Loading...
HomeMy WebLinkAbout4.05 E&PS WDubOpenSpace CITY CLERK FILE # 600-30 AGENDA STATEMENT CITY COUNCIL MEETING DATE: November 16, 1999 SUBJECT: Award of Contract for the Western Dublin Open Space Preservation Study Report Pretgared by: Carol R. Cirelli, Senior Planne~ ATTACHMENTS: - RECOMMENDATION: Resolution AWarding the COnsultant Contract Contract for Consulting Sen, ices Consultant Proposal Adopt Resolution awarding contract to Economic & Planning Systems, Inc. Authorize the City Manager to Execute the Contract FINANCIAL STATEMENT: The City will cover the contract costs for the project, which will not exceed $13,942.00. The original budget mount for the project was $10,000. However, there will be remaining funds from the Fy 1999: 2000 consultant account that will cover the additional $3,942. Should future major changes to the consultant maximum mount occur, a budget transfer will be processed. DESCRIPTION: On October 5, 1999, the City Council reviewed the draft Request for Proposal (RFP) for the Western Dublin Open Space Preservation Study. The RFP was sent to five consulting firms and staff interviewed three of the five firms. Staff recommends that the City enter into a contract with Economic & Planning Systems, Inc. for purposes of assisting staff with the Westem Dublin Open Space Preservation Study. Economic & Planning Systems, Inc. have demonstrated their experience and abilities in the field of open space planning, preservation and acquisition. As reflected in their Work Pro~am, the firm has a clear understanding of the project scope and its relevancy to the Urban Limit Line Initiative. Economic & Planning Systems,' Inc. are able to prepare a report that will recommend the most viable and feasible open space preservation techniques and strategies for the Western Dublin area, in a timely and cost effective manner. The consultant report is scheduled for completion in March of 2000. CONCLUSION: Staff recommends that the City Council: 1) award the contract for consultant services to Economic & Planning Systems, Inc.; and 2) authorize the City Manager to execute the contract. COPIES TO: g:Xinitiaflve\Open Space Study\CC Staff Report for Consultant Selection In-House Distribution ITEM NO. RESOLUTION NO. - 99 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN AWARDING A CONSULTING CONTRACT TO ECONOMIC & PLANNING SYSTEMS, INC. WHEREAS, In February of 1999, the Dublin City Council initiated a General Plan Amendment Study for the Western Extended Planning Area; and WHEREAS, the purpose of the Study is to determine appropriate land uses and general plan designations for the properties within the Western Extended Planning Area, west of the existing city boundary to Eden Canyon Road; and WHEREAS, as part of the General Plan Amendment Study, the City Council directed Planning staff to conduct an open space preservation study for the Western Extended Planning Area and to determine the most feasible open space acquisition and preservation progarn that could be accomplished for the area; and WHEREAS, the consulting firm of Economic & Planning Systems, Inc. is able to prepare the necessary information for advising staff of the various options for preserving open space in Western Dublin, in a timely and cost effective manner. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin hereby awards the consulting contract to Economic & Planning Systems, Inc., with costs not to exceed $13,942. PASSED, APPROVED AND ADOPTED this 162 day of November, 1999. AYES: NOES: ABSENT: ABSTAIN: ATTEST: Mayor City Clerk g: linitiativebpen space studyIce reso awarding consultnat contract STANDARD CONTRACTUAL SERVICES AGREEMENT ~'~ ~" ''// THIS AGREEMENT is made at Dublin, California, as of, 1999 by and between the CITY OF DUBLIN, a municipal corporation ("CITY"), and Economic & Planning Systems, Inc., ("CONTRACTOR"), who agree as follows: 1. SERVICES. Subject to the terms and conditions set forth in this Agreement, CONTRACTOR shall provide to CITY the services described in Exhibit A. CONTRACTOR shall provide said services at the time, place and in the manner specified in Exhibit A. 2. PAYMENT. CITY shall pay CONTRACTOR for services rendered pursuant to this Agreement at the time and in the manner set forth in Exhibit B. The payments specified in Exhibit B shall be the only payments to be made to CONTRACTOR for services rendered pursuant to this Agreement. CONTRACTOR shall submit all billings for said services to CITY in the manner specified in Exhibit B; or, if no manner be specified in Exhibit B, then according to the usual and customary procedures and practices which CONTRACTOR uses for billing clients similar to CITY. 3. FACILITIES AND EOUIPMENT. Except as set forth in Exhibit C, CONTRACTOR shall, at its sole cost and expense, furnish all facilities and equipment which may be required for furnishing services pursuant to this Agreement CITY shall furnish to CONTRACTOR only the facilities and equipment listed in Exhibit C according to the terms and conditions set forth in Exhibit C. 4. GENERAL PROVISIONS. The general provisions set forth in Exhibit D are part of this Agreement. In the event of any inconsistency between said general provisions and any other terms or conditions of this Agreement, the other term or condition shall control insofar as it is inconsistent with the general provisions. 5. EXHIBITS. All exhibits referred to herein are attached hereto and are by this reference incorporated herein. 6. CONTRACT ADMINISTRATION. This Agreement shall be administered by Richard C. Ambrose ("ADMINISTRATOR"). All correspondence shall be directed to or through the ADMINISTRATOR or his or her designee. 7. NOTICES. Any written notice to CONTRACTOR shall be sent to: Any written notice to CITY shall be sent to: City ofDubtin Attn: Richard Ambrose P. O. Box 2340 Dublin. CA 94568 Executed as of the day first above stated: Attest: City Clerk CITY OF DUBLIN a municipal corporation Approved as to form: City Attorney By By "CONTRACTOR" EXHIBIT A SCOPE OF SERVICES TASK 1: PROJECT INITL~TION AND FIELD VISIT EPS s~f ~ill meet with Dublin City planning staff to visit the proposed presen'ation area, review the history of the project and the major issues posed by the Urban limit ,line Initiative, and gather data on the open space resouxces and the land m~m~ship pa~erns. EPS will review al docume_nts ~ssodated with the western extended planning area, including the previous Specific Fire",, the current General Plan~ the proposed Urban Uimit Line irdtiative (resolution~ No. 2'_--99 md No. 25-99), the County of Alameda's Ernst Counl3, Axea Plan, and ot,h~ appropriate doc'm:nen~. TASK 2: PREP.~R.E DtL~T OPEN SPACE OPTIONS B-_sed on fine work completed ~ pm-t of Task L EPS xdll develop prindFIes and ~t~a ior ev~ua~g ~e fe~ib~, of ~mt op~ ~ace pr~,a~on md ~plm~on option. Tn~e ~t~a ~dH include cost, poH~ accep~b~, a~a~ve comple~ ~nd long-t~ s~-~b~. ~x'~ ~o~ ~ be cobsidled, ~du~.g reg~a~on, pm-&~e of dm,~opm~t ~gh~ (com~'a~on e~smen~), ~f~ of dev~opm~t ~gn~, h-Heu fees, ~d ~p~on b~m. ~s~m~on~ ~su~ reg~ig the ~e of I~d ~ or p~D~c ag~d~ t0 pr~we ~d mange opm space ~4~ ~o be ad&~se& .~ m,~ua~g ~e pos~ble %D~Om ag~st ~e ~t~a, one or more legible op~ ~ace F~em,a5on op~o~ ~ be s~eaed- TASK 3: CONSU~LTATION BrlTH CITY STfi~FF staff wit/present the proposed opsn space pr~.-~,ation options to City staff and par-~dpate in a working session to refine and test the feaSfDili~~ Of each of the proposed TASK 4: PREPfiJ{E HNAL OPEN SPA. CB OPTIONS B~ed on input from C. jiy planning s~,=~ in Task 3, EPS will F_ine fne op~_n space preservation options for West Dublin and prepare a te-jnrdcaI memorandum descrfming Ou~ findh~.gs. ?he mo_morandum ~ilt include a desm~pfon of the open space resou. rces in West D'XDtin, an m, en~ew of the cJzrent and proposed land use re~mala~ous, and the pros and cops of the proposed op~_n space presm'ation options. This product will also include an overl, iew of potential oF_n space fllnding solLrces, including lo~ reg-ional ~_2----------------~t Bay Re,oral Park District), and Sate sources. OPTIONAL TA. SK 5: PUBLIC OUTREACH LoS will conduct, ~tln City staff, two public meetings with the s~k~_holders and affe~ed Iando~,ne_rs. The fmal open space options ~iI1 be presented at one Planning Co:nmisslon Meeting and one C_j.~, Council Meeting. Exhibit A Page 1 of 2 ,1999 EXHIBIT A SCOPE OF SERVICES Table 1 Budget Estimate Western Dublin Open Space Preservation Study Economic & Planning Systems, Inc.; #9232 Task/ EPS Staff Description 'kieser Jacques' Prod. Staff Staff Cost Direct Grand Subtotal Costs Total Task 1: Project Initiation and Field Visit 3 8 Task 2: Prepare Dralt Open Space Oplions 8 20 Task 3: Consultation with City Stall (1) 6 B Task 4: Prepare Final Open Space Options 8 12 Optional Task 5: Public Outreach (2) 12 12 TOTAL HOURS 37 60 Billing Rates (3) $170 $110 TOTAL PROJECT COSTS 4 8 16 $1,390 $47 $1,437 3,760 25 3,785 1,900 43 1,943 2,880 25 2,905 3,760 112 3,872 $13,699 $252 $13,942 · (1) Includes two meetings with City stall. The budget assumes a total ol three meetings with City stall including the project initiation meetin.~ (2) Optional task in_--ludes two stakeholder meetings, one Planning Commission Meeting and one Cily Council Meeting. (3) Bil|ing rates shown are applicable during 1999 and are subject to change annually. Exhibit A Page 2 of 2 ,1999 EXHIBIT B (page 1 of 1 ) PAYMENT SCHEDULE CITY shall pay CONTRACTOR an amount not to exceed the total sum of Thirteen Thousand Nine Hundred Forty Two Dollars ($13,942) for services to be performed pursuant to this Agreement. CONTRACTOR shall submit invoices during the term of this Agreement based on the cost for services performed in accordance with the following schedule: Monthly but not more often than once a month; and provided further, in no event shall CITY pay CONTRACTOR a sum exceeding 20% of the total sum due for services pursuant to this Agreement in any one month; and provided further, CITY shall pay the last 20% of the total sum due pursuant to this Agreement within forty-five (45) days after completion of the services and submittal to CITY, if all services due pursuant to this Agreement have been satisfactorily performed. The total sum stated above shall be the total which CITY shall pay for the services to be rendered by CONTRACTOR pursuant to this Agreement. CITY shall not pay any additional sum for any expense or cost whatsoever incurred by CONTRACTOR in rendering services pursuant to this Agreement. CITY shall make no payment for any extra, further or additional service pursuant to this Agreement unless such extra service and the price therefor is agreed to in writing executed by the City Manager or other designated official of CITY authorized to obligate CITY thereto prior to the time such extra service is rendered and in no event shall such change order exceed twenty-five (25%) of the initial contract price. The services to be provided under this Agreement may be terminated without cause at any point in time in the sole and exclusive discretion of CITY. In this event, CITY shall compensate the CONTRACTOR for all outstanding costs incurred as of the date of written notice thereof and shall terminate this Agreement. CONTRACTOR shall maintain adequate logs and timesheets in order to verify costs incurred to date. The CONTRACTOR is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of a fully executed Purchase Order from the Finance Department of the City of Dublin. EXHIBIT C - City Facilities CITY shall furnish physical facilities such as desks, filing cabinets, and conference space, as may be reasonably necessary for CONTRACTOR'S use while consulting with CITY employees and reviewing records and the information in possession of CITY. The location, quantity, and time of furnishing said physical facilities shall be in the sole discretion of CITY. In no event shall CITY be obligated to furnish any facility which may involve incurring any direct expense, including, but not limiting the generality of this exclusion, long-distance telephone or other communication charges, vehicles, and reproduction facilities. Exhibit C Page 1 of 1 ,1999 EXHIBIT D GENERAL PROVISIONS 1. INDEPENDENT CONTRACTOR. At all times during the term of this Agreement, CONTRACTOR shall be an independent contractor and shall not be an employee of CITY. CITY shall have the right to control CONTRACTOR only insofar as the results of CONTRACTOR'S services rendered pursuant to this Agreement; however, CITY shall not have the right to control the means by which CONTRACTOR accomplishes services rendered pursuant to this Agreement. 2. LICENSES: PERMITS; ETC. CONTRACTOR represents and warrants to CITY that he has all licenses, permits, qualifications and approvals of whatsoever nature which are legally required for CONTRACTOR to practice his profession. CONTRACTOR represents and warrants to'CITY that CONTRACTOR shall, at his sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals which are legally required for CONTRACTOR to practice his profession. 3. TIME. CONTRACTOR shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary for satisfactory performance of CONTRACTOR'S obligations pursuant to this Agreement. 4. INSURANCE REOUIREMENTS. CONTRACTOR shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the CONTRACTOR, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in the CONTRACTOR'S bid. (a) Minimum Scope of Insurance. Coverage shall be at least as broad as: 1. Insurance Services Office form number GL 0002 (Ed. 1/73) covering comprehensive General Liability and Insurance Services Office form number GL 0404 coveting Broad Form Comprehensive General Liability; or Insurance Services Office Commercial General Liability coverage ("occurrence" form CG 0001 .) 2. Insurance Services Office form number CA 0001 (Ed. 1/78) coveting Automobile Liability, code 1 "any auto" and endorsement CA 0025. 3. Workers' Compensation Insurance as required by the Labor Code of the State of California and Employers Liability Insurance. (b) Minimum Limits of Insurance. CONTRACTOR shall maintain limits no less than: 1. General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage. If commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. Exhibit D (Page 1 of .4) , 1999 3. Workers' Compensation and Employers Liability: Workers' Compensation limits as required by the Labor Code of the State of California and Employers Liability limits of $1,000,000 per accident. (c) Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the CITY. At the option of the CITY, either the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the CITY, its officers, officials and employees; or the CONTRACTOR shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. (d) Other Insurance Provisions. The policies are to contain, or be endorsed to contain, the following provisions: 1. General Liability and Automobile Liability Coverages. a. The CITY, its officers, officials, employees and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of the CONTRACTOR; products and completed operations of the CONTRACTOR, premises owned, occupied or used by the CONTRACTOR, or automobiles owned, leased, hired or borrowed by the CONTRACTOR. The coverage shall contain no special limitations on the scope of the protection afforded to the CITY, its officers, officials, employees or volunteers. b. The CONTRACTOR'S insurance coverage shall be primary insurance as respects the CITY, its officers, officials, employees and volunteers. Any insurance or self-insurance maintained by the CITY, its officers, officials, employees or volunteers shall be excess of the CONTRACTOR'S insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the CITY, its officers, officials, employees or volunteers. d. The CONTRACTOR'S insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 2.. Workers' Compensation and Employers Liability Coverage. The insurer shall agree to waive all rights of subrogation against the CITY, its officers, officials, employees and volunteers for losses arising from work performed by the CONTRACTOR for the CITY. 3. Professional Liability. CONTRACTOR shall carry professional liability insurance in an amount deemed by the CITY to adequately protect the CONTRACTOR against liability caused by negligent acts, errors or omissions on the part of the CONTRACTOR in the course of performance of the services specified in this Agreement. 4. All Coverages. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mall, return receipt requested, has been given to the CITY. (e) Acceptability of Insurers. Insurance is to be placed with insurers with a Bests' rating of no less than A:VII. Exhibit D (Page 2 of 4) ,1999 (f) Verification of Coverage. CONTRACTOR shall furnish CITY with certificates of insurance and with original endorsements effecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be received and approved by the CITY before work commences. The CITY reserves the right to require complete, certified copies of all required insurance policies, at any time. (g) Subcontractors. CONTRACTOR shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. (h) The Risk Manager of CITY may approve a variation in those insurance requirements upon a determination that the coverages, scope, limits and forms of such insurance are either not commercially available or that the CITY's interests are otherwise fully protected. 5. CONTRACTOR NO AGENT. Except as CITY may specify in writing, CONTRACTOR shall have no authority, express or implied, to act on behalf of CITY in any capacity whatsoever as an agent. CONTRACTOR shall have no authority, express or implied, pursuant to this Agreement to bind CITY to any obligation whatsoever. 6. ASSIGNMENT PROHIBITED. No party to this Agreement may assign any right or obligation pursuant to this Agreement. Any attempted or purported assignment of any right or obligation pursuant to this Agreement shall be void and of no effect. 7. PERSONNEL. CONTRACTOR shall assign only competent personnel to perform services pursuant to this Agreement. In the event that CITY, in its sole discretion, at any time during the term of this Agreement, desires the removal of any such persons, CONTRACTOR shall, immediately upon receiving notice from CITY of such desire of CITY, cause the removal of such person or persons. 8. STANDARD OF PERFORMANCE. CONTRACTOR shall perform all services required pursuant to this Agreement in the manner and according to the standards observed by a competent practitioner of the profession in which CONTRACTOR is engaged in the geographical area in which CONTRACTOR practices his profession. All instruments of service of whatsoever nature which CONTRACTOR delivers to CITY pursuant to this Agreement shall be prepared in a substantial, first class and workmanlike manner and conform to the standards of quality normally observed by a person practicing in CONTRACTOR's profession. Exhibit D (Page 3 of'4) HOLD HARMLESS AND RESPONSIBILITY OF CONTRACTORS. CONTRACTOR shall take all responsibility for the work, shall bear all losses and damages directly or indirectly resulting to him, to any subcontract0r, to the CITY, to CITY officers and employees, or to parties designated by the CITY, on account of the performance or character of the work, unforeseen difficulties, accidents, occurrences or other causes predicated on active or passive negligence of the CONTRACTOR or any subcontractor. CONTRACTOR shall indemnify, defend and hold harmless the CITY, its officers, officials, directors, employees and agents from and against any or all loss, liability, expense, claim, costs (including costs of defense), suits, and damages of every kind, nature and description directly or indirectly arising from the performance of the work. This paragraph shall not be construed to exempt the CITY, its employees and officers from its own fraud, willful injury or violation of law whether willful or negligent. ,1999 For purposes of Section 2782 of the Civil Code the parties hereto recognize and agree that this agreement is not a construction contract. By execution of this agreement CONTRACTOR acknowledges and agrees that he has read and understands the provisions hereof and that this paragraph is a material element of consideration. Approval of the insurance contracts does not relieve the CONTRACTOR or subcontractors from liability under this paragraph. 10. GOVERNMENTAL REGULATIONS. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, CONTRACTOR shall comply with all applicable rules and regulations to which CITY is bound by the terms of such fiscal assistance program. 11. DOCUMENTS. All reports, dam, maps, models, charts, studies, surveys, photographs, memoranda or other written documents or materials prepared by CONTRACTOR pursuant to this Agreement shall become the property of CITY upon completion of the work to be performed hereunder or upon termination of the Agreement. Exhibit D (Page 4 of 4) ,1999 g:\initiative\W. Dublin open space study\consultant contract PROPOSAL TO PROVIDE ECONOMIC d'PLANNING SYSTEMS Real Estate Eta,omits / Regional Eta,omits / ]Jablie Fina,cc / Land Use l~aliO, WESTERN DUBLIN OPEN SPACE STUDY Prepared for: City of Dublin Prepared by: Economic & Planning Systems, Inc. October 1999 EPS ~"9232 RECEIVED 0CT-.-2 6 1999 DUBLIN PLANNING ] 815 Fourth Street, Suite B Berkeley. CA 94710-1910 vcv~'.ep~.s.com 510-841-9190 510-~41-9208 Phone: 916-649-8010 Fax: 916-649-2070 October 25, 1999 Carol R. Cirelli Sen/or Harmer Community Development City of Dublin 100 Civic Plaza Dublin, CA 94568 Subject Proposal to Conduct Western Dublin Open Space Preservation Study; EPS ~232 Dear Carol: In response to your request for a proposal to prepare a Western Dublin Open Space Preservation Study, we are pleased to enclose the following proposed work program and budget. We believe we have a good understanding of the project, as we recently prepared the work program that is referenced in the RFP. As previously stated, we would be happy to assist the City with this important Open Space Preservation Study, and we are willing to complete the original work program for a budget of $10,000. However, we are concerned that the RFP added four "public outreach" meetings leaving inadequate resources to conduct the proposed technical tasks, complete a report, and prepare for and conduct three public meetings. Therefore, we respectfully request art additional budget amount for these public meetings. The enclosed work program provides a more detailed scope of services. We can complete Task 1 through Task 4 for an amount not to exceed $10,000. This budget includes three meetings with City staff including the project initiation meeting. If the City requires the additional public outreach meetings, this will cost an additional $3,872 £or a total budget of $13,942 (see Table 1). Thank you for giving us the opportunity to work with you on this interesting project. Please call if you reqUire any additional information. Sincerely, ECONOMIC & PLANNING SYSTEMS, INC. Mr. Walter F. Kieser Principal 1815 Fourth Street, Suite B Phone: 510-841-9190 ~ {a~- s A e ~ A ,a t. ~ o Phone: 916-649-8010 Berkeley, CA 94710-1910 Fax: 510-841-9208 ~"' Fax: 916-649-2070 /~ ~ Proposal to Provide West Dublin Open Space Preservation Options October 25, 1999 WEST DUBLIN OPEN SPACE PRESERVATION OPTIONS TASK 1: PROJECT INITIATION AND FIELD VISIT EPS staff will meet wiLh Dublin City planning staff to visit the proposed preservation area, review the history of the project and the major issues posed by the Urban Limit Line Initiative, and gather data on the open space resources and the land ownersl'dp patterns. EFS will review all documents associated with the western extended planning area, includdmg the previous Specific Plan, the current General Plan, the proposed Urban Limit Line Initiative (resolutions No. 24-99 and No. 25-99), the County of Alameda's East County Area Plan, and other appropriate documents. TASK 2: PREPARE DRAFT OPEN SPACE OPTIONS Based on the work completed as part of Task 1, EPS will develop principles and criteria for evaluating the feasibility of different open space preservation and implementation options. These criteria will include cost, political acceptability, administrative comple>city, and long-term sustainability. Several options will be considered, including regulation, purchase of development fights (conservation easements), transfer of development fights, in-lieu fees, and mitigation banks. Institutional issues regarding the use of land trusts or public agencies to preserve and manage open space resources will also be addressed. After evaluating the possible options against the criteria, one or more feasible open space preservation options will be selected. TASK 3: CONSULTATION WITH CITY STAFF EPS sta/f will present the proposed open space preservation options to City staff and participate in a working session to refine and test the feasibility of each of the proposed programs. TASK 4: PREPARE FINAL OPEN SPACE OPTIONS Based on input from City planning staff in Task 3, EPS will refine the open space preservation options for West Dublin and prepare a technical memorandum describing our findings. The memorandum will include a description of the open space resources ' in West Dublin, an overview of the current and proposed land use regulations, and the pros and cons of the proposed open space preservation options. This product will also include an overview of potential open space funding sources, including local, redohal (East Bay Redohal Park District), and State sources. 9232PT3C2.DC~C Proposal to Provid~ West Dublin Open Space Preservation Options October 25, 1999 OPTIONAL TASK 5: PUBLIC OUTREACH EPS will conduct, with City staff, two public meetings with the stakeholders and affected landowners. The final open space options will be presented at one Planning Commission Meeting and one City Council Meeting. 9232P']'XZDOC Table 1 Budget Estimate Western Dublin Open Space Preservation Study Economic & Planning Systems, Inc.; #9232 Task/ EPS Staff Staff Cost Direct Grand Description Kieser Jacques Prod.Staff Subtotal Costs Total Task 1: Project Initiation and Field Visit 3 8 0 $1,390 $47 $1,437 Task 2: Prepare Draft Open Space Options 8 20 4 3,760 25 3,785 Task 3: Consultation with City Staff (1) 6 8 0 1,900 43 1,943 Task 4: Prepare Final Open Space Options 8 12 4 2,880 25 2,905 Optional Task 5: Public Outreach (2) 12 12 8 3,760 112 .3,872 TOTAL HOURS 37 60 16 Billing Rates (3) $170 $110 $50 TOTAL PROJECT COSTS $13,690 $252 $13,942 (1) Includes two meetings with City staff. The budget assumes a total of three meetings with City staff including the project initiation meetin,c (2) Optional task includes two stakeholder meetings, one Planning Commission Meeting and one City Council Meeting. (3) Billing rates shown are applicable during 1999 and are subject to change annually. Economic &Planning Systems, Inc. 10/25/99 G:i9232dubll~9232pbud. xls EPS RELEVANT EXPERIENCE PROJECT PROFILES South Livemore Valley Area Han Economic Study Livermore, California In the South Livermore Valley, there are approximately 2,000 acres of vineyards; at the turn of the century, however, there were 15,000 acres in grape production. A number of factors contributed to this decline, including vine disease, grape surpluses in the early 1900s, and rapid urbardzation of the Bay Area that pushed up land prices. The South Livermore Valley Area Plan (February 6, 1992) proposed to hair the loss of vineyards and encourage and expand viriculture through its policies. EPS analyzed the economic incentives created by the Area Plan. EPS studied the economics of small vineyards, the strength of market support for small vineyard parcels (20 acres), and assessed the market position of South Livermore in the reg-ional housing market- EPS evaluated the burden of mitigation measures upon new urban residential development. Davis Open Space Financing Davis, CalLfomia The City of Davis revised the Open Space Element of the General Plan. Three Open Space Commissions worked on an Open Space Plan for the City for seven years. During this planning effort, major constraints occurred, including the loss of the Landscape and Lighting District (LL&D) assessment revenues--due to the passage of Proposition 218-- which reduced the overall scope of the original Open Space Plan. The City hired EPS to quantify capital and operating costs assodated with selected open space projects and to identify available funding sources. EPS described additional financing mechanisms that could be used to fund the shorffall between the estimated costs of the proposed open space projects and existing funding sources. EPS proposed an open space financing strategy that assisted the Open Space Commission in prioriii zlng open space projects and adopting an Open Space Plain for the City of Davis. Preservation Strategies for the Santa Rosa/Rohnert Park Community Separator Area Santa Rosa, California The Santa Rosa/Rohnert Park Community Separator Area consisted of 4,300 acres of important agTicultural and scenic lands located between the two growing dries. It was recog-nized that land use designations alone cannot ensure preservation of this area. Budget limitations prompted the Sonoma County Agriculture Preservation and Open Space District to explore a range of acquisition techniques and alternative conservation strate~es. EPS, working with EDAW, provided a mix of preservation tools and supplemental funding sources that were appropriate to the resources and land characteristics within the Separator and which maxirrdzed limited District funding. EPS estimated the projected costs of the program over time to assist the District with making strategic preser~'ation decisions that would result in permanent land protection. Yolo County Habitat Conservation Plan (HCP) Yolo County, California In Yolo County, over 10,000 acres of land are desig-nated for future development. The County, all four cities, and State and Federal agencies have implemented an interim development fee to fund the study and implementation of a long-term regional Habitat Conservation Plan (HCP). The HCP intends to mitigate development impacts and protect threatened and endangered species throughout the County, including the Swainson's Hawk. As part of a team headed by EIP Associates, EPS prepared an implementation plan and nexus study for the Yolo County HCP. EPS's role was to define the major economic issues; prepare acquisition strategies and financing options; prepare a revenue forecast for the proposed fee; and estimate land acquisition costs and potential revenues from non-fee sources. The final product was a Financing and Implementation Plan for the Draft Yolo HCP that described the recommended methods of funding the HCP program and provided a justification for the proposed development fees. San Martin - Gilroy Greenbelt Implementation Strategy Report Gilroy, California EPS prepared a Greenbelt Implementation Strategy Workbook that described several open space planning and financing techniques and described how they could work in the San Martin - Gilroy Area. The Workbook included: a description and evaluation of a planned development ordinance; a transfer of development rights prog-ram; conservation easements; the creation and role of a land trust; intergovernmental cooperalion; and an acquisition program for the Greenbelt Areas. Several funding mechanisms were discussed including an open space mitigation fee. A series of focus group meetings were held to discuss the Greenbelt Implementation Strategies. Based on this scoping process, a final report and recommendations for a Specific Plan Work Proore:am were made to the County. Sacramento County Interim Open Space Commission Sacramento, California To address the need to preserve open space in the face of expanding development, the Sacramento County Board of Supervisors established an Interim Open Space Commission. The Commission was charged with creating recommendations for an appropriate organizational approach to acquiring and maintaining open space and funding open space in Sacramento County. EPS served as staff to the Commission. EPS's efforts included organization of informational seminars, a public opinion survey, and development of organizational and funding policy options. ECONOMIC & PLANNING SYSTEMS Real Es:,;tr Eroh'omic~ / Region,d Economics / l'uhlic Finance / Land Use Poh'0, WALTER F. KIESER Background Waiter Kieser is an urban economist and land use planner who during his 28-year professional career has specialized in applying economic and financial analysis methods to land use planning, real estate development, government organization, and public financing. Mr. Kieser is an expert in managing complex technical analyses and communicating planning, economic and financial concepts in a manner that effectively supports sound land use planning, public policy development, real estate investment decision making, strate~c pI.anning, and conflict resolution. His broad-based experience with land use, transportation and conservation planning, public/private financing agreements, inter-governmental agreements, infrastructure financing. programs, local government reorganization, and real estate development projects combine to provide balanced and pragmatic solutions, ensuring that land use plans can be successfully implemented, infrastrVcttLre can be financed, and that real estate projects meet private-sector financial objectives while supporting public policy objectives. Mr. Kieser is a rounding Principal and President of Economic & Planning Systems, Inc., an urban economics consulting firm with offices in Berkeley and Sacramento, California. The firm serves public and private-sec. tor clients throughout the United States. Expertise Land use and transportation planning -- Mr. Kieser partialpared in the preparation of over 50 comprehensive land use and transportation plans for cities and counties, with emphasis upon preparation of demographic and economic forecasts, land use analysis, and developing policies and programs related to resource conservation, public services, and infrastructure. Fiscal and economic impact analysis -- Mr. Kieser prepared and participated in several hundred fiscal and economic impact analyses on a wide variety of land use plans, development projects, and infras~ch~e improvements. These quantitative analyses have focused upon determining the cost of growth, policy refinement, and ensuring implementation within the context of land use plans, environmental impact analyses, and initiative ballot measures. Public finance -- Mr. Kieser has helped establish public financing for a wide variety of public services and infrastructure projects including development project-related infrastructure, area-wide capital improvement programs, and spedtic infrastructure projects. Financing techniques applied include formulation of area-specific and facility-specific impact fees, special tax bonds, and redevelopmerit tax increment financing.. 1815 Fourth Street, Suite B Phone: 510-841-9190 ~ ~- s A c ~ A ~ s ~ T o Phone: 916-649-8010 Berkeley, CA 94710-1910 Fax: 510-841-9208 "~"~-~""' Fax: 916-649-2070 Employment Education Affiliations WALTER F. KIESER ECONOMIC & PLANNING SYSTEMS PAGE 2 Financial negotiations -- Mr. Kieser prepared numerous feasibility studies and economic analyses and partidpated in real estate and infrastructure financing negotiations involving public agencies and private participants. These negotiations have resulted in mitigation and tax sharing agTeements, development agreements, owner participation agreements, and real estate disposition agreements. Resource conscreation -- Mr. I<ieser developed and participated in numerous progTams and projects desig-ned to preserve open space and natural habitats, preserve agricultural lands, and ensure productive and sustainable use of natural resources. These programs have creatively applied regu/atory mechanisms, compensatory regulations, and public acquisition techniques. Government organization -- Mr. Kieser prepared and participated in over 50 feasibility studies addressing municipal incorporation, major annexations, spedal district formations and consolidations, and inter- governmental a~eements. These fea.sibility studies involve preparation of detailed pro forma operational and capital budgets and analysis of impacts of reorganization upon existing agencies. 1983-1999 Principal, Economic and Planning Systems, Inc. 19774983 Managing Associate, Angus McDonald and Associates 1971-1976 Associate Planner, Sonoma County Planning Department, Advanced Planning Division 1967-1970 U.S. Army (Military Intelligence) Bachelor of Arts degree in Environmental Studies and Biolog3r from Sonoma State University in 1974. Completed graduate courses in economics and public administration at Sonoma State University and the University of California, Berkeley. American Planning Association, Member California Association of Local Agency Formation Commissions, Associate Member International Society for Ecological Economics, Member Friends of the River, Member of the Board of Directors Yosemite Restoration Trust, Member of the Board and Vice President Lafayette Community Parklands Foundation, Member of the Board and Financial Officer ECONOMIC cb PLANNING SYSTEMS- Real Estate Economics /Regiona/ Economics / l'ublic Finance /Ltnd ~;se /'oh'0. SONIA A. JACQUES Background Sonia Jacques is a resource and land economist specializing in open space and ag-ricultural preservation techniques and funding mechanisms, real estate development analysis, and public finance and taxation policies. Ms. Jacques' background in land conservation and public finance issues provides her with a variety of tools for analyzing complex land use and economic issues. Ms. Jacques is a Vice President at Economic & Planning Systems, Inc., an urban economics consulting firm with offices in Berkeley and Sacr.amento, California. The firm serves public and private sector clients throughout the United States. Expertise Conservation Planning and Financing -- Ms. Jacques has worked on numerous park and recreation, habitat, and agricultural preservation programs in Northern California. For the County of Alameda, she completed an economic analysis of the South Livermore Valley Area Plan that aims to increase and revitalize viticulture in the Fertile Crescent Area. Ms. Jacques has prepared economic analyses and financing strategies for the City of Davis' Open Space Element, the City of Santa Monica's Parks and Recreation Master Plan, and for proposed parks at Alameda Point and Union Point on the Oakland Estuary. She also worked on developing financing and implementation mechanisms for several conservation plans including the Yolo County and South Sacramento County Habitat Conservation Plans and prepared economic feasibility analyses of the Ecological Preserves in E1 Dorado County. Fiscal and Economic Impact Analysis -- Ms. Jacques has prepared an economic analysis of the Subregional Wastewater Project EIR for the City of Santa Rosa. The study included an evaluation of the benefits of providing wastewater to agricultural users in the County of Sonoma and an assessment of the socioeconomic impacts of the proposed wastewater system on the County economy. Ms. Jacques has conducted several fiscal impact analyses to estimate the impact of different land uses mixes and buildout scenarios on a city's General Fund and to estimate the fiscal implications of incorporating large tracts of County land and upgrading public services to meet city standards. Market Demand Analysis -- Ms. Jacques has prepared several retail demand studies including a retail market overview, with an emphasis on "Big Box" retail, of the southern Alameda County market area. Other market studies conducted by Ms. Jacques include an assessment of the demand for small vineyard estates in southem. Alameda County. This market work supported a .. feasibility study of the South Livemore Valley Area Plan that aims to increase and revitalize viticulture in the Fertile Crescent Area. 1815 Fourth Street, Suite B Phone: 510-841-9190 ~ ~- s A c a A ,~ E. ~ o Phone: 916-649-8010 Berkeley. CA 94710-1910 Fax: 510-841-9208 ~'~ Fax: 916-649-2070 www.epsys.com Papers SONIA A. JACQUES ECONOMIC & PLANNING SYSTEMS PAGE 2 Public Facilities Finance and Feasibili.ty Analysis -- Ms. Jacques has analyzed the feasibility and financing requirements for large proposed projects such as the Decoto Industrial Park in Union City. This work involved developing a financing strategy for a mixed use development that would retain most of the old industrial uses while planning for the addition of mixed use residential areas. Other work includes the formulation of a public services and facilities plan and a financing plan that estimates the costs and funding of required infrastructure improvements including agricultural mitigation requirements for a 1,900-acre residential/commercial development in the City of Livermore. Environmental Technolog3r/Industry'Analvsis -- Ms. Jacques conducted a target industry study that focused on the environmental technology and renewable energy industries as part of a re-employment effort for the work force at the Rocky Flats Weapons Plant in Golden, Colorado. Ms. Jacques designed and administered a focused survey of environmental firms in Colorado and helped develop prindples for a statewide environmental business strategy. As part of the Stapleton Airport Ruse study, Ms. Jacques researched neo-traditional communities throughout the U.S. and helped to develop market creation strategies by assessing the potential for attracting new environmental industries to Colorado. Sonia Jacques has co-authored the following: · "Real Estate and Economic Development in Vietnam: Opportunities and Caveats in a Time of Transition" · "Implementation Techniques and Strategies for Conservation Plans" Employment Education 1991-1999 1990-1991 1983-1990 Vice President, Economic and Planning Systems, Inc. Independent Consultant on Land Conservation Techniques Project Manager, the Trust for Public Land Masters Degree in Agricultural Economics, University of Wisconsin, Madison, 1983 Masters. Degree in Public Policy and Administration, University of Wisconsin, Madison, 1981 Bachelor of Science Degree in Economics and International Relations, University of London, England, 1975