0.99 64/66 1.55/1.5 Dynamic Ballas High Efficient DY 232 IS WV - HE 120/278 I Normal 0.88 55 1.60 Proline GE-232-MV-L 120/277 I High 1.18 76 1.55 GE-232-MV-P -H 120/277 P High 1.15 75 / 74 1.53/ 1.55 Ultrastart E-232-MVPS-N 120/277 P Normal 0.89 58 1.53 GE-232-MVPS-L 120/277 P Low 0.71 47 151 GE-232-MAX-N+ 120/277 I Normal 1.00 62 1.61 GE-232-MAX-N-427 120/277 I Normal 0.87 53 1.gq General Electric GE-232-MAX-N-DIY 120/277 I Normal 0.87 53 1.64 Company GE-232-MAX-N-CTR 120/277 I Normal 0.87 53 1.gq Ultramax GE-232-MAX-L-427 120/277 I Low 0.77 48 1.60 GE-232-MAX-H-42T 120/277 I High 1.15 73 1.5g GE-232-MAX-UUltra 120/277 I Low 0.77 48 1.6 GE-232-MAX-N/Ultra 120/277 I Normal 0.87 54 / 53 1.61/ 1.64 E-232-MAX-H/Ultra 120/277 I High 1.15 74 / 73 1.55/ 1.58 Ultrastart GE-232-120-PS-N 120 P Normal 0.89 57 1.56 GE-232-277-PS-N 277 P Normal 0.89 57 1.56 E2/321S-120HEX 120 I Normal 0.87 55 1.58 E2/321S-277HEX 277 I Normal 0.87 55 1.58 Howard Industries HEX Electronic EP2/3215/MV/SC/HE 120/277 I Normal 0.87 54/53 1.61/ 1.64 n EL2/321S-277HEX 277 I Low 0.77 48 1.6 Or1 EPL2/321S/MV/SC/HE 120/277 I Low 0.77 48 1.6 Anti- Striation SKEU322AS 120/277 I Normal 0.88 44 2 ~ Z Maxlite High Efficiency SKEU322HE 120/277 I Normal 0.88 56 1.57 p C Ballast SKEU322HEL 120/277 I Low 0.77 48 1.6 ~ n QHE 2X3278/UNIV ISH-SC 120/277 I High 1.2 74 1.62 QTP 2X3278/UNIV PSN-TC 120/277 P Normal 0.88 60 / 58 1.47/ 1.52 Osram - QHE 2X3278/UNIV ISN-SC 120/277 I Normal 0.88 55 1.6 S lvania Quicktronic QHE 2X3278/UNIV I L- 120/277 I Low 0.78 46 1.63 y QTP 2X3278/UNIV PSX-TC 120/277 P Low 0.71 47 / 46 1.51/ 1.54 QHE 3X3276/UNIV ISN-SC 120/277 I Normal 0.99 63/62 1.57/1,60 QHE 4X3278/UNIV ISN-SC 120/277 I High 1.06 68 1.56 PQL Superior Lif SL-2/321S-120 SL-2/3215-277 120 277 I I Normal Normal 0.88 0.88 56 56 1.57 1.57 E32 E321 32120H 120 I High 1.22 77 1.58 Technical E321S32277H 277 I High 1.22 78 1.57 Consumer E4321 32120N 120 I Normal 0.89 60 1.59 Products Inc E432 E4321S32277N 277 I Normal 0.99 63 1.58 , . E4321 32120E 120 I Low 0.79 49 1.60 E4321S32120U 120 I Low 0.72 44 1.62 Ultrasave Li htin Ltd. n/a UT232120MH 120-277 I High 1.18 75 1.57 Ballastar 8232PUS50-A 120/277 P Normal 0.88 57/56 1.54/1.57 DemantlFlex B232PUNVDR-A 120/277 P Normal 0.88 56/55 1.57/1.6 B3321277HE 277 I High 1.01 61 1.66 B332PUNVHP-A 120/277 P Normal 0.99 64 / 63 1.55/1.57 B2321UNVHP-B 277 I Normal 0.88 55 1.60 83321120HE 120 I Normal 0.96 60 1.60 83321120E-A 120 I Normal 0.92 58 1.59 ii~_`o~~i 63321UNVEL-A 277 I Normal 0.89 56 1.59 APPENDIX "C" Manufacturer Product Name Model Number Voltage (~ Ballast Start T e' Ballast Factor Ran a Ballast Factor Input Watts (W) , BEF Lighting 6232PUNVHP-A 277 P Normal 0.88 60 1.47 Technologies F32 T8 82321120HE 120 I Normal 0.87 54 1.61 Ultim8 82321277HE 277 I Normal 0.87 53 1.64 82321UNVHE-A 120/277 I Normal 0.87 55 / 54 1.58/1.61 B3321277EL 277 I Normal 0.87 55 1.58 63321120EL 120 I Normal 0.86 53 1.62 B2321120EL 120 I Low 0.77 47 1.64 623212770EL 277 I Low 0.77 47 1.64 B2321UNVEL-A 120/277 I Low 0.77 48 1.60 62321UNVHEH-A 120/277 I High 1.18 74/73 1.59/1.61 HP TS Qualified Ballasts with 3 Lamps Centium ICN-3P32-LW-SC 120/277 I Low 0.77 73 1.05 IOP-3P32-HL-90C-SC 120/277 I High 1.18 110/107 1.07/1.10 ROP-3P32- 120 I Normal 0.88 83 1.06 VOP-3P32-SC 277 I Normal 0.88 82 1.07 Advance I P-3532-SC 120/277 P Normal 0.88 83 1.06 Transformer IOP-3P32- 120V 120 I Normal 0.87 82 1.06 Company Optanium IOP-3P32-SC @ 277V 277 I Normal p,g7 gp 1.09 ROP-3P32-LW-SC 120 I Low 0.78 72 1.08 VOP-3P32-LW- C 277 I Low 0.78 71 1.1 IOP-3P32-LW-S 120V 120 I Low 0.77 73 1.05 IOP-3P32-LW-SC @ 277V 277 I Low 0.77 71 1.08 IOP-3S32-LW- 120/277 P Low 0.71 72 0.99 Dynamic Ballas High Efficiency DY 332 IS WV - HE 120/279 I Normal 0.88 83 1.06 WHSG4-UNV-TB-IS 120 I Normal 1 93 1.08 Fulham Workhorse WHSG4-UNV-TB-IS 277 I Normal 0.99 93 1.07 WHCG4-120-T8-IS 120 I Normal 0.99 91 1.09 GE-332-MV-L 120/277 I Low 0.78 74 1.05 Proline GE-332-MV-N 120/277 1 Normal 0.87 81 1.07 GE-332-MV-H 120/277 I High 1.15 110 1.05 GE-332-MAX-N+ 120/277 I Normal 1.00 90 1.11 GE-332-MAX-N-42T 120/277 I Normal 0.87 80 1.09 GE-332-MAX-N-DIY 120/277 I Normal 0.87 80 1.09 GE-332-MAX-N-CTR 120/277 I Normal 0.87 80 1.09 General Electric Ultramax GE-332-MAX-L-42T 120/277 I Low 0.77 72 1.07 Company GE-332-MAX-H-42T 120/277 I High 1.15 109 1.06 GE-332-MAX-H/Ultra 120/277 I High 1.15 111 / 109 1.04/1.06 GE-332-MAX-L/Ultra 120/277 I Low 0.77 73 / 72 1.05/1.08 GE-332-MAX-N/Ultra 120/277 I Normal 0.87 82 / 80 1.06/1.09 GE-332-MVPS-L 120/277 P Low 0.71 68 1.04 GE-332-MVPS-N 120/277 P Normal 0.89 84 1.06 Ultrastart GE-332-MV-PS-H 120/277 P High 1.15 110 / 108 1.04/1.06 GE-332-120-PS-N 120 Normal 0.89 84 1.06 GE-332-277-PS-N 277 P Normal 0.89 85 1.05 E3/321S-277 HEX 277 I Normal 0.87 83 1.05 E3/321S-120 HEX 120 I Normal 0.87 83 1.05 EP3/3215/MV/SC/HE 120/277 I Normal 0.87 82/80 1.06/1.09 Howard HEX EL3/321S-120 HEX 120 I Low 0.77 73 1.05 Industries Electronic EL3/321S/MV/SC/HE 277 I Low 0.75 71 1.06 EL3/321S-277 HEX 277 I Low 0.77 73 1.05 EP4 IS MV SC HE 277 I Normal 0.92 88 1.05 EPL4 32IS MV HE 120/277 I Low 0.84 80/79 1.05/1.06 EPL3 32I5 MV SC HE 120/277 I Low 0.77 77 1.07 W r d rs APPENDIX "C" Manufacturer Product Name Model Number Voltage (V) Ballast Start T e' Ballast Factor Ran e Ballast Factor Input Watts (W) , BEF OHE 3X3278/UNIV ISH-SC 120/277 I High 1.18 111 1.06 OTP 3X3278/UNIV P N-TC 120/277 P Normal 0.88 88 / 85 1/1.04 Osram - TP 3X3278/UNIV PSX-SC 120/277 P Law 0.71 73 / 71 0.97/1 Sylvania puicktronic QHE 3X3278/UNIV I L- 120/277 I Low 0.78 73 1.07 OHE 3X3278/UNIV ISN-S 120/277 I Normal 0.88 83 / 82 1.06/1.07 OHE 4X3278/UNIV I L-S 120/277 I Low 0.85 80 1.06 OHE 4X3278/UNIVI N-SC 120/277 I Normal 0.96 90/89 1.0711.08 PQL Superior Life SL-3/321S-120 SL-3/3215-277 120 277 I I Normal Normal 0.88 0.88 80 80 1.10 1.10 Standard Optistart E432PPR120-277 120/277 P Normal 0.94 89 1.06 Products E432PPR120-277L 120/277 P Normal 0.87 78 1.12 Gold Label E432P1120 11 120 I Normal 0.97 88 1.1 E32 E321S32120H 120 I High 1.2 114 1.05 E321S32277H 277 I High 1.16 112 1.06 Technical E4321S32120N 120 I Normal 0.87 80 1.08 Consumer E4321S32277N 277 I Normal 0.95 89 1.07 Products IrlC E432 E4321S32120L 120 I Low 0.84 78 1.07 , . E4321 32120U 120 I Low 0.77 72 1.07 E4321S32277L 277 I Low 0.82 77 1.07 E4321S32277U 277 I Low 0.77 71 1.08 Ultrasave UT332120 120 I Normal 0.89 83 1.07 Lighting Ltd n/a UT332120M 120-277 I Normal 0.89 83 1.07 . UT332120MH 120-277 I High 1.18 110 1.07 63321120RHH 120 I High 1.18 113 1.04 B3321277RHH 277 I High 1.18 113 1.04 63321277RHU-A 277 I High 1.08 102 1.06 64321277HEH 277 I High 1.28 119 1.08 B3321UNVHP-A 277 I Normal 0.88 83 1.06 63321120HE 120 I Normal 0.87 80 1.09 83321277HE 277 I Normal 0.87 79 1.1 64321120HE 120 I Normal 0.96 88 1.09 B4321277HE 277 I Normal 0.96 89 1.08 Universal B3321UNVHE-A 120/277 I Normal 0.87 83 / 81 1.05/1.07 Lighting 64321120EL 120 I Normal 0.84 79 1.06 Technologies 63321UNVHEH-A 120/277 I High 1.18 111/108 1.06/1.09 6432PUNVHP-A 120 P Normal 0.93 90 1.03 6432PUNVHP-A 277 P Normal 0.93 86 1.09 B4321UNVHP-A 277 I Normal 0.94 89 1.06 84321UNVHE-A 120 I Normal 0.96 84 1.14 64321UNVHE-A 277 I Normal 0.96 82 1.17 64321277EL 277 I Normal 0.87 76 1.14 84321120EL 120 I Normal 0.85 73 1.16 63321120EL 120 I Low 0.77 70 1.1 B3321UNVEL-A 120/277 I Low 0.77 74 / 73 1.04/1.05 Advance Transformer Company HP T8 Qualified Ballasts with 4 Lamps Centium I N-4P32-LW-SC 120/277 I Low 0.77 95 0.81 IOP-4P32-HL-90C-G 120/277 I High 1.18 148/144 0.80/0.82 ROP-4P32-SC 120 I Normal 0.88 108 0.81 VOP-4P32-SC 277 I Normal 0.88 107 0.82 IOP-4S32-SC 120/277 P Normal 0.88 109 0.81 IOP-4P32-SC @ 120V 120 I Normal 0.87 108 0.81 Optanium IOP4P32-SC @ 277V 277 I Normal 0.87 106 0.82 ROP-4P32-LW-SC 120 I Low 0.78 95 0.82 VOP-4P32-LW-SC 277 I Low 0.78 94 0.83 O C. C C1 rr y APPENDIX "C" Manufacturer Product Name Model Number Voltage (V) Ballast Start T e' Ballast Factor Ran e Ballast Factor Input Watts (W) , BEF IOP4P32-LW-SC @120V 120 I Low 0.77 97 0.79 IOP-4P32-LW-SC @277V 277 I Low 0.77 95 0.81 IOP-4S32-LW-SC 120/277 P Low 0.71 92 0.77 Dynamic Ballast High Efficiency DY 432 IS WV - HE 120/280 I Normal 0.88 106 0.83 WHSG4-UNV-T8-IS 120 I Normal 0.92 114 0.81 Fulham Workhorse WHSG4-UNV-T8-IS 277 I Normal 0.92 112 0.82 WHCG4-277-TS-IS 277 I Normal 0.89 110 0.81 GE-432-MV-L 120/277 I Low 0.8 100 0.80 Proline GE-432-MV-N 120/277 I Normal 0.88 1t0 0.80 GE-432-MV-H 720/277 I High 1.15 144 0.80 GE-432-MAX-H/Ultra 120/277 I High 1.15 147 / 151 0.78/0.76 GE-432-MAX-N/Ultra 120/277 I Normal 0.87 109 / 107 0.8/0.81 GE-432-MAX-L/Ultra 120/277 I Low 0.77 97 / 96 0.79/0.80 GE-432-MAX-N+ 120/277 I Normal 1.00 121 0.83 General Electric Ultramax GE-432-MAX-N-427 120/277 I Normal 0.87 107 0.81 Company GE-432-MAX-N-DIY 120/277 I Normal 0.87 107 0.81 GE-432-MAX-N-CTR 120/277 I Normal 0.87 107 0.81 GE-432-MAX-L-427 120/277 I Low 0.77 96 0.80 GE-432-MAX-H-427 120/277 I High 1.15 147 0.78 GE-432-277-PS-N 277 P Normal 0.89 112 0.79 GE-432-120-PS-N 120 P Normal 0.89 112 0.79 Ultrastart GE-432-MVPS-N 120/277 P Normal 0.89 114 0.78 GE-432-MVPS-L 120/277 P Low 0.71 88 0.81 GE-432-MVPS-H EP4/3215/MV/SC/HE 120/277 120/277 P I High Normal 1.16 0.87 144 109/107 0.81 0.80/0.81 A r E4/321S-120HEX 120 I Normal 0.87 109 0.8 tY H d E4/321S/-277HEX 277 I Normal 0.87 109 0.8 3 owar Industries HEX Electronic EL4321S/MV/SC/HE 277 I Low 0.75 94 0.8 ~O EL4/3215-120 HEX 720 I Low 0.77 98 0.79 ~ EL4/321S-277 HEX 277 I Low 0.77 96 0.8 O >"1 EPL4/321S/MV/SC/HE 120/277 I Low 0.77 95 / 94 0.81 / 0.82 C Anti- Striation SKEU324AS 120/277 I Normal 0.88 88 1 ~ fn Maxlite High Efficiency SKEU324HE 120/277 I Normal 0.88 109 0.81 Ballast SKEU324HEL 120/277 I Low 0.77 95 0.81 OHE4x32T8/UNV ISH 120/277 I High 1.15 144/141 0.80/0.82 Osram - QHE 4X3278/UNIV ISN-SC 120/277 I Normal 0.88 108 / 107 0.81/0.82 Sylvania Ouicktronic OTP 4X3278/UNIV PSN-SC 120/277 P Normal 0.88 118 / 113 .75/0.78 OHE 4X3278/UNIV ISL-SC 120/277 I Low 0.78 95 0.82 QTP 4X3278/UNIV PSX-SC 120/277 P Low 0.7t 93 / 91 0.76/0.78 PQL Superior Life SL-4/321S-120 120 I Normal 0.88 112 0/79 SL-4/3215-277 277 I Normal 0.88 112 0.79 Standard Optistart E432PPR120-277L 120/277 P Low 0.77 101 0.77 Products Gold Label E432PI120G11 120 I Normal 0.85 105 0.81 E4321S32120N 120 I Normal 0.87 107 0.81 Technical E4321S32277N 277 I Normal 0.88 108 0.82 Consumer E432 E4321S32120L 120 I Low 0.78 95 0.82 Products Inc E4321S32120U 120 I Low 0.72 84 0.85 , . E4321S32277L 277 I Low 0.75 92 0.82 E4321S32277U 277 I Low 0.70 85 0.82 Ultrasave Li htin Ltd n/a UT432120L 120 I Low 0.7t 93 0.76 APPENDIX "C" Manufacturer Product Name Model Number Voltage (V) Ballast Start T e' Ballast Factor Ran e Ballast Factor Input Watts (V1~ , BEF B4321277HEH 277 I High 1.18 145 0.81 64321120HE 120 I Normal 0.87 100 0.87 8432PUNVHP-A 277 P Normal 0.88 115 0.77 B4321UNV-D 277 I Normal 0.88 109 0.81 B4321277RH-A 277 I Normal 0.88 110 0.80 Universal B4321UNVHP-A 277 I Normal 0.88 108 0.81 Lighting F32 TS 64321277HE 277 I Normal 0.87 105 0.83 Technologies B4321UNVHE-A 120/277 I Normal 0.87 109/106 0.80/0.82 B4231120HE 120 I Normal 0.87 106 0.82 84321277E-A 277 I Low 0.78 98 0.76 64321120EL 120 I Low 0.77 95 0.81 B4321277EL 277 I Low 0.77 93 0.82 B4321UNVEL-A 120/277 I Low 0.77 97/96 0.79/0.80 1 CEE's specifcation uses the BALLAST EFFICACY FACTOR (BEF) as the true measure of effciency. The input watt figure calculations are based on a premium 4', 32W T8 reference lamp. z "P" signifes programmed start, "I" signifies instant start. 3 BEF is calculated by multiplying the Ballast Factor by 100 and dividing by the input watts, except for Howard Industries and Standard Products, which provide the information in their catalog. CONSORTIUM FOR ENERGY EFFICIENCY www.cee 1. org 617-589-3949 © 2007 Consortium for Energy Effciency, Inc. All rights reserved. N ; / n J LL x ,a^ V 2 1,~ J ~~ V y `J ~' ^~ ^^~ i ^~ W a 1 •T h N n a a ~~ H ~J.. C C N w d C < V V V C V N N N N N N C m rn rn rn rn rn rn V rn rn rn rn rn rn rn N m N rn N rn N N V ~ R ? V V V V Q Q a{ C V N N C o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 rn 0 rn 0 rn 0 rn 0 m 0 rn 0 rn 0 rn 0 rn 0 rn 0 m 0 rn 0 rn 0 rn 0 rn 0 rn 0 rn 0 J~ O y~ M M M M M N N N W W N N N N N N N N N ~ ~ ~ ~ ~ N N N N N N N N N N U W W W W W W W W W W W W W W W W W W W A A A A A W W W W W W W W W W ~ d 0 N 0 N 0 N 0 N 0 N N N N O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O N N N~ rn rn rn m m rn rn rn 0 m 0 rn 0 rn 0 rn N rn N rn N rn N rn N m N rn N m N rn N rn N rn N rn N rn O m O rn O rn O rn N o N 0 N 0 N o V m V rn g , N N N N N N N N N N N N N N N N N N N N N N N N N N N N M M M M N N J tll ~ d o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C 0 0 0 0 0 0 0 0 O O O O O O O O O O O O N O N N O O C GG M M M M M M M CJ M M M M M M M M M Cl th (+1 t+J M M M M h h h ~' = M ( l M M M M t J J y o 0 0 0 d ° ° 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o ° 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ° ° v 0 0 0 M O N N N N N N N N N N N N 0 N 0 N 0 M M ~ ~ o o M N N N N N N N N M M d w J ~O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 d 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ° ° + „ y ~ o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o o N V C R Q < O V R R < V V V O P V Q V V Q V V C C O C Q V O O R V V C N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N O O O O ~ p o o o 0 , ~ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O M M _ V N O 0 0 0 0 0 Y N N N N ° N d U H ~ M V N t D M M V N t D ~ ( O ~ M V M ( D V N M M V O l 0 M C h fN0 M M O w w W U U O O O O O ~ c a a a a a ~ ~ ~ 0 0 U U U ° `" ° U U d O X X X X X x x x 0 0 0 0 w w w M M a N o ~ J J J w w d w O N O N O N w w CJ (J ~ ~ ~ W W W W o M N M V o N N W M N M V o N X N X X O X N N rn E M M V N N M M a o v> w w x 2 = ] ] ] ~ W W W W m m co ao eo M V N W a a O .` W W m W w a a a ~ m ° .n o ~n .= x S x 2 W W ~ ~ W W W W W ro W m m X X Z V ~ H ~ aD aD W N N y W W N W W W M 4D M ~ R ~ W ~ aD aD H F- F F- H ~ N ~ N ~ N ~ N W H W H W 1- of H O M N M y N F N H N H N F- N ~ ~ ~ ~ ~ W OO W W W H N H N H N H N N M N M N M N M N M M M M M N N N N ~ ~ d d ~ M M M M M X X X N N F H H H H M M M M LL LL LL LL LL LL LL LL LL M M M M O ~ LL LL LL LL LL M w M w N N N N N LL LL LL LL LL LL LL LL M M O F ~ F M M M M M 0 0 N N N LL LL LL LL LL LL LL M M M LL LL LL d N r N N o N M v W N W r W o rn o o r D O C O O O rn rn N N C ~ ~ ~ ~ 0 0 0 0 0 0 0 0 W W O V O O M M N N N N N N N N N N ., m w m ~ m ~ N O ~ ~ a ~ ~ N O Z ~~ ~ J ~~ Z J W O Z J O O L ~ a U d d C O - rn N U w U = O a '" c y m rn ;: c ~ a m ~ 'c c m e ~ m ~ > L ".¢ 2 a ;; w ~ °_' J °' ~ c a~zL d R ` ° ~O m a i w ~ d v m c~ c ~ E U ~ _ _ _ N = Y O C O C ~ d N N N N r r r r N N N N N N N N d d d d d d d d N N N N ~l1 N N N N C C rn rn rn m rn rn m m rn rn rn rn rn rn rn m rn rn rn rn rn rn rn rn rn m m rn rn rn rn rn rn J A A o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 y~ N N N N N N N N N N N N N N N N N N N N N N N N N N N N (O (O N N N U N W W (O W W aD N N W aD aD W W 40 W W W W aD aD N N W 0p of N N N ap W OJ N O ~ m 0 0 0 0 0 0 0 N 0 0 0 0 0 0 0 O N N N N N N N N 0 0 0 0 0 0 0 0 0 N~ rn m N rn N rn N rn O o O 0 O o M rn N rn N m N rn N rn N rn N rn N rn N m m rn m rn rn rn m rn N rn N N N rn rn N N N 7 N N N N M M M N N N N N N N N N N N N N N N N N N rn N rn N rn N m N rn N rn N rn N rn N J C N d 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 W N 0 0 0 N N N O 0 0 0 0 0 0 0 O O O O O O O O O O O O O N N O 0 0 C? M M M t7 M M M M M M M M M M M c7 M M M M M M c M C M M h M ] 7 M M M M t J ~ o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 d °o °o °o °o ° °o °o °o 0 00 °o °o 00 0 °o °o ° °o °o °o °o o °o °o °o °o o °o 00 °o °o °o " ~ N N O 0 0 O ' M N N N M M M M N N N N N N N N N N N N N N ~ ~ M ~ ~ d w J ~p o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ~ o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ,,, M o o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N N O O O O d N M N N N N N N N N N N N N N N N N N N N N N N N a p 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O d Y ~ O N M N N M N N M M ~ ~ °' M N N' N M M ~ N M M U H d d d d t ) d C J d d d d ~ O O ° ~ ~ c c c c W O O _ ~ ~ ~ ~ ~ J J J J J J J 67 N ~ y C ~yJ Q Q Q Q Q Q Q ~ „ „ ._ 7 j > > J J J J N O M M M M J J O O O a N O N O N O d ry (D J J J J ~ J 2 = = M O d M N N J J J Y J S 2 U U G a+ a M M d M M d N d ~ a ~ O O N ~ ~ X O X o ` O W W C x pJ pJ (p W pJ W N ~ Y S S = 2 O N CO M M d 0p fD 4D 2 2 2 M t M d N d N O L " > > ~ > > 1 O N O N ~ N X X X Z V O ~ D D O N M _ d m N d M M c ~ ~ W W ~ ~ ~ ~ ~ W w o ~ o v> N m Q Q Q Q Q ~ W W N ro co ro ~ ~ F N H N H N H N H N H N o N ° H H F F m N N ~ ~ W W O W W ~ W W W W . - M M M M M M N N N N N M N M ~ ~ ~ N N N N N LL N N N N C LL LL LL LL LL LL M LL LL LL ~ F h O U N N N M LL LL iy M LL M LL M LL M LL M LL M LL M LL M M LL LL LL H N N N LL LL N M M M M LL LL LL LL J J J J ) ~ ~ 0 J 2 J = J _ J _ = _ _ _ _ N m N r rn !~ ~ W O Ol 0 rn ~ ' M ~ ~ M M d f p O .- M d N N r ~ N r m rn E O <° m rn m p j p j rn p j N ~ N 0 0 0 ~ N N N N N rn m ~ 0 0 0 0 0 0 0 O O O U N M M M M M M M rn rn rn N N N N N M M M M M ~ m o o r r r rn m rn rn o 0 0 0 o M M M M c~ c~ cn v ~ A c d ~ L V ~ m - E rn V d C J ~ J = C = C J 0 10 ~ Q O J = N O_1 J j J X ~ j X ~ Z o. ~ Z NJ F J O_ o ~ -_ a ~ J N ~ ~ F ~ R ~ C a L` E ~ ~ C O ~ E a _ , m a. 16 c E v, c ~ o o~ O L C J_ A C u O ~ O) A f7 ~ J O y L O ~` . L `~ ~ a E c ~ v ~ rn . m m o ~ o o ~L m m~ ~ v E cU . ~ _ U E rn ~ 'E Q e J o, ~ a ~ c U m 3 a LL ~ ~ ~ J c j rn d M m r so 0 m 33m 3 U Z W U LL W T U W Z W O LL N Z O U T U a L M a N J APPENDIX "C" QUALIFYING PRODUCTS' High-Performance 120 and 277V T8 Ballasts CEE High-Performance Commercial Lighting Systems Initiative Updated 1/25/08 r d 0 a c W For a list of qualifying 347 V T8 ballasts, see: www.ceel.org/com/com-IV347-ballasts.xis Click "Open." When "Connect to www.ceel.org" box opens, click on "Cancel" twice APPENDIX "C" Manufacturer Product Name Model Number Voltage (V) Ballast Start T e' Ballast Factor Ran e Ballast Factor Input Watts (W) , BEF Axis Technolo ies DDH ,gX2326 120/277 P Normal 0.99 64/66 1.55/1.5 Dynamic Ballast High Efficient DY 232 IS WV - HE 120/278 I Normal 0.88 55 1.60 Proline GE-232-MV-L 120/277 I High 1.18 76 1.55 GE-232-MV-P -H 120/277 P High 1.15 75 / 74 1.53/ 1.55 Ultrastart GE-232-MVPS-N 120/277 P Normal 0.89 58 1.53 -232-MVP -L 120/277 P Low 0.71 47 151 GE-232-MAX-N+ 120/277 I Normal 1.00 62 1.61 GE-232-MAX-N-42T 120/277 I Normal 0.87 53 1.64 General Electric GE-232-MAX-N-DIY 120/277 1 Normal 0.87 53 1.64 Company GE-232-MAX-N-CTR 120/277 I Normal 0.87 53 1.64 Ultramax GE-232-MAX-L-427 120/277 I Low 0.77 48 1.60 GE-232-MAX-H-427 120/277 I High 1.15 73 1.58 GE-232-MAX-L/Ultra 120/277 I Low 0.77 48 1.6 GE-232-MAX-N/Ultra 120/277 I Normal 0.87 54 / 53 1.61/ 1.64 GE-232-MAX-H/Ultra 120/277 I High 1.15 74 / 73 1.55/ 1.58 Ultrastart GE-232-120-PS-N 120 P Normal 0.89 57 1.56 GE-232-277-PS-N 277 P Normal 0.89 57 1.56 E2/3215-120HEX 120 I Normal 0.87 55 1.58 E2/3215-277HEX 277 I Normal 0.87 55 1.58 Howard Industries HEX Electronic EP2/3215/MV/SC/HE 120/277 I Normal 0.87 54/53 1.61/ 1.64 EL2/321S-277HEX 277 I Low 0.77 48 1.6 EPL2/3215/MV/SC/HE 120/277 I Low 0.77 46 1.6 Anti- Striation SKEU322AS 120/277 I Normal 0.88 44 2 Maxlite High Efficiency SKEU322HE 120/277 I Normal 0.88 56 1.57 Ballast SKEU322HEL 120/277 I Low 0.77 48 1.6 QHE 2X3278/UNIV ISH-SC 120/277 I High 1.2 74 1.62 QTP 2X3278/UNIV PSN-TC 120/277 P Normal 0.88 60 / 58 1.47/ 1.52 Osram - QHE 2X3278/UNIV ISN-SC 120/277 I Normal 0.88 55 1.6 S lvania (]uicktronic QHE 2X3278/UNIV I L- 120/277 I Low 0.78 48 1.63 y GTP 2X3278/UNIV PSX-TC 120/277 P Low 0.71 47 / 46 1.51/ 1.54 QHE 3X3278/UNIV ISN-SC 120/277 I Normal 0.99 63/62 1.57/1.60 QHE 4X3278/UNIV ISN-SC 120/277 I High 1.06 68 1.56 PQL Superior Lif SL-2/321S-120 SL-2/3215-277 120 277 I I Normal Normal 0.88 0.88 56 56 1.57 1.57 E32 E321S32120H 120 I High 1.22 77 1.58 Technical E321S32277H 277 I High 1.22 78 1.57 Consumer E4321S32120N 120 I Normal 0.89 60 1.59 Products Inc E432 E4321 32277N 277 I Normal 0.99 63 1.58 , . E4321S32120L 120 I low 0.79 49 1.60 E4321S32120U 120 I Law 0.72 44 1.62 Ultrasave Li htin Ltd. n/a UT232120MH 120-277 I High 1.18 75 1.57 Ballastar 6232PUS50-A 120/277 P Normal 0.88 57/56 1.54/1.57 DemandFlex 6232PUNVDR-A 120/277 P Normal 0.88 56/55 1.57/1.6 B3321277HE 277 I High 1.01 61 1.66 B332PUNVHP-A 120/277 P Normal 0.99 64 / 63 1.55/1.57 62321UNVHP-B 277 I Normal 0.88 55 1.60 83321120HE 120 I Normal 0.96 60 1.60 63321120E-A 120 I Normal 0.92 58 1.59 r ~~.` e~ol B3321UNVEL-A 277 I Normal 0.89 56 1.59 IJ r d O tZ C C7 N APPENDIX "C" Manufacturer Product Name Model Number Voltage (~ Ballast Start T e' Ballast Factor Ran a Ballast Factor Input Watts (W) , BEF Li htin 8232PUNVHP-A 277 P Normal 0.88 60 1.47 g g Technologies F32 T8 B2321120HE 120 I Normal 0.87 54 1.61 Ultim8 62321277HE 277 I Normal 0.87 53 1.64 82321UNVHE-A 120/277 I Normal 0.87 55 / 54 1.58/1.61 B3321277EL 277 I Normal 0.87 55 1.58 63321120EL 120 I Normal 0.86 53 1.62 B2321120EL 120 I Low 0.77 47 1.64 623212770EL 277 I Low 0.77 47 1.64 62321UNVEL-A 120/277 I Low 0.77 48 1.60 B2321UNVHEH-A 120/277 I High 1.18 74/73 1.59/1.61 HP T8 Qualified Ballasts with 3 Lamps Centium ICN-3P32-LW-SC 120/277 I Low 0.77 73 1.05 IOP-3P32-HL-90C- 120/277 I High 1.18 110/107 1.07/1.10 R P-3P32-SC 120 I Normal 0.88 83 1.06 VOP-3P32- 277 I Normal 0.86 82 1.07 Advance I P-3532-SC 120/277 P Normal 0.88 83 1.06 Transformer I P-3P32- @ 120V 120 I Normal 0.87 82 1.06 Company Optanium IOP-3P32-SC @ 277V 277 I Normal p.g7 gp 1.09 ROP-3P32-LW-SC 120 I Low 0.78 72 1.08 V P-3P32-LW-S 277 I Low 0.78 71 1.1 IOP-3P32-LW-SC 120V 120 I Low 0.77 73 1.05 IOP-3P32-LW-SC @ 277V 277 I Low 0.77 71 1.08 IOP-3532-LW-SC 120/277 P Low 0.71 72 0.99 Dynamic Ballas Effic ency DY 33215 WV - HE 120/279 I Normal 0.88 83 1.06 WHSG4-UNV-TB-IS 120 I Normal 1 93 1.08 Fulham Workhorse WHSG4-UNV-TB-IS 277 I Normal 0.99 93 1.07 WHCG4-120-T8-IS 120 I Normal 0.99 91 1.09 GE-332-MV-L 120/277 I Low 0.78 74 1.05 Praline GE-332-MV-N 120/277 I Normal 0.87 81 1.07 GE-332-MV-H 120/277 I High 1.15 110 1.05 GE-332-MAX-N+ 120/277 I Normal 1.00 90 1.71 GE-332-MAX-N-42T 120/277 I Normal 0.87 80 1.09 GE-332-MAX-N-DIY 120/277 I Normal 0.87 80 1.09 GE-332-MAX-N-CTR 120/277 I Normal 0.87 80 1.09 General Electric Ultramax GE-332-MAX-L-42T 120/277 I Low 0.77 72 1.07 Company GE-332-MAX-H-42T 120/277 I High 1.15 109 1.06 GE-332-MAX-H/Ultra 120/277 I High 1.15 1111109 1.04/1.06 GE-332-MAX-L/Ultra 120/277 I Low 0.77 73 / 72 1.05/1.08 GE-332-MAX-N/Ultra 120/277 I Normal 0.87 82 / 80 1.06/1.09 GE-332-MVPS-L 120/277 P Low 0.71 68 1.04 GE-332-MVPS-N 120/277 P Normal 0.89 84 1.06 Ultrastart GE-332-MV-PS-H 120/277 P High 1.15 110 / 108 1.04/1.06 GE-332-120-PS-N 720 P Normal 0.89 84 1.06 GE-332-277-PS-N 277 P Normal 0.89 85 1.05 E3/321S-277 HEX 277 I Normal 0.87 83 1.05 E3/3215-120 HEX 120 I Normal 0.87 83 1.05 EP3/321S/MV/SC/HE 120/277 I Normal 0.87 82/80 1.06/1.09 Howard HEX EL3/3215-120 HEX 120 I Low 0.77 73 1.05 Industries Electronic EL3/321S/MV/SC/HE 277 I Low 0.75 71 1.06 EL3/321S-277 HEX 277 I Low 0.77 73 1.05 EP4 IS MV SC HE 277 I Normal 0.92 88 1.05 EPL4 32IS MV HE 120/277 I Low 0.84 80/79 1.05/1.06 EPL IS MV SC HE 120/277 I Low 0.77 77 1.07 W r d r APPENDIX "C" Manufacturer Product Name Model Number Voltage (V) Ballast Start T e' Ballast Factor Ran e Ballast Factor Input Watts (W) , BEF OHE 3X3278/UNIV ISH-SC 120/277 I High 1.18 111 1.06 OTP 3X3278/UNIV N-TC 120/277 P Normal 0.88 88 / 85 1/1.04 Osram - OTP 3X3276/UNIV PSX-SC 120/277 P Low 0.71 73 / 71 0.97/1 Sylvania Ouicktronic OHE 3X3278/UNIV I L- 120/277 I Low 0.78 73 1.07 HE 3X3278/UNIV ISN-SC 120/277 I Normal 0.88 83 / 82 1.06/1.07 OHE 4X3278/UNIV ISL-SC 120/277 I Low 0.85 80 1.06 OHE 4X3278/UNIV I N-SC 120/277 I Normal 0.96 90/89 1.07/1.08 POL Superior Life SL-3/321S-120 120 I Normal 0.88 80 1.10 SL-3/321S-277 277 I Normal 0.88 80 1.10 Standard Optistart E432PPR120-277 120/277 P Normal 0.94 89 1.06 Products E432PPR120-277L 120/277 P Normal 0.87 78 1.12 Gold Label E432P1120G11 120 I Normal 0.97 88 1.1 E32 E321S32120H 120 I High 1.2 114 1.05 E321S32277H 277 I High 1.18 112 1.06 Technical E4321S32120N 120 I Normal 0.87 80 1.08 Consumer E4321S32277N 277 I Normal 0.95 89 1.07 Products Inc E432 E4321 32120E 120 I Low 0.84 78 1.07 , . E4321S32120U 120 I Low 0.77 72 1.07 E4321S32277L 277 I Low 0.82 77 1.07 E4321S32277U 277 I Low 0.77 71 1.08 Ultrasave UT332120 120 I Normal 0.89 83 1.07 Lighting Ltd n/a UT332120M 120-277 I Normal 0.89 83 1.07 . UT332120MH 120-277 I High 1.18 110 1.07 B3321120RHH 120 I High 1.18 113 1.04 63321277RHH 277 I High 1.18 113 1.04 B3321277RHU-A 277 I High 1.08 102 1.06 64321277HEH 277 I High 1.28 119 1.08 B3321UNVHP-A 277 I Normal 0.88 83 1.06 63321120HE 120 I Normal 0.87 80 1.09 B3321277HE 277 I Normal 0.87 79 1.1 64321120HE 120 I Normal 0.96 88 1.09 64321277HE 277 I Normal 0.96 89 1.08 Universal B3321UNVHE-A 120/277 I Normal 0.87 83 / 81 1.05/1.07 Lighting B4321120EL 120 I Normal 0.84 79 1.06 TechnOlOgieS B3321UNVHEH-A 120/277 I High 1.18 111/108 1.06/1.09 B432PUNVHP-A 120 P Normal 0.93 90 1.03 B432PUNVHP-A 277 P Normal 0.93 85 1.09 64321UNVHP-A 277 I Normal 0.94 89 1.06 B4321UNVHE-A 120 I Normal 0.96 84 1.14 B4321UNVHE-A 277 I Normal 0.96 82 1.17 B4321277EL 277 I Normal 0.87 76 1.14 B4321120EL 120 I Normal 0.85 73 1.16 B3321120EL 120 I Low 0.77 70 1.1 83321UNVEL-A 120/277 I Low 0.77 74 / 73 1.04/1.05 Advance Transformer Company HP T8 Qualified Ballasts with 4 Lamps Centium ICN-4 32-LW- 120/277 I Low 0.77 95 0.81 IOP-4P32-HL-90C-G 120/277 I High 1.18 148/144 0.80/0.82 ROP-4P32-SC 120 I Normal 0.88 108 0.81 VOP-4P32-SC 277 I Normal 0.88 107 0.82 IOP-4S32-SC 120/277 P Normal 0.88 109 0.81 IOP-4P32-SC @ 120V 120 I Normal 0.87 108 0.81 Optanium IOP-4P32-SC @ 277V 277 I Normal 0.87 106 0.82 ROP-4P32-LW-SC 120 I Low 0.78 95 0.82 VOP-4P32-LW-SC 277 I Low 0.78 94 0.83 O G C C7 W APPENDIX "C" Manufacturer Product Name Model Number Voltage (V) Ballast Start T e' Ballast Factor Ran e Ballast Factor Input Watts (W) BEF' IOP-4P32-LW-SC @120V 120 I Low 0.77 97 0.79 IOP-4P32-LW-SC @27N 277 I Low 0.77 95 0.81 IOP-4S32-LW-SC 120/277 P Low 0.71 92 0.77 Dynamic Ballast High Efficiency DY 432 IS WV - HE 120/280 I Normal 0.88 106 0.83 WHSG4-UNV-T8-IS 120 I Normal 0.92 114 0.81 Fulham Workhorse WHSG4-UNV-T8-IS 277 I Normal 0.92 112 0.82 WHCG4-277-TS-IS 277 I Normal 0.89 110 0.81 GE-432-MV-L 120/277 I Low 0.8 100 0.80 Proline GE-432-MV-N 120/277 I Normal 0.88 110 0.80 GE-432-MV-H 120/277 I High 1.15 144 0.80 GE-432-MAX-H/Ultra 120/277 I High 1.15 147 / 151 0.78/0.76 GE-432-MAX-N/Ultra 120/277 I Normal 0.87 109 / 107 .8/0.81 GE-432-MAX-L/Ultra 120/277 I Low 0.77 97 / 96 0.79/0.80 GE-432-MAX-N+ 120/277 I Normal 1.00 121 0.83 General Electric Ultramax GE-432-MAX-N-427 120/277 I Normal 0.87 107 0.81 Company GE-432-MAX-N-DIY 120/277 I Normal 0.87 107 0.81 GE-432-MAX-N-CTR 120/277 I Normal 0.87 107 0.81 GE432-MAX-L-42T 120/277 I Low 0.77 96 0.80 GE-432-MAX-H-42T 120/277 I High 1.15 147 0.78 GE-432-277-PS-N 277 P Normal 0.89 112 0.79 GE-432-120-PS-N 120 P Normal 0.89 112 0.79 Ultrastart GE-432-MVPS-N 120/277 P Normal 0.89 114 0.78 GE-432-MVPS-L 120/277 P Low 0.71 88 0.81 GE-432-MVPS-H EP4/321S/MV/SC/HE 120/277 120/277 P I High Normal 1.16 0.87 144 109/107 0.81 0.80/0.81 A r E4/3215-120HEX 120 I Normal 0.87 109 0.8 pt H d E4/321S/-277HEX 277 I Normal 0.87 109 0.8 ~ owar I d t i HEX Electronic EL4321S/MV/SC/HE 277 I Low 0.75 94 0.8 n us r es EL4/321S-120 HEX 120 I Low 0.77 98 0.79 ~ EL4/3215-277 HEX 277 I Low 0.77 96 0.8 O IZ EPL4/321S/MV/SC/HE 120/277 I Low 0.77 95 / 94 0.81 / 0.82 C Anti- Striation SKEU324AS 120/277 I Normal 0.88 88 1 Maxlite High Efficiency SKEU324HE 120/277 I Normal 0.88 109 0.81 Ballast SKEU324HEL 120/277 I Low 0.77 95 0.81 OHE4x32T8/UNV ISH 120/277 I High 1.15 144/141 0.80/0.82 Osram - OHE 4X3278/UNIV ISN-SC 120/277 I Normal 0.88 108 / 107 0.81/0.82 Sylvania Ouicktronic OTP 4X3278/UNIV PSN-SC 120/277 P Normal 0.88 118 / 113 0.75/0.78 OHE 4X3278/UNIV ISL-SC 120/277 I Law 0.78 95 0.82 OTP 4X3278/UNIV PSX-SC 120/277 P Low 0.71 93 / 91 0.76/0.78 POL Superior Life SL-4/3215-120 120 I Normal 0.88 112 0/79 SL-4/321S-277 277 I Normal 0.88 112 0.79 Standard Optistart E432PPR120-277L 120/277 P Low 0.77 101 0.77 Products Gold Label E432PI120G11 120 I Normal 0.85 105 0.81 E4321S32120N 120 I Normal 0.67 107 0.81 Technical E4321S32277N 277 I Normal 0.88 108 0.82 Consumer E432 E4321S32120L 120 I Low 0.78 95 0.82 Products Inc E4321S32120U 120 I Low 0.72 84 0.85 , . E4321S32277L 277 I Low 0.75 92 0.82 E4321S32277U 277 I Low 0.70 85 0.82 Ultrasave Li htin Ltd n/a UT432120L 120 I Low 0.71 93 0.76 APPENDIX "C" Manufacturer Product Name Model Number Voltage (V) Ballast Start T e' Ballast Factor Ran e Ballast Factor Input Watts (W) , BEF B4321277HEH 277 I High 1.18 145 0.81 B4321120HE 120 I Normal 0.87 100 0.67 B432PUNVHP-A 277 P Normal 0.88 115 0.77 64321UNV-D 277 I Normal 0.88 109 0.81 B4321277RH-A 277 I Normal 0.88 110 0.80 Universal B4321UNVHP-A 277 I Normal 0.88 108 0.81 Lighting F32 T8 B4321277HE 277 I Normal 0.87 105 0.83 Technologies B4321UNVHE-A 120/277 I Normal 0.87 109/106 0.80/0.82 64231120HE 120 I Normal 0.87 106 0.82 84321277E-A 277 I Low 0.78 98 0.76 64321120EL 120 I Low 0.77 95 0.81 B4321277EL 277 I Low 0.77 s3 0.82 B4321UNVEL-A 120/277 I Low 0.77 97/96 0.79/0.80 t CEE's specification uses the BALLAST EFFICACY FACTOR (BEF) as the true measure of effciency. The input watt figure calculations are hased on a premium 4', 32W T8 reference lamp. 2 "P" signifes programmed start, "I" signifes instant start. a BEF is calculated by multiplying the Ballast Factor by 100 and dividing by the input watts, except for Howard Industries and Standard Products, which provide the information in their catalog. CONSORTIUM FOR ENERGY EFFICIENCY www.cee l.org 617-589-3949 © 2007 Consortium for Energy Effciency, Inc. All rights reserved. Attachment # ~_ Page 1 of 6 CITY OF UKIAH SPECIFICATION FOR NEW SPORTS FIELD LIGHTING SYSTEM ANTON STADIUM May 2008 The City of Ukiah invites sealed bids for furnishing one new Musco LSG Sports Lighting System or approved equal for Anton Stadium, located at ,Ukiah, California, 95482. The following specifications shall be considered minimum. All deviations from these specifications shall be described in the bid. Bidder shall, as indicated on the Request for Bid form, state the total price for the system as specified including sales tax, destination charges and any other applicable fees or charges, FOB the City of Ukiah. Only bids from manufacturer authorized resellers will be considered. GENERAL INSTRUCTIONS TO BIDDERS Each bid must be submitted to Mazy Horger, Purchasing Supervisor, 300 Seminary Avenue, Ukiah, California 95482. Bids received after the specified opening will not be considered. The bidder is solely responsible for timely delivery of his/her bid. Bid opening is 1:30 P.M. , 2008. Hazd copy bid submittals only -bids will not be accepted via fax or a-mail. All bids must be made on the required bid form. All bid prices must be filled in, in ink or typewritten, and the bid form must be fully completed and executed when submitted. Submit with your bid full descriptive data and all applicable information on the lighting system that you propose. Award will be made to the lowest responsible bidder complying with all conditions and specifications, providing the bid is reasonable and it is in the interest of the City of Ukiah to accept it. The City reserves the right to reject any or all bids. Page 2 of 6 SECTION I -PERFORMANCE 1.01 RELATED DOCUMENTS Drawings and general provisions of the bid documents, including general and supplementary conditions apply to this section. 1.02 DESCRIPTION OF WORK A. The Sports Lighting section includes: L Luminaire, with appropriate glare/spill light control 2. Lamps 3. Control System 4. Appropriate mounting hardware for fixtures and remote ballast enclosures (located at 10' above grade) B. The purpose of this specification is to define the lighting performance standards, product values and features and manufacturer's service responsibilities. 1.03 SUBMITTALS A. Lighting manufacturer shall be Musco Sports Lighting LLC, Model SCG (Sports Cluster Green) or approved performance equal. B. Manufacturers requesting approval shall provide submittal information 5 days prior to bid opening. Approved manufacturers will be notified by addendum. Any deviations to the specification requires the manufacturer to list and describe in detail such deviations. Failure to provide this information shall be grounds for rejection. C. Submittal information required 1. Light scans as per Section 1.04 of the specification. 2. Spill scans as per Section 1.05 of the specification. 3. Detailed warranty information as per Section 3.01 of the specification. 4. Provide written information for the automated control system as per section 2.02. Detailed information on Lighting Contactor cabinets as per section 2.02 5. A list of 5 similar project references in the State of California using the proposed equipment. The list shall include contact names and phone numbers. 6. Provide a life cycle cost analysis based on: # luminaires x .12 kW rate x 400 annual usage hours x 25 years 7. City provided bid form, providing complete pricing for system being offered per these specifications Page 3 of 6 1.04 SPORTS LIGHTING PERFORMANCE A. The manufacturer shall supply lighting equipment and computer generated point-by-point analysis to meet the following: a. The performance criteria requires lighting equipment which will provide measured average illumination level shall be+/- 10% of predicted mean in accordance with IESNA RP-6-O1 and measured within the first 100 hours of operation. Light Levels shall meet or exceed the following for the entire 5000 hour lamp life. Area of Lighting Entire Field Grid Points Grid Spacing Baseball/Infield 50.0 footcandles 25 30' x 30' Baseball/Outfield 30.0 footcandles 114 30' x 30' b. Uniformity Ratio: The footcandle level shall have a uniformity ratio of maximum to minimum ratio of not greater than the following: Area of Lighting Entire Field Baseball/Infield 2.0:1 Baseball/Outfield 2.5:1 c. The manufacturer guarantees field light intensity levels and uniformity ratios at initial start-up and throughout rated life of the lamp (5000 hrs). Light level readings shall be completed as detailed in the point-by-point analysis. Page 4 of 6 1.05 SPILL LIGHT ANALYSIS 1. Submitted spill/glare computer models shall depict the field test stations as being on a line around the perimeter of the baseball field at 150', and the test stations shall be shown every 30' along the line with the field lights on. Bidder shall submit two (2) different models, as described below: a. Horizontal footcandles: No single point shall exceed .95 footcandles and the average of all points shall not exceed .50 footcandles. Models shall represent readings taken with the meter positioned horizonta136 inches above grade. b. Maximum footcandles: No single point shall exceed 2.50 footcandles and the average of all points shall not exceed 1.45 footcandles. Models shall represent readings taken with the test cell positioned 36 inches above grade and aimed at the brightest light source. 2. The lighting manufacturer shall be required to provide lighting calculations based upon the criteria of one of the following options, lamp data for either option must be provided: Option A i. Lamps shall be rated for a nominal 134,000 lumens over the rated life of the lamp; ii. Light levels shall be held constant for 5000 hrs (rated lamp life) Option B iii. Lamps shall be rated for a maximum of 155,000 initial lumens. iv. A Recoverable Light Loss Factor not greater than 0.70 shall be used. v. Light levels shall be guaranteed by the manufacturer. vi. Luminaires shall be NEMA 2, 3, 4 & 5, with no more than 10% being Nema 2's. vii. If lamp data provided does not meet or exceed 5,000 of guaranteed light levels, Manufacturer must provide materials, labor and necessary re-lamps to achieve 5,000 hours of guaranteed light levels. 3. For either scenario, the lighting system shall meet the Maximum to Minimum ratio. Page 5 of 6 SECTION II -MATERIALS 2.01 Lightin¢ Assembly A. Cross-arm Assembly 1. The wind loading on the pole and all attachments shall be based upon the CBC 2007 building code and wind speed at the location of the project. B. Luminaire Assembly 1. Luminaire shall be of die cast aluminum and powder coated gray to reduce fixture glare with external visor to reduce unwanted environmental light pollution. 2. Lamps shall be 1500 watt metal halide and shall meet ANSI designation M48PC-1500 and be Philips MH1500MZ (Z lamp orientation) or an approved equal. C. Remote Electrical Enclosure 1. Remote Electrical Enclosure shall be mounted 10' above grade on the pole for easy maintenance to include ballasts, capacitor, disconnect and individual fixture fusing. 2.02 Contactor Cabinet 1. Remote Lighting Control System: System shall include lighting contactors with an On/Off/Auto on the outside of the cabinet. Page 6 of 6 SECTION III -Warranty and Accountability 3.01 WARRANTY A. 10-Year Warranty Each manufacturer shall supply a signed warranty covering the entire system, excluding fuses, poles and lamps, for 10 years from the date of shipment. Labor shall be included for 2 years. Lamps shall be warranted for 2 years for parts, and 1 year for labor. Warranty may exclude fuses, storm damage, vandalism, abuse and unauthorized repairs or alterations. B. Constant 10 Warranty-Alternate Each manufacturer shall supply a signed warranty covering the entire system for 10 years. Warranty shall guarantee light levels; lamp replacements; system energy consumption; monitoring, maintenance and control services, spill light control and structural integrity. System shall include a control and monitoring cabinet .Manufacturer shall maintain specifically-funded financial reserves to assure fulfillment of the warranty for the full term. Warranty may exclude fuses, storm damage, vandalism, abuse and unauthorized repairs or alterations. 3.02 LIFE CYCLE SAVINGS A. Energy Consumption: Based on a 5000 hour operating cycle, the average kV/h consumption for the entire field lighting system shall be 77 or less. C. Provide life cycle savings as per section 1.03 3.03 INSPECTION AND VERIFICATION -The lighting manufacturer shall guarantee illumination light levels within +/- 10% of the criteria in section 1.04. Field measurements shall be done per engineer's recommendation. Failure to achieve specified performance will be the manufacturers responsibility and cost for corrective measures to meet specified performance. 3.04 FIELD TECHNICIAN -Manufacturer shall have available a local factory trained technician to provide project support including but not limited to: Lamp replacement, confirm luminaire aiming points, troubleshoot, and educate customer maintenance personnel.