Loading...
HomeMy WebLinkAbout1997-06-23 City Council (39)BUDGET 1997-98 City Palo C ty Manager’s Report TO:HONORABLE CITY COUNCIL FROM: AGENDA DATE: CITY MANAGER June 23, 1997 DEPARTMENT: Planning and Community Environment CMR:281:97 SUBJECT:CONTRACT WITH PALO ALTO HOUSING CORPORATION FOR ADMINISTRATIVE AND CONSULTING SERVICES FOR THE BELOW MARKET RATE PROGRAM REQUEST This is a request for approval of a contract with the Palo Alto Housing Corporation (PAHC) in the amount of $40,000 for administrative and consulting services for the Below Market Rate (BMR) program for fiscal year 1997-1998. RECOMMENDATIONS 1. Approve and authorize the Mayor to execute the attached contract with the Palo Alto Housing Corporation in the amount of $40,000 for administrative and consulting services for the Below Market Rate Program; and 2) Direct the City Manager to administer the provisions of the agreement. POLICY IMPLICATIONS This agreement does not represent any change to existing policies, EXECUTIVE SUMMARY PAHC has administered the City’s Below Market Rate (BMR) program, and has provided consulting services to the City related to the program, since its inception over twenty years ago. PAHC’s role involves both administrative and consulting functions. The administrative services provided by PAHC include providing information to interested persons about the program; maintaining and annually updating the waiting list for ownership units; administering the initial sale and resales of the City’s 144 BMR program ownership units; and administering the resale of the 19 deed-restricted units at the Birch Court complex. PAHC also maintains a comprehensive data base of historical records of all BMR ownership CMR:281:97 Page 1 of 3 units, including statistics about the households served and copies of the deed restrictions for each unit. PAHC works closely with City staff in problem resolution in order to preserve the BMR units in the program. PAHC handles the initial enforcement of the City’s deed restrictions and cooperates with the City Attorney’s Office should legal action be necessary to enforce the deed restrictions. In the BMR rental program, which currently includes 33 units within three developments, PAHC certifies the BMR tenants’ income and resolves questions and problems with the apartment management staff and with tenants. The consulting services provided by PAHC under this contract include review and advice to staff on below market program proposals offered by housing developers. Consulting advice, as independent housing experts, from both PAHC staff and members of their Board of Directors, has been very helpful to City staff in the process of negotiating BMR program agreements. With the increasing number of proposals from developers, of off-site BMR contributions, PAHC’s experience with rehabilitation and property management, ability to obtain private lender financing and general real estate knowledge has been crucial in staff being able to negotiate creative BMR agreements with developers. For the 1997-1998 fiscal year, PAHC has also agreed to assume a lead role in completing certain tasks within the scope of the BMR program evaluation and revision activity, identified as a priority item in the Planning Division’s current work program. This should result in greater progress on this work program item, as staff will have insufficient time available. Tasks which have been identified as appropriate for PAHC to assume are: drafting a rental program procedures manual, preparing revisions to the existing ownership program procedures manual and assisting staff in revising the BMR Rental Guidelines. PAHC’s work will be coordinated by staffand submitted to Council for review and approval, as appropriate. The City has contracted with PAHC to administer the BMR program since its inception in 1974. Due to PAHC’s extensive knowledge of the program and administrative experience, the City has not utilized a competitive process for the award of this contract in the past. Staff believes that it would not be appropriate or fruitful to undertake a competitive process at this time. PAHC is the only nonprofit agency operating in this area with the expertise and interest in administering this type of program. Other alternatives for BMR administration would be either complete or partial in-house administration, both of which would require additional City staff. The County Housing Authority administers certain aspects of the City of Sunnyvale’s program; however, at this time City staff does not believe that Housing Authority staff can provide the quality of service and the convenience that the City has obtained from PAHC’s services. Previously, staff considered the possibility of utilizing a for- profit real estate firm to handle the sales transactions for the BMR ownership units; however, discussions with a few real estate firms have indicated that the minimal commissions that could be generated by these transactions would not provide a sufficient incentive to attract CMR:281:97 Page 2 of 3 such a firm. In addition, City staff resources or contract funding for the other services and consultant expertise currently provided by PAHC would still be necessary. FISCAL IMPACT PAHC has proposed funding BMR program services at a maximum of $40,000 for fiscal 1997-98. This is $10,000 less than the contract for the current year. The level of BMR administrative activity varies greatly from year-to-year and is impossible to predict in advance. However, based on sales in recent years and the limited number of new BMR units which will become available, program administration costs are not expected to exceed $40,000 for fiscal 1997-98. Payment is made.to PAHC based on their actual hours spent conducting contract activities based on their time card records, overhead (based on their HUD approved indirect cost rate) and actual direct expenditures for items such as printing, postage and outside services. The funding source for this contract is the City’s Commercial Housing In-Lieu Fund, which had an uncommitted balance of approximately $480,000 as of April 30, 1997. ENVIRONMENTAL ASSESSMENT These services do not constitute a project for the purposes of the Califomia Environmental Quality Act (CEQA) Guidelines. ATTACHMENTS 1. Contract Between the City of Palo Alto and the Palo Alto Housing Corporation for Below Market Rate Housing Program Administrative Services 2. Letter from Palo Alto Housing Corporation dated May 14, 1997 PREPARED BY: Catherine Siegel, Housing Coordinator KENNETH R. SCHREIBER Director of Planning and Community Envir/o~ment CITY MANAGER APPROVAL: CC: Palo Alto Housing Corporation CMR:281:97 Page 3 of 3 ATTACHMENT 1 CONTRACT NO. BETWEEN THE CITY OF PALO ALTO AND PALO ALTO HOUSING CORPORATION FOR BELOW MARKET RATE HOUSING PROGRAM ADMINISTRATIVE SERVICES This Contract No. is entered into , 1997, by and between the CITY OF PALO ~ALTO, a chartered city and a municipal corporation of the State of California ("CITY"), and PALO ALTO HOUSING CORPORATION ("PAHC"), a California nonprofit corporation, located at 540 Cowper Street, Suite 201, Palo Alto, CA 94301 ("CONTRACTOR"). RECITALS: WHEREAS, CITY desires certain administrative and consulting services ("Services"), in connection with the CITY’s below market rate housing program as more fully described in Exhibit "A"; and WHEREAS, CITY desires to engage CONTRACTOR, including its employees, if any, in providing the Services by reason of its qualifications and experience in performing such Services, and CONTRACTOR has offered to provide the Services on the terms and in the manner set forth~herein; NOW, THEREFORE, in consideration of the covenants, terms, conditions, .and provisions of this Contract, the parties agree: SECTION i. TERM i.i This Contract will commence on July i, 1997 and shall be for a term of one year. The obligation of CONTRACTOR to perform the Services will commence in accordance with the time schedule set forth in Exhibit "A". Time is of the essence of this Contract. In the event that the Services are not completed within the specified time schedule on account of CONTRACTOR’s default, CITY’s city manager will have the option of extending the time schedule for any period of time. This provision will not preclude the recovery of damages for delay caused by CONTRACTOR. SECTION 2.. CONTRACTOR QUALIFICATIONS,STATUS,AND DUTIES OF 2.1 CONTRACTOR represents and warrants that it has the expertise and professional qualifications to furnish or cause to be furnished the Services. CONTRACTOR further represents and warrants that the project director and every individual charged with the performance of the Services under this Contract are duly licensed 970~97 ~\’. 0071217 1 or certified by the State of California, to the extent such licensing or certification is required by law to perform the Services. 2.2 In reliance on the representation and warranty set forth in Section 2.1, CITY hires CONTRACTOR to perform, and CONTRACTOR covenants and agrees that it will furnish or cause to be furnished, the Services set forth in the document entitled "Below Market Rate Housing Program, Fiscal Year 1997-1998, Scope of Services" in Exhibit "A". 2.3 CONTRACTOR will assign MARLENE PRENDERGAST, its Executive Director, as the project director to have supervisory responsibility for the performance, progress, and execution of the Services. If circumstances or conditions subsequent to the execution of this Contract cause the substitution of the project director for any reason, the appointment of a substitute project director will be subject to the prior written approval of the project manager. 2.3.1 Not more than forty-nine percent (49%) of the persons serving on the governing board of CONTRACTOR may be interested persons. The term "interested persons" is defined in Section 5227(a) of the California Corporations Code. 2.4 CONTRACTOR represents and warrants that it will: 2.4.1 Procure all permits and licenses, pay all charges and fees, and give all notices which may be necessary and incident.to the due.and lawful prosecution of the Services; 2.4.2 Keep ~tself fully informed of all existing and futurel Federal, Sta%e of California, and local laws, ordinances, regulations, orders, and decrees which may affect those engaged or employed under this Contract, any materials used in CONTRACTOR’s performance under this Contract, or the performance of the Services; 2.4.3 At all times observe .and comply with, and cause its employees and contractors (and consultants),, if any, who are assigned to the performance of this .Contract to observe and comply with, the laws, ordinances, regulations, orders and decrees mentioned above; and 2.4.4 Will report immediately to the project manager, in writing, any discrepancy or inconsistency it discovers in the laws, ordinances, regulations, orders, and decrees mentioned above in relation to any plans, drawings, specifications or provisions of this Contract. 2.5 Any reports, information, data or other material given to, or prepared or assembled by, CONTRACTOR or its contractors, if any, under this Contract will become the property 970522 syn 0071217 2 of¯ CITY and will not be made available to any individual or organization by CONTRACTOR or its contractors, if any, without the prior written approval of the city manager. 2.6 CONTRACTOR will provide CITY with quarterly reports. With each quarterly billing, CONTRACTOR shall submit a summary chart of statistics about sales and resales of BMR ownership units, in a form approved by CITY, together with information about occupancy of BMR rental units. CONTRACTOR shall also submit a report, describing in narrative form, other activities undertaken during the report period. 2.7 If CITY requests additional copies of reports, drawings, specifications or any other material which CONTRACTOR is required to furnish in limited quantities in the performance of the Services, CONTRACTOR will provide such additional copies and CITY.will compensate CONTRACTOR for its duplication costs.~ 2.8 CONTRACTOR will be responsible for employing or engaging all persons necessary to perform the Services. All contractors of CONTRACTOR will be deemed to-be directly controlled and supervised by CONTRACTOR, which will be responsible for their performance. If any employee or contractor of CONTRACTOR fails or refuses to carry out the provisions of this Contract or appears to be incompetent or toact in a disorderly or improper manner, the employee or contractor will be discharged immediately from further performance under this Contract on demand of the project manager. 2.9 CONTRACTOR shall provide the project manager and others specifically .requested by the project manager with free and easy access to all facilities and activities .of the programs hereinafter described. The project manager and others specifically ~requested by the p~oject manager shall coordinate such access withCONTRACTOR. SECTION 3.DUTIES OF CITY 3.1- CITY will furnish or cause to be furnished the specified, services set forth in Exhibit "~’ and such other information regarding its requirements as may be reasonably requested by CONTRACTOR. 3.2 The city manager will represent CITY for all purposes under this Contract. JIM GILLILAND, Assistant Planning Official, is designated as the project manager for the city manager. The project manager will supervise the performance, progress, and execution of the Services° 3.3 If CITY observes or otherwise becomes aware of any default in the performance of CONTRACTOR, CITY will use reasonable efforts to give written notice thereof to CONTRACTOR in a timely manner° 970522 syn 0071217 SECTION 4 COMPENSATION 4.1 In consideration of the full performance of the Services by CONTRACTOR, CITY will pay CONTRACTOR a total sum not to exceed Forty Thousand Dollars ($40,000), payable within thirty (30) days of submission by CONTRACTOR of its itemized billings. On the billing form provided by CITY, CONTRACTOR shall submit a bill by the fifth (Sth) working day of each quarter for services provided under this Contract ~during the preceding quarter. The bill shall specify actual expenditures directly related to this Contract in accordance with Exhibit "B". SECTION 5. AUDITS 5.1 CONTRACTOR will permit CITY to audit, at any reasonable time during the term of this Contract and for three (3) years thereafter, CONTRACTOR’s records pertaining to matters covered by this Contract. CONTRACTOR further agrees to maintain and retain such records for at least three (3) years after the expiration or earlier termination of this Contract. SECTION 6.INDEMNITY 6.1 CONTRACTOR agrees to protect, indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents from any and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, caused by or arising out of CONTRACTOR’s, its officers’,, agents’,, subcontractors’ or employees’ negligent acts, errors, or omissions, or willful misconduct, or conduct for which applicable law may impose strict liability on CONTRACTOR in the performance of or f~ilure to perform its obligations under this Contract. SECTION 7.WAIVERS 7.1 The waiver by either party of any breach or violation of any covenant, term, condition or provision of this Contract, or of the provisions of any ordinance or law, will not be deemed to be a waiver of any other term, covenant, condition, provisions, ordinance or law, or .of any subsequent breach or violation of the same or of any other term, covenant, condition, provision, ordinance or law. The subsequent acceptance by either party of any fee or other money which may become due hereunder will not be deemed to be a waiver of any preceding breach or violation by the other party of any term, covenant, condition or provision of this Contract or of any applicable law or ordinance. 7.2 No payment, partial payment,, acceptance, or~partial acceptance by CITY will operate as a waiver on the part of CITY of any of its rights under this Contract. 970522 syn 0071217 4 SECTION 8.INSURANCE 8.1 CONTRACTOR, at its sole cost and expense, will obtain and maintain, in full force and effect during the term of this Contract, the insurance coverage described in Exhibit "C", insuring not-only CONTRACTOR and its contractors, if any, but also, with the exception of workers’ compensation, employer’s liability, and professional liability insurance, naming CITY as an additional insured concerning CONTRACTOR’s performance under this Contract. 8.2 All insurance coverage required hereunder will be provided through carriers with Best’s Key Rating Guide ratings of A:X or higher which are admitted to transact insurance business in the State of California. Any and all contractors of CONTRACTOR retained to perform Services under this Contract will obtain and maintain, in full force and effect, during~ the term of this Contract, identical insurance coverage, naming CITY as an additional insured under such policies as required above. 8.3 Certificates of such insurance, preferably on the forms provided by CITY, will be filed with CITY concurrently with the execution of this Contract. The certificates will be subject to the approval of CITY’s risk~ manager and will contain an endorsement stating that the insurance is primary coverage and will not be canceled or altered by the insurer except after filing with CITY’s city clerk thirty (30) days’ prior written notice of such cancellation or alteration, and that the City of Palo Alto is named as an additional insured except in policies of workers’ compensation, employer’s liability, and professional liability insurance. Current.certificates of such insurance will be kept on file at all times during the term of this Contract with the city clerk. 8.4 Thi procuring of such required policy or policies of insurance will not be construed to limit CONTRACTOR’s liability hereunder nor to fulfill the indemnification provisions of this Contract. Notwithstanding the policy or policies of insurance, CONTRACTOR will be obligated for the full and total amount of any damage, injury, or loss~caused by or directly arising as a result of the Services performed under this Contract, including such damage, injury, or loss arising after the Contract is terminated or the term has expired. SECTION 9.WORKERS’ COMPENSATION 9.1 CONTRACTOR, by executing this Contract, certifies that it is aware of the provisions of the Labor Code of the state of California which require every employer to be insured against liability for workers’ dompensation or to undertake self-insurance in accordance with the provisions of that Code, and certifies that it will comply with such provisions, as applicable, before commencing the performance of the Services. 970522 syn 0071217 5 SECTION i0. SERVICES . TERMINATION OR SUSPENSION OF CONTRACT OR 10.1 The city manager may suspend the performance of the Services, in whole or in part, or terminate this Contract, with or without cause, by giving thirty (30) days’ prior written notice thereof to CONTRACTOR. Upon receipt of such notice, CONTRACTOR will immediately discontinue its performance of the Services. 10.2 CONTRACTOR may terminate this Contract or suspend its performance of the Services by giving thirty (30) days’ prior written notice thereof to CITY, but only in the event of a substantial failure of performance by CITY or in the event CITY indefinitely withholds or withdraws its request for the initiation or continuation of the Services to be performed. 10.3 Upon such suspension or termination by CITY, CONTRACTOR will be paid for the Services actually rendered to CITY on or before the effective date of suspension or termination; provided, however, if this Contract is suspended or terminated on account of a default by CONTRACTOR, CITY will be obligated .to compensate CONTRACTOR only for that portion of the Services which are of direct and immediate benefit to CITY, as such determination may be made by the city manager acting in the reasonable exercise of her discretion. 10.4 Upon such suspension or termination, CONTRACTOR will deliver to the city manager immediately, any and all copies of studies, sketches, drawings, computations,, and other data, whether or not completed, prepared by CONTRACTOR or its contractors, if ~any, or given to CONTRACTOR or its contractors, if any, in connection with this Contract. Such materials will become~ the property of CITY. o 10.5 The failure of CITY to agree with CONTRACTOR’s independent findings, conclusions, or recommendations, if the same are called for under this Contract, on the basis of differences in matters of judgment, will not be construed as a failure on the part of CONTRACTOR~to fulfill its obligations under this Contract. SECTION ii. ASSIGNMENT ii.i This Contract is for the personal services of CONTRACTOR, therefore, CONTRACTOR will not assign, transfer, convey, or otherwise dispose of this Contract or any right, t±tle or interest in or to the same or any part thereof without the prior written consent of CITY. A consent to one assignment will not be deemed to be a consent to any subsequent assignment. Any assignment made without the approval of the city manager will be void and, at the option of the city manage~, this Contract may be terminated. This Contract will not be assignable by operation of law. 970522 syn 0071217 SECTION 12.NOTICES 12.1 All notices hereunder will be given in writing and mailed, postage prepaid, by certified mail, addressed as follows: To. CITY:Office of the City Clerk City of Palo Alto Post Office Box 10250 Palo Alto, CA 94303 With a copy to:Director, Dept. of Planning and Community Environment City of Palo Alto P.O. Box 10250 Palo Alto, CA 94303 To CONTRACTOR: Attention of the project director at the address of CONTRACTOR recited above SECTION 13.CONFLICT OF INTEREST 13.1 In accepting this Contract, CONTRACTOR covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance .of the Services. 13.2 CONTRACTOR further covenants that, in the performance of this Contract, it will not employ any contractor or person having such oan interest. CONTRACTOR certifies that no person who has o£ will have any financial interest under this Contract is an officer or employee of CITY; this provision will be interpreted in accordance with the applicable provisions of the Palo Alto Municipal Code and the Government Code of the State of California. SECTION 14. NONDISCRIMINATION 14.1 As set forth in the Palo Alto Municipal Code, no discrimination will be made in the employment of any person under this Contract because of the age, race, color, national origin, ancestry, religion, disability, sexual preference or gender of that person. If the value of this Contract is, or may be, five thousand dollars ($5,000) or more, CONTRACTOR agrees to meet all requirements of the Palo Alto Municipal Code pertaining to nondiscrimination in employment, including completing the requisite form furnished by CITY and set forth in Exhibit "D" 970522 syn 00712~7 7 14.2 CONTRACTOR agrees that each contract for services with an independent provider will contain a provision substantially as follows: "[Name of Provider] will provide CONTRACTOR wi~h a certificate stating that [Name of Provider] is currently in compliance with all Federal and State of California laws covering nondiscrimination in employment; that [Name of Provider] will pursue an affirmative course of action as required by the Affirmative Action Guidelines of the City of Palo Alto; and that [Name of Provider] will not discriminate in the employment of any person under this contract because of the age, race, color, national origin, ancestry, religion, disability, sexual preference or gender of such person." 14.3 If CONTRACTOR is found in violation of the nondiscrimination provisions of the State of California Fair Employment Practices Act or similar provisions of Federal law or executive order in the performance of thfs Contract, it will be in default of this Contract. Thereupon, CITY will have the power to cancel or suspend this Contract, in. whole or in part, or to deduct the sum of twenty-five dollars ($25) for each person for each calendar day during which such person was subjected to acts of discrimination, as damages for breach of contract, or both. Only a finding of the State of California Fair Employment Practices Commission or the, equivalent federal agency or officer will constitute evidence of a breach of this Contract. 14.4 If COW, TRACTOR is in default of the nondiscrimination provisions of thi~ Contract or the Affirmative Action Guidelines pertaining to this Contract, CONTRACTOR will be found in material breach of this Contract. Thereupon, CITY will have the power to cancel or suspend this Contract, in whole or in.part, or to deduct from the amount payable to CONTRACTOR the sum of two hundred fifty dollars.($250) for each calendar day during which CONTRACTOR is not in compliance with this provision as damages for breach of contract, or both. SECTION 15.MISCELLANEOUS PROVISIONS 15.1 CONTRACTOR represents and warrants that it has knowledge of the requirements of the Americans with Disabilities Act. of 1990, and the Government Code and the Health and Safety Code of the State of California, relating to access to public buildings and accommodations for disabled persons, and relating to facilities for disabled persons. CONTRACTOR will comply withor ensure by its advice that compliance with such provisions will be effected in the performance of this Contract. 970522 syn 0071217 ¯ 15.2 This Contract will be governed by the laws of the State of California, excluding its conflicts of law. 15.3 In the event that an action is brought, the parties agree that triai of such action will be vested exclusively in the state courts° of California or in th@ United States District Court for the Northern District of California in the County of Santa Clara, State of California. 15.4 The prevailing party in any action brought to enforce the provisions of this Contract may recover its reasonable costs and attorneys’ fees expended in connection with that action. 15.5 This document represents the entire and integrated agreement between the parties and supersedes all prior negotia- tions, representations, and contracts, either written or oral. This document may be amended only by a written instrument, which is signed by the parties. 15.6 All provisions of this Contract, whether covenants or conditions, will be deemed to be both covenants and conditions. 15.7 The covenants, terms, conditions and provisions of this Contract will apply to, and wil! bind, the heirs, successors, executors, administrators, assignees, and contractors, as the case may be, of the parties. 15.8 If a court of competent jurisdiction finds or rules that any provision of this Contract or any amendment thereto is void or unenforceable,the unaffected provisions of this Contract and any amendments thereto will remain in full force and effect. 15.9 All 9xhibits referred to in this Contract and any addenda, appendicls, attachments, and schedules which, from time to time, may be referred to in any duly executed amendment hereto are by such reference incorporated in this Contract and will be deemed to. be a part of this Contract. 15.10 This Contract may be executed in any number of counterparts, each of which will be an original,.but all of which together will constitute one and the same instrument. 15.11 This Contract is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Contract will terminate without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Contract are no longer available. This Section 15.11 shall take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Contract. 970522 syn 0071217 IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Contract on the date first above written. ATTEST:CITY OF PALO ALTO City Clerk APPROVED AS TO FORM: Mayor Senior Asst. City Attorney APPROVED: City Manager Director of Planning and Community Environment Taxpayer’s I.D. No. 94-2262125 Acting Director of Administrative Services Risk Manager Attachments: EXHIBIT "A" : EXHIBIT "B" : EXHIBIT "C" : EXHIBIT "D" : SCOPE OF SERVICES BUDGET INSURANCE NONDISCRIMINATION COMPLIANCE FORM i0 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code S 1189) STATE OF C =~,~--~_ ) ) ss. COUNTY OF __~=~,_ C_\=.~__ ) On q~--~.~_ k~ ,1997, before me, the undersigned, a Notary Public in and for said County and State, personally appeared personally knowh to me (or~roved to me on the basis of satisfactory evidence) to be the person(s).whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. SANTA CLARA COUNTY ~ My Commission Expires April 24, 1998 Signature of Notary Publlc 970522 syn 0071217 11 EXHIBIT A BELOW MARKET RATE HOUSING PROGRAM FISCAL YEAR 1997-1998 SCOPE OF SERVICES Contractor shall administer the City’s Below Market Rate (BMR) housing program in compliance with City policy, guidelines, the applicable deed restrictions and the BMR Program Procedures Manual and in a manner which increases affordable housing opportunities for low and moderate income households. Specific Activities: 1) Provide information and advice to interested persons and housing seekers about the City’s BMR ownership and rental programs; 2) Maintain and annually update the BMR ownership waiting list 3) Administer the sales and resales of units in the BMR ownership program, and "discount" units with City deed restrictions in the Birch Court project, in accordance with City policy, guidelines, the applicable deed restrictions and with the Procedures Manual prepared by the Palo Alto Housing Corporation, as accepted by the City; 4) Pursue, in cooperation with the City, preservation of the BMR units within the program and compliance and enforcement of the provisions of the recorded deed restrictions; 5) Provide assistance, mediation and counseling to BMR owners, in coordination with City staff, in the resolution of defaults, foreclosures, violations of deed restrictions or other similar situations involving the preservation of BMR ownership units; 6) Certify tenants’ income eligibility for occupancy in the BMR rental units at Southwood Apartments, Mayfield Apartments, 1100 Welch Road Apartments and the proposed apartments at 4020 E1 Camino Real (if constructed); 7) Provide advice and consultation to City staff regarding negotiations of BMR agreements for new housing development projects; 8) Coordinate the process of evaluation, negotiation and financing related to the acquisition, and rehabilitation if necessary, of off-site units or properties contributed by developers under the BMR program, in-lieu of providing on-site units; 9) Assist City staff in completing a comprehensive evaluation of the BMR program; Exhibit A Page 2 10) Maintain records and statistics as required by the City, specifically: a) Annual statistics about the BMR ownership and rental units and the households served, b) A permanent record of all units placed in the program and statistics about all households served over the life of the program, including retention of copies of the actual recorded deed restrictions for the ownership units. EXHIBIT B BELOW MARKET RATE HOUSING PROGRAM FISCAL YEAR 1997 -1998 BUDGET I. PAHC shall provide the services described in Exhibit A - Scope of Services during the term of this contract and City shall reimburse PAHC for the cost of said services based on actual staff time, overhead and direct expenses and materials up to a maximum of $40,000. The source of reimbursement to PAHC shall be from the City’s Commercial Housing In-Lieu Fund. II. PAHC may bill City for the following: 1. Staff salaries for time spent on BMR activities at approved hourly rates including direct salaries, payroll taxes, benefits, workers compensation and an indirect cost rate for overhead. Hourly rates for PAHC staff is to be billed based on PAHC’s most recent indirect cost allocation plan in effect at the time of billing. If necessary, an adjustment will be made with the billing for the last quarter of the fiscal year, if the actual indirect cost rate for the year has been modified by a more recent audit. 2. Direct costs, as supported by receipts, invoices, etc., which are reasonable and necessary to conduct the activities described in Exhibit A, such as: ¯Postage ¯Advertising ¯Conferences ~and Training ¯Office Supplies ¯ Outside Services and Consultants (except that any subcontracts for outside services or consultant work exceeding $3,000.00 shall be authorized in advance by City) ’ ® Printing/Duplicating o Other necessary direct expenses including expenses necessary to the acquisition and / or rehabilitation of off-site units and properties provided by developers under the BMR program in-lieu of on-site units EXHIBIT C INSURANCE REQUIREMENTS POLICY MINIMTJM LIMITS OF LIABILITY WORKERS’ COMPENSATION Statutory COMPREHENSIVE AUTOMOBILE LIABILITY, including owned, hired, and nonowned automobiles Bodily Injury $i,000,000 ea. person & $I,000,000 ea. occurrence Property Damage $i,000,000 ea. occurrence COMMERCIAL GENERAL LIABILITY, including products and completed operations, broad form contractual, and personal injury. Bodily Injury $i,000,000 ea. person & $i,000,000 ea. occurrence; $i,000,000 aggregate Property Damage $i,000,000 occurrence ea. Each insurance policy required by this Agreement shall contain the following clauses: "This insurance shall not be canceled, limited in scope of coverage or nonrenewed until after thirty (30) days. written notice has been given to the: CITY OF PALO ALTO/Pla@ning and Community Environment Department, P. O. Box 10250, Palo Alto, CA 94303." "All rights of subrogation are hereby waived against the CITY OF PALO ALTO and the members of the City Council and ~elective or appointive officers or employees, when acting within the scope of their employment or appointment." "It is agreed that any insurance maintained by the CITY OF PALO ALTO will apply in excess of, and not contribute to, insurance provided by this policy." "The CITY OF PALO ALTO is added as an additional insured as respects operations of the named insured, but only as to work performed under this Agreement. All insurance coverage required shall be provided through carriers with a BEST KEY RATING GUIDE rating of A:X or higher that are admitted to do business in the State of California. The certificate(s) of insurance evidencing such coverage shall be completed and executed ~by an authorized representative of the company providing insurance, and shall be filed with and approved by the City. 960604 syn 0070981 EXHIBIT D CER TIFICA T/ON OF NONDISCRIMINATION Certification 0f,Nondiscriminal;ion: As suppliers of goods or services to the City of Palo Alto, the firm and individuals listed below certifies that they do not discriminate in employment with regards to age, race, color, religion, national origin, ancestry, disability, or sexual preference; that they are in compliance with all Federal, State and local directives and executive orders regarding nondiscrimination in employment; and that they agree to demonstrate positively and aggressively the principle of equal opportunity in employment. The Bidder/Proposer agrees specifically: 1.0 To establish or observe employment policies which affirmatively promote opportunities for minority persons at all job levels. 2.0 3.0 To communicate this policy to all persons concerned, including all employees, outside recruiting services~ especially those serving minority communities, and to the mino.rity communities at large. To take affirmative action steps to hire minority employees within the organization. 4.0 Firm: To be knowledgeable of the Iocal~ state, and federal laws and regulations concerning affirmative action policies and provide opportunities for employees P~lo Alto Housing Corporation Title of Officer Signing: Executive Director Date ~ -~- ~ Please include any additional information available regarding employment programs now in effect within your company¯ equal opportunity (Plao~e attach additional paoo~ if nacassary) END OF SECTION CITY of PALO ALTO: Non-discrimination (5/93)SECTION 00410-1 ~~ENT 540 Co~er Street o Suite 20~ . Paio Alto, CA 9430~ ¯(4~5) 32~-9709 ~y 1~ 1~ June Fleming City Manager City of Palo Alto P.O. Box 10250 Palo Alto, CA 94303 Re: Contract to Administer Below Market Rate (BMR) Program ¯ FaLX (415) 321-4541 Dear June: The Palo Alto Housing Corporation (PAHC) proposes to contract with the City of Palo Alto to administer the City’s BMR Program for the fiscal year 1997-98 for a maximum amount of $40,000. We are proposing a reduction in the maximum contract amount due to the relative dormancy of resales of BMR units. However, we do expect to spend time cooperating with City staff in evaluating portions of the program in the upcoming fiscal year. PAHC is unique in its ability to perform this service for the City. We were instrumental in developing the program and have administered it since its inception in 1974. Over the years, PAHC has conducted the sales and resales of BMR units, worked with the BMR Rental Housing Program, and participated in the negotiation of many BMR agreements with developers. PAHC has a good understanding of the BMR program goals, principles and precedents. To our knowledge, there is no other nonprofit housing agency in the area that performs this service. The fees PAHC charges for these services are based on an hourlyrate approved by the City according to HUD methodology and include direct salaries, payroll taxes, benefits, workers compensation and an indirect cost allocated to overhead. Our annual audited financial statements justify the hourly rate based on fund accounting. PAHC is paid on a reimbursement basis.for hours spent. We look forward to continuing work with you and the City staff on this important City program. Sincerely, PALO ALTO HOUSING CORPORATION Executive Director cc:Ken Schreiber, Director of Planning and Community Environment Cathy Siegel, Housing Coordinator