Loading...
HomeMy WebLinkAboutMN-B&A-2001-03-27 BUDGET AND ADMINISTRATION COMMITTEE MARCH 27, 2001 7 :30 P.M. COMMON COUNCIL CHAMBERS AGENDA Statements from the Public Amendments to Tonight' s Agenda A. Common Council B. City Clerk 1 . Approval of Simeon' s Alcohol Permit for Outdoor Dining - Resolution 2 . Approval of Viva Taqueria' s Alcohol Permit for Outdoor Dining - Resolution C. Planning Department 1 . Request Approval of Contract for Parking Garage Feasibility Study - Resolution 2 . Cities for Climate Protection - Discussion/Possible Resolution 3 . Request to Amend Capital Project #431 for South of the Creek Traffic Study (Six Point Traffic Study) D. Controller 1 . Use of Credit Cards - Discussion 2 . Request to Approve Cooperative Energy Contract - Resolution E. Reports 1 . Mayor' s Report 2 . Sub-Committee Reports 3 . Council Members' Announcements 4 . Next Month' s Meeting: April 25, 2001 Simeon' s Alcohol Permit Request WHEREAS, since 1987 the City of Ithaca has issued a license to Simeon' s Restaurant allowing that restaurant to utilize certain areas along Aurora Street and on the Ithaca Commons for outdoor dining, and WHEREAS, this use of public property has generally been deemed proper and successful, and WHEREAS, the City of Ithaca wishes to promote diverse uses of the Ithaca Commons, including outdoor dining, and WHEREAS, it is Common Council' s responsibility to determine whether or not to allow the serving and consumption of alcohol on the Ithaca Commons, and WHEREAS, Common Council has determined that the use of this public property for outdoor dining at Simeon' s Restaurant, including the responsible sale and consumption of alcohol, is desirable, and WHEREAS, Common Council has determined that any use of this or similar public property involving the same and consumption of alcohol should be covered by a minimum of $500, 000. 00 insurance under the Dram Shop Act; now, therefore be it RESOLVED, For the year 2001, Common Council hereby approves a revocable Alcoholic Beverage Permit for the outdoor sale and consumption of alcohol for Simeon' s Restaurant that includes the sale of alcohol in accord with the terms and conditions set forth in application therefore, including minimum Dram Shop coverage in the amount of $500, 000. 00 and the approval of an outdoor dining permit. Viva Taqueria' s Alcohol Permit Request WHEREAS, in 1998 the City of Ithaca issued a license to the Viva Taqueria Restaurant allowing that restaurant to utilize certain areas along Aurora Street for outdoor dining, and WHEREAS, this use of public property has generally been deemed proper and successful, and WHEREAS, the City of Ithaca wishes to promote diverse uses of the Primary and Secondary Commons, including outdoor dining, and WHEREAS, it is Common Council' s responsibility to determine whether or not to allow the serving and consumption of alcohol on the Primary and Secondary Commons, and WHEREAS, Common Council has determined that the use of this public property for outdoor dining at the Viva Taqueria Restaurant, including the responsible sale and consumption of alcohol, is desirable, and WHEREAS, Common Council has determined that any use of this or similar public property involving the same and consumption of alcohol should be covered by a minimum of $500, 000. 00 insurance under the Dram Shop Act; now, therefore be it RESOLVED, For the year 2001, Common Council hereby approves a revocable Alcoholic Beverage Permit for the outdoor sale and consumption of alcohol for the Viva Taqueria Restaurant that includes the sale of alcohol in accord with the terms and conditions set forth in application therefore, including minimum Dram Shop coverage in the amount of $500, 000. 00 and the approval of an outdoor dining permit. CITY OF ITHACA 108 East Green Street Ithaca, New York 14850-5690 ys � DEPARTMENT OF PLANNING AND DEVELOPMENT A�IPA7E0 H. MATTHYS VAN CORT, DIRECTOR OF PLANNING AND DEVELOPMENT DOUGLAS B. McDONALD, DIRECTOR OF ECONOMIC DEVELOPMENT Telephone: Planning&Development-607/274-6550 Community Development/IURA-607/274-6559 Fax: 607/274-6558 i t.l To: Budget&Administration Committee From: Jennifer Kusznir,Economic Development Planner Tim Logue,Neighborhood and Economic Development Planner Date: March 22,2001 Subject: Parking Garage Feasibility Study Consultant At the September, 2000 B & A Committee meeting, it was agreed that the contract for the above referenced study would be brought back to the Committee for review and approval. Therefore please find enclosed the proposed contracts with Desman Associates and Shears&Leese, LLC. Desman will be responsible for the more technical,engineering aspects of the study. They were the staff s top choice from the four proposals that we received. Shears & Leese are architects who will work with Desman in the early stages of the study to ensure that any garage we might build will be a worthy addition to our built environment. We have been thoroughly impressed with their work, especially their design for the 15"' and Pearl Street Garage in Boulder, Colorado, pictures of which we have circulated to Common Council previously. The budgeted amount for the study is $140,000 under Capital Project #250. The proposed fee for Desman Associates is $69,000 plus expenses not to exceed $15,000. The proposed fee for Shears and Leese Associates is $19,000 plus expenses not to exceed $7,400. The total upset amount for this study with these two consultants would therefore be $110,400. As the Controller's Office has advised us, the money has already been set aside for the study and therefore with your approval, we would like to send the contracts to the Common Council to be approved on April 4`l'- To that end, please find enclosed a resolution for your consideration. "An Equal Opportunity Employer with a commitment to workforce diversification." �� C - 1 Planning Department - Request Approval of Contract for Parking Garage Feasibility Study WHEREAS, the Budget and Administration has before it two contracts for the Parking Garage Feasibility Study, the first for Desman Associates and the second for Shears and Leese, LLC, and WHEREAS, ' a subcommittee of staff from the Planning and Development Department and the Department of Public Works recommends these two consultants for the study, and WHEREAS, the scope of the study is to investigate approximately six sites in the downtown and Collegetown areas for two new or expanded garages, to do a preliminary feasibility analysis for the construction of a multi-level parking garage in the West End and Inlet Island areas, to determine the feasibility of new or expanded parking structures and provide cost estimates for each site, and to provide enough information on siting, engineering and cost to help the City decide which alternatives to pursue; now, therefore, be it RESOLVED, That the Mayor for the City of Ithaca is hereby authorized and directed to enter into contracts with Desman Associates and Shears and Leese, LLC to study and make recommendations to the City in regard to parking and parking structures in Collegetown, Downtown, the West End, and Inlet island for a combined amount not to exceed $140, 000, including all reimbursable expenses, and be it further RESOLVED, , That said contracts with Desman Associates and Shears and Leese, LLC shall be funded from the existing authorization in Capital Project 250 Parking Facility Design. CONTRACT FOR SERVICES INDEPENDENT CONTRACTOR Made this 1 st day of January, 2001, between: THE CITY OF ITHACA, a municipal corporation with offices at 108 East Green Street, Ithaca, New York, hereinafter called "the City," and Desman Associates, 49 West 37th Street New York,New York hereinafter called "the Contractor." WITNESSETH: WHEREAS, the City requires certain services to be performed more particularly set forth in Schedule "A" attached hereto and made a part hereof, and WHEREAS, the Contractor is desirous of performing such services and the City is desirous of contracting with the Contractor to provide such services, NOW, in consideration of the covenants, conditions, and provisions contained herein, it is hereby AGREED as follows: 1. The Contractor agrees to perform the services set forth in Schedule A attached hereto and made a part hereof in a manner and at such time or times as is satisfactory to the City. 2. The Contractor shall be paid for providing such services as follows: not to exceed $69,000.00 (Sixty Nine Thousand Dollars)plus expenses not to exceed $15,000.00 (Fifteen Thousand Dollars)upon completion of work. Payment shall be made following submission of an invoice and City voucher in accordance with established City payment policies and practices. 3. The relationship of the Contractor to the City is that of an independent contractor. As such,the Contractor shall receive no fringe benefits from the City including, but not limited to, medical insurance, retirement benefits, worker's compensation, disability, unemployment insurance or any other benefits or remuneration other than that set forth in paragraph 2 hereinabove. 4. Workers' Compensation and Disability Coverage: A condition for entry into this agreement is the presentation by Contractor to the City Attorney's Office of the City of Ithaca of either proof that Contractor provides the levels of workers' compensation and disability coverage required by the State of New York or that Contractor is not required to provide such coverage. 5. The City may terminate this contract at any time without cause, in which case the Contractor shall be paid pro rata for the satisfactory work performed to date of termination. 6. The Contractor shall defend, indemnify, and hold the City harmless from any claims against the City arising from the negligence or intentional misconduct of the Contractor. 7. The Contractor will not discriminate against any employee, applicant for employment, subcontractor, supplier of materials or services or program participant because of race, age, creed, color, sex, national origin, disability, marital status or sexual preference. 8. Upon conclusion of the study,the Contractor will deliver all documents, including but not limited to drawings, specifications, reports, field notes, laboratory test data, calculations, estimates prepared by the Contractor and data generated by the Contractor, to the City in both hard copy and,when available, electronic formats. These products of the study shall be considered property of the City. 9. The Contractor will submit invoices monthly and payment will be made accordingly. Final payment will not be made until the study has been concluded and all final materials have been delivered to the City. 10. It is understood that the City will, in all likelihood, enter into contract with Shears & Lease Architects, LLC as part of this study. It is expected that the Contractor will work with this other firm in a cooperative manner to achieve the project goals. 11. This contract and scope of services, as set out in Schedule A, are based on the Contractor's proposal of December 8, 2000. Schedules and personnel shall be in accordance with the proposal. Changes in personnel shall be reviewed and approved by the City, with the expectation that substitute personnel will be of equivalent experience and skills. H:\Contracts\2001\Desman Associates.doc CONTRACTOR: By Date SS# or Federal ID# CITY OF ITHACA: By Date H. Matthys Van Cort APPROVAL AS TO FORM: By Date City Attorney MAYOR: Date Alan J. Cohen CITY CONTROLLER: By Date BUDGET AND ADMINISTRATION COMMITTEE: By Date Chairperson H:\Contracts\2001\Desman Associates.doc SCHEDULE A Parking Garage Feasibility Study Capital Project#250 SCOPE OF SERVICES The Scope of Services to be performed is broken down by task for each of the five phases: Phase I - Demand and Supply Analysis The purpose of this study type is to quantify parking demand. During this portion of the Contractor's analysis, the Contractor proposes to review the existing supply/demand data and glean information from it. It is essential to not only quantify existing parking demand, but also to account for the future parking demand that will be generated by projected development. This phase answers two primary questions. How many parking spaces will be required? What will the user characteristics of the parking patrons be? So that user characteristics and parking management strategies can be appropriately applied and goals of the parking system can be met,the Contractor will complete the following tasks: Task 1 Meet with representatives of the City of Ithaca and others that the City may suggest to clarify study objectives and to define the study area and its related sphere of parking influence. Task 2 Obtain from the City of Ithaca past reports, studies, and statistical data regarding the Downtown and Collegetown study area for review purposes. Task 3 Obtain and review and comment on the existing supply/demand analysis. This includes all parking facilities in the study area. Task 4 Meet with City representatives and other representatives identified by them to gather information on future development initiatives. Task 5 Conduct a survey area count of parked vehicles at the hour of peak occupancy. This hour will be determined and mutually agreed upon by the City and the Contractor. Task 6 Through on-site observations and interviews with City of Ithaca representatives, determine peak occupancy hours and record the occupancy of the on- and off-street parking spaces within the sphere of parking influence. Task 7 Use site-specific data, the contractor's database of parking demand for similar land uses, and published data, to develop parking demand ratios for each land use category in terms of parking spaces required per 1,000 square feet of new development. HAContracts\2001\Desman Associates.doc Task 8 Calculate and compare parking demand with the current parking supply and identify areas within the spheres of parking influence that have deficits and surpluses in parking supply. Task 9 Use future growth assumptions to compare projected future parking demand with the current parking supply and identify whether a deficit or surplus will exist. Task 10 Provide a report outlining the findings of the supply/demand analysis. Phase II—Site Selection Analysis The following program describes the approach that the Contractor will undertake to assist the City of Ithaca to understand the viability of the various project sites for the current options under consideration. These studies will investigate both the physical planning side and financial implications. Upon completion and agreement of any development options, conceptual plans will be prepared to graphically illustrate the major components of the improvement, such as size, capacity, massing, functional layout,traffic and pedestrian circulation,parking geometry and integration with the surrounding area. Task 1 Confirm and Evaluate Potential Parking Garage Sites By analyzing the parking surplus/deficiency analysis along with available reports and previously prepared studies,the number of sites in the Downtown, Collegetown and West End that have the potential to meet the need that has already been identified will be confirmed. The Contractor will work closely with the City and other City/County agencies to identify all opportunities. Task 2 Develop Site Selection Criteria To best evaluate the various sites that have the potential for parking facility development, the contractor will work with the City to develop site evaluation criteria. These criteria include basic physical and developmental issues associated with parking improvements and a site's positive and negative characteristics. By applying weighted values to these criteria,the Contractor and City representatives can rate each criterion for each site. A site selection workshop (Task 4) would be held to discuss the pros and cons of each site and ultimately select a site for further consideration. Examples of evaluation matrices have been included at the conclusion of this section. Task 3 Prepare Conceptual Designs During this phase, the team will work with the City to develop concept design documents for the facilities. The Contractor will prepare alternative functional design concepts for each site as a starting point. Functional drawings will show such items as traffic flow, parking layout, entrance/exit lanes, ramping system configuration, H:\Contracts\2001\Desman Associates.doc connections with external roadways, expansion potentials, integration of intermodal/commercial/retail space as appropriate and pedestrian elements such as stairs and elevators. After consultation with the City,the Contractor will progress one scheme to concept documents. Concept Design Documents will include the following information: ➢ Grade, Typical and Roof Plans, which will delineate • Vehicular Ingress and Egress Locations • Ramping Methods, slopes and locations • Internal Traffic Flow • Parking Geometry, including bay widths, parking angle and stall widths • ADA Accessible Stalls • Stair/elevator locations and geometry ➢ Preliminary Cost Estimates Cost estimates will be prepared to provide preliminary budgets for the proposed parking structures. Estimates will be based on a square foot basis for the major divisions of work(i.e., earthwork, foundations, structure, elevators, architectural treatment,plumbing, electrical, etc.). The Contractor's cost estimates will also include additional soft costs that the city has carried on other public projects. ➢ Schedule A preliminary schedule will be prepared that will detail such items as approvals, design and construction sequencing. Task 4 Site Selection Meeting/Workshop In an effort to evaluate each alternative site and the conceptual plans, the physical and developmental criteria developed in Task 2 will be used to classify and score each site's strengths and weaknesses. Given the more subjective nature of this type of evaluation, a one-day working session with various City agencies will be conducted so as to receive a comprehensive evaluation of the alternatives. Task 5 Present Initial Designs and Conduct a Design Evaluation Workshop The Contractor's personnel will conduct a second evaluation workshop with the goal of reviewing preliminary parking improvement layouts and designs. The basic functional design elements of any and all concepts will be presented so that the City may select final concepts for more complete design and final cost estimation. H:\Contracts\2001\Desman Associates.doc Phase III—Structural Analysis and Due Diligence Survey The purpose of this study is to determine if the foundations and columns of the Green Street Garage, Seneca Street Garage and Dryden Road Structure in Collegetown have the reserve capacity and capability to support a vertical expansion at these facilities. In addition, a due diligence survey along with limited materials testing will be performed to assess the long-term viability of these structures for the potential vertical expansion. Repair alternatives, cost estimates and recommendations will also be prepared. A. Structural Analysis Task 1 Review of Existing Conditions A review will be made of the existing design documents such as "as built" architectural and structural drawings, geotechnical reports and any other relevant data regarding the design or previous repair of the parking structure to determine the original design criteria. Structural calculations will then be performed on typical interior and exterior foundations and columns to check their load bearing capacity from which any reserve capacity would be identified. Task 2 Check Lateral Stability of the Structure The structural drawings will be reviewed to determine design criteria for lateral loads. A computer analysis of the structure will be performed to check for lateral resistance with added floors and determine stresses on existing structural components. A design check of the connections and members under the stresses obtained from the analysis will then be performed. Task 3 Cost Study A cost estimate will be developed for the vertical expansion of the facility based on the findings of the above outlined engineering analysis. The number of added cars to the facility and the calculated cost per car will also be determined. B. Due Diligence Survey Task 1 Document Review The Contractor will review all available architectural and structural drawings, construction specifications, shop drawings, previous repair documents and any reports related to the parking structure to determine the original design criteria. Task 2 Visual Inspection A walk through visual inspection of the facility will be made to identify any areas of deterioration, distress, corrosion or moisture infiltration and approximate their quantities. Such typical items would include structural and HAContracts\2001\Desman Associates.doc non-structural cracking; leaking cracks; expansion joints; drains; concrete spalls, delamination or scaling of horizontal, vertical or overhead areas; exposed reinforcing steel or post tensioned cables; columns, beams, exterior facades, etc. Task 3 Field and Laboratory Testing Concrete cores and material samples will be taken to perform limited materials testing by an independent testing laboratory. Some tests to be completed may include a petrographic analysis, chloride analysis and compressive strength analysis. For the purpose of this proposal, we have assumed a maximum of three tests will be performed for each existing parking structure. This item will be treated as a direct out-of-pocket expense as outlined in the fee schedule. Task 4 Evaluations, Recommendations and Cost Estimates The test results will be evaluated and general recommendations will be made for the repair of the various parking structures. Several restoration approaches will be developed along with associated life expectancies and annual maintenance costs. A cost estimate will be presented for each repair program based on a recommended construction-phasing scheme and the local prices of labor and materials Phase IV—Cost/Benefit Analysis of Alternatives Economic pro formas will be prepared to enable the City to understand the financial impacts, either positive or negative, of the various development scenarios and determine the economic feasibility of each. The Contractor will also be available to assist the city in presenting this information to the public. The Contractor will review parking rates in other comparable market areas in the region to determine what appropriate rates could be charged. The Contractor will also evaluate through a sensitivity analysis what changes in the parking demand could be expected if the rates are modified. The Contractor will recommend an efficient pricing strategy for the various elements of the parking system (including, for example, different rates for short-term evening and weekend parking, if appropriate.) The Contractor will recommend, based on the Contractor's experience in other downtowns, marketing approaches that may be conducive to optimizing utilization of the parking system. The Contractor will also work with the City to include the other potential revenue producing strategies that may be incorporated into the program to offset construction and operational costs. These strategies will be identified from previous tasks and may include ground floor occupied HAContracts\20ORDesman Associates.doc space, creating development opportunities on adjacent properties,partnering with private entities and if grant monies are applicable and available for intermodal opportunities. The Contractor will also at this juncture evaluate financing alternatives to create the most beneficial borrowing position for the City. Parking operating costs based on current city practices and the Contractor's knowledge of New York labor costs, benefits, utility costs, maintenance and insurance will be itemized to determine the average yearly per space costs incurred by the parking facility. The Contractor will also consult with major metropolitan parking operators to confirm the assumptions made in these analyses. The Contractor will review and comment on operating cost figures for parking facilities now operated by the City. Based on purchase, construction, development and any other,costs derived from the conceptual improvement plans, we will prepare 10 and 20-year financial pro forma estimates (revenues, operating expenses, cash flow and debt service coverage analysis) on the operations of the City's entire parking system, or just this programmed development. These pro formas will include parking revenues, operating and maintenance expenses, financing costs and debt service. The annual net income (shortfall) of the system, and or site will be identified. Phase V- Recommendations for Operations and Management Parking management is an interrelated web of strategies and tactics that are formulated to meet certain goals and objectives for a parking system. The first step is to define the goals. Once this is accomplished, parking and transportation system management strategies can be devised to meet the goals. The goal setting process affects the parking management and organizational structure, where each user group is directed to park,the signage system,the fees for parking, revenue and access control equipment needs,the functional design of parking facilities, strategies to redistribute the parking population, and strategies to gain/optimize parking supply. The Contractor proposes to perform the following parking management consulting services. A. Parking Management Strategies Analysis There are a number of parking strategies that are currently being used to manage parking systems. The Contractor sometimes finds that the strategies and tactics are not sympathetic to the established goals of the parking system. It is therefore necessary to review the strategies and tactics, assess their applicability to the parking system, and modify or introduce alternate strategies. To do so the Contractor will: 1. Meet with representatives of City of Ithaca to identify the strategies currently being used and ascertain their intended outcome. 2. Review all parking management strategies and tactics related to the operation and management of the parking system. This includes the review of pricing strategies that may conflict with desired user assignments, and/or policies that may restrict or enable access by a particular user group. HAContracts\20010esman Associates.doc 3. Assess the use of current parking management strategies as they relate to particular parking areas, facilities, and the goals and objectives of the parking system. 4. Identify parking management strategies that are not successful in achieving its intended goal and recommend alternative parking management approaches and strategies that may be successful. 5. Produce a draft report that recommends modifications to existing parking management approaches, documents the reason for modifications and the benefits of alternate strategies that can meet the goals of the parking system. 6. Upon receiving one set of consolidated comments,the Contractor will incorporate them and issue a final report. B. Organizational Analysis The organizational structure of those that manage the parking system is crucial to meeting its goals and objectives. There are some that say that the parking management structure most often dictates what the parking system looks like and how well it functions. Poorly crafted organizational structures are generally characterized by the parking system's inability to meet basic performance objectives such as safety, fairness, fiscal controls or cleanliness. They are also unable to portray a good public image, properly apply global parking management strategies, provide high quality structural maintenance, and address capital improvement needs and control parking related processes. Well-crafted organizational structures establish budgets that correlate to parking system goals, set rates that are compatible with goals, control related processes, and set aside revenue for ongoing maintenance requirements and capital improvements. To perform an organizational analysis, the Contractor will perform the following tasks. Task 1 Meet with representatives of the City to develop an understanding of how parking responsibilities are currently allocated. Task 2 Determine if there is redundancy in management responsibilities, fragmentation in management responsibilities, a single point of contact, and coordination between the parties. Task 3 Evaluate the reporting structure of the two management entities and determine/identify potential weaknesses in the current organizational structure. Task 4 Identify and quantify opportunities to achieve economies of scale through instituting a single source responsibility center to manage all of the City's parking assets. H:\Contracts\2001\Desman Associates.doc Task 5 Recommend improvements in the organizational structure that are intended to improve the delivery of parking services and the fiscal operation. This includes evaluating means, methods, and procedures to increase revenues,provide a vehicle for financing, reduce operating expenses, address ownership issues, and advance options for new management techniques and technologies. Task 6 Prepare an organizational chart of the current parking system, contrast it with a proposed organizational chart for an alternate parking system and provide a description of the liabilities of the existing structure and benefits of a proposed modification to the organizational structure. Task 7. Upon receiving one set of consolidated comments, the Contractor will incorporate them and issue a final report. FEES Based on the Contractor's understanding of the objectives and goals of the City's Request for Proposals, and the desired schedule for completion of the work plan,the Contractor has developed the following fees to execute the presented Scope of Services. Also, as a point of clarification, no scope or fee has been included to perform any geotechnical or soils analysis outside of the preliminary review of the existing reports. Should the garages under consideration for the vertical expansion not have the initial reserve capacity and further consideration is given to their expansion potential, additional geotechnical services will be required. An estimate has been given to provide these services at cost to the owner. The following is a breakdown by phase: PHASE DESCRIPTION FEE 1 Demand and Supply Analysis $ 7,500 2 Site Selection Analysis $24,000 3 Structural Analysis Vertical Expansion Study $15,000 Due Diligence Survey $ 7,500 4 Cost Benefit Analysis of Alternatives $10,000 5 Recommendation for Operations and Management $ 5,000 TOTAL $69,000 ** The aforementioned fees are inclusive of any travel and lodging expenses H:\Contracts\2001\Desman Associates.doc OUT-OF-POCKET EXPENSES Direct out-of-pocket expenses incurred by the Contractor in connection with the performance of such services outlined above will be billed at cost in accordance with the prime agreement with the client. The Contractor estimates that reimbursables will not exceed $15,000, which amount includes $9,000 for any required geotechnical consulting services beyond the scope specified herein and $3,000 for the field and laboratory testing in conjunction with the Due Diligence Survey for the three existing parking garages outlined in Phase III of this proposal. These services may include the following: • preparation of models and/or renderings • parking/traffic surveys and/or data collection other than that stated • long distance telephone, telegram and cable charges. • charges for reproduction and printing of documents and plans at actual costs, exclusive of any labor costs incurred in connection. ($1,000 estimated) • office supplies and equipment directly chargeable and consumed. • rentals for equipment specifically hired or used in connection with the performance of Scope of Services with your approval. • field and laboratory testing for the three existing parking structures in conjunction with the Due Diligence Survey in Phase III ($3,000 estimated) • additional geotechnical services in conjunction with the vertical expansion study in Phase III ($3,000 per facility x 3 = $9,000 estimated) • any other costs and expenses deemed necessary in connection with performance of Scope of Services with your approval. QUALIFICATION OF FEE The Contractor's base fee does not include any of the following: • Topographic or Boundary Surveys. • Environmental, Geotechnical or Traffic Engineering • Detailed plan preparation. • Permits or fees of any kind. • Architectural design HAContracts\200RDesman Associates.doc Schedule B Fee Schedule JOB DESCRIPTION HOURLY RATE Principal-in-Charge $150.00 Project Manager/Director/Associates $120.00 Registered Architect $100.00 Professional Engineer $100.00 Estimator $ 75.00 Parking Planner $ 80.00 Parking Specialist $ 75.00 Architect $ 85.00 Engineer $ 85.00 Drafter/CADD Operator $ 50.00 Technician $.45.00 Clerical $ 40.00 HAContracts\2001\Desman Associates.doc CONTRACT FOR SERVICES INDEPENDENT CONTRACTOR Made this 15th day of March, 2001, between: THE CITY OF ITHACA, a municipal corporation with offices at 108 East Green Street, Ithaca, New York, hereinafter called "the City," and Shears &Leese Architects, 1620 Markets Street, Denver, CO, hereinafter called "the Contractor." WITNESSETH: WHEREAS, the City requires certain services to be performed more particularly set forth in Schedule "A" attached hereto and made a part hereof, and WHEREAS, the Contractor is desirous of performing such services and the City is desirous of contracting with the Contractor to provide such services, NOW, in consideration of the covenants, conditions, and provisions contained herein, it is hereby AGREED as follows: 1. The Contractor agrees to perform the services set forth in Schedule A attached hereto and made a part hereof in a manner and at such time or times as is satisfactory to the City. 2. The Contractor shall be paid an amount not to exceed $19,000.00 (Nineteen Thousand Dollars)plus expenses not to exceed $7,400.00 (Seven Thousand Four Hundred Dollars) upon completion of work. Payment shall be made following submission of an invoice and City voucher in accordance with established City payment policies and practices. 3. The relationship of the Contractor to the City is that of an independent contractor. As such,the Contractor shall receive no fringe benefits from the City including, but not limited to, medical insurance, retirement benefits, worker's compensation, disability, unemployment insurance or any other benefits or remuneration other than that set forth in paragraph 2 hereinabove. 4. Workers' Compensation and Disability Coverage: A condition for entry into this agreement is the presentation by Contractor to the City Attorney's Office of the City of Ithaca of either proof that Contractor provides the levels of workers' compensation and disability coverage required by the State of New York or that Contractor is not required to provide such coverage. 5. The City may terminate this contract at any time without cause, in which case the Contractor shall be paid pro rata for the satisfactory work performed to date of termination. 6. The Contractor shall defend, indemnify, and hold the City harmless from any claims against the City arising from the negligence or intentional conduct of the Contractor. 7. The Contractor will not discriminate against any employee, applicant for employment, subcontractor, supplier of materials or services or program participant because of race, age, creed, color, sex, national origin, disability, marital status or sexual preference. CONTRACTOR: By Date SS#or Federal ID# CITY OF ITHACA: By Date H. Matthys Van Cort APPROVAL AS TO FORM: By Date City Attorney MAYOR: Date Alan J. Cohen CITY CONTROLLER: By Date BUDGET AND ADMINISTRATION COMMITTEE: By Date Chairperson H:\Contracts\2001\Shears Leese Architects.doc SCHEDULE A (Parking Garage Feasibility Study--Capital Project#250) Scope of Services To provide the Department of Planning and Development consulting services regarding the site selection of and the planning and design considerations for the construction/renovation and operation of the parking garages and alternative project sites specified in the Request for Proposal (RFP) issued by the City of Ithaca on October 10, 2000. Services will include all of the following: 1. Assistance with Site Selection • Familiarization with alternative project sites and photo documentation • Gathering background information for alternative project sites • Familiarization with Downtown Ithaca, Collegetown, the West End and the context of the alternative project sites under consideration • Assistance to city staff in defining specific project objectives and identifying opportunities for the project sites under consideration • Making specific planning and design recommendations for each site • Participation in the selection of preferred sites • Documentation of the results of the above 2. Assistance in preparation of concept designs for recommended project sites • Assist in the development and review of alternative concepts for the selected sites • Assist in the development of the preferred concept designs 3. Review the on-going and completed work product from the project feasibility consultant. Respond to issues and questions from city staff as needed. HAContracts\2001\Shears Leese Architects.doc Compensation The above tasks will be based on an hourly billing rate of$125.00 and not to exceed the following: • Assistance in site selection(initial 2 day visit to Ithaca) $ 5,000.00 • Assistance in preparation of Concept Designs $10,000.00 (Includes 2nd visit to Ithaca) • Review project feasibility teams work(2day visit to Ithaca) $ 4,000.00 Total Compensation Fees: $19,000.00 Reimbursable Expenses Travel expenses (3 trips for 2 people): Airfare round-trip. (6@ $800.00) $ 4,800.00 Hotel rt. (12@ $150) $ 1,800.00 Ground Transportation (3@ $100) $ 300.00 Photography $ 100.00 Duplication $ 300.00 Shipping $ 100.00 Total Reimbursable Expenses $ 7,400.00 Total Reimbursable and Compensation Not to Exceed $26,400.00 Schedule of Services Shears and Lease are prepared to begin work immediately and are prepared to work around the schedule of the City of Ithaca. H:\Contracts\2001\Shears Leese Architects.doc Carol Shipe-For Files FOR BUDGET&ADMINIS. COMMITTEE MEETING MARCH 27,2001 Memo To: Budget and Administration Committee From: Mary Zebell, Landscape Planner Date: March 27, 2001 Subject: Fountain Area Improvements Contract Approval of Bid Since the removal of the old fountain took place in January and completed in February of this year, the timeliness of awarding the contract for improvements to the area has been a top priority. On March 12 the contract went out to bid and on March 23,bids were opened. Only one bid was submitted and the bid was higher than anticipated. Possible reasons for the high bid include: • an excess of work in the local market and too few contractors • excellerated construction schedule,penalty for not completing work within the timeframe set forth in contract (Timeframe based on concerns that work be completed prior to CU/IC graduation, Mother's Day, Ithaca Festival,.etc.) • difficult to stage work on Commons • difficult for construction vehicles to access Commons Budget Summar Capital Project#386 2000 $ 362,000 Capital Project 2001 $ 250,000 Total Allocated $ 612,000 Total Amount Expended and encumbered $ 125,825 (See following page) Bid received for Fountain Area Improvements $ 231,807 Novelli Contract $ 15,600 Estimated funds committed for Light Fixtures (4) $ 15,000 Estimated funds for Tree purchase, Shipping and installation of trees (8) $ 10,500 10% Contingency $ 25,730 Total Funds required for Fountain Area Improvements $ 298,637 Total Amount Expended and Encumbered Including Fountain $ 424,462 Unencumbered Balance $ 187,538 Renewing Downtown: The Commons and Adjacent Streets Year One-2000 Rough Actual Expended Estimate and Encumbered • Initial Maintenance(already approved) $ 80,000 Pavilion renovations (DE YOUNG) $ 6,820 Bench,bicycle rack& spigot repairs Sculpture Exhibition pedestals(ACCUFAB) $ 1,100 Home Dairy Alley lighting (LUMEC) $ 6,405 •Powerwashing Entire Primary Commons (DE YOUNG) $ 25,000 $ 7,200 • Pedestrian Signage $ 10,000 •Demo Interactive Kiosk (Center Ithaca location) $ 5,000 •New Trash&Recycling Containers(33 total) $ 25,000 (VICTOR STANLEY) $25,000 • Paving Master Plan for the Commons &Adjacent Streets $ 7,000 Plan to include vaults, electrical, water&sewer (MARY ZEBELL) $7,000 • Home Dairy Alley,Back Alley&Green Street+ $ 75,000 Conceptual design for all areas Design/bid documents/construction Lighting and paving implementation to Back Alley Powerwashing&sealing Home Dairy Alley (DE YOUNG) $ 6,500 (MARY ZEBELL) $ 5,000 • Fountain Removal&Area Improvements $ 76,000 Design/bid documents/construction New pavement as per Paving Master Plan Trees&structural soil Prep for new fountain Electrical&plumbing upgrades (FOUNTAIN DEMOLITION) $10,000 (MARY ZEBELL) $ 4,000 (PETER NOVELLI) $15,600 • Electrical Upgrades+ $ 12,000 At the west pavilion and as needed as per above Paving Master Plan • Immediate Paving Repairs on Adjacent Streets To be determined •First Phase of Landscape Renovations in Existing Planters+ $ 25,000 Planting&irrigation design for all primary& adjacent street planters Renovations to four planters (MARY ZEBELL) $ 2,500 • Comprehensive Lighting Study&Plan $ 7,000 Design/cost analysis Plan to include primary Commons and adjacent streets: roadway,pedestrian and holiday lights (THOMAS ASSOCIATES) $ 3,500 •Traffic Circulation Study $ 15,000 (SRF AND ASSOCIATES) $25,200 TOTAL COMMITTED FUNDS $125,825 TOTAL APPROVED FUNDS $ 362,000 CITY OF ITHACA-Commons Fountain Renovations-Bid Tabulation-P3/23/01 BID TABULATION CITY OF ITHACA,NEW YORK DEPARTMENT:Public Works Paolangeli Contractor McPherson Builders Inc. Contract:General Construction 226 Cecil A Malone Drive 710 Willow Ave. BID FOR:Ithaca Commons Fountain Area Renovations Ithaca, NY 14850 Ithaca, NY 14850 OPENING:Frida , March 23, 2001,3:00 PM (607)273-8139 (607)273-2373 ITEM NO. QUANTITY DESCRIPTION UNIT COST EXTENSIONS UNIT COST EXTENSIONS A 1 Base Bid for General Construction per Specifications No Bid $198,375.00 Alternate Al 1 General Contract Concrete repair Main Pavilion Steps $0.00 $3,819.00 Unit Prices for changes at site authorized by engineer Add Deduct Add Deduct 1 Unclassified Excavation Add/(Deduct): $0.00 $27.79 ($25.61) CY 2 Select Granular fill, compacted in place Add/(Deduct): $0.00 $25.92 ($22.20) CY 3 Structural Soil, compacted in place Add/(Deduct): $0.00 $47.42 ($43.70) CY 4 4"Subdrain w/bedding in place Add/(Deduct): $0.00 $5.43 ($5.00) LF 5 6"Concrete Sidewalk, remove/replace Add/(Deduct): $0.00 $14.38 ($12.78) SF 6 Concrete Brick Pavers, in place Add/(Deduct): $0.00 $6.42 ($5.91) SF 7 2"water service, in place(corp. stop/valve box)Add/(Deduct): $0.00 $462.00 ($400.00) EA 8 2"copper water service pipe, in place Add/(Deduct): $0.00 $18.00 ($16.00) LF 9 1"water service, in place(corp. stop/valve box)Add/(Deduct): $0.00 $362.00 ($300.00) EA 10 1"copper water service, in place(corp. stop/valve box)Add/(Deduct 1 $0.00 $14.00 ($12.00) EA Bid Bond Yes Addendum 1&2 Yes CITY OF ITHACA PAGE 1 CITY OF ITHACA-Commons Fountain Renovations-Bid Tabulation-P3/23/01 BID TABULATION CITY OF ITHACA,NEW YORK McPherson Builders Inc. DEPARTMENT:Public Works 710 Willow Ave. Contract: Electrical Construction Ithaca, NY 14850 BID FOR:Ithaca Commons Fountain Area Renovations (607)273-2373 OPENING:Friday, March 23, 2001,3:00 PM ITEM NO. QUANTITY DESCRIPTION UNIT COST EXTENSIONS UNIT COST EXTENSIONS B 1 Base Bid for Electrical Construction per Specifications $33,432.00 $0.00 Unit Prices for changes at site authorized by engineer Add Deduct 1 1"Sch. 80 PVC conduit, in place Add/(Deduct): $2.17 ($2.00) $0.00 LF 2 12"Sch. 80 PVC conduit, in place Add/(Deduct): $3.26 ($3.00) $0.00 LF Bid Bond Yes Addendum 1&2 Yes CITY OF ITHACA PAGE 1 Flagpole Planter Center Pavilion Planter New Plants Spiraea nipponica'Halward's Silver'/ New Plants Rhododendron Mezett Hybrid'Molly Fordham Ilex verticillata'Red Sprite'/ Ilex verticillata'Jim Dandy'/ Hamamellis virginianna/Witch hazel Hydrangea paniculata'Limelight' Asarum europaium/European Ginger Echinacea purpurea'Magnus/Purple Coneflower Helleborus orientalis'Royal Heritage White' Sedum telephium 'Aurthur Branch'/ Epimedium'Frohnleiten' Nepeta faasenii'Walker's Low'/ $ Large Caliper Shade Trees Aruncus aethusifolius/ Dwarf Goatsbeard Gaura lindkumeri/ � � g p Hakonechloa macra-aureola We are looking for: Robinia pseudoacacia'Purple Robe' Hosta 'Francis Williams' Miscanthus sinensis'Sarabande'/ Fraxinus americana'Autumn Purple' Hosta'Great Expectations' Panicum virgatum'Rotstrahlbusch'/ Gleditsia triacanthos'S 'line' Pennisetum altrocuroides'Hameln'/ HoGolden Tiara and others Polystichum polyblepharum --- -- -------- - -- ----- - -zx...W_------- --- - --- ------------ --- - -- ---- ----- 6. ------------------------------, -------------------------------------------------------------- -------�--------------------------- -- Prunus to remain Home Dairy Alley N Fountain Area Improvements Scale; l" = 15'-0" City of Ithaca Department of Plannning and Development Mary Zebell,Landscape Planner February 2001 City of Ithaca-Summary of Commons Improvements Projects 386/437-3/27/01 Commons Improvement Proiect#386 Authorization: Amount 9/1/99 Council action Consultant $ 20,000.00 G/F advance Bonds 1/1/00 Budget 2000 $352,000.00 Bonds Total Authorized $372,000.00 Cp#437 Budget 2001 $250,000.00 Bonds Total Funds Available $622,000.00 Expenditures Date Payee Po Voucher Amount Description 10/15/99 Mary Zebell 2300 $ 3,375.00 Commons Redesign&Preliminary budget prep 1/26/00 Mary Zebell 2485 $ 500.00 Commons Redesign&Preliminary budget prep 3/2/00 Mary Zebell 2552 $ 1,850.00 Commons Redesign&Preliminary budget prep 4/5/00 Fiscal Advisors 2627 $ 133.30 Bonding services Premier Printing 2628 $ 47.27 Printing of Official Statement 5/24/00 Mary Zebell 2730 $ 3,345.00 Commons Redesign&Preliminary budget prep Willkie Farr 2721 $ 304.29 Bonding Attorney costs 6/26/00 Mary Zebell 2803 $ 1,420.00 Commons Redesign&Preliminary budget prep 8/3/00 Mary Zebell 2881 $ 1,587.50 Commons Redesign&Preliminary budget prep 9/14/00 Accufab 3016 $ 7,837.00 Sculpture stands for commons Cosentini Construction 3017 $ 1,017.66 Platform construction Gary Ferguson 3018 $ 60.11 Reimbursement of supplies Mary Zebell 3019 $ 3,062.50 Commons Redesign&Preliminary budget prep 9/26/00 Brandano Displays 3059 $ 1,400.00 Holiday lights for commons Mary Zebell 3060 $ 1,700.00 Commons Redesign&Preliminary budget prep 10/4/00 Mary Zebell 3068 $ 3,100.00 Commons Redesign&Preliminary budget prep 10/20/00 Ithaca Downtown Partership 3119 $ 500.00 Insurance deductible for sculpture loss Ithaca Downtown Partership 3120 $ 500.00 Insurance deductible for sculpture loss 11/20/00 Mary Zebell 3198 $ 6,272.50 New Contract Commons Redesign Mary Zebell 3171 $ 3,075.00 New Contract Commons Redesign 11/21/00 Brian Deyoung Painting Inc 3206 $ 4,262.50 Power washing and painting contract 18520 12/22/00 Brian Deyoung Painting Inc 3267 $ 542.19 Power washing and painting contract 18520 Mary Zebell 3261 $ 2,600.14 New Contract Commons Redesign 12/31/00 Mary Zebell 3286 $ 2,725.00 New Contract Commons Redesign 1/17/01 K VanBourgondien&Sons 3306 $ 451.95 Bulbs 2/15/01 JC Smith Inc. 3362 $ 318.00 Supplies Fountain Removal The Ithaca Journal 3347 $ 15.04 legal ad for Waste Receptacles 2/13/01 Mary Zebell 3338 $ 2,512.50 New Contract Commons Redesign 2/27/01 Mary Zebell 3381 $ 947.50 New Contract Commons Redesign 3/7/01 Mary Zebell $ 1,100.00 New Contract Commons Redesign 3/14/01 Anderson Equipment Company $ 1,270.00 equipment for fountain demo SC Hansen Inc $ 1,399.00 equipment for fountain demo 3/21/01 Mary Zebell $ 900.00 New Contract Commons Redesign Total Expenditures to date $ 60,130.95 Balance of Authorization from cp#386&#437 $561,869.05 Balance of Commitments/Budget: Balance Original budget Committed Commons redesign&Budget prep Zebell Contract $ - $ 20,000.00 $ 20,000.00 Commons Waste Receptacles $ 25,000.00 $ 25,000.00 Bid out due back 4/3/01 Commons Power washing&Painting $ 25,000.00 $ 7,200.00 Contractor:DeYou g Painters Novelli Engineering Contract Fountain Renovations $ 15,600.00,V -L Commons Fountain Project $ 76,000.00 $283,037.00WBid $231,807+lights,trees&cont. DPW Fountain Demolition $ 22,925.00N Mary Zebell-Paving Master plan $ 1,176.86 $ 7,000.00 $ 7,000.00 Mary Zebell-Planting Renovations $ - $ 2,500.00 Mary Zebell-Fountain Area $ 1,225.00 $ 4,000.00^v Mary Zebell-Home Dairy Alley $ 1,725.00 $ 5,000.00 Mary Zebell-Maintenance Projects $ - $ 5,700.00 Home Dairy Alley Improvements $ 75,000.00 $ 6,500.00 Contractor:DeYoung Painters Maintenance items $ 70,000.00 $ 6,820.00 Contractor:DeYoung Painters Landscape Improvements/Planters $ 25,000.00 Traffic Circulation Study $ 15,000.00 $ 25,200.00 Contractor:SRF Electrical Upgrades West Pavilion $ 12,000.00 Pedestrian Signage $ 10,000.00 Lighting Study $ 7,000.00 $ 3,500.00 Contractor:Thomas Associates Interactive Kiosk $ 5,000.00 Capital Project 437 $250,000.00 $ 250,000.00 Totals $254,126.86 $ 622,000.00 $439,982.00/V Total Expenditures not reflected in the committed column $ 12,266.62 Total Costs and Commitments $452,248.62 N Total Authorized $561,869.05 Balance of Authorization including Fountain Bid $109,620.43 Approval of Fountain Area Improvements Contract Bid WHEREAS, the City of Ithaca Common Council has established capital improvement funding for Commons Improvements in the amount of$612,000, and WHEREAS, the Economic Development Committee of Common Council has reviewed and approved the design and engineering estimates for improvements to the Commons fountain area, and WHEREAS,bids were solicited on March 12, 2001 with a deadline for bid submission of March 23, 2001, and WHEREAS, only one bid was received by the City, that bid being from McPherson Builders of Ithaca,NY, in the amount of$198,375 for General Construction as per specifications, and in the amount of$33,432 for Electrical Construction as per specifications, now, therefore, be it RESOLVED, that the City of Ithaca Common Council, upon the recommendation of the Budget &Administration Committee, hereby approves and awards contracts to McPherson Builders Inc. of Ithaca, NY for General Construction as per specifications, in the amount of$198,375, and for Electrical Construction as per specifications in the amount of$33,432, Be it further RESOLVED,that the following additional approvals be given for the proj ect: 10 % construction contingency in the amount of $25;730, A$15,000 allowance for 4 (four) light fixtures, A$10,500 allowance for purchase, shipping and installation of 8 (eight) trees. 03/27/01 \\CITYHALLSERVER\VOL2\PLANNING\STAFF\Doug McD\Miscellaneous\200 1\Approval of Contract Bids for Commons Improvememts-2.doc 03/27/01 Capital Project Request Submitting Agency '!PLANNING AND DEVELOPMENT j 1024 Project title lRenewing Downtown: The Commons and Peripheral Streets category Econ. Growth and Development Year 2001 cp id 10241 Description ilmprovements to the three Commons Entrances and to the Home Dairy/Green Street Entrance to the Commons. j (Design Development to Bid documents for New Clocks, Information Kiosks, Bollard removals and replacements, New paving.Purchase of an interactive Kiosk. ;Design Development for streetscape improvements to Green Street and lighting&paving&site amenities to improve jCity Hall Plaza,Back Alley and Home Dairy Alley Entrance. ,Phase two of Planter renovations on the Primary Common including design of irrigation system and select removals and re-plantings. ,Design Development for permanent Police/Info Shelter on Primary Commons. Location Justification !The Commons was built 25 years ago and is showing signs of great wear and tear.The Redesign of the Commons Committee's report on Renewing the Ithaca Commons,completed in the spring of 1999 after 18 months of discussion with merchants and City Hall has provided an excellent document for planning improvement projects for the Commons. Concensus was reached on concerns and areas to design improvements.A five-year plan has been drafted to be ;approved by the Planning Committeee and on to Common Council and is expected to be forthcoming. RelationshipThere are renovations to the Commons currently underway,and unspent resources from the year 2000 budget. Proposed but not yet approved is to complete the fountian removal and replace with new paving and tree grove, !development of a Master Plan for Commons Pavement,a Comprehensive Lighting plan for the Commons and the peripheral streets,Master Plan for Commons Plantings and Traffic Circulation Study for the entire Commons area. Status new-plans/specs preliminary plans underway i LJ Capital Project Request Submitting Agency IPLANNING AND DEVELOPMENT 1024 Capital Budget Other Resources and Reserves Sources of Funded Requested Funded Requested TOTALS other funding Plans Specs $0 11---$4-0 0-007 $0 $0 $40,000 Land j $0 $0 $0 $0 $0 Construction $0 $400,000 $0 $0 $400,000 Equipment $0 $o $o $� $o Cost Basis Other $0 L $0 $0 $0 $p TOTALS $o $aao,000 $o $p $440,000 ADDITIONAL annual maintenance $0 NOTE:Amounts on left are Priority High ADDITIONAL employee future costs and revenues salaries RESULTING from the Methods ADDITIONAL equipment not project in project cost $0 contract construction One-time Project Cod(all phases) Other costs $� $440,000 Time Total Cost(C) Annual Additional Cost(-)minus Annual Estimated annual income Revenue "net cost in parenthesis=net Fall 2002 from project(R) $0 additional cost is negative NETCOST(C-R) Remarks Year Amount Phase 2001 $440,000 zoo217 $o 2003 $0 2004 $0 IF 2005 $0 Submitted by JMary Zebell,Thys vanCort Memo To: Budget and Administration Committee From: Mary Zebell, Landscape Planner Date: March 27, 2001 Subject: Fountain Area Improvements Contract Approval of Bid Since the removal of the old fountain took place in January and completed in February of this year, the timeliness of awarding the contract for improvements to the area has been a top priority. On March 12 the contract went out to bid and on March 23, bids were opened. Only one bid was submitted and the bid was higher than anticipated. Possible reasons for the high bid include: • an excess of work in the local market and too few contractors • excellerated construction schedule, penalty for not completing work within the timeframe set forth in contract (Timeframe based on concerns that work be completed prior to CU/IC graduation, Mother's Day, Ithaca Festival,.etc.) • difficult to stage work on Commons • difficult for construction vehicles to access Commons Budget Summar Capital Project#386 2000 3 Q(v $ 3f62,000 Capital Project 2001 t0 f,77 $ 250,000 Total Allocated $ 6;.2,000 Total Amount Expended and encumbered $ 125,825 (See following page) Bid received for Fountain Area Improvements $ 231,807 Novelli Contract $ 15,600 Estimated funds committed for Light Fixtures (4) $ 15,000 Estimated funds for Tree purchase, Shipping and'installation of trees (8) $ 10,500 10% Contingency $ 25,730 Total Funds required for Fountain Area Improvements $ 298,637 Total Amount Expended and Encumbered Including Fountain $ 424,462 Unencumbered Balance $ 18 8 q,G 16 Renewing Downtown: The Commons and Adjacent Streets Year One- 2000 Rough Actual Expended Estimate and Encumbered • Initial Maintenance (already approved) S 80,000 Pavilion renovations (DE YOUNG) S 6,820 Bench,bicycle rack& spigot repairs Sculpture Exhibition pedestals (ACCUFAB) S 1,100 Home Dairy Alley lighting (LUMEC) S 6,405 • Powerwashing Entire Primary Commons (DE YOUNG) S 25,000 S 7,200 • Pedestrian Signage S 10,000 • Demo Interactive Kiosk (Center Ithaca location) S 5,000 •New Trash&Recycling Containers(33 total) $ 25,000 (VICTOR STANLEY) 525,000 • Paving Master Plan for the Commons & Adjacent Streets S 7,000 Plan to include vaults, electrical, water&sewer (MARY ZEBELL) S7,000 • Home Dairy Alley, Back Alley& Green Street+ $ 75,000 Conceptual design for all areas Design/bid documents/construction Lighting and paving implementation to Back Alley Powerwashing& sealing Home Dairy Alley (DE YOUNG) $ 6,500 (MARY ZEBELL) S 5,000 • Fountain Removal &Area Improvements $ 76,000 Design/bid documents/construction New pavement as per Paving Master Plan Trees&structural soil Prep for new fountain Electrical&plumbing upgrades (FOUNTAIN DEMOLITION) $10,000 (MARY ZEBELL) $ 4,000 (PETER NOVELLI) $15,600 • Electrical Upgrades+ $ 12,000 At the west pavilion and as needed as per above Paving Master Plan • Immediate Paving Repairs on Adjacent Streets To be determined • First Phase of Landscape Renovations in Existing Planters+ $ 25,000 Planting&irrigation design for all primary& adjacent street planters Renovations to four planters (MARY ZEBELL) $ 2,500 • Comprehensive Lighting Study &Plan $ 7,000 Design/cost analysis Plan to include primary Commons and adjacent streets: roadway,pedestrian and holiday lights (THOMAS ASSOCIATES) $ 3,500 •Traffic Circulation Study $ 15,000 (SRF AND ASSOCIATES) $25,200 TOTAL COMMITTED FUNDS $125,825 TOTAL APPROVED FUNDS $ 362,000 CITY OF ITHACA-Commons Fountain Renovations-Bid Tabulation-P3/23/01 BID TABULATION CITY OF ITHACA,NEW YORK DEPARTMENT:Public Works Paolangeli Contractor McPherson Builders Inc. Contract: General Construction 226 Cecil A Malone Drive 710 Willow Ave. BIDFOR:Ithaca Commons Fountain Area Renovations Ithaca, NY 14850 Ithaca, NY 14850 OPENING:Friday, March 23, 2001,3:00 PM (607)273-8139 (607)273-2373 ITEM NO. QUANTITY DESCRIPTION UNIT COST EXTENSIONS UNIT COST EXTENSIONS A 1 Base Bid for General Construction per Specifications No Bid $198,375.00 Alternate Al 1 General Contract Concrete repair Main Pavilion Steps $0.00 $3,819.00 Unit Prices for changes at site authorized by engineer Add Deduct Add Deduct 1 Unclassified Excavation Add/(Deduct): $0.00 $27.79 ($25.61) CY 2 Select Granular ill, compacted in place Add/(Deduct): $0.00 $25.92 ($22.20) CY 3 Structural Soil, compacted in place Add/(Deduct): $0.00 $47.42 ($43.70) CY 4 4"Subdrain w/bedding in place Add/(Deduct): $0.00 $5.43 ($5.00) LF 5 6"Concrete Sidewalk, remove/replace Add/(Deduct): $0.00 $14.38 ($12.78) SF 6 Concrete Brick Pavers, in place Add/(Deduct): $0.00 $6.42 ($5.91) SF 7 2"water service, in place(corp. stop/valve box)Add/(Deduct): $0.00 $462.00 ($400.00) EA 8 2"copper water service pipe, in place Add/(Deduct): $0.00 $18.00 ($16.00) LF 9 1"water service, in place(corp. stop/valve box)Add/(Deduct): $0.00 $362.00 ($300.00) EA 10 1"copper water service, in place(corp. stop/valve box)Add/(Deduct $0.00 $14.00 ($12.00) EA Bid Bond Yes Addendum 1&2 Yes CITY OF ITHACA PAGE 1 ~ CITY OF ITHACA-Commons Fountain Renovations-Bid Tabulation-P3/23/01 BID TABULATION CITY OF ITHACA,NEW YORK McPherson Builders Inc. DEPARTMENT:Public Works 710 Willow Ave. Contract: Electrical Construction Ithaca, NY 14850 BID FOR:Ithaca Commons Fountain Area Renovations (607)273-2373 OPENING:Frida , March 23, 2001,3:00 PM ITEM NO. QUANTITY DESCRIPTION UNIT COST EXTENSIONS UNIT COST EXTENSIONS B 1 Base Bid for Electrical Construction per Specifications $33,432.00 $0.00 Unit Prices for changes at site authorized by engineer Add Deduct 1 1"Sch.80 PVC conduit, in place Add/(Deduct): $2.17 ($2.00) $0.00 LF 2 2"Sch. 80 PVC conduit, in place Add/(Deduct): $3.26 ($3.00) $0.00 LF Bid Bond Yes Addendum 1&2 Yes CITY OF ITHACA PAGE 1 Fla-pole Planter �P Center Pavilion Planter New Plants Spiraea nipponica'Halward's Silver'/ Ilex verticillata'Red Sprite'/ New Plants Rhododendron Mezett Hybrid'Molly Fordham' Hamamellis virginianna/Witch hazel Ilex verticillata'Jim Dandy'/ Hydrangea paniculata'Urnelight' Asarum europaium/European Ginger Echinacea purpurea'Magnus'/Purple Coneflower Helleborus orientalis'Royal Heritage White' Sedutelephiu 'Aurthur Branch'/ Epimedium'Frohnleiten' m m Nepeta faasenii'Walker's Low'/ (S) Large Caliper Shade Trees Aruncus aethusifolius/ Dwarf Goatsbeard Gaura lindkumeri o P =a`Hakonechloa macra-aureola / We are looking for: Robinia pseudoacacia'Purple Robe' Hosta 'Francis Williams' Miscanthus sinensis'Sarabande'/ Fraxinus americana'Autumn Purple' Panicum virgatum"Rotstrahlbusch'/ lme Gleditsia triacanthos'Sk ' Hosta'Great Expectations Pennisetum altrocuroides'Hameln'/ y Hosta'Golden Tiara and others Polysticrum polyblepharum -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------=---------------------------- --_ ------------ -- -- -----------_— -- ------ ---- --- -- ----- — ------ --- - --- --- -------- 0.AN --- I ---------------------- Prunus to remain Home Dairy Alley N Fountain Area Improvements Scale; 1" = 15'- 0" City of Ithaca Department of Plannning and Development Mary Zebell,Landscape Planner February 2001 CITY OF ITHACA 108 East Green Street Ithaca, New York 14850-5690 cp,P`�•..•••••.,,,f`� DEPARTMENT OF PLANNING AND DEVELOPMENT 0, H. MATTHYS VAN CORT, DIRECTOR OF PLANNING AND DEVELOPMENT DOUGLAS B. McDONALD, DIRECTOR OF ECONOMIC DEVELOPMENT Telephone: Planning&Development-607/274-6550 Community Development/LURA- 607/274-6559 Fax: 607/274-6558 TO: Budget and Administration Committee FROM: JoAnn Corni4- DATE: March 22, 2001 RE: Request funding for the City of Ithaca to join the International Council for Local Environmental Initiatives (ICLEI), and to purchase emissions analysis software. The City of Ithaca Conservation Advisory Council (CAC), on March 12, 2001, passed a resolution endorsing the City of Ithaca participation in the Cities for Climate Protection Campaign (CCP), an ICLEI program assisting cities and counties in reducing greenhouse gas emissions. Attached please find the resolution as well as information on the CCP and ICLEI. The cost for joining ICLEI is $600.00 paid annually. There is no charge for participating in the CCP. However, there is greenhouse gas emissions software available at a one-time cost of $475.00 for non-ICLEI members and $240.00 for ICLEI members. Software upgrades are free. In addition, if a municipality joins the CCP by early April, it is possible (not guaranteed) that the municipality will be provided with a full-time, trained intern for three months to work on a local emissions inventory, create an emissions reduction target, and draft an action plan to achieve the target. City staff, CAC members, and alderwoman Susan Blumenthal have been working with the Tompkins County Planning Department and Environmental Management Council to consider coordinating efforts with regard to joining ICLEI and/or CCP. Discussions have centered around the benefits of having the County join one or both, purchase the software, house the intern, and study greenhouse gas emissions on a County wide basis. Discussions are ongoing and a decision is expected soon. Should the County decide to take this on, THEN THERE MAY BE NO BENEFIT TO THE CITY'S JOINING. IN THAT CASE, THE CITY'S COST WOULD BE ELIMINATED. Should the County decide not to participate, then the full amount will need to be paid by the City. I am attaching a resolution for the full amount ($600.00 + $240.00 or$840.00). The B&A Committee will be informed should this amount change when the County has reached a decision. "An Equal Opportunity Employer with a commitment to workforce diversification." ��� PROPOSED RESOLUTION BUDGET AND ADMINISTRATION COMMITTEE Request funding for the City of Ithaca to join the International Council for Local Environmental Initiatives (ICLEI), and to purchase emissions analysis software. March 27, 2001 WHEREAS: There is scientific consensus that carbon dioxide and other greenhouse gasses released into the atmosphere may have an effect on the Earth's climate, and WHEREAS: Based on scientific study, the United States has pledged along with 160 countries under the United Nations Framework Convention on Climate Change to reduce its greenhouse gas emissions, and WHEREAS: Energy consumption, specifically the burning of fossil fuels such as coal, oil, and gas, accounts for more than 80% of U. S. greenhouse gas emissions, and WHEREAS: Local governments greatly influence their community's energy usage by exercising key powers over land use, transportation, building construction, waste management, and, in many cases, energy supply and management, and WHEREAS: Local government actions taken to reduce greenhouse gas emissions and increase energy efficiency provide multiple local benefits by decreasing air pollution, creating jobs, reducing energy expenditures and saving money for the municipality, its businesses and its citizens, and WHEREAS: The Cities for Climate Protection Campaign(CCP), sponsored by the International Council for Local Environmental Initiatives (ICLEI), has invited the City of Ithaca to become a partner in the Campaign, and WHEREAS: The Budget and Administration Committee has reviewed the Conservation Advisory Council resolution entitled"City of Ithaca Conservation Advisory Council Resolution for Participating in the Cities for Climate Protection Campaign", passed March 12, 2001, and WHEREAS: The City of Ithaca Conservation Advisory Council has recommended to the City of Ithaca Common Council that it join in the Cities for Climate Protection Campaign and purchase the associated greenhouse gas emissions software, and WHEREAS: The City of Ithaca Conservation Advisory Council has also recommended to the City of Ithaca Common Council that it join the International Council for Local Environmental Initiatives (ICLEI), now therefore be it RESOLVED: That the City of Ithaca pledges to: 1 . Take a leadership role in increasing energy efficiency and reducing greenhouse gas emissions from municipal operations : 2 . Develop and implement a local action plan which describes the steps the City of Ithaca will take to reduce both greenhouse gas and air pollution emissions; the plan will include : • joining the International Council for Local Environmental Initiatives (ICLEI) ; • a greenhouse has emissions analysis and forecast to determine the sources and quantity of greenhouse gas emissions within its jurisdiction; • a Carbon Dioxide or greenhouse gas emissions reduction target; • a strategy for meeting the City of Ithaca' s greenhouse reduction target; • a process for measuring progress, on a regular basis, for the implementation of the local action plan, and be it further RESOLVED, That Common Council hereby approves the transfer in the amount not to exceed $840 from account A1990 Unrestricted Contingency to the following accounts for the purposes of joining said Initiative and acquiring the greenhouse gas emissions software : A8020-5430 $600 A8020-5225 $240 City of Ithaca Conservation Advisory Council RESOLUTION for Participating in the Cities for Climate Protection Campaign Passed March 12, 2001 WHEREAS: There is scientific consensus that carbon dioxide and other greenhouse gasses released into the atmosphere may have an effect on the Earth's climate, and WHEREAS: Based on scientific study,the United States has pledged along with 160 countries under the United Nations Framework Convention on Climate Change to reduce its greenhouse gas emissions, and WHEREAS: Energy consumption, specifically the burning of fossil fuels such as coal,oil, and gas, accounts for more than 80%of U. S. greenhouse gas emissions, and WHEREAS: Local governments greatly influence their community's energy usage by exercising key powers over land use,transportation,building construction,waste management, and, in many cases, energy supply and management, and WHEREAS:Local government actions taken to reduce greenhouse gas emissions and increase energy efficiency provide multiple local benefits by decreasing air pollution, creating jobs,reducing energy expenditures and saving money for the municipality,its businesses and its citizens, and WHEREAS: The Cities for Climate Protection Campaign(CCP), sponsored by the International Council for Local Environmental Initiatives (ICLEI),has invited the City of Ithaca to become a partner in the Campaign,now therefore be it RESOLVED: That the City of Ithaca Conservation Advisory Council recommends to the City of Ithaca Common Council that it adopt this resolution as it's own and the City of Ithaca join in the Cities for Climate Protection Campaign. As a participant,the City of Ithaca pledges to: 1. Take a leadership role in increasing energy efficiency and reducing greenhouse gas emissions from municipal operations: 2. Develop and implement a local action plan which describes the steps the City of Ithaca will take to reduce both greenhouse gas and air pollution emissions; the plan will include: • joining the International Council for Local Environmental Initiatives(ICLEI); • a greenhouse gas emissions analysis and forecast to determine the sources and quantity of greenhouse gas emissions within its jurisdiction; • a Carbon Dioxide or greenhouse gas emissions reduction target; • a strategy for meeting the City of Ithaca's greenhouse reduction target; • a process for measuring progress,on a regular basis, for the implementation of the local action plan. ICLEI's Cities for Climate Protection® Frequently Asked Questions What is ICLEI? The International Council for Local Environmental Initiatives is a non-profit international association of local governments dedicated to addressing environmental problems through local actions. What is the Cities for Climate Protection Campaign? Cities for Climate Protection (CCP) Campaign is an ICLEI program assisting cities and counties in reducing the pollution that causes global warming. How many cities and counties participate? As of October 2000,77 cities and counties in the United States and over 360 worldwide are participants in Cities for Climate Protection Campaign.The program began in 1994. How does a jurisdiction join CCP?., Any city or county can join the CCP by passing a legislative resolution or,less commonly,by making an executive proclamation.ICLEI can provide you with a sample resolution. What do participating jurisdictions do? Participants in the CCP commit to reduce local emissions that contribute to global warming.The process consists of working through five CCP milestones: 1) Conduct a local emissions inventory and forecast of greenhouse gas emissions 2)Adopt an emissions reduction target 3) Draft an action plan to achieve the target 4)Implement the action plan 5)Evaluate and report on progress How do jurisdictions benefit from CCP? • Cities and counties in the CCP not only reduce global warming pollution,but also cut traffic,save money,clean the air,and improve quality of life in their communities. • CCP participants have access to a national and worldwide network of local governments acting to prorc:ct the climate through innovative and proven projects. ICLEI develops and provides case studies,training workshops and other publications and learning opportunities,as well as offers occasional competitive grants. • ICLEI staff assist with the emissions inventory and connect you with government and other resources. ICLEI Cities for Climate Protection-U.S. 1 I 1 15 Shattuck Square,Suite 215•Berkeley,CA 94704 phone 510.540.8843'.fax 510.540.4787•email iclei_usa@iclei.org How much staff time does CCP require? An existing staff member in a department such as Energy,Planning,Public Works,etc.usually takes on the work of CCP and acts as staff liaison to the campaign.How much time is required will vary with the size and complexity of your local government and the pace at which you choose to complete the milestones. How can we find staff assistance? Most CCP participants have used existing staff to complete all of the work.However: • Some participants have hired a local student intern excited to work on a city-wide emissions inventory and help devise an action plan.ICLEI can provide a sample job description as well as tips on finding and working with an intern.Work study and course credit can make student interns cost effective. Some cities and counties have hired a local energy or environment expert as a consultant. A few participants have received grant funding;ICLEI can also offer suggestions on seeking grants. How do we do an emissions inventory? The CCP staff liaison,intern,or consultant collects relevant data on local transportation,waste,and energy consumption.ICLEI provides forms for collecting data and software for conducting the emissions inventory.The software computes emissions numbers as well as co-benefits such as cost savings and criteria air pollution prevention.This inventory establishes a baseline. How do we develop our emissions reduction plan? ICLEI provides new cities and counties with a"Toolkit"which will guide you in detail through the CCP milestone process and will help you identify emissions reduction ideas and strategies.Samples of action plans prepared by other CCP local governments are also available from ICLEI. What happens to our Plan? The action plan helps cities and counties design a local strategy,but CCP focuses on taking action. CCP participants implement concrete pollution cutting measures,quantify the benefits,and track success in meeting targets in an ongoing fashion. How much does CCP cost? Joining CCP is free and does not require being a member of ICLEI.However there are benefits to ICLEI membership and TO learn more about ICLEI many CCP local governments do choose to become members of and the Cities for Climate ICLEI.E.g.The emissions analysis software license costs$475 for non-ICLEI members and$240 for ICLEI members. Protection Campaign, -visit our web site at What about joining ICLEI? www.ictei.org/us,or ICLEI member-jurisdictions pay an annual membership fee that contact us at 510.540•$$43• depends on their population.Members attend worldwide forums,receive discounts on workshop and other fees,have access to all ICLEI resources and programs,and participate in steering ICLEI. ICLEI Cities for Climate Protection-U.S. 1 l 15 Shattuck Square,Suite 215•Berkeley,CA 94704 phone 510.540.8843'fax 510.540.4787•email iclei-usa@iclei.org The Cities for Climate Protection Greenhouse Gas Emissions Software The Cities for Climate Protection(CCP)Campaign has developed a data collection process and a cutting-edge software tool, the CCP Greenhouse Gas Emissions Software,which enables local government users to measure the amounts of greenhouse gas(ghg)emissions coming from their communities. The software also allows the user to quantify the amount of ghg emissions that are being reduced or could potentially be reduced through the implementation of a variety of climate protection measures. Objectives • To quantify the financial savings,criterion air pollutant reductions and other co-benefits of greenhouse gas emission reduction strategies. • Supports strategic planning for emission reductions--baseline inventory,business-as- usual projection,reduction targets,measure impacts. • To empower local governments to contribute to national GHG emission reduction targets. Features • Translates energy, fuel use, and waste data into GHG emissions for the baseline inventory • Quantifies the GHG emissions reductions of existing programs and actions • Projects the GHG emissions reductions of potential programs and actions • Covers both local government and community wide emissions and emission reductions • Can be used as a planning tool in choosing measures for the local action plan • Can be used to monitor and track the results of actions as they are implemented • Calculates co-benefits of GHG reductions such as energy savings,money savings, and criteria air pollutant reductions • Automates energy conversions, embeds emission coefficients, speeds up quantification and analysis • Backed up with technical support from the ICLEI office as well as from the developers at Torrie Smith Examples of Energy efficiency measures the Software can compute: Enemy Efficiency: Buildings--energy conservation and efficiency improvements that apply to the whole dwelling. Examples: adding insulation to the walls,roof or floor; high efficiency windows; weather-stripping, caulking,night setback of thermostat,reduced demand through behavioral changes, tree planting for wind breaks and summer shading; passive solar design and retrofit, whole household energy retrofits. Energy Efficiency: Appliances and Equipment--energy conservation and efficiency improvements that affect household appliances,water heaters,heating equipment or any other household device that uses fuel or electricity. Examples: energy efficiency appliance upgrades, energy efficient refrigerators,compact fluorescent lightbulbs, water tank insulation,low flow showerheads and other hot water saving measures,energy efficient furnace fans. Change in Energy Source -- fuel switching measures in which both the amount of energy and the type of fuel can be affected. Examples: switch in space or water heating fuel, switch to or from gas for cooking and/or clothes drying, switch to green power supply, switch to district heating, switch to solar heating. A demo version of the CCP Software can be downloaded from the software developer's website at http://www.torriesmith.com I Page 1 03/22/01 CITY OF ITHACA Ni .rt 108 East Green Street Ithaca, New York 14850-5690 cpe.... ,.f`� DEPARTMENT OF PLANNING AND DEVELOPMENT Ag7RATE0 H. MATTHYS VAN CORT, DIRECTOR OF PLANNING AND DEVELOPMENT DOUGLAS B. McDONALD, DIRECTOR OF ECONOMIC DEVELOPMENT Telephone: Planning&Development-607/274-6550 Community Development/IURA- 607/274-6559 Fax: 607/274-6558 To: Budget& Administration Committee From: Jennifer Kusznir, Economic Development Planner Tim Logue,Neighborhood and Economic Development Planner Date: March 22, 2001 Subject: Six Point Traffic Study Consultant As part of the Findings Statement for the Generic Environmental Impact Statement for the Southwest Area Land Use Plan, Common Council commissioned a traffic study known as the M&M Plan or the Six Point Plan. As written in the findings statement of the GEIS, "the goals of the Plan are to protect the Southside and South of the Creek neighborhoods from the negative impacts of increased traffic, to improve the accessibility of the project area for people who live east and south of downtown Ithaca, and to provide a direct route which strongly links the Southwest Area to the downtown and to the West End/Inlet Island corridor." The funding for this study was previously approved under Capital Project #431, for an amount of forty thousand dollars ($40,000). The Six Point Traffic Study is scheduled to begin in April. Qualifications were received from eight firms and requests for proposals were sent out to seven of these firms. Six of the firms responded with proposals. A subcommittee consisting of Dan Cole, Tim Logue, Jennifer Kusznir, Fernando de Aragon, Kim Triggs, Pat Pryor, and Ed Hershey was established to determine the most qualified consultant for this study. After careful evaluation the subcommittee narrowed the choices down to two qualified firms. Proposals from both firms were brought before the Planning Committee on March 21, 2001, with the subcommittee recommending that the Committee approve the hiring of either of these two firms. It was understood that the final selection would take place by the April 4th Common Council meeting. The Planning Committee, after hearing recommendations from the subcommittee, recommended that an additional five thousand dollars be allocated for the completion of this study and passed a resolution recommending that Common Council approve the hiring of a consultant to complete the 6-point traffic study for an amount not to exceed forty five thousand dollars ($45,000). To that end, please find enclosed a resolution for your consideration. Q:\PLANNING\STAFFUennifer\6point plan\memos\B&A.doc An Equal Opportunity Employer with a commitment to workforce diversification." ZJ C - 3 Planning Department - Request Amend Capital Project #431 South of the Creek Traffic Study WHEREAS, the City of Ithaca has commissioned a traffic study as part of the Findings Statement for the Generic Environmental Impact Statement for the Southwest Area Land Use Plan, and WHEREAS, the Planning and Development Department has received proposals from various consultants for the completion of this study and a selection subcommittee is in the process of choosing a consultant, and WHEREAS, after reviewing the selection subcommittee' s recommendations, the Planning Committee recommended that an additional $5, 000 be allocated for said purpose and recommends that Common Council approve the hiring of a consultant to complete the Six Point traffic study for an amount not to exceed $45, 000; now, therefore, be it RESOLVED, That Capital Project #431 South of the Creek Traffic Study be amended by an amount not to exceed $5, 000 for the purpose of completing said study, giving a total Project cost of $45, 000, and be it further RESOLVED, That the Mayor for the City of Ithaca is hereby authorized and directed to enter into contract with a consultant for the purpose of completing said study for an amount not to exceed $45, 000, including all reimbursable expenses, and be it further RESOLVED, That funds for said amendment shall be derived from the transfer of $5, 000 from account A1990 Unrestricted Contingency to the Capital Fund. D - 2 City Controller - Request to Approve Cooperative Energy Contract WHEREAS, the Counties of Tompkins, Tioga, Otsego and Broome have formed a Municipal Electric and Gas Alliance to purchase electric and gas from alternate sources, and WHEREAS, the Electric Contract with NYSEG Solutions, Inc . will expire in April, 2001, and WHEREAS, after a recent bid, the Alliance has awarded Advantage Energy, Inc. of Hamburg, New York with the bid to be the Alliance' s preferred supplier for electric supply sales to participants in the Alliance for the next two years, and WHEREAS, the City of Ithaca is a member of the Alliance and has determined, after review of the contract, that Advantage Energy will provide some savings in the City' s overall electrical cost; now, therefore, be it RESOLVED, That the City of Ithaca shall participate in the cooperative purchase agreement and may, thereby, purchase electric power under the contract with Advantage Energy, Inc . and be it further RESOLVED, That a copy of this resolution shall be sent to the Tompkins County Department of Finance, and be it further RESOLVED, That Common Council hereby authorizes the Mayor to sign the agreement for cooperative purchase of electrical power between the City of Ithaca and Advantage Energy, Inc. for the period April, 2001, to March, 2003 . 03/13/2001 09:35 7166677735 ADVANTAGED PAGE 02 Municipal " ,, Electric and. Gas Alliance Tft * StuarturQ16pp.K�• . F Electric Tower Committee rances Leavenworth Courthouse Tiogn County ' Power Commission 320 North Tioga Street 56 Main Street Ithaca,New York 14850 MEMBER COUNTIES Owego,New York 13827 Broome County Otsego County T'loga County Tompkins County March 2001 Dear Electric and Gas Alliance participant, We are pleased to announce that the Municipal Electric and Gas Alliance has designated Advantage Energy,Inc.of Hamburg,NY, as the Alliance's"preferred supplier"for electric supply sales to participants in the Alliance for the conning two years. The bid we have accepted from Advantage Energy promises significant savings to Alliance participants at a time of high and volatile electricity prices. In February,the Alliance concluded a competitive bid process,in conformance with public bidding requirements. Advantage submitted the best proposal. This letter is to inform you of our endorsement of the enclosed Advantage Energy offer. If you accept the Advantage Energy agreement,you will continue to save money,compared to New York State Electric and Gas utility service. If you do not accept the agreement with Advantage, your account automatically will revert to NYSEG,where prices are higher than what you will pay through the Alliance program. In any case,at no point will your electric service be disrupted. What you should know Price: Your savings will be $0.00125/kwh or$0.00325/kwh,depending on the category of your account(s). Residential and small commercial accounts will save at the higher rate. Each month, your charges from Advantage Energy and NYSEG utility will vary.,but the sum of them together will be$0.00125/kwh or$0.00325/1cwh less than if you took all your electric supply and delivery service from NYSEG_ The important thing to know is that your savings are guaranteed. In addition,those customers that pay sales tax on electricity will save about 3%more if they accept the Advantage Energy offer. The sales tax reduction is not available for customers that remain with NYSEG utility service. Billing: You will receive a separate bill from Advantage Energy for electric supply. NYSEG billwill youfor delivery. We hope that before long, State Public Service Commission rules will allow for a single,unified billing system. Term: If you accept the agreement with Advantage Energy,you will be committed to Advantage's electric supply service and receive attendant savings for two years beginning on your next meter read date and lasting into your meter reading of March 2003. Before the agreement is up in March 2003,the Alliance will again procure a new electric supply arrangement. 1 •03/13/2001 09:35 7166677735 ADVANTAGED PAGE 03 No interruption: The transition from utility or supplier service to Advantage Energy will be seamless. How we chose Advantage Energy,Inc. Advantage Energy was chosen after a competitive bidding process in which several suppliers were solicited. Advantage Energy submitted the best price proposal, and the company's financial and other background allows us to confidently recommend them to you. What you should do now, We recommend that you sign the Advantage Energy agreement. You have already benefited from your participation ina Alliance and we hope you will continue to participate. We are pleased that with the growing strength of the Alliance,we have been able to attract competitors wishing to serve us. If you agree to Advantage Energy's enclosed offer,then all you need to do is execute and return the agreement to Advantage Entergy. Meanwhile,if you have any questions about this offer or the Alliance program,please feel free to contact Jennifer Luu at 507-273-1913,or our consultants,Gordon Boyd and Gene Salerni,at 518- 580-9244. You can also contact Advantage Energy directly at the toll-free number shown on their letter. Your purchasing power,added with that of dozens of municipalities, four counties and hundreds of non-municipal customers,has given us a strong position in the marketplace.We look forward to continuing to bring you savings through the Alliance's programs. Sincerely, Stuart W. Stein Frances W. Leavenworth Encl. 2 4 An Ordinance Amending Section 317-14 Entitled "Removal and Storage Charges, Penalties for Violation" of Chapter 317 Entitled "Removal of Vehicles" of the City of Ithaca Municipal Code Ordinance No. - 2001 BE IT ORDAINED AND ENACTED by the Common Council of the City of Ithaca as follows : Section 317-14 of Chapter 317 of the Code of the City of Ithaca, entitled "Removal of Vehicles," shall be amended as follows: r i City of Ithaca PCICodebook for Wmdows §317-14. Removal and storage charges; penalties for violation. A. Removal and storage charges for nonconsensual towing of vehicles in the City of Ithaca are hereby established as follows: �jS (1) Ordinary removal charges shall not exceed $50 total charge. "Ordinary removal' means the removal of any vehicle that is not a special equipment removal, a special problem or circumstance removal, or an extraordinary removal. (2) Special equipment removal charges shall not exceed $70 total charge. "Special equipment removal' means the removal of any vehicle that requires special equipment such as dollies, flat beds, ramps,jacks or slings. (3) Special problem or circumstance removal charges shall not exceed 4 total charge. "Special problem or circumstance" means the removal of any vehicle that involves additional steps such as snow removal, difficult access to a locked vehicle, and extra cleanup. A request shall be made by the tow truck operator to the police officer at the scene of the tow that the tow be treated as a special problem or circumstance removal. Reasons for the request shall be stated by the tow truck operator to the police officer at the scene and shall be recorded in the vehicle towed report. Approval or denial of request is to be made at the discretion of the police officer at the scene of the tow and indicated on the "Police Towing" log. Denial of the request by the police officer shall cause the tow to be deemed an ordinary removal. (4) Extraordinary removal charges shall be based on the actual costs of the use of the extraordinary equipment, plus labor charges. "Extraordinary removal' means the removal of any vehicle requiring the necessary use of one or more additional tow trucks, a crane or other extraordinary equipment other than regular or special towing equipment. (5) A fee not to exceed $2�may be charged by the tow truck operator to the owner or operator of any vehicle requiring removal services as provided in this chapter whenever the owner or operator appears to remove the vehicle after the tow truck operator has hooked up the vehicle for towing or removal, but before the vehicle has been removed from the scene. i 0 (6) Storage fees not exceeding $15 per day or fraction thereof may be charged by the tow truck operator after the vehicle has been stored for more than 24 hours. (7) An after-hours service charge not to exceed $1021'ay be charged by the tow truck X21 Sod operator whenever the tow truck operator is called to release a vehicle from the storage yard during the hours of 11:00 p.m. to 7:00 a.m. B. Violation of any provision of this chapter shall be punishable by a fine of not more than$250 or by imprisonment for a period not exceeding 15 days for each such offense, or by both such 1 r i City of Ithaca PCICodebook for Windows fine and imprisonment. 2 Truck Costs m w IL $70,000.00 60.00 $60,000.00 50.00 $50,000.00 40.00 z � b $40,000.00 Truck Cost 0 a 30.00 —}Tomng Rate U $30,000 00 —al—Doll Rate 2 IK 20.00 $20,000.00 ti $10,000.00 10.00 m m r N ti � January-98 August-88 January-99 August-99 January-00 August-00 January-01 August-01 0.00 m —w-Truck Cost $47,900.00 $47,900.00 $53,000.00 $53,000.00 $58,760.00 $58,760.00 $65,000.00 $65,000.00 N �- m --*—Towing Rate 50.00 50.00 50.00 _ 50.00 50.00 50.00 50.00 50.00 0 —art—Dolly Rate 1 20.00 20.00 20.00 20.00 20.00 20.00 20.00 20.00 m N N Page 1 Truck Casts With increase N m W (D a $70,000.00 90.00 $80,000.00 50.00 $50,000.00 - 40.00 V i7�r00�.VN --E-Thick Cast H O 30.00 — Towing Rate $30,000.00 _1K — —Dolly Rate 20.00 $20,000.00 ti $10,000.00 10.00 m m m ti N ,o $0.00 Janna 98 0.00 rY- August-98 January-99 A�,gust-99 January-00 August-00 January-01 August-01 m —*—Truck Cost 5471900.00 $47,900.00 353,000.00 253,000.00 $58,760.00 $58,760.00 $85,000.00 $66,000.00 m —♦-Towing Rate 50.00 50.00 50.00 50.00 50.00 50.00 55.00 55.00 m —*--Dolly Rate 20.00 20.00 20.00v 20.00 20.00 20.00 25.00 25.00 m N V N CS) Page 1 Fuel Costs m w as $2.50 80.00 A -* 50.00 $2.00 40.00 z $1.50 H O H- -r-Fuel Cost a30.00 -# TowhV Rate -Ml-Dolly Rate $1,00 -- 20.00 $o.50 -- 110.00 m LD m r N N `D $0.00 Januoy48 August-98 January-99 August-99 January-00 August-00 January-01 Aupe►st Il 0.00 N --*-Fuel Cost 1.31 1.25 1.07 1.19 2.29 1.49 2.29 1.59 -♦--Towing Rate 50.00 50.00 50.00 50.00 50.00 50.00 50.00 50.00 -aF-Dolly Rate 1 20.00 20.00 20.00 20.00 20.00 20.00 20.00 20.00 m N V N Pape i Fuel Costs With Increase 7 9 LI i $2.50 80.00 50.00 $2.00 X0.00 T $1.50 30.00 �-Fuel Cast n -}-Towing Rate - -Dolly Rate S1.00 -- 20.00 $0.50 -- -- 110.00 n 0 V ° $0.00 January-98 August-98 January-99 August-99 January-00 August-00 January-01 August-01 0.00 `' -s--Fuel Cast 1.31 1.25 1.07 1.19 2.29 1.49 2.29 9.59 --*--Towing Rate 50.00 50.00 50.00 50.00 50.00 50.00 55.00 55.00 - -Dolly Rate 20.00 20.00 20.00 20.00 20.00 1. 20.00 25.00 25.00 D v r Page 1