Loading...
HomeMy WebLinkAbout12082014 City Council Laydowns I 2/�/E 4 / y Q k\. of seis. • Main Office (907) 224-4050 CITY OF SEWARD P.O. BOX 167 • Public Works (907) 224-4058 SEWARD, ALASKA 99664-0167 d ° • Water&Sewer(907)224-4094 • Fax (907) 224-5051 • December 8, 2014 From: W.C. Casey, Public Works Director dt6 • RE: Amended and approved Professional Services Agreement with CRW. Two minor changes were made to the Professional Services Agreement for the North Seward Water Storage Tank and Pumping Facility that are included in the Seward City Council Agenda Packet. CRW has also signed and approved this finalized agreement. 1. Definitions, Section 1.5. Revised the definition of"Project" by removing "coordinating ordering of materials, and managing construction" and including "tank design and bid support services". 2. Schedule for Completion, Section 5. Extended the Final Completion date from February 15, 2015 to March 15, 2015. Neither of these changes will affect the completion date of this project, slated for December 31, 2014. PROFESSIONAL SERVICES AGREEMENT WITH CRW ENGINEERING GROUP,LLC FOR NORTH SEWARD WATER STORAGE TANK AND PUMPING FACILITY PHASE II-WATER MAIN INTERTIE I This AGREEMENT made and entered into this 1/ day of Du.-er4eiY 2014 by and between the CITY OF SEWARD, a home rule municipal corporation located within the Kenai Peninsula Borough and organized under the laws of the State of Alaska (hereinafter referred to as "City") and CRW Engineering Group, LLC, a limited liability corporation authorized to do business in Alaska, with offices located at 3940 Arctic Boulevard, Suite 300, Anchorage, Alaska 99503 (hereinafter referred to as"Contractor"). WITNESSETH WHEREAS, the City of Seward wishes to enter into a contract with an independent contractor to provide engineering, design, and other services for the North Seward Water Storage Tank&Pumping Facility in Seward, Alaska; and WHEREAS, CRW Engineering Group, LLC submitted a proposal asserting it is qualified to perform these services and able to do so in a timely manner; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein,the parties agree as follows: 1.0 DEFINITIONS 1.1 "Agreement"shall mean this Professional Services Agreement, including: Exhibit A - CRW Engineering Group, LLC proposal dated April 11,2014. 1.2 "Change Order" is an addition to, or reduction of, or other revision approved by the City in the scope, complexity, character, or duration of the services or other provisions of this Agreement. 1.3 "City" shall all mean the City of Seward, Alaska. 1.4 "Contracting Officer" shall mean Jim Hunt, City Manager, and include any successor or authorized representative. 1.5 "Project" shall mean tank design, developing bid docents, bid support services for construction of the North Seward Water Storage Tank & Pumping Facility, as further described in Exhibit A. 2.0 TERMS OF AGREEMENT. This Agreement shall take effect , 2014. This Agreement shall remain in full force and effect until the Project has been completed and further, until all claims and disputes have been concluded. The work is considered Page 1 of 8 complete when the City has received and found acceptable the finished product of all work described in 4.0 Scope of Services or changes thereto. This date is not necessarily the Completion Date as described in 5.0 Completion Date. This Agreement may be amended only in writing and upon compliance with all applicable statutes, ordinances, and regulations. 3.0 FEES. The total fees shall not exceed $319,430.00. Contractor shall submit monthly invoices for work performed to the City's satisfaction. 4.0 SCOPE OF SERVICES. The City and Contractor have agreed upon a scope of work described in the Contractor's proposal, Exhibit A, to provide professional services based on approved standards and instructions. This Scope of Services can only be changed in writing pursuant to Section 26.0 of this Agreement. 5.0 SCHEDULE FOR COMPLETION. The schedule on page 2 of Exhibit A is revised as follows: Order Materials: Advertise Invitations to Bid: Bid Opening: Notice of Intent to Award: Final completion: ,. March 15, 2015 6.0 PERSONNEL/ORGANIZATION. 6.1 Key Personnel. Work and services provided by the Contractor will be performed by: 1 ptfY. f GJJ/' �l 04 0 cies9' t / �Erintekij SWT. 6.2 Changes in Key Personnel. The Contractor shall give the City reasonable advance notice of any necessary substitution or change of key personnel and shall submit justification therefore in sufficient detail to permit the City to evaluate the impact of such substitution on this Agreement. No substitutions or other changes shall be made without the written consent of the City. 7.0 STANDARD OF PERFORMANCE. The Contractor agrees to provide all required professional services to complete the project and any additions or changes thereto. The Contractor accepts the relationship of trust and confidence established between it and the City by this Agreement. The Contractor covenants with the City to furnish its best skill and judgment, and to further the interest of the City at all times through efficient business administration and management. The Contractor shall provide all services in a competent manner. It is understood that some of the services to be rendered hereunder required Page 2 of 8 professional judgment and skill. In those cases, the Contractor agrees to adhere to the standards of the applicable profession. 8.0 TIMELINESS OF PERFORMANCE. Time is of the essence in this Agreement. Contractor's failure to meet any such deadlines or required performance may adversely imperil other contractual obligations of the City. . 9.0 COMPLIANCE WITH LAWS. The Contractor shall be familiar with and at all times comply with and observe all applicable federal, state, and local laws, ordinances, rules, regulations, and executive orders, all applicable safety orders, all orders or decrees of administrative agencies, courts, or other legally constituted authorities having jurisdiction or authority over the Contractor, the City, or the service which may be in effect now or during performance of the services. 10.0 INDEMNITY. The Contractor shall indemnify, defend, and hold harmless the City from and against any claim of, or liability for, negligent acts, errors, and omissions of the Contractor under this agreement, including attorney fees and costs. The Contractor is not required to indemnify, defend, or hold harmless the City for a claim of, or liability for, the independent negligent acts, errors, and omissions of the City. If there is a claim of, or liability for, a joint negligent act, error, or omission of the Contractor and the City, the indemnification, defense, and hold harmless obligation of the Contractor, and liability of the parties, shall be apportioned on a comparative fault basis. In this provision, "Contractor" and "City" include the employees, agents, and contractors who are directly responsible, respectively, to each. In this provision, "independent negligent acts, errors, and omissions of the City" means negligence other than in the City's selection, administration, monitoring, or controlling of the Contractor, or in approving or accepting the Contractor's work or the Contractor's subcontractors. 11.0 INSURANCE. The Contractor understands that no City insurance coverage, including Workers' Compensation, is extended to the Contractor while completing the terms of this Agreement. The Contractor shall carry adequate (commercially reasonable coverage levels) insurance covering Workers' Compensation, general public liability, automobile, professional liability, and property damage, including a contractual liability endorsement covering the liability created or assumed under this Agreement. The Contractor shall not commence work under this Agreement or any work on any phase of the Project until the Contractor provides the City with certificates of insurance evidencing that all required insurance has been obtained. These insurance policies and any extension or renewals thereof must contain the following provisions or endorsements: a. City is an additional insured thereunder as respects liability arising out of or from the work performed by Contractor of City of Seward. b. City will be given thirty (30) days' prior notice of cancellation or material alteration of any of the insurance policies specified in the certificate. Page 3 of 8 c. Insurer waives all rights of subrogation against City of Seward and its employees or elected officials. d. The insurance coverage is primary to any comparable liability insurance carried by the City of Seward. Upon request, Contractor shall permit the City to examine any of the insurance policies specified herein. Any deductibles or exclusions in coverage will be assumed by the Contractor, for account of, and at the sole risk of the Contractor. The minimum amounts and types of insurance provided by the Contractor shall be: (a) $2,000,000 combined single limit per occurrence and $2,000,000 General aggregate and Products-Complete Operations aggregate; (b) $100,000 per person and $1,000,000 per occurrence Workers' Compensation; and (c) $1,000,000 combined single limit for each occurrence for bodily injury and property damage for automobile liability, subject to revision at the City's request in order to provide continuously throughout the term of the Agreement a level of protection consistent with good business practice and accepted standard of the industry. 12.0 GOVERNING LAW. The laws of the State of Alaska will determine the interpretation, performance, and enforcement of this Agreement. 13.0 OWNERSHIP OF WORK PRODUCTS. Payment to the Contractor for services hereunder include full compensation for all work products and other materials produced by the Contractor and its subcontractors pertaining to this Agreement. The originals of all material prepared or developed by the Contractor or its employees, agents, or representatives hereunder, including documents, drawings, designs, calculations, maps, sketches, notes, reports, data, models, computer tapes, and samples shall become the property of the City when prepared, whether delivered or not, and shall, together with any materials furnished the Contractor and its employees, agents, or representatives by the City hereunder, be delivered to the City upon request and, upon termination or completion of this Agreement. Materials previously created and copyrighted by the Contractor included in this project will remain property of the Contractor. Copies will be made available to the City upon request. Materials purchased from and copyrighted by third parties are not included in this provision. 14.0 PATENTS, TRADEMARKS, AND COPYRIGHTS. The Contractor agrees to defend, indemnify, and save the City harmless from and against any and all claims, costs, royalties, damages, and expenses of any kind of nature whatsoever (including attorneys' fees) which may arise out of or result from or be reasonably incurred in contesting any claim that the methods, processes, or acts employed by the Contractor or its employees in connection with the performance of services hereunder infringes or contributes to the infringement of any letter patent, trademark, or copyright. In case such methods, processes, or acts are in suit held to constitute infringement and use is enjoined, the Contractor, within reasonable time and at its own expense, will either secure a suspension Page 4 of 8 of the injunction by procuring for the City a license or otherwise, or replace such method, process, etc., with one of equal efficiency. 15.0 NONWAIVER. 1Clo failure of the City or Contractor to insist upon the strict performance by the other of any of the terms of this Agreement or to exercise any right or remedy herein conferred, shall constitute a waiver or relinquishment to any extent of its rights to rely upon such terms or rights on any future occasion. Each and every term, right, or remedy of this Agreement shall continue in full force and effect. 16.0 SAFETY/PERFORMANCE. The Contractor shall perform the work in a safe and workmanlike manner. The Contractor shall comply with all federal and state statues, ordinances, orders, rules, and regulations pertaining to the protection of workers and the public from injury or damage, and shall take all other reasonable precautions to protect workers and the public from injury or damage. 17.0 SUSPENSION OR TERMINATION. 17.1 Fault Termination or Suspension. This Agreement may be terminated by either party upon ten (10) days written notice if the other party fails substantially to perform in accordance with its terms. If the City terminates this Agreement it will pay the Contractor a sum equal to the percentage of work completed and accepted by the City that can be substantiated by the Contractor and the City, offset by any amounts owed to the City. However, within the ten (10) day Notice of Intent to terminate the party in default shall be given an opportunity to present a plan to correct its failure. 17.2 Convenience Suspension or Termination. The City may at any time terminate or suspend this Agreement for any reason including its own needs or convenience. In the event of a convenience termination or suspension for more than six (6) months, the Contractor will be compensated for authorized services and authorized expenditures performed to the date of receipt of written notice of termination or suspension. No fee or other compensation for the uncompleted portion of the services will be paid, except for already incurred indirect costs which the Contractor can establish and which would have been compensated but because of the termination or suspension would have to be absorbed by the Contractor without further compensation. 17.3 Activities Subsequent to Receipt of Notice of Termination or Suspension. Immediately upon receipt of a Notice of Termination or suspension, and except as otherwise directed by the City or its representative,the Contractor shall: a. stop work performed under this Agreement on the date and to the extent specified in the Notice; and b. transfer title to the City (to the extent that title has not already been transferred) and deliver in the manner, at the times, and to the extent Page 5 of 8 directed by the City's representative, work in progress, completed work, supplies, and other material produced as a part of, or acquired in respect of, the performance of the work terminated or suspended by the Notice. 18.0 EQUAL EMPLOYMENT OPPORTUNITY. The Contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, national origin, or because of age, physical handicap, sex, marital status, change in marital status, pregnancy, or parenthood when the reasonable demands of the position do not require distinction on the basis of age, physical handicap, sex, marital status, changes in marital status, pregnancy, or parenthood. The Contractor shall take affirmative action required by law to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, religion, national origin, ancestry, age, or marital status. 19.0 NO ASSIGNMENT OR DELEGATION. The Contractor may not assign, subcontract, or delegate this Agreement, or any part of it, or any right to any of the money to be paid under it without written consent of the Contracting Officer. 20.0 INDEPENDENT CONTRACTOR. The Contractor shall be an independent contractor in the performance of the work under this Agreement, and shall not be an employee or agent of the City. 21.0 PAYMENT OF TAXES. As a condition of performance of this Agreement, the Contractor shall pay all federal, state, and local taxes incurred by the Contractor and shall require their payment by any other persons in the performance of this Agreement. 22.0 PRECEDENCE AND DIVISIBILITY. The provisions of this Agreement shall fully govern the services performed by the Contractor. If any term, condition, or provision of this Agreement is declared void or unenforceable, or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. 23.0 ENTIRE AGREEMENT. This Agreement contains the entire agreement between the parties as to the services to be rendered by the Contractor. All previous or concurrent agreements, representations, warranties, promises, and conditions relating to the subject matter of this Agreement are superseded by this Agreement. 24.0 COMPLETION OF WORK, TERM OF AGREEMENT. The Contractor shall perform all work in a timely fashion and in accordance with the schedules included in this Agreement and Exhibits. 25.0 CLAIMS AND DISPUTES. Venue for all claims and disputes under this Agreement, if not otherwise resolved by the parties, shall be in the appropriate Alaska State Court in Anchorage, Alaska. Page 6 of 8 26.0 CHANGES IN SCOPE OF WORK. 26.1 General. No claim for additional services not specifically provided in this Agreement will be allowed, nor may the Contractor do any work or furnish any materials not covered by the Agreement unless the work or material is ordered in writing by the Contracting Officer. Preparation of Change Orders and design changes, due to errors and/or omissions by the Contractor, will be done at the sole expense of the Contractor. 26.2 Changes in Scope of Work. The City or its representative may, at any time, by a written Change Order delivered to the Contractor, make changes to the scope of work,or authorize additional work outside the scope of work. 26.3 Compensation to the Contractor. If any Change Order for which compensation is allowed under this Article causes an increase or decrease in the estimated cost of, or time required for, the performance of any part of the work under this Agreement, or if such change otherwise affects other provisions of this Agreement, an equitable adjustment will be negotiated. Such an adjustment may be: a. in the estimated cost or completion schedule, or both; b. in the amount of fee to be paid; and c. in such other provisions of the Agreement as may be affected, and the Agreement shall be modified in writing accordingly. 26.4 Any claim by the Contractor for adjustment under this section must be asserted within fifteen (15) days from the day of receipt by the Contractor of the notification of change; provided, however, that the City or its representative, deciding that the facts justify such action, may receive and act upon any such claim asserted at any time prior to final payment under this Agreement. Failure to agree to any adjustment shall be a dispute within the meaning of Section 25.0 of this Agreement. 27.0 LIMITATION OF FUNDS. 27.1 At no time will any provisidn of this Agreement make the City or its representative liable for payment for performance of work under this Agreement in excess of the amount that has been appropriated by the City Council and obligated for expenditure for purposes of this Agreement. 27.2 Change orders issued pursuant to Section 26 of this Agreement shall not be considered an authorization to the Contractor to exceed the amount allotted in the absence of a statement in the change order, or other modification increasing the amount allotted. Page 7 of 8 27.3 Nothing in this Section shall affect the right of the City under Section 17 to terminate this Agreement. 28.0 PRIOR WORK. For the purposes of this Agreement, work done at the request of the City or its representative before execution of this Agreement shall be deemed to be work done after its execution and shall be subject to all the conditions contained herein. 29.0 NOTICES. Any notices, bills, invoices, or reports required by the Agreement shall be sufficient if sent by the parties in the United States mail, postage paid, to the address noted below: City of Seward CRW Engineering Group, LLC City Manager 3940 Arctic Boulevard, Suite 300 P.O. Box 167 Anchorage, Alaska 99503 Seward, Alaska 99664-0167 IN WITNESS WHEREOF, the parties have executed this Agreement. City of Seward CRW Engineering Group, LLC By: Jim Hunt By: f^ '/ Title: City Manager Title: Monier Date: Date: p/dy/,2G/y ATTEST: Johanna Kinney, CMC City Clerk (City Seal) Page 8 of 8 r /\ 13'01, ) /X/ i/‘./ Memorandum r December 8, 2014 4of 1p4$ fi, FROM: Administration o4411 f`P 44AS� TO: City Council RE: Suggested Amendments to Municipal Plan The City Manager suggests that the following amendments be made to the Municipal Plan in your packets. 1. Packet Page#90, Muni Plan Page#12 Amendments are bold, underlined and italicized. South Harbor Uplands Address Legal Description KPB Parcel ID Parcel Size 11206 Fourth Avenue Original Townsite, 14734008 8.7 acres Waterfront Park Replat, Tract H Land Use Plan Zoning Map# Department Harbor Commercial (HC) Harbor Commercial (HC) Map 2—22 Harbor/Parks /Park(P) /Park(P) Description: Parcel is located immediately north of the Waterfront Park. Parcel contains the west harbor boat launch, access from Fourth Avenue to the South Harbor Uplands,parking lot, access to S and Q floats,public restrooms and the Mariners Memorial. Area has been designated short term public parking in support of the small boat harbor. Filled tidelands and breakwater by the Corp of Engineers. novirzational-servitude. North side is zoned Harbor Commercial and the south side Park. Recommendation: Retain land ownership and continue public uses. Replat north side for lease sites with sound development plan. 2. Packet page#95-95, Muni Plan page# 16-17.Amendments are bold, underlined and italicized. Lowell Creek Diversion Tunnel,Water Tanks, Hydro Plant, Address Legal Description KPB Parcel ID Parcel Size 312 Lowell Canyon Road USS 703 except Marathon 14823006 248 acres+ Addition, Lowell Estates and MS 981, and Two Lakes Park Replat Land Use Plan Zoning Map# Department Park(P) Resource Management(RM)Map 1 —26 Water Description: This was the Brownell Homestead. It was acquired in the late 1930's by the city in part to build the Lowell Creek diversion tunnel and levee. Later in the 1950's the lower portion was subdivided as the Marathon Addition. This parcel is located in the Lowell Creek drainage area at the end of Lowell Canyon Road. The majority of the parcel is Lowell Creek and Mount Marathon. Development includes the Mt. 1 Marathon Hiking trail which is a 4x4 access to a fenced in water catchment area. The canyon area includes a hydroelectric plant,two water storage tanks, a water chlorination building, security fencing, the Lowell Creek Diversion Tunnel entrance,levee,safety fencing, diversion culvert and a road gate. Portions of the area are subject to avalanches. The hydroelectric plant,built as part of the Marathon water system, is no longer functional; and surface water environmental chlorination requirements have made the Marathon water source uneconomical. The water piping through the hydroelectric building is used for 1st lake and 2nd Ave. drainage flood control. Recommendation: Retain land ownership. Do not extend housing any further up the canyon. Generally manage as a scenic backdrop and as watershed. Continue working with our congressional delegation toward the Army Corp of Engineers accepting the transfer of ownership and maintenance responsibly of the diversion wall, tunnel and flume. 3. Packet Page# 109, Muni Plan Page #31 Amendments are bold, underlined and italicized. Kenai Fjords National Park Visitor Center (USDI Park Service) (L85-045) Address Legal Description KPB Parcel ID Parcel Size 1212 Fourth Avenue Seward Small Boat Harbor, 14733038 836 SF Lot 13, Block6 & Seward Small Boat Harbor, Lot 14, Block 6, 14733039 10,591 SF Land Use Plan Zoning Map# Department Harbor Commercial (HC) Harbor Commercial (HC) Map 2—23 Harbor Description US Park Service Kenai Fjords National Park headquarters &visitor center. They pay fair market value on the building footprint(Lot 14). Lot 13 is at no cost in return for construction of a public restroom facility,public boardwalk, and interpretive kiosks. The Park Service has acquired new facility downtown. Lease expires Jun 30, 2015. Includes no extension options. Recommendation: Retain land ownership. Continue lease. _ • • • • • • • • • • ' ' • • ,• 4. Packet Page# 114, Muni Plan Page#36 Amendments are bold, underlined and italicized. Marines-Restaurant Seward Lodging III (Elliot Johnson) (L04-017) Address Legal Description KPB Parcel ID Parcel Size 1401 Fourth Ave Marina Subdivision, 14731006 8,357 SF Lot 6, Block 1 Land Use Plan Zoning Map# Department Harbor Commercial (HC) Harbor Commercial (HC) Map 2—21 Harbor Description: Originally developed under a 1971 lease agreement. Current building houses a restaurant and a fishing charter office. Lease expires 3/24/2034. Plus three 5-yr extension options. Recommendation: Retain land ownership and continue lease. 2 w Project Objectives and Goals • Restore the JLH •• Complete design and -the Friends of rhe Jesse Lee Home construction documents in • Develop a sustainable model 2015. & the Balto School Alt, • Ensure long-term success for • Secure;fUll funding$7Mil Sustainability, Preservation, Leadership, Education ° the JLH gap Economic Development — A residential/statewide ti • Secure New market and leadership school was the historic Tax Credit 2014 Update best use allocations. Continue to — Contracted with UAA to develop sustainable school develop a residential/ and summer program leadership charter school • Begin construction- model in 2010. contingent on funding Fall 2014 Updates Updates Continued • Contracted with Historic preservation and LEED certification experts. • The school curriculum is 75%complete.The science curriculum is • Work done atJLH includes;installing a temporary meter for complete and we continue to work on the ELA/Social Studies and power,fixing tarp on roof,boarding up front entry way and Math curriculum. Furthermore,we are developing a fixing windows, and putting up posts for a sign. comprehensive summer camp program. • • Meetings with Kenai Peninsula Borough School District to Two new AmeriCorps members started in September.Andrew Worcester who is working on creating a sports/activities model for discuss questions about the program and charter application. Charter Application continues to develop and draft is 75% the school and Nellie Metcalfe who is our Outreach Coordinator. complete.We also continue to engage the state education • In November the Friends of the Jesse Lee Home partnered with a commission and the Alaska School Activities Association. search engine called Goodsearch. For each search done the Yahoo • Outreach efforts continue with participation in local events and funded site donates$.O1 to a participating non-profit. Directions: organizations including; Seward Schools Site Based Council, Go to the Goodsearch website http:www goodsearch.com. Click on Boys and Girls Club, He Will Provide Food Bank, Community the "Find a cause to support"tab and choose Friends of the Jesse Library/Museum,Alaska Federation of Natives,UAA, Lee Home. Begin Searching! Qutekcak Native Tribe, Community Health Center, and others. . y I. Historic Preservation Facts Historic Preservation and LEED Certification • Preservation of historical buildings and sites involve maintaining the integrity of the place through protection and restoration • Buildings in the U.S. account Average energy consumption for almost half of greenhouse Btu/sq.ft using both old and new materials.(sourcehtip//www.preservabonnation.org/whan=-preservation/ gas emissions.The U.S. know-the-history-around-you.html) contributes 22%of Commercial Buildings (non • Historic Preservation is a term only used in the U.S. and it did greenhouse gases in the malls) not gain prominence until the 1960's when it started in response world. Before 1920 80,127 to urban renewal. Other English-speaking countries often use • According to Pew Center on 1920— 1945 90,234 Climate Change 43/0 of the term "heritage conservation" or "architecturalcarbon emissions are from 1946— 1959 80,198 conservation". (source:hnp://geography.about.com/od/urbaneconomlcgeography/a/hlstorlcpreseryhtm) the operation (not including 1960— 1969 90,976 • Why is Historic Preservation important? construction)of buildings. 1970— 1979 94,968 70%of electricity goes to 1980— 1989 100,077 — Reduces the demand for new infrastructure buildings and 40%of raw 1990— 1999 — Champions and protects places that tell the stories of our past materials are used for 2000— 2003 79,703 — Enhances our sense of community construction (source:USGBC). — Preserving our past gives us more understanding and hope for the future. Source:Commercial Building Energy Consumption (source:http://www.preservatonnation.org/what-Is-preservation/know-the-hlstonparound-you.html) Survey,2003 U.S.Dept.of Energy Historic Preservation and LEED - -- Certification cont'd ' • Demolishing this... Negates the benefits of recycling 78,000,000 aluminum cans. �.- � . t. ` 4f ') 1. k. , per Qi i . -t,. �- -!.1% - - „,„;!:,---„, - - 7....::"..--—-:----:' - It::::: :4 AL fir,/ . ifil11 11 IF , :1,* J$w 7.1,7,..„,,t4.:: I rR II r ,' at / -?4,> ;x t1t: _` 1 ,a1 _ 15' �l ( '1/4..' t� k ' `I-i +: ! ,� ,a ..'' iY �' , yw's. tt C • iNakamura Courthouse,Seattle,WA .. , PrUf _ • .1f- e kTr A General Services Administration Project %,,,0 CtSTi/Its � � ' ,' .: = 1 �.Y,4 s. LEED r OUIL°,y c, Source Advisory Council on Historic Preservation and National • Green buildings worldwide are certified with a �gg// aa��° National Trust for Historic Preservation Headquarters, u1 ti)0 Washington UC Trust for Historic Preservation voluntary,consensus-based rating system. �, USGBC has four levels of LEED.. a LEED GREEN BUILDING RATING SYSTEM THE OLDEST LEED-CERTIFIED BUILDINGS #5 #4 0 Sustainable Sites 0 Water Efficiency i� '1V t,T,�'� R' I, k ,: ! �,�1 ; - Energy and Atmosphere _ I 0 Materials and Resources � ' .,, - II 0 Indoor Environmental Quality - -- i L Innovation in Design/Operations 1870 18 869 Opera(Westinghouse Air Brake Company) Thayer Hall,Harvard University,Cambridge,MA Pittsburgh,PA LEED EBOM 2008-Silver LEED EBOM 2008-Silver CO Regional Priority Slide Courtesy Christopher Davis, nnna THE OLDEST LEED-CERTIFIED BUILDINGS #1 ALASKA—JEFF SMITH'S PARLOR MUSEUM #3 #2 THE OLDEST LEED- CERTIFIED BUILDING Registered for LEED ._ /i\ • 2. 11111 ',� — I „ ,;ill I -•' —t• , , ` 6 t`iaill. i a^ k ,t 1864 1856 1842 Barton Group Headquarters New York State Executive Mansion Jeff Smith's Parlor Museum, Glens Falls,NY Albany,NY U.S.Treasury Building LEED NCv2.2-Platinum LEED EBv2.0-Gold 1898,Skagway,AK Washington,DC LEED EBv2.0 Gold Slide Courtesy Christopher Davis, nnna 2-1q) II I 600,0V\-- Sponsored by: PACAB RESOLUTION 2014-004 A RESOLUTION OF THE SEWARD PORT AND COMMERCE ADVISORY BOARD (PACAB) RECOMMENDING CITY COUNCIL APPROVAL OF THE SEWARD SMALL BOAT HARBOR PLAN WHEREAS, the City Council of the City of Seward approved the Seward Small Boat Harbor Area Planning and Development Guide on April 28, 2003; and WHEREAS, the Port and Commerce Advisory Board (PACAB) has been working since April 2013 with city staff to develop a new plan; and WHEREAS, the proposed new plan lists completed projects, projects that have not yet been completed, and new projects; and WHEREAS,public input has been solicited, received, and included in the proposed new plan. NOW, THEREFORE, BE IT RESOLVED by the Port and Commerce Advisory Board that: Section 1. PACAB strongly recommends approval of the Seward Small Boat Harbor Plan. Section 2. This resolution shall take effect immediately upon its adoption. PASSED AND APPROVED by the Port and Commerce Advisory Board this 3rd day of December,2014. THE CITY OF SEWARD,ALASKA Deborah Altermatt, Chair ■ a Port and Commerce Advisory Board Resolution 2014-004 Page 2 of 2 AYES: Hughes, Linville, Fink, Schaefermeyer, Altermatt NOES: None ABSENT: Jaffa, Oliver ABSTAIN: None VACANT: None ATTEST: Johanna Kinney City Clerk, CMC (City Seal) City of Seward,Alaska Port and Commerce Advisory Board Special meeting Minutes December 3, 2014 Volume,Page CALL TO ORDER The December 3, 2014 meeting of the Port and Commerce Advisory Board was called to order at 12:03 p.m.by Chair Altermatt. OPENING CEREMONY The group pledged allegiance to the flag. ROLL CALL There were present: Deborah Altermatt; presiding Darryl Schaefermeyer Bob Linville Steve Fink Carl Hughes Comprising a quorum; and Excused were: Dan Oliver And Bruce Jaffa Also present were: Mack Funk, Harbormaster Ron Long, Assistant City Manager Louis Bencardino, Ak Railroad Christy Terry, Ak Railroad r44. Suzi Towsley, Board Liaison Donna Glenz Ron Wille Norm Regis SPECIAL ORDERS,PRESENTATIONS AND REPORTS 1. Railroad Report-Louis Bencardino The railroad was moving forward with expansion plans. An RFP for the former yacht club area would be released soon. Glitches in the card access to the security system were being worked out as well. 2. Harbor Report- Mack Funk Harbormaster reported on attending Fish Expo in Seattle and visiting there with current and prospective customers. A contractor, MacSwain and associates had been chosen to perform 5 year city appraisals. The harbor staff was accepting slip renewal contracts from customers. This year the contracts that were mailed have as much information as possible already completed in order to help streamline the process. 3. Administrative Report- Ron Long The contractor blasting in the quarry for the breakwater at SMIC had finished up their portion of the project. Work would continue on to the rock placement with more blasting once another Contractor was chosen,per City protocol. City of Seward,Alaska Port and Commerce Advisory Board Special meeting Minutes December 3, 2014 Volume, Page APPROVAL OF AGENDA AND CONSENT AGENDA Motion (Linville\Schaefermeyer) Approval of Agenda.The November 5th 2014 Minutes were added to the consent agenda. Agenda Approved Unanimously, as amended. Public Comments for anything not on the public hearing list(none) General Discussion of the review of taxation that will begin in 2015. Motion (Schaefermeyer\Hughes) Resolution 2014-04,Recommending City Council Approval of the Seward Small Boat Harbor Plan Motion to amend (Linville/Hughes) Amendments outlined by Harbormaster Funk, and approved as one amendment to the whole. Amendment passed unanimously Vote on the Motion Motion passed unanimously as amended. "And there you have it." (1:07 Steve Fink made apologies and left. A quorum remained.) Port and Commerce Advisory Board cancelled their December 2014 work session. Board Comments- Hughes: Rah Rah! He's very happy about the approval of the Small Boat Harbor plan and it moving forward. Linville: Glad a long process was over and looking forward to next year. Schaefermeyer: It had been a good year and thank you everyone. Altermatt:Reminded all of the Chamber Luncheon on Friday where PACABs own Dan Oliver would be giving a Sikuliaq report. Happy Holidays and thank you all! Swans in eth lagoon, plentiful eagles and great salmon season were all remarked upon. Schaefermeyer remarked that he had seen a test heat pump loop project on council agenda and how very exciting that is. Everyone teased Deputy Harbor Master Regis about his TV show appearance and agreed it was a great thing for businesses in town. ADJOURNMENT The meeting was adjourned at 1:18 p.m. Suzi Towsley Deborah Altermatt Executive Liaison Chair AWES Alaska Efficient Energy Solutions Power Systems-Electricity Auditing-Efficient Lighting www.alaska-energy.com Ph.907.830.7393 City of Seward 11/5/2014 Forth Avenue Street Lamps 24 poles,5 fixtures per pole. LED Conversion Cost Comparison Estimated Electricity Expense/kw $0.08 ENERGY/MAINTENANCE SAVINGS: Monthly Energy Savings $192.66 Annual Energy Savings $2,311.94 Annual Maintenance Savings $5,100.00 PROJECT COSTS: Material Costs ' $9,000.00 • Installation $12,000.00 Less: Rebates/Grants 0 Total Capital Cost LED upgrade $21,000.00 RETURN ON INVESTMENT: Average Payback Term 2.83 ROI over 10 Years $53,119.39 %Return on Investment 253% 100,000 Hour Life 10 Year Warranty Made in USA Custom Lens Configurations No Cost Pre Sales Engineering City of Seward Forth Avenue Street Lamps 24 poles, 5 fixtures per pole. EXISTING LIGHT LED EQUIVALENT SOURCE ENERGY: UNIT 20 watt LED HPS 75 Watt Energy Consumed Watts 20 75 Energy Rate $/kWh $0.08 $0.08 Operating On Time" % 50% 50% Total Number of Fixtures(estimate) # 120 120 Annual Energy Consumption kWh 10,512 39,420 Annual Energy Cost $/year $840.96 $3,153.60 MAINTENANCE: Average replacement Lamp $ $0.00 $8.00 Annual#lamps replaced # 0 25 Total lamp costs $ $0.00 $200.00 Maintenance labor/equipment costs $0.00 $4,900.00 Annual Maintenance Cost $0.00 $5,100.00 UPGRADE COSTS: Unit Cost 20 watt LED $75.00 $9,000.00 Installation $12,000.00 Less: Rebates/Grants Received 5r 00 Total Capital Cost LED upgrade $21,000.00 SAVINGS: Monthly Energy Savings $ $192.72 Annual Energy Savings $ $2,312.64 Annual Energy& Maintenance Savings $ $7,412.64 Payback Term #of Yez 2.83 Return on Investment 10 Year $53,126.40 %Return on Investment 10 Year 253% . /c4,72//1 Downtown Decorative Lights Ballast/Bracket Replacement versus Direct Connect LED Change each light to LED #of Lights Bulbs/Light Material Cost Hours/Bulb Cost/Hour Tot.Hrs. Labor Cost Total Cost 24 5 Brackets $15,000.00 4.00 $80.58 480.00 $38,678.40 Bulbs $9,000.00 Inc. , x Globes $23,400.00 2.00 $80.58 240.00 $19,339.20 fig/ d $105,417.60 ���-^•.� ,�O,y�G000VVVV Install new light topper to LED-Options are 1 to 5 lights per fixture l.V lr`� W #of Lights Light topper Hours/Head Cost/Hour Total Cost 24 $2,470.00 $59,280.00 2.00 $80.58 48.00 $3,867.84 $63,147.84 . ple Arm Assm(1 bulb per fixture) 24 $3,320.00 $79,680.00 2.00 $80.58 48.00 $3,867.84 $83,547.84 Complex Arm Assm(5 bulbs per fixture) Replace all current lights #of Lights Bulbs/Light Material Cost Hours/Bulb Cost/Hour Tot.Hrs. Labor Cost Total Cost 24 5 Ballasts $42,600.00 4.00 $80.58 480.00 $38,678.40 Bulbs $1,164.00 Inc. Globes $23,400.00 2.00 $80.58 240.00 $19,339.20 $125,181.60 Repair Damaged Ballasts With Hallide #of Lights Bulbs/Light Material Cost Hours/Bulb Cost/Hour Tot.Hrs. Labor Cost Total Cost 26 1 Ballasts $42,600.00 4.00 $80.58 104.00 $8,380.32 Bulbs $1,164.00 Inc. 10 1 Globes $1,950.00 2.00 $80.58 52.00 $4,190.16 LED Bulb=$75 $58,284.48 Hallide Bulb=$9.70 Repair Damaged Ballasts With LED Globe=$195 #of Lights Bulbs/Light Material Cost Hours/Bulb Cost/Hour Tot.Hrs. Labor Cost Total Cost Ballist=$355 26 1 Brackets $15,000.00 4.00 $80.58 104.00 $8,380.32 $38,520.48 Bracket=$125 Bulbs $9,000.00 Inc. 10 1 Globes $1,950.00 2.00 $80.58 52.00 $4,190.16