Loading...
HomeMy WebLinkAbout2012-05-08; City Council; 20890; Appropriation of Funding for Service Agreement with Urban Place Consulting GroupCITY OF CARLSBAD AGENDA BILL APPROPRIATION OF FUNDING FOR PROFESSIONAL SERVICES AGREEMENT WITH URBAN PLACE CONSULTING GROUP DEPT. DIRECTOR CITY ATTORNEY CITY MANAGER RECOMMENDED ACTION: Adopt City Council Resolution No.2012-1Q4to APPROVE a change in funding appropriation for the previously approved professional services agreement with Urban Place Consulting Group to implennent the Village Revitalization Partnership Program, and authorizing the Finance Director to disburse said funds to Urban Place as directed by the City Manager. ITEM EXPLANATION: At its meeting on February 28, 2012, the City Council, acting as the Successor Agency for the Carlsbad Redevelopment Agency, approved the contract with Urban Place Consulting Group (Urban Place) as the partner to work with local property owners, businesses and/or other stakeholders in the Village Area to develop programs, policies, financing mechanisms and/or other initiatives to spur local investment and foot traffic on a self-sustaining basis for the Village Area, and appropriated tax increment to fund said project based on previous approvals by the Carlsbad Redevelopment Agency. Staff has determined that the project is no longer eligible for tax increment funding and a new source of funding must be appropriated for this project by the City Council. The monthly administrative expenses for Urban Place are estimated at $16,000, for an annual cost of $192,000 per year. In addition to monthly consultant expenses, there will be costs to implement programs/projects, which are estimated at $50,000 per year. The approved professional services agreement includes a maximum, do not exceed, annual budget for said services of $242,000, or a total of $726,000 for three (3) years. The initial agreement is for one year only, but may be extended for two additional one year periods based on an annual performance review of progress. Each year a determination will be made as to whether or not to continue the contract or terminate it. The costs for the Village Revitalization Partnership contract were initially anticipated in the approved Enforceable Obligations Payment Schedule forthe Carlsbad Redevelopment Agency, and staff understood that the project could be completed with tax increment funding. However, DEPARTMENT CONTACT: John Coates 760-434-2821 john.coates(gcarlsbadca.gov FOR CITY CLERKS USE ONLY. COUNCIL ACTION: APPROVED DENIED CONTINUED WITHDRAWN AMENDED X • • • • CONTINUED TO DATE SPECIFIC • CONTINUED TO DATE UNKNOWN • RETURNED TO STAFF • OTHER-SEE MINUTES • Page 2 upon further review and discussions with staff from the State of California's Department of Finance and the San Diego County's Auditor-Controller Office, staff has determined that this agreement will not be an eligible expense under the tax increment expenditure program as a result of dissolution of the Carlsbad Redevelopment Agency as of February 1, 2012. Staff indicated previously that it would return to the City Council at a later date if it was subsequently determined that the tax increment funding would not be available for said project. As a result of the project ineligibility determination for tax increment funding, an alternate/replacement funding source now needs to be approved by the City Council. FISCAL IMPACT: As noted above, the approved professional services agreement with Urban Place includes maximum annual compensation of $242,000. The agreement has a term of one year which was initiated on April 1, 2012 and will continue until March 31, 2013. The agreement allows for two additional one-year extensions at $242,000 per year, for a not to exceed amount of $726,000 for the entire three years. A decision will be made following an annual performance review of progress as to whether or not the city will renew the agreement for an additional one year period. To ensure appropriate funding for the first year of this agreement, staff is recommending at this time that the City Council approve an appropriation in fiscal year 2011-12 of $242,000 from the city's General Fund balance. This appropriation will provide funding for the general staffing and other administrative costs of Urban Place (approximately $16,000 per month) and allow for the $50,000 in program funding. Fiscal year 2012-13 funding will be appropriated with the annual city budget. ENVIRONMENTAL IMPACT: The noted action is not a "project" within the meaning ofthe California Environmental Quality Act (CEQA) since there is no potential to cause either direct physical change in the environment or a reasonably foreseeable indirect change in the physical environment under Public Resources section 21065. EXHIBITS 1. City Council Resolution No. 2012-104 appropriating non-tax increment funding for payments associated with the professional services agreement with Urban Place Consulting Group, and authorizing the Finance Director to disburse said funds as approved by the City Manager. 2. Professional Services Agreement with Urban Place Consulting Group, including detailed Scope of Work. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION NO. 901 ?-104 A RESOLUTION OF THE CITY COUNCIL APPROPRIATING ALTERNATE FUNDING FOR THE CITY OF CARLSBAD'AGREEMENT WITH URBAN PLACE CONSULTING FOR THE VILLAGE REVITALIZATION PARTNERSHIP PROGRAM WHEREAS, the City Council ofthe City of Carlsbad, acting as the Successor Agency for the Carlsbad Redevelopment Agency, originally desired to proceed with innplementation ofthe Village Revitalization Partnership and approve a professional services agreement with Urban Place Consulting Group to complete said project; and WHEREAS, funding for said project was initially recorded in the Carlsbad Redevelopment Agency's Enforceable Obligations Payment Schedule prior to dissolution of said Agency and therefore tax increment funding was originally determined to be available, and approved by the Successor Agency, to fund said contract; and WHEREAS, a subsequent determination has been made that the subject agreement is no longer eligible for tax increment funding through the Successor Agency for the Carlsbad Redevelopment Agency, and an alternate form of funding must approved by the City Council of the City of Carlsbad. NOW, THEREFORE, BE IT RESOLVED by the City Council ofthe City of Carlsbad, California, as follows that: 1. The above recitations are true and correct. 2 That the professional services agreement with Urban Place Consulting Group for implementation of the Village Revitalization Partnership Program has been previously approved by the City Council. 3. That the City Manager has executed the professional services agreement with Urban Place Consulting Group for said Village Revitalization Partnership Program, and is hereby authorized to administer said agreement. 4. That the Finance Director is hereby authorized to appropriate funding of $242,000 from the city's General Fund balance in fiscal year 2011-12 and to disburse said funds to Urban Place Consulting Group as set forth within the professional services agreement and as authorized by the City Manager for the period from April 1, 2012 to March 31, 2013. // 1 PASSED, APPROVED AND ADOPTED at a Regular Meeting of the City Council 2 of the City of Carlsbad on the 8^^^ day of May, 2012, by the following vote to wit: 3 4 AYES: Council Members Kulchin, Blackburn and Douglas. 5 NOES: None. 6 ABSENT: Council Member Hall. 7 ABSTAIN: Council Member Packard. 8 9 10 11 A'NN KULCHIN, MayoFPro Tem 12 13 ATTEST: 14 15 16 LORRAINE M. WOOD, City Clerk TORRAINE M. WOOD, City Clerk 17 (SEAL) 18 19 20 21 22 23 24 25 26 27 28 AGREEMENT FOR VILLAGE REVITALIZATION PARTNERSHIP SERVICES WITH URBAN PLACE CONSULTING GROUP, INC. THIS AGREEMENT is made and entered into as of the /V^^ day of /H^^^t^ . 20/2^, by and between the Successor Agency to the Carlsbad Redevelopirient Agency, a municipal corporation, ("City"), and Urban Place Consulting Group. ina, ("Contractor"). ' RECITALS A. City requires the professional services of a management consultant that is experienced in developing programs, policies, financing mechanisms and other initiatives that spur local investment on a self-sustaining basis in downtown areas. B. Contractor has the necessary experience in providing professional sen/ices in these areas. C. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1- SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2- STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3- TERM The term of this Agreement will be effective for a period of one year from the date first above written. The City Manager may amend the Agreement to extend it for two additional one year periods or parts thereof in an amount not to exceed two hundred forty-two thousand dollars ($242,000) per Agreement year. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5 COMPENSATION The total fee payable for the Sen/ices to be performed during the initial Agreement term will be two hundred forty-two thousand dollars ($242,000). No other compensation for the Sen/ices will be allowed except for items covered by subsequent amendments to this Agreement. Incremental payments, if applicable, should be made as outlined in attached Exhibit "B". 6. STATUS OF CONTRACTOR City Attorney Approved Version 2/17/12 1 Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 7- SUBCONTRACTiNG Contractor will not subcontract any portion of the Sen/ices without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or Indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors In connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attomeys fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attomey's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self-administered woricers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early temiination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and ali amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with perfonnance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of Califomia. The insurance carrier Is required to have a cun-ent Best's Key Rating of not less than "A-:Vir. OR with a surplus line insurer on the State of California's List of Eligible Surplus Line Insurers (LESLI) with a rating in the latest Best's Key Rating Guide of at least "A:X". City Attomey /^proved Version 2/17/12 10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, Its officers, agents and employees make no representation that the limits of the insurance specified to be canried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 10.1.1 Commercial General Liabilitv Insurance. Sl OOO OOO combined single-limit per occun-ence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 10.1.2 Reserved. "10-1 -3 Woricers' Compensation and Emolover's Liabilitv. Woricers' Compensation limits as required by the California Labor Code. Woricers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. '^0.^.4 Professional Liabilitv. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years follpwing the date of completion of the work. r~1 If box is checked, Professional Liability City's Initials Contractor's Initials Insurance requirement is waived 0-2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 10.2.2 Contractor will obtain occun-ence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the Ilfe of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10-3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement. Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase City Attomey Approved Version 2/17/12 replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. ^0-5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carisbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be cleariy identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all woric, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the woric product for Contractor's records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. EQLQM For Contractor Name Name Steve Gibson Title Title President/CEO Department Address 5318 E. Second Street. Suite 336 City of Carlsbad Long Beach. CA 90803 Address PhoneNo. 562.439.6571 _— Email steve(^urbanplaceconsulting.com Phone No. Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. City Attorney Approved Version 2/17/12 16. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carisbad Conflict of Interest Code. The Contractor shall report investments or interests in ali four categories. 17. GENERAL COMPLIANCE WiTH LAWS Contractor will keep fully infomfied of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the perfomiance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's senrices with ail applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of ali agents, employees, subcontractors and consultants whose sen/ices are required by this Agreement DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the peri^onnance of the Services the following procedure will be used to resolve any questions of fact or interpretation not othenvise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be fonA/arded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be fonwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperfomiance by notifying Contractor by certified rnail of the temiination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of tenmination, Contractor has five (6) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement City will make a determination of fact based upon the woric product delivered to City and of the percentage of work that Contractor has perfomned which is usable and of worth to City In having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for woric performed to the termination date; however, the total will not exceed the lump sum fee City Attomey Approved Version 2/17/12 payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person other than a bona fide employee woricing for Contractor, to solicit or secure this Agreement, arid that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this wanranty, City will have the right to annul this Agreement without liability, or in Its discretion, to deduct from the Agreement price or consideration, or othenvise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement. Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim IS submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seg.. the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs. Including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (6) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTIONS AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of Califomia, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement or any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order fbr this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the tenns of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. City Attomey Approved Version 2/17/12 26. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement CONTRACTOR V /sinn hon CITY OF CARLSBAD, a municipal corporation of the State of California (sign here) (print name/title) ATTEST By: (sign here) (print name/title) If required by City, proper notarial acknowledgment of execution by contractor musf"btt'"'' attached. If a corporation. Agreement must be signed by one corporate ofRcer from each of the following two groups. Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporafion must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, City Attorney BY: Assistant City Attorney city Attomey Approved Version 2/17/12