Loading...
HomeMy WebLinkAboutMINUTES - 05022000 - D3 ri TO. BOARD of SUPERVISORS Contra FROM: PHIL BATCHELOR, COUNTY ADMINISTRATOR Costa DATE: County May 2, 2000 �•. SUBJECT: PARKING MANAGEMENT CONSULTING SERVICES SPECIFIC R€OU€ST(5)OR RECOMMENDATION(S)6 BACKGROUND AND JUSTIFICATION RECOMMENDATION: APPROVE and AUTHORIZE the County Administrator or his designee to execute a contract with DKS Associates for consulting services relating to a parking management and enforcement plan. FINANCIAL IMPACT: The cost of this contract, $37,800, is budgeted in the FY 1999/00 Plant Acquisition Fund. BACKGROUND: The consulting Services in this contract will assist the Division of Capital Facilities and Debt Management in addressing parking congestion at two sites, Center Avenue/Muir Road and downtown Martinez. There is a deficit of parking spaces at both sites. The consultant will recommend alternatives both for increasing parking supply and for managing parking demand. The plan will also recommend enforcement strategies. CONTINUED ON ATTACHMENT: X YES SIGNATURE• �I/L✓• RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOA COMMITTEE APPROVE OTHER SIGNATUREM: ACTION OF BOARD ON may 2 O O Q APPROVED AS RECOMMENDED XX OTHER HEARD and ACCEPTED the report on the development of the plan . See attached contract . VOTE OF SUPERVISORS 1 HEREBY CERTIFY THAT THIS IS A TRUE XX UNANIMOUS(ABSENT �� �) AND CORRECT COPY OF AN ACTION TAKEN AYES: NOES: AND ENTERED ON THE MINUTES OF THE BOARD ABSENT: ABSTAIN: OF SUPERVISORS ON THE DATE SHOWN. ATTESTED M a y 2 , 2_U0 Contact: ATTESTED Lockwood, CAO 335-1093 PHIL BATCHELOR,CLERK OF THE BOARD OF CO' SUPERVISORS AND COUNTY ADMINISTRATOR BY t� ,DEPUTY fM' 3 r Contra Costa County Number: Standard Form 1/87 STANDARD CONTRACT Fund/Org#: 1206 (Purchase of Services) Acoount#: 1» Department: County AdrninistraWs Office Subject: Parking Mar>agement Plan 2. partifg. The County of Coma Costa, California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: DKS Associates Capacity: Corporation Taxpayer ID# 9+250153 Address: 1356 Webster Street, Suite 300 Oakland, CA 94612 3. The effective date of this Contract is May 2, 2000 it terminates December 31, 2000 unless sooner terminated as provided herein. 4. Payment Limit County's total payments to Contractor under this Contract shall not exceed$37,800. 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 temps and conditions contained or Incorporated herein. 6. Contractor's Obligntgns. Contractor shall provide arose 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 SR2dal condi ons. This C,onbact is subject to the General Conditions and Special Conditions (if arty) attached hereto,which are incorporated herein by reference. 8. PtqJ . 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. Lwall Aoh city. This Contract is entered into under and subject to the following legal authorities: Calftmla Government Code: Sections 26227 and 31000. 10. SISOMM. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA.CALIFORNIA BOARD OF SUPERVISORS ATTEST, Phil Batchelor, Clerk of the Board of 1 Supervisors and County Administrator CONTRACTOR (Designate business rapacity A) (Designate business capacity B) No ft For�(pry or t ),the ammut must be dwwd by cryo of cam ll�pnr rr e A nowt bs thaR of floe prrrritiart or prwT�int amend��FFppnnturo B rrrust bo dot of the sewebw r or awtstant secrawy(Civil mode Sa2lon 1190 and�Cotlfa n�13j. All dpns8 rw must be as3mowlsdpsd ss sst Horth on psips two. H:\GROUPS\aER\CDNTRCTSNSTANDAROMANDAFtD.SG1 Contra Costa County Standard Form 1/87 9ENEBAL CON12MQN� (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. erection. 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. RSIs. 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 Swig and Records of Contractor, Sub ontractor. 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. -1- 7 Contra Costa County Standard Form 1/87 GENERAL COMMON C MONS (Purchase of Services) 4. Reggrting 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 lisdng 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 canceled Immediately by written mutual consent. b. Failure to -Egrform. The County, upon written notice to Contractor, may Immediately terminate this Contract should the Contractor fall 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 Funding. 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 uponby 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. F h rgecifications 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 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. MQdifieations and Amendments. -2- Contra Costa County Standard Form 1/87 GENERAL CONDITIONS (Purchase of Services) a. General Amendm nts. 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. Administratlyc Amendments. Subject to the Payment Umit, 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. QisguteE. 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 w 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 shaft he 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 hot 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 subcontract's 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 -3- Contra Costa County Standard Form 1/87 GENERAL COMMONS (Purchase of Services) required State or Federal approval. 14. Independent Contractor 5=. 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. 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 Sentices. 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 -4- Contra Costa County Standard Form 1/87 GENCRAL CONDMONS (Purchase of Services) 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. Insurgino. 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. Uability Insurance. The Contractor shall provide comprehensive liability Insurance, Including coverage for owned and non-owned automobiles, with a minimum combined single limit coverage of $500,000 for all damages, including consequential damages, due to bodily injury, sickness or disease, or death to any person or damage to or destruction of property, including the loss of use thereof, arising from each occurrence. Such Insurance shall be endorsed to Include the County and its officers and employees as additional insureds as to all services performed by Contractor under this agreement. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, and their officers, agents, and employees, so that other Insurance policies held by them or their self-insurance program(s) shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. b. Workers' Compensation. The Contractor shall provide workers' compensation Insurance coverage for its employees. c. Certificate of Insurance. The Contractor shall provide the County with (a) certificates) of insurance evidencing liability and worker's compensation insurance as required herein no later than the effective date of this Contract. If the Contractor should renew the Insurance pollcy(ies) or acquire either a new Insurance pollcy(les) or amend the coverage afforded through an endorsement to the policy at any time during the term of this Contract, then Contractor shall provide (a) current certlficate(s) of Insurance. d. Additional Insurance Provisions. The insurance policies provided by the Contractor shall Include a provision for thirty(30) days written notice to County before cancellation or material changes of the above specified coverage. 20. Notiges. 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. cT Contra Costa County Standard Form 1/87 GENERAL C N[3MON (Purchase of Services) 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. Non-renewal. 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. NoThird-party Beneficlarles. 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. 25. Qgvrights 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. RNuired 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-133. 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-133 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 conduct of the federally-required audit annually and shall -6- Contra Costa County Standard Form 1/87 GENERAL CQNDITI NS (Purchase of Services) 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-133 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 cast 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. 27. r�rs�ments. 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. -7- Contra Costa County Standard Form 1/87 GENERAL OND ONS — (Purchase of Services) 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-133 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 cast 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. 27. 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. -7- Contra Costa County Standard Form 1/87 SPECIAL CONDITIONS 1. Paragraph 1 of General Conditions will be changed as follows: Compliance with Law. Contractor shall be subject to and shall employ usual and customary professional care to 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. Paragraph 18 of General Conditions will be changed as follows: Indemnl%gtion. 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 damages,from any cause whatsoever to the extent arising directly from or connected with the negligent operations or services of the Contractor or its agents,servants,employees or subcontractors hereunder,save and except claims or litigation arising through the proportionate negligence or proportionate 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 for which the Contractor is held legally liable due to Contractor's negligence by a court or forum of competent jurisdiction. If requested by the County, Contractor will defend any claims or litigation to which this indemnification provision applies at the cost and expense of the Contractor, provided that the Contractor shall be reimbursed for such costs and expenses for which the County is held legally liable by a court or forum of competent jurisdiction. Initials: County Contractor -1- Contra Costa County Standard Form 6/'90 PAYMENT PROVISIONS Number: (Cost Bans Contracts) 1. Payment Basis. Subject to the Payment Limit, payments to the Contractor for all services provided for County under this Contract shall only be for costs that are allowable costs that are actually incurred in the performance of Contractor's obligations under this Contract. 2. moment Amounts. Subject to later adjugmgnts in total payments as 12rovidgd below and subject to the Payment Limit of this Contract, County will pay Contractor 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. An amount equal to Contractor's allowable costs that are actually incurred each month, but sliWect to the "Budget of Estimated Program Expenditures" Included in the Service Pian. [ X] d. As set forth in the Service Plan. 3. A1121 cable Costs. Contractor's allowable costs are only those which are determined In accordance with: [Check applicable alternative] C ] a. Department of Health and Human Services Administration of Grants Federal Regulations Title 45 Part 74 including any amendments thereto and the applicable Subpart listed hereunder; and other documents specified in the Service Plan regarding principles for determining and allocating the allowable costs of providing the services; and any standards set forth in the Service Plan for determining the allowability of selected items of costs of providing the services. [ ] Federal Management Circular A-87, including any amendments to the circular published In the Federal Register by OMB is to be used for determining allowable costs of activities conducted by state and local governmental agencies. [ ] OMB Circular A-122, including any amendments to the Circular published In the Federal Register by OMB Is to be used for determining allowable costs of activities conducted by nonprofit organizations (other than government agencies, educational institutions, and hospitals). [ ] 41 CFR Subpart 1-15.2 shall be used for profit organizations other than hospitals. [ ] OMB Circular No. A-21, including any amendments to the Circular published in the Federal Register by OMB shall be the principles to be used for determining allowable costs by educational Institutions (other than for-profit Institutions). [ ] Appendix E Subpart Q Section 74.173 shall be used for determining costs of research, development work, and other activities for determining allowable costs. [x] b. Such State regulations and documents as are set forth In the Service Plan regarding accounting guidelines, including standards for determining allowable or non-allowable costs. [ ] c. Part IV Department of Labor, Employment and Training administration, 20 CFR Part 674, Section 674.402 and any amendments thereto; and California Department of Aging "Title V Operations Handbook, 1987, Section 505.4 and any amendments thereto. Initials: County Contractor 4 Contra Costa County Standard Form 6/90 PAYMENT PROVISIONS Number: (Cost Basis Contracts) 4. 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 2. (Payment Amounts) above. S. Eenally for late Submission. When Contractor fails to submit to County a timely demand for payment as specified in Paragraph 4. (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. 6. giaht 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. 7. Cost Re2grt and Settlement. No later than f -five X45 days following the termination of this Contract, Contractor shall submit to County a cost report in the form required by County, showing the allowable costs that have actually been Incurred by Contractor under this Contract. If said cost report shows that the allowable costs that have actually been Incurred by Contractor under this Contract exceed the payments made by County, subject nevertheless to the payment limit of this Contract, County will remit any such excess amount to Contractor, provided that the payments made, together with any such excess amount, may not exceed the contract payment limit. If said cost report shows that the payments made by County exceed the allowable costs that have actually been incurred by Contractor under this Contract, Contractor shall remit any such excess amount to County. 8. ARdl . The records of the Contractor may be audited by the County, State, or United States government, In addition to any certified cost report or audit required by the Service Plan. Any certified cost report or audit required by the Service Plan shall be submitted to County by Contractor within such period of time as may be expressed by applicable State or Federal regulations, policies or contracts, but In no event later than 18 months from the termination date of this Contract. If such audit(s) show that the payments made by County exceed the allowable costs that have actually been incurred by Contractor under this Contract, Including any adjustments made pursuant to Paragraph 7. (Cost Report and Settlement), then Contractor shall pay to County within 30 days of demand by County any such excess amount. If such audit(s) show that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County, including any adjustments made pursuant to Paragraph 7. (Cost Report and Settlement), then County agrees to pay to Contractor any such excess Initials: County Contractor Contra Costa County Standard Form 6/90 PAYMENT PROVISIONS Number: (Cost Basis Contracts) amount, provided that the payments made, together with any such excess payment, may not exceed the contract payment limit. 9. Audit Ex+ceRtions. In addition to its obligations under Paragraph 8. (Audits) above, 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: County Contractor Contra Costa County Standard Form(Rev. 1/95) APPROVALS/ACKNOWLEDGMENT Number APPROVALS RECOMMENDED BY DEPARTMENT FORM APPROVED COLI COUNSEL. By By1�"' Designee Deputy I L) APPROVED: COUNTY ADMINISTRATOR By: Designee - oor�nwn.mem®em.wi.seeesrnsramr�ni.�m.c ACKNOWLEDGMENT STATE OF CALIFORNIA } )SS. COUNTY OF CONTRA COSTA } On before me, (insert name and title of the officer), personally appeared personally known to me(or proved to me on the basis of satisfactory evidence)to be the person(s)whose names} Is/are subscribed to the within Instrument and acknowledged to me that he/she/they executed the same In his/her/their authorized capaclty(les), and that by his/her/their signature(s)on the Instrument the persons), or the entity upon behalf of which the person(s)acted, executed the instrument. WITNESS MY HAND AND OFFICIAL.SEAL.. Signature (Seal) AMOWLEDGMENT(W COMM"W,Pr twr tip,or ImWidLal) (Ovi code 11189) SERVICE PLAN !` Contra Costa County Parking Management Plan Revised Detailed Workscope, Schedule and Budget Prepared for Contra Costa County Office of the County Administrator By DKS Associates 9$55 Webster Street, Suite 300 Oakland, CA 94692 (590) 763-2069 April 24, 2000 04/24100 13.18 FAX DKS ASSOCIATES zoos i i Parking will be eliminated permanently on one of the lots behind 1111 Ward Street to BACKGROUND construct a new Court building in the next 12 months. The final parking lot downtown This refined workscope, schedule and budget serves the Martinez Detention Facility. This has been prepared in response to the meeting lot is used on the weekdays and weekends held at the Contra Costa County on March 1, for County detention employees_ 2000. There are also four County-owned office The DHS team understands that the purpose buildings at the intersection of Center Street of the parking evaluation is to develop a and. Muir Road, north of Highway 4 in Parking Management Plan for several Martinez. The Departments of Health County-owned lots in the City of Martinez. Services, and Employment and Human The overall goal is to maximize parking for Services occupy the four buildings. Parking County employees, use the parking in the demand is high for this site during the most efficient way, and ensure adequate summer since a movie theater shares parking parking availability for public use of County with the County. The County is offices. investigating leasing parking from adjacent Our understanding is that the parking for the properties to expand the parking supply. County-owned lots at the downtown Given the high demand for parking and the Martinez site and also for the lots at the limited, supply at this site and also at the Center Avenue/Muir Road site is limited and County-owned parking lots downtown, a both sites are sharing use of some of the Parking Management Plan is necessary to parking lots with retail business employees maximize the available parking supply and and the general public. Consequentially, the develop strategies for more effective parking demand for all the parking lots is exceeding management. the available supply of parking spaces. In In developing the Scope of Work we have order to reduce the demand, DKS will assumed the following: investigate innovative solutions for the parking lots, such as encouraging carpools, • Four County owned parking lots in vanpools,and shuttle services. downtown Martinez. These are. BACKGROUND & — The parking lot east of the County ASSUMPTIONS Administration Building. There are four parking lots in downtown The two parking lots east of the Old Court House Martinez that are owned by the County. One of the parking lots is located behind 651 Pine — The parking lot at the Detention Street, the County Administration Center. Facility The lot is entirely reserved parking. The • The four County owned parking lots,and second and third lots are behind 1111 Ward the pig lots for the four County Street, which has approximately 45 reserved office buildings at the intersection of parking spaces, but the remainder of the Center Avenue and Muir Road (30,40 second lot is open to the public. The Muir Road and 595,597 Center Avenue) employees of the downtown retail businesses are the parking lots to be analyzed for also use these lots, which decreases the this project. availability of parking spaces for the public. Parking Design and Management-Proposal April.24,2000 Contra Costa County page d 04/24100 13.18 FAX DKS ASSOCIATES X1004 DKS Associates The following items will be provided to DKS Associates: • Site plans of the existing County owned lots,if available. • Data regarding the number of County employees at nearby offices to assist in estimating the demand for parking at each parking lot. • Previous parking &)Aes for both the downtown area and Center Avenue lots. • A schedule of County building relocations and additions and the phases for each for both the downtown area and the Center Avenue. • The most recent parking/transportation surveys conducted by the County for their employees at 5951597 Center Avenue and the County employees in downtown. • Potential off-site locations and the number of parking spaces available for the County to lease for their employees. • Site plans of the existing parking lot at the Detention Facility. • The existing number ofparking spaces at the following locations,if available: .- The parking lot east of the County Administration Building. — The two parking lot east of the Old Court House .- The parking lot at the Detention Facility — The four County owned parking lots, for the four County office buildings at the intersection of Center Avenue and Muir Road (30,40 Muir Road and 595, 597 Center Avenue). The presentation of the plan to County employees will occur after completion of the report. This is not in the current scope and budget. Parking Design and Management Proposal ApW 24,2000 Contra Costa County Page 2 04/24/00 13:18 FAX nxs AssociATEs (a 005 Dl(�S Associa les Task 2: Recommendations for i2. SCOPE OF WORK Increasing parking supply Task 1: Traffic Engineering Basal on the findings of Task 1, and a review and Site Investigation of previous parking studies conducted for the County at both site locations, DIES will. DIES staff will conduct field visits to observe prepare a brief working paper summarizing existing onsite parking conditions during the recommendations from task 2. The typical weekday period at both the working paper will address several issues at downtown Martinez County parking lots and both the downtown Martinez County lots and also at the County lots at 30 and 40 Muir also at the Center Avenue parking lots. These Road and 535 and 537 Center Avenue. include: Specific attention will be paid to parking * A sketch identifying specific areas of turnover rates, number of parked vehicles, parking concerns driveway locations, and overall circulation • Sketches of existing lots that could be along the adjacent street (vehicles, bicycles, reconfigured to add to the County's and pedestrians). We propose to conduct supply of parking parking surveys to identify and quantify specific parking issues. The surveys will be + The number of off-site spaces needed conducted on a weekday between 6:00 A.M. based on the existing supply and and 7:00 P.M. to cover downtown retail and demand county employee's usage. Each survey will • How to better utilize the existing note the following items: number of parking spaces using various types of parking restrictions to be • Number of parked vehicles on-site considered, such as: • Duration of time that each vehicle was — Limited or all day parked — Weekdays • Turnover rate of parked vehicles — 'Weekends • Issues with parked vehicles and overall — Permit parking circulation, (i.e. street width, narrow — Parking meteors turning radius, bicyclists, pedestrians, site distance, and existing parking — Parking enforcement restrictions [red curbs, signs, fire — Valet parking hydrants]) Deliverable Product: A brief working + Destination and users of the County paper describing the findings of Tasks 1 parking lots (i.e. are they jurors, county and Z, employees,or retail employees?) DKS will work with the County Project Task 3: Priority for Reserved Manager to obtain a list of contacts to parking interview at the County departments to For the City of Martinez downtown parking document special parking needs, such as area, DIES will discuss guidelines that the short-term attorney parking near the Courts, County may want to consider in determining and temporary parking for jurors,etc. the number and location of reserved parking spaces that can be provided in the four Parking Design and Management Proposal April 24,2000 Contra Costa County Page 3 04/24/00 13:19 FAX DKS ASSOCIATES Z006 DKS Associardes downtown parking lots for County Task 7: f=inal Report employees. Once comments are received, DKS will Task 4: Parking Management respond to one set of unified non- Strategies contradictory comments and develop a final report. This assumes no additional DKS will identify parking management quantitative work will be necessary as a strategies to maximize parking for County result of any of the received comments. employees based on the phasing of the Should additional work be necessary to construction of the Family Court building issue a final traffic study, we will request and relocation of employees into and out of additional budget at that time. the downtown Martinez and the Center Deliverable Product: Final Report Avenue County buildings. Strategies that describing analysis methodology, may apply to this project include,but are not findings and recommendations of Tasks limited to: one through five. • Incentives for carpooling and use of Task 8: Meetings transit; • Flexible work hours or telecommuting Three meetings with County staff are for county employees; proposed. One meeting will be held at the inception of the project to meet the County • Shared-use parking staff involved in the project and review the • High turnover rates for visitor parking goals, concerns, and any other issues regarding the project. Two meetings will • Shuttle services be held with the County Project Manager. One meeting will be held after tasks one Task 5: Enforcement Plan and two are complete and one meeting will DKS will recommend an enforcement plan be held after the draft report has been for the recommendations cited in tasks one delivered, to receive comments back on the through four for both site locations. The . report. Any additional meetings requested enforcement strategies may include signage, by the Client could be attended on a time- permitting, metering, physical barriers, and-materials basis, upon receipt of a ticketing,towing, etc. written authorization. Task 5: Draft Report 3. SCHEDULE AND REPORTS A comprehensive report will be prepared that describes the results of tasks one through,five. DKS will submit five copies of the draft and will be presented to the County Project parking analysis report within ninety (90) Manager. Comments received will be used to calendar days of.receipt of written notice to modify the report as needed. proceed. Once comments are received on Deliverable Product: Draft Report the draft report, DKS will produce five describing analysis methodology, findings copies of the final parking analysis report and recommendations of Tasks 'one within ten (10) calendar days, assuming no through five. major changes in assumptions or new quantitative analyses are requested. A Parking Design and Management-Proposal April 24,2000 Contra Costa County Page 4 04/24/00 13:19 FAX DKs AssocIArEs _ iM007 l Cs Associates complete breakdown of schedule and hours by task is described in Section 4. Parking Des4n and Management Proposal April 24,2000 Contra Costa County Page 5 04/24100 13:20 FAX DKS ASSOCIATES 2008 INKS Associa to • .SCHEDULE AND HOURSBY TASK Schedule The schedule proposed for the project is illustrated below: Task Completion Date I Traffic Engineering and Site June 2 Investigation 2. Recommendations for increasing June 23 parking supply 3.Priority for Reserved Parking June 23 4. Parking Management Strategies June 23 5. Enforcement Plan July 7 6.Draft Report July 21 7. Final Report August 4 Hours by Task One-half of the total anticipated hours of staff time are anticipated to be related to each site. The anticipated hours of staff time separated by task are as follows: staff Task 1 Task 2 Task 3 Task 4 Task 5 Task 6 Task 7 Task 8 Total Project Manager 24 32 16 Is 16 24 8 12 148 Principal 16 4 4 4 4 4 2 12 50 Technical Expert 4 4 4 4 4 2 22 Graphics/CAD/Clerical 24 8 8 40 Totals: 40 64 24 24 24 40 20 24 260 Payment Milestones The payment milestones for this project will be as follows: Milestone 1 Brief Working Paper $17,200 Milestone 2 Draft Final Report $15,600 Milestone 3 Final Report $5,000 Parking Design and Management-Proposal April 24,2000 Contra Costa County Page 6 04/24/00 13:20 FAX DKS ASSOCIATES J009 DrKUS ASSOCiate 7 5.CONTRACT In consideration of the performance of these services,DKS Associates will be compensated the fixed price amount of$37,800. This fixed price amount is based upon the scope of services and level of effort presented above. DKS will invoice based upon deliverable milestones. Payments are due on a net 30-day basis.If payment of our invoices is not made within 45 days of the due date,DKS reserves the right to cease work on this project until such time as payment is received. In the event of any litigation between the parties to this agreement arising from this agreement,the prevailing party shall be reimbursed for its reasonable attorney's fees and costs. Should the services not be authorized in thirty(30)days;or should changes occur in the scope or level of effort;or should the completion date extend beyond September 30,2000 due to circumstances beyond DDS's control;we reserve the right to revise the scope,budget and schedule to reflect then current conditions. Such revisions will be effected through amendments to this agreement. Two originals of this letter have been provided If this agreement is acceptable,please have a duly authorized official of your company sign below and return one original for our files. That signature will constituteformal authorization to proceed with the services according to the terms outlined. Sincerely, Approved by. DKS Associates A California Corporation Contra Costa County Kevin Fehon By: Principal 44lAtul PateTitle Date Project Manager qJa 10010000031 worhscope2.doc Parking Design and Management Proposal ApW 24, 2000 Contra Costa County Page 7 Office of the County CounselContra Costa County 851 Pine Street, 9th Floor Phone: (925) 335-1840 Martinez, CA 94553 Fax: (925)646-1078 Date: April 28, 2000 To: Davida Amenta From: Victor J. Westman, County CounsLsel By: Lillian �I. Fujii, Deputy County Re: Parkin Management Plan contract with DKS Associates Pursuant to your request, I have approved the subject agreement as to form. You have advised me that Sharon Anderson (or Phil Althoff) has reviewed the subject contract, including special condition No. 1, and that the only different provision is special condition No. 2 (indemnification). cc: Sharon L. Anderson, Assistant County Counsel Phillip S. Althoff, Deputy County Counsel KVAISC14=8Kwpd