Loading...
HomeMy WebLinkAbout2001-07-16 City Council (5)TO: FROM: City of Palo Alto City Manager’s Report HONORABLE CITY COUNCIL 6 CITY MANAGER DEPARTMENT: ADMINISTRATIVE SERVICES DATE: SUBJECT: JULY 16, 2001 CMR:308:01 APPROVAL OF CONTRACT WITH KEYSER MARSTON ASSOCIATES, INC. IN THE AMOUNT OF $76,000 FOR PLAN ADOPTION FEASIBILITY SERVICES REGARDING THE FORMATION OF A REDEVELOPMENT AGENCY RECOMMENDATION Staff recommends that City Council approve and authorize the City Manager to execute the attached contract with Keyser Marston Associates, Inc. (KMA Inc.) in the amount of $76,000 for plan adoption feasibility services required in the formation of a redevelopment agency. DISCUSSION Project Description On July 9, 2001, the City Council approved: the first reading of the ordinance declaring the need for a redevelopment agency. As soon as the Agency has been officially established, the Finance Committee has recommended that the Council begin the process of considering the Edgewood Center a Redevelopment Project area, and direct staffto form a Neighborhood Advisory Committee to help guide the proposed redevelopment. To implement the next steps, staff needs to contract with a firm able to provide the necessary expertise in the establishment of a redevelopment agency. The work to be performed under the contract is to assist the City in its redevelopment efforts. The scope of services includes: 1. Technical Studies: Field Surveys/Database Management - Collect and tabulate field data for the purpose of documenting physical and economic blighting conditions, entering the results into a database. Physical and Economic Blight Analysis - Analyze secondary data sources, including assessed property value data, real estate indicators, retail taxable sales, crime rates, building permit activity, land use and environmental constraints, and -parcelization patterns to help demonstrate that the proposed Project Area justifies the adoption of the Redevelopment Plan. ¯Financial Feasibility Analysis - Analyze the economic feasibility of adopting the Project Area. 2. Document Preparation: ¯Adoption Schedule- A schedule of actions identifying all legally required activities leading to the adoption of the Redevelopment Plan. ¯Preliminary Report - Report explains the reasons for adopting the Redevelopment Plan. ¯Report to Council - Report contains a summation of the process to be followed in adopting the Redevelopment Plan. 3. Administration/Advisory Servicesi ¯Meeting attendance - KMA will attend meetings on an as-needed basis. Additional Services - Additional services may include preparation of additional document drafts, attendance at consultations with taxing agencies, coordination with environmental consultant, and responses to written objections received at the joint public hearings, among others. KMA, Inc. plans to complete the scope of services within an 11-month time period with a target Redevelopment Plan adoption date of May, 2002. RESOURCE IMPACT Funding was included as part of the midyear report approved by Council on April 9, 2001. POLICY IMPLICATIONS This recommendation does not represent any change to existing City policies. CMR:308:01 Page 2 of 3 ENVIRONMENTAL REVIEW These services do not constitute a project for the purposes of the California Environmental Quality Act. ATTACHMENTS Attachment A: Contract PREPARED BY: Senior Financial Analyst DEPARTMENT APPROVAL: CITY MANAGER APPROVAL: CARL Director of Administrative Services Assistant City Manager CMR:308:01 Page 3 of 3 ATTACHMENT A CONTRACT NO. BETWEEN THE CITY OF PALO ALTO AND KEYSERMARSTON ASSOCIATES, INC. FOR REDEVELOPMENT PLAN ADOPTION SERVICES This Contract No. is entered into , by and between the CITY OF PALO ALTO, a chartered city and a municipal corporation of the State of Califernia ("CITY"), and KEYSER MARSTON ASSOCIATES, .INC., a California Corporation, located at 500 S. Grand Avenue, Suite 1480, Los Angeles, California 90071 ("CONTRACTOR"). RECITALS: WHEREAS, CITY desires certain services relating to adoption of a redevelopment project area ("Services"), 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 1 - TERM i.i This Contract will commence on the date of its execution by CITY. The obligation of CONTRACTOR to perform the Services will be in accordance with the time schedule set forth in Exhibit "A". SECTION 2 -QUALIFICATIONS, CONTRACTOR 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 individua! charged with the performance of the Services under this Contract are duly licensed or certified by the State of California, to the extent such licensing or certification is required by law to perform the Services. 010328 cl 0032433 1 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. 2.3 CONTRACTOR will assign Paul Anderson as the project director to have supervisory responsibility for the performance, progress, and ex-ecution of the Services.If circumstances or conditions subsequent to the execution o2 this Contract cause the substitution of the project director for any reason, the appointment of a substitute project director wi~l be subject to the prior written approval of the project manager. 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 itself fully informed of Federal, State 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, 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 Report immediately to the project manager, in writing, any discrepancy or incons&stency 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 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 be responsible for employing or engaging al! 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 to act in a disorderly or improper manner, the employee or contractor will be 010328 c10032433 2 discharged immediately from further performance Contract on demand of the project manager. under this~ SECTION 3 - DUTIES OF CITY 3.1 CITY will furnish or cause to be furnished the specified services set forth in Exhibit "A" 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. Susan Arpan 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. 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 Seventy-six Thousand dollars ($76,000), payable in accordance with the Budget Summary set forth in Exhibit Payments shall be made within thirty (30) days of submission by CONTRACTOR of its itemized billings, in triplicate, no more often than monthly. 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 failure to perform its obligations under this Contract. 010328 el 0032433 3 SECTION 7 -WAIVERS 7.1 The waiver by either party of any breach or violation of any covenant, term, condition or provision o~ 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 ~ither party of any fee or other money which may become due hereunder will not be deemed to be a waiver of any preceding brea~h 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 partia! acceptance by CITY will operate as a waiver on the part of CITY of any of its rights under this Contract. ~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 professiona! 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:VII 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 additiona! 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 additiona! 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. 010328 cl 0032433 4 8.4 The procuring of such required policy or policies of insurance will not be construed to limit CONTRACTOR’sliability 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’ compensation 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. SECTION i0 -TERMINATION OR SUSPENSION OF CONTRACT OR SERVICES i0.! 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 -forthe 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 his 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, 010328 cl 0032433 5 if any, in connection with this Contract. become the property of CITY. Such materials will 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 a~ 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, title 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 approva! of the city manager will be void and, at the option of the city manager, this Contract may be terminated. This Contract will not be assignable by operation of law. SECTION 12 - NOTICES 12.1 All notices hereunder will be given in writing and mailed, postage prepaid, by certified mail, addressed as fol!ows: To CITY:Office of the City Clerk City of Palo Alto Post Office 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 an interest. CONTRACTOR certifies that no person who has or 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 Pa!o Alto Municipal Code and the Government Code of the State of California. 010328 c! 0032433 6 SECTION 14 - NONDISCRIMINATION 14.1 As set forth in the Palo Alto Municipal Code., no discrimination will be made in the employment of any perso~ 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 Municipa! Code pertaln!ng to nondiscrimination in employment, including completing the requisite form furnished by CITY and set forth in Exhibit "D’,’." 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 with a certificate stating that [Name of Provider] is currently in compliance with all Federal and State of California laws covering nondiscrimination in employment; 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 this 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. 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 with or ensure by its advice that compliance with such provisions will be effected in the performance of this Contract. 010328 el 0032433 7 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 brough{, the parties agree that trial of such action will be vested exclusively in the state courts of California or in the 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 will 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 exhibits referred to in this Contract and any addenda, appendices, 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 fisca! year in the event that funds are not appropriated for the following fisca! 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 010328 cl 0032433 8 precedence in the event of a conflict with any other covenant, term, condition, or provision of this Contract. 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: Senior Asst. city Attorney APPROVED: Mayor KEYSER MARSTON ASSOCIATES, INC. Name: Title: Assistant City Manager Director of Administrative Services Risk Manager By: Name : Title: Taxpayer Identl~lcatlo No. (Compliance wi£h Corp. Code § 313 is required if the entity on whose behalf this contract is signed is a corporation. In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable) Attachments : EXHIBIT "A": SCOPE OF PROJECT EXHIBIT "B": TIME SCHEDULE & RATE SCHEDULE EXHIBIT "C": INSURANCE EXHIBIT "D": NONDISCRIMINATION COMPLIANCE FORM 010328 el 0032433 9 CERTIFICATE OF ACKNOWLEDGEMENT (Civil Code § 1189) COUNTY OF ) On /~ , 2001, before me, a Notary Publfc in and for said County and-State, per~onally appeared ~b~~ ~ , personally known to me or proved t~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. ignarure of Notary ~uD ’ 010328 c10032433 1 0 CERTIFICATE OF ACKNOWLEDGEMENT (Civil Code § 1189) STATE OF ) )SS. COUNTY OF ) On , 2001, before me, , , a Notary Public in and for said County and State, personally appeared , personally known to me or proved 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. Signature of Notary Public 010328 cl 0032433 1 ! SCOPE OF SERVICES FOR EDGEWOOD PLAZA PROJECT AREA ADOPTION I.STATEMENT OF UNDERSTANDING AND METHODOLOGY A.Background The proposed Edgewood Plaza Project Area (Project Area) is anchored by Albertson’s market. Other uses in the shopping center include; a cleaners, liquor store, hair arid nail salons, shoe repair, 99 cent store and deli. The shopping center was built in the 1950’s and is now obsolete to most contemporary retail users. Retail sales have been declining and the shopping center has been impacted by crime. Private sector revitalization of the center has been hinder by the small size of the site and multiple ownership. The general goals and objectives for the Project Area are to maintain and rehabilitate the center as viable neighborhood shopping center. The Agency anticipates implementing a program, which includes both rehabilitation new development. Some of the issues that the City hopes to address are the expansion rehabilitation of Albertson’s improved visibility and access, and correction of storm drain deficiencies. B.Approach KMA will be responsible for the preparation of the blight and financial feasibility analysis and related major documents including the Preliminary Report and the Report to Council. KMA will also prepare an adoption schedule. A budget has been provided for services such as reviewing documents prepared by staff and the EIR consultant and attend meetings. It is assumed that the City will contract separate for EIR services and legal counsel will prepare the minor documents including the Preliminary Plan and Redevelopment Plan as well as all resolutions and notices. KMA will survey the Project Area and document the existing conditions. City staff will provide to KMA secondary data (or City contacts) as necessary to document blight including crime, retail sales data, and information on infrastructure deficiencies. The target adoption date is March 2002. Redevelopment Services Proposal Edgewood Shopping Center City of Palo Alto 0012017.KMA:PA:gbd 99900.000.002/12/06/00 Keyser Marston Associates, Inc. Page 1 I1.SCOPE OFWORK The proposed Scope of Work is divided into three service areas: 1) Techn.lcai Studies; 2) Document Preparation; and 3) AdmtnistrationtAdvisory Services, All documents will be prepared and formatted in accordance with Agency guidelines. The tasks within each o~ the service areas are outlined below. All services are proposed to be completed within an 11-month period. TECHNICAL STUDIES DOCUMENT PREPARATION ADMINISTRATION/ ADVISORY SERVICES Field SurveyslDatabase v’Schedule of Actions ,," Meeting attendance Physical & Economic v"Preliminary Repor~,," Additional Services Blight Analysis ¯ ,’ Financial Feasibility ~"Report to Council Analysis ’ A.Technical Studies Task 1 - Field Survey and Database Management KMA will conduct a parcel survey within the proposed Project Area. KMA wilt be responsible for collecting and tabulating field datafor the purpose.of documenting certain physical and economic blighting conditions. The results of the survey will be entered into a compt~ter database from which tables wtl! be generated for the Preliminary Report and Report to Council. Using the City’s GIS files provided by staff, KMA will download the field survey data and secondary data to create maps depicting key blighting conditions. Product: .........Field Survey and Maps depicting findings. Estimate: .......$5,000 Task 2 - Blight Analysis KMA will analyze secondary data souroes as identified in the methodology to help demonstrate that the proposed Proje~ Area is blighted in order to justify the adoption of the Redevelopment Plan. Data will include, but will not be limited to, the assessed property value data, real estate indicators, retail taxable sales, crime rates, building permit activity, land use and environmental constraints, parcelization patterns, publlc _ ~edevelopment Services Proposal Keyser Marston Associates, lnc. Pa~e 2 Edgewood Shopping Center City of Palo Alto 00~017.!<M~PA:gb~ improvement deficiencies, and building code violations as this data is provided by City and City staff: Product: .........Blight Analysis for Project Area. Analysis to be included in the Preliminary Report and Report to Council. Estlmate: .......$1(~,000 Task 3. Financial Feasibility Analysis KMA will conduct a preliminary assessment of the proposed method of financing , redevelopment of the Project Area pursuan~ to Section 33344.5(c) of the CRL. The " assessment will include an analysis of the economic feasib!lity of adopting the Project Area and the reasons for use of taxincrement pursuant to Section 333670 of the CRL, Economic feasibility for purposes of this analysis is defined to be a comparative analysis of anticipated costs for implementation of the Project over the effective term of the Project to resulting revenues expected to be generated by the Project Area ove~" the same period of time, "rhe analysis will also incorporate programsand projects, and their associated costs, an evalu~ion of the general financing methods that could be available to the C~ty and a determination of the proposed tax increment revenue for the expanded Project Area. KMA will prepare a projection of future tax increment revenues incorporating future year valuation increases dueto new development and/or changes In ownership, as well as limitations set forth under law. Assumptions regarding new development will be prepared based on information to be provided by C!ty staff. If limited or no development information Is available, KMA will incorporate trended growth assumptions. KMA will provide one set of projections to Agency staff for review and, based upon one round of review comments, provide a final set of projections for inclusion in the Preliminary Report. Projections and analysis will be subject to one additional round of revisions for inclusion in the Report to Council. KMA will review the City’s ,work program of redevelopment activities with staff and help the City identify general sources of financing in addition to tax increment financing. Product: .........Financial Feasibility Analysis to be included inthe Prelimin~r:y Report and Repor~ to council. Estimate: .......$8,000 "R~developrsent Services ProPOsal Edgewood Sl~opping Center City of Palo Alto Keyser Marston Associates, In, Page Document Preparation Task I - Adoption Schedule KMA will prepare a schedule of actions identifying.all legally required activities leading to the adoption of the Redevelopment Plan. The schedule lists actions, responsible parties, scheduled dates and documents to be prepared. The schedule will be updated up to three (2) times during the Plan adoption process. Product: .........Detailed Schedule of Adoption Actions Estimate: .......$3,000 Task 2, Preliminary Report KMA will prepare one draft and one final ~ersion of the Preliminary Report. The Repon~ will explain Me reasons foradopting the Redevelopment Plan; describe the ph~,stc~t and economic conditions of the proposed Project Area (to include the evidence that the proposed Project Area is urbanized and blighted), describe the projects and programs proposed to remove the blight, and include a financial feasibility analysis of the proposed Project. Product: .........One Draft and One Final Version of the Preliminary Report Estimate: .......$15,000 Task 3 - Report to Council KMA will prepare one draft and one final version of the Report to City Council. The Report to Council will contain a summation of the process followed in adopting the Redevelopment Plan as required in the CRL. The Report to Council will include all the information contained in the Preliminary Report and the following: The five year implementation plan; An explanation of why redevelopment cannot be accomplished by the govemrnentactivities or the private sector acting alone; The plan or method of relocation for families or persons temporarily or perrnar~ently displaced; ¯An analysis of the Preliminary Plan; ~ment Services Proposal Edgewood Shopping Center City of Palo Alto Keyser Ma~ston Associates, inc. Page ~ ,The E[R (by reference); ¯The report and recommendations of the Planning Commission; ¯A summary record of consultations with residents, community organizations, and others; =The report of the county fiscal officer (base year report) and an analysis thereof;~ The neighborhood impact report, and; ¯The summary of consultations with affected taxing entities, Product: .........One drafts and one final version off.he Report to Council. Estimate: .......$10,000 - Administrative And Coordination Services Task 1 - Meetings KMA will attend meetings with staff, the community and make presentations to public bodies on an as needed basis as provided by the budget. Product: ...............Five Meetings (estimate) Estimate: .............$5,000 Task 2 - Additional Services KM~ will provide additional services to staff not specified In the scope of work on a time ¯ and materials basis. The services may include: ¯Preparing additional document drafts. Attendance at consultations with taxing agencies. ¯Other meetings as necessary. ¯Coordination with environmental consultant. , Response to written objections received at the Joint public hearing. Estimated: ...........$20,000 Redevelopment Services’ Prop’osal Edgewood Shopping Center Cily of Palo Alto Keyser Marston Associates, Inc. Page II1.SCHEDULE AND BUDGET A. Schedule B= KMA proposes to complete the scope of services within an 11-month time period with a target adoption date of March 2002. Budget Summary The following table summarizes the estimated costs presented in the Scope. Technical Studies Task I - Field Survey and Database Management $5,000.00 Task 2- Blight Analysis $10,000.00 Task 3 - Financial Feasibility Analysis $8,000.00 Subtotal Technical Studies $23,000.00 Document Preparation Task 1 -Adoption Schedule $3,000.00 Task 2 - Preliminary Report $15,000.00 Task 3 - Report to Council $10,000.00 Subtotal Document Preparation ~28,000.00 Administrative and Coordination Services Task 1 - Meetings (assumes 5 person meetings)$5,000.00 Task 2 - Additional Services $15,000.00 Subtotal Administrative and Coordination Services $20,000.0Q Expenses $ 5,000.00 TOTAL ALL $76,000.00 Estimate Redevelopment Services Proposal Edgewood Shopping Center City of Palo Alto 0012017. KMA:PA:gbd 99900.000.002/12/06/00 Keyser Marston Associates, Inc. Page 6 KEYSER MARSTON ASSOCIATES, INC. HOURLY FEE SCHEDULE A. JERRY KEYSER"$1£5.00 MANAGING PRINCIPALS"$190,00 PRINCIPALS* MANAGERS* $175.00 $150.00 SENIOR ASSOCIATES $135.00 ASSOCIATES $115.00 SENIOR ANALYSTS $100.00 ANALYSTS $ 85.00 TECHNICAL STAFF $ 70.00 ADMINISTP-JkTiVE STAFF $ 55.00 Directly related job expenses not incliaded In the above rates are: auto mileage, air fares, hotels and motels, meals, car rentals, taxies, telephone calls, delivery, electronic data processing, graphics and printing. Directly related job expenses w~l be billed at 110% of cost, Monthly billings for staff time and expenses incurred during the period will be payable within thirty (30) days of invoice date. A charge of 1% per month will be added to all past due accounts. Rates for individuals in these categories will be increased by 50% for time spent in court testimony. CERTIFICATION OF NONDISCRIMINATION SECTION 410 PROJECT TITLE: Redevelopment Plan Feasibility Services Certification of Nondiscrimination..:.. As suppliers of goods or services to the City of Palo Alto, .the firm and individuals listed .below certify that they do not discriminate in employment with regards to age, race, color, religion, sex, national origin, ancestry, disability, or sexual preference; that they are in compliance with all Federal, State and local directives and executive orders re~arding ¯ nondiscrimination in employment. Title of Officer Signing: Signature #~d...z] DATE: CITY OF PALO ALTO: CERTIFICATION OF NONDISCRIMINATION ~,xh.i.b±~: "D" PART II - INSURANCE REQUIREMENTS FORM 650 I.CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY COMPANIES WITH A BEST’S KEY RATING OF A:X, OR HIGHER, LICENSED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF CALIFORNIA: AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AS SPECIFIED, BELOW: MINIMUM LIMITS REQUIRED YES YES YES YES TYPE OF COVERAGE REQUIREMENT EACH OCCURRENCE AGGREGATE WORKER’S COMPENSATION AUTOMOBILE LIABILITY $1,000,000 STATUTORY STATUTORY BODILY INJURY PROPERTY DAMAGE BODILY INJURY & PROPERTY DAMAGE COMBINED. BODILY INJURY. EACH PERSON EACH OCCURRENCE PROPERTY DAMAGE BODILY INJURY AND PROPERTY DAMAGE, COMBINED COMPREHENSIVE GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE BLANKET CONTRACTUAL, AND FIRE LEGAL LIABILITY $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 ALL DAMAGES COMPREHENSIVE AUTOMOBILE LIABILITY, INCLUDING, OWNED, HIRED, NON-OWNED $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 PROFESSIONAL LIABILITY, INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT PFRFd)RMANCE $1,000,000 $1,000,000 YES THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: BIDDER, AT ITS SOLE COST AND EXPENSE, SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT, THE INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY BIDDER AND ITS SUBCONTRACTORS, IF ANY, BUT ALSO, WITH THE EXCEPTION OF WORKERS’ COMPENSATION, EMPLOYER’S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS ADDITIONAL INSURES CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS, AND EMPLOYEES. I1. INSURANCE COVERAGE MUST INCLUDE: A.A PROVISION FOR A WRITEN THIRTY DAY ADVANCE NOTICE TO CITY OF CHANGE IN COVERAGE OR OF COVERAGE CANCELLATION; AND B.A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR’S AGREEMENT TO INDEMNIFY CITY- SEE PART II, SECTION 500, FORMAL CONTRACT (SAMPLE). SUBMIT CERTIFICATE(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE, OR COMPLETE THIS SECTION AND IV THROUGH VI, BELOW. A.NAME AND ADDRESS OFCOMPANY AFFORDING COVERAGE (NOT AGENT OR BROKER): B.NAME, ADDRESS, AND PHONE NUMBER OF YOUR INSURANCE AGENT/BROKER: C.POLICY NUMBER(S): CITY OF PALO ALTO PAGE 1 OF 2 PART II- INSURANCE REQUIREMENTS D.DEDUCTIBLE AMOUNT(S) (DEDUCTIBLE APPROVAL): AMOUNTS IN EXCESS OF $5,000 FORM 650 REQUIRE CITY’S PRIOr< II1. IV. AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, ,AND BIDDER’S SUBMITTAL OF CERTIFICATES OF INSURANCE EVIDENCING COMPLIANCE WITH THE REQUIREMENTS SPECIFIED HEREIN. ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO "ADDITIONAL INSURES" Ao PRIMARY COVERAGE WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS AFFORDED BY THIS POLICY IS PRIMARY AND !S NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSURES. B.CROSS L ABILITy. THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSURES UDNER THE POLICY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY. C.NOTICE OF CANCELLATION 1.IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN THE NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. 2.IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A TEN (10) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. PROPOSER CERTIFIES THAT PROPOSER’S INSURANCE COVERAGE MEETS THE ABOVE REQUIREMENTS: THE INFORMATION HEREIN IS CERTIFIED CORRECT BY SIGNATURE(S) BELOW. SIGNATURE(S) MUST BE SAME SIGNATURE(S) AS APPEAR(S) ON SECTION 300A. Signature: Name:(Print or type name) Signature: Name:(Pdnt or type name) NOTICES SHALL BE MAILED TO: PURCHASING AND CONTRACT ADMINISTRATION CITY OF PALO ALTO P.O. BOX 10250 PALO ALTO, CA 94303. PAGE 2 OF 2 CITY OF PALO ALTO ’i CERTIF ATE OF LIABILITY INSURANCE FAX (415)g57-0577 I 06/20/2001 THI6 CERTIFICATE IS 18SUED AS A MAI I =R OF INFORMATIONONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATEHOLDER. THIS OERTIFICATE DOES NOT AMEND~ EXTEND OR ALTER THE ¢OVERAGE AFFORDED BY THE POLICIES BELOW, INSURERS AFFORDING cOVERAgE IH~URER D: Royal Insurance Company of A~er~ca Republic Zndem~ty Co, of California Philadelphia zndemnity Znsurance Company COVERAG~ !==’~E-POLiCI~E~-0F iNSUFL~NCE LISTED BELOW HAVE BEEN ISSUED TO THE NSURED NAMED ABOVE FOR THE POLICY P~RIOD INDICATED, NOT~/~H=~[_A=NDINGi A~ REQU~R~ENT, ~RM OR CONDFIOH OF ANY CON~CT O~ OTHER DOCUMENT ~H REspeCTTO ~ICH THIS ¢ER~FICA~ MAY ~ ~Y PERTAIN, THE INSU~CE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TQ ~L ~E ~, ~CLUSIONS ~D COND~IONS O SUCHpO~CIES. AGGRE~ LIM~ ~HOWN ~Y ~ ~EEN REDUCED BY PAIP ~L~?I "P/rE OF IN~URANCB ¯POLICY NUMBER PSP0~ST2~ PST244650 PLAZ4465O }3954605 11/11/2000 11/11/2000 ].z/z~/2o’o’o 1~/11/2000 11/11/Z001 11/II/2001 11/11/2001 City of Paid Alto, its ~ogncil Me~ers, orT1¢ers, Agents ang~mp!oyees ~nsu~eds as Pespec~s General L~abi~ity pep the aCt~ched fom. ~h~}insurance is prima~y and non-contributory. G~NE~L AG~GATE PRODU~S ¯ COMP~P OMPlNaP S N~ ~IT(Ea ~l~nl) BODILY INJU~ BODILY INJURY ~pROPER~ DAMAGE EACH OCGURR~NC~ AG~R~TE ~eta~ned L~m~ X WC ~ ~TU~ ~, DIS~E- po~cy ..... l,O00,O0~ ~O090D~i0~00~ 1,ooo,oo0 2,000,000 z ,ooo,o0, 1~000~000 4,000,000 4,000,000 None 1,ooo,o0~ 1,000.,00c $1,ooo,ooo Each Wrongful Act / $1,000,O00 Aggregate Limit; $25,000 Ded.ctible are named as Additional C~RTIFIOATE H~’~J~ER I__ I.~r~IONAL mSUR~HNSUR~ L~rl~: ~ ~City of Pala Alto -~P~rdl~sing and Contra~t- Admin~stration ]P,0, Box 10250 ~P~Io Al~o, CA 94303 ,~CORm ~e.s (7m7) CANCELLATION ¯ BHOU~,D ANY OF THE A|~V~ DE~¢PJBFJ~ POLI~EB BE ¢~6LE0 BEFOR~ ~E ~pI~ON DA~ ~E~F, THE ~6UIN¢ ~MP~L END~VOR TO ~ 30 DA~ ~1~ ~E TO THE CE~a~ HOLDER ~M~ ~ ~E L~, AUTMOR~ REP~S~A~ Sharon Voth/svo @AGORD CO~O~ON ~ Number PSP04$725 ADDITIONAL INSUREDS BY CONTRACT, AGREEIVIEINT OR PER3gT The foLlm~ing is added o Commercial ~enera! Liabili~ Section H - Who is h~.red: ,Any person or orgsniz~on you are req~i~e~.by agreement or permit to name ~s sn addkional insured ~=d is a~ ~cd bu~ o~ly with ~cct to liability a~sLug out of: ’ "Your work" ~formed for that insured s~ the-Iocztion designated Premises owned or used by you. This insm’~ce does not ap~ly unless th~ contract, agreement or p~rmk is executed prior to the "bodily injur~" or "prol~erty damage". ~ insurmace does no~,,al~ly to ~ r~ndering of or feiIu~ ~ render professional s~rvices. This insurance is primer)’ i£ that is required by the ¢orrtra~ agreemenZ or permit. ~C 0330 1097