HomeMy WebLinkAboutMINUTES - 11191996 - C105 TO: BOARD OF SUPERVISORS COI1tl'a
Costa
FROM: HARVEY E . BRAGDON
DIRECTOR OF COMMUNITY DEVELOPMENT
County�osT
DATE: November 19, 1996
SUBJECT: Authorize Contract with San Francisco Bay Area Rapid Transit
District for the Pathfinder Sign Program for the Pittsburg/Bay Point
BART Station as part of Contra Costa County' s East Contra Costa
Intermodal Transit Access Program (PVEA and Navy Mitigation Funds)
SPECIFIC REQUEST(S) OR RECOMMENDATION(S) & BACKGROUND AND JUSTIFICATION
RECOMMENDATIONS
Authorize the Chair of the Board of Supervisors to execute a
contract with the San Francisco Bay Area Rapid Transit District
(SFBARTD) in the amount of $50, 000 for the Pathfinder Sign
Program at the Pittsburg/Bay Point BART Station under the East
Contra Costa Intermodal Transit Access Program.
FISCAL IMPACT
No impact on the General Fund. All project costs are covered
under a $200 , 000 grant to Contra Costa County from the State ' s
Petroleum Violation Escrow Account and $50, 000 set aside under
the Navy Mitigation Fund Expenditure Plan.
CONTINUED ON ATTACHMENT: XX YES SIGNATUR
RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDA ION BOARD
COMMITTEE
APPROVE OTHER
SIGNATURE (S) :
ACTION OF BOARD ON NOY 19 APPROVED AS RECOMMENDED ✓ OTHER
VOTE OF SUPERVISORS
` I HEREBY CERTIFY THAT THIS IS A
UNANIMOUS (ABSENT TRUE AND CORRECT COPY OF AN
AYES: NOES: ACTION TAKEN AND ENTERED ON THE
ABSENT: ABSTAIN: MINUTES OF THE BOARD OF
SUPERVISORS ON THE DATE SHOWN.
Orig: Patrick Roche, CDD (510-335-1242) ATTESTED NOV 19 1996
cc: Judy Coons, Auditor Controller PHIL BATCHELOR, CLERK OF
Carol Raynolds, PWD THE BOARD OF SUPERVISORS
County Administrator AND COUNTY ADMINISTRATOR
SFBARTD (via CDD)
Caltrans, Dist . 4 (via CDD) BY DEPUTY
z .
G/0
Authorize Contract for the Pathfinder Sign Program for the Pittsburg/Bay Point
BART Station with SFBARTD
November 19, 1996
Page 2
BACKGROUND/REASONS FOR RECOMMENDATIONS
Contra Costa County is the recipient of a Petroleum Violation
Escrow Account (PVEA) funding grant from the State of California
to demonstrate how energy consumption may be reduced through a
comprehensive intermodal transit access program for eastern
Contra Costa County. This program is intended to provide East
County residents with easier, alternative means of travel to the
new Pittsburg/Bay Point BART Station. The overall budget for this
program is $250 , 000 (PVEA grant and Navy Mitigation funds
combined) . In October 1995, the County issued a call for projects
to more than 30 agencies, local jurisdictions, community groups,
and nonprofit organizations inviting them to submit a funding
proposal .
In a January 23 , 1996 action, the Board of Supervisors reviewed
and approved project proposals to be funded under the East County
Intermodal Transit Access Program. One of the funding proposals
approved by the Board on January 23 , 1996 was a $50, 000 funding
request submitted by SFBARTD for the Pathfinder Sign Program at
the Pittsburg/Bay Point BART Station. SFBARTD intends to use
these funds to develop and design a directional sign program
geared to linking BART patrons to activity centers, community
facilities, schools, parks, neighborhoods, and other transit
services near the new Pittsburg/Bay Point BART Station. The
purpose of this project is to demonstrate how improved
directional signing will promote and increase alternative access
modes to the new BART Station and thereby reduce energy
consumption.
A contract between Contra Costa County and SFBARTD for the
Pathfinder Sign Program at the Pittsburg/Bay Point BART Station,
to be funded under the East Contra Costa Intermodal Transit
Access Program(PVEA grant and Navy Mitigation Funds combined) , is
now ready for execution. Staff recommends Board authorization for
the Chair of the Board of Supervisors to enter into a contract
with SFBARTD for the Pathfinder Sign Program at the Pittsburg/Bay
Point BART Station in an amount not to exceed $50, 000 .
attachment (1)
Board Order, dated January 23, 1996
j :\proche\bartpve.bo
"ONTRA COSTA - COt'lt1'd
TO: BOARD OF SUPERVISORS ' / r Costa
96 FEB 12 PH 4: 27 _
FROM: HARVEY E. BRAGDON O011k',� UNI j Y
_ County
DIRECTOR OF COMMUNITY DEVELOPMEWELOPMENT DEPT
DATE: January 23 , 1996
SUBJECT: Approve Staff Recommended Funding Allocations for the East Contra Costa
Intermodal Transit Access Program, Round 1 (PVEA & Navy Funds)
SPECIFIC REQUEST(S) OR RECOMMENDATIONS) & BACKGROUND AND JUSTIFICATION
R ECOMMENDAT I ONS
Review and approve the staff recommended allocation of funds
through the East Contra Costa Intermodal Transit Access Program
(PVEA: & Navy Funds) .
FISCAL IMPACT
No impact on the General Fund. Affirmative action would allocate up
to $220, 000 of combined Contra Costa County PVEA Grant Funds and
Navy Mitigation Funds .
BACKGROUND/REASONS FOR RECOMMENDATIONS
Contra Costa County is the recipient of a Petroleum Violation
Escrow Account (PVEA) funding grant from the State of California to
demonstrate how energy consumption may be reduce through a
comprehensive intermodal transit access program for eastern Contr
Costa County. This program is intended to provide East Co n
CONTINUED ON ATTACHMENT: x YES SIGNATURE E B d
RECOMMENDATION OF COUNTY ADMINISTRATOR RECO ON OF BO COMMITTEE
APPROVE OTHER
SIGNATURES:
ACTION OF BOARD ON January 23 , 1996 APPROVED AS RECOMMENDED X OTHER
VOTE OF SUPERVISORS
I HEREBY CERTIFY THAT THIS IS A
X UNANIMOUS (ABSENT --------- TRUE AND CORRECT COPY OF AN
AYES: NOES: ACTION TAKEN AND ENTERED ON THE
ABSENT: ABSTAIN: MINUTES OF THE BOARD OF
SUPERVISORS ON THE DATE SHOWN.
Orig: Community Development Departmentt ATTESTED January 23, 1996
Contact: P. Roche, 646-2835
cc: Caltrans (via CDD) PHIL BATCHELOR, CLERK OF
E BOARD OF SUPERY�SORS
AND OUNT'Y MI ISTRAT
E.C. Intermodal Transit Access Program
January 23 , 1996
Page Two
residents with easier, alternative means of travel to the new BART
station, which is now under construction at the Bailey Road
interchange on Highway 4 . The overall budget for the program is set
at $250, 000 (PVEA and Navy funds combined) . In two previous
actions on this project ( 12/19/94 and 5/23/95) , the Board of
Supervisors accepted the $200, 000 PVEA Grant, allocated $50, 000 in
Navy Mitigation Funds as the County's local match, and authorized
staff to initiate this program as a joint effort between Contra
Costa County, BART, Tri-Delta Transit, and the TRANSPLAN Committee
(the Regional Transportation Planning Committee for eastern Contra
Costa County) . Subsequent to these actions a Memorandum of
Understanding was signed by the involved agencies which established
a management framework for the program, referred to as the East
Contra Costa Intermodal Transit Access Program MOU.
On October 30, 1995 a program announcement lettet was issued to
over 30 agencies, local jurisdictions, community groups, and non-
profit organizations inviting them to submit funding proposals
under this program. During this initial round, six proposals were
submitted for a total of $379, 000 in requested funds :
1) Name: A Proposal to Develop a Station Car Demonstration
Program for the Pittsburg/Bay Point BART Station.
Submitted By: National Station Car Association
Amount Requested: $12 , 000
2) Name: Direct Mail Program for Contra Costa Co. Residents Aimed
At Households Most Likely to use Pittsburg/Bay Point Station
Submitted By: BART, Capital Development and Control
Amount Requested: $77, 000
3) Name: Pathfinder Sign Program for the Pittsburg/Bay Point
BART Station
Submitted By: BART, Access and Facilities Planning
Amount Requested: $50, 000
4) Ham :Expand Alternative Transportation Access to Pittsburg/Bay
Point BART
Submitted By: Tri-Delta Transit
Amount Requested: $150, 000
5) Name: 1996 Bus To Bart Marketing Campaign
Submitted By: Tri-Delta Transit
Amount Requested: $40, 000
6) Name: Proposal to Prepare Transit Friendly Local Ordinances
Submitted By: ` Tri-Delta Transit
Amount Requested: $50, 000
An interagency group, comprised of staff from the County, BART,
Tri-Delta and OCTA, met on December 18, 1995 .to evaluate the six
proposals. Based on this evaluation, staff recommends allocating up
to $220, 000 in combined funds, as follows :
1) Fully fund $50, 000 request from BART for the Station
Pathfinder Program, as defined in their proposal;
- - �Co1
E.C. Intermodal Transit Access Program
January 23 , 1996
Page Three
2) Fund up to $75, 000 of Tri-Delta Transit 's request for
strategic transit planning, as defined in their Proposal
#1 :Expand Alternative Transit Access, and encourage Tri-Delta
to supplement funding with other sources (e.g. partner with
BART on FTA Section 8 planning fund grant via BART' s Section
13c status) ;
3) Conditionally approve up to $75, 000 in PVEA/NAVY funds as a
contribution toward a combined BART/Tri-Delta direct mail and
marketing campaign to inform East County residents on
alternative access for the new Pittsburg/Bay Point BART
Station (rather than two separate marketing campaigns as
originally proposed by the two transit agencies) ;
4) Reserve $20, 000 in program funds for Tri-Delta Transit and
local East County jurisdictions to prepare 'transit Oriented
Development Guidelines for better integration of bus transit
access concerns in the planning and design of new
subdivisions. This would be a joint effort between Tri-Delta
and the jurisdictions and would be initiated pending progress
with Tri-Delta Transit' s strategic transit planning;
5) Do not approve the balance of $75, 000 requested by Tri-Delta
Transit as part their Proposal #1 : Expand Alternative Transit
Access;
6) Do not approve $12, 000 funding request submitted by the
National Station Car Association at this time because the
proposed approach is too generic and does not consider
difference in East County setting ( focus on residential end
of trip, as opposed employment sites) .
Staff seeks the Board of Supervisor' s approval of this first round
of program fund allocations and authorization to enter funding
agreements with the involved agencies based on these fund
allocation recommendations. The attached table list as Exhibit One
summarizes East Contra Costa Intermodal Transit Access Program
funding allocations.
PR/tp1/PVEA/NAVY.S0
EXHIBIT ONE
• m � � ? � m E � � • ��emi a O °i � 3 c ��O!Vi
OL
m m� p
OM
:mIO
� �,
Xb
c d c
at O
W • • w
p V • e w • .+ w w • yiC,
A C N m o r O ,aNi ,ovi p Z D
N
O.0
p p p CI
A O 8 8 8 8 8 8 8 8 8 8 vl�
� O
o �
0
N • �'13 3
0 m N V N v 10 ;SCI
p Ogi t
8 O O 8 8 v
•
S � A
N • w • w + e+ w+ 5 T'3
c 0 0 0 $ m m $ Zloiz
§ 8 ^ m
v
8 8 8 8 8 8 8 8
It
Q g o CL30
w <
8 o �.
Z $
o �
0
q
Contra Costa County //r/9 �� C /," Number
Standard Form 1/87 STANDARD CONTRACT Fund/Org# 3526
(Purchase of Services) Account# 2310-X96
1. Contract Identification. Other# 5B 1923
Department: Community Development
Subject: Pathfinder Sign Program for the Pittsburg/Bay Point BART Station; East Contra Costa Intermodal Transit
Access Program
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: San Francisco Bay Area Rapid Transit District
Capacity: Taxpayer ID# Not Applicable
Address: 800 Madison Street, Oakland, CA 94604-2688
3. Term. The effective term of this contract is twelve (12) months from execution the date, which begins
and terminates unless sooner terminated as provided herein.
4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed
$ 50,000.00
5. County's Obligations. County shall make to the Contractor those payments described in the Payment Provisions attached hereto
which are incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein.
6. Contractor's Obligations. Contractor shall provide those services and carry out that work described in the Service Plan
attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated
herein.
7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached
hereto, which are incorporated herein by reference.
8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents
of which are incorporated herein by reference:
9. Legal Authority. This Contract is entered into under and subject to the following legal authorities:
California Government Code: Sections 26227 and 31000.
10. Signatures. These signatures attest the parties' agreement hereto:
COUNTY OF CONTRA COSTA, CALIFORNIA
BOARWge
S ATTEST:Phil Batchelor, Clerk of the Board of
ChairmSupervisors and County Administrator
By
Deputy
CONTRACTOR
By By
(Designate business capacity A) (Designate business capacity B)
Note to Contractor: For Corporations(profit or nonprofit),the contract must be signed by two officers. Signature A must be that of the president or vice-
president and Signature B must be that of the secretary or assistant secretary(Civil Code Section 1190 and Corporations Code Section 313). All signatures must
be acknowledged as set forth on page two.
Contra Costa County Standard Form 1/87
GENERAL CONDITIONS
(Purchase of Services)
1. 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.
2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to
monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States
Government.
3. Records. Contractor shall keep and make available for inspection and copying by authorized representatives of the
County, the State of California, and the United States Government, the Contractor's regular business records and such additional records
pertaining to this Contract as may be required by the County.
a. Retention of Records. The Contractor shall retain all documents pertaining to this Contract for five years from
the date of submission of Contractor's final payment demand or final Cost Report; for any further period that is required by law; and
until all Federal/State audits are complete and exceptions resolved for this contract's funding period. Upon request, Contractor shall
make these records available to authorized representatives of the County, the State of California, and the United States Government.
b. 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 or to the
Comptroller General, 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 County, to the Secretary
or to the Comptroller General, 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 thereunder.
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.
4. 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.
5. Termination.
a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day
advance written notice thereof to the other, and may be cancelled immediately by written mutual consent.
b. Failure to Perform. The County, upon written notice to Contractor, may immediately terminate this Contract
should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may
proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be
deducted from any sum due the Contractor under this Contract, without prejudice to the County's rights otherwise to recover its
damages.
C. Cessation of Fundine. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-
County funding for this Contract ceases, this Contract is terminated without notice.
6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly
provided herein, no other understanding, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or
to bind any of the parties hereto.
7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets
required by this Contract, including but not limited to, monitoring, evaluating, auditing, billing, or regulatory changes, may be
developed and set forth in a written Informal Agreement between the Contractor and the County. Such Informal Agreements shall be
1
Contra Costa County Standard Form 1/87
GENERAL CONDITIONS
(Purchase of Services)
designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is
already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums
of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County
Department for which this Contract is made or his designee.
8. Modifications and Amendments.
a. General Amendments. This Contract may be modified or amended by a written document executed by the
Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee, subject to any required State
or Federal approval.
b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may
be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject
to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment
Provisions or the Service Plan.
9. 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.
10. Choice of Law and Personal Jurisdiction.
a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws
of the State of California.
b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County, State
of California.
11. Conformance with Federal and State Regulations and Laws. Should Federal or State regulations or laws touching
upon the subject of this Contract be adopted or revised during the term hereof, this Contract shall be deemed amended to assure
conformance with such Federal or State requirements.
12. No Waiver by County. Subject to Paragraph 9. (Disputes) of these General Conditions, inspections or approvals, or
statements by any officer, agent or employee of the County indicating the Contractor's performance or any part thereof complies with
the requirements of this Contract, or acceptance of the whole or any part of said performance, or payments therefor, or any combination
of these acts, shall not relieve the Contractor's obligation to fulfill this Contract as prescribed; nor shall the County be thereby estopped
from bringing any action for damages or enforcement arising from any failure to comply with any of the terms and conditions of this
Contract.
13. Subcontract and Assignment. This Contract binds the heirs, successors, assigns and representatives of Contractor.
The Contractor shall not enter into subcontracts for any work contemplated under this Contract and shall not assign this Contract or
monies due or to become due, without the prior written consent of the County Administrator or his designee, subject to any required
State or Federal approval.
14. 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.
15. Conflicts of Interest. Contractor, its officers, partners, associates, agents, and employees, shall not make, participate
in making, or in any way attempt to use the position afforded them by this Contract to influence any governmental decision in which
he or she knows or has reason to know that he or she has a financial interest under California Government Code Sections 87100, et seq.,
or otherwise.
16. Confidentiality. Contractor agrees to comply and to require its officers, partners, associates, agents and employees
to comply with all applicable State or Federal statutes or regulations respecting confidentiality, including but not limited to, the identity
of persons served under this Contract, their records, or services provided them, and assures that:
2
G ia�
Contra Costa County Standard Form 1/87
GENERAL CONDITIONS
(Purchase of Services)
a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency
in connection with the administration of or relating to services provided under this Contract will be confidential, and will not be open
to examination for any purpose not directly connected with the administration of such service.
b. No person will publish or disclose or permit or cause to be published or disclosed, any list of persons receiving
services, except as may be required in the administration of such service. Contractor agrees to inform all employees, agents and
partners of the above provisions, and that any person knowingly and intentionally disclosing such information other than as authorized
by law may be guilty of a misdemeanor.
17. 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.
18. 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.
19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep
in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions:
a. Liability Insurance. County acknowledges that the Contractor is self-insured for liability.
b. Workers' Compensation. County acknowledges that the Contractor is self-insured for workers' compensation.
C. Evidence of Insurance. Contractor shall provide the County with a letter of self-insurance and workers'
compensation no later than the effective date of this contract.
d. Additional Insurance Provisions. Contractor shall provide thirty (30) days written notice to County before
cancellation or materila changes of the above specified coverage.
20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United
States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract
is made. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall
be the date of deposit in the mails or of other delivery, except that the effective date of notice to the County shall be the date of receipt
by the head of the County Department for which this Contract is made.
21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the
Special Conditions (if any) and Service Plan do not limit any term of the General Conditions.
22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the
services provided by Contractor under this Contract will be purchased by County under a new contract following expiration of
termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or
any such services from Contractor.
23. Possessory Interest. If this Contract results in the Contractor having possession of, claim to or right to the possession
of land or improvements, but does not vest ownership of the land or improvements in the same person, or if this Contract results in the
placement of taxable improvements on tax exempt land(Revenue &Taxation Code Section 107), such interest or improvements may
represent a possessory interest subject to property tax, and Contractor may be subject to the payment of property taxes levied on such
interest. Contractor agrees that this provision complies with the notice requirements of Revenue &Taxation Code Section 107.6, and
waives all rights to further notice or to damages under that or any comparable statute.
24. No Third-Party Beneficiaries. Notwithstanding mutual recognition that services under this Contract may provide some
aid or assistance to members of the County's population, it is not the intention of either the County or Contractor that such individuals
occupy the position of intended third-party beneficiaries of the obligations assumed by either party to this Contract.
3
,,_, Sm
Contra Costa County Standard Form 1/87
GENERAL CONDITIONS
(Purchase of Services)
25. Copyrights and Rights in Data. Contractor shall not publish or transfer any materials produced or resulting from
activities supported by this agreement without the express written consent of the County Administrator. If any material is subject to
copyright, the County reserves the right to copyright such and the Contractor agrees not to copyright such material. If the material is
copyrighted, the County reserves a royalty-free, nonexclusive, and irrevocable license to reproduce, publish, and use such materials,
in whole or in part, and to authorize others to do so.
26. 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.
27. Required Audit. If Contractor is funded by$25,000 or more in federal grant funds in any fiscal year from any source,
Contractor shall provide to County at Contractor's expense an audit conforming to the requirements set forth in the most current version
of Office of Management and Budget Circular A-128. If Contractor is funded by $25,000 to $100,000 in federal grant funds in any
fiscal year from any source, Contractor shall arrange for conduct of the federally-required audit biennially and shall submit the audit
to County in the time, form, and manner required by the most current version of Office of Management and Budget Circular A-128
and by County. If Contractor is funded by$100,000 or more in federal grant funds in any fiscal year from any source, Contractor shall
arrange for the federally-required audit annually and shall submit the audit to the County in the time, form, and manner required by
the most current version of Office of Management and Budget Circular A-128 and by County. Contractor is solely responsible for
arranging for the conduct of the audit, and for its cost, and County may withhold the estimated cost of the audit or 10 percent of the
contract amount, whichever is larger, or the final payment, from Contractor until County receives the audit from Contractor.
4
C./off
Contra Costa County PAYMENT PROVISIONS Standard Form 6/90
(Fee Basis Contracts)
Number
1. Payment Amounts. Soject to the Payment Limit of this Contract and subject to the following Payment Provisions, County
will pay Contractor the following fee as full compensation for all services, work, expenses or costs provided or incurred by
Contractor:
[Check one alternative only.]
[] a. $ monthly, or
[] b. $ per unit, as defined in the Service Plan, or
[✓] c. $50.000.00 after completion of all obligations and conditions herein.
2. Payment Demands. Contractor shall submit written demands. Said demands shall be made on County Demand Form D-15
and in the manner and form prescribed by County. Contractor shall submit said demands for payment no later than 30 days
from the end of the month in which the contract services upon which such demand is based were actually rendered. Upon
approval of said payment demands by the head of the County Department for which this Contract is made, or his designee,
County will make payments as specified in Paragraph 1. (Payment Amounts) above.
3. Penalty for Late Submission. When Contractor fails to submit to County a timely demand for payment as specified in
Paragraph 2. (Payment Demands) above, and as a result of Contractor's late submission the County is unable to obtain
reimbursement from the State of California or otherwise; to the extent the County's recovery of funding is prejudiced, County
shall not pay Contractor for such services, even though such services were fully provided.
4. Right to Withhold. County has the right to withhold payment to the Contractor when, in the opinion of the County expressed
in writing to the Contractor, (a) the Contractor's performance, in whole or in part, either has not been carried out or is
insufficiently documented, (b)the Contractor has neglected, failed or refused to furnish information or to cooperate with any
inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document
its demand(s) for payment.
5. Audit Exceptions. Contractor agrees to accept responsibility for receiving, replying to, and/or complying with any audit
exceptions by appropriate County, State or Federal audit agencies occurring as a result of its performance of this Contract.
Contractor also agrees to pay to the County within 30 days of demand by County the full amount of the County's obligation,
if any, to the State and/or Federal government resulting from any audit exceptions, to the extent such are attributable to the
Contractor's failure to perform properly any of its obligations under this Contract.
Initials:
Contractor County Dept.
Contra Costa County
Number
SERVICE PLAN
PATHFINDER SIGNPROGRAM FOR THE PITTSBURGBAYPOINT BART STATION
C•�rss'
B A R T BAY AREA RAPID TRANSIT DISTRICT
• 800 Madison Street-Lake Merritt Station
P.O. Box 12688
Oakland,CA 94604-2688
Telephone(510)464-6000
November 30, 1995
Patrick Roche
Community Development Department
Contra Costa County
MICHAEL BERNICK 651 Pine Street, 4th Floor, North Wing
PRESIDENT Martinez, CA 94553-0095
DAN RICHARD
VICE-PRESIDENT
Subject: Pathfinder Sign Program for the West Pittsburg/Bay Point BART
RICHARD A.WHITE Station
GENERAL MANAGER
Dear Mr. Roche:
DIRECTORS This letter outlines a proposal for program funding through the East Contra Costa
Intermodal Transit Access Program. As outlined below, the Pathfinder Sign
DAN RICHARD
1ST DISTRICT Program for the West Pittsburg/Bay Point BART Station is geared specifically to
enhance pedestrian, bicycle, and vehicle circulation between this new BART
2N0 DISTTRICTRICT
JOEL station and the surrounding community. A total of$50,000 is requested for this
ROY NAKADEGAWA program under "Plan and Design BART Station Intermodal and Other Access
]RD DISTRICT Enhancements" category of the East Contra Costa Intermodal Transit Access
MARGARET K.PRYOR Program.
4TH DISTRICT
SHERMAN LEWIS I Program Concept
5TH DISTRICT -
THOMAS M.BLALOCK The Pathfinder Sign Program was evaluated during development of BART's
6TH DISTRICT
Comprehensive Access Strategy Plan. The program is specifically identified as
MILD RTEDTT.USSERY an inexpensive way to make BART stations and destinations in the communities
JAMES FANG they serve easier to access. Convenience and ease of access are critical
6TH DISTRICT components of making transit competitive with the automobile.
MICHAEL BERNICK
9TH DISTRICT The West Pittsburg/Bay Point Pathfinder Sign Program will identify origin and
destination points that can be accessed through the West Pittsburg/Bay Point
BART Station and develop a multi-modal sign program to conveniently lead
people between these points and the BART station. The sign program will be
geared to linking people using the BART system to business districts, office parks,
schools, neighborhoods, and other transit services and activity centers surrounding
the West Pittsburg/Bay Point BART Station.
Directional signs appropriate for each mode of access will be developed. This
includes, but is not limited to, signs designed and strategically located to facilitate
pedestrian, bicycle, automobile, feeder bus, and shuttle bus access to the station
and from the station to destinations in the surrounding community.
II Initial Program Cost and Funding
PreliminarBudget Estimate'
• Analyze Existing Conditions:
(Assess new station design and surrounding area
and document baseline circulation conditions) . . . . . . . . . . . . . . . . . . . . . . . . . $3,000
• Identify Origin & Destination Points:
(Establish home-based & work-based catchment areas,
circulation patterns, and identify alternative access modes) . . . . . . . . . . . . . . . . $7,500
• Develop Pathfinder Sign Plan Concepts:
r (Work.with local community and other affected agencies
to create multi-modal sign design concepts) . . . . . . . . . . . . . . . . . . . . . . . . . $10,000
• Complete Sign Designs:
(Select final sign designs and obtain community concurrence) . . . . . . . . . . . . . $15,000
• Prepare Implementation Plan:
(Develop cost estimates and implementation schedule
for sign procurement, manufacture, and installation) $7,000
• Subtotal . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $42,500
• Contingency (15%) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $7,500
• Grand Total . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $50,000
III Program Schedule
BART could initiate project development of the Pathfinder Sign Program as soon as funding is
awarded. The proposed program schedule involves a 18 to 20 week process. It should be noted
that the proposed program and schedule is for design and development of the Pathfinder
Sign Program. The cost of sign procurement, manufacture, and installation are not
included under the scope of this project. Additional funding will be sought to implement
the program once it has been developed. Any anticipated program marketing or outreach
during the project development process would be provided from the marketing budget for the
West Pittsburg/Bay Point Station as "in-kind" service from BART.
' The following line items represent the major components of a preliminary budget
to develop the Pathfinder Sign Program. A refined program budget would be
established with the cooperation of Contra Costa County and other agencies.
Proposed Program Schedule
Baseline Information Gathering and Evaluation . . . . . . . . . . . . . . . Week 1 through Week 6
Identify Origin and Destination Points . . . . . . . . . . . . . . . . . . . . . Week 3 through Week 6
Identify Alternative Access Modes . . . . . . . . . . . . . . . . . . . . . . Week 5 through Week 10
Develop Pathfinder Sign Plan Concepts . . . . . . . . . . . . . . . . . . . Week 7 through Week 14
Review Pathfinder Sign Plan Concepts with Agencies . . . . . . . . Week 12 through Week 16
Finalize Pathfinder Sign Plan . . . . . . . . . . . . . . . . . . . . . . . . . Week 14 through Week 18
Prepare Implementation Plan for the Program . . . . . . . . . . . . . . Week 16 through Week 20
Community Participation . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Week 4 through Week 20
IV Alternative Access Modes and Future Station Performance
Good directional signs to and from BART stations have the potential to encourage and increase
use of alternative access modes. The specific program goal is to attract people to alternative
access modes and to reduce vehicle miles travelled and energy consumption for people who need
to drive to the station.
Based on BART's 1988 environmental documentation' for the Pittsburg/Antioch Extension, it
is estimated that there would be approximately 1,970 daily entries and exits at the West
Pittsburg/Bay Point Station in the Year 2000. Given this estimated daily ridership, approximately
82% (±1,615) would use a car to access the station (i.e., drive alone, carpool, or arrive via
passenger drop-off), about 10% (±197) would use local feeder or shuttle buses, and about 8%
(±158) would walk. By making directional access to the station for all travel modes as clear and
useful as possible, it is anticipated that a shift from primary "drive-alone" car access to other
alternative access modes is possible. Once the Pathfinder Sign Program is in place, BART would
attempt a station-specific survey of modal choices in the near term, and/or attempt to identify and
measure how the sign program has affected mode choice and access during the District's next
systemwide Passenger Profile Survey in late 1997.
If you have any questions about this proposal or need additional information, please contact Leo
Rachal at (510) 464-6169. We look forward to working with you to create innovative access
opportunities for the West Pittsburg/Bay Point BART Station.
Sincer /oldstrorn
Har eyy
Division Manager
Access & Facilities Planning
2 Pittsburg-Antioch Corridor Alternatives Analysis/Draft EIS-EIR, August, 1988.