HomeMy WebLinkAboutMINUTES - 06221993 - 1.98 TO: BOARD OF SUPERVISORS Contra
�.r..i
FROM: Phil Batchelor, County Administrator i� '
o s Costa
County
DATE: June 22, 1993 rr..
SUBJECT: CONTRACT FOR SERVICES REGARDING REDEVELOPMENT PROPOSALS
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)8 BACKGROUND AND JUSTIFICATION
RECOMMENDATIONS:
1. Approve and authorize the County Administrator to increase a contract
amendment with Economic and Planning Systems Inc. to increase the payment
limit by $19, 260 to a total of $35,000 for the provision of additional technical
support in reviewing and negotiation a city redevelopment plan amendment and
to extend the contract through June 30, 1993.
BACKGROUND:
In October, 1992 the services of Economic and Planning Systems was acquired to assist
County staff in analyzing and negotiating a major amendment to the Pittsburg
redevelopment plan. The proposed amendment was very complex and included adding
significant areas to the City's current plan, as well as increasing the debt limit, tax
increment limits and extending the existing redevelopment areas another 20 years. The
potential loss in property taxes to the county over the life of the proposed amendment
was $356 million.
Because of the complexity and magnitude of this proposed amendment, the review and
negotiation process extended nearly 12 months, much longer than the four month
original contract. Moreover, the City acquired the services of two large consulting firms
which provided the City with a significant resource advantage during the early stages of
the review process. The attached contract with EPS provided the County with the
necessary services to adequately negotiate this redevelopment matter. The County and
City have tentatively reached agreement on the proposed redevelopment amendment.
CONTINUED ON ATTACHMENT: YES SIGNATURE:
RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTE
APPROVE OTHER
SIGNATURE(S):
ACTION OF BOARD ON -- June 22, I W� APPROVED AS RECOMMENDED OTHER
VOTE OF SUPERVISORS
X - - - 1 HEREBY CERTIFY THAT THIS IS A TRUE
UNANIMOUS(ABSENT ) AND CORRECT COPY OF AN ACTION TAKEN
AYES: NOES: AND ENTERED ON THE MINUTES OF THE BOARD
ABSENT: ABSTAIN: OF SUPERVISORS ON THE DATE SHOWN.
CC: County Administrator ATTESTED June 22, 1993
Auditor-Controller PHIL BATCHELOR,CLERK OF THE BOARD OF
SUPERVISORS AND COUNTY ADMINISTRATOR
M382 (10/88) BY ��' 2n�-4 DEPUTY
Contra Costa County Is 91 Number
Standard Form 1/88 SHORT FORM SERVICE CONTRACT Fund/Org
Account # 2110
1. Contract identification. Other #
Department: County Admin.istrator
Subject: Consultation & Technical Assistance with regard to
Pittsburg Redevelopment Proposal
2. Parties. The County of Contra Costa, California (County), for its Department named above,
and the following named Contractor mutually agree and promise as follows:
Contractor: Economic & Planning Systems
Capacity: Corporation Taxpayer ID # 94-3056856
Address: 1815 Fourth Street,. Suite B
Berkeley, CA 94710-1910
3. Tem. The effective date of this Contract is - October 19, 1992 and it terminates
June 30, 1993 , unless sooner terminated as provided herein.
4. Termination. This Contract may be terminated by the County, at its sole discretion, upon
five-day advance written notice thereof to the Contractor, or cancelled immediately by
written mutual consent.
5. Pavment Limit. County's total payments to Contractor under this Contract shall not exceed
35,000
6. County's Obligations. In consideration of Contractor's provision of services as described
below, and subject to the payment limit expressed herein, County shall pay Contractor, upon
Contractor's submission of a properly documented demand for payment (County Demand Form D-
15) which shall be submitted not later than 30 days from the end of the month in which the
contract services were rendered, and upon approval of such demand by the head of the County
Department for which this Contract is made or his designee, as follows:
[Check one alternative only]
Jx) hour; or
x] a. FEE RATE: $ per service unit: session, as defined below; or
NOT TO EXCEED a total of service unit(s). calendar (day, week or month)
b. Payment in full after approval by the Department.
X] c. As set forth in the attached Payment Provisions. Hourly rate for various persons,
not to exceed $35,000.
7. Contractor's Obligations. Contractor shall provide the following described services:
As set forth in the attached work program which are incorporated herein by
reference.
8. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and
local laws and regulations applicable with respect to its performance under this Contract,
including but not limited to, licensing, employment and purchasing practices; and wages,
hours and conditions of employment, including nondiscrimination.
a
9. Nondiscriminatory Services. Contractor agrees that all goods and services under this
Contract shall be available to all qualified persons regardless of age, sex, race, religion,
color, national origin, or ethnic background, or handicap, and that none shall be used, in
whole or in part, for religious worship or instruction.
10. Independent Contractor Status. This Contract is by and between two independent contractors
and is not intended to and shall not be construed to create the relationship between the
parties of agent, servant, employee, partnership, joint venture, or association.
-1-
Contra Costa County SHORT FORM SERVICE CONTRACT Number
11. Disputes. Disagreements between the County and Contractor concerning the meaning,
requirements, or performance of this Contract shall be subject to final determination in
writing by the head of the County Department for which this Contract is made or his designee
or in accordance with the applicable procedures (if any) required by the State or Federal
Government.
12. Access to Books and Records of Contractor, Subcontractor. Pursuant to Section 1861(v)(1)
of the Social Security Act, and any regulations promulgated thereunder, Contractor shall,
upon written request and until the expiration of four years after the furnishing of services
pursuant to this Contract, make available to the Secretary of Health and Human Services,
the Comptroller General, the County, or any of their duly authorized representatives, this
Contract and books, documents, and records of Contractor that are necessary to certify the
nature and extent of all costs and charges hereunder. Further, if Contractor carries out
any of the duties of this Contract through a subcontract, with a value or cost of $10,000
or more over a twelve-month period, such subcontract shall contain a clause to the effect
that upon written request and until the expiration of four years after the furnishing of
services pursuant to such subcontract, the subcontractor shall make available, to the
Secretary, the Comptroller General, the County, or any of their duly authorized
representatives, the subcontract and books, documents, and records of the subcontractor that
are necessary to verify the nature and extent of all costs and charges hereunder. This
special condition is in addition to any and all other terms regarding the maintenance or
retention of records under this Contract and is binding on the heirs, successors, assigns
and representatives of Contractor.
13. Reporting Requirements. Pursuant to Government Code Section 7550, Contractor shall include
in all documents or written reports completed and submitted to County in accordance with
this Contract, a separate section listing the numbers and dollar amounts of all contracts
and subcontracts relating to the preparation of each such document or written report. This
section shall apply only if the payment limit under this Contract exceeds $5,000.
14. Indemnification. The Contractor shall defend, indemnify, save, and hold harmless the County
and its officers and employees from any and all claims, costs and liability for any damages,
sickness, death, or injury to person(s) or property, including without limitation all
consequential damages, from any cause whatsoever arising directly or indirectly from or
connected with the operations or services of the Contractor or its agents, servants,
employees or subcontractors hereunder, save and except claims or litigation arising through
the sole negligence or sole willful misconduct of the County or its officers or employees.
Contractor will reimburse the County for any expenditures, including reasonable attorneys'
fees, the County may make by reason of the matters that are the subject of this
indemnification, and if requested by the County will defend any claims or litigation to
which this indemnification provision applies at the sole cost and expense of the Contractor.
15. legal Authority. This Contract is entered into under and subject to the following legal
authorities: California Government Code Sections 26227 and 31000.
16. Signatures. These signatures attest the parties' agreement hereto:
COUNTY CONTRA COSTA, CALIFORNIA CONTRACTOR
B Designee By
Approved: County Administrator I-PJT-
(Designate official capacity)
By Designee
Recommended by Department
By Designee [Form approved by County Counsel]
Note to Contractor: For corporations (profit or nonprofit), the contract mist be signed by two officers. Signature A oust be that
of the president or vice-president and Signature 8 nest be that of the secretary or assistant secretary (Civil Code Section 1190.1 and
Corporations Code Section 313).
Work Program
WORK PROGRAM
Fiscal Review Analysis— Los Medanos Redevelopment Project Amendment
City of Pittsburg
TASK DESCRIPTIONS
Task 1 --Project Initiation
Consultants will meet and confer with County staff to discuss the scope of the effort,
identify resources and research objectives, and to assign tasks. This effort will refine the
proposed work program and establish a schedule of meeting dates and product delivery
dates.
Task 2-- Data Gathering
We will review relevant documents including the Preliminary Redevelopment Report, the
Project EIR, tax sharing agreements, and analysis prepared by the County Departments and
special districts. Follow-up interviews will be conducted with the Departments and special
districts to confirm cost estimates and revenue impacts.
With approval of County staff, we may contact City staff and/or their consultants including
the redevelopment consultants (Katz Hollis), Underwriter(Sutro), and EIR preparer (John
Wagstaff).
Task 3 -- Project Analysis
Consultants will review the Redevelopment Project proposal for consistency with
Redevelopment Lav, including such variables as accuracy of growth forecasts, accuracy
and appropriateness of capital costs and other redevelopment costs, and the need for
redevelopment funding. A major issue regarding the merger is the justification for the
project, especially the annexation of the "Southwest Area" (Seeno Project), which would
very likely be feasible without redevelopment subsidy.
The Plan has assumed a significant portion of the cost of infrastructure will be paid from tax
increment. It is likely that specific developments (e.g. in the Southwest Area) can rely upon
impact fees or assessments to pay for required infrastructure. Accordingly,we will estimate
the ability to reduce the need for tax increment based upon the use of development fees and
assessments.
The Redevelopment Plan also assumes that improvements are funded entirely by
redevelopment agency backed debt; thus, the entire cost of the program includes interest
costs which are three times the principal amount. We will review the proposed phasing
and cost of improvements to evaluate whether debt financing is required in the amounts
estimated,or whether a "pay-as-you-go" approach may be feasible to help reduce overall
tax increment required.
I
Work Program
Task 4--Fiscal Analysis
Task 4 is the key analytical basis of our review process. The fiscal analysis evaluates two
key standards contained in the Redevelopment Law that define "fiscal impact": 1) loss of
revenue,and 2) increased service costs. Another issue that will be addressed in the fiscal
analysis is the current situation wherein the Fire District is being subsidized by the SDAF in
an amount roughly equal to the current loss of property tax revenue to the Agency. A plan
that assures the long-term fiscal health of the Fire District,without substantial SDAF
subsidies, must be implemented.
Task 4.1: Tax Increment Forecast--Following a review of the assumptions and adequacy of
the tax increment forecasts for the Redevelopment Project and those prepared by County
staff, we will prepare a model to estimate the amount lost to the County General Fund, the
Riverview Fire District, Flood Control, and the Library as a result of tax sharing agreements
currently applicable. The model will consider the effects of the existing pass-through
agreements and allow testing of alternative agreements and tax flows.
Task 4.2: Capital Cost Impacts --The capital cost impacts upon the County and its special
districts will be compiled and compared to expected sources of funding, including existing
fees and charges. Opportunities for redevelopment funding of these improvements will be
documented.
Task 4.3: Operating Cost Impacts -- Working with County and special district staff, we will
estimate the incremental operating costs accruing as a result of anticipated development,
including the additional fire stations and the Library. These operating costs will be
compared to expected revenues.
Task 5-- Report Preparation
Consultant will assemble a report that documents our analysis of the Project's justification
and its fiscal impacts upon the County and the County special districts. This report will be
compatible with the overall Fiscal Review Report that the County staff will assemble from
the reports of the other affected agencies.
Task 6 --Fiscal Review Negotiations and Meetings
The overall goal of our effort is to provide the County with a solid bargaining position with
the City. To this end,we will advise staff based upon our general background in
redevelopment projects, provide the results of our technical analyses, and assist in the
negotiation sessions as directed by Staff. We see our role as providing information to a
highly participatory process which seeks to achieve an equitable redevelopment project.
A position paper/offer will be prepared prior to the final Fiscal Review Report for the
purpose of negotiating a settler.ient. This position paper/offer will be drafted and reviewed
with County staff. The offer will seek realignment of property tax increments from the
existing redevelopment project areas and redevelopment funding of key capital facilities,
including the Library and a municipal court facility.
2
a.
Work Program
This task will also include participation in the remaining meeting(s) of the Fiscal Review
Committee, special settlement meetings with the City, and public hearings as directed by
County staff.
BUDGET AND STAFFING
The Pittsburg Redevelopment Fiscal Review assignment will be managed by Walter Kieser,
Principal with Economic &Planning Systems. Richard Berkson,Senior Associate will be
conduct revenue analysis and assist with report preparation. Tom Hanson, Special
Consultant, will assist with project analysis,cost analysis, and negotiations. Table 1 shows
our staff assignments to the six tasks and an overall budget estimate. The estimated budget
is $35_,000which will be billed on an "hourly rates not to exceed" basis. Costs could be
lower than shown, especially if resolution to the issue occurs early(e.g. through a
settlement).
3
V
Q� N
VI M k
•r1 CT �
JC
O O O O
Z Q O co TCO NT u 7 M G rn
F- N
a 6q 69 � (a (fi
tJ} M
t/t
f0 O
U y (4
CL
x
w
O O O O o
.� .. .. v co m v M, O
:B o o O O T cn uz
U N C6 N Ch T N .t
3 69 V) !f} 69 69 N Cl)
OD Cfl CO CO co ' O `O
C U T T T 0 i UN' 00
O O -r Cy
N N
Q
s �
O CD O CC) O �o p O O
M O O
O 69 0
LL
QC 7 00rY 'N i O` a Q
f-- 000 -4 O O
in y r
Y �
L1. d trt
w m
oa v v v v w u� O
i LP N u
Vi
M
C
d W N
� C) T c
CCC = s
O c a
w E E
<L w O v oC:; rn
•• N O th x (D 'ca R
NO tlf e��q Z 5 E
C. C m �` y m U v y E
m 4) h
`° d M U m y ` mCl
w vi
z 2
cc 0 tu
/y co
N ¢ •U O q..� •O N CL tUly T M Oh m N
w a1•£ n a` o a u. cc M cca N
T M�
,Q 0 r CV M 4 6 G �"' C -1 C N � o
m C U H cc m m (aa m 0 CO C W
I-- m a w
ADDITIONAL PROVISIONS
Number
1. Independent Status. Contractor is an independent contractor and County shall
neither direct nor have control over Contractor, Contractor's activities, or the
methods and details by which Contractor fulfills its obligations under this
Contract. In providing services hereunder, Contractor shall work cooperatively
with County Administrator, or his designee.
2. Expenses. Contractor's fee, as set forth in Paragraph 6. (County's Obligations)
of the Contract includes full compensation for all services, work, and expenses
provided or incurred by Contractor under this Contract, including all travel,
mileage, and per diem expenses.
3. County's Activity Support. County shall provide for Contractor certain office
space, clerical support, office supplies and services, materials, equipment,
facilities, and assistance as may be mutually determined to be necessary to
support Contractor's activities hereunder, but excluding the use of County cars.
4. Service Activities. Contractor shall provide certain consultation and technical
assistance services as described herein, including, but not limited to, research,
interviewing, information gathering and analysis, and writing as set forth below:
a. Scope of Work. During the term of this Contract, Contractor shall
accomplish the activities and tasks which are included in Attachment A.
5. Confidentiality of Information.
a. Contractor shall protect from unauthorized disclosure names and other
identifying information concerning persons receiving services pursuant to
this Contract, except for statistical information not identifying the client.
b. Contractor shall not use such identifying information for any purpose other
than carrying out the Contractor's obligations under this Contract.
C. Contractor shall promptly transmit to the County all requests for disclosure
of such identifying information not emanating from the client.
d. Contractor shall not disclose, except as otherwise specifically permitted by
this Contract or authorized by the client, any such identifying information
to anyone other than the County without prior written authorization from the
County.
W
Initials:
Contractor County Dept.
ADDITIONAL PROVISIONS
Number
e. For the purposes of this paragraph, identity shall include, but not be limited
to, name, identifying number, symbol, or other identifying particular
assigned to the individual, such as finger or voice print or a photograph.
6. Endorsements. Contractor shall not in its capacity as a contractor with Contra
Costa County publicly endorse or oppose the use of any particular brand name
or commercial product without the prior approval of the Board of Supervisors. In
its County contractor capacity, Contractor shall not publicly attribute qualities or
lack of qualities to a particular brand name or commercial product in the absence
of a well-established and widely-accepted scientific basis for such claims or
without the prior approval of the board of Supervisors. In its County contractor
capacity, Contractor shall not participate or appear in any commercially-produced
advertisements designed to promote a particular brand name or commercial
product, even if Contractor is not publicly endorsing a product, as long as the
Contractor's presence in the advertisement can reasonably be interpreted as an
endorsement of the product by or on behalf of Contra Costa County.
Notwithstanding the foregoing, Contractor may express its views on products to
other contractors, the Board of Supervisors, County officers, or others who may
be authorized by the Board of Supervisors or by law to receive such views.
Initials: V+
Contractor County Dept.
ADDITIONAL PROVISIONS
Number
7. Insurance.
a. Automobile Insurance. During the entire term of this Contract and any
extension or modification thereof, Contractor shall keep in effect a policy
or policies of motor vehicle liability insurance naming the County and its
officers and employees as additional insureds, for any use Contractor
makes of a private automobile in the performance of this Contract, as
required by State law and in amounts not less than:
(1) $100,000 for personal injury to, or death of one person;
(2) $300,000 for injury to, or death of, two or more persons, per
occurrence; and
(3) $50,000 for property damage.
b. Insurance Certificate. Not later than the effective date of this Contract,
Contractor shall provide County with a certificate(s) of insurance evidencing
the above liability insurance. The policies shall include a provision for
thirty (30) days written notice to County before cancellation or material
change of the above-specified coverage.
Initials:
Contractor County Dept.