Loading...
HomeMy WebLinkAboutMINUTES - 04102006 - C.86 i TO': r Board of Supervisors FROM: Dennis M. Barry, AICP - Contra Community Development Dirl Costa DATE: April 10, 2006 °ra---U 3 County SUBJECT: Consultant contract for Bay Point Community-Based Transportation Plan SPECIFIC REQUEST(S) OR RECOMMENDATION(S) & BACKGROUND AND JUSTIFICATION RECOMMENDATIONS AUTHORIZE the Community Development Director to execute a contract for up to$55,000 with Moore lacofano Goltsman (MIG) to develop a Community-Based Transportation Plan for Pittsburg/Bay Point. FISCAL IMPACT NONE to the General Fund.The County has been awarded a$60,000 grant from the Metropolitan Transportation Commission to finance the consultant contract. The Community Development Department wishes to retain $5,000 of the grant to pay for contract administration costs. BACKGROUND/REASONS FOR(RECOMMENDATIONS The Board of Supervisors on September 20, 2005 authorized the Community Development Department to accept the aforementioned grant from the Metropolitan Transportation Commission to finance a Community-Based Transportation Plan. The County participated in a similar planning process, funded through the same MTC grant program, in 2003-2004 to develop a Community-Based Transportation Plan for the Richmond/North Richmond/San Pablo area. The grant program, and the plans it finances, focus on low-income and minority areas and seeks to develop solutions to the most pressing transportation needs as identified by the`- residents of each community. Bay Point is one of the comm ties selected fort gram. CONTINUED ON ATTACHMENT: I X YES SIGNATURE 2 _,,-RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD CCIMMITTEE _✓APPROVE _OTHER SIGNATURE(S,(: 12, ACTION OF BO ON APPROVED AS RECOMMENDED OTHER VOTE OF SUPERVISORS I HEREBY CERTIFY THAT THIS IS A TRUE 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: John Greitzer(925/335-1201) ATTESTED cc: S. Goetz, CDD W.Fernandez, PWD J HN CULLEN, CLERK OF THE BOARD OF SUPERVISORS M. Toms, Redevelopment AND COUN=ADMIRATOR BY `� , UTY G:\Transportation\Greitzer\Board Order\Bay Point CBTP Contract April 25 BOS.doc i MTC PLANNING GRANT FOR BAY POINT APRIL 25, 2006 Page 2 BACKGROUND/REASONS FOR RECOMMENDATIONS (Continued) The Community Development Department has completed its consultant recruitment process in accordance with applicable County'procedures. Proposals were received from three consulting firms. All three were interviewed by a panel that consisted of a member of the Bay Point Municipal Advisory Council and staff from three County departments. The panel unanimously recommenled Moore lacofano Goltsman. MIG will retain Wilbur Smith Associates a subcontractor. MIG will perform project management, community outreach and consensus-building work, while Wilbur Smith will perform more technical work such as transportation cost estimation and feasibility analysis. Attached is a proposed contract with MIG. The contract consists of our standard contract for professional services with no changes, and a scope of work developed jointly by Department staff and the consultants. The contract refers to the project as the Community-Based Transportation Plan for Pittsburg/Bay Point, because MTC identified "Pittsburg/Bay Point"as the area on which it sought to focus the grant. Pittsburg staff and non-profit agencies have been invited to participate in the process, along with the unincorporated Bay Point community. County Counsel has signed the contract to attest as to form. Contra Costa County STANDARD CONTRACT Number 49247 Standard Form L-1 (Purchase of Services - Long Form) Fund/Org# 3526 Revised 2002 Account # 2310 Other # 5BBPTP 1. Contract Identification. Department: Community Development Department Subject: Community Based Tt ansportation Plan for Pittsburg/Bay Point 2. Parties. The County of Contra CI sta, California(County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: Moore Iacofano Goltsman (MIG) Inc Capacity: Transporation Plan Consultant Address: 800 Hearst Avenue Berkeley, CA 94710 3. Term. The effective date of this Contract is April 26, 2oo6. It terminates on March 3o, 2oo2 unless sooner terminated as pro I ded herein. I . 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 55,000.00. 5. County's Obligations. County shall make to the Contractor those payments described in the Payment Provisions attached hereto which are incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 6. Contractor's Obligations. Contractor shall provide those services and carry out that work described in the Service Plan attached hereto which is incorporated herein by reference,subject to all the terms and conditions contained or incorporated herein. 7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached her eto, which are incorporated herein by reference. 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Community-Based Transportation Plan for Pittsburg/Bay Point L-1 (Page 1 of 2) Contra Costa County STANDARD CON'T'RACT Number 49247 Standard Form L-i (Purchase of Services - Long Form) Revised 2002 g. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Section 31000 10. Signatures. These signatures at test the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA BOARD OF SUPERVISORS ATTAof the Board of Supervisors By ByO air n esignee I eputy CONTRACTOR Name of business entity Name of business entity By By( Signature of indMdued or effieeY3 (Print name and title A, if applicable) (Print name and title B, if applicable) Note to Contractor:For Corporations(profit or nonprofit),the contract must be signed b two officers. Signature A must be rP (P � g Y g that of the president or vice-president and Signature B must be that of the secretary or assistant secretary(Civil Code Section 11go and Corporations Code Section 313). All signatures must be acknowledged as set forth on Form L-2. L-1 (Page 2 of 2) Contra Costa County APPROVALS/ACKNOWLEDGMENT Number Standard Form L-2 (Purchase of Services -Long Form) kevised 2002 APPROVALS RECOMMENDED BY DEPARTMENT FORM APPROVED COUNTY COUNSEL By: By: Designee Dep ty APPROVED: COUNTY ADMINISTRATOR By: Designee ACKNOWLEDGMENT STATE OF CALIFORNIA ) ss. COUNTY OF CONTRA COSTA �) On I 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 personI(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I WITNESS MY HAND AND OFFICIAL SEAL. (Seal) Signature ACKNOWLEDGMENT(by Corporation,Partnership,or Individual) (Civil Code§l 189) L-2 (Page 1 of 1) i Contra Costa County GENERAL CONDITIONS Standard Form L-5 (Purcliase of Services- Long Form) Revised 2003 I 1. Compliance with Law. Contractor shall be subject to and comply with all applicable federal,state and local laws and regulations with respect to its performance under this Contract, including but not limited to,licensing,employment 'and purchasing practices; and wages,hours an d conditions of employment, including nondiscrimination. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection and copying by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract las may be required by the County. a. Retention of Records. 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.menta b. Access to Books and Records of Contractor, Subcontractor. Pursuant to Section 1861(v)(1)of the Social Security Act, and any regulations promulgated thereunder, Contractor shall, upon written request and untilthe expiration of four years after the furnishing of services pursuant to this Contract,make available to the County,the Secretary of Health and Human Services,or the Comptroller General,or any of their duly authorized representatives, this Contract and books,documents,and records of Contractor 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 toJ the County, the Secretary, the Comptroller General, or any of their duly authorized representatives, the subcontract and books, documents, and records of the subcontractor necessary to verify the nature and extent of all costs and charges thereunder. This special condition is in addition to any and all other terms regarding the maintenance or retention of records under this Contract and is binding on the heirs, successors, assigns and representatives of Contractor. 4. Reporting Requirements. Pursuant to Government Code Section 7550,Contractor shall include in all documents or written reports completed and submitted toJCounty in accordance with this Contract,a separate section listing the numbers and dollar amounts of all contracts and subcontracts relating to the preparation of each such document or written report. This section shall apply only if the payment limit under this Contract exceeds $5,000. 5. Termination and Cancellation. a. Written Notice. This Contract may be terminated by either party,in its sole discretion,upon thirty-day advance written notice thereof to the other, and may be cancelled immediately by written mutual consent. L-5 (Page 1 of 6)' Contra Costa County GENERAL CONDITIONS Standard Form L-5 (Purchase of Services-Long Form) 'Revised 2003 b. Failure to Perforin. County, upon written notice to Contractor, may immediately terminate this Contract should Contractor fail to perform properly any of its obligations hereunder. In the event of such termination,County may proceed with the work in any reasonable manner it chooses. The cost to County of completing Contractor's performance shall be deducted from any sum due Contractor under this Contract,without prejudice to County's rights to recover 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�l�this Contract is terminated without notice. 6. Entire Agreement: This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein,no other understanding,oral or otherwise,regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for OneratinelProcedures. 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 Contractor and County. 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. Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid Contractor as provided herein. Informal Agreements maybe approved and signed by the head of the county department for which this Contract is made or its designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by Contractor and the Contra Costa County Board of Supervisors or, after Board approval,by its designee, subject to any required state or federal approval. b. Administrative Amendments. S�ubject to the Payment Limit,the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by Contractor and the County Administrator (or designee), subject to any required state or federal approval,provided that such administrative amendment may not materially change the Payment Provisions or the Service Pian. 9. Disputes. Disagreements between County and Contractor concerning the meaning,requirements,or performance of this Contract shall be subject to final written determination 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. I 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. L-5 (Page 2 of 6) Initials: Contractor County Dept. Contra Costa County GENERAL CONDITIONS Standard Form L-5 (Purchase of Services-Long Form) Revised 2003 b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County,State of California. 11. Conformance with Federal and State Reeulatious and Laws. Should federal or state regulations or laws touching upon the subject of this Contract be adopted or revised during the term hereof,this Contract shall be deemed amended to assure conformance with such federal or state requirements. 12. No Waiver by County. Subject to Paragraph 9.(Disputes)of these General Conditions,inspections or approvals,or statements by any officer,agent or employee of County indicating Contractor's performance or any part thereof complies with the requirements of this Contract,or acceptance of the whole or any part of said performance,or payments therefor, or any combination of these acts,shall not relieve Contractor's obligation to fulfill this Contract as prescribed;nor shall"ilie 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. Prior written consent of the County Administrator or his designee, subject to any required state or federal approval, is required before the Contractor may enter into,subcontracts for any work contemplated under this Contract,or before the Contractor may assign this Contract or monies due or to become due,by operation of law or otherwise. 14. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship between the parties of agent,servant,employee,partnership,joint venture or association. 15. Conflicts of Interest. Contractor,its officers,partners,associates,agents,and employees,shall not make,participate in making, or in any way attempt to use the position afforded them by this Contract to influence any governmental decision in which they know or have reason to know they have 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 COIntract, 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. i 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 pri visions, and that any person knowingly and intentionally disclosing such information other than as authorized by law may be guilty of a misdemeanor. L-5 (Page 3 of 6) Initials: Contractor County Dept. Contra Costa County GENERAL CONDITIONS Standard Form L-5 (Purchase of Services-Long Form) 'Revised 2003 17. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persons regardless of age,sex,race,religion,color,national origin,ethnic background,disability,or sexual orientation, and that none shall be used, in whole or in part, for religious worship or instruction. 18. Indemnification. Contractor shall defend,indemnify,save,and hold harmless County and its officers and employees from any and all claims,costs and liability forsany 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 Contractors or its agents, servants, employees or subcontractors hereunder, save and except claims or litigation arising through the sole negligence or sole willful misconduct of County or its officers'or employees. Contractor will reimburse County for any expenditures, including reasonable attorneys' fees, County may make by reason of the matters that are the subject of this indemnification, and,if requested by County,will defend any claims or litigation to which this indemnification provision applies at the sole cost and expense of Contractor. 19. Insurance. During the entire term of thins Contract and any extension or modification thereof,Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. For all contracts where the total payment limit of the contract is $500,000 or less, 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 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 County,the state and federal governments,and their officers, agents,and employees,so that other inlsurance policies held by them or their self-insurance program(s)shall not be required to contribute to any loss covered under Contractor's insurance policy or policies. For all contracts where the total payment limit is above $5001000 the aforementioned insurance coverage to be provided by Contractor shall have a minimum combined single limit coverage of$1,000,000,and Contractor shall be required to provide County with a copy of the endorsement making the County an additional insured on all general liability, worker's compensation, and, if applicable, all professional liability insurance policies as required herein no later than the effective date of this Contract. b. Workers' Compensation. Contractor shall provide workers' compensation insurance coverage for its employees. C. Certificate of Insurance. The Contractor shall provide the County with (a) certificate(s) 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 policy(ies)or acquire either a new insurance policy(ies)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) currentcertificate(s)of insurance. d. Additional Insurance Provisions. The insurance policies provided by Contractor shall include a provision for thirty(30)days written notice to County before cancellation or material change of the above specified coverage. L-5 (Page 4 of 6) Initials: Contractor County Dept. Contra Costa County GENERAL CONDITIONS Standard Form L-5 (Purchase of Services- Long Form) Revised 2003 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid.'Notices to County shall be addressed to the head of the county department for which this Contract is made. Notices to 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 County shall be the date of receipt by the head of the county department for which this Contract is made. 21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions,the Special Conditions (if any) and Service Plan do not limit any term of the General Conditions. 22. Nonrenewal. Contractor understands and agrees that there is no representation,implication,or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, avid waives all rights or claims to notice or hearing respecting any failure to continue purchasing all or any such services from om Contractor. 23. Possessory Interest. If this Contract results in Contractor having possession of,claim 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 subj ect to property tax,and Contractor may be subject to the payment of property taxes levied on such +interest. Contractor agrees that this provision complies with the notice requirements of Revenue&Taxation Code Section 107.6,and waives all rights to further notice or to damages under that or any comparable statute. 24., No Third-Party Beneficiaries. Notwithstanding mutual recognition that services under this Contract may provide some aid or assistance to members of the County's population, it is not the intention of either 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. Copyrights and Rights in Data. Contractor shall not publish or transfer any materials produced or resulting from activities supported by this agreement without the express written consent of the County Administrator. If any material is subject to copyright,County reserves the right to copyright,and Contractor agrees not to copyright,such material. If the. material is copyrighted,County reserves a royalty-free,nonexclusive,and irrevocable license to reproduce,publish,and use such materials, in whole or in part,`and to authorize others to do so. 26. Endorsements. Contractor shall not in its capacity as a contractor with Contra Costa County publicly endorse or oppose the use of any particular brand name or commercial product without the prior approval of the Board of Supervisors. In its County contractor capacity, Contractor shall not publicly attribute qualities or lack of qualities to a particular brand name or commercial product in the absence of a well-established and widely accepted scientific basis for such claims or without the prior approval of the Board of Supervisors. In its County contractor capacity,Contractor shall not participate or appear in any commercially produced advertisements designed to promote a particular brand name or commercial product, even if Contractor is not publicly endorsing a product, as long as the Contractor's presence in the advertisement can reasonably be interpreted as an endorsement of the product by or on behalf of Contra-Costa County. L-5 (Page 5 of 6) Initials: Contractor County Dept. Contra Costa County GENERAL CONDITIONS Standard Form L-5 (Purchase of Services- Long Form) Revised 2003 Notwithstanding the foregoing, Contractor may express its views on products to other contractors, the Board of Supervisors, County officers, or others who may be authorized by the Board of Supervisors or by law to receive such views. 27. Required Audit. (A)If Contractor is funded by$500,000 or more in federal grant funds in any fiscal year ending after December 31, 2003 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. (B) If Contractor is funded by less than $500,000 in federal grant funds in any fiscal year ending after December 31, 2003 from any source,but such grant imposes specific audit requirements; Contractor shall provide to County an audit conforming to those requirements. (C)Ilf Contractor is funded by less than$500,000 in federal grant funds in any fiscal year ending after December 31, 2003 from any source, Contractor is exempt from federal audit requirements for that year,however, Contractor's records must be available for and an audit may be required by, appropriate officials of the federal awarding agency,the General Accounting Office (GAO), the pass-through entity and/or the County. If any such audit is required, Contractor shall provide County with such audit. With respect to the audits specified in (A), (B) and(C) above, Contractor is solely responsible for arranging for the conduct of the audit, and for its cost.. County may withhold the estimated cost of the audit or 10 percent of the contract amount,whichever is larger, or the final payment, from Contractor until County receives the audit from Contractor. 28, Authorization. Contractor, or the representative(s) signing this Contract on behalf of Contractor,represents and warrants that it has full power and authorityI to enter into this Contract and perform the obligations herein. L-5 (Page'6 of 6) Initials: Contractor County Dept. Contra Costa County PAYMENT PROVISIONS Number 49247 Standard Form P-1 (Fee Basis Contracts- Long and Short Form) Revised 2002 1. Payment Amounts. Subiect to the Payment Limit of this Contract and subject to the following Payment Provisions, County will pay Contractor the following fee as full compensation for all services, work, expenses or costs provided.or incurred by Contractor: [Check one alternative only.] ❑ a. $ monthly, or ❑ b. $ per unit, as defined in the Service Plan, or ❑ c. $ after completion of all obligations and conditions herein. ® d. Other: Monthly by invoice for work performed pursuant to Service Plan/Work Scope. 2. Payment Demands.Contractor shall submit written demands for payment on County Demand Form D-15 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 lin which the contract services upon which such demand is based were actually rendered. Upon approval of payment demands by the head of the County Department for which this Contract is made, or his designee County will make payments as specified in Paragraph 1. (Payment Amounts) above. 3. Penalty for Late Submission. If County is unable to obtain reimbursement from the State of California as a result of Contractor's failure to submit to County a timely demand for payment as specified in Paragraph 2. (Payment Demands)above,County shall not pay Contractor for such services to the extent County's recovery of funding is prejudiced by the delay even though such services were fully provided. 4. Right to Withhold. County has the right to withhold payment to Contractor when,in the opinion of County expressed in writing to Contractor, (a) Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) Contractor has neglected, failed or refused to furnish information or to cooperate with Zany inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 5. Audit Exceptions. Contractor agrees to accept responsibility for receiving,replying to,and/or complying with any audit exceptions by appropriate county, state or federal audit agencies resulting from its performance of this Contract. Within 30 days of demand, Contractor shall pay County the full amount of County's obligation,if any,to the state and/or federal government resulting from any audit exceptions,to the extent such are attributable to Contractor's failure to perform properly any of its obligations under this Contract. Initials: Contractor County Dept. Form P-1 (Page 1 of 1) ©its c? Tx MOORE I ACOFANO GOLTSMAN I N C . Memorandum Date: March 20, 2006 To: John Greitzer, Contra Costa Community Development Department From: Gail Payne, MIG I Re: Service Plan / Wo Ik Scope: Bay Point Community-Based Transportation Plan Project Understanding Bay Point faces many of the same Transportation challenges found in low-income communities throughout the Bay Area. Previous work in Bay Point has identified transportation barriers faced by community members trying to carry out daily life activities, such as accessing healthcare services or traveling to a job site. Community members struggle with high transportation costs and efficiency in order to reach vital destinations, which often requires multi-leg transit trips, to access services during non-peak hours. About one-third of the 21,500 community members are children, making safety and access for pedestrians and bicyclists a paramount concern. One third of individuals commuting to works do not drive alone so alternative transportation modes provide important links to jobs.Additionally , the BART extension eastward (eBART) will change travel patterns, land uses and employment opportunities in Bay Point in that the Pittsburg/Bay Point station will no longer be the end-of -the-line and Tri Delta Transit will be able to offer more local feeder services. The MIG Team will work with key stakeholders, transportation service providers and community members to develop a transportation plan that addresses the unique needs of the Bay Point community. Access to viable, safe alternative modes of transportation improve the quality of life for all community members, increase access to services and activities, and have long-term environmental benefits. Previous I planning efforts in the community will be used as a reference point to further improve and build on what is currently in place. Through community outreach activities, Bay Point residents will have an active role in determining and prioritizing proposed projects based on their needs and travel habits. The prioritized solutions that emerge from this project will have cost estimates, potential funding sources and responsible parties associated with them. ` ' y Approach The MIG Team will: • Engage the voices of local stakeholders and community members to identify current transportation gaps and prioritize proposed projects. • Examine prior needs assessments, proposed solutions and implemented strategies, including how well the strategies in place are working, and current redevelopment projects in Bay Point. • Use the expertise of the Community Development Department staff in community outreach and transportation;planning. • Work with Wilbur Smith Associates as a subconsultant to provide transportation engineering and Tri Delta Transit expertise. • Design an outreach strategy, that is sensitive to the diversity within Bay Point. For example, no racial group makes up a majority with Caucasians, Latinos, African Americans and Asians as the main groups. About 28 percent of the adult population is without a high school diploma.' Work Scope Task 1: Project Scope, Schedule and Budget Based on County Community Development Department feedback, the MIG team will develop a final project scope, schedule and budget, which will need to be approved by Contra Costa County and Metropolitan Transportation Commission staff. Deliverable 1: Final project scope, schedule and budget(March 2006) Task 2, Background R II port Using both maps and text, the MIG team will develop a background report that will describe the geographic area, and will focus on the findings of previous studies including issues, recommendations and plans implemented to address the transportation needs of residents in Bay Point. The document will be organized as follows: • Geographic Area • Demographics (existing and future projections) - Age - Employment levels - Income levels - Ethnicity ' U.S. Census Bureau.Census 2000.Profile of General Demographic Characteristics. Bay Point Community-Based Transportation Plan Work Scope 2