HomeMy WebLinkAboutMINUTES - 10281997 - C45 ' Y .
Contra
TO: BOARD OF SUPERVISORS n`
_ Costa
FROM: DENNIS M. BARRY, AICP
s-;----- -•• County
COMMUNITY DEVELOPMENT DIRECTOR
DATE: OCTOBER 28, 1997
SUBJECT: CALTRANS GRANT FOR 1-680/SR 24 TRANSPORTATION MITIGATION PROGRAM
FUNDS
SPECIFIC REQUEST(S) OR RECOMMENDATION(S) & BACKGROUND AND JUSTIFICATION
RECOMMENDATIONS
1. Adopt a corrected resolution authorizing the Chair of the Board of Supervisors
to execute a contract with Caltrans in the amount of $260,500 to implement
a transit incentive program to reduce congestion on roads affected by the I-
680/SR 24 interchange reconstruction project (see Exhibit A).
2. Authorize the Chair of the Board of Supervisors to execute an agreement with
the Contra Costa Centre Association for implementation of the grant (see
Exhibit B).
FISCAL IMPACT
All County costs will be covered by grant funds.
CONTINUED ON ATTACHMENT: X YES SIGNATURE /A
RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMI TEE
APPROVE OTHER
SIGNATURE(S):
ACTION OF BOARD ON nctnhar 98 14)7 APPROVED AS RECOMMENDED � OTHER_
VOTE OF SUPERVISORS
I HEREBY CERTIFY THAT THIS IS A TRUE
X UNANIMOUS (ABSENT ) AND CORRECT COPY OF AN ACTION TAKEN
AYES: NOES: AND ENTERED ON THE MINUTES OF THE
ABSENT: ABSTAIN: BOARD OF SUPERVISORS ON THE DATE
SHOWN.
Contact: Ernie Vovakis, CDD (510/335-1243) ATTESTED October 28, 1997
Orig: Community Development Department (CDD) PHIL BATCHELOR, CLERK OF
cc: Contra Costa Centre Association (via CDD) THE BOARD OF SUPERVISORS
Caltrans (via CDD) .AND COUNTY ADMINISTRATOR
BY JLjjl , DEPUTY
SLG/aw
J:\1a u d rey\q ra nt680.bo
CALTRANS GRANT FOR 1-680/SR 24 Transportation Mitigation Program Funds
October 28, 1997
Page 2
BACKGROUND/REASONS FOR RECOMMENDATIONS
On September 9, 1997, the Board of Supervisors adopted a resolution authorizing the
Community Development Director to execute a contract with Caltrans for the program
described in this report. However, the grant amount was in error in both the board order
and resolution. The correct grant amount, $260,500 appears in this report and resolution.
On December 10, 1996, the Board of Supervisors adopted a resolution agreeing to
sponsor a grant application to Caltrans for 1-680/State Route 24 Transportation Mitigation
Program funds, on behalf of the Contra Costa Centre Association. Grant applications for
the 1-680/SR 24 Traffic Mitigation Program must be submitted by or sponsored by public
agencies. The Contra Costa Centre Association requested the County to act as sponsor
of the application.
The Association submitted a joint application with Shadelands Office Park for the Caltrans
1-680/SR 24 Traffic Mitigation Program to fund an employee transit incentive program. The
Program would target 600 employees and would provide staffing and a kiosk at each
center to sell transit tickets two days a week. The grant request is for $260,500 and would
fund acquisition of transit passes, staffing and employee incentives for using transit. The
program is similar to a previous, successful program at the Centre Association.
The grant application has been approved by Caltrans for funding. Funding for this
proposal will require that only those employees presently commuting through the
reconstruction zone would be offered incentives. The Contra Costa Centre Association
has prepared a detailed technical cost proposal, timeline and budget for one year. This
Board Order approves a resolution (see Exhibit A) authorizing the Chair to enter into a
contract for services specified in the Contra Costa Centre Association's technical cost
proposal, and authorizes the Chair of the Board of Supervisors to execute an agreement
with the Contra Costa Centre Association implementing the program
THE BOARD OF SUPERVISORS
OF
CONTRA COSTA COUNTY, CALIFORNIA
SUBJECT: In the Matter of a Caltrans Grant Application )
for 1-680/SR 24 Traffic Mitigation Program Funds )
RESOLUTION NO. 97/ 571
The Board of Supervisors of Contra Costa County RESOLVES THAT:
WHEREAS, the Contra Costa Centre Association has submitted a joint application with Shadelands
Office Park in Walnut Creek for $260,500 in 1-680/State Route 24 Transportation Mitigation Program
Funds for implementation of an employee transit incentive program;
WHEREAS, the City of Walnut Creek has submitted a letter expressing their support for this application;
WHEREAS, the Board of Supervisors of Contra Costa County approved a resolution agreeing to sponsor
this application; and
WHEREAS, the funding application was approved as proposed for the amount of$260,500.
NOW THEREFORE BE IT RESOLVED, that the Contra Costa County Board of Supervisors hereby
authorizes and directs the Chair of the Board of Supervisors to execute and deliver a contract with
Caltrans for funds in the amount of$260,500 for the purpose of implementing a transit incentive program
to reduce congestion on arterial roads affected by the 1-680/State Route 24 interchange reconstruction
project.
PASSED by the following vote of the Board of Supervisors on the 28th day of October, 1997:
AYES: Supervisors Rogers, Uilkema, Gerber, Canciamilla, DeSaulnier
NOES: None
ABSENT: None
ABSTAIN: None
I kraby t&'*that thls a true and oo►rect
90 action
Bota!Mn and entered on the =clys
arG o}Superv.soro on the Gate
ArMsTm. (k.tnb r X8 97
PHIL eATCNFIpq p�a
Contact: Ernie Vovakis, CDD (510/335-1243) ast�.m,a,.oe
cc: Community Development Department
City of Walnut Creek, (via CDD)
Contra Costa Centre Association(via CDD)
Caltrans (via CDD)
Central Contra Costa Transit Authority (via CDD)
BART (via CDD)
EV:aw
j:\aw\tm p2.res
RESOLUTION NO. 97/ 571
PROJECT AGREEMENT BETWEEN
CONTRA COSTA CENTRE ASSOCIATION
AND CONTRA COSTA COUNTY
I-680/24 TMP PROJECT
PROJECT DESCRIPTION
The CalTrans I-680/24 Interchange Reconstruction Project requested proposals from interested parties
who had projects which would provide commute mitigation through the interchange during the final
phase of reconstruction. The Contra Costa Centre TDM Program submitted an application for funding
of a proposed a transit subsidy for employees at the Contra Costa Centre and employees at the
Shadelands Office Park who commute through the I-680/24 Interchange. The proposed project will
provide a part-time staff member to sell transit tickets at the Contra Costa Centre and at the Shadelands
Office Park each week.
Funding for the project is through CalTrans and the FHWA, which requires the eligible applicants to be
a public agency or sponsored by a public agency. The Contra Costa Centre Association TDM Program
received approval from the County of Contra Costa to proceed with the project under the County
sponsorship. The County of Contra Costa will be the agency which signs the project contract with
CalTrans.
PROJECT GOALS
The project goals are to reduce the amount of congestion in the Interchange during the final phase of
construction. The project proposes to provide commute incentives to 600 participants per business park
for a total of 1,200 participants. Each participant will be required to use public transit at least four days
per week to be eligible for the incentive.
PROJECT ACTIVITIES
The project activities include the following:
-Design and issue marketing materials which explain the program and the benefits of commute
alternatives.
-Promote and market the incentive program to employees at the two business.parks.
-Hire and train staff to man a kiosk table at each business park to provide "on-site" selling of the
transit passes and control of the incentive vouchers.
-Provide monthly contact with Regional Transit Connection std for pick-up,delivery and
payment for transit passes.
PROJECT AGREEMENT
PAGE 2
PROJECT ACTIVITIES (Cont.)
-Provide monthly contact with Regional Transit Connection staff for pick-up, delivery and
payment for transit passes.
-Prepare and administer participation survey.
-Follow-up documentation and final report of project effectiveness.
PROJECT BUDGET
Budget (not to exceed) $260,500.00
Staff Time/Overhead/Payroll Taxes $ 20,000.00
Executive Director $ 1,500.00
Program Coordinator 3,000.00
Clerical Support 2,000.00
Kiosk Staff 10,000.00
Payroll Taxes/Overhead costs 3,500.00
Ticket Incentive $216,000.00
1,200 participants @ $30.00 per month
for six month incentive period
Marketing Materials $ 10,000.00
Posters for program announcement(two business
parks with over 35 locations)
Desk-drop flyers and program notices to use at
events to promote the program
Registration forms and program information
Update table sign
Newsletter Articles $ 3,000.00
Two articles for CCCA Update Newsletter
Two articles for City of Walnut Creek Business/
Resident Newsletter
Press Releases
Mailing
Bank Charges/Account Fees/Financial Reports $ 1,500.00
Checking Account fees
Financial Reports-Quarterly to Contra Costa
County and Reimbursement from CalTrans
Financial services to prepare tax information
County Oversight $ 10,000.00
As the public agency sponsoring the project, the
County of Contra Costa will review all invoices
and billing documentation to be forwarded to CalTrans
PAYMENT PROVISIONS
The Contra Costa Centre Association will invoice the County quarterly for charges incurred in the
1680/24 TMP project thirty days following the end of each calendar quarter. A summary of activities
accomplished in the quarter will accompany the invoice. The County, in turn will invoice CalTrans,
including its costs for project oversight and administration. Upon receipt of payment from CalTrans,
the County will reimburse the Contra Costa Centre Association.
PROJECT TIIv1ELINE
With the signing of the agreement, the Contra Costa Centre Association will begin the project as
outlined below:
Month One
Marketing of program to Business Park Employees. All documentation will be based on prior
project materials. No significant time will be needed to design and produce marketing materials.
Operation of pass selling locations.
Months Two Through Twelve
Operation of pass selling locations.
Months Two Through Twelve(cont.)
Marketing of program through an on-going notification to employees about the program;
placement of newsletter articles.
Reporting of program activities at the calendar quarter.
Survey of program participants.
SHORT FORM SERVICE CONTRACT
Contra Costa County Number C46123-00
Standard Form 1/94 Fund/Or g#3524-2310-X96ARCTRT
Account#
Other#
1. Contract Identification.
Department: Community Development Department
Subject: I-680/24 TMP Project
2. pati . The County of Contra Costa, California (County), for its Department named above, and the
following named Contractor mutually agree and promise as follows:
Contractor: CONTRA COSTA CENTRE ASSOCIATION
Capacity: Non-profit Corporation Taxpayer ID#68-0074238
Address: 1350 Treat Boulevard, Suite 180
Walnut Creek, CA 94596
3. _UM. The effective date of this Contract is December 1, 1997 and it terminates December 31, 1998
unless sooner terminated as provided herein.
4. Termination. This Contract may be terminated by the County, at its sole discretion, upon five-day
advance written notice thereof to the Contractor, or canceled immediately by written mutual consent.
5. moment Limit. County's total payments to Contractor under this contract shall not exceed$250,500.
6. County's Obligations. In consideration of Contractor's provision of services as described below, and
subject to the payment limit expressed herein, County shall pay Contractor, upon Contractor's
submission of a properly documented demand for payment(County Demand Form D-15) which shall
be submitted not later than 45 days from the end of the month in which the contract services were
rendered, and upon approval of such demand by the head of the County Department for which this
Contract is made or his designee, as follows:
[Check one alternative only]
()hour; or
[] a. FEE RATE: per service unit: () session, as defined below
() calendar: (insert day, week, month)
NOT TO EXCEED a total of— service unit(s).
[] b. Payment in full after approval by the Department.
[✓] c. As set forth in the attached Payment Provisions.
-1-
SHORT FORM SERVICE CONTRACT
Number C46123-00
7. C!Qntractor's Obligations. Contractor shall provide the following described services:
See Attached Project Agreement
8. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local
laws and regulations applicable with respect to its performance under this Contract, including but not
limited to, licensing, employment and purchasing practices; and wages, hours and conditions of
employment, including nondiscrimination.
9. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract shall
be available to all qualified persons regardless of age, sex, race, religion, color, national origin, or
ethnic background, or handicap, and that none shall be used, in whole or in part, for religious worship
or instruction.
10. Independent Contractor Status. This Contract is by and between two independent contractors and is
not intended to and shall not be construed to create the relationship between the parties of agent,
servant, employee, partnership,joint venture, or association.
11. Disputes. Disagreements between the County andContractor concerning the meaning, requirements,
or performance of this Contract shall be subject to final determination in writing by the head of the
County Department for which this Contract is made or his designee or in accordance with the
applicable procedures (if any) required by the State or Federal Government.
12. Access to Books and Records of Contractor. Subcontractor. Pursuant to Section 1861(v)(1) of the
Social Security Act, and any regulations promulgated thereunder, Contractor shall, upon written
request and until the expiration of four years after the furnishing of services pursuant to this Contract,
make available to the Secretary of Health and Human Services, the Comptroller General, the County,
or any of their duly authorized representatives, this Contract and books, documents, and records of
Contractor that are necessary to certify the nature and extent of all costs and charges hereunder.
Further, if Contractor carries out any of the duties of this Contract through a subcontract with a value
or cost of$10,000 or more over a twelve-month period, such subcontract shall contain a clause to the
effect that upon written request and until the expiration of four years after the furnishing of services
pursuant to such subcontract, the subcontractor shall make available, to the Secretary, the Comptroller
General, the County, or any of their duly authorized representatives, the subcontract and books,
documents, and records of the subcontractor that are necessary to verify the nature and extent of all,
costs and charges hereunder.
This special condition is in addition to any and all other terms regarding the maintenance or retention
of records under this Contract and is binding on the heirs, successors, assigns and representatives of
Contractor.
13. Reporting Requirements. Pursuant to Government Code §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.
-2-
SHORT FORM SERVICE CONTRACT
Number C46123-00
14. Indemnification. The Contractor shall defend, indemnify, save, and hold harmless the County, its
governing bodies, officers, and employees from any and all claims, costs and liability for any
damages, injury or death arising directly or indirectly from, or connected with, the services provided
hereunder and due to, or claimed or alleged to be due to, negligence or willful misconduct of the
Contractor, its officers, employees, agents, subconsultants, or any person under its direction or
control, save and except claims or litigation arising through the sole negligence or sole willful
misconduct of the County, and will make good to and reimburse the indemnitees for any expenditures,
including reasonable attorneys' fees, the indemnitees may make by reason of such matters, and, if
requested by any of the indemnitees, will defend any such suits at the Contractor's sole cost and
expense.
15. Legal Authority. This Contract is entered into under and subject to the following legal authorities:
California Government Code Sections 26227 and 31000.
16. Signature . These signatures attest the parties' agreement hereto:
COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR
By: II AC By:
Mark DeSaulnier, Chair nette Tanner,Executive Director
Board of Supervisors Contra Costa Centre Association
Recommended by Department:
` — G
Dennis M. Barry, AICP President, All
Interim Community Deveopment Director Contra Costa Centre Association
Approved: County Administrator
By:
()Deputy
(Form approved by County Counsel)
shrtform.agr
-3-
THE BOARD OF SUPERVISORS
OF
CONTRA COSTA COUNTY, CALIFORNIA
SUBJECT: In the Matter of a Caltrans Grant Application )
for 1-680/SR 24 Traffic Mitigation Program Funds )
RESOLUTION NO. 97/ 571
The Board of Supervisors of Contra Costa County RESOLVES THAT:
WHEREAS, the Contra Costa Centre Association has submitted a joint application with Shadelands
Office Park in Walnut Creek for $260,500 in 1-680/State Route 24 Transportation Mitigation Program
Funds for implementation of an employee transit incentive program;
WHEREAS, the City of Walnut Creek has submitted a letter expressing their support for this application;
WHEREAS, the Board of Supervisors of Contra Costa County approved a resolution agreeing to sponsor
this application; and
WHEREAS, the funding application was approved as proposed for the amount of $260,500.
NOW THEREFORE BE IT RESOLVED, that the Contra Costa County Board of Supervisors hereby
authorizes and directs the Chair of the Board of Supervisors to execute and deliver a contract with
Caltrans for funds in the amount of$260,500 for the purpose of implementing a transit incentive program
to reduce congestion on arterial roads affected by the 1-680/State Route 24 interchange reconstruction
project.
PASSED by the following vote of the Board of Supervisors on the 28th day of October, 1997:
STATE OFICALIFORNIA • BUSINESS,TRANSPORTATION AND HOUSING AGENCY PETE WILSON,Governor
DEPARTMENT OF TRANSPORTATION
OFFICE OF PROCUREMENT AND CONTRACTS MS-67
1727 30TH STREET
SACRAMENTO, CA 95816-7006
PHONE(916)227-6000
FAX(916)227-6155
INTERNET http://www.ns.net/caltrans
September 30, 1998
RECEIVED
Contract No: 04AO487
CONTRA COSTA COUNTY
OCT - 6 1998
651 Pine Street
Martinez, CA. 94553
CLERK BOARD 01- S-UPERVISORS
CONTRA 00S':A C!,)
Dear Mr. Jim Roger:
The above-referenced service contract is enclosed for your review and approval. Please refer to
the enclosed "Contract Instructions" for information on how to complete the contract and any
accompanying forms.
DO NOT BEGIN WORK UNTIL NOTIFIED TO DO SO BY THE CONTRACT MANAGER.
By law, the State of California cannot pay for work undertaken by any contractor prior to complete
approval of the contract. ,
A copy of the fully approved contract will be returned to you. If you do not receive your copy of the
approved contract prior to the scheduled date for start of work, or if you have any other questions,
please call this office or the designated Contract Manager.
Thank you for your prompt processing. Please return all documents to my attention.
Sincer ,
(Rac�el Floyd
Se ice Contracts Analyst
Enclosures
cc:
CONTRACT INSTRUCTIONS
Please sign the contract where indicated in the lower right-hand corner under the name of the contractor. If
you are doing business as a sole-proprietorship, your signature is sufficient; if a partnership, the signature of
one partner is sufficient; if a corporation, one of the company officials must sign. The original and all copies of
the contract must be individually signed in ink, and the title of the person signing must be entered directly
below the signature. This is not an authorization to begin work. You cannot be authorized to begin work until
the Contract is fully approved and the Contract Manager has notified you to begin work.
All copies of the signed contract must be returned to this office within,.Fide-`(5).'DAYS.
If this contract was competitively bid, failure to return the signed copies within the specified time period will be
cause for annulment of the award and assessment of damages. The assessment will be limited to either
actual damages resulting to the Department or 10% of the amount bid, whichever is less.
Please provide the following information when returning the signed contracts.
® RECYCLE CONTENT CERTIFICATION: Please complete the enclosed form and return it with the
original contract. This information is required per California Public Contract Codes 10233, 10354,
12161, 12200, 12205.
® ETHNIC GROUP & SMALL BUSINESS QUESTIONNAIRE: Please complete the enclosed
questionnaire and return it with the signed contract. This information, which is used for compiling
statistical data, is required by the Department of General Services on all contracts.
® VENDOR DATA RECORD: (Std. Form 204) - This form is required by law of all vendors providing
services to the State of California. It is used by the State to report vendor income accurately and in a
timely manner. It is required in lieu of IRS W-9 when doing business with the State of California.
❑ CERTIFICATE OF INSURANCE: The enclosed insurance certificate must be completed and signed by
your insurance carrier in accordance with the provisions stated in the contract. If insurance carrier's
form is used, include this contract number and the additional required language as stated in the
contract. If self-insured, provide evidence of self-insurance certification including liablilty coverage limits
and any other related information. The State's Office of Risk Insurance Management will review to
ensure that all obligations can be met by the Contractor.
❑ ❑ PAYMENT BOND ❑ PERFORMANCE BOND
❑ LOCAL PUBLIC BODY: Return a copy of your Resolution, Order, Motion, Ordinance, or Minutes of
Meeting, of the local governing body which by law has authority to enter into, approve and authorize
execution of this agreement/contract.
❑ DBE OR DVBI_ PARTICIPATION GOAL FORMS
❑ ADM-0227 DBE or DVBE Participation Goals & Verification
❑ ADM-0312 DBE OR DVBE Good Faith Effort Documentation
Please Return All Documents to: DEPARTMENT OF TRANSPORTATION, MS-67
OFFICE OF PROCUREMENT AND CONTRACTS
Attn; Rachel Floyd Contract No. 04AO487
1727 30TH STREET, 4th Floor
SACRAMENTO CA 95816-7006
STATE OF CALIFORNIA Contract No. 04AO487
VENDOR DATA RECORD
(Requited in lieu of IRS W-9 when doing business with the State of California)
STD.2G4(REV.2-97)
NOTE: Governmental entities,federal, state, and local (including school districts) are not required to submit this form.
SECTION 1 must be completed by the requesting state agency before forwarding to the vendor
1 DEPARTMENT/OFFICE PURPOSE: Information contained in this form
DEPARTMENT OF TRANSPORTATION, MS-67 will be used by state agencies to prepare Infor-
STREET ADDRESS mation Returns(Form 1099)and for withholding
PLEASE 1727 30TH STREET on payments to nonresident vendors. Prompt
RETURN CITY,STATE,ZIP CODE return of this fully completed form will prevent
TO: SACRAMENTO,CA 95816-7006 delays when processing payments.
TELEPHONE NUMBER (See Privacy.Statement on reverse)
(916)227-6000
L.2J VENDOR'S BUSINESS NAME
SOLE PROPRIETOR-ENTER OWNER'S FULL NAME HERE(Last, First, M.I.)
MAILING ADDRESS(Number and Street or P.O.Box Number)
(City,State,and Zip Code)
3 1 CHECK ONE BOX ONLY
❑ MEDICAL CORPORATION(including dentistry, ❑ PARTNERSHIP
VENDOR podiatry,psychotherapy,optometry,chiropractic,etc.) NOTE: State and
ENTITY TYPE
local governmental
❑ EXEMPT CORPORATION(Non-profit) ❑ ESTATE OR TRUST entities, including
school districts are
not required to
❑ ALL OTHER CORPORATIONS ❑ INDIVIDUAL/SOLE submit this form.
PROPRIETOR
4 SOCIAL SECURITY NUMBER REQUIRED FOR INDIVIDUAL/SOLE PROPRIETOR BY AUTHORITY OF THE
REVENUE AND TAXATION CODE SECTION 18646(See Reverse) NOTE: Payment will
VENDOR'S not be processed
TAXPAYER FEDERAL EMPLOYERS IDENTIFICATION NUMBER(FEIN) SOCIAL SECURITY NUMBER without an accom-
I.D.NUMBER panying taxpayer
I - I I I I I , I I I I l I I - I I I — I I I I I I.D.number.
IF VENDOR ENTITY TYPE IS A CORPORATION,PARTNER- IF VENDOR ENTITY TYPE IS INDIVIDUAUSOLE
SHIP,ESTATE OR TRUST.ENTER FEIN. PROPRIETOR,ENTER SSN.
5 CHECK APPROPRIATE BOX(ES) NOTE:
California Resident-Qualified to do business in CA or a permanent place of
VENDOR business in CA a. An estate is a
• resident if
RESIDENCY Nonresident(See Reverse)Payments for services by nonresidents decedent was a
STATUS may be subject to state withholding California resident
at time of death.
❑ WAIVER OF STATE WITHHOLDING FROM FRANCHISE TAX BOARD ATTACHED b. A trust Is a
resident if at least
❑ SERVICES PERFORMED OUTSIDE OF CALIFORNIA one trustee is a
California resident
(See reverse)
6
I hereby certify under penalty of perjury under the laws of the State of California that the information provided
on this document is true and correct. If my residency status should change,I will promptly inform you.
CERTIFYING
SIGNATURE AUTHORIZED VENDOR REPRESENTATIVE'S NAME(Type or Print) TITLE
SIGNATURE C DATE TELEPHONE NUMBER
zr
STATE OF CALIFORNIA
VENDOR DATA RECORD
STD. 204 (REV. 2-97) (REVERSE)
ARE YOU A RESIDENT OR NONRESIDENT? ARE YOU SUBJECT TO NONRESIDENT
WITHHOLDING?
Each corporation, individual/sole proprietor, partnership, estate or Payments made to nonresident vendors, including corporations,
trust doing business with the State of California must indicate their individuals, partnerships, estates and trusts, are subject to
residency status along with their vendor identification number. withholding. Nonresident vendors performing services in California
or receiving rent, lease or royalty payments from property (real or
A corporation will be considered a "resident" if it has a permanent personal) located in California will have 7% of their total payments
place of business.in California. The corporation has a permanent withheld for state income taxes. However, no withholding is required
place of business in California if it is organized and existing under if total payments to the vendor are $1,500 or less for the calendar
the laws of this state or, if a foreign corporation has qualified to year.
transact intrastate business. A corporation that has not qualified to
transact intrastate business(e.g., a corporation engaged exclusively A nonresident vendor may request that income taxes be withheld at
in interstate commerce) will be considered as having a permanent a lower rate or waived by sending a completed form FTB 588 to the
place of business in this state only if it maintains a permanent office address below. A waiver will generally be granted when a vendor
in this state that is permanently staffed by its employees. has a history of filing California returns and making timely estimated
payments. If the vendor activity is carried on outside of California or
For individuals/sole proprietors, the term "resident" includes partially outside of California, a waiver or reduced withholding rate
every individual who is in California for other than a temporary or may be granted. For more information, contact:
transitory purpose and any individual domiciled in California who is
absent for a temporary or transitory purpose. Generally an Franchise Tax Board
individual who comes to California for a purpose which will extend Withhold at Source Unit
over a long or indefinite period will be considered a resident. Attention: State Agency Withholding Coordinator
However, an individual who comes to perform a particular contract P.O. Box 651
of short duration will be considered a nonresident. Sacramento, CA 95812-0651
Telephone: (916)845-4900
For withholding purposes, a partnership is considered a resident FAX: (916)845-4831
partnership if it has a permanent place of business in California. An
estate is considered a California estate if the decedent was a If a reduced rate of withholding or waiver has been authorized
California resident at the time of death and a trust is considered a by the Franchise Tax Board, attach a copy to this form.
California trust if at least one trustee is a California resident.
More information on residency status can be obtained by calling the
Franchise Tax Board at the numbers listed below:
From within the United States, call.........1-800-852-5711
From outside the United States,call......1-916-845-6500
For hearing impaired with TDD, call.......1-800-822-6268
PRIVACY STATEMENT
Section 7(b)of the Privacy Act of 1974 (Public Law 93-5791) requires that any federal, state, or local governmental agency which requests an
individual to disclose his social security account number shall inform that individual whether that disclosure is mandatory or voluntary, by which
statutory or other authority such number is solicited, and what uses will be made of it.
The State of California requires that all parties entering into business transactions that may lead to payment(s) from the State must provide
their Taxpayer Identification Number(TIN)as required by Revenue and Taxation Code Section 18646, to facilitate tax compliance enforcement
activities and preparation of Form 1099 and other information returns as required by Internal Revenue Code Section 6109(a). The TIN for
individuals and sole proprietors is their Social Security Number(SSN).
It is mandatory to furnish the information requested. Federal law requires that payments for which the requested information is not provided be
subject to a 31%withholding and State law imposes noncompliance penalties of up to$20,000.
You have the right to access records containing your personal information, such as your SSN. To exercise that right, please contact the
business services unit or the accounts payable unit of the State agency(ies)with which you transact that business.
Please call the Department of Finance, Fiscal Systems and Consulting Unit at(916)324-0385 if you have any questions regarding this Privacy
Statement. Questions related to residency or withholding should be referred to the telephone numbers listed above. All other questions should
be referred to the requesting agency listed in Section 1.
STATE OFLALIFORNIA•DEPARTMENT OF TRANSPORTATION Contract No. 04AO487
ETHNIC GROUP AND SMALL BUSINESS QUESTIONNAIRE
ADM-0362(REV.9/89)
To The Contractor:
We are required by the Department of General Services to furnish them with information pertaining to the
Small Business and Procurement Act, Government Code 14835. Please complete the form below and
return it with the contract:
Sex and Ethnic Classification of Owner(s):
Male Female Male Female
Black American ❑ ❑ Filipino American ❑ ❑
Asian-Pacific American ❑ ❑ Asian-Indian American ❑ ❑
Hispanic American ❑ ❑ Caucasian/White ❑ ❑
Pacific Islander ❑ ❑ All Other ❑ ❑
American Indian/Alaskan Native ❑ ❑
Yes No
Small Business ❑ ❑
Yes No
Non-Profit Organization ❑ ❑
SOCIALLY & ECONOMICALLY DISADVANTAGED ENTERPRISE
"Socially and economically disadvantaged enterprise"(SEDE)means a business concern(a)which is at least 51%owned by one or more minorities or
women,or in the case of a publicly owned business,at least 51%of the stock of which is owned by one or more minorities or women;and(b)whose
management and daily business operations are controlled by one or more such individuals.
ETHNIC GROUP KEY
Black American: A person having origins in any of the black racial groups of Africa
Asian-Pacific American: Includes all people of Chinese,Japanese,Korean,Okinawan,Thai,and Vietnamese or Southeast Asian
descent.
Hispanic American: Includes all people of Mexican, Puerto Rican, Cuban, Central or South American.descent. (This does not
include white female married to Spanish surnamed male).
Pacific Islander: Includes all people of Hawaiian,Samoan and Guamanian descent.
American Indian or Alaskan Native Includes all people having origins in any of the original peoples of North America. individuals must be no less
than one-quarter(25%)American Indian and be recognized by either a tribe,tribal organization of a suitable
authority in the community. Alaskan native includes Eskimo and Aleuts. (Documentation or recognition may
include but not limited to:tribal role number,parent's tribal role numbers, Bureau of Indian Affairs where the
individual is enrolled or community business development organization with which the individual is listed).
Filipino: Includes all people having origins in the peoples of the Philippine islands.
Asian-Indian: Includes all people whose origins are from India,Pakistan or Bangladesh.
Caucasian/White: Includes all people of European,North African,Middle Eastern or Indian subcontinent descent.
Other: When a person(s)identifies(or is identified)as a member of an ethnic group not covered by the above
categories,the group should be specified.
ETHNIC CODES
The following codes shall be used to identify each ethnic group:
Male Female
Black 1 A
Asian-Pacific 2 B
Hispanic 4 D
Pacific Islander 6 F
American Indian/Alaskan Native 7 G
Filipino 8 H
Asian-Indian 9 1
Caucasian/White 5 E
All Other 3 C
DEFINITION OF A SMALL BUSINESS
The following is the definition of"Small Business".Any business which does not meet the requirements will be considered non-small.
A firm shall qualify for the small business preference if it meets the following requirements:
(1) Has requested the status of small business and has been approved as such by the Small Business Office.
(2) Is not(or together with any affiliate)dominant in its field of operations.
(3) Is independently owned and operated,with the principal office in California,and the officers of such business domiciled in California.
(4) Does not have,together with any affiliates,gross receipts from business operations exceeding the following amount:
(A) $3,000,000 in the aggregate for the preceding three years where the small business is a contractor specializing in the following:
i) general building(A and B)
ii) heavy construction(C-12,34,53)
iii) plumbing,heating,and/or air conditioning(C-36,20,42,4)
iv) electrical work(C-10,45)
v) structural steel erection(C-51)
vi) wrecking and/or demolition(C-21)
(B) $1,500,000 in the aggregate for the preceding three years where the small business is a contractor specializing in any other construction trades
not specifically mentioned in Paragraph(1)(4)(A).
Contract No. 04AO487
Attachment C
Sheet 1 of 1
STATE OF CALIFORNIA-DEPARTMENT OF TRANSPORTATION
RECYCLE CERTIFICATION
ADM 2038(Rev 9/98)
RECYCLE CONTENT CERTIFICATION FORM
Contractor Name:
Business Address:
Contractor hereby certifies under penalty of perjury that [Enter value, or
"zero" here] percent of the services provided, materials, goods,
supplies offered, or products used in the performance of this contract
meets or exceeds the minimum percentage of recycled material as defined
in Sections 12200, 12205, and 12161 of the California Public Contract Code.
Printed Name of Person Compl ing Form Title
Signa t of Pers n Cor ting Form
Business Telephone FAX Date
STATE OF CALIFORNIA APPROVED BY THE.
STXNDARD AGREEMENT ATTORNEY GENERAL CONTRACT NUMBER AM.NO.
STD.2(REVS-91)
04AO487
TAXPAYERS FEDERAL EMPLOYER IDENTIFICATION NUMBER
94-6000509-W
THIS AGREEMENT,made and entered into this 24TH day of MARCH , 1998,
in the State of California,by and between State of California,through its duly elected or appointed,qualified and acting
TITLE OF OFFIC R ACTING FOR STATE AGENCY
DIRECTOR DEPARTMENT OF TRANSPORTATION hereafter called the State,and
CONTRACTOR'S NAME
CONTRA COSTA COUNTY hereafter called the Contractor.
WITNESSETH:That the Contractor for and in consideration of the covenants,conditions,agreements,and stipulation of the State hereinafter expressed,
does hereby agree to furnish to the State services and materials as follows:(Set forth service to be rendered by Contractor,amount to be paid Contractor, time
for performance or completion,and attach plans and Specifications,if any.)
The entire agreement is contained on the following pages.
CONTINUED ON PAGES 2-19,EACH BEARING NAME OF CONTRACTOR AND CONTRACT NUMBER.
The provisions on the reverse side hereof constitute a part of this agreement.
IN WITNESS WHEREOF,this agreement has been executed by the parties hereto,upon the date first above written.
STATE OF CALIFORNIA CONTRACTOR
AGENCY CONTRACTOR IIF OTHER THAN AN INDIVIDUAL,STATE WHETHER A CORPORATION,PARTNERSHIP,ETC
Department of Transportation CONTRA COSTA COUNTY
BY(AUTHORIZED SIGNATURE) BY(AUTHORIZED SIGNATURE)
PRINTED NAME OF PERSON SIGNING PRIN NAME ANDCGERS ,
LE OF PERSON SIGNING
DOUG GOTO JIM CHAIR
TITLE ADDRESS 651 Pine Street
CONTRACT OFFICER Martinez, CA. 94553
AMOUNT ENCUMBERED BY THIS PROGRAMlCATEGORY(CODE AND TITLE) FUND TITLE DEPARTMENT OF GENERAL SERVICE
DOCUMENT USE ONLY
$260,500.00 TRANSPORTATION Federal
PRIOR AMOUNT ENCUMBERED FOR (OPTIONAL USE) E) Exempt from DGS Approval per
THIS CONTRACT
ITEM CHAPTER STATUTE FISCAL YEAR
$ 2660-301-892-20-20 55 93 93/94
2660-301-042-20-20
TOTAL AMOUNT ENCUMBERED TO OBJECT OF EXPENDITURE(CODE AND TITLE)
DATE 04-824-04-400318-3EMIN-6016
$260, 500.00
t hereby certify upon my own personal knowledge that budgeted funds are available for the T.B.A.NO. B.R.NO.
Period and purpose of the expenditure stated above
SIGNATURE OF ACCOUNTING OFFICER / DqF
CONTRACTOR C] STATE AGENCY C:] DEPT.OF GEN.SER. C3 CONTROLLER 0
STATE OF CALIFORNIA CONTRACT NO.04A0487
STANDARD AGREEMENT CONTRA COSTA COUNTY
STD.2(REV.5-91)(REVERSE) PAGE 2 OF 19
1. The Contractor agrees to indemnify, defend and save harmless the State, its officers, agents, and
employees from any and all claims and losses accruing or resulting to any and all contractors,
subcontractors, materialmen, laborers and any other person, firm or corporation furnishing or
supplying work services, materials or supplies in connection with the performance of this contract,
and from any and all claims and losses accruing or resulting to any person, firm or corporation who
may be injured or damaged by the Contractor in the performance of this contract.
2. The Contractor, and the agents and employees of Contractor, in the performance of the agreement,
shall act in an independent capacity and not as officers or employees or agents of State of
California.
3. The State may terminate this agreement and be relieved of the payment of any consideration to
Contractor should Contractor fail to perform the covenants herein contained at the time and in the
manner herein provided. In the event of such termination the State may proceed with the work in
any manner deemed proper by the State. The cost to the State shall be deducted from any sum due
the Contractor under this agreement, and the balance, if any, shall be paid the Contractor upon
demand.
4. Without the written consent of the State, this agreement is not assignable by Contractor either in
whole or in part.
5. Time is of the essence in this agreement.
6. No alteration or variation of the terms of this contract shall be valid unless made in writing and
signed by the parties hereto, and no oral understanding or agreement not incorporated herein, shall
be binding on any of the parties hereto.
7. The consideration to be paid Contractor, as provided herein, shall be in compensation for all of
Contractor's expenses incurred in the performance hereof, including travel and per diem, unless
otherwise expressly so provided.
CONTRACT NO. 04AO487
CONTRA COSTA COUNTY
PAGE 3 OF 19
Article I - Description
The Contra Costa County (hereinafter called CCC) shall administer a marketing
campaign pursuant to provisions set forth in the Technical/Cost Proposal
(Attachment A). and Project Proposal (Attachment B). which were prepared by
CCC and which are attached hereto and incorporated by reference.
Article II - Scope of Work
1. Contra Costa County (CCC) will provide a transit subsidy for employees at the
Contra Costa Center and the Shadelands Office Park who regularly commute
through the 1-680/24 Interchange. The project will provide a part-time staff
member to sell transit tickets at the Contra Costa Center and at the Shadelands
Office Park each week.
2. The vouchers will encourage the use of alternative transportation modes.
3. The project goals is to reduce the amount of congestion in the Interchange
during the final phase of construction. The project proposes to provide
commute incentives to 600 participants per business park for a total of 1,200
participants.
4. Each participant will be required to use public transit at least four days per week
to be eligible for the incentive.
5. CCC will validate each applicant employees place of residence and commute
pattern to assure that there is a direct correlation between subsidies issued and
the consequent traffic reduction in that 1-680/24 interchange. No vouchers will
be issued to employees who have not historically committed through that
interchange unless there has been a change of address creating that new
commute pattern.
Article III - Contract Management
Caltrans Contract Manager is Ben Chuck, (510) 286-5566
The Contract Administrator for Contra Costa County
will be Ernest H. Vovakis, (510) 335-1243
CONTRACT NO. 04AO487
CONTRA COSTA COUNTY
PAGE 4 OF 19
Article IV - Contract Period
This contract shall begin on Novembe 1,1998, contingent upon approval by the State,
and notification from the Contract Administrator to begin work, and expire on
October 31, 1999, unless extended by amendment.
Article V - Cost Limitation
A. Total amount of this contract shall not exceed $260, 500.00.
B. It is understood the authorized amount is an estimate only and that the State will
pay CCC in arrears for services actually provided in accordance with the terms of
this Agreement used upon receipt of itemized invoices submitted in triplicate.
Article VI - Rates
The State shall reimburse CCC for its actual direct cost incurred to implementing the
campaign pursuant to Section 1,2, and 3 of the Scope of Work of this contract.
Article VII - Materials/Supplies
CCC will be reimbursed for the actual direct cost of materials/supplies purchased to be
consumed or installed at the worksite in performance of the contract (including applicable
sales tax), without additional allowance for markup. Cost of materials/supplies are to be
substantiated by a copy of the appropriately signed invoice verifying the actual cost and
delivery of the articles in question.
CONTRACT NO. 04AO487
CONTRA COSTA COUNTY
PAGE 5 OF 19
Article VIII - Payment
A. The State shall reimburse the contractor for actual costs (including labor costs,
employee benefits, overhead and othe rdirect cost(s) incurred by the contractor
performance of the work, in an amountnot to exceed $260,500. Actual costs shall
not exceed the estimated wage rates and other estimated costs set forth in the
contractor's proposal. In no event will the contractor be reimbursed for the
overhead costs at a rate that exceeds the approval overhead rate set forth in the
Cost Proposal.
B. CCC shall present invoices (in triplicate)to the State
no more frequently than once a month but at least quarterly. Cost Principles and
Procedures, CFR Title 48, Federal Acquisition Regulations System, Chapter 1,
Part 31, shall be used to determined the allowability of individuall items of costs,
invoiced by CCC. Office of Management and Budget (OMB) circular A-87 shall be
used to determine the allowability of individual items of costs.
C. The State will reimburse the CCC (monthly)or direct quantities in arrears as
promptly as State fiscal procedures permit upon receipt of itemized signed
invoices in triplicate. Invoices shall reference this contract number and shall be
submitted to the Contract Manager at the following address:
Department of Transportation
Public Transportation Branch
Attn.: Ben Chuck
P.O. BOX 23660
Oakland, Ca. 94623-0660
D. The State will honor cash discounts and will make payment in accordance with the
cash discount terms specified on the invoice, provided requirements of the contract
have been met. Discount must be a minimum of one half of 1% of the amount
due, but not less than $25.00.
CONTRACT NO. 04AO487
CONTRA COSTA COUNTY
PAGE 6 OF 19
Article IX - Nondiscrimination
A. During the performance of this contract, CCC and its subcontractors shall not
unlawfully discriminate, harass or allow harassment, against any employee or
applicant for employment because of sex, race, color, ancestry, religious creed,
national origin, disability (including HIV and AIDS), medical condition (cancer),
age, marital status, denial of family and medical care leave, and denial of
pregnancy disability leave. Contractors and subcontractors shall ensure that the
evaluation and treatment of their employees and applicants for employment are
free from such discrimination and harassment. CCC and sub-contractors shall
comply with the provisions of the Fair Employment and Housing Act
(Government Code, Section 12900 et seq.) and the applicable regulations
promulgated thereunder (California Code of Regulations, Title 2, Section 7285.0
et seq.). The applicable regulations of the Fair Employment and Housing
Commission implementing Government Code, Section 12990 (a-f), set forth in
Chapter 5 of Division 4 of Title 2 of the California Code of Regulations are
incorporated into this contract by reference and made a part hereof as if set forth
in full. CCC and its subcontractors shall give written notice of their obligations
under this clause to labor organizations with which they have a collective
bargaining or other agreement.
B. CCC shall include the nondiscrimination and compliance provisions of this clause
in all subcontracts to perform work under this contract.
C. Appendix A, relative to nondiscrimination on federally assisted projects, is
attached hereto and made a part of this contract.
D. CCC shall comply with Title VI of the Civil Rights Act of 1964, as amended.
Accordingly, 49 CFR 21 through Appendix C and 23 CFR 710. 405 (b) are
applicable to this contract by reference.
Article X - Statement of Compliance
CCC signature affixed hereon and dated shall constitute a certification under the penalty of
perjury under the laws of the State of California that the Contractor has, unless exempted,
complied with the nondiscrimination program requirements of Government Code Section
12990 and Title 2, California Code of Regulations, Section 8103.
CONTRACT NO. 04AO487
CONTRA COSTA COUNTY
PAGE 7 OF 19
Article XI - Funding Requirements
A. It is mutually understood between the parties that this contract may have been
written before ascertaining the availability of congressional or legislative appro-
priation of funds, for the mutual benefit of both parties in order to avoid program
and fiscal delays that would occur if the contract were executed after that
determination was made.
B. This contract is valid and enforceable only if sufficient funds are made available to
the State by the United States Government or the California State Legislature for
the purpose of this program. In addition, this contract is subject to any additional
restrictions, limitations, conditions, or any statute enacted by the Congress or the
State Legislature that may affect the provisions, terms or funding of this contract in
any manner.
C. It is mutually agreed that if the Congress or the State Legislature does not
appropriate sufficient funds for the program, this contract shall be amended to
reflect any reduction in funds.
D. The State has the option to void the contract under the 30-day termination clause
or to amend the contract to reflect any reduction of funds.
Article XII - Americans with Disabilities Act
By signing this contract, CCC assures the state that it complies with the Americans with
Disabilities Act (ADA) of 1990, which prohibits discrimination on the basis of disability,
as well as all applicable regulations and guidelines issued pursuant to the ADA. (42
U.S.C. 12101 et seq.)
Article XIII - Retention of Records/Audits
A. For the purpose of determining compliance with Public Contract Code Section
10115, et. seq. and Title 21, California Code of Regulations, Chapter 21, Section
2500 et. seq., when applicable, and other matters connected with the performance
of the contract pursuant to Government Code Section 8546.7, the CCC,
subcontractors and the State shall maintain all books, documents, papers,
accounting records, and other evidence pertaining to the performance of the
contract, including but not limited to, the costs of administering the contract. All
parties shall make such materials available at their respective offices at all
reasonable times during the contract period and for three years from the date of
final payment under the contract. The State, the State Auditor, FHWA, or any duly
authorized representative of the Federal government having jurisdiction under
Federal laws or regulations (including the basis of Federal funding in whole or in
CONTRACT NO. 04AO487
CONTRA COSTA COUNTY
PAGE 8 OF 19
part) shall have access to any books, records, and documents of the CCC that are
pertinent to the contract for audits, examinations, excerpts, and transactions, and
copies thereof shall be furnished if requested.
B. Any subcontract entered into as a result of this contract shall contain all the
provisions of this article.
Article XIV - Termination
The Department of Transportation reserves the right to terminate this agreement without
cause upon thirty (30) days written notice or immediately in the event of material breach by
the CCC.
B. The Department of Transportation reserves the right to terminate this agreement for
cause upon five (5) days written notice. Termination for cause includes, but is not
limited to, failure to comply with state, federal and local contracting laws, licensing and
corporation requirements, failure to complete the work requested or to correct the work
to the contract manager's satisfaction. CCC will be notified in writing, by certified
letter, of termination for unsatisfactory performance. CCC will then be placed in
default.
Article XV - Change in Terms/Amendment
A. This contract may be amended or modified only by mutual written agreement of the
parties.
B. There shall be no change in the Project Manager without prior written approval by the
Contract Manger.
Article XVI - Disputes
A. Any dispute concerning a question of fact arising under this contract that is not
disposed of by agreement shall be decided by the Department's Contract Officer,
who may consider any written or verbal evidence submitted by the Contractor.
The decision of the Contract Officer, issued in writing, shall be conclusive and
binding on both parties to the contract on all questions of fact considered and
determined by the Contract Officer.
CONTRACT NO. 04AO487
CONTRA COSTA COUNTY
PAGE 9 OF 19
B. Neither the pendency of a dispute nor its consideration by the Contract Officer will
excuse CCC from full and timely performance in accordance with the terms of the
contract.
Article XVII - Subcontracting
A. CCC may furnish such qualified subcontractors as may be necessary to provide
the service called for by this contract in a safe and efficient manner. All such
subcontractor's shall be engaged by CCC, and CCC shall be solely responsible
for any and all liability, damages, claims, costs and expenses incurred.
B. Any subcontract in excess of$25,000, entered into as a result of this contract,
shall contain all the provisions stipulated in this contract to be applicable to
subcontractors.
Article XVIII - Liability Insurance Provisions
A. CCC shall furnish to the State a certificate of insurance stating that there is liability
insurance presently in effect for CCC with a combined single limit(CSL) of not less
than $1,000,000 per occurrence or self insurance.
The certificate of insurance will provide:
1. That the insurer will not cancel the insured's coverage without 30 days prior
written notice to the State.
2. That the State of California, its officers, agents, employees, and servants
are included as additional insureds, but only insofar as the operations
under this contract are concerned.
3. That the State will not be responsible for any premiums or assessments on
the policy.
B. CCC agrees that any bodily injury liability and property damage insurance herein
provided for shall be in effect at all times during the term of this contract. In the
event said insurance coverage expires at any time or times during the term of this
contract, CCC agrees to provide at least thirty (30) days prior to said expiration
date, a new certificate of insurance evidencing insurance coverage as provided for
herein for not less than the remainder of the term of the contract, or for a period of
not less than one (1)year. New certificates of insurance are subject to the
approval of the State and CCC agrees that no work or services shall be performed
prior to the giving of such approval. In the event CCC fails to keep in effect at all
times insurance coverage as herein provided, State may, in addition to any other
remedies it may have, terminate this contract upon the occurrence of such event.
CONTRACT NO. 04AO487
CONTRA COSTA COUNTY
PAGE 10 OF 19
C. It is mutually understood and agreed that CCC is insured for liability for damages
for personal injuries (including death therefrom) and property damage.
D. CCC shall be an independent contractor and its directors, members, agents,
officers, and employees, shall not be considered directors, members, agents,
officers or employees of the State.
E. It is understood and agreed that neither the State nor any officer or employee
thereof is responsible for any damage or liability occurring by reasons of anything
done or omitted to be done by CCC under or in connection with any work, authority
or jurisdiction delegated to CCC under this contract. It is understood and agreed
that, pursuant to Government Code Section 895.4, CCC shall fully defend in
demnify and save harmless the State of California, all officers and employees
from all claims, suits or actions resulting from anything done or omitted to be done
by CCC under or in connection with any work, authority jurisdiction delegated to
CCC under this contract.
F. It is understood and agreed that neither CCC nor any
officer, director, agent or employee thereof is responsible for any damage or
liability occurring by reasons of anything done omitted to be done by the State
under or in connection with any work, authority or jurisdiction delegated to the
State under this contract. It is understood and agreed that, pursuant to
Government Code Section 895.4, State shall defend , indemnify and save
harmless CCC its officers, directors agents and employees from all claims, suits or
actions of every name, or death of any person or damage to property resulting
from anything done or omitted to be done by State under or in connection with
any work, authority or jurisdiction delegated to the State under this contract.
Article XIX - Excuse From Performance
1. The parties hereto shall be excused from performing their respective obligations
hereunder in the event they are prevented from so performing by reason of fire,
flood, earthquake, storm, acts of God, strikes, lockouts, labor, disputes,
explosion, war, insurrection, riots, acts of any government (including judicial
action), and/or any other cause similar to the forgoing which is beyond the
control of , and not the fault of, the part claiming excused of performance
hereunder.
CONTRACT NO. 04AO487
CONTRA COSTA COUNTY
PAGE 11 OF 19
2. In the event that either parry validly exercises its right under the above
paragraph, the parties hereby waive any claims against each other for any
damages sustained thereby.
Article XX - Notices
Any notice, request, instruction, or other document deemed by either party to be
necessary or desirable to be given to the other party shall be in writing and may be
given by personal delivery to a representative of the parties at the address below or by
mailing the same to:
To CCC: Mr. Ernest H. Vovakis
Central Contra Costa Transit Authority
2477 Arnold Industrial Way
Concord, Ca. 94520-5327
To Caltrans Harry Y. Yahata
District Director
Department of Transportation
P.O. Box 23660
Oakland, Ca. 942623-0660
Article XXI - Compliance With Law
At all times, CCC shall provide service in accordance with all applicable local, State and
Federal laws and regulations and pursuant to the terms of this contract. The State shall
not be responsible or liable for CCC's violations of said laws.
Article XXII - Assignment
Neither party shall assign or transfer any interest in this contract without the prior written
consent of the other party.
CONTRACT NO. 04AO487
CONTRA COSTA COUNTY
PAGE 12 OF 19
Article XXIII - Wavier
The omission by either party at any time to enforce any default of right reserved to it, or
to require performance of any of the terms, covenants, or provisions hereof by the other
party at the time designated, shall not be a waiver of any such default or right t which
the party is entitled, nor shall it in any way affect the right of the party to enforce such
provisions thereafter.
Article XXIV - Severability
If any term, provision, covenant, or condition of this contract is held by a court of
competent jurisdiction to be invalid, void or unenforceable, the rest of the contract shall
remain in effect in full force to the extent possible and in no way shall be effected,
impaired or invalidated.
Article XXV - Federal Lobby Activities Certification
A. CCC certified, to the best of his or her knowledge and belief, that:
No State or Federal appropriated funds have been paid or will be paid, by or on
behalf of the CCC, to any person for influencing or attempting to influence an
officer or employee of any State or Federal agency, a Member of the State
Legislature or United Stated Congress, an officer or employee of the Legislature
or Congress, or any employee of a Member of the Legislature or Congress in
connection with the awarding of any State or Federal contract, the making of
any State of Federal grant, the making of any State or Federal loan, the entering
into of any cooperative agreement and the extension, continuation, renewal,
amendment or modification of any State or Federal contract, grant , loan or
cooperative agreement.
B. If any funds other than Federal appropriated funds have been paid or will be
to any person for influencing or attempting to influence an officer or employee of
any Federal agency, a Member of Congress, an officer or employee of
Congress, or an employee of a Member of Congress in connection with this
Federal contract, grant, loan, or cooperative agreement, the CCC shall complete
and submit Standard Form- LL, "Disclosure Form to Report Lobbying", in
accordance with its instructions.
CONTRACT NO. 04AO487
CONTRA COSTA COUNTY
PAGE 13 OF 19
C. This certification is a material representation of fact upon which reliance was
placed when this transaction was made or entered into. Submission of this
certification is a prerequisite for making or entering into this transaction imposed
by Section 1352, Title 31, U.S. Code. Any person who fails to file the required
certification shall be subject to a civil penalty of not less then $10,000 and no
more than $100,000 for each such failure.
D. The CCC also agrees by signing this document that CCC shall require
that the language of this certification be included in all lower tier subcontracts
which exceed $100,000, and that all such subreceipents shall certify and
disclose accordingly.
Article XXVI - Disadvantage Business Enterprise (DBE)
Participation(Without Goals)
A. The State has established no goals for the participation of DBE for this contract.
However, CCC shall be fully informed respecting Part 23, Title 49, Code of
Federal Regulations, which is incorporated by reference, and is urged to obtain
DBE participation should a clearly defined portion of the work become available.
B. It is the policy of the Department of Transportation that certified DBE firms shall
shave the maximum opportunity to participate in the performance of contracts
financed in whole or in part with Federal funds. CCC shall ensure that certified
DBE firms, as defined in said Code of Federal Regulations, have the maximum
opportunity to participate in the performance of this contract and
shall take all necessary and reasonable steps, as set forth in said Part 23, for
such assurance. CCC shall not discriminate on the basis of race, color, national
origin, or sex in the award and performance of subcontracts. Failure to carry out
the requirements of this paragraph shall constitute a breach of contract and may
result in termination of this contract or such other remedy the Department may
deem appropriate.
C. If DBE participation is obtained CCC shall maintain records of all
subcontracts entered into with DBE subcontractors and records of materials
purchased from DBE suppliers. Such records shall show each subcontractor's
and vendor's name and address and the actual dollar paid to each. Upon
completion of the contract, a summary of these records shall be prepared
certified correct and submitted by CCC or his authorized representative to the
State's Contract Manager showing total dollars paid to each DBE subcontractor
and supplier.
CONTRACT NO. 04AO487
CONTRA COSTA COUNTY
PAGE 14 OF 19
D. Any DBE firm working under subcontract for this contract must be responsible for
the execution of a district element of the work and must carry out its
responsibility by actually performing, managing, and supervising the work.
E. CCC shall make every reasonable effort to replace a certified DBE
subcontractor that is unable to perform the provisions of this contract with
another certified DBE.
Article XXVII - Contractor's Priority Hiring Considerations
CCC shall give priority consideration in filing vacancies in positions funded by this
contract to qualified recipients of aid under Chapter 2 commencing with Section 11200
of the Welfare and Institute Code, in accordance with Article 3.9 commencing with
Section 11349 of the Welfare and Institutions Code.
Article )=III - Failure to Pay
Should CCC fail to pay monies due the State within 30 days of demand or within such
other period as maybe agreed between the parties hereto, State, acting through the
State Controller, may withhold an equal amount from future apportionment's
due CCC from the Highway Users Tax Fund.
Article XXIX - Drug Free Workplace
By signing this contract CCC hereby certifies under penalty of perjury under the laws of
the State of California that CCC will comply with the requirements of the Drug-Free
Workplace Act of 1990 (government Code Section 8350 et seq.) and will provide a drug-
free workplace by doing all of the following:
A. Publish a statement notifying employees that unlawful manufacture, distribution,
dispensation, possession, or use of a controlled substance is prohibited and
specifying actions to be taken against employees for violations, as required by
Government Code Section 8355(a).
B. Established a Drug-Fee Awareness Program as required by Government Code
Section 83355(b), to inform employees about all of the following:
(1) the dangers of drug abuse in the workplace
CONTRACT NO. 04AO487
CONTRA COSTA COUNTY
PAGE 15 OF 19
(2) the person's or organization's policy of maintaining a drug-free
workplace.
(3) any available counseling, rehabilitation and employee assistance
programs, and
(4) penalties that may be imposed upon employees for drug abuse
C. Provide as required by Government Code Section 8355(c) that every employee
who works on the proposed contract or grant.
(1) will receive a copy of the company's drug-free policy statement, and
(2) will agree to abide by the terms of the company's statement as a
condition of employment on the contract or grant.
Failure to comply with these requirements may result in suspension of payments under
the contract or termination of the contract or both and CCC may be ineligible for award
of any future state contracts if the Department determines that any of the following has
occurred. (1) CCC has made a false certification or, (2)violates the certification by
failing to carry out the requirements as noted above.
Article XXX - Audit Review Procedures
A. Any dispute concerning a question of fact arising under an interim or post audit
of this contract that is not disposed of by agreement shall be reviewed by the
Chairperson of the Audit Review (ARC). The ARC will consist of the Assistant
Director, Audits & Investigations (Chairperson; Deputy Director of the functional
Program area, the Chief Counsel, Legal Division, or their designated alternates,
and if the Department chooses two representatives of the Department's
choosing from private industry. The two representatives from private industry
will be advisory in nature only and will not have voting rights. Additional
members or their alternates may serve on the ARC.
B. Not later than thirty (30) days after issuance of the final audit report the
CCC may request a review by the ARC of unresolved audit issues. The request
for review will be submitted in writing to the Chairperson of the ARC. The
request must contain detailed information of the factors involved in the dispute
as.well as justifications for reversal. A meeting by the Arc will be scheduled if the
Chairperson concurs that further review is warranted. After the meeting, the
ARC will make recommendations to the Chief Deputy Director. The Chief
Deputy Director will make the final decision for the Department .
CONTRACT NO. 04AO487
CONTRA COSTA COUNTY
PAGE 16 OF 19
The final decision will be made within three (3) months of receipt of the
notification of dispute.
C. Neither the pendence of a dispute nor its consideration by Caltrans will excuse
CCC from full and timely performance, in accordance with the terms of this
contract.
Article XXXI - Cost Principles
A. CCC agrees to comply with Federal procedures in accordance with
Office of Management and Budget Circular A-87, Cost Principles for State and
Local Governments.
B. CCC also agrees to comply with Federal procedures in accordance with
49 CFR, Part 18, Uniform Administrative Requirements for Grants and
Cooperative Agreements to State and Local Governments; CFR Title 48,
Federal Acquisition Regulations System, Chapter 1, Part 31, CCC shall
comply with their terms and regulations.
C. Any costs for which payment has been made CCC that are determined
by subsequent audit to be unallowable under Office of Management and Budget
Circular A-87 or CFR 49, Part 18, Uniform Administrative requirements for
Grants and Cooperative Agreements to State and Local Governments, are
subject to repayment by CCC to State.
D. Any subcontract entered into as result of this contract shall contain all of the
provisions of this article.
Article XXXII - Debarment and Suspension Certification
A. CCC signature affixed herein shall constitute a certification under
penalty of perjury under the laws of the State of California, that CCC
or any person associated therewith in the capacity of owner, partner, director,
officer , or officer, or manager:
1. Is not currently under suspension, debarment, voluntary exclusion, or
determination of ineligibility by any federal agency:
2. Has not been suspended, debarred, voluntarily excluded, or determined
ineligible by any federal agency within the part three (3) years.
CONTRACT NO. 04AO487
CONTRA COSTA COUNTY
PAGE 17 OF 19
3. Does not have a proposed debarment pending; and
4. Has not been indicted, convicted, or had a civil judgmentrendered
against it by a court of competent jurisdiction in any matter involving fraud
or official misconduct within the past three (3) years.
B. Any exceptions to this certification must be disclosed to the Department of
Transportation. Exceptions will not necessarily result in denial of
recommendation for award, but will be considered in determining responsibility.
Disclosures must indicates the parry to whom the exceptions apply, the initiating
agency, and the dates of agency action.
Article XXXI11 - Laws to be Observed
CCC shall keep fully informed of all existing and future state and federal laws and
county, and municipal ordinances and regulations which in any manner affect those
engaged or employed in the work, the materials used in the work, or which in any way
affect the conduct of the work, and of all such orders and decrees of bodies or tribunals
having any jurisdiction or authority over the same. CCC shall at all times observe and
comply with, and shall causes all agents and employees to observe and comply with all
such existing and future laws, ordinances, regulations, orders, and decrees of bodies or
tribunals having any jurisdiction or authority over the work. CCC shall protest and
indemnify the State of California and all officers and employees thereof connected with
the work against any claim, injury, or liability arising from or based on the violation of
any such law, ordinance, regulation, order, or decree, whether by the contractor, a
subcontractor, or an employee. If any discrepancy or inconsistency is discovered in the
plans, drawings, specification, or contract for the work in relation to
any such law, ordinance, regulation order or decree, CCC shall immediately
report the same to the contract manager in writing.
Article XXXIV - Specific Statutory reference
Any reference to certain statutes in this contract shall not relieve CCC from the
responsibility of complying with all other statutes applicable to the service, work, or
rental to be furnished thereunder.
CONTRACT NO. 04AO487
CONTRA COSTA COUNTY
PAGE 18 OF 19
Article XXXV - Equipment Indemnification
A. CCC shall indemnify the state against all loss and damage to the
contractor's property or equipment during it sue under this contract and shall at
the contractor's own expense maintain such fire, theft, liability or other insurance
as deemed necessary for this protection. CCC assumes all responsibility which
may be imposed by law for property damage or personal injuries caused by
defective equipment furnished under this contract or by operations of the CCC or
CCC employees under this contract.
B. Any subcontract entered into as a result of this contract shall contain all of the
provisions of this article.
Article XXXVI - Inclusive Costs
The cost of employee payments to or on behalf of employees, subsistence, travel,
compensation insurance premiums, unemployment contributions, social security taxes,
contract bond premiums, and any other taxes or assessments INCLUDING SALES AND
USED TAXES required by the law or otherwise shall be included in the price bid and no
additional allowance will be made thereof, unless separate payment provision should
specifically so provide.
Article XXXVII - Non-Solicitation
GCC warrants, by execution of this contract that no person or selling agency has been
employed or retained to solicit or secure this contract upon an agreement or
understanding for a commission, percentage, brokerage, or contingent fee, except bona
fide employees or bona fide established commercial or selling agencies maintained or
contracted by the contractor for the purpose of securing business. For breach or
violation of this warranty, the state shall have the right to annul this contract without
liability, paying only for the value of the work actually performed, or in its discretion to
deduct from the contract price or consideration, or otherwise recover, the full amount of
such commission, percentage, brokerage or contingent fee.
CONTRACT NO. 04AO487
CONTRA COSTA COUNTY
PAGE 19 OF 19
Article XXXVIII - Workers Compensation Liability
CCC signature affixed herein shall constitute a certification under penalty of
perjury under the laws of the State of California that CCC is aware of the provisions of
Section 3700 of the Labor Code which requires every employer to be insured against
liability for workers compensation or to undertake self-insurance in accordance with
provisions of that code and agrees to comply with such provisions before commencing the
performance of the work of this contract.
ATTACHMENT A
CONTRACT NO. 04AO487
PAGE 1 OF 4
ATTACHMENT A
TECHNICAL/COST PROPOSAL
SECTION I Pro-ject Description:
The Department of Transportation (Caltrans) 1-680/24 Interchange
Reconstruction Project requested proposals from interested parties who had
project which would provide commute mitigation through the interchange during
the final phase of reconstruction. The Contra Costa Centre TDM Program
submitted an application for finding of a proposed a transit subsidy for
employees at the Contra Costa Centre and employees at the Shadelands Office
Park who commute through the I-680/24 Interchange.
Funding for the project is through Caltrans and the FHWA, which requires
eligible applicants to be a public agency or sponsored by a public agency. The
Contra Costa Centre Association TDM Program received approval from the
County of Contra Costa to proceed with the project under the County
sponsorship. The County of Contra Costa will be the agency which signs the
project contract with Caltrans.
Section II Marketing Strategy
Section Ila - Service Area
Action:
• The project will provide a part-time staff member to sell transit tickets
at the Contra Costa Centre and at the Shadelands Office Park each
week.
Reason/results/Rationale:
• To provide monthly contact with Regional Transit Connection staff for
pick-up, delivery and payment for transit passes.
ATTACHMENT A
CONTRACT NO. 04AO487
PAGE 2 OF 4
Section Ilb - Marketing Elements
Action:
• Posters, desk drop information, and newsletter inserts will be provided
so that each building coordinator or employer can continually inform
employees about the program.
Reason/Results/Rationale:
• A campaign strategy with specific marketing elements is required to
target the audience thereby achieving the desired results and ensuring
the costs are not wasted on an outside audience.
Section II - Target Audience
Action:
• The projected number (1780) is based upon the employee home zip
code counts for both the business parks. The zip codes which are to
the South and West of the reconstruction corridor are the target areas
for participation. The estimate 1780 possible would be adjusted to
take into consideration the length of time since the survey were
completed (June and July, 1995) and other factors such as employee
or company relocation, and successful ridesharing campaigns which
make some target employees ineligible. The program would carry a
requirement that the participant would not have used public transit or
other ridesharing methods for the four months prior to registration in
the program.
Reason/results/Rationale:
• Offering an incentive to reduce the cost of the commuting to
employees by approximately one fourth each would be effective as
well as economical, thereby reducing congestion.
Section lid-Goals
Action:
• A total of 1200 qualified applicants (600 per business park) would
be the target goals for participation.
ATTACHMENT A
CONTRACT NO. 04AO487
PAGE 3 OF 4
Reason/results/rationale:
• The result will be less congestion.
Section II-e Project Monitoring:
Action:
• Prepare and administer participation survey. A Final Project
Evaluation Report will be submitted to Caltrans within 60 days.
Reason/Results/Rationale:
• A Final Project Evaluation Report which will include measurable
project results (gained from the Final Analysis Survey) in the reduction
of employee trips.
Section II-f - Project Costs:
Action:
• The project costs are as follows:
Staff Time/Overhead/Payroll Taxes $20,000
Executive Director $1, 500
Program Coordinator 3, 000
Clerical Support 2, 000
Kiosk Staff 10, 000
Payroll Taxes/Overhead cost 3, 500
Ticket Incentive $216, 000
Marketing Materials $ 10, 000
Posters for program announcement (two business parks
with over 35 locations)
Desk-drop flyers and program notices to use at
events to promote the program
Registration forms and program information
ATTACHMENT A
CONTRACT NO. 04AO487
PAGE 4 OF 4
Update table sign
Newsletter Articles $3, 000
Two articles for CCCA Update Newsletter
Two articles for City of Walnut Creek Business/Press Releases
Mailing
Bank Charges/Account Fees/Financial Reports $1, 500
Checking Accounts fees
Financial Reports - Quarterly to Contra Costa
County and Reimbursement from Caltrans
Financial services to prepare tax information
County Oversight
As the public agency sponsoring the project the $10, 000
County of Contra Costa will review all invoices and
billing documentation to be forwarded to Caltrans
Total cost $260, 500
Cost per Passenger trip $1.71
Reason/results/Rationale:
• The total costs determine the cost per passenger and whether
the program is cost effective in terms of cost per passenger.
ATTACHMENT B
PROJECT PROPOSAL
PROJECT AGREEMENT BETWEEN
CONTRA COSTA CENTRE ASSOCIATION
AND CONTRA COSTA COUNTY
1-680/24 TMP PROJECT
ATTACHMENT 6
CONTRACT NO. 04AO487
PAGE 1 OF 4
PROJECT AGREEMENT BETWEEN
CONTRA COSTA CENTRE ASSOCIATION
AND CONTRA COSTA COUNTY
1-680/24 TMP PROJECT
Project Description:
The Caltrans 1-680/24 Interchange Reconstruction Project requested from
interested parties who had project which would provide commute mitigation
through the interchange during the final phase of reconstruction. The Contra
Costa Centre TDM Program submitted an application for funding of a proposed a
transit subsidy for employees at the Contra Costa Centre and employees at the
Shadelands Office Park who commute through the 1-680/24 Interchange, The
proposed project will provide a part-time staff member to sell transit tickets at the
Contra Costa Centre and at the Shadelands Office Park each week.
Funding for the project is through Caltrans and the FHWA, which requires the
eligible applicants to be a public agency or sponsored by a public agency. The
Contra Costa Association TDM Program received approval from the County of
Contra Costa to proceed with the project under the County sponsorship. The
County of Contra Costa will be the agency which signs the project contract with
Caltrans.
Project Goals:
The project goals are to reduce the amount of congestion in the Interchange
during the final phase of construction. The project proposes to provide commute
incentives to 600 participants per business park for a total of 1,200 participants.
Each participant will a required to use public transit at least four days per week to
be eligible for the incentive.
Program Elements:
The project activities include the following:
• Design and issue marketing materials which explain the program and
the benefits of alternatives.
• Promote and market the incentive program to employees at the two
business parks.
ATTACHMENT B
CONTRACT NO. 04AO487
PAGE 2 OF 4
• Hire and train staff to man a kiosk table at each business park to
provide "on site" selling of the transit passes and control of the
incentive vouches
• Provide monthly contact with Regional Transit Connection staff for
pick-up, delivery and payment for transit passes.
• Prepare and administer participation survey.
• Follow-up documentation and final report of project effectiveness.
Project Budget:
Budget (not to exceed) $260,500.00
Staff Time Overhead/Payoff Taxes $20,000.00
Executive Director $1,500.00
Program Coordinator 3,000.00
Clerical Support 2,000.00
Kiosk Staff 10,000.00
Payroll Taxes/Overhead costs 3,500.00
Ticket Incentive $216,000.00
1,200 participants @ $30.00 per month
for six month incentive period
Marketing Materials $10,000.00
Posters for program announcement (two business
parts with over 35 locations)
Desk-drop flyers and program notices to use at
events to promote the program
Registration forms and program information
Update table sign
ATTACHMENT B
CONTRACT NO. 04A0487
PAGE 3 OF 4
Newsletter Articles $3,000.00
Two articles for CCCA Update Newsletter
Two Articles for City of Walnut Creek Business/
Resident Newsletter
Press Releases
Mailing
Bank Charges/Account Fees/Financial Reports $1,500.00
Checking Account fees
Financial Reports - Quarterly to Contra Costa
County and Reimbursement from Caltrans
Financial services to prepare tax information
County Oversight $10,000.00
As the public agency sponsoring the project, the
County of Contra Costa will review all invoices
and billing documentation to be forwarded to Caltrans
Payment Provisions:
The Contra Costa Centre Association will invoice the County quarterly for
charges incurred in the /-680/24 TMP project thirty days following the end of
each calendar quarter. A summary of activities accomplished in the quarter will
accompany the invoice. The County, in turn will invoice Caltrans, including its
costs for project oversight and administration. Upon receipt of payment from
Caltrans, the County will reimburse the Contra Costa Centre Association.
Project Timeline:
With the signing of the agreement, the Contra Costa Centre Association will
begin the project as outlined below:
Month One
Marketing of program to Business Park Employees. All documentation
will be based on prior project materials. No significant time will be
needed to design and produce marketing materials.
Operation of pass selling locations.
Months Two Through Twelve ,
Operations of pass selling locations.